Loading...
1987-2000923L No AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND A~ARDING A CONTRACT FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES, PROVIDING FOR THE EXPENDITURE OF FONDS THEREFORE, AND PROVIDING FOR AN EFFECTIVE DATE ~HEREAS, the City has solicited, received and tabulated competitive bids for the purchase of necessary materials, equip- ment, supplies or services in accordance w~th the procedures of state law and City ordinances, and ~HEREAS, 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 xn the following numbered bids for materials, equipment, supplies, or services, shown xn 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, 6D, 6E Select Ambulance $58,052 75 9791 6A ~ 6C Motorola Communications $12,556 O0 9794 All Neel Associates $30,950 05 9795 Ail Caron Compactor Co $15,549 00 SECTION II That by the acceptance and approval of the above numbered items of the submitted b~ds, the C~ty 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 ~n the Bid Invitations, B~d Proposals, and related documents SECTION III That should the C~ty and persons submitting approved and accepted items and of the submitted bids w~sh 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 numbered items of the submitted bids the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance wtth the approved bids or pursuant to a written contract made pursuant thereto as authorized here~n SECTION V That this ordinance shall become effective immediately upon ~ts passage and approval PASSED AND APPROVED this /~ay of November, 1987 AY' STEPHENS, MAYOR ATTEST LTERS, CITY SECRETAR APPROVED AS TO LEGAL FORM DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY PAGE 2 TE November 17, 1987 CITY COUNCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUB3ECT 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 l) New Type I Ambulance to Select Ambulance in the amount of $52,789 00 Item ~) Deduction for trade of 1982 Ambulance to Select Ambulance (10,000 00) Item 6A 12 Watt Apcor Radio to Motorola Comm 8,286 00 Item 6B Life Pak 5 Unit to Select Ambulance 8,385 00 Item 6C Smartnet 9000E Radio to Motorola Corem %250 00 Item 6D Thumper 1005 CPR Denise to Select Ambulance 5,190 75 Item 6E Portable Nltronox Unit to Select Ambulance 1~688 00 TOTAL BID AWARD $70,588 75 SUMMARY This bid is for the purchase of a replacement for a 1982 Type I ambulance and the new equipment necessary to qualify this unit as a Mobil Intensive Care Unit (MICU) ambulance BACKGROUND, Tabulation Sheet PROGRAMS~ DEPARTMENTS OR GROUPS AFFECTED Fire Department Emergency Medical Service FISCAL IMPACT It is the intent of the Fire Department to fund this unit through a third party lease/purchase funding arrangement The funds are not currently in place however we are in the process of preparing a funding program and will submit same to Council in the near future The actual order will not be placed until funds are available Tom D Shaw~ CPM Assistant Purchasing Agent Approved /3.~h'~,~ ars a , ~/Purchasmg Agent DATE November 17, 1987 CITY COUNCIL REPORT. TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID# 979~ BOOSTE~APPARTUS FIRETRUCK RECOI~$ENDAT[0tl. We recommend this bad be-awarded to the lowest responsible bidder as follows ITEM I Cab/Chassm 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 2,568 00 ITEM # Equipment List B 1,2,3 Neel Associates 2~010 00 TOTAL $30,950 05 This bid is for the purchase of a ~ X ~ booster apparatus f~retruck This umt is small, fast and moverable It is designed to serve as a support vehicle and for off road fire fzghtmg The b~d offered by Sunfire on Item 3, hst A, although lower than Neel Associates, Is only apphcable if the cab/chassis and pump are also purchased from Sunfzre Item 4, list B, number A% 5~ and 6 are not being purchased at this tzme due to spec~fication non compliance and msuffxcent funding BACKGROUR0 .. Tabulation Sheet PROGRAHS~ DEPARII~ENTS OR GROUPS AFFECTED Fire Department and Motor Pool rlSCAL I/WAC? This unit is a Motor Pool replacement and has no impact on the ~eneraz ~uhd Respect ~ ~arrell City Manager ~~--- .. Name Tom D Shaw, CPM Title Assistant Purchasing Agent Approved ohn Mar;ha., c P M /./~J J;J~, Purchasing Agent DAT£ November 17, 1987 CITY COUllCIL REPORT TO Mayor and Members of the City Council FROM Lloyd V Harrell, City Manager SUBJECT BID#979~ COMPACTOR PIN-ON TEETH RECOI~,IEIIDATIOll We recommend this bid b~ awarded to the lowest bidder meeting spem~lcation, Caron Compactor Company m the amount of $15,5t~9 00, FOB Denton with delivery m 10 days SU~IRRY This bid is for the purchase of a set of replacement compaction tee~on the refuse compactor at the Landfill The pm-on style wlJl 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 BACKGROUi~U~ Tabulation sheet PROGP, AFIS~, DEPARTIIENTS OR GROUPS AFFECTED Solid Waste Landfall operations FISCAL II'ACT 1987/88 Mmntenance Funds for landfill eqmpment 5udget tl 7t0-02~-0580-8702 Respectfully submttted Name Tom D Shaw, CPM Tttle Assmtant Purchasing Agent Approved ~l~me %/3o~n i Marshall, C P M ~'~ J;JS, Purchasing Agent