Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
23-02 RESOLUTION
• • RESOLUTION NO. 23-02 A RESOLUTION APPROVING THE PURCHASE OF TWO (2) FRONT -LOAD SANITATION TRUCKS FROM ARKANSAS POWER STEERING, INC AND TWO (2) REAR -LOAD SANITATION TRUCKS FROM SHIPLEY MOTOR EQUIPMENT COMPANY AT A TOTAL COST OF SIX HUNDRED FORTY-SIX THOUSAND NINE HUNDRED NINETEEN DOLLARS AND EIGHTY CENTS ($646,919.80). BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby approves the purchase of two (2) front -load sanitation trucks from Arkansas Power Steering, Inc. and two (2) rear - load sanitation trucks from Shipley Motor Equipment Company at a total cost of Six Hundred Forty -Six Thousand Nine Hundred Nineteen Dollars and Eighty Cents ($646,919.80). Section 2. That the City Council hereby authorizes the Mayor or his duly authorized representative to sign any documents required to complete said purchases. PASSED and APPROVED this 19th day of February 2002. ATHER WOODRUFF, CiClerk APPROVED: By: • NAME OF F11.E: CROSS REFERENCE: Resolution No. 23-02 02/19/02 Resolution No. 23-02 Bid Information 02/19/02 Staff Review Forni 02/26/02 Memo to W. A. Ocstreich, Fleet Operations, from Heather Woodruff, City Clerk NOTES: 1 allaallaallaik EWETT EV ILLE� 50/4442495 TO: THRU: THRU: FROM: DATE: • • aver M rirT lY/ t'SG.YtM PUNT PER in Q ms L agiaapallaalis FAVETTEVI L LE INTER OFFICE MEMORANDUM FAX 50 .444, 425 Mayor/City Council Greg Boettcher, Public Works Director Peggy Vice, Purchasing Manager W. A. Oestreich, Fleet Operations Superintendent February 6, 2002 SUBJECT: BID AWARD RECOMMENDATION 02-01 Project 98067 Reference Bid Award Recommendation dated January 31, 2002. The representative of Arkansas Power Steering of Little Rock utilized the following paragraph of our Specifications - Terms and Conditions: Field demonstrations of currently operational units which are offered as a substitute, variation, or deviation may be required as part of Staff analysis at the option of Staff members orotherqualified interested parties. Property documented referrals may be required of vendors which allows field evaluation of units in a comparable operational area. A request was made by their representative, Mr. Larry Jackson, to provide the City with a demonstrator unit which he felt would be superior to the lowest priced bid. He indicated that the dollar difference would be to the advantage of the City in operator convenience, efficiency and weight reduction. A comparison demonstration was made by a senior operator (Darrell Lackey) to obtain a comparison on equal ground by an unbiased operator. As Mr. Lackey would be an operator of one of the purchased units, his input would be in the best interest of the City Staff to allow a properly managed evaluation. His operation of the Labrie Unit on Saturday, February 2, 2002 and of the Heil Unit on Tuesday, February 5, 2002 gave an excellent opportunity to compare each on an equal basis. His comments proved to be well based in ease of operation, speed of action and utilization of the automated set down abilities with the low RPM pump. (1000 RPM) This pump with the Automated Self Leveling Device was indicated in the bid as a $4,200.00 option over the Base Price of $167,925.00 for a total of $172,125.00. In addition, the following packaged options were available on the chassis; Poly Belt Tensioner, Transmission Level Sensor, Transmission Probe, Transmission Range Inhibitor and Light Weight Skid Plate at a total package price of $313.65. • • This gave a total delivered cost of the Unit as bid of $172,438.65 which is $1,115.52 above the Low bid of the Heil Unit with the options listed. As it was the decision of Solid Waste and Fleet Personnel to further investigate the validity of the claims of the Labrie Dealer, the referrals were checked with the following: LeMay, Inc. Tacoma, WA Mr. LeMay City of San Bemardino San Bernardino, CA Don Johnson Superior Services Hartland, WI Jeff Parrott Steppe Equipment Menomonee Falls, WI Ed Kavanaugh Very positive comments were received regarding operation, durability, parts availability and factory support. A question raised by the Fleet Operations Division regarding the durability of the lighter weight floor was also put to rest with positive comments by other users. An inspection had previously been made of this Bidders Facility along with stocking assurances for all wear parts. The Bidder will also provide Cylinders on consignment for the warranty period and make available an extended warranty on the Cylinders. In view of the above listed information, the previous recommendation for the Heil Front Load Unit has been set aside as the price differential would provide the City with a Unit that would give superior service for the dollars spent. Therefore, the Agenda Request should be adjusted as follows: Item #1 Arkansas Power Steering - Labrie 2 Units © $172,438.65 Total $344,877.30 Extended Warranty $ 3,800.00 Item #2 Shipley Motor Equipment - Heil 2 Units © $147,221.25 Total $294,442.50 Extended Warranty $ 3,800.00 $348,677.30 $298.242.50 TOTAL BID AWARD $646,919.80 rr � r��.rL FA,t-nat ILLS • • CITY M VOTIWISS ��` F AYETI'EVILLE MET4PE 0 N ;01,44440S INTEROFFICE MEMORANDUM FAX: 30/,4443425 TO: Mayor/City Council THRU: Greg Boettcher, Public Works Director THRU: Peggy Vice, Purchasing Manager FROM: W. A. Oestreich, Fleet Operations Superintendent DATE: January 31, 2002 SUBJECT: BID AWARD RECOMMENDATION 02-01 Project 98067 Reference the attached Agenda Request for the Award of Bid 02-01, Items #1 and #2, to the lowest qualified bidder meeting specifications. This Vendor is Shipley Motor Equipment, P.O.Box 250, Lowell, AR 72745. (Vendor #1785) These are budgeted items. The Bid Tabulation Sheet dated January 29, 2002, is included along with a copy of the formal bid that was sent to each of the vendors on the Bidders List. Also attached is a completed copy of the successful bid. Please note the pricing details listed which are not reflected on the Tabulation Sheet. The lowest priced items which are the recommended items, comply with the minimum specification developed by the Fleet Operations Division and the Solid Waste Division. Some of the specifics with which vendors did not comply are noted. These minimums were set up with precise objectives in mind, such as utilizing the 40 GPM @ 800 RPM Hydraulic Pump, thus allowing quiet operation in the early morning hours and engine wear savings, as well. In addition, Also the requirement of 145,000 psi and 150,000 psi steel was to provide more resistance to wear, providing longer life; larger pivot pins and hinge pins were utilized for this purpose also. Failure to comply with minimum requirements are noted for each vendor in the following order. ITEM/REQUESTED/RESPONSE Item #1. Arkansas Power Steering - McClain EZ Pak $172,419.00 Does not include 40 GPM @ 800 RPM Pump $ 4,200.00 Total Cost $176,619.00 HOPPER SIDES/ 150,000 PSI 100,000 PSI PACK W/CLOSED HOPPER NOT AVAILABLE PACKING BLADE SAFETY CABLE GATE SEALS ENGINE ACCESS 150,000 PSI 61" ANY POSITION 1000,000 PSI NOT AVAILABLE 41" UP ONLY Shipley Motor Equipment - Pak Mor $170,459.48 Does not include 40 GPM @ 800 RPM Pump $ 4,200.00 Total Cost $174,659.48 SLIDING TOP DOOR NOT AVAILABLE TAILGATE PINS 2" 1-1/4" WEAR BARS 150,000 PSI 80,000 PSI COMPACTOR PLATE 150,000 PSI 100,000 PSI SAFETY CABLE NOT AVAILABLE HOPPER FLOOR 150,000 PSI 100,000 PSI Arkansas Power Steering - Labrie $167,925.00 Does not include 40 GPM @ 800 RPM Pump $ 4,200.00 Total Cost $172,125.00 BODY FLOOR 1/4"-150,000 PSI 3/16"-50,000 PSI HOPPER 150,000 PSI 100,000 PSI GATE PINS 2" 1-1/4" GATE CYLS. 3" 2-1/2" SAFETY CABLE NOT AVAILABLE RECOMMENDED: Shipley Motor Equipment - Heil Optional Equipment: Upper Box Teeth Flood Lights Poly Tensioner Trans Level Sensor Trans Probe Light Weight Skid Plate Trans Range Inhibitor Total Cost Item #2. $170,459.48 $ 230.00 $ 320.00 $ 61.00 $ 136.00 $ 26.65 $ 90.00 N/C $171,323.13 Arkansas Power Steering - McClain EZ Pak $142,621.00 Does not include 40 GPM © 800 RPM Pump $ 4,200.00 Container Lift $ 3,246.00 Total Cost $150,067.00 HOPPER 150,000 PSI 100,000 PSI BLADE PINS 2" & 3" 1" & 1-1/2" CYLINDER CUSHION NOT AVAILABLE Shipley Motor Equipment - Leach $144,987.60 Does not include 40 GPM © 800 RPM Pump $ 4,200.00 Total Cost $149,187.60 ELECTRIC WINCH NOT AVAILABLE • • BODY FLOOR 150,000 PSI 50,000 PSI Shipley Motor Equipment - Pak Mor $143,422.60 Does not include 40 GPM @ 800 RPM Pump $ 4,200.00 Total Cost $147,622.60 HOPPER 150,000 PSI 100,000 PSI TELESCOPIC CYLS. NOT AVAILABLE RECOMMENDED: Shipley Motor Equipment - Heil $146,907.60 Optional Equipment: Poly Tensioner $ 61.00 Trans Level Sensor $ 136.00 Trans Probe $ 26.65 Light Weight Skid Plate $ 90.00 Trans Range Inhibitor N/C Total Cost $147,221.25 An extended warranty of 5 years has been offered by the manufacturer to supplement the standard 1 year warranty requested. It would be to the City's benefit to utilize this extended warranty at the following rate: Front Loader $2,500.00 per Unit Rear Loader $1,900.00 per Unit Total $5,000.00 Total $3,800.00 These items have been evaluated for compliance with original specifications along with anticipated Manufacturer and Dealer support necessary to maintain them in a proper and efficient manner. A post bid conference was also held with the Bidder and the Representative for the Units bid to assure the compliance with our needs. It has been with an objective attitude that this bid has been evaluated. This recommendation has been reviewed by Representatives of the Solid Waste Division, Fleet Operations Division and the Equipment Committee. Therefore, the following is submitted for purchase approval by the Council: ITEM 1. Front Load Solid Waste Equipment Shipley Motor Equipment 2002 Mack MR688S with Mounted Heil Half -Pack $171,323.13,. This Bid was accepted as it met original Specifications. This should provide units that will be efficient, reliable and compatible to our operations. ITEM 2. Rear Load Solid Waste Equipment • Shipley Motor Equipment 2002 Mack MR688S with Mounted Heil 5000 © $147,221.25. This Bid was accepted as it met original Specifications. This should provide unit that will be efficient, reliable and compatible to our operations. SUMMARY TO BE DELIVERED AS COMPLETE UNITS: ITEM 1. Shipley Motor & Equip. - 2 Units at $171,323.13 $342,626.26 ITEM 2. Shipley Motor & Equip. - 2 Units at $147,221.25 $294,442.50 Extended Warranty $ 8,800.00 TOTAL BID AWARD: $645.868.76 The budgeted amount for items of this type is $1,120,000.00 in account 9700-1920-5802.00, Project 98067-001. With the purchase of these items at $645,868.76 we will have a balance remaining of $474,131.24. • FAYETTEVItLE THE CITY OF FAYETTEVILLE. ARKANSAS February 6, 2002 TO: FROM: Bill Oestreich 41)) Carrol Hill Solid Waste & Recycling Division SUBJECT: LaBrie Trucks Demonstration of the LaBrie Front Loader was reviewed by various members of the Equipment Committee on February I, 2002 at the Solid Waste Facility and driver testing took place on Saturday, February 2, 2002 on an actual route. Since the demonstration truck was equipped with forks instead of a triangle, we made arrangements with Waste Management for our drivers to meet, and take the demonstration vehicle on one of their heaviest tonnage routes. Our driver Darrell Lackey reported the following: After testing both of the trucks, he definitely preferred the LaBrie. It handled very well, and the use of the forks versus the triangle was far superior. It was a much smoother operation, took less time per container. The forks seemed to handle the heaviest of restaurant containers without any noticeable strain. The cycle time for the loader and packer was very fast, thus able to compact much tighter and as a result could hold significantly more per load, and would result in Icss route time. In speaking with the City of San I3ernardino, who use 6 LaBrie front loaders and 28 Automated trucks. They are pleased with the vehicle, and their mechanics and drivers unanimously voted for the LaBrie purchase after sampling three other vehicles over the same time period. They have had no significant service problems, and feel that they have received better service response from I.,aBrie who is 3,000 miles away than they had with their old vendors who are 10 minutes from their yard. 113 WEST MOUNTAIN 72701 (501) 575.8398 0 PRINTED ON RECYCLED PAPER • • -2- We were unable to preview the LaBrie vehicle earlier due to schedule conflicts of the Equipment Committee and availability of the vehicle. We have listened to our drivers who drove the test vehicles. The LaBrie weight reduction of 4,000 lbs which Fleet and Solid Waste have recommended exceeds the original estimates presented to the Equipment Committee. The weight reduction was of particular interest to the Equipment Committee as well as the Fleet and Solid Waste Divisions. The low bidder did not measure up to driver testing. Therefore we decline our initial recommendation, and change the recommendation to the LaBrie. FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS February 4, 2002 TO: Bill Ocstreich FROM: Carrot Hill SUBJECT: �` Vehicle Recommendation We have reviewed and evaluated the operation of the two units demonstrated at our facility in the last two weeks. Therefore we are recommending that you proceed with the purchase of the Heils. 113 WEST MOUNTAIN 72701 (501) 575-8798 0 PRINTED ON RECYCLED PAPER • r130 r-EIW r-vw -1Wm -IWm O O r O O s O 0 S m N 0 0')m m co - m co - m co 3 A '^ O7 -x� =Oxy =x� m D -I o *a. a AdNo �Ao �CAo r3 x Soo , NO0 -4-0 O0 NO0 W O o > Q m m -+ m io(p o,,= 0 C 01 C N C 0 0 V O a 3 3 m m. -43w rnOc m m H a W 0 0 0 8 o • 0 0 co m ow =8 N O O O Dig' rag) D _ ,c V Ca c c m 0 r3 23 CL RW m N a 1< m 0 mg ID. m 0.1 N CU O w� • O x71 p it 2 o m a• m • a 1 m c W 8 2 O a Z o> Z(8D • 7 o r o y 3217 amp N N y N y xi -, N N got got > 0%, >00 730 XI0 N m (D --,4<p (D J a A Da A (0 2 0 W N j m V 0 1.4N a r(n nw m + 5' + co Ph m fr p O N o T O -0O 3 0w O A r - o - °m a till I -am 11 O Wa N N OD ta m N N (O 3 O e c3 J 1 O 0 o.10. N A m En C.7 O S L m 9- m4.) - mN lD. W 0 Zi A m p O (D aO a w c co a is J J a a N 3 N 3 0m 0m 014 OKI d — Y1 5 + 5 + m w m W gig liq NA NA To mo m m0,0 A 9.a A m MED N Y d m r D I-11 N .. Nth R N R N m m V V o 0 c 3 (D N O. Mr m d m4 O 0 aq N f7 a 01 con - a o Ea 7 $°w 0. wv zg Otto � • • 01/14/91 08:59 51 :02/033 N� 3881 • EQUIPMENT Sala - Service - Repairs Name: CI. "Ly Off/ Fay�fit ✓f%1,� Date: /•.3/ Pa. Address: / / 3 4(JES 1 /ifo cc n 4,;,/ Date Required: City: ‘it f / r State: 412 Zip: 72 70) Telephone M: 1) 7 9 • (4) - ? 7 3 / Fax I: til) 9E5-c<cl) Contact: QTv 4`77 444 .$14k9 DESCRIPTION PRICE t we Grit l 5 14400 14 C,> 9 11� %/i ere �%t at l l l ..40zeo...lelt ��' S e & e‘v /,'t charts A API) 8%.7.5c /.s.K-i, L S ,e -ea/ L( ) --v ftbaLy t'spiaes. ,44 +KAJ-tt.:-e 414 c,9 c,Q0•c PutiG6as.� /A.S m 2 Pt tat rtai f -a kJ ✓-..c etas N , L.. L u.; f lJ a'C cr0c.4-e13 � 2 'Spic / T c y h vAi viae 9F" 14, 1?A1e /304-4 $.ocs) Quoted By: Subtotal: Accepted By: FET: Financed By: Freight: Contact Person: Tax: Phone No.: Total: P.O. On 4033. 11001 Utile Rock. Mumma 72124 • TsispS ,: 6014364330 VAX 601434.1233 310700•14444 • S, Tanen f11e• T010110114: 001312.274 V& If. en, _see .... Name: cab 01/14/91 08:59 5 :03/03 NO:388 rye 4. EQUIPMENT Sales -Service- Repairs Date: • Address: Date Required: City: Telephone 0: Contact: QTY State: Zip: Fax N: Il�eak Qom DESCRIPTION - a PA1} -41- 00,3 s" Pb x 3" _T'.D .c s " cc. j, ino"'web,- ; AL Ll. N den c✓ PRICE 9 52 64.4/44 itifii-a( 07.0 S Ging-CA aAin Flr�ed 11. c eJ4( u -✓'f, po t.49 D Ec rs/ ,.c 'e Co I c 2 pe 4 t 14-1..c._ 4-1C,IS (og) co p44.1! Ll t.t e ?,..LCL 14.01,4y, - L` )4 RA/ req S et,epie E NIpo eL - Asi to omo SPAct es - S¥ffl'o 3 Si r Ploliv-eiLAriey Quoted By: Subtotal: Accepted By: FET: Financed By: Freight: Contact Person: Tax: Phone No.: Total: 11.0, Sox 4022 • Ns* (e aeq. Monne 72124 • TSN .sr: 5014344220 FAX 501434.1233 3107 rkSr, Y• M,.wS. Tweseeee 34114 • Telsrene: 401432.2744 Far- enl.��e.si.. • • • BIDDERS LIST HEAVY DUTY TRUCK CHASSIS RON BLACKWELL FORD TRUCK CENTER P .O.BOX 608 BENTONVILLE, AR 72712 ATTN: LARRY EDEN 501-756-9461 2. OZARK TRUCK SALES P .O. BOX 6247 P PRINGDALE, AR 72766 501-756-1200 3. River City Hydraulics, Inc. P .O.Box 6033 Sherwood, AR 72124 Attn: Roger Williams 501.835.5230 4. SHIPLEY MOTOR EQUIPMENT CO. P .O.BOX 250 LOWELL, AR 72745 Attn: Jim Lollis 501-631-7653 5. Arkansas Power Steering & Hydraulics, Inc. 900 Fiber Optic Drive North Little Rock, AR 72117 Attn: Larry Jackson 800.734.9411 6. Peterbilt of Springdale P .O.Box 6310 Springdale, AR 72766 Attn: Landon Logan 501.361.5077 7 J & R Equipment 25-C N. Council Oklahoma City, OK 73127 Attn: Nick Pontikos 405.495.5110 • • 8. RDK Truck Sales & Service, Inc. 3214 Adamo Dr. Tampa, FL 33605 Attn: Tom Mascunana 888.735.8789 9. Crane Carrier Company P .O.Box 582891 Tulsa, OK 74158 Attn: Butch Butler 918.836.1651 10. McNeilus Truck & Manufacturing Co. P .O.Box 458 Hutchins, TX 75141 972.225.2313 10. Total Truck & Trailer Equipment P .O.Box 720660 Norman, OK 73070-4500 Attn: Bob Stavinoha 405.329.3775 H.D.TRUCK BIDDERS LIST 2 • • otedeLLE CITY OF FAYETTEVILLE f1 Y7 3 Wa Mom a'dui) se Fayetteville, AR 72701 FLEET OPERATIONS 501-444-3494 INVITATION TO BID BID #: 02-01 DATE ISSUED: January 9, 2002 DATE & TIME OF OPENING: January 29, 2002 - 11:00 A.M. BUYER: Peggy Vice, Purchasing Manager, Room 306 - (501) 575-8289 DATE REQUIRED AS COMPLETE UNIT: 90 Days from receipt of order. F.O.B.: Fayetteville, AR *Guaranteed Delivery Date: APPROXIMATELY 200 DAYS FROM ORDER ITEM: DESCRIPTION: QTY. * PRICE PER UNIT Heavy Duty Cab/Chassis w/Mounted Front Load Sanitation Body per Item #1 of Specifications attached: 2 $ 170,104.48 2. Heavy Duty Cab/Chassis w/Mounted Rear Load Sanitation Body per Item #2 of Specifications attached: 2 146,907.60 *PLEASE NOTE THE OPTIONAL BODY BIDS ON THE NEXT PAGE EXECUTION OF BID - Upon signing this Bid, the bidder certifies that they have read and agree to the requirements set forth in this bid proposal, including terms and standard conditions, and pertinent information regarding the article being bid on. Unsigned bids will be rejected 1 • • OPTIONAL BODY BID PRICING CITY OF FAYETTEVILLE BID#: 02-01 ALL OF THE FOLLOWING BIDS ARE WITH A 2003 MACK MR688S FROM SHIPLEY MOTOR EQUIPMENT COMPANY, AS PER THE SPECIFICATIONS AND EXCEPTIONS IN OUR ORIGINAL BID PACKAGE. ORIGINAL QUOTE IN BID PACKAGE RIVERCITY HYDRAULICS a. FRONT LOADER b. REAR LOADER OPTIONAL BODY BID PRICING 1. DOWNING SALES AND SERVICE c. FRONT LOADER - PAK-MOR FPE840 d. REAR LOADER - PAK-MOR R320B 2. KEY EQUIPMENT & SUPPLY a. FRONT LOADER b. REAR LOADER LEACH 20 YD 2RII *** *** PLEASE NOTE THAT THE LEACH DEALER HAS SUBMITTED A QUOTE WITHOUT THE CITY SPECIFICATION SHEET DUE TO THE LEACH EQUIPMENT NOT MEETING SPECIFICATION TO THE EXTENT THAT HE FELT IT BEST TO SUBMIT A ENTIRELY DIFFERENT QUOTE. *** $ 170,104.48 each $ 146,907.60 each $ 170,459.48 each $ 143,422.60 each NO BID $ 144,987.60 each • • *NAME OF FIRM: SHIPLEY MOTOR EQUIPMENT COMPANY 'BUSINESS ADDRESS: P.O. BOX 250 •CIN: LOWELL *PHONE: 479-770-6040 'PRINTED NAME: JIM LOLLIS *AUTHORIZED SIGNATURE: •TITLE: v.P. OPERATI 'STATE: AR 'ZIP: 72745 'FAX: 479-770-6146 PLEASE NOTE: ALL ITEMS MARKED * ARE CONSIDERED MANDATORY REQUIREMENTS FOR CONSIDERATION OF BID. FAILURE TO COMPLETE THESE ITEMS MAY RESULT IN REJECTION OF BID. THIS REQUEST FOR BID IS NOT TO BE CONSTRUED AS AN OFFER, A CONTRACT, OR A COMMITMENT OF ANY KIND; NOR DOES IT COMMIT THE CITY TO PAY ANY COSTS INCURRED BY THE BIDDER IN THE PREPARATION OF THIS BID. 1. All bids shall be submitted on forms provided by the City with the item bid and the bid number stated on the face of the sealed envelope. Bidders MUST provide the City with their bids signed by an employee or officer having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the bidder. 2. Bidders shall include all applicable local, state, and federal sales tax in this bid. Tax amount MUST show as a separate item. 3. Bids received after the date and time set for receiving bids will NOT be considered. The City will NOT be responsible for misdirected bids. MAIL OR DELIVER BIDS TO: CITY OF FAYETTEVILLE PURCHASING OFFICE - ROOM 306 113 W. MOUNTAIN FAYETTEVILLE, AR 72701 Vendor should call the Purchasing Office at 501.575.8289 to insure receipt of their bid documents prior to opening date and time listed on the bid form. 2