Loading...
1990-065 2651L-t/3689 No. 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, 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 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 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" on file in the Office of the City's Purchasing Agent filed according to the bid number assigned thereto, are hereby accepted and approved as being the lowest responsible bids for such items: BID ITEM NUMBER NO. VENDOR AMOUNT 1100 All 3M Company $13,900.00 1093 All Cummin Supply Company$14,710.00 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 accor- dance 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 accep- tance, 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 bid 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 immediately upon its passage and approval. PASSED AND APPROVED this /~'~day of ~ , 1990. ATTEST: JENNIFER WALTERS, CITY SECRETARY ~PPROV~D ~S ~0 BEGAB DEBR~ ~D~I DR~¥OVITCH~ CITY PAGE TWO DATE: May 1, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID #1093 - PADMOUNT SWITCHGEAR ASSY. RECOmmENDATION: We recommend this bid be awarded to the lowest bidder meeting specification, Cummins Supply Co., in a total amount of $14,710.00. SUMMARY: This bid is for two switches for use by the Electric Distribution Department. One switch is for emergency stock and one will replace a smaller switch at Mervyns. BACKGROUND: Tabulation Sheet, Memorandum-George Pool. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Electric Distribution Division. FISCAL I;~PACT: Budgeted Bond Funds Acct# 611-009-0252-9222. City Manager Prepared by: Name Denise Manning : ,Tit]e: Buyer Approved: Name: Tom D. Shaw, C.P.M. T~t]a: Purchasing Agent CITY of DENTON MUNICIPAL UTILITIES / 9o 1 -A Texas Street / Denton, TX 76201 MEMORANDUM TO: Tom D. Shaw, Purchasing Agent FROM: George R. Pool, Engineer Associate I DATE: March 12, 1990 SUBJECT: EVALUATION BID ~1093, PM SWITCHGEAR ASSY. The Electric Utilities Department recommends the acceptance of the low bid submitted by Cummins. The proposals of the five bids are listed below: 1. Temple - $7,290.00 2. Prister Supply - 7,291.00 3. Cummins - 7,127.00 4. Poleline - 8,074.75 5. Wisco - 7,571.79 If you have any questions please contact me at 566-8231. GP/ks 04120040 DATE: May 1, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID #1100 - PAVEMENT MARKERS RECOI~ENDATION: We recommend this bid be awarded to the lowest bidder meeting specification, 3M Co., in the total amount of $13,900.00. SUMMARY: This bid is for the purchase of pavement markers for use by the Traffic Control Department. These pavement markers will be used for marking the new Ave. A. reconstruction project. BACKGROUND: Tabulation Sheet, Memorandum-Jerry Clark. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Transportation Engineering FISCAL II-IPACT: Street Bond Fund Acct. #434-002-SB85-8519 Respectfully submitted: L ~'ooyd ~'. Harrel l' / City Manager Prepared by: '-t' Name: Denise Manning ~ ,Title: Buyer Approved: Name: Tom D. Shaw, C.P.M. Tit]e: Purchasing Agent CITY of DENTON / 215 E. McKinney / Denton, Texas 76201 MEMORANDUM DATE: April 24, 1990 TO: Tom Shaw, Purchasing Agent FROM: Jerry Clark, Director of Engineering/Transportation SUBJECT: Bid #1100 - Pavement Markers Personnel from the Traffic Division have reviewed the bids received on April 19t 1990. The low bid from 3M Corporation is very acceptable to us as the prices range from 10 - 20 cents lower than the previous bid from Ray-O-Lite. We also feel the quality of the 3M buttons and the ability of the button to hold to the road surface are much superior. We recommend the bid be awarded at the earliest possible date with shipment as soon as possible. Part of this order is necessary to mark the new Avenue A Reconstruction Project. Please advise if you have any questions. Je 0