HomeMy WebLinkAbout10-115APRIL 13, 2010 10 -115 RESOLUTION
(CARRIED 7 -0 LOST LAID OVER
WITHDRAWN )
PURPOSE: AWARD BID TO:
A) PACKER CITY INTERNATIONAL FOR SINGLE AXLE
TRUCK CHASSIS / $78,975.00
B) MONROE TRUCK EQUIPMENT FOR MULTI - PURPOSE
DUMP BODY/ $53,451.00
C) MONROE TRUCK EQUIPMENT FOR PLOW, HITCH
AND WING / $22,850.00
INITIATED BY: PURCHASING DIVISION
WHEREAS, the City of Oshkosh has heretofore advertised for bids for one (1)
single axle truck chassis; one (1) multi - purpose dump body; and plow, hitch and wing
installed on single axle truck for Street Division; and
WHEREAS, upon the opening and tabulation of bids, it appears that the following is
the most advantageous bid:
A) One (1) Single Axle Truck Chassis:
PACKER CITY INTERNATIONAL
4929 W. Converter Dr.
Appleton, WI 54913
Net Bid w /Trade: 2011 Int'I 7400 SFA 4x2 $78,975.00
B) One (1) Multi- purpose Dump Body:
Monroe Truck Equipment, Inc.
1151 W. Main Ave.
DePere, WI 54115
Bid — RDS120- 96- 56- SS -AUG $53,451.00
APRIL 13, 2010 10 -115
C) Plow, Hitch and Wing Installed on
Single Axle Truck:
Monroe Truck Equipment, Inc.
1151 W. Main Ave.
DePere, WI 54115
Bid — MPPJ45R11 — 9DFTE
RESOLUTION
CONT'D
$22,850.00
Total: $155,276.00
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 - 0430 - 7210 -06010 Equipment Fund -Motor Vehicles
CITY HALL
215 Church Avenue
P.O. Box 1130
Oshkosh, 9 0 3 -113
54 City of Oshkosh
—0— 903 -1 130
OIHKOfH
TO: Honorable Mayor and Members of the Common Council
FROM: Jon Urben, General Services Director
DATE: April 1, 2010
RE: Single Axle Dump Truck
BACKGROUND
The Street Division needs to replace their 1997 International single axle dump truck that includes
a plow and salter unit. The dump body box of this unit is rusting and is in need of replacement.
In addition, maintenance records indicate this unit has required more maintenance /repairs in
recent years as the cost of operating the unit went from an average lifetime maintenance cost of
59 cents /mile to 1.61 cents /mile in 2009. The new unit will include the truck chassis, stainless
steel dump body box, plow /hitch/wing and warranty coverage. Council approved and allocated
$168,000 for this unit in the 2010 CIP budget.
ANALYSIS
Working in conjunction with the Street Division, Purchasing reviewed and prepared proposals
seeking vendors for this unit. The bids were advertised in the local paper and posted online on
NovusVendor. Bids were received on March 18, 2010. The bid tabs are attached. Working with
the Street Division, Purchasing reviewed the bids and concluded the sole bid from Packer City
International met the bid specifications for the truck chassis. Our review also concluded the sole
bids from Monroe Truck Equipment for the dump body and the plow /hitch /wing met the bid
specifications.
FISCAL IMPACT
After trade -in this unit will have a total fiscal impact of $155,276. This item was budgeted in the
2010 CIP Budget at $168,000. Funding for this item would be charged to the Street Division CIP
account: 323-0430-7210-06010.
RECOMMENDATION
Purchasing recommends the Common Council award the truck chassis bid to Packer City
International for $78,975 and the dump body box and plow /hitch /wing bid be awarded to Monroe
Truck Equipment, Inc. for $76,301.
Respectfully Submitted,
0'/1' K
Jon Urben, General Services Director
Approved:
City Manager
O
CO O p ti
Z co
Cn O
W O
Q O m �_ p r-
r C) UZN L11�j�
U 0 ° T ° Z
p W
J ` LU Q O 00
W � N Q O
w W T r LO
z00
LL U)
M
w m _ X
O
Z +- O
O p � U Ui
N O 0
CD
� vi�
ti
U
O
W
p
cu j
C '
op
}
U)
Q
�
cc
W
>
1 g
'
c6
p
J
i LL
O
T
N
Y O
0
CU N CL
T
1
w
Z
O
N
T
O
CO O p ti
Z co
Cn O
W O
Q O m �_ p r-
r C) UZN L11�j�
U 0 ° T ° Z
p W
J ` LU Q O 00
W � N Q O
w W T r LO
z00
LL U)
M
w m _ X
O
Z +- O
O p � U Ui
N O 0
CD
� vi�
ti
U
W
p
cu j
C '
op
_p
co
•-
cu L T
LL
O
U)
LO
W
p
U U
Z
c
N
Y O
CU N CL
CL d' Q
a)
}
O
m
a.
2
D
Z
WO
co —
12- _>
aw
F- w
J W
D H
co
Of
�O
z U_
O
0
LL
0
m
_O
O
N
C
2
U
Q
0
W
Z
W
CL
O
0
m
�
O
�
Q
c
w
>.
U
J
' W
N
Q
O
LL
O
cr r-
way
�—
a
Z
N 3
o
D
Q
U)
O
O
m CO Lo
rn CS
CD LO
N
0
w
a
0
E a�
DD
a. :3
5 c Lo
LL
O
cr r-
way
(�
lie C
Z
N 3
o
O
c a
a)
Y
O
U
IX N
cu
U)
a
UJ
cl
<
H J Q
m
�LLU)
a M N
= Z W
_>
'
J
W
Q
O w0O
J
LL
F
CN
Q
C
L
Q
m
:3
Y
U U o
Z_ D
IX N
Z
�5
cl
<
H J Q
m
�LLU)
a M N
= Z W
CN
OZIX LLI
O CO z
J
CL ul
O w0O
J
LL
F
U) m
Z
w
C
L
Q
m
:3
L-
O
CT >
U CO
�
U'l
M w H23:
Z
o�
r N
r m