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