Loading...
HomeMy WebLinkAbout18-Purchasing J, CITY OF SAN BERNaDINO - REQUEST AM COUNCIL ACTION FO Dean R. Meech, purchasing Agent Subject: Three (3) Auto~ated Side Loading Refuse Vehicles Dept: Purchas i ng Date: February 13, 1991 F-91-D9 Synopsis of Previous Council action: None Recommended motion: o Adopt Resolution Dean R. Meech , S ignatu re tP} Supporting data attached: Yes Phone: 384-5085 Ward: N/A Contact person: Dean R. Meech FUNDING REQUIREMENTS: Amount: $442.582.60 Source: (Acct. No.) 127-412-55131 (Acct. DescriPtion) Automated Side Loadin9 Refuse Vehicle , \ ~ Finance: ( ~ Dr Oneil Notes: Agenda Item No.1 ~ / 'I . u. ~ - 4 . I) CITY OF SAN BERNADINO - REQUEST F~ COUNCIL ACTION o o o ...c n..'::A STAFF REPORT F-91-09 The proposed purchase is for three (3)' automated side loading refuse vehicles to be utilized in daily operations by the Public Services/Refuse Department. At the request of the department, appropri ate specifi cati ons were prepared, published and furnished to area suppliers. Bids were publicly opened and declared on February 7, 1991. The followin9 is a su~nary of Bids received. COf4PAtlY TOTAL OF BID (INCLUDING TAX) BID A BID B BID C BID D California Truck Equipment No Bid Associated Diesel No Bid *En9s Motor Truck Co. $347,319.00 346,370.00 343,351.00 339,117.00 Trans-I~est Ford No Bid Universal Mack No Bid Inland Empire White GMC $350,194.38 349,05.70 341,992.80 Azusa White GMC $358,153.11 Carmenita Truck Center $349,095.29 354,926.16 357,296.85 Ni neteen (19) bi dders of thi s commodi ty were sol i cited. Ei ght (8) bi dders responded, four (4) no bi ds and four (4) val i d bi ds. Those four (4) bi dders offered a total of eleven (11) bids with the alternate bids included. Although the lowest bid of the eleven bids offered is $6,202 lower than the bid of Engs Motor Truck Company bid of $347,319.00, the using department and fleet manager feel continuity of the fleet trucks and parts commitment that accompany that support of equi pment is of importance. The vehi c1 e bodi es, being of the same manufacturer, are also compatible with the existing in-house fleet of seven (7) trucks. Specifications as bid have been reviewed with the Director of Public Services/Refuse and the Fleet Manager \~ho concur that the Bid of Engs Motor Truck Company meets specifi cati ons and requi rements. It is therefore recommended that the Bid be accepted for contract. The equipment funding is a lease purchase transaction. The lease purchase amount to finance is $347,319.00 including tax. The cost to finance is $75,263.60 at 7.47'1, payable 6 months in arrears for 10 semi annual payments of $42,258.26 for a total payout of $442,582.00 over 5 years. The 1 ease purchase vendor is Pacifi corp Capital Inc. Equi pment del i very is 160 days A.R.O. Lease payment commences approximately 6 months after receipt of equipment. Account Number: 127-412-55131 Total Amount: $442,582.60 ~,,~t~~ Purchasing Agent ~:df~ i Director of Public Services/Refuse o o . .. 10 11 12 13 14 15 16 17 18 19 o 27 28 . . .... .. IJj o o 1 2 3 RESOLUTION NO. 4 RESOLUTION OF THE CITY OF SAN BERNARDINO AUTHORIZING THE ISSUANCE OF A PURCHASE ORDER TO ENGS MOTOR TRUCK FOR THE FURNISHING AND DELIVERY OF THREE (3) AUTOMATED SIDE LOADING REFUSE VEHICLES, TO BE UTILIZED BY THE PUBLIC SERVICES/REFUSE DEPARTMENT IN ACCORDANCE WITH BID SPECIFICATION F-9l-09. 5 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: 6 7 SECTION 1. That Engs Motor Truck Company is the lowest and best responsible bidder for the furnishing and delivery of three (3) automated side loading refuse vehicles in accordance with Bid 8 9 Specification F-9l-09 for the total amount of Four-Hundred-Forty- two-Thousand-Five-Hundred-Eighty-two Dollars and Sixty Cents ($442,582.60); pursuant to this determination, the purchasing Agent is hereby authorized and directed to issue a Purchase Order for said three (3) automated side loading refuse vehicles to said lowest and best responsible bidder; such award shall only be effective upon the issuance of a Purchase Order by the Purchasing Agent: and all other quotations therefore are hereby rejected. SECTION 2. The authorization to execute the above- referenced Purchase Order is rescinded if the parties to the purchase fail to execute it within sixty (60) days of the 20 passage of this resolution. 21 22 I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and Common Council of the City of 23 24 25 26 San Bernardino at a meeting thereof, held on the , 1991, by the following vote, to wit: day of / / / / DCR/dys/engs.res March 11, 1991 1 I~ J.. o 1 2 3 4 5 6 10 o 11 12 13 14 15 16 17 . . . .... ~ o o RESOLUTION...AUTHORIZING THE ISSUANCE OF A PURCHASE ORDER TO ENGS MOTOR TRUCK FOR THE FURNISHING AND DELIVERY OF THREE (3) AUTOMATED SIDE LOADING REFUSE VEHICLES...IN ACCORDANCE WITH BID SPECIFICATION F-91-09. Council Members: AYES NAYS ABSTAIN ESTRADA REILLY 7 FLORES 8 9 MAUDSLEY MINOR POPE-LUDLAM MILLER City Clerk of The foregoing resolution is hereby approved this , 1991. day W. R. Holcomb, Mayor 18 City of San Bernardino 19 Approved as to form and legal content: 24 25 26 o 27 28 20 JAMES F. PENMAN, 21 City Attorney 22 23 DCR/dys/engs.res March 11, 1991 2