Loading...
006-23 - Resolution - Purchase of Dump TruckDocuSign Envelope ID: 807C24E0-F15A-4BC8-BE16-8245C6C21703 RESOLUTION NO. 006-23 A RESOLUTION OF THE CITY OF PORT ORCHARD, WASHINGTON, APPROVING THE PURCHASE OF A DUMP TRUCK AND ASSOCIATED EQUIPMENT FROM THE EQUIPMENT RENTAL REVOLVING FUND 500 AND SNOW AND ICE EQUIPMENT/ATTACHMENTS FROM THE CITY STREET FUND AND DOCUMENTING PROCUREMENT PROCEDURES. WHEREAS, a City Dump Truck is scheduled for replacement in 2023 as part of the Equipment Rental and Revolving Fund 500 (ER&R) replacement process; and WHEREAS, the City has an interlocal agreement with Washington State Department of Enterprise Services (DES) (City Contract No. C057-13) which allows the City to utilize the contracts procured by DES for services and purchases, so long as the City confirms the contract complies with all applicable statutory procurement requirements for the particular purchase or service, per RCW 39.34.030; and WHEREAS; consistent with City Contract No. C057-13 and the City's Procurement Procedures Policies, adopted as Resolution No. 036-22, as amended, the City's Public Works Department identified Bud Clary Ford/Hyundai as an approved vendor for the desired dump truck and associated equipment, awarded via Washington DES Contract No. 05916 (DES Contract); and WHEREAS, Staff reviewed the procurement process utilized by DES for the DES Contract, confirmed the procurement requirements were met, and obtained all necessary documentation from DES and the vendor regarding procurement; and WHEREAS, on January 5, 2023, Public Works staff requested and received a quote from Bud Clary Ford/Hyundai of $122,613.00 (plus applicable tax), for a total purchase price of $132,912.49; and WHEREAS, on January 9, 2023, the City's Public Works Department completed the Interlocal Agreement Purchase Checklist for the selected vendor and confirmed the quote was consistent with the DES Contract; and WHEREAS, the 2023-2024 Biennial Budget includes $112,00 in Equipment Rental and Revolving Fund 500 (ER&R) and $31,000 from the City Street Fund 002 for the purchases of the dump truck/associated equipment and snow/ice equipment, respectively; and WHEREAS, the City's Procurement Policies require City Council authorization for purchasing budgeted items that cost $35,000 or more and for unbudgeted purchases; and WHEREAS, the Bud Clary Ford/Hyundai quote, attached as Exhibit A, is for the purchase of ER&R Equipment and Snow and Ice Equipment in an amount that exceeds the $35,000 authorization limit; and DocuSign Envelope ID: 807C24E0-F15A-4BC8-BE16-8245C6C21703 Resolution No. 006-23 Page 2 of 8 WHEREAS, the Port Orchard City Council, at the 2015 recommendation of the State Auditor's Office, wishes to document their selection/procurement process as described herein for this purchase by Resolution; now, therefore, THE CITY COUNCIL OF THE CITY OF PORT ORCHARD, WASHINGTON, HEREBY RESOLVES AS FOLLOWS: THAT: It is the intent of the Port Orchard City Council that the recitals set forth above are hereby adopted and incorporated as findings in support of this Resolution. THAT: The City Council approves the purchase from Bud Clary Ford/Hyundai of a Dump Truck and associated equipment in the amount of $99,988.16 and snow and Ice equipment in the amount of $32,924.33, in the total amount of $132,912.49 (applicable tax included). The Mayor or his designee is authorized to take all actions necessary to effectuate the purchase, consistent with this authorization. THAT: The Resolution shall take full force and effect upon passage and signatures hereon. PASSED by the City Council of the City of Port Orchard, SIGNED by the Mayor and attested by the City Clerk in authentication of such passage on this 24t" day of January 2023. r_r11111*115 DocuSigned by: Brandy Wallace, MMC, City Clerk DocuSigned by: Robert Putaansuu, Mayor t1 l, rytt'jill PORT 0R61,,11 C3 •?G d s . SEA . MBeR°•' C ,��`' OF WA� ', ,"%tom DocuSign Envelope ID: 807C24E0-F15A-4BC8-BE16-8245C6C21703 Exhibit A to Resolution 006-23 B pRCHARa ER&R Replacement or Addition Purchase Request RCW 43.19.648 — Requires all local governments to convert their vehicle fleets to electricity or biofuel. Local governments are required to transition all vehicles to electricity or biofuels to the extent practicable. WAC 194-29-030 provides further guidance regarding this issue. If it is not practical for local governments to use electricity or biofuel for police, fire or emergency response vehicles, including utility vehicles frequently used for emergency response, it is encouraged to consider alternate fuels and vehicle technologies to displace gasoline and diesel fuel use. Please attach the quote for vehicle / equipment. Description of item: F550XLT w/ 3yd dump body Procurement method: Department of Enterprise Systems (DES) Department Water Sewer Storm Street Public Works DCD Police Admin x Addition or Replacement Addition to Fleet - Please state business case for addition: Replacement Vehicle / Equipment being replaced: 1031 - F551XL dump truck x Fleet Standardization Requested Vehicle / Equipment follows fleet standardization X Requested Vehicle / Equipment DOES NOT follow Standardization. List items that are not fleet standard and reason for addition. This dump truck needs to be up -fitted for snow plow controls and wiring for a sander for the dump bed. DocuSign Envelope ID: 807C24E0-F15A-4BC8-BE16-8245C6C21703 Requested Vehicle / Equipment does not have a standard Cost $99,966.16w/tax Fleet standard cost Additional cost for consideration and business case: CB Radio, licensing, city logo decals- $2,000.00 { TOTAL $102,174.16 $2,186 STANDARDS FOR VEHICLES Police Department Standard Vehicle Model Chassis Drive Train Color Graphics Accessories Ford Sedans Automatic Black City Decal Lights SUV 2WD Vehicle Number Radios 4WD Antennas AWD Public Works and Planning Standard Truck Model Chassis Cab Size Drive Train Color Graphics Accessories Ford 1/2 Ton Regular Automatic White City Logo Lights 3/4Ton Extended 2WD Truck Number Radios 1 Ton Crew Cab 4WD Antennas Tool Boxes Administration and Planning, Standard Vehicle Type Chassis Drive Train Color Graphics Accessories Electric Sedans Automatic White City Logo Lights Biofuel SUV 2WD Vehicle Number Radios 4WD Antennas AWD I have reviewed the vehicles / equipment listed above and request approval for purchase. drlvow? 3 Department Director Date DocuSign Envelope ID: 807C24E0-F15A-4BC8-BE16-8245C6C21703 Approved for purchase by: _J JERIRres Rep e tativee J Zs/O t) a 3 Date DocuSign Envelope ID: 807C24E0-F15A-4BC8-BE16-8245C6C21703 Tony Lan From: Sent: NOREPLY@des.wa.gov Thursday, January 5, 2023 8:04 AM To: Tony Lang Cc: Gideon.Simukonda@des.wa.gov Subject: Vehicle Quote - 2023-1-49 - PORT ORCHARD, CITY OF - 21802 Vehicle Quote Number: 2023-1-49 Create Purchase Request View organization purchase requests This is a quote only. You must create a purchase request to order this vehicle(s) Contract & Dealer Information Contract #: 05916 Dealer: Bud Clary Ford/Hyundai (W403) 700 7th Avenue PO Box 127 Longview WA 98632 Organization Information Organization: PORT ORCHARD, CITY OF - 21802 Email: tlang@portorchardwa.gov Quote Notes: L Vehicle Location: PORT ORCHARD Color Options & Qty Oxford White (Zl) - 1 Tax Exempt: N Vehicle Options Order Code Option Description 2023-0914-0001 2023 Ford F550 4WD Cab and Chassis Dealer Contact: Kathleen Brennan Dealer Phone: (360) 423-4321 Ext: 7183 Dealer Email: ford.orders@budclary.com 2023-0914-0011 Alternative Wheelbase, Regular Cab, 169WB, 84CA, 18,000# GVWR (F5H/169WB) 2023-0914-0021 GVWR Maximum (19,500# GVWR, 4.88 RAR with Limited Slip, High -Capacity Trailer Tow Package) (Increases GCW from 31,000 Lbs to 40,000 Lbs) (Only available with Diesel Engine)(68M/X8L/535) j 2023-0914-0022 Alternative Engine, 6.7L 4-Valve OHV PowerStroke V8 Turbo Diesel B20 with manual push-button Engine -Exhaust Braking/TorgShift 10-Speed automatic w/ Selectable Drive Modes and Transmission Power Take -Off Provision (PTO) (Includes Operator Commanded Regeneration, 4.10 RAR, Dual 750CCA J Batteries, 250-amp alternator, Intelligent Oil Life Monitor) (18,000# GVWR) (99T/44G) Qty Unit Price Ext. Price 1 $51,655.00 $51,655.00 $166.00 $166.00 $2,055.00 $2,055.00 $9,642.00 $9,642.00 2023-0914-0024 360-Degree Dual Beacon LED Warning Strobes (Amber) (roof -mounted in front of the CHMSL) 1 $628.00 $628.00 (91S/59H) 2023-0914-0030 Tires: XL/XLT (all cabs) 225/70Rx19.5G BSW Traction (4WD Only) (includes 4 traction tires on the rear 1 $207.00 $207.00 and 2 traction tires on the front) (Not recommended for over the road applications; could incur irregular front tire wear and/or NVH) (If spare tire option is also ordered, spare tire will be matching traction tire) (TGK) 2023-0914-0031 Spare tire with wheel (includes hydraulic jack) (512/611) 1 $339.00 $339.00 DocuSign Envelope ID: 807C24E0-F15A-4BC8-BE16-8245C6C21703 2023-0914-0032 Front Wheel Well Liners (factory) (61L) 2023-0914-0038 Snow Plow Prep Package (to be ordered w/ 6.7L Diesel Engine) (Must also order either 332-Amp 1 $242.00 $242.00 Alternator #67A or 410-Amp Dual Alterantors #67B) (Not compatible w/ other front suspension packages #67H, 67X or 67P) (473) 2023-0914-0041 Cab Steps, Regular Cab (6in Angular Black Running Boards)(18B) 1 $309.00 $309.00 ! 2023-0914-0043 Engine Block Heater (41H) 1 $97.00 $97.00 2023-0914-0044 Backup Alarm (76C) 1 $146.00 $146.00 2023-0914-0046 NEW: XL Chrome Package (Includes chrome front bumper, bright grille, power sliding rear glass w/ rear 1 $218.00 $218.00 window defrost on ext/crew cab, remote start, halogen fog lamps) (96V) 2023-0914-0047 Rearview Camera and Prep Kit (includes loose camera and wiring bundle) (872) (Info: Upfitters offer 1 $400.00 $400.0( rearview camera installation option with body orders) 2023-0914-0048 Center High -Mounted Stop Lamp (CHMSL)(59H)(No-charge) 1 $0.00 $0.0( 2023-0914-0060 120W40OW Outlet (1) (includes one in -dash mounted outlet) (to be ordered w/ 40/20/40 seating) (If 1 $170.00 $170.00 ordering w/6.71L Diesel Engine, MUST also order either 332-Amp Dual Alternators #67A or 410-Amp Dual Alternators #67B) (43C/67A) 2023-0914-0066 NEW: 410-Amp Dual Alternator (250 amp plus 160 Amp) (diesel engines) (67B) 1 $110.00 $110.00 2023-0914-0218 Floor Mats, HD Rubber Molded, Front (Weather Tech) (DLR) 2023-0914-0219 Floor Mats, HD Rubber Molded, Rear (Weather Tech) (DLR) I~ - 2023-0914-0223 Service Manual, CD (DLR) 2023-0914-0224 Service Wiring Diagram, Paper (DLR) 2023-0914-0333 Spotlight, LED 6 inch, Clear Lens, Pillar Mounted, Driver Side (Unity) 2023-0914-1053 Dump Body -11ft with Folding Sides, quick drop tailgate, tapered 1/4 cabshield, double acting electric/hydraulic hoist, and 5in track on dash with universal phone holder, body is painted black (84CA, DRW) (ALL DB-11BFS) (ABW1053) 2023-0914-1533 48in x 18in x 18in Aluminum Underbody Toolbox installed forward of the rear axle, PASSENGER side (84CA or longer) (requires platform, stakeside, or dump body) (ALL ATB-48) (ABW 1533) 2023-0914-1561 Heavy Duty 2in Receiver Hitch with equal or greater than 20,000 GTWR includes/ 7-Way Flat RV Plug, Class V (7-Way or 6-Way Round plug available in lieu of 7-Way Flat for no additional cost, must specify at time of order) (Requires Body Order) (ALL-HDHITCH) (ABW1561) 2023-0914-1577 Semi -automatic, spring -rewind tarp system with aluminum housing and premium mesh tarp (requires platform, landscape, or dump body upfit (BUY 554275150) (ABW1577) 2023-0914-1580 Installation of factory provided rearview camera (Must order Ford's Rearview Camera and Prep Kit, which is shipped loose from factory) (ABW1580) 1 $132.00 $132.01 1 $111.00 $111.01 1 $221.00 $221.01 1 $105.00 $105.01 1 $721.00 $721.01 1 $19,212.00 $19,212.01 1 $1,169.00 $1,169.01 1 $1,122.00 $1,122.00 1 $1,140.00 $1,140.00 1 $127.00 $127.00 • 2023-0914-1624 Snow Plow Package, V Plow Package, with corrosion resistant dual 304 stainless steel moldboards with 1 $11,135.00 $11,135.00 1/2in cutting edges, tubular steel floating A -frame, dual -action angle cylinders, fully enclosed 2 HP power/hydraulic unit and regenerative hydraulics with full size SAE standard cartridge valves and oversize 3/8in rubber hoses, 70 degree attack angle and snow throwing flared wings, dual -beam halogen plow lights with secure double post mounts, 2 independent 6in trip edges, laser cut steel ribs, a full length 2in cross tube, oversized hinge pin, ergonomic in -cab controller with single button control 2 DocuSign Envelope ID: 807C24E0-F15A-4BC8-BE16-8245C6C21703 for all plow functions including v-scoop and angle. (8-1/2 Foot) (BUY VXF85) (Must Factory Snow Plow Prep Package #473) (ABW1624) 2023-0914-1673 Buyers Saltdogg (10ft) 4.5 Cubic Yard Electric Stainless Hopper Spreader. Conveyor and spinner 1 $15,482.00 $15,482.00 powered by indpendent electric motors. Capable of spreading bulk salt or a 50/50 salt/sand mix. In cab controls with independent variable speeds for conveyor and spinner. 14in poly spinner broadcasts up to 30ft. 12in chain conveyor drive. Chute is adjustable up to 11-1/2in. HIgh quality 304 stainless steel construction. Stainless steel inverted V improves flow and reduces stress on the drive line. Top screen and tie downs included. Made in the USA. (Requires service body, dump body or flatbed upfit)(BUY 1400550SSE) (ABW1673) 2023-0914-1683 Buyers Saltdogg mid -size spreader stand. Simplifies unloading and storage of your mid -size spreader. 1 $3,756.00 $3,756.00 Adjustable legs to accommodate your bed height. Built in rollers make loading and unloading your spreader simple and smooth. Built with sturdy 1/4in structural steel tubing for durability. (Requires Buyers Saltdogg 9ft or loft Spreader) (BUY 3037294) (ABW1683) 2023-0914-1771 Federal Signal surface mounted Micropulse Ultra amber LED warning lights installed 2 in the front and 1 $1,622.00 $1,622.00 two in the rear (total of 4) (ALL IPX300PKG) (ABW1771) Quote Totals Total Vehicles: Sub Total: $122,613.00 8.4 % Sales Tax: $10,299.49 Quote Total: $132,912.49