Loading...
116-88 Ordinance , RECORD OF ORDINANCES National Graphics Corp., COls" 0, ~ Form No. 2806-A Ordinance No .__.__!}~__~~_____ p assed____m__n. ______.________________mn___'o__19nn. -. AN ORDINANCE ACCEPTING THE LOWEST AND BEST BID FOR A TANDEM AXLE TRUCK, AUTHORIZING AND DIRECTING THE CITY MANAGER AND FINANCE DIRECTOR TO EXECUTE A CONTRACT FOR THE PROCUREMENT OF SAID EQUIPMENT, AND DECLARING AN EMERGENCY WHEREAS, after advertising and receiving bids for a tandem axle truck; and, WHEREAS, Council has determined that the lowest and best bid is from Columbus Kenworth, Inc. in the amount of $78,420.00; NOW, THEREFORE, BE IT ORDAINED by the Council of the City of Dublin, State of Ohio, ~of the elected members concurring: Section 1. That the bid from Columbus Kenworth, Inc. in the amount of $78,420.00 for a tandem axle truck be, and hereby is, accepted. Section 2. That the City Manager and Finance Director be, and hereby are, authorized and directed to execute a contract with Columbus Kenworth, Inc. for the procurement of said equipment, pursuant to the bid specifications and documents on file in the Office of Personnel and Purchasing. Section 3. That this Ordinance be, and the same hereby is, declared to be an emergency measure for the reason that said equipment needs to be purchased as soon as possible so that it will be available for use during the upcoming winter season. Therefore, this Ordinance shall take effect and be in force immediately upon its passage. Passed this 21st day of November , 1988. Wk .1 1/ ! ../1 Mayor - Presiding Officer Attest: J MUWL4 '77), tfJ~' Clerk of Council Sponsors: City Manager Maintenance Superintendent Director of Personnel and Purchasing 1 hereby certify that copies of this Ordinance7ResoJutiol'l were post!',' '- "., City of Dublin in accordance w:th Section 731.25 of the- "":0 Rev'~d ea'h. /) Y'/" /.A _)~l7J'}, ~~ Clerk of Council, Dublin, Ohio . ADMINISTRATIVE REPORT TO: Members of Dublin City Council FROM: Timothy C. Hansley, City Manager SUBJECT: Tandem Axle Truck Bids DATE: November 17, 1988 Report initiated by Danny Johnson, Maintenance Superintendent, and David L. Harding, Director of Personnel & Purchasing. Summary and Action Recommended After advertising and receiving bid proposals for a tandem axle truck, said proposals were opened at 10:00 A.M. on Tuesday, November 1, 1988. Attached please find the bid tabulation and Ordinance No. 116-88 accepting the low- est and best bid. After evaluating the bid proposals in relation to the needs of the City, it was determined that the lowest and best bid was sub- mitted by Columbus Kenworth, Inc. in the amount of $78,420.00. Therefore, Mr. Johnson and Mr. Harding have recommended that said bid from Columbus Kenworth, Inc. be accepted. Mr. Johnson and Mr. Harding have further recommended that Ordinance No. 116-88 be adopted as emergency legislation for the reason that said truck needs to be purchased as soon as possible so that it will be available for use during the upcoming winter season. I concur with Mr. Johnson's and Mr. Harding's recommendation in this matter. Data Collection and Analysis As part of the 1988 budget process, the need for an additional dump truck was identified. With the approval of the 1988 budget, Mr. Johnson began to conduct research leading to the preparation of the truck specifications. In preparing the truck specifications, Mr. Johnson gathered and analyzed data from the City of Upper Arlington and from the Franklin County Engineer's Office. Based upon the aforementioned data gathering and analysis, Mr. Johnson prepared a draft of the specifications and submitted said specifications to Mr. Harding for final review. After conducting the final review, Mr. Harding advertised the Bid Notice once a week for two consecutive weeks in a newspaper of general circulation within the City, pursuant to Article VIII, Section 8.02 of the Dublin Charter. . Analysis/Evaluation of Bids Bids were opened by Mr. Harding at 10:00 A.M. on Tuesday, November 1, 1988. As reflected in the attached bid tabulation, the City received bids from the following companies: * Columbus Kenworth, Inc. * George Byers Sons, Inc. After the bid opening, said bids were provided to Mr. Johnson for a compre- hensive technical evaluation. During the evaluation process, Mr. Johnson determined that, although the lowest bid was submitted by George Byers Sons, Inc. said bid did not meet the specifications in the following five (5) areas: * Frame * Wheels * Tires * Transmission * Cab The bid submitted by Columbus Kenworth met or exceeded the specifications in all areas except for the engine. Instead of a 300 H.P. engine, Columbus Kenworth bid a 270 H.P. engine. However, since the Kenworth is an aluminum truck, it weights substantially less and, therefore, a 270 H.P. engine should provide ample power. It should be noted that the bid documents state that the City reserves the right to reject any or all bids, to waive any or all irregularities in a bid, and to accept the bid which, in its judgement, is to the best advan- tage of the City, and in its opinion, is the lowest and best bid. Conclusion In the final analysis, since the bid submitted by Columbus Kenworth, Inc. more fully complies with the specifications, Mr. Johnson and Mr. Harding recommend that, in the best interest of the City, said bid in the amount of $78,420.00 be accepted as the lowest and best bid. - .' tIl ~ .,-1 r;A .. \:i \.\-l 0 0 .,-i tIl \:i .,-i 0 '? .,-1 .,-1 (J', ~ tIl - or\ .\-l ~ <ll \:i ~ U <ll .,-i e if). H p.. ~ ~ H 0 ~ ~ ~ \.\-l .,-i r;A % ~ ~ r-\ .,-1 tII ~ , r-\ .\-l ~ 0 tII t-l :2\~ (l) \-I~ ~ ~ ~ ~ G ~\ ~ ~ p.. if). ~~ C"\ \-I ~ H~ ~ t)~ l:Q 0 ~ \-I ~ 0 .' \:i 0 .,-i .\-l tII .. U tIl 0 <ll ,..J U H <..<:l ';j 0 ~ if). <ll <..<:l ~ r-' tIl <ll ~ .\-l <ll tII .\-l ~ tII ~ ~ on .. \:i .\-l .,-i U <ll \:i <ll tIl <ll .n .,-1 p. 0 .\-l 0 H H p.. <ll ~ ~ .,-1 ~ -