HomeMy WebLinkAbout1997-332ORDINANCE NO Y'B;"
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
SR .TC ION 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
NI TMBF.R NO VENDOR AMOUNT
2116 ALL SOUTHWEST INTL. $184,945.00
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
1
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
PASSED AND APPROVED this /0 day of �(/�✓MM/ _, 1997
_ l
JA ILLER, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
BY 61�� ja' Q 3x J
SUPPLY ORD
DATE NOVEMBER 18, 1997
TO Mayor and Members of the City Council
FROM Kathy DuBose, Assistant City Manager of Finance
SUBJECT 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 (BID # 2116 - 12 YD DUMP TRUCK
AND HEAVY DUTY TRUCK CAB/CHASSIS)
RECOMMENDATION: We recommend this bid be awarded to the lowest bidder as listed below
1
12 CU YD DUMP TRUCK
IA
SOUTHWEST INTL
$56,775
OPTIONAL AIR RIDE SEAT
$ 300
AIR CONDITIONING
$ 600
AM/FM RADIO
$ 200
BED/LOAD VIBRATOR
$ 650
$58,525
1B
1
12 CU YD DUMP TRUCK
SOUTHWEST INTL
$56,775
OPTIONAL AIR RIDE SEAT
$ 300
AM/FM RADIO
$ 200
BED/LOAD VIBRATOR
$ 650
$57,925
2
1
27,000 GVW CAB/CHASSIS
SOUTHWEST INTL
$37,279
$37,279
3
1
28,000 GVW CAB/CHASSIS
SOUTHWEST INTL
$30,570
$30,570
TOTAL
$184,299
BACKGROUND: This bid is for the purchase of motor pool replacements for one 12 yard dump truck and
two heavy duty truck chassis for the Street Maintenance Department and one 12 yard dump truck fleet
addition for the Drainage Division The replacement or addition of these vehicles was approved in the budget
process
Motor Pool Operations, Street Maintenance
Division
CITY COUNCIL REPORT
NOVEMBER 18,1997
PAGE 2 OF 2
FIS AL IMPACTT: These vehicles will be funded from a combination of Motor Pool Replacement funds
and or 1997/98 budget funds for capital acquisitions
Attachment Tabulation Sheet
Respectfully submitted
4atseity Manager of Finance
Approved
Name I om aw, C P M
Title Purchasing Agent
959 AGENDA
BID 8 2116
BID
NAME 12 YD DUMP TRK & HEAVY DUTY
TRUCK CARICHASSIS
(OPEN DATE OCTOBER 30,1997
1 I 2 12 CUBIC YD TANDEM DIESEL
DUMP TRUCK & BODY _
2 1 -- - 27,000 GVW CABICHASSIS
y -
3 1 28,000 GV W CARICHASSIS
STATE DELIVERY TIME OF COMPLETE UNIT
-_ - __I ITEM-1
MCCOMBS
DURANT
SOUTHWEST
METRO
LONESTAR
FLEET
CLASSIC
INTL
FORD
TRK
CHEV
BOBSUMMERS
GMC
VENDOR
VENDOR _
VENDOR
'VENDOR
_VENDOR
_ $57,672 00
$57,574 00
$56,775 00I
$64,995 00
_ _ $60,515 00
- $39,988 00
_ $39,421 00
5,33,051 00
$37,279 00
_ $_30,570 00
_ $45'488 00
$41,750 00
_ 141429/0
$35,190 00
S33,524.00
_
ADD $1,425
PER UNIT FOR
EXTENDED
WARRANTY
150 180 DAYS
120-150 DAYS
165 DAYS__
139 DAYS
90 210 DAYS
90-210 DAYS
MAR APR 98
MAR -APR 98
210 270 DAYS_
210 _270 DAYS 1
_
135 DAYS
90 210 DAYS
MAR APR 98
210 270 DAYS j
5