Loading...
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