Loading...
HomeMy WebLinkAbout1987-2000923L AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE, AND PROVIDING FOR AN EFFECTIVE DATE WHEREAS, the City has solicited, received and tabulated competitive bids for the purchase of necessary materials, equip- ment, 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 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 or 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 ITEM NUMBER NO VENDOR AMOUNT 9791 1, 4, 6B, 61), 6E Select Ambulance $58,052 75 9791 6A $ 6C Motorola Communications $12,536 00 9794 All Neel Associates $30,950 05 9795 All Caron Compactor Co $15,549 00 SECTION II That by the acceptance and approval of the above numbere 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 andaccepted 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 bid documents herein approved and accepted SECTION IV That by the acceptance and approval of the above numbers 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 lately upon its passage and approval PASSED AND APPROVED this Lay of November, 1987 RAY-STEPHE S, MAYOR ATTEST JE IFERLTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY BY PAGE 2 TE November 17, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9791 AMBULANCE AND OPTIONAL EQUIPMENT RECOMMENDATION We recommend this bid be awarded to the lowest bidder meeting the intent of the specification as follows Item 1) New Type I Ambulance to Select Ambulance in the amount of Item 4) Deduction for trade of 1992 Ambulance to Select Ambulance Item 6A 12 Watt Apcor Radio to Motorola Comm Item 6B Life Pak 5 Unit to Select Ambulance Item 6C Smartnet 9000E Radio to Motorola Comm Item 6D Thumper 1005 CPR Denise to Select Ambulance Item 6E Portable Nitronox Unit to Select Ambulance TOTAL BID AWARD $52,789 00 (10,000 00) 8,286 00 8,38500 4,250 00 5,190 75 1,688 00 $70,588 75 SUMMARY This bid is for the purchase of a replacement for a 1982 Type I ambulance and the new equipment necessary to qualify this unit as a Mobil Intensive Care Unit (MICU) ambulance BACKGROUND Tabulation Sheet Fire Department Emergency FISCAL IMPACT It is the intent of the Fire Department to fund this unit through a third party lease/purchase funding arrangement The funds are not currently in place however we are in the process of preparing a funding program and will submit same to Council in the near future The actual order will not be placed until funds are available Respec ly submitted oyd,off Harrell City Vanager ed b� Tom D Shaw, C P M Assistant Purchasing Agent Approved T r m Gr-]m x.' �"" a .1 Gr]m x+�] G nmv� I "• i nC ni e]a ! y m ^ I K I nl `rG'i m -sc .... w •• -Ka i � I sm G z����'xz i U] F1 G] I G I 1 l G Gn w 1 C I m c v i �i i r'ii o cmn I g I n 1 _ 4i i I V I L11 I I I i m i o � I I n i � ram.] m i rl'il ® m m p� y m m UI 01 m m ! m m m ® I I l7 r I : � W ® !JI 4] m CA lwJl � I •v I [g'] N sum's 2 Ri Cmn '71 d N I I - - -- -- -- - -- - -- - -- -- - - - -- - -- -- -- -- - -- -- I I =] W b I Al 1 nG1 N IJ1 m m ffi us] � I � I ���=� a -------- - - ---------- - DATE November 17, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 9794 BOOSTER APPARTUS FIRETRUCK RECOMIENUATION We recommend this bid be awarded to the lowest responsible bidder as follows ITEM 1 Cab/Chassis to Neel Associates 17,872 05 ITEM 2 Tank, Pump, Body to Neel Associates 8,500 00 ITEM 3 Equipment List A to Neel Associates 2,56800 ITEM 4 Equipment List B 1,2,3 Neel Associates 22010 0-0- TOTAL $30,950 05 SUIVIARY This bid is for the purchase of a 4 X 4 booster apparatus firetruck This unit is small, fast and moverable It is designed to serve as a support vehicle and for off road fire fighting The bid offered by Sunfire on Item 3, list A, although lower than Neel Associates, is only applicable if the cab/chassis and pump are also purchased from Sunfire Item 4, list B, number 4, 5, and 6 are not being purchased at this time due to specification non compliance and insufficent funding BACKGROUND Tabulation Sheet PROGRAMS, DEPART14ENTS OR GROUPS ArrECTED Fire Department and Motor Pool rISCAL IIB'AGT This unit is a Motor Pool replacement and has no impact on the enera and Respect ly/submitted t--4w I Lloy V Harrell City Manager Pr red by It 1Y_ Name Tom D Shaw, C P M Title Assistant Purchasing Agent Approved ame John 3 Marshall, C P M Tjije, Purchasing Agent I _ 1 i i 1 I u_I v1 a T V1 I Ci 1 N ll m M 1 b O b H I 1 C I 1 Cfl 1 I 1 I y 1 I N pN I 1 1 i N mpp ..r 1 Z 1 n m � Op m N m r i� i pO pOp m a' �i,I O O 1 I ~ O O O _ .. __ __ I 1 IT 9 O b A ; �i w .•• iu a i .io i may� i c v _ DATE November 17, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BDMI 9795 COMPACTOR PIN -ON TEETH RECOIMIENDATION We recommend this bid be awarded to the lowest bidder meeting specification, Caron Compactor Company in the amount of $15,549 00, FOB Denton with delivery in 10 days SUMMARY This bid is for the purchase of a set of replacement compaction teeth on the refuse compactor at the Landfill The pin -on style will allow us to keep the compaction rate at a maximum The old style -weld on teeth- are worn beyond repair and the compaction rate is becoming less and less BACKGROUND. Tabulation sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Solid Waste Landfill operations FISCAL I11PACT 1987/88 Maintenance Funds for landfill equipment Budget # 710-025-0580-8702 Respectfully submitted /Z./ //' d4ae'lz o V Harrell Cit Manager Prepared by Name Tom D Shaw, C P M Title Assistant Purchasing Agent Approved ame VJohn J Marshall, C P M T j I j 0 " Purchasing Agent � I 1 I � m 1 K ti I i I �1 = 5[W1 I c W 1 x u I w I n Z K 1 H ti H 31 I 4 p:p g j S 1 I 1 C R1 1 1 W 1 I p I I I 1 1 o i a Sr 9 1 1 I I I I ax I I Y - -- -- -- - -- - -- - -- -- -- -- - -- - - -- -- -- -- -- -- - -- m W I c 1 m I