Loading...
HomeMy WebLinkAbout15-Finance CIT OF SAN BERNARDI( ) - REQUE" r FOR COUNCIL ACT )N From: Dean R. Meech, Purchasing Agent Purchasing Department Subject: 36 Cubi c Yard Front Loader Refuse Trucks (3 each) Date: September 19, 1988 F-88-17 JPt, Dept: Synopsis of Previous Council action: None Recommended motion: Accept Resolution Dean R. Meech s9'~ Ignature Contact person: Dean R. Meech Phone: 384-5085 Supporting data attached: Yes Ward: N/A FUNDING REQUIREMENTS: Amount:~ee Lease Purchase Council Action Request Source: (ACCT. NO.) 127-413-55135 (ACCT. DESCRIPTION) 36 Cubic Yard Front Loader Refuse Trucks Finance: ~ V,- Council Notes: Agenda I tern No. /5 7S.0262 CIT\ OF SAN BERNARDlhJ - REQUE&.. FOR COUNCIL ACT~~N STAFF REPORT F-88-17 The proposed purchase is for three (3) each 36 cubic yard front loader refuse trucks to be utilized in daily operations by the Public Services Department. At the request of the department, appropriate specifications were prepared, published and furnished to area suppliers. Bids were publicly opened and declared on July 12, 1988. The following is a summary of Bids received. COMPANY TOTAL BID (INCLUDING TAX) ALTERNATE Cochran & Nichols Haaker Equipment Associated Diesel Utility Body Company California Truck Equipment Co. Mustang Equipment Nixon-egli Equipment Rand Automated *Engs Motor Truck Co. Inland Empire WhiteGMC Carmenita Truck Center Azusa WhiteGMC Universal Mac Service & Sales Ray Gaskin Service No Bid No Bid No Bid No Bid No Bid No Bid No Bid No Bid $326,312.52 $322,388.40 $319,119.60 $329,680.14 $324,690.72 No Bid * $315,023.52 $327,937.50 $328,182.36 Twenty-six (26) suppliers of this commodity were solicited. Fourteen (14) responded, nine (9) with no bids. Five (5) of the bids were valid with three (3) alternate bids given. On 7-13-88 the bid went to user committee for determination. 7-28-88 a meeting was arranged to ascertain specification interpretation as to acceptance or non acceptance. On 8-12-88 the Purchasing Agent was informed that the specification concerned had been resolved. (See attached memo dated 8-11-88). Specifications as bid have been reviewed with the Director of Public Services and the Fl eet Manager who concur that the Bi d of Engs Motor Truck Company meets specifi cati ons and requi rements. It is therefore recommended that the Bid be accepted for contract. Funding is a five (5) year Lease Purchase. 75-0264 Staff Report F-88-17 September 19, 1988 Page 2 Account Number:127-413-55135 36 Cubic Yard Front Loader Refuse Trucks Total Amount: See Lease Purchase Council Action Request ($315,023.52) Requisition Authorized Funding: $95,536.00 1987/88 Budget /n I c~ ll-,-'-<./'~l.~.}} ,; (.u. ~~; f Manuel Moreno, Jr. < Director of Public Svc/Refuse (1u~ Fleet Manager C"TY OF SAN. JERr' ARDINO - _ JlEMORA'~DU~JI To DEAN l-lliECli PURCHASING AGENT Subject REVIEW OF BID PROPOSAL iIF-88-17 From IWBEHT TORBITT FLEET }1ANAGER Date AUGUST 11, 1988 Date Approved On July 28 Hanuel Horeno, Public Services Director and Robert Torbitt, Fleet Hanager met with Karl Hohrman from Engs Hotor Truck Co. pertaining to Specification #F-88-17. In the bid proposal from Engs Motor Truck Co., Peterbuilt truck with Pak-Hor body, the body does not meet the specifi- cation in its entirety. Page I of specification referring to body design, thickness of body material calls for 11 gauge steel on sides. Spec calls for 10 gauge on lower half of body, spec calls for reinforcement of 12 box angle braces on the sides of body, proposed 11 formed sections. The spec and exceptions were reviewed and an agreement was reached. He feel it is. in the best interest of the City to accept the proposal of Engs Motor Truck Co. for delivery of three front loading refuse trucks. (?dff;l~ ROBERT TORBITT FLEET MANAGER /ll!CVLLLLl..l r?/h 'et l ~(~ ;J ) MANUEL P. HORENO, JR. i PUBLIC SERVICES DIRECTOR RT /MPH/ cs 1 RESOLUTION NO. I RESOLUTION OF THE CITY OF SAN BERNARDINO AWARDING A BID TO ENGS MOTOR TRUCK CO. FOR THE FURNISHING AND DELIVERY OF THREE (3) EACH 36 CUBIC YARD FRONT LOADER REFUSE TRUCKS IN ACCORDANCE WITH BID SPECIFICATION F-88-17. BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: 2 3 4 5 6 SECTION 1. That Engs Motor Truck Company is the lowest and best 7 responsible bidder for the furnishing and delivering of three (3) each 8 36 cubic yard front loader refuse trucks in accordance with Bid Specification 9 F-88-17 for the total amount of $315,023.52 pursuant to this determination, 10 the Purchasing Agent is hereby authorized and directed to issue a purchase II order for said three (3) each 36 cubic yard front loader refuse trucks to said 12 lowest and best responsible bidder; such award shall only be effective upon 13 the issuance of a purchase order by the Purchasing Agent; and all other bids 14 therefor are hereby rejected. 15 I HEREBY CERTIFY that the foregoing resolution was duly adopted by 16 the Mayor and Common Council of the City of San Bernardino at a 17 I meeting thereof, held on the day \ 18 of ,198___, by the following vote, I 19 to wit: 20 I AYES: Council Members 21 I I 22 I NAYS: 23 !I ABSENT: 24 II City Clerk 25 26 1\ / / / / / / / / 27 I / / / / / / / / 28 / / / / / / / / / / / / / / / / RESOLUTION OF THE CITY OF SAN BERNARDINO MIARD A BID TO ENGS MOTOR TRUCK COMPANY FOR THE FURNISHING AND DELIVERY OF THREE (3) EACH 36 CUBIC YARD FRONT LOADER REFUSE TRUCKS IN ACCORDANCE WITH BID SPECIFICATION F-88-17 2 3 4 The foregoing resolution is hereby approved this day of , 198 5 6 7 8 Evlyn Wilcox, Mayor City of San Bernardino 9 Approved as to form and legal content: 10 City Attorney 11 12 13 14 15 16 17 18 19 20 I 21 I i i , 22 i 11 23 II il 24 ,I il / / / / / / / / 25 II / / / / / / / / 26 ~ I / / / / / / / / 27 ~ I I, " I' / / / / / / / / " !! 28 il 1\ 9/17/88 -2- \1