Loading...
1987-0670923L AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT ~OR IHE 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 serwces ~n accordance w~th the procedures of state law and C~ty 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, THEREbORB, IHE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the numbered ~tems ~n the following numbered b~ds for materials, equipment, supplies, or services, shown in the "Bid Proposals" attached hereto, are hereby accepted and approved as being the lowest responsible b~ds 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 Communlcatxons $ 48,000 00 9743 1 Prlester Supply $ 7,770 90 9743 1 Polellne Supply $ 8,700 00 9749 2 ~ 3 Rifle 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 b~ds, the C~ty 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, B~d Proposals, and related documents SECTION III That should the City and persons submitting approved and accepted items and of the submitted b~ds w~sh to enter ~nto a formal written agreement as a result of the acceptance, approval, and awarding of the bxds, the Cxty Manager or h~s designated re- presentative ~s hereby authorized to execute the written contract which shall be attached hereto, prowded that the written contract ~s ~n accordance w~th the terms, conditions, specifications, standards, quantxt~es and specified sums contained xn the B~d Proposal and related b~d documents here~n approved and accepted SECTION IV That by the acceptance and approval of the above numbered ~tems of the submitted bxds the C~ty Council hereby authorizes the expenditure of funds therefor ~n the amount and in accordance w~th the approved bxds or pursuant to a wrttten contract made pursuant thereto as authorized here~n lts SECTION V That this ordinance shall become effective lmmed~ately passage and approval PASSED AND APPROVED this Zlst day of April, 1987 upon AT£EST JE~N~F~.R ~LTERS~ CITY SECRETARY CITY. JOF DENTON, TEXAS APPROVBD AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY CITY OF DENTON, TEXAS CITY COUNCIL REPORT DATE APRIL 21, 1987 TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9736 20,000 LB TRUCK CAB/CHASSIS SI~COND A~/ARD RECOMIIENDATI0[t We recommend this bid be awarded to the lowest bidder, Dower GMC in the amount of $15,621 00 with dehvery ,n 90 days responsible Th~s bid Is for the purchase of a 20,000 lb cab/chassis to replace a unit found to have a broken frame This m the second truck taken out of service In our fleet of three "sky)acker" aerial bucket trucks in 10 days The Councd approved the purchase of one unit on 4/7/87 Dower GMC has agreed to hold the same price for a second unit BACKGROUND Tabulatxon sheet PROGRAHS, DEPARTMENTS OR GROUPS AFFECTED £1ectnc DLstr~butlon and Motor Pool FISCAL ItIPACT 1986/87 Budget Funds Account # 610-080-0252-9230 t986/87 Motor Pool Replacement Funds 720-004-0020-8707 Lloyd ~Harrell City Manager Prepared by Name Tom D Shaw, C P M Title Assistant Purchasing Agent Approved 3olin 3 Marshall, C P M Purchasing Agent DATE APRIL 21, 1987 CITY COUNCIL REPORT TO FROM SUBJECT Mayor and Members of the City Council Lloyd V Harrell, City Manager BID# 9739 KNUCKLE BOOM CRANE RECOI~IENDATI0[i We recommend this bid be awarded to the lowest most responsible bidder meeting specdlcatlon, Motor Truck Equipment m the amount of $59,803 00 This crane will be mounted on an ex~stmg truck cab/chassis SUHNARY This bid is for the purchase of a Knuckle Boom Crane to be ~d by the Electric Dlstr~bution Department It will be mounted on the truck cab/chassis made available by the sale of the Dunham D~gger umt The lower pmce offered by Commercial Body Utdity Equipment itl do not meet specd~cations in length and capacity The bid of B & M Truck Is $1,221 00 less than the recommended bidder The Fass~ 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 w~th all U S Natmnal Standard fittings is worth the difference m downtime savings 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  lly submitted . loyd V Harrell / City Manager Prepared by Name Tom D Shaw, CPM Title Assistant Purchasing Agent Approved JO'~n ~ Marshall, C P M purchasing Agent DATE Aprd 21, 1997 CITY COUNCIL REPORT TO FROM SUBJECT Mayor and Hembers of the City Council Lloyd V Harrell, City Manager BID# 97~1 MOBIL RADIOS I~COI~IEHDAT~ON We recommend thLs bid be awarded to the lowest bidder, Motorola ~om[numca~ons ThJs Ls an annual b~d and total estimated expenditures are approxJmately $1+8,000 O0 Th,s b,d ~s for the annual purchase of mobil radios ~or the Pohce, the Flre~ and the UtdLty departments Radios wall be purchased as Warehouse items on an as needed basis and charged to the using department BACKGROUND Tabulation sheet PROGRAMS, DEPARTI.IENTS OR GROUPS AFFECTED Warehouse Inventory and the other using Departments FISCAL IIIPACT 1986/87 Budget Funds ~or Capital Expenditures Respectfully submitted ~.,~/./I / [lo~' tlarrell City Flanager Prepared by Name Tom D 5haw, CPM Title Assistant Purchasing Agent Approved f~amex /'3~l~n 3 Marshall, C P M TiT ~) e, Purchasing Agent DATE Apr~l 21~ 1987 CITY COUNCIL REPORT lO FROM SUBJECT Mayor and Members of the City Council Lloyd V Harrell, City Manager B11~97~3 CARiF#2TRIPLEX RECOMIIENDAT~ON We recommend thts btd be awarded to two vendors Prtester Supply as the lowest btdder tn the amount of S7,770 90 with dehvery tn 90 days and also to Polehne tn the amount of $8~700 O0 wtth delmvery tn 3 days Each vendor wall supply 30,000 feet SUI4HARY Thts bid ts for 30,000 feet of overhead serwce drop cable Th~s quanttty is an esttmated 90-120 day supply Our recommendatton to purchase the dual amount~ 60~000 feet~ ts based on current dehvery schedules, market red,cartons of rtsmg cable cost, and extended lead ttmes Thts matermal ts Warehouse stock BACKGROUND Tabulatton sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Workmg CapmtalWarehouseStock FISCAL IMPACT 1986/87 Budget for Warehouse Working Capttal Expendttures Account Number 710-0~3-0582-8708 City Manager Prepared by. , Name Tom D Shaw, C P M TI t 1 e Asststant Purchasing Agent Approved Marshall, C P M Purchasmng Agent DATE APRIL 2I, 1987 CITY COUNCIL REPORT TO FROM SUB3ECT Mayor and Members of the City Councd Lloyd V Harrell, City Manager BID # 97a9 ASPHALT~ EMULSION & ROAD MATERIALS RECOMMENDATION We recommend responsible bidder for each item as follows Item 1 Item 2,3 Item 4,5,6 Item 7 *Item 7 Item 8 Item 9 Item i0 th~s blc~ be awarded to the lowest most ACI0 LlquM Asphalt Asphalt Emulsion Rifle Petroleum est Precoated Aggregate White Mines est Type D Hot Mix 3agoe Pubhc est Type D Hot Mix Reynold Asphalt est Type D Hot M,x PICK UP 3agoe Public est Type A Hot M~x Reynold Asphalt est Type FF Cold Lay White Mines est Alternate supplier to assure uninterrupted supply for Bond Program Not Awarded at this time (prices not firm) $18,000 00 $32,000 00 150,000 00 50)000 00 180,000 00 25,000 O0 35,000 O0 SUMMARY This bid ,s for the annual contract for supply of asphalt, emuls,on and road materials The lesser przces offered by Reynolds Asphalt and Sunmont Corp on Item 8 are unacceptable due to the expense m takmg 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 del,very This large load is not compatible w,th the lay down machines used for street patchzng BACKGROUND Tabulation Sheet PROGRAMS) DEPARTMENT OR GROUPS AFFECTED Street maintenance & construction FISCAL IMPACT 1986/87 Budget Funds & 1987 Street Bond Funds ~'~l~lO~r V- l-larrell,'ctty t~amager Name Tom D Shaw, CPM Title Ass,stant Purchasing Agent ~lt?& f13'oE6 3 Marshall,~C P M e'~ Purchasing Agent