Loading...
HomeMy WebLinkAbout1994-009ORDINANCE NO. 9V_-X3- AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND NG A CONTRACT THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES AORISERVICES' PROVIDR 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, eqeuiof ment, supplies or services in accordance with the p state law and City ordinances; and WHEREAS, the City Manager or a designated employee has reviewed and recommended that the herein described bs the services lowest responsible bids for the materials, equipment, supplies as shown in the "Bid Proposals" submitted therefore; and WHEREAS, the City Council has provided in thehe Cite Budof get for mar the appropriation of fundor s to be uservicesfor tapproved and accepted terials, equipment, supplies herein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: red SECTION I. That the numbered items n he follow shown in the bids for materials, equipment, supplies, roved "Bid Proposals" attached hereto, are her accepted and approved as being the lowest responsible bids for such items: BID ITEM AMOUNT NUMBER NO VENDOR 1571 ALL STEWART AND STEVENSON COMPANY $187,500.00 SECTION II. That by the acceptance and approval of the above tted bids, the City accepts the offer of numberedf the submi for agrees the persons submitting the bids , equipment, supplies or services in accordance chase the materialsuantities and for the with the terms, specifications, standards, q 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 e 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 imme- diately upon its passage and approval. PASSED AND APPROVED this &day of , 1994. ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: d APP OVED AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY BY: G%%�/ DATE: JANUARY 18, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1571 - COMPOST GRINDER RECOMMENDATION: We recommend this bid be awarded to Stewart & Stevenson Company in the amount of $187,500.00 for a Diamond Z 836 Compost Grinder, with a John Deere 244 Loader. Stewart & Stevenson Company is the lowest bidder meeting specification and offering an acceptable delivery schedule. SUMMARY: This bid is for the purchase of a large compost grinder intended to grind brush, trees and other wood products into 1 / 2" diameter chips suitable for composting. The delivery schedule of the proposed machine is 5 days after receipt of an order. This was a major portion of our bid evaluation as indicated in the bid solicitation documents. The Public Utility Board considered this bid at their January 11, 1994 meeting. They were presented with the bid evaluation and comparison of the bids as submitted. They concur with this recommendation and unanimously recommend the award to Stewart & Steveson Company. BACKGROUND: Tabulation Sheet and Memorandum prepared for Public Utility Board and submitted by R.E. Nelson, Executive Director of Utilities. : Utility Department, Solid FISCAL IMPACT: Funds for this purchase will come from motorpool replacement funds and be repaid from budget funds over a 60 month time period. 4�es ec�fjtxlly mitt d/r✓//oyd V . Harrell City Manager Approved: Name: Tom D. Shaw,C.P.M. Title: Purchasing Agent 447.agenda ---- --------§ vo=q m B e z § , Q ) § i ` }k, — 7 k§(mL. < 2) om §SzS@ o ® m (0> §% /Ea ,mcn q § i §§ O)m 7 ( 5r m02 m m m c m § � 2 \ E M 1 m U) ) 5 § {�� ( L'I�` ' `§( 0 § �\ § 0> § ;§# m ° °z G§ a )or § _ /) p zt /! m o° rl ) g § m aF. o ;a> o 0 = t� $I -47; < z n § 2n < 3ro k§$ }U) k ({m` { C r 2qo $ &m • =am` = G q -- z 2# § M § DM I, o q oK # 2 \mm 722d °e; ; oS 4 �7m ) c ;MO B Mm §A 0 °g§ § = 0§2 ` § B § § ,_ �b2 _ z §U ( O) o) \f) M4 (nM . o °w U)oo 0 = \- N ( .>N § z, 8 § --- 8 -- m ) ---� �m 22 «gym 7 lz ■p §&z • §�K2> ~.°§ rn�N § § E. G Zgo . 8