Loading...
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.