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