HomeMy WebLinkAbout1992-024ALLOOOIF
ORDINANCE NO v? oa
AN ORDINANCE ACCEPTING A COMPETITIVE SEALED PROPOSAL 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 com-
petitive sealed proposals for the purchase of necessary materials,
equipment, 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 proposals are the best
responsible proposals for the materials, equipment, supplies or
services as shown in the "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 ma-
terials, equipment, supplies or services approved and accepted
herein, NOW, THEREFORE,
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SE ICI That the numbered items in the following numbered
bids for materials, equipment, supplies, or services, shown in the
"Proposals" on file in the Office of the City's Purchasing Agent
filed according to the number assigned thereto, are hereby accepted
and approved as being the lowest responsible bids for such items
BID ITEM
NUMBE NO VENDOR AMOUNT
1323 All Priester Supply $ 13,167 00
1314 All Davis Truck and
Equipment $136,180 00
SSEE'�TION II That by the acceptance and approval of the above
numbered items of the submitted proposals, the City accepts the
offer of the persons submitting the proposals 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 Invitations, Proposals,
and related documents
SECTION III That should the City and persons submitting ap-
proved and accepted items and of the submitted proposals wish to
enter into a formal written agreement as a result of the accep-
tance, approval, and awarding of the proposal, 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, spec-
ifications, standards, quantities and specified sums contained in
the Proposal and related documents herein approved and accepted
SECTION IV That by the acceptance and approval of the above
numbered items of the submitted proposals, the City Council hereby
authorizes the expenditure of funds therefor in the amount and in
accordance with the approved proposal or pursuant to a written con-
tract made pursuant thereto as authorized herein
SECTION V That this ordinance shall become effective imme-
diately upon its passage and a�p/'/pR�rroval
PASSED AND APPROVED this "_ day of 1992
ATTEST
JENNIFER WALTERS, CITY SECRETARY
BY Md r11&.97 w
0APPRO D A'S O LEGAL FORM
DEBRA A DRAYOVITCH, CITY ATTORNEY
r ,'ice_/ WINE
DATE
CITY COUNCIL REPORT
February 4, 1992
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID #1314 - REAR LOADING REFUSE TRUCKS (2)
RECOMMENDATION We recommend this bid be awarded to the
lowest bidder meeting specifications Davis Truck and
Equipment in the amount of $ 68,090 00 per unit Total bid
award is $136,180 00 with delivery in 30-45 days
SUMMARY This bid is for the purchase of two rear load
refuse trucks designed for collection of residential refuse
The recommended units are Pak Mor bodies and GMC Truck
chassis These units are the same size, style, and
manufacture of the four (4) other front line residential
refuse trucks currently in service
The units are replacing two 1984 International/Shu Pak
Refuse trucks ID #8539 and #8538 The maintenance cost to
date for both trucks exceed $82,000 00 per unit These 1984
trucks were placed in service January 15, 1985 and have
exceeded normal life expectancy by almost 2 years
Equipment Southwest offered a lower price ($ 65,265 00) but
fail to meet specifications for packing cylinder size,
hydraulic pump capacity, hydraulic system pressure and load
opening size
BID SPECIFIES
6" Packing cylinder
2450 PSI
48 GPM
78" x 67" minimum load
opening
SUPPLIES OFFERED
5" Packing cylinder
2000 PSI
42 GPM
78" x 59" load opening
The significance of the load opening size is simply the
larger the opening the more efficient the loading exercise
The hydraulic system specified creates a packing force of
70,685 ft lb of thrust where as the system offered only
generates 39,270 ft lb of thrust Higher packing force
means less trips per day to the landfill
CITY COUNCIL AGENDA
FEBRUARY 4, 1992
PAGE 2 OF 2
Southwestern Equipment also offered three lower than
recommended cost ($66,300, $66,400, $66,600 same refuse body
with different truck chassis ) They also failed to meet
specifications for packing cylinder, sweep cylinder, body
materials and packing cycle controls
BID SPECIFIED SUPPLIER OFFERED
6" Packing cylinder 5 5" Packing cylinder
6" sweep cylinder 4" sweep cylinder
11 gauge body material 12 gauge body material
dual handle packer control single handle control
We specified the dual lever control as a safety factor The
dual lever occupies both hands keeping them clear of the
packing mechanism Where as the single lever allow one hand
free that could possible be caught in the mechanism The
thicker steel used for the body simply adds strength to the
body The hydraulic system again offers less packing force
than what was specified The system specified produces
70,685 ft lb of force The system offered produces 59,885
lb, of force
BACKGROUND Tabulation Sheet
PR GRAMS DEPARTMENT OR GROUPS AFFECTED Solid Waste
Re idential Collection and Fleet Services
FISCAL IMPACT Funds for this acquisition will come from the
Sale of Certificates of Obligation for Capital Fleet
Improvements
RespecAfully-sub ted
Lloyd V Harrell
City Manager
Ap roved
Name Tom D Shaw
Title Purchasing Agent
TS/dd
229 DOC
�
P
W
N
Y
O
m
m
�
�
O
O
N
'Fyj
W
�
�
"�
� �
"'
�
�
O
fCmm��.'
�
ay�
..
K�
(f
M
L~
'q�
W
'A
'lji
IV
ii
1E �
m
a
l0]
M
rro
�
n
�
M
q
ky+
P
O
�
M
y
ro
e
O
O a
a
hf
�
fyC]p
O
Y
MfOi�
W
yyy
a
N �
e
N
M
O
N
M
M
W
yroy
m
O
9i
L1
m
O
O
�
nS
yN
tll
'�
O
O
Y
'.tl
n
o
0
o
o
x
0
m
m
c
yro
41
N
O
O
Y
Sn
O
$a
1Nj
O
a
O
O
N
'p
c
0
o
n
0
0
�e
N
q
'q
�q
O
N
m
O
O
''$A
�
O
w
FU]l
a0
m
C
o
In
n
0
o
VV11
ttaqq
m
O
p
m
In
c
O
1
N
J
N
N
ry1
O
QI
O
In
Lg3gtl
o
O
H
H
0
0
ypyOyO
N
[tl
o
N
m
m
b
I
N
O
IN
�
O
JV
O
O
Y
�g
�
yH
hypypypyM2J
O
O
Npp
W
N
m
mM
C
O
N
O
n
$M$
N
�
O
O
N
bl
y
H2Hy
t�9
O
O
N
m
O
N
O
N
m
d
C
�
O
�
N
O
W
g
ttl
`HL
yH�
O
O
2M
a
m
N
ro
J
ro
N
ro
�
J
W
M
O
'A9
N
N
l]
O
N
O
O
O
M
Ga
F
r(Cmry�.'
�
~
T
O
O
O
mm
yH
H
O
O
DATE
CITY COUNCIL REPORT
February 4, 1992
TO; Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT WIRE & CABLE - BID # 1323
RECCOMMENDATION We recommend this bid be awarded to the low
bidder Pr ter Supply in the total amount of $ 13,167 00
SUMMARY This bid is for inventory replacement stock of
Aluminum 4/0 Electric Distribution wire Item 2 of this
bid, 250 MCM Unishield Cable, will not be purchased at this
time, Electric Engineering is evaluating a possible change
in requirements for this cable
BACKGROUND Tabulation Sheet
PRQGRAMS,anDEPARTMENT OR GROUPS AFFECTED Warehouse Working
Capital d Electric Distribution
FISCAL IMPACT Budgeted
#710-043-0582-8708
Prepared by
Name Denise Harp of r
Title Senior Buyer
App oved
Name Tom D Shaw
Title Purchasing Agent
DH/dd
230 DOC
Working Capital account
RespecP0ll/y/submi ted
v
Lloy V Harrell
City Manager
N
O
n
O
u
8
P
O
m
m
o
N
N
P
N
rl
M
1�1
�i
M
m
O
m
b
r
a
M
N
O
m
U
m0
ry
d
m
m
ry
m
0
W
w
fffpppddd]]]
N
m
W
N
m
ri
m
m
Ir0
b
�
R
N
rl
M
10p
O
P
M
N
m
n
(q
P
N
N
m
N
m
U6
M
1�1 w
N
m
ti
ry
.�
(q
F
N
U
N
N
N
pd�
py~:
Pi
4
F
H
p
Li^I
p
O
O
O
IRRp4
O
d
b
n
�
m
b
N
m
M
m
w
O
a
o
0
0
VI
d
N
b
ry
1�1
N
N
M
N
N
N
O
O
m
m
d
N
Y
a
r
N
N
ry
N
ei
b
ti
N
O
O
O
m
m
m
m
a
N
w
p�
1rp
H
O
.1
O
N
rym
m
�N-I
M
d
N
N
w
O
O
N
M
O
O
m
o
b
r
o
N
d
N
d
r
N
N
N
N
N
N
u
ry
�
�
O
O
O
O
a
b
�
O
b
q
m
ei
N
M
W
N
O
O
m
m
w�w
O
I
I I
I
I
I
1
I
I
' I
I I
1
I
I I
i
A
I
9
i
k