Loading...
SR 01-26-2016 3E City Council Report City Council Regular and Special Joint Meeting: January 26, 2016 Agenda Item: 3.E 1 of 3 To: Mayor and City Council From: Martin Pastucha, Director, Public Works, Street & Fleet Services Subject: Bid Award for One Compressed Natural Gas Rear Load Refuse Packer Vehicle Recommended Action Staff recommends that the City Council: 1. Award Bid #4224 to Los Angeles Freightliner, a California-based company for the purchase of one compressed natural gas rear load refuse packer vehicle . 2. Authorize the Purchasing Services Manager to issue a purchase order with Los Angeles Freightliner for one compressed natural gas rear load refuse packer vehicle in an amount not to exceed $301,653. Executive Summary This purchase would replace one vehicle that has reached the end of its cost-effective useful life through the Vehicle Replacement Program. In November 2015, the City solicited bids for the purchase of one Compressed Natural Gas (CNG) Rear Load Refuse Packer Vehicle. After reviewing all bids received, staff recommends Los Angeles Freightliner as the best and lowest bidder for the purchase and delivery of one CNG rear load refuse packer vehicle in the amount of $301,653. This purchase meets the goals of the City’s Reduced-Emissions Fuels Policy by utilizing a vehicle powered by CNG fuel. Discussion The City replaces vehicles that have reached the end of their cost-effective useful life through the Vehicle Replacement Program. The replacement of this vehicle is recommended based on criteria including mileage, age, and repair history. Resource Recovery and Recycling (RRR) utilizes a rear load packer vehicle Monday through Friday to collect illegal dumps, perform alley clean up, provide special bulk item removals, and remove items from the public right of way. In addition, rear loader 2 of 3 packers collect refuse, recycling, and organics from hard-to-service areas that residential side load collection vehicles are unable to access. Example of a CNG rear load refuse packer vehicle Vendor Selection In November 2015, the City published Notices Inviting Bids to furnish and deliver one CNG Rear Load Refuse Packer Vehicle 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 432 vendors were notified and 21 vendors downloaded the bid. A total of 2 bids were received and publicly opened on November 30, 2015 per Attachment A. Bids were evaluated based on the criteria in SMMC 2.24.072, including p rice, previous experience, ability to deliver, quality of product, and compliance with City specifications. After reviewing the bids received, staff recommends Los Angeles Freightliner as the lowest and best bidder for the purchase and delivery of one CNG rear load refuse packer vehicle in the amount of $301,653. This purchase meets the goals of the City’s Reduced-Emissions Fuels Policy by utilizing a vehicle powered by CNG fuel. 3 of 3 Financial Impacts and Budget Actions The purchase order to be awarded to Los Angeles Freightliner is for an amount not to exceed $301,653. 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. Attachment A - Bid Summary ATTACHMENT A BID #: 4224 BID CLOSE DATE:  12/3/15 DESCRIPTION QTY UNIT PRICE EXTENDED PRICE QTY UNIT PRICE EXTENDED PRICE NEW AND UNUSED REAR LOAD REFUSE PACKER VEHICLE, COMPLETE WITH ALL COMPONENTS AS SPECIFIED 1 $ 305,700.00 $ 305,700.00 1 $ 262,735.00 $ 262,735.00 *OPERATOR’S INSTRUCTION MANUAL 1 Included Included 1 Included Included *LUBRICATION INSTRUCTIONS 1 Included Included 1 Included Included *SHOP MAINTENANCE MANUALS 1 Included Included 1 Included Included *OEM ILLUSTRATED PARTS BOOK 1 Included Included 1 Included Included *ELECTRIC WIRING SCHEMATIC 1 Included Included 1 Included Included *PARTS MANUAL FOR EQUIPMENT ADDED BY END MANUFACTURER 1 Included Included 1 Included Included *OEM ELECTRIC WIRING SCHEMATIC 1 Included Included 1 Included Included *ELECTRIC WIRING SCHEMATIC FOR EQUIPMENT ADDED BY END MANUFACTURER 1 Included Included 1 Included Included *HYDRAULIC SCHEMATIC FOR EQUIPMENT ADDED BY END MANUFACTURER 1 Included Included 1 Included Included SUBTOTAL $ 305,700.00 $ 262,735.00 SALES TAX (9.5%) $ 29,041.50 $ 24,959.83 TRAINING 1 $ 2,700.00 $ 2,700.00 1 $ 2,400.00 $ 2,400.00 5 YEAR WARRANTY ON ENGINE 1 $ 3,800.00 $ 3,800.00 1 $ 3,450.00 $ 3,450.00 5 YEAR WARRANTY ON TRANSMISSION 1 $ 1,200.00 $ 1,200.00 1 $ 866.00 $ 866.00 5 YEAR WARRANTY ON BODY METAL 1 $ 8,700.00 $ 8,700.00 1 $ 7,800.00 $ 7,800.00 5 YEAR WARRANTY ON PAINT DEFECTS 1 NA NA 1 N/A Chassis Body incl w/ body metal N/A Chassis 5 YEAR WARRANTY ON CHASSIS 1 NA NA 1 $ 3,000.00 $ 3,000.00 OPTIONAL EQUIPMENT (WEIGHT SCALES)1 $ 6,400.00 $ 6,400.00 1 $ 5,750.00 $ 5,750.00 TIRE FEE 1 $ 12.50 $ 12.50 1 $ 17.50 $ 17.50 DELIVERY 1 $ 50.00 $ 50.00 1 $ 100.00 $ 100.00 OTHER (PLEASE DESCRIBE ON NEXT PAGE)11 GRAND TOTAL Tax included here (was not included in bid submitted) $ 357,604.00 $ 311,078.33 PRICING CONTINUED If an incentive discount program has been included in the quoted price, please describe below If additional fees were indicated in Pricing Section, please describe below: Please indicate all warranties applicable to this purchase Please state guaranteed delivery date: __________ Days (After receipt of order) Payment Terms ADDITIONAL PURCHASES OF VEHICLES ‐confirm  acknowledgement  GENERAL Make and model of vehicle: Wheelbase: Total overall length of vehicle (cab & body) not to exceed 360”: Total installed overall height of vehicle (Max 10’ 6”) Total overall width of vehicle: WARANTY Additional cost, if any, for 5 year warranty on the following: ‐Engine ‐Transmission ‐Body metal ‐Paint defects ‐Chassis  Closest warranty service location and hours of operation for  engine: Closest warranty service location and hours of operation for  Closest warranty service location and hours of operation for  body: If travel time and/or transportation of vehicle is covered:    ____YES  ____NO Dealer Support and Parts Supply Location of dealership(s): Hours of operation for parts: BID RESULTS Chassis  3620 E. Florence Ave. Huntington Park, CA 90255 Body 14572 Rancho Vista Fontana, CA 92335 Chassis 6am ‐ 6pm Body 8am ‐ 4:30pm Fred M. Boerner Motor Co. Huntington Park, CA RESPONSE NA NA See attached for warranty information 220 10% 20 Net 30 Confirmed Crane Carrier LET2 152" Approx 350" 11'5" Approx 134" Yes Crane Carrier LET2‐40 164" 350" 133" OR 11.09' 94" NOT INCLUDING MIRRORS Los Angeles Freightliner Whittier, CA 7am to 12am Los Angeles Freightliner Whittier, CA 7am to 12am 7am ‐ 12am  BID DESCRIPTION: FURNISH AND DELIVER ONE (1) NEW AND  UNUSED CNG REAR LOAD REFUSE PACKER RESPONSE 180-220 Net 30 X Los Angeles Truck Center LLC dba Los Angeles Freightliner Fontana, CA *For CCC Let2-26 2 axle with a 18 cubic yard bodt - deduct $8,608.00 from unit price None 3620 E. Florence Ave. Huntington Park, CA 90255 3620 E. Florence Ave. Huntington Park, CA 90255 Ray Gaskin Service, Fontana 8am ‐ 4:30pm Ray Gaskin Service Fontana, CA 7am to 4:30pm  Yes (body only) Los Angeles Freightliner 2429 S Peck Rd. Whittier, CA Engine ‐ 5 yr 150,000 mile plam 1 add $3,450.00 Transmission ‐ Allison 5 yr add $866.00 Body metal ‐ $7,800.00 Paint defects ‐ Crane Carrier std. 1 year 12,000 miles  Chassis crane carrier std 1 year. 3 year add $3,000.00 Page 1