Loading...
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