Loading...
1993-105ORDINANCE NO. 1.3 ° D AN ORDINANCE ACCEPTING. A 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 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 hereto, are hereby accepted and approved as being the best responsible bids for such items: BID ITEM NUMBER NO. VENDOR AMOUNT 1502 ALL HOUSTON HUMMER $ 77,691.00 1506 ALL MUNICIPAL SERVICES BUREAU $ 11,000.00 1509 ALL PRIESTER SUPPLY $ 10,117.50 1511 ALL GARICO INC. $ 16,699.00 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 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 approva . PASSED AND APPROVED this day of 1993. DRAYOVITCH, CITY DEBRA A. ATTORNEY BY: A e a C_ ~fi DATE: JUNE 15, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1502 - WILDLAND FIRE TRUCK RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Houston Hummer in the amount of $77,691.00. SUMMARY: This bid for the purchase of a four wheel drive, brush/grassland fire truck. The chassis is a Hummer vehicle and has a 200 gallon skid type fire fighting unit mounted in the bed. The bid also includes miscellaneous equipment necessary to outfit the truck such as hose, nozzles and hand tools. This is a motorpool replacement for unit #213 a 1966 Ford Booster Truck. BACKGROUND: Tabulation Sheet, Letter of Recommendation from Chief Cook dated 6-3-93. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Fire Department, Fleet Operations and Citizens of Denton. FISCAL IMPACT: This unit will be funded from 1993 Certificate of Obligation funds approved by Council for fleet acquisitions. Initially $80,000.00 was set aside for this equipment. sp/eecctfully submitted: U Lloyd V. Harrel City Manager Approved: Name: Tom D. Shaw, C. P. M. Title: Purchasing Agent agenda.385 a a 5 O Q z z 0 ~ 7 O O a a a H z r14 H ~i U U H z W H H ~ a z A a . ~W 7 £ x W 04 W ~C N 9 h D ~ a 3 W U O co a U) U O a z n H z a W W z W H H z >4 ~ 7 W £ O M P4 P4 Q N H o z a ~ D va U W W m i O 0 rn n ON Ln Q O 0 m m O tD Q H m oz O 0 0 0 O OD A H m 0 z I I O 0 0 m m 4a Q ~ H m oz 0 0 LO r N A H m 0 z I I I 0 0 0 0 0 M th A H m oz 0 0 m H A H m O z 0 O rn I tD I I n t` u;f 0 0 0 I o O H 401. an Ln 0) L N I 4& 0 W o z O ko z N a 0 0 m a ~ A Q m M O O z z m a A Ln n a Q O N 'i Q O M En r Q 0 N ri I I I p w x ro •a C O U 01 S N m 4 •$4 •.I A H m • A •a Sr ro m 0 o m m w a i m v N u H aN a-I o •a a x a u a q u) W oo H U U) >Y •a N H U U H 04 10 A +I a >1 m m r-f ro -4 -,4 -It (d to U .14 ~4 r r4 A d x G , i l D ro u A m •.I W N ° V 4J °7 a o o+ H 4 to + i E 3 Q ~ t° (d ~ ~ a n • c to >4 w .4 a a H o u o .•I N 5 o m o •A to o W 'S N U - - - - x W >4 1-4 f 1 .--I N M d' In m m O MEMO #93-048 (Revised) TO: Mr. T. Shaw, Purchasing Agent FROM: J. L. Cook, Jr., Fire Chief , DATE: 3 June, 1993 SUBJECT: BID AWARD #1502 I have reviewed the four bid proposals received on Bid #1502 for the Wildland Fire Truck. Houston Hummer submitted the lowest bid and only took two exceptions. Their exceptions will not significantly impact the vehicle's performance. I know of no reason not to accept their bid of $77,691. We had $80,000 budgeted for this unit and are well within our target. Should you have any questions in this matter, please do not hesitate to contact me. Thank you for all your hard work and assistance in this matter. JLC / bf DATE: June 15, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1506 - WARRANT COLLECTION SERVICE RECOMMENDATION: We recommend this bid be awarded to the sole respondent, Municipal Services Bureau in the amount of 25% of fees collected. Estimated amount $11,000.00. This is a one year contract for services. SUMMARY: This bid is for the hiring of a firm to collect outstanding Municipal Court Warrants and provide a timely return of the dollars collected. Since the dollars collected and the warrants that are outstanding are variable and unknown the flat percentage fee has been determined to be the basis for bid award. Based on past records the $11,000.00 is an estimated cost of the collection service. Fourteen qualified firms were mailed bid request. BACKGROUND: Tabulation Sheet. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Municipal Court, Cashiering and Finance Administration. FISCAL IMPACT: This bid has no budget impact since all fees paid will be from funds generated through the collection process. Estimated revenue is approximately $33,000.00. pecctffully submitted: 4///WX4 Lloyd V . Harrell City Manager Approved: Name: Tom D. Shaw,C.P.M. Title: Purchasing Agent agenda.387 DATE: JUNE 15, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1509 - POTENTIAL TRANSFORMERS RECOMMENDATION: We recommend this bid be awarded to the low bidder, Priester Supply, in the total amount of $10,117.50. SUMMARY: This bid is for the purchase of three potential transformers designed for metering and relaying applications. These transformers will be utilized at the Hickory Substation. Ten bid proposals were received in response to thirteen bid packages mailed. BACKGROUND: Tabulation Sheet, Memorandum from Dan Scott dated June 3, 1993. FISCAL IMPACT: Budgeted Revenue Bond funds for Electric Substations account #611-080-RB87-F302-9217 with a balance of $38,739.19. peeccttfully submitted: Lloyd V. Harrell City Manager Prepared by: Name : Denise Harpool Title: Senior Buyer Approved: Name: Tom Shaw, C.P.M. Title : Purchasing Agent agenda.384 P4 H a x U W E 0 z z H o a a H a W U a w W a a O O z ~ w z z U) a w of to o a U O U WM 3 0 z a O Q x U m W >1 0 O O o m O I m d' au M lob. x W 4 OD n m -;r ao r- at 1 M O ~O (n 411. x U W m O 41 o 0 a o M 0) 4a U W >4 o A O 0 o m ko I n d, m ai - x U W m o m o v M O M n M O m a a ON z rT4 En ON 0 W ON El in E n H H H H N x a ~a N cn ~a a ° z z w w H H O O P4 a a H O /d I A H Oq w A z w a W 01 M - f - - - - - - w - - - H - - - - - - - - - - - i u l N H ~ ai w c i w x O A U W H u1 z 3 - - - - - - - - v1 - - - U - - - - - - - - H a H O al a w pay W E 0 z a O Q D U W o Q to 0 N n n 1 M O Ln M AF~ x U ~ uJ W 0 a 0 O N n I x O N Ln 41. a a WFW y p M z 44 0) W >4 H a o Ln H n H H H H N a a W a H w w H H O O a a 0 H O R re a H (A w A z w 0 W I H OI M a CITY of DENTON MUNICIPAL UTILITIES/ 901-A Texas Street/ Denton,TX76201 MEMORANDUM /TO: Denise Harpool, Purchasing Senior Buyer FROM: Danny Sc6tt, Foreman of Electric Substations DATE : June 3, 1993 SUBJECT: HICKORY SUBSTATION BID #1509 After evaluating the bids for Hickory Substations we have found Priester Supply to be the low bidder. Please award this low bid for the potential transformers for Hickory Substation to Priester Supply. The cost of the potential transformers is $3,372.50 each for a total of $10,117.50. DS:th 06033011.WP cc: R. E. Nelson, Executive Director of Electric Utilities Jim Harder, Director of Electric Utilities Ray D. Wells, Superintendent of Electric Metering/ Communications & Electronics/Substations DATE: June 15, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1511 - SCADA SOFTWARE UPGRADE RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Garico Inc. in the amount of $16,699.00. SUMMARY: This bid is for the purchase of a field interface unit for use with the SCADA Control Systems for the wastewater lift stations, upgrade. Included in the bid along with the interface unit is implementation of software upgrades and training of City of Denton personnel. BACKGROUND: Tabulation Sheet. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Wastewater Treatment Utility. FISCAL IMPACT: 1992-93 budget funds for Capital Improvements account number #625-082-0470-9103 current balance is $104,788.79. esppectfully submitted: UecLloyd V. Harre City Manager Approved: Name: Tom 15. Shaw, C.P.M. Title: Purchasing Agent agenda.386 BID # 1511 i BID NAME SCADA SOFTWARE UPGRADE OPEN DATE JUNE 1, 1993 # lQUANTITY1 DESCRIPTION 1 1 FIELD INTERFACE UNIT DELIVERY GARICO, INC VENDOR $16,699.00 30 DAYS AUTOMATED COMPUTER SYSTEM VENDOR $17,000.00 15 DAYS