Loading...
HomeMy WebLinkAbout31-Public Works CITY. OF SAN BERN~DINO - REQU-;~! N'~. 5~~UNCIL ACTION From: ROGER G. HARDGRAVE Subject: Award of Contract - Installation of Truck/Car Wash at City Cor- poration Yards (182 S. Sierra Way), per Plan No. 8606 Dept: Public Works/Engineering Date: 1-23-92 ----N/S CORPORATION Synopsis of Previous Council action: July, 1991 -- Equipment Allocation authorized, providing $128,300.00 to fund purchase and installation of truck/car wash at City Yards. Recommended motion: Adopt resolution. cc: Shauna Clark Andy Green Jim Penman Manuel Moreno Supporting data attached: Gene R. Klatt Staff Report, Report of Bids. Resolution Phone: 'i17'i Contact person: Ward: 1 FUNDING REQUIREMENTS: Amount: $96.600 /Motor Pool Fund) Source: (Acct. No.) 635-311-55800 tion Yards (Acct. DescriPtion) Truck/Car Wash at City Cnrpnr,,- Finance: ( ~ D.J.- Council Notes: 75-0262 Agenda Item No. :3/ . CITY' OF SAN BERN.DINO - REQUEST ~ COUNCIL ACTION STAFF REPORT Page 1 of 2 On January 7, 1992, at 2:00 p.m. bids were opened for the truck/car wash for the City Yards. A total of 4 bids were received, ranging from $74,905.00 to $150,069.00. The low bid is 40.1% below the Engineer's Estimate of $125,000.00. The total estimated project cost, based upon the actual low bid price, is: Construction Contract $ Additive Alternate 1A Engineering/Inspection (W.O. 1468) Work by City Forces (grease trap,elec., etc) Sub-Total Contingencies (15%):!: TOTAL ESTIMATED PROJECT COST $ 74,905.00 1,091.00 2,000.00 6,000.00 83,996.00 12,604.00 96,600.00 Presently, the City uses outside contract services to provide car washes. Approximately 425 vehicle washes are performed each month. The unit cost per wash, plus the time to drive to the wash and wait (estimated at 45 minutes) costs the City approximately $82,000.00 per year. Large trucks (trash trucks and heaving equipment) are washed by hand at the City Yards and no cost has been assigned to this. The truck/car wash, including operation and maintenance, will cost $0.06 per car and $0.75 per trash truck with wash time 2 minutes per car and 5 minutes per truck. Allowing for 10% outside contract washes for interior cleaning, the cost would drop to $11,500.00 per year. This then fully pays for the system in 1.2 years. The proposed truck wash system will wash all large equipment, including the under carriage. This will make repairs faster and less p.ifficult. Over-all appearance of the fleet will improve. Lost time will be at a minimum, if vehicles are washed when fueled. A spot free rinse arch has been included so no hand drying or detailing is required for cars. Alternate 1A provides water/soap recovery system. Alternate 1A be included in the for a vehicle We recommend contract award. vacuum and a that Additive 1-23-92 75-0264 CITY- OF SAN BERN.DINO - REQUEST FeR COUNCIL ACTION STAFF REPORT Page 2 of 2 City staff will need to install a 1200-gallon grease/oil interceptor in the discharge line prior to disposal into the sewer system and make necessary electrical connections _ The existing concrete slab, water, power and drainage system will be used by the proposed system, thereby reducing the cost for the washing unit. The contract provides that the system will be installed within 40 working days after notice to proceed. Staff has been in contact with the County of San Bernardino and the City of Riverside (both have this manu- facture's system) and found that both agencies are very pleased and have reduced over-all costs and improved fleet appearance. Both agencies wash police patrol vehicles (sheriff or city police) and have had no complaints. The low bidder listed the Seattle Metro, County of San Bernardino and City of Thousand Oaks as references. The manufacturer will be required by the special pro- visions to submit a guarantee in writing for a period of one year. 1-23-92 75-0264 0 ~ ! Cl II: C Z II: III III Z C III ... 0 ~ ~ U CJ Z Z lU Q. 0 c iii CIS Z Z III :~ ..I : ~ ~ ~~ 5 j;l"2 I UII:A.R Os ~~gf :::E~'" o!!o u!~ z cSIl: 0 Z CI 51 -I- <c- III Q. II::~II: it: ~u.:: 1il ~..ld III "":::E-. c ..OlXl c Oll::::l - r-"'1Il lXl I . I CI III ... CI I- ~ Z ~ ~ ~ ~ " ~ 0 A~ . ; S ~-.I.: ~ e c:i\ . c ~ ~ Jl~ '<t- ~ ~ e t:t IS1 -. -0 ! c z ."" ..." 0 '>.. ~ lXl 1-1 ~ ~ I. 't ( ~ -; ui -' ~ -= ~ " :.. ~ j c5 ~ 1 II:: - III II:: C ~- lU C lD iii 1- :::E i ::l II.. Z 0 III ~5 z :::E . :5 < .c3 )~ Q. Z II:: '1.i I 0 ~ i ~ , z 0 : j ~ 5 ~~ ii: : ~ ~ U I .... N ~I .,. on '" III , .... co '" 0 .... N ~ .,. on ~I .... .... .... .... .... .... , I I I ~ ~ C I- Z ::l 0 :::E < c iii ~ 9 I- :::E Z < III Z II:: ~ :::E Q. II:: < ii: > lD C III II:: ~ lU II:: CL, I 'A' '1")1 ~i ~! i ~ :::E ~ III CJ ! II:: lU LIJ Z CJ Z LIJ >- lD C LIJ C II:: 0 ... U z lU ~ II:: III :I: U C II: iii ::> .. Q 0 II: Z .. Q ... 0 ... ... z .. ~ II: <( .. .. Q '" z 0: .. ... ii: Q ii > II: <( Z <( U >- z lD 0 C ;: <( LIJ II: U ... Z .. ::l i 0 i z z <( < .. Q ... z i < C lU Z Z 0 LIJ ;: Q. ::> 0 III III ii: Q ... .. lD a ....i < lD cr lD U Z LIJ Z ::l I ~i "I \\l '" ~ , , -::::1 ""I I' '.n ~ ci Z I- Z ::l o U U < . . 1 2 RESOLUTION NO. RESOLUTION OF THE CITY OF SAN BERNARDINO AWARDING A CONTRACT TO N/S CORPORATION FOR CONSTRUCTION OF A TRUCK/CAR WASH 3 AT CITY CORPORATION YARDS, 182 SOUTH SIERRA WAY. 4 5 BE IT RESOLVED BY THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AS FOLLOWS: SECTION 1. N/S CORPORATION is the lowest responsible 6 bidder for: Construction of a Truck/Car Wash at City Corporation 7 Yards, 182 South Sierra Way, per Plan No. 8606. A contract is 8 awarded accordingly to said bidder for the total amount of 9 $75,996.00, for the Basic Bid and Additive Alternate No. lA, but 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 / / / / 28//// such award shall be effective only upon the contract being fully executed by both parties. All other bids, therefore, are hereby rejected. The Mayor is hereby authorized and directed to execute said contract on behalf of the City; a copy of the contract is on file in the office of the City Clerk and incorporated herein by reference as fully as though set forth at length. SECTION 2. This contract and any amendment or modifica- tions thereto shall not take effect or become operative until fully signed and executed by the parties and no party shall be obligated hereunder until the time of such full execution. No oral agreements, amendments, modifications or waivers are intended or authorized and shall not be implied from any act or course of conduct of any party. SECTION 3. This resolution is rescinded if the parties to the contract fail to execute it within sixty (60) days of the passage of this resolution. 1-23-92 rtL'..o':JU: .t;.V'oI1'1.rtlJ.L.l.'l\.::J I.....U1'l.i'.t<.,M,I.....l "lU NI o':J L:U.K.J::'U~Tl.ur'ol rUK .......UNb..l...t\Ul......L.LUJ..'l ur 1'1. TRUCK..,R WASH AT CITY CORPORATI~YARDS. 1 I HEREBY CERTIFY that the foregoing resolution was duly 2 adopted by the Mayor and Common Council of the City of San 3 Bernardino at a meeting thereof, held on the 4 day of 5 Council Members: 6 ESTRADA 7 REILLY 8 HERNANDEZ 9 MAUDSLEY , 1992, by the following vote, to-wit: AYES NAYS ABSTAIN ABSENT 10 MINOR 11 POPE-LUDLAM 12 MILLER 13 14 15 16 17 Rachel Krasney, City Clerk The foregoing resolution is hereby approved this day of , 1992. 18 19 20 21 22 W. R. Holcomb, Mayor Ci ty of San Bernardino Approved as to form and legal content: James F. Penman City Attorney ~ :l 2c,~ 23 By 1J-7:". .~. r? I. Iv Ji/~ 240 25 26 27 28 - 2 - . . . '"'Ft: CITY OF SAIl BEJUrAJU)Ilf~EC'[).-~D:-4\H. \J .. PUBLIC SERVICES DEPARTKENT " "" 3: ':.E' INTER-OFFICE DEPARTMElfTi932 Fm <.0 . ,. . To: Roger Hardgrave, Public Works Director Kevin Barnes, Refuse Superintendent ~'1( ~\ ~ (\~ bOO \W~ , ~\ . !1 6\ (irr~ nl\1\ t February 5, 1992 From: Date: Subject: Truck/Car Wash for f'Vl" 1<-1 - 'l... { .r/ 9 'l- city Yard Having just learned that the matte~ is an upcoming agenda item, I have several cOlDDlents and questions on the project. Since my division will be a major user, it is unfortunate that I was not consulted or informed of the plans and progress at an earlier date. I have briefly listed concerns in three categories below: Phvsical Considerations 1. Vehicular ingress and egress for a station mounted on the existing wash rack may conflict with refuse truck parking, limiting the hours of service. We should layout the.plan together or site next to the garage's wash rack for plumbing. 2. Hand-held spray wands will still be necessary for cleaning of hard-to-reach parts of equipment and refuse bins. We need to incorporate the two existing washers and a bin area into the plan. 3. Are we sure of the machine's performance in the intended application? To my knowledge, neither S.B. County or Riverside have automated or frontloading refuse trucks. These types should be run through an existing system for evaluation. Also, Riverside does not have the undercarriage cleaning system. Does the county? Administrative Considerations 1. Is permitting for effluent discharge needed? If so, are the costs counted? Which department will maintain the permit? 2. Which department will maintain the machine? Have O&M personnel and supplies been designated and budgeted for? Such a machine will require priority treatment once it is relied upon. . . Financial Considerations 1. Are the per-wash costs supported by data from the vendors or from actual users? Vendor estimates should be verified with users. 2. Do costs include: a. capitalization b. utilities and responsible department c. interceptor pumping and disposal 3. The calculations in the text of the staff report are vague. They should be tabulated. Multiplying the number of washes in the specifications by the costs in the staff report yields an unbelievably low annual cost of $5,382. 4. The specifications and the staff report have differing numbers of washes per week, making a repayment calculation impossible. 5. The labor expense of driving to and from the wash and waiting there cannot be counted toward repayment of the investment because the same salaries will be paid out with or without the machine. 6. Although lost time will be reduced, the economic benefit will be realized by individual departments in the form of productivity rather than by the motor pool fund in terms of dollars. 7. Will costs be apportioned to the using departments on a vehicle count basis or an estimate? Estimated usage is apt to be low if the system proves convenient, leaving an operating cost deficit. I am looking forward to using the system to keep our fleet clean and in good mechanical shape. We should approach the project with a comprehensive scope to avoid pitfalls, however. cc: Fred Wilson