File #: 17-1468    Version: 1 Name:
Type: Consent Agenda Status: Passed
File created: 11/3/2017 In control: Road and Drainage District Governing Body
On agenda: 11/28/2017 Final action: 11/28/2017
Title: Utilize the Florida Sheriffs Association & Florida Association of Counties Cooperative Bid No. FSA17-VEH15.0, Spec #15 to purchase one (1) dump truck from Rush Truck Centers of Florida in the estimated amount of $125,313.00. This vehicle purchase was approved in the fiscal year 2018 budget.
Attachments: 1. Exemptions Form - Rush Truck Center, 2. Florida Sheriffs Contract FSA17-VEH15.0, Spec #15, 3. Rush Truck Center Quote, 4. Florida Sheriffs Association Contract Terms and Conditions, 5. Vehicle Picture Presentation, 6. Florida State Division of Corporations
TO: Honorable Mayor & Members of the North Port Commission

FROM: Peter D. Lear, CPA, CGMA, City Manager

TITLE: Utilize the Florida Sheriffs Association & Florida Association of Counties Cooperative Bid No. FSA17-VEH15.0, Spec #15 to purchase one (1) dump truck from Rush Truck Centers of Florida in the estimated amount of $125,313.00. This vehicle purchase was approved in the fiscal year 2018 budget.


Recommended Action

Approve utilization of the Florida Sheriffs Association & Florida Association of Counties Cooperative Bid No. FSA17-VEH15.0, Spec #15 to purchase one (1) dump truck from Rush Truck Centers of Florida in the estimated amount of $125,313.00. This vehicle purchase was approved in the fiscal year 2018 budget.

Background Information

The Public Works Department, Operations & Maintenance Division budgeted for a new pipe crew and equipment, SLA 18-5001, of which this dump truck is part of:

Positions Vehicles/Equipment
2 Equipment Operator II's Dump Truck
2 Equipment Operator III's Excavator
Trailer Mounted Pipe Cleaner
Rush Truck Centers of Florida is a contracted vendor under the Florida Sheriffs Contract FSA17-VEH15.0. This contract is made available to local governments and municipal Police and Fire departments within the State for vehicle and equipment acquisition. Using this cooperative bid, local government agencies are able to obtain competitive pricing. Local government agencies have the flexibility to choose a product or service according to the business needs, such as price, warranty, supplier performance or brand name.

While City ordinance authorizes the City Manager to utilize piggyback agreements, the City Manager's policy requires all agreements exceeding $100,000 to be presented to Commission for consideration. All appropriate forms, procedures and processes have been reviewed by Procurement.

Strategic Plan

Enhanced Public Trust through Responsible City Government
Environment and Natural Reso...

Click here for full text