HomeMy WebLinkAbout1997-260ORDINANCE NO 9 a�661
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD
OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, 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
construction of public works or improvements in accordance with the procedures of STATE law
and City ordinances, and
WHEREAS, the City Manager or a designated employee has received and recommended that
the herein described bids are the lowest responsible bids for the construction of the public works or
improvements described in the bid invitation, bid proposals and plans and specifications therein,
NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the following competitive bids for the construction of public works or
improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on
file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto,
are hereby accepted and approved as being the lowest responsible bids
BID
NUMBER CONTRACTOR AMOUNT
2072 GEA THERMAL -DYNAMICS TOWERS, INC $149,442 00
SECTION II That the acceptance and approval of the above competitive bids shall not
constitute a contract between the City and the person submitting the bid for construction of such
public works or improvements herein accepted and approved, until such person shall comply with
all requirements specified in the Notice to Bidders including the timely execution of a written
contract and furnishing of performance and payment bonds, and insurance certificate after
notification of the award of the bid
SECTION III That the City Manager is hereby authorized to execute all necessary written
contracts for the performance of the construction of the public works or improvements in accordance
with the bids accepted and approved herein, provided that such contracts are made in accordance
with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms,
conditions, plans and specifications, standards, quantities and specified sums contained therein
SECTION IV That upon acceptance and approval of the above competitive bids and the
execution of contracts for the public works and improvements as authorized herein, the City Council
hereby authorizes the expenditure of funds in the manner and in the amount as specified in such
approved bids and authorized contracts executed pursuant thereto
SECTION V That this ordinance shall become effective immediately upon its passage and
approval
/� /Z�
PASSED AND APPROVED this the O? day of ,1997
ATTEST
JENNIFER WALTERS, CITY SECRETARY
BY Ll th-
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
BY v/ L -?-"e �
2
JA LER, MAYOR
DATE SEPTEMBER 2, 1997
TO Mayor and Members of the City Council
FROM Kathy DuBose, Assistant City Manager of Finance
SUBJECT BID # 2072 -- DENTON MUNICIPAL GENERATION STATION UNIT #3
COOLING TOWER REPAIR
RIECOMME.NDATION: We recommend this bid be awarded to the lowest responsible bidder,
GEA Thermal -Dynamics Towers, Inc, in the amount of $132,942 00 as bid plus $16,500 00 for
unknown contingencies for a total award of $149,442 00
SUMMARY, Unit #3 Cooling Tower has been in service for 35 years with no significant
structural repair or renovation The tower is constructed of wood products which experience
deterioration due to chemical, biological and physical conditions imposed by normal operation
Wooden cooling towers have an anticipated life expectancy of 20-25 years The Unit #3 Cooling
Tower continues to provide acceptable service but is in need of repairs to the mist eliminator and hot
water basins Further deterioration will effect draft performance, fan damage and cause accelerated
performance reduction
We are recommending this phase approach to repairs similar to Unit #4 and Unit #5 This allows
for improved performance and extension of life expectancy
The scope of work provides for hot water basin renovation, installation of new mist eliminators, and
installation of a hot water basin hood system
The $16,500 00 for contingencies is to allow for unknown repair requirements detectable only after
the tower use is discontinued
PROGRAMS DEPARTMENTS OR GROUPS AFFECTED: Electric Production Division
FISCAL IMPACT: Funds for these repairs will be taken from 1996-97 budget funds for
maintenance of generating equipment Account #610-101-1011-8339
Attachment Tabulation Sheet
Respectfully submitted
SE_
KathKDuBdse
Assistant City Manager of Finance
Approved
Name Tom D Shaw, C P M
Title Purchasing Agent
917 AGENDA
BID 8 — 2072
BID NAME DENTON MUNICIPAL GENERATING
MITCHELL
MIDWEST
RAMON
GEA
PSYCHROMETRIC
CUSTODIS-
STATION UNIT THREE COOLING
TECHNICAL
TOWERS
CORP
TERMAL
SYSTEMS
ECONCNE
TOWER REPAIR
SALES
INC
DYNAMIC
OPEN DATE JULY 15, 1997
INC
TOWERS
INC
_
r 4
�Ty
T _ p$BCRTPTION
VENDOR
YENAQR
_
WEIYDOR
�,YENODR
VRNDOR _
_ VENDOR _
I 1 DRIFT ELIMINATOR SYSTEM PER
1I1 A 1 _
2 _ 1 _ _ HOT WATER BASIN PER III A 1
3 I_ 1 FILLING PER III A 3
4 1 HOT WATER BASIN COVERS
PER III A
5 1 MISCELLANEOUS REPAIRS
NO BID RESPONSES
COMPLETE COOLING TOWERS INC
_$31,74700 $55,210t000—
__ $43,500001
$42,620 00 565,922 $76,643 Uj
F THERMO BAR
$36,40000
S36,16800
0
$45,60000
$25 750 00
$2,50000
$28,23500
_
$27,203 00
_ $3,13700
532,62900
_ $26 987 00I
__ _ $1580001
_ 537,20000
$33 075 00
$746001
-OPTION I
$30,300 00
_ $20,065 00I
$1,50000
$2,30000
$185,700 00
PVC V BAR
$35,975 00
OPTION 2
REDWOOD
$38,924 00
- -- L -
4
CONTRACT AGREEMENT
STATE OF TEXAS
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this
SEPTEMBER A.D., 19 97 , by and between
THE CITY OF DENTON
of the County of
DENTON
through TED BENAVIDES
day of
and State of Texas, acting
thereunto duly authorized so to do, hereinafter termed "OWNER," and
_ GEA THERMAL -DYNAMICS TOWERS, INC
143 UNION BLVD , SUITE 400
LAKEWOOD, CO 80228
of the City of LAKEWOOD , County of LAKEWOOD
and State of COLORADo hereinafter
termed "CONTRACTOR."
WITNESSETH: That for and in consideration of the payments and
agr€ements 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 # 2072 - DENTON MUNICIPAL GENERATION STATION UNIT #3 COOLING TOWER REPAIR
In the amount of $149,442 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
CITY OF DENTON ELECTRIC PRODUCTION DEPARTMENT
all of which are made a part hereof and collectively evidence and
constitute the entire contract.
V•._ :•_:
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:
LW
r
/L.lI
APPROVED AS TO FORM:
City Attorney
AAA0184D
Rev. 07/28/94
CA - 3
CITY OF DENTON
OWNER
gy
�VlMtial.(1 �._
(SEAL)
GEA THERMAL -DYNAMICS TOWERS, INC
CONTRACTOR
143 Union Blvd., Suite 400
Lakewood, CO 80228
NAILING ADDRESS
303/987-0123
PHONE NUMBER
303/987-4000
FAX NUMBER
BY
(SEAL)
NAME u s e
THE STATE OF TEXAS
BOND No. 24-002-718
EFFECTIVE DATE: 9/2/97
COUNTY OF DENTON ' THIS BOND IS ISSUED IN QUADRUPLICATE
KNOW ALL MEN BY THESE PRESENTS. That GEA THERMAL-
DYNAMICS
TOWERS, INC., whose address is 143 UNION BLVD., SUITE 400, LAKEWOOD, CO 80228,
hereinafter called Principal, and LIAERTY MUTUAL INSURANCE COMPANY, a corporation organized and
existing under the laws of the State ofWSACuDsETTs 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 THIRTY TWO THOUSAND NINE HUNDRED FORTY TWO NO/100—
DOLLARS ($1329942.00) plus 10 percent of the stated penal sum as an additional sum of money
representing $dditional court expenses, attorneys' fees, and hquudated damages arising out of or con-
nectedwith tliebelow identified Coatraux, in lawful money of the United Stasis, to be paid in Denton
County, Texas, for the payment of which sutra well and truly to be made, we hereby bind ourselves,
our heirs, executors, adtntntstiatons, successors, and assigns, Jointly and severally, fmnly by these
presents This Bond shall surtomaucally 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 pnee 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 97-260, with the City of Denton,
the Owner, dated the 2 day of September AD 1997, a copy of which is hereto attached and made
a part hereof, for BID # 2072 — DENTON MUNICIPAL GENERATIONS STATION UNIT #3
COOLING'TOWER REPAIR.
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 doting 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
authonzed modifications of sad 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, exClumve venue
shall he 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 a$'eet 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
Tlus Bond is given pursuant to the provisions of Chapter 2253 of the Texas Goverment
Code, as amended, and any other applicable statutes of the State of Texas
The undersigned and designated agent is hereby designated by the Surety herem 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 smtyslnp, as provided by Article 719-1
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 the24day of September,1997.
ATTEST
ATTEST
BY.
PRINCIPAL
SURETY
LIBERTY MUTUAL INSURANCE COMPANY
BY
ATT�O CT
GWYNN
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
processes
NAME
BALDWIN INSURANCE & BONDING ATTN William D Baldwin
STRE-ET ADDRESS 1201 Kas Drive, Suite B, Richardson, Texas 75081
(NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a
corporation, give a pcmQn's name )
(Ravi&", 3/971
e MRMSMIZP0AM 20H
PERFORMANCE BOND - Page 2
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND 117533
This Power of Attorney limits the act of those named herein, and they have no authority to bind the Company except in the
manner and to the extent herein stated
LIBERTY MUTUAL INSURANCE COMPANY
BOSTON,MASSACHUSETTS
POWER OF ATTORNEY
KNOW ALL PERSONS BY THESE PRESENTS That Liberty Mutual Insurance Company (the "Company") a Massachusetts
mutual Insurance company, pursuant to and by authority of the By law and Authorization hereinafter set forth, does hereby name
constitute and appoint, ROBERT L FIX, KAREN M. GWYNN, KEITH W NEWELL, JEFFREY DesROSIER, CAROLYN
C FEIGHT, CLAIRE M ENGELHARDT, MARIE J HUTCHENS, ALL OF THE CITY OF ORANGE, STATE OF
CALIFORNIA. . .. . . .. . . .
each individually if there be more than one named its true and lawful attorney In fact to make execute seal acknowledge and deliver for and on its behalf as surety and as
its act and deed any and all undertakings bonds recognizances and other surely obligations The execution of such bonds or undertakings in pursuance of these presents
shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons
o That this power is made and executed pursuant to and by authority of the following By law and Authorization
6
ARTICLE XVI Execution of Contracts Section 5 Surety Bonds and Undertakings
.5 Any officer or other official of the company authorized for that purpose in writing by the chairman or the president and subject to such limitations as the chairman
y or the president may prescribe shall appoint such attorneys In fact as may be necessary to act in behalf of the company to make execute seal acknowledge and
Rdeliver as surety any and all undertakings bonds recognizancee and other surely obligations Such attorneys in fact subject to the limitations set forth in their
d respective powers of attorney shall have full power to bind the company by their signature and execution of any such Instruments and to attach thereto the seal of
+r the company When so executed such Instruments shall be as binding as If signed by the president and attested by the secretary
By the following Instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys in fact
O
Pursuant to Article XVI Section 5 of the By laws Assistant Secretary Garnet W Elliott is hereby authorized to appoint such attorneys in fact as may be necessary
to act in behalf of the company to make execute seal acknowledge and deliver as surety any and all undertakings bonds recognizances and other surety
obligations
{G That the By law and the Authorization above set forth are true copies thereof and are now In full force and effect
p IN WITNESS WHEREOF this Instrument has been subscribed by its authorized officer and the corporate seal of the said Liberty Mutual Insurance Company has been affixed
G thereto in Plymouth Meeting Penns Ivsnia this 29th day of 19 _ 97
p LIBERTY MUTUAL INSURANCE COMPANY
OI By
Garnet W Elliott Assistant Secretary
E1
E COMMONWEALTH OF PENNSYLVANIA ss
w COUNTY OF MONTGOMERY
as
jQ On this 29th day of Jlliy A D 19.$7_ before me a Notary Public personally came the individual known to me to be the therein
> described individual and officer y Mutual Insurance Company who executed the preceding instrument and he acknowledged that he executed the same and that the
r
Zp seal affixed to the said pr dinllpet is 4he corporate seal of said company and that said corporate seal and his signature subscribed thereto was duly affixed an
(� subscribed to the said i d direction of the said company
4
IN TEBTIMON OF I here �qt y hand and affix my official seal at Plymouth Meeting P/ ?the day and ear first
* OF A Norrutlni nisi UOyN h idaph,9 hit S<ublm
oy �n mv,daphn rmi� coM Nota Public
M�Coi mwiun t*'pu, tub 1T10 Notary �1"f b,LVPN -- CERTIFICATE
nr r-
I the undersigned Asa ary of Liberty Mutual Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full true
and correct copy is in full force and effect on the date of this certificate and I do further certify that the officer who executed the said power of attorney was one of the officers
specially authorized by the chairman or the president to appoint any attorney In fact as provided in Article XVI Section 5 of the By laws of Liberty Mutual Insurance Company
This certificate may be signed by facsimile under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly
called and held on the 12th day of March 1980
VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company wherever appearing upon a certified copy of any power of
attorney Issued by the company shall be valid and binding upon the company with the same force and effect as though manually affixed
IN TESTIMONY WHEREOF I have hereunto subscribed my name and afflxe Ahe corporate seal of the said company this 24TH day of
SEPTEKBER 19 97 /% R4�—
As scant ary
THIS POWER OF ATTORNEY MAY NOT BE USED TO EXECUTE ANY BOND WITH AN INCEPTI D AFTER _ July 20 19 9_
W
N
C
7
a
amp O
U F-
N
CW
0a
Q �
oa
3W
to E
L
N
Y O
F
0
0
v_
>g
yy O
Y
E�
0
0,
FO- �
PAYMENT BOND
BOND NO. 24-002-718
THE STATE OF TEXAS EFFECTIVE DATE: 9/2/97
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS That GEA THERMAL -DYNAMICS
TOWERS$ INC., whose address is 143 UNION BLVD., SUITE 400, LAKEWOOD, CO 80228,
hereinafter called Principal, and LIBERTY MUTUAL INSURANCE G%WANR a corporation organized and
existing under the laws of the State ofNASSACBUSETTS, 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 fimush materials for, or perform labor upon,
the building or improvements hereinafter referred to, in the penal sum of ONE HUNDRED
THIRTY TWO THOUSAND NINE HUNDRED FORTY TWO no/100— DOLLARS
(S132,942.00) 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 Bored
THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 97-260, with the City of Denton,
the Owner, dated the 2 day of September, AM 1997. a copy of which is hereto attached and made
a part hereof, for BID # 2072 — DENTON MUNICIPAL GENERATIONS STATION UNIT #3
COOLING TOWER REPAIR
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its dunes 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 m 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 hereto as the
Resident Agent in DENTON County to whom any rcquimte notices may be delivered and on whom
service of process may be had in matters arising out of such suretyship, as provided by Article 719-1
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 onginal, this the 24 .day of September,1997
ATTEST
PRINCIPAL
sf/•y- VICE PRESIDENT
ATTESr
SURETY
LIBERTY MUTUAL INSURANCE COMPANY
BY
ATTO Y-IN-FACT
EAREN . GWYNN
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the
proccss is
NAME BALDWIN INSURANCE & BONDING ATTN y�j aW-2gfidwin
STREET ADDRESS. 1201 Kas Drive, Suite B, Richardson, Texas 75081
(NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a
corporation, give a persons name )
PAYMENT BOND - Page 2
r
TO OBTAIN INFORMATION OR HAKE A COMPLAINT:
YOU NAY CONTACT THE TEXAS DEPARTMENT OF
IPWMNCE TO OBTAIN INFOWATXON ON COIWANIES,
COVERAGES, RTGHTS OR COMPLAINTS AT:
1--252-3439
YOU MAY WRITE THE TEXAS DEPARTmEmT OF INSURAHcE:
P. Ow Box 149104
ALWaN, TX M3A.9104
FAX # (512) 475-1771
PRIUM OR CLAIM DISMUS:
SHOULD YOU HAVE A DISPUTE CONCERNING YOUR
PRBUUM OR AWUT A CLAW YOU SHOULD CONTACT THE
AGENT OR COWANY MRST, IF THE DISPUTE IS NOT
RESOLVED,, YOU NAY CONTACT THE TEXAS DEPARTmT
OF DANCE.
ATTACH THIS NMCB TO YOUR POLICY:
THIS NOTXCE IS FOR IHFORMf47I0N ONLY AND DOES NOT
OECOME A PART OR CONOMON OF THE ATTACHED
DOCUMENT.
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND 117534
This Power of Attorney limits the act of those named herein, and they have no authority to bind the Company except In the
manner and to the extent herein stated
LIBERTY MUTUAL INSURANCE COMPANY
BOSTON,MASSACHUSETTS
POWER OF ATTORNEY
KNOW ALL PERSONS BY THESE PRESENTS That Liberty Mutual Insurance Company (the Company') a Massachusetts
mutual Insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name
constitute and appoint, ROBERT L FIX, KAREN M GWYNN, KEITH W. NEWELL, JEFFREY DBeROSIER, CAROLYN
C FEIGHT, CLAIRI: M. ENGELHARDT, MARIE J HUTCHENS, ALL OF THE CITY OF ORANGE, STATE OF
CALIFORNIA . , . .
each individually if there be more than one named Its true and lawful` attorney In fact to make execute seal acknowledge and deliver for and on Its behalf as surety and as
Its act and deed, any and all undertakings, bonds recognlzances and other surety obligations The execution of such bonds or undertakings in pursuance of these presents
shell be as binding upon the Company as If they had been duly signed by the president and attested by the secretary of the Company in their own proper persons
That this power Is made and executed pursuant to and by authority of the following By law and Authorization
ARTICLE XVI Execution of Contracts Section 5 Surety Bonds and Undertakings
Any officer or other official of the company authorized for that purpose In writing by the chairman or the president and subject to such limitations as the chairman
or the president may prescribe, shall appoint such attomsys in fact as may be necessary to act in behalf of the company to make execute seal acknowledge and
deliver as surety any and all undertakings bonds, recognlzances and other surety obligations Such attorneys in fact subject to the limitations set forth in their
respective powers of attorney shall have full power to bind the company by their signature and execution of any such Instruments and to attach thereto the seal of
the company When so executed such Instruments shall be as binding as if signed by the president and attested by the secretary
By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys in fact
Pursuant to Article XVI Section 5 of the By laws Assistant Secretary Garnet W Elliott is hereby authorized to appoint such attorneys in fact as may be necessary
to act in behalf of the company to make execute seal acknowledge and deliver as surety any and all undertakings bonds recognlzances and other surety
obligations
That the By law and the Authorization above set forth are true copies thereof and are now In full force and effect
IN WITNESS WHEREOF this Instrument has been subscribed by its authorized officer and the corporate seal of the said Liberty Mutual Insurance Company has been affixed
thereto In Plymouth Meeting Penns Ivania {his 29th day of hU! 19 97_—
:e"a . LIBERTY MUTUAL INSURANCE COMPANY
By Giarr/e."� �1L.5
Garnet Elliott Assistant Secretary
COMMONWEALTH OF PENNSYLVANIA as
COUNTY OF MONTGOMERY
On this 9�h day of , .. AD 1997.before me a Notary Public personally came the individual known to me to be the therein
described individual and officer Mutual Insurance Company who executed the preceding instrument and he acknowledged that he executed the same and that the
seal affixed to the said or dlnfipst Is the corporate sea[ of said company and that said corporate seal and his signature subscribed thereto was duly affixed and
subscribed to the sold _ , d direction of the said company
IN TESTIMON OF I here, "pt y hand and affix my official seal at Plymouth Meeting PA the day and year d/rat above written
(7F * NOTARIAL SEATDON(C//
SHILLa Notary Puc
City ofPhAMAlphe ,y
MC..rnmleb P less
Nota ryPUbIl/lcf(�
CERTIFICATE
I the undersigned Ass*Mjw a ary of Liberty Mutual Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full true
and correct copy is In full force and effect on the date of this certiftoate and I do further certify that the officer who executed the said power of attorney was one of the officers
specially authorized by the chairman or the president to appoint any attorney In fact as provided In Article XVI Section 5 of the By laws of Liberty Mutual Insurance Company
This certificate may be signed by facsimile under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly
called and held on the 12th day of March 1980
VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company wherever appearing upon a certified copy of any power of
attorney Issued by the company shall be valid and binding upon the company with the same force and effect as though manually affixed
IN TESTIMONY WHEREOF I have hereunto subscribed my name and affixe the corporate seal of the said company this 24TH _ day of
SEPTENBER 19 27__��
As stant a ry
THIS POWER OF ATTORNEY MAY NOT BE USED TO EXECUTE ANY BOND WITH AN INCEPTI D AFTER _ I�yr 29 19 _9fl
State of CALIFORNIA a. )
ss
County of ORANGE )
I, MARIE J. HUTCHENS a Notary Public in and for said
County, in the State aforesaid, do hereby certify that BAEEN M. Gwm of the
LIBERTY MUTUAL INSURANCE COMPANY, who is personally known to me, appeared
before me this day and acknowledged that SHE signed, sealed and delivered the
foregoing instrument as pm: free and voluntary act as Attorney -in -Fact of the
LIBERTY MUTUAL INSURANCE COMPANY, and as the free and voluntary act of the
LIBERTY MUTUAL INSURANCE COMPANY, for the uses and purposes therein set forth
Given under my hand and Notarial Seal
MARIE J. HUTCHENS
COMM. #1110661
a NOTAAYPUBtl0.0001BA
OMN010MM
Myc�nm FS�, 0a. t�,naoo
24TH day of SEPTEMBER , A D 19 97
Notary Public
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 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 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 AM 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
AAA00350
REVISED 10/12/94 Cl - 1
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(30) 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.
AAA00350
REVISED 10112/94 Cl - 2
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:
Ix] A General Liability Insurance:
General Liability Insurance with combined single limits of not less than
$1,000,000.00shall 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.
AAA00350
REVISED 10/12/94 CI • 3
Insurance Requirements
Page 4
PE] Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability insurance with
Combined Single Limits (CSL) of not less than,$500,000.00 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
[xl 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)
I 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
AAM0360
REVISED 10/12/94 CI - 4
Insurance Requirements
Page 5
"occurrence" basis, and the policy shall be issued by the same Insurance
company that carries the contractor's liability Insurance. Policy limits will be
at least combined bodily injury and property damage per
occurrence with a aggregate.
[ I 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
[ I 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
[ I Additional insurance
Other insurance may be required an 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.
AAA00350
REVISED 10112/04 CI - 5
Insurance Requirements
Page 6
ATTACHMENT 1
W 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 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 401 011(44) for all employees of the contractor providing services
on the project, for the duration of the project
AAAW350
REVISED 10112194 Cl - 6
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.
AAA00350
MVISED 10/12/94 Cl - 7
Insurance Requirements
Page 8
I. The contractor shall contractually require each person with whom it
contracts to provide services an 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, anew
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 and of the coverage period, if the coverage period
shown on the current certificate of coverage ends during the
duration of the project;
(5) retain all required certificates of coverage on file for the duration of
the project and for one year thereafter,
(6) notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the person knew or should have known,
of any change that materially affects the provision of coverage of any
person providing services on the project, and
AAA00350
REVISED 10/12/94 Cl - 8
Insurance Requirements
Page 9
(7) contractually require each person with whom it contracts, to pbrform
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.
AAA00350
REVISED 10/12/04 Cl - 9
5 L: Si 940-383-7555 ELECTRIC PRODUCTION PAGE Lr
"I mmM Raw., A19R0 w+ +MeN�{7A1W. �. �■
MpAA-IvM, CA ; MARAlliffi8 A2902 M COMSAW
►'�-�s'-moo' �,; (3�7 ��h-v�o� � � A w rR �oRVA�► - - - --_ - , ,
t
8FA mom► -amuafa�e�
c
tq tMIM �tvo. 841IT 400
roe 01 2mm D �0°°o0ov
A' 07wG�7.�AlAti.7i�+= �
' 'owwsys,os.nµamses�em
�aforasmy
Awam
;- J .aMOWMAZYM
samsmasrwcags
XMIMAXIMS
I ' NOW4WAm AM
f"AGNUASKAT
.oaorAr>�oRR ' t �'
3 OO Opl
m 00 504 uff f OtlIIVYf , R1J0119R lyrsomelscorysesAOO. �_fis 9�000�001
� ;saisrait.��s�asr �i _1�600,sM1
� �m®awrwsw'mast �1 1f000)Op
I�MNWS Is 1rUD0,Ohb,
y s,emnasarat
I 1os�.,a
filloaTIMMM
t
I8ACtlACCRiIR 's
1 � amu.�asuls>taaps7 �f «
I rtr
t i I
RR2WM WAIR OF
... S�SA717 �'IDBAI7VALp�70�8SCA11�.L8C8HiGdrK7.8,6
DA78�A�AWmG170CVAb! WQJ.iMpiAi��O
CITY OF eyawiS Oil'tasis. fua 39 >aA WMUM m= zz=XA=aO'r>iR
OMB CiPA f�Ks�Aw �48D'1'MaSiRaTD AlAa.6RRIWHCMOaAV.BSPORRA00�Is�S1 R00.
lA IK�t�Q$a 91A, fiAtWSEWANYRAICOSOY('sQY0awI0.v7,3>a.WRt170A .
OIPITtM r'aeR
.. .._ -
y�z gpyd low -as •WOHd SE-91 LB -OS -MOO
NCl Ii yAtUY\1rim WVM iri =1 (i! nr... litlW4
3tr.ylO talmhu 1iT CUP JOM140 45r Uluz jot
Dare JMNNPJ77)
e r_nQnIMIN 91IM7
---_ -- - - xei
dLACKWELUAL88NM INC.
307 N. MN:HKiAN AVE. SUM IM
CHICAGO. IL 1i
UNIFIED MANAGIRMW CORPORATION
ONB SAW WACKM DRIVE SUITE 3504
CHICAGO. IL 6=1
rnaara+sukam
AtL91il A91De
SMUDABDAVM
IURBDAYTOS
1101/•O7YlIW1 AY'f0`
AWAUM
rS 1,�umm
WORMA
M OM0R7MAN F'aNM
A UAILUT 0 IWCt034$t88
AtTwPAmia!d - —I 4A7f.
CM CF 09NTCN
DEMON MUNg71P%oft vm
UNIT 3 CT
1701 A 008MCCR RA W
ATf1 jMTH1i
CO '" LEOION INSURAF01 COMPANY
camAN+•
B
c.Awn.
a
wriwxr
a
eeMAAdawdaewlr is
�pps�ryM s
ffW�sO 4
igppR7Y'MM�A6 4
A
ATHRRMAL-GYNAMICTGMIt8,1NC
I
wWM710x VAT4 T EMN. 7M4 Mtlsw Comm MBLL wMiRVwt To MAIL
wAr TA7 M702 ML dww MoT46AMALLx1� "Pa0LWAT0" wsumi
eR MW .am till n0 Nw7M'�rrA,ws
7./L Rowd IBB•OI •N0na 89•40 LB-VI-S]O
BID NUMBER 2072 BID PROPOSALS Page 2 of 2
City of Denton, Texas 9018 Texas St.
Purchasing Department Denton, Texas 78201
ITEM
DESCRIPTION
OUAN
PRICE
AMOJ,'
1.
2.
3.
4.
5.
ALL LABOR AND MATERIALS NECESSARY FOR REPAIR OF
GENERATING STATION UNIT THREE COOLING TOWER.
DRIFT ELIMINATOR SYSTEM PER III.A.1.
HOT WATER BASIN PER III.A.2.
FILLING PER III.A.3.
HOT WATER BASIN COVERS PER III.A.4.
MISCELLANEOUS REPAIRS PER III.A.5.
1
1
1
1
1
$
$31,7.-
$
$42,6__
$
$28,23'
$
$27,20=
$
$ 3,13-
TOTALS
$132,94^
We quote the above f o b delivered to Denton, Texas Shipment can be made In30 to 45 days from receipt of order Terms netl30
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 constitues a contract The completed Bid Proposal must be properly priced, signed and returned
143 UNION Blvd., Suite 400
Mailing Address
Lakewood, Colorado 80228
city state Zip
GEA Thermal —Dynamic Towers, Inc
B door
1 � 1&,
Signature
(303) 987-0123
Telephone
Director of Repair
Title