CITY OF AZLE REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT RISK NEW JOINT CITY HALL & POLICE ADMINISTRATION & JAIL FACILITY

Similar documents
Request for Qualifications Construction Manager at Risk

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER-AT-RISK, TWO-STEP PROCESS

Texas Administrative Code

LIBERTY HILL INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER-AT-RISK SERVICES

GENERAL SPECIFICIATIONS TABLE OF CONTENTS

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

Job No REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGEMENT SERVICES

Contractor s Qualification Statement

REQUEST FOR QUALIFICATIONS FOR CONSTRUCTION MANAGER AT RISK SERVICES TWO STEP PROCESS

REQUEST FOR QUOTE (RFQ) MOWING SERVICES AND GROUNDS MAINTENANCE US 290 BUSINESS PARK

Contractor s Qualification Statement

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office

ADVERTISEMENT FOR BIDS

DATE ISSUED: 10/20/ of 13 UPDATE 103 CV(LEGAL)-P

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017

PREQUALIFICATION QUESTIONAIRE

Wilson County Criminal Justice Center th Street, Floresville, Texas TG # May 2014

PRE-QUALIFICATION SUBMITTAL PACKAGE FOR GENERAL CONTRACTOR PRE-QUALIFICATION FOR THE VETERANS SPORTS PARK AT TUSTIN LEGACY, CIP NO.

FAYETTE COUNTY SCHOOL DISTRICT REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT AT RISK SERVICES

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES (CM AT RISK)

SAN FRANCISCO UNIFIED SCHOOL DISTRICT 2019 PRE-QUALIFICATION QUESTIONNAIRE

Madera Unified School District

Taylor County Purchasing Agent

FACILITIES CONSTRUCTION (LEGAL)

SPECIFICATIONS & INVITATION TO BID ON ANNUAL CONTRACT, FOR USED OR SALVAGED CONCRETE BOX CULVERTS FOR PARKER COUNTY. Formal Bid #PC14-16

Request for Qualifications for General Contractors. 8th & Cooper Multi-use Project

PREQUALIFICATION PACKAGE FOR

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]

REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County

REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL CONSULTING ENGINEERING SERVICES FOR STORMWATER ANALYSIS & DESIGN. March 24 th, 2019 RFQ

IRVING Independent School District

ATTACHMENT 6 PREQUALIFICATION QUESTIONNAIRE. Firm Name: Check One: Corporation (as it appears on license) Sole Prop.

SUBMISSION REQUIREMENTS

PRE-QUALIFICATION REQUIREMENTS FOR BIDDERS Qualification Criteria

MARCH 3, Referred to Committee on Government Affairs. SUMMARY Revises provisions governing public works. (BDR )

SUBMISSION REQUIREMENTS

REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL CONSULTING ENGINEERING SERVICES FOR LAND ACQUISITION CONSULTANT. March 24 th, 2019 RFQ

Exhibit B-1 MEP Subcontractor Questionnaire

West Ridge Park Ballfield Light Pole Structural Assessment

State Government Procurement

Greenville-Spartanburg Airport District 2000 GSP Drive, Suite 1 Greer, SC CONTRACTOR PREQUALIFICATION APPLICATION

GRAYSON COLLEGE 6101 Grayson Drive Denison, TX Telephone: (903)

Charlotte-Mecklenburg Schools. Request for Qualifications

STANDARD FORM OF CONTRACT FOR CONSTRUCTION MANAGEMENT SERVICES INCLUDING CONSTRUCTION FOR A GUARANTEED MAXIMUM PRICE BETWEEN

2. Provide engineering supervision, inspection and administration according to scope of work.

1 Exam Prep Business and Finance Practice Test 4

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

Request For Qualifications Construction Management at Risk

Request for Proposal for Construction Manager-at Risk Responses Due: 3:00 p.m. Thursday, September 10, 2015

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

OFFEROR S STATEMENT OF QUALIFICATIONS

BID FOR: Annual Contract for Hidden Creek Sports Complex and Bartlett Park Soccer Complex Mowing

REQUEST FOR PROPOSAL CONSTRUCTION MANAGEMENT SERVICES (CM AT RISK)

Exhibit B-2. MEP Subcontractor Rating System SAN RAFAEL CITY SCHOOLS PREQUALIFICATION QUESTIONNAIRE AND CERTIFICATION FOR PROSPECTIVE BIDDERS, 201

Helena Public Schools. Helena, MONTANA REQUEST FOR QUALIFICATIONS FOR GENERAL CONTRACTOR/CONSTRUCTION MANAGER SERVICES FOR

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

WHEREAS, the District desires to adopt the Prequalification Process, including the Questionnaire, Rating System, and Appeal Process.

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager At-Risk

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.)

REQUEST FOR QUALIFICATIONS SUBMITTAL INSTRUCTIONS

VOLUME 1 BIDDING DOCUMENTS BID NO PROJECT MANUAL FOR COMMISSIONERS COURT AUDIO/VISUAL UPGRADE PROJECT BIDS DUE AUGUST 24, :00 P.M.

PREQUALIFICATION QUESTIONNAIRE

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

REQUEST FOR QUALIFICATIONS (RFQ) Central Valley Opportunity Center Winton Vocational Training Center Project Proposals Due: February 21, 2014

SPECIFICATIONS, INVITATION TO BID ONE OR MORE NEW AND UNUSED 4 DOOR SEDAN(S) PARKER COUNTY COMMUNITY SUPERVISION AND CORRECTIONS DEPARTMENT

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

PIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR QUALIFICATIONS (RFQ) for ENGINEERING SERVICES FOR HVAC AND RELATED DESIGN

BUILDING CONSTRUCTION AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER

2. Do you have any final geotechnical report for the proposed property? Yes, See attached. More to come.

WEXFORD COUNTY REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS For WINDSTORM AND HAIL INSURANCE COVERAGE. RFP NO.: 2017-I-08 Date Issued: April 3, 2017

ADDENDUM NO. 1. Date: March 7, Accessible Ramp at Saddleback College. Bid No South Orange County Community College District

EXPERIENCE AND QUALIFICATION STATEMENT OF

State of North Carolina Prequalification for First Tier Subcontractors under CM at Risk

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS

Request for Proposals ( RFP ) for Public Works Inspection Services On An As Needed Basis

Prequalification Questionnaire

REQUEST FOR PROPOSAL (RFP) CONSTRUCTION MANAGER-AT-RISK LAKE TRAVIS HIGH SCHOOL - PERFORMING ARTS CENTER (PAC) and FIRST FLOOR OF C-WING RENOVATIONS

BUILDING CONSTRUCTION AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER

CONTRACTORS AND SUBCONTRACTORS PRE-QUALIFICATION APPLICATION for MEASURE M BOND PROJECTS

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

LAREDO INDEPENDENT SCHOOL DISTRICT

Request for Qualifications

SUBMISSION REQUIREMENTS

ABB Inc. SUPPLIER SELF ASSESSMENT FORM

Request for Qualifications Facilities Condition Assessment and Development Consulting Services City of Mobile Mobile, Alabama PL

REQUEST FOR QUALIFICATIONS (RFQ) FOR DSA INSPECTOR OF RECORD (IOR) SERVICES

REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER SERVICES DICKINSON PUBLIC SCHOOL DISTRICT NO. 1 DICKINSON, NORTH DAKOTA

PROPOSAL DOCUMENTS FOR JANITORIAL SERVICES CONTRACT

PURCHASING OFFICE REQUEST FOR QUALIFICATIONS INVESTMENT BROKER DEALER SERVICES RFQ NO

GUADALUPE RIVER PARK AND GARDENS IDENTIFICATION, INTERPRETIVE AND WAY FINDING SYSTEMS SINGAGE PROJECT CITY OF SAN JOSE REDEVELOPMENT AGENCY

These regulations are issued pursuant to the following Sections of the Municipal Code of Chicago:

C740 (13002F) REQUEST FOR PRE-QUALIFICATION BIDDERS

LAREDO INDEPENDENT SCHOOL DISTRICT. C/O Mr. Gustavo Alcantar, Director of Procurement Houston Street, Laredo, Texas 78040

HUNTERSVILLE GATEWAY APPROX 327 HUNTERSVILLE GATEWAY DR HUNTERSVILLE, NC ABC STORE # 22

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

Cherokee Nation

REQUEST FOR PROPOSALS EMPLOYEE ASSISTANCE PROGRAM (EAP) 08/09-20

A competitive bidding process shall be utilized to the greatest extent possible for all construction contracts.

Transcription:

CITY OF AZLE REQUEST FOR QUALIFICATIONS CONSTRUCTION MANAGER AT RISK NEW JOINT CITY HALL & POLICE ADMINISTRATION & JAIL FACILITY The City of Azle will accept Request for Qualifications for Construction Manager at Risk services for a new Joint Facility until 10:00 A.M. CDT on April 4, 2017. Qualifications shall be delivered to: City of Azle Randy Ramirez, Purchasing Agent 613 SE Parkway Azle, Texas 76020 Qualification packets shall be plainly marked on outside of envelope as follows: CONSTRUCTION MANAGER AT RISK FOR: NEW JOINT CITY HALL & POLICE ADMINISTRATION & JAIL FACILITY ATTENTION: Randy Ramirez, Purchasing Agent DO NOT OPEN UNTIL: 10:00 A.M. CDT ON April 4, 2017 Any qualification packets received later than the specified time, whether delivered in person or by mail, shall be disqualified and remain unopened. The City of Azle reserves the right to waive any informality and to reject any or all qualifications/proposals. The Construction Manager, selected in a two-step process, will provide construction services at a contracted fee. The project to be constructed is a new JOINT CITY HALL & POLICE ADMINISTRATION & JAIL FACILITY located in the City of Azle on a city owned site. See Exhibit A located at the end of this RFQ. PROJECT, SCOPE OF WORK AND ANTICIPATED SCHEDULE: The following project narratives are to assist you in responding to the Request for Qualifications.

The project is described as follows: The proposed project will be located on City owned property of 13.8 acres on Main St- See Exhibit A. The new joint facility is approximately 28,000 square feet and will include City offices, Council Chambers, and Police Administration (including detention and communications facilities).the new joint facility will also include the typical paving, utilities, and landscaping. The City of Azle will be incorporating sustainable design practices and green/efficient systems into the project but will not seek a LEED rating. Anticipated Construction Start: February 1, 2018 The following describes the anticipated services expected during design and construction: Manage the Guaranteed Maximum Price (GPM) Documentation Establish budget by bid package for design phases Prepare sub-contractor bid or proposal packages Conduct pre-bid meetings Receive bids Conduct award of contracts/purchase orders Provide coordination and management of sub-contractors Summarize monthly reports Provide change order and contingency funds control Establish a quality management program Provide for job safety functions Provide accounting functions Provide jobsite security functions Provide post construction services Review design documents for constructability and make recommendations to improve building performance, schedule and/or project cost Provide value engineering and management of construction schedule Attend pre-construction meeting with City personnel CONSTRUCTION MANAGER SELECTION SCHEDULE Request for sealed qualifications First advertisement March 22, 2017 Request for sealed qualifications Second advertisement March 29, 2017 Step 1- Receive sealed qualifications April 4, 2017

Review qualifications April 5, 2017 Announce short list for Step 2 April 6, 2017 Step 2- Receive additional information from short listed firms April 6, 2017 Optional interviews- Specific dates and times to be determined if needed TBD Recommendation to City Council April 18, 2017 REQUEST FOR QUALIFICATIONS: Pursuant to the provisions of the Chapter 271, subsection 271.118 of the Local Government Code, it is the intention of the City of Azle to select a Construction Manager at Risk in a two-step process for the construction of a new joint facility. Sealed submittals are to include the information requested in this package in the sequence and format prescribed. In addition to and separate from the requested information, submitting organizations may provide supplementary materials further describing their capabilities and experience (under separate cover). Selected short list proposers may be requested to submit additional information indicating fees. Five (5) copies are to be submitted to: City of Azle Randy Ramirez, Purchasing Agent 613 SE Parkway Azle, Texas 76020 No later than: 10:00 A.M.CDT on April 4, 2017 Immediately thereafter, the City will review the information. Queries about the project should be addressed to: Steve Gill, sgill@gsbsarchitects.com REQUEST FOR QUALIFICATIONS QUESTIONNAIRE: Please provide the following information in the sequence and format prescribed by this questionnaire. Supplemental materials providing additional information may be included

under separate cover attached, but the information requested below is to be provided in this format. 1. FIRM INFORMATION 1.1 Name of firm 1.2 Address of Principal office 1.3 Phone 1.4 Fax 1.5 Form of Business Organization (Corporation, Partnership, Individual, etc.) 1.6 Year founded 1.7 Primary individual to contact 2. ORGANIZATION 2.1 How many years has your organization been in business in its current capacity? 2.2 How many years has your organization been in business under its present name? Under what other or former name(s) has your organization operated? 2.3 If your organization is a corporation, please provide date of incorporation, state of incorporation and list all officers of the corporation. 2.4 If your organization is a partnership, answer the following: date of organization, type of partnership (if applicable), and names of managing partner(s). 2.5 If your organization is individually owned, answer the following: date of organization, name of owner. 2.6 If the form of your organization is other than those listed above, describe it and name the principals. 2.7 Information of the individual that will be the lead on this project. 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business and indicate registration or license numbers, if applicable. 3.2 List jurisdictions in which your organization s partnership or trade name is filed. 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. Would you propose to do any work with your own forces or to bid all work to subcontractors? 4.2 List any subcontractors in which your organization has some ownership and list the categories of work those subcontractors normally perform.

4.3 Claims and suits (if the answer to any of the questions below is yes, please attach details). 4.3.1 Has your organization ever failed to complete any work awarded to it? 4.3.2 Are there any judgments, claims, arbitration proceedings or suits filed or outstanding against your organization or its officers for the last 5 years? 4.3.3 Has your organization filed any lawsuits or requested arbitration with regards to construction contracts within the last 5 years? 4.4 Within the last 5 years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (if the answer is yes, please attach details). 4.5 Current work: List the major construction projects your organization has in progress (noting method of selection, i.e.: CM at Risk, Bid, Proposal or other), giving the name and location of project owner, architect, contract amount, percent complete, and scheduled completion date. 4.6 Work over last 5 years: List major projects (particularly public facilities) constructed by your firm. For each project, provide the name, nature of the project/function of the building, size of building (SF), location, cost, completion date, owner, architect, and method selection (i.e.: CM at Risk, Bid, Proposal or other). 5. FINANCIAL INFORMATION 5.1 Attach a financial statement, preferably audited, including your organization s latest balance sheet and income statement showing the following items: Current assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). Non-current assets (e.g., net fixed assets, other assets). Current liabilities (e.g., account payable, notes payable (current), accrued expenses, provisions for income taxes, advances, accrued salaries, and accrued payroll taxes). Non-current liabilities (e.g., notes payable). Capital accounts and retained earnings (e.g., capital, capital stock, authorized and outstanding shares par value, earned surplus, and retained earnings). 5.2 Name and address of firm preparing attached financial statement and date thereof. 5.3 Is the attached financial statement for the identical organization named under item 1 above? If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent, subsidiary).

5.4 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 5.5 Provide name, address, and phone number for bank reference. 6. INSURANCE AND BOND INFORMATION 6.1 Certificates of Insurance for both Liability and Worker s Compensation showing the City as an additional insured party will be required upon submission of the GMP. Minimum coverage to be actual cost of construction, approximately $11,400,000.00. 6.2 Performance and Payment Bonds for 100% of the construction cost will be required upon submission of the GMP. 7. EXPERIENCE WITH CONCEPTS FOR WORKING AS A CONSTRUCTION MANAGER AT RISK 7.1 Describe your organization s concepts for working in a team relationship with the Owner and Architect during the design and construction of major projects. Describe your organization s methods for estimating costs, and for scheduling during the design/document phases. Describe how your company will benefit this project using Construction Manager at Risk. 7.2 Cost Estimates: Attach a sample conceptual cost estimate prepared during the design phase of the project and a sample of the final cost estimate/breakdown used to fix the contract amount for the construction of the same project. (The identity of the project may be concealed. The intent is to see the nature and format of the cost information provided). 7.3 Fees: Pre-construction phase service fee: Describe your organization s ideology as it pertains to the preconstruction phase fee, i.e., items and services to be included in the fee. Construction phase service fee: Describe your organization s ideology as it pertains to the construction phase fee, i.e., fixed fee, percentage fee, and particular items to be included and/or excluded from the fee. 7.4 Savings: Describe your organization s concept for the disposition of savings realized during construction. Is the full amount or a percentage thereof returned to the Owner? 7.5 Contingencies: Describe your organization s concept for cost contingencies during design? During construction? What is your organization s concept for the disposition of contingency funds after the completion of the project? Give a history of project cost based on bid cost versus final cost noting reasons

and amounts of change orders. What percentage contractor contingency do you carry with 100% construction documents? 7.6 Cost Information: Your firm would be required to make all cost information during design and construction available to owner and architect. Describe how this information would be furnished and how the owner and architect would be assured that it is complete and accurate. 8. SAFETY Provide information as pertains to your firm s accident frequency rate and modifier for the last five years. List any OSHA citations in the last five years. List any deaths that have occurred on your projects in the last five years. 9. SCHEDULES Provide samples of schedules that will be used to control various project phases. Give a history of your ability to deliver projects on time for the past 5 years. Describe methods employed to keep projects on schedule and methods of corrective action to overcome schedule deficiencies. 10. PAYMENT The City will authorize progress payments, only after City officials have personally inspected and signed the request for payment (invoice) from said Construction Manager at Risk. Upon completion of project, the (responsible City employee) may withhold a semi-final payment if there are any unsettled claims connected with this project. 11. REFERENCES For the projects listed above (re: item 4.6), identify a representative of the owner and a representative of the architect (provide name, phone/fax numbers) whom we could contact as references regarding your organization s services. Ideally, some of the references should be for municipal projects of comparable scope. 12. LOCAL PARTICIPATION Describe your organization s approach, willingness and track record of incorporating local (city and county) subcontractors and resources into a construction project.

CRITERIA FOR SELECTION: Per Chapter 271, subsection 271.113 of the Local Government Code, the City of Crowley may consider the following in determining to whom to award the contract for Construction Manager at Risk services. a) The reputation of the vendor and of the vendor s goods or services; b) The relevant experience of the vendor; c) The quality of the vendor s services; d) Past performance of the vendor; e) The extent to which the services meet the City s needs; f) The vendor s past relationship with the City; g) Vendors safety record; h) Proposed personnel for the project; i) Vendors methodology for the project; j) The impact on the ability of the City to comply with laws and rules relating to historically under-utilized businesses; k) The total long-term cost to the City to acquire the vendor s goods or services; and l) Any other relevant factor that a private business entity would consider in selecting a vendor. The following criteria will be considered in selecting the Construction Manager. EXPERIENCE - (50% of scoring) a) The reputation of the vendor and of the vendor s services; b) The relevant experience of the vendor; c) The quality of the vendor s goods or services; d) Past performance of the vendor; and e) The vendor s past relationship with the City. How substantial is the firm s recent experience in the construction of projects of comparable size and complexity? How substantial is the firm s experience in providing construction services for municipal facilities of comparable size and complexity? Is the firm knowledgeable about or experienced in the North Texas construction market? How substantial is the firm s recent experience in providing pre-construction services for projects of comparable size and complexity within the projects designated budget compared to final GMP? CITY S NEEDS - (25% of scoring) f) The extent to which the goods or services meet the City s needs; g) Vendors methodology for the project; and

h) The impact on the ability of the City to comply with laws and rules relating to historically under-utilized businesses. Does the description provided by the firm of its pre-construction services evidence both understanding and capabilities of the process in general and as it applies to these projects for the municipality? Does the construction manager appear to have the capability to meet the City s schedule objectives? ORGANIZATION, LICENSING, FINANCIAL INFORMATION, PERSONNEL, REFERENCES, SAMPLE CONTACT (25% of scoring) i) Vendor s safety record; j) Proposed personnel for the project; and k) Any other relevant factor that a private business entity would consider in selecting a vendor. Does the vendor have a good safety record and active safety program? How long has the firm been in business providing the type of services sought by the City? Does the firm s organizational structure, licensing and financial information indicate that the firm is capable of undertaking these projects? Do the personnel proposed for the project appear to have the appropriate experience, capabilities? Did the reference list (both owners and architects) have a favorable experience with the organization? Would they work with them again? How comparable was their project to these projects? Is AIA Document A121/CMc-AGC Document 565, 2003 Edition acceptable as modified by the City? Workers' Compensation Insurance Coverage A. Definitions: Certificate of coverage ("certificate") - 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 entity's employees providing services on a project, for the duration of the project. Duration of the project - includes the time from the beginning 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 providing services on the project ("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 with the contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity, which furnishes persons to provide services on the project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the contractor providing services on the project, for the duration of the project. C. The Contractor must provide a certificate 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 with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: (1) A certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates 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 certificate of coverage showing extension of coverage, if the coverage period 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 in writing by certified mail or personal delivery, within 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 project. 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 Contractor shall contractually require each person with whom it contracts to provide services on a project, to: (1) Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements 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 beginning work on the project, a certificate of coverage showing 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 certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during 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 the project; and (b) A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) Retain all required certificates of coverage on file for the duration of the project and for one year thereafter; (6) Notify the governmental entity in writing by certified mail 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 require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. 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 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 appropriate insurance carrier or, in the case of a selfinsured, with the commission's Division of Self-Insurance Regulation. Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil 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 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.

EXHIBIT A