Loading...
HomeMy WebLinkAboutPR 19213 COMMERCIAL CONTAINER CARBAGE TRUCK FORM GRANDE TRUCK CENTER, PUBLIC WORKS SOLID WASTE DIVISION City of � Jit o r 1 rthttr texas INTEROFFICE MEMORANDUM PUBLIC WORKS DEPARTMENT-ADMINISTRATION DIV. Date: December 2, 2015 To: Brian McDougal, City Manager From: Rawetts Baaheth, Sr.,Acting Director of Public Works � '� RE: Proposed Resolution No. 19213 RECOMMENDATION I recommend that the City Council approve Proposed Resolution No. 19213, approving the purchase of a commercial container garbage truck from Grande Truck Center of San Antonio, Texas, through H-GAC, and Heil of Texas of Houston, Texas, through Buyboard Cooperative Purchasing Program in the total amount of$258,629. BACKGROUND The Public works Solid Waste Commercial Container Division had an unforeseen damage to Commercial Unit 1533. In order to maintain commercial collection service, purchase of this equipment is necessary. Quotes were obtained via HGAC and Buyboard for the following equipment item: Heil of Texas Heil 28 CY Front Load Packer Body $118,595 Grande Truck Center 2016 Mack Chassis $140,034 Total $258,629 BUDGET/FISCAL EFFECT Funds are available in the 2015-16 fiscal year of the Public Works Solid Waste Division Equipment account no. 403-1273-533.92-00. SUMMARY I recommend that the City Council approve Proposed Resolution No. 19213, approving the purchase of a commercial container garbage truck from Grande Truck Center of San Antonio, Texas, through H-GAC, and Heil of Texas of Houston, Texas, through Buyboard Cooperative Purchasing Program in the total amount of$258,629. "Remember we are here to serve the Citizens of Port Arthur" P. R. 19213 12/03/15 rtb RESOLUTION NO. A RESOLUTION AUTHORIZING THE PURCHASE OF A COMMERCIAL CONTAINER GARBAGE TRUCK FROM GRANDE TRUCK CENTER OF SAN ANTONIO, TEXAS, THROUGH H-GAC COOPERATIVE PURCHASING PROGRAM IN THE AMOUNT OF $140,034.00 AND A 28 CUBIC YARD FRONT LOADER FROM HEIL OF TEXAS OF HOUSTON, TEXAS, THROUGH BUYBOARD COOPERATIVE PURCHASING PROGRAM IN THE AMOUNT OF $118,595.00 FOR A TOTAL COST OF $258,629.00; FUNDS ARE AVAILABLE IN THE PUBLIC WORKS SOLID WASTE DIVISION EQUIPMENT ACCOUNT NO. 403-1272-533.92-00. WHEREAS, per Resolution No. 11-196, the City of Port Arthur entered into an interlocal agreement for cooperative purchasing with the H-GAC Cooperative Purchasing Program("H-GAC"); and, WHEREAS, pursuant to Resolution No. 02-341,the City of Port Arthur entered into an interlocal agreement for cooperative purchasing with the BuyBoard Cooperative Purchasing Program; and, WHEREAS, in order to maintain commercial garbage collection service, Purchasing obtained quotes via H-GAC for a 2016 Mack MRU 613 truck chassis from Grande Truck Center of San Antonio, Texas, in the amount of $140,034.00 via Buyboard and a Heil 28 cubic yard Front Loader from Heil of Texas of Houston, Texas, in an amount of$118,595 for a total cost of $258,629(shown in Exhibit"A"); now,therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT, facts and opinions in the preamble are true and correct; and, THAT, the purchase of this vehicle via H-GAC and Buyboard in the amount of$258,629 is hereby approved, funding being available in account 403-1273.-533.92-00; and, P.R. 19213 Page 2 THAT, a copy of the caption of this Resolution be spread upon the Minutes and the City Council. READ, ADOPTED,AND APPROVED this the day of , A.D. 2015 at a meeting of the City of Port Arthur, Texas by the following vote: AYES: Mayor: Councilmembers: NOES: Mayor ATTEST: Sherri Bellard City Secretary APPROVED • S TO FORM: t , /J`i �al Tizenow i City Attorney P.R. 19213 Page 3 APPROVED AS TO AVAILABILITY APPROVED FOR ADMINISTRATION: OF FUNDS: - Afer i2-kfi Brian McDougal Je a rw,Qglfasi CiwirnkfeP/,%it ic7 City Manager Interim Director of Finance Clifton Williams Acting Purchasing Manager etts T. Baahe hSr. , nterim Director of Public Works P.R. 19213 12/02/15 rtb Exhibit "A" CONTRACT PRICING WORKSHEET Contract HT06-14 Date 12/1/2015 For Standard Equipment Purchases No.: Prepared: This Form must be prepared by Contractor and given to End User. The H-GAC administrative fee shall be shown in Section F. End User issues PO to Contractor, and MUST also fax a copy of PO, together with completed Pricing Worksheet, to H-GAC @ 713-993-4548. Please type or print legibly. Buying City of Port Arthur Contractor: Grande Truck Center Agency: Contact Anitra Alexander-Smith Prepared Bob Davie Person: By: Phone: 409-983-8511 Phone: 512-632-6622 Fax: Fax: 210-666-7216 Email: anitra@portarthur.net Email: bdavie@grandetruck.com Product J16 Description: Mack MRU 613 2016 Code: A. Product Item Base Unit Price Per Contractor's H-GAC Contract: 50510 B.Published Options-Itemize below-Attach additional sheet(s)if necessary-Include Option Code in description if applicable. (Note:Published Options are options which were submitted and priced in Contractor's bid.) Description Cost Description Cost MP7-345HP 612 Frame liner 2350 Traction Differintial 3504 70 gallon fuel tank 1180 Power divider Lockout 4384 46K rear axle 3950 Diffuser 1950 Bridgestone M860 315/80R22.5 Front 4195 Front Axle 20K 2845 Skid Plate 1975 20K Taperleaf Springs 3150 46K Camelback Suspension 6649 Allison Neutral Control 1950 Static Load Cushion 3220 Flaming River Disconnect 2450 Body Builder Lines 1950 20K Taperleaf Springs 3150 22.5 x8.25.0 Rear Steel wheels 4050 Synthetic Lube Allison Transmission 2195 22.5 x 9.0 Front Steel wheels 2850 210 Wheelbase 3825 Subtotal From Additional Sheet(s): 13440 4500 RDS 6 speed 13100 Subtotal B: 88924 C. Unpublished Options-Itemize below/attach additional sheet(s)if necessary. (Note:Unpublished options are items which were not submitted and priced in Contractor's bid.) Description Cost Description Cost Subtotal From Additional Sheet(s): Subtotal C: 0 Check:Total cost of Unpublished Options(C)cannot exceed 25%of the total of the Base Unit Price plus Published Options(A+B). For this transaction the percentage is: O%- D.Other Cost Items Not Itemized Above(e.g. Installation,Freight,Delivery,Etc.) Description Cost Description Cost Subtotal D: 0 E.Total Cost Before Any Applicable Trade-In/Other Allowances/Discounts(A+B+C+D) 139434 Quantity Ordered: 1 X Subtotal of A+B+C+D: 139434 = Subtotal E: 139434 F.H-GAC Fee Calculation(From Current Fee Tables) Subtotal F: 600 G.Trade-Ins/Other Allowances/Special Discounts Description Cost Description Cost Subtotal G: 0 Delivery Date: H. Total Purchase Price (E+F+G): 140034 Hell of Quotation Quote#: Q-00742-2 Texas Date: 7/8/2015 4:31 PM Expires On: 1/1/2016 HEIL Heil of Texas 5900 Wheeler Houston,TX,77023 Ship To Bill To City of Port Arthur City of Port Arthur 444 4th street 444 4th street Port Arthur,Texas 77641 Port Arthur,Texas 77641 SALESPERSON EXT EMAIL DELIVERY METHOD PAYMENT METHOD Jeremy Davis x jeremydavis©heiloftexas.com Net 30 Buy Board Contract#425-14 QTY PART# PRODUCT NAME DESCRIPTION 1.00 HP 065 Half/Pack®28 Cubic Heil Halfpack 28 Cubic Yard Yard Standard Options • Heavy-duty sliding top door • Hinged left-side body access door with step and grab •Cab shield with hinged rubber tip extension-steel • Front head closure screen •Under hopper liquid sump with 2 clean-out doors •Access ladder to top of body • Body service props for dump or service hoist models and service lift •Tailgate service props •Fully automatic Shur-LockTM tailgate latches • Patented clamp-on arms • 8,000 lb.capacity arms-WASTEC WRP 06-1996 rated • Four arm shaft bearing supports • Fork cross shaft rubber bumpers • Bolt-on rubber arm stops •Heavy-duty forks-1 1/2"thick x 51"grip length • Front mount single vane pump •Chrome-plated cylinder rods and telescopic sleeves • Crossed packing cylinders • Chassis frame-mounted oil tank with level/temperature gauge and suction shut-off valve • 3-micron return line filter with magnetic trap and in-cab filter bypass monitor • 140-micron suction line strainer • Fabric guard hose protection for all high-pressure hoses • Cortex ControllerTM with InSightTM diagnostic display •Throttle advance kit •Joystick in-cab air controls Page 1 of 5 QTY PART# PRODUCT NAME DESCRIPTION • Complete array of in-cab function indicator lights • Streetwise HydraulicsTM •Ann rest for operator controls • Backup alarm • Backup and license plate light • LED center-mounted brake light • LED duplicate high and low mount stop,turn,and tail lights • LED mid-body turn signals • Strobe light,amber mounted on lower tailgate-in-cab switch,pump on,and reverse activated • Front and rear mud flaps-anti-sail/anti-splash • Rear underride guard •Hopper flood light • Shovel kit mounted on back of the packer • Low oil level sensor with light,buzzer,and pump shut-off • Severe-duty wear bar kit • 3"sump drain on street side and curb side • Remote packer lube •Remote tailgate hinge lube •Arm/Fork over height warning kit •20 lb.fire extinguisher • FMVSS#108 clearance lights and reflectors • ICC reflective tape •Rear camera bracket and flood lights-reverse activated •Body undercoating •Customer's choice of one color finish paint • Standard 1-year warranty(2,000 Hours of Operation) • ANSI Z 245.1-1999 compliant • Safety triangle • Cavity coat and joint sealer 1.00 HP008 Full Factory Mount Full Factory Mount for Service Hoist or Serviceable Eject-Includes Body for Service Hoist or Props and Rear Pivot Serviceable Eject- Includes Body Props and Rear Pivot 1.00 HP012 Front Mount Vane Front Mount Vane Pump Pump 1.00 HP026 Dual Oval Flat LED Dual Oval Flat LED Strobes Mounted Mid-T/G-in-cab switch,pump on,and Strobes reverse activated 1.00 HP024 Dual LED Container Dual LED Container Work Lights-in-cab switch Work Lights-in-cab switch 1.00 Peterson Multi-Function Peterson Multi-Function(SMART)LED Strobe/Turn Lamps (SMART)LED Strobe/ Turn Lamps 1.00 HP027 3rd Eye Single Camera 3rd Eye Single Camera with LCD Color Monitor with LCD Color Monitor I.00 Hopper Floor Liner Hopper Floor Liner(3/16"-AR400) (3/16"-AR400) Page 2 of 5 QTY PART# PRODUCT NAME DESCRIPTION 1.00 Tool Box Bumper Tool Box Bumper Mount-Steel Mount-Steel 1.00 HP051 Five(5)Year Five(5)Year(Maximum 12500 hrs of Operation)all Cylinder Warranty (Maximum 12500 hrs of Operation)all Cylinder Warranty TOTAL: $118,595.00 Signature: Effective Date: Name(Print): Title: Please sign and email to Jeremy Davis at jeremydavis@heiloftexas.com or fax to THANK YOU FOR YOUR BUSINESS! Page 3 of 5 TERMS AND CONDITIONS 1.General No terms or conditions of Buyer's purchase order which is different from or in additions to Seller's terms and conditions set forth herein shall bind Seller unless expressly agreed to in writing by Seller's duly authorized representative.Buyer's acceptance of any offer made by Seller is expressly limited to the terms and conditions provided herein.Unless otherwise stated,Seller's quotation may be modified or withdrawn prior to acceptance,and in any event,shall expire after 30 days from its date.This order is not binding on TEXAN WASTE EQUIPMENT INC.dba HEIL OF TEXAS unit officially approved.The said machinery,equipment and/or parts are ordered and will be purchased subject to written contract only,and are not affected by any verbal representations of agreements,nor is this order subject to cancellation by the Purchaser without the Seller's consent. 2. Price and Payment (a)Price quoted herein are exclusive of all taxes.Any taxes levied or which may become due,and other charges or assessments made by any taxing authority in connection with this contract or the sale,except those measured by Seller's net income,shall be expense of the Buyer and shall be payable to Seller at or before such tax or other amount is due.When Buyer is entitled to exemption from any tax,Buyer shall furnish Seller with a tax exemption certificate acceptable to the taxing authorities. (b)Interest at the rate of one and one-half per cent(1.5%)per month(18%per annum),or the maximum lawful rate allowable,will be charged,whichever is less,on all past due invoices.The undersigned agrees to pay all expenses,charges,costs and fees,including, without limitation,attorney's fees and expenses,of any nature whatsoever paid or incurred by,or on behalf of TEXAN WASTE EQUIPMENT INC.dba HEIL OF TEXS,in connection with any collection action brought hereunder.The invalidity of all or any part of any provision of this Agreement shall not render invalid the remainder of such provision or any other part of this Agreement. (c)TEXAN WASTE EQUIPMENT dba HEIL OF TEXAS,shall retain ownership of and title to the above machinery,equipment and parts covered by this order until fully paid for in cash and until any note given in evidence of indebtedness, and any renewals thereof,have been fully paid.If any such note is not paid in full at its maturity,all other notes and obligations given in evidence of indebtedness hereof shall at once become due,and the said TEXAN WASTE EQUIPMENT dba HEIL OF TEXAS,shall have the right to take possession of said machinery wheresoever it may be situated and sell the same pursuant to the conditional sales statutes of the State of Texas. 3.Delivery (a)If within 5 days after receipt of the goods,Buyer fails to notify the Seller in writing of any non-conforming goods,Buyer shall be deemed to have accepted the goods delivered. (b)Deliveries dates are estimated and not guaranteed by Seller and,in any event are conditioned upon receipt of all specifications and other data required to be furnished by the Buyer. (c)If shipment or delivery is delayed because of an act or omission of the Buyer,payment shall be due upon notification by Seller that goods are ready for shipment.Buyer shall pay any additional charges including,but not limited to,cost of storage,handling,and insurance. 4.WARRANTY AND LIMITATIONS OF LIABILITYANY EXPRESS WRITTEN WARRANTY PROVIDED BY THE MANUFACTURER OF THE EQUIPMENT DESCRIBED IN THIS QUOTATIONS IS GIVEN IN LIEU OF ALL OTHER WARRANTIES EXPRESS OR IMPLIED,INCLUDING ANY IMPLIED WARRANTY OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE.SELLER SHALL NOT BE LIABLE FOR SPECIAL,INCIDENTAL,OR CONSEQUENTIAL DAMAGES RESULTING FROM DEFECTIVE GOODS,SELLER'S NEGLIGENCE,BREACH OF WARRANTY OR CONTRACT,OR CLAIMS BASED UPON STRICT LIABILTIY.IN NO EVENT SHALL SELLER BE LIABLE FOR CONSEQUENTIAL DAMAGES COMMERCIAL IN NATURE. 5.Delays Sellers shall not be liable for the failure or delay in performance of any term,condition,or obligation hereunder due to any cause beyond the Seller's control,including but not limited to Acts of God,acts of the Buyer,war,insurrections or riots,fires,floods, accidents,acts,order or regulations of any government,inability to obtain necessary materials,services or facilities,strikes or other labor troubles. 6.Development Changes Page 4 of 5 Changes in design,specifications,construction or materials,may be made at Seller's discretion,and without Buyer's consent,where such changes do not materially affect price,delivery or guaranteed performance(if any)of the goods,or make unusable any other item of goods furnished hereunder. 7.Termination No order may be terminated without Seller's written consent.Upon any termination Buyer shall pay reasonable termination charges, including but not limited to,manufacturing and sales costs,overhead,cost or goods and profit. 8.Miscellaneous This agreement shall be binding upon the successors and assigns of the parties.If any provision herein is found to be invalid as a matter of law or by public policy,it shall be considered severed from the remainder of the provisions which shall remain in full force and effect.This agreement shall be governed by the law of the State of Texas. ILL PRICES SUBJECT TO ANY APPLICABLE FEDERAL OR STATE TAXES AND TITLING FEES.QUOTE SUBJECT TO EVISION AFTER 15 DAYS. NOTE:Please read carefully.This quote becomes a sales order if signed by customer.Your order will be processed as written!Notify of any changes needed within five(5)days of signing.Financing available,subject to credit approval.I have read and understand the terms and conditions on this Order. X Customer Approval to Process Order Date Thank you for the opportunity to earn your business! Page 5 of 5