Loading...
HomeMy WebLinkAbout1991-11-18 Special Called Meeting and Workshop Meeting• MINUTES OF THE SPECIAL CALLED MEETING AND WORKSHOP MEETING OF THE LA PORTE CITY COUNCIL NOVEMBER 18, 1991 1. The meeting was called to order by Mayor Malone at 6:00 P.M. Members of Citv Council Present: Mayor Norman Malone, Councilpersons Mike Cooper, Bob Thrower, Bob McLaughlin, Alton Porter, Deotis Gay, B. Don Skelton, Jerry Clarke Members of City Council Absent: C o u n c i l p e r s o n G u y Sutherland Members of City Staff Present: City Manager Bob Herrera, City Attorney Knox Askins, Assistant to the City Secretary Sue Lenes, Assistant City Manager John Joerns, Police Chief Bobby L. Powell, Director of Finance Jeff Litchfield, Human Resources/Purchasing Manager Louis Rigby, Fire Chief Joe Sease, Assistant Fire Chief Champ Dunham, Assistant Public Works Director Buddy Jacobs, Parks Superintendent Bert Clark, Police Officer Sherman Moore 2. Council considered awarding bid for vehicles. Motion was made by Councilperson Skelton to accent staff recommendations for the vehicles as stated. Second by Councilperson Gay. The motion carried, 8 ayes and 0 nays. Ayes: Councilpersons Cooper, Thrower, McLaughlin, Porter, Gay, Skelton, Clarke and Mayor Malone Nays: None Council decided to handle item 4. - Workshop Meeting as the next Agenda item. 4. The Workshop Meeting was called to order by Mayor Malone at 6:05 P.M. City Manager Bob Herrera called the Department Heads to the table to answer questions referencing their individual department on which Council may seek clarification or opinions. Department Heads in attendance: Assistant City Manager John Joerns, Assistant Director of Public Works Buddy Jacobs, Parks Superintendent Bert Clark, Fire Chief Joe Sease, Police Chief Bobby Lee Powell, Director of Finance Jeff Litchfield. Minutes, Special Called Meeting And Workshop Meeting La Porte City Council November 18, 1991, Page 2 Mr. Herrera instructed Human Resources/Purchasing Manager Louis Rigby to explain to Council the process by staff, how we got started, when we got started, why we got started and the different levels that we went through in looking at the City's rules and regulations, how it got to the audit committee and some of the findings, then to proceed with the review. Mr. Rigby proceeded with a step by step review with Council. Questions were asked and a lengthy study process began. Mayor Malone called for a 15 minute recess at 8:00 P.M. Mayor Malone reconvened the Workshop meeting at 8:15 P.M. Human Resources/Purchasing Manager Louis Rigby continued to moderate the review of the Personnel Policy Manual. The decision was made to set the next Regular Meeting of the La Porte City Council for December 9th, and to delete the November 25th meeting date as a number of the Council will be in Austin for the court hearing regarding the Houston Chemical Services, Inc./Southern Ionics, Inc. law suit, and it is doubtful there would be a quorum for a City Council Meeting on that evening. Bob Herrera stated his belief that with the help of the staff members we will be able to write the changes discussed tonight, which we believe are the consensus supplied by the Council. Mayor Malone declared the Workshop Meeting adjourned at 10:13 P.M. and the Special Called Meeting convened. Bob Herrera stated he had one (1) administrative item to bring before Council and asked Assistant City Manager John Joerns to present the item. John Joerns explained the need for a change order for the Fire Training facility for additional steel. The additional cost will be $7,461.00. Council discussed and gave verbal direction to move forward to order the steel and we will have the item on the next Council agenda. • Minutes, Special Called Meeting And Workshop Meeting La Porte City Council November 18, 1991, Page 3 3. Council adjourned into executive session at 10:28 P.M. under V.A.T.S. Article 6252-17, Section 2(E) - (Legal), to receive report from special counsel on Allen Ray Prince, and Section 2 (R) - (Conference), to receive report from City Manager on East "E" Street. Council returned to the table at 10:50 P.M. Item A. There was no action taken. Item B. There was no action taken. 5. There being no further business to come before the Council the meeting was adjourned at 10:53 P.M. Respectfully submitted: Sue Lenes Assistant to the City Secretary Passed & Approved this the 13th day of January, 1992 ~~~~~2~ ,~~i~~~~~-t Norman L. Malone, Mayor RE EST FOR CITY COUNCIL AGEND ITEM Agenda Date Requested: ovember 18 1991 Requested By: Budd J cobs Department: Public Works XXX Report Resolution Ordinance Exhibits: 1. Bid Recap Sealed Bids #0451 - Vehicles 2. Recommendation by Equipment Services Superintendent SUMMARY & RECOMMENDATION Advertised, sealed bids #0451 for various vehicles were opened and read on September 28, 1991. Low bid meeting specifications for Item 1 - 1/2 Ton Pickups was submitted by Les Marks Chevrolet in an amount of $11,132.75 each. Four (4) vehicles will be purchased at a total contract cost of $44,531.00. (Motor Pool) Low bid meeting specifications for Item 2 - Patrol Cars was submitted by Knapp Chevrolet in an amount of $15,000.00 each. Four (4) units will be purchased at a total contract cost of $60,000.00. Three (3) units are budgeted in the Motor Pool Replacement Budget and one (1) unit is budgeted in the Police Patrol Operating Budget. Low bid meeting specifications for Item 3 - 4 Wheel Drive Utility Vehicle was submitted by Knapp Chevrolet in an amount of $20,336.00. One (1) unit will be purchased at a total contract cost of $20,336.00. (Motor Pool) Low bid meeting specifications for by Knapp Chevrolet in an amount of purchased at a total cost of $18,7 Low bid meeting specifications for by Knapp Chevrolet in an amount of purchased at a total contract cost Item 4 - 3/4 Ton Suburban was submitted $18.730.00. One (1) unit will be 30.00. (FY 91-92 EMS Operating Budget) Item 5 - 1 Ton w/Flatbed was submitted $16,136.00. One (1) unit will be of $16,136.00. (Motor Pool) Low bid meeting specifications for Item 6 - 3/4 Ton Extended Cargo Van was submitted by Bailey Ford in an amount of $14,797.00. One unit will be purchased at a total contract cost of $14,797.00. (FY 91-92 Park Maint. Operating Budget) Staff recommends award of bid for various vehicles to the low bidder meeting specifications for Bid #0451 Items 1-6. Total cost for these purchases and amounts budgeted are as follows: Motor Pool Replacement Fund - Budgeted $133,300.00 Contract $125,567.95 Police Patrol Operating Budget - Budgeted $15,500.00 Contract $15,000.00 EMS FY 91-92 Operating Budget - Budgeted $22,900.00 Contract $18,730.00 Parks Maint. Operating Budget - Budgeted $18,000.00 Contract $14,797.00 Action Required by Council: Award bid to low bidder meeting specifications for items 1-6 as recommended above. AVr11 ~ ~ ni i i ty Oi Fuaada . XX General Fund Water/Wastewater Capital Improvement General Revenue Sharing XX Other Motor Pool Replacement Fund Account Number: Various Acct. Nos. Funds Available: XX YES NO Approve or City Counci Apen a Robert T. Herrera DATE • • TO: Steve Gillett, Public Works Director FROM: Rick Stewa~Equipment Services Superintendent SUBJECT: Evaluation/Recommendation on Equipment Specifications The following are my recommendations for bid award on the FY'92 equipment specifications. In cases where I recommended a vendor other than the low bidder, I have provided the rationale for my recommendation. f~ID #0951 - Items throggt~ 6 I recommend that the city award the bid to the low bidder, Les Marks Chevrolet. This vendor did not comply with paragraphs 5a and 7b. Paragraph 5a requires the battery to be 650 CCA and Les Marks bid a 630 CCA which will perform adequately. Paragraph 7b required that the vendor provide 2 parts manuals and Les Marks stated that they were not available. These manuals are available at a cost of $50. If this cost was added to the bid price, the per unit price would still be less than the second lowest bid. Neither of these areas are of such a critical nature as to warrant consideration of any other bidders. I recommend that the city award the bid to the low bidder, Knapp Chevrolet. The bid was compliant in every area. I recommend that the city award the bid to the second low bidder, Knapp Chevrolet. This was the lowest "technically responsive" bid and the cost differential of $435.05 will be offset by the items included in the bid. More specifically, the low bidder, Joe Camp Ford did not comply with paragraphs la, 3a, Sb, 51, 7a and 7b. • Paragraph la requires that the gross vehicle weight rating (GVWR) be 6,250 lbs minimum and Joe Camp's bid was for a unit GVWR of 6,050. Paragraph 3a requires power steering with a tilt wheel and the vendor bid power steering with no tilt feature. (Nick Coladangelo, the Fleet Manager for Joe Camp Ford, stated that in order to get a tilt wheel he would have had to provide cruise control•which was a $336 option). Paragraph Sb requires that the alternator be 80 amp and Joe Camp's bid was for a 75 amp. (Nick Coladangelo stated that the optional heavy duty alternator, 110 amp was a $300 option). The emergency lighting, siren, radios, etc., that will be used on this unit mandates a heavy duty alternator. The second low bidder, bid a 100 amp alternator which is adequate. This feature in the specifications should be considered a critical item to unit's intended use. Paragraphs 7a and 7b require that the city be provided with .two operation, maintenance and parts manuals which were not •included in the bid from Joe Camp. These manuals cost a total of $140 and must be obtained in order to perform maintenance and order parts for the unit. If they are not supplied by the bidder then they will have to be purchased after we receive the unit. The costs of the items not included (Approximately $776), the significant impact of non compliance with paragraph Sa (75 amp alternator instead of an 80), as well as non compliance in other areas are my rationale for recommending that the bid be awarded to the second low bidder, Knapp Chevrolet. item #4 - 3/9 Ton Suburban I recommend that the city award the bid to the low bidder, Knapp Chevrolet. This bid was compliant in every area. I recommend that the city award the bid to the second low bidder, Knapp Chevrolet. The low bidder did not comply with the specifications in paragraphs 6a, 6f and 8a.' Paragraph 6a requires that the flatbed outrail be constructed of 11 gauge, 6 inch steel and Les Marks' bid was for 12 gauge 5 7/8 inch. This portion of the specification is not overly critical; however, the thicker metal would provide a more durable bed and be less susceptible to damage. • • Paragraph 6f requires that the 3 light cluster be recessed into the outer rail and Les Marks' bid was for the cluster to be located in the rear skirt. This has no impact on the ability of the lights to function properly. Paragraph 8a requires that we be provided with a parts manual and Les Marks' bid excluded this item. The total cost for the 2 manuals is $50. These items will have to be procured after the unit is delivered in order to obtain parts. The difference in the two bids is $1.48. If the bid is awarded to Les Marks and we have to procure the parts manuals the net cost will be $48.52 more than the second low bid from Knapp Chevrolet. This cost difference combined with the fact that Les Marks was non compliant in two other areas are my rationale for recommending the city award the bid to Knapp Chevrolet. Item #6 - 3/4 Ton Extended Carao Van I recommend that the city accept the low bid from Bailey Ford. The bidder did not comply with paragraphs la, 3g and 7b. Paragraph la requires that the GVWR be-8,600 lbs and the unit bid is rated 8,550. This will have virtually no impact on the ability of the unit to perform as needed. Paragraph 3g requires the unit to be equipped with a step type bumper on the rear and the unit bid has a contoured bumper that does not meet specifications. A step bumper can be purchased by the using department, if it is needed, at an approximate cost of $150. This deviance should have little if any impact but is a cost consideration. Paragraph 7b requires the bidder to provide (2) parts manuals which will enable us to order parts as needed. These manuals can be ordered at a cost of $50. The lowest "technically responsive" bidder was Knapp Chevrolet, whose bid was $638 more than Bailey. Given the cost savings and the minor nature of the deviances from the specifications it would be logical to award the bid to the low bidder. BID ANALYSIS The following bid abstract is for' comparison purposes. Extended total #1 shows the total price for the units as bid and extended total #2 indicates what the price would be if items not included in the bid were added to the price. Total #2 more accurately reflects the actual cost to the city. BID #0451, ITEM #1 - 1/2 TON PICKUPS VENDOR BID PRICE PER UNIT NO OF UNITS EXTENDED TOTAL #1 COST OF ITEMS TO COMPLY EXTENDED TOTAL #2 LES MARKS 11,132.75 4 49,531.00* 50.00 44,581.00** JOE CAMP 11,197.95 4 44,791.80 140.00 44,931.80 KNAPP CH 11,223.00 4 49,892.00 .00 49,892.00 C. MILLER 11,762.79 4 97,051.16 50.00 47,101.16 BAILEY 11,881.75 4 47,527.00 50.00 97,577.00 MORRIS M. 12,365.95 4 49,963.80 .00 49,463.80 *LOW EXTENDED TOTAL #1 - $94,531.00 FROM LES MARKS CHEVROLET **LOW EXTENDED TOTAL #2 - $94,581.00 FROM LES MARKS CHEVROLET BID #0451, ITEM #2 - PATROL CARS VENDOR BID PRICE PER UNIT NO OF UNITS EXTENDED TOTAL #1 COST OF ITEMS TO COMPLY EXTENDED TOTAL #2 LES MARKS 15,451.31 9 61,805.24 50.00 61,855.24 KNAPP CH. 15,000.00 4 60,000.00* .00 60,000.00** C. MILLER 17,472.00 4 69,888.00 50.00 69,938.00 *LOW EXTENDED TOTAL #1 - $60,000.00 FROM KNAPP CHEVROLET **LOW EXTENDED TOTAL #2 - $60,000.00 FROM KNAPP CHEVROLET PAGE 1 BID #0451, ITEM #3 - 4 WHEEL DRIVE UTILITY VEHICLE VENDOR BID PRICE PER UNIT NO OF UNITS EXTENDED TOTAL #1 T COST OF ITEMS TO COMPLY EXTENDED TOTAL #2 LES MARKS 20,721.49 1 20,721.99 50.00 20.771.49 JOE CAMP 19,900.95 1 19,900.95* 776.00 20,676.95 KNAPP CH. 20,336.00 1 20,336.00 .00 20,336.00** C. MILLER 21,023.51 1 21,023.51^ 350.00 21,373.51 xLOW EXTENDED TOTAL #1 - $19,900.95 FROM JOE CAMP FORD **LOW EXTENDED TOTAL #2 - $20,336.00 FROM KNAPP CHEVROLET BID #0451, ITEM #4 - 3/9 TON SUBURBAN VENDOR BID PRICE PER UNIT NO OF UNITS EXTENDED TOTAL #1 COST OF ITEMS TO COMPLY EXTENDED TOTAL #2 LES MARKS 18,875.50 1 18,875.50 50.00 18,925.50 KNAPP CH. 18,730.00 1 18,730.00* .00 18,730.00** '~t,Uw EXTENDED TOTAL #1 - $18,730.00 FROM KNAPP CHEVROLET **LOW EXTENDED TOTAL #2 - $18,730.00 FROM KNAPP CHEVROLET BID #0451, ITEM #5, 1 TON W/FLATBED VENDOR BID PRICE PER UNIT NO OF UNITS EXTENDED TOTAL #1 COST OF ITEMS TO COMPLY EXTENDED TOTAL #2 LES MARKS 16,134.52 1 16,134.52* ~~ 50.00 16,184.52 JOE CAMP 18,970.75 1 18,970.75 940.00 19,410.75 KNAPP CH. 16,136.00 1 16,136.00 .00 16,136.00** C. MILLER 16,192.50 1 16,192.50 440.00 16,632.50 °L~w ~x•rENUEU TOTAL #1 - $16,134.52 FROM LES MARKS CHEVROLET **LOW EXTENDED TOTAL #2 - $16,136.00 FROM KNAPP CHEVROLET PAGE 2 ~ ~ F • • BID #0451, ITEM #6, 3/9 TON EXTENDED CARGO VAN VENDOR BID PRICE PER UNIT NO OF UNITS EXTENDED TOTAL #1 COST OF ITEMS TO COMPLY EXTENDED TOTAL #2 LES MARKS 15,276.26 1 15,276.26 50.00 15,776.26 JOE CAMP 14,986.25 1 14,986.25 ~ 290.00 15,276.25 KNAPP CN. 15,435.00 1 15,435.00 .00 15,435.00 C. MILLER 15,139.50 1 15,139.50 200.00 15,339.50 BAILEY 19,797.00 1 14,797.00* 200.00 14,997.00** MORRIS M. 16,954.00 1 16,954.00 ~ ~ .00 16,954.00 *LOW EXTENDED TOTAL #1 - $14,797.00 FROM BAILEY FORD **LOW EXTENDED TOTAL #2 - $14,997.00 FROM $AILEY FORD PAGE 3