Loading...
HomeMy WebLinkAbout1997-041ORDINANCE NO 92-04/ 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 SECTIONI 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 -N& VENDOR AMOUNT 1969 1,9 CLASSIC CHEVROLET $ 44,761 00 1969 2,3 VILLIAGE FORD $ 77,579 00 1969 4,5,6,11-13 HUDIBERG CHEVROLET $251,402 00 1969 7,8,14 JAMES WOODS $116,67250 1969 10 MCCOMBS FLEET $ 16,394 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-M 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 1 specified sums contained in the Bid Proposal and related documents herein approved and accepted SECTION I_V 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 PASSED AND APPROVED this �� day of 4kAvr , 1997 JA ILLER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY BY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY BY SUPPLY RD DATE FEBRUARY 18, 1997 CITY COITN IL REPORT TO Mayor and Members of the City Council FROM Ted Benavides, City Manager SUBJECT BID # 1969 - FLEET VEHICLES RF,COMMF,NDATION We recommend this bid be awarded to the lowest responsible bidder for each item as listed ITEM DESCRIPTION VENDOR _QTY PRICE 1 Half Ton Pickup SWB Classic Chev 2 $13,740 00 ea 2 Half Ton Pickup LWB Village Ford 3 $14,665 00 ea 3 3/4 Ton Pickup Village Ford 2 $16,792 00 ea 4 3/4 Ton LWB Ext Cab Pickup Hudiberg Chev 3 $18,756 00 ea 5 3/4 Ton 4x4 Ext Cab Pickup Hudiberg Chev 1 $24,053 00 ea 6 1 Ton Cab/Chassis 15,000 GVW Hudiberg Chev 1 $21,880 00 ea 7 1 Ton Cab/Chassis 10,500 GVW James Woods 1 $17,674 25 ea 8 Utility Vehicle (4 Door) James Woods 1 $20,609 96 ea 9 7 Pass Mini -Van Classic Chev 1 $17,281 00 ea 10 Cargo Style Mini -Van McCombs Fleet 1 $16,394 00 ea 11 Medium Size Sedan Hudiberg Chev 6 $14,576 00 ea 12 1 Ton Crew Cab 4x4 (4 Door) Hudiberg Chev 1 $25,247 00 ea with air cond & trailer tow package 13 3/4 Ton Cab/Chassis Ext Cab Hudiberg Chev 2 $18,249 00 ea 14 3/4 Ton Suburban James Woods 3 $26,129.43 ea Total Award 28 $506,808 50 The Bid item 2 price offered by Classic Chevrolet fads to meet specification for a V8 engine It was our intent to compare these bid prices to the State of Texas vehicle contract and to recommend award to the lowest responsible bidder The State continues to delay award of their bid This delay (over 60 days) makes it impossible to make a price comparison We are, therefore, basing our recommendation on the lowest bidder submitted in response to our request 3 CITY COUNCIL REPORT FEBRUARY 18, 1997 PAGE 2 OF 2 SUMMARY This bid is for the purchase of various fleet vehicles approved in the budget process Vehicles will be assigned to the following departments Park Park Park Electric Distribution Electric Production Electric Meter Street Building Inspection Communications Facility Management Code Enforcement Wastewater Electric Administration Airport Drainage Police Fire (#) Fire (#) (*) Indicates fleet addition 1 2 1 1 1 3/4 Ton Pickups 3/4 Ton Pickups Ext Cab 7 Passenger Mini -Van 3/4 Ton Pickups 3/4 Ton Pickup Ext Cab /z Ton Pickup I Ton Cab/Chassis %z Ton Pickup 7 Passenger Mini -Van I Ton Cab/Chassis Ton Pickup '/2 Ton Pickup Utility Vehicle (Blazer) %x Ton Pickup 3/4 Ton Pickup 4x4 4 Door Mid -size Sedans (CID) 1 Ton Crew Cab 4 Door 4x4 3/4 Ton Suburbans (#) The vehicles listed for the Fire Department are not as originally approved in the budget process A memorandum from Chief Chadwick explains the revisions and the reasoning behind the changes PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED-. Fleet Services, Motor Pool, and each division receiving new vehicles FISCAL IMPACT. These vehicles will be funded from 1996/97 budget funds and from Motor Pool Replacement funds approved in the budget process Attachments Tabulation Sheet Memorandum from Chief Chadwick Respectfully submitted Ted Benav ides City Manager Approved Name Tom D Shaw, C P M Title Purchasing Agent 830 AGENDA s W C W A I C W i a a z � I��ro m O a Oz, � M 8 8 8 8 s 8 8 8 Z Z I —_!gQ — s sN I s s sN Cg p�pspq 0sp H H « H » �Osy I s s s a g s s s s s W b .dn .Hi r P N MZ OU Q s s s s s--s s ss-s H H N H H H H H H H H H H H H H H H pH pH H H H H H H H � U fq P7 W W �1 W F e e � m M N N M 97 Memorandum TO Members of the City Council FROM Ted Benavides, City Manager BY Ross Chadwick, Fire Chief DATE December 19, 1996 SUBJECT CHANGES IN FIRE DEPARTMENT MOTOR POOL REQUEST Due to changes in two Fire Department Staff positions, the Fire Department requests some changes in the approved budget allocation for new vehicles and equipment This request will accommodate the vehicle needs for two Staff positions which do not currently have vehicles assigned to them As you know, we have reinstated the Battalion Chief positions in the Fire Department In addition to the Shift Commanders, a Training Officer's position was filled with a Battalion Chief The 1990 Suburban which was used by the Deputy Chief was reassigned to the Shift Commander The Deputy Chief currently uses his private vehicle One sport utility vehicle (a Suburban type vehicle) was approved in the budget for $30,000 The Training Officer's position was not a consideration in our budget preparation for vehicle allocation since we had no absolute assurance that we would be able to make this assignment until after budget hearings The approved budget, however, did Include an Emergency Medical Services (EMS) Program Manager's vehicle which we felt would accommodate the needs of that position The EMS Program Manager up until now has simply used any vehicle available which often was a stake bed truck which also doubles as a Brush Truck with a skid mounted water tank and pump and necessary hose for grass or brush fires This is a cumbersome and inappropriate use of this vehicle for the EMS Program Manger's purposes as well as the Fire Department's needs The proposed EMS vehicle was a crew cab one -ton truck with a utility bed designed for the specific needs of the EMS Program Manager The amount approved for this purchase was $53,000 After the promotions to Battalion Chief and some strategic planning, Staff realized we needed to rethink the Fire Department's vehicle needs, especially as they pertained to the EMS Program Manager and Training Officer After considerable evaluation of the needs of these positions, we concluded that the Fire Department could use a much smaller truck for the EMS position and at the same time accommodate the needs of the Training Officer Both employees have requested a multi -passenger vehicle with a cargo area that could be used to transport supplies and equipment We have agreed that a 3/4 ton Suburban would be the most appropriate vehicle for both of these positions We estimate that the bid price of a Suburban to be approximately $30,000 Instead of purchasing the budgeted $53,000 EMS vehicle, we request two (2) Suburbans Instead at an estimated cost of $60,000 plus the one sport utility vehicle budgeted of $30,000 for a total of $90,000 for three (3) Suburbans This leaves a deficit of $7,000 To make up this difference, we propose eliminating one of the two trailers budgeted with the multi -use vehicle In addition to this change, and since the Suburban is classified as a "truck," we recommend a lease period of 60 months rather than 36 months This will allow this Fire Department to also address a second problem encountered as we entered into the new budget VEH-CM Page f 6 As Chief Chadwick came on board in December of 1995, he was given the Toyota lease car that was used by the former City Manager We realized this was a lease vehicle but we did not realize that the lease was so near Its expiration date of February, 1997 Our problem now becomes whether or not to renew the existing lease, lease a new vehicle, or purchase a vehicle through the City's Lease Purchase Program It is our recommendation that we purchase a full-size sedan for the Fire Chief at an estimated cost of $22,000 through our Motor Pool or lease purchase resources rather than spend funds on an outside lease program We budgeted the lease payment to Toyota in the current budget, however, it is insufficient to lease a full size vehicle By extending the lease payments to 60 months on all the trucks and keeping the payments on the Chiefs car at 38 months, the Fire Department would be able to provide for the payments for the Chiefs car, the EMS and Training Officers' vehlcles, and the other new replacement vehicles requested in the budget and actually decrease our monthly Motor Pool expenditures by approximately $585 The following chart summarizes these requests fsssFlssssuDOMWO PIIIOPoseo yB111c" ryPN Estimated Monthly Estimated Monthly Cost Payment Cost Payment Sport Utility Vehicle (Suburban) 1 budgeted $30,000 $920 $90,000 $1 761 3 requested (36 months) (60 months) EMS Program Manager Vehicle (1-ton wnh utility bed) 1 budgeted $53,000 $1,620 $0 $0 (30 months) Multl-use Vehicle (1-ton 4-wheel drive with trailers) 1 budgeted (with 2 trailers) $54,000 $1,009 $40,000 $920 1 requested (with 1 traller) (30 months) (60 months) Fire Chiefs Vehicle $0 $329 $22 000 $672 (36 months) TOTALS $137.000 $3,938 $152,000 $053 PROPOSAL DIFFERENCE $15,000 ($2 ) This proposal was discussed with the Motor Pool Committee and Tom Shaw, Purchasing Agent, and all parties responded favorably Jack Jarvis, Fleet Services Superintendent, recommended that the Fire Department purchase three Suburbans alike, 314 ton, for better reliability and life expectancy due to the heavy duty nature of the vehicles Tom Shaw estimates that bids for the sedan will be to the City Council on January 7, 1997, and the bids for the other vehicles will probably be on January 21, 1997 Tevides, City Manager Copies Mike Jez, Exectdhre Director of Public Safety Haden Jefferson, Motor Pool Committee Tom Show, Purchasing Agent Ross Chadwick, Fire Chief VEH-CM Page 2