Loading...
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