Loading...
1997-077 ORDINANCE NO AN ORDINANCE ACCEP FING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS [HEREFOR, AND PROVIDINO FOR AN EFFECTIVE DATE WHEREAS the City has sohmted, received and tabulated competitive bids for the construction of pubhc woiks oi improvements in accordance with the procedures of STATE law and City ordinances and WHEREAS, the C~ty Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described tn the bid invitation, bid proposals and plans and specifications therein, NOW, THEREFORE, THF COUNCIL OF FHE CITY OF DENTON HEREBY ORDAINS SEC I'iON i i hat the tollowing competitive bids for the construction of public works or improvements, as described tn the "Bid Inv,tatlons", "Bid Proposals" or plans and specifications on file in the Office ol the City's Ptu chasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 2021 H AND J CONSTRUCTION $ 65,000 00 SECTION I1 That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works m lmplovements herein accepted and approved, until such person shall comply with all requnements specified in the Notice to Bidders including the timely execution of a written contract and Immshing ot pcltmmance and payment bonds, and insurance certfficate after notification ol the award of the bid SECTION Ili 1 hat the City Manager is hereby authorized to execute all necessary written contracts fo~ the pe~ Immance ol the construction of the public works or improvements ~n accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Ploposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standaids, quantities and specified sums contmned therein SECTION IV That upon acceptance and approval of the above competitive b~ds and the executton of cont~ acts ~Ol the pubhc works and improvements as authorized here~n, the C~ty Council hereby authorizes the expenditure of funds tn the manner and ~n the amount as spemfied m such approved btds and authottzed contracts executed pursuant thereto SECTION V That th~s ordinance shall become effective immediately upon its passage and approval PASSED AN[) APPROVED thts the /O(T/~ day of ~ ,1997 ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY~ CITY ATTORNEY 2 DATE MARCH 18, 1997 ~ REPORT TO Mayor and Members of the City Council FROM Kathy DuBose, Executive Director of Finance SUBJECT BID #2021 - EVERS PARK RESTROOM/CONCESSION BUILDING RI~D3~IDAI[O~: We recommend this bid be awarded to the lowest responsible bidder, H & J Construction, in the amount of $65,000 00 with completion in 100 calendar days SUMMARY. This bid is for the construction of a restroom and concession building located in Evers Park at 3300 Evers Parkway It is an approximate 864 sq fl masonry and concrete block bmld~ng w~th composition roofing Included in the design are men's and women's mstrooms, concession stand and storage fatalities, parks department storage, as well as storage for athletm eqmpment PROGRAMS; DEPARTME_N~ECTEDJ Parks Department, Evers Park Athletic Activities, and Parks Mmntenance Division ~ Thxs is a CDBG funded project The budget for this construction was $70,000 set aside in account number 219-05A-CDA9-8502 Attachments Tabulation Sheet Respectfully submitted Kath~t~e Executive Director of Finance Approved Name Tom D Shaw, C P M Title Purchasing Agent 852 DOC 3 BID # 2021 BID NAME EVERS PARK RESTROOMI H & J DBR CONCESSION BUILDING CONSTRUCTION CONSTRUCTION OPEN DATE MARCH 11, 1997 ~ C~UANTITY DESCRIPTION ~' VENDOR- VENDOR VENDOR 1 BASE BID ($) $65,000 00 $93,989 00 DAYS TO PERFORM WORK UPON 100 DAYS 110 DAYS NOTICE TO PROCEED BOND YES YES 4 CONTI CT AGI EEMENT STATE OF TEXAS S COUNTY OF DENTON S THIS AGREEMENT, made and entered into this 18 day of MARCH A.D., 19 97 , by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through TED BENA~IDES thereunto duly authorized so to do, hereinafter termed "OWNER," and H & J CONSTRUCTION 151 SO~T~ MAIN STREET KELLER. TEXAS 76248 of the City of ~T~R , County of TA~mA~T and State of TEXAS , hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 2021 - EVERS PARKI~ESTROOM/CONCESSION BLDG. in the amount of $65~000.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance w~th all the General Conditions of the Agreement, the Speclal Conditions, the Notice to Bidders (Advertlsement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, CA - 1 blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by DENTON PARE~ AND REClamATION DEPARTMENT all of which are made a part hereof and collectively evldence and constitute the entire contract. Independent Stat~ It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Contractor shell and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invltees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of th~s contract, such payments to be subject to the General and Special Conditions of the Contract. CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: ~ H & J CONSTRUCTION CONTRACTOR Rashaan Tinker 151 South main Street Keller, Texas 76248 MAILING ADDRESS 817-379-5549 PHONE NUMBER 817-379-5534 FAX NUMBER BY ~//~ President Henry J Tinker PRINTED NAME APPROVED AS TO FORM: (SEAL) City Attorney ~ AAA0184D Rev 04/05/96 CA - 3 PERFORMANCE BOND STATE OF TEXAS S COUNTY OF DENTON S KNOW ,~T.?~ MEN BY THESE PRESENTS. That m & J CONS~UCTION , of t/la City of County of T~ , and State of '~'~ aB PRINCIP~, and ~,,~ Tn~.~nc~ ~nmpanv , &B S~ETY, au~orized under the laws of ~e Sta~e of Texas to act aB sure~y on bonds for principals, are held and fi~ly bound ~o the .r~ ci~ OF g~ as O~, in the penal s~ of s~ F~ ~ou~ ~ no/lO0 .... Dollars ($ 65,000.00 ) for paten2 whereof, the said Principal and Surety b~nd themselves, and their belts, a~Lnistrators, executors, successors and assigns, Jointly and severally, by these presen~s: WHEREAS, ~he Principal has entered into a certain written contract with the OWNER, dated ~he lS day of MARC~ , 19 97, for the construction of BID & 202~ -- ~V~P~/~KR~STROOM / ~N~SSI~B~ which contract ia hereby referred to and made a part hereof as fully and to the same extent as if cop~ed at length herein. NOW, THEREFORE, the condition of this obligation Is such, that if the said prlnoLpal shall faithfully perform sald Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, end according to the true in=ant and meaning of said Contract and the Plans and Specifications hereto annexed, then th~s obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond ls executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all 1labilities on this bond shall be determined in accordance wLth said provisIons to the same extent as · f they were copLed at length herein. PB - i PROVIDED FURTH~, that if any legal action be filled upon this bond, venue shall lie in Denton County, stats of Texas. Sure=y, for value received, stipulates and agrees that no change, extension ef time, alteration or addition to the terms of the contract, or ~o ~ha work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its oblAgaticn on this bond, and it does hereby waive notlce of any such change, extension of time, alteration or addition to the ter~e of the uontrect, or to the work to be performed =hereunder. IN WI~ESS WHEREOF, the said Principal and Surety have s~gned and sealed this instrument this ]4th day of ^pr1] , 19 97 . H & J C00structl00 Su]f Iusurauce Company Principal //~ Surety Title President Title Attornev-]n-Fact Address: 151 South Main Street Address: ~gn ~,; Tm,by a,,e_ Su!te 400 .... Keller, Texas 76248 ~]e. Il!. ~9977 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: B0]ey-Featherston Iu$ Co 70] lamer W~ch]ta Fa]]$~ Ix. 7630] NOTE: Date of Bond must not be prior to date of Contract. ~.%AO184D 04/05/96 PB - 2 PAY'IVIENT BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That H & j CONSTRUCTION of the City of County cf W~ANT , and the State of T~S , SS principal, end Gulf Insurance Company authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and f~rmly bound unto ~ ciT~ oF DENTON , OWNER, In the penal sum of sl~-~.x F~v~T~OUSaNDand no/100 ................ Dollars ($.6§,000.00 ) for the payment whereof, the said Principal end Surety bind themselves and their heirs, administrators, executors, and assigns, Jointly and severally, by these presents WHEREAS, the Principal has entered into a certain written contract with the OWner, dated the 18 day of 19 97 BID 9 2021 -- ~ PA/~ l~S~ ~ ~3~(I~SSION B~J~G to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW~ THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claImants supplying labor and material to him or a subcontractor in the prosecution of the work provided Eor in said contract, then this obligation shall be void, othe=wise to remain in full force and effect; PROVIDED, HOWEVER, that this bond Is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), end all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB - 3 AO~ NOIJ~O[IHJ.~NOO I H l~ 6Ag Al9 YYH 9~ ~0 L6 Surety~ for value reoeaved, stapulates and agrees ~haC no change, ak'tanaLon of tame, alteration or addition to t~he terms of the contract, or to the work performed thereunder, or t. he plans, epecificat~ons, or drawings accompanying the same, shall in any way affec~ its obligat~on on this bond, end at does hereby weave no=ice of any such change, ax~ension of ~ime, alters=aCh or adda=agn to the terms of the contract, or to the work to be performed ~hareundmr. IN WI~ESS ~EOF, ~e said Principal and Surety have signed and sealed this inst~en= ~is 14th day of April 19 97 H & J Construction Gulf Insurance Company Pr~ncipal /~ Surety Title President Title Attorney-1 n-Fact Address: 151 South Main Street Address: Keller, Texas 76248 5559 W.leuhy Suite 409 .Skokle, Ill 60077 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is. Boley-Featherston Ins Co 701 Lamar Wlchlta Falls, Tx 76301 AAAO184D aev PB - 4 GULF INSURANCE COMPANY BOND 5919673 KANSAS CITY, MISSOURI NUMBER AE POWER OF ATTORNEY NAME, ADDRESS ORIGINALS OF THIS POWER OF ATTORNEY ARE PRINTED ON BLUE PRINCIPAL CITY STATE ZIP SAFETY PAPER WITH T~AL INK DUPLICATES SHALL HAVE THE SAME FORCE AND EFFECT AS AN ORIGINAL ONLY WHEN ISSUED IN CONJUNCTION WITIt THE ORIGINAL KNOWN ALL MEN BY THESE PRESENTS That the Gulf Insurance Corn H & ,J Corlstructlon ~any, a corporation duly orgaolzed under the laws of the State of Missouri havre ] 51 Sou t h Ma 1 n s principal office tn the city of Irving Texas pursuant to the fofiowmg resolutm~g adoptedbytheFmance&ExceutlveComnatteeoftbeBoardofDlrectorsofthesad Keller, TX 76248 Company on the 10~h day of August 1993, to w~t ' RESOLVED that the Prosldent Executive %ce PresIdent or any Semor President of the Company shah have authority to make execute and deliver a Power of Attorney/consututtnS as Attorney m Fact such persons, firms or corporations as may be sezected from time to time and any such Attorney m fact may~ removed and the authority granted Mm revoked by the President or any Executive Vice EFFECTIVE DATE PresMent or any Senior Vmce President or by the Board of Directors or by the Finance and Executive Committee of the Board of Directors 4-] 4-97 RESOLVED that notlung In th~s Power of Attorney shall be construed as a grant of authority to ~e attorney(s) mn fact to sign execute acknowledge de var or olher CONTRACT AMOUNT w~se issue a pehcy or pehmes of insurance on behalf of Gulf Insurance Company RESOLVED that the S~ghature of the President Executive %c¢ PresMem or any Semor Vice PresMent and the Seal of the Company may be affixed to any st~h 6 5 ~ 0 00 Power of Attorney or any certificate relating thereto by facsimile and any such powers so executed and certified by facsimile signature and facslmde seal shall be BOND AMOUNT valid and bmthng upon the Company m the future w~th respect to any bond and documents relating to such boods to whmch they are attached Gulf Insurance Company does hereby make constmtute and appoint Laura Esplnoza ~ts tree and lawful attorney(s) In fact wtth full power and authoray hereby conferred n s name p ace and stead to sign execute acknowledge and dehv~r in ns behalf as surety any and all bonds and undertakings of suretyship, and to bind Gulf Insurance Company ihereby as fully and to the same extent as if any bonds undertakings and documents relating to such bonds and/or undertakings were s gned by the du y autbonzed officer of he Gu f Insurance Company and all the acls ut smd attorney(s) m fact pursuant to the authority berem given are hereby ratified and confirmed The obhgatton of the Company shall not exceed one mllhon ($1,000 000 00) dollars IN WITNESS WHEREOF, the Gulf Insurance Company has caused these presents to be signed by any officer of the Company and its Corporate Seal to be hereto afflned  GULF INSURANCE C()MPAN~/f~ STATE OF NEW YORK ) Christopher E Watson ) SS Presmdent COUNTY OF KINGS ) On this 1st day of June, 1996 A D, before me came Christopher E Watson, known Fo me personally who being by me duly sworn, did depose and say that he resides th the County of Westcbester, State of New York, that he is the President of the Gulf Insurance Company, the corporation described m and which executed the above Instrument, that he knows the seal of said corporation, that the seal affixed to the said instruments is such corporate seal that it was so affixed by order of the Board of Directors of said corporation and that he s~gned his oame, thereto by like order  ~ v SPIRO K BANTIS ~ ,~ Notary Public, State of New York STATE OF NEW YORK ) No 24 4861345 ) SS Qualified in Kings COUNTY OF NEW YORK ) Commission Expires May 12, 1998 1, the undersigned, Executive Vice President of the Gulf Insurance Company, a Missouri Corporation, DO HEREBy CERTIFY that the foregoing and attached POWER OFA~FORNEY remains in full force Datedthe 14th dayof April ,19 97 Lawrence P Mlnlter Executive Vice President CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the Insurance requirements below It .s highly recommended that bidders confer with their respective insurance carriers or brokers to determine m advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided herein If an apparent Iow b~dder falls to comply strictly with the insurance requirements, that bidder may be disqualified from award of the contract. Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract STANDARD PROVISIONS: W~thout hmlt~ng any of the other obhgatlons or hab~htms of the Contractor, the Contractor shall prowde and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the m~mmum insurance coverage as ,nd~cated hereinafter As soon as practicable after notification of b~d award, Contractor shall file w~th the Purchasing Department satisfactory certificates of ~nsurance, conta~mng the b~d number and title of the project Contractor may, upon wntten request to the Purchasing Department, ask for clarification of any ~nsurance requirements at any time, however, Contractors are strongly adwsed to make such requests prior to b~d opening, since the Insurance requirements may not be modified or waived after opening unless a written exception has been submitted w~th the bid Contractor shall not commence any work or dehver any material until he or she receives notification that the contract has been accepted, approved, and s~gned by the C,ty of Denton All ~nsurance pohc~es proposed or obtained m satisfaction of these requirements shall comply w~th the following general specifications, and shall be maintained comphance w~th these general specifications throughout the duration of the Contract, or longer, if so noted · Each pohcy shall be ~ssued by a company authonzed to do bus,ness ~n the State of Texas w~th an A M Best Company rating of at least A · Any deductibles or self-~nsured retentmns shall be declared m the b~d proposal If requested by the C~ty, the ~nsurer shall reduce or ehm~nate such deductibles or self-insured retentions w~th respect to the C~ty, ~ts AAAO0350 REVISED 10112/94 C~ - I Insurance Requirements Page 2 officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses · L~ab~l~ty policies shall be endorsed to prowde the following ®® Name as additional insured the C~ty of Denton, ~ts Officials, Agents, Employees and volunteers. · · That such insurance ~s primary to any other insurance available to the additional insured w~th respect to claims covered under the policy and that this ~nsurance applies separately to each ~nsured against whom claim is made or suit is brought The ~nclus~on of more than one insured shall not operate to ~ncrease the ~nsurer's limit of liability · All policies shall be endorsed to provide thirty(30) days prior written notice of cancellation, non-renewal or reduction ~n coverage · Should any of the required insurance be provided under a claims-made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, w~thout lapse, for a per~od of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered. · Should any of the required insurance be prowded under a form of coverage that includes a general annual aggregate I~m~t prowdmg for claims investigation or legal defense costs to be ~ncluded ~n the general annual aggregate I~mlt, the contractor shall either double the occurrence I~m~ts or obtain Owners and Contractors Protective Llab~hty Insurance · Should any required ~nsurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the C~ty receives satisfactory evidence of reinstated coverage as required by th~s contract, effective as of the lapse date If insurance ~s not reinstated, C~ty may, at ~ts sole option, terminate th~s agreement effective on the date of the lapse AAA00350 2 REVISED 10/12/04 Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All ,nsursnce pohcles proposed or obtained ~n satisfaction of this Contract shall add~t,onally comply w~th the fo~low,ng marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted: Ix] A. General L,abzlity Insurance: General Liability ~nsurance with combined single hmlts of not [ess than 5oofooo shall be prowded and maintained by the contractor The policy shall be written on an occurrence basis either ~n a single pohcy or m a combination of underlying and umbrella or excess pol~mes If the Commerc;al General L~ab~hty form (ISO Form CG 0001 current edition) ~s used · Coverage A shall include premises, operations, products, and completed operations, ~ndependent contractors, contractual hab~l~ty covering this contract and broad form property damage coverage · Coverage B shall ~nclude personal ~njury · Coverage C, medical payments, ~s not required If the Comprehensive General L~ab;l~ty form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) ~s used, ~t shall include at least · Bodily injury and Property Damage Llabd~ty for premises, operations, products and completed operations, ~ndependent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures · Broad form contractual hab;l~ty (preferably by endorsement) covering th~s contract, personal ~njury hab~l~ty and broad form property damage I~ab~tlty AAAO0350 CI REVISED 10/12/~4 ' ,.1 Insurance Requirements Page 4 Automobile Liability Insurance: Contractor shall provide Commercial Automobile Lmb~hty insurance w~th Combined Single Limits (CSL) of not less than ~5o0,0o0 either ~n a s~ngle policy or in a combination of basic and umbrella or excess pohmes The pohcy will ~nclude bodily ~njury and property damage liablhty arising out of the operation, maintenance and use of all automobiles and mob;le equipment used in conjunction with this contract Satisfaction of the above requirement shall be in the form of a pohcy endorsement for · any auto, or · all owned, hired and non-owned autos Ix] Workers Compensat,on Insurance Contractor shall purchase and maintain Worker's Compensation ~nsurance which, ~n addition to meeting the m~nlmum statutory requirements for issuance of such Insurance, has Employer's L~ab~hty limits of at least $100,000 for each accident, $100,000 per each employee, and a 8500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the ~nsurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the C~ty by the Named Insured For building or construction projects, the Contractor shall comply with the prowslons of Attachment 1 ~n accordance with §406.096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensation Commission (TWCC) [ ] Owner's and Contractor's Protective Lmbillty Insurance The Contractor shall obtain, pay for and maintain at all times dunng the prosecution of the work under this contract, an Owner's and Contractor's Protective Llabd~ty insurance policy naming the City as ~nsured for property damage and bodily injury which may arise ~n the prosecution of the work or contractor's operations under this contract Coverage shall be on an AAA00350 4 .~V~SED ~o,=~4 Insurance Requirements Page 5 "occurrence" basis, and the policy shall be issued by the same insurance company that carries the contractor's liability insurance Policy lim,ts w~ll be at least combined bodily ~njury and property damage per occurrence with a aggregate [ ] Fire Damage Legal Llab;lity Insurance Coverage is required ~f Broad form General Liab~lity ~s not provided or ~s unavailable to the contractor or if 8 contractor leases or rents a port,on of a City building Limits of not less than each occurrence are required [ ] Professional L,ab,lity Insurance Professional liability insurance w~th hm~ts not less than per claim with respect to neghgent acts, errors or omissions in connection with professional services ~s required under this Agreement [ ! Bu,lders' R;sk Insurance Builders' Risk Insurance, on an Ali-Risk form for 100% of the completed value shall be provided Such policy shall include as "Named Insured" the C~t¥ of Denton and all subcontractors as their interests may appear [ ] Additional Insurance Other ~nsurance may be required on an individual basis for extra hazardous contracts and specific serwce agreements If such additional ~nsurance ~s required for a specific contract, that requirement will be descnbed ~n the "Specific Conditions" of the contract specifications AAA00350 REVISED 10/12/~4 CI - 5 Insurance Requirements Page 6 ATTACHMENT I [x] Worker's Compensation Coverage for Budding or Construction Projects for Governmental Entities A. Definitions' Certificate of coverage ("certiflcate")-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entlty's employees prowdlng services on a project, for the duration of the project Duration of the project - includes the time from the beg;nnmg of the work. on the project until the contractor's/person's work on the prolect has been completed and accepted by the governmental entity Persons prowd~ng services on the prolect ("subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly w,th the contractor and regardless of whether that person has employees. Th,s ,ncludes, w,thout hm~tat~on, independent contractors, subcontractors, leasing companies, motor careers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to prowde services on the project "Services" include, without limitation, providing, hauling, or dehvenng equipment or materials, or providing labor, transportation, or other service related to a project. "Serwces" does not include act;wiles unrelated to the project, such as food/beverage vendors, office supply dehvenes, and delivery of portable toilets. B The contractor shall prowde coverage, based on proper reporting of classification codes and payroll amounts and flhng of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011 (44) for all employees of the contractor providing serwces on the project, for the duration of the project AAA00360 REVISED 10/12/94 CI - 6 Insurance Requirements Page 7 C The Contractor must prov,de a cert,ficate of coverage to the governmental entity prior to being awarded the contract D. If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage w~th the governmental entity show,ng that coverage has been extended E The contractor shall obtain from each person providing serwces on a project, and provide to the governmental entity (1) a certificate of coverage, pnor to that person beg~nmng work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing serwces on the project, and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage penod shown on the current certificate of coverage ends during the duration of the project F The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter G The contractor shall notify the governmental entity ~n wnt~ng by certified mini or personal delivery, w~thm 10 days after the contractor knew or should have known, of any change that materially affects the prowslon of coverage of any person providing serwces on the prolect H The contractor shall post on each project s~te a notice, ~n the text, form and manner prescnbed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may venfy coverage and report lack of coverage AAAO0350 P, EV~SEO ~o/~=~4 CI - 7 Insurance Requirements Page 8 The contractor shall contractually requ,re each person with whom ~t contracts to provide services on a proJect, to, (1) prov,de coverage, based on proper reporting of classification codes and payroll amounts and f,l,ng of any coverage agreements, whmh meets the statutory requirements of Texas Labor Code, Section 401 011 (44) for all of Its employees prov,dlng services on the project, for the duration of the project, (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage ,s being prov,ded for all employees of the person providing services on the proJect, for the duration of the proJect, (3) prowde the contractor, prior to the end of the coverage period, a new cemflcate of coverage showing extension of coverage, If the coverage period shown on the current certificate of coverage ends dunng the duration of the proJect; {4) obtain from each other person with whom ~t contracts, and prowde to the contractor {a) a cert~fmate of coverage, prior to the other person begmmng work on the project, and (b) a new cert,flcate of coverage showing extension of coverage, prior to the end of the coverage period, ~f the coverage penod shown on the current certificate of coverage ends during the duration of the prolect, (5) retain all required certlhcates of coverage on file for the duration of the project and for one year thereafter, (6) not~fy the governmental entity ~n wnt~ng by certified mall or personal dehvery, w~thm 10 days after the person knew or should have known, of any change that matenally affects the provision of coverage of any person prov,dlng servmes on the project, and AAAO0360 ~ISED 10/12/~4 CI - 8 Insurance Requirements Page 9 (7) contractually require each person with whom it contracts, to p;erform 8s requ,red by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing serv;ces J. By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who w~ll prowde serwces on the project w,ll be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carr,er or, in the case of a self-insured, with the commission's Divls,on of Self-lnsurence Regulation Providing false or mislead,ng information may subject the contractor to adm,mstrative penalties, criminal penalties, civil penalties, or other c~vll actions . K. The contractor's fadure to comply with any of these provisions Is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. AAA00360 ~V*SED ~o~4 CI - 9