Loading...
HomeMy WebLinkAbout04. 14-210 MAY 13, 2014 14-210 RESOLUTION (CARRIED__6-0_____ LOST _______ LAID OVER _______ WITHDRAWN _______) PURPOSE: AWARD BID FOR DUAL WHEEL REGULAR CAB CHASSIS WITH DUMP BODY, HOIST, PLOW AND HYDRAULIC SYSTEM FOR PARKS DEPARTMENT TO L&S TRUCK CENTER AND MONROE TRUCK EQUIPMENT (Total Aggregate amount of $84,508.00) INITIATED BY: PURCHASING WHEREAS, the City of Oshkosh has heretofore advertised for bids for a new Dual Wheel Regular Cab Chassis with Dump Body, Hoist, Plow, and Hydraulic System for Parks Department to L&S Truck Center and Monroe Truck Equipment; and WHEREAS, upon the opening and tabulation of bids, it appears that the following are the most advantageous bids: CNG 2015 Ford F550: L&S TRUCK CENTER 330 N. Bluemound Drive Appleton, WI 54914 Bid with Trade: $58,784.00 Monroe Snow Fighter Pkg: MONROE TRUCK EQUIPMENT 1151 W. Main Avenue De Pere, WI 54115 Bid without Trade: $25,724.00 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. 323-0610-7210-06422 Equipment Improvement Fund – Motor Vehicles TO: Honorable Mayor and Members of the Common Council FROM: Jon Urben, General Services Manager DATE: April 28, 2014 RE: Bid Award- Dual Wheel Regular Cab Chassis with Dump Body, Hoist, Plow and Hydraulic System for Parks Department BACKGROUND The Common Council allocated $89,000 in the 2014 Major Equipment CIP for a dual wheel regular cab chassis with dump body, hoist, plow and hydraulic system for the Parks Department. The new unit will replace a 1999 F -350 that requires a full dump body replacement and plow repairs that exceed its value. The life -to -date operating cost of the current unit was costing the City $0.13 per mile and with repairs last year the operating cost jumped to $0.66 per mile. ANALYSIS Working in conjunction with the Street Division, Purchasing reviewed and prepared proposals seeking vendors for this unit. A compressed natural gas (CNG) fuel option is available on this chassis engine and both CNG and diesel engine option costs were requested within the bid specifications. Bids were posted online on NovusVendor. Bids were received on April 17, 2014. The bid tabs for the chassis and the dump body/hoist /plow/hydraulic system are attached. The Street Division, Parks Department and Purchasing reviewed the bids received for the chassis and concluded all bids met the minimum bid specifications. As the attached bid tab reflects, the CNG option for the chassis engine adds an additional $28,499 to the unit cost. However, based on current CNG fuel costs (approximately 40 -50% less than diesel) the Streets Division estimates the CNG option for this unit could realize a payback in five to six years. Based on this payback we recommend the CNG chassis from L &S Truck Center be pursued for this unit. Our review of the dump body /hoist /plow/hydraulic system bids also concluded the low bid from Monroe Truck Equipment met the minimum bid specifications. X FISCAL IMPACT With trade -in the combined total fiscal impact of the CNG chassis ($58,784) and dump body, hoist, plow and hydraulic system ($25,724) will be $84,508. This item was budgeted in the 2014 Major Equipment CIP at $89,000. Funding for this item would be charged to A/N #: 323 - 0610 -7210- 06422. RECOMMENDATION Purchasing recommends the Common Council award the chassis bid to L &S Truck Center for $58,784 and award the dump body, hoist, plow and hydraulic system bid to Monroe Truck Equipment Inc. for $25,724. Respectfully Submitted, A V Approved: Jon Urben, General Services Manager Mark Rohloff, City Manager L0 cf Tr Uui o N air U Go[Caa d Lu Ll ❑ p ° a U) lit LLI —Z LU LU 0 CL M:OCl) LL 0 J m a ❑ 0 T } < U) o ca o w a0 ao iW ['7 ca c'') ca c*) ❑ �z �z �z N LLJ ❑ a a O F- 000 N 0O0 m Z) N 0) N 0 N N r (f) 669 � LU C) C) °o ui cri ";r Co N_ IT pli M � U) 69 63 d9 0 CL 3 LLI L p 0 ° ci a 0 � LL 0 0 o. u> in r o U_ r cl; 69 rn rn rn CD LoLo LD -i LLa _j LL U_a ❑ � -2� 0�OD [fl lit LL W Q_ C) L? (] p N N Lo O O O N N N [i LU ❑ a) a) co 0 ❑d p.y LL LL (N O -O 4+ C -O C cp 0 0 Lo 0 o Lo a) 0 Lo Z 0 o O c CO O r a) 7 c Co O r N Z Z WLiT _jMa cl _jMa 0 J a c f� w H (!J } U J � Z �w 2 LL !- j w ❑ c CO 2 Y Q 0 C mO� 0-0 2i LL Z) ❑ J w w F- (I) W w J Z F- 0) Q T J d Q w Z w a 0 m w > J © { w oN C) ° C" ) a N N Z T 0 w� � o p a C� CD N , c LO Y a. L 4- L } a a p LL It d Q r,-� co U) N a) CV O 43 C = 0 W 4 c � (U Af3 Q Q. ' 5 EL) Cl) U- LO a .� , T w L Q It to w 0 ca a-- Z O N c c L O T C - N p Q CL