Loading...
SR-04-08-2014-3ICity Council Meeting: April 8, 2014 Agenda Item: To: Mayor and City Council From: Martin Pastucha, Director of Public Works Subject: Purchase of Two Backhoe Loaders Recommended Action Staff recommends that the City Council award Bid #4116 to Quinn Company, a California -based company, in an amount not to exceed $245,801 for the purchase and delivery of two backhoe loaders. Executive Summary This purchase would replace one backhoe loader that has reached the end of its useful life and one backhoe loader that was severely damaged while in service. In October 2013, the City solicited bids for the purchase of one backhoe loader, with an option of purchasing additional units. After reviewing the five bids received, staff recommends Quinn Company as the best bidder for the purchase and delivery of two four - wheeled backhoe loaders in the amount of $245,801. Discussion The City replaces vehicles that have reached the end of their useful life or those damaged beyond repair through the vehicle replacement program. The two backhoe loaders to be replaced are used by the Public Works Department's Street Maintenance section. This purchase would replace one backhoe loader that has reached the end of its useful life and one backhoe loader that was severely damaged while in service. On June 18, 2013, a tree fell onto backhoe unit #16191 during the course of work on 20th Street, crushing the cab compartment and damaging most of the control and air conditioning assemblies. The City had originally requested bids for the replacement vehicle only, while staff evaluated whether to repair or replace the damaged unit. In the event the decision was made to replace the vehicle, staff requested the purchase of an additional vehicle in the bid. Staff evaluated the option of repairing the backhoe unit; however, this was dismissed based on the age of the vehicle, the type of repairs needed, and the cost of repairs. The purchase cost for the damaged backhoe would be 0 covered by the collected depreciation amount and the auction revenue, with the balance covered by insurance funds through Risk Management. The City would utilize the provision in the bid document to purchase an additional vehicle at the same price, terms, and conditions to replace the damaged unit along with the replacement unit. Vendor Selection In October 2013, the City published a Notice Inviting Bids to furnish and deliver one new and unused four - wheeled backhoe loader as required by the Fleet Management Division in accordance with City Specifications. The bid was posted on the City's on- line bidding site, and notices were advertised in the Santa Monica Daily Press in accordance with City Charter and Municipal Code provisions. Five bids were received and publicly opened on October 21, 2013 per attachment A. The bids were evaluated based on the criteria in SMMC 2.24.072, including price, availability to deliver, and product specifications. Quinn Company offered the Caterpillar brand 420F backhoe, which has the largest fuel tank size, the greatest bucket rotation at 205 degrees, with bucket and stick dig forces greater than other equipment offered. The bid from Quinn Company also included an option to purchase additional vehicles at the same price, terms, and conditions, if purchased before September 30, 2014. Once staff completed their evaluation of the damaged backhoe unit, it was determined that the purchase of a second backhoe unit would be necessary. Based on these criteria, Quinn Company is recommended as the best bidder to provide four - wheeled backhoe vehicles in accordance with City specifications. In addition to reviewing the product specifications, staff visited a local Quinn location to evaluate the proposed backhoe loader, 2014 Caterpillar 420F. The Caterpillar unit is equipped with many safety features including, windows around the entire cab for increased visibility, side windows that open which is essential for communication with other staff, and a back window that is easy to open in case an emergency exit is necessary. Additionally, the Caterpillar unit operates with one cylinder instead of two, providing a better line -of -sight to the bucket when it is in use. In terms of usability, the `A Caterpillar offers a larger cabin and greater ease of motion within the cab, providing levers at arm level rather than floor level. Financial Impacts & Budget Actions The purchase order amount to be awarded to Quinn Company is for an amount not to exceed $245,801. Funds are available in the FY 2013 -14 Capital Improvement Program budget in account 0540167.589200. Prepared by: Ryan Kraemer, Senior Administrative Analyst roved: �1 — Martin Pastu a Director of Public Works Attachments: A — Bid Summary 3 Forwarded to Council: Rod Gould City Manager Y. Z W S Q a E m v a v v a 3 0 s a r 0 h m c 0 9 � v r a c G LL O B. � � D o � c o v _ a o mm' 5W E e G� �Ua — i l4W E a V o a E 3 za v e9a a o.�x E" E @� - 0 'E s= i - 3 6 0 9 12 �� I c2 m ( ( \ \ \} t4! - I E . _- \`) � }( i!} \ \ }) \ \ \\ ) \ti\ _ §{ §) c 2: - id \ / / \ \/ ( ( k r ' - ^ / \ | \ z { - -: \/ °` )u! / \\ ! \\