HomeMy WebLinkAbout1991-0022651L-1/3689
ORDINANCE NO 9/-06,�L
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT
FOR THE PURCHASE OF MATERIALS, EqUIPMENT, SUPPLIES OR SERVICES,
PROVIDING FOR THE EXPENDITURE OF 1UNDS THEREFORE, AND PROVIDING
FOR AN 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 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
materials, 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
To -
bids r materials, equipment, supplies, or services, shown in the
"Bid Proposals" on file in the Office of the City's Purchasing
Agent filed according to the bid number assigned thereto, are
hereby accepted and approved as being the lowest responsible bids
for such items
BID
ITEM
NUMBER
NO
VENDOR
AMOUNT
1161
All
San Angelo Electric
$50,000
00
1182
All
Techline Inc
12,646
00
1184
All
Priester Supply
17,190
00
1192
1
Case Power & Equipment
28,863
114,375
00
1192
2
Mahanay International Inc
46,121
00
1192
3
Zimmerer Kubota
60
1195
All
Goodyear Commercial Tire &
Service Center #7189
See Exhibit A
1196
All
Reliable Battery Company
$12,000
00
SECTION II That by the acceptance and approval of the above
numbered ems 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 accor-
dance 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
to
approved --an—& —accepted items and of the submitted bids wish
enter into a formal written agreement as a result of the accep-
tance, approval I 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,
specifications, standards, quantities and specified sums contained
in the Bid Proposal and related bid documents herein approved and
accepted
SECTION IV That by the acceptance and approval of the above
3--f—
numbere tems 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
A ---- _1
immediately upon its passage an a
PASSED AND APPROVED this
ATTEST
JENNIFER WALTERS, CITY SECRETARY
BY a
APPROVE AS TO
DEBRA A DRAYOVITCH, CITY ATTORNEY
BY
shall become effective
PAGE TWO
DATE 01-08-91
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID #1161--TRANSFORMER REPAIR
RECOMMENDATION% We recommend the bid for Transformer Repair
be awarded to the low bidder, San Angelo Electric, at the
unit prices as shown on Attachment 'At for Category I -Repair
and Category II -Overhaul
SUMMARY This bid is for the annual repairs of damaged
padmounted and conventional transformers used throughout the
electrical distribution system Transformers which have
been damaged or are in need of an overhaul are delivered to
the company for testing to determine the extent of damage
The transformer is then brought back to specification
as required (either Category I or II) and returned to the
City Two bidders which offered lower unit prices did not
include the cost of changing transformer oil as required in
the specifications, but listed it at an additional cost
BACKGROUND Vendor's Pricing Sheets
Memo from Donald McLaughlin, Electric
Engineering Administrator
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED Electric Dist
FISCAL IMPACT Charges to be funded from the 90-91 budgeted
funds for Electric Distribution account #610-080-0252-8334
_ 4Respeo��ully submitted
fu
�d
od V Harrell
City Manager
Prepared by
Name Denise Harpool
Title Senior Buyer
Ap d
Name Tom D Shaw, C P M
Title Purchasing Agent
ATTALM= 'A'
City Cou il Report of 01-08-91
Bid #1161--TRANSFORMER REPAIR
S A H A N G E L 0 E L E C T R I C
Category I —Repair
PRICE TIME PRICE TIME PRICE TIME PRICE
R REQ PADmouNTEI) REQ CSP/CONV.
10 KVA CONV REQ. CSP CONVERSION
'VA NV No cbarge
00 4-6 Ilks ------
10 174 00 4-6 Wks 174
145.0
�11 1 7
457.0
---
---
of 2 0
626.0
—o'
---
1 5 0
742.0
q
3 1 2
---
---
---
---
--uLLQ--
741.00
Xjk
1 0
---
---
221
---
---
1 0 0
---
---
---
Category 11--overhaul
TIMEJ
PRICE
PRICE
PRICE1
�Ej
PRICEI
REQ
PADMO UNTED
CSP/CONV
10 KVA
CONV
CSP
CONVERSION1
4-6 Wks
327 oo
4-6 wks
------
327 00
of 10
11 to
------
if
11
of
I# it
if
to to
is of
777 nn
0
of 5
to
4
if 0
2 6
---
---
35—
2503 00
00
32 3 00
30 12
---
---
---
---
of
---
---
---
of 5
---
---
---
---
to 00
---
---
---
---
it 00
---
---
---
it 50
---
---
it JA
---
I
. .......
........ ..
Of 1500
1 ---
I
CITYof DENTON MUNICIPAL UTILITIES/ 901 A Texas Street/ Denton TX76201
MEMORANDUM
TO Denise Harpool, Senior Buyer, Purchasing
FROM Donald McLaughlin, Electric Engineering Administrator
DATE December 11, 1990
SUBJECT BID 1161 TRANSFORMER REPAIR
Award the bid to San Angelo Electric, the low bidder
In reviewing the cost of repairing three phase pad mounted
transformers, Category II, it was decided to bid these items
individually The nonstandard sizes such as 10 KVA, 15 KVA,
37 5 KVA, 112 5 KVA, and 225 KVA were eliminated from the
analysis Alamo and Greenville were eliminated from the
analysis because they submitted oil as a separate item
DLM tn 2-
Bidil6l
DATE 01-08-91
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID 1182--500KVA PADMOUNTED TRANSFORMERS
RECOMMENDATION We recommend this bid for 500KVA
padmounted transformers be awarded to the lowest evaluated
bidder, Teohline Inc , in the total of $12,646 oo
SUMMARY This bid is for two (2) 500 KVA padmounted
transformers for use by the Electric Distribution
Department The purchase of these transformers will assure
adequate stock for new installation or replacement of
transformers by the Electric Department
BACKGROUND Tabulation Sheet
Memo from Donald McLaughlin, Electric Engineer
Administrator
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED Electric Dist
FISCA� IMPACT Purchase to be made from the Electric
Distribution Bond Fund Account #612-080-RB90-9222
submi
Lloyd VI Harrell
City Manager
Prepared by
--I)e 6�� —PQO�
�#- L
Name Denise Harpool
Title Senior Buyer
Approved
Name Tom D 8haw, C P M
Title Purchasing Agent
W
M
CM
cli
93
Lf)
-X
_r
OQ
:3
Cf)
cy,
cm
Do
.0
C\j
0
N
C\j
CC)
C:4
0
C�
4&
oc
C/)
CD
w
00
C\j
L--
L--
04
z
14
0
PCI
PC;
z
(31
0 N
4w.
1�
HM
r,
C\l
u
M)
ul
4 Z
z
0 9
E�
0 E�
U�
Ln
ft
z
CY
p
H
41.
PQ
0
PCI
w L)
E� W
z
-- -- -- -- -- --
-- --
-- -- -- --
-- --
-- --
PC;
m
w
0
0
00
=r
C)
I
C\j
0
13 L)
C)
0 PC;
t—
co
ON
cm
9:�
co
00
C\,
.69,
V)
Cl)
F-I
0
-T
p
z
L-
0
0
M w
E-
0 W
H H
a4
CY
CITYof DENTON MUNICIPAL UTILITIES/ 901 A Texas Street/ Denton TX76201
M E M 0 R A N D U M
TO Tom Shaw, Purchasing Agent
FROM Donald McLaughlin, Electric Engineer Administrator
DATE December 18, 1990
SUBJ BID 1182 TWO 500 KVA PADMOUNT TRANSFORPIERS
Please award the bid to Techline Inc Their bid was $6,323 each
making the cost for two (2) $12,646 Techline Inc was the low
bidder Losses were NL of 760, LL of 4857, and an impedance of
2 2%
The transformers are needed to maintain proper inventory levels
DLM th
12180147
cc Robert Nelson, Executive Director of Utilities
Ernie Tullos, Director of Electric Utilities
9S Z W 6 1 jj[j L661
lid
DATE 01-08-91
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID #1184--CAPACITOR BANKS
RECOMMENDATION We recommend this bid for capacitor banks
be awarded to the lowest bidder meeting specifications,
Priester Supply, in the amount of $17,190 00
SUMMARY This bid is for six (6) 1200 KVAR capacitor banks
which will be used for system power factor improvements
These capacitor banks will be installed in various locations
throughout the Electrical Distribution System
BACKGROUND Tabulation Sheet
Memo from Donald McLaughlin, Electric Engineer
Administrator
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED Electric Dist
FISCAL IMPACT Funding is available in the Electric
Distribution Bond Funds Account #612-080-RB90-9222
Lloyd V Har
City Manager
Prepared by
Name Denise Harpool
Title Senior Buyer
Approved
Name Tom D 'Shaw, C P M
Title Purchasing Agent
submitted
0
0 4�
ri
m
C\l
�l 0
ol 4)
00
a)
Lci
S
00
m
a) A
a
C/)
m
-ell
U
I
4J
-- --
-- --
-- --
-- --
-- -- --
-- --
-- --
--
E�
0
m
V3
ID
co
cli
0
C\j
0
CL4
V)
PC;
X
0
00
w
�R
Q
C',
43
CL
0
CY)
0
a
4p,
CM
I
Lr)
cm
r4
Cl)
0
cl;
wal
0
%0
Ln
C�
pq
C\j
C\j
0
a,
W
z
F-4
<
.4
1�4
00
E.
%4
H
a)
0
m
E�
ft
z
m
PQ
0
W
z
E� .3
W
-- -- -- -- --
--
-- --
-- -- -- -- -- -- -- --
0
z
0
z
PC;
z
0
E.
E.
z
-9
W
m
cA
P�
I=t
CQ
14
cr
0
0
r 1 '.0
CY
CITYof DENTON MUNICIPAL UTILITIES/ 901 A Texas Street/ Denton TX76201
M E M 0 R A N D U M
TO TOM Shaw, Purchasing Agent
FROM Donald McLaughlin, Electric Engineer Administrator
DATE December 18, 1990
SUBJ BID 1184 1200 KVAR CAPACITOR BANKS
Please award the bid to Priester Supply Their bid was $2,865
each, making the cost for six (6) $17,190 Priester supply was
the low bidder
The capacitors are being purchased for system power factor
improvements
DLM th
12180145
cc Robert Nelson, Executive Director of Utilities
Ernie Tullos, Director of Electric Utilities
Z I E t1_1 8 1 JJJ J061
,Ito
DATE 01-08-91
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID #1192--LOADER/BACKHOE & TRACTOR
RECOMMENDATION: Council approve award of bid to the low
bidders meeting specifications as shown below
Item #1--Loader/Backhoe, 65 HP Class to
Case Power & Equipment in the amount of $28,863 00
Item #2--Loader/Backhoe, 90HP Class w/Extendable Boom/Dipper
to Mahanay Int'l Ina in the amount of $46,121 00
Item #3--Tractor Loader to
Zimmerer Kubota in the amount of $14,375 60
SUMMARY This bid is for the purchase of the equipment
listed above Item #1 is a motor pool replacement for a
1984 loader/backhoe assigned to Water & Sewer Field Services
Division Item #2 is a motor pool replacement for a 1981
loader/backhoe assigned to the Electric Distribution
Division Both of these units are in need of major repairs
and are no longer economical to maintain The 1981 and 1984
loader/backhoes will be sold at public auction along with
other surplus and obsolete equipment
Item #3 is a fleet addition approved during the budget
process and will be assigned to the Electric Metering and
Sub -Station Division for maintenance in and around
substation sites and during any new construction projects
BACKGROUND Tabulation Sheet
Memo from Jack Jarvis, Fleet Superintendent
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED Motor Pool
1L*9A4_Zb2A9._T Budgeted 90-91 Motor Pool Funds
#620-082-0471-9104 ($28,863 00)
#610-080-0252-9230 ($46,121 00)
#610-080-0255-9232 ($14,375 6o)
Respectf ly submit ed
V
1 v 4
0�-d if Harrell
City Manager
Prepared By
Name Tom-D �Shaw, C P M
Title Purchasing Agent
---------------------
4
E4
C,
0
ki
z
Ln
0
r-
0
>1
0
m
z
z
z
W
>
0
C14
0
z
N
---------------------
0
0
IA
E-
to
z
10
(v
OD
(14
t4
OH
I
m
00 OD
0
a. �)
OD
OD
1�
LO %D
CY
C-i
-W
z
rA
pq w
4) 0)
>1
V)
w to
(a
4 Q
to (a
Q
u
u L)
0
---------------------
V� N
14
>4 9
0
0
E-4 0
til
E-
>1
u
14
�4
Ln
al
0
0
w
0)
0
u
0
cn
m
4
P
2
1
Ea
z
94
m
ko
z
cli
H
>
m
Ln
4-)
H
0
4LO
4w
0
00
z
0 W
ON
u
---------------------
FA
0)
C-i
>1
F-I
P4
Ln
H
(a
P
0
1
1
m
00
n
at
%0
-W rl
-0
z
`4 �q
Ln
4ft
E4
z
Cl)
F-I
---------------------
H
cli
C)
ri
�4
pq
C4
0
p
U
9
E�
14
0
0
0
OD
z
fA
fl,
0
w
M
to
to
(d
IV �4
H
r-4 a)
Ln
0 1�
.4
Of
0
0
4; mo
z
0
0
0
CQ
M 10
14
1�
�, r.
$4
�4
$4 W
0
0) 4J
4-)
x
u
Da
(d
0
0
�4
--------------
A
0
E4
--------------
I 1� cq m
ic
ic
-x
ic
ic
ic
ic
ic
it
ic
N
ic
N
ic
E�
z
0
m
m
z
z
z
z
>
---------------------
0)
0
pq m 0
w
0
0
0
0 14
>1
p E-
0
LD
Cl)
0
in
0
Ln
o
z
(Y)
Do
ift
W�
>
�4 P P
0
0 0 0
�4
N 9T4 F-4
P.
— — — —
— —
— —
— — —
— — —
— —
14 N CY)
— — — —
—
0
C) 0
00
ul
rD z
0
00
-W r-
>1
14
C:l
-V
Lf)
H Z
z
I
F-I
PQ
ON
m
z
u u
I-
>
cq
W
z
40
4&
0)
0
C\j
— —
— — — —
— —
— —
— — —
— — —
— —
— — —
m
(1)
0)
m
0
0%
0
-W
0)
t-
o
r,
0
u m 0
to
P4
0
Ln Ln N
>1
0
Ln Ln H
aj
It 0
C)
0
r�
Ln r, "
E-
z
Cl)
Ln
1�
W
46
>
�4
C\J
0 0 0
E�
rX4 44 44
---------------------
C\l (Y)
to
to)
E0
to
to
0 �4
r-I
1-4 W
z
U
L) P4
0
P.
H
a.
a. 11
E4
m
:9 0
CLI
Lf)
0
F-I
W
0) r:l
1%
0
04
U
0
0
w
ta
(V
w co
�4
>
FA
0
0
Q)
H
Q
a)
PQ
0
W
(tj
P4
E-
pq
m
�4
0)
0
a)
4) 4�
4-)
rd
ro x
(v
(d [4
Cd
0
0
�4
---------------
>4
E�
— —
— —
— — — —
— —
— —
1�
—
N
M
U, f I i
H-11 i
DI 199C OFr 20 P11 2 28
CITY of DENTON, TEXAS VEHICLE MAINTENANCE / 804 TEXAS ST / DENTON TX 76201 / (817)5668430
MEMORANDUM
TO Tom Shaw, Purchasing Agent
FROM Jack Jarvis, Fleet Superintendent
DATE December 19, 1990
SUBJECT BID NUMBER 1192/LOADER/BACKHOES, TRACTOR
My recommendation is as follows
Bid Item #1 Loader/Backhoe, 65 HP Class
Award to Case Power and Equipment
2019 Airport Freeway
Euless, Texas 76040
at a cost of $28,863 00 which is low bid meeting specifications
Bid Item #2 Loader/Backhoe, 90 HP Class with Extendable Boom/Dipper
Award to Mabaney International, Inc JCB1700B
P 0 Box 580
McKinney, Texas 75069
at a cost of $46,121 00 which is low bid meeting specifications
Bid Item #3 Tractor Loader
Award to Zimmer Kubota
Denton, Texas 76201
at a cost of $14,375 60 which is low bid meeting specifications
*QL I. . � -
k Jarvis
JJ/bp
DATE 01-08-91
CITY COUNCIL REPORT
TO Mayor and members of the city Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID #1195 -- TIRES
RE22MMEIR&T12N Council approve award of annual bid, with
option 0 renew for an additional year, to lowest overall
bidder meeting specifications, Goodyear Commercial Tire and
Service Center #7189 The estimated annual purchase amount
is approximately $68,000 00
SUMMARY This bid covers the purchase of tires and tubes
for approximately 600 pieces of rolling equipment owned
and/or serviced by the City of Denton
BACKGROUND Tabulation sheet and Memorandum from Jack
Jarvis, Fleet Superintendent
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED Fleet Services
FISCAL IMPACT Garage inventory account #710-025-0580-8702
ully submitted
City Manager
Prepared by
A. a -
Name mblanie A Harden
Title Buyer
Approved
Name Tom D Shaw, C P M
Title Purchasing Agent
Exhibit A
BID
1195
1
1
1
1
1
1 PLAZA
I GOODYEAR
I BRISCOE
I
DENTON I
BID
NAME
TIRES
I TIRE
I COMM'L
I TIRE
I
DISCOUNT I
I CENTER
I TIRE
ISERVICE
INCI
TIRE
OPEN DATE Dec 18 1990
1
1
1
1
#
IQTY
I ITEM DESCRIPTION
I VENDO
ENDOR
I --VEN-DOR
I
1
1 =a
IP205/75R15
IT
I S34 85
1 $79 27 1
$41 48 1
2
1 a&
IP215/75RI5
1 $69 98
1 s36
66
1 S38
12 1
S42 32 1
3
1 a&
IF225/75RI5
1 $72 32
1 $38
59
1 $39
99 1
S45 73 1
4
1 as
1?235/75RIS
1 $76 21
1 S40
62
1 $41
93 1
$47 94 1
1 DELIVERY
1 7 Days
1 30 Days
1 1 Day
1
2 Days I
5
1 as
IP215/70HR15
I NIS
1 $52
55
1 S66
1
05 1
1
$60 23 1
1
6
1
1 as
1
IP225/70HR15
1
I NIS
1
1 $54
18
1 $63
46 1
S62 36 1
1 DELIVERY
1 30 Days
1 1 Day
1
2 Days I
7
1 sa
17 5OxI6 HWY IDI
I NIB
1 $49
32
1 $53
69 1
$52 00 1
8
1 as
17 5OxI6 HUD 191
1 NIB
1 $57
14
1 S61
35 1
NIB I
9
1 a&
IS OOxl6 5 HWY 10
1 NIB
1 $46
57
1 $49
30 1
S59 35 1
10
1 as
IS OOxl6 5 MUD IS,
I NIB
I NIB
1 $53
97 1
NIB I
11
1 as
18 75xI6 5 HWY 'D'
I NIS
I S49
59
1 S55
71 1
$75 66 1
12
1 sa
IS 75xI6 5 MUD IE
I NIB
1 $58
33
1 S61
73 1
NIB I
I DELIVERY
1 30 Days
I I Day 1
2 Days I
13
1 a&
1100OX20 HWY F.
I NIB
1 5118
10
1 S152
55 1
$150 70 1
14
1 ea
IIOOOx20 MUD '0'
1 NIB
1 $181
47
1 $164
89 1
$181 46
15
1 a&
1100OR20 HWY F.
1 $233 45
1 $179
91
1 $223
36 1
$225 06
16
1 as
1100OR20 HUD IN'
1 $248 85
1 $195
09
1 $265
80 1
$227 11
17
1 as
114/80R20 HWY 'J'
1 $370 09
1 $269
06
1 $450
89 1
$443 21
IS
I as
11IR22 5 HWY IF
1 $272 12
1 $197
20
1 $238
57 1
S255 20
19
1 a&
11IR22 5 MUD IN
1 $281 64
1 $222
44
1 $245
00 1
$242 24
20
1 as
1110OR20 HWY IT
1 $290 09
1 $207
64
1 $240
13 1
$339 76
21
1 as
1110OR20 MUD IN
1 $309 29
1 $222
92
1 $243
32 1
$347 06
1 DELIVERY
1 7 Days
1 30 Days
I I Day 1
2 Days
22
1 ea
111LIS 12 PLY
I NIB
1 $115
91
1 $101
39 1
NIB
23
1 as
116 9x24 10 PLY
I NIB
1 $342
97
1 $277
80 1
$271 70
24
1 as,
116 9x2$ 10 PLY
I NIB
1 $404
12
1 $292
62
1 $351 10
25
1 sa
11400x24 12 PLY
I NIS
I S325
36
1 $232
Qj
1 $300 30
26
1 as
120 Sx25 16 PLY
I NIS
1 $759
1
36
1 $708
1
is
1 $622 60
1
27
1
1 as
1
126 5x29 16 PLY
1
NIB
I NIS
1 $2,250
00
1 NIB
28
1 as.
166X43X25
1 NIB
1 $1 557
31
1 $2,270
00
1 NIB
I DELIVERY
1 30 Days
1 1-3 Days
1 2 Days
29
1
1 DISCOUNT
I (see Did)
I -----
I
I ADDENDUM
yes
I No
I Yes
I yes
r n ,
1gr rjFr ,0 r � 2 28 IN
sta�4
CITY of DENTONj TEXAS VEHICLE MAINTENANCE / 804 TEXAS ST / DENTON TX 76201 / (617)566 8430
M E M 0 R A N D U M
TO Tom Shaw, Purchasing Agent
FROM Jack Jarvis, Fleet Superintendent
DATE December 19, 1990
SUBJECT BID NUMBER 1195 TIRES
My recommendation is as follows
Bid Items I through 29 award to Goodyear Commercial Tire & Service Center #7189
2444 Cherry Valley Blvd
Dallas, Texas 75241
which is lowest of four (4) bids meeting
specifications
n,A
J( is
J
J bp
DATE 01-08-91
CITY COUNCIL REPORT
TO mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID #1196 -- BATTERIES (AUTOMOTIVE/EQUIPMENT)
RECOMMENDATION Council approve award of annual bid, with
option to renew for an additional year, to lowest overall
bidder meeting specifications, Reliable Battery Company
The estimated annual purchase amount is approximately
$12,000 00
SUMMARY This bid covers the purchase of automotive and
equipment batteries for approximately 550 pieces of rolling
equipment owned and/or serviced by the City of Denton
Fourteen bid invitations were mailed and eight responses
were received
BACKGROUND Tabulation Sheet and Memorandum from Jack
Jarvis, Fleet Superintendent
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED, Fleet Services
FISCAL IMPACT Garage inventory account #710-025-0580-8702
e s ype u
c
Lloyd;
City Manager
Prepared by
d�, a
i�ame meaanie A Harden
Title Buyer
Approved
Name Tom D Shaw, C P M
Title Purchasing Agent
BID
#
1196 1
1 1
1
1
PARTS
I LEWISVILLE I
RELIABLE I
NATIONWIDE
BID
NAME
BATTERIES
PLUS
I BATTERY I
BATTERY
I
BATTERY
I & ELECTRIC
COMPANY
OPEN
DATE
December 18, 1990
1
VENDOR
VENDOR
VENDOR
# IQTY
I TEM DESCRIPTION I
Tr i -ce
After Trade -In 1-1-1-1
ea
IGROUP
SIZE 24
$34
95
1 $34 40 1
$27
87
$29 83
2
ea
IGROUP
SIZE 24F
$34
95
$34 40
$27
87
1 $29 83
3 1
ea
IGROUP
SIZE 27
$49
61
$50 88
$34
12
$42 40
4 1
ea
IGROUP
SIZE 27F
$49
61
$50 88
$34
12
$42 40
5 1
ea
IGROUP
SIZE 72
$34
95
$34 94 1
$32
69
$29 83
1
1
lalt $43 85 1
6 1
ea
IGROUP
SIZE 8D
$113
50
1 $106 83 1
$94
18
1 $89 03
DELIVERY
Not Shown
1-2 Days
2 Days
14 Days
METROPLEX
NAPA
lCONTINENTAL I
STEWART
BATTERY
AUTO PARTS
I BATTERY
I
&
INC
I COMPANY
I
STEVENSON
VENDOR
I
VENDOR
VENDOR
VENDOR
IQTY
I ITEM
DESCRIPTION
I-
I
1price
After
Trade -In
I ea
IGROUP
SIZE
24
$28
90
$40
95
$35
28
$35 94
2
1 ea
IGROUP
SIZE
24F
$28
90
$40
95
$35
28
$35 94
3
1 ea
IGROUP
SIZE
27
$36
60
$54
95
$44
74
$47 38
4
1 ea
IGROUP
SIZE
27F
1 $36
60
$54
95
$44
74
$47 38
5
1 ea
IGROUP
SIZE
72
1 $28
80
$41
95
1 $36
68
$43 18
6
1 ea
IGROUP
SIZE
8D
1 $90
50
1 $119
95
1 $88
30
$109 19
DELIVERY
I Day
I Day
I Day
2 Days
CITY of DENTONs TEXAS
n
DEC N 2 28 %OMA
VEHICLE MAINTENANCE / 804 TEXAS ST / DENTON TX 76201 / (817)566 8430
M E M 0 R A N D U M
TO Tom Shaw, Purchasing Agent
FROM Jack Jarvis, Fleet Superintendent
DATE December 19, 1990
SUBJECT BATTERIES (AUTOMOTIVE/EQUIPMENT) BID NUMBER 1196
My recommendation is as follows
Bid Items I through 6 award to Reliable Battery Company
2600 W Mockingbird Lane
Dallas, Texas 75235
which is lowest of four (4) bids meeting
specifications
Ja i a
JJ/bp