HomeMy WebLinkAbout1986-0010923L
AN OTHE PURCHASEFACCEPTING IAETITIVE BIDS �
MATERIALS, EQUIPMENT SERVICE
G A CONTRACT
ORS,
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
revie ed and recommended that the herein described bids are the
lies
orwservicesoasible shown bids
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, and
WHEREAS, Section 2 36 (f) of the Code of Ordinances requires
that the City Council approve all expenditures of more than
$10,090, and
W EREAS, Section 2 09 of the City Charter requires that
orefo:ratct heo o t acting of if the Council ndebtednessrshall be the exenditure by ordinanceof funds
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, shgwn in the "Bid
being lowest responsible bidsattached hereto, are hforbsuch citems
epted and approved as
beithe11
BID
ITEM
NUMBER
NO
9554
1
9561
1 & 2
9561
4
9561
5
9562
1
9562
2
9563
1
9563
20 4 & 6
9563
5
9566
,&3
69
9566
4 & 5
9569
All
VENDOR AMOUNT
Naylor Supply
27,381
7,166
00
00
Motor Truck Equipment
Fontaine Truck
3,680
00
Fleet Body
1,220
15,068
00
00
Basic Waste System
Motor Truck Equipment
4,586
1
00
Fred Taylor GMC
28,326
63,319
40
00
Graf& Chevrolet
Bill Utter Ford
18,304
00
Poleline Electric
$155,296
$ 28,548
00
00
Temple, Inc
Cummins Supply
$ 32,700
60
SECTION II
That by the acceptance and approval of the above numbered
items of the submitted bids, the City accepts the offer of the
PAGE ONE
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 7" day of January, 1986
ATTEST
APPROVED AS TO LEGAL FORM
DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY
CITY OF DENTON, TEXAS
PAGE TWO
DATE January 7, 1986
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Rick Svehla, Acting City Manager
SUBJECT BID #9554 SEWER FLUSHING TRUCK
est
RECOMC4ENDATION NayloroSupply, in the amount bid be rofd$27,381 00 to the for bidder,
We recmmend thisfor the flushing
body only We also purchased from Graff rChevrolet ecommend ton Bidhe c cab/chassis be
#9563
k for
SUHQNIRY bid
Fieldurchase Serviceof a sewer DepartmentfluThis9isracthe
This motor
pool replacement
BACKGROUND Tabulation Sheet
PROGRANS DEPARTMENTS OR 6R0UPS AFFECTED
Water & Sewer Field Service
FISCAL IMPACT count #620-008-0471-9104
Mo8dReplacementget Funds c
torPoolFunds #720-004-0020-8707
Respectfully submitted
Rick Svehla
Acting City 11anager
Prepared
ame om aw,—
Title Assistant Purchasing Agent
Approved
ame o n ars a ,
Title Purchasing Agent
$21,479 00
$ 5,902 00
I
c z
c
_I
H
�
a
[_
0
J
N
o
Ln
Ln
£
CT
c
0
F
N
�1
\
QW
(D
S
Sv
J
n
Q
La C
S
YYYIII
N
J
N
to
rn
n
N
F
J
r+
3
N
1
o
v
w
G
z
Naylor
N
LO
w00
$
Supply
0
(y
O
O
O
o
�
NLj
C
E S S I
r
N
N
to
v+
O
o
L"
O
4
CDS
CD
CD
CD
CD
N
C
Z
W
lTJ
2
8
aws
?
z
W
S
A-Tec North
De
z
S
x
d
0
<
z
S
DATE January 7, 1986
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Rick Svehla, Acting City Manager
SUBJECT BID #9561 TRUCK BEDS AND BODIES
RECOMMENDATION_ We recommend this bid be awarded to the lowest bidder for
each
item
1
2
Utility Bodies to
Motor
Truck Equipment
@ $2,119 00 ea
$
$
4,238
2,928
00
00
2
1
Contractor Body to Motor Truck Equipment
@ $2,928 00 ea
4
1
Contractor Dump
Body to Fontain Truck @
$3,680 00 ea
$
$
3,680
1,220
00
00
5
1
Flatbed to Fleet
Body @
$1,220 00 ea
Total
Bid Award
$12,066
00
SUMMARY This
bid is
for the purchase
of bodies and beds
to go
on the
motor pool
fleet vehicles
BACKGROUND. Tabulation Sheet
PROGRAMS. DEPARTMENTS OR GROUPS AFFECTED.
Motor Pool and the departments to which these units will be
assigned, Streets, Parks, Water & Sewer
FISCAL IMPACT Motor Pool Replacement
1985/86 Budget Funds from the listed departments
Lease/Purchase Agreement
Respectfully submitted
Rick Svehla
Acting City Manager
7ame
red b
om D Shaw, C P M
Title Assistant Purchasing Agent
Approved
Name o n Marshall, C P M
Title Purchasing Agent
ip y
O w
a
?
W
CAI
[ro4
C7
G
H
'x
yy COQ
[[Zii77•
H
rC Z
C7
O
n O
C
�
[T1
O
14
J
~
J
f+
<
m
y
c
a
J
C+
`r
G
�
`+
p
W
V
L
n
O
H
C
a
t
H
ko w
�
o
p
cn O
c
o
z
m
d
Gm
�
N
IJ
O
7
C Z
0
0
g
7K
��
00
7y
m
G
c
c
Oo
o
LM
v
w
w
w
J
m
d
J
d
a
A
a
3-
r
W
W
N
N
rl
c
`c
� CD
r
00
�
7c A
CD
A
Z
O
O
O
W
W
N
N
CC
r-
V
\O
co
N
00
[�1CD
T
p
L"
O
VI
t71CD
O
"A
CD
O
O
LC*1
pa
C
C+1
z
g
z
C
z
ty
0
z
DATE January 7, 1986
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Rick Svehla, Acting City Manager
SUBJECT BID #9562 BRUSH TRUCK BODY
RECOMMENDATION We recommend this bid be awarded to the lowest responsible
bidder for each item
Item 1 to BWS in the amount of $15,068 00 for the knuckle boom
Item 2 to Motor Truck Equipment in the amount of $4,586 00 for the dump body
The truck is to be purchased from Bill Utter Ford on Bid #9563
SU144ARY This bid is for the purchase of a specially equipped truck and body
for use in the Solid Waste Department for "special pickup" of
brush, appliances, furniture and other large heavy or bulky
items
BACKGROUND. Tabulation Sheet
PROGRAMS DEPARTMENTS OR GROUPS AFFECTED
Solid Waste Refuse Collection
funded
FISCAL IMPACT This 1985/86it is fundsaasaadition portionoofhtheleet and will lease/purchaseefrom
agreement
approved 12/3/85 by Council
Respectfully submitted
Rick Svehla
Acting City Manager
Pr ared
Name Tom D Shaw, C P M
Title Assistant Purchasing Agent
Approved
ame John Marshall, C P M
Title Purchasing Agent
n ro
� cn cy c
R1
vR
v
r)
n
n
�
L
a
o
N
C
O
H
W
<
z
n
m
i
O
N
Z
9
c
pr
c
D•
o
W
cm-
m
v'
a
rn
ty
N
4h
o
O
p
C
N
D
O
V7
!i1
W
W
W
Z
n
N
rn
m
N
O
O
E W
W
�.n
m
n
N
O
O
z
=
cn
I
c
a
po
p
W
c
m -4
�
tiJ1
r. n O
o
c
=
o
-�
c
m
z
c
z
0
0
a
DATE January 7, 1986
TO
FROM
SUBJECT
RECOMMENDATION
CITY COUNCIL REPORT
Mayor and Members of the City Council
Rick Svehla, Acting City Manager
BID 149563 TRUCK CAB/CHASSIS
We recommend this bid be awarded to the lowest responsible
bid for each item
(See attached list)
SUMMARY This bid is for the purchase of a fleet of mid -size trucks
for motor pool replacements They will be placed into
service as bucket trucks, refuse trucks, sewer flushing
trucks and contractor type flatbed trucks
BACKGROUND Tabulation Sheet
PROGRAMS DEPARTMENTS OR GROUPS AFFECTED
Electric Distribution, Water & Sewer Field Services,
Streets, and Solid Waste Department
FISCAL FACT 1985/86 Budget Funds fromt he various using departments
and/^r Motor Pool Replacement Funds
Respectfully submitted
Rick Svehla
Acting City Manager
Pre red by
Name Tom D Shaw, C P M
Title Assistant Purchasing Agent
Approved
Name Tom D Shaw, C P M
Title Assistant Purchasing -Agent
BID #9563 TRUCK CAB/CHASSIS
CITY COUNCIL REPORT
January 7, 1986
Item
1
30,200
GVW
to
Fred Taylor GMC
@
$ 28,326
00
Item
2
35,000
GVW
to
Graff Chevrolet
@
30,583
00
Item
3
Not Purchased
at this Time
Item
4
25,000
GVW
to
Graff Chevrolet
@
16,788
00
Item
5
28,000
GVW
to
Bill Utter Ford
@
18,304
00
Item
6
20,000
GVW
to
Graff Chevrolet
@
15,948
00
Total Bid Price $109,949 00
rn
cn
a
wf��(�D'
nroOW
Z
tvgX
o
�co
o
f
a 7cO
C�
O
N c�o
cCANC.
C
b
N N
. h
C
C+
C
p
tJ1 Vf
'S
'Y
2
C+
pd
O
N
N
N
W
w
h
h
n
<+
a
p
m
(N
W
V
CDIV
r
O
O
O
N
m
O
(N
phO
O
O
N
'-'
w
Na
��1'
co
O —i
CD
T
p
V
O
iNO
f�*1 P
V
b
�
p
W
O
A
O
00
A
N
wLn
CD
CDO
O
CD
O
O�
O
V
L"
o+
c
w
n O
m
Lin
�+
can
V
Ql
00
7xQy
A T
O
y�
W
O
a
O
o
0
O
0
o
Cl
o
N
V
O
f') T
O
cn
i2
co
z z
W
N
N
O�
CDrri
Q
A
L:
DATE January 7, 1986
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Rick Svehla, Acting City Manager
SUBJECT BID #9566 DISTRIBUTION TRANSFORMERS
RECO14MENDATION We recommend this bid be awarded to the lowest evaluated
total life cost as follows
(See Ernie Tullus' Memo Attached)
SUMMARY This bid is for the purchase of distribution transformers for
use in the maintenance and new construction of the
Electrical Distribution system
BACKGROUND Tabulation Sheet
Memo From Ernie Tullos
PROGRAMS} DEPARTMENTS OR GROUPS AFFECTED
Electrical Distribution Department
FISCAL IMPACT 1985/86 Budget Funds Account #611-008-0252-9222
Respectfully submitted
Rick Svehla
Acting City Manager
Pre ared by
M
Name Tom D Shaw, C P M
Title Assistant Purchasing Agent
Approved
Name Tom D Sha C P i1
Title Assistant purchasing Agent
CITY OF DE:ITON
M E M O R A N D U M
----------- -- ----------------------------
T0i John Marshall, Purshasing Agent
` FROM Ernie Tullos, Assistant Director Utilities
DATE December 20, 1985
SUBJECT Bid Number 9566
The Electric Distribution transformers on Bid 9566 have been evaluated
for total life cost as follows
UNIT
TOTAL
ITEM
DESCRIPTION
QUAN
SUPPLIER
MFG
PRICE
PRICE
1
50KVA
CSP OH 120/240 Trans
20
Poleline
Kuhlman
$ 758
$15,160
2
50KVA
CONV OH 120/240 Trans
10
Poleline
Kuhlman
715
7,150
3
75KVA
CSP OH 120/240 Trans
7
Poleline
Kuhlman
1008
7,056
4
75KVA
CONV OH 120/240 Trans
3
Temple
GE
1046
3,138
5
25KVA
Padmount 240/120 Trans
30
Temple
MG
847
25,410
*6
501CVA
Padmount 240/120 Trans
50
Poleline
Kuhlman
1017
50,850
*6
50KVA
Padmount 240/120 Trans
20
Poleline
A B Chance
887
17,740
7
75KVA
Padmount 240/120 Trans
20
Poleline
A B Chance
1091
21,820
8
100KVA
Padmount 240/120 Trans
10
Poleline
A B Chance
1308
13,080
9
167KVA
Padmount 240/120 Trans
11
Poleline
Kuhlman
,040
22,440
TOTAL
$183,844
*Note Item 6 - Different manufacturers, but same supplier Time of
delivery differs according to manufacturers
A tabulation of the evaluation is attached
EST gb
i
DEC ? g 19g
City U, =Nip
PURCHASING DEPrx
10
Ou
v
O1
N
A
W I
N
n [n C7 t
O
N
V
N
r.
o
0
0
o
w
v
o
o
a
�..
cn
01
O
V
V7
N
V
V
c71
'J"
(D
V
O
cn
O
N
N
Un
O
O
H
N
7r
R
R
R
R
R
R
R
fD
G
C
G
G
G
C
C
C
C
.sz
Q
<
a
n
n
n
n
n
n
n
n
(D
w
m
t7
c
-t
c
v
-c
-0CD
�
CD
(A
rnn
-i
0)
a
0)
a
CD
N
CD
(Ad
r-�
C.10
0
0
d
d
d
d
Z
-0
Z
�
0V
O
O
O
O
G
G
N
Z
CD
O
c
c
c
c
c
0
<
<
0
0
>
>
>
<
r0
o
ru
H
rr
r+
C+
rr
c*
00
i
m
-
O
a
fN
y
n
n
o
d
13
m
m
z
�
N
V
O
O
1O
00
O
V
V
n m
►+
.p
V
w
r+
V
O
O
V
O
ui
d
r_
N
C
N
01
CD
00
tl1
00
O
c
o
0
0
0
0
6
0
0
0
%'
Z
m
w
o
0
0
0
0
CD
0
0
0
S
N
N
to
O
cV
a
00
m r
0
ONi
o
to
00
w
N
t71
00
v
1V
0
_
0
O
O
O
O
0
m
O
O
O
O
O
C
S -4
m
N
►+
00
V
J9
n m
to
��zyy
N
O
t�i1
O
m
to
O
O
O
O
O
O
i-+
m
Z
coN
V
CO�7�,jj.'
07 m
co
il
Z
CDc~i1
O
w
V
O
tw7t
O
m
pu
0
0
0
0
0
D
0
0
0
z
o
0
0
0
0
0
0
0
m
tA
01
N
O
N
co
A
0000
CO
r
=
ac
O
ON
w
00
w
V
N
O1
w
rV
m
pop
V
O
O
0Ph 0
O
O
O
O
T
00
r
C
N
A
10
O
t0
V
Zm7
Z
Co
O
O
7
O
O
O
O
�
a
o
0
0
0
2
V
rQ
C
C
W
00
W
N
l0
!
3
G
N
O
O
N
O
ty
Z
N
O
O
O
O
tO
00
n Lit Li C
z d H
[t1
sp
F+
O
h
O
O
Ul LLn
L"
i
V)
V
C
G
C
CI
y
A
r�
y
n
n
W
p
W
C
'O
N
O
LN
m
N
to
n.
a
a
v
o
zto
c
c
o
<
ro
C
7
e+
r+
m
Is
N
30
`"
S
m
O
N
2
w
0
n
ml
rn
a
N
mz
m
Z
m
Cm') N
O
6O
V
a
O
�0..
O
V
O
LT
LJ1
00
O
O
$
X
CDO
.p
n
O
O
O
00
CDO
C
t1
m
N
N
O
LO
CDF+
V
OD
n
O
r
N
No
O
$
O
�
1~+
t0
V
"JO
CD
0
D
CD
$
$
$
$
$
O
$
O
LC+87T07y.�
Ln
1
O
N
t0
W
V
V
m
p
V
00
O
N
CD
�
W
PCm
m
z
>
W
t0
CL1
a
OA1
W
tT
OJ
O
O
O
O
O
Opu
O
O
m�N
moZ
L<y
L-) m
o+
cr
O
O
A CD
ro
Ot
LO
CO
N
O
W
;a
n
co
O
O
O
O
O
$
O
O
O
O
O
O
t+1
O
PO
M
Z
O
O
DATE -January 7 1986
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Rick Svehla, Acting City Manager
SUBJECT BID #9569 500 MCM WIRE
RECOMMENDATION We recommend this bid be awarded to the lowest bidder,
Commins Supply, in the amount of $3 928 per foot total
bid $32,700 60
SU144ARY This bid is for the purchase of 8325 feet of 500 MCM unishield
copper wire The wire is used in the connection of exit
feeders and construction of electrical substations This bid
is for the replacement of warehouse stock
BACKGROUND Tabulation Sheet
PROGRAMS DEPARTMENTS OR GROUPS AFFECTED
Warehouse Inventory and Electric Distribution Department
FISCAL IMPACT 1985/86 Budget Funds Account #710-004-0582-8708
Electric Distribution Inventory
Respectfully submitted
Rick Svehla
Acting City Manager
Prep red
Name Tom D Shaw, C P F1
Title Assistant Purchasing Agent
Approved
Name Tom D Shaw, C P M
Title Assistant Purchasing Agent
IN ?
K
cOi
o
c
ko
0
H
7 C7 G
H �
y �
r�
o
v
n N m
o a c
a o
Q _
s
z
m to
00
0
N
m o
ma
za
r-) N
E
m
N
n
c