HomeMy WebLinkAbout1996-120ORDINANCE NO 96 /do
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
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 'r
► u: ►• VENDOR
1887 ALL ACTION IMPORTS $ 17,823 68
1889 ALL RELIABLE EMERGENCY VEHICLES INC $198,774 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
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 thisoZ r day of _ A� 1996
JAC ILLER, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
APPROVED AS TO LEGAL FORM
HERBERT L PROUTY, CITY ATTORNEY
BY
SUPPLY ORD
DATE MAY 21, 1996
WIFE
17;y
TO Mayor and Members of the City Council
FROM Ted Benavides, City Manager
SUBJECT BID # 1887 - POLICE MOTORCYCLES
RFCOMMENDATION: We recommend this bid be awarded to the lowest bidder, Action Imports
in the amount of $8,911 84 each, including lights and siren for a total award of $17,823 68
SUMMARY: This bid is for the purchase of two police motorcycles These units will replace two
units currently being leased from Harley of Texas The lease expires in July of 1996 and we feel
it will be less expensive to purchase motorcycles and perform our own maintenance as required
BACKGROUND. Tabulation Sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED_: Police Patrol/Traffic
Enforcement and Motor Pool Operations
FISCAL IMPAC—T. The units will be funded from Motor Pool replacement funds approved in
the budget process, account #720-025-0584-9104
Respectfully submitted
Ted Benavides
City Manager
Approved
Name Tom D Shaw, C P M
Title Purchasing Agent
733 AGENDA
BID AME
All
OP N DATE
tf j{�QTY�
1887
Police Motorcycles
April 18, 1996
TEXAS
HARLEY
DAVIDSON
KAWASAKI
CITY OF
IRVING
VENDOR
ACTION
IMPORTS
_ VENDOR
DES,1j pN _J
VENDOR
1 _
2
_
POLICE MOTORCYCLES
$13,00000
EACH
$7,49000
EACH
— $7,477
EACH
—
Pursuit Lights
_ $831 00
_ $711
_3A
3B
_ _
Electronic Siren
$681 00
$723
INCLUDE
INCLUDE
3C
3D
Public Address System
Radio Mounts
TOTAL COST
Deliver in Da s
_
$13,000 00
_ 120 DAYS
INCLUDED _
INCLUDED
$9,002 00
90 DAYS
$8,911
r_ 45 DAYS
HARLEY
DAVIDSON
OF DALLAS
----__VENDOR —_,
00
D
84
"" LEASE ONLY $250 PER MONTH
DATE MAY 21, 1996
TO Mayor and Members of the City Council
FROM Ted Benavides, City Manager
SUBJECT BID # 1889 - AMBULANCES
RFCDMMENDATION: We recommend this bid be awarded to the lowest bidder meeting
specification, Reliable Emergency Vehicles, Inc, in the amount of $99,387 00 each, with delivery
in 75-130 days depending upon chassis availability
SUMMARY: This bid is for the purchase of two (2) Type I Mobil Intensive Care Units
(Ambulances) for the City of Denton Emergency Medical Services Division The price
recommended as purchase price is the base bid offering of $105,220 00 less a $5,833 00 deduction
for spec section 15 08 Emergency Radio Communications
We will utilize existing radios for these two units or acquire radios from the State of Texas General
Services Commission contract
The lower price offered by Wheeled Coach failed to meet specification for construction materials,
compartment design, location and size restrictions, flooring requirements, battery storage and
breaker panel location, interior lighting and power distribution
BACKGROUND: Tabulation Sheet
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED. Fire Department EMS Division
and Motor Pool Operations
FISCAI. IMPACT: These units will be funded from Motor Pool replacement and/or Motor Pool
lease funds One unit is a fleet addition and the other will replace an older unit no longer suitable
for service $125,000 00 per unit was included in the budget process for the acquisition of two (2)
MICU ambulances
Respectfully submitted
Ted Benavides
City Manager
Approved
Name Tom D Shaw, C P M
Title Purchasing Agent
734 AGENDA
--—
NAME Ambulance WHEEL
COACH
1889
N DATE April 18, 1996
1 2
I _
Module and'96 Ford F450
Duty Choule
$102 720 00
EACH
EMERGENCY
VEHICLE
SPECIALIST
VENDOR_
FRAZER
INC
VENDOR _
MCCOY
MILLER
VENDOR
$109,19500
EACN
TAYLOR
MODE
VENDOR_ VENDOR J
$11185000
EACH
RELIABLE
EMERGENCY
VEHICLES
VFNAk}R
$105,22000
EACH
$112864 m1
EACH
$112,00000
EACN