Loading...
1992-091ALL0001F OHDIN CE NO 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 ~Q VENDOR AMOUNT 1359 1,2,3 Techline $30,492 00 1359 4 Priester Supply $20,550 00 1359 5 Sesco $13,410 00 1362 i Naylor Supply $21,119 00 1362 2 Metro Ford $18,995 00 1363 ALL J V Smith & Associates SEE EXHIBIT B 1364 1,8A Harcros SEE EXHIBIT A 1364 2 American Int'l SEE EXHIBIT A 1364 3A,6 DPC Ind SEE EXHIBIT A 1364 4 Scholls Corp SEE EXHIBIT A 1364 5 Delta Dist SEE EXHIBIT A 1364 7 PVS Chemicals SEE EXHIBIT A 1364 9 Ammonia Services SEE EXHIBIT A 1264 10 FE3 Inc SEE EXHIBIT A 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 accord&rice 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 a~al~ PASSED AND APPROVED this __day__of , 1992 BOB CASTLEBERRY, MAYOR/ ~ / ATTEST JENNIFER WALTERS, CITY SECRETARY DEBRA A DRAYOVITCH, CITY ATTORNEY DATE June 2, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1359 - TRANSFORMERS RECOMMENDATION We recommend this bid be awarded to the low evaluated bidders Item 1,2 & 3 to Techline in the total amount of $30,492 00, item 4 to Priester Supply in the total amount of $20,550 00 and item 5 to Sesco in the total amount of $13,410 00 overall total expenditure is $64,452 00 SUMMARY This bid is for the purchase of distribution transformers for maintenance and new construction in the Electric Distribution System The quantatles hsted include a certain amount to be utlhzed as inventory stock replacements BACKGROUND Tabulation sheet, Memorandum and evaluation from Don McLaughhn PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Electric Distribution, Utlhty Customers of the City of Denton FISCAL IMPACT Budgeted Funds for 92 account #612-080-RB90-C000-9222 _ctful.ly s~bj~ltted. J City Manager Prepared by Name Demse Harpoo1 Title Senior Buyer ' Approved Name TomD Shaw, C P M Title Purchasing Agent DH/jh 267 DOC CITY of DENTON MUNICIPAL UTIL1TIF / o Street/Dentor ,TX 76201 M~ORANDU~ ?0~ Denise Harpool, Senior Buyer, Purchasing Department FROM~ Donald L McLaughlln, Electric Engineering Administrator DATE~ May 12, 1992 SUBJECT, BID NO 1359 The award for Bid 1359 to iow b~dders is as follows 1 150 KVA three phase 120/208 Techl~ne, cost $3,455 each transformers to maintain stock 2 750 KVA three phase 277/480 Techllne, cost $8,649 each transformer to replace transformer change-out at FEMA 3 300 KVA three phase 277/480 Techl~ne, cost $4,568 each transformers to maintain stock 4 50 KVA 120/240 conventional single phase Prlester Supply, cost $685 each, transformer to replace PCB contammnated transformers removed from the electric system 5 25 KVA 120/240 conventional single phase SESCO, cost $447 each transformer to replace PCB contaminated transformers removed from the electric system Sally Beauty Supply is building a new computer center requlrmng a 300 KVA 277/480 pad mounted transformer Change the quantity from one to two on the 300 KVA Evaluatzon spreadsheet ms attached 05122377 ~ Attachment ~ Z z ~ ~m z ~ ~m z 0 0 m ~ ~ ~ z .... ~ ....... ~ ~ DATE June 2, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1362 - TRUCK MOUNTED SEWER CLEANER RECOMMENDATION We recommend tl~s bid be awarded to the lowest bidder for each item Item 1 Sewer Cleaner to Naylor Supply at $21,119 00 Item 2 Truck Cab/Chassis to Metro Ford at $18,995 00 TOTAL AWARD $40,114 00 SUMMARY This bid is for the purchase of a truck mounted sewer cleamng unit for the Water & Sewer Field Service Division The unit contains a 600 gallon water tank, high pressure pump and 500' of high pressure flusl~ng hose This unit will replace a 1986 model flushing truck approved for replacement during the 1991-92 budget proeess The 1986 unit has a total of $34,757 80 hfetlme maintenance expenditures and $2,755 00 year to date maintenance cost The lower price offered by Naylor Supply (their Bid #2) is an alternate and did not meet requirements for pump size and pressure BACKGROUND Tabulation Sheet PROGRAMS' DEPARTMENTS OR GROUPS AFFECTED Water & Sewer Field Service Division and Motorpool Operations FISCAL ~MPACT Tills unit will be funded by a combination of 1991-92 budget funds and Motorpool Fleet Replacement funds 1991-92 Budget Account # 620-082-0471-9104 $7,168 00 Motorpool Account # 720-004-0020-8707 $32,946 00 $40,114 00 LI~VdV Harrel~ City Manager Approved TS/Ih 269 DOC DATE June 2, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1363 - COLLECTION SERVICES RECOMMENDATION We recommend this bid be awarded to the lowest bidder J V Smith and Associates at the bid rate of 18% of recovery only Subject to Terms and Conditions of the above referenced bid SUMMARY This bid is for a contractual agreement to provide Collection Services to collect dehnquent utility, ambulance and miscellaneous accounts for the City of Denton The agreement will run through July 1, 1993 The cost to the City is 18% of recovered funds only The references for J V Smith and Associates have been contacted and all were very satisfied with efforts, response, and recovery rate BACKGROUND Tabulation sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Treasury Division of Finance Department FISCAL ~MPACT This contract is self sustalmng The cost is 18% of the recovered amount There are no up front expenditures on the part of the City of Denton Resp~fu~ted L~~d ~ Harrel~ City Manager Approved Name TomD Shaw, C P M Title Purchasing Department TS/ih 268 DOC BID % 1363 J V SMITH BID NAME COLLECTION SERVICE & ASSOC OPEN 5-5-92 # ITEM DESCRIPTION VENDOR 1 SERVICE FEE BASED UPON 18% RECOVERY ONLY BID # 1363 J V SMITH BOB LANDRY BID NAME COLLECTION SERVICE & ASSOC COLLECTION EXPRESS OPEN 5-5-92 # ITEM DESCRIPTION VENDOR VENDOR i SERVICE FEE EASED UPON 18% 27% RECOVERY ONLY DATE June 2, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1364 - WATER TRF~,TMENT CHEMICALS RECOMMENDATION Council approve award of Bid #1364 - Water Treatment Chemicals to the low bidders meeting specifications as shown on Exl~blt A This bid is for a one year period with an option for renewals if both parties are in agreement Annual estimated purchases for all items combined are approximately $390,000 00 S~RY This bid is for the price comparison of water treatment chemicals used in water production, wastewater treatment, and electric production applications BACKGROUND Tabulation sheet PROGRAMS ~ DEPARTMENTS OR GROUPS AFFECTED Water Production, Wastewater Treatment, and Electric Production FISCAL IMPACT Purchases made for these chemicals by the using departments will be charged against budgeted funds available in their chemical accounts City Manager Prepared by Title Buyer Approved Name TomD Shaw, C P M Title Purchasing Agent MH/]h 266 DOC EXHIBIT A BID %1364 -- WATER TREATMENT CHEMICALS ITEM VENDOR COST 1 LIQUID CHLORINE HARCROS 14/# 2 SODIUM HEXAMETAPHOSPHATE AMERICAN INT'L 5524/# 3A SODIUM SILICOFLUORIDE DPC IND 2796/# 4 SULFURIC ACID SCHOLLE CORP 63 00/TON 5 TETRAPOTASSIUM PYROPHOSPHATE DELTA DIST 794/# 6 LIQUID CAUSTIC SODA DPC IND 335 26/TON 7 LIQUID CAUSTIC SODA RAYON GRADE PVS CHEMICALS 18/# 8A POTASSIUM PERMANGANATE HARCROS ! 36/# 9 ANHYDROUS AMMONIA AMMONIA SERVICES 17/# 10 LIQUID FERRIC SULFATE FE3 INC 89 00/TON 11 SODIUM HYPOCHLORITE -NOT AWARDING-