Loading...
SR-6-K (76) I 6-k PURCH:PW:TB:klcjcc2402.word.purch Santa Monica, California Counc1l Meeting: May 26, 1992 ') r '~~2 MAY ~. ~.) ,~" TO: Mayor and C1ty Council FROM: City Staff SUBJECT: Recommendation to Award Bid to Furnish, Del1ver and Mount One (1) New and Unused 16 Cubic Yard Rear Load1ng Refuse Packer Body to a City Owned 41,000 Gross Vehicle Weight Rated (GVWR) Cab and Chassis, Bid 112402 Introduction This report concerns award of bid to furnish, deliver and mount one (I) new and unused 16 cubic yard rear loading refuse packer body to a City owned 41,000 GVWR cab and chassis for the Solid Waste Management Division, General Services Department, 1n the total amount of 530,445.31, lncluding appllcable sales tax. Background In response to published Notices Inviting Bids (published February 28, 1992 and March 2, 1992) to furnish, dellVer and mount one (1) new and unused 16 cubic yard rear loading refuse packer body to a City owned 41,000 GVWR cab and chassis in accordance with City specifications, bids were rece1ved and publicly opened and read on March 17, 1992. Proposal forms were mailed to twenty-four vendors and notices were advertised in accordance with City Charter and Municipal Code prOV1Sl0ns. Five proposals were recelved as follows: Scranton Manufacturlng $24,972.40 Ray Gaskln Servlce $30,445.31 The Heil Company $32,610.31 Dew Par Sales & SerVlce $46,238.99 Haaker Equlpment Company $48,271. 92 - 1 - 6-k MAY 2 S i99Z ~ . Th1S semi-automated body will replace the refuse packer body which was sold to the C1ty of Pasadena because it was "fully automated" and not appropriate for the more efficient "semi-automated" program now used in the C1ty. The low bid submitted by Scranton Manufacturi ng was non-respons1ve for the follow1ng reasons: l. The1r bid covers only furnishing and delivering the body. No mount1ng was included as requested in the bid requ1rements. 2. The body configuration is not as spec1fied in the bld requirements. 3. No local vendor to do warranty work. Bidder 1S located 1n Iowa, therefore, repair parts would have to be sh1ppep. Staff has evaluated the b1d submitted by Ray Gaskin SerV1ce and f1nds that it meets City specifications. Budget/Financial Impact Flscal Year 1991/92 appropriat1on authority for th1S purchase 1S in the Capital Improvement Program Budget, account number 27-710-441-20092-8900-99005, "Refuse Vehicle Replacement." Recommendatlon Staff recommends council reject the b1d submitted by Scranton Manufacturi ng which was non-respons1ve and award Bld #2402 to Ray Gaskin Service in the total amount of $30,445.31, including applicable tax, as the lowest and best bidder. Prepared By: Pam Wortham, Purchasing Agent Theodore Baxter, Buyer OS/21/92 - 2 - -