HomeMy WebLinkAbout1997-017ORDINANCE NO 9 %-6I7
AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR
THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES, PROVIDING
FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE
DATE
WHEREAS, the City has solicited, received and tabulated competitive bids 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 bids are the lowest responsible bids for the materials, equipment, supplies
or services as shown in the 'Bid Proposals" submitted therefore, 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 _NOL VENDOR AMOUNT
1987 1 SOUTHWEST INTERNATIONAL $ 80,200 00
1987 2 DALLAS PETERBILT $ 89,355 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 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 documents herein approved and accepted
11
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
SFCTTON V That this ordinance shall become effective immediately upon its passage and
approval
PASSED AND APPROVED this 41 1'
ATTEST
JENNIFER WALTERS, CITY SECRETARY
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
BY
SUPPLY ORD
day of _ _ �--
, 1997
vela--
JAC TILLER, MAYOR
DATE JANUARY 21, 1997
CITY MUNCIL-REPORT
TO Mayor and Members of the City Council
FROM Ted Benavides, City Manager
SUBJECT BID # 1987 - REFUSE TRUCKS
RECOMMENDATION We recommend Item I and 2 of this bid be awarded to the lowest bidder
meeting specification for each item as listed and that Item 3 be delayed for further evaluation
Item I
Rear Loading Refuse Truck
Item 2
Roll -Off Container Truck
Item 3
Front Loading Refuse Truck
Southwest International
$ 80,200 00
Dallas Peterbilt
$ 89,355 00
Under Evaluation
S
TOTAL BID AWARD
$169,555 00
SUMMARY- This bid is for the purchase of three (3) refuse trucks Item I is a 25 cubic yard rear
loading truck for residential refuse collection Item 2 is a roll -off container truck for commercial refuse
collection and item 3 is a 40 cubic yard front loading container truck also for commercial refuse
collection The 40 cubic yard front loading unit will be presented to Council for award at a later date
These units are motor pool replacements for older units that will be sold at auction
The lower price on Item I offered by Lone Star Volvo (A) and Dallas Peterbilt (A) is based upon a rear
loading body that fails to meet our specification requirement for external packing cylinders Internal
packing cylinders located inside the refuse hopper create significant maintenance problems in
comparison to the required external cylinders that operate outside the refuse collection area
The numerous bids submitted by the various suppliers are the result of different combinations of truck
cab/chassis and packer body manufacturers
PROGRAMS,, DEPARTMENTS OR GROUPS_AFFEC FD. Solid Waste Refuse Collection and
Motor Pool Operations
FISCAL IMPACT. The purchase of the three units will utilize motor pool lease funding approved
during the budget process, account #720-025-0582-9104
Attachement Tabulation sheet
Respectfull submitted
Ted Benavides
City Manager
Ap roved
`�51—r.�
Name Tom D Shaw, C P M
Title Purchasing Agent
819 AGENDA
v
f9
O
"
Vi
Vi
�
N
n
ti
H
CN
N
Q
VI
�
o
N
w
I
I
H
o
p
S
a
OOU
Q
a W'
CC�
W
a s
a
U
q]
a
�
a
WI
a
a
�
c
w
a
s
p
/
�
|
I
-
®
�®
!
ƒ
-
�
-
-
--
—
a
�
ƒ ■
-]--\—
—j---
S&
\
;
f—
k
k
7o