Loading...
1995-246 ORDINANCE NO. ~--~q~ 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 1813 ALL HEMPHILL BUS SALES $197,180.00 1830 ALL POWELL APPARATUS SERVICE $ 71,410.00 DIVISION 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 approval. PASSED AND APPROVED this 5~day of ~--~-~_~-~, 1995. JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM: HERBERT L. PROUTY, CITY ATTORNEY DATE: DECEMBER 5, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Rick Svehla, Acting City Manager SUBJECT: BID # 1813 - TRANSIT BUSES RECOMMENDATION: We recommend this bid be awarded to Hemphill Bus Sales in the amount of $197,180.00 for one demo transit bus and one new transit bus. S~RY: This bid is for the purchase of two 28-29 passenger transit buses. The units will be owned by the City of Denton and operated under contract with SPAN, Inc. The vehicles will replace existing units currently being operated by SPAN under terms and conditions of the City of Denton/SPAN contract. Bid documents were prepared to allow us to take advantage of demo buses available and meeting the intent of our specifications. Bid specifications were mailed to nineteen prospective suppliers. These buses have a capacity of 29 ambulatory passengers or 22 ambulatory passengers and two or three wheel chair positions. SPAN staff members have reviewed the bids and concur with our recommendation. The demo bus is fully loaded and includes full factory new vehicle warranty and is immediately available. The new bus recommended price includes all optional equipment as listed on the tabulation sheet. BACKGROUND: Tabulation Sheet PROGRAMS~ DEPARTMENTS OR GROUPS AFFECTED: SPAN Riders, Citizens of Denton Public Transportation. FISCAL IMPACT: Funding for these units is from a combination of Federal Transit Authority Grant, State of Texas Department of Transportation Grant and Local match CDBG Funds FTA 80% $157,744.00 TEXAS DOT 13% $ 25,633.40 LOCAL CDBG $13~800.60 $197,178.00 Acting City Manager Name: Tom~ D. Shaw, C.P.M. Title: Purchasing Agent 660 .AOENDA DATE: DECEMBER 5, 1995 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Rick Svehla, Acting City Manager SUBJECT: BID # 1830 - CIRCUIT BREAKERS, 15 KV RECOMMENDATION: We recommend this bid be awarded to the low bidder, Powell Apparatus Service Division, in the total amount of $71,410.00. SUMMARY: This bid is for the purchase of five 15 KV Circuit Breakers to be used in replacing aged breakers currently on line at Locust Street Substation - Addition I. Three bids were received in response to nineteen bid packages mailed to prospective vendors. BACKGROUND: Tabulation Sheet, Memorandum from Danny Scott dated November 17, 1995. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED : Substations Division, Electric Utility Division, Electric Customers of the City of Denton. FISCAL IMPACT: Budgeted Funds for Electric Substation for 1996; Account #610- 132-1032-3620-9217-C15KV01A. Respectfully submitted: Rick Svehla Acting City Manager Prepared by: Name: Denise Harpool ~ Title: Senior Buyer Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 662 .AGENDA CI73f OF DENTON MUNICIPAL UTILITIES · 901-A TEXAS STREET · DENTON. TEXAS 76201 TO: Tom Shaw, Purchasing Agent Ray D. Wells, Superintendent Substations/Metering/Communications Daniel Scott, Foreman of Substations Noverber 17, 1995 SUBJECT~ CIRCUIT BREAKERS 15 Ky BID #1830 After evaluating the bids for the 15Ky circuit breakers, we recoL,u[~end award of bid to Powell for the Pow-Vac Vacuum circuit breakers. The reason for recommendation of bid to Powell is low bid that meets specification. Respondents were as follows: Powell $ 14,282.00 ea / $ 71,410.00 PDS $ 15,560.00 ea / $ 77,800.00 Wesco $ 18,912.00 ea / $ 94,560.00 DS 112050 cc: R.E. Nelson, Executive Director of Utilities "Dedicated to Quality Service"