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