HomeMy WebLinkAbout1990-0702651L-1/3689
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
1094
All
W.M. Dusenberry Company
38,198.40
1102
1
Chem Spray North
6,081.12
1102
217,10
Estes Chemical
4,591.92
1102
3,4,6
Tide, Inc.
3,315.62
1102
5
VWR
72.91
1102
8
Dennis Farm Store
415.50
1102
9
Chemical Turf
84.80
1102
11
Justin Seed
110.40
1102
12
Lesco, Inc.
32.64
1108
All
Hatch & Kirk, Inc.
91,636.70
1109
All
Yuba Heat Transfer
57,892.00
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 andprova1
PASSED AND APPROVED this /� day of �, 1990.
BOB CASTLEBERRY, MAY
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY
APP VED AS TO LEGAL FORM:
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
BY:
PAGE TWO
DATE: MAY 15, 1990
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID# 1094 - FIBERGLASS ROADWAY LIGHTING
RECOMMENDATION: We recommend this bid, for fiberglass roadway
lighting, be awarded to the lowest bidder meeting
specifications, W.M. Dusenberry Company, in a total amount of
$38,198.40.
SUMMARY: This bid is for replacement of warehouse stock and for
upgrading existing streetlights. The poles from W.M. Dusenberry
are the only poles which meets FHA break -away requirements.
BACKGROUND:
Tabulation sheet, Memorandum from Don McLaughlin
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Warehouse Working
Capital
FISCAL IMPACT: Account #710-043-0582-8708
Respect ly submitted:
�4 s
Lloyd . Harrell
City Manager
Pre ared by:
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
TDS/cj
029.DOC
CITY of DENTON MUNICIPAL UTILITIES / 901-A Texas Street / Denton, Tx 76201
MEMORANDUM
TO: Denise Manning, Buyer, Purchasing Department
FROM: Donald McLaughlin, Electrical Engineering Administrator
DATE: April 26, 1990
SUBJECT: BID 1094 FIBERGLASS ROADWAY LIGHTING
Please award the bid to William Dusenberry at:
35' pole $451.92
45' pole $821.36
Dusenberry was the only bidder to meet FHA (Federal Highway
Administration) break away requirements. The low bid was from
Cummins which was:
35' pole $440
45' pole $548
The bid was for 30 poles of each size making the total difference
between the low bid and Dusenberry's bid $8,558.40.
These poles will be used to replace stock lighting at the I-35
access road at Prairie; and upgrading street lighting on Bonnie
Brae from Hwy. 380 to Windsor.
DLM:tn
04269045
cc: R.E. Nelson, Executive Director of Utilities
Ernie Tullos, Director of Electric Utilities
— — — — — — — — — — — — — — — — — — —
— —
W
— — — —r
W
KD
0
0
q
— — — — — — — — — — — — — — — — — — — — —
— — — —
—
O t1J
H
H
x r
(7)
x
w
M
�
O
O
ttxj
m
w
�
Ul
Ul
0
t+i
CO
O
H
H
H
O
n
0 wH
C
t1i C7
G
z
�3
�
h7
w
H
C7
H
0
H
x
F3
cn
ro
ro
u,
�
�
Ln
�
:n
z
0
�
0
0
0
0
— — — — — — — — — — — —
— — —
— — —
0
— — —
0
— — —
— — —
— — —
— — — —
— — — —
C
z7
H
Z
rn
x
co
Cn
�i
z
VI.
w
�
o
C
O
O
r
t�
H
t
0
0
0
0
— — — — — — — — — — — —
— — —
— — —
0
— — —
0
— — — —
-------------
W
Ul
t)
i
N
L?
-ra
C
ti]
n
Z
>
�<
co
W
�
o
o
00
o
O
�'
z
co
0
0
— — — — — — — — — — — —
— — —
— — —
0
— — —
0
— — — —
— —
— — —
— — — —
— — — —
a'
N
m
to
M:
�
C
h�
o
o
0
0
0
0
0
0
---------------------------
w
w
i0
O
O
H
I
�C
III u
O W
H H
w
H
tj tj
z
r r
U� U)
ro ro
O O
r r
t1J tij
co
w In
Ln ul
N
i
ur
-Ell
kD
--3
t7
H
N
FC,
.
�
J
J
Ul
Ul
— — — — — — — — — — — — — — — —
O
— — — — —
O
— — — —
iP
Ul
C7
J
>
W
N
�<
w
w
co
Ul
cn
— — — — — — — — — — — — — — — — —
o
— — — —
O
— — — —
U�
C7
�
trJ
Ul
x
1Z-3
d
U?
4�
00
O
ro
Ul
N
z
Lij
F
N
I'o
w
N
Ol
— — — — — — — — — — — —
— — —
— — —
O
— — —
O
— — — —
�
d
d
C)
O
z
ci
y
gg
t�J
�
roro H
H
CrJ tlj iP
LT1
H
r
O
>
d
co
n
O
�d
O
H
ro
�
H
y�
H
�C
O
z
r
H
O
x
-------------
H
H
zC
�
C7
O
Lro'
rd
tij
-------------
t=l
t7i m
zM
Ci
H Uri
O
xJ O
n
-------------
C7
C
tij
tij :E�
� �
O
-------------
�c
DATE: MAY 15, 1990
ITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID# 1102 - CHEMICALS AND HERBICIDES
RECOMMENDATION: We recommend this bid be awarded to the lowest
bidder meeting specifications for each item as listed below.
Item Product Vendor
1
Oust
Chem Spray North
2
Rodeo
Estes
Chemical
3
Surflan
Tide,
Inc.
4
Image
Tide,
Inc.
5
Fusilade
VWR
6
Gallery
Tide,
Inc.
7
Round Up
Estes
Chemical
8
MC96
Dennis
Farm Store
9
Oxamyl
Chemical
Turf
10
Orthene
Estes
Chemical
11
Surfactant Justin
Seed
12
Nutri-Sol
Lesco,
Inc.
Price Total
7.918 6,081.12
94.50
2,835.00
54.27
2,713.50
161.68
323.36
72.91
72.91
69.69
278.76
56.46
1,693.80
13.85
415.50
21.20
84.80
5.26
63.12
4.60
110.40
1.36
32.64
TOTAL BID 14,704.91
SUMMARY: These chemicals are for weed and pest control in and
around City parks, substations, and right-of-ways. They are
applied under the direction of licensed applicators. The
quantities are estimated to be an annual supply, but may vary
depending upon the needs of the City.
BACKGROUND: Tabulation Sheet
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Parks and Recreation,
Park Maintenance and Right -of -Ways, Drainage Area Maintenance
FISCAL IMPACT: Funds for the purchase of these chemicals and
herbicides will come from 1989/90 budget funds.
Respe ulllyy submitted:
0
opw
Llo V. Harre
City Manager
Prepared by:
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
TDS/cj
029.DOC
---------------------------
li
N N H H W a. U1 W m
�P iP N 01 O O iP H N O (D 00
d zz E0 �dG)ftlHIn1 d0
F< 7y z H iO C C co] v t7 U)
cn H q rn zztlH0 wH
HH CJLTJCts]r0
CTJ U] O tl r H C F< t:5 z
H O H O w ro
n 0 �d > 0
�C ttij cl� x H
�> t x
�y n
ww� CWCrCCN
r
— — — — — — — — — — — — — — — — — — — — — — — — —
Ul
I
�
N
H
o
W
N
I-1 N
N
O 1-+
\
cn
P G)
N N
my
o0
or
o0
-(A t).
H l0
O1 -,1 co
Ul O•
NW 0)
1 HN
• •
• • CD
� o
m a\
olao
000
0 0 0
O O N
H
O
I
tzj 1
I I
> L}
{/} N H
Ul
l0
Ul 110
•4
Ol t0
00
Ul
00 iP
co
0)
al N -7
iA
H
Ul Ul
O
Ul 00 11
W
Ul
O O
O
O O O
O
O
O O
H
O
F4 iP Ul Ul W W 4P O Ul 0 0 0 l0
OH 10000 000000 U1
O U l O O U l O O O O O O O
O O O O O 0 0 0 0 0 0 0
J
I
l7
(Jl.
�'
t/1 I
I I r/1• t/lI
H� I I
Ul 00
00 Ul
U]
I-` (D
00 W
N 01,
W H
N�1
ON
0) O
Ul U7
O Ul
O O
O O
0 0
10
n
d
d
0
z
H
>CD
(�
H
H
N
r
H
N
>
a,
r
N
>
0
x
l�
td
H
n
H
d
t�]
to
x
F3 t9
�d H
C)
r
-------------
co CO
t7l CO
O
CJ H
�
-------------
z
0
w
C
Cz�7
C7
0
'd
C7
tx]
q H
0 co
.b
t1i
r
t1J
n
O
NN HF- w to. UIWm
iPiA N m0 OiPF-xNOON
t7 X!4 ��OC� :d0tjHW� d0
r� O�iiz 1 H J� l0 � omci t-' M � d a cn
V] q H a) zz L� H G] 'T1 td
HH C7t+jtit1iL"0
r 0z MF,� bz
��
C CG] 0G]� IIn
m n ;d > 0
�Do H
tij > tij H LT1
;d O L' n
H t"
z>z t=7 0 00G]G]
y tdLd� L�'Wti L'�CLL— NO
G�
— — — — — — — — — — — — — — — — — — — — — — — — —
ul
i
� zz zzz �zzzz�
Fc ww a ww ulwwww�in.
to �
N Ul l0
O O F
O O co— — — — — — — — — — — — — — — — — — — — — —
H
W
tZI
ra
to to
>
FG
w N
Ul F-' m
LA
iA iP
N iP iA
mUl
mlo F-I
0 0
0 0 0
{/?
{h iR -/? F ' Vl L?
Ul M O l0 Ul to V)?
m Ni?O iP iA co
i, l0 l0 W Ul Ul F,
mMLnl "wOw
O O O O O O O
u,
z zzz �-[a �-A-zz
c cv-ca aww ulaommcnww
U] 00 l0 l0 H iP
l0 O l0 -.l 00 -_l
O O O O O C.
H
H
FC w b\d w m3�tJulioTi).
u] F".- OmNO miP 00
mt m�o�oF-
�otnw
JH F-+mr+tncnoo
o- o 0 0 0 0 0 0
=H-
>
0
w
w
n
L
d
d
O
z
C!
b
txrJ
o
tij
m
C
w
t�
t�
H
zzy
C]
io
xd
0
H
ro
H
H
0
z
m
-------------
C
LxLIJ
0 ro
C
Cal
c
0
w
c
tij
0
DATE: MAY 15, 1990
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID# 1108 - DIESEL ENGINE REPAIR PARTS
RECOMMENDATION: We recommend this bid be awarded to the lowest
bidder, Hatch & Kirk, Inc., in the amount of $91,636.70, FOB
Denton with delivery in 30 days.
SUMMARY: This bid is for the purchase of repair parts and
service to overhaul the engine on the backup diesel generator
#2. This unit is located at the Power Plant and is used to
generate auxiliary power. The engine for Unit #1 is also being
overhauled by the same contractor and they are doing very good
work.
The lower price, offered by Hatch and Kirk, is an alternate
proposal and does not include replacing all of the parts we
listed. Should those parts not be necessary, we will reduce the
Purchase Order amount.
BACKGROUND: Tabulation Sheet
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Electric Production
Department
FISCAL IMPACT: Funds for the purchase of these parts and
services will come from the 1989/90 Budget set aside for
maintenance of generating equipment at the Power Plant.
Respec ullllyy submitted:
v '
Llofid V. Harrell
City Manager
Prepared by:
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
TDS/cj
029.DOC
y
O
y
C
H
N
M
v
0
H
0
---------------------
rn
zo
cn
w
0
rn
0
VI
0
Ln
N
J
O
>
o
m
C]
ro
H
—
n
to
r7
z
b
zO
H
y
—
*k
Lli
�
C7
�
H
FC
t7j
co
H
00
t+J
N
�d
tai
o
>
(!]
H
O
�
H
ro
id
H
t]
O
Cn
z
tii
t9 q
zd
��
O
z�
�
mz
O q
z
N
I-�
0
co
-------------
c
t1i
t�
z x
O
z
-------------
x
H
c
zx
• C3
CZ
O
Hx
�
z
--------.
----
x
H
c
zx
• H
O
O
Hx
�
z
n Rl
DATE: MAY 15, 1990
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID# 1109 - HEATER REPAIR
RECOMMENDATION: We recommend this bid be awarded to the lowest
bidder meeting specifications, YUBA Heat Transfer, in the amount
of $57,892.00, with completion in 4-5 weeks, FOB Denton.
SUMMARY: This bid is for the retubing of the feed water heaters
on Electric Generating Unit #5. The bid includes
transportation, retubing, reassembly, and testing of the feed
water heater.
The lower price offered by Southwestern Engineering does not
meet specifications. It calls for 70/30 copper nickel tubes.
The #304 stainless steel would create a reduction in
performance of the heater by approximately 7%. This reduction
in performance is not acceptable.
BACKGROUND:
Tabulation Sheet
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Electric
Department
FISCAL IMPACT: Funds for this repair work will
1989/90 budget funds set aside for maintenance of
equipment.
Prepared by:
Name: Tom Shaw, C.P.M.
Title: Purchasing Agent
TDS/cj
029.DOC
Production
come from
generating
4Respecly sub ited:
Harrell
City Manager
C)
--------------------
0
0
-------------------
Fa
0
H
>
q
L71
;d
�-3
C)
t2i
Pd
-----------------
0)
Ul
C)
-----------------
cr)
m
C:)
C)
CD
CD
CD
-----------------
CD
Ul
tQ
C)
C)
-----------------
C)
0
ro
OD
cl
ta
Ld
H
tz)