M&C Review


COUNCIL ACTION:  Approved on 3/28/2017 

DATE: 3/28/2017 REFERENCE NO.: **P-12017 LOG NAME: 13P17-0218 SNOWPLOW TRUCK LSJ AVIAT
CODE: P TYPE: CONSENT PUBLIC HEARING: NO
SUBJECT:   Authorize Purchase of a 2018 Dump Truck with Snow Plow and Sand Spreader from Southwest International Trucks Inc., in an Amount Up to $147,301.00, Using a Cooperative Contract for the Aviation Department Through the Property Management Department (COUNCIL DISTRICT 2)

RECOMMENDATION:

It is recommended that the City Council authorize the purchase of a 2018 dump truck with snow plow and sand spreader from Southwest International Trucks Inc., in an amount up to $147,301.00, using BuyBoard Cooperative Contract No. 521-16 for the Aviation Department through the Property Management Department.

 
DISCUSSION:

The Aviation Department (Aviation) will use this snow plow truck with spreader equipment options for snow removal and deicing of runway and taxiway surfaces at City of Fort Worth Airports. The unit will allow airports to remain open for public access during periods of winter weather and will be utilized for various maintenance tasks throughout the warmer months of the year.

The new unit will replace a 1987 GMC dump truck that can no longer be economically maintained. The old unit will be sold at auction. The new unit meets the needs of Aviation and is expected to operate satisfactorily over its service life of 20 years and 151,000 miles.  Warranty information, manufacturer's Statement of Origin, and original sales invoice will accompany the new unit upon acceptance and delivery to the 4100 Columbus Trail facility.

TOTAL OWNERSHIP COST - $278,883.00 over service life of 20 years (See Attached TCO Tabulation).

DELIVERY - The unit will be delivered within 180 days after receipt of a purchase order.

COOPERATIVE PURCHASE - State law provides that a local government purchasing an item(s) under a Cooperative Purchasing Agreement satisfies state laws requiring that the local government seek competitive bids for purchase of the item(s). Buyboard Cooperative Contracts have been competitively bid to increase and simplify the purchasing power of government entities.

PRICE ANALYSIS - The pricing is 7.35 percent higher than a previous pricing awarded by City Council on September 26, 2014 (M&C P-11700). Staff reviewed the pricing and determined it to be fair and reasonable.

ADMINISTRATIVE CHANGE ORDER - An administrative change order or increase may be made by the City Manager in the amount up to $100,000.00 and does not require specific City Council approval as long as sufficient funds have been appropriated.

M/WBE OFFICE - A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Purchasing Division and approved by the M/WBE Office, in accordance with the BDE Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible.

 
FISCAL INFORMATION/CERTIFICATION:

The  Director of Finance certifies that funds are available in the current capital fund, as appropriated, of the Municipal Airport Capital Projects.

BQN\17-0218\LSJ
TO
    Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount

FROM
    Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount

Submitted for City Manager's Office by:
Fernando Costa (6122)
Originating Department Head:
Aaron Bovos (8517)
Additional Information Contact:
Jack Dale (8357)
LaKita Slack-Johnson (8314)

 
 
ATTACHMENTS
  17-0218 DUMP TRUCK WITH SNOW PLOW TCO TABULATION.pdf
  17-0218 SOUTHWEST 1295.pdf