Loading...
HomeMy WebLinkAbout1994-030ALL0001F ORDINANCE NO. AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES; PROVID- ING 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 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 ma- terials, 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 1580 ALL METRO FORD $ 99,990.00 1584 ALL ADVANCED WASTE SYSTEM SEE EXHIBIT "A" 1585 1,2,4,5 KARL KLEMENT FORD $ 96,788.00 1585 3 VILLAGE FORD $ 38,073.00 1585 6 HUDIBURG CHEVROLET $ 16,065.00 1585 7 WOODS GMC $ 58,636.60 1585 ALL BROOKS PRODUCTS SEE EXHIBIT "B" 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 pur- chase 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 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. PASSED AND APPROVED this - day of , 1994. ATTEST: JENNIFER WALTERS, CITY SECRETARY BY. IN APPROVED AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY BY: BID # 1584 BID NAME REFUSE CONTAINERS OPEN DATE FEBRUARY 1, 1994 ADVANCED WASTE SYSTEMS # QUANTITY DESCHIPTI N' VEND R FRONT LOAD CONTAINERS 1. 5 EA 3 CUBIC YARD $253.00 2. 5 EA 4 CUBIC YARD $305.00 3. 20 EA 6 CUBIC YARD $410.00 4. 30 EA 8 CUBIC YARD $479.00 SIDE LOAD CONTAINERS 5. 10 EA 2 CUBIC YARD $195.00 6. 10 EA 3 CUBIC YARD $220.00 7. 20 EA 4 CUBIC YARD $261.00 DELIVERY 7 days EXHIBIT "A" BID # 1589 BID NAME PRECAST MANHOLES,NECKS & SWITCHGEAR PADS OPEN DATE FEBRUARY 17, 1994 BROOKS PRODUCTS # (STY DESCRIPTION VENDOR 1. 20 EA PRECAST 7'X7'X7' MAHOLE $2,680.00 WITH RING COVER, LADDER, AND NECK 2. 17 EA NECK EXTENSION-36" I.D. X $60.00 12" HIGH, 6" THICKNESS WITH STEP PROVISION 3. 30 EA PRECAST SWITCHGEAR PAD $380.00 UNIT PRICE MAY BE HELD FIRM FOR ONE YEAR, FOR ADDITIONAL UNIT PURCHASES BY THE CITY OF DENTON ON AN AS NEEDED BASIS. YES / NO YES DELIVERY 10 DAYS EXHIBIT "B" DATE: MARCH 1, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID #1580 - 12 CUBIC YARD DUMP TRUCK RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Metro Ford in the amount of $49,995.00 per unit. Total bid award for two units is $99,990.00. SUMMARY: This bid is for the purchase of two 12 cubic yard dump trucks. One will be assigned to the Waste Water Treatment Plant as a fleet addition and the second will be assigned to the Street Department. The second unit is a motorpool replacement for a 1981 model 12 yard dump truck. This truck is being reconditioned and be designed to eliminate the dump bed and install a water tank. It will then be reassigned to the Street Department and utilize as a Water Truck for Street Construction. The water truck application is a lighter duty assignment and fully utilizes the old truck in a needed capacity. BACKGROUND: Tabulation Sheet. Fleet Services, Waste Water FISCAL IMPACT: The unit for Waste Water Treatment will be funded from 1993-94 budget account 625-082-0470-9104. The Street Department unit will be funded from Motorpool Replacement funds account #724-025-MTPL-9104 for $2,995.00 and Certificate of Obligation funds Account #724-025-CO94-9104 for $47,000.00. pectf lly 1 nitted: oyd V . Harrell City Manager Approved: Name: Tom D. Shaw,C.P.M. Title: Purchasing Agent 460.A0ENDA .... . ..�.t m0 § m 2 \ m G � ], ) �� o wm § , w = § �° )k �* k� k ` o @ k) �� mm kk q § k M� §§ § %j ¢ ) k ) )§ 2 ; Q © (A$ mI ,_ \0 3 § 2 §) § Ul ]! m ° �§ ; 7 ); . to co ) k\ \j \ /0 10 o ° m s m B e - �---.....��...�.. wg m-0 §�\ \ e 5 t;eGo U§ ) n§o o f )$ : ]§ §o °0 « m § )2 §\0 \\ /� `° \ \ /k 0m 2m® f. ƒ.. /- rq .3 .. . .. -- — — m) ` 2 1 \k § \\ 0 k 3m o\ B m b§ 0 ® k a 2 ) 2\ §2 3 \) ` k k G ( f TO: FROM: SUBJECT CITY COUNCIL REPORT Mayor and Members of the City Council Lloyd V. Harrell, City Manager BID # 1584 - REFUSE CONTAINERS DATE: MARCH 1, 1994 RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Advanced Waste Systems for each item as listed, with prices held firm for 12 months. 1. Front Load Containers A. 3 Cubic Yard at $253 each B. 4 Cubic Yard at $305 each C . 6 Cubic Yard at $410 each D. 8 Cubic Yard at $479 each 2. Side Load Containers A. 2 Cubic Yard at $195 each B. 3 Cubic Yard at $220 each C. 4 Cubic Yard at $261 each Total annual estimated annual expenditure $50,000.00. SUMMARY: This bid is for the annual contract to supply refuse containers for the Commercial Solid Waste Division. These containers will be utilized for replacement of damaged containers or to fill the request of new customers. Containers will be purchased as needed. BACKGROUND: Tabulation Sheet. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Commercial Solid Waste FISCAL IMPACT: $50,000 has been set aside in the 1994 Certificate of Obligation Sales for Commercial Refuse Equipment, Account Number 724-025-CO94-9104 with the balance of $1,189,765.00. ecly s /itted: Loyd V . Harrell City Manager A— proved: Name: Tom D.Shaw,C.P.M. Title: Purchasing Agent 458.DOC V 0 0 A W N Nm mi " Wmm Nmm 0mm Wmm D D D D D D D N v p O m Z O r m c c cD c c c cD r W W W0 W W W Wv < Q n nn n A Q (fin o a oa v v v oa Z z m m f0 w rn w w < N 0 V y O 0 O V p, y (fl EA O Gi p O O o ~r'W i G �mo W W N i YMz m W N�'ZN W (0 O O m O O O O O W 0 < O O 01 y O O G O O O T UOi J J 0 0 0 0 A O fNit 0 o 0 w 0 O O O O 0 O O N O O b ,t00 o o o O O O O 1 CL ¢0 W N N W W W W W N 03 o o0 T me Zic D a v mNZ Nmm v D m J 0 T v@ R v 7 2 2 o / z z @ o o §§°° i c c § § § § q ® m _ m E5 § \ _ m z % "n § a e �r » A w/ / § c / CD ( j (k § § ( §\ k ( 0 « B B Bn n n B 60 z m o / / 02 a a / �j i / Z § \ k ® $ \ § $@ j # 2 # $ 8 # 'CO 2 2 o@ § # k§ co % ) k t \ b# DATE: MARCH 1, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1585 - FLEET VEHICLES RECOMMENDATION: We recommend this bid be awarded to the lowest bidder for each item as indicated: Item 1 4 EA 1/2 TN SWB Pickup Item 2 2 EA 1/2 TN LWB Pickup Item 3 3 EA 3/4 TN LWB Pickup Item 4 1 EA 1 TN Truck Cab/Chassis Item 5 1 EA 1 TN Truck Cab/Chassis 15,000 GVW, Diesel Item 6 1 EA 1 TN Truck Cab/Chassis 15,000 GVW, Gasoline Item 7 2 EA 28,000 GVW Cab/Chassis Total bid award is $209,562.60 Karl Klement Ford $10,315.00 Karl Klement Ford $11,866.00 Village Ford $12,691.00 Karl Klement Ford $14,758.00 Karl Klement Ford $17,038.00 Hudiburg Chevrolet $16,065.00 Woods GMC $29,318.30 SUMMARY: This bid is for the purchase of a series of Fleet Vehicles for motorpool replacement additions to the Motorpool Fleet. Each of these vehicles was approved during the 1993-94 budget process. Units will be assigned to Electric Metering and Substations, Building Inspection, Engineering, Fleet Services, Solid Waste, Parks and Street Departments. BACKGROUND: Tabulation Sheet. OR GROUPS AFFECTED: Motorpool Operations, ties and the various Departments of the City listed in the summary above. FISCAL IMPACT: These units will be funded by a combination of Motorpool Replacement Funds and Certificate of Obligation Funds and 1993-94 budget funds. Motorpool 724-025-MTPL-9104 $186,595.60 Certificate of Obligation $ 12,185.00 Budget $ 10,782.00 TOTAL $209,562.60 CITY COUNCIL REPORT MARCH 1, 1994 PAGE 2 OF 2 pectfully milled* Ioyd arrell City Manager Approved: Name: Tom Shaw, C.P.M. Title: Purchasing Agent 459.AGENNA V OI N A W N i O S v o -- m — D D m > m •i O 00 O N N In �C On WZ °� OZ +n2 Z A �O �Z m m ox OO S �°c 0 0 p my ,i m° D W 7C M T On T o Z ma rmx mn N mSC W T 0JC 1 S J co mcn m W •n DW n n c m� mN r m N MN yD FnD D r° Z O A N N mN N 0 N r (A fN _ A N tr (0 i9 N A �► N C 03 p r OOr D o0 00 0o w (Ni( � :p 0� N � (0 N m D m S O V N W N O G)�0 D(WJM (00 N rn (Nii V N oo W N z O O C N N N N O O O �S O O O O Ul �+ A � y► 4 i► m - r 0 W W V N N i eD C w m �p� rn 0)c� � w i Ul CA rOm N O O O C O O m�^_ N Ei Ei N FA V E1 W ti W �► +C p 'S � C_ (0 0) ZMOO> O D 00 Ul CO N (0 (°0 01 ONE A N N N A C1 8ZNpN N N O -+ 01 N W f0 N V V t0 O Z N W N W N O j�1DCj D( W NN 0 i V W W rm(0= N � m (0 J (VT 0) V 0) fJi A W N •+ O W m o 0 z zD N i i i W N A m m 00 N i N m1 Nm ooD n -�Z Z o"{ OZ �� Z CO �O `zz v m v 0 Doc �c 7�0 c .� xz x 0 c m m n D n n �,x n p z mT �v m-° �� n D aysy m i o m WOA r— D °a D T 0 A We i x v, x n gx zoom �w co N� N:° 4 mix m0 mx i r o mN DN ox mN x Z Ox (mn A rN U) m cn cDn N v -� U) rN cn co rn w i s zn0m� z W V w A � o°�iCA) �mMr0 m ao a rn cn c Z 0 o O 00 O O O to e► -- Ea -- �► ba to = cn m m D D N Z W O i V UI f71 fT W O N CA) V „' C r m r m O O M O f0 i 0 _NZ Dom O O O O O O J p Ozm W qz 'Q 0Dc o m m 0 0 z 4 �a TO FROM: SUBJECT: DATE: MARCH 1, 1994 CITY COUNCIL REPORT Mayor and Members of the City Council Lloyd V . Harrell, City Manager BID # 1589 - PRECAST MANHOLES, NECKS AND SWITCHGEAR PADS RECOMMENDATION: We recommend this bid be awarded to the low bidder Brooks Products, with unit prices listed as follows: 7' Manhole $2,680.00 each 36" Neck Extension $ 60.00 each Switchgear Pad $ 380.00 each With an annual estimated expenditure of $132,700.00. SUMMARY: This bid is for an annual contract for the purchase of precast concrete manholes, necks and pads. These items will be listed by the Electric Distribution Department in installation of the underground distribution system. Manholes, necks and pads will be Warehouse Inventory and be on hand for the Electric Department as their need arises. Two bid proposals were received in response to two bid packages mailed. BACKGROUND: Tabulation Sheet. nunr_uAMG_ DEPARTMENTS OR . Warehouse Inventory, FISCAL IMPACT: Budgeted Funds for 1994 Warehouse Working Capital -with a balance of $94,987.93. speVHarrell lly mitt jl loy City Manager Prepared By: Name: Denise Harpool Title: Senior Buyer Approved: �� Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 462.AGENDA 0 { k § v o § § � o z m21 m *�o -I\ k\$-n; § i= m> ) \§§ 2 M"m k\� \\§§i 0 ��§ §2j cm «« _ §Q)§= 0 <01 k-r �zomz 2 §)9 �> ®)i3P > 2)( kR 4z\=° 0 x 2r k cn § / (1 ° k 8 @ o f _ k § / 0 ° k 8 8 c z § § K w m m 2 "�\ ))� §?z "kj �>) 4�\ @ 0 m0 mI \0 9�