Loading...
1995-034AN 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 1714 ALL SHOPPA MATERIAL HANDLING $ 36,193.00 1720 2 VILLAGE FORD $ 13,288.00 1720 2 HUDIBURG CHEV. $ 13,674.00 1720 3 CLASSIC CHEVo $ 28,972.00 1725 1,10 HARCROSS EXHIBIT "A" 1725 2 RHONE POUL CHEM EXHIBIT "A" 1725 3 HCI ADVANCE CHEMICAL EXHIBIT "A" 1725 4,5,6,8 DPC IND EXHIBIT "A" 1725 7 CARCUS CHEMICAL EXHIBIT "A" 1725 9 FE 3 EXHIBIT "A" 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 i~ediately upon its passage and approval. PASSED AND APPROVED this~J~day of ~/~g~ , 1995. ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: ~ APP AS TO LEGAL FORM: MICHAEL A. BUCEK, ACTING CITY ATTORNEY DATE: February 21, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1725 -WATER TREATMENT CHEMICALS RECOMMENDATION: Council approve award of Bid #1725 - Water Treatment Chemicals to the iow bidders meeting specifications in the unit price as shown on Exhibit A. SUM1M_ARY: Bid is for the comparison of prices on chemicals used in water treatment. These chemicals are used by the Water Production, Water Reclamation and the Electric Production Divisions. Based on the approximate annual usage of each item, the total purchases are estimated at $281, 750. 00. Item 11 is not being awarded at this time and is scheduled for rebid. BACKGROUND: Tabulation Sheet, Exhibit A PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Water Production, Water Reclamation, Electric Production. FISCAL IMPACT: Budgeted funds are available in '95 Fiscal Year operating budgets for purchases as needed. City Manager Prepared By: Title: Buyer Approved: Name: Tom D. Shaw,C.P.M. Title: Purchasing Agent 571.AGENDA 0 uJ 'nO ~ ~ - ~ Z ~ 0 Z 0 ~ .~ ~. DATE: FEBRUARY 21, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1720 - FLEET VEHICLES RECOMMENDATION: We recommend this bid be awarded to the lowest bidder as listed below: Item I Utility Vehicle 4 Door No Award Item 2 I Mid-Size 4 Door Village Ford $13,288.00 Item 2 I Mid-Size 4 Door Hudiburg Chev. $13,674.00 Item 3 2 Mid-Size 2 Door Classic Chev. $14~486.00each ~ Units Total Award $55,934.00 S~RY: This bid is for the purchase of four vehicles to be assigned to the Criminal Investigation Division of the Police Department. We have recommended dual award on Item 2 to purchase the lowest bid from two different manufacturers. The intent is to have a non uniform CID fleet. It is the feeling of the Police Department that this diversified fleet will lend itself to a more efficient use of the intended purpose of the vekicles. These units will replace four 1989 vehicles approved in the budget process. The old units will be reviewed by the Fleet Services Department and possibly reassigned to lighter duty application. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Police Criminal Investigation Division, Motor Pool Operations FISCAL IMPACT: These units will be funded from Motor Pool Replacement Funds Account #720-025-0584-9104. e spe.~u~bmit . City Manager Approved: Name: Tom D. Shaw,C.P.M. Title: Purchasing Agent 572 .AGENDA DATE: FEBRUARY 21, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1714 - FORKLIFT RECOMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specifications, Shoppa Material Handling, in the total amount of $36,193.00. SUMMARY: This bid is for the purchase of a forklift to replace a 1973 unit at the Water Production Plant. Five bid proposals were received in response to six bid packages mailed to vendors. The lower price offered by Equipment Depot #2 fails to meet specifications for engine type. Our requirements call for 6 cylinder gasoline; they offer 3 cylinder diesel. BACKGROUND: Tabulation Sheet, Memorandum from Tim Fisher. PROGRAMS~ DEPARTMENTS OR GROUPS AFFECTED: Water Treatment Plant FISCAL IMPACT: This unit will be funded from Motor Pool replacement funds and 1994-95 budget funds for capital expenditures. Motor Pool Account # 720-025-0584-9104 $10,078.00 Water Plant Budget Account #620-081-0460-9104 $26~ 115.00 $36,193.00 · City Manager Prepared By: Title: Senior Buyer Name: T6m D. Shaw, C.P.M. Title: Purchasing Agent 570 .AGENDA DENTON TEXAS CII~ of DENTON, TE¥,,AS WATER PRODUCTION 1701-B SPENCER RD DENTON, TEXAS 76205 (817) 383-7501 MEMORANDUM TO: Tom Shaw Purchasing Department FROM: Alberto Lopez Maintenance Supervisor Water Production Plant DATE: February 15, 1995 SUBJECT: 1995 FORKLIFT PURCHASING I have received the bid information from your Department and noticed several heavy equipment suppliers bid on the same product. I discussed this issue with you and Mr. Jarvis and concur with the specification and application of the bid characteristics. The Iow bid from Equipment Depot Bid #2 does not meet the HP and engine specifications. My recommendation, after discussing this issue with the Plant Manager, Tim Fisher, is the YT6105, Master Craft brand from Shoppa Material Handling Co. The current forklift #000339, or 6065, was purchased on December 12, 1973 and is scheduled for replacement during the 1995 FY due to historical and projected maintenance costs. This unit has been rebuilt in the past and currently would require a $10,000 investment in order to maintain and refurbish the hydraulic and mechanical systems. This unit is used for chemical material handling, such as unloading potassium permanganate and polymer drums. This unit is also utilized to manage transportation of heavy machinery within the Plant and facilities assigned to the Water Production Department. This includes storage tanks, well sites and raw water stations. Due to the costs required to refurbish the old unit, I agree that we should purchase the new equipment according to procedure, (A copy of the bid spread with prices and suppliers and a copy of all the bids is in my office for further reference.) Sincerel~ Alberto Lopez b:\bid-95for2 ,