HomeMy WebLinkAbout4.607 Original Contract
1
<I. uO 7
r,
-,
CONTRACT DOCUMENTS
for
Truck Purchase
PURCHASE CONTRACT NO. ES-09-001
CITY OF PORT ANGELES
WASHINGTON
January 2009
GLENN A. CUTLER, P.E , DIRECTOR OF PUBLIC WORKS & UTILITIES
MIKE PUNTENNEY, DEPUTY DIRECTOR OF OPERATIONS
(---.
, ~
"I )
RPNiew, e..dLb.Y~'/ : __,~
'I' If '1~-r-'--
ft JI '\f '1"'-
d:U( A/ \ """ \, '::.~-'--,
"c. Puntenney, P ,E < ", <",,-
Deputy Director "-."" ~~
".''- "'-
,~ "-
',,~:.~
'\,
PrOject No ES,09-001
Page 1 of 20
Original 1 of 2
January 06, 2009
CITY OF PORT ANGELES
INVITATION TO BID
for
Truck Purchase
Sealed bids will be received by the Director of Public Works & Utilities until 2:00PM Tuesday,
January 27, 2009, and will be opened and read in the Public Works conference room, main
floor, Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98362.
Bids will be taken for: (1) One Ton 4X4 Truck with Utility Box
The equipment to be bid includes the vehicles listed above, hereinafter collectively called the
"Equipment." Bid documents may be obtained by calling Lucy Hanley at (360) 417-4541 or by
emailinglhanley@cltyofpa.us .
All bids must be on the form provided. Faxed bids shall not be accepted.
The City of Port Angeles reserves the right to reject any or all bids and to waive informalities in
the bidding process.
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.
Glenn A. Cutler, Director
PUBLISH:
Peninsula Daily News: January 14, 2009
Project No ES-09-00 1
Page 2 of 20
,<
INSTRUCTIONS FOR BIDDERS
Equipment Bids
BID SUBMITTAL:
All bids must be sealed with the outside of
the envelope marked with the BID
OPENING DATE January 27, 2009,
PURCHASE CONTRACT NO. ES-09-001.
The NAME AND ADDRESS OF THE
BIDDER shall also appear on the outside of
the envelope. Bids shall be directed to the
Director of Public Works and 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 descnbe 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 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.
Bidders are required to bid on schedule A.
Bidders are required to bid all options
pertaining schedule A. Failure to do so
could be cause for the bid to be considered
non-responsive. Bid award will be based on
lowest responsive bid.
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
Project No. ES-09-001
must be signed by the bidder or its agent
in order for the proposal to be accepted.
If alternate equipment is 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 the
bid form must be fully completed and
executed when submitted. Only one copy
of the bid form is required. Faxed bids will
not be accepted. Failure to adhere to
instructions may constitute disqualification
of proposal.
COMPLIANCE WITH SPECIFICATIONS:
The equipment must be in accordance with
the specifications.
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
Page 3 of 20
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 OSHAlWISHA
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 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 Schedule but not later than
120 days after the contract is signed.
GENERAL INFORMATION:
The City of Port Angeles reserves the nght
to consider delivery time and may waive any
informalities or minor defects or reject any
and all bids. Any bid may be withdrawn
pnor 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
Project No. ES-09-001
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, 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.
Page 4 of 20
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 Ihanley@cityofpa.us.
Project No. ES-09-001
Page 5 of 20
, .
CITY OF PORT ANGELES
STANDARD TERMS AND CONDITIONS
PURCHASE 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 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.
The successful bidder shall be responsible for delivery to the City's garage 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
Project No ES-09-001
Page 6 of 20
7. REJECTION: All goods or matenals 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 ordinanly
employed, except that if a particular purpose is stated, the material must then be fit for that
particular purpose.
11. ASSIGNMENTS: 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 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 matenals 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 delivery. 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 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.
PrOject No. E8-09-001
Page 7 of 20
. ~
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 which
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 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
OSHAlWISHA regulations and the State Department of Labor and Industries Electncal
Workers Safety Rules.
20. 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 CITY TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY VENDOR
CONTRACTOR AS A CONDITION OF ACCEPTANCE OR DELIVERY.
Project No. ES-09-001
Page 8 of 20
PURCHASE CONTRACT
THIS AGREEMENT is made and entered into this ~ay of '-J'JtvJJ.1I1 a , 20[)!l,
between the City of Port Angeles (hereinafter called the "Cit~rff Ford
(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 1
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 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 give a written interpretation thereof, which interpretation shall
govern.
ARTICLE II
CONTRACT COST
The Contractor agrees to sell and deliver to the City, at the delivery point specified in
the Instructions to Bidders, and the City agrees to purchase and receive from Contractor
the equipment as described and set forth in the Contract Documents and the provisions
of the Contractor's bid attached and made a part hereof.
ARTICLE III
ASSIGNMENT
The Contractor shall not assign any of its responsibility under this Contract without
the express written consent of the City.
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.
PrOject No. ES-09-001
Page 9 of 20
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 for the account and at
the expense of the Contractor, 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.
PrOject No. ES-09-001
Page 10 of 20
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.
CONTRACTOR
CITY OF PORT ANGELES
By:
~
~el M.&.f /fl~
z.--/v7/0 tf
/
BY:~
Titl~: - , - - ~"".7r-
Dated: ~/ ~,~t7
Title:
Dated:
ATTEST:
ATTEST:
~o P,~ ~7z5^-
City Clerk
r .:l j ,oJ
APptved to a~
o/;4-~ ~-
City Attorney
:
,
, ,
I.. '
PrOject No ES-09-001
Page 11 of 20
City of Port Angeles
Invitation for Bid
Purchase Contract: ES-09-001
Schedule A
Truck Purchase
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 Equar, 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) I 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.
One Ton 4X4 Truck with Utility Box
CHASSIS
General
r1
(~-;. I
~~ { ~ ....t' ,~~,~,;~~ ;;:td;"~:';'~I'?lt-~,~~ f ~-~f:iJl'..~ j.-::'t.} ,~ii'-;'<I~;t") ;I~ j~ '''''Y'~II,C:'~~1<.~~ t''1 !'~'1'7r-i'r.>f'~~r,:~~~,: fa ilif~':l~t'd-\~'{.~f~~?~'
!C~.:r..E&OR,~l'~':' :~I:rEM':f ~MINIMUM:lSBEmF.le~,:Y;10NS'I\.',:rll-'J;
~ ~&~,tL..:: ~ ~~.._ ~"'~ I';:;:',. t!~ ~., l!.~.J .t i-~.f"n~::'" . l~-:' '.-rt~ l",( U';7 ~ ,,;:ll~\t;'...!. __ ~,,~~ t. ...~_,:;{, ~..,~ I "'I.~'_."H ..I..J....,,.~_~~ rrS:1 t'l
1
The chassis will be a 2009 one ton 4X4
with a cab to axle distance of 60", a
GVWR of 12,500 Ibs. or more and have
all standard equipment required by law.
The cab will be painted white.
The unit will have a diesel engine with
single or duel alternators rated at 220
amps or more. The transmission will be
an automatic sized for the engine.
The seating will be a split bench design
to accommodate three persons and will
have head restrains and a pull down
center armrest/console. The upholstery
will be vinyl.
Floor coverings will also be vinyl.
'V'~')
c.
eret e
I"
1,,1(..
,_/'f ~
2
'i<:~t$)
VJ~;j,
,/'-
3
'Yi<:: I
~ .~
Project No. ES-09-001
Page 12 of 20
~f..t.':fr\.: t' :!~\~;~K~~~\:t!H-l'~1{ j\ .i'?';l..i/~r I'U r'<;:.t"9-~I'l \'~~~:t.~.;,it:'{t"7!,h<A',~'J3~pt ;.{~'?r.,f(f~~f!:"!.-;.'4. J;"~-::t~j_~~H!rj:" ,~ -.ji;~~' l~'I~,I,~ ~"~J-: 'll(~"~f~~i (..!::"~f[ t:lq~}.-: >'I!;;':; :\~....~ ":ij.~t'i.Jf'i i-". ,'v ~
,~t'>A;rE,G~R~,:~,~~ tlT;EJYJ,'~ ~M INIMU.M;SRE0IFI0'J-\~liI.0 NSh~f,~{.~~r~~tSfL,~, !'.OOM PI!:: '{;';~: :;E)(CEffiTICj'fI.nt!i'~f;{.~1\;~1:
:,,:-'+.: CJ,; .. ", .:t ....,., ~,,-rf.~t;~.... ~,,~w ~ ]ll.,~.-fJ-,,\~_ - ~ ,~rI~1,1" "h"V";:?,t ~I~i: """I-..h.~...~..~" ~8~'-r'r1'n'~~ d/f~''''!:\~ "'-i.\.~4h. ?{P'",'"J~ _ ~ '~,f~t.:rtril.1o ., Al~,)~' ..... "'YI:r:'f-f.!...-9I~~",," 1r!.A....'~.::...i :t/~'r ~ Jot: "t, _ ~,..tr- J[.~ r~ r~. 1 f-: l~~
UTILITY BOX
General 1
PrOject No. ES-09-001
4
The front axle will have automatically
locking hubs. Both front & rear axles
will be limited slip 4.10:1 ration. HD
shocks and springs will be used and a
skid plate package will be installed.
Tires will be of an all weather traction
design.
Power steering, manually telescoping
exterior mirrors, HD power brakes with
a 4 wheel antilock system will be
installed.
A tachometer, oil pressure gauge &
engine hour meter will be installed.
2 sets of keys & all parts and service
manuals(or CDs) will be supplied with
the unit.
5
6
7
2
The box will be a utility box design with
compartments along the outside on
each side and an open topped central
cargo area. The floor of the central
cargo area must be flat for the length
and breadth of the floor area (IE; no
wheel well risers).
The box will be painted white to match
the cab
The front compartments on each side
will be heated using fan forced,
automotive hot water style heaters.
All compartments will be internally lit
using LED style lights activated by
individual compartment door switches
and powered from the auxiliary battery.
All compartment door latches will be
paddle latches with integral locks All
locks will be keyed alike.
3
4
5
~ "J~ (
fit: )
lfJ
'v"
" .
",..J
Yc~S
'/E5
,
f<. J~ I.
'5" ~r7c'..)
Y-e5
'Y'f5
y-c S I
..MOl x'/.. ,.111I",
I-GO
;.T"~.p ~bl1b
F
Page 13 of 20
:F'I'" -Q I<:' '" "'v ~ L 'I' n,,, ~ ~ ~ ~ J.. <( 1<- ~." t -t n J' " '\<J!. l ~ ...~,. '<'t. I r."' ~ ,- J,. -~,.. ~~,~ I 'r-"'I" 1" ~" '..:0. t"~ ~ ~ ....-+t.'l.... .........~ "',~, ,.1].-' ".............~' tt..;. t <", f '-.. - t ~ . J' I;:: 10...' .~, " />., , i ''':' j, ....'
~"'- ~.... '....,;:'"K'~ t. ~.",~Ir~~, ~'OIl'-"-; ~~ . -I\.J.. '.~.l: 1 ,7 1'-'-,,;"4;.1 ''',~ lo/u r;"''J1J~ ..'j,f..~"':L,~nl i= I~"l'"!i' 'r~. ,"i!,..-~ .;r.~,,"~...~~j,:(..'. ?'~i: ~t'lJY'~'~\"'~f ("f} \l. .I,"'i'..~ fl, ~)4- ~,._~t-L Trr.~1 .:.: ;t.f'",.,l :".'U.t :...,y~ ..~} ;-:7' 'r" ~"/.r'."~
\o.~T;EmJE*y.y~., llifEM?f .lMINIMUM'(SRE0IFIGA,:fI<:)NS~~~:J.:.,I7iJ'J.[Z~t~f ~COMRI1if.l. '::: E~e:EPJir6N~~;:.'IW,:J'f-:-:';'~~
j) ~ U{l.', ~" ...: t,"i". ~"J,I~I~I'd;"'~W t:'.tJ~ ..i1"..r--_.t,~~~ ,; V" ~,-..".' !.', :.: ). ~;J. ~)-: ~1,i,..1':''''':'t .;;~L~ '1r.t~ L'll.">':f'. ~~ ...a,'~ l.~"'~-.f~<.~\ Y ...~:!;O.~;--l ~ f....' i ~ 'j; ~ ,~..... .' ~~'l. -1 ~!.tJ;) ::. b"I!,'l..'~'~~"": ~ ~~~ .1'-' '~I 11 I .~: rJ t... i"'tl)~"f~~-.~~,
Body
Dimensions
Passenger
side
Compartment
Configu ration
6
There will be two (2) sealed deep
cycle12 volt auxiliary batteries rated at
50 amp hours installed. The batteries
will be charged by the engine charging
system but separated from the main
system battery by a battery isolator.
ye5
O!iSSei
PG. 15'60
$rod c' ~
&nth: ,,)e5
7 A 1500 Watt 12V DC to 115V AC yeS
inverter will be installed for power. The
inverter will be connected to the ( 15'0
auxiliary battery. A 50' 20 amp cord reel ~
will be mounted on the forward top of -;r:I1~
the passenger side box and be
connected to the inverter.
8 A cargo retention system with Yf .s
movable/adjustable tie down brackets
will be installed along both sides of the
inside cargo area.
Length 108"
1
2
3
1
Box maximum width 96"
Inside box height 19" or more
2 vertical compartments the height of
the box and from 11" to 35" wide. One
horizontal compartment 42" to 60" wide
and 14" to 18" in height. State size in
comply column.
2
Arrangement of the compartments will
be from the front: compartment one,
vertical; compartment two, horizontal;
compartment three, vertical.
Compartments will utilize all available
reasonably useable space.
Compartment one will have two
adjustable shelves installed
Project No. ES-09-001
'''/e5
'/~S qlj"
'ies
yes
jt5
Page 14 of 20
~_h::,/f1~ t~'"' ~~) 3~)":~;I)t"~~: :~..ti' ...~ ;~):..~: :1 -~~. ~:P,-< :'h~'"w\~l,~~.t~ ;1:'::l....f.fr :~,~; '. ~.;l.~r ~~~~~ ,;~i;E"7,~~!:~~ A~S-;;~~\~1~~~'iil~{..r;;r.l{ l\~::1 ';,~~\t":.'Zj ~t; ~~.{~7')~~r~;1 ~ Vl~~'~!~_ ~l~':.~; ..,~t!'t:, ,~..'.t'~'IJ~t(l' ~~..;P'r ~1~ .'"';('11
iJJ}Xrr:EG0RY~~;., . 1:re.M~t <'MI NIMWMr;S BEOIEI G:4.:]i10NS:,f\~f;:\:!":~;:~,:l'f;'. if '~GQMP.t."'('ftS :!EXC EPT<I OW,~','~~{ :rf,;~; i~
""-:.:') 1 _' .l:!J I ~l(,' l"t.' ~ t~ ~>It.. :. .""',,,;,- ""_(:,.!".., G ;!-t;.....;:J3: I.,-;~~-.~l"., ...1::-1.', t(ro>, t~ " "" -~t/ -12 .::.t~ )- '... l :.............:~ ~lll~t;-- ;l'''''!'' 'l>-~l.t~" f l-:r~ oI'.2 :"~:nt ,....-.., ~.:,{. oJ" -l,,~.l ,~,'. '!.h. ....:1... ,'" ':.. ,~~t ~ ~ t, ,:"_ 'I ,'L,l '~:;.','~'i:J T .;:,
Drivers side
Compartment 1
Configuration
Other
Components
Project No ES-09-001
3
Compartment two will have two full
width pull out trays, no less than 2" ve5
deep each, evenly spaced in the /.
vertical plane. The trays will lock in
place when in the stored position. 10
tray dividers per tray will be supplied
Compartment three will have two ye5
adjustable shelves installed.
There will be two vertical
compartments, compartment one and "leS
three, will be the height of the box and 7
from 11" to 35" wide.
Compartment two will be a horizontal
compartment 60" to 73" wide and 14" to
18" in height. State size in comply
column.
4
2
Arrangement of the compartments will
be from the front: compartment one,
vertical; compartment two, horizontal;
compartment three, vertical.
Compartment one will have two Ye5
adjustable height shelves installed
Compartment two will have two full
width roll out trays, no less then 2" oJ es
deep, evenly spaced in the vertical I
plane. Trays will extend the full width of
the tray when open, and lock in place
both in the stored and open positions.
10 tray dividers per tray will be supplied
Compartment three will have one yes
adjustable height shelf installed.
One 55 watt flood light will be attached
to the vertical surface of the drivers side f-e S
rear corner of the box. The light will be
on a stand vertically extendable and
easily adjustable. The light will be
controlled by an individual switch. The
light will be connected to an auxiliary
battery for power.
3
4
1
Page 15 of 20
\cj\ ~i~.: ~~~\:~~. ~~~;(:.~;!J(,~~'-" rJ j"t::::r.~~,~~~ ~'.:'j~~~'r"';'E;}~~j~'::~ ~~~-~~'!.:'~~~f.r-~'fJ~.;t~t"~.f~IIY~!\>,~!,~};1tP$tY7'..'.;."1.)!.~" p.frd~ f,(.,l-~lL~;';:;.w7l('j:~I,.. ~ ~~~Hh:~~::' ~~;~ :~r'~.J."'~~: ).......~~ ;: t~.J;~ L::/;"~'~"':l-~
iQA'TII;O'ORY;,:'~ .tIrE.M';'. :MINIMl;JM,,:$P,EG:IFleA~10NS~~~~~n, :::. \'COJ\ilRLi,y:,;~f f,EXCEP-~r10N't~Vrl:' :~p,,;~,:~
ltb"" ~~~J:.....}." J!~'~th'11t-\t'r'-~, ;''T>~ r... :.,!,' I~ IiJ.~t. ,~I.JO" ; K.." , ;\>;! t~b !l"..:J: -1:' H -"t,-_.!r=.~.. ~t~'s ~'~,.Jl ~t"_- [,~ ~~\. -.';,.-', ~ 1-. '!../h. lJ.:;.'-:'!!.,... l~!r..,"'';~{.. '_I~lr ~ t-~1 ~~, n',,'~,V t II', tL I' , !;" '. " ..... -{r'~.!, ~ 1 ~t<' ~..' ,~,,\ ,
2 A rear bumper will be attached and will J (tC .", .. .. . , " . '.' .,,,,
extend at least 4" beyond the rear of I' ..J
the body.
The bumper will have a 2" X 2" square
socket installed in the left top side to
accommodate the storage of a
removable receiver hitch.
It will also have a 2" X 2" square socket
on the right side to accommodate a
removable mount to hold a 6" vice,
which shall be supplied with the unit.
The inside of the cargo box as well as
the top over the compartments and the
top of the rear bumper will be coated
with a commercial urethane coating
from ARMA or an equivalent.
A removable combination pintle/ball
hitch will be installed. The ball will be
2" with a tow rating of no less than
5000 Ibs. The mounted height of the
ball will be 19" to 21" to the top of the
ball.
The pintle will have a tow capacity of no
less then 12,000 Lbs.
Two trailer electrical sockets will be
installed and wired as per DOT
standard and industry convention. One
four pole compatible with NAPA part
number 755-1518 and one six pole
compatible with NAPA part number
755-5048. A (98 db or more) backup
alarm will be installed.
3
4
5
6
An electronic style trailer electric brake
controller will be installed and wired to
be functional through the six pole plug.
All tail/running/backup lights on the box
will be LED
7
Project No. ES-09-001
y~~
L il'll/v.X
~~
[,OCA,..,no..
yeS
y-eS,
7 P"!f"\
LQV'1 $-T.-/' /OvVpl~ w~fh
I~O O\~ DM, One.. Selle" 1'0
~ f'lon- VI. ~ <:) V"1f... 7 k:> G rCl~ ~
P)" \A/"j B ~lles 0-1\ cel1kr P,n
ye5
'Ie>
Page 16 of 20
"fl'11'~' ""J". 'c-" I". I""<.i'/f ,'C", 'w' .,........ 'fr...,.." ""'''"~''''J''>' :t,t:'~''rI,I,!.1ol',cO<'D'ij-''''I-''.!:\''-''''
~ ~4' (~''riJ.r;,lr'ft:''''l'''~,f~~~i ~J'lf"."""l'I"""l.~t '~.LlW)'''''H'.1''".'s.1~ """'-,'>- ""I~".,..,.I:'l-"-C"l' 4'l)'"'f1' '""tPo.1t:"
'C'AlT<eCn::>RM:'t.i.! :.ImEM1~'. MINIMUJ.M cSBEC.HF.IG~if:Ili,\N
:':'tjlt.Jc.:.~'d'I.tU..I~f..2.~1~~~ ~I;t... f; t'~I\~ _ '~,lt):'~.1,y'~-H"(,," M'll',' J ~'>l ~.,;.'...n.;.,1l<),~,!'Z../J.~ ~~~r ~.;r~.
f6{~;I~t1! 1~,!ttb~.~.,.g'~~'~h(,t,!"~~~: ~,~.il~ ~)'~;~R~~I(.!t~1)') ~~l.; l:U~,:;:~~'~ ,",:";}'~"i'}-~",';
~llI,~f,~.t:;:~; feQMp.lli~~:'1' ,~EXc'E,eJ;10N,j1 ;J;,I-i~I;I,~.Ir~U
.' ~i'L~l~ 01-[. Jl;:,,'ri?~ ...-_...-"~,,,'...(W"ltt;,l l-i,.. 1 tlj,..:";''''~, -~~.f~,-~(,- "'r~,1:: t~::I,! r\...J...r~, '~1~1.!. '1,1, /
8
All compartments will have an internal
LED light for illumination. Each light will
have a door controlled off/on switch
installed. The lights will be wired to the
auxiliary battery for power.
A heavy duty electric winch with a roller
fairlead and a line pull rated the same
or more then the GWJR of the chassis
will be securely front mounted to the
vehicle frame. An appropriate heavy
duty bumper will also be installed. Two
hId tow hooks will also be installed.
A "Hot stick" box will be installed on the
driver's side top of the utility box.
y~5.
jVICAU:fl'\6 L-~O 5-Mp L-.y,!:s
4 P'V') S rk/.,e 5 ;-~ -€c?'\c.h
(D r+ i\+
'/ es-,
'\NQ.r') I S- w} "'~ f/
TaAn 1"(&\11 henvy o""hJ BfA
....j( S .
},.od<f.;..!::;k ft-llltl'l:" vl'V' go X.
~~g~T~~~l{?(:{ ~I~EM.;{ \:r;I~!MtiM~,sg~6jEJCATioN:$<~~:;~t;{:"~-~~,~ :tC&'Mij~Y[$ :1EXGE,effil~~~:~ ~ _ ~~~~
Box ~ --. -,.-- ,\ - ."'-~ -- ,- --, .. ~ , - )~,- ~ -~ -::- -.- - ',', =-"~--':\~,,-::::":.'co~_,;..,.....['.t_~~~':.:::.-:..t;.---..,;t'::;~...:t:-$:"",~ _-,......~_~::;.,-"'1~
CabGuard A substantial cab guard will be installed :T
on the top front of the box and will
protect the entire height and width of
the cab above the box, The guard will \I<f' ,
allow vision to the rear of the vehicle fit;:-.;
through the rear window. The viewing
area in the cab guard will be no less
then half the widow size. The materials
used will block no more then 50% of
the view through that area.
Project No. ES-09-001
9
10
Page 17 of 20
Addendum NO.1
City of Port Angeles
Bid No. ES-09-001
BID FORM
Truck Purchase
Bidder must bid on all bid items. The bidder hereby bids the following
amounts for all material described in the Contract Documents.
ITEM
YEAR
MAKE
MODEL
One Ton 4X4 Truck with Utility Box
"Oll
(uP- !)
r?> \1.~
Project No, ES-09-001
BASE PRICE
'1",'1 Q ", Ii ~
-t() ;51,J r
/
Subtotal
ql.:J/;~1
Sales Tax (~
Title Application Fee
Total
EXTENDED
PRICE
'f f 'f'
;a, :'_ (/' ^,<
-I, ,,I ., ,-
I~ l .."'~~..". fI
X'l
l{ f 3(., {/ -~
4,lf(,17 ~5
HJ~
S -; elll"}>;"
tr I -,-
J
Page 18 of 20
City of Port Angeles
Bid No. ES-09.001
Truck Purchase
BID SIGNATURE SHEET
(BID SUMMARY and SIGNATURES)
Will you sell additional units to the City of Port Angeles at the bid price until further
notice' -:) No
/'
-"
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has
received Addenda No(s), _l 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 SCK}{?.r.+ (.1;y;~
TYPE OF BUSINESS:
(limited)
(corp~~~~~.~) Partnership (general) Partnership
-....~~--^~ - ~ ~,
Sole Proprietorship Limited Liability Company
ADDRESS
<.. ~O '
-... 1
~-'1n?-VY2-0 WQ-'l I\J.
CITY/STATE/ZIP (JrJ,f!,-tl(2;A!, ~
':18n:i?;
PHONE -z. ~7- ?~3- ,I'iZ)?) FAX
NAME (PLEASE PRINT) "-.lc).~ Ie/v'!:: fried'
TITLE ;:-e.~:f:.J"- .~~~if, r /J1t:."J'.._,~
/ ~
SIGN ED t ./""~-"-----'~.
.., ..,~:? (, ... e'., ~ "'.b ~
? ~"'.' ,I 1-. J :.fi::.}f i)
DATE
/? -= .z~; ~-- 0!3
Project No ES-09-001
Page 19 of 20
.'
.
NONNCOLLUSION AFFIDAVIT
STATE OF WASHINGTON
COUNTY OF K I'll ,;"
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
/ ".1
J /i
.-') /
if; -~"""
Signature ornidder/Contractor
Subscribed and sworn to before me this ~ day of :- \ .,>'" \. -~:~:~
'J
,20
! ')..)
, .
()
, ~ ~ "- ' --"
Ii, ~ ~
, '-, ~-
>
~ \ 1~\
~,,~)...'. \ ~ f\. \~~, l~(~\ \'.A" t ~"'.
Notary P~b(.ic in and J9r the
State of ,-,',..' ".:::\ ,.;':,~, ',.',
Residing at \ \,:~\ ',\ '\
My Comm. Exp.: \ ',') -'; ~Y'l
, ,,_u..!,>
'r' P-,
,""< ::-
!;, I, ,,-
Project No. ES-09-001
Page 20 of 20