Loading...
HomeMy WebLinkAbout14-Finance CIT'. OF SAN BERNARDI"" J - REQUEl ~. FOR COUNCIL ACT _ )N From: Dean R. Meech, Purchasing Agent Subject: Ni nety (90) Gallon Automated Refuse Containers (8000 Each) Dept: Purchasing Date: September 19, 1988 F-88-16 ~ Synopsis of Previous Council action: None Recommended motion: Adopt Resolution Dean R. Meech tJ ~ Signature Contact person: Dean R. Meech Phone: 384-5085 Supporting data attached: Yes Ward: N/A FUNDING REQUIREMENTS: A t ~ See Lease Purchase Council Action Request moun: Source: (ACCT. NO.) 127-412-55780 (ACCT. DESCRIPTION) 90 Gallon Curb Side Collection Finance: ~ P Council Notes: n-0262 Agenda I tern No. 14 ell "OF SAN BERNARDI: D - REQUE r FOR COUNCIL AC1 ~N STAFF REPORT F-88-16 The proposed purchase is for 8000 each ninety (90) gallon automated refuse containers to be utilized in daily operations by the Public Services Department. At the request of the department, appropri ate specifi cati ons 'were prepared, published and furnished to area suppliers. Bids were publi~ly opened and declared on June 20, 1988. The fOllowing is a summary of Bids received. COMPANY TOTAL BID (INCLUDING TAX) P & W Bin Consolidated Fabricators RCS Roto-Injection Products *Kirk Rotational Moldings Inc No Bid No Bid $496,080.00 $498,115.20 $411,534.40 Twelve (12) suppliers of this commodity were solicited. Five (5) responded, two (2) with no bids. Of these bids only three (3) bids were valid. On 7-14-88 a meeting of all valid vendors was arranged to completely i nvesti gate the adverti si ng scheme necessary to the implementati on of the program. Upon competion of the meeting of vendors, the Public Serv~ces Director,the Fleet Manager and the Purchasing Agent certain information concerni ng the adverti si ng that was to be ampl i fi ed and. forth comi ng at a later date for us to make the correct determination. At that time it was also asked that the vendors provide an unassembled sample of their containers for inspection and the City.s timed assembly by our people. On 8-12-88 the meeting to complete the advertising determination was held with the Di rector of Pub 1 i c Servi ces and the Fleet Manager who in turn were to advise the Purchasing Agent. On 8-31-88 the memo (memo attached) was received advising the Purchasing Agent that the containers by the lowest bidder were accepted by the City. Therefore, specifications as bid have been reviewed with the Director of Public Services and the Fleet Manager who concur that the Bid of Kirk Rotational Molding Inc. meets specifications and requirements. It is therefore recommended that the Bid be accepted for contract. The equipment funding is a five (5) year Lease Purchase. 75-0264 Staff Report F-88-16 September 19, 1988 Page 2 Account Number:127-412-55780 (90 Gallon Curb Side Collection) Total Amount: See Lease Purchase Council Action Request $411,534.40 .Requisition Authorized Funding: $133,674.00 /J'l1c~~ r /Jrlc-V--v<cf R~~/ Manuel Moreno, Jr. " Robert orbltt, Director of Public Svc/Refuse ~ Fleet Manager . ~~ Purchasing Agent . --rrrv OF SAN .JERr-1ARDINU - ..1t:MunAI"UUM To DEAN MEECH PURCHASING AGENT REVIEW OF BID PROPOSAL #F-BB-16 From ROBERT TORBITT FLEET MANAGER Date AUGUST 31,. 1988 SubjIct AppnMd Date ON AUGUST 31st MANUEL MORENO, PUBLIC SERVICES DIRECTOR AND ROBERT TORBITT, FLEET MANAGER MET WITH MR. JESS SPARKS . REPRESENTING KIRK ROTATIONAL INC. MANUFACTURE OF AUTO- MATED REFUSE CONTAINERS PERTAINING TO BID. SPECIFICATION #F-88-16, WE REACHED THE CONCLUSION THAT THE BID PROPOSAL OFFERED BY KIRK ROTATIONAL INC. MEETS THE SPECIFICATIONS & IS IN THE BEST IN'l:EREST OF THE CITY OF SAN BERNARDINO TO ACCEPT THE PROPOSAL FOR THE DELIVERY OF 8000 REFUSE CONTAINERS. (2Lf~ ROBERT TORBITT FLEET MANAGER . /JJ!~//JYl ~ tC MANUEL P. MORENO, JR. PUBLIC SERVICES DIRECTOR RT/MPM/jp ~::,',~ ~~-< ......, .~ ~O , J ~ ~-r\ ""0 ~(/') , ~~ ::'') 0 en m~ ;:. P!.~ n", ~~ , tP ~O C _ ~~ I'.) ~,,- fa\ () r. 0" 28 1 RESOLUTION NO. 2 RESOLUTION OF THE CITY OF SAN BERNARDINO AWARDING A BID TO KIRK ROTATIONAL MOLDINGS INC. FOR THE FURNISHING AND DELIVERY OF 8000 EACH NINETY 3 (90) GALLON AUTOMATED REFUSE CONTAINERS IN ACCORDANCE WITH BID SPECIFICATION F-88-16. 4 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN 5 BERNARDINO AS FOLLOWS: 6 7 SECTION 1. That Kirk Rotational Moldings Inc. is the lowest and best responsible bidder for the furnishing and delivering of 8000 each ninety (90) 8 9 gallon automated refuse containers in accordance with Bid Specification 10 F-88-16 for the total amount of $411,534.40 pursuant to this determination, 11 the Purchasing Agent is hereby authorized and directed to issue a purchase order for said 8000 each ninety (90) gallon automated refuse containers to said lowest and best responsible bidder; such award shall only be effective upon the issuance of a purchase order by the Purchasing Agent; and all other bids therefor are hereby rejected. 12 13 14 15 16 I HEREBY CERTIFY that the foregoing resolution was duly adopted by 17 the Mayor and Common Council of the City of San Bernardino at a meeting thereof, held on the day 18 of ,198____, by the fOllowing vote, 19 to wit: 20 AYES: Council Members 21 22 23 NAYS: ABSENT: City Clerk I , / / / / / / / / I / / / / / / / / / / / / / / / / / / / / / / / / a/la/QQ 24 25 26 27 20 21 22 23 24 25 26 27 28 1 RESOLUTION OF THE CITY OF SAN BERNARDINO AWARD A BID TO ENGS MOTOR TRUCK COMPANY FOR THE FURNISHING AND DELIVERY OF 8000 EACH NINETY (90) GALLON 2 AUTOMATED COLLECTION REFUSE CONTAINERS IN ACCORDANCE WITH BID SPECIFICATION F-88-17. 3 4 The foregoing resolution is hereby approved this day 5 of . 198 6 7 8 Evlyn Wilcox. Mayor City of San Bernardino Approved as to form 9 and legal content: 10 11 City Attorney 12 13 14 15 16 17 18 19 / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / / 9/17/88 -2-