Loading...
1990-008ORDINANCE NO. 'C>O AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND AWARDING A CONTRACT FOR THE PURCHASE OF MATERIALS, EQUIPMENT, SUPPLIES OR SERVICES; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFORE; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the city has solicited, received and tabulated competitive bids for the purchase of necessary materials, equip- ment, supplies or services in accordance with the procedures of state law and City ordinances; and WHEREAS, the City Manager or a designated employee has reviewed and recommended that the herein described bids are the lowest responsible bids for the materials, equipment, supplies or services as shown in the "Bid Proposals" submitted therefor; and WHEREAS, the City Council has provided in the City Budget for the appropriation of funds to be used for the purchase of the materials, equipment, supplies or services approved and accepted herein; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION I. That the numbered items in the following numbered bids for materials, equipment, supplies, or services, shown in the "Bid Proposals" attached hereto, are hereby accepted and approved as being the lowest responsible bids for such items: BID ITEM NUMBER NUMBER VENDOR AMOUNT 1044 ALL 1045 ALL 1047 ALL 1057 A, B,C,D 1057 A-7 DATAMATIC $ 53,325.00 C.D. MCKAMIE COMPANY $ 22,954.00 COLFAX CREOSOTING COMPANY $ 29,649.00 EDS $ 96,998.00 SOFT WAREHOUSE $ 4,076.00 SECTION II. That by the acceptance and approval of the above numbered items of the submitted bids, the City accepts the offer of the persons submitting the bids for such items and agrees to purchase the materials, equipment, supplies or services in accordance with the terms, specifications, standards quantities and for the specified sums contained in the Bid Invitations, Bid Proposals, and related documents. SECTION III. That should the City and persons submitting approved and accepted items and of the submitted bids wish to enter into a formal written agreement as a result of the acceptance, approval, and awarding of the bids, the City Manager or his designated representative is hereby authorized to execute the written contract which shall be attached hereto; provided that the written contract is in accordance with the terms, conditions, specifications, standards, quantities and specified sums contained in the Bid Proposal and related bid documents herein approved and accepted. SECTION IV. That by the acceptance and approval of the above numbered items of the submitted bids the City Council hereby authorizes the expenditure of funds therefor in the amount and in accordance with the approved bids or pursuant to a written contract made pursuant thereto as authorized herein. SECTION V. That this ordinance shall become effective immediately upon its passage and Z;Zda al. PASSED AND APPROVED this the y of LU"6'14a-j' 199 0. 61 (7 RAY ST PHENS, JAAYOR ATTEST: JENNIFER WALTERS BY: n-... APPROVED AS TO LEGAL FORM: DEBRA A. DRAYOVITCH, CITY ATTORNEY BY: BID-1 Page 2 DATE: JANUARY 16, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1044 - METER READING SYSTEM RECOMMENDATION: We recommend this bid be awarded to Datamatic, the lowest bidder meeting the bid specifications, in the amount of $53,325.00. SUMMARY: This bid is for the purchase of a hand held meter reading system including hardware and software. Included is seven (7) hand held reading devices and report generation software. The bid offered by Radix Corporation is lower than the bid of Datamatic. However, it fails to meet specifications in several major areas. (See memorandum from Ray D. Wells, Superintendent, Electric Metering/Substations/Communications, dated 12/19/89 and 12/21/89. BACKGROUND: Tabulation Sheet and Memorandums from Ray D. Wells. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Electric Utility Meter Reading, Customer Service. FISCAL IMPACT: This expenditure was approved in the 1989-90 budget. Account number 610-080-0253-9224, and Capital Expenditure Electric Utility. Respec lllyy submitted: (.s Lloy Harrell City Manager Prepared by: Name: Tom D. Shaw, C.P.M. Title: Assistant Purchasing Agent Approved: lzz:_-~ ~ Name: Tom D. Shaw, C.P.M. Title: Assistant Purchasing Agent 024.DOC d+ CD r-I Q H Z O H E-4 H Q O a P4 O C) U H H U H H U H H Q z W H Cl) C7 2 H Q w x w E-i Q H P1 d+ Ol N N co m rn H I M Ln Ln N o a ~ I W o a 00 0 W CD I U o 0 w Q N w P Q ~D O W U O ~C 124 O w O w O W C) 0 O O 0 0 M M e--I CD O Ln N M M Ln 4 ,a Q W a 'z H O H F:~ E H W a ~Q H a wx U E-+ E-1 C!] C!~ H W ~ 3 Q U] W Q P~ W W ~D w ~ N w H a H 104 w ~ W H 0aH - u U) F-a H C~ - - - - - - - - - - - - - - - - - - r1 s 1"i 3: 07 CITY of DENTON MUNICIPAL UTILITIES / 901-A Texas Street / Denton, TX 76201 MEMORANDUM DATE: December 19,1989 TO: Robert E. Nelson, Executive Director of Utilities ,,,John J. Marshall, Purchasing Agent FROM: Ray D. Wells, Supt. Electric Metering/Substations/ Communications SUBJECT: EVALUATION CITY OF DENTON BID NO. 1044 METER READING SYSTEM. Sealed bid proposals were opened December 5, 1989 at 2:00 PM. We had three companies to respond with valid bid documents. These companies were: 1. RADIX CORPORATION - SALT LAKE CITY, UTAH 2. ITRON, INCORPORATED - SPOKANE, WASHINGTON 3. DATAMATIC, INCORPORATED - RICHARDSON, TEXAS The prices quoted by the respective companies were: 1. RADIX CORPORATION - $ 40,408.00 2. DATAMATIC - 53,325.00 3. ITRON - 134,376.00 After careful examination of bids versus specifications I recommend we accept the bid of DATAMATIC, INC. in the amount of $53,325.00 as the low bid meeting specifications. While RADIX CORP. submitted lowest price,they do not comply with some very important requirements in the specifications. I therefore recommend next low bid.and suggest award to DATAMATIC, INC. Respgctfully, y,Z.- We 1220949 Ott; r•~"4 pip 12 jMii 9: 46 CITYof DENTON MUNICIPAL UTILITIES / 901-A Texas Street / Denton, TX 76201 TO: John J. Marshall, Purchasing Agent FROM: Ray D. Wells, Supt. Electric Metering/Substation/Communications DATE: December 21, 1989 SUBJ: Evaluation BID #1044 - Meter Reading System In my memo dated December 20, 1989, I noted that Radix Corporation was low bid in the amount of $40,408.00; but I recommended acceptance of the Datamatic bid of $53,325.00. To substantiate my recommendation. I offer the following ,tplanations: Reason #1 Item 9 of the Radix proposed order schedule lists the WLT-40 format via PC-connected 9-channel mg tape. In other words, we would have to run the Data Star (Sangamo) 101 recorder programs and the Westinghouse EMF 2500 (T.O.U. Metering) programs separate from the program format used to send billing records and data over to Data Processing for customer billing. We deem this unacceptable since it would create the need to run two (2) separate programs just to gather data needed, and then do a manual input back into the billing system. This would create additional work for our Meter Reader Foreman and Meter Information Tech., while slowing down the process of customer billing. In short, it would be one step backwards form where we are now, not a step ahead, which was the original intention. Reason #2 Item 1 listed four (4) hand-held devices with 256 Kb memory at $2,500.00 each and Item 2 listed three (3) hand-held devices with 512 kb memory at $3,200.00 each. Why they chose to price this way I haven't a clue. We asked for seven (7) hand-helds in the specifications with capability to hold data from 400 meters including the Data Star 101 recorder and the Westinghouse EMF 2500. This would require a minimum of 512 Kb which means we would have had to increase their bid price by $2,800.00 to purchase the other four (4) units. Reason #3 Item 8 of the Radix quote listed only one (1) Dac Probe. I again do not understand why; since seven (7) (one for each hand-held) would be required. This again would raise the price by $2,550.00. Well to sum up, by the time you increase their bid price to the required levels there is $7,567.00 difference (with Radix still low) between Datamatic and Radix. We have in place a Datamatic system which functions with our existing file transfer program. We just don't know how much programming time would be required to make the Radix system compatible, but I am sure it would far exceed the money saved on hardware. Datamatic is local (Richardson, Texas), gives excellent customer support both for hardware and software, and I don't think we would get the personal attention from SALT LAKE CITY, UTAH. I hope this helps to clear up my reasoning; but if you need additional information please call. Resp ctfully Ray Wells RDW:th 12219051 DATE: JANUARY 16, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1045 - ROOF MCCORMICK FIRE STATION RECOMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specifications, C.D. McKamie Company, in the amount of $22,954.00. SUMMARY: This bid is to replace the original roof on the McCormick Street Fire Station, known as Station #3. The bid includes removal and disposal of the old roof and installation of a new roof. The building is approximately 100' X 68' on two levels. The existing roof has been patched numerous times over the past eight (8) to ten (10) years. The existing roof leaks in several places creating a very unkempt appearance and health hazards to firefighters in the facility. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Denton Fire Department, Firefighters, and Citizens of Denton. FISCAL IMPACT: Funds for this purchase will be partially from Building Maintenance, and partially from funds transferred out of Equipment Maintenance. This project was not included in the 1989-90 budget, however, due to continuing problems with the roof, the replacement is necessary. Respect ly submitted: Lloy Harrell City Manager Prepared by: Name: Tom D. Shaw, C.P.M. Title: Assistant Purchasing Agent Approved: Name: Tom D. Shaw, C.P.M. Title: Assistant Purchasing Agent 025.DOC Ei W C7 wz p~ H H 6t~ U] O L~ O W~ O W H L) a4 O • U q U U? z O H H U H a a a O Oz p.' H E~ w w 0 O Pr L~ W a~ a H Q,' a • O W U a O W P-' O W W. O R w O W x 0 W C4 z O H E- 4 z -0 o O CD Lf) O ~H d~ H N O O - O O Lf) O V d N Lr) V)- J). O N Cl) N t!} o O C) O Ln N Ln Co M tr). -C~ r 0 0 M N 0 o O 0 0 0 0 00 t:v re) V). lj)~ H 00 l: N N V)- O - O O O O O 00 Lfl M 00 VIM ti. Ln ~ N N V)r H o .1 O Cl) m O H Cl M P co a U ~ H H O p.,' lf) Lf) U O co G74 0 x o w a U W q W O W G+ O Ct. U I H U2 U] U O W O H Ln 0 q o a H Ei cn W. z z o x a ~D ~D q w W E~ z O Q a Q U PU W O ~C ~ DATE: JANUARY 16, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1047 - WOODEN TRANSMISSION POLES RECOMMENDATION: We recommend this bid be awarded to the lowest bidder meeting specification, Colfax Creosoting Company, in the total amount of $29,649.00, FOB Denton. SUMMARY: This bid is for the purchase of 75' and 80' wood poles. These poles are replacement for inventory stock. They are used by the Electric Distribution Department in the maintenance and new construction of overhead high voltage transmission power lines. This bid was previously awarded to International Paper on December 19, 1989. International Paper failed to indicate that their bid did not meet specification until after bid award. Our specification requires Douglas Fir poles. International Paper bid Yellow Pine. The Fir Poles has a considerable longer life expectancy. The award to International Paper will be cancelled and the requirement reassigned to Colfax Creosoting Company. BACKGROUND: Tabulation Sheet PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Warehouse stock and Electric Distribution Department FISCAL IMPACT: Funds for the purchase will be taken from funds budgeted for inventory purchase #710-043-0580-8708 Respe ully submitted: Llo Harrell City Manager Prepared by: \ 1 Name: Tom "D. Shaw, C. P.M. Title: Assistant Purchasing Agent Approved: Name: Tom D. Shaw, C.P.M. Title: Assistant Purchasing Agent 024.DOC a O E- W O Ua W H 2 H 2 H Q C7 w U H O Q Q H O W U H R'+ O W a ✓ w P C7 FC H ~C O 000 W U R; U a W o a O R co N O L` m co O co I H dl N U] c-I co H O N I M t~ o W I E~ PQ o O U CD O W z O Q Q w U H H a U W W 0 rC z O H C) 0 0 - 0 0 0 A o tYl in H > N N lfl Q H r{ H 00 H CD N U 1t SIC C) 0 00 00 00 kD 10 N N U1 rl- CY) 0c) CO mil` 0000 Q U i E ~ if)- M(i i vL i v o E 00 H H x x - - - - - - - - - - - - - - - - - - Q H m O 0 0 0 0 0 0 rn rn ~ rn 00 %.0 x to U Q H c 1 ~-I r : Ln 0, H V). ~1} E-A -4 N U 00 p U1 a4 H Pa W U - W - W E- tn Lo H CD E~ 00 F:~ x x O H E-1 H E 7- R+ U' ) w> H U) ~ U Q O U U z Q " E- ~ a ,-A P4 H U2 3 ~C O CQ E-4 ~D lT - 41 ro r-A x DATE: JANUARY 16, 1990 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM: Lloyd V. Harrell, City Manager SUBJECT: BID# 1057 - PERSONAL COMPUTERS AND RELATED ITEMS RECOMMENDATION: We recommend this bid be awarded to the lowest bidder for each section, A) Hardware, B) Hardware Options, C) Software, and D) Maintenance, with the exception of Item A-7 Printers. The lowest bidder for Sections A, B, C, and D, is EDS Corporation, in the total amount of $96,998.00. The exception, Item A-7 Printers, the lowest bidder is Soft Warehouse, in the amount of $4,076.00. Total bid purchase is $101,074.00. SUMMARY: This bid is for the purchase of the PC's and related items approved in the budget process for 1989-90. Several departments and even more numerous configurations make up the request. No bidder responded to all items. Section A, Hardware and Section B Options, must be awarded to the same vendor since some options must be factory installed. On Section C Software, we based our evaluation on the vendor offering the most items, at the lowest cost. An advantage to one vendor is staff time saved in installing all software at one time, as well as the time saved in coordinating the hardware configuration with the software application. Soft Warehouse is lower on some items, however, the amount is not significant enough to offset the savings associated with a single vendor award. This was discussed with the Data Processing Advisory Board, and they are in agreement with the recommendation. The savings generated by separating the printers from the other hardware is significant enough to justify the split. BACKGROUND: Tabulation Sheet, Memorandum from Gary Collins, and Data Processing Advisory Board Minutes. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Electric Utility, Water/Wastewater Utility, Legal, Municipal Services/Economic Development, and Data Processing. Bid# 1057 - Personal Computers and Related Items January 16, 1990 Page 2 of 2 FISCAL IMPACT: Funds for the purchase of these items were approved in the 1989-90 Budget in the following accounts: Municipal Services/Economical Development 100-030-0009-9103 Legal 100-010-0004-9103 Electric Utility 610-080-0256-9229 610-080-0250-9229 610-080-0253-9224 610-080-0251-9229 Water/Wastewater Utility 620-081-0460-9107 620-081-0461-9103 620-081-0463-9103 620-081-0472-9103 620-082-0481-9103 620-082-0470-9103 Lloy(Y Harrel City Manager Prepared by: Name: Tom D. Shaw, C.P.M. Title: Assistant Purchasing Agent Approved: Name: Tom D. Shaw, C.P.M. Title: Assistant Purchasing Agent 025.DOC I I 001~to 000 I N O mtnN MCOmtntnNmOtntnptn O mOtnN O tn T(ON m( 1 rl- CO N - - - y rT V CO C7COmr+rO NmO~tT c} OtntOtn r - r - r (q cpN*-MNMO tnTO)TM Mr h.rMM ❑ I LO N~ rCO NH T mTN T d I \ m I z \ O 1 W z U I w I z i H I = i U-) U w I "t Q W I F- D I m LL O 1 r 0 O = 1 0 3 U) w I F- cr I Q 1 w 3 J = 1 F- I 1 CY) q 00 rCq Nw 001~Cf)OCnO/~NOMIt)COstMI- CO Ott rON m l mN•-N•-COrFO♦2' Od)Mf~O)(ON(OrrNCOGOMt~~~(DOrOCn W I r~m•-tOOtOt+N W 0--MNMO tClrmrN Mr-tnt-mtONr- U F- I - -3 HD I to C\Jr rMM N r r r fA d I p T r r~- m o `r i U I J I W I ❑ 1 0 1 It 0)000NMr-~ 'It 0 'It0000000 M0)0wm 00 U) 0 1 00MC000OMOr M0Mt--0-OOOOCOMcont~twmm I (O CO o m M r- ow 4t N r- M M M M LO O m T N Nt T CO) ~t I - - - - p U) Y1 1 to N r T- N ('M r 00 T co m ❑ W 1 N I \ \ I Qr Z z I Q a I f 1 O I r N Z U c0 ❑ O I- OF- M d' w lYM w I 0 w z 1 r0It0 OQ tOdco H M W > Uam> 040 Y 0 F-~ I-H OOFA W Z I r I om Ua Lf) (5 •❑J m D- xHll'za) a)w> CO (0z tnQwzoF- Qtn0 0r- 00 H a000H ❑00tO O I F- Ou)~ UQ c H 1 stn ~ F- MW W OH fY MmtQ to zYewOD 0'1 Y❑ 1 Q I o co N(0 d to to 0 0 zM: > > mU) rT F- Q(AZr-LL (0co w i CD xCO N .t to o"" Z W M 0 tn~-HXo-"<N HY xmcrmzQox 0000Y0 x❑aMacr aw cr I U I co OtOtOO wtYJ d o a- w w J cow x fro H HW Hx()x }>-MZ0 xW=QLLxa U) i co toNM www Oaw W F- W W W <<00w}H I-0 H ❑ I * a JJ..JJ 0zz0 WIQ-F-I~-W>-OUXwaa0U)0() cr 0ww3~oW W f I Wa❑❑0wNWw m:. JJYYZOMMD""NQdW. W I XOOOOW dQ.N 2:01- x <<WWom0<o00\dOxMwr-wxMH F- 1 H <MXX Xxm U) 3 zz""Owoom f XU X: N} W Lt 1 1 1-0zma ONNNNOI-Ow OQ~ x m wir W W mm MU1M: co HW O = N00F- 2Yx I ir \ \ \ \ d U) U) co I xm F- F- F- F- m F- U) \ J J U1 F- M X a 00 m x I QU)U)U1(AUQCL Qca a-ZZZNXQ>-woo>-W<No00xx00 I I =dd a adJ WJH 0...MNXWCLOOU)XXTN 3~t ~td(O I m r T r r T ON F- I O 1 ~ I W I F- TNM V t!)c0n09F *-NMQ lO(0r`COmO~-NMstt000~CDmOT U I H I Q T T T T T T T T T T N N m 1 L!) LoM 0 M0MLo M-4 co CO m Lc) L0 M 00000000 f I MMM - r•- rnMco M I-- co-tt 001)Lo L0 U) Lo to Lo V)LnLo O I CM MN N M(\j NN (DOT U) 00 - TT.-- - TT U I H H H I co m mm a ~ \ 0 00 z O i z zz U I I I 1 I Cna) U) rcM T00M in MM M W I r rUnNM co 0Lo r M(Dr Un to I 0 0 0 0 0 0 0 0 0 0 0 0 0 }-D I (Dr0)M0 *-tnO N a)L00) 'HHHH HHHF-(HHHH ULO 1 ~T(n(D0Ca )T(D000Tr(D000OCoCOCOCo mmco cofn co co co 02 I ~t MNNN\(NJ cy) - N\N st U)W I z z 0 0000 00000000 0 Y 1 Z Z z z Z z Z z z z Z z z Q I 3 I 1 I 1 00000*-u)oUnUt7lnUAt( O OM CO TLo 00000000 1 0 0 0- N r (D mqt r M 0 CO 00 0 00 It r M L) L) U") L0 Lo N W I (MMNNN MIttdt NN MOT L) N U i- I H H ~ I m U) a t Q x 1 0 co 01 z U I I I I I 0 It r r a) T (n 0 (D (D T 0) r N (n r r 0 0 0 0 0 0 0 0 I M~t(Drr- 00MTN00co 0)CO MTM Cl)MNMMrCJ 00 1 MM NN Mgt ~NNN -t0 LnNN I H ~ I m 00 ~ I \ W I Z O I I Z i 1 I C0 O U) I U Q W I H 0 H i = LL T F- I Q ~ H Z 1 Q J T 0 1 m if) N W H U N H 1 C7 • > H Q F- I N N ~ O a T (p CL I • (J) W W O 0 H I cMN(nz >U O Q J N Q I WQ Z tOti7W00 W X I U I irXZH oQ 0 U . = O > O(nLn0 (1) 1 W W H(n F-J F-F- ZM W co U')NM W W W I > > (1) CC Ut) U U Q x T J W Un (D F- F- O 1 OWNTW + W W>wQ UJ JJ co Zz I MMm> W HQQLL.O W W } z W JW W N H H I W NN C C QQ>F-(QQ'CC<YeM it QO W00of xcr W I ir- -00 W WLL HHt-W W QF- OM W F- Z0000 W M M M ► Q x<>> U)QQZX(n • •WNZ Wx0fx20 H I 3 W U) Q U CA W W O Nt M \ W F- M F- F- Z Cr I F- O»2It It0(n(n0001-WQ NU) ZN\NNO OW 1 LLF- F- XF- \\F- QQCr M Wt Q3F-(nU1\ Q H\N\\ CLU!(n I 000aa33OMM0000aa00( 3:0 QU)U)WWo<aQ t t (n J J 2~ O O J 0 0 3 3 3 z Q 0 0 0 0 0 3 ~ a a a a Q J W J H 1 d i ~ I W I TN('Mq 00r-0000 TN0 .1 00 r- M0 TNM~tA0r-00 Y t-# t T T T T T T T T T T N H 1 U 0 DATE: 1-10-90 CITY COUNCIL REPORT FORMAT TO: Mayor and Members of the City Council FROM: Lloyd Harrell, City Manager SUBJECT: Purchase of PCs and related Hardware and Software RECOMMENDATION: That the city award the purchase order of Personal Computers, Hardware options, Printers and related Software to the lowest bidder in each category. The PCs, Hardware options and Software would be awarded to EDS and Epson Printers would be awarded to Soft Warehouse. SUMMARY: Four vendors bid on this purchase request and the low bidders in each category is being recommended. BACKGROUND: These 14 PCs and related items were requested and approved during the budget process. The Data Processing Board recommends approval. PROGRAMS DEPARTMENTS OR GROUPS AFFECTED: Municipal Services/Economic Development, Legal, Electric Utility, and Water Utility. FISCAL IMPACT: $ 101,074.00 Prepared by: f v Gary AJ/Collins Director of Information Services Approved: Res ctfully/ submitted Llv`yd Harrell City Manager Betty McKean Director of Municipal Services/ Economic Development MINUTES OF DATA PROCESSING ADVISORY BOARD MEETING OF JANUARY 9, 1990 MEMBERS PRESENT: Dale Maddry, Jim Kuykendall, Ron McDade, Charles Ridens MEMBERS ABSENT: Cengis Capan OTHERS PRESENT: Gary Collins, Ernie Tullos, Sam Flemming, Jerry Drake, Tom Shaw, and Dave Ham of the City staff Jim Kuykendall made the motion and Charles Ridens seconded the motion that the minutes of the November 29, 1989 meeting be accepted as presented. The motion was passed unanimously. Gary Collins explained that there were four vendors that bid on this year's personal computer acquisition. The four vendors were EDS, Basic, Softwarehouse and Compucom. Not all vendors bid on all items and none of the vendors bid on every item. Gary also explained that last year we awarded the hardware bid to one single vendor and the software bid to another single vendor. The awarding of the bids last year was based upon the single vendor that could provide the best price for the most items. If we were to continue this practice this year then EDS would be the lowest bidder on both software and hardware with the exception of the Epson LQ1050 printers. If we were to select and choose between each item there would be an approximate $1,100 difference in the total then awarding on the lowest overall cost in each category of hardware and options, software, printers, and maintenance. The Board continued to discuss taking the low bid on only software as a whole or at the cost of each package from each of the four vendors. Gary Collins explained that the differences of $821 in software prices would be more than offset in staff time in coordinating the acquisition and implementation of the software package. With a single vendor this would be their responsibility. Jim Kuykendall suggested the City consider standardization of software. Gary explained that the PCs and options are regularly justified in the budget process and he then looks at the requests to see what other equipment will be needed to support those PCs. The Board questioned the need to take the PCs to bid. Gary and Tom explained the new purchasing law that has gone into effect that if you have similar and subsequent purchase orders that Data Processing Advisory Board Minutes January 9, 1990 Page 2 will exceed $10,000 then you must bid all of the items. Dale Maddry expressed a concern with the need to know what will be purchased during the year. Gary and Tom explained that the City is aware of all PC purchases for the year ahead of time because of the budget process and why the City must meet the requirements of the law. The Board reported that it is standing behind the City's methodology of purchasing PCs, and asked if the City staff is requesting for the Board's approval of the purchase of the PCs. Gary Collins stated that yes the staff was requesting a recommendation. The Board expressed the need for standardization of software. The Board expressed that there could be a substantial benefit to the City staff in training and efficiency of systems to have standardized software. On the other hand, as Gary pointed out, the individual departments must be allowed to allocate the time and skills of their employees as well as the fiscal resources of their departments themselves. Tom proposed purchasing all the software from EDS, the low bidder for the package. Choosing individual software packages "a all _ carte" would result in slightly lower expense. Purchasing the software from a single vendor will simplify the installation. Since one vendor will be responsible for coordination and implementation, no coordination will be necessary. The Board supported Gary's judgment on the bid as written. Jim Kuykendall made a motion and Dale Maddry seconded that the Board recommend the hardware, options, and software be awarded to EDS and the Epson Printers be awarded to Softwarehouse. The motion was passed unanimously. Gary Collins explained that in the past each department was responsible for obtaining maintenance contracts on their PCs. This year, due to changes in the purchasing laws and to ensure that all PCs were covered with maintenance contracts, a Request for Proposal (RFP) was prepared for vendors to propose on-site maintenance on 58 PCs. Gary Collins further explained that three vendors bid maintenance on the PCs. IBM was high bidder with $13,721, Softwarehouse was next with $13,271, and the Office Equipment center was low with $10,700. Gary Collins noted that the Softwarehouse proposal was not signed and they did not provide any references as requested. Also Softwarehouse had responded that their average on-site response time was 24 hours. Data Processing Advisory Board Minutes January 9, 1990 Page 3 Gary Collins stated that the office Equipment Center was a small local firm that had limited parts inventory and had asked what a number of items that were specified in the proposals were and had stopped at his office to view them. Gary Collins stated that since 19 of the PCs listed in the proposal had these items, he was concerned about parts availability from this vendor. Jim Kuykendall discussed some negative experiences his wife had with this vendor in having a PC repaired. Ron McDade questioned whether the City should place PCs under contract. Ernie Tullos and Dave Hamm discussed some of the critical roles PCs play in their departments' operations and the need for fast on-site response time. Jim Kuykendall indicated that his firm had a staff member dedicated to PCs, and this person performs most maintenance as one part of the job function. Gary Collins stated he had requested a similar position in the last budget process, but the package was not approved. Jim Kuykendall made a motion that the Board recommend the proposal be awarded to IBM. The motion failed due to a lack of a second. Dale Maddry asked if the staff knew what the repair charges would have been last year if the PCs had not been under maintenance. Gary Collins explained that since each department was responsible for its own maintenance, he did not have that information. Gary Collins stated he was aware of approximately $2,000 worth of invoices on PCs that did not have maintenance contracts. Dale Maddry suggested that the staff gather the information on what costs the City would have incurred on a time and materials basis and bring this item back to the Board along with the vendors' responses to an RFP. Gary Collins explained that we had sent out an RFP for maintenance on the IBM mainframe and received only one response from IBM. Gary Collins stated that IBM had offered three different options: the standard maintenance at $5,635 per month, a five-year mid-range systems amendment (MRSA) at $4,592.86 per month, and a corporate service amendment (CSA) at $4,356.86 per month. Gary Collins explained that two lower options required either a six month notification or one month penalty fee if the City wished to cancel its contract versus 30-day notification with the standard contract. Also Gary Collins stated that both of the lower cost options guaranteed only a three percent (3%) increase in maintenance costs per year for the next five years over the current prices. Gary Collins stated typically IBM's maintenance costs have increased five percent (5%) to ten percent (10%) a year with most years being seven percent (7%) Data Processing Advisory Board Minutes January 9, 1990 Page 4 to eight percent (8%). Gary Collins stated that in order to take advantage of the lowest option, IBM would have to qualify the City's computer operations procedures. Jim Kuykendall stated that his firm took advantage of this option, and IBM had conducted an intensive audit of their data processing operations. Ron McDade asked if the IBM audit was unreasonable. Jim Kuykendall stated he felt the audit was appropriate. Ron McDade stated the City would be getting a free audit by exercising this option. Gary Collins stated that the fiscal funding out options and upgrade or replacement of individual pieces of equipment were available under all three options. Jim Kuykendall made a motion that the Board recommend the City exercise Option 2 and then exercise Option 3 once IBM determined the City qualified. Dale Maddry seconded the motion and it passed unanimously. Gary Collins explained Item 5 was a continuation of the leasing of proprietary system software from IBM that enabled the IBM mainframe to function. Jim Kuykendall and Dale Maddry seconded a motion that the Board recommend approval of this purchase order. The motion passed unanimously. Gary Collins explained that the next item was continuing leasing the proprietary software from Computer Associates for a tape management system, job accounting and file sorting system. Jim Kuykendall made a motion that the Board recommend approval and Dale Maddry seconded the motion. The motion passed unanimously. There being no further business, the meeting was adjourned.