HomeMy WebLinkAbout4.416 Original Contract
CONTRACT DOCUMENTS
for
Caterpillar Inc. D7RIID
CONTRACT NO. 22.02.13
CITY OF PORT ANGELES
WASHINGTON
January 20, 2003
GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES
KEN RIDOUT, DEPUTY DIRECTOR OF OPERATIONS
A-
Rn
Glenn A. Cutler
Director of Public Works & Utilities
PW-409 01 [09/18/02J
<t. </ J lJJ
INSTRUCTIONS FOR BIDDERS
Equipment Bids
BID SUBMITTAL:
Bids shall be directed to the Director of Public Works
& Utilities, and mailed to PO Box 1150, or delivered
to 321 East Fifth Street, Port Angeles, Washington
98362.
It is the Intent of the attached specifications to
describe the minimum requirements for the
equipment requested in sufficient detail to secure
bids on comparable equipment. All parts for body or
chassis which are necessary In order to provide a
complete unit, meeting all safety requirements, and
ready for operation, shall be included in the bid and
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
pqinted 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.
If a bidder's corporate policy mandates use of an
official quotation form, it may be submitted.
However, the cost data must be duplicated on the
City's bid cost data and agreement sheet. The
City's bid sheet must be signed by the bidder or
its agent in order for the proposal to be
accepted.
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 the bid form must be fully completed and
executed when submitted. Only one copy of the bid
form IS required.
COMPLIANCE WITH SPECIFICATIONS:
The equipment must be in accordance with the
specifications. Any variation proposed by the
successful bidder must be approved in writing by the
City prior to the change. Such variations, regardless
of whether there IS any adjustment in the contract
amount, must be confirmed by a fully-signe.d
change order. Failure to follow this procedure can
result in nonacceptance of the equipment by the
City.
Failure on the Contractor's part to comply with any
specification herein, once the bid is accepted by the
PW-409 _05 [Rev 09/18/02]
City, WIll be grounds for disqualification of the bid
and termination of the contract.
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.
WARRANTY:
Six (6) month. 100% parts and labor. The
successful bidder shall warranty all work performed
under thIS contract for a period of SIX (6) months
from the date of delivery.
In addition to the six (6) month 100% parts and labor
a 4 year or 5,000 hours which ever comes first
100% parts and labor shall be provided for the
power train as delineated in the N.C. Machinery
Value Assurance Agreement with Addendum
Vendor agrees to these warranty provisions by
signing the bid proposal.
MANUALS and SCHEMATICS:
Vendor will provide two sets of manuals and
schematics for the following:
Service repair
Parts
Operator manual
Wiring
Lubrication
Factory built sheets
Engine and hydraulic manual
SAFETY:
ThiS unit shall completely comply With all State and
Federal laws, rules, regulations and codes in effect
at the time of delivery.
DELIVERY, RETURN & ACCEPTANCE:
The successful bidder shall be responsible for
delivery to the Landfill In Port Angeles, Washington,
between the hours of 8:00 AM and 3:30 PM during
the City's normal work day. Delivery shall be made
within the time period speCified on the bid.
At the end of the term of the lease/purchase
agreement the equipment shall be pickup at no
additional cost at the Landfill in Port Angeles,
Washington, between the hours of 8:00 AM and
3:30 PM during the City's normal work day.
Equipment must be in accordance with the
specifications. Any variation proposed by the
successful bidder must be approved by the City
prior to the change. Such variations, regardless of
whether there is any adjustment in the contract
amount, must be confirmed by a fully-signed change
order. Failure to follow this procedure can result In
nonacceptance of the unit by the City.
All items called for in the specification, including but
not limited to the unit constructed as shown, and the
necessary manuals, must be complied with before
the final invoice can be processed.
GENERAL INFORMATION:
The City of Port Angeles reserves the right to
consider delivery time and may waive any
informalities or 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 nonresponsive.
Minority and women owned businesses shall be
afforded full opportunity to submit bids in response
to this invitation, shall not be diSCriminated against
PW-409_05 [Rev. 09/18/02J
on the grounds of sex, race, color, age, national
ongin 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 matenal suppliers for
thiS project.
Signing of the bid sheet by Contractor and
subsequent acceptance by the City of the lowest
responsible 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. All bidders will be notified of results in
writing.
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 Tom McCabe, Solid Waste
Superintendent, (360) 417-4872; or Ken Ridout,
Deputy Director of Operations, (360) 417-4802.
City of Port Angeles
Caterpillar Inc. D7RIID
BID SUBMITTAL SHEET
(BID SUMMARY and SIGNATURES)
QUANTITY DESCRIPTION UNIT PRICE EACH TOTAL PRICE
1 Caterpillar Inc. D7RIID $378,217.00 $378,217.00
Trade In- Caterpillar 5BF0475 Model D7H ($45,000) ($45,000)
Washinaton State Sales Tax at 8.2% Pavable with lease Pavable with lease
TOTAL $333,217.00 $333,217.00
Delivery time after receipt of order (calendar days) 84
Terms of payment: Annual payment in advance upon delivery as determined by Caterpillar Financial Services
Corporation -lona-Term Rental Aareement
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 NC MACHINERY CO.
TYPE OF BUSINESS:
xm CorporatIon 0 Partnership (general) 0 Partnership (limited)
o Sole Proprietorship 0 Limited Liability Company
ADDRESS
73 ECLIPSE INDUSTRIAL PARKWAY
CITY/STATE/ZIP PORT ANGELES, WA.
PHONE 360-452-9222
NAME (PLEASE PRI~ DON LIN~.
SIGNED (U~ t:-:-
98362-9403
FAX 360-457-1510
TITLE EXECUTIVE VP1GEN. MGR.
DATE MARCH 13, 2003
PW 409.08A [rev. 6/21]
BID OR QUOTE SPECIFICATIONS
Caterpillar Inc. D7RIID
GENERAL DESCRIPTION OF EQUIPMENT BEING BID:
One (1) Caterpillar Inc. D7RII D as noted in the N.C. Machinery Company letter dated December
5, 2002 #W1 RXS0002 (attached) with the standard Caterpillar six (6) month full warranty for 100%
parts and labor (attached) and the N.C. Machinery Co. Value Assurance Agreement with
Addendum (attached).
PW-409_08B [rev 09/18/02]
tB N C MACHINERY CO.
I
73 Eclipse IndustriaJ Parkway
Pt Angeles. W A 98362-9403
360452-9222
CITY OF PORT ANGELES 9996026
17TH & B ST
PO BOX 1150
PORT ANGELES W A 98362-0217
~'ERPlUAR
12/5/02
#WIRXS0002
STANDARD MACHINE
(1) CATERPILLAR INC. D7R II D
Guards. hinged bottom with front
Alternator. 70 AMP brushless
Hydraulic. load sensrng. two-valve
Advanced Modular Coolmg System (AMOCS)
Fmal drives. 3 planet double reduction
diagnostlc functions
UNDERCARRIAGE
Canopy. ROPSIFOPS
urnt rnjection) and 24
Annrest, aJdustable
End track guiding guards
Differential steering (DS) WIth twist
cooler
ELECTRICAL
Hood. solid
Mirror, reaTVIew
Water separator
Radiator doors. louvered.. hinged
POWERTRAIN
Slartlfig receptacle
OPERATORE~ONMffiNT
Seat belt. retractable 3" (76MM)
Controlled throttle shifting
system for bulldozer control
S 0 S. sampling ports
Decelerator
hller control and hydraulic 011
ElectrOlllc Momtonng System (EMS)
Shlftmg auto kickdown (aUlo downsluft)
OTHER STANDARD EQUIPMENT
SllIftmg.auto sluft(2F/2R. 2F/lR. IF/2R)
Slartmg md ether
plClnetary
to\Hng devIce
TransmIssIOn. powersJlIft (3 speed)
hydraulIC 011. fuel lank. powertram
Muffler
Fuel prinllng pump
Hour meter
Fingertip control steering (FTC)
\\'ith control deactivation
Precleaner with stratta tube
Track adjuster. hydraulic
Alarm. backup
Torque divider
Ecology drains (engine oil, coolant,
Electronic air cleaner service indicator
dust ejector
of:
Coolant extended life
Idlers, lifetIme lubricated
Converter, 12 V, 10 AMP with 2 power
Fan, blower
case)
odometer, gear indicator and
OIl and fuel gauge, tachometer.
Steering with touch shift and choice
Battenes. 2 maintenance free 12V
Track rollers, bfetime lubricated
3176C diesel EUI (electronic
Controls. hydraulic pLlot controls with
Seat. vmyJ suspension
volt eJectnc startrng
WIth coolant temperature. power tram
outlets
Vandalism protectIon (8 caplocks)
Prescreener
(24 V system)
Ham. forward warnmg
Radio ready. 12V
tL
MACHINE SPECIFICATIONS
-L- rho "h",. n"",pn Pnc." ... ",,~.o..n c"'n~p ""'''n,,' M"O>, .Ra 111. I'"'' '" c,j~" ,,[ [I.allll'll ^'-"~It, UP III ~""I. _ b~~
c rhe "ho\,e I)umed Pnces do nOllnclude stale and 10c..J taxes IfiJppl1cable
; \II ,,,ders In purchuse or lease ha,ed on tlus Quotation ,hall be subJ~ct to ""Cepl"nce hv " r Machmery ~o .nd all sales I)r leases shall be made
"n JOu '.uhlect In', r ~Iachlnery Co , Standard Terms CoodltlOns and \V"rrnnll~s "n N C Machloery Cn 5 commerCial forms
'\CB, N ~ MACHINERY CO.
73 Eclipse IndustriaJ Parkway
Pt Angeles, W A 98362-9403
J60~52-9222
Machine ID:
SeriaJ: SMU:
Description
D7R DS II TRACTOR
WASTE HANDLlNG ARRANGEMENT
CAB,ROPS
PACK, DOMESTIC TRUCK
7U BULLDOZER, BASIC
7U BLADE, LANDFILL
CYlINDER MOUNTING
LIFT CYLINDERS + LINES, RH
LIFT CYLINDERS + LINES, LH
7 RIPPER, MUL TI-SHANK
RIPPER TOOTII, MULTI-SHANK.
HYDRAULICS, RIPPER
STRIKER BARS, RIPPER
STRIKER BARS, FRONT
CONVERTER., 24 VOLT TO 12 VOLT
GUARD. FUEL TANK
GUARD, LIGHT
GUARD, FINAL DRIVE, CLAMSHELL
ENCLOSURE,ENGlNE
GUARD,CRJUfKCASE
HEATER, ENG COOLANT 120 VOLT
AIR CONDmONER., ROPS MOUNTED
SEAT, AIR SUSPENSION
LIGIIT,DOIv1EIWlPER, lNTERMITTENT
GUIDE/GUARD, TRACK, REA vY DUTY
RADIATOR., AMOCS,WASTE HANDLING
FAN, FLEXXAIRE
PRECLEANER,TURBINE
EMA
TRACK, 22" ES (40 SEC) TRAP lID
~TERPILLAR
Ref. No.
1625793
1929951
1598368
OP021O
2127416
4Z0548
6Y5694
1296768
1296769
1644717
911641
1662159
2106031
2048935
1677630
1952590
2132203
1908433
1638822
1616318
1890751
1643713
1607178
2130929
2036527
1944129
1946841
] 929999
OP5203 SHIPPING AND
PACKING
]252219
TOTAL PRICE BEFORE TRADE-IN
$378,217
TRADE-lNS
Make
CATERPILLAR INC
Serial Number
5btM?5
Model
D7lI
Trade Value
45,000
TOTAL PRICE LESS TRADE
USD $333,217
QUOTE GRAND TOTAL
LESS TAX.
USD $333,217
WARRANTY
6 MONTH FULL MACHINE WARRANTY
Th" 1~<>' 'it (<''U?t'''''~ qj;;1r~ 'r'"' .."h),...t t.... "'b"'~87 n....~~....nt ~<;'tf~ql ~A~ tAw J'Flilll 1Ft atknt at ..U! tln.s Jf 8511,6.... ..Ill ..:.......1)
The o..I.bove f)uoled Pnces do not Include st.a1.e and local taxes. Lf appltcabh:
-'.11 nrder.; \0 purehl\SC or lease based on tlus QuotatIon ,hall be 'Ub)ecllo acceptance by N C Machlnerv Co and all sales or leases shall be made
"n dnu ,ublecl [Q N C Machmerv ell s Slandard Terms ('ondlllons and lVarrantles em N C Machinery Co's commerclal/onns
\)o.\<:-...~... ~___
~N ~ MACHINERY CO.
73 Eclipse Industrial Parkwa~-
Pi Angeles, W A 98362-9403
360.....52-9222
~'ERPllLAR
[EXTENDED WARRANTY ]
~ .YEAR OR 5000 HOUR EXTENDED POWER TRAIN WARRANTY. SEE FURNISHED
DOCUMENT.
ITEM # 1. JUST BELOW 6 MONTH FULL MACHINE W ARRANTY.DOES t NOTi APPL Y.
~
'I -now_b,. .:)1s"L.<lP,,___.,,__bl_cll._I~..~- .IL..... 1._. ..Jij. r' ..., H. 1.A.I..I.......ld.I....1 ...Il~ppl} ~-\ec.l ~
The ..bove Quoted Pnces Jo nOllnclude slale and locall'lXe5 If applicable ~
,",II orders 10 purchase or lease based onllus Quotallon ,hall be ,ub)ecIIO ncceptance bv ~ r: Machinery Co and all sales or leases snail be made
'In dnd ,ubJecl to "I C Maclunery ("" ',Standard Tenns. CondHlons and Warranlles on N C Machinery Co s commerCial forms
EffeclNe Wi/h sa/as /0 the fir$ user an or Bftf3r March 1, r999
CATERPILLAR WARRANTY
Earthmoving, Construction, Material HandUng, and PavJng Product Machines
For Selected Models Designated by Caterpillar With 6 Month/Unllmrted Hour Warranty
(llSA & Can ada)
Caterpillar warrams too followill9 products sold by II
and Operating wllhln ~ geographic area serviced by
autoolized USA and Canadian Caterpillar d6alers to be
free from defects in malerlal and wor1cmanship.
(In otllar areas differenlwarrantlBs may apply. Copies
IJf applicable warranties may be obtained by writing to
Caterpllar Inc., 100 N. E. Adams St.. PeoTia., IL USA
61629-3345.)
. ~ew Bartl1movlog, construction, material handIlng,
and paVIng product machines desIgnated by
CatefplllaJ as haVIng a 6 1l10nth/unllmited hour
VlratTSnly. See your Caterplrlar dealer for a complete
Iisllng of COVered models.
. New engines used as replaCl8ments in such
Caterpillar product
· Attachments Installed on such machlnes plfor to
delivery (unless cover&:1 by the Caterpillar Work Tool
warranty statement or another manufacturer's
warraF\ly).
An addtttonal warranty agaillSt braa1<age is applicable
to certain Caterpillar brand Ground Engaging Tools.
An additional wananty against wear Is applicable to
land/ill compactor Plus Tips wnen used In rasldenllal
Wast6 landfills Refer 10 the applicable warranty
statements lor coverage detail.
For nav..' replacement englOEl&. the warranty Period I~ 6
months, starting from date 04 dellV()ry to the lirst user.
Caterpillar ResponsIbilities
Ir B defect In malerial or WOrkmanship Is found during
the warranty pSflod, Caterpillar ....'ill, durlng normal
worklng hours and at a place of business 04 a
Caterpillar deal6t' or oIhflr S<lU1"Cll approved t:1'I
Cat~pillar:
· ProlJ1de (at Caterpllla~s choIce) MW,
Remanufactured, or CateIPillar..approved repaired
parts or assembled com~s needed to COlTe::t
th6 defect.
Note: Iiams repla08d under this warranty become the
proporty of Caterpillar,
. Replace lubricating 011. fillers, antifreeze, and other
seNice Items made unusable by the defect,
· Provide reasonable and customary labor neede::l to
corr9Cl the defect except in the case of a new
replacemenl engine otlglnally lnlllalled by other than
a Caterpillar dBaler or S01lTee approved by Caterpillar.
In this caee, labor Is limited to repair only, and
removal and IflStaJlatlon Is loe user's responsiblllly.
User Responsibilities
This WlIITanty does not apply to CalerpJllar brBIld The ussr Is responsible tor.
btitt(jri~ Mobll-traD belts or Carerplllar Work Tools
wtllch are covered by other Calerplllar warrandes.
This W8rJanty is subject to the fOllov.'ing:
Warranty P6J'lod
For new machinGS and attachments, the warranty
Partod Is 6 months, starting from date 04 delivery 10 the
first user,
SELF526B
. Providing proa1 041he delivery dale to the first ~er.
· The costs assooialed with transporting Iha prod uct.
. labor costs, excePt as staled under .Calerplrlar
Responsibilities".
. local I axes. II applicable.
. Parts sIlippgng charges in eKCess 0( Ihose which are
usual and C\Jstomary.
. Costs to IrTllGSljgate complaints. unlass the problem is
causad by a detect In Caterpillar materia( or
wort<manshlp.
. GIving limely notice of a warrantable fallllre and
promptly ll1aklng the product aVallable for repair.
· Perfonnanc~ of lite required maintenam:e (inofudlng
uoo 01 propet fuel. ojl, tumlC8ms and coolal'lt) and
r&placement of ilems due to normal wear and tear.
· Allowing Caterplllar access 10 all eleclronically Slored
data.
Limitations
CateJplllar is not responsible lor lailures res.ultinll from'
. Any use 01 Installation Which Caterpillar judges
improper.
. Affaooments, accessory items and parts not sold 01
approved hy Caterpillar.
. Abuse, n~lect and/or improp&T repair,
. User's delay rn making lhe product available afte.r
being nolifiM of a potential produCI problem.
. UnauthorIZed repair or adjustments, and
l1nauthorlzed fuel setting Changes.
(con/inued on reVSfSiJsid8...)
r:n
\'1l
:J
r-t
0-
'<
z
(/
n
""J
CD
C.
I-'
r-t
C1
CD
"0
D>
""J
r-t
3
CD
:J
.-+
~
I\)
111
I\)
111
.....
CD
I\)
CJ)
"oJ
o
--
"oJ
--
o
Co)
~
(()
"'1J
s::
F
"*'
CD
I\)
"oJ
~.
"'1J
D>
<C
CD
Co)
--
~
NEITHER THE FOREGOING EXPRESS WARRANTY NOR ANY OTHER
WARRANTY BY CATERPILLAR, EXPRESS OR IMPLIED, IS
APPLICABLE TO ANY ITEM CATERPJLLAR SELLS WHICH IS
WARRANTED DIRECTLY TO THE USER BY ITS MANUFACTURER,
en
'Il
::J
rt
0-
"'<
THIS WARRANTY IS EXPRESSLY IN LIEU OF ANY OTHER
WARRANTIES, EXPRESS OR IMPLIED, INCLUDING ANY WARRANTY
OF MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE,
EXCEPT CATERPILLAR EMISSION.RELATE0 COMPONENTS
WARRANTIES FOR NEW ENGINES, WHERE APPLICABLE. REMEDIES
UNDER THIS WARRANTY ARE LIMITED TO THE PROVISION OF
MATERIAL AND SERVICES, AS SPECIFJED HEREIN. CATERPILLAR IS
NOT RESPONSIBLE FOR INCIDENTAL OR CONSEQUENTIAL
DAMAGES.
z
o
o
-,
m
0-
.....
r+
o
m
-a
D>
-,
r+
..
m
::J
r+
.f:>
I\)
111
I\)
111
OJ
I\)
CD
-..J
o
~
--
~
-..J
--
o
w
.f:>
I\)
o
"1J
s::
,
'II::
OJ
I\)
-..J
"1J
D>
tC
m
.f:>
........
.f:>
As used in this warranty.lhe term .Caterplllar" means Caterpillar Inc., or one of its subsidiaries, except Caterplllar Overseas SA.
Caterpillar France SA., Caterpillar (UK) Limited, or Caterpillar BelgIum SA. whichever last sold the product involved.
.N C MACHINERYCO.
VALUE ASSURANCE AGREEMENT
This Value Assurance Agreement applies to
D7R
Caterpillar Model
Serial No
delivered to City of Port Angeles
on
(the "Product")
This extended warranty IS In addition to Caterpillar's standard warranty and does
not have any effect on that warranty NC Machinery Co shall provide the
following Value Assurance Servlce(s)
to City of Port Angeles
VALUE ASSURANCE SERVICE
EXTENDED WARRANTY PERIOD
YEARS/OPERATING HOURS
4 years or 5,000 hours
from date of delivery,
whichever occurs first
~/
cu-~ 6~/ KoJ ~
Wdl62Yni ~~ou/r ?~~~
d; ~~- ~a- e7/ r ?~
aJ~~. ~w
The terms of the N C Extended Power Train Warranty are set forth below The
terms of any other service or warranty are provided In the attachment(s) to this
Agreement
N C EXTENDED POWER TRAIN WARRANTY
N C Machinery Co warrants the following power train components to be free
from defects In material and workmanship under normal use and service dUring
the extended warranty period
Engine (excluding radiator,
alternator, compressor, starter and
attachments)
Steering Clutches
Drive Axles
Drive Pumps/Motors (tractors only)
PInion and Bevel Gear
Transfer Gear Group
Transmission
Universal JOints
Dlfferenllal
Torque Converter
Steering Brakes (track-type tractors only)
Final Drive Gear Trains (up to
but not Including sproCkets)
(see back for General Terms and Conditions)
By _ Date
Value Assurance Agreement Addendum
Caterpillar Inc. D7RIID
1. Additional limitations: Delete "Any use or installation which in the sole judgement of N.C. is
improper"
2. Disclaimer and Release: Delete "(C) any obligation liability, right, claim or remedy in tort,
whether or not arising from the negligence of N.C. (whether active, passive ir imputed); (D) any
obligation, liability, right, claim or remedy for loss of or damage to any equipment"
3. Exclusion of consequential and other damages: Delete in its entirety.
4. Applicable Law: Delete "federal maritime law, except on issues not governed by maritime law,
where" and "shall govern if a dispute arises"
5. Arbitration: Delete "any claim based on contract, tort or statute shall be settled by final and
binding arbitration in accordance with the commercial arbitration rules of the American Arbitration
Association and conducted in Seattle Washington" and replace with "any claim based on contract,
tort or statute may be settled by final and binding arbitration in accordance with the commercial
arbitration rules of the American Arbitration Association and conducted in Port Angeles,
Washington or other place agreeable to the parties"
6. NC Responsibilities: Add "Warranty work shall include both parts, and labor. Warranty work
shall be performed in a timely and professional manner to City satisfaction in a manner best
serving the interests of the City. Warranty work requiring more than seven (7) consecutive work
days absence of the equipment will require the bidder to provide adequate back-up as a temporary
replacement to the equipment having warranty work done, if repair is not accomplished within 7
work days provided that a machine is not available, rental cost will be paid not to exceed $600 per
day. This will allow operational work to continue at the City of Port Angeles."
CITY OF PORT ANGELES
STANDARD TERMS AND CONDITIONS
CONTRACT
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 to 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 Purchaser 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.
The successful bidder shall be responsible for delivery to the Landfill in Port Angeles,
Washington, between the hours of 8:00 AM and 3:30 PM during the City's normal work day.
Delivery shall be made within the time period specified on the bid.
4. 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.
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.
c. To authorize the City to deduct these liquidated and actual damages from any money due
or coming due to the Contractor.
5. PAYMENTS, CASH DISCOUNT, LATE PAYMENT CHARGES: Invoices will not be processed
for payment until receipt of a properly completed invoice or invoiced items, whichever is later.
6. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped prepaid.
F.O.B. Destination.
7. REJECTION: All goods or matenals purchased herein are subject to approval by the
Purchaser. Any rejection of goods or material resulting because of non-conformity to the terms
and specifications of this Contract, whether held by the Purchaser or returned, Will be at
Contractor's risk and expense.
PW-409.17 [June 12, 2001]
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 Purchaser 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: Notwithstanding anything contained in this agreement or any of the Contract
Documents to the contrary Contractor and City agree that the sole warranties are the Caterpillar
Warranty and contractor's Value Assurance Agreement and Addendum both of which are
attached hereto and incorporated by this reference.
11. ASSIGNMENTS: The provisions or moneys due under this Contract shall only be assignable
with prior written consent of the Purchaser.
12.TAXES: Unless otherwise indicated the Purchaser agrees to pay all State of Washington sales
or use tax. No charge by Contractor shall be made for federal excise taxes, and the Purchaser
agrees to furnish Contractor, upon acceptance of articles supplied under this Contract with
an exemption certificate.
13. "Intentionally Left Blank"
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 delivery, unless
caused by circumstances beyond the contractor's control. Such loss, injury or destruction shall
not release Contractor from any obligation hereunder.
15. HOLD HARMLESS: Contractor shall protect, indemnify, and hold the Purchaser 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, provided that the limit of contractor's liability shall be $756,434, which is two times the
unit price of the equipment.
16. LABOR AND INDUSTRIES: Contractor is required to the extent applicable, to procure Labor
and Industries permits L1700-7 and L1700-29 and abide by the requirements thereof. Copies
of "Statement of Intent to Pay Prevailing Wages" and "Affidavit of Wages Paid" shall be
submitted to the City Clerk and Department of Labor and Industries.
17. ANTI-TRUST: Contractor and the Purchaser recognize that in actual economic practice
overcharges resulting from anti-trust violations are in fact borne by the Purchaser. Therefore,
Contractor hereby assigns to the Purchaser any and all claims for such overcharges.
18. DEFAULT: Contractor shall be liable for damages suffered by the Purchaser resulting from
Contractor's breach of Contract. The Contractor covenants and agrees that in the event suit
is instituted by the Purchaser 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
Purchaser all costs, expended or incurred by the Purchaser 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.
PW-409.17 [June 12,2001]
19. "Intentionally left Blank"
20. SAFETY: The equipment shall completely comply with all State and Federal laws, rules,
regulations and codes in effect at the time of delivery.
The equipment 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.
21. ACCEPTANCE: BY ACCEPTING THIS PURCHASE CONTRACT IN WRITING OR BY
DELIVERING THE MATERIAL ORDERED, CONTRACTOR ACCEPTS All OF THE TERMS
AND CONDITIONS SET FORTH. FORMAL OBJECTION IS HEREBY MADE BY THE
PURCHASER TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY VENDOR
CONTRACTOR AS A CONDITION OF ACCEPTANCE OR DELIVERY.
PW-409.17 [June 12, 2001]
CITY OF PORT ANGELES
321 East 5th Street
P.O. Box 1150
Port Angeles, Washington 98362
Inquiries (360) 417-4624
PURCHASE ORDER REQUISITION
INVOICE TO' CITY OF PORT ANGELES
FINANCE DIVISION
P.O BOX 1150
PORT ANGELES, WASHINGTON 98362
P.O. NO.
1 '?':;6
.. 4 . \.
BUYER'
THIS NUMBER MUST APPEAR ON ALL
INVOICES AND SHIPPING DOCUMENTS
I - S -0 oS KolW K-. ";> 0 ",-r
. .S2~_~.l>._~~i1.E.. .... --.... }.
.. _.oC:!/{..y._oJ:. ~~ef: 121YJ'-~((:B
-. .- -9-f:-~._-;~_8~n._.
'n" .H~i-:.H~8h-/.!d14
. _. ..~~~~ _.__ __.o. ._..n... _.
o OUR PICKUP
VENDOR NAME & ADDRESS:
f/. e. dI~"N~>'. .~...
?o.. g~~. .3.$:"~.. ..
S.~~/~'I klA--9B.~V-
DATE:
SHIP TO:
ATTENTION: 1<,J2 s te/N __...~~.~.:- .?1 /3_.
CONFIRMING ORDER: 0 0 v!>;J-92.'2."Z..-
yes no
LINE
DESCRIPTION
_ .. _ ?~o.1~"j- _ #- J?~~.t:2~ ~ -'-s..
.O?uc-J.c. _tt:-..e G. c.. 0./_0. CZ'.~.. .... .. . .
UNIT PRICE
AMOUNT
,> i--- --
i
I
___" . ..o_ .._ ....---0.1---'" .. .on. ....
: I
,
_ --- ~.- . - - f-- -
!
. .. ........... ... ." ....;. _' . _ _L.. . _..... .. -L.. -
..~ . 'I y~._.~_.(~_~~7:~JfI~*)_.:. ...... ---1.... --.- ..--- \
, ,I I
" ... . . -- . . ..... .... .. .. .. . .. .- -.. . . - i . - .. ..... . .. -i:....- .... --, ... b .
.. (!~l~p~i!~~-=__.[).71~zr_~_c;,._p . .. ',"" ., ..._~-- n --.. -.. "'$2~;;'//- ---
. w ;f( tVM.t::..-'/~/N'J /J~JWjeDt~T- -i .. ...' .. ... uu .
: ------ .-- .... ,... _......E~__6.E__~~-EVL__,-~ .---..-- --.. .- 1- . . -- .
, ,: I
1 l :
, . ~.... . . 1:i - - . . - . . -- .- . . - - - .,- " . - I .. -. . -.. ~ - . -- .
. _:l.t'&~/K.;1'JP(L -~tD5('19:~~f!t.~nlU - u-I('l5i
. _I ~~! ye~~^ jE't?~}~~~:-~~~~. f~t~L:~~~~~~.;..e
.8~ . ';-- . /;hf~A~_~&~__.- :,. ---.$.4-~ -~~~---- ..--. 'i-- -- .---.. -- "1---...- --- .
:r _.., ... ---TJ -K.... -- -~ I e. '. - ----- --!.- _.n ---- - -4. --- .---.-- ..
.~ .... ....... . --_.. - .---. ..Lk ~~~s~..--Xi---Ij.y~.s1~bA9S,~
.:t-J: J'lj)::s-- .. -. ... .. - . .~. . ---. --":- . .. -.... ..-- - -(J.e4$C? )-. -~
I
FUND
AMOUNT
__: _ __~ + ____J. _ _ _
,
,
,.
CONTRACT
THIS AGREEMENT is made and entered into this 20th day of January, 2003,
between the City of Port Angeles (hereinafter called the "City") and N.C. Machinery
Company (hereinafter called the "Contractor", "Vendor", or "Bidder").
WITNESSETH: That the City 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 Instructions to Bidders, the Bid, the
Specifications, the Standard Terms and Conditions, the Purchase Order Requisition, and
the Contract. The foregoing documents shall hereinafter be called "Contract Documents"
or "Contract". All obligations of the City 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 City shall make written interpretation thereof, which interpretation shall govern.
ARTICLE II
CONTRACT RELATIONSHIP
The Contractor and the City agree that the equipment will be financed by a long term
rental agreement between the City and Caterpillar Financial Services Corporation
(CFSC) and that, pursuant to this financing arrangement, the Contractor will be selling
the equipment to CFSC and CFSC will be leasing the equipment to the City. In order to
ensure that the Contractor is legally obligated to (1) provide the City with equipment
that conforms with the specifications, (2) honor the terms of the Contractor's Value
Assurance Agreement as amended by agreement of the parties, and (3) comply with all
requirements set forth in the Contract Documents, and in consideration of the City
acquiring the equipment from the Contractor pursuant to the above-described financing
arrangement, the Contractor and the City hereby agree to all of the obligations set forth
in the Contract Documents.
ARTICLE III
ASSIGNMENT
The Contractor shall not assign any of its responsibility under this Contract
without the express written consent of the City.
PW-409 16 [June 12, 2001]
ARTICLE IV
APPLICABLE LAW AND VENUE
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.
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 and
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 City 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 City 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 City may
purchase the materials necessary for complete performance of this Contract, and the
Contractor shall be liable to the City for any excess cost thereby.
ARTICLE VII
SEVERABILITY
If any term or condition of this Contract or the application thereof to any
person(s) or circumstances is held invalid, such invalidity shall not affect other terms,
conditions, or applications which can be given effect without the invalid term, condition,
or application. To this end the terms and conditions of this Contract are declared
severable.
ARTICLE VIII
WAIVER
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.
CONT/)T~R~L
By: ~
Title: &.~V/'t"f V P / Ce+1 tJfJ~
Dated: 1//1/(J '3
ATTEST:
L-:p~
J
CITY OF PORT ANGELES
BY:~,
Director of Public Works an Utilities
Dated J ~ ~ 'l..-p I 'l....- 0 oS
.
ATTEST:
~~t~ Uldl>A
Becky J. U n, . y Clerk 7
~
.) ~ ~
"
~{ I \ \ I.
PW -0409_16 [rev 09/18/02]
PUBLIC HEARINGS -
OTHER:
(Cont'd)
MCA 02-01 - Industnal
Heavy Zone Amendment
Ordinance No. 3133
(Cont'd)
MCA 01-02B - Parking
Ordinance
CONSENT AGENDA:
CITY COUNCIL
COMMITTEE
REPORTS:
<I. <f I t.{J
CITY COUNCIL MEETING
December 17, 2002
4835
ORDINANCE NO. 3133
AN ORDINANCE of the City of Port Angeles, Washington, revising
the area and dimensional requirements for the Heavy Industrial (IH)
Zoning district and amending Ordinance 1709 as amended and
Chapter 17.34 of the Port Angeles Mumcipal Code.
Councilman Braun moved to adopt the Ordinance as read by title, citing Findings
1 - 11 and Conclusions 1 - 4, as set forth in Exhibit "B" which is attached to and
becomes a part of these minutes. Councilman Headrick seconded the motion.
Clerk Upton pointed out that the public hearing had not been conducted, so Mayor
Wiggins opened the public hearing at 7:20 p.m. There being no public testimony, the
pubhc hearing was closed at 7 :20 p.m. Boef discussion was held concernmg the height
limitation for chimneys, antenna towers, and the like. Director Collins clarified these
items would be exempt from the height limItation. A vote was taken on the motion,
which carried unanimously.
2
MCA OJ-02B - Parkmg Ordmance
Director Collins advised the Council that the recommendation is bemg made to
continue the public hearing. Mayor Wiggins opened the public hearing at 7:25 p.m.
There being no public testimony, Councilman Braun moved to continue the public
hearing on Municipal Code Amendments MCA 01-02B revising the City's
parking regulations to the February 4, 2003, meeting. The motion was seconded
by Councilmember Rogers and carried unanimously.
DISCUSSion was held relanve to Item 6, concernmg the lease of a Caterplllar Track Type
Tractor D- 7R. The matter was being returned to the Councll, as prevIous approval was
not inclusive of sales tax. The issue was explained by DIrector Cutler, after which the
Council considered the payment options for the lease. Finance Director ZlOmkowski
offered further clarification regarding the cost effectiveness of annual payments in
advance, and Councilmember Rogers indicated the Utility Advisory Comrmttee had
discussed the issue in depth. Councilman Campbell moved to accept the Consent
Agenda, to include: 1.) City Council minutes of December 2,2002; 2.) Check Llst-
December 6,2002 - $516,937.80; 3.) Electronic Payments - December 6, 2002 -
$1,219,944.25; 4.) Western Public AgenCIes Group Agreement for 2003; 5.) OlympiC
Medical Center Rebate Agreement; and 6.) D-7R Equipment Lease from N.C
Machmery Company. The motion was seconded by Councilman Braun and carried
unanimously.
Councilmember Rogers reported on attendance at the Utility Advisory Committee
meeting, as well as the Community & Economic Development Committee meetmg. A
recent meeting of the Lodging Tax Advisory Committee mvolved discussion about
surplus conference center fundmg. At a Chamber of Commerce retreat, diSCUSSions
were held pertinent to Parks & Recreation actiVIties, field maintenance, and efforts to
work with the CIty on impacts of what the programs can do m the City.
Councilman Williams attended a breakfast presentation at Peninsula College and
participated in the value engineering discussions at the Transit relative to the Gateway
project.
Councilman Braun also participated in the value engmeermg discussIOns; he attended
the OPS A ward Breakfast hosted by Parks & Recreation, and he attended the ClaIlam
Transit Board meeting. Councilman Braun also attended the meeting on the pool
renovation, and the figure of$4.1 milhon has been projected for renovation purposes
The group meeting on the ice skating rink has been considering the location ofLmcoln
Park for a skatmg facility, and he has asked that conSideratIon be given to a
combination of indoor recreational activities in a new facility at Lincoln Park POSSible
- 5 -
'1(1
W11