Loading...
HomeMy WebLinkAbout2000-367ORDINANCE NO O-,V1 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR THE PURCHASE OF TWO POWER TRANSFORMERS, REJECTION OF CERTAIN BIDS NOT MEETING SPECIFICATIONS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING AN EFFECTIVE DATE (BID 2557-POWER TRANSFORMERS AWARDED TO WAUKESHA ELECTRIC SYSTEMS IN THE AMOUNT OF $466,200 EACH OR $932,400 FOR TWO) 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 hereby finds that the bids submitted by Sunbelt, Utiliserve IA, Utiliserve 2A, and Kuhlman Electric do not meet specifications, are not responsive, and are therefore hereby rejected, and WHEREAS, the City Council has provided in the City Budget for the appropriation of funds to be used for the purchase of the materials, equipment, supplies or services approved and accepted herein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the numbered items in the following numbered bids for materials, equipment, supplies, or services, shown in the 'Bid Proposals" on file in the office of the City Purchasing Agent, are hereby accepted and approved as being the lowest responsible bids for such items BID ITEM NUMBER NO VENDOR AMOUNT 2557 ALL Waukesha Electric Systems $ 932,400 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 S CTION III That should the City and persons submitting approved and accepted items and of the submitted bids wish to enter into a formal written agreement as a result of the acceptance, approval,i 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 ACTION 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 S_,ECTION V The findings and recitations in the preamble of this ordinance are substantative and are hereby incorporated into the body of this ordinance SECTION VI That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this .3Ai day of 2000 ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY BYI Bid 2557 Power SUpply UKUINANCh 9-UU Page 2 EULINE BROCK, MAYOR ATTACHMENT 1 Power Transformer Evaluation Sheet BID 8 26E7 BID NAME 16 MVA 3 PHASE POWER TRANSFORMER BID OPEN Evaluation by Daniel Scott • Superintendent System Operations Cost Evaluation Summary Table MANUFACTURE OR VENDOR Base Pries Una ii Base Pdce Una 02 Short Circuit Test Warranty Requirements Multiple Shipmems $1 500 Adder Delivery Location 10% per Transformer Manufacture a Field Service Generator Adder FRAMIT Tom BM Cost (Up Front Dollars) Energy Losses Cost per Transformer Energy Losses Cost Par Bid Total Evaluate cost Evaluation Factors Warranty powd Field assembly mquiromente Cerlay Losses marence Tamp Certify no load Iowa, kw Certify bad Losses kw Total bases kw C 15 MVA Total cooling requirements kw Impedance in % at 15 MVA Reactive Compensation Cost Guaranteed date of delivery Regulation Max 75%at 2PF lag Average Sound Level Core and Colo (Weights In Pounds) Tank & Fittings (Weight in pounds) Oil (Weight in Pounds) Total Weight In Pounds Expernm List Manuals Tank Construction Load Tap Changer Load Tap Changer height Max W Vapor Phase Dryoul Process Power Factor 0 5% or < Automate Oil Filtration Sylem Vowing Pats on LTC Inoon Model 12508 Position Monba Barrington Comilant TTM System 3 Shod Chouk Requirements ISO 9001 Certificate WAUKESHA Sunbelt WESCO $488,200 00 $399,685 00 $446 410 00 $488 200 00 $39E 886 00 $446 410 00 WA WA WA $24.000 00 $89 282 00 i $300000 $932A00 00 $023,770 00 $985.102 00 $263855 $308,9W $275745 $52731000 $613,80000 $55149000 S11Adm,71000 $1 A37,57000 $1.536,59200 WAUKESHA sunbelt WESCO Syre Syre 5ym Yes Yee Yea 85C 75C 75C 1510 2450 1620 41W 4150 4310 5670 6600 5930 18 18 12 7 66 7 $26,250 00 484i2 Wks Compliance 7W4175 dB 56 010 34,950 42,000 132 980 Compliance Compliance Compliance Compliance UZD Compilers Compliance Compliance Compliance Compiler" Compliance Compliance Compliance Compliance $24.750 OD 15D Days Compiler" 72/74175 dB 00000 500W 37 750 147 750 NonComptianco Compliance Non -Compliance NomCompllance UZE co0piler" NonZomplbnce Compliance NonCanpliance NonConpdlence Compliance Compliance Compliance Compliance $26 250 00 3537 Wks Compliance 72t74175 dS 7 7 138 000 Compliance Compliance Non- Compliance Nort Compliance UZE Compliance Non- Compliance Comphance Compliance Compliance Compliance Compliance Compliance Compliance Udliserve 1A Utiliserve 2A $452 000 00 $432 ODD 00 $452 000 00 $432 ODD 00 WA WA $300000 $300000 $907,00000 $867,00000 $267375 $275745 $534 750 00 $551 490 00 $1 A41,75000 $1 A19A9000 Utiliserve 1A UBtlearvs 2A 5 yrs Yee 75C 1560 4200 5750 15 78 $29 250 00 238 Days Compliance 72174/75 dB 64 820 40 340 57100 165 390 Compliance Non -Compliance Compliance Non-Complience IIZE Nan-ComWlence Compliance Compliance Compliance Compliance Compliance Compliance Compliance Compliance S ym Yea 75C 1530 4400 5930 3 78 $29 250 00 239 Days Compliance 72174175 dS 56,BW 33,950 46AM 140,110 Non-0Cwpfianm Non -Compliance Compliance Non -Compliance Roinhauwn No n-Cemplience Canpllence Compliance Co mplhnes Compliance Compliance Compliance Compliance Compliance KUHLMAN ELECTRIC $456 456 00 $456 456 00 WA $500 00 S913AI2 00 $311 384 $622 728 00 $1,536,14000 KUHLMAN ELECTRIC 5ym Yw 75C 1344 5352 0696 4 73 $27 375 00 80,64 Wks Compliance 72t74t75 dB 43 500 27100 40,500 1109W Compliance NonZompience Non-Compibnce Non -Compliance Ralnhmusen NomComplonce Non40ompilancs Complwre Non -Compliance Compliance Non -Compliance Compliance Compliance Non-Compldence CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 3 day of October A D , 2000, by and between City of Denton of the County of DENTON and State of Texas, acting through Michael W Jez thereunto duly authorized so to do, hereinafter termed "OWNER," and Waukesha Electric Systems 400 S Prairie Ave Waukesha, WI 53186 of the City of Waukesha , County of Waukesha and State of Wisconsin , hereinafter termed "CONTRACTOR " WITNESSETH That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below BID #2557 - Power Transformers in the amount of $932,400 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 the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, CA-1 and the Specifications therefore, as prepared by City of Denton Electric Engineering Department all of which are referenced herein and 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 tune 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 Weber APPROVED AS TO CA-3 (JISAL) Waukesha Electric Systems CONTRACTOR 400 S Prairie Avenue Waukesha, WI 53186 MAILING ADDRESS (262) 547-0121 PHONE NUMBER (262) 521-0190 FAX NUMBER BYp�6 i,sx�i Y Ee O TITLE Manager, Marketing & Sales Support Robert W Baldus PRINTED NAME (SEAL) PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That Waukesha Electric Systems whose address is 400 S Prairie Ave , Waukesha, WI 53186 hereinafter called Principal, and a corporation organized and existing under the laws of the State of and fully authorized to transact business to 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 Nine Hundred Thirty Two Thousand Four Hundred and no/100 DOLLARS ($ 932,400) 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 2000-367, with the City of Denton, the Owner, dated the 3 day of October A D 2000 , a copy of which is hereto attached and made a part hereof, for BID #2557 - Power Transformer 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 reunburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void, otherwise, it shall remain in full force and effect PB-1 PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc , accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc This Bond is given 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 3 day of October 2000 ATTEST PRINCIPAL BY SECRETARY ATTEST BY BY PRESIDENT SURETY BY ATTORNEY -IN -FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME STREET ADDRESS (NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a person's name ) PB-2 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That Waukesha Electric Systems whose address is 400 S Prairie Ave Waukesha WI 53186 hereinafter called Principal, and a corporation organized and existing under the laws of the State of 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 Nine Hundred Thirty Two Thousand Four Hundred no/100 -- DOLLARS ($932,400) 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 2000-367, with the City of Denton, the Owner, dated the 3 day of October A D 2000 , a copy of which is hereto attached and made a part hereof, for BID #2557 - Power Transformer 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 PB-3 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 3 day of October 2000 ATTEST PRINCIPAL BY SECRETARY ATTEST BY BY PRESIDENT SURETY BY ATTORNEY -IN -FACT The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME STREET ADDRESS (NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a corporation, give a person's name ) 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 disqual fed 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 (CIT19 EXCEPT WHEN THE POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN WHICH CASE 10 DAYSADVANCE WRITTENNOTICE 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, tf so noted [X] A General Liability Insurance - General Liability insurance with combined single limits of not less than $1,000,000 shall be provided and maintained by the Contractor The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies If the Commercial General Liability form (ISO Form CG 0001 current edition) is used • Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverage • Coverage B shall include personal injury • Coverage C, medical payments, is not required If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall include at least • Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability [X] Automobile Liability Insurance Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $1,000,000 either in a single policy or in a combination of basic and umbrella or excess policies The policy will include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used in conjunction with this contract Satisfaction of the above requirement shall be in the form of a policy endorsement for • any auto, or • all owned, hired and non -owned autos [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 sgbrogation 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 [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications ATTACHMENT [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 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 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 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 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 Bid 2557 POWER TRANSFORMERCONTRACT & BOND & INS — 10 2000 Bid Number 25$7 BID PROPOSAL ADDENDUM # 1 City of Denton, Texas 901 A Texas St Purchasing Department Denton, Texas 76201 IRA 1 Power, Transformer 15/20/25 MVA, 138 kV Delta.13 2 kV Wye with 2 $Ifil Z0 $ r47- 4 660 Load Tap Changer Delivery July - August2001 IA Power Transformer (same as above) Prices held firm for one year 2 I $ 6 2eo,�o I $ 2 fco, on We quote the above f cl delivered to Denton, Terms Shipment can be made in days from receipt of order Terms nel 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 constitutes a contract The complete Did Proposal must be properly priced, signed and returned 400 S, PjdF}IQ16 4VE, E&il S719%ri ll Mailing Address Bidder/Company wAuKC:5*? w 1 City State Zip Signature (a2-547-o12r 2(.2-5sil 0/90 Telephone Pax Number l UGe C,l'liwl E,e PrintlType Name &PPL 1 rl/j -J CA) Tide Bond No: 929166113 PERFORMANCE BOND STATE OF TEXAS COUNTY OF DENTON 4 KNOW ALL MEN BY THESE PRESENTS That Wa bsba Electric $yetems whose address is 400 A. Prairie Ave Wffiftsha. WI 53186 hereinafter called Principal, and National Fire Insurance Company of Hartford , a corporation organized and existing under the laws of the State of Connecticut , and My authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of Nine Hundred Thirty Two Thousand Four Hundred and no/100 DOLLARS ($ 932,400) plus ten percent of the stated penal sum as an additional stint 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 evert shall a Change Order or Supplemental Agreement witch 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, uleatified by Ordinance Number 2000-367, with the City of Denton, the Owner, dated the. 3 day of October A.D 2000 , a copy of which is hereto attached and made a part hereof, for BID #Z57 - Power Transformer, 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 PS - 1 PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas. AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of tune, alteration or addition to the terms of the Contract, or to the Work to be perforated thereunder, or to the Plans, Specifications, Drawings, etc., accompanying the earns, 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 bad iff matters arising out of such suretyslup, as provided by Article 7.19-1 of the Insurance Code, Vornon'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 3 day of October ,_2WO FX0*44 Waukesha Elect is Systems BY. ss 1-L SECRETARY BY V cc. P XAcTE9t7R. Countersigned SURETK/ National Fire Insurance Company of Hartford B__ O=PAA A Q� LaLa r Waldie, Texas Resident BY. Agent ATTORNEY -IN -FACT Ronda L. Pekel The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is - NAME: Marsh USA Inc. STREET ADDRESS 1601 Elm Street, Suite 2100, Dallas, TX 75201 (NOTE Date of Performance Bond must be dare of Contract. ff Resident Agent is not a corporation, give a per$On's name.) PB-2 Bond No. 929166113 PAYMENT BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS That _Waukesha Electric Systems , whose address is 400 S. Prairie Ave.. Waukesha. WI 53186 hereinafter called Principal, and National Fire Insurance Company of Hartford a corporation organized and existing under the laws of the State of Connecticut , and filly 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, funs, and corporations who may furnish materials for, or perform labor upon, the building or Improvements hereinafter referred to, in the penal sum of Nine Hundred Thirty Two Thousand Four Hundred no1100 -- DOLLARS ($932,400) in lawful money of the United States, to be paid in Denton, County, Texas, for the payment of winch 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 2000-367, with the City of Denton, the Owner, dated the 3 day of October A D. _2Q& , a copy of which is hereto attached and trade a part hereof, for BID #2557 - Power Transformer 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 retrain in full force and effect PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue sliatl He 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 PB-3 This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, tw amended, and any other applicable statutes of the State of Texas. The ur4migned 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 artsing 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 origmal, this the 3 day of bar ,--2000 ATTEST - BY 0 ga ",,, � ./1. a� SECRETARY tBCfi,TRItX Countersigned BY d...rt al a DU(' 91 jda, Lawrence W. Waldie, Texas Resident Agent PRINCIPAL Waukesha BY V 0-C' c Systems National Fire Insurance Company of Hartford BY. '�4 tp( ATTORNEY -IN -FACT Ronda L. Pekel The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is. NAME Marsh USA Inc. STREET ADDRESS 1601 Elm Street, Suite 2100, Dallas, TX 75201 (NOTE. Date of Payment Bond mast be date of Contract. ff Resident Agent is not a corporation, give a person 11 name.) PB-4 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That CONTINENTAL CASUALTY COMPANY an Illinois corporation NATIONAL FIRE INSURANCE COMPANY OF HARTFORD a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING PENNSYLVANIA a Pennsylvania corporation (herein collectively called "the CCC Surety Companies") are duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois and that they do by virtue of the signature and seals herein affixed hereby make, constitute and appoint their true and lawful Attorney(s}in-Fact with full power and authority hereby conferred to sign seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed This Power of Attorney is made and executed pursuant to and by authority of the By Laws and Resolutions, printed on the reverse hereof duly adopted, as Indicated, by the Boards of Directors of the corporations In Witness Whereof, the CCC Surety Companies have caused these presents to be signed by their Group Vice President and their corporate seals to be hereto affixed on this 9th day of _ June 2000 0TOWOPATt CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING PENNSYLVANIA EgM011 State of Illinois County of Cook, as Marvin J Cashion Group Vice President On this _.. Qth day of June 2000 before me personally came Marvin J Cashion, tc me known who being by me duly sworn, did depose and say that he resides in the City of Chicago State of Illinois that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument, that he knows the seals of s id corporations, that the seals affixed to the said instrument are such corporate seals that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority and acknowledges same to be the act and deed of said corporations 2••••••••••• •••••N•N /\ • •OFFICIAL IAL SEAL' � ✓/_-_'y Z DIANH FAUUWER i Nearlr Ri110. w.a of IIIli1•N i My lion bVir" 9117101 = My Commission Expires September 17, 2001 Diane Faulkner Notary Public CERTIFICATE I Mary A Ribikawskis, Assistant Secretary of CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attorney herein above set forth is still In force and further certify that the By -Law and Resolution of the Board of Directors of each corporation printed on the reverse hereof are still in force In testimony whereof I have hereunto subscribed my name and affixed the seals of the said corporations this 3rd day of October 2000 A6sw<T � 1NWA� oI.fWOPATe yopt p4r�c SEAL ), /Y1T11 teB7 � MAR�� (Rev 10/1/97) CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING PENNSYLVANIA ..IL Mary A Ribikawskis Assistant Secretary Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company "Article IX —Execution of Documents Section 3 Appointment of Attomey-in-fact The Chairman of the Board of Directors the President or any Executive, Senior or Group Vice President may, from time to time appoint by written certificates attomeys-in-fact to act in behalf of the Company in the execution of policies of insurance bonds undertakings and other obligatory instruments of like nature Such attomeys-in-fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto The Chairman of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attomey-in-fact" This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February 1993 "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 of Article IX of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which It is attached, continue to be valid and binding on the Company " ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the Board of Directors of the Company "Article W -Execution of Obligations and Appointment of Attorney -In -Fact Section 2 Appointment of Attorney -in -fact The Chairman of the Board of Directors the President or any Executive Senior or Group Vice President may, from time to time, appoint by written certificates attomeys-in-fact to act in behalf of the Company in the execution of policies of insurance bonds undertakings and other obligatory instruments of like nature Such attomeys-in-fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto The President or any Executive, Senior or Group Vice President may at any time revoke all power and authority previously given to any attomey-in-fact " This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February 1993 "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By -Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company " ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD This Power of Attorney is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17 1993 by the Board of Directors of the Company "RESOLVED That the President, an Executive Vice President, or any Senior or Group Vice President of the Corporation may from time to time, appoint, by written certificates, Attomeys-in-Fact to act in behalf of the Corporation in the execution of policies of insurance bonds, undertakings and other obligatory instruments of like nature Such Attorney -in -Fact, subject to the limitations set forth in their respective certificates of authonty shall have full power to bind the Corporation by their signature and execution of any such instrument and to attach the seal of the Corporation thereto The President, an Executive Vice President any Senior or Group Vice President or the Board of Directors may at any time revoke all power and authority previously given to any Attorney -in -Fact " This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February 1993 "RESOLVED That the signature of the President an Executive Vice President or any Senior or Group Vice President and the seal of the Corporation may be affixed by facsimile on any power of attorney granted pursuant to the Resolution adopted by this Board of Directors on February 17 1993 and the signature of a Secretary or an Assistant Secretary and the seal of the Corporation may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Corporation Any such power so executed and sealed and certified by certificate so executed and sealed shall with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Corporation " DATE (MM/DD/YY) ACORD 10(23/00 PRODUCER Aon Risk Services, Inc of MichT.aan THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 171 Monroe Avenue NW HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR suite 525 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Grand Rapids MI 49503-2634 USA -� INSURERS AFFORDING COVERAGE INSURED Waukesha Electric Systems INSURER A U S F& G INSURER USF&G Specialty Ins Cc SPX Corporation 700 Terrace Point Drive INSURERC Muskegon MI 49443-3301 USA INSURER D INSURER E Item }N,ritiAFLRP."bFAk2N41.R§K I THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO TFIE INSURED NAMED ABOVE FORTHEPOLICY PERIODINDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OFANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAD) CLAIMS LTR TYPE OF INSURANCE pOLICYNUMBER POLICYEFFECIIVE DATEOHANDmYY) POLICY EXPIRATION DATE(MhMMYY) LIMITS A GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY DRE2260600 111/00 1/1/01 EACH OCCURRENCE $2 000 000 FIRE DAMAGE(kw OMf ) $2 000,000 MED EXP(Mvam m..) 25 000 CLAIMS MADE X❑OCCUR PERSONAL& ADV INJURY $2 000 000 I GENERAL AGGREGATE $5 000,000 OEML AGGREGATE LIMIT APPLIES PER PRODUCTS COMPIOPAGG $5 000 000 PRO POLICY JSCr LOC A AUTOMOBILE LIABILITY DRE2213500 111/00 1/1/01 COMBINEDSINGLELIIT (E..m ,) $2 000 000 A X ANY AUTO ALL OWNED AUTOS XM0230044 MA DAE2213400 TX 1/1/00 1/1/00 1/1/01 1/1/01 BODILYIFDURY (Pa Rr,m) B SCHEDULED AUTOS X HIRED AUTOS BODILY INJURY IPer uwdmq X NON OWNED AUTOS PROPERTY DAMAGE (Pormden0 GARAGELIABILITY AUTOONLY EAACCIDENT OrHERTHAN RA ACC AUrOONLY AGO ANY AUTO EXCESS LIABILITY EACH OCCURRENCE AGGREGATE OCCLR ❑ CLAIMS MADE DEDUCTIBLE RETENTION $ C STAN DIH WORKERSCOSIPENS1TION AND E L EACH ACCIDENT PMPLOYFRS LIABILITY E L. DISEASE POLICY LIMIT E L.DISEASE EA fiMPLOYEE OTHER DESCRIPTION OF OPERATIONSJLOCATIONSN6HICLfi$IEXCLUSIGNS ADDED BY BNDORSEMENT/SPECIAL PROVISIONS RE City of Denton Bid #2557 See attached page for additional information CERTIFTCATEn 3 SHOULD ANY OF 7HE ABOVE DESW BED POLICIES RE CANCELLED BEFORE THE EMM11ON DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO MAIL CITY of DENTON ATTN DENISE HARPOOL 901 - B TEXAS STREET 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHAH. IMPOSE NO OBLIGATION ORUABILITY OF ANY KIND NTHECOMPANY AnvBs DENTON TX 76201 USA AUTHOR PRES A fi Certificate NO 100000062318 Holder Identifier Wa CITY of DE Attachment to ACORD Certificate for: Waukesha Electric Systems - SPX Corporation The terms, conditions and provisions noted below are hereby attached to the captioned certificate as additional description of the coverage afforded by the inaurer(s) This attachment does not contain all terms, conditions, coverages or exclusions contained in the policy , � t �.nir...Y a,rtr t 0 C �LDERCOMP�ANIES"fODINQ COVEAGE. CITY of DENTON A U S F& G ATTN DENISE HARPOOL B U S F& G Specialty Cc g01 — 8 TEXAS STREET C DENTON TX 76201 D DESCRIPTION of OPERATIONS / LOCATIONS / VEHICLES, Cont'd The cancellation provision on this Certificate of Insurance is amended as follows Said policy shall not be cancelled, nonrenewed or materially changed' without 30 days advanced written notice being given to the owner (city) except when the policy is being cancelled for nonpayment of premium in which case 10 days advance written notice is required 'Material Change means a significant reduction in the provisions of the policy or the limit of coverage for the policy in place today Additional Insured City of Denton, its Officials, Agents, Employees and volunteers — only with respect to Bid #2557 — Power Transformer Authorized Representative Aon Risk Services DATE (MM/DD/YY) AC®RD.e1 0 10/23100 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Ron Risk Services, Inc of Michiqan ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 171 Monroe Avenue NW HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR Suite 525 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Grand Rapids MI 49503-2634 USA INSURERS AFFORDING COVERAGE INSURED Waukesha Electric Systems INSURER U S F 6 G INSURER SPX Corporation —' 700 Terrace Point Drive INSURER INSURER Muskegon MI 49443-3301 USA INSURER A 1 all 4 TF� POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE NOT WUHSTANDBJG ANY REQUIREMENT TERM OR CONDITION OFANY CONTRACTOR MAYBEISSUEDOR MAYPERTAB4 THE INSURANCE AFFORDED BY THE POLICIES CONDITIONS OF SUCH POLICIES AGGREGATE LASTS SHOWN MAY HAVE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED OTHER DOCUMENT WITH RESPECT' TO WHICH THIS CERTIFICATE DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONSAND BEEN REDUCED BY PAID CLAIMS 1 LTR TYPE OF INSURANCE POLICYNUM�R POLICYEITECIVE DATEO AMYY) POLICYEXMRATION DATZ(MWDWY) LIMITS GENERAL LIABILITY EACH OCCURRENCE FIRE DAMAGE(Avv one fuel COMMERCIAL GENERAL LIABILITY CLAIMS MADE ❑ OCCUR MED EXP (Anv o. mrwA) PERSONAL a ADV INJURY GENERALAGGREGATE GENL AGGREGATE LIMIT APPLIES PER PRODUCTS COMP/OPAGG PRO POLICY ❑ JBCT 0 LOC AUTOMOBILE LIABILITY COMBINED SINGLE LMT (Es ac�2n0 ANY AUTO ALL OWNED AUTOS BODILY INJURY (Per Par.) SCHEDULED AUTOS HIRED AUTOS BWILY INJURY (Porrcad.0 NON OWNED AUTOS FROPERTYDAMAGE lPoromd.p GARAGE LIABILITY AUTO ONLY EA ACCIDENT 017MRTHAN EA ACC AUTOONLY AGO ANY AUTO EXCESS LIABILITY EACH OCCLRRENCE AGGREGATE OCCUR ❑ CLAIMS MADE DEDUCTIBLE RETENTION $ A WORRSCOAITENSATION AND IE EMPLOYERS LIABILITY DRE226 1/1/00 1/1/C X C STATU i DTF6 EL EACH ACCIDENT $1 000,000 E L DISEASE POLICY LIMIT $1,000,000 E L DISEASE EA EMPLOYEE $1 000,000 OTHER DESCRIPTION OF OPERATIONSRACAnONSIV HICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS See attached page for additional Workers- Compensation policy information RE City of Denton Bid #2557 - Power Transformer I SFDIRD ANY OFTHEABOVEDESCRIBED POLICIES BE CANCFLLEDBFFORETHE EXPIRATION DATE THEREOF THE ISSUING COMPANY WILL ENDEAVOR TO MAIL CITY of DENTON ATTN DENISE HARPOOL 901 - B TEXAS STREET 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIOBNTY OP ANY KIND THEmMPANY rrs AGENrs oR N7A7TYES DENTON TX 76201 USA AUTHORREDfibm • PACORD 25iM B, Certificate No 100000062339 Holder Identifier Vwau&JiTy of DE Attachment to ACCIRD Certificate for: Waukesha Electric Systems / SPX Corporation The terms, conditions and provisions noted below are hereby attached to the captioned certificate as additional description of the coverage afforded by the insurer(s) This attachment does not contain all terms, conditions, coverages or exclusions contained in the r ,fig m-iu+�^'-i�a'^'r k.2 .'. ��,'� _ t i<-•_- f. t ?t""wr`z __ CERTIFICATE- HOLDER s' `- COMPANIES AFFORDING COVERAGE D CITY of DENTON ATTN DENISE HARPOOL 901 - B TEXAS STREET ADDITIONAL POLICIES If a policy below does not Include limit Information, refer to the corresponding policy on the nnnon . Mfl—fn fn.m fnr nnLnv 11MOR Cc Ur Tyke of Insurance Policy Number Policy Eff Date Poll Date Limits; AWorkers' Compensation & DRE2260400 1/1/00 1/1/01 $ Employer's Liability AWorkers' Compensation & XM0230045 1/1/00 1/1/01 $ Employer's Liability A Workers' Compensation& IC12225419900 1/1/00 1/1/01 $ Employer's Liability A Workers' Compensation & DRE2260300 1/1/00 1/1/01 $ Employer's Liability AWorkers' Compensation & DRE2260500 1/1/00 1/1101 Employer's Liability All Workers' Compensation policies described on this Certificate of Insurance are subject to a Self Insured Retention of $350,000 - Each Claim - Workers' Compensation - Coverage A $350,000 - Each Claim - Employer's Liability - Coverage B $350,000 - Disease - Each Employee - Employer's Liability - Coverage B Limits of Liability shown for all Workers' Compensation policies described on this Certificate of Insurance are in excess of the Self Insured Retention limits shown above The cancellation provision on this Certificate of Insurance is amended as follows Said policy shall not be cancelled, nonrenewed or materially changed' without 30 days advance 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 *Material Change means a significant reduction In the provisions of the policy or the limit of coverage for the policy in place today Waiver of Subrogation is included In Workers' Compensation policies described hereon Authorized Representative Aon Risk Services 10/23/2000c