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