Loading...
HomeMy WebLinkAbout1996-181ORDINANCE NO /_K,A/ 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 SF..T�IONII 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 ► K&: : ►• 0 0 0 0 0 0 0 10 2 �O •u• 1► 1777 ALL FOSTER HIGGINS INC $5 00 PER EMPLOYEE PER MO 1924 ALL INCHCAPE TESTING SERVICES EXHIBIT "A" 1929 ALL MIDWEST TOWERS INC $151,492 00 SECTION II 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 SECTION I1I 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 authorized herein SECTION V That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED thi,vday ofald2 it 1996 JA MILLER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY BY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY DATE AUGUST 20, 1996 TO Mayor and Members of the City Council FROM Ted Benavides, City Manager SUBJECT BID # 1777 - HEALTH INSURANCE AND ACTUARIAL CONSULTING SERVICES - 2ND YEAR RENEWAL RECOMMENDATION. We recommend this bid be extended for the second year to Foster Higgins & Co Inc, in the amount of $5 00 per participating employee per month with a monthly minimum of $ 3,400 00 and a monthly maximum not to exceed $5,000 00 SUMMARY: This bid was approved by Council in July, 1995, for the first year of a possible three year obligation with prices and terms remaining favorable to the City and with the agreement of Foster Higgins This renewal reflects a $1 00 increase per employee, however, the maximum of $60,000 remains the same as the first year Assuming an unchanged census count, the one dollar per employee price adjustment will increase the contract amount by $10,284 00 The total amount for this second 12 month period will be approximately $54,000 00 BACKGROUND: Memorandum from Ted Benavides, City Manager (prepared by Tom Klmck, Director of Human Resources) PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED- The Health Insurance Program covers all eligible regular full-time and part-time employees and their covered dependents in all City departments FIS A . IMPA T. Total annual contract fee is not to exceed $60,000 Funds are available in the 1995/96 and proposed 1996/97 budgets Respectfully submitted Ted Benavides City Manager Approved Name Tom D Shaw, C P M Title Purchasing Agent 758 AGENDA DATE: August 6, 1996 CITY COUNCIL REPORT REGULAR SESSION TO. Mayor and Members of the City Council FROM: Ted Benavides, City Manager SUBJECT: HEALTH INSURANCE & ACTUARIAL CONSULTING SERVICES - RENEWAL CONTRACT for 2nd YEAR RENEWAL It is the staff s recommendation that the City Council authorize the City Manager to execute a renewal contract with A Foster Higgins & Co , Inc, to provide the City with health insurance and actuarial consulting services for the period July 18, 1996, to July 17, 1997 The contract would also authorize renewing the contract for an additional year assuming fees and service remain favorable to the City The City Council authorized the City to retain Foster Higgins in July, 1995, to assist the City with several technical and complex issues surrounding the City's group health insurance program for employees and dependents Those services included Evaluate/provide recommendations on the overall strategic goals/objectives/directions of employee health and wellness programs Provide advice/recommendations related to national health reform Evaluate/provide recommendations on the administration and operation of current health insurance program Develop/analyze and provide recommendations concerning proposed bids and contract negotiations 4 Momtor/analyze/provide recommendations for City's group health insurance plan, claim levels, utilization data cost and claims controls Government reporting preparation and submission City Manager Report to City Council. Health Insurance & Actuarial Consulting Services - Revised Contract August 6, 1996 Page 2 Presentation and attendance at City meetings City Council, City management, Employee Insurance & Wellness Committees Perform other tasks related to group health and wellness programs as reasonably requested by the City Foster Higgins has assisted the City in its negotiation for a third year renewal with the health insurance program (1996 Plan Year) That renewal resulted in negotiating Hams' initial renewal rate increase of 9% to an agreed 5% increase over 1995 premiums This represents a savings of approximately $110,000 in projected health insurance costs for FY 1995/96 The firm assisted the City with the re -bid of its health insurance program and negotiated some difficult issues regarding this re -bid Their services have resulted in the City being able to further lower its health care costs in the 1996/97 budget year by approximately $38,000 over previous year's coverages The previous contract for health insurance and actuarial services was bid with provisions to renew subsequent year's services with Foster Higgins However, it is the staff s conclusion that certain provisions of the contract should be revised in order to ensure clarity concerning the intent of City Council and the authority to execute renewal provisions Thus, the staff is recommending that the Council authorize the City Manager to renew the contract for a second term with changes to the contract and provide for a third year renewal assuming fees and services remain favorable to the City The Health Insurance Program covers all eligible regular full-time and part-time employees and their covered dependents in all City departments WKW43 IN ii Changing this contract will not result in any previously authorized costs The new fee would provide for a $5 per employee per month retainer fee not to exceed a maximum of $5,000 per month The total annual contract fee will not exceed $60,000 Funds are included in the 1995/96 City Manager Report to City Council Health Insurance & Actuarial Consulting Services - Revised Contract August 6, 1996 Page 3 and proposed 1996/97 budgets to cover these important services Respectfully submitted, Ted Benavides City Manager Prepared by .;Za Thomas W Klinck Director of Human Resources by Betty McKean Executive Director - MS/ED C \wmdows\wp60\craig\crpt96gl wpd Prepared 7/20/96 DATE AUGUST 20, 1996 MAK81110161 I.�. TO Mayor and Members of the City Council FROM Ted Benavides, City Manager SUBJECT BID # 1924 - ANALYTICAL TESTING RECOMMENDATION. We recommend this bid be awarded to the low bidder meeting specification, Inchcape Testing Services, for the annual contract at the unit prices listed on attached ExhibitA This will be a total annual estimated expenditure of $15,500 00 SUMMARY: This bid is for services of a laboratory to perform testing of groundwater monitoring wells at the Landfill and testing of sludge samples for the Wastewater Treatment Plant The lower bid by Certs Environmental Laboratory did not meet bid requirement of being in business in excess of ten years Bid packages were mailed to seven (7) prospective vendors and bid responses were received from five (5) vendors BACKGROUND: Tabulation sheet, Memorandum from Vanetta Verbosh dated August 6, 1996 PROGRAMS, DDEPARTMENTS OR GROUPS AFFECTEIL• Municipal Laboratory, Water Wastewater Treatment Plant, Utilities, and Citizens of Denton FISCAL IMPACT: Budgeted funds for Municipal Laboratory Account #625-082-0481-8502 and #625-082-0483-8502 Respectfully submitted Ted Benavides City Manager Prepared by 44 Name Denise Harpool Title Senior Buyer Approved Name Tom D Shaw, C P M Title Purchasing Agent 1926 AGE M 00 00 0o O o 000 00 00 00 0 0 000 OO Ot0 NW) N O ON to r• N� LO a�-N �4 t0 ui N0aO- www W ww w q N q uZ A WF O p> 0 A O ow w O O e���wwwa�.fi�aa= a 9 a O g W W O W O F q F aM W d � a F ie7 vzWi .� W ono C N C oW O aCa.U, q o w ear w p W til am a aa. w�i Q OO 00 �D N d d � a � elf c voi �: O 000000 O O O O O O O O 0000 O O O O O O O O 0 op 0 0 0 0 0 0 0 0 0 wwt0vwwwowwt0 t0 t0 NNt000t tH to VIV9IRM V►�IA H)tA w�4a4a'64914 I �0. g zwj�a��wFWe�� gqCaq ocaUxawCkdN YaO N 'r a O H U H H rl !1 A wy wl rl �I wl H iT .r N M -VIM V t~ w rww z ozllo� qw a ZIR wu F g W 00 WIOO W C4 w a a a � 4 � � N D O OO O O O O i0 O O O 'O D 0000 O O O O O O D Oi a)O O 10 h t0 0 t0 10) to dl fA t0 t0 r N Io9 w 00 �- 1t0 S/ M V► Uk Vi 11A V) Vf W e a m z F rh W 3 u e F O .ipw a 0 U ygF p�kF aN z e 40i zOM M U0 Ogaq w a a x ti U a F w,s WIC zp =w V4 09 5 a a a w a a noel w z WSWCQuo�ow a C F a s O. S p x U M J F 0 F- a �$o o$$000$$000$ eoo oeo ooeeoo 00oo0o8S$ $00 �ON�g�imNai«S$$�o�o 00c�e� 00 NNmooN��S 00000ao N N i N p p N w N H N N M O N N i N N t}�{ 000 p G O 0 0 0 0o $000 O O O O oo$$00000 O O O O O NNN4044 `&NNMN`YiN u.w4440W H'H° ul y 0 O 00 Opp�pp 080000 pp�pp�pp 0 0 pp�pp�pp 0 0 $ �Op O 000000$oN �O�ppO O O N^^ONN' O O O O O yaya��Onl Nsa {O{pp MIpNNNWNNH HIM Epp�pp NNN»w NHW/A a O O O$$ O O O ONO 00088809 0 NNNN�p pN NON�pNO No`DN$ NO HOO Y'M Nww"'A $ 00 S S 00 O O$ 0 0180000 O O O O pp C D $$ 0 O 0 N 0 0 O C NN NNp�wHNMNNNHH N^N iCO A A^ NA^^N^ AA ANOCppp CD N� N^ I`NC'� V1f� WWN O�OC NNRRN N 44 % -00- w N N N pp Nal pp a pp asa2 pp pp pp 50)sa -p-1 NO C0y�Oipp C04 p100 pp C tD fC BAAnnM=' H H N N -I`-wwNfA ^N N�C9{NNM�N pV N N H H Q, O O 00 O O O pp N$ S$$ 000 0 0 0 0 $ moo 000 O O N N IL n f^ Q NN�yD�1y(��ANyN� yN�yN�1yD� 1N AND AND yN�A goo Yl w (ap Cf ZNON /A IA�HN N N/ANWW N�Ne�trOKNN H NiN N w y � O Ow O y Q_' co NNN O O N A p N O O O O NNNN O O O O N N 11 N 1 C I. $NHNNpNNNNNHHN yN� yN�yN�yN� NHNNNNYV SSSSOSOS€ SSSS$$SOSSSS$ §N SSSNNSpeC�O€ 8330§823S N N"44 N H N W 40 N40) z aSS$$S$SSS1S$$S SSSSSSSOC g5N�ia1% S22N�a C N 35 N N H N N N H Y 7 p1z, W O U Z pa U � � W Q o W UCH Z' r� Hj L# Irvin dvvrma^ 'm d��COO�rAJ O 0 0 0 w N O O 0 O S O ppO L 0 OOH N N N N qO H N S O O O 0 0 S O) N O 10 N O N Yl S S H N N H H N O O �N O 0 COD S ' N CO 10 n n 0 n 0 N Nj IN H wN w N 0 b N n O N O O O N O COD O co O N m N N � O n HHH H H H H H A O N N O N r N CDC N N OD O N 0 I O N CD IN O Nw IH N A O pp N N O N N aM-' I (C(DD 100 O w N pnppp Ip t00 H O S S O O S S S 0 O N O N O N 00 IN N N O N r W H I I 0 0 O 0 O O 0 O 10 O O O O O o 0 iN p N N NN H N O p u y W Z ° 0 r 0 {s!j uO I a88 SS 80 0 8p S888SS 8888� fn J �� �Cn O N H Nn N A 8 N 8 NaOS NM00f �NW'k NP a �HH N H M•NHCIHiH N N o 08 80 oe 8 00 0000808 0080000e NN h0�- NoNw-o O O oN 0�0 g°15 1A gt � C s Nw aa N N N N N H N N N H N N H N O 80 00 8 0 0 0 p_oo 880oo SS0 a �o 00 o gsro 3w our `a7N 0 08 N�:d g0g nM wN 1ND U,): 00 $c ~O N N N H utp00 88 e0 0 0 088M0i 00000000 OO ppQN {p�iN {N� 1O� �AyNNMpApM C, N NNHN/ N10 NN NH WN NH /A IAN N N 100 p_ O O N _ COD Opp w O _p O _p O p 0 O p4 Y OCD p O N �-N p g 1 1 O NMM;�Q( �i xN8 88 Sry 8 S 0.0 OD S�0HNZ QGgfLamS"7rI' N 11 HO ZB4NW J 6q 0 0088888 SS8890 [A Np O 1pp1f(pp��Ol CDN PCCCCpppp qH O N �D�yi O OpNpppM CD C'DWNN, CD IOND �S' Q M NN�pNN OVVI1 N ¢ Woo NO O N O I O O N Y7 N Nhl N 0 1NDN pppOiiiN N I N p0p00000 O {qy N N {Oy N M n N�H� N r O N NN N H HHHHCA �NppppN H H OOpp OOp m O 8 000 88 yQ0 pp8pp Q NO ON ~N N N C0 HNNN {888 'NH y08 N w00 eS 00 8 $0c0008 Bcoo n 0 N 0NN0 4 H O 0�W0�A 00NW N csN60 fi b p N N N N H WA N H N NI I m 3��w�1�,�,SSS��omz��¢o7°yp��b"�a�5s�> dam Vlm 6 a� vozi Cg®7 [±aMC � 0. a F � •>7 � t� I�„ qw�� "' pp� cal (y cal C�'J C�'J Z � � � � �' � W D S� U n" � e a ,Ny OR a m i O 1 II � II H II ti I N i H II II lI N O 1 D V A Q Q e O r � A a n n - - p C N O 12 N N I � pp 11! A p 1ell O •�j N 1� !1 e N e t00 O O N a�''S oaozo� C a w a away w a C, w w I VI �0. R N V1 Vi I/� CITY o/ DENTON, TEXAS ENVIRONMENTAL SERVICES / 1100 MAYHILL ROAD / DENTON, TX 76208 MEMORANDUM DATE August 6, 1996 TO Denise Harpool, Senior Buyer FROM Vanetta Verbosh, Laboratory Supervisor RE Selection of Contractor for BID #1924 -Annual Solid Waste Analytical Testing This contract is to select a laboratory to perform the analysis of groundwater monitoring well samples from the City of Denton Municipal Landfill These samples are required as part of our TNRCC Municipal Solid Waste Permit It will also cover analytical testing of sludge samples in compliance with the EPA and TNRCC discharge permit requirements which the Denton Municipal Laboratory is unable to analyze for at this time Bids were received from five testing laboratories, Armstrong, Certes, Anachem, Talem, and Inchcape All bid materials were reviewed for cost comparison, EPA Quality Assurrance reports, Texas Natural Resource Conservation Commission (TNRCC) inspections, and subcontracts for the analysis we have requested The lowest bid was by Certes Environmental Laboratory but they have not been in business over ten years, as requested in our bid specifications The second lowest bid was by Inchcape Testing Services They have been in business over ten years, had good Quality Assurrance results, and were the only lab that would not be subcontracting out any of the analysis requested An inspection of the Inchcape Testing Services facility will be scheduled after awarding the bid, before samples are submitted 8171383-7509 Z. N DATE AUGUST 20, 1996 [011 MUG ► . , . TO Mayor and Members of the City Council FROM Ted Benavides, City Manager SUBJECT BID # 1929 - COOLING TOWER RENOVATION RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Midwest Towers Inc in the amount of $124,839 00 plus a $25,000 00 amount for repairs to the fillings system and $1,653 00 for an optional fiberglass distribution box Total award is $151,492 00 SUMMARY: This bid is for the repairs to the cooling tower for the Spencer Unit Four turbine as outlined in the August 8, 1996 memorandum from Jim Thune, Manager, Electric Production Division The bid award includes a $25,000 00 sum for repairs to the filling system damaged by the hot water basins failure This amount is a fixed cost for unknown repairs that may or may not be required The needed repairs can only be determined after the tower is disassembled BACKGROUND, Tabulation Sheet, Memorandum from Jim Thune, Manager, Electric Production PROGRAMS, DF,PARTMF.NTS OR GROUPS AFFECTED: Maintenance of Electric Production facilities FISCAL IMPACT: Funds for this maintenance project are available in the 1995/96 budget account # 610-101-1011-5130-8339 Respectfully submitted Ted Benavides City Manager Approved Name Tom D Shaw, C P M Title Purchasing Agent 759 AGENDA BID # - _ - - 1929 - - - - BID NAME ELECTRIC PRODUCTION MIDWEST MARLEY PSYCHRO- COOLING TOWER REPAIRS TOWERS COOLING METRIC OPEN DATE JULY 25, 1996 INC TOWER # TV DR$CRIPTION VENDOR VENDOR _ VENDOR - _ REPAIR REPAIR TO UNPP FOT1R COOLING TOWER 4 CELLS 1 1 LT DRIFT ELIMINATORS PER VI A $49,878 00 _ $98,896 00 $58,38100 -4 _ CELLS 2 1 LT HOT WATER BASINS PER VI B $52,581 00 $95,574 00 $56,128 00 _ 3 I LT HOT WATER BASIN HOOD 4 CELLS PER VI C $22,380 00 _ $78,902 00 $54,303 00 _ _ 4 1 LT OPTIONAL FIBERGLASS $1,653 00 i i �I DISTRIBUTION BOX I BRANTON MITCHELL CO TECHNICAL I SALES _VENDOR_F VENDOR $82,145 00 1 $66,850 00 $83,011 00 $76,060 00 $69,183 00 $49,940 00 STATE OF TEXAS § COUNTY OF DENTON § PROFESSIONAL SERVICES RENEWAL AGREEMENT BETWEEN THE CITY OF DENTON AND HEALTH INSURANCE AND ACTUARIAL CONSULTANT THIS AGREEMENT is made and entered into effective on the 18th day of July, 1996, by and between the City of Denton, Texas, a Municipal corporation situated in Denton County, Texas, hereinafter called "CITY", acting herein by and through its City Manager and A Foster Higgins & Co., Inc., a Corporation doing business in Texas, acting by and through its duly authorized officer, hereinafter called "CONSULTANT" WHEREAS, on the 18th day of July, 1995, the City of Denton, Texas and A. Foster Higgins & Co , Inc. entered into a "Contract Agreement Between The City of Denton and Health Insurance and Actuarial Consultant" (hereinafter the 1995 Contract), and WHEREAS, the 1995 Contract provided that it was subject to renewal for two additional twelve month periods upon the mutual consent of both parties, and subject to negotiation of the terms, conditions, and costs under certain circumstances, and WHEREAS, the CITY and the CONSULTANT desire to renew the 1995 Contract upon the terms and provisions set forth hereinbelow. WITNESSETH, that in consideration of the covenants and agreements herein contained, the CITY and the CONSULTANT do hereby mutually agree as follows - I. SERVICES TO BE PERFORMED City hereby retains CONSULTANT to perform the hereinafter designat- ed services. CONSULTANT agrees to perform the following services with diligence, and in accordance with the highest professional standards customarily obtained for such services in the State of Texas, to wit: A. Evaluate and provide recommendations on the overall strategic goals, objectives, and direction of the employee health and wellness program. Provide advice, assistance, and recommenda- tions as related to the national health care reform. B. Evaluate and provide recommendations on administration of the current health insurance program. This will include plan design, type, number, and quality of health care providers, premium structure, proposed rate adjustments, provider(s) and contract, etc. C. Perform on -site review of the City's health plan carrier operations, including member services, utilization management and case management, and report findings to the City. D. Assess the impact on the City's health plan of any changes in ownership of Denton hospital(s) and provide recommendations to the City to address any potential issues. E. Monitor, analyze, and provide recommendations concerning the City's group health insurance plan, claims levels, and utiliza- tion data, and suggest strategies to control claims cost and ensure quality health care delivery F Review data, information, performance issues, etc and, if requested by the City, negotiate on behalf of the City with current or prospective vendors new or renewal contract terms, conditions, premium rates, etc for group health insurance plan. All negotiations are subject to terms agreeable to the City. G. Assist in preparation and submission of required reporting information, forms, etc. required of the City to various federal and state government agencies related to the group health and wellness programs H. Attend meetings and, if requested, prepare and make presenta- tions, using professional and appropriate visual aids at meetings of the City Council, City management, employee insurance committee, employee wellness committee, etc. I. Conduct on -site meetings with City representatives to review plan experience and management issues estimated as follows * City Council Meetings 2 * City Management Meetings 3 * Employee Insurance Committee Meetings 6 * Employee Wellness Committee Meetings 2 J. Perform tasks related to the employee group health and wellness program as are reasonably requested by the City. CONSULTANT shall exercise the same degree of care, skill, and diligence in the performance of these services as is ordinarily provided by persons under similar circumstances CITY agrees that, with respect to the services and duties CONSULTANT will provide under this agreement, CONSULTANT does not accept status as a PAGE 2 fiduciary with respect to any of the plans or programs and that all recommendations made by CONSULTANT pursuant to this agreement may be accepted, modified, or rejected by CITY. II TERMS OF AGREEMENT AND EXTENSION PROVISIONS CONSULTANT shall commence rendering services immediately upon receiving notification of contract approval and shall continue for a period of twelve months. This contract is subject to renewal upon mutual consent of both parties for one additional twelve-month period, on the same or similar terms, conditions, and costs in successive years if scope of services do not deviate more than 25% and cost does not increase more than 25%. The City Manager or his designee, the Director of Human Resources for the City of Denton, Texas, shall have the authority to approve and negotiate a renewal of this contract without City Council approval provided the costs do not increase more than 25% or increase more than $15,000 over the previous years costs. III. COMPENSATION TO BE PAID CONTRACTOR CITY agrees to pay CONSULTANT for the services performed hereunder as follows: A. Amount of Payment for Services: CITY agrees to pay CONSULTANT, for services hereunder, at a set monthly fee of $5.00 per participating employee per month with a monthly minimum of $3,400.00 and a monthly maximum not to exceed $5,000.00: Service Description/Task Estimated Hours Evaluate/provide recommendations on 15 the overall strategic goals/objectives directions of employee health and wellness program. Provide advice/ recommendations related to national health reform. Evaluate/provide recommendations on 20 administration of current health insurance program Perform on -site review of health plan 20 carrier operations PAGE 3 Assess impact of Denton hospital 20 ownership changes Monitor/analyze/provide recommendations 10 for City's group health insurance plan, claim levels, and utilization data Review data, information, performance 35 issues, negotiate with current/prospective vendors Assist in preparation/submission of 5 required reporting information/forms, etc. Attend meetings, prepare/make presentations 10 On -site meetings with City representatives 40 Perform tasks related to group health 10 wellness program as reasonably requested by the City CONSULTANT will charge CITY based on actual time spent and expenses incurred. In no event will the total project cost exceed $60,000.00 for CONSULTANT'S fees and expenses unless CONSULTANT is requested to perform tasks outside the scope presented in the proposal. If additional assistance is required from the CONSULTANT, estimates of professional fees will be provided and presented to CITY management for approval before proceeding with any additional tasks. CONSULTANT and CITY expressly understand and agree that CONSULTANT shall not receive any compensation for the services provided for herein, from any other source. B. Dates of Payment: CITY will pay CONSULTANT on a monthly basis, within thirty (30) days of receipt of invoices for completion of services provided for herein IV. SUPERVISION AND CONTROL BY CITY It is mutually understood and agreed to, by, and between CITY and CONSULTANT that CONSULTANT 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 compensa- tion, or any other CITY employee benefit CITY shall have supervision and control of CONSULTANT and any employee while on CITY premises, and it is expressly understood that CONSULTANT shall PAGE 4 perform the services hereunder at the direction of the City Manager of the City of Denton or his designee under this agreement V. SOURCE OF FUNDS All payments to CONSULTANT under this Agreement are to be paid by CITY from funds appropriated by the City Council for such purposes in the Budget of the City of Denton. VI. INSURANCE CONSULTANT shall provide at its own cost and expense worker's compensation insurance, liability insurance, and all other insurance necessary to protect CONSULTANT in the operation of CONSULTANT'S business. VII. INDEMNIFICATION CONSULTANT shall and does hereby agree to indemnify and hold harmless the CITY and its officers, agents, and employees from and against any and all damages, liability, claims, demands, losses and expenses of any kind whatsoever to the extent proximately caused by the error, omission, or negligent act of CONSULTANT, its officers, agents, employees, invitees, and all the persons for whom it is legally liable in the course of the performance of this Agreement, and CONSULTANT will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands The acceptance of CONSULTANT'S services by the CITY shall not operate as a waiver of such rights of indemnification. VIII. CANCELLATION Notwithstanding any other provision of this Agreement, CITY and CONSULTANT each reserve the right to cancel this Agreement at any time by giving the other party fourteen (14) days' written notice of its intention to cancel. If the agreement is canceled before completion, the CITY agrees to compensate CONSULTANT for services provided and expenses incurred prior to notice of cancellation. In the event of cancellation or upon expiration of this contract, CONSULTANT shall return to CITY any and all documents or materials, and all copies made thereof, which CONSULTANT received from, and/or developed for CITY for the purposes of this contract except the PAGE 5 CONSULTANT shall have the right to retain one copy for internal files. IX. CONFIDENTIAL RELATIONSHIP CITY may, from time to time, communicate to CONSULTANT certain information protected by the Texas Open Records Act (e.g., employee personnel or medical records) to enable CONSULTANT to effectively perform the services required hereunder CONSULTANT shall treat all information supplied as confidential, whether or not so identified, and not release same unless consent to do so is received in writing from the City Attorney's Office or the Texas Attorney General's Office. CONSULTANT shall limit the use and circulation of such information, even within his own organization, to the extent necessary to perform the Services. CONSULTANT shall not disclose any reports, recommendations, conclusions, or other results of the services performed by CONSULTANT without the prior written consent of the CITY. CONSULTANT shall comply with all legal obligations it may now or hereafter have respecting the information or property of the CITY, its officers or employees or its independent contractors supplied CONSULTANT or prepared by CONSULTANT in the performance of this contract even after the cancellation of this contract X. SUCCESSORS AND ASSIGNS The CITY and the CONSULTANT each binds itself and its successors, executors, administrators, and assigns to the other party to this agreement and to the successors, executors, administrators, and assigns of such other party, in respect to all covenants of this agreement. Except as above, neither the CITY nor the CONSULTANT shall assign, sublet, or transfer its interest in this Agreement without the written consent of the other. Nothing herein shall be constituted as creating any personal liability on the part of any officer or employee of the CITY. XI. NOTICES All notices, communications, and reports required or permitted under this Agreement shall be personally delivered or mailed to the respective parties by depositing same in the United States mail at the address shown below, certified mail, return receipt requested PAGE 6 unless otherwise specified herein. Mailed notices shall be deemed communicated as of three days of mailing CITY CONTRACTOR City of Denton, Texas A. Foster Higgins & Co.Inc. Attn: City Manager 1800 Thanksgiving Tower 215 E. McKinney 1601 Elm Street Denton, TX 76201 Dallas, TX 75201-4742 Either party may change its mailing address by sending notice of change of address to the other at the above address by certified mail, return receipt requested. All notices shall be deemed effective upon receipt by the party to whom such notice is given or within three days mailing. XII. ENTIRE AGREEMENT This Agreement consisting of 10 pages constitutes the complete and final expression of the agreement of the parties and is intended as a complete and exclusive statement of the terms of their agreements and supersedes all prior contemporaneous offers, promises, representations, negotiations, discussions, communications and agreements which may have been made in connection with the subject matter hereof. XIII. SEVERABILITY If any provision of this Agreement is found or deemed by a court of competent jurisdiction to be invalid or unenforceable, it shall be considered severable from the remainder of this Agreement and shall not cause the remainder to be invalid or unenforceable. In such event, the party shall reform this Agreement to replace such stricken provision with a valid and enforceable provision which comes as close as possible to expressing the intention of the stricken provision XIV. COMPLIANCE WITH LAWS The CONSULTANT shall comply with all federal, state, local laws, rules, regulations, and ordinances applicable to the work covered hereunder as they may now read or hereafter be amended. PAGE 7 XV. DISCRIMINATION PROHIBITED In performing the services required hereunder, the CONSULTANT shall not discriminate against any person on the basis of race, color, religion, sex, national origin or ancestry, age, or physical handicap. XVI. PERSONNEL A. The CONSULTANT represents that it has or will secure at its own expense all personnel required to perform all the services required under this Agreement Such personnel shall not be employees or officers of, or have any contractual relations with the city. CONSULTANT shall inform the CITY of any conflict of interest or potential conflict of interest that may arise during the term of this Agreement B. All services required hereunder will be performed by the CONSULTANT or under its supervision. All personnel engaged in work shall be qualified and shall be authorized and permitted under state and local laws to perform such services XVII. MODIFICATION No waiver or modification of this Agreement or of any covenant, condition, limitation herein contained shall be valid unless in writing and duly executed by the party to be charged therewith and no evidence of any waiver or modification shall be offered or received in evidence in any proceeding arising between the parties hereto out of or affecting this Agreement, or the rights or obligations of the parties hereunder, and unless such waiver or modification is in writing, duly executed, and, the parties further agree that the provisions of this section will not be waived unless as herein set forth. XVIII. MISCELLANEOUS A. Venue of any suit or cause of action under this Agreement shall lie exclusively in Denton County, Texas This Agreement shall be construed in accordance with the laws of the State of Texas. B CONSULTANT shall commence, carry on, and complete any and all projects with all applicable dispatch, in a sound, economical, efficient manner; and, in accordance with the provisions PAGE 8 hereof. in accomplishing the projects, CONSULTANT shall take such steps as are appropriate to ensure that the work involved is properly coordinated with related work being carried on by the CITY. C. The CITY shall assist the CONSULTANT by placing at the CON- SULTANT's disposal all available information pertinent to the project, including previous reports, any other data relative to the project and arranging for the access to, and make all provisions for the CONSULTANT to enter in or upon, public and private property as required for the CONSULTANT to perform services under this Agreement. D. The captions of this Agreement are for informational purposes only and shall not in any way affect the substantive terms or conditions of this Agreement. XIX DESIGNEE The Director of Human Resources for the City of Denton, Texas, shall be the City Manager's designee under this contract and is hereby authorized to carry out the terms of this Agreement on behalf of the City of Denton, Texas. IN WITNESS WHEREOF, the City of Denton, Texas has caused this Agreement to be executed by its duly authorized City Manager and CONSULTANT has executed this Agreem nt through s duly a thorized undersigned officer, dated the day of 1996, effective as of the 18th day of July, 1996 CITY OF DENTON, TEXAS TED BENAVIDES, CITY MANAGER ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: PAGE 9 APPROVED AS TO LEGAL FORM: HERBERT L. PROUTY, CITY ATTORNEY BY: ti C \NPDOCS\K\HEALTH INS A FOSTER HIGGINS & 9.,,-_INC. BY: TITLEN/�i// Gpt�3ss�7+�� PAGE 10 CONTRACT AGREEMENT V STATE OF TEXAS $ COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 20 day of AUGUST A.D., 19 96 , by and between THE CITY OF DENTON of the County of DENTON and State of Texas, acting through TOM D SHAW thereunto duly authorized so to do, hereinafter termed "OWNER," and MIDWEST TOWERS, INC P 0 BOX 1465 CHICKASHA, OK 73023 of the City of CHICKASHA , County of and State of OKLAHOMA termed "CONTRACTOR." GRADY , hereinafter 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 N 1929 COOLING TOWER RENOVATION in the amount of $151,492 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 UTILITY STAFF all of which are made a part hereof and collectively evidence and constitute the entire contract. Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: APPROVED AS TO FORM: City Attorney AAA0184D Rev. 07/28/94 CA - 3 CITY OF DENTON OWNER By- ::!; (SEAL) MIDWEST TOWERS, INC. CONTRACTOR I ��.. _4 L 1-- A i. P.O. Box 1465 Chickasha, OK 73023 MAILING ADDRESS (4051224-4622 PHONE NUMBER (405)224-4625 FAX NUMBER BY Vice President and Sales Manager TITLE Terry G. Ogburn PRINTED NAME (SEAL) 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 harem. 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 AIT00BAI REVISED 10/12/94 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 AFFWBAI REVISED 10/12194 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 P9 A General Liability Insurance. General Liability insurance with combined single limits of not less than _ 1, 000, 000.00 shall be provided and maintained by the contractor The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies If the Commercial General Liability form (ISO Form CG 0001 current edition) is used • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage • Coverage B shall include personal injury • Coverage C, medical payments, is not required If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least • Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability AFMBAI xswsso iaiv% Insurance Requirements Page 4 Ud 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 VQ 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 M6.096 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 AFEMBAI REVISED 10I12M 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 l 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 I l 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 l 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 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 AFFOORA1 REVISED to/12M Insurance Requirements Page 6 ATTACHMENT Ij9 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 AW+OOBAI REVISED 10112194 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 and of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended E The contractor shall obtain from each person providing services on a project, and provide to the governmental entity (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project, and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project. F The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter. G The contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project. H The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. AewoseI REMSEo 10112/% Insurance Requirements Page 8 I. The contractor shall contractually require each person with whdm it contracts to provide services on a project, to. (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the project, for the duration of the project; (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project; (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (4) obtain from each other person with whom it contracts, and provide to the contractor: (a) a certificate of coverage, prior to the other person beginning work on the project; and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the project; (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified mad 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 AFFO AI 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 AFMRAI REVISED 10/I2191 10-02-1996 10:03AM FROM MIDWEST TOWERS 405 224 4625 P 3 companies xgencYjp IIIQ. 10975 sl Nont6v Suite 225 Overland.ParkP ES 662i1-2.497 (913) 344-2323 mm ]iID1P sT TOIPNRB INC PO 808 1465 C=CNPJM OH 73012 CO~ A oO1MUMY B CO PANT 0 cC�rAn 0 THIS E TO CEFMFf M"T THE POIIOIEB OF VNBURANCE lJ9i® BA3W HAVE - BEEN B8 W 4o THE pouFmD NAMe7 ABOVE FOR 7HE POLICY PERIOD INOICAWA NCYTWFn 8fANWHQ ANY 116DUIREMENT, MW OR CONODIOPI OF ANY CONTRACT OR OTHER DOOUMENT WITH RAT TO WHICH 7HE EMU)MI" AND OON�® OF SUCH POLICAM. umrm BROWN MAY BEEN REDUCED BY PAID C ARABNEREBI a BUEUELT TO ALL 711H TWA GO TwR OP MMMINNOM Pam MUYBOI POUOT MIPwOIPI Pouff wow" �O OA= OSIRIS ) MR POD •OIOILL WINMAT as"m 10/01/96 10/01/97 OEM • COMMIRC . Offiew WORRY PRODUCTS - OXVW AM CLAW MADE ® ODtlF PBBM. DNA ADP Mum' 3 WMN OM B CONR CCONS PROF DAM OcDu m • ANY AUTO "CANE] mm MTBIMOVIN AUTOS NYO AUTOS NONCAMS) AUTOS UK UAMMRY ANY AM �II W I1 POINT OlIM91 n1AN UN®MA FOIM w000oTM CO POIMMM AO MINIDYOIV uAMBRT TM FROMM nm CaMM® MMMRR LART I • SOOLY NAM ra ' HOMY WUW " adow • PNOPORY ONMOS • ... ■OIRBI ANT OF nO ANOINT MOORS P0000 MR OAMOMUO MOOIIR 7IO TON D omw opomm mu I M OM nO MMMOM OOiANT WEL OONAVOR 70 W0. CITY OF DSNTON erg_ Mn wmnMN mm 70 no MM rrow" NPMmT NNMO YO ME Urr 901-8 TEZU STREET MYT mom 70 OAR MINT N I •HULL MOOMR NO CRUMT°N ON UAMNn DEMON TX 76201 OP Nr OO OOR TMR COVOIT RM AOMM ON IMM7RNOMYAO. 10-02-1996 10 02AM FROM MIDWEST TOWERS 40S 224 462E P 2 10/Ol/06 TUE 12 8E FAX 403 $43 8404 WAUSAU INS COS OHC +++ MIDWEST TOWERS IZ002 Wags= bma-mce c� NWonwido h»wanoe gmrP {oe Cert3.fs.cate of Insurance Thin is to nertify that the irezierm Policies (dacribad below by a poLfay eider) wrliten on fares policy binderof rei� in won by ten h8VO mean �eucared too non dew not in CITYTY warfter. sFabdatandithecoveresfferdedbyawpolicy NAME AND )MILINO ADDRESS OF INaa® ADM OF RECOID IESUING DATE ISabW TO 100196 CITY D< DawoN N301111T TOWS inc ATYN TON 0 $"AV DO so 1465 "1-11 TEXAS 8T CNICKA88A OK 72012 OEMid1 TN 76201 policy POLICY , ee0nless o a -Wasted, this policy effective Date Expiration Date affords full aeverap under the Varters Co, Capensation low of Olt states (except e fttim states where covereW can be provided anly Yorkers 0E 0817 00 OOOf2T 0801 % Ds 01 wr state Funds, and Canada) ww an disty. ended in the POLICY and URBAN Own" for Compensation— part Two (Bpi LIANI ,TT saLos ) (ON asittw$ ow Do Mw w 07 OY 8anorsl Amorogate camwvial Dow I Liability Produeta a ceeMOPe Awropto S ESCLLORD Personal a Adv.rtnain8 Injury $I'm ( ) claim. made (N) Daawrom Products - Completed Each Occurrence $1,000 Operations. < > Included (K) Excluded Fire 0~ LAW one Fire) 5100 Nediaat Expense (Any one Parson) sic Auto Liability 02 7 08 01 96 of 01 IN) All Owed Autos Single Licit $1.000 ECM Accident C ) Speal fled Autos Only (N) Hired Autos (N) Noiwlmwd Autos ljpbr*tLa o0ww as 01 96 Sawa rpa57,000 ppodwots/Ceaups. cps. AwrpKe S BxcLuem of a PO Each owwrrowe $1,000 Parearvl a Advertising Each person $1,000 Retention WICIAL FROy g 0w/L ItAIS/NK)FIED n The City et Denton, P01-g Texan Strac, Dawes, Taxes is listed as an dditioncl insured under policy nwtbar w27-00-000727 An aeple wren" esiK to "*items upon raqu8st from the complay. otheror lasWre company 1Ii It =1 notice SD days baforo the effective date at such pcanaeLlattanf to ten ae�f/eattee ho dertnoted s, the PRODUCER W. IBabING OFFICE REGION e183111w OWANY NO 02. a rtg Rl IfigaRECIf OF WMM11 A NOtust COOpew 4000 011111Nga Qyy VAL. 08 M1wAw UMMMITMB INMIMNM COIPAYY 111. VAUBAO MIRM INSURANCE COMPANY 07. VAVBW GENERAL INaaANCII COIPANY Ot. IIIe18AU LIAIDB� signed Authorim Company Representative BID NUMBER 1929 BID PROPOSALS Page 2 of 2 City of Denton, Texas 901 B Texas St. Purchasing Department Denton, Texas 7=1 ITEM DESCRIPTION OUAN PRICE AMOUNT 1 2 3 REPAIRS TO UNIT FOUR COOLING TOWER Drift Elimmnators per VI. A. Hot Water Basing per VI. B. Not Water Bas3.n Hood per VI. C. 1 Lot 1 Lot 1 Lot S 49, 878. $52,581. $ 2 2, 3 8 0 $ 49 , 8-8 $52,58_ $ 22,38C TOTALS We quote the above f o b delivered to Denton, Texas Shipment can be made in 18 days from receipt of order Terms net130 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 conatitues a contract The completed Bid Proposal must be properly priced, signed and returned P.O. Box 1465 Maanp Ise" Chickasha, OK 73023 MY slate LP (405)224-4622 Midw IT X ♦r V oaten Terry G Ogburn, Sales Manager T\IepMna Me 10-18-1996 6:06PM FROM MIDWEST TOWERS 405 22A 4625 P 7 PERFORMANCE BOND Bond Number CB015918 STATE OF TEXAS $ COUNTY OF DENTON $ KNOW ALL MEN BY THESE PRESENTS: That MIDWEST TOWERS, INC , of the City of CHICKASHA County of GRADY , and State of OKLAHOMA as PRINCIPAL, and National American Insurance Company , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF DENTON as OWNER, in the penal sum of ONE HUNDRED FIFTY ONE THOUSAND FOUR HUNDRED NINETY TWO AND 00/100 - - - - - - - Dollars ($ 151,492 00 ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 20 day of AUGUST 19 96 , for the construction of BID # 1929 - COOLING TOWER RENOVATION which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PE - 1 10-18-1996 6 07PM FROM MIDWEST TOWERS 405 224 4625 P 8 PROVIDED FURTHER, that if any legal action be filled upon this bond, venue shall lie in Denton County, State of Texas. surety, for value received, 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 the plans, specifications, or drawings accompanying the same, shall in any way 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 29th day of October 1996 ' Midwest Towers, Inc Address• P.O. Box 1465 (SEAL) The name and addroVs ,of G 13415 Hedaeapple Dallas, Texas 75243 National American Insurance Company surety n a Title Attorney In Fact Address: Moore, P 0 Box 6327 Ok 73153 (SEAL) Resident Agent of Surety is: NOTE: Date of Bond must not be prior to date of Contract. AAA0184D Rev. 04/05/96 PB - 2 10-18-1996 6 08PM FROM MIDWEST TOWERS 405 224 4625 m PAYNMNT BOND Bond Number CB015918 STATE OF TEXAS S COUNTY OF DENTON $ KNOW ALL MEN BY THESE PRESENTS: That MIDWEST TOWERS, INC of the City of CHICKASHA County of GRADY , and the State of OKLAHOMA as principal, and National American Insurance Company authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF DENTON , OWNER, in the el sum of ONE HUNDRED FIFTY ONE THOUSAND FOUR HUNDRED NINETY EWg ANgS00/10 51,492 00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 20 day of AUGUST 19 96 BID # 1929 - COOLING TOWER RENOVATION to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of the Texas Government Code, Chapter 2253 (Vernon, as currently amended), and all liabilities on this bond shall be determined in accordance with said provisions to the same extent as if they were copied at length herein. PB - 3 10-18-1996 6 08PM FROM MIDWEST TOWERS 405 224 4625 0 Surety, for value received, 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 the plans, specifications, or drawings accompanying the same, shall in any way 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. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 29th day of October 19 96 Midwest Towers, Inc National American Insurance Company Pri pal Surety By Larry J. Brown r Title President Title Attorney In Fact Address: P.O. Box 1465 Chickasha, OK 73023 (SEAL) The name and G Michael Dees 13415 Hedgeapple Dallas, Texas 75243 MA0184D Rev. 04/05/96 Address: P 0 Box 6327 Moore, Ok 73153 (SEAL) ident Agent of Surety is: PB - 4 I NA-nONAL AMERICAN INSURANCE COMPANY POWER OF ATTORNEY OMAHA, NEBRASKA -= PRINCIPAL Midwest Towera, Inc EFFECTIVE DATE 10/29/96 P 0 BOX 1465 Chickasha Oklahoma 73023 (STREET ADDRESSI (CITY) (STATE) ILIP CODE) CONTRACTAMOUNT $151,492 AMOUNTOFBOND$ $151,492 POWER NO CB 015918 KNOW ALL MEN BY THESE PRESENTS That the National American Insurance Company, a L.orporation duly organized under the laws of the State of Nebraska, having its principal office in the city of Chandler Oklahoma pursuant to the following resolution adopted by the Board of Directors of the said Company on the 8th day of July 1987, to wit 'Resolved, that any officer of the Company shall have authority to make execute and deliver a Power of Attorney L.onstituting as Attorney -in -Fact such persons, firms, or corporations as may be selected from time to time Be It Further Resolved that the signature of any officer and the Seal of the Company may be affixed to any such Power of Attorney or any certificate relating thereto by facsimile, and any such Power of Attorney or L ertificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such powers so executed and certified by facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached ' National American Insurance Company do-s hereby make, constitute and appoint LARRY JOHNSON, SANDRA S WALKER, BRENDA COLLINGS OR TOMMY W GREEN State of OKLAHOMA its true and lawful attorney(s)-in-fact with full power and authority hereby conferred in its name place and stead, to sign execute acknowledge and deliver in its behalf, and its act and deed, as follows The obligation of the Company shall not exceed one million ($1,000,000 00) dollars And to bind National American Insurance Company thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officer of the National American Insurance Company, and all the acts of said Attorney(s) pursuant to the authority herein given are hereby ratified and confirmed IN WITNESS WHEREOF, the National American Insurance Company has caused these presents to be signed by any officer of the Company and Its Corporate Seal to be hereto affixed NATIONAL AMERICAN INSURANCE COMPANY x��.N INSUq / PAN `cprOpe, 4hb m ie"u'• A T 0 W Arent Ldrtre Chairman & Chief Execoke Officer rA� t OMAX" NrepAeMp STATE OF OKLAHOMA) SS COUNTY OF LINCOLN ) On this Sth day of July, A D 1997, before me personally came W Brent LaGere, to me known, who being by me duly sworn, did depose and say, that he resides in the County of Lincoln, State of Oklahoma, that he is the Chairman and Chief Executive Officer of the National American Insurance Company, the corporation described in and which executed the above Instrument, that he knows the seal of said cor- poration, that the seal affixed to the said Instrument is such corporate seal, that It was so affixed by order of the Board of Directors of said corporation and that he signed his name, thereto by like order p aOT F9 PUBLIC Notary Public My Commission Expkes August 31 1995 "eaLN C��x STATE OF OKLAHOMA) SS COUNTY OF LINCOLN ) 1, the undersigned, Assistant Secretary of the National American Insurance Company, a Nebraska Corporation, DO HEREBY CER- TIFY that the foregoing and attached POWER OF ATTORNEY remains in full force Signed and Sealed at the City of Chandler "AN INSUq �oiP �Mop"re''LP m n o SEAL Aa �NFaq"ABMN Dated the 29th day of October , 19 96 6/e Winifred E Mendenhall Assistant Secretary