M&C Review


COUNCIL ACTION:  Withdrawn on 6/26/2018 

DATE: 6/26/2018 REFERENCE NO.: **P-12214 LOG NAME: 13P18-0198 EIGHTEEN PICKUP TRUCKS PMD LJS
CODE: P TYPE: CONSENT PUBLIC HEARING: NO
SUBJECT:   Authorize Purchase of Ten Dodge Ram 1500 Pickup Trucks from Grapevine DCJ, LLC, and Eight Chevrolet Silverado 1500 Pickup Trucks from Caldwell Country Chevrolet, LLC d/b/a Caldwell Country Chevrolet, for a Total Amount Up to $509,510.00 for Various Departments Through the Property Management Department (ALL COUNCIL DISTRICTS)

RECOMMENDATION:

It is recommended that the City Council authorize the purchase of ten Dodge Ram 1500 pickup trucks from Grapevine DCJ, LLC, and eight Chevrolet Silverado1500 pickup trucks from Caldwell Country Chevrolet, LLC, dba Caldwell Country Chevrolet for a total amount up to $509,510.00 for Various Departments through the Property Management Department.

 
DISCUSSION:

The Property Management Department (PMD) approached the Purchasing Division for assistance with buying eighteen pickup trucks. Staff issued an Invitation to Bid (ITB) consisting of detailed specifications as to the functionality, features and requirements for the pickup trucks. This bid was advertised in the Fort Worth Star-Telegram on March 21, 2018, March 28, 2018 and April 4, 2018. Thirty-four vendors were solicited from the purchasing vendor database and three responses were received.

Staff recommends awarding the purchase of line items 4, 5, 6 and 7 for a total of ten Dodge Ram1500 pickup trucks from Grapevine DCJ, LLC and line items 1, 2, 3, 8, 9, 10 and 12 for a total of eight Chevrolet Silverado 1500 pickup trucks from Caldwell Country Chevrolet. The trucks will be used as specialized response vehicles within the Police department as well as for site visitations for the Transportation and Publics Works, Development and Water Departments.  

DepartmentQuantity
Planning and Development 1
Transportation and Public Works3
Police                         5
Transportation and Public Works (SW)2
Water                 2

Of the eighteen trucks, seventeen trucks shall be replacements for outdated and unreliable trucks that can no longer be economically maintained. One truck shall be an addition to the existing fleet. The old trucks will be sold at auction. Warranty information, a manufacturer's statement of origin and an original sales invoice will accompany each of the new trucks upon delivery to the City.

BID TABULATION – See Attached.

There is no previous purchase history for units with these specific configurations. Purchasing Staff reviewed the proposed pricing and certified that the prices offered by the recommended vendor are fair and reasonable. The new trucks meet required specifications and are expected to operate satisfactorily during their service lives. The Total Cost of Ownership (TCO) is approximately $1,125,909.70 for all of the trucks (TCO tabulation is attached).

Delivery - These new trucks will be ordered from the factory for delivery within 90 days after receipt of a purchase order.

An administrative change order or increase may be made by the City Manager in the amount up to $50,000.00 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 operating budgets, as appropriated, of the participating departments and that prior to an expenditure being made, the department has the responsibility to validate the availability of funds.

BQN\18-0198\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:
Susan Alanis (8180)
Originating Department Head:
Aaron Bovos (8517)
Additional Information Contact:
Cynthia B. Garcia (8525)
LaKita Slack-Johnson (8314)

 
 
ATTACHMENTS
  18-0198 BID TAB.pdf
  18-0198 FORM 1295 Caldwell.pdf
  18-0198 FORM 1295 GRAPEVINE.pdf