Loading...
1994-041AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES; PROVID- ING 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 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 ma- terials, 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 AMOUNT NUMBER NO VENDOR $309,482.00 1581 ALL WHITE GMC 1586 ALL CONLEY LOTT NICHOLS CO. $ 39,800.00 1588 ALL JIM ALLEE IMPORTS $ 27,748.00 EXHIBIT A 1593 ALL SEE ATTACHED EXHIBIT B 1602 ALL SEE ATTACHED 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 pur- chase 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 imme- diately upon its passage and approval. ~ PASSED AND APPROVED this~ day of , 1994. ATTEST: JENNIFER WALTERS, CITY SECRETARY / APPROVED AS TO LEGAL FORM. DEBRA A. DRAYOVITCH, CITY ATTORNEY DATE: MARCH 9.2, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1581 - cOMMERCIAL REFUSE TRUCKS RECOMMENDATION: We recommend this bid be awarded to the lowest bidder for the combination trucks and bodies of White GMC Trucks of Dallas in the amount of $107,336.00 for one front load refuse truck and $101,073.00 each for two side load refuse trucks. Total bid award for the three units is $309,482.00. SUMMARY: This bid is for the purchase of one front load refuse truck and two side load refus~ trucks. The three units are motorpool replacements for 1986 model trucks. They were approved for replacements in the 1993/94 budget process. These are the commercial type trucks that lift and empty the green commercial dumpster. We currently have several of the White GMC trucks and Pakmor bodies in our fleet. They have proven to be good units with minimal problems or down time. Representatives from the Fleet Operations and Commercial Solid Waste Divisions concur with this recommendation. BACKGROUND: Tabulation Sheet. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Fleet Operations and Commercial Solid Waste Divisions. FISCAL IMPACT: These units will be funded from 1993/94 Certificate of Obligation Funds previously approved by Council, account number 724-025-CO94-9104. Res tf sub ' d: ~,' ~lOyd V. Harre41 City Manager Approved: Name: TomD. Shaw,C.P.M. Title: Purchasing Agent 469 .AGENDA ~ rn ii!ii z z z z ~ z DATE: MARCH 14, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1586 - VIBRATING ROLLER RECOMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specification, Conley Lott Nichols Co., in the amount of $39,800.00. S~R¥: This bid is for the purchase of a vibrating roller to be used by the Street Department in the construction and maintenance of City of Denton Streets. It is a motorpool replacement for an older (1988) unit that has been determined to be no longer economical to maintain. The new unit is a self propelled double drum design,capable of compacting road base material, shoulders and similar applications. BACKGROUND: Tabulation Sheet. PROGRAMS~ DEPARTMENTS OR GROUPS AFFECTED : Street Construction Division and Motorpool. FISCAL IMPACT: This unit will be purchased from Certificate of Obligation funds previously approved by Council for fleet purchases, account number 724-025-CO94- 9104. Cipectfully, s~bmittedj~ 'v .- Manager Approved: Name: Tom D. 8haw,C.P.M. Title: Purchasing Agent 0 o~ DATE: MARCH 22, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1588 - UTILITY VEHICLES RECOMMENDATION: We recommend this bid be awarded to the only bidder, Jim Allee Imports in the amount of $13,874.00 each for two units. Total amount $27,748.00. SUMMARY: This bid is for the purchase of two units to replace 1987 model Suzuki vehicles. These older vehicles are currently assigned to the Police Department for parking enforcement and other related activities. One older unit will be assigned to the newly created Weights and Measurers Division and the other will be sold at public auction or possibly reassigned to lighter duty. Bid request were mailed to eleven (11) possible suppliers. This small utility vehicle has a limited number of dealers and a limited number of similar type vehicles available on the market. The Police Department has found these Suzuki vehicles to be very maneuverable, able to get into small places and economical to operate. BACKGROUND: Tabulation Sheet. PROGRAMS ~ DEPARTMENTS OR GROUPS AFFECTED: Fleet Operations, and Police Department. FISCALIMPACT: These units will be funded from Motorpool Replacement Certificate of Obligation Funds, account Number 724-02§-MTPL-9104. Lc],~spectfullM s~ubmit t ed~ oyd V: ty Manager Approved: Name: Tom D. Shaw,C.P.M. Title: Purchasing Agent 467. agBnda z ~ ~ mo ~o > ! "'Om .,~ m Z DATE: MARCH 22, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. HarreIl, City Manager SUBJECT: BID #1593 - FERTILIZER]HERBICIDES RECOMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specification and delivery requirements for each item bid. ITEM VENDOR PRODUCT EACH PRICE 1. ESTES INC. SURFLAN $ 149.90 2. ESTES INC. ROUNDUP $1,118.40 3. W. ELLIS MSMA $ 44. 625 4. W. ELLIS RODEO $ 248.75 5. RED RIVER CAMPAIGN $ 57.50 6. B & G CO. AWARD $ 135.75 7. LESCO TURF TREE $ 9.89 8. JUSTIN SEED SURFACANT 50% $ 6.29 9. ESTES INC. SUMETHRIN $ 7.00 10. BWI PRIMO $ 288.76 11. HARPOOLS* FERTILIZER 15-5-10 50% $ 194.00 12. HARPOOLS* FERTILIZER 15-5-10 87%BULK $ 218.00 13. HARPOOLS* FERTILIZER 15-5-10 87%BAG $ 238.00 *Lower price offered by Justin Seed requires three day notice. Harpools bid is one day. Scheduling during the summer months does not allow for three day delivery to be acceptable. The total estimated expenditure for these products during the 1995/94 season is $24,986. SUMMARY: This bid is for the seasonal requirement of fertilizers and herbicides to be used by the Parks Department in ground maintenance activities. All products are EPA certified and will be applied by licensed certified applicators currently on staff. BACKGROUND: Tabulation Sheet. PROGRAMS ~ DEPARTMIgNTS OR GROUPS AFFECTED: Park Maintenance Division · FISCAL IMPACT: These products will be purchased from 1993/94 budget funds account #100-038-0063-8105. CITY COUNCIL REPORT MARCH 22, 1994 PAGE 2 OF 2 , ~__~ectfully s~b~mitted ~2ity Manager Approved: Name: ToteD. Shaw,C.P.M. Title: Purchasing Agent 470 .AGENDA DATE: MARCH 22, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1602 - TRANSFORMERS RECOMMENDATION:. We recommend this bid be awarded to the lowest evaluated bidder for each item: ITEM DESCRIPTION VENDOR QTY TOTAL 1. 150 KVA PADMOUNT TECHLINE 3 $10,791.00 2. 500 KVA PADMOUNT WESCO 1 $ 6,100.00 4. 750 KVA PADMOUNT TECHLINE I $ 8,234.00 Total bid award $25,125.00 Item 3 will be rebid no award at this time. SUMbL~RY: This bid is for the purchase of Electric Distribution padmount transformers. These transformers will bring inventory quantity back to a safe level. The evaluation for transformers award considers the overall cost to operate over a 20 year life expectancy, including power losses at both no load status and total load status as well as purchase price. BACKGROUND: Tabulation Sheet, Transformer Evaluation Sheet. PROGRAMS~ DEPARTMENTS OR GROUPS AFFECTED: Electric Distribution Division. FISCAL IMPACT: These transformers will be purchased from 1993/94 budget funds for Capital Improvements to the Distribution System, account number 610-103-1031- 3684-9222-ME68001A. eetfully sub.mitred: // // v: ~ity Manager / A roved: Name. TomD. Shaw,C.P.M. Title: Purchasing Agent TRANSFORMER EVALUATION SHEET MARCH 7, 1994 PREPARED BY: FESTUS OKOLIE LOSS/COST EVALUATION OF A 150KVA PADMOUNT, 277/480V THREE PHASE RADIAL FEED PADMOUNT TRANSFORMER WATSON NO BID PRIESTER COOPER 464 1760 2.85 17 $$,300.00 $19,123 WESCO ABS 349 1429 2.65 10 $3,960.00 $19,712 CUMMINS PAUWELS 347 1590 2.73 12-14 $4,004,00 $20~360 3OLELINE PAUWELS 347 1590 2.73 12-14 $4~053.00 $20~526 TEMPLE GE 343 1344 3.7 15 $4~761.05 $22~120 SESCO SESCO 440 2040 2.5 17 $4,416.00 $23,658 LOSS/COST EVALUATION OF A 50oKVA PADMOUNT, 277/4aoV THREE PHASE RADIAL FEED WATSON NO BID CUMMINS PAUWELS 738 4178 2.69 12-14 $6~869.00 $88,542 TECHLINE HOWARD 757 8985 1.92 12-14 $6~629.00 $88,596 3OLELINE PAUWELS 733 4175 2.69 12-14 $6~892.00 $38~620 PRIESTER COOPER 1071 4284 8,05 17 $8,985.00 $89~826 TEMPLE GE 834 8588 8.8 13 $7~556.84 $41~036 SESCO SESCO 1800 6900 5.75 17 $8~186,00 $56~062 LOSS/COST EVALUATION OF A 750KVA PADMOUNT, 277148OV THREE PHASE RADIAL FEED PADMOUNT TRANSFORMER WATSON NO BID POLELINE PAUWELS 924 6068 3,49 12-14 $8,691.00 $53~361 CUMMINS PAUWELS 924 6068 3.49 12-14 $8~711.00 $53~429 PRIESTER COOPER 1246 6509- 5.3 17 $7~972.00 $53~991 WESCO ~BB 1099 6139 5.72 10 $8,565.00 $54,064 TEMPLE GE 312 4857 3.62 15 $11,870.52 $57~112 SESCCL SESCO 1845 8775 5.75 17 $10,370,00 $72~365 A:\evaluatl~fmr BID # 1593 ITEM VENDOR PRODUCT EACH PRICE 1. ESTES INC SURF[AN $ 149.90 2. ESTES INC ROUNDUP $1,118.40 3. W. ELLIS MSMA $ 44.625 4. W. ELLIS RODEO $ 248.75 5. RED RIVER CAMPAIGN $ 57.50 6. B & G CO AWARD $ 135.75 7. LESCO TURF TREE $ 9.89 8. JUSTIN SEED SURFACANT 50% $ 6.29 9. ESTES INC SUMETHRIN $ 7.00 10. BWI PRIMO $ 288.76 11. HARPOOLS FERTILIZER 15-5-10 50% $ 194.00 12. HARPOOLS FERTILIZER 15-5-1087%BULK $ 218.00 13. HARPOOLS FERTILIZER 15-5-10 87%BAG $ 238.00 BID # 1602 ITEM VENDOR PRODUCT EACH PRICE 1. TECHLINE 150KVA PADMOUNT $10,791.00 2. WESCO 500KVA PADMOUNT $ 6,100.00 4. TECHLINE 750KVA PADMOUNT $ 8,234.00