Loading...
1992-035ALL0001F ORDINANCE 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 SECTIONI 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 1324 1 Wesco $ 19,089 00 1324 2 Cummins $ 5,595 00 1324 3 Vantran $ 1,976 00 1325 i Fontaine Truck $ 3,287 00 1325 2 G & G Truck $ 2,607 00 1325 3 Fontalne Truck $ 2,257 00 1327 ALL Mahaney International $ 45,968 00 1330 1,3,4,6,8,11 Estes Exhibit A 1330 2,10,12,13 Justin Seed Exhibit A 1330 5,7 Lesco Exhibit A 1330 9 Deport Farm Supply Exhibit A 1332 1 Priester Supply $11,020 00 1332 2 Polellne $13,860 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- lfications, standards, quantities and specified sums contained in the Bid Proposal and related documents herein approved and accepted $~CTION IV That by the acceptance and approval of the above numbered items of the submitted blds, 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 hereln SECTION V That this ordinance shall become effective imme- diately upon its passage and approval PASSED AND APPROVED this,~~ day of ~~__, 1992 BOB CASTLEBERRY, MA7 ~ ATTEST JENNIFER WALTERS, CITY SECRETARY APPRDVED AS TO LEGAL FORM DEBRA A DRAYOVITCH, CITY ATTORNEY DATE MARCH 3, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FRO~4 Lloyd V Harrell, City Manager SUBJECT BID #1324 - PADMOUNT TRANSFORMERS RECQMMENDATION We recommend this bid be awarded to the low evaluated bidder for each item as follows Item i WESCO $19,089 00 Item 2 CUMMINS $ 5,595 00 Item 3 VANTRAN $ 1,976 00 SUMMARY This bid is for padmounted transformers to be used in specific locations in the Electrical Distribution System of the City of Denton This bid was evaluated by the Electric Engineering Department using a load/loss equation to determine the most cost effective transformer BACKGROUND Tabulation sheet, Memorandum George Pool PROGRAMS ~ DEPARTMENT OR GROUPS AFFECTED Electric Distribution Division F I SCAL IMPACT Budgeted Bond Funds acct #612-080-RB90-CO63-9222 ~e~lly submitted Respect Llo City Manager Prepared by Name Denise Harpool [ Title Senior Buyer Approved Name Tom D Shaw, C P M Title Purchasing Agent 240 DOC ITY of DENTON MUNICIPAL UTILITIES / 90t ^ Texe8 street / Denton, TX 76201 MEMORANDUM TO Denise Harpool, Purchasing Buyer FROM ~eorge Pool, Electric Engineer Associate I DATE February 24, 1992 SUBJ PADMOUNT TRANSFORMER PURCHASE BID NUMBER 1324 The Electrical Eng~neerlng department recommends that the b~d be awarded to the following iow b~dders for the - 2000 KVA transformer to Wesco for $19,089 00 dollars - 300 KVA transformer to Cummins for $5,595 00 dollars - 75 KVA transformer to Van Tran for $1,976 00 dollars The loss/cost transformer evaluatlon calculation sheet has been provided for reference If you have any questions, please call me at 7124 JP th 02062342 cc R E Nelson, Executive Director of Ut~l~tles J~m Harder, Director of Electrlc Utilities Donald McLaughlln, Electric Engineer Administrator f~le LOSS/COST .....~,..-....-..EVALUATION OF A 2000KVA PADMOUNT 277/480V 3 PHASE TRANSFORMER "'"'""~" .... MADE -' ~ ...... ~ .... ~ DELIVERY BID ~'ALCULAT ~BIDDER BY ~O~8ES LO~ ,,, 9~Z TIME, (WKSl GOST GOST~ SESCO SESCO -- $_~ POLEMNE PAUWELS $0 KEN FR FAYETVILLE TECHLINE HOWARD 2187 13410 57 $16,56200 $120,9~ PRIESTER COOPER 2457 12608 535 14-16 $1781100 $122 961 9~7 GRAYBAR SQUARE D 2570 13908 5 75 $16,641 00 $124,8~ STUARTIRBY MGM 2570 13908 575 20-24 $16,99000 $126,073 TEMPLE GE 2423 12155 5 68 17-19 _ $19~_628 00 $_1~27,07~ VAN TRAN VAN TRAN 2650 9000 5 75 10 $26,026 00 $136,501 CUMMINS VAN TRAN 2650 9000 5 75 10 $26,550 00 ~$1_3~88 _272 90~ :VALUATION OF A 300KVA PADMOUNT. 208/12OV 3 PHASE TRANSFORMER MADE [ NL ILL DELIVERY BiD ~TE~ BIDDER BY L0~e~-e L0~ '~Z.. TIME (WKS) O.O~T ..........GOST~__ KEN FR FAYETVILLE $0 00 GRAYBAR SQUARE D $0 ~0~0 CgMMINS . PAUWEL~ ..~721 2~64. 3~S 12-18 $,.~,595~00 832,80888_ POLELINE PAUWELS 572 2764 366 12-14 $~5,.683 00 $33,10632 VAN TRAN VAN TRAN 650 1800 3 9 10 $7,107 00 $34,2_28 36 WESCO ARB 522 2457 1 73 9 - 10 $6 633 00 $34 830 0~5 STUART IRBY 650 1800 3 9 10 $7,480 00 $35,489 10 PRIESTER COOPER 650 2314 3 45 13-15 $7 268 00 $36 91386 TECHLINE HOWARD 559 2679 2 $7,423 00 $38,_579 25 TEMPLE GE 605 1813 3 56 17-19 $9,719 00 $42,9~23 61 SESCO SESCO 720 3300 4 2 $10,450 00 $52 10212 'ALUATION OF A 75KVA PADMOUNT 240/12OV SINGLE PHASE TRANSFORMEF · MADE NL LL~ DELIVERY BID 3ALCULA1 ,BIDDER BY LO~6 LO~[~E~ %Z,. TIME (WK~8) COST, COST~ .... ...... , ............. $C GE -- KEN FR FAYETVILLE $~0 00 $o OD POLELINE PAUWEL$ Sc TEMPLE GE $~_ 00 GRAYBAR SQUARE D TECHLINE HOWARD $0 00 V. AN~RAN iVANTRAN t60 .40~} ,r t 6 t0 $1,976,00 CUMMINS VANTRAN 160 400 1 6 10 $2,01000 $9,12( 76_ STUART IRBY 160 400 1 6 10 ___$2 080 00 $9 36~: PRIESTER COOPER 164 555 1 71 9 $2,10000 $10,09: WESCO ABB 146 560 1 65 15-16 $3,14000 $1355, SESCO SESCO 165 830 2 7 $2,951 00 $14 11t 55 DATE March 3, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1325 - DUMP AND UTILITY BODIES RECOMMENDATION We recommend this bid be awarded to the lowest bidder as indicated Item 1) 1 Dump Body to Fontalne Truck at $3287 00 ea Item 2) 2 Utility Bodies 1 ton to G & G Truck at $2607 00 ea Item 3) 1 Utility Body 3/4 ton to Fontaine Truck at $2257 00 ea TOTAL AWARD $10758 00 SUMMARY This bid is for the purchasing of four (4) truck bodies to be mounted on truck cab/chassis approved by Council at a previous meeting The dump body is for the Street Department truck, the two utility bodies for 1 ton trucks are for the Water/Sewer Field Services Division and the one 3/4 ton truck body is for the Water Production Plant vehicle BACKGROUND Tabulation sheet PROGRAMS~ DEPARTMENT OR GROUPS AFFECTED Motorpool and other divisions listed above FISCAL IMPACT These bodies will be purchased from 1991-92 budget funds for capital expenditures 1 Street Division 100-020-0033-9104 $3287 00 2 Water/Sewer Utility 620-081-0461-9104 $2607 00 3 Water/Sewer Utility 620-081-0462-9104 $2607 00 4 Water Production 620-081-0460-9104 $2257 00 Respeg~ully submitted City Manager Approved Name Tom D Shaw, C P M Title Purchasing Agent 237 DOC BID # 1325 BID NAME TRUCK BODIES G & G COMMERCIAL FONTAINE (DUMP & UTILITY) TRUCK EQUIP BODY CORP TRUCK EQUIPMENT OPEN FEBRUARY 11, 1992 # ITEM DESCRIPTION VENDOR VENDOR VENDOR 1 1 CONTRACTOR DUMP BODY FOR i TON CAB/CHASSIS N/B N/B $3,287 00 2 2 UTILITY BODY FOR I TON CAB/CHASSIS $2,607 00 $3,483 00 $2,642 00 3 1 UTILITY BODY FOR 3/4 TON CAB/CHASSIS $2,487 00 $3,220 00 $2,257 00 DELIVERY 15-25 DAYS 10 DAYS 10 DAYS DATE MARCH 3, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1327 - 12 CU YD DUMP TRUCK RECOMMENDATION We recommend this bid be awarded to the lowest bidder Mahaney International in the amount of $45,968 00, with delivery in approximately 90 days SUMMARY This bid is for the purchase of a 52000 Lb GVW Truck cab/chassis with 12 cubic yard dump body This unit is a motorpool replacement for a 1981 12 cubic yard dump truck currently assigned to the Street Department The existing unit has a past five year maxntenance cost of $34,846 00 and an odometer reading of 85,275 Replacement of this vehicle was approved during the budget process The old unit will be reviewed for possible reconditioning and assignment to another department with lighter duty requirements BACKGROUND Tabulation sheet PROGRAMS ~ DEPARTMENT OR GROUPS AFFECTED Street Construction and maintenance, Motorpool Operations FIS,CAL IMPACT This purchase wall be funded from Cert~ficate of Obligation Funds approved by council at an earlier date and repaid by the Street Department over a 36 month time period City Manager Approved Name Tom D Shaw, C P M Title Purchasing Agent 238 DOC DATE March 3, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1330 - FERTILIZERS AND HERBICIDES RECOMMENDATION Council approve award of Bid #1330 Fertilizers and Herbicides to the low evaluated bidders at the unit prices as shown on Exhibit A SUMMARY This bid is for annual cost comparisons of fertilizers and herbicides used by Parks & Recreation as well as other as other departments for grounds maintenance This bid is for one year, awarded at unit prices, with an estimated annual expenditure of $18,000 00 Bid may be renewed for an additional year as stated in the bid specification BACKGROUND Tabulation sheet, Exhibit A PROGRAMS ~ DEPARTMENT OR GROUPS AFFECTED Parks and Recreation FISCAL IMPACT Purchases to be paid from budgeted funds in account #8105 (Chemical Supplies) City Manager Prepared by Title Buyer Name Tom D Shaw, C P M Title Purchasing Agent MH/Jh 236 DOC BID #1330 [ I I FERTILIZERS & HERBICIDES ]VAN WATERS[ DEPORT IMASTER OPENED 2-11-92 .................................... ITEMI QTY I DESCRIPTION 1 4 IOust (3# Jug) I $439 98 I N/B N/B 2 6 IRoundup (30 gal drum) 151,113 90 151,185 00 N/B 3 120 IMSMA (1 gal Jug) $17 38 $17 00 N/B 4 4 IRodeo (2 5 gal Jug) $236 25 N/B N/B 5 7 IImage (1 gal Jug) $170 00 $238 00 N/B 6 10 {Logic (10# bag) * $57 50 N/B 7 24 IOrthene (1# can) $9 47 $9 45 N/B 8 20 IMC96 (1 gal Jug) N/B N/B N/B 9 4 Dormant Oil (5 gal Jug) $19 70 $17 50 N/B 10 30 Surfactant (1 gal Jug) I** $12 05 $14 50 N/B 11 36 Nacatrol (1 qt Jug) I N/B N/B N/B 12 10 15-5-10 50%SCU FertilizerI N/B N/B N/B 13 10 15-5-10 87%SCU FertilizerI N/B N/B N/B Delivery 15-10 days 10 days Alt 2§#bag/S5# 25% @$7 44 BID #1330 FERTILIZERS & HERBICIDES HARPOOL OPENED 2-11-92 FERTILIZER ITEMI QTY I DESCRIPTION I 4 IOust (39 Jug) N/B N/B N/B $426 62 2 6 IRoundup (30 gal drum) N/B 225 00 $1,220 00 $1,113 90 3 120 IMSMA (1 gal Jug) N/B N/B $16 15 $15 11 4 4 IRodeo (2 § gal Jug) N/B N/B N/B $236 25 5 7 [Image (1 gal Jug) N/B $205 O0 $168 00 $183 52 6 10 ILogic [10# bag) N/B $58 50 N/B $54 70 7 24 IOrthene (1# can) N/B N/B $9 29 $9 60 8 20 IMC96 (1 gal Jug) N/B N/B N/B $13 49 9 4 Dormant O11 (5 gal Jug) N/B N/B $35 75 $21 95 10 30 Surfactant (1 gal Jug) N/B $14 75 $12 15 $13 24 11 36 Nacatrol (1 qt Jug) N/B N/B N/B $6 19 12 10 15-5-10 50%SCU Fertilizer $235 00 N/B N/B N/B 13 10 15-5-10 87%SCU Fertilizer $265 00 N/B N/B N/B Delivery 1 day 7 days 7-14 days 1-3 days BID #133o I I I I I FERTILIZERS & HERBICIDES I STERN- I RED I SPORTS I JUSTIN OPENED 2-11-92 I CHEMTECHI RIVER I TURF I SEED .................................... CORP ~SPECIALTIESI SUPPLY I I ITEMI QTY ~ DESCRIPTION I I I I .... I .....I .................................................................. i 4 Ioust (3# Jug) N/S $435 00 N/B $470 50 2 6 IRoundup (30 gal drum) N/B $1,113 90 N/B $1,113 50 3 120 IMSMA (1 gal Jug) N/B N/B $20 60 $17 00 4 4 IRodeo (2 5 gal Jug) N/B $236 25 N/B $236 25 5 ? IImege (1 gal Jug) N/B $185 00 N/B $197 00 6 10 ILogic (10# bag) N/B $89 50 $56 50 $5? 45 7 24 IOr~hene (1# can) N/B N/B N/B $9 30 8 20 IMC96 (1 gel lug) $18 50 N/B N/E $14 25 9 4 Dormant O11 (5 gal Jug) N/B N/B N/B $32 80 10 30 Surfectant (1 gel Jug) N/B N/B $28 ?5 $4 35 11 36 Nacatrol (I qt Jug) N/B N/B N/S $6 50 12 10 15-5-10 50%SCU Fertlllzer~ N/B N/B N/B $184 00 13 10 15-5-10 87%SCU Fertllizer~ N/B N/B N/B $219 00 Delivery ? days 3-5 days 10 days 5 days EXHIBIT "A" Bad #1330 Fertilizers & Herbicides Item Description Price Unit Vendor 1 Oust $426 62 3 lb Estes 2 Roundup $1,113 50 30 gal Justin Seed 3 MSMA $15 11 1 gal Estes 4 Rodeo $236 25 2 5 gal Estes 5 Image $168 00 1 gal Lesco 6 Logic $54 70 10 lb Estes 7 Orthene $9 29 1 lb Lesco 8 MC96 $13 49 1 gal Estes 9 Dormant Oll $17 50 5 gal Deport Farm Supply 10 Surfactant $4 35 1 gal Justin Seed 11 Nacatrol $6 19 1 qt Estes FERTILIZER 12 15-5-10 50% SCU $184 00 1 ton Justin Seed 13 15-5-10 87% SCU $219 00 1 ton Justin Seed DATE MARCH 3, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1332 - DISTRIBUTION TRANSFORMERS RECOMMENDATION We recommend this bid be awarded to the low evaluated bidders for Item 1 to Priester Supply (Bid #1) in the total amount of $11,020 00 and Item 2 to Poleline in the total amount of $13,860 00 SUMMARY This bid is for conventional overhead distribution transformers used throughout the City of Denton Electrical Distribution System These will be stored for use as needed to replace defective transformers BACKGROUND Tabulation sheet, Memorandum from Glenn Fisher 2-20-92 PROGRAMSt DEPARTMENT OR GROUPS AFFECTED Electric D~stribution Division FISCAL IMPACT Budgeted funds for 1991-92 account #611-008-0252-9222 C~ty Manager Prepared by Title Senior Buyer Approved Name Tom D~ Shaw, C P M Title Purchasing Agent 239 DOC ~ITY of DENTON MUNICIPAL UTILITIES~ 901 A Texas Street / Denton TX 76201 MEMORANDUM To Tom Shaw From Glenn Fisher Date February 20, 1991 Subject Bid No 1332, Overhead Distribution Transformers Based upon the evaluated lifetime operating costs, the Electric Engineering Staff recommends the acceptance of the following ~tems in the above referenced bid Item 1, (20) - 25 KVA transformers Priester Supply, $551 00 each, Total Cost $11,020 00 Item 2, (20) - 50 KVA transformers Polel~ne, $693 00 each, Total Cost $13,860 00 See the attached spreadsheet for the complete evaluation R&M/1332 mem cc Bob Nelson, Executive Director of Ut~.l~.tJ. es Jim Harder, Director of Electric Utilities m% Don McLaughlin, Electric Engineer~ng Administrator CONVENTIONAL OVERHEAD DISTRIBUTION TRANSFORMERS BID NO 1332 25 KVA Dellvaty Bid Evaluated Vendor Manufacturer (Weeks) NLL LL Price Cost Pr~ester #1 Cooper 5 79 187 $551 00 $2 970 54 Polehne Kuhlman 6-8 66 255 $493 00 $3 003 63 Techilne 8-10 100 199 $522 00 $3 009 99 KBS Electrical Ermco 4 58 282 $497 00 $3 096 30 Temple #1 General Electric 14-16 61 274 $505 90 $3 105 55 Preferred Sales Central Moloney 4 63 250 $554 00 $3 176 48 Wesco Westinghouse 5 57 322 $494 00 $3 248 63 Cummins Umted 6-8 55 352 $490 00 $3 351 76 Sesco Sesco 4 68 432 $417 00 $3,492 46 Pr~ester #2 Cooper 5 75 514 $408 00 $3 832 81 Temple #2 Magnetic Electric 2-3 75 520 $426 10 $3 918 99 50 KVA Deflvaty B~d Evaluated Vendor Manu _f~_c_-t~_~rer (Weeks) NLL LL Prtce Cost Polei~ne Kuhlman 6-8 123 414 $693 00 $4 579 48 Pr~ester #1 Cooper 5 112 478 $658 00 $4 681 98 Preferred Sales Central Moloney 4 114 406 $771 00 $4 772 30 Techhne 8-10 160 389 $751 00 $4 825 51 Temple #1 GeneralElectnc 12-14 108 422 $791 25 $4,88241 KBS Electrical Ermco 8 97 530 $706 00 $4 998 36 Cummins Un~ted 6-8 135 515 $710 00 $5 10770 Pnester #2 Cooper 5 149 605 $593 00 $5 145 50 Sesco Sesco 4 130 703 $618 O0 $5,559 12 Wesco Westinghouse 5 102 748 $610 O0 $5 602 90 Temple #2 Magnetic Electric 2-3 126 786 $696 89 $6 154 88 Evaluation Formula Evaluated Cost = Unit Cost * 3 38 + [NLL + (LL - NLL) * 0 5] * 8 332 R&M/1332 wk3 --