Loading...
HomeMy WebLinkAboutDoc 236 - Intent to Award Solid Waste CompactorDeschutes County Board of Commissioners 1300 NW Wall St., Suite 200, Bend, OR 97701-1960 (541) 388-6570 - Fax (541) 385-3202 - www.deschutes.org AGENDA REQUEST & STAFF REPORT For Board Business Meeting of July 13, 2011 Please see directions for completing this document on the next page. DATE: July 6, 2011 FROM: Timm Schimke. Solid Waste 317-3177 TITLE OF AGENDA ITEM: Consideration of Chair Signature of Document No. 2011-236, a Notice of Intent to Award Contract Letter for the Purchase of a Landfill Compactor. PUBLIC HEARING ON THIS DATE? No BACKGROUND AND POLICY IMPLICATIONS: See attached memorandum. FISCAL IMPLICATIONS: Sufficient funds are allocated in the current budget for this purchase. RECOMMENDATION & ACTION REQUESTED: Recommend signature of Intent to Award Contract to Peterson Machinery Company as the qualified bidder. ATTENDANCE: Timm Schimke DISTRIBUTION OF DOCUMENTS: Fax and mail to list of bidders attached to the letter of intent to award. Copy to Solid Waste. 0 4111 ow,400 To: From: CC: Date: Re: Department of Solid Waste Board of County Commissioners Timm Schimke Dave Kanner July 6, 2011 Purchase of Landfill Compactor 61050 SE 27th Street • Bend, Oregon 97702 [541 ] 317-3163 FAX [541) 317-3959 The Department of Solid Waste has opened bids for the manufacture and delivery of one (1) 122,000 Ib. Steel Wheel Landfill Compactor. We used a Total Cost Bid approach to this solicitation where bidders not only quote a purchase price, but also guarantee a maximum repair cost and a minimum buy back price for the compactor after 5 years or 7,500 hours of use. Two companies responded to our solicitation and I have attached a copy of the bid sheets so you can see the details. While Aljon Manufacturing, LLC. Submitted the lowest bid, we are recommending award of contract to Peterson Machinery Company. We believe that the Aljon Manufacturing bid does not meet the bid requirements, or specifications for the following reasons. 1. While Aljon submitted a Guaranteed Minimum Repurchase quote, the bid has attached "Policies and Conditions for Guaranteed Repurchase". This requires the County to agree to 17 conditions which must be met in order to receive the quoted repurchase price. At least one of the conditions is based on Aljon's sole opinion. Since it is unknown how the conditions would impact the repurchase price, the quoted price in the bid is meaningless and prevents a fair and equitable comparison between the two bids. In addition, Paragraph 15(e) of the information for bidders states: "A proposal containing modifications, deletions, exceptions or reservations which in any way conflict with or purport to alter any substantive provision contained in the bid documents, will not be considered". and Paragraph 15(0 states: "A conditional bid will not be considered". Peterson Machinery Company has no conditions required in their repurchase quote. Quality Services Performed with Pride 2. The specifications for the compactor call for the drive system to be mechanically driven with a planetary type power shift transmission and limited or no slip front and rear differentials. The Aljon compactor uses a hydrostatic type drive system. This is a significant departure from the specifications. It is my understanding that use of a hydrostatic drive system is less costly to design and incorporate into a compactor however, our research shows that such drive systems can be 15-20% less efficient than the mechanically driven system. Our records show that we burn between 13 and 15 gallons of fuel per hour in our current mechanically driven compactor. Discussions with personnel at the Boardman landfill which uses the Aljon hydrostatic driven compacter indicates that they burn 20 gallons of fuel per hour. Over the expected life of the compactor (10,000) hours, this difference in fuel consumption would result in $169,000 in additional costs at the current price of fuel. The higher costs due to fuel consumption negate the price advantage of the hydrostatic drive system. It should be noted that language in our solicitation provided details of provisions in Oregon statute that included timelines and requirements for prospective bidders to challenge any of the terms of the solicitation or specifications if they felt anything was in error, or overly restrictive. No protest or challenge was filed within those limitations. We believe that the bid submitted by Aljon Manufacturing LLC. Is non-responsive due to the conditions included in their bid and deviation from the specifications. We recommend signature of Intent to Award Contract to Peterson Machinery Company. 'a a 7 a Z +smu w o z u o a w d 3 D V1 'a Ce, C J tC O O • O u N • 7• 1- .3 M3 0 2 i 16c • d m � 0 0 ▪ m Z 0 J CATERPILLAR Unit Price $ 764,427.00 0 0 O O O kD' ,:r V* $ 718,427.00' 0 0 N m r -i fes. Kt V! 0 0 0 Ln cr Tt- 00 N V} 00'vt',t$b$ Description Steel Wheel Compactor Trade-in Total Bid Repair Expense Guranteed "Minimum Purchase" Total Cost Bid E One (1) Year or 1500 Hours N In vr in lD Unit Price $887,324.00 o 0 O O $841,324.00 o 0 o 0 O 0 O O $696,324.00 Description Steel Wheel Compactor c CU 1 Total Bid Repair Expense Guranteed "Minimum Purchase" Total Cost Bid E N m •7 Lin LO GUARANTEED UNIT PRORATED REPURCHASE PRICE: 2 0 J CATERPILLAR $432,850.00 0 0 0 ul n Lr1 cn m $358,650.001 00.OSS`TZ£$ $284,450.00 One (1) Year or 1500 Hours Two (2) Years or 3000 Hours Three (3) Years or 4500 Hours Four (4) Years or 6000 Hours Five (5) Years or 7500 Hours 0 0 O o 0 0 0 V) 0 0 O O 0 dam' l/ 0 0 O 00 0Cr)O i!} 0 0 0 O V► 0 0 O N V} One (1) Year or 1500 Hours Two (2) Years or 3000 Hours LThree (3) Years or 4500 Hours Four (4) Years or 6000 Hours Five (5) Years or 7500 Hours 0 �n 0 v d Deschutes County Department of Solid Waste 0 -1 -ES Board of Count Commissioners July 13, 2011 1300 NW Wall St, Suite 200 • Bend, OR 97701-1960 (541 ) 38B-6570 • Fax (541) 385-3202 www.co.deschutes.or.us board@co.deschutes.or.us Tammy Baney Anthony DeBone Alan Unger Sent via facsimile (541) 548-8591 / (5 pgs) & First Class Mail RE: Project — Manufacture and Delivery of One (1) New and Unused Current Modei 122,000 LB. Steel Wheel Compactor NOTICE OF INTENT TO AWARD CONTRACT On Wednesday, July 13, 2011, the Board of County Commissioners of Deschutes County, Oregon, considered proposals for the above -referenced project. The Board of County Commissioners determined that the successful proposer for the project was Peterson Machinery Company of Redmond, OR. This Notice of intent to Award Contract is issued pursuant to Oregon Administrative Rule (OAR) 137-030-0104. A copy of this Notice is being provided to each firm or person that submitted a proposal for the project. Any firm or person who believes that they are adversely affected or aggrieved by the intended award of contract set forth in this Notice may submit a written protest within seven (7) calendar days after the issuance of this Notice of Intent to Award Contract to the Board of County Commissioners of Deschutes County, Oregon, at the above address. The seven (7) calendar day protest period will expire at 5:00 PM on Wednesday, July 20, 2011. Enhancing the Lives of Citizens by Delivering Quality Services in a Cost -Effective Manner Peterson Machinery Company. July 13, 2011 Page 2 Any protest must be in writing and specify any grounds upon which the protest is based. A copy of OAR 137-030-0104 is attached to this Notice. If a protest is filed, a hearing will be held at 10:00 a.m. on Wednesday, July 27, 2011 before the Board of County Commissioners of Deschutes County Oregon, acting as the Contract Review Board, in the Deschutes Services Building, 1300 NW Wall Street, Bend, Oregon 97701. If no protest is filed within the protest period, this Notice of Intent to Award Contract becomes an Award of Contract without further action by the Board of County Commissioners unless the Board, for good cause, rescinds this Notice before the expiration of the protest period. The successful proposer on a Deschutes County project is required to execute four (4) copies of the Contract, which will be provided when the contract is negotiated. In addition to the execution of Contract, the contractor will be required to provide a certificate of insurance. All contract copies will need to be returned to the County for execution. After all parties have signed the contract, a copy of the contract will be forwarded to you along with a notice to proceed. If you have any questions regarding this Notice of Intent to Award Contract, or the procedures under which the County is proceeding, please contact Deschutes County Legal Counsel Bend, OR 97701, telephone (541) 388-6625 or FAX (541) 383-0496. Sincerely, BOARD OF COUNTY COMMISSIONERS DESCHUTES COUNTY, OREGON Tammy Baney, Chair Enclosures: OAR 137-303-0104 cc w/enc: Transmitted by Facsimile and First Class Mail on Wednesday, July 13, 2011 to all Proposers (5 pages) See attached List The Oregon Administrative Rules DEPARTMENT OF JUSTICE DIVISION 30 PUBLIC BIDDING 137-030-0104 Protest of Contractor Selection, Contract Award (1) Purpose. An adversely affected or aggrieved Offeror (1) Purpose. An adversely affected or aggrieved Offeror must exhaust all avenues of administrative review and relief before seeking judicial review of the Agency's Contractor selection or Contract award decision. (2) Notice of Competitive Range. Unless otherwise provided in the RFP, the Agency shall provide Written notice to all Proposers of the Agency's determination of the Proposers included in the Competitive Range. The Agency's notice of the Proposers included in the Competitive Range shall not be final until the later of the following: (a) 10 Days after the date of the notice, unless otherwise provided therein; or (b) Until the Agency provides a Written response to all timely -filed protests that denies the protest and affirms the notice of the Proposers included in the Competitive Range. (3) Notice of Intent to Award. Unless otherwise provided in the Solicitation Document, the Agency shall provide Written notice to all Offerors of the Agency's intent to award the Contract. The Agency's award shall not be final until the later of the following: (a) 14 Days after the date of the notice, unless the Solicitation Document provided a different period for protest; or (b) The Agency provides a Written response to all timely -filed protests that denies the protest and affirms the award. (4) Right to Protest Award. (a) An adversely affected or aggrieved Offeror may submit to the Agency a Written protest of the Agency's intent to award within 14 Days after issuance of the notice of intent to award the Contract, unless a different protest period is provided under the Solicitation Document. (b) The Offeror's protest shall be in Writing and must specify the grounds upon which the protest is based. (c) An Offeror is adversely affected or aggrieved only if the Offeror is eligible for award of the Contract as the Responsible Bidder submitting the lowest Responsive Bid or the Responsible Proposer submitting the best Responsive Proposal and is next in line for award, i.e., the protesting Offeror must claim that all lower Bidders or higher -scored Proposers are ineligible for award: (A) Because their Offers were nonresponsive or (B) The Agency committed a substantial violation of a provision in the Solicitation Document or of an applicable procurement statute or administrative rule, and the protesting Offeror was unfairly evaluated and would have, but for such substantial violation, been the Responsible Bidder offering the lowest Bid or the Responsible Proposer offering the highest -ranked Proposal. (d) The Agency shall not consider a protest submitted after the time period established in this rule or such different period as may be provided in the Solicitation Document. (5) Right to Protest Competitive Range. (a) An adversely affected or aggrieved Proposer may submit to the Agency a Written protest of the Agency's decision to exclude the Proposer from the Competitive Range within 14 Days after issuance of the notice of the Competitive Range, unless a different protest period is provided under the Solicitation Document. (b) The Proposer's protest shall be in Writing and must specify the grounds upon which the protest is based. (c) A Proposer is adversely affected only if the Proposer is responsible and submitted a Responsive Proposal and is eligible for inclusion in the Competitive Range i.e., the protesting Proposer must claim it is eligible for inclusion in the Competitive Range if all ineligible higher - scoring Proposers are removed from consideration, and that those ineligible Proposers are ineligible for inclusion in the Competitive Range because: (A) Their Proposals were not responsive, or (B) The Agency committed a substantial violation of a provision in the RFP or of an applicable procurement statute or administrative rule, and the protesting Proposer was unfairly evaluated and would have, but for such substantial violation, been included in the Competitive Range. (d) The Agency shall not consider a protest submitted after the time period established in this rule or such different period as may be provided in the Solicitation Document. A Proposer may not protest an Agency's decision to not increase the Competitive Range above the Competitive Range set forth in the RFP. (6) Authority to Resolve Protests. The head of the Agency, or such person's designee, has the authority to settle or resolve a Written protest submitted in accordance with the requirements of this rule. (7) Decision. If a protest is not settled, the head of the Agency, or such person's designee, shall promptly issue a Written decision on the protest. Judicial review of this decision will be available if provided by statute. (8) Award. The successful Offeror shall promptly execute the Contract after the award is final. The Agency shall execute the Contract only after it has obtained all applicable required documents and approvals. Stat. Auth.: ORS 279.049 Stats. Implemented: ORS 279.029, ORS 279.031 & ORS 279.067 Hist.: JD 6-1990, f. & cert. ef. 7-23-90; JD 1-1995, f. & cert. ef. I-9-95; DOJ 7-1998, f. & cert. ef. 10-6-98; DOJ 6-1999(Temp), f. & cert. ef. 10-22-99 thru 12-31-99; DOJ 11-1999, f. 12-30- 99, cert. ef. 1-1-00; DOJ 1-2001, f. & cert. ef. 1-17-01 PROPOSERS' LIST FOR Manufacture and Delivery of One (1) New and Unused Current Model 122,000 LB. Steel Wheel Compactor Peterson Machinery Company 3635 SW Airport Way Redmond, OR 97756 Attn: Miles Johnson Ph: 541-548-8566 Fax: 541-548-8591 Mon Manufacturing LLC. 15075 Al-jon Avenue Ottumwa, IA 52501 Attn: Denise Stottlemyre Ph: (888) 255-6681 Fax: (641)682-6294