1989-041NO f9-&Yl
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR
THE PURCHASE OR RENTAL 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
competitive bids for the purchase of necessary materials, equip-
ment, 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 hereinbelow 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
materials, 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" on file in the office of the City's Purchasing
Agent filed according to the bid number assigned thereto, are
hereby accepted and approved as being the lowest responsible bids
for such items
BID
ITEM
NUMBER
NUMBER
VENDOR
AMOUNT
9953
All
Smith Pump Company
$
15,090
00
9957
All
Bill Utter Ford
$
23,265
00
9958
All
Dustrol
$200,000
00
9961
All
Jacobson Turf
$
20,475
00
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
approved and accepted items and of the submitted bids wish to enter
into a formal written agreement as a result of the acceptance,
approval, and awarding of the bids, the City Manager or his
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 Bid Proposal and related bid 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
immediately upon its passage and approval
PASSED AND APPROVED this the 21st day of March, 1989
RAY ST P DNS, fMAYOR
ATTEST
J IF' AL ERS, CITY SECRETARY
APPROVED AS TO LEGAL FORM
DEBRA A DRAYOVITCH, CITY ATTORNEY
BY 264 /1...
DATE March 21, 1989
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT #9953 Repair Raw Water Pump
RECOIRIENDATION We recommend this bid be awarded to the low bidder Smith
Pump Company at $15,090 00 This includes labor and transportation at
$5,620 00 and estimated parts at $9,450 00 for the total of $15,090
SUMMARY This bid was sen
We received two bids as
estimated and the labor
cost of parts depending
cost of the parts list
the Council meeting see
to the Board
t to the four available vendors in the metroplex
per the tabulation sheet The cost for parts
and transportation is bid We may use moi(
on the condition of the pump We have a du
The utilities board will review this bid before
attached it is recommended by the Utility Staff
BACKGROUND Tabulation Sheet - Memo to Utility Board
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
FISCAL IMPACT
There is no additional impact on the General Fund
Respe ully submitted
U
LIo d V Harrell
City Manager
Prepared by
me hn J Marshall, C P M
Title Purchasing Agent
Approved
to n J Marshall, C P M
itle Purchasing Agent
I
N
^'I
4Y
1
1
r
1
I
r
I
r i
la
0
0
~
I
I
I
_
_
I
I
I
I
rl
xl
t3J I
~I
ui
i
x 1
m
a I
s
~L
G I
-1
1}
I
Cf
°
m
aii
u
~
~
zi
v
s
iii
v
m
o I
-i
ti
~fI
~
CI1
-I I
x.l
p
s
P I
a 1
I
I
r I
ZJI
ml o
I Z I
Rll -1
? I ~ I ti
1~
r ~ i m
I 1
I 1
I
i i
Iv
a
0
.'w
°o
m
.i
w
n
a
I X11
I ml
I RJI
I xl
~1 I
yl .ZJI
3)I I
f)I ZJI
I z 1
I 7 I
w I I
I T 1
I x 1
r I -11
bl ml
°'fJ i "
1 Z)I
i
I Z)I
I I
I I
I
I 1
1
tJ~
1
~
yn
rJ
cn i
I
m i
x I
~
zJ ~
~
~
n
i i
u 1
s -a
o
_
o f
s I
~
r
0
0
of
G
rJ
G 1
I
1
I
_ _
I
I
I
1
I
m
r
GJ
~p
1
~b I
2 1
Lf 1
- ~
1+1
C11
Sll
CJ I
P 1
"V
O
r
41
%~J I
Rl
I
h
I
3)
f"
4
P
C
i 1
I
FUDL.C UTIL,TIES BOARD AonNDA ITEM
14tI¢MAI, A"D °_h :Na 0 THE PUBLIC JIILITIES BOARD
cn 4 E NELSON, P E , EXE„UTIVE DIRECTOR OF UTILITIES
^r E MhK H 20, 1989
5 5 tCT E.ir ider contra,t pith Smitt Pump Eacpany for the Repair ct
I n dater Pimp No 4
r LO 1.1QATI[N The Utilities S'aff reccisends approval of the attached covtract f r
the repair of the Ran Aater Pump WD 4
"I"ARY Sealed hid here opened March 9, 1909 The recommended bi,
ccnta ns the love-t eyalua'ed bid
b CFO 0 T'a current raw water pumping systet has a rated apa,_it) of 74 M-D (m Ili. yallo
,.e day) Ni h pu p No 4 o t of service, the rated capac,ty beco s t2 MGD
'a ,508 Utilities Foreca-t p olected that tie peat day f.on, will about
6 McD durirg the su•mer Repa rs to Pump No 4 are necessary to provide for
a reliable water s pply
r ENL7r,
1rr;CTL~ Ali Na' I ustomo - of 'he C ty of Dcaton Municipal Utili
+he Itilities Departmart and Smith rump Company
Sr A, ,'PArT
Ft"9 Fords Available 11,423 02
LcNW Oualiticd 15,070 00
Bid AmOLOt
A punt Dver (Under) (2,330 02)
6,.dget
Soc ce of Funds 0'a+er Bald
6,.2-261-2442 E~,,9
~~FfP ` Ef
fk'LE h F,
I EF r crr i
tPF U 5t
,,c A~~I~JtJ, P c ,
f"'UOvttP1Y6 HA9itvI~iriAiuk
trPgGvt' E
Ur%'" HAN, P E
CTtETTrn Y WrkW J(ILITIES
r h~trf T Wd~Er rraddcticr Division Recancen'atian/
air' a'
II 40catim Hap
R E VEL°Ol, P E ,
E)ECUTJV, CIf EEiUR F °ih
CITY& DENTON, TEXAS MUNICIPAL BUILDING / DENTON TEXAS 76201 / TELEPHONE (817) 566 8200
M E M O R A N D U M
TO Dave Ham, Director of Water/Wastewater Utilities
FROM Jerry Roush, Water Production Superintendent
DATE March 10, 1989
SUBJECT BID 9953 - LEWISVILLE RAW WATER PUMP #4 REPAIRS
The Water Production Division recommends acceptance of the Smith
Pump Company Proposal for the above-noted repairs As shown below
in the price comparison, Smith Pump's "Labor and Transportation"
cost is $3,780 less than that of Eli Myers'
ITEM I - Labor and Transportation
Smith Pump Eli Myers
$ 5,620 $ 9,400
* ITEM II - Estimated Parts Cost
TOTAL COST
9,450 9,450
$15,070 $18,850
* This is an estimated parts cost Determination of the repair parts
required will be made upon removal and inspection of the pumping
unit Firm parts pricing, if needed, have been supplied by the vendor
These parts estimates are conservative considering this twenty-seven
year-old pumping unit, as well as the other pumps, have been pumping
excessive amounts of sand over the past seven month because of the
low lake levels Until February, 1989, the water level had been
below the top intake, which necessitated the plant withdrawing water
from the bottom intake
I mention this only to alert you to the possibility of repair costs
greatly exceeding this estimate and/or the possibility of bow 1 re-
placement
Jerry Rous
Water Production Superintendent
JR as
r
a
v
M
~L
f a✓
r , is
`r ~ipI~~I xR
'h
~ N 77yy e ll
k3~ ~ ~`vh54 r
1.~
a
III
BOO
4 Y
f^9rnx ' u~ ski ~
~ry~i'.7t xoJS wtiv t~,J~H,v ~
i. ~ i{ofi i P i ~7 S h
VF a '
I
Ub
'1~ • }~1~ 1 t f'Y J
y]JtU,~t'~,\ i
I e
I i
PPkk ! l E♦ jr k Y
}y yw.. a.w R~1 L J
4f L y +yi
11 L N ' I l
~r IRi r y r t
qp
r k jr,rEll..C ya~ y$~ir~ Ali
I Y • Nov S
I pp
~ ~S ' .wE Y•
t
•9 v 3.
401, V,
h 'w
~ R k
y7 S i5 jar
.MY R ~
DATE March 21, 1989
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT Bid # 9957 Mini.-Vans
RECOIRIENDATION We recommend this bid be awarded to the lowest bidder
Bill Utter ord for both item 1 and 2 The total bid award is
$23,265 00
SUMMARY This bid is for the purchase of a passenger type mini-van for
n Conservation and a cargo type mini-van for Electric Meter and
substation-communications Both units are fleet additions approved
during the budget process
BACKGROUND Tabulation Sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Motor Pool, Energy Conservation
Communications section of Electric Meter and Substation
FISCAL IMPACT
Respect y submit e
Lloyd V Harrell
City Manager
P epared by
Name Tom D Shaw, C P M
Title Asst Purchasing Agent
Approved
Name John J Marshall, C P M
Title Purchasing Agent
I
I
F I
I Q 1
I
n 1
'V I r- 1
N
1
rl
W
m1
CJI
rnl pl
21 1
o
I
1
m I ~1 1
qP
I
~
3
i
O1 ~nl
+
+I
r
I
1 r'1
I
1
1
1 1
1
1
1
I
1
1
1 I
I I
1
G] 1
1
I I
r
~"1
1 I
1
1 1
1
~ 1
I
1 1
1
I
1 1
1
I
1
I
I I
-
1
1
1 1
1
I
I
I
I
1
I I
1 I
1
1
I
I
I
1
I 1
1 1
1
1
1
1
1
~1
1
1
1 1
~-+1
MI
1
r 1
~I
I
I I
I 1
3
1
~1 1
rl
~1 I
r
1
m I
1
x I I
r!
r
Zi
< I
x 1
JL I
1
O I
C I
=J 1 I
rl 1 ~r 1
m
zl
c 1
ml
~.I 1
r-
i
cn i
rji i
a i
tl i i
Ki
q
Tl
I
n I
n>1
1 1 1
r-1
m
~
~ 1
3) 1
rJl I
I c I
1
~I
~
wil
~ 1
U11
µ1I ~1
t
YJ 1
~1 1
I
Y1 1 1
S
ml
1
NI
JII 1
z
mi
a i
of
ml
I
I
1 1
AI
1
I
I 1
I
I
1
I 1
I
I
I
I
1
I
I I
I I
I
I
1
I 1
1
I
I
I I
I
1
1
I 1
_ _ _
_ _
_
_
I
~
_V
I
1
s
I
I
K'
1
I
m
a
I
1
c
~
=y i
i
c
v
I
"
a
Iy
C I
c I
l
m x
ra
to I
o I
m e
o I
1
OI
I
I
1
rn
m
al
I
_ _ _
I
I
_
_
_ _
;
i
1
I
I
I
m
=
m i
~
s
i
m
p
A
QJ I
O I
.'[J C
O
N
fib I
~ I
~ -~1
U
1
~
1
nl
9
v
7 I
I
1
1
+
I
I
I
I
411
m I
41 j
O~
~
I
T I
3[ 'fP
m
P
~ I
~ I
[7
V
~ 1
~ 1
~
1
1
O
1
<
1
DATE March 21, 1989
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT Bid# 9958 Rental of Street Construction Equipment
RECOMHENDAT~OK We recommend this bid be awarded to the only bidder, Dustrol
Inc at the daily rate listed on the tabulation sheet for each item
Estimated total expenditure approximately $200,000 00
SUIWRY This bid is for the daily rental of street construction equipment
The equipment list is designed for reconstruction and or recycling of
existing streets Each piece of equipment can be utilized as a single unit
such as the mobil sweeper on item 9, however the city will only pay for
equipment if it is required and used on a particular project The equipmer
and operators will be under the direction of the Street Division of Public
Works
BACKGROUND Tabulation Sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Street department and street
construction and maintenance program
FISCAL IMPACT Funds for rental of this equipment will come from Street
Maintenance Budget Funds and applicable CIP Funds
Respectf y submitted,
Lloyd V Harrell
City Manager
Prepared by
Name Tom D Shaw, C P M
Title Asst Purchasing Agent
Approved
ame hn J Marshall, C P M
itle Purchasing Agent
1 1 D I - ml rs~
01 - 1
+p li V T IJI .M 41 N 1 1 r) I m 1 C 1 O
N~ g 0 Z• ~O D 9 V 5 IT 'Y' UI ]Y .P A UI y N D^ 1 1 _)I d 1 I
1 1 - 1 m I -1 I yY
I 1 Z 1 Cf I r- I
I 1 -11 1 - 1
1
~
I I
1
1
<
1 I
1 I
I
1 I
n v z
x x
1
I 1
rs~ o
a r
i
i i
o w
x
o r
'
a~
m m r
v
i
I I
1'+ 1= i
rzi ~
z v -1 m i
~ I
1
z
e)
c m
v r ~ s x 1
~ i) ~
1 1
m ~
rs w
z ~ m -11
c
)
~
-1
1 I ac
^ Z
m 2
~
j
y
G G 1U' ~ ti q Cl G U G~^ O -x-I Gi '.mP i
O '3 O
~
I I
c
e)z
.
w mx w wr_w w w'xmowa wmm I
I I n
m vn
v m
r 1 rs) z v) x m m ~ til
r r
o
e)
1 1 s
~
m
' .mil l
M r ~ n r m~
~ m M -1 r r z~
~
m
1 1
s
ao
o m x) N +n c 1
n
~
v)
1 1 ti
x o
x m
-1 ~o
m x n n l
rl o r.. -1 z r
rl
x. w x. -1 p s x. x. i. x. x. ~ g i s i. n~ x v a' 1
n
I 1 +
I 1
>Z.' 2
,
-1 ti 5 ~1 M i r C) H ti .'O ~ .D 1 '%V -1 I
'
I 1 r
O IT
A W
7[ ~t ti V) S r-~ .'(1 O n n P^ S 1
T)
1 1 •U
x m m m z .'U m zl
I 1
v ~ a m s mi
z
~ m
'a
z
~
c
m
di
'O
I
I I
m
S
x
<
I
I I
I
I
I I
1 I
_ I_
1 1
i
c
1
CJ Ul N 9I1 r+ N N V rs rb [D I
4
1
4 UI G CIl "O 4!I LII V P V P '^I UI +J+ [ll > > N G 1 I
Cl
'
I
G UI O O C G P /J+ O I.ll I
O
C)+
O C
O G
O
G O O
G
G
.
O
q
p
p
p
~
j
q
p
,f
O O P O 4 P 6 P O O~ O O~ G
Ci J O
Q
4
4
P
1
I
X11
YI
til
rl
p I
vi w
1
Z)1
m
ai
n
r
CONTRACT AGREEMENT
Q
STATE OF TEXAS ~w
R ti ~ ~ ~gg9
COUNTY OF DENTON p,Pk~ ~p1G•
DUS.~ROL
THIS AGREEMENT, made and entered into this 24 day of MARCH
A.D., 19 89, by and between THE CITY OF DENTON TEXAS
of the County of DENTON- and State of Texas, acting through
_LLOYD V_ HARRELT- thereunto duly authorized so to do,
Party of the First Part, hereinafter termed the OWNER, and DUSTROL, INC.
of the City of DENTON , County of DENTON
and state of TEXAS -Party of the Second Part,. hereinafter
termed CONTRACTOR.
WITNESSETH: That for and in consideration of the payments and
agreements hereinafter mentioned, to be made and performed by. the Party of the
First part (OWNER), and under the conditions expressed in-the- bonds bearing
even date herewith, the said Party of the Second Part (CONTRACTOR) hereby
agrees with the said Party of the First Part (OWNER) to commence and 'complete
the construction of certain improvements described as follows:
BIDS 9958 RENTAL OF STREET CONSTRUCTION EQUIPMENT AND OPERATORS
and all extra work in connection therewith, under the terms as stated in the
General Conditions of the agreement; and at his (or their) own proper cost and
expense to furnish 'all materials, supplies, machinery, equipment, tools,
superintendence, labor, insurance, and other .accessories and services
necessary to complete the 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, and in accordance with the plans,
which includes all maps, plats, blueprints, and other drawings and printed or
CA-1
0044b
1
written explanatory matter thereof, and the Specifications therefore, as
'prepared by TAF. CTTY OF DFNTON TEXAS
, all of which are made a part hereof and collectively evidence and
constitute the entire contract.
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.
IN WITNESS WHEREOF, the parties of these presents have executed this
agreement in the year and day first above written.
CITY OF DENTON TEXAS
I
e~
J
LLOYD V_HARRELL, CITY MANAGER
^ y
ATTEST:
(SEAL)
DUSTROL, INC.
Party of the Second Part,.CONTRACTOR
By
G
ATO~ VEDAS TO FORM:
l/1 _-I
City Attorney
CA-2
(SEAL)
la.
't
0044b
PERFORMANCE BOND
STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS: That Dustrol, Inc.
, of the City of Towanda
County of Rirtler , and State of Kansas
as PRINCIPAL, and Reliance 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 TEXAS
as OWNER, in the penal sum of nNF HUNDREn THOUSAND ANn Nn/ inn nnTT ARS
Dollars 100,000.00 ) 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 24 day of MARCH 1989 , for the construction of
BID# 9958 RENTAL OF STREET CONSTRUCTION EQUIPMENT AND OPERATORS
which contract is hereby referred to and made a dpart 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;
PB-1
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 56th Legislature, Regular Session, 1959, 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.
PROVIDED FURTHER, that if any legal action be filed upon this bond,,
venue shall lie in pE NTON 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 anywise 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 14th day of April , 19 89 .
Dustrol, Inc.
Principal
By Title P&JIjEd-
Address /00
A;✓ 4
ti
f~1
~ a✓7x
1~~ y
4
{ SEA
`^^rThe name Landy
Reliance Insurance Company
Sure't~ty/
E.J. ic<inger
Title Attorney-In-Fact
Address 1200 Merchants Bank Bldg.
Topeka, Kansas 66612
(SEAL)^
of the Resident Agent of Surety is:
r
Neal G_._ Clark, Suite 1250. One Dallas Centre, 350 North St. Paul Street,
Dallas, TX 75201-4205
NOTE: Date of Bond must not be prior to date of Contract.
PB-2
0091b
E^ ~
RELIANCE INSURANCE COMPANY
HEAD OFFICE, PHI LADE LPHIA, PENNSYLVAN I A---
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, That the RELIANCE INSURANCE COMPANY, a corporation duly organized under the laws of the State of
Pennsylvania, does hereby make, constitute and appoint John M. Koger, John M. Koger, Jr. , Eugene F. Konzenl,
Claudia J. Nadeau and E. J. Flickinger, individually, of Topeka, 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,
alto bind the RELIANCE 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 RELIANCE INSURANCE COMPANY and sealed and attested by one other
of such officers, and hereby ratifies and confirms all that its said Attorney (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 RELIANCE INSURANCE COMPANY which became
effective September 7, 1978, 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 la) appoint Attorneys-in-Fact and to authorize them to execute
on behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings 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 have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute
and deliveron 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. Attorneys-in-Fact shall have power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of indem-
nity or other conditional or obligatory undertakings and they shall also have Power and authority to certify the financial statement of the Company and
to 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
RELIANCE INSURANCE COMPANY at a meeting held on the 5th day of June, 1979, at which a quorum was present, and said Resolution has not been
amended 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 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 RELIANCE INSURANCE COMPANY has caused these presents to be signed byjt4'~'ice President, and its corporate seal to
be hereto affixed, this 27th day of August 19 86 1 ~ _
STATE OF Pennsylvania
COUNTY OF Philadelphia :s.
On this 27th day of August
RELIA 1 E INSU CE CO A
1 yV xAeef
2~~ ccp ~L
Y
t , ~I Vice President
a - o
a
19 86 personally appeared Raymond MacNeil
to me known to be the Vice-President of the RELIANCE INSURANCE COMPANY, and acknowledgedl.bat-h executed and attested the foregoing
instrument and affixed the seal of said corporation thereto, and that Article VII, Secti and 3 o the By- aws of said Company and the Resolu-
tion, set forth therein, are still in full force. /
My Commission Expires:
aB H
September 28 1987 3 ~a Notary Public in and for State of P lvania
Residing at Philadelphia
I, Ray L. Torah , Assistant Secretar a RELIANCE INSURANCE COMPANY, do hereby certify that the above
and foregoing is a true and correct copy of a Power of Attorney of RELIANCE INSURANCE COMPANY, which is still in full force and
effect. cop/-/ j
IN WITNESS WHEREOF, I have hereunto set my hand and affi th w > mpany this Vat day of 19
Q
~o
~c°Poc::,
BDR-1431 Ed.6/79 .o"t4~~ Assistant Secretary
PAYMENT BOND
STATE OF TEXAS
COUNTY OF DENTON
KNOW ALL MEN BY THESE PRESENTS: That Dustrol, Inc.
of the City of Towanda ,
County of Butler , and State of Kansas as principal, and
Reliance Insurance Company
authorized under the laws of the State of Texas to act as surety on bonds for
principals, are held and firmly hound unto THE CITY OF DENTON TEXAS
OWNER, in the penal sum of ONE HUNDRED THOUSAND
AND NO/100 Dollars ($100 ^000.00 )
for the payment whereof, the said Principal and Surety bind themselves and their
heirs, administrators, executors, successors and assigns, jointly and severally, by
thes presents: .
WHEREAS, the Principal has entered into a certain written contract
with the Owner, dated the 24 day of MARCH , 19 89
BIDS 9958 RENTAL OF STREET CONSTRUCTION EQUIPMENT AND OPERATORS
to 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 pay all claimants supplying labor and material to him or a
subcontractor in the prosection of the work provided for in said contract, 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 the
acts of the 56th Legislature, Regular Session, 1959, 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-3
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 anywise 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 WITHNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 14th day of April , 19 89
Dustrol. Inc.
Principal
By 6L~L~Z
Title Vacs ne/~ i
Reliance Insurance Company
Surety
E.J. Flickinger
Title Attorney-In-Fact
Address Pp Box &08 Address 1200 Merchants Bank Bldg.
~owava+ //,S 4)IVV Topeka, Kansas 66612
C'SE) (SEAL)
The name~andaddress of the Resident Agent of Surety is:
Neal G. Clark, Suite 1250, One Dallas Centre, 350 North St. Paul Street,
Dallas. TX 75201-4205 _
PB-4
0092b
RELIANCE INSURANCE COMPANY
HEAD OFFICE, PHI LADE LPHIA, PENNSYLVAN IA
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, That the RELIANCE INSURANCE COMPANY, a corporation duly organized under the laws of the State of
Pennsylvania, does hereby make, constitute and appoint John M. Koger, John M. Koger, Jr., Eugene F. Konzem,
Claudia J. Nadeau and E. J. Flickinger, individually, of Topeka, 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 RELIANCE 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 RELIANCE INSURANCE COMPANY and sealed and attested by one other
of such officers, and hereby ratifies and confirms all that its said Attorney(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 RELIANCE INSURANCE COMPANY which became
effective September 7, 1978, 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
cn behalf of the Company, bonds and undertakings, recognizances, contracts of indemnity and other writings 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 have power and authority, subject to the terms and limitations of the power of attorney issued to them, to execute
and deliveron 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. Attorneys-in-Fact shall haw power and authority to execute affidavits required to be attached to bonds, recognizances, contracts of indem.
nity or other conditional or obligatory undertakings and they shall also have power and authority to certify the financial statement of the Company and
to 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
RELIANCE INSURANCE COMPANY at a meeting held on the 5th day of June, 1979, at which a quorum was present, and said Resolution has not been
amended 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 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 RELIANCE INSURANCE COMPANY has mused these presents to be signed by ice President, and its corporate seal to
be hereto affixed, this 27th day of AugUSt 19 86 ?
i
R ELIA INSU CE CO A
e ""C" c` cOp
Vice President
STATE OF Pennsylvania
COUNTY OF Philadelphia f
On this 27th day of August , 19 86, personally appeared Raymond MacNeil
to me known to be the Vice-President of the RELIANCE INSURANCE COMPANY, and acknowledged executed and attested the foregoing
instrument and affixed the seal of said corporation thereto, and that Article VII, Secti , and 3 o the By- aws of said Company and the Resolu
tion, set forth therein, are still in full force.
My Commission Expires: .9 ~„ao''an~;;;F
~9 ~,YY 5
September 28 1g 87 a Notary Public in and for State of P ylvania
Residing at Philadelphia
Ray L. Lorah , Assistant Sec u
and foregoing is a true and correct copy of a Power of Attorney
effect.
IN WITNESS WHEREOF, I have hereunto set my hand and
BAR-1431 Ed. 6/79
RELIANCE INSURANCE COMPANY, do hereby certify that the ahove
leid RELIANCE INSURANCE COMPANY, which is still in full force and
any this 10" X day of 19 E9
Assistant Secretary
al:l/iene CERTIFICATE OF INSSSF►NCE ` n
2 t , ' r';...+;
ISSUE DATE (MM/DD/YY)
1 '4.20-89
PRODUCER
,y - -
I
I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
Callaway, Douglass & Associates, Inc.
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
P 0 Box 310
Augusta,' KS 67010
COMPANIES AFFORDING COVERAGE
1
COMPANY
A
i LETTER
United States Fidelity & Guaranty Co.
CODE SUB-CODE
COMPANY B
INSURED
I
LETTER
e
p
COMPANY • Er,[
Dustrol, Inc.
IVED
i LETTER
P 0 Box 308
Towanda, KS 67144
COMPANY D
S
LETTER 158
I COMPANY E'
LETTER .
COVERAGES
-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.
CO - 1 W~
TYPE OF INSURANCE POLICY NUMBER
LTfl ;
1 POLICY EFFECTIVE IPOLICY EXPIRATION'
1 ALL LIMITS IN THOUSANDS
DATE IMM/DD/YY) DATE IMM/DD/YY) I
1
GEN
ERAL LIABILITY !
. GENERAL AGGREGATE 1$ 2,000
x
COMMERCIAL GENERAL LIABILITY
'
1MP11099054000
PR
ODUCTS-COMP/OPS AGGREGATE( $ 2 000
1-1-89
1-1-90
_
CLAIMS MADE
(OCCUR i
j
i, PERSONAL 8 ADVERTISING INJURY $ 1 000
x
_
OWNER'S 8 CONTRACTOR'S PROT.)
EACH OCCURRENCE $ 11000
50
FIRE DAMAGE (Any one lire) $
I
:MEDICAL EXPENSE (Any one person) 1 $
S
r
AUTOMOBILE LIABILITY i
NED I
, COMBI
X
X II ANY AUTO
WNULE I $
LIMIT
7
550
ALL OWNED AUTOS BAP 102024604
_
_
1-1-89 1-1-90 (BODILY _ t
I I I
1 INJURY $
SCHEDULED AUTOS
I
q
i ! ~(Per person)~ k
HIRED AUTOS - -
I I BODILY
i (
x
INJURY $
x [NON-OWNED AUTOS
i
j (Per accident)
GARAGE LIABILITY
I
I ~I
PROPERTY I I
_ I DAMAGE I $ ]
EXCESS LIABILITY
EX
EACH AG EGATE
{ OCCURRENCE I
D
$ 1$
~OTHERTHANUMBRELLAFORM I ULC 11208283900
r~
, 1-1-89 1-1-90 1 2,0001 2,000
STATUTORY
j WORKER'S COMPENSATION
L
1 0 (EACH ACCIDENT)
I ! 1
$
10
AND
87 07591 89 6
~
11-1-89 ( 1-1-90 $ 500 (DISEASE-POLICY LIMIT)
EMPLOYERS' LIABILITY
- i -
(DISEASE-EACH EACH EMPLOYEE:
I - I , $100
OTHER City of Denton is named.as add
itional named insured as their interests may appear
as respects General Liability
i
and Automobile Liability.
I
I
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL
ITEMS
,CERTIFICATE HOLDER -
!,CANCELLATION; r y=?,e,` ro+;"";,*,".; .
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
City of Denton, Texas
EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
Purchasing Agent
MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
901-B Texas St.
C=aS
LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR.
cL'Denton TX 76201
LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
Nl ARED REPRESENTATIVE
I
UJ
ACORD 25.5 (3/88)
D CORPORATION 1988
PURCHASING DEPARTMENT
£-!y-of Denton
901-B Texas St.
Denton. Texas 76201
Dustrol Inc.
P.O. Box 1738
Roanoke, Texas 76262
BID INVITATION
CITY OF DENTON, TEXAS
q
- ~tfiv
yy
MP's j~' 1
Date FEBRUARY 20, 1989
BID NUMBER 9958
BID TITLE RENTAL OF STREET CONSTRUCT
EQUIPMENT AND OPERATORS
Sealed bid proposals will be received until 2:00 p.m.
u,n v , 1701 , at the office of the
Agent, 901-B Texas St., Denton, Texas 76201
For additional Information contact
~HN J. MARSHALL, C.P.M.
OT%RCHASING AGENT
0~ Office
817-5668311
TOM D. SHAW, C.P.M.
ASSIST. PURCHASING AGENT
FEDERAL IDENTIFICATION
F
NUMBER (FIN) 48-0800429
O
URCNPI
P
DIFW Metro
817-267-0042
INSTRUCTIONS TO BIDDERS
1. Sealed bid proposals must be received in duplicate, on this form, prior to opening dale 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 con tractor
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.
B. 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-B)
ni.li nurusrx 77jo UIL0 r'n94J 'VJKL.'7
Page 2 of 6
TEM
- DESCRIPTION
- OUAN.
PRICE
AMO UP
DAILY RENTAL RATE
1.
Heater - truck mounted, radiant heat, propane fired,
12' X 24' insulated oven
per day
,
la.
Mobilization charge to include delivery, and pickup
as well as loading and unloading as required.
ea.
t
Heater Scarifier - truck mount, radiant heat, propane
'
'
fired, 12
X 24
insulated oven, carbon tipped teeth
per day
z 5C
'.a.
Mobilization charge to include delivery, and pickup
as well as loading and unloading as required.
ea.
Distribution Mixing Recycler - meter liquid, (2) car-
bide tooth mixing drums, reversable augers, vibetory
screed
.
per day
IQI~.
',a.
Mobilization charge to include delivery, and pickup
as well as loading and unloading as required.
ea.
S0.
Laydown Machine- barber green SA150 or Equal
per day
750`
a.
Mobilization charge to include delivery, and pickup
as well as loading and unloading as required.
ea.
X50.
Pneumatic Roller - Class B roller w/water
per day
a.
Mobilization charge to include delivery, and pickup
c
as well as loading and unloading as required.
ea.
Tandom Steel Roller - 10-12 ton w/water
per day
75
a.
Mobilization charge to include delivery, and pic:cup
as well as loading and unloading.as required.
ea.
' o
C~-
TOTALS
We quote the above f.o.b. Denton, Taxes. Shipment can be made in days from receipt of order. Terms net
unless otherwise indicated.
In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a
reasonable period of time constitues a contract.
P 0 BOX 308
codling Aooress
TOWANDA KS 67144
city state z,p
(316) 536-2262
. Teiepnone
DUSTROL, INC.
9ldoer
Signature
D. T. Dankert -President
Title
F
1311) NUMBER 9953 t5lU eKUf U5ALS - Page 3 -of 6
TEM.
DESCRIPTION
OUAN.
PRICE
AMOU
7.
Milling Machine - track type caterpillar 450-or equal.
per day
$
7a.
Mobilization charge to include delivery, and pickup
as well as loading and unloading as required.
ea.
s
3.
Liquid Tanker - 6000 gallon capacity minimum
per day
`
$ 50
3a.
Mobilization charge to include delivery, and pickup
as well as loading and unloading as required.
ea.
9
Pickup Broom - Mobile TE3 or equal
er da
~90
p
y
J
3a.
Mobilization charge to include delivery, and pickup
as well as loading and unloading as required.
ea
5pc
•0•
Water Truck - 1000 gallon capacity w/pump capabilities
per day .
00,E
.0a.
Mobilization charge to include delivery, and pickup
as well as loading and unloading as required.
ea,
°
50.-
II.
Mini-Mill Catenillar RP75 orequal with 18" drum
C
goo
.
12.
Mobilization charge to include delivery, and
.pickup as well as loading and unloadin,n, as -
required.
NOTE: (1) All prices must include qualified operator
with each piece of equipment.
(2) Prices must be firm for one (1) year from
date of award.
TOTALS
We quote the above f.o.b. -Denton, Texaa. Shipment can be made in days from receipt of order. Terms net
unless otherwise indicated.
In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a
reasonable period of time cotntitues a contract.
P 0 BOX 308
I.rlling Address
TOWANDA K 67144
City state no -
(316) 536-2262
DUSTROL, INC.
Signature
D. T. Dankert President
TUepntlne Title
DATE March 21, 1989
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT Riding Mowers for Parks Department
RECOMMENDATION We recommend this bid be awarded to the low bid meeting
specification for three $6,750 00 each plus the deluxe seat of $75 00 fo,
a total cost each of $6,825 00 We are recommending the purchase of tl
of the 72" mowers rather than 2-72" and 1-62" mower making the total
award of $20,475 00
SUMMARY
This bid was sent to sixteen prospective bidders in this area and
received eight bids We have recommended the low bid meeting specificat
The low bid submitted by Sam's Lawn Riders does not meet the specificatic
as they bid a air cooled gasoline engine when we specified a water coolec
diesel engine
BACKGROUND
Bid Tabulation and Memo
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
The City of Denton Parks Department a
the City of Denton
FISCAL IMPACT
There is no additional impact on the General Fund(Motor pool
replacement)
Respect y /su/bmitte
v
Lloyd V Harrell
City Manager
Prepared by
e o n J Marshall, C P M
itle Purchasing Agent
Approved
l k2522G~-Gz
,e o n J Marshall, C P M
isle Purchasing Agent
n
I I °
1
a
1
I
71
I
v ~
r•
1
1
nI
m tit
c
N 1
4Y
1
.l I
?E' I 1
I
1
m -11
qY
I
1
2 I
Cf 1 I
'
I
1
1 r I
1
I
qpl
1 ml
I
1
1
1 1
I
1
1
1 1
1
~
1
1
1 1
~ N NI
1
1
I
I
I 1
1 1
I
I
1
I
I
I I
I I
I
I
I
I I
1
I
I 1
1
I
I
I 1
1
I
I 1
I
I
I
I
I
I
I 1
1 1
1
1
1 1
I
1
I
I 1
n 1
~Q
I
1
1
r l
1 I
I 1
9 -1 V 1
1
C I
1 1
N 1`JI
I
pl
~[I 1
O I
f/1
I
1
S 1 1
a 1
I
PI
x)1 rtil
.-U x ~)1
I
.+1
nl I~YI
-1 c l
rt
I
I
1 z 1
,Q
2~ L-f r- 1
Ql
1
O 1
•Q 1 Q] I
~
~ m z l
r In l
n
m
I
1
P I
0 l
I 1
1 p 1
p
c 1
3C
S+
Tf
1
1
isl
1 r)1
.U 1 S 1
M
a 1T1 a
i
m O) m I
O
I
p 1
1 I
3I m .Tl I
a
1
.A I
1 1
9 1
H I
I
1
I
I
1 1
I 1
j
1
I
I
I
1
1 I
1
1
I
I I
1
I
I
1
1
I
I
j
<
2
o• o I
-
m_
1
n
i
V
! 1
1
1 +a
.
VI fJl l
U
I
T U1
P 411 ~ I
~
I
r7
I
I
a
O O PI
1
I
I
I
1
1
1
n
la r_1
m
i
m s s
m i
t row,
Q
i
m r vo
L! rs cn 1
o
I
m m
! V N I
s
I
a x m
I
1
ti 9
N N V I
1
Vl
p C11 N 1
1
I
I
O` ty I
I~1
I
I
a
I
ti
N N 1
n
I
m
N fJl ~N 1
Cl
1
[N IJ1 1 I
:O
I
1
O OI
I
1
'J G 1
1
1
1
-
1
1
m
a l
a
1
a n
Ql Sr 13f 1
L'f
I
-1 C
V1 I
~
I
S
- I
1
r r
1
I
r
- 1
I
m
< 1
I
i
i
uo
K
i
a
rs a s I
m
1
u)
W
n
$
1
C1
-
O
~i i
~
i
z v
VI .!1
~
I
F
I
I
s
P -
P OI
I
1
1
I
_
o r o,
m
i
m e ~
1
n-11
x
c
I
1
z m x
c m
w ni
~
i
o m
°
i
a
I
I
~
p~ -0 I
I
T JI
I
1
1
1
<
1
1
I
S
-1
n
m z 1
rn
I
c
n N I
A ^Q I
.mil
I
I
a
`
1
I
uo
I
I
T -J
I
1
ti ~
K
1
r
V Q) I
I
m
r
1
1
U
s z.
~
41 _p
1
Ul P P 1
Cl
I
1
~
Z U
CI P =~1
1
)
C O J1
I
1
I
i
i
n In
K-
i
r
ULI I
n
LI rl
y
1
-
I
J f.
_
r_
N)
I
YI
I
C! Y1
O ♦ I
1
.2 V!
CITY of DENTON, TEXAS Civic Center/ 321 E McKinney/ Denton, TX 76201
M E M O R A N D U M
TO John Marshall, Purchasing Agent
FROM Bob Tickner, Superintendent of Parks
DATE March 14, 1989
SUBJECT Recommendation of Bid #991
We have reviewed the results of Bid #9961, riding mowers We wish to
recommend the bid of Jacobsen Turf and Commercial, Dallas, Texas, in the
amount of $6,750.00 per unit for a T422D water cooled diesel Turf Cat II 72"
deck We wish to add the optional deluxe seat Model #69078 at $75 00 for a
total of $6,825.00 per unit
The low bid from Sam's Lawn Rider, Sherman, Texas, at $5,523 00 is rejected as
not meeting specifications. Their unit is powered by an air cooled gasoline
engine
We also wish to purchase a third 72" mower to add to Bid item #1 in place of
Bid Item #3, a 60" mower The additional cost difference of $427 00 is
available in Motor Pool depreciation funds for the larger unit
Please advise if more information is requested
iL~
Robert K Tickner
PARKS013
f9l
c/Ya&G"4t711 << MClffl e,V"k"d W""W4
Denton Parks and Recreation / Denton, Texas / (817) 566 8270
r