HomeMy WebLinkAbout1992-043ALL0001F
ORDINANCE NO &�"U 3
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
NUMBER
O
VENDO
AMOUNT
1302
ALL
PHYSIO-CONTROL CORP
$ 24,662
25
1333
ALL
BROOKS PRODUCTS
$ 15,200
00
1336
ALL
ARROW INDUSTRIES
$124,800
00
1337
1,3,4-7
TEMPLE
$36,268
25
1337
2
PRIESTER
$ 9,205
00
1337
8,9
CUMMINS
$ 4,515
00
1339
ALL
KAWASAKI OF IRVING
$ 14,564
00
1340
ALL
ARENDALE FORD
$120,460
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
S,AFCTION 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 approv 1
PASSED AND APPROVED this lzr� day of , 1992
CASTLEBERRY, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
BY
APPROVED A TO LEGAL FORM
DEBRA A DRAYOVITCH, CITY ATTORNEY
BY �w�
DATE MARCH 17, 1992
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID #1302 - ECG MONITOR/DEFIBRILLATORS
RECOMMENDATION We recommend this bid be awarded to the lowest bid meeting
specification Physio-Control Corporation Arlington in the amount of $8220 75 per
unit Total award for three (3) units is $24,662 25
SUMMARY This bid is for the purchase of three Electrocardiogram
Monitor/Difibrillators for use by the Fire Department EMS Division These units will
be assigned to the frontline ambulances The Life Pak 10 replaces the current Life
Pak 5 units now in use The Life Pak 5 units will be reassigned to a back up role on
paramedic engines
The lower priced unit offered by areas such as (1) number of batteries necessary to
properly power the unit, (2) charger operating on both 110V and 12V currents, (3)
no momentary ECG freeze control They would also not be compatible with existing
equipment battery packs, charger etc
BACKGROUND Tabulation sheet, Memorandum from James Thompson, Assistant Fire
Chief
PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Fire Department EMS Division
FISCAL IMPACT These units will be funded from Certificate of Obligation (CO's)
sold for the purpose of purchasing capital equipment and vehicle
4 spe/c/tfull�bmrtted
v
Lloyd V Harrel
City Manager
Approved
Name Tom D Shaw, C P M
Title Purchasing Agent
246 DOC
BID R 1302
BID
NAME ELECTROCARDIOGRAM
MATRA
PEYSIO
PHYSIC
MONITOR/DIFIBRILLATOR
MEDICAL
CONTROL
CONTROL
CORP
CORP
OPEN
NOVEMBER 19 1991
ARLINGTON
WASHINGTON
1
#
1
ITEM DESCRIPTION
1
VENDOR
1
VENDOR I
VENDOR
1
(3) ELECTROCARDIOGRAM
MONITOR/DIRRIBRILLATOR
$7 695 00
$8 220 75
$8 220 75
MANUFACTURER
MATRX
PC
PC
MODEL P
9116
LP10
LP10
DELIVERY
15 DAYS
30-60 DAYS
30-60 DAYS
MEMO
t,
199' Vol21 4
TO Denise Harpool, Assistant Purchasing Agent
FROM James R Thomason, Assistant Fire Chief
DATE: November 22, 1991
SUBJECT: ECG MONITOR/DEFIBRILLATOR BID
I recommend purchasing the Physio Control Life -Pak 10 battery
support systems from Physio Control Physio Control is not the
lower bid but it does comply to all aspects of our bid
specifications
The Matrix bid was deficient in that they could not meet our
specifications in at least four areas
ig this purchase, please contact me
JRT/bf
DATE MARCH 17, 1992
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID # 1333 - PRECAST MANHOLES
RECOMMENDATION We recommend this bid be awarded to the lowest bidder,
Brooks Products, in the total amount of $15,200 00
SUMMARY This bid is for five (5) precast concrete manholes, to be used by the
Electric Distribution Division in the conversion of Locust & Mulberry Streets from
overhead to underground
BACKGROUND Tabulation sheet, Memorandum from George Pool
vision,
area
Electric Distribution
FISCAL IMPACT Budgeted Funds for 90-91 account # 610-080-0252-0069-9220
Resp fullllyy submitted
�v
Ll d V Harrell
City Manager
Prepared by
Name Denise Harpo 1
Title Senior Buyer
Approved
Name Tom D Shaw, C P M
Title Purchasing Agent
244 DOC
BID # 1333
BID NAME PRECAST MANHOLE
BROOKS PRODUCTS DALWORTH
OPEN FEBRUARY 16 1992
8 ITEM DESCRIPTION VENDOR VENDOR
PRE13CAST CONCRETE MANHOLE
WITH (2) 36 OPENING
QUANTITY 3
PRECAST CONCRETE MANHOLE
WITH (1) 36 OPENING
QUANTITY - 2
$3 200 00
$2 800 00
$3 223 00
$2 812 00
REN 1', `
CITY 0 1
Pul t
1992 19AR I I V1 11 23
ITY Of DENTON MUNICIPAL UTILITIES/ s01 A Texas Street / Denton TX 76201
M E M O R A N D U M
TO Denise Harpool, Senior Buyer
FROM George Pool, Electrical Engineer Associate I
DATE March 23, 1992
SUBJECT BID #1333, PRECAST MANHOLE
The Electrical Engineering Department recommends that this bid be
awarded to the low bidder from Brooks Products for $15,200
These manholes will be for the Overhead to Underground Conversion
Project on Locust St and Mulberry St
If I can be of further assistance please contact me at 7124
Geo ge Pool, Electrical Engineer Associate I
GP pl
cc Jim Harder, Director Electric Utilities
Don McLaughlin, Electric Engineer Administrator
03122353 WP
DATE March 17, 1992
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID #1336 - REFUSE BAGS 30 GALLON
RECOMMEENDATION We recommend this bid be awarded to the lowest bidder Arrow
Industries at the price of 2 08 per roll Estimated annual expenditure $124,800
based upon 60,000 rolls
SUMMARY This bid is for the annual supply of 30 gallon refuse bags They will
be ordered as needed for replacement of warehouse stock Currently we sell bags
to City of Denton Solid Waste Department, Citizens of Denton, City of Krum, City of
Sanger, Krum ISD, Denton County, Denton County MHMR, and other entities in the
area
BACKGROUND Tabulation sheet
PROGRAMS, DEPARTMENT OR GROUPS AFFECTED Residential Solid Waste,
Warehouse Inventory and Citizens of Denton
FISCAL IMPACT This contract will be funded from Working Capital funds for
Warehouse Inventory Purchases and recharged to budget accounts as needed
ectfu14 Y tted
Lloyd V Harrell
City Manager
Approved
Name Tom D Shaw, C P M
Title Purchasing Agent
1336 DOC
BID N 1336
BID
NAME REFUSE BAGS
ARROW IND
BEMIS CO
AM FILM
SUNBELT
DYNA BE
AFP INC
PLASTICS
OPEN
FEBRUARY 25 1992
8
ITEM DESCRIPTION
VENDOR
VENDOR
VENDOR
VENDOR
VENDOR
1
30 GAL REFUSE BAGS
$2 08
$2 80
$2 55
$2 88
$2 86
MANUFACTURER
ARROW
BEMIS
AM FILM
SUNBELT
DYNAPK
9 OF Linear how density
Polyethylene Resin
40
50
30
100
80
SAMPLE
YES
YES
YES
YES
YES
DATE MARCH 17, 1992
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID #1337 - STREETLIGHT HEADS
RECOMMENDATION We recommend this bid be awarded to the low bidder for each
item
VENDOR QY UNIT PRICE TOTAL PRICE
1 Streetlight
Temple
175
$43
14
$7,549
50
2 Streetlight
Priester
175
$52
60
$9,205
00
3 Streetlight
Temple
175
$43
14
$7,549
50
4 Streetlight
Temple
25
$76
92
$1,923
00
5 Streetlight
Temple
175
$78
73
$13,777
75
6 Streetlight
Temple
10
$90
20
$902
00
7 Streetlight
Temple
50
$91
33
$4,566
50
8 Lamps
Cummins
250
$12
90
$3,225
00
9 Lamps
Cummins
100
$12
90
$1,290
00
S�This bid is for the replacement of warehouse stock for streetlight heads,
which w ll be used by the Electric Distribution Division
BACKGROUND Tabulation sheet
PROGRAMS DEPARTMENTS OR GROUPS AFFECTED Warehouse working capital,
Electric Distribution
FISCAL IMPACT Budgeted working capital #710-043-0582-8708
etfylly u mrtte
Lloyd V Harrell
City Manager
Prepared by
Name Denise Harpool
Title Senior Buyer
Approved
Name ' o Shaw, C P M
Title Purchasing Agent
242 DOC
036 doe
BID $ 1337
BID NAME STREETLIGHT HEADS
CUMMINS TECHLINE
EBS
OPEN
FEBRUARY
25 1992
N
ITEM DESCRIPTION
VENDOR
VENDOR
(
VENDOR
1
STREETLIGHTS
175
$52
90
$54
31
$54
50
2
STREETLIGHTS
175
$52
90
$54
31
$57
50
3
STREETLIGHTS
175
$46
60
$47
63
$57
50
4
STREETLIGHTS
25
$79
90
$86
66
$114
95
5
STREETLIGHTS
175
$79
90
$82
10
$118
95
6
STREETLIGHTS
10
$108
00
$116
33
$123
00
7
STREETLIGHTS
50
$94
40
$96
84
$123
00
B I
STREETLIGHTS
250
$12
90
$16
65
-
9
STREETLIGHTS
100
$12
90
$16
65
--
ADDENDUM
YES
YES
YES
BID $ 1337
STUART WESCO
IRBY
VENDOR
VENDOR
$44 00
$45 63
$56 00
$57 88
$44 00
$45 63
$79 00
$81 35
$81 00
$B3 20
$93 00
$97 00
$94 00
$98 00
$14 50
$14 75
$15 50
$14 75
YES
YES
BID
OPEN
NAME STREETLIGHT HEADS
FEBRUARY 25 1992
TEMPLE
WATSON I
ELECTRIC
PRIESTER
G E SUPPLY I
M
ITEM DESCRIPTION
VENDOR
VENDOR
VENDOR
VENDOR VENDOR
1
STREETLIGHTS 175
$43 14
$43 81
$52 60
$56 52
2
STREETLIGHTS 175
$54 72
$55 41
$52 60
$58 69
3
STREETLIGHTS 175
$43 14
$43 81
$46 20
$56 52
4
STREETLIGHTS 25
$76 92
$77 84
$79 50
$81 52
5
STREETLIGHTS 175
$78 73
$79 64
$79 50
$127 16
6
STREETLIGHTS 10 I
$90 20
$91 34
$106 80
$124 99
7
STREETLIGHTS 50
$91 33
$92 53
$93 80
$130 42
8
STREETLIGHTS 250
$15 94
$15 98 I
$14 40
$13 69
9
STREETLIGHTS 100
$14 75
$15 98
$15 25
$14 62
ADDENDUM
YES
YES
YES
DATE March 17, 1992
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID #1339 POLICE MOTORCYCLES
RECOMIO�ENDATION We recommend tins bid be awarded to the lowest bidder meeting
specification Kawasaki of Irving in the amount of $7282 00 each Total bid award is
$14,564 00
SUMMA Y This bid is for the purchase of two specially equipped motorcycles
design for Police use The units will be assigned to a special branch of the Traffic
Enforcement section of the Police Department
Additional estimated expenditure will be required for mobil radios $3000 00 and radar
unit $1100 00 per unit bringing the packaged cost to approximately $22, 800 for both
units fully equipped and operation
BACKGROUND Tabulation Sheet
Traffic enforcements, Police
FISCAL IMPACT Funds for this expenditure will come from Certificates of Obligation
sold for equipment acquisitions The total number of police sedans approved for
replacement will be reduced by two units and the funds utilized to purchase the
motorcycles This trade off will result in a savings of approximately $1292 00
Re ctf/uu y submitted
v
oyd V Harrell
City Manager
Approved
Name Tom D Shaw, C P M
Title Purchasing Agent
1337 DOC
HID
$ 1339
HID
NAME POLICE MOTWRCYCLESIACTION
IMPORTS I
KAWASAKI I
HARLEY-
HARLEY-
OF IRVINO
DAVIDSON
DAVIDSON
OPEN
MARCH 3, 1992
OF TEXAS
OF DALLAS
N
ITEM DESCRIPTION
I VENDOR
VENDOR
VENDOR
VENDOR
1
2 POLICE MOTORCYCLES
$7 295 00
$7,282 00
$8 776 00
$7 684 00
(EACH)
(EACH)
(EACH)
(EACH)
MANUFACTURER
I EAWASAKI
KAWASAKI I
HARLEY
HARLEY
DELIVERY
30 DAYS
60 DAYS
90 DAYS
90 DAYS
DATE MARCH 17, 1992
CITY COUNCIL REPORT
TO Mayor and Members of the City Council
FROM Lloyd V Harrell, City Manager
SUBJECT BID #1340 - POLICE SEDANS
RECOMIV�ENDATION We recommend this bid be awarded to the lowest bidder, Ted
Aredale Ford in the amount of $12,046 00 per unit Total award for 10 units is
$120,460 00
SUMMARY This bid is for the purchase of ten (10) sedans specially equipped for
Police patrol activities They will be motorpool replacements for ten (10) older
"pool" cars The units being replaced are 1986, 1987 and 1988 model automobiles
with average mileage of over 60,000 miles and average maintenance cost of $6750 per
unit Sixty thousand road miles on a police cruiser is equivalent to over 100,000
miles on a normal use vehicle
The new units will be assigned to specific officers and their current vehicles will be
assigned to the patrol "pool"
The ten (10) units being replaced will be reviewed for possible reassignment to
lighter duty Those units not reassigned will be sold at public auction
BACKGROUND Tabulation sheet
Motor Pool Fleet Operations
FISCAL ,IMPACT These vehicles will be funded from Certificates of Obligation sold
for the purpose of vehicle and equipment capital expenditures
4loyd
eV Harrell
City Manager
Approved
Name Tom D Shaw, C P M
Title Purchasing Agent
245 DOC
036 doe
BID 8 1340
HID
WANE POLICE SEDAN
HILL UTTER
HUDIBURG
HUFFINES
ARENDALE
PRESTIGE
FORD
CHEVROLET
CHEVROLET
FORD SALES
FORD
OPEN
MARCH 10 1992
A
ITEM DESCRIPTION
VENDOR
VENDOR
VENDOR
VENDOR
VENDOR
1
FOUR (4) DOOR SEDAN
$12 249 00
$12 572 00
$12 700 00
$12 046 00
$12 138 00
I
u