Loading...
1991-135ORDINANCE NO (?L AN ORDINANCE ACCEPTING A COMPETITIVE SEALED PROPOSAL AND AWARDING A CONTRACT FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated com- petitive sealed proposals 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 proposals are the best responsible proposals for the materials, equipment, supplies or services as shown in the "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 "Proposals" on file in the Office of the City's Purchasing Agent filed according to the number assigned thereto, are hereby accepted and approved as being the lowest responsible bids for such items BID ITEM NUMBER NO VENDOR AMOUNT 1266 All Halliburton Industrial Services $26,885 10 1272 1, 2, & 3 Wesco $29,260 00 1272 4 Techline $ 6,588 00 1275 All Agema Infrared Systems $22,500 00 1278 All Briscoe Tire Service, Inc $15,794 00 SECTION II That by the acceptance and approval of the above numbered items of the submitted proposals, the City accepts the offer of the persons submitting the proposals 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 Invitations, Proposals, and related documents SECTION III That should the City and persons submitting ap- proved and accepted items and of the submitted proposals wish to enter into a formal written agreement as a result of the accep- tance, approval, and awarding of the proposal, 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, specifications, standards, quantities and specified sums contained in the Proposal and related documents herein approved and accepted SECTION IV That by the acceptance and approval of the above numbered items of the submitted proposals, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved proposal or pursuant to a written contract made pursuant thereto as authorized herein SECTION V That this ordinance shall become effective imme- diately upon its passage and approval PASSED AND APPROVED this,/ day of 1991 BOB CASTLEBERRY, MA ATTEST JENNIFER WALTERS, CITY SECRETARY BY APP VEDA TO LEGAL FORM DEBRA A DRAYOVITCH, CITY ATTORNEY BY -74 DATE September 3, 1991 CITY-COUNCIL-REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1266 - CHEMICAL CLEANING OF BOILER RECOMMENDATION Council approve award of bid 1266 to the low evaluated bidder, Halliburton Industrial Services, in an amount of $26,885 10 SUMMARY Bids were received to chemically clean Spencer Unit Four boiler Chemical cleaning should remove iron oxide and other scale deposits thereby restoring efficient heat transfer and reducing tube failures $ACI~GROUND Tabulation Sheet and Memorandum from Jim Thune PROgRAMS,_DEPARTMENT_OR_OROUPS_AFFECTED Electric Production FISCAL-IMPACT Funding has been budgeted under Electric Production account 8339 (general repairs) Respec lly submitted Lloy V Harrell City Manager Prepared by - ~-~a-- Name Mela ie A Harden Title Buyer Approved Name Denise Harpo'ol Title Senior Buyer 179 DOC BID # 1266 BID NAME CLEANING OF BOILER { HALLIBURTON I DOWELL OPEN DATE JULY 18, 1991 Ik i QTY I ITEM DESCRIPTION --I I VENDOR i VENDOR - A I I CHEMICAL i $16,370 10 1 $19,561 00 B i I EQUIPMENT $3,585 00 1 $4,580 00 C i i PERSONNEL i $6,066 00 I $5,895 00 i I D I I MOBILIZATION i $864 00 1 $4,272 00 i I I I i E I I TOTAL i $26,885 10 1 $34,308 00 TO Tom Shaw, Purchasing Agent FROM Jim Thune, Electric Production Plant Manager DATE August 14, 1991 SUBJECT BID 01266 - UNIT FOUR BOILER CHEMICAL CLEANING Bids have been received and evaluated regarding chemical cleaning costs for Unit Four boiler Low evaluated bid totals $26„885 10 from Halliburton Industrial Services A spread sheet of the evaluation follows, based on an estimated 48 hours of cleaning with 9 hours of standby and 2 days equipment cost This represents a conservative estimate and little or no delay due to boiler tube leaks In the event tube leaks are encountered and the cleaning has to be shut down for tube repair, an additional $5,000 00 in equipment Ind labor is estimated This amount would be funded by change order if necessary A revised requisition has been attached reflecting funding requirements for this work A sample council agenda has also been attached for your review Please review the recommendation and process for approaval Feel free to contact me if you have any questions Thank your, Plant Manager JT/ks Attachments Spread sheet Sample Council agenda Bid proposals (2) cc Ernie Tullos Bob Nelson with attachments CONTRACT AGREEMENT 9/-135 N 0 V 19 RECD STATE OF TEXAS § !Y OF COUNTY OF - DENTON § THIS AGREEMENT, made and entered into this 3 day of SEPTEMBER A.D., 19 91, by and between The City of Denton - of the County of Denton and State of Texas,, acting through Lloyd V. Harrell thereunto duly authorized so to do, hereinafter termed "OWNER," and Halliburton Services, P.O. BOX 5839, Bossier City, LA 71111 of the City of Bossier City County of Bossier Parish and State of Louisana hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: Bid 11266 - CLEANING OF BOILER ELECTRIC PRODUCTION in the amount of 885.10 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superinten- dence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, all attached hereto, and in accordance with the Specifications therefore, as CA - 1 3540s 3 prepared by ELECTRIC PRODUCTION STAFF all of which are made a part hereof and collectively evidence and constitute the entire contract. Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to _ the attached specifications at the general direction of the City Manager of the City of Denton. Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from, any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard- to the performance of this Agreement,. and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract.' CA - 2 3540s IN WITNESS WHEREOF, executed this agreement in APP ED AS? TO FORM: Attor, ey HALLIBURTON SERVICE CONTRACTOR By * ¢rJl T t_io R. M. Melton, Division . Man3gewc (SEAL) JOH,q P J; • i r *SIGNED ZSUBJECT TO THE TERNS AND CONDITIONS OF THE ATTACHED RIDER. the the parties year and of day these first presents have above written. 3540s CA - 3 a PURCHASING DEPARTMENT City of Denton 901-B Texas St. Denton, Texas 76201 BID INVITATION CITY OF DENTON. TEXAS Date 6-21-91 BID NUMBER 1266 BID TITLE CLEANING OF BOILER ELECTRIC PRODUCTION -Sealed bid proposals will be received until 2:00 p.m. _ JULY 18, 1991 , at the office of the Purchasing Agent, 901 -B Texas St.. Denton, Texas 76201 • For additional information contact PURCHASING DEPARTMENT 901 6 Texas Street Denton, Texas 76201 Office 817-383-7100 DFW Metro 817-267-0042 INSTRUCTIONS TO BIDDERS 1. Sealed bid proposals must be 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 contractor liable for any and all resultant increased costs as a penalty for such default. 7. The City of Denton reserves the right to reject any and all bids, to waive all informalities and require that submitted bids remain in force for a sixty (60) day period after opening or until award is made; whichever comes first. 8. The quantities shown maybe approximate and could vary according to the requirements of the City of Denton throughout the contract period. - - - - 9. The items are to be priced each net. (Packaging or shipping quantities will be considered.) -10. - -The-Purchasing-Department-assumes responsibility for the-correctness and clarity of-this bid, and all-information and)or questions pertaining to this bid shall be directed to the City of Denton Purchasing Agent. 11. Any attempt to negotiate or give information on the contents of this bid with the City of Denton or its representatives prior to award shall be 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 20.04.6) - P.O. Box 5839 City, LA 7111 ~ HALLIBURTON SERVICES Bossier a 318-746- 3388 July 15, 1991 - - Purchasing Agent 901-B Texas Street Denton, TX 76201 Re: Bid 1266, Specification 91-401009, Title: Cleaning of Boiler Electric Production Dear Madam or Sir: Enclosed is Halliburton's bid for the chemical cleaning of the Unit #4 Boiler for the City _ of Denton. Should you have any questions regarding this proposal or our pricing, please call us at 1-800-932-5326. Halliburton appreciates the opportunity to be of service to you on this project. WP rely,- Lee P. Coll Field Engineer Halliburton Industrial Services 0 A Halliburton Comoanv' Halliburton Industrial Services Division Bossier City, Louisiana, Chemical Cleaning Proposal` City of. Denton; Electrical Production" Division Unit Four Boiler The information in this document is proprietary to Halliburton Services. Procedures, parameter values, and concepts provided in this document are intended only as an aid to the customer for the planning and evaluation of services. Halliburton intends to provide information and contracting services, and takes no responsibility for engineering design and specifications for the specific work. Any further use or disclosure of the information in this document is prohibited without the expressed written consent of Halliburton Services. i~ I. A. Scope of Work Halliburton Industrial Services will provide chemical cleaning services to the City of Denton's Electrical Production Division for the purpose of cleaning the internals of the Unit Four Boiler in Denton, Texas. Halliburton will provide all necessary chemicals, personnel, and equipment to provide the chemical cleaning services. B. Provisions by Halliburton Halliburton will provide the following items for completion of services listed in the Scope of Work section. 1. Chemical Requirements 27,330# MACOR®: this is an EDTA based chelant, and the amount listed here reflects a 50% excess of material for additional strengthening of chemical solution during the iron removal phase. 16 gallons OSI-1: this is the inhibitor for use with the MACOR process 700# sodium nitrite: to be used during the copper removal phase of the chemical cleaning. 2. Equipment Requirements A. (1) Chemical Transport with injection pump: for transporting chelant, mixing chemicals, and injecting chemicals into boiler. B. (1) Laboratory Trailer: for on site analysis of chelant and dissolved iron and copper concentrations. Metals analysis by atomic absorption. C. (1) Air compressor: to blow air during copper removal phase. D. (1) Lot - Miscellaneous equipment including flowmeters, hoses, injection iron, valves, and associated fittings. 3. Personnel Requirements Halliburton will provide one (1) each of the following personnel on a per- shift basis: Supervisor/Chemist Service Representative Equipment Operator Page 1 T. III. Pricing A. Chemical Pricing Item Quantity Unit Price Total MACOR® chelant 27,330 pounds $0.57/pound $15,578.10 OSI-1 inhibitor 16 gallons $25.00/gallons $400.00 Sodium Nitrite 700 pounds $0.56/pound $392.00 Total Chemical Price: $16,370.10 B. Equipment Pricing Item- - - - - Quantity-- Time -Unit Rate I Total--- - 4000 gallon Chemical Transport 1 1 day $100.00/day $100.00 Lab Trailer 1 1 day $300.00/day $300.00 Mixing/Injection Pump 1 24 hours $45.00/hour $1,080.00 -Air Compressor 1 1 day $250.00/day $250.00 Miscellaneous Items 1 NA $125.00/job $125.00 Total Equipment Price: $1,855.00 C. Personnel Pricing Item Quantity Time Unit Rate Total Supervisor/Chemist 1/shift 24 hours $30.00/hour $720.00 Service Representative 1/shift 24 hours $25.00/hour $600.00 Equipment Operator 1/shift 24 hours $22.00/hour $528.00 Per Diem 6 men 2 days $65.00/day/man $780.00 Total Personnel Price: $2,628.00 .N-1 - ----Page-2 D. Standby Time Standby Time for Halliburton Personnel and Equipment are equivalent to the unit rates listed for each item in the equipment and personnel pricing tables. This applies for Halliburton to remain on location during operations, without progressive work being performed. An off site standby rate for Halliburton personnel to remain in Denton will be $15.00 per man per hour with a 9 hour minimum per day plus the $65.00 per man per day per diem associated. E. Mobilization Item Mobilization, large trucks Mobilization, pick ups, small trailers, and cars Quantity I Unit Price 1 x 240 $1.10/round miles trip mile 5 x 240 $0.50/round miles trip mile Total Mobilization Price: Total, $264.00 $600.00 $864.00 F. Pricing Totals IV. Contractual Agreements - A. Insurance - - --Halliburton will furnish a proper certificate of insurance to the City of Denton - prior to starting operations. The certificate will be sent from our division office in Houston before the due date of this bid. B. Contractual Agreement A copy of the Contract Agreement will be reviewed and approved from the Halliburton Industrial Services Division Office in Houston, Texas and sent before the due date of this bid. Page 3 V. Safety Halliburton personnel are required to wear OSHA approved safety equipment including, but not limited to; safety glasses or goggles, protective clothing, hardhats, and steel-toed safety shoes. Halliburton will provide all necessary safety equipment to its employees and will cooperate with the Customer in following all safety regulations implemented by the Customer, the City of Denton. Page 4 VI. Provisions by the City of Denton For Halliburton to perform the services listed in the Scope of work section, the following provisions must be made by the City of Denton: A. City of Denton Representative on site to coordinate chemical cleaning activity during operations. B. Containment. and disposal of all chemical cleaning wastes and associated rinses or flushes. Halliburton will provide temporary connection to boiler for pumping waste from boiler to waste storage vessels. 4" NPT connection required on boiler drain, within 50 feet of access for tractor mounted pump. C. Boiler quality water for mixing chemicals and cleaning pumping-and transport - equipment after chemical injection. D. Personnel to operate boiler during" chemical cleaning operations. E. Free all weather access to jobsite. F. Adequate lighting for night time operations. G. Adequate connections for injection of chemicals into boiler, 2". NPT recommended. Page 5 DESCRIPTION CHEMICALS AA k DST Sod i w.••, 14-% t N ~ t---_ r 3~C . U1 QUAN. PRICE AMOUI S7, 33o4 57 16 ! ad 2 5 7Dd # . 5G 312.Oc 3- EQUIPMENT 000 Od frr~se. -f - LG(J TrXt/Cr ( 100 d4 t00 300 44 300 by loco CO- iC55a r N.T-sCc w - - - - - - - 2 Sb d4y 2S7 - ►2• - • PERSONNEL Cg. ro OSc.~ y Z LUMP Z6 Zg~ p MINIMUM HOURS /d4y PER HR PREMIUM TIME PER HR $ STAND BY TIME S P.e- n r J t' S c~c p PER HR $ TOTALS quote the above f.o.b. Denton, Texas. Shipment can be made !ass otherwise indicated. in days from receipt of order. Terms net subinitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a _onable period of time constituei a contract. Malling Addrms City State Zlp Bidder Signature =i•A ' DESCRIPTION 1. MOBILIZATION 1 "-;t - 24o Hales 2• EQUIPMENT AND PERSONNEL S wogs - 2,40 (es REQUIREMENTS FOR III A_, B,, C. AND E_ CLEAN DEPOSITS APPROXIMATELY 1600 LBS TOTALS QUAN, PRICE AMC ER ROHN s l•lo Z~y s •Fo ddo.a !a quote the above f.o.b. Denton, Texas. Shipment can be made in mess Otherwise indicated, days from receipt of order. Terms net t submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a asenable period of time constitues a contract. NLlling Atltlresf-~ 131,10.1 City Stab Zip Signature Telnn}one - - - - - - - - - - - - - - - - - - Tltl. T°:~ PAC'D'UCT=Gt-I D7%.- .GPI - - DE.NTON.-TE:{AS-dS-A SPECIFICATION_91-401009--- - - - - CHEMICAL CLEANING OF UNIT FOUR BOILER I. SCOPE OF SPECIFICATION 1. A contract is termed legal and binding up^n aw- ._cer, -issuance a r r` c-F n,rt,n r --e Crncr . sC° 1 .-.f -m _onhr'..ai set: ce n.e.cessaryy: ner c. "T -r Denron's unit CnU•- n .or :s2 r-°o..1es nary The he b.oi. l.er - has de ,sit ens _s -nr.r " mjsq. ft. on wa*_erwails and '''.dCltlonal hideout deposit accumi.latlcns dcCLt "-r, c ,r zc- nave been detected. The boiler rude mater rl umoe: -ie depc sits -s generals; severely ^itted a re s'_,_ .,r erosicn. This boiler has experienced 'lu:merous Luce T lr _ ani. 'n all likelihood, will experience tube failure du'lnt~':e J."JCeSS. - " II. SCOPE OF SUPPLY Contractor shall supcly. Necessary- chemicals (=-QTA type zclv,-n.t i~`^r o r,~ ~1 2 a- _ removal. Specialty equipment to adminisre:' Chemical tc 3nd fr':m •,.^i'=,. Personnel to set up and safel, administer haniling of a'- chemicals and equipment used. Proposal 1. Bid response_to include detailed descripti n of supply-for items II..A.7, 2 and 3 above. 1. The folloaling assumptions apply: a. water weight 'a 62 degrees F., ccerat_ n^ b. Total heating surface 35.195 s f- 'na C. Assume 60 gram/sq. f_. -~n a^p mate : _OCC heating Surf&ce, 1'3 grams/sq. ft. Or reme'inr2,. ?Ii. QUOTATION REQUIREMENT h:s ;cr Oucte or .a ce- _ _ c_' _ 1nC:Ude densitvm.Te --_tailing spnrc°imat?ly i;'.C ids.cf 50. D -en*_ w i prcvide _tOrage _,lks zleanina solvents. -ucte rate per hour and 'lai.^.. .T. 17 d' --'u0_e personnel necessary to safely administer c!eani. rig inc chemical analysis. Quote iump sum labor cer hcur am rain r.;!m. --CL caoie. Quote Dremium rile and oe icd. f acie. _c-? s_a dby time iumo ;um per »eur. 1. ~erscnnel -ncbi 11-ati:cn V^er r-:)--rd _ - pment and "ersocnel,e: rDUnd DD^-- =s=ituate requirements 'cr III. A. ? and neca_=: Y= c c-an -'ecc-sits totaling -°opr7X-.matel,i 150'' lo-s. Set it^^ and '_Opper. IV.' CONTRACTUAL AGREEMENTS Insurance,' see Exhibit A, paces S. C r,t-act Ayreemen*_: see Exhibit 'a,ies V. SAFETY a. '--O!aract^r sna11 Drc'v ice ::'lame hats. saf.cr,/ y•ac,52f:_ e-. '!CO were and a.^:i ctner-orCT_e=T_-:e equ -nmer neCC _'-r'.' nc?9',, acminlster- this roflr_r3ct. - - -trac-cr sna!l o?2vide -r,:! install C°_r" 't13r::'=1 anc orc_ect c` Centon emp'm,ees cm associated with this ccntra•ct. Ccntracto shall ccnduct~safety -tralmnc sessions W'_!l „ - Denton emcloyees, as needed, during the ur ? t~:. r,- "._t. VI. CITY OF DENTON SUPPLY A. Rc^resentati:? _c _ cinare sc_ zi-y i r =Dnta-t and disc."7sa. c, - ea'.,..nj tE:":C< r31'`/ '_on::ectl!.ns tc oci le:-. =c"ler wa'c_r rcr M. -^.Q _,ne:r " _ c -a! v INSURANCE MINIMUM REQUIREMENTS INSURANCE: Without limiting any_ of the other obligations or liabilities of - the Contractor, the Contractor -s-ha-1-1 provide and maintain until the contracted work and/or material has been completed/delivered and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. Satisfactory certificate(s) of insurance shall be filed with the Purchasing Department prior to starting any construction work or activities to deliver material on this Contract. The certificate(s) shall state that thirty (30) days advance written notice will be given to the Owner before any policy covered thereby is changed or cancelled. The bid number and title of the project should be indicated, and the City of Denton should also be listed -on all policies as an additional named insured. . To avoid any undue delays,-it is worth reiterating that: o Thirty (30) days advance written notice of material change or cancellation shall be given; o The City of.Denton shall be an additional named insured on all policies. I. WORKMEN'S COMPENSATION AND EMPLOYER'S LIABILITY. This insurance shall protect the Contractor against all claims under applicable state workmen's compensation laws.- The Contractor shall also be protected against claims for injury, disease, or death of employees which, for any reason, may not fall within the provisions of a workmen's compensation law. The liability limits shall not be less than: o Workmen's Compensation - Statutory o Employer's Liability - Statutory II. COMPREHENSIVE AUTOMOBILE LIABILITY. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims for injuries to members of the public and damage to property of others arising from the use of. motor vehicles licensed for highway use, whether they are owned, nonowned, or hired. The liability limits shall not be less than: o .-A-combined single-limit-of $500,000..00 III. COMPREHENSIVE GENERAL LIABILITY. This insurance shall be written in comprehensive form and shall protect the contractor against all claims arising from injuries to members of the public or damage to property of others - arising out -of- any -act or omission of the -Contractor _or - - ---his-agents----employees--or-subcontractors. - - CI - 1 To the extent the Contractor's work, or work under his direction, may require blasting, explosive conditions, or underground operations, the comprehensive general liability coverage shall contain no exclusion relative to blasting, explosion, collapse of buildings, or damage to underground property, The liability limits shall not be less than: o A combined single limit of $500,000.00 IV. OWNER'S PROTECTIVE LIABILITY INSURANCE POLICY. This insurance shall provide coverage for the Owner and its employees, in the name "of the City of Denton, for liability that may be imposed. arising out of the work being performed by the Contractor. This also includes liability arising out of the omissions or supervisory acts -of the-owner. Although this insurance is strictly for the benefit of the Owner, the Contractor is responsible for obtaining it at his expense. The liability limits shall not be less than: o A combined single limit of $500,000.00 INSURANCE SUMMARY: The Contract shall provide insurance to cover operating hazards during the period of placing the facility in operation and during testing, and until such time as the facilities are completed and accepted for operation by the Owner and written notice of that fact has been issued by the Owner. Approval of the insurance by the Owner shall not in any way relieve or decrease the liability of the Contractor hereunder. It is expressly understood that the Owner does not in any way represent that the specified limits of liability or coverage or policy forms are sufficient or adequate to protect the interest or liabilities of the Contractor. Again, the Owner shall be given a certificate of insurance indicating that all of the above policies and the appropriate limits are indeed enforced. The certificate shall also indicate that the owner will be given at least thirty (30) days written notice of cancellation, non-renewal, or material change of the required insurance coverage. All responsibility for payment of any sums resulting from any deductible provisions, corridor or self-insured retention conditions of the policy or policies shall remain with the Contractor. The Contractor shall not begin any work until the Owner has reviewed and approved the insurance certificates and so notified the Contractor directly in writing. Any notice to proceed that is issued shall be subject to such approval by the Owner. CI - 2 NAme,and°A4dress of Agency City of Denton Reference: Project Name: Project No: Phone Project Location: - Name and Address of Insured: Managing Dept: Companies Affording Coverage: A Phone C This is to certify that: 1) Policies 2) The City of Denton is listed as an of insurance listed below have been issued and are in force at additional insured this time :rxnpany as to all applicable coverage. . -otter Type of Insurance Expiration Limits of Liability Polic Number Date Comprehensive General Liability In Thousands 000 - Occurrence - Claims Made (see #4-Page CI-4) Occurrence Broad Forth to Include: Bodily Injury = -.Premises/Operations I Property Damage - - - s - ndependent Contractors - Products/Completed Operations - Personal injury - Contractual liability(see #3-Page Bodily injury and Property CI-4) Damage Combined f - Explosion and Collapse Hazard - Underground Hazard - Liquor Liability Coverage - Fi L re egal Liability (see #5-Page -_Broad Form -Property- Damage- - _ CI4) - _ - Professional Errors/Omissions - ` - occurrence - claims made (see #4-Page CI4) Comprehensive Automobile Liability Bodily Injury/Person S Bodily Injury/Accident f - Owned/Leased Automobiles - Non-owned Automobiles Hi Property Damage f -i_ - red Automobiles - Bodily Injury/Property Damage Combined = - Workers' Compensation and Employers' Liability Statutory Amount j - Owners' Protective Liability f Other Insurance F F scription of Operations/locations/Vehicles. ach policy shall require thirty (30) days notice of cancellation, non-renewal, or material change in coverage. See #2, Page CI-4). Tie and address of Certificate Holder TY.OF DENTON, TEXAS iCIIASING AGENT 1-B TEXAS ST. ITON, TEXAS 75201 AUIIIORI2E0 REPRESENTATIVE SEE DEFINITIDNS ON PAGE Cl 4 ATTACHED. DEFINITIONS 1. ADDITIONAL INSURED: The City of Denton, its elected and appointed officials, officers and employees. (This does not apply to Worker's Compensation.) 2. -NOTICE OF CANCELLATION: Each policy shall require that thirty (30) days prior to the cancellation, non-renewal, or any-material change in coverage, a notice thereof shall be given to owner by _certified mail. If the policy--is-- cancelled for non-payment of premium only ten (10) days written notice to owner is required. 3. CONTRACTURAL COVERAGE: (Liability assumed by contract or -agreement,.and would not otherwise exist.) The contractual liability requirement shown on the reverse side of this Certificate of Insurance under Comprehensive General Liability, must include a definition of coverage broad enough_.to provide coverage for obligations assumed by the contractor'in the referenced contract. This Certificate of Insurance is provided as required by the governing contract. 4. CLAIMS MADE POLICY FORM: Required period of coverage will be determined' by the following formula: Continuous coverage for the life of the contract, plus one year (to provide coverage for the warranty period), and a extended discovery. period for a_ minimum of five (5) years which shall begin at the end of the warranty period. 5. FIRE LEGAL LIABILITY: (Required in all contracts that involve the occupancy, construction or alteration of City-owned or leased facilities.) Insurance is to cover buildings, contents (where applicable) and permanently installed equipment with respect to property damage to structures or portions of -structures - if such damage is - caused by the peril of fire and due to the operations of the contractor. Limit of liability is to be a minimum of $500,000. 6. OWNER: The term owner shall include all authorities, boards, bureaus, commissions, divisions, departments, and offices of the owners, and individual members, employees, and agents thereof in their official capacities, and/or while acting on behalf of the owner. CI - 4 HIGHLANDS INSURANCE COMPANY HIGHLANDS UNDERWRITERS INSURANCE COMPANY HIGHLANDS CASUALTY COMPANY 600 JEFFERSON STREET HOUSTON. TEXAS 77002 CERTIFICATE OF INSURANCE NAME AND ADDRESS OF CERTIFICATE HOLDER: NAME AND ADDRESS OF INSURED I - HALLIBURiON INDUSTRIAL SERVICES, CITY OF DENTON, TEXAS A Division of Halliburton Services, A Division of Halliburton Company Purchasing Division - --901-B -Texas Street - _-11767_ Katy Freeway-Suite-660 - - - - - - - - - - -Denton,- Texas -76201 -Houston, -TX-77079 Re: Contract-Agreement --Attention:_- Melanie-Harden,-Buyer ----dated-.September-3; -1991 L This is to certify that the policies of insurance described below have been issued to the insured for whom this certificate is executed and are in force at this time. In the event of cancellation or material change in a policy affecting the certificate holder, 30 days prior written notice will be given to the certificate holder. This certificate of insurance neither affirmatively nor negatively amends, extends, or alters the coverage afforded by policies shown below. POLICY COVERAGE & EXTENSIONS POLICY NUMBER EFFECTIVE EXPIRATION LIMITS OF LIABILITY Workers' Compensation and RHC 19 78 05 01/01/91 Until Cancelled Employers' Liability Operations in all states except RWC 19 78 06 01/01/91 Until Cancelled Workers' Comp.-Statutory IL, KS, LA, MS, NM, OK, as the insured is an (1) approved self-insurer. The insured is self-insured Employers' Liability-- - as respects USL&H, OCSLA $2,000,000 per occurrence - and Maritime employment. Comp. Gen. Liability Operations in all states Premises-Operations ' Bodily Injury & Property Damage Contractors Protective (2) RAO 10 06 46 01/01191 Until Cancelled $2,000,000. Combined Single Products-Completed Operations Limit per occurrence Blanket Contractual Broad Form Property Damage XC&U Hazards Non-owned watercraft Protection & Indemnity . All owned watercraft - " - Bodily Injury & Property Damage In-Rem endorsement-- -(3)- - RAO-10-06-46 -01/01/91- -Until Cancelled- - -$2,000;000.-Combined-Single - Excludes crew/employees Limit per occurrence No navigational. limit - Comp. Auto Liability RAT 10 02 30 01/01/91 Until Cancelled Bodily Injury & Property Damage Operations in all states (4) $2,000,000 Combined Single All owned; non-owned; RAA 77 15 23 01/01/91 Until Cancelled Limit per occurrence hired vehicles REMARKS: The liability policies described above include certificate holder as an additional insured but only with respect to and to the extent of the liabilities of RALLIBURTON under contract with the certificate holder. Date of Issue 10/8/91 die WJ4.w 00 Altil ~ Authorized Representative 6630236 1 --0 NERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE..MUT DECLARATIONS _ Renewarorfvumber HIGHLANDS INSURANCE. COMPANY Policy No. AOC 10 03 88 HOUSTON, TEXAS Named insured and mailing Address (Nn, Street, Town or City, County, slate, zip Code) CITY.OF DENTON TEXAS 901-B TEXAS DENTON, TEXAS 76201 COMPLAINT NOTICE-" E:AS Policy Period i From 10/22/91 to 10/2 SHOULD ANY DISPUTE ARISE ABOUT VOUFR PREMIUM OR ABOUT A CLAIM THAT '!CU HAVL- address shown above. - - FILED, WRITE TO THE COMPANY TH,`A, SSt-I=D IN RETURN FOR THE PAYMENT OF THE PREMIUM, AND S THE POLICY, BOND OR CERTIF;CATE. )F Ti E YOU TO PROVIDE THE INSURANCE AS STATED IN THIS P, PROBLEM IS NOT RESOLVED, YOU FRAY ALSO DESIGNATION OF CONTRACTOR Y1rnF L C F rlC JI/'AI C DVHKU OF BOX 149091 AUSTIN TEXAS- ,G7-1-2-=09- - Designation of Contractor and Mailing Address , , . j - (512) 475-1771. THIS NOTICE OF COnvIFL.`•°NIT HALLIBURTON INDUSTRIAL SERVICES, DIV. PROCEDURE IS FOR INFORidlAT O ! P.O. DRAWER 1431 - DOES NOT BECOME A PART Cr2 C , ` DITTO , - = DUNCAN, OKLAHOMA 73536-0120 THIS POLICY, BOND OR CE-mlciCA E. LOCATION OF COVERED OPERATIONS UG 101 UNIFORM PRINTING 8 SUPPLY, INC. DENTON, TEXAS - INDUSTRIAL CLEANING LIMITS OF INSURANCE Aggregate Limit $ 500 000. Each Occurrence Limit $ 500, 000. BUSINESS DESCRIPTION Form of Business: ' ❑ Individual ❑ Joint Venture ❑ Partnership ® Organization (Other than Partnership or Joint Venture) Business Description: PREMIUM Rate per - Classification Code No . Premium Basis $1,000 of Cost Advance Premium ! CONSTRUCTION OPERATIONS 16292 I OWNERS 26,885 FLAT $ 500. MP (NOT RAILROADS) EXCLUDING OPERATIONS ON BOARD SHIPS (335-999) ; Total Advance Premium $ 500. MP Premium shown is payable : $ at inception:$ 1 St Anniversary;$ 2nd Anniversary.. FORMS AND ENDORSEMENTS Forms and Endorsements applying to this Coverage Part and made part of this policy at time of issue: CG 00 09 (11-88), CL 177 (11-85), CO 25 03 (11-85), CO 25 04 (11-85), CG 28 55 (11-87), CO 28 24C (11-85), NO. -1 oft a BY ads..! Authorized Representative 10/25/91 THESE DECLARATIONS AND THE COMMON POLICY DECLARATIONS, IF APPLICABLE, TOGETHER WITH THE COMMON POLICY CONDITIONS, COVERAGE RM FORM(S) AND FORMS AND ENDORSEMENTS, IF ANY, ISSUED TO FORA A PART THEREOF, COMPLETE THE ABOVE NUMBERED POLICY. Includes copyrighted material of Insurance Services Office, Inc., with its Permission. Copyright, Insurance Services Office, Inc., 1984 JOL 190-0C XL 190 (7)-0 (Ed. 11-85) DATE September 3, 1991 ~~TY_~ORN~IR_REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID 111272 - DISTRIBUTION TRANSFORMERS RECQMMMATIQN We recommend this bid be awarded to the lowest evaluated bidders, Wesco in the amount of $29,260 00 for items 1, 2, & 3 and Techline in the amount of $6,588 00 for item 4 SUMMARY This bid is for Transformers to be used throughout the City of Denton Electrical Distribution system After an evaluation of the load losses of all transformers bad the two low vendors were determined NAMQj!2END Tabulation Sheet, Transformer Evaluations PRO~RAM~~_gEPARTMENT_QR_~ROggR_AFFECTRD Budgeted Funds for Electrical Distribution NIR~AR_IMPAU 1990-91 Account I1612-080-RB90-9222 Respe ul/l/y su m tted v _ o yd V Harrell City Manager Prepared by Name Deni~arpo 1 Title Senior Buyer 181 DOC BID # 1272 BID NAME DISTRIBUTION I TEMPLE I TECHLIIE I G E SUPPLY i CENTRAL i CUMMINS i ODOM & CO 1 TRAU=RMERS MOLONEY I I i 1 OPEN DATE JULY 30, 1991 1 I I I I I I I I I I I 1 # iQTY 1 ITEM DESCRIPTION i VENDOR i VENDOR I VENDOR i VENDOR i VENDOR i VENDOR 1 1 1 3 1 300 KVA 12D/208V 1 $6,050 00 1 $4,663 00 1 NB 1 NB 1 $5,613 49 1 NB I 1 3 PHASE PM I I ALTERNATE i $6,457 00 1 i I I 2 1 3 1 300 KVA 277/480V I $5,807 00 I $4,802 00 I NB 1 NB 1 $5,567 69 1 NB 1 1 3 PHASE PM I I 1 I I 1 1 ALTERNATE I $6,981 00 1 3 1 1 1 100 KVA 240/480V I $1,607 00 1 $1,708 00 1 NB 1 $1,770 00 1 NB 1 NB 1 PHASE PM I I ALTERNATE 1 $1,955 00 1 I I 1 1 1 4 1 9 150 KVA 277/480V CONV 1 $720 00 1 $732 00 1 NB 1 $638 00 1 NB 1 NB I i 1 ALTERNATE 1 I $784 00 1 I 1 I 1 1 1 1 rsu*xaca*n**aw,aFx~a«xu+t~rwarmuarrxxaasn*~u~«~nuuua~run«aa~~~uerxaa~nnsca~s~r~~aaraus*nuwrr~*a,ar~*,r**xxx~rxnnaar~xac I IEBS ELECTRICI NESCO i SAN ANGELO I VAN TRAN 1 PRIESTER 1 POLELINE 1 I I i ELECTRIC 1 IND i SUPPLY I I I i # IQTY 1 ITEM DESCRIPTION i VENDOR i VENDOR i VENDOR i VENDOR i VENDOR i VENDOR 1 1 1 3 1 300 KVA 120/208V i $5,780 00 i $4,620 00 1 $5,994 00 1 $6,096 00 1 x,113 00 1 $5,488 00 1 I 1 3 PHASE PM I I I 1 I I 1 I 1 I I I I I 1 1 2 1 3 1 300 KVA 277/480V 1 $5,780 00 1 $4,580 00 1 $5,994 00 1 $6,031 00 1 $5,043 GO I $5,444 00 I I 3 PHASE PM I I 1 I I I 1 3 I 1 1 I 1 100 KVA 240/480V I I 1 $1,567 00 1 1 $1,660 00 1 1 $1,796 00 1 I $2,315 00 1 I $1,293 00 1 1 NB 1 PHASE PM 4 i 1 9 i 150 KVA 277/480V CONV I I I 1 $778 00 1 I I I $742 00 1 I $707 00 1 $1,048 00 1 $688 00 1 $722 00 1 CL ~ N Q O O Z O Q J Q LL W 2 0 O N r p ~ O a H C~ M t7 e t ~ CO ~ <O VO ' O N ~ c~7 ~ co ~ ~ O ~ O N p ~ p ~ ~ p yry OO ZZ ( A f R f A ( fl ( H f A f A f 9 ~ ~ l9 K► f9 M 69 fA fA F9 ~ ~ 0 p 0 p 0 p 0 p 0 p 0 p ~ V' p O p O p O p O 8 8 8 8 8 8 0 8 8 8 8 g pp pp et T C0 pp Q 1 ~p p~ 0 ~ aa~~ fA ~~pp fH ~ ~ ~ ~ ~ ~pp fA ~ ~~pp tfl ~ ~ EA ~ ~ tA ~ M ~ fA N CV) N CO O N ^ co ~ O O 4" O r- pO~~ M c o ~ N Ipp~pp N O M M O r N ~ N N N U fp~p N N N O T N c O I- 'U, (O f- , fC-0 rl- l~ M M co M M co M co M co co co M M M co M co co co m M Z 9 Z S W ~ d U y p 8 a Q S ~ S i. 1 CL O a t Z Z = ~ a UZ ~ ~ I a Z J p Z ff W i z 2 z CL a R o p 0 O U~ ~ a ~i Q p U a R U Q v . Y - Y QQ E H E-4 N H tk H kh 01 ~ I d N Q O I rn 0 Z 0 Q J >Q W w 9 0 rn H 0 N 0 t` N r-I VP U Q N CG O 4 yy. N N 1- co r- Q O M r M r. OD o M CD A CD N (D N ~Qj a ~ M ~ ~ ~ ~ T ~ N NN C+r -2 S N N nO In H O 12 ~ C ~ O ~ ~ N R R r Q 4Gd7 O i f A O ~ f+ 9 O ~ f A CO O~ t o CCD~ f A M I~ f Od f A t ~ ~ ~ A f A ~ i 9 6% 6 9 A 69 p 0 p 0 p 0 p 0 p 0 p 0 p 0 0 c p 0 o Q 0 p 0 p 0 p 0 p 0 p 0 N p 0 co p 0 p 0 p 0 p 0 p 0 p 0 c ~ 2Cf C t) s rn c o c G. r 64 T 49 60 9. W T W []~j W r T - - - D - - S - - - - - - CO) In - - Q p O LO T T T T M T O O N n N ~ O CI - N O $ C T r V O N COO ts its N 0 $ 0 0 GO O pp ~A d' CM to P C D r r T r - - - - - - - - - - - O O r` O g is C, N W - O In r T O T T T (A a CO T f~ T O T N T T T N T T T T T T r T T T r T T y/ m o o m m o m o m Z p Z 0 LU a w Q w C'} ~ O U W a $ w Q O w U ~ 00 w C7 = 2 CL O Z w Z n z z W Uj z z U °G % 9 w 0 ~ Q Z O V Z Z w C7 w w H d 0 a - ~ 0 m 3 a ~ 8 ~ o 0 v ~ 1 . M > 7d" 9 a 0 q a ~ N v t a > l i- O O 8 ~ T E M H d' H VP N MP 4 DATE September 3, 1991 CITY-COUNCIL-REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID 41275 - INFRARED IMAGING SYSTEM RECQMMENDATIQN We recommend this bid be awarded to the low bid meeting specification of Agema Infrared Systems in the total amount of $22,500 00 UUMMARY This bid is for the purchase of a infrared camera system which will be used by the Electric Distribution Department Inspections made with this camera detect heat generation from excessive current, short circuits and defective components or corrosion in the electric distribution system of the City of Denton The three lower bidders did not meet specification due to the fact that their Infrared systems were not solid state RACKQROUND Tabulation Sheet and Memorandum from George Pool dated August 20, 1991 PRQUANE ---QEPARTMENT---OR---QROUPE-- AFFECTED Electric Distribution FISCAL-IMPACT Budgeted Funds for Electric Distribution Account 41610-080-0252-9232, Prepared by Name Denise Harpoo Title Senior Buyer Respect lly submitted ~4114 4- Lloy V Harrell City Manager 182 DOC BID # 1275 BID NAME INPM 1ED IMAGING SYSTEM OPEN DATE AUGUST 6, 1991 I FUR SYSTEMS laWTROPHYSICS I CORP I I I AGEMA INFRARED I SYSTEMS I I 1 ISI GROUP IT X DAR CORP # i QTY i ITEM DESCRIPTION I VENDOR I VENDOR i VENDOR 1 VENDOR i VENDOR I i I i I A 1 i INFRARD IMAGING 1 $18,500 00 1 $13,995 00 1 $22,500 00 1 $17,545 00 1 $223,890 00 1 I i SYSTEMS I I i i I i i i PLUS CAMERA i $1,050 00 I i MANUFACTURER I FUR IELEDTRO ffSICS 1 AGEMA i ISI I E}mAR 1 I i I I DELIVERY 1 90 DAYS 1 30 DAYS I 4-6 WEEKS 1 45 DAYS 1 15-30 DAYS 1 I i i I I i I RECD!`, CITY OF D'i' PURu ' SI , X91 AUG 21 PH 11 03 CITYoiDENTONMUNICIPAL UTILITIES/ 901 A Texas Street/ Denton TX76201 MEMORANDUM TO Tom Shaw, Purchasing Agent FROM 6P George Pool, Electric Engineering Associate I DATE August 20, 1991 SUBJECT INFRARED IMAGE CAMERA The Electric Engineering Department recommends the purchase of the Agema 210 Infrared (IR) Imaging System from the Leake Company for $22,500 The optional items such as the 8mm camcorder, video player, and color video printer, will not be purchased from the Leake Company, but by a separate p o for approximately $4,500 From the five bidders, Agema was the only bid that met, or exceeded, the requirements The Electrophysics, ISI and Xedor IR Systems are built using the Pyroelectric Vidicom (PEV) technology This technology uses a PEV tube as the IR sensor, which can easily be temporarily or permanently damaged by directing the camera at the sun or other high temperature sources such as the boilers at the Power Plant This PEV tube technology means the camera is not a complete solid state device as requested in the bid specifications In addition, this PEV tube is very expensive, and can cost as much as 50% of the original price of the camera to replace The operation of the PEV type camera requires continuous panning of the camera to view an image which makes it awkward and cumbersome to operate The image with the PEV tube has a tendency of creating trails and shadows, which takes away from providing a good clear output This PEV technology also makes the camera bulkier and heavier than the pure solid state sensor design The weight and size is very important to the operation and usability of the IR camera, since this equipment will be operated by one person, for eight hour periods, in 950F weather The Flir System bid did not have the required RS-170 video output as requested in the specifications This output is an interface to a VCR allowing the image to be stored and later viewed for analysis and reporting This capability is very important to the success and operation of the IR image program Furthermore, the Flir System is 22 pounds heavier than the Agema 210 System, which would limit it's usability due to the reasons mentioned above GP to 08201271 DATE September 3, 1991 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID X11278 - TIRE CUTTER RECOMMENDATION We recommend this bid be awarded to the low bidder, Brisco Tire Service Inc , in the total amount of $15,794 00 EUMMARY This bid is for the purchase of a Trailer mounted the cutter for use at the City of Denton Landfill New Federal Regulations will not allow whole tires to be buried in the landfill, and the cutting of these tires will also save valuable landfill space BACEOROUND Tabulation Sheet PROORAMU1__2EPARTMEN1__OROROUPS__AFFE21E2 Solid Waste Department ZIIZAL_IBLACT Budgeted account #630-024-0803-8507 Respec lly submitted _ 4 Lloy V Harrell City Manager Prepared by Name Denise Harpooll Title Senior Buyer 180 DOC BID # 1278 BID NAME TIRE CUTTER i BRISCO TIRE I DAVID LANE I SERVICE INC i AND SONS OPEN DATE AUGUST 13, 1991 I 4k i QTY I -I- I- I I ITEM DESCRIPTION -i i i VENDOR i - I I VENDOR I i 1 I I PASSENGER/TRUCK I I I $14,949 00 ; $114,985 00 I I TIRE CUTTER I 2 1 I REPLACEMENT BLADES i $845 00 i $850 00 i I i DELIVERY I 10 DAYS i 10 DAYS