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 -
- - ---- ---