Loading...
HomeMy WebLinkAbout2005-09-27 - AGENDA REPORTS - LIGHT DUTY TRUCK CONTR (2)CONSENT CALENDAR DATE: SUBJECT: Agenda Item: _ CITY OF SANTA CLARITA AGENDA REPORT Jon Bischetsrieder City Manager Approval: Item to be presented by: September 27, 2005 AWARD THE CONTRACT FOR THE PURCHASE OF SEVEN LIGHT-DUTY TRUCKS Administrative Services RECOMMENDED ACTION City Council award a contract to Lake Chevrolet for the purchase of seven light-duty trucks, for an amount not to exceed $145,551.87, from account numbers 2260-8615, 2310-8615, 5711-8615, and 7456-8615. 2. Authorize the transfer of funds in the amount of $12,371 from account number 7411-7011 and in the amount of $11,248 from account number 7456-8110 into 7481-8615. BACKGROUND The City Council approved the purchase of six light-duty trucks in the FY 2005/2006 budget. The Invitation to Bid was published three times, from July 24 to July 31, 2005. Notifications were sent to the Chamber of Commerce, VIA, and 47 suppliers on file. The complete Invitation to Bid package was hand delivered by the City Manager and the Economic Development Manager to seven local dealers. This bid was conducted in compliance with the Support of Santa Clarita Businesses program. Additionally, 23 dealers downloaded the bid, package from the City's website, and five dealers requested a bid package by mail. Four dealers submitted responses opened by Purchasing on September 1, 2005, and the results of the bids for six items follow: Vendor Location Reynolds Buick GMC Covina $108,382.20 partial bid (5 of 6) 'FRi ED Frontier Toyota Santa Clarita $120,850.30 partial bid (4 of 6) Lake Chevrolet Lake Elsinore $122,274.87 Paradise Chevrolet Ventura $135,161.90 The bid from Reynolds Buick GMC did not include pricing for vehicle item #4. The bid from Frontier Toyota did not include pricing for items #1 and #4. Additionally, the overall vehicle pricing from Reynolds and Frontier for the vehicles available was higher than the bid of Lake Chevrolet. 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. Staff has also identified the need for a seventh vehicle, an additional quantity of Item #1, 12 -passenger van. The total award reflects the additional cost of a second van. ALTERNATIVE ACTIONS 1. Reject all bids and rebid. 2. Other action as determined by the City Council. FISCAL IMPACT Funds for six vehicles in the amount of $151,800 were budgeted in account numbers 2260-8615, 2310-8615, and 5711-8615 for FY 2005/2006. Funds for the seventh vehicle have been budgeted in FY 2005-06 in account numbers 7411 and 7456, to be transferred in the amount of $11,248 from account number 7456-8110 and $12,371 from account number 7411-7011 for a total of $23,619 to the equipment vehicle account number 7481-8615.