|
Agenda Item
ASR
Control 25-000374 |
||
|
MEETING
DATE: |
05/20/25 |
|
|
legal entity taking action: |
Board
of Supervisors |
|
|
board of supervisors district(s): |
All
Districts |
|
|
SUBMITTING Agency/Department: |
OC
Waste & Recycling (Approved) |
|
|
Department contact person(s): |
Tom
Koutroulis (714) 834-4122 |
|
|
|
Julian
Sabri (714) 834-7080 |
|
Subject: Approve Contract for Heavy
Equipment Certified Powertrain Rebuilds
|
ceo CONCUR |
County Counsel Review |
Clerk of the Board |
||||||||
|
Concur |
Approved
Agreement to Form |
Discussion |
||||||||
|
|
|
3
Votes Board Majority |
||||||||
|
|
|
|
||||||||
|
Budgeted: Yes |
Current Year
Cost: $3,532,100 |
Annual Cost: N/A |
||||||||
|
|
|
|
||||||||
|
Staffing Impact: |
No |
# of Positions: |
Sole Source: N/A |
|||||||
|
Current Fiscal Year Revenue: N/A
|
||||||||||
|
Prior Board Action: 10/31/2023 #16 |
||||||||||
RECOMMENDED
ACTION(S):
|
1. |
Authorize the County Procurement Officer
or Deputized designee to execute the contract with Quinn Company for
certified powertrain rebuilds on heavy equipment, effective upon approval by
the Board of Supervisors and execution of all necessary signatures through
April 14, 2027, in the amount not to exceed $3,532,100. |
|
2. |
Pursuant to Contract Policy Manual
Section §3.3-113 authorize the County Procurement Officer or Deputized
designee to exercise a contingency contract cost increase, not to exceed a
total of 10 percent of the total Contract amount for the first year of the
contract, for the entire term of the Contract, within the scope of work set
forth in the Contract. The use of this
contingency contract cost increase is subject to approval requirements established
by the County Procurement Officer. |
|
3. |
Authorize the County Procurement Officer
or Deputized designee to make future ministerial or non-material changes to
the contract. |
SUMMARY:
Approval of the contract with Quinn
Company for certified powertrain and machine rebuilds on heavy equipment will
keep critical core equipment in optimal working condition and increase e
serviceable life ensuring continuous support of the daily solid waste disposal
operations at Orange County’s active landfills.
BACKGROUND
INFORMATION:
OC Waste & Recycling (OCWR) is
responsible for managing Orange County's (County) solid waste disposal system,
which consists of three active regional landfill operations, 20 closed solid
waste disposal sites and four household hazardous waste collection centers.
OCWR owns and operates a fleet of heavy equipment necessary to operate the
County's active landfills and maintain the County's closed disposal sites.
Within the heavy equipment fleet, core equipment is comprised of trash and dirt
dozers, compactors, scrapers, wheel loaders and wheel dozers. Core heavy equipment is directly involved in
the daily solid waste disposal at the County’s landfills. Due to the harsh unpredictability of the
trash environment, planned certified powertrain and machine rebuilds are
critical in protecting the County’s investment by extending the serviceable
life and reducing potential unplanned downtime.
On August 10, 2018, the County
Procurement Office issued a memo identifying Sourcewell as an approved
cooperative agreement for use by County agencies. Sourcewell issued cooperative
contract #011723-CAT with Caterpillar, Inc. (Sourcewell Contract), effective
May 24, 2023, through April 14, 2027.
Quinn Company is an authorized Caterpillar, Inc. (CAT) Dealer with the
authority to extend the terms, conditions and pricing of the Sourcewell
Contract. The powertrain rebuilds are available through Sourcewell and OCWR
proceeded to obtain quotes from Quinn Company for the rebuilds. Utilizing
Sourcewell provides discounted pricing and pre-negotiated terms and conditions,
with the ability to negotiate directly with the vendor and modify terms and
conditions as necessary to reduce risk to the County.
On October 31, 2023, the Board of
Supervisors (Board) approved Contract CT-299-24010110 for certified powertrain
rebuild services for OCWR’s heavy equipment fleet with a not-to-exceed amount
of $4,344,048.30. Under this existing contract, five trash dozers and three
compactors successfully received certified powertrain rebuilds to extend their
operational lifespan and ensure continued equipment reliability in support of
OCWR’s landfill operations.
Approval of the Contract with Quinn
Company for certified powertrain and machine rebuilds on heavy equipment will
keep critical core equipment in optimal working condition and increase the
serviceable life ensuring continuous support of the daily solid waste disposal
operations at Orange County’s active landfills.
OCWR is requesting approval of a 10
percent contingency contract cost increase in the event of unanticipated
additional work being required. The quotes provided by Quinn Company are for
standard certified powertrain and machine rebuild pricing. Not until parts are removed from the machines
and completely disassembled will mechanics be able to accurately assess the
parts to be replaced or salvaged and determine the required machining labor
necessary to complete the rebuilds. Allowing the use of a 10 percent
contingency of the contract amount will allow services to continue when issues
arise and expedite the rebuilds with as little impact on OCWR’s fleet as
possible. No increases to contract funds
will be allowed without detailed documentation, including itemized quotes for
additional work and justification by CAT certified mechanics. OCWR will
thoroughly review the documentation, validate, verify and authorize any
additional work in writing before any extra work commences.
The Orange County Preference Policy
(OCPP) is not applicable to this contract award as this contract is a
subordinate to the Sourcewell Cooperative Agreement.
The contractor’s performance has
been confirmed as satisfactory. OCWR has verified there are no concerns that
must be addressed with respect to contractor’s ownership/name, litigation
status or conflicts with County interests.
This Contract does not currently
include subcontractors or pass through to other contractors. See Attachment B
for Contract Summary Form.
CEQA
Compliance: The proposed action is Categorically Exempt
(Class 1) from the provisions of CEQA pursuant to Section 15301 of the CEQA
Guidelines, since Class 1 (Existing Facilities) provides for the exemption of
the operation, repair, maintenance, permitting, leasing, licensing or minor
alteration of existing public or private structures, facilities, mechanical
equipment, involving negligible or no expansion of use. The proposed action is
also Categorically Exempt (Class 2) from the provisions of CEQA pursuant to Section
15302 of the CEQA Guidelines, since Class 2 (Replacement or Reconstruction),
provides for the exemption of replacement or reconstruction of existing
structures and facilities on the same site which will have substantially the
same purpose and capacity as the structure replaced. The proposed action will
allow for the approval of a contract for repair and replacement of powertrains
for existing landfill heavy equipment, which will continue to operate at the
landfill sites, will be used for the same purpose and capacity as existing
equipment, and will involve negligible or no expansion of use, which is
consistent with a Class 1 and Class 2 Categorical Exemption determination. The existing Categorical Exemption continues
to be valid for the proposed action.
FINANCIAL
IMPACT:
Appropriations for this contract
are included in the FY 2024-25 Budget for OC Waste & Recycling Enterprise
Fund 299.
The proposed contract is contingent
upon funding availability. In the event funding is reduced or terminated, the
County may renegotiate the level of services and/or terminate the contract, as
necessary.
STAFFING
IMPACT:
N/A
ATTACHMENT(S):
Attachment
A – Contract CT-299-25010868 Quinn Company Powertrain Rebuilds
Attachment B – Contract Summary Form