sr-042710-1eCity Council Meeting: April 27, 2010
Agenda Item: I E
To: Mayor and City Council
From: Carol Swindell, Director of Finance
Subject: Purchase of Three Front Load Refuse Packer Units for the Solid Waste
Division
Recommended Action
Staff recommends that the City Council authorize the City Manager to award Bid #2998
to Boerner Truck Center for the purchase and delivery of three new and unused front
load refuse packer units, in the amount of $760,812.
Executive Summary
These vehicles will provide services for the commercial trash, commercial recycling and
food waste collections programs. Following a formal bid process, Boerner Truck Center
is recommended to furnish the vehicles at a total cost of $760,812. Funds are available
in the adopted budget for these vehicle purchases.
Discussion
The compressed natural gas (CNG) powered front loaders will be used by Solid Waste
Management personnel for residential and commercial solid waste collection. 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
These vehicles will provide services for the commercial trash, commercial recycling and
food waste collections programs. Following a formal bid process, Boerner Truck Center
is recommended to furnish the vehicles at a total cost of $760,812. Funds are available
in the adopted budget for these vehicle purchases.
Vendor Selection
In January 2010 the. City published Notices Inviting Bids to furnish and deliver three new
and unused front 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. Six bids were received-from four vendors
and were publicly opened and read on February 19, 2010 per Attachment A.
Bids were evaluated based on the following criteria: maneuverability in alleys,
maximum payload, minimum emissions, driver comfort, ergonomics, and cost. The
Crane Carrier chassis and Amrep body, bid by Boerner Truck Center, is 9 inches to 28
inches shorter in overall length compared to those bid by the other bidders. This allows
for a smaller turning radius and better maneuverability through tight City streets and
alleys. 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.
2
Financial Impacts 8~ Budget Actions
The purchase order amount to be awarded to Boerner Truck Center is $760,812.
Funds are included in the FY 09-10 budget in account number 0540167.589200.
Prepared by: Kimberlie Nimori, Senior Buyer
Approved:
Carol Swindell
Director of Finance
Forwarded to Council:
Rod Gould
City Manager
Attachments: Attachment A -Pricing
3
ATTACHMENT A
BID #2998 BID CLOSE DATE: 02/19/2010
TITLE: FURNISH AND DELIVER'THREE (3) NEW AND UNUSED FRONT LOAD REFUSE PACKER UNITS FOR THE SOLID WASTE DIVISION.
Vendor Qoernar Truck Center Carmanita Truck Canter Los Ahgelea Frelghtlpner TEC of California
Huptington Park, CA Santa €e Springs, CA YVhittler,=CA ha Mirada, CA
Notes F.botl ea See notes below '.. Price for 1-3 units remains fha same 224097.44
Cab & chassis
Year/ 2010 Crane Carrier LET2-40 2011 Autocer ACX64 2011 Autocar ACX64 2011 Autocer ACX 2011 Mack LEU633
Make / Acker
p 2010 Amrep HX450FL AMHFLP 2010 Amrep HX450FL AMHFLPO
2010 Newway Mammoth 2010 Amrep HX450FL AMHFLP
2010 Newway Mammoth 2010 Amrep HX450FL AMHFLPO
Model 2 22 22 22
loading arm 2010 Amrep HX450FL 2010 Amrep HX450FL same 2010 Amrep HX450FL 2010. Newway Mammoth 2010 Amrep HX450FL
scd hon '. ;!Unt nce '. E rice :.. Unt nc» E nce! U iY; rice ExC.'nce Unit nce -.Ext nce 'i Unit rice Ext nce Unit nce'. Exf Tide ''.
Cost of vehicle 3 222,143.54 666,430.62 209,490.00 628,470.00 214,863.00 644,589.00 224,697.44 674,092.32 228,175.44 684,526.32 218,016.58 654,049.74
shop service/repair
manuals/ctls covering ell
systems entl components 2 Included Included Included Included Included Included
complete wiring tliegrems
ror cab, chassis end body 1 Included Included Included Included Included Included
3 operating manuals far
each vehicle 3 Included Included Included Included Included Included
menufeMUrers product
oterewre with apearceuone 1 Included Included Included Included Included Included
on all components
Tremme 1 Included Included Included Included Included Included
Electronic Weight 6calas 3 $ 5,245.00 $ 15,735.00 $ 5,245.00 $ 15,735.00 $ 5,245.00 $ 15,735.00 $ 3,590.00 $ 10,770.00 $ 3,590.00 $ 10,770.00 $ 5,245.00 $ 15,735.00
Price to add electronic shut
°rr valves et eacn crlc 3 $ 500.00 $ 1,500.00 $ 500.00 $ 1,500.00 $ 500.00 $ 1,500.00 $ 200.00 $ 600.00 $ 200.00 $ 600.00 $ 500.00 $ 1
500.00
tank ,
Subtotal $ 683,665.62 $ 645,705.00 $ 661,824.00 $ 685,462.32 $ 695,896.32 $ 671,284.74
Sales tax (9.75%) $ 66,657.40 $ 62,956.24 $ 64,527.84 $ 66,832.58 $ 67,849.89 $ 65,450.26
Engine
u s 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 $ 4,050.00 $ 12,150.00
Warrenty
Trensmiasion
Isan 3 $ 1,575.00 $ 4,725.00 $ 450.00 $ 1,350.00 $ 450.00 $ 1,350.00 Included Included Included Included Included Included
Tire fee $ 63.00 $ 63.00 $ 63.00 $ 63.00 $ 63.00 $ 63.00
Delivery (if any) $ 450.00 $ $ - N/C N/C $ 300.00
Payment Terms Net 30 upon
dulivery
of completed $250 net 21 days Net 30 Nel 30 da
s
a
e y
Payment terms discount N/A $ (250.00) $ (250.00) N/A N/A
Grand total
~ter.dislCOUnt
~~ 1 ~ 764 811 02
r , $
7,14,82424
~ ;732,61484
~$ 757487,80 ~ ' 78$,J09,21; ,,:
~ ;748,248aQ=
,, _ , ~:.