Skip to main content
File #: 18-401    Version: 1 Name:
Type: Consent Item Status: Passed
File created: 8/7/2018 In control: City Council/Public Finance and Economic Development Authority/Parking Authority
On agenda: 9/4/2018 Final action:
Title: SUBJECT: Authorization to Purchase Two New Way Sidewinder Refuse Trucks for $569,478.82, One Articulating Telescopic Aerial Bucket Truck for $155,245.61 and Five Chevrolet Silverado 2500 HD Trucks for $199,441.40 and to Waive the Competitive Bidding Requirements to Allow the Purchase to be Made Through Cooperative Purchasing Agreements with Sourcewell (formerly known as the National Joint Powers Alliance [NJPA]) REPORT IN BRIEF Considers authorizing the purchase of the following replacement vehicles for the Public Works Department: two New Way Sidewinders refuse trucks for $569,478.82 from Ruckstell California Sales, Inc., one Articulating Telescopic Aerial Bucket Truck from Altec, Inc. for $155,245.61 and Five Chevrolet Silverado 2500 HD Trucks for $199,441.40 from the National Auto Fleet Group and to Waive the Competitive Bidding Requirements to Allow the Purchase to be Made Through Cooperative Purchasing Agreements with Sourcewell (formerly known as the NJPA). RECOMMENDATION...
Attachments: 1. Approved Vehicle Purchases-Cost Analysis, 2. Ruckstell Quote, 3. Altec Quote, 4. Sourewell Quote, 5. Sourcewell Agreement.pdf

 

Report Prepared by: Wally Broughton, Acting Public Works Manager - Operations

 

Title

SUBJECT: Authorization to Purchase Two New Way Sidewinder Refuse Trucks for $569,478.82, One Articulating Telescopic Aerial Bucket Truck for $155,245.61 and Five Chevrolet Silverado 2500 HD Trucks for $199,441.40 and to Waive the Competitive Bidding Requirements to Allow the Purchase to be Made Through Cooperative Purchasing Agreements with Sourcewell (formerly known as the National Joint Powers Alliance [NJPA])

 

REPORT IN BRIEF

Considers authorizing the purchase of the following replacement vehicles for the Public Works Department: two New Way Sidewinders refuse trucks for $569,478.82 from Ruckstell California Sales, Inc., one Articulating Telescopic Aerial Bucket Truck from Altec, Inc. for $155,245.61 and Five Chevrolet Silverado 2500 HD Trucks for $199,441.40 from the National Auto Fleet Group and to Waive the Competitive Bidding Requirements to Allow the Purchase to be Made Through Cooperative Purchasing Agreements with Sourcewell (formerly known as the NJPA).   

 

RECOMMENDATION

City Council - Adopt a motion:

 

A.  Approving the purchase of two New Way Sidewinder refuse trucks, one articulating telescopic aerial bucket truck and five Chevrolet Silverado 2500 HD work trucks; and,

 

B.  Waiving the City’s competitive bidding requirement and authorizing the purchases to be made with cooperative purchase agreements with various vendors through Sourcewell, a government procurement program; and,

 

C.  Authorizing the City Manager or Assistant City Manager to execute any necessary documents for the purchases specified above.

 

Body

ALTERNATIVES

1.  Approve, as recommended by staff; or,

2.  Approve, subject to other than recommended by staff (identify specific findings and/or conditions amended to be addressed in the motion); or,

3.  Deny; or,

4.  Refer to staff for reconsideration of specific items; or,

5.  Continue to a future meeting (date and time to be specified in the motion).

 

AUTHORITY

Merced City Charter, Section 200. Municipal Code Section 3.04.210 - Exemptions from competitive bidding.

 

CITY COUNCIL PRIORITIES

The purchase of replacement vehicles support the critical operations performed by the City’s Public Works departments.

 

DISCUSSION

Staff is requesting authorization to purchase several fleet vehicles that ten or more years old and have exceeded their useful life. The vehicles sought to be purchased include two refuse trucks, a specialized traffic signal vehicle, and five work trucks for the Water Division.  All vehicles requested for purchase in this report will meet the California Air Resources Board (CARB) Tier IV final clean air vehicle pollution rating. A breakdown of the purchase is as follows:

 

 

Section 3.04.210 of the Merced Municipal Code provides that the City Council can approve a waiver of the City’s competitive bidding requirements when such purchases are made pursuant to cooperative purchasing in conjunction with other governmental entities. The Public Works Department, Fleet Services Division, is requesting authorization to waive the competitive bidding requirement for the vehicle purchases which will allow the purchases to be made utilizing the nationwide government procurement service Sourcewell, which was formerly known as the NJPA. The City has been a member of the NJPA municipal contracting agency for many years and has made numerous successful purchases of equipment and vehicles by utilizing NJPA competitive bid pricing. In June 2018, as part of their new marketing strategy, the NJPA changed their name to Sourcewell. The City’s membership with this agency was unaffected by the name change.

 

Buying these vehicles directly through these outside programs requires waiving the City’s competitive bid requirements. In addition to cost savings, purchasing directly from these government programs allows the city to standardize equipment, which is a desire of the Fleet Services Division. With standardized equipment, Fleet Services will have the ability to reduce parts inventory, ensure the vehicle controls, handling, and maneuvering are the same for vehicles that are currently being used by City employees.  The vehicles requested in this report will be the same make and model as other akin City equipment.

 

Recently, the City began a pilot program to refurbish refuse vehicles. This program achieves replacement savings for vehicles that meeting California Air Resources Board (CARB) Tier IV final clean air vehicle pollution rating, but have other functional deficiencies.  The two refuse trucks scheduled to be replaces do not meeting CARB Tier IV ratings. Should the refurbish method be used for these replacements, cost savings would not be achieved due to the need of complete engine replacements.  

 

IMPACT ON CITY RESOURCES

The purchase of these vehicles was included in the FY 18/19 adopted budget; no appropriation of fund is needed.

 

ATTACHMENTS

1.  Approved Vehicle Purchases-Cost Analysis

2.  Ruckstell Quote

3.  Altec Quote

4.  Sourcewell Quote

5.  Sourcewell Agreement