Loading...
HomeMy WebLinkAbout1999-104ORDINANCE NO 9 / U7 AN ORDINANCE ACCEPTING COMPETITIVE REQUEST FOR SEALED PROPOSALS AND AWARDING A CONTRACT FOR OUTDOOR EMERGENCY WARNING SIRENS AND CONTROLLER SYSTEM, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING AN EFFECTIVE DATE (RFSP 2338 - OUTDOOR EMERGENCY WARNING SIRENS AND CONTROLLER SYSTEM AWARDED TO GIFFORD ELECTRIC, INC IN THE AMOUNT OF $180,041 25) WHEREAS, the City has solicited, and received competitive sealed proposals for the construction of public works or improvements in accordance with the procedures of STATE law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described proposals are the lowest respondent for the construction of the public works or improvements described in the proposal invitation, and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive sealed proposal for the construction of public works or improvements, as described in the "Sealed Proposal Invitations", or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the proposal number assigned hereto, are hereby accepted and approved as being the lowest responsible proposals RFSP NUMBER CONTRACTOR AMOUNT 2338 GIFFORD ELECTRIC, INC $180,041 25 SECTION II That the acceptance and approval of the above competitive sealed proposal shall not constitute a contract between the City and the person submitting the proposal for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the proposal SECTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the proposals accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Request for Sealed Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION IV That upon acceptance and approval of the above competitive sealed proposals and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved proposals and authorized contracts executed pursuant thereto SECTION V That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the 64- day of ,1999 JAC ILLER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY Ini APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY RFSP2338 - CONTRACTUAL ORDINANCE CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 6 day of APRIL A.D., 1999, by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through MICHAEL W. JEZ, City Manager, thereunto duly authorized so to do, hereinafter termed "OWNER," and GIFFORD ELECTRIC, INC. P.O. BOX 7441 FT. WORTH, TX 76111 of the City of FORT WORTH County of TARRANT and State of TEXAS, hereinafter termed CONTRACTOR " WITNESSETH That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below BID # 2338- OUTDOOR EMERGENCY WARNING SIRENS AND CONTROLLER SYSTEM in the amount of $ 175,650 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement, and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the CA-1 Specifications therefore, as prepared by FIRE DEPARTMENT all of which are made a part hereof and collectively evidence and constitute the entire contract Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract CA-2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written CONTRACTOR P. 0 Bcc 7441 Fort Worth, Taos 76111 MAILING ADDRESS (817) 834-6308 PHONE NUMBER (817) 831-8245 FAX NUMBER BY ,Zy�.� TITLE B E Gifford APPROVED AS TO FORM PRINTED NAME /%%��� (SEAL) CITY ATTORNEY CA-3 Bond # AE6128183 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That GIFFORD ELECTRIC, INC., whose address is P.O. BOX 7441, FORT WORTH, TX 76111, hereinafter called Principal, and Gulf Insurance omoanv a corporation organized and existing under the laws of the State of TEXAS, and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of ONE HUNDRED SEVENTY FIVE THOUSAND SIX HUNDRED FIFTY and no/100 DOLLARS ($175,650) 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 99-104, with the City of Denton, the Owner, dated the 6 day of APRIL A.D. 1999, a copy of which is hereto attached and made a part hereof, for BID # 2338 — OUTDOOR EMERGENCY WARNING SIRENS AND CONTROLLER SYSTEM. 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 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 tune, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawmgs, 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 6 day of APRIL 1999. ATTEST SECRETARY ATTEST BY G",v PRINCIPAL Gifford Electric, Inc. BY -�'� PRESIDE SURETY BY ATTORNEY -IN -FACT Staci Gross The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME D & D Bondi STREET ADDRESS 500 N Central Expressway, Suite 223, Plano, TX 75074 (NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a person's name) PB-2 Bond # AE6128183 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That GIFFORD ELECTRIC, INC., whose address is P.O. BOX 7441, FORT WORTH, TX 76111, hereinafter called Principal, and Gulf Insurance Company , a corporation organized and existing under the laws of the State of TEXAS, and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or unprovements hereinafter referred to, in the penal sum of ONE HUNDRED SEVENTY FIVE THOUSAND SIX HUNDRED FIFTY and no/100 DOLLARS ($175,650) 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, family 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 99-104, with the City of Denton, the Owner, dated the 6 day of APRIL A.D. 1999, a copy of which is hereto attached and made a part hereof, for BID # 2338 - OUTDOOR EMERGENCY WARNING SIRENS AND CONTROLLER SYSTEM. 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 terns 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 herem as the Resident Agent in Denton County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such 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 6 day of APRIL 1999 ATTEST ATTEST BY Z�,�W (S PRINCIPAL Gifford Flartrir, Inc BY ,4, PRE SIDE SURETY Gulf Insurance C m an BY a- e� ATTORNEY -IN -FACT Staci Gross The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME D & D Bonding STREETADDRESS 500 N Central Expressway, Suite 223, Plano, TX 75074 (NOTE Date of Payment Bond must be date of Contract corporation, give a person's name ) 2338 CONTRACT & BONDS & INSURANCE If Resident Agent is not a GULF INSURANCE COMPANY ST LOUIS, MISSOURI POWER OF ATTORNEY ORIGINALS OF THIS POWER OF ATTORNEY ARE PRINTED ON BLUE SAFFTY PAPER WITH TEAL INK DUPLICATES SHALL HAVE THE SAME FORCE AND EFFECT AS AN ORIGINAL ONLY WHEN ISSUED IN CONJUNCTION W ITH THE ORIGINAL KNOWN ALL MEN BY THESE PRESENTS That the Gulf Insurance Com pany a corporation duly organized under the laws of the State of Missouri having its principal office in the uty of Irving Texas pursuant to the following resolution adopted by the Finance & Executive Committee of the Board of Directors of the said Company on the 10th day of August 1993 to wit RESOLVED that the President Executive Vice President or any Senior Vice President of the Company shall have authority to make execute and deliver a Power of Attorney constituting as Attorney in Fact such persons firms or corporations as may be selected from time to time and any such Attorney in Fact may be removed and the authority granted him revoked by the President or any Executive Vo.e President or any Senior Vice President or by the Board of Directors or by the Finance and E%ccanye Committee of the Bound of Directors RESOLVED that nothing in this Power of Attorney shall be construed as a grant of authority to the attorney(s) in fact to sign execute acknowledge deliver or oth erwise issue a policy or policies of insurance on behalf of Gulf Insurance Company RESOLVED that the signature of the President Executive Vice President or any Senior Vice President and the Seal of the Company may be affixed to any such Power of Attorney or any certificate relating thereto by facsimile and any such powers so executed and certified by facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond and documents relating to such bonds to which they are attached Gulf Insurance Compam does hereby make constitute and appoint Staci Gross BOND 6128183 NUMBER AE its true and lawful attorneys) in fact with full power and authority hereby conferred in its name place and stead to sign execute acknowledge and deliver in as behalf as surety any and all bonds and undertakings of suretyship and to bind Gulf Insurance Company thereby as fully and to the same extent as if any bonds under takings and documents relating to such bonds and/or undertakings were signed by the duly authorized officer of the Gulf Insurance Comp my and all the acts of said attorney(s) in fact pursuant to the authority herein given are hereby ratified and confirmed The obligation of the Company shall not exceed one million (1 000000) dollars IN WITNESS W HFREO$ the Gulf Insurance Company has caused these presents to be signed by any officer of the Company and its Corporate Seal to be hereto affixed i NCp °o GUI F INSURANCE COMPANY Oggyi A013 STATE OF NEW I ORK ) Cbristopher E Watson SS President COUNTI OF KINGS ) On the 1st dirt of June 1996 A D , before me came Christopher E Watson, known to me personally who being by me duly sworn did depose and say, that he resides in the Counts of Westchester, State of New York, that he is the President of the Gulf Insurance Companv the corporation described In and which executed the abote instrument that he knows the seal of said corporation, that the seal affixed to the said instruments is such corporate seal, that it was so affixed bs order orthe Board of Directors of said corporation and that he signed his name, thereto by like order ap N egn�l ` 1 V Q �' NOTggy r N „Dacia Pe SPIRO K BANTIS �, so Notary Public, State of New York For „ew No 24 4861345 STATE OF NEW I ORK ) Qualified in Kings SS Commission Expires May 12, 2000 COUNTY OF NEW IORK 1, the undersigned Executive Vice President of the Gulf Insurance Company, a Missourt Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains In full force _ Signed and Sealed at the City of New York sa�PPogq JC o\ 4 SEAL Dated the 6th day or April ,19 99 8016 AE Lawrence P Mimter Executive N Ice President 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 carvers 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 provide thirty (30) days prior written notice of cancellation, non -renewal or reduction in coverage • Should any of the required insurance be provided under a clauns-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 clamis 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, if so noted [XI 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 mjury 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 mmimum 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 tunes 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 RFSP# 2338 OUTDOOR EMERGENCY WARNING SIREN AND CONTROLLER SYSTEM City of Denton, Texas RFSP REQUIREMENTS The bid proposal for this Outdoor Warning Siren System packet should Include all components, parts, service, devices, electrical service, labor, permits, fees, freight and any other items necessary for delivery, installation, and proper operation of the system including training. ITEM AND DESCRIPTION QUANTITY UNIT PRICE Sirens equal to those specified 10 $15,965.00 each with SO foot galvanized steel pole, remote terminal (RTU) decoder radio controls per the attached specifications. Central Control Stations with 2 $3,900 00 each controller with all the cable per the attached specifications. Software package per the attached 1 $5,950 0o each specifications, including 2 copies of PC Anywhere software, newest version of each. Includes training and testing. Manufacturer's recommended extra 1 * $2,250.00 each parts such as drivers, amplifiers, battery chargers, electronic modules. 'R M BID $175,650 00 * Parts listed in sectirn 3 VHF radios are used based an Datims 155 Ma �egmF aht Cary R. D&wport Vice-Pxesiar t Page 5— 2 6— 9 9 W E D 114 C 0 7 _ a P . 02 Lucien Wright Ins Agenry 1200 West Freeway N 200 Gifford Electric Inc p O Box 7441 Fort Worth, TX 76111 IS TO CERTIFY THAT THE POLICIES OF INSURANCE LIBTBD BE OR COI ATED, NPDrMTI IOTANPINO ANY REQUIREMENT, 'IPIGTE MAY BE, ISBUEO OR MAY PERTAIN, THE INSURANCE Co TYPE OF RPBURANCE PoUCY NUMBER LTR oENERALLA2RM X COMMPACIAL OENERM. ClNM9 MADE X OCCUR A a1MIEaaarpwr;i v*nPmT CPS781645 x ANY Auro f91[DwPPD Oe A x MREOAUToe BA8181645 X PNW""ED AUT90 AW AUTO I W Ida enuPANY A SaPeco Insuran GaMPANY 0 Commercial Cas GOMPAM! C WMrµr D BEEN ISSUED TO THE INSURED NAMED ANY CONTRACT OR OTHER DOCUMENT ) BY THE POLICIES DESCRIBED HEREIN BEEN RE00090 BY PAID CLAIMS POL CYEPPECTA9 PODGY MWIRAMN DATE IMMODIYT) DATE IMM100PM PRODUCTS 06/01/98106/01199 POLICY PERIOD ) WHICH THIS LL THE TERMS 1A11M COMBINED SINGLE LIMIT + "LY INIURY + (Pn MRAR) 6001LY INJURY + (Ps AAtle,11U /98 06/10/99 PROPERTY DAMAGE + w. AUYOONLY SAACCIOENT + AGORIiOATe f UMBIIELLAPORM OTNER THAN uMOREl1AiORM VANWEISCOMPIPPIYPLOYEPWUMILmiN)NAM el EACH ACCPDeNT +500 000 eL016PSO POUCYLIMIT f 00 OOU B YHEPROPAIITgRI x mm T1049768B 06/01/98 06/01/99 ELDISEASE EAIMPLOVEE +500 000 Pt1LMRRMUP� +7tcL VE OTHER WORK OOMP SHOULD ANY OF THE ABOVE ISCRIBED I CLfCIES BE CANC7EL.LED, POL PROVIDES NCNRENEWED OR REDUCTICNI QN E BEFORE THE EXPIRATION COVERAGE FOR TX DATE THEREOF, THE ISSUI COMPANY ILL SEND 30 DAYS WRITTEN EMPLOYEES ONLY! ! NOTICE TO THE ('FRTTFT(rA HOTnFR MICHIPODN OF OPERATgNPWW"T NB/YL1f VSPECML ITEMS CITY OC DENTON, ITS OFFICIALS, AGENTS, EMPLOYEES s VOLUNTFFRS ARP ADDL INSD ON THE GL AS PRIMARY 6 AUTO POLE A WAIVER OF SUBROGATION IN FAVOR OF THE AFOREMENTTONED APPLIES ON ALL POLO___ , „ 1 11 _ YIOIMO wn ar m11 rMOYR oesewocD v amn m 4 w 11u 0e we CITY OF DENTON w OVIRAW N DATE HE aE OP, TMSMG COMPANY "M X*RVA) a MAA CITY HALL WL81 O�Q � 99 �.0.._ I}Ara wwI II:x nu Uun Pu ma ceRrIPlcAre Nano w"m ,o nR: 1.VT 221 N ELM 6�� �Q 9pKWlF8A7H@9( DENTON, TX /bdUl Q MTHORD'MO AeNR eMel It, AA