Loading...
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