HomeMy WebLinkAbout2006-313ORDINANCE NO.
AN ORDINANCE OF THE CITY OF DENTON AUTHORIZING THE CITY MANAGER OR
HIS DESIGNEE TO EXECUTE A PURCHASE ORDER WITH THE COOPERATIVE
PURCHASING NETWORK (TCPN) FOR THE ACQUISITION OF HVAC AIR -
CONDITIONING UNITS FOR EIGHT CITY OF DENTON FACILITIES BY WAY OF AN
INTERLOCAL AGREEMENT WITH THE CITY OF DENTON; AND PROVIDING AN
EFFECTIVE DATE (FILE 362 1 -INTERLOCAL AGREEMENT FOR PURCHASE OF HVAC
AIR CONDITIONING UNITS WITH TCPN AWARDED TO THE TRANE COMPANY IN;
THE AMOUNT OF $396,440).
WHEREAS, pursuant to Ordinance 2005-033, The Cooperative Purchasing Network
(TCPN) 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 on
behalf of the City of Denton; and
WHEREAS, the Citv Manager or a designated employee has reviewed and recommended µ
that the herein described materials, equipment, supplies, or services can be purchased by the City
through The Cooperative Purchasing Network;(TCPN) programs at less cost than the City would
expend if bidding these items individually; 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, THEREFOR,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS:
SECTION 1. The numbered items in the following numbered file for materials,
equipment, supplies, or services, are hereby approved.
FILE
F
NUMBER VENDOR AMOUNT
3621 TCPN/Tian $396,440
SECTION 2. By the acceptance and approval of the above numbered items set forth in w
a
the referenced file, the City accepts the offer of the persons submitting the bids to the TCPN for
such items and agrees to purchase the materials, equipment, supplies, or services in accordance
with the terms, conditions, specifications, standards, quantities and for the specified sums
contained in the bid documents and related documents filed with the TCPN, and the purchase ,-
orders issued by the City.
SECTION 3. Should the City and persons submitting approved and accepted items set
forth in the attached purchase orders wish to enter into a formal written agreement as a result of
the City's ratification of bids awarded by TCPN, the City Manager or his designated
representative is hereby authorized to execute the written contract; provided that the written
contract is in accordance with the terms, conditions, specifications and standards contained in the
r`
Proposal submitted to TCPN, quantities and specified sums contained in the City's purchase
orders, and related documents herein approved and accepted.
SECTION 4. By the acceptance and'approval of the above enumerated items, the City.
Council hereby authorizes the expenditure of funds therefor in the amount and in accordance
with the approved bids.
SECTION 5. This ordinance shall become effective immediately upon its passage and
approval.
PASSED AND APPROVED this 74 day ofe412006.
PERK . McNEILL, MAYOR
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
APPROVED AS Tq LEGAL FORM:
EDWIN M. SN)ITY ATTORNEY
3-ORD-File 3621
CONTRACT AGREEMENT
STATE OF TEXAS
§ COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 7 day of November A.D., 2006, by and
between City of Denton of the County of Denton and State of Texas, acting through
George C. Campbell thereunto duly authorized so to do,
hereinafter termed "OWNER," and
Trane
1400 Valwood Parkway Suite 100
Carrollton TX 75006
of the City of Carrollton, Texas, County of Dallas and State of Texas hereinafter
termed "CONTRACTOR."
WITNESSETH: That for and in consideration of the payments and agreements hereinafter
mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds
attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete
performance of the work specified below:
File 3621 Acquisition and installation of air conditioning units for eight City of Denton facilities
in the amount of 39$ 6,440 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 and the Performance and Payment Bonds, attached
hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions,
the Notice to Bidders (Advertisement for Bids), and Instructions to Bidders, as referenced herein
and on file in the office of the Purchasing Agent, and in accordance with all local, state and federal
laws; and plans, which includes all maps, plats, blueprints, and other drawings and printed or
written explanatory matter thereof, and the Specifications therefore, as prepared by:
all of which are referenced herein and made a part hereof and collectively evidence and constitute
the entire contract.
CA-1
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 covenants and agrees to and does hereby indemnify, hold harmless and defend, at
its own expense, Owner, its officers, servants and employees, from and against any and all claims or
suits for property loss or damage and/or personal injury, including death, to any and all persons, of
whatsoever kind or character, whether real or asserted, arising out of the Work and services to be
performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees or
invitees, whether or not caused, in whole or in part, by the alleged negligence of the officers,
servants, employees, of the Owner. Contractor likewise covenants and agrees to, and does hereby,
indemnify and hold harmless Owner during the performance of any of the terms and conditions of
this Contract, whether arising out of in whole or in part, any and all alleged acts or omissions of
officers, servants, or employees of Owner. The provisions of this paragraph are solely for the
benefit of the parties hereto and not intended to create or grant any rights, contractual or otherwise,
to any other person or entity.
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:
AO
*NOTE: Subject to your acceptance of Trane
dated 9119106.
ATTEST: nn ^
City of Denton
OWN
BY:
ll V-3
Terms and Conditions(aa`i Aerenced in Trane Proposal
CA-3
Trane, a division of American Standard Inc.
CONTRACTOR
Baron Vogelsberg
Contract Specialist
1400 Valwood Parkway, Suite 100
Carrollton, TX 75006
Local MAILING ADDRESS
(972) 406-3650
Local PHONE NUMBER
(972) 243-1398
FAX NUMBER
BY:
IT
Baron Vogel erg
Contract Specialist ,
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
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 A.M. Best Company rating of at least A.
Any deductibles or self -insured retentions shall be declared in the bid proposal. If
requested by the City, the insurer shall reduce or eliminate such deductibles or
self -insured retentions with respect to the City, its officials, agents, employees and
volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
• Liability policies shall be endorsed to provide the following:
•• Name as additional insured the City of Denton, its Officials, Agents, Employees
and volunteers.
•• That such insurance is primary to any other insurance available to the additional
insured with respect to claims covered under the policy and that this insurance
applies separately to each insured against whom claim is made or suit is brought.
The inclusion of more than one insured shall not operate to increase the insurer's
limit of liability.
All policies shall be endorsed to read:
"SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR
MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN NOTICE
BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE POLICY IS
BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10
DAYS ADVANCE WRITTEN NOTICE IS REQUIRED".
• Should any of the required insurance be provided under a claims -made form, Contractor
shall maintain such coverage continuously throughout the term of this contract and,
without lapse, for a period of three years beyond the contract expiration, such that
occurrences arising during the contract term which give rise to claims made after
expiration of the contract shall be covered.
• Should any of the required insurance be provided under a form of coverage that
includes a general annual aggregate limit providing for claims investigation or legal
defense costs to be included in the general annual aggregate limit, the Contractor shall
either double the occurrence limits or obtain Owners and Contractors Protective
Liability Insurance.
• Should any required insurance lapse during the contract term, requests for payments
originating after such lapse shall not be processed until the City receives satisfactory
evidence of reinstated coverage as required by this contract, effective as of the lapse
date. If insurance is not reinstated, City may, at its sole option, terminate this
agreement effective on the date of the lapse.
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS:
All insurance policies proposed or obtained in satisfaction of this Contract shall additionally
comply with the following marked specifications, and shall be maintained in compliance with these
additional specifications throughout the duration of the Contract, or longer, ifso noted:
[X] A. General Liability Insurance:
General Liability insurance with combined single limits of not less than $ 2,000,000
shall be provided and maintained by the Contractor. The policy shall be written on an
occurrence basis either in a single policy or in a combination of underlying and
umbrella or excess policies.
If the Commercial General Liability form (ISO Form CG 0001 current edition) is used:
Coverage A shall include premises, operations, products, and completed
operations, independent contractors, contractual liability covering this contract
and broad form property damage coverage.
• Coverage B shall include personal injury.
• Coverage C, medical payments, is not required.
If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and
ISO Form GL 0404) is used, it shall include at least:
• Bodily injury and Property Damage Liability for premises, operations,
products and completed operations, independent contractors and property
damage resulting from explosion, collapse or underground (XCLI) exposures.
• Broad form contractual liability (preferably by endorsement) covering this
contract, personal injury liability and broad form property damage liability.
[X] Automobile Liability Insurance:
Contractor shall provide Commercial Automobile Liability insurance with Combined Single
Limits (CSL) of not less than $500,000 either in a single policy or in a combination of
basic and umbrella or excess policies. The policy will include bodily injury and property
damage liability arising out of the operation, maintenance and use of all automobiles and
mobile equipment used in conjunction with this contract.
Satisfaction of the above requirement shall be in the form of a policy endorsement for:
• any auto, or
• all owned, hired and non -owned autos.
[X] Workers Compensation Insurance
Contractor shall purchase and maintain Worker's Compensation insurance which, in addition
to meeting the minimum statutory requirements for issuance of such insurance, has
Employer's Liability limits of at least $100,000 for each accident, $100,000 per each
employee, and a $500,000 policy limit for occupational disease. The City need not be
named as an "Additional Insured" but the insurer shall agree to waive all rights of
subrogation against the City, its officials, agents, employees and volunteers for any work
performed for the City by the Named Insured. For building or construction projects, the
Contractor shall comply with the provisions of Attachment 1 in accordance with §406.096
of the Texas Labor Code and rule 28TAC 110.110 of the Texas Worker's Compensation
Commission (TWCC).
[ ] Owner's and Contractor's Protective Liability Insurance
The Contractor shall obtain, pay for and maintain at all times during the prosecution of the
work under this contract, an Owner's and Contractor's Protective Liability insurance policy
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"occurrence" basis, and the policy shall be issued by the same insurance company that
carries the Contractor's liability insurance. Policy limits will be at least
combined bodily injury and property damage per occurrence with a aggregate.
[ ] . Fire Damage Legal Liability Insurance
Coverage is required if Broad form General Liability is not provided or is unavailable to the
contractor or if a contractor leases or rents a portion of a City building. Limits of not less
than each occurrence are required.
[ ] Professional Liability Insurance
Professional liability insurance with limits not less than per claim with respect to
negligent acts, errors or omissions in connection with professional services is required under
this Agreement.
[ ] Builders' Risk Insurance
Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be
provided. Such policy shall include as "Named Insured" the City of Denton and all
subcontractors as their interests may appear.
[ ] Commercial Crime
Provides coverage for the theft or disappearance of cash or checks, robbery inside/outside
the premises, burglary of the premises, and employee fidelity. The employee fidelity
portion of this coverage should be written on a "blanket" basis to cover all employees,
including new hires. This type insurance should be required if the contractor has access to
City funds. Limits of not less than each occurrence are required.
[ X] Additional Insurance
Contractor shall obtain, pay for and maintain umbrella or excess liability insurance during the
contract term, insuring the Contractor for an amount not less than $5,000,000 per occurrence,
combined limit for bodily injury and property. Said insurance shall follow the form of and apply in
excess of the primary liability insurance policy required above. Additionally, the policy shall
provide "drop down" coverage when the underlying primary insurance coverage limits are
insufficient or exhausted. The City of Denton shall be named as an additional insured.
ATTACHMENT
[X] 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 foodibeverage 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.
C. The Contractor must provide a certificate of coverage to the governmental entity prior
to being awarded the contract.
D. If the coverage period shown on the contractor's current certificate of coverage ends
during the duration of the project, the contractor must, prior to the end of the coverage
period, file a new certificate of coverage with the governmental entity showing that
coverage has been extended.
E. The contractor shall obtain from each person providing services on a project, and
provide to the governmental entity:
(1) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage
for all persons providing services on the project; and
(2) no later than seven days after receipt by the contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project.
F. The contractor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter.
G. The contractor shall notify the governmental entity in writing by certified mail or
personal delivery, within 10 days after the contractor knew or should have known, of
any change that materially affects the provision of coverage of any person providing
services on the project.
H. The contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all persons
providing services on the project that they are required to be covered, and stating how a
person may verify coverage and report lack of coverage.
L The contractor shall contractually require each person with whom it contracts to provide
services on a project, to:
(1) provide coverage, based on proper reporting of classification codes and payroll
amounts and filing of any coverage agreements, which meets the statutory
requirements of Texas Labor Code, Section 401.011(44) for all of its employees
providing services on the project, for the duration of the project;
(2) provide to the contractor, prior to that person beginning work on the project, a
certificate of coverage showing that coverage is being provided for all employees
of the person providing services on the project, for the duration of the project;
(3) provide the contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project;
(4) obtain from each other person with whom it contracts, and provide to the
contractor:
(a) a certificate of coverage, prior to the other person beginning work on the
project; and
(b) a new. certificate of coverage showing extension of coverage, prior to the
end of the coverage period, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project
and for one year thereafter;
(6) notify the governmental entity in writing by certified mail or personal delivery,
within 10 days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on
the project; and
(7) contractually require each person with whom it contracts, to perform as required
by paragraphs (1) - (7), with the certificates of coverage to be provided to the
person for whom they are providing services.
J. By signing this contract or providing or causing to be provided a certificate of coverage,
the contractor is representing to the governmental entity that all employees of the
contractor who will provide services on the project will be covered by workers'
compensation coverage for the duration of the project, that the coverage will be based
on proper reporting of classification codes and payroll amounts, and that all coverage
agreements will be filed with the appropriate insurance carrier or, in the case of a 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.
MAME0 TCPN TCPN
Proposal The Cooperative Purchasing Network
Prepared For: Date: 9-19-05
Customer Name: Dean Hartley — City of Denton
TCPN Customer Number. 02-10539 TCPN Proposal Number: 02-10539-06-001
CRM #: 323130
Job Name: City of Denton 2006 Capital
Campaign
Delivery Terms:
Freight Allowed and Prepaid
A Trane Design / Build Project
Payment Terms:
Net 30 Days: 1%discount it paid Win 10 days
Trane is pleased to provide the following turnkey proposal for your review and execution based on
TCPN pricing guidelines and the available information.
Scope of Work:
Fire No. 5:
• Labor and material to change out three existing split systems to include:
✓
City: 3 Tag(s): (2)3 Ton, 5 Ton
✓
Split System Cooling Outdoor Unit 13 SEER
✓
Nominal Cooling Capacity
✓
200 - 230 Volt 1 Phase 60 Hertz
✓
80% AFUE gas furnace
✓
115/1/60
✓
Evaporator coil
✓
Programmable thermostat
✓
Head pressure control
✓
Crankcase heater kit
Fire No. 6
• Labor and material to change out three existing split systems to include:
✓
Qty: 3 Tag(s): 3 Ton, 2.6 Ton, 5 Ton
✓
Split System Cooling Outdoor Unit 13 SEER
✓
Nominal Cooling Capacity
✓
200 - 230 Volt 1 Phase 60 Hertz (5 ton is 208/3)
✓
Furnace unit — 80% AFUE
✓
Heating input BTUH
✓
115 VoIV1 phase/60 hertz
✓
Cased cooling only coil
✓
TXV-Non bleed
✓
Programmable thermostat
✓
Evaporator defrost control
✓
Crankcase heater kit
Senior Center
• Labor and material to change out the rooftop units to include:
✓ Qty: 5 Tag(s): (2)15 Ton, (2)20 Ton, 3 Ton
✓ Crane and Rigging Charges
Denia
✓ Standard packaged gastelectric rooftop unit
✓ Nominal cooling & heating capacity
✓ 208/3/60 power supply
✓ Economizer with barometric relief
✓ Condenser coil hail guard
✓ Adapter Curbs
✓ Enviromatic Control System Installation
Labor and material to change out the rooftop units to include:
✓ Qty: 5 Tag(s): 25 Ton, (4)7.5 Ton
✓ Crane and Rigging Charges
✓ Standard packaged gas/electric rooftop unit
✓ Nominal cooling & heating capacity
✓ 208/3/60 power supply
✓ Economizer with barometric relief
✓ Condenser coil hail guard
✓ Adapter Curbs
✓ Disconnection and reconnection of misting TAC control system
North Lakes
• Labor and material to change out the rooftop units to include:
✓
Qty: 5 Tag(s): 25 Ton, (4)7.5 Ton
✓
Crane and Rigging Charges
✓
Standard packaged gaslelectric rooftop unit
✓
Nominal cooling & heating capacity
✓
208/3/60 power supply
✓
Economizer with barometric relief
✓
Condenser coil hail guard
✓
Adapter Curbs
✓
Disconnection and reconnection of exsting TAC control system
Goldfield
• Labor and material to change out three existing split systems to include:
✓
My: 2 Tag(s): (2)3 Ton
✓
Split System Cooling Outdoor Unit 13 SEER
✓
Nominal Cooling Capacity
✓
200 - 230 Volt 1 Phase 60 Hertz
✓
AHU fully convertible
✓
Non -bleed TXV
✓
200-230/1/60
✓
Programmable thermostat
✓
Head pressure control
✓
Crankcase heater kit
✓
Electric Heater
American Legion
• Labor and material to change out three existing split systems to include:
✓
Qty: 2 Tag(s): 2.5 Ton, 5 Ton
✓
Split System Cooling Outdoor Unit 13 SEER
✓
Nominal Cooling Capacity
✓
200 — 230 Volt 1 Phase 60 Hertz
✓
80% AFUE gas furnace
✓
115/1/60
✓
Evaporator coil
✓ Programmable thermostat
✓ Head pressure control
✓ Crankcase heater kit
EFLB
• Labor and material to change out the rooftop units to include:
✓
Qty: 1 Tag(s): 25 Ton
✓
Crane and Rigging Charges
✓
Standard packaged gas/electric rooftop unit
✓
Nominal cooling & heating capacity
✓
208/3/60 power supply
✓-
Economizer with barometric relief
✓
Condenser coil hail guard
✓
Ductwork replacement to the building
✓
Disconnection and reconnection of existing TAC control system
The Cooperative Purchasing Network
Pre-arranged/Pre-approved Total Price (excluding taxes)....... $ 396,440.00
Exclusionts) / Clarification(s):
• Project Management coordination is included
• Factory Startup is included
• One year parts and labor warranty on entire installation is included
• No contingency has been carried in our proposal
• Permitting Costs are not included
• Disconnection and reconnection of existing life safety system only. Trane has not included V party
verification and or validation
• All work to be performed during normal working hours
• While all work performed by Trane will meet all state & local codes, Trane cannot be held responsible
for existing code violations (if any). There correction repair and or upgrade is not included.
NOTE: PLEASE SEND ALL PURCHASE ORDERS TO:
Attn: Joe Lucash— National Account Executive
Fax 972-243-1398
Trane appreciates the opportunity to be of service to the City of Denton. If there are any questions concerning
this or any other matters, please call.
Sincerely,
Joe Lucash & Brain Smith
National Account Executive
1400 Vatwood Parkway, Suite 100
Carrollton, TX 75006
Phone: (972)406-3650
Fax: (972)243.1398
PAYMENT BOND
STATE OF TEXAS
COUNTY OF DENTON
Bond No. DBG295401
KNOW ALL MEN BY THESE PRESENTS: That Trane whose
address is 1400 Valwood Parkway Suite.100 Carrollton TX 75006 , hereinafter called Principal,
NaopaofoPittsburgh. !
and National
IA%, a corporation organized and existing under the
laws of the State of PA , and fully authorized to transact business in the State of
Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation
organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all
persons, firms, and corporations who may furnish materials for, or perform labor upon, the building
or improvements hereinafter referred to, -in the penal sum of Three Hundred Ninety Six Thousand
Four Hundred Forty Four and 0/100q)6LLARS ($ 396,440 m lawful money of the United States,
to be paid in Denton, County, Texas, for the payment of which sum well and truly to be made, we
hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and
severally, firmly by these presents. This Bond shall automatically be increased by the amount of
any Change Order or Supplemental Agreement which increases the Contract price, but in no event
shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the
penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 2006-313 , with the City of
Denton, the Owner, dated the 7 day of November A.D. 2006✓, a copy of which is hereto
attached and made a part hereof, for File 3621 Acquisition and Installation of Air Conditioning
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and
make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying
labor and/or material in the prosecution of the Work provided for in said Contract and any and all
duly authorized modifications of said Contract that may hereafter be made, notice of which
modifications to the Surety being hereby expressly waived, then this obligation shall be void;
otherwise it shall remain in full force and effect.
PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall
lie in Denton County, Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and
agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the
Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the
same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any
such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to
be performed thereunder, or to the Plans, Specifications, Drawings, etc.
'e t
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government
Code, as amended, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on whom
service of process may be had in matters arising out of such surety, as provided by Article 7.19-1 of
the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed incopies, each one of which shall
be deemed an original, this the 7rh day of Nnvemhar , 2006
ATTEST:
BY:
5,A9V/T/#M Witness
ATTEST:
4,
BY: 1
Cynt a Farrell, Attorney -in -fact
Trane, a division of.,American Standard Inc.
BY:
EItFiSILY»DQ7I/ n elsberg
Contract -Specialist
SURETY : National Union Fire 'Insurance
Company of Pittsburgh, PA
BY: /
ATTORNEY -IN -FACT
Debra A. Deming
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and senice of the
process is:
NAME: AON Risk Services of Texas, Inc.
STREET ADDRESS: 1330 Post Oak Boulevard, Suite 900, Houston, T% 77056
(NOTE: Date of Payment Bond must be date of Contract. If Resident Agent is not a corporation,
give a person's name)
W..
0 %F P_'j F A.:,
;z
�0 p .... ..... .. .......
P0WER'0F:ATT0RNEV-.'.' ... ...... .....
��..,STATE OENEW N
COUNTY OFNJENN
a thi s , 2 n . d d a y oj
officer ofAmmican He
Insurance Company of
Individuals and officer d
foreping nas"crit an
authority f, III office.
01rity 0- -s
T p j CF
Exerpls of Resolutioris
p A: on May 18, 1976:
"RESOLVED,, that da
and act for and onbenal
thereof and t I o .. attach th
.. .. ......
�w certificate r65tinthefic
binding upon tfie Comp
... nature.theTe0f;
MESOLVED, that an
cerh ication.the date tht
N E.,
I, Elizabeth M. Tuck7.S,
of n
Arricrican Horne Assunarice Company of National Union Fire Insurance Company of Pittsburgh Pk d6 hcreby certify
.- I . - 1 Z.— I --- .: - -- 1.- -1 1. - I ..-I -1- ..
National Union Fire Insurance Company
of Pittsburgh, Pa.
Executive Offices
70 Pine Street
New York, NY 10270
STATUTORY
FINANCIAL STATEMENT
as of DECEMBER 31, 2005
Assets
Liabilities
Bonds ....................................................
$ 10,806,318.683 Reserve for Losses and Loss Expense..
$ 11,939,929.981
Stocks ....................................................
8.556.125,371 Reserve for Unearned Premiums..........
4,291.223,545
Collateral Loans ........................................
- Reserve for Expenses, Taxes,
Cash & Short -Term Investments... ................
219,566,751 Licenses and Fees.......................
120205,247
Agents' Balances or Uncollected Premiums....
705,460,544 Provision for Reinsurance ...................
201.761.032
Funds Held by Ceding Reinsurers .................
25,025,674 Funds Held Under Reinsurance
Reinsurance Recoverable on Loss Payments..
419,911,311 Treaties ......................................
267,739,649
Equities & Deposits in Pools & Associations..
609,771.878 Other Liabilities. ..... ...... ..............
3.399,419,369
Other Admitted Assets........... _...................
5,925 092 D52 Capital Stock...................:... I...........
4.478.750
Surplus ...........................................
8,042,514,691
TOTAL ASSETS .......................................
$ 28,267272,264 TOTAL POLICYHOLDERS'
SURPLUS ....................................
8,046,993,441
TOTAL LIABILITIES AND
POLICYHOLDERS' SURPLUS ......... $ 28,261,272.264
Bonds and stocks are valued in accordance with the basis adopted by the National Association of Insurance Commissioners. Securities
carried at $ 1,505,901,551 in the above statement are deposited as required by law or othenvise pledged.
CERTIFICATE
John W. Keogh, President, and Richard T. Pisano, Comptroller, of National Union Fire Insurance Company of
Pittsburgh, Pa. being duly sworn, each for himself deposes and says that they are the above described officers
of the said Company and that on the 31 st day of December, 2005, the Company actually possessed the assets
set forth in the foregoing statement and that such assets were available for the payment of losses and claims
and held for the protection of its policyholders and creditors, except as hereinbefore Indicated, and that the
foregoing statement is a correct exhibit of such assets and liabilities of said Company on the 31 st day of
December, 2005, according to the best of their information, knowledge and belief respectively.
President / y i f R
STATE OF NEW YORK
COUNTY OF NEW YORK
On this oday of March, 2006. before me came the above named
officers of National Union Fire Insurance Company of Pittsburgh,
Pa. to me known to be the individuals and officers described herein,
and acknowledged that they executed the foregoing instrument and
affixed the seal of said corporation thereto by authority of their
office.
31079 (3103) WINCENT J, PATALAf4u
P4WIO, Elite of Now Ye*
Andmw in New Yo* ComY
�rf.da 6a4iree Oetobar it 'Part
C�j
POLICYHOLDER NOTICE
Thank you for purchasing insurance from a member company of American International
Group, Inc. (AIG). The AIG member companies generally pay compensation to brokers
and independent agents, and may have paid compensation in connection with your policy.
You can review and obtain information about the nature and range of compensation paid
by AIG member companies to brokers and independent agents in the United States by
visiting our website at www.aigproducercompensation.com or by calling AIG at 1-800-
706-3102.
PERFORMANCE BOND
STATE OF TEXAS § BOND NO. DBG295401
COUNTY OF DENTON §
KNOW ALL MEN BY THESE PRESENTS: That Trane i� whose
address is 1400 Valwood Parkwa Suite 100 Carrollton TX 75006hereinafter called
Principal, and a Iona neon ire nsurance a corporation organized and existing
under the laws of the State of PA 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 Three Hundred Ninety Six Thousand Four Hundred Forty and 0/100 DOLLARS ( 396 440
plus ten percent of the stated penal sum as an additional sum of money representing additional court
expenses, attorneys' fees, and liquidated damages arising out of or connected with the below
identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for
the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs,
executors, administrators, successors, and assigns, jointly and severally, firmly by these presents.
This Bond shall automatically be increased by the amount of any Change Order or Supplemental
Agreement, which increases the Contract price, but in no event shall a Change Order or
Supplemental Agreement, which reduces the Contract price, decrease the penal sum of this Bond.
THE OBLIGATION TO PAY SAME is conditioned as follows: Whereas, the Principal
entered into a certain Contract, identified by Ordinance Number 2006�313 with the City of
Denton, the Owner, dated the 7 day of November A.D. 2006 ✓, a copy of which is hereto
attached and made a part hereof, for File 3621 Acquisition and Installation of Air conditioning
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all
of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance
with the Plans, Specifications and Contract Documents during the original term thereof and any
extension thereof which may be granted by the Owner, with or without notice to the Surety, and
during the life of any guaranty or warranty required under this Contract, and shall also well and
truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any
and all duly authorized modifications of said Contract that may hereafter be made, notice of which
modifications to the Surety being hereby waived; and, if the Principal shall repair and/or replace all
defects due to faulty materials and workmanship that appear within a period of one (1) year from
the date of final completion and final acceptance of the Work by the Owner; and, if the Principal
shall fully indemnify and save harmless the Owner from all costs and damages which Owner may
suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay
and expense which the Owner may incur in making good any default or deficiency, then this
obligation shall be void; otherwise, it shall remain in full force and effect.
Mml
PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue
shall lie in Denton County, State of Texas.
AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and
agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the
Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the
same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any
such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to
be performed thereunder, or to the Plans, Specifications, Drawings, etc.
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government
Code, as amended, and any other applicable statutes of the State of Texas.
The undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Denton County to whom any requisite notices may be delivered and on whom
service of process may be had in matters arising out of such suretyship, as provided by Article 7.19-
1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas.
IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall
be deemed an original, this the 7th day of November , 2006 ✓
ATTEST: PRINCIPAL
Trane, a division of American Standard Inc.
BY:
Witness BY:
0 oge sberg
Con pecialist
ATTEST: SURETY : National Union Fife insurance
Company of _Pittsburgh, PA
BY:
thia Farrell, Attorney —in —fact
BY: WL01
ATTORNEY -IN -FACT
Debra A. Deming
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of me
process is:
NAME: AON Risk Services of Texas. Inc.
STREET ADDRESS: 1330 Post Oak Boulevard, Suite 900, Houston Tx 77056
(NOTE: Date of Performance Bond must be date of Contract. If Resident Agent is not a corporation, give a
person's name.)
MUM
��
5
arid'affixed
k2 do hereby certify
pp nt thereto aie [rue
Yoff�fodecn ,7N
Secretary.•, y
r*t{
': .FRS
National Union Fire Insurance Company
of Pittsburgh, Pa.
Executive Offices
70 Pine Street
New York, NY 10270
STATUTORY
FINANCIAL STATEMENT
as of DECEMBER 31, 2005
Assets
Liabilities
Bonds ....................................................
$ 10,806,318,683
Reserve for Losses and Loss Expense..
$ 11,939,929,981
Stocks ....................................................
8.556.126,371
Reserve for Unearned Premiums..........
4.291.223,545
Collateral Loans ........................................
-
Reserve for Expenses, Taxes,
Cash & Short -Term Investments ...................
219.566,751
Licenses and Fees.......................
120,205,247
Agents' Balances or Uncollected Premiums....
705,460.544
Provlslon for Reinsurance ...................
201.761,032
Funds Held by Ceding Reinsurers .................
25,025.674
Funds Held Under Reinsurance
Reinsurance Recoverable on Loss Payments..
419,911,311
Treaties ......................................
267,739,649
Equities & Deposits in Pools & Associations-
609.771.878
Other Liabilities, ..... .........................
3,399.419,369
Other Admitted Assets ................................
5.925.092 052
Capital Stock...................... _...........
4,478.750
Surplus ...........................................
8,042.514,691
TOTAL ASSETS .......................................
$ 28.267,272,264
TOTAL POLICYHOLDERS'
SURPLUS .................................. ..
8,046,993,441
TOTAL LIABILITIES AND
POLICYHOLDERS' SURPLUS ......... $ 28,267,272.264
Bonds and stocks are valued in accordance with the basis adopted by the National Associalion of Insurance Commissioners. Securities
carried at S 1,505,901,551 in the above statement are deposited as required by law 0r otherwise pledged.
CERTIFICATE
John W. Keogh, President, and Richard T. Pisano, Comptroller, of National Union Fire Insurance Company of
Pittsburgh, Pa. being duly sworn, each for himself deposes and says that they are the above described officers
of the said Company and that on the 31 st day of December, 2005, the Company actually possessed the assets
set forth in the foregoing statement and that such assets were available for the payment of losses and claims
and held for the protection of its policyholders and creditors, except as hereinbefore indicated, and that the
foregoing statement is a correct exhibit of such assets and liabilities of said Company on the 31 st day of
December, 2005, according to the best of their information, knowledge and belief respectively.
President / I/ '—.01
STATE OF NEW YORK
COUNTY OF NEW YORK
On this3oday of March, 2006, before me came the above named
officers of National Union Fire Insurance Company of Pittsburgh,
Pa. to me known to be the individuals and officers described herein,
and acknowledged that they executed the foregoing instrument and
affixed the seal of said corp01`88011 literate by authority of their
office.
Y1t1tRc� � hb.TaJl.no
31079 (3103) *INCENTl. PATALANtu
Fblb. ):rate of New Malt
Na.31.087427
Qvidw" in New Ya* coultilly
0"'ltl0Blpolq Omober IS I"
cm
POLICYHOLDER NOTICE
Thank you for purchasing insurance from a member company of American International
Group, Inc. (AIG). The AIG member companies generally pay compensation to brokers
and independent agents, and may have paid compensation in connection with your policy.
You can review and obtain information about the nature and range of compensation paid
by AIG member companies to brokers and independent agents in the United States by
visiting our website at www.aigproducercomponsation.com or by calling AIG at 1-800-
706-3102.
TIRCICTWGE._
`
_w
:s rir BR
RTGEUME63538
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS
Willis North America, Inc.
Regional Carl Center
UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE POLICY. THIS
CERTIFICATE ODES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
POLICIES DESCRIBED HEREIN.
26 Century Blvd.
COMPANIES AFFORDING COVERAGE
PO Box 305191
COMPANY A: American Home Assurance Company
COMPANY B: National Union Fire Insurance Company of Pittsburgh, PA
Nashville, TN 37230-5191 ^
p `
INSURED
-r
COMPANY C: St. Paul Fire and Marine Insurance Company
ATTN: FINANCIAL MANAGER
American Standard Inc. dba Trane✓
d Parkway, Ste 100, (P.O. Box 814609 ;Dallas, TX 75381-4609;
1400 , Texas
Dallas, Texas 75234
COMPANY D: The Charter Oak Fire Insurance Company
COMPANY E: The Travelers Indemnity Company of America
COMPANY F: Travelers Property Casualty Company of America
P rty Y P Y
COMPANY G. Zurich American Insurance Company
United Stales
Telephone 972-919-2314 --
!®LOVER%iGE5'.., -§`xt-..-
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REOUIRMENTS, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE
AFFORDED BY THE POLICIES LISTED HEREIN 15 SUBJECT TO ALL THE TERMS, CONDITIONS AND EXCLUSIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
CO
LTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE (MWDD IYY)
POLICY EXPIRATION
DATE IMM/OD/YY)
LIMITS
Al
GENERAL
LIABILITY
GL7217184 ✓
4/1/2006
4/1/2007
GENERAL AGGREGATE
$5,000.000.00
COMMERCIAL GENERAL LIABILITY
X
PRODUCTS - COMPIOP AGE
$12,000.000.00
CLAIMS MADE OCCUR
X❑
PERSONAL BADV INJURY
$2,000,000.00
EACH OCCURRENCE
$2,000,000.00
OWNER'S 3 CONTRACTOR'S PROT
FIRE DAMAGE (Any one fire)
$2,000,000.00
MED ESP (Any one person)
$25,000.00
F
AUTOMOBILE
LIABILITY X/
ANYAUTo ✓
TC2JCAP-1 64TB81 1 -00�
4/l/2006
4/1/200
COMBINED SINGLE LIMIT
$5,000,000.00
X
ALLOWED AUTOS
BODILY INJURY (Per person)
SCHEDULED AUTOS
HIRED AUTOS
BODILY INJURY (Per acdEenl)
NON -OWNED AUTOS
PROPERTY DAMAGE
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
ANY AUTO
OTHER THAN AUTO ONLY
EACH ACCIDENT
AGGREGATE
-
B
EXCESS LIABILITY
BE 4485290
4/1/2006
4/1/2007
EACH OCCURRENCE
$5,000.000.00
�( UMBRELLA FORM
AGGREGATE
$5,000,000.00
OTHER THAN UMBRELLA FORM
E
D
P
F
WORKERS COMPENSATION AND
EMPLOYERs'LMeIUTY
THE PARTNESIEXEPROPRIETORS
TIVE INCL
OFFICERS
OFFICERS ARE: EXCL
TC2HUB-218T1417-06
TC2GUB-204T6834-06✓
TWXJUB-266T5633-06
TRJUB-169T4514-06
4/l/2006
4/l/2006
4/1/2006
4/l/2006
4/1/2007
4/1/2007
4/i/2007
4/1/2007
_7TATDTORY
R.
y .._
E EACH ACCIDENT
$ 2,000,000.00
EL DISEASE -POLICY LIMIT
$2,000,000.00
EL DISEASE -EACH EMPLOYE[
$2,000,000.00
OTHER Z3
W U"N
lit
DESCRIPTION OF OtWTIONSILQ ATIONSNEHICLESISPECbA ITEMS (LIMITS MAY BE SUBJECT TO DEDUCTIBLES OR RETENTIONS)
ZE
Please sgK pagafor addiitdnal information.
J
;CERTIF.FWITEIL'DER, .�"" "., .. , . "'CANCELL'ATIONF
CCity
Of ton, ibOKCIaIID—Agents, Employees and Volunteers
215 EasMACKI Street
Denton Ki 1,
SHOULD MY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED BEFDNE THE E%PIMTION GATE THEREOF,
THE INSURER AFFORDING COVERAGE WILL ENDEAVOR TO MAIL W L: S WRITTENNOTICETO THE CERTIFICATE
HOLDER NAMED HEREIN, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LABLITY OF AN
KIND UPON THE INSURER AFFORDING COVERAGE. ITS AGENTS OR REPRESENTATIVES.
TX
76201
Willis NoM America, Inc.
BY: Kevin Houston r_
i
i/