ADMINISTRATIVE REPORT

 

Date:

August 26, 2004

 

Author:

Mani Deo

 

Phone No.:

604.326.4792

 

RTS No.:

4496

 

CC File No.:

1805

 

Meeting Date:

September 30, 2004

TO:

Standing Committee on City Services and Budgets

FROM:

General Manager of Engineering Services
Manager of Materials Management

SUBJECT:

Authority to Contract with Steco PendPac Inc. - RFP PS04036
Supply and Delivery of Automated Side Load Refuse Packer Units

RECOMMENDATION

GENERAL MANAGER'S COMMENTS

COUNCIL POLICY

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

BACKGROUND

On January 8, 2004 Council approved funding for the implementation of a fully automated garbage and yard trimmings collection program. The proposed program consisted of converting twenty-nine (29) of the City's thirty-four (34) manual rear load packers to fully automated side load units. This report deals with the purchase of the fully automated units, which consist of a chassis component and a fully automated side load body component.

DISCUSSION

On May 26, 2004 the City issued a Request for Proposals (RFP PS04036) for the supply and delivery of twenty-nine (29) fully automated side load units. In addition to notifying incumbent suppliers to the City and other well known vendors, the competition was advertised in the Vancouver Sun and on the City's and BC Purchasing Commissions websites.
Six (6) proposals were opened on June 16, 2004 and referred to the General Manager of Engineering Services and the Manager of Materials Management for report. This RFP included the supply and delivery of chassis, automated bodies, and the training related to the new technology collection system for mechanics and collection workers. This RFP called for body suppliers to propose automated bodies with a minimum of three (3) different chassis make/model options: Freightliner or Sterling Condor, Peterbilt 320 and the Volvo WXR64. This RFP specified that the body supplier be the primary contractor. Local chassis dealers worked closely with the body suppliers in order to determine optimal chassis specifications.
One (1) proposal was rejected for non-compliance. The (5) five remaining proposals included four (4) chassis make/model options - Sterling Condor, Freightliner Condor, Peterbilt 320 and the Volvo WXR64.
These proposals were evaluated by a seven (7) person evaluation team consisting of representatives from the Sanitation Operations Branch, Equipment Services Branch, Solid Waste Management Branch and the Employee Health and Safety Group of the Human Resource Services Branch. The evaluation team evaluated the proposed chassis, automated bodies, training, value added services, warranty and support; and then conducted site visits and demonstrations to sufficiently evaluate the proposed automated systems.

A three (3) step RFP evaluation process was used in determining the optimal chassis and body configuration for the City's needs. The proposals were evaluated individually by team members and a composite score was assigned to each proposal based on team member scores.

Chassis Evaluation - Step 1

The chassis options were evaluated first as the chassis and chassis prices were common to all compliant proposals. The following table summarizes the evaluation results:

Rank

Chassis

Chassis

Composite Score

Unit Price

Total Price

 

Make 

Model 

(out of 100)

 (per Chassis)

(for 29 units)

1

Sterling

Condor

91.4

$ 106,962.00

$3,101,898.00

2

Freightliner

Condor

90.9

$ 109,010.00

$3,161,290.00

3

Volvo

WXR64

78.4

$ 109,538.00

$3,176,602.00

4

Peterbilt

320

69.2

$ 109,680.00

$3,180,720.00

The Sterling Condor chassis offered the highest composite score at the lowest overall cost to the City. The composite score was based on manoeuvrability, technical chassis specifications, operator/ergonomic assessment, and price.

Body Evaluation - Step 2

The proposal from Vimar Equipment exceeded the maximum horizontal cart swing and therefore did not meet one of the mandatory requirements/specifications and was not given further consideration. Horizontal cart swing is important because of the extremely tight urban lane/alley refuse collection in Vancouver.

The proposal from Raymax Equipment did not meet mandatory requirements/specifications and therefore was not given further consideration. The proposal from Raymax Equipment did not meet the paint preparation and the 9,100 kg (20,060 lb) payload requirements. Paint preparation is important because of the severe corrosion problems the City has experienced with existing equipment. Payload requirements are particularly important as this criterion governs the amount of refuse that can be collected per trip by the equipment.

Body Evaluation - Step 3

The following table summarizes the evaluation results:

Body Supplier

Manufacturer

Composite Score

Unit Price

Total Price

 

 

(out of 100)

 (per body)

(for 29 units)

Steco Pendpac Inc.

PendPac

84.4

$109,374.80

$3,171,869.20

Rollins Machinery

Wayne

69.6

$116,512.00

$3,378,848.00

Rollins Machinery

Labrie

69.2

$115,698.00

$3,355,242.00

Vimar Equipment

Wittke

*No Score

-

-

Raymax Equipment

Heil

*No Score

-

-

*No score was assigned because proposal did not meet mandatory requirements as per step 2 of the evaluation.

The Steco PendPac Inc. proposal offered the highest overall composite score and the lowest cost to the City. The composite score was calculated based on mechanical/fabrication assessment, operator/ergonomics assessment, reference feedback, and unit pricing.

FINANCIAL IMPLICATIONS

The twenty nine (29) units were scheduled for replacement as part of the 2004 Equipment Replacement Program. Funds for the purchase of these units are provided from the Truck and Equipment Plant Account.

With the introduction of the fully automated side load units, the equipment cost in 2005 is estimated to increase by approximately $220,000. This increased operating cost was taken into account in the Automated Collection of Solid Waste report approved on January 29, 2004.

CONCLUSION

The Steco PendPac Inc. proposal consisting of the 2005 Sterling Condor chassis and the 24.5 Cubic Yard PendPac body offered the highest overall composite score for both the chassis and body components at the lowest overall cost to the City.

SUMMARY

Accordingly, for Item 1 of the RFP we recommend acceptance of the proposal offering the lowest price meeting specifications and offering best value, from Steco PendPac Inc. for twenty-nine (29) 2005 Sterling Condor tandem axle cab and chassis at a total cost of $3,101,898.00($105,908.00 each plus $505.00 each for additional rear side and rear windows, plus $363.00 each for an air assisted cab lift, plus $94.00 each for tunnel mounted transmission control, plus $66.00 each for three blank switches, plus $26.00 each for a left hand down view mirror for a total unit price of $106,962.00).

We also recommend acceptance for Item 2 of the RFP offering the lowest price meeting specifications and offering best value, from Steco PendPac Inc. for twenty-nine (29) PendPac AlleyGator 24.5 Yard fully automated side load refuse bodies at a total cost of $3,171,869.20 ($92,643.00 each plus $4,532.00 for a Safety Vision 3 Camera system, plus $1,632.00 for an additional joystick control, plus $5,701.05 for a Vulcan Weigh Scale system, plus $4,866.75 for a body/arm auto-lube system for a total unit price of $109,374.80).

* * * * *


cs20040930.htm