Loading...
10 - STI AgreementITEM NO. 10 Costa Mesa Sanitary District Memorandum To: Board of Directors ...an Independent Special District From: Scott Carroll, General Manager Date: July 31, 2013 Subject: Approve an Agreement with Service Trucks International for the Manufacturing of One Utility Truck with Crane Summary Currently, the Sewer Maintenance Division has one utility truck with a crane that is eleven years old and is past due for replacement, which is scheduled for every ten years. In addition, the crane on the utility truck cannot lift 60 HP sewer pumps, which requires the hiring of private contractors. Staff solicited bids from qualified vendors to manufacture and deliver a new utility truck that includes a crane capable of lifting 60 HP sewer pumps. Staff Recommendation That the Board of Directors approves the agreement with Service Trucks International in the amount of $143,317.74 for the manufacturing of one utility truck with crane. Analysis On May 29, 2013, staff solicited bids for manufacturing and delivering one utility truck with crane and notified the following vendors regarding said Request for Bids. Service Truck International Altec Utility Crane & Equipment Commercial Grade Truck Equipment Pacific Truck Equipment California Truck Equipment Company Phenix Truck Protecting our community's health and the environment by providing solid waste and sewer collection services. www.crosdca.gov Board of Directors July 31, 2013 Page 2 of 2 Service Truck International was the only vendor that submitted a bid and it was in the amount of $143,317.74. In addition to having a crane, the new utility truck will have a pressure washer, generator and welding equipment. The new vehicle will greatly improve the Sewer Maintenance Division's operations because the vehicle will store and have available the necessary equipment to allow staff to make timely repairs on pump stations. Strategic Plan Element & Goal This item complies with Strategic Element 1.0., Sewer Infrastructure and Strategic Goal No. 1.7., Pump Station Maintenance & Standardization Program. Legal Review Deputy District Counsel recommends that a purchase order contract should be sign for this acquisition. Deputy District Counsel has prepared the attached purchase order contract. Financial Review The cost to procure the utility truck with crane is $143,317.74. There is $150,000 budgeted for this purchase. The 2002 utility truck will be auctioned off. Proceeds from the auction will be deposited into the District's Asset Replacement Fund. Public Notice Process Copies of this report are on file and will be included with the entire agenda packet for the July 31, 2013 Board of Directors regular meeting at District headquarters and on District's website. Alternative Actions 1. Do not approve the PO contract and direct staff to solicit Request for Bids again. 2. Do not approve the PO contract and direct staff to return with more information. Reviewed by: Stacey Cuevas Finance Manager Attachment A: PO Contract with Service Trucks International July 1, 2013 Costa Mesa Sanitary District 628 West 19`x` Street Costa Mesa, CA 92627 To Whom It May Concern, This memo states that James E. Berkenpas is authorized to sign on Costa Mesa's Sanitary District's purchase order # 00001407. Thank you. Mickey isser Chief Financial Officer Service Trucks International (866) 722 -1488 x170 -AC"Sk ;S Costa Mesa Sanita-lvp-%, Dist°it an lltdependl,nt , pecia[,District PURCHASE ORDER PO No.: 00001407 Date: 07/01/2013 VENDOR: SHIP TO: BILL TO: Service Trucks International, wholly REQUIRED DELIVERY DATE UNIT PRICE owned division of Sioux Automation 1 Center, Inc., an Iowa corporation Costa Mesa Sanitary District Costa Mesa Sanitary District 877 151 Avenue N.W. 628 West 19th Street 628 West 19th Street Sioux Center, IA 51250 Costa Mesa, California 92627 Costa Mesa, California 92627 Attn: Jim Berkenpas, Sales SHIPPING 00.00 Representative $143,317.74 VENDOR NO. VENDOR PHONE NO. TERMS DATE REQUIRED DELIVERY DATE UNIT PRICE AMOUNT 1 each SHIPPING INSTRUCTIONS (none) ITEM QTY UIM DESCRIPTION /TASK PROD CODE UNIT PRICE AMOUNT 1 each UTILITY TRUCK PER EXHIBIT A TOTAL P.O. AMOUNT: $143,317.74 $143,317.74 $143,317.74 SUBTOTAL $143,317.74 TOTAL TAX INCLUDED SHIPPING 00.00 TOTAL $143,317.74 AUTHORIZED BY: DATE: This purchase order is not effective without an authorization signature. Facsimile signatures are acceptable. This purchase order is not a contract until it has been accepted. Acceptance is subject to the following: 1. The person accepting warrants that they have authority to accept on behalf of the company or business. 2, This purchase order is subject to all of the Terms and Conditions that are stated separately but incorporated herein unless this purchase order specifically states otherwise, 3. All goods must be new unless specified otherwise and be subject to any testing described in the Terms and Conditions. 4. Risk of loss, insurance, shipping charges, taxes, and point of delivery shall be as specified on this page or as provided in the Terms and Conditions, Acceptance The provisions of this purchase order, in uding the separately stated Terms and Conditions, are accepted by my signature. Electronic acceptance may. be ide by electronic signature, faxe signature, or other electronic form of acceptance that identifies the person accepting on behalf of�co any or business. My acceptgApe warrants that I have the authority to do so. ACCEPTED BY: -ice. L►' �'1��1�1�i1/ DATE :�f��� iProtectinii ourco &ity`s freafth and the erc,viron-vient byprai4diltg sorid-waste anil sewerro(.frction.. services. �vcrrcv. t:a"tT,SifC.if.�n•v TERMS AND CONDITIONS 1. There is no acknowledgement copy of this purchase order. Any discrepancies in price, items or delivery, must be phoned to buyer's purchasing department within 48 hours of your receipt of this purchasing order. Any correspondence referring to the items, prices and conditions of this order must be directed to buyer's purchasing agent, inquiries relative to payment of invoices should be directed to buyer's accounts payable. 2. Buyer furnished or paid for items: All artwork, specifications, tools, equipment and other items furnished to seller, or paid for by buyer shall (A) remain buyer's property or upon acquisition by seller shall become buyer's property; (B) Be safely kept by seller in good and usable order; (C) Be promptly returned to buyer. 3. Seller is performing as an independent contractor and, thus, shall hold the buyer, its officers, agents, and employees, harmless from liability of any nature or kind, on account of used invention articles, process for work on labor performed under this purchase order. Insurance: Sellers shall maintain insurance acceptable to buyer in full force and effect at the seller's expense throughout the term of this contract. 4. Freight: Excessive charges from incorrect description or from routing other than given will be charged to seller's account. Packing list must accompany each case or parcel, showing buyer's order number. No charges for transportation containers, or any other purpose, will be allowed unless so specified in this order. Freight changes allowable pursuant to the terms FOB point or origin or FOB destination plus freight shall be prepaid by the seller and must be itemized on the invoice, and a copy of the paid express or freight bill shall be attached to the invoice. COD shipments will not be accepted. 5. Rejections: If any of the goods are found at any time to be defective in material or workmanship, or otherwise not in conformity with the requirements of the order buyer, in addition to any other rights which it may have under warranties or otherwise, shall have the right to reject and return such goods at seller's expense, such goods not to be replaced without written authorization from buyer's purchasing agent. Where quality is questioned on any delivery, any cost of inspection will be against the account of the seller. 6. Responsibility for supplies: Seller shalt bear the risk of loss or damage to the articles covered by this order until delivery of said supplies at the location designated by buyer or at such other place as may be designated herein regardless of FOB point or the point of inspection. Seller shall also bear the risk of loss or damage to supplies after buyer gives seller notice of rejection. 7. Charges: Buyer may by written order or at any time prior to final delivery, and without notice to sureties, make changes within the general scope of this order in any of the following: Applicable drawings, designs, or specifications, method of shipment or packing, and pace or time of delivery. To the extent such change causes an increase or decrease in the cost of or time required for the performance of this order an appropriate equitable adjustment in this order shall be made. Any claim by Seller for adjustment must be asserted within fifteen (15) days of receipt of the change. Failure to agree to an adjustment shall not excuse the Seller from proceeding with this order as changed. 8. Buyer shall have the right to cancel at any time for Seller's breach of any provisions of this order, including failure to meet the stated delivery schedule. All or any portion of this order may be cancelled by buyer if seller, in buyer's judgment, is failing to make sufficient progress so as to endanger performance of this order in accordance with its terms. Buyer reserves the right to terminate the contract without penalty without cause if ten (10) days notice is given or immediately with cause. 9. If seller breaches this agreement and fails to deliver the goods, services or materials provided herein within the time above set forth or by failing to make sufficient progress so as to endanger performance of this order, then buyer may terminate this contract and purchase the goods, services or materials from whatever source and seller shall be liable to buyer for the difference in price which buyer is obligated to pay plus all of its costs and expenses in enforcing its rights hereunder. Further, buyer may offset any such costs or expenses incurred against any of the monies, which may be owing to the seller. 10. Anti - Discrimination Claim: It is the policy of the buyer that in connection with all work performed under public works, and purchasing contracts, there be no unlawful discrimination against any prospective or active employee engaged in the work because of race, color, sex, ancestry, national origin, or religious creed, and therefore, the seller agrees to comply with applicable federal and California laws including, but not limited to the California Fair Employment and Housing Act beginning with Government Code section 12900. In addition, the seller agrees to require like compliance by all sub - contractors employed. 11. Any controversy or claim arising out of or relating to this purchase order or the breach thereof, shall be settled by arbitration at election of either party in accordance with the rules of the American Arbitration Association and judgment upon the award rendered by the arbitrator(s) may be entered in any court having jurisdiction thereof. 12. Buyer's purchase order number must appear on all packages, invoices, and correspondence. 13. Deliveries for all departments must be made as directed. Non - payment may result from merchandise delivered in any other manner. Cash terms shall be predicated on the delivery date of the material as specified or from date correct invoices are received in buyer's accounts payable office, if the later date is later than the date of delivery. 14. Seller agrees to furnish buyer with two -shop maintenance and two operational manuals (which will include writing schematics, part diagrams, alignment date, and parts list) on all purchases of equipment. 15. Warranty: Unless otherwise specified, warranty on quoted equipment shall be one (1) year defective parts and /or workmanship. 16. Seller agrees to make available special replacement parts required to maintain the purchase equipment unless otherwise stipulated at the time of equipment order. 17. Seller guarantees and agrees to indemnify, defend and hold harmless the buyer against any or all loss, liability, damages, demands, claims or costs arising out of defective material and products. This guarantee is in addition to and not intended as a limitation on any other warranty, express or implied. 18. No assignment by the seller of the purchase order or any part hereof, or of funds to be received hereunder will be recognized by the buyer unless such assignment has had prior written approval and consent of the buyer. Xs` ^f =5T &It* ---- 00A Service Trucks International designs and manufactures service bodies that are built to endure the harsh conditions of the heavy equipment service industry. Choose from standard configuration bodies, or custom built and engineered to meet your specifications. STI bodies and Stanclard equipment will stand the test of time and maximize your 2252ff Features,: return on investment. ® 50,000 ft lbs torque capacity 10 11 Ga A60 Galvaneal Cabinet Construction 12 11 Ga A60 Galvaneal Single Panel Doors 19 A60 Galvaneal Treadplate Deck, Back & Top of cabinets Full Length C Channel Long Sills ® Integrated Reinforced Crane Tower Enclosed outrigger system * Vise Mount * Stainless Steel F -linges Stainless Steel Door Handles D Handles with 3 point positive locking Bulb Type Automotive Door Seals Stainless Steel Front Chip Guard I I Stainless Steel Grab Handle Integrated Ful l Length Drip Kai I Galvanized Infinitely Adjustable Shelving Pressurized Cabinet Compartments Central Wire Junction and Fuse Panel Wire Harnesses protected with loom and assembled with sealed connections g Powder Coated Components ® 60" Oxy /Ace Cabinet with "Tie Downs & Vent (4) Deck Flush Mount'Tie Downs Cat IV 2" Receiver Hitch & 7 Prong Receptacle PPG Delfleet Polyurethane paint System Fully Undercoated Backup Alarm 1W Standard Specl"ficationsw 22" Deep Cabinets 0 52" Overall Cabinet Height o 51" Deck width (Clear) 31 " Deck Side Height 95" Overall body width 17,500 to 19,500 GVW Required Drivers Side View 0A CA la Accessories E5. RUM Tiger Crane Masterlock Top View Passenger Side View COLCONTROLS 11 = '4 I 7 ACT 17 47 36 20 21 MCA 31 165 Fold Down Tailgate Roll Outs and Bolt Bins =7___Zn Sliding Deck Cover Designed and Mfg in tie USA by Service Trucks International 877 1 ST AVE NW SIOUX CENTER IA 51250 1-800-225-8789 FAX: 712-722-3706 mmservi '�P­ etrucks.com Exhibit A CONTRACTOR will construct a Ford 750 crew cab chassis automatic utility truck (Eagle Pro 11 2252) with Tiger crane body. In addition, Truck will include the following specifications, 16*9100 Modular lighting package - all wiring connections soldered and enclosed in shrink - tubing or equal. If equal please explain on separate sheet. All wire ends are tinned before insertion into plugs or equal. If equal please explain on separate sheet. All plug connections are completely sealed and weather proof, Entire assembly is enclosed in a continuous plastic loom to form a one -piece harness or equal, If equal please explain on separate sheet. Lighting package is completed with sealed polycarbonate lenses and housings affording superior impact and heat protection, flush- mounted in rubber grommets, as follows: Two (2) clear back up lights or equal, If equal please explain on separate sheet. ® Two (2) red stop /turn /tail lights or equal, If equal please explain on separate sheet. ® License plate light. ® Wiring harness assembly. ® Backup alarm, wired through backup light. 2. There is to be a "tool holder" installed on top of the curbside body. The tool holder design and installation shall be approved by the DISTRICT before installation begins. 3. Tail lights color coded and mounted in sealed -type rubber grommets shall be installed. ACCESSORIES 4. 2" trailer hitch 5. All in one power box unit that must include a welder, air compressor and a generator 6. One cone rack 7. Mounted traffic arrow board with strobes. Traffic arrow board location and installation to be agreed on by the DISTRICT prior to installation 13 FSA 12 10 8, AM /FM /CD /Sync radio with two (2) speakers (to include a digital clock), bench seat, full 9. Air conditioning 10. Pressure washer. Pressure washing equipment and installation to be agreed on by the DISTRICT prior to installation. INSTALLATION 11. Color to be white 12. Paint complete unit to match the cab. Apply non -skid, painted on materials, tape will not be accepted, to all walking surfaces. TRUCK CAB AND CHASSIS 13. 13GVW - 26,000 lbs.) capacity. 14, Front axle - 10,000 lbs. capacity. 15. Rear axle - 21,000 lbs.} capacity, 16. Cab to axle - 84 ". 17. Engine — Cummins, minimum 6.71- 1 -6 OHV diesel injection 24 valve intercooled turbo diesel engine. The transmission shall be a 6 speed automatic. 18. Brake type — Air 19. Suspension type -- Spring 20. Exhaust style - vertical 21. Fuel tank - 50 gallon total capacity. 22. Steering - Full power steering. 23. Tires, radial, highway tread front, traction tread rear, as required to meet axle ratings. Tires shall be front and rear radials. 24. Fresh air heater wlintegral windshield defroster and central controls. 25. Stainless steel mirrors. Brake away mounted on each side. 26. Fire extinguisher, 5 Ib., ABC type, with a bracket, mounted in first street side compartment. 27, Windshield Wipers and wipers with intermittent speed control. 14 PSA1210 28. Steering wheel shall be tilt type, CRANE SPECIFICATIONS 29, 62,000 ft/lb. — crane rating 30. 21' reach 31. 11,000 lb. lift capacity 32. 12 -21' hydraulic boom extension 33. 23' lifting height (from base of crane) 34. 41' storage height (from base of crane) 35. 157" overall storage length 36. 2070 lbs. operating weight 37. 23" x 30" mounting space required (for base of crane) 38. 20.4" rotation operations space required (from center of crane) 39, 8 bolt pattern (for base of crane) 40. Power coated base, turret shield and inner boom with PPG delfleet polyurethane paint on remainder of components. 41. Standard wireless proportional control with engine start and throttle control 42 Standard overload protection with overload indicator light 42. Standard anti two block protection with condition indicator light. System Characteristics 43, 10 GPM @ 2600 hydraulic supply requirements 44. Open centered, full pressure hydraulic system 45. Integrated 9 micron absolute filtration with bypass condition indicator light 46, Full proportional input with Auto II Speed load Sensing Control reduces all function speeds when load is sensed 15 PSA 12 10 47, 400 degrees rotation 48. 12 VDC D03 10 GPM Solenoids with manual override 49. 5 degrees to +75 degrees boom elevation positions 50, 30 seconds boon elevation speed 51. 22 seconds boom extension speed 52, 1.4 RPM Rotation speed Winch Characteristics 53. Hydraulic planetary winch 54, 7/16" X 120" winch cable 55. 60 FPM single line no load speed 16 PSA 12 10