HomeMy WebLinkAbout09-382OCTOBER 13, 2009 09 -382 RESOLUTION
(CARRIED 7 -0 LOST LAID OVER WITHDRAWN )
PURPOSE: AWARD BID TO:
A) BROADWAY AUTOMOTIVE FOR 1 JON DUAL
WHEEL TRUCK ($32,265.00)
B) MONROE TRUCK EQUIPMENT FOR DUMP
BODY WITH HYDRAULICS ($17,329.00)
FOR RIVERSIDE CEMETERY
INITIATED BY: PURCHASING DIVISION
WHEREAS, the City of Oshkosh has heretofore advertised forbids for one (1) dual -
wheel truck and one (1) dump body with hydraulics for Riverside Cemetery; and
WHEREAS, upon the opening and tabulation of bids, it appears that the following
are the most advantageous bids:
A) One (1) 1 -ton dual wheel truck:
BROADWAY AUTOMOTIVE
2700 S. Ashland Ave.
Green Bay, WI 54304
Bid: 2009 Chevy Silverado $32,265.00
B) One (1) dump body w /hydraulics:
MONROE TRUCK EQUIPMENT
1151 W. Main Avenue
DePere, WI 54115
Bid: Monroe $17,329.00
NOW, THEREFORE, BE IT RESOLVED by the Common Council of the City of
Oshkosh that the said bid is hereby accepted and the proper City officials are hereby
authorized and directed to enter into an appropriate agreement for the purpose of same, all
according to plans, specifications, and bid on file. Money for this purpose is hereby
appropriated from:
Acct. No. 323 - 0650 - 7204 -06904 — Equipment Fund — Machinery & Equipment
CITY HALL
215 Church Avenue
P.O. Box 1130
Oshkosh, Wisconsin
54903 -1130 City of Oshkosh
OfHKOfH
TO: Honorable Mayor and Members of the Common Council
FROM: Jon Urben, General Services Director
DATE: September 29, 2009
RE: Riverside Cemetery Dual Wheel Truck and Dump Body
BACKGROUND
Funds were allocated in the 2009 CIP for Riverside Cemetery to replace their 1992 GMC two -
wheel drive dump truck. Although the vehicle has logged 46,000 miles, maintenance personnel
note that nature of the vehicle's engine workload and wear and tear is more equivalent to a .
vehicle with an estimated 120,000 miles. In addition, the damage and condition of the vehicle's
dump body from rust is such that replacement of the box would exceed the value of the entire
unit. The new unit will be a four -wheel drive truck that will enhance the usefulness of the unit.
The new box will be stainless steel that will help increase the longevity and resale value of the
unit.
ANALYSIS
Working in conjunction with the Street Division, Purchasing reviewed and prepared proposals
seeking vendors for both the truck chassis and the dump body. Bid requests were sent to vendors
who have received invitations to bids in previous years. In addition the bids were advertised in
the local paper and posted online on NovusVendor. Bids for the truck chassis were received on
July 23, 2009. Bids for the dump body were received September 18, 2009. The bid tabulations
are attached. Working with the Street Division, Purchasing reviewed the bids and concluded the
following low bids met the bid specifications: truck chassis- Broadway Automotive ($32,265)
and dump body- Monroe Truck Equipment ($17,329).
FISCAL IMPACT
This truck chassis and dump body will have a fiscal impact of $49,594. This item was budgeted
in the 2009 CIP major equipment replacement at $50,000. Funding for this item would be
charged to account: 323 - 0650- 7204 - 06904.
RECOMMENDATION
Purchasing recommends the Common Council award the truck chassis bid to Broadway
Automotive for $32,265 and the dump body bid to Monroe Truck Equipment for $17,329.
Respect f 1 ub itted,
i
Jon Urben
General Services Director
Approved:
City Manager
N
top
Y
U
D
w
w w
2
w
J
Q w
Z) U
p w
Z p
OFJ5
w
>
w
Z
O0
ry
O
LL
p
m
0
0
N
M
N
J
D
p
w
Z
w
n
O
p
i
H
<
O
O
U
Q
<
LU
>
D
O
c
>
p
O
.:j
H
U
p
U
p
o
M
0
N
T -
_0
_0
° o
° o
L-
L-
m
C: CO
C) CO
> N
> CO
-
-C
U
�
U
U)
w
d
N O
(D
> N
o
M
m
0a�
o
LL
�C�
=3m
w
Q :E
Q 7
Q
Q m
Q
m
Z
CO
U
c
c
2
o ti
o ti
co N
mN
CD
U_
J
D
2
O
m
0
w
z
CK
0
0
m
C)
O
0
N
QO
W
m
2
W
H
CL
w
U)
0
w
z
w
a
O
0
W
H
W
W
U
w
0
co
w
O
LL
li
�-
w
w
U)
H
0
>_
<
'' o
o
rn D
Q >
V) c
o °
o -I.-
L Z
Q >,
o 0
C) co
L Z
Y
Y
Cl
O
o
C)
o
o
�
ti
ti
m
p C`7
C10
N N
0)
c 60-
a)
(3)
_
_
U)
o
a)
E
E
0
CL
a
U
•�
co
Nco
w
Q
' •L 00
W .L 0')
0
z
fn C
N
N C
O O
Q O
i2 O
0 a)
M p Q
CO p Q