File #: 19-1093    Version: 1 Name:
Type: Consent Agenda Status: Agenda Ready
File created: 9/18/2019 In control: Solid Waste District Governing Body
On agenda: 10/22/2019 Final action: 10/22/2019
Title: Approve the Utilization of the Florida Sheriffs Contract FSA18-VEH16.0, Specification 16 to Purchase a Replacement Crane Carrier Rear Load Garbage Truck from Container Systems & Equipment Co. Inc., Daytona Beach, Florida, in the Amount of $289,549.00.
Attachments: 1. Competitive Exemption Form Container Systems & Equipment Company Inc, 2. Container Systems & Equipment Company, Inc Quote, 3. Sheriffs Contract FSA18-VEH 16 Spec #16 with options circled, 4. Vehicle Overview, 5. Equipment & Fleet Vehicle Replacement Score Sheet, 6. Florida State Division of Corporations Container Systems & Equipment Company, Inc
TO: Honorable Mayor & Members of the North Port Commission

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

TITLE: Utilize the Florida Sheriffs Contract FSA18-VEH16.0, Specification 16 to purchase a replacement Crane Carrier rear load garbage truck from Container Systems & Equipment Co. Inc., Daytona Beach, Florida, in the amount of $289,549.00.


Recommended Action

Approve the utilization of the Florida Sheriffs Association Contract FSA18-VEH16.0, Specification 16 to purchase a replacement Crane Carrier rear load garbage truck from Container Systems & Equipment Co. Inc., Daytona Beach, Florida, in the amount of $289,549.00.

Background Information

The Solid Waste District seeks to purchase one (1) replacement 2020 Crane Carrier LET2 chassis with Loadmaster 25 cubic yard rear load body utilizing the Florida Sheriffs Association Contract FSA18-VEH16.0 Specification 16. This truck will be used to collect residential yard waste from locations throughout the City of North Port.

Container Systems & Equipment Co., Inc., is an approved vendor under the Florida Sheriffs Association's Contract FSA18-VEH16.0. The Sheriffs Association's Vehicle Contract is made available to units of local government and municipal Police Agencies and Fire Departments within the State for capital vehicle acquisition. Using this cooperative bid process, local government agencies are able to expedite and purchase critical equipment much quicker than using other acquisition methods. 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

Efficient & Effective Government

Financial ...

Click here for full text