Loading...
SR-205-003 (604) Purch:DH:RAH: F:\FINANCE\PURCH\STFRPTS\SRBD2859.DOC Council Meeting: April 13, 2004 Santa Monica, California TO: Mayor and City Council FROM: City Staff SUBJECT: Award Bid to Furnish and Deliver Two Rear Loaders, Bid #2859 Introduction This report recommends award of bid to furnish and deliver two rear loaders for the Solid Waste Management Division, Environmental & Public Works Management Department, in the total amount of $376,454.53, including applicable sales tax, funded by contributions from the Solid Waste Fund to the Vehicle Replacement Program. Background The compressed natural gas (CNG) powered rear loaders will be used by Solid Waste Management personnel to collect trash and debris. They will replace one 1991 and one 1992 rear loader which are no longer cost effective to maintain and are part of the Vehicle Replacement Program. Solid Waste vehicles are among the heaviest used vehicles in the City’s fleet. Discussion In July 2003, the City published Notices Inviting Bids to furnish and deliver two rear loaders in accordance with City specifications. Bids were received and publicly opened and read on August 1, 2003. Proposal forms were sent to forty-three vendors and 1 notices were advertised in accordance with City Charter and Municipal Code provisions. Two proposals were received as follows: VENDOR AMOUNT Carmenita Truck Center $372,434.00 Boerner Truck Center $376,454.53 The bid submitted by Carmenita Truck Center does not meet City specifications in several critical areas as follows: ? Engine Torque – Bid specifications required 900 lbs/ft of torque and Carmenita Truck Center offered only a maximum rating of 850 lbs/ft. Maximum available torque is required due to the combined weight of the vehicle and the trash and debris it carries. ? Cab Seats – Bid specifications required both cab seats to be pneumatic suspension and Carmenita Truck Center offered a right hand upholstered folding seat. The air seats are needed to help cushion the ride for both operators and to help prevent any injuries due to the operators’ frequent entering and exiting of the vehicle. ? Overall Length – This vehicle will be required to operate in the City’s narrow alleys. The vehicle with the shortest overall length would provide better maneuverability and best meet the division’s operational needs. Carmenita 2 Truck Center’s vehicle has an overall length of 351” versus Boerner’s 341”. In small, narrow alleys, 10 inches make a difference. Staff has evaluated the bid submitted by Boerner Truck Center for two CNG powered rear loaders and finds that they meet City specifications. The purchase of these CNG powered rear loaders from Boerner Truck Center is consistent with the City’s reduced emissions fuel policy. Budget/Financial Impact Budget authority for this purchase is in the Capital Improvement Budget account number C54016700.589000, “Fleet Vehicles Replacement Program”. Recommendation It is recommended that City Council: 1. Reject the bid submitted by Carmenita Truck Center; and 2. Award Bid #2859 to Boerner Truck Center as the best bidder for two CNG powered rear loaders, in the total amount of $376,454.53, including applicable sales tax. Prepared By: Dave Rodriguez, Fleet Maintenance Supervisor Diane Howell, Purchasing Agent Richard Chiu, Buyer 3