Loading...
HomeMy WebLinkAbout21-Public Services CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Dept: Public Services I . I "~ Date May 20, 2002 1'\ t"' ' r .. r\ V\\\ "".11 Subject: Resolution authorizing the execution of purchase orders to E-W Truck and Equipment Co. and PSM Truck Equipment for the furnishing and delivery of one (1) 10 Cubic Yard, 3 axle 2003 Volvo Dump Truck to be utilized by the Public Services Street Division From: Lynn Merrill, Director Meeting Date: June 17, 2002 Recommended Motion: ?1IItJ Signature Adopt resolution Contact person Don Johnson, Fleet Manager Phone: 5140 Supporting data attached: Ward: All FUNDING REQUIREMENTS: Source: $115,501.53 635-341-5701 Motor Vehicles Amount Finance: Council Notes: \2.t%.G"" :?-oo:;)- Ib~ ,,/ n /()(J- Agenda Item No. :J.. J CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Staff Report Subject: Resolution authorizing the execution of purchase orders to E-W Truck and Equipment Co. and PSM Truck Equipment for the furnishing and delivery of one (1) 10 Cubic Yard, 3 axle 2003 Volvo Dump Truck to be utilized by the Public Services Street Division Background: The Public Services Street Division utilizes vehicle #424, a 1986 Autocar 3-Axle dump truck for street maintenance on a daily basis by the AsphalUGrading crew. This vehicle has operated 144,000 miles of service and has become too costly to maintain and repair. The cost to maintain a vehicle increases with age, use and mileage and most repair parts are no longer available for vehicles of this age. It is recommended this vehicle be replaced while it is still in working condition and able to be placed in surplus for auction. Vehicle #424 was scheduled for replacement this fiscal year. Bid packages were sent to seven (7) vendors, the San Bernardino Area Chamber of Commerce, advertised on the City's Web Page and in the San Bernardino County Sun Newspaper. One response was received from Dieterich International with a "No Bid". The County of San Bernardino sent specifications out for a similar dump truck in March, 2002, resulting in E-W Truck and Equipment Company of San Diego as low bidder at the April 1 , 2002 bid opening. (refer to Attachment 1) By letter dated April 2, 2002, E-W Truck and Equipment Company, as the successful bidder of the San Bernardino County bid, has offered the City of San Bernardino a negotiated purchase price of $79,444 plus tax ($6,156,91) for the purchase of one (1) 2003 Volvo VHD64F 3-Axle Class 8 Dump Truck chassis; and, an offer from PSM Truck Equipment of EI Cajon, California for a Warren WAR-700 Demolition dump body with a negotiated price of $27,500 plus tax ($2,150.62) for a total price of $115,501.53 for the chassis and body. There are no local vendors for this type of equipment in the City of San Bernardino. (refer to Attachments 2,3 and 4) This truck must be ordered and purchased prior to July 1, 2002 in order to avoid the SCAQMD Rule 1196 effective date of July 1, 2002. Rule 1196 states "any new heavy-duty vehicle purchases must be alternatively fueled using compressed or liquefied natural gas, liquefied petroleum gas, methanol, electricity, fuel cells, or other advanced technologies that do not rely on diesel fuel". According to E-W Truck and Equipment, the estimated cost of an alternatively fueled dump truck is $171,501, or $56,000 more than the price of $115,501.53 as stated above. Financial Impact: Funds for this purchase are available in FY2001f2002 budget, Account No. 635-341-5701, Motor Vehicles. Recommendation: Adopt resolution. Attachment 1 CITY OF SAN BERNARDINO PURCHASING DEPARTMENT INTER-OFFICE MEMORANDUM TO: Lynn Merrill, Director of Public Services FROM: Carol Doemner, Assistant Buyer DATE: March 29, 2002 Fr~p~ SUBJECT: Lynn, The bid process is complete for F 02-49. We sent out Bid Packages to seven (7) vendors and the SB Area Chamber of Commerce. We also advertised on the City's Web Page and in the SB County Sun newspaper. We had one (I) response from Dieterich International, and it was a "No Bid" The County of San Bernardino presently has two bids out for Dump Trucks, and we will be watching them to see if they could be useful to us. If you have any questions, please feel free to call me at 5548. Attachment 2 Telephone (619) 263-2111 Facsimile (619) 263-9372 Truck & Equipment Company, Inc. 6336 Federal Blvd. San Diego, CA 92114-1405 DATE: April 2, 2002 TO: Marsha Zeller, Purchasing Manager and All Interested Parties City of San Bernardino FROM: Fred Campbell RE: RFQ F-02-49 200210 Cubic Yard, 3-Axle, Class 8, Dump Truck We were the apparent low bidder at the April I, 2002 bid opening at the County of San Bernardino for a similar dump truck. Also, in January I delivered 4 Multi Body Volvo powered Volvo trucks to the County of San Bernardino. It appears to me that the major difference between the 10 yard 3-axle dump truck you would like and the one that the County spec'd out is the transmission. I would suggest that we negotiate for the automatic transmission that you would prefer to have. Our up- charge for the Allison HD4560P World Transmission is $12,092 for either 4 or 5 speed version. We would adjust rear axle ratio to accommodate your specific needs. This is no charge. I have enclosed a copy of my bid and specifications on our truck for the County of San Bernardino for you to review. Please note, we bid a Warren body through our supplier PSM Corporation. They have indicated a willingness to negotiate any changes you might have. I also, call your attention to the Volvo 12 liter diesel engine. This engine is in use at the County of San Bernardino as well as many other customers in Southern California. It is worthy to note that this engine was the first engine to achieve the Society of Automotive Engineer's B-50 test rating of 1,000,000 miles. Volvo accomplished this in 1994. 1t,'{,:<i\Jii16l ~ .mI. - Also, The City of Po way recently took delivery of2 Volvo powered dump trucks that are automatic transmissions. I feel our 50 plus years as a full line truck dealer in Southern California and my entire career in construction trucks in Southern California attests to our ability to perform as a constant. As you are aware, there have been many business opportunities that operate as truck dealers but they seem to come and go. I would welcome the opportunity to review all or any portion of your truck specifications. Remember, Volvo is famous for their commitment to safety. Many safety features on this truck, most notable are the following: Volvo's cab is the safest in the world. Rates highest in impact tests. Air bag, driver's side. Three interior cab grab handles, make this the safest truck for a driver to enter or exit. Fit of engine and transmission assemblies creates lower overall center of gravity. Best visibility in the industry. My direct line is 619-981-2486. Please visit us on the web at www.ewtruck.com Sincerely, ..-...-----. . , ~&r1 Fred Campbell Attachment 3 '- PRICE FORM ", REQUEST FOR QUOTES: RFQ F-02-49 1J DESCRIPTION OF RFQ: 2002 10 Cubic Yard, 3-Axle, Class 8, Dump Truck BIDDER'S NAME/ADDRESS. A j(}. ~ci i- "1i;'lcfi'/<'</ ;1-&',''-52. c; 3..3~ /~r<Z'/ /~~ -5?/U! U'e?c7/ C/f?;Z//t/ ~.' , ,NAMF/rELEPHONE NO, OF AUTHORIZED REPRESENTATIVE h-ecl$rNtpk// , 619 - ?-t::3 -.;7-// / \ Please provide detailed Firm Fixed Price cost information in the spaces provided below, and any other ~cidental or additional costs required to complete the Technical Specification requirements. eJPt!7 3 Item Description _ !l.lM I.. - VtJ/vo 1/;!l)b7'F /!fltflS-S,'S CJ~/. 001 200210 Cubic Yard, 3-Axle, Class 8, Dum~ruclv', /,' e-fp/t' ~/es 002 Delivery to 182 S. Sierra Way, San Bemardino, CA 92408 Cost _ ai-fJlr:~' I<<.;c $ Are there any other additional or incidental costs which will be requir meet the requirements of the Technical Specifications? Yes I answered "Yes", please provide detail of said additional costs: by your firm in order to . (circle one). If you Please indicate any elements of the Technical Specifications which cannot be met by your firm. _ Have you included in your bid all informational items and forms as reqU~stedQ / No (circle one). If you answered '~o", please explain: ./. c/!d "e>;J1' A.,r4 This offer shall)"emain firm,for 90 day~ fram Rl1Q close datp.- /V (?- =- j I "- .Jr.' :C$"/. ;o1';Ci~ Tc ~4'~ k///6.,,;r:d.;-.e .;;z;/72./";1..t90;L - r~~rd --./ "'d!l Terms and conditions as set forth in this RFQ apply to this bid. Cash discount allowable - % (30) days. days; unless otherwise stated, payment terms are: Net thirty In signing this bid, Bidder warrants that all certifications and documents requested herein are attached and properly completed and signed. From time to time, the City may issue one or more addenda to this RFQ. Below, please indicate all Addenda to this RFQ received by your firm, and the date said Addenda was/were received. 'Verification of Addenda Received Addenda No: Addenda No: Addenda No: Received on: ""'""",, ~ ""'""",, ~ ~ ~ v- H.ec7 /I. ~d1LfJe// , AUTHORIZED SIGNATURE: PRINT SIGNER'S NAME AND TITLE: COMPANY NAME & ADDRESS: ..;;J - .?-?'- d-. CJ (!):2- L": 10, 7kcL<? ,E"pi'~/lItM.kZfl, ~JJt.. Pe/elal ~/d ..s;~ iJ~c:;.. ~?( ~//L/ FAX: 6/'t-U3- ?371-- DATE SIGNED: . PHONE:6'IJ-.;?tJ-;2/// IF SUBMITrING A "NO BID", PLEASE STATE REASON(S) BELOW: RECEIVED Attachment 4 APR 2 4 2002 PUBLIC SERVICES FLEET DIVISION PRICE FORt"\1 REQUEST FOR QUOTES: RFQ F-02-49 DESCRIPTION OF RFQ: BIDDER'S NAMFJADDRESS: 200210 Cubic Yard, 3-Axle, Class 8, Dump Truck _(JS Wi True-Ie EtzJ~~e~d-. 7~~ \Ie 0\01/\. c....'\- El Cc....,iD'" C A 91.-01.-0 NAMElIELEPHONE NO. OF AUTHORIZED REPRESENTATIVE Q.v ~ Ec\c\,;c,e I . ~ICL 4-~~. -'"187 Please provide detailed Finn Fixed Price cost information in the spaces provided below, and any other incidental or additional costs required to complete the Technical Specification requirements. Item Description VIM 001 2002 10 Cubic Yard, 3-Axle, Class 8, Dump Truck (~. 002 Delivery to 182 S. Sierra Way, San Bernardino, CA 92408 Cost QQ .L 2- 7,.l..S~ + 'fA-/. $~J Are there any other additional or incidental costs which will be re~ your firm in order to meet the requirements of the Technical Specifications? Yes <>. (circle one). If you answered "Yes", please provide detail of said additional costs: Please indicate any elements of the Technical Specifications which cannot be met by your firm. _ Have you included in your bid all informational items and forms as requeste (circle one). If you answered "No", please explain: This offer shall remain firm for 90 days from RFQ close date. Terms and conditions as set forth in this RFQ apply to this bid. Cash discount allowable (30) days. % days; unless otherwise stated, payment terms are: Net thirty In signing this bid, Bidder warrants that all certifications and documents requested herein are attached and properly completed and signed. From time to time, the City may issue one or more addenda to this RFQ. Below, please indicate all Addenda to this RFQ received by your firm, and the date said Addenda was/were received. Verification of Addenda Received Addenda No: Addenda No: Addenda No: Received on: Received on: Received on: PHONE: (A1 .4~4.11~7 Va-vi Edc 5o-(es, '3 /d-~ / ()j./ '--1 PSvY.\ \CuGlc 10'~~~ t l~ rjevv-v VI ~ ,~-' "" e-t Crno" Ct1 ~ 20'Z.0 FAx:L7I~. #, l..~gl AUTIlOR1ZED SIGNATURE: PRINT SIGNER'S NAME AND TITLE: DATE SIGNED: COMPANY NAME & ADDRESS: IF SUBMlnli'iG A "NO BID", PLEASE STATE REASON(S) BELOW: N WAR-700 WAR (Demolition Bed) Dump Body WAR-700 with optional Liftlailgate. STANDARD BODY FEATURES Continuously welded Uni-body design 96" outside width - 87" inside width, 42" sides, 50" front and tailgate 1/4" AR400F 142,000 yield, 182,000 tensile sides, floor, tailgate, bulkhead and doghouse 8" I-beam @ 13.0 #/ft.long rails No crossmembers 24" side to floor radius, 45 degree brace around doghouse 4" x 4" x 1/8" structural tubing top rails rotated 45 degrees for dirt shedding 10" full depth rear comer post and rear skirt 15' body lengths and above have one vertical center brace with 5" face Flush mounted top fabrkated steel tailgate hardware with 1-1/4" hinges and pins :3 panel horizontal braced tailgate, air-operated latch, no slope 5/16" spreader chains with keyholes . light kit, (1) stop, tail & turn light in each comer post, std. FMVSS lights/reflectors Prime finish - gray w/black understructure i~...(4"" '~.. .:'" 't> VlIAAAI!!N Warren, Inc. 0 P.O. Box 1719. Collins, Mississippi 39428. (601) 765-8221 . Fax (601) 765-4554 www.dumptrucks.com ? .4>l'Ml -r ,IL DITCH t\A--})i /- 1 \- 2 3 4 5 6 7 8 9 10 11 12 13 14 15 '-- '- rc~ 0 (f=:,j ,\v/ \ \b ~ if-" lJ RESOLUTION NO. RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF PURCHASE ORDERS TO E-W TRUCK AND EQUIPMENT CO. AND PSM TRUCK EQUIPMENT FOR THE FURNISHING AND DELIVERY OF ONE (1) 10 CUBIC YARD, 3 AXLE 2003 VOLVO DUMP TRUCK TO BE UTILIZED BY THE PUBLIC SERVICES STREET DIVISION BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. That E-W Truck and Equipment Company has proposed a negotiated purchase of one (1) 2003 Volvo VHD64F 3-Axle Class 8 Dump Truck chassis; pursuant to this determination the Purchasing Manager is hereby authorized to issue a purchase order to E-W Truck and Equipment Company for said vehicle in the total amount of $85,600.91. SECTION 2. That PSM Truck Equipment has proposed a negotiated purchase and i~stallation of one (1) Warren WAR-700 Demolition Dump Body; pursuant to this determination the Purchasing Manager is hereby authorized to issue a purchase order 16 to PSM Truck Equipment for said purchase and installation in the total amount of 17 $29,650.62. 18 19 20 21 22 23 24 25 26 27 28 SECTION 3. Such awards shall only be effective upon the issuance of Purchase Orders by the Purchasing Manager. The authorization to execute the above referenced purchase orders is rescinded if it is not issued within sixty (60) days of the passage of this resolution. 11/ 11/ 11/ III III May 23. 2002 - '- '- 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 "'- 1 2 3 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF PURCHASE ORDERS TO E-W TRUCK AND EQUIPMENT CO. AND PSM TRUCK EQUIPMENT FOR THE FURNISHING AND DELIVERY OF ONE (1) 10 CUBIC YARD, 3 AXLE 2003 VOLVO DUMP TRUCK TO BE UTILIZED BY THE PUBLIC SERVICES STREET DIVISION 4 I HEREBY CERTIFY that the foregoing Resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a meeting thereof, held on the day of . 2002. by the following vote. to wit: Council Members: AYES ABSTAIN ABSENT NAYS ESTRADA LIEN MCGINNIS DERRY SUAREZ ANDERSON MCCAMMACK Rachel G. Clark, City Clerk The foregoing resolution is hereby approved this .2002. day of Judith Valles, Mayor City of San Bernardino Approved as to Form and legal content: JAMES F. PENMAN. City Attorney ," ., 8(J_; fc,,~ j May 23, 2002 ** FOR OFFICE USE ONLY - NOT A PUBLIC DOCUMENT ** RESOLUTION AGENDA ITEM TRACKING FORM Abstain ,e Aoo.;2 - }{ 0 "7< Absent S Meeting Date (Date Adopted): In - I 7- 0 d- Vote: Ayes 1- Lf . (p t 'I Nays Item # d 1 rfr Resolution # Change to motion to amend original documents: - Reso. # On Attachments: / Contract term: - NullNoid After: If 0 dO-ys I 'i(- lip- O;r- Note on Resolution of Attachment stored separately:--=- Direct City Clerk to (circle I): PUBLISH, POST, RECORD WICOUNTV By: - Date Sent to Mayor: 10 - I Y: ~ O?-- Date of Mayor's Signature: {P-;)()~Od- Date of ClerklCDC Signature: to - d I - (:;Jd- Reso. Log Updated: V Seal Impressed: v- See Attached: See Attached: See Attached: Date Returned: --- 60 Day Reminder Letter Sent on 3 90 Day Reminder Letter Sent on 45th day: Request for Council Action & Staff Report Attached: Updated Prior Resolutions (Other Than Below): Updated CITV Personnel Folders (6413, 6429, 6433, 10584, 10585, 12634): Updated CDC Personnel Folders (5557): Updated Traffic Folders (3985, 8234, 655, 92-389): ./ No Ves Ves Ves Ves Ves NO! No No No By_ By_ By_ By_ By_ Copies Distribn/ to: City Attorney Parks & Rec. Code Compliance Dev. Servjges _ EDA Police Public Services V Water l..lL(,~ p; chdl LLf\ ~elP1s r. bdw- J Finance ,/ MIS Others: Notes: BEFORE FILING. REVIEW FORM TO ENSURE ANY NOTATIONS MADE HERE ARE TRANSFERRED TO THE YEARLY RESOLUTION C8RONOLOGICAL LOG FOR FUTURE REFERENCE (Contract Term. etc.) Ready to File: ~ Date: (,,-;JS-O/ Revised 01/12/01