Loading...
1985-2160923L 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, and WHEREAS, Section 2 36 (f) of the Code of Ordinances requires that the City Council approve all expenditures of more than $10,000, and WHEREAS, Section 2 09 of the City Charter requires that every act of the Council providing for the expenditure of funds or for the contracting of indebtedness shall be by ordinance, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I NO 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 9526 All 9534 All 9537 All SECTION II Nicol Scale Trans-Tex Supply Mega Equipment 36,246 64 13,353 75 145,974 00 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 approved and accepted items and of the submitted bids wish to enter into a PAGE ONE 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 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 5th day of November, 1985 ATTEST LO' AL 'N, CITY E Y Y OF ENTON, TEXAS APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY CITY OF DENTON, TEXAS BY PAGE TWO DATE November 5, 1985 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Rick Svehla, Acting City Manager SUBJECT BID #9526 MOTOR TRUCK SCALE RECOMMENDATION We recommend this bid be awarded to the lowest evaluated bidder of Nicol Scale in the amount of $36,246 64 The bid offered by Cardinal Scale ($458 64 less) did not include required information for a proper evaluation, did not indicate an expandability of the printer memory, or a battery powered back-up system SUMMARY This bid is for the purchase of a 50 tone pit scale with data center, with printer, and scale transfer office The bid includes all materials and labor for installation The scale will be used at the landfill in an effort to more fairly and equitably administer the landfill use rates BACKGROUND Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Landfill Operations FISCAL IMPACT 1985/86 Landfill Development Bonds Respectfully submitted Rick Svehla Acting City Manager 7 P ared by Name Tom D Shaw, C P M Title Assistant Purchasing Agent Approved ILGi ~t.-- N I n J Marshall , C P A T le Purchasing Agent W O a z a O 0 z w a A z N H O V N tD z O N ° 17 m C ) 6 ci ( (cc N Z N Z 'J O M N M > M O c n P4 O O o a Z O N ° ° N N i I ° m z Ln $ rn c o W D I~ d N y O O 3 D N eF o ° ° a o O N a V Q O O r r LIJ H O m 9x 4c w Q u U. Ol a N N u', W V)z N M N P4 O Q z N v 4- E H 4 O C N a 4J C J a O 4+ a V c V y CD N 00 E en W ro N Y Ca L N L O Y N O co N R p w F L to a) F G O O 9 m H V N 4- 4- C1 (A ° 0 0 o ro J N N n o 4J 44 ro v u o o ra ro T z O d D N I- LL D O 4p H D+ Z H m o a z O _ yr J J I i m O DATE November 5, 1985 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Rick Svehla, Acting City Manager SUBJECT BID #9534 WATER METER BOX/VALVE BOXES RECOMMENDATION We recommend this bid be awarded to the lowest responsible bidder of Trans-Tex Supply in the amount of $13,353 75 SUMMARY This bid is for the replacement of warehouse stock for water meter boxes and valve boxes The quantities are estimated to last approximately 3-4 months BACKGROUND Tabulation Sheet PROGRAMS DEPARTMWS OR GROUPS AFFECTED Warehouse Operations and Water and Sewer Field Services FISCAL IMPACT Working Capital Account #710-004-0582-8709 Respectfully submitted Rick Svehla Acting City Manager Pr~ red by Name Tom Shaw, C P M Title Assistant Purchasing Agent Approved e/ J hn J Marshall, C P M tle Purchasing Agent O a ° ~ W Z N L n LO n a% p O co J r1 N 07 00 C , ° t\ O LO W W OO ti N ~ N N R q O J ° 71 I~ p Me ui ~ L1') O 0 a0 6 .7 co Ln W w I~ T Y N J N N O 0 L f7 N p Q 1' _ n n C N I- N r p Ln fY N f"' Y $ N N LC) .r V) M.L J y ti co Ln Ln O J H ^ Y d LO N LO C I-H O N C) Y < O N r p N N LO >1 A ~ N 4 g O Q O N N Py 00 07 to L O O O 1 W ^ C nl Y J LO LO O N W N O Z CG O Cl. O LO ^ p L O L O LC) O A O W S S eh ^ C 04 U. W I••L nl O M J 4r R Ln L N N j -d* n M rt W a7 Ln O Y O zzz > Ln o C%j (D UD .r p E O w m OL x X pO 2 O N C O C H > T W 0 O F ^ > 0 0 1 4- > C N U i O O W OL Ln 4-- O > F N O q r d 1 i i ~ - U d) O L d Cl 4- a) C F O N > W O 1 p y a) to r O 3 O O ^ J F - co H O W c F N O O V W ^ N N Z W O q 0.'1 q Pa O U 6 R't N M DATE November 5, 1985 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Rick Svehla, Acting City Manager SUBJECT BID #9537 FRONT END LOADERS RECOMMENDATION We recommend this bid be awarded to the lowest responsible bidder meeting specifications of Mega Equipment in the amount $72,987 00 each for two John Deere 644D loaders Total bid award is $145,974 00 SUMMARY This bid is for the purchase of two rubber tired front end loaders for use by the Street Department These units are motor pool replacements for two Case W-18 units purchased in December of 1980 The bid offered by Case Power and Equipment in the amount of $70,803 00 each for the Case W-30 did not include the three year warranty requested and does not have the dump height clearance equal to the John Deere The City of Denton has also experienced an unacceptable amount of service problems and down time associated with the W-18 Case loaders now in service Jonn Deere offers a 36 month full warranty where as the Case only offers a 12 month full warranty plus 12 additional months on the BACKGROUND engine only Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED. Street Department Vehicle Maintenance FISCAL IMPACT A One of these units will be funded as a portion of the lease/ purchase package for fleet equipment acquisition B One unit will be funded by motorpool replacement funds paid in against the two lKespectfully submitted Rick Svehla Acting City Manager Pr Name Tom Shaw, C P M Title Assistant Purchasing Agent Approved N m e\ oh J n Marsha `-PST le Purchasing Agent W w r o w O a S O p co Q y O C.D fs 7 O i D N ~ W I~ l0 z ° a o ~ ~ o p M 0. Z 7+ 0 + W W a {r] ' 0 0 QO~ ✓ O M u CL W f~ Z a $ $ N O T to d* u (0 p o Y Y m Lo a o O N n O U J Z 01 J co J Y M N 39:1- O J R O G W p p C = 0 M V co 0 ch q C0 W M 00 N > O 0 d O A W a 0 C] V) Ln Z b o- r 2 Ch ¢ ¢ U M J M O 0.g I~ 0 M z a $ N 0. cm (a Oa + w 0 m O D o + 0 N D W 0 0 0, U O M F i a ~ a a to U 0 i q C O - > + + W ai w Y i F 41 y g Ol O C O i li Q W as W N 3k F 0 n q q W U I I 1 I t I ' I ~ i 1 I L f I I ~ d I i I I , I I , I