Loading...
HomeMy WebLinkAbout1990-0862651L-1/3689 N0. 90 _ash 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 1112 1 Consolidated Traffic Controls 366.00 1112 2 Brooks Products 3,029.60 1112 3 Consolidated Traffic Controls 1,881.00 1112 4 Consolidated Traffic Controls 7,440.05 1112 5 Sandy's Signals 6,206.40 1112 6 ASI Traffic Controls 480.00 1112 7 Traffic Parts, Inc. 101.04 1112 8 ASI Traffic Controls 7,584.00 1112 9 ASI Traffic Controls 1,297.00 1112 10 Sandy's Signals 904.15 1112 11 ASI Traffic Controls 272.00 1112 12 ASI Traffic Controls 3,540.00 1112 13 ASI Traffic Controls 92.00 1112 14 T.W. Communication 12,032.30 1112 15 Traffic Engineering 5,880.00 1114 lA Davis Concrete 3.50 sack 1114 1B Lake Cities Concrete $48.00 ton 1114 2A Lake Cities Concrete S42.00 cy 1114 2B Lake Cities Concrete S41.00 cy 1114 2C Lake Cities Concrete 140.00 cy 1114 3 Gary Stevens Trucking 3.95 cy 1114 4 Gary Stevens Trucking 7.70 ton 1114 5 Gary Stevens Trucking 6.60 ton 1114 6 Gary Stevens Trucking 8.00 ton 1114 7 Gary Stevens Trucking 8.00 ton 1114 8 Gary Stevens 'Trucking 6.90 ton 1114 9 Gary Stevens Trucking 6.50 ton 1114 10 Gary Stevens Trucking 5.00 cy 1114 11A No Bidders 1114 11B No Bidders 1115 1 Mahaney International 37,764.00 1115 2 Altec Industries $59,664.00 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 L1_ day of �, 1990. BOB CASTLEBERRY, MAY R PAGE TWO ATTEST: JENNIFER WALTERS, CITY SECRETARY BY• APPR VED AS TO LEGAL FORM: DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY BY: PAGE THREE DATE: JUNE 19, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1112 - TRAFFIC SIGNAL CLOSED LOOP SYSTEM RECOMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specification for each item as follows: Item/Description Vendor 1) Detector Racks Consolidated Traffic Controls 2) Pull Boxes Brooks Products 3) Power Supplies Consolidated Traffic Controls 4) Detector Modules Consolidated Traffic Controls 5) Signal Heads Sandy's Signals 6) Load Switches ASI Traffic Controls 7) Nema Flashers Traffic Parts, Inc. 8) Ped. Signal Heads ASI Traffic Controls 9) Backplates ASI Traffic Controls 10) Visors Sandy's Signals 11) Ped. Push Buttons ASI Traffic Controls 12) Astro Brackets ASI Traffic Controls 13) Ped. Signal Signs ASI Traffic Controls 14) Wires T.W. Communications 15) Ped. Signal Bracket Traffic Engineering Amount $ 366.00 3,029.60 1,881.00 7,440.05 6,206.40 480.00 101.04 7,584.00 1,297.00 904.15 272.00 3,540.00 92.00 12,032.30 5,880.00 All of these vendors are the low bidder except for Item 4 in which the lowest bidder, Traffic Engineer's Detector Modules, are not compatible with our present system. SUMMARY: This bid is for equipment to be used by the Traffic Department. This Equipment will computerize traffic signals in the downtown square area in coordination with the Carroll Boulevard closed loop signal system. BACKGROUND: Tabulation Sheet, Memorandum, Jerry Clark. Bid #1112 Page 2 of 2 June 19, 1990 PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Transportation Engineering Division FISCAL IMPACT: 1989 Bond Funds #436-020-GO89-9105 Respe ully submitted: v I� Llo V. Harrell City Manager Prepared by: Name: Denise Manning Title: Senior Buyer Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 031.DOC X- 30 3> 3> 3P 10 M 30 3> n> T> Un, X. 1 1 M CD so tv a) t� wn m a) i:i�I m m 'm m, m m i:II m rn I'l T" m m m rm m "I m m "I m m m I I I 1 I= X. -0 11 P-i J,J III I'll I ITt 1 —11 111 r1l III ap I ml -Z =1 I cz, '43 111 �III Q1 -4 -.7 M MP IW I I LO III do 113 " -1 to III "m nX3 I ;v 6 6 ;w u1 6 6 6 dD do to w CD KW do w w to do to do do to do m w to I I Ja 17 C) Inn, 1 m.-,4 — -4 U, do W, -4 I= InnI -1 .11 to I'l) —j N) —4 JYs .Mn M, w 40 to 1� I nunl I yl n UI . . . . . .•. . . . . . . . . I,J ap CO do W Iul do I-I'l do �n m do 111) to I I I I IXI I All r'l do L7, M IE I I I I I I I I I I I I I I G4 TV luXI I'l do M! 1 do I I ICY I 03 CC) I I 2m -CI to I I 14 O M; 1 1`0 1 m I O L, IM I M I W LA 01 -J 11-1 1 IXI KI 1�j �j M -A 44 1 1 I I M X, to 4 -0 .-j III do do III I I cl) do IV 'n" w CP m do to do do ED w w dQ to to ap do e;7 do to I I do do 19 do do do do to Co do do iIll mI ml X, -W III I I CAM on IZt Cj a- to to do w do CD 'Cc "do m to m I� do w do ISM do do do to do do m m 1 70 CD m ILd a- �4 do do, to I ml so �l a) do do co do I rri . . . . . do to ISO ?A do do to 1 I I .73 do to do do do 1 19 Im m to do Im MP to do do I I I 1 CITY of DENTON / 215 E. McKinney / Denton, Texas 76201 MEMORANDUM DATE: June 13, 1990 TO: Denise Manning, Assistant Purchasing Agent FROM: Paul Iwuchukwu, Traffic Engineer Associate SUBJECT: Bid 1112 Traffic Signal Closed Loop System The attached list of low bids reflects two changes to our previous recommendation: 1. Item No. 4, Detector modules, has been moved from Traffic Engineering and Controls, Incorporated to Consolidated Traffic Control at the price of $7,440.05 instead of $6,460.00 - a net increase of $980.05, and; 2. The total amount of all low bids has changed from $50,125.49 to $51,105.54 - a net increase of $980.05. We have tested the Microsense M222TX detectors (samples) sent to us by Traffic Engineering and Controls, Incorporated (TEC). They performed very well to our specifications but their sizes do not match existing racks which are already built into the cabinets. I have contacted Mr. Kevin Byrne, president of TEC, and he is satisfied with the change in the awards. Please accept our new recommendation and let us know if you need additional information. Paul Iwuchukwu attachment xc: Rick Svehla, Deputy City Manager Jerry Clark, Director of Engineering and Transportation 0876E I I VENDOR ( ITEMS I (Low Bidder) I Item I Description I I No. I I A.S.I. Traffic Control System P. O. Box 470728 Fort Worth, TX 76147 Traffic Engineering and Controls, Inc. P. 0. Box 7393 2100 Highway 75N Huntsville, TX 77342 Sandy's Signals, Inc. 100 Congress Avenue, Suite 1000 Austin, TX 78701 T. W. Comm. Corp. 923 Lone Star Drive O'Fallon, MO 63366 Brooks Products 2001 W. Mayfield Road Arlington, TX 76011 Consolidated Traffic Control P. 0. Box 3461 Arlington, TX 76010 Traffic Parts, Inc. P. 0. Box 837 Spring, TX 77383 TOTAL (All Low Bids) 1478o AMOUNT 6 I I I Load Switches I $ 480.00 8 I Pedestrian Signal Heads I 7,584.00 9 I Backplates I 1,297.00 11 Pedestrian Push Buttons I 272.00 12 I Astro Brackets I 3,540.00 13 I Pedestrian Signal Signs I I 92.00 I I TOTAL 1 I I 113,265.00 15 I I I Pedestrian Signal Brackets 1 I I 5,880.00 I I I TOTAL I $ 5,880.00 5 I I Signal Heads I $ 6,206.40 10 I Visors I 904.15 I I TOTAL 1 $ 7,110.55 14 I I 1 Wires - TOTAL 1 I I $12,032.30 2 I I I I I Pull Boxes - TOTAL I 1 I $ 3,029.60 1 I I I I I Detector Racks 1 $ 366.00 3 1 Power Supplies I 1,881.00 4 I Detector Modules I 7,440.05 I I I TOTAL I $ 9,687.05 7 I I I Nema Flashers - TOTAL I I I I I 101.04 I I I I I I $51,105.54 I I I CITY of DENTON, TEXAS DATE: June 7, 1990 S MUNICIPAL BUILDING / DENTON, TEXAS 76201 / TELEPHONE (817) 566-8200 MEMORANDUM TO: Denise Maning, Assistant Purchasing Agent FROM: Paul Iwuchukwa, Traffic Engineer Associate SUBJECT: BID 1112 TRAFFIC SIGNAL CLOSED LOOP SYSTEM We recommend that you award the bids to the vendors on the attached list. Our staff has contacted these vendors to ensure they bid to our specifications. Traffic Engineering and Control, Inc. will be sending us two Microsense M222TX card and rack detectors for testing. The bid items include: 4-Channel Detector Racks Pull Boxes Power Supplies 4-Channel Detector Modules 3 and 5-Section Signal Heads Load Switches Nema Flashers Pedestrian Signal Heads 3 and 5-Section Backplates Visors Pedestrian Push Buttons Astro Brackets Pedestrian Signal Signs Electric/Signal Wires and Communication Cables, and Pedestrian Signals These items will be used for a computerized traffic signal control in the downtown square area as part of the Carroll Boulevard Closed Loop Signal System. VENDOR ITEMS AMOUNT (Low Bidder) Item Description No. A.S.I. Traffic Control System 6 Load Switches $ 480.00 P. 0. Box 470728 8 Pedestrian Signal Heads 7,584.00 Fort Worth, TX 76147 9 Backplates 1,297.00 11 Pedestrian Push Buttons 272.00 12 Astro Brackets 3,540.00 13 Pedestrian Signal Signs 92.00 TOTAL 13 265.00 Traffic Engineering and 4 Detector Modules 6,460.00 Controls, Inc. 15 Pedestrian Signal Brackets 5,880.00 P. 0. Box 7393 2100 Highway 75N Huntsville, TX 77342 TOTAL 12 340.00 Sandy's Signals, Inc. 5 Signal Heads 6,206.40 100 Congress Avenue, 10 Visors 904.15 Suite 1000 Austin, TX 78701 TOTAL 7,110.55 T. W. Comm. Corp. 14 Wires - TOTAL J12,032.30 923 Lone Star Drive O'Fallon, MO 63366 Brooks Products 2 Pull Boxes - TOTAL 3,029.60 2001 W. Mayfield Road Arlington, TX 76011 Consolidated Traffic Control 1 Detector Racks 366.00 P. O. Box 3461 3 Power Supplies 1,881.00 Arlington, TX 76010 TOTAL 2,247.00 Traffic Parts, Inc. 7 Nema Flashers - TOTAL 101.04 P. 0. Box 837 Spring, TX 77383 TOTAL (All Low Bids) I I I 450,125.49 1478o DATE: JUNE 19, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1114 - CEMENT, CONCRETE, LIME, AND AGGREGATE RECOMMENDATION: We recommend this bid be awarded to low bidders as follows: Item/Description 1A) Portland Cement 1B) Bulk Cement 2A) 5-Sack Ready Mix Cement 2B) 3000 PSI 4.5 WRA Concrete 2C) 3000 PSI W/Fly Ash Concrete Truck Time Small Load Sack Adjustment 3 Field Sand 4. Pit Sand 5. Manufactured Sand 6. Concrete Agg. 3/4" 7. Concrete Agg. 3/8" down 8. Flex Base 9. Crushed Stone #6-20 10. Screened Sand 11A)Bulk Hyd Lime 11B)Bulk Slurry Lime Vendor Amount Davis Concrete 3.50 sack Lake Cities Concrete 48.00 ton Lake Cities Concrete 42.00 cy Lake Cities Concrete 41.00 cy Lake Cities Concrete 40.00 cy Lake Cities Concrete N/C Lake Cities Concrete N/C Lake Cities Concrete -2.60 Gary Stevens Trucking 3.95 cy Gary Stevens Trucking 7.70 ton Gary Stevens Trucking 6.60 ton Gary Stevens Trucking 8.00 ton Gary Stevens Trucking 8.00 ton Gary Stevens Trucking 6.90 ton Gary Stevens Trucking 6.50 ton Gary Stevens Trucking 5.00 cy No Bidders No Bidders All items are awarded to the low bidder except in the case of Item 1B which was a tie and decided by the drawing of lots. Item 2A, 5-Sack Ready Mix Concrete was also a tie, but Lake Cities Concrete gave a higher discount on fewer sacks per cubic yard concrete mix, making them low bidder. We did not have any response for lime and will re -bid these items. Bid# 1114 Page 2 of 2 June 19, 1990 SUMMARY: This bid is for the purchase of cement, concrete, and aggregate for use by the Street, Electric Distribution, Water, and Sewer Departments for the next year with an extension clause for an additional one (1) year. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Warehouse, Street, Electric Distribution, Water, and Sewer Field Service Departments. FISCAL IMPACT: Budgeted funds from many Divisions of the City of Denton. Res pectf y su mi t d: Lloyd V. Harrell City Manager Prepared by: Name: Denise Manning Title: Senior Buyer Approved Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 031.DOC — b w I K I n .J+ X, r� m rn m ml la co Cl co V3 r, -0 m &A 04 W I I =u I.n ED — — do w I I I ME m rh x> so C= C= ME ME a) m do m C.0 W. I I m 1� m -- &I M= nn A) so Q0 W m C -4 1 I 1 m U, ME r" m "i 1� U) X� ME oz ME ME I I mf m r" G I -=x I r1l I ME ME ME IM:. I do 17 1� M "I rYi M m rn m 4w C4 IT I a, -01 IT do W ot 1 ME I ml ME ME on on ME ME ME ME ME I Me I --I ul W W m W I I do a- GN KN do 1� I do 40 do do AD C= MP am I ME ME ME ME ME ME ME ME ME ME :M! ME KED co No m W. cl 1 IT Kl -4 IJ) do do 9 rN U, ED do do do do do ME -.ZE ME ME ME ME ME ME ME ME ME ME m I i C-3 ul us .0 Ed W w IU w Ed Ec; CU i CD w mrA do 151 do cm r- ME ME ME MM :Mf ME 1 CD M. 11 so 03 so, m �j M rat �.A .-,4 W ED do do do dD .-zo I m ME ME ME ME ME :2� ME M, w -W w W CO do co w ul Ed tt, I � I IV I Aa is do do do do sm I ME-MIE M-- M, I rn 1 MI ME C7o Xa v- W a, Ed w V, i E: snD M3 �4 1 s 1 -0 us . . do I I m MD �j .�n 1-4 do do do do do do I I do ED do dP do ED ED m do do ED do I I WE :2t ME ME ME ME Me t m 1 -4 w M 'X� .1 ED UD W sk He +A so 49 W w --.- — 10 Iw M, -- --- Ed ca I I M Ln 201 ME do do do do do do 40 w I I ED do do do do do do w I ME m ME ME ME I zz i cm -4 Xa .W W, W W -W w w m m m NI M do VQ M 'A 1 m 1 -.4 .. . do IT I I I rn r_ado ED &M do do Is do C-n i I 9 do do do do do ED do 1 DATE: JUNE 19, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1115 - TRUCK CAB/CHASSIS DERRICK LINE BODY RECOMMENDATION: We recommend this bid be awarded to the lowest bidder for each item. 1) Truck Cab/Chassis Mahaney Int'l. $37,764.00 Delivery in 60-90 Days 2) Derrick Line Body Altec Ind. $59,664.00 Delivery in 120 Days TOTAL BID AWARD $97,428.00 SUMMARY: This bid is for the purchase of a 44,800 Lb. GVW diesel powered truck cab/chassis and a 40 Ft. line derrick with utility body. The unit is a motor pool replacement. It will be utilized by the Electric Distribution Division in the maintenance and construction of the overhead electric system. The old unit will be sold at Public Auction. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Electric Distribution and Fleet Services FISCAL IMPACT: Funds for the purchase of this unit will come from two accounts: Motor Pool Replacement, Account #720-004-0020-8707 $78,000.00 Electric Distribution, 1989-90 Budget Account #610-080-0252-9230 $19,428.00 TOTAL $97,428.00 Respect ly spb!�ed: Lloyd V. Harrell City Manager PI pared by: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 031.DOC — — — — — — — — — — — — — — — — — — — — — — — — — — — � HH WNI'LT1 O O n � O d ron C H t7' H C� x cix x n xFd to �n z z n C7 (n t:ri In E O O m �3 tC cn x �c H > yro t� ro t' FC N — — — — — — — — — — — — — — — — — — — — — — — — — H o H H to vi W I O a> w o H oo P C io hj TJ O0 N • 'ILIJ HO b o rn o C 00 1.0 00 y rn oLIJ w o� w o w o Ul y C o 0 0 cn o 0 0 — — — — — — — — O — — — — CJ — — O H — — — — — — — — — — — O O H vi {/} I I o y ---7 to H H m F-] t+J O FTJ Ll OD N • '�' ',X' F3 O 0 o O w0 4�- kD Ln O0 P tD o co H �7 Ol O U1 cn (n o 0 0 ------------------------- 0 0 0 00 l0 d Ul W O m OD H '� l0 v+j KJ kD 0 oC i-30 C7 `3 0 �3 rn �o o N O trJ m O Cj (TI FC o H n FP o rn cn FC �7j Uj O O O O O O O O O — — — — — H — — — — — — — — — — — — — — — — — — — — Ul {/} O I H ro J H W N H ro H W iA 'z J H Ul 13 • l0 �3 o H o w o- v o m W o C m d n z 00 O, C o 0 0 m o 0 0 — — — — — — — — 0 — — — — — — — 0 — — — — — — 0 — — — — I n ry H � �3 Yk [� z �a C l� x n n • Nnn H Cm �o H \ io n o x O cn t7 H w H C7 n C tij Uj � 6 d�d 0 �C n r ------------- C to t7J ci �n 0 �3 ------------- H t7 ico 3 H O xl t1i xl H n t�J 10 ------------- C t�J t�1 >1 n x 0 w > r r > --------------------------- tzi N 0 > KD (I Fa --------------------------- 0 m 0 0 Lli 0 w LIJ M m to C) � n co n n t1i m � 0 0 yro FC ------------------------- 1-3 _V). OD H rsya% t.0 0. CD CD �o C) �4 (D C:) 0 tZI ; D C) 00 H > C) Li C:) n Lo io ri) C:) C) C, C) C:) — — — — — — — — — C) — — — — — — — C) — — — — — C) — — — — 110 171 C) 1-3 to 1.0 1p:.. C) ij CD bi o 0 CD N m m H C) to CD C) ------------------------- H to 110 C) C) H lj)w V). C) �3 --j H Lo OD CD co N x x % C) CD N) w 0 9P C) 0) g. Lo c) C m 00 �D co to CD C) C) ------------------------- CD C) C:) m o � V)m F-I w 0 oy > CD C:) ------------------------- C) ----------- 0 III 0 ----------- td 171 C 0 � ci W w rz ----------- n --------------------------- n Lij M O > 0 Cl — — — — — — — — — — — — — — — — — — — — — — — — — — — WNHLTJ O 'd H�3 O O C H CTJ m 7o LIJ L=J n C C x G x w Z � y C)ro y x til > > H O H \ t7 znn z z n l� d� > n O O ca H F-3 uHi H O y3 z �b � C N — — — — — — — — — — — — — — — — — — — — — — — — — — — — — H „ N � W C N N b H W n �10 tiJ O W O W 'ij :Fg Ul O 9�- L=i W o n o o Z oo (n N �i C o 0 0 Ln o 0 0 ----------------------------- 0 Cl 0