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'
��
,�