Loading...
1992-024ALL0001F 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 NUMBER ~Q V~NDOR AMOUNT 1323 All Priester Supply $13,167 00 1314 Ail Davis Truck and Equipment $136,180 00 ~ 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 Invltatxons, Proposals, and related documents S_~ 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- lfications, 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 here~n SECTION V That this ordinance shall become effective imme- diately upon its passage and apprgval PASSED AND APPROVED this /~day of ~, 1992 BOB CASTL-EBERR~, MAWR ~-~ / ATTEST JENNIFER WALTERS, CITY SECRETARY APPRO~D AS ~O LEGAL FORM DEBRA A DRAYOVITCH, CITY ATTORNEY DATE February 4, 1992 CITY COUNCIL REPORT 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 re~use 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 SUPPLIES OFFERED 6" Packing cylinder 5" Packing cylinder 2450 PSI 2000 PSI 48 GPM 42 GPM 78" x 67" minimum load 78" x 59" load opening 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 PROGRAMS~ DEPARTMENT OR GROUPS AFFECTED Solid Waste ReSidential Collection and Fleet Services FISCAL IMPACT Funds for this acquisition will come from the Sale of Certificates of Obligation for Capital Fleet Improvements ily .sub~i2tted ~ . City Manager = Name Tom D Shaw Title Purchasing Agent TS{dd 229 DOC DATE February 4, 1992 CITY COUNCIL REPORT TO~ Mayor and Members of the C~ty Council FROM Lloyd V Harrell, City Manager SUBJECT WIRE & CABLE- BLD ~ 1323 RECOMMENDATION We recommend this bad be awarded to the low bidder Priester 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 as evaluating a possible change in requirements for this cable BACKGROUND Tabulation Sheet PRQGRAMS~ DEPARTMENT OR GROUPS AFFECTED Warehouse Working Capital and Electric Distributaon FISCAL IMPACT Budgeted Working Capital account #710-043-0582-8708 Lloyd' V Harrell~/ City Manager Prepared by Name Denise Harpdol ~ Title Senior Buyer App~ved Name Tom D Shaw Title Purchasing Agent DH/dd 230 DOC o