city of tacoma
File #: RES-37636    Version: 1 Name: purchase
Type: Resolution Status: Adopted
File created: 10/28/2008 In control: City Council
On agenda: 10/28/2008 Final action: 10/28/2008
Title: Resolution No. 37636
Attachments: 1. RES-37636.pdf
Related files: RES39634
Date Ver.Action ByActionResultAction DetailsMeeting DetailsVideo
No records to display.
PUESOLUTIONNO. 37636 1 A RESOLUTION related to the purchase of materials, supplies or equipment, 2 and the furnishing of services; authorizing the appropriate City officials to enter into contracts and, where specified, waiving competitive bidding 3 requirements, authorizing sales of surplus property, or increasing or extending existing agreements. 4 5 WHEREAS the City has complied with all applicable laws governing the 6 acquisition of those supplies, and/or the procurement of those services, 7 inclusive of public works, set forth in the attached Exhibit "A," which Exhibit is 8 incorporated herein as though fully set forth, and 9 WHEREAS the Board of Contracts and Awards has reviewed the 10 proposals and bids received by the City, and the Board has made its 1 1 recommendation as set forth in Exhibit 'A" and 1 2 1 3 WHEREAS the Board of Contracts and Awards has also made its 1 4 recommendations as to entering into purchasing agreements with those 1 5 governmental entities identified in Exhibit "A"; Now, Therefore, 1 6 BE IT RESOLVED BY THE COUNCIL OF THE CITY OF TACOMA: 1 7 That the Council of the City of Tacoma does hereby concur in the 18 findings and recommendations of the Board of Contracts and Awards set forth 19 20 in the attached Exhibit 'A" and does hereby approve and authorize the: 21 (X) A. Procurement of those supplies, services, and public works 22 recommended for acceptance in the attached Exhibit "A"; 23 ( ) B. Rejection of those bids and/or proposals that are recommended 24 for rejection in the attached Exhibit "A"; 25 26 227 LEG 004 (11/89) C. Entry into the proposed purchasing agreement with those 2 governmental entities identified in the attached Exhibit "A," which proposed 3 agreement is on file in the office of the City Clerk; 4 ( x ) D. Waiver of competitive bidding procedures in those instances, as 5 set forth in Exhibit 'A" in which it is impracticable to obtain supplies or public 6 works improvements by competitive bid, or in those instances in which supplies 7 and/or public works are available from a single source. 8 OCT 2 8 2008 9 Adopted 10 1 2 Mayor Attest: 1 3 14 City Clerk 1 5 16 Approved form: 1 7 AssiKtant City Attorney 1 9 20 21 22 23 24 25 26 228 -2- LEG 004 (11/89) EXHIBIT "A" RESOLUTION NO.: 376 36 ITEMNO.: 1 Lama City of Tacoma MEETINGDATE: OCTOBER28,2008 Mmmmmm Public Works Department DATE: October 13, 2008 TO: Board of Contracts and Awards SUBJECT: Purchase of One (1) Front Loader Refuse Truck with Body Hoist Option Budgeted from PW Solid Waste Fund 4200 Specification No. PW08-0636F I 1 MM RECOMMENDATION: Public Works Solid Waste Management (SWM) reco ends that a, contract in the amount of $213,800.00, plus sales tax, be awarded to low bidder Solid Waste Systems, in Spokane, Washington, for the purchase of one (1) front loader refuse truck with body hoist. This will be a one (1) year contract with the option for two one-year rene .wals. EXPLANATION: This truck will allow for the expansion of the Commercial Cardboard Recycling Program in the City of Tacoma, help increase collection efficiency and reduce overtime for the Solid Waste Collector/Drivers. COMPETITIVE BIDDING: Specification No. PW08-0636F was opened September 9, 2008. Six (6) companies were invited to bid in addition to normal advertising. Each total bid includes the cost of the truck and body hoist. Bidder Location Total Bid (plus sales Solid Waste Systems Spokane, WA, S 213,800.00 Peterbilt/Amrep Seattle, WA $ 214,136.93 Peterbilt/New Way Seattle, WA $ 216,465.98 Freightliner/New Way Pacific, WA $ 228,146.75 Peterbilt/Pendpac Seattle, WA $ 231,012.31 Peterbilt/Heil Seattle, WA $ 233,141.96 Pre-Bid Estimate $ 250,000.00 The recommended award is approximately 14.5% below the pre-bid estimate. CONTRACT HISTORY: New contract. FUNDING: Funds for this are available in the PW Solid Waste Fund 4200. HUB/LEAP COMPLIANCE: N/A PROJECT COORDINATOR: Floyd Wilson, Solid Waste Fleet Manager, at 572-2408. Dan C. Thompson, Ph.D Interim Asst. P.W. Director/Environmental Services cc: Jim Wilkerson, Purchasing Analyst Percy Jones, HALO Peter Guzman, HALO Solid Waste Management/Sarah Quintana Solid Waste Management/Monica Tipton Revised 09/2006 C&Anewcontract.dot 747 Market Street, Room 408 1 Tacoma, Washington 98402-3 769 1 (253) 591-5525 1 Fax: (253) 591-5097 www.cityofLacoma.org 229 EXHIBIT "A" RESOLUTION NO.: 376 36 ITEM NO.: 2 Tacoma City of Tacoma MEETING DATE: OCTOBER 28, 2008 Public Works Department DATE: October 9, 2008 TO: Board of Contracts and Awards SUBJECT: Purchase of 180 Front-Load and 30 Rear-Load Metal Drop-Off Solid Waste Containers Budgeted from PW Solid Waste Operating Fund 4200 Specification No. PW08-0742F RECOMMENDATION: Public Works - Solid Waste Management (SWM) recommends that a contract in the aniount of $348,980.00 (not including sales tax) be awarded to low bidder Capital Industries, Inc., Seattle, WA, to purchase 180 front-load and 30 rear-load metal drop-off solid waste containers. This will be a one (1) year contract with the option for two (2) one-year renewals. EXPLANATION: These containers will be used to replace aging solid waste containers and replenish the existing stock. COMPETITIVEBIDDING: SpecificationNo.PW08-0742FwasopenedSeptember3O,2008. Three (3) companies were invited to bid in addition to normal advertising. Bidder Location Total Bid (not including sales tax) Capital Industries, Inc. Seattle, WA $348,980.00 Custom Manufacturing & Design LLC Ridgefield, WA $386,990.00 SteelForm, Inc. Phoenix, AZ $402,955.00 Pre-bid Estimate: $357,920.00 The recommended award is approximately 2.6 percent below the pre-bid estimate. CONTRACT HISTORY: New contract. FUNDING: Funds for this are available in the PW Solid Waste Operating Fund 4200. HUB/LEAP COMPLIANCE: N/A PROJECT COORDINATOR: Rick Coyne, Solid Waste Collection Supervisor, at 593-7707. Dan C. Thompson, Interim Asst. P.W. Director/Environinental Services cc: Jim Wilkerson, Purchasing Analyst Percy Jones/Peter Guzrnan, HALO Public Works Intem Sarah Quintana, Solid Waste Management Monica Tipton, Solid Waste Management Kenneth Tross, SWM Division Manager 747 Market Street, Room 408 1 Ibcoma, Washington 98402-3769 1 (253) 591-5525 1 Fax: (253) 591-5097 vvww.c1tyoftacoma.org 230 EXHMIT "A" RESOLUTION NO.: 3 7636 ITEMNO.: 3 Tacoma City of Tacoma MEETING DATE: OCTOBER 28, 2008 ZZZIIM@ Public Works Department DATE: October 8, 2008 TO: Board of Contracts and Awards SUBJECT: Waiver of Competitive Bidding Request - Sole Source G roundwater Extraction Well Rehabilitation at Tacoma Landfill Budgeted from PW Solid Waste Fund 4200 RECOMMENDATION: The Public Works Department Solid Waste Management Division requests a waiver of competitive procurement procedures and recommends that a contract in the amount of $150,000, plus sales tax, be awarded to Water Recovery Services, Inc. (WRS), Spokane, WA, for groundwater extraction well rehabilitation services. EXPLANATION: In 1991, the City executed a Consent Decree with the Environmental Protection Agency to clean up the Tacoma Landfill Superfund site. Under the Consent Decree, the City has an on-going obligation to operate and maintain a groundwater extraction system. This contract would compensate WRS for groundwater extraction well rehabilitation services which are essential to maintaining the groundwater extraction system. WRS is the sole source provider of the Aqua Freed (carbon dioxide freezing) extraction well rehabilitation method. This is an on-going project, with an estimated cost of $150,000 plus applicable taxes, for a three- year period. COMPETITIVE BIDDING: Waiver of competitive bidding requested due to sole source. WRS is the only company that provides this service in the state of Washington. WRS will provide extraction well rehabilitation services to Solid Waste Management on an as-needed basis. CONTRACT HISTORY: New contract. FUNDING: Funds for this are available in the PW Solid Waste Fund 4200. HUB/LEAP COMPLIANCE: Not applicable. PROJECT ENGINEERICOORDINATOR: Cal Taylor, Environmental Services, 593-771 1. V/@)rc, C.qz: Dan C. Thompson, Ph.D. Interim Asst. P. W. Director/Environmental Services (DCT:CDT:ksb) C&A Waiver cc: Jim Wilkerson, Purchasing Analyst Public Works Intern 747 Market Street, Room 408 1 Ibcoma, Washington 98402-3769 1 (253) 591-5525 1 Fax: (253) 591-5097 wwAtyoftacoma.org 23i EXHIBIT "X' RESOLUTIONNO.: 3 7636 ITEM NO.: 4 TaCoMa City of Tacoma MEETING DATE: OCTOBER 28, 2008 imembilm Mre Department DATE: October 6, 2008 TO: Board of Contracts and Awards SUBJECT: Waiver of Competitive Ridding Request - Sole Source AMENDMENT OF AGREEMENT WITH NORTHROP GRUMMAN INFORMATION TECHNOLOGY FOR EXPERT COMPUTER PROGRAMMING SERVICES FOR FIRE DEPARTMENT COMPUTER AIDED DISPATCH SYSTEM Budgeted from the Fire Special Revenue Fund 1090 RECOMMENDATION: The Tacoma Fire Department requests a waiver of competitive procurement procedures and recommends that an increase of $19,275 plus tax be authorized for the existing contract with Northrop Grumman Information Technology, Inc., Chantilly, Virginia, to a total contract amount of $179,585 plus tax for programming modifications to the Fire Departments Computer Aided Dispatch System (CADS). EXPLANATION: The proposed increase funds additional programming for enhancements to CADS. The CADS is a proprietary custom computer application. Northrop Grumman has licensed the use of the software to the City of Tacoma. Nor throp Grumman is the sole source manufacturer and software maintenance provider. COMPETITIVE BIDDING: Waiver of competitive bidding requested due to sole source. To ensure that any modifications performed to the application work correctly and appropriately with the existing software code and to ensure that any work done will work with any future product upgrades or improvements, the work must be performed by Northrop Grumman. CONTRACT HISTORY: A sole source contract in the amount of $160,31 0 plus tax was approved by the City Council in Resolution No. 37481, May 20, 2008. An emergency increase to the contract in the amount of $14,639 plus tax was approved by the City Manager September 4, 2008, in order to complete additional programming work prior to the October 1 project "Go-Live" date to begin dispatching units of Central Pierce Fire & Rescue. The Fire Department is now proposing this additional computer enhancement totaling $4,636 plus tax. This request authorizes both the emergency increase and further requested addition. The City's existing contract with Northrop Grumman w uld be increased to a new 0 total of $179,585 plus tax. FUNDING: Funds for the proposed increase are available in the 2007-2008 Fire Special Revenue Fund 1090 budget, Cost Center 668500, Cost Element 531 01 00. HUB/LEAP COMPLIANCE: Not applicable. PROJECT ENGINEERICOORDINATOR: Michael Fitzgerald, (253) 591-5157 RONALD W. STEPHENS Fire Chief RWS:MF:mw cc: Jayne McCartney, Finance/Purchasing Revi%J3ffiPCeUAVeRUC I Tacoma, WashingLon 98402-5699 1 (253) 591-5737 1 FAXC(@43P5093746 232 Resolution No. 3 7 6 36 OCT 2 8 2008 Adopted: Maker of Motion: MkNTVD Seconded: Voice Vote: MEMBERS AYES NAYS ABSTAIN ABSENT Ms. Anderson Mr. Fey Ms. Ladenburg Mr. Lonergan VI" Mr. Manthou ie@ Ms. Strickland Mr. Talbert Ms. Walker Mayor Baarsma Roll Call Vote: MEMBERS AYES NAYS ABSTAIN ABSENT Ms. Anderson Mr. Fey Ms. Ladenburg Mr. Lonergan Mr. Manthou Ms. Strickland Mr. Talbert Ms. Walker Mayor Baarsma i.Acttyc1kIcftyc1kVormsVesoL doc