Loading...
HomeMy WebLinkAbout1992-072ALLOOO1F AMENDED BY ORDINANCE 93-009 AND A COPY IS ATTACHED HEREWITH ORDINANCE NO 9a o AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES, PROVID- ING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated com- petitive 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 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 herto, are hereby accepted and approved as being the lowest responsible bids for such items BID ITEM NUMBE NO VENDO AMOUNT 1341 ALL BIO-AQUATIC TESTING $16,680 00 1352 11213 SOUTHERN AMBULANCE $88,805 00 1352 4 MILE -HI T EQUIPMENT $ 3,300 00 1352 5-14 SOUTHERN AMBULANCE $ 4,285 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 ap- proved 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, spec- ifications, 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 imme- diately upon its passage and approval PASSED AND APPROVED this 3 day of , 1992 ATTEST JENNIFER WALTERS, CITY SECRETARY BY �1�J APPROVED S TO LEGAL FORM DEBRA A DRAYOVITCH, CITY ATTORNEY BY k �/ 0 C12 j - AL" i ) DATE May 5, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1341 - TOXICITY TESTING RECOMMENDATION We recommend this bid be awarded to the low bidder, Bio- Aquatic Testing, in the total amount of $16,680 00 SUMMARY This bid is for testing of discharge at the Water Reclamation Plant These biomonitoring test are required by the EPA This bid will be in effect for one year at a price of $695 00 per month for each of two test BACKGROUND Tabulation sheet, PUB Meeting Minutes Waste Water Reclamation and FISCAL IMPACT Budgeted Funds for 92-93 account #620-082-0481-8502 R ectfully s b utted Loyd Harrell City Manager Approved Name Denise Harp Title Senior Buyer DH/lh 263 DOC BID # 1341 BID NAME TOXICITY TESTING OPEN 1 � 2 MARCH 24, 1992 ITEM DESCRIPTION CHRONIC TESTING OF AERIODAPHNIA DUBIA CHRONIC TESTING OF PIMEPHALES BIO-AQUATIC TESTING 695 MO 695 MO TRAC LAB VENDOR 750 MO 750 NO EXCERPT MINUTES- PUBLIC UTILITIES BOARD April 22, 1992 11 CONSIDER APPROVAL OF PROPOSED BID NO 1341 FOR THE MONTHLY ASSESSMENT OF EFFLUENT TOXICITY (BIOMONITORING) Martin advised that the cost for the mandated toxicity testing of the effluent discharged from the Pecan Creek Water Reclamation Plant will be approximately $17,000 This monitoring is required under the terms and conditions of the new NPDES permit The length of the contract is 12 months, and if Denton passes without any failures in meeting the requirement, this requirement will be discontinued and the utility will not have to conduct these tests for the remainder of the permit time However, any failure in the program will require that Denton enter into a very costly "toxic evaluation" process Action Frady made a motion to approve the bid of $695 per month for each of the two month tests, for a period of 12 months, submitted by bio-Aquatics Testing, Inc , for a total of $16,680 Second by Coplen All ayes, no nays, motion carried DATE MAY 5, 1992 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1352 - TYPE I AMBULANCE RECOMMENDATION We recommend this bid be awarded to the lowest bidder meeting specifications Item 3 Type I Ambulance to Southern Ambulance including (Item 1) Truck Cab/Chassis and (Item 2) Modular Body $88,805 00 Item 4 Generator Set to Mile -Hi T Equipment $ 3,300 00 Item 5-14 Misc Equipment Southern Ambulance $ 4,285 00 Total Bid Award $96,390 00 Delivery is quoted FOB Denton with delivery in 90 days after receipt of chassis SUMMARY This bid is for the purchase of a 1992 Type I Ambulance for use by the Fire Department Emergency Medical Service Division The unit is a fleet addition and will eventually be assigned to the new Fire Station #6 The generator is a 6 5 kw 115 volt gasoline powered unit designed to power the electrical requirements of the modular unit 1 e air conditioner, lights, heater, suction and other on board requirements The miscellaneous equipment listed as bid Item 5 through 14 are required to complete the unit prior to placing into EMS service This unit was approved as a fleet addition during the budget process The modular body offered by CHC contains provisions for a diesel generator only and fails to meet the specification requiring a gasoline powered unit BACKGROUND Tabulation sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED_ Fire Department, Emergency Medical Services Divisions and the Citizens of Denton FISCAL IMPACT This unit will be funded from Certificates of Obligation approved by Council and sold at an earlier date CITY COUNCIL REPORT MAY 5, 1992 PAGE 2 OF 2 "loyd City Manager Approved Name Tom D Shaw, C P M Title Purchasing Agent 036 DOC ------- iP W N— r O `0 QD J 01 A---------- — W N r —I— 4p ro W [+l t7 [O z NN N W N N N �.r1 r r iP r py r r y r y W v+a v z r NH o M �n t�t71 v y�y t" dzOzU O g og K v 7a M M k t" tm N :tl G1 �C x x W k M � fp'7 r�i k H( 0 O oO 'yp� L" (] 7C G Ho h1 y G1 z O'� 10 l7 �3 41 11 y�y dtl K1 G1 H '.Htl z 7D b7 H I ID rh rA rA cl 7C to — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — r N O O O N H anww C % Z K z fl z z z z z z W� r° o� Mz� W \w \\\ \\\ �• W N W W bD fA DD W O 0 o 4P 0 7D Q x Op N O N O J M hD 0 0 0 0 ro 0 0 0 ------------------------------ --- O H {] H H H a A Mr P.ID OD MO N wan win w w• I �P O y 0 W 01 N OD y r r w r OD 'OA N N O � 0 N SO y0 O 0 0N V7 ul mO 0w w N O W W O O O 0 0 000 0 0 0 0 0 0 0 H ro 0 0 0 ------------------------------ --- 0 O O1 H 10 En O ywwwp « mt�+llr cm AA 'l tqCt++H ur .P r w r r K ut .i w I 7tl J 'OD 1 0 O Oy m 0 OD W N In r to ko O O O W 0) y O 01 O 0 VI 0 I0 0 �o O O O In � m 7D co 0 0 0 000000t.14000 00 0 0 0 0 0 0 0 o ro o o o 0 ------------------------------ --- 0 H o H z p K) o m p (n w 't+l N H w ca r m 0 r �zd oao• O OH w www ww• � m o yD K of w r N r r in w w 0 W 0 v r 0 O z 7tl y y 0 OD w O J 0 0o r H 0 0 ',0 0 �0 m o 'A to H 'y of VI ut O ut O to �0 r O O O N Ut O L+1 0 000 000 0000061000o ------------------- --- OD zo z + � y y Z y w w w C R yy 'yZ W H • OD M~ t'L'J z N O M w O w w w N w• 7a i PO �P r bV rrr r�a�w zo .im wM0 O 'y W r OD 0 %0 to %0 N a, A 0 m 0 O b O %0 �4 w o w o N H O m& O O 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 O 00 0 0 0 o o o o o w ro o o — — — — — — — — — — — — — — — — — — — — — — — — — — — — H H H H H w CD J 0' W — — — — — P W N — H O — — — — — — — — — — — — — — — pJ H N W N N N H H H 0. H H H H DOrA C �yd yyytl m 7tl O O �41 Ad K r0 H0000'�' H iyy+ 'HH [O�]tl\D zr CH y ItJ ro G] O H ',0 z x H rWzz yy� [ o yOd OG1 f] 0 H N q N yrA y db N R C7 N hd — ----------------- %D O N H O H N (o] H N N r H '0 C+ OD W N KO O O N I NNN NN• H H H H OP M N O • H J o o o N N N co 0 Vf 0 H m O x O W N m y 00 0 2 to o O o v O O O m o 0 0 0 000 00000 0000 0 0 — — — — — — — — — — — — — — N — — — — — — — w O 0 N N N 10 N N r kD H U () Q W N w W N N N H of co N VI O',.j' �l H kD N �l N OD & %D 0 H H W O '�.C�Z77!, O 0 N iP O W O 0 0 %D ID N A O O N O" z 00 o 0 0 0 0 0 0 0 r o 0 0 O 00 0 0 0 0 0 0 0 0 w o o o — — — H — — — — — — — — — — — — — — — — — — — — — O 0 0 N ID K z z x z z z x x z z W \ \ w W \ \ \ \ \ \ \ W W w W w W W \ • \ w 00 w N A O 0 O 0 0 O ------------------------ 0 0 0 o x x x x x x x z x z w x x x \\\ \\\ \\\\ \\\ m mmDa mmw cammm� mmm 0 0 O ---------------------------- 0 0 h H N H - N w a r o z z x N N \ N N N IW A.�P H \\ J T W [D O i M OJ H O w N w N H N W H i D\ J 0. w N 0 0 0 N ;L 'y O H �1 0 O O O O In O O N 00 0 0 0 0 0 0 0 0 do 0 ---------------------------- Y K H A y M 2 4 W w o o to z r W H H W N -----N— ----------- H O m J D% N �P W toH —I— z d ... .-. ... v Etl O O H O w 0 (G(ym] O (O� � m Gz1 m� ro H rozu� wz� o� � ��KFn o N z �n� mm m tzur m z ---------------------------- 0 o Hz O H CC z z z z z z r z z z z z z z 0. • [� zd m m m m m m m m w a w m mm o m m W m °z y O W z ro o O — — — — — — — — — — — — — — — — — — — — — — — — — o — z — — �dzr n0� N y :J esF+ w H H w• 7. m y O a� 1 N W o M N N U G 4- • m H N N M 0 J A N M 'y'y w O to O O D% W kD 0 H N J m O W m .M N O O %D N kD ID %D O N m N O N On O n 00 O OD ID o o o �D C r O O o o o w[ v o o 00 O N N o k w rl 1 To Tom Shaw, Purchasing Agent Q From: James R Thomason, Deputy Fire Chief �\ Date January 4, 1993 Re LEASE PURCHASE OF TYPE I AMBULANCE The Fire Department wishes to exercise our option to purchase an additional Type I Ambulance from Southern Ambulance as per their bid received 21 April, 1992 There will be no changes in the ambulance specifications or purchase price JRT/lh C \WPDOMADDIAMBU ORD ORDINANCE NO U AN ORDINANCE AMENDING ORDINANCE NO 92-072 RELATING TO THE AWARD OF BID Number 1352 FOR THE PURCHASE OF ONE TYPE I AMBULANCE TO PROVIDE FOR THE, PURCHASE OF AN ADDITIONAL AMBULANCE, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City on May 5, 1992 authorized the purchase of a Type I Ambulance from Southern Ambulance per Ordinance No 92-072, and WHEREAS, the City desires to purchase an additional Type I Ambulance pursuant to the terms of Bid Number 1352 and Southern Ambulance is agreeable to selling an ambulance, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS, SECTION I That Ordinance provide for the purchase of two the terms of Bid Number 1352 No 92-072 is hereby amended to (2) Type I Ambulances pursuant to SECTION II That Bid Number 1352 herein accepted includes Bid Item 3, 5 - 14 and the additional compensation payable to Southern Ambulance under this ordinance amendment is $93,170 00 SSECTION III That the funds for this amendment are to be expended from the city's Certificate of Obligation funds approved by the City Council in the 1992-93 Budget SECTION I That this ordinance shall become effective immediately upon its passage and approval PASSED AND APPROVED this the � day of 1993 BOB CASTLEBERRY, MAY ATTEST JENNIFER WALTERS, CITY SECRETARY BY APP ED AS TO LEGAL FORM DEB A DRAYOVITCH, CITY ATTORNEY DATE JANUARY 19, 1993 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #1352 - TYPE I AMBULANCE RECOMMENDATION We recommend this bid be awarded to the lowest bidder meeting specifications Southern Ambulance for item 3 (combination of items 1 & 2) in the amount of $88,805 00 and for item 5-14 to Southern Ambulance in the amount of $4, 365 00 Total bid award is $93,170 00 Bid item #4 will be purchased at a later date SUMMARY This bid is for the purchase of a Type I Ambulance and miscellaneous equipment We purchased one unit in April of 1992 We are now recommending the purchase of a second unit from the same bid with all prices, terms and conditions remaining the same The action will provide the City of Denton with two similar units from the same manufacturer The equipment listed as item 5-14 are required prior to placing the unit into service This unit is replacing a 1987 model ambulance that was purchased with a reconditioned modular body in 1987 BACKGROUND Tabulation sheet, memorandum from James R Thompson, Deputy Fire Ch of Motorpool and Fire Department FISCAL IMPACT This purchase was approved during the budget process and will be funded from Certificate of Obligation funds R ectfullys subitted Loyd V Harrell City Manager Approved � a Name Tom Shaw, C P M Title Purchasing Agent agenda 331 w F- w w w %D co J 0% 0 A W N F I ft A — — — — — — — W N — NO — — — — — — — — — — — — — -- D11 1+ N W N N N F+ F+ F+ A F+ F+ F+ F+ z Ertl 7�®M�1 H .0 Ctd do t'� o SQj y00 0 O 0 0 7Oo a r fpqq ,~T,~ hyi DOD ?0OYH6]'.�tl�� b061 71 ~ ra to 'b 0 to to N N z O 'A N WZ W W o hC EWWWtl — — — — — — — — — — — — — — — — — — — — — — — — — — N — — — — N O ee K z zzz zzz WSO F+o:' 7s y \N \\\ W z O1 0! Ol z m N Y 0 O o 0 %D A 0 'A OR N O H O J to N z 0 00 0 0 0 0 ------------------------------ 0 O (y� 04 y � r A Q9 t" A 0n N I J Y J, W �! N N N F+ A 0t a A F+ O F+ p O Ln 'Gp N 01 Nl M OD O J J O %a A N :0 w O O 01 o o 0 N O O N O W W O 0 co 0 0 0 0 0 0 o O r O O O 00 0 0 0 0 0 0 0 0 ro o 0 0 ------------------------------ 0j o � CC H aaN G 00 N �"� co W ii F+ 0� m A A 0 K NN NN Na` �J A• N A 0 !n tT w 0 F+ N Lq VI J a 0 O O O W 'A Y O O O o O N N m o w o w O t7� �O m O �o O 'D O 0 o Dtl 00 000 O O O o o r o O O 00 o 0 0 0 0 0 o O 10000 0 ------------------------------ o zy. z N H N N N` o A O, K M 01 a NNN F+ N F+ F+ N O N N DD J J F+ 0 N ?A J DD N O J W 01 o W O w o o w O `A Y N N 0 O N O %0 w F O O O m 0 % 3 3 o 0 0 0 0 0 0 0 0 0 0 0 0 0 r o o 0 0 0 O o O 0 0 0 0 0 ro o 0 0 ------------------------------ co Ma z .Oj y w C C a r 0D• F+ y �] H N N I Ir M w w is A - {/ � A 'j� Y 0 F+ A J N �0 [C J N t0 J Y N w O %tj O �0 N t!1 �D N O' A O O l0 0 c 0 00 o 0 0 0 0 0 0 0 o r O O O O 00 0 0 0 o o O O o w ro o O ------------------------------ 0 z I s, u Y. W O N W H H w H W OD J m N A W N F+ M 0 to to A W N H O 10 H H — — — — — — — — — — — — — — — — — — — — — — — — — — 00 O O 2 M+ N W N N N H H W A H w F f. H v+ ..6yyd.�— .�..y......y.. �y ............ — pp ...... — y �WiiNbtl Gil �C 1b-�0yM 3K ��+.ro�Ny�++G SH% Ht 'A O7V 9�C 2 0 CI [O� N 8O k y M pa 0 N N W ri 2 r O N'• N 0 �ii ylIZ� ,Y M F+ b3M N 09 011 N N 49 O N p1 77 N 'tie A EI — — — — — — — — — — — — — — — — — — — — — — — — — — — — --- 0 ~ $O� N N O r O J W 8 Y O '�l'i N N N N 40. 1-' �D A IrA t4 O N 4.9T�' w H H F A m N O CH'� J O O O H 0 N 00 Ot 0 N H 0 0 2 O N N N 'O 2 OO NNO 0000000000 x o 0 coo 0 0 0 0 0 r o o o °0 0 0 000 00000 10000 ---------------------------- --- H o m CC H tld M. 2 twoH N a. Q1 W N N N W N N N H N co N N J H kO N S n 'y J N OD A H H N O O W N A 'p 'p O W O ONO kO N N A O O N O N co 0 0 0 0 0 0 0 o r o 0 0 0 00 0 0 0 0 0 0 0 o ro o 0 0 ---------------------------- --- H N O '9 v «� b K 2 2 2 2 2 2 2 z 2 Z O S 2 M N \\ \\ \\\\\ \• \ m O« * wO O W m m O m 00 m a A O O M 7tl 0 0 o n 0 0 0 0 — — — — — — — — — — — — — — — — — — — — — — — — — — — — t—(1 — — 40 J C RI O v 2 x 2 2 2 Z 2 2 2 2 W 2 2 2 W N 00 O wm wN wO m O� wW W N O 0 0 — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — �O O H I 2 H H o N Vrj W y z\ H A K OD H m N F+ F+ A O+ N A m J C, N N N O W« N W J A N N O O O N 'q O M J {n O cc O N O O N x o 0 0 00 0 0 0 0 o r o coo 00 0 0 0 0 0 too 0 ------------------------ a 8 a u