Loading...
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