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