Loading...
1995-162AN 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 NUMBER VENDOR AMOUNT 1772 ARKWRIGHTMUTUAL INSURANCE CO.$174,250.00 1786 PREFERRED SALES AGENCY INC. $ 28,194.00 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.. BO~ CASTLEBERRY, 70~-.~ ATTEST: JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM: HERBERT L. PROUTY, CITY ATTORNEY DATE: SEPTEMBER 12, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID #1786 - DISTRIBUTION TRANSFORMERS RECOMMENDATION: We recommend this bid be awarded to the lowest evaluated bidder, Preferred Sales Agency, Inc., in the total amount of $28,194.00. SUMMARY: This bid is for the purchase of conventional overhead distribution transformers, which will be kept as back-up for transformers in use on the electrical system at this time. Twenty-one bid packages were sent to prospective vendors, and eight bid proposals were received in response. BACKGROUND: Tabulation Sheet, Memorandum from Don McLaughlin dated 8-17- 95. PROGRAMS~ DEPARTMENTS OR GROUPS AFFECTED: Electric Distribution Department, Electric Utilities, Electric Customers of the City of Denton. FISCAL IMPACT: Budgeted funds for Electric Distribution Account #610-103-5880- 8925-C536801A. Re~ctfully su~n~itted: _ City Manager Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 627 To: Denise Harpool, Senior Buyer From: Don McLaughlin, Senior Engineer Electric Engineering Date: August 17, 1995 Subject: Evaluation of Quotes on bid # 1786 The transformers in bid 1786 are for backup of existing transformers on the system. The Utility staff recommends awarding the bid to the low bidder. The low bidder is Preferred Sales Agency, Inc.. Sincerely, Donald L. McLaughlin~ Attachments: I. Exhibit I, Loss / Cost Evaluation II. Exhibit II, Total Cost EXHIBIT I FOR BID 1786 PAGE 1 ITEM 1: LOSS/COST EVALUATION OF EIGHT 167 KVA 120/240 CONVENTIONAL OVERHEAD SINGLE PHASE TRANSFORMER MADE NL LL TL BID CAL. DELIVERY~ BIDDER BY LOSSES LOSSES LOSSES COST COST DAYS i KBS COOPER 239 1245 1484 $2,410 $15,324 140 N~x Electric Ermco 303 1398 1701 $2,473 $16,706 100 ; POLELINE KUHLMAN 231 1659 1890 $1,934 $15,373 56 PRIESTER COOPER 239 1245 1484 $2,260 $14,817 150 SESCO i SESCO 400 1500 1900 $2,623 $18,448 90 I TECHLINE ~Howard 306 1208 1514 $2,013 $14,386 98 TEMPLE i. GE 309 1097 J 1406 $2,706 $16,291 ~77~ LOW BID $13,986 ITEM 2: LOSS/COST EVALUATION OF SIX 167 KVA 240/480 CONVENTIONAL OVERHEAD SINGLE PHASE TRANSFORMER MADE NL LL TL BID CAL. DELIVERY- BIDDER BY LOSSES LOSSES LOSSES COST COST DAYS KBS COOPER 266 916 1182 $2,430 $14,246 14(~TM Nix Electric Errnco 429 1801 2230 $2,017 $17,895 1 O0 POLELINE KUHLMAN 277 1421 1698 $1,902 $14,657 56 PRIESTER COOPER 266 916 1182 $2,324 $13,887I 150 SESCO SESCO 400 1500 1900 $2,524 $18,113 I 90 TECHLINE HOWARD 330 1005 1335 $1,974 $13,609 [ 98 ' TE_M_P_ LE GE 309 1043 135; $2,689 $16,009 77 LOW BID $13,516 03:54 PM ....... C:\TRANX\B1786\B1786.WK3 EXHIBIT II FOR BID 1786 ~ __ - PAGE 2 I, ITEM DESCRIPTION QUANTITY DISTRIBUTOR MANUFACTURER PRICE TOTAL I ITEM 1 167KVA 120/240OH 8 Preffered 3entral _$.2,019 $16,152 ~/T~-2 167 KVA 240/480 OH 6 Preffered Central $2,007 $12,04~ , TOTAL COST $28,194 C:~_TRANX\B178_6_\B1786.WK3 11 -Au(]-95 03:54 PM DATE: SEPTI~iBER 19, 199~ CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harreil, City Manager SUBJECT: BID # 1779 - PROPERTY AND BOILER MACHINERY INSURANCE RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Arkwright Mutual Insurance Company, in the amount of $174,250.00 annual premium. SUMMARY: This bid is for insurance coverage for property and boiler machinery including vehicles and mobile equipment physical damage. The contract term is for three years, renewable in October of 1996 and 1997. BACKGROUND: Tabulation Sheet, Memorandum to Council prepared by Max Blackburn, Risk Manager. PROGRAMS~ DEPARTMI~ITS OR GROUPS AFFECTED: Risk Management Division, City of Denton Operations. FISCAL IMPACT: The premium amount is comparable to our current contract and will be funded from 1994-95 budget funds.  f. ully. sublnij~ted City Manager Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 632 .AGENDA CITY of DENTON, TEXAS MUNICIPAL BUILDING. 215 E. McKINNEY , DENTON, TEXAS 76201 (817) 566-8200 * DFW METRO 434-2529 MEMORANDUM TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager DATE: August 18, 1995 SUBJECT: PURCHASE OF PROPERTY/CASUALTY, BOILER/MACHINERY, COMMERCIAL CRIME AND VEHICLE COLLISION INSURANCE Recommendation: That the City Manager be authorized to award an insurance contract to Arkwright Mutual Insurance Company for the subject insurance coverage for a period not to exceed three years, renewable on the first of October 1996 and 1 997. New premiums are comparable to our current contract. Summary: Two quotes were received in response to our bid specifications. Arkwright Mutual Insurance Company once again offered the lowest bid. Comparative information is outlined below: Company Property Vehicle Commercial Crime Total Arkwright 9148,000 924,000 92,250 9174,250 TML 9194,282 926,000 93,828 9224,980 Discussion: Arkwright has an A.M. Best rating of A+X and has provided superior service to the City of Denton for several years. Their bid price also includes approximately 200 hours of loss prevention services provided by one of the foremost fire prevention companies in the industry - Factory Mutual Engineering. City Manager ~: "Dedicated to Quality Service" Page 2 Prepared by: Max Blackburn Risk Manager Approved by: AFFOOF2E