Loading...
SR-6-C (89) PURCH:PW:TB:br/f:\finance\admin\stfrpts\srbd2511 6C Council Meeting: December 13, 1994 Santa Monlca, Californla - DEe t 3 1994 TO: Mayor and Clty Council FROM: Clty Staff SUBJECT' Recommendation to Award Bid to Furnish and Deliver and Mount Two (2) New Diesel Powered 20-Cubic Yard Rear Loading Refuse Packers, Bld #2511 Introductlon ThlS report concerns award of bid to furnlsh, deliver and mount two (2) new diesel powered 20-cublC yard rear loading refuse packers for the Solid Waste Divlsion, Envlronmental and Public Works Management Department, ln the total amount of $116,439.11, includlng applicable sales tax. Backqround In response to published Notices Invitlng Blds (published August 29, and 3 0 , 1994) to furnish, dellver and mount two (2 ) new diesel powered 20-cubic yard rear loading refuse packers, lD accordance wlth City speclficatlons, blds were received and publicly opened and read on October 13, 1994. Proposal forms were malled to seven vendors and notices were advertlsed in accordance with Clty Charter and Munlc~pal Code provis~ons. Four proposals were received as follows: Ray Gaskln Service - $112,129.68 Boerner Truck Center - $115,561.21 Haaker Equipment Company - $116,439.11 Refuse Truck Partners - $117,873 43 DEt 1 3 1991t 6C . - 1 - These vehlcles w~ll be used 10 conJunction wlth the City's SOlld waste collection operatlon to pick up and transport SOlld waste to the City's transfer station. The purchase of these diesel powered vehicles is consisent with the City's reduced ernisslons fuels policy because these speclalty vehicles cannot be configured to accept a reduced emission fuel. The bids submitted by Ray Gaskin Service and Boerner Truck Center are non-responsive ln that they were not consistent with bid specifications. Ray Gaskin SerV1ce offered packing and carrier hydraullc cyllnders which are not interchangeable. This would necessltate the City stocklng several dlfferent styles and s~zes of hydraulic cyllnders when repalrs were needed. In addltion, hopper lift cylinders are not the right size and do not meet Clty speciflcations. Boerner Truck Center offered a body type wh~ch 1S incompatible for the City's streets and narrow alleys. Staff has evaluated the bid submitted by Haaker Equipment Company and finds that lt meets City specificat1ons. Budqet/Financial Impact Fiscal Year 1994-95 appropriat1on authority for th1S purchase ~s in the Capltal Improvement Budget Program, account number 27-710-441- 20095-8900-99005, lIRefuse Vehlcle Replacement. II - 2 - Recommendatlon It is recommended that Councll reject the blds submltted by Ray Gaskin Service and Boerner Truck Center because they do not meet City specifications. It is recommended that the award of Bid #2511 be made to Haaker Equipment Company in the total amount of $116,439.11, includlng applicable tax, as the lowest and best bidder Prepared By: Pam Wortham, Purchaslng Agent Theodore Baxter, Buyer 12/06/94 - 3 - - - ---- ---