Loading...
HomeMy WebLinkAbout1992-054ALLOOO1F ORDINANCE NO 2?-0 5 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 NUMBER NO VENDOR AUNT 1342 ALL PREFERRED SALES AGENCY $ 92,055 00 1346 ALL DUSTROL INC See Exhibit A 1351 ALL CONLEY LOTT NICHOLS $ 20,013 43 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 purchase 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 ap- proved 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 designated 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, spec- ifications, 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 approv 1 PASSED AND APPROVED this day of am�=9, 1992 BOB CASTLEBERRY, ATTEST JENNIFER WALTERS, CITY SECRETARY BY APPRO ED AS TO LEGAL FORM DEBRA A DRAYOVITCH, CITY ATTORNEY DATE April 7, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1342 - SUBSTATION POWER CABLE RECOMl1�ENDATION We recommend this bid be awarded to the only bidder, Preferred Sales Agency, in the total amount of $92,055 00 SUMMARY This bid is for cable used in the exit circuits of the Arco Substation A premium cable is recommend in this application to avoid outages BACKGROUND Tabulation sheet, Memorandum from Don McLaughlin 3-20-92 Electric Distribution, FISCAL IMPACT Budgeted account #612-0$0-RB90-F000-9221 ectful y s b itted //4 Lloyd V Harrell City Manager Prepared by Name Denise Harpool Title Senior Buyer Approved Name Tom D Shaw, C P M Title Purchasing Agent 255 DOC DH/Ih BID # 1342 BID NAME SUBSTATION POWER PREFERRED CABLE SALES OPEN MARCH 5, 1992 AGENCY # ITEM DESCRIPTION VENDOR 1 9500' 600 KC MIL COMPACTS $9 69 I COPPER CABLE I TOTAL $92,055 00 Fug 14?% flin )3 r 1 it 16 CITY of DENTON / 215 E McKinney / Denton Texas 76201 M E M O R A N D U X TO Denise Harpool, Senior Buyer FROM Donald McLaughlin, Engineer Administrator DATE March 20, 1992 SUBJ CABLE FOR ARCO EXIT CIRCUITS -------------------------------------------------------------- Bid 1342 is for 9500 feet of 600 KCmil (thousand circular mils) compact copper cable Only one bid was received for $9 69 per foot for a total of $92,055 I recommend that this bid be accepted The current cost of 500 KCmil unishield in the warehouse is $8 19 Cost differential between stock and the 600 KCmil cable is 18 3% The 600 KCmil cable is a premium cable manufactured by Keyrite Cable The critical application of exit circuits makes the use of a premium cable proper In addition the conductor size is increased from 500 KCmil to 600 KCmil This additional conductor size and a new design in the exit circuit layout will allow circuit loading to the full 600 amp breaker rating in the substation This additional capacity will improve cold load pickup capabilities and expand options for transferring load between ARCO and other substations The compact 600 KCmil copper conductor will allow the use of existing 500 KCmil connector with no additional stock or tooling cost DLM th �j L 03202358 cc R E Nelson, Executive Director of Utilities Jim Harder, Director of Electric Ralph Klinke, Superintendent Electric Distribution Ray Wells, Superintendent Metering/Substations & Communications Glenn Fisher, Engineer Associate I DATE April 7, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID # 1346 - STREET MAINTENANCE EQUIPMENT RENTAL RECOMMENDATION We recommend this bid be awarded to Dustrol Inc as listed on the tabulation sheet, Item 1-16A SUMMARY This bid is for the annual contract for daily rental of street maintenance equipment The daily rate can be prorated to portions of a day and only equipment actually needed for a project will be utilized Dustrol Inc is the only company to respond due to the fact that we request bids on the complete list of equipment, on an all or none basis This "all or none" approach allows for continuity and compatabihty of equipment to project Also the bid requires qualified operators for each machine and that on site supervision be included in the daily rate The program has been very satisfactory in the past The City of Denton furnished materials and support staff 1 e , traffic control, clean-up etc This concept allows for utilization of equipment and operators as needed without a major investment in equipment and personnel The bid includes a 1 year extension clause if agreed upon by both parties BACKGROUND Tabulation sheet GROUPS AFFECTED Street Maintenance, Public FISCAL IMPACT Funds for these services will come from budget funds, CIP Funds, and or Bond Funds Each project will be funded from the appropriate account As a point of reference during the past one year period the City of Denton spent approximately $223,000 00 on equipment rental from Dustrol Inc This obviously will vary from year to year CITY COUNCIL REPORT APRIL 7, 1992 PAGE 2 OF 2 peccttffully submitted v Lloyd V Harrell City Manager Approved Name om D Shaw, C P M Title Purchasing Agent 251 DOC TS/Ih BID # 1346 BID NAME EQUIPMENT RENTAL I DUSTROL OPEN I MARCH 26, 1992 l I # I I ITEM DESCRIPTION I I VENDOR I 1 I I HEATER TRUCK MOUNTED 1 $1,000 00 IA1 MOBILIZATION l $120 00 2 1 HEATER SCARIFIER 1 $1,050 00 2A1 MOBILIZATION l $150 00 3 1 DIST MIXING RECYCLER 1 $800 00 3A1 MOBILIZATTON 1 $300 00 4 1 LAYDOWN MACHINE 1 $1,000 00 4A1 MOBILIZATION 1 $300 00 5 1 PNEUMATIC ROLLER i $325 00 5Al MOBILIZATION 1 $200 00 6 1 TANDOM STEEL ROLLER 1 $325 00 6A) MOBILIZATION 1 $200 00 7 1 MILLING MACHINE ( $4,500 00 7AJ MOBILIZATION 1 $500 00 8 1 MILLING MACHINE l $3,250 00 8A1 MOBILIZATION l $300 00 9 1 MINI MILL l $950 00 9A1 MOBILIZATION 1 $100 00 101 LIQUID TANKER 1 $100 00 Al MOBILIZATION 1 $100 00 111 PICK UP BOOM 1 $700 00 Al MOBILIZATION 1 $100 00 121 KICKOUT BROOM 1 $350 00 Al MOBILIZATION l $100 00 131 WATER TRUCK 1 $125 00 Al MOBILIZATION 1 $50 00 141 CRACK SEAL MACHINE I $500 00 Al MOBILIZATION 1 $50 00 151 HEATER PATCHER l $500 00 Al MOBILIZATION 1 $100 00 161 AIR COMPRESSOR 1 $150 00 Al MOBILIZATION 1 I $50 00 I l * MOBILIZATION CHARGE l 1 INCLUDES DELIVERY, SETUPI 1 I AND PICKUP COST l I EXHIBIT A DATE April 7, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1351 - TRENCHER BACKHOE RECOMl1�{ENDATION We recommend this bid be awarded to the lowest responsible bidder, Conley Lott Nichols in the amount of $20,013 43 with delivery in 30 days after receipt of order SUMMARY This bid is for the purchase of a 35 Horsepower Trencher/Backhoe for use by the Water and Sewer Field Service Division The unit is a motorpool replacement for a 1984 model trencher The old unit is no longer in working condition and based upon estimates received by the Fleet Operations was not economical to repair BACKGROUND Tabulation sheet Water and Sewer Field FISCAL ,IMPACT This unit will be funded from Motor Pool Replacement funds and 1991-92 budget funds approved for capital equipment acquisition Motorpool 720-004-0020-8707 Budget 620-081-0461-9104 Approved Name Tom D Shaw, C P M Title Purchasing Agent 250 DOC TS/JH $18,900 00 1 113 43 20,013 43 es/pe/ctfully subautted v Lloyd V Harre City Manager BID # 1351 BID NAME TRENCHER-BACKHOE WITCH EQUIP CONLEY LOTT ZIMMERER NICHOLS KUBOTA OPEN MARCH 24, 1992 # ITEM DESCRIPTION VENDOR VENDOR VENDOR 1 TRENCHER $23,610 21 $20,013 43 NO BID 2 MAKE DUETZ DIESEL METRO 3 MODEL 2310 3023 + 412 00 6-WAY BLADE +229 00 HYD MANIFOLD 4 DELIVERY 30 DAYS 30 DAYS CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 7 day of April A.D., 19 93 , by and between THE CITY OF DENTON of the County of DENTON and State of Texas, acting through LLOYD V. HARREL thereunto duly authorized so to do, hereinafter termed "OWNER," and _DHSTROL INC. V.O. BOX 1738, ROANOKE, TX 76262 of the City of ROANOKE , County of DENTON and State of TEXAS hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds bearing even date herewith, CONTRACTOR hereby agrees with OWNER to commence and complete the terms of the agreement described as follows: BID # 1346 - STREET MAINTENANCE EODIPMENT RENTAL (12 MONTH E%TENSION AS PER BID) 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 machinery, equipment, tools, maintenance, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, 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 CA - 1 AAA00496 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 the date established for the start of work as set forth in the general conditions 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 price or prices shown in the Proposal, which contract, such payments to be subject to th Conditions of the Contract. CA - 2 in current funds the forms a part of this e General and Special AAA00496 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: CA - 3 (SEAL) DUSTROL INC. CONTRACTOR Title D. T. Dankert, President - -- (SEAL) --- 4' AAA00496 PERFORMANCE BOND STATE OF TEXAS § Bond No. P2505905 COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That DUSTROL INC. of the City of ROANOKE County of DENTON , and State of TEXAS as PRINCIPAL, and PLANET INSURANCE COMPANY , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the THE CITY OF DENTON as OWNER, in the penal sum of MM HuNDRED TBoasAND AND no/100---------- Dollars ($ loo_onn_on ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 7 day of APRTL• 19 93 , for the BIn it 1 -146 - gTRF.F.T MAINTENANCE EO PMFNT RENTAL (12 MONTH EXTENSION AS PER BID) which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 72nd Legislature, Regular Session, 1991, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB - 1 AAA00496 PROVIDED FURTHER, that if any legal action be filled upon this bond, venue shall lie in DENTON County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this llth day of 19 93 . DUSTML, INC. PLANET INSURANCE COMPANY Principal Surety By, D yid W. Delker Title D. T. Dankert, President Title Attorney -in -Fact Address • 'Ph --,3px 301 -fMc,WA IA4. 'OeA 1,0-7141V (SEAL) Address: P. o. Box 2697 Wichita, Kansas 67201 By: esidolt Agent (SEAL) The name and address of the Resident Agent of Surety is Jerry P. Rose, Willis Corroon Corporation of Texas,. 5420 LBJ Freeway, Suite 1400, Dallas, Texas 75240 NOTE: Date of Bond must not be prior to date of Contract. AAA00496 PLANET INSURANCE COMPANY HEAD OFFICE, SUN PRAIRIE, WISCONSIN POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, That the PLANET INSURANCE COMPANY, a corporation duly organized under the laws of the State of Wisconsin, does hereby make, constitute and appoint James-W. Bily, David W. Delker, Linda A. Farrier, Robert H. Curry, Mark R. DeWitt and Wilma A. Flattery, individually, of Wichita, Kansas its true and lawful Attorney -in -Fact to make, execute, seal and deliver for and on its behalf, and as Its act and deed any and all bonds and undertakings of Suretyship, and to bind the PLANET INSURANCE COMPANY thereby as fully and to the same extent as If such bonds and undertakings and other writings - obligatory in the nature thereof were signed by an Executive Officer of the PLANET INSURANCE COMPANY and sealed and attested by one other of such officers, and hereby ratifies and confirms all that its said Attomey(s)-in-Fact may do in pursuance hereof. - This Power of Attorney is granted under and by authority of Article VII of the By -Laws of PLANET INSURANCE COMPANY which became effective September 21, 1981. which provisions are now In full force and effect reading as follows: ARTICLE VII — EXECUTION OF BONDS AND UNDERTAKINGS 1. The Board of Directors, the President the Chairman of the Board, any Senior Vice President any Vice President or Assistant Vice President or other officer designated by the Board of Directors shall have power and authority to (a) appoint Attorneys -in -Fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognlzences, contracts of indemnity and other writings obligatory in the nature thereof, and (b) to remove any such Attomey-in-Fact at any time and revoke the power and authority given to him. 2. Attomeys-in-Fact shall heye power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory In the nature thereof. 3. Attomeys-in-Fact shall have power and authority to execute affidavits required to be attached to bonds, recognizanoss, contracts of indemnity or other conditional or obligatory undertakings and they shall also have power and authority to ceri y the financial statement of the Companyandto copies of the By -Laws of the Company or any article or section thereof. - This power of attorney is signed and sealed by facsimile under and by authority of the following Resolution adopted by the Board of Directors of PLANET INSURANCE COMPANY at a meeting held on the 29M day of March, 1982, at which a quorum was present and said Resolution has not been emended or repealed: "Resolved, that the signatures of such directors and officers and the seal of the Company may be affixed to any such power of attorney or any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shell be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, the PLANET INSURANCE COMPANY has caused mesa presents to be signed by Its Vice President and its corporate seal to be hereto affixed, this 19th day of November 1992 h.. V-A 1/ STATE OF Pennsylvania• - COUNTY OF Philadelphia'" On this 19th day of November PLANET INSURANCE COMPANY i Vice President 1992 .parsonallyappeared Vincent G. Fasano to me known to be the Vice -President of the PLANET INSURANCE COMPANY, and acknowledged that he executed and attested the foregoing Instrument and affixed the seal of said corporation thereto, and that Article VII, Section t, 2, and 3 of the By -Laws of said Company, and the Resolution, set forth therein, are still in full fame. I '/ n My Commission Expires: NOTARIAL SEAL F,1(H LOTS SHIELDS. No Public Notary Public in and for the State of Pennsylvania of Philadelphia. Phila. County ,immissi0h Expires June E. ._ Residing at Philadelphia 1. Anita Zippert ,Xk Secretary of the PLANET INSURANCE COMPANY,do hereby certify that the above and foregoing is a true and correct copy Pf .�i Power of, Attorney executed by said PLANET INSURANCE COMPANY, which is still in full forca and enact IN WITNESS WHEREOF, I have hereunto set my�tie' � xedi the seal of said Company this llth May . 1 19 92 i Yi � r ATAfiBHLSecretary BDP-1431 1/82 - CITY OF DENTON REQUIREME'NTS 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 endorse- ments 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 limiting 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 business in rating of at shall be the State least A. issued by a company authorized to do of Texas with an A.M. Best Company • 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 Revised 02/05/93 Insurance Requirements Page 2 officials, agents, employees and volunteers; or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Liability policies shall be endorsed to provide the following: ■ Name as additional 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 made 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 provide thirty(30) days prior written notice of cancellation, non -renewal or reduction in coverage. • 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. Revised 02/05/93 Insurance Requirements Page 3 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 $1,000,000.00 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 used: Coverage A shall include premises, operations, products, and completed operations, independent contractors, contractual liability covering this contract and broad form property damage coverages. • 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. [x] Automobile Liability Insurance: Comprehensive or Business Automobile Liability insurance shall be provided by the Contractor with limits of not less than _ $1,000,000.00 per occurrence either in a single policy or in a combination of underlying and umbrella or excess policies. Revised 02/05/93 Insurance Requirements Page 4 The policy will include bodily injury and property damage liability arising out of the operation and maintenance of all automobiles and mobile equipment used in conjunction with this contract including owned, scheduled, hired, and non -owned vehicles and employee non -owned use. Scheduled automobiles will be listed in the Description or Remarks section of the Certificate of Insurance. (ISO Form CA 0001 Current Edition) [x] Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation insurance which, in addition to meeting the minimum statutory requirements for issuance of such insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured. [ ] Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or contractor's operations under this contract. Coverage shall be on an "occurrence" basis, and the policy shall be issued by the same insurance company that carries the contractor's liability insurance. Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate. [ ] Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building. Limits of not less than each occurrence are required. Revised 02/05/93 Insurance Requirements Page 5 [ ] Professional Liability Insurance Professional liability insurance with limits not less than _ per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement. [ ] Builders' Risk Insurance Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be provided. Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear. [ ] Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements. If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications. AFFOOOED Revised 02/05/93 t•---MURCHASING DEPARTMENT City of Denton 901-8 Texas St. Denton, Texas 76201 BID INVITATION CITY OF DENTIN, TEAS RECEIVED MAK I ' I"f DDSTROL INC. P.O. BO% 173 ROANOKE, TX 76262 Date MARCH 9, 1992 BID NUMBER 1346 BID TITLE STREET MAINTENANCE EQUIPMENT RENTA Sealed bid proposals will be received until 2:00 p.m. MARCH 26, 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 re® ®received 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 considered. 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 contractur 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. S. The quaiiaei;u. ..i.v„o maybe approximate and could vary according to the ,-::quwcmcnts 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 gounds 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-B) 31�D. NU14LLER 1346 BID PROPOSALS PAGE 2 OF City of Denton, To= 901-B Tom SL Pumbariog Deparbuad Dmtao, Tew 76201 ITEM DESCRIPTION QUAN. PRICE AMOUNT DAILY RENTAL RATE (Based upon 8 hour work day) 1. Heater - trunk mounted, radiant heat, propane fired, Per day 12' x 24' insulated oven la. Mobilization charge to include delivery, and pickup as Each /20� well as loading and unloading as required. 2. Heater Scarifier - trunk mount, radiant heat, propane Per day jQSQ- i fired, 12' x 24' insulated oven, carbon tipped teeth � 2a. Mobilization charge to include delivery, and pickup as Each d (�� well as loading and unloading as required. 3. Distribution Mixing Recycler - meter liquid, (2) Per day gQQ� carbide tooth mixing drums, reversible augers, vibetory screed. 3a. Mobilization charge to include delivery, and pickup as Each 3D0. well as loading and unloading as required. co 4. Laydown Machine barber green SA150 or Equal Per day tow Wj 4a, 300: / 5. 7L, Pneumatic Rollef "- Class B roller w/water Per day ,259 Sa. Mobilization charge to include delivery, and pickup as Each ZC4 well as loading and unloading as required. 6. Tandom Steel Roller - 10-12 ton w/water Per day 325 C 6a. Mobilization charge to include delivery, and pickup as Each d 200a well as loading and unloading as required. QL 4560. 7. Milling Machine - Track type Caterpillar PR1000 or Per day equal. 7a. Mobilization charge to include delivery, and pickup as Each 540`� well as loading and unloading as required. e. Milling Machine - track type Caterpillar 450 or equal. Per day 3 250. ea. Mobilization charge to include delivery, and pickup as Each 360!� well as loading and unloading as required. 9. Mini -Mill - Caterpillar PR75 or equal with 18" drum Per day d 9a. Mobilization charge to include delivery, and pickup as Each °' well as loading and unloading as required. I 10. Liquid Tanker - 6,000 gallon capacity minimum Per day 10a. Mobilization charge to include delivery, and pickup as Each well as loading and unloading as required. 11. Pickup Broom - Mobile TE3 or equal Per day ;r00ai' ila. Mobilization charge to include delivery, and pickup as Each well as loading and unloading as required. 12. Kickout Broom - self propelled Per day a 12a. Mobilization charge to include delivery, and pickup as Each /dd well as loading and unloading as required. 13. water Truck - 1,000 gallon capacity w/pump Per day /Z50 capabilities aAA00496 'AD''Nid!lum 1346 BID PROPOSALS City of Denton, Team 901-B Tema St. Pmthming Department Demon, Tema 76201 PAGE 3 OF ITEM DESCRIPTION QUAN. PRICE AMODN7 13a. Mobilization charge to include delivery, and pickup as Each 5d.� well as loading and unloading as required. CBI 14. Crack Seal Machine - EZ Pour 1,000 or equal Per day 14a. Mobilization charge to include delivery, and pickup an Each 54� well as loading and unloading an required. d 15. Neater Pat cher - R & M Neater Patcher or equal Per day 5Db,, 15a. Mobilization charge to include delivery, and pickup as Each /661' well as loading and unloading as required. 16. Air Compressor - Ingersol Rand 185 CFM or equal Per day to !$b.� 16a. Mobilization charge to include delivery, and pickup as Each 5to well as loading and unloading as required. NOTE: 1) The intent of this bid is to establish a firm commitment for price and availability of equipment deemed necessary for the maintenance and repair of City streets under the general direction of the City of Denton Street Department. 2) Preference will be given to vendors bidding the complete list of equipment. 3) All prices must include qualified operator with each piece of equipment 4) Prices must be firm for one (1) year from date of award. 5) The City of Denton reserves the right to extend this contract for one additional 12 month period with no changes in price terms or conditions per mutual written agreement. 6) Vendor agrees to extend prices, terms and conditions of this co Tact to other cities in the Denton area. Yea No We quote the above fob. delivered to Denton, Team. Shipment can be made in days from receipt of order. Terms nct/30 i dess otherwise indicated. In submitting the above bid, the vendor agrees that acceptance of any or all bid item by the City of Demon, Teas within a reasonable period of time comaimtes a contract The complain Bid proposal most be prepedy priced, signed and returned. Rlb.'5ox P3rb Mailing Address &aAokg Tx.. 3&262 City Sam zip ea�►e (Off)456-3959 (60 491-1354- Tabtphonc/Fax I AAA00496 ISSUE DATE(MM/DD/YY) 5 / 25 / 93 PRODUCER ---- --- THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND WILLIS CORROON CORP OF KS CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE P , O. Box 2697 POLICIES BELOW. COMPANIES AFFORDING COVERAGE Wichita, KS 67201-2697 315-264-5311 COMPANYLETTER A ST. PAUL FIRE & MARINE COMPANY LETTER B INSURED Dustrol, Inc* P . O. Box 309 COMPANY LETTER C Towanda COMPANY LETTER D KS 57144-0309 COMPANY LETTER E dmh CEVEhAGr S ,< THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. c0 LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE(MM/DD/YY) POLICY EXPIRATION OATE(MM/DD/YY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE $ 2,000 ,GOO X PRODUCTS-COMP/OP AGE. $ 2,000 ,000 A COMMERCIAL GENERAL LIABILITY KKOB000273 5/01/93 5/01/94 CLAIMS MADE I_X OCCUR. PERSONAL & ADV. INJURY S 1 ,000 ,000 EACH OCCURRENCE S 1'000'000 OWNER'S & CONTRACTOR'S PROT. FIRE DAMAGE (Any one fire) S 50,000 MED. EXPENSE (Any one Person S 5 , 000 A AUTOMOBILE LIABILITY ANY AUTO KKO8000273(OTHER THAN 5/01/93 5/01/94 COMBINED SINGLE LIMIT $ 1,000,000 X BODILY INJURY (Per person) $ ALL OWNED AUTOS SCHEDULED AUTOS 691NJ3321-01 (TEXAS A 5/01/93 5/01/94 X BODILY INJURY S HIRED AUTOS X NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE S GARAGE LIABILITY EXCESS LIABILITY EACH OCCURRENCE $ AGGREGATE S UMBRELLA FORM OTHER THAN UMBRELLA FORM A WORKER'S COMPENSATION AND WVAB000486 5/01/93 5/01/94 X STATUTORY LIMITS EACH ACCIDENT $ 100,000 DISEASE -POLICY LIMIT S 500,000 EMPLOYERS' LIABILITY DISEASE -EACH EMPLOYEE S 100 ,000 OTHER DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESNEPECIAL ITEMS Cart, Holder is Add'I. Insd. on Gen, Liab. & Business Auto. (Primary Endt. applies to Gen. Liab. only) Waiver of Subrogation applies to Work. Comp, as regards Bid #1346, Street Maint. Equip. Rental ****Revised Certificate**** CRR'PIPIGATE HOt,t7kR "; ,. �,'41t1C�R1.A7iQN ; 31 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE �:. EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO >f. MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE City of Denton, Texas ':' LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR Purchasing Agent r; LIABILITY OFANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES. 901 B Texas Street Denton TX 76201 AUTHOR DREPRESENTATIVE 1030664000 CJ,�il��n AG4)11D 2fr5 ,l$0'ACOAf� CORPbRAY10N 1990 n I I