HomeMy WebLinkAbout1999-416NOTE. Change Order One - Ordinance No. 2000-250
ORDINANCE NO qq
AN ORDINANCE RESCINDING THE AWARD OF A PUBLIC WORKS CONTRACT
TO GREAT SOUTHWESTERN CONSTRUCTION, INC, FOR THE
CONSTRUCTION OF 69KV TRANSMISSION FACILITIES IN THE AMOUNT OF
$1,310,622 (ORDINANCE 99-394) AND AWARDING A PUBLIC WORKS
CONTRACT AND PROVIDING EXPENDITURE OF FUNDS FOR THE
EMERGENCY CONSTRUCTION OF A 69KV TRANSMISSION FACILITIES IN
ACCORDANCE WITH PROVISION OF STATE LAW EXEMPTING SUCH
PURCHASES FROM REQUIREMENTS OF COMPETITIVE BIDDING AND
PROVIDING EFFECTIVE DATE (PURCHASE ORDER 00983-GREAT
SOUTHWESTERN CONSTRUCTION, INC, IN THE AMOUNT OF $ 1,393,814 62)
WHEREAS, the City Manager having recommended to the City Council that said
ordinance 99-334 be rescinded, and that a contract and subsequent purchase order then be
approved in the amount of $ 1,393,814 62, based upon emergency conditions outlined in
the memorandum on file in the office of the Purchasing Agent, incorporated herein by
reference, being in compliance with the requirements of Chapter 252 of the Local
Government Code, NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I. That the City Council hereby rescinds Ordinance No 99-394 which
awarded a public works contract for the construction of a 69KV Transmission Facilities
to Southwestern Construction, Inc in the amount of $ 1,310 622 00
SECTION II That the City Council hereby determines that there is a possible
threat to the public health and safety of Denton residents that requires the immediate
appropriation of money to relieve such threat to the citizens of Denton and by reason
thereof, the following emergency purchases of materials, equipment, supplies or services,
as described in the "Purchase Order" referenced herein, are hereby approved
PURCHASE
ORDER NUMBER VENDR AMOUNT
00983 Great Southwestern Construction, Inc $ 1,393,814 62
SECTION III That because of such emergency, the City Manager or designated
employee is hereby authorized to purchase the materials, equipment, supplies or services
as described in the attached Purchase Orders and to make payment therefore in the
amounts therein stated, such emergency purchases being in accordance with the
provisions of State law exempting such purchases by the City from the requirements of
competitive bids
SECTION IV This ordinance shall become effective immediately upon its
passage and approval
PASSED AND APPROVED this the {� — day of &M&22 1999
ATTEST
JENNIFER WAppLTEIRS, CITY SECRETARY
BY. A my �V 0^ \3wti"L
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
BY
00983 EMERGENCY CONTRACT (REVISION) ORDIANCE
901-B TEXAS STREET
PO NUMBER
00983
VENDOR
GREAT SOUTHWESTERN CONST
1100 TOPEKA WAY
PO BOX 849
CASTLE ROCK CO
ITEM ACCOUNT NUMBER
CITY OF DENTON, TEXAS
PURCHASE ORDER
DATE/VENDOR NO DO
11-11-99
GRE54000
80104
DENTON, TX 76201
SU2MIENT
SHIP TO
ELECTRIC DISTRIBUTION S21
1701 C SPENCER RD
DENTON, TEXAS 76205
TYPE
UNITS NUMBER DESCRIPTION BID NO LINE AMOUNT
01 653 080 RB98 3650 9219 0 00 CONSTRUCTION OF 69KV 1,393,814 62
TRANSMISSION FACILITIES
SPECNER TO LOCUST TRANSMISSION LINE REBUILD
CROSSING OF US77 AT RINEY ROAD
NORTH LAKES SUBSTATION POLE REPLACEMENT
TOTAL FOR P 0 1,393,814 62
The City of Denton Texas is tax exempt -House Bill No 20
Reference PO Number on all B/L, Shipments and Invoices
Shipments are FOB City of Denton, or as indicated By
Purchasing Division
R R Number Items Received Date Voucher Number Amount
PURCHASING
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 16 day of NOVEMBER A D , 1999,
by and between
CITY OF DENTON of the County of DENTON and State of
Texas, acting through MICHAEL W JEZ thereunto duly authorized so to do, hereinafter
termed "OWNER," and
Great Southwestern Construction, Inc
1100 Topeka Way P 0 Box 849
Castle Rock, CO 80104
of the City of Castle Rock , County of Douglas and State of Colorado , 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 # 2394 & 2395 - TRANSMISSION LINES SPENCER TO LOCUST 69KV UPGRADE
NORTH LAKES SUBSTATION 69KV UPGRADE US77 AND RINEY ROAD
INTERSECTION 69KV UPGRADE
in the amount of $1,393,814 62 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 with all the General Conditions of the Agreement, the Special Conditions, the
Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and
Payment Bonds, all attached hereto, and in
CA-1
accordance with the plans, which includes all maps, plats, blueprints, and other drawings and
printed or written explanatory matter thereof, and the Specifications therefore, as prepared by
ENGINEERING DEPARTMENT
all of which are made a part hereof and collectively evidence and constitute the entire contract
Independent Status
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
Indemnification
Contractor shall 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, invitees, 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 this contract, such payments to be subject to the
General and Special Conditions of the Contract
CN:1Wa
IN WITNESS WHEREOF, the parties of these presents have executed this agreement
in the year and day first above written
ATTEST
ATTEST
�r
k=AL)
C79-
CONTRACTOR
CA-3
MAILING ADDRESS
PHONE NUMBER
FAX NUMBER
10
TITLE
PRINTED NAME
(SEAL)
M*
BOND NO KA0620
PERFORMANCE BOND
STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS That GREAT SOUTHEWESTERN
CONSTRUCTiON, INC, hereinafter called Pnncipal and FIDELITY AND GUARANTY INSURANCE*
a corporation organized and existing under the laws of the State of Wisconsin , and fi, ly
authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto
the City of Denton, a municipal corporation organized and existing under the laws of the State
of Texas, hereinafter called Owner in the penal sum of ONE MILLION THREE
HUNDRED NiNETY THREE THOUSAND EIGHT HUNDRED FOURTEEN DOLLARS
AND SIXTY TWO CENTS ($1 393,814 62) plus ten percent of the stated penal sum as an
additional sum of money representing additional court expenses attorneys' fees, and liquidated
damages arising out of or connected with the below identified Contract, in lawful money of the
United States, to be paid in Denton County, Texas, for the payment of which stun well and
truly to be made, we hereby bind ourselves, our heirs, exeLutors, administrators, successors,
and assigns jointly and severally, firmly by these presents This Bond shall automatically he
increased by the amount of any Change Order or Supplemental Agreement which increases the
Contract price, but in no event shall a Change Order or Supplemental Agreement which
reduces the Contract price decrease the penal sum of this Bond
*UNDERWRITERS, INC
THE OBLIGA riON TO PAY SAME is conditioned as follows Whereas, the
Principal entered into a certain Contract, identified by Ordinance Number 99.416, with the
City of Denton, the Owner, dated the 16 day of NOVEMBER A D 1999, a copy of which is
hereto attached and trade a part hereof, for BID # 2394 & 2395 - TRANSMISSION LINES
SPENCER TO LOCUST 69KV UPGRADE NORTH LAKES SUBSTATION 69 V
NOW, THEREFORE, if the Princpal shall well, truly and faithfully perform and fulfill
all of the undertakings, t.ovenants, terms, conditions and agreements of said Contract in
accordance with the Plans, Specifications and Contract Documents during the original term
thereof and any extension thereof which may be granted by the Owner with or without notice
to the Suretv 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, conditions
and agreements of any and all duly authon7ed modifications of said Contract that may
hereafter be made, notice of which modifications to the Surety being hereby waived, and, if the
Principal shall repair 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 Principal shall fully indemnify and save harmless the
Owner from all costs and damages which Owner may suffer by reason of failure to so perform
herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may
incur in making good any default or deficiency, then this obligation shall be void otherwise, it
shall remain in full force and effect
PB - 1
PROVIDED FURTHER, that if any legal action be filed upon this Bond exclusive
venue shall lie in Denton County, State of Texas
AND PROVIDED FURTHER that the said Surety for value received, hereby
stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications
Drawings, etc , accompanying the same, shall In anywise affect its obligation on this Bond
and it does -hereby waive notice of any such change, extension of time, alteration or addition to
the terms of the Contract, or to the Work to be performed thereunder, or to the Plans,
Specifications Drawings, etc
This Bond is given pursuent to the provisions of Chapter 2253 of the Texas
Government Code, as amended and any other applicable statutes of the State of Texas
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on
whom service of process may be had in matters arising out of such suretyship, as provided by
Article 7 19-1 of the insurance Code, Vernon's Annotated Civil Statutes of the State of Texas
IN WITNESS WHEREOF, this instrument is executed in 4 copies each one of which
shall be deemed an original, this the 16 day of NOVEMBER, 1999
ATTEST PRINCIPAL
GREAT AOOUTHWESTERN CONSTRUCTION, INC
BY-41
S C /
TA Y BY
PRES1llbN7
7tTTM Witness SURETY
_ FIDELITY AND GUARANTY INSURANCE UNDFRe1RITERS, INC
BY
BY
ATTORNEY -IN-FACT Sue Martin
The Resident Agent of the Surety in Denton County Texas for delivery of notice and service
of the process is
NAME Jay Hale
STREET ADDRESS St Paul Surety, 8144 Walnut Hill Lane, Suite 1199,
Dallas, TX 75231-4345
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a
corporation, give a person's name )
PB 2
E l3ER
MOOIri INBURANCE AGENCY, INC
3773 CHERRY CREEK NORTH DRIVE, SURE 800
DENVER, COLORADO 80209-3804
PHONE 824-6600
BOND NO KA0621
PAYMENT BOND
STATE OF TEXAS
COUNTY OF DENTON
.KNOW ALL MEN BY THESE PRESENTS That GREAT SOIJlHWESTERN
CONSTRUCTION, INC , whose address is 1100 Topeka Way, P O Box 847, Castle
Rock, CO 80104, hereinafter called Principal, and FIDELITY AND GUARANTY INSURANCE*
a corporation organized and existing under the laws of the State of WIsconsin , and fully
authorized to transact business m the State of Texas, as Surety, are held and firmly bound unto
the City of Denton, a municipal corporation organized and existing under the laws of the State
of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who nay
furnish materials for, or perform labor upon, the building or improvements hereinafter referred
to, in the penal sum of ONE MILLION THREE HUNDRED NINETY THREE THOUSAND
EIGHT HUNDRED-F(jURTEEN DOLLARS AND SIXTY TWO CENTS ($1,393,814 62) in
lawful money of the United States, to be paid in Denton County Texas, for the payment of
which sum well and truly to be made, we hereby bind ourselves, our heirs, executors,
administrators, successors, and assigns, jointly and severally firmly by these presents This
Bond shall automatically be increased by the amount of any Change Order or Supplemental
Agreement which increases the Contract price, but in no event shall a Change Order or
Supplemental Agreement which reduces the Contract price decrease the penal sum of this
Bond *UNDERWRITERS, INC
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the
Principal entered into a certain Contract, identified by Ordinance Number 99-416, with the
CiW of Denton the Owner, dated the 16 day of
is hereto attached and made a part hereof, for
LINES SPENCEkTO LOCUST 69KV UPGR
NOVEMBER A D 1999 , a copy of which
BiD # 2394 & 2395 - TRANSMISSION
DE NORTH LAKES SUBSTATION 69KV
NOW THEREFORE if the Principal shall well, truly and taithfully perform its duties
and make prompt payment to at) persons, firms, subi.ontractors, corporations and claimants
supplying labor andlor material in the prosecution of the Work provided for in said Contract
and any and all duty authorized modifications of said Contract that may hereafter be made
notice of which modifications to the Surety being hereby expressly waived, then this obligation
shall be void, otherwise it shall remain in full force and effect
PROVIDED FURTHER, that if any legal action be filed on this Bond exclusive venue
sbalilie in Denton County Texas
AND PROVIDED FURTHER that the said Surety, for value received hereby
stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the Contract, or is the Work to be performed thereunder, or to the Plans, Specifications,
Drawings, etc , accompanying the same, shall in anywise affect its obligation on this Bond,
and it does hereby waive notice of any such change, extension of tune alteration or addition to
the terms of the Contract, or to the Work to be performed thereunder, or to the Plans,
Specifications, Drawings, etc PB-3
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas
Goverimient Code, as amended, and any other applicable statutes of the State of Texas
Tlt,mdersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on
whom service of process may be had in matters arising out of such suretyship, as provided by
Article 7 19.1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas
IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which
shall be deemed an original, this the 16 day of NOVEMBER. 1999
ATTNT
BY
S EC
T
)MEM Witness -
BY
PRINCIPAL
GREAT SOUTHWESTERN CONSTRUCTION, INC
BY �1 PRESIDENT
SURETY
FIDELITY AND GUARANTY INSURANCE UNDERWRITERS, INC
BX{AAT�O N Y/-IN-FACIA
Sue Martin
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAME Jav Hale
STREET ADDRESS St Paul Surety, 8144 Walnut Hill Lane, Suite 1199
Dallas, TX 75231
(NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a
corporation, give a person's name )
=t
MOODY INSURANCE AGENCY, INC
3773 CHERRY CREEK NORTH DRIVE, SUITE 800
DENVER, COLORADO 80209-3804
PHONE a24.6600
POWER OF ATTORNEY
me$tPhul
Power of Attorney No
Seaboard Surely Company
St Paul Fire and Marine Insurance Company
St. Paul Guardian Insurance Company
St Paul Mercury Insurance Company
20608
United Stales Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company
Fidelity and Guaranty Insurance Underwriters, Inc
Certificate No 2 1 il ? U')
KNOW ALL MEN BY THESE PRESENTS That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York and that
St Paul Fire and Marine Insurance Company S[ Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under
the laws of the State of Minnesota and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland and
that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa and that Fidelity and Guaranty Insurance
Underwriters Inc is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the Companies ) and that the Companies do
hereby make constitute and appoint
Jody Anderson, Evan E Moody, Brad Moody, Sue Martin and Vera T Kalba
of them Denver Colorado their tine and lawful Attomey(s) in Fact
n thityeir
of State s
each their separate capacity if more than one is named above to sign its time as surety to and to execute seal and acknowledge any and all bonds undertakings
contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons guaranteeing the
ne.formence of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law
June
IN WITNESS WHEREOF, the Companies have caused this instrument to be signed this 9Ltl day of
1999
Seaboard Surety Company United States Fidelity and Guaranty Company
St Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company
St. Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc
St Paul Mercury Insurance Company
JPfY OsoBp ,
en"r I^q xYu94 •—\ "/ Y_
1S27 d/\/`0�0R Pres
"Y•," g £ MICHAEL H KEEGAN Vice ident
y�
vl
State of Maryland "� fys� ,qd"$r
$ MICHAEL R MCKIBBEN Assistant Secretary
City of Baltimore
On this 91h day of June 99
bG gra me the undersigned officer personally appeared Michael B Keegan and
Michael R McKibben who acknowledged themselves toce e a) at Secretary respectively of Seaboard Surety Company St Paul Fire and
Marine Insurance Company, St Paul Guardian Insurp ul nsurance Company United States Fidelity and Guaranty Company Fidelity and
Guaranty Insurance Company and Fidelity and G ty e U is Inc and that they as such being authorized so to do executed the foregoing
instrument for the purposes therein contained by signing [ es of the orporations by themselves as duly authorized officers
"�" A - ���
In Witness Whereof, I hereunto se[ my hand and official seal ¢,� �r't0Y
My Commission expires the 13th day of July 2002 a POt� REBECCA EASLEY ONOKALA Notary Public
�qe a� �
This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company St Paul
Fire and Marine Insurance Company, St Paul Guardian Insurance Company St Paul Mercury Insurance Company United States Fidelity and Guaranty Company
Fidelity and Guaranty Insurance Company and Fidelity and Guaranty Insurance Underwriters Inc on September 2 1998 which resolutions are now in full force and
effect, reading as follows
RESOLVED, that in connection with the fidelity and surety insurance business of the Company all bonds undertakings contracts and other instruments relating
to said business may be signed, executed and acknowledged by persons or entities appointed as Attomey(s) in Fact pursuant to a Power of Attorney issued in
accordance with these resolutions Said Power(s) of Attorney for and on behalf of the Company may and shall be executed in the time and on behalf of the
Company either by the Chairman or the President or any Vice President or an Assistant Vice President jointly with the Secretary or an Assistant Secretary
under their respective designations The signature of such officers may be engraved printed or lithographed The signature of each of the foregoing officers and
the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s) in Fact for purposes
only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof and subject to any limitations set forth therein any
such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so
executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to
which it is validly attached and
RESOLVED FURTHER, that Attorney(s) in Fact shall have the power and authority and in any case subject to the terms and limitations of the Power of
Attorney issued them to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings and other
writings obligatory in the nature thereof and any such instrument executed by such Attomey(s) in Fact shall be as binding upon the Company as if signed by an
Executive Officer and sealed and attested to by the Secretary of the Company
I Michael R McKibben Assistant Secretary of Seaboard Surety Company St Paul Fire and Marine Insurance Company St Paul Guardian Insurance Company
St Paul Mercury Insurance Company, United States Fidelity and Guaranty Company Fidelity and Guaranty Insurance Company and Fidelity and Guaranty Insurance
Underwriters Inc do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies which is in full force
and effect and has not been revoked
IN TESTIMONY WHEREOF, I hereunto set my hand this 16 th day of November — _ __ _ 1999
w� . Isrwl..Q
9 ,10^,. 3r tn
se iaAiNlai(D11
sE st , 4t�S8A� u� 1809 y z, 19B 19$f Michael R McKibben Assistant Secretary
To verify the authendchy of this Power of Attorney, call 1800 4213880 and ask for the Power of Attorney clerk Please refer to the Power of Attorney number,
the above -named mdlvidua/s and the details of the bond to which the power is attached
86326 Rev 4 99 Printed in U S A
�r �i �F o '�" " Yi OATE(MM/DDIVV)
AOORD� b► ' £ �'=1 � ' 9. 0 1310, � 1� 11/19/1999
<.
- FAX (303) 370-0118
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
PF ,cvCEl (303) 824-66 0
q
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Moody Insurance Agency, Inc
HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
3773 Cherry Creek North Drive
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
Suite 800
COMPANIES AFFORDING COVERAGE
Transcontinental Insurance CO (CNA)
Denver, CO 80209-3804
COMPANY
Attn Pat Gallagher Ext
A
American Casualty Co of Reading PA (CNA)
INSURED
COMPANY
B
Great Southwe6tern Construction, Inc
United States Fire Insurance Co (C&F)
P 0 Box 849
COMPANY
C
Castle Rock, CO 80104
COMPANY
D
TO CERTIFY THATI THE POLICIES OF INSURANCE LISTED BELOW
HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
THIS
THIS IS
INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH
BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED
LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES
CO POLICY NUMBER
Do TYPE OF INSURANCE
POLICY EFFECTIVE POLICY EXPIRATION LIMITS
DATE (MMIDDIYV) DATE (MMIDDIYY)
LTR
GENERAL AGGREGATE $ 2,000,000
GENERAL LIABILITY
C $ 2,000,000
X COMMERCIAL GENERALL LIABILITY
PERSPRODUCTS
DV INJUIOP RY
OCCURREN INJURY $ 1,000,000
CLAIMS MADE X OCCUR
A C135110255
12/31/1998 12/31/1999 EACH
EACH OCCURRENCE $ 1,000,000
OWNERS S CONTRACTORS PROT
FIRE (Any onen) $ 55.000
X Blkt Addl Insured
5 000
X Pro3ect Aggregate
MEDEXMAnyoneGE
MEDEXP(Anyonepenon) $
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT $ 1,000,000
X ANY AUTO
ALL OWNED AUTOS
BODILY INJURY $
(Per person)
B SCHEDULED AUTOS C135110272
12/31/1998 12/31/1999
X HIRED AUTOS
BODILY INJURY $
(Per accident)
X NON OWNED AUTOS
PROPERTY DAMAGE $
AUTOONLY EAACCIDENT $
GARAGE LIABILITY
OTHER THAN AUTO ONLY
ANY AUTO
EACH ACCIDENT $
AGGREGATE $
EACH OCCURRENCE $ 5,000,000
EXCESS LIABILITY
5530674114
12/31/1998 12/31/1999 AGGREGATE $ 5,000,00
C X UMBRELLAFORM
OTHER THAN UMBRELLA FORM
TORY LIMITS ER
WORKERS COMPENSATION AND
EMPLOYERS LIABILITY
12/31/1998 12/31/1999 EL EACH ACCIDENT $ 500,000
A C13 5110269
EL DISEASE POLICY LIMIT $ 500,000
THE PROPRIETOR/ X INCL
PARTNERSIEXECUTIVE
EL DISEASE EA EMPLOYEE $ 500,000
OFFICERS ARE EXCL
OTHER
DESCRIPTION N OPERATION,SI QATIONSIVEICLEq/ P€CIAL ITEMS
E 69 KU TranSIS ion on Faci Tties Upgrade
ee the Attached for Special Clauses
Ttif igAC t 4t ki
t)
SHOULLDDANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO MAIL
City of on Den , Texas
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT
Attn Tom 0 Shaw, C P M
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
Purchasing vi si on
qNV KIND UPON THE COM NV ITS AOENTB R REPRESENTATIVES
�i
901-B Texas Street
Denton, TX 6201
A I ED�PRESENT IV
-- City of Denton, Texas 11/19/1999
Certificate issued to City of Denton, Texas
11/19/1999
city of Denton, Its, officials, Agents, Employees & volunteers are included as Additional Insured's as
respects General Liability & Auto Liability and work performed by the Named Insured
Liability Insurance is Primary
Waiver of Subrogation included as respects Workers Compensation coverage
The policies listed on the Certificate of Insurance shall not be cancelled, nonrenewed or materially
changed without 30 days advanced written notice being given to the Owner (City) except when the policy
is being cancelled for nonpayment of premium, in which case 10 days advanced written notice if
required
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder's attention is directed 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 submission the availability of insurance certificates and endorsements as
prescribed land provided herein. If an apparent low bidder fails 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
Without limiting any of the other obligations or liabilities of the Contractor, the Contractor
shall provide and maintain until the contracted work has been completed and accepted by the
City of Denton, Owner, the minimum insurance coverage as indicated hereinafter
As soon as practicable after notification of bid award, Contractor shall file with the
Purchasing Department satisfactory certificates of insurance, containing the bid number and
title of the project Contractor may, upon written request to the Purchasing Department, ask
for clarification of any insurance requirements at any time, however, Contractors are strongly
advised to make such requests prior to bid opening, since the insurance requirements may not
be modifigd or waived after bid opening unless a written exception has been submitted with the
bid Contractor shall not commence any work or deliver any material until he or she
receives notification that the contract has been accepted, approved, and signed by the City of
Denton
All insurance policies proposed or obtained in satisfaction of these requirements shall comply
with the following general specifications, and shall be maintained in compliance with these
general specifications throughout the duration of the Contract, or longer, if so noted
• Each policy shall be issued by a company authorized to do business in the State of
Texas with an A M Best Company rating of at least A
• Any deductibles or self -insured retentions shall be declared in the bid proposal If
requested by the City, the insurer shall reduce or eliminate such deductibles or
self -insured retentions with respect to the City, its
officials, agents, employees and volunteers, or, the contractor shall procure a bond
guaranteeing payment of losses and related investigations, claim administration and
defense expenses
Liability policies shall be endorsed to provide the following
•• Name as additional insured the City of Denton, its Officials, Agents,
Employees and volunteers
•• That such insurance is primary to any other insurance available to the
additional insured with respect to claims covered under the policy and that
this insurance applies separately to each insured against whom claim is made
or suit is brought The inclusion of more than one insured shall not operate
to increase the insurer's limit of liability
• All policies shall be endorsed to read
,SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR
MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN
NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE
POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN
WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED"
• 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, without lapse, for a period 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 provided under a form of coverage that
includes a general annual aggregate limit providing for claims investigation or legal
defense costs to be included in the general annual aggregate limit, the Contractor
shall either double the occurrence limits or obtain Owners and Contractors
Protective Liability Insurance
• Should any required insurance lapse during the contract term, requests for
payments originating after such lapse shall not be processed until the City receives
satisfactory evidence of reinstated coverage as required by this contract, effective
as of the lapse date If insurance is not reinstated, City may, at its sole option,
terminate this agreement effective on the date of the lapse
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS
All insurance policies proposed or obtained in satisfaction of this Contract shall additionally
comply with the following marked specifications, and shall be maintained in compliance with
these additional specifications throughout the duration of the Contract, or longer, if so noted
[XI A General Liability Insurance.
General Liability insurance with combined single limits of not less than
$1,000,000 shall be provided and maintained by the Contractor The policy shall
be written on an occurrence basis either in a single policy or in a combination of
underlying and umbrella or excess policies
If the Commercial General Liability form (ISO Form CG 0001 current edition) is
used
Coverage A shall include premises, operations, products, and completed
operations, independent contractors, contractual liability covering this
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 (ISO Form GL 0002 Current Edition
and ISO Form GL 0404) is used, it shall include 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 (XCU)
exposures
Broad form contractual liability (preferably by endorsement) covering this
contract, personal injury liability and broad form property damage
liability
Ixl Automobile Liability Insurance
Contractor shall provide Commercial Automobile Liability insurance with Combined
Single Limits (CSL) of not less than $1,000,000 either in a single policy or in a
combination of basic and umbrella or excess policies The policy will include bodily
injury and property damage liability arising out of the operation, maintenance and use
of all automobiles and mobile equipment used in conjunction with this contract
Satisfaction of the above requirement shall be in the form of a policy endorsement for
any auto, or
all owned, hired and non -owned autos
[XI Workers Compensation Insurance
Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to
meeting the minimum statutory requirements for issuance of such insurance, has Employer's
Liability limits 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 rights of subrogation against the City, its
officials, agents, employees and volunteers for any work performed for the City by the Named
Insured For building or construction projects, the Contractor shall comply with the provisions
of Attachment 1 in 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 Liability Insurance
The Contractor shall obtain, pay for and maintain at all times during the prosecution of the
work under this contract, an Owner's and Contractor's Protective Liability insurance policy
nammg the City as insured for property damage and bodily injury which may arise in the
prosecution of the work or Contractor's operations under this contract Coverage shall be on an
"occurrence" basis, and the policy shall be issued by the same insurance company that carries
the Contractor's liability insurance Policy limits will be at least combined bodily injury
and property damage per occurrence with a aggregate
[ ] Fire Damage Legal Liability Insurance
Coverage is required if Broad form General Liability is not provided or is unavailable to the
contractor or if a contractor leases or rents a portion of a City building Limits of not less than
each occurrence are required
[� Professional Liability Insurance
Professional liability insurance with limits not less than per claim with respect to
negligent acts, errors or omissions in connection with professional services is required under
this Agreement
[ ] Builders' Risk Insurance
Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be
provided Such policy shall include as "Named Insured" the City of Denton and all
subcontractors as their interests may appear
[ ] Additional Insurance
Other insurance may be required on an individual basis for extra hazardous contracts and
specific service agreements If such additional insurance is required for a specific contract,
that requirement will be described in the "Specific Conditions" of the contract specifications
ATTACHMENT 1
[XI Worker's Compensation Coverage for Budding or Construction Projects for
Governmental Entities
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 overage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401011(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 marl 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 self -insured, 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
ORDINANCE NO �DD'ps J`O
AN ORDINANCE AUTHORIZING THE EXECUTION OF A CHANGE ORDER ONE
TO THE PUBLIC WORKS CONTRACT PROVIDING UPGRADES TO THE 69KV
LINE FROM SPENCER TO LOCUST, NORTH LAKES SUBSTATION AND
US77/RINEY ROAD INTERSECTION BETWEEN THE CITY OF DENTON AND
GREAT SOUTHWESTERN CONSTRUCTION, INC, PROVIDING FOR AN
INCREASE IN THE SCOPE OF WORK, MATERIALS, LABOR AND AN INCREASE
IN THE PAYMENT AMOUNT, AND PROVIDING AN EFFECTIVE DATE
(PURCHASE ORDER 00983 TO GREAT SOUTHWESTERN CONSTRUCTION, INC
IN THE AMOUNT OF $1,393,814 62 PLUS CHANGE ORDER ONE IN THE
AMOUNT OF $47,288 63)
WHEREAS, on November 16, 1999 (Ordinance 99-416), the City awarded a
public works contract to Great Southwestern Construction Inc , in the amount of
$1,393,814 62, and
WHEREAS, the City Manager having recommended to the Council that a change
order be authorized to amend such contract agreement with respects to the scope of work,
materials, labor and an increase in the payment amount, and said change order being in
compliance with the requirements of Chapter 252 of the Local Government Code, Now,
THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the change order increasing the amount of the agreement
between the City and Great Southwestern Construction, Inc on file in the office of the
Purchasing Agent, in the amount of Forty Seven Thousand Two Hundred Eighty Eight
and 63/100 Dollars ($47,288 63), is hereby approved and the expenditure of funds
therefor is hereby authorized The master contract amount is amended to read
$1,441,103 25
SECTION II. That this ordinance shall become effective immediately upon its
passage and approval
PASSED AND APPROVED this the6 day of �2000
(-0 /" &" v
EULINE BROCK, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
e 19/J/ /, / , TVWW�WK
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
BYE�i i l a —
CHANGE ORDER to PURCHASE ORDER 00983 ORDINANCE-2000
901-B TEXAS STREET
NUMBER
00983
ATTACHMENT 1
CITY OF DENTON, TEXAS
PURCHASE ORDER DENTON, Tx 76201
DATE/VENDOR NO DOCUMENT
02-09-00 S21
GRE54000
TYPE
VENDOR SHIP TO
GREAT SOUTHWESTERN CONST ELECTRIC DISTRIBUTION S21
1100 TOPEKA WAY
PO BOX 849 1701 C SPENCER RD
DENTO 205
CASTLE ROCK CO 80104
*** NOTE. THIS PURCHASE ORDER SUPERSEDES P 0.# 00983 ***
ITEM ACCOUNT NUMBER UNITS NUMBER DESCRIPTION BID NO LINE AMOUNT
01 653 080 RB98 3650 9219 0 00 1,393,814 62
TRANSMISSION FACILITIES.
SPECNER TO LOCUST TRANSMISSION LINE REBUILD
CROSSING OF US77 AT RINEY ROAD
NORTH LAKES SUBSTATION POLE REPLACEMENT
02 653 080 RB98 3650 9219 0.00 CHANGE ORDER # 1 47,288 63
The City of Denton, Texas is tax exempt -House Bill No 20
Reference PO Number on all B/L, Shipments 4 nvmces
Shipments are F 0 B City of Denton, or as indicated
TOTAL FOR P 0 1,441,103 2E
By
Purchasing Division
R R Number Items Received Date Voucher Number Amount
ATTACHMENT 2
GREAT SOUTHWESTERN
CONSTRUCTION, INC.
July 12 2000
CITY OF DENTON, TEXAS
901 •A Texas Street
Denton, TX 76201
ATTN Mr Chuck Sears
RE FIELD EXTRA WORK ORDERS
Purchase Order Number 00983
Spencer to Locust 69kV Upgrade
North lakes Substation 69kV Upgrade
US77 and Riney Road Intersection 69W Upgrade
t3SWC Contract No 9933-1
Dear Mr Sears,
Enclosed are the follomng Field Extra Work Order s numbered 1 through 15
FEWO f1 AMOUNT
1
$3,383 70
2
Deleted
3
$8,288 80
4
$4,857 50
5
$10,017 75
6
$7,859 3
7
$478 74
8
$2,008 02
9
Deleted
10
S658 30
11
-$138000
12
-$821 40
13
-$319 16
14
S553 72
15
$1170336
TOTAL $47,288 63
Please review and call me should you have any questions or comments
Very my yours,
,,L ,
J Mace Peveler
Project Developer
1100 Topeka Way, P 0 Box 849 Castle Rock, Colorado 80104
(303) 688- 5816 http//www greatsouthwestern com Fax (303) 688-4416