city of San Antonio


Some of our meetings have moved. View additional meetings.

File #: 18-5623   
Type: Purchase of Equipment
In control: City Council A Session
On agenda: 11/1/2018
Posting Language: Ordinance approving the purchase of 12 automated side load refuse collection trucks from Grande Truck Center and Rush Truck Center for a total cost of $4,110,378.00 for the Solid Waste Management Department, funded from the FY 2019 Adopted Budgets for the Equipment Renewal and Replacement Fund (ERRF) and Solid Waste Operating Fund. [Ben Gorzell, Chief Financial Officer; Troy Elliott, Deputy Chief Financial Officer, Finance]
Attachments: 1. 61-10748 Rush Truck Center, 2. 61-10748 Bid Tab, 3. 61-10748 Addendum I, 4. COE - Rush Truck Center, 5. 61-10739 Grande Truck Center, 6. COE - Grande Truck Center, 7. 61-10739 Bid Tab, 8. Draft Ordinance, 9. Ordinance 2018-11-01-0861
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.

DEPARTMENT: Finance                     

 

 

DEPARTMENT HEAD: Troy Elliott

                     

                     

COUNCIL DISTRICTS IMPACTED: Citywide

 

 

SUBJECT:

 

Automated Side Load Refuse Trucks

 

 

SUMMARY:

 

This ordinance authorizes the acceptance of offers from Grande Truck Center and Rush Truck Center San Antonio to provide twelve automated side load refuse collection trucks to the City of San Antonio for a total cost of $4,110,378.00. 

 

Funding for this purchase is available in the FY 2019 Equipment Renewal and Replacement Fund (ERRF) in the amount of $3,425,315.00 for ten automated side load refuse trucks, and funding in the amount of $685,063.00 for the two additional units is available in the FY 2019 Solid Waste Operating Fund.  The two additional trucks will be placed in the Equipment Renewal and Replacement Fund (ERRF) upon entry into service.

 

 

BACKGROUND INFORMATION:

 

A.  Submitted for City Council consideration and action is the attached offer from Grande Truck Center to provide the Solid Waste Management Department with six Autocar ACX64 cab and chassis with 28 cubic yard Heil Durapak Python automated side load refuse collection bodies for a total cost of $2,137,170.00. Five automated side load refuse collection trucks are replacement units and one automated side load refuse collection truck is an additional unit to the City’s fleet.  

 

B.  Submitted for City Council consideration and action is the attached offer from Rush Truck Center San Antonio to provide the Solid Waste Management Department with six Peterbilt 520 cab and chassis with 28 cubic yard McNeilus ZR automated side load refuse collection bodies for a total cost of $1,973,208.00.  Five automated side load refuse collection trucks are replacement units and one automated side load refuse collection truck is an additional unit to the City’s fleet.  

 

These automated side load refuse collection trucks will be utilized by the Solid Waste Management Department (SWMD) for collection of curbside refuse, recyclables and organic materials from City residences.  SWMD currently operates 185 automated side load refuse trucks in its fleet.  This purchase will increase the fleet to 187 automated side load refuse trucks. 

 

 

ISSUE:

 

This contract will provide SWMD with twelve automated side load refuse trucks. Ten of the automated side load refuse collection trucks are replacement units and two are additional units to the City’s fleet.  These refuse trucks will be used for the collection of curbside refuse, recyclables and organic materials from City residences.  

 

The life expectancy of these vehicles is 72 months. 

 

A.  The Autocar-Heil automated side load refuse truck’s cab and chassis have a twelve month warranty, two years/250,000 miles warranty on the engine, five year warranty on the transmission and the automated side load refuse bodies have a three year complete body warranty.

 

B.  The Peterbilt-McNeilus Heil automated side load refuse truck’s cab and chassis have a twelve month warranty, a one year engine warranty, one year warranty on the transmission and the automated side load refuse bodies have a one year warranty.

 

This contract is within the scope of the SBEDA Program.  However, due to lack of available firms and/or subcontracting opportunities, the Goal Setting Committee was unable to apply a SBEDA tool to this contract.

 

The recommended awards are an exception to the Local Preference Program.

 

The Veteran-Owned Business Program does not apply to good/supplies contract, so no preference was applied to these contracts.

 

 

ALTERNATIVES:

 

Should this contract not be approved, the SWMD’s ability to provide essential services to the residents of San Antonio could be affected.  The replacement date is considered the optimum time for replacement as delaying the acquisition could make the vehicles no longer economically feasible to repair.  The two additional units are needed to accommodate the vastly growing San Antonio Metropolitan Area.  The units will be utilized for the collection of curbside refuse, recyclables and expansion of the organic materials collection program.

 

 

FISCAL IMPACT:

 

This ordinance authorizes the acceptance of offers from Grande Truck Center and Rush Truck Center San Antonio to provide twelve automated side load refuse collection trucks to the City of San Antonio for a total cost of $4,110,378.00. 

 

Funding for this purchase is available in the FY 2019 Equipment Renewal and Replacement Fund (ERRF) in the amount of $3,425,315.00 for ten automated side load refuse trucks, and funding in the amount of $685,063.00 for the two additional units is available in the FY 2019 Solid Waste Operating Fund.  The two additional trucks will be placed in the Equipment Renewal and Replacement Fund (ERRF) upon entry into service.

 

RECOMMENDATION:

 

Staff recommends the approval of contracts with Grande Truck Center in the amount of $2,137,170.00 and Rush Truck Center San Antonio in the amount of $1,973,208.00 for the purchase of twelve automated side load refuse trucks for a total cost of $4,110,378.00.  

 

These contracts were procured on the basis of a Public Health or Safety exemption and Contract Disclosure Forms are not required.