Loading...
SR-6F (5) 6ru ~~ " " io! PURCH PW br f \finance\purch\strfrpts\srbd2656 Council Meetmg September 9, 1997 Santa MOnica, caIJfor"S1: 199 p 09 7 TO Mayor and City Council FROM City Staff SUBJECT Recommendation to Award Bid to Furnish and Deliver Four (4) 11,000 LB GVWR Cab & ChassIs with 2-Yard Dump Body, Bid #2656 Introduction ThIs report concerns an award of bid to furnish and deliver four (4) 11,000 Ib G\NIIR cab and chassIs With 2-yard dump body for the Airport DIvIsion, Resource Management Department ($48,793 69), Parks and Sports DIvIsion, Commumty and Cultural Services Department ($48,793 69), Street Maintenance and Solid Waste Management DIvISions, Environmental and Public Works Management Department ($97,587 38), for a grand total of $195,17476, including applicable sales tax Background In response to published Notices Inviting Bids (published June 27 and June 30, 1997) to furmsh and deliver four (4) 11,000 Ib GVWR cab and chaSSIS With 2-yard dump body In accordance WIth City speCifications, bids were received and publicly opened and read on July 21, 1997 Proposal forms were mailed to five vendors and notices were advertised In accordance With City Charter and Municipal Code prOVIsions One proposal was received as follows -1- 6;:- Q SEP 0 9 1997 Gasoline Powered Diesel Powered CNG Powered Vendor (For all 4 vehicles) (For all 4 vehicles) (For ;;1114 vehicles) Maunce J Sopp & Son No Bid No Bid $195,17476 Bob Wondnes Ford $120,40000 $134,429 20 No Bid Downey Ford, Inc $130,96280 $144,352 36 No Bid Midway Ford $130,401 36 $146,92372 No Bid These four Units will replace a 1969 dump truck (Airport), a 1985 dump truck (Tree Maintenance), a 1989 dump truck (Street Maintenance), and a 1979 dump truck (Refuse) All are scheduled for replacement In the vehicle management program They will be used to transport matenals and debns, and for curbside pick up of large discarded Items by the Refuse DIvISion The three "no bid" vendors Indicated that only a limited number of 1996 model vehicles are ehglbie for compressed natural gas conversion, their supply IS scarce, and that 1997 model vehicles are not eligible Therefore, they did not find It cost effective to spend time trying to locate ehglble vehicles These vendors dId, however, submit alternate bids for gasoline and diesel-powered engines City specifications required a CNG-powered engine The bId from Maunce J Sopp & Son for 1996 model compressed natural gas powered vehicles In the amount of $42,39300 each (before tax and WIthout IIftgate) IS generally consIstent With previously purchased 1995 modei vehicles at $37.867 36 each (before tax and Without I Iftgate) , when the 1995 pnce IS adjusted for Inflation and scarcity -2- The purchase of CNG-powered vehicles IS consistent wIth the City's reduced emissions fuel policy Staff has evaluated the low bid and finds that It meets City specifications BudaetlFlnanclallmoact ~ . Fiscal Year 1997-98 appropnatlon authonty for this purchase IS In the Capital Improvement Budget, account number 54-710-461-20097-8900-99167, "Fleet VehIcle Replacement Program" Recommendation It IS recommended that the award of Bid #2656 be made to Maunce J Sopp & Son In the total amount of $195,17476, Including applicable tax. as the lowest responsible bidder Prepared By Pam Wortham, Purchasing Agent Marganta Lee, Buyer -3-