HomeMy WebLinkAbout11/03/2009, C2 - INVITATION FOR BIDS - FIVE PICKUP TRUCKS, SPECIFICATION NO. 90991 council Mk Dm 11-03-2009
j acEnba Repoat
CITY OF SAN LUIS O B I S P O
FROM: Jay D. Walter, Director of Public Work
Prepared By: Ron Holstine, Fleet Mainqance Supervisor
SUBJECT: INVITATION FOR BIDS—FIVE PICKUP TRUCKS,
SPECIFICATION NO. 90991
RECOMMENDATIONS
1. Authorize staff to advertise an Invitation for Bids for four compact extended-cab pickup
trucks and one full-size extended cab pickup under Specification No. 90991.
2. Authorize the City Manager to award purchase orders if the lowest responsible bids are
within available funding.
DISCUSSION
Background
The invitation for bids (Attachment 1) includes a total of five pickup trucks for replacement.
Funding for four of the vehicles was included in the 2007-09 Financial Plan and for the fifth
vehicle in the 2009-11 Financial Plan. The 2007-09 Financial Plan vehicle purchases were
deferred as part of the City's Fiscal Emergency Plan that was in effect through June 30, 2009.
Due to these delayed purchases, there are now a total of five pickup truck replacements being
solicited as part of the invitation forbids (IFB). Four of the pickup trucks are specified as compact
extended cab and one as a full-size extended cab pickup truck. The full-size extended cab pickup
truck is for the Water Distribution crew. The intent is to make one of the truck replacements full-
size to in order to consolidate the heavier water service tasks. These tasks include lifting and
placement of water meters and for use as stand-by and emergency service vehicles.
The following summarizes the proposed purchases by department and funding source:
Pick-UrPurchase Summa
Department
Public Works(CIP Engineering) Fleet Replacement 2009-11 1
Parks&Recreation Fleet Replacement 2007-09 1
Utilities Water 2007-09 3
Total 1 5
The original CII' requests for these replacements are provided in Attachments 2, 3 and 4,
summarized as follows:
Public Works Department
One compact extended cab pickup truck for the Public Works CIP Engineering division was
approved for replacement in 2009-10 as part of the 2009-11 Financial Plan - Appendix B, pages
3-405 to 3-407 (Attachment 2). (Another is scheduled for replacement in the"out years"in 2011-
12.) Staff estimates replacement of one compact extended cab pickup truck in 2009-10 will cost
b, - I
IFB—Replacement of Five Pickup Trucks, Specification No. 90991 Page 2
$23,500. This vehicle, Specification No. 90956, is utilized as a pool vehicle for CIP Inspection
staff for field work and is included as part of this bid package.
Parks and Recreation Department
Two vehicles for the Parks and Recreation Department, including one Sports Utility Vehicle
(SUV) and one compact extended cab pickup truck were originally approved for replacement as
part of the 2007-09 Financial Plan - Appendix B, pages 3-386 to 3-389 (Attachment 3). The
SUV was replaced in 2007-08. However, the purchase of the compact extended cab pickup
truck, scheduled for replacement in 2008-09, was deferred. Staff estimated the purchase of one
compact extended cab pickup truck to cost $20,900. However, after readjusting for 2009-11
purchase projections, staff anticipates a minor budget shortfall, which can be funded from the
Completed Projects account.
Utilities Department
Four compact pickup trucks for the Water Distribution Customer Service program (referred to as
mid-size trucks in the original replacement requests) were originally approved for replacement as
part of the 2007-09 Financial Plan - Appendix B, pages 3-104 to 3-107 (Attachment 4) and
$83,600 was allocated for these purchases. The project available balance is currently$89,600 due
to an additional $6,000 added to the project budget to purchase four trucks based on revised
estimates in early 2009. Subsequently, these vehicle replacements were deferred as part of the
City's Fiscal Emergency Plan.
Due to Utilities staff reduction in the Water Division as part of the 2009-11 Financial Plan, only
three pickup trucks are proposed for replacement, Specification No. 90862, for the Utilities
department as part of this bid package.. Due to size constraints associated with the current
compact pickups, equipment needed for on-call response is located in multiple vehicles. In order
to consolidate the equipment and improve response times and efficiency in the field, it is
proposed one of the trucks be upgraded to a full-size pickup. The fiscal impact of this proposed
change is small and is discussed further in the fiscal impact section..
Can These Truck Replacements Be Deferred?
These trucks are used for hauling heavy and diverse equipment on a daily basis, in-town under stop
and go driving conditions. There is higher than normal wear from in-town verses highway miles
accumulated in rough service use. The trucks are driven in off-road conditions under load which
affects front end parts wear and alignment. In addition, transmissions and rear axles experience
more frequent shifting under heavy load. These extremes affect all trucks but especially the water
distribution trucks which haul brass water meters, plumbing parts, tools and wet spoils. In the case
of the Parks & Recreation and Public Works trucks, deterioration from age is becoming an issue in
addition to other mechanical concerns. All the trucks are reaching the point where some major
component repairs have either already occurred or will likely be occurring soon. These additional
repairs will further burden the fleet maintenance budget (which was recently reduced) and increase
impacts on mechanic and end user staff time from increasing service occurrences and down time.
Typical potential increased costs for repair or replacement items are: Transmission replacement
$3,500; Rear differential rebuilt/replacement $1,700/$3,000; Cylinder Head Rebuilding $3,000;
Steering Column rebuilt/replace$700/$1,200. Much of the fleet replacement program was deferred
as part of the reductions taken in the 2009-11 Financial Plan process after extensive review. Four of
these vehicles are replacements approved in the earlier 2007-09 Financial Plan that were
(2oZ .0-),
IFB- Replacement of Five Pickup Trucks, Specification No. 90991 Page 3
temporality deferred because of the fiscal emergency in 2009. One vehicle in the current financial
plan was approved for replacement after surviving an extensive review of the fleet that resulted in
deferral of a significant number of vehicles. Below is a table with an over view of each truck to be
replaced.
Vehicle ID# Replace Current Repair Repair Issues
Type Target Age/Miles Costs
2003 Chevy 0401 11/90,000 6/91,162 $9,856 Deterioration from age/rugged use
SIO Frequent servicing due to heavy use
Brake booster&electronics replaced
Interior seating repairs
2001 Dodge 0119 11/90,000 9/71,530 $8,925 Door hinge welds repaired 3 times
Dakota Door replaced due to metal fatigue
Brakes lock up randomly
Repairs from minor accident
Wheel bearing and hub replacements
Frequent Front end alignments
Steering Column repair needed
Cylinder head rebuilding needed
Excessive tire wear off road_ use
2001 Dodge 0120 11/90,000 9/86,060 $9353 Transmission repairs made
Dakota Starter replaced
Significant front end parts replaced
Water pump replaced
Steering Column repair needed
Cylinder head rebuilding needed
2001 Dodge 0121 11/90,000 9/77,173 $11,367 Rear differential rebuilt
Dakota Transmission repairs
Water pump replaced
Steering Column repaired
Cylinder head rebuilding needed
Frequent Front end alignments
Excessive tire wear off road use.
1996 Ford 9608 11/90,000 14/66,363 $5,546 Deterioration from age
Ranger Internal tank fuel pump replacement
1996 Ford 9907 11/90,000 14/68,800 $99433 Deterioration from age
Ranger Front end repairs from accident
Frequent battery replacement
Alternator replaced twice
Inconsistent running condition
Electrical problems
Towed into shop for repairs
Alternative Fuel Consideration
Fleet staff recently pursued a grant to help purchase propane powered trucks and a fueling site. The
grant application was submitted in June 2009 as part of a larger grant request facilitated by the
C�- 3
IFB—Replacement of Five Pickup Trucks, Specification No..90991 Page 4
Central Coast Clean Cities Coalition. Unfortunately, the City of San Luis Obispo was not selected
as a recipient of the Clean Cities grant. The grant would have provided supplemental funding to
purchase several propane trucks as well as a propane fueling site at the Corporation Yard. It is
hoped that future grants will set a system in place where propane trucks could be added to the fleet
as replacements occur.
Compressed Natural Gas(CNG) was also an alternative fuel option considered by staff for the fall-
size pickup. Although full size pickups are available through California Multiple Award Schedule
(CMAS) for conversion to CNG, the conversion would be an additional expense of about $18,000
per vehicle. The City's Fleet policy specifies that alternative fuel vehicles can be considered if only
up to 20% higher cost than a similar conventionally fueled unit. CNG conversion cost for this
pickup truck would increase the purchase price by 77% compared to a conventionally fueled unit.
Bid Versus Cooperative Purchase
The City's Fleet policy encourages the use of cooperative purchasing through the State's CMAS
bidding program. Fleet staff compared the 2009 base pricing from a CMAS dealer and a local
dealer. After adjusting for sales tax differential of 1.5%, delivery and a 3% CMAS
administrative fee, the local dealer quote was found to be competitive. Therefore, staff
recommends pursuing a formal bid process, in lieu if cooperative purchasing, for this
procurement.
FISCAL IMPACT
The approved funding for the vehicle replacements was based on costs projected at the original
target replacement dates. The replacement costs now vary from the original estimates as some of
these purchases have been deferred. In addition, the projected replacement prices did not include
optional rear access doors. In the 2009-11 Financial Plan, fleet staff began including funding for
rear access doors, as a required feature, for extended cab pickup truck purchases. This change
was made based on past experience with purchasing extended cab trucks. without such doors.
Access to the extended cab storage area was difficult and impractical for staff that regularly uses
the rear compartment for storage and transport of heavy equipment.
Fleet Replacement Fund
There is $23,500 allocated for the Public Works CIP Engineering compact extended-cab pickup
truck. Staff feels this is adequate funding to support this purchase since the projected pricing was
made in the current financial plan timeframe and included the extended cab access door costs.
Fleet Replacement Fund 2009-11 Estimated
Appendix B Purchase
CIP Engineering(90956) Compact Pickup 3-405 ($18,800)
After market accessories and radio ($4,500)
Total ($23,300)
Available Project Balance $23,500
Remaining project balance $200
Currently, there is $20,900 available for the Parks and Recreation compact extended-cab pickup
truck. Staff anticipates that this funding will not be adequate since the projected pricing was
Com- q
IFB—Replacement of Five Pickup Trucks, Specification No. 90991 Page 5
made in the 2007-09 Financial Plan and did not include the cost for extended cab rear access
doors. There is $32,642 available in the Fleet Replacement Fund Completed Projects account to
cover the$2,400 projected budget shortfall.
Fleet Replacement Fund 2007-09 Estimated
Appendix B Purchase
Parks &Recreation(90859) Compact Pickup 3-386 ($18,800)
After market accessories and radio ($4,500)
($23,300)
Available Project Balance $20,900
Remaining project balance (shortfall) ($2,400)
Water Enterprise Fund
For the Utilities department pickup replacements, there is currently $89,800 available in the
project budget. Since only three of the trucks are now needed; there will be considerable funding
remaining in the project account. This anticipated budget savings will help offset replacement
projections and additional expenses for the rear access doors on all trucks, and the upsizing of
one truck, all of which were not included in the original 2007-09 projections.
Water Fund 2007-09 Estimated
Appendix B Purchase
Water Customer Service(90862) Compact 3-104 ($18,800)
Water Customer Service(90862) Compact 3-104 ($18,800)
Water Customer Service(90862) Full Size 3-104 ($22,100)
After market accessories and radios ($13,500)
Total estimated purchase cost ($73,200)
Available Project Balance $89,800
Remaining project balance $16,600 .
ALTERNATIVES
Defer replacements. Council may choose to reduce or not approve funding for these vehicle
replacements regardless of the bid results. This alternative is not recommended because all of
the vehicles have deteriorated to the point that their reliability for daily operations is in question.
Four of the replacements programmed in the 2007-09 Financial Plan have already been deferred
once and the fifth replacement has high repair costs and high down time in the shop. See Deferral
section in the report above for more details.
ATTACHMENTS
1. Invitation for Bids
2. 2009-11 Appendix B pages 3-405 to 3-407
3. 2007-09 Appendix B pages 3-386 to 3-389
4. 2007-09 Appendix B pages 3-104 to 3-107
T:\Council Agenda Reports\Public Works CAR\2009\Flcd\IFB Pickups CAR\_CAR-advertise five Pickups 90859,90862,90956.DOC
c�-s
Attachment 1
q"A Cit/ Of
san lues OBISPO
990 Palm Street ® San Luis Obispo,CA 93401
Notice Inviting Bids
for
Five Pickup Trucks
Specification No. 90991
The City of San Luis Obispo is inviting sealed bids to furnish four extended-cab compact pickup trucks
and one full-size extended-cab half ton pickup truck pursuant to Specification No. 90991. All bids must
be received in the Department of Finance and Information Technology by 3:00 p.m.Wednesday,
November 25,2009 when they will be opened publicly in the Council Hearing Room of City Hall at 990
Palm Street, San Luis Obispo,CA 93401.
Bids received after said time will not be considered. To guard against premature opening,each bid shall
be submitted to the Department of Finance and Information Technology in a sealed envelope plainly
marked with the bid title,specification number,bidder name, and time and date of the bid opening. Bids
shall be submitted using the forms provided in the specification.
Bid packages may also be obtained at the Public Works Department, 919 Palm St., San Luis Obispo,CA
at no charge,or by calling the Public Works Department at(805)781-7200 or by E-mail to
amontesa.slocitv.ora . Additional information may be obtained by calling Dave Smith at(805) 781-7209
or dsmith(q,slocitv.ora .
c� �
Attachment 1
Specification No. 90794
CONTENTS
A. Description of Equipment 1
B. General Terms and Conditions 2
C. Special Terms and Conditions 5
Bid Form 6
Attachment 1
Section A
DESCRIPTION OF EQUIPMENT
The City of San Luis Obispo is inviting bids to furnish five new rear-wheel-drive pickup trucks with rear
access doors. Four of the trucks are to be compact models and one is to be a full size half model. All
trucks shall be the manufacturer's latest current year models,meet the minimum specifications listed in
this section, and are complete,serviced, fitted with all standard equipment as published on the
manufacturer's website,and ready for service. Examples of compact models that should meet the
standards listed in this section are Ford Ranger Supercab,Chevrolet Colorado Extended Cab,and Dodge
Dakota Extended cab. Crew cab configuration is not acceptable. Examples of full size models that should
meet the standards listed in this section are Ford F150 Supercab,Chevrolet Silverado 1500 Extended Cab,
and Dodge Ram 1500 Quad cab. All trucks shall be extended cab models with operable exterior behind
seat storage access doors,and vinyl bench.The extended cab compartment shall not be a full-size
passenger area(sometimes commonly referred to as a"full Crew Cab").
Minimum Specifications:
Compact Extended Cab pickup(4x2)with rear access doors Quantity of 4
Required engine type: In-line 5-cylinder or V-6 engine
Minimum engine displacement: 3.6 liter
Transmission type: Automatic
Maximum overall length of vehicle: 219 inches
Minimum number of exterior doors for extended cab: 2 passenger,2 rear access
Exterior color: White
Interior color: Gray
Seat upholstery material: Vinyl split or bucket seats
Air conditioning: Included
Power mirrors, doors locks and windows: Included
Minimum Full factory warranty period on vehicle: 3 years or 36 months
Minimum Full factory warrantyperiod on power train: 5 years or 60 months
Full-Size Extended Cab '/Z ton pickup(4x2)with rear access doors Quantity of I
Required engine type: V-8 engine
Minimum engine displacement: 4.6 liter
Transmission type: Automatic
Maximum overall length of vehicle: 232 inches
Minimum number of exterior doors for extended cab: 2 passenger,2 rear access
Exterior color: White
Interior color: Gray
Seat upholstery material: Vinyl split or bucket seats
Air conditioning and towing package: Included
Power mirrors, doors locks and windows: Included
Towing package: Included
Minimum Full factory warranty period on vehicle: 3 years or 36 months
Minimum Full factory warranty period on power train: 5 years or 60 months
All equipment and accessories shall be OEM parts installed at the factory as part of the normal production
build.Third party installations are not acceptable. The Contractor shall pay for all incidental expenses
associated with warranty service, including,but not limited to transportation and labor and parts costs if
the Contractor elects to have the City perform warranty service.
Attachment 1
Section B
GENERAL TERMS AND CONDITIONS
1. Requirement to Meet All Provisions. Each individual or firm submitting a bid(bidder)shall
meet all of the terms and conditions of this specification. By virtue of its bid submittal,the
bidder acknowledges agreement with and acceptance of all provisions of this specification.
2. Bid Submittal. Each bid must be submitted on the form provided in this specification and
accompanied by any other required submittals or supplemental materials. Bid documents shall be
enclosed in an envelope that shall be sealed and addressed to the Department of Finance and
Information Systems,City of San Luis Obispo, 990 Palm Street, San Luis Obispo,CA,93401. In
order to guard against premature opening, the bid should be clearly labeled with the bid title,
specification number,name of bidder,and date and time of bid opening. No FAX submittals will
be accepted.
3. Bid Quotes and Unit Price Extensions. The extensions of unit prices for the quantities
indicated and the lump sum prices quoted by the bidder must be entered in figures in the spaces
provided on the bid form. Any lump sum bid shall be stated in figures. The bid form must be
fully completed. If the unit price and the total amount stated by any bidder for any item are not in
agreement,the unit price alone will be considered as representing the bidder's intention and the
bid total will be corrected to conform to the specified unit price.
4. Bid Withdrawal and Opening. A bidder may withdraw its bid without prejudice prior to the
time specified for the bid opening by submitting a written request to the Director of Finance for
its withdrawal, in which event the bid will be returned to the bidder unopened. No bid received
after the time specified or at anyplace other than that stated in the"Notice Inviting Bids"will be
considered. All bids will be opened and declared publicly_ Bidders or their representatives are
invited to be present at the opening of the bids.
5. Submittal of One Bid Only. No individual or business entity of any kind shall be allowed to
make or file, or to be interested in more than one bid,except an alternative bid when specifically
requested
6. Communications. All timely requests for information submitted in writing will receive a written
response from the City. Telephone communications with City staff are not encouraged,but will
be permitted. However,any such oral communication shall not be binding on the City.
7. Bid Retention and Award. The City reserves the right to retain all bids for a period of 60 days
for examination and comparison. The City also reserves the right to waive non-substantial
irregularities in any bid,to reject any or all bids,to reject or delete one part of a bid and accept
the other,except to the extent that bids are qualified by specific limitations. See the"special
terms and conditions" in Section C of this specification for bid evaluation and purchase order
award criteria.
8. Competency and Responsibility of Bidders. The City reserves full discretion to determine the
competence and responsibility,professionally and/or financially, of bidders. Bidders will
provide, in a timely manner,any and all information that the City deems necessary to make such
a decision.
9. Ability to Perform. The Contractor warrants that it possesses,or has arranged through
subcontracts,all capital and other equipment, labor,materials,and licenses necessary to carry out
and complete the work hereunder in compliance with any and all federal, state, county,city,and
special district laws,ordinances,and regulations.
C a= 9
Attachment 1
10. Laws to be Observed. The Contractor shall keep itself fully informed of and shall observe and
comply with all applicable state and federal laws and county and City of San Luis Obispo
ordinances, regulations and adopted codes during its performance of the work.
H. Payment of Taxes. The contract prices shall include full compensation for all taxes that the
Contractor is required to pay.
12. Permits and Licenses. The Contractor shall procure all permits and licenses,pay all charges and
fees,and give all notices necessary.
13. Payment Terms. The City's payment terms are 30 days from the receipt of an original invoice
and acceptance by the City of the materials, supplies, equipment,or services provided by the
Contractor(net 30).
14. Interests of Contractor. The Contractor covenants that it presently has no interest,and shall not
acquire any interest direct or indirect or otherwise,which would conflict in any manner or degree
with the performance of the work hereunder. The Contractor further covenants that, in the
performance of this work, no subcontractor or person having such an interest shall be employed.
The Contractor certifies that no one who has or will have any financial interest in performing this
work is an officer or employee of the City. It is hereby expressly agreed that, in the performance
of the work hereunder,the Contractor shall at all times be deemed an independent contractor and
not an agent or employee of the City.
15. Hold Harmless and Indemnification. The Contractor agrees to defend, indemnify,protect and
hold the City and its agents,officers and employees harmless from and against any and all claims
asserted or liability established for damages or injuries to any person or property,including injury
to the Contractor's employees,agents or officers which arise from or are connected with or are
caused or claimed to be caused by the acts or omissions of the Contractor, and its agents, officers
or employees,in performing the work or services herein,and all expenses of investigating and
defending against same;provided,however,that the Contractor's duty to indemnify and hold
harmless shall not include any claims or liability arising from the established sole negligence or
willful misconduct of the City, its agents,officers or employees.
16. Purchase Order Assignment. The Contractor shall not assign,transfer,convey or otherwise
dispose of the purchase order,or its right,title or interest,or its power to execute such a purchase
order to any individual or business entity of any kind without the previous written consent of the
City.
17. Termination. If, during the term of the purchase order the City determines that the Contractor is
not faithfully abiding by any term or condition contained herein,the City may notify the
Contractor in writing of such defect or failure to perform; which notice must give the Contractor a
ten calendar day notice of time thereafter in which to perform said work or cure the deficiency.
If the Contractor has not performed the work or cured the deficiency within the ten days specified
in the notice,such shall constitute a breach of the purchase order and the City may terminate the
purchase order immediately by written notice to the Contractor to said effect. Thereafter,neither
party shall have any further duties,obligations,responsibilities,or rights under the purchase order
except,however;any and all obligations of the Contractor's surety shall remain in full force and
effect,and shall not be extinguished, reduced,or in any manner waived by the termination
thereof.
OC CZ:-/O
i
Attachment 1
In said event,the Contractor shall be entitled to the reasonable value of its services performed
from the beginning date in which the breach occurs up to the day it received the City's Notice of
Termination,minus any offset from such payment representing the City's damages from such
breach. "Reasonable value" includes fees or charges for goods or services as of the last milestone
or task satisfactorily delivered or completed by the Contractor as may be set forth in the purchase
order payment schedule; compensation for any other work, services or goods performed or
provided by the Contractor shall be based solely on the City's assessment of the value of the
work-in-progress in completing the overall work scope.
The City reserves the right to delay any such payment until completion or confirmed
abandonment of the project,as may be determined in the City's sole discretion,so as to permit a
full and complete accounting of costs. In no event,however, shall the Contractor be entitled to
receive in excess of the compensation quoted in its bid.
I
Attachment 1
Section C
SPECIAL TERMS AND CONDITIONS
I. Purchase Order Award. Subject to the reservations set forth in paragraphs 7 and 8 of the
general terms and conditions(Section B of this specification), a purchase order will be awarded to
the lowest responsible,responsive bidder.
2. Sales Tax Adjustment. For sales occurring within the City of San Luis Obispo,the City
receives sales tax revenues. Therefore,for bids from retail firms located in the City at the time of
bid closing for which sales tax is allocated to the City, 1.5 percent of the taxable amount of the
bid will be deducted from the bid by the City in calculating and determining the lowest
responsible,responsive bidder.
3. Delivery. Prices quoted for all supplies or equipment to be provided under the terms and
conditions of this specification shall include delivery F.O.B. San Luis Obispo by the successful
bidder. Delivery must occur within 90 days of the date a purchase order is issued.
4. Accuracy of this Specification. This specification is believed by the City to be accurate and to
contain no affirmative misrepresentation or any concealment of fact. In preparing its bid,the
bidder and all subcontractors named in its bid shall bear sole responsibility for bid preparation
errors resulting from any misstatements or omissions in this specification which could easily have
been ascertained. Although the effect of ambiguities or defects in this specification will be as
determined by law,any patent ambiguity or defect shall give rise to a duty of the bidder to inquire
prior to bid submittal. Failure to so inquire shall cause any such ambiguity or defect to be
construed against the bidder. An ambiguity or defect shall be considered patent if it is of such a
nature that the bidder,assuming reasonable skill,ability,and diligence on its part,knew or should
have known of the existence of the ambiguity or defect. Furthermore,failure of the bidder or
subcontractors to notify City in writing of specification defects or ambiguities prior to bid
submittal shall waive any right to assert said defects or ambiguities subsequent to submittal of the
bid.
In the event that,after award of the purchase order,any dispute arises as a result of any actual or
alleged ambiguity or defect in this specification,or any other matter whatsoever,the Contractor
shall immediately notify the City in writing, and the Contractor and all subcontractors shall
continue to perform, irrespective of whether or not the ambiguity or defect is major,material,
minor or trivial, and irrespective of whether or not a change order,time extension, or additional
compensation has been granted by City. Failure to provide the hereinbefore described written
notice within one working day of the Contractor becoming aware of the facts giving rise to the
dispute shall constitute a waiver of the right to assert the causative role of the defect or ambiguity
in this specification concerning the dispute.
C�la-
Attachment 1
BID FORM
The undersigned,who is authorized to represent the bidding firm and has carefully examined
Specification No. 90991,agrees to furnish the equipment described in Section A of Specification No.
90991 for the following pricing quoted in full:
Base Price of compact extended-cab pickup $
Fees $
Sales Tax @ 8.75 percent $
Total Unit Price $
Delivery $
Total Units to be Ordered 4
Extended Price $
Base Price of full-size extended-cab %z ton pickup $
Fees $
Sales Tax @ 8.75 percent $
Total Unit Price $
Delivery $
Total Units to be Ordered j
Extended Price $
Prices shall be FOB 25 Prado Road, San Luis Obispo, California.
Equipment delivery time in calendar days after receipt of purchase order
Bidding Firm Name and Address
Contact Phone
S nature of Authorized Representative
Date
ca�r3
I I
Attachment 1
SPECIFICATION CONFORMANCE
Proposing firms must fill in the"Proposed"column below to show how the equipment to be furnished
will conform to the standards listed in Section A of the specification(90991). Use additional sheets if
necessary to explain deviations from minimum standards required.
Compact extended cab pickups Standard Proposed
Required engine type: In-line 5-cylinder or V-6
Minimum engine displacement: 3.6 liters
Transmission type: Automatic
Maximum overall length-extended cab: 219 inches
Minimum number of exterior doors for extended cab 4 doors
Exterior color: White
Interior color: Gray
Seat upholstery material: Vinyl
Air conditioning: Included
Power mirrors, doors locks and windows: Included
Full factory warranty period on vehicle: 3 years or 36 months
Full factory warranty period on drivetrain: 5 years or 60 months
Full size extended cab '/:ton pickup Standard Proposed
Required engine type: V-8
Minimum engine displacement: 4.6 liters
Transmission type: Automatic
Maximum overall length-extended cab: 232 inches
Minimum number of exterior doors for extended cab 4 doors
Exterior color: White
Interior color: Gray
Seat upholstery material: Vinyl
Air conditioning: Included
Power mirrors, doors locks and windows: Included
Towing package Included
Full factory warranty period on vehicle: 3 years or 36 months
Full factory warranty period on drivetrain: 5 years or 60 months
G:\Administrative\Service-Supply-Contracts\Fleet Purchasing\IFB trucks\2009-10\IFB-Spec 90859,90862,and 90956-5 Pickup Trucks.doc
ca- ��
- Attachment 2
COMMUNITYDEVELOPMENT
FLEET REPLACEMENT-CTP ENGINEERING DESIGN PICKUPS
CIP Project Summary
Replacing one compact pickup with a compact extended cab pickup in 2009-10 will cost$23,500.
Replacing one full size %2 ton pickup with a compact extended cab pickup in 2011-12 will cost$24,300.
Project Objectives
1. Comply with fleet replacement policy.
2. Keep maintenance costs reasonable.
3. Provide safe and productive work environment.
Existing Situation
The existing vehicles are used daily by Public Works and Community Development staff based at 919 Palm Street
for work on design and project review work. The decision to replace is based on a combination of the following
factors:
1. Actual miles of operation compared to replacement miles in Fleet policy.
2. Actual years of operation compared to expected years in Fleet Policy.
3. Suitability of the equipment for current use.
4. Review of mechanical condition and history by Fleet Supervisor and operating Department users.
5. Evaluation of maintenance costs by Fleet Supervisor and operating Department users.
Compact standard cab to compact extended cab pickup
This pool vehicle is unassigned and used by multiply employees on request in Public Works and Community
Development for field work and training travel. Staff initially requested that the compact pickup be replaced with
a standard cab, full size pickup to better accommodate multiple persons with tools and paperwork needing to be
transported into the field. Staff was shown the extended cab compact pickup that has become the standard model
type used for the CIP Inspectors.They agree that a compact,extended cab pickup with the additional storage will
provide sufficient passenger and cargo space for the intended use. This pickup replacement was approved in the
2007-09 Financial Plan.
Standard cab Y,ton pickup to compact extended cab pickup
Similarly, this pool vehicle is unassigned and used by multiply employees on request in Public Works and
Community Development for field work and training travel.Staff initially requested that the full size standard cab
pickup be replaced in kind with a similar size pickup to better accommodate multiple persons with tools and
paperwork needing to be transported into the field. Staff was shown the extended cab compact pick which has
become the standard model type used for the CIP Inspectors. They agree that the extended cab and addition
storage will provide sufficient cargo space for the intended use. This pickup replacement was approved in the
2007-09 Financial Plan.
Goal and Policy Links t
1. Fleet Management Policy,section 405 of the Financial Management Manual
2. Fleet Operating program goal to provide safe,efficient,and reliable vehicles and equipment.
II
I
3-405
Attachment 2
COMMUNITY • •
FLEET REPLACEMENT—CIP ENGINEERING DESIGN PICKUPS
Project Work Completed
The fleet manager has evaluated the condition of the proposed fleet replacements for conformance with fleet
management polices and operational needs, and researched pricing through the State's cooperative purchasing
program or other sources.
Environmental Review
No environmental review is required.
Project Constraints and Limitations
No project constraints or limitations exist.
Stakeholders
CIP Project Engineering staff,Transportation Planning & Engineering staff, Community Development staff and
Fleet Maintenance staff
Project Phasing and Funding Sources
Pro ect Costs by Phase
Project Costs
Budget-to-Date 2009-10 2010-11 1 2011-12 2012-13 Total
Equipment Acquisition 23,500 24;300 47,800
Total - 23,500 - 24,300 - 47,800
Project Funding Source
General Fund
Key Project Assumptions
1. Vehicle replacement costs are based on existing State cooperative purchasing prices.
2. Vehicle costs will increase by 2%annually from 2007-08"benchmark"costs.
3. Vehicle miles at the time of replacement are projected assuming the same proportional usage rate in the future
as year-to-date age and usage.
Project Manager and Team Support
Project Manager
Fleet Maintenance Supervisor
Project Team
Deputy Director of Public Works
Fleet Maintenance Supervisor
Cd -
3 406 6.
Attachment 2
COMMUNITY • '
FLEET REPLACEMENT—CIP ENGINEERING DESIGN PICKUPS
Alternatives
Deny, Defer or Re-phase the Request: This will lead to proportionally higher costs for maintenance and
operation reflected in the program budgets for Fleet Maintenance and the Department using the equipment.
Operating Program
Engineering Development Review(50400)
Project Effect on the Operating Budget
Pra'ect
Management
Responsible Staff Hours
Engineering Staff 8
Fleet Maintenance Staff 16
Public Works Administration 8
Operations and Maintenance After Project Completion
Typical annual costs for preventative maintenance such as oil/filter changes, inspections, plus as-needed
replacement of wear parts such as tires,batteries,brakes,filters,lamps,and fuses. No cost savings is anticipated
Description of Replacement Units
R lacementFiscalYear 2009-10 2011-12
City Fleet Number 9907 9909
Vehicle Type *pickup *pickup
Make Ford Ford
Model Ranger F150
Model Year 1996 1997
Date Entered City Service 1999 1999
Odometer Reading at 11-01-08 65,500 47,601
Re Iacemerif Gnidelities`:.. :::-
Target:Years and Mileage 11/90,000 11/90,000
Pro ected atReplacement: 13(/0,600 14/56,000
Ite IaciSmentC.ost-':`::::•.-'=:.:. :: .:-.: '_:_-,.:.:�;, :_ =':: '.:.;:`.-:::_ `:;._: :::. :.:. :..::__:_ :; i_;-:_:_::�
Base Unit $16,900 $16,900
Accessories&Other Costs $2,300 $2,300
Special Painting/Striping $100 $100 j
Radio $2,000 $2,000
Inflation adjustment $0 $852
Delivery $300 $300
Sales Tax $1,855 1 $1,855
Total $23,455 $24,307
Total:2009-10E-12-3-4-5-01 Total:2011-12 $24,300
*Proposed change in vehicle type:see"Existing Situation"explanation.
i
3-407 eoZ
Attachment 3
LEISURE, CULTURAL & SOCIAL SERVICES
FLEET REPLACEMENT—PARKS &RECREATION
CEP Project Summary
1. Replacing one sport utility vehicle with a short wheel base, 4x4 crew cab pickup in 2007-08 will cost
$31,100.
2. Replacing one compact pickup with an extended cab compact pickup with 6' bed in 2008-09 will cost
$20,900.
Project Objectives
1. Comply with fleet replacement policy.
2. Keep maintenance costs reasonable.
3. Provide safe and productive work environment.
Existing Situation
The existing vehicles are utilized by staff based at the Parks and Recreation offices. The pickup is used daily by
employees working at City facilities and parks.The SUV is used daily by Ranger staff for patrol and maintenance
of open space.The decision to replace is based on a combination of the following factors:
1. Actual miles of operation compared to replacement miles in Fleet policy.
2. Actual years of operation compared to expected years in Fleet Policy.
3. Possible unsuitability of the equipment for current use.
4. Review of mechanical condition and history by Fleet Supervisor and operating Department users.
5. Evaluation of maintenance costs by Fleet Supervisor and operating Department users.
Ranger S.U.K to Crew Cab Pickup
The exiting S.U.V. (ID 0117) will be within fleet policy for replacement in year 2007-08. This vehicle.
replacement was previously identified in the 2005-07 Financial Plan but is recommended to be replaced with a
short wheel base, four-wheel drive crew cab pickup. Ranger staff regularly travel in teams to the same site open
space site making a 4-door truck more practical The proposed replacement vehicle can accommodate up to 5
occupants and provide needed room to haul equipment, tools, and supplies as well as trash and debris. This
vehicle configuration will reduce need for multiple vehicles to be taken to the same work location. In addition,
this type of truck is needed to safely tow some trailers that excess the load rating of a standard S.U.V.
Compact Regular cab to Compact extended cab pickup
The exiting pickup will be within fleet policy for replacement in year 2008-09. The existing compact pickup
replacement was previously identified in the 2005-07 Financial Plan but is recommended to be replaced with an
extended cab compact pickup with a 6 foot bed. Given the needs of staff,this type of truck better serve the
Department.
A six foot bed is needed for such tasks as setting up for special events,hauling room set up materials and
program supplies as well as other day to day work needs for supporting various programs. Often the equipment
that is being transported exceeds the current truck bed capacity. It is common for staff to transfer 8' tables,large
tent poles and other long and/or bulky equipment.The proposed larger truck bed size will help with these types
of transportation needs and provide staff with a safer working environment.
The extended cab will provide secure and weather protection when transporting equipment during normal vehicle
3-386
- Attachment 3
CULTURAL
FLEET REPLACEMENT—PARKS &RECREATION
use. Examples are public address systems and paper goods.Having an extended vehicle cab will help protect
property both in transit and when not in use.In addition,staff often works in pairs so an extended cab would help
accommodate multiple passengers with storage space for equipment and supplies.
Goal and Policy Links
1. Fleet Management Policy, section 405 of the Financial Management Manual.
2. Fleet Operating program goal to provide safe,efficient,and reliable vehicles and equipment.
Project.Work Completed
The fleet manager has evaluated the condition of the proposed fleet replacements for conformance with fleet
management polices and operational needs, and researched pricing through the State's cooperative purchasing
program or other sources.
Environmental Review
No environmental review is required.
Project Constraints and Limitations.
No project constraints or limitations exist.
Stakeholders.
Staff using the vehicle or equipment in the identified operating program in which the item is assigned.
Project Phasing and Funding Sources
Pro'ect Costs by Phase
Project Costs
Budget-to-Date 2007-08 2008-09 2009-10 2010-11 1 Total
Equipment Acquisition 1 31,1001 20,9001 52,000
Total 31,1001 20,9001 52,000
Project Funding by Source
Fleet Replacement Fund
Key Project Assumptions
1. Vehicle replacement costs are based on existing State cooperative purchasing prices.
2. Vehicle costs will increase by 5%annually from 2007-08"benchmark"costs.
3. Vehicle miles at the time of replacement are projected assuming the same proportional usage rate in the
future as year-to-date age and usage.
3-387 y
Attachment 3
CULTURAL
FLEET REPLACEMENT—PARKS &RECREATION
Project Manager and Team Support
Project Manager
Ron Holstine—Fleet Maintenance Supervisor
Project Team
Doug Carscaden—Senior Park Ranger
Ron Holstine—Fleet Maintenance Supervisor
Alternatives
Deny, Defer or Re-phase the Request. This will lead to proportionally higher costs for maintenance and
operation reflected in the program budgets for Fleet Maintenance and the Department using the equipment.
Operating Program
Parks and Recreation Administration 60100
Project Effect on the Operating Budget
Requesting Department— 16 hours
Fleet Staff—32 hours
Administrative Staff— 16 hours
Typical annual costs for preventative maintenance such as oil/filter changes, inspections, plus as-needed
replacement of wear parts such as tires,batteries,brakes,filters, lamps,and fuses.
Some saving in operation and maintenance costs may occur through more efficient and appropriate use of the
replacement vehicles proposed.
r
S.U.V.
3-388 �� -go
l
Attachment 3
SOCIALLEISURE, CULTURAL 8c
FLEET REPLACEMENT—PARKS &RECREATION
Description of Replacement Units
Replacement Pgeal Year 2007.08 2008-09
City Fleet Number 0117 9608
Vehicle Type *SUV *pickup
Make Chevrolet Ford
Model Blazer Ranger
Model Year 2000 1996
Date Entered City Service 2001 1996
{Odometer Reading
at 12-1-06 93,675 p 45,297 y
tlteCelO1CD�QOldeliReSJR„'`,i fc1'iP ie,l..lv.t�*-ijl�,iill Fr I x�ii+ei,i{jji�5�'i;t41.,V41 tri,rilii tF-sit 'Y"nt ✓16 f{it -1 k i t��?I .�i I�tt I h-i r���'�itKi '•ii°7:�^i�
- i. Tiri6 eil L •=.a�it�'.ks.cr,dll fm,n x in tr,,n!C_ firm a .. r. .r iasn. aa.
Target:Years or Mileage 11/90,000 11/90,000
Pro'ectedatReplacement: 11/117,100 12/52,100
t. ra •.. u^• " is rc �: sa ,;,(t, s - te. rt r ,aaa a. a as ea a
W��rGV.1L�r._. .rlt��x��_risr`wJul�lnvl•il utP�r,rl}Jwi,�rL�n!{'. tijinlr_t,i.i.Halsirs,i.�1�1�131,-1.�u '!L. _,cdlndlc.l r�Lat:
u�nm:L�:�IrghaF,x'.ilei?iF��7 i;llf�:?::KH�S
Base Unit $20,020 $13,646
Accessories&Other Costs $1,000 $2,650
Striping $700 $0
New Code3&equipment transfer $5,000 $0
Radio $2,000 $2,000
5%annual inflation $0 $915
Delivery $250 $250
Sales Tax $2,172 1 $1,489
Total Replacement Costs $31,142 $0 $0 $20,950 $0 $0
Total:2007-08 $31100 Total:2008-09 $20,900
"Proposed changed in vehicle type:see"Existing Situation"
3-389
Attachment 4
' PUBLIC
FLEET REPLACEMENT—WATER DISTRIBUTION
CIP Project Summary
1. Replacing one full-size pickup with a mid-size pickup in 2007-08 will cost$23,900
2. Replacing one flat bed crane truck in 2007-08 will cost$98,700
3. Replacing 4 mid-size pickups in 2008-09 will cost$83,600
Project Objectives
1. Comply with fleet replacement policy
2. Keep maintenance costs reasonable
3. Provide safe and productive work environment
Existing Situation
GMC Truck
The existing full size GMC truck was originally purchased to operate on either compressed natural gas(CNG) or
gasoline. Due to maintenance and operational issues, the CNG vehicles purchased at that time have been using
gasoline since shortly after the original purchase. This truck is utilized by the Water Distribution Supervisor
primarily for transportation within the city limits. As such, this vehicle does not accrue high mileage on an
annual basis. In contrast, the standby vehicle (Chevy S-10, #0401) which is driven by employees to their
residences when they are on call for off-hour response receives significant mileage which results in earlier
replacement due to mileage and maintenance issues. It is recommended that the full size pickup for the
Supervisor be replaced with a light extended cab pickup. The new vehicle would be initially used by the
Supervisor and then rotated into use as the standby vehicle. This will allow the City to obtain the greatest
utilization of the vehicle while potentially reducing long-terra maintenance costs associated with an older model
vehicle. The full size GMC truck has approximately 72,000 miles as of December 2006. This vehicle will have
over 12 years of service at the time of replacement. This vehicle is recommended for replacement based on age
and projected increased maintenance costs and reduced reliability.
Flat Bed Crane Truck
This vehicle is utilized by staff for maintenance of the water distribution system including pump replacements
and pressure reducing valve maintenance. The truck has had numerous problems since it was acquired and has
required significant associated maintenance expenditures. The truck has approximately 66,000 miles as of
December 2006 and will be 10 years old at the time of replacement. This vehicle is recommended for
replacement based on mileage and ongoing high maintenance costs and potential reduced reliability.
Specialized accessories needed for this unit include the 12 Ton crane, bench seat, extended cab, power
inverter/generator, electrical receptacles front & back, Compressor, Tool boxes (2) with mechanics drawers- on
both sides of unit under flatbed between rear wheels and aluminum tool boxes (2) 1 on each side of crane mount
butting up to cab area, (2) retractable reels for air hose and electrical extension cord, powered bed stabilizers,
strobes on truck running lights/blinkers, strobe bar on cab roof with directional arrows that can be seen by both
directions of traffic,cone rack/storage,and combo hitch/receiver.
3-104
Attachment
PUBLIC UTILITIES
FLEET REPLACEMENT—WATER DISTRIBUTION
Chevy S-10
This truck is used by staff for daily job duties as well as standby emergency response as discussed above.
Employees on standby are routinely called for response during off-hours which results in significant mileage and
vehicle wear and tear. This vehicle was placed in service in 2004 and already has approximately 47,000 miles
and is projected to have 94,000 miles at the time of replacement. This vehicle is recommended for replacement
based on mileage and projected increased maintenance costs and reduced reliability.
Dodge Dakotas
These trucks (3) are utilized by Customer Service staff for daily water meter reading and maintenance
activities. These vehicles receive heavy use in town and idle extensively (i.e. mileage not reflective of
engine wear). The vehicles currently have between 50,000 and 57,000 miles and are projected to have
between 70,000 and 80,000 miles at the time of replacement. These vehicles are recommended for
replacement due to the increasing maintenance costs and potential reduced reliability. These vehicles are
critical for collection of water and sewer revenues and reduced reliability is unacceptable.
Goal and Policy Links
1. Fleet Management Policy,section 405 of the Financial Management Manual
2. Fleet Operating program goal to provide safe,efficient,and reliable vehicles and equipment
3. The vehicles identified for replacement in the next two years were identified for replacement in the 2005/07
Financial Plan.
Project Work Completed
The fleet manager has evaluated the condition of the proposed fleet replacements for conformance with fleet
management polices and operational needs, and researched pricing through the State's cooperative purchasing
program or other sources.
Environmental Review
No environmental review is required
Project Constraints and Limitations
No project constraints or limitations exist
Stakeholders
Water Distribution,Customer Service,and Fleet Maintenance.
Project Phasing and Funding Sources
Water Fund
3-105 04,--d3
Attachment 4
PUBLIC UTILITIES
FLEET REPLACEMENT—WATER DISTRIBUTION
Pro'ect Costs by Phase
Project Costs
Budget-w-Date 1 2007-08 2008-09 2009-10 2010-11 Toms
Equipment Acquisition 1 122,6001 83,600 1 1 206,200
Total 1 122,6001 83,600 - - 206,200
Key Project Assumptions
1. Vehicle replacement costs are based on existing State cooperative purchasing prices.
2. Vehicle costs will increase by 5%annually from 2007-08"benchmark"costs.
3. Vehicle miles at the time of replacement are projected assuming the same proportional usage rate in the
future as year-to-date age and usage.
Project Manager and Team Support
Project Manager
Ron Holstine—Fleet Maintenance Supervisor
Project Team
Steve Johnson—Water Distribution Supervisor
Ron Holstine-Fleet Maintenance Supervisor
Alternatives
Deny, Defer or Re phase the Request. This will lead to higher costs for maintenance and operation. Reduced
vehicle reliability could impact staff productivity.
Operating Program
Water Distribution 55160
Project Effect on the Operating Budget
Requesting Department—24 hours
Fleet Staff—48 hours
Administrative Staff—24 hours
Typical annual costs for preventative maintenance such as oiUfilter changes, inspections, plus as-needed
replacement of wear parts such as tires,batteries, brakes, filters, lamps,and fuses.
3-106
oZ a�
Attachment
PUBLIC
FLEET REPLACEMENT-WATER DISTRIBUTION
Description of Replacement Units
Replacement Fiscal Year 2007-08 2008-09
City Fleet Number 9520 9703 0401 0119 0120 0121
Vehicle Type pickupflatbed pick up pick up pick up pick up
Make GMC Chevy Chevrolet Dodge Dodge Dod e
Model 1/2 ton S10 Dakota Dakota Dakota
Model Year 1994 1996 2003 2001 2001 2001
Date Entered City Service 19951 19971 2004 20011 20011 2001
Odometer Reading at 12-1-06 72,023 662011 47,1741 49,560 1 53,600 1 57,200
:} - '7 JiIW .'r Yi(X,tF:dkl A 11 IR,1t 2f �fy(1i31¢r ,,le lq�"�6:EL!net re +ra�11w. -4 xuy l {Agp=6
p P'•• t;V deline� J1111 atl� s!'4.,#.,L N,a u IriuiJ i! Y X1`9?.x•dllc x ii).N ttl„tmt.w e,t l w ,.11M I .ti ,,4,114Q a7au r 1 1'}i,ilrli.:
Target:Years or Mileage 11/90,0001 12/60,000 11/90,000 11/90,000 11/90,000 11/90,000
Projected at Replacei t 13/80,0001 lOn5,000 4/96,000 **7/70,000 **7!15,000 **7/80,000
y -'^'' '^'""'^"1- c 3!ill 1 t 11j I 111 Ii1::JtM jig 111 .N:l,Ix tit' .(3 A 10.110E f< iF I r l
mew CD ...:l.:.0...I v'Zx II..:el.'...-..:cJ6k'. :�..�r, {1 3 a .Eel�„ is I x,t(S7�nS a� +1ntl.Lr.7.',G1L�.!L g E:�'.l�ilt.0 LPi{1:::::g 1;lf">•..'
Base Unit $17,397 W_ W $37,415 _ $13,646 1 $13,646 $13,646 $13,646
Accessories&Other Costs $2,600 $0 $2,600 $2,600 $2,600 $2,600
X ton crane and bed $31,000
specialized accessories $24,975
Radio $2,000 $2,000 $2,000 $2,000 $2,000 $2,000
5%inflation $0 $0 $912 $912 $912 $912
Delivery $200 $250 $250 $250 $250 $250
Sales Tax $1,705 $3,055 $1,485 $1,485 $1,485 $1,485
Total Replacement Costs $23,902 $989695 $20893 $20,893 $20,893 $20,893
Total:2007-08 $122,600 Total:2008-09 $83,600
Replacement Fiscal Year 2009-10 2010-11
City Fleet Number
Vehicle Type
Make
Model
Model Year
Date Entered City Service
Odometer Reading at 12-1-06
Replacement Guidelines
Target:Years or Mileage
Projected at Replacement
Replacement Cost
Base Unit
Accessories&Other Costs
Delivery
Sales Tax
Total 0 0 0 0 0 0
Total:2009-10 $0 Total:2010-11 $0
** See "Existing Situation"
3-107 /d a