Loading...
1995-067AN 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, equipment, 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 therefore; 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 1727 1 CASCO $ 15,539.00 1727 2 STARK $ 3,720.00 1727 4 DRAEGER $10,840.00 1727 5 LONE STAR $ 3,535.00 1727 6 LONE STAR $ 2,360.80 1741 1 MAINTENANCE ENGINEERING CORP. $ .62LB 1741 2 MAINTENANCE ENGINEERING CORP. $ .70LB 1745 1,2,5 TEMPLE EXHIBIT "A" 1745 3,4 PRIESTER EXHIBIT "A" 1745 6 TECHLINE EXHIBIT "A" 1745 7 WESCO EXHIBIT "A" 1752 1A,1D,2 CERCO INC. $131,512.00 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 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 ~ , 1995. ! BOB CASTLEBERRY, ~R ~'~ ATTEST: JENNIFER WALTERS, CITY SECRETARY APJE~'A~TO LEGAL FORM: MICHAEL A. BUCEK, ACTING CITY ATTORNEY DATE: APRIL 11, 199§ CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1727 - SELF CONTAINED BREATHING APPARATUS (SCBA) RECOMMENDATION: We recommend this bid be awarded to the lowest bidder for each item as listed below: ITEM DESCRIPTION VENDOR PRICE 1. Compressor Casco $15,539.00 2. Cascade/Fill Station Stark $ 3,720.00 4. Breathing Apparatus Draeger $10,840.00 5. Spare Cylinders Lone Star $ 3,535.00 6. Spare Masks Lone Star $ 2,360.80 TOTAL AWARD $35,995.40 SUMMARY: This bid is for the purchase of a SCBA compressor and self contained breathing apparatus equipment to replace obsolete equipment recently retired by the Fire Department. This equipment is used to refill SCBA tanks and to supply fire fighters with a portable source of breathing air in adverse conditions. BACKGROUND: Tabulation Sheet PROGRAMS~ DEPARTMENTS OR GROUPS AFFECTED: Fire Department FISCAL IMPACT: This purchase will be funded from 1994-95 funds approved during the budget process; account # 100-060-0051-9106 with a balance of $66,659.00. /~espectfull¥ ~ubmitte~ City Manager .. Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 589 .AGENDA DATE: APRIL ll, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1741 - POLYMER FOR WATER PRODUCTION RECOMMENDATION: Council approve award of Bid #1741 - Polymer for Water Production to Iow bidder meeting specifications, Maintenance Engineering Corp. for an estimated annual expenditure of $24,500.00 at the following unit prices: Bulk Shipments at $ .62/lb 55 Gallon Barrels at $ .70/lb S~RY: This bid is for the annual purchase of polymer with renewal options at the end of the contract term. The product is a highly cationic liquid polymer used for clarification of potable water as a coagulant aid or primary coagulant. The low bidder on both bulk shipments (800-1,000 gal) and 55 gallon barrel shipments is Maintenance Engineering Corporation, bidding a satisfactory polymer which has been previously used by the Water Production Division in the treatment of potable water. BACKGROUND: Tabulation Sheet, Memorandum from Garry Greiner dated 3-24-95. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Water Production FISCAL IMPACT: Purchases to be made on an "as needed" basis from budgeted funds in account number 620-081-0460-8105 with a current appropriation of $55,849.25. Re~p~ectfully submitted: ~oyd V. Harr~l~l~ City Manager Prepared by: Title: Buyer Approved: Name: Tom~D. Shaw, C.P.M. Title: Purchasing Agent 592 .AGENDA DENTON TEXAS CITY of DENTON, TEXAS WATER PRODUCTION 1701-B SPENCER RD DENTON, TEXAS 76205 (817) 383-7501 MEMORANDUM TO: Melanie Hardin, Buyer FROM: Garry Greiner, Water Production Operations Supervisor DATE: March 24, 1995 SUBJECT: CHEMICAL BID #1741 TITLED "POLYMER FOR WATER PRODUCTION" - BID OPENING 3/21/95 In reference to Bid 1741, Maintenance Engineering Corporation is the Iow bidder and I recommend they be submitted to Council for approval. Maintenance Engineering is the Iow bidder on both Part A Bulk Shipments and Part B 55 Gallon Barrel Shipments of Bid 1741. They meet all terms and conditions of the specifications as set forth in Bid 1741. Therefore, once again I recommend the awarding of Bid 1741 Polymer to Maintenance Engineering Company. Please contact me with any concerns and keep me apprised of your scheduled proceedings in this matter. Sincerely, Garry Grei~er - cc: Tim Fisher ~ Tom Shaw ~ Denise Ha~ool ~ c:~wp6, l~gg~ol~id EXHIBIT nAn ITEM DESCRIPTION VENDOR PRICE 1. 500 MCM TEMPLE 4. 795 PER FT 2. 250 MCM TEMPLE 2.994 PER FT 3. #2 ALU. PRIESTER 1.220 PER FT 4. #2 3PH ALU. PRIESTER 4.115 PER FT 5. 4/0 ALU. TEMPLE 1.772 PER FT 6. 4/0 BARE ALU. TECHLINE .330 PER FT 7. 795 BARE ALU. WESCO .980 PER FT DATE: APRIL 11, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID #1745 - DISTRIBUTION WIRE & CABLE RECOMMENDATION: We recommend this bid be awarded to the low bidders for each item as follows: iTEM DESCRIPTION VENDOR PRICE 1. 500 MCM TEMPLE 4.795 PER FT 2. 250 MCM TEMPLE 2.994 PER FT 3. #2 ALU. PRIESTER 1.220 PER FT 4. #2 3PH ALU. PRIESTER 4.115 PER FT 5. 4/0 ALU. TEMPLE 1.772 PER FT 6. 4/0 BARE ALU. TECHLINE .330 PER FT 7. 795 BARE ALU. WESCO .980 PER FT For an annual estimated expenditure of $664,575.00. SUMMARY: This bid is for an annual price agreement to purchase wire and cable for use by the Electric Distribution Department. This wire and cable will replace warehouse stock and will be used throughout the City of Denton Electric Distribution System on new installations and for repairs. The tie in price on Item 6 between Wesco and Techline was decided on by the better delivery time quoted by Techline. Six bid proposals were received in response to ten bid packages mailed to vendors. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Warehouse, Electric Distribution, Electric Utility Customers for the City of Denton. CITY COUNCIL REPORT APRIL 11, 1995 PAGE 2 OF 2 FISCAL IMPACT: Warehouse Working Capital for Electric 1995 account #710-043- 0582. Resl~ectfully submitted: City Manager Prepared by: Title: Senior Buyer Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 591 .AGENDA DATE: APRIL 11, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1752-TRAILER MOUNTED POWER RODDER AND THREE REEL TRAILER RECOMMENDATION: We recommend this bid be awarded to the Iow bidder, Cerco Inc., for the Power Rodder with options lA & 1D at $68,620.00, and the Three Reel Trailer at $62,892.00, for a total amount of $131,512.00. SUMMARY: This bid is for the purchase of a Trailer Mounted Power Rodder and a Three Reel Trailer for use by the Electric Distribution Department. The Power Rodder will be replacing an existing unit which is utilized in pulling electric cable through the underground duct system. The Three Reel Trailer is a self loading hydraulic system capable of carrying three electric cable reels at once, which are necessary in most underground applications. Three bids were received in response to seventeen bid packages mailed to vendors. BACKGROUND: Tabulation Sheet, Memorandum from Fara Emadi dated 4-3-95. PROGRAMS ~ DEPARTMENTS OR GROUPS AFFECTED: Electric Distribution, Electric Utility customers of the City of Denton. FISCAL IMPACT: Budgeted funds for Electric Distribution, Underground Account # 610-103-1031-4260-8611 for Motor Pool Funds $195,940.79. ~ ~a~.ctfully submitted: Prepared by: Name: Denise Harpool~ Title: Senior Buyer Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 590.AGENDA ~ 04.-04-953 L"? :53 CITY OF DENTON MUNICIPAL UTILITIES · 901-A TEXAS STREET · DENTON. TEXAS 76201 MEMORANDUM TO: Tom Shaw, Purchasing Agent FROM: Para Emadi, Engineering Tech II DATE: April 3, 1995 SUBJECT: BID # 1752 The Electric Utility staff recommends the approval of Bid ~1732 to CERCO INC for the purchase of: 1) one trailer-mounted power rodder including options iA (25' Duct Guide Hose Set) and iD (5" Cable Pulling Guide Set) , and 2) one self-loading three-reel trailer. CERCO was the lowest bidder to meet our specifications. Fm:gb ~E ~l~~e~cu cc: R. . tive Director of Utilities Jim Harder, Director of Electric Utilities Ralph Klinke, Superintendent, Electric Distribution 04035023 "Dedicated to Quality Service"