Loading...
1990-002ORDINANCE NO. ~lJ ~C 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 the following numbered bids for materials, equipment, supplies, or services, shown in the "Bid Proposals" attached hereto, are hereby accepted and approved as being the lowest responsible bids for such items: BID ITEM NUMBER NUMBER VENDOR AMOUNT 1036 ALL CANNON UNIFORM COMPANY $ 16,747.50 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 accordance 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 acceptance, 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. VAO' /7 A4 day of , 1990. PASSED AND APPROVED this the U RAY S E~ ENS, MAYOR ATTEST: J FE WALT S, CITY SECRETARY APPROVED AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY d BY: BID-1 Page 2 DATE: JANUARY 2, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID #1036 - FIRE DEPARTMENT UNIFORMS RECOMMENDATION: We recommend, after consideration of the memorandums from the Fire Department, with the detailed information about the problem with Martin Uniform Company last year that this bid be awarded to the next low bid of Cannon Uniform Company at $16,747.50. SUMMARY: This bid was advertised and sent to some ten or more vendors. We received four bid proposals as are shown on the tabulation sheet. Only a few of the vendors or uniform companies handle the type uniforms specified. The low bid is from Martin Uniform Company who received our bid last year (see attached memorandum). The second low bid is from Cannon Uniform of Garland, Texas, and is $497.50 higher than the low bid. BACKGROUND: Tabulation Sheet, Memorandums from Fire Department PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Budgeted Funds #100-060-0051-8101. FISCAL IMPACT: There is no additional impact on the General Fund. Respec ully submitted: V11WX'4a1 -.4z Lloy Harrell City Manager Prepared by: N e• hn . Marshall itle. Purchasing Agent Approved: N e. J h Marshal 1 le. urchasing Agent G 023.DOC ~ O z rZ4 H U2 W IX X 0 FX4 'D H H z 0° z0 zw d, H U z 0r-4 H z P4 l0 M 0 r-i Q H 04 U) 0 w H z Q Gu Q H I ~i O ~W P4 O w O C) 0 0 0 O 0 O 0 N M Ln o M M 110 Ln V)- it). N Q l0 Co r-I qjy I O Ln O O O O • • U1 c-i -I M O M :v L` Ln iJ} i/1- M 03 Ln c-1 d~ 0 M - - - Ln - - d+ - - 01 - - - - 0 - - - - - - - - N r- (n Ln 00 OD lfl r- ri) N M l0 d~ >4 yr A ~ I Ln tl)- r- O O O O r-I LO to O O O O O U~ M d+ L~ Ln `Ja i!t -r} V). l0 Q O tl} l0 H Cr o0 O 00 O H a ° i 00 o H N Ln O U U) H • O W Q a ) a ~ a C) W W o I H H cn W 0.. z N O H x FC 0 W U~ P4 E1 C7 ca - W k - - - - - - - - - - - - - - - - - - - Fill >i C:) CD 'D a N N 0 14 124 U o 4 MEMO 89-086 TO: Mr. J. Marshall, Director of Purchasing FROM: J. L. Cook, Jr., Fire Chief IvV DATE: 29 November, 1989 RE : BID AWARD, FIRE DEPARTMENT UNIFORMS - CORRECTION Having reviewed the six bids submitted for Fire Department uniforms, it would seem that the four actual bids meet specifications, I would therefore, recommend that the low bid submitted by Cannon Uniforms for shirts be accepted. Martin Uniform submitted the low bid for pants. However, I recommend that we reject Martin's bid. They were awarded the last bid for uniforms and we still have not resolved all the problems that we have had with them. Service has been nonexistent. Quality of the merchandise delivered has been substandard in many cases. Martin is located in San Antonio which makes access next to impossible. They will not return phone calls and generally have displayed an attitude of indifference toward our complaints. Cannon submitted the second low bid; granted they are $1.99 per unit higher; but they are $2.01 per unit lower than the average of the four bids. Therefore, I recommend accepting Cannon's bid for the pants. They are located in Garland which should facilitate our order. The difference in the total amounts of the Martin and Cannon bid is $497.50. We incurred almost as much overtime and long distance bills in trying to resolve our problems with Martin's. I hope I have made my point in this matter. If you need additional documentation, please contact us. xc: Mr. R. Svehla, Deputy City Manager Captain E. Woodruff, Uniform Officer JLC/ec RECEIVED CITY OF C3cHT01H PUM"o" 10G X180,' DEC 15 FPM 41: 14 MEMORANDUM TO: Tom Shaw, Assistant Purchasing Agent FROM: James R. Thomason, Deputy Fire Chief DATE: December 13, 1989 SUBJECT: UNIFORMS Attached is a list of problems encountered with Martin's Uniforms Company which supplied uniforms for the 88-89 budget year. If you need further information, please contact me or Captain Woodruff. ames R. Thomason JRT/bf attachment MARTIN'S UNIFORMS Ordered uniforms February 12, 1989. 1. Numerous pants and shirts had extremely long delivery times. We were promised the items were in stock but ultimately were special construction items which were delivered as much as 6 months late. 2. Numerous repairs had. to be made to pants and shirts due to: A. Incomplete stitching at seams and hems. B. Missed seams and hems. C. Torn fabric which appeared to have been caught in some- thing. D. Cuts in material which appeared to have been made with a knife or scissors. E. Wrong sizes in both pants and shirts were experienced, and. in at least one (1) instance the wrong color shirt was sent. F. The wrong style and color shirt shipped to us probably was for another company. G. Shirts were sold only in 1/2 sizes. Shirts just about had to be worn half size to large. H. Very poor fit on pants. Approximately 88% of personnel having difficulty- getting pants to fit properly. 1. Pants tagged with wrong size. J. Over twenty pairs of shirts and pants assigned to one person were "swapped" with other people who had uniforms which would not fit. 3. Ordered "Beefy Tee" t-shirts--100% cotton by Hanes. A. Recieved Screen-Stars 50/50 cotton-poly. Totaa_ order wrong. B. Returned order and lost funding from 88-89 budget to purchase "Beefy Tee" t-shirts. The overall. quality of goods was at best "fair." The amount of time and effort. that went into handling there uniforms would far exceed any price difference in the bids received this year. We not only expect, but demand that our supplier give us the very best uniform possible. We did not get what we asked for from Martin Uniform Company.