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