HomeMy WebLinkAbout1997-011ORDINANCE NO "-
AN AN ORDINANCE AUTHORIZING THE CITY MANAGER TO EXTEND AN INTERLOCAL
AGREEMENT WITH DENTON COUNTY TO AUTHORIZE PARTICIPATION IN VARIOUS
DENTON COUNTY CONTRACTS FOR THE PURCHASE OF VARIOUS GOODS AND
SERVICES, AUTHORIZING THE EXPENDITURE OF FUNDS, AND DECLARING AN
EFFECTIVE DATE
THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS
SECTION I. That the City Manager is hereby authorized to execute the attached agreement,
a copy of which is attached hereto and incorporated by reference herein
SECTION -IL That the City Manager is authorized to expend funds pursuant to the
agreement for the purchase of Police Sedans
SECTION III. That this ordinance shall become effective immediately upon its passage and
approval
PASSED AND APPROVED this the 7 day of _ 1997
JA MILLER, MAYOR
ATTEST,
JENNIFER WALTERS, CITY SECRETARY
BY _
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
BY
RQTERLOCAL DOC
1
DATE JANUARY 7, 1997
TO Mayor and Members of the City Council
FROM Ted Benavides, City Manager
SUBJECT INTERLOCAL AGREEMENT #1968 WITH DENTON COUNTY FOR THE
PURCHASE OF POLICE SEDANS
RECOMMENDATION We recommend that the attached mterlocal agreement with Denton County be
approved and the Purchasing Agent be authorized to acquire Patrol Sedans through this cooperative purchasing
agreement and to award the purchase of police patrol sedans to Philpott Ford, Port Nechos, Texas in the total
amount of $268,398 00
SUMMARY This mterlocal agreement would allow the City of Denton to utilize the bidding process of Denton
County to acquire specific items in this case it is our intent to purchase thirteen (13) patrol sedans and one
administrative sedan
This would be the fourth year of participation in a cooperative effort with Denton County to purchase Patrol
Sedans Through these efforts we have been able to acquire at a lower cost than the State of Texas GSC Contract
prices on several occasions
All local dealers are extended the opportunity to bid
Denton County Commissioners Court approved the bid award to the lowest bidder, Phdpott Ford, at their
December 17, 1996, regular meeting Currently we are purchasing thirteen patrol sedans at a base price of
$18,366 00 plus options (see attached list) which brings the cost to $19,165 00 each equaling $294,145 00 We
are also purchasing one administrative sedan to be assigned to the Fire Chief at a price of $18,366 00 plus options
for a cost of $19,253 00
All of these units are motor pool replacements The older units will be re -assigned to other areas in the fleet or
sold at auction
PROGRAMS, DEPARTMENTS OR GROUPS_AFFECTED• Police Department, Fire Department and
Motor Pool Operations
FISCAL. IMPACT This purchase will be funded from Motor Pool Replacement Funds
Account# 720-025-0582-9104
Attachments Interlocal Agreement
Bid Tabulation Sheet
Optional Equipment List
Respectfully submitted
Ted Benavides
City Manager
Approved
Name Tom D Shaw, C P M
Title Purchasing Agent
815 AGENDA
ku
N
0
PC
N
o
N
N
26
p�j
C
O
W-
ea
o
N
[3 p
Z
U o
IL
Z
o
U
ca O
N
g
'Qod
0,5
J
N
D
ti
LLy
NF
O
�3�0
rn
A
c
.-oE
Ud
m
g
m
Y
rn
LL
�y
rn
°ate
L)
3
f�
�
C
apt
COZ
N Q
C ty1
a
LL
V
S
J
W
1A
E
Q
}�.
e a
0
0
a
o
p
O
J
00
N
d
U.
H
O
m,
rn
3
to
O
U
r
I
� y
o�E
Lu
5
U >
y
W
E >
u�CL
O
!A a a
[i t
11
O
Z N
iA LLJ
J
Z
O�`
>
ZO a
Z
LLJ0E
0
N
O
CO
O
LLSOFa-
J
W
m
rn
m
W
€�O
Q
O
LL
U
o
rn
0
0
N w
ik y
O
C
m
N
;
'roN
o
J
u
0
5
O
»
aEi mJ
rn
rn
c
�
in
N
Q
w
c+>
ikCC A
w
-
O
J
Q
N
l0
U. N
IOL
4/i
N w
0
o
�
N
0
O
N
Cp
W
M
T
N
J
O
N
LL
m 3
lL
p
om
r
so
m
0
`o
o
0
LL
O
O
N
r
OJ
_
C
m
o
ti
0
N
O
O
N
x
ova
U
w
t
3 �
otea
L
U >
a
K
w w
❑
co CL
Q
m
O
Q
g
Z d
N
W
Q
D Nrn
OUu�
t N C,
W
ZO a
Z
E
o n
�
O
O
�
m
U
�
m
uNi
1
0,
v a
J
U)
v
0
LLI4
t
3�
m
w U
n
w
o >
E
CLw
CL o.
I
w
Omm
Co
z
W
o�
U
ZO
a
Z u
I.
O
a
W
0
m
Tom, here is a list of recommendations for options on equipment we have received bids on
POLICE CARS:
A total of 13 police cars with a base price of $18,366 need to be white with cloth front
seats and vinyl rear bench seats and have the following options
cost
• Traction lock
$81
• Power locks
$75
• Driver controlled locks
$8
• Radio suppression
$60
• Aux fuse block
$35
• 6 way power seat
$320
• Left spot light
$140
• Inoperative courtesy light switch
$8
• Floor mats
$29
• Roof wiring
$43
Total after all options
1$ 9,165
FIRE CHIEF CAR
The fire chief car needs to be beige with cloth front and rear seats The front seats are to
be bucket seats The base cost is $18,366 The following options are also needed
• Traction lock
$81
• Cruise control
$147
• Power locks
$75
• Radio suppression
$60
• Am\Fm cassette radio
$175
• 6 way power seat
$320
• Floor mats front and rear
$29
TOTAL COST $19,253
7
ORIGINAL
COOPERATIVE PURCHASING AGREEMENT
STATE OF TEXAS
COUNTY OF DENTON
1997
THIS AGREEMENT is made on the 7 day of JANUARY 49%, between
CITY OF DENTON , State of Texas, and the County of Denton, Texas, each refereed to herein
as participating governments
WHEREAS, the respective participating governments are authorized by the Interlocal
Cooperation Act, V T C A Government Code, Chapter 791, to enter into joint contracts and
agreements for the performance of governmental functions and services including administrative
functions normally associated with the operation of government such as purchasing of necessary
materials and supplies,
WHEREAS, it is the desire of the aforesaid participating governments to comply with
and further the policies and purposes of the Interlocal Cooperation Act,
WHEREAS, the participating governments cannot normally obtain the best possible
purchase price for materials and supplies acting individually and without cooperation, and
WHEREAS, it is deemed in the best interest of all participating governments that said
governments do enter into a mutually satisfactory agreement for the purchase of certain materials
and supplies for the Denton County fiscal year 1996-1997
NOW, THEREFORE, the parties hereto, in consideration of the mutual covenants and
conditions contained herein and pursuant to the authority permitted under the Interlocal Cooperation
Act, promise and agree as follows
I.
Purpose
The purpose of this Agreement is to authorize participation of rTmY of nENTON
in various Denton County contracts for the purchase of various goods and services
Participation in this cooperative program will be highly beneficial to the taxpayers of the
governmental entity through anticipated savings to be realized
II
Duration of Agreement
1997
This Agreement shall become effective on JANUARY 7 , 1.99C and, unless
terminated earlier, remain in effect until September 30, 1997 By mutual agreement of the parties,
this Agreement is renewable for additional one-year terms Termination by either party shall be
upon thirty (30) days' written notice to the other party
III.
Relationship of Parties
It is agreed that the governmental entity, in receiving products and/or services specified
in this agreement, shall act as an independent purchaser and shall have control of its needs and the
manner in which they are acquired Neither the governmental entity, its agents, employees,
volunteer help or any other person operating under this contract shall be considered an agent or
employee of Denton County and shall not be entitled to participate in any pension plans or other
benefits that Denton County provides its employees
Denton County shall notify all participating entities of available contracts to include
terms of contract, commodity cost, contact names and addresses Denton County shall keep
participating governments informed of all changes to the Cooperative Purchasing list of contracts
Nothing in this agreement shall prevent any participating government from accepting and
awarding bids for commodities subject to this agreement individually and in its own behalf
IV.
Purchase of Goods and Services
All products and services shall be procured by Denton County in accordance with
procedures and statutes governing competitive bids and competitive proposals
The participating government will be able to purchase from those contracts established
by Denton County where notice has been given in the specifications and successful bidder has
accepted terms for Cooperative Purchasing Agreements for local governments within Denton
County
The participating governments hereto agree that the ordering of products and services
through this agreement shall be their individual responsibility and that the successful bidder or
bidders shall brll each participating government directly
The participating governments agree to pay successful bidders directly for all products
or services received from current revenues available for such purchase Each participating
government shall be liable to the successful bidder only for products and services ordered by and
received by it, and shall not by the execution of this agreement assume any additional Lability
Denton County does not warrant and is not responsible for the quality or delivery of
products or services from successful bidder The participating government shall receive all
warranties provided by successful bidder for the products or services purchased
In the event that any dispute arises between individual participating government and a
successful bidder, the same shall be handled by and between the participating government body and
the bidder
IN WITNESS WHEREOF, the parties hereto have caused this agreement to be executed
by their authorized officers thereon the day and the year first above written
DENTON COUNTY, TEXAS
By Jeff A Moseley
Denton County Judge
Acting on behalf of and by authority
of the Denton County Commissioners Court
Approved as to content
Director of Purchasing
Approved as to form
Assistant District Attorney
p \conlrncl\coop_pur wpd
By Ted Benavides
City Manager