Loading...
1994-234AN 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, 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 therefore; 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 for 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 1681 1-34, EMERGENCY MEDICAL SUPPLY EXHIBIT A 1681 37,39-47 EMERGENCY MEDICAL SUPPLY EXHIBIT A 1681 69-92 EMERGENCY MEDICAL SUPPLY EXHIBIT A 1681 36,48-68 ADVANCED LIFE SUPPORT EXHIBIT A MEDICAL PRODUCTS 1681 93 ADVANCED LIFE SUPPORT EXHIBIT A MEDICAL PRODUCTS 1687 ALL AVO INTERNATIONAL $ 48,300.00 1688 1 MAHANEY INT'L. $ 36,377.89 1688 2 ALTEC IND. $ 28,873.00 1689 1-4 DALLAS PETERBILT $ 89,940.00 1689 6-8 DALLAS PETERBILT $108,537.00 1689 10-12 METRO FORD $ 43,231.00 1690 ALL VILLAGE FORD $ 61,376.00 1692 ALL SENIOR ENGINEERING COMPANY $ 35,622.00 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 J.n 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 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, specifications, 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 immediately upon its passage and approval. PASSED AND APPROVED this~a¥ of ~, 1994. BOB CASTLEBERRY, MAYO/ / ATTEST: JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM: MICHAEL A. BUCEK, ACTING CITY ATTORNEY z ~o~ DATE: December 20, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID #1681 - EMS SUPPLIES RECOMMENDATION: Council approve award of Bid #1681 -- EMS Supplies to the 2 overall low bidders meeting specifications: Emergency Medical Supply and Advanced Life Support Medical Products in the unit prices as shown on Exhibit A for an estimated annual expenditure of $65,000.00 SUMMARY: This bid is for the price comparison of emergency medical supplies and pharmaceuticals used by the Fire Department. This agreement will be for a one year period with an option to renew based on the bid's original terms and conditions. BACKGROUND: Exhibit A, Tabulation Sheet, Memorandum from Mike Sessions, EMS Program Manager. FISCAL IMPACT: Funds for these purchases will be available in the operating budget of the Fire Department Account #100-060-0053-8106 with a current appropriation balance of $65,000.00 tfully submitted: City Manager Prepared By: Name: l~elanie Harden Title: Buyer Approved: Name: T6m D. Shaw, C.P.M. Title: Purchasing Agent § 49 ,A(~ENDA 199tl OEC -9 /~.!'I I1:35 TO: Tom Shaw, Purchasing Agent FROM: Mike Sessions, EMS Program Manager/~t~A DATE~ December 8, 1994 SUBJECTI EMS Bids After studying the bids on supplies it is my recommendation that the city award the bid to Emergency Medical Supply, Inc. in Shepherdsville, KY 40165. The exceptions would be the pharma- ceutical portion, spine boards, and headbed II which the city of Denton should purchase from Advanced Life Support out of Austin, Texas. Thank you for your help in this matter. MS/ih DATE: DECEMBER 20, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1687 - RELAY TEST SET RECOMMENDATION: We recommend this bid be awarded to the low bid, AVO International, in the total amount of $48,300.00. SUMMARY: This bid is for the replacement purchase of a Relay Testing System for use by the Substations Department. This Testing System will replace test equipment purchased in 1969, which is used to maintain proper test and calibration of all protective relay devices in the substation control system. Two proposals were received in response to six bid packages mailed to vendors. BACKGROUND: Tabulation Sheet, Memorandum from Danny Scott 11-12-94, Public Utility Board Minutes 12-12-94 recommending approval. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Electric Substations, Utility Customers of the City of Denton. FISCAL IMPACT: Budgeted funds for Electric Substations for 1995 Account Number #610-132-1032-3960-9232-CTEST01A with a balance of $65,000.00. City Manager Prepared By: Title: Senior Buyer Approved: Name: Tom'D, Shaw, C.P.M. Title: Purchasing Agent 554.AGENDA ~ CITY of DENTON MUNICIPAL UTILITIES / 901*ATexasStreet / Denton, TX76201 MEMORANDUM TO: Tom Shaw, Purchasing Agent THRU: Jim Harder, Director of Electric Ray D. Wells, Superintendent Substations/Metering/Communications From: Danny Scott, Foreman of substations Date: November 21, 1994 Subject: RELAY TEST SET BID #1687 After evaluating the bids for a relay test set we recommend award of bid to AVO International for the Pulsar 10E3T3G-1/60 with Pulse Master Software #10095, (Quotation No. DAL0456). The reason for recommendation of bid to AVO International for $48,300.00, low bid meeting specifications. Respondents were as follows: AVO International $48,300.00 TemDle $65,926.00 Techline No Bid DEC-13-'94 TUE 18:20 ID: ITY OF DENTON UA TEL N0:817~566-8120 ~193 P02 PUB MINUTES Exee~tl2/12D4 CONSIDER APPROVAL OF ACCEPTANCE OF BID #1687 - RELAY TEST SET 12. Following discussion and background information provided by Jim Harder. Hook. ins made a motion to approve the item as presented..Gie.~e seconded the motion. All aYes, no nays, motion passed unanimously. DEC 13 '94 09:21 ITY 0~ DENTON UA PAGE.002 DATE: DECEMBER 20, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1688 - TWO PERSON AERIAL DEVICE RECOMMENDATION: We recommend this bid be awarded to the lowest bidder as listed below: Item 1. TRUCK CAB/CHASSIS W/AC MAHANEY INTL. $36,377.89 Item 2. AERIAL DEVICE BODY ALTEC IND. $50,873.00 LESS TRADE IN ($22,000.00) ITEM 2 NOT WITH TRADE IN $28,873.00 TOTAL AWARD $65,250.89 SUMMARY: This bid is for the purchase of a 55' reach, two person aerial body with truck cab/chassis. This is a motorpool replacement for a 1982 model "bucket truck" no longer economical to repair. The old unit has been offered as a trade in and we are recommending the trade in amount be accepted. This unit will be utilized by the Electric Distribution Division in the routine maintenance and new construction of the overhead electric utility distribution system. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Electric Distribution Division and Fleet Services/Motorpool Operations. FISCAL IMPACT: This unit will be funded from Motorpool Replacement funds Account #720-025-0584-9104. The current fund balance is $1,087,225.00. ~)~pectfully submitted: ~rLloyd V ...... City Manago~ Approved: Name: Tom D. Shaw~ C.P.M. Title: Purchasing Agent DATE: DECEMBER 20, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1689 - REFUSE TRUCKS RECOMMENDATION: We recommend each item on bid be awarded to the lowest bidder meeting specification as listed below: Bid Item #3 (Combination of 1, 2 & 4) Dallas Peterbilt $ 89,940.00 for a container Roll-Off Truck with automatic tarp system Bid Item #8 (Combination of 6 & 7) Dallas Peterbilt $108,537.00 for a Front Load Refuse Truck Bid Item #12 (Combination of 10 & 11) Metro Ford $ 43,231.00 for a Container Carrier Truck Total Bid Award $236,708.00 SUMMARY: The first item is a Commercial Container Carrier or Roll-Off Refuse Truck consisting of a 62,000 GVW truck and roll-off frame. It is a motorpool replacement for a 1986 model truck exceeding 200,000 miles and no longer economical to maintain. The automatic tarping devise is designed to cover the open top containers and prevent litter and loss of time while attempting to manually cover the load. The second item is a Commercial Front Load Refuse Truck designed to lift and empty the front load green dumpsters. This 40 cubic yard front load refuse truck is a motorpool replacement for a 1982 year model truck no longer economical to repair or safe to operate. The third item is a Container Carrier Truck designed to carry empty containers to new customers, remove old damaged containers or to haul containers that have been overloaded or misloaded to the appropriate dump site. This unit is a fleet addition. The purchase of these three units was approved in the 1994/95 budget process. We are recommending no action be taken at this time on items 5 and 9, "optional on board scale systems". BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Commercial Solid Waste Division COUNCIL REPORT DECEMBER 20, 1994 PAGE 2 OF 2 FISCAL IMPACT: The funds to purchase item 1,2 and 3 will come from motorpool capital expenditure funds account #720-025-0584-9104 and repaid by the using department over a 36 month time period. Respectfully submitted: (~loyd V. Harrell City Manager Approved: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 548 .A(~ENDA DATE: DECEMBER 20, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID #1690 - UTILITY POWER SOURCE TRUCK RECOMMENDATION: We recommend this bid be awarded to the lowest bidder Village Ford, in the amount of $60,776.00 plus the optional air conditioner for a total award of $61,376.00. SUMMARY: This bid is for the purchase of a truck cab/chassis with utility body, generator and hydraulic pump. This unit will be utilized by the Electric Distribution Division to power electric and or hydraulic tools as well as welders, lights and down hole ventilation in and around construction areas. Currently we are utilizing a backhoe to power small hydraulic tools or a bucket truck to power an electric drlil. The acquisition of this specialty equipment will give the department a source of power for construction and emergency situation. The Utility Power Source Truck is a fleet addition approved during the budget process. BACKGROUND: Tabulation Sheet PROGRAMS~ DEPARTMENTSORGROUPSAFFECTED: Electric Distribution Division of Denton Municipal Utilities. FISCAL IMPACT: This unit will be funded from 1994-95 budget funds, Account Number 610-103-1031-4260-8611. City Manager Approved: Name: Tom D: Shaw,C.P.M. Title: Purchasing Agent 547 .A(~ENDA " " 8 0 i'- DATE: DECEMBER 20, 1994 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID # 1692 - FEEDWATER HEATER TUBE REPLACEMENT RECOMMENDATION: We recommend this bid be awarded to the low bidder Senior Engineering Company in the amounts listed: 1. Retube $32,322.00 2. Additional cost per component 1-3 $800.00 each 4+ $600.00 each (5 estimate) $ 3,000.00 3. Supply channel to shell gasket $ 300.00 The total estimated expenditure for this project $35,622.00 SUMMARY: This bid includes all materials and labor to replace the tube bundle and repair or replace tube sheet/support elements in the Spencer Unit 4-3 feedwater heater. This unit has a history of failure in the past and repair will minimize the possibility of damage to the turbine or boiler. Three bid proposals were received in response to five bid packages mailed to vendors. BACKGROUND: Tabulation Sheet, Public Utility Board Meeting Minutes 12-12-94 recommends approval. PROGRAMS~ DEPARTMENTS OR (~ROUPS AFFECTED: Electric Production, Utility Customers of the City of Denton. FISCAL IMPACT: Budgeted Funds for Electric Production for 1995 Account # 610- 101-1011-5140-8339G with a balance of $294,465.22. City Manager Title: Senior Buyer Name: Tom D, Shaw, C.P.M. PUB MINUTES Exeerp! 12/12/94 14. CONSIDER APPROVAL OF 4-3 FEED WATER HEATER REPAIR Following extensive discussion and summary/background information provided by Jim Harder. Copltn made a motion to approve the 4-3 Feed Water Heater Repair. Giese seconded the motion. All ayes, no nays, motion passed unanimously.