Loading...
HomeMy WebLinkAbout10-115APRIL 13, 2010 10 -115 RESOLUTION (CARRIED 7 -0 LOST LAID OVER WITHDRAWN ) PURPOSE: AWARD BID TO: A) PACKER CITY INTERNATIONAL FOR SINGLE AXLE TRUCK CHASSIS / $78,975.00 B) MONROE TRUCK EQUIPMENT FOR MULTI - PURPOSE DUMP BODY/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