Loading...
1986-1000923L NO Z 00 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of state law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therefore, and WHEREAS, Section 2 36 (f) of the Code of Ordinances requires that the City Council approve all expenditures of more than $10,000, and WHEREAS, Section 2 09 of the City Charter requires that every act of the Council providing for the expenditure of funds or for the contracting of indebtedness shall be by ordinance, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invita- tions", "Bid Proposals" or plans and specifications attached hereto are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 9549 Security Pacific Capital Markets $ 11,387 46 9616 Graco Construction Company $ 18,421 00 SECTION That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, after notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and PAGE ONE Bid Proposals, and documents terms, conditions, plans quantities and specified sums SECTION IV relating thereto specifying the and specifications, standards, contained therein That upon acceptance and approval of bids and the execution of contracts for improvements as authorized herein, the authorizes the expenditure of funds in amount as specified in such approved contracts executed pursuant thereto SECTION V the above competitive the public works and City Council hereby the manner and in the bids and authorized That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the 20th day of May, 1986 ATTEST RAY EPHEN , MAYOR CITY F DENTON, TEXAS - 6WZ~- C RL0TTE AN, C TY SECRETARY CITY OF DENTON, TEXAS APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY CITY OF DENTON, TEXAS BY &Xae 4,4oc0z ZC:k PAGE TWO DATE May 20, 1986 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #9549 THIRD PARTY LEASE/PURCHASE FINANCING ADDENDUM #1 RECOMMENDATION We recommend this "add-on" to Bid Number 9549 be approved at the 7 39% annual percentage rate offered by Security Pacific Capital Markets for the funding of 6 (six) police patrol sedans The interest cost for 36 months is $11,387 46 SUMMARY: The initial Lease/Purchase Bid #9549 was approved by Council 12/3/85 for the funding of $865,000 00 woth of vehicles and equipment This addendum is for the funding of six additional patrol sedans at $14,712 48 per unit for a total of $88,274 88 This price includes the sedans, as approved by Council 3/4/86, plus the radios, light bars and other associated equipment The financing cost will be $11,387 46 for 36 month financing BACKGROUND Memo to Council dated 12/3/85 Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Motor Pool Financing - Police Department Assigned Unit Take-Home Program FISCAL IMPACT These lease payments will be funded thru the Motor Pool Working Capital Account #720-004-0020-9142 and charged back to the Police Department budget account Respectfully submitted Lloyd V Harrell City Manager Pr ared by Name Tom D Shaw, C P M Title Assistant Purchasing Agent Approved N e John J Marshall, C P M itie Purchasing Agent CITY COUNCIL REPORT DATE December 3, 1985 TO Mayor and Members of the City Council FROM Rick Svehla, Acting City Manager SUBJECT BID #9549 THIRD PARTY LEASE/PURCHASE FINANCING RECOMMENDATION We recommend this bid be awarded to the lowest evaluated alternate bidder, Security Pacific Capital Markets at an annual percentage rate of 7 39%, for approximately $865,000 00 worth of vehicles and equipment Total intrest cost over 36 months is approximately $93,000 00 SUMMARY This bid is for the financing of approximately $865,000 00 worth of equipment and vehicles as motorpool replacement and fleet additions Our request for bid called for a master lease with multiple payment schedules (one for each piece of equipment) The bids received offered an escrow arrangement with one payment schedule as an alternate The recommendation above is based on the lowest and most responsive alternate bid, Security Pacific Capital Markets The bid offered by Chrysler calls for unacceptable payment terms and the bid from Public Leasing did not include sufficient data for an evaluation BACKGROUND Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Motorpool Financing FISCAL IMPACT These lease payments will be funded thru motor pool expense Account #720-3002 and charged back to the respective fund for each affected department as set up in the 1985/86 budget Respectfully submitted Rick ve a Acting City Manager Prepared by Name Tom Shaw, P M- Title Assistant Purchasing Agent Approved Nai om aw Titip Assistant Purchasing Agent n m d o o z y C H d H r m ~ z r o H < D A 3 m o m v m -s c n N A H ~ " ro ~ N H H m O 00 W T z cn z N n ~ Z O N D f')r )D > o) n C e m a m v N . C z w T z d O L7 C") -1 n C) n r v - co . z l< w v<nr o z~ a O m m n C a O O H m az ~ A ~ - O i g a C i N C'1 4 r ; nYm mm b < M c (D m -iTz g ~ r ~ - ~ t /I f ) K o ~rc')T C J O m 0 v1n -1 ~ ~ Z O 9 G a cai e z v ~ N W o in c') a r 7~ r m ~ z rr rnn m..a cn a a a -i v o DATE May 20, 1986 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #9616 DRIVEWAY FOR PAIGE ROAD SUBSTATION RECOMMENDATION We recommend this bid be awarded to the lowest and best bidder, Graco Construction Co , in the total amount of $18,421 00 SUMMARY This bid is for the construction of an 850' x 12' driveway from Paige Road to the Paige Road Substation site The bid includes all concrete and culvert work as well as an all weather lime slurry stabilized roadway BACKGROUND Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Electric Metering and Substation FISCAL IMPACT 1985/86 Electric Utility Bond Fund Account #611-008-0253-9217 (DWO 5840) Respectfully submitted Lloyd V Harrell City Manager Pr ared by Name Tom D" Shaw, C P M Title Assistant Purchasing Agent Approved e J hn Marshall, C P M tle urchasing Agent e - - - - _ _ _ - - ~ T - ~ - _ - - ~Y - 1- - n = - - - r - - i9 - i+ ~ - _ - - L - I) ~ - i Fq ~ V - -