Loading...
HomeMy WebLinkAbout1994-041ORDINANCE NO. +9 vie AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR THE ING FOR PURCHASE HE EXPENDITUREMATERIALS, OF FUNDS THEREFORE;; AND PROVIDINGPFORIAN 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 ds ar esthe lowest responsible bids for the materials, equipment, or services as shown in the "Bid Proposals" submitted therefore; and WHEREAS, the City Council has provided in the City Budget for the appropriation of sunds to be pplies or used servicesthe approvedpurchase andof ma- terials, equipment, upppp herein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION I. That the numbered items in he following o lowshown inered bids for materials, equipment, supplies, or the "Bid Proposals" attached hereto, are hereby accepted and approved as being the lowest responsible bids for such items: BID ITEM AMOUNT NUMBER NO VENDOR $309,482.00 1581 ALL WHITE GMC CONLEY LOTT NICHOLS CO. � 27�848.00 1586 ALL JIM ALLEE IMPORTS 1588 ALL SEE ATTACHED EXHIBIT A 1593 ALL SEE ATTACHED EXHIBIT B 1602 ALL SECTION II. That by the acceptance and approval of the above numbered items of the submitted bids, the City accepts the offer of items andthe persons submitting the bids for h cesaineaccordance chase the materials, equipment, suppliesquantities or servicesi and for the with the terms, specifications, standards, specified sums contained in the Bid Invitations, Bid Proposals, and related documents. SECTION III. That should the City and persons submitting approved and accepted items and of the submitted bids wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the bids, the City Manager or his designated representative is hereby authorized to execute e written contract which shall be attached hereto; provided that theconditions, specifications, standards, quantities accordanceand 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 thisp_ day of 1994. ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: APPRYVED AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY BY: DATE: MARCH 22, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1581 - COMMERCIAL REFUSE TRUCKS RECOMMENDATION: We recommend this bid be awarded to the lowest bidder for the combination trucks and bodies of White GMC Trucks of Dallas in the amount of refuse trucks Total 6.00 r frontbid award for the three units is $309 482.00. two side load SUMMARY: This bid is for the purchase of one front load refuse truck and two side load refuse trucks. The three units are motorpool replacements for 1986 model trucks. They were approved for replacements in the 1993194 budget process. These are the commercial type trucks that lift and empty the green commercial dumpster. We currently have several of the They have proven to be good unit�s with minimal problems or down timers our fleet. Representatives from the Fleet Operations and Commercial Solid Waste Divisions concur with this recommendation. BACKGROUND:. Tabulation Sheet. Fleet Operations and cate Funds previously rrIMPACT: ousl approved These lts will be by Council, account count number 724ed from 1993/94 e 0251 CO94f 9104 obligation p Y Resp�Ctf sub d: Lloyd V . Harr City Manager Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 469.AGENDA ova Z D m 'V m n W A n H [ [ o am as z a a°� as z a� a� o ma czz H tyz ozr) 0zz a 0Z < 0za m c.iW� r��mo r��z ��� ����0 r�X r�� o mc: C9>Gxj tCn9Cd <qz �nnO <�d <nz 17 MTro� ����n y F� G 7�0 ��� O �Nmto mtn 9 z� zz m z �y z m c y > r ? N Q 0 0 c c 00 o c m z > o a A:Ecn mocmo O �-] A O ro y z �I z a ° z; z Z 0: � c roe' N ,a A N�^c�i a Utz O�mm= M ZZI o o >o ao -� > a m fJ cn mOcmo O ro s H O y x O z H H 0 z H z .Z O O (b c ° W rz r� o � m -� a n n`4 0 K) M M o n a >n N >� Z W �I c c 7C o '7C o �m o omj m z z om° z z �zo Z 0 Ctl W S W N V N c o ca fA zH' ��o m z z > > m 0 0 tz 0 z > > as M> tyx> cz ozz > OZ04 oz tz > > c >Mom" m cl rq z rl 0 mc— rtwo > > 0 z > 0 Z > > > 0 0 > > o > N) co 0 Z < 0 r- � tz ro x o H ci a �j ch m -n 04 0 0< M tz tz x -n tz tz c �A ox m 00 > rl 1% z 0 m Z z z zo > 1 0 < P, IA cn Z go 44 z z LA M 04, 1 . 0:; R 00 W 0 m o 0 04 -4 0 > 0 z z m tTj 40 40 LA 4A LA CA tA 4A LA 44 m cn W tz kA z & i co -.P.. 0 0 0 tA 0 tA �A 0 OCC 0 n p DATE: MARCH 14, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1586 - VIBRATING ROLLER RECOMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specification, Conley Lott Nichols Co., in the amount of $39,800.00. SUMMARY: This bid is for the purchase of a vibrating roller to be used by the Street Department in the construction and maintenance of City of Denton Streets. It is a motorpool replacement for an older (1988) unit that has been determined to be no longer economical to maintain. The new unit is a self propelled double drum design capable of compacting road base material, shoulders and similar applications. BACKGROUND: Tabulation Sheet. OR GROUPS AFFECTED: Street Construction Division FISCAL IMPACT: This unit will be purchased from Certificate of Obligation funds previously approved by Council for fleet purchases, account number 724-025-CO94- 9104. spectfully s bmitted: y V . Harre City Manager Approved: Name: Tom D. Shaw,C.P.M. Title: Purchasing Agent 468.AGENDA --- —���< • o \ § m o @ c z z % -- ƒ w m \ m � \ O k \ m m § § o 0 > =Q R § ¥ 0 c e \ § k < o % r■ _ k < 4 \ m 0 / § \ § z ? Q \ # 0 z / §O2 AU) g t \ \ \ �)j 0 2 < \ N 0 2 k k \ @ 2 a �_ 0 2 _ _ k z 0 k& 2 7 a 0 §/ 7 § $ \ i G o y k > 0 ?> 2 ? mm � f k DATE: MARCH 22, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1588 - UTILITY VEHICLES RECOMMENDATION: We recommend this bid be awarded to the only bidder, Jim Alice Imports in the amount of $13,874.00 each for two units. Total amount $27,748.00. SUMMARY: This bid is for the purchase of two units to replace 1987 model Suzuki vehicles. These older vehicles are currently assigned to the Police Department for parking enforcement and other related activities. One older unit will be assigned to the newly created Weights and Measurers Division and the other will be sold at public auction or possibly reassigned to lighter duty. Bid request were mailed to eleven (11) possible suppliers. This small utility vehicle has a limited number of dealers and a limited number of similar type vehicles available on the market. The Police Department has found these Suzuki vehicles to be very maneuverable, able to get into small places and economical to operate. BACKGROUND: Tabulation Sheet. Fleet Operations, and Police FISCAL IMPACT: These units will be funded from Motorpool Replacement Certificate of Obligation Funds, account Number 724-025-MTPL-9104. espectfull bmitte L oyd V . arrel City Manager Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 467.aganda • < 0 m \ M B _ 8 \ § k \z § r e v m \ _ m c \ ƒ\0 0 > 2 q 0)\ rc7 < m § ; �/q d \ § )[ f 2 § � / # @ / --------\0=■q z /2k\) m \\k\\ °r- + \ a 0> �m r o a \ 2 m m a $ / 2 4 DATE: MARCH 22, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID #1593- FERTILIZER/HERBICIDES RECOMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specification and delivery requirements for each item bid. ITEM VENDOR PRODUCT EACH PRICE 1. ESTES INC. SURFLAN $ 149.90 2. ESTES INC. ROUNDUP $1,118.40 3. W. ELLIS MSMA $ 44.625 4. W. ELLIS RODEO $ 248.75 5. RED RIVER CAMPAIGN $ 57.50 6. B & G CO. AWARD $ 135.75 7. LESCO TURF TREE $ 9.89 8. JUSTIN SEED SURFACANT 50% $ 6.29 9. ESTES INC. SUMETHRIN $ 7.00 10. BWI PRIMO $ 288.76 11. HARPOOLS* FERTILIZER 15-5-10 50% $ 194.00 12. HARPOOLS* FERTILIZER 15-5-10 87%BULK $ 218.00 13. HARPOOLS* FERTILIZER 15-5-10 87%BAG $ 238.00 *Lower price offered by Justin Seed requires three day notice. Harpools bid is one day. Scheduling during the summer months does not allow for three day delivery to be acceptable. The total estimated expenditure for these products during the 1993/94 season is $24,986. SUMMARY: This bid is for the seasonal requirement of fertilizers and herbicides to be used by the Parks Department in ground maintenance activities. All products are EPA certified and will be applied by licensed certified applicators currently on staff. BACKGROUND: Tabulation Sheet. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Park Maintenance Division. FISCAL IMPACT: These products will be purchased from 1993/94 budget funds account #100-038-0063-8105. CITY COUNCIL REPORT MARCH 22, 1994 PAGE 2 OF 2 Jectfully s b Witted: oyd V . arrell ity Manager Approved: Name D.P.M. Title: Purchasing Agent 470.AOENDA ---- — -- -- - p 91 --- o x z e > wItl wj N N N n n n o» N a dz N = x o a m N N Nhf z ^M x. ..c a" a x ac >}� no>� rn �M.� as »a Oda �ss'o m Ho W"{e ^�yo77. r�r axn WR^ dfx G1b L10 a'*1 �.. F'[ P S xa�ff�°❑o, �°ay°z o x v vxx yc° mzVMW z a a a m x � ° W m o w x z C O N N N P J A b J P rb> O N rtia W Y Ntio� I n 5m Tip o z z ztj y w « -- ------------------------------- - W N x nz ul tIN P. O N O O G r C W7 � 0 0 a S S S 0 o x b N O O H e < r e PO 14 N S O S O ti N NN {p� N N d r m ie N N N « N DATE: MARCH 22, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1602 - TRANSFORMERS RECOMMENDATION:, We recommend this bid be awarded to the lowest evaluated bidder for each item: ITEM DESCRIPTION 1. 150 KVA PADMOUNT 2. 500 KVA PADMOUNT 4. 750 KVA PADMOUNT Total bid award $25,125.00 VENDOR QTY TOTAL TECHLINE 3 $10,791.00 WESCO 1 $ 6,100.00 TECHLINE 1 $ 8,234.00 Item 3 will be rebid no award at this time. SUMMARY: This bid is for the purchase of Electric Distribution padmount transformers. These transformers will bring inventory quantity back to a safe level. The evaluation for transformers award considers the overall cost to operate over a 20 year life expectancy, including power losses at both no load status and total load status as well as purchase price. BACKGROUND: Tabulation Sheet, Transformer Evaluation Sheet. PROGRAMS DEPARTMENTS OR GROUPS AFFECTED: Electric Distribution Division. FISCAL IMPACT: These transformers will be purchased from 1993/94 budget funds for Capital Improvements to the Distribution System, account number 610-103-1031- 3684-9222-ME68001A. 4R ectfully submitted: H Y ity Manager A roved: Name: Tom]). Shaw,C.P.M. Title: Purchasing Agent 472.AGENDA TRANSFORMER EVALUATION SHEET MARCH 7, 1994 PREPARED BY: FESTUS OKOLIE LOSS/COST EVALUATION OF A 150KVA PADMOUNT, 277/480V THREE PHASE RADIAL FEED PADMOUNT TRANSFORMER MIADE Nl TI DELIVERY F3tb UNIT ALCUI ATED! E1IbDER 8Y t1SSES ;LOSSES .562 TIME'. KS COST UNIT COST WATSON 71»CHliINlu HpuvARD 908 1481 1,66 12-14 NO BID ' a.597,00 $184a8'. PRIESTER COOPER 464 1760 2.85 17 $3300.00 $19123 WESCO ABB 349 1429 2.65 10 $3,960.00 $19,712 CUMMINS PAUWELS 347 1590 2.73 12-14 $4004.00 $20360 POLEUNE PAUWELS 347 1590 2.73 12-14 $4053.00 $20526 TEMPLE GE 343 1 13441 3.71 15 $4761.05 $22120 SESCO SESCO 1 4401 2040 I 2.5 1 17 $4,416.00 $23.658 LOSS/COST EVALUATION OF A 500KVA PADMOUNT, 277/480V THREE PHASE RADIAL FEED PADMOUNT TRANSFORMER MADE NL il» DEI IUmy. UNIT ALCUI ATED: BCDDER AY 08SE8 LOSSRS Z TIME.. KS COST UNIT GOST' WATSON NO BID WE"aCf7 is AI3b ?68 4204 .1,59 10 ` 8100,00 a7858' CUMMINS PAUWELS 733 4178 2.69 12-14 $8369.00 $38,542 TECHLINE HOWARD 757 3985 1.92 t2-14 $6529.00 $38596 POLEUNE PAUWELS 733 4178 2.69 12-14 $6392.00 $38620 PRIESTER COOPER 1071 4284 3.05 17 $5985.00 $39326 TEMPLE GE 834 3533 3.5 15 $7556.84 $41038 - SESCO I SESCO 1 1300 5900 1 0.101 17 1 W,136.00I $56 062 LOSS/COST EVALUATION OF A 750KVA PADMOUNT, 277/480V THREE PHASE RADIAL FEED PADMOUNTTRANSFORMER CAE»DUL1tTi RIDt75R $+V I CISt E& LbSSES 962 TIME' WK5 COST UNIT COST WATSON ICHLIN HGtiVVARI� f 109$... ;- 810 . 5,76 1�1'4 NO BID $5a4,011 $5002: POLEUNE PAUWELS 924 6068 3.49 12-14 $8691.00 $53,361 CUMMINS - PAUWELS 924 6068 3A9 12-14 - $8711.00 $53429 PRIESTER COOPER 1246 6509 5.3 17 $7 972.00 $53 991 WESCO ABB 1099 6139 5.72 10 $0565.00 $54,064- TEMPLE GE 312 4857 3.62 15 $11.870.52 $57112 SESCO- SESCO 1845 8775 5.75 17 $10,370.00 $72365 A: evaluat mr BID # 1593 ITEM VENDOR PRODUCT EACH PRICE 1. ESTES INC SURFLAN $ 149.90 2. ESTES INC ROUNDUP $1,118.40 3. W. ELLIS MSMA $ 44.625 4. W ELLIS RODEO $ 248.75 5. RED RIVER CAMPAIGN $ 57.50 6. B & G CO AWARD $ 135.75 7. LESCO TURF TREE $ 9.89 8. JUSTIN SEED SURFACANT 50% $ 6.29 9. ESTES INC SUMETHRIN $ 7.00 10. BWI PRIMO $ 288.76 11. HARPOOLS FERTILIZER 15-5-10 50% $ 194.00 12, HARPOOLS FERTILIZER 15-5-1087%BULK $ 218.00 13. HARPOOLS FERTILIZER 15-5-10 87%BAG $ 238.00 XMlBIT "' BID # 1602 ITEM VENDOR PRODUCT EACH PRICE 1. TECHLINE 150KVA PADMOUNT $10,791.00 2. WESCO 500KVA PADMOUNT $ 6,100.00 4. TECHLINE 750KVA PADMOUNT $ 8,234.00