Loading...
110-89 Ordinance . . RECORD OF ORDINANCES Dayton Legal Blank Co. Form No. 30043 Ordinance No.u___Jl(?-=-.S.9n. Passed m_m~n~ mmm____.' nm umun19u AN ORDINANCE ACCEPTING THE LOWEST AND BEST BID FOR A NEW PAVEMENT STRIPING UNIT, AUTHORIZING AND DIRECTING THE CITY MANAGER TO EXECUTE A CONTRACT FOR THE PROCUREMENT OF SAID EQUIPMENT, AND DECLARING AN EMERGENCY. WHEREAS, after advertising and receiving bids for a new pavement striping unit; and, WHEREAS, Council has determined that the lowest and best bid for said unit is from the Kelly-Creswell Company, Inc. in the amount of $47,986; NOW, THEREFORE, BE IT ORDAINED by the Council of the City of Dublin, State of Ohio, 7 of the elected members concurring: - Section 1. That the bid from Kelly-Creswell, Inc. in the amount of $47,986.00 for a new pavement striping unit (Model WV-120 on a General Motors - Chevrolet Division P-30 Chassis) be, and hereby is, accepted. Section 2. That the City Manager be, and hereby is, authorized and directed to execute a contract with Kelly-Creswell, Inc. governing the procurement of said equipment pursuant to the bid specifications and documents on file in the Office of Personnel & Purchasing. Section 3. That this Ordinance be, and the same hereby is, declared to be an emergency measure necessary for the preservation of the public health, safety, and welfare, and for further reasons that said bid is valid for a limited period of time and, that in order to have said equipment be in service by early Spring of 1990, it must be ordered immediately. There- fore, this Ordinance shall take effect and be in force immediately upon its passage. Passed this lSth day of December 1989. , ~~" !... r - Presidi, Officer Attest: /7 JIf/~ ~ ~ Cr'erk of Co 'cil Sponsors: City Manager Director of Personnel and Purchasing I hereby corrf! ~bt w~:ss cf f~:s (>-!'r.:m:0/r8S')hFo'1 \'mi' ~~-' ~ , ,- City of DubEn ~n a::8:'J~:~:o r/::: S::LC~1 731.25 or f~:D O~~~O ~:,.~' ~, '. ~u~ Z~ Clerk of (OU !iI, Dublin, Ohio ADMINISTRATIVE REPORT TO: Members of Dublin City Council FROM: Timothy C. Hansley, City Manager SUBJECT: Pavement Striping Unit Bids DATE: December 14, 1989 Report Initiated By: David L. Harding, Director of Personnel & Purchasing Summary & Action Recommended After advertising and receiving bids for a new pavement striping unit, said bids were opened at 10:00 A.M., on Wednesday, December 13, 1989. Attached for your consideration please find the bid tabulation and Ordinance No. 110-89 accepting the lowest and best bid. After evalu- ating the bids, Staff recommends acceptance of the bid submitted by the Kelly-Creswell Company, Inc. in the amount of $47,986.00. Staff further recommends that Ordinance No. 110-89 be adopted as emergency legislation, primarily for the reasons that the bid is valid for a limited period of time (30 days from bid opening date) and that in order to have the unit be in service by early Spring of 1990. it must be ordered immediately. Issue - The City has historically contracted with the Franklin County Engin- eer's Office for the provision of highway striping services. However, the City is at the mercy of Franklin County in terms of scheduling and, the City striping projects are not always the highest priority for Franklin County. In addition, Franklin County charges the City a 40% mark-up for the provision of these services. During 1989, the City has paid approximately $9,000 to Franklin County for the provis- ion of these services. Therefore, in an effort to provide a more expedient and efficient level of service in this area, Staff recom- mended, as part of the 1989 budget process, the purchase of a pavement striping unit. Analysis/Evaluation of Bids As reflected in the attached bid tabulation, the City received bids from two companies: * Kelly-Creswell Company, Inc. * M-B Company, Inc. of Wisconsin . As referenced in the attached bid tabulation, Kelly-Creswell submitted a bid for a Kelly-Creswell Model WV-120 mounted on a Kalamazoo K-60 chassis at a bid price of $47,986. Kelly-Creswell also proposed, as an alternate, the General Motors-Chevrolet Division P-30 Chassis. As noted in the bid tabulation, the Kalamazoo chassis would probably take 120 days to get and, with the additional 75 days to build the body on the chassis, it would be approximately six and one half months before the machine would be delivered to the City. The GM-Chevrolet chassis would be available to Kelly-Creswell in approximately 90 days which would ultimately reduce the delivery time to the City by one month. The GM-Chevrolet chassis is manufactured to perform the services of this equipment class and, in addition, it carries the standard General Motors Company warranty and therefore can be serviced at any author- ized Chevrolet distributor or Dealer in Franklin County. In addition, there would be no difference in price for the GM-Chevrolet chassis as compared to the Kalamazoo chassis. M-B Company, Inc. of Wisconsin submitted a bid for an M-B Model 260 striper which includes a Cushman Truckster Chassis and an OMC Lincoln body at a bid price of $58,590. In addition, M-B Company also sub- mitted an alternate bid for a Model 260 striper at a bid price of $56,500. As noted on the bid tabulation form, whatever deviations which may be inherent in this $56,500 bid have not been properly explained or noted and, therefore, it is difficult to discern any deviations which may exist or the nature of said deviations. Conclusion Since the bid submitted by Kelly-Creswell satisfies the City's re- quirements at a lower bid price, it is Staff's judgement that said bid from Kelly-Creswell in the amount of $47,986, including the alternate GM-Chevrolet P-30 chassis, is the lowest and best bid. Therefore, Staff recommends that said bid be accepted. .. Q) '" "0 1-1 :>, 1-1 :>, Q) '" 0 ..-I "-' "0 1-1 4-< I': 4-< Q) '" 0 'H 0 P- N 0 00 .-I Q) "-' 1-1 :>, ..-I P- P- '" I': ,D 'H "0 'H '" Q) "-' ..-I U 0 Lf'\ Q) 'H Q) I': r-- ..-I '" 1-1 ,D > I': '" '" 1-1 00 tn 'H ..-I Q) u I 'H 00 "-' Q) Q) '" 'H 4-< P- ..-I > '" u:J ,D '" 00 '" 'H 00 :>, ..-I 00 00 :>, "-' 'H . 'H 00 '" 'H '" 00 '" "0 U"O t.) > 'H 00 ..c: Q) ........ '" 00 'H U 0 S"-' ; 00 00 N o 0 00 '" 00 "-' .-I 1-1 I': 'H ..c: '" Q) 4-< U ..c: ..-I I': 1-1 "-' U 0 'H 00 0 'H 4-< 1-1 I': I': 0 0 > Q) 0"0 ;:l 0 Q) ..-I 'H Q) "-' N ..c: 00 ,D "-' I': Q)P- '" U:>' '" '" 'H 1-I'H S '" ..-I 'H '" 'H Q) '" 1"0 'H >..-1 ~ "-' U ..-I '" Q) P- I': Q) '" :>::0 > .1r@ to) 1"'1 1-1 :><: U<1' <<: i .~ g5 H tn ~ ~ ers 00 00 ~ Q) Q) ! is >< >< ~ 0 ~ to) H i-l U tn H H to) l> 8 H 00 00 ~ Q) Q) to) >< >< ~~ I tnO ~ s~ H II ~ ~ 00 00 Q) Q) CJ == >< >< r:l ~ Ql ~ ~ =il - tn J.I ~ U i Ql H II) to) ~ 0 = H <Xl 0 ~ ~ <1' Lf'\ ~ ~ r-- ~ -:t Lf'\ ~ Po4 :i]S = = ~ i-l o.f:l ! H = m I H ~ ~ ~ IlI4 0 ~~ ~ 0 a a <Xl <1' t:: <1' Lf'\ ~ ~S r-- <Xl H Po4 . -:t Lf'\ t.) S ::t = = ~ . = = -< ~ 0 4-< 0 0 5 .. I': 0 ~~ o "-' .-l 'H Q) 00 ..-I 0 'H 0 > 1-1 0'1 ~~ 'H > Q) co ~ Q) "-' I ..c: '" 1 U I': M 1-1 .-l ,-.. 1 Q) I ~= o ,-.. "-' N ~ 0 00 ..-I ~~ 1 N 1-1 '" .-l :><: .-I 0 1-1 ___ 1 "-' Q) 1-1 ~~ o ~ ~ "-' Q) ~ 00 P- o --- ~ H N ..-I 1-1 U 1-1 ~ I! '" ..-I '" ~ 2 Q) e ..-I 1-1 P- II '" . Q) Q) 'H H 'H ~ g ..-IO~ I': 1-1 I': 1-1 '" U 00 Q) "-'1':..-1 "-' :><: Q) u'-" u:J"'0 u:J H 'Pol 1-11-1 0 S U . ~ 4J oou 0,,", 0 ..c: 1':011 0 00 III ~~ 0'\ +J I 0"1 I ~ CIl'H ~u <1' U:>' <1' p.. N ;:l,..,ll N Q) CJ .-1"'..-1 .-1--- U P- .s 1-1..-11"'1 ..-I UQ) ..-100 ..HQ)H"I': Q)..:>::"-'Q) 00 :><:<<: 00 0 "0 000'" "0:>' ~ o.f:l .~~ ..~.~.~ 0 'H I': o I': :>:: 00 .. 1-1 :>:: '" ~ 00 "-' :>'1"'1 CIl'H 00 :>, Q) P- ~ ""H"OH '" > r:x:l "'"0 "-' r:x:l S J a I': O,..,l ..c: 'H I ..c:O..-l 1 0 Or:x:l<<: U~ :>:: Ur:x:l<<: :>:: u ~ ~ ~ Ql 4J III ~ II 4J f ~ CJ . Ql S tJ .,.., .-I ~ 0 .-I . J.I ~ = ~~ Ole ~ >,."" e CIl ~ ~ aJ III e 10 01 e:l.O 'Pol 'Pol u>, B ~ = = I e ~~ u."" ~~ ~:3 I~ ::E: 0