Loading...
1988-1050923L NO AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR fHE 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 the f Bid the materials, lowest posals" sub it ed therefor, andor services easo shown e in bids 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, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the numbered items in the following numbered bids or materials, equipment, supplies, or services, shown in attached the "Bid Proposals" approved as being the lowestresponsible bids for bsuchcitemsd and BID NUMBER ITEM NO VENDOR AMOUNT 9863 1 W M Dusenberry 237 33 48 00 ea ea 9863 2 W M Dusenberry 4945 gal 9867 1 Wright Asphalt 6143 gal 9867 2 Koch Materials 6143 gal 9867 3 4 Koch Materials Koch Materials 15 73 ton 9867 9867 5 Koch Materials 15 48 15 23 ton ton 9867 6 Koch Materials 19 24 ton 9867 10 Koch Materials 20 25 ton 9867 7 Jagoe Public 20 50 ton 9867 8 Jagoe Public 20 25 ton 9867 9868 9 All Jagoe Public Scientific Atlanta 69,900 00 SECTION II That by the acceptance and approval of the above agrees offer of mthe persons sub ittingmthe bids bids, the City accepts 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 approve an 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 representative 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 nucT--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 immed ate y upon its passage and approval PASSED AND APPROVED this 21st day of June, 1988 Y S' E ENS , MA OR ATTEST J I ER ALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY BY./ PAGE TWO DATE June 21, 1988 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT Bid # 9863 Fiberglass Poles RECOMMENDATION We recommend this bid be awarded to the lowest bidder meeting specification, W M. Dusenberry in the amount of $237 33 per pole and $48 OOper arm Total bid award $8559 90 SUMMARY This bid is for the purchase of Fiberglass Streetlight Poles The poles are replacement for warehouse stock The prices are held firm through October 1, 1988 for additional quantities as required BACKGROUND Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Warehouse Working Capital FISCAL IMPACT 1987/88 Budget funds for Electric Utility Inventory Purchase Respectf lly submitted Z/ wtia Lloy V Harrell City Manager P ared by Name Tom D Shaw, C.P M Title Asst Purchasing Agent Approved Tan John J Marshall, C P.M. Tale Purchasing Agent DATE June 21,1988 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT Bid # 9867 Asphalt-Emulsion-Road Materials RECOtR1ENDATION We recommend this bid be awarded to the lowest bidder meeting specifications for each item as listed SUMMARY This bid is for the annual estimated quantaties of Asphalt, omulsion and road materials to be used by the City in the maintenance and construction of streets and parking lots The lower price offered by White Mines, Surmount and Reynolds on item #8 are for material picked up in our trucks at their plant in Boyd, Justin and Lewisville respectively BACKGROUND, Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Street Department - Street Maintenance and Construction FISCAL IIT8CT Funds will come from approved budget accounts and or appropriate bond funds Respectf ly submitted Lloy Harrell City Manager Pr ared by Name Tom D Shaw, C P M Title Asst Purchasing Agent Approved am ohn J Marshall, C P M Title Purchasing Agent BID #9867 Asphalt-Emulsion-Road Materials ITEM DESCRIPTION VENDOR PRICE EST TOTi 1 AC-10 Asphalt Wright Asphalt 4945 $9000.00 2 CRS-2 Emulsion Koch Materials 6143 $18000.00 3. MS-2 Emulsion Kock Materials 6143 $18000 00 4. PB-2 Stone White's Mines 15.73 $15000.00 5. PB-4 Stone White's Mines 15.48 $25000.00 6 PB-5 Stone White's Mines 15.23 $20000 00 7 Type D Asphalt Concrete Jagoe Public 20.25 $235000.00 8 Type D Asphalt Picked up Jagoe Public 20 50 $200000.00 9 Type A Base Jagoe Public 20 25 $50000.00 10 Type FF White's Mines 19.24 $20000 00 Total Bid Award $610000.00 .O fb V P G1 i W i N 1 ® 1 i i r I i ~ r ~ 1 s i .~e m ITy r~ cgi~ 1~- Cgi w rr T r~r1 T f~r1 C1I N i YJ! N Z ti N ~ S 91' S x ~ H b ti f' T T 2r S g O _ O _ O ~1 ~ Oy H -1 o c ii m r r ~ T ~ ~ rn s i ~ y rp N ~ ep i Z ~ ZZi m rr 9 N y m ~ a y m c v s 9 y ti ~i G .I ml -+1 s I I rl 411 1 i m i g~g Al V a m N Z q qS r m °z C O r~r m a r s m V SNN G i O i r b ~ Ip rD N ++yy UI 1 1 ~ 1 1 rfI « yyy h1 N N 1 ~ ~ r rpy. CII W t11 1 '.O I ti Z 1 I 1 T 2 T ® I Q ~ ® ~ 1 O I n r Z yyy rrr V b m ~ p p 9 i y y r 0.+ 'T. ~ p I 1 T~ 1p ® li ® m 1 1 R 1 I S m P pp.. P i i cn +4 I 1 I 1 ti -H N yn ® Uil [.II i ; r 1 I 'V g t!f ti r I C T I { am ~ 'O C T T ® 1 b I O~ S u m N 1 1 1 I c3 z N V1 I T ! T JC o s m ~ z i a ~ mN INy P i I t S S r I Q S 4i m r!0 ® W I I I t 1 Z_ fQrl 1 ~ T d N N N iJl ill rat 1 1 1 1 ~ m 1 I r c~ i s i n I~ l 1 1 N ~ Rl 1 I m i er m ~ ~ ® I y . C 1 ~ T ~,~r 0 ~ r I ~ I ti m ~ U i 1 1 1 C'1 1 G I '9 S 1 m Z 1 ~ Z '1 W 1 I ~ 1 1 q ~ ^O W u « ~ 5l1 rs ~ 1 1 DATE June 21, 1988 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT Bid #9868 Radio Controlled Load Switches RECO111ENDATION We recommend these radio controlled load switched be awarded to the lowest bidder Scientific Atlanta in the amount of $69 90 each for 1000pcs Total bid award $69,900 00 SUIWRY This bid is for the purchase of 1000 pieces of a radio controlled load switch This switch is a device that would allow the Electric Utility Department to disconnect a consumer load, typically an air conditioner a portion of the City of Denton load management program BACKGROUND Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS. AFFECTED Electric Utility, Load Management Program FISCAL IMPACT 1987/88 Budget Electric Bond Funds Account 611-008-0253-9225 Respectfully submitted Z- 0y'-d'e'/z y arre 1 City Tanager Pr ared by Name Tom D Shaw, C P M Title Asst Purchasing Agent Approved 4jmF John J Mars C P M tlfl Purchasing Agent E C 1, ~'u I FJ14 Du J U N 1 5 1988 CITY OF DENTON LEGAL DEPT I I I I I ® ti ~ m 1 a 1 1 -1 i 9 1 1 ~ I I = p T I 1 Ate T I 9 I ~ ~ I 1 ~ 1 C 9 < D 1 [!f 1 la r i a z i v y $ C i ~ y Z I 1 g I 1 S I I m 1 I m I~ o w 1 0 z ~ 4+ i ~ w I m I i m H ® 1 e 3 ] b m I 1 i m 1 a 1 C 1 I C A 1 1 I _ I m i 1 z I b I O 1 A i So i m i m ~ - e nl ml 1 ci mi i -1 nll z I e 1 I X11 1 I I til rl it r ml 1 1 1 1 I I 1 1 1 I I I I I I 1 I I 1 1 1 1 1 I I I iC1 OI ~q ml 1 OI T N ~ 91 1 CII NI . l $1 m O NI l I I OI r'1 NI 41 NI Ni Mi r T i 9 1 ZI 1 I I rl I 1 SI 1 I til 1 SI 1 1 ~ 1 I 1 1 °m m r m z z ms ~ a rii r m z z a T n i 9i mi m i i A ml ml al o - I I I 1 3 'I HI ql I l HI I I 1 l qF I I 1 I m 1 I I I I I I l 1 I i 1 I 9 q I 1 1 1 I I I ~1 1 l ~I 1 I TI yl I ~i ~1 m I 1 I 1 I m 1 19 1 y ml +~1 y C]1 ~ ly ~y 1 I ~1 l N ~ mp1 b O T' T u 1 I~l'1 1 [NJI 1 m 1 I I~j ^ ,q r 1 3 1 N 1 1 'V 1 i m i o i "p1 Ni ~ $ y T py I 1 m L!] I I NI N I 1 IID 1 ml EI) 1 1 ~1 ®I I z a ~ ° 1 i :O i 1 I TI I a r I I I I H Z I 1 I I 1 I 1 1 1 I N.. m 1 I r1~ ti W 1 1 O ~ I I ~ ~ i rt~i i m m ~ q = ~ N p C!1 ~ ~ I ~ 1 ^'9 r m Z N V ~ ~ n 1 p 1 ® a N i T I I < I 1 N C ~ 'O Z z u I Z i ~ z R y m N ~ A i < fn Y (.JII W i . .pp y I i m m m j mmy~~ ~ I m ~ i 1 ~ rmi ~ ~ SO N ~1 f~ i N V I "OA 1 ~ •%[Di Z i i .p I 1 n cNil ui m ~ m m m m ' a i c i r Z e o m e o , z i o~milm- a z ~ i n I 1 I I i m i m i ° m z I z I _ z _ ~ w ~ m i c i ~ m z z i I r a~m z W G ~ I i g S i -gi ~-I O - O . E II I I m