HomeMy WebLinkAboutPR 19320: PB LOADER DUMP TRUCK FOR BTE BODY COMPANY Enemy
('itv qf
nrt rth r
texas
INTEROFFICE MEMORANDUM
PUBLIC WORKS DEPARTMENT-ADMINISTRATION DIV.
To: Brian McDougal, City Manager
From: Rawetts Baaheth, Sr., Interim Public Works Director
Date: February 24, 2016
RE: Proposed Resolution No. 19320
RECOMMENDATION
It is recommended that the City Council approve Proposed Resolution No. 19320 authorizing the
purchase of a PB Loader Dump Truck in the amount of$96,347.00 from BTE Body Company of Irving,
Texas under Buyboard Contract No. 424-13 for the Public Works Drainage Division.
BACKGROUND
The Public Works Department desires to purchase a PB Loader Dump Truck from BTE Body Company
of Irving, Texas through Buyboard Cooperative Purchasing Program for the Drainage and Streets
Division, funding through the Diesel Emissions Reduction Project Plan by the U.S. Environmental
Protection Agency(EPA)via Flint Hills Resources Port Arthur, LLC due to a settlement and enforcement
action.
BUDGET/FISCAL EFFECT
Funding available in account no. 625-1801-531.93-00, Project No. FH1601
STAFFING/EMPLOYEE EFFECT
None
SUMMARY
It is recommended that the City Council approve Proposed Resolution No. 19320 authorizing the
purchase of a PB Loader Dump Truck in the amount of$96,347.00 from BTE Body Company of Irving,
Texas under Buyboard Contract No. 424-13 for the Public Works Drainage Division.
"Remember we are here to serve the Citizens of Port Arthur"
P.R. 19320
02/24/16
RESOLUTION NO.
A RESOLUTION AUTHORIZING THE PURCHASE OF PB LOADER
DUMP TRUCK FROM BTE BODY COMPANY OF IRVING, TEXAS,
UNDER THE BUYBOARD CONTRACT NO. 424-13, FOR THE PUBLIC
WORKS DEPARTMENT DRAINAGE DIVISION IN THE AMOUNT OF
$96,347.00. FUNDING AVAILABLE IN ACCOUNT NUMBER 625-
1801-531.93-00, PROJECT NUMBER FH1601
WHEREAS, the Public Works Department is recommending that the City Council
authorize the purchase of a PB Loader Dump Truck from BTE Body Company of Irving,
Texas through Buyboard Cooperative Purchasing Program, for the Drainage Division;
and,
WHEREAS, funding will be provided through the mitigation project "City of Port
Arthur Diesel Emissions Reduction Project by the U. S. Environmental Protection Agency
via Flint Hills Resources (FHR) Port Arthur, LLC in connection with the consent decree
(settlement and enforcement action), Case 1:14-CV-00169-RC; United States of
America vs. Flint Hills Resources Port Arthur, LLC on behalf of the Clean Air Act; and,
WHEREAS, pursuant to Chapter 271, Subchapter D, of the Local Government
Code, a city may participate in cooperative purchasing programs established by the
State Facilities Commission for the purchase of goods at prices established through
purchase contracts of the Commission for the purchase contracts of the Commission;
and,
WHEREAS, per Resolution No. 02-341, the City of Port Arthur entered into an
interlocal agreement for cooperative purchasing with the Buyboard Cooperative
Purchasing Program; and,
P.R. 19320
Page 2
WHEREAS, BTE Body Company of Irving, Texas, is an approved vendor through
Buyboard Cooperative Purchasing Program; and
WHEREAS, the PB Loader Dump Truck shall be primarily used for collecting and
hauling soil and compost material when performing drainage maintenance; and,
WHEREAS, a copy of the contract pricing worksheet for the equipment is
attached as Exhibit "A"; now, therefore,
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR:
THAT, the facts and opinions in the preamble are true and correct; and,
THAT, the Public Works Department is hereby authorized and directed to
purchase a PB Loader Dump Truck from BTE Body Company of Irving, Texas through
the Buyboard Cooperative Purchasing Program in the amount of $96,347.00; and,
THAT, a copy of the caption of this Resolution be spread upon the Minutes of
the City Council.
READ, ADOPTED AND APPROVED this the day of , A.D. 2016 at a
meeting of the City of Port Arthur, Texas by the following vote: Ayes:
Mayor:
Councilmembers:
Noes:
Deloris "Bobbie" Prince
Mayor
P.R. 19320
Page 3
Attest:
Sherri Bellard
City Secretary
APPROVED AS TO FORM: APPROVED AS TO AVAILABILITY OF
FUNDS:
(16,(utk4.:,
Val- / is Tizens Clifton Williams, CPPB
City Attorney Acting Purchasing Manager
APPROVED FOR ADMINISTRATION:
//ass,44, 04,mJ27 2( A_
Brian McDougal Jerry Dale, CPA/CGFO 0'1110(9
City Manager Interim Director of Finance
,e
R. efts T. Baah- h, Sr.
Interim Public Works Director
EXHIBIT A
re
Number: 022416A
BUYBOARD CONTRACT 424-13 Line 27
FROM: TO:
BTE Body Company Clifton Williams
425 South Loop 12 City of Port Arthur
Irving, Texas 75060 444 Fourth Street
(972)554-0725 FAX(972)554-0194 Port Arthur, TX 77640
Delivery Ship Via F.O.B. Terms
180 Days ARO Best Way Fresno, CA UPON DELIVERY
Item Qty Part Number Descriptio n Unit Price Extended
1 1 L-100-CT PB Loader, 1 Cubic Yard Shovel, Clam Shell with $ 49,290.00
2 Tilting Action on Shovel. 3000 Lbs. Lifting Capacity.
3
4 Full Cab Shield-Standard Truck Chassis $ 4,313.00
5
6 10' Dump Body,6-8 Yards, 28"Sides. 3/16" Hi-Ten Floor& $ 52,940.00
7 Tailgate, 10 Ga Balance, Hoist, 277 Hot Shift PTO, Pump,
8 Tank, Valve, Controls, Mud Flaps, Steel Mud Guards, LED
9 Legal Lights, Installation&Match Cab Paint
10
11 ADDITIONAL TRADE DISCOUNT $ (10,000.00)
12
13
14 OPTION:
15 Bolt-on Carbide Blade add $ 1,719.00
16 Weld-on Caribide Blocks add $ 1,425.00
17 Remote Grease Bank add $ 1,204.00
18 Spring Tool Holder add $ 149.00
19 Pull Tarp-Mesh add $ 1,786.00
20 Tool Box-36" add $ 765.00
21 * Upgrade to Model L-150-CT PB Loader with
22 5000 Lbs Lifting Capacity add $ 14,033.00
23
24
25
26
27
28
29
30
31
32
33
34
Subtotal $ 96,543.00
Date: 2/24/2016 Buyboard Discount $ (3,196.00)
Freight $ 3,000.00
Prepared By: David Schoener Total $ 96,347.00
NOTE: Price does not include any FET,State or Local Taxes
TRUCK MOUNTED LOADER - SPECIFICATIONS
Model L-100-CT
General Loader:
It is the intent of these specifications to describe the "Load Over Cab" type,
hydraulically operated loader. The loader is suitable for mounting on a dump
truck of adequate G.V.W.R. and equipped with a dump body that has 78 inch
minimum inside body width. The overall width of the truck axle over the
studs shall not exceed 91 inches and the width of the truck cab and renders
shall not exceed 90 inches.
It shall be a PB Loader, Model L-100-CT or approved equal. Make and model
of the conventional style truck chassis will be furnished at the time of
issuance of the purchase order.
Shovel:
Blade shall be a replaceable 1/2" x 6" plow steel.
Sides shall be a 1/2" x 6" plow steel cutting edge, designed to allow the
operator to load directly against the curb.
The back of the shovel is designed to allow the operator to have down
pressure on the shovel and also back drag material for grading.
The operator shall have positive control of shovel at all times.
Shovel capacity is 1 cubic yard and the width is not less than 92 inches.
Shovel shall be clam shell type. The rear half of the shovel is rigidly mounted
on the two side arms. The clam or front half of the shovel is hinged to the
rear half in such a manner that it opens or closes by hydraulic means. Shovel
is controlled from the cab of the truck.
Clam will open a minimum of 170 degrees.
Shovel will be able to pick up solid material without using the clam.
Arms:
They shall be straight type with box girder type construction.
They shall have a minimum inside clearance of 92 inches.
The arms and shovel shall be removable from loader without having to
remove the entire loader mechanism from the truck.
The arms shall be bolted to a solid cross shaft so as to equal the load
pressure throughout the loader system.
The arms will not interfere with the opening of the truck doors in either the
loading or traveling position.
Side arms supporting the shovel shall pivot on a point immediately behind
the truck cab and below the truck frame. Loader is supported on a separate
frame or directly to the truck frame.
Loader:
The loader mechanism will not be mounted LOWER than any point of the
truck chassis.
The mechanism shall be mounted in such a manner that the weight of the
unit is distributed between the front and rear axle of the truck chassis.
The loader shall be powered hydraulically through a compound linkage
system by means of a hydraulic pump that is driven from the truck
transmission power take-off.
Weight of the unit will not exceed 2,600 lbs.
Component parts of the loader shall be of proper design and size to safely lift
a maximum load of 3,000 lbs.
Loader shall be able to load dump body uniformly without having to shift
material to the rear by raising the body.
Safety Switches:
The switches shall be installed so that when the power take-off is engaged,
the opening of the truck doors will stall the hydraulic power and the loader
can not be operated.
Safety switches shall also be installed on the dump body so that if there is an
attempt to raise the dump body when the loader is in traveling position this
will disengage the power-take off.
Operating:
Only ONE (1) - 8 inch double acting hydraulic cylinder to operate the loader.
Only TWO (2) - 2 1/2 inch double acting hydraulic cylinders to operate the
clam.
The operating cycle is 15 seconds.
The hydraulic tank capacity shall be a minimum of 15 gallons with a return
line filter and an inline suction strainer.
The controls shall be cab mounted and readily accessible to the operator
from the driving position.
The hydraulic cylinders must have chrome finish shaft and adequate dirt
wiper seals.
The unit shall be furnished complete and ready for mounting with pump and
roller bearing power take-off that is suitable for continuous duty and all other
items necessary to make a complete working unit.
TRUCK MOUNTED LOADER - SPECIFICATIONS
Model L-150-CT
General Loader:
It is the intent of these specifications to describe the "Load Over Cab" type,
hydraulically operated loader. The loader is suitable for mounting on a dump
truck of adequate G.V.W.R. and equipped with a dump body that has 78 inch
minimum inside body width. The overall width of the truck axle over the
studs shall not exceed 91 inches and the width of the truck cab and renders
shall not exceed 90 inches.
It shall be a PB Loader, Model L-150-CT or approved equal. Make and model
of the conventional style truck chassis will be furnished at the time of
issuance of the purchase order.
Shovel:
Blade shall be a replaceable 1/2" x 6" plow steel. Sides shall be a 1/2" x 6"
plow steel cutting edge, designed to allow the operator to load directly
against the curb. The back of the shovel is designed to allow the operator to
have down pressure on the shovel and also back drag material for
grading. The operator shall have positive control of shovel at all
times. Shovel capacity is 1 1/2 cubic yard and the width is not less than 92
inches. Shovel shall be clam shell type. The clam or front half of the shovel
is hinged to the rear half in such a manner that it opens or closes by
hydraulic means. Shovel is controlled from the cab of the truck. Shovel is
forward tilting with clam attachment designed to contact the ground 44
inches ahead of the shovel blade. Shovel is designed to self-load the truck to
which it is mounted as well as forward loading into other trucks. Clam will
open a minimum of 170° degrees. Shovel will be able to pick up solid
material without using the clam.
Arms:
They shall be straight type with box girder type construction.
They shall have a minimum inside clearance of 92 inches.
The arms and shovel shall be removable from loader without having to
remove the entire loader mechanism from the truck.
The arms shall be bolted to a solid cross shaft so as to equal the load
pressure throughout the loader system.
The arms will not interfere with the opening of the truck doors in either the
loading or traveling position.
Side arms supporting the shovel shall pivot on a point immediately behind
the truck cab and below the truck frame. Loader is supported on a separate
frame directly to the truck frame.
Loader:
The loader mechanism will not be mounted LOWER than any point of the
truck chassis.
The mechanism shall be mounted in such a manner that the weight of the
unit is distributed between the front and rear axle of the truck chassis.
The loader shall be powered hydraulically through a compound linkage
system by means of a hydraulic pump that is driven from the truck
transmission power take-off.
Weight of the unit will not exceed 3,500 lbs.
Component parts of the loader shall be of proper design and size to safely lift
a maximum load of 5,000 lbs.
Loader shall be able to load dump body uniformly without having to shift
material to the rear by raising the body.
Safety Switches:
The switches shall be installed so that when the power take-off is engaged,
the opening of the truck doors will stall the hydraulic power and the loader
can not be operated.
Safety switches shall also be installed on the dump body so that if there is an
attempt to raise the dump body when the loader is in traveling position this
will disengage the power-take off.
Operating:
Only TWO (2) - 8 inch double acting hydraulic cylinders to operate the
loader.
Only TWO (2) - 2 1/2 inch double acting hydraulic cylinders to operate the
clam.
Only TWO (2) - 2 1/2 inch double acting hydraulic cylinders to operate the tilt
action of the shovel.
The operating cycle is 15 seconds.
The hydraulic tank capacity shall be a minimum of 15 gallons with a return
line filter and an inline suction strainer.
The controls shall be cab mounted and readily accessible to the operator
from the driving position.
The hydraulic cylinders must have chrome finish shaft and adequate dirt
wiper seals.
The unit shall be furnished complete and ready for mounting with pump and
roller bearing power take-off that is suitable for continuous duty and all other
items necessary to make a complete working unit.