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