header-left
File #: 1501-2018    Version: 1
Type: Ordinance Status: Passed
File created: 5/21/2018 In control: Finance Committee
On agenda: 6/11/2018 Final action: 6/13/2018
Title: To authorize the Finance and Management Director to enter into a Universal Term Contract (UTC) for the option to purchase Single and Tandem Axle Compressed Natural Gas (CNG) Dump Trucks with and without Snow Removal Equipment with Fyda Freightliner Columbus, Inc.; to authorize the expenditure of $1.00 from the General Fund; to waive the competitive bidding provisions of City Code; and to declare an emergency. ($1.00)
Attachments: 1. DAX Prod Acct Chart.pdf, 2. Bid Waiver.pdf
Explanation

BACKGROUND: This legislation authorizes the Finance and Management Director to establish one (1) Universal Term Contract (UTC) for the option to purchase Single and Tandem Axle Compressed Natural Gas (CNG) Dump Trucks with and without Snow Removal Equipment for the Department of Public Service and all city agencies. The term of the proposed option contract would be three (3) years, expiring June 30, 2021. This contract will expedite the delivery of dump trucks, by establishing a Universal Term Contract for use by City agencies. This UTC will replace an existing agreement to procure the same equipment that was originally awarded in 2014.

A formal request for proposal (RFP) was solicited on for the purchase of four (4) vehicle types:
· Single Axle CNG Dump Trucks with Snow Removal Equipment
· Single Axle CNG Dump Trucks without Snow Removal Equipment
· Tandem Axle CNG Dump Trucks with Snow Removal Equipment
· Tandem Axle CNG Dump Trucks without Snow Removal Equipment

Proposals were evaluated by a three (3) member committee, based upon various criteria including experience, quality of proposal, competence, and price, resulting in an award recommendation to Fyda Freightliner Columbus, Inc. for all truck types.

BID INFORMATION: Request for Quote RFQ007192 was advertised and proposals were opened on December 14, 2017. Three (3) responses were received.

An evaluation committee consisting of one (1) representative from the Department of Public Service, two (2) from the Department of Public Utilities and one (1) from Division of Fleet Management that provide technical expertise. Each member of the committee scored and ranked written proposals submitted by the offerors. All three offerors were invited to make oral presentations and then submitted pricing. After evaluating all offers and viewing three presentations the committee submitted final rankings.

Fyda Freightliner Columbus, Inc. received the highest score, with 127.67 p...

Click here for full text