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