Loading...
HomeMy WebLinkAbout1992-091ALL0001F • AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES, PROVID- ING 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 herto, are hereby accepted and approved as being the lowest responsible bids for such items BID ITEM 1359 1,2,3 Techline $30,492 00 1359 4 Priester Supply $20,550 00 1359 5 Sesco $13,410 00 1362 1 Naylor Supply $21,119 00 1362 2 Metro Ford $18,995 00 1363 ALL J V Smith & Associates SEE EXHIBIT B 1364 1,8A Harcros SEE EXHIBIT A 1364 2 American Intl SEE EXHIBIT A 1364 3A,6 DPC Ind SEE EXHIBIT A 1364 4 Scholle Corp SEE EXHIBIT A 1364 5 Delta Dist SEE EXHIBIT A 1364 7 PVS Chemicals SEE EXHIBIT A 1364 9 Ammonia Services SEE EXHIBIT A 1364 10 FE3 Inc SEE EXHIBIT A 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 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 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 apprcnal PASSED AND APPROVED this day of , 1992 1 BOB CASTLEBERRY, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY BY i✓ A( �O APP ED A TO LEGAL FORM• DEBRA A DRAYOVITCH, CITY ATTORNEY BY DATE June 2, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1359 - TRANSFORMERS RECOMIV{ENDATION We recommend this bid be awarded to the low evaluated bidders Item 1,2 & 3 to Techline in the total amount of $30,492 00, item 4 to Priester Supply in the total amount of $20,550 00 and item 5 to Sesco in the total amount of $13,410 00 overall total expenditure is $64,452 00 SUMMARY This bid is for the purchase of distribution transformers for maintenance and new construction in the Electric Distribution System The quantaties listed include a certain amount to be utilized as inventory stock replacements BACKGROUND Tabulation sheet, Memorandum and evaluation from Don McLaughlin Electric Distribution, Utility FISCAL IMPACT Budgeted Funds for 92 account #612-080-RB90-0000-9222 2Rectfullyslub rtted !�0UU''oyd VHarrell City Manager Prepared by Name Denise Harpoo Title Senior Buyer Approved Name Tom D Shaw, C P M Title Purchasing Agent DH/lh 267 DOC ----------------------- w w r n O O N O O N N O O O q I — — — — — — — — — — — — — — — — — ryV VJ N cotl0 tUNAI W tl0 � O � O x x N�o a m o En o En ti co O O O O O O — — — — — — — — — — — — — — — — — — — — — N to toO I� N Q N O H O an r£ H r£ H£ w H£ w �w� inuNi O O O o O O ---------------------- O O o O m 0 w m z z H A M w -4 W O O N I H �0 R1 N Im o to H t� r H x x x � L9 o Ch ID O O O O ------------------------------ OD OD OD co OD y IDDO££ 'o� gy m �u�ow .Fp�aro 7atrWia ryatw Aw 0 (N(J� N £ r W N W W IA VVII H fA N O W N O O O O O — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — -------- ---- f�--- w------------ ro H H z 0 0 x w w r v v x 0 0 N N {n W �1 r N O O O O tv �I N r v i cn o o ID ID H 10 tj ro N �n Cam+ tom+ H Lam+ t' O ---------------------------------- N� ,rca+� ,laww rnta• mlf• � rn 0 0 0 0 0 0 0 0 — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — —roro — — 0 0� II+� rho New O co H 0 o O to Ea O O O O O O O ---------------------------------- J $$ ro ilk '0 N 01 'O N co 'O m a$%% �O N CdC7 En M to O ttl m w O U] O 70 'A O 9 O VVii Sd A w 00 N 0 w 00 O O — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — co H Ln co N m 0 to M O M m 0 W N O tm & 79. m 0 m 0 W N a rm 0 (n O to • 6 to g rn y c8 o y 8 n y 8 m O (� En J rnn W N W co ka y O W .ro O O O O 0 O O O O O O — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — y�'jt C ro C� co.4 co CD to m w � •� F w I w w 01 0 'N r tom w N V/ W In N O O O O O O 0 0 0 0 0 -------------------------- [+d x O O 7 , Il 199) t,+;? III , - , UHL 3L of DENTON MUNICIPAL UTILITIES/901 A Texas Street/Denton, TX 76201 TO: Denise Harpool, Senior Buyer, Purchasing Department FROMs Donald L McLaughlin, Electric Engineering Administrator DATE: May 12, 1992 SUBJECTs BID No 1359 v aaaaa mmbaavvammaavvvaaav vas aaaavvav ammo a a vvavaavvavava avvva av avv The award for Bid 1359 to low bidders is as follows 1 150 KVA three phase 120/208 Techline, cost $3,455 each transformers to maintain stock 2 750 KVA three phase 277/480 Techline, cost $8,649 each transformer to replace transformer change -out at FEMA 3 300 KVA three phase 277/480 Techline, cost $4,568 each transformers to maintain stock 4 50 KVA 120/240 conventional single phase Priester Supply, cost $685 each, transformer to replace PCB contaminated transformers removed from the electric system 5 25 KVA 120/240 conventional single phase SESCO, cost $447 each transformer to replace PCB contaminated transformers removed from the electric system Sally Beauty Supply is building a new computer center requiring a 300 KVA 277/480 pad mounted transformer Change the quantity from one to two on the 300 KVA Evaluation spreadsheet is attached DIM to 05122377 Attachment aMACORHM F mzz Fri x�rn m zOCCA 0 mmmz p CO m p 9 a A R3za��m0= ; gMI 5; Pz o F gag z z 2 c 7 C z r O Nf7(O (7( NA Of V 7 O' (p.� t p� t��pt MPH A A O�� T 0000000000 O S 0 m + y WJWiJ�"8 ro m N O N V coQ V f D 0 N m I w (o I I J C G C w v 3 � m m C co 9 nO y rn CC x ` mmmz �nmz p� !A mm p Dr .: Fn o F j n 0m m z <av a W c cnaAx p= 8g; rz rHomm N MgOc o F agg z 2 z o m c z 7 C z r NJ fO J OD(Oil J Jp {{pp J pJ NJ yJ c Q T 0000000000 NUS VINOI UI (J(N NU1 C 9 9 d, n m It"on 3 49 J g"o J J J J J J D 9 g�g?o my J N J ON J V I co I Q (p J N (p I J N p m A O A < R I N 3 c mn No A Cz C-O;z° � z m �ommz 0m p n may [7oalfingM= y CA mi�AO9Dc r�rl� T mFn y n C 1 i i i i i i i z r MUM— �Gyy�pp f7i�V�A ��jj V rn O O O O O O O O C sw99 g § § I i A Co CoJ I N 0 J A i N i N m C 07 Coto i A i Of i A i A CC m < m3 ommmm c9M0_ m 8%OACCA z Co mmmz CA n z���� m AN°OMz�b Pz Fo xFDoT mFn D 0 O � C J J J J i i i J z i J V J C.p�p77 i J �. O 1 j O] A J pJp r O A O O 00 C 0 0 0 0 0 m Fn w En v+ v+ n m D V+ J to J to J to J to J 69 v+ J vi i �Cvi7N�C1 m N fOJi fV A W O N W m N N m I m �o I I I I C CC O A ODAA nT j V QD O I < D 0CA cm"0 a P890 CCA z ai mmmz mm p � Fn S n DWC�OC DD o z a m A C z N N CA fJ1 (J1 N (A z O OODO�QIN O N O N O N O N O N O N O N m 1J �(.N(�p.p��NA pSppi cjpp N NN0T m O A O W oo w J J W i A N J N C, m f0N f0 I I I I C A 07AA� � W_ o� Dr, O . N 0 pip Z UI cc N I N DATE June 2, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1362 - TRUCK MOUNTED SEWER CLEANER RECOMMENDATION We recommend this bid be awarded to the lowest bidder for each item Item 1 Sewer Cleaner to Naylor Supply at $21,119 00 Item 2 Truck Cab/Chassis to Metro Ford at $18,995 00 TOTAL AWARD 40,114 00 SUMMARY This bid is for the purchase of a truck mounted sewer cleaning unit for the Water & Sewer Field Service Division The unit contains a 600 gallon water tank, high pressure pump and 500' of high pressure flushing hose This unit will replace a 1986 model flushing truck approved for replacement during the 1991-92 budget process The 1986 unit has a total of $34,757 80 lifetime maintenance expenditures and $2,755 00 year to date maintenance cost The lower price offered by Naylor Supply (their Bid #2) is an alternate and did not meet requirements for pump size and pressure BACKGROUND Tabulation Sheet TS OR GROUPS AFFECTED Water & Sewer Field Service FISCAL IMPACT This unit will be funded by a combination of 1991-92 budget funds and Motorpool Fleet Replacement funds 1991-92 Budget Account # 620-082-0471-9104 Motorpool Account # 720-004-0020-8707 Approved TS/lh 269 DOC $7,168 00 $32,946 00 $40,114 00 Res fully submit ed v Ll d V Harrell City Manager N r I W a H tZI Od WWW W 0 W H H 'HQ N t, to oo o v0 H n o o OD a y 0 m b r N O OD C H 0 0 ro O 0 0 0 N LC+1 mODFN m00 Oil! 2 ,OD Cz7 ona o robN m N O OD M A 0 o to o O --------------- O 0 m o w o w W 00. 0to w to ko & 0 N O W p 0--------------- 0 N------------- r H W H W Di c p z r P N y H y to M t+ to t+1 O 0 0 x 0 O W I n J b0yq� � C OD P w[°z7 N O A M O H O --------------------- 0 H H w m to C C o � O fD N O H J 0 0. ti7 Lf]l z� N O r p t+1 H ry Id --------------------- O O yyx Iro Im H 0 a, O 'a 2 o rA C N A o N Ua 0 O O a 0 0 — — — — — — — — — — — — — — — — — — H — — MO Ck O A 0 OD a 00 N O N q7O — — — — p — — — — — J — — — — — — — O — — — — — o moro x "D 06 D7 °z o N 0 --------------------- 0 DATE June 2, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1363 - COLLECTION SERVICES RECOMMENDATION We recommend this bid be awarded to the lowest bidder J V Smith and Associates at the bid rate of 18% of recovery only Subject to Terms and Conditions of the above referenced bid SUMMARY This bid is for a contractual agreement to provide Collection Services to collect delinquent utility, ambulance and miscellaneous accounts for the City of Denton The agreement will run through July 1, 1993 The cost to the City is 18% of recovered funds only The references for J V Smith and Associates have been contacted and all were very satisfied with efforts, response, and recovery rate BACKGROUND Tabulation sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Treasury Division of Finance Department FISCAL IMPACT This contract is self sustaining The cost is 18% of the recovered amount There are no up front expenditures on the part of the City of Denton Resp fu/ll/y submitted v L d V Harrell City Manager Approved Name Tom D Shaw, C P M Title Purchasing Department TS/lh 268 DOC E%HIBIT B BID # 1363 BID NAME COLLECTION OPEN 5-5-92 J V SMITH SERVICES & ASSOC # ITEM DESCRIPTION VENDOR 1 SERVICE FEE BASED UPON 18% RECOVERY ONLY BID # 1363 I I I J V SMITH I BOB LANDRY BID NAME COLLECTION SERVICEI & ASSOC I COLLECTION EXPRESS OPEN 5-5-92 I I # I ITEM DESCRIPTION I 11 VENDOR I VENDOR _I I 1 I I SERVICE FEE BASED UPON I 18% I I 27% I I I I I RECOVERY ONLY I I I I I I I I I I I I DATE June 2, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1364 - WATER TREATMENT CHEMICALS RECOMMENDATION Council approve award of Bid #1364 - Water Treatment Chemicals to the low bidders meeting specifications as shown on Exhibit A This bid is for a one year period with an option for renewals if both parties are in agreement Annual estimated purchases for all items combined are approximately $390,000 00 SUMMARY This bid is for the price comparison of water treatment chemicals used in water production, wastewater treatment, and electric production applications BACKGROUND Tabulation sheet PROGRArMS DEPARTMENTS OR GROUPS AFFECTED Water Production, Wastewater Treatment, and Electric Production FISCAL IMPACT Purchases made for these chemicals by the using departments will be charged against budgeted funds available in their chemical accounts Res tfullllyy submitted v L16yd V Harrell City Manager Prepared by hil�� Name' e Ha elanir en Title Buyer Approved Name Tom D Shaw, C P M Title Purchasing Agent MH/Ih 266 DOC EXHSBST A B=D #1364 - WATER TREATMENT CHEMSCALS ITEM VENDOR COST 1 LIQUID CHLORINE 2 SODIUM HEXAMETAPHOSPHATE 3A SODIUM SILICOFLUORIDE 4 SULFURIC ACID 5 TETRAPOTASSIUM PYROPHOSPHATE 6 LIQUID CAUSTIC SODA 7 LIQUID CAUSTIC SODA RAYON GRADE 8A POTASSIUM PERMANGANATE 9 ANHYDROUS AMMONIA 10 LIQUID FERRIC SULFATE 11 SODIUM HYPOCHLORITE HARCROS 14/# AMERICAN INT'L 5524/# DPC IND 2m/# SCHOLLE CORP 63 00/TON DELTA DIST 794/# DPC IND 335 26/TON PVS CHEMICALS 18/# HARCROS 1 36/# AMMONIA SERVICES 17/# FE3 INC 89 00/TON -NOT AWARDING- r O � OD COJ m w & w W N r I 4R --------------------------------- w .I w w r m r N O 0. N O O N yO O M O O O O �y] O O O O O O O O yry4 yy H to tx/1 4p 4b 4p 4p tz/1 W n bl M En — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — tid o O o H 10 doaqcl drone d H O a 0 Q O to Y '� '� H � O 1 to �� �� d o H H CA 0 z y�y FJ b� y 0A jy d9 O 4C 5' H t+l N O — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — n w H r r r co O N lP r VI x z x w to J r 1% ID z ko H \ \ \ W N O O J I0 ID \ -1 O `L z H 0 Ql W CI m w O O 0.41 A y w O K 4k 4k 40 40 4k 40 40 ft O ,'d O En ---------------------------------------- r x z z z z z x z o z z x z o o \ \ \ \ \ \ \ \ o \ \ \ m m m m a m m m w m m w m °z o � z N z z x z x z z x m z z z z d \ \ \ \ \ \ \ m \ \ zz w w w W b7 b7 b9 b7 H w w w w O x [U — — — — 4 W 0 — — — — — — — — — — — — — — * — — * — — — — — — — — — — — — — — — — — — — — H OD r iP O O W H M w x x x 0.O O z z N w two y \ \ a r \ u r \ O '�,1 W IA w 4Y 0 W w W 4k 4p O'd H 7C xFQi O yo O y y ----------------x—x------------------ro-- y a ro x x x x x r O x O z z z z CC hd H 0 o \ \ \ \ \ w o o \ \ \ \ x w m ao m w o w w m m m1.4 n 8 z H, W x ---------------------------------------- -- H— O— ta CD co J 01 W A ww w N H I qk 00 w WH ------------------------ w J J w w H ul H H N z {T 01 N O O N O O J %0 W 0 O z as OOwOO OpJ OO O K�C) 81 OOO yZ t, ytoEn Lz W 0 r r m En uW yv 03 w w w — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — �yI �yy y;0y cb ❑❑ 0 0 0 H G 8H Glyb Qro t�Htlqq ryi pHp bl� [ H C O H H 14 O G G HH3, H.Z O H rqq yy to tap O Q ���JD "0 Q O Kl y to Ol N L7 ti t^ o U] 1 H ❑y❑ x Cd t� to M 0 0 b ro N y� Iptj H C� G1, O O m tU pC H W 3 FC NO A W Z H In ft ---------------------------------- OD w H z O x z z x x z z z x z x H tr\1 H D\D w W w w W wwwW tr\1 0 w O O — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — w w H z x z x z z N z x z z z 00 p N C \ \ \ \ \ o \ \ \ \ \ H x hD m m m w m w OD o W w m bD ro .9� �btl ------------------------------------- w m to 0 V J z z z z z x x z z z J N z H z \ \ w \ \ \ CD \ \ \ \ In a \ H to w m tD W m M trl w � � m Ho � r M z 0 ------------------------�[------------- N H w H N W H W H H !n OD H N W J z z J J w %0 N w J w x J 'Z' tp O O \ \ N 61 O iP N to \ \ O C 10 W W U1 J W to O 4p w H qp W OD N Ln W H :0 H N ah ek M z N x f�0 O w — —O — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — HVi z x H z z z z z z z z x z H xl DI \ \ J \ \ \ \ \ \ \ \ \ \ b7 !A w w w DD W w DD w DD w l7 r� ------------------------------------- u Ho w y co J m 0 0. ww :10o w N r I =w O w w 0 ---------------------------------- w Ill J p� J N w O w r O N ui r O O J w w r to N O x z 4b 0 O O O o O o N o 0 0 o b m N pq N Y En H O w H to 0 0 9 m W ---------- m —W--roQ--yQ------y------------- am rn r r m NC o ON 0 OH o OH H d Q robs ,by '.tla aro ry b Oy�I-� d0y HH H d t H9O�{d� q C O N ' 0 G 0 w ,ry�'1J 0 ro M m to H n COz C.yy °z tv m `� I� H w Ch y '"0 ° o En y 0 00 p0 [9 t1J H N y" N DO v A z 0 w N ---------------------------------------- r r 0 N O N z z x w z z w x z w z z w z w x w z w x� o H n0 C w w w w w w ---------------------------------------- r M % w o x \ J O x \ x \ x x \ \ z x \ \ z \ z \ z \ z \ z \ H o d x K w O w w w w w w w w w w w O n f] m H In z ------------------*------------------o-- * r w W w J w H N tj W N x x z 1 N IN w J O w J J z \ 00 C� m w z \ ^L rro bl H r I O N K w w w w OD O P. qp w to iF w M w w H 'y 4b ft H „O� .K1 C N — — — — — — — — — — — — — — — — — z — — — — — — — — — — — — — — -- —i — y8yy N — — — — w m W 0 rn W �, �, I' �� ,�