Skip to main content
File #: 16-1109   
Type: Ordinance-S Status: Adopted
Meeting Body: City Council Formal Meeting
On agenda: 2/15/2017 Final action: 2/15/2017
Title: Hydro Jet and Sewer Vacuum Cleaning Trucks - Requirements Contract Recommendation - IFB 17-FSD-101 (Ordinance S-43262)
District: Citywide

Title

Hydro Jet and Sewer Vacuum Cleaning Trucks - Requirements Contract Recommendation - IFB 17-FSD-101 (Ordinance S-43262)

 

Description

Request to authorize the City Manager, or his designee, to enter into a contract with Norwood Equipment, Inc. (Vendor 3001721) in an amount not to exceed $9,647,500.00 over the life of the contract. Further request authorization for the City Controller to disburse all funds related to this item.

 

Report

Summary

Hydro jet and sewer vacuum cleaning trucks will be used by the Water Services and Street Transportation departments to move debris within a sanitary sewer by flushing high-pressure water while vacuuming the debris from the manhole. The trucks consist of a truck cab and chassis, water supply, vacuum system, high-pressure water pump and a debris storage body. The machines are operable by a single employee.

 

This contract will enable the Public Works Department to purchase and replace equipment, as needed, on behalf of the Water Services and Street Transportation departments.

 

Procurement Information

IFB 17-FSD-101 was conducted in accordance with Administrative Regulation 3.10. There were three offers received by the Public Works Department on Dec. 7, 2016. The City solicited bids for Group A, a hydro jet vacuum sewer cleaning single axle truck, and Group B, a hydro jet vacuum sewer cleaning tandem axle truck.

 

                                                                                                                              Group A                                                               Group B

Norwood Equipment, Inc.                                     $283,382.00                                               $292,258.00

Balar Equipment                                                                    $287,204.00                                                 $307,195.00

Wastewater Industries, Inc.                               $331,400.00                                                No Bid

 

The Public Works Director recommends that the offer from Norwood Equipment, Inc., be accepted as the lowest-priced, responsive and responsible offer.

 

Contract Term

The initial one-year contract term shall begin on or about Feb. 1, 2017, and end on Jan. 31, 2018. Provisions of the contract include an option to extend the term of the contract for up to four additional years, in one-year increments, which may be exercised by the City Manager, or his designee.

 

Financial Impact

The aggregate contract value including all option years will not exceed $9,647,500.00, with an estimated annual expenditure of $1,929,500.00. Funds are available in the Water Services and Street Transportation departments' budgets.

 

Department

Responsible Department

This item is submitted by Deputy City Managers Mario Paniagua and Karen Peters, the Water Services, Street Transportation and Public Works departments.