Loading...
SR-205-003 (595) Purch:DH:RAH: F:\FINANCE\PURCH\STFRPTS\SRBD2840.DOC Council Meeting: April 8, 2003 Santa Monica, California TO: Mayor and City Council FROM: City Staff SUBJECT: Award Bid to Furnish and Deliver Three Dump Collection Vehicles, Bid #2840 Introduction This report recommends award of bid to furnish and deliver three dump collection vehicles for the Solid Waste Management Division, Environmental & Public Works Management Department, in the total amount of $199,444.89, including applicable sales tax. The vehicles will be financed by Solid Waste Fund dollars contributed to the vehicle replacement program. Background The diesel-powered dump collection vehicles will be used by Solid Waste Management personnel to collect refuse. They will replace two 1990 and one 1991 dump collection vehicles which are no longer cost effective to maintain and are part of the Vehicle Replacement Program. Approximately $34,000 was spent on mechanical repairs for these vehicles in FY 01/02. These vehicles each have over 100,000 miles on them which is excessive for vehicles of this type. In addition, two of the bodies and cabs are rusted and cracked which will become a safety issue if not replaced. 1 Discussion In response to published Notices Inviting Bids (published August 22 and 23, 2002) in accordance with City specifications, bids were received and publicly opened and read on September 16, 2002. Proposal forms were mailed to thirty-four vendors and notices were advertised in accordance with City Charter and Municipal Code provisions. Proposal forms requested vendors to quote on six fuel sources, including compressed natural gas (CNG). Five proposals were received as follow: VENDOR AMOUNT FUEL SOURCE Peck Road Truck Center $196,798.50 Diesel-Powered Kelly Equipment $199,444.89 Diesel-Powered Reynolds Buick/GMC Trucks, Inc. $204,706.17 Diesel-Powered Sopp Truck Center (Bid#1) $211,412.25 Diesel-Powered Sopp Truck Center (Bid# 2) $214,010.25 Diesel-Powered Rio Rancho GMC, Isuzu $219,511.35 Diesel-Powered The bid submitted by Peck Road Truck Center does not meet City specifications in several critical areas as follows: ? Bid specifications called for a six cubic-yard body to optimize maneuverability. Peck Road Truck Center offered a larger eight cubic-yard body. 2 ? Bid specifications called for a two cubic yard hopper in the body to allow the operator to collect more trash before having to run the packing blade, therefore, extending the life of the packing cylinder and its blade. Peck Road Truck Center offered a smaller one cubic-yard hopper. ? Bid specifications called for the tailgate and body width not to exceed 67 inches, again, to maximize maneuverability. Peck Road Truck Center offered a body width of 70 to 80 inches. Staff has evaluated the bid submitted by Kelly Equipment for three diesel-powered dump collection vehicles and finds that it meets City specifications. The purchase of these diesel-powered dump collection vehicles from Kelly Equipment is consistent with the City’s reduced emissions fuel policy. There is no California Air Resources Board (CARB) approved conversion kit available for the dump collection vehicles at this time, and there is no estimate of when a CARB approved conversion kit will be available to convert the dump collection vehicles to CNG. Budget/Financial Impact Budget authority for this purchase is in the Capital Improvement Budget account numbers: C54016799.589000, “Fleet Vehicles Replacement Program” for $66,481.63 C54016700.589000, “Fleet Vehicles Replacement Program” for $132,963.26 3 Recommendation It is recommended that City Council reject the bid submitted by Peck Road Truck Center and that the award of Bid #2840 be made to Kelly Equipment as the best bidder, in the total amount of $199,444.89, including applicable sales tax. Prepared By: Dave Rodriguez, Fleet Maintenance Supervisor Diane Howell, Purchasing Agent Richard Chiu, Buyer 4