Loading...
1993-007ALL0001F ORDINANCE NO. OD AN 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 com- petitive 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 therefor; 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 herto, are hereby accepted and approved as being the lowest responsible bids for such items: BID ITEM NUMBER NO VENDOR AMOUNT 1421 ALL GENERAL SAFETY EQUIPMENT CORP. $360,170.00 1430 ALL SUMMIT WHITE/GMC $160,322.00 1437 2 CUMMINS $ 24,754.00 1437 3,4 TEMPLE $ 26,691.00 1445 ALL HORTON TREE SERVICE EXHIBIT "A" 1451 ALL CARBON SALES INC. $ 31,010.00 1453 ALL TEXAS SCREEN PROCESS SUPPLY $ 20,080.50 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 ap- proved 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, spec- ifications, 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 ~7' day of 1993. BOB CASTLEBERRY, MA ATTEST: JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY BY: OZ: BID # 1445 BID NAME TREE TRIMMING HORTON TREE SERVICE OPEN DATE DECEMBER 8, 1992 # QUANTITY I DESCRIPTION VENDOR 1. A. JOPEN EASEMENT .62' 1 B. CLOSED EASEMENT 1.13' C. COMBINES OPEN & CLOSED EASEMENT . 85' 1 D. TRIM DOWN BELOW TELEPHONE LINE + .15' 1 1 1 1 1 1 1 E. TRIM TRANSMISSION LINE RIGHT- ION-WAY CLEARANCE 1.20' EXHIBIT "A" DATE: JANUARY 19, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1421 - PUMPER FIRE ENGINES RECOMMENDATION: We recommend this bid for two pumper Fire Engines be awarded to the lowest bidder meeting specifications General Safety Equipment Corp. in the amount of $179,860.00 each plus specified options bring the cost per unit to $180,085.00. Total bid award is $360,170.00 (see John Cook's memorandum for options explanation). SUMMARY: This bid is for the purchase of two 1000 gallon per minute, 4 door pumper fire engines. The units will have a 1000 gallon per minute Waterous model CXRK single stage rear mounted pump and apparatus body, mounted upon a International (IHC) model 4900 4 door chassis. The last pumper engines purchased for the Fire Department was in 1988 at a cost of $171,870.00 each plus $28,077.00 in additional equipment They were Peterbilt Chassis with General Safety bodies and 1500 GPM pumps. These new units are similar in cost and function while being smaller, more maneuverable and much easier to house. BACKGROUND: Tabulation sheet, Memorandum from John Cook, Fire Chief. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Motorpool Operations and Fire Department. FISCAL IMPACT: Funds for the purchase of these trucks will come from Certificate of Obligation funds. The repayment schedule will be spread over a 120 month period. Funds for repayment will be taken from both future budget funds and Fire Reserve Funds as presented to Council during the budget process. espec ull bmitte Lloyd V. Harrell City Manager Approved: Name: Tom Shaw, C. P.M. Title: Purchasing Agent agenda.330 MEMO #92-070 Revision TO: Mr. R. Svehla, Deputy City Manager Mr. T. Shaw, Purchasing Agent FROM: J. L. Cook, Jr., Fire Chief DATE: 13 November, 1992 SUBJECT: BID #1421 ENGINES AND EQUIPMENT On Thursday 1 October, 1992, bids were opened for two (2) engines and assorted miscellaneous equipment. We received two bids. The base bid by W.S. Darley & Co. was the lowest at $173,979 each. The second bid was received from General Safety with a bid of $179,860 per unit. After reviewing both bids, it is my recommendation that General Safety's base bid of $359,720 be accepted as it is the lowest and only bid which meets our specifications. W.S. Darley & Co. fails to meet our specifications for the following reasons: 1. Part I, item N, page 2 states: "If any bidder has any exceptions it must be stated in writing and described in detail what is proposed to be furnished in lieu of the specified requirements. All exceptions shall be fully listed and explained on a separate sheet of paper marked 'Exceptions to Specifications.' Failure to provide such a list with the bid proposal, shall be grounds for rejection of said proposal." W.S. Darley did not list any exceptions as required by the above, but did take exceptions as follows: a. Part IV, item X, page 23 specified a "Electrodyne, or equal, three (300) amp minimum, self-contained internal rectifier alternator. Darley bid a 160 amp alternator. b. Part VIII, item E, page 35 specified steel running boards. Darley bid aluminum. c. Part II, item A, page 5 required a complete scaled drawing of the exact apparatus being proposed. Their drawing indicates the ladders to extend beyond the bed of the apparatus. Part VIII, item G.2, page 36 requires that the ladders be completely stored within a compartment in the hosebed. Darley's proposal does not clarify this point. Their representative indicated at the bid opening that this would have to be resolved later. Due to height limitations at stations 2 and 4 this item is of critical importance. 13 November, 1992 Page 2 d. Part VI, item I, page 30 specifies a FoamPro 2000 Class A & B foam system. Darley's proposal lists a FoamPro "or equal" without clarifying the "or equal." e. Part IV, item B.6, page 40 specifies a Pioneer Magnetics #2926A-3 12 volt 85 amp converter. This is the same type used on our ambulances. Darley's proposal fails to specify the model number of the convertor and proposes an "or equal" without describing what is being proposed in lieu of the converter specified. Their representative explained that Pioneer Magnetics had gone out of business this is not the case. f. The seats, batteries, glove box, maplights and rust warranty outlined in Darley's proposal do not meet our specifications. g. Darley's engineering drawing fails to provide details on the crosslays, hosebeds, deckgun, telescoping lights, and rear discharges. 2. In addition, Darley's proposed delivery time is 240 days after receipt of the chassis vs. General's 240 working day total. 3. Darley's list of references did not list any metroplex fire departments. Whereas, General has delivered six units to Arlington and three units to the City of Denton. We have been well pleased with the service and performance of our Generals. 4. I hope that this will meet with your approval and remain available to answer any question that you might have. If my recommendation to award the bid to General is acceptable, I would recommend the acceptance of a number of additions and deletions offered as options by General. These options are itemized below. (See Table on Next Page) The original bid by General was $359,720. When Options and deletions are factored in the amount to be awarded would be $360,170. H H a z 0 H E P4 0 H W W 0 ~i a w z w 0 H u Q W Q 0 o N 0 0 U1 rl 0 0 O H N 0 Lr, h 0 Ln d M N O O O O O O O O O N M O r- O O O N r~ f~ r- rn M d' O m ~o .•1 Q Q• ~ '-i rl H In l0 M O LO co w m M M Vr V> VT t? V) V~ th O O Ln O ~ N ur O ro o v ~4 Ln v O ro ro ro N ro U1 s4 a) a) ro yr O a) t~ ro a) Ln V} -W O In ro ro N O v to a) O to O M O ro M U Vr Vr in rrr yr co Vr 0 ~4 ~4 s4 ai v v} O N ~ ro O x > m r~ •I+ W a-) 4J (U H +3 s4 N N v O .Q > O) N > ro N 4J U 4J r-I x 0 U :J 04 Q) -P 1 0 ~4 H ro ro to W - 4 F4 ~ 4 N a) •H a) x v f~ O W -P N N N N U I 0 - a) r. rl A H rO r-I N rO 34 a) a) 0 a) rO a) :1 Tl GL i-l N Q (I1 A r~ Q U FC N ~ ~4 04 G C C 1~ C Z O O H s O O O O O O O ,4 -q -,q •r., -H -H -H -H 1 p p p N a -W -W -W -P -P 4J 04 w z ro 4-~ - . a rl ro N N R v ~ a a) a~ v v v O a) ro O H W N -P m m 0) m IS IT bD m m m H ro ~ ro ro ro ro ro ro ro ro ro D 3 H M w w a w v. w a a a W 14 N M 4 Un l0 r W rn O 1- ri r-1 DATE: January 19, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1430 - ROLL-OFF REFUSE TRUCKS RECOMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specifications, Summit White/GMC in the amount of $80,161.00 per unit for two units. The total bid award is $160,322.00. SUMMARY: This bid is for the purchase of (2) two Roll-Off Refuse Trucks consisting of 62,000 GVW truck chassis and 60,000 lb.rated frame and hoist. The trucks are designed to load and transport the large commercial refuse containers and compaction units. The units offered by Summit White consist of a White WX64 Expeditor truck and Accurate Model AH-OR-60 roll-off frame. This combination is widely accepted by the refuse hauling industry and a considerable number of similar units are currently in operation in the metroplex area. These trucks are replacements for motorpool fleet units. One is a 1983 Mack and the other is a 1984 Peterbilt. Both units will be evaluated to determine if one should be retained and utilized as a backup unit. The lower bids offered by Metro Ford fail to meet specification for cab design. They offered a conventional our specifications require a cab over design for lower entry height and superior turning radius. The lower cost offered by Bruckners Mack fails to meet engine specifications and rear axle/ suspension requirements, an adder for $1,065.00 per unit will bring the engine into compliance however, the rear tandem axles and suspension are 2,000 lb lighter rated than specified. BACKGROUND: Tabulation sheet. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Motorpool Operations and Commercial Solid Waste Division. FISCAL IMPACT: These refuse trucks will be funded as a portion of the Certificate of Obligation funds approved by Council. The trucks are to be setup for a 60 month pay out period. CITY COUNCIL REPORT JANUARY 19, 1993 PAGE 2 OF 2 specctfully submitted: - 1l 5 lxlealz Lloyd V. arrell City Manager Approved: Name: Tom Shaw, C.P.M. Title: Purchasing Agent agenda.329 o a o ooo N He o zo u~ o H W O p l N a m a M N 6' l , p 6' m 6' a d N y• ZG r 40 FO p p ui U I D p ~O d W hU N p > m i N `lY y a 4 Y y M F16KY p p a . O O w 0 w O O O N OO 0200 0 a a N W C N a pp O0.' 0 IK a ti • ~ ~ W PO w N Fi 4;e . M - - - - - - - - - - - - - - - - - - - - - - - - - o z O o K m o n m K m C n n 0w G z ~U00 Y m m MM N O g .a U W [0 '+N e a pp m U b H N o m 4 0 m - - - - - - - w - - - - - - w O - - - - - - w O - - - p 6 S a O O O S goo m Y ~0 0 5 G N O F O Z O~ •S N Y w > H m N Y N nl M V F W - - - - O - - - - - - - - a 3 O w S w N a O n qEq P C 000 U 0 Z N Z ~ O O N ~ U b ; N M a p 4 _ _ _ _ _ _ _ _ O 0 F O ° m Eau a W a o .y 0 (Z~ •0•~~ 0 N H 4 O - O N O Wa a O °a o a m .~i m oN+ ma zz nMNI rv m - O F w 0. - - - - - > - - n F W M « 0. - - - - - - - - - - - - - - - - - - - y w a w U 8 N rv W U o § z N b a a a i n Y N - - W a m o.Fie gHg me u a 5 z m$ m aw « a - 0 w - - - - - - - - - - - - - - - - - - - - - i 0 G F W a ° N w r a N WO z 0 z W W rv w N G D 0 b = n W - N U' rl - ♦ y O ~ w W F 0 O w ~ F d a F b 4 a a O • S K ~3 ~S SS p u > Z w 4 w S .W.i 44 ry ~ ~ O ~ Sq 0 a W z w M W N a a e m zpa z m D N W J U z Z O W F 0. r i WW( W _ 3 W W ~aOy N G .di WNW W S U N ID C O W O O N N v o u ° \ m° zza ~ m a a i z ~ g~1~ • M a Z O N W 0 O f-~ I N .-i N r N N DATE: JANUARY 19, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1437 - PADMOUNTED SWITCHGEAR & AIR SWITCHES RECOMMENDATION: We recommend this bid be awarded to the low bidder meeting specification for item 2 to Cummins at $24,754.00 and items 3 & 4 to Temple in the total amount of $26,691.00. Item 1 is not being awarded at this time. SUMMARY: This bid is for padmounded switchgear and air switches. These switches will be used throughout the electrical distribution system for ongoing projects and underground conversions. BACKGROUND: Tabulation sheet, Memorandum from George Pool dated January 12, 1993. FISCAL IMPACT: Funds for this purchase are available from 1993 budgeted account #610-080-0252-9220 balance is $ 31,982.83 #610-080-0252-9219 balance is $184,004.51 fully s spect bmitted Lloyd V. Harrel City Manager Prepared by: Name: Denise Harpool Title: Senior Buyer Approved: Name: Tom Shaw, C.P.M. Title : Purchasing Agent agenda.328 a w N W ft w H IX P4 a w E W N W H a P4 a w E W H w H a a W U z H H a a E W U o a a w ~i a a a x W W z H U N C7 ON U' WWW H E x r H U t 4 M 3 H W3a z c z zz a W =w z A z A o a m as O a O A z a O zz x a a z 0 a z z Q z z -I PLI L) n a a N 4 H D 0, - 0 O 0 0 O O Ln ON ri 1~ 4 H Ln 00 m Q m O 00 H H H Vjw co ur n 00 +i► O E z~ `r - 0 O O 0 CN 0 N O q A I, H H H 00 W r- 00 +Pr 0 0 z z -;r r- - to to a; ri 00 M Q Q 00 •-1 H H N P7 0 0 z O - O O N O O O 0 W o tv HH 000 a'i m o q %D 00 H F74 to .a. 0 to). WW z v! D FA o W W .D 4 - w - -a- - 0 0 0 w 0 0 RC 0 w 1 00 l- W M H Q r W N In ON H W N W H t0 n H N 4& 401. 0 4a a) z a W H r- - n W W C7 Ch x x E4 E-4 0 1-4 E 3 3 vi W W W W 0 Q Q o a w w a U z z x ~ z H E I -I q H 3 R~ P4 04 to H a, H H ry i 04 P4 w N a E N H - 1 m a1 N ri N - N 4 co a W W A W a a E 0 U W M z H a x U W E N W ON O m U W H E x l~ H U l~ ~ W S a z49 z 0z 2 a W 41- z Q z A A a m m 0 a O Q z a O Q a O Q z a O Q z a O Q wz z H H P4 H U V1 W Q E H E a Q A H H O W o 0 z z A Q H H p0 GI o o z z 0 0 0 0 0 0 O O 0 Co r 0 O I, N N r O N ri r co N N i~ a~ 4bOjr i& O O O O N is H d Q Q 00 l0 H H ro ro r w tA. '01. 0 0 z z O - 0 0 w $4 O 0 0 to w r w M r- d Q a N d H H l~ O H W N ko co H Gj 4641. Us o yr z z W H In H r- z - x W W t7 U' H H H N 3 3 W V1 W W W 0 Q Q o a W W a U z z x z z H H H P4 04 P4 04 ul 04 a H rn r-I 4 H a w r a H N - H H M a% N H N C4 4 , C}Ty [[lCc't;,~;, ,.i vl, 1443 jk% 12 Av1 10-- 55 CITY Of DENTON MUNICIPAL UTILITIES/9ol-A Texas street/Denton,Tx 76201 MEMORANDUM TO: Denise Harpool, Senior Buyer, Purchasing FROM: George Pool, Engineering Associate DATE: January 12, 1993 SUBJECT: REVIEW AND RECOMMENDATIONS FOR BID #1437 FOR PADMOUNTED AND AIR SWITCHES After careful evaluation of Bid #1437, the Electric Engineering Division recommends the following: 1. Rejection of bid Item 1 for a Type 9 padmounted switch gear. This item will be rebid at a later date with a new set of specifications. 2. Acceptance of the low bid from Cummings on Item 2 for the Type 11 padmounted switchgear. 3. Items 3 and 4, air switches, be awarded to Temple, Inc. The low bidders for this item submitted bids that did not meet some of the key requirements. These key requirements have to do with system compatibility, safety features, ease of operation, and flexibility of applications. The switches will be used for ongoing projects such as Water Reclamation, Tomas Rivera School, Pockrus exit feeder, Denton Regional Medical Hospital, Forrestridge, LaPrairie and Bell underground conversions, with the remaining switches to be stock backup items. If you need further information, please let me know. George ool~ ` Engineering Associate GP:tn 12082004 Attachment cc: Jim Harder, Director of Electric Utilities Joe Cherri, Electric Engineering Administrator R. E. Nelson, Executive Director of Utilities BID N# 1437 SUMMARY SHEET 12/8/92 m,i i*nm tidt t t i tuna a nadmnunted switchoear BIDt E E1 ;MADE.: < . USE.~~OT «51 PEE!. S'Illtl fC{i..:.: TOTAL ..O. OST ' POLELINE AB CHANCE $708 $61449 $78,727 TECHLINE AB CHANCE $738 $6,474 $79,332 CUMMINS AB CHANCE $738 $6,536 $80,014 TEMPLE S&C $0 $7,700 $84,700 PRIESTER #2 S&C $0 $7,726 $84 986 PRIESTER #3 AB CHANCE $738 $7,053 $85,701 WESCO S&C $0 $7,812 $85 932 PRIESTER #1 COOPER $0 $11,899 $130 889 airs itam NA o a tuna 11 nadmnnntad switchnear BkDpER M/#pF HY: : U E<.IJWI : `:..CQ3T 00ST PER S1NI9GH:.:. T♦) fAL COST d CUMMINS & c $0 $7918 $23754 TEMPLE S&C $0 $81078 $24,234 PRIESTER #2 S&C $0 $81100 $24,300 POLELINE AB CHANCE $354 $8,049 $25,209 TECHLINE AB CHANCE $369 $8,147 $25548 WESCO S&C $0 $81646 $25,938 PRIESTER #3 AB CHANCE $369 $8,886 27.765 PRIESTER #1 COOPER $0 $11,1311 $33,393 Riri item IVA n Q airnwitr:hs pole ton tvoe BIDDER Gt>!$7 PER ~INIT,H 10TAL : . . COST CUMMINS AB CHANCE NB POLELINE AB CHANCE NB PRIESTER #1 COOPER NB PRIESTER #2 S&C NB PRIESTER #3 AB CHANCE NB TECHLINE AB CHANCE NB WESCO S&C NB TEMPLE.. : BRIDQES n:.t :t..m wigs e 7 mirawitrhQ rrnss arm tune MADIE, WESCO S&C NB $0 PRIESTER #2 S&C NB $0 PRIESTER #1 COOPER NB $0 TECHLINE AB CHANCE NMS $1 761 $5,283 CUMMINS AB CHANCE NMS $1,777 $5,331 OLELINE P AB CHANCE NMS $1,874 $5622 _ PRIESTER #3 AB CHANCE NMS $1,919 $5,757 TEMPLE Rt]G>~S ms".; $2126 :::$6,378 NB No Bid NMS Not Meet Specs MS Meet Specs DATE: JANUARY 19, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1445 - TREE TRIMMING RECOMMENDATION: We recommend this bid be awarded to the low bidder Horton Tree Service in an estimated total amount of $80,000.00 or unit prices as follows: A. Open Easement B . Closed Easement C. Combines Open & Closed Easement D. Trim Down Below Telephone Line E. Trim Transmission Line Right-On-Way Clearance .62 per foot 1.13 per foot .85 per foot +.15 per foot additional 1.20 per foot SUMMARY: This bid is for trimming of trees in the electric utility easement of the 69KV transmission lines and 13.2 KV distribution lines. The contractor will follow "American National Standers for Tree Care "and" Texas Agricultural Extension Service Pruning & Training" in this line clearance project. Three bids were received in response to four packages mailed. BACKGROUND: Tabulation sheet, Memorandum from Donald McLaughlin dated December 22, 1992. FISCAL IMPACT: Funds for this project are available from budget account number #610-080-0252-8338 with a balance of $229,329.81. 4espect.uil i bmitte d V. Harrell City Manager Prepared by: Name: Denise Harpool Title: Senior Buyer Approved: Name: Tom Shaw, C.P.M. Title: Purchasing Agent agenda.325 BID # 1445 BID NAME TREE TRIMMING OPEN DATE DECEMBER 8, 1992 # QUANTITY DESCRIPTION 1. 1 A. JOPEN EASEMENT B. CLOSED EASEMENT C. lCOMBINES OPEN & CLOSED J EASEMENT D. TRIM DOWN BELOW TELEPHONE LINE E. TRIM TRANSMISSION LINE RIGHT- ION-WAY CLEARANCE i TREES INC 1WHITMIRE LINE CLEARING INC VENDOR VENDOR 1.00' .60' 1.60' 1.22' 1.30' N/A + .25' + .15' 3.00' 1.80' HORTON TREE SERVICE VENDOR .62' 1.13' .85' + .15' 1.20' CITY of DENTON MUNICIPAL UTILITIES/9oi-A Texas Street/Denton,TX 76201 MEMORANDUM TO: Denise Harpool, Senior Buyer FROM: Donald L. McLaughlin, Senior Electrical Engineer DATE: December 22, 1992 SUBJECT: BID #1445 for TREE TRIMMING Electric Engineering recommends that the low bid from Horton Tree Service be accepted. This bid is for trimming of trees around the 69 KV transmission loop, 13.2 KV distribution circuits, and secondary circuits. The total cost of this bid will be $80,000. Donald L. McLaughlin DLM:tn 12212420 DATE: JANUARY 19, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1451 - FILTER MEDIA ANTHRACITE COAL RECOMMENDATION: We recommend this bid be awarded to the low bidder meeting specifications, Carbon Sales Inc. in the total amount of $31,010.00. SUMMARY: This bid is for 5500 cubic feet of anthracite coal to be used in the water filtering process at the Water Production Plant. The lowest bidder, Leopold, did not meet specifications making Carbon Sales the lowest bidder. Seven bids were received in response to fifteen bid packages mailed. BACKGROUND: Tabulation sheet. FISCAL IMPACT: Funds are available for this purchase from account number #620- 081-0460-8301 with a balance of $158,625.19. espectfully submitted: 1% Lloyd V. Harre City Manager Prepared by: Name : Denise Harp ool Title: Senior Buy r Approved: ,r1 Name: Tom Shaw, C.P.M. Title: Purchasing Agent agenda.327 O U O U ~i H U1 ~a E V] z w U a w a E O H U z o a pW4 H U H W w E a ~a H zw z aC U U aQ z~ w W En L) O H m U w 0 H >>4 H U rC a E U O U W H H P'1 m H x H E LO z n Q ~ a ~ W H a H N W z~ =w z Q z m m O a O Q z a O Q z a O Q D a 17 ~i a 0 ao N n Ln to V O W M >i N M ~i 401. O M n in m ril Ln n w O O Li m n vI M o ~o m 464 O O O N 'I 00 to o M ko Ln 0 ui n in m o N %D V - - - - - - - O - - - - Q W W H to H O U a U a H W >4 O o rC H ~ .7 H H a W m H a H - - W 4 - - - - - H - - - - i G4 i O O U m H LO P7 Y - U - p I . H a a O a Q V) U W O m a qO C4 0 Q z 0 z 0 Q y O O Ln ON ON W ON O >4 >i n ui N 4+ O O 0 ri N m N N pa I 'H d to M - - - O - - - - - - - - - O - - - - - - - - U q W W H H O H CY) U a W H H H z in z n a rC H ' a v a H H z Q RC W ~ W W ( a w W a H H W VJ a E H a 44 H W Q Q H H m m W Q z a 0 H E W H O H O U in H in RI a v - yk I . H DATE: January 19, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1453 - SIGNMAKING EQUIPMENT RECOMMENDATION: We recommend this bid be awarded to the only bidder, Texas Screen Process Supply, in the total amount of $20,080.50. SUMMARY: This bid is for a computer and software package for lettering and signmaking to be utilized by the Traffic Department. The estimated budget for this equipment was $22,000.00. One response was received from three bid packages mailed. BACKGROUND: Tabulation sheet, Memorandum from Jerry Clark. FISCAL IMPACT: Budgeted funds from 1993 account number #100-020-0012-8508 with a current balance of $22,436.54. Resp tfuulllly submitted: L d V V. Harrell City Manager Prepared by: Name: Denise Harpool Title: Senior Buyer Approved: Name: Tom Shaw, C.P.M. Title: Purchasing Agent agenda.326 BID # 1453 BID NAME Signmaking Equipment OPEN DATE January 5, 1993 TEXAS SCREEN PROCESS SUPPLY ADC ROADRUNNER TRAFFIC SUPPLY VENDOR DESCRIPTION VENDOR ( VENDOR System Price Items 1-4 $16,780.50 NO BID System Price Items 1-5 $16,780.50 NO BID System Price Items 1-6 $20,080.50 NO BID System Price Items 1-7 $20,080.50 ------I----------------- NO BID DELIVERY: 60 DAYS NO BID I NO BID NO BID NO BID