Loading...
1987-0020923L 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 for the appropriation of funds to be used for the materials, equipment, supplies or services accepted herein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS the City Budget the purchase of approved and 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 9585 Street Southern Hills Addition/Weir ~ Associates-participation $40,698 51 9693 All Lone Star Peterbilt $77,555 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 CII'Y of DENTON / 215 E McKinney / Denton Texas 76201 MEMORANDUM DATE December 3, 1986 TO John Marshall, Purchasing Agent FPOM F David Ayers, Engineering Tech/Plan Rewew SUBJECT City Participation on MayMll road of Southern Addition 5 H~lls Wler and Associates sent us an estimate on December 1, 1987 for C~ty partIcipation on Mayhlll Road Their cost breakdowns were dollar per foot ~nstead of dollars per square yard I have talked to G~no Bernardez of W~er and Associates and conf~rmed my numbers w~th them I hope that my format will expedite tMs process TMs 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 Port~on of MayMll Road West Side 9+50 to 15+60 = 610 ' 2+00 to 9+50 = 725 ' 1~335 (8') = 1,186 67 s y 9 East Side 9+50 to 15+60 = 610 ' 2+00 to 9+50 : 775 ' 1~385 (8') = 1~231 11 s y TOTAL SQUARE YARDS 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 o£ 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 o£ the above numbered items of the submitted bids the City Council hereby authorizes the expenditure of funds there£or in the amount and in accordance with the approved bids or pursuant to a written contract made pursuant thereto as authorized herein its SECTION V That this ordinance shall become effective passage and approval PASSED AND APPROVED this 6th day of January, immediately 1987 upon CITY OF DENTON, TEXAS ATTEST OT~'A'LLEN,-CITY MECR[TA~] OF bENTON, TEXAS v APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY CITY OF DENTON, TEXAS CITY COUNCIL REPORT DATE January 6, 1987 TO Mayor and Members of the City Council FROM SUBJECT Lloyd V Harrell, City Manager ~ 9583 RECOI~NDATION We recc~Inend the street portlon of this bidbe approved for the participation wlth Southern H~lls Addltlon/Welr & Associates In the re- routing construction of Mayhlll Road frcm 1-35 to Colorado Blvd at the total price of $40,698 51 as per the low b~d prLces sukmutted by Austin Paving Co and as awarded and contract w~th the City SUI~ARY This bid is for the partlclpatLon with Southern Hllls/We~r & AssocLates for the re-routLng and construction of Mayh~ll Road frcm 1-35 North East to Colorado Blvd We have awarded the sewer participation for Southern Hills The b:ds were taken and let last February BACKGROUND Tebulatlon Sheets PROGRAMS, DEPARTRENTS OR GROUPS AFFECTED FISCAL II,ACT There Ls no additional nnpact on the General Fund Respectfully submitted Lloyd V Harrell City Manager Prepared by t]eJo/~ J~ ~4arshall, C ~ M POrchas ~ng A~ent Approved T=.,,~,,~$ PURCH,4SING OIVIS~ON / F_.£~,~TON TEXAS 76201 MEMORANDUM DATE TO FROM December 16, 1986 u~ C~qS~JDAVlD A~mS JOri J. ~SHALL, C.P.M., Pt~CH~II~ ~ SUBJECT pAIt~i~"'f-ATII:N~r~f,~. & ~ (J[~t~[q_VBTr~,ROAD i Bid ~ 9583 2 P 0 # 77OO8 3 Account # 100-020-0031-9105 4 Approved by Council 5 Cost of C~ty Participation as per B~d A City of Dentu~ Cc~crete MalFnill Road B City of Dent~ As~alt Mayhill Roa~ $ 37,882.37 2r816 14 $ 40,698 51 817,5~6831~ D/FW M~[PO 207 0U42 ~age 2 of 2 pages 1 7" Concrete Pavement 2,417 78 s y @ $12 08/sy TM 2 6" Monolzthlc Curb 2,720' @ $1 28/lf = 3 6" Lime Stabilized 9ubgrade 2,417 78 s y @ $1 03/sy = 4 Lime Slurry 2~417 78 (36#/s¥) = 43 52 tons @$64 2000 TOTAL CONCRETE PORTION OF MAYHILL O0/ton $29,206 78 3,400 00 2,490 31 2~785 28 $37,882 37 A&phalt Transztlon from Mayhlll to I35 Service Road 62 (25) = 172 22 sy 9 6" Asphalt Pavement 172 22 sy @ $10 48/sy = 2 2" Asphalt Pavement 172 22 sy @ $3 69/sy = 3 6" Lzme Stab~lzzed Subgrade 172 22 sy @ $1 03/sy = 4 Lime Slurry 172 22 sM (36#/s¥) = 3 10 tons @$64 2000 TOTAL ASPHALT TRANSITION O0/ton = $1,804 86 635 49 177 39 198 40 $2,816 14 CONCRETE PORTION OF MAYHILL ROAD = ASPHALT TRANSITION FROM MAYHILL TO TOTAL CITY PARTICIPATION $37,882 37 135 SERV RD + 2,816 14 $40,698 51 If you have any further questions, S~./~ ely, Engineer Tech/Plan Rewew 0431E please call me at 566-8358 DATE January 6, 1987 Mayor and Members of the Czty Council Lloyd V Harrell, City Manager BID% 9693 - ]a~z~]FF lu~SE TRUCK ~9~ATI(~ We rec~¥~%~.nd this bid be awarded to Lone Star Peterbzlt for the truck chassis and roll-off fr~ne ~n the combined amount of $77,535 00 ~_m$~%Ry- This bid is for the purchase of a new fleet addztzon roll-off refuse truck The truck will be operated by the Solid Waste Depa~-~;Lent and will be utilized to establish a new cc~amerczal route Our rec~ndation is based upon an evaluation performed by staff members frcm the Purchasing, Solid Waste, and Vehicle Mazntenance Depa~t~nts Taken into conszderatlon were c~ollance with specifications, delivery schedules, and past experience with s~m~lar trucks The lowest bzd offered by Bruckner Mack failed to meet all specifications and bas 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 Internatzonal meets specification but has a 180-210 day delivery schedule Delivery was pointed out zn the specifications as being crztlcal to the evaluation due to loss of projected revenue that wzll be gen- erated as soon as this truck is placed into service on the NEJ Cc~w~erczal Collection route Lone Se~r Peterbilt's bid meets the specification and has an acceptable delivery schedule of 40 days frcm bzd opening or sooner We currently have three (3) Peterbilt trucks in the cc~nerclal fleet, one (1) Mack and one (1) International The Peterbilt has been a superior truck over all conszderlng downtime, parts availability and service The bid of Lone Star Peterbilt is the lowest and most responsible bid offered BACF4~[K~): Tabulatzon Sheet ~AR~4ENTS ~R ~ Solid Waste Cc~m~rcial Refuse Collection and Motor Pool FISCAL /MPACT: Th~s unit will be funded by way of the lease/purchase agreenent approved by Council 12/16/86 Funds for 1986/87 payments will ccme frcm budget ac- count 630-024-0802-8508 page -2- 1/6/87 ~_~ullysu~aitted Lloyd V ~rrell Prepared by Approved ~/Titl~-~ Purchasing Agent DATE January 6, 1987 CITY COUNCIL REPORT TO FROM SUBJECT Mayor and Members of the City Council Lloyd V Harrell, City Manager Bid #9694 Cable and Accessories RECOI$1ENDATION We recommend item 1 thru 6 be awarded to the lowest bidder Graybar Electric in the amount of $6,116 60 and that mtem 7 be awarded to the lowest bidder of Temple, Inc for a total of $24,030 00 SUI~ARY 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 BRCKGROUNp Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Warehouse Inventory FISCAL IIIPACT 1986/87 Budget Funds for working captial lnventroy 710-043-0598-8708 Respectfully submitted Lloyd V Harrell City Manager Prepared by Approved Purchasing Agent