2000-231ORDINANCE NO ~900
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A PUBLIC WORKS
CONTRACT FOR THE CONSTRUCTION OF SOCCER FIELD LIGHTING IMPROVEMENTS,
PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING AN
EFFECTIVE DATE (BID 2518 - NORTH LAKES PARK SOCCER FIELDS LIGHTING
IMPROVEMENTS AWARDED TO THE LOWEST BIDDER, GROVES ELECTRIC, INC IN THE
AMOUNT OF $152,900 INCLUDING ALTERNATE 1)
WHEREAS, the City has solicited, and received competitive sealed 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 received and recommended that the
herein described bids are the lowest respondent for the construction of the public works or improvements
described in the bid invitation, and plans and specifications therein, NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I That the following competitive sealed bid for the construction of public works or
improvements, as described in the "Sealed Bid Invitations", 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 being the lowest responsible bids
BID
NUMBER CONTRACTOR AMOUNT
2518 Groves Electric, Inc $152,900
SECTION II That the acceptance and approval of the above competitive sealed bid 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, and insurance certificate 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 that such contracts are made in accordance with the Notice
to Bidders and Request for Sealed Bids, 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 bids 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
bids 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 a9 day of 2000
Z
EULINE BROCK, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
BY
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
BY s
BID 2518 -
ATTACHMENT I
TABULATION SHEET
Bid 2518
Date 6/15/00
NAME NORTH LAKES PARK SOCCER FIELD LIGHTING IMPROVEMENTS
No DESCRIPTION
VENDOR
VENDOR
VENDOR
VENDOR
VENDOR
Jones &
Groves
Liteco
Chickasaw
F & W Electric
Jeffrey
Electric
Electric
Electric
Principle Place of Business
Denton, TX
Carrollton, TX
Waller,TX
Dallas, TX
Floresvdle, TX
TOTAL BASE BID
$182,745
$162,900
$183,995
$269,000
$193,500
1
ALTERNATE 1
$176,745
$152,900
$171,995
$260,000
$193,500
2
BID BOND
YES
YES
YES
YES
YES
3
CONTRACT AGREEMENT
STATE OF TEXAS §
COUNTY OF DENTON §
THIS AGREEMENT, made and entered into this 15day of 1 dy- A D , 2000, by
and between City of Dentan of the County of and State of Texas, acting through
Michael W iez thereunto duly authorized so to do, hereinafter termed "OWNER," and
of the City of f'9rrn11tnn , County of nallaa 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
in the amount of $159,900 and all extra work in connection therewith, under the terms as
stated in the General Conditions of the agreement, and at his (or their) own proper cost and
expense to furnish all materials, supplies, machinery, equipment, tools, superintendence,
labor, insurance, and other accessories and services necessary to complete the work specified
above, in accordance with the conditions and prices stated in the Proposal and the Performance
and Payment Bonds, attached hereto, and in accordance with all the General Conditions of the
Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), and
Instructions to Bidders, as referenced herein and on file in the office of the Purchasing Agent,
and in accordance with the plans, which includes all maps, plats, blueprints, and other
drawings and printed or written explanatory matter thereof,
CA-1
and the Specifications therefore, as prepared by
all of which are referenced herein and made a part hereof and collectively evidence and
constitute the entire contract
Independent Status
It is mutually understood and agreed by and between City and Contractor that
Contractor is an independent contractor and shall not be deemed to be or considered an
employee of the City of Denton, Texas, for the purposes of income tax, withholding, social
security taxes, vacation or sick leave benefits, worker's compensation, or any other City
employee benefit City shall not have supervision and control of Contractor or any employee
of Contractor, and it is expressly understood that Contractor shall perform the services
hereunder according to the attached specifications at the general direction of the City Manager
of the City of Denton, Texas, or his designee under this agreement
Indemnification
Contractor shall and does hereby agree to indemnify and hold harmless the City of
Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury
to property or third persons occasioned by any error, omission or negligent act of Contractor,
its officers, agents, employees, invitees, and other persons for whom it is legally liable, with
regard to the performance of this Agreement, and Contractor will, at its cost and expense,
defend and protect the City of Denton against any and all such claims and demands
Choice of Law and Venue
This agreement shall be governed by the law of the State of Texas and venue for its
construction and enforcement shall lie in the courts of Denton County, Texas
The CONTRACTOR hereby agrees to commence work on or after the date established
for the start of work as set forth in written notice to commence work and complete all work
within the 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 ye and day first above written
C
ATTESTI
(SEAL)
ATTEST
CONTRACTOR
Lea e. G2otles, fRSeipelvr
Z Z le- $ez r L "N• 1e0
LIAR. K mGt.T6>4!~ 7)( 7SOCe-
MAILING ADDRESS
9?t g`FG P207
PHONE NUMBER
2 gq-G
FAX N~UpMBE//R~r
BY P•7Ci h PRowoeo'r
TITLE
/y ee, e ,eorps
PRINTED NAME
(SEAL)
CA-3
CITY OF DENTON
INSURANCE REQUIREMENTS FOR CONTRACTORS
Bidder's attention is directed to the insurance requirements below It is highly recommended
that bidders confer with their respective insurance carriers or brokers to determine in
advance of Bid submission the availability of insurance certificates and endorsements as
prescribed and provided herein If an apparent low bidder fails to comply strictly with the
insurance requirements, that bidder may be 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 hmiting 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 trade
or suit is brought The inclusion of more than one insured shall not operate
to increase the insurer's limit of liability
• All policies shall be endorsed to read
"SAID POLICY SHALL NOT BE CANCELLED, NONRENEWED OR
MATERIALLY CHANGE WITHOUT 30 DAYS ADVANCED WRITTEN
NOTICE BEING GIVEN TO THE OWNER (CITY) EXCEPT WHEN THE
POLICY IS BEING CANCELLED FOR NONPAYMENT OF PREMIUM IN
WHICH CASE 10 DAYS ADVANCE WRITTEN NOTICE IS REQUIRED"
• Should any of the required insurance be provided under a claims-made form,
Contractor shall maintain such coverage continuously throughout the term of this
contract and, without lapse, for a period of three years beyond the contract
expiration, such that occurrences arising during the contract term which give rise
to claims made after expiration of the contract shall be covered
• Should any of the required insurance be provided under a form of coverage that
includes a general annual aggregate limit providing for claims investigation or legal
defense costs to be included in the general annual aggregate limit, the Contractor
shall either double the occurrence limits or obtain Owners and Contractors
Protective Liability Insurance
• Should any required insurance lapse during the contract term, requests for
payments originating after such lapse shall not be processed until the City receives
satisfactory evidence of reinstated coverage as required by this contract, effective
as of the lapse date If insurance is not reinstated, City may, at its sole option,
terminate this agreement effective on the date of the lapse
SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS
All insurance policies proposed or obtained in satisfaction of this Contract shall additionally
comply with the following marked specifications, and shall be maintained in compliance with
these additional specifications throughout the duration of the Contract, or longer, if so noted
[X] A General Liability Insurance-
General Liability insurance with combined single limits of not less than _$500 00
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
I used
• Coverage A shall include premises, operations, products, and completed
operations, independent contractors, contractual liability covering this
contract and broad form property damage coverage
• Coverage B shall include personal injury
• Coverage C, medical payments, is not required
if the Comprehensive General Liability form (ISO Form GL 0002 Current Edition
and ISO Form GL 0404) is used, it shall include at least
• Bodily injury and Property Damage Liability for premises, operations,
products and completed operations, independent contractors and property
damage resulting from explosion, collapse or underground (XCU)
exposures
• Broad form contractual liability (preferably by endorsement) covering this
contract, personal injury liability and broad form property damage
liability
[xl Automobile Liability Insurance
Contractor shall provide Commercial Automobile Liability insurance with Combined
Single Limits (CSL) of not less than $100 nnnnnn 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
•I any auto, or
• all owned, hired and non-owned autos
ATTACHMENT 1
[X] Worker's Compensation Coverage for Building or Construction Projects for
Governmental Entities
A Definitions
Certificate of coverage ("certificate ")-A copy of a certificate of insurance, a
certificate of authority to self-insure issued by the commission, or a coverage
agreement (TWCC-8'1, TWCC-82, TWCC-83, or TWCC-84), showing statutory
workers' compensation insurance coverage for the person's or entity's employees
providing services on a protect, for the duration of the project
Duration of the project - includes the time from the beginning of the work on the
project until the contractor's/person's work on the project has been completed and
accepted by the governmental entity
Persons providing services on the project ("subcontractor" in §406 096) - includes
all persons or entities performing all or part of the services the contractor has
undertaken to perform on the project, regardless of whether that person contracted
directly with the contractor and regardless of whether that person has employees
This includes, without limitation, independent contractors, subcontractors, leasing
companies, motor carriers, owner-operators, employees of any such entity, or
employees of any entity which furnishes persons to provide services on the project
"Services" include, without limitation, providing, hauling, or delivering
equipment or materials, or providing labor, transportation, or other service related
to a project "Services" does not include activities unrelated to the project, such as
food/beverage vendors, office supply deliveries, and delivery of portable toilets
B The contractor shall provide coverage, based on proper reporting of classification
codes and payroll amounts and filing of any overage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401011(44) for all
employees of the Contractor providing services on the project, for the duration of
the project
C The Contractor must provide a certificate of coverage to the governmental entity
prior to being awarded the contract
D If the coverage period shown on the contractor's current certificate of coverage
ends during the duration of the project, the contractor must, prior to the end of the
coverage period, file a new certificate of coverage with the governmental entity
showing that coverage has been extended
E The contractor shall obtain from each person providing services on a project, and
provide to the governmental entity
(1) a certificate of coverage, prior to that person beginning work on the project,
so the governmental entity will have on file certificates of coverage showing
coverage for all persons providing services on the project, and
(2) no later than seven days after receipt by the contractor, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the
current certificate of coverage ends during the duration of the project
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 entity in writing by certified mail or
personal delivery, within 10 days after the contractor knew or should have known,
of any change that materially affects the provision of coverage of any person
providing services on the project
H The contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Workers' Compensation Commission, informing all
persons providing services on the project that they are required to be covered, and
stating how a person may verify coverage and report lack of coverage
I The contractor shall contractually require each person with whom it contracts to
provide services on a project, to
(1) provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the
statutory requirements of Texas Labor Code, Section 401 011(44) for all of
its employees providing services on the project, for the duration of the
project,
(2) provide to the contractor, prior to that person beginning work on the project,
a certificate of coverage showing that coverage is being provided for all
employees of the person providing services on the project, for the duration of
the project,
(3) provide the contractor, prior to the end of the coverage period, a new
certificate of coverage showing extension of coverage, if the coverage period
shown on the current certificate of coverage ends during the duration of the
project,
(4) obtain from each other person with whom it contracts, and provide to the
contractor
(a) a certificate of coverage, prior to the other person beginning work on
the project, and
(b) a new certificate of coverage showing extension of coverage, prior to
the end of the coverage period, if the coverage period shown on the
current certificate of coverage ends during the duration of the project,
(5) retain all required certificates of coverage on file for the duration of the
project and for one year thereafter,
(6) notify the governmental entity in writing by certified mail or personal
delivery, within 10 days after the person knew or should have known, of any
change that materially affects the provision of coverage of any person
providing services on the project, and
(7) contractually require each person with whom it contracts, to perform as
required by paragraphs (1) - (7), with the certificates of coverage to be
provided to the person for whom they are providing services
J By signing this contract or providing or causing to be provided a certificate of
coverage, the contractor is representing to the governmental entity that all
employees of the contractor who will provide services on the project will be
covered by workers' compensation coverage for the duration of the project, that the
coverage will be based on proper reporting of classification codes and payroll
amounts, and that all coverage agreements will be filed with the appropriate
insurance carrier or, in the case of a self-insured, with the commission's Division
of Self-Insurance Regulation Providing false or misleading information may
subject the contractor to administrative penalties, criminal penalties, civil penalties,
or other civil actions
K The contractor's failure to comply with any of these provisions is a breach of
contract by the contractor which entitles the governmental entity to declare the
contract void if the contractor does not remedy the breach within ten days after
receipt of notice of breach from the governmental entity
PROPOSAL (BID) FORM
Tine: 2:p.m.
Date: June 15, 2000
To: Purchasing Agent
City of Denton, Texas
901-B Texas Stred
Denton, Texas 76201
Gentlemen
The undersigned having examined the Copftd Documents entitled
tea,„
North Lakes Park Soccer Fields Lighting improvements
Bid #2518
And having visited the site of the proposed construction, and having familiarized himself with
the local conditions affecting the cost of the work, and with all addenda to the said documents,
hereby proposed to furnish all supervision, labor, materials, equipment, tools, and accessories
and to dq all work in accordance with said documents and addenda thereto for the stipulated sum
of Fa a. TienNe~N!s' ?Reaofu A'
Total Base Bid
WI,. 'fOo
Total Materials Incorporated into the Protect
$ s 4 / 7A:V ow-
Total Labor, Supervision and Materials Not Incorporated into the Protect $ 43 ~ 730
Alternates
Alternate # 1
Provide Lighting Fixtures with integral ballasts in hen of remote mount ballasts as scheduled
Refer to 2E/-1 for additional bid al #1 information
ICs A- 7°&MCot L n+r Praoel44-II.
VAIM AIAWAM AMAN eere r ru r..u ern a A. M_
Total Base Bid 'At I AW'
Total Materials Incorporated into the Protect
x ~woN oo~.~eieame foms,oA a.urybv+aN Wm ert Saco eiow. ~ermt,egmv,mevb emzsie xoam m e~me,m~
ADDENDA:
Acknowledge receipt of the following addenda which are part of the Bidding Documents by
placing Addendum Date issued and imtialmg
Addendum. No Addendum No
Addendum No
Addendum No
The undersigned bidder hereby declares that he has visited the site of the work and has carefully
examined thq, cutnents portatmpg to the work coved by the above bid, and he
further agttx~aYN work within ten (10) days after date cf written notice to proceed and
to substaatialty work on which he has bid within \ 66-
Consecutive calel-days subject to such extensions of time allowed by specifications.
The undersived bidder agrees that his bid shall be good and may,not be withdrawn for a period
of 60 calends the scheduled closing time for receivi~g bids.
The undersignedi understands that the Owner reserves the right to reject any or all bids and
to waive any mformahties in the bidding
BID GUARANTY:
Enclosed with this Bid is a Certified Check for
or a Bid bond in the sum of
rVss<r~'r• "AY ,1 ffi cer+ r0Ar AW"W roo Dollars S~ a4a )
which it is agreed shall be collected and retained by the Owner as liquidated damages in the
event this Bid is accepted by the Owner within 60 days after the bids are received and the
undersigned fails to executed the Contract and the required Bonds with the said Owner within
ten (10) days after the date said Bid is accepted, otherwise said check or bond shall be returned
to the undersigned upon demand.
Co~nttrracto (/firm name)
Ys..sdeiE • /a~ae..t
Authorized Signature
a a t, 4. Aft. r ♦ ~Ntl
e*I<ROi r. sin wi., 7A 76220&
(If corporation, attest and affix
a Corporate Seal)
Fri ~v~ Aso
N \WON Oor\BWNet Pros rod rmpbWosb r Pule Saar FkW, I.Ithwt 6.q.ovs,rs BIdMI31 t Notlr m BdCs,.doc
Pd a* L DODL IS--
Title p rNY
Address IPOPW=xw'e It. Z L d. arc.7 A ,ova jor/
City, State, Zip
k
Telephone 97Z 4i"4 BZv7
i
WWw o.w 4dWg F . e au,nyWw W. Pat S...v FW& L4Mm 4epm.cmmu await w w 9wdvae.c
BOND NO. 71 SB 103296863 BCM
PERFORMANCE BOND
STATE OF TEXAS §
COUN I Y OF DF,NTON §
KNOW ALL MEN BY THESE PRESENTS That Graves I leitric,_L3c_whose
address is 1672 P Relthne Rd C'arrnlltnn TX 75()(1(j
hereinafter called Principal, and ?R?±uFi.S GnSUALTY AND SUREPY COMPANY OF AMERICA
a corporation organized and existing under the laws of the State of CONNECTICUT , and
fully authotized to transact business to the State of Texas, as Surety, are held and firmly bound
unto the City of Demon, a municipal corporation organized and existing under the laws of the
State of texas, hereinafter called Owner, in the penal sum of One Hundred F thy.Tw„
Ihons,nd Nine Huncirrd and n-II(L-DOLLARS 152.9011) 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, l exas, for the payment of
which sum well and truly to be made, we hereby bind ourselves, out 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 Contrart price but in no event shall a Change Order or
Supplemental Agreement which reduces the Contract price decrease the penal sum of this
Bond
111F OBLIGA11ON TO PAY SAME is conditioned as follows Whereas, the
Principal entered into a certain Contract, identified by Ordinance Number 2WO-231 , with the
City of Denton, the Owner, dated the -2-1- day of Tilly A D 7000 , a copy of which is
hereto attached and made a part hereof, for _-Bid N 251- North Lairs Park Soccer Feld!,
I IghtIng Impmtcrmenia
NOW, THFREFORh, it 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
hercaitci be made, notice of which modifications to the Surety being hereby waived, and, it 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 Imal completion and final acceptance of
the Work by the owner, and, if the Principal shall fully indemnity and save haunfess the
Owner Irotn all costs and damages which Owner may suffer by reason of failure to so pertotm
herein and shall fully reimburse and iepay Owner all outlay and expense which the Owner may
tricot 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, of to the Plans, Specifications,
Drawings, etc. , ac.c.ompanying the same, shall in anywise affect its obligation on this Bond
and it dues hereby waive none of any Such change, extension of utne, alteration or addition to
the terms of the Contract, or to the Work to be performed thereunder, or to the Plans,
Spec.itic,itions, Drawings, etc
flits Bond is given pursuant to the provisions of Chapter 2253 of the Texas
Government Code, as amended, and any other appllc.able statutes of the State of Texas
Ilie undersigned and designated agent is hereby designated by the Surety herein as the
Resident Agent in Denton County to whom any requisite notices may he 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 Amiotated Civil Statutes of the State of Texas
IN WITNESS WHEREOF, this instrument is executed to _4wpreS, each one of
whtt,h shall be deemed an original, this the 75 day of _IuLy-, _2()pIL
ATTEST
PRINCIPAL
GROVES ELECTRICAL SERVICE, INC.
BY .
SLCRErAR BY /'i!-f-~'V`?~'
PRFSIDENT
ATTFST
SIJRFTY
TRAVELERS CASUALTY AND SURETY COMPANY OF
BY _ - - - - - FICA
BY _
ATTORNEY- AC"
STEVEN J. Z
The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service
of the process is
NAMF
PCL CONTRACT BONDING AGENCY
S1RLL1 ADDRLSS 206 ELM ST., 0105, LEWISVILLE, TEXAS 75057
(NOTE Date of Performance Bond nutu be date of Contract lj Resident Agent is not a
corporation, give a person's name )
PB-2
BOND NO. 71 SB 103296863 RCM
PAYMENT BOND
SLAlLor TEXAS §
COUNTY OF DENTON §
KNOW ALI. MFN BY IHESG PRESENTS that Gruves_Eleuri, Tn, , whose
address is 161 E Belt inp Rd Cariullton, T 75006, hereinafter called Prtnupal, and TRAVELERS
CASUALTY AND SURETY COMPANY OF AMER>Ck_, a corporation organized and existing under the
laws of the State of CONNE.C=Tand fully autho ized to transact business in the State of
texas, as Surety, are held and firmly hound unto the City of Denton, a municipal cot poration
organized and existing under the laws of the State of fexas, hereinafter called Owner, and unto
all persons, firms, and corporations who may tuinish materials for, of perfoum labor upon, the
building or improvements hereinafter referred to, in the penal sum of
not, Hnndred Fifty Two lhnusand Nine Hrindrrd ands/100-DOLLARS 117 (A) 0) 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 brad ourselves, our heirs, cxec,utors,
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 winch 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
Dond
1I117 OBLIGA110N TO PAY SAME is conditioned as follows Whereas, the
Pr mr.ipal entered into a c.ertam Contract, identified by Ordmam c Number 200(123L with the
City of Denton, the Owner, dated the 21 day of -hily_ A D 2000, a copy of which is
hereto attached and made a part hcrect, for Bid y 751R _ North I akes.P.ark Stu( or Fic--Idq
I ig sting Improvrmrntt
NOW, 111FREFORE, it 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 Contra" that may licteatter be made,
nutue of which modtfic anions to the Surety being hereby expressly waived, then this obligation
shall be void, otherwise it shall lennam 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 teceived, hereby
stipulates and agrees that no change, extension of time, alteration or addition to the terms of
the ( ontrau, or to the Work to be performed thereunder, of to the Plans, Spectfnauons,
Drawings, M. , a".ompanymg the same, shall in anywise affe" its obligation on (tits Bond,
and it dues hereby waive notice of any such change, extension of time alteration or addition to
the terms of the Contra", or to the Work to he performed thereunder or to the Plans,
Specitications, Drawings, etc
PB•3
This Bond is given pursuant to the provisions of Chapter 2253 of the Texas
Vovernment Code, as amended, and any other appltt.able 61atute5 of the State of Texas
l he 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 he had in matters arising out of such suretytihip, as provided by
Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of 1 exas
IN WI INLSS WHEREOF, this instrument is executed in 4 copies, each one of
which shall be deemed in original, this the 95 day of - July-, 2non
ATTEST
PRINCIPAL
GROVES ELECTRICAL SERVICE, INC.
/f
SECRETARY BY
PRESIDENT
AT1 LS I'
SURETY
TRAVELERS CASUALTY AND SURETY COMPANY OF
BY 2 UA013 AMERICA
BY
ATTORNEY- - AC 1
STEVEN J. Z
I he Resident Agent of the Surety in Denton County, l exas for delivery of notice and service
of the proee"s n
NAME PCL CONTRACT BONDING AGENCY
STREET ADDRESS 206 ELM ST., #105, LEWISVILLE, TEXAS 75057
(NOTE Date of Payment Bond muat be date of Contract If Resident Agent is not a
oiporanon give a person's name )
PI3-4
slid 2SIA No, Ili Iakca Purk SJLcu rjois I Iglumg Inlpiuvunuus 7 NMI
IMPORTANT NOTICE
To obtain information or make a complaint
You may contact the Texas Department of Insurance to obtain information
on companies, coverages, rights or complaints at
1-800-252-3439
You may write the Texas Department of Insurance
P O Box 149104
Austin, TX 78714-9104
FAX #(512) 475-1771
PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your premium or about a claim you
should contact the agent or the company first If the dispute is not resolved,
you may contact the Texas Department of Insurance
ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not become a part or condition
of the attached document
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
Hartford, Connecticut 06183-9062
TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS
Naperville, Illinois 60563-8458
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, a
corporation duly organized under the laws of the State of Illinois, and having its principal office in the City of Naperville, County of
DuPage, State of Illinois, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make,
constitute and appoint Pauline L Lesch, Clem F Lesch, Gary Matula, Steven J Zmecker or Beverly Webb " "
of Lewisville, TX, their true and lawful Attorney(s)an-Fact, with full power and authority hereby conferred to sign, execute and
acknowledge, at any place within the United States, or, if the following line be filled in, within the area there designated
the following instrument(s)
by his/her sole signature and act, any and all bonds, recogmzances, contracts of indemnity, and other writings obligatory in the
nature of a bond, recognizance, or conditional undertaking and any and all consents incident thereto
and to bind the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers
of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and
confirmed
This appointment is made under and by authority of the following Standing Resolutions of said Companies which Resolutions are
now in full force and effect
VOTED That the Chairman, the President, any Vice Chairman, any Executive Vice President any Senior Vice President, any Vice President any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-m Fact
and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe
to sign with the Company's name and seal with the Company's seal bonds, recogmzances, contracts of mndemnmty, and other wntmgs obligatory in
the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such
appointee and revoke thelpower given him or her
VOTED That the Chairman, the President, any Vice Chairman any Executive Vice President any Senior Vice President or any Vice President
may delegate all or any part of the foregoing authority to one or more officers or employees of this Company provided that each such delegation is
in wntmg and a copy thereof is filed in the office of the Secretary
VOTED That any bond, recogmzance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any
Semor Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if
required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authont) or
by one or more Companyloffmcers pursuant to a written delegation of authority
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile under and by authorit) of the following
Standing Resolution (voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and
TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, w hich Resolution is now in full force and effect
VOTED That the signature of each of the following officers President, any Executive Vice President, any Semor Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys m-Fact for
purposes only of execut g and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney
or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Companv and any such power so executed and
certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached
(8 97)
IN WITNESS WHEREOF, TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS
CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and TRAVELERS CASUALTY AND
SURETY COMPANY OF ILLINOIS have caused this instrument to be signed by their Senior Vice President, and their corporate
seals to be hereto affixed this 10th day of January, 2000
S LATE Ol, CONNEC FICU L
)SS Hartford
COUNTY OF HARTFORD
N10fWflY PJ/~fr +NO pL
O/ 9
i
itrrtrHRA W HARTFORD
~Caly R ~ CONN S
pyABU~f
o?ty ~r AL
u t982~'0
Zfk • St
S6`~ a A~aD
TRAVELERS CASUALTY Ai\D SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS
e po B'""`~
giY OPPOR„l
3 SEAL ? By
•<f,fwo,e c George W Thompson
f Senior Vice President
On this 10th day of January, 2000 before me personally came GEORGE W THOMPSON to me known, who, being by me duly
siAom, did depose and say that he/she is Senior Vice President of TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY, FARMINGTON CASUALTY COMPANY and
TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, the corporations described in and which executed the
above instrument, that he/she knoNN s the seals of said corporations, that the seals affixed to the said instrument are such corporate
seals, and that he/she executed the said instrument on behalf of the corporations by authority of his/her office under the Standing
Resolutions thereof
T
pue~m rr
My commission expires June 30, 2001 Notary Public
Marie C Tetreauit
CERTIFICATE
I, the undersigned, Assistant Secretary of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA,
TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, stock corporations of
the State of Connecticut, and TRAVELERS CASUALTY AND SURETY COMPANY OF ILLINOIS, stock corporation of the
State of Illinois, DO HEREBY CERTIFY that the foregoing and attached Power of Attorney and Certificate of Authority remains in
full force and has not been revoked, and furthermore, that the Standing Resolutions of the Boards of Directors, as set forth in the
Certificate of Authority, are now in force
Signed and Sealed at the Home Office of the Company, in the City of Hartford, State of Connecticut Dated tlus 25th day of
July, 2000.
0. a~/QTY •NOr pABUaf~ 1YD fUlf
v O SAS (100
n,_ e g ~fi~ a ~
Cf"l
a HARTFORD+ o U' ` 9 8 3~ o BEAL By
~ CONN ~ Kort M Johanson
er s6 aD "?y Sao`' a'
e, y . F faf Assistant Secretary, Bond
ACORD CERTIFICATE OF LIABILITY INSURANC ID s, 1 mm
0802/"/02/"'
00
RODUCER TH18 CERTIFICATE 18 ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Independent Insurance Grou HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
8111 LBJ lreeway Ste. 97S AUG 1 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
Dallas TX 75251 (I ~ G o 3 2000 INSURERS AFFORDING COVERAGE
Phone 972-231-8277
uLIL.~~~T7-T"f-1"'c'fLUi INSURERA CU
-"'e.-YV LJ J_ INSURER8 Si;
Groves Electrical Service, Inc w INSURERC COI
Attn g Sal na 3$3airagtoa
Carrollton TXL75006 ad INSURER0
L:HYCT Ulca
THE POLICIES OF 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 EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
LTR
TYPE OF INSURANCE
POLICY NUMBER
10 F
B M
APIKATION
DATE M I
ODIYY
IMITS
GENERAL LIABILITY
EACH OCCURRENCE
$1,000,000
A
X
COMMERCIAL GENERAL LIABILITY
GRR514503
05/31/00
05/31/01
FIRE DAMAGE (Any we fim)
$300,000
CLAIMS MADE OCCUR
MED EXP(Any one goon)
$10,000
X
Per Project Agg
BO CUBRSMS XCU zx=xzms
PERSONAL S ADV INJURY
$1,000,000
GENERAL AGGREGATE
s2,000,000
GENL AGGREGATE LIMIT APPLES PER
PRODUCTS COMPIOP AGG
s2,000,000
1
POLICY JECT LOD
7
AUT
OMOBILE LIABILITY
COMBINED SINGLE
$1 000 000
A
X
ANY AUTO
GRAS13451
05/31/00
05/31/01
Me ~denq
ALL OWNED AUTOS
INJURY
SCHEDULED AUTOS
(Pw Wleo^
$
X
HIRED AUTOS
BODILY INJURY
$
X
NOWOWNED AUTOS
(P+~D
X
Hired Car
PROPERTY DAMAGE
$
Physical Damage
$2S,000 LIMIT
(PWaLca^B
GARAGE LIABILITY
AUTO ONLY EA ACCIDENr
S
R
ANY AUTO
OTHER THAN EA ACC
S
AUTO ONLY AGO
S
EXCESS LIABILITY
EACH OCCURRENCE
S-5,00-0,000
C
X OCCUR 7CLAIMSMADE
CRDW50380
05/31/00
05/31/01
AGGREGATE
$5,000,000
_
$
DEDUCTIBLE
$
RETENTION $
$
WORKERS COMPENSATION AND
'
X TORYLIMITS ER
B
EMPLOYERS
LIABILITY
6TXWCIO01243
05/31/00
05/31/01
E.L. EACH ACCIDENT
S 500000
•
ELOISEASE EA EMPLOYEE
SSOOOOO
EL DISEASE POLICY LIMIT
$500000
OTHEj
DESCRIPTION OF OPERATIONWLOCATIONBNEHI=WEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
Re Sports Lighting
*See attached wording
c nvVVGR j AYYIIIYRAL I,IiYRWIRWRRR WTTBR {iAW4.CLLXIIVTY
CITYDEB SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXFIRATIOI
DATE THEREOF THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT PAILURB TO DO SO SHALL
City of Denton IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENT OR
215 E McKinney REPRESENTATIVES
Denton TX 76201 X2
n
NOTEPAD: € muvn"tom droves =.w Service, 2nc QP1D SAC ^1 DATE 00/02/00
%%a City of Denton, its Officials, Agents, Mmployses and Volunteers are
Additional Insureds with respects to all liability policies Such
insurance is primary to any other insurance available to the Additional
Insured with ras at to claims covered under the policy and this insurance
applies separatel to Lab insured against wham claim is made or suit is
brought Said po icy shall not be cancelled, nonrenewed or materially
changed without 30 days advanced written notice being given to the Owner
(City) except when the policy is being cancelled for nonpayment of premium
in which case 10 days advance written notice is required A Waiver of
Subrgoation in favor of the City of Denton applies to Workers'
Compensation (Builders Risk coverage is available to this insured if the
bid in successful )