Skip to main content
File #: 15-1028    Version: 1 Name:
Type: Contract/Agreement Status: Passed
File created: 11/9/2015 In control: Work Session
On agenda: 11/24/2015 Final action: 11/24/2015
Title: *Consideration of Amendment No. 1 to Procurement Agreement with Truckers Lighthouse, Inc. of Nashville, Tennessee for after-market up-fitting of ten (10) new police vehicles for the Police Department (Purchasing Office Procurement Solicitation No. 2016-009; Contract No. 2015-0334) (11/24/15 WS)
Sponsors: Deb Faulkner
Attachments: 1. 2015-0334 Procurement Agreement Amendment No. 1, signed for vendor, approved by Law 11.09.2015, with Sales Order attached

 

DATE:                                                               November 9, 2015

 

TO:                                          Board of Mayor and Aldermen

 

FROM:                                          Eric Stuckey, City Administrator

                                          Russell Truell, Assistant City Administrator / CFO

                                          Deborah Faulkner, Chief of Police

                                          Chris Gentry, Deputy Chief of Police

                                          David Barker, Fleet Maintenance Supervisor

                                          Brian Wilcox, Purchasing Manager

 

SUBJECT:                                          

title

*Consideration of Amendment No. 1 to Procurement Agreement with Truckers Lighthouse, Inc. of Nashville, Tennessee for after-market up-fitting of ten (10) new police vehicles for the Police Department (Purchasing Office Procurement Solicitation No. 2016-009; Contract No. 2015-0334) (11/24/15 WS)

body

 

Purpose

The purpose of this Amendment No. 1 to the Procurement Agreement, executed October 14, 2015, with Truckers Lighthouse, Inc. of Nashville, Tennessee for after-market up-fitting of ten (10) new police vehicles, is to adjust the quantities of (but not the types of and not the unit pricing for) parts, equipment and other hardware to be supplied and installed by the vendor.

 

Background

On October 13, 2015, the Board of Mayor and Aldermen approved a bid award to Truckers Lighthouse, Inc. of Nashville, Tennessee in the total lump-sum amount of $76,711.90 for after-market up-fitting of ten (10) new police vehicles for the Police Department (Purchasing Office Procurement Solicitation No. 2016-009; Contract No. 2015-0334).  As a result of testing new technology included in that procurement award, the Police Department has since determined that the quantities of some of the parts, equipment and other hardware to be supplied and installed by the vendor needs to be adjusted.

 

Financial Impact

The net value of this Amendment No. 1 as proposed is $648.00 which would increase the total value of the award by about 1% from $76,711.90 to $77,359.90.  The Police Department budget for fiscal year 2016 allocates $499,200 out of the Capital Projects Fund for the purchase of ten (10) police vehicles.  Including the vehicles themselves, other expenses (for cameras, computers and docking stations) and the adjusted value of the award to Truckers Lighthouse if and as amended, the total cost of putting the vehicles in service is now estimated to be $480,917.13 which would be $18,282.87 (3.7%) under budget.  Including the after-market up-fitting, the new vehicles are a budgeted purchase scheduled to be financed by means of the City’s FY2016 master lease arrangement with Chase.

 

Options

The Board of Mayor and Aldermen could decline the recommendation to adjust the quantities of parts, equipment and other hardware to be supplied and installed by the vendor.

 

Recommendation

rec

Staff recommends that the City accept, contingent upon Law Department and City Administrator approval of Amendment No. 1 to City Contract No. 2015-0334, the recommendation to adjust the quantities of parts, equipment and other hardware to be supplied and installed by the vendor for after-market up-fitting of ten (10) new police vehicles, increasing the total value of the award to $77,359.90.  Because no additional types of parts, equipment and other hardware to be supplied and installed by the vendor are being recommended with this Amendment No. 1 as proposed, and because no changes in the unit pricing quoted in the competitive bid process is being requested with this Amendment No. 1 as proposed, Purchasing Manager Brian Wilcox is of the opinion that the staff recommendation appears to comply with the City’s purchasing policy.