Loading...
HomeMy WebLinkAbout1987-0820923L 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 equipment suppliesds to be or services r the approved purchase of the accepted materials, equipment, , herein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the numbered items in materials, equipment, supplies, Proposals" attached hereto, are being the lowest responsible bids the following numbered bids for or services, shown in the "Bid hereby accepted and approved as for such items BID ITEM VENDOR AMOUNT NUMBER NO 9734 All Trinity Turf $ $102,400 12,000 00 00 9737 1 Transyt, Corp Consolidated Traffic $ 7,544 SO 9737 9744 2 4 3 All Environmental Improvements $ 11,999 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 accordance with the terms, specifications, standards quantities Bid dfor the specified sums contained in the Bid Invitations, 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 acceptance, approval, and awarding of the bids, the City Manager or his designated re- presentative 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 Sth day of May, 1987 7 RAY S HEN , MAYOR CITY F DENTON, TEXAS ATTEST CITY SE ETARY JE FER L ER., CIT F llE TON, TEXAS APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY CITY OF DENTON, TEXAS BY AO-� DATE May 5, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9734 SOD FOR AIRPORT RECOMIIENDATION We recommend this bid be awarded to the lowest bidder, Trinity Turf in the amount of $11,542 00 plus 08 cents per foot for sod retention if needed Total bid not to exceed $12,000 00 SUMMARY This bid is for the purchase of materials and labor to cover approximately 10,100 square yards of airport drainways with common bermuda sod This bid also includes fertilizing and watering until sod is established This project is necessary due to the erosion problems on the north end of the airport BACKGROUND Tabulation sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Airport operations FISCAL IMPACT 1986/87 Bond Funds 401-002-AB87-8306 Respectfully submitted Lloyd V Harrell City Manager Prepared by Name Tom D Shaw, C P M Title Assistant Purchasing Agent Approved ame ohn J Mar, C F M Title Purchasing Agent I m I o r I 2+ n I ' 7 I I 1 vl rm 1 1 J U m a r" i- Cl I m I 9 Jl m m I �I 1 a 1 1 I 1 I I I i N I Z I n r e l V ca I rl I e r L T N 1 r I A I I 'Tl 2 Ul r 1 I I I a rq MJi I I I � I 1 I 1 c I z I vl x I o Ol I 19i m � I 3l I I 1 2 I l 1 1 I I I y m i T 1 C! I I I � 6i hl I I m > y I u I 1 1 I 1 S I I m I 3 1 I 4 I YJ' 1 1 � 1 1 I 1 I I I I I I 1 1 - 1 1 I I m 1 I � I I O I I �L I DATE May 5, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9737 - TRAFFIC CONTROLLERS dr HEADS RECOMIENDATION We recommend this bid be awarded to the lowest bidder meeting specification as follows Item 1 Traffic Controllers to Transyt Corp at $6400 00 ea - $102,400 00 Item 2 Signal Heads to Consolidated Traffic at 144 00 ea - 3,456 00 Item 3 Signal Heads to Consolidated Traffic at 240 00 ea - 4,088 50 TOTAL BID $109,944 50 SUMMARY This bid is for the purchase of traffic controllers and signal heads to be utilized to upgrade the traffic signal system throughout the City At such locations as Carroll at University, Loop 288 at Hwy 380, and the expansion of Nottingham to Mingo Road among several others are target sites The lower prices offered by Traffic Signal on Item 1 fail to meet compatability requirements The items offered on #2 and #3 from Traffic Parts do not meet specifications and they have not complied with terms of the bid BACKGROUNO Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Traffic Control Department - Signalization Upgrade FISCAL IMPACT 1986/87 Capital Improvement Bond Funds Respectfully submitted Lloyd V Harrell City Manager P pared by Name Tom D Shaw, C P M Title Assistant Purchasing Agent Approved L me ohn J Marshall, C P M 'Title Purchasing Agent — I I ] 1 1 Nr I I sl V I I i 1 I x I 1 I s t 1 I t ) I I I I r I 1 I 1 I ti I IT y II a � YI] y I I 1 1 Y fTl I I 4 I I 1 1 I S 1 I 4n I r ) j ! I I 1 1 I I I I 1 1 1 I n I � L I 1 I 1 1 ) 1 S 1 1 1 I I I Y I � 1 I I 1 1 I I I I !1 1 6) I I I I 1 I I ~I I 1 1 e i _ I ni a) I i i I `n I Z I I I i sa I _r Y' Y '� lA DATE May 5, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9744 - SLANTING DISC VALVE RECO1104DATION We recommend this bid be awarded to the only bidder, Environmental Improvements at a total bid price of $11,999 00 SUMMARY This bid is for a 14" and a 16" slanting disc pump valve for use at the Water Production Plant Because Environmental Improvements was the only bidder, another city was contacted about their recent purchase of a valve Environmental Improvements bid is lower and very competitive compared to their purchase BACKGROUND Tabulation Sheet Memo - Utility Department PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Utility Department - Water Production FISCAL IMPACT 1986/87 Budget Fund for Water Production Bond 623-008-0460-9106 Respectfully submitted Lloyd V Harrell City Manager Prepared by 1 Name Denise Manning Title Buyer Approved � x Name Tom Shaw, C P M Tale Assistant Purchasing Agent u rN \ i �) s) �) il u I I 1 1 I 1 3 r I I I I I I r I 1 I I I I I I I I n 1 I v I I I z I I R 1 a a I I I I 1 I rl I 1 I I C) 1 1 I I l 1 I\ I Y I I I I I I 1 fl I I S f) 1\r 1 I z I I I 1 I n I 1 1 I - I I I I 1 I I I I I I I I t I 1 I 1 I I I J 1 CITY of DENTON M E M O R A N D U M TO John Marshall, Purchasing FROM Dave Ham, Director of Water/Wastewater Utilities DATE April 24, 1987 SUBJECT Evaluation of Bid #9744 for 14" and 16" Slanting Disc Valves gESCU\� DENTON, TEXAS 76201 The Utility Department Water/Wastewater Division has evaluated the above - noted bidder, Environmental Improvements Due to the receipt of this only bid for the Slanting Disc Valves, the Utility Department contacted the City of Lewisville regarding their last year's purchase of a 14" Slanting Disc Valve at a cost of $6,454 Environmental Improvements bid of $5,549 is 16 37 less, which indicates that this is an attractive bid Therefore, the Utility Department Water/Wastewater Division recommends awarding said contract to Environmental Improvements Dave Ham Director of Water/Wastewater Utilities DH/ss