Loading...
108-97 OrdinanceRECORD OF ORDINANCES Dayton Legal Blank Co. Ordinance No Passed--- --- --- --------- ------- --- ---------- ---19- ---- AN ORDINANCE ACCEPTING THE LOWEST AND BEST BID FOR AN AUTOMOTIVE LIFT AND ALIGNMENT EQUIPMENT AND AUTHORIZING s THE CITY MANAGER TO ENTER A CONTRACT FOR PROCUREMENT OF SAID EQUIPMENT. WHEREAS, after conducting formal advertising and competitive bidding procedures for an automotive lift and alignment equipment; and, WHEREAS, Council has determined that the bids submitted by the Central Sales Company, for said equipment is the lowest and best bid, in the total amount of $28,550.00; NOW, EREFORE BE IT ORDAINED by the Council of the City of Dublin, State of Ohio, ~ of the elected members concumng; Section 1. That the bid submitted by the Central Sales Company in the total amount of $28,550.00 for the above-mentioned equipment, is hereby accepted; i n 2 That the City Manager is hereby authorized to enter a contract with the Central Sales Company for the procurement of said equipment as specified above and within said bidders' bid proposals on file in the Division of Human Resources and Procurement. i n 3 That this Ordinance shall take effect and be in force at the earliest date permissible by law. s ~irr Passed this ~ day of 199 a~ Mayor -Presiding Officer ATTEST: Clerk of Council C Form No. 30043 I hereby certify that copies of this Ordinance/Rese~rtien were posted in the City of Dublin in accordance witk Section 731.25 of the ~' ~o ~~~rise~ Cor4e. ~~,~,.., Clerk. f Co cil, Dubh Ohio CITY OF DUBLIN Memo Division of Human Resources & Procurement 5200 Emerald Parkway Dublin, Ohio 43017-1006 Phone: 614-761-6500 Fax: 614-761-2965 To: Members of Dublin City Council From: Timothy C. Hansley, City Manager Date: July 18, 1997 Re: Automotive Lift and Alignment Equipment Bid (Ordinance No.108-97) By: David L. Harding, Director of Human Resources & Procurement ~~-- Attached for your consideration is Ordinance No. 108-97 accepting the lowest and best bid for an automotive lift and related alignment equipment for the Division of Streets and Utilities. Also, """"' attached for your review is a copy of the bid tabulation. .~. Before seeking formal bids for this project, the Division of Streets and Utilities compared and tested equipment from different manufacturers and developed detailed specifications based on functionality in connection with the operation of fleet maintenance services. From this early research, they identified two items for purchase (an auto lift and an alignment computer). As reflected in the attached bid tabulation, the City received bid proposals from the following vendors: * Myers Industries, Inc. * Central Sales Company Both bids possessed certain deviations from the specifications. The Department of Service, during their evaluation, found that the deviations contained in both bids were acceptable based on functionality in connection with the operation of the City's fleet maintenance program. The City reserved itselfthe right (in the bid documents) to make a single "lump sum" award based upon the lowest overall composite bid for both items or a "split" award based upon the lowest and best bid per item. After careful consideration of both options, Staff believes it is in the City's best interest to make one "lump sum" awazd to the lowest and best overall bidder. If the City were to split the awazd between the two bidders, the low bidder for the automotive lift (Central Sales Company) would need to retrofit their lift with an alignment wiring package provided by the low bidder for the alignment equipment (Myers Industries Inc.). Based upon discussions with both companies regazding the possibility of splitting the awazd, it is the belief of Staff that these companies aze competitors and do not have a good working relationship with one another. Staff feels this may negatively affect the City's ability to resolve wazranty and repair issues for equipment purchased via this bid process. After evaluating all elements of the bids and after giving due consideration to the circumstances surrounding the award options, Staffbelieves making a single "lump sum" awazd to the bidder with the lowest and best overall composite bid would be in the City's best interest. Staff therefore recommends the acceptance of the bid submitted by the Central Sales Company in the amount of $28,550.00. Attachments DLH/sai eYrrr O H •8 a ~~ ~~ ~~~ ~~ ~ ~ ~ ~~ y. ~~ C a ~ ~ ~ f o ~ n ~' ~ ~~~'~ ~o ao.a~~. n a cd ~~ ~ ~ ~~-~ a w s ~~~ m~ a~``sa a ~ m ~~ ~~ ~ ~ ~ ~ ~ ~ ~ ~ off. ~o c ..~o o ~ o~ ac`s ,,,' as :.. coo ~ b o w ~ W ~ w ~ ~; ~ m ~~ ~~~~. ~~. ~~~~ `< g ,c ~_ c coo ~ ~ ° ° ~o (G ~. 'O n n ... ~ w G ~~ ~~J,~FS,~ ~ ~ ~ B ~ C d o ~ ~ n5.a~ ~ ~ ~ ~ ~ ~ <~~~~ ~~ ,,,e ?: „~ oo~o `e ° nc~e N ~ ~v~ O oo~o ~G7~ ~ ~~ ~~~~ oc. Ae ~~' •° .° ~ ~ b ~ o' ~ a ^ o w ~~~~ ~ ~~~~_ ~ ~`o•dS ~ ~ ~ ~: ~ ~. ~ $ < ,~ ~g~~ ~ °° ~~a ~' C° o ~" ~ ~ ~ o ~ P ° a ~ ~ v," ~' a ~ ~ g ~~~~ y•a:~ a a ~~~ s w .. ~ ~ c• °~°a~ .~~~~ a ,~ ~ o ~ ~ ~ ~ ~. ~`~ ego 0 ~ .no,m~ ,.' C cp coo $ "d S ~~'~ ~ O~Q ~ m. ~ ~ Q. a. F~ ~~ ~"~ ~. ~m~ h ~ h s ~~ B ~~~ y `°o~E ~ ~ ~~ ~ a: ~~~. ~ ~ ~ o ~. °c ~' w c.~ ~ ~ ~~o ~ ~ 5' ~ ~ S°, ~• ~ ~ S ~ ~ o ~ ~~~~ fA y r Q ^E1 • V1 ~ m ~ ~. ~ ~ ~ H ~ ~ a A o ~ ~ ~ ~ ~ ~ ~ O ~ b ~ ~ ,x ~ 0 r~ ~~ ~ ~ •'-. ~ o ~ ~ ~ ~ ~+ e ~ ~ o °~° N : `° ~ 69 69 d ~ w rn ~ ~ o o0 a g °o J ~ J ~ O o ~' ~ n o M ~ l~j ~ G fi N • 8 r~. ~ ds ~ ~ ~. S ~ ~ 0 0 0 0 ..bd0 ~ ~r ~ ~ A O N w ~^~~ m ~ O N ~ A S o ~' ~~~~ ~ °'s~ ~~~~ ~ ~° : `~ rn~e~a o a ~ a~ a y fD ~ ~~ ~ g•dw. ~ 'd ~ P~ ~ ~ p ~' (7 ~ a O ~ C+ pp ~ ( ~ ( p a+ r. ~ ~ ~ °• S o ~ ~ a. ~ .~'cae' p ~ y•~•p ~ ~ ~•cau o ~:~. ~ ~ ~ ~o. o c~~. y;r.o ~~S~fD ~.~o~• `~ar~ ~~.o `~ ~ ~ o' ~ ~ ~. n ~ ~ o~ ~ p; ~ ~ ~°. . ~~ ~o ~ ~~~ m'o. a~~ ~ m m•o. ~~~ ~ a~ o ~~~ o o c o C~CC ~0~~ O ~ ~~Y any ~hyy3 •° z y °o d p ~~~ h+ ~ ~z~ ~n z~ y C y d CJ z ~~ ~o C Z O z~ O C~ H