SR-10-13-2015-3C
City Council
Report
City Council Regular Meeting: October 13, 2015
Agenda Item: 3.C
1 of 3
To: Mayor and City Council
From: Martin Pastucha, Director, Public Works, Street & Fleet Services
Subject: Award Bid for the Purchase of Three Compressed Natural Gas Aerial Trucks
Recommended Action
Staff recommends that the City Council:
1. Award Bid #4206 to Altec Industries, a California-based company, for the
purchase and delivery of three Compressed Natural Gas Aerial Trucks.
2. Authorize the Purchasing Services Manager to issue a purchase order with Altec
Industries for the purchase and delivery of three Compressed Natural Gas Aerial
Trucks in an amount not to exceed $560,270.
Executive Summary
This purchase would replace three vehicles that have reached the end of their useful life
through the Vehicle Replacement Program. In July 2015, the City solicited bids for the
purchase of two Compressed Natural Gas (CNG) Aerial Trucks. After the bid was
posted and closed, staff identified an additional aerial truck that needs to be replaced.
Staff recommends Altec Industries as the best bidder for the purchase and delivery of
three CNG Aerial Trucks for a total amount not to exceed $560,270. This purchase
meets the goals of the City’s Reduced-Emissions Fuels Policy by utilizing vehicles
powered by compressed natural gas.
Discussion
The City replaces vehicles that have reached the end of their useful life based on age,
mileage, and repair history in accordance with the Vehicle Replacement Program. This
Program would replace three vehicles in Facilities Maintenance. This purchase meets
the goals of the City’s Reduced-Emissions Fuels Policy by utilizing vehicles powered by
compressed natural gas, which reduces emissions.
Vendor Selection
In July 2015, the City published Notices Inviting Bids to furnish and deliver two CNG
2 of 3
Aerial Trucks, as required by the City, 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 433 vendors were notified and 14 vendors downloaded the bid. Three bids were
received and publicly opened on July 21, 2015 per Attachment A.
After the bid was posted and closed, staff identified an additional aerial truck that needs
to be replaced. The additional aerial truck had not been reviewed for replacement prior
to the procurement process because it was not scheduled for replacement until July 1,
2015. Replacement of the additional aerial truck was approved on August 3, 2015, after
the bid closed on July 21, 2015. The purchase for one additional vehicle meets the
provisions of SMMC 2.24.080 (b), exceptions to competitive bidding, as competitive bid
procedures have already been utilized. Altec Industries agreed to provide one additional
vehicle, at the same price, terms, and conditions as stated in their submittal for Bid
#4206.
The bid was evaluated based on the criteria in SMMC 2.24.072, including price, ability
to deliver, quality of product, and compliance with City specifications. Altec Industries
was not the lowest bidder but they offered a bid with no exceptions and a shorter
delivery time frame than the other two bidders. Additionally, Altec Industries bid an
Altec Industries aerial lift, and the other two bidders bid Versalift aerial lifts. Although an
Altec Industries lift was not a specific requirement of the bid, Altec Industries aerial lifts
have proven to be easier to maneuver in Facilities Maintenance operations and have
required less maintenance than Versalift aerial lifts that have been used in the same
operation. Lowering the Versalift aerial lift from an elevated position requires a
significant amount of maneuvering to get it back into its start position due to the location
of the secondary arm support post. Also, the secondary arm support post of the Vers alift
obstructs maneuverability of the bucket around the sides of the vehicle. The other two
bidders stated they would need to send the chassis to a third party for the installation of
the lift, which could extend the delivery time frame, whereas Altec wi ll perform this work
in-house. One of the other two bidders took an exception to the requirement in the
specifications that the CNG tanks must not exceed the height of the cab. The tanks they
3 of 3
bid will be higher than the cab by five to six inches.
Based upon these criteria, Altec Industries is recommended as the best bidder to
provide three CNG Aerial Trucks in accordance with City specifications.
Financial Impacts and Budget Actions
The purchase order to be awarded to Altec Industries is for an amount no t to exceed
$560,270. 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. Bid No. 4206 Bid Submittal Summary
ATTACHMENT A
BID #: F4206
BID DESCRIPTION: FURNISH AND DELIVER TWO (2) NEW AND UNUSED AREIAL TRUCKS AS REQUIRED BY FLEET MANAGEMENT
BID CLOSING DATE: 7/21/15
DESCRIPTION QTY UNIT PRICE EXTENDED PRICE QTY UNIT PRICE EXTENDED PRICE QTY UNIT PRICE EXTENDED PRICE
NEW AND UNUSED CNG AERIAL TRUCK,
COMPLETE WITH ALL COMPONENTS AS
SPECIFIED
2 $ 163,888.00 $ 327,776.00 2 $152,973.44 $ 305,946.88 2 $155,148.00 $ 310,296.00
SUBTOTAL $ 327,776.00 $ 305,946.88 $ 310,296.00
SALES TAX (9.5%) $ 31,138.72 $ 29,064.95 Corrected Sales tax at 9.5%.
Sales tax on bid submitted
was at 9.0%
$ 29,478.12
TIRE FEE 2 $ - $ - 2 $ 10.50 $ 21.00 2 $ 8.75 $ 17.50
DELIVERY 2 $ 804.00 $ 1,608.00 2 Inc $ - 2 $ 125.00 $ 250.00
OTHER (PLEASE DESCRIBE) 2 $ 6,495.00 $ 12,990.00 2 Training Options See attached Schedule 2 $ - $ -
GRAND TOTAL $ 373,512.72 $ 335,032.83 $ 340,041.62
DESCRIPTION
IF ADDITIONAL CHARGES WERE INDICATED ABOVE,
PLEASE DESCRIBE BELOW:
PLEASE STATE GUARANTEED DELIVERY DATE: __DAYS
(AFTER RECEIPT OF ORDER)
PAYMENT TERMS - ENTER PAYMENT DISCOUNT TERMS;
OTHERWISE NET THIRTY (30) DAYS WILL APPLY.
SPECIFICATIONS BIDDERS EXCEPTIONS BIDDERS EXCEPTIONS BIDDERS EXCEPTIONS
MAKE & MODEL As Specified As Specified Per Specifications
New and unused current model Ford F-550 4x2 XLT Super Cab or equal.
State year, make and model:
State wheelbase:
Gross Vehicle Weight Rating (GVWR): shall not be less than 19,500 lbs.
Front Axle Weight Rating: shall not be less than 7,000 lbs.
Rear Axle Weight Rating: shall not be less than 14,706 lbs.
State GVWR:
POWERTRAIN As Specified As Specified Per Specifications
6.8 Liter V-10 362 horsepower 457 lbs. of torque gaseous fuel prep.
TorqShift 5-speed automatic transmission with overdrive
CNG FUEL SYSTEM As Specified As Specified Per Specifications
CNG tanks shall total 45 DGE (diesel gallon equivalent) minimum. Tanks to be
positioned between cab and utility. Tank height must be no greater than cab.
Tanks must have reinforced covers to protect them that are easily removed for
inspection. Tank location must be approved by City.
The tanks are approximately 5" - 6"
above the cab
Gauges to be installed at high and low pressure sides of regulator.
Gauge and 1/4 turn shut-off valve location must be approved by City.Per specifications, integrated into the
cabinet
Fueling system to be installed in accordance with NFPA 52 safety standards.
Pressure relief devices (PRDs) shall be plumbed to vent at the top of the vehicle.
They shall be directed up and have “blow-off” caps to prevent water from
entering plumbing.
For 57 GGE tanks please add $1,000 to
the cost. This also adds 5" more cabinet
behind the cab for the larger tanks.
Fuel capacity:
Name of fuel system installer:
Make and type of tanks:
Date of mfg. and life expectancy of tanks:
Number of tanks and total capacity:
Location of tanks:
Make and model of high-pressure regulator:
Price to add electronic shut-off valves and tams:
Additional costs, if any, for 20 tanks:
CAB As Specified As Specified Per Specifications
Conventional Super Cab
Factory installed air conditioning, heater/defroster
Adjustable seating covered in heavy duty, dark gray cloth
All weather floor mats
Power steering
Factory tinted rear window, right and left rear passenger windows
Factory power windows
Intermittent speed windshield wipers
Sun visors (left and right sides)
Three (3) point driver and passenger seat belts
Warning Lights
Tachometer and odometer
Warning lights and buzzer
Tilt steering wheel
Five (5) lb. fire extinguisher
40-20-40 split bench
AM/FM/CD/aux jack stereo system
6” angular black molded in color factory running boards
Backup alarm
A reverse camera system shall provide audio and color video monitoring behind
the truck. A 7” or larger monitor shall be mounted on driver’s side, in cab.
Warranty shall be parts, labor and travel time for a period of 5 years on the
camera and the monitor.
Warranty Exception: 1 year parts
& labor, 90 days travel
TIRES & WHEELS As Specified As Specified Per Specifications
Wheels should be 19.5” forged polished aluminum (Ford) or equal. Tires should
be 225/70R x 19.5 all season BSW tires. Tires should have a load rating equal
to or greater than the GVWR specified. Tires shall not be over 14 months at
time of delivery.
State tire and wheel size and load rating:
AERIAL BUCKET As Specified
New and unused current model AT-40G 24x30x42 VERSALIFT VST - 40 - I - 24x30x42 VERSALIFT VST-40-I 24x30x42
Horizontal Reach: 29.6 Horizontal Reach: 30' Horizontal Reach: 30'
Platform Rotation: 180°Platform Rotation: 180 degrees Platform Rotation: 180 degrees
Working Height: 44’ 4”Working Height: 45'4" Working Height: 45'4"
Max Jig Capacity: 800 lbs.Max Jib Capacity: 1000 lbs Max Jib Capacity: 1000 lbs
Max Platform Capacity: 400 lbs.Max Platform Capacity: 600 lbs Max Platform Capacity: 600 lbs
Boom Rotation: 360°Boom Rotation: 360 degrees Boom Rotation: 360 degrees
RESPONSERESPONSE
2016 Ford F550
186"
19,500
54 GGE
Greenkraft
Type 4 Quantum
ITT
Included
20 Yr
2 @ 54 GGE total
Cabinet behind Cab
225/70Rx19.5 G
Please see attached schedule training is non-taxable
360
2% 20 DaysNot Applicable
FRITTS FORD
RIVERSIDE, CA
Response Response
2016 Ford F550
186"
ALTEC INDUSTRIES
DIXON, CA
"Other Charges" include - Altec provided training for the unit,
and additional extended warranty beyond Altec's standard
340
52.5
Three - 692 liters 52.5 DGE
19500 lbs.
Back of Cab
ITT
A-1 Fuel Systems
SCI or CPI type 3 or 4 cylinders
20 years
Included
Included
LT225/70SR19.5 GBSW AS -
Load Rating G
Net 30 Days
RESPONSE
TRANSWEST TRUCK CENTER
FONTANA, CA
None indicated
365
Response
50 GGE
2016 Ford F-550 S/C
186"
19,500 GVWR
A-1 Alternative Fuel Systems
Type 3 or Type 4 Luxfer or CPI
20 years
45 DGE (three tanks) or 51 DGE (two
tanks)
Back-of-cab
ITT
Included
225/70R X 19.5 G
N/A Additional cost of 20 year tanks
included
ATTACHMENT A
BID #: F4206
BID DESCRIPTION: FURNISH AND DELIVER TWO (2) NEW AND UNUSED AREIAL TRUCKS AS REQUIRED BY FLEET MANAGEMENT
BID CLOSING DATE: 7/21/15
FRITTS FORD
RIVERSIDE, CA
ALTEC INDUSTRIES
DIXON, CA
TRANSWEST TRUCK CENTER
FONTANA, CA
UTILITY BODY As Specified As Specified
New and unused Brandfx BFXB 56DXLW Series Service Body or equal Equal
Pack Height: 40”
Pack Depth: 20”
Pack Length: 103.75" + 30" tailshelf
Floor Width: 54”
Overall Width: 94”
Mounting Height: 25”
CONE RACKS As Specified As Specified Per Specifications
Two (2) street side rear under body cone holders, side by side cone rack must
accept 18” base to accept a total of eight (8) cones
PAINT As Specified As Specified Per Specifications
Exterior to be painted white.
BODY SURFACE COATING BrandFX Non-Skid Compartment
Tops As Specified Per Specifications
Amorthane
GENERATOR As Specified As Specified Per Specifications
New and unused Honda Portable Power System, EU2000i Companion or equal
2000 watts, 120V
Built in 30A outlet for parallel capability with another EU2000i
Inverter – stable power for computers and more
LIGHTING As Specified As Specified Per Specifications
All lighting to be Whelen. All lighting must use clear lenses with amber LEDs.
Before installation, City will determine location of all lighting.
Lightbar (see configuration below)
1 - SW8AAAA 48” Long, FOUR Extended Corner Linear Super - LED’s
4 – SLDAA 500 Series Super-LED Flashers, 2 Amber
1 – 795H Opticom Emitter
1 – SXTLED TWO 500 Series Tir High IntensityLED Take Down
1 - SRALF1 TWO LR11 Super-LED Flashing Alley 2 with 15 degree Horizontal
Adjustment
1 – MKEZ7 Mounting Bracket
Lightbar Configuration
Front Facing Lights:
2 – M7AC M7 series lights with AMBER LED’s with CLEAR lenses to be
mounted in grill of vehicle.
2- M7FC Chrome Flange for M7AC
2 - VTX609A Amber Vertex, location to be determined by City of Santa Monica.
Rear Facing Lights:
2 - M7AC M7 series lights with AMBER LED’s and CLEAR lens to be mounted
in various locations be
determined by City of Santa Monica.
6 - VTX609A Amber Vertex, location to be determined by City of Santa Monica.
1 - TA807L LED Traffic Advisor mounted to rear of vehicle
Inside Cab:
1 - PCC8R eight position keypad with remote relay module. Mounting of power
distribution center (PDC) shall be determined by City of Santa Monica.
1 - Individual lighted toggle switch for Opticom Emitter.
Operation of all switches shall be set as follows:
1. Master Power Switch for all Lighting
2. Lightbar Control
3. Front Facing Lights
4. Rear M7 Series and Vertex Lights
5. Rear Traffic Advisor Arrow Stick
6. Alley Lights
7. Rear Work Lights
8. Tool Bin lighting
Tool Bins:
Whelen model #F27PC rope light to be placed inside of all tool bins. Location to
be determined by City of Santa Monica.
KEYS As Specified As Specified Per Specifications
Four (4) sets of keys.
DESCRIPTION
DO YOU COME INTO CITY OF SANTA MONICA TO CONDUCT
BUSINESS?
DO YOU DELIVER PARTS AND /OR PRODUCTS IN YOUR
OWN COMPANY VEHCILE ?
OAKS INTIATIVE
ARIZONA DISCLOSURE
Response
Page not submitted
Page not submitted
Response
Complete Complete Complete
Response
No
No
No
No
Incomplete Complete Incomplete