Loading...
HomeMy WebLinkAbout6. MANAGER'S REPORT 08/17/2010Mount Prospect Public Works Department INTEROFFICE MEMORANDUM 0"4 . H TO: VILLAGE MANAGER MICHAEL E. JANONIS ;� FROM: SUPERINTENDENT OF STREETS & BUILDINGS PAUL BURES It ,- DATE: AUGUST 12, 2010 SUBJECT: 2010/2011 ROAD SALT CONTRACT — EXTENSION OF STATE BID BACKGROUND ` In the past we routinely purchased road salt for our winter snow and ice control efforts through the State of Illinois Joint Purchasing Program. In 2009/2008 we opted out of the state salt purchase to try to get better pricing and better guaranteed deliveries. The pricing we received was actually higher than the state pricing that year and deliveries had similar problems to the state program due to the salt shortage across the country. There was no advantage to bidding separately and we decided to take advantage of the state bid for 2009/2010 snow season. Last year we purchased road salt for our winter snow and ice control efforts through the State of Illinois Joint Purchasing Program. For three of the last four years salt supplies have been limited due to the record breaking snows, delivery problems due to frozen lakes /rivers and limited supplies. Vendors supplying salt for this program have met the delivery terms most of the time and at competitive prices. Last year at the end of the season we filled our storage bins to the maximum capacity of 1,200 tons to take advantage of the low pricing and to make sure we had an adequate supply to start the season. This year we were given the option to extend the state contract for road salt at the same price as was awarded to the Morton International Inc. in 2009/2010. Morton supplied us with salt in 2009/2010 and has helped during other years during salt storages. As in the past, deliveries are guaranteed not to exceed seven calendar days from time of order to actual delivery. This year the price would remain the same as last year - $58.37 per ton. This is a delivered price that includes cartage. This price is one of the lowest in the region. A recent survey of Northwest Municipal Conference municipalities indicated that this price is lower than the rate paid in 27 of the 34 communities that responded. In addition, our contact at the Illinois Bureau of Strategic Sourcing and Procurement advised us that communities re- bidding salt contracts this year have experienced an average increase of 5 %. He also counseled us that any community with a price below $60 per ton is at the lowest end of the price spectrum for road salt this year. Based on the last four years usage ranging between 6,716 and 2,717 tons, we recommend committing to 5,400 tons; the same quantity as last year. With the state contract we are required to order 80% (4,320 tons) and may go over up to 120% (6,480 tons) if needed and supplies are available, without a penalty or increase in price. At a quantity of 5,400 tons, we should have enough salt for an average season and up to and including recent years record snows. The current 2010/2011 ROAD SALT CONTRACT — EXTENSION OF STATE BID AUGUST 12, 2010 Page 2 prediction for snow this season is slightly lower than average amounts with average to slightly colder temperatures. For your reference, below is chart detailing recent salt procurements. *Not all salt was purchased at $45.81 /ton in 2008. During the salt shortage prices were substantially higher, up to $165.00 /ton RECOMMENDATION It is my recommendation that the Village extend the State of Illinois Joint Purchasing Program for road salt during the 2010 /2011 - winter season and enter into a contract with Morton International Inc. of Chicago, IL. to supply road salt at a unit cost of $58.37 per ton. Funding for this contract is available in the current 2010 budget and winter 2011 expenditures will be limited to the amounts authorized by the Village Board in the 2011 budget. With your concurrence, please forward this to the Village Board for their approval. I concur: len R. Andler Director of Public Works pb (Q� (59alte Paul Bures Superintendent of Streets & Buildings c: Director of Public Works Glen R. Andler Deputy Director of Public Works Sean P. Dorsey File X:\MY DOCUMENTS \STREETS \SNOW\STSALT2010.1 Ldoc Mount Prospect Public Works Department t INTEROFFICE MEMORANDUM TO: VILLAGE MANAGER MICHAEL E. JANONISA 1, 7 11() FROM: VEHICLE /EQUIPMENT MAINTENANCE SUPERINTENDENT DATE: AUGUST 12, 2010 SUBJECT: PURCHASE OF ONE (1) NEW ARTICULATING AND TRACTOR USING MINNESOTA STATE PRICING ($102,125.5 Background In the current budget, there are funds available to replace sidewalk utility tractor 4548.4 is a 1995 Trackless MT5 used by Public Works staff to remove snow in our downtown siness district and on sidewalks along Northwest Highway, Central Road, and Route 83. We have operated two (2) of these articulating and oscillating Trackless tractors over the last 10 -15 years to accomplish the needed snow removal in a timely and effective manner. These tractors have served the Village well based on reliability, performance and overall versatility. All of the current attachments (snowblower, broom, and plow) can be utilized on the new proposed tractor and can be changed out quickly. This versatility is critical to public works operations; it will allow us to share attachments with an existing Trackless tractor and limit the variety of stocked parts. Most importantly, it will enable operators to maneuver the tractor in confined downtown spaces with little or no retraining. Purchasing a comparable tractor from a different manufacturer would require all new attachments for an additional purchase cost of approximately 20% more and require us to purchase additional commonly stocked parts. The Materials Management Division of the State of Minnesota has prepared bid specifications for municipal utility tractors and sent them to eight (8) vendors that provide these types of tractors. Each vendor submitted a competitive bid price for the specific manufacturer /model they sell. The State of Minnesota has made this contract available to its state agencies and to members of its state's Cooperative Purchasing Venture (CPV) program at the same prices, terms, and conditions. I have reviewed the specifications and field- demonstrated the new Trackless to insure this machine will continue to be the most cost effective choice available for our needs. Replacement Schedule 4548 was purchased in September of 1995 and was scheduled to be replaced in 2009. The vehicle /equipment replacement schedule for special equipment is 10 -15 years, depending on usage and condition. 4548 exceeds the vehicle /equipment replacement schedule criteria for replacement and its useful life was deferred another year. 4548 has ended its 15th year of service and has logged 2,144 hours of operation. Life Cycle Cost Analysis Life cycle cost analysis has been completed for 4548 and is attached for your review. The Optimum Economic Replacement Point for 4548 has been calculated at year 6. The Modified Optimum Economic Replacement Point was calculated at year 12. Page 1 of 2 Other Factors • The articulating pivot assemblies are due for a major rebuild. The work is estimated to cost approximately $3,000, including parts and labor. • The hydraulic steel lines and hoses are fatigued from age /corrosion and are due for complete replacement. This work is estimated to cost between $3,500 and $4,500. • The entire machine has rusted badly and is due for complete sandblasting and painting. This is estimated to cost between $4,000 and $5,000.00, including paint and labor. • The hydrostatic pump is due for a major overhaul. The cost is estimated to range between $5,000 and $6,000, including parts and labor. Replacement Recommendation It is my recommendation that a replacement for 4548 be purchased during the 2010 budget year. I am also recommending accepting $12,000 for 4548 as a trade -in allowance versus being sold at the NWMC auction. My past experience has shown this type of specialized equipment will have a higher resale value as a trade -in. Discussion Our local Trackless dealer, EJ Equipment, has offered the same pricing used on the State of Minnesota's contract to us. EJ Equipment is the only Trackless dealer in Illinois, leading me to believe the Village would not receive a better price from an out of state dealer by competitively bidding this unique tractor on our own. Our Village Attorney has reviewed the Minnesota contract details and states the Village Code permits the Village Board to waive competitive bids in such other manner as it may approve, including its reliance on Minnesota's state bid contract price, as it would be in the best interests of the Village. Therefore, it appears that the most cost - effective procurement method for this tractor is to waive the competitive bidding process and accept their proposal based on the State of Minnesota's contract ( contract number 442441) pricing valid through September 30, 2010. Purchase Recommendation I am recommending waiving competitive bids for the purchase of one (1) new 2010 Trackless MT6 Municipal Utility Tractor and accept the proposal submitted by EJ Equipment, Inc., of Manteno, Illinois in an amount not to exceed $102,125.50. This amount includes a trade -in allowance of $12,000. Funds for this proposed purchase are currently available in account number 6707709 — 660115 of the 2010 budget. i es R. Breitz an icle /EauiDment Superintendent I concur. en R. And[ r Director of Public Works JB Attachment c: Deputy Director of Public Works Sean Dorsey H:\Administration \BIDS \RESULTS \Trackless Purchase4548MinnBidWVR8- 2010 -1.doc Page 2 of 2 4 c o 0 �—' o �—' - me n 0 o 0 3 _ p 0 o 3? D m< m CD c n n o m 3 m Cumulative Cost Per Hour o m m 0 S �, d! Efl EA EA N r 0 �. n EA 69 49 Efl — n d N A O 00 O N A O 00 O 9 o e 0 0 0 0 0 0 0 0 0 0 0000 0 0 0 0 0 0 m m n < < 0 0 0 0 0 0 0 0 0 0 0 m °c " n o m ID CD o a m R. N f T AN N Ol kex"4 `G N %P c b W V CT O N O O O O O V O O O O a l W N V O O A O O O O CD t GT O co O V O O O O O O N M W O W A N W m O N O O O �I 00 O N W O O O A O O O O M CO A V A A C1 w N O O 0) C O (T O O O O _, (T V m O Oo O O O O A O «. r w � L4 M W A O O O A O V O O O m n ', w....... N a P W C M A ac ' r.... _ O ID ..... ...... ....... ............ .......... .. ................. ..... .YA . ............................ . ................ ... ...... ..... .. .......................... ................. :............... .. „ .:. £ �.. ............. a ........00..................... W.. ... ........... w.......na ..cn..... O W �.. :a'' : : : :..cn....::::: .W ......rcu.o.... . o.......+o. D � y � _ d �O W N A N W O N �G r N CD (A W V (P O M W O O) A O N (P O N O OD O O O y (T CD CD N CT O N O O O O V y 1 _ _ n W O (T W CT O M N W O O O O M 1=1 W O O O O O O O y CD U O C O x w y ry m a m C y m 3 3 Q m 3 Cn v m Cs G J N [II CD N y .'Q �1 N c (O N W A O O N N [T c [T O pr CD '+ N G �. a N N d N N �N U' t0 A V C O C O O 0 0 CO O y C1 y N n O0 �. N 7 M a 01 C'1 D. O N V ry N .0 A N O N N ic N N _ CD o m a o O O ' �' A O O O O O U C p 0 G G ^1 C N d :�. y V V (T O V CT O O O O O 0 N c O y C O c: 1 n N D O CD CD F M N O �1 C7 O 0 O G ID N a O N fD . Z •[�� O0NpO�� � N C ( O ? OWD N W A O O O O 0 0 . n D) G ti a Q y O C N ?? N .ES C V C n N O C = C G fD 0 }L T C O (O W O N C 6 O W. IWO W (T fP O O V O O CT OD O O V O c0 O O O 0 0 O O N 3 O m Z 0 m G fD N QA� 0 3 3 C � 8 01 O W N (�.I C O OD O O O O o c N rn V o cT o N o o 0 m o m n O a 3 a o n N 3 mU f m rn m o w rn N c o c OD (T N (T OD O W O O O O N n V V N ; CD LD N O O n Oa N W A W N CA 'O O CD oVO O 12 CA Oo A o 0 3 3 ,�. CD p a A cD o 1 » (D CD N B O 2 �• ^ 0 -0 '9 c c � n, m 'o n CD v m pD Ea ds to en f-9 N Oo V N CO CT A + Gfl 6 �b'f CD � OOOOO C V r V O O O O O O CO O 0o C.11 O O O O O W (D ? c0 0 0 0 0 0 0 w