Loading...
HomeMy WebLinkAbout1992-035ALLOOOIF ORDINANCE NO ?'D 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 NUMBER NO VENDOR AMOUNT 1324 1 Wesco $ 19,089 00 1324 2 Cummins $ 5,595 00 1324 3 Vantran $ 1,976 00 1325 1 Fontaine Truck $ 3,287 00 1325 2 G & G Truck $ 2,607 00 1325 3 Fontaine Truck $ 2,257 00 1327 ALL Mahaney International $ 45,968 00 1330 1,3,4,6,8,11 Estes Exhibit A 1330 2,10,12,13 Justin Seed Exhibit A 1330 5,7 Lesco Exhibit A 1330 9 Deport Farm Supply Exhibit A 1332 1 Priester Supply $11,020 00 1332 2 Poleline $13,860 00 SSECTION 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 SSECTION 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 approval PASSED AND APPROVED this 3-W- day of &4d&'Z. , 1992 BOB CASTLEBERRY, ATTEST JENNIFER WALTERS, CITY SECRETARY BY APP rVEDTO LEGAL FORM DEBRA A DRAYOVITCH, CITY ATTORNEY BY DATE MARCH 3, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1324 - PADMOUNT TRANSFORMERS REC MMEp NDATION We recommend this bid be awarded to the low evaluated bidder for each item as follows Item 1 WESCO $19,089 00 Item 2 CUMMINS $ 5,595 00 Item 3 VANTRAN $ 1,976 00 SUMMARY This bid is for padmounted transformers to be used in specific locations in the Electrical Distribution System of the City of Denton This bid was evaluated by the Electric Engineering Department using a load/loss equation to determine the most cost effective transformer BACKGROUND Tabulation sheet, Memorandum George Pool T- PROGRAMS, DEPARTMENT OR GROUPS AFFECTED Electric Distribution Division FISCAL IMPACT Budgeted Bond Funds acct #612-080-RB90-CO63-9222 Respec lly submitted LloyC&V Harrell City Manager a Prepared by Na a Denise Harpool Title Senior Buyer Approved Nagle Tom D Shaw, C P M Title Purchasing Agent 240 DOC W N r r r r m nn p9 N J W O O O v N N r N J J rop m OD 0 ON £ O OD AW O O O qp — — O W x w W Cl O ob H t tz ro N K N Pi N A ro� I- N y °x N N O N FJ' %O OD O O O O � L+V H N C' 'GYgtl� � r V z H � dd M O �r3d N C N N N W J O N O O O O O O ------------- —((—]]-- N N Cy' U1 O� Ln O W L" O (xd v 0` Ov O O O O _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ W N r r r r x N W O J O O ut O O cw b 7 OHO W O O x : N O z w H Ol l7 � H H z r N i xNi m UO A In N 01 W N O O m zHz C+� M N � w z OD OODD O O O O — — — — O O — — — — — — — — ---- w (N(]] 01 w OD ro O O W kO O O O O — — — — O O — — — — — — — — — — — — N N O x L Dd rA O ro r 0 O O O O — — — O — — — — — — — — — — — — — ) N CC cl M 14 d1 DD O O r O _ _ _ O _ _ _ _ _ _ _ _ _ _ _ _ _ ITY Of DENTON MUNICIPAL UTILITIES / so1 A Texas Street / Denton, Tx 76201 M E M O R A N D U M TO Denise Harpool, Purchasing Buyer FROM %eorge Pool, Electric Engineer Associate I DATE February 24, 1992 SUBJ PADMOUNT TRANSFORMER PURCHASE BID NUMBER 1324 -------------------------------------------------------------- The Electrical Engineering department recommends that the bid be awarded to the following low bidders for the - 2000 KVA transformer to Wesco for $19,089 00 dollars - 300 KVA transformer to Cummins for $5,595 00 dollars - 75 KVA transformer to Van Tran for $1,976 00 dollars The loss/cost transformer evaluation calculation sheet has been provided for reference If you have any questions, please call me at 7124 JP th 02062342 cc R E Nelson, Executive Director of Utilities Jim Harder, Director of Electric Utilities Donald McLaughlin, Electric Engineer Administrator file LOSS/COST EVALUATION OF A 2000KVA PADMOUNT 277/480V DELIVERY 3 PHAst I HAN*1- Bid KMtn ALCULATED MADE NL LL S D BY OS S LOSS1k 96Z TIME KS COST COST GE _ $000 SESCO SESCO _ _ $000 POLELINE PAUWELS __ $o 00 KEN FR FAYETVILLE T $000 SCQ B 2642 i0 8 5 9-10 19,08900 11867682 TECHLINE HOWARD 2187 13410 67 $16 56200 $120 956 66 PRIESTER COOPER 2457 12608 5 35 14-16 $17 811 00 $122 961 97 GRAYBAR SQUARE D 2570 13908 575 $16 64100 $12489393 STUARTIRBY M 2570 13908 5 75 20-24 $16 990 00 $1073 55 TEMPLE 2423 9GE 9 -712045 VAN TRAN VAN TRAN 2650 9000 575 10 $26 026 00 $136 501 78 CUMMINS VAN TRAN 2650 9000 5 75 10 $26 b50 00 $138 272 90' T VALUATION OF A 300KVA PADMOUNT 208/120V 3 PHASE TRANSFORMER BOSS/COS E MADE NL LL DELIVERY BID ALCULATEp 13144EA. SY OSSES LOSSE %Z TIME. KS COST COS$0 GE --- 00 K N FR FAYETVILLE _ $000 GRAYBAR CW MINS SQUARE D PA L& 72 4 3,45 12-13 $5 595,00 $0 00 $B'� 608 68 POLELINE PAUWELS 572 2764 366 12-14 $568300 $9310632 VAN TRAN VAN TRAN 650 1600 39 10 $7 107 00 $34 228_36 WESCO ABB 522 2457 173 9-10 $6 633 00 $34 830 05 STUART IRBY 650 1800 3 9 10 $7 48C 00 $35 48910 PRIESTER COOPER 660 2314 346 13-15 $7 268 00 3691366 TECHLINE HOWARD 559 2679 2 $7 423 00 __:$38:1579 25 T MPLE GE 605 1813 356 17-19 $9,71900 $� 92361 S SCO SESCO 720 33001421 $10 460 00 $52 10212 O A 75KVA PADMOUNT 240/120V SINGLE PHASE TRANSFORMEF LOSS CO3T EVALUATION BIDDEN MADE BY F K 0t3SES LL LOSSE %z DELIVERY T#ME KS BID COST ALCULATED COST_ GE KEN FR FAYETVILLE $000 _ $000 POLELINE PAUWELS $000 $000 T MPLE GE _ $000 GRAYBAR SQUARE D $000 CHLINE I HOWARD VAN RAN 16 400 16 1�1 $1976,00 $1i01184 IV CU VAN TRAN 160 400 16 10 $2 010 00 $9 126 76 STUART IRBY 160 400 16 10 _ $2 080 00 $9 363 36 PRIESTER COOPER 164 555 171 9 $2 100 00 $10 093 35 WESCO ABB 146 560 166 15-16 $314000 $1355440 SESCO SESCO 165 830 2 7 $2 951 00 $14 119 55 DATE March 3, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1325 - DUMP AND UTILITY BODIES RECOMMENDATION We recommend this bid be awarded to the lowest bidder as indicated Item 1) 1 Dump Body to Fontaine Truck at $3287 00 ea Item 2) 2 Utility Bodies 1 ton to G & G Truck at $2607 00 ea Item 3) 1 Utility Body 3/4 ton to Fontaine Truck at $2257 00 ea TOTAL AWARD $10758 00 SUMMARY This bid is for the purchasing of four (4) truck bodies to be mounted on truck cab/chassis approved by Council at a previous meeting The dump body is for the Street Department truck, the two utility bodies for 1 ton trucks are for the Water/Sewer Field Services Division and the one 3/4 ton truck body is for the Water Production Plant vehicle Tabulation sheet PROGRAMS, DEPARTMENT OR GROUPS AFFECTED Motorpool and other divisions listed above FISCAL IMPACT These bodies will be purchased from 1991-92 budget funds for capital expenditures 1 Street Division 100-020-0033-9104 $3287 00 2 Water/Sewer Utility 620-081-0461-9104 $2607 00 3 Water/Sewer Utility 620-081-0462-9104 $2607 00 4 Water Production 620-081-0460-9104 $2257 00 Respe ulllly submitted v 1,1001 V Harrell City Manager Approved Name Tom D Shaw, C P M Title Purchasing Agent 237 DOC BID # 1325 BID NAME OPEN TRUCK BODIES (DUMP & UTILITY) FEBRUARY 11, 1992 G & G TRUCK EQUIP COMMERCIAL BODY CORP FONTAINE TRUCK EQUIPMENT # ITEM DESCRIPTION VENDOR VENDOR VENDOR 1 1 CONTRACTOR DUMP BODY FOR 1 TON CAB/CHASSIS N/B N/B $3,287 00 2 2 UTILITY BODY FOR 1 TONS CAS/CHASSIS $2,607 00 $3,483 00 $2,642 00 3 1 UTILITY BODY FOR 3/4 TON CAB/CHASSIS $2,487 00 $3,220 00 $2,257 00 DELIVERY 15-25 DAYS 10 DAYS 10 DAYS DATE MARCH 3, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1327 - 12 CU YD DUMP TRUCK RECOMMENDATION We recommend this bid be awarded to the lowest bidder Mahaney International in the amount of $45,968 00, with delivery in approximately 90 days SUMMARY This bid is for the purchase of a 52000 Lb GVW Truck cab/chassis with 12 cubic yard dump body This unit is a motorpool replacement for a 1981 12 cubic yard dump truck currently assigned to the Street Department The existing unit has a past five year maintenance cost of $34,846 00 and an odometer reading of 85,275 Replacement of this vehicle was approved during the budget process The old unit will be reviewed for possible reconditioning and assignment to another department with lighter duty requirements Tabulation sheet PROGRAMS, DEPARTMENT OR GROUPS AFFECTED Street Construction and maintenance, Motorpool Operations FISCAL IMPACT This purchase will be funded from Certificate of Obligation Funds approved by council at an earlier date and repaid by the Street Department over a 36 month time period Respec 111ysubmitted v/WAI� LloycVV Harrell City Manager Approved Name Tom D Shaw, C P M Title Purchasing Agent 238 DOC O m --r—I—aa 0 x zr bygO 0004 K y W .T t+Cl IGC dda h0 (N1 C r G fA K N J r ao H H r CI x (] rl C3 ------------- jy dd p1 J O ID ID K O yp N C O O O O O x z y �Oy u�i �l W K b7 A cC H m x \ C kO OQN I O N G C Opp H C I r O Mtl 00 r I.1 O N O K Ul O 00 I r m Oro tHo tro ------------ I o 0 z M t� r t' W W C q fA @ K W r OD M3 m CgC H r z r � �d a N Q ko M H O P O1 P N NNN K G K CD m O� ryOtl 0 N OD O — — — — — O — — O — — — — — — — ---- 0 Or N I O� 0. 0 r O K H CA o -------------- ---- J I ID 9 o i ON m o °z � [ O [0z J K N O H O ------------ O �O O dzd K y------------ O x K w ko O N O O O O 0 0 DATE March 3, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1330 - FERTILIZERS AND HERBICIDES RECOMMENDATION Council approve award of Bid #1330 - Fertilizers and Herbicides to the low evaluated bidders at the unit prices as shown on Exhibit A SUMMARY This bid is for annual cost comparisons of fertilizers and herbicides used by Parks & Recreation as well as other as other departments for grounds maintenance This bid is for one year, awarded at unit prices, with an estimated annual expenditure of $18,000 00 Bid may be renewed for an additional year as stated in the bid specification BACKGROUND Tabulation sheet, Exhibit A PROGRAMS, DEPARTMENT OR GROUPS AFFECTED Parks and Recreation FISCAL IMPACT Purchases to be paid from budgeted funds in account #8105 (Chemical Supplies) Respe fully submitted v Llcffd V Harrell City Manager Prepared by FYI Name Melanie Harden Title Buyer Approved Name Tom D Shaw, C P M Title Purchasing Agent MH/jh 236 DOC BID #1330 1 FERTILIZERS & HERBICIDES IVAN WATERS OPENED 2-11-92 1 & ROGERS ITEMI QTY I DES 1 2 3 4 5 6 7 8 9 10 11 12 13 4 6 120 4 7 10 24 20 4 30 36 10 10 1 CRIPTION I ------------------------- ---------- IOust (3# jug) 1 $439 9B (Roundup (30 gal drum) 1$1,113 90 IMSMA (1 gal jug) 1 38 Rodeo (2 5 gal jug) 1 $236 25 (10#abag)g) $1*0 00 'Logic i Orthene (1# can) I $9 47 MC96 (1 gal g NIB Dormant Oil (5 gal jug) 1 $1970 Surfactant (1 gal jug) 1** $12 05 Nacatrol (1 qt jug) I NIB 15-5-10 508SCU Fertilizerl NIB 15-5-10 87%SCU Fertilizerl NIB BID #1330 FERTILIZERS & HERBICIDES OPENED 2-11-92 DEPORT FARM SUPPLY I NIB 1$1,185 00 I $17 00 1 NIB 1 $238 00 I $57 50 I $9 45 I NIB I $17 50 1 $14 50 NIB NIB NIB Delivery 15-10 days 1 10 days ITEMI ---- QTY ----- I DESCRIPTION -------------------------I I 1 1 4 I IOust (3# jug) 1 2 1 6 IRoundup (30 gal drum) 1 3 1 120 IMSMA (1 gal jug) 1 4 1 4 IRodeo (2 5 gal jug) 1 5 1 7 IImage (1 gal jug) I 6 1 10 ILogic (10# bag) 1 7 1 24 10rthene (1# can) 1 8 1 20 IMC96 (1 gal jug) I 9 1 4 IDormant Oil (5 gal jug) I 10 1 30 ISurfactant (1 gal jug) I 11 1 36 INacatrol (1 qt jug) 1 12 1 10 115-5-10 505SCU Fertilizerl 13 1 I 10 115-5-10 87%SCU Fertilizerl I I I I Delivery I BID #1330 FERTILIZER! OPENED 2-1: ITEM] QTY ---- I----- 11 4 2 1 6 3 1 120 4 ] 4 5 1 7 6 I 10 7 I 24 8 1 20 9 1 4 10 1 30 11 1 36 12 1 10 13 1 10 & HERBICIDES -92 DESCRIPTION Alt 25#bag/$5# ** 25% @$7 44 I HARPOOL I TURFCO FERTILIZERI INC I --------------------- NIB I NIB NIB 1$1,225 00 NIB I NIB NIB 1 NIB NIB I $205 00 NIB I $58 50 NIB NIB NIB NIB NIB NIB NIB $14 75 NIB 1 NIB $235 00 1 NIB $265 00 NIB Oust (3# jug) Roundup (30 gal drum) MSMA (1 gal jug) Rodeo (2 5 gal jug) Image (1 gal jug) Logic (10# bag) Orthene (1# can) MC96 (1 gal jug) Dormant Oil (5 gal jug) Surfactant (1 gal jug) Nacatrol (1 qt jug) 15-5-10 508SCU Fertilizer 15-5-10 878SCU Fertilizer IMASTERI I TURF I I DIST 1 I I NIB NIB NIB NIB NIB NIB NIB NIB NIB NIB NIB NIB NIB I I LESCO I ESTES 1 I I I I I I ---------------------- N/B 1 $426 62 1 $1,220 00 1$1,113 90 1 $16 15 1 $15 11 1 NIB 1 $236 25 1 $168 00 1 $183 52 1 NIB 1 $54 70 1 $9 29 1 $9 60 1 NIB I $13 49 1 $35 75 1 $21 95 1 $12 15 I $13 24 1 NIB 1 $6 19 1 NIB 1 NIB I NIB 1 NIB I 1 day 1 7 days 17-14 days 1 1-3 days I STERN- I RED I SPORTS I JUSTIN i CHEMTECHI RIVER I TURF I SEED ] CORP ISPECIALTIESI I I SUPPLY I I I I -------- ------------ NIB 1 --------- $435 00 1 NIB ----------- 1 $470 - 50 1 NIB 1 $1,113 90 1 NIB 1$1,113 50 1 NIB I NIB 1 $20 60 1 $17 00 1 NIB 1 $236 25 1 NIB 1 $236 25 1 NIB 1 $185 00 1 NIB 1 $197 00 1 NIB 1 $89 50 1 $56 50 1 $57 45 1 NIB I NIB 1 NIB 1 $9 30 1 $18 50 1 NIB 1 NIB 1 $14 25 1 NIB I NIB 1 NIB I $32 80 1 NIB 1 NIB 1 $28 75 I $4 35 1 NIB 1 NIB 1 NIB 1 $6 50 1 NIB 1 NIB 1 NIB 1 $184 00 1 NIB 1 NIB 1 NIB 1 $219 00 I Delivery 1 7 days 1 3-5 days 110 days 1 5 days EXHIBIT "A" Bid #1330 Fertilizers & Herbicides Item Description ----------------------- 2 Roundup 3 MSMA - $184 00 1 ton Justin Seed $219 00 1 ton Justin Seed DATE MARCH 3, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1332 - DISTRIBUTION TRANSFORMERS RECOMMENDATION We recommend this bid be awarded to the low evaluated bidders for Item 1 to Priester Supply (Bid #1) in the total amount of $11,020 00 and Item 2 to Poleline in the total amount of $13,860 00 SUMMARY This bid is for conventional overhead distribution transformers used throughout the City of Denton Electrical Distribution System These will be stored for use as needed to replace defective transformers BACKGROUND Tabulation sheet, Memorandum from Glenn Fisher 2-20-92 PROGRAMS, DEPARTMENT OR GROUPS AFFECTED Electric Distribution Division FISCAL IMPACT Budgeted #611-008-0252-9222 Prepared by Name Denise Harpo l Title Senior Buyer Approved Name Tom 9- Shaw, C P M Title Purchasing Agent 239 DOC funds for 1991-92 account Respect l/y/submit ted Lloyd641 Harrell City Manager N r I -W N N N N O O O to 00 OHD OHD N r b0 c t7 ________ Z N U 00 N N am �tlytl t7 ��yy7$ ryyyy W K hNyQ N N m rn r W O O HH O r b w z N z m J O O — _ _ _ O — _y _ _ O _yy _ _ — — — _ _ _ _ _ _ H N m n m 0 z to r to b N O _ _ _ _ N _ _ _ _ 0 _ _ _ _ _ _ _ _ _ _ _ tv 7_. y N N Ci c(M 8 OD J O O O O (QQ� to tl N N r M rytl ytl OD r id O O O O 'd bd p N N l7 N !A .b W OD O O 0 0 N N J N V1 N r N O O O O — — — — — — — — — — C Cztl — — — — — — N O � z Cl r O O G — O — — — O — — — — — — — — — — — — n yH O O A y O O O O O y w w W W dV — O O — — — O O — — _ — _ _cc _ _ _ N N iD rA O 0. O 0 O 0 0 CITY Of DENTON MUNICIPAL UTILITIES/ 901 A Texas Street / Denton TX 76201 MEMORANDUM To Tom Shaw From Glenn Fisher Date February 20, 1991 Subiect Bid No 1332 Overhead Distribution Transformers Based upon the evaluated lifetime operating costs, the Electric Engineering Staff recommends the acceptance of the following items in the above referenced bid Item 1, (20) - 25 KVA transformers Priester Supply, $551 00 each, Total Cost $11,020 00 Item 2, (20) - 50 KVA transformers Poleline, $693 00 each, Total Cost $13,860 00 See the attached spreadsheet for the complete evaluation R&M/1332 mem cc Bob Nelson, Executive Director of Utilities Jim Harder, Director of Electric Utilities m Don McLaughlin, Electric Engineering Administrator rn c ;r V N P a CONVENTIONAL OVERHEAD DISTRIBUTION TRANSFORMERS BID NO 1332 25 KVA Delivery Bid Evaluated Vendor Manufacturer (Weeks) NLL LL Price --cost Priester #1 Cooper 5 79 187 $551 00 $2 970 54 Polelme Kuhlman 6-8 66 255 $493 00 $3 003 63 Techlme 8-10 100 199 $522 00 $3 009 99 KBS Electrical Ermco 4 58 282 $497 00 $3 096 30 Temple #1 General Electric 14-16 61 274 $505 90 $3 105 55 Preferred Sales Central Moloney 4 63 250 $554 00 $3 176 48 Wesco Westinghouse 5 57 322 $494 00 $3 248 63 Cummins United 6-8 55 352 $490 00 $3 351 76 Sesco Sesco 4 68 432 $417 00 $3,492 46 Priester #2 Cooper 5 75 514 $408 00 $3 832 81 Temple #2 Magnetic Electric 2-3 75 520 $426 10 $3 918 99 50 KVA Delivery Bid Evaluated Vendor Manufacturer (Weeks) NLL LL Pnce Cost _ Polelme Kuhlman 6-8 123 414 $693 00 $4 579 48 Priester #1 Cooper 5 112 478 $658 00 $4 681 98 Preferred Sales Central Moloney 4 114 406 $771 00 $4 772 30 Techline 8-10 160 389 $751 00 $4 825 51 Temple #1 General Electric 12-14 108 422 $791 25 $4,88241 KBS Electrical Ermco 8 97 530 $706 00 $4 998 36 Cummins United 6-8 135 515 $710 00 $5 107 70 Priester #2 Cooper 5 149 605 $593 00 $5 145 50 Sesco Sesco 4 130 703 $618 00 $5,55912 Wesco Westinghouse 5 102 748 $610 00 $5 602 90 Temple #2 Magnetic Electric 2-3 126 786 $696 89 $6 154 88 Evaluation Formula Evaluated Cost = Unit Cost * 3 38 + [NLL + (LL — NLL) * 0 5] * 8 332 R&M 1332 wk3 --- — s n I