Loading...
1994-079AN 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 1609 ALL STEWART AND STEVENSON $138,500.00 1619 ALL SOUTHWEST SPACE SAVERS INC. $ 69,500.00 1621 1 POLELINE $1.49 PERF~ 1621 2 TEMPLE $1.09 PER~T 1621 3 POLELINE $3.40 PER FT 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, MAY~ ATTEST: JENNIFER WALTERS, CITY SECRETARY DEBRA A. DRAYOVITCH, CITY ATTORNEY DATE: MAY 3, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID #1609 - WINDROW COMPOST TURNER RECOMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specifications for 16' capacity machine, Stewart and Stevenson in the amount of $138,500.00. S~RY: This bid is for the purchase of a 16' self propelled straddle type windrow compost turner. It will be utilized by the Waste Water Treatment Plant to turn or mix the products from the woodchipper at the Landfill with sludge from the Waste Water Plant. This turning or mixing expedites the composting process. Both the 14' capacity and the 16' capacity machines were bid. A determination was made that the 16' unit was best suited for our operation due to horsepower, capacity and type of material being utilized in the composting process. The Public Utility Board has reviewed these bids and recommend the purchase of the 16' machine. BACKGROUND: Tabulation Sheet. PROGRAMS ~ DEPARTMENTS OR GROUPS AFFECTED: Waste Water Treatment Plant and the composting program. FISCAL IMPACT: Purchase will come from Water Waste Water Utility Bond funds. Our estimated cost of this unit was $150,000.00. The actual price $138,500.00 is within the bond estimate limits. Res..m.~~ etf sub d: ~*Rioyd V. ~ City Manager Approved: Name: Tom D. Shaw,C.P.M. Title: Purchasing Agent DATE: MAY 3, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1619 - FILE STORAGE SYSTEM RECOMMENDATION: We recommend this bid be awarded to the only bidder, Southwest Space Savers Inc. in the amount of $69,500.00. SUMMARY: This bid is for the purchase of a archive and primary record storage system for $39,200.00 and a property and evidence storage system for $30,300.00 to be installed at the DMC-Poliee Department. These storage systems consist of a series of specialized shelving mounted on tracks. This system allows for full utilization of the shelving with only one isle space required. The shelves roll together for security and roll apart for access. This system is very cost effective when compared to the cost of secured building space requiring access isles between shelves. The estimated expenditure for these two systems was $73,500.00. BACKGROUND: Tabulation Sheet Five possible vendors were solicited only one supplier responded. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Police Department and Denton Municipal Center. FISCAL IMPACT: Funds for the purchase of these storage systems will be taken from DMC Funds allocated for Police Furniture Equipment and Built-ins. Account Number #450-032-DMC1-9336-9101.  pictfull.v, s~ubmitted~ - ~r Lloyd V. Ilarrell~ City Manager Approved: Name: Tom D. Shaw,C.P.M. Title: Purchasing Agent DATE: MAY 3, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID #1621 - UNDERGROUND CABLE #2 AND 4]0 RECOMMENDATION: We recommend this bid be awarded to the low bidder for each item as follows: 1. 4/0 Cable Poleline $1.49 per foot 2. #2 Cable Temple $1.09 per foot 3. #2 3PH Triplex Poleline $3.40 per foot With an annual estimated expense of $76,000.00. SUMM3kRY: This bid is for an annual price for the purchase of #2 & 4/0 underground cable, for use by the Electric Distribution division in underground construction. This cable is to replace warehouse inventory stock. The tie in price for item #2 between Temple and Poleline was decided by the better delivery offered by Temple. Eight bid proposals were received in response to nine bid packages mailed to venders. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Warehouse, Electric Distribution, Utility Customers of the City of Denton. FISCAL IMPACT: Budgeted funds for 1994 Warehouse Working Capital Account Number #710-043-0582-8708 with a balance of $150,320.08. es~egt ful~y~ubmit t~: Peepaeed ~ ~n~~ Title: Sen~o~ Buye~ Namo: Tom D. Shaw,C.P.M. Title: Purchasing Agent O.~ ~ ~o ~n z z z o 0 0 ,-I m z-'r~'>m m m ~ _~ z m ~ ~ ~ m m m~ ~ z ~m 0 0 X m ~ ~