Title
MOTION TO AWARD IFB # PSUT-25-02 "REVOLUTION 84 RM BOOM TRUCK" TO THE MOST RESPONSIVE/RESPONSIBLE BIDDER, SMILEY LIFTING SOLUTIONS, IN THE AMOUNT NOT TO EXCEED $226,000.
Summary Explanation and Background
PROCUREMENT PROCESS TAKEN:
- Chapter 35 of the City’s Code of Ordinances is titled “PROCUREMENT PROCEDURES, PUBLIC FUNDS.”
- Section 35.15 defines an Invitation for Bid as “A written solicitation for competitive sealed bids with the title, date and hour of the public bid opening designated therein and specifically defining the commodities or services for which bids are sought. The invitation for bid shall be used when the city is capable of specifically defining the scope of work for which a service is required or when the city is capable of establishing 15 precise specifications defining the actual commodities required. The invitation for bid shall include instructions to bidders, plans, drawings and specifications, if any, bid form and other required forms and documents to be submitted with the bid.”
- Section 35.18 of the City's Code of Ordinances is titled "COMPETITIVE BIDDING OR COMPETITIVE PROPOSALS REQUIRED; EXCEPTIONS."
- Section 35.18(A) states, "A purchase of or contracts for commodities or services that is estimated by the Chief Procurement Officer to cost more than $25,000 shall be based on sealed competitive solicitations as determined by the Chief Procurement Officer, except as specifically provided herein."
- Section 35.19 of the City's Code of Ordinances is titled "SEALED COMPETITIVE BIDDING PROCEDURE."
- Section 35.19(A) states "All sealed competitive solicitations as defined in § 35.18 shall be presented to the City Commission for their consideration prior to advertisement."
- Section 35.21 of the City's Code of Ordinances is titled "AWARD OF CONTRACT."
- Section 35.21(A) of the City's Code of Ordinances is titled "City Commission approval.”
- Section 35.21(A)(1) states, "An initial purchase of, or contract for, commodities or services, in excess of $25,000, shall require the approval of the City Commission, regardless of whether the competitive bidding or competitive proposal procedures were followed."
SUMMARY EXPLANATION AND BACKGROUND:
1. On December 18, 2024, the City Commission authorized the advertisement of IFB # PSUT-25-02 “Revolution 84 RM Boom Truck”, which was advertised on December 24, 2024.
2. The purpose of this solicitation was to supply a Revolution 84 RM Boom Truck to support a wide range of municipal applications, primarily the construction, maintenance, and operation of utility infrastructure, in accordance with the terms, conditions, and specifications contained in the solicitation. This truck will replace Vehicle #217, a 1993 Ford F-750 boom truck that is obsolete and no longer serviceable.
3. On January 28, 2025, the City opened three (3) proposals from the following vendors:
|
|
Vendor |
Total Cost |
|
|
Smiley Lifting Solutions |
$226,000.00 |
|
|
Ackan Imports LLC |
$255,788.90 |
|
|
Blue Group LLC |
$269,008.95 |
4. The Utilities Department and Procurement Department reviewed the proposals and deemed Smiley Lifting Solutions, to be the most responsive/responsible bidder.
5. In addition, Smiley Lifting Solutions has also completed the Equal Benefits Certification Form and has stated that the "Contractor currently complies with the requirements of this section".
6. Staff recommends Commission approval to award IFB # PSUT-25-02 “Revolution 84 RM Boom Truck” to the most responsive/responsible bidder, Smiley Lifting Solutions, in the amount not to exceed $226,000.
Financial Impact
FINANCIAL IMPACT DETAIL:
a) Initial Cost: Amount not to exceed $226,000.00.
b) Amount budgeted for this item in Account No: $125,000.00 is budgeted in Account # 471-535-6021-664214-0000-000-0000-(Truck)
c) Source of funding for difference, if not fully budgeted: Upon Commission’s approval, $101,000 shall be moved from Account # 471-536-6010-662000-0000-000-0000-(Buildings)
d) 5 year projection of the operational cost of the project: Not Applicable.
e) Detail of additional staff requirements: Not Applicable.
FEASIBILITY REVIEW:
A feasibility review is required for the award, renewal and/or expiration of all function sourcing contracts. This analysis is to determine the financial effectiveness of function sourcing services.
a) Was a Feasibility Review/Cost Analysis of Out-Sourcing vs. In-House Labor Conducted for this service? Not Applicable.
b) If Yes, what is the total cost or total savings of utilizing Out-Sourcing vs. In-House Labor for this service? Not Applicable.