Loading...
SR 01-12-2016 3E City Council Report City Council Regular and Special Joint Meeting: January 12, 2016 Agenda Item: 3.E 1 of 3 To: Mayor and City Council From: Martin Pastucha, Director, Public Works, Street & Fleet Services Subject: Bid Award for Purchase of One Compressed Natural Gas Rear Broom Street Sweeper Recommended Action Staff recommends that the City Council: 1. Award Bid #4225 to Ray Gaskin Service, a California-based company, for the purchase and delivery of one Compressed Natural Gas Rear Broom Street Sweeper. 2. Authorize the Purchasing Services Manager to issue a purchase order with Ray Gaskin Service for one Compressed Natural Gas Rear Broom Street Sweeper in an amount not to exceed $339,123. Executive Summary Staff seeks to replace one vehicle that has reached the end of its useful life through the City’s Vehicle Replacement Program. In November 2015, the City solicited bids for the purchase of one Compressed Natural Gas (CNG) Rear Broom Street Sweeper. After reviewing all bids received, staff recommends Ray Gaskin Service as the lowest and best bidder for the purchase and delivery of one CNG Rear Broom Street Sweeper based on price, previous experience, ability to deliver, quality of product, and compliance with City specifications. This purchase meets the goals of the City’s Reduced-Emissions Fuels Policy by utilizing a vehicle powered by CNG fuel. The purchase would be in the amount of $339,123. Discussion The City replaces vehicles that have reached the end of their cost-effective useful life through the Vehicle Replacement Program while adhering to the Reduced-Emissions Fuels Policy. The City purchases alternatively fueled vehicles whenever possible. The goals of the Reduced-Emissions Fuels Policy are to reduce emissions, reduce our use of petroleum fuels, and to make the most sustainable fuel choices available that are economically practical. This rear broom sweeper would be used to support street sweeping operations in the Resource Recovery and Recycling Division by sweeping up 2 of 3 sand in the beach parking lots and bike paths, sweeping the alleys, and sweeping dirt and mud that is difficult for other vacuum sweepers to clean. Example of a CNG rear broom street sweeper Vendor Selection On October 20, 2015, the City published Notices Inviting Bids to furnish and deliver one CNG Rear Broom Street Sweeper as required by the Street and Fleet Services Division in accordance with City specifications. The bid was posted on the City’s on-line bidding site, and notices were advertised in the Santa Monica Daily Press in accordance with City Charter and Municipal Code provisions. A total of 365 vendors were notified and 13 vendors downloaded the bid. A total of 3 bids were received and publicly opened on November 12, 2015 (outlined in Attachment A). Bids were evaluated based on the criteria in SMMC 2.24.072, including price, previous experience, ability to deliver, quality of product, and compliance with City specifications. After reviewing the bids received, staff recommends Ray Gaskin Service as the lowest and best bidder for the purchase and delivery of one CNG rear broom street sweeper in the amount of $339,123. This purchase meets the goals of the City’s Reduced- Emissions Fuels Policy by utilizing a vehicle powered by CNG fuel. 3 of 3 Financial Impacts and Budget Actions The purchase order to be awarded to Ray Gaskin Service is for an amount not to exceed $339,123. Funds are available in the FY 2015-16 Capital Improvement Program budget in account C540167.589200. Prepared By: Heidi Duran, Administrative Analyst Approved Forwarded to Council Attachments: A. Attachment A - Bid Summary ATTACHMENT A BID #: 4225 BID RESULTS BID CLOSE DATE:  11/12/15 DESCRIPTION QTY UNIT PRICE EXTENDED PRICE QTY UNIT PRICE EXTENDED PRICE QTY UNIT PRICE EXTENDED PRICE one (1) new and unused CNG single engine, mechanical rear broom, street sweeper COMPLETE WITH ALL COMPONENTS AS SPECIFIED 1 $ 309,287.00 $ 309,287.00 1 $ 315,878.00 $ 315,878.00 1 $ 290,021.00 $ 290,021.00 *OPERATOR’S INSTRUCTION MANUAL 1 Included Included 1 Included Included 1 Included Included *LUBRICATION INSTRUCTIONS 1 Included Included 1 Included Included 1 Included Included *SHOP MAINTENANCE MANUALS 1 Included Included 1 Included Included 1 Included Included *OEM ILLUSTRATED PARTS BOOK 1 Included Included 1 Included Included 1 Included Included *ELECTRIC WIRING SCHEMATIC 1 Included Included 1 Included Included 1 Included Included *PARTS MANUAL FOR EQUIPMENT ADDED BY END MANUFACTURER 1 Included Included 1 Included Included 1 Included Included *OEM ELECTRIC WIRING SCHEMATIC 1 Included Included 1 Included Included 1 Included Included *ELECTRIC WIRING SCHEMATIC FOR EQUIPMENT ADDED BY END MANUFACTURER 1 Included Included 1 Included Included 1 Included Included *HYDRAULIC SCHEMATIC FOR EQUIPMENT ADDED BY END MANUFACTURER 1 Included Included 1 Included Included 1 Included Included SUBTOTAL $ 309,287.00 $ 315,878.00 $ 290,021.00 SALES TAX (9.5%) $ 29,382.27 $ 30,008.41 $ 27,552.00 WARRANTY 1 $ 6,000.00 $ 6,000.00 1 $ Included 1 $ 16,350.00 $ 16,350.00 TIRE FEE 1 $ 7.00 $ 7.00 1 $ Included 1 Included Included DELIVERY 1 No charge No Charge 1 $ Included 1 $ 5,200.00 $ 5,200.00 OTHER (PLEASE DESCRIBE ON NEXT PAGE)1 $ - $ - 1 $ 1 None None GRAND TOTAL $ 344,676.27 $ 345,886.41 2016 Autocar Xpert (ACMD42) w/ wayne warrior $ 339,123.00 PRICING CONTINUED If an incentive discount program has been included in the quoted price, please describe below: If additional fees were indicated in Pricing Section, please describe below: Please indicate all warranties applicable to this purchase Please state guaranteed delivery date: __________ Days (After receipt of order) Payment Terms ADDITIONAL PURCHASES OF VEHICLES ‐confirm acknowledgement  SPECIFICATIONS MODEL  Single engine, mechanical rear broom, street sweeper with all hydraulic drives,  CNG  Year, make and model:_____________________________ GVWR:__________________________________________ Payload:_________________________________________ Height from ground to top of cab:_____________________ height from ground to chassis (clearance needs to be at least 7”) Height of highest point, if different:____________________ Overall width, excluding mirrors:______________________ Overall width, including mirrors:_______________________ CHASSIS Chassis shall be C.O.E (Cab over engine) with a maximum GVWR of 33,000 lbs.  Truck chassis must comply with federal specifications for safety and operation,  State laws and federally mandated weight standards. Shall have a CNG fuel system, minimum 60 DGE, installed in frame behind cab,  above frame rail. A fuel gauge, in cab, shall be supplied. CNG fuel system must be equipped with “fast fill” capability. The option of a 12 DGE reserve tank must be supplied. Chassis turning radius shall have a turning radius that meets SAE J695  requirements. Turning radius shall be 18.6 feet ± 1.5 feet maximum. Sweeper shall have a maximum height of 10'‐8" including the top of the exhaust  stack. Sweeper shall have a maximum width of 8'‐6" with the gutter brooms retracted. ENGINE Engine shall be a CNG engine, minimum 300 HP, 860 ft.‐lbs torque@ 2200 rpm.  No exceptions. The cooling system shall be protected to ‐34° F. Radiator must have a pullout removable fine mesh shaker screen to allow for  easy maintenance and clearing of debris. All coolant hoses are to be extended life silicone hoses and properly routed and  secured to prevent abnormal wear.  Clamps shall be stainless steel constant  torque. Heavy Duty ball valves must be installed before and after coolant filter for easy  filter replacement. All hoses to be silicone and properly routed and secured to prevent wear.    Cooling system shall have a spin on service filter with shutoff valve on the inlet  and outlet of filter housing,  Filter housing must be in a accessible location for  easy maintenance,   Radiator type, size and capacity:  ___________________ Fan clutch make and model: _____________________ Spin‐on filter make and model: _____________________ Any available options: _____________________ Engine shall be equipped with air cleaner with safety element, spin‐on fuel filter,  full flow oil filter, and heated fuel/water separator. The engine shall be equipped with an engine hour meter. TRANSMISSION  The chassis shall have an Allison 3500 RDS (Rugged Duty Service) automatic  transmission. The transmission shall have a minimum of five (5) speeds forward  and one (1) speed reverse. HAAKER EQUIPMENT COMPANY LA VERNE, CA  BIDDER NOTES/EXCEPTIONS BID DESCRIPTION:  FURNISH AND DELIVER ONE (1) NEW AND UNUSED CNG SINGLE ENGINE, MECHANICAL REAR BROOM STREET SWEEPER 2016 Elgin Broom Bear 33,000 Max Legal 4.5 yd 3 conventional freightliner m2  112  see attached specifications 50 DGE reserve tank not needed 9'10" 9'12" hopper 9' w/mirras    ‐  dot legal Same  MFG STD as specified 9'3" 8'3 width ties See attached specifications  300 hp specified MFG STD MFG STD MFG STD 60 Net 30 confirmed BIDDER NOTES/EXCEPTIONS GLOBAL ENVIRONMENTAL PRODUCTS,  INC SAN BERNARDINO, CA RESPONSE RESPONSE 0 0 120-210 0% Net 30 Days confirmed 116" 102" 102" 2016 Global M4HSD CNG 33,000 LBS 11,000 LBS 104"  Cummins model 3100304 N/A copper 38" x 21" x 5 3/8, 5.6 gallons Global, hydraulic fan self cleaning, fans reverse ea hour for one  minute to clean Hydrostatic transmission RAY GASKIN SERVICE FONTANA, CA RESPONSE Meets spec. 2016 Autocar ACMD42 33,000 lbs 19,513 lbs 112.6 BIDDER NOTES/EXCEPTIONS 132 inches 99.1 inches 120 inches Meets spec. 1000 sq in aluminum Horton 2‐speed viscous fan clutch Meets spec. Meets spec. Cummins spin on none Page 1 of 5