ADMINISTRATIVE REPORT

 

Date:

April 14, 2004

 

Author:

Mani Deo

 

Phone No.:

604.326.4792

 

RTS No.:

04166

 

CC File No.:

1805

 

Meeting Date:

May 18, 2004

TO:

Vancouver City Council

FROM:

General Manager of Engineering Services
Manager of Materials Management

SUBJECT:

Award of Tender PS04017 - Supply and Delivery of Rear Loader Packers

RECOMMENDATION

COUNCIL POLICY

Contracts with a value over $300,000 are referred to Council.

DISCUSSION

Tenders for the above were opened on February 25, 2004 and referred to the General Manager of Engineering Services and the Manager of Materials Management for report.

The PST, the 7% GST (less any municipal rebate received) and any Provincial Environmental Levy are in addition to the pricing shown in this report.

This tender called for prices for two items:

This report deals with both Items 1 and 2, which when combined, form a complete semi- automated rear load refuse truck unit. These trucks are required to replace five (5) existing rear load refuse collection units used by the Sanitation Operations Branch. These units will be required to service areas that can not be serviced by the new fully automated refuse collection fleet.

This tender was advertised on the City's and BC Purchasing Commission's web site, in addition to notifying incumbent suppliers to the City and other well known vendors. An advertisement was placed in the Vancouver Sun.

ITEM 1

Six bids were received from five suppliers for Item 1. One bid was rejected for non-compliance because it did not meet tender submission requirements. Unit prices for the remaining five bids, including options, were as follows:

Bid 1

Bid 2

Bid 3

Bid 4

Bid 5

$90,009.00

$90,009.00

$98,774.00

$103,344.00

$107,980.00

Bids 1 and 2 did not meet the lateral and transverse torque rod requirements for the rear suspension. These requirements are important because the existing City refuse packers have experienced severe suspension fatigue and failure without these components.

Bid 3 meets specifications, is acceptable and recommended.

ITEM 2

Five bids were received from four suppliers for Item 2. Unit prices, including options, were as follows:

Bid 1

Bid 2

Bid 3

Bid 4

Bid 5

$53,830.00

$54,500.00

$58,322.00

$58,322.00

$61,182.51

Bid 1 meets specifications, is acceptable and recommended.

FINANCIAL IMPLICATIONS

The five (5) units are scheduled for replacement as part of the 2002 Equipment Replacement Program and are well beyond their economic lives. Funds for the purchase of these units are provided from the Truck and Equipment Plant Account.

SUMMARY

Accordingly, for Item 1, we recommend acceptance of the low bid meeting specifications and offering best value from Western Star Sterling for five (5) 2005 Sterling Condor tandem axle cab and chassis at a total cost of $493,870.00 ($97,260.00 each including the option for a 20,000 front axle and 18,000 pound suspension/tire set, plus $1,022 each for a front mount PTO, plus $315.00 each for additional rear side windows, plus $86.00 each for an engine hour meter, plus $63.00 each for three blank switches, plus $28.00 each for a right hand down view mirror for a total unit price of $98,774.00).

Accordingly, for Item 2, we recommend acceptance of the low bid meeting specifications and offering best value from Rollins Machinery for five (5) Chagnon CRE20 Sprinter semi-automated rear load refuse bodies at a total cost of $269,150.00 ($50,000.00 each, plus $5,395.00 each for a hydraulic cart tipper, plus $425.00 each for a liquid waste holding tank minus $1,990.00 each for a 5 yard volumetric capacity reduction of the body)

* * * * *


ag20040518.htm