Loading...
1993-023ORDINANCE NO. 3 -60 AN ORDINANCE ACCEPTING A COMPETITIVE SEALED PROPOSAL 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 com- petitive sealed proposals 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 proposals are the best responsible proposals for the materials, equipment, supplies or services as shown in the "Bid Proposals" submitted therefor; and WHEREAS, the City Council has provided in the City Budget for the appropriation of funds to be used for the purchase of the ma- terials, 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 for such items: BID ITEM NUMBER NO. VENDOR AMOUNT 1460 ALL CLASSIC CHEVROLET $119,970.00 SECTION II. That the following numbered items are hereby accepted and approved as being awarded as a result of the bidding process followed by the Texas Purchasing General Services Commis- sion: BID ITEM NUMBER NO. VENDOR AMOUNT 32573 ALL DENTON MOTORS INC. $13,963.95 SECTION III. That by the acceptance and approval of the above numbered items of the submitted proposals, the City accepts the offer of the persons submitting the proposals 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 Invitations, Proposals, and related documents. SECTION IV. That should the City and persons submitting ap- proved and accepted items and of the submitted proposals wish to enter into a formal written agreement as a result of the accep- tance, approval, and awarding of the proposal, 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, spec- ifications, standards, quantities and specified sums contained in the Proposal and related documents herein approved and accepted. SECTION V. That by the acceptance and approval of the above numbered items of the submitted proposals, the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved proposal or pursuant to a written con- tract made pursuant thereto as authorized herein. SECTION VI. That this ordinance shall become effective imme- diately upon its passage and approval. PASSED AND APPROVED this day of APPROVED AS TO LEGAL FORM: DEBRA/~ A. DRAIId,YOVITCH, CITY ATTORNEY , 444~~~ BY : ~~LJGYI~t✓~ CASTLEBERRY, 1993. DATE: FEBRUARY 16, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1460 - POLICE SEDANS RECOMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specifications, Classic Chevrolet in the amount of $11,997.00 per unit. Total bid award for ten (10) vehicles is $119,970.00. SUMMARY: During the budgeting process twelve (12) police sedans were approved for replacement. It has become evident from a recent evaluation of the Police Fleet that the units utilized in the DARE program and in the PAL (Police Athletic League) program should be replaced and only ten (10) sedans ordered. Two mini vans from the State of Texas Contract are being recommended under separate memorandums. The police sedans being recommended are full size Chevrolet Caprice Classic Police Specials. They will replace ten (10) 1988 Ford Sedans. The replaced vehicles will be reviewed by the Fleet Operations Division for possible reassignment in the fleet or disposal through public auction. At first reading the tabulation sheet indicates a $1.25 price difference between the bid of Classic Chevrolet in Grapevine and the bid of Bill Utter Ford in Denton. As indicated on the tabulation sheet the Bill Utter Ford bid does not include the anti- lock brakes required by our specification for police vehicles. This anti-lock brake system is a $506.00 dealer cost option. The bids of Denton Motors and Karl Klement both bidding Fords, include the anti-lock brakes. If the $506.00 option was to be added to the Bill Utter bid, their cost becomes $12,504.00 per vehicle. The difference between the lowest bidder and Bill Utter would then be $507.25 per vehicle or $5,072.50 for 10 units. The next low bidder in any instance is Karl Klement Ford of Decatur at $12,366.77, followed by Denton Motors at $12,498.50. Considerable time has been invested evaluating and comparing the bids received. Please realize that the adding to or revision of any bid is not legal. The example is only intended to indicate a price to price comparison. BACKGROUND: Tabulation Sheet. DEPARTMENTS OR GROUPS AFFECTED: Police Patrol Division and FISCAL IMPACT: These units will be funded from Certificate of Obligations funds previously approved by Council for fleet equipment expenditures. CITY COUNCIL REPORT FEBRUARY 16, 1993 PAGE 2 OF 2 110ffQtlw. bmitted: Lloyd arrell City Manager Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent agenda.345 036. DOC BID # 1460 I I BID NAME POLICE SEDANS ( CLASSIC CHEVROLET OPEN DATE FEBRUARY 4, 1993 I- # IQTYI DESCRIPTION I VENDOR I I I I I I 1.112 IFOUR (4) DOOR SEDAN WITHI$11,997.00 I [POLICE PATROL PACKAGE I Delivery: 170-80 DAYS I I I I I I I I I I DENTON I KARL I BILL I HILTZ 1 MOTORS I KLEMENT I UTTER I SNIDER INC I FORD I FORD CHEVROLET 1 I I I I I VENDOR I VENDOR I VENDOR I VENDOR I I I I I I I I I I [$12,498.50 1$12,366.77 1$11,998.25 [$12,596.21 I i FORD I I I I 1 [ I I I I I I I I 160 -90 DAYS160-120 DAYS160 -90 DAYS190-120 DAYSI **ANTILOCK BRAKES NOT INCLUDED DATE: FEBRUARY 16, 1993 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: PURCHASE ORDER #32573 - DENTON MOTORS INC. URCHAS ORDER #32514 - XWELL CHRYSLER PLYMOUTH DODGE ~ V W -h~ z COMMENDA ION: Council approve orders referenced above for two vans: RE Denton Motors Inc. $13,973.95 Maxwell Chrysler Plymouth Dodge $12,719.00 SUMMARY: The van from Denton Motors Inc. is a seven passenger extended mini van to be used for the Police Athletic League (PAL) program. The van from Maxwell Chrysler Plymouth Dodge is a mini cargo van to be used for the DARE program. These vans are being ordered in lieu of two police sedans that had been approved for replacement. Pricing for these vans was derived from the State of Texas bid pricing. The City of Denton Council passed Resolution No. R92-019 on April 7, 1992 authorizing participation in purchasing programs of the State Purchasing General Services Commission. The Local Government Code states that a local government satisfies the state law requiring competitive bids for the item through the use of a state contract. BACKGROUND: Purchase Orders #32573 and #32574 PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Police Department and Fleet Operations FISCAL IMPACT: These units will be funded from Certificate of Obligations funds previously approved by Council for fleet equipment expenditures. bmitted spect W t Lloy d V. Harrell City Manager Prepared by: 0 Name : Janie Harden Title: Buyer Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent agenda.346 0 z 0) 11 M O H I N N co 0 O z CD O z Q Q) Ir 0 M E W z U) 2 W H O N r W W W H H rC zLO x w w q c/I H wx 0 w z H O D E ~ H O W p U O Cl h Q kv C,j ~ co M CC U) W W O O ~0 ~ o H E 0 Q D Q H E w v U) LU W Q O k 00 00 ti0 m W o~ ~ M H °o is I r za Lr) M h U0 cc W J I- a O ~ M 0 W > 0 I J to W 0 0 N U t0 z r H 01 M U) M M x 0 < O Lr) x p W E z x z z z O O O W W Q a Q O z m O Cc U) Z O W W Q > Z ❑ W Q D > z Q N M M r r ON rn M M ~ H V} c!t Ufn r rn M rl i H z U) ~ H Q z Q G-i 0 z E E W U a a z 0 m O FCC W P4 H r U H x w ~ W U a P4 W ,4 i r-I c O N 0 rn c N ro L U IL a d n m 3 L N a a~ o C C N ~'N h N 3 ~ X L m m OO N yW m ~~ro Z> 0 O U u `O z_=mom I Ca) y'Q~ U Q 0'C NL O a _ CO Z.9 1)v Un 0 O U a> m U O U~ L_ ~ ON ~W x j o - ~ C j C O O Y - W (p U ~ C Z.M<ND z o ~ a o ~ to > N