Loading...
1997-017 ORDINANCE NO ~_ 7~/7 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 w~th 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, supphes 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 m the "Bid Proposals" attached hereto, are hereby accepted and approved as being the lowest responsible bids for such items BID ITEM NUMBER NO 2ENDD R AMOUNT 1987 1 SOUTHWEST INTERNATIONAL $ 80,200 00 1987 2 DALLAS PETERBILT $ 89,355 00 SECTION li 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 ~n accordance with the terms, specifications, standards, quantltaes and for the specified sums contained in the Bid Inwtatlons, Bid Proposals, and related documents SECTION III That should the City and persons submitting approved and accepted items and of the submitted bids w~sh 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, cond~tions, specifications, standards, quantities and specified sums contmned in the Bid Proposal and related documents herein approved and accepted 3. SECTION IV That by the acceptance and approval of the above numbered ~tems of the submitted b~ds, the C~ty Council hereby authorizes the expenditure of funds therefor ~n the mount and ~n accordance w~th the approved b~ds or pursuant to a written contract made pursuant thereto as authorized hereto SECTION V That th~s ordinance shall become effective tmmedmtely upon ~ts passage and approval PASSED AND APPROVED th~s ~'~]_ ~ day of ~ , 1997 J~ ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY SUPPLY ORD DATE JANUARY 21, 1997 CITYIZ~UNCIL~ O RT TO Mayor and Members of the C~ty Council FROM Ted Benavides, C~ty Manager SUBJECT BID # 1987 - REFUSE TRUCKS RECOMMENDATION We recommend Item 1 and 2 of thts bid be awarded to the lowest bidder meeting spemfication for each ~tem as hsted and that Item 3 be delayed for further evaluation Item I Rear Loading Refuse Truck Southwest lnternauonal $ 80,200 00 Item 2 Roll-Off Contamer Truck Dallas Peterbilt $ 89,355 00 item 3 Front Loadmg Refuse Truck Under Evaluation TOTAL BID AWARD $169,555 00 SUMMARY' Thts b~d is for the pumhase of three (3) refuse trucks Item 1 ~s a 25 cubic yard rear loading truck for residential refuse collection Item 2 ~s a mil-off contmner truck for commercial refuse collection and item 3 ~s a 40 cubic yard front loading contatner 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 umts are motor pool replacements for older units that wdl be sold at auction The lower price on Item 1 offered by Lone Star Volvo (A) and Dallas Peterbilt (A) is based upon a rear loading body that fads to meet our specfficatton reqmrement for external packing cyhnders Internal packing cylinders located inside the refuse hopper create significant maintenance problems comparison to the required external cyhnders that operate outside the refuse collection area The numerous b~ds submitted by the various suppliers are the result of d~fferent combinations of truck cab/chassis and packer body manufacturers PROGRAMS~. I)EPARTMENTSDRI?xROiJ~SAFF-I-,CIED. Sohd Waste Refuse Collection and Motor Pool Operatmns EISCAL IMPACT. The purchase of the three umts wdl utilize motor pool lease funding approved dunng the budget process, account//720-025-0582-9104 Attachement Tabulation sheet Respect~ submitted Ted Benawdes C~ty Manager APll,[.°ved ~. Name Tom D Shaw, C P M Tttle Purchasing Agent 819 AGENDA 3