Loading...
95-98 OrdinanceRECORD OF ORDINANCES Dayton Legal Blank Co. Form No. 30043 Ordinance No.____.------9~-~~ Passed ------___ -- -19__ _-- AN ORDINANCE ACCEPTING THE LOWEST AND BEST BID FOR DUMP TRUCK BODIES, SNOW REMOVAL EQUIPMENT AND OTHER ASSOCIATED EQUIPMENT WHEREAS, Council has appropriated sufficient funds in its 1998 Capital Improvements Budget to purchase two 2.5 ton dump trucks; and WHEREAS, formal advertising and competitive bidding procedures for new dump truck bodies, snow removal equipment and other associated equipment have been conducted; and WHEREAS, Council has determined the bid submitted by Buckeye Truck equipment for said equipment constitutes the lowest and best bid, in the total amount of $67,390; NOW,, T~REFORE, BE IT ORDAINED by the Council of the City of Dublin, State of Ohio, of the elected members concurring that: Section 1. That the bid submitted by Buckeye Truck Equipment for the above referenced equipment, in the amount of $67,390, is hereby accepted. Section 2. That the City Manager is hereby authorized to enter into a contract with Buckeye Truck Equipment for the procurement of said equipment as specified above and within said bidder's bid proposal on file in the Division of Human Resources and Procurement. Passed this ~ day of - 1998 ~~~ - Presiding Officer ATTEST: ~~ ~~ Clerk of Council Division of Human Resources & Procurement 5200 Emerald Parkway • Dublin, Ohio 43017-1006 Phone: 614-761-6500 • Fax: 614-761-2965 CITY OF DUBLIN M e m o To: Members of Dublin City Council From: Timothy C. Hansley, City Manager Date: August 4, 1998 Re: New Dump Truck Bodies and Related Equipment Bid Process Initiated By: David L. Harding, Director of Human Resources and Procurement Dana L. McDaniel, Director of Service Attached for your consideration please find Ordinance 95-98 accepting the lowest and best bid for two new dump truck bodies, snow removal equipment, and related equipment for the Department of Service. Also, attached for your reference is a copy of the bid tabulation. This bid project involves the procurement and installation of new dump truck bodies and related equipment on new 1998 Navistar International (4900 Series) two and a half (2.5) ton dump trucks. Prior to seeking bids, the Department of Service compared dump bodies and related equipment from different manufacturers. As a result, detailed specifications were developed based on functionality. As reflected in the attached bid tabulation, the City received bid proposals from the following companies: • Ace Truck Body, Inc. • Buckeye Truck Equipment Ace Truck Body submitted a bid for two dump bodies, snow removal equipment, and related equipment. The bids contained several minor deviations and one major deviation from the City's specifications. Upon review by the Department of Service, it was determined that the minor deviations would not adversely affect City operations or the functionality of the new City vehicles. However, the Department of Service has determined the major deviation (Ace's proposed Gresen Ice Warrior 5 Spreader System) would adversely affect City operations. The spreader system proposed by Ace is not compatible with the City's spreader system presently in service. The City has, to date, invested more than $32,000 in its spreader system (the Compu-spread Spreader System). All new spreader systems purchased by the City should be compatible to the City's Compu-spread system. This will maintain consistency in data collection and reduce the City's cost for stocking parts and obtaining maintenance service (one maintenance service provider instead of two). Further, the Department of Service has documented several instances where Ace has provided the City with poor service and workmanship. Therefore, it is Staff's recommendation that Ace's bid not be accepted. Buckeye Truck Equipment submitted one bid for two new dump truck bodies, snow removal equipment and other related equipment. Buckeye's bid also contained several minor deviations from the City specifications. Upon review by the Department of Service, it was determined that the minor deviations specified in Buckeye's bid would not adversely affect City operations or the functionality of the new City vehicles. In addition, Buckeye Truck has an established history with the City of providing good service and quality workmanship. The award conditions in the bid documents require that there be a single award to the bidder submitting a bid that, in the City's judgement, is in the best interest of the City and, which in its opinion, is the lowest and best bid. In the final analysis, staff believes that the bid submitted by Buckeye Truck Equipment for the above referenced equipment is the lowest and best bid and is the bid most advantageous to the City. Therefore, staff recommends that said bid be accepted. TCH/tb attachments T:\PER\TB209\WP61\DOC\DANA\MEMOS\COCINCIL\DUMPBODY. WPD a-~ . 01 Y y ~ q N ~ ^n ~ ~ dq ° ~ ry 'O Y N O y i= Y ~ ~ ~ ~ 4. ~' O N M ~--i N ~ O y . a ~ ~ ~ ~ ~ ~~ O .Si ~+ W b .~ .~ N ~i ~ .Vr ' (d ~ ~ (.') ~ . ~ iti Y (~ ti .~ .~ f.i X" ,y.I O • ^~~ ~r,1 > t-1 O FI O ~ cd b `~ c~ b ~ ~ ~Q p ~ ~ ~ ~ ~ ~ '~ b z ~ 3 ~ . 1 -1 ~ N p i-1 Q~ i-4 C ~~' ~~~++ p N ~ q 'C U ~ ~ ,b ,d ~ U ~" p y ~ . y N ~ i-1 O ~ ~ N E'~ ~r .--~ v~ cd a, O s.. ~+ ~ ~ ~ ~ ; w ~ ° b ~ 3U , ~ ~ o ~ ~ ~; ~ ~ ~..i N b ~ +-~ Cd Q cd O a.+ N Q N ~ F , c a~ Q•' ~ ' ~ 'O + -i ~ ~' F. N ~ ~ '+~.' N U cC ..J~' O N ~ U ~ '~ ~ ~^ o ~ . , r.. ~ O O O ~ N ~ a~ ~ y v ,y ~. ~ c ¢. -C c~ y ~ ~~~ °}'~ °~~a~ `g 3 wo,,,,,.;~ d o b ~ ~ ° E-+ .--i U ^d O p O .~i CL U ++ N N N N O r.+ N h F y^ w ~ ~. ~ a ~ ~° ~ ~ a ~ A o ,d o c M b .~ "a > O ~ Q ~ Uq ~ zw H ow z d ~, ~, Fwa V HO D ~, a a ~ ~, ~ z w Az ~... a a w ~+ °~ ~ o 0 w ~] Q W ~ ~'i ~ _ d W v~ U~ ~ ~ E„ ~ a F U ,F~ A ~'' d Q x A Q~ z z ~ o z .. ~~ ~ ~ U a o° 00 --i a~~ , o 00 ~ o O ~ o A" Y`^ `"' a~ A O oo ~ a-. M C Q' ~W.., ~ ~ a~i a~i Q EWr . ~ • y ~ z ~ aA ~ o ~ ~ W pa A w ~ ~ ~ ~ o O ~.~ a.~ ~ ~_~f ~ W W ~ y a~ ~b c, ~ ~ 'd r ~] ar Ca a.+ •~".r C~•I U Ua ~ $~ o N ~ °v~j o ~ ~ W ~ .tj O ~ >' ¢' o ° •ti ~. ~.- zo ~.~,~ ebb Q~ o o~ ° ~~ ~ °~ F" a•~ F~ a.~ a w ~, A ~ A a, w CQ o x ~ ~ •~ O ~ v H ~" a ~ ~ .~ ~ U