Loading...
HomeMy Public PortalAbout08) 7E Award Purchase of a Replacement Wheel Loader to Coastline Equipment CompanyDATE : TO: FROM: PARKS AND RECREATION DEPARTMENT MEMORANDUM Febr uary 18, 2020 The Honorabl e City Cou nc il Bryan Cook , City Manager By : Adam Matsumoto , Director of Parks and Recreation Steve Lawson , Parks & Recreation Manager AGENDA ITEM ?.E. SUBJECT: AWARD PURCHASE OF A REPLACEMENT WHEEL LOADER TO COASTLINE EQUIPMENT COMPANY RECOMMENDATION: The City Council is requested to award th e purchase of a replacement wheel loader to Coastlin e Equipme nt Company in the amount of $170,495.98. BACKGROUND: 1. On November 19 , 2019 , the City Council authorized the release of a Request for Quotes (RFQ) for the purchase of a John Deere 344L Four Wheel Dr ive Loader (John Deere Loader) and the use of Lighting and Landscape District Funds and General Fund Reserves to purc hase said loader. 2 . On November 20 , 2019 , the City released a Request for Quotations (RFQ) for the purchase of the John Deere Loader. The RFQ was sent directly to three local John Deere dealers; posted on the City's website ; and published in th e Temple City Tribune on November 21 , 2019 . Four bids were received by the December 20 , 2019 due date. ANALYSIS : Since 2007 , the Public Works , Park Maintenance and Urban Forestry Div isions have utilized a JCB 214-LL loader on a dai ly basis for various tasks , including cleaning trash stalls from street sweeping ; tree and stump removals ; transporting street materials ; special projects ; and general emergencies . The loader was recently serviced and several mechanical issues totaling nearly $20 ,000 , were identified. Given the age of the loader and volume of use it ha s experienced , staff recommended purchasing a new John Deere Loader rather than investing $20 ,000 into a 12-year old loader that is not reliable . To that end , on Nove mb er 19 , 2019 , th e Ci ty Council auth orized the release of a RFQ for City Council February 18 , 2020 Page 2 of 3 the purchase of a new John Deere Loader. The RFQ was sent directly to three local John Deere dealers ; posted on the City 's website ; and published in the Temple City Tribune on November 21 , 2019 . The following four bids were rec eived by the De ce mb er 20 , 2019 , due date ("Attachment A "): VENDOR LOCATION MAKE/MODEL BID AMOUNT Volvo Construction Equipm ent & Services Corona , CA Volvo L4 5 H $151 ,071 .68 Sonsray Mach inery , LLC Santa Fe Springs , CA CASE 521G $164 ,639.57 Coast line Equipment Company Long Bea ch, CA J ohn Deere 344L $170,495.98 Quinn Company City of Industry, CA CAT 910M $174 ,595.50 Since the initial low bidder, Volvo Construction Equipment & Services , spe c ified a Volvo L45H loader (Volvo) and not the RFQ-spe c ifie d John Deere Loader, the C ity of Temple City 's RFQ Evaluation Team (Steve Lawson , Parks & Recreation Manager; Abel Andrade , Maintenance Leadworker ; and Roger Cardenas , Tree Trimme r Leadworker) conducted an extensive review and comparison between the Volvo and John Deere Loaders' specifications to ensure the Volvo was an "approved equal." After doing so , the RFQ Evaluation Team determined the Volvo was not "an approved equal ", specifically because its top speed is only 19 MPH , while the John Deere Loader's top speed is 24 .9 MPH . The nearly 6 MPH diffe re nce (25% reduction) is a major concern since both the Public Works , Park Maintenance and Urban Forestry Crews drive the loader on city streets on a daily basis and a top speed of only 19 MPH may impede traffic and make it difficult for the crews to safely and efficiently travel to/from job sites . By deem ing the Volvo "not an approved e qual ", the next low bidder was Sonsray Machinery, LLC , who specified a CASE 521G loader (CASE). Subsequently, the RFQ Evaluation Team conducted an extensive review and comparison between the CASE and John Deere Loade rs' specifications to ensure the CASE was an "approved equal." After doing so , the RFQ Evaluation Team determined the CASE was not "an approved equal", specifically because its top speed is only 22 .3 MPH , wh i le the John Deere Loader's top speed is 24.9 MPH . There 's nearly a 3 MPH difference (1 0% reduction), wh ich much like the Vo lvo , presents a safety concern for our crews given th eir daily usage . Upon deem ing the CASE "not an approved equal ", the next low bidder is Coastline Equipment Company, who specifie d the John Deere Loader . The RFQ Evaluation Team reviewed their submittal ("Atta c hment B") and are recommending award of purchase . Delivery is anticipated 30-60 days after ordering . CITY STRATEGIC GOALS : The purchase of the John Deere Loader wil l further the City 's Strategic Goals of Good Governance and Public Health and Safety. -------------------·-- City Council February 18 , 2020 Page 3 of 3 FISCAL IMPACT: The cost for the purchase of the John Deere Loader is $170,495 .98. Appropriations of $122 ,500 from Lighting and Landscaping District ReseNes (Fund 47) and $47 ,995 .98 from General Fund ReseNes (Fund 01) are requested to fund the purchase . ATTACHMENTS : A. Bid Results B. Quote Summary -Coastline Equipment Company " CITY OF T EMPLE CITY RFQ FOR WHEEL LOADER BID RE SULTS C ompany City Volvo Construction Equipment & Services Sonsray Machinery, LLC Corona Santa Fe Springs Long Beach Coastline Equipment Company Quinn Company City of Industry 12-20-19 Bid Amount $ 151 ,071 .68 $ 164,639 .57 $ 170,495.98 $ 174,595 .50 ATTACHMENT A ATTACHMENT B BID FORM Bidder hereby certifies to the City that all representations, certifications, and statements made by Bidder, as set forth in this Bid Form and attachments are true and correct and are made under penalty of perjury pursuant to the laws of California. Quote -Wheel Loader COMPANY NAME Bragg Investment Co., Inc DBA Coastline Equipment Company COMPANY ADDRESS CITY STATE ZIP 6188 N PARAMOUNT BLVD LONG BEACH CA 90805 NAME OF AUTHORIZED REPRESENTATIVE Dennis Ferguson REP . E-MAIL dennis. ferg uson@braggcrane.com TELEPHONE# 562-272-7 400 Type of Entity I Organizational Structure (check one): lXI Corporation D Joint Venture D Limited Liability Partnership D Partnership D Limited Liability Corporation D Other: _____________ _ TITLE Chier Financial Officer/ Treasurer FAX# 562-272-7 444 1. Bidder agrees to provide all work as requ i red and made necessary by the RFQ for the sum of One hundred seventy thousand four hundred ninety five dollars and ninety eight cents dollars ($170 495.98 ). An itemized breakdown is as follows: Item Descri on Unit Qty. Unit Cost Extended Cost 1 John Deere 344L Four Wheel Drive Loader (as specified) SALES TAX DELIVERY I FREIGHT Each OTHER (SPECIFY): POl -Pre Delive GRAND TOTAL COST 1 ction $ 149,850.21 $ 149,850.21 $ 14,235.77 $ 4 ,270.00 $ 2,140 .00 $ 170,495.98 *Attach to this form the factory brochure(s) for the vehicle identified in the table above. 10 City of Temple City RFQ for Wheel Loader 2. Please indicate any elements of the scope of work that cannot be met by your company: NONE 3. Have you included in your proposal all informational items DO YES 0 NO and forms as requ ested? If you answered "NO," please explain: 4 . Addenda Bidder acknowledges receipt of Addenda identified as : NJA 5. Rejection or Acceptan ce of Bids This offer shall remain firm for 90 days from RFQ Due Date . Terms and conditions set forth in this RFQ apply to this quote . The undersigned agrees that the City of Temple City reserves the right to reject any or all bids and reserves the right to waive informalities in a bid or bids not affected by law, if to do so seems to best serve the public interest. Dennis Ferguson Print Name of Representative Bragg Investme nt Co., Inc DBA Coastline Equipment Company ~l.x:CT;'--+-!t..._'£_~(;_-4--.q,___ _______ _ Company Name Date ~ End of Bid Form 11 City of Temple City RFQ for Wheel Loader ~-- BIDDER INFORMATION AND ACCEPTANCE FORM 1. The undersigned declares that the Bid Documents, including, without limitation, the RFQ and Addenda (i~ applicable) have been read. 2. The undersigned is authorized, offers, and agrees to furnish the articles and/or services specified in accordance with the Specifications , Terms & Conditions of the Bid Documents of this RFQ . 3. The undersigned acknowledges receipt and acceptance of any and all addenda. 4 . The undersigned acknowledges tha t Bidder will be in good standing in the State of California, with all th e necessary li ce nses, permits, certifications, approvals, and authorizations necessary to perform all obligations in connection with this RFQ and associated Bid Documents . 5. It is the responsibility of each bidder to be familiar with all of the specifications, terms and conditions . By the submission of a Bid, the Bidder certifies that if awarded a contract or purchase order they will make no claim against the City bas ed upon ignorance of conditions or misunderstanding of the specifications . 6 . Patent indemnity: Vendors who do business with the City shall hold the City, its officers, agents and employees and volunteers, harmless from liability of any nature or kind, including cost and expenses, for infring ement or use of any patent, copyright or other proprietary right , secret process , patented or unpatented invention, article or appliance furnished or used in connection with the contract or purchase order. Dennis Ferguson ~. Print Name of Representative Bragg Inves tm ent Co., In c DBA Coastline Equipme nt Company Company Name Date End of Bidder Information a nd Acceptance Form 9 City of Temple City RFQ f or Wheel Loader EXCEPTIONS TO THE SPECIFICATIONS Exceptions to the sp ecifications of any p roposal stated here in shall be fully desc ribed in writing by the proposer in the space provided below: NO NE End of Exceptions to the Sp ecffication s 12 City of Temple City RFQ for Wh eel Loader