Loading...
SR-205-003 (594) Purch:DH:RAH: F:\FINANCE\PURCH\STFRPTS\SRBD2846.DOC Council Meeting: January 14, 2003 Santa Monica, California TO: Mayor and City Council FROM: City Staff SUBJECT: Award Bid to Furnish and Deliver Four Broom Sweepers, Bid #2846 Introduction This report recommends award of bid to furnish and deliver four broom sweepers for the Solid Waste Management Division, Environmental & Public Works Management Department, in the total amount of $862,986.32, including applicable sales tax. These sweepers will be paid from the Solid Waste Fund’s contribution to the Fleet Vehicles Replacement Program. Background The compressed natural gas (CNG) powered broom sweepers will be used by Solid Waste Management personnel to clean heavy debris from alleys and streets throughout the City. They will replace three 1995 and one 1998 broom sweepers. Two of the older sweepers are inoperable due to an inability to obtain parts for repair. The third older sweeper is kept in running condition by scavenging parts from the other two. The 1998 sweeper was originally scheduled to be replaced next year, but because it has had significant repair problems, with cost equal to one-third of a new sweeper’s cost, its 1 replacement has been accelerated. The turnaround time for new sweepers to arrive is approximately one year from order. These existing problems have required staff to lease a sweeper to provide adequate levels of street cleaning services to the community until new sweepers can be purchased and delivered. Discussion In response to published Notices Inviting Bids (published September 6 and 7, 2002) in accordance with City specifications, bids were received and publicly opened and read on September 26, 2002. Proposal forms were mailed to sixteen vendors and notices were advertised in accordance with City Charter and Municipal Code provisions. Proposal forms requested vendors to quote on six fuel sources, including CNG. Three proposals were received as follows: VENDOR AMOUNT FUEL SOURCE Tennant Sales & Service Company $739,101.86 Diesel Nixon-Egli Equipment Company $842,561.71 CNG Haaker Equipment Company $862,986.32 CNG Tennant Sales & Service Company bid on diesel-powered broom sweepers which do not meet the City's reduced emissions fuel policy. The bid submitted by Nixon-Egli Equipment Company does not meet City specifications in several critical areas as follows: 2 ? Bid specifications called for a vehicle frame strength of 110,000 pounds per square inch (PSI) minimum in order to support the weight of the cab, body, water load and collected debris. Nixon-Egli's vehicle is only 50,000 PSI. ? Bid specifications called for a 52 gallon fuel capacity equivalent for CNG powered sweepers and Nixon-Egli's vehicle only has a 45 gallon equivalent. Maximum fuel capacity is needed to assure that operators have enough fuel to complete their route and be able to respond to emergency clean up requests. ? Bid specifications required dual rear tires and Nixon-Egli's vehicle has single rear tires. This is important for two reasons. The dual rear tires would help support the heavy load of the vehicle body itself and debris and in the event of a rear tire flat, having one tire still inflated would allow the operator to maneuver the vehicle to a safe place. ? Bid specifications called for dual operator controls (right and left side controls). Nixon-Egli's vehicle only has a single position control. Having a right side control provides the operator with a better view of the curb in order to monitor how close they are to the curb and maneuver around parked cars. ? Bid specifications called for sweeper engine instruments to include tachometer, hour meter, oil pressure, fuel, voltage and coolant temperatures for complete information to the operator on the condition of the auxiliary engine. Nixon-Egli's vehicle does not have these instruments. In cases of low oil pressure or high coolant temperature, it is important to have these instruments in order to allow the operator to shut the engine off preventing engine damage. 3 There were other minor exceptions to Nixon-Egli's proposed vehicle, but the previous items are the most critical. Also, the City currently has a Johnston sweeper similar to the one Nixon-Egli is proposing which has proven to be very unreliable and is expensive to maintain. The cost to keep this unit in operation in 2001 was $31,249 and in 2002 was $46,451. Staff has evaluated the bid submitted by Haaker Equipment Company for four CNG powered broom sweepers and finds that they meet City specifications. The purchase of these CNG powered broom sweepers from Haaker Equipment Company is consistent with the City’s reduced emissions fuel policy. Budget/Financial Impact Budget authority for this purchase is in the Capital Improvement Budget account numbers C54016702.589000, “Fleet Vehicles Replacement Program” in the amount of $746,059.83 and C54016703.589100, “Fleet Vehicles Replacement Program – Replacement Only” in the amount of $116,926.49. These funds are provided by the Solid Waste Fund. 4 Recommendation It is recommended that City Council reject the bids submitted by Tennant Sales & Service Company and Nixon-Egli Equipment Company and that the award of Bid #2846 be made to Haaker Equipment Company as the best bidder, in the total amount of $862,986.32, including applicable sales tax. Prepared By: Dave Rodriguez, Fleet Maintenance Supervisor Diane Howell, Purchasing Agent 5