SR-12-13-1977-6LSanta Monica, California November 23, 1977
TO: Mayor and City Council 0 E C 1 3 1977
FROM: City Staff
f
SUBJECT: Recommendation to award bid for refuse body.
Bid No. 1297. %1: a
Introduction
This report concerns award of bid for one (1) sixteen (16) cubic
yard refuse body installed on a city- furnished six wheel drive truck
in the total amount of $13,435.50. This vehicle is a replacement
for the twelve year old unit currently in use on the beach. This
purchase is part of $43,350.00 budgeted in account number 11- 400 -521-
950, Recreation and Parks Beach Maintenance Capital Outlay.
Background
This refuse body is Item Number 4 of Bid 1297. All other elements
of this bid have been reported to Council and purchase orders have
been issued in accordance with Council awards. The six (6) bids
listed on the attached summary were contained in proposals received
and publicly opened and read in the office of the City Manager August
4, 1977. Proposal forms were mailed to twenty -five (25) truck chassis
and body dealers and notices were advertised in accordance with city
charter and municipal code provisions.
The lowest bid, that of Ray Gaskin Service for a Pak -Mor R100 body, is
not recommended in view of the City's experience with the two (2)
Pak -Mor units now in service. Vendor parts support locally is
virtually non- existant and, in comparison with other bodies, greater
time is required for normal maintenance and repair. After comparing
1 3 1977
To: Mayor and City Council -2- November 23, 1977
the specifications furnished, the Staff considers the Heil Mark IV
unit to be the best value on the basis of long term operating costs
and efficiency. While a $1,660.70 difference in initial cost exists
between the Sanicruiser and the Heil Mark IV, the latter is selected
for the following reasons:
1. The Heil body weighs 9,400 pounds compared with
Sanicruiser's 10,860 pounds. This will permit a
1,460 pound greater payload per trip or lower
vehicle operating costs during the 10 -12 year
estimated life.
2. The Heil refuse cycle time is 22 -26 seconds while the
Sanicruiser requires 35 -38 seconds.
3. The Heil offers a double- action hydraulic cylinder
for the ejector plate which allows the plate to be
positioned hydraulicly in either direction, The
Sanicruiser plate is hydraulic only in the unloading
mode and must be retracted either manually or by
the force of the packer plate during the loading
cycle.
4. The Heil body is shorter than the Sanicruiser,
resulting in better front axle loading. This
is significant when operating over the beach.
5. The Heil offers a flat floor in contrast with the
channeled floor offered by Sanicruiser. The City
generally replaces these floors twice during the
life of the body. The flat floor replacement
requires less time and material than that of other
types.
6. The Heil body has continuously welded seams through-
out while the Sanicruiser has these seams only in
selected areas. These full welds contribute to
body strength.
Recommendation
It is recommended that the award be made to Universal Truck Body, Inc.,
as the best bidder, in the total amount of $13,435.50, including
applicable tax.
Prepared by: R.N. Aronoff
Purchasing Agent
SUMMARY OF BIDS
AUTOMOTIVE EQUIPMENT
OPENING DATE: UG. 77
FREEMAN EQUIPMENT CO. FONTAINE TRUCK
Primary Alternate EQUIPMENT CO.
g�
ONE (1) SIXTEEN
(16) CUBIC YARD
REFUSE BODY
INSTALLED ON CITY -
FURNISHED 20,000
GVW TRUCK CHASSIS
WITH SIX (6) WHEEL
DRIVE $ 11,080.00
13,680.00 12,675.00
SALES TAX 664.80 820.80 760.50
TOTAL $ 11,774.80 14,500.80 14,435.50
TERMS Net
MAKE & MODEL
OFFERED
RAY GASKIN
SERVICE
11,435.00
686.10
12,121.10
Sanicruiser Leach 2 -R Wayne Gruncher Pak -Mor
Packmaster Model 16 R -100
Bid No. 1297
File No. 2023
SUNNYVALE
TRUCK EQUIP.
18,627.00
1,117.62
19,744.62
Dempster
DRK -16
UNIVERSAL
TRUCK BODY
12,590.00
755.40
13,435.50
Net
Heil Mark IV
Reference:
Contract No. 2441
(CCS)