Loading...
1990-0522651L-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 1082 All Davis Truck and Equipment $118,950.00 1083 1 G & G Tractor $ 55,306.00 1083 2 Collin County Ford $ 42,797.00 1083 3 AlS Continental $ 45,814.00 1084 All Case Power and Equipment$ 80,990.00 1087 1-12 Wesco See Attached List 1088 All Consolidated Traffic Control $ 29,730.00 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 approval. PASSED AND APPROVED this~~ day of ~ , 1990. ! ATTEST: JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM: DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY PAGE TWO DATE: APRIL 3, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1082 - SEWER VACUUM TRUCK RECOMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specification, Davis Truck and Equipment, in the amount of $116,515.00, plus $2,435.00 for the optional automatic level and hose rewind. Total recommended bid award $118,950.00. SUMMARY: This bid is for the purchase of a sewer cleaner unit with high pressure hose and vacuum. The unit is truck mounted and utilized in the maintenance of sanitary sewer and storm sewer collection lines. This is a Motor Pool replacement of a smaller unit with high pressure cleaning capabilities only. The lower price offered by Davis Truck #2 is for GMC that is rated at 34,000 lb GVW. This unit requires a 39,000 GVW truck. The main difference being, the capacity of the front axle. The GMC has a 12,000 lb axle, we require a 16,000 lb front axle. BACKGROUND: Tabulation Sheet, Memorandum dated March 23, 1990. PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Water and Sewer Field Services and Motor Pool Fleet Operations. FISCAL IMPACT: This unit will be funded from Certificates of Obligation funds set aside for Motor Pool Replacement, Account #720-004-0020-8707. Respectful~ submitted: Pro~~ Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent Ap oved Na~: Tom D. Shaw, C.P.M. Title: Purchasing Agent 027.DOC t~I ~ I ('~ ~1 H H ~ ~ U U O ~ ~ ~3 t~ o ~ ~ o coO CD 0 0 0 0 0 0 0 0 0 C~TY ~ ~T~ T~I~ VEHICLE MAINTENANCE / 804 TEXAS ST. / DENTON, TX 7620'I / (8~7)58~-8450 MEMORANDUM TO: Tom Shaw, Purchasing Agent FROM: Jack Jarvis, Fleet Superintendent DATE: March 23, 1990 SUBJECT: BID NUMBER 1082 SEWER VACUUM TRUCK Bid received from Davis Truck and Equipment includes the water reclamation system at a total cost of $116,515.00. Bid received from Naylor Supply was at a cost of $114,986.00 with an add-on of $10,580.00 for the water reclamation system. Total cost would be $125,566.00. Since we are currently using a Camel on a Ford cab/chassis and have had very little complaints on this unit, I submit the following recommendation. Bid Item #1 and #2. SEWER VACUUM TRUCK Award to: Davis Truck and Equipment P. O. Box 33 Clifton, Texas 76634 at a cost of $116,515.00 * which is low bid meeting our specifications. Camel 200M Ford LN-8000 , · I recommend we pick up Option #XIV A. Roller tensioning to automatically level and wind sewer hose. This option would add $2,435.00 to the $116,515.00; bringing the total price to $118,950.00. Respectfully submitted, J J/bp XC: Robert E. Nelson Bill Brown DATE: APRIL 3, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1083 - LOADER BACKHOE RECOMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specification for each Item as listed: TOTAL Item 1 G&G Tractor $27,653.00 ea. $55,306.00 Item 2 Collin County Ford $42,797.00 ea. $42,797.00 Item 3 AIS Continental $45,814.00 ea. $45,814.00 $143,917.00 SUMMARY: This bid is for the purchase of loader backhoes for the Street Department and Water/Sewer Field Services. These units are Motor Pool replacements for loader backhoes no longer economical to maintain. Two 55-horsepower machines are for the Street Department and two 90-horsepower machines, one with extend-a-hoe, and one without, are for the Water/Sewer Field Services. The extend-a-hoe option allows digging to depth of 21-feet. * A.I.S Continental and Mahanay International tied on this Item. As per State Law, lots were drawn and A.I.S. Continental was selected. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Street Department, Water/Sewer Field Services, and Motor Pool. City Council Agenda April 3, 1990 Bid# 1083 Page 2 of 2 FISCAL IMPACT: These tractors will be funded from Motor Pool Replacement Funds, and 1989/90 Budget Funds. Respect f~y iubmi,t t~ed: ~, L1 o~rr'~el 1~~ City Manager Prepared by: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent Approved Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent DATE: APRIL 3, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID~ 1084 - ARTICULATED WHEEL LOADER RECOMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specification, Case Power and Equipment, in the amount of $80,990.00 SUMMARY: This bid is for the purchase of a rubber tired articulator frame wheel loader (front end loader), to be used by the Water and Sewer Field Service Department. It is a Motor Pool Replacement for a 1982 model loader that is no longer economical to repair. The equipment bid is a 1990 Model Case 821. BACKGROUND: Bid Tabulation Sheet PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Water and Sewer Field Services and Fleet Operations. FISCAL IMPACT: This unit will be funded by a combination of Motor Pool Funds and 1989/90 Budget Funds for equipment purchases. Motor Pool Account #720-004-0020-8707 $ 38,455.00 1989/90 Budget Account#620-082-0471-9104 $ 42,535.00 $ 80,990.00 · Respec t~ ly.~~ed: Ll~ar'rel 1 ~ City Manager Prepared by: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent Approved Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 027 .DOC L~JO I--I f~ H 0 0 CD CD I~ H CD 0 ~J L'z'J c> o o DATE: APRIL 3, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1087 - LOAD PROFILE & TARIFF ELECTRIC METERS RECOMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specification, Wesco, Fort Worth, for all Items 1 through 12. 1. Electric Meter CL200 240V 1 PH 3W $ 398.00 each 2. Electric Meter CL 10 240V 1 PH 4S $ 437.00 each 3. Electric Meter CL 20 480V 3 PH 3W $ 575.00 each 4. Electric Meter CL 20 120V 3 PH 4WY $ 570.00 each 5. Electric Meter CL 20 277V 3 PH 3WY $ 570.00 each 6. Electric Meter CL 20 240V 3 PH 4WD $ 535.00 each 7. Electric Meter CL 20 120V 3 PH 4WY $ 573.00 each 8. Electric Meter CL 20 277V 3 PH 4WY $ 573.00 each 9. Electric Meter CL200 120V 3W NET $ 555.00 each 10. Electric Meter CL200 240V 3W NET $ 555.00 each 11. Electric Meter CL200 120V 3 PH 4WY $ 568.00 each 12. Electric Meter CL200 240V 3 PH 4WD $ 514.00 each SUMMARY: This bid is for an annual supply of specialized electric meters to be utilized by the Electric Metering Department in their load management program. The quantities are estimated and will vary depending upon the needs of the City of Denton. The lower prices offered by Temple, Inc., and DAC fail to meet specification. BACKGROUND: Bid Tabulation, Memorandum from Ray Wells dated March 22, 1990. PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Electric Utility, Metering Division City Council Agenda April 3, 1990 Page 2 of 2 FISCAL IMPACT: Funds for the purchase of these meters will come from Electric Bond Funds for Meter Acquisition, Account #611-008-0253-9224. Respectf~y submitted: ~ City Manager Prepared by: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent Approved Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 027.DOC ClTYoIDENTONMUNICIPAL UTILITIES / 901-A Texas Street / Denton, TX76201 MEMORANDUM TO: Tom Shaw, Purchasing Agent FROM: Ray D. Wells, Superintendent, Electric Metering DATE: March 22, 1990 SUBJECT: EVALUATION BID #1087 - LOAD PROFILE & TARIFF ELECTRIC METERS Bids were opened at 2:00 p.m. on March 20, 1990 with five (5) vendors replying with valid bids. I recommend award of bid to WESCO, Fort Worth, Texas as low bid meeting specifications. Lowest bid was received from Temple, Inc., Arlington, Texas; however, they mis-quoted specifications and their price reflects conventional electric meters only. Mr. Chuck Altman (1-800-888-5776) asked that their bid be removed from consideration. The next low bidder, DAC, bid retro-fit registers, not the complete package as listed. I request this be placed on City Council Agenda at the earliest available date, since delivery quote is seven (7) to eight (8) weeks, and we need the prior to June 1, 1990 summer rate date. Respectfully, RDW: gb 03220069 cc: R. E. Nelson, Executive Director of Utilities E. B. Tullos, Director of Electric Utilities BID NAIiE LOAD PROFILE AND IAOiFF ~ESCD OPEN DAlE ~ARCH 28, 1990 ACCOUNT t t I ~TY I llE{t OESCR1PIION V~NDUR I I 25 ICL280 248 VOLT 2 I 8 ICKIB 248 VOLT 3 I 2 ICL20 488 VOLT $575.00 4 I 2 ICL2B 12) VOLT : I578.8) 5 I 2 ICL2B 277 VOLT i578.88 6 I 18 ICL2B 248 VOLT 7 I 2~ ICL28 128 VOLT ., 8 I lB ICL20 277 VOLT {573.08 9 I 2 ICL2BB I2U VOLT $555.80 lB ~ 2 ~CL2~0 2~B VOLT {555,~B 11 I' 18 ~CL288 l?~ VOLT {568.88 12 ~ lB {CL2B8 2qB VOLI {514.BB i I~ANUFACTURER WESCO I {C, ELIVERY 7-B DATE: APRIL 3, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID~ 1088 - EMERGENCY PREEMPTION SYSTEM RECOMMENDATION: We recommend this bid be awarded to Consolidated Traffic Control in the amount of $29,730.00. SUMMARY: This bid is for the purchase of an Emergency Preemption System. This system gives emergency vehicles the ability to control traffic signals as they approach an intersection. Currently, the Ambulance Fleet has this capability on a few signalized intersections. This purchase will expand this capability in the number of signals and the number of vehicles. The Opticom System is manufactured by 3M and sold only through their distributor network. Although the system is protected by numerous patent rights, we chose to bid the project just to see if completion was available. Only one bid was received. BACKGROUND: Tabulation Sheet, Memorandum dated March 26, 1990, Project Intersection List PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Traffic Control, Fire Department EMS, and other Emergency Vehicles FISCAL IMPACT: Funds for this purchase will come from the funds set aside for the Central Business District Closed Loop System, Account #436-020-GO89-8910. Respect f3~l 1 y submitted: City Manager Prepared by: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 027 .DOC CITY of DENTON / 215 E. McKinney I Denton, Texas 76201 MEMORANDUM DATE: March 26, 1990 TO: Tom Shaw, Purchasing Agent FROM: Jerry Clark, Director of Engineering Transportation SUBJECT: Bid 1088 - Emergency Preemption System Bids were opened March 20, 1990 with Consolidated Traffic Controls being the iow bidder. Total price of $29,730, including the discount as a first time buyer, is very acceptable to us. This system will allow the Fire Department, especially from Station #1, to have major capabilities to preempt the signals on McKinney, Carroll, and University Drive (US 380). The intersection priority list was developed by the Fire Department. Chief Cook and Chief Thomason have been involved in the selection process throughout this project. They are satisfied with the Opticom System after testing several other products and feel this is the best solution for the City of Denton. Funding for the project will be from the Central Business District Closed Loop System. This was estimated for in the original issue and meets a serious traffic safety need, just as the closed loop system does. I recommend the award of this entire bid to Consolidated Traffic including the alternate which is the expansion to Carroll for $29,730. Please advise if you need further information. 0835E BID ~1088 PAGE 4 OF 15 PROJECT INTERSECTION LIST Intersection Pre-emptio~ Direction 1. McKinney at Elm East, West * 2. McKinney at Locust East, West ** 3. Carroll at University North, South, East, West 4. Carroll at Oak North, West 5. McKinney at Bell East, West 6. University at Bell (US 380) North, South Alternate Bid - Includes 1-6 above plus 7. Congress at Carroll North, South 8. Parkway at Carroll North, South 9. Crescent at Carroll North, South 10. University at Bell East, West * WB & EB Straight = ~2, WB Straight + LT = ~ 1 ** EB Straight + LT = ~1, WB Straight + EB = ~ 2 Remainder = Straight + LEFT 0825E