Loading...
2002-069ORDNANCE No. AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING AN ANNUAL CONTRACT FOR THE PURCHASE OF WATER TREATMENT CHEMICALS; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND PROVD1NG AN EFFECTIVE DATE (BID 2793 - WATER TREATMENT CHEMICALS AWARDED TO THE LOW'EST RESPONSIBLE BIDDER IN THE TOTAL ESTIMATED AMOUNT OF $650,000). WHEREAS, the City has solicited, received and tabulated competitive 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 therefore; 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 Purchasing Agent, are hereby accepted and approved as being the lowest responsible bids for such items: BID ITEM VENDOR AMOUNT 2793 1,8 DPC Industries Exhibit "A" 2793 4,5 Harcros Chemicals, Inc. Exhibit "A" 2793 6 Altivia Exhibit "A" 2793 7 Cams Chemical Co. Exhibit "A" 2793 2 Southwest Chemical Services, Inc. Exhibit "A" 2793 9 Polydyne, Inc. Exhibit "A" 2793 3 FINI Enterprises, Inc. Exhibit "A" 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 mater/als, 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 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 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. ,2002. EULINE BROCK, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM: 2B79Y3:- SUPPL~-~ OS~DINANCE-2002 Exhibit A Item # Chemical Vendor Unit NSF-60 Price Cost Certified Period 1 Chlorine 0.10925 1 Ton DPC lb Yes 12 218.50/T Months on 2 Chlorine Southwes 0.40/lb 150# t 800/Ton Yes 12 Cylinder Chemical Months 3 Liquid FINI 0.046/lb Ferric Enterpri 92/ Ton Yes 12 Sulfate ses Months 4 Sulfur Harcross 0.2245/1 Dioxide b Yes 12 449/Ton Months 5 Flurosilici¢ Harcross 0.0715/1 Acid b Yes 12 143/Ton Months 6 50% Caustic 0.1057/1 (DiaphragmG Altivia b Yes 12 rade) 211.40/T Months on 7 Potassium 1.299/lb Permanganat CARUS 2598/Ton Yes 12 e Months 8 Anhydrous 0.37/lb Ammonia DPC 740/Ton Yes 12 Months 9 Polymer Polydyne 0.38/lb INC. 760/Ton Yes 12 Months