Loading...
1991-104ORDINANCE NO __/aV AN ORDINANCE ACCEPTING A COMPETITIVE SEALED PROPOSAL 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 sealed proposals 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 proposals are the best responsible proposals for the materials, equipment, supplies or services as shown in the "Proposals" submitted therefor, and WHEREAS, the City Council the appropriation of funds to terials, equipment, supplies herein, NOW, THEREFORE, has provided in the City Budget for be used for the purchase of the ma- or services approved and accepted 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 "Proposals" on file in the Office of the City's Purchasing Agent filed according to the number assigned thereto, are hereby accepted and approved as being the lowest responsible bids for such items ITEM NUMBER NO VENDOR AMOUNT 1261 All Master-Pak Systems, Inc $29,281 00 SECTION II That by the acceptance and approval of the above numbered items of the submitted proposals, the City accepts the offer of the persons submitting the proposals 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 Invitations, Proposals, and related documents SECTION III That should the City and persons submitting ap- proved and accepted items and of the submitted proposals wish to enter into a formal written agreement as a result of the accep- tance, 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, specifications, standards, quantities and specified sums contained in the Proposal and related documents herein approved and accepted SECTION IV 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 imme- diately upon its passage and approval PASSED AND APPROVED this day of 1991 BOB CASTLEBERRY, MAYO ATTEST JENNIFER WALTERS, CITY SECRETARY BY APPR ED A TO LEGAL FORM DEBRA A DRAYOVITCH, CITY ATTORNEY BY *41~~ DATE July 16, 1991 C~TY_COUNCIL_REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID 411261 PRE-CRUSHER AND CONTAINER R990902A1I2N We recommend this bid be awarded to the lowest bidder meeting specification, Master-Pak Systems Inc in the amount of $29,281 00 NgMMARX This bid is for the purchase and installation of one pre-crusher refuse compactor and a 42 cubic yard container The unit is designed to give a higher compaction rate by doing as the name indicates, pre-crushing refuse prior to the compaction process This particular unit is intended to be installed at the Peterbilt Plant allowing for more refuse to be hauled in fewer trips to the landfill This unit will be rented to Peterbilt (See memorandum from Charlie Watkins dated July 11, 1991 ) The lower price quoted by IDS ($38 00) fails to meet requirements for total compaction force and hydraulic pump capacity Our specification requires 96,200 lb of force they quoted 90,000 lb we called for a pump capable of 52 GPM the quoted a pump capacity of 30 GPM BACKQ$OyNp Tabulation sheet and memorandums from Charlie Watkins dated July 8 and 11, 1991 PRQQ$AMN~_DEPA$~MENT_OR__QRQ[JPS_AFFECTFD Commercial Solid Waste Department FIaCAL__IMPACT This equipment will be purchased from Certificate of Obligation funds previously authorized by Council for acquisition of equipment and vehicles Account# 720-004-0020-8707 lly submitted c;AO Cloy V Harrell City Manager Approved i!-==_---- Name Denise Ha pool Title Senior Buyer DH/dd 169 DOC c~ 8 A _ U C ~op ~ N 8 s - s - - - 8 8 ° co ti s s ti a C o A W o s s s o CY3 s s s N s 8 s O ° O MT [may z zpg ~~Ulll N N CV r N ('n L(1 CITY of DENTON, TEXAS MUNICIPAL BUILDING / 215 E McKINNEY / DENTON TEXAS 76201 MEMORANDUM TO Tom Shaw, Purchasing Agent FROM Charles Watkins, Superintendent, Solid Waste Division DATE July 8, 1991 SUBJECT BID NO 1261 PRE-CRUSHER AND CONTAINER FOR PETERBILT The Solid Waste Division recommends awarding the bid to the low bidder meeting all specifications In this case, the low bidder meeting all specifications is Master Pak The apparent low bid received from Custom Metals was withdrawn due to an error in the bid The second lowest bidder was IDS but the unit does not meet specifications for hydraulic equipment Additionally, contain- er guides are listed as optional equipment on the IDS unit for an extra $95, but the guides are a part of the unit offered by Master Pak es'S Watkins CSW/sc 1W2/070891148 xc R E Nelson, Executive Director of Utilities Bill Angelo, Director of Community Services Vince Gallegos, Supervisor, Commercial Solid Waste 817/566 8200 D/FW METRO 434 2529 CITY of DENTON, TEXAS MUNICIPAL BUILDING / 215 E McKINNEY / DENTON TEXAS 76201 M E M O R A N D U M TO Tom Shaw, Purchasing Agent FROM Charles Watkins, Superintendent, Solid Waste Division DATE July 11, 1991 SUBJECT PETERBILT PRE-CRUSHER The pre-crusher will belong to the City and will be rented to Peterbilt in the same way as all of our roll-off equipment The proposed rental price is $345 00 per month which is based upon the expected life of the unit, which in this case is 10 years, the cost of the unit including financing, and the anticipated maintenance cost over the life of the unit es a ms CSW/sc 1W2/071191149 xc R E Nelson, Executive Director of Utilities Bill Angelo, Director of Community Services 817/566 8200 D/FW METRO 434 2529