Loading...
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