Loading...
HomeMy WebLinkAbout1992-180ALL0001F ORDINANCE NO. &_40 - AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES, PROVID- ING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City has solicited, received and tabulated com- petitive bids for the purchase of necessary materials, equipment, supplies or services in accordance with the procedures of state law and City ordinances, and WHEREAS, the City Manager or a designated employee has reviewed and recommended that the herein described bids are the lowest responsible bids for the materials, equipment, supplies or services as shown in the "Bid Proposals" submitted therefor, and WHEREAS, the City Council has provided in the City Budget for the appropriation of funds to be used for the purchase of the ma- terials, equipment, supplies or services approved and accepted herein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the numbered items in the following numbered bids for materials, equipment, supplies, or services, shown in the "Bid Proposals" attached herto, are hereby accepted and approved as being the lowest responsible bids for such items BID ITEM N MB R NO VENDOR AMOUNT 1411 ALL SOUTHWEST INDUSTRIAL $34,950.00 CONSTRUCTORS 1415 1&2 POLELINE $23,240 00 1415 3 WESCO $19,950.00 1415 4 TECHLINE $14,034 00 1415 5 PRIESTER $12,660.00 1417 ALL MAGNETEK LABORATORY $25,000.00 SERVICES SECTION II. That by the acceptance and approval of the above numbered items of the submitted bids, the City accepts the offer of the persons submitting the bids for such items and agrees to pur- chase the materials, equipment, supplies or services in accordance with the terms, specifications, standards, quantities and for the specified sums contained in the Bid Invitations, Bid Proposals, and related documents. SECTION III. That should the City and persons submitting approved and accepted items and of the submitted bids wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the bids, the City Manager or his desig- nated representative is hereby authorized to execute the written contract which shall be attached hereto; provided that the written contract is in accordance with the terms, conditions, specifica- tions, standards, quantities and specified sums contained in the Bid Proposal and related documents herein approved and accepted SECTION IV. That by the acceptance and approval of the above numbered items of the submitted bids, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved bids or pursuant to a written contract made pursuant thereto as authorized herein SECTION V. That this ordinance shall become effective imme- diately upon its passage and approval PASSED AND APPROVED this��day of �� , 1992 BOB CASTLEBERRY, MA ATTEST: JENNIFER WALTERS, CITY SECRETARY AS YO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY BY: A �� Q c Page 2 DATE OCTOBER 20, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT* BID #1411 -WINDOW REPLACEMENT/VISUAL ARTS RECOMMENDATION: We recommend this bid be awarded to the low bidder, Southwest Industrial Constructors in the total amount of $34,950 00 SUMMARY This bid is for labor and materials for replacement of the wood trim and window frames at the Visual Arts Center, the existing glass will be reused The original budget for this project was $36,240 00 The project as bid is $1,290 00 below budget estimates Five bids were received in response to Nine that were sent out BACKGROUND* Tabulation Sheet, Letter from Architect Alan Nelson Facility Management, Citizens FISCAL IMPACT: Certificate of Obligation Funds for Building Maintenance #445-032- BLGD-9211-9101 es/p/ectfully submitted v Lloyd V Harr 1 City Manager Prepared by' Name Denise Harpool Title Senior Buyer Approved. Name Tom D Shaw, C P M. Title* Purchasing Agent 267 agenda ---------------- 0 o Eq a o O a H O D a z 0 w a H W > z 8 w Ww h H O wz z w z 0 n Q a w hl w wp a 08 z Q H Q 's O O O w O Q ro M O M l� O O O uJ o Q ro M o 0 O o y Q O � ON 0 O m y v Q O i? ID 0 w o H a z a ow H yH H U � U Q O W pg' W a f+ H ow a 5 8 Ni a ---------- ALAN F. NELSON iAR C H I T E C T August 27 1992 j Bruce Her ington Director, F(aclilty Management d City of Denton 4 ' ! 215 E McKinney i Denton, Texas 76201 i M In Re ' !Bid Proposals'for 11 'VISUAL ARTS CENTER WINDOW$ ' r Bruce of I have re lewed the enclosed five proposals to replace the windows In the Visual'Arts Center After contacting the low bidder,' Southwest Industrial Constructors, about their 14' {day completion, we determined that this was a misunderstanding on their part Their intention was to Indicate that it would f I be 14 days from the Notice to Proceed before they could start the job, with their, estimated time to complete this project at 60 days However, they understand'the need to coordinate the work with the schedule I the Visual Art Center' The origir al budget for this project was $36,240 00 This bid Is $1,290 00 !Z@lm the estimated cost ,Based or this information, I feel that the low bidder, Southwest Industrial Constructors, should be awarded his project If you, have any questions, please contact me at your convenlen e it I � I II+, Sincerely Alan F Nelson i l i I Architect A 1 jA{t " + t' oc Deni a Harpooi - r ; , , AFN on j F ARCHITECTURE ❑ PLANNING ❑ t INTERIOR DESIGN 502 W O 1 DENTON, TEXAS 76201 , ' 817 566-0266 111 � I I I DATE OCTOBER 20, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID # 1415 - DISTRIBUTION TRANSFORMERS RECOMMENDATION: We recommend these bid items be awarded to the low evaluated vendor as follows ITEM VENDOR TOTAL 1 & 2 POLELINE $23, 240.00 3 WESCO $19,950 00 4 TECHLINE $14,034 00 5 PRIESTER $12,660 00 SUMMARY: This bid is for conventional and padmount transformers which will be used through out the Electric Distribution System Ten bids were received in response to twenty two bid invitation mailed BACKGROUND: Tabulation sheet, Memorandum/Evaluation from Glenn Fisher : Electric Distribution FISCAL IMPACT: Revenue Bond Funds 1990 account #610-080-0252-9222 the current balance is $1, 268, 215 40 Res etf 1 sub i ed Lloyd V Hari 11 City Manager Prepared by Name Denise Harpool Title Senior Buyer A oved Name Tom Shaw, C P M Title Purchasing Agent 306 agenda VI IR W N H I 4b N W N O O H rsJ O O O uN Y ry00 J+ ;p, �x O FI ryyNC M H H H H H H N N H y+J %D 0 N N ly7L H 0) a y p) M A rn J M M W a O O H m 01 0] M -4 �l O rro M H O O O O O O O O O O O O W o x tZI N w Ln O O 2 H W M % H M M ----------------- K H O H ro 0 N H W W H °z o 0 0 0 H M N O Lq z o 0 �o N En _ _ _ _ _ _ _ _ _ _5 _ _ N _ _ — _ _ _ _ _ _ _ _ y O V W V1 p7 w H tD m O n N w ko O O 0 O O co O O O O O O O O O O eo � N O O% P &. O O a w ro a O o 0 0 0 0 --------------- 0 0 0 0 CC ro M 0 H z M bu N z z b7 w z p O o O O O O O O O _ _ _ 6 _ _ _ _ _ _ _ _ _ _ _ _ _ M x x x z z m m to m o z o ui 0 0 K x x z « W tl\0 J � O w W O O --------------- 0 0 9 144; CCU -2 r� , 214 MY Of DENTON MUNICIPAL UTILITIES / 901-A Texas Street / Denton, TX 76201 MEMORANDUM To Denise Manning From Glenn Fisher Date October 1, 1992 Based on the low evaluated lifetime operating costs, the Electric Utilities Department recommends that the folowrng be accepted LtQmi No Descr tiD ion Vendor Quoted Pnce Extended Pnce 1 25 KVA OH Xfmrs Poleline $474 00 $9,480 00 2 50 KVA OH Xfmrs Poleline $688 00 $13,760 00 3 150 KVA PMT Xfmrs Wesco $3,990 00 $19,950 00 4 300 KVA PMT Xfmrs Techline $4,678 00 $14,034 00 5 750 KVA PMT Xfmrs Priester $6,330 00 $12,660 00 See attached sheets for evaluation breakdown and ranking cc Joe Chern R&M 1415 mem Page 1/2 BID NO. 1415 September 15, 1992 25 KVA 120/240 Volt Conventional Overhead Distribution Transformer Delivery NLL LL Bid Evaluated Vendor Manufacturer (Weeks)_ _(Coro_ (Coll) Price _ Cost _ Polelme __ Kuhlman 8-9 66 255 $474 00 $6,150 45 KBS Electrical Ermco 8 58 279 $478 00 $6,236 77 Techline Howard 10-12 77 260 $467 00 $6,297 46 Priester Cooper 13 60 242 $538 00 $6,419 26 Wesco Westinghouse 9 57 322 $498 00 $6,675 64 Preferred Sales Central Moloney 8 82 273 $505 00 $6,732 19 $6,82836 Temple General Electric 10-15 61 56 274 354 $56100 $507 00 $6,957 10 Cummins United 6-8 10 85 350 $476 00 $7,131 44 Sesco Sesco 50 KVA 120/240 Volt Conventional Overhead Distribution Transformer Delivery NLL LL Bid Evaluated Vendor Manufacturer__ — _(Weeks (core) (Coll) Price $688 00 Cost $9,641 72 Poleline Kuhlman 9 13 123 104 414 481 $68800 $9,85255 Priester Cooper 8 125 375 $779 00 $10,027 91 KBS Electrical Ermco 10-12 131 467 $67800 $10,07295 Techline Preferred Sales Central Moloney 8 95 445 $810 00 $10,318 85 Temple General Electric 10-15 105 476 $820 00 $10,760 02 $11,02330 Cummins United 6-8 135 520 $75000 Wesco Westinghouse 10 160 550 $7 07 00 $11 302 8 Sesco Sesco 150 KVA 120/208 Volt Padmount Distribution Transformer Delivery NLL LL Bid Evaluated Vendor Manufacturer __ L►Neeko -cora) Acoo 1113 Price $3,990 00 Cost _ _ $41,095 63 Wesco Westinghouse Howard 9 10-12 338 346 1416 $3,70000 $41,37316 Techline Cummins Pauwels 12-14 310 1568 $4,04200 $44,36244 Poleline Pauwels 12-14 310 1568 $4,04900 $44,41172 Temple General Electric 10-15 292 1370 $4,556 00 $46,279 82 Priester Cooper 14 297 1575 $4,420 00 $46,885 43 Sesco Sesco 10 375 1400 $4,495 00 $47,275 30 Stuart C Irby Square D 9 486 2124 $7,250 00 $73,547 92 Page 2/2 BID NO 1415 September 15, 1992 300 KVA 120/208 Volt Padmount Distribution Transformer Delivery NLL LL Bid Evaluated Vendor Manufacturer (core) (cod) Price cost Techline Howard _(Weeks 10-12 637 2622 $4,67800 $56,68217 Wesco Westinghouse 9 516 2370 $5,19500 $57,17016 Poleline Pauwels 12-14 546 2355 $5,544 00 $59,980 45 Cummins Pauwels 12-14 546 2355 $5,55800 $60,07901 Sesco Sesco 10 600 2200 $5,81800 $61,83816 Temple General Electric 10-15 577 2357 $5,76000 $61,96288 Pnester Cooper 14 510 2765 $5,950 00 $64,580 58 Stuart C Irby Square D 9 738 4088 $9,470 00 $99,986 34 750 KVA 277/480 Volt Padmount Distribution Transformer Delivery NLL LL Bid Evaluated Vendor Manufacturer_ (Week) (core) (cod) Price cost Priester Cooper 14 1132 5932 $6,330 00 $93,797 97 Techline Howard 10-12 1131 5307 $8,47800 $105,45210 Wesco Westinghouse 9 1086 4995 $9,320 00 $109,001 61 Temple General Electric 10-15 1038 5037 $9,875 00 $112,44295 Poleline Pauwels 12-14 848 6145 $9,77800 $115,11939 Cummins Pauwels 12-14 848 6145 $9,84600 $115,59811 StuartC Irby Square 9 1130 5261 $11,45000 $126,10628 Sesco Sesco 10 1200 4800 $12,229 00 $130,061 12 Evaluation Founula Unit Cost * 7 04 + (NLL + LL * LF) * 14 54 Where, NLL = Transformer No Load (Core) Losses LL = Transformer Load (Copper) Losses LF = Load Factor which is 0 5 for 167 KVA or less and 0 38 for all others R&M 1415 wk3 DATE OCTOBER 20, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1417 - TRANSFORMER OIL TESTING RECOMMENDATION: We recommend this bid be awarded to the low bidder Magnetek Laboratory Services, at the unit price of $10 00 per sample, for an estimated total of $25,000 00 SUMMARY: This bid is for the testing of approximately 2,500 samples of transformer oil to determine PCB levels Seven bids were received in response to eight invitations mailed BACKGROUND: Tabulation sheet, Memorandum Glen Fisher Electric Distribution FISCAL IMPACT: Budgeted Funds for 93 account #610-080-0252-8334 current balance if 704,072 05 pectfully mrtted Lloyd V Harrell City Manager Prepared by I ��/ O.n� Name Demse Harpool Title Senior Buyer Approved Name Tom D Shaw, C P.M Title Purchasing Agent 1417 agenda o y HH H H H O � �+J M N J N N tl °z 03 �0 N �O H N H z a O 4� O O 7C -------------- r W -------------- O i�0dd pU as o o M H N H H O tm N 0 O G H M L+1 N N HH [J H J � z � to N �o H N H z c� N C J C�J 2 O O O ------------- r N O 70tl O tl ------------- 2 N C] O O� H M O M CC OD �1 "Ii O y [O+f — — — — — — — — — — — — — H N M q O O m V ti ------------- H Uc P Ll� 1997 OCT -2 IPII , 25 ITYofDENTONMUN/ IPALUTILITIES /sot -A Texas street/ Denton, Tx76201 MEMORANDUM To Denise Manning From Glenn Fisher Date October 1, 1992 �• � ,1 • Il" • 1! Based on the low cost meeting specifications, the Electric Utilities Department recommends that the quotation from Magnetek Laboratory Services be accepted following final Legal approval The cost per sample will be $10 00 for approximately 2,500 samples cc Joe Chern R&M 1417 mern STATE OF TEXAS COUNTY OF DENTON CONTRACT AGREEMENT 0 0 THIS AGREEMENT, made and entered into this 20 OCTOBER THE CITY OF DENTON of the County of A.D., 19 92 , by and between DENTON through LLOYD V. HARRELL day of and State of Texas, acting thereunto duly authorized so to do, hereinafter termed "OWNER," and MAGNETEX OHIO TRANSFORMER, BOX 3991, 1776 CONSTITUTION AVENUE, LOUISVILLE, OHIO, 44641-3991 of the City of and State of LOUISVILLE OHIO termed "CONTRACTOR." County of LOUISVILLE hereinafter 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 # 1417 - TRANSFORMER OIL TESTING in the amount of $25,000.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, 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 CA - 1 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: i� CITY OF DENTON MAGNETEK OHIO CONTRACTOR my Title (Sl;AL) (SEAL) CA - 3 all maps, plats, blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DENTON STAFF all of which are made a part hereof and collectively evidence and constitute the entire contract. Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA - 2 BID NUMBER 1417 BID PROPOSALS Page 2 of 9 City of Denton, Texas 901-B Texas St. Purchasing Department Denton, Texas 79201 ITEM DESCRIPTION QUAN. PRICE AMOUNT 1. TESTING OF SAMPLES OF TRANSFORMER OIL FOR PCB'S...................................... 2500 $10.00 ea $25,000.( APPX. Please address your purchase order to: MagneTek Ohio Transformer c/o Keasler Associates, Inc. 2907 St. Andrews Richardson, TX 75082 Telephone: 214/669-4000 FAX: 214/669-4060 TOTALS We quote the above f.o.b. delivered to Denton, Texas. Shipment can be made in 7 days from receipt of order. Terms netl30 unless otherwise Indicated. In submitting the above bid, the vendor agrees that acceptance of any or all bid Items by the City of Denton, Texas within a reasonable period of time constltues a contract. The completed Bid Proposal must be properly priced, signed and returned. Box 3991; 1776 Constitution Avenue Meiling A&rese Louisville, OH 44641-3991 City state Zip MagneTek Ohio Transformer 2-16/875-3333 Telephone signature Laboratory Sales Manager Title r .- r " PURCHASING DEPARTMENT 'r City of Denton 901-B Texas St. Denton, Texas 76201 KEASLER ASSOCIATES, INC 2907 ST ANDREWS RICHARDSON, TX 75082 BID INVITATION CITY OF DENTON, TEXAS Date AUGUST 11, 1992 BID NUMBER 1417 1\GJrtJt_�i; AUG 13 1997 ASSOCIA I S BID TITLE TRANSFORMER OIL TESTING Sealed bid proposals will be received until 2:00 p.m. SEPTEMBER 15, 1992 , at the office of the Purchasing Agent, 901-B Texas St., Denton, Texas 76201 For additional information contact PURCHASING DEPARTMENT 901 B Texas Street Denton, Texas 76201 Office 817-383-7100 DFW Metro 817-267-0042 INSTRUCTIONS TO BIDDERS 1. Sealed bid proposals must be race, ad in duplicate, on this form, prior to opening date and time to be considered. Late proposals will be returned unopened. 2. Bids shall be plainly marked as to the bid number, name of the bid, and bid opening date on the outside of completely sealed envelope, and mailed or delivered to the Purchasing Department, City of Denton, 901-B Texas St., Denton, TX 76201 3. Any submitted article deviating from the specifications must be identified and have full descriptive data accompanying same, or it will not be considerer+. 4. All materials are to be quoted FOB Denton, Texas, delivered to the floor of the warehouse, or as otherwise indicated. 5. The City of Denton, Texas reserves the right to accept separate items in a bid unless this right is denied by the bidder 6. In case of default after bid acceptance, the City of Denton, Texas may at its option hold the accepted bidder or contractor liable for any and all resultant increased costs as a penalty for such default. 7. The City of Denton reserves the right to reject any and all bids, to waive all Informalities and require that submitted bids remain in force for a sixty (60) day period after opening or until award is made; whichever comes first. 8. The quantities shown maybe approximate and could vary according to the requirements of the City of Denton throughout the contract period. 9. The items are to be priced each net. (Packaging or shipping quantities will be considered.) 10. The Purchasing Department assumes responsibility for the correctness and clarity of this bid, and all information and/or questions pertaining to this bid shall be directed to the City of Denton Purchasing Agent. 11. Any attempt to negotiate or give information on the contents of this bid with the City of Denton or its representatives prior to award shall be Bounds for disqualifications. 12. The conditions and terms of this bid will be considered when evaluating for award. 13. The City of Denton is exempt from all sales and excise taxes. (Article 20.04-e) BIDNUMBEA 1417 SPECIFICATIONS Purchasing Department City of Denton, Texas POLYCHLORINATED BIPHENYL (PCB) TESTING Page ; of The City of Denton is requesting bids for the analysis of approximately 2,500 distribution transformer oil samples for polychlorinated biphenyls (PCB's). Bidders shall submit a quote based on a price per sample for testing based on the following criteria; The analysis of these samples shall be performed using Gas Chromatography methodology. Specifically, the use of EPA Test Method 8080 for the analysis of Organochlorine Pesticides and PCB's shall be used. Any deviation in the use of approved EPA methodology must be documented and the testing laboratory will submit evidence of acceptance of the alternate procedure by the EPA. All quality control procedures will be performed in accordance with EPA accepted methodology and will be included with the sample results. Any deviation in the use of approved EPA quality control procedures must be documented and the testing laboratory will submit evidence of acceptance of the alternate quality control procedure by the EPA. All work must be done in accordance with or exceptions noted to the attached contract. The City of Denton will submit samples in lots of 200 to 500. Results for each lot will be sent to the City of Denton within thirty (30) business days of lot submittal. Each sample will have the individual aroclors identified. Results shall be sent as a hard copy identifying a minimum of the sample test date, lab identification number, _City identification number, unit serial number and the individual aroclor concentrations. Results shall also be sent in digital form, on a 3.5 inch diskette in one of the following formats; 1) Comma delimited ASCII file in the form: Sample Test Date, Lab ID #, City ID #, Serial #, Total Aroclor Concentration. An example: 7/30/92,0001,4520,5X43201,238.91 2) A Lotus 123 WK1 spreadsheet with the following columns; Sample Test Date, Lab ID #, City ID #, Serial #, Total Aroclor Concentration. BID NUMBER 1417 SPECIFICATIONS Page 4 of 9 Purchasing Department City of Denton, Texas 3) A dBase IV database with the following fields; Sample Test Date, Lab ID #, City ID #, Serial #, Total Aroclor Concentration. Original invoices for each lot shall be sent to: Accounting Department 215 East McKinney Denton, TX 76201 A copy of the invoice and the test results for each lot, as defined above, shall be sent to: Glenn Fisher City of Denton Municipal Utilities Electric Engineering 901A Texas Street Denton, TX 76201 (817) 383-7121 Payment for each invoice will be made upon receipt of the hard copy and digital file of the results for the lot. Bidders shall agree to or note any exceptions to the specifications in their bid. BID NUMBER 1417 SPECIFICATIONS Page 5 of 9 TERM: Purchasing Department City of Denton, Texas Unless sooner terminated or extended as provided herein, this agreement shall remain in full force and effect from the date first written on the attached price quotation sheet until the date of completion of the services or either party becomes insolvent, makes an assignment for the benefit of creditors, or a bankruptcy petition is filed by or against it. Either party may terminate this agreement at any time by giving written notice of such termination to the other party. Upon such termination of this agreement, Customer shall pay and reimburse Vendor for services rendered and costs incurred by Vendor prior to the effective date of termination. INDEPENDENT CONTRACTOR: Vendor's relationship with customer under this agreement shall be that of an independent contractor. Nothing in this agreement shall be construed to designate Vendor, or any of its associates or subcontractors, as employees, joint venturers or partners of customer. SUBCONTRACTING: Vendor shall have the right to subcontract any and all service, duties, and obligations hereunder, in whole or in part with the consent of Customer. Subcontractor shall be bound by the same terms and conditions of performance as Vendor. PAYMENT: Customer shall make payment to Vendor within thirty days after the date of the invoice provided that test results have been submitted to Customer as specified elsewhere. Vendor may add to the invoice any excess copy charges, travel expenses, long distance telephone charges, and special reproduction costs requested or approved by customer. In the event Vendor has not received payment within thirty days after the date of the invoice and receipt of test results, Customer shall pay interest on the unpaid balance at the maximum rate allowed by law commencing on the thirty-first (31st) day after the date of invoice. CHANGE ORDER: The term "Change Order" as used herein is a written order to Vendor, signed by Vendor and customer after execution of this BID NUMBER 1417 SPECIFICATIONS Page 6 of 9 Purchasing Department City of Denton, Texas Agreement authorizing a change in the services and/or prices and each change order shall be considered an amendment to the Agreement. SAMPLE DISPOSAL: Unless Customer requests otherwise, unused portions of test samples submitted for analysis shall be disposed of immediately after report submission. Upon written request Vendor may agree to retain said samples for a mutually agreeable storage charge. Vendor reserves the right to return test samples to Customer or dispose of unused portions of test samples at Customer's expense. CUSTOMER WARRANTY: Customer hereby warrants that all representative samples shipped to Vendor shall be prepared for shipment and packaged in containers specified by, and marked in accordance with, all applicable statutes and regulations of the United States Department of Transportation, Environmental Protection Agency, and/or such successor and any other appropriate Federal, State and Local governmental agencies. CONFIDENTIALITY: Vendor and its employees shall hold in confidence business or technical information disclosed to Vendor or acquired by Vendor in the course of performing services hereunder which Customer marks as proprietary. The obligations of this paragraph shall survive the termination of this agreement. The obligations of confidentiality do not apply to information which: (a) is or becomes part of public domain; or (b) is lawfully in the possession of vendor at the time it was acquired hereunder; or (c) is required to be publicly disclosed under the law. SEVERABILITY: The provisions of this agreement shall be severable, and if any clause, sentence, paragraph, provision or other part hereof shall be adjudged by any court of competent jurisdiction to be invalid, such judgement shall not affect, impair or invalidate the remainder hereof, which remainder shall continue in full force and effect. BID NUMBER 1417 SPECIFICATIONS Page 7 of 9 Purchasing Department City of Denton, Texas WAIVER: No waiver by either party of any breach, default or violation, of any term, warranty, representation, agreement, covenant, condition or provision hereof shall constitute a waiver of any subsequent breach, default or violation of the same or any other term, warranty, representation, agreement, covenant condition of provision hereof. All waivers must be in writing. FORCE MAJEURE: obligations of either party under this Agreement shall be suspended, and such party shall not be liable for damages or other remedies while such party is prevented from complying therewith, in whole or in part, due to contingencies beyond its reasonable control, including, but not limited to, strikes, riots, war, fire, acts of God, injunction, compliance with any law, regulation or order, whether valid or invalid, of the United States of America or any other governmental body or any instrumentality thereof, whether now existing or hereafter created, inability to secure materials or obtain necessary permits, provided, however, the party so prevented from complying with its obligations hereunder shall promptly notify the other party thereof. COMPLIANCE WITH LAW: In the performance of all ser Vendor and Customer agree federal, state and local law order, rules and regulations APPLICABLE LAW: vices to be provided hereunder, to comply with all applicable s and ordinances and all lawful of any constituted authority. The validity, performance and construction of this agreement shall be governed by and construed in accordance with the laws of the State of Texas. WARRANTY: Vendor represents and warrants to Customer that: 1) Vendor understands the risks presented to persons, property, and the environment in the handling, transportation, storage, treatment and disposal of wastes to be managed pursuant to this contract; BIDNUMBER 1417 SPECIFICATIONS Purchasing Department City of Denton, Texas Page 8 of 9 2) Vendor is qualified to perform the services hereunder and will do so in a safe and workmanlike manner and in compliance with all governmental laws regulations, and orders; and 3) Vendor and any subcontractors employed by Vendor possess and will maintain for the life of this contract all permits, licenses, certificates, and approvals necessary for the performance of services hereunder. 4) That Vendor will properly package, label and mark all applicable wastes under this contract in accordance with all applicable governmental laws, regulations and orders. The foregoing warranties are exclusive and in lieu of all other warranties whether statutory, expressed or implied (including all warranties of merchantability and fitness for particular purpose and all warranties arising from course of dealing or usage of trade), except of title and against patent infringement. INDEMNIFICATION: Vendor shall indemnify and save Customer (including its employees) harmless from and against any expense, loss or liability caused by or resulting from the failure of Vendor (or its Subcontractors) to fully comply with applicable federal, state or local laws, statutes, regulations, or governmental directives which regulate the handling, transportation, storage, or disposal of the waste hereunder and from any and all claims, suits and liability for loss of or damage to any tangible property or persons (including death) caused by any negligent or willful act of Vendor or its Subcontractors during the handling, collection, transportation, storage, or disposal of the waste hereunder. Customer shall indemnify and save Vendor (including its employees) harmless from and against any expense, loss or liability caused by or resulting from the failure of Customer (or its Subcontractors) to fully comply with applicable federal, state or local laws, statutes, regulations, or governmental directives which regulate the handling, transportation, storage or disposal of the waste hereunder and from any and all claims, suits and liability for loss of or damage to any tangible property or persons (including death) caused by any negligent or BIDNUMBER 1417 SPECIFICATIONS Purchasing Department City of Denton, Texas Page 9 of willful act of Customer or its Subcontractors during the handling, collection, transportation, storage, or disposal of the waste hereunder. LIMITATION OF LIABILITY: The total cumulative liability of Vendor under this Contract or any act or omission in connection therewith, such as the performance or breach thereof, whether in contract, in tort (including negligence or strict liability), under any warranty, or otherwise, shall be limited to the price of that portion of the services upon which such liability is based or $1,000,000, whichever is greater. This limitation shall not apply to liability for adverse effects on the environment. INSURANCE: Before performing any services hereunder, Vendor shall obtain and maintain for the duration of this contract, at its own expense, at least the following insurance: Coverage Limits a. Worker's Compensation Statutory b. Employer's Liability $1,000,000 per occurrence c. Commercial General Liability $1,000,000 combined (bodily injury and single limit property damage) General Liability and Automobile Liability insurance shall name City of Denton as an additional insured. Each policy or certificate evidencing the insurance shall contain an endorsement which provides that the insurance company will notify Vendor and the City of Denton 30 days prior to effective date of any cancellation or termination of the policy of certificate or any modification of the policy which adversely affects the interest of the City of Denton in such insurance. The notice shall be sent by registered mail and shall identify this Agreement, the policy and the insured. Prior to commencement of work, Vendor shall furnish Customer with acceptable evidence showing that insurance coverage described in this article has been obtained. DATE Producer THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMMEND, Willis Corroon Inc. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 70 South Lake Ave., Ste 1100 Pasadena, Ca. 91101 COMPANIES AFFORDING COVERAGES (.818) 796-3888 Company Letter A HARTFORD FIRE INS. CO. Company Letter B TWIN CITY FIRE (HARTFORD) Insured MAGN208 company Letter C ACCEPTANCE INSURANCE COMPANY 14AGNETEK INC. ETAL OHIO Tii&SFORMER CORP. 1776 CONSTITUTION AVE. LOUISVILLE, OH 44641 Company Letter D Company Letter E THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PER- IOD INDICATED, NOTWITHSTANDING ANY REQUIREMENTS, 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, EXCLUSION AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFF DATE POLICY EXP DATE LIMITS LTR (nMdd/yy) (nm/dd/ri) GENERAL LIABILITY General Aggregate Prod-comp/Ops Agg $1, 000, 000 $2, 000, 000 A [J] commercial General Liab. 72CSECS761SE 10/01/92 10/01/93 Pers & Adv Injury $ 500, 000 S 500, 000 =', [ ]claims Made [ ]Occur Each Occurrence $ [ I Owner's & Contractors Fire Damage (Any one fire) Protective [-i]PRODUCTS LIAB. Medical Payments $ [ ] (Any one person) AUTOMOBILE LIABILITY Combined $1, 000, 000 Single Limit A (-/I Any Auto 72CSECS7620E 10/01/92 10/01/93 [ ] All Owned Autos Bodily Injury S I ] Scheduled Autos (Per Person) [d] Hired Autos [d] Non - Owned Autos Bodily Injury S [ ] Garage Liability (Per Accident) Property Damage S [ ] EXCESS LIABILITY Each Occurrence S 1, 500, 000 $ 1,500,000 C [ ] Umbrella Form [J] Other Than umbrella Form D92CH0014 10/01/92 10/01/93 Aggregate B WORKER'S COMPENSATION AND 72WBRCS761SE 10/01/92 10/01/93 [ *4 Statutory Each Accident Disease-Pol Limit $l, 000, 000 EMPLOYER'S LIABILITY Disease -Each Empl $1, 000, 000 OTHER Description Of rations/Locations/Vehicles/Special Items: CERTIFICATE HOLDER IS NAMED AS ADDITIONAL INSURED IF AN ADDITIONAL INSURED IS BY CONTRACT. ENDORSEMENT ALSO AENDORSEMENT PPLIES IN FAVOREQUIRED CONTRACT. OF CERTIFICATE HOLDERSIFROGATION REQUIREDWBY CO Should any of the above described policies be cancelled before the CITY OF DENTON TEXAS expiration date thereof, the issuing company will endeavor to mail 60 days written notice to the certificate holder named to the 901-B TEXAS STREET DENTON, TX 76201 left, but failure to mail such notice shall impose no obligation or liability of any kind Tryon the company, it's agent's or representatives. Author"zed Representative