Loading...
HomeMy WebLinkAbout1987-0020923L 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 eapproved purchase of and the materials, equipment, supplies o 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" attached hereto, are hereby accepted and approved as being the lowest responsible bids for such items BID NUMBER ITEM NO VENDOR AMOUNT 9583 Street Southern Hills Addition/Weir $40,698 51 & Associates -participation 9693 All Lone Star Peterbilt $77,535 00 9694 1-6 Graybar Electric $ 6,116 00 9694 7 Temple, Inc $24,030 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 CITY o/ D6NTAM / 215 E McKinney / Denton Texas 76201 v. MEMORANDUM I t-, 3 DATE December 3, 1986 TO John Marshall, Purchasing Agent FPOM F David Ayers, Engineering Tech/Plan Review SUBJECT City Participation on Mayhill road of Southern Hills Addition bier and Associates sent us an estimate on December 1, 1987 for City participation on Mayhill Road Their cost breakdowns were dollar per foot instead of dollars per square yard I have talked to Gino Bernardez of Wier and Associates and confirmed my numbers with them I hope that my format will expedite this process This participation has not been approved by Council Please schedule for Council approval so upon completion and acceptance by the City of Denton, payment can be processed Concrete Portion of Mayhill Road West Side 9+50 to 15+60 = 610 ' 2+00 to 9+50 = 725 ' 1.335 (8') _ 9 East Side 9+50 to 15+60 = 610 ' 2+00 to 9+50 = 775 ' 1,385 (8') _ 9 TOTAL SQUARE YARDS 1,186 67 s y 1,231 11 s y 2,417 78 s y 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 6th day of January, 1987 .a.w✓ RAY 9TEPHENY, MAYOR CITY OF DENTON, TEXAS ATTEST APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY CITY OF DENTON, TEXAS BY DATE January 6, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9583 PARTICIPATICN ON STREETS RECOIRIENDATION we recarenend the street portion of this bid be approved for the participation with Southern Hills Addition/weir & Associates in the re- routing construction of Mayhill Road from 1-35 to Colorado Blvd at the total price of $40,698 51 as per the low bid prices submitted by Austin Paving Co and as awarded and contract with the City SUMMARY This bid is for the participation with Southern Hills/Weir & Associates for the re-routing and construction of Mayhill Road fran 1-35 North East to Colorado Blvd We have awarded the sewer participation for Southern Hills The bids were taken and let last February BACKGROUND Tabulation Sheets Memo PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED FISCAL IIIPACT There is no additional unpact on the General Fund Respectfully submitted Lloyd V Harrell City Manager Prepared by Approved :-Lon r i I A Tb)6W. '✓ 1 T 5,(A3 PURCHASING DIVISION I 4 `E ' > > r,�EcT F-E'1TON TEXAS 76201 MEMORANDUM DATE Decwber 16, 1986 TO JERKY CLVW4bAVID AYM FROM JOHN J. MARSHALL, C.P.M., P[IIRCHASIM AGENT SUBJECT PARTICIPATION FIPPH WM & ASSOCIATES ON mkyH L ROAD 1 Bid # 9583 2 P 0 # 77008 3 Account # 100-020-0031-9105 4 Approved by Council 5 Cost of City Participation as per Bid A City of Denton Concrete Mayhill Road B City of Dentm Asphalt Mayhill Road TOTAL PARTICIPATION $ 37,882.37 2,816 14 $ 40,698 51 817,5b68371 DIFW AIL rPO 2b70042 rage 2 of 2 pages 1 7" Concrete Pavement 2,417 78 s y @ $12 08/sy = 2 6" Monolithic Curb 2,720' @ $1 25/lf = 3 6" Lime Stabilized Subgrade 2,417 78 s y @ $1 03/sy = 4 Lime Slurry 2,417 78 (36#/sy) = 43 52 tons @$64 00/ton 2650 TOTAL CONCRETE PORTION OF MAYHILL $29,206 78 3,400 00 2,490 31 2.785 2 $37,882 37 Asphalt Transition from Mayhill to I35 Service Road 62 (25) = 172 22 sy 9 1 6" Asphalt Pavement 172 22 sy @ $10 48/sy = 2 2" Asphalt Pavement 172 22 sy @ $3 69/sy = 3 6" Lime Stabilized Subgrade 172 22 sy @ $1 03/sy = 4 Lime Slurry 172 22 s (36#/sy) = 3 10 tons @$64 00/ton = 2000 TOTAL ASPHALT TRANSITION $1,804 86 635 49 177 39 198 40 $2,816 14 CONCRETE PORTION OF MAYHILL ROAD = $37,882 37 ASPHALT TRANSITION FROM MAYHILL TO I35 SERV RD + 2,816 14 TOTAL CITY PARTICIPATION $40,698 51 If you have any further questions, please call me at 566-8358 Sinc ely, Zz ��� F David A rs Engineer Tech/Plan Review 0431E O� a' NW Magrn iygg,�rrtra(�njm Mod � rnf1 a rn�. A V1H �HK7 ma JN [nrn0 Pin W � n If ��} fr iD R y (�j? � 5 .OnT Y � N � ��N N � `JN d n (U Xfpl O Y v I � (1 RXN N �NTp O.N pnI HHy XM �r+ (7 �{Uyyl n�E `{��Q'"� ; on o0555$$ n wr ° �g °n r nm � o f� o O f7 Y °c o o i6 r 76 & 0 iu (n r'o nwrn n rr 's N n] n 'tl (D ff v 0 M w W F+ p NiNSNNNppnn N 4 N 0 O w r j y 7 N r r r r En CA N N H UI qC 2 w 9 K w m N S m O O N uWi JN O T A - O W m N i C M O O O O O O O O N N O T S S W Z O W O O N O 0 O O C� N p O p 0 J _ yy1I N S J A _ T H O O O O O O O O O O O O C O O O O O T N J1 10 '30 T O O S Go m S O N S N J HC v S O O O S $ O O O O N OA1 v � N W A N Sp NN O � J O N S S O O O O O S S 0 N RRR M {Wll Op � A T A O W W •� O coo A r N W A lNll N T �O J A � W � W � A O N N O W A O O T N A O N O O S O S S O S O O O O O lwn N O O O pkp co W S O N Wy m O A W+ N N W J N J n 6 p O O O N OO O O O O O O O N O O O N O O A H W W N J b J J A S O O N S N S 00, N A A O O N O W O A T O O L O N ; O O .N+ Q T eA. O T o � il �.. o� rn p91] 9 A NHwHwH NHN�w� f�D��j [Nf �?f�1; NO ID i� �(��1 n I(�fn •n �(U i �y � n frti fD non -1 F f7 T n � n Gi W W A A tJ� N O ry O Z r M N K r N r 'd r m N �C N rC N rd Ul �G N K 7 N tC IM C HH ItSA WO X N �O yZy O S N W O O O W HN yy Ze J pJ m N N m p r m 01 co W .O 03 N rto C z O CC~Y'Jj' C N .i O � O N F O z 6 pp a N O � In a 7 G CJ ID O O N[CyyS' O 8F S S S S UI S N O N O O tin CCC N N v N m i O O N S SO O O O O O N O O O W O O O O O N m a0 O W N A N N N p N pZi y 8 O V1 +1 N N W N J J O �p J Zo N Y G N O W O S O Zn e Ir O In DATE January 6, 1987 TO Mayor and Members of the City Council F'RCYK: Lloyd V Harrell, City Manager SUBJECT BID# 9693 - RCLL-OFF F49UM U= We recommend this bid be awarded to Lone Star Peterbilt for the obassis and roll -off frame in the combined amount of $77,535 00 SUMMARY* This bid is for the purchase of a new fleet addition roll -off refuse truck The truck will be operated by the Solid Waste Department and will be utilized to establish a new commercial route Our recommendation is based upon an evaluation performed by staff members from the Purchasing, Solid Waste, and Vehicle Maintenance Departments Taken into consideration were compliance with specifications, delivery schedules, and past experience with similar trucks The lowest bid offered by Bruckner Mack failed to meet all specifications and has a 130 day delivery schedule The second bid offered by Bruckner Mack is for a lighter GCW truck and is unacceptable due to failure to meet specification requirements The bid for Southwest International meets specification but has a 180-210 day delivery schedule Delivery was pointed out in the specifications as being critical to the evaluation due to loss of pro]ected revenue that will be gen- erated as soon as this truck is placed into service on the NEJ Comercial Collection route Lone Star Peterbilt's bid meets the specification and has an acceptable delivery schedule of 40 days from bid opening or sooner We currently have three (3) Peterbilt trucks in the commercial fleet, one (1) Mack and one (1) International The Peterbilt has been a superior truck over all considering downtime, parts availability and service The bid of Lone Star Peterbilt is the lowest and most responsible bid offered BACKC3tUM: Tabulation Sheet PRoGRANS DWARTMENAS OR OOPS AFFEX.7.'ID- Solid Waste Commercial Refuse Collection and Motor Pool FISCAL DGWr: This unit will be funded by way of the lease/purchase agreement approved by Council 12/16/86 Funds for 1986/87 payments will cane from budget ac- count 630-024-0802-8508 Page -2- 1/6/87 Respectfully submitted Lloyd V Harrell City Manager Prepared by Tcm Shaw, • FI&WIMZing AgentMarshall, C YJ R I 1 m m I m m 1 1 ti I I I r) I ern r m r r ✓� I I ti I 1 1 I I I 1 I r) < I I M r F) a it n l m l r} Y 4l ) I T 1 [ 2l u 1 I m� Y ll i -1 i 9Ry f 1 1 I � 1 1 I ) F I I 1 1 I I 1 I 1 Sq 1 < 1 KJ rJ q) Z I I R 3 y 1 1 Cl I 6 C Mi 1 I 1 1 I r 1 1 � I 1 1 G) �'Wfi V r q I < I rt1 Y_1 J 3 qi q vl Lp ! A I P I G 1 F 1 1 y I ) ul q) i I 1 r I 1 � 1 1 I I Y ~ I 1 I I S I- I I I 1 I I qJ I �F C A Chi) I m si I 1 rsi 1 1 I 1 1 1 1 1 I I ) p p rJl J1 -1) I O I A L S x• x i � i � �l m ui r,n rgro h I 1 rsi rsi rsr 1 a 1 m• x� ) I 1 rsi I I rsy I 1 1 I 1 _ T r 1 < I 91 T in I ll 1 1 T x 1 I 1 I V 2 I Y 1 m I a I I 1 � I I 4i I 1 1 1 1 1 1 I 1 1 C 1 1 R1 1 I I � I Cy I I 1 1 I U 1 � 1 1 1 _ DATE January 6, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT Bid N9694 Cable and Accessories RECOIMIENDATION We recommend item 1 thru 6 be awarded to the lowest bidder Graybar Electric in the amount of $6,116 60 and that item 7 be awarded to the lowest bidder of Temple, Inc for a total of $24,030 00 SUMMARY This bid is for the purchase of 250 mcm cable along with termination and adapters for that wire This is replacement for warehouse stock and will be used by the Electric Distribution Department BACKGROUND Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Warehouse Inventory FISCAL IMPACT 1986/87 Budget Funds for working captial inventroy 710-043-0598-8708 Respectfully submitted Lloyd V Harrell City Manager Prepared by N o S aw tle Assistant Purchasing Agent Approved ! Q It A 1 r] [1 [ -J r1 C C I I 1 1 Ji r RJ H �J _ J A I fd.J I nt n I I I I 1 1 1 _ I rn J G) 1 U 1 C I J r J f 1 CJ dJ df T IT T} C H iJ D n h) F ZJ r -J m 1 1 T n1 of m -U s m ti -1 1 9J rr 2 G�l r1 1 U U 2 to I 1 m ry 1 1 I 1 r] N 1 r 1 r rn r> I I 1 1Ti c) Tr yJ na F .1 I o 1 rr- �r U] ON ul m _ I N m J r'] 1 r_ r � .]L .T I a 1 't1 yL G I rl -0 N Ll 1 1 O 1 i T' N 15J to ' I 1 1 I L? I m 1 RJ 1 1 1 Z lY1 � 1 I ro n rr S) 9U ! I 1 Cn fJl Rf LJ I 1 I I I I R1 1 In I m ni I 1 I � I 1 I 1 1 1 1 1 I F 1 ITl 1 r I-f T R 1 I CU! rO A ,M i 1 I 1 i IT{i 1 x 1 1 "f 1 ra 1 I I � I I I I I 1