Loading...
HomeMy WebLinkAbout1987-0670923L AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT NOR 1HE 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, IHE 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" attached hereto, are hereby accepted and approved as being the lowest responsible bids for such items BID ITEM NUMBER NO VENDOR AMOUNT 9736 All Dower GMC $ 15,621 00 9739 All Motor Truck Equipment $ 59,803 00 9741 All Motorola Communications $ 48,000 00 9743 1 Priester Supply $ 7,770 90 9743 1 Poleline Supply $ 8,700 00 9749 2 4 3 Riffe Petroleum $ 18,000 00 9749 4, 5, 6 $ 10 White Mines $ 67,000 00 9749 7 $ 8 Jagoe Public $330,000 00 9749 7 $ 9 Reynolds Asphalt $ 75,000 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 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 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 21st day of April, 1987 RAY SUPfiENS,jMAYOR CITY DENTON, TEXAS ATTEST U17XFER i LTERS, CITY SECRETARY CI1 OF DE TON, TEXAS APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY CITY OF DENTON, TEXAS DATE APRIL 21, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9736 20,000 LB TRUCK CAB/CHASSIS SECOND AWARD RECOMIIENDATION We recommend this bid be awarded to the lowest responsible bidder, Dower GMC in the amount of $15,621 00 with delivery to 90 days SU191ARY This bid is for the purchase of a 20,000 lb cab/chassis to replace a unit found to have a broken frame This is the second truck taken out of service in our fleet of three "skyjacker" aerial bucket trucks to 10 days The Council approved the purchase of one unit on 4/7/87 Dower GMC has agreed to hold the same price for a second unit BACKGROUND Tabulation sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Electric Distribution and Motor Pool FISCAL IMPACT 1986/87 Budget Funds Account # 610-080-0252-9230 1986/87 Motor Pool Replacement Funds 720-004-0020-8707 Respectf y submitted Lloyd G Harrell City Manager Prepared by Name Tom D Shaw, C P M Title Assistant Purchasing Agent Approved / L c �LtLlLf �14am John J Marshall, C P M Title, Purchasing Agent -. I �� � v r r m rt � 7 m J q _ I �_ _ � _ m ar I I T b ^' I I ik I � m I ti � -� � _ 1 �� \J 7 � s _ c � � 1 '� +sJ � .. ) m i �i i i m rs rn m I s cJ rn n " s z i T n J I S lJ I r Y) 1 � I I I I I I 1 1 n m n � rn I l z m b -. b I n T. C v) ~ 1 T R m 1 I -. � I I I m r I e Y � Y J ul" 1 Q G � o, i � ram-) m b r I � � i � I I � m i i _ 1 T 1 I I e- I ^ r � li m I z J r � p 1�) I b I � ti :' m � - vJ 1 1 -� m 9 I I S 9 I I 1 I 1 1 1 1 e I m 1 c I 0 1 y 1 1 1 I I I I I K I m I z I Ci I o I 1 DATE APRIL 21, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9739 KNUCKLE BOOM CRANE RECOIRIENDATION We recommend this bid be awarded to the lowest most responsible bidder meeting specification, Motor Truck Equipment in the amount of $59,803 00 This crane will be mounted on an existing truck cab/chassis SUMMARY This bid is for the purchase of a Knuckle Boom Crane to be utilized by the Electric Distribution Department It will be mounted on the truck cab/chassis made available by the sale of the Dunham Digger unit The lower price offered by Commercial Body Utility Equipment #1 do not meet specifications in length and capacity The bid of B & M Truck is $1,221 00 less than the recommended bidder The Fassi Crane offered has all metric fittings which has lead to extended downtime on the other Fassi crane we now have We feel like the Effer Crane with all U S National Standard fittings is worth the difference in downtime savings BACKGROUND Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Electric Distribution and Motor Pool FISCAL IMPACT 1986/87 Budget Funds Account fi 610-080-0252-9230 1986/87 Motor Pool Replacement Funds 4Respe ul/ly/submitted/ Lloyd V Harrell City Manager Prepared by Name Tom D Shaw, C P M Title Assistant Purchasing Agent Approved Nai1>6 hn J Marshall, C P M T tJB, purchasing Agent I L C1 'D T -1 W i r I T.J y I n I I I W- =v r a I 1 r_ TI I T I m o nl I m o n I - .l- co � m I r I I 1 I 1 1 1 1 1 I 1 1 1 m ! ! L11 1 C {n - o m a ra I c= O 1 ! Cl G I L m S I r~ S x N V al 1 1 I fn F � 1 1 1 I 1 � N m I S � m m -i 41 I I S C� n1 y m 1 I 1 1 r v m I 1 1 I 1 S N aj rJ A I 1 K I C C JI -J[ m'D 1 ti -i Ln m 1 1 u] m 1 b m 1 I 1 m n m 1 1 I _ 1 s Ki m i i +b m Cn m I I I 1 I Z I y m m 1 I I I I I < I I rn I 1 � I q o I 1 3 1 DATE April 21, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9741 MOBIL RADIOS FC011I1ENDATION We recommend this bid be awarded to the lowest bidder, Motorola zarrrrPionrcaTi675 This is an annual bid and total estimated expenditures are approximately $48,000 00 SUMMARY This bid is for the annual purchase of mobil radios for the Police, the Fire, and the Utility departments Radios will be purchased as Warehouse items on an as needed basis and charged to the using department BACKGROUND Tabulation sheet PROGRAMS, DEPART14ENTS OR GROUPS AFFECTED Warehouse Inventory and the other using Departments FISCAL IMPACT 1986/87 Budget Funds for Capital Expenditures Respectfully submitted 4LloVHarrell City Manager Prepared by \c Name Tom D Shaw, C P M Title Assistant Purchasing Agent Approved Aamel John J Marshall, C P M Title, Purchasing Agent H n i i � C r r � I � � T � L DATE April 21, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9743 CABLE 112 TRIPLEX RECOM11ENDATlON We recommend this bid be awarded to two vendors Priester Supply as the lowest bidder in the amount of $7,770 90 with delivery in 90 days and also to Poleline in the amount of $8,700 00 with delivery in 5 days Each vendor will supply 30,000 feet SUMMARY This bid is for 30,000 feet of overhead service drop cable This quantity is an estimated 90-120 day supply Our recommendation to purchase the dual amount, 60,000 feet, is based on current delivery schedules, market indications of rising cable cost, and extended lead times This material is Warehouse stock BACKGROUND Tabulation sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Working Capital Warehouse Stock FISCAL IIIPACT 1986/87 Budget for Warehouse Working Capital Expenditures Account Number 710-043-0582-8708 Respect llyy submitted v Llo V Harrell City Manager Prepared by. Name Tom D Shaw, C P M Title Assistant Purchasing Agent Approved am e Jahn J Marshall, C P M T 1 t 19, Purchasing Agent r S I I Z O J m � m n i v I RJ Bl - I I 1 I I T I 1 1 m r 2J ( I a r rn ✓ � I � I .w T G C I R1 I J m r) I rl I Y3J r o r m m w r a I T I 1 I I 1 i I b I m l m m n.] I n m y 1 fp m I I I m l m m m z � : 'g m uo m m I I I < � i m I I p N 1 I I I I I a ® a 1 x .p N rsJ m I I i m � � I I _ _ 1 I 1 I 1 I C I Sr1 l7 {$ r LJ C] I y m m ® 1 0 1 r y N I 31 'C 1 m m I ly 9 I I I I i i m 1 c r m 1 a m v I I m 3J Qp ® I m CY I I I 1 I I m c � i Tl i rrn 2 y I Z I m r m to ro m I ro m i m m I 3 I I m T m I < I m l n r c c m r d d i s c"J m m m I I m m i I DATE APRIL 21, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID # 9749 ASPHALT, EMULSION & ROAD MATERIALS RECOMMENDATION We recommend this bid be awarded to the lowest most responsible bidder for each item as follows Item 1 AC10 Liquid Asphalt Not Awarded at this time (prices not firm) Item 2,3 Asphalt Emulsion Riffe Petroleum est $18,000 00 Item 4,5,6 Precoated Aggregate White Mines est $32,000 00 Item 7 Type D Hot Mix Jagoe Public est 150,000 00 *Item 7 Type D Hot Mix Reynold Asphalt est 50,000 00 Item 8 Type D Hot Mix PICK UP Jagoe Public est 180,000 00 Item 9 Type A Hot Mix Reynold Asphalt est 25,000 00 Item 10 Type FF Cold Lay White Mines est 35,000 00 * Alternate supplier to assure uninterrupted supply for Bond Program SUMMARY This bid is for the annual contract for supply of asphalt, emulsion and road materials The lesser prices offered by Reynolds Asphalt and Sunmont Corp on Item 8 are unacceptable due to the expense in taking our trucks to their out of town plants The lesser price offered by Sunmont Corp on Item 7 and Item 9 is unacceptable due to the 24 yard minimum load delivery This large load is not compatible with the lay down machines used for street patching BACKGROUND Tabulation Sheet PROGRAMS, DEPARTMENT OR GROUPS AFFECTED Street maintenance & construction FISCAL IMPACT 1986/87 Budget Funds & 1987 Street Bond Funds Respe ully submitted o arre 1, ity ager Name Tom D Shaw, C P M Title Assistant Purchasing Agent Approved e ohn J Marshall, P M rtle Purchasing Agent m l i l n m a o 1 i a a m s 1 ♦ r o a c o a o o a a x I j a z z x x z z r r r 1 1 1 I TTI 1��1 T ITT N .Y N N m ri] 1 m Y .W 'I x x x m m m s n Ic i i l of x p a o n n n a v r_ 1 m ti a a a� a el I m m e MMM n m m m m c v r r r r A i z o uri ri 1 1 I o_ 1 0 N 1 I L11 I 1 G 1 T m I m l c p 1 r m N to N a a e) I S n m z 1 1 MWE 1 1 I 1 S Co S O 9 VI N m m I I [JI m m 1 I I I � 1 I 1 m 1 C 'A fall p p In a m a x In I 1 1 z n Ir 1 1 1 1 0 1 1 1 S I s l n m r 1 1 1 � c 1 I Rl I m fD 1 a 1 x .- m m m i o l a l m m 1 1 c I I I I R* T I G I n p U P V+ Cl 3 a 4 P p O I O 1 1 a r r 1 1 U] 1 I 1 U I 1 r m n i v s u+ cn a 1 a I T I 1 1 1 1 1 1 1 r x I c T a x w IT 1 O I m f Z T 1 1 1 u u P ir i i• i - 1 1 I 1 1 1 m 1 c r 1 a Z J Y a 1 s a cn u+ u 1