Loading...
1993-015ORDINANCE NO. 93-ov-5- NOTE: AMENDED BY ORDINANCE 93-037 A COPY OF 6JHICH IS ATTACHED. AN 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 com- petitive 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 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 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 herto, are hereby accepted and approved as being the lowest responsible bids for such items: BID ITEM NUMBER NO VENDOR AMOUNT 1443 ALL EMS USA EXHIBIT A 1449 1,2,6,7,8,9 CLASSIC CHEVROLET $ 90,313.00 1449 3,5,10 NORTH LOOP DODGE $ 64,504.00 1449 11,12,13 HUDIBURG CHEVROLET $ 57,084.60 1449 4 KARL KLEMENT FORD $ 12,934.34 1452 ALL COLLECTION EXPRESS SERVICES EXHIBIT B 1454 ALL FIBER LINK SUPPLY INC. $ 29,249.44 1457 ALL BARRETT WHITE GMC $ 46,590.00 1458 ALL DAVIS TRUCK AND EQUIPMENT $ 69,208.00 1459 ALL POWELL INDUSTRIES $148,200.00 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 ap- proved 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, spec- ifications, 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 approva . PASSED AND APPROVED this Ir day of 1993. BOB CASTLEBERRY, ATTEST: JENNIFER WALTERS, CITY SECRETARY r BY: APPRO'IED AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY BY: tc z W H H H H H H H H N Qp N H I11 O N N O O O n H d' d' d' d' d' d' M O w O0 d' O H l0 m Ol 00 to d' H H m Ln Ln Ln Ln Ln Ln Ln Ln t0 O 111 d' M Lo co O M O ab H N Lo >v N N N N N N N N H O yr n 0 0 0 0 N! d' N d' H H m Yl 1A 41- {R L} t/} iR V! H H w N H H ur N4 N! Y! VF v yr vt V! v& vt H N M d' H N M d' a m m-1 m ro-I m .4 H H H H H H H m m m W m m m m H a awaaaL04"W o A 0 4-) w 'd 0 d' O U U U U U U U U H m m m m m m m m 1-1 d H (d N H 0 0 0 0 0 0 0 0 v 0 -.I LL•+ a b1 CP b1 b) b b+ b1 b1 -H .0 L. fa is N H q m C. L: Ci C 17 N +1 4.1 U H w w p a >Y >1 >V >t >L >Y >1 >4 x 0 .a 4-1 4.) m U u u u s4 u u u u $4 p4 - a) w x Ea (d(d(d(dm(dm(dw-A $4 $4 6r. o aaaaaaaa 0 m (d m 4J4-) (d~ 0 4J c c t~ a a U 4 U m m (d m U m m m m -a -.1 -A •.I m •11 U +1 +1 m $ - = 0 0 0 0 m m m m 0 U N -A -'I $4 O c.' C. H N 4-) 4J a, +1 0 0 0 0 01 a i +1 0 0 a U U o g 0 0 0 0 0 r. 0 0 0 o r. H w w w 1 m m m -A -.I -A -A o U o U v V dl M •4 :3 :3 m +1 4.1 w ai 04 04 (d(dmmm°~'m 4(da)iAkka)a am ioa~~(d(d 3 S 3 3 a z 0 0 0 w a a W M W V) H H H N N N N N N N N tO k tO tO m d' N N O tO m m x x H H H H H H H H H A U H H M U U A A N N H d' d' tO a N M to °I------------------------- H N M d' N tO l~ 00 01 O H N M d' Ln tO l~ QO 01 O H N I M M M M M M M M M d' d' 'd' d' d' d' d' 'd' d' d' 111 Ln 111 04 N W tp tO tO tO W to W to tO 0 0 O M d' O O O d' O O O O O O O O O O O O O, Ol M M O H H H H H to O %~r w m Ln m w Ln O O O O o O O O O O O Q N N N N N O O O O O H O N N N C1 Oa Co H O tO to O O O rn rn O1 88 IM 401- y} y} jq 411~ to 441r aR w U} H! H N! us M tR N! ur H d' 10 t0 N N N -I H H O O .z H (R V). i/} N! V! H! N! Vk V! V! 41. N N H! W 41' - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - In o O N M 4 M H d' m H H k w m w H w d N H m U w N Ot O1 H Ln H a) w U w 0 W z 0 z A A a m m 0 w w 00 w 04 E E E ID co w w w 0 -;t 00 0 04 N N N M M M 0 0 0 0 \ A w w w d'W 00rnH O 41 7 7 1 H H H H H N $4 14 A O O O D U U 'T. Id (d Id 0f (d H .-I H H H 'd O 04 \ • G 0 C O a) w w a) w m (d (d (d (d k a) a) 4 ~ o Ln r oo p p~ H o+ O 0 IT rn a) a) a) w a) m H a W N H H 0 0 r. 0 q d1 d) rn tP rn H A w w w w w w ni (d W >1 >r >v 0 0 r. r.. r.. d (d A A A A A A tP 0+ H to $d N P t1 >v >1 >r >r >r O M N $4 d' d' 0 7 7 0 a Ld 0 m 0 0 k M M N W O Id (d v H F1 EL E1 E-1 H OHO N U Ax44A (d (d m (d (d (d p1HHH+) x x V) P4 04 04 w04.044.04 01.1 mHH O 0 HHHHHH W 0 0 0 0 0 04 W P4 P1 01 w$4 O O U W (d (d (d (d (d (d M u c a a a a o 0 0 0 o . H H m m M Ul CP U U U U U U w w H w v v 4J m (d m m 0 0 a m m m ro (d (d 4 A >r >i >i >v >i O O -A w U U w w -a -.1 -.1 $4 $4 $4 W » W +1 ((dgd (d mg m (d (gd m m (gd (?4: d .a m m w x -a •A u u m m m +1 a) +1 V +1 +1 (d b t1 u tl t31 s31 11 $3a 03.1 11 U G 0 0(d k l4 E E w w w v ra v d° 10 b U U -A •A -4 -a •.I -'1 -4 • 4 -.a -'1 H (d (d m H w w O 0 P sa LI 0 0 0 0 0 0' > F4 4 4 4 4 4 4 9 4 4 m m m m 0 0 0 U 0 A 0 W W W W W W H H N 'd' d' d' 'cN d' d' d' d' d' d' X m x x m Ln O m m m m m x x x x x x m m H N N N N N N N N N N A U A A U r- U U U U U A A A A A A U U tO d' N N O 0 H N w tD M O O d' M d' w d' M H H H H H H 01 ~k I H N M d' m tO t` 00 m O H N M d' m w r- m m O H N M d' m w t` m m O H H H H H H H H H H N N N N N N N N N N m DATE: FEBRUARY 2, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1443 - MEDICAL SUPPLIES RECOMMENDATION: Council approve award of Bid #1443 - Medical Supplies to the over all low bidder, EMS USA, for an estimated annual expenditure of $16,000 (see Exhibit A). SUMMARY: Bids on medical supplies used by the EMS division of the Fire Department were received December 15, 1992. EMS USA was the only vendor to bid on all items combined. This bid will be for a period of one year upon Council approval. BACKGROUND: Tabulation sheet, Memorandum from Capt. Sessions, EMS Manager. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED:_ Fire Department. FISCAL IMPACT: Payments shall be made from budgeted funds in account #100-060- 0053-8106 which has a balance of $45,605.10 as of January 26, 1993. sp/ecctfully submitted Lloyd V. Harre City Manager Prepared by: 1 ame : Mela ie Harden Title: Buyer Approved: Name: Tom Shaw, C.P.M. Title: Purchasing Agent 335.agenda U H a H w m E O z H Q Q H U O E A z z a U E H z a O Q z a O z - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - 000"rqrd "t ,r00tnn0nnco W00 000 00 ri H H N N N N N W O d' m 0 n n w r-I to m 000 co co O O O O O H N cIn m O O w .0 N w in Ln in rn Ot 4! dt N! 4Y 4} 41. 4F 4? 01 V! N& dr H r-I 4! H to W N N N M ri 4! 4t 4! p 4! 4F 4t W M 4! 4► (Y1 O pq N N z zzz~4} z z z 0 z D 0 w m N N w 0t 4 0% -a w H o w H c Ln !n H U Q Q H [A z Q H C1 W Q. Q z w a 0 m E ro ~ pq H Z Q In In In In u~d d d d d nOn OMMOONNto00000000 H H H ri H N N N N N O N Co w d' d' w N H M n w ow In In In O O . . -It d' O O O O O N In N H O O O M M N In In to In M M M r 4 vIF 41. 4f 41. 4, 4. 4► 4! 41, 4! 4r ri 4! d' H H H H In w w N N N H H H ko t0 H [A 4} 4} 4! 4} 4! 4! 4& H 4# 4} 44- JA 4& 4T N N 4r \ V! 4! 4% z 1n,n,nommmmmInNo 00000 000000 n n n n n H H H H H w O 0 Lo in 0o to O O O In In In N N N N N 0 0 0 0 0 H O H O O t0 ri 01 O+ rn N N N 4l 4t 4l 4r 43 4l 4} 4l v: 4r 4l rr-I O OD ~ w. w ~ 4* m O m w t& ~ 4& ~ ~ O 4 "I z z z z z z z W W to to to 0 W to W 0 M O Mq-t 0 0 0 d* 0 0 0 0 0 0 0 0 0 0 0 0 O M M 0, M H H H H Hto O to M ui m to m o o o o o o o o o o o N N N N N O O O O O H O 04040403 o OD ri O w w 0 o 0 ONO 0 00 4) 41. d} 4! 41. 4! 4. 4! 4. N 4! H 41. 4! M 4! 4i• 4} H d' w w N N N H H H O O H 4► 4} 4t 4F 4t 41- 4} 4! 4! 4l iA N N 4jw 44 4! - - - - - - - - - - - - - - - - - - - - - - - - - L~ o o - - cv M <r $4 $4 $4 P w w w w w 8 E m w w w N N N M M-0 SSA W~~ O 1~ -11 4:14 44 0 z z :j ri rd r 4 r-I H N ••a $4 .V O O O D U U z N 0 1d b 0 ,4 ra H r4 r4 ro O CL\ • • r. q r, O w w w w w m m m w 0 w w w .0 \ O 1n n w p p 0 H 0)mmUlmw w w w w m 1-1 P4 W NH H 0 r. 0 0 V M Ot 01 0+ bt H A w w w w w w ld ro W >1 >1 >4 'h >4 ri 0 0 0 r. 0 (d A A A A A A m b+ H 1•I 11 N M Sd >1 >1 Av >4 >1 ZS M LI LI :3 7 ~ a al ro td 0 m $4 LI u u u 1~ O m ro ro E E EH H E H OHD N A A A m m 1d ld m m Al ra rl -1 +I x x w 04 04 04 LL 044 x A A A 04 -A W H ra 0 0 r4 H ra ri H ra w O o 0 0 o 04 04 04 LL W w u -4 0 0 U M: N b 1d 1d 1d 01 IH » Q m m m m m 0 0 0 0 0 4 H= = Q U U vd' w w w w w w w w m N (d (d 1d $4 u u u $4 w ri N A A C .0 A .0 N -P aaaa000000 4I 4WMb)M0)0000U0ww ra di 'd ro +i N Id m m r. 0 0 1d 1d 1d m m ro A A ?1 , 4 ?4 'ir r4 >i >i ,?1 'T1 0 M-1 -4 w U U w w -k -A •A u $4 M 41 4 $4 +i V 0 0 0 0 0 0 m 0 0 0g 4 0 0 m 'rc' -4 u f4 m m m JD 1, y 1, N (d to $4 Lai S34 spa N4 lei is 00 0 0 0 m u ski 6 E N N O) b b b v U U -4 -4 •rl -A •a -4 -4 •11 -A •A r-I 0 0 m r-I w w 0 0 14 M u 0 0 0 0: 0 0: > > 4 4 4 4 FC 4 4 4 4 4 4 m m m m U U U U Q Q Q W w w W W W H H E d' d' d' d' t d' d' d' d' d' x m m x m m O m m m m m x x x x x x m m H N N N N N N N N N N A U A A U n In U U U U U A A A A A A U U H z t0 d' N O 1f1 'I N t0 t0 M O O 'd' M d' t0 d' ~i M 14 H -I lI ri rl ri ~k I •-I N M d' I!1 t0 n W 01 O H N M d' In t0 n W 01 O .--1 N M d' In t0 n W Ot O H ri ri H r-I ri H H H r-I N N N N N N N N N N M U H H o w v , E O Q u z z ~ ~ ~ ro H Q LG O 00 o z mu 0 H A z O °a o a z 4 D m w 0 Q m E b O •A H W H z~ 4 0 0 0 0 0 0 0 0 0 O M m m O N O OO n t O n H n n [h n n n n n M N w m N m n N 0 0 0 0 0 0 0 0 m L~ ill M ~O n n M 1O ~r H m E M M M M M M M M H w w O N kDm 4F d' H H >1 •"1 dt w 41. d} 41 4► d} 4. 4f m H H N H H co 113 41. 4. 4! m 0 4k 4! V! 4! 4! z z z 1~ Ln 1 0 M 1n M in M M In m m m to O O O O O m 1n O n n n n n n n n m O n O 00 v m m d' 4 4 4 4 4 4 4 1D l0 In N O 10 M M m m N CN N N N N N N H M 41. ko n H 4! H 4! >1 b 44 4! 41. 41. 4! d} 41. 4%. 41. H H 4! N Oa W !A Oa tYl 41. z z z z z b Ln H LO mmmmm0mm0m co ulOeoo to El dr "I * d. d' Itt d' <r n m -;r In O OD d' n In m >1 El n n n n n n n n -z M Ln 00 U1 CA H m > b E N N N N N N N N H O 4t ko M ON OO 43. N b -.1 u} 4s 4} 44 4+ 4► 4! 4► 4! H C! 4r N dr 41. H O OO O lA r0 0 C. 'ir z 4} 'Pr z z z z o "1 e H 11 n OD 00 ~ H H H H H H H H H N O N H m O N N m O O O n n d' d' d' %N d' d' d' .0 M O w Od .00 H W m w m d' H H . . . . . . . . . . . . . . . . . . . . . . 1n In In to In In In ifl kD O Ln d' M In ao O M m Oo H In In N N N N N N N N H 0 4l n ON 0 0 0 M. * N d' H H m 41. 4} 41. 4r 4► M. 4► 4t 4! H H 4► N H H 4! 4k 4! 4} A& 'Jv 41. i/} d} 4! 41, b n - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - I H N M I H N M d' N w 0 N a M H Q H m m .a 14 a a m H U v zz Q H N m ON H to H 4 v U Q) Q W A'. Q z W a 0 a m m m ro m m~ m H H H 14 H H H H Oa !Y1 W fA O W [A Pa H a 04 w0404 04 04 04 0 Q z 0 0 0 0 0 0 0 0 4J O U U U U U U U U 0 'O q d' H m m m m m m m m 14 O 14 [d N H 00000000,00 •404-4 W 0)tpmmO mmm0•1 R C H s4 $4 H 0 0 0 0 0 0 0 0 0 41 41 U H a) a) O a >1 ?1>4 >1 'J.>1 y4>4 w m-A }71.1 (d U s4 a $4 $4 7.1 7.1 W $4 u P4 - ~ a) a) x cn m ro m m m 1d 1d (d a) u s4 E x a W 040044040 as 04 04 14 .14 0 0 0+7 m ccxcaO a~nm o m mm (do Cd >4 m to m m .a •.1 •a -11 m •A U +1 +7 m $ - - 0 0 0 0 m CO m m 0 $4 b -'1 -4 H O C A H N y ,.7 +1 41 0 V O 0 bl a) +7 R 0 PW 0 0 0 g 0 0 0 0 0 0 0 0 0 0 0,40 0 N I m m m -4 •a •.1 •'1 -a •'1 U U U U ?4 'O +7 M M -A O O m >4 +7 .Y a) 0 U 0 0 0 m m m m u a) m ,?1 rO m m •A 4 U 0 a 04 m m cd m -a -A -4 -A (d a) .0 x x al 0 Q) 0 04 0 :3 1d m 3 3 3 3 104 z 0 0 0 w x a m- W H H----- N H N N N N N N N 10 k 10 1O m d' N N O kO m m k k H 14 14 H H H H H H H R U H H M U U R R H N N H ko N M 'J a =w I H N M d m iO n 040 m O H N M* In kO n 040 m O H N M M M M M M M M M [P d' d' V' Q. d' d' d' d' d' to M m 17 r MEMORANDUM TO: Melanie Harden, Purchasing FROM: Captain Sessions, EMS Manager DATE: January 20, 1992 SUBJECT: Bid for Medical Supplies I would like to recommend to the Denton City Council that we accept Bid Number 1443 given by EMS USA, P.O. Box 99, Sheperdville, KY, 40165. MS/lh DATE: FEBRUARY 2, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1449 - FLEET VEHICLES RECOMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specifications for each of the 13 items totaling 18 vehicles. Award recommendation along with specific optional items that were bid as options but do not appear on the tab sheet are listed below. To Classic Chevrolet Item 1,2,6,7,8 and 9: 1. Fire - 4 Door Sedan $10,622 + $275 spotlights $10,897.00 2. Fire - Utility Vehicle $14,224 + $275 spotlights $14,499.00 6. Electric - 3/4 Ton Cab/Chassis $11,258.00 7. Solid Waste - 3/4 Ton Pickup 4 x 4 $13,191.00 7. Water Production - 3/4 Ton Pickup 4 x 4 $13,191.00 8. Electric - 3/4 Ton Pickup 4 x 4 $14,857 + $235 mirrors $14,857.00 9. Fire - 3/4 Ton Van $12,038 + A/C $678 + $280 spotlights $12,420.30 TOTAL $90,313.00 To North Loop Dodqe Item 3, 5 and 10: 3. Electric - (3) 1/2 Ton Pickups $8,795 + A/C $465 $27,780.00 5. Sewer - 3/4 Ton Pickup $11,690.00 10. Fire - 1 Ton Chassis $12,038 + A/C $678 + $280 spotlights $12,996.00 10. Park - 1 Ton Cab/Chassis $12,038.00 TOTAL $64,504.00 To Hudibura Chevrolet Items 11, 12, and 13: 11. Fire - 1 Ton cab/Chassis $11,573 + A/C $668.15 $12,241.15 12. Electric - (2) 1 Ton Chassis Diesel $13,340 + A/C$668.15 $28,016.30 13. Water Prod.- 15,000 GVW Chassis Diesel $16,159+A/C$668.15 $16,827.15 TOTAL $57,084.60 CITY COUNCIL REPORT FEBRUARY 2, 1993 PAGE 2 OF 2 To Karl Klement Ford Item 4: 4. Municipal Lab - 1/2 Ton Pickup 4x4 $12,934.34 TOTAL $12,934.34 Total Bid Award $224,835.94 SUMMARY: These vehicles are motorpool replacements (17 units) or fleet additions (1 unit) approved during the budget process. The lower cost offered by Classic Chevrolet on item 4 fails to meet engine specifications. The lower cost offered by Klement Ford on item number 13 is not acceptable. The Ford truck has a width of 94 inches. We required a maximum width of 88 inches so the old utility body could be utilized. BACKGROUND: Tabulation sheet. FISCAL IMPACT: This purchase will be funded from a combination of motorpool replacement funds, 1992-93 budget funds for vehicle replacements or fleet additions and Certificate of Obligation funds. espectfully submitted: U Lloyd V. Harrel City Manager Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 338.agenda - 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O 0 O rn E H a O N N In o0 .i N M t0 M Dt 9 C` M Q VI O in z N t0 N N D+ to l~ t` O t, In N rn 'i N to 00 N In cN 00 O l~ E ~-7 W O H H H H H H H N H r-I H Ot H I O U x U H 4a H w M +R U! - W V! H? L! iR iR Ulr K d' - - - - E - - - - 0 O O O O O O O - O O O O O O O O O O O O O O O O O O O. a O r (4 N W cn I m t- o d o In m O J O w A O O O M M V O co N N O O In co 0 N In m '"I ID FWC H A W . p . tp , Ot M C N- M N '-1 .i H M .-f tD .-H 1 In 'J ..j.. U 4w y w 401. - 40b. 411. er w w vs w w d' - - p (Y% M cM - co 00 In O o l- 00 N ID d' 'I N '-I to O H m ~ N d' M In ~ a rn '-I 4 c0 -0 M -d- h r- tD ~ Ot OD c V 00 ~ N In A a z o o W \ M CO M (7% d' m t` N d' N d' M 0 O T i .-1 z 00 N N H H H 'q' '-I tD H M 'i M .-I N r1 d' H t0 H I Ln 0 ~ u! ~ Vs V! us N vt a~ Va W d' - - - - - - - - - _ - - O U M n to ON M r- co O co W OD O tD co D+ Ln d' LO 00 to O W N 8 H a A I- 00 ~ D\ t` l 00 r L4 tD U; .-I Ot tD ~ N N ON O In tD r- A tel. w O z N co ON o+ In r, D+ N r O D+ tD In tD In to 00 O E z ri • In i '-I 4 .0 rl M N rl d' .-1 ID H M .-I d' '-I M .-I d' '-I 00 r1 1 In y q 14 VIP ' 401. 1 oil - - ME - - yr - - ur - - yr - 4& ur v+ ur w - aEr - cr - - - - - - 0 p o rC k, o w O w w w w \ w \ w \ w \ w \ w \ w \ w \ w \ cn N in d \ z \ z \ z z z z z z z z z z A r-I z l i o 401. %D - - - - 0 a - - - - - - co - - O - - 0 - - 0 - - 0 o - - o o - - O In o In 0 In 0 o 0 0 0 0 ON In In In H o O 4 tD co D+ orn M r r-I w d' 0 r M tD w ~ N (n M ' U) to o t0 o w A 00 V O N to ON .--I d' \ z N d 01 t o .-i r D1 M N In H r .q m H C14 'A -;r H '-I Q E z r-1 r-1 W -1 . H w H H yr yr rr w yr yr ar 0 w - - - - - - 14 w w a .7+ a 0 H w 94 O W H Q a a W A M z t1 8 d d d a H a 5 r, H En d k 0 La O ~q E ' $ W $ f] E d p~4 z z z H O 0 -cr a; a z a z z z ; z o U H-I EI H to a H H H H H H a Q N N d' H d' V' z O to H w H w H w H C-1 Q E o In rn ri H M (n M M R H H a h a 7 ' a O U a ] a `J M U U U U y Iai . U . U U to U U Z w ~ ~ vwi a a a U a a D ~ U ~ U U U W - - - - - - - - - - - - - - - - - - - - - E - - - - - - .`I a I H .-I M '-I r-I .-I N .-1 H N .1 N H 41- z z - a n a o r i c~ c4 w w 0 ( i N M d t!1 tD g W 01 I r 1 ' ' I a 0 A z a 0 A z a 0 A z a 0 A z w H C 'J O O z a a 8z a H 0 z a H tW7 ° Ao a A H W N 0 ON N d CWh a A H (YI m w U H x H W W a w 5 z A H O M CA Ch ,4 m '-I W A z W 0 0 z 0 H a H U W A 71 01 a 0 0 0 - 0 0 0 - 0 0 0 0 - 0 m O o O o 0 0 0 0 0 0 0 >4 ' O 1n O O m N N N CD M G % A cr fA m O m H to O m en O to w OD r- O tD tD m H ON O co co z N O co d' H H d' m m N H Ln H H w H H H H H H H H H I w w w w w w w w w I.S. o - - ON 0 n - 0 Ln w - tD to try - In m Ln m n m O Ln H m m N tD Co n tD N1 m m n N O 4 (p (p OD M 10 co m m m In co N W A \ \ 10 f+l fh H d' M m ~ O N ' Z. Z. z O H -;r m m Ln a% Ln In m co r'i H .1 H H H 1-1 H H I w w w w w w w w w w In v - - - - - - - - - - - - - - - - - - - - - a - - a - - - - - - - - w W ~ ~ A a A 0 A w 8 -tr ~r ~r N z A x A a z H O i z 0 A rn d' a d' d' H O W z z a x g N N d' H v d' O H H H H H m H ri m W to H a W ~ H P+ p w A W D U D 'J U U U Cl) a a a a x I ~ ~ I I I I A H U U U D7 U U z ai a a a c~ a a 9 U U U U ri H fn ~q H H N 1-1 r-1 N H N H O .-i N N ri N fr1 d' 1f7 t0 g 00 m H H H .-1 DATE: FEBRUARY 2, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1452 - COLLECTION SERVICES RECOMMENDATION: Council approve award of Bid # 1452 - Collection Services to the low bidder, Collection Express Services at a 28% service fee. SUMMARY: Bid invitations for the collection of unpaid final utility bills, ambulance bills, mowing and demolition services, and other miscellaneous accounts were sent to fifteen (15) vendors. Of the two responses received, Collection Express Services bid the lower service fee of 28%. This amount is to be deducted from the actual monies received by the vendor and the net balance received will be applied to the appropriate receivable account (s). The term of the contract shall be for a one year period beginning upon approval of the Denton City Council. BACKGROUND: Tabulation sheet. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Finance, Utilities, Miscellaneous Accounts Receivable. FISCAL IMPACT: There should be no impact in the form of a payable as a result of this bid. The monies collected (minus service fee) will be payable to the City of Denton. We estimate total collection of approximately $115,000.00. Collection Express will retain 28% or $32,200.00. pectfully submitted: Lloyd V . Harrell I- 44e City Manager Prepared by: N me: Mela ie Harden Title: Buyer proved Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent agenda.334 BID # 1452 BID NAME Collection Services OPEN DATE January 5, 1993 DESCRIPTION COLLECTION EXPRESS SERVICES VENDOR Service Fee Based on Recovery Only Expressed as a Percentage 28% i HONOR CREDITORS I AGENCY I VENDOR 33 1/3% EXHIBIT B E:\WPDOCS\WORK\EXPRESS.K AGREEMENT BETWEEN THE CITY OF DENTON AND COLLECTION EXPRESS SERVICES, INC. TO PROVIDE COLLECTION SERVICES This Agreement is made on the day of , 1993, between the CITY OF DENTON (City) and CO ?do ION EX ESS SERVICES, INC. (Collector), a corporation authoriz to business in the state of Texas, to provide for the collection of accounts receivable of the City. The parties agree as follows: 1. Collector's Services. From time to time, the City will send accounts receivable to Collector for ambulance, utility, mow- ing, and demolition services and other miscellaneous accounts that are owed to but have not been collected by the City. Collector agrees to work diligently and to put forth its best efforts to col- lect all monies due the City on the accounts receivable placed into the hands of Collector. Collector shall familiarize itself, its agents, servants, and employees with the Fair Debt Collection Prac- tices Act and agrees to abide with all governing laws regarding debt collections. 2. Collector's Retention of Accounts. The Collector shall retain mowing and demolition accounts for a period of sixty days and utility and ambulance accounts for a period of twelve months from the date received by the City. Collector shall promptly re- turn the accounts to the City upon expiration of the period of time specified for retaining the account, unless an installment agree- ment to pay the account has been signed by the debtor within the time period Collector is authorized to retain the account. If Collector does have a signed installment agreement, the Collector may retain the account until expiration of the time period in which monies are to be paid under the installment agreement, but no in- stallment agreement shall be made on a City account for a period of time in excess of twelve months without the City's prior written consent. 3. Collector's Compensation. As compensation for its ser- vices, Collector shall retain Twenty-eight percent (28%) of the monies collected from each account sent to Collector by the City. Collector shall not be entitled to compensation for any account collected as a result of a debtor's application for new services with the city of Denton, and such results in collection of a previous outstanding balance due the City. 4. Records and Audits. Collector shall maintain records in a manner that it can provide to the City, within twenty-four hours, the present status of and the collection efforts expended on all accounts receivable held by it for the City. The City reserves the right to audit all financial and work records of the Collector to assure the City that proper reporting and remittance is being made. The auditing may be by the City personnel or by independent accoun- tants, at the sole expense of the City. The audit must be per- formed on Collector's premises and the Collector will provide at its expense, work areas and documentation to assist in the audit. The audit must be performed during normal business hours, 8:30 to 5:30 central time, Monday through Friday, and shall be requested at least three business days in advance. 5. Collection by Attorney. Collector may recommend that an account be referred to an attorney for collection. In such case, the City may choose to have the account returned to the City with- out further compensation to Collector or the City may consent in writing to referral to an attorney selected by Collector. If the City consents to a referral to an attorney by Collector, the City shall advance filing fees and other court costs necessary to in- stitute and prosecute a lawsuit, but the City shall not be liable for the expenditure of any court cost or other fee in excess of $300.00 for any one account unless the City has given its prior consent. The City shall be paid sixty percent of the monies re- covered by the attorney on each account referred by Collector. 6. Collector's Monthly Reports. Collector shall submit to the City between the 15th and 20th day of each month the following reports on assigned accounts: A. Acknowledgement of Accounts Received B. Monthly Activity Statement C. Percentage By Month Report D. Cancellation Report (where account canceled prior month) 7. Remittance of Funds. Collector will remit to the City between the 15th and 20th day of each month the NET collections re- ceived by Collector during the previous month. Collector may en- dorse any deposit item requiring an endorsement as agent for the city. Collector's statement shall reflect the gross amount col- lected on behalf of the City and the net amount due Collector. The City shall notify Collector of payments made directly to the City within seven (7) business days of receipt and the City agrees to remit to Collector within 20 days of receiving Collector's state- ment, any amount due Collector. 8. Term and Termination. This Agreement shall continue in effect from year to year, but the City or Collector may terminate without cause at any time by giving sixty (60) days written notice prior to the date of termination. If Collector terminates this Agreement, all accounts shall be immediately returned to the City and no compensation shall be paid to Collector past the termination date. If the City terminates this Agreement, Collector may con- tinue to render its services on the accounts it has for thirty days after the termination date and shall be paid the compensation esta- blished by this Agreement. After the thirty day period, Collector Page 2 shall return all accounts to the City without receiving further compensation, except Collector may retain accounts for which the debtor has signed an installment agreement until the expiration of the time in which monies are to be paid under the agreement. Col- lector shall be bound by all the terms and conditions of this Agreement as to the accounts it is authorized to retain after termination. 9. Notices. Any notice required or permitted to be given under this Agreement shall be sufficient if in writing and sent by certified mail to the parties as follows: City: Executive Director of Finance City of Denton 215 E. Mckinney Denton, Texas 76201 Collector: Collection Express Services, Inc. 7800 Stemmons, Suite 327 Dallas, Texas 75247 ATTN: Vic C. York, Chief Executive Officer 10. Indemnification. Collector agrees to indemnify and save harmless and defend the City at its own expense from any and every claim, demand, suit, loss, damage, cost and expense which the City may suffer or incur by reason of any claim asserted against the City as a result of Collector's acts, omissions or conduct under this Agreement. 11. Independent Contractor. Collector is an independent contractor in performing the services under this Agreement. 12. Bond. Collector shall obtain and keep in effect during the term of this Agreement and for a period of ninety days there- after, a surety bond from a company authorized to do business in the State of Texas, and in a form approved by the City Attorney, in the amount of $10,000.00, guaranteeing payment to the City of monies due the City under this Agreement. 13. Assignment. This Agreement shall be binding upon, and will insure to the benefit of the heirs, executors, and assignees of the City and Collector. 14. Venue. Any action brought by either party regarding this Agreement shall be brought in the court of competent jurisdiction located in Denton County, Texas. Page 3 COLLECTION EXPRESS SERVICES, INC. (Collector) X/jo' BY: C. YORK, C IEF XECUTIVE OFFICER J DATE CITY OF DENTON BY: W. HARRELL, CITY DATE o-2,115- APPROVED AS TO LEGAL FORM DEBRA A. DRAYOVITCH, CITY ATTORNEY Page 4 DATE: FEBRUARY 2, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID #1454 - DATA MULTIPLEXER CHANNEL BANK EQUIPMENT RECOMMENDATION: We recommend council approve award of this bid to the low bidder, Fiber Link Supply, Inc. in the total amount of $29,249.44. SUMMARY: This bid is for the purchase of T1 channel banks which will interface with T1 circuits provided by the local telephone company. This equipment is necessary to provide telemetry to Brazos Electric Power Cooperative and Texas Utilities to comply with a T.M.P.P. technical committee directive. Five proposals were received in response to eight bid packages mailed. BACKGROUND: Tabulation sheet, Memorandum from Ray Well dated January 14, 1993. FISCAL IMPACT: Budgeted funds for Electric Metering account #610-080-0254-9217 with a balance of $98,021.00. esppectfully submitte Lloyd V. Harre City Manager Prepared by: Name: Denise HarpooI Title: Senior Buyer Approved: Name: Tom D. Shaw, C.P.M. Title : Purchasing Agent 342.agenda v u1 O tD M ON M OD ON V' N tD M co O WD r, v O ID Ln t, 40 O CT tD to H M M N .-1 M O to 11 W ❑ 00 1 11 N N V w V! In FC v O O Ln F4 z z N 1 m .-1 D M V \ M M N V \ \ k N V! W @J @l W z w aIt w w z z i/) NJ NJ C?J @J N OD 0 (M) w w PJ N N N N N tD w V' N 1-1 .1 r-i IT- 00 O O O O O In H O u7 ra Ln W O N O U t, H W rl H t- z tD r- H H a a O In In In O O V H V' In H sr H V' m H o W F ❑ N n r N u1 4i v! w w w w W z z 11 N u1 M V~ ❑ Q Q Q W W h 1"1 >W N W 44W W N z z to z N N z to~ Ln H H H H } - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - O 00 O O O K O v v m O O O N OD m in to N OD O In x N O N M N C4 r- r- m to r r D M • M N yr a a4 O aD to In r m M O N N M M O a% N co w yr W z Q W V OD l~ M w K H w w w .-t N yr v w m H z \ v rn r-I N M r-1 M to w w H 14 Z W w w w 4+ W w W N NJ W H ri H W K Vt N rl ri w w If M M w ~ H * t V N N N i s O + - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - V' tD W OD v W m Co - - - 00 00 O M M N M M M N M O a o 0 0 0 0 t` OD w m t` OD v ON o v q o o to o to ri r i r i a -i i i i FC v EO z V• 0 O to ~ q w yr w \ w w w w \ rl H M ri V' @J NJ NJ NJ z @l @J N1 NJ z N n OD r1 N OD M V! N w w K ra r-1 v N M M N -0 +vs - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - O O O O co W to In OD OD to q O a a O O o O t- n 14 H t- t- .-i .-I 0 W O M M to In M M to OD H ❑ 1 O O O W w et +a yr rC w w r+ w 7.C H 1 W ~ M rn ou w w @J z °V °V °U °V z V' N w tD w tD H .i N .-1 M M r-1 .--1 w w w - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - WE 3 to W O H N4 U 3 O RzC U W z a O H W W H H z fx O O Z O H x x H H O a m O H r-I ri Qz Hm to O W ~to110w OmWN w H H a H ID H H to x m x O H m W to M W H F. H w W= d' H H Qum,' tD w to p E-4 U F H z E O F F z W Ln E4 a4 D4 ~a8 z z0 z z a w z z zz00a m W W W O 7C fA W O W O W OH M W m H O f~ H0 E4 \ H H W Q H3~ W Oaza~ pyH Q w zzwiz rZpq 2c421:OH~zal+ 3 20 Q it z P4 W V DC z p z F z'~,F7.~ fZ M ,.Fzz . fx ~ H z H z a O~ M CIA z fZ ~ N h U O W HHU W UQ O1 to F.3FN F. HU O W3Htl HU ti 3 z .-1 >C q p, H k O k O a to O >C W x O x O to O x w w W E E O H W rC H w W U W U v M a u W z W U W U v a a U W z a ❑ I N .i N N N k z a - - - - ❑ ❑ W - -I- - - - - - - - - - - - H - - - - - - - - - - - - - - - - - - - - - - - H H W ft 4 m H H H N M 4 In 4 N M 4 171 DD m 0 H ri ri N M H H H µ 4 4 4 4 OD OD OD OD m {fS ri 11~ iC'A1 F 1 ~ ~ C.a• S• ~ Ifl.; ~i;~e 3• CITY of DENTON MUNICIPAL UTILITIES/ 901-A Texas street / Denton, Tx 76201 TO: Jim Harder, Director of Electric Utilities THRU: Ray D. Wells, Superintendent Metering,Communications,Substations FROM: Charles Pierce, Communications DATE: January 14, 1993 SUBJECT: DATA CHANNEL BUNKS BID #1454 After evaluating the bids for Data Channel Bunks we have found Fiber Link Supply, Inc. to be the low bidder. The Coastcom equipment bid is fully compliant to specifications. We recommend the expenditure of $29,249.44. Respondents were as follows: Anixter $33,280.00 Fiber Link $29,249.44 GTE $38,745.28 Jeffa International $39,750.00 Wesco $66,448.00 `Charles Pierce, Communications Technician 01143000.RDW Attachment: Low bid from Fiber Link DATE: FEBRUARY 2, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1457 - 12 CUBIC YARD DUMP TRUCK RECOMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specifications, Barrett White GMC in the amount of $46,590.00, F.O.B. Denton with delivery in 90 days. SUMMARY: This bid is for the purchase of a 12 cubic yard diesel powered dump truck. This unit is a motorpool replacement for a 1984 Ford 6 cubic yard truck. The new truck a 1993 GMC model C70 will be assigned to the Water Distribution Division of the Water Utility Department. The life to date maintenance cost for the old truck is $26,471.00. This figure does included some repair of body damage and is not all mechanical. Replacement of this vehicle was approved during the budget process. BACKGROUND: Tabulation sheet. DEPARTMENTS OR GROUPS AFFECTED: Motorpool and Water/Sewer FISCAL IMPACT: This unit will be funded from motorpool replacement funds and 1990-93 budget funds. Motorpool 720-004-0020-8707 $16,956.00 Budget Funds 620-081-0461-9104 $29,634.00 $45,590.00 Ressppectfull submitt d: U W44 all Lloyd V. Har 11 City Manager A proved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 336.agenda ~a H U z H O W w Ox W H P4 H U z 2 H O W w W WE W H En U N Ea E VJ W E H H O fA O z a O z o >4 ° ° W o o a + W P~ ON O O a co w ~r I ► * t ~c O !H ° o O W m L a %D z 1 W O O 10 . N H 4 I ,R o ~ ko c7 - - - - - - - - - - - - - - - O O O VJ C4 LO q 00 A W o > N I O - - - - - - - - 01 - - - - - O O O W O in Q z O +r~ ON - - - - - - - - - - - - - O - - y a 0 0 FC 0 rn W O m ON ON A O q rn z n H v} d' N ~-l IR iJ ° O~ w cn H 0 a O W O ~i rn E-1 H E-4 E a (A 'N 'J~i H ~7 q ~ a q H 3 CO E-1 M U a 6 U - - H - - - - - - - ul - - - - - - I H a a H z H i r- LO v H a H x u a H a9 Q U N H z z ° H M rn m o+ H O w E A z w a 0 DATE: FEBRUARY 2, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID #1458 - REAR LOAD REFUSE TRUCK RECOMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specifications, Davis Truck and Equipment in the amount of $69, 208.00 for a Pakmor Body/GMC chassis combination. SUMMARY: This bid is for the purchase of a motorpool replacement for a rear loading residential refuse truck. It will replace a 1985 model truck recently removed from the fleet. This replacement was approved during the budget process. The lower prices offered by Southwestern Equipment and Metro Ford on the Goliath II body fail to meet specifications for body side material, cylinder diameters, hydraulic pump and hydraulic pressure. The price offered by Mahanay Intl fails to meet truck specifications for front axle rating and gross vehicle weight (GVW) requirements. BACKGROUND: Tabulation Sheet DEPARTMENTS OR GROUPS AFFECTED: Motor Pool and Solid Waste FISCAL IMPACT: This unit will be funded from Certificate of Obligation 'Funds. 4espectful ubmitte v Lloyd V. Harr City Manager Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 337.agenda a4 F U W£z E W H U) tD > W 2i Q ~ H Q N W =w °a Ew E 0 rzz J 0 z O o rn x co O q U o z O 0) ID H a .n - - - - - - - - - - - - - - - O O - m H ~ H ON ON Im Q M d H O% 0 N 4 K! H I a { 0 U - - - - - - - - - - - - - - - - O O In H O H ,°n A o ~ W O a O O co CN W H y r 1 F4 z 0 t0 ° a W H a z a FW a FF H U C7 a O to H H W W a E z H RC x U O P4 E Cl) rn m ~ O O W Ln (r~ rn ~ W H H O W~ a W 40~ z Q z m m 0 O o H a CY) H ° Q z : H O U l~ N 4b& H O to O N a 0 0 q n O OD r-I a w O ON W O O H y H F H E V) P4 V) E a (Y. A4 HZ P.) ] \ 0 w a n a Q E W H U O 3 Q a U W H W ~ H E O W W H 8 H H W W - - - v i - r ij - - - - - - - - - a - - - - - - - - - F I H ol - p E-4 U) z U3i 0 A W a O In U W N F ft z ON N V' U (s W7 1 010 D 0 W a ur ON O E z vi W OQ m z m a z z H o w w En ~ w a - O EL) o a ° z EO a a ~ QEna ~t H 04 Q H V] Q E O r-I m a a ~ z A z H m H U) U a E H ~ a c H z H z H w z H W Vl £ WW a 3 H H 01 O W En N O OD to N [r H W a a Q H W U D a H w W Q W 0 O a z zs ii F Q H M m ON H ON H h W H a Q z W A4 O O z a O Q 0 Q z a% 0 w w W CY) m kD to N 4 z O Q O U ~ H N - - - - - - - - - - - - - - O a - - - - ~O W H ~ y Q O O~ W O a O a o W O O 4 .-I Q W 00 H Ln O U3 - N O Lo r-I .qr I tlt O U m O O H V1 d H ~ ° ° ° r o U H 4& N H ~l v& .-I CV7 W O z z O H U] H E H E-1 M a I i H r4 H z 0 U! 'J N Q Q H Q H U Pa 3 w H o a O o z w O o H N W N M to - VI U - - - H - - Z Z W - - - - c>a - - z - - - - - - - - I H o+ Q H m O z I O a w H a a H a1 DATE: FEBRUARY 2, 1993 CITY COUNCIL REPORT a TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1459 - HICKORY STREET SUBSTATION POWER CIRCUIT BREAKER CONVERSION RECOMMENDATION: We recommend this bid be awarded to the low bidder meeting specification, Powell Industries in the total amount of $148,200.00 SUMMARY: This bid is for conversion and rebuilding of eleven (11) Power Circuit Breakers at the Hickory Street Substation. These circuit breakers which were placed in service in 1964 are no longer reliable due to age, sever duty and mechanical degradation. Six bid proposals were received in response to fifteen bid packages mailed. BACKGROUND: Tabulation Sheet, Memorandum from Ray Wells dated January 21, 1993. FISCAL IMPACT: Budgeted funds for Electric Substations account #611-080-0255- 9217 with a balance of $2,715,416.00. speeccttfully submitted* Lloyd V . Harrel City Manager Prepared by: Name: Denise Harpool I Title: Senior Buyer Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 340.AGENDA O O O H z z w a W Ca W o a a z 0 Q z H 0z a 0 W O x H ca U cn z H UI 3 a ~S W x z~ w ~a H W H 00 O C1 W H F~Cl H VI U a H U 0 z H O H a m V1 ~ H W Ln W U a% cH» a N z z U Op h H x W z A A ca z W W 0 0 z O z z 0 H H a H a U x w a N H 01 O O O O 0 0 W W W M m m Ln LO LO !1 LC) N rl ri ' I b, is is m 0 O N O U] is k is 'i N a' ~ E ao z is H H ~D a vt fi 0 0 0 O O o 0 0 0 O O O N N co H 1 H 40). 4s 0 0 0 0 0 0 C; 0 O o in W CN rl .i N O is 40-1. 40%. 'I O O O O O 0 o a k o O p O M N I i N 'i +R 0 0 0 - 0 0 0 m 0 o O r CN ~ ~ N N N Q O Lo . 0 C 'i in x ri iR 1, tl! ~i V! I N d' a--- o H a n 4 C4 E~ E a u Wa H 4 .F. D O H `I U U ~U w H ~S a ~aaH H a o E-1 En 04 C4 4 H a' [9H U o O H 1 U U 0U U) a NS a waH a a z U ~We 04 ~D O 1 N H ~ 04 W H w aiavai a H a in i0 i r-i N M - 0 w a a ~ 3 w U ~a w z H Ca W O o U pi a H a a a H a DI U a o a m a w En >4 H a Iasi a 0 O U a E4 a am a W H U U H E rn Ln d' H a H N 0 z H 0 rl) NaaN rn E 11 m fn U 0 0) EHA a N x z ~a U GO h H x E Ca z z A a PO O O z 0 Ca z A a Ca H H fA P O G O 0 0 z z z A Q Ca H P7 ~ P G z z z o Q a H H H CD fA W z z z H H q o ~ a a 0 0 0 z z z 0 z 0 z z 0 H H P4 H U w w A E a ft a a A ro ro ro 0 0 z z z a a A H H H W fA P7 z z z -a- 0 H o~G ai H 1% O a a z ~ aa' a U aH~ tD O y a U U ~U rn C4 a z a 0 >4 a H EA H a0' ~a]HU £ O a u0i ~ U U r a ~S a >4 a p z ~Q 0ao I N H U U as H W v a i a m In ID r I r-I N M t9.e n°? It CITY of DENTON MUNICIPAL UTILITIES /901 -A Texas Street Denton, Tx 76201 MEMORANDUM TO: R. E. Nelson, Executive Director of Utilities FROM: Ray D. Wells, Superintendent of Electric Metering/Communications & Electronics/Substations DATE: January 21, 1993 SUBJECT: EVALUATION OF BID NO #1459 HICKORY STREET SUBSTATION BREAKER CONVERSION. Bids for the above mentioned project were opened January 19, 1993, at 2 P.M. with the following results. Six vendors replied with sealed bids ranging in price from a low of $123,520 to $200,636, for the project. After careful evaluation we have recommended that the bid of Powell Industries in the amount of $148,200 be accepted as low bid meeting and exceeding specifications as issued. The low bid of $123,520, submitted by Circuit Breaker Sales (C.B.S.) of Gainesville, Texas, furnished no technical, or support information with their bid, and we were unable to evaluate their bid for specification compliance. The next low bid submitted by Switchgear Systems in the amount of $140,000, did not list a date for project implementation nor project completion. We therefore must disqualify these two bids based upon instruction number eleven (11) of the bid invitation titled, "Instruction to Bidders". This project is a Capital Improvement Project listed in the fiscal years 1993-1997, Capital Improvements Plan, and identified as Project Number 93-0255-01. This project was estimated to cost $198,000, and has actually come in $50,000 under projected cost. This project is necessary due to the facts that the existing circuit breakers were constructed and placed in service in 1965 (some 28 years ago) and have been subjected to hundreds of operations and high fault current interruptions. These circuit breakers are no longer reliable due to age, severe duty, and mechanical degradation. RDW:pkl ORDINANCE NO. AN ORDINANCE AMENDING ORDINANCE NO. 93-015 RELATING TO THE AWARD OF BID NUMBER 1449 FOR THE PURCHASE OF FLEET VEHICLES TO PROVIDE FOR THE PURCHASE OF AN ADDITIONAL UTILITY VEHICLE BID ITEM #2; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City on February 9, 1993 authorized the purchase of a 4 Door Utility Vehicle from Classic Chevrolet per Ordinance No. 93-015; and WHEREAS, the City desire to purchase an additional 4 Door Utility Vehicle pursuant to the terms of Bid Number 1449 and Classic Chevrolet is agreeable to selling 4 Door Utility Vehicle; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS; SECTION I. That Ordinance No. 93-015 is hereby amended to provide for the purchase of two (2) Utility Vehicles pursuant to the terms of Bid Number 1449. SECTION II. That Bid Number 1449 herein accepted includes Bid Item 2, and the additional compensation payable to Classic Chevrolet under this ordinance amendment is $14,499.00. SECTION III. That the funds for this amendment are to be expended from the City's Motor Pool Replacement funds approved by the City Council in the 1992-93 Budget. SECTION IV. That this ordinance shall become effective immediately upon its passage and approval. / 1 , 1993. PASSED AND APPROVED THIS THEday of ATTEST: JENNIFER WALTERS, CITY SECRETARY BY:~ JL/)77~, APPROVED AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY BY: 045.d DATE: MARCH 2, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1449 - FLEET VEHICLES RECOMMENDATION: We recommend that an additional 4 door utility vehicle (Bid Item 2) be awarded to the lowest bidder, Classic Chevrolet in the amount of $14,499.00 including $285.00 for dual high intensity spotlights. SUMMARY: Bid #1449 - Fleet Vehicles,was awarded by Council on February 9, 1993 for at total of eighteen (18) vehicles including one 4 door utility vehicle. After a review of the fleet and the competitive pricing received on Bid #1449 it was determined that an additional 4 door utility vehicle should be requested for assignment to the Fire Department. This vehicle had not been requested originally due to budget restrictions. In addition this unit would replace the 1988 Suburban currently being considered for sale to Denton County as a portion of the reassignment of Emergency Management Services. BACKGROUND: Tabulation Sheet. OR GROUPS AFFECTED: Fire Department and FISCAL IMPACT: Funds for this purchase will be taken from Motorpool Replacement Funds. peectfully submitted: v tfw Lloyd V. Harrell City Manager .y Approved: C Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent agenda.344 - O O H rl 0 N y 0 O N to z + ~ O U U w O H ~ a k% 6.3 0 h p co zz m H (J7 j O 5 x ~ x U w - - - z - - - - - - N z Z 01 O I W> H r.1 0 O w w O 8 H a h 0 N 0 to z m E W , W 5 Z > 14 h in - w - a - o O o w a te p r , W a a z o r~ z w o M 0 O p co O W rI H > H z w a+ d' r~ s O M y W a U H x H W W a w z A H m o+ r~ ri N a w O z W W Z N H O y E4 a U ~ y ~ W Sot A ~ Q W y rI »e p O O O O O 0 0 0 0 0 0 O O O O O >4 a N Ln co r-I N m s! C' h h 0 h O V) O~ N ~D fn rn m O In h h N H ID co N U1 V' ao h • C H rl (n d' H N r-1 H r4 O 1--i r-4 401~ w w w w w w w w w w d O O o O O O O O O O O W O O O O O O O O O O O ~ m O N O Ln co N m H ~p r$ C14 1-4 m w w r-4 ~ ~ ~ ri K w M Ln w w w w w w w f+) a 00 co O h N h r 4 ri O to In Ln of p CO tD N Ln r~ >4 m fr1 ~p V' d' N %D 0 en h0 0 I:r O d' O~ h N tT N • • N m rNi r~i 14 Ln N rl H e-1 w 4* K p w w w w w w w V' 00 Ln Ln y N fn co 00 t'• 00 N Ln (A O~ N O ~D D O r HO HN %00 ID tD Ln ~p co % rl d' to N d' t0 m d' m rIV-4 m Ln H H H H ri w w w w w w w w w w w d' 0 o m m m y H m m m m co m m m \ \ \ \ \ r z z z z z z z z z z o 94 0 0 0 0 0 00 0 0 0 ,on ,°n °o o .°n Ln ri v o+ rn o rl V' Oh to co N fn Ln % 0 N tD 0~ .-1 d' \ N 4 • z m N d' h O 10% en N N in ~ ri w r4 ri H w K M w w w w w k - - - - - - - - - - a - - - 4 - 4 - - a a x pa ~ pf w M G w rW(~C (r~ W w 0 f~ P4 W 0 z 3 x 3 H X X o y o 00 m d .a a z z E 0 E-4 Ln O O O cnn O O U . E ~ eq H .4 E E E y E E+ z y y y y N N V H d V' 0 H H H H 9 m 9 9 134 9 04 A4 11 M) U M z U U U m U U m m m m H H H a - a a ? U U U U A4 a-a--------------------- m - - - - N - - - - - N 14 N p ri N fn Ln kD h co a% ri H ri ri a O U O z a H H Im O O z A a 0 A z J a 0 A z a 0 Q z a 0 A z O Az 0 0 O a co O 1-4 N o - O o O - o O O o O o a 0 0 0 0 0 0 0 o O o >4 to O O o; N N N m r4 (n A m O T ~4 %D O Ul) (1) O to m P O io ~o rn .-1 0+ O A co z 0 c m d' ri rl d' 0 C; N r1 vi E .-i 1-1 .-i '-I rq I N N N N N N N N N O aN - O n 0 In - t0 %o In - m in rf In ON n rn o In r-i rn m N En ,o Qo r4 rn rn n N o a co en %D co m In 0% In co N m A M H M cn r O N \ z O .I at r1 th In rn In In r1 ao ri .4 ri r-I .4 H .4 I N N M N N N M N N N In d' - - - - - - - - - - - - - - - A - - 4 - - - - - - - - - P4 P4 >4 W W W 66 R C W A W A W A a ~ W ~ v a z a 0 E 0 A rn O 0 ai a a v d C 7 z z E O E E o O O O (n O U I . -I ~4 E-1 &4 E-4 E-1 &4 z (a to N N d' M d' d' O H H H H \ \ \ y \ \ E rn y N v1 .i rl f7 y en f+1 h Cn y y 0 U m p m U U W U U U U a a w u a a M rl H 1.4 N eq - - rq - - N - - .i - - N - - r4 - - - - - - - - - - - - - - - - O 14 N r1 ri 4 In 1o r m o+ '-I ri .-i ri a H ~ O O a A a M m N 0 ON N d W a ft A H m W W a U H E W W a W rl~} l r A H m 01 rn ON li zO y w E A z W a O Az I i O N H H y a o U z m W A A ~Z O w 01 ft