Loading...
1997-260 ORDINANCE NO e~"~5) AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has sohclted, received and tabulated competitive bids for the construction of pubhc works or improvements m 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 bids are the lowest rasponslble bids for the construction of the pubhc works or improvements described in the bid invitation, bid proposals and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the construction ofpubhc works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the Nd number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID ~LIMBER CONTRACTOR AMOUNT 2072 GEA THERMAL-DYNAMICS TOWERS, INC $149,442 00 SECTION II That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such pubhc works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely executmn of a written contract and furmslung of performance and payment bonds, and insurance certificate after notification of the award of the bid SEGIIDNIII 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 bids accepted and approved herein, provided that such contracts are made in accordance vath the No'ace to Bidders and Bid 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 competltxve bxds and the executton of contracts for the pubhc works and ~mpmvements as authorized herexn, the Cxty Councd hereby authorizes the expenditure of funds m the manner and ~n the amount as specified ~n such approved bxds and anthorxzed contracts executed pursuant thereto ~ That ttus ordinance shall become effective ~mmedmtely upon ~ts passage and approval PASSED AND APPROVED th~s the day of ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY DATE SEPTEMBER 2, 1997 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Kathy DuBose, Assistant City Manager of Finance SUBJECT BID # 2072 -- DENTON MUNICIPAL GENERATION STATION UNIT #3 COOLING TOWER REPAIR RECOMMENDATION: We recommend this bid be awarded to the lowest responsible bidder, GEA Thermal-Dynamics Towers, Inc, in the amount of $132,942 00 as bid plus $16,500 00 for unknown contingencies for a total award of $149,442 00 SUMMARY. Umt #3 Cooling Tower has been in service for 35 years with no significant structural repmr or renovataon The tower is constructed of wood products which experience deterioration due to chemical, biological and physical conditions imposed by normal operation Wooden cooling towers have an anticipated life expectancy of 20-25 years The Unit #3 Cooling Tower continues to provide acceptable service but is in need of repairs to the mist eliminator and hot water basins Further deterioration vail effect draft performance, fan damage and cause accelerated performance reduction We are recommending this phase approach to rep~urs similar to Unit #4 and Unit #5 This allows for improved performance and extension of life expectancy The scope of work proxades for hot water basin renovation, installation of new mist eliminators, and installation of a hot water basin hood system The $16,500 00 for contmgencies is to allow for unknown repair requirements detectable only after the tower use is discontinued PROGRAMS.. DEPARTMENTS OR GROUPS AI~FECT_ED~ Electric Production D~vlslon FISCAL~M~A~ Funds for these repmrs will be taken from 1996-97 budget funds for maintenance of generating eqmpment Account #610-101-1011-8339 Attaehmem Tabulation Sheet Respectfully submitted Kath~uBdse Assistant City Manager of Finance Approved Name Tom D Shaw, C P M Tffie Purchasing Agent 917 AGENDA 3 BID MITCHELL MIDWEST HAMON GEA PSYCHROMETRIC CUSTODIS~ STATION UNIT THREE COOLING TECHNICAL TOWERS CORP TERMAL SYSTEMS ECODYNE TOWER REPAIR SALES INC DYNAMIC INC IOPENDATE JULY 15, 1997 INC TOWERS INC :/: RO WATE.ASINCO ERS CONTRACT AGKEEMENT STATE OF TEXAS COUNTy OF DENTON THIS AGREEMENT, made and entered into this 2 day of SEPTEMBER A.D., 19 97 , by and between THE CITY OF DENTON of the County of DENTON and State of Texas, acting through TED BENAVIDES thereunto duly authorized so to do, hereinafter termed "OWNER," and GEA THERMAL-DYNAMICS TOWERS, INC 143 UNION BLVD ~ SUITE 400 LAKEWOOD~ CO 80228 of the City of LAKEWOOD , County of LAKEWOOD and State of COLORADO , 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 ~ 2072 - DENTON MUNICIPAL GENERATION STATION UNIT #3 COOLING TOWER REPAIR in the amount of $149~442 00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machxnery, 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 Cond~tlons of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, CA blueprints, and other drawings and printed or written explanatory matter, thereof, and the Specifications therefore, as prepared by CITY OF DENTON ELECTRIC PRODUCTION 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. 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 ve~u~ 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. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day firs= above written. G~-~ CITY OF DENTON (s~) ATTEST: CONTRACTOR 143 Union Blvd.; Suite 400 Lakewood~ CO 80228 MAILING ADDRESS 303/987-0123 PHONE NUMBER 303/987-4000 FAX NUMBER PRINTED NAME APPROVED AS ~0 FO~: City Attorney AAA0184D Rev. 07/28/94 CA - 3 BOI~D IlO. 24-002-718 TFIE STATE OF'I"I~)[AS ' EF~,~.G'TIVE DATE: 912197 COUNTY OF DENTON ' ~is ~otm ~s ~ssu~u n~ KNOW ALL MEN BY THESE PKESENT~. That GEA T~~D~ICS TO~, ~C., ~ ~ h 145 ~ON BL~. S~ 400, ~WOOD, CO h~e~ ~1~ ~ ~ ~~ ~s~c~ ~ ~ a ~Uon org~ ~d ~e Sm~ of T~ ~ S~, ~ h~d ~d 6~ly ~ ~ ~c C~ of D~to~ a m~pal co~omuon org~ ~d ~g ~ ~ ~ of ~e Sm~ of Te~ O~ ~~ ~ ~O THOUS~ ~ ~D FOR~ ~O NO/100- DOL~ ($1~2~00) plm 10 ~t of~ ~ p~ s-~ ~ ~ ~ao~ ~ of money mo~ ~fio~ ~ ~ ~s' f~ ~ hqm~d ~m ~ o~ of or ~n- ~c~ ~ ~ ~ i~ ~n~ ~ ~ ~ of~ U~ S~s, ~ ~ prod ~ D~n ~, T~ f~ ~ ~nt of ~ ~ ~ ~ ~Y ~ ~ m~a,~ ~ hereby brad o~clv~s, pr~ents ~ Bo~ s~ a~l~ ~ ~ ~ ~e ~o~t of ~y Ch~ge ~ or Su~l~en~ A~ ~ i~ ~ C~t p~ but m ~ ev~t s~l a ~g~ ~dcr or S~pl~ ~ ~ r~ ~c ~n~ ~oe d~se ~e ~ s~ of ~s Bond THE OBLIGATION TO PAY SAME u condmoned as follows Whereas, thc Pnnc~pal entered into a certain ContraeL xdentLfied by Ordinance Number 97-260, w~th the C~ty of Denton~ the Owner, datedthe 2 day of September A.D 1997, a copy of wtuch ~s hereto attached and made a part hereof, for BID # 2072 - DFf~ITON MUNICIPAL GENERATIONS STATION UNIT #3 COOLING'TOWER REPAnL NoW, ~ORE, ffthe Pnnclpal shall well, truly and fastlff'ully perform and fulfill all of the undertakings, covenants, terms, condmons and agreements of smd Conlract m accordance vath thc Plans, Spcclficattons .M Contract Documents during the ongtnal term thereof and any extension thereof which may be granted by the Owner, wlth or without notice to hhc Surety, and dunng the hfe of any guaranty or wawardy rcquu~d under th~s Contract, and shall also well and truly perform and fulfill all the underlaklags, covenants, terms, condl~ons and agreements of any and all duly authonzcd modifications of said Contract that may hcreafl~ be madc. nouce of which modilicanons to thc Surety bern§ hereby waived; and, if Ibc Principal shall repair and/or replace all dcfccts duc to faulty malenals and workmanship gria! appcar within a period of one (1) year from thc date of final completlonl end final acceptance of the Work by the Owner, and, tf thc ?nnclpal shall fully mdcmmfy and save harmless the Owner from all costs and damages whtch Owner may suffer by reason of failure To so perform hereto and shall fully reimburse and repay Owner all outlay and cxpense which thc Owner may recur tn making good any default or deficiency, then th~s obhgauon shall bc void, otherwise, It shall remain tn full force and effect PERFORMANCE BOND - Page 1 PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclumve venue shall he m Denton County, Stme of Texas AND PROVIDED FURTHER, that the sa/d Surety, for value rec~ved, hereby stipulates and agrees that ,no cha~¢, exton~on or.me, al~erauon o~ ad&~on to the tm~s of the Contract, or to thc Work to be performed thereunder, or lo the pi.n% Specificallons, Dravangs, elc, accompanying the same. shall m anywise a/Yea l~s obligation on th,s Bond, and II don hereby wmve no~ce of any such change, extension of tune, alterallon or addil~on to the temls of the Conlracl, or lo the Work to be performed theretmder, or to the Plans, Specificahons, Drawings, etc This Bond is glvon pursuant to the provisions of Chapter 2253 of the Texas Gover~mant Code, as amended, and any oth~r apphcable statm~ olHhe State of Texas Th~ undemgned ..a dest?..~ agent ts hereby designated by ~he Surety hereto as the P. es~deat Agent m DENTON County to whom any mqtus~e notmes m__~y be delivered and on whom serwce of pro.ss may b~ had m maV. er~ arising o~ of such suretyship, as provided by Am¢le ? 19-1 of th~ Insurance Code, V~moa's Annomed Civil S~atu~es of fl~ Slake of Texas I~ WITNESS WI41:-~F, this utsll~nent ~ execuled in 4 copies, cac, h one of which shall be deemed an ongmal, firm the2&day of September, 1~97. ATYEST PRINCIPAL / ~ECRgTARY ( VICE ~EIID~IT-' ATTES~ LIBERTY MUTOAL INSURAI/CE COHP~ BY.., BY The Reslden! A§en! of the Surety m D~lton Coullty, Texas for dehvtTy of nouce and semce of the process is BALDWIN INSURANCE & BONDING ATTN W~ll~am D Baldwin STREETADDI~ESS 1201 Kas Dr~ve, Su:te B, R~chardson, Texas 75081 (NOTE Da~e ~f?~ormance BOnd m~stb~ dam o£ConU~:t IfRes~dem Atcnt is no~ a ¢orporauon, give a ~ name ) PERFORMANCE BOND - Page 2 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND !175 3 This Power of Attorney Ilmlta the act of thoae named herein, and they have no authority to bind the Company except in the manner and to the extent herein elated LIBERTY MUTUAL INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS That Liberty Mutual Insurance Company (the "Company") a Massachusetts mutual ~nsurance company, pursuant to and by authority of the By law and Authonzat~on hereinafter set forth, does hereby name constitute and appo;nt. ROBERT L FIX, KAREN M. GWYNN, KEITH W NEWELL, JEFFREY DeeROSlER, CAROLYN C FEIGHT, CLAIRE M ENQELHARDT, MARIE J HUTCHENS, ALL OF THE CITY OF ORANGE, STATE OF CALIFORNIA .......... each individually it there be more than one named its true and lawful attorney in tact to make execute seal acknowledge and deliver for and on its behalf as surety and as -- rts act and deed any and all undertaking8 bonds recognizances and other surety obligations The execuhon of such bonds or undertabngs in pursuance of these presents shall be as binding upon the Company as ~f they had been duly s~gned by the president and attested by the secretary of the Company ~n their own proper persons That this power ~s made and executed pursuant to and by authority of the following By law and Authorlzahon ARTICLE XVI Execution of ContrasTs Sechon 5 Surety Bonds and Undertakings Any officer or other official of the company authorized for that purpose in writing by the chairman or the president and subject to such limitations as the chairman or the president may prescribe shall appoint such attorneys in fact as may be necessary to act in behalf of the company to make execute seal acknowledge and deliver as surety any Br~d all undeffakings bonds recognizance8 and other surety ob~lgahons Such attorneys m tact subject to the limltabons set fonh in their respechve powers of attorney shall have full power to bind the ooRlpany by their signature and execuhon of any such instruments and to attach thereto the seal of the company When 8o executed such Instruments shall be as bindlrtg as g s~gned by the president and attested bY the secretary ay the follow;ng instrument the chairmen or the president has authorized the officer or other official named there~n to appoint attorneys m fact Pursuant to Article XVI Section 5 of the By laws Assistant Secretary Garnet W EIliott ~s hereby authorized to appoint such attorneys in tact as may be necessary to act in behalf of the company to make execute seal acknowledge and deliver as surety any and all undertakings bonds recognizances and other Surety obhgahons That the By taw and the Authorization above set forth are true copies thereof and are now in full force and effect iN WITNESS WHEREOF this Instrument has been subscribed by its authorized officer and the corporate seal of the sa~d L;berty Mutual Insurance Company has been afhxed thereto ~n Plymouth Meenng Penns Ivama th~s OOfh day of .h d~ 19 97 - LIBERTY MUTUAL INSURANCE COMPANY Garnet W Elllott Assistant Secretary COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY Onth~s ~_Dth dayof ~1.1~ AD 19 R7 beforeme aNotaryPubt~c personally came the ~nd~vidual known to me to be the there~n described indlvldua~ and office ~ Mutual Insurance Company who executed the preceding instrument and he acknowledged that he executed the same and that the seal affixed to the said is the corporate seal of said company and that said corporate seal and his signature subscnbed thereto was duly afl~xed and subscribed to the sa~d d direction of the said company / hand and affix my official seal at Plymouth Meehng PA the day end.ear hrst above written CERTIFICATE of Liberty Mutual Insurance Company do hereby ced~fy that the ong~nal power of attorney of which the foregoing ~s a full true and correct copy ~s in full Tome and effect on the date of ibis certiffoate and I do further certify that the officer who executed the said power of attorney was one of the officers specially authonzed by the chairman or the president to appoint any attorney in fact as prowded m Arbcle XVI Section 5 of the By laws of L~berty Mutual Insurance Company This cert~hcate may be signed by facsimile under and by authority of the following vote of the board of d~rectors of L~bedy Mutual Insurance Company at a meeting duly called and held on the 12th day of March 1980 VOTED that the f~cslmile or mechanically reproduced signature of any assistant secretary of the company wherever appearing upon a certified copy of any power of attorney 18sued by the company shall be vslid and binding upon the company w~th the same force and effect as though manually affixed IN TESTIMONY WHEREOF I have hereunto subscribed my name and affixe¢ ~e corporate seal of the aa~d company th~s 2~T~ day of SEPTEt, IBER ~9 97 ~f~ ~\ / THIS POWER OF AI'rORNEY MAY NOT BE USED TO EXECUTE ANY BOND WITH AN INCEPTI DO. N2L~E AFTER --- JuI.v 29 19 99 PAVMkTrqT BOla'I) BOlqD NO. 24-002-718 E~CT~ DATE: 9/2/97 ~ STA~ OF ~S ' CO~ OF D~ON ' KNOW ALL MBN BY THESE PRESENTS That GEA THERMAL-DYNAMICS TOWERS~ INC., whose adcLr~s ~s 143 UNION BLVD., SUITE 400, LAKEWOOD, CO 80228, h~remaf~ called Prmcupal, and LIBERTY ~lu't't~L INSURANCE CO~IpAN~ a corporation orgamzed and erasung uadet the laws of the Stale ofMASSAI;fluSETTS, alld fully authonzcd to ll'wlsact business m the State of Texa~, as Surety, are held and firmly hound unto the Clly of Denton, a mumclpal corporauon or~amz~d and ex,sung under the hws of the State of Tzxas, herema/ter called Owner. and unto all persons, firms, and coxpomfions who may furmsh materials for, or perform lahor upon, the braiding or improvemeats her~laa/ter refen-~ to, in the penal sum of ONE HUNDRED THIRTY TWO THOUSAND NINE HUNDRED FORTY TWO no~100- DOLLARS ($132,942.00) m lawful money of the Umted States, to be paid In Denton Couuty, Texas, for the payment of wtuch sum well and truly to be made,, we hereby brad ourselves, our heirs, executors, ~mmisuators, successors, aud assigns, jointly and severally, firmly by those presents. This Bond shall automaucally be mcreesed by the amount of auy Change Order or Supplemental Agl'eelllent whch mcr~.s~ the Contra~ prlc~, but m no event shall a Chen~e Order or Supplemental Agreement which reduces tho Contract price decrease the penal sum of tins Bond THE OBLIGATION TO PAY SAIvffi is conchuoned as follows Whereas. the Pnnmpal entered rote a certain Contract, ~deatffimi by Ordfmanee Number 97-260, with tho Cxty of Denton, the Owns, dated the 2 day of Sep~mber, A.D 1997. aeopy of which ~s hereto att~hed and made a pan be~0/; for BID # 20T2 - DENTON MUNICIPAL GENERATIONS STATION UNIT//3 COOLING TOWER REPAIR. NOW, THEREFORE, fflhe Principal shall well, truly and fal~'ully perform its duues .~a make Prompt payment to all persons, ~ subconlracto~s, corporauons and claimants supplying lahor and/or material m the prosecuuon of the Work provided/'or m sa~d Contract and any and all duly auth0nzed mochficattons of said Contract that may hereafter be made, notice of which mod~ficau0ns to tho Surety being hereby expressly waived, then tlus obhgauon shall be void, otherwxse ii shall roman in full force and effect PROVIDED FURTHER, that ~fany legal a~on be filed on tius Bond, exchmve venue shall he m Denton County, Texas AND PROVIDED FURTHER. that the smd Surety, for value received, hereby stipulates and al~es that no change, extension oftmlo, alterallon or addlllon to the terms of tho Contract, or to the Work performed thereunder, or to the Plans, Specifications, Drawings, otc, accompanying the same, shall in anywise afl'eot ~ts obhganon on this Bond, and it does hereby waive notice of any such change, extens|on of time, alteration or addluon lo the terms o£tho Contract, or to the Work to be performed thereunder, or to the Plans, Speclficaimns, Dravangs, otc PAYMENT BOND - Page 1 This Bond Is t~ven pursuant to the pro,assorts of Chapter 2253 of the Texas Governmcm Code, as amendcd, and any other apphcable statutes of the State of Texas The undersigned ~ad designated agent is h~rcby ,~,_o~-~ed by thc Sure~y hereto as the Kemdent Ag~t m DENTON County to whom any mqum~e nouces may be delivered and on whom service ofproccss may be had m matters ans,nE out of such suretyship, as prov~d~ by Article 7 19-1 of the Insurance Code, Vcmon's Annotated Civil St~.,.$ of the Sta~ of Texas IN WITNESS WHEREOF, this instalment Is executed/n 4 copies, ~ach one of which shall be deemed an onguml, flus the 24 day of September, 1997 ATTEST PRINCIPAL ATTESr SUKETY LIBERTY ~IOTuAL INSURANCE COHPA.NY BY BY ~_ The P. estdent Agent of the Surety In Denton County. Texas for delivery of notice and sermcc of'he process ~s NA_]%~ BALDWIN INSURANCE & BONDING ST1R.F.~E;TADD~S. 1201 Kas Dr~ve, Suite B, Richardson, Texas 75081 ('NOTE Dat~ of Payment Bond must be dam of Contract If Resident Agent ~s not a corporation, g~ve a pm:soMs narnc) PAYMENT BOND Page 2 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND '1 This Power of Attorney limits the act of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated LIBERTY MUTUAL INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS That Liberty Mutual Insurance Company (the Company") a Massachusetts mutual insurance corilpaRy~ pursuant to and by autfiOrlty of the By-law and Authonzat~on hereinafter set forth, does hereby name const*tute and appomt, ROBERT L FIX, KAREN M GWYNN, KEITH W. NEWELL, JEFFREY D®~'RO$1ER, CAROLYN C FEIGHT, CLAIRE M, ENGELHARDT, MARIE J NUTCHENS, ALL OF THE CITY OF ORANGE, STATE OF CALIFORNIA . , each ~ndMdually if there be more than one named its true and lawful attorney in tact to make execute seal acknowledge and dehver for and on its behalf as surety and as -- its act and deed, any and al~ ubdertakJngs, bonds recognlzancas and other surety obligations The execuhon of such bonds or undertakings ~n pursuance of these presents shall be as binding upon the Company as if they had been duly signed by the president end attested by the secretary of the Company m their own proper persons That this power Is made and executed pursuant to end by authority of the following By law and Authorization ARTICLE XVI Execotlon of Contrasts Section 5 Surety Bonds and Undertakings Any officer or other official of the company authorized for that purpose In writing by the chairman or the president and subject to such limitations as the chairman or the president may preaQrJbe, shall appoint such attorneys in fao[ as may be necessary to act in behalf of the company to make execute seal acknowledge and deliver as surety any end all undertakings bonds, recognizanced and other surety obligations Such attorneys in fact subject to the limitations set forth ~n their respective powers of attorney shall have full power to bind the company by their signature and execuhon of any such instruments and to attach thereto the seat of the company When so executed such Instruments shall be as binding as if signed by the president end attested by the secretary By the following instrument the chairman or the president has authorized the officer or other official named there~n to appoint attorneys In tact Pursuant to Article XVJ Section 5 of the By laws Assistant Secretary Garnet W Ellioff is hereby authorized to appoint such attorneys in tact as may be necessary to act m behalf of the company to make execute seal acknowledge and dehver as surety any and all undertakings bonds recognizances and other surety obhgahons That the By law and the Authonzahon above set forth are true copies thereof and are now in full force and effect IN WITNESS WHEREOF thls instrument has been subscribed by ~ts authorized officer and the corporate seal of the sa~d L~berty Mutual Insurance Company has been att~xed thereto in Plymouth Meehng Penn~ylvama th~s o_~h day of _l..!,j 19 97 Garnet w Elhott Assistant Secretary COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY On this ~ day of .b d~/ A D f9 9? before me a Notary Pubhc personally came the ~ndlvidual known to me to be the there~n described individual and officer __ ' Mutual Insurance Compasy WhQ executed the preceding instrument and he acknowledged that he executed the same and that the seal affixed to the said Is the corporate sea[ of acid company and that said corporate seal and his s~gnature subscribed thereto was duly affixed and subscribed to the said cl direction of the said company ~ hand ~1 seal ~t P~lymouth Meeting pA the day end,ear hrst above wdffen DONNA E SHIELDS Nolary Pubhc CERTIFICATE I the undersigned ~ of Liberty Mutual Insurance Company do hereby certdy that the original power of attorney of which the foregoing m a full true called and held on the 12th day of March 1980 attorney issued by the company shall be vahd and binding upon the company w~th the same force and effect as though manually affixed IN TESTIMONY WHEREOF I have hereunto subscribed my name and afflxe~[~t.he corporate seal of the sa~d company th~s ~__ day of ~';~/ AssiStant S~'c~ary ~ THIS POWER OF AI'I'ORNEY MAY NOT as USED TO EXECUTE ANY BOND WITH AN INCEPTI D~L~.T~ AFTER __ Sta~e of CALIFORNIA ~, ) ) ss County of 0R~GE ) I, MA~T~ .7. B'erc'l~s a Notary Pubhc in and for said County, in the State aforesaid, do hereby certify that ~ M. ~ of the LIBERTY lvlLrrUAL INSURANCE COIVlPA.NY, who is personally known to me, appeared before me this day and acknowledged that sa~ ,s~gned, sealed and delivered the foregoing instrument as .~ free and voluntary act as Attomey-,n-Faet of the LIBERTY lvlUTUAL INSUI~CE COIVlPANY, and as the free and voluntary act of the LIBERTY lvIIIrUAL INSUi~CE COIVI~A.NY, for the uses and purposes there,n set forth Cnven under my hand and Notarial Seal this 24TH .day of $~PT~I, IB~!~, , A D 19 97 ~/l~ GOMM. #~11086'1 a ///~o{dry Pubhc ' ' 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 Iow 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 llabiht~es of the Contractor, the Contractor shall provide end 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 w~th the Purchasing Department satisfactory certificates of insurance, containing the b~d 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 b~d 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 notificatmn 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 ~n compliance w~th these general specifications throughout the duration of the Contract, or longer, If so noted' · Each policy shall be ~ssued by a company authonzed to do business ~n the State of Texas with an A.M Best Company rating of at least A · Any deductibles or self-insured retentions shall be declared ~n the bid proposal If requested by the City, the ~nsurer shall reduce or ehmmate such deductibles or self-~nsured retentions with respect to the City, ~ts AAAO0350 REVISED 10/12/94 CI - I Insurance Requirements Page 2 officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. · Liability policies shall be endorsed to provide the following' · · Name as additional ~nsured the C~ty of Denton, ~ts 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 ~nsured against whom claim ~s made or suit is brought The inclusion of more than one insured shall not operate to ~ncrease the insurer's limit of liability · All policies shall be endorsed to provide th~rW(30) days prior written not~ce of cancellation, non-renewal or reduction in coverage · Should any of the required ~nsurance 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 prowded under a form of coverage that includes a general annual aggregate limit providing for claims investigation or legal defense costs to be ~ncluded ~n 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 C~ty recmves satisfactory evidence of reinstated coverage as required by th~s contract, effective as of the lapse date If insurance ~s not reinstated, C~t¥ may, at ~ts sole option, terminate this agreement effective on the date of the lapse. AAAO0350 .~'v~s~ ~o,~/e4 Cl - 2 Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance polacles proposed or obtained in satisfaction of this Contract shall additionally comply w~th the following marked speczfications, and shall be maintained in compliance w.th these additional specifications throughout the duration of the Contract, or longer, if so noted: Fi A General Liability Insurance: General Liability insurance with combined single lam~ts of not less than ;1,°oo,ooo.ooshall be provided and mazntamed by the contractor The policy shall be written on an occurrence basis either ~n a single policy or ~n 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 llab~hty covering this contract and broad form properW damage coverage · Coverage B shall ~nclude personal injury · Coverage C, medical payments, ~s not required If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, Pt shall ~nclude at least · Bodily injury and Property Damage Llabal~ty for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures. · Broad form contractual llabil~ty (preferably by endorsement) covering this contract, personal ~njury liablhty and broad form property damage liability. AAA003EO ,EWSEO ~o/~2~4 CI - 3 Insurance Requirements Page 4 Automobile Liability Insurance: Contractor shall prov,de Commercial Automobmle Liab,lity insurance w~th Combined Single Limits (CSL) of not lees than ~5oorooo.oo e,ther ~n a s~ngle 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 automobmles and mob,le equmpment used in conjunction wroth this contract. Satisfaction of the above requ;rement shall be ~n the form of a pohcy endorsement for: · 8ny auto, or · all owned, hired and non-owned autos ix] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance wh;ch, ~n additmon to meeting the m;mmum statutory requzrements for ;ssuance of such insurance, has Employer's L;ab;Izty hm;ts of at least $100,000 for each accmdent, $100,000 per each employee, and a $500,000 policy limit for occupatmonal disease. The City need not be named as an "Add;t~onal Insured" but the insurer shall agree to wa;ve all r,ghts of subrogatmon aga;nst the C;ty, mrs officmals, agents, employees and volunteers for any work performed for the City by the Named Insured For bu,ld,ng or construction projects, the Contractor shall comply with the provmsmons of Attachment 1 mn accordance with §406.096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensatmon Corem,ss;on (TWCC) [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtamn, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective L,ab;l~ty insurance policy naming the C~ty as ;nsured for property damage and bodily mnjury which may ar~se ~n the prosecution of the work or contractor's operations under thins contract Coverage shall be on an AAA00350 REVISED 10112/84 CI ' 4. Insurance Requirements Page 5 "occurrence" basis, and the policy shall be issued by the same msfJrance company that carries the contractor's liability insurance. Policy limits w, II be at least combined bodily injury and property damage per occurrence with a .. aggregate. [ ] Fire Damage Legal Uability Insurance Coverage is required if Broad form General Liab,l,ty ~s 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 Uability Insurance Professional liability Insurance with limIts not less than per claim w~th respect to negligent acts, errors or omissions in connection w;th profess;onal services is required under this Agreement [ ] Builders' Risk Insurance Bu,lders' R,sk Insurance, on an AII-R~sk form for 100% of the completed value shall be provided Such policy shall ~nclude as "Named Insured" the City of Denton and all subcontractors as their ~nterests may appear [ ] Additional Insurance Other Insurance may be required on an ~ndlvldual basis for extra hazardous contracts and specific service agreements If such additional ~nsurance ~s required for a specific contract, that requ;rement w~ll be described ~n the "Specific CondItions" of the contract specif, cations. AAAO0360 REVIS£D 10112/04 CI - 5 Insurance Requirements Page 6 A'I'rACHMENT I [x] Worker's Compensation Coverage for Building or Construction Projects for Governmental Entitles A. Definitions: Certificate of coverage ("certlflcate")-A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commlss,on, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutor~ 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 begmnmng 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 wroth the contractor and regardless of whether that person has employees This ~ncludes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furmshes persons to provide serv,ces on the project "Services" ~nclude, without limitation, providing, hauling, or dehvenng equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not ~nclude act,wtms unrelated to the project, such as food/beverage vendors, office supply deliveries, and dehvery of portable toilets. B. The contractor shall prowde coverage, based on proper reporting of classification codes and payroll amounts and hhng 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 AAA00350 Insurance Requirements Page 7 C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract. D If the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage w,th the governmental entity showing that coverage has been extended E. The contractor shall obtain from each person prov,dlng 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 entaty will have on file certafica~es 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, ~f the coverage period shown on the current certificate of coverage ends during the duration of the project. F The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter G. The contractor shall notify the governmental ent;ty in wr;ting by certified mini or personal delivery, within 10 days after the contractor knew or should have known, of any change that matenally 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 Commlss;on, informing all persons prowding services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. AAA00360 ~'v,s~ ~o,2/.4 CI - 7 Insurance Requirements Page 8 I. The contractor shall contractually require each person with whom ~t contracts to provide services on a project, to: (1) prov,de coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, wh,ch meets the statutory requlraments of Texas Labor Code, Sect;on 401.011 (44) for all of Its employees providing serv,ces 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 ~s being prov,ded 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 prowding services on the project, and REVISED 10112/94 Cl - 8 Insurance Requirements Page 9 (7) contractually require each person wroth whom ,t contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are prov,dlng 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 w;ll provide servmces on the project w, II be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of class,flcatlon codes and payroll amounts, and that all coverage agreements will be filed with the appropriate Insurance carrier or, mn the case of a self-tonsured, w,th the commission's Divlsmon of Self-lnsurence 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 w,th any of these prov,s~ons 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 wmthmn ten days after rece,pt of notice of breach from the governmental entity. AA~O0360 .~v,,.~ ~o,:~*~ CI - 9 i0/13/1997 08 00 040-383-7555 ELECTRIC PRODUCTION PAGE 02 BID NUMBER 2072 BID PROPOSALS Paoe 2 of 2 City of Denton, Texee ~01 B Taxa8 SL Pumhaelng Department Denton, Texas 78~01 ITEM DESCRIFTION QUAN PRICE AMO J A?.T. LABOR A.ND llA'£]f~ rAT.S Ii~C~-SSA][¥ ~O~, ItF~AT.R OF CIt;NIG~T~G STATTON UN'rT ~ COOL[NC TOW~.. 1. DI['rFT IG.,~INA.TOR SYSTI~ l']!~]l [[[.A.1. 1 $ 2. HOT WA~£E,U~ aA.giN P]E~ III.A. 2. 1 $ $42~6fi3 3. FILLING PER III.A.3. 1 $ $28,23f 4. ~IOT WA'rY.~ BASIN COvF-,tu~ P~ ITI.A.4. 1 $ $27,202 5. t~ISCELLA.WEOUS RRP,,%TR.~ PIlL III.A.5. ! $ $ 3,13- TOTALS $132, we quota the above f o b dellYared to Denton, Taxes Shipment can be mmda In30 to 45 days from receipt o! order Terms net/30 unless otherwise Indlceteci In submitting the ePove bid, the vendor agrees that acceptance of any or e, bid items by the C~ty of Denton, Texas w~thm a reasonable period of time constJtuee a contract Trte completed Bid Proposal must he properly priced, signed and returned 143 UNION Blvd., Suite 400 GEA Thermal-Dynamic Towers, Inc C~ly 8t&te Zip Signature (303) 987-0123 Director of Repazr