Loading...
1994-024AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES; PROVID- ING 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 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 ma- terials, 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 1576 ALL TKO EQUIPMENT $159,500.00 1578 ALL TEMPLE INC. $457,500.00 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 pur- chase 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 imme- diately upon its passage and approval. PASSED AND APPROVED this~'~'day of ~, 1994. BOB CASTLEBERRY, ~OR~'~ ATTEST: JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY DATE: FEBRUARY 15, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1576 - 23 CU YD SCRAPER RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, TKO Equipment in the amount of $159,500.00 for a Caterpillar 623B elevating scraper. SUMMARY: This bid is for the purchase of a used 1987 model 623B, 23 cubic yard scraper for use at the landfill. The unit bid has less than 7000 total hours, better than 50% tire tread, all items in working order and a 30 day full warranty. This machine has been inspected by City Staff and appears to be in sound mechanical condition. Estimated purchase price of a new similar machine is in excess of $345,000.00. We see no reason that this proposed unit should not have a 5 to 7 year life expectancy as a front line unit and an addition 3 to 5 years as a backup unit. BACKGROUND: Tabulation Sheet PROGRAMS ~ DEPARTMENTS OR GROUPS AFFECTED: Municipal Landfill Operations, development of landfill expansion and Solid Waste Disposal Division. FISCAL IMPACT: The requisition of this equipment will be funded from Motorpool funds. C .~espeetfulkV~ubmit'te~: lo,rd V. ~rrel~ ity Manager Name: Tom D. Shaw,C.P.M. Title: Purchasing Agent 454.aganda DATE: February 15, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1578 - WIRE AND CABLE RECOMMENDATION: We recommend this bid be awarded to the Iow overall bidder meeting specification, Temple Inc., in the annual estimated amount of $457,500.00. The unit prices are listed below: QUANTITY DESCRIPTION PRICE 80,000FT 500 $3.87 PERFT 40,000FT 250 $2.56 PER FT 30,000 FT 4/0 $ .239 PER FT 35,000 FT 795 $ .72 PER FT 2,000FT 2/0 $ .16 PERFT 3,500FT 4/0THHN $1.10 PER FT 7,000 FT #10BLK $ .64 PER FT 7,000 FT #10WHITE $ .64 PER FT SUMMARY: This bid is for an annual contract to purchase wire and cable, which will be ordered as needed to replenish stock in the Warehouse. This wire and cable will be used by the Electric Distribution Department in installation and repair of electric lines. The lower bidders on items one and two, Cummins an Poleline, did not meet specifications of the bid. Nine bid proposals were received in response to thirty bid packages mailed to vendors. BACKGROUND: Tabulation Sheet. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Warehouse Working Capital, Electric Distribution Department, Utility Customers. FISCAL IMPACT: Budgeted Funds for Warehouse Working Capital 1994 account #710- 043-0582-8708 with a balance of $309,234.73. CITY COUNCIL REPORT FEBRUARY 15, 1994 PAGE 2 OF 2 ~ ~e.~~~spect ull bmit · ~/Llbyd V. Harrell/ '~ City Manager Prepared By: Title: Senior Buyer Name~ Tom/D. Shaw,C.P.M. Title: Purchasing Agent 457 .AGENDA