sr-042710-1d~i~
~;,Yof City Council Report
Santa Monica
City Council Meeting: April 27, 2010
Agenda Item: 1
To: Mayor and City Council
From: Carol Swindell, Director ofiFinance
Subject: Purchase of Three. Automated Side Load Refuse Packer Units for the
Solid Waste Division
Recommended Action
Staff recommends that the City Council authorize the City Manager to award Bid #2997
to Boerner Truck Center for the purchase and delivery of three new and unused
automated side Toad refuse packer units, in the amount of $810,107.
Executive Summary
In accordance with the vehicle replacement program, three vehicles currently being
used by the Solid Waste Division are due for replacement. Following a formal bid
process, Boerner Truck Center is recommended to furnish the vehicles at a total cost of
$810,107. Funds are available in the adopted budget for vehicle replacement.
Discussion
The automated side loader refuse trucks are used by Solid Waste Management
personnel for collecting trash, recyclables, and landscape waste. They will replace
vehicles scheduled for replacement and are funded through the Vehicle Replacement
Program. Solid Waste vehicles are among the heaviest used vehicles in the City's fleet.
As referenced in the Information Item that was submitted to the City Council on January
15, 2008, two of the goals of the Reduced-Emissions Fuels Policy for Vehicle
Purchases are to reduce emissions and to reduce the use of petroleum fuels. The three
CNG, low emission vehicles will contribute to these goals and comply with California Air
Resources Board (GARB) and South Coast Air Quality Management District (AQMD)
regulations.
1
Vendor Selection
In January 2010 the City published Notices Inviting Bids to furnish and deliver three new
and unused automated side load refuse packer units in accordance with City
specifications. Bid forms were posted on Planet Bids and notices were advertised in
accordance with the City Charter and Municipal Code provisions. Five bids, detailed in
Attachment A, were received from three vendors and were publicly opened and read on
February 19, 2010.
Bids were evaluated based on the following criteria: maneuverability in alleys,
maximum payload, minimum emissions, driver comfort, ergonomics, and cost. Two
bids included a body with a load lift capacity of only 850 pounds which does not meet
specifications. Boerner Truck Center is recommended as the best bidder for meeting
our criteria. The operators feel this cab is more comfortable and these vehicles are the
same make and model of most of the current Solid Waste fleet. This consistency helps
reduce training, downtime and parts inventory. Based on these criteria, Boerner Truck
Center is recommended as the best bidder.
Financial Impacts & Budget Actions
The purchase order amount to be awarded to Boerner Truck Center is $810,107.
Funds are included in the FY 09-10 budget in account number 0540167.589200.
Prepared by: Kimberlie Nimori, Senior Buyer
Approved:~~~~ ,p ~~~ Forwlarde?dto~C~ou-n~cil:
Carol Swindell Rod Gould
Director of Finance City Manager
Attachments: Attachment A -Pricing
2
ATTACHMENT A
BID #2997
BID CLOSE DATE: 02/19/2010
TITLE: FURNISH AND DELIVERY THREE (31 NEW AND UNUSED AUTOMATED SIDE LOAD REFUSE PACKER UNITS EnR THE Snl In wnSTI= ntvfclnnl
Vendo B°ernerTruck Center Carmenita Truck Center Los Angeles Freightliner
Huntington Park, CA .Santa Fe Springs, CA .Whittier, CA
Year/Make/Model of cab
chassis 2010 Crane Carrier LET2-26 2011 Autocar ACX42 2011 Autocar ACX42
Year/Make/Model of bod 2010 Wayne Curbtender 22 2010 Wayne Curbtender 22 2010 Amrep HX450ASL 2010 Wayne Curbtender 2010 Amrep AMHASLTPO
Description- Qty Umt pace ': Ext price Unit pace Ext price .Unit price Ext price Unlt price `.;Ext price Unit price Ext price..
Cost of vehicle 3 $ 241,867.00 $ 725,601.00 $ 235,261.00 $ 705,783:00 $ 210,486.00 $ 631,458.00 $ 244,236.58 $ 732,709.74 $ 218,735.00 $ 656,205.00
shop servicelrepair manualslcds
covering all systems antl 2 Included Included Included Included Included
components tar the ortler
°ompletewi"ngo7agramsforcab,
chassis and body 1 Included Included Included Included Included
3 operating manuals for
each vehicle 9 Included Included Included Included Included
manufacturer's product literature
with apemfmatfons on all 1 Included Included Included Included Included
components
Training 1 Included Included Included Included Included
One complete set of tliagnostic
software with rabies, atlapters, etc.
to be run on a stantlartl laptop for 1 $ 1,500.00 $ 1,500.00 $ 1,850.00 $ 1,850.00 $ 1,850.00 $ 1,850.00 $ 600.00 $ 600.00 $ 600.00 $ 600.00
engine and Vansmission
Price to add electronic shut off
valves at each CNG tank 3 $ 500.00 $ 1,500.00 $ 500.00 $ 1,500.00 $ 500.00 $ 1,500.00 $ 200.00 $ 600.00 $ 200.00 $ 600.00
(unit ptlce per vehicle)
Subtotal $ 728,601.00 $ 709,133.00 $ 634,808.00 $ 733,909.74 $ 657,405.00
Sales tax (9.75%) $ 71,038.60 $ 69,140.47 $ 61,893.78 $ 71,556.20 $ 64,096.99
engine
(Cummins) 3 $ 1,750.00 $ 5,250.00 $ 1,700.00 $ 5,100.00 $ 1,700.00 $ 5,100.00 $ 1,700.00 $ 5,100.00 $ 1,700.00 $ 5,100.00
Warranty
Tranamisai°°
(Allison) 3 $ 1,575.00 $ 4,725.00 $ 450.00 $ 1,350,00 $ 450.00 $ 1,350.00 Included Included Included Included
Tire fee $ 42.00 $ 42.00 $ 42.00 $ 14.00 $ 14.00
Delivery (if any) $ 450.00 $ - $ - N/C N/C
Payment Terms Net 30 $250 net 21 days Net 30
Payment terms discoun NIA $ (250.00) $ (25D.00) N/A
ran Total ?
after discount $
810,106.60 $: , 784,785.47 $ 703,193,78 $ 810,579:94 $ 726,&15.99'