header-left
File #: 2285-2013    Version: 1
Type: Ordinance Status: Passed
File created: 9/20/2013 In control: Public Service & Transportation Committee
On agenda: 10/21/2013 Final action: 10/23/2013
Title: To authorize the Finance & Management Director to enter into a contract for the purchase of thirteen tandem axle dump trucks with the Compressed Natural Gas (CNG) Option from Team Cruiser Conversion Co. Inc.; to authorize the expenditure of $2,709,096.00 from the Streets and Highway Bonds Fund; and to declare an emergency. ($2,709,096.00)
Explanation
1. BACKGROUND
The Division of Planning and Operations is responsible for snow and ice removal and for maintaining the City's roadway system. To accomplish this mission the Division requires thirteen (13) CNG powered tandem axle dump trucks. These trucks will replace older trucks beyond their useful service lives and will provide for a more reliable fleet to carry out services provided by the Division. This purchase is consistent with the division's fleet replacement program.

Five of these vehicles were approved to be purchased in 2012 through ordinance 1517-2012. However, the vendor could not produce the CNG engines as requested after the contract was established. It was determined to rewrite specifications and rebid the purchase of vehicles for 2012 and 2013.

The Purchasing Office opened formal bids on August 8, 2013 for the purchase of thirteen (13) tandem axle dump trucks for the Division of Planning & Operations. Bids were received from four vendors.
Two vendors, Team Cruiser Conversion Co. and FYDA Freightliner Columbus, submitted bids for diesel and compressed natural gas (CNG) powered trucks. Two vendors, Rush Truck Centers of Ohio and Kinstle Sterling Western Star Truck Center, only submitted bids for diesel powered dump trucks.
The bids were reviewed based on meeting specifications and overall cost proposals. It has been determined that these thirteen dump trucks will be CNG powered; item 1 will not be awarded. After a review of the bids, the Department of Public Service recommends an award be made to Team Cruiser Conversion Co. as the lowest, responsive and responsible and best bidder.
The estimated expenditure for this purchase is $2,709,096.00

Searches in the Excluded Party List System (Federal) and the Findings for Recovery list (State) produced no findings against Team Cruiser Conversion Co. Inc.

2. CONTRACT COMPLIANCE
Team Cruiser Conversion Co. Inc.’s contract compliance number is 35-1569585 and expires 07/30/2015.
...

Click here for full text