Loading...
1987-1600923L 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 C,ty 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" attached hereto, are hereby accepted and approved as being the lowest responsible bids for such items BID ITEM NUMBER NO VENDOR AMOUNT 9787 All Gilford Hill American $ 17,469 00 9773 All Vertical Pump ~ Motor $ 43,470 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 approVea and ai'~epted 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 1s in accordance with the terms, conditions, specl£1catlons, standards, quantities and specl£1ed 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 o£ the submitted bids the City Council hereby authorizes the expenditure o£ 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 6th day of October, 1957 ATTEST APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY PAGE 2 DATE October 6, 1987 CITY COUIICIL REPORT TO Mayor and Members of the Ctty Council FRU~! Ltoyd V Harrell, Ctty Manager SUBJECT BID# 9787 20" CONCRETE PIPE REC01~IEIIDATI,0H We recommend thru bid be awarded to the single bidder Gilford Hill American m the amount of $17,469 00 SUI~tRRY This bid Is for the purchase of 29.5 feet of pipe and associated fittings necessary to lower the 20" water line to allow for the construction of the ~'oodrow Lane BrJdge now out for bid BACKGROUND Tabulation sheet PRO~RAHS~, DEPAR11'IEflTS OR GROUPS AFFECTED, Water Utility and Street DraLnage F1SCAL II1PACT. CapJtal improvement Water Bond Funds Account # 623-O08-OQ61-913g Respectfully submitted Lloyd V Harrell City Manager Hame Tom D Shaw, CPM Ti tl e Assistant Purchasing Agent Approved /~{~,l,e\,/~o'hn 3 Marshall, C P M ~'7~J;)l~ Purchasing Agent Z 0 Pl 0 Pl Z 0 DATE October 6, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBdECT Bid # 9773 Vertical ~,mp &Motor 400WeoreC°ntmend this bid be awarded to the lowest bidder Peabody RECOI~IENDAT)ON Floway for q~43, 7 m SUi4~ARY This bid was specified by Feese & Nichols, Inc We received four bids and they have been reviewed by the Utility Department Freese & Nichols and the Utility Board The low bidder is then being recommended This is for the pump and motor only and does not include installation BACKGROUND,. See memo's, Job sheet and utility board minutes attached PROG~AMS. D£PARTNERTS OR GROUPS AFFECTED The Utilities Department 87 C I Project for mheSe zmprovemen~s FISCAL II~ACT Utility Funds only 623-008-0460-q106 There is no additional impact on the General Fund Respectfully submitted Lloyd V Harrell City Manager Prepared by ~'Tttle Purchasing Agent Approved TJ L1 e ~rchasing Agent EXCERPT PUBLIC UTILITIES BOARD MINUTES September 16, 1987 8 CONSIDER BID OPENING #9773~ HIGH SERVICE PUMP #6 AT THE WATER TREATMENT PLANT Ham introduced the Utility Department's new Sr Engineer, Lee Allison, and then gave the following overview Bids were opened August 25, 1987, and the results were as follows Peabody Floway, Lewlsvllle, Tx $43,470 Goulds Pumps, Dallas, Tx $45,600 Peerless Pumps, Dallas, Tx $46,061 Layne ~ Bowler, Memphis, Tn $63,577 In line with the ongoing water plant upgrade to 30 MGD, high service pump #6 is required to bring the firm pumping capacity to 37 5 MGD This will provide the general requirement to have high service pumping capacity of at least 125% of maximum plant capacity This is an approved FY 87 CIP project This bid pertains to pre-purchase of pump and motor only to save cost and time Under a separate future contract, the pump installation will be accomplished The Staff and Freese ~ Nichols, Consulting Engineers, recommend award of the low bid of Peabody Floway in the amount of $43,470 FY 86 CIP Budgeted amount $150,000 (pump and motor purchase and installation) Recommended award $43,470 (pump and motor only) Source of Funds Water Bonds 623-008-0460-9106 Thompson made a motion to recommend to the City Council acceptance of the lowest qualified bid from Peabody Floway in the amount of $43,470 Second by LaForte All ayes, no hayes, motion carried 5074U 8 DAI~ October 6, 1987 CITY COUNCIL AGENDA ITEM TO MAYOR AND MEMBERS OF THE CITY COUNCIL FROM Lloyd Harrell, City Manager SUBJECT CONSIDER BID OPENING #9773, HIGH SERVICE PUMP #6 AT 'THE WATER TREATMENT PLANT RECOMMENDAIlON The Pubiic Utiiities Board, at their meeting of September I6, i987, recommended to the City CounciI approvai of the Iowest qualified bid of Peabody Floway tn the amount of $43,470 SUMMAR___ Y Bids were opened August 25, 1987, and the results were as follows: Peabody Floway, Lewisville, Tx $43,470 Goulds Pumps, Dallas, Tx $45,600 Peerless Pumps, Dallas, Tx $46,061 Layne & Bowler, Memphis, Tn $63,577 BACKGROUNq In line with the ongoing water plant upgrade to 30 MGD, high service pump #6 is required to bring the firm pumping capacity to 37 5 MGD This will provide the general requirement to have high service pumping capacity of at least 125% of maximum plant capacity This is an approved FY 87 CIP project This bid pertains to pre-purchase of pump and motor only to save cost and time Under a separate future contract, the pump installation will be accomplished PROGRAMS~ DEPARTMENTS OR GROUPS AFFECTED City of Denton Municipal Utilities, City of Denton, Freese & Nichols Inc , Manufacturer and the Citizens 5075U FISCAL ~PACT FY 86 CIP Budgeted amount $150,000 (pump and motor purchase and installation) Recommended award $43,470 (pump and motor only) Source of Funds Water Bonds 62~-008-0460-9106 Respectfully submitted, Lloyd Harrell, City Mana9er Prepared by C David Ham, Director hater/hastewater Utilities Approved by R E Nelson, Executive Director of Utilities Exhibit I Project Location II Bid Tabulation Sheet III Minutes PUB Meeting of 9/16/87 5075U 2 APPROX: SCALE. 2" · 1 #ILE :R PLAINT CONTRACT AGREEMENT STATE OF TEXAS I COUNTY OF Denton I THIS AGREEMENT, made and entered into this 27th day of October A.D., 19~, by and between The Citv of Denton of the County of Denton and State of Texas, acting through ;t~ Purchasing Agent thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and Peabody Floway, Inc. of the City of and State of Fresno , County of Fresno California , Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First Part (OWNER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: Furnish one pump and premium efficient motor ($43,470.00) and all extra work in connection therewith, under the terms as stated in the General Conditions of the Agreement; and at his (or their) own proper cost and expense to furnish all the materials, supplies, machinery, equip- ment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions 1 10-15-71 to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blue- prints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefor, as prepared by FREESE AND NICHOLS, INC., herein entitled the ENGINEER, each of which has been identi- fied by the CONTRACTOR and the ENGINEER, all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in a written notice to commence work and to substantially complete all work within the time stated in the Proposal, subject to such extensions of time as are pro- vided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this Con- tract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties to these presents have executed this Agreement in the year and day first above written. ATTEST: Purchase Order '81 1;2.?; For Bid No. 9773 Citv of Denton, Texas PartJ of the Flrst Part, (SEAL) ATTEST: -~-"--::_-, (SEAL) .. , 2 10/22/73 ~d:i S-~3-Y.;2J/ PERFORMANCE BOND STATE OF TEXAS COUNTY OF I I KNOW ALL MEN BY THESE PRESENTS: That Peabodv Floway. Tnc , of the City of Fresno County of Fresno , and State of California as PRINCIPAL, and ;J4"v-_LAAA'A~ ~~J-4i ~~ / ~4~, tAf/Yl7.-?xd~A) , as SURETY, authorized un r the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the City of Denton, Texas , as OWNER, in the penal sum of Forty-Three Thousand, Four Hundred and Seventy Dollars ($ 43.470.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the -2l1hday of October , 19~, for the con- struction of Furnishing of one pump and one premium efficiencv motor which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said Principal shall faithfully perform said Contract and shall in all respects duly and faithfully observe and perform all and singular the cove- nants, conditions and agreements in and by said contract agreed and cove- nanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void: otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended 3 10-15-71 American Casualty Company of Reading, Pennsylvania CNA For All the Commitments You Make1'- Offlces/Chlcego, illinois " POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men by these Presents, That AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a corporation duly organized and eXIsting under the laws of the Commonwealth of Pennsylvania, and having Its princIpal office In the CIty of Chicago, and State of illinoIs, does hereby make, constitute and appoint Ga rv E. Smi th. Arthur C. Chri stoffersen. William C. Zia, Catherine M. Lindsay, Individually of Parsiooanv. New Jersev its true and lawful Attorney-in-Fact with full power and authority hereby conferred to sign, seal and execute In Its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bmd AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA thereby as fully and to the same extent as if such mstruments were signed by the duly authorized ottlcers of AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA and all the acts of said Attorney pursuant to the authority hereby given are hereby ratified and confirmed. ' This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company: "Article VI-Execution 01 Obligations and Appointment 01 Attorney-in-Fact Section 2. Appointment of Attorney-in.fact. The President or Vice President may, from time to time, appoint by written certificates attorneys. in-fact to act in behalf of the Company in the execution of policies of Insurance, bonds, undertakings and other obligatory Instruments of lIke nature. Such attorneys-m-fact, subject to the limitations set forth in their respective certificates of authOrity, shall have full power to bmd the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto The President or any Vice PreSident or the Board of Directors may at any time revoke all power and authority previously given to any attorneY-In-fact." ThiS Power of Attorney IS Signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 11th day of November, 1966, "Resolved, that the signature of the PreSident or a Vice PreSident and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By.Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by fascimile to any certificate of any such power, and any power or certificate bearing such facsimile signatures and seal shall be valid and bindmg on the Company. Any such power so executed and sealed and certIfied by certificate so executed and sealed shall, with respect to any bond or undertaking to which It is attached, continue to be valid and binding on the Company." In Witness Whereol, AMERICAN CASUALTY COMPANYOOtFhREADING, PENNSYLV A has caused these presents to be Signed by it:;..v,ce President and its corporate seal to be hereto affixed thiS 1_ day of , 19 ~ State of IllinoIs) 55 County of Cook I AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA ~,~L-<--~~t ( J_ E. Purtell Vice President. On thiS 10th day 01 Jul V , 19~, before me personally came J. E. Purtell, to me known, who, being by me duly sworn, did depose and say: that he resides In the Village of Glenvlew, State of Illinois; that he IS a Vice-President of AMERICAN CASUAL TV COMPANY OF READING, PENNSYLVANIA, the corporation described m the which executed the above Instrument; that he knows the seal of said Corporation; that the seal affixed to the said instrument IS such corporate seal; that It was so affixed pursuant to authOrity given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. ~4~ Leslie A. Smith Notary Public, CERTIFICATE My Commi ssi on Expi res November 12, 1990 I, M_ c_ Vonnahme, ASSistant Secretary 01 AMERICAN CASUALTY COMPANY OF READING PENNSYLVANIA, do certify that the Power of Attorney herein above set forth is stili In force, and lurther certify that Section 201 Article VI of the By-Laws of the Company and the Resolution of the Board of DIrectors, set forth in said Power of Attorney are still in force. In testimony whereof I have hereunto 'subscribed my name and affixed the seal of the said Company this 27th day of October ;,iY' _, ~~, -~ ~ '-- - 8-23142-D - ----. - '-:,- < _a~~' ~ ~ ~ . -' -/ . - INV. NO_ G-56625-A ACKNOWLEDGMENT OF ANNEXED INSTRUMENT STATE OF New Jersey} - 55.: COUNTY OF Morris On this 27th:layof October 19 87 , before me personally came Arthur C. Chri stofff'rsf'n who, being by me duly swarn, did depose and say that he is an American Casualty Company Attorney.in-Fact of the. of Reading; Penna. , and knows the corporate seal thereof; that the . Power of Attorney of said Company, of which a Certified Copy is hereto attached, and that he signed said In- seal affixed to said annexed instrument is such corporate seal, and was thereto affixed by authority of the strument as an Attorney-in-Fact of said Company by like authority. My Commission Expires ITA TH~i(iNE' M. UeJDSA y' iKlT ARY f':CL;~iC OF N~VJ JERSEY !~tw <rommi:sio:1 E."p;r~s r..\ar. 26, 1~91 ACknowledged and Sworn to before me on the date above written ~"':j.) ~~.c -_~ (Notary_~Ubli~r v-// / FOt'm21.1~IOJIRh' s-81) "'-:'"". ...