1986-2370923L
NO 96 7
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT
IOR 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
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 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 materials, equipment, supplies or services approved and
accepted herein, and
WHEREAS, Section 2 36 (f) of the Code of Ordinances requires
that the City Council approve all expenditures of more than
$10,000, and
WHEREAS, Section 2 09 of the City Charter requires that
every act of the Council providing for the expenditure of funds
or for the contracting of indebtedness shall be by ordinance,
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 hereto, are hereby accepted and approved as
being the lowest responsible bids for such items
BID
NUMBER
ITEM
NO
VENDOR
AMOUNT
9672
All
Avondale Industries
$ 50,255
00
9674
All
Osmose Wood Preserving, Inc
$ 40,000
00
9675
All
Sunfire Apparatus
$ 12,258
00
9676
All
W W Cannon Co
$ 20,993
00
9677
All
Bill Utter Ford
$219,474
00
9678
2, 3 & 4
Dave Krause Dodge
$169,017
20
9678
5 & 5a
Dower GMC
$ 54,183
69
9680
All
Dickie Work Clothes
$ 20,000
00
9683
All
F E 3, Inc
$ 57,600
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 re-
presentative 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 9th day of December, 1986
Y
RAY S PHENS, MAYOR
CITY OF DENTON, TEXAS
ATTEST
99,91,
LUT L IT S ZRETARY
=
CITY OF DENTON, TEXAS
APPROVED AS TO LEGAL FORM
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
CITY OF DENTON, TEXAS
BY ld1.
iATE December 9, 1986
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID# 9672 - RETUBE FEEDWATER HEATER
RECOIRIENDATION We recommend this bid be awarded to the lowest bidder of
Avondale Industries in the amount of $50,255 00
SUMMARY This bid is for the materials and labor to retube the feedwater
deafer on Generating Unit #4 at the Municipal Power Plant
BACKGROUND Tabulation Sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
Maintenance of Power Plant
FISCAL IMPACT
1986/87 Budget Funds ACCT# 610-080-0251-8339-E312
Maintenance of Power Generating Equipment
Respectfully submitted
Lloyd V Harrell
City Manager
Pr ared by
Name Tom D Shaw, C P M
Title Assistant Purchasing Agent
Approved
Name John J Marshall, C P M
Title, Purchasing Agent
r
m
r)
r
;
C
I
O1
m
n
)
a
~J
N
Z
Li
N
N
m
u1
N
to
!J1
N
m
e
-
m
S
Z
N
a
N
I
z ~ n m
~
~ m
i
o
a
1
~ nl -1 qF
r r
!0 1
r )
ti I
1
1 C N
1
N n) .a
-1 1
IX) !T
r) i
n n)
1) I
'
c) I
1 N
~
i) 1
1
m y !
m
I
b
r
m 3
ca i
I
z 1
1
sr
~
N A
j
I
1
C 1
mI N
r
O
j i
T I
rl
'A
T Z
1
I
m i
te
i
= u 8
r
)
r ~
D r r'
1 I
.1
1
1
m m
N
1
1
~
m
m i
m
m m
i
o
p
~ s
v
1
n r
1
I
m 1
Y 1
O I
P 1
a 1
i
i
m
u
~ i
1
DATE December 9, 1986
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID# 9674 - UTILITY POLE TREATMENT & REINFORCEMENT
RECO191ENDATION We recommend this bid be awarded to the lowest complete
bid meeting specifications, Osmose Wood Preserving, Inc of Waxahachie, Texas
for an estimated total cost of $40,000 00
SUMMARY This bid was sent to the only known Contractors providing
this type of service in this area We received two bids and the bid from
Osmose is the only complete bid providing for the treatment as requested as
well as bidding the reinforcement of existing poles With the above Osmose
is the only bidder meeting our specifications and bidding all items We have
again as in the past budgeted for a specified amount and have assigned specific
sections of the City to be inspected, treated, reinforced, etc
BACKGROUND Tabulation sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
This is an oncoinq yearly project in the Electric Utility
Department Account # 610-080-0252-8339
FISCAL I11PACT There is no additional impact on the General Fund
Respectfully submitted
Lloyd V Harrell
City Manager
Prepared by
Name o n ars a ,
Title Purchasing Agent
Approved
Name John J Marshall, C P M
Title. Purchasing Agent
n v w
~ ro a n Q w
1 I
i
L p m~
ry
i
i
i m o a
r
I 1
w ~
I I
I as I
r
m
1 ti I
I < 1
i i
_ _ _ v
v
I i
P v -o
~J
r
4
1 I
O P
m a
i
I
l
O Y m
j
1
K
G
) iYJ
1
A 9 ,~T
,
~
i
Z 9 Ci C} 3i ti Y
1 T 1
7i m
m~z
~.~mmm v)
ems ~
i s i
dni:
l mom
r
c z~-\ o m.c~ m
I o I
nJ
r~ n x e)
m y ri r+
-
'
I m 1
1 V! 1
cn r) s
J Z
n
ti 'A
.W ~1
'
-1
.1
..n S+
41
n -1 H r
"I M
)
~
~
.
~
m
n
I
)
'
_I H G Cf
ri
'
Z G -
1
I
11 DI
V
C1
'jm
Y
Z
~
'
q+
'
'9 m
~ b r f.t1 'tl Tl q
\ z v o ei r u
~
TJ 1
1
I 1
V
41
-n u
n) o~ z
-1
r
o
i -
r r m
M m
v
1 1
s m
m
m
m rv
Min
z xi
v
z i
~
m
ei
ffi
.
M ~ x
x q S
I
Cl
r Y .t
I 1
Z
_
ti
I
y
m O
~rz'i~
w m
i o
~ S a o m
1 ~ 1
1 1
1
n ~
m k s
u) r
I
I I
te
I y 1
m
~ P
O
'
'r
'
J
.
J
ni rJ
v
m a m a w® nJ w
~
m
~
i
pp Op
11i f.\ \O 9 i ~J .\l "+1
b M n1 C
1 P
1
1D ®
n
i T w .
I 1
V
1
I 6 1
1 m I
I z I
1 c) I
1 o I
1 .Zi I
1 I
1 I
1 1
_
m
I Y I
I C) I
I c) I
1 9 I
i
SID -4 9674
POLE INSPECTION AND TREATMENT AGREEMENT
THIS AGREEMENT made and entered into
this 11 day of DECEMBER 19 86
by and between
THE CITY OF DENTON, TEXAS
Hereinafter called "OWNER"
and
OSMOSE WOOD PERSERVING, INC.
Hereinafter called "CONTRACTOR"
WITNESSETH:
56 -~z 2
For the consideration hereinafter named, and subject to the terms
and conditions set forth, the Owner and the Contractor mutually
agrees as follows:
1. Contractor agrees to inspect and treat SYP creosote treated
utility poles, at such time and place as may be designated by
authorized representatives of the Owner.
2. Contractor shall, at his own risk and expense perform promptly
and diligently all authorized work in a good, proper, and
workmanlike manner in accordance with the specifications set
forth in the attached 'EXHIBIT A" and entirely satisfactory to
the representatives of the Owner.
3. All labor, tools, equipment, transportation, and materials
shall be furnished by the Contractor and they shall be of high
quality in every respect. Contractor's employees shall wear
suitable work uniforms, and be as clean and in as good
appearance as the job conditions permit. They shall be
expected to conduct themselves in an industrious and a
courteous manner. Contractor's equipment shall be kept in neat
appearance and in good operating condition at all times.
Modern tools shall be used and kept sharp and in working
order. Adequate first-aid supplies shall be part of the
standard equipment of all vehicles.
4. CONTRACTOR'S INSURANCE: The Contractor, before starting work
for the City, must furnish to the City Certificates of
Insurance or other acceptable evidences from a reputable
insurance company or companies (such companies to be acceptable
to the City) licensed to write insurance in the State of Texas,
showing that the Contractor is covered by the insurance as
follows:
(1) Statutor Workmen's Compensation and p to er's Liabilit
nsurance. n t e event any wor is sublet, t He
Contractor shall require the subcontractor similarly to
provide the same coverage and shall himself acquire
evidence of such coverage on behalf of the subcontractor.
(2) General Public Liability Insurance with limits for bodily
injury of not less than 300,000/$500,000 and for property
damage of not less than $100,000. The policy shall be an
the comprehensive general liability farm, and shall
include coverage for acts of independent contractors.
(3) Automobile Public Liabi
bodily injury iabilfty c
and for property damage
self-propelled vehicles
contract, whether owned.,
lit Insurance with limits for
~f .not ess than $250,000/$500,000
of not less than $100,000 on all
used in connection with the
non-owned, or hired.
(4) Owners Protective Liability with limits for bodily injury
of not ess than $ 00,000/5500,000 and for property damage
of not less than $100,000, naming the City of Denton as an
additional insured and providing that in the event of an
occurrence covered by the terms of such policy, the
coverage afforded by such policy to the City of Denton as
additional insured is and shall be primary.
The certificates of insurance furnished to the City shall
contain a provision that coverage under such policies shall not
be cancelled or materially changed until at least 30 days prior
written notice has been given to the City.
5. Bidders shall submit with bid a list of similar work done in
the past five years.
6. On award of the Contract, the successful Contractor shall
furnish both a Performance Bond and a Statutory Payment Bond.
The Performance and Payment Bonds, executed by the Contractor
shall be a guarantee that the work will be completed as
required by the Contract and shall guarantee the payment of all
obligations arising thereunder. The Performance and Payment
Bonds shall each be in an amount of at least equal to 100% of
the Contract Price and in such form and with such sureties as
are acceptable to the Owner.
BID li 9674
7. Contractor shall take necessary safety precautions to protect
human life, public and private property. No work shall be
considered satisfactory unless it is done safely and without
accidents. Contractor shall be solely responsible to use
approved safety methods in the performance of all work to
protect his employees and/or other persons. Necessary guards
and protective devices shall be used at all locations where
work is done.
8. Discharge of Employees: Any employee of the Contractor who
should prove to be uncooperative, quarrelsome, dishonest,
incompetent, inexperienced, or should not work for the best
interests of the Owner and the job, shall upon written notice
from the City be removed by the Contractor and replaced by an
employee with proper qualifications acceptable to the Owner.
9. The Contractor shall determine in advance the nature of all
circuits involved. It is mutually understood that the circuits
of the Owner are intended to continue in normal operations at
all times and the Contractor shall carefully guard against
interfering with the normal operation of such circuits.
10. Contractor shall promptly remove all equipment upon completion
of the work at each location, and shall dispose of all brush
and debris in conformity with ordinances and regulations and to
the satisfaction of the property owners.
11. INDEMNIFICATION: The Contractor and his sureties shall defend,
indemnify and save harmless the City and all its officers,
agents, and employees from all suits, actions, or claims of any
character, name and description including attorney's fees
expense brought for or on account of any injuries or damages
received or sustained by any person or persons or property, by
or from the said Contractor or his employees or by or in
consequence of any negligence in safeguarding the work or
through the use of unacceptable materials in constructing the
work, or by or on account of any act or omission, neglect or
misconduct of the said Contractor, or by or on account of any
claims of amounts recovered under the Workman's Compensation
Law or any other law, ordinance, order or decree, and so much
of the money due the said Contractor under and by virtue of his
contract as shall be considered necessary by the City may be
retained for the use of the City, or in case no money is due,
his sureties shall be held until suit or suits, action or
actions, claim or claims for injury or damages as aforesaid
shall have been settled and satisfactory evidence to the effect
furnished the City. Contractor and his sureties shall defend,
indemnify and save harmless the City, its officers, agents and
employees in accordance with this indemnification clause
regardless of whether the injury or damage is caused in part by
the City, its officers, agents or employees.
gTY 16 9674
12. Contractor shall at his own expense take out and maintain at
all times during the performance of any work under this
agreement such public, contingent, and employer's liability
insurance in types and amounts acceptable to the Owner as will
adequately protect the Contractor and the Owner from claims or
suits for injuries or death to persons or damages to property
arising out of or in any manner connected with the performance
of any work under this agreement. Contractor shall furnish the
Owner satisfactory Certificates of Insurance before any work is
started.
13. Contractor shall comply with all Federal, State, County,
Municipal, and/or other laws, ordinances, rules, and
regulations applicable to the performance of any work under
this agreement and shall secure and pay for all governmental
licenses, deposits, or fees required. Contractor accepts
exclusive liability for and agrees to properly comply with all
governmental requirements in regard to deductions and payment
of Social Security Taxes, Withholding Taxes, Unemployment
Compensation Contributions and any other similar taxes or
contributions Contractor shall remit to proper governmental
authorities all sales or use taxes applicable to materials or
equipment furnished. Contractor agrees to save harmless and
indemnify the Owner from and against the payment of any and all
sums of money by failure of the Contractor to comply with such
laws or requirements.
14. Contractor agrees to save harmless and indemnify the Owner from
and against any claims, liens, or suits, for labor or other
items furnished by the Contractor.
15. Contractor shall obtain and be responsible for securing the
necessary consent or permission of the proper authorities
and/or property owners or their authorized agents before
performing any work, unless such consent has been obtained by
the Owner and furnished to the Contractor in writing. Should
permission be refused, the Contractor shall exert all
reasonable effort to overcome the objection and at the same
time retain the good public relations of the Owner, which shall
be given dueand practicable consideration at all times. If
permission is still refused, a report shall be submitted to the
Owner showing the name and address of the property owner and
the amount of work needed. Complaints received from property
owners or others shall be promptly reported by the Contractor
or the Owner, together with a report of the actions taken by
the Contractor to settle such complaint. Contractor agrees to
save harmless and indemnify the Owner from and against the
payment of any and all sums of money by failure of the'
Contractor to secure permission before performing any work.
BID # 5674
16. Contractor shall advise the Owner daily as to the location and
progress of the work by notifying the Electric Distribution
Department each morning prior to 8:00 a.m. All irregular plant..
conditions effecting the property of the Owner shall be
reported as soon as possible when recognized as such.
Contractor shall furnish the Owner with suitable written weekly
reports indicating the number of poles inspected and treated,
the location of such work shown by road or street name or by
pole numbers, the dates of performance of such work, together
with any pertinent information needed to properly describe or
measure the work performed.
17. As full consideration the Owner agrees and shall pay the
Contractor for properly authorized completed work at the rates
set forth in the attached Bid Request. It is mutually agreed
that these rates include wages paid, insurance, paid holidays,
taxes, supervision, hand tools, equipment operation cost,
maintenance cost, depreciation, employee transportation,
claims, overhead, and any other associated labor or equipment
cost, and profit. It is mutually agreed that these rates do
not include or provide for any payments for permits authorized
by the Owner, or for any fees authorized by the Owner.
18. Payment for such work shall be made by the Owner within a
reasonable time after the presentation of monthly invoices,
subject to the approval and acceptance of the work by
designated representatives of the Owner.
19. This agreement shall be effective until terminated by either
the Contractor or the Owner giving the other party ten days
written notice. Such cancellation shall be effective at the
expiration of such notice.
20. The purpose of the agreement is to establish and set forth
responsibilities, obligations, agreements, rates, and to place
liability on the Contractor to the fullest extent legally
proper. This agreement itself does not authorize the
Contractor to perform any work for the Owner, but until
cancelled or properly amended shall cover and be considered a
part of any and all work orders which may be issued to the
Contractor by authorized representatives of the Owner. This
agreement cancels and supersedes all prior agreements now in
effect between the Contractor and the owner.
21. Contractor hereby assigns to purchaser any and all claims for
overcharges associated with this contract which arise under the
antitrust laws of the United States, 15 U.S.C.A. Sec. I et seq.
(1973).
r._s
BID # 9674
22. This agreement and its exhibits evidence the entire agreement
between the parties, and no modification thereof shall be
effective unless evidence in writing and signed by the parties
hereto or their duly authorized agents.
23. This agreement shall extend to and be binding upon the
successors and assigns of the parties hereto, but may not be
assigned by the Contractor except with written consent of the
Owner.
IN WITNESS WHEREOF: The parties hereto have executed this agreement
in duplicate originals this day and year first above written.
OWNER
CONTRACTOR
ITY OF D NTON - Osmose od Prervin9 Inc.
BY. BY:
~FUYU RRELL
TITLE: CITY MANAGER TITLE: Regional Manager
ATTEST:
Chafft late A en, City/ Secret y
APPROVED AS TO FORM:
Q-~l~1Gt~ Lnrz~C~~ .
City Attorney
BID # 9674
PERFORMANCE BOND llxo 31 87 09 3
STATE OF TEXAS I
COUNTY OF
KNOW ALL MEN BY THESE PRESENTS: That osmose wood
Preserving, Inc. , of the City of Buffalo
County of Erie , and State of New York
,
as PRINCIPAL, and Insurance Company of North America
, 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,
Texas as OWNER, in the penal sum of
Forty Thousand and no/100 Dollars 40,000.00 )
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 11 day of December 1986 for the con-
struction of
BID# 9674 - INSPECTION TREATMENT AND REINFORCEMENT OF UTILITIES POLES
IN THE CITY OF DENTON
which contract is hereby referred to and made a part hereof as fully and to
the same extent as if copied at length herein.
NOW9 THEREFORE, the condition of this obligation is such, that if
the said Principal shall faithfully perform said Contract and shall in all
respects duly and faithfully observe and perform all and singular the cove-
nants, conditions and agreements in and by said contract agreed and cove-
nanted 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
PB-I
-BID 9 8574
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 DENTON County, State of Texas.
Surety, for value received, stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract, or
to the work performed thereunder, or the plans, specifications, or drawings
accompanying the same, shall in anywise affect its obligation on this bond,
and it does hereby waive notice of any such change, extension of time, alter-
ation or addition to the terms of the contract, or to the work to be per-
formed thereunder.
IN WITNESS WHEREOF, the said Principal and Surety have signed and
sealed this instrument this 5th day of January , 19 87
Osmose Wood Preserving, Inc. Insurance Company of North America
i nci pa urety
By By x_41#
Title o,d,¢L sc+~Title Attorney-In-Fact
Address 980 Ellicott St.
Buffalo, NY 14209
Address 1600 Arch Street
(SEAL)
Philadelphia, PA 19101
(SEAL)
The name and address of the Resident Agent of Surety is:
Frank B. Hall & Company
100 Peachtree Street, Atlanta, CA 30303
NOTE: Oats of Bond must not be prior to date of Contract.
PE-2
BID- # 9674
PAYMENT BOND #KO 31 87 09 3
STATE OF TEXAS I
COUNTY OF I
KNOW ALL MEN BY THESE PRESENTS: That osmose wood
Preserving, Inc, of the City of
Buffalo
County of Erie , and State of New York , as
principal, and Insurance Company of North America
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,
TEXAS (Owner), in the penal sum of 40,000.00 )
FORTY THOUSAND DOLLARS AND NO/100 Dollars for the
payment whereof, the said Principal and Surety bind themselves and their
heirs, administrators, executors, sucessors and assigns, jointly and
severally, by these presents:
WHEREAS, the Principal has entered into a certain written contract
with the Owner, dated the 11 day of DECEMBER 19 86
BID# 9674 - INSPECTION TREATMENT AND REINFORCEMENT OF
UTILITY POLES IN THE CITY OF DENTON, TEXAS
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 saif
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
PE-3
Tsui, if 1574
amended by the acts of the 56th Legislature, Regul.ar 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.
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 an this bond,
and it does hereby waive notice of any such change, extension of time, al-
ternation 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 5th day of January , 19 87
Osmose Wood Preserving, Inc.
rrincipai
BY~ >6~
Title:
,Address: 980 Ellicott Street
Insurance Company of North America
Surety
By:
Title: Attorney-In=Fact
Address: 1600 Arch Street
Buffalo, NY 14209
Philadelphia, PA 19101
The name and address of the Resident Agent of Surety is:
Frank B. Hall & Company
100 Peachtree Street, Atlanta, GA 30303
PB-4
BID. If 9674
CITY OF DENTON
INSURANCE MINIMUM REQUIREMENTS
Without limiting any of the other obligations or liabilities of the
Contractor, the Contractor shall provide and maintain until the work is
completed ano accepted by the City of Denton, Owner, minimum insurance
coverage as follows:
LIMITS TYPE OF COVERAGE LIABILITY
1.
WORKMEN'S COMPENSATION
STATUTORY
II.
COMPREHENSIVE GENERAL LIABILITY
Bodily Injury
$300,000
$300,000
Each occurance
Aggregate
Property Damage
$100,000
$100,000
Each accident
Aggregate
III.
COMPREHENSIVE AUTOMOBILE LIABILITY
Bodily Injury
$250,000
$500,000
Each person
Each accident
Property Damage
$100,000
Each accident
A.
In addition to the insurance descri
bed above, the Co
ntractor shall
obtain at his expense an OWNER'S
PROTECTIVE LIABILITY INSURANCE
POLICY naming the City of Denton
as insured with
the following
limits:
BODILY INJURY
PROPERTY DAMAGE
$100,000 each person
$300,000 each accident
$100,000 each accident
$100,000 aggregate
Covering the work to be performed by the Contractor for the City of
Denton.
B. The contractor will furnish the Owner's Protective Policy described
above and execute the Certificate described on the following page to
the City of Denton for its approval. Insurance must be accepted
before commencing any work under the contract to which this
insurance applies.
C1-1
0024b
BID. # 5674
CERTIFICATE OF INSURANCE
THIS IS TO CERTIFY that the following policies, subject to their terms, conditions and exclusions, have been issued by
the company or companies shown below:
THIS CERTIFICATE OF INSURANCE neither affirmatively or negatively amends, extends or alters the coverage afforded by
the policy or policies shown below, nor is it an endorsement making the person, firm or corporation at whose request it is issued an
additional insured on the policy or policies referred to herein.
In the event of any material change in or cancellation of the policy or policies, the company or companies will mall ten (IQ)
days' written notice to the parry to whom this certificate is addressed.
NAME AND AOORESS OF PARTY TO WHOM CERTIFICATE IS ISSUEO DATE: January 5, 1987
REMARKS:
City of Denton Bid 6 9674
Denton, TX 76201
Attn: John J. Marshall, C.P.M.
Purchasing Agent
J
NAME ANO AOOAF 5 OF INSURED:
Osmose Wood Preserving, Inc.
980 Ellicott Street
Buffalo, NY 14209
Insurance Computtt
TYW of Insurance
Polley
Effeatiee
Expiration
LIMITS OF L1A81UTY•
Number
Ogee
D
Date
Insurance Compan
WorkmeWsCaniganiotion
Statutory
of North America
and
SCFC28207128
1/1/87
1/1/88
Employers Liability
Employers Liability Limits-5200,000
Compeeherrsive
Bodily Injury
Insurance Compan
GertaralLiability
ISLGO9717663
1/1/87
1/1/88
of North America
5 * Each Occurrence
* Aggregate Products
S & Completed Operatic
Property Carnage
5 * Each Occurrence
S * Aggregate Ooerations
S Aggregate Protective
S * Aggregate Contractual
* $1,000,000 Co
mbined Single Lim
t - Bodily Inj
ry & Propert
Damage
* Aggregate erollucts
i
s & Completed Operatic
Insurance Compan
CarriprehertaN
Bodily injury
of North America
Autotnpbtie Liability**
ISA1702
1/1/87
1/1/88
S Each Person
S * Each Occurrence
Property Damage "
* $1,000,000 C
mbined Single Lim
Lt - Bodily Inj
ury & Property
Damage
$ * Each Occurrence
~bve ice of any appropriate entry mans no such insurance is in force.
:wets all ovvrted, non-owned car hired vehicles
NAt2 AND ADDRESS OF AG=CT
Frank B. Hall & Company
100 Peachtree St., NW
Atlanta, GA 30303
404/688-5323
I
INSURANCE COMPANY OF NORTH AMERICA, PHILADELPHIA, PENNSYLVANIA
GENERAL LIABILITY POLICY DECLARATIONS
GLP76 54 59
Named
Insured City of Denton
901-B Texas Street The Named Insured is:
Address Denton, TX 76201 ❑ Individual ❑ Partnership ❑ corporation
❑ Joint Venture ❑ (Other)
L
12:01 A.M., standard time at the address
Policy Period: From January 2, 1987 to January 2, 1988 of the Named insured as stated herein.
Occupation:
Audit Period: Annual, unless otherwise stated
The insurance afforded is only with respect to such of the following Parts and Coverages therein as are indicated by O. The limit of the Company's liability against each
such Coverage shall be as staled herein, subject to all of the terms of the policy having reference thereto.
LIMITS O
F LIABILITY
COVERAGE PARTS
Bodily Injur
y Liability
Properly Dam
age Liability
each occurrence
aggregate
each occurrence
aggregate
❑ Comprehensive General Liability Insurance
❑ Owners', Landlords' and Tenants' Liability Insurance
❑ Structural Alternations, New Construction, Demolition
❑ Manufacturers' and Contractors' Liability Insurance
❑ Independent Contractors
❑ Completed Operations and Products Liability Insurance
❑ Contractual Liability Insurance
® Owners' & Contractors Protective
❑ Liability Insurance
$100,000
$300,000
$100,000
$100,000
Personal Liability
Personal Medical Payments
❑ Comprehensive Personal Insurance
each occurrence
each person
each accident
❑ Farmer's Comprehensive Personal Insurance
$
$
$
Physical Damage to Property
Animal Collision-Farmer's Part Only
$ each occurrence
Market Value not exceeding $300 each animal
each person
each accident
❑ Premises Medical Payments Insurance
$
$
each person aggregate
general aggregate
❑ Personal Injury Liability Insurance
$
$
Endorsements attached to policy at inception:
GL-109(OCP)25M
During the past three years no insurer has cancelled insurance, issued to the named insured, similar to that afforded hereunder, unless otherwise slated herein:
TOTAL ADVANCE PREMIUM ► $ 100.0 If the Policy Period is more than one year and the premium is to be paid in installments, premium is payable on:
Effective Date $
1st Anniversary $
2nd Anniversary $ Countersigned By -
Aulhorized Agent
This Declarations and Coverage Pettis). with Policy Standard Provisions and Endorsements, if any, issued to form a part thereof, completes the above numbered policy.
GL 177 Printed in U.S.A.
OWNERS' AND CONTRACTORS' PROTECTIVE LIABILITY INSURANCE
-
•
"i.COVERAGE PART vrur;f) •r,.
,l.u rlllr,.,. - ,.,nRVPa9 .
• ,r - r . .
I'... .,1: .r : q. .1 . ~,1 11;r: 4.IF'I!rv1 i „1T
I ADDITIONAL DECLARATIONS
,
Policy No.'' ' GLP765459
.
, !T „R
Designation of Contractor Osmose Wood,Preserving,,Inc.
' Buffalo
NY 14209-2398 "`1' `''I°'''°'
~''1
980 Ellicott Street
,
,
,
Mailing Address
Location of Covered Operations Denton, Texas
,r , ,-I I 1"Iq1 9L9Un '(r'i!'!1 ]Iris
~
r e , -~I
IV ' .1 b~ 9 . , ' ~t',n • 4,1::'r.,r?4 udl ld bElii+-,n!; 1,
® Check here if the following provision is applicable:' o:q 1.1 ;win', a rd o'
• The person or organization designated above as the Contractor has undertaken to pay the premium for this policy and, shall be, entitled. to receive,any~return
' • premiums, if any, which may become payable under the terms of this policy. - T''l'~• " '
„ „~,;,,an;,
SCHEDULE
.
COVERAGE FOR, OPERATIONS OF DESIGNATED CONTRACTOR
Code - D
i
ti
ti
f O
i
B
P
Bates
Advance Premiums'' "
p
escr
on o
pera
ons -
No
'
rem
um
ases
i
D
P
.
&I. P.D.'
Bodily
njury
amage
roperty
Cost
Per $10
0of Cost
-•I' _ r.,11.,
!~lu:.,,,',;1i.
16292 Construction Operations I'.
i-.
:3.; • --I:
Owner.-,(nob railroads)' :
$40,000'
.148'
.049'
11'$59
1,0$50,MPI,
I
•
~
I
„ 1 r ,
i .I ~ . ~ I .
r
1 ~
. ,
I., „I -
•Ina+•, Yhct•,;^,
d,; +l ..l , r
r
,,II .6 h4'q
L 1'I: ''I" r^.'I
;Ij ni vi lupapt (D
.1,1'., q^1~•d
l'
'1
x'
~
1
'
i9~
,
rvd'.„r.•U
~d:J`11.b!Id
''-,1t)tlIIICGl Oiii,U)
'9UIIJ!13q 1~,0.'/{fl
1, v 1
1
6, •
:
l
•.i
•
r 1 r , Ir; r P, f 11£ X 'Y;
'I
~
~
'
u
L] I , I
~
~
Ii^':
I:', r. 'd 9
~
•
~h"pti~'(il:n`•IIn
i0 (tl%h",1j~od -`)i 2,
~
•
. ,
,1 .d
,I
I"1'
'3" r
..nr
.
4rl:L
'r , .
,
•1; I ; u
Yq^
'
~I i `J C^
lt,li!tr • 0~ .
,r, ;r
~
~
1 (11'1
1 jlbne'
YF. YI`L,:.I (
UI)J'y:'.k 'I,
,.J~'11Ui '1dt
!'~'in
' 1n• ~tiu 1.
l
aarl
rill `11
1r lu.1 rat z
mfa !s w
q „
n» isn:o"r:ni nF
"1
- 01, .~,1
,L y1'^~l!Ill
•
~
1 rwlnl y'^h,'J al l;l
qi ny.~ fl
1
n •1
''111~ap1
L
lll
`
-IIOULI'IQ') :,99hd
' ~ 1 .1 l '1 1 „'r 1 - ']II li II , I 1
,
1.
'I
i Y
ti^' il~,' li
Ql(I lll
1 fli
Vlle I"1 !_et
to „ „
,
r• Ir:
rpe m TO
•rns ni 1_
. ':I' n.,,1'I 1 m r • 1,1r 1 1 :)1' ^ . !1,11 ,
. ^1`
.1 - n .1.
•ml',,,r8
:1:; .a 110,101:01
sd! 111 )u ",t;mJo
il'✓
:dlfw)-,wt 111v
Y'D
1'H1111i
1
y 'l'I:
.9
r-r 11 „Il
) ll..) g„r.
ny°m,t pl le'1 `18
~
Y!d,ai glib^r of ;i
.
1
.
1.-lit a .fir
l
.Y =?91Pt i
" .%I ,j
9115:119 t9 J'f. '
rp.. Yl 1 ritl ! 1 ril" y'lg vl .-1 tl 1
1.-I,d'oq r
_I! c,;' m
t
li ie.}115; le'~
ti,,Iv916P, niy,
' ,0"26'; Ir] ]I:ID:ai
11.1.1 v.
.,d 4*,w
y!Iri
1-,aw ytl=
e,9;Iq• :0,, .L1
.hmll nn^,e to atni
Minimum Premium(s) B.I. - $50
TOTALS
$ 59
$ 50
P.D. - $50
TDTALADVANCE PREMIUM ll~ $ 109
When used as a premium basis, the word "cost" means the total cost to the Named Insured with respect to operations performed for the Named Insured during
the policy period by Independent contractors of all work let or sub-let in connection with each specific project, including the cost of all labor, materials and
equipment furnished, used or delivered for use in the execution of such work, whether furnished by the owner, contractor or subcontractor, including all fees,
allowances, bonuses or commissions made. Paid or due.
(Over)
4L-109 (oeP) 25M Printed in U.S.A.
V111141H Itfx al, (`4015( l} 1 , F r p , 1f ~ . f+i 1, 1 SiIA '9r; r;- I ir~,l 1{'
j~(~Fllr-,ell Yjf (les'4 . ;>~j ~Si cl,
1. COVERAGE A-BODILY INJURY LIABILITY TI: 'I ri i "this; exclusion does not apply if such discharge, dispersal, release or escape is
COVERAGE B-PROPERTY DAMAGE LIABILITY sudden and accidental;
The Company will pay on behalf of the Insured all sums which the Insured shall Sl) to loss of use of tangible property which has not been physically injured or
become legally obligated to pay as damages because of Pill , t ,,,;l,al destroyed resulting from
r
A. bodily injury or (1) a delay in or` Pack of performance by or'-on' behalflof the Named Insured of
B. property damage any contract or agreement, or
to which this policy applies, caused by an occurrence and arising out of (1) opera- (2) the failure of the Named d's products work performed by or on
lions performed for the Named Insured b the contractor designated in the behalf of the Named Insured ed to to meet the level performance, quality,
P Y fitness or durability warranted or represented by the he Named Insured;
declarations the location designated therein (2) acts omissions s , the
Named Insured d in connection with his general supervision of such operations, and but this exclusion does not apply to loss of use of other tangible property
the Company shall have the right and duty to defend any suit against the Insured resulting from the sudden and accidental physical injury to or destruction of
seeking damages on account of such bodily injury or property damage, even if any the Named Insured's products or work performed by or on behalf of the Named
of the allegations of the suit are groundless, false or fraudulent, and may make W Insured after such products or work have been put to use by any person or
such investigation and settlement of any claim or suit as it deems expedient, but - organization other than an Insured. _ _ - ~r,n~r~3 ro n>ns•::;'^•'~i
the Company shall not be obligated to pay any claim or judgment or to defend any ,
suit after the applicable limit of the Company's liability has been exhausted by pay , II, PERSONS INSURED,' n•r 1-tT°I (JR ' q_i.; ;r:•rs"
ment of judgments or settlements, - - - - - - - - - -
Each of the following is an Insured under this policy to the extent set forth
Exclusions below: ,.y.;,:~.'.
This policy does not apply: - (a) if the Named Insured is designated in the declarations as an Indluldual, the
person so designated and his spouse;
(a) to liability assumed by the Insured under any contract or agreement except an
incidental contract; but this exclusion does not apply to a warranty that work (b) if the Named Insured is designated in the declarations as a partnership or joint ,
performed by the designated contractor will be done in a workmanlike manner; venture, the partnership or joint venture so designated and any partner or
member thereof but onlywith respect to his liability as such;
(b) to bodily injury or property damage occurring after
(1) all work on the project (other than service, maintenance or repairs) to be (c) if the Named Insured is designated in the declarations as other than an indi-
("'performed by or on behalf of the Named Insured at the site of lhe.coveredI end vidual, partnership or joint venture, the organization so designated and any
operations has been completed or executive officer, director or, stockholder thereof, yvhile,agting within,the, scope
(2) that portion the designated contractor's work out of which the injury of his duties as such; and
or damage arises has been put to its intended use by any person or organ;- (it) any person (other than an employee of the Named Insured) or organization while
zation other than another contractor or subcontractor engaged in perform-, acting as real estate manager for the Named Insured.
ing operations for a principal as a part of the same project; : , . ; , : , . , I :1:'00, 'IS, ; ,
(c) to bodily injury or property damage arising out of any act or omission of the Ill. LIMITS OF LIABILITY
Named Insured or any of his employees, other than general supervision of work - Regardless of the number of (l) Insureds under this policy, (2) persons or organi.
performed for the Named Insured by the designated contractor; ! zations who sustain bodily injury or property damage, or (3) claims made ar suits
(d) to anobligation for which the Insured or any carrier as his insurer maybe 'brought on account of bodily injury or property damage, the Company's liability is
any Y limited as follows: - -
held liable under any workmen's compensation, unemployment compensation
or disability benefits law, or under any,similar law; ' Coverage A-The total liability of the Company for all damages, including dam-
(e) to bodily injury to any employee of the Insured arising out of and in the course ages for care and loss of services, because of bodily injury sustained by one or
of his employment' by the Insured or to any obligation of the Insured to indem- more persons as the result of any one occurrence shall not exceed the limit of
nify another because of damages arising out of such injury; but this exclusion bodily injury liability stated in the declarations as applicable to )'each occurrence."
does not apply to liability assumed by, the Insured under an incidental contract; Coverage B-The total liability of the Company for all damages because of all
(f) to property damage to I ! property damage sustained by one or more persons or organizations as the result
(11 owned or occupied by or rented to the Insured, of any one occurrence shall not exceed the limit of property damage liability stated
property in the declarations as applicable to "each occurrence."
(2) property used by the Insured, ! Subject to the above provision respecting "each occurrence," the total liability
(3) property in the care, custody or control of the Insured or as to which the of the Company for all damages because of all property damage to which this
Insured is for any purpose exercising physical control, or ; coverage applies shall not exceed the limit of property damage liability stated in
the declarations as "aggregate." If more than one project is designated in the -
(4) work performed for the Insured by the designated contractor; schedule, such aggregate limit shall apply separately with respect to each project.
(g) to bodily injury orlproperty damage due to war, whether or not declared, civil Coverages A and B-For the purpose of determining the limit of the Company's '
war, insurrection, rebellion or revolution or to any act or condition incident to liability, all bodily injury and property damage arising out of continuous or repeated
any of the foregoing, with respect to (1) liability assumed by the Insured under exposure to substantially the same general conditions shall be considered as aris-
an incidental contract, or (2) expensts for first aid under the Supplementary ing out of one occurrence.
Payments provision of the policy; I I '
(h) to bodily injury or property damage arising out of (1) the ownership, mainte- IV. ADDITIONAL DEFINITION
nonce, operatlonany , use, loadi prearranged ng or or organized unloading of racing, any speed or mobile demolition equipment
When used in reference to this insurance (including endorsements forming a part
contest while
ing
to e used in of the policy(:
or in any stunting activity or in practice or preparation for any such contest or
activity or (2) the operation or use o~ any snowmobile or trailer designed for "work" includes materials, parts and equipment furnished in connection there_
use therewith; I with.
(i) to bodily injury or property damage'arising out of the discharge, dispersal, V. POLICY TERRITORY
release or escape of smoke, vapors, soot, fumes, acids, alkalis, toxic chemicals,
liquids or gases, waste materials or other irritants, contaminants or pollutants This policy applies only to bodily injury or property damage which occurs within
into or upon land,! the atmosphere or, any water course or body of water; but the policy territory.
uparu.d,
rr`i
, ~ , ~m .nl ~ , ~ : l,o, ~ r' ~ . ..i I,. ~ i 1. CP,. n ~ "i , a" . ruioro • a. , ;e .:g.4 •
I n; ~ i i i.,, ~ ~ (•I i 'nu, r ,I r: u , . ~ ah • , :.I lot i ~ h ..r..oi ~ ~ P•i~.-
,d N1111 W ~4nbit .7 2Jq,,nCl;
a,C ('I np c a
310 NUMBER 9674 BID PROPOSALS Page 2 of 23
1. Pole Inspection and Groundline Treatment as per
specifications.
A. Treated Pole (includes C, below)
$
13.67
B. Rejected Ple (includes C, below)
$
12.93
C. Reported Ple
$
.98
0. Shigometer inspection (includes C, above)
$
3.40
E. Hollow Heart Internal Treatment (as required)
$
6.04
F. Fumigant Treatment (as required)
$
8.03
G. Treated Reject Ple (includes C, above)
$
14.36
H. Work Summary (per treated/rejected pole)
$
.04
Pole Reinforcement
A. Reported Pole
$
17.00
Oamse inspected within
B. Rejected Pole for Reinforcement: twelve (12) months
$
N/C
1. Other
20.00
*C. Reinforced Pole
$
Size Price Each
Reinforcer Reinforcer
711 x 10' $ 212.00
8 5/8" X 12' $ 240.00
8 5/8" X 13' $ 256.00
9 5/8" X 13' $ 300.00
Remove Concrete and Replace With Speedcrete 23.00
Remove and Not Replace Steps 13.00
*Add $ 21.00 per reinforcer for poles which are 100 feet or more from a
public road.
We quote the above f.o.b. Denton, Texas. 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 constitutes a contract.
P. 0. Box 761 0 W d eservina, rnc.
M wling address eidder
Waxahachie, Texas 75165
city state ZIP sirstu e
214-923-1798 Regional Manager
Telephone Title
dID NUMBER 9674 BID PROPOSALS
NOTE:
Page 2A of 23
Quote unit prices on labor, material and equipment for performing
inspection and treatment of utility poles for the City of Denton
in accordance with Pole Inspection & Treatment Agreement as per the
enclosed copy for a period of one (1) year. Upon acceptance and
approval of bid, the enclosed agreement to be filled out and executed
by responsible members of both parties. Do not fill in the blanks
or sign any part of the attached Pole Inspection and Treatment
Agreement. Fill out only the information requested on this page;
which becomes part of the Pole Inspection and Treatment Agreement.
All prices quoted are firm for aperiod of one (1) year from date
of bid award. Bidder must quote on all items listed to establish
unit prices. Actual quantities will depend on work orders given
by the Electric Distribution Department and results of on-site
inspections.
The maximum amount of the contract will be $40,000.00.
We quote the above f.o.b. Denton, Texas. 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 constitutes a contract.
P. O. Box 761 Osmos Wood Preserving, Inc.
Mailing Address aWaXaharhip Tpxag 751A9
.11 .1.1 cIty State Zlp &gnetura
214-923-1798 Regional Manager
110.19b 3/86
OSMOSE WOOD PRESERVING, INC
EXHIBIT "B"
ADDITIONAL INFORMATION AND EXPLANATION IN REGARD TO CONTRACTOR'S
INSPECTION AND GROUNDLINE TREATMENT
Pole Owners should be entirely aware that the present art of
inspecting the groundline area of standing poles is not perfect
and that there is no known equipment or method to make it so. In
addition, there are variables affecting fungus decay over which the
Contractor has no control and these would include the species of
timber involved, the effectiveness or lack of same of original
treatment, soil and climate conditions, "brash" or brittle wood which
lacks required strength but is not always able to be detected by any
known field methods, as well as insect attack occurring or resuming
after time of inspection and/or treatment. For these and similar
reasons 100% perfection is not always possible even with highly
trained professional inspectors.
Contractor cannot in any way assume responsibility for damages
caused by any factors or variables outside of its control, or shortly,
there would be no pole inspection contractor. More specific data
follows which should be made known to all pole owner management and
passed along to all personnel who climb its poles.
1. Definitions
A. Groundline Area - That area of a standing pole 1 1/2 feet
above and 1 1/2 feet below ground level which is normally the earliest
point of maximum pole decay.
B. "Reject" Pole - A pole containing defects rendering it
subject for replacement or reinforcement.
C. "Danger" Pole - One inch or less of sound outer wood, or
equivalent strength, remaining. Calls for immediate replacement or
reinforcing from the timber strength standpoint.
D. In-Place External Treatment - Preservatives are designed to
decrease the frequency of future inspections by minimizing future
decay of the outer shell (wherein 90% of pole strength resides).
Inspection and treatment cycles are established by individual Owners
but normally they are eight years in the southern portion of the U. S.
and ten years in the northern portion and Canada.
E. Internal Treatment - Various preservatives and/or fumigants
are utilized where internal decay or voids are discovered by
inspection. They are usually effective, but not perfect principally
because the extent of internal decay cannot always be properly
evaluated in that it is unseen.
2. Inspection Methods:
The primary groundline inspection methods follow along with
observations as to the experience of Osmose and its affiliated
inspection companies in regard to their reliability. Some or all
apply to any given contract depending upon the conditions or the
Owner's instructions prevailing. The Owner also determines the
frequency of inspection and/or treatment.
A. Visual Inspection From Ground Level - This method is intended
to locate only readily visible gross defects such as split
tops, burns, lightning strikes, etc. consequently, it
provides minimum reliability.
B. Electronic Sonic Inspection - Based on its follow-up over
many thousands of poles in different parts of the country by
full-excavation inspection (E, below) it is the experience of
Osmose that pole inspection by sonic equipment is not as
accurate as Sound and Bore described below.
C. Sound and Bore - This method involves utilizing a sounding
hammer around the pole from ground level to about 8 feet
above without excavation, followed by one or more borings at
groundline. It is not reliable but is frequently specified
by owners for poles set in pavement where excavation is
impractical or as a quick and inexpensive method to attempt
to cull out the worst poles. It can miss as much as 50% of
the Rejects and there is the possibility of missing Danger
poles, particularly when the decayed area is below ground
level or if the inspector's drill does not contact hidden
vulnerable areas.
D. Partial Excavation Plus Sound And Bore - The major three
subdivisions specified by Owners in this category are:
1) Pushing earth to depth
two or three locations
making one or more bor
2) Extracting one or more
inches at three points
and making one or more
of 4 - 6 inches away from pole at
prior to observing, sounding and
ings.
shovelsful of dirt to a depth of 6
prior to observing, sounding
borings.
3) Excavating to a depth of 8 - 10 inches around the
complete perimeter of the pole prior to observing,
sounding and making one or more borings. If critical
decay is then suspected, full excavation to 18 inches is
performed and the pole is then either rejected or
treated.
Either of the first two of the above subdivisions can be expected
to identify 80 - 90% of the Rejects. While Contractor may not mark
poles so inspected, pole owners should realize that climbing personnel
are often aware that these poles have been "inspected" and it is
recommended they know that such inspection methods are not fail-safe.
The third subdivison described above (excavation around the
complete perimeter), is normally effective in identifying decay but
possesses an important liability unless treatment of the exposed wood
is specified by owner because the addition of air and moisture to the
new backfill sets up conditions more favorable to decay than if no
excavation had occurred.
E. Eighteen Inch Excavation Plus Sound And Bore, Plus Treatment -
This inspection procedure also includes treatment and therefore
avoids the problems resulting from soil disturbance described in 2.1),
above. It constitutes the most thorough method available but is
nevertheless not perfect because of the variables previously discussed
and because obstructions such as rock, adjacent buildings and other
obstacles sometimes prevent "full" excavation and/or treatment with
respect to depth, circumference or both.
3. Treatment:
The nature and extent of treatment work is specified by the Owner.
A certain number of the poles treated will only just meet the Owner's
specifications for treatment rather than rejection. Most of these,
after treatment, will afford satisfactory continuing service but the
owner should be aware that a small percentage may become Rejects prior
to the next inspection cycle.
DATE December 9, 1986
CITY COUNCIL REPORT
TO
Mayor and
Members
of the City Council
FROM
Lloyd V
Harrell,
City Manager
SUBJECT
BID# 9675
- POWER
RESCUE TOOL SYSTEM
RECOMMENDATION We recommend this bid be awarded to the lowest bit meeting
specification of Sunfire Apparatus in the amount of $12,258 00
SUMMARY This bid is for the purchase of a hydraulic power rescue
tool for use by the Fire Department
The lower price offered by Russell Brothers is for a heavier
unit with less pulling force and a smaller spreading capacity
BACKGROUND Tabulation sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
Fire Department
FISCAL IMPACT
1986/87 Budget Funds ACCT# 100-060-0051-9104
Fire Dept Capital Improvements Vehicles & Equipment
Respectfully submitted
Lloyd V Harrell
City Manager
Prepared by
Name Tom D Shaw, C P M
Title Assistant Purchasing Agent
Approved
J
Name John J Marshall, C P M
Title. Purchasing Agent
I I
~ m ee o
1 I
1
i
s rt m
1 1
Z cf
1 I
~ y
I
V
m
r
r+
N
r
r
I r't I
I I
1
I
x.
- a
~
x
x
1
I 1
r T d
f
~
a
~ ^g V
vc
b
C
1 I
~
rt1
m
m
m
'
I i
hJi A~
s
r
r
r
r
-1 1
a
ti
N
t
I
1 nt I
a In x}
.y
a}
cn
~
I a 1
0n
v}
'
~
n
i o l
~
ti n
_t
~
i
v}
I m
N c
r
~
rt
$1
S
?tl
2r
~ i
I
'
i
+
m
f
P T O
a r
a}
I 1
=
m
i Z i
i
I I
3
O
y
I Z' 1
I la I
C
_
1 O 1
1
I 1
I I
.r
lio
n}
L}
N
no
s
i z i
z
~
N
~
y
N
~
I 1J I
'n
d
~
1
~
m
Iy
9
I
I 1
_
1 I
rtl
C
I~ i
m z~ s
1
1 C 1
T11
h}
(wI
H}
1)
A
1 m 1
I 'L 1
O G
-1 -1 Il}
[
A
Oi
m
W
r
1 O 1
m nt
~
n1
~
4
~ I
Uyl VI
v
(JI
N
fJl
1)
N
I I
U
m
U
m
U
U
1
I i
I c l
9 O qr
r m~~
N
N
I+I
I rtt I
o r
U1
P
O
ly
+I
1 C i
m
9 1 1 S
ry.
y
.O
1}
J
t
1 O I
m
m
?
r r
N
a
a
m
I a} I
x x. x
n w r
~
m
"
m
i i
^t
r
s
`
1
m
1 A' 1
I ~ 1
1 O I
I 9 I
i
iATE December 9, 1986
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM
Lloyd V
Harrell,
City Manager
SUBJECT
BID# 9676
Modular
Computer Room at Power Plant
RECOIRIENDATION We recommend this bid be awarded to the low bidder W W Cannon Co
of Dallas for the total amount of $20,933 00
SUMMARY This bid was sent to several prospective vendors We received three good
reliable bids W W Cannon Company is the low bid an for the complete project
This room is for the Computer Controls at the Power plant and must be constructed
as such with a raised floor sound deading and insulated walls This bid includes
everything including electrical wiring, except air conditioning and if required
floor covering
BACKGROUND Tabulation Sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED_ Electrical Utilities Production & Distributior
FISCAL I1TACT Budgeted Funds 610-080-0251-9213
Respectfully submitted
Lloyd V Harrell
City Manager
Prepared by
Name rshall
Title Purchasing Agent
Approved
Name John Marshall
Tjt)e, Purchasing Agent
u
I I
x J Ip rp
I 1
n ro
c
1 1
1 i
n T d
I~ m
1 I
I I
-1 w
Y O
~ -1
r
1 I
r. r
1 a<J 1
m
1 I
1 1
1 1
I
~ ~ aJ
K
1 1
Rl
J V
r
I 1
vJ x
r
I m l
m u xJ
P
S
1 I-f I
OJ
b
n
I m l
s ~J
i n i
C
~
I m
G
I C I
N A T
-1
1 'IJ
✓ 'p -'O
W
~J
I
~
b 1
1~
U
I Z 1
Z
1
t
~
1 1
1 1
_
1
I
I
U
1
I
I
aJ
T
1
i
Y
~ 3
O
p
r
J
4 C9
rn
i
x
as
i
r.J
1 1
1 1
_ _
i i
Q.
N
1 < 1
rJ
`
1
a
I m l
I p 1
x s
O 2
.p
~
oe
m
1 1
1 1
1 1
_ _
1 I
rJ
o
r J
1 < 1
0
1
w
i Z i
^ r
ra
te
r s
n °
a
-
i aJ i
m
uJ
y
1 1
1 I
aJ
1 I
t
1 m 1
1 r 1
1 CJ I
1 r I
1 1
1
DATE December 9, 1986
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID# 9677 - POLICE PATROL SEDANS
RECO191ENDATION We recommend this bid be awarded to Bill Utter Ford in
the amount of $12,193 00 each for 18 sedans Total bid package $219,474 00
SUMMARY This bid is for the purchase of eighteen (18) Police Patrol
Sedans Six units are motor pool replacements and 12 units are additions
to the fleet The motor pool replacement units are normal annual replacements
The fleet addition units are for continuation of the "assigned office program "
Bids were solicited from four qualified local bidders Chester Morris Chrsyler
Plymouth and Dave Krause Dodge were forced to "no bid" due to Chrysler Corporation
relocating their rear wheel drive assembly plant Trianale Chevrolet chose
not to reply to our bid solicitations for unexplained reasons
BACKGROUND Tabulation sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
Motor Pool and Police Deaprtment Operations
FISCAL IMPACT 12 units will be funded through a lease/purchase agreement
to be prepared for Council action at a later date 6 units will be funded in a
combination of Motor Pool funds $47,913 00 and 1986/87 Budget ACCTN 100-070-0043-Q104
in the amount of $25,245 00
Respectfully submitted
Lloyd V Harrell
City Manager
Prepared by
Name om Shaw,-
Title Assistant Purchasing Agent
Approved
1 ~
Name John J Marshall, C P M
Title, Purchasing Agent
i
1
I
i
1
I Rl
R] I -1
1
x c IxJ rt
c J t
J n+ r G
s a
ei r
m
1 I
V ^lJ
~
~
l)
1 1
!
ti
1 1
m
)
!n
I 3 1
C` JJ
(J
1 I
I G I
m
G
x
I m l
~a s
zi
i °ri i
m vJ
o
yJ
r
I I
I ~J I
t)
Z
G
JJ
1 -1 I
s
1 x
s
i
a
J
I
r
I < I
~
r
i O i
G A
r'
n'
S
'
l
'A
.II
C
W
I
.O I
1
01
U'
m
1
l
O
~ 1
I 1
1 1
G
I T I
1
' S)
X I
G ~
~
G
I CJ 1
l a l
1 1
G UJ nl
m m
I 1
i i
I 1
I m 1
1
m
x
IT
I G
~
O
I O 1
G UJ
r
<
1 'A 1
1 I
r r
n+ m
I I
~
i c i
s 7J rJ
ISf
I G 1
~J uJ
e
i ~ i
~ v) rt+
I 1
JA
i
i
t 1
I IT 1
I C
J I
p
1 T I
1 1
I
_ _
_ATE December 9, 1986
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID# 9678 - PICKUPS AND ONE TON CHASSIS
RECOMMENDATION We recommend this bid be awarded to the lowest bidder meeting
specification as listed below
ITEM UQ AN DESCRIPTION VENDOR PRICE EXTENDED PRIC
1 NOT TO BE PURCHASED AT THIS TIME
2 5 ton SW8 pickup ave Krause Dodge $ 9,049 00 $45,245 00
3 9 j ton LWB Pickup Dave Krause Dodge 9,149 00 82,341 00
4 4 3/4 ton LWB pickup Dave Krause Dodge 10,387 00 41,431 20
5 3 1 ton Cab/Chassis SWB Dower GMC 10,797 67 32,393 01
5a 2 1 ton cab/chassis LWB Dower GMC 10,895 34 21,790 68
6 NOT TO BE PURCHASED AT THIS TIME
TOTAL BID AWARD - $223,200 89
Dave Krause Dodge total award - $169,017 20
Dower GMC total award - 54,183 69
NOTE Due to the specific uses by some departments a variety of optional
equipment will be added to some vehicles None of which is significant
dollar value to alter the low bid recommended award
SUNMAR: Y This bid is for the purchase of 23 pickups and one ton
chassis for use by the City of Denton Five units are fleet additions for
Water and Sewer (1), Electric Distribution (1), Electric Metering and Sub
Stations (2), and Wastewater Treatment (1) The other 18 units are motor
pool replacements
BACKGROUND Tabulation Sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
Motor Pool Fleet and the various using departments
FISCAL IMPACT
This purchase will be funded from Motor Pool funds and
budget funds from the various using departments
Motor Pool - $114,998 48
86/87 Budget- 108,202 41
Respectfully submitted
Lloyd V Harrell
City Manager
page -2-
December 9, 1986
BID# 9678
Prepared by
Name Tom aw,
Title Assistant Purchasing Agent
Approved
Name John Ffarsha l
Title Purchasing Agent
n JI > cl N w i
1 1
1 Iv I
r L.11 ~ ~ N r I K I
1 1
s ~ m v
f) RI b of
O 1C
R1 Y ~
ti H
nl. r
m
_
r
W
r
r
r
i ~
r u p)
~ s
-1 G Y
1
~1
-1
~ I
ti S
X
G
~
T
1'
P N
T SJ
n
~
13 1
~
C)
[7 t)J
~
r
n
T
r
T
r
)
r
o
I Cf 1
I m l
N
y
c
i
I<
N
)
til
V
)
i i
~ R
A
6 fC C
i]
ti
N
•
m
1 1
Z
C
q S
'
R)
nl
1
m V)
1
m
1
1
3 S
r
-v
v
~
I C I
i
G
c
r
~
C
I S' 1
1 1
Vl
u'
1 I
ly
Fy
y
I I
r
n I 6f
181
n
O
m
1 K I
1
1
ti
C
~
r
.
Z'
I
O -
Ly
V ,p
41
C11
.n
V
1~ I
G m 1
A
2
C.11
p
?
Vi
6I
0i
~ ~
~
N
m
G
G
~
w
i I
tp ®
i
0
T
9
I I _
M
1 1
UI
6i
r
b
`V
`J
G
G
m! V
P
1
n
I 1' 1
f 1
fn
3 9'
C'1 f
L'
~,/I •ll K]
41
vl
~
V
UI
m
1 O 1
A
9
N
V V
IX
of
d
A
a
r)
'
it V
+l
1 I
I I
1 I
1 I
y
~ i
s
s
m
i
)
.K
I
-m-1 m
~
I 1
I 1
I 4 I
F+
r
y
.p I
V
41
CL
IX)
I Cf 1
Cf C <
,
G
N
Z
9
1y
~
I I
V]
m RL
~
IID
)
9
I
I
_ _
I 1
1 I
1 ITI I
1 2 I
I G I
I o 1
1 A
I 1
1 1
JATE December 9, 1986
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BIDB 9680 - UNIFORMS FOR CITY EMPLOYEES
RECOIVIENDATION We recommend this bid be awarded to the overall low bidder
for all items rental and/or purchase to Dickie Work Clothes This award at
the prices indicated on the tabulation sheet The low overall total of $70 26
Estimated total usage of $20,000 00
SUMMARY This bid was sent to several vendors in the Denton and Metro-
p ex area We received six bids, three complete and three for sale of items
only The low for both rental and purchase is Dickies, therefore we are awarding
to the tow bidder for all items The uniform policy is in the process of
being rewritten and approved This may change so that some uniform shirts
may be rented and some may be purchased It is the intent of this bid that
all winter coats or jackets will be purchased The award as above should
provide for all items at present Any major changes could require another
bid
BACKGROUND Tabulation Sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
Uniforms for City Employees as budgeted
FISCAL 111PACT
There is no additional impact on the General Fund
Respectfully submitted
Lloyd V Harrell
City Manager
Prepared by
Name John J Marshall, C P M
Title Purchasing Agent
Approved
Name John J Marshall, C P M
TM E, Purchasing Agent
KK
N
F
W
N
1 JM I
n~ D
I
r-} m u cs
_
1 I
I
a a
m l w.
_ _ _
_
_ _
I 1
~2 C.I r
I 1
-1 'N
I 1
I 0 I
4V Y-
I l
I ti 1
1 Y I
1
I
1 I
~
~
N
I
H'
T
~
p
'
F
S
S
T
1
t
ti
1 I
ti~
y
qq
I
W d
'31
n0
Vl
N
V)
N
-l
~
41
'
G
`
P
u
m
I 1
m
1 S 1
[Y1 .Y
O U1
n~
.e.
x
.
x.
I
n
m
m
i+
c
1 I
1
y
q..
rtj
y
n
S
rl
n
-i
I C> 1
GO
m
N
m
c)
x+
r}
v
x
I m I
a)
rn
ut
a
l
N
'Y
-r
r
I 1
1
'
Q S
r 1
N
m
~1
m
m
m
-I
I
O
~
T}
P
O
Y
g
~
Z
1
1
Y
1 O I
u
m i
m
1 I
1 I
I\
n
i
_
a
i m i
m
1 o
rn o
a
i
w
b w
i a i
v) ~
#
m
9
~
U
U
I I
I I
II
C
11
I L
}
I I
I 1
i
~
I m
s
n
l a l
I C! 1
o o
-l T a
1 C) I
S
!
P
l
m f0
f0
N r]
N
+T ~
m
®
4l
b
6
~
N
r3
a
m
w d
Y
~
I I
n
~
r~l
n
e w
®
~
i
I I
I < 1
Y
~i
I m I
g
I 4 I
=l ^
'
1 9 1
L
O
O)
41 Gl
^
S .
N
^
1 1
ll 3.
b
O
4]
Qi SO
1D
1 I
y
N
UI
Qi ®
®
1 I
J
I 1
1 1
~ ~
i
I m
z m
a i
i
1 o I
:s rt
a }
~i
i
nNi
.o w
m
~ I
s m
b
^
)
I 1
O
W
G
ll
N
f
.I
1 N
m
1 1
1 1
I 1
rtTi i
In m
1 a I
I n 1
<
4!
U
!A
r]
N N
L
~
A f
Iw)
rl
I
®
~
~
V
m
IY
B!
d
W
N
l
r
1
N
rA
m
R9
S
m 49
r0
G
l Vl
ll
1 I
I 1
_
I 1
x
1 M 1
N
~
i
T
~
< m
i o
I C I
~ x
r
m
v
W
~
d
m m
s IJ
4,
1 A I
f us
a
'
:
U
I I
m x•
r
a
r~
m
ll
tii c
rn
ti
1! r
n
~ ~
I 1
I 1
1 u^ I
I m 1
1 Y I
I J I
I O I
1 ~ I
DATE Derember 9, 1986
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT 8I0i1 9683 - LIQUID FERRIC SULFATE
RECOIRIENDATION We recommend this bid be awarded to the lowest bidder meeting
specification of FE3, Inc in the amount of $128 00 per ton for the annual
estimated use of 450 tons Total bid award is estimated to be $57,600 00
SUMMITRY This bid is for the purchase of an annual supply of Ferric
Sulfate for use in water treatment at the Water Production Plant The annual
usace is estimatec to be 450 tons and will be ordered on an Ps needed basis
durino the contract period
BACKGROUND Tabulation sheet
memorandum - Jerry Roush
PROGRAMS, DEPART14ENTS OR GROUPS AFFECTED
Utilities/Water Production Division
FISCAL IiiPACT
1986/87 budget funds ACCT11 620-081-0460-8105
Water Treatment Chemical Supplies
Respectfully submitted
Lloyd V Harrell
City Manager
Pr ared by
Name Tom D Shaw, C P M
Title Assistant Purchasing Agent
Approved
1 '
Name John J Marshall, C P M
Title, Purchasing Agent
-
1 1
S n R
' HIV
~ Yf
]
'
_ _
I
I
~
r In M uF
I I
~I U
I I
~ ~
-1
1 1
.w r
i ~i i
m
s n
Ilf Oi
1 < I
i
-
T 41
I
~f
~
I I
fA C N
1
f 1
r) O
1 ~f
Cf
~
[P _
1 nl I
1 Y 1
m
P T
~f
C -r
1 1
n
r
i m i
r
*i o
fu
~
v a
~
I v) I
I n l
m n
m
m r
I A I
m
°
z i
y
1
I I
m
1 I
1 1
i
n R
n
1
i
0
1 of I
a~
a
1 <
rsf
i o i
~ ~
i
i
I r
A
I ? I
3
O
s
P
I f 1
®
i m i
v" c
~
9
I I
)
~
1 1
1 1
I G 1
T1
ry
r
1
Ss
N
I O 1
4~
I 1
_
i
n
i m i
m o o
I x I
s m
O 1
~1 a'1
of
n
i m i
nv
o m
r
,
v
1 I
m
I 1
1 I
1 c 1
I m I
I a I
I a I
1 o I
1 ~ I
I I
i i
uomtt)~
CITY of DENTON
M E M O R A N D U M
o x a a a x x c e e
TO John Marshall, Purchasing Agent
FROM Jerry Roush, Water Production Superintendent
DATE November 26, 1986
SUBJECT Bid Evaluations, Ferric Sulfate
Bid Number 9683
DENTON, TEXAS 76201
Fe 3 Inc has the lowest bid on 450 tons of Liquid Ferric Sulfate and meets
all specifications Utilities/Water Production Division recamtends award of
the contract to Fe 3 Inc
Jerry 6sau^
Water Production Superintendent
JR/ss
cc Dave Ham, Director Water/Waste Water Utilities
N
M
c- 0%
- `Q
Cv
n o
ci