Loading...
1990-070 265tL-1/3689 No. AN 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, 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 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 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" on file in the Office of the City's Purchasing Agent filed according to the bid number assigned thereto, are hereby accepted and approved as being the lowest responsible bids for such items: BID ITEM NUMBER NO. VENDOR AMOUNT 1094 All W.M. Dusenberry Company 138,198.40 1102 1 Chem Spray North 6,081.12 1102 2,7,10 Estes Chemical 4,591.92 1102 3,4,6 Tide, Inc. 3,315.62 1102 5 VWR 72.91 1102 8 Dennis Farm Store 415.50 1102 9 Chemical Turf 84.80 1102 11 Justin Seed 110.40 1102 12 Lesco, Inc. 32.64 1108 All Hatch & Kirk, Inc. 91,636.70 1109 All Yuba Heat Transfer ~57,892.00 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 accor- dance 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 accep- tance, 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 bid 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 a~proval. PASSED AND APPROVED this /~' day of ~ , 1990. BOB CASTLEBERRY, MAYO~ ~ / ATTEST: JENNIFER WALTERS, CITY SECRETARY DEBRA ADA~I DRAYOVITCH, CITY ATTORNEY PAGE TWO DATE: MAY 15, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1094 - FIBERGLASS ROADWAY LIGHTING RECOMMENDATION: We recommend this bid, for fiberglass roadway lighting, be awarded to the lowest bidder meeting specifications, W.M. Dusenberry Company, in a total amount of $38,198.40. SUMMARY: This bid is for replacement of warehouse stock and for upgrading existing streetlights. The poles from W.M. Dusenberry are the only poles which meets FHA break-away requirements. BACKGROUND: Tabulation sheet, Memorandum from Don McLaughlin PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Warehouse Working Capital FISCAL IMPACT: Account #710-043-0582-8708 Ll~arrelRespect~l~'~~submitted:l ~ ~ City Manager Pre~red by: ~ Name: Tom ~. Shaw, C.P.M. Title: Purchasing Agent TDS/cj 029.DOC iV,!' .. ;~ :_ ~,. ..- ,-32 CITY of DENTON MUNICIPAL UTILITIES / 901 -A Texas Street / Denton, TX 76201 MEMORANDUM TO: Denise Manning, Buyer, Purchasing Department FROM: Donald McLaughlin, Electrical Engineering Administrator DATE: April 26, 1990 SUBJECT: BID 1094 FIBERGLASS ROADWAY LIGHTING Please award the bid to William Dusenberry at: 35' pole $451.92 45' pole $821.36 Dusenberry was the only bidder to meet FHA (Federal Highway Administration) break away requirements. The low bid was from Cummins which was: 35' pole $440 45' pole $548 The bid was for 30 poles of each size making the total difference between the low bid and Dusenberry's bid $8,558.40. These poles will be used to replace stock lighting at the 1-35 access road at Prairie; and upgrading street lighting on Bonnie Brae from Hwy. 380 to Windsor. DLM: tn ~~ 04269045 cc: R.E. Nelson, Executive Director of Utilities Ernie Tullos, Director of Electric Utilities r~ ~ o . ~ 0 ~ ~ ~ H o o o o ~1 H H ~ ~ C~ U 0 ~ DATE: MAY 15, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1102 - CHEMICALS AND HERBICIDES RECOMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specifications for each item as listed below. Item Product Vendor Price Total 1 Oust Chem Spray North 7.918 6,081.12 2 Rodeo Estes Chemical 94.50 2,835.00 3 Surflan Tide, Inc. 54.27 2,713.50 4 Image Tide, Inc. 161.68 323.36 5 Fusilade VWR 72.91 72.91 6 Gallery Tide, Inc. 69.69 278.76 7 Round Up Estes Chemical 56.46 1,693.80 8 MC96 Dennis Farm Store 13.85 415.50 9 Oxamyl Chemical Turf 21.20 84.80 10 Orthene Estes Chemical 5.26 63.12 11 Surfactant Justin Seed 4.60 110.40 12 Nutri-Sol Lesco, Inc. 1.36 32.64 TOTAL BID 14,704.91 SUMMARY: These chemicals are for weed and pest control in and around City parks, substations, and right-of-ways. They are applied under the direction of licensed applicators. The quantities are estimated to be an annual supply, but may vary depending upon the needs of the City. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Parks and Recreation, Park Maintenance and Right-of-Ways, Drainage Area Maintenance FISCAL IMPACT: Funds for the purchase of these chemicals and herbicides will come from 1989/90 budget funds. Respe ully submitted: Lloy~ V. Har~~ / City Manager Prepared by: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent TDS/cj 029.DOC ~ ~ I ~ I ~P~ ~ H '~ ~D ~b ..o ~ O~ O0 000 00~ I ~ ~ ~ ~H ~ ~ ~o~ooo~ ~ o~ O~ 000000 O~ 00~ O0 000 0 O0 O000 ~ H H 0 ~ NH ~ ~0 ~ H H ~H O~ ~ ~ DATE: MAY 15, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1108 - DIESEL ENGINE REPAIR PARTS RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Hatch & Kirk, Inc., in the amount of $91,636.70, FOB Denton with delivery in 30 days. SUMMARY: This bid is for the purchase of repair parts and service to overhaul the engine on the backup diesel generator #2. This unit is located at the Power Plant and is used to generate auxiliary power. The engine for Unit #1 is also being overhauled by the same contractor and they are doing very good work. The lower price, offered by Hatch and Kirk, is an alternate proposal and does not include replacing all of the parts we listed. Should those parts not be necessary, we will reduce the Purchase Order amount. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Electric Production Department FISCAL IMPACT: Funds for the purchase of these parts and services will come from the 1989/90 Budget set aside for maintenance of generating equipment at the Power Plant. ully submitted: ~y~MaV~a~H~rrrell / Prepared by: Name: Tom/D. Shaw, C.P.M. Title: Purchasing Agent TDS/cj 029 .DOC DATE: MAY 15, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1109 - HEATER REPAIR RECOMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specifications, YUBA Heat Transfer, in the amount of $57,892.00, with completion in 4-5 weeks, FOB Denton. SUMMARY: This bid is for the retubing of the feed water heaters on Electric Generating Unit #5. The bid includes transportation, retubing, reassembly, and testing of the feed water heater. The lower price offered by Southwestern Engineering does not meet specifications. It calls for 70/30 copper nickel tubes. The ~304 stainless steel would create a reduction in performance of the heater by approximately 7%. This reduction in performance is not acceptable. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Electric Production Department FISCAL IMPACT: Funds for this repair work will come from 1989/90 budget funds set aside for maintenance of generating equipment. City Manager Prepared by: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent TDS/cj 029.DOC t'd i 0