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