Loading...
1994-009AN 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 ~MOUNT NUMBER NO yENDO~ 1571 ALL STEWART AND STEVENSON cOMPANY $187,500.O0 SECTION II. That by the acceptance and approval of the above numbered items ~f 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. ATTEST: JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY DATE: JANUARY 18, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1571 - COMPOST GRINDER RECOMMENDATION: We recommend this bid be awarded to Stewart & Stevenson Company in the amount of $187,500.00 for a Diamond Z 836 Compost Grinder, with a John Deere 244 Loader. Stewart & Stevenson Company is the lowest bidder meeting specification and offering an acceptable delivery schedule. SUMMARY: This bid is for the purchase of a large compost grinder intended to grind brush, trees and other wood products into l/2" diameter chips suitable for composting. The delivery schedule of the proposed machine is 5 days after receipt of an order. This was a major portion of our bid evaluation as indicated in the bid solicitation documents. The Public Utility Board considered this bid at their January 11, 1994 meeting. They were presented with the bid evaluation and comparison of the bids as submitted. They concur with this recommendation and unanimously recommend the award to Stewart & Steveson Company. BACKGROUND: Tabulation Sheet and Memorandum prepared for Public Utility Board and submitted by R.E. Nelson, Executive Director of Utilities. PROGRAMS~ DEPARTMENTS OR GROUPS AFFECTED: Utility Department, Solid Waste and Wastewater Treatment Departments. FISCAL IMPACT: Funds for this purchase will come from motorpool replacement funds and be repaid from budget funds over a 60 month time period. ~ec.~l~~es ec lly, mitt d' ~' Lloyd V. Harrell / City Manager Approved: Name: Tom D. Shaw,C.P.M. Title: Purchasing Agent 447.agenda