Loading...
1991-105ORDINANCE NO fynza_,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 solicited, received and tabulated com- petitive bids 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 receiv- ed and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or im- provements 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 con- struction of public 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 bid number assigned hereto, are hereby accepted and approved as be- ing the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 1211 Betz Industries See Exhibit A 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 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, after notification of the award of the bid 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 bids accepted and approved herein, provided are made in accordance with the Notice to Bidders and Bid Propos- als, and documents relating thereto specifying the terms, condi- tions, plans and specifications, standards, quantities and speci- fied sums contained therein SECTION IV That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the city Council here- by authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V That this ordinance shall become effective im- mediately upon its passage and approval PASSED AND APPROVED this the ~j day of 11991 BOB CASTLEBERRY, MAYO ATTEST JENNIFER WALTERS, CITY SECRETARY BY APP VED AS TO LEGAL FORM DEBRA A DRAYOVITCH, CITY ATTORNEY BY k,&&_ZAA DATE July 16, 1991 CIT~_COU$CIL_REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1211 WATER CONSULTING SERVICE AND CHEMICAL SUPPLY R$QQMMMA1I2$ We recommend this bid be awarded to Betz Chemical for the water treatment and chemical supply for a five year period Each year the contract is to continue would be based on approval of budget funds during the budget process Estimated cost are listed in attached memorandum UM AX, This service and related chemicals are to treat the sewage effluent water utilized in the boiler and cooling towers at the Municipal Power Plant An extensive evaluation has been performed under the direction of Jim Thune, Electric Production Manager and the result are communicated in the attached memorandum BAQ$Q$QIl$D Tabulation sheet, Memorandum dated June 24, 1991 P$OQ$AM$a_D$PARTMENT_QR_QROQP_AFFECTED Electric Production Division $Ia9AJ3_IMgAQj Budget funds for Plant Maintenance for the specific year affected 1991-1995 submitted Respect ly submitted 1 --arre .1---- Lloyd Harrell City Manager Approved Name Tom D Shaw, C P M Title Purchasing Agent TS/dd 170 DOC EXHIBIT A BID # 1211 ! I BID NAME WATER CONSULTING SERVICE BETZ ! & CHEMICAL SUPPLY i I IND ! OPEN DATE February 28, 1991 1 ! 1 ITEM ITEM DESC-R-I-PTION ! VENDOR I ' A I--------- (BOILER SYSTEMS COST i 100 (10) 1 Average cycles of concentration) I I I (2f) I IOXYGEN SCAVENGER, oost/pound 1 I 97 I I (3f) I ISCALE INHIBITOR, cost/pound I N/A ! (4d) (ORGANIC DISPERSANT, cost/pound 1 ' t 18 ! ! (5e) I (ALKALINITY ADJ , cost/pound 11 1 I 22,1 15, 745 1 I (6d) I I !NEUTRALIZING AMINE, cost/pound I I 2 02 I (7d) I IFILMING AMINE, oost/pound i I I N/A ! I (8b) IRESIN CARE, coat of program 1 ' 1 (9b) I IFUEL OIL CARE, cost of program 1 l 1 58 - 6 32 1 I (10d) I I (AUXILIARY COOLING , cost/poundl ! I 2 64 1 I B 1 (COOLING SYSTEM COST 1 6 1 (10) (Average cycles of concentration 1 I I (2d) I ISCALE INHIBITOR, cost/pound 1 1 1 65 (3d) 1 ICORRISION INHIBITOR, cost/pound 1 3 69 (4d) 1 IDISPERSANT, cost/pound i ! (5e) I IPh CONTROL, coat/pound ! l (6e) I IBIOCIDE A, cost/pound ! l (7e) I IBIOCIDE B, oost/pound 1 1 2 70 (8b) 1 (TOWEL LAY-UP, cost of program 1 I 8 2 HPS1 C I !CONSULTING SERVICES I 11 Annual Cost ! ! I 12 Other Costs ! I D I (AMENDED PRICING ADJUSTMENT I 11 1st Year Adjustment % ! 6% 12 2nd Year Adjustment % ! 6% 1 13 3rd Year Adjustment % ! 6% BID # 1211 I 1 I 1 1 I BID NAME WATER CONSOLTM SERVICE 1 BEM I NALCO 1 CAL,] BUC[@7AN & CHMCAL SUPPLY I IND I MECAL 1 LAB 1 I I i i I OPEN DATE February 28, 1991 I I I I i I ITEM i ITEM DESCRIMON 1 VENDOR 1 VENDOR I VENDOR i VENDOR A 1BOILER SYSMIS COST 1 100 1 90 1 ASS i 150 (1c) I Average cycles of camentrationl I I I 1 1 I (2f) I I IORYGEN sCamm, cost/Word 1 97 1 1 3 06 1 2 351E 1 I 3 15 I ' (3f) 1 1 ISCALE DEEIlBITOR, cost/WOrd i N/A I I N/A I N/A i I I 1 00 (4d) I I IOR,7ANIC DISPERSANT, 00st/Wor4 1 1 18 1 N/A 1 N/A I 56 (5e) I 1 IALRALJNTIY ADJ , cost/Mt It I 22,1 15, 745 1 1 20 • i i !USE OF CURMU 1 i 10 I I I I PROGRAM I 1 (6d) I IPIDJPRALIZIIVG MIRE, cost/pound 1 I 2 02 1 I 4 02 1 1 41 1 I 1 1 31 (7d) 1 i IFnmiw, Amm, cost1mW I N/A i 1 N/A i N/A 1 1 08 (8b) I 1 IRESIN CARE, cost of progam i 1 1 72 1 ME PROPOSAL 1 3 70 1 I i 1 64 1 1 I (9b) I I 1Rm OIL CARE, cost of program 1 I 1 58 - 6 32 1 6 80 M I 1 2 2911 1 4 00 # 1 I 1 15 15 PR 5000 GLi 1 68 # (10d) IAIDMam a= , ocet/pcund1 i 2 64 1 I 2 16 1 77 I 1 I 75 B 1 ;COOLING SYSTEM COST I 6 1 4 5 1 5 1 5 (1c) JAverage cycles of om=ntration I I I I i (2d) 1 I ISCALE IIEMITOR, cost/paaid I 1 65 1 N/A 1 1 30 1 I 1 25 (3d) 1 I ICORRTSION IIhIIDM, cost/p0ud 1 3 69 I N/A 1 11 1 75 (4d) IDISFERSANT, cost/paved 1 1 1 2 40 # 1 11 I 1 I 1 05 (5e) 1 I IPh COMM, cost/paud 1 - 1 I OPEN Mfl 1 1 1 I 11 (6e) 1 I iBIOCIDE A, oost/ppud I - I I CPEN MCP 1 3 30 1 I 1 43 (7e) I I (BIOCIDE B, Cost/pwW 1 2 70 1 I 5 32 i N/A 1 1 1 4 00 (8b) 1 1 ITmVEL LAY-UP, cost of progam 1 8 2 HPS1 I N/A I SEE PROPOSAL 1 1 13 PER M TT 1 i i I C ICONSLLTING SEMrzCES I I I I 11 Annual Cost I - I NO CCSf 1 - 1 I 1 - I I 12 Other Costs I I I I - I I NO COSr 1 - 1 I 1 - D IAMEEmm PRICING ADJUSn au I I I I 11 1st Year Ad3ustmant % 1 6% 1 I 7 5% 1 8% 1 I I 0 0% 1 I 12 2nd Year Adjustaent % 1 i 6% 1 I 5 0% 1 8% I 2% i 13 3rd Year Adjustment % 1 1 1 6% 1 1 5 0% I 8% 1 1 1 2% 1911, 'I';1 21I " , 13 TO Tom Shaw, Purchasing Agent FROM Jim Thune, Manager of Electric Production DATE June 24, 1991 RE BID #1211 WATER CONSULTING SERVICES AND CHEMICAL SUPPLY Regarding the above referenced bid, I submit the following evaluation and recommendations INTRODUCTION. Betz, Buckman, Calgon and Nalco proposals have been received regarding the above referenced bid Costs have been evaluated for each proposal with detail provided for selected programs Buckman offered low overall bid per specification Evaluation and testing of selected Buckman programs failed service criteria and the proposal was rejected, in part, due to performance Betz offered the next low evaluated bid Evaluation and testing of Betz's program resulted in acceptable results This report will detail and support our recommendation to contract with Betz for water treatment chemical and consulting services DETAIL. There are two broad areas of interest with regard to chemical treatment oxygen scavenger and cooling tower treatment costs These costs detailed Betz Oxygen Scavenger Application Cost Powerline 1200 P 120 PPM Prod / 1 PPM oxy $0 97/lb $0 582/mmlb steam Cooling Tower Powerline COol 21 PPM Res / in tower 4 2 PPM/in make-up pond $1 65/lb $6 93/mmlb m u Bulab 9605 2 48 PPM Prod / 1 PPM oxy $3 15/lb $0 04/mmlb steam Bulab 7034 10 PPM res / in tower 2 PPM res /in make-up pond $1 25/lb $2 50/mmlb m u Calaon Pre-Tech 3000 115 PPM Prod / 1 PPM oxy $2 35/lb $1 35/mmlb steam Conductor 6130 100 PPM res / in tower 20 PPM res / in make-up pond $1 30/lb Nalco Nalco 1700 44 PPM Prod / 1 PPM oxy $3 06/lb $0 67/mmlb steam Nalco 8303 40 PPM res / in tower 5 PPM res / in make-up pond $2 40/lb Page 2 Bid #1211 ficu Powerline COD2 1 PPM res /in tower 0 2 PPM res/in make-up pond $3 69/lb $0 74/mmlb m u ckman Calgon Nalco Bulab 9327 10 PPM res / tower 2 PPM res/in make-up pond $0 75/lb $1 50/mmlb m u Bulab 8006 2 PPM res/in tower 0 4 PPM res/in make-up pond $1 50/lb $0 60/mmlb m u Total $7 67/mmlb m u $4 60/mmlb m u $26 00/mmlb m u $12 00/mmlb m u Treatment cost on a per unit basis favors suppliers in the following order Lowest per unit Buckman Betz Nalco Highest per unit Calgon EVALUATION Buckman proposed a three component cooling tower treatment at a combined cost of approximately $4 60 per million pounds of make-up We were unable to obtain any references from utilities currently utilizing this program with sewage effluent Condenser operation is critical to overall Plant thermal efficiency Risks associated with implementation of an unproven program are great and not warranted The proposed oxygen scavenger was tested under laboratory conditions and found ineffective in reducing dissolved oxygen levels in condenser hot well condensate Proposed dosage may be effective with high temperature feedwater however, oxygen scavenge and corrosion control in the condensers would not be achieved as the condenser is cycled to atmosphere Boiler chemical treatment included use of chelant, causic and polymer This approach deviates from current and typical treatment used and accepted by industry for the pressure and application found in our boilers The program also requires installation of additional high pressure chemical feed pumps to properly administer the treatment SUMMARY. Buckman supplied chemical at low evaluated cost Testing of the evaulated programs indicated ineffectiveness of oxygen scavenger, and the consultant demonstrated no experience treating cooling towers utilizing sewage effluent for make-up In addition, an investment of several thousand dollars for chemical pumps would be necessary to administer the boiler program The Buckman proposal does not comprhensively address all issues of the specification and is therefore rejected on performance Page 3 Bid #1211 Betz Betz proposed two component cooling tower treatment at a combined total cost of $7 67 per million pounds of make-up References were reviewed and indicated acceptable results treating sewage effluent with similar programs Oxygen scavenger was tested under laboratory conditions and successfully reduced residual oxygen at specified dosages The boiler treatment program is in line with accepted industry practices and may be easily administered with exsisting equipment RECOMMENDATION Betz offers low evaluated proposal (Buckman rejected) and has successfully demonstrated product capability and user references I recommend contracting with Betz to supply water treatment chemical and services per Specification 91-0090004 for the period thru September 31, 1992 with option to extend the contract per II B 4 for up to three years beyond Sept 31, 1992 All pricing firm per Bid #1211 Water treatment chemicals are costly and generally not inventoried in amounts suitable for annual consumption Chemicals are typically ordered as needed, maintaining minimum inventory to accomondate system upset and/or acquisition delays Blanket Order or By Use Requisition will be utilized at your discretion The annual value of our useage is estimated as follows Remainder of 1991 $25,000 00 1991-1992 60,000 00 1992-1993 64,000 00 1993-1994 68,000 00 1994-1995 72,000 00 Please review this recommendation and advise of any further action required une, Electric Production Manager JT/ks 06031037/D4 cc ErnielJullos, Director of Electric Utilities Bob Nelson, Executive Director of Utilities File Bid1#1211 XXVI STATE OF TEXAS H 91 ~ l05 I D)F' 41, . COUNTY OF DENTON CONTRACT AGREEMENT II'?1I OCT 16 RECD THIS AGREEMENT, made and entered into this 16 day of July A.D., 19 91, by and between The City of Denton of' the County of Denton and.State of Texas, acting through thereunto duly authorized so to do, ter termed "OWNER," and of the City of Southlake , 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 bearing even date herewith, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: Bid 111211 - WATER CONSULTING SERVICES AND CHEMICAL SUPPLY. 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 CA-1 0114s J Other drawings and printed or written explanatory matter thereof, and the. Specifications therefore, as prepared by ELECTRIC PRODUCTION , 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;oomplete 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 0114s IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. L CITY OF DENTON OWNER By (SEAL) BETZ CONTRACTOR T le 67 (SEAL) CA-3 p z,:eY,avst~ DCP:~A h1. KAI~FR i d =Q° `A...... ['!Diary Public ? s STATE Or TEXAS F ~:b9y Comm. Exp. 12-19`92 ~ 0114s VII. CONSULTANT'S PROGRAM COST A BOILER SYSTEMS COST 1. Bo iler Concentration Recommendations a. Maximum cycles of concentration III b. Minimum cycles of concentration 90 ic. Average cycles of concentration * Base cost calculation on ave. recommendation 2. Ox ygen Scavenger ~o f I~oa -U ' a. w c~4il~ s description Z Consultant b. Generic description F1y~RoR.i.io1 c. PPM product required per 1 ppm oxygen in feedwater 12 0 d. ~ edwater f~ r PPM product required per 1 ppm residual ir} e. / Recommended average boiler"residual ~1 f. Cost per pound of product (see II.B.3.) 9 3. Sc ale Inhibitor a. Consultant's description v Pf b. Generic description c. PPM required per 1 ppm T.A. hardness in feedwater d. PPM product required per 1'ppm residual in;feedwater, e. Recommended average boiler residual f. Cost per pound of product (see II.B.3.) 4. Or ganic Dispersant a~ Z TQW t¢ P L !3? D ' a. A , s description Consultant b. Generic description Sy~Ti+¢r GARBDXY~Ar~ Gop.o~>w.~R C. Recommended average boiler water concentratio loll M~ d. Cost per pound of product (See II.B.3.)~•19 o. Al a kalinity adjustment 1393 Consultant's description fk-(Z 1~0wkR~ kJt~ 13Ot 13~~ . y ~ b. Generic description MoJO_~i- AdD iRlsohl"M 404piT F-- C. PPM product required to raise *1-alkalinity 1 ppm ,(I8_ d. 'Recommended average boiler-taa3l Li ' y 10-30 4, PDa,) '7 - 4 e. : ~y / 1•27 119 Cost per pound of product (see II.B.3. 6. Ne utralizing Amine D g `~0S ' a. ee Z r~JW~W l!~ 1 s description Consultant b. Generic description Nbo LpNDL.1.Jtr- C. Recommended average condensate Ph $ I S d. Z D Z Cost per pound of product (see IT B.3.) Filming amine a. Consultant's description A b. Generic description c. Recommended PPM in the steam _ d. Cost per pound of product (see -12- II.B.3.) BID #1211 B 8. Resin Care a. Type and description of program TD P-:,F- DE-1E•EM1t4ab . b . Cost of program f 3 ~ P's114 A^1, L y s (T p 9. Fuel Oil Care r2 $ Z, Z_ a. Type and description o program D S- 1,j W-SPF_RSa,-(T b. Cost of program /•S8' `,3Z )ooo G4L. Dl~ 10. Auxiliary Cooling Water Treatment a. Consultant's description S~ z Z QDwa~~,nlE 3Z6C b. Generic description VY10L_Y81>ATT_ -ZA-SED i4jL,a -ryp, c. Recommended pound per 1000 gallons :ZS_ d. Cost per pound of product (See II.B.3.) ~.6 COOLING SYSTEM COST 1. Circulating Water Concentration Recommendation L SJ a. Maximum cycles of concentration 7 b. Minimum cycles of concentration S C. :average cycles of concentration (o Base Cost Calculation on avg. Recommendation 2. Scale Inhibitor a. Consultant's description $2' b 1'ew~Q~ , J~ Lfl ki b. Generic description ~j $-I c. PPM of product required in 'the circulating water ZI d. Cost per pound of product (See II.B.3.) S. 3. Corrosion Inhibitor a. Consultant's description 6~Ty ~1tisGR~-„JL Dl~ Z b. Generic description TbLYL_-re,i"o"z C. PPM of product required in the circulating water d. Cost per pound of product (See II.B.3.). 3.69 (2 Lt ~o~'rocVOA ADM. 4. Dispersant a. Consultant's description SrE L -S CA --E. W* )AI-7-pa b. Generic description c. PPM of product required in the circulating water d. Cost per pound of product (See II.,B.3.) 5. Ph Control a. Consultant's description S.n~-F~6L~c A c I D b. Generic description $ETZ D0~5 ^ior SuQPL-y GDMMOD,TY COS;Aalag C. Recommended ave. :M-alkalinity of circulating water d. PPM of product required to reduce M-alkalinity 1 PPM e. Cost per pound of product (See II.B.3.) -13- BID $1211 6. Biocide A a. Consultant's description 0112 b. Generic description &r2.Docz DoT -9,%e?Ly Commonlry Gt+EJn1c.4," C. Recommended dosage rate in lbs/1000 gallons of circulating water d. Number of applications per week e. Cost per pound of product (See II.B.3.) i. Biocide B a. • Consultant's description gT2 54iw c • D E C. 1g- b. Generic description DOD6.G7tG.~+A~l1~,n/~ 44-jbRoO64~01010( C. Recommended dosage rate in lbs/1000 gallons of circulating water e~3 TtcA ; d. Number of applications per ~esl: to 0, - ) i 1 T z ,d s+n u~p e. Cost per pound of product (See II.B.3.) 2.70 I 8.• Towel Lay-Up a. Type of description of program 41 ci4 Fr-F_ b. Cost of program OllucY $.2 - tJ ! CONSULTING SERVICES 1. Annual cost for services as outlined in Part II SUPPLY (See II.B.3.). C SCOPE OF 2. Any other cost not specifically represented in this proposal that consultant deems necessary for consultant's program (See II.B.3.) D AMENDED PRICING ADJUSTMENT PER ITEM II.B.3. i 4 1. Pricing Adjustments to firm quotation allowed under II.B.3., quoted prior to contract extension provided under II.B.4., shall not exceed the amount of base product quotation multiplied by consultant's first (1st) year extension adjustment of percent. 2. Pricing adjustment to firm quotation allowed under II.B.3., quoted prior to contract extension provided under II.B.4., shall not exceed the amount of product quotation pricing of VII.D.1., multiplied by consultant's second (2nd) year extension of b percent. i v 3. Pricing adjustment to firm quotation allowed under II.B.3., quoted prior to contract extension provided under II.B.4., shall not exceed the amount of product quotation pricing of VII.D.2, multiplied by consultant's third (3rd) year, extension adjustment of h percent. j f -14- BID 01211 E i PRODUCER ALEXANDER & ALEXANDER INC. 225 Public Ledger Building Philadelphia, PA 19106 INSURED BETZ LABORATORIES, INC. & Subsidiary Companies 4636 Somerton Road Trevose, PA 19047 r tl V ~~I V 11 ISSUE GATE (MM/pD/VY~ A..:~._i _ ( . s 9/18/91 THIS CERTIFICATE IS ISSUED AS A MATTER`OF INFOIRMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE ii POLICIES BELOW COMPANIES AFFORDING COVERAGE LETTERNYA National Union Fire Ins. Co. sburgh,._P-A_:_. ___J COMPANY LETTER B I COMPANY - ' LETTER C COMPANY i LETTER D COMPANY LETTER E THIS IS TO CERTIFY THAT THE POLICIES INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXC _LUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. i- LTRz TYPE OF INSURANCE , POLICY NUMBER POLICY EFFECTIVE POLICY EXPIflATION! i DATE (MMIDD/YY) 1 DATE (MM/DD/YY) I LIMITS I GENERAL LIABILITY I I 1 ^ ~X yyyC~~~O~~~MMERCIAL GENERAL LIABIL GENERAL AGGREGATE ITY $ + - 2,_~0f~, ©a( A g .,iC AIMS MADE OCCURPRODUCTS COMP/OP AGG $ RMGL3252849 17/1/91 17/1/92 LERSONALBADV. INJURY I 1, 000, 00( i OWNERS 8 CONTRACTORS PROT!RMGL3252848 (TX) z ~ ~ ~ $-11- 001-0©( I :EACH OCCURRENCE i.¢ ¢ rr iv..o. .a... ( AUTOMOBILE LIABILITY A !ANY AUTO ALL OWNED AUTOS ~ SCHEDULED AUTOS HIRED AUTOS NON-OWNED AUTOS 1 EXCESS LIABILITY !X TUMBREL AFORM WORKER'S COMPENSATION AND EMPLOYERS' LIABILITY OTHER RMCA1427787 17/1/91 RMCA1427788 (NJ, VA, HI) RKCATM1427786 (TX)' /1/92 BE3080363 '7/1/91 7/1!92 __~_i~__ _ RMWC1232174 7/1/91 ;7/1/92 RMWC1232173 (AZ, ID, VA, MD, OR) RMWC123?170 (CA) RMWC1232171 (TX) $1,000,000 SIR DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS RE: CITY OF DENTON iS NAMED ADDITIONAL INSURED CITY OF DENTON 901 B TEXAS.STREET DENTON TX 76201 ATTN! MELANIE HARDEN FIRE DAMAGE (Any one fire) - I S MED. EXPENSE (Any One peroci $ COMBINED SINGLE $ LIMIT BODILY INJURY i (Per person) $ BODILY INJURY (Per accident) § PROPERTY DAMAGE 1S AGGREGATE ACCIDENT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ALEXANDER .S ALEXANDER INC. INSURANCE MINIMUM REQUIREMENTS ."INSURANCE: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work and/or material has been completed-/delivered and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. Satisfactory certificate(s) of insurance shall be filed with the Purchasing Department prior to. starting any construction work or activities to deliver material on this Contract. The certificate(s) shall state that thirty (30) days advance written notice will be given to the Owner before any policy covered thereby is changed or cancelled. The bid number and title of the project should be indicated, and the City of Denton should also'.. be listed on all policies as an additional named insured. . To avoid any undue delays, it is worth reiterating that o Thirty (30) days advance written notice of material change or cancellation shall be given; o The City of Denton shall be an additional named insured on all policies. I. WORKMEN'S COMPENSATION AND EMPLOYER'S LIABILITY,: This' insurance shall protect the Contractor against all claims under applicable state workmen's compensation laws, The Contractor shall also be protected against claims for injury, disease, or.death of employees which, for any reason, may not fall within the provisions of-•a workmen's compensation law. The liability limits shall not be less than: o Workmen's Compensation - Statutory o Employer's Liability - Statutory II. COMPREHENSIVE AUTOMOBILE LIABILITY. This insurance shall be written in comprehensive form and shall protect the Contractor against all -claims for injuries to -members- of the public and 'damage to property of others arising from the use of motor vehicles licensed for highway use, whether they are owned, nonowned, or hired. The liability limits shall not be less than: o -A combined single limit,of $500,000.00 III. COMPREHENSIVE GENERAL LIABILITY.. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims arising from injuries to members of the public or damage to property of others arising out of any act or omission of the Contractor or his agents, employees or subcontractors. CI - 1 To the extent the Contractor's work, or work under his direction, may. require blasting, explosive conditions, or underground operations, the. comprehensive general liability coverage shall contain no exclusion relative to blasting, explosion, collapse of buildings, or damage to underground• property, The liability limits shall not be less than: o A combined single limit of $500,000.00 IV. OWNER'S PROTECTIVE LIABILITY INSURANCE POLICY. This insurance shall provide coverage for. the Owner and its. employees, in the name of the City of Denton, for- liability that may be imposed. arising out of the. work being performed by the Contractor. This also includes liability arising out of the omissions or supervisory acts--.. of the owner. Although this insurance is strictly for •the-- benefit of the. Owner, the Contractor is responsible for obtaining it at his expense. The liability limits shall not be less than: o A combined single limit of $500,000.00 INSURANCE SUMMARY: The Contract 'shall provide insurance to cover operating hazards during the period of placing the facility in operation and during testing, and until such time as the facilities are completed and accepted for operation by the Owner and written notice of that fact has been issued by the Owner. Approval of the insurance by the Owner shall not in any way relieve or decrease the liability of the Contractor hereunder. It is expressly understood that the Owner does not in any way represent that the specified limits ,of liability or coverage or policy forms are sufficient or. adequate to protect the interest or liabilities of the Contractor. Again, the Owner shall be given a certificate of insurance indicating, that all of the above policies and the appropriate limits are indeed enforced. The certificate shall also indicate that the,' Owner will be'. given at least thirty (30) days written notice of cancellation, non-renewal, or material change of the required insurance, coverage. All responsibility for payment of any sums resulting from any deductible provisions, corridor or self-insured retention conditions of the; policy or policies shall remain with the Contractor. The Contractor shall not begin any work until the Owner has reviewed rand approved the insurance certificates and so notified the Contractor directly in writing . Any notice to proceed that is issued shall be subject to such approval by the Owner. CI - 2 Name and Address of Agency Phone Name and Address of Insured: Phone City of Denton Reference: Project Name: Project No: Project Location: Managing Dept: Companies Affording Coverage: A a C This is to certify that: 1) Policies of insurance listed below have been issued and are in force at this tim: 2) The City of-Denton is listed as an additional insured as to all applicable coverage. Company Expiration Limits of Liability Letter Type of Insurance Fnlirv Numhor nn*. r- 1-1 Comprehensive General Liability - Occurrence Occurrent - Claims Made (see #4-Page CI-4) Bodily Injury = Broad Form to Include: Property Damage $ - Premises/Operations - Inde endent C t t p on rac ors - Products/Completed Operations - Personal inj Bodily injury and Property ury - Contractual Liability(see #3-Page CI-4) l E i Damage Combined j xp - os on and Collapse Hazard - Underground Hazard. - Liquor,Liability Coverage -.Fire Legal Liability (see #5-Page CI4) - Broad Farm Property Damage - Professional Errors/omissions - occurrence - claims made (see #4-Page CI-4) Comprehensive Automobile Bodily ln,ury/Person f Liability Bodily Injury/Accident $ -.Owned/leased Automobiles Property Damage f - Non-awned Automobiles - Hired Automobiles Bodily Injury/Property Damage Carbined $ - Workers' Compensation and Statutory Amount Employers' Liability each accident - Owners' Protective Liability $ Other Insurance )escription of Operations/Locations/Vehicles. Each policy shall require thirty (30) days notice of cancellation, non-renewal, or material change in coverage. (See #2, Page CI-4). Jame and address of Certificate Holder. u MULD :ITY OF DENTON, TEXAS 'URCHASING AGENT 301-B TEXAS ST. AUHIORIZED REPRESENIATIVE )ENION, TEXAS 16201 SEE DEFINITIONS ON PAGE CI 1 ATTAMEU. DEFINITIONS 1. ADDITIONAL INSURED: The City of Denton, its elected and appointed. ofticials, officers and employees. (This does not apply to Worker's Compensation.) 2. NOTICE OF CANCELLATION: Each policy shall require that:' thirty (30) days prior to the cancellation, non-renewal, or any material change in coverage, a notice thereof shall be given to owner by certified mail. If the policy is cancelled for non-payment of premium only ten (10) days .written notice'to owner is required. 3. CONTRACTURAL COVERAGE: (Liability assumed by contrac t or agreement, and would not otherwise exist.) The contractual .liability requirement shown, on the reverse side of this Certificate of Insurance under Comprehensive General Liability, must include a definition of coverage broad enough to provide coverage for obligations assumed by the contractor in the referenced contract. This Certificate of Insurance is provided as required by the-governing contract. 4. CLAIMS MADE POLICY FORM: Required period of coverage will be determined by the following formula: Continuous coverage for the life of the contract, plus one year (to provide coverage for the warranty period), and a extended discovery period for a minimum of five (5) years which shall begin at the end of the warranty period.. 5. FIRE LEGAL LIABILITY: (Required in all contracts that involve the occupancy, construction or alteration of City-owned or leased facilities.) Insurance is to cover buildings, contents' (where applicable) and permanently installed equipment with respect to property damage to structures or portions of structures if such damage is caused by the peril of fire and due to the operations of the contractor. Limit of liability is to be a minimum of $500,000. 6. OWNER: The term owner shall include all authorities, boards, bureaus, commissions, divisions, departments, and offices of the owners, and individual members, employees, and agents thereof in their official capacities, and/or while acting on behalf of the owner. CI - 4