Loading...
1995-001 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, equipment, 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 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 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 1693 1,2,8A. KARL KLEMENT FORD $ 45,729.00 1693 3,6,7,7A CLASSIC CHEVROLET $100,445.00 1693 4 SAMUALS CHEVROLET $ 22,700.00 1693 5 HUDIBURG $ 29,174.00 1693 9 PRESTIGE FORD $ 15,744.00 1693 10 HENDRICKS GMC $ 14,549.00 1694 ALL VILLAGE FORD $ 49,339.00 1698 ALL CONLEY LOTT NICHOLS $ 42,380.00 1699 ALL R & D CONTRACTING $ 15,000.00 1702 ALL ZIMMERER KUBOTA OF DENTON $ 59,941.00 1703 ALL WITCH EQUIPMENT COMPANY $ 20,437.21 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 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 a~roval.~ PASSED AND APPROVED this ~&~'/'~day of~' , 1995. ATTEST: JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM: MICHAEL A. BUCEK, ACTING CITY ATTORNEY DATE: JANUARY 3, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1693 - FLEET VEHICLES RECOMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specifications for each item as listed. ITEM DESCRIPTION VENDOR QTY PRICE 1. 1/2TON SWB P/U KARL KLEMENT FORD 1 EA $12,081.00 2. 1/2TON LWB P/U KARL KLEMENT FORD 1 EA $12,815.00 3. 3/4TON LWB P/U CLASSIC CHEVROLET 3 EA $42,285.00 4. 3/4TON 4X4 P/U SAMUALS CHEVROLET 1 EA $22,700.00 5. 1TON CAB/CHASSIS HUDIBURG CHEVROLET 2 EA $29,174.00 6. 1TON CAB/CHASSIS CLASSIC CHEVROLET 1 EA $19,928.00 7. 1TON CAB/CHASSIS CLASSIC CHEVROLET I EA $18,162.00 7A. 1TON CAB/CHASSIS CLASSIC CHEVROLET 1 EA $20,070.00 8. 12 PASSENGER VAN NO AWARD SA. 15 PASSENGER VAN KARL KLEMENT FORD I EA $20,833.00 9. 7 PASSENGER MINIVAN PRESTIGE FORD I EA $15,744.00 10. CARGO MINIVAN HENDRICKS GMC 1 EA $14~549.00 TOTAL AWARD 14 $228,341.00 SUMMARY: This bid is for purchase of fourteen (14) assorted fleet vehicles. The units will be assigned to Water/Waste Water Engineering, Engineering, Parks, Solid Waste, Facilities Management, Water/Sewer Field Services, Waste Water Treatment, Utility Administration, and Electric Distribution. Each vehicle is a motorpool replacement (9) or fleet addition (4) approved during the budget process. Each vehicle being replaced will be reviewed by Fleet Services to determine if reassignment to lighter duty or disposal at public auction is the best option. The lesser price offered on item 10 by Village Ford and Hudiburg Chevrolet are for full size vehicles and not applicable to our intended use. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED- Fleet Services and the various department or divisions receiving new vehicles. FISCAL II, PACT: These fourteen vehicles wili be funded from Motor Pool Vehicle Replacement funds or approved budget expenditures. CITY COUNCIL REPORT JANUARY 3, 1995 PAGE 2 OF 2 City Manager Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 555.AGENDA DATE: January 3, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1694 12 YARD DUMP TRUCK RECOMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specifications; Village Ford in the amount of $49,339.00. SUMMARY: This bid is for the purchase of a 12 cubic yard dump truck assigned to the Electric Distribution Division. It is a replacement vehicle for a 1984 6 yard dump truck. The old unit will be assigned to lighter duty operations in the motor pool. BACKGROUND: Tabulation Sheet PROGRAMS~ DEPARTMENTS OR GROUPS AFFECTED: Motor Pool Operations and Electric Distribution Divisions. FISCAL IMPACT: Funds for this unit will come from 1994-95 budget funds; account number 610-103-1031-4260-8611. Budgeted amount is $52.000.00. Rj~pectfully submitted Approved: Name: To~D. Shaw, C.P.M. Title: Purchasing Agent 557 .AGENDA DATE: JANUARY 3, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1698 - VIBRATORY ROLLER RECOMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specification; Conley Lott Nichols in the amount of $42,380.00. SUMMARY: This bid is for the purchase of a Vibratory Roller with an operating weight of 8000 lbs. It is a self propelled double drum design intended for compaction of flexible pavements as well as road base material. The unit will be assigned to the Street Maintenance and Construction Division. The lower price offered by Case Power failed to meet specifications in all major categories such as horsepower, weight, drum diameter, etc. The new unit replaces a 1985 model roller already taken out of service and destined to be sold at auction. BACKGROUND: Tabulation sheet. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Motor Pool Operations and Street Maintenance Division. FISCAL IMPACT: This unit will be funded from internal motor pool lease funds; account number 720-025-0584-9104. City Manager Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent DATE: JANUARY 3, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1699 - FLEET WASHING SERVICE RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, R & D Contracting in the amount indicated on the tabulation sheet. Estimated annual expenditure is $15,000.00. SIJMMARY: This bid is for the on-site washing of various fleet vehicles. Vehicles are washed on Friday afternoons on an as needed basis. The quantity will vary from week to week. The primary users of the service are the Water/Sewer Field Service Division and Electric Distribution Division. The service will be available to all other divisions on a per unit basis. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED : Water/Sewer Field Services, Electric Distribution and other fleet vehicle operators. FISCAL IMPACT: Funds for this service will come from 1994-95 budget funds for fleet maintenance from the various using departments. /~ypectfully submitted :. Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 5 5 8. AGENDA Z ~ 0 0 0 0 0 0 0 0 0 0 0 0 ~ ~ 0 0 0 0 0 ~ 0 0 0 0 0 o §§8oooooooo o o = ~o -~,- ~ ~ ~ ~ - ~ ~ Z 0 ~ z z DATE: JANUARY 3, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1702 - TRACTOR WITH SIDE BOOM MOWER RECOMMENDATION: We recommend this bid be awarded to Zimmerer Kubota of Denton in the total amount of $59,941.00. S[2,1MARY: This bid is for the purchase of an eighty five horsepower tractor with mounted side boom mower. The total bid price also includes an optional boom tip ditcher, a 15' flex-wing rotary mower and the optional enclosed cab with air conditioner. (See tabulation sheet for price breakdown). This is a fleet addition for the Drainage Department. BACKGROUND: Tabulation Sheet PROGRAMS~ DEPARTMENTS OR GROUPS AFFECTED: Drainage Department FISCAL IMPACT: This unit and optional equipment will be funded from internal motor pool lease funds, and repaid over a 36 month time period. Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 559 .A~ENDA DATE: JANUARY 3, 1995 CITY COUNCIL R~X~ORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1703 - TRENCHER AND TRAILER RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Witch Equipment Company in the amount of $20,437.21 for the combination trencher and trailer. SUMMARY: This bid is for the purchase of a 35 horsepower trencher, capable of digging a 60" deep trench 6" wide and a transport trailer designed to haul the trencher. The unit is a fleet addition for the Electric Distribution Division and will be assigned to the underground distribution group. BACKGROUND: Tabulation Sheet PROGRAMS ~ DEPARTMENTS OR GROUPS AFFECTED: Electric Distribution Division FISCAL IMPACT: This unit will be funded from 1994-95 budget funds allocated for this specific type equipment during the budget process. /~espectfully ~ubmitte~k -~/~-L~lo~d lT. ~Iarrell/ City Manager Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 560 .AGENDA