Loading...
HomeMy WebLinkAbout1997-074ORDINANCE NO 91-07 AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, 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 SECTLON_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 2007 1,2,4 FLEET TRUCK EQUIPMENT EXHIBIT A 2007 3 FONTAINE TRUCK EQUIPMENT EXHIBIT A SECITIDN_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 accordance with the terms, specifications, standards, quantities and for the specified sums contained in the Bid Invitations, Bid Proposals, and related documents SECTION IT 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 /?,/,-day of , 1997 JA MILLER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY BY SUPPLY ORD BID # 2007 BID NAME TRUCK BEDS AND BODIES FONTAINE FLEET TRK EQPT TRK OPEN DATE FEBRUARY 25, 1997 CO EQPT # QTY DESCRIPTION - VENDOR VENDOR _I 1 1 14'X8' CONT DUMP_ BODY $4,793 00 1 EXHIBIT A MFG FLEET MODEL 1496 2 1 1 1 11'X8' CONTRACTOR FLATBED _ BODY $3,750 00 MFG FLEET MODEL 1196 3 2 SERVICE BODY FOR 3/4 TN r ARlr"AQQiQ VA Al-AOfl 4 1 SERVICE BODY FOR 1 TN CAB/CHASSIS DELIVERY 60 DAYS 3 DATE MARCH 18,1997 TO Mayor and Members of the City Council FROM Kathy DuBose, Executive Director of Finance SUBJECT BID # 2007 - TRUCK BEDS AND BODIES RECOMMENDATION. We recommend this bid be awarded to the lowest bidder meeting specification as listed Item 1 Contractor Dump Body to Fleet Truck Equipment at $ 4,79300 Item 2 Contractor Flat Bed to Fleet Truck Equipment at $ 3,75000 Item 3 (2 ea) Service Bodies for 3/4 Ton Pickups to Fontaine $ 6,64600 Truck Equipment at $3,323 each Item 4 Service Body for 1 Ton Truck to Fleet Truck Equipment at $ 2,32200 Total Bid Award $17,511 00 SUMMARY. These five beds and bodies are intended to be mounted on the truck cab/chassis approved for purchase by Council on Bid # 1969 - Fleet Vehicles The prices offered by Fleet Truck Equipment on Bid Item #3 is the result of an obvious error and has been withdrawn PROGRAMS,I)EPARTM)Ci NTS OR GROUPS AFFECTED. Motor Pool Operation, Parks Department, Street Department, Electric Distribution, and Traffic Control FISCAL IMPACT. The purchase of each of these beds and bodies will come from Motor Pool Replacement funds or from 1996/97 budget funds for vehicle replacement Attachments Tabulation Sheet Respectfully submitted ^ B t at Wu Executive Director of Finance Approved -Iz7-4� Name Tom D Shaw, Title Purchasing Agent 845 AGENDA �1 § \ k - - »_ �m ----}— - -- - » — -- § � °- § -- — -£ — — - +-- § � I P � ■1 \ |I ■