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