Loading...
1992-054ALL0001F 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 AMOUNT 1342 ALL PREFERRED SALES AGENCY $ 92,055 00 1346 ALL DUSTROL INC See Exhibit A 1351 ALL CONLEY LOTT NICHOLS $ 20,013 43 C~ 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 ~ 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- lfications, standards, quantities and specified sums contained in the Bid Proposal and related documents herein approved and accepted ~ 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 ~ That this ordinance shall become effective imme- diately upon its passage and a~L1 ~ PASSED AND APPROVED this day of , 1992 ATTEST JENNIFER WALTERS, CITY SECRETARY APPR D AS TO LEGAL FORM DEBRA A DRAYOVITCN, 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 #1349. - SUBSTATION POWER CABLE RECOMMENDATION We recommend tins bid be awarded to the only bidder, Preferred Sales Agency, in the total amount of $92,0§5 00 SUbIMARY This bid is for cable used in the exit circuits of the Arco Substation A premium cable is recommend in this apphcatlon to avoid outages BACKGROUND Tabulation sheet, Memorandum from Don McLaughhn 3-20-92 PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Electric Distribution, Substations and City of Denton Electric Utility Customers FISCAL IMPACT Budgeted account #612-080-RB90-F000-9221 ~ect fully s~bJ~ltted ~-~ City Manager Prepared by Name Denise Harpool [ Title Semor Buyer Approved Nam~ To~D Shaw, C P M Title Purchasing Agent 255 DOC DH/Ih BID # 1342 BID NAME SUBSTATION POWER PREFERRED CABLE SALES OPEN MARCH 5t 1992 AGENCY # ITEM DESCRIPTION VENDOR i 9500' 600 KC MIL COMPACT $9 69 COPPER CABLE TOTAL $92,055 00 r I I' 2,6 CITY of DENTON / 215 E McK/nney / Denton Texas 76201 MEMORANDUM TO Denise Harpool, Senior Buyer FROM Donald McLaughlin, Engineer Admznzstrator DATE March 20, 1992 SUBJ CABLE FOR A~CO EXIT CIRCUITS Bid 1342 is for 9500 feet of 600 KCmll (thousand circular m~ls) compact copper cable Only one bid was received for $9 69 per foot for a total of $92,055 I recommend that th~s b~d be accepted The current cost of 500 KCmil unishield in the warehouse is $8 19 Cost dlfferent~al between stock and the 600 KCmil cable zs 18 3% The 600 KCmll cable ~s a premium cable manufactured by Keyrite Cable The critical application of exit c~rcu~ts makes the use of a premlum cable proper In addition the conductor size ~s increased from 500 KCmil to 600 KCmil This add~tlonal conductor size and a new design zn the exit circuit layout w~ll allow c~rcult loading to the full 600 amp breaker rating in the substation This additional capacity w~ll improve cold load pickup capabilities and expand options for transferrlng load between ARCO and other substations The compact 600 KCmil copper conductor will allow the use of existing 500 KCmil connector w~th no additional stock or tooling cost 03202358 CC R E Nelson, Executive Director of Util[tles J~m Harder, Director of Electric Ralph Klinke, Superintendent Electrlc Distribution Ray Wells, Superintendent Meter~ng/Substatlons & Co~un~cat~ons 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 hsted on the tabulation sheet, Item 1-16A SUMMARY This bid is for the annual contract for daily rental of street maintenance equipment The da~ly rate can be prorated to portions of a day and only equipment actually needed for a project w~ll be utilized Dustrol Inc ~s 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 eqmpment to prolect Also the b~d requires quahfled 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 ete This concept allows for utilization of equipment and operators as needed without a ma]or investment in equipment and personnel The bid includes a 1 year extension clause if agreed upon by both parties BACKGROUND Tabulation sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Street Mmntenanee, Public Works and CIP projects FISCAL IMPACT Funds for these services w~ll 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  LloyPd~Veetfully submitted City Manager Name TomD Shaw, C P M Title Purchasing Agent 251 DOC TS/ih BID # 1346 BID NAME EQUIPMENT RENTAL DUSTROL OPEN MARCH 26, 1992 EXHIBIT A # I ITEM DESCRIPTION VENDOR i I HEATER TRUCK MOUNTED $1,000 O0 lAI MOBILIZATION $120 00 2 HEATER SCARIFIER $1,050 O0 2AI MOBILIZATION $150 00 3 DIST MIXING RECYOLER $800 00 3AI MOBILIZAITON $300 00 4 LAYDOWN MACHINE $1,000 00 4AI MOBILIZATION $300 O0 5 PNEUMATIC ROLLER $325 00 5AI MOBILIZATION $200 00 6 TANDOM STEEL ROLLER $325 00 6Al MOBILIZATION $200 O0 7 MILLING MACHINE $4,500 O0 7AI MOBILIZATION $500 O0 8 MILLING MACHINE $3,250 00 8AI MOBILIZATION ~300 00 9 MINI MILL ~950 00 9A MOBILIZATION ~100 00 10 LIQUID TANKER ~100 00 AI MOBILIZATION ~100 00 111 PICK UP BOOM ~700 00 AI MOBILIZATION ~100 O0 12I KICKOUT BROOM ~350 00 AI MOBILIZATION ~100 00 13I WATER TRUCK ~125 00 AI MOBILIZATION $50 00 14I CRACK SEAL MACHINE $500 O0 A] MOBILIZATION $50 O0 15I HEATER PATCHER $500 00 AI MOBILIZATION $100 00 16I AIR COMPRESSOR $150 00 AI MOBILIZATION $50 00 * MOBILIZATION CHARGE INCLUDES DELIVERY, SETUP AND PICKUP COST 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 RECOMMENDATION We recommend this bid be awarded to the lowest responsible bidder, Conley Lott Nichols in the amount of $20,013 43 with dehver~r 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 Dlws~on The urat ~s a motorpool replacement for a 1984 model trencher The old umt is no longer ~n working condition and based upon estimates received by the Fleet Operations was not economical to repmr BACKGROUND Tabulation sheet PROGRAMS' DEPARTMENTS OR GROUPS AFFECTED Water and Sewer Field Services and Fleet Operations FISCAL ,IMPACT This unit w~ll be funded from Motor Pool Replacement funds and 1991-92 budget funds approved for capital equipment acquisition Motorpool 720-004-0020-8707 $18,900 00 Budget 620-081-0461-9104 ~ $20,013 43 City Manager Approved Title Purchasing Agent 250 DOC TS/JH BID # 1351 BID NAM~ TReNCHER-BACKHOE WITCH EQUIP CONLEY LOTT ZIMMERER NICHOLS KUBOTA OPEN MARCH 24, ~992 # 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 O0 HYD MANIFOLD 4 DELIVERY 30 DAYS 30 DAYS STATE OF TEXAS COUNTY OF DENTON CONTRACT AGREEMENT THIS AGREEMENT, April CITY OF DENTON made and entered into this 7 A.D., 19 93 , by and between day of of the County of DENTON through LLOYD V. and State of Texas, acting thereunto duly authorized so to do, hereinafter termed "OWNER," and -DUSTROh INC.--~\P.O. BOX 1738, ROANOKE, TX 76262 of the City of ~OANOKE , 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 MAi~'£~NANCE F~UIPMENT R~NTAL (12 MONTH ~'£~NSION 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 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 AAA~96 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. (SEAL) ATTEST: DUSTROL INC. CONTRACTOR Title D. T. Dankert, President CA - 3 AAA00496 STATE OF TEXAS COUNTY OF DENTON PERFORMANCE BOND Bond No. P2505905 KNOW ALL MEN BY THESE PRESENTs: That DUSTROL INC. , of the City of ROANOKE County of DENTON , and State of '~'~zAS 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 .~'-~ CITY OF DENTON as OWNER, in the penal sum of o~R. mmmR~.~ T~o~.~a~n AND no/lO0 .......... Dollars ($ loo.ooo_o0 ) 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 A~RIL , 19 9--3, for the RTn ~ I q46 -- .q'P~F. RT MAT~'I'KdAN~ E~I]IP~ ~TAL (12 MONT~ ~.~T~NSION 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 DE~I~ 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 May , 19 93 DUSTROL, INC. Principal TitleD. T. Dankert, President Title PLANET INSURANCE COMPANY Surety ~D~vld W./ Delker Attorney-in-Fact Address (SEAL) Address: The name and address of the Resident Agent P. O. Box 2697 Wichita, Kansas 67201  e s'i d~t Agent ~ (SEAL) of Surety is. Jerry P. Rose, Willis Corroon Corporation of Texasr 5420 LBJ Freeway, Suite 1400, Dallas, Texas 75240 NOTE: Date of Bond must not be prior to date of Contract. PB - 2 AAA00496 PLANET INSUI:[ANC~- 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, constitutsandappolnt 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, 8eel 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 affested by one other of such officem, 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 Ar~cle VII of the By-Laws of PLANET INSURANCE COMPANY which became effective September 21, 1981, which provisions are now in full farce end 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, an~ Vice President or Asslstsnt Vice President or other officer designated by the Board of Directom shall have power and authority to (e) appoint Attorneys-in-Fact and to authorize them to execute on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other wdtings obligatory in the nature thereof, and (b) to remove any such Attorney-in- Fact at any time and revoke the power and authority given to him. 2. Attorneys-in-Fact shall he. ye power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute and deliver pn behaE of the Company, ponds and undertakings, recognizances, contracts of indemnity and other wdfings obligatory in the nat,_re thereof. The corporate seal is not necessary for the validity of any bonds and undertakings, recognizances, contracts of indemnity and other wdtings obligatory 3. Attorneys-in-Fact shall have power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of indemnity or other conditional or obligatory undertakings and they shall also have power and authonty to catty the financial statement of the Company end to copi¢~ of the By-Laws of the Company or any a~cle or se~tfan 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 st a meaffng held on the 29th day of March, 1982, at which a quorum was present, and said Resolution has not been amended or repealed: "Resolved, that the signatures of such dWectors and officers and the ~eal of the Company may be affixed to any such power of attorney or any certiflcafa retafing thereto by facsimile, and any such power of attorney or ce~flcate 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 shall 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 these pre~ents to be signed by its Vice President, and its corporate seal to be hereto affixed, this 1 9th day of Nov~be r 199 2 STATE OF COUNTY OF o. mm 19~ de~ of ~r . ~ 92 . ~.s#~ a~Des~d V~c~t G. Fas~o SHIELDS No~ Public ~ {, I~ELEN LOIS · ~ un~. / No~ Public in and for ~e S~te of P~sylv~2ia ~ , ~mms~ion Excites June 6 19~4 ~_ . ' ' ~a [~ ~Secre~ of the P~N~ NSU~NCE COMPANY '~o hereby ce~i~ that t~ IN ~TNE~ WHEREOF, I have hemu.to ~ m~a~x~he ~1 of ~id Company ~is [ [~h ~ H~ . ~l I g 9 3 CITY OF DENTON INSURANCE REQUI~m~-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. ~ontraotor shall not commence any work or deliver any materlal until he or she reoelves notification that the contract has been accepted, approved,.and signed by the City of Denton. Ail 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: e Each policy shall be issued by a company authorized to do business in the State of Texas with an A.M. Best Company rating of at least A. s 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. Ail 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 ~%DDITION~L INSUI~CE REOUIRF, MENTS: Ail 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 0002 Current Edition and ISO Form GL 0404) shall include at least: (ISO Form GL is used, it S 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] &utomobile 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 Comnensation 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 Damaqe Leqal 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 Insturance 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. AFF000ED Revised 02/05/93 ~:~RCHASINGDEPARTMENT City of Denton 901-B Texas St. Denton, Texas 76201 DUSTI[OL P.O. BOX 1.738 l[OAtlO[~, TX 76262 BID INVITATION RECEIVEDnAK '' CiTY OF DENTON. TEXAS Date HARITR 9, 1992 BID NUMBER 1346 BID TITLE S'11~;~'~ HAT~-i-]~CE EQUIPt4~ P~ Sealed bid proposals will be received until 2:00 p.m. MARC~ 26, 1992 ., at the office of Ihe Purchasing Agent. 901-6 Texas St., Denton, Texas 75201 For aclditional Information contact PURCHASING DEPARTMENT 901BTexas Street Denton, Texas 76201 Office DFWMetro 817-383-7100 817-267-0042 4. 6. 7. 8. 9. 11. 13. INSTRUCTIONS TO BIDDERS Sealed bid proposals must be received in duplicate, on this form, prior to opening date anti time to be considered. Late proposals will be returned unopened. Bids shall be plsinly 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. Any submitted article deviating from the specifications must be identified and have full descriptive data accom~anymcj same, or it will not be considered. All materials are to be quoted FOB Denton, Texas, delivered to the floor of the warehouse, or as otherwise indicated. The City of Denton, Texas reserves the right to accept separate items in a bid unless this right is denied by the bidder. 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. The City of Denton reserves the right to reject any and all bids, to waive ail infor~talitles and require that submitted bids remain in force for a sixty (60) day period after opening or until award is made; whichever comes first. The q~aH;.;;.;~;= .,L,~,~,~ maybe approximate and could vary according :o thc requirements of the City of Denton throughout the contract period. The items are to be priced each net. (Packaging or shipping quantities will be considered.) 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. 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. The conditions and terms of this bid will be considered when evaluating tor award. The City of Denton is exempt from all sales and excise taxes. (Article 20.04-B) 1 4t BID PROPOSALS 2 ~ of n~ T~ 901-B T~ms St. Pu~.lmsln~ DepastmmH D~.**,.-; Tesas 7&101 3a. 10a. 11. lla. 12. 12a. 13. DESCrIPtION DAILY RENTAL ~ATE (Based upon 8 hour work day) Heater - trunk mounted, radiant heat, propane fired, 12' x 24' insulated oven Mobilization charge to include delivery, and pickup as well as loading and unleading as required. Heater scarifier - trunk mount, radiant heat, propane fired, 12' x 24' insulated oven, oarbon tipped teeth Mobilization charge to include delivery, and pickup as well as loading and unloading as required. Distribution Mixing Reoycler - meter liquid, (2) carbide tooth mixing drums, reversible augers, vibetory ecreed. Mobilization charge .to include delivery, and pickup as well as loading and unloading as required. Layd~..wn.Maghinecbarber green SA150 or Equal Pneumatic Roller'O-Class B roller w/water Mobilization charge to include delivery, and pickup am well as loading and unloading as required. Tandom Steel Roller - 10-12 ton w/water Mobilization charge to include delivery, and pickup as well as loading and unleading as required. Milling Machine - Track type Caterpillar PR1000 or equal. Mobilization charge to include delivery, and pickup as well as loading and unloading as required. Milling Machine - track type Caterpillar 450 or equal. MObilization charge to include delivery, and pickup as well as loading and unloading as required.. Mini-Mill - Caterpillar PR75 or equal with 18" drum Mobilization charge to include delivery, and pickup as well as loading and unloading as required. Liquid Tanker - 6,000 gallon capacity minimum Mobilization charge to include delivery, and pickup ae well as loading and unloading as required. Pickup Broom - Mobile TE3 or equal Mobilization charge to include delivery, and pickup as well as loading and unloading as required. Kickout Broom - self propelled Mobilization charge to include delivery, and pickup as well as loading and unloading as required. Water Truck - 1,000 gallon capacity w/pump capabilities Per day Each Per day Each Per day Each Per day Each Per day Each Per day Each Per day Each Per day Each Per day Each Per day Each Per day Each Per day AMOUH~ BlT) PROPOSALS ~_ Depamm~ Deomn, T~ 76201 l~]e~f[ DESt:~.ZP~ION [QUAN. IPRZC~IAMOU~ ~3a. Hob~za~on ch~ge ~o ~c~ude da~ve~, ~d p~c~p as Each aell as ~oad~ng ~d unloading as red,red. 14. Crack Seal ~ch~ne - EZ Pour 1,000 or e~al Per da~ 14a. Mobiliza~ion ch~ge ~o include deliver, and pickup aa Each well as loading ~d unloading as re~ed. 15. Heater Pa~her - K & M Heater Panther or e~al Per day 15a. Mobilization ch~ge to include deliver, ~d pic~p ae Each well ae loading ~d unloading ae re~ed. 16. Air confessor - Ingersol R~d 285 C~ or ~al Per day 16a. Mobilization ch~ge to include deliver, ~d pickup as Each well as loading ~d unload~g as re~ed. NO~= 1) The intent of this bid is to est~lish a fi~ co~i~ent for price and avail~llity of e~i~ent de~ed necess~ for the mainten~ce and repair of City street~ under the general direction of the City of Denton Street Dep~ent. 2) Preference will be given to vendors bidding the c~plete lis~ o~ e~i~ent. 3) ~1 prices must ~clude ~alified o~rator with each p2ece of e~i~nt 4) Prices must be f~ for one (1) ye~ from date of awed. 5) The City of Denton recedes the right to ex~end this contra~ for one additional 12 month ~riod with no =hange~ In price te~s or conditions per mutual ~itten agre~en~. 6) Vendor agrees ~o e~end prices, te~s and conditions of this c~ra~ ~o other cities in the Den=on ~ea. Yes ~ No W~ quoto thc above f.o.b, delivered to D~*,~; Term. Shipment can be mad~ in days from ~ceipt of ordcr. Terms ne~/30 u~less o~herwbo indicated. I~ mbmiuiaff Iha above bid, Ih~ v0~lor ags~es Ihat acceplamo of ~my or ~11 bid ilcms by lhe Cily of De~m, Texas wifldn a ~mblo period of ~ comlimles a comracL Th~ comple~ Bid Proposal roue be p~efly priced, si~mM ami returned. PRD~,UCER 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 269'/ POLICIES BELOW. Wi c h i t a, KS 67201-2697 COMPANIES AFFORDING COVERAGE 315-254-5311 COMPANY LETTER A ST. PAUL FIRE & MARINE COMPANY LETTER B INSURED Dustr=i , Inc# COMPANY LETTER C P. O, Box 309 m o w e n d B COMPANY LETTER D KS 67144-0309 COMPANY I.E~TER E dmh 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 ~NSURANCE 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. Co TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE (MM/DD/YY) DATE (MM/DD/YY) QENERALLIABIUTY GDRERAL AGUREGATE $ 2,000 ,000 A X COMMERCIAL UENERAL LIABILITY KKO8000273 5/01/93 5/01/94 RRODUDTS-CDMP/0P AUU. $ 2 ,0O0 ,000 ~ ]CLAIMS MADE ~ OCCUR. PERSONAL & AOV. INJURY $ 1 ,000 ,000 I OWNER'S & CONTRACTOR*S PROT. EACH OCCURRENCE $ I ,000 ,000 FIRE DAMAGE (An}' one fire) I$ 50,000 MED. EXPENSE (An)' one persor I$ 5 , 000 A X ANY AUTO KKO8000273(OTHER THAI 5/01/93 5/01/94 LIMIT 1,000,000 SCHEDULED AUTOS 691NJ3321-01 (TEXAS 5/01/93 5/01/94 (Per person) WORKER'S COMPENEATION X I STATUTORY LIMITS A WVAEO00486 5/01/93 5/01/94 EACH ACCIDENT $ 100,000 D,SEASE-P0UCY UM,T i$ 500 ,o00 EMPLOYERS'LIABILITY DISEASE-EACH EMPLOYEEI$ 100,000 DEECRIPTION OF OPERATIONEE.OCATIONEIVEHICL,EE/BPECIAL ITEMS Cert. Holder is Add'l, Insd. on Gen. L/Bb. & Business Auto. (Primary Endt. applies to Gen. L/ab. only) Waiver of Subrogation applies to Work, Comp. as regards Bid #1346, Street MBint. Equip. Rental ee##Revised Certificate#### ::ii?:ii SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE ::iil EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL ENDEAVOR TO ii!i MAIL 30 DAYSWRITTENNOTICETOTHECERTIFICATEHOLDERNAMEDTOTHE C i ty of Denton, Texas !i:!ii!!i LEFT. BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR Parc has i n g Ag e n t ::ii:[ LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. 901-B Texas Street ::!ii AUTHOR, D REPRESENTATIVE Denton, TX 76201 ::::~ ~'L~ /~~ 030664000