Loading...
1990-0942651L-1/3689 NO. ~f~J)- 0~'~ 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 De 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" on file in the Office of the City's Purchasing Agent filed according to the bid number assigned thereto, are hereby accepted and approved as being the lowest responsible bids for such items: BID ITEM NUMBER NO. VENDOR AMOUNT 1110 Ail Pro-Med Emergency Vehicles $74,111.39 1118 1 Fontaine Truck $10,61t.00 1118 2 Fontaine Truck $ 2,975.00 1118 3A United Fleet $ 4,150.00 1118 3B Fontaine Truck $ 2,497.00 1122 All Temple, Inc. $28,572.00 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 accor- dance 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 t~e submitted bids wish to enter into a formal written agreement as a result of the accep- tance, 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 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 /~ day of //~~. , 1990. BOB CASTLEBERRY, MAY~ ATTEST: JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM: DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY PAGE TWO DATE: JULY 10, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID~ 1110 - TYPE I AMBULANCE RECOMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specification, Pro-Med Emergency Vehicles, in the amount of $74,111.39, FOB Denton, with delivery in 120-days. SUMMARY: This bid is for the purchase of a Type 1 Ambulance M.I.C.U. This is a remountable ambulance compartment, with auxiliary power provided by a 6.5kw Onan generator, and mounted on a 1991 Ford F-350 diesel powered ambulance chassis. This unit is a Motor Pool replacement for unit number 511, a 1983 model ambulance. This unit is the oldest ambulance in the fleet and is gasoline powered. We are currently experiencing overheating and electrical problems associated with the gasoline engine and alternation electrical system. The unit has exceeded its normal life expectancy of 60-months, and has in excess of 42,826 miles on the speedometer plus a considerable amount of engine idle time. There is no planned acquisition of additional ambulance units included in the 1990-91 proposed budget. We are currently planning to recondition and re-chassis a unit in the 1991-92 budget year at approximately 1/3 the cost of a new M.I.C.U. Ambulance. It is our intent to recondition and re-chassis each ambulance module at least once and possibly twice before they are replaced. The "gen-set" modules, powered by auxiliary generators, are totally self-contained and will extend the chassis life considerably. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Fleet Operations, Fire Department Emergency Medical Services. Bid# 1110 - Type I Ambulance July 10, 1990 Page 2 of 2 FISCAL IMPACT: Funds for this purchase are included in the Certificate of Obligation sale approved by Council for Motor Pool and Fleet Equipment. Respectfully submitted: Lloyd Harrel 1 City Manager Prqpared by: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 032 .DOC 0 ~ ~ ~H ~ o ~ o DATE: JULY 10, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1118 - TRUCK BEDS AND BODIES RECOMMEndATION: We recommend this bid be awarded to the lowest bidder for each item with the exception of one piece of Item Number 3. 1) Dump Body 1-Ton Fontaine Truck at $3,537.00 ea.= $10,611.00 2) Utility Body 1-Ton Fontaine Truck at $2,975.00 ea.= $ 2,975.00 3A) Utility Body 3/4-T United Fleet at $2,075.00 ea.= $ 4,150.00 3B) Utility Body 3/4-T Fontaine Truck at $2,497.00 ea.= $ 2,497.00 TOTAL BID AWARD $20,233.00 SUMMARY: This bid is for the purchase of three flatbed dump bodies, 1-utility body for a 1-ton truck and three utility bodies for 3/4-ton trucks. The truck cab/chassis were approved for purchase by Council on April 17, 1990. We are recommending the lowest alternate bid for Item 3. The narrower compartments offered (15" instead of 20") are satisfactory for our intended use and less expensive. Our recommendation to purchase two of the alternate Item 3 from United Fleet and one from Fontaine Truck is based upon the superior moisture and dust seal provided by the Fontaine body. One of these 3/4-Ton units is intended to carry electronic meters and highly sensitive measuring and calibrating tools. The other two 3/4-ton units are intended to carry electrical supplies, fittings, and hand tools not affected by minimal amounts of water and dust. Both manufacturers responding to the alternate bid, Item 3, meet the intent of the specification, that is a weatherproof storage compartment. Based on our own past experience with our existing fleet, the manufacture bid by Fontaine Truck, Koenig Service Bodies, offers a better drip rail and seal design. This automobile door type design is not only weatherproof, but moisture and dust proof. To require this particular design as part of our specification when it is not always necessary, would be proprietary and could limit competition resulting in additonal higher prices. Bid~ 1118 - Truck Beds and Bodies July 10, 1990 Page 2 of 2 BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Fleet Operations, Street, Drainage, Water Utility, and Electric Utility Departments. FISCAL IMPACT: Funds for these truck bodies will come from 1989-90 budget funds. 2 Dump Flat Beds (1-Ton) Street Dept. 100-020-0032-9104 $ 7,074.00 1 Dump Flat Bed (1-Ton) Drainage 100-020-0033-9104 3,537.00 2 Utility Body (3/4-Ton) Elec. Dist. 610-080-0252-9230 4,150.00 1 Utility Body (3/4-Ton) Meter/Sub. 610-080-0255-9230 2,497.00 1 Utility Body (1-Ton) Water/Sewer 620-081-0462-9104 2,975.00 TOTAL $20,233.00 Respectfully submitted: Lloyd Harrell City Manager Prepared by: Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 032.DOC u~ co t,o ~ ~ ~' 0 ~t W t'~ ~d H H 0 ~ C) 0 CD 0 CD 0 0 0 0 0 CD 0 I I I ~ ~ Iz~ H DATE: JULY 10, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID~ 1122 - AIR S~NITCHES RECOMMENDATION: We recommend this bid be awarded to the only bidder, Temple, Inc., in the amount of $28,572.00. SUMMARY: This bid is for pole top and crossarm air switches to replace Warehouse stock, which will be used by the Electric Distribution Department. The Bridges Air Switch, which our specification is based on, exceeds all other switches on the market today by safety in switching operation, ease in installation, and conversion from horizontal to vertical mounting. Temple, Inc., is the only authorized Bridges dealer in this area at this time. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Warehouse Working Capital for Electric. FISCAL IMPACT: Budgeted Working Capital Account ~710-043-0582-8708. Respectfully submit ted: Lloyd Harrell City Manager Prepared by: 1 Name: Denise Manning ~/ Title: Senior Buyer Name: Tom D. Shaw, C.P.M. Title: Purchasing Agent 032 .DOC 0 -..a o b-a -..1 L~