Loading...
HomeMy WebLinkAbout1990-0592651L-1/3689 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; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION I. That the numbered items in bids for materials, equipment, supplies, or "Bid Proposals" on file in the Office of Agent filed according to the bid number hereby accepted and approved as being the for such items: BID NUMBER 1081 1089 1092 ITEM NO. All 1 2 3 4 5 6 7 8 9 10 1 2 3 4 5 VENDOR the following numbered services, shown in the the City's Purchasing assigned thereto, are lowest responsible bids Davis Truck and Equipment Wesco Wesco Poleline Poleline Priester Temple Temple Priester Wesco Wesco Karl Klement Dodge Karl Klement Dodge Dave Krause Dodge Bill Utter Ford Bill Utter Ford AMOUNT 74,187.00 .778 per foot .624 per foot .971 per foot ,1.431 per foot �2.946 per foot 19.49 each 19.49 each 11.75 each 17.75 each 27.00 each 9,927.00 12,538.00 ;31,605.45 47,240.00 ;14,348.00 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 accor- dance 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 accep- tance, 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 /JY,'``fday of , 1990. L"�_ RAY STINPICENS, PAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY BY:- I, APPROVED AS TO LEGAL FORM: DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY BY. �� DATE: APRIL 17, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1081 - SIDE LOADING REFUSE TRUCK RECOMMENDATION:We recommend this bid for a packer body and truck chassis be awarded to the lowest bidder meeting the intent of the specification, Davis Truck and Equipment, in the amount of $74,187.00, with delivery in 120 days. SUMMARY: This bid is for the purchase of a replacement side loading commercial refuse truck no longer economical to repair. The truck will be used by the Solid Waste Division for collection of commercial refuse. This unit is the round barrel type truck designed to lift and dump the green containers. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Fleet Operations and Solid Waste Department, Commercial Division. FISCAL IMPACT: This is a motor pool replacement and will be funded as a portion of the Certificate of Obligation sale for the purchase of fleet equipment. Resp]zt1-'1WjW ysubmitted: Llo VVF Harrell City Manager Ap roved Name: Tom 6. Shaw, C.P.M. Title: Purchasing Agent 028.DOC In In I=; t=I w W rl I I rl In In In -41 N) 1- rrJ 1 r1l rrl I -1 In in .-I 17l .... .... ... T. In rr w iJI 1 Rl i -4 Sr In 1-- ro IM' I ZC =1 # ixx ril In 173 -4 129 IS IS) ISJ M:J In In I'm N3 J'a f I I ml I .-I I al M-1 I-- .-I m I t I ml Im I In a) Sr 1= Y.-4 -1 In VSY iW In Im 1w N) In In :xl I Im ,-n fn M In I M, ml M, m w ISO IM DATE: APRIL 17, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1089 - WIRE, CABLE, AND CONNECTORS RECOMMENDATION: We recommend this bid be awarded to the lowest bidders meeting specification as follows: Item 1 Wesco at .778 per foot Item 2 Wesco at .624 per foot Item 3 Poleline at .971 per foot Item 4 Poleline at 1.431 per foot Item 5 Priester at 2.946 per foot Item 6 Temple at 19.49 each Item 7 Temple at 19.49 each Item 8 Priester at 11.75 each Item 9 Wesco at 17.75 each Item 10 Wesco at 27.00 each SUMMARY: This bid is for wire, cable, and connectors to replace warehouse stock for Electric Distribution. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Warehouse inventory for Electric Distribution. FISCAL IMPACT: Warehouse Working Capital Account #710-043-0582-8708 Respectfully sahmitted: U L1 yd Harrell City .anager -N&Prepared By: Name: Denise Manning Title: Buyer Ap�p'Vov_ed Name: Toffi D. Shaw, C.P.M. Title: Purchasing Agent 028.DOC 1 1771 C3 111 At lit Im Im, r.Jl M3 :m m I --1 1 -4 Sa =IC U) IJ3 m m 113 L,4 V-1 I I IXF III 171 =I -1 W I At -91 X. I -I I I=tI Mi --4 111 :La I I=, I M, tZi 1- m :tC, I tl> 17) 1 45 w I I A. :Al I I M CJ 1,J i-j A. 1 1.7 t=, I C) I") W W I I 0' -4) 1i4 1-4 1 1 'Tl Sa A- IMI M3 IM IS, 5- a3 ai I m I m A - hi bi w 6 a -a) I I G. I<tA M of sso Q* A� I o I A. t� 1`0 ltM 1.Mr I I-r<MMI IM I . m w MI VJl IX] A, f IIS .. .M. Sa jI AD .-`0 �lK) Cr -j I m 1,13 . . . . . . . . . . IMI � '-4 a) � MI Ul Un M ril M; 1 I At ul I At 1 1— lznI 1 I 11, mi W I= MI SI I I I I MI m IM V) m U3 1 1 mf.l cr. "I I I to At I M" .-I rJt QI Ltl I'^f} .ij IS, M; I I C14 114 0� 14 1 IM ISI 1i4 1,13 -1 1 1 1 mma) DATE: APRIL 17, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1092 - PICKUPS AND TRUCKS RECOMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specifications for each item. 1. One 1/2 Ton Pickup 2. One 1/2 Ton Pickup 4WD 3. Three 3/4 Ton Pick- up 4. Four 1 Ton Cab/ Chassis 5. One 1 Ton Crew Cab Karl Klement Dodge $ 9,927.00 $ 9,927.00 Karl Klement Dodge $12,538.00 $12,538.00 Dave Krause Dodge $10,535.15 $31,605.45 Bill Utter Ford $11,810.00 $47,240.00 Bill Utter Ford $13,678.00 $14,348.00 TOTAL BID AWARD $115,658.45 SUMMARY: This bid is for the purchase of 1/2 ton, 3/4 ton, and 1 ton trucks. These are motor pool replacements for the Electric Utility, Water/Wastewater Utility, and Street Department. The one ton crew cab is a fleet addition for Water/Wastewater Engineering. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Various using departments and Fleet Operations. FISCAL IMPACT: Funds for these units will be taken from a combination of Motor Pool Replacement Funds and 1989-90 budget funds. Motor Pool #720-004-0020-8707 $ 73,322.00 Budget Funds 1989-90 42,336.45 $115,658.45 Respect ly submitted: ]�f v111(4x1'1aet1/ Lloyd . Harrell City Manager Ap r ve Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 028.DOC a) rsr "I I m I III I U) I "I 1 —1 1 I-, a) rsrI I=I un rn 1`0 ILII vJ M I I= 17) ril M m m Im 'W I = Ul M3 YJl 1-4 :xl III IT COYJ} Im Im M, a, I 1 —1 "MI M2 I MS -43 IT Ix] IJl In M) Im K3 a) 1 —1 111 M2 I I mi I m I M M I=t IS, I I Iz=I ev Gj m I 1�4 I M2 IMI I 1 —1 IM, M;I m M t-0 ml I=` III ho r-4 Cl U3 IS, ILI a) rJ1