Loading...
HomeMy WebLinkAbout10. 12-255 MAY 22, 2012 12-255 RESOLUTION (CARRIED___7-0____ LOST _______ LAID OVER _______ WITHDRAWN _______) PURPOSE: AWARD BID FOR DUMP TRUCK WITH BACK PACK AND HYDRAULICS FOR WATER DISTRIBUTION DIVISION TO L&S TRUCK CENTER AND MONROE TRUCK EQUIPMENT (Total Aggregate amount of $68,532.00) INITIATED BY: PURCHASING WHEREAS, the City of Oshkosh has heretofore advertised for bids for a new Dual Wheel Regular Cab Dump Truck with Back Pack and Hydraulics for the Water Distribution Division; and WHEREAS, upon the opening and tabulation of bids, it appears that the following are the most advantageous bids: 2012 20gge Ford F450: L&S TRUCK CENTER 330 N. Bluemound Drive Appleton, WI 54914 Bid with Trade: $48,096.00 Monroe MTF ZEE & PTO Hydraulics: MONROE TRUCK EQUIPMENT 1151 W. Main Avenue De Pere, WI 54115 Bid without Trade: $20,436.00 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. 541-1810-1788-00000 Water Utility – Motor Vehicle CITY HALL 215 Church Avenue P.O.Box 1130 Oshkosh,Wisconsin 54903-1130 City of Oshkosh QIHKQ/H TO: Honorable Mayor and Members of the Common Council FROM: Jon Urben, General Services Director DATE: May 15, 2012 RE: Bid Award-Dump Truck with Back Pack for Water Distribution Center BACKGROUND The Council approved and allocated $73,600 in the 2012 CIP for a new dual wheel regular cab dump truck with backpack and hydraulics for the Water Distribution Center. The current unit is a 1998 GMC with 58,000 miles. The bed box on the current unit needs to be replaced and the replacement cost exceeds the value of the unit. The CNG (compressed natural gas) fuel option is available and feasible for the operational needs of this new unit. With the CNG option the new unit will realize reduced annual costs in fuel and maintenance. ANALYSIS Working in conjunction with the Street Division, Purchasing reviewed and prepared proposals seeking vendors for this unit. 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 were received on April 20, 2012. The bid tab is attached. The Street Division and Purchasing reviewed the bids and concluded the low bid for the chassis from L&S Truck Center and the low bid for the dump body, back pack and hydraulic system from Monroe Truck Equipment met the minimum bid specifications. FISCAL IMPACT With trade-in this unit will have a fiscal impact of$68,532. This item was budgeted in the 2012 CIP major equipment replacement at $73,600. Funding for this item would be charged to CIP account: 541-1810-1788-00000. RECOMMENDATION Purchasing recommends the Common Council award the chassis to L&S Truck Center for $48,096 and the dump body, back pack and hydraulics system to Monroe Truck Equipment for $20,436. Respectfully Submitted, Approved: /IL Jon Urben, General Services Bureau Manager Mark Rohloff, City Manager 0«? X X 0 0 Q U) Q � W Cl) coo (Q TQ � 0 0 T > • O O O 0 O J ' w O M O co co Q M W F- ,- a) N Q) 4) p N O . Z . Z Z N Z O O O N N CC) W H co 0 CO 00 00 00 00 .7., H 0 0 o co Q - < rn o rn v a 0 ER in 0 m I 0 z Q Y I W o 0 O H a co 0 0 0 CC d) 0 O O Y 0 F_ co t ca v Q m fn t mw �- Z N _ O w O m U N Z o O J Z O 0 m = W 0 0 00 0 Q O m w 0 U 0 0 I— 2 EE Q Q ( 00 00 0 0 0 I H 0 f (5(6 ta E cnw a) Z rn Uwa O goo0 00 I- w '� — J E - 2 � Y o L z co .0. 0)tf0) 0 C))j(Of) 0 g o = d 0 CO 0 0 LL T O LL o It O N.: xs Co J Um LW N -0O N -00 U) co CO U) W d" _ L D -gyp O o L.L. p LL Lo N N ctS N O a Ca c (NJ to N Ef3 J 2 E!T FW-- Ea 4) Z O c O o T w O .r c .� a a) a) a) N •EC-1 Q L E 0 0 d' 0 ' 5 N co M in L r L -a r Cr. T r E • 7 •zr C D Y 0 v. w Q V 0 0 0 In 0 0 In U L Y Lo O E — o E — ` a— ° .,- � ,__.2 41 W -a c c C ` L m O ` m O ` 2 O O > 2 Z F_ Z a) F_ Z N 8_(Y O 2 N C a «S Oco 0- c�$ 0M Q co O O- 0 r O J M < J Cr) < O N- < n .- 0