File #: 24-0879    Version: 1
Type: BID, RFP, RFQ, COOP, SOLE SOURCE, OPTION YEAR Status: Agenda Ready
File created: 7/24/2024 In control: City Council
On agenda: 8/20/2024 Final action:
Title: Approve the award of Bid 24-175, Emergency Vehicle Preventive Maintenance and Repair Services, to Fire Service, Inc. and MacQueen Equipment LLC, for an amount not to exceed $420,000 and for a three-year term
CITY COUNCIL AGENDA ITEM

ACTION REQUESTED:
title
Approve the award of Bid 24-175, Emergency Vehicle Preventive Maintenance and Repair Services, to Fire Service, Inc. and MacQueen Equipment LLC, for an amount not to exceed $420,000 and for a three-year term
body

DEPARTMENT: Department of Public Works

SUBMITTED BY: Richard Dublinski, Director

BOARD/COMMISSION REVIEW:
N/A

BACKGROUND:
The Department of Public Works - Fleet Services Division is responsible for the maintenance and repair of 36 emergency vehicles, including fire apparatus and ambulances. When units cannot be repaired in-house, the vehicles are taken to an outside vendor. Prior to 2019, Fleet Services solicited quotes for repairs as needed. When costs exceeded the annual $25,000 threshold, Fleet Services issued a bid for these services.

The City Council awarded Contract 19-257 to Fire Service, Inc., MacQueen Equipment LLC and Interstate Power Systems on November 5, 2019, for a two-year term with three one-year options to extend. That contract and all option years expire on September 30, 2024. Fleet Services released a bid in July of 2024 to replace this contract.

DISCUSSION:

Advertisement Date:
07/05/2024
Notices Sent:
53
Opening Date:
07/24/2024
Planholders:
6


Proposals Received:
2

Bids were received from the following vendors:

Vendor Name
Proposed Cost
Fire Service, Inc.
$303,150
MacQueen Equipment LLC
$358,200

The City received two responses to the bid. The bid specifications indicate the City intends to award the bid to the three lowest responsive and responsible bidders. The awarded vendors will be placed on a short list in ascending order based on their Estimated Total Cost for a three-year term. Work will be first offered to the vendor with the lowest vendor. In the event that vendor is unable to perform the work within the timeframe specified by the City, the work will then be offered to the second lowest vendor. The shortlist will ensure that preventive maintena...

Click here for full text