Loading...
HomeMy WebLinkAbout1987-0190923L NOff% O/9 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" attached hereto, are hereby accepted and approved as being the lowest responsible bids for such items BID ITEM NUMBER NO VENDOR AMOUNT 9699 All B & M Truck Equipment $ 33,972 00 9701 All Temple, Inc 13,682 80 9704 1 Graybar Electric, Inc 20,310 00 9704 2 Cummins Supply 13,332 00 9704 3 Priester Supply 16,688 00 9706 All Cummins Supply 68,390 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 re- presentative 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 3rd day of February, 1987 RAY ST NS, 14RIUK CITY DENTON, TEXAS ATTEST J FER JAL E S AC I1G CI Y SECRETARY CIT OF DENTON, TEXAS APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY CITY OF DENTON, TEXAS BY Al I�PYIGL �hf LJ/ 1L�h DATE February 3, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID 8 9699 TRUCK BODIES AND CRANE RECO191ENDATION We recommend this bid be awarded to the lowest responsible bidder, B and M Truck in the total amount of $33,972 00 for all three items SUMMARY This bid is for the Truck mounted Utility Bodies and Hydraulic cranes to be mounted on truck cab/chassis supplied by the City of Denton These trucks are motorpool replacements and the chassis were approved by council 12/9/86 BACKGROUND Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Motorpool operations and water and sewer u y FISCAL IMPACT 1986/87 Budget Funds from water and sewer utility and motorpool replacement funds Respectfully submitted Lloyd V Harrell City Manager Prepared by Name Tom Shaw Title Asst Purchasing Agent Approved alne hn Marshall ✓title Purchasing Agent _ C 4) 1 I C! J 1 FL 1 � Ifl 1 I I I I y i 1 1 F C l •.ii �] �1 YJJ ^i yi I IYl 1 Vf f1 ) 2 I BJ 1 m S � � m I I 1 a I m x s .tii -i c eu i i n u y vl ^ 0 a � a1 Q I Y 1 .Gr Y 1 1 1 1 � � yl F1 1 m 1 t i til V i i ti f m 1 0 1 G r z yi N I I q �) 1 ✓f 1 i 1 1 n � T C if i 't' cn Is a I 1J I r J a! 1'Yl SV 1 1 j 1 IT 1 T f1! i a I O r L r n rn i e 1 m 1 I +C 1 I G I I � I DATE February 3, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID # 9701 Fiberglass Brackets RECOtMiENDATION We recommend this bid be awarded to the lowest bidder meeting specification, Temple Inc in the total amount of $13,682 80 SUMMARY This bid is for the purchase of Fiberglass type cross arms and insulator brackets for "slimline" style overhead electrical distribution construction This material is replacement for warehouse stock The lower total price quoted by Priester #1 is for a brand not currently on our approved list BACKGROUND Tabulation sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Warehouse and electric distribution FISCAL IMPACT 1986/87 budget funds for working capital inventory Account number 710-043-0582-8708 Respectfully submitted Lloyd V Harrell City Manager Pre ared by Name Tom Shaw Title Asst Purchasing Agent Approved /N'ame, / John J Marshall Jitlg- Purchasing Agent Iv m 1 I C) rn It C1 C I I 8 �Y rvn r- (.! p 1 1Ll I T Cp ® O w y I+ 1 I 1 1 I I I _ _ I G 1 Cf � Y3) 1 S 1 I Rbi h) G T ~ 'rt T V 4I 1 w l nl I C I 11 Frl VI ryt y 1) .'p r I T 1 A m � Y 1 i s i z1 I w v r1 rti p) s m I C I rr' w .x n r`t pzi s i i c> ui T m 1 I I I I P w O D 1 I 1 C) I)) rii w I I � I 1 I 1 1 y sn rn rs I u) i nt uo n w I _ 1 I 1 IT 'q I I a I rY m 1 I T m w b U CU I I w GII w 1 I - I I 1 Lr1 C'! I + I C C U1 O I Cf I 'lt Y Ips) m rsi i i Zf U �- y, p) C! w 4! I Cp 6i w 1 I 1 I 1 1 Z i c i ui p, 1 i s i al• =cl m y w Ul 6) ® 1 1 m 0 i A Cf i .'n I m i S'1 ty1 1 I I - 1 1 1 N I I T 1 T d 1 Cf 1 ! LO I I r) N O! nl Ul 1 1 41 Jl w I 1 DATE February 3, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID # 9704 3 PHASE DISTRIBUTION TRANSFORMERS REC01R1ENDATION We recommend this bid be awarded to the lowest evaluated bidder as o ows ITEM # 1 to Graybar Electric for a total of $20,310 00 ITEM # 2 to Cummins Supply for a total of 13,332 00 ITEM # 3 to Priester Supply for a total of 16,688 00 TOTAL BID AWARD $50,330 00 SUMMARY This bid is for the purchase of three phase distribution transformers These items are used in the maintenance and new construction of the electric distribution system BACKGROUND Tabulation sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Electric Distribution Department FISCAL IMPACT 1986/87 Budget funds ACCOUNT # 611-008-0252-9222 Respectfully submitted Lloyd V Harrell City Manager Prepared by Name Tom D Shaw, C P M Title Assistant Purchasing Agent Approved //fame j ohn J Marshall , C P M Title Purchasina Aaent I r-i m ci o I 1 o a I ti H I I ro fF I- m Fl N T I 1 ~ I I 1 1 1 1 C 1 I I � Ei F l O S L I T 1 m yam,. Z1 v sr i m 1 s S F i m o m T s 1 n y S 11 I n n 1 m r- Z m a c rn a l l o l a r m c s x S'1 JI D O m m m I I r Y I n z .n rJ m n l Ui p � y IfJ y I I 1 Ml m m 9 I 1 ^ I 1 C I I �1 N hl J 1 O I m 9 9 1_ I I I I m 1 < 1 r m 'n 9 9 Ip 1 T T m m 9 I _ _ 9 m m I 1 I 1 I C 1 1 9 m m I I I I I o m a N I 1 I I m c c i un m I Q +TI s b m b n y lq M I I I q I 1 C o I m l m 1 a a x I O 1 1 o I m m v l a l s 1 1 1 I 1 31 Z 1 I 1 1 T 1 z 1 a m m = A O +A 1 Sm] 1 r r m m m m 1 I I 1 _ I I 1 I T I < I n v 1 1 � m IID m m m m 1 I TO FROM DATE SUBJECT 1947 ' " , CITYI& DENTON MEMORANDUM John Marshall, Purchasing Agent E B Tullos, Director of Electric Utilities January 26, 1987 Bid Number 9704 The Electric Distribution transformers on Bid 9704 have been evaluated for total cost as follows Delivery Time Total Item Description Quantity (Weeks) Supplier MFG Unit Price Price 1 150 KVA PM 120/208 Trans 6 2 300 KVA PM 120/208 Trans 3 3 750 KVA PM 2 RK vw IRZKO12687007 14 Graybor SQD $3,385 00 $20,310 00 14 Cummins HO $4,444 00 $13,332 00 10 Priester MG $8,344 00 $16,688 00 Total $50,330 00 I .V 22-Jan-67 bID ® 97V4 alt save IT 1 15nf VA FM J-1o12n8 NO VENDOF MFG DEL-W FRILE ea NLL TLL CAPITAL T LOSSES I TOTAL COST 1 PRIESTER 81 MG U 13 7u' nV 316 1972 F_6 >u2 f2 Fl- 744 -1 14, 441 2 FKIESTEF #- PIE 12 £' _` nV 168- 1_7 S16 uo FI_ "lb B 1'7 1 - CUMMINS HO 14 1- 494 of 5t 1854 1_4 ., 1 -6 TI- 4-4 �6 17 96_ 4 WESCO WH 1S £- Hun un 5 16_7 1_6 7`_ 1 tll �19 1 F 8 671 TEPCO FT 8 1 676 JV -,1 2151 $25 879 4 $15 229 2 T41 Ise 6 VAN TFAN VT 1r $7 -ln Vn 1 i 18 n 12 598 4i tl- 98 48 4-6 596 7_.GGHYId(- _ _ _40I1- - __»..- Ll I.a..,.8b_UU,_ u91. 1.`.f66 £:.2 8u ) 41, 112 ice- Z5 T_6. )Je 9 TEMPLE bE 21 $4 445 Uu -66 1474 1-1 2S_ 8f 111 44- 56 44- 7-6 THE LOWEST EVALUATED DID 1 6 i 8 IT _ "VOFVA FM 12L1/208 NO IENDOF MR DEL-W FR1LE ea NLL I1-1 CAFIIFL 1 LCIS5ES I 101FL LuEJ 1 FFIE�IEu 1t1 MG l 14 749 IBP 94 4 4 I_ 96 5 Fw _ ERIESTER N� kiE 1 F., 16 �V h'.. �1 3 I c lV 4e 1,_1 79, 14 TbEl L I ' U ?N..�....s_..�,.tiSL...._yV 4 WESLL WH 18 14 a bc8 8" I-4 696 8 F-2 1e- 6b Fb6 3� 5 TFFLO F1 3 $4 61 of, '8 41.,6 1-- 489 m I-8 714 1- 4 1 _ 4 6 Vf N TFAN VT to IS _f 1 n 1, i nn, 1-6 6I` 4 1- e85 �6 I 4 1 - GRAYPAk SLID L4 IS 1`4 ui 6 S -1,5 1 G4 16 T2- - - 8 I '-' 481 8 TEMFIE LE I " 7 L iu -617 44 _b TIS ,,95 0- 45- 4Y THT _OWLaT EVALUATED LID 1�6 11 11 15f f VA _77/4H, NO IENDOF MFf DEL-W PRICE ea NiL TLl "AFIINL F LOSSES I TOTS LOST I PkIEOTEP 01 MG 1 ,I9 �16 -,� - 45����.� �� y� 666g1 j�,,,�43 76.M�16 -55 �6 it `" JU'� _ FFIE 1l Ef i FTE 74 11 1u6- n ttf F6 3a >b £aE 8--- 1114 7t CUMMIN- f30 14 F8 5/6 nr 53c 1-16 36 4 444 654 all 4 WF'C0 WH 18 $IV 4 11 111, h `_ T - „6- '9 444 64 c� 41 0 b TEPI u PI 8 $9 121 nn 79f „a7� $64 54 J 1 f6 89 e T 1 ' 6 JF11 fRAH f l 1 ) 19 2 t or) 116) 66Lf 165 u14 4f 147 (-- Y9 11 _ 46 GFrfDAI SOD 14 19 SS( un 1126 b6119 4;69 5 -1 F4L 141 51 111 6y' 3 1EMFLF GE 21 $9 -6 ),i 1176 629, 46' 1-- 44 T45 .,4 91 111_ 48b IHE LOWEST E Al UWEJ bib F1 f� 9 DATE February 3, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9706 PADMOOUNT SWITCHGEAR RECOi11ENDATION We recommend this bid be awarded to the lowest bidder meeting specification of Cummins Supply in the amount of $6,839 00 each, FOB Denton Total bid award is $68,390 00 SUMMARY This bid is for the purchase of 10 sets of padmounted s w i c—Fg—e a This material will be used in the maintenance and new con- struction of the electrical distribution system The bid of Priester Supply is lower however they have of- fered an oil filled switch that does not meet our specifications The bid of Temple, Inc is FOB Shipping Point not Denton as required BACKGROUND Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Electric Distribution FISCAL Ii1PACT 1986/87 Budget Funds Acct # 611-008-0252-9221 Respectfully submitted Lloyd V Harrell City Manager Prepared by Name Tom D Shaw, C P M Title Assistant Purchasing Agent Approved Name j6fin J Marshall, C P M Title, Purchasing Agent 1 1 r) rn to G Ur m I i 1 a r I ti I m m 1 1 1 i 1 I 1 1 I S 1 Ll rn � I 1 i m i 1 1 1 i 1 T rn m ri i ? i I I m i 1 I 1 I rSi y N I < I 1 m I G '4) y Ctl 2. I I I G 1 a m ii i ii (n I I 1 1 6i 1 1 1 1 1 I I 1 1 y I Ri I I 1 I 1 1 1 1 I < 1 0o r I z I N 1 1 4) 1 1 I I ^ V 1 1 m c rm Gi) I 1 1 m I 1 r'.r aL N I < 1 m I ni s ui i z) i - � I I I I _ I 1 1 1 1 I K 1 1 m I I Z I 1 G 1 I C 1 r a I