Loading...
1990-017265LL-1/3689 NO. 0-Q AN ORDINANCE ACCEPTING COMPETITIVE BIDS 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 competitive bids for the purchase of necessary materials, equip- ment, 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 bids are the lowest responsible bids for the materials, equipment, supplies or services as shown in the "Bid 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 materials, 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 bids for materials, equipment, supplies, or "Bid Proposals" on file in the Office of Agent filed according to the bid number hereby accepted and approved as being the for such items: BID ITEM NUMBER NO. 1049 All VENDOR the following numbered services, shown in the the City's Purchasing assigned thereto, are lowest responsible bids Dr. Pepper Bottling Company 1051 All Whitmire Line Clearing, Inc. Electric Lines: AMOUNT $.23 per 12 oz. can $7.00 per pre-mix cannister $31.00 per case of 12 oz.cups $0.62 per foot open easement $1.24 per foot closed easement Electric & Telephone Lines: 1053 All Wesco 1054 All IBM 1059 1 Klement Ford 1059 2 Klement Ford 1059 3 Klement Dodge $0.77 per foot open easement $1.54 per foot closed easement $20,664.00 $4,592.86 per month $12,468.02 per police sedan $11,851.94 per sedan $12,077.00 SECTION II. That by the acceptance and approval of the above numbered items of the submitted bids, the City accepts the offer of the persons submitting the bids for such items and agrees to purchase the materials, equipment, supplies or services in accor- dance with the terms, specifications, standards quantities and for the specified sums contained in the Bid Invitations, Bid Proposals, and related documents. SECTION III. That should the City and persons submitting approved and accepted items and of the submitted bids wish to enter into a formal written agreement as a result of the accep- tance, approval, and awarding of the bids, 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, specifications, standards, quantities and specified sums contained in the Bid Proposal and related bid documents herein approved and accepted. SECTION IV. That by the acceptance and approval of the above numbered items of the submitted bids the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved bids or pursuant to a written contract made pursuant thereto as authorized herein. SECTION V. That this ordinance shall become effective immediately upon its passage and approval. PAGE TWO PASSED AND APPROVED this (D~ day of , 1990. P44'3~14~ RAY ST T ENS, MAYOR ATTEST: JENNIFER WALTERS, CITY SECRETARY BY: U!/ APPROVED AS TO LEGAL FORM: DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY BY: PAGE. THREE DATE: FEBRUARY 6, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: Bid# 1049 - COLD DRINKS RECOMMENDATION: We recommend this bid be awarded to the lowest bidder, Dr. Pepper Bottling Company. Estimated total bid award $10,000.00. SUMMARY: This bid is for the soft drinks and vending machines in the various Parks and Recreation facilities. The bid includes the products as well as the vending/dispensing equipment. City of Denton Staff service the machines and collect the money. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Parks and Recreation Department and Citizens of Denton. FISCAL IMPACT: This project is a revenue generating activity and is paid from the funds generated through account #261-031-0062-R001-8112. Respec lly s~ub!~In~t~ted: Lloyd V. Harrell City Manager Prepared by: Name: Tom D. Shaw, C.P.M. Title: Assistant Purchasing Agent Approved Name: Tom D. Shaw, C.P.M. Title: Assistant Purchasing Agent 025.DOC - - l0 O O N O N O O l0 Ln a C7 0 o co M o U H O i~ t/} U la r.G H z z 00 Uw - - Ln o o in o N O O cM Ln a 0 f:~ o o O x U N d U O tV U ~ H Z z ~ w a > w a - - M o o m 0 • N O O c I O Qa O • • W U o o 9 rn a4 (Y) a C7 O U a H Z a w • H P: H Q O - m - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - z H H x W W N U CO H x U H z z ca OD O w w as ix C:) 0 0 a z z w w ~ z r= 64 C) i C a Q H CO N H W H a C) H H w U Q H R H O m co N kD z ~ U a l W Q U 4 U r H ° 0 O U 9C C7 P4 W r w x w + a mf =+w co Ol m H N Ri I N H W Ra Cta ~4 i cm) H O O z I w m O FC Q O H Pi cl N w Ri Q N Q -i x w ko rl rx a a c-1 a Q (Ya N is rn H W - - - - - - - - - - - - - - - - - - - - C) O W o rn o c-I U] Q H 0 ~ o o c-I ~D a o H z O m a HH HH U I W m 0 4 #t= c-i N M -~v Ln w DATE: FEBRUARY 6, 1990 CITY COUNCIL REPORT TO: Mayor and members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1051 - TREE TRIMMING ELECTRIC LINES RECOMMENDATION: We recommend this bid be awarded to the lowest bidder overall, Whitmire Line Clearing, not to exceed $125,000.00. SUMMARY: This bid is for the contract to furnish labor and equipment to trim trees around specified electric lines in the City of Denton. This service is normally done between February 15, 1990, and April 1, 1990. Only the lines actually cleared will be invoiced and paid. Weather conditions, amount of trees to be cleared, number of work crews, and open versus closed easement all combine, to determine the portion of the $125,000.00 set aside for this project that is actually used. General Telephone will be working with the City of Denton on this project. They have agreed to split the cost for areas requiring clearing of both electric and telephone lines. This cooperative approach lowers the expense for both organizations. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Electric Distribution and General Telephone FISCAL IMPACT: Funds for this project have been budgeted in the 1989-90 budget account number 610-080-0252-8338, Maintenance of Overhead Distribution. Respectfully submitted: L1 rel City M ager Prepared by: Name: Tom D. Shaw, C.P.M. Title: Assistant Purchasing Agent App ved Name: Tom D. Shaw, C.P.M. Title: Assistant Purchasing Agent 025.DOC w z H aU z W H H r.~ ~ W Ei a H U x 3 w W H O U x x xw aw a ~c ~w a U z H W W H U Ei z C!2 H W 3 xw Ei U x H ozz W r--i Ln O H Q H W U H a E~ U rn 00 W co m a CY) m w H 00 ~ I N Lr) H c-I N C3 H W O CG W a co E £ O W CD 1 W U C) 0 W W rl 0.i N l0 E-+ W ~ Ea Q z o a v HH PQ O x 0(~ 2 W x O w eO W O w ~ II i z O H 04 H a U W Q w E-1 H H a N d4 L, , -q4 L.0 N r Lr) LO L- o o 00 a arr a/} as (h i!} 0 0 0, o.-. t- N Ln Ln Ln Ln C. H i V). V). arr 0 0 Ln o o , Ln , Ln r- LO r1 Ln co Ln . Ln PQ O rl c-I . H N N V). a!r arr {/t tT N W - H Ln O Ln O L~ In N Ln O O (sa • • • N • O O O c-I r-1 110 N arr atr air arr '-I E-+ O U E~ H a 04 0) - m o Wz H H U W a H H • m H W H W W W W Z q Z a z ~i a H a' W H Ft~ H O W W a A w co a as w Ei a a Ei w o O U Ei W W P4 Pi H Ei r4 W E-i 4 FC oa U c-I N DATE: FEBRUARY 6, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1053 - PADMOUNT TRANSFORMER 500 KVA RECOMMENDATION: We recommend this bid be awarded to the low bidder, Wesco, in the amount of $20,664.00. SUMMARY: This bid is for three (3) 500 KVA Padmount Transformers, for use by the Electric Distribution Department. BACKGROUND: Tabulation Sheet, Memorandum PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Budgeted funds for Electric Distribution FISCAL IMPACT: Account #611-008-0252-9222 Respectf y submitt d: U Lloyd Harrell City Manager Prepared by: Name: Denise Manning Title: Buyer Approved Name: Tom D. Shaw, C.P.M. Title: Assistant Purchasing Agent 025.DOC U z H W a a w E z H U QO OU rx w>4 E a rn a wa H p aU) a x O W qO Z W x O a O W 0 o try • x ~ w ~ w ~r W 3 E L~ P5 d~ - 0 - 0 cn o >1 M a ~i N W q 00 VY m a I W C) O C/) M Ul ~ rn a Q ~ w N a I 00 0 0 ~ x M W W E w ~ a 3 th i r-i 0 0 Lr) tx z W O H O E O m a ~4 (n U1 c-I p.', z U U] Ul rn W tk E Q FC W O a r14 w H M z 4 z H q Ca 9 U O W a E ra w xk E E Q -i [ re) z z a z O m o o zH a 0a O MH 0u ww w za > w aU Q,' H a m a O >A E~ ~ ~ z w w Ua w U H a ~ qq W Z a w w H U z H . N a a w M Ltl 0 1-4 Q H 0 0 Ln a w o O rn Ga rn Cl) r-i z F~ z ~ ~D w O z F-D W W *k Ei Q z O Q w U H a U P7 0 < a O R W w Q w H E a 0 C) cn z (Y) Q z N 0 rn 0 C) u~ . x o Z W a) 3 arr H N r-I O O O U] Ln Q x d~ W C) (DI 3 H to i -U)r co 11 0 C) to • x rn W eo W 00 C7 O i/? N 00 r-i co a o a w w C0 z H rX4 W H ~ Q m rx 0 w O 0 w ~aa o ~u ~Z ~w w >a w w z H a w a O C14 x O w 0 O 0 00 00 P~ W 0 0 N z cn Q El vl co rn O O u2 x ~ a w O W 3 -La a i N c~ C) - O rx z w o H C) E~ o rn LU r34 m Cl) 1-1 R z ~ co w x N Q ~ w a Z O O Z H M z ~ z q o FC Cu W P4 N z rl w ~ ~ T ~ Q ~ O M i , z o o aa w Mon JAN i C PM 3: 55 MEMORANDUM To: Denise Manning From: Glenn Fisher Date: January 16, 1990 Subject: Bid # 1053, 500 KVA, 120/208 Volt Padmount Transformers Based on the future cost, the Electric Engineering Department recommends the acceptance of the low bid from Wesco of $ 6,888.00 per unit for a total of $ 20,664.00. cc: Bob Nelson, Ernie Tullos I d I U I C I m M 111 m ~ d ~T M b y2 I M ^ ~ d I N M N M M M v G 1 N M y E I n I m I n I C -.-I m I J A X 1 d r 'j .ca O ~T O J O d d v I ~O d u > 1 r-1 r 1 '-1 rl 1 I r1 I I '-I ~-1 •.1 d I C d N .-1 N N .-1 E I O v r-I r-1 r 'I ~ p -1 d +I I C C H I r a I w 1 •.'I o I C Y r G I +1 W 1 w L o d a I 0 y L I r O a J 1 '-1 1d L N M f ll'I ~ n m P .-v .--1 1 Y m 1 ~ d a o 1 a o it W U I pp a I d m L I 4 O 1 v Y d 1 r d U L I M d Y m n O m O n M vl M n N a 1 m > w P P ~Y .T n N ~O M N W Y 1 O d a I 111 Y m m O N O M .O .-1 .-t 'O W 1 m m P M ul P .Y n .O M P N O .-I I ~ +Ci Ip N ul .O .-1 N n P .•1 N m IQ Y 1 v1 Y A y ~p n m m O O .-I .-1 n 41 Y m 1 m IC m m m m m P P P P O O O I y O Y y y y y y y y y y N m m E. U u r C + y O d d 1 R7 6 w I C V m l 7 9 d O I r O 1 d W r1 I n > v ti 10 m m '-1 In .-1 vt ul P Itl 'O 1 111 +1 C r'1 m vl IA r-1 N n N N ul o Y W 1 O Y W P o P P P .-1 M .-I n Z i o y N v a y ~ o ~ In a ul In ~ ] F . , w I > w d r O 00 I r +1 C m I 10 6 d .T 10 n n .Y O n O O m O +1 d 1 m t m v1 N N m ~Y ~O .Y .Y P S O v m 1 O C Y P N O O P N 10 N N m 6 0 o i o M T a M o M .t v M l Y 0. .7[ 1 w M I O .C I L J m w v 1 L VI Y ql m I .-1 o d n o .-1 .ti n In a In In .-I a o o d I n u Y N M M M N m O m m .o .T 0. F .•7 w 1 m P L 0 Y P m P P P m n m m m + O O w M w 1 .J I 'j. W m 1 'T O I J d F 7 Y C A o E. v o 1 41 > Itl U I d m O ..1 I Y 'j I .-1 r v IU N M ~Y y .O n O m P I-1 O C 1 ~ 6 ~ o a z r d d O 1 r t N } I O Y O O O O O O O O O O O O O O O O O O O I m Y Y 111 m n ~7 M m P O N O Y Y 1 m TI n M ~p ~ P M m P '-I Vl 11 C O 1 m $ O N M n y n m Y p U I Ip Y n n n n n n m n n O O N I y O U d y y y y y y y y y N O Ill O U I I U m O U Y C y d C d J 39 O J Z I U w o c > q O A C w w m C C C F v I d d to W rt d 6 II I c r d d u r r r L .'1. J I d d 3 .7 C J J N w m O I m Yi A C Id a W w W C C r C a 6 o M W I W ly o Id b F F A of w Id m c w v o E ¢ Y o y a a a a c> > c~ > > v, d It e o a r L o w r w M O 1 +'1 d r x n Y Y 1 Y u o N M a o a u I a m u d L c O W ro I d W C m d L m W W r I U r r G Y d C d W L d y w ~"I O I O x a O r-1 +I w rl .w Z v W v Y ro v 1 C 1 U W w w d . E d 1 E o w ~ a O O d I m d ' O 6 a r d 'O , . d E d N r C W E d H m H-2 > I f 0. U 0. F O Y H U > F DATE: FEBRUARY 6, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: RFP #1054 - IBM EQUIPMENT MAINTENANCE SERVICE RECOMMENDATION: We recommend this proposal be awarded to International Business Machines (IBM), in the amount of $4,592.86 per month, total bid $55,114.32, for option #2, Midrange Systems Agreement. The Data Processing Advisory Board recommends approval. SUMMARY: This proposal is for the on-site maintenance of all IBM mainframe related equipment in the Data Processing Division of the City of Denton. IBM was the only bidder on this RFP. IBM offered three types of maintenance options on this RFP. All three types of options are for 24-hours a day, 7-days a week. The first option is the standard IBM contract with 30-day notification for cancellation at $5,653 per month. The second option is a 5-year MRSA option at $4,592.86 per month. The third option is a 5-year CSA option at $4,356.86 per month. The second option requires that the City of Denton give either a 6-month notification if cancelling the maintenance contract or a pay a one month penalty for cancelling the contract. This option also guarantees that the maintenance costs will only increase at 3% per year over the current prices during the five year time frame. (Currently averaging 5-10% per year) The CSA option would require that the City have a central contract point, keep problem logs, keep software maintenance logs, etc. These items are already being done by the Data Processing Department. The same cancellation requirements for the MRSA option would also apply to this option. For all three of the options, the fiscal funding out option for cancellation of the maintenance contract would still be in effect. Also, all three of the options allow replacement and upgrading of individual pieces of equipment with no penalties. It is our intent to take advantage of the lower priced option #3 if it is determined by IBM that the City of Denton qualifies. RFP #1054 - IBM Equipment Maintenance Service February 6, 1990 Page 2 of 2 BACKGROUND: Tabulation Sheet and excerpt from Data Processing Advisory Board minutes of January 9, 1990. PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Information Services Department, Data Processing Division FISCAL IMPACT: 1989-90 Budget funds for Data Processing Equipment Maintenance Account #100-036-0017-8341. Respect Ply submitted: Lloyd O. Harrell City Manager Prepared by: Name: Tom D. Shaw, C.P.M. Title: Assistant Purchasing Agent Approved Name: Tom D. Shaw, C.P.M. Title: Assistant Purchasing Agent 025.DOC W O w PQ H U z z w N z H O dl dl z ~r a y+ Ln H x O p Kc CY W z a Ct+ w H W ~k Ei C] z O Q a H U m w 0 4 x O 9 W z 0 H H U M w Q w H H H Cy 0 2 %~o ~o 1~ 00 00 o a • G,~ • fx O < N a' l0 a' M 'Ji Lfl 'J-i M I L n I I I'D r-1 Ln tT Lf) Lf, i!} M. i!} .-1 N M z z z O O O H H H W a O O O Data Processing Advisory Board Minutes January 9, 1990 Page 3 Gary Collins stated that the office Equipment Center was a small local firm that had limited parts inventory and had asked what a number of items that were specified in the proposals were and had stopped at his office to view them. Gary Collins stated that since 19 of the PCs listed in the proposal had these items, he was concerned about parts availability from this vendor. Jim Kuykendall discussed some negative experiences his wife had with this vendor in having a PC repaired. Ron McDade questioned whether the City should place PCs under contract. Ernie Tullos and Dave Hamm discussed some of the critical roles PCs play in their departments' operations and the need for fast on-site response time. Jim Kuykendall indicated that his firm had a staff member dedicated to PCs, and this person performs most maintenance as one part of the job function. Gary Collins stated he had requested a similar position in the last budget process, but the package was not approved. Jim Kuykendall made a motion that the Board recommend the proposal be awarded to IBM. The motion failed due to a lack of a second. Dale Maddrry asked if the staff knew what the repair charges would have been last year if the PCs had not been under maintenance. Gary Collins explained that since each department was responsible for its own maintenance, he did not have that information. Gary Collins stated he was aware of approximately $2,000 worth of invoices on PCs that did not have maintenance contracts. Dale Maddry suggested that the staff gather the information on what costs the City would have incurred on a time and materials basis and bring this item back to the Board along with the vendors' responses to an RFP. Gary Collins explained that we had sent out an RFP for maintenance on the IBM mainframe and received only one response from IBM. Gary Collins stated that IBM had offered three different options: the standard maintenance at $51635 per month, a five-year mid-range systems amendment (MRSA) at $41592.86 per month, and a corporate service amendment (CSA) at $41356.86 per month. nary Collins explained that two lower options required either a six month notification or one month penalty fee if the City wished to cancel its contract versus 30-day notification with the standard contract. Also Gary Collins stated that both of the lower cost options guaranteed only a three percent (3%) increase in maintenance costs per year for the next five years over the current prices. Gary Collins stated typically IBM's maintenance costs have increased five percent (5%) to ten percent (10%) a year with most years being seven percent (7%) Data Processing Advisory Board Minutes January 9, 1990 Page 4 to eight percent (8%). Gary Collins stated that in order to take advantage of the lowest option, IBM would have to qualify the City's computer operations procedures. Jim Kuykendall stated that his firm took advantage of this option, and IBM had conducted an intensive audit of their data processing operations. Ron McDade asked if the IBM audit was unreasonable. Jim Kuykendall stated he felt the audit was appropriate. Ron McDade stated the City would be getting a free audit by exercising this option. Gary Collins stated that the fiscal funding out options and upgrade or replacement of individual pieces of equipment were available under all three options. Jim Kuykendall made a motion that the Board recommend the City exercise Option 2 and then exercise Option 3 once IBM determined the City qualified. Dale Maddry seconded the motion and it passed unanimously. Gary Collins explained Item 5 was a continuation of the leasing of proprietary system software from IBM that enabled the IBM mainframe to function. Jim Kuykendall and Dale Maddry seconded a motion that the Board recommend approval of this purchase order. The motion passed unanimously. Gary Collins explained that the next item was continuing leasing the proprietary software from Computer Associates for a tape management system, job accounting and file sorting system. Jim Kuykendall made a motion that the Board recommend approval and Dale Maddry seconded the motion. The motion passed unanimously. There being no further business, the meeting was adjourned. DATE: FEBRUARY 6, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1059 - POLICE SEDANS RECOMMENDATION: We recommend this bid be awarded to the lowest bidder for each category. Item 1 - Police Patrol Sedans - Klement Ford - $12,468.02 ea. Total $224,424.36 (18) Item 2 - Police CID Sedans - Klement Ford - $11,851.94 ea. Total $154,075.22 (13) Item 3 - Mini-Van - Klement Dodge- $12,077.00 ea. Total $ 12,077.00 ( 1) TOTAL BID AWARD $390,576.58 (32) SUMMARY: This bid is for the purchase of automobiles for the Police Department. Twelve (12) of the eighteen (18) patrol sedans are normal replacement units five (5) units are fleet additions for the COPS program, and one is a replacement for a unit damaged in an accident last summer. Eight of the thirteen standard sedans are normal replacement for the Criminal Investigation Division, two units are normal replacement for Police Administration and three (3) units are fleet additions for the Narcotics Section of the City of Denton. The one Mini-Van is a normal replacement for City of Denton and is replacing a 4-door sedan currently in use. Karl Klement Ford and Karl Klement Dodge Decatur, Texas. We do not feel this will major portion of the service work is p Vehicle Maintenance Center and parts are locations in Denton and surrounding areas. think that warranty service would not be dealers. BACKGROUND: Tabulation Sheet are both located in create a problem. A arformed in our own available in several We have no reason to available from local PROGRAMS, DEPARTMENT OR GROUPS AFFECTED: Police Department and Vehicle Operations Bid #1059 - Police Sedans February 6, 1990 Page 2 of 2 FISCAL IMPACT: Funds for these vehicles will come from a combination of Motor Pool funds, 1989-90 budget funds, and funds from the Certificates of Obligation approved at an earlier date for funding of fleet vehicles. Respec llly/submitted: 4 e Lloy . Harrell City Manager Prepared by: Name: Tom . Shaw, C.P.M. Title: Assistant Purchasing Agent Approved Name: Tom D. Shaw, C.P.M. Title: Assistant Purchasing Agent 025.DOC x 0 R w x 0 w z o~ U CCi O zH 00 w Q 00 Q m Ln 0 Q H P7 ri) z Q W W U H a a Q H a q0 z w y 7 z 0 O H Ol H Ol Q~ c-I H 0 M f~ z 9 h W ~k H Q W U a 0 O FC U w Q ~-a w H H Ln M Q P7 0.l io C) Z N N 0 rn co 00 0 Zi Z M t" I z Q w U) 7 w rn > w a Q z a a co z q H I 00 M H CY r-4 - - - - 1--i N M