HomeMy WebLinkAbout1990-0522651L-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 or 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
1082
All
Davis Truck and Equipment
$1185950.00
1083
1
G & G Tractor
$ 559306.00
1083
2
Collin County Ford
$ 422797.00
1083
3
AIS Continental
$ 45,814.00
1084
All
Case Power and Equipment
$ 802990.00
1087
1-12
Wesco
See Attached
List
1088
All
Consolidated Traffic Control
$ 29,730.00
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 and approval.
PASSED AND APPROVED this day of 1990.
i � r
ATTEST:
JENNIFER WALTERS, CITY SECRETARY
BY:
APPROVED AS TO LEGAL FORM:
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
PAGE TWO
DATE: APRIL 3, 1990
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID# 1082 - SEWER VACUUM TRUCK
RECOMMENDATION: We recommend this bid be awarded to the lowest
bidder meeting specification, Davis Truck and Equipment, in the
amount of $116,515.00, plus $2,435.00 for the optional automatic
level and hose rewind. Total recommended bid award $118,950.00.
SUMMARY: This bid is for the purchase of a sewer cleaner unit
with high pressure hose and vacuum. The unit is truck mounted
and utilized in the maintenance of sanitary sewer and storm
sewer collection lines. This is a Motor Pool replacement of a
smaller unit with high pressure cleaning capabilities only.
The lower price offered by Davis Truck #2 is for GMC that is
rated at 34,000 lb GVW. This unit requires a 39,000 GVW truck.
The main difference being, the capacity of the front axle. The
GMC has a 12,000 lb axle, we require a 16,000 lb front axle.
BACKGROUND: Tabulation Sheet, Memorandum dated March 23, 1990.
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Water and Sewer Field
Services and Motor Pool Fleet Operations.
FISCAL IMPACT: This unit will be funded from Certificates of
Obligation funds set aside for Motor Pool Replacement, Account
#720-004-0020-8707.
Respectfull submitted:
Lloy e 1
City Man ger
Pre red b
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
Ap oved
Nam : Tom D. Shaw, C.P.M.
Title: Purchasing Agent
027.DOC
------------------
�—
Ki
�-3
— — — — — — — — — — — — — — —
— — —
— — —
— — —
— — —
tzi
tt7'
H
CrJ
n
O
LTJ
ti]
x
>
tij
C
x
H
tr1
C]
C]
(7
co
C
G
co
H
w
zH
t7
O
d
z
Fl�
H
t=i
— — — — — — — — —
— — —
— — —
— — —
— — —
— — — —
411
-Ifl.
rir
iP
H
�1
0
0
z
to
y
o
w
Un
o
N
0
0
0
0
0
0
0
------------
0
0
H
V)r
{R
k.o
r
w
yr
�
O
"1.' K1
Ol
N
H
kD
000
z
0
CD�1
io
p
C]
rn
y
CDt7
o
w
C
H
C
o
o
to
ui
0
0
0
0
0
0
— — — — — — — —
— — — —
Cl
— — —
0
— — —
— — —
0
— — — —
H
a
{R
crn
w
</)r
J
O
W
N
H
n�
z
ty
oo
'C�.
n
rn
>
x C)
H
w
r
H
FC
o
to
to
0
0
0
0
0
0
— — — — — — — —
— — — —
0
— — —
0
— — —
— — —
0
— — — —
'l
C
w
Lrl
00 O
>
o
T
C
o
0
Cn
0
0
-------------------------
0
t
t
C
0
�z
ro�
C O
PC w
H C7
Pd >
(] H
xm
h�l!
H
0
o
N
C
r
t�J
r
O
O
C7 H
!o
�3
2
l i i:.,• ..1
f9 !l 19", ti 26 P11 11: SB
g.
uvatsw-�w
CITY of DENTON, TEXAS VEHICLE MAINTENANCE 1 804 TEXAS ST. / DENTON, TX 76201 / (817)566-8430
M E M O R A N D U M
TO: Tom Shaw, Purchasing Agent
FROM: Jack Jarvis, Fleet Superintendent
DATE: March 23, 1990
SUBJECT: BID NUMBER 1082 SEWER VACUUM TRUCK
Bid received from Davis Truck and Equipment includes the water
reclamation system at a total cost of $116,515.00.
Bid received from Naylor Supply was at a cost of $114,986.00
with an add -on of $10,580.00 for the water reclamation system.
Total cost would be $125,566.00.
Since we are currently using a Camel on a Ford cab/chassis and
have had very little complaints on this unit, I submit the
following recommendation.
Bid Item #1 and #2. SEWER VACUUM TRUCK
Award to: Davis Truck and Equipment
P. 0. Box 33
Clifton, Texas 76634
at a cost of $116,515.00 * which is low bid
meeting our specifications.
Camel 200M
Ford LN-8000
* I recommend we pick up Option #XIV A. Roller tensioning to
automatically level and wind sewer hose. This option would add
$2,435.00 to the $116,515.00; bringing the total price to
$118,950.00.
Respectfully submitted,
QQIv, A
ck Jarvis
JJ/bp
XC: Robert E. Nelson
Bill Brown
DATE: APRIL 3, 1990
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID# 1083 - LOADER BACKHOE
RECOMMENDATION: We recommend this bid be awarded to the lowest
bidder meeting specification for each Item as listed:
TOTAL
Item
1
G&G Tractor
$27,653.00 ea.
$55,306.00
Item
2
Collin County Ford
$42,797.00 ea.
$42,797.00
Item
3
AIS Continental
$45,814.00 ea.
$45,814.00
$143,917.00
SUMMARY: This bid is for the purchase of loader backhoes for
the Street Department and Water/Sewer Field Services. These
units are Motor Pool replacements for loader backhoes no longer
economical to maintain.
Two 55-horsepower machines are for the Street Department and two
90-horsepower machines, one with extend -a -hoe, and one without,
are for the Water/Sewer Field Services. The extend -a -hoe option
allows digging to depth of 21-feet.
* A.I.S Continental and Mahanay International tied on this
Item. As per State Law, lots were drawn and A.I.S.
Continental was selected.
BACKGROUND: Tabulation Sheet
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Street Department,
Water/Sewer Field Services, and Motor Pool.
City Council Agenda
April 3, 1990
Bid# 1083
Page 2 of 2
FISCAL IMPACT: These tractors will be funded from Motor Pool
Replacement Funds, and 1989/90 Budget Funds.
Respectf ysssubmitt d:
U
Lloyd IV. Harrell
City Manager
Prepared by:
j-).
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
Approved
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
nl
rn
M
M
1
-41
I
xr
I
1-j I
IM
r1l I
ui
PM
LS)
1w
....
.... ....
....
Ul
�4
m
M
65
wl
m I
W1
i-rl
Im
IM
w
.W
Im
1-0
43
m I
CO
1i4
M2
Im
tat
Vr
W
I
m I
.43
a3
01
U)
DATE: APRIL 3, 1990
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID# 1084 - ARTICULATED WHEEL LOADER
RECOMMENDATION: We recommend this bid be awarded to the lowest
bidder meeting specification, Case Power and Equipment, in the
amount of $80,990.00
SUMMARY: This bid is for the purchase of a rubber tired
articulator frame wheel loader (front end loader), to be used by
the Water and Sewer Field Service Department. It is a Motor
Pool Replacement for a 1982 model loader that is no longer
economical to repair. The equipment bid is a 1990 Model Case
821.
BACKGROUND: Bid Tabulation Sheet
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Water and Sewer Field
Services and Fleet Operations.
FISCAL IMPACT: This unit will be funded by a combination of
Motor Pool Funds and 1989/90 Budget Funds for equipment
purchases.
Motor Pool Account #720-004-0020-8707 $ 38,455.00
1989/90 Budget Account#620-082-0471-9104 $ 42,535.00
$ 80,990.00
Respect lyy submitted:
Lloyd Harrell
City Manager
Prepared by:
\11��R,.
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
Approved
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
027.DOC
n
o
of
�
----------------
--�—
d
d
O
z
b
G
�-3
�
N
y
— — — — — — — — — — — — — —
O
ti
y
d
y
O
t"
t7
n
C
C
Lam-'
ty=i
N
C
�C
LTJ
CJ
t�J
d
t+i
H
C7
O
LT1
H
LTJ
L�
H
Lam'
H
O
O
t=i
trJ
— — — — — — — — — — — — — —
—
— — — —
— — —
— —
— —
— — — —
— —
kD
C]
o
rn
O
1
co
C
7�
-+
cn
co
t�
N
W
H Jy
O
O
N
H
d
C)
J
ca
Vn
o
t"
— — — — — — — — — — — — — —
—
O
— — — —
— — —
— —
— —
— — — —
— —
-[a
m
110
C
to
o
io
io
l=i
C t)
cn
G
H
LzJ
1-0
O
xJ
C
o
LTJ
�
z
o
y
0
— — — — — — — — — — — — — —
—
0
— — — —
— — —
— —
— — —
— — —
— —
C]
N
>
N
O
C
U]
O
O
tTJ
LTJ
W
tj
N
l0
ny
H
F'C
O
`.C1
cn
to
O
,d
O
— — — — — — — — — — — — — —
—
O
— — — —
— — —
— —
— —
— — — —
— —
W
C)
Vi
i
o-t
coo
C
i0
rn
t7
-
c
O
z
z
tij
A.
o
ro G)
>
v
�<
z
in
o
y
H
DATE: APRIL 3, 1990
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID# 1087 - LOAD PROFILE & TARIFF ELECTRIC METERS
RECOMMENDATION: We recommend this bid be awarded to the lowest
bidder meeting specification, Wesco, Fort Worth, for all Items 1
through 12.
1.
Electric
Meter
2.
Electric
Meter
3.
Electric
Meter
4.
Electric
Meter
5.
Electric
Meter
6.
Electric
Meter
7.
Electric
Meter
8.
Electric
Meter
9.
Electric
Meter
10.
Electric
Meter
11.
Electric
Meter
12.
Electric
Meter
CL200 240V 1 PH 3W $ 398.00 each
CL 10 240V 1 PH 4S $ 437.00 each
CL 20 480V 3 PH 3W $ 575.00 each
CL 20 120V 3 PH 4WY $ 570.00 each
CL 20 277V 3 PH 3WY $ 570.00 each
CL 20 240V 3 PH 4WD $ 535.00 each
CL 20 120V 3 PH 4WY $ 573.00 each
CL 20 277V 3 PH 4WY $ 573.00 each
CL200 120V 3W NET $ 555.00 each
CL200 240V 3W NET $ 555.00 each
CL200 120V 3 PH 4WY $ 568.00 each
CL200 240V 3 PH 4WD $ 514.00 each
SUMMARY: This bid is for an annual supply of specialized
electric meters to be utilized by the Electric Metering
Department in their load management program. The quantities are
estimated and will vary depending upon the needs of the City of
Denton.
The lower prices offered by Temple, Inc., and DAC fail to meet
specification.
BACKGROUND: Bid Tabulation, Memorandum from Ray Wells dated
March 22, 1990.
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Electric Utility,
Metering Division
City Council Agenda
April 3, 1990
Page 2 of 2
FISCAL IMPACT: Funds for the purchase of these meters will come
from Electric Bond Funds for Meter Acquisition, Account
#611-008-0253-9224.
Respect f y/submitted:
Lloyd IV. Harrell
City Manager
Prepared by:
-- ti
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
Approved
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
027.DOC
Z) ',i� tJ w --A cJ- f� Ej NJ .—
i
�
1
rr110
-CI
1
ci
NJ I"J
do 120 K) N) do M) W KI K) K3 w
1
-1
-1
-1
M.
m
1-) C-) C-1 C) C-3 C-) r)C-1
r- r- r- r- r-, r-- r- r-- i-- I-
I
I
I
I
m
do
1-
NJ N) " N3 N7 NJ NJ N) 81,3 NJ
I
I
M,
-i
a,
1
1
M,
"I ED
.-A
m
mia do m m do
to NJ
1 1
—1
—11
C-3
=7
U3 -0
N) N3 IN)
N5 MP �
I
I
ml
=1
r4l
r�
ap do cp CP do
I
I
M
ED ED ED C=) I=I ED
m I
ED ED ED ED
wl
m
-Cl
ml
m
I to Jp
M:
•
N) j NJ N) 11.1 .11
*io .10 CrCt, I L -CI E�A
1
I
1
=1 1
M MP K)
t
I
MI -n -n to -4 IT I;,.J a) do
I
I
m
C3'
I -j 14 -4 a, Cq
'ji J 4,4 Ul 4A N) X)
I
I
ED 1
I
cf)
-4
tyl
xj M I= M ,j C4 0, a- W a-
.. . . . . . . . . .
I
I
I
Im do do do w do w do MP do do
I
I
do
Ei4 CeJ Ce4 -i4 vJ 2..J C.J CN GJ .J M do
CA r_n CY! c" Crl cn c.n C." C."I N rl.)
I
I
=1 I
I
-cl UJ r-
ED 513 c
ICJ
40
al =3
MJ
do
w —j —1 �4 NJ
un MJ do - N3 ." r-4
1
I
11
=1 1
rl C: —
-4 C-)
-4 Ct� - - Ila rl, w EX) w
I
I
- �M.
. . . . . . . . . . . .
M MP I2W - .- _0 01 CA NJ w
I
I
I
I
ED 17-
NJ so M Ck- C,4 1
IX}
"i
.-0
N. +5 *5 Q, V, sk .0 sk 45 so
I
I
M I
m
"I
I-)
wi E.tI ._n C.V! CY! C.tl C-1 t.tl 1-4
01 C.tl -1 -4 1 1 -.1 C14
1
I
a) I
=1
k�
ED
Ctl QI "-,4 Lj M C=tl -.4 W
I
I
;w 19 6 6 do do do do do do do 6
1
1
I
m cc do do do do do do mm do do do
I
I
it .... E•c,28
CITYof DENTON MUNICIPAL UTILITIES / 901-A Texas Street / Denton, TX 76201
M E M O R A N D U M
TO: Tom Shaw, Purchasing Agent
FROM: Ray D. Wells, Superintendent, Electric Metering
DATE: March 22, 1990
SUBJECT: EVALUATION BID #1087 - LOAD PROFILE & TARIFF
ELECTRIC METERS
---------------------------------------------------------
---------------------------------------------------------
Bids were opened at 2:00 p.m. on March 20, 1990 with five (5)
vendors replying with valid bids. I recommend award of bid to
WESCO, Fort Worth, Texas as low bid meeting specifications.
Lowest bid was received from Temple, Inc., Arlington, Texas;
however, they mis-quoted specifications and their price reflects
conventional electric meters only. Mr. Chuck Altman
(1-800-888-5776) asked that their bid be removed from
consideration.
The next low bidder, DAC, bid retro-fit registers, not the
complete package as listed.
I request this be placed on City Council Agenda at the earliest
available date, since delivery quote is seven (7) to eight (8)
weeks, and we need the prior to June 1, 1990 summer rate date.
Respectfully,
Ray Wells
RDW:gb
03220069
cc: R. E. Nelson, Executive Director of Utilities
E. B. Tullos, Director of Electric Utilities
BID Y 1087
;
DID NAME LOAD PROFILE AND TARIFF
;
NESCO ;
METERS
;
'
OPEN DATE MARCH 20, 1970
1
1
ACCOUNT Y
;
.
i ; DTY 1 IlEK DESCRIPTION
;
VENDOR 1
1
1
1 1 25 1CL200 240 VOLT
;
T.398.00 1
2 1 8 ;CK10 20 VOLT
;
1437.00 1
3 : 2 1CL20 480 VOLT
;
$575.00 1
4 1 2 lCL20 120 VOLT
;
1570.00 1
5 1 2 1CL20 277 VOLT
;
1570.00 1
b 1 10 :CL20 240 VOLT
$535.00 1
7 1 20 :CL20 120 VOLT
;
1573.00 1
8 1 10 1EL29 277 VOLT
i
$57.3.00 1
9 : 2 1CL200 12D VOLT
;
$555.00 1
10 : 2 :CL200 248 VOLT
$555.06 1
it 10 :CL200 120 VOLT
T588.00 1
12 1 10 :CL200 245 VOLT
T514.00 1
1 !MANUFACTURER
I
NE5CO :
: :DELIVERY
7-8 NKS 1
DATE: APRIL 3, 1990
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID# 1088 - EMERGENCY PREEMPTION SYSTEM
RECOMMENDATION: We recommend this bid be awarded to
Consolidated Traffic Control in the amount of $29,730.00.
SUMMARY: This bid is for the purchase of an Emergency
Preemption System. This system gives emergency vehicles the
ability to control traffic signals as they approach an
intersection. Currently, the Ambulance Fleet has this
capability on a few signalized intersections. This purchase
will expand this capability in the number of signals and the
number of vehicles.
The Opticom System is manufactured by 3M and sold only through
their distributor network. Although the system is protected by
numerous patent rights, we chose to bid the project just to see
if completion was available. Only one bid was received.
BACKGROUND: Tabulation Sheet, Memorandum dated March 26, 1990,
Project Intersection List
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Traffic Control, Fire
Department EMS, and other Emergency Vehicles
FISCAL IMPACT: Funds for this purchase will come from the funds
set aside for the Central Business District Closed Loop System,
Account #436-020-GO89-8910.
Respectf,Wlly
L* submitted:
W,.,//
Lloyd . Harrell
City Manager
Prepared by:
Name: Tom D. Shaw, C.P.M.
Title: Purchasing Agent
027.DOC
n
— — — — — — — — — — — — — — — — — — — — — — — —
— —
O
J
b
Z
Ul H H
H
I
H
9� --3rnoA� 4�
FC
— — — — — — — — — — — — — —
— — — — — — — — — —
0 0 0 0
w o 0
zu� I:)u 7t7a
H M O M M M M M
�y
yrcrrrrr
r O
t=i Htr1 NnHNN
CH
"a IO U]mw W00
01 NNN Ul Ln
dr
F.40 uto0 �40
HH
wngciq
•
n ���y�
U0zt"
r
> C) trJ m
�3 x m F3
O L �m
w ejnn
x
— — — — — — — — — — — — — — — — — — — — — — — —
N
H �7 N N
iP Hko IJI NN
O
— — — — — — — — — — — — — — — — — — — — — — — —
n
:d t7 C v).
O H C N W
r H 0 �.O w
0 cn
W z w w
C n1 o J
C O O
• o 0
H
d
r
n
O
y
O
L�TJ
3
H
� r
'TJ
°
O
z
H
H >
H
n F-3
t7J
t7
Czz�]
C�
O
,c
CITY of DENTON / 215 E. McKinney / Denton, Texas 76201
MEMORANDUM
DATE: March 26, 1990
TO: Tom Shaw, Purchasing Agent
FROM: Jerry Clark, Director of Engineering Transportation
SUBJECT: Bid 1088 - Emergency Preemption System
Bids were opened March 20, 1990 with Consolidated Traffic
Controls being the low bidder. Total price of $29,730,
including the discount as a first time buyer, is very
acceptable to us. This system will allow the Fire Department,
especially from Station #11 to have major capabilities to
preempt the signals on McKinney, Carroll, and University Drive
(US 380).
The intersection priority list was developed by the Fire
Department. Chief Cook and Chief Thomason have been involved
in the selection process throughout this project. They are
satisfied with the Opticom System after testing several other
products and feel this is the best solution for the City of
Denton.
Funding for the project will be from the Central Business
District Closed Loop System. This was estimated for in the
original issue and meets a serious traffic safety need, just as
the closed loop system does.
I recommend the award of this entire bid to Consolidated
Traffic including the alternate which is the expansion to
Carroll for $29,730.
Please advise if you need further information.
Jerr lark
0835E
BID #1088
PAGE 4 Or 15
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
PROJECT INTERSECTION LIST
ntersection
McKinney at Elm
McKinney at Locust
Carroll at University
Carroll at Oak
McKinney at Bell
University at Bell (US 380)
Pre-emption Direction
East,
West
East,
West **
North,
South, East, West
North,
West
East,
West
North,
South
Alternate Bid - Includes 1-6 above plus
Congress at Carroll North, South
Parkway at Carroll North, South
Crescent at Carroll North, South
University at Bell East, West
* WB & EB Straight
= 02,
WB Straight + LT
= 0 1
** EB Straight + LT
= O1,
WB Straight + EB
= 0 2
Remainder = Straight + LEFT
0825E