Skip to main content
File #: 17-5318   
Type: Ordinance-S Status: Adopted
Meeting Body: City Council Formal Meeting
On agenda: 1/24/2018 Final action: 1/24/2018
Title: Contracts for Replacing Allison Transmissions (Ordinance S-44218)
District: Citywide

Title

Contracts for Replacing Allison Transmissions (Ordinance S-44218)

 

Description

Request to authorize the City Manager, or his designee, to enter into contracts with Loomis Engine and Transmission, RWC International LTD, and W.W. Williams, for the repair, rebuild or replacement of Allison transmissions, in an amount not to exceed $750,000 over the life of the contracts. Further request authorization for the City Controller to disburse all funds related to this item.

 

Report

Summary

The Public Works Fleet Services Division manages a citywide fleet of approximately 7,300 units, with 1,500 vehicles and equipment having various types of Allison transmissions that require servicing. The contractors shall provide all transportation, labor, replacement parts (hard and soft), fluids, tools, software, equipment, and any other material required to remove, rebuild, replace, and/or repair and reinstall various Allison transmissions in the City vehicles and equipment.

 

Procurement Information

Invitation for Bid 18-FSD-041 was conducted in accordance with Administrative Regulation 3.10. Three offers were received for 17 groups, with three vendors, Loomis Engine and Transmission, RWC International LTD, and W.W. Williams, submitting bids for multiple groups. All were deemed responsive and responsible to all specifications, terms and conditions to the required goods/services.

 

All groups include contractor rebuild and Allison rebuild options:

Group 1-Highway Series, Group 2-Public Transport/Shuttle, Group 3-Rugged Duty Series, Group 4-Bus Series, Group 5-Emergency Vehicle Series, Group 6-Motorhome Series, Group 7-Truck RV Series, Group 8-AT 500 Series, Group 9-MT 600 Series, Group 10-HT 700 Series, Group 11-HD 4000 Series (2 year warranty), Group 12-HD 4000 Series (1 year warranty), Group 13-4500 RDS (solid waste trucks), Group 14-3000 Series, Group 15-5000 Series, Group 16-6000 Series, and Group 17-8000 Series.

 

  • Loomis Engine and Transmission was awarded Groups 1 through 14: contractor rebuild only.
  • RWC International was awarded Groups 1 through 14 and 17: contractor rebuild and Allison rebuild. Groups 15 and 16: contractor rebuild only.
  • W.W. Williams was awarded Groups 1 through 7 and 11 through 13: contractor rebuild and Allison rebuild. Groups 8 through 10 and 14 through 17: contractor rebuild only.

 

Contract Term

The initial one-year contract term shall begin on or about Jan. 31, 2018, with four options to extend in one-year increments, for a total contract option term of five years.

 

Financial Impact

This contract will have a $150,000 estimated annual expenditure, with a total aggregate amount not to exceed $750,000 over the life of the contract. Funds are available in the Public Works Department's budget.

 

Department

Responsible Department

This item is submitted by Deputy City Manager Karen Peters and the Public Works Department.