Loading...
1989-046NOdR-QL162 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 hereinbelow 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 SECTTON T. That the numbered items in bids for materials, equipment, supplies, of "Bid Proposals" on file in the Office of Agent filed according to the bid number hereby accepted and approved as being the for such items the following numbered services, shown in the the City's Purchasing assigned thereto, are lowest responsible bids BID ITEM B RE VENDOR AMOUNT NUMBER N M 9955 1 Collins Ambulance $ 73,850 00 9963 1 & 2 Lone Star Safety Supply $ 23,500 00 9964 1 Coastal Equipment, Inc $ 62,341 00 aKgZ ON TT, 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 accordance with the terms, specifications, standards quantities and for the specified sums contained in the Bid Invitations, Bid Proposals, and related documents SECTION TTT 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 bid documents herein approved and accepted SECTIONtems IV. That by the acceptance and approval of the above numbered i 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 the 4th day of April, 1989 RA STEPHENS, MAYOR ATTEST (14n J IF R WA TERS, CITY SECRETARY AP ROVED AS TO LEGAL FORM DEBRA A DRAYOVITCH, CITY ATTORNEY BY 1 DATE APRIL 10, 1989 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID #9955 AMBULANCE TYPE I RECOMMENDATION We recommend this bid be awarded to the lowest bidder meeting specifications, Collins Ambulance, in the amount of $73,850 00, with delivery in 90-120 days SUMMARY This bid is for the scheduled purchase of a new MICU Ambulance This unit will replace an older unit no longer economical to repair or maintain to present reliability standards The Collins Trojan I Ambulance, with Critical Condition Care Package, meets or exceeds the full intent of our specifications The lower price offered by American Trans Coach does not meet the specifications for the electrical system They have bid their standard ambulance electrical system The system we specified utilizes a portable Onan Generator, and is somewhat similar to a motor home application The portable generator allows for less wear on the vehicle engine and electrical system The generator carries the electrical load, and the engine electrical system serves as an emergency back-up system for running lights and life support equipment only We have this same generator on two other units Should one fail, we can exchange generators and put the unit back in service Another advantage of this system is, the MICU Module can be placed on a new chassis at any given time at approximately one fourth the cost of a new complete ambulance should the old chassis become damaged beyond repair, or is no longer economical to maintain BACKGROUND: Tabulation Sheet Fire Department Emergency Medical Services BID #9955 AMBULANCE TYPE I April 10, 1988 Page 2 of 2 FISCAL IMPACT This unit will Certificate of Obligation Sale $75,000 00 has been set aside for Prepared by Name Tom D Shaw Title Assistant Purchasing Agent Approved m j J Marshall gritl purchasing Agent be funded from the 1988/89 for motor pool equipment the Ambulance purchase Res fury WLloyd Harrell City Manager 006 DOC a - - - m 3 N m N ! ! M { ~ m m R 1 < .Z 1 a 14 0 "Vi 'n ~ 0M (A 0 n 10 CA X N 7A 00 Ln 0 0 0 m ~n m N H Q Z m 0 Q T o -n m LA i m i m • o 0 ! e ~ 01~ a0 M 'n -n 0 1 m ! mvi0 ~ 10 0 0 1 3 n0 0 Q < 0 I n a ni m1 ai a I I HI # z G ~I I rI #I I m! m m 4! m o N O O v 3 i m m N 33 m p 0m m 10 -40 Y1 N 3 0 c U1 r) i m a 1) :D ~m 3) D nz x I ! i ~a ! i DATE April 10, 1989 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID # 9963, SELF CONTAINED BREATHING APPARATUS RECOMMENDATION we recommend this bid be awarded to the lowest bider Lone star Safety Supply in the amount of $23,500 00 SUMMARY This bid is for the purchase of twelve (12) self contained breathing apparatus units at $1,590 00 each and 20 silicone masks for the same at $221 00 each This equipment is utilized by the Fire Department in fire suppression and rescue efforts BACKGROUND Tabulation sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED Fire Department FISCAL IMPACT 1988/89 Budget funds for capital expenditures, miscellaneous equipment account # 100-060-0051-9104 4Respec lllysub mi ted rell City Manager Prepared by Name Tom D Shaw Title Assistant Purchasing Agent Approved ie o n J Marshall tle Purchasing Agent x r r N I c I I I I ~ - I I I I 1 I Q s N i I ~ I I N' I I I I f m p ~7 I I K c r D H I I t rn ? 1 i e ~ J D I I m t m I m I r -m m I z 1 M D m I rn I z 1 T n C -i I 1 m 3> T i i - 1 H I m 0 1 a I Z I - N1 I I I I r I 11 r Z I D .v I a I L r T 1 j I I 9 m ~ I I I N I 1 i m z :n - - z I D m Ln i 0 © rn I T a a N I 1 N c I I m I a 1 z 1 D ) q( 1 0 1 E7 h Q H 0 T 1 I Is G) S) I I Is s K7 1 I 01 01 mi z~ ,r H a m H a i i rl rnl o ml F I m ~ ITI 711 ~i ~ I I ) of ~I o1 I I zl I II DI I NI D+I I I zl I is G I I I I ml TI I 31 I I I TI I I 21 I I HI I zl cl 1 1 DI 1 1 TI I I -n I I I DI I I 77 I I I I D £ D T 0 Ctl H X 0 z 71 D 2 m r T H 0 H z nr N 0 rA D z r 71 m n m 71 I rn r D f' 71 DATE April 10, 1989 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM: Lloyd V Harrell, City Manager SUBJECT: BID# 9964, AERIAL BUCKET TRUCK RECOMMENDATION We recommend this bid be awarded to the lowest bidder meeting specification, Coastal Equipment in the amount of $62,341 00, delivery in 120-180 days SUMMARY Please note, in your back-up material are two tabulation sheets, one referencing Bid #9942, and one referencing Bid #9964 Item 2 on Bid Tab #9942 is for the same unit as Bid #9964 You will note on Bid #9942 that three bids were received for new aerial bucket van type trucks, along with demonstration (demo) units listed as Alternate 1 and 2 The demo units offered considerable cost savings, therefore, the decision was made to rebid the project allowing, actually encouraging, demo units to be bid Bid #9964 was developed and sent to the prospective bidders Only one bad was received and it was for a new unit During this process, the demo units were sold or removed from the market and were no longer available The bid offered by coastal Equipment on Bid #9964 is $9,557 00 less than their previous bid The bid of Commercial Body, $44,369 00 on Bid #9942, was rejected when the decision was made to rebid and to open the specifications to include both demo units and new units Their price was only good for 30-days and it was not resubmitted as a portion of Bid #9964 BACKGROUND Tabulation Sheet For Bid #9942 and Bid #9964 Electric Utility reet Light Maintenance Program BID #9964 - AERIAL BUCKET TRUCK April 4, 1989 Page 2 of 2 FISCAL IMPACT 1988/89 Budget Funds For Fleet Additions, Electric Utility Department Account #610-080-0252-9230 Respectf lly submitted L oy arrell city %anager P p by Name Tom D Shaw Title Assistant Purchasing Agent Approved ;me/oAn 4 /J Marshall Title Purchasing Agent TDS/c3 006 DOC l yI ~I m j I n O I R') I I c'J I I T N Y ~ I ~ i I ~ 1 OI I I HF I I I I xI RI y; y H 1 N I ~ I zl I 1 9I I I I I i i I 1 1 = ~ y f J V 1 x 1 r T 1 N 'r '1 V C1 i ~ ~1 4) 1 » i N u rtS y C~• f'" ~ fi i f v m m y r,.) l 1 m q O 1 I N 1 l 1 I ~ Rl 1 t n w =n {;i i ~ I { r ` 1 1 1 I 1 1 ~ I~~1 N ~ x N`' L 1 T *O .'O I y - - I 1 M ) 1Z I I O A ^ 1 V r 1 L Y ~ ' nt I L_ r ~ r ) J S yl ~ N m Cp ' 1 ~t PL m .O i y p I I + - 1 1 1 I + ~ nl 4f p. Cl fJl 1 I I S 4) ~ G 1 I ti 1 I j I I I I 1 a+ I I I ^ _ ~ i r C r+ 1 r i i 1 m m I s H I rf o S i 1 m S/+ m 1 n 'S1 I R] I s 1 ~ ~ i c+ 1 z Z) 1 1 m 1 I i 1 s ~ x i i 1 9f I a+ ~ 1 Cf 1 ~ I A a I x o x of nl vl HI C J 1 I ~ F 1 1 1 -1 1 qM . R. G ti t 1 1 1 ~ 1 rl / 1 1 1 NI r. I R11 1 p A 4+I ~ ~ 1 1 I M 1 I I 1 FJO 1 CI h+l GI1 I r+l I n+ A I t,) I p l I m 1 ry _ + I n;1 l vl 1 -~I I I 1 I rol T~ m ~ C) m -si m m~ v i+ a Rl f+ r a