Loading...
1992-001ALL0001F 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 ~UMBER ~O VENDOR ~ 1307 All Uniflrst $47,268 00 1309 All Southwest International $80,928 00 1310 Ail Conley Lott Nichols Mach $10,842 67 1311 i 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 O0 1311 6 Bill Utter Ford $16,260 75 1311 7 Bill Utter Ford $24,936 00 1311 8 Bill Utter Ford $12,693 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 Invitations, Proposals, and related documents ~ 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 1n accordance with the terms, conditions, spec- iflcations, standards, quantlties and specified sums contained in the Proposal and related documents herein approved and accepted S_~ 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 ~ That this ordinance shall become effective imme- diately upon its passage and approval PASSED AND APPROVED this--~day of , 1992 BOB CASTLEBERRY, MAY~ / ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVE~DAS TO'LEGAL FORM DEBRA A DRAYOVITCH, CITY ATTORNEY DATE January 7, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1307 - UNIFOR~ RENTAL RECOMMENDATION We recommend this bid be awarded to the lowest bidder Unifirst for the 3 year annual supply of rented uniforms as l~sted below Cat 1 with Laundry Service Weekly Annual Rate 1 Shirts 65/35 Poly blend 110 sets at 1 50/wk $8580 00 2 Pants 65/35 Poly blend 50 sets at 2 75/wk $7150 00 3 Shirts all cotton 100 sets at 2 50/wk $13000 00 4 Pants all cotton 50 sets at 3 25/wk $8450 00 Cat 2 without Laundry Service 5 Shirts 65/35 Poly blend 50 sets at 1 00 $2600 00 6 Shirts golf type 40 sets at 1 00 $2080 00 7 Pants Poly blend 36 sets at 1 50 $2808 00 Cat 3 Miscellaneous 8 Mats 3 x 4 10 each at 2 00 $1040 00 9 Mats 4 x 6 10 each at 3 00 $1560 00 Estimated total expenditure $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 w~th 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 un~formed employees increases or decreases The C~ty 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 PROGRAMSI 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 un~forms wall come from 1991-92 budget funds for uniform rental approved during the budget process Each effected department will be billed for un~forms as utilized on a monthly basks Lloyd V Harrell City Manager ~C P T~tle Purchasing Agent TS/Jh 219 DOC BID # 1307 BID NAME UNIFORM RENTAL ARTEX UNIFIRST DICKIES SERVICE SERVICES UNIFORM SERVICE OPEN DATE DECEMBER 12, 91 ITEM DESCRIPTION 1 SHIRTS W/LAUNDRY $3 00 $1 50 $2 70 2 PANT $2 50 $2 75 $3 05 3 COTTON SHIRTS $4 00 $2 50 $2 82 4 COTTON PANTS $3 50 $3 25 $3 18 5 SHIRTS W/O LAUNDRY $1 75 $1 O0 $1 50 6 SHIRTS (GOLF TYPE) N/B $1 O0 $1 75 7 PANTS $1 50 $1 50 $~ 70 8 MATS 3 X a $1 90 $2 00 $2 90 9 MATS 4 X 6 $3 25 $3 O0 $3 60 ADDENDUM YES YES YES DELIVERY 121 DAYS A R 0 128 DAYS A R O 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 DESCRIPTION PRICE TOTAL lB 3 DIESEL CAB/CHASSIS $22,951 00 $68,853 00 2 3 7 CU YD DUMP BODY $ 4,025 00 $12~075 00 $80,928 00 Delivery is quoted as 90-120 days SUMMARY This bid is for the purchase for three diesel powered 7 cubic yard dump trucks These units are motorpool replacements for two 1984 trucks assigned to Water and Sewer Field Services and one 1975 model assigned to Park MaIntenance The old trucks have become uneconomical to maintain, and will be sold at public auction Bid item lA was for the same truck cab chassis only gasoline powered Our recommendation to purchase the diesel units (lB) is based on an extended life expectancyjincreased fuel efficiency, less expensive fuel and participatidn in the EPA-Alternate Fuel Program BACKGROUND Tabulation sheet PROGRAM$~ DEPARTMENT OR GROUPS AFFECTED Fleet Operations, Water and Sewer Field Services, Park Maintena~,ce 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 O0 CITY COUNCIL REPORT JANUARY 7, 1992 PAGE 2 OF 2 Lloyd V Harrell City Manager Approved Name To~ D Shaw, C P M Title Purchasing Agent TS/jh 216 DOC CITY of DENTON~ I'EXA8 MUNICIPAL BUILDING / 215E McKINNEY / DENTON TEXAS76201 ME MO ~.AN D U M TO Tom Shaw, Purchasing Agent FROM Jack Jarvis, Fleet Superintendent DATE January 02, 1991 SUBJECT DIESEL ~NGINES Tom, I will try to provide some information as to my 3ustification 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 ~s 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 wzll get a much better performance in the overall use of these vehiclss If you need further information to ~ustify this Just let me know and I'll try to provide what I can 817/566 8200 D/?V/ METRO 434 2529 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 D~vis~on 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 futteLloyd ~ Harrei~ City Manager Name Yom D Shaw, C P M Title Purchasing Agent TS/ih 217 DOC 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 Bill Utter Ford $7,586 75 $15,173 50 2 1 1/2 Ton Pickup LWB Bill Utter Ford $9,679 75 $ 9,679 75 3 4 3/4 Ton Pickup Karl Klement Ford $13,899 38 $55,597 52 4 1 3/4 Ton Cab/Chassis Bill Utter Ford $12,372 00 $12,372 00 5 1 Suburban NOT AWARDED AT THIS TIME 6 1 12 Passenger Van Bill Utter Ford $16,260 75 $16,260 75 7 2 1 Ton Cab/Chassis Bill Utter Ford $12,468 00 $24,936 00 60" 8 1 1 Ton Cab/Chassis Bill Utter Ford $12,693 00 $12~693 00 84" TOTAL BID AWARD $146,712 52 Delivery is quoted as 60-90 days 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 ~tem #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 ~_ ul~ submitted City Manager Approved by Name Tom D Shaw, C P M Title Purchasing Agent TS/Jh 218 DOC