Loading...
1985-035 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, and WHEREAS, Section 2 36 (f) of the Code of Ordinances requires that the City Council approve all expenditures of more than $3,000, and WHEREAS, Section 2 09 of the City Charter requires that every act of the Council providing for the expenditure of funds or for the contracting of indebtedness shall be by ordinance, 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 NUMBER ITEM NO VENDOR AMOUNT 9372 1 Kuhlmann Corporation $233,242 00 9385 1 Highway Machinery 27,925 00 9402 1 Cummins Utility Products 27,532 77 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 PAGE 1 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 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, 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 19th day of February, 1985 CITY OF DENTON, TEXAS ATTEST CITY OF DENTON, TEXAS APPROVED AS TO LEGAL FORM JOE D MORRIS, ACTING CITY ATTORNEY CITY OF DENTON, TEXAS BY - PAGE 2 C) 0 0 O a LO kc; J O ❑ O ~ Z w O C _U an J > n Y i 4 ~ ct ~ C G! Q Cni LL N U O J r O crQ a CYI LO O W ck: W U Q 11 Z W Z to N O C W J w M 3 q O CO W > ..-i O +a M M cr C M Q 0 ui i O C-> CD t O O Ir O O A O M N z m n > W W N M ro C D 00 O 2 W LO p M co M C N M O 2 a o O O N A n W W C~ a N > O Q n O a N V C W .r 0 F C O O Z a O O A O N N M -ml 2 W N ro C C Y > rl th G E N M C t O N O - Y N K O W V) p ti N C _W $z to m C W ti O 3 [1 > n _O L M N C U Z O a o N O N ~ O Z i°n ..Y m t U n W n7 3 3 0 3 co N N C N N n N 3 E N w O H ix F i O P. v W M Ln a E Z n U O .r W 4 N F A N M t ro to c v L 3 F ~ i o ro s. v p ^ d W a 0 p a f F z o A W U M U E ~ .y a 0 zz w > a 0 0 z w > w O z w > a CD 4- W OW O O 3 .Z-. Z N Cr H +•a CA: c7 U r.r > 01 V N •e- C) V O in u 2 U N O O 4- C) i W M Q ce ex CD 4- J Z O O CD im 0) S 2 z M u • > c G 0) C1 V O C V 7 Z U N W 'O 4- C) i M Q C F z W W O Z r z CO 2 w \ Q U > J O CL CG O D z w > c H o 0 ~ H i O] ~F ~ L ~ H (n V ~--i fn N ~ W O p J W r-+ i z F io ~ 1 H L 41 N y Q ~ tC O a F w ~ F .r A W ~ H p~ V rD O 6 to- a 0 o y m U N W Z W > W a Z O ~r O J Z J ; co O CL d' LO F O w In ❑ b o w m o z > CL o v M b Z a O y _.OZ._-.._----.q_ - O - - z LO J W M p M W > Z ~ b N N M 2-- m a y VI O b Q M 47, W b Y O Q > m LO W N Z it a .r N J q C0 M S W Cl) O +a FW- > N N Z N a N p ~ y z J in N T O f CL W LO O M > > > O + U N N M Z 1' y 3 0 0 3 - N Q y.a J O S d C ~ Q F M j O .U-i na-I 10 L F- V L _ U y J ❑ N y y W X C >1 W W L U H F- N N H U y > r 0 L - f w ~ N a ° N ❑ F H W Z. ❑ W -0e : F J N a U m n G -'IID w Bid #9372 CONTRACT AGREEMENT THIS CONTRACT AGREEMENT, made and entered into this 5 day of Marrh g by and between the CITY OF DENTON, TEXAS, Party of the First Part and hereinafter called the "Owner", and Kuhlman Electric Company, Division of Kuhlman Corporation 198 Porter Street, Crystal Springs, MS 39059 of the Second Part and hereinafter called the "Contractor",. WITNESSETH: THAT WHEREAS, The Owner has caused to be prepared, in accordance with law, specifications, plans and other contract documents for the work as herein specified; and WHEREAS, the said Contractor has submitted to the Owner a Proposal in accordance with the terms of this Contract Agreement; and WHEREAS, the Owner, in the manner prescribed by law, has determined and declared the aforesaid Contractor to be the lowest and best bidder for the said work and has duly awarded to the said Contractor a contract therefor, for the sum or sums named in the Contractor's Proposal, a copy thereof being attached to and made a part of this Contract Agreement; NOW, THEREFORE, in consideration of the compensation to be paid to the Contractor and of the mutual agreements herein contained, the parties to these presents have agreed and hereby agree, the Owner for itself and its successors, and the Contractor for itself, himself, or themselves, or its, his or their successors and assigns, or its, his or their executors and administrators, as follows. ARTICLE I. That the Contractor shall furnish fob, Denton, Texas, substation transformer complete as specified and required in accordance with the provisions of the contract documents which are attached and made a part hereof, and shall execute and complete all work included in and covered by the Owner's official award of this Contract Agreement to the said Contractor. , ARTICLE II. That the Owner shall pay to the Contractor for the work and materials embraced in this Contract Agreement, and the Contractor will accept as full compensation therefor, the sum for all work covered by and included in the contract award, designated in the foregoing Article I; payment to be made in cash or its equivalent in the manner provided in the specifications attached hereto. CA-1 ARTICLE III. That time of completion is of the essence of the Contract Agreement, and that the Contractor shall proceed with the specified work and shall conform to the following schedule: (Guaranteed delivery date as shown in proposal data) 210 Days from Receipt of Order. Purchase Order #67408 ~r IN WITNESS WHEREOF, the parties hereto have executed this Contract Agreement as of the day and year first above written. CITY OF DENTO ERAS~<.. (SEAL:) } By N^-. ris 4rtun Attest J (SEAL) Kuhlmarr,,Cor oration t-- H:D. Lewis, V. Prsn. Marketing Attest ~7~cY3`c~mc \~c9t r f ` P `may` The foregoing Contract Agreement is in correct form according to law and is hereby approved. Attorney for Owner CA-2 Bid #9372 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS that we, hereinafter referred to as "Contractor", Kuhlman Corporation and Insurance Company of North America, as surety a corporation organized under the laws of the State of Michigan and authorized to transact business in the State of Texas, as "Surety", and held and firmly bound unto the CITY OF DENTON, TEXAS hereinafter referred to as "Owner", in the penal sum of Two Hundred Thirty-Three Thousand Two Hundred Forty-Two and no/100 dollars. for the payment of which sum, well and truly to be made to the Owner, we bind ourselves and our heirs, executors, administrators, successors, and assigns, jointly and severally, by these presents: WHEREAS, on the 18th day of March 19 85, the Contractor entered into a written contract with the Owner for furnishing materials, supplies, and equipment not furnished by the Owner, construction tools, equipment, and plant, and the performance of all necessary labor, for and in connection with the construction of certain improvements described in the attached contract documents; and WHEREAS, it was a condition of the contract award by the Owner that these presents by executed by the Contractor and Surety; NOW, THEREFORE, if the Contractor shall, in all particulars, well, duly, and faithfully observe, perform, and abide by each and every covenant, condition, and part of the said contract, and the conditions, specifications, drawings and other contract documents thereto attached or, by reference made a part thereof, according to the true intent and meaning in each case, then this obligation shall be null and void; otherwise it shall remain in full force and effect. PROVIDED FURTHER, that if the Contractor shall fail to pay all just claims and demands by, or in behalf of, any employee or other person, or any firm, association, or corporation, for labor performed or materials, supplies, or equipment furnished, used, or consumed by the Contractor or his subcontractors in the performance of the.work, then the Surety will pay the full value of all such claims or demands in any total amount not exceeding the amount of this obligation, together with interest as provided by law. PB-1 THE UNDERSIGNED SURETY, for value received, hereby agrees that no extension of time, change in, addition to, or other modification of the terms of the contract or work to be performed thereunder, or of the specifications or other contract document, shall in any way affect its obligation on this bond, and the Surety does hereby waive notice of any such extension of time, change, addition, or modification. IN TESTIMONY WHEREOF, the Contractor has hereunto set his hand and the Surety has caused these presents to be executed in its name and its corporate seal to be affixed by its attorney-in-fact at Jackson. Mississippi on this the 18 th day of March 19 85 . (SEAL) By INSURANCE COMPANY OF NORTH AMERICA (SURETY COMPANY) By ~ v SEAL)' -F (Attorney-in-fact) Paul R. Pullen y By rry r ate Representative) (Accompany this bond with attorney-in-fact's authority from the Surety Company certified to include the date of the bond.) PB-2 \\%\N\~\\~~\ ln\ n r\g f\ g M/ NMx /n\ IU\/ /t ~ov/~/~ /w/~/~ OWER~OF:/dTTORNEYv/\/\/ % \/v v /V/~ u u U u v//V ~`~INS;%:RANCEY MAN Y✓0 FAN.%,ItTH`~AMERICA HIL•'ADELP.HIA PAu~ \ gel , r~/ \\lVI/ MN, /\/\/\/~Know,all\men b rtheS PleSenlS \Thw, RANCEyCOMP\ANY\`OF~NORTH~AMERI6A\~\ P.e n/rypuisua [ Y the followv ng,Resolutlon%ado (tl b, tl e Boaid offDreetoh's=_o !ft e aPdrGo npari~ on~May 28BB~1975; to w1i\/\%^ f\\~j/, . / \l\uf %~//\\%\V f~\ o dss!jitavjg VmPogn i\v es`Acodtraci and other wr e g;n'the nSture11thereoiR/~we~~ eC\/ \,✓(\\//oU nUf ~~)~hat~he~~esldent-~orrany V1ce President Assistant\Vice President Resident 11ce President bi~Attorne m Fact rma exec^for\~,~ ,~V\,and~~~behahw~the~Comp'any any \and alllbonds undeitakmgs ~ecbgnlzances/contracts and other wrumgs in [he naturerthereof, the s/\sam~to\be/ate;^ed~sx henhnecessarv/by the\Secretaq~an/Assistant'Secretar}%r.a/Resident'rASSivanh5ecrela'ry ~andthe/3eal~i is he'.U Company z(tixed%Ihereto and,ihat thesPresid nt or an}\Vice President may^appomt'and autfioi¢c Resident Vice~EresldentlResidcn[~\ A`\istal \Secrear esvandx\Arttornej~s +nJFacbtosso'eeecute,grrattest to the execuhor 'ot all such wnungs~on behalf oi;t.iesCompany.and ✓~\/\\,rtoafiizdheseal'oflh'eCmpany ttie\^~t\/ MRV f~nY~ u/chew 6ng ex\e Ited vt~accordanhesUulsfiali\`~ai~/b dingupo rn>ny thou h U ~'MMR .\hlPresldent and attested kiy the Secr\ cy"~r'~\\/ \ ~ Ohe ~tt\T ery ggrariiedipti su (ito~tFi s^Re~o fioni\a rd the si an cure oiWc r h n.s \Colilc!i Jnd t heme a o,~thUYGomr eoe ^ `aby pos^er, of \ \-0. -yio.~-/ /s-~.aTp yYrayirevaffixed. byu nmimile to an certificate oran such- ws ei~znd'an such, oss er orlertihcateaicann such tacsimile•si nature and,seil,shallbe,vaiid nd•liiiidm on•Ihc,Com an • /\\~f uU\~//f~f\UUw\\f~\1~uuV -W U U (17\SuchsResident^Otficers,and„Attorncys ~n Favcb^hallrfia.•e authont}'i~~snrt`(yror`veniy copies olsthis Resolution, the,B / ~\Gompanywand:anj•'attidas it or record or`tFieGompan) necessary(o.the dischargeot•Iheiduhes'\~~%\U~v i ins y.\vi Jr\\%~n\~.^\ /.,\~i~.r o<\\/in\~ /i.`4ri * ii.\~gr `rrK~ `iii ~ ' ~tSitThc~p~ssage~tsthisxResoluhomdoe>xnonresoke~any:earher authonty'granteteddsby/Resoluvon otahe\Board;oPDirectors,ovlun ~tlo /y omi e o\d^an^ ~oM\ M/"M\ \RI1 ho o~~\ of\€he C t~of\Ja kson, SGate~f~M ssiss/i\~i~/^\/-\/^u~~~/^\ /---i\\/ v ✓ vY v / ✓ v v / PP. ~ u n\vrn..'. of \\1~ \\%\o\~/ ~1 ~/f i~ v / v :7 \ r~\ \/n\\N n U\u/\v/f\\o r\\ n ` ^ named 1/n\u/~~/\u eachlindividually`if'there-be,more than one• 0 1 s~rue`a"d.lawfuhattorney n fact-to makeNexecute\seal\and delFVer\on^1is'behalf`and,as\1ts'aabandrdeed~ ~ i_\\//n /r` i.\~.1\~.ir\\r/r\~✓i\~//_~\i„~/i \rrr,\~rirCvnwirwiravin\/~\~l~\.,.~.on\~is\/,,ac! .//,1.•i,-, gezecut onna o(%udwnhngsn pu suangce of~tfie e ,e'se/sy/sh\ II%b~~s biindin~u on sa~d~Cvm~ oyas~~fuh g ndj^\p \a fart ^\/fi\d~6e~ruulo~,ei:Li ^a knowle\\dgebyyu rly e`I jteduff`ers of~~ ~~Company/aP-1ts'pnnelpal office n / v 1 g ` SINN .ITNESS,INHEREOFRth\esaid\/~ > HAEL^B---kODOR V \/ce P esident W/ "i\\regri //n\\ /scribe J,hi ' and.,,\ ` //n\vf \seaI \\l.^\ r \~r n\~in\~rr,vn ~hreunto su6sc4bed~hi\namedt\ft`xed the corp\ v e a~e\vatcof `he sadANSURANCE~j MPAN~YOF f\~NORTHAMRICA^ thls~~//\\ 3xc 1 tlayfof _x~h u, r u, \ /j9 g3~n\~%/\\\ , / INSl3RAN CO F N TH A'MERIC I (S \\v r rF wi )Rrv ce'Presi en[ dr~~ O~ r,\•r rn,:%%^ / LAICHAELB'._ F ODO"✓ %~STATE~OF/\~\/ ~PENNSYLVAN3A~ \ f/r\< r 'r J \✓i` •/r` u ` . _Mz GOUNTY10FELAWARE~\~;~NZ} V~~'/ Onthls'~u~\~' - ay of rMarch\f~dA^D 19` 83~/%before'\m_e^a~Notar Puble'^of thevOMMONWEALTA\OF^PA/\~-n/an / d'fo[he County o fDELAWARE% N \,l,cari.e^U^~ u LMI HAE \ u U u h B FQpQR/\-f~/\>.~\//~\//\\//r~\~!\\//\\~V1ce Presideent/of th~evlNS\URANQE / / ~.\~r,.\~ ns\ i,^ r \S✓f-:~ s ~i \:/,-:\v/rs\ a ~•r/nvr - r/\\ rr..`•vi \ •~~COMPANYNORTH,AMERICA/to me~pe sonally~knotiv~n~o~be~he`mdi\d%al`a~dVo ,i celwhlexeco`ed h\e~p`ec edtng\~ /0 m 'strument^and h acknowleged~hai;h~^ecu\ed~thersame;'`hat the/?ea/att+x^dzto~lie'preceding~m^\qme` f`corpora\e; ealo \~sa1d\~C mpa`=y~arjhe~aid~co\pro^t~^eal~, s sig`~tu\etwero uyy-/attued liy\~he\autho\1ty\\a~d\~ dire; tt7on of~ihe/\vd^~~po\atw ~a iha~Rev lutvn\ddopedsby/the,Board'•oNDlrecto` of~sald~Company,iieferred;t oi> B\(n the'precadmg mstnimeow m fo ce f V \v/ \'%~/n\\/11 ^ ESTIlv10NY/WHZMEREOF`1f have+d re cu tors etzmy ha nd.ad:affi e m offimalssealsa -1t lot-~ OR,W H3P r iiav u v / ✓ \ ✓ f\,~,the,day:and-y`\~a,/rtl ebabove•wntlen \/\f / 0 X_ NN/M /r \'~/\/ff/\or^•+T+i'~ii Par'\us'/JOANnliOUGHRAN/\\~Notary PUfilic!/\ s^Mycommiis "~expues//,~\\rj^\u/nu/P;~esjJan 12\-- ri\\\ ✓ f\ p \ t \ \I me/undersi ned Secretar ofsINSURANfFE't(: Mo P Y`On F`NORTH;AMERICs'A do`hereb certi 4hat\ the off nal tnes Rhere ?/,I-h-a f~wh+cM(h^e `foregoing w~ue ad co feci\op i r tlll~rtorce~andleffeel ^ w/ ln~witnes ywhereof ~l%haveshereunto subsenbed/m name~sv s s \~i\u ~`v / ('4K'`uecVa`ry rand,afrlvd~trp'fir\ate~seal\ \`%r`so/~tfiColporailoofhls~g~th\/\////day of^V/Mar ~U/n\\/Njgw8~5~?.\J r ✓/,w/vA//~~iV/~ ~o%\/v,,~~V/v~i•.%~AZ~s~s:~ ~.r~~.~--_.Z~-:=;;:: ;A/ ~es`-iss~9„vm:.lnus.n~\/~V ~ A''/j ~ v% Avj V ✓A.✓155f}4~At,Secteta~~ - - r, ~ r\ rn\ v v n ?PURCHASING DEPARTMENT BID INVITATION City of Denton 901-8 Texas St. Denton, Texas 76201 CITY OF DENTON, TEXAS Date November 20, 1984 BID NUMBER 9372 BID TITLE 69 X 138/13.2 KV TRANSFORMER Sealed bid' proposals will be received until 2:00 p.m. hnNa ry 17 ]989 , at the office of the Purchasing Agent, 901 -B Texas St., Denton, Texas 76201 For additional Information contact JOHN J. MARSHALL, C.P.M. TOM D. SHAW, C.P.M. PURCHASING AGENT ASSIST. PURCHASING AGENT: Office D/FW Metro 817-566-8311 817.267-0042 INSTRUCTIONS TO BIDDERS 1. Sealed bid proposals must be received In duplicate, on this form, prior to opening date and time to be considered. Late proposals will be returned unopened. 2. Bids shall be plainly marked as to the bid number, name of the bid, and bid opening date on the outside of completely sealed envelope, and mailed or delivered to the Purchasing Department, City of Denton, 901-B Texas St., Denton, TX 76201. 3. Any submitted article deviating from the specifications must be identified and have full descriptive data accompanying same, or it will not be considered. 4. All materials are to be quoted FOB Denton, Texas, delivered to the floor of the warehouse, or as otherwise indicated. 5. The City of Denton, Texas reserves the right to accept separate items in a bid unless this right Is denied by the bidder. 6. In case of default after bid acceptance, the City of Denton, Texas may at its option hold the accepted bidder or contractor liable for any and all resultant Increased costs as a penalty for such default. 7. The City of Denton reserves the right to reject any and all bids, to waive all Informalities and require that submitted bids remain In force for a sixty (60) day period after opening or until award is made; whichever comes first. 8. The quantities shown maybe approximate and could vary according to the requirements of the City of Denton throughout the contract period. 9. The Items are to be priced each net. (Packaging or shipping quantities will be considered.) 10. The Purchasing Department assumes responsibility for the correctness and clarity of this bid, and all information and/or questions pertaining to this bid shall be directed to the City of Denton Purchasing Agent. 11. Any attempt to negotiate or give information on the contents of this bid with the City of Denton or its representatives prior to award shall be gounds for disqualifications. 12. The conditions and terms of this bid will be considered when evaluating for award. 13. The City of Denton is exempt from all sales and excise taxes. (Article 20.04-B) Kunlman Corporation Quotation k6-1941-0 1/15/85 `BID NUMBER 9372 BID PROPOSALS Page of ITEM DESCRIPTION DUAN. PRICE AMOUNT 1 Power Transformer: 69 X 138/13.2 KV as per specifications 1 277,130* Sub-Section 2A of Detailed Specifications Evaluated design (see our POB-1766) Alt.l Power Transformer: Similar to item 1 above except with higher losses but to er initial price (see our POA-96) 1 233,242* Alt.2 Power Transformer: Similar to item 1 above except covering a 28 MVA transformer, cooling type FOA with 750C temp, rise similar to our Mobile type units (see our POA-95) 1 274,299* * Above prices do not include short circuit test. Price addition for this test would be $63,000.00 per transformer. U bo TOTALS We quote the above f.o.b. Denton, Texas. Shipment can be made in 210 days from receipt of order. Terms net unless otherwise indicated. In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a reasonable period of time constitues a contract. Bid valid 60 days from bid opening 1/17/85. ' 198 Porter Street Kuhlman r oration Mailing Address Blotter Crystal Springs, Ms. 390591, N.D. Lewis City State Zip Slgnature (601) 892-4661 Vice President, Marketing Telephone Title