Loading...
SR 12-19-2023 5B City Council Report City Council Meeting: December 19, 2023 Agenda Item: 5.B 1 of 7 To: Mayor and City Council From: Rick Valte, Public Works Director, Public Works, Fleet Services Subject: Authorization to Execute Agreements with Altec Industries, National Auto Fleet Group, and Folsom Lake Ford to Purchase City Vehicles Recommended Action Staff recommends that the City Council: 1. Adopt a finding of Categorical Exemption pursuant to Section 15302 (Replacement or Reconstruction) of the California Environmental Quality Act (CEQA) guidelines. 2. Authorize the City Manager to negotiate and execute an agreement with Altec Industries for the purchase of 5 vehicles and equipment for the Public Works Department. This recommended award is made as an exception to the competitive bidding process pursuant to Section 2.24.250 (c) and is for a total amount not to exceed $1,488,984, including a 10% contingency, over a five-year period, with future year funding contingent on Council budget approval. 3. Authorize the City Manager to negotiate and execute an agreement with National Auto Fleet Group for the purchase of 217 vehicles and equipment for the Public Works Department. This recommended award is made as an exception to the competitive bidding process pursuant to Section 2.24.250 (c) and is for a total amount not to exceed $19,850,627, including a 10% contingency, over a five- year period, with future year funding contingent on Council budget approval. 4. Authorize the City Manager to negotiate and execute an agreement with Folsom Lake Ford for the purchase of 53 vehicles and equipment for the Public Works Department. This recommended award is made as an exception to the competitive bidding process pursuant to Section 2.24.250 (c) and is for a total amount not to exceed $4,013,246, including a 10% contingency, over a five-year period, with future year funding contingent on Council budget approval. Summary City of Santa Monica staff provide essential services that maintain clean and safe neighborhoods and open spaces for the Santa Monica community. Several City department operations rely on vehicles and equipment managed and maintained by the 5.B Packet Pg. 185 2 of 7 Fleet Management Division. Many of these vehicles are aging past their cost -effective useful lives. To ensure reliable operations, to provide uninterrupted services to the community, to reduce downtime and maintenance costs, and to adjust to the current market conditions associated with supply chain constraints with all major vehicle manufacturers, staff recommends entering into agreements with three vendors to purchase 275 vehicles and equipment over the next five years in an amount not to exceed $25,352,857 (including a 10% contingency) based on competitive contract pricing available to government agencies. Discussion The Fleet Management Division is responsible for ensuring the City’s diverse fleet of over 800 vehicles are available, dependable, meet the highest environmental standards for a sustainable fleet, and are safe to operate from acquisition through disposal. The division routinely replaces vehicles that have reached the end of their cost-effective useful lives through the Vehicle Management Fund. These vehicles are vital to essential operations and Fleet Management Division works together with each City division to extend the useful lives of their vehicles as much as possible. Many of these vehicles and equipment have or will have reached their cost -effective useful life at their scheduled replacement year, some incurring maintenance costs of approximately 50% of the original purchase cost over the last two years. Due to their age and use, these vehicles require significant ongoing maintenance and repair costs to remain reliable, safe, and operational. In response to the budgetary impacts of the COVID-19 pandemic, contributions to the Vehicle Management Fund were suspended for the Beach Fund and the General Fund. The General Fund contributes a majority of the funding for the Vehicle Management Fund. As a result, vehicle replacements were temporarily suspended unless they were necessary for public safety or for the operation of essential City services. As we continue to recover from the impacts of the COVID-19 pandemic, Fleet Management has begun to ramp up the replacement of city vehicles. 5.B Packet Pg. 186 3 of 7 Current economic challenges with all major vehicle manufacturers, including a high demand for vehicles, limited vehicle availability, and long lead times, have impacted the City’s ability to promptly replace vehicles when they have reached the end of their cost- effective useful life. For example, Ford releases various ordering timelines per model year annually and provides dates for when they will accept orders (ordering windows). The ordering windows are extremely brief due to supply chain constraints and more so due to recent United Auto Workers (UAE) strikes. Recently, Ford has required an executed agreement or purchase order before they will accept an order. This new requirement has hindered the City’s success in fulfilling current and future vehicle replacements due to the City’s procurement process to obtain an agreement or purchase order. This process can be protracted further if City Council authorization is required. Given these factors, as well as the average delivery time of up to two years for some vehicles, it would benefit the City to proactively obtain authorization for the procurement and replacement of these vehicles before the ordering windows open, and to align with new auto manufacturer requirements. Without advanced procurement authority, vehicle orders would miss the ordering windows and staff would be forced to keep some vehicles past their cost-effective useful life and subsequently incur higher breakdown and maintenance costs. This would result in negative impacts to essential services provided to the Santa Monica community. Staff have identified 275 vehicles and equipment that will be due for replacement within the next five years, including those delayed during the temporary replacement suspension. If the procurement authority is approved ahead of time, it would place the City in a more competitive position when manufacturers begin to accept orders for each year and would ensure the timeline for replacement is not extended any further past the cost-effective useful life of the vehicles. These essential vehicles are key to public safety, maintaining our open spaces, and supporting the City Council’s priority of a Clean and Safe Santa Monica. 5.B Packet Pg. 187 4 of 7 Staff is recommending the purchase of these 275 vehicles and equipment over the next five years for a total amount not to exceed $25,352,857, including a 10% contingency, as itemized in Table 1. Funding for the replacement of past due vehicles and FY 2023 - 24 vehicles is currently available and has been collected over each asset’s useful life. Future vehicle replacement funding has and will continue to be collected for each vehicle through its replacement year. Table 1 – Quantity and Estimated Cost of Vehicles by Fund Source Fund Quantity Total Airport 1 $78,761 Beach Rec. 5 $401,162 Cemetery 2 $122,793 General 231 $19,808,361 RRR 13 $1,675,725 Risk 1 $70,368 Wastewater 5 $394,917 Water 17 $2,800,770 Total 275 $25,352,857 These 275 vehicles and equipment are crucial to City operations. As seen in Figure 1, 49% of these vehicles will support departments that provide public safety services (Police Department and Fire Department) and 42% of these vehicles will support departments that provide essential services to Santa Monica residents, visitors, businesses, and staff (Public Works Department). 5.B Packet Pg. 188 5 of 7 Vendor Selection Exception to Competitive Bidding Staff recommends: 1) Altec Industries, a distributor of Public Utility Equipment with Related Accessories and Supplies, to furnish and deliver 5 vehicles and; 2) National Auto Fleet Group, a distributor of Class 4-8 Chassis with Related Equipment, Accessories, and Services, to furnish and deliver 217 Class 4-8 vehicles, trucks, and equipment and; 3) Folsom Lake Ford, a distributer of Enforcement Vehicles, Police Pursuit - Ford Explorer V6 AWD & Ford Explorer V6 AWD - HEV, to furnish and deliver 53 utility vehicles as an exception to competitive bidding under Santa Monica Municipal Code Section 2.24.250 (c): “Competitive procedures were followed by a governmental agency, federal, state, county, city, joint powers agency, special district, or cooperative purchasing agency and the goods or services are supplied to the City at the same or better price.” On September 16, 2021, Sourcewell issued an RFP for Public Utility Equipment with Related Accessories and Supplies. Under the terms of the RFP, and the resulting Sourcewell Agreement with Altec Industries, similar nationally leveraged purchasing discounts are also available to other government agencies. Sourcewell Agreement #110421-ALT was established on January 12, 2022, expires December 27, 2025, and has one one-year renewal option. On September 30, 2021, the California Department of General Services issued a Request for Proposals (RFP) for a Midsize Utility Vehicle, Law Enforcement High Speed Vehicle Police Pursuit. Under the terms of the RFP, and the resulting Statewide Contract Agreement with Folsom Lake Ford, similar nationally leveraged purchasing discounts are also available to other government agencies. Statewide Contract 5.B Packet Pg. 189 6 of 7 Agreement # 1-22-23-14C was established on May 11, 2022, expires May 10, 2025. On April 16, 2020, Sourcewell issued an RFP for Class 4-8 chassis with related equipment. Under the terms of the RFP, and the resulting Sourcewell Agreement with National Auto Fleet Group, similar nationally leveraged purchasing discounts are also available to other government agencies. Sourcewell Agreement #060920 -NAF was established on August 3, 2020, expires August 1, 2024, and has one one -year renewal option. Sourcewell and The California Department of General Services are cooperative purchasing agencies that serve government, education, and nonprofit organizations. As cooperative purchasing agencies, they acquire goods or services by aggregating the demand of two or more entities in an effort to obtain more economical pricing. The cooperative agreements are set to expire prior to the City’s recommended five-year agreement term, but staff anticipates the contracts will be renewed and the term will be extended. If the cooperative agreements are not renewed, staff would return to Council for authority with the new awarded vendor, if different than the current vendors. c. competitive procedures were followed by a governmental agency, federal, state, county, city, joint powers agency, special district, or cooperative purchasing agency and the goods or services are supplied to the City at the same or better price . Environmental Review The purchase orders for replacement vehicles are categorically exempt from CEQA pursuant to Section 15302 (Replacement or Reconstruction) of the CEQA Guidelines. Section 15302 exempts Class 2 projects which “consists of replacement or reconstruction of existing structures and facilities where the new structure will be located on the same site as the structure replaced and will have substantially the same purpose and capacity as the structure replaced”. The replacement vehicles would replace existing City fleet vehicles, with essentially the same purpose and capacity. Therefore, the purchase orders are categorically exempt from CEQA pursuant to Section 15302. Financial Impacts and Budget Actions Staff seeks authority to approve available funding from the Vehicle Management Fund to award agreements with the vendors below for the purchase and delivery of 275 vehicles and equipment for a total amount not to exceed $25,352,857 over five years. Agreement Request – Altec Industries – 5 Vehicles 5.B Packet Pg. 190 7 of 7 FY 2023-24 Request Amount CIP Account # Future Years Amount Total Amount $0 C7000010.689000 $1,488,984 $1,488,984 $0 $1,488,984 $1,488,984 Agreement Request – National Auto Fleet Group – 217 Vehicles FY 2023-24 Request Amount CIP Account # Future Years Amount Total Amount $5,287,012 C7000010.689000 $14,563,615 $19,850,627 $5,287,012 $14,563,615 $19,850,627 Agreement Request – Folsom Lake Ford – 53 Vehicles FY 2023-24 Request Amount CIP Account # Future Years Amount Total Amount $225,332 C7000010.689000 $3,787,914 $4,013,246 $225,332 $3,787,914 $4,013,246 Future year funding is contingent on Council budget approval. Prepared By: Doris Mejia, Senior Administrative Analyst Approved Forwarded to Council Attachments: A. Oaks Initiative Form - NAFG B. Oaks Initiative Form - Folsom Lake Ford C. Oaks_Altec Industries 5.B Packet Pg. 191 5.B.a Packet Pg. 192 Attachment: Oaks Initiative Form - NAFG (5936 : Authorization of Agreements to Purchase Vehicles with Altec, NAFG, and Folsom Lake 5.B.a Packet Pg. 193 Attachment: Oaks Initiative Form - NAFG (5936 : Authorization of Agreements to Purchase Vehicles with Altec, NAFG, and Folsom Lake 5.B.b Packet Pg. 194 Attachment: Oaks Initiative Form - Folsom Lake Ford [Revision 1] (5936 : Authorization of Agreements to Purchase Vehicles with Altec, NAFG, 5.B.c Packet Pg. 195 Attachment: Oaks_Altec Industries [Revision 1] (5936 : Authorization of Agreements to Purchase Vehicles with Altec, NAFG, and Folsom Lake 5.B.c Packet Pg. 196 Attachment: Oaks_Altec Industries [Revision 1] (5936 : Authorization of Agreements to Purchase Vehicles with Altec, NAFG, and Folsom Lake