Loading...
SR-205-003 (599) Council Meeting: November 25, 2003 Santa Monica, California TO: Mayor and City Council FROM: City Staff SUBJECT: Award Bid to Furnish and Deliver Two Dump Trucks, Bid #2858 Introduction This report recommends award of bid to furnish and deliver two dump trucks for the Water Division, Environmental & Public Works Management Department, in the total amount of $328,350.40, including applicable sales tax. This item was introduced at the October 28, 2003 Council meeting but was pulled at the request of the non-selected bidder for further staff review. All issues have now been resolved. Background The compressed natural gas (CNG) powered dump trucks will be used by Water personnel to carry earth, hot asphalt, and pavement debris. They will replace one 1983 and one 1990 dump truck which are no longer cost effective to maintain and are part of the Vehicle Replacement Program. The two current dump trucks were scheduled to be replaced in 1998 and have become unreliable and need repair. Additionally, they both run on diesel fuel. Comparable trucks are now available with a dedicated CNG engine. 1 Discussion In response to published Notices Inviting Bids (published June 21 and 26, 2003) in accordance with City specifications, bids were received and publicly opened and read on July 21, 2003. Proposal forms were sent to forty-two vendors and notices were advertised in accordance with City Charter and Municipal Code provisions. Three proposals were received as follows: VENDOR AMOUNT Carmenita Truck Center (Body Option A) $288,096.55 Carmenita Truck Center (Body Option B) $295,561.47 Boerner Truck Center $328,350.40 The bids submitted by Carmenita Truck Center do not meet City specifications in several critical areas as follows: ? The dump body offered in Option A does not have insulation. Dump body insulation is needed to assure the body’s longevity. ? The dump body offered in Option B does not have an auxiliary pump. An auxiliary pump is needed to help minimize down time and labor. Having an auxiliary pump gives the capability of the body to be raised and the cab to be lifted, which allows access to the main engine when it becomes inoperable. Raising the body by other means will be very time consuming, labor intensive, unsafe, and adds to the cost of repairs. 2 ? Bid specifications required a tilting steering column and Carmenita Truck Center’s vehicles offer no tilt. Having a tilting column makes it easier and safer for the operators to enter and exit the vehicle, which is a constant procedure throughout their working day. ? Bid specifications also called for a certain cab height from the ground, a specific cab width and a particular type of hinge for the cab doors. Carmenita Truck Center's vehicles did not meet these specifications. Their vehicles have a higher cab height from the ground making entry/exit to the vehicle more difficult. The cab width is wider which impacts maneuverability in City alleys and other tight locations. The door hinges proposed by Carmenita Truck Center do not provide the maximum door strength required considering that operators will be using them to enter and exit the vehicles numerous times during the course of the day. Staff has evaluated the bid submitted by Boerner Truck Center for two CNG powered dump trucks and finds that it meets City specifications. The purchase of these CNG powered dump trucks from Boerner Truck Center is consistent with the City’s reduced emissions fuel policy. This item was originally introduced at the October 28, 2003 Council agenda. A representative from Carmenita Truck Center attended that meeting presenting a letter to Council requesting that his bid be reconsidered. Staff has reviewed and given careful consideration to the letter presented by Carmenita Truck Center. It has been determined that the information provided in the letter should have been contained in 3 their original bid submittal, not after the formal bid opening. Additionally, staff still finds that the bid submitted by Carmenita Truck Center does not meet City specifications. These issues were discussed with Carmenita representatives. A second letter was received from Carmenita Truck Center on November 6, 2003 apologizing for its approach to its bid reconsideration. Budget/Financial Impact Budget authority for this purchase is in the Capital Improvement Budget account number C54016701.589000, “Fleet Vehicles Replacement Program”. Recommendation It is recommended that City Council: 1. Reject the bids submitted by Carmenita Truck Center; and 2. The award of Bid #2858 be made to Boerner Truck Center as the best bidder for two CNG powered dump trucks, in the total amount of $328,350.40, including applicable sales tax. Prepared By: Dave Rodriguez, Fleet Maintenance Supervisor Diane Howell, Purchasing Agent Richard Chiu, Buyer 4