HomeMy WebLinkAbout2004-09-28 - AGENDA REPORTS - LIGHT DUTY TRUCK CONTR AWARD (2)CONSENT CALENDAR
DATE:
SUBJECT:
DEPARTMENT:
Agenda Item:_ K
CITY OF SANTA CLARITA
AGENDA REPORT
City Manager Approval:
Item to be presented by:
September 28, 2004
Dennis Luppens
AWARD THE CONTRACT FOR THE PURCHASE OF FIVE
LIGHT-DUTY TRUCKS
Administrative Services
RECOMMENDED ACTION
City Council find the bids of H.W. Hunter hic., Barber Ford, and Crown Dodge as
non-responsive, and award a contract to Lake Chevrolet for the purchase of five light-duty trucks,
for an amount not to exceed $120,808.08, from account numbers 2260-8615, 5211-8615, and
5720-8615.
BACKGROUND
The City Council approved the purchase of five light-duty trucks in the FY 2004/2005 budget.
The Invitation to Bid was published three times, from July 21 to July 28, 2004. Notifications
were sent to the Chamber of Commerce, VIA, and 46 suppliers on file.
The complete Invitation to Bid package was hand delivered to five local dealers. The local
dealers are eligible for a 1% local preference. Additionally, 31 dealers downloaded the bid
package from the City's website, and two dealers requested a bid package by mail. Ten dealers
submitted responses opened by Purchasing on August 26, 2004, and the results of the bids are
shown below:
Vendor Location
H.W. Hunter Inc.
Lancaster
Barber Ford
Ventura
Crown Dodge
Ventura
Lake Chevrolet
Lake Elsinore
8 p n
,90
- P 1 0
N RED
WN
S 92,454.16 partial bid
$109,450.54 partial bid
$117,772.84
$120,808.08
Burch Ford
La Habra
$121,435.93
Reynolds Buick GNIC
Covina
$122,554.46
Raceway Ford
Riverside
$122,602.89
Fairway Ford
Placentia
$122,895.14
Pasadena Ford
Pasadena
$125,012.45
Don Kott Ford
Carson
$125,206.82
The bid from H.W. Hunter did not include pricing for vehicle item #1. The bid from Barber Ford
did not include pricing for any of the warning and equipment lighting. This pricing information
is specifically included in the bid to streamline the bid process and ensure an apples -to -apples
acquisition cost comparison. Crown Dodge bid a two -door vehicle for item #3, for which the
City identified a need for rear doors on the extended cab pick-up truck. The rear doors are
specifically required for the smaller cab pick-ups to facilitate the effective use of the rear area for
personnel and equipment. The bid submission from Lake Chevrolet met all essential bid
requirements. Staff finds the response from Lake Chevrolet to be the lowest responsive and
responsible bid.
ALTERNATIVE ACTIONS
1. Reject all bids and rebid.
2. Other action as determined by the City Council.
FISCAL IMPACT
Funds in the amount of $134,000 were budgeted in account numbers 2260-8615, 5211-8615, and
5720-8615 for FY 2004/2005.