Loading...
SR 03-26-2019 3E City Council Report City Council Meeting: March 26, 2019 Agenda Item: 3.E 1 of 7 To: Mayor and City Council From: Susan Cline, Director, Public Works, Street & Fleet Services Subject: Award Bid to Frontier Ford for the Purchase of up to 70 Pickup Trucks Recommended Action Staff recommends that the City Council: 1. Award Bid #4366 to Frontier Ford, a California-based company, for the purchase and delivery of 60 Ford F-250 pickup trucks for the Planning and Community Development, Police, and Public Works departments; 2. Authorize the Procurement Manager to issue a purchase order with Frontier Ford for the purchase and delivery of 60 Ford F-250 pickup trucks in the amount not to exceed $3,638,781 for one year, with future year funding contingent on Council budget approval; and 3. Authorize the Procurement Manager to issue any necessary change ord ers to the purchase order in an amount not to exceed $891,378 for the purchase of up to an additional 10 vehicles for an additional 12 months after receipt of the purchase order, at the same price, terms and conditions. This would result in a revised purchase order total amount not to exceed $4,530,159, with future year funding contingent on Council budget approval. Summary Staff within various City divisions use pickup trucks for maintenance, hauling, towing equipment, and other daily operations. This purchase would replace 58 existing pickup trucks that have reached the end of their cost-effective useful lives through the Vehicle Replacement Program and would add two approved pickup trucks to the City’s vehicle inventory to support a new field position and enhanced maintenance services along the Colorado Esplanade, for a total of 60 vehicles. In addition, staff is requesting the authority to purchase up to 10 additional trucks, if necessary, to replace units that may be damaged beyond repair during City activities over the next 12 months. Staff recommends Frontier Ford as the best and lowest bidder for the purchase and delivery of up to 70 CNG Ford F-250 pickup trucks for a total amount not to exceed $4,530,159. This purchase meets the City’s Reduced-Emissions Fuels Policy goals by using vehicles powered by 100% renewable CNG fuel. 2 of 7 Discussion The City replaces vehicles that have reached the end of their cost -effective useful life through the Vehicle Replacement Program. In December 2018, the City solicited bids for the purchase and delivery of 62 Compressed Natural Gas (CNG) Ford F-250 pickup trucks, or equal, with the option to purchase up to 10 additional vehicles at the same price, terms and conditions within 12 months of the purchase order receipt. Although staff bid for 62 vehicles, the City would only purchase 60 vehicles with the option to buy an additional 10. The City recently conducted a fleet utilization study to identify areas where the vehicle inventory could be reduced. After the bidding process was completed, staff determined that through a reallocation of vehicles, two of the 60 replacement vehicles could be eliminated from the inventory without replacement, based on the study, which is why only 58 vehicles are being replaced at this time (this is in addition to the two approved pickup trucks that would support a new field position and enhanced maintenance services along the Colorado Esplanade). Due to the reduction in replacement vehicles, the requested expenditure amount of $3,638,781 is lower than the bid amount of $3,787,825. The total funding request amount of $4,530,159 is to cover the additional 10 vehicles, if needed, and the cost of their configurations, which are unknown at this time. The existing vehicles due for replacement have a cost-effective useful life span of 10 years. The current vehicles were purchased between 1997 and 2012 and are between seven and 21 years old. The one vehicle that is seven years old is used by Airport Maintenance staff and is being replaced early due to a combination of factors that include major mechanical issues. This vehicle does not meet the operational needs of the department, and the company that performed the electrical conversion went out of business, making it very difficult to get replacement parts. To meet the City’s Sustainable Fleet requirement, staff purchases alternative fuel vehicles that operate on fuels other than gasoline or diesel to reduce greenhouse gas 3 of 7 emissions and pollution. The replacement vehicles would meet California’s emission standards, which exceed the basic Environmental Protection Agency (EPA) standards that new vehicles sold in all other states must meet. Not all dealerships in California offer alternatively fueled vehicles. As a result, the trucks the City procures cannot be purchased off the lot or from a regular dealer. If they were, an unleaded fuel vehicle would need to have its engine and fuel components removed and replaced with a CNG system, which can be expensive and is not always an effective option. The alternative is to purchase vehicles with engines that are pre-built for CNG applications. The City has made a commitment to procurement decisions that minimize negative environmental impacts, resulting in a limited number of vendors being able to meet the City’s specifications and environmentally preferable products. This is the third bid issued by staff since 2016 for CNG-fueled pickup trucks. The timing of the bids, coupled with the timing of the approved California Air Resources Board (CARB) engine certification and the vehicle order cut-off dates, prevented the City from utilizing the previous two bids. In the first bid, the CARB certification could not be attained by the awarded sole bidder. In the second bid, the City required bidders to include the CARB certification with their bid. At the time of bidding, the sole bidder did not yet have their CARB certification, and the bid had to be rejected. In the current bid, the vendor’s CNG system installer has attained the 2019 CARB certification for the Ford F-250 truck. As CNG tanks with a 15-year life span began to expire and had to be removed from service, the City bid for rental car services and awarded a purchase order to Enterprise Rent-A-Car to bridge the gap until a successful truck bid could be established. If this purchase is not approved, the City will need to pay the current monthly rental rate for a pickup truck from Enterprise Rent-A-Car, which is $959 per month. Rental costs are significantly more expensive than the average cost of $138 per month to main tain the vehicle in-house and the average cost of $506 in monthly depreciation. In addition, rental vehicles use unleaded gas and not alternative fuel. 4 of 7 The 58 pickup trucks that would be replaced by this purchase are used by the divisions listed below:  Airport Maintenance (2 Vehicles): maintaining the Santa Monica Airport, including brush clearance, towing and placing lighted warning crosses during runway closures, trash collection along the runway adjacent areas, and maintenance projects within the airport  Beach Maintenance (2 Vehicles): maintaining the Santa Monica Beach area  Engineering (2 Vehicles): providing various services related to the enhancement of public infrastructure and management of the public right -of-way throughout the City  Facilities Maintenance (15 Vehicles): maintaining City buildings and properties, including the carpentry, electrical, paint and plumbing, construction/remodeling projects and heating, ventilation, and air-conditioning (HVAC)  Fleet Management (3 Vehicles): ensuring City vehicles and other automotive- related equipment are available, dependable, and safe to operate  Park Maintenance (13 Vehicles): maintaining and improving the City’s parks and landscapes, including tennis and basketball courts, athletic fields, and park amenities  Pier Maintenance (2 Vehicles): maintaining the pier facility  Police Department – Animal Control Unit (1 Vehicle): enforcing local and regional laws concerning the care and treatment of animals  Promenade Maintenance (2 Vehicles): maintaining and cleaning the downtown district  Resource Recovery and Recycling (4 Vehicles): residential and commercial refuse collection, street sweeping, and recycling  Street Maintenance (3 Vehicles): maintaining all streets, alleys, sidewalks, curbs, gutters, City-owned parking lots, and state highways located within the City. One of the four vehicles would be an addition to the City’s fleet and be used by a new 5 of 7 street maintenance crew leader position that was created but was never assigned a vehicle  Street Signs and Markings (1 Vehicle): installing and maintaining the City’s network of street signage and street markings, including crosswalks, bike lanes, and curb markings  Traffic Signals (1 Vehicle): installing, maintaining, and operating all City-owned traffic signals and associated equipment within the City, including traffic signals, pedestrian push buttons, pedestrian walk/don't walk audible and visual indicators, vehicle indications, emergency preemption devices, vehicle and bicycle detection devices, lighted crosswalks, flashing beacons, vehicle speed feedback signs, and fiber optic networks.  Urban Forest (1 Vehicle): maintaining over 33,000 trees in Santa Monica’s urban forest  Wastewater (1 Vehicle): maintaining the City’s sewage system  Water Resources (5 Vehicles): maintaining the City’s water production and distribution system The two pickup trucks that would be added to the inventory by this purchase would be used by the following divisions: Code Enforcement (1 Vehicle): enforcing City ordinances and state laws regulating construction activity and the maintenance of buildings and property. This vehicle would add be an addition to the City’s fleet used to conduct code enforcement duties along the beach including hauling abandoned vendor supplies off the beach. Promenade Maintenance (1 vehicle): maintaining and cleaning the downtown district. Vendor Selection Bid Data Bid Posting Date Bid Posted On Bid Advertised In (City Charter & Municipal Code) # of Vendors Downloaded # of Submittals Received Date Publicly Opened 12/13/2018 City's Santa 18 3 01/11/2019 6 of 7 Financial Impacts and Budget Actions Staff seeks authority to award a purchase order with Frontier Ford for the purchase and delivery of up to 70 Ford F-250 pickup trucks. Purchase Order Request Request Amount FY 2018-19 Budget CIP Account # Total Purchase Order Amount $4,530,159 C7000010.689000 $4,530,159 Future year funding is contingent on Council budget approval. Online Bidding Site Monica Daily Press Submittals Received Selection Criteria Frontier Ford $3,787,825 Municipal Code SMMC 2.24.072 Wondries Fleet Group $3,939,462 Evaluation Criteria Price, previous experience, ability to deliver, quality of product, and compliance with City specifications. Reynolds Buick, Inc, $4,279,932 Best and Lowest Bidder Frontier Ford Best Bidder Justification Frontier Ford is the best and lowest bidder, offering up to 70 Ford F-250 CNG pickup trucks in the current model year that substantially meet the bid specifications, including a Ford gaseous-fuel prepped engine (CNG compatible), at the lowest price. The vendor has supplied other vehicles to the City through various bids, with satisfactory results. They were able to deliver the items bid in a timely manner. These vehicles use CNG fuel, which is consistent with the City’s Sustainable Fleet Policy. 7 of 7 Prepared By: Ryan Kraemer, Senior Administrative Analyst Approved Forwarded to Council Attachments: A. Frontier Ford Oaks Form