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