Loading...
SR-04-28-2015-3BID City of Santa Monicai To: Mayor and City Council • pp ! 1 City Council Regular Meeting: April 28, 2015 Agenda Item: 343 From: Susan Cline, Interim Director of Public Works Subject: Bid Award for Purchase of Five Compressed Natural Gas Side Loader Refuse Packer Vehicles Recommended Action Staff recommends that the City Council: 1. Award Bid #4173 to Boerner Truck Center, a California -based company, for the purchase of three Compressed Natural Gas Side Loader Refuse Packer Vehicles; 2. Authorize the Purchasing Services Manager to issue a purchase order with Boerner Truck Center for three Compressed Natural Gas Side Loader Refuse Packer Vehicles in an amount not to exceed $990,014; 3. Award Bid #4173 to Los Angeles Freightliner, a California -based company, for the purchase of two Compressed Natural Gas Side Loader Refuse Packer Vehicles; 4. Authorize the Purchasing Services Manager to issue a purchase order with Los Angeles Freightliner for two Compressed Natural Gas Side Loader Refuse Packer Vehicles in an amount not to exceed $667,198. 5. Authorize budget changes as outlined in the Financial Impacts & Budget Actions section of this report. Executive Summary This purchase would replace four vehicles that have reached the end of their useful life through the Vehicle Replacement Program and add one new vehicle to the City's fleet for zero waste program initiatives. In January 2015, the City solicited bids for the purchase of five Compressed Natural Gas (CNG) Side Loader Refuse Packer Vehicles. After reviewing the bids received, staff recommends Boerner Truck Center as the best bidder for the purchase and delivery of three CNG Side Loader Refuse Packer Vehicles in the amount of $990,014 and Los Angeles Freightliner as the best bidder for the purchase and delivery of two CNG Side Loader Refuse Packer Vehicles in the amount 1 of 4 of $667,198. This purchase meets the goals of the City's Reduced - Emissions Fuels Policy by utilizing vehicles powered by CNG fuel. Background The City replaces vehicles that have reached the end of their useful life through the Vehicle Replacement Program. This Program would replace four vehicles and add one vehicle to the fleet for zero waste program initiatives including expansion on the food waste program and mandatory recycling for commercial businesses as governed by AR32. The vehicles would be used by Resource Recovery and Recycling (RRR) for residential and commercial refuse collection. Discussion RRR currently uses the Crane Carrier on 15 of the 19 side loader packer vehicles in the Fleet. Historically, using one or two types of chassis minimizes maintenance costs, simplifies driver training, and makes it easier to obtain parts. RRR field and supervisory staff tested the Autocar chassis and liked its interior space, as well as the greater field of vision which may create a simplified and more comfortable driving experience for the operator. There are no cylinders inside the Dadee Scorpion body, which eliminates the need for Fleet Management to do routine maintenance work inside the body. The Dadee Scorpion body does not have a clean out area, which eliminates the potential for a 2 of 4 confined space hazard. The intent of the blade system on the Dadee Scorpion body is to eliminate blade and floor wear. The components that need constant adjustment are located outside the hopper which keeps them clear of trash debris and prevents the need for mechanics to enter the body. The current vehicles have issues with abnormal wear of the packing system components and the body itself because the components are inside the body. These types of repairs can cost close to $20,000 per repair. Fleet Management will also be able to reduce the amount of parts kept in stock if repairs like these are no longer necessary. Staff recommends the Crane Carrier /Dadee and the Autocar /Dadee configurations because they are 16" and 22" shorter, respectively, than the AMREP body proposed by other bidders. The shorter body length is preferred for RRR operations in order to navigate tight alleys and various constraints of the Santa Monica operating area. Vendor Selection In January 2015, the City published Notices Inviting Bids to furnish and deliver five CNG Side Loader Refuse Packer Vehicles 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 598 vendors were notified and 24 vendors downloaded the bid. A total of 10 bids were received and publicly opened on January 30, 2015 per 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 Boerner Truck Center as the best bidder for the purchase and delivery of three CNG side loader refuse packer vehicles with the Crane Carrier LET -2 -26 chassis and Dadee Scorpion body in the amount of $990,014. Additionally, staff recommends Los Angeles Freightliner as the best bidder for the purchase and delivery of two CNG side loader refuse packer vehicles with the Autocar ACX42 chassis and Dadee Scorpion body in the amount of $667,198. 3 of 4 Financial Impacts & Budget Actions The purchase order to be awarded to Boerner Truck Center for the purchase and delivery of three CNG Side Loader Refuse Packer Vehicles is for an amount not to exceed $990,014. The purchase order to be awarded to Los Angeles Freightliner for the purchase and delivery of two CNG Side Loader Refuse Packer Vehicles is for an amount not to exceed $667,198. Award of the purchase orders will require the following FY 2014 -15 budget actions: 1. Appropriate $1,323,613 for the purchase of four CNG Side Loader Refuse Packer vehicles to account 0540167.589200 (Vehicle Replacement Purchases); 2. Increase the revenue budget in account 54459.405760 (Vehicle Enhancement Purchases) by $333,599 to reflect vehicle contribution from the RRR Fund; 3. Appropriate $333,599 for the purchase of one CNG Side Loader Refuse Packer vehicle to account 0540167.589100 (Vehicle Enhancement Purchases). The purchase order to be awarded to Boerner Truck Center in an amount not to exceed $990,014 will be charged to account C540167.589200. The purchase order to be awarded to Los Angeles Freightliner will be charged to the following accounts: Account Amount 0540167.589200 C540167.589100 $333,599 $333,599 TOTAL $667,198 Prepared By: Heidi Duran, Administrative Analyst Approved Forwarded to Council U Susan Cline, Interim Director of WIbBd2'OU Attachments: A. Bid No. 4173 Summary (PDF) Elaine M Polachek, Interim City Mf*g ®A5 U 3 5 £ tE f #F q �E9 3 .p• Y a � � �_ 6 •'s. egeef ti �E E S gai [ {e i an F[s i €S � » E € E H E •• 4 Ft: F; fei o� {i t d Y ^ SaYF: F £° R a z� s � a sae yHa f [ s E F E p R eg PS � R �E d e5 L d te: E 3 L�v C y E,W u ¢nc eg 8