HomeMy WebLinkAbout1994-079ORDINANCE NO. 9L079_
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
1609
ALL
STEWART AND STEVENSON
$138,500.00
1619
ALL
SOUTHWEST SPACE SAVERS INC.
$ 69,500.00
1621
1
POLELINE
$1.49 PER FT
1621
2
TEMPLE
$1.09 PER FT
1621
3
POLELINE
$3.40 PER FT
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 imme-
diately upon its passage and pal.
PASSED AND APPROVED this day of , 1994.
DEBRA A. DRAYOVITCH, CITY ATTORNEY
BY:
DATE: MAY 3, 1994
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID #1609 - WINDROW COMPOST TURNER
RECOMMENDATION: We recommend this bid be awarded to the lowest bidder
meeting specifications for 16' capacity machine, Stewart and Stevenson in the amount
of $138,500.00.
SUMMARY: This bid is for the purchase of a 16' self propelled straddle type
windrow compost turner. It will be utilized by the Waste Water Treatment Plant to
turn or mix the products from the woodchipper at the Landfill with sludge from the
Waste Water Plant. This turning or mixing expedites the composting process.
Both the 14' capacity and the 16' capacity machines were bid. A determination was
made that the 16' unit was best suited for our operation due to horsepower, capacity
and type of material being utilized in the composting process.
The Public Utility Board has reviewed these bids and recommend the purchase of the
16' machine.
BACKGROUND: Tabulation Sheet.
DEPARTMENTS OR
program.
FISCAL IMPACT: Purchase will
Our estimated cost of this unit v
within the bond estimate limits.
Approved:
Name: Tom D. Shaw,C.P.M.
Title: Purchasing Agent
485.AOENDA
: Waste Water Treatment Plant
come from Water Waste Water Utility Bond funds.
as $150,000.00. The actual price $138,500.00 is
Respydctf sub d:
Lloyd V . Harr 1
City Manager
'
f
_
\
M o
5
z I
`
§ 3
7
,
¥ m
\
m
[
z
§
z
2
2
\
z
> §
$
0*
0*o
0>*
§0
0
mn_0
,
m
zo
ME
zo
m�
\
7 z■
2
°�
��
a
��C/)
§
E
\
§
0
)
$
(
§
§
$
f
�
§
§
\
z 0
§
/
z
=oz
>
%
r
(�)
k
8
%
C
«
c�
7
7
§
\
k
§
b
O
km
@
§
§
2,
_
2
0
0
0
§
v
7
�k�
CA$
o
=
0
C0
5�
\�
°
�k�
)
b
m
\
M�
_
DATE: MAY 3, 1994
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID # 1619 - FILE STORAGE SYSTEM
RECOMMENDATION: We recommend this bid be awarded to the only bidder,
Southwest Space Savers Inc. in the amount of $69,500.00.
SUMMARY: This bid is for the purchase of a archive and primary record storage
system for $39, 200.00 and a property and evidence storage system for $30, 300.00 to
be installed at the DMC-Police Department. These storage systems consist of a
series of specialized shelving mounted on tracks. This system allows for full
utilization of the shelving with only one isle space required. The shelves roll
together for security and roll apart for access.
This system is very cost effective when compared to the cost of secured building
space requiring access isles between shelves.
The estimated expenditure for these two systems was $73,500.00.
BACKGROUND: Tabulation Sheet
Five possible vendors were solicited only one supplier responded.
PROGRAMS. DEPAR
Police Department and
FISCAL IMPACT: Funds for the purchase of these storage systems will be taken
from DMC Funds allocated for Police Furniture Equipment and Built-ins. Account
Number #450-032-DMC1-9336-9101.
Yespectfull ibmitte
Lloyd V . arrell
City Manager
Approved: (�
Name: Tom D. Shaw,C.P.M.
Title: Purchasing Agent
486.AOENDA
� �
$ � �
0
cn 0 cn
1-0 --1 M
0 m 0
m m =
> >
m m —
m M m m
■Z ■m
0 0
m 0
m
a
\
k
(n rj)
o
�>c
0-4
.j M x
0
0
m
omm
cn
m
DATE: MAY 3, 1994
CITY COUNCIL REPORT
TO: Mayor and Members of the City Council
FROM: Lloyd V. Harrell, City Manager
SUBJECT: BID #1621 - UNDERGROUND CABLE #2 AND 4/0
RECOMMENDATION: We recommend this bid be awarded to the low bidder for each
item as follows:
1. 4/0 Cable Poleline $1.49 per foot
2. #2 Cable Temple $1.09 per foot
3. #2 3PH Triplex Poleline $3.40 per foot
With an annual estimated expense of $76,000.00.
SUMMARY: This bid is for an annual price for the purchase of #2 & 4/0
underground cable, for use by the Electric Distribution division in underground
construction. This cable is to replace warehouse inventory stock. The tie in price
for item #2 between Temple and Poleline was decided by the better delivery offered
by Temple.
Eight bid proposals were received in response to nine bid packages mailed to
vendors.
BACKGROUND: Tabulation Sheet
Warehouse, Electric
FISCAL IMPACT: Budgeted funds for 1994 Warehouse Working Capital Account
Number #710-043-0582-8708 with a balance of $150,320.08.
espectful y ubmitte
Lloyd V. Harre
City Manager
Prepared:
1/�J.J
Name: Denise Harpo 1
Title: Senior Buyer
A roved�•��
Name: Tom D. Shaw,C.P.M.
Title: Purchasing Agent
489.AOENDA
¥
M
<
_
o
m
z
=
5
z
»
03
5
z
c
op 7 0 §
�k2k
k
0
2
\
m
§
_
7
\
M
%
m
� § a a
> m
r
-0Z
§
§
komm
«
r
Q
R
n
.2»
\
\
k
$
:
c
\r.�
c
\
J
G
§
m
� m
c
c#
q
A§
0§
0
/
k
10
$
O
n r
B
\
m
2
G
�M0wgo
cF)��
\k/
m
r-
�I�)o
E
k
§
k
k
B
2ƒ
m
m
2
2M
/
f
m
�
o
d
n
r- 0
2
m
g
c
mk■°m
oo
[
a
°
O
$
z
^
mo
j
§
� �
c
w
CA)k
w
0
m
Z
co
z
OF Um u
n0oo
4om0
0
0
o
>
Q
M
m
7
m
§
(4 0 0
> > 0>
C
>
Z
0,003
zmr-
>m
co
r-
m
03
r-
m
>
>
C)
M
(1) "
om§
§
M
M
\
z
<
m
c
M
>
r-
>
r,
i
\
0
m
m
MO.q
c
CD
>
m
m
c
c
m
0 0
-00(
m
MOMI co 0 0
CO
>
r
> cn G) m m 0
ZO MMG) Ul m
-1 m 0 m
(nom z Ol
m r 0
M
-j o 0 m
Cl)
Cl)
10
M
ma-n
ozc
m
k f
m
2 m
iD
) R3
m
0 M
11 M
M
ki
MMN)ll
U) lu
T
z
CID N) * 0 0
mom�*
0 z -n
Ozo
0
;(JK) x
m
0
ch m
W co
0