Loading...
HomeMy WebLinkAboutAgenda Report - June 19, 2019 C-06AGENDA ITEM Crrv or Lonr CouNcrl, ConnMUNrcATroN TM AGENDA TITLE:Adopt Resolution Authorizing City Manager to Waive the Bid Process and Purchase One John Deere 31OSL HL Backhoe Loader, from Pape Machinery, lnc., of Eugene, Oregon, Utilizing the Competitively Bid Sourcewell Contract No. 032515-JDC (9119,741) MEETING DATE: June 19, 2019 PREPARED BY: Public Works Director RECOMMENDED AGTION: Adopt resolution authorizing City Manager to waive the bid process f ü:1f i:'ff ï.",T"'".1i"3:,"8,iJi,ìil;li;îË1[":Jii1iä'J!il.',."* Sourcewell Contract No. 032515-JDC, in the amount of $1 1 9,741. BAGKGROUND INFORMATION: The Public Works Department, Municipal Utilities Services currently utilizes two backhoe loaders for water and wastewater infrastructure maintenance and repair. The Water Division primarily uses a 1996 John Deere 310D backhoe loader unit No. 04-027 (Exhibit A). This backhoe has reached its useful life expectancy for this type of heavy-duty equipment. After 23 years in service, this backhoe loader no longer functions with the precision and smoothness of modern equipment resulting in less efficient and less safe operations. The backhoe has far exceeded the City's utilization guidelines for first-line service life (seven years) and its reserve period/secondary use service life (eight years). The total repair costs for unit No. 04-027 is now at $37,974.67 (Exhibit B). As of May 31, 2019, unit No. 04- O27 had an hour reading of 3,260. Staff recommends replacement of unit No. 04-027 with a new John Deere 31OSL HL backhoe loader. ln addition to the backhoe loader and standard24-inch bucket, the purchase price includes a 12-inch bucket, 18-inch bucket, and 60-inch pallet fork attachment. The 12-inch and 18-inch wide buckets are necessary to allow the backhoe to operate in locations where minimal clearance is available for digging. The forklift attachment allows additional functionality at the jobsite. Per Lodi Municipal Code Section 3.20.045, State and Local Agency Contracts, the bidding process may be waived when it is advantageous for the City, with appropriate approval by the City Manager and City Council, to use contracts that have been awarded by other California public agencies, provided that its award was in compliance with their formally-adopted bidding or negotiation procedures. Staff recommends authorizing City Manager to waive the bid process and purchase one John Deere 31OSL HL backhoe loader, from Pape Machinery, lnc., of Eugene, Oregon, utilizing the competitively bid Sourcewell Contract No.03251S-JDC, in the amount of $119,741. c-b APPROVED 'ffi Stephen SchWãbEfúer, City Manager R:\GROUP\ADMIN\Council\201 9\061 9201 g\Sourcewell\CC_Pape lnc_AR.doc 6t11t2019 Adopt Resolution Authorizing City Manager to Wa¡ve the B¡d Process and Purchase One John Deere 310S1 HL Backhoe Loader, from Pape Machinery, lnc., of Eugene Oregon, Utilizing the Compet¡tively Bid Sourcewell Contract No. 032515-JDC ($1f 9,741) June 19, 2019 Page2 FISCAL IMPACT:The addition will provide utility staff a safer and more efficient platform for maintaining the City's water infrastructure. This purchase does not impact the General Fund. FUNDING AVAILABLE: Water Capital (56199000 .77040) - $120,000 Andrew Keys Deputy City Manager/lnternal Services Director Charles E. Swim ,Jr Public Works Director Prepared by Andrew Richle, Utilities Superintendent CES/AR/tw Attachments R:\GROUP\ADMIN\Council\201 9\061 9201 9\Sourcewell\CC_Pape lnc_AR.doc 61412019 Offer Expires:30 June 2019 Confidential 19293371Quote Id: Prepared For: CITY OF LODI Prepared By:BRIAN HEAVEY Pape Machinery, Inc. 8621 S El Dorado Street French Camp,CA 95231 Tel: 209-983-8122 Mobile Phone: 209-247-5317 Fax: 209-983-1105 Email:bheavey@papemachinery.com Salesperson : X ______________Accepted By : X ______________ Confidential Quote Summary Prepared For: CITY OF LODI 1331 S Ham Ln Lodi, CA 95242 Business: 209-333-6740 Prepared By: BRIAN HEAVEY Pape Machinery, Inc. 8621 S El Dorado Street French Camp, CA 95231 Phone: 209-983-8122 Mobile: 209-247-5317 bheavey@papemachinery.com Quote Id:19293371 Expiration Date:30 June 2019 Equipment Summary Selling Price Qty Extended JOHN DEERE 310SL HL BACKHOE LOADER $ 110,608.44 X 1 =$ 110,608.44 Extended Warranty Extended Warranty, 310HL, Power Train And Hydraulics, 3000 Total Hours or 36 Total Months, $0 Deductible Sub Total $ 110,608.44 Equipment Total $ 110,608.44 Quote Summary Equipment Total $ 110,608.44 CA Tire Recycling Fee $ 7.00 Doc Fee $ 0.00 Federal Excise Tax $ 0.00 Licensing Fee $ 0.00 Rental Services Fee $ 0.00 SubTotal $ 110,615.44 Sales Tax - (8.25%)$ 9,125.20 Total $ 119,740.64 Down Payment (0.00) Rental Applied (0.00) Balance Due $ 119,740.64 Selling Equipment Quote Id: 19293371 Customer:CITY OF LODI Confidential JOHN DEERE 310SL HL BACKHOE LOADER Equipment Notes:SourceWell Contract # 032515-JDC Hours: Stock Number: Code Description Qty 0A80T 310SL HL BACKHOE LOADER 1 Standard Options - Per Unit 170C JDLink Ultimate Cellular - 5 Years 1 1065 John Deere PowerTech Plus 4.5L (276 Cu. In.) Engine Meets Final Tier 4 and Stage IV Emissions 1 2035 Cab 1 2401 English Decals with English Operator and Safety Manuals 1 3065 Mechanical Front Wheel Drive (MFWD) with Limited Slip Differential 1 4781 Firestone 19.5L - 24 In. 10 PR (R4) Tubeless Rear & 12.5/80 - 18 In. 12 PR Traction Front Sure Grip Lug Tires 1 5285 Pilot Controls, Two Lever, with Pattern Selection 1 5460 Rear Hydraulic Coupler for Pin-on Buckets 1 5656 24" (610 mm) Wide, Heavy-Duty, 7.5 Cu. Ft. (0.21 Cu. M.) Capacity Bucket 1 6020 Extendible Dipperstick 1 6220 Auxiliary Hydraulic with One Way Flow (Hammer) 1 7080 Three-Function Loader Hydraulics, Single Lever 1 7685 Wide Multipurpose Bucket 1 8475 1000 Lb. (454 kg) Front Counterweight 1 8685 Dual Maintenance Free Batteries With Disconnect and Jump Post 1 9045 Chrome Exhaust Extension 1 9110 Ride Control 1 9116 LED Light Package 1 9210 Left Side Console Storage with Cup Holders 1 9505 Full MFWD Driveshaft Guard 1 9515 Diagnostic Oil Sampling Ports 1 9905 Strobe Light with Magnetic Mount 1 9916 Radio, Bosch 1 9965 Seat, Cloth Air-Suspension 1 Selling Equipment Quote Id: 19293371 Customer:CITY OF LODI Confidential Dealer Attachments AT437338 BKH Pin-on Bucket 12 In. (305 mm) Heavy-Duty 3.3 Cu. Ft. (0.09 Cu. M.) 1 AT437340 BKH Pin-on Bucket 18 In. (457 mm) Heavy-Duty 5.1 Cu. Ft. (0.14 Cu. M.) 1 JD Extra set of bucket teeth with welded cutting edge for 24" bucket 1 Misc.Pallet forks, 60" long with 4 brackets, installed 1 JD Bucket pins for 12" and 18" buckets 1 Confidential Extended Warranty Proposal PowerGard™ Protection Plan Construction Date :May 28, 2019 Machine/Use Information Plan Description Price Manufacturer JOHN DEERE Plan Type:Extended Warranty Deductible:$ 0 Equipment Type Construction Coverage:Power Train And Hydraulics Quoted Price $ 0.00 Model 310HL Total Months:36 Country US Total Hours:3000 MFWD/Tracks N Scraper Use Extended Warranty is available only through authorized John Deere Dealers for John Deere Products,and may be purchased at any time before the product's Standard Warranty,or Extended Warranty expires. Customer Name - Please Print Customer Signature Extended Warranty Proposal Prepared for:I have been offered this extended warranty and I ACCEPT the Extended Warranty✔ I DECLINE the Extended Warranty If declined, I fully understand that any equipment listed above is not covered for customer expenses due to component failures beyond the original basic warranty period provided by John Deere. This is not a contract. For specific Extended Warranty coverage terms and conditions, please refer to the actual Extended Warranty contract for more information and the terms, conditions and limitations of the agreement. Note : What Extended Warranty is : The Extended Warranty Program is for the reimbursement on parts and labor for covered components that fail due to faulty material or original workmanship that occur beyond the John Deere Basic Warranty coverage period. The agreement is between Deere & Company and the owners of select John Deere Construction and Forestry equipment, who purchase the Extended Warranty Plans for the desired coverage as indicated in this proposal. What Extended Warranty is not : Extended Warranty is not insurance. It also does not cover routine maintainance or high wear items,or insurance- related risks/perils such as collision, overturn, vandalism, wind, fire, hail, etc. It does not cover loss of income during or after an equipment failure. See the actual product-specific Extended Warranty agreement for a complete listing of covered components, and limitations and conditions under the program. Features/Benefits: Extended Warranty includes the following features and benefits under the program : Pays for parts and labor costs incurred on failed covered components (less any applicable deductibles), Does not require pre-approval before repairs are made by the authorized John Deere dealership, Payments are reimbursed directly to the dealership with no prepayment required by the contract holder. 2-1700 E (3/11) Init. TERMS AND CONDITIONS OF SALE TERMS AND CONDITIONS OF SALE: Sales Orders are based on the terms and conditions stated herein. Unless otherwise provided on the face hereof, offers are good for acceptance for a period of 30 days from the date hereof. An order by the Buyer shall constitute an acceptance of the terms and conditions herein proposed. If, and only if, no offer of sale is issued by Seller, then the invoice shall be deemed: an acceptance of the Buyer's order; a written confirmation; and a final, complete, and exclusive written expression of the agreement between Seller and Buyer. Buyer is hereby notified that additional or different terms from those contained herein are objectionable. 1. Taxes. Buyer shall pay all local, state, and federal taxes arising from or related to any sale or lease to which this document relates, except for taxes upon or measured by net income of Seller. 2. Delivery. Stated or promised delivery dates are estimates only based upon Seller's best judgment and Seller shall not be responsible for deliveries later than promised regardless of the cause. Delivery periods are projected from the date of receipt of any order by Seller, but if equipment to be furnished by Seller is to be manufactured specifically to fill a particular order, delivery periods will be projected from the date of Seller's receipt of complete manufacturing information. If the furnishing of equipment on orders accepted by Seller is hindered or prevented by public authority or by the existence of war or other contingencies, including, but not limited to, shortage of materials, fires, labor difficulties, accidents, delays in manufacture or transportation, acts of God, embargoes, inability to ship, inability to insure against war risks or substantially increased prices or freight rates, or other causes beyond Seller's control, the obligation to fill or complete such orders shall be excused by Seller's option. 3. Transportation and Claims. Prices quoted are net F.O.B. point designated in writing by Seller. When no F.O.B. point is designated in writing by Seller, prices for new equipment shall be deemed to be net F.O.B. point of manufacture and prices for all other equipment shall be deemed to be F.O.B. Seller's place of business at which the order for the equipment is accepted. When transportation is allowed, the price charged will be adjusted to reflect the lowest transportation rates in effect at the time of shipment even though such rates may differ from those quoted by Seller. Seller's responsibility for the equip ment shall cease and all risk of loss shall become the Buyer's upon delivery of the equipment to the first carrier for shipment to the Buyer or his consignee, even though such delivery shall be made prior to the arrival of the equipment at the F.O.B. point designated, and any and all claims for shortages, deliveries, damages or non-delivery must be made by the Buyer or his consignee to the carrier. Seller shall in no event be responsible for shortages in shipments unless notice of such shortage is given in writing to Seller within 15 days after receipt of shipment. 4. Payment and Security. Buyer agrees to pay in full for the equipment at time of delivery. Buyer agrees to pay the late charge on any past due balance at the rate of 18% per annum. The signator warrants that he/she has authority to execute this order on behalf of any party for whom he/she signs, and that such party has the power to enter into this agreement and perform its terms. As security for all of Buyer's obligations to Seller, Buyer grants to Seller a security interest in the equipment and authorizes Seller to file all documents necessary to perfect Seller's security interest. The security interest granted hereunder is in addition to any other rights available to Seller, and Seller shall have all of the rights and remedies available to a secured party under the Uniform Commercial Code, all of which are cumulative. Throughout the duration of Seller's security interest. Buyer shall keep the equipment fully insured against theft and loss or damage by fire and other casualty as Seller may from time to time require in accordance with such terms as Seller may require. 5. Buyer to Furnish. Performance by Seller is subject to the Buyer furnishing a satisfactory credit rating certificate, letter of cre dit, evidence of financing, or any other similar papers necessary for the satisfactory completion of such order. 6. Laws Governing. All orders will be governed by the laws of the State of Oregon. 7. Assignment. The right to any monies due or to become due hereunder may be assigned by Seller, and Buyer, upon receiving notice of such assignment, shall make payment as directed. 8. Limitations of Warranties. If "NEW" warranty is indicated on the reverse side or if new equipment is purchased hereunder, all warranties are strictly given only by the manufacturer. Copies of manufacturer's warranty can be obtained from Seller. If "USED" warranty is indicated on the reverse side. Seller hereby warrants to Buyer that the equipment or components thereof designated on t he reverse side, shall be free under normal use and service from defects in material and workmanship for the period shown, commencing on the date of delivery. Buyer's exclusive remedy for breach of the limited warranty shall be the repair or replacement of the warranted equipment without charge to Buyer when returned at Buyer's expense to the Seller's facility where the equipment was purchased, with proof of purchase. Buyer must give notice of any warranty claim not later than 7 days after the expiration of the warranty period and must return the equipment to Seller for repair or replacement no later than 30 days after expiration of the warranty period. Any action against Seller for breach of the limited warranty must be commenced within one year after the date of delivery of the equipment. Seller's warranty does not extend to any defect, claim, or damage attributable to the failure to operate and/or maintain the equipment in accordance with the manufacturer's specifications, or due to the failure to operate or maintain the equipment in accordance with any recommendations of Seller. If "AS IS" is indicated on the reverse side, no warranty of any kind is being given and the equipment is being sold with all faults. THE WARRANTIES IN THIS PARAGRAPH AND ON THE REVERSE SIDE ARE THE EXCLUSIVE WARRANTIES GIVEN BY SELLER AND SUPERSEDE ANY PRIOR. CONTRARY, OR ADDITIONAL REPRESENTATIONS, WHETHER ORAL OR WRITTEN. SELLER HEREBY DISCLAIMS AND EXCLUDES ALL OTHER WARRANTIES, WHETHER EXPRESS, IMPLIED, OR STATUTORY, INCLUDING THE IMPLIED WARRANTIES OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE, AND ANY IMPLIED WARRANTIES OTHERWISE ARISING FROM COURSE OF DEALING OR USAGE OF TRADE. SELLER SHALL NOT BE LIABLE FOR ANY LOSS, INJURY, OR DAMAGE TO PERSONS OR PROPERTY RESULTING FROM THE FAILURE OR DEFECTIVE OPERATION OF THE EQUIPMENT; NOR WILL SELLER BE LIABLE FOR DIRECT, INDIRECT, SPECIAL, INCIDENTAL, OR CONSEQUENTIAL DAMAGES OF ANY KIND SUSTAINED FROM ANY CAUSE. This exclusion applies regardless of whether such damages are sought for breach of warranty, breach of contract, negligence, or strict liability in tort or under any other legal theory. 9. Rental Purchase Option. If rental purchase option (RPO) is granted in any addendum, the purchase price shall be tendered to Seller coincidentally with the exercise of the purchase option provided that Buyer is not then in default in performing all of the terms and conditions of lease with Seller. 10. Notice. This paragraph shall serve as notice that The Papé Group, Inc. has assigned its rights to sell its rental equipment (as may be described in this sales order) and its rights to sales proceeds (including "trade-in assets" related thereto) to North Star Deferred Exchange as part of an IRC Sec. 1031 exchange. 11. Attorneys Fees. In the event suit or action is instituted against Buyer on account of or in connection with or based upon the terms hereof, the Buyer agrees to pay, in addition to the costs and disbursements provided by law, such sum as the court may adjudge reasonable attorney's fees in both the trial and appellate courts, or in connection with any bankruptcy proceeding. 12. Entire Agreement. The foregoing and any addendum shall constitute the complete and exclusive agreement between the parties, and it is expressly understood and agreed that no promises, provisions, terms, warranties, conditions, guarantees, or obligations whatsoever, either expressed or implied, other than as herein set forth or provided for shall be binding on either party. Each party may transmit its signature by facsimile to the other party and such facsimile signatures shall have the same force and effect as an original signature.   Notice: When operated in California, any off-road diesel vehicle may be subject to the California Air Resources Board In-Use Off- road Diesel Vehicle Regulation. It therefore could be subject to retrofit or accelerated turnover requirements to reduce emissions of air pollutants. For more information, please visit the California Air Resources Board website at: http://www.arb.ca.gov/msprog/ordiesel/ordiesel.htm.     05/28/2019 City of Lodi Water / Wastewater Department 1331 S. Ham Lane Lodi, CA 95242 JOHN DEERE 310SL-HL BACKHOE LOADER SourceWell (NJPA) Contract # 032515-JDC CODE DESCRIPTION LIST PRICE 0A80T 310SL-HL BACKHOE LOADER $ 117,547.00 170C JDLink Ultimate Cellular - 5 Years In Base Price 2401 English Decals with English Operator and Safety Manuals In Base Price 3065 Mechanical Front Wheel Drive (MFWD) with Limited Slip Differential In Base Price 2035 Cab $ 12,889.00 8685 Dual Maintenance Free Batteries With Disconnect and Jump Post $ 529.00 6020 Extendible Dipperstick $ 8,141.00 6220 Auxiliary Hydraulic with One Way Flow (Hammer) $ 3,978.00 5285 Pilot Controls, Two Lever, with Pattern Selection $ 2,594.00 5460 Rear Hydraulic Coupler for Pin-on Buckets $ 7,317.00 5656 24" (610 mm) Wide, Heavy-Duty, 7.5 Cu. Ft. (0.21 Cu. M.) Capacity Bucket $ 1,333.00 7080 Three-Function Loader Hydraulics, Single Lever $ 3,181.00 8475 1000 Lb. (454 kg) Front Counterweight $ 1,337.00 1065 John Deere PowerTech Plus 4.5L Engine / Final Tier 4 / 110 HP $ 12,899.00 4781 Firestone 19.5L-24 In. 10 PR (R4) Tubeless Rear & 12.5/80 - 18 In. 12 PR Traction Front Sure Grip Lug Tires $ 604.00 7685 Multipurpose Bucket, 92” wide, 1.32 cu. yd. capacity $ 7,390.00 9210 Left Side Console Storage with Cup Holders $ 79.00 9916 Radio, Bosch $ 1,320.00 9965 Seat, Cloth Air-Suspension $ 490.00 9905 Strobe Light with Magnetic Mount $ 572.00 9116 LED Light Package $ 1,025.00 9515 Diagnostic Oil Sampling Ports $ 201.00 9505 Full MFWD Driveshaft Guard $ 417.00 9045 Exhaust Extension $ 173.00 9110 Ride Control $ 1,935.00 310SL 12" HD Bucket AT437338 (3.3 cu.ft.) $ 1,088.00 310SL 18” HD Bucket AT437340 (5.1 cu.ft.) $ 1,309.00 Standard Warranty: 12 months. Unlimited hours. 05/28/2019 JOHN DEERE 310SL-HL BACKHOE LOADER Configured List Price $ 188,348.00 Less 47% SourceWell Discount ($ 88,523.56) Sub-Total $ 99,824.44 Additional items: Inbound freight, pre-delivery inspection, delivery, and first service at 500 hours $ 7,158.00 Extra set of bucket teeth with welded cutting edge for 24” bucket No charge Pallet forks 60” with rod, brackets welded to loader bucket $ 2,570.00 Bucket pins for 12” and 18” buckets No charge Extended Warranty: 36 months / 3000 hours / PowerTrain + Hydraulics $ 1,056.00 SALES PRICE $ 110,608.44 Sales Tax (8.2500%) $ 9,125.20 CA Tire Fee $ 7.00 TOTAL SALES PRICE $ 119,740.64 Quote expires 6/30/2019 Brian Heavey Territory Manager Papé Machinery, Inc. 8621 S. El Dorado St. French Camp, CA 95231 Cell: (209) 247-5317 bheavey@papemachinery.com www.papemachinery.com RESOLUTION NO. 2019-97 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO WAIVE THE BID PROCESS AND PURCHASE ONE JOHN DEERE 31OSL HL BACKHOE LOADER FROM PAPE MACHINERY, INC., OF EUGENE, OREGON, UTI LIZING THE COMPETITIVELY-BI D SOURCEWELL CONTRACT NO. 03251 5-JDC WHEREAS, the Puþlic Works Department currently utilizes two backhoe loaders for water and wastewater infrastructure maintenance and repair; and WHEREAS, the current equipment has reached its useful life expectancy for this type of heavy-duty equipment; and WHEREAS, per Lodi Municipal Code 53.20.045, State and Local Agency Contracts, the bidding process may be waived when it is advantageous for the City, with appropriate approval by City Manager and City Council, to use contracts that have been awarded by other California public agencies, provided that their award was in compliance with their formally-adopted bidding or negotiation procedures; and WHEREAS, staff recommends authorizing the City Manager to waive the bid process and purchase one John Deere 31OSL HL backhoe loader, from Pape Machinery, lnc., of Eugene, Oregon, utilizing the competitively-bid Sourcewell Contract No.032515-JDC, in the amount of $1 1 9,741. NOW, THEREFORE, BE lT RESOLVED that the Lodi City Council does hereby authorize the City Manager to waive the bid process and purchase one John Deere 31OSL HL backhoe loader from Pape Machinery, lnc., of Eugene, Oregon, utilizing the competitively-bid Sourcewell Contract No. 032515-JDC, in the amount of $1 19,741. Dated: June 19,2019 I hereby certify that Resolution No. 2019-97 was passed and adopted by the City Council of the City of Lodi in a regular meeting held June 19,2019, by the following vote: AYES: COUNCIL MEMBERS - Johnson, Kuehne, Mounce, and Nakanishi NOES: COUNCIL MEMBERS - None ABSENT: COUNCIL MEMBERS - Mayor Chandler ABSTAIN: COUNCIL MEMBERS - None NNIFE 2019-97 City Clerk FERRAIOLO