Loading...
1985-0970923L NO 12,5-L1 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 purchase of the materials, equipment, supplies or services approved and accepted herein, and WHEREAS, Section 2 36 (f) of the Code of Ordinances requires that the City Council approve all expenditures of more than $3,000, 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 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 9459 All Vaughan & Associates 4,100 00 9460 All Metro Bobcat, Inc 25,645 00 9461 All Donovan Uniforms 8,900 00 9462 All Floyd Glenn Smith 100,000 00 9463 1 Temple 11,800 00 9463 2-4 Wesco 19,224 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 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 aformal written agreement as a result of the acceptance, approval, PAGE ONE 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 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 ~~day of :1 ~P/j 1985 ATTEST URT9 CITY SECRETARY CITY OF DENTON, TEXAS APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY CITY OF DENTON, TEXAS BY PAGE TWO DATE 5-14-85 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM G Chris Hartung, City Manager SUBJECT BID N9431A MODULAR FURNITURE PANELS RECOMMENDATION We recommend this bid be awarded to the lowest evaluated bid received The bid received from Business Essentials of Denton, bidding Aspects brand for the low total of $53,484 00 This is some $1 500 00 lower than Goldsmith's bidding the Rosemont SUMMARY This bid was sent out before as presented by the consultant As before, we received only one bid The bid was reflected and rebid with specification revised We received nine qualified bids, and generally all meeting the intent of the specifications BACKGROUND Tabulation Sheet PROBRANS, DEPARTMENTS OR GROUPS AFFECTED Remodelling Phase III Main Section of Municipal Building FISCAL IMPACT There is no impact on the General Fund Respectfully submitted G Chris Hartung City Manager Prepared by a Marshall, C P M Tile urchasing Agent Approved NO" fn Marshall, C PM tle Purchasing Agent n O w a n ro r ~ z ° c q y ~c o ~ w » w N N C ~ N N tl ~ 1 S S H T F 9 N o r N N C ~ V ~ V yA ~ e S W ~ C m y P O_ S W A p V m $ C 1+ N N f_~II IV b _ A G a ..m p 6 N N N i T N a a N T so N , P R 25 e m u~ 4 N T p O ; p~ y S T y K C'1 q p IT y N V W T OI N b T Y N TA Q R m V Y1 ; I b S °mi ~ p f m a T N N a bl r ryg ? N A R a N ( il S S Z 8 DATE 5-21-85 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM G Chris Hartung, City Manager SUBJECT BID #9459 GOLF RANGE LIGHTING RECOMMENDATION We recommend this bid be awarded to the lowest evaluated bidder, Vaughan & Associates in the amount of $4,100 00 SUMMARY This bid is for the engineering and provision of lighting for the new golf range to be located at North Lakes Recreation Center The low bid does not meet specifications and would require two more poles an additional expense BACKGROUND TAbulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Parks & Recreation Department FISCAL IMPACT No impact on the General Fund Respectfully submitted G Chris Hartung City Manager Prepared by i Z~r i J Marshall, C M le Purchasing Agent Approved m J n J Marshall C P M Title Purchasing Agent " ~ H w A b o z C ~ H w a H M d C d N n ro H H ° z ca M ~ y o m < 7 tl m z z m ~ S n C m v M r o m r n d m A n m m ? m z o ~ p r O m q y a ~ y o n ' P m z r m m r SV ~ z 0 0 z DATE 5-21-85 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM G Chris Hartung City Manager SUBJECT BID #9460 SKID STEER LOADER RECOMMENDATION We recommend this bid be awarded to Metro Bobcat, Inc for two loaders and one trailer for the total amount of $25,645 00, the overall low bidder SUMMARY This bid was sent to the known dealers for this type of loader We received three bids for the loader and two for the trailer The evaluated low bid for the two loaders and the trailer was Metro Bobcat, Inc BACKGROUND Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Parks & Recreation Department Water & Sewer Field Services FISCAL IMPACT These items are to be on a lease/purchase from our lease/ purchase awarded vendor Respectfully submitted Chris Hartung City Manager Prepared by d~_ e Jon J Mars11aM 6TI tle Purchasing Agent Approved e o n arsna , tle Purchasing Agent ° H a . n e r ° o z N ip G 4t ah o ° z o 0 m e+ M a a a a 6 ~ t r N H ~ m m ~ y d 3 ~ r. ro H H ° z a f+ m' a m N ~ o ; g r i. m e+ ~ > ~ a C i+ c p o ~ O m c w co co v aD a o 0 z -1 W N f+ C TO per M om ° o m z o ? n ~ rn O )e V g x d z O O N N N G~ W 3 T f tT W -I z n o g ~ O z g z g z d 0 z z g x DATE 5-14-85 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM G Chris Hartung, City Manager SUBJECT BID #9461 POLICE UNIFORMS RECOMMENDATION We recommend this bid be awarded to the lowest and best bid meeting the specifications Donovan Uniforms, for the estimated total of $8,900 00 We had a lower bid from Martin Uniforms however, the uniform bid was not that as specified in the bid SUNMRRY The bid specifications were revised this year back to the specifications of several years ago We had purchased our uniforms of a different cheaper material for the past few years This material was bid by the low bidder, Martin Uniforms which does not meet the present specifications We received and considered only three bids with Donovan being the overall low bidder BACKGROUND Tabulation Sheet PROGRAMS DEPARTMENTS OR GROUPS AFFECTED The uniforms are for the City of Denton Police only FISCAL IMPACT Budget Account #100-007-0042-8108 Respectfully submitted G Cris Hartung City Manager Prepared by o n J Marshall, C P M NM 1e Purchasing Agent Approved Xitle 'J66 J Marshall C P M Purchasing AGent ` " ' " a r n ro r H n c~ d o z c C D o o ~ N r N N N ~ N' N G W O' ~ ~ ~ N H ~ N ~ ~ N ~ < U t 1 6 K ~ m m d ~ N ~ N s h 1 ~ N N H N M N O a Z n o w N e* 0 o W cWv 6 O ~O ti~ W W pp V V V b W g T p m O gy w A ~ ~ ~ N ( p ~ ~ t JI tT N O tp I~ C7 m w N N H N m ff W l Q 1D ~ p ~ O ~ y O UI tT UI tJ~ G 0 0 S ~ o o ? z W V N N F+ N N Ti O r N ~ ~ V V V V 1 ~ N N O O N W W W C O ~ ? Z ~ ~ O ~ ~ p p w W r H rN+ ~ 3z O ~ p p O O O p z 0 0 x z S DATE 5-21-85 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM G Chris Hartung, City Manager SUBJECT BID #9462 YEARLY CONTRACT CONCRETE WORK RECOMMENDATION We recommend this bid be awarded for all items to one vendor as it would be impractical to award one or two of the items to a vendor Floyd Glenn Smith was low or tied on aliitems except item three Therefore, we recommend this award be made to Mr Smith SUMMARY We have gust finished a bid contract of this sort for the past year, and it has worked well We will make a contract with Mr Smith and all of this type projects that are bid will be approved by staff at that time We do not have an estimate at this time, but with the street improvements, the total could be over $100,000 Last year the total was $30,000 to $40 000 BACKGROUND Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED FISCAL IMPACT There is no impact on the General Fund Respectfully submitted G Chris Hartung City Manager Prepared by tat \ J Marshall, P M ( le Phnurchasing Agent Approved e o n J Marshall p M tle Purchasing Agent y O m m V P O w O GD V T V+ A W N - ft 00 V1 A W N M O d O z O c yy ~C z H r K N Os O O O 6 w a A to A .y ID O IC O w O _ = A A C N O M Z N tD c _ w + v i n H m o o a rt n m t o ~ a ~ . ~ > > 3 ~ ~ C , A ~ ~ v C ~ 3 O O ~ Cf L bb O n N m K orn ro 3 C ~ H N of z N z 8 O C O r C 7 S 2 C A Ol S 8 2 S z z S z r F F+ N N F+ w ~ {W~ N W W p~ 00 2 V O ~ O tOT W H V O A N f+ V O t T W O O A g z p N { ~1 ° pp p O O O O p p O . ro p ° 8 S 0 CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DENTON ) THIS AGREEMENT, made and entered into of tlav A.D., 1985 , by and between BID # 9462 this 22 day of the County of Denton and State of Texas, acting through G. Chris Hartun , Cit liana er thereunto duly authorized so to do, Party. of the First Part, hereinafter termed the UWNER, and Floyd Gl nn Smith. and the statCity of of D an enton County of Denton Texas Party of the Secon Part, hereinafter terme CONTRACTUR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First part (OWNER), and under the thed said sPartyreof et hen Sethe cond bonas bearing (CUNTRACl'UR) date hereby herewith, with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense. to furnish all materials, supplies, machinery, equipment, superintendence, labor, insurance, ana other accessoriesooand services necessary to complete the said construction, in accordance with the conditions ana prices stated: in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for bids), Inst Bidders, ructions t hefete, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or CA-1 Bid 11 9462 written explanatory matter thereof, and the Specifications therefore, as prepared by Jerry Clark, P.E. City Engineer all of which are mace a part hereof and collectively eviaence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: Part ne Second Part, ontractor) Floyd Glenn Smith Concrete Contractor A PP UV; AS TO PORbI: y tto y - CA-l IRAMEY, KING $ MINNIS INSURANCE 707 FIRST STATE BANK BUILDING DENTON, TEXAS 76201 INSURED FLOYD GLENN SMITH P.O. BOX 1781 DENTON, TEXAS 76201 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE IUMYANY LETTER COMPANY LETTER B NI INSURANCE V, rANT LETTER C •.VETMrAERIVT D . LT UUMYANY LETTER E THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT BE ISSUED OR MAY PERTAIN THE , INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN TIONS OF SUCH POLICIES. . WITH RESPECT TO WHICH THIS CERTIFICATE MAY IS SUBJECT TO ALL THE TERMS EXCLUSIONS , , AND CONDI- CID TYPE OF INSURANCE LTR _ POLICY NUMBER POLICY EFFECTIVE DATE (MWDWM POLICY EXPIRATION LIABILITY LIMITS IN THOUSANDS GENERAL LIABILITY DATE IMMrmTVrl =ti'3 EACH °E.T? ^ OCCURRENCE AGGREGATE A x COMPREHENSIVE FORM GLA7288432 5/1/85 5/1/86 BODILY X PREMISES/OPERAHONS $300 $1,000 x UNDERGROUND EXPLOSION 8 COLLAPSE HAZARD PROPER" PRODUCTS/COMPLETED OPERATIONS DAMAGE $100 $ X CONTRACTUAL X INDEPENDENT CONTRACTORS BI a PD CC $ COMBINED $ X BROAD FORM PROPERTY DAMAGE PERSONAL INJURY PERSONAL INJURY $ AUTOMOBILE LIABILITY A X ANY AUTO DIY ALL OWNED AUTOS (PRIN. PASS,) x 6LA7288432 S/1/85 (PER PEREDYI $ 300 jN2'C rvID' X ALL OWNED AUTOS OTHER THAN) - PRIV P - 5 / l / 8 6 BODILY N . ASS X HIRED AUTOS AwY NO ACCICHM $1,000 rt, , ty X NON-OWNED AUTOS q PROPEaTr s°,~r?i / n DAMAG GARAGE LIABILITY E $ 100 *sw ~ E r Fi BI 8 PD ~ t t COMBINED $ I T} X CESS LIABILITY y UMBRELLA FORM OTHER THAN UMBRELLA FORM - - BI 8 BI $ COMBINED $ A WORKERS' COMPENSATION WC8242259 AND 5/1/85 STATUTORY I. A :vx a'x 5/l/86 ' EMPLOYERS' LIABILITY I' ? F $ (EACH ACCIDENT) - . $ (DISEASE POLICY LIMIT) OTHER $ (DISEASE EACH EMPLOYLL A Owners;Contractor BI: 300/300 Protective Liabil t Binder/A 5/5/85 DESCRIPTION 5/5/86 PD: 100/1,000 OF OPERATIONS/LOCATIONSIVEHICLES/SPECIAL ITEMS Bid #9462 CITY OF DENTON 901.-B TEXAS STREET DENTON, TEXAS 76201 Attn: John J. Marshall SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX. PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL /O DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY IT• RAMEY,KING F, MINNIS INSURANCE CITY OF DENTON INSURANCE i1111- Uhl REQUIREMENTS Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the work is completed and accepted by the City of Denton, Owner, minimum insurance coverage as follows: I arr. UP COVE WE i " TTS OF LIABILITY I• WORKMEN'S COMPENSATION STATUTORY II. COMPREHENSIVE GENERAL LIABILITY Bodily Injury $300,000 $1,000,000 Each occurance Aggregate Property Damage $10u,000 Each accident III. COMPREHENSIVE AUTOMOBILE LIABILITY Bodily Injury $300,000 $1,000,000 Each person Each accident " Property Damage -$100,000 Each accident A. In addition to the insurance described above, Contractor shall obtain at his the PROTECTIVE LIABILITY expense an OWNER'S following limits: INSURANCE POLICY with the BODILY INJURY PROPERTY DAMAGE $300,000 each person $100,000 each accident $30U,000 each. accident $1,000,UU0 aggregate Covering the work to be performed by the Contractor for the City of Denton. B. The contractor will furnish the Owner's Protective Policy described above and execute the Certificate described on the following page to the City of uenton for its approval. Insurance must be accepted before commencing any work under the contract to which this insurance applies. The City of Denton will be.listed on all policies as an additional named insured. #0399c y THIS IS TO CERTIFY that the following policies, subject to their terms, conditions and exclusions, have been issued by the company or companies shown below: THIS CERTIFICATE OF INSURANCE neither affirmatively or negatively amends, extends or alters the coverage afforded by the policy or policies shown below, nor is it an endorsement making the person, firm or corporation at whose request it is issued an additional insured on the policy or policies referred to herein. In the event of any material change in or cancellation of the policy or policies, the company or companies will mail ten (10) days' written notice to the party to whom this certificate is addressed. NAME AND ADDRESS OF PARTY TO WHOM CERTIFICATE.IS ISSUED GATE: r City of Denton 7 REMARKS: 901-B Texas St. Bid # 9462 Denton, TX 76201 CERTIFICATE OF INSURANCE L Attn: John J. Marshall, C.P.M. Purchasing Agent N ME ANN ADDRESS OF INSURED: Insurance Company I Type of Insurance Policy Number Effective Expiration Data Data LIMITS OF LIABILITY- Workmen's Compel and Employers Liability Comprehensive General Liability Employers Liability Limits-Si Bodily Injury Property Damage Comprehensive Automobile Liability-- $ Aggregate Protective Ss Aggregate Contract aggregate ✓roaucts s & Completed Operat Bodily Injury $ Each Property Damage 5 Each 'Absence of any appropriate entry means no such insurance is in force. "Covers all owned, non-owned or hired vehicles. NAkM AND ADDRESS OF ACE`ICY : PH= WWZF OF AGENCY Authorized H eipreurraadwes of ffr[ Insurance Companees related to abu BID NUMBER 9462 BID PROPOSALS. Page 1 of 2 Item Number Description Unit Price I. 432 Concrete Riprap $ 31.SdS.Y. 2. 440 Reinforcing Steel $ .7yL. B. 3, 470-1 4' ID Manhole (0'-6' Depth) $ 950.0O'Ea. 4. 470-2 t t 5 6 7 8. 9. 10. 11. 12 13. M. 15. 16. 17. 18. 5 x 5 Junction Box (0'-6' Depth) $1100.0CyEa. 470-3 4' Inlet (0'-6' Depth) $1000.0gEa. 470-4 6' Inlet (0'-6' Depth) $1200.OV Ea. 470-5 8' Inlet (0'-6' Depth) $1400.OVEa. 470-6 10' Inlet (0'-6' Depth) $1600.Op'Ea. 470-7 471 Rebuilt Inlet -to remove and replace of inlet Ring and Cover ( Inlets top $ ' 6~ $ 75.OgEa. 8 Inlet $60C Inlet $70C Inlet $80C 479 Adjusting Manhole (0'-4') O' $ 300.OgEa. Inlet $900 520 Dowel On-Integral Curb $ 5.5Q'L. F. 522 524-1 524-2 Concrete Curb and Gutter Concrete Driveway 6" Concrete Pavement (Radius, EA $ 6.7,7L.F. $ 3~/S.Y. $ ~ S.Y. 524-3 Concrete Sidewalk zy- 2a 5 1 S.P.-2 Saw Cut (Existing Concrete) $ 4.00/L. F. S.P.-3 Structural Concrete (Class A) for Headwalls, Wingwalls, Etc. (See Item 440 for Steel) $325.00/C.Y. Contract period one (1) year from date of award. We quote the above f.o.b. Denton, Texas. Shipment can be made In otherwise indicated. days from receipt of order. Terms net unless In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a reasonable period of time constitutes a contract. P n* Rnx 1781 Ma"Ing AOCras9 Contractor tlCer Denton Texas 76201 JI /I V City State Zip signature 817-565-0114 Owner Telephone Title : BID NUMBER 9462 BID PROPOSALS Page 2 of 2 The Contract will be executed for project items designated by the City. The size and scope of each project will determine if bonding is necessary. When bonding is necessary, the cost will add to the bid price. The City of Denton reserves the right to award this bid by item if in the best interest of the City of Denton. Insurance as shown in this bid is required for all projects. We quote the above f.o.b. Denton, Texas. Shipment can be made in otherwise Indicated. days from receipt of order..Terms net unless In submitting the above bid, the vendor agrees that acceptance of any or all bid items by the City of Denton, Texas within a reasonable period of time constitutes a contract. P.0 Box 1781 Mailing Address nPT1tnT1 TPXa 7~7~1t Gty Stale Zip Floyd Glenn Smith Concrete Contracto 1 el00er ~UULU C signature (817) 565-0114 Telephone Owner rue DATE 5-21-85 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM G Chris Hartung, City Manager SUBJECT BID #9463 DEAD FRONT LOAD BREAK ARRESTORS RECOMMENDATION We recommend this bid be awarded to the low bidder for each item as follows Item 1 Temple $11 800 00 Item 2 Wesco $ 5 760 00 Item 3 Wesco $ 5,100 00 Item 4 Wesco $ 8,364 00 SUMMARY Total $31 02T'b6 These bid items are for use by the Electric Distribution Division and are to be paid from Utility Budget Repair & Maintenance Funds We sent this bid to several vendors and received four bids The using department has reviewed these bids BACKGROUND Tabulation Sheet PROGRAMS DEPARTMENTS OR GROUPS AFFECTED Electric Distribution FISCAL IMPACT There is no fiscal impact on the General Fund Respectfully submitted G Chris Hartung City Manager Prepared by - I n Marshall, C P-M le PurchJ asing Agent Approved o i J Marshall C P M itle Purchasing Agent p W N q h n b o z M H C ~ N O O ~ o y m x W ~o A i ~ w ~ ~ a c O A 7c H ~ O ~ h A C a ~ ~ ~ a ~ y o m ~ s ~ n e ry y N d ~ I- i m v e* K y ~ m 9 H T S N a m ~ p x N a m ~ ~ s c ~ m O V W W ~ N ~ p m ~ r ~ F~ C w W p 8 a w u~ o = O O O O ~ N E C, to V A ~ n s o 0 8 r C A W v~ v to 2 m W o ~'b ~ C y 7 N m u i b A z d 0 z ~e c 0 z z 8