HomeMy WebLinkAbout1990-0792651L-1/3689
NO. q0-679
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT
FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES;
PROVIDING FOR THE EXPENDITURE OF FUNDS 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
bids for 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
1106
1
Badger Meter Company
20.75
each
1106
2
Kent Meter Company
39.50
each
1106
3
Schlumberger Neptune
64.00
each
1106
4
Badger Meter Company
144.00
each
1106
5
Schlumberger Neptune
s 219.00
each
1106
6
Schlumberger Neptune
1,071.00
each
1106
7
Schlumberger Neptune
S11591.00
each
1106
8
Schlumberger Neptune
3,024.00
each
1106
9
Badger Meter Company
421.00
each
1111
1
R & R Uniforms
22.11
each
1111
2
R & R Uniforms
21.00
each
1111
3
R & R Uniforms
21.38
each
1111
4
R & R Uniforms
65.25
each
1111
5
R & R Uniforms
35.69
each
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 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
approved and accepted items and of the submitted bids wish to
enter into a formal written agreement as a result of the accep-
tance, 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,
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
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
immediately upon its passage and approval.
PASSED AND APPROVED this day of 01 1990.
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY: �j
APPROVED AS TO LEGAL FORM:
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
BY:
PAGE TWO
DATE: JUNE 5, 1990
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID# 1106 - WATER METERS
RECOMMENDATION: We recommend this bid be awarded to the lowest
bidder meeting specifications for each item.
1.
5/8" & 3/4"
Meter
Badger Meter Co.
$ 20.75
ea.
2.
3/4"
& 3/4"
Meter
Kent Meter Co.
39.50
ea.
3.
1"
Meter
Schlumberger-Neptune
64.00
ea.
4.
1
1/2" Meter
Badger Meter Co.
144.00
ea.
5.
2"
Meter
Schlumberger-Neptune
219.00
ea.
6.
3"
Compound
Meter
Schlumberger-Neptune
1,071.00
ea.
7.
4"
Compound
Meter
Schlumberger-Neptune
1,591.00
ea.
8.
6"
Compound
Meter
Schlumberger-Neptune
3,024.00
ea.
9.
3"
Fire Hyd.
Meter
Badger Meter Co.
421.00
ea.
SUMMARY: This bid is for the annual contract for water meters
for the City of Denton. The estimated yearly expenditure is
$95,500.00. There appears to be a tie bid on Item 3 (1" Meter)
between Neptune and Kent at $64.00 ea. Kent did not bid a price
for replacement register on the 1" Meter. The Neptune bid
becomes lowest and best. A similar situation exists on Item 9
(3" Fire Hydrant Meter), between Kent and Badger at $421.00
each. The Badger bid includes a higher discount for repair
parts making them the lowest bid for that item. The lower
prices offered by Sensus on Item 6, and Kent on Item 7 and 8 are
for meters that do not meet the specifications for the City of
Denton. We require that both measuring elements, high flow and
low flow, be housed in a single case. The meters offered by
Sensus and Kent do not meet this requirement.
BACKGROUND: Tabulation Sheet
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Water Meter Shop,
Water Utility Department and Warehouse
City Council Agenda
Bid# 1106
June 5, 1990
Page 2 of 2
FISCAL IMPACT: These items will be purchased as needed for
warehouse stock from working capital funds, account number
710-003-0582-8708. The meters will then be recharged to the
appropriate account number at the time they are charged out of
the warehouse inventory to be placed in service.
02"'�.WWAR-'010'WA FAA
Lloyd V. Harrell
City Manager
Prepared by:
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
030.DOC
I
1
1
I
M t9 am M
Lh to do to
Go r9 t5 00 am
do, am ED to M
61 to am 00 to
t5. !9 29 6".1 ED,
I
I
do M CSi
- Co cn CY, In MU-
M Ml w do ED
SY Q- C)� [Y
I
UJI W
w
In
[X Y-
I C[Y
n
I CA
I
I
I
I
VACA r- cr :X :E '.~i'^'. CA
.!F +w --+ .q-
,w M Jw .ti LV
Jw Hi
.S W
1 W
I
I
1
I
I
I
I
_
I
1
I
I
am to to Ev do ED to M do
t$d M 61 ED do
am 00 to t9 am
I
I
I
I
M r h -G +-- to M ED to t9
Lrl ED Lf J r-- do Cw ED, do, to
U•'.t @ to do is
do t9 60 M t9
CA t9 to LL to
Ll(:1
I J w; �+- «-�
[l:t
lot
1
00 CO VT CV Us Us Us ADv?
Lrl r- [M a,
� --+
J
CC,
I CA
I CA
I
1
CA L17 r^- CY- ram- Ph M Y-•- 4 J
45 .w W — N ❑- Ltn 0- UVI
,w Jw .w N
M Jw
LF Mi Hi NM ,N.
I :C:
1
Jw
w
1 w
I
I
I
I
I
1
CV
I
1
1
1
I
M M am u to M an
Cif to t•J- [•.J ED, N...1` to
UA Mu am
do do a=
to
twl
1
1
r- Ir.1 ED m M M to M EM
ED 52 is w m
I
r•i - er' a t1 ts.
Nr' 57 :c ;�
V
Y- aY
I CA
I
Or- CA
C`d Ih -G LT- U'1 -W N
V
w
J51 .w H+
Jjr
LCJ
1 on
W-
:eC W
1 LLI
1
^• C+I
1
I
1
1
I
1
-
I
1
i
i
Ld to is rg do C> am tm en
do do ED is M
ED to do do es
CY_'
w
I
I
I
1
^? LSt am do, w do to am t9
t^! C� (5. M C3 C9 ED M do
do L•"J to OA do
as do t9 do OW
t@ W cr " Cr
. . .
CL 4J
I
1
. . . . .
. . . . .
V- YW.. L6 uLt l!}
CY so-
t QC
I
- % Ln •m 0, W .-� .-+ .q. In
ter' us ov No 00
LLI
CA Y-
ICI
I Co
1
1
N .x. -G ..t ^ e- U- C+1
.w .:+v +w .-+ CA t9 U} ED
J WE1
:9
1
+s4 ew bi
S
I
1
LJ
() 1
1
1
1
1
I _
t
--
1
1
1
i
1
I
1
W
I
iCC,+t-
1 on c7
r
Or: s:
w w w
t-
I
O._.
1
to
xIn
I .._.
W
I
+x
Lr
W
LCJ
0
(lJ
CIC
29
I
UJ
I UJ
I
I
W -Y
1
1
eLIJ-
O-
ICI
I
I ZZ
LLI
......
1
I w W
1
1
-.... _-.. G7
'.s' ph N'I O.. LLt
L
L CA Cr:
CAO
Cn
.- .�. N
L
ti
.-•. .K [V
4-
1
I
[.J (%1 ar' r
In'd' •-�
Cot ^� •'J
Lt7 Ni ell ^rt' ..Cl M
W
U'.1
4 1 Y%! .-+ — N
w
U I
617 r'. N
I
1
1
I
LLI
am Lf:l IJ7 -G r-. +-
.T
4-1
:Z
1 OJ
1
trl
L
_-J'
1
1
S`-1
�a u
tL
Q-
Lrt -G ram- [A []-
t3i .- CA r^! cr'
V"1 -4 f`.. co, Cl'-
m ml m m
He Li
G
r.
La
uj
em —1 04 r�l
CV CV 1V CIQ CV
DATE: JUNE 5, 1990
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID# 1111 - POLICE UNIFORMS
RECOMMENDATION: We recommend this bid be awarded to the lowest
overall bidder, R & R Uniforms, as listed below.
1.
LS Shirt
$ 22.11
ea.
2.
SS Shirt
21.00
ea.
3.
Trousers
21.38
ea.
4.
Jackets
65.25
ea.
5.
Raincoats
35.69
ea.
SUMMARY: This bid is for the annual contract to supply Police
uniforms for the City of Denton. The estimated expenditure is
$15,404.00, however, the quantities may vary according to the
needs of the City of Denton. The contract will extend through
June 1, 1991. To maintain uniformity and matching colors,
styles, and delivery schedules, all uniforms must be purchased
from a single supplier. In this incident, R&R Uniforms was the
lowest bid.
BACKGROUND: Tabulation Sheet
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Police Department
FISCAL IMPACT: Funds for the purchase of uniforms will come
from 1989-90 and 1990-91 budget funds for uniform purchases,
account number 100-070-0042-8108.
Respectf ly submitted:
Lloyd arre 1
City anager
rZ
Prepared by:
Name: Tom ,D. Shaw, C.P.M.
Title: Purchasing Agent
030.DOC
W N I,
b
CCz
N
yC
000 LnnUi
H
------------------
In
L0TJ
O
y'roLnUri
r
y
H 0 0
r
C
r
ot1imx
H
in
PO
> Ul �d id ;d
m
FC
H m H q
En
t�2]
N N
CJ
n
H H
C=]
w
roro
En
H
n
C
z
[sJ
H
d
ro
H'
pl
z!
W
H
I
Ul
z0
y
rn
Lr yr tir yr
In
dl
J dl 4� co H
N
W Ul W �l C11
Ul
Ul O Ul O O
— — — —
— — —
O
—
O O O O O
— — — — — — — -
vi
�1
H
I
�
FC
C7
w
����-rA
W
M,
W
NOINN N
U�
Ul
l0 —1 W H W
Ul
�o �nn :n
o
--j -.3-A-.3
----------------
o
O0000
F--'
H
9?
Ul
'C
I
Ul
',b
O
W61NNN
.C,
p.
UI UIHHN
co
O
01% N W C F�
O
lO UIOOH
----------------
O
O O O O O
H
:h
I
H
�P
61
�-C
O
t3]
J
yr th ra {n
CQ
CJ
00
itA l0 N N N
Ul
m Ul N O W
UZ
Ul
O O W W W
O
O O Ul Ul Ul
----------------
0
0 0 0 0 0
H
C7
ro
O
r
H
t+]
z
H
N
O
Oci
c
�z
i t�J
H
Z
H
C7
LT1 0
0�
w
co m
-------------
ci
C
z ri
oz
O
o
-------------
li
c
z
LTJ
H
O rr
O
;d �d
-------------
ci
CzzTJ
H ,')y
C7
O y
O
xi H
-------------
W Ul