Loading...
1994-209 ORDINANCE NO. ~g--~ 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 1678 ALL G & G TRACTOR OF DENTON $110,310.00 1679 ALL NAZTEC INC. $ 32,040.00 1680 1 FIBERLINK SYSTEMS $1.82 PER FT 1680 2 FIBERLINK SYSTEMS $1.01PERF~ 1680 3 FIBERLINK SYSTEMS $ 67.00 EACH 1680 4 FIBERLINK SYSTEMS $ 36.50EACH 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. CITY OF DENTON LEGAL DEPT. SECTION III. That should the city and persons submitting approved and accepted items and of the submitted proposals wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the proposal, 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, specification , standards, quantities and specified sums contained in the final negotiated response to the City's request for proposal and related documents herein approved and accepted. SECTION I___~V. That by the acceptance and approval of the above numbered items of the submitted proposals, the city Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved proposal 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 the ~day of ~c~uF-~-~ 1994. Y0 ATTEST: JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM: MICHAEL A. BUCEK, ACTING CITY ATTORNEY DATE: NOVEMBER 15, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1678 - TRACTOR BACKHOES RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, G & G Tractor of Denton for three Ford 555D Tractor/Backhoes. The bid price is $36,770.00 per unit, total bid $110,310.00. SUMMARY: This bid is for the purchase of three (3) Tractor/Backhoes in the 70 }~orse power class. They are Motor Pool replacement vehicles for older units, 1985 year model, no longer economical to maintain as front line equipment. One unit is for Electric Distribution Department and two are for Water/Sewer Field Services. The old units will be inspected by Fleet Services Department and reassigned in the fleet to lighter duty or sold at public auction. BACKGROUND: Tabulation Sheet PROGRAMS~ DEPARTMENTS OR GROUPS AFFECTED: Electric Distribution, Water and Sewer Field Services and Fleet Services. FISCAL IMPACT: Funds for the purchase of these pieces of equipment will come from the following accounts: 720-025-0584-9104 Motor Pool Replacements $28,221.00 610-103-1031-4260-8611 Electric Distribution 94/95 Budget $ 8,549.00 625-082-0461-9104 Water Distribution 94/95 Budget $36,770.00 620-081-0471-9104 Sewer Collection 94/95 Budget $36,770.00 City Manager Approved: Name: Tom D. Shaw,C.P.M. Title: Purchasing Agent 537 .A~ENDA N ~ ~ Z ~ ~ ~ 0 0 0 DATE: NOVEMBER 15, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1679 - EMERGENCY PREEMPTION SYSTEM EXPANSION RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Naztec Inc. in the total amount of $32,040.00. SUMMARY: This bid is for the purchase of emergency preemption system expansion equipment, materials and supplies. The quantities on the bid are sufficient to install optical detection equipment at twenty five (25) intersections (see list attached). The original list consisted of only those intersections from Fire Station 3 to downtown and these remain our top priority for installation. Due to an increase in competition and a decrease in price, we were able to include additional intersections and stay within the allotted budget. City of Denton personnel will do the installation and, as mentioned previously, the priority intersections are those from Fire Station 3 to downtown. We expect delivery of materials in two weeks or less with installation efforts to begin very soon thereafter. BACKGROUND: Tabulation Sheet, List of Affected Intersections. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Citizens of Denton, Denton Downtown Area, Fire Department and Traffic Control. FISCAL IMPACT: Funds for this expansion of the emergency preemption system will come from Account #446-020-SIGL-9405-9150, Capital Improvement Bonds. Ll?5~dfV. Harr~ll / City Manager Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 538.A~ENDA BID # 1679 BID NAME EMERGENCYsYsTEM EXPANSIoNPREEMPTION CONSOL1DATEDTRAFFiC NAZTECiNc 3M GENERAL OPEN DATE NOVEMBER 3, 1994 60 EA OPTICAL DETECTOR $180.00 $319.00 NO BID MOUNTING BRACKETS INCIDENTAL TO ITEM #1 5500 LF OPTICAL DETECTOR CABLE $0.156 $0.30 25 EA CARD RACK $63.00 $165.00 33 EA 2 CHANNEL OPTICAL $614.00 NB PREEMPTION CARD OR 25 EA 4 CHANNEL OPTICAL NB $280.00 PREEMPTION CARD 25 EA MISC ELECTRICAL $10.00 $5.00 SPLICES & MATERIALS PER INTERSECTION TOTAL $33,870.00 $32,040.00 DELIVERY 14 DAYS 14 DAYS ~ MFG 3M TOMAR pHASE I PROJECT INTERSECTION LIST Intersection Pre-emption Direction 1. Eagle at Avenue A East, West, North 2. Eagle at Welch East, West 3. Eagle at Bernard East, West 4. Eagle at Carroll East, West 5. Eagle at S. Elm East, West 6. Eagle at Bell South, East 7. W. Hickory at Carroll North, South 8. Mulberry at Carroll North, South 9. W. Hickory at S. Elm North, South 10. Mockingbird at McKinney East, West, South will be built in station PHASE II Intersection Direction 1. Bonnie Brae / W. University Drive S & W 2. Loop 288/E. McKinney Street E, W, N & S 3. Loop 288/colorado Boulevard N & S 4. Loop 288/G~lden Triangle Mall N & S 5. Loop 288/I-35E N, S & East on south service road 6. Teasley Lane/I-35E N & S 7. Teasley Lane/Dallas Drive N &'E 8. Fort Worth Drive/I-35E S & E 9. Bell Avenue/E. University Drive N, S, E & W 10. Elm/W. University Drive E, W & S 11. Fulton/W. University Drive W & E 12. Malone/W. University Drive E, W & N 13. Alice/W. University Drive E & W 14. Loop 288/E. University Drive E, W, N & S 15. 1-35N/W. University Drive W & N AEE003E9 DATE: NOVEMBER 15, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID #1680 - FIBEROPTIC CABLE AND ACCESSORIES RECOMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specification, Fiberlink Systems in the amount of $1.82 per foot for 36 fiber cable, $1.01 per foot for 12 fiber cable, $67.00 each for dead-ends and $36.50 each for supports. S~R¥: This bid is for an annual contract to supply 36 fiber and 12 fiber fiberoptic cable and accessories. These materials will be utilized by the Communications and Electronics Division of the Electric Utility Department in the installation and maintenance of the fiberoptic telecommunications system. Phase I will include a tie from Spencer Plant to the Branch Library, Spencer Plant to Locust St. Substation to UNT Substation and UNT Substation to Hickory St. Substation. This project is estimated to require approximately $85,000.00 in materials from this bid. Additional materials will be purchased as projects are approved throughout the FY 94-95. The lower prices offered by Sabredata failed to meet specifications. The bid from Eltek failed to meet specified delivery requirements. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Libraryand Electric Utilities FISCAL IMPACT: Funding is available in the Electric CIP 1987 Revenue Bond Account #611-080-RR87-F002-92§2-CB00201A.  lly su ' ted: Harreli City Manager / Approved: Name: Tom D. Shaw,C.P.M. Title: Purchasing Agent