Legistar header
                                                         
File #: RS-19-001    Version: 1 Name: Procurement of Vehicles and Street Sweeper
Type: Resolution Status: Passed
File created: 12/11/2018 In control: City Council
On agenda: 1/15/2019 Final action: 1/15/2019
Title: Consider a memorandum/resolution authorizing the procurement of fleet replacement vehicles and equipment.
Sponsors: Environmental Services, Fleet Services, Public Works Department, Solid Waste, Transportation
Attachments: 1. Staff Report, 2. Chastang Quotes, 3. Freightliner Quotes, 4. TYMCO Quote, 5. Certificate of Interested Parties, 6. Presentation

TITLE

 

Consider a memorandum/resolution authorizing the procurement of fleet replacement vehicles and equipment.

 

SUMMARY

 

DATE:              January 8, 2019

 

TO:                      Ronald L. Olson, City Manager

 

FROM:            Jonathan Locke, Executive Director of Finance

 

SUBJECT:   Procurement of Fleet Replacement Vehicles and Equipment.       

            

 

BACKGROUND AND FINDINGS:

 

Funding for the acquisition of replacement vehicles and equipment was approved as part of the City's FY 2018 and FY 2019 Budget processes.  The Fleet Services Division maintains an annual vehicle and equipment replacement schedule.  The criteria used to establish this replacement schedule is based upon available funding, units per category, age, mileage/hours, repair costs, and department/division feedback.  The annual fleet replacement budget for FY 2017 and FY 2018 was $752,155 and $4,444,596, respectively. The FY 2019 Budget includes $4,613,300 for fleet replacement.

 

In addition to the budgeted replacement vehicles, this fleet procurement addresses the replacement of a street sweeper that was involved in a single vehicle roll-over accident October 15, 2018. The sweeper unit was damaged beyond repair. The total cost to replace the street sweeper is $240,760. The City received insurance proceeds in the amount of $196,166 leaving a balance of $44,594 to replace the vehicle.

 

The following proposed vehicles and equipment will be utilized to support each department’s mission and replace those that have exceeded their useful life. The procurements are listed below:

 

Department/Division

Description

Qty.

Fund Year

Solid Waste Commercial

2020 Autocar/McNeilus Front Loader

3

FY18 & 19

Solid Waste Commercial

2020 Autocar/Galbreath Roll-Off

1

FY19

Solid Waste Residential

2020 Autocar/Bridgeport Auto Side Loader

4

FY18 & 19

Solid Waste Residential

2020 Freightliner/McNeilus Rear Loader

1

FY18

Solid Waste Residential

2020 Freightliner/Petersen Brush Truck

2

FY18 & 19

Drainage Utility Maint.

2019 TYMCO Model 600 Regen Air Sweeper

1

FY19

 

The existing vehicles being replaced are on average 13 years of age and have an average of 156,000 miles.

 

 

THE ALTERNATIVES CONSIDERED:

 

1.) Defer replacement, which will cause the departments to continue to operate in a reduced resource capacity, incur increased maintenance costs, and lose residual value in the existing vehicles.

 

2.) Replace the vehicles in order to provide safe and effective services and achieve the least cost of ownership.

 

Which alternative is recommended? Why?

 

The second alternative is recommended in order to meet the departments’ mission and operate in the safest and most cost effective manner.

 

 

CONFORMITY TO CITY POLICY:

 

The City of Killeen is a member of several purchasing cooperatives that are in compliance with Texas Local Government Code section 271.102.  Purchases made through a cooperative satisfy competitive bid requirements.    

 

 

FINANCIAL IMPACT:

 

The purchase pricing from Chastang Enterprises, Inc. for three (3) Solid Waste Commercial Division front loader refuse trucks utilizing the TASB BuyBoard Cooperative is as follows:

 

Make/Model

Cost/Unit

Total

2020 Autocar/McNeilus Front Loader Refuse Truck

$292,374.00

$877,122.00

 

The purchase pricing from Chastang Enterprises, Inc. for one (1) Solid Waste Commercial Division roll-off truck utilizing the TASB BuyBoard Cooperative is as follows:

 

Make/Model

Total

2020 Autocar/Galbreath Roll-Off Truck

$215,322.00

 

The purchase pricing from Chastang Enterprises, Inc. for four (4) Solid Waste Residential Division automated side loader refuse trucks utilizing the TASB BuyBoard Cooperative is as follows:

 

Make/Model

Cost/Unit

Total

2020 Autocar/Bridgeport Auto Side Loader Refuse Truck

$283,752.00

$1,135,408.00 *

*Includes $400 BuyBoard fee for the purchase of the eight (8) Chastang Enterprises, Inc. vehicles.

 

The purchase pricing from Freightliner of Austin for one (1) Solid Waste Residential Division rear loader refuse truck utilizing the TASB BuyBoard Cooperative is as follows:

 

Make/Model

Total

2020 Freightliner/McNeilus Rear Loader Refuse Truck

$194,663.90

 

The purchase pricing from Freightliner of Austin for two (2) Solid Waste Residential Division brush trucks utilizing the TASB BuyBoard Cooperative is as follows:

 

Make/Model

Cost/Unit

Total

2020 Freightliner/Petersen Brush Truck

$156,996.40

$314,392.80 *

*Includes $400.00 BuyBoard fee for all three (3) Freightliner of Austin purchases

 

The purchase pricing from TYMCO, Inc. for one (1) Drainage Utility Maintenance Division street sweeper utilizing the Houston Galveston Area Council (HGAC) Cooperative is as follows:

 

Make/Model

Total

2019 TYMCO Model 600 Regenerative Air Sweeper

$240,760.00 *

*TML Insurance settlement will cover $196,166.

 

What is the amount of the expenditure in the current fiscal year? For future years?

 

 Item

 FY19   

Solid Waste Commercial 2020 Autocar/McNeilus Front Loaders

$877,122.00

Solid Waste Commercial 2020 Autocar/Galbreath Roll-Off

$215,322.00

Solid Waste Residential 2020 Autocar/Bridgeport Auto Side Loader Trucks

$1,135,408.00

Solid Waste Residential 2020 Freightliner/McNeilus Rear Loader Truck

$194,663.90

Solid Waste Residential 2020 Freightliner/Petersen Brush Trucks

$314,392.80

Drainage Utility Maintenance 2019 TYMCO Model 600 Regen Air Sweeper

$240,760.00

Total

$2,977,668.70

 

Is this a one-time or recurring expenditure?

 

These are one-time expenditures.

 

Is this expenditure budgeted? If not, where will the money come from?

 

Upon approval of the FY 2018 Carry Forward Budget Amendment, funds will be available as shown below:   

 

 Division/Department

  Account

   Cost

 Available Funds

Solid Waste Commercial

388-3465-439.61-10

$1,092,444.00

$1,229,300.00

Solid Waste Residential

388-3460-439.61-10

$1,644,464.70

$1,687,520.00

Drainage Utility Maintenance

375-3445-434.61-35

$240,760.00

$240,760.00

 

Is there a sufficient amount in the budgeted line-item for this expenditure?

 

Yes, upon approval of the FY 2018 Carry Forward Budget Amendment. 

 

 

RECOMMENDATION:

 

Staff recommends that City Council approve the procurement of the fleet as stated above and that the City Manager or designee be authorized to execute any change orders as permitted by state and local law.

 

 

 

DEPARTMENTAL CLEARANCES:

 

Public Works Department

Purchasing

Finance

Legal

 

 

ATTACHED SUPPORTING DOCUMENTS:

 

Chastang Quotes

Freightliner Quotes
TYMCO Quote

Certificates of Interested Parties