Loading...
1993-155ORDINANCE NO. -3 AN ORDINANCE ACCEPTING A COMPETITIVE BIDS AND AWARDING A CONTRACT FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City has solicited, received and tabulated com- petitive bids for the purchase of necessary materials, equipment, supplies or services in accordance with the procedures of state law and City ordinances; and WHEREAS, the City Manager or a designated employee has reviewed and recommended that the herein described bids are the lowest responsible bids for the materials, equipment, supplies or services as shown in the "Bid Proposals" submitted therefor; and WHEREAS, the City Council has provided in the City Budget for the appropriation of funds to be used for the purchase of the ma- terials, equipment, supplies or services approved and accepted herein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION I. That the numbered items in the following numbered bids for materials, equipment, supplies, or services, shown in the "Bid Proposals" attached hereto, are hereby accepted and approved as being the best responsible bids for such items: BID ITEM NUMBER NO. VENDOR AMOUNT 1527 ALL Alexis Risk Mgmt Services $37,550 1528 1A RJK Publishing & Printing $24,852 1528 1C RJK Publishing & Printing $ 9,000 1528 2 D.C. Graphics $ 1,575 1528 3 Denton Record Chronicle $ 91000 1528 4 Denton Record Chronicle $ 9,000 (25%) 1528 5 Crocker Assoc. $ 750 1530 ALL Layne-Texas $45,810 1531 ALL Metro/Quip Inc $10,400 1532 ALL Butler & Land, Inc. $15,392 1533 ALL Miller Business System $40,000 1539 ALL Hamon Power Services Inc. $53,154 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 ap- proved and accepted items and 8t the submitted bids wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the bids, the City Manager or his designated representative is hereby authorized to execute the written contract which shall be attached hereto; provided that the written contract is in accordance with the terms, conditions, spec- ifications, standards, quantities and specified sums contained in the Bid Proposal and related 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 imme- diately upon its passage and approval. PASSED AND APPROVED this LL_ uay of J'~,'/~ 1993. ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: APPROVED AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY BY: ~h r DATE: SEPTEMBER 14, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: RFSP # 1527 - WORKERS COMPENSATION ADMINISTRATION RECOMMENDATION: We recommend this Request for Sealed Proposal be awarded to Alexis Risk Management Services as the lowest most responsive bid in the estimated amount of $37,550.00 first year cost. This proposal is for two years subject to renewal for three additional one year periods. SUMMARY: This RFSP is for Third Party Administration of the City of Denton Workers Compensation Program. As per the agreement Alexis will review all claims, work with loss control activities, provide required reporting and analysis, as well as all other Claims Administration Services. The price proposal is approximately $18,000.00 less that our current provider of simular services. BACKGROUND: Tabulation Sheet, Memorandum from Max Blackburn, Risk Manager dated 9-3-93. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Risk Management Division, Workers Compensation Administration and Employees of the City of Denton. FISCAL IMPACT: The funds for this service will come from the Risk Retention funds and paid on a per accurance basis. The estimated $37,550 is based upon 91-92 historical dta and may vary depending upon number of claims. I spectf}xey;t ted : Loyd V. Harrell City Manager Approved: Name: Tom D. Shaw, C. P.M. Title: Purchasing Agent agenda.408 CITY of DENTON, TEXAS MUNICIPAL BUILDING / 215 E. McKINNEY / DENTON, TEXAS 76201 TO: Tom Shaw, Purchasing Agent FROM: Max Blackburn, Risk $~Wo DATE: September 3, 1993 SUBJECT: RFSP #1547 - WORKERS COMPENSATION THIRD PARTY ADMINISTRATOR The lowest and best proposal received from RFSP #1547 was from ALEXIS RISK MANAGEMENT SERVICES. The next lowest bid was $7,620.00 higher than Alexis based on first year costs. Alexis is a division of Alexander and Alexander Services, Inc. and in 1992 was the second largest administrator in the United States. Seventy per cent of their business deals with worker's compensation for self-insured employers. Among their current clients are: City of Garland, Denton ISD, City of Plano, City of Bryan and Hurst-Euless-Bedford ISD. Please place approval of Alexis on the City Council consent agenda for September 14, 1993. If there are any questions, please call. MB: lb AFF0072C 8171566-8200 DIFW METRO 434-2529 T Ir H O U Q W } y FL (n H Lu co O W AD - 4) c o CT ; ; II ' CC 0 CC U - to i ka I, LO ■ F. , y N r- >co SO o y 0 Z: CL OL o or: :o o m CM L6 p:; > O. O Z U m m O 11. AC: 6 :CC U OZ JO U . a, o ol : 0 rs; : W Z lo 0 N (0,- N f); T W O n Ao:.. to n in .o O Z O W W ~ cv) In CO. _ C O m O (O Q a. p O U- od ~ 1 a>%i a. . (n X O U E W 2 Z m Q (o 0 = m c U o ` ) oco -0) NO yNN o 7 E E p O c O oNi U U _ C U _ m= v 0 10 to ' 0 V N Q y 4) 0 4)) 'a p~jF- a: CJ W DATE: SEPTEMBER 14, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1528 - BROCHURES FOR PARKS & RECREATION RECOMMENDATION: Council approve award of Bid # 1528 Brochures for Parks & Recreation to the low bidders meeting specifications: ITEM VENDOR BID 1A Printing RJK Publishing & Printing $24,852 1C Glossy Cover RJK Publishing & Printing $ 9,000 2 Type/Layout D. C. Graphics $ 1,575 3 Distribution Denton Record Chronicle $ 92000 5 Cover Art Crocker Assoc. $ 750 $45,177 4 Ad Sales Revenue Denton Record Chronicle(25o commission) 9,000)min. Net after Commission Approximate Total for 3 Brochures $36,177 SUMMARY: Bids were solicited for the production and sale of advertising within the Parks Department Brochure Publication. Low bidders meeting specifications are outlined above. A lower price was submitted on the Cover art; however, the Parks Department evaluation of all bids concluded that the samples rendered by the lowest bidder did not meet the specification regarding original art. The brochure will be a 40 page, glossy cover issue with distribution in a Wednesday Denton Record-Chronicle paper including a free 1/4 page ad on Sunday prior to insertion promoting the brochure. Last year the brochure expense was approximately $47,000, ($43,500 Bid + $1,800. 00 cover art + $9,450.00 postage - $7,800.00 ad revenues). BACKGROUND: Tabulation Sheet, Memorandum from Janet Simpson, Superintendent of Leisure Services. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Parks & Recreation Department and Citizens of Denton. FISCAL IMPACT: Budgeted 194 Fiscal Year Funds (General and 'Recreation) . Some of the Recreation Funds expense is offset by revenues generated from advertisements in brochure and class fees. CITY COUNCIL REPORT AUGUST 14, 1993 PAGE 2 OF 2 spectfy~lly mitt loyd V. Harrell City Manager Prepared By: Name: Melanie Harden Title: Buyer Approved: Name: Tom D. Shaw, C. P.M. Title : Purchasing Agent agenda.410 03-2r1-g5N04:40 0021 CITY of DENTON, TEXAS MUNICIPAL BUILDING / 215 E. McKINNEY / DENTON, TEXAS 76201 M E M O R A N D U M DATE: August 24, 1993 TO: Tom Shaw Purchasing Agent FROM: Janet Simpson Superintendent of Leisure Services SUBJECT: Brochure Bid #1528 After evaluating Bid #1528 for the Parks and Recreation Department PLAY brochure, the following companies are recommended. ITEM VENDOR BID 1A. PRINTING RJK Publishing and $24,852 (3) 40 page brochures Printing Ft. Worth, Texas 1C. GLOSSY COVER RJK Publishing and $9,000 (3) 4 page Printing Ft. Worth, Texas 2. TYPESETTING/ D.C. Graphics $1,575 LAYOUT Denton, Texas (3) 35 pages 3. DISTRIBUTION Denton Record $9,000 Insert in Wed. delivery chronicle for 3 brochures Denton, Texas 4. ADVERTISING SALES Denton Record 25% for 3 brochures Chronicle ($91000 Denton, Texas Minimum) 5. COVER ART Crocker Associates $750 for 3 brochures Arlington, Texas TOTAL FOR 3 BROCHURES $36,177 8171566-8200 D/FW METRO 434-2529 Page 2 Brochure Bid #1528 The vendor for item #5. Cover Art was the second low bidder and was selected for the following reasons. The sample of the art work submitted by the low bidder (F.J. Business Forms) appears to be clip art graphics and not original art work of the quality that is typically used for the PLAY brochure cover. For this reason and because there will be considerable savings in the bids overall, the Parks and Recreation Department staff is recommending approval of Crocker Associates for this item. Samples of work were submitted by all bidders and are available for review. Please contact my office if you have questions or need additional information. ~Z- jd;s I Jan Simpson cc: Rich Dlugas, Director of Parks & Recreation Lorraine Mc Gregor, Public Relations AJJ007A7 O zz x ~ w a a zw w xa H P4 O ca z w x 0 Q z - U 0 Q - O C4 z 7-. Zi z M M N y w Z C) zQ ~ 3 z 0 - z z z z z z ti) LA 00 00 - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - VJ 0 " ~r Q 0 Q tl- 00 O w z C( z b b y Pr P. N O O d H i O M O W N a N N N A 3 N P . kj~ a 00 w Q M F. - - - - z ~ a z w PL x 4 0 P a s d d d d q a " F N0 z z N ••j z Q " °o M N O O O 6~ O Q @3 , W tx z oa a o U F H M H x O P" W c°V P. P. ° U 0 0 0 0 0 U a Q > o v Z Z fn W) 0 0 o ° H ~ o V 00 N cil - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - O O a a 0 0 w c~ ad. I 00 N h Q w x x u O CG LO d a W d z Q oa M M E~ O C7 ¢ w H d A z w a 0 z > M ~D M ~D w O a W O W O x > O O O Q' Q 0 O ] Z H ¢ U a x W C4 x W O i+ W W O C7 z a 1 a W C4 > w A O a O a a o a F a Q W O w w w q ¢ ~ a¢., ~ ad, w d w a a . F a F O V N M a I V I V ~ w w ~ H ° w O r.. ° w O ° w O ° w 0 o-. m a v, a 00 p r. OV~ d C a w s d d °o O U 00 O U °o O r. U 00 O U N v M 00 O U " o0 LYi U v~ a ~Aq M d d 0.1 ~ Q N M 7 V1 - - - - - ~ - - - - - - - - - - - - - - - - - - - - - - - x Q w a a ~ H w z w ~ x a w > w F Q o z z w - - u x ¢ ¢ u x Q o o Q z z z z z H F~ z z z w > eq x - x - - a ¢ a ¢ Q Q w ~ N a w U U ~ O Q E. F e w ¢ a O 0 W z z z z z z d N a a Q > xn cli V) ~ o N N * w - - - - - - 1 - - - - - - - - - - - - - - - - - - - - - - - - - - - - ¢ Q w O Q O O w 0 z z z z z H H z z z 3 3 > r- r- W o o w N ~D z O ° > O t - 4 t4 z r. H Q py U O M P. W o W w O ti > O G ri O ~ - 4 z z O z rti ¢ Qa 0 x v ] U a ~ U a U a ~ a a a (A w O 00 ~ v, C 7 O i W Q O a O a cn Gn a s C-1 F W E W s a W U ¢ o Q ~w w a w A >w Q Q ¢ W O W C7 F H a, w a a O V N M I I V - - - - - - - - - - - - - - - - - - - - - - w - w - - - - H O V) w 04 O w pq O kf) CD w P4 O w in CD A4 PLI 04 O ° (n w Q ¢ ] °o O °o O 0 O O N a en O O " ,.1 ~ ¢ Z Q z O - - - - - ko w ¢ _Q Q a O d co Q cV M V v DATE: SEPTEMBER 14, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1530 - PLUGGING AND ABANDONMENT OF WATER WELLS RECOMMENDATION: We recommend this bid be awarded to the only responding bidder, Layne-Texas, a Division of Layne, Inc. in the amount of $45,810.00. SUMMARY: This bid is for the plugging and abandonment of Water Wells No. 1, 5, and 8 according to Texas Department of Health guidelines. The bid includes in addition to the plugging of the wells, demolishing of the well slabs and foundations, the cutting of the well casing 3 feet below grade and disposal of all materials. Proposals were sent to six experienced firms. Only Layne responded and they are well under the budgeted amount of $90, 000.00. Layne is highly qualified in this field and has worked for the City on previous occasions. Well site No. 1 will remain as part of the Airport, Well site No. 8 and No. 5 will be disposed of in accordance with City Policies. All three wells are of no use to the City of Denton Water Utility due to poor water quality (sand) and or low yield compared to maintenance cost. Well No. 1 has not been used since 1983, since 1980 for Well No. 5 and 1975 for Well No. 8. All three wells are on the list mentioned by Texas National Resources Conservation Commission as not being properly plugged and sealed. BACKGROUND: Tabulation Sheet, Location Map. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Denton Municipal Utilities, Water Production Division. FISCAL IMPACT : 1992-93 Budget Funds Account #620-081-0460-8502 Special Services the Account balance is $508,873.30. espectfull ubmitte Lloyd Harrel. City Manager App roved- Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent aganda.406 9 W 4 Z Z 0 z w N 0 ° O 0 0 o°O ° o ° o I J F" Z W w O O Ln O 6 N Of r r CO L6 Lf) T r ia T fA LL 0 r In co C7 Z V Z Z Z J J J N N I Z Y U I M 3 3 3 0o 0 0 w Y = p~O' oWr d 00 0 0 m~ wo 2 0% 2 o X 3 U ~ m Q` LL w LL LL % z0 O 0% W w T o~~- QWN UN a Q2 a m a m -i MZW -1 ZW Z a N F- D 0 . ma CL s to 0 0 m U 073 5 Q a LL 2 L7 0 o o 0 0 O IQ- U 0 w w w w W w m o. a: ix w w Z ~ I ! I J J J ~ Z . _ . i d m m 0 ; r CV LM L6 C 35 i o'S ,•pK`YaacS i'® R i_ WELL #5 Sc. 9 s a [ ° ®°y-e gwwr~ Y "'E~ c « TO DECATUR N, • b ~'>J a y _ y t BO i Denton, TX E A. E ~I pp 2BH - .•u - _ fi 'ryy~~ Z~ 4L~ uae_, t E `us S• rr r.a[.~ ~ - . Y .'l~E umr~[p Ile 35 0 I RA ® Ye - Y d l4l I N® ~,fErY ~qy i..Y. o l\ AAR ® € m ; Y WELL #8 .a. s'r•. Tom'.. € ,w a C I O WELL #1 11 DENTON i MUNICIPAI$ R+ P c Y 2 ® i +w AIRPORT 4 u ~ ~ EEO Id P \ ~ '.fir +wuo ~ 1e.'mea... -141 \ / s ~ MEr ~a rw ,380^.ln / / ' ! '3n; a ,v. N~e: I _ - 'ziel - -+t.[, 40., ° u rte'` CENTRAL - R, -!pow. >`°'f S P BUSINESS -.1i > .3A v) INSET Cd ~'.E Z EAR 16T rWIII r YCNNI. ` P r.. 3 ( Cam`, sTa .6 fER TEXAS ^ _ S xRxx S I / y c .w.+ _ no 1.115, > m n i o L~°~., /5C i~T LOCATION MAP WELLS 1, 5 & 8 ~~ee '2U ® 9 \ J ~J. )f D V4~ 4t .wn rw m DATE: SEPTEMBER 14, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1531 - CHEMICAL PUMPS RECOMMENDATION: We recommend this bid be awarded to Metro/Quip Inc. in the total amount of $10,400.00. SUMMARY: This bid is for the purchase of two high pressure chemical proportioning pumps. These will replace pumps used at the Electric Production Plant in boiler units four and five for boiler chemical injection. Although Metro/Quip is the only bidder, the price bid falls within previous estimates. One bid proposal was received in response to five invitations mailed to prospective vendors. BACKGROUND: Tabulation Sheet, Memorandum from Jim Thune 8-18-93. FISCAL IMPACT: Budgeted Funds for Electric Production for 1993 Account #610-080- 0251-8339 with a balance of $247,300.57. 4 pectfylly u mitted: loyd V. Harrell City Manager Prepared By: Name : Denise Harpool I Title: Senior Buyer Approved: Name: Tom D. Shaw, C. P.M. Title: Purchasing Agent agenda.41 1 DATE: August 18, 1993 TO: Tom Shaw, Purchasing Agent FROM: Jim Thune, Manager Electric Production Division SUBJECT: Bid 1531, Chemical Pumps RECOMMENDATION: Concerning the above referenced bid, the Electric Production Division recommends purchase of two (2) each, high pressure chemical proportioning pumps, from Metro/Quip, Inc., per Specification 93-0251-03 as evaluated under Bid 1531. BACKGROUND/SUMMARY: The Electric Production Division Unit Four and Five boilers are equipped with high pressure proportioning pumps used for boiler chemical injection. These pumps have deteriorated in performance and can no longer provide reliable boiler chemical injection. Bid number 1531, incorporating Specification 93-0251-03, was issued to several vendors. Metro/Quip, Inc. provided the only response. The Metro/Quip submission has been evaluated and accepted. The attached purchase request, number 150029, is for revision of request number 136193 recommending Metro/Quip, Inc. as vendor and total cost of $10,400. Thank you, ~-w7#j le- Ji hune, Manager Electric Production JT/jm cc: Jim Harder, Director R. E. Nelson, Executive Director file: XXVI Z i a z IL N Y z Z C\ OZ O O : °o W 0 w co O LL J Q Uw w a 2 w m Ua _ a LU L) T Q U ` ~ N Z W N r O 2 w 7 M ? fA_ ¢ w U Q m a0 w ~o D w F U Q O Z z ( N a m m o 4:1 DATE: SEPTEMBER 14, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1532 - CHART RECORDERS RECOMMENDATION: We recommend this bid be awarded to the low bidder, Butler & Land, Inc. in the total amount of $15,392.00. SUMMARY: This bid is for the purchase of three Multipoint Chart Recorders for use by the Electric Production Plant in recording turbine generator shaft vibrations and temperatures. These Chart Recorders will replace eight Chart Recorders which have failed or are obsolete and repair parts are unavailable. Two bid proposals were received in response to four invitations mailed to prospective vendors. BACKGROUND: Tabulation Sheet, Memorandum from Jim Thune dated 8-18-93. FISCAL IMPACT: Budgeted funds for Electric Production 1993 Account #610-080- 0251-9211 with a balance of $18,773.85. espectfull bmitte L oyd V . arrel City Manager Prepared By: Name: Denise Harpool Title: Senior Buyer Approved: Name: Tom Shaw,C.P.M. Title: Purchasing Agent agenda.412 09-07-93A10:54 0021 DATE: September 3, 1993 TO: Tom Shaw, Purchasing Agent FROM: Jim Thune, Manager Electric Production Division SUBJECT: Bid 1532, Multipoint Chart Recorders RECOMMENDATION: Concerning the above referenced bid, the Electric Production Division recommends purchase of three (3), multipoint chart recorders from Butler & Land, per Specification 93-0251-04 as evaluated under Bid 1532. BACKGROUND/SUMMARY: The Electric Production Division utilizes chart type recorders to display, trend and archive data pertinent to steam generation operations. The existing chart recorders for Units Three, Four and Five turbine/generators have become difficult to repair and maintain due to age and component availability. These recorders display turbine/generator shaft vibration and temperature indications. This information is critical to reliable operation and imperative in evaluating trend or imminent failure in the large rotating assembles. The usefulness of the existing recorders has been extended beyond practical limitations. Rebuilding the units is not an option due to obsolescence. Specification 92-0251-04 detailed requirements for three (3) new chart recorders capable of replacing eight (8) currently failed or failing chart recorders on Units Three, Four and Five. Bid responses were received from Butler & Land, Inc. and Control Devices, Inc. Butler & Land, Inc. provided low bid meeting specifications. The attached purchase request, number 150030, is for revision of request number 136192, recommending Butler & Land as vendor at a total cost of $15,392. Thank you, hune, Manager Electric Production cc: Jim Harder, Director R. E. Nelson, Executive Director file: XXVI BID # 1532 BID NAME CHART RECORDERS BUTLER & CONTROL LAND, INC DEVICES OPEN DATE AUGUST 12, 1993 INC ~ G2E113~+I~TiY : LtESCRIR~IE3(~i::: 1. 3 IAULTIPOINT CHART TYPE $5,262 EA $6,900 EA .iECORDER MRL132 L&N25000-25 $4,868 EA $5,400 EA MRL116 L&N25000-09 SOFTWARE $185.00 EASI-DISK 5.25° $2,329 EASI-DISK 3.5° $2,407 5% DISCOUNT TRADE IN Y~N13~~i VEN~4~Ft 3 WKS FOB DENTON DATE: SEPTEMBER 14, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1533 - OFFICE SUPPLIES RECOMMENDATION: Council approve award of Bid #1533 - Office Supplies to the low bidder meeting specifications, Miller Business Systems (Alternate Bid). Annual purchases of office supplies for stock in Central Stores and for delivery for user departments is estimated at $40,000. The bid is for one year period with a built-in renewal option. SUMMARY: The itemized bid list was compiled from a prior year usage report. These are the routinely purchased items for stock in the Warehouse/ Central Stores area. There are 119 items that were on the prior bid and this bid. Of those items, sixteen have a higher cost and 103 are priced lower. Considering both high and lower prices, it is expected that there will be an annual savings of approximately $5,540 on these stocked items. Twenty-two (22) of the 119 compared items were bid as recycled products this year. Only 3 recycled items were priced higher than last year yielding an estimated increase of $75.00 per year. Savings on the remaining 19 recycled items is estimated at $2,500.00 per year. (These figures are included in the net savings mentioned in the preceding paragraph). Also, non-stocked items ordered by and delivered to using departments are expected to yield cost savings with the acceptance and use of the net price. Last year's discount structure on non-stocked items ranged from 25-40%. The net price alternate bid from Miller Business Systems offers discounts ranging from 25-55% and more off list price. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: All Departments FISCAL IMPACT: Purchases to be funded with budgeted office supply funds (object 8101). City Council Report September 14, 1993 Page 2 of 2 espec ull bmit Lloyd V. Harrell City Manager Prepared By: Name: Melanie Harden Title: Buyer Approovee-d-:~ Name: Tom D. Shaw, C. P.M. Title: Purchasing Agent aganda.413 V o D F- 00 Z m ~ ' ►I w O O O U g g $ Ir T 2 Z O O O 3 o M ° g OD U > r N df N 2ND O O o O Jz~J ~ }a : co N IT N O g ~ m N u, a, NN LUNG 0 : O O o C 0 O J z LU LU f00 O JNN _ ^ N 1- W z U) F- N M N: OmW OHM p Lij CL T a GLU wi Z z OYT LU QD M W TW Wz N ~ O gym a M a U. yvm WO NZp wO Q F-k O Q QNZO aZW 00 OOa w W z z 0 o a m m 0 DATE: SEPTEMBER 14, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1539 - RETUBE HIGH PRESSURE FEEDWATER HEATER RECOMMENDATION: We recommend award to the lowest bidder, Hamon Power Services Inc. in the amount of $53,154.00. SUMMARY: This bid is for the replacement of the stainless steel tubing in the high pressure feedwater heater on Spencer Turbine Unit 4. BACKGROUND: Tabulation Sheet; Memorandum from Jim Thune, Manager Electric Production Division, dated September 3, 1993. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Electric Production Division Plant Maintenance. FISCAL IMPACT: 1992-93 Budget Funds for Plant Maintenance Account Number #610- 0251-8339 balance of $247,300.57. pectfully mitted: 0,09 Le7LIoyd V. Harrel City Manager APPROVED: Name: Tom D. Shaw,C.P.M. Title: Purchasing Agent aganda.4os 09-07-93A10:55 00L1 DATE: September 3, 1993 TO: Tom Shaw, Purchasing Agent FROM: Jim Thune, Manager Electric Production Division RE: Bid 1539, Retube 4-4 Feedwater Heater RECOMMENDATION: The Electric Production recommends contracting with Hamon Power Services, Inc., for services to repair Spencer Unit 4-4 Feedwater Heater per Specification 93-0251-01. BACKGROUND/SUMMARY: The Spencer Power Station, Unit Four High Pressure Feedwater Heater has failed and is no longer available for service. Specification 93-0251-01 concerns repairs necessary to re-tube the heater with new stainless material. Bids were solicited from four (4) vendors. Hamon Power Services furnished low bid per specification. Repairs are necessary to restore unit performance and reliability. Spencer Unit 4 is currently operating with the High Pressure 4-4 Feedwater Heater in by-pass. This has been necessary due to numerous tube failures. Tube failures have been plugged in excess of 8% total heater flow. The manufacture allows up to 10% pluggage before the heater must be condemned. Repeated failures have rendered the heater unreliable. Bids have been solicited per Specification 93-0251-01 for retube repairs to the heater. Hamon Power Services has provided low bid per specifications. The repair quotation totals $53,154.00. Net loss with the heater in by pass configuration totals approximately $85,000.00 annually. Thank you, 7 hune, Manager Electric Production Division cc: Jim Harder, Director R.E. Nelson, Executive Director file: XXVI J ~ O N z WW2 Po z ZZO UU O o Z OZWwQ p Wm~ : ~a N W Z0 Q?aai NZV J W oo k 8 , o0 00 00 0 LU tC. n oo n L6 ci Y w W QO¢ Z r: ~ CD (D cm xaN 0 CY 3 co WO QWZ O O O O O N W00 x O COD m co Mo n Q Z mn " O NN Cn N <D N N 0 an ID Q Q O CD P J m ~D }~0 QUA Z Z W O OW O z z NWC 0a UV OaNZ Q~ Q Lu a0 w(7 WMW< xN xY o[xT F. U 5z Ozmx V UN ¢ C7 ;A = Os WN ' (L dj QPZW vJ '6 > L OLH O, Nm U) 2Q8W WJ WQ U) mp J xQU) w", WO MOD= ZW ZW w 3 a wz WLLJN ON O> o COWS WN LU WwZI JO JU Lu _j CL CL Q 'J =V (L U) a~ a ~W x zQ N N x w w Q 0 T T T T T z W 0 o a m m 0 a a a It a CONTRACT AGREEMENT STATE OF TEXAS § COUNTY OF DENTON § THIS AGREEMENT, made and entered into this 14 day of SEPTEMBER - A.D., 19 93 , by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through LLOYD V. HARRELL thereunto duly authorized so to do, hereinafter termed "OWNER," and LAYNE-TEXAS, A DIVISION OF LAYNE, INC., 5734 AMERICAN LEGION ROAD, TYLER, TEXAS 75708-9147 of the City of TYLER , County of SMITH and State of TEXAS , hereinafter termed "CONTRACTOR." WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds bearing even date herewith, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 1530 - PLUGGING AND ABANDONING OF WATER WELLS #1, #5 and #8 in the amount of $45,810.00 and all extra work in connection therewith, under the terms as stated in the General conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes CA - 1 ali.maps, plats; blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by WATER PRODUCTION DEPARTMENT all of which are made a part hereof and collectively evidence and constitute the entire contract. Independent Status It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or. any employee of contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Indemnification Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. Choice of Law and Venue This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and special conditions of the Contract. CA - 2 IN WITNESS, WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: LAYNE-TEXAS INC. CONTR,ACCTTOR By Title Branch nager (SEAL) AAA0184D CA - 3 PERFORMANCE BOND BOND #12-41-89 STATE OF TEXAS § COUNTY OF DENTON § KNOW ALL MEN BY THESE PRESENTS: That LaYNE-mF AS iN , of the City of TYLER County of SMITH , and State of TRYAS as PRINCIPAL, and INSURANCE COMPANY OF THE STATE OF PENNSYLVANIA , as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the THE CITY OF DENTON as OWNER, in the penal sum of FORTY-FIVE THOUSAND EIGHT HUNDRED TEN DOLLAas AND no/loo----------------- Dollars as,ain_nn ) 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 14 day of sEPTENBER 19 93 , for the construction Of BID # 1530 - PLUGGING AND ABANDONING OF WATER WELLS #1 #5 and #8 in the amount of $45.810.00 which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void; otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 72nd Legislature, Regular Session, 1991, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB - 1 PROVIDED FURTHER, that if any legal action be filled 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 any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 28th day of September , 19 93 Layne-Texas, a Division of Layne, Inc Principal By C bell Title Branch Manager INSURANCE COMPANY OF THE STATE OF Surety PENNSYLVANIA Title BRENDA LINZE ATTORNEY-IN-FACT Address: 5734 American Legion Road Tyler. TX 75708-9147 Address: P.O. Box 13647, Kansas City, MO 64199 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: JANICE GAY CORREY, ALEXANDER & ALEXANDER OF TEXAS, INC. 19th Floor, Lock Box 8, 717 North Harwood St., Dallas, TX 75201-6588 NOTE: Date of Bond must not be prior to date of Contract. ALEXANDER & ALEXANDER OF TEXAS, INC. BY . ✓ ci bl., 4~_ VICE PRESIDEN AAAOIB4D PB - 2 PAYMENT BOND STATE OF TEXAS § COUNTY OF DENTON § BOND 1112-41-89 KNOW ALL MEN BY THESE PRESENTS: That LAYNE-TEXAS INC. of the City of TYLER , County of SMITH , and the State of TEXAS as principal, and INSURANCE COMPANY OF THE STATF, nF PENNSVTI7ANTA authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto qWF crmv OF DENTON , OWNER, in the penal sum of no/100-- FORTY-FIVE THOUSAND EIGHT HUNDRED TEN DOLLARS and Dollars 45.sio.oo 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 14 day of EP ER 1993 . BID 111530 - Plugging and Abandoning of Water Wells 111, 115 and 118 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 prosecution of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by the acts of the 72nd Legislature, Regular Session, 1991, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB - 3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 28th day of September 19 93, Layne-Texas, a Division of Layne, Inc. Principal Ir~~✓"1 I By Donald K. Cam ell Title Branch Manager INSURANCE COMPANY OF THE STATE OF Surety PENNSYLVANIA Title BRENDA LINZE Attorney-in-Fact Address: 5734 American Legion Road Kansas City, MO 64199 Tyler, TX 75708-9147 (SEAL) (SEAL) The name and address of the Resident Agent of Surety is: JANICE GAY CORREY, ALEXANDER & ALEXANDER OF TEXAS, INC. 19th Floor, Lock Box 8, 717 North Harwood St., Dallas, TX 75201-6588 ALEXANDER & ALEXANDER OF TEXAS, INC. BY t 7 Cfy~-~_ VICE PRESIDENT Address: P.O. Box 13647 AAA0184D PB - 4 POWER OF ATTORNEY The Insurance Crag ly ae tl~e Stnte of PennsylvaBnift Principe! Romi Offim. ID PE= Cwt, N= Ya4, MY. M= No, 02-B-07B81 KNOW ALL MEN BY TiiMS E PMENTS: That Ila 1===w Cc=,-:y c1 et:t 2= of FtJ✓y:v=~ a Fenas*mas oration, dote hereby appoint --Dck A- G&oeer, 2n=ila Uwe, Sce Camcft Jay R. Warner, J. R. Thompson, Roger Feaster, Steven M. Lange: of Kansas City, Missouri-^ ha tree sad bwfd Attore3y(s)t}Itxt, aRh Eel oethwtty to eaacule on its behalf bends, undertatlnl¢, recogniranca and other contracts of indemnity and writings obligatory n tb notwe tttz:S, t✓.ad in tCx asp of ita btu, and to bind the company thereby. IN WITNESS WEMUMIF, TM icaumm Casp=y of the State of Pearybvama has emeu&d theme preaeata STAIR OP NEW YORK ) COUNTY OF NEW YORM)c. Oa thb 22 day of Qctober ,15p1 before ce cams tM eba a named officer cf It= lie Compoy 61 tk2 State of peora v to tae p3 ~e9" y hn=o to be the individual and ofi5aer Cx.crbd t=e1a, and ltd that he executed the fore i nt and oftiwd tb carl of said corporation thereto by wtC.saisy of him o'Tme. 01 JOSEPH B. NOZZOLIO Notary Pubfic, State of New York No. 01-NO4652754 Qualified in Westchester. 4atM}1 farm Expires Jan. 31. ~ CERTIFICATE F.rsxrpts of Recolutioa adapted by the Board of Dims= ai Tb Insurance Company of tba State of Pennsylvania, Oft May 18,1976: 'RESOLVED, that the (ktirmoo of the Board, the Prsdsnt, or any Via President be, and hereby fs, authorized to appoint Attorneys-in-Fact to reprment and act for and oa behalf of the Camay to execute bands, czdartahinga, recogaimmom and ad= ecatrats of indemnity and writings obligatory is the nature thereof, and to attach thnca[a tho ampaux= c3al of the Coapoy, in tt`s twrsttion of its rarely busimmon -RESOLVED, that the cipoksrea and atestatarza of =ch ofbcem and rte aid of the Co=p=iy coy be clifined to my each Pams of Attorney or to my certificate relating thereto by foccitage, and any ouch Purer of A=rwy or certificate bearing mwh kiaimila agSmturm or hvn„mle end sham be valid and binding upon the Coap=y atan co affiad with veopect to any co=d, c=ftriabmia, reooge marx, or other conbrest of tadenotty or arising obligatory c the nature thereof, 'RESOLVED, that my aurh Attomey- 1Paet delivsrioa a senetarial certification that the foregoing remlutiom ittill be in effect may ienert in such certification the date thereof, mid date to be not later than the date of delivery thereof by such Attorney-in-Foct° 1, Etimbeth M. Tuck, Secretary of The Insurance Company of the State of Pennsylvania, do hereby certify that the foregoing excerpts of Resolution adopted by the Board of Directom at this corporation, ocd tbx Parer of Atwrmy issued pursuant thereto, are true and correct, and that both the Resolution and the Power of Attossey, ma in feu force ad effect IN WITNESS WHEREOF, I have hereento mt say t=d and aired the focaoxibs ad of the corporation thldf v'\day of 44 ~ 19 e- lfeJ-..o ~m a Elizabeth M. Tuck, Secretary CERTIFICATE OF INSURANCE ISSUE DATE(MM/DDIVV) _ 9/28/93 PRODUCER ROLLINS HUDIG HALL 100 NORTH BROADWAY, SUITE 1700 ST. LOUIS, MO. 63102 (314) 231-0100 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE j DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE COMPANY LETTER A HARTFORD INSURANCE COMPANY B INSURED /LETTER 2090. 1 COMPANY LAYNE-TEXAS LETTER C A DIVISION OF LAYNE, INC. COMPANY 5734 AMERICAN LEGION ROAD LETTER D TYLER, TX 75708-9147 COMPANY LETTER E COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE LTR POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE (MM/DDIYY) DATE (MM/DDIYY) LIMITS GENERAL LIABILITY GENERAL AGGREGATE $5,000,000 A X COMMERCIAL GENERAL LIABILITY 84 CSED58810E 5/01/93 5/01/94 PRODUCTS-COMP/OP AGG. $2,000,000 CLAIMS MADEX OCCUR. 84 JSBD58809E _ PERSONAL S ADV. INJURY $2,000,000 OWNER'S a CONTRACTOR'S PROT. EACH OCCURRENCE $2,000,000 X CONTRACTUAL L FIRE DAMAGE (Any one fire) a 250,000 MED. EXPENSE (My one person) It 5 , 0 0 0 AUTOMOBILE LIABILITY COMBINED SINGLE A X ANY AUTO 84 CSED58811E 5/01/93 5/01/94 LIMIT x2,000,000 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS 84CSED58812E TX (Per person) X HIRED AUTOS BODILY INJURY a X NON-OWNED AUTOS (Per accident) GARAGE LIABILITY PROPERTY DAMAGE a EXCESS LIABILITY EACH OCCURRENCE a UMBRELLA FORM AGGREGATE $ OTHER THAN UMBRELLA FORM STATUTORY LIMITS WORKER'S COMPENSATION A 84 WBRP40001E 5/01/93 5/01/94 EACH ACCIDENT x2 500 000 AND DISEASE-POLICY LIMIT , , s2,500,000 EMPLOYERS' LIABILITY 84 WLD58808E DISEASE-EACH EMPLOYEE $2,,500.1,-000,, OTHER DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLES/SPECIAL ITEMS JOB 128-1238, JOB LOCATION: DENTON, TX; WATER WELLS #1,5 & 8 THE CITY OF DENTON, ITS OFFICIALS, AGENTS, EMPLOYEES & VOLUNTEERS ARE INCLUDED AS ADDITIONAL INSUREDS AS RESPECTS LIABILITY ARISING OUT OF WORK PERFORMED BY THE C®TEDASDMED FOR THE CERTHOLDER CANCELLATION CITY OF DENTON 215 MC KINNEY ST. DENTON, TX 76201 ACORD 25-S (7/90) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED RD CORPORATION 1990