Loading...
HomeMy WebLinkAbout1994-192NOTE: ORIGINAL SPECS AND CONTRACT DOCUMENTS ATTACHED TO ORIGINAL ORDINANCE ORDINANCE NO. AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of state law and City ordinances; and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest; responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION I. That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file .in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids: BIN NUMBER CONTRACTOR AMOUNT 1673 SUNMOUNT CORPORATION $1,319,742.00 SECTION II. That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid. SECTION III. That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein. SECTION IV. That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto. SECTION V. That this ordinance shall become effective immediately upon its passage and approv 1. PASSED AND APPROVED this the / day ofy CA_��t, ,1994. ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: API OVED AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY BY:'��ri .� �� DATE: OCTOBER 18, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1673 - AIRPORT RUNWAY EXTENSION RECOMMENDATION: We recommend this bid be awarded to the low bidder, Sunmount Corporation, in the amount of $1,319,742.00. SUMMARY: This bid is for all labor and materials necessary in the construction of the extension to Runway 17-35 of the Denton Municipal Airport. Construction will consist of Schedule I - 1000 feet of runway extension, Alternate I - 660 feet of 48" concrete reinforced pipe and Schedule II - removal and relocation of Localizer. This project will be funded by a grant from the Federal Aviation Administration which will cover ninety percent of the cost and the City will fund ten per cent of the project. Five bid proposals were received in response to sixty notice to bidders mailed to contractors. BACKGROUND: Tabulation Sheet, Memorandum from Freese -Nichols, Inc. PROGRAMS DEPARTMENTS OR GROUPS AFFECTED: Airport Staff and Citizens utilizing the Denton Municipal Airport. FISCAL IMPACT: Funds for this project will be split between the City of Denton and the Federal Aviation Administration. The City will be paying 10%. 4Llespoyd V . Harrel City Manager Prepared By: Name: Denise Harpooll— Title: Senior Buyer Approved: Name: Tom D. S a , C.P.M. Title: Purchasing Agent 531.ADEMA \ M \ � ` ) § ! ; \ / \ \ ! \ § § $ 7 § \ | § ■ ) } ; \ 3 » w p ) 2 § 3 ) ( \ ) \ §§ z §\ . m ; , i c \ ;§m 2� �j) ( } \ (\ e # ]in b LA , j ZC)0M \§ )46 ( \ ? m (=2 \ / \0\/ a 00 , r 2 q ƒ t) \ j § (A2 » » ! 09-22-94 01:64PM FROM FREESE & NICHOLS TO 9t8t73837302///93226 P002/002 A C I? N T U R Y o f 8 E n V I C E 1 8 9 4- 1 9 9 4 Zt September 22, 1994 FREESE-NICHOLS Mr. Joe Thompson Airport Manager Denton Municipal Airport 5000 Airport Road Denton, Texas 76207 RE: Donlon Municipal Airport DTN93226 Dear Mr. Thompson: The bids received on September 20, 1994, for the extension of Runway 17-35 and associated work at Denton Municipal Airport, have been reviewed, It is recommended that the cnntract be awarded to Sunmount Corporation, in the amount of the low total bid on Schedule I, Schedule I - Alternate No. 1, and Schedule II as follows: Schedule I Alternate I Schedule II Total $11,116,402,50 $ 172,340.00 $ 31,000.00 $1,319,742.00 This recommendation is predicated on the withdrawal of the hid of Duinnick Brothers on Schedule II. If you have any questions, please call me at (817) 735-7360, Yours truly, FREESE AND NICHOLS, INC. AGer�aldMusick, P.E. Senior Aviation Engineer DTN93-'661T:\I,CINBin Ri.ic. Kc,Mi Freese and Nichols, Inc. Engineare Environmental Sclantlete Architects 4055 International Plaza Suite 200 Fort Worth, Texas 76109-4095 817-735-7300 Metro 817-429-1900 Fax 517.735-7491 5EP 22 '94 12:56 817 735 7491 PAGE.002