HomeMy WebLinkAbout1999-162AN ORDINANCE OF THE CITY OF DENTON AUTHORIZING THE CITY MANAGER OR
HIS DESIGNEE TO EXECUTE A PURCHASE ORDER TO FRAZER, INC FOR THE
ACQUISITION OF TWO CLASS 1 AMBULANCES BY WAY OF AN INTERLOCAL
AGREEMENT WITH THE DALLAS/FORT WORTH INTERNATIONAL AIRPORT,
AUTHORIZING THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING AN
EFFECTIVE DATE (PURCHASE ORDER 94831 — FRAZER, INC IN THE AMOUNT OF
$167,600)
WHEREAS, pursuant to Ordinance 99-064, the Dallas/Ft Worth International
Airport has solicited, received and tabulated competitive bids for the purchase of
necessary materials, equipment, supplies or services in accordance with the procedures of
state law on behalf of the City of Denton, and
WHEREAS, the City Manager or a designated employee has reviewed and
recommended that the herein described materials, equipment, supplies or services can be
purchased by the City through the Dallas/Ft Worth International Airport programs at less
cost than the City would expend if bidding these items individually, 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 purchase
order for materials, equipment, supplies, or services, shown in the "Purchase Orders"
attached hereto, are hereby accepted and approved as being the lowest responsible bids
for such items
PURCHASE
ORDER VENDOR AMOUNT
94831 FRAZER, INC $167,600
SECTION II That by the acceptance and approval of the above numbered items
set forth in the attached purchase orders, the City accepts the offer of the persons
submitting the bids to the Dallas/Ft Worth International Airport for such items and
agrees to purchase the materials, equipment, supplies or services in accordance with the
terms, conditions, specifications, standards, quantities and for the specified sums
contained in the bid documents and related documents filed with the Dallas/Ft Worth
International Airport, and the purchase orders issued by the City
SECTION III That should the City and persons submitting approved and
accepted items set forth in the attached purchase orders wish to enter into a formal
written agreement as a result of the City's ratification of bids awarded by the Dallas/Ft
Worth International Airport, 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 and
standards contained in the Proposal submitted to the Dallas/Ft Worth International
Airport, quantities and specified sums contained in the City's purchase orders, and related
documents herein approved and accepted
SECTION IV That by the acceptance and approval of the above numbered items
set forth in the attached purchase orders, the City Council hereby authorizes the
expenditure of funds therefor in the amount and in accordance with the approval purchase
orders or pursuant to a written contract made pursuant thereto as authorized herein
SECTION V That this ordinance shall become effective immediately upon its
passage and approval
PASSED AND APPROVED this day of 11999
�I I I
R, MAYOR
ATTEST
JENNIFER WALTERS, CITY SECRETARY
APPROVED AS TO LEGAL FORM
HER13ERT L PROUTY, CITY ATTORNEY
BY �/l�
,�
94831 INTERLOCAL COOPERATIVE PURCHASING ORDINANCE
ATTACHMENT 1
DALLAS/FORT WORTH INTERNATIONAL AIRPORT BOARD
BID PROPOSAL NO 03-31.214699
AMBULANCE
BID OPENING DATE APRIL B. 1999
F1x.r 0M
PO Ex41027
NWNOn, w M41 1021
713n2 11
Aft JOM OMIM
Wfi..NVCOxAbHY lm
PO fkNw5
M.n.MM w 7WN
mD03LOt90
Alin GaWsrO
T.,WAMWAmOWxrc..
3710 NVMY OT Wh
hb~ AR M12
m WI310
AM Ja. ,r
M. AmbW .Bu
2m AMMO .n OM4
odx FL 32m6
407Q9P0004
AM E M
NIOTA OW
IMM OMAwAmOWrw.
1 I EA
OT
1 W
8E PNEACN
S81=00
s"'Imm
JNomm
510222000
w..oun S.xN
oN.aNNNft
a..eunoporWO wcNI,
wNe x
RICE
s2w 00
WA
S2mm
$101725x
axxn .•Mu.n
MM N
¢
7900.m
WA
SOmm
if00.220.m
wx91.1 YYX.NMINw
mon M
E
i100.m
WA
JIOmm
i99 MO 00
I6
el
xenMlnroxnx
MAM�n
M IILII xI110f1
MOOm
J1mm
imm
00000
i6mm,
J owoo
t6ww
T I11TA
OP/IaWL
1 AOORIONAL
OP
16 rKolBrr,dad"
xe Y.l IN
TMro1 iN N
nWA M
M M1 x0.r
¢PRIG PER MCN
sez0000
Ss41TA
J94270.w
Sim no 00
onlr
w4N ffw
wnl.ro.
ICE
S2mm
WA
amm
$10112600
w W A*ff
M M M
ICE
wmm
W
SWOM
$IW 72600
ax.x wM.ro nrow
TM M .tW
ICE
woo
WA
SIMO 0
$0972600
e E. gtlon
c ro a
.. M91M.na,
u.ro hMWr
.W ...AW01.1.
E
s2mm
NO
s100.m
Jm 00
INOT BL¢iNR¢E
oP2nu1s PalcnroPROMJerr
1 PM. u.YxnrW olRowl4M
x.x MB.etlonN
smw
JI02726W
Co
SI Imm
NC
nln ro11ro 01..
XN
XX
S. E... mn.
O.OMMOY.n tlro b.w 01!
TERMS
m 10
WTW
NETW
NE130
VENOORINOMANM4B¢
FOUR NO 010 WEN RECU M WNW INC DEOMM MA EXCELL E INC MMISON AL
NACNNEY WMNINOTON NC LINMR OYNAAl= INC PARBIPPMY NJ
ATTACHMENT 2
H
0
H
rn
N m 2 w
W
H IL H
to
o
W
U
G
H
>
v a
0 w
�
g
O
m rn
a
pDI
Ey
co
E w
na a
u
N, 9 a
a
07
XO
r ca
N
W N
Z n I V
Cm
N
_4
ZN3
U.
Oa °
m 'o
ZO 0 U
o NOm
>nf3
Q m N
a
m
n
�
a
N
N
H
m
W
O(31
N
O
z
.o
v
Z
m
0 m
m
r
n
z 0
W
60
H H
d'
0
z oc
W O
N as
Eve
1% 0
da
a a
C U
OS
_y
� u
O
Z
N
tr
cn
O]
H H
O
N
10
E r
W
rn H
oa z
H O
H
�r z
O W
OD A
z
0
H
z
H
H
N
W
A
rn
01
O
H
r
0 N Ln
0 0
H
I
H G
H
N p
r
r
z
E
c
z
0
H
O]
O
O
0
z
H
a O
a r
H 0
a m
z a
0 w
h O
ZO
Z
i
0
0
0
00
0
0
0
00
0
0
0
88
0
0
0
00
N
V
O
lD l0
N
Ifl
n r
ID
O ID
H
H ri
0
0
0
0
o
O
0
0
0
a s
¢ 4
O
0
H
E F
O
O
00
H
N
E H
H
W R
OD
U' z
0
O
O
z
O
O
r
W
W
O
Ey
H
z
a
0
z
w
a
a
z
O
O
�
H
W E+
w
W H
?q w z
7C
?C U
z z o
z
z a
to
r5 a N
c�
(D z
P ❑ H
a
W H
0)
X7 Pa A
iG
?C
rn
a{ 3 w
a
sT
> F
rn
O
H
d
(] 0 H
a
H
N
O
w E
ra
U
1
H
W 0 z
]
a'
H
01
4 W O W'
a' z
4 a
m
U)0
\ O
\ rk
\ a
m
a N
0
0
z H O
z La
z W
0010
a
w
o
H 10 yr
w
z
a' m
z
N
ai I W
O
z
F
aM
g40w a0]
±toff
9b0 W r
w
W
O z W
O H
O a V'
0
LO
•H W pa
•HAS
HNN
a
0
EE m C7 a'
E+01H
F01 WN
Cl
µ' a W
4 z
H
in
U ft" W H
Uabw
Ufb a ib
4
N
Ol
w
w
O
a W W 01 w
z W O
Di Dl > Ga
3
O Ha Cho
OHU
0F6H
W
q H Pi 01 0
p H 0
G H Ol M
p
0
z U H H U
z U Q
z U H
N
W
w
W
r
W
rn
yr
O
o
0
0
0
0
O
O
0
N
N
O
I
N m H
O O 0
O O