Loading...
1999-104 ORDINANCE NO ~?--/O/7/ AN ORDINANCE ACCEPTING COMPETITIVE REQUEST FOR SEALED PROPOSALS AND AWARDING A CONTRACT FOR OUTDOOR EMERGENCY WARNING SIRENS AND CONTROLLER SYSTEM, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING AN EFFECTIVE DATE (RFSP 2338 - OUTDOOR EMERGENCY WARNING SIRENS AND CONTROLLER SYSTEM AWARDED TO GIFFORD ELECTRIC, INC IN THE AMOUNT OF $180,041 25) WHEREAS, the City has solicited, and received compet~tive sealed proposals for the constmctton ofpubhc 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 here~n described proposals are the lowest respondent for the construction of the public works or improvements described in the proposal invitation, and plans and specfficat~ons there~n, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following conapetltlve sealed proposal for the constructaon of pubhc works or anprovements, as described m the "Sealed Proposal Inwtat~ons", or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the proposal number assigned hereto, are hereby accepted and approved as being the lowest responsible proposals RFSP NUMBER CONTRACTOR AMOUNT 2338 GIFFORI) ELECTRIC, INC $180,041 25 SECTION II That the acceptance and approval of the above competitive sealed proposal shall not constitute a contract between the C~ty and the person submltttng the proposal for construction of such public works or improvements herein accepted and approved, until such person shall comply wuth all requirements specified ~n the Notice to Bidders including the timely execu'aon of a written contract and ftmusNng of performance and payment bonds, and insurance certificate after notification of the award of the proposal SECTION III That the City Manager ~s hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements ~n accordance w~th the proposals accepted and approved herein, prowded that such contracts are made ~n accordance with the Notice to Bidders and Request for Sealed Proposals, and documents relating thereto spemfy~ng the terms, conditions, plans and specifications, standards, quantities and specified sums contmned therein SECTION IV That upon acceptance and approval of the above competitive sealed proposals and the execution of contracts for the public works and improvements as authonzed herein, the City Council hereby authonzes the expenditure of funds in the manner and in the amount as specified in such approved proposals and authonzed contracts executed pursuant thereto SECTION V That flus ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the ~c~C, day of ~ ,1999 JAC~(A(,IILLER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY RFSP2338 - CONTRACTUAL ORDINANCE CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 6 day of APRIL A.D., 1999, by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through MICHAEL W. JEZ, City Manager, thereunto duly anthor~zed so to do, hereinafter termed "OWNER," and GIFFORD F,,I,ECTRIC, INC. P.O. BOX 7441 FT. WORTH, TX 76111 of the City of FORT WORTH County of TARRANT and State of TEXAS, hereinafter termed CONTRACTOR" WITNESSETH That for and m consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below BID # 2338- OUTDOOR EMERGENCY WARNING SIRENS AND CONTROLLER SYSTEM ~n the amount of $175,650 and all extra work m 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, m accordance with the conthtlons and prices stated m the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the CA-1 Specfficat~ons therefore, as prepared by F~R~, DEPARTMENT all of whmh are made a part hereof and collecttvely evtdence and constttute the enttre contract Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor ts an independent contractor and shall not be deemed to be or constdered an employee of the City of Denton, Texas, for the purposes of income tax, wtthholdlng, soctal security taxes, vacatmn or stck leave benefits, worker's compensatton, or any other Ctty employee benefit Ctty shall not have supervlsmn and control of Contractor or any employee of Contractor, and tt ts expressly understood that Contractor shall perform the servtces hereunder according to the attached specfficatxons at the general dlrectmn of the Ctty Manager of the C~ty of Denton, Texas, or fus designee under this agreement Indemnification Contractor shall and does hereby agree to mdemnlfy and hold harmless the Ctty of Denton from any and all damages, loss, or habfltty of any kind whatsoever, by reason of injury to property or thtrd persons occasmned by any error, omtsston or negligent act of Contractor, tts officers, agents, employees, mvttees, and other persons for whom tt ts legally hable, wtth regoxd to the performance of thts Agreement, and Contractor wffi, at its cost and expense, defend and protect the Ctty of Denton agmnst any and all such clanns and demands Choice of Law and Venue Th~s agreement shall be governed by the law of the State of Texas and venue for tts construction and enforcement shall he 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 m written nottce to commence work and complete all work within the tLme stated m the Proposal, subject to such extenstons of tune as are provided by the General and Specml Condmons The OWNER agrees to pay the CONTRACTOR tn current funds the price or prices shown tn the Proposal, whtch forms a part of thts contract, such payments to be subJeCt to the General and Spectal Condttmns of the Contract CA - 2 IN WITNESS WHEREOF, the part~es of these presents have executed th~s agreement in the year and day first above written ATTEST · '-~WNER / (SEAL) CONTRACTOR P. 0 B~ 7441 t For~ Ig:Lrth, T~xas 76111 MAILING ADDRESS PHONE NUMBER (817) 831-82A5 FAX NUMBER TITLE l~x<~ B E Glfford APPROVED AS TO FORM ~/"' PRINTED NAME CITY ATTORNEY ~/ CA - 3 Bond # AE6128183 PERFORMANCE BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That GIFFORD ELECTRIC, INC., whose address is P.O. BOX 7441, FORT WORTH, TX 76111, hereinafter called Principal, and Gulf Insurance Comeanv , a corporation organized and existing under the laws of the State of TEXAS, and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a mumcipal corporation orgamzed and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of ONE HUNDRED SEVENTY FIVE THOUSAND SIX HUNDRED FIFTY and no/100 DOLLARS ($175,650) plus ten percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages arming out of or connected with the below identified Contract, in lawful money of the Umted States, to be prod m Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal entered rote a certain Contract, identified by Ordmance Number 99-104, with the City of Denton, the Owner, dated the 6 day of APRIL A.D. 1999, a copy of which is hereto attached and made a part hereof, for BID # 2338 - OUTDOOR EMERGENCY WARNING SIRENS AND CONTROLLER SYSTEM. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived, and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by the Owner, and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages which Owner may suffer by reason of failure to so perform herein and shall fully reunburse and repay Owner all outlay and expense which the Owner may ~ncur in rnalang good any default or deficiency, then this obligation shall be void, otherwise, ~t shall remain m full force and effect PB - 1 PROVIDED FURTHER, that tf any legal action be filed upon th~s Bond, exclusive venue shall he m Denton County, State of Texas AND PROVIDED FURTHER, that the smd Surety, for value received, hereby sttpulates and agrees that no change, extenston of time, alteraUon or adtht~on to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specfficatmns, Drawings, etc, accompanying the same, shall tn anywise affect tts obhgatlon on thts Bond, and tt does hereby wmve nottce of any such change, extensmn of tune, alteration or adthtton to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specfficatlons, Drawings, etc This Bond is g~ven pursuant to the prov~smns of Chapter 2253 of the Texas Government Code, as amended, and any other apphcable statutes of the State of Texas The understgned and designated agent ts hereby designated by the Surety herein as the Restdent Agent m Denton County to whom any reqmstte notices may be dehvered and on whom serwce of process may be had m matters arising out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vernon's Annotated Ctvd Statutes of the State of Texas IN WITNESS WHEREOF, thts ~nstrument ts executed m 4 cop~es, each one of which shall be deemed an orlgtnal, thxs the 6 day of APRIL 1999. ATTEST PRINCIPAL ~ ~ ~q~~ [~ G~fford Electric, Inc. SIJCRETARY ' -- BY ~.~'~ PRESID/ElkI~ ATTEST SURETY 'XTTORNEY-IN-FACT Stac~ Gross The Restdent Agent of the Surety m Denton County, Texas for dehvery of not~ce and servtce of the process ts NAME D & D Elondnn~ STREETADDRESS 500 N Central £xpressway, Suite 223, Plano, TX 75074 (NOTE Date of Performance Bond must be date of Contract If Restdent Agent ts not a corporatton, gtve a person's name ) PB-2 Bond # AE6128183 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS That GIFFORD ELECTRIC, INC., whose address ~s P.O. BOX 7441, FORT WORTH, TX 76111, hereinafter called Principal, and Gulf Insurance Company , a corporaUon orgamzed and ex~st~ng under the laws of the State of 'l'Eys, AS, and fully authorized to transact business ~n the State of Texas, as Surety, are held and firmly bound unto the C~ty of Denton, a mumc~pal corporation orgamzed and ex~stmg under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furmsh materials for, or perform labor upon, the braiding or unprovements hereinafter referred to, m the penal sum of ONE HUNDRED SEVENTY FIVE THOUSAND SIX HUNDRED FIFTY and no/100 DOLLARS ($17S,6S0) m lawful money of the Umted States, to be prod m Denton, County, Texas, for the payment of wfuch sum well and truly to be made, we hereby b~nd ourselves, our he,rs, executors, adr~ m~strators, successors, and assigns, jointly and severally, firmly by these presents Tlus Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agr~ment which reduces the Contract prme decrease the penal sum of th~s Bond THE OBLIGATION TO PAY SAME m conditioned as follows Whereas, the Principal entered ~nto a certain Contract, ~dent~fled by Ordinance Number 99-104, w~th the C~ty of Denton, the Owner, dated the 6 day of APRIL A.D. 1999, a copy of which ~s hereto attached and made a part hereof, for BID # 2338 - OUTDOOR EMERGENCY WARNING SIRENS AND CONTROLLER SYSTEM. NOW, THEREFORE, ~f the Principal shall well, truly and faithfully perform ~ts duUes and make prompt payment to all persons, firms, subcontractors, corporations and claunants supplying labor and/or mater~al m the prosecution of the Work prowded for m sa~d Contract and any and all duly authorized modxficaUons of smd Contract that may hereafter be made, not~ce of whtch mod~ficatmns to the Surety being hereby expressly wmvcd, then thru obhgatwn shall be vo~d, otherwme ~t shall remain ~n full force and effect PROVIDED FURTHER, that ~f any legal acUon be filed on thru Bond, exclusive venue shall he m Denton County, Texas AND PROVIDED FURTHER, that the smd Surety, for value received, hereby stipulates and agrees that no change, extenswn of t~me, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc, accompanying the same, shall m anywise affect ~ts obhgat~on on thru Bond, and ~t does hereby waive nouce of any such change, extenswn of tune, alteraUon or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Spec~ficattons, Drawings, etc PB - 3 This Bond Is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety hereto as the Resident Agent m Denton County to whom any requisite notices may be delivered and on whom service of process may be had m matters arising out of such suretyship, as prowded by Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, tins instrument is executed an 4 cop~es, each one of which shall be deemed an original, this the 6 day of APRIL 1999 ATTEST PRINCIPAL SECRETARY ~ ~. BY ,~'..~..~._,,~..~_--~5/ PRESIDEJ~J ATTEST SURETY BY /ATTORNEY-IN-FACT Stac~ Gross The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME D & D Bondlnq STREET ADDRESS 500 N Central Expressway, Suite 223, Plano, TX 75074 (NOTE Date of Payment Bond must be date of Contract If Resident Agent ts not a corporaaon, give a person's name ) 2338 CONTRACT & BONDS & INSURANCE PB - 4 GULF INSURANCE COMPANY BOND 6 12 8 ! 8 3 ST LOUIS, MISSOURI NUMBER AE PO~VER OF ATTORNEY '- NAME, ADDRESS ORIGIN&LS OF THIS POWER OFATTORNEY ARE PRINTED ON BLUE PRINCIPAL CITY STATE 71P SAFFTY PAPER V, ITH TEAL INK DUPLICATES SHALL HAVE THE SAME FORCE AND EFFECT AS AN ORIGINAL ONLY WHEN ISSUED 1N CONJUNCTION '¢~ ITtt THE ORIGINAL KNOWN ALL MEN BY THESE PRESENTS That the Gulf Insurance Corn G1 fford E1 ectrl c, I nc party a corporation dui:` orgamzed under the laws ot the State of Missouri having its principal ofiwe In the cny of lrwng Texas pursuant to the following resoluuon P 0 · BOX 7441 adopted by the Finance & Executive Committee of the Board of D~rectors of the said Company on the loth day of August 1993 to wa RESOLVED that the President Execuuve Vsce President or any Semor Vice President of the Company shall have authority to make execute and debver a Power of Attorney constttunng as Attorney in Fact such persons firms or corporations as may be selected from time to time and any such Attorney m Fact may be removed and the authority granted h:m revoked by the President or any Executive Vice EFFECTIVE DATE President or an:, Semor Vine Pres~dem or by the Board of Directors or by the Finance and Ex~.cutt; e Commntee of the Board of Directors 4 -0 6 - 9 9 RESOLVED that nothing m this Power of Attorney shall be construed as a grant of authority to the attorney(s) tn fact to sign execute acknowledge debver or oth CONTRACT AMOUNT erv, tse issue a pohcy or pohc~es of insurance on behalt of Gulf Insurance Company RESOLVED that the signature of the President Executive V~ce President or any Semor Vice President and the Seal of the Company may be affixed to any such $ 1 7 5 ~ 6 50 · 00 Power ct Attorney, or any certificate relating thereto by facsmule and any such power~ so executed and certified by fac~lmde signature and facslmde seal shall be BOND AMOUNT valid and binding upon the Compan) m the future v. tth respect to any bond and documents relanng Io such bonds to v.h~ch they are attached Gult Insurance Compan~ does hereby make constitute and appoint 1 Stacl Gross s rue and lawful a torne~,(s) tn fact with full power and authority hereby conferred in ~ts name ptace and stead to sign execute acknowledge and dehver in Its behalf as surety any and all bonds and undertakings of suretyship and to bind Gu f Insurance Company thereby as fu y and o he san e extent as f any bonds under takings and documents relating to such bonds and/or undertakangs were s~gned by the duly authorized officer of the Gulf Insurance Comp my and all the acts of smd attorney(s) m fact pursuant to the authority hereto g~ven are hereby ratffied and confirmed The obbgauon of the Compan) shall not exceed one mfibon (1 000 000) dollars IN ~,MTNESS ~,*, HFREOF, the Gulf Insurance Company has caused these presents to be s~gned by any officer of the Compan) and Its Corporate Seal to GUI F INSURANCE COMPANY STATE OF NEV~ 'fORk ) Christopher E Watson ) SS President COUNT~ OF KINGS ) On the 1st da~ of June 1996 A D, before me came Christopher E V~atson, known to me personally who being by me duly sworn d~d depose and say, that he resides m the Count* of ~,~estchester, State of New York, that he is the President of the Gulf Insurance Company the corporatmn described in and which executed the abo~e instrument that he knows the seal of said corporation, that the seal affixed to the said instruments IS such corporate seal, that it was so affixed b~ order of the Board of Directors of said corporation and that he signed h~s name, thereto b) hke order  ~ SPIRO K BANTIS ,/ Notary Pubbc, State of New York No 24 4861345 STATE OF NE~X 50RK ) Qualified m Kings ) SS Commission Expires May 12, 2000 COUNTY OF NEI~ 'fORK ) l, the undersigned Executr, e ¥~ce President of the Gulf Insurance Company, a Mtssoum Corporation, DO HEREBY CERTIFY that the foregoing and attached POmA, ER OF ~.TTORNEY remains in full force Signed and Sealed at the City of New York ~~o~ Dated the 6th day of Aprl '[ ,19 9~ Lawrence P M~mter 8016 AE Executive ~,ice President CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Butder's attentton ts dtrected to the insurance reqtttrements below It ts htghly recommended that btdders confer with thetr respecttve tnsurance carriers or brokers to determtne tn advance of Btd submtsston the avadabdtty of tnsurance certificates and endorsements as prescribed and provided heretn If an apparent low butder fads to comply stnctly with the tnsurance requirements, that butder may be dtsqualtfied from award of the contract Upon but award, all tnsurance reqmrements shall become contractual obhgattons, which the successful bulder shall have a duty to matntatn throughout the course of thts contract STANDARD PROVISIONS: Wtthout ltrntttng any of the other obhgattons or ltabtltttes of the Contractor, the Contractor shall provide and matntatn until the contracted work has been completed and accepted by the Ctty of Denton, Owner, the minimum tnsurance coverage as tndtcated hereinafter As soon as practicable after not~ficatton of btd award, Contractor shall file wtth the Purchastng Department sattsfactory certtficates of tnsurance, contatntng the btd number and tttle of the project Contractor may, upon written request to the Purchastng Department, ask for clanficatton of any tnsurance requtrements at any ttme, however, Contractors are strongly advtsed to make such requests prior to btd opentng, stnce the tnsurance requirements may not be modtfied or watved after bid opemng unless a written exceptton has been submttted wtth the btd Contractor shall not commence any work or dehver any matenal unttl he or she recetves nottficatton that the contract has been accepted, approved, and signed by the Cay of Denton All tnsurance poltctes proposed or obtatned tn sattsfactton of these requtrements shall comply wtth the followtng general spec~ficattons, and shall be matntatned tn compltance wtth these general spectficattons throughout the duratton of the Contract, or longer, tf so noted · Each pohcy shall be ~ssued by a company authorized to do business m the State of Texas w~th an A M Best Company rating of at least A · Any deductibles or self-msured retentions shall be declared in the b~d proposal If requested by the City, the insurer shall reduce or elnmnate such deductibles or self-msured retentions w~th respect to the C~ty, ~ts officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim admnustratton and defense expenses · Llabthty pohcles shall be endorsed to prowde the following · · Name as adthtmnal insured the Cxty of Denton, its Officials, Agents, Employees and volunteers · * That such msurance is prunary to any other insurance avmlable to the additional insured with respect to claims covered under the policy and that tlus insurance applies separately to each insured against whom claim is made or suit is brought The mclusmn of more than one insured shall not operate to increase the insurer's lmut of liability · All policies shall be endorsed to provide thirty (30) days prior written notice of cancellation, non-renewal or reduction in coverage · Should any of the reqmred insurance be provided under a clam-made form, Contractor shall maintmn 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 reqmred insurance be provided under a form of coverage that includes a general annual aggregate limit providing for claims mvestigatmn or legal defense costs to be included in the general annual aggregate lmut, the Contractor shall either double the occurrence lmuts or obtain Owners and Contractors Protective Liability Insurance · Should any reqmred 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 ,Ill insurance policies proposed or obtained tn satlsfactton of this Contract shall additionally comply with the following marked specifications, and shall be maintained tn comphance with these additional specifications throughout the duration of the Contract, or longer, if so noted IX] A General Liability Insurance: General Liability insurance with combined single lunlts of not less than 1,000,000 shall be provided and maintained by the Contractor The policy shall be written on an occurrence basis either m a single policy or in a combination of underlying and umbrella or excess policies If the Commercial General Llabthty form (ISO Form CG 0001 current edition) is used · Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual hablhty covering this contract and broad form property damage coverage · Coverage B shall mclude personal injury · Coverage C, medical payments, ~s not reqmred If the Comprehensive General L~abfl~ty form (ISO Form GL 0002 Current Edmon and ISO Form GL 0404) ~s used, ~t shall include at least · Bodily ~njury and Property Damage L~abfl~ty for premtses, operaUons, products and completed operanons, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures · Broad form contractual habfilty (preferably by endorsement) covering th~s contract, personal injury habthty and broad form property damage habfi~ty [X] Automobile Liabdity Insurance: Contractor shall prowde Commerctal Automobtle L~abthty insurance wtth Combmed Single Lmuts (CSL) of not less than 500,000 etther m a single pohcy or m a combmatmn of basle and umbrella or excess pohcles The pohcy wdl include bodily injury and property damage habfi~ty arising out of the operation, maintenance and use of all automobiles and mobile eqmpment used m conjunction w~th th~s contract Sat~sfactton of the above requxrement shall be tn the form of a pohcy endorsement for · any auto, or · all owned, h~red and non-owned autos IX] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, m addmon to meeting the mmnnum statutory reqmrements for tssuance of such insurance, has Employer's L~abthty lanlts of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 pohcy lumt for occupattonal d~sease The City need not be named as an "Additional Insured" but the insurer shall agree to wmve all rights of subrogauon against the C~ty, tts officials, agents, employees and volunteers for any work performed for the C~ty by the Named Insured For braiding or construction projects, the Contractor shall comply w~th the provts~ons of Attachment 1 ~n accordance w~th §406 096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensanon Comnuss~on (TWCC) [ ] Owner's and Contractor's Protective Liabd~ty Insurance The Contractor shall obtain, pay for and maintain at all tunes during the prosecution of the work under this contract, an Owner's and Contractor's Protective L~abthty insurance poltcy naming the C~ty as tnsured for property damage and bodily tnjury whteh may ar~se in the prosecution of the work or Contractor's operattons under th~s contract Coverage shall be on an "occurrence" basis, and the pohcy shall be ~ssued by the same insurance company that tames the Contractor's hablhty insurance Pohey hm~ts wzll be at least combined bothly ~njury and property damage per occurrence w~th a aggregate [ ] F~re Damage Legal Liability Insurance Coverage is reqmred tf Broad form General L~abthty ts not prowded or ts unavailable to the contractor or tfa contractor leases or rents a port~on of a C~ty bmldmg Lmuts of not less than each occurrence are reqmred [ ] Professional Liab~hty Insurance Professmnal llabd~ty insurance wtth lmuts not less than per claun w~th respect to neghgent acts, errors or onusslons tn connection w~th professional serwces ~s reqmred under this Agreement [ ] Builders' Risk Insurance Budders' Rtsk Insurance, on an All-Rtsk form for 100% of the completed value shall be prowded Such pohcy shall include as "Named Insured" the Ctty of Denton and all subcontractors as their mtcrests may appear [ ] Additmnal Insurance Other insurance may be reqmred on an mdtwdual bas~s for extra hazardous contracts and spec:fic serwce agreements If such add:t~onal insurance ~s required for a specific contract, that reqmrement will be described tn the "Spectfic Condttlons" of the contract spectficat~ons RFSP# 2338 OUTDOOR EMERGENCY WARNING SIREN AND CONTROLLER SYSTEM City of Denton, Texas RFSP REQUIREMENTS The bid proposal for this Outdoor Warning Sirco System packet should include ali components, parts, service, devices, electrical serwce, labor, permits, fees, freight and any other items necessary for delivery, instaliatton, and proper operatton of the system including training. ITEM AND DESCRIPTION QUANTITY UNIT PRICE Sirens equal to those specified 10 $15,~.oo ~ with ~0 foot galvanized steel pole, remote terminal (RTU) decoder radio controls per the attached specifications. Central Control Stations with 2 $~,~0 ~ ~ controller with all the cable per the attached specifications. Software package per the attached ] $5,~ ~ ~'~ specifications, including 2 copies of PC Anywhere software, newest version of each. Includes traming and testing. Manufacturer's recommended extra I * $2,2~0.00 ~o parts such as drivers, amplifiers, battery chargers, electromc modules. ~D'O%L BID$175,680 00 · Farts llste~ ~n ss~cn 3 Vlc~-P~dm~b Page I ~m~uc~ ONLY AND OOHFGR8 NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AMEND) EXTEND OR ALTER ~%IE COVERAGE AFFORDED BY THE PO~IE8 BEL~ Lucicn Wright I~s Agen~ 1200 West Freeway ~ 200 ._-- COMPANiESAFFOROIN~CO~GE A Safeco I~sura~ce Company Fort Worth~ TX 76102-5973 G~ford ~lectr~c Inc B Co~ercial Casual~ In~. Co P O Dox 7441 Fort worC~ TX 76111 ~~U~CE USTED B~ ~ 8~ ~ ABOVE ~OR ~E EE~ ISSUED ~ ~E IN6U ~N~ ~2p 000f 000 A ,~,~,~ CP8781645 06/01/98 06/01/99 :~,~.~ sl~000~000 -- me~e~ ~ 50tO00 ~ M~P~ e 5 t 000 A x m~ ~AB781645 ~06/01/98 06/10/99  UM~e~U ~T~ s e.~ ~ .~,~ ,, ~50Or 000 B,~~"t~m~ ~ T1049768B 06/01/98 06/01/99 "[**~as~ ~m~*~m~.~ .500~500'000000 o~ WORK P Uuuu~ ~ OF ~ ~ ~I~I~ ~ ~ICI~ BE ~.~.~O, ~OL PROVZBES ~ OR ~D~TI~I q ~N ~E ~ ~ ~PI~TI~ COVERAGE FOR TX ~ ~p, ~ ISSOIN~ ~ ~I~ CITY O~ DBNTON~ ITS OFFICIALS~ AGENTS, EMPLOYE~S & VOLUNTTF~q ARF A~DL INSD T~ GL AS PRIORY ~ AUTO POLS A WAIVE~ OF SUBROGATION IN FAVOR OF THE ~L CITY OF DE~TON ~