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