Loading...
HomeMy WebLinkAbout1992-001ALL0001F ORDINANCE NO 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 SECTION I 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 NiO VENDOR AMOUNT 1307 All Unifirst $47,268 00 1309 All Southwest International $80,928 00 1310 All Conley Lott Nichols Mach $10,842 67 1311 1 Bill Utter Ford $15,173 50 1311 2 Bill Utter Ford $ 9,679 75 1311 3 Karl Klement Ford $55,597 52 1311 4 Bill Utter Ford $12,372 00 1311 6 Bill Utter Ford $16,260 75 1311 7 Bill Utter Ford $24,936 00 1311 8 Bill Utter Ford $12,693 00 SECTION 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 approval PASSED AND APPROVED this day of , 1992 ATTEST JENNIFER WALTERS, CITY SECRETARY BY APPROVED AS TO LEGAL FORM DEBRA A DRAYOVITCH, CITY ATTORNEY BY 'b' �Y �_— DATE January 7, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1307 - UNIFORM RENTAL RECOMMENDATION We recommend this bid be awarded to the lowest bidder Unifirst for the 3 year annual supply of rented uniforms as listed below Cat 1 with Laundry Service Weekly Annual E.xP_ 1 Shirts 65/35 Poly blend 110 sets Rate at 1 50/wk $8580 $7150 00 00 2 Pants 65/35 Poly blend 50 sets at 2 2 75/wk 50/wk $13000 00 3 Shirts all cotton 100 50 sets sets at at 3 25/wk $8450 00 4 Pants all cotton Cat 2 without Laundry Service 5 Shirts 65/35 Poly blend 6 Shirts golf type 7 Pants Poly blend Cat 3 Miscellaneous 8 Mats 3 x 4 9 Mats 4 x 6 Estimated total expenditure 50 sets at 1 00 $2600 00 40 sets at 1 00 $2080 00 36 sets at 1 50 $2808 00 10 each at 2 00 $1040 00 10 each at 3 00 $1560 00 $47,268 00 SUMMARY This bid is for the annual contract to furnish uniform rental service to the City of Denton The contract is for a 3 year commitment renewable one year at a time with an additional 2 one year extension options Appropriate cancellation clauses are in place should funds not be appropriated or service not be satisfactory The quantities are estimated and will vary as the number of uniformed employees increases or decreases The City of Denton will only pay for the actual number of uniforms utilized The terms and conditions of this bid are in compliance with the City of Denton Uniform Policy BACKGROUND Tabulation sheet PROGRAMS DEPARTMENT OR GROUPS AFFECTED Employees of the Utility Department, Fleet Operations, Community Services, Park Maintenance and Warehouse CITY OF COUNCIL JANUARY 7, 1992 PAGE 2 OF 2 FISCAL IMPACT Funds for rental of uniforms will come from 1991-92 budget funds for uniform rental approved during the budget process Each effected department will be billed for uniforms as utilized on a monthly basis Re t uitt Lloyd V Harrell City Manager Ap roved Name Tom Shaw, C P M Title Purchasing Agent TS/jh 219 DOC BID # 1307 BID NAME UNIFORM RENTAL SERVICE OPEN DATE DECEMBER 12, 91 I ITEM DESCRIPTION _I I 1 I SHIRTS W/LAUNDRY 2 I PANT 3 I COTTON SHIRTS 4 I COTTON PANTS 5 I SHIRTS W/O LAUNDRY 6 1 SHIRTS (GOLF TYPE) 7 1 PANTS 8 1 MATS 3 X 4 9 1 MATS 4 x 6 I ADDENDUM I I DELIVERY I I _I I I I I I I I ARTEX I UNIFIRST I SERVICES I I $3 00 1 I $2 50 I I $4 00 I I $3 50 I I $1 75 1 I N/B I 1 $1 50 I I $1 90 I I $3 25 I I I I YES I YES I 121 DAYS A R I I I I 0 128 DAYS A I I I $1 50 $2 75 $2 50 $3 25 $1 00 $1 00 $1 50 $2 00 $3 00 R 0 DICKIES UNIFORM SERVICE $2 70 $3 05 $2 82 $3 18 $1 50 $1 75 $1 70 $2 90 $3 60 YES 7 DAYS A R 0 DATE January 7, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1309 - DUMP TRUCKS RECOMMENDATION We recommend this bid be awarded to the lowest bidder meeting specification, Southwest International BID ITEM QTY 1B 3 2 3 DESCRIPTION DIESEL CAB/CHASSIS 7 CU YD DUMP BODY Delivery is quoted as 90-120 days PRICE $22,951 00 $ 4,025 00 TOTAL $68,853 00 $12,075 00 $80,928 00 SUMMARY This bid is for the purchase for three diesel powered 7 cubic yard dump trucks These units are motorpool replacements for two 1984 trucks assigned to Water and Sewer Field Services and one 1975 model assigned to Park Maintenance The old trucks have become uneconomical to maintain, and will be sold at public auction Bid item lA was for the same truck cab chassis only gasoline powered Our recommendation to purchase the diesel units (1B) is based on an extended life expectancy increased fuel efficiency, less expensive fuel and participatiA in the EPA -Alternate Fuel Program BACKGROUND Tabulation sheet PROGRAMS DEPARTMENT OR GROUPS AFFECTED Fleet Operations, Water and Sewer Field Services, Park Maintenance FISCAL IMPACT These vehicles will be funded from a combination of Motorpool replacement funds and 1991-92 budget funds authorized during the budget review process Motorpool $40,540 00 Budget $40,388 00 $80,928 00 CITY COUNCIL REPORT JANUARY 7, 1992 PAGE 2 OF 2 Res fullsu ted Lloyd V Harrell City Manager Approved Name Tom' D Shaw, C P M Title Purchasing Agent TS/jh 216 DOC CITY of DENTON, TEXAS MUNICIPAL BUILDING / 215 E McKINNEY / DENTON TEXAS 76201 MEMORANDUM TO Tom Shaw, Purchasing Agent FROM Jack Jarvis, Fleet Superintendent DATE January 02, 1991 SUBJECT DIESEL ENGINES Tom, I will try to provide some information as to my justification for buying our dump trucks with diesel engines rather than gasoline this year According to the industry standards, if you compare a gasoline 366 engine you get about 3 81 mpg on gasoline If you compare that with a diesel engine 7 3 you get about an average of 6 22 mpg (that's city driving) so we can see there is a savings in fuel cost by getting better fuel mileage Also diesel fuel is generally several cents lower than gasoline Another part of the savings is that the vehicle is setting idle a considerable amount of time while on a job We've had tremendous problems with overheating on gasoline engines whereas we do not have this problem with diesel I think another aspect is that these engines require less maintenance You don't have the tune ups and carburetor works on diesel like you do on gasoline so as a result you are going to have less down time of the equipment With these facts, I feel that the best way to go at this time is to purchase diesel engines because, in the long run, over an eight year life expectancy according to the industry reports from the trucking companies, you should have a significant savings over a period of eight years According to these reports, in an eight year life expectance of one of these trucks there should be in the neighborhood of a $7000 savings due to fuel cost, down time, and the decrease in maintenance costs With these facts, I think we are justified in going to diesel engines at this time because in the long range I feel that we will get a much better performance in the overall use of these vehicles If you need further information to justify this just let me know and I'll try to provide what I can 8171566 8200 D/FW METRO 434 2529 ____------_ 2 � � § § § § , K * ! § a k■\�% ) � k / � I DATE JANUARY 7, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1310 - SKID STEER LOADER RECOMMENDATION We recommend this bid be awarded to the lowest bidder meeting specification Conley Lott Nichols Machinery in the amount of $10,842 67 with delivery in 5 days FOB Denton SUMMARY This bid is for the purchase of a Skid Steer Loader to be assigned to the Water and Sewer Field Services Division It is a Motorpool replacement for a 1985 model loader The old unit may be reconditioned and assigned to lighter duty in another department if economically feasible BACKGROUND Tabulation sheet PROGRAMS, DEPARTMENT OR GROUPS AFFECTED Fleet Operations and Water and Sewer Field Services FISCAL IMPACT This unit will be funded from 1991-92 budget funds for purchase of Capital Equipment account #620-081-0461-9104 ::0 su tte Lloyd V Harrell City Manager Ap roved By Name Tom D Shaw, C P M Title Purchasing Agent TS/7h 217 DOC o to oa d z ytj M H C+1 f f K� G H C' C tv C1 N �O c� in fn z yo C7 pq�pq ]r O n N CO3 00Oy rn H N ro ry H 1� V.1 I H 70 O !A C [�1 H � o O O .0 L+J M 0 a N A O O a r r o p w c Y w j y 00 z DATE January 7, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1311 - PICKUPS, TRUCKS AND VAN RECOMMENDATION We recommend this bid be awarded to the lowest bidder for each item as listed 1 2 1/2 Ton Pickups SWB 2 1 1/2 Ton Pickup LWB 3 4 3/4 Ton Pickup 4 1 3/4 Ton Cab/Chassis 5 1 Suburban 6 1 12 Passenger Van 7 2 1 Ton Cab/Chassis 60" 8 1 1 Ton Cab/Chassis 84" Bill Utter Ford Bill Utter Ford Karl Klement Ford Bill Utter Ford NOT AWARDED AT THIS Bill Utter Ford Bill Utter Ford Bill Utter Ford TOTAL BID AWARD Delivery is quoted as 60-90 days $7,586 75 $15,173 50 $9,679 75 $ 9,679 75 $13,899 38 $55,597 52 $12,372 00 $12,372 00 TIME $16,260 75 $16,260 75 $12,468 00 $24,936 00 $12,693 00 $12,693 00 $146,712 52 SUMMARY This bid is for the purchase of a portion of the Motorpool Fleet approved during the budget hearing process All of the units are motorpool replacements with the exception of the 12 passenger van The van is a fleet addition requested by the Electric Utility Administration Division The other units are replacing vehicles that range from 1983 to 1986 models and are no longer economical to maintain Bid item #5 Suburban type vehicle will be presented to Council for award at a later date due to incomplete funding at this time BACKGROUND Tabulation sheet PROGRAMS, DEPARTMENT OR GROUPS AFFECTED Fleet Operations, Electric Utility Administration Division, Electric Substation Division, Electric Metering Division, Electric Production, Community Services, Water and Sewer Field Services, Animal Control, Park Maintenances, Water Production and Street Department FISCAL IMPACT These units will be funded from a combination of Motorpool replacement funds and 1991-92 budget funds for motorpool replacements and or fleet additions CITY COUNCIL REPORT JANUARY 7, 1992 PAGE 2 OF 2 Respe W ulll/y submitted L'44Wv Llofd V Harrell City Manager Approved by Name Tom D Shaw, C P M Title Purchasing Agent TS/jh 218 DOC OD ON V1 A W N J O co H O% y 4 CCcAI 0 H H H -3 a C Z btl ba7 G C C y�y++ n 0a 70a 70C .4 ltl 7d Ud 70a J 7cz 7a N gypp M J J 2 CA ro ro ro ro 3 CCAq -tr my m \ z m -pr N N H 0 0 0 0 z a ® CA CA .F z z z z Cn CA H H y CA CA O z rn O � to +n en t� sn tn tir � J J N J 0 O VI VI O %O A' .0 W N l7 W N 7 J J OD 4- ON LA) o rn 10 iaa til vn 0 t v.ni �n ti 0 0 0 0 0 0 0 a N o to w ro HO HO a e ro H O O y J Ct] H J (] o va N �0 4 �O a J -- -- -- z -- -- -- -- C. tv H y z o 0 V7 w N 7 z w w 10 �O O Jr-' w� � � [Pi 9 w � In $ �o %o oD rn to fA H A �O O W W O W W O OD 00 %O O ON w O H r � NI r 1471 N N ON z N .R' v O \ w cl L7 O\ L' N w W O Q\ In C7 H M W O0D O N OD IO ON CHU y za � v O O V1 O V1 Vl lT t7 a rn � tA• tN {A E1 EA b1 4 Vi V1 OD z .F' In w w 0 7a °-° w n W -4 0 -4 N vn CA N w OD W %O ON c7 Cn �1 w OD W OD N OD M O VI O O O O VI