Loading...
HomeMy WebLinkAboutR-2005-041 Sole Source Purchase - Refuse TruckRESOLUTION NO. R-2005- 41 A RESOLUTION authorizing the City Manager to purchase up to one (1) Peterbilt 320 refuse truck with Wayne Engineering Curbtender Automated Side Loading Refuse Body from Western Peterbilt, Inc. as a sole source purchase without calling for bids for a purchase price of $206,507.66, including applicable taxes. WHEREAS, Article VI, section 6 of the City of Yakima Charter and the Yakima Municipal Code Chapter 1.80 generally require that purchases over $25,000 be done by competitive bidding, subject to certain exceptions; and WHEREAS, the law recognized a "sole source" exception from these competitive bid requirements when, due to unique service requirements, it would be futile to utilize competitive bidding; and WHEREAS, since 2001, the City of Yakima utilized an interlocal purchasing agreement with the City of Tacoma to purchase two (2) Peterbilt 320 refuse trucks with Wayne Engineering Curbtender Automated Side Loading Refuse Bodies from Western Peterbilt, Inc.; and WHEREAS, Tacoma's multi-year contract with Western Peterbilt, Inc. for the purchase of said refuse trucks expired at the end of 2003; and WHEREAS, for economic and service reasons, it was not desirable nor practical to have a mixed fleet of automated side loading refuse trucks, and the Equipment Rental Division and the Refuse Division strongly recommend that City continue to purchase Peterbilt 320 refuse trucks with Wayne Engineering Curbtender Automated Side Loading Refuse Bodies for the next two (2) years; and WHEREAS, research done by City representatives demonstrated that it would be futile to utilize a competitive bidding process for these refuse trucks as Western Peterbilt, Inc. is the only vendor of Peterbilt 320 refuse trucks with Wayne Engineering Curbtender Automated Side Loading Refuse Bodies; and WHEREAS, in early spring 2004, the City Council passed Resolution No. R-2004-51 which authorized purchase of an additional Peterbilt 320 refuse truck with Wayne Engineering Curbtender Automated Side Loading Refuse Body from Western Peterbilt, Inc. as a sole source purchase without calling for bids on the basis of the above information; and WHEREAS, the Refuse Division desires to purchase up to one (1) additional Peterbilt 320 refuse truck with Wayne Engineering Curbtender Automated Side Loading Refuse Body from Western Peterbilt, Inc.; and WHEREAS, an investigation by City representatives continues to demonstrate that it would be futile to utilize a competitive bidding process for this refuse truck as Western Peterbilt, Inc. is the only vendor of Peterbilt 320 refuse trucks with Wayne Engineering Curbtender Automated Side Loading Refuse Body; and WHEREAS, Western Peterbilt, Inc. represents that it is willing to sell the City of Yakima an additional Peterbilt 320 refuse truck with Wayne Engineering Curbtender Automated Side Loading Refuse Body for approximately $206,507.66, including applicable taxes; and WHEREAS, the City Council finds that it is in the best interest of the City to authorize the purchase of said refuse truck from Western Peterbilt, Inc. as a sole source purchase without calling for bids, now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF YAKIMA: The City Manager is hereby authorized and directed to purchase one (1) Peterbilt 320 refuse truck with Wayne Engineering Curbtender Automated Side Loading Refuse Body from Western Peterbilt, Inc. as a sole source purchase without calling for bids for a purchase price of $206,507.66. The City Manager is further authorized to execute all necessary documents to carry out said sales transaction with Western Peterbilt, Inc. ADOPTED BY THE CITY COUNCIL this 15th of Fe . ry, 2005. ATTEST: aul P. George, Mayor K1 City Clerk Feb 8, 2005 WESTERN PETERBILT, INC. P.O. Box 24065 Seattle, Washington 98124 (206) 624-7383 Mr. Richard Wonner Fleet and Facilities Manager Public Works 2301 Fruitvale Blvd. Yakima, WA 98902 REF: EXTENTION OF A VALID PRE-EXISTING CONTRACT TIED TO THE INTERLOCAL PURCHASING AGREEMENT FOR RIDE -ON TO THE CITY OF TACOMA BID #FLT -202-00, PURCHASE ORDER # PD -47368 -L -JS -003. Western Peterbilt, Inc. would like to formally extend all bid prices, terms, and conditions to the City of Yakima for the purchase of a fully automated sideloading refuse truck through a pre-existing contract for a period of (1) one additional year that will be tied to the last interlocal purchasing agreement with the City of Tacoma, reference P.O. # PD - 47368 -L -JS - 003. The above bid allows the succesful vender to pass on price increases at our cost only. The following price breakdown includes those price increases at our cost for the chassis and body. All other prices, terms, delivery, option prices and conditions that applied to the City of Tacoma will apply to the City of Yakima. Please reference the following exhibit from the City of Tacoma bid: PRICE INCREASES/DECREASES The City will consider price increase/decrease adjustments for any extended contract period under the following conditions: A. Under no conditions will price be adjusted during each of the twelve-month contract periods. B. The maximum amount of the increase/decrease allowed will be no greater than the previous twelve-month Consumer Price Index, All Urban Consumers(CPI- US), U.S. City Average, All items 1982-84+100. C. Vender will be required to submit written proposed price increase/decrease thirty (30) days prior to the end on the contract period. D. Any proposed increase/decrease in price to contract line items must be beyond the control of the vendor and supported by written documentation from the manufacture, indicating new higher/lower cost adjustments in effect. E. Prices will be adjusted only to the amount of cost increase/decrease to the vendor. F. No adjustment will be made for vendor profit margin. G. The City reserves the right to accept of reject all such increases or decreases. H. The City is entitled to any promotional pricing during the contract period which is lower than our standard pricing as provided in bid. I. Prices may be passed on if increase is due to technical mandated regulations. 3801 Airport Way South 2028 Rudkin Rd. 3443 20th Street, E. 3013 Walnut St. 6214 E Broadway 1435 E. Hillsboro St. Seattle, WA 98108 Yakima, WA 98909 Fife, WA 98424 Everett, WA 98201 Spokane, WA 99212 Pasco, WA 99301 (206) 628-7383 (509) 453-3700 (253) 922-7383 (425) 257-9300 (509) 535-4241 (509) 545-3700 FAX. (206) 340-0416 FAX. (509) 457-0702 FAX. (253) 927-7931 FAX. (425) 257-3020 FAX: (509) 536-3949 FAX. (509) 545-1454 1-800-255-7383 1-800-734-7383 1-800-439-7383 1-888-755-7383 1-800-572-6219 1-888-330-7383 2200 Spar Ave. Anchorage, AK 99501 (907) 276-2020 FAX: (907) 276-2164 This contract extention will be tied to this agreement and to the last purchase made by the City of Yakima for (2) two of these units made in early 2003, which is represented below. Following, please find the breakdown of the base prices a Yakima: -Base bid price per unit. (Third year extention.) - Cummins ISM 320V engine. 10.8 Liter - Delete Insta chain option -Delete Tachograph -Delete aluminum wheels -Hub Pilot wheels -Bridgestone tires in place of Goodyear - Two handle Joy stick - 30-60-90 gripper system - Extended warranty for Transmission- 5 year -Extended warranty for Engine- 5 year -Body price increase -Chassis price increase -Telma AC82-45 Retarder -Three (3) grp 33, 950 CCA batteries In place of Standard batteries. -200 amp Leece-Neville 4860J Alternator In place of Standard. -Air cab jack. -Moto Mirrors both sides. -Delete Auto neutral "AK" program. - Additional set of electric in -cab, 3 -rocker Switch controls under seat ground Controls. - Operate in gear system. -Surface mount 7" lights on tailgate bar, Alternate flash, high mount on tailgate. -2nd Stobe light. -Spare tailgate seal. - Add for Tip -To -Dump option. -Add for Air Operated Travel Cover - Add for Steel Surcharge. (see below) -Add for 2004-2005 Steel Surcharge - Delete Wayne Automatic Grease system. nd options chosen by the City of $161,795.00 $ N/C $ (1,133.87) $(1,150.00) $(1,236.95) NC $( 533.00) NC NC $ 2,000.00 N/C $ 8,160.00 $ 4,376.09 $ 8,102.00 $ 90.30 $ 246.25 $ 104.30 $ 174.00 $ (219.22) $ 300.00 $ 550.00 $ 400.00 $ 250.00 $ 116.00 $ 3,500.00 $ 1,470.00 $ 1,000.00 $ 5,327.11 $(2,300.00) Subtotal $ 191,388.01 State Sale Tax (7.9%) $ 15,119.65 Total (per unit) $ 206,507.66 This contract extention includes an upgrade to a Cummins ISM 320V engine offered at no additional charge. The pricing also includes an increase in State Sale tax to 7.9% reflective in a change made by the State of Washington in July of 2003. The above pricing also includes two steel surcharges. Steel surcharges are being passed on to most manufacturers due to the volitile steel market. This cost has been passed on to Solid Waste Systems at a much higher amount. $1,000.00 is being added to the above costs for 2004 and $5,327.10 for 2005. Please refer to the attached letter. This document will serve as a legal contract between Western Peterbilt and the City of Yakima. Again, all other terms, prices, delivery quotations and all conditions will remain the same as the Tacoma bid. Thank you for the opportunity to earn your business! Respectfully, Stu Fox Western Peterbilt, Inc. Refuse Systems Division CITY OF YAKIMA ACCEPTANCE: Richard A. Zais, Jr., Atte City Clerk CITY CONTRAC r N0 , 2. o 0 SIa F RESOLUTION NO: ITEM TITLE: BUSINESS OF THE CITY COUNCIL YAKIMA, WASHINGTON AGENDA STATEMENT Item No. *1 C� For Meeting Of February 15, 2005 A resolution authorizing the execution of a sole source agreement for the procurement of an automated sideloading refuse truck between the City of Yakima and Western Peterbilt, Inc. SUBMITTED BY: Chris Waarvick, Director of Public Works Sue Ownby, Purchasing Manager — 576 - 6695 CONTACT PERSON/TELEPHONE: Nancy Fortier, Refuse Manager— 576 - 6421 Richard Wonner, Fleet Manager — 576 - 6412 SUMMARY EXPLANATION: Early in 2004, the City Council directed the Fleet and Facilities Manager and the Public Works Director to review all the evaluation processes, used to determine the selection of the Peterbilt 320 / Wayne Engineering Curbtender automated sideloading refuse truck, with local vendors. The purpose of this assignment was to determine the completeness and due diligence of the process, to ensure that local vendors had the opportunity to compete for this business, and to determine if any technological improvements had been developed that would convince the City of Yakima to change from the equipment being procured over the past four years. The Council directed assignment was completed and the findings may be found in the included memo dated February 3, 2005. Based on the findings, staff recommends continuing this year with the current equipment, we have used for the past four years, until such time as either a significant technological change occurs or a pricing disparity is evidenced. Resolution X Ordinance Other (Specify) Contract Mail to (name and address): Phone: Funding Source: Refuse Divisio uipment Replacement Fund - $207,000 (one unit). APPROVED FOR SUBMITTAL: City Manager STAFF RECOMMENDATION: Staff respectfully recommends the City of Yakima purchase one (1) Peterbilt 320 / Wayne Engineering Curbtender combination automated sideloading refuse truck through a sole source agreement with Westem Peterbilt, Inc., as presented in their proposal dated February 8, 2005 (attached). This offer is an official extension of the terms of the City of Tacoma's official and legal Bid #FLT -202-00, Purchase Order #PD -47368 -L -JS -003. COUNCIL ACTION: Resolution adopted. RESOLUTION NO. R-2005-41 City of Yakima Equipment Rental Division Memo To: Dick Zais, City Manager Chris Waarvick, Director of Public Works From Richard Wonner, Fleet and Facilities Manager Nancy Fortier, Refuse and Recycling Manager Sue Ownby, Purchasing Manager Date: 2/10/2005 Re; Automated Sideloading Refuse Trucks Meeting Early in 2004, the City Council directed the Fleet and Facilities Manager and the Public Works Director to review all the evaluation processes used to determine the selection of the Peterbilt 320 / Wayne Engineering Curbtender automated sideloading refuse truck with local vendors. The purpose of this assignment was to determine the completeness of the due diligence process, to ensure that local vendors had the opportunity to compete for this business, and to determine if any technological improvements had been developed that would convince the City of Yakima to divert from the chosen path. At this point, the automation process is just over 50% implemented and will take another three years or so to complete. The total automated fleet complement will be nine or ten trucks. Seven Peterbilt 320 / Wayne Engineering Curbtender combinations have been purchased and are in service. Eighty percent of the automated fleet is in place and has been standardized. On January 14, 2005, a meeting was held with representatives of three local truck vendors. Factory representatives were also present. The local companies were: Freedom Truck Centers and NC Machinery representing Freightliner; Mobile Fleet Service representing Mack; and Western Peterbilt representing Peterbilt. Woodpecker Truck, representing International trucks, had been invited to attend but declined because of not having a truck model available for our application. After extensive conversation with the local vendors, the following information was forthcoming. • Neither Mack nor Freightliner had any trucks in Washington state with a Wayne Engineering Curbtender body. • Peterbilt 320 / Wayne Engineering Curbtender combinations represent approximately 90% of the automated sideloader market in the state of Washington. • Municipalities, in addition to Yakima, that have selected the Peterbilt / Curbtender combination as a standard include: Tacoma, Spokane, Olympia, Port Angeles, Richland, Toppenish, Granger, Grandview, Shelton, Mount Vernon, Oak Harbor, and Walla Walla. • Private carriers with the same standard include: LeMay Enterprises, Murray's Disposal — Waste Connection, Basin Disposal, and University Place Refuse. • In all instances, Western Peterbilt was awarded these contracts, after competing in a completely public, formal, open bid process, as the lowest qualified bidder. • Local Mack and Freightliner reps have limited experience with refuse packer bodies and therefore must rely on other remotely located representatives for operational and technical support. • Standardization is recognized, by this and many other industries, as an important and valuable policy to follow • With regard to standardization, Mack in particular, has proprietary components, available only through Mack dealers. This severely limits the acquisition of spare parts and technical and maintenance support as well as creating potential for pricing issues. • Vendors were requested to provide documentation with regard to formal certification and compliance with the federal Environmental Protection Agency's 2004 emissions standards. Western Peterbilt provided a formal letter from the EPA, certifying the Cummins diesel engine, our current engine of choice. Similar credentialing was not presented by either Mack or Freightliner for the Mack or Caterpillar engines, leaving considerable concern. • Anecdotal information, provided through the industry, indicates that the current Mack engine will be eliminated prior to the 2007 EPA deadline. • The Caterpillar C —11 engine is an unproven engine in this application. • It is not in the best interest of the City of Yakima to purchase any engine that is not certified compliant by the EPA. • • There has been no significant technological change in the design of either the cab and chassis or the packer body by any manufacturer in the industry that would lead one to alter a long standing acquisition plan that included standardization as a major consideration. During 2004, the Mack LE Series cab and chassis was demonstrated to the Refuse and Recycling staff. Staff rejected the unit for ergonomic reasons. Specifically, the overall operator work space was too small, especially for the larger people. In this application, the driver must operate the unit for eight to ten hours per day and the size issue is of utmost importance in cab selection. Requiring a driver to maintain any cramped or confined position for extended periods is unacceptable. • Western Peterbilt, Inc. had participated in an open bid process where all of the truck manufacturers had been given the opportunity to participate and had been awarded the contract as the lowest qualified bidder. • The purchasing process used by the City of Tacoma was scrutinized by Sue Ownby, the City of Yakima Purchasing Manager, for completeness and compliance with state and local purchasing guidelines. • Westem Peterbilt has offered to extend the 2003 base pricing schedule to the City of Yakima 2005 acquisition request. • The City of Yakima took advantage of a similar offer in 2004. Therefore, this current offer should be considered an extension of a valid pre-existing contract rather than a sole source purchase. Staff respectfully requests that we continue on the previously determined path to immediately purchase a Peterbilt 320 / Wayne Engineering Curbtender combination automated sideloading refuse truck through Western Peterbilt, Inc., as presented in their proposal dated December 22, 2004. This offer is an official extension of the terms of the City of Tacoma's Bid #FLT -202-00, Purchase Order #PD -47368 -L -JS -003. Further delay of this transaction will negatively effect the implementation of the 2005 automation objectives and equipment costs. \\Isnfll kers\nwnnnPr\Ref' isP\9(1(15 VPndhr MPatinn Findinns -2 rinr.• Pane 9 City of Yakima Equipment Rental Division Request for Information Automated Sideloading Refuse Truck December 29, 2004 Scope: Information is being requested as to the features and design of equipment to aid in the development of technical specifications, in particular a complete automated sideloading refuse truck. The purpose of this Request for Information (RFI) is to solicit contractors who are interested in contracting with the City for this project and to invite said contractors to submit technical and performance information, including their estimated cost. Responses should identify, at a minimum, the company and name of contact person with the company, product/services offered, experience and qualifications of the firm, and estimated cost of the services requested herein. Responses should contain a full description of the company's ability and qualifications to successfully complete the work described herein. Estimated cost should include alt labor, parts, and shipping charges to and from the contractor's rebuild facility. Transportation terms shall be F.O.B. City of Yakima Equipment Rental Division for pickup and delivery. Respondents are directed to attend a meeting, date, time, and location specified on the last page of this request. Time will be allowed to present your material. EVALUATION CRITERIA: Equipment will be evaluated based on the following (no order of importance): • Safety • Engine Design and Performance • Versatility • Job Compatibility • Accessibility for Service Work • Quality of design and Workmanship • Ergonomics • Component Performance and Compatibility • Dealer, Service and Parts Support • Manufacturer and Dealer, established reputation and longevity • Visibility • Maneuverability • Accessibility for Operator Service Work • Hydraulic Performance 1 DEMONSTRATION OF EQUIPMENT MAY BE REQUIRED FOR EVALUATION: Interested Vendors may be required to demonstrate their equipment, and at no cost to, the City. The purpose of the demonstration will be to observe the equipment in an operational environment and to verify its capability, suitability, and adaptability vis-a-vis the performance requirements stipulated in the RFI. The City shall be the sole judge of the acceptability of the equipment in conformance with the Specifications and its decision shall be final. The equipment used for the demonstration shall be the same as the manufacturer's model identified in the Vendor's Response. General Design: Style: Low cab forward, single right hand drive ONLY. GVWR: 60,000 pounds. Wheelbase: determined and specified by manufacturer. Axle configurations: determined and specified by manufacturer. Service duty: Body capacity: Hopper capacity: Body dumping options: Able to pick up 30, 60, 90 gallon containers. 27 cubic yards, exclusive of hopper. 4 cubic yards MINIMUM. determined and specified by manufacturer. Engine: MINIMUM 10.8 liter diesel (specify engine manufacturer and model). MUST be fully certified to meet 2004 federal EPA emissions standards, AND MUST be fully compliant with 2004 federal EPA emissions standards. (Formal certification and compliance documentation is required). A complete description of the technology applied to meet the 2004 EPA emissions standards is required. Describe technology proposed to meet 2007 federal EPA emissions standards. Detailed Technical Information Required: Describe technical standards observed in construction and assembly of cab and chassis and body. Describe material types, sizes, thicknesses, and construction methods applied, (both cab and chassis and body). Describe all systems design and operation (suspension, drive, braking, cooling, electrical, hydraulic, lighting, and controls). 2 Detailed Technical information Required (continued): Other: Describe wheel and tire manufacturers, types, sizes, and quantities. Provide body information, (manufacturer and model, material specifications, construction methods, overall dimensions, operating speeds and pressures). Total weight of body, packer, lifting arm, and associated equipment. Total weight of complete unit. Provide weight distribution and center of gravity study results. Provide inside dimensions of cab, including the operator location. Provide any ergonomic standards used in the design of the operator compartment and controls. Describe flexibility provided to specify component manufacturer and model, i.e.: engine, transmission, retarder, axles, etc. Completely describe all component and complete unit warranties (standard and extended) with associated costs and effective dates. Contractor's ability to respond to service calls during\and after warranty periods will be an important factor in award of contract. Any or all warranty work/repairs, including any incidental transportation, lodging, or consultation charges associated therewith, shall be at no cost to the City. Identify location of factory parts warehouse and technical service support and usual response times. Describe type and quantities of manuals provided and cost of additional copies. Approximate delivery time after receiving a formal order. Describe all options available. Discuss price stability from year to year. Provide any additional information deemed pertinent in the overall design, construction, or operation of this unit. Provide a listing of organizations, with contact names and job title, mailing addresses, telephone numbers, or e-mail addresses within the state of Washington, who have purchased this unit within the past three years. Public agencies are preferred. 3 Responses: All responses or questions prior to the meeting should be directed to: Richard Wonner Fleet & Facilities Manager 2301 Fruitvale Blvd Yakima, WA. 98902 509-965-6296 e-mail: rwonnerAci.yakirnaewa.us Please be prepared to attend a group presentation meeting on Friday, January 14, 2005, at the Public Works Administration Building (Katy Annex), 2301 Fruitvale Blvd, in the Large Conference Room, from 9 A.M. until 10 A.M.. \\lsnt\Users\rwonner\Equipment Specifications\RFI - automated sideloader - 2004.doc 4