Loading...
1997-334AN 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 Ctty has sohcited, received and tabulated compeUUve bids for the purchase of necessary matenals, eqmpment~ supplies or services tn accordance vath the procedures of STATE law and City ordinances, and WHEREAS, the Ctty Manager or a desiglmted employee has rewewed and recommended that the hereto described b~ds are the lowest responsible bids for the materials, eqmpment, supphes or services as shown in the "Bid Proposals" subrmtted therefore, and WHEREAS, the Ctty Courted has provtded m the C~ty Budget for the appropriation of funds to be used for the purchase of the materials, equtpment, supphes or servtces approved and accepted herem, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SF~C. TION I That the numbered ttems m the follov~ng numbered b~ds for materials, eqmpment, supphes, or services, shown in the "B~d Proposals" attached hereto, are hereby accepted and approved as being the lowest responsible btds for such xtems BID ITEM ]~I].IMBER NO 3LE]hIDJ~)R AMC)lINT 2121 1 DALLAS FORD NEW HOLLAND $ 98,998.00 g]~CTION [1 That by the acceptance and approval of the above numbered ~tems of the submitted b~ds, the Ctty accepts the offer of the persons submttttng the bids for such ttems and agrees to purchase the matenals, eqtupmem, supphes or services ~n accordance w~th the terms, spectficat~ons, standards, quant~ties and for the spectfied sums contained tn the B~d Invttatlons, Bid Proposals, and related documents ~R£TION III That should the City and persons subm~ng approved and accepted Items and of the subrmtted 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 lus designated representattve is hereby authonzed to execute the written contract wtuch shall be attached hereto, provtded that the written contract is tn accordance w~th the terms, conchtwns, speclficatwns, standards, quantttaes and specified sums contsmed m the Btd Proposal and related documents hereto approved and accepted S~CTION IV That by the acceptance and approval of the above numbered items of the subrmtted, bids, the City Council hereby authorizes the expenchture of funds therefor in the amount a~d m accordance voth the approved bids or pursuant to a written con~act made pursuant thereto as authonzed herein ,~RCTION V That flus ordinance shall become effecUve unmechately upon its passage and approval JAfMILLER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY SUPPLY ORD DATE NOVEMBER 18, 1997 CII_Y ~REPDRT TO Mayor and Members of tho Ctty Council FROM Kathy DuBose, Asststant C~ty Manager of F~nance SUBJECT 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 (BID # 2121 - LOADER BACKHOE TRACTOR) RECOM_MENDATION. We recommend Item I of th~s bid be awarded to the lox~est btdder as listed below lA I LOADER BACKHOE TRACTOR DALLAS FORD $43 372 l 80 HP NEW HOLLAND , OPTIONAL 18" BUCKET $ 625 I EXTEND A BOOM 4' $ 4 300 HYDRAULIC TOOL CIRCUIT $ I 356 AIR CONDITIONER $ 1,996 $ 51,649 lB I LOADER/BACKHOE TRACTOR DALLAS FORD $43.372 80 HP NEW HOLLAND OPTIONAL 18" BUCKET $ 625 HYDRAULIC TOOL CIRCUIT $ 1,356 AIR CONDITIONER $ 1,996 $47,349 TOTAL $98,998 Item 2 will be presented to Councd at a later date No award at this t~me BACKGROU~ID: This bid is for the purchase of one motor pool replacement Loader Backhoe Tractor and one fleet addition Loader Backhoe Tractor The units wall be assigned to Drmnage Division (lA) and to the Water/Sewer Field Services Division (lB) Both tractors were approved ~n the budget process 3 CITY COUNCIL REPORT NOVEMBER 18, 1997 PAGE 2 OF 2 PROGRAMS, DEPARTMENTS OR GROUP~TED~ Motor Pool Operations, Drainage Division and Water/Sewer Field Services Division FISCALIM~ACT: These units will be funded from the following account Accoum number 720-025-0584-9104 $47,349 00 625-082-0471-9104 ILS_L6649.00 $98,998 00 Attachment Tabulation Sheet Respectfully submitted Katl~ DgBI0se Asslsffffit C~y Manager of F~nance Approved Name Tom'D Shaw, C P M T~tle Purchasing Agent 957 AGENDA 4