city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 13-1227   
Type: Purchase of Services
In control: City Council A Session
On agenda: 12/19/2013
Posting Language: An Ordinance accepting the offer from Collision Country Repair Center for the repair of two automated side load refuse trucks for a total cost of $103,701.16, from the Building and Equipment Services Department, Fleet Services Fund.
Attachments: 1. Collision Country Bid Response, 2. 6100003646 Bid Tab, 3. 6100003646 Certificate of Exemption Refuse Trucks Collision Repair (Pur. Signed), 4. Amendment RFO Premier Rental Refuse Trucks, 5. Bid, 6. Response, 7. Truck Rental COE, 8. Draft Ordinance - A, 9. Draft Ordinance - B, 10. Ordinance 2013-12-19-0898
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.
DEPARTMENT: Finance      
 
 
DEPARTMENT HEAD: Troy Elliott
      
      
COUNCIL DISTRICTS IMPACTED: Citywide
 
 
SUBJECT:
 
Refuse Trucks Collision Repair and Rental
 
 
SUMMARY:
 
Consideration of the following actions related to the repair and rental of automated side load refuse trucks for the Solid Waste Management Department (SWMD).
 
A)      An Ordinance authorizing acceptance a contract with Collision Country Repair Center for a total cost of $103,701.16 for the repair of two automated side load refuse trucks.
 
B)      An Ordinance amending a contract with Premier Truck Sales and Rentals, Inc. in an amount not to exceed $196,800.00 for the rental of up to four refuse trucks.
 
Funding for the repairs is available from the Building and Equipment Services Department and funding for the rental is available from the Solid Waste Management Operating and Maintenance Fund.
 
 
BACKGROUND INFORMATION:
 
A.      Submitted for City Council consideration and action is the offer submitted by Collision Country Repair Center to provide collision repairs for two refuse trucks, units 4152 and 468313.  Funding for the repairs are available from the Building and Equipment Services Department Fund for a total cost of $103,701.16
 
These refuse trucks are utilized by the SWMD for collecting curbside refuse, recyclables and organic materials from City residents.  The trucks sustained major damage in two separate rollover accidents requiring extensive repair to each unit.
 
B.      Submitted for City Council consideration and action is an amendment to the offer submitted by Premier Truck Sales and Rentals, Inc. to provide for the rental of up to four automated side load refuse trucks for up to twelve months.  Funding for the rentals is available from the Solid Waste Operating and Maintenance Fund in an amount not to exceed $196,800.00.
 
These refuse trucks are utilized by the SWMD for collecting curbside refuse, recyclables and organic materials from City residents.  Four automated side load refuse trucks were put out of service due to disabling damage sustained in separate collisions.   Due to the severity of repairs and parts availability, the timeline to repair these units is several months, therefore, the department entered into a contract with Premier Truck Sales and Rentals, Inc. to rent two automated side load refuse trucks.   This amendment will allow the City of continue the rental of the two trucks and allow the ability to add two more refuse trucks for up to twelve additional months.
 
 
 
ISSUE:
 
A. The contract with Collision Country Repair Center will provide the Building and Equipment Services Department with collision repair for two refuse units.  These refuse trucks are utilized by the SWMD for collecting curbside refuse, recyclables and organic materials from City residents.
 
The Small Business Economic Development Advocacy Ordinance requirements were waived due to the lack of qualified SMWBE's available to provide the goods and services.
 
This contract is an exception to the Local Preference Program.
 
B. The contract with Premier Truck Sales and Rentals, Inc. will provide SWMD with rental units to compensate for the damaged trucks out of service.  These rental refuse trucks will be utilized by the SWMD for collecting curbside refuse, recyclables and organic materials from City residents.
 
The Small Business Economic Development Advocacy Ordinance requirements were waived due to the lack of qualified SMWBE's available to provide the goods and services.
 
This contract is an exception to the Local Preference Program.
 
 
ALTERNATIVES:
 
Should the contracts not be approved, the City would not have the use of the two refuse trucks and this could lead to the SWMD's inability to provide essential services to City residents.  Furthermore, additional refuse trucks would have to be leased to provide the essential refuse services.
 
 
 
 
 
 
FISCAL IMPACT:
 
A.      The collision repair of the two refuse trucks for a total cost of $103,701.16 will be funded by the Building and Equipment Services Department, Fleet Services Fund.  
 
B.      The funding for the rental of up to four refuse trucks is available from the Solid Waste Management Operating and Maintenance Fund in an amount not to exceed $196,800.00.
 
 
 
RECOMMENDATION:
 
A.  Staff recommends the approval of the contract with Collision Country Repair Center for a total cost of $103,701.16.  This contract was procured on the basis of a procurement necessary because of unforeseen damages to machinery, equipment or other property and does not require a Contracts Disclosure Form.
 
B. Staff recommends the approval of the contract with Premier Truck Sales and Rental, Inc. in an amount not to exceed $196,800.00.  The contract was procured on the basis of a procurement necessary to preserve or protect the public health or safety of the City's residents and does not require a Contracts Disclosure Form.