HomeMy WebLinkAbout000606 Original ContractReviewed by:
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES
MAHER ABED, DEPUTY DIRECTOR OF OPERATIONS
Maher Abed
Deputy Director of Operations
ES -13 -004, Bucket Truck
PROJECT MANUAL
CONTRACT DOCUMENTS
for
Bucket Truck
PURCHASE CONTRACT NO. ES -13 -004
O pORT qN%,
ciip
is% vw..........e
'c ANa�
CITY OF PORT ANGELES
WASHINGTON
MARCH 2013
Approv ''d by:
City of Port Angeles
Record #000606
d
William Bloor
City Attorney
page 1 of 29
Bids will be taken for the following Materials:
CITY OF PORT ANGELES
INVITATION TO BID
for
Bucket Truck
Sealed bids will be received by the Public Works and Utilities Director until 2:00 PM, Thursday,
April 18, 2013 and will be opened and read in the Public Works Utilities Conference Room, Port
Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98362.
Schedule A: Obtain one (1) 19,500 GVWR 4 -wheel drive truck with service body insulated
bucket lift
The materials to be bid are fully described in the instructions to bidders and the bid documents.
Bid documents may be obtained at the Public Works and Utilities Department, between the hours
of 8:00am and 4 :00pm, City of Port Angeles, 321 E. 5th Street, Port Angeles, Washington 98362,
(360) 417 -4541. Technical questions regarding this bid should be addressed to Dennis McBride,
Fleet Manager at (360) 565 -3860, between the hours of 7:00 AM and 3:00 PM.
The City of Port Angeles (hereafter "City reserves the right to reject any or all bids and to waive
minor irregulaties in the bids. Subject to the foregoing, the contract may be awarded to the lowest
responsible bidder.
Minority and women owned businesses shall be afforded full opportunity to submit bids in
response to this invitation, shall not be discriminated against on the grounds of sex, race, color,
age, national origin or handicap in consideration of an award of any contract or subcontract, and
shall be actively solicited for participation in this project by direct mailing of the invitation to bid to
such businesses as have contacted the City for such notification. Further, all bidders are directed
to solicit and consider minority and women owned businesses as potential subcontractors and
material suppliers for this project.
Bids must be sealed with the outside of the envelope marked "BID OPENING DATE MARCH 21,
2013 PURCHASE CONTRACT NO. ES -13 -004. The name and address of the bidder shall also
appear on the outside of the envelope. Bids shall be addressed:
Public Works and Utilities Department
Attn: Glenn Cutler, Director of Public Works Utilities
PO Box 1150, 321 East Fifth Street
Port Angeles, Washington 98362
PUBLISH: Peninsula Daily News: March 31, 2013
ES -13 -004, Bucket Truck page 2 of 29
INSTRUCTIONS FOR BIDDERS
Bucket Truck
BID SUBMITTAL:
All bids must be sealed with the outside of the envelope marked with the words:
"BID OPENING DATE:ARERibild 3; PURCHASE CONTRACT NO. ES -13-
004." The name and address of the bidder shall also appear on the outside of
the envelope. Bids shall be directed to:
Public Works and Utilities Department
Attn: Glenn Cutler, Director of Public Works Utilities
PO Box 1150, 321 East Fifth Street
Port Angeles, Washington 98362
It is the intent of the attached specifications to describe the minimum
requirements for the materials requested in sufficient detail to secure bids on
comparable materials. All parts included in the bid shall conform in strength,
quality of workmanship and material to that which is usually provided the trade in
general. Any variance from the specifications or standards of quality must be
clearly pointed out in writing by the bidder.
Do not make reference to brochures or supporting literature on the bid sheet. All
notations for bid compliance or exceptions are to be made on the bid sheet
or on a plain piece of paper attached and referenced to the bid item.
The City's bid sheet must be signed by the bidder or its agent in order for
the proposal to be accepted. If alternate materials are proposed, bidders are
required to submit a separate bid sheet for each unit offered.
All bids must be made on the required bid form and in cases of errors in the
extension of prices in the bid, the unit prices will govern. All blank spaces for bid
prices must be filled in, with ink or typewritten, and each bid form for which the
bidder is providing a bid must be fully completed and executed when submitted.
Only one copy of each complete bid form is required. The completed bid form(s)
must be accompanied by one completed Bid Signature Sheet, and one
completed Non Collusion Affidavit form. Faxed or emailed bids will not be
accepted. Failure to adhere to instructions may constitute disqualification of
proposal.
BASIS OF AWARD:
The basis of award will be determined by the value of the base bid for each
vehicle including all mandatory equipment, taxes, and licensing for that vehicle.
The basis of determining award for each vehicle does not include the trade -in
offer bid item nor optional equipment and their associate taxes
COMPLIANCE WITH SPECIFICATIONS:
The equipment must be in accordance with the specifications.
ES -13 -004, Bucket Truck page 3 of 29
Failure on the Contractor's part to comply with any specification herein will be grounds
for disqualification of the bid.
All items called for in the specifications, including but not limited to the equipment
constructed as shown, and the necessary manuals, must be complied with before the
final payment can be processed.
Where the description of an item includes both specifications and a brand name and
number, the specifications shall govern in case of conflict. Brand name and number are
for reference as to the type and quality required and do not preclude offers of a
comparable or better product, provided full specifications and descriptive literature
accompany the offer. Failure to include full descriptive literature may be cause to reject
the offer.
WARRANTY:
The purchased vehicle must have full Manufacturer's new vehicle warranties, and the
warranties must inure to the benefit of the City.
Vendor agrees to these warranty provisions by signing the bid proposal.
SAFETY:
This unit shall completely comply with all State and Federal laws, rules, regulations and
codes in effect at the time of delivery.
The unit shall be tested by the successful bidder for compliance with all OSHA/WISHA
regulations and the State Department of Labor and Industries Electrical Workers Safety
Rules.
DELIVERY ACCEPTANCE:
The successful bidder shall be responsible for delivery to the City's garage, 1703 South
B Street, Building L in Port Angeles, Washington, between the hours of 7:00 AM and
3:00 PM during the City's normal work day. Delivery shall be made within the time
period specified on the Schedule but not later than 180 days after the contract is signed.
GENERAL INFORMATION:
The City of Port Angeles reserves the right to consider delivery time and may waive any
minor defects or reject any and all bids. Any bid may be withdrawn prior to the above
scheduled time for the opening of bids or authorized postponement thereof. Any bid
received after the time and date specified shall not be considered. No Bidder will be
permitted to withdraw its proposal between the closing time for receipt of proposals and
the execution of contract, unless the award is delayed for a period exceeding sixty (60)
calendar days. The City of Port Angeles may, at its option, in awarding this purchase
contract, take into consideration the revenue it would receive from purchasing the
equipment from a supplier located within its boundaries, in accordance with RCW
39.30.040.
Offers made in accordance with the Invitation to Bid shall be good and firm for the period
specified in the bid unless the Bidder specifically limits its offer to a shorter period by
written notification on the bid document. However, bids so modified may be declared
non responsive.
Minority and women owned businesses shall be afforded full opportunity to submit bids
in response to this invitation, shall not be discriminated against on the grounds of sex,
ES -13 -004, Bucket Truck page 4 of 29
race, color, age, national origin or handicap in consideration of an award of any contract
or subcontract, and shall be actively solicited for participation in this project by direct
mailing of the invitation to bid to such businesses as have contacted the City for such
notification. Further, all bidders are directed to solicit and consider minority and women
owned businesses as potential subcontractors and material suppliers for this project.
Signing of the bid sheet by Contractor and subsequent acceptance by the City of the
lowest responsive bid will constitute a binding agreement between the City and
Contractor. Contractor understands and agrees that no contract payment will be made
until the City certifies that all stated specifications have been complied with and the
equipment is delivered and accepted by the City.
Bids will be evaluated and submitted to the City Council for approval as soon as possible
after bid opening.
Upon award of the contract to the successful bidder, the City will send the Contractor
duplicate, complete sets of Contract Documents, which will include the City's Purchase
Order Requisition. The Purchase Order Requisition will include the final agreed upon
price and the specific equipment and options being purchased. The Contractor will then
sign the duplicate sets of Contract Documents and return them for signing by the City.
Each party will retain a fully executed set of the Contract Documents.
The Invitation to Bid is released by the City of Port Angeles Public Works and Utilities
Department, which shall act as sole point of contact for administration of the bidding.
Questions should be directed to Lucy Hanley, Contract Specialist, (360) 417 -4541 or to
contracts @cityofpa.us.
STANDARD TERMS AND CONDITIONS:
THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND
CONDITIONS AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF
THE CITY OF PORT ANGELES AND THE STATE OF WASHINGTON, WHICH
ARE HEREBY INCORPORATED BY REFERENCE.
1. CHANGES: No alteration in any of the terms, conditions, delivery price,
quality, quantities, or specification will be effective without written consent of
the appropriate representative of the City.
2. HANDLING: No charges will be allowed for handling, including but not limited
t� packing, wrapping bags, containers or reels, unless otherwise stated
herein.
3. DELIVERY ACCEPTANCE: For any exception to the delivery date as
specified in this Contract, Contractor shall give prior notification and obtain
written approval thereto from the City. Time is of the essence and the
Contract is subject to termination for failure to deliver as specified and /or
appropriate damages. The acceptance by the City of late performance with
or without objection or reservation shall not waive the right to claim damage
for such breach nor constitute a waiver of the requirements for the timely
performance of any obligation remaining to be performed by Contractor.
ES -13 -004, Bucket Truck page 5 of 29
4. PAYMENTS: Invoices will not be processed for payment until receipt of a
properly completed invoice or invoiced items, whichever is later. Payment will
be made within 30 days of receipt of invoice.
5. DAMAGES FOR DELAY: Delays add cost to the City in the form of time needed for
operational duties, administration and supervision and in the form of replacement
equipment rental. Because the City finds it impractical to calculate all of the actual
cost of delays, it has adopted the following to calculate liquidated and actual
damages for failure to complete the delivery of the equipment/material on time.
Accordingly, the Contractor agrees to the following:
a. To pay liquidated damages in the amount of $25 for each working day beyond the
number of working days established for physical delivery of the
equipment/material; and
b. To pay actual damages equal to the actual cost to the City for rental of equipment
necessary for the user Department to continue with its operations; and further
c. To authorize the City to deduct these liquidated and actual damages from any
money due or coming due to the Contractor.
6. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be
shipped prepaid, F.O.B. Destination.
7. REJECTION: All goods or materials purchased herein are subject to
approval by the City. Any rejection of goods or material resulting because of
non conformity to the terms and specifications of this Contract, whether held
by the City or returned, will be at Contractor's risk and expense.
8. IDENTIFICATION: All invoices, packing lists, packages, shipping notices,
instruction manuals, and other written documents affecting this Contract shall
contain the applicable purchase contract number.
9. INFRINGEMENTS: Contractor agrees to protect and hold harmless the City
against all claims, suits or proceedings for patent, trademark, copyright or
franchise infringement arising from the purchase, installation, or use of goods
and materials ordered, and to assume all expenses and damages arising
from such claims, suite or proceedings.
10. WARRANTIES: Contractor warrants that articles supplied under this Contract
conform to specifications herein and are fit for the purpose for which such
goods are ordinarily employed, except that if a particular purpose is stated,
the material must then be fit for that particular purpose.
11. ASSIGNMENTS: The provisions or moneys due under this Contract shall
only be assignable with prior written consent of the City.
12. TAXES: Unless otherwise indicated the City agrees to pay all State of
Washington sales or use tax. No charge by Contractor shall be made for
federal excise taxes, and the City agrees to furnish Contractor, upon
ES -13 -004, Bucket Truck page 6 of 29
acceptance of articles supplied under this Contract with an exemption
certificate.
13. LIENS, CLAIMS AND ENCUMBRANCES: Contractor warrants and
represents that all the goods and materials ordered herein are free and clear
of all liens, claims, or encumbrances of any kind.
14. RISK OF LOSS: Regardless of FOB point, Contractor agrees to bear all risks
of loss, injury or destruction of goods and materials ordered herein which
occur prior to acceptance of the material by the purchaser. Such loss, injury
or destruction shall not release Contractor from any obligation hereunder.
15. HOLD HARMLESS: Contractor shall protect, indemnify, and hold the City
harmless from and against any damage, cost or liability for any injuries to
persons or property arising from acts or omissions of Contractor, its
employees, agents or subcontractors howsoever caused.
16. ANTI TRUST: Contractor and the City recognize that in actual economic
practice overcharges resulting from anti -trust violations are in fact borne by
the City. Therefore, Contractor hereby assigns to the City any and all claims
for such overcharges.
17. DEFAULT: Contractor shall be liable for damages suffered by the City
resulting from Contractor's breach of Contract. The Contractor covenants
and agrees that in the event suit is instituted by the City for any default on the
part of the Contractor, and the Contractor is adjudged by a court of competent
jurisdiction to be in default, Contractor shall pay to the City all costs,
expended or incurred by the City in connection therewith, and reasonable
attorney's fees. The Contractor agrees that the Superior Court of the State of
Washington shall have jurisdiction over any such suit, and that venue shall be
laid in Clallam County.
18. BRANDS: When a special brand is named it shall be construed solely for the
purpose of indicating the standards of quality, performance, or use desired.
Brands of equal quality, performance, and use shall be considered, provided
the bidder specifies the brand and model and submits descriptive literature
when available. Any bid containing a brand that is not of equal quality,
performance, or use specified must be represented as an alternate and not as
an equal, and failure to do so shall be sufficient reason to disregard the bid.
19. SAFETY: The materials shall completely comply with all State and Federal
laws, rules, regulations and codes in effect at the time of delivery.
20. ACCEPTANCE: CONTRACTOR ACCEPTS ALL OF THE TERMS AND
CONDITIONS SET FORTH. FORMAL OBJECTION IS HEREBY MADE BY
THE CITY TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY
VENDOR CONTRACTOR AS A CONDITION OF ACCEPTANCE OR
DELIVERY.
ES -13 -004, Bucket Truck
page 7 of 29
PURCHASE CONTRACT
THIS AGREEMENT is made and entered into this day of
2013, between the City of Port Angeles (hereinafter called the "Purchaser') and
Versalift Northwest. LLC (hereinafter called the "Contractor", "Vendor or
"Bidder
WITNESSETH: That the Purchaser and the Contractor, in consideration of
the performance of the terms and conditions hereinafter mentioned, agree as
follows:
ARTICLE I
CONTRACT DOCUMENTS
The complete contract includes the Invitation to Bid, the Instructions to
Bidders, the Bid, the Specifications, the Standard Terms and Conditions, the
Purchase Order Requisition, and the Purchase Contract. The foregoing
documents shall hereinafter be called "Contract Documents" or "Contract All
obligations of the Purchaser and the Contractor are fully set forth and described
herein.
In the event of a discrepancy between any of the Contract Documents, as
above defined, the Purchaser shall give a written interpretation thereof, which
interpretation shall govern.
ARTICLE II
CONTRACT COST
The Contractor agrees to sell and deliver to the Purchaser, at the delivery
points specified by the Purchaser in the form of a purchase order, and the
Purchaser agrees to purchase and receive from Contractor the equipment as
described and set forth in the Contract Documents, Schedule A, and the
provisions of the Contractor's bid attached and made a part hereof.
ARTICLE III
ASSIGNMENT
ARTICLE IV
APPLICABLE LAW AND VENUE
The Contractor shall not assign any of its responsibility under this Contract
without the express written consent of the Purchaser.
This Contract shall be governed by, and construed in accordance with, the
applicable laws of the State of Washington. Any legal proceedings to determine
the rights and obligations of the parties hereunder shall be brought and heard in
Clallam County Superior Court.
ES -13 -004, Bucket Truck page 8 of 29
ARTICLE V
NONDISCRIMINATION
During the performance of this Contract, the parties shall conduct their
business in a manner which assures fair, equal and nondiscriminatory treatment
of all persons, without respect to race, creed, color, sex, Vietnam era veteran
status, disabled veteran condition, physical or mental handicap, or national
origin, and, in particular:
1. The parties will maintain open hiring and employment practices and will
welcome applications for employment in all positions from qualified
individuals who are members of the above stated minorities.
2. The parties will comply strictly with all requirements of applicable federal,
state or local laws or regulations issued pursuant thereto, relating to the
establishment of nondiscriminatory requirements in hiring an employment
practices and assuring the service of all patrons and customers without
discrimination with respect to the above stated minority status.
ARTICLE VI
TERMINATION OF CONTRACT
In the event that any of the provisions of this Contract are violated by the
Contractor or the Contractor's subcontractors, the Purchaser may serve written
notice of intention to terminate such Contract upon the Contractor, which notice
shall specify the reasons therefore. Unless within thirty (30) days after serving
such notice upon the Contractor such violation shall cease and an arrangement
for the correction thereof satisfactory to the Purchaser be made, the Contract
shall, upon the expiration of the said thirty (30) days, cease and terminate. In the
event of any such termination, the Purchaser may purchase the materials
necessary for complete performance of this Contract, and the Contractor shall be
liable to the Purchaser for any excess cost thereby.
ES -13 -004, Bucket Truck page 9 of 29
Waiver of any breach of any term or condition of this Contract shall not be
deemed a waiver of any prior or subsequent breach, no term or condition of this
Contract shall be held to be waived, modified, or deleted except by a written
instrument signed by the parties hereto.
VERSALIFT NORTHWEST, LLC. CITY OF PORT ANGELES
By:
Title: V e e o' u
Dated: 5 3\ 3.
ATTEST:
IN
ARTICLE VIII
WAIVER
By:
ot„
Title: L' fi—i vvi av�cti
Dated: I! I 1 1 3
ATTEST:
://,(AW4
Cit Clerk
Ap roved to as to orm
City A torney
ES -13 -004, Bucket Truck page 10 of 29
City of Port Angeles
Invitation to Bid
Purchase Contract: ES -13 -004
Schedule A
Bucket Truck
GENERAL DESCRIPTION OF EQUIPMENT BEING BID:
Bidders may list variations to these minimum specifications in the "Exception"
section of the bid sheets. Bidders may also suggest alternatives to specified
name brand products specified by the City of Port Angeles in the "Exception"
section as an "Approved Equal." To be considered as an "Approved Equal, "the
specifications of the suggested alternative must be attached for our review. The
City of Port Angeles will be the sole judge for approving other brands offered as
equals to the brand specified. Bidders are also encouraged to list and price any
options that are felt to enhance the use of item bid and /or would be desirable. All
standard equipment to be included, specified or not. When a Society of
Automotive Engineers (SAE), American National Standard Institute (ANSI),
American Society for Testing and Materials (ASTM), American Welding Society
(AWS) "Reference" is cited, it is to establish an expected level of performance,
level of testing or design basis.
SCOPE OF BID
GENERAL BID PROVISIONS:
The purpose of this specification is to obtain one (1) 19,500 GVWR 4 -wheel drive truck
with service body and insulated bucket lift per the attached specifications.
ITEMS TO BE INCLUDED WITH BID
All major components of the requested equipment must be manufactured or distributed
by the original equipment manufacturer and advertised on a factory brochure as a
standard or optional component.
Bidder is to include the factory brochure with the bid. Equipment that has had its
features or size reduced to below what the factory says is necessary will not be
accepted. Features and /or minimums listed on this brochure as a factory required
minimum for the size of the unit bid must be included in the bid to ensure that the
equipment offered not only meets these specifications, but also includes factory- listed
requirements for its particular size.
CONTRACT PERIOD
The contract is to be in effect for a period of one year from the date of the award.
PRICING
A. The City reserves the right to increase or decrease quantities under this contract and
pay according to the unit prices quoted in the proposal any time during the contract
period.
ES -13 -004, Bucket Truck page 11 of 29
B. The City is entitled to any promotional pricing during the contract period which is
lower than pricing as provided in the bid.
DELIVERY DATE
The bidder must state on the bid proposal sheet the number of days after the date the
purchase order is issued that delivery of all contract specified units are guaranteed.
LATE DELIVERY
All vehicles must be completed and ready for inspection, with appropriate invoices, no
later than the agreed delivery date. All vehicles are to be delivered within the number of
days bid by the vendor and specified in the bid specifications.
For vehicles delivered to the City by the vendor, date of delivery will be date of receipt
and /or acceptance of vehicle, whichever is later, at customer user's location. For
vehicles to be picked up at dealer's facility for credit, date of delivery will be considered
to be the date the vendor notifies user that vehicle is available for pickup.
DELIVERY LOCATION
The unit will be delivered by the winning bidder to the City Corporation yard at:
1703 South B St.
Building L
Port Angeles WA. 98363
BID EVALUATION
The award of this contract will not be based on cost alone, as other factors and features
are equally important.
Minor deviations from these specifications will be considered, provided the manufacturer
or dealer submits in writing a full description, in detail, for each variation, with reference
made to each item to which the variation will apply. These variations must be submitted
with, and made a part of, this bid. If no variations are called out, the bidder will be
required to meet or exceed each item in the specifications as written.
The City will make evaluation on information supplied. if more than one make or model
is offered, please copy the appropriate bid sheets. A separate bid shall be submitted for
each item to be evaluated.
APPROVED EQUAL
The term "Approved equal" shall mean that the quality of equipment must meet the
quality of the named reference and receive City approval. The City shall be the sole
arbiter in the determination of equality and reserves the right to reject any and all bids
and accept the bid or bids that, in the sole and absolute judgment of the City, will best
serve the interests of the City.
ITEMS REQUIRED FOR DELIVERY OF EQUIPMENT
Signed priced invoice
ES 004, Bucket Truck page 12 of 29
2 sets of keys for vehicle (with remote entry fobs if equipped)
Pre delivery inspection report
Warranty books
ASCII and paper copy of Equipment Parts Line Setting Chart
Parts, service and operator's manuals and drawings (as per specifications)
All documents required for Licensing and Registration
All items called for in the specification must be supplied to the City before the final invoice will
be processed.
The application for Certificate of Title must have the following address:
City of Port Angeles
321 E 5 St.
P.O. Box 1150
Port Angeles, WA 98362
AVAILABILITY
In the event items ordered become unavailable and cannot be supplied out of current
model year production, a unit deemed by the City to be equal must be supplied. If a
substitute is not available or acceptable, then a similar unit from the next model year
must be supplied at the same price. If time does not permit this, the order may be
canceled, and the vehicle purchased from other sources. The vendor will reimburse the
City for all costs over the contract price. If substitute /similar unit is obtained, vendor will
not be assessed the liquidated damages cited above.
SPECIFICATIONS:
All unspecified, installed components will be configured to match or exceed industry and safety
standards for the requested GVW, vehicle and mounted equipment type. This unit will be designed
and constructed in accordance with all current industry standards and will be in compliance with all
applicable laws, rules, regulations and standards in effect at the time of manufacture. All equipment
that is considered by the factory as standard, unless specifically called out in the specifications to be
deleted, will be included.
ONE 2013 YEAR, 19,500 GVWR, 4 WHEEL DRIVE TRUCK WITH
SERVICE BODY INSULATED BUCKET LIFT
CATEGORY I ITEM I MINIMUM SPECI,, F_IC ;iGOMPLY I EXCEPTIONS
_:,1 ca aiNr0501"
1 rear w eels, 19,500 GVWR, 4 -wheel
drive, front tow hooks. Color shall be
white. Unit shall be undercoated.
CHASSIS
2 •.V ing for radiator,
e A a ai. i an Q �a (rssMo snip
e
installed.
ES -13 -004, Bucket Truck page 13 of 29
Transmission: automatic electronic
overdrive 6 speed with PTO provision.
3 Rear axle rated capacity shall be 13,500
lbs. Front axle rated capacity shall be
7,000 lbs.
4 -wheel drive: manual shift transfer
case with manual locking hubs, limited
4 slip differential.
Tires: all position front rear traction
225170R19.5. A hydraulic jack lug
wrench shall be supplied.
Power steering and 4 wheel, power,
5 disk, anti -lock brakes. HD shocks,
springs and stabilizer bars front rear.
180 amp alternator with a 730 CCA HD
battery.
A second 850 CCA deep cycle auxiliary
battery shall be under hood mounted. It
6 shall be connected to the vehicle
charging system but isolated from it
using a battery isolator. In the event the
auxiliary battery cannot be under hood
mounted an alternate location must be
authorized by the City.
Aux. power source; up -fitter electric
switches; intermittent wipers, dome
light, dual map lights, AM /FM radio with
clock. A factory installed voice activated
system for hands free cell phone
operation shall be included.
8 Gauges: Tachometer, oil pressure,
coolant automatic trans temp.
Cab: non metallic headliner, door trim
panels with vinyl floor covering, tilt
steering wheel, lightly tinted glass all
9 around, manually telescoping trailer tow
mirrors.
Cab steps shall be installed on the
driver passenger side.
Factory mud flaps shall be installed.
Seating: two vinyl covered bucket style
seats shall be installed. A 40/20/40
bench seat with the center section
removed shall meet this requirement.
10 After market seats may also be used if
necessary. Nothing shall be mounted in
the area between the two seats; the
designated area shall be left clear from
the dash to the rear cab wall.
11 Mid -ship mounted fuel tank, capacity
22.5 gallons.
12 Set of two keys, with keyless entry fobs
if so equipped.
ES -13 -004, Bucket Truck page 14 of 29
rB�DY
18
ES -13 -004, Bucket Truck
13
rt f�lr t_ rtz
r 4.) t
f is'Y: r l� r r:- ;t' h- -r:
1111
1 of G a.
Driver side chock storage
All doors shall be double paneled with
automotive style bulb seals, stainless
steel pin hinges and locking slam style
latches. All locks shall be keyed alike.
Large vertical doors shall have over
14 center spring style retainers to limit the
door travel as well as hold the door
when in an open position.
All horizontal doors shall have cable or
chain retainers.
The deck of the interior cargo area and
tops of the boxes shall be made of tread
15 plate. The interior cargo area deck shall
be coated with a heavy duty,
commercial, non -slip coating.
All tail, stop, backup and running lights
shall be LED.
16 All lights, switches or controls shall be
recess mounted or have a cage or
eyebrow to protect them from damage.
Storage for wheel chocks shall be built
into the box next to the wheel well. (see
photo Item 18 below). There shall be two
17 wheel chocks per side with storage
areas. The chock storage areas shall not
intrude into any of the compartment
areas.
Passenger side chock storage
page 15 of 29
Driver side compartment configuration:
first compartment vertical, second
compartment vertical, third
compartment horizontal, fourth
19 compartment square (bottom rear), fifth
compartment, a hotstick shelf shall
extend through the top of the driver's
side of the box with a door access at the
rear of the box (see attached photos
item 25 below).
First driver side compartment: clear
door opening of 33" tall X 23" wide with
20 E -track installed full width, on all three
interior compartment walls, 2" down
from the compartment ceiling.
Second driver side compartment: clear
21 door opening 33" tall X 18" wide with
three adjustable shelves.
Third driver side compartment: clear
22 door opening 12" tall X 41" wide with
two adjustable height shelves installed.
The door shall be hinged at the bottom.
Fourth driver side compartment: Clear
23 door opening 33" tall X 20" wide with
two adjustable height shelves.
Fifth driver side compartment: A
hotstick shelf shall be installed in the
upper 9" of the box and shall extend
from the rear forward 94" through the
24 second, third and fourth compartments.
The access door shall be at the rear (see
photos item 25) with a clear door
opening of 6" tall X 14" wide. Six, 4"
schedule 40 hot stick tubes shall be
installed on and secured to the shelf.
ES -13 -004, Bucket Truck page 16 of 29
25
4th compartment
3rd compartment
Passenger side compartment
configuration: First compartment
26 vertical, second compartment vertical,
third compartment horizontal, fourth
compartment vertical.
First passenger side compartment: clear
door opening 49" tall X 23" wide with
one fixed, expanded steel shelf 8" down
27 from the top of the compartment. E
track shall be installed on all three
compartment walls 2" down from the
bottom of the shelf.
Second passenger side compartment:
clear door opening 33" tall X 18" wide
with one permanent shelf mounted 6"
28 down from the top of the compartment.
E -track shall be installed under the shelf
on all three compartment walls 2" down
from the bottom of the shelf.
Third passenger side compartment:
29 Clear door opening 12" tall X 41" wide
with one adjustable height shelf. The
door shall hinge at the bottom.
Fourth passenger side compartment:
Clear door opening of 33" tali X 20"
wide. The compartment will have one
fixed height shelf 12" down from the
30 compartment ceiling. Six full width
drawers, 2" tall with adjustable dividers
will be installed directly under the shelf.
The drawers will have HD ball bearing
roller slides and automatic locks in the
stored position.
2nd compartment
hot -stick shelf door
J
ES -13 -004, Bucket Truck
page 17 of 29
A storage box shall be installed on the
passenger side top rear of the box (see
photo item 32 below). The walls, ends a
bottom of the box shall be lined with 1 /4"
exterior grade plywood. The door shall
be top opening and allow access to the
entire length and width of the box
31 interior. The door shall have water proof
seals and shall be constructed to
channel rain away from the sealing area.
The door shall have rigid side mounted
rolled steel handles and gas struts to
counter balance the weight of the door.
Overall box dimensions 14" tall X 20"
wide X 96" Ion
32
Passenger side top box
g P
A 26" wide X 16" tall tail shelf shall be
installed at the rear. A 17" wide X 14"
high, plywood lined pass through
33 storage compartment with full
width /height access doors on both
sides shall be part of the tail shelf. (see
hoto item 34 below
34
Tail shelf storage access
A 2" square receiver socket shall be
installed on the passenger side corner
35 of the tail shelf to accommodate a
removable vise mount. (see photo item
36 below)
ES -13 -004, Bucket Truck page 18 of 29
36
38
Vise mount
The bumper shall be 4" high by 9" deep
made from steel with inset grip strut. A
flexibly mounted step shall be installed
under the passenger side of the
bumper. (see photo item 38 below).
A mounting rail, positioned at mid width
37 of the passenger side box, with one end
welded to the tail shelf 16" out from the
rear of the wall of the box and the other
attached to the rear wall of the top box
shall be installed.
A trailer hitch shall not be installed or
re uired.
Bumper
39 A minimum 98 DB backup alarm shall be
installed. t
ES -13 -004, Bucket Truck page 19 of 29
BUCKET The lift shall be insulated and have
LIFT dielectric integrity. The lower boom
shall have a fiberglass insert with a
minimum 12" insulation gap as a
chassis insulation system.
The lift shall provide 42" of insulation
gap when fully retracted to meet ANSI
A92.2 -2001 requirements for Cat. C, 46
KV and below.
A programmable electronic chassis
controller with indicated inputs and
outputs for troubleshooting and LED
indicator lights shall be used.
Minimum height shall be 39.5' to the
bottom of the bucket with a 44.5'
working height. Minimum horizontal
reach shall be 30.7'.
The turret rotation shall be 360 degree
continuous and unrestricted.
It shall have an articulated lower and
upper boom with a fiberglass
40 telescoping final boom stage for the
platform. All booms shall be square in
cross section. Lower boom articulation
shall be -5° degrees to 90° vertical.
Upper boom articulation shall be -20° to
+80° degrees.
A padded boom rest with an automatic
latching system, boom storage warning
light and boom over stow protection
shall be included.
The pedestal shall be mounted to the
front of the cargo box interior.
The main boom shall be designed for
use with an 800 lb. capacity material
handling jib and have a fully horizontally
extended material handling capacity of
200 lbs. The material handling jib will
not be required or installed.
There shall be no manufacturer /dealer
rebuild /tear down requirements for the
life of the unit.
ES -13 -004, Bucket Truck page 20 of 29
41
42
43
Non -lube bearings shall be used at all
boom pivot points. All pins shall have a
dual retention system for safety.
A multi -link carrier system shall be used
to carry the hydraulic hoses through the
boom.
The platform shall be closed 24" x 30" x
42" with one step on the outside and
one on the inside. Both steps shall have
flat step areas. The inside step shall not
protrude into the interior of the bucket.
A platform rotation system capable of
rotating the platform in an arc of 180
degree shall be included.
Platform shall be end boom mounted
with a minimum capacity of 400 lbs.
Platform leveling shall be a hydraulic
master /slave system with controls to tilt
the platform for rescue or clean out.
Lower platform controls shall be full
pressure with an override and be turret
mounted.
Upper platform controls shall be full
pressure with a single lever controller
incorporating a safety trigger.
An engine stop /start control shall be
installed at both upper and lower
control locations.
The platform shall also have an
emergency stop control and a hi /low
engine speed control.
44 There shall be a hydraulic tool circuit
with outlets at the platform.
The hydraulic system shall have a
minimum operational pressure of 2250
PSI at 8 GPM. The hydraulic oil reservoir
shall be external, have a 20 gal. capacity
with dip stick. The system shall have a
60 mesh suction screen and a 10 micron
45 hydraulic filter.
The hydraulic pump shall be
transmission PTO mounted operated.
The PTO will be a 12v electric or
hydraulic pressure activated unit.
ES -13 -004, Bucket Truck page 21 of 29
46
Landing pads for the stabilizers shall be
in brackets mounted under the box in
close proximity to the jack where they
shall be used.
When in the rest, the lift and bucket
shall be positioned to allow room for
access to the interior of the cargo box
from the rear. The bucket when in the
rest shall also be inside a vertical line
determined by the rear surface of the
bumper. Dimensions of the rear shelf or
bumper, with agreement from the City,
may be changed to meet this
requirement.
Lights All compartments shall have internal
Accessories LED lights for illumination. The lights
shall illuminate when the door is opened
48 and turn off when it is closed. The lights
shall be connected to the auxiliary
battery (see item 6 above) for power. An
in -cab master switch shall control the
power to the lights.
There shall be two 4" LED illumination
lights, one on each side of the interior
cargo area of the box. Additionally
there will be four 4" LED ground
illumination lights, two mounted on
each side of the truck, one at the rear
and one at the front, positioned to
illuminate the ground in front of the
compartment doors and the landing
area of the outriggers.
47
49
Two modified "A" frame hydraulic
outrigger jacks, with controls at the rear
of the truck shall be installed. When in
the down position, with 8.1" of
penetration and a 40" frame height, the
jacks shall not exceed more than 116"
to outside of pads maximum width.
An outrigger in motion alarm shall be
installed.
The lights shall be operated by and
connected to the in -cab master switch
for the compartment lights.
If any external light intrudes into a
compartment interior, or is exposed
where it could be damaged, it shall be
boxed in or covered for protection.
ES -13 -004, Bucket Truck page 22 of 29
50
Two remote controlled spot lights shall
be installed on mounts placed on the
rear portion of the left and right front
fenders. The lights and mounts shall be
built and installed so as not to interfere
with the operation of the doors or hood
and to have minimum impact on the
driver's line of vision. No part of the
light or mount shall extend beyond the
maximum width of the truck (102
Two dual or quad flash amber LED
warning strobe lights shall be installed
and operated by an in cab switch. At
least one of the strobes shall be visible
from any position around the truck.
Two round 4" LED amber strobes
(reference brand: Buyers party:
51 SL4OAR) shall be installed in the area of
the tail lights and be operated by the
same switch as the strobes. These
lights shall be mounted flush in the
same manner as the tail lights.
All warning lights used must be class 2
optical warning lights and meet the SAE
J595 standard.
An engine mounted belt driven AC
generator, meeting the specifications of
a Fabco Power PM -110 with optional
Power Mite voltage regulator, shall be
52 installed. Two outlets one on each side
of the rear shelf shall be installed and
connected to the AC system. The
outlets shall be inset into the rear shelf
so that the face is flush with the
mounting surface.
A coolant style automotive heater shall
be installed to directly heat the front
compartments on both sides. Each
53 compartment will be vented into the
adjoining compartment or box so that
the heat circulates through all
compartments.
A backup camera with IR low light
capabilities and a color monitor shall be
54 installed. The monitor shall be mounted
in dash if possible. A factory installed
system is preferred.
ES -13 -004, Bucket Truck page 23 of 29
An auto rewind grounding reel, having
50' of 2/0 fine strand electrical cable
with a "duck bill" screw style grounding
clamp attached, will be installed under
the body or tail shelf. The cable shall be
accessible and drawn from a roller
fairlead equipped opening at the rear of
55 the vehicle.
There shall be a three point grounding
system, tying the mounted unit, body
and chassis to a common ground near
the grounding reel. The grounding
cable reel shall be attached to this
common ground.
There shall be 20 hooks, mounted on E-
track clips, supplied with the unit. The
56 hooks shall be configured to match the
measurements photos below (see
Item 57 below).
57
58
Manuals, 2 ea. owner /operator and 1 ea.
maintenance parts, shall be supplied.
Manuals are required for the chassis
and ALL mounted or installed
equipment. Manuals on CD are
acceptable.
J
J
ES -13 -004, Bucket Truck page 24 of 29
To eliminate the possibility of
components not being mounted or
manufactured to the City's satisfaction,
twice during construction, once after
the body and aerial are mounted to the
truck and once just prior to painting,
there shall be a build conference
between the contractor and City
representatives.
The first conference will take place
when the body and aerial are mounted
59 and a series of detailed photographs
shall be forwarded to the City for
approval.
The second conference will be an on-
site visit. Just prior to painting, two City
representatives shall do an on -site visit
to assure all changes are complete and
to the City's satisfaction before paint is
applied. All travel, meal and
accommodation costs for the City
representatives will be the responsibility
of the winning bidder.
The successful bidder shall provide:
1) Four hours of operator training for all
using personnel
2) Four hours of repair and maintenance
training for all Equipment Services
personnel at our facility.
The operator training shall be done
upon delivery of the unit to the City. The
maintenance training shall be scheduled
with the City when the unit is delivered.
Warranty: Chassis: 3 years 36,000 miles
bumper to bumper, 5 year 100,000 mile
61 power train.
Mounted equipment: minimum 1 year
with unlimited operation time.
Delivery date: Days after the purchase
62 order is received that the unit shall be
delivered to the city.
60
2 (''21
ES -13 -004, Bucket Truck page 25 of 29
City of Port Angeles
Bid No. ES -13 -004
BID FORM
Bucket Truck
Bidder must bid on all bid items for a bid to be valid. The bidder hereby bids the following
amounts for all material described in the Schedule A of the Contract Document.
BID ITEMS
Bucket Truck 1
Total with Washington State sales tax:
Note: If vehicle is purchased outside Washington State, state sales tax of
8 7% shall apply Vehicles purchased in the state of Washington, state sales
tax of the origination of vehiclq shall apply
66%-t Csn a C...- x& t.pki t onky
Total Bid Amount:
MODEL YEAR VEHICLE
PRICE
$1 L12 0
ES -13 -004, Bucket Truck page 26 of 29
Will you sell additional units to the City of Port Angeles at the bid price until further notice?
)(Yes No
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received
Addenda No(s). /WA to this project manual.
The undersigned hereby accepts the terms and conditions as set forth herein. This bid
submittal sheet must be signed and dated by the bidder or a representative legally
authorized to bind the bidder.
FULL LEGAL NAME OF BIDDER
City of Port Angeles
Bid No. ES -13 -004
Bucket Truck
BID SIGNATURE SHEET
(BID SUMMARY and SIGNATURES)
Vc- c N o rA-Lva e�s-�- L.L.L.
TYPE OF BUSINESS: Corporation Partnership (general) Partnership
(limited)
Sole Proprietorship y Limited Liability Company
ADDRESS Zoe CO -ry4 ?Afk-v-IO
CITY /STATE /ZIP 'idA- 1 6 1( Z.
PHONE 2 FAX 5'1'10 FAX 2.
NAME (PLEASE PRINT) .)DrI ,k Ga s
TITLE o\.‘2 S f'c: c 0,04or
SIGNED t9x.ua t DATE A Al Zfl\
ES -13 -004, Bucket Truck page 27 of 29
�`a
S
STATE OF WASHINGTON
COUNTY OF
ES -13 -004, Bucket Truck
NON COLLUSION AFFIDAVIT
The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a
genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not
therein named; and (s)he further says that the said bidder has not directly or indirectly induced
or solicited any bidder on the above work or supplies to put in a sham bid, or any other person
or corporation to refrain from bidding; and that said bidder has not in any manner sought by
collusion to secure to him /her self an advantage over any other bidder or bidders.
re of Bidder /Contractor
Subscribed and sworn to before me this \I day of 20 k
Notary Pu
State of .cJ
Residing at
My Comm. Exp.:
PATSY RUTH WHIPPLE
Notary Public, State of Texas
,P:` My JULY 28i 2015 Expires
page 28 of 29
BIDDER'S CHECKLIST
1. Has the Bid Submittal Sheet been properly signed, and corporate seal affixed, if applicable?
2. Has the Non Collusion Affidavit been property executed?
3. Have all Addenda, if any, been acknowledged on the Bid Submittal Sheet?
4. BID MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE
CONSIDERED A VALID BID.
ES -13 -004, Bucket Truck page 29 of 29
DATE: April 18, 2013
TO: Glenn Cutler
Director of Public Works and Utilities
Public Works and Utilities Department
SUBJECT: Quote VNW- 50049R1
AERIAL LIFT SPECIFICATIONS
VNW- 50049R1
Page 1 of 7
S
Versalift Northwest L L.C.
1200 Texas Central Parkway
P.O. Box 21415 Waco, Texas 76702 -1415
Phone Number: (254) 420 -5330
Fax Number (254) 776 -8025
We are pleased to quote the VERSALIFT VST -40 -I, insulated 40 ft. 4 in. (12.3 m) telescopic aerial
platform lift, 45 ft 4 in. (13.8 m) working height, 30 ft. 2 in. (9.2 m) horizontal reach including the following
items:
PLATFORM The closed fiberglass platform is 24 In. x 30 In x 42 In. deep (.61 m x 76 m x 1.07 m) with
an inside and outside step for easy access. The platform capacity is 500 lbs. The platform is equipped
with a tubular rubber rest/support.
PLATFORM COVER A vinyl cover is supplied for the platform
PLATFORM LINER Platform liner is supplied for the platform.
PERSONNEL RESTRAINT SYSTEM A harness and a lanyard are supplied. The anchor for the lanyard
is attached to the platform support.
SINGLE STICK UPPER CONTROL The full pressure single -stick upper control includes a safety trigger
to prevent inadvertent operation. The lift movements correspond with control handle movements An
emergency stop and a tool selector control are located at the upper controls
HYDRAULIC PLATFORM ROTATION A hydraulic rotary actuator, operated by a control lever, rotates
the platform 180° from one side of the boom, to the end -hung position, and to the other side of the boom
HYDRAULIC PLATFORM LEVELING A master and slave cylinder controls platform leveling The
leveling system can be operated from the upper or lower controls to adjust platform leveling, tilt the
platform for clean out, or to ease the removal of an injured operator.
HYDRAULIC TOOL CIRCUIT AT THE PLATFORM This system is intended for open center hydraulic
tools. The tool circuit provides 6 gpm (22 7 Ipm) A pressure reducing valve in the tool circuit limits the tool
pressure The valve can be adjusted from 1000 to 2500 psi (70 to 175 kg /cm).
OUTER/INNER BOOM ASSEMBLY- The outer/ inner boom assembly includes an outer boom, telescopic
inner boom, extension system, and hose assemblies. The outer boom consists of an 8" x 10" (203 mm x
254 mm) steel section, with a 9" x 11" (229 mm x 279 mm) fiberglass Electroguard section. The 6 x 8
'/8" (165 mm x 216 mm) rectangular fiberglass inner boom is housed within the outer boom The extension
system consists of an extension cylinder, holding valves, and a hose carrier housed inside the boom. The
hoses routed through the outer /inner boom assembly are non conductive and fully contained within the
boom assembly A double acting cylinder with two integral holding valves articulates the outer /inner boom
assembly The upper boom is equipped with an automatic boom latch.
AERIAL LIFT SPECIFICATIONS CONTINUED
LOWER BOOM WITH CHASSIS INSULATING SYSTEM Each end of a high strength fiberglass insert
(chassis insulating system) is installed inside a rectangular 8" x 10" (203mm x 254mm) high strength steel
section. The steel and fiberglass sections are bonded with pressure- injected epoxy to fill any voids. After
the adhesive cures, 16 bolts are added to assure maximum strength A double acting cylinder, with two
integral holding valves, articulates the lower boom The lower boom and compensation link form a
parallelogram linkage to maintain the knuckle at a constant angle to the turret
CYLINDERS Both the upper and lower cylinders are a threaded head -cap design. Both are equipped
with two integral holding valves that prevent down creep and to lock the booms in position in the event of
hose failure.
TURRET The turret wings are designed for strength and rigidity A bearing cover seals out moisture and
prevents foreign materials from obstructing the turret rotation The turret plate is machined to provide a
flat surface to support the rotation bearing.
INDIVIDUAL LOWER CONTROLS Individual full pressure controls at the turret actuate all boom
functions The lower control station is equipped with a selector valve to override the upper controls.
CONTINUOUS ROTATION Unrestricted rotation is accomplished by a hydraulically driven worm and
spur gear with a shear -ball rotation bearing. The critical bolts holding the lift to the rotation bearing and
the rotation bearing to the pedestal are grade 8 hex head cap screws These critical bolts are torque seal
marked to provide a quick means of detecting any turning of the bolt upon inspection. An eccentric ring is
used for gearbox backlash adjustment.
LUBRICATION Non -lube bearings are used at most points of motion Only the rotation bearing requires
periodic lubrication
PEDESTAL The pedestal is tubular with a reinforced mounting plate The top plate of the pedestal is 1
1/4 in. (32 mm) thick and machined flat to support the rotation bearing.
OUTRIGGERS The modified A -frame outriggers are equipped with pilot operated check valves, internal
thermal relief valves, pivot feet, and separate controls. Outrigger dimensions vary with chassis
application. For a 31" (0.79 m) frame height, the, the outriggers furnish 122" (3.1 m) of spread, 8" (203
mm) of penetration, and 18" (457 mm) of ground clearance
INDEPENDENT OUTRIGGERS Narrow angle modified A -frame outriggers are shear -plate mounted to
the frame and are equipped with pilot operated check valves, internal thermal relief valves, pivot feet, and
separate controls.
MOTION ALARMS The main and auxiliary outriggers are equipped with motion alarms
OUTRIGGER BOOM INTERLOCK SYSTEM The outrigger /boom interlock system prevents lift
operation until the outriggers contact the ground and outrigger retraction before the aerial lift is properly
stored
HYDRAULIC OIL RESERVOIR A 17 gallon (64 4 I) hydraulic oil reservoir is built integral to the pedestal.
Two sight gauges allow quick hydraulic fluid level checks.
HYDRAULIC SYSTEM The open- center hydraulic system operates at 3000 psi (210 kg /cm) at 6 gpm
(22 7 Ipm). A 10- micron return -line filter, mounted above the hydraulic oil level and inside the pedestal,
can be easily changed without draining the reservoir The 100 mesh (149 micron) suction strainer in the
reservoir can be removed for cleaning. A gate valve, located below the reservoir, prevents oil loss when
the pump is serviced A magnetic drain plug attracts metal particles from the oil
MANUAL THROTTLE CONTROL Gives the operator a choice of economic engine idle speeds or faster
engine speeds with faster lift movements when required The manual throttle control is designed to
operate only when the truck engine is running and the master control is activated An air cylinder at the
platform or a toggle switch at the pedestal can be used to energize the manual throttle control.
PAINT The complete unit is primed and painted prior to assembly The color is white urethane
VNW- 50049R1
Page 2 of 7
AERIAL LIFT SPECIFICATIONS CONTINUED
HOSES AND FITTINGS The hoses routed through the booms are high pressure and non conductive
with swaged hose end fittings. Retainers separate the hoses inside the booms to prevent chafing and
nylon sleeves are installed over hoses at points of movement. Reusable fittings can be installed if a hose
is damaged.
ENGINE START STOP The start/stop circuit has been designed so the lift cannot be operated unless
the truck ignition switch is in the "RUN" position and the master control is activated. This feature makes it
difficult for unauthorized individuals to operate the lift when the truck is locked. An air cylinder at the upper
controls and a toggle switch at the pedestal energize this system
EMERGENCY POWER An auxiliary hydraulic pump designed to bring the booms down in case the main
hydraulic source fails. The emergency hydraulic pump is driven by a DC motor, which is powered by the
truck engine battery. The system is connected in parallel with the main pump and is designed for non
continuous operation. An air cylinder at the upper controls and a toggle switch at the pedestal are used to
energize the system.
ELECTRICAL INSULATION SPECIFICATIONS The outer /inner boom assembly is tested and certified
for electrical work at 46 KV and below in accordance with ANSI A92.2 requirements The outer /inner
boom assembly is fully insulated even in a retracted position. The chassis insulating system (lower boom
insert) is also tested according to ANSI A92.2.
LINE LIFTING SOCKET Built as part of the platform support structure, is a vertical line lifting socket for
3 in. (76 mm) diameter line lifting attachments The socket is automatically leveled with the platform
without any manual adjustments.
SLOPE INDICATORS Slope indicators are required on Versalift units and supplied by Time
Manufacturing Co. Slope indicators shall be installed to indicate the level of the rotation bearing relative to
the ground.
MANUALS Two (2) operator's manuals and two (2) service manuals are included
2013 Ford F -550 4x4 Reg Cab:
6.7L V8 Diesel Engine
6 -Speed Automatic Transmission
PTO Provision
4 88 Rear Axle W/ Limited Slip
165" Wheel Base
84" Cab to Axle
19,500 lb GVWR
Payload Upgrade Package
Extra Heavy Duty Suspension
Engine Block Heater
Black Molded Driver and Passenger Steps
Six (6) 225 Max Traction Tires
AM /FM Stereo with CD Player
Auxiliary Audio Input
SYNC Package
Vinyl 40 /Open /40 Seating
Steering Wheel Controls
Interior Steel Gray
Exterior Oxford White
CHASSIS SPECIFICATIONS
VNW- 50049R1
Page 3 of 7
BODY SPECIFICATIONS
132 inches long x 40 inches high x 94 inches wide
Body Dimensions:
40 Inches- Compartment height
18 Inches- Compartment depth
-54 Inches- Load space width
-24 Inches- Top of body to the top of the floor
-18 inches- Horizontal Compartment Height
-6 inches- Wheel Box Height
Body Floor and Understructure:
12 gauge hot rolled treadplate- Floor
6 Inch structural steel channel full frame
Accessories:
Stainless Steel automotive rotary type door latches
Spring loaded door holders on all vertical hinged doors and chain stops on horizontals
VISTA LED rope lighting installed in all body compartments with door switches
Rubber rolled crown type fenders
Automotive Bulb Type Weather stripping
Master door locking system
-Fuel Filler cut out in wheel panel, streetside
Paint:
Rubberized protective undercoating 3 -M Body Schutz #08864
Streetside Comoartmentation
1st Vertical:
-E -track installed on all three (3) walls in compartments
2nd Vertical:
Three (3) adjustable shelves with adjustable dividers
Horizontal Compartment:
Two adjustable shelves with adjustable dividers
Rear Vertical:
-Two adjustable shelves with adjustable dividers
Hotstick Shelf:
-97" long shelf installed on the streetside with a rear dropdown access door
Stainless steel automotive rotary type door latch
Automotive bulb type weatherstripping
Curbside Comoartmentation
1st Vertical:
E -track installed on all three (3) walls in compartments
2" down from top of compartment
One (1) fixed expanded metal shelf installed 8" down from top of compartments
2nd Vertical:
E -track installed on all three (3) walls in compartments
-2" down from top of compartment
One (1) fixed shelf installed 6" down from top of compartment
Horizontal Compartment:
-One (1) adjustable shelf with adjustable dividers
Rear Vertical:
One (1) fixed shelf installed on top of drawer set 12" from top of compartment
Six (6) material drawers mounted on 250 lb capacity roller bearing slides
-Each drawer has thumb pull latches on each side of drawer
Adjustable dividers installed in each drawer on 6" centers
Curbside Top Mounted Box:
-96" long x 14" high x 20" wide
One (1) lift up lid with chain stops
-Two (2) gas assisted door openers
One (1) tool box style paddle latch
-1/4" plywood lined with sides glued in place and bottom dropped in tight fit
Automotive bulb type weatherstripping
VNW- 50049R1
Page 4of7
BODY SPECIFICATIONS CONTINUED
Tailshelf:
-12 gauge treadplate tailshelf 26 inches long x 94 inches wide x 16 inches high
6 inch structural steel channel full frame
-1/4" plywood through tunnel
Underslung compartments each side of the tailshelf with vertically hinged doors
Stainless steel automotive rotary type door latches
-Chain stops on drop down doors to stop at 45 degrees
Automotive bulb type weather stripping
-2" receiver for vice mount on curbside
Tailshelf Rear Lighting:
94" Wide 7 -lamp light bar installed at rear of tailshelf
Rubber mounted recessed rear lighting kit with harness
-Two (2) stop /tail /turn lights (L E.D
-Two (2) clear back up lights (L.E.D
-Two (2) side clearance lights reflector style (L.E D
Two (2) rear clearance lights reflector style (L.E D
-Three (3) light center cluster reflector style (L.E D
-Seven (7) Lamp light wiring harness
Bumper:
-Full step bumper 9" long x body width with full gripstrut top
Rear skirt to bottom of body
Wheel Chock Storage:
Two (2) built into body fender panel on streetside and one on curbside
INSTALLATION DETAILS
Furnish and install mounting hardware, PTO, and pump
Install VERSALIFT VST -40 -I
Furnish and install body and accessories
Furnish and install mudflaps
Furnish and install backup alarm
Furnish and install travel height decal in the cab
Furnish and install rubber bumper for hotstick door
Furnish and install 6 PVC tubes in hotstick box
Furnish and install park brake interlock
Furnish and install quick disconnects with dust caps at the platform tool power
Furnish and install spring rewind grounding reel with 50' of 2/0 clear jacket cable, ball stop, ferrule and
clamp
Furnish and install 3 -point grounding system
Furnish and install two (2) pedestal mounted amber strobes one visible from any position around the
truck
Furnish and install four (4) 4" LED lights to light up ground each side at the front and the rear
Furnish and install Go -Light 2020 on left and right front fender not to interfere with driver vision
Furnish and install SL40AR flush in the rear of the tailshelf
Furnish and install Fabco PM -110 generator with two (2) GFI receptacles
Furnish and install Heater Craft bin heaters in curbside and streetside front compartments
Furnish and install LCD back up camera mounted in dash
Furnish and install rear chassis spring
Furnish and install ICC bumper
Paint body to match cab and chassis
Paint treadplate floor with black no -skid
Paint mounting hardware with outriggers
Paint tool box
Furnish fire extinguisher and 3 -piece triangle reflector kit
Furnish four (4) DICA 18" x 18" x 1" outrigger pads
Furnish pre -paint inspection for two (2) employees
Test ride completed unit for 1 hour
Test and Certify per ANSI A92 2 -2001
VNW- 50049R1
Page 5 of 7
PRICE SUMMARY
Aerial, Body, Accessories and Installation: 82,564.00
2013 Ford F -550 4x2 Reg Cab: 39,657.00
SUBTOTAL: 122,221.00
TAX 8.7 10,634.00
NET PRICE FOB PORT ANGELES, WASHINGTON: 132,855.00
NOTES
1 Your Terms This Order: Net 30 Days pending credit approval.
2. Days to Delivery:
3 This Quotation Valid For:
4. This quotation does not include any applicable sales tax, title, license or state inspection
5. Quoted chassis pricing is subject to change without notice from dealer
6. If Versalift Northwest is supplying the chassis, please send Versalift Northwest two (2) checks
One should be made payable to the chassis provider listed below for the amount of the truck
chassis and payment rendered at the time the chassis is received at our facility. The other check
should be made payable to Versalift Northwest for the aerial lift, body, accessories and
installation and payment rendered within the terms specified above. If you are providing us with a
truck chassis, please make your check payable to Versalift Northwest for the aerial lift, body,
accessories and installation
7. Versalift Northwest will not invoice for the tax amount
Sincerely,
Chassis Provider
Thank you for considering Versalift Northwest to meet your utility equipment needs. We look forward to
earning your business.
Dan Condon
Field Sales Manager
Phone. (509)- 220 -9381
PO
Tom Addis Automotive Group
314 W Clayton Ave
Coeur d'Alene, ID 83815
Quantity Options:
VNW- 50049R1
Page 6 of 7
Approximately 210 270 Days after
receipt of order or 60 days after receipt
of chassis, whichever is later
30 Days
Signature. Date
Please sign and date this quote if you would like to purchase this unit as stated in the quotation
listed above. Indicate any options that you wish to include on your unit by the option number in
the space provided above. Please fax entire quote along with your PO to (254) 776 -8025 or email
to jeffrevdetimemfq.com
DATE: April 18, 2013
TO: Glenn Cutler
Director of Public Works and Utilities
Public Works and Utilities Department
SUBJECT: Quote VNW- 50049R1
EXCEPTIONS
S
Versalift Northwest L L.0
1200 Texas Central Parkway
P.O. Box 21415 Waco, Texas 76702 -1415
Phone Number (254) 420 -5330
Fax Number: (254) 776 -8025
Delivery: Approximately 210 270 Days after receipt of order or 60 days after receipt of chassis,
whichever is later
VNW- 50049R1
Page 7 of 7