Loading...
2001-441AN ORD~^NCE ^ CcE?r~ING COMPETITIVE BIDS AND ^WARDINO A PUB,~IC WOKS CONTRACT FOR T.E CONSTRUC*ION OF A BASKETBALL COURT AT NORT. L^~:ES PARK, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING AN EFFECTIVE DATE (BID 2739 -NORTH LAKES BASKETBALL COURT AWARDED TO JONES AND JEFFREY CONSTRUCTION, INC IN THE AMOUNT OF $34,044) WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of pubhc works or ~mprovements in accordance with the procedures of STATE law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the here~n described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specfficatlons therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 2739 Jones and Jeffrey Construction, Inc $34,044 SECTION II 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 or improvements herein accepted and approved, until such person shall comply vath all requirements specified in the Notice to Bidders including the timely execution of a written contract and furmshmg of performance and payment bonds, and insurance certificate after notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and B~d Proposals, and documents relating thereto specifying the terms, conditions, plans and specfficat~ons, standards, quantities and specffied sums contmned therein SECTION IV That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Cotmcfl hereby authonzes the expenditure of funds in the manner and in the amount as specified in such approved bids and anthonzed contracts executed pursuant thereto SECTION V That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED th~s the ~dayof ~~2001 EULINE BROCK, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY BID 2739 - CONTRACTUAL ORDINANCE Attachment 1 CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered mto this 27 day of November A D , 2001, by and between C~ty. of Denton of the County of Denton and State of Texas, actmg through Mmhael A. Conduff thereunto duly authorized so to do, heremafter termed "OWNER," and Jones & .Teffery Construction Co., Inc. lgOl E. McKmney Denton: TX 76208 of the C~ty of Denton, County of Denton and State of Texas, hereinafter termed "CONTRACTOR" WITNESSETH That for and m consideration of the payments and agreements heremafter menttoned, to be made and performed by OWNER, and under the condtt~ons expressed m the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below B~d 2739- North Lakes Basketball Court m the amount of ~34,044 and all extra work m connecuon therewith, under the terms as stated~m the General Condmons of the agreement, and at his (or their) own proper cost and expense ~to furmsh all matermls, supphes, machinery, eqmpment, tools, supermtendence, labor, msurance, and other accessories and servxces necessary to complete the work specffied above, m accordance w~th the contht~ons and puces stated m the Proposal and the Performance and Payment Bonds, attached hereto, and m accordance wxth all the General Cond~Uons of the Agreement, the Specml Conditions, the Notxce to B~dders (Advertisement for Bxds), and Instructxons to Btdders, as referenced herem and on file m the office of the Purchasing Agent, and m accordance w~th the plans, which ~ncludes all maps, plats, blueprints, and other drawings and prmted or written explanatory matter thereof, CA - 1 and the Specifications therefore, as prepared by all of which are referenced herein and made a part hereof and collect~valy ewdence and constitute t_he entire contract Independent Status It is: mutually understood and agreed by and between City and Contractor that Contractor ~s an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of raceme tax, w~thhokhng, 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 darect~on of the City Manager of the City of Denton, Texas, or h~s designee under tins agreement Indemnification Contractor shall and does hereby agree to mdemmfy and hold harmless the City of Denton from any and all damages, loss, or liability of any land whatsoever, by reason of injury to property or third persons occasioned by any error, omission or naghgent act of Contractor, officers, agents, employees, mwtees, and other persons for whom it is legally liable, vath regard to the performance of tins Agreement, and Contractor will, at its cost and expense, defend and protect the City of Dantun against any and all such clmms and demands Choiee of Law and Venue This agreement shall be 8overned by the law of the State of Texas and venue for construction and enforcement shall lie m the courts of Denton County, Texas The CONTRACTOR hereby agrees to commence work on or aRer the date established for the start of work as set forth in written notice to commence work and complete all work vathin thel tune stated m the Proposal, subject to such extensions of time as are prowded by the General and Special Con/ht~ons The OWNER agrees to pay the CONTRACTOR in curr~nt funds the price or puces shown m the Proposal, which forms a part of flus contract, such payments to be subject to the General and Special Conditions of the Contract CA - 2 A '~B~d 27~9 Sea~ & 3'~/t~y doa 12/4/01 1N WITNESS WHEREOF, the pa~ttes of these presents have executed fins agreement the year and day fa'st above written ATTEST '~~~t~ OWNER (s~) ATTEST ~_~x~._.~)/ Jones & Jeffery.. Const. .C°'' Inc. - 0 -% 0 coNm~c~o~ 3801 E. McKinney Denton, Texas 76208 MAILING ADDRESS "' (940) 382-3124 PHONE NUMBER (940) 566-2176 Robert W. Jones, Jr. c~¥ CA - 3 A ~Btd 2739 Joa~ & $~oy do~ 12/4~ 1 PROPOSAL (BID) FORM (Pagel of 3) Time: 2:p.m. Date: October 23, 2001 TO: Purchasing Agent City of Denton, Texas 901-B Texas Street Denton, Texas 76201 Gentlemen The undersigned having examined the Contract Documents entitled North Lakes Park Basketball Project Bid # 2739 And having vmlted the site of the proposed construction, and having fam,hartzed h~m~elf with the local condmons affecting the cost of the work, and w~th all addenda to the sad documents, hereby proposeds to furnish all supervision, labor, matermls, eqmpraent, tools, and accessories and to do all work m accordance with sad documents and addenda thereto for the stipulated sum of Thirty ..four thousand, fourty four ...... Dollars($ 34.044.00 ) Total Base Bid Total Matermls Ineom_ orated into the Prolect $1 6.0 4 4,0 0 Total Labor. Superwslon and Materials Not Incom_ orated into the Project $18 t o 0 0.0 o UNIT PRICES: The undersigned agrees that the following umt paces wtll apply to adjust quantities of matenals indicated on drawings Prices are for materials faushed and installed It is further agreed that the quantities of work to he done at umt prices and matdnal to be furmshed may he mcreased or d~m,~hed as may be considered necessary m the opnuon of the Owner's Representative, and that all quantttles of work, whether increased or decreased, are to be performed at the umt prices set forth below except as provided for m the specfficatmns All umt prices are for addition or deletmn. Paving ComponentslTunn~hed and Installed) 4" ttuck 3000 PSI concrete paving $ 2.3 5 per S F 5" tback 3000 PSI concrete paving $ ~. 5 o l~er S F 6" tback 3000 PSI concrete paving $ 2.6 5 per S F 4" duck 3000 PSI concrete paving w/post tensmn cables $ 2.5 o ver S F H \Word Doc~B,ddmg Forms, Lists and example~klq'orth Lakes P~rk Basketball Court Protect bid doc B~d Proposal Form (Page 2 of 3) 9"×12" concrete mow strip under fence vath 2-#4 bars $ ~ 2. _n9 per L F Earthwork and Drainage (Furmsh and Install`} Cut, Transport and Place Onsne Soft $ 2_ ~ o per C Y Import and Place Off-She Soft $ 9.25 per C Y Fencing ¢omponents(Furmsh and InstalB 4' Ingh chain link, 9ga v~th added vinyl coating fencmg $ 1 3.5 o per L F 6' Ingh cluun link, 9ga w~th added wnyl coating fencing $ 21 _no 'per L F Standard~ 4' wde X 4' height gate to match fence $ 286_ o a each 3" OD Line Post to match 4' fence $ 6~ .aa .each 2-5/8" OD Line Posts to match 4' fence $ 25- o o each Turf C0mponents(Furmsh and Install`} Common Bermuda solid sod $ 3.25 l~er S Y Staked Common Bermuda sohd sod $ 2_ ~t) Der S Y Dnll seeded rye grass $ ~. 00 per S Y Hydro mulched seeded Common Bermuda $ . ~ 0 per S Y Hydro mulched seeded Common Bermuda and Rye grass $ .1 0 per S Y Broadcast seeded rye grass $ .5 0 Mr S Y Erosion Control(Furm~hed and Installed'} Penmetor Siltation Bamer $ ~. 6 5 per L F Swale Siltation Fabric Bamer $ 1.6 5 per L F Staked Erosion Control Matting $ 1.1 5 per L F Bidder under,ands the statements and Owner's Objectives contained m Sect n 0 0 0-S o f Wor ,k. ADDENDA: Acknowledge receipt of the following addenda winch are part of the Bidding Documents by placing Addendum #, Date issued and imtaalmg' Addendum No Addendum No Addendum No Addendum No H \Word DoesXB~ddmg Forms, Lists and examples~qorth Lakes Park Basketball Court Project bid doc B~d Propgsal Form (page 3 of 3) The undersigned bidder hereby declares that he bas visited the site of the work and has carefullyI examined the Contract Documents pertaining to the work covered by the above bid, and he further agrees to commence work within ten(10) days after date of written notice to proceed and to substantially complete the work on which he has bid within ~ ~-y (~n) Consecutive calendar days subject to such extensions of time allowed by specifications. The undersigned bidder agrees that h~s bid shall be good and may not be withdrawn for a period of 60 calendar days ater the scheduled closing nme for receiving bids The undersigned bidder understands that the Owner reserves the right to reject any or all b~ds and to waive any mformahtaes m the bidding BID GUARANTY: Enclosed,with this Bid is a Certified Check for Do,ars ($ ) or a Bid Bond m the sum of Five P~rcent of Bid Do~ars($ 5% of bid ) which it zs agreed shall be collected and retained by the Owner as hquldated damages m the event this Bid is accepted by the Owner within 60 days alter the bids are received and the undersigned fads to executed the Contract and the requtred Bonds with the said Owner witban ten (10) (lays a.~er the date said Bid ts accepted otherwtse said check or bond shall be returned to the undersigned upon demand JonesI & Jeffery Construction Co., Inc. ~~ ~. ~fcorporatlor~ attest and affix Authonzed Signature Robert W. Jones, Jr. a Corporate Sea~) Pra~qiflant Title Address 3801 E. M~Kinney CIV, State, Zip Code Denton, Texas 76208 Telephone (940) 382-3124 H \Word Does~Blddmg Forms, Lists and examples~North Lakes Park Basketball Court Pro3eet bid doe PERFORMANCE BOND STATE oF TEXAS § COUNTYIOF DENTON § KNOW ALL MEN BY THESE PRESENTS That Jones & Jeffery Con~truetmn Co., Inc. whose address ~s 3801 E. MelGnney: Denton TX 76208 heremafte~ called Principal, and ~_ tr~.ml~/)/~.q ~/_77 (~ ff~ , a corpor,at~on orgamzed and existing under the laws of the State of ~7-f.~tq3 . and fully authc~nzed to transact bnsmess m the State of Texas, as Surety, are held and firmly bound unto the Glty of Denton, a municipal corporation orgamzed and existing under the laws of the State of Texas, hereinafter called Owner, m the penal sum of Thirty Four Thousand Forty Four Dollars and 0/100 DOLLARS ($ 34:044) plus ten percent of the stated penal sum as an additional [sum of money representing additional court expenses, attorneys' fees, and hqudated damages arising out of or connected with the below dentlfied Contract, in lawful money of the Umted States, to be pad m Denton County, Texas, for the payment of which sum well and truly to b~ made, we hereby bind ourselves, our hetrs, executors, admtmstrators, successors, and~asstg~s, jointly and severally, f'trraly by these presents This Bond shal! au. tomatlcally .be increased by the amount of any Change Order or Supplemental Agreement which increases me Contract price, but m no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of th~s Bond THE OBLIGATION TO PAY SAME is cond~tioned as follows Whereas, the Principal ~ntered into a certain Contract, xdentffied by Ordinance Number 21301-441 , with the City 0f Denton, the Owner, dated the 27 day of November A D 2001, a copy of whtch Is hereto attached and made a part hereof, for Fhd 2739- North Lake~q Basketball Court. NOW, THEREFORE, ff the Prmmpal shall well, truly and faithfully perform and fulfill all of the undertakangs, covenants, terms, condmons and agreements of smd Contract m accordance wtth the Plans, Spemficat~ons and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or wxthout notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also[ well and truly perform and fulfill all the undertakings, covenants, terms, condmons and agreements of any and all duly anthonzed modfficat~ons of said Contract that may hereafter be made, notice of whxch modifications to the Surety being hereby waived, and, ff the Principal Ishall repmr and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by the Owner, and, if the Prmcxpal shall fully mdemmfy and save harmless the Owner fr~.m all costs and damages which Owner may suffer by reason of failure to so perform hereto ang shall fully reunburse and repay Owner all outlay and expense wfuch the Owner may incur m r~takmg good any default or defimency, then this obhgatxon shall be void, otherwxse, it shall remain m full force and effect PB - 1 PROVIDED FURTHER, that if any logel action be filed upon tins Bond, exclusive venue shall lie ro Denton County, State of Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulat~s and agrees that no change, extension of me, alteration or addmon to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawrogs, ctc, accompanying the same, shall m anywise affect its obhgat~on on tins Bond, and n does hereby waive notme of any such change, extenmon of tLme, alterot~on or addmon to the terms of the Contract, or to the Work to be performed theroundor, or to the Plans, SpemficaUons, Drawings, eto Tins Bond is given pursuant to tl~ prov~mons of Chapter 2253 of the Texas Oovemment Code, as am~led, and any other apphcable statnt~s of the State of Texas Tho undermg~ed and d~mgn~ted agent IS hereby designated by the Surety herein as the R~mdent Agent in Denton County to whoro any r~qromte notices may be delivered and on whoro semce of process may be had in roatt, rs ansrog out of such suretyslup, as provided by Amcle 7 19.1 of the Insurance Code, Vemoffs Annotated Civil Statutes of the State of Texas IN WlTNESS WHEREOF, this instrument m executed m 4 . copies, each one of winch shall be dceroed an origami, this the 9.7 d~y of~ _2111/1__ ATTEST PRINCIPAL PRESIDENT ATTEST SURETY [J - BY ATTORNE,~.iN.F,~CT The Resident Agent of the Sure~y m l~nton County, Texas for delivery of notice and service of the process is (NOTE Date of Pe~ormance Bond m~t be date of Conteact If ResMent Agent ~; not a corporattan, give a person's name.) PB - 2 A'~But 27~9 Jol~ & Joffr~y doo 12/4~1 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That Jones & Jeffery Construetmn Co.: loc., whose address is 3801 E. MeKmney, Denton. TX 76208 hereinafter called Pnnclpal, and r4Jrum~wu£ c~cr? ~r~/° , a corporation organized and existing under the laws of the State of -F,~ ~ r+-S , and fully authorized to transact business m the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a mumc~pal corporation orgamzed and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furmsh materials for, or perform labor upon, the bmldmg or improvements hereinafter referred to, m the penal sum of Thirty Four Thousand Forty Four Dollars and 0/100 DOLLARS ($ 34,044) m lawful money of the United States, to be pad m Denton, County, Texas, for the payment of winch sum well and truly to be made, we hereby brad ourselves, our hetrs, executors, admzmstrators, successors, and assigns, jointly and severally, faTnly by these presents This Bond shall automaUcally be increased by the amount of any Change Order or Supplemental Agreement winch moreases the Contract price, but m no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of tins Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal entered into a certain Contract, ldentffied by Ordinance Number ~, with the Cxty of Denton, the Owner, dated the 27 day of November A D 2001, a copy of which is hereto attached and made a part hereof, for Bid 2739 - North Lakes Ba~qketball NOW, THEREFORE, if the Principal shall well, truly and faxthfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material m the prosecutton of the Work provided for m said Contract and any and all duly authorized modifications of sad Contract that may hereafter be made, notme of which modfficatlons to the Surety being hereby expressly waived, then this obligation shall be void, otherwxse it shall remmn m full force and effect PROVIDED FURTHER, that if any legal acnon be filed on this Bond, exclusxve venue shall he in Denton County, Texas AND PROVIDED FURTHER, that the sam Surety, for value received, hereby stipulates and agrees that no change, extensmn of tone, alteratmn or addltxon to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, SpecfficaUons, Drawings, etc, accompanying the same, shall m anywise affect ;ts obllgauon on this Bond, and it does hereby wmve notice of any such change, extension of trane, alteration or addmon to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc PB - 3 Tins Bond is given pursuant to the prowsaons of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas The, undersigned and demgnated agent ~s hereby demgnated by the Surety herren as the Remdent Agent m Denton County to whom any reqmmte notices may be dehvered and on whom serwee of prooess may be had an matters arising out of su0h suretyslup, as provided by Artmle 7 19-1 of the Insurance Code, Vemon's Annotated Ovfl Statutes of the State of Texas IN WITNESS WHEREOF, tins instrument is executed m, ,4 copras, each one of winch shall be deOmed an onguml, tinsthe 27 dayof.J~avambaL, ATTEST PRINCH~AL BY ~~ · y~X~~----"~ ~"'~~' ~ B PRESIDENT x \ ATTEST SURETY ~TTOR~Y-II~-FACT The Remd~t Agem of the Surety m Denton County, Texas for delivery of noUce and service of the process is (NOTE Date of Payment Bond must be date of Contract If Restdent Agent ts not a corporatton, gtve a person's name ) PB - 4 A ~B~d 2739 $o~$ & J%tgteff doa 12/4/01 CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention IS directod to the insurance requirements below It is highly recommended that bidders confer with their respective Insurance carriers or brokers to determine In advance of Bid sul~mlsston the availability of lnsuronce certOTcates and endorsements as prescribed and provided hereit~ If an appavent low bidder falls to comply strictly with the Insurance requirettte~, that bidder nuty be dlsquulOTed from award of the contract. Upon bid award, all Insurance irequiretn~nts shall become contractual obligations, which the successful bidder shall have a duty to maintatn throughattt the course of this contract. STANDARD PROVISIONS: Without hmtttng any of the other obhgattons or habdtttes of the Contractor, the Contractor shall prowde and maintain untd the contracted work has been completed and accepted by the Ctty of Denton, Owner, the minimum insurance coverage as tndicated heremafter As soon as practtcable after notification of bed award, Contractor shall file with the Purchasing Department satisfactory certificates of msurance, containing the bed number and title of the project, Contractor may, upon written request to the Purchasmg Department, ask for clarification of any insurance requlroments at any time, however, Contractors are strongly advised to make such requests prtor to bM opentng since the insurance requirements may not be madtfied oJ" waived after bid opening unless a written exception has been submitted with the Contractor shall not commence any work or deliver any material until he or she receives notO~cation that the contract has been accepted, approved, and signed by the City of Dentor~ All insurance pohcies proposed or obtained m satisfaction of these requirements shall comply with the following general specifications, and shall be maintained tn comphance with these general specifications throughout the duration of the Contract, or longer, If so noted · Each policy shall be Issued by a company author~xl to do business m the State of Texas vnth an A M Best Company rating of at least A * Any deductibles or self-insured retentions shall be declared in the bid proposal requested by the City, the insurer shall reduce or eliminate such deductibles or self-insured rctentmns wath respect to the City, its officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related mvestagattons, clmm admtrnstratlon and defense expenses · Lmbthty pohoxes shall be endorsod to prowde the follovnng .. Name as adchtional insured the City of Denton, its Officials, Agents, Employees and volunteers A ~Bld 2739 .~o1~ & Je~zy doo 12/4/01 ** That such insurance is primary to any other insurance available to the add~ttonnl ~nsured w~th respect to clmms covered under the pohcy and that th~s insurance apphes separately to each insured against whom clarm ~s made or stat is brought The mclusmn of more than one insured shall not operate to increase the insurer's lumt of habthty . All policies shall be endorsed to '~S/ffD POLICY SHALL NOT BE CANCELLED, NONRENEWED OR MATEItI~IJ~Y CHANGE WITHOUT $# DAYS ADVANCED WRITTEN NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY I$ BEING CANCELLED FOR NONP~4YMENT OF PREMIUM IN WHICH CASE 10 DA YS ADVANCE WRITTEN NOTICE 1S REQUIRED': ° Should any of the reqmred msuranc~ be prowded under a ¢laims-mada form. ConVair shall mam~am such coverage continuously throughout the term of th~s contra~t and, w~thout lapse, for a period of three years beyond the contrac~ expiration, such that uccurmnces ansm~ dunng the contract term wlueh g~ve nsc to ela~ns made afar expiration of the contract shall be covered · Should any of the requu~d insurance be prowdad under a form of coverage that meluda~ a general annual a~gregate bm~t providing for clarms ~nves~gat~on or legal defense cosu to be included m the general annual aggregate hrmt, the Con. actor shall either double the oecur~nce hm~ts or obtain Owners and Contractors Protective Lmbdity Insurance · Should any reqmred insurance lapse dunn§ the contract term, requests for payments on.hating after such lapse shall not be processed untd the C~ty receives satisfacto~ ev~danc~ of reinstated coverage as reqmred by flus contract, effective as of the lapse date If msuranc~ ~s not reinstated, City may, at its sole optmn, temunate th~s agreement effective on the date of the lapse SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: ~Ill m~ura~we poli¢~e~ proposed or obtained m satisfaction of th~s Contract ~hall oddmonally comply ~ the foilo~mg mar~ed speo~ficat~on$, and shali be ~amtamed m comphance ~ith the~e ~ddiOonal spe¢t, fi¢~t~on$ throughout the duration of the Contract, or ionger, ~o noted A General Liability Insurance: General habfitiy ~nsurance vath combined single hmlts of not less than ,S~OO;OOO shall be prowded and maintained by the Contractor The pehcy shall be wntten on an occurrence bas~s either ill a single pohcy or Ill a combination of underlying and umbrella or excess policies A ~iBld 2739 Joll~ & J~"~y do~ I2/4/01 If'the Commemlal General Liability form (ISO Form CG 0001 currem edition) is · Coverage A shall include premises, operations, products, and completed operations, independent contractors, con~ractual liability covering flus contract and broad form property damage coverage * Coverage B shall include personal injury · Coverage C, medical payments, is not required If the Comprehensive General Liability form (/SO Form GL 0002 Current Echtion and ISO Form GL 0404) is used, it shall molude at least * Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCL0 exposures * Broad form contractual liability (preferably by endorsement) covenng this contract, personal injury liability and broad form property damage liability [~ Automobile Ltabihty Insurance: ContracWr shall provide Commercial Automobile Liability insurance with Combined Single Lurers (CSL) of not less than .s3oo:ooo either in a single policy or m a combination of basic and umbrella or excess polmies The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile eqmpment used in conjunction with this contract satisfaction of the above requirement shall be m the form ora policy endursement for · any auto, or · all owned, lured and non-owned autos IX] Workers Compensation Insurance Contractor shall purchase and maintain Workers Compensation insurance which, in .ad~l. tion to meeting the nummum statutory reqmrements for Issuance of such insurance, has Employer's Liability hm~tS of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease The City need not be named as an "Additional Insured" but the insurer shall agree to waive all nghts of subrogation a~mst the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured For bmldmg or construction projects, the CoIltractor shall comply with the provisions of Attachment 1 in accordance with §406096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Workers ComPenSation Commission (TWCC) O~ner*s and Contractor*9 Protective Liabflity Insurance The Contractor shall obtain, pay for and maintain at all times dunng the prosccuUon of the work under tins contract, an Owner's and Contractor's Protective Liability insurance poi: cy namm8 the City as insured for property damage and bodily injury winch may arise m ! le prosecutiun of the work or Contractor's operations under tins contract Coverage slut I be on an "occurrence" basis, and the policy shall be issued by the same insurance con pany that carries the Contractor's hablhty insurance Policy hrmts yell be at least combined bodily inJUry and property damage per occurrence with a aggregate Fire Damage Legal Liability Insuraace Co~(~aga is required if Broad form General Llainhty is not provided or Is unavailable to thelcontraotor or ii' a contractor leases or rents a portion of a City Inaldmg Lmuts of not les~ than , each occurrence are reqmred [ ] Professional Lmbility Insurance Profasslonal habflxty insurance w~th hnuts not less than , per clam with respect to l~egllgent aots, errors or omissiorls in connection voth 10rofesslonal services is re(tun'ed under this Agreement Builders* Risk Insurance Builders' Risk Insurance, on an All.Pask form for 100% of the completed value shall be provided Such policy, shatl include as 'Named Insured" the City of Denton and all subcontractors as their interests may appear [ ] Additional Insurance Other Insurance may be reqmred on an mdlwdual basts for extra hazardous contracts and sp~offic service a~reements If such adchtional msurauce is reqmred for a spaclfic co~tra~t, that reqmrement will be described in the "Specific Conditions" of the contract specifications 2739 .lo~ &: Je~y doe 1274/0I ATTACHMENT1 IX] Worker's Compensation Coverage for Building or Construetmn Projects for Governmental Entities A Deflmtions Certificate of coverage ("cemficate")-A copy of a cemficatc 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 cntity's employees provudmg services on a project, for the duration of the project Duration of the project * includes the time from the begmmng of the work on the project until the contractor's/person's work on the project has been completed and , accepted by the governmental entity Persons prowdang services on the project ("subcontractor" m {}406 096) - includes all persons or entities porforromg all or part of the services thc contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees This includes, without lmutation, independent contractors, subcontractors, leasing compames, motor carriers, owner*operators, employees of any such entity, or , employees of any entity which furmshes persons to provide services on the project "Senaoes" include, without hmitation, prowdmg, hauhng, or dehvermg equipment or materials, or provi&ng labor, transportation, or other servtce rela~.A to a project "Services" does not include a~tiwties unrelated to the project, such as food/beverage vendors, office supply dehvenes, and dehvery of portable todets B The contractor shall provide coverage, based on proper reporting of classification ' codes and payroll amounts and fihng of any overage agreements, wluch meets the statutory reqmrements of Texas Labor Code, Section 401 011(44) for all employees of the Contractor provlchng senaces on the project, for the duration of the project C The Contractor must prowde a certificate of coverage to the governmental entity prior to hemg awarded the contract D [ If the coverage p~nod shown on the contractor's current certificate of coverage ends dunng tho duration of the project, the contractor must, pnor to the end of the coverage period, file a new ce~ficate of coverage with the governmental entity showing that coverage has been extended 12/4/01 E The contractor shall obtain from each person providing services on a project, and provide to the governmental entity (1) a certificate of coverage, poor to that person beginning work on the project, so the governmental entity will have on file cemficates of coverage showing coverage for all persons providing services on the prOjeCt, and (2) no later than seven days after receipt by the contractor, a new cemflcate of coverage showing extensmn of coverage, if the coverage period shown on the current certificate of coverage ends dunng the duration of the project F The contractor shall retain all reqmred certificates of coverage for the duration of the project and for one year thereafter G The contractor shall no,fy the governmental entity m writing by cemfied mml or personal delivery, w~thin 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the proJecC H The contractor shall post on each project site a notice, In the text, form and manner prescribed 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 verify coverage and report lack of coverage I The conUactor shall contractually reqmre each person w~th whom it contracts to provide serwees on a project, to (1) provide coverage, based on proper repo~ng of classification codes and payroll amounts and filmg of any coverage agreements, which meets the statutory reqmrements of Texas Labor Code, Section 401 011(44) for all of its employees providing services on the project, for the duration of the project, (2) provide to the contractor, prior to that person beg~nmng work on the project, a eemficate of coverage shovong that coverage is being provided for all employees of the person providing services on the project, for the duration of the project, (3) provide the contractor, prior to the end of the coverage period, a new eemficate 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 it contracts, and provide to the contractor (a) a certificate of Coverage, prior to the other person beginning work on thc proJeCt, and (b) it new certificate of coverage showing extension of coverage, prior to the end of the coverage penod, if the coverage penod shown on the current certificate of coverage ends dunng the duration of the project, retain all reqmred certificates of coverage on file for the duration of the project and for one year thereat~, (6) notify the governmental entity m writing by certified mint or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the proJeCt, and (7) contractually requrre each person with whom tt contracts, to perform as required by paragraphs (1) - (7), ,oath the cemficates of coverage to be provldexi to the person for whom they are providing services By sigmng this conlract or providing or causing to be provided a certtficate of coverage, the contractor Is representing to the governmental entity that all employees of the contractor who will provide services on the project will 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 appropnate insurance carrier or, m the case of a self-insured, with the commlsston's Division of Self-Insurance Regulation Prowdmg false or nnsleachng information may subJeCt the contractor to admimstrativc penalties, cnrmnal penalties, c~vil penalties, or other civil actions K The contractor's failure to comply with any of these provisions is a breach of contract by the contractor wluch entitles the governmental entity to declare the contract votd If the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity A ~B~12739 Jo~ & $Ott~ doo 1214/01