City of Lawrence |
Finance Department |
|
MEMORANDUM |
DATE: |
November 9, 2005 |
|
|
TO: |
Mike Wildgen |
|
City Manager |
|
|
FROM: |
Alan D. Landis |
|
Purchasing Specialist |
On October 25, 2005, the City of Lawrence opened proposals for the following: |
|
Bid #0536 – Three (3) Rear Load Refuse Trucks – Public Works Department
VENDOR |
TOTAL BID |
American Equipment, bid 1 |
276,231.00 |
KCR International |
282,042.00 |
American Equipment, bid 2 |
285,648.00 |
Roy Conley & Company |
306,414.00 |
McNeilus |
334,932.00 |
Burnup Equipment, bid 1 |
399,474.00 |
Burnup Equipment, bid 2 |
408,891.00 |
Corbin Equipment, Inc. |
NO BID |
Solid Waste equipment is replaced according to our equipment replacement schedule. The equipment replacement schedule is based on age, mileage, hours of use, and cost of maintenance and upkeep. These trucks are budgeted in the 2006 budget but we requested bids this year to ensure we will receive the 2006 model year. New pollution control standards will go into effect for the 2007 production model year which will increase the price of each truck several thousand dollars. No money will be paid until the trucks are delivered, mid year 2006. Budget authority has been approved for this purchase in 2006.
The lowest bid that meets specifications is the bid from Roy Conley & Co. The two low bids, American Equipment, bid 1 and KCR International do not meet the minimum specifications of the hopper vertical opening dimensions and the hydraulic tank size. The third low bid, American Equipment, bid 2, does not meet turning radius specifications, air compressor specifications, and hydraulic tank specifications.
Recommendation Action:
Approve bid from Roy Conley & Co. for three (3) rear load refuse trucks in the amount of $306,414.00 (Public Works/Solid Waste)
cc: |
Dave Corliss |
Chuck Soules |
Steve Stewart |
|
Frank Reeb |
Tammy Bennett |
|
|
Bobbie Walthall |
Bob Yoos |
|
|
Diane Trybom |
Mark Able |
|