HomeMy WebLinkAbout10-116APRIL 13, 2010
10 -116 RESOLUTION
(CARRIED 7 -0 LOST
LAID OVER WITHDRAWN )
PURPOSE: AWARD BID FOR STREET DIVISION TRUCKS TO:
A)
PACKER CITY INTERNATIONAL FOR TANDEM AXLE
DUAL STEER TRUCK CHASSIS / $87,400.00
B)
MONROE TRUCK EQUIPMENT INC. FOR TANDEM
AXLE DUMP BODY W /HYDRAULICS / $45,878.00
C)
MONROE TRUCK EQUIPMENT INC. FOR V -BOX
SPREADER W /PRE -WET SYSTEM / $24,991.00
D)
MONROE TRUCK EQUIPMENT INC. FOR PLOW,
HITCH AND WING INSTALLED ON TANDEM AXLE
TRUCK / $22,850.00
INITIATED BY: PURCHASING DIVISION
WHEREAS, the City of Oshkosh has heretofore advertised for bids for one (1)
tandem axle dual steer truck chassis; one (1) tandem dump body w /hydraulics; one (1) v-
box spreader w /pre -wet system; plow, hitch and wing installed on tandem axle truckfor the
Street Division; and
WHEREAS, upon the opening and tabulation of bids, it appears that the following is
the most advantageous bid:
A) One (1) Tandem Axle Dual Steer Truck Chassis:
PACKER CITY INTERNATIONAL
4249 W. Converter Dr.
Appleton, WI 54913
Net Bid w /Trade: 2011 Int'I 7500 SBA 6X4 $ 87,400.00
B) One (1) Tandem Dump Body w /Hydraulics:
Monroe Truck Equipment Inc.
1151 W. Main Ave.
DePere, WI 54115
Bid — Crystell Select — Monroe I — Grip $45,878.00
APRIL 13, 2010 10 -116 RESOLUTION
CONT'D
C)
D)
One (1) V -Box Spreader w /Pre -Wet System:
Monroe Truck Equipment, Inc.
1151 W. Main Ave.
DePere, WI 54115
Bid - Monroe MSV 168- 84 -56 -SS
$24,991.00
Plow, Hitch and Wing Installed on Tandem Axle Truck:
Monroe Truck Equipment, Inc.
1151 W. Main Ave.
DePere, WI 54115
Bid - Monroe MPJ4511 and 9DFWTE
$22,850.00
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 -06009 Equipment Fund -Motor Vehicles
CITY HALL
215 Church Avenue
P.O. Box 1130
Oshkosh, Wisconsin
549903 -1 1330 City of Oshkosh
0— 3 -1
OfHKOIH
TO: Honorable Mayor and Members of the Common Council
FROM: Jon Urben, General Services Director
DATE: March 31, 2010
RE: Dual Steer Tandem Dump Truck
BACKGROUND
The Street Division needs to replace their 1998 International dump truck with over 136,000 miles.
The dump body box on this unit is no longer workable and because the truck does not have a
salter unit it has limited use during snowplowing operations. 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 26 cents /mile to 46 cents /mile in 2009. The new
unit will include the truck chassis, stainless steel dump body box, V -Box spreader with pre -wet
system, plow/hitch/wing and warranty coverage. Council approved and allocated $192,000 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 11, 2010. The bid tabs are attached. Working with
the Street Division, Purchasing reviewed the bids and concluded the low bid from Packer City
International met the bid specifications for the truck chassis and the low bids from Monroe Truck
Equipment, Inc. met the bid specifications for the dump body, the V -Box spreader and the
plow/hitch /wing.
FISCAL IMPACT
After trade -in this unit will have a total fiscal impact of $181,119. This item was budgeted in the
2010 CIP Budget at $192,000. Funding for this item would be charged to the Street Division CIP
account: 323-0430-7210-06009.
RECOMMENDATION
Purchasing recommends the Common Council award the truck chassis bid to Packer City
International for $87,400 and the V -Box spreader and plow /hitch/wing bids be awarded to
Monroe Truck Equipment, Inc. for $93,719.
Respectfully Submitted, Approved:
Jon Urben, General Services Director
City Manager
U)
U)
U)
Q
U
Y
D
F-
ry
W
W
H
U)
J
D
p
W
J
W
p
Z
N
W
Z
O
of
0
LL
p
m
O
0
Z N
OT
T
>�
LIJ
� Q
w p W
N W
C-
0
L
m
re
0 U)
Q
Q U)
0
W
0
>
J i W
>N o
O T
p
LO
C) T
0 H
rn Z
N a)
Z
O
0
T
p ? W
° 0
0
mop
C)
°o
LU
0
00
p W
0
o
0
O
co = p
o
0 0
w ~
ti
O
Z
000
�a
W
o 0
0
0
C Q-
L
O
O
O
O
( C
vJ -
�
�
O
T
J M N
6q
H}
0
T
x
m o
o
ti o
Q o
� o
p
CO o
o
m
N o
3 0
C)
LO T
ti
�-
c T
Y 6q,
C
�
d-
W
N
N
~ o
p
c T-
r- Iq
m
0 O
c N 07
O Lf)
N >>
(A
W
C�
O
Y Q
Q
U U c
N cn ca
00
L
O N O
_
U Q
C O
O C
0.
�d Q
c n O
>Lo
U_
J
q D
[.L
0
2
O
m
a
0
w
0
z
Q
I-
w
z
O
z
O
0
H
w
w
m
w
O
LL
O
V-
C)
N
2
U
Q
0
w
z
w
CL
O
m
w
F-
U)
U)
w
3: 0
� T
0
z N
^ O T
- T
> U
W
Q W
LU W
W Of D
W
C) (1) W
X 0� a
000
C9 LL
>
w m
z
O
w
0
LL
W
M.
U)
w
w
0
0
m
LL
0
W
Q
z
CD
U)
cb
4
00
Ob
T
a)
O
c
O
►c
O
O
T
N
a)
E
LO
T
W T
LO
T
LO
c LO
T Q T
O
a
>
a
w
H
o
rn
r_
n
M.
U)
w
w
0
0
m
LL
0
W
Q
z
CD
U)
cb
4
00
Ob
T
a)
O
c
O
►c
O
O
T
N
a)
E
LO
T
W T
LO
T
LO
c LO
T Q T
T -
Z_ o
cn
w g
>
W
O
ca
Q o
o
°' Z
>
Q o
CL
ca Q
C) 0 0
r N CL
a
N
=
`-
O J O
r
N W °'
r p
W°
Q Fn =
2
cli
V C-) C)
U-)
_ > U
m
LL 00
� Q
� �
o
=awo
�N
o
� cr- z
cu
Oz�Z
O
LU
a.
J O0 O
p
U- J (n
U
C
0
w
C
m
CD
O
O
Z
m
Q
'S O M
E
Lo
c > r
0 q
r
W Q mt
O
Y Un
`
Ul)
W
0 0
O>
Z
0
a� N
C)
N
C r a.
LD
CL
�tia
O
mN- o