HomeMy WebLinkAbout1997-225ORDINANCE NO
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR
THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES, PROVIDING
FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE
DATE
WHEREAS, the City has solicited, received and tabulated competitive bids for the purchase
of necessary materials, equipment, supplies or services in accordance with the procedures of STATE
law and City ordinances, and
WHEREAS, the City Manager or a designated employee has reviewed and recommended
that the herein described bids are the lowest responsible bids for the materials, equipment, supplies
or services as shown in the 'Bid Proposals" submitted therefore, and
WHEREAS, the City Council has provided in the City Budget for the appropriation of funds
to be used for the purchase of the materials, equipment, supplies or services approved and accepted
herein, NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the numbered items in the following numbered bids for materials,
equipment, supplies, or services, shown in the 'Bid Proposals" attached hereto, are hereby accepted
and approved as being the lowest responsible bids for such items
BID ITEM
NJIMBER %IQ VENDOR AMOUNT
2068 ALL GENERAL ELECTRIC CORPORATION $116,330 00
SECTION I1 That by the acceptance and approval of the above numbered items of the
submitted bids, the City accepts the offer of the persons submitting the bids for such items and
agrees to purchase the materials, equipment, supplies or services in accordance with the terms,
specifications, standards, quantities and for the specified sums contained in the Bid Invitations, Bid
Proposals, and related documents
SECTTON III That should the City and persons submitting approved and accepted items and
of the submitted bids wish to enter into a formal written agreement as a result of the acceptance,
approval,, and awarding of the bids, the City Manager or his designated representative is hereby
authorized to execute the written contract which shall be attached hereto, provided that the written
contract is in accordance with the terms, conditions, specifications, standards, quantities and
specified sums contained in the Bid Proposal and related documents herein approved and accepted
SECTION _IV That by the acceptance and approval of the above numbered items of the
submitted bids, the City Council hereby authorizes the expenditure of funds therefor in the amount
and in accordance with the approved bids or pursuant to a written contract made pursuant thereto as
authonze4 herein
SR TIION V That this ordinance shall become effective immediately upon its passage and
approval
PASSED AND APPROVED this // g day of , 1997
ATTEST
JENNIFER WALTERS, CITY SECRETARY
BY
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
2
JA MILLER, MAYOR
DATE AUGUST 19, 1997
TO I Mayor and Members of the City Council
FROM Kathy DuBose, Executive Director of Finance
SUBJECT BID # 2068 -- SPENCER UNIT THREE GENERATOR RETAINING RING
REPLACEMENT
RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, General Electric
Corporation, in the amount of $116,330 00
SUMMARY Denton Municipal Generating Station unit three generator is scheduled for inspection
Inspections and performed at regular service intervals to insure machine reliability Inspection schedules take
into account srvice hours, cycles and service history This inspection will additionally address a technical
concern egar ing the generator field retaining rings The retainingg rings currently installed on the field are
comprised of Ganalloy material This material has been known to be susceptible to stress corrosion cracking
and in operation failures Replacement has been highly recommended for some time The industry has
adopted retain ng ring material with an 18Mn-18Cr alloy material as replacement The replacement is based
on accumulat(d field experience by GE and other generator manufacturers
GE furnished the low bid for the specified work This type of work is becoming increasingly competitive and
GE has demonstrated an unusually aggressive response to the bid This repair work is necessary for the
continued reliability, and safety of equipment and personnel Preparation of a solid specification has resulted
in a competitive bid response
PROGRAM$ DEPARTMENTS OR GROUPS AFFECTED.
City of Denton Utility customers, Electric Production Division equipment and employees
Funding for this item was budgeted under account 5130-Maintenance of Electric Plant, 8339-Generating
Machinery Fund remaining total is $228,000
Attachments � Tabulation Sheet
A proved
I A I W—,Y
Name Tom p Shaw,
Title Purchasing Agent
911 AGENDA
191
Respectfully submitted
y Dupose
Exe ive Director of Finance
IBID 8
2069
BID NAME
Spencer Unit Three Generator and
GE
MECHANICAL
SIEMENS GENERATOR
I
Retaining Ring Replacement
DYNAMICS
MOTOR
(OPEN DATE
July 10,1997
&
SERVICE
ANALYSIS
INC
8 QTY
pESdi1P9I*
VENDOR
VENDOR
VENDOR
VENDOR
1
LS
Tec nical Services .Not to Exceed S
$6,000 00
$6,336 001
$16,100 001
S11,610 00
2
LS
Generator Testing
$7,580 00
$8,500 00,
i 1
$9,150 00 I
$7,760 00
1
3
LS
Supply Retaining Ring
$102,750 00
$168,300 001
$128 783 001
5102,800 00
i
TOTAL
$116,330 00
$183,136 00
$154,035 00
I
1
S122,170 00
110001 R1 PONS2S
MUNTERS CORP.
Mile CID ma®
AUG 1 4 1997
C GL I)W
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 19 day of
AUGUST A.D., 19 97 , by and between
CITY OF DENTON
of the County of DENTON and State of Texas, acting
through TED BENAVIDES
thereunto duly authorized so to do, hereinafter termed "OWNER," and
GENERAL ELECTRIC CORPORATION
14131 MIDWAY ROAD
DALLAS, TX 75248
of the City of DALLAS , County of DALLAS
and State of TEXAS , hereinafter
termed "CONTRACTOR."
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by
OWNER, and under the conditions expressed in the bonds attached
hereto, CONTRACTOR hereby agrees with OWNER to commence and
complete performance of the work specified below:
BID #2068 - SPENCER UNIT THREE GENERATOR RETAINING RING REPLACEMENT
in the amount of $116.330.00 and all extra work in
connection therewith, under the terms as stated in the General
Conditions of the agreement; and at his (or their) own proper cost
and expense to furnish all materials, supplies, machinery,
equipment, tools, superintendence, labor, insurance, and other
accessories and services necessary to complete the work specified
above, in accordance with the conditions and prices stated in the
Proposal attached hereto, and in accordance 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
accordance with the plans, which includes all maps, plats,
CA - 1
blueprints, and other drawings and printed or written explanatory
matter, thereof, and the Specifications therefore, as prepared by
ELECTRIC PRODUCTION DEPARTMENT AND AS AGREED IN GENERAL ELECTRIC PROPOSAL
417HO526 AND AMENDED BY GENERAL ELECTRIC LETTER DATED AUGUST 19, 1997.
all of which are made a part hereof and collectively evidenc
constitute the entire contract.
It is mutually understood and agreed by and between City and
Contractor that Contractor is an independent contractor and shall
not be deemed to be or considered an employee of the City of
Denton, Texas, for the purposes of income tax, withholding, social
security taxes, vacation or sick leave benefits, worker's
compensation, or any other City employee benefit. City shall not
have supervision and control of Contractor or any employee of
Contractor, and it is expressly understood that Contractor shall
perform the services hereunder according to the attached
specifications at the general direction of the City Manager of the
City of Denton, Texas, or his designee under this agreement.
Contractor 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.
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.
CA - 2
IN WITNESS WHEREOF, the parties of these presents have
executed this agreement in the year and day first above written.
ATTEST:
i
GENERAL ELECTRIC CORPORATION
CONTRACTOR
14131 Midway Road, Suite 525
Dallas, Texas 75244
MAILING ADDRESS
972-702-5334
PHONE NUMBER
972-7 5380
FAX TR BY1_
Operations Manager
Gary L. Peacock
PRINTED NAME
APPROVED AS TO FORM: (SEAL)
*OALL
City Attorn
AAA0184D
Rev. 04/05/96
CA - 3
Bond #8302-19-67
THE STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS That GENERAL ELECTRIC
CORPORATION, whose address is 14131 MIDWAY ROAD, DALLAS, DALLAS, TX 75248,
hereinafter called Principal, and Federal insurance Company , a corporation organized and
existing under the laws of the State of TEXAS, and fully 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 HUNDRED SIXTEEN THOUSAND THREE HUNDRED THIRTY AND no/100--
DOLLARS ($116,330.00) plus 10 percent of the stated penal sum as an additional sum of money
representing additional court expenses, attorneys' fees, and liquidated damages ansing out of or con-
nected with the below identified Contract, 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
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 97-225, with the City of Denton,
the Owner, dated the 19 day of August A D 1997, a copy of which is hereto attached and made a
part hereof, for BID # 2068 -- SPENCER UNIT THREE GENERATOR RETAINING RING
REPLACEMENT
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all
of the undertakings, covenants, 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 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, conditions and agreements of any and all duly
authorized 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
PERFORMANCE BOND - Page 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 pursuant 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 suretyslup, 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 19 day of August,1997.
ATTEST
See Attached
Certificate of Authority
BY
SECRETARY
r
PRINCIPAL
SURETY
Federal Ins u an a Com9any _
BY !� I
ATTORNEY-IN-FjWT
Estelle Armstrong 10-3-97
k
ons Manager
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
process is
NAME Ben Spurgin Insurance Agency
STREET ADDRESS 1445 Ross Avenue, Suite 4200, Dallas, Texas 752_02
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a
corporation, give a personname )
(Revised 2/971
e.\FORMS\PERFORM SON Counters grad f r Texas
By. 9en Spu in
PERFORMANCE BOND - Page 2
GE Power Systems
CERTIFICATE OF AUTHORITY
FOR GARY L. PEACOCK
I, James F Devine, an Attesting Secietary of General Electric Company, do hereby
certify that at a Board of Duectois meeting of General Elechrc Company on April 26,
1988, officers and certain managers were authorized to execute certain contracts and
other instruments and to delegate authouty to others to execute said documents relating
to the function or component for which the Delegator is responsible, and that the
documents specified in the resolution duly adopted by the Board of Directors on April
26, 1988 were, among others, the following
1 Sales, purchase and consignment conhacts, bids therefor, (including
contracts providing for of ielahng to a fianchise foi the distribution
or resale of this Company's products) and documents in connection
therewith, including bids to and conhacts with any Municipal,
County or State Government, or with the Government of the United
States or a foreign country, or with any agency of department of any
such Government, and bonds to secure the performance of such bids
and contracts
2 Installation, eiection, and service conhacts and bids theiefor and
documents in connection theiewith (including but not limited to
installation, eiection, and service conhacts and bids therefoi with any
Municipal, County of State Government, or with the Government of
the United States or a foreign county, of with any agency or
department of any such Government) and bonds to secure the
performance of any such contiact of bid
I further certify that Ernest H Gault, Vice President -Global Services Operations, is one
of the managers mentioned above and has delegated authouty to Gary L Peacock, RCT
Region Operations Managei-South Central, puisuant to the above resolution
WITNESS my hand and seal of General Elechrc Company this 26th day of September
1997
IcPolicyholder Information Notice
criusB
IMPORTANT NOTICE
To obtain information or make a complaint
You may call Chubb's toll -free telephone number
for information or to make a complaint at
1-800-36-CHUBB
You may contact the Texas Department of In-
surance to obtain information on companies,
coverages, rights or complaints at
1-800-252-3439
You may write the Texas Department of Insurance
P 0 Box 149104
Austin, TX 78714-9104
FAX # (512) 475-1771
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your
premium or about a claim you should contact the
agent first If the dispute is not resolved, you may
contact the Texas Department of Insurance
ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not
become a part or condition of the attached
document
Moim 99100299(Rev 792)
AVISO IMPORTANTE
Para obtener informacion o para someter una
queja
Usted puede llamar al numero de telefono gratis
de Chubb's para mformaci6n o para someter una
queja al
1-800-36-CHUBB
Puede comumcarse con el Departamento de
Seguros de Texas para obtener mformaci6n acer-
ca de compan"ias, coberturas, derechos o quejas al
1-800-252-3439
Puede escribir al Departamento de Seguros de
Texas
P 0 Box 149104
Austin, TX 78714-9104
FAX # (512) 475-1771
DISPUTES SOBRE PRIMAS O RECLAMOS
Si tiene una disputa concermente a su prima o
a on reclamo, debe comumcarse con el agente
primero Si no se resueve la disputa, puede en-
tonces comumcarse con el departamento (TDI)
UNA ESTE AVISO A SU POLIZA
Este aviso es solo para proposito de mformacion
y no se convierte en parte o condicio'n del
documento adjunto
POWER OF ATTORNEY
FEDERAL INSURANCE COMPANY
ATTN SURETY DEPARTMENT
15 Mountain View Road, Warren, NJ 07059
Telephone (908) 903-2000
Fax No (908) 903-3656
Know all Men by these Presents, That FEDERAL INSURANCE COMPANY, an Indiana Corporation, has constituted and
appointed, and does hereby constitute and appoint Estelle Armstrong, Daniel R. Jameson, Colin A
Sebastian, and Greg Kuruvilla of Dallas, Texas -------------------------------------
each its true and IawfulAttorney- n-Fact to execute under such designation in its name and to affix its corporate seal to and deliver
for and on Its behalf as surety thereon or otherwise, bonds or obligations (other than Bail Bonds) given or executed In the course
of its business, and any Instruments amending or altering the same, and consents to the modification or alteration of any instru-
ments referred to in said bonds or obligations
In Witness Whereof, the said FEDERAL INSURANCE COMPANY has, pursuant to its By -Laws, caused these presents to
be signed by its Vice President and Assistant Secretary and Its corporate seal to be hereto affixed this 21 st
dayof December 19 95
Assistant Secretary
STATE OF NEW JERSEY i
County of Somerset f
FEDERAL INSURANCE COMPANY
BY
Gerardo
Vice President
On this 21 et day of December 19 95, before me personally came Kenneth C Wendel to me known and by
me known to beAssistant Secretary of FEDERAL INSURANCE COMPANY, the corporation described in and which executed the
foregoing Power of Attorney, and the said Kenneth C Wendel being by me duly swom, did depose and say that he is Assistant
Secretary or FEDERAL INSURANCE COMPANY and knows the corporate seal thereof, that the seal affixed to the foregoing
Power of Attorney Is such corporate seal and was thereto affixed by authority of the By -Laws of said Company, and that he signed
said Power ofAttorney asAssistant Secretary of said Company by like authority, and that he is acquainted with Gerardo G Maunz
and knows him to be the Vice President of said Company, and that the signature of said Gerardo G Mauriz subscribed to said
Power of Attorney is In the genuine handwriting of said Gerardo G Maunz and was thereto subscribed by authority of said By -
Laws and in deponents presence
Notarial Seal
Acknowledged and Sworn to before me
/ion the date above wdtteA
Notary
IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR
NOTIFY US OF ANY OTHER MATTER, PLEASE WRITE TO US AT THE ADDRESS LISTED ABOVE
From, 15-100135 (Rw 644) CONSENT SANDRA ,1 SANCHEZ
Notary Public, Slate of New Jersey
No 2179056
Commission Expires June 20.2000
CERTIFICATION
STATE OF NEW JERSEY i as
County of Somerset f
I, the undersigned, Assistant Secretary of FEDERAL INSURANCE COMPANY, do hereby certify that the following is a true
excerpt from the By -Laws of the said Company as adopted by Its Board of Directors and that this By -Law is in full force and effect
"ARTICLE XVIII
Section 2 All bonds, undertakings, contracts and other instruments other than as above for and on behalf of the Company
which it is authorized by law or its charter to execute, may and shall be executed in the name and on behalf of the Company
either by the Chairman or the Vice Chairman or the President or a Vice President, jointly with the Secretary or an Assistant
Secretary, under their respective designations, except that any one or more officers or attomeys-in-fact designated In any
resolution of the Board of Directors or the Executive Committee, or in any power of attorney executed as provided for in
Section 3 below, may execute any such bond, undertaking or other obligation as provided in such resolution or power of
attorney
Section 3 All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf
of the Company, either by the Chairman or the Vice Chairman or the President or a 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 following officers Chairman, Vice Chair-
man, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of
the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant
Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings
obligatory in the nature thereof, and any such power of attorney or certificate beanng 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 signa-
ture and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is
attached "
I further certify that said FEDERAL INSURANCE COMPANY is duly licensed to transact fidelity and surety business in each of
the States of the United States of America, District of Columbia, Puerto Rico, and each of the Provinces of Canada with the
exception of Prince Edward Island, and is also duly licensed to become sole surety on bonds, undertakings, etc , permitted or
required by law
I, the undersigned Assistant Secretary of FEDERAL INSURANCE COMPANY, do hereby certify that the foregoing Power of
Attorney is in full force and effect
Given under my hand and the seal of said Company at Warren, N J , this Irdday of Oct ober tg 97
Corporate Seal ^
y`a6URANC'
O Z Assistant Secretary
Band #8302-19-67
THE STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS That GENERAL ELECTRIC
CORPORATION, whose address is 14131 MIDWAY ROAD, DALLAS, TX 75248, hereinafter
called Principal, and Federal Insurance Company , a corporation organized and existing
under the laws of the State of TEXAS, and fully 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, and unto all
persons, firms, and corporations who may furnish materials for, or perform labor upon, the building
or improvements hereinafter referred to, in the penal sum of ONE HUNDRED SIXTEEN
THOUSAND THREE HUNDRED THIRTY AND no/100-- DOLLARS ($116,330 00) 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
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 97-225, with the City of Denton,
the Owner, dated the 19 day of August, A D 1997, a copy of which is hereto attached and made a
part hereof, for BID 4 2068 -- SPENCER UNIT THREE GENERATOR RETAINING RING
REPLACEMENT.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and
make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying
labor and/or material in the prosecution of the Work provided for in said Contract and any and all
duly 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 shall
lie 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 to the
Work 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
PAYMENT BOND - Page 1
This Bond is given pursuant 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 ansing out of such suretyslup, 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 19 day of AUGUST,1997
ATTEST
See Attached
Certificate of Authority
BY
SECRETARY
ATTEST
u /I.�.� /
PRINCIPAL
General Electric Corporation
IM
Gary L Peacock
Region Operations Manager
SURETY
Federal Insurance Company
BY
ATTORNEY-IN-F4ZT
Estelle Armstrong 10-3-97
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
processis
NAME Ben Spurgin Insurance Agency
STREET ADDRESS 1445 Ross Avenue, Suite 4200, Dallas, Texas 75202
(NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a
corporation, give a persons name
Counters gned f r Texas
By.
Son Sp in tl
PAYMENT BOND - Page 2
GE Power Systems
CERTIFICATE OF AUTHORITY
FOR GARY L. PEACOCK
I, James F Devine, an Attesting Secretary of General Electric Company, do hereby
certify that at a Board of Directors meeting of General Electric Company on April 26,
1988, officers and certain managers weie authorized to execute certain contracts and
other instruments and to delegate authoiity to otheis to execute said documents relating
to the function or component for which the Delegator is responsible, and that the
documents specified in the resolution duly adopted by the Board of Directors on April
26, 1988 were, among otheis, the following
1 Sales, puichase and consignment contracts, bids theiefoi, (including
contracts providing for of relating to a fianchise for the distribution
or resale of this Company's products) and documents in connection
therewith, including bids to and contracts with any Municipal,
County or State Government, of with the Government of the United
States or a foreign country, of with any agency or department of any
such Government, and bonds to secuie the performance of such bids
and contracts
2 Installation, erection, and service connacts and bids theiefor and
documents in connection therewith (including but not limited to
installation, erection, and service contracts and bids theiefor with any
Municipal, County of State Government, or with the Government of
the United States or a foreign country, or with any agency or
department of any such Government) and bonds to secure the
performance of any such contract or bid
I further certify that Ernest H Gault, Vice President -Global Services Operations, is one
of the managers mentioned above and has delegated authoi ity to Gary L Peacock, RCT
Region Operations Manager -South Central, pursuant to the above resolution
WITNESS my hand and seal of Geneial Elecnic Company this 26th day of September
1997
Ic
ct+u®s
Policyholder Information Notice
IMPORTANT NOTICE
To obtain information or make a complaint
You may call Chubb's toll -free telephone number
for information or to make a complaint at
1-800-36-CHUBB
You may contact the Texas Department of In-
surance to obtain information on companies,
coverages, rights or complaints at
1-800-252-3439
You may write the Texas Department of Insurance
P 0 Box 149104
Austin, TX 78714-9104
FAX # (512) 475-1771
PREMIUM OR CLAIM DISPUTES.
Should you have a dispute concerning your
premium or about a claim you should contact the
agent first If the dispute is not resolved, you may
contact the Texas Department of Insurance
ATTACH THIS NOTICE TO YOUR POLICY'
This notice is for information only and does not
become a part or condition of the attached
document
N". 99/00299 (Rev 792)
AVISO IMPORTANTE
Para obtener information o para someter una
queja
Usted puede llamar al numero de telefono gratis
de Chubb's para information o para someter una
queja al
1-800-36-CHUBB
Puede comumcarse con el Departamento de
Seguros de Texas para obtener information acer-
ca de compan"ias, coberturas, derechos o quejas al
1-800-252-3439
Puede escribir al Departamento de Seguros de
Texas
P 0 Box 149104
Austin, TX 78714-9104
FAX # (512) 475-1771
DISPUTES SOBRE PRIMAS O RECLAMOS
Si tiene una disputa concermente a su prima o
a un reclamo, debe comumcarse con el agente
primero S1 no se resueve la disputa, puede en-
tonces comumcarse con el departamento (TDI)
UNA ESTE AVISO A SU POLIZA
Este aviso es solo para proposito de information
y no se convierte en parte o condition del
documento adjunto
POWER OF ATTORNEY
FEDERAL INSURANCE COMPANY
ATTN SURETY DEPARTMENT
15 Mountain View Road, Warren, NJ 07059
Telephone (908) 903-2000
Fax No (908) 903-3656
Know all Men by these Presents, That FEDERAL INSURANCE COMPANY, an Indiana Corporation, has constituted and
appointed, and does hereby constitute and appoint Estelle Armstrong, Daniel R. Jameson, Colin A
Sebastian, and Greg Kuruv111a of Dallas, Texas -------------------------------------
each its true and IawfulAttomey-in-Fact to execute under such designation in its name and to affix its corporate seal to and deliver
for and on Its behalf as surety thereon or otherwise, bonds or obligations (other than Bail Bonds) given or executed in the course
of its business, and any instruments amending or altering the same, and consents to the modification or alteration of any instru
ments referred to in said bonds or obligations
In Witness Whereof, the said FEDERAL INSURANCE COMPANY has, pursuant to its By -Laws, caused these presents to
be signed by Its Vice President and Assistant Secretary and its corporate seal to be hereto affixed this 21 st
dayof December 19 95
Assistant Secretary
STATE OF NEW JERSEY i as
County of Somerset f
FEDERAL INSURANCE COMPANY
BY
Gerardo G Mauriz OF
Vice President
On this 21st day of December 19 95, before me personally came Kenneth C Wendel to me known and by
me known to beAssistant Secretary of FEDERAL INSURANCE COMPANY, the corporation described in and which executed the
foregoing Power of Attorney, and the said Kenneth C Wendel being by me duly sworn, did depose and say that he is Assistant
Secretary of FEDERAL INSURANCE COMPANY and knows the corporate seal thereof, that the seal affixed to the foregoing
Power of Attorney is such corporate seal and was thereto affixed by authority of the By -Laws of said Company, and that he signed
said Power ofAttorney asAssistent Secretary of said Company by like authority, and that he is acquainted with Gerardo G Maunz
and knows him to be the Vice President of said Company, and that the signature of said Gerardo G Maunz subscribed to said
Power of Attorney is in the genuine handwriting of said Gerardo G Mauriz and was thereto subscribed by authority of said By -
Laws and in deponents presence
Notarial Seal
ID
Acknowledged and Sworn to before me
non the date above written
Notary
IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR
NOTIFY US OF ANY OTHER MATTER, PLEASE WRITE TO US AT THE ADDRESS LISTED ABOVE
Fain 1S10-013E(ReV 5-93)CONSENT SANDRAJ SANCHEZ
Notary Public, S ite of New Jersey
No 2179056
Commission Expires June 20, 2000
CERTIFICATION
STATE OF NEW JERSEY l as
County of Somerset f
I, the undersigned, Assistant Secretary of FEDERAL INSURANCE COMPANY, do hereby certify that the following is a true
excerpt from the By -Laws of the said Company as adopted by Its Board of Directors and that this By -Law is in full force and effect
"ARTICLE XVIII
Section 2 All bonds, undertakings, contracts and other instruments other than as above for and on behalf of the Company
which it is authorized by law or its charter to execute, may and shall be executed in the name and on behalf of the Company
either by the Chairman or the Vice Chairman or the President or a Vice President, jointly with the Secretary or an Assistant
Secretary, under their respective designations, except that any one or more officers or attomeys-in fact designated in any
resolution of the Board of Directors or the Executive Committee, or in any power of attorney executed as provided for in
Section 3 below, may execute any such bond, undertaking or other obligation as provided In such resolution or power of
attorney
Section 3 All powers of attorney for and on behalf of the Company may and shall be executed In the name and on behalf
of the Company, either by the Chairman or the Vice Chairman or the President or a 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 following officers Chairman, Vice Chair-
man, President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of
the Company may be affixed by facsimile to any power of attomey or to any certificate relating thereto appointing Assistant
Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings
obligatory in the nature thereof, and 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 signa-
ture and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which It is
attached "
I further certify that said FEDERAL INSURANCE COMPANY is duly licensed to transact fidelity and surety business in each of
the States of the United States of America, District of Columbia, Puerto Rico, and each of the Provinces of Canada with the
exception of Prince Edward Island, and Is also duly licensed to become sole surety on bonds, undertakings, etc, permitted or
required by law
I, the undersigned Assistant Secretary of FEDERAL INSURANCE COMPANY, do hereby certify that the foregoing Power of
Attorney is in full force and effect
Given under my hand and the seal of said Company at Warren, N J , this3xd_ day of 0 or be tg 97
Corporate Seal '
4011AAIC)�
Assistant Secretary
FROM DENTON CITY ATTORNEY FAX NO 1 8173827923 08-21-97 102�8A P 02
AUr.3.9.19'97 3,188PM GE PES DAIJ" FAX* 214 7W MM NO.9M P Z/4
Aj No � �
Ida mWvJW"Aft 7
s1n16>flao m"
plX dm
clWaMom
901E Teats Street
Dvelm Tx =01
A#mmd m Attu. Am Thmm
Sdtyaett Datan M ddpal Generates Madan
Unit No. 3 TR 1117451
pa" Add Seerime
Bid Naubee90M
Gmtlmdea
List In wiblagto moMd►e alUoadaS dwW to OW 316.
1. Our bid ie valid dsr your ardor mM Sapomlwr 1!. 1997.
2. The teems of MUM *adbett hb te.
Ra(aaaTME)
AUG ZQ1gN1T997
CITyCAL ill?N
v.
Inftm will be inved based on the Minna adksmam ad due wid& M days dkc receipt by
On CiL7 of Dag =,
ablp RIWW Riw
Unit 8lartap
$ 12.830
$103,500
The Allowing chaws wA be made to Atmabmmn C Side of Pg%wh11 Smviaes.
3 v i35a mmo Dabp
In BatagrephBt delete "equitable peso a4uxftW
4. Vt Tam *fPayMW
Ian Pwagteph A, delete "asiWottt 44*W o or WOW
FROM Y gKUTpy F1Tv1RTTORNF`V1 JYJ JJJ FR% NO I 817382792Y311\LV 08-21-97 i�8RVL P 03
VI 11 CJ 1ILLL I IMJYYIV1141\
RUS 19 1997 1.33PM GE PM DRLLAS FFD(* 214 702 5" NO 978 P.3/4
atDoo"
pwI
AumW 19, U97
1 VU1 Bids Im aFL%b*
PAv1m Ponytaph A ; ftQ sl
Ina" a peovidW bt Article IV. "Patmte", Gh Ud ft as all ddme of aoy kind,
whethm beeod on omth9se, htdamaBy, v►aemety. test fig >�f�). allot
ruuNa * do 000Nw44 orftmdw pwhmmm arbrvub*wog ar t= ally
Sondr or aeavlea oevaed by ar flredahed mdw the oo*W ar nW aaosmton ar
depaadaa t BM4 *a in no as aaaod W $1go.Ml fbr Qeamp m the gmteramr
Md v*W Is Is in Wo ow% dyy and aoettol and 0) ter aA othw ddm that
pwdan oetbe hw aonlnat pdm asom bts to Parts WA lteeviass providW #N or
Patimed veldt reapm to dw pmdmdwftbba*we mw tank flam abiob the de®
aneae or to wbkh the ddm rahm e. however, *0 rmpsot to &Wlwm "Swvbm e,
or cWm wbieh do rmt ado flbm or relate to it pu* WK owbbra use; (We
mm matt bbW dull bs dm om e[qu swvlw ar part diving des to the d dm.
Moept at to wa =W ot'tl<k to aW goods dm*hed, m each Sablllty dadl tenaioats
MR the aagblelna etthf wmn* pad wedW fa dw Ar" oedtled "Wilaonty",
penvldod, boarevw, that Cwft r am Nift me o OWm at" uw ft by on ada
dAudy Qetafllsaeeld fn a saes of'oampeuoae jutlsdkx+laa bt aaootdaaoe rvhh the
epptm" daWte otlbtritadma wAlor mom of"rapw% but in tw Duane lacer dw ace
(1) yW dw ax WWw alths waaraaty period. The Liao adcoM caudned hweia do
not apply to any HabEty that (E ma hove u law Ibr daoth, bodily ig W or fblyd petty
Pmpm4 damtga
In FunTIM 3, LIN 6, d010"the OJOMW TM iodwa* O$ ha mpWy. and
eappUaa agsing my Mich canna ffnm do calmo w'e awtouum"
rL mi Tmmhudon
m""" pv, ddeto "aid the Wo ma' droll pay reaoaable adprapw
is Pasagtaph C. add the 1bUowmyl atthe a►d offt Mammas "unless mated ea
"Cmdidmtial"'vl wddng on aach do asmast"
FRON D TON CIj�yy ,f gTTORN Y fax NO 81738227..9s.A ,,,", 08-21-97 SQ_38F__P 04
�� .i1.19�7 1 !]usb Fmo 214 71?K a mj pro r.W"
Welaor&gvmdtobftofa rAntoyedduda8ddbompeanddmu*lmfarym
epa AWadw Sh"M you h" my qoM M of wodwaM Plow do not hers m adl
fty ANY or im }t M2) 702.534L
Youteveryfidl►.
Wine
PMPOWUMWW
AM
modomm
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 and provided herein. If an apparent low bidder fads 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 modified 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
AFF0116C
REVISED 10/12194
Insurance Requirements
Page 2
officials, agents, employees and volunteers, or, the contractor shall
procure a bond guaranteeing payment of losses and related
investigations, claim administration and defense expenses
• 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 provide thirty(3O) days prior written
notice of cancellation, non -renewal or reduction in coverage
• Should any of the required Insurance be provided under a claims -made
form, Contractor shall maintain such coverage continuously throughout
the term of this contract and, 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
AFF0116C
REVISED 10/12/94
Insurance Requirements
Page 3
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
[A A General Liability Insurance -
General Liability insurance with combined single limits of not less than _
$1 onn 000shall 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
AFF0116C
REVISED 10/12/94
Insurance Requirements
Page 4
[xl Automobile Liability Insurance.
Contractor shall provide Commercial Automobile Liability insurance with
Combined Single Limits (CSL) of not less than ssoo,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
[A 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 budding 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)
[ i 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 naming 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
AFF0116C
REVISED 10/12/94
Insurance Requirements
Page 5
"occurrence" basis, and the policy shall be Issued by the same Insurance
company that carries the contractor's liability Insurance Policy limits will be
at least combined bodily injury and property damage per
occurrence with a aggregate
[ 1 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
[ 1 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
[ 1 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
[ 1 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
AFF0116C
REVISED 10/12/94
Insurance Requirements
Page 6
ATTACHMENT
bd Worker's Compensation Coverage for Building 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 entitles 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 401 011(44) for all employees of the contractor providing services
on the project, for the duration of the project
AFF0116C
REVISED 10/12/94
Insurance Requirements
Page 7
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
mad 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.
AFF0116C
REVISED 10/12/94
Insurance Requirements
Page 8
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 01 1(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 mall 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
AFF0116C
REVISED 10112/94
Insurance Requirements
Page 9
(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
A"0116C
REVISED 10/12/94
CERTIFICATE OF INSURANCE
r[fa1L1/M1Tx WY nC0
TNIS GERnFlcw,al , as , ..�..._...
Is CERTIflCATE00Ea NO AMEND LN AL7aR Tla cov
AiFORDEO BY THE POL OIEB UBrED BELOW
._.. ...__ .....�.._.._
COMPANIES AFFORDING COVERAGES
NAME AND ADDRESS OF AGENCY
COMPANY A ELECTRIC INSURANCE CO
SEDGWICKJAMES OF NEW YORK INC
1285 AVENUE OF THE AMERICAS, NY, NY 10015
LETTER
FOR NEIVISIONARENEWALS ORQUESTIONS ONTHIS CEW*VA11
° PSALENSCM XS � W"M
WM LY MA 07e15
COMPANY B NATIONAL UNION FIRE INS CO
LETTER
ANDADORESS OF 1
GENERAL ELECTRIC COMPANY
COMPANY
LETTOR
COMPANY p
LETIM
1 River Road, Schenectady, NY 12348
Thb a to =Ufy Mat Oa lrmmna canWhft IMW RbOvs haw iaaed pdidas of Insurer, as desenb0d WOW attd Worldeed W a Penny number to the
Insured named above, and to awry Oat such Policies are In fug Was and effect at Oils Ome This oertIflate of ineumnea does net amend, Sda,d Or attar dr
cmme afforded iCles dooWnifted bMm
Umite of LA1MBly
COMPANY
UITTER
TYM OF NSURANCB
POLICY NUMBER
POLICY
PERIOD
OCCURRENCE
AGGREGATE
B
a 1JABLM
PQ CUL RORMB
P(I
pq
pQ APR 8=
RMGL 1438014
1/1/97
To
1/1/98
BOOILYINAALY
AND
PROPERTYAND
DAMAGE
BINED
a2,500,000
txl
PQ BROAD FORM PROPERTY
{q CDNmACiORB
pQ PEIMION&BWURY
A
ALIT° BILaLNBIUTY
I xI COMPRENENWE FORM
Ix I oHwr+BD
[iI NON4WNED
ML 97 2
1/1/97
TO
1/1193
BODILY
AND
PROPERTY
DAMAGE
$2.500,000
B
exc tLm
xI FOLLOWINO FORM
RMGL 1488015
12/1/96
TO
12/1/97
BOOILYN URY
PROPERTY
DAMAGE
M&WED
$2,500,000
A
W°RKBRs eoMPBNaAnoN
AND
WC 97.1
1/1/97
TO
xl Ais Ar
""
$2,500 000
MPL°YBRsLumurY
1/1/98
,,°O '"
$2500,000
u
$2,500.000
LOCATION:
REMARKS:
CamMiatlon. If any of Saes Mid" are mmeied or 0hangW durfn0 Me perwd of coverage as stated harem m such mannw as to affed this awfleate
THIRTY 0 mUm of such andelletion or donne W it be aiman to the Dowtv to whom this =Wkete Is addressed
NAME AND ADDRESS OF CERTIFICATE HOLDER
DATE ISSUED January 1, 1997
Denton Municipal Uttlltes
Municipal Building
p _ _ _ a�,x,L
-°�Q�'�'�"
Denton, Texas 76201
SPENCER BROWN
AUn10mMED REPRESENTATIVE
"KCERT
eN73
r BID NUMBER 2068 BID PROPOSALS Page 2 of
City of Denton, Texas 901 B Texas SL
Purchasing Department Denton, Texas 70201
ITEM
DESCRIPTION
OUAN
PRICE
AMC. k
1.
TECHNICAL SERVICES FOR GENERATOR DISASSENBLY,
INSPECTION, TESTING, REPAIR REASSEMBLY, OPERATION
i
VERIFICATION AND REPORTS PER SPECIFICATION
(SECTION III A.1.) FOR A Mnrn= OF FIVE DAYS FOR
THE SIX MEEK OUTAGE AND A KIM= OF THREE ADDITIONAL
DAYS ON SITE FOR PRS AND/OR POST OUTAGE CDORDINATION
PRICE NOT TO EXCEED
UNIT
$
$ 6.000
2.
CONTRACTOR SHALL BE RESPONSIBLE POR SUPPLYING
i
BQI7IPNENT AND SPECILATY PERSONNEL AS NECESSARY
TO PREFORM GENERATOR TESTING.
UNIT
$
$ 7,580
i3.
SUPPLY RETAINING RING PER SCOPE OF MORIr III.A.2.
UNIT
$
$102,750
i
i
i
i
i
i
TOTALS
1
1$116,330
F1
I
i
We Quote the above f o b delivered to Donlon, Texas Shipment can be made indays from receipt of order Terms netg0
unless otherwise Indicated
In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a
reasonable period of time constltues a contract The completed Bid Proposal must be properly priced, signed and returned
14131 Midway Road
Mailing Addreu
Dallas, Texas 75248
any auto ad
972-702-5342
TeleMene