Loading...
HomeMy WebLinkAboutItem 07 - Utility Truck Body ��'�' `� _�. .._. ..�� MEMO TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL � �� FROM: BRUNO RUMBELOW, CITY MANAGER �� MEETING DATE: MARCH 18, 2008 SUBJECT: APPROVAL OF THE PURCHASE OF A UTILITY TRUCK BODY WITH ARTICULATED AERIAL DEVICE FOR THE TRAFFIC DIVISION RECOMMENDATION: City Council to consider approval of the purchase of a Utility Truck Body and Articulated Aerial Device installed from Utility Truck Equipment Company in the total amount of $49,940. FUNDING SOURCE: Funds for this service are budgeted in account 325-48910-415-08 Capital Equipment/Machinery and Equipment/Traffic in the amount of$60,000. BACKGROUND: In accordance with purchasing policy, Staff solicited written quotations for this purchase. House Bill 3506 raised the formal bid limit requirement from $25,000 to $50,000. Effective September 1, 2007, formal bids and advertisements are not required for purchases under $50,000. This purchase is for a Utility Truck Body with articulated aerial device for the Traffic Division to be installed on an existing truck unit. This utility truck body will replace a 1999 model that is eight years and seven months old, has 6,000 hours, and is in deteriorating condition due to worn out bushings and cracks. The replacement unit meets the City's replacement criteria in life cycle cost, mileage, time in service and special circumstances. Attached is the Fleet Replacement Criteria Worksheet for review. Invitations to bid were sent to five vendors with one vendor responding. Because this is a specialized utility truck body and produced by a limited number of vendors, the vendors listed on the attached bid tabulation were the only known vendors to have the capability and qualifications to produce and install this type of equipment. � , - : March 13, 2008 (9:19AM) The bid was posted on the City web site and advertised in the Fort Worth Star-Telegram on January 24, 2008 and January 31, 2008. Five vendors were issued bid invitations. One bid was received from Utility Truck Equipment Company. This bid met all of the required specifications. Staff called the non-responding vendors to inquire why they did not submit a bid. Terex Utilities indicated they declined to bid because the utility body they could supply was too heavy for the existing truck that the City would supply. Two other vendors indicated they declined because they could only supply a truck with the utility body and could not supply just the utility body. One other vendor was non- responsive. In addition, Staff checked with purchasing cooperatives in which the City has an association and could not find any available contracts with vendors that supply and install utility truck bodies. Staff believes that rejecting the one bid that was received and re-issuing a new bid would not result in receiving additional bids. Staff recommends acceptance of the bid received from Utility Truck Equipment Company and award of a purchase order for a total amount of$49,940. CD �;::,M �x. March 13, 2008 (9:19AM) i $ ( I � a i � 0 �� � ; a � g 0 � �w 0 � i � ; U � 9 a = . @ � a I' � �� � . °a a�p O � �-: I {+ N 3 a W I, �I. } N Q N � I � i �� � �� j � o ; o � , ��+ m P , � �' � �` i 1 N � m W I'; � � �9 I O C y I- O v � a � I m � •c O a � a 'I � � `o_ o o � I; ��� o 0 o z �� � o w w <7 O� > � �; a v �. � d x w L L° y � � g U U N d I' m T � � 2 � r �I� � @ .. O~ d C � �- N �� 0 m p . ... ��a� 2 �. ��3 U N O N 4]LL. � ` � N � F m °1� ° °k I y n a m pm c� ° °vi: � °- �� �Z a °'- °'-�, t m w Z� _ °' °'�` � T a c cIr � p Y m p�m m � � �l�..: � � O C. 3 a °� �� < ~ 2 O C U W (_� � � t > > a� °� � f rn � � � g �', I 3� 'a v ° f� Q �wy� M � � s r � V a X� U a � i d' 2 a�f-r t/� •c O>,W "m� � 2= .- 3�° � Z�y � � W:-. N �� � >> m S N Y p _ �. C :I� � lV6 :�• 9 w m. � _ N � j � � � � �': y i Ii � 7' U - '� a U 'a C� �� o �°� � ;n J � P 0 ' N :��� .�-. X � C N � a � . ' Cil ;I': ; o F p> � �J � O ' F � 1 L� O' �� � f3 'I�' �N C,Nj y 0] _ . , : � 1: �� � t-Y W �. Cj 'C . � C �� . > ¢ :I'. �..� u�r o �, '' � vi �.- E �m c o . m � _ a� "� � � :Z � -o Wi�, 2�Qw�� � x o � i � ; a@ � m y Jt, _. a :N� �. v j QI: � m : N C C � ` N J1� ' J -�:t:�i. O y cb O � � � Q I N: �J N(n�. �+�p 0��� �'. Z QUF-(J � �Q �'. p, i. Z- ii N c`') R � �i�� ���e�����€�� ��`��seu,i: f�����.��'t?'�Ptf,� �;,!`�r•rsr°:�� , :;F?'�: ,2:3�.�.`Bt d�I���1ih't"lE61� ��ija✓:2: iJt)f�-�!fl jtV;l': �� �. �i��� i�iiOC}B�. i`��,�i ;v";+fpage: 6���hrs. �Uf;h��° ��IC°: $44,GGO.u^C PCn�.��re� dote: 05i08/9� A.�F: 8vrs. ?mos. �..ite�F;re rer;a�r cost: $23.5��.OQ �n�a; °ifet�me I�ainter:ar:c�: �26,OC�G �G fvi�:i�E�nance �'ercen±a�e n���_1f�!?35G ��?Cr.�,: ����; �'..�C��Pzer� Fl` �7 - 2CQ8 . . g����N��c? ��a,.n,CS: �6C,QO�.�C Ce�a�t~�en#: Tra�c t i,+^,1 A.cc�t,nt: �?5-� E1ft,3 i?'sPP�S R.a�,?l7CEfT1G'!lt:ifll�+r'�: 4;�c i`S\"l 4_,fe C�rCOE COS: i� (�/il���q2 . Time sr; cen�icG '� Soecial �:;rcurnstcnccs -� e.��_�.