Loading...
1994-112ORDINANCE NO. q -11A AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; 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 NO VENDOR AMOUNT 1636 ALL MAHANEY INTERNATIONAL $147,160 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. 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 day of , 1994. ATTEST: JENNIFER WALTERS, CITY SECRETARY , BY APPROVED AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY BY: ~ d 6 x x ~ a d r~ ~ Croton p ~ y ~ ~my ~ xyC tn~O C O C O " C x y . a N A d ~ x a N Z C Ctl Cn n n y ~ ° a' wax o x °o ~ x i ro W x9rc yN 0o o r 00 o O a Y to Z a ~p ro ~ N N ~ rw O „y x Al , x x 00 o O r p o Cn p y y O ~ 0 N N ~ Q tl'f lPi~ y d b vii _ : C ~ x $ ; ! ro O O P LJ 44 C O Cn G1 w W ~ It Z N d ' ~ y CITY of DENTON, TEXAS MUNICIPAL BUILDING / 215 E McKINNEY / DENTON, TEXAS 76201 MEMORANDUM TO: Tom Shaw, Purchasing Agent FROM Jack Jarvis, Fleet Superintendent DATE: (J June 28, 1994 SUBJECT: REAR LOAD REFUSE TRUCKS - BID #1636 The lowest bid on these units is from Industrial Disposal Supply, at a cost of $73,335.00 each. However, these units do not completely meet our specifications in two areas. The bid asks for a 6" diameter on the sweep cylinder and vendor offers 5". We also specified 48 GPM hydraulic pump pressure and vendor offers 42 GPM. These may not be critical areas, but they are not within our specs. Another area of concern is the supplier of these units has only been carrying this line for 2 months. This could cause a parts availability problem, creating more down time on the units. I feel it is in the best interest of the City of Denton to purchase the next lowest bid, which is only $245.00 higher, Mahanay International Inc. with Packmor Body. We have 6 of these units already in our fleet. We stock parts and cylinders for these units. I feel that it is to our advantage to purchase more of the same because of compatibility of parts and familiarity of service procedures. My recommendation is to go with Mahanay International with Packmor Body at a cost of $73,580.11 each. Total for 2 units is $147,160.22. 8171566-8200 D/FW METRO 434-2529 DATE: JULY 5, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1636 - REAR LOAD REFUSE TRUCK RECOMMENDATION: We recommend this bid be awarded to the lowest and most responsible bidder meeting specifications, Mahaney International in the amount of $73,580.00 per truck for a total of $147,160.00 for two units. SUMMARY: This bid is for the purchase of two 25 cubic yard rear load refuse trucks. These units are motorpool replacements for 1986 model trucks no longer economical to maintain. The rear load trucks are used in the residential refuse collection process. The units bid are International Trucks with Pak-Mor bodies. This has proved to be an excellent combination for this application. The lower price offered by Industrial Disposal Supply for the Leach Body, fails to meet packer body specifications in the size of load opening and hydraulic system capacities. The bodies manufacturer by Leach that the City of Denton has operated in the past (12-15 years ago) were of very poor quality and operated at an unacceptable dependability level. The Leach has changed hands Body Distribution several times in the past few years. This creates a concern about parts and service availability, we have also been unable to find any other municipality in the D/FW Metroplex Area utilizing the Leach Body. Based upon our evaluation we do not feel this $245.11 per unit savings offered by IDS would be the best buy for the City of Denton even if they were in full compliance with specifications. The Purchasing Staff, Fleet Operations and Solid Waste Division concur in our recommendation. We will however, continue to monitor the Leach Body and its development in the market place. BACKGROUND: Tabulation Sheets, Memorandum from Jack Jarvis Fleet Supervisor. OR Solid Waste Residential FISCAL IMPACT: These two units will be funded from 1993-94 Certificate of Obligation Funds for vehicles and equipment purchase, Account Number #724-025- C094-9104. $150,000.00 was set aside for this acquisitio . R ect ( u~,13/ su tted: Ll yd V. Harrell City Manager A Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 503.AOENDA