HomeMy WebLinkAbout1988-0040923L
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 bervices 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" attached hereto, are hereby accepted and
approved as being the lowest responsible bids for such items
BID
NUMBER
ITEM
NO
VENDOR
AMOUNT
9759
All
W A Neel & Associates
14,258
97
9803
All
Jimelo, Inc
36,021
130,000
00
9809
All
Coca Cola Bottling Cc
12,425
00
9815
All
S & T Equipment Co
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
accordance 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
acceptance, 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 5th day of January, 1988
RAY S ENS MAYOR
ATTEST
JE N FER ALTERS, CITY SECRETARY
APPROVED AS TO LEGAL FORM
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
BY
PAGE TWO
DATE January 5, 1988
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID# 9759 FIRE FIGHTER BUNKER GEAR
RECO121EVATION We recommend this bid be awarded to the low bidder, W A Neel
and Associates for the total cost of $14,258 97
SUMMARY This bid was sent out to several vendors and three were received
The bid of W A Neel and Associates is the low bid and meets our requirements W A
Neel and Associates has furnished our fire personnel unfiorms before and has been a
very satisfactory supplier
This is for the protection of fire personnel when engaged in fire
fighting activities
BACKGROUND Tabulation Sheet
PROGRAMS,, DEPARTMENTS OR GROUPS AFFECTED
The safety of fire personnel
FISCAL ItiPACT Account # 100-060-0051-8121- Fire Department
There is no additional impact on the general fund
Respectf ll/y/submitted
v
LloyoVV Harrell
City Manager
Prepared by
� A 9
e�b n 9 Marshall, C M
Ti tl Purchasing Agent
Approved
A� �Gcle
me n- J Marshall,
Tj e, Purchasing Agent
I
I
I
I
r] m c] o
O Z
1
I
a O r.V
I
I
w r
I
I
I
r
I
� 1
I
I
1
i
I
G
rJ
rF]
2
L
ti
P
I
I
S9 3.
1
C] 1
V
1
I
� 1
�
I
1
m
I
I
I
I
I
I
S
9
1
I
T
1
I
�
q y
G 1
m I F
T
Z
m m m
I
I
m o z]
1
I
1
1
V] Z
I
1
Cn
rmn
N
y
i
p"
N
y rs
A N
rJai
I
'a
1
m m m
rJl 411
U1 N
T T
I
1
1
I
1
1
I
<
SY 1
1
a I
m
cn
< m
en w
rJ
N
+
�
I
l
cn I
o l
v +r
r m m
I
I
y
tlp
I
1
_
I
I
1
I
I
I
I
C 1
I
I
m I
a 1
I
o 1
1
I
O 1
a 1
DATE January 5, 1988
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID# 9803 TRANSFORMER REPAIR
RECO 411E DATION We recommend this bid be awarded to the lowest evaluated
bidder, w c is also the lowest bidder, Jimelco, Inc This for the repair of
approximately 62 transformers for a low of $13,895 00 to a not to exceed high of
$36,021 00.
SUMMARY These bids are received on three categories of repair and for
seventeen different sizes and/or classes of transformers We expect to send 62
transformers for repair as soon as this is approved At this time the repair of
transformers is very competitive, therefore we have received some attractive prices
BACKGROU D Tabulation Evaluation Sheet (The cost/transformer is the bid price and
the totalcost is the evaluated life expectancy cost )
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
Electric Utilities
FISCAL IMPACT Electric Utilities Budget # 610-080-0252-8334
There is no additional impact on the General Fund
Respectfully submitted
oy V Harrell
City Manager
Prepared by
2Z 4�4 �
Marshall, C P M
Title Purchasing Agent
Approved
met ,J h Marshall, C P M
i tl e. Purchasing Agent
BID MJMBER 9803
Mn4Sr0FW
aEFA1R SIO
ANALta+S
Na
rr LtL
J 1987
BAS`r
EPA]-
COST
TRANSFORMER
TOTAL
LJST
--- ----
- -
-
--- -
- -- --
-- ------
-----------
---
----
-
- —
-
---
Cr
IMEL cAN
RNG NW
ZONE GRrENV
ALAMO
IME a8N ANG
---------
NW
- - --
_ONt
---- ---
oPEEN)
--------
414MG
-- -
—Y
-
- --r
YA
+LnN
5
55
78
112
80
55
95
F5
11
1690
17Jv
2,`
"
5
Y4
149
89
00
too
55)
940
148u
09
600
1L
5u
iJ
55
Iu3
182
95
ou
115
-50
10Ju
Idij
95o
bm
1+SJ
5
2
65
148
.49
99
65
150
110
296
410
19d
130
aU0
TOTAL
1055
J436
5476
3238
2155
3725
CON+
------
-- ------------------
YVA
WAN
15
15
55
79
+1.
-0
55
d5
625
tl-0
16B0
IG5C
31`
1275
10
55
94
148
79
60
100
J5U
940
1490
79t
a0J
lu0(
,7
5t
+J
55
101
12
85
60
115
55U
10a0
19.J
d5(
auv
'S0
65
148
248
89
65
15L
130
190
496
1 0
13
JR
+6U
J
65
155
302
+29
65
115
J25
175
510
o45
.5
87`
167
1
65
219
35B
155
65
235
05
219
358
155
65
235
333
1
95
270
605
225
SOU
330
95
270
605
225
100
330
TOTAL
-540
4700
7949
J89_
645
'to`
1-PHASE PAOMOUNT
---- ----
--- -------------
rVA
OdAN
4,
+:`
65
140
130
6
48,
S
5
"7
,5
05
14u
c4
I.`
`^
+ i
d
'
4
05
a0
m�
I,-
J
5
0
41
1a
di
+
J
a5
1R0
49u
3`
5
"
65
c
35
"Z
as
5
t
`
44
�a
Qy
SDI
au
L4V
e
J
-
its `y.,
4c
-uHASt �LLwOUNT
pTHL
,.-
c
------ -----------
H
3UAN
11" 5
1
175
U
0'5
495
140
u
17
IT
193E
4
14
1
175
300
27`J
600
185
5uL
175
0
5
x
95
5C0
.2_
JJu
'
750
}75
2i))
05U
240
< 64
}
it J
n
Jl
_J
167`
`UO
1
15o
535
951,
q`
.76
`J
5"
°5
d
77o
d1
3TAL
135
27�t
+ --- 5
c
15
TOTAL COS
So r01
W 7U6
SJa 490
Si: 11,
$ '4
Sld oJ`
COST OF 01L/GgU $I 75 $1 d- $0 vv $1 a $1 75 $1 75
RANSFORMER REPAIR BID ANALYSIS
AS OF DEC 3 1987
MEDIUM OVERHHOL LOSTi7RANSFORMER
________________Y__-.-._---_-___-_____-__---__-_--__-.-_____
SP JIME4 SAN ANG 4N LONE BREENV ALAMO
-------1--- ---- --- --- ----------------------
YVA WAN
25
15
75
T7 5
10
95
50
10
95
75
2
135
CONV
rdA nUAN
25 l5
75
37 5 1C
95
JO t(,
95
-5
135
r 5
135
6' 1
255
333 1
305
rHK E OADMOUNT
v .K 9Ut,N
15)
5
150
Sl 4
150
150
250
6
r00
PHASE PADMOUNT
------------------
IVA OUAN
+ 1' . 1
450
..25 r
450
00
450
5O0 1
450
170
112
112
90
120
198
148
145
115
135
198
192
175
120
170
275
248
235
125
230
TOTAL
170
112
102
75
120
198
148
135
100
135
Io8
182
165
105
170
'75
248
225
120
.. 0
293
302
275
130
250
386
358
325
f80
345
534
605
550
250
495
TOTAL
OTAL -DST
------------------------------ ----------- ----- ---
JIMEL SAN ANG NN ONE OREENV ALAMO
------------------------- - -- ------------ ----
1125
2550
1680
1680
1350
'800
950
1980
1480
10
1150
1350
950
1980
1820
1750
1200
1700
270
550
496
470
250
460
.,295
06C
5476
5J50
3950
n3i0
1125
2550
1680
1530
1125
1800
950
1980
1480
1350
1000
1350
950
1980
1820
1650
105A
1700
..71
55C
40-
45
04
40V
,.75
1465
19iv
1375
65b
1250
255
386
358
325
180
W
305
534
605
550
250
495
4530
0445
7949
7230
449
740A
J3
.40
.25
-`
0U
48
45,
4 u
,24
^64
235
15V
3`
04
` 8
4
d7
J54
29O
265
5
.5C
1410
11to
LCJ
�9
430
490
325
"5
430
4C0
125
2^
446
80
75
^50
8.2
0r
`
5
0t
489
860
450
it
445
0r
8
1 2G
4)
600
TOTAL
2550
5114
573B
3955
2`95
700
503
715
795
40o
450
45j
5V
15
95
4�v
45)
694
1030
900
450
06
45�
o94
103t
p)
45C
Ar
B05
1124
950
475
86C
+350
L415
0360
1a50
1425
_580
996
1360
1250
485
1070
45o
996
360
1150
48`
01(
TOTAL
2700
4608
o41l
57C5
276
480
TOTAL COST
$13 075
$26 297
$25 634
$24 3JO
113 800
$21 170
BID NUMBER 9903
RANSFORMER REPAIR BID ANALYSIS
HE OF DEC J 1997
9AdO
dVERHAUL
COST TPANSFORMER
C
----- --
nL OSi
--------------
--- ------
-
--- --------
�0
--__-
-----------
'IMEL
SAN AN8
---------------------
NW LONE GREENV
------------------------
KLAMO
JIMEL
JAN nNG
NW
4'
inE"44
HLAMO
- - - ----
-----
- - -
-------
-------------- -- ----
-- -----
- --------
-- ----
-
r9A
L'AN
1J
15
245
308
286 309 310
299
J075
4620
429u
46J5
4650
4495
7 5
to
323
421
400 419 375
406
7230
4210
4000
4190
3750
4060
`0
to
398
492
448 432 466
470
30B0
4910
4480
4310
4660
4700
5
2
675
727
660 610 672
715
1350
1454
1J20
122r
1344
1470
CONS
1 VA OU'AN
14
245
3U8
186 299
30u
299
' 5
t0
323
421
400 409
375
406
JC
10
398
492
448 422
466
470
5
675
727
60C 600
67.
-15
1%
756
825
770 700
761
814
16"
1058
Ilse
1200 1150
1050
1256
333
1
189B
1905
2000 1925
1845
1973
%hn E Pk "OUNT
M Jn eLn11
5
`40
J43
40
a
4au
„
475
clo
e 8
48-
5C�
4
525
a71
J0.
540
`4
`T4
`
075
938
45
98
75
" 7"
.4
084
a`5
a
5S
14.,4
SUu
1225
ar5
14 5
PHkS PADMOUNT
-- -------------
!n OUAN
1- -
14'5
1901
1935
1625
10.E
210v
2"5
2o25
2639
75
2458
2025
� "J
w
1325
28U°
2901
-896
100
3500
4200
3944
J95,
3512
90,
4750
TOTAL 12235 15204 14090 4365 14404 14675
TOTAL
TC'kL COST
TOTkL
TO1nL
36'5
46t0
4290
4481
4500
4485
3230
4210
4000
4090
3750
4060
3090
4970
44RD
4220
4660
4700
1J5J
,4`4
!J t
l.vu
1344
14R
4780
4125
3850
3-00
3805
4070
lose
1t88
1200
1150
1050
1256
1898
1905
2000
1925
1845
1973
18971
00422
1114u
2057
109`4
'107
`
f-
JIB
3
9
144
" b
7
-'
J4
-ad
100
1�
c
a"5
C u
4
a4a
as
5du
S141
190
9R68
3807
8148
Da14
1425
I
iQ,5
1a45
16 0
U25
04a
1750
2458
201`
V
0915
34.
8"0r
30 4
0450
"J
C2u0
44
J95u
`t.
34 i
475'
13a25
0 ,
I JJ5
6299
15945
"45J
$5° 02 $65 498 $6,. 533 46u 12' $59 451 $67 01
ANAL CDST $72 747 $104 491 $124 665 $95,442 $80 291 $102,918
DATE January 5, 1988
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID# 9909 SOFT DRINKS FOR PARKS AND RECREATION
FOR ONE YEAR
RECOIVIENDATION We recommend this bid be awarded to the low bidder- Coca Cola
Bottling Co at the estimated total price of $12,425 00
SUMMARY. This bid was sent to all the soft drink distributors in Denton
including the soft drink vendors We received only three bids with two replies that
were unable to bid competitively Each bidder submitted prices on like type products,
therefore all bidders proposals are being considered
BACKGROUND Tabulation Sheet
PROGRAM, DEPARTMENTS OR GROUPS AFFECTED
FISCAL IMPACT
Parks and Recreation programs and recreation centers
There is no additional impact on the General Fund
:ZVII�
llysubmitted
Llo V Harrell
City Manager
Prepared by
me Pun Marsh 'fC P�
t tl e Purchasing Agent
Approved
ame n Marshall, C P M
�Ti am
Purchasing Agent
u
U+
m
u
.n
a
ry
�
.s
r
m
s
c
as
o
a
t
V)
r}
T
I>
rt+
v
z
z
In
-1
m
IT
Z
?1
n
x
z
x
m
m
m F� T m m CA
m r+ m
cn rs m m
m m m m
m
V
m
m
m
m
m
m
m
m
m
m
®
rj
U1
m
m
m
m
s
m
m
m
m
r-
I
x 1 ...
r r
I ITi I
m
1 -
I �
I I
I I
1
I I
I
m F`J Ci
r9 T O
~
1 1
m VI m
I 3 1
I
I C+ I
Qi
I m I
I
o r� cn
rl'
rs I
m v
a I
sa m a -
I I
�
z
1 I
IV T
1 I
�
t r
1 1
x I
T
1 1
I 1
1 1
1 1
�
I 1
m
p
$ I
z i
m o
1 I
r r
I
� Z•
1 I
1 I
-
1 I
�
I
y �
1 IT 1
r
1 1
m m
1
I 1
I I
m
c n
m i
r s I
1 F.y I
m
m m R1 C
o m c r
1 0 1
a r
1 m I
1 I
m m
m m
DATE January 5, 1988
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID/PROPOSALS #9815 ONE MW
GENERATOR UNIT
RECOIRIENDaTION We recommend with the Utility Department that this be awarded
to the low bid proposal of S & T Equipment Co for $30,000 00
SUMMARY This unit would be used to excite and start up the various steam
turbine Xnits at the Power Plant This unit could replace to some extent the use of
battery banks This purchase is necessary because of the frequent start up of turbine
units when used as standby production
BACKGROUND Tabulation Sheet
Memorandum - Electric Production
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED
Electric Production and the adequate continued service to the
electric utility users
FISCAL IMPACTT
There is no additional impact on the General Fund
Respectfully submitted
Prepared by
n e p n J Marshall, C P M
Title Purchasing Agent
Approved
Na to , ohn J Marhshall, C P M
Tit a Purchasing Agent
I
I m co ao
1
_ 171 -I As
I I
XF r
I s
1
1 I
1
d+
I 1
® IT U
m
I I
I I YJ
a
1 I
Im m
rn
I m I
ral IV m
r}
I
1
I a
� x
IT
I
I I
^
�
r
I a 1
I 1
-
1 I
I
'
1 I
1
I
1
I
is
i
s i
iC a pf a
ro
I 1
I 1
ro
I I
1 r
I 1
U1
ro
I 1
6i
I 1
I I
I
I
r I
m
I.'v
1 m I
1 Z I
r rn
C1 -
i)oi
fJ I
7 Y1 Y
®
1 1
^1
y
I 1
1 1
1
m
Ra
� 1]
®
1 I
I 1_
I 1
i
m
Mp
I '3J I
IT S1
19
1
1
Z
-1
ro
1
I I
I
�
a
i m i
v rZ+
I Z I
^ O
1 I
I I
I
I I
O
I I
a
rsroi
i i
1/ 1I!!! i I/n1
ItI(TY'of D�EAiTQr�i,TF:.Q$ c�A:,;r,��`,� aFu„L�r=S
1 / I � /J wniaqui
t it ;nc ac.ran rcx.r `, n, r ana.ervn ana
IIIJJJ LLL___�/
M E
M
O
R
A
N
D
U
M
—
TO John Marshall, Purchasing Agent
FROM Jerry Bellar, Operations Supervisor
DATE December 28, 1987
SUBJECT Accepting Bid #9815
In referance to bid number 9815 for a diesel powered generator
(EMD-MI6 SIN 56-L-44) located in Fernandinia, Florida, we
feel that we should accept this bid
Attached is the information that pertains to this diesel
generator
If I can be of further service, please feel free to contact
me
J =ry ellar
Operations Supervisor
JB/sd