Long Beach, CA
File #: 06-1157    Version: 1 Name: FM/PW - Spec PA-02006 - Peck Road Truck Center
Type: Contract Status: CCIS
File created: 11/8/2006 In control: City Council
On agenda: 11/14/2006 Final action: 11/14/2006
Title: Recommendation to adopt Specifications No. PA-02006 and award a contract to Peck Road Truck Center for furnishing and delivering four, three-axle Condor, Model PRL-42E, liquefied natural gas powered dump trucks in the amount of $708,816, including tax. (Citywide)
Sponsors: Financial Management, Public Works
Indexes: Contracts
Attachments: 1. 111406-C-17sr
Related files: 29817_000
TITLE
Recommendation to adopt Specifications No. PA-02006 and award a contract to Peck Road Truck Center for furnishing and delivering four, three-axle Condor, Model PRL-42E, liquefied natural gas powered dump trucks in the amount of $708,816, including tax. (Citywide)

DISCUSSION
City Council approval is being requested to enter into a contract for the purchase of four, three-axle Condor, Model PRL-42E dump trucks.

The Department of Public Works has an immediate need to purchase four liquefied natural gas (LNG) powered dump trucks as part of the City's multi-year vehicle replacement plan. This purchase will replace four diesel-powered dump trucks, ranging in age from 16 to 18 years. The budgeted replacement cycle of dump trucks is 15 years.

The bid was advertised on August 3, 2006, and 15 potential bidders were notified of the bid opportunity; three are Minority-owned Business Enterprises (MBEs), none are Womenowned Business Enterprises (WBEs), five are Long Beach businesses, and none were certified Small Business Enterprises (SBEs). The bid document was made available from the Purchasing Division located on the Plaza Level of City Hall and the Division's website at www.lbpurchasinQ.orQ. A bid announcement was also included in the Purchasing Division's weekly update of Open Bid Opportunities, which is sent to 32 local, minority and women's business groups. Bids were opened on August 9, 2006. Peck Road Truck Center of Whittier, CA, is the lowest responsible bidder.

This matter was reviewed by Senior Deputy City Attorney Donna F. Gwin on July 12, 2006 and Budget Management Officer David Wodynski on November 6, 2006.

TIMING CONSIDERATIONS
City Council action to adopt Specifications No. PA-02006 and award a contract concurrently is requested on November 14, 2006 to expedite the replacement of four dump trucks.

FISCAL IMPACT
The cost of this contract, in the amount of $708,816, is included in the Fleet Services Fund (IS 386) and in the Department of Public...

Click here for full text