HomeMy WebLinkAbout000241 Original ContractReviewed by
Project No. ES-11-022
'Puntenney, P E
Deputy Director
PROJECT MANUAL
CONTRACT DOCUMENTS
for
Catchbasin Cleaning Jetter
PURCHASE CONTRACT NO. ES-11-022
CITY OF PORT ANGELES
WASHINGTON
July 2011
GLENN A CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES
MIKE PUNTENNEY, CITY ENGINEER
Approved by.
City of Port Angeles
Record #000241
I
Deiirs Dicksori
Senior Assistant City Attorney
Page 1 of 20
CITY OF PORT ANGELES
INVITATION TO BID
for
Catchbasin Cleaning Jetter
Sealed bids will be received by the Public Works and Utilities Director until 2:00 PM, Wednesday, August
24, 2011 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.
Bids will be taken for the following Materials:
Schedule A: one (1) new, unused truck mounted combination catchbasin cleaner, jetter, hydroexcavator
The material to be bid is 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 8:30am
and 4:OOpm, City of Port Angeles, 1703 South B Street, Port Angeles, Washington 98363, (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 3:30 PM.
The City of Port Angeles reserves the right to reject any or all bids and to waive informalities in the bidding
process. 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 AUGUST 24, 2011
PURCHASE CONTRACT NO. ES -11 -022. 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: August 7, 2011
Project No. ES -11 -022 Page 2 of 20
INSTRUCTIONS FOR BIDDERS
Catchbasin Cleaning Jetter
BID SUBMITTAL:
All bids must be sealed with the outside of the envelope marked with the words: "BID OPENING DATE:
AUGUST 24, 2011 PURCHASE CONTRACT NO. ES -11- 022." 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 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 the warranties must
Project No. ES -11 -022 Page 3 of 20
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 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 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 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.
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 lhanlevcitvofoa us.
Project No. ES -11 -022 Page 4 of 20
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 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
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 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.
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: 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
Project No. ES -11 -022
Page 5 of 20
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. 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 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.
16. 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.
17. 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.
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 PURCHASER TO ANY ADDITIONAL OR DIFFERENT
TERMS PROPOSED BY VENDOR CONTRACTOR AS A CONDITION OF ACCEPTANCE OR DELIVERY.
Project No. ES -11 -022 Page 6 of 20
PURCHASE CONTRACT
THIS AGREEMENT is made and entered into this day of 2011, between the City
of Port Angeles (hereinafter called the "Purchaser") and Owen Equipment (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.
Project No. ES -11 -022
ARTICLE II
CONTRACT COST
The Contractor agrees to sell and deliver to the Purchaser, at the delivery points specified by City in
the form of a purchase order /requisition, 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
The Contractor shall not assign any of its responsibility under this Contract without the express
written consent of the Purchaser.
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.
Page 7 of 20
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.
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 -11 -022 Page 8 of 20
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.
OWEN EQUIPMENT
Signature:
Title:
Dated:
1X-it
ATTEST:
/1 7 S /n'tOl
ARTICLE VIII
WAIVER
CITY OF PORT ANGELES
Signature: ..e>/
Title: CI r r I &4
Dated: I I a-2. qv
CitV Clerk
r
ApprDved to as to for
6✓'
City Attorney
Project No. ES -11 -022 Page 9 of 20
City of Port Angeles
Invitation to Bid
Purchase Contract: ES -11 -022
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
ELIVERV DATE
GENERAL BID PROVISIONS:
The purpose of this specification is to obtain one (1) new, unused truck mounted combination catchbasin
cleaner, jetter, hydroexcavator 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.
B The City is entitled to any promotional pricing during the contract period which is lower than pricing as
provided in the bid
Schedule A
Catchbasin Cleaning Jetter
Project No. ES -11 -022 Page 10 of 20
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 So. 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 and priced invoice
Two (2) sets of keys
ASCII and paper copy of Equipment Parts Line Setting Chart
Pre delivery inspection report
Warranty books
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, including, but not limited to, the necessary manuals, must be
supplied to, or in the case of training, scheduled with, the City before the final invoice will be processed.
Project No. ES -11 -022
Page 11 of 20
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.
Truck mounted Combination Catch Basin Cleaner, Jetter, Hydro-excavator:
CATEGORY I ITEM I MINIMUM SPECIFICATIONS 1 COMPLY I EXCEPTIONS
All unspecified, installed components will be configured to match or exceed industry and safety
standards for the requested GWV, 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 laws,
rules, regulations and standards in effect at the time of manufacture.
Chassis
Cab, Controls 1 A Freightliner M2 106V Chassis,
General minimum 64,000 gvw, or approved
equal, shall be used AU components not
specifically noted in these specifications,
and are configurable, shall be installed
to meet the body builder's requirements.
2 Cab* flat roof 106" BBC insulated,
aluminum, conventional style with air
cab mounts. There shall be: 3 /12"
fender extensions, LH and RH grab
handles, a fiberglass tip -out hood, a
single 11" air horn mounted under the
deck, door locks and ignition switch
keyed the same, tinted rear, LH RH
windows
3
4
5
6
Transmission 7
Project No. ES -11 -022
Both driver's and passenger's seat shall
be high backed and Mordura cloth
covered. The driver's seat shall have air
suspension
Chassis shall be painted black. The cab
shall be painted white.
Exhaust shall be vertical, RH, B- pillar
mounted
A 100 gallon fuel tank, mounted on the
left side, shall be installed.
An Allison RDS 3000 series
transmission with PTO capacity required
by and configured for the mounted
equipment, supplied by the body builder,
shall be used. An electronic oil level
check shall be installed
Ye s
YES
YES
YES
YES
YES
YES
Page 12 of 20
CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY I EXCEPTIONS
Engine 8 Engine shall be a Cummins ISC8.3
rated 330 hp and 1000 ft. lbs. of
torque at 1400 rpm YES
The engine must use a DEF based
selective catalytic reduction (SCR)
system to meet emission standards
An engine using only an in- cylinder
EGR system shall not be considered.
Suspension, 9 20,000 Ib single front axle with 20,000
Drive Train, Ib. flat leaf suspension. Front tires.
Brakes Air Continental 425/65R22.5, 20 ply radials. YES
system
10 5.63 ratio, 46,000 Ib. 54" spaced,
tandem rear axles with interlock. YES
Suspension will be 46,000 Ib.
Hendrickson RT463 w /fore and aft
control rods.
Rear tires: Continental HDL Eco plus
11 R22.5, 16 ply radials.
11 A frame mounted air dryer shall be
installed. A Wabco 4S /4M antilock
without traction control shall be used
YES
12 260" wheel base. Frame: 7/16"x3"
9/16"X3" steel frame. A C- channel
inner frame reinforcement shall be
installed. There shall be a front frame
extension per body builder
requirements.
Mounted Combination Catch Basin Cleaner, Jetter, Hydroexcavator
Body 13 Debris body shall be 10 yard capacity
and be of a tip to dump configuration.
Debris body shall have a hinged
deflector plate installed.
Debris body shall be painted white to
match the cab.
14 A flush out system for the debris body
shall be installed
15 The rear body door shall be flat. It shall
be opened and closed hydraulically.
When closed it shall be held in place by
hydraulically operated locks. There
shall be a 6" butterfly valve at the rear
door. A splash shield shall also be
installed at the rear door.
Fresh water tanks shall be aluminum
and have a capacity of 1300 gallons YES
A centrifugal separator shall be installed
18 A full width swing decant shall be
installed. YES
YES
Project No. ES -11 -022
16
17
19 A back flush quick disconnect shall be
installed.
YES
YES
YES
YES
YES
1
Page 13 of 20
1003
1007
2016
1009
66855
CATEG•,'•Y ITERI J MINIMUM SPECIFICATIONS J COMPLY EXCEPTIONS
20 A 6" air gap shall be installed to protect YES 2 016
the connected water system
21 Safety cone storage for at least 10 YES 9023
cones shall be provided at a City
specified location
Suction /spoils
removal
System
Jetter /hydro
excavation
system
Project No. ES -11 -022
YES 5023
22 Unit shall have a two -stage centrifugal
style fan system for suction A flush out
for the fan shall be installed
23 Auxiliary power unit shall be a 1.61 John YES
Deere engine with a fluid drive
24 There shall be a vacuum release system YES
installed. 1024
25 A vacuum on the go system shall be 3 013
installed.
V
26 A hydraulic telescopic boom with 180 4004
degree rotation shall be installed. The
boom shall reach 24' (ft) from the YES
centerline of the truck. The boom shall
extend and retract 5' (ft), allowing the
suction hose to raise and lower an
additional 5' (ft). The boom control shall
be a joystick style. A cordless remote
pendent control shall also be included.
27 An external mount trash pump, with a YES 10 0 9
float pickup arm, rated at 450 gpm shall
be installed
28 The water pump shall have an output YES
capacity of 80 gpm at 2500 psi.
29 Front frame extensions shall be installed
to accommodate the required size hose
reel installation. A telescoping, rotating YES
hose reel, sized to accommodate the
installed jetting system shall be installed.
30 600' (ft) x 1" (in) hose shall be installed
on the reel. An automatic hose level
wind guide shall be installed at the reel.
31 A multi -flow rodder pump system,
allowing the operator to vary the output
of the jet, shall be installed.
A 3" (in) "Y" strainer shall be installed at
the intake side of the pump.
32 A hydro excavation system with a high
pressure relief system shall be installed
A water pressure accumulator system
shall be included
33 A handgun hose reel with 50' (ft) of hose
shall be installed at a City specified
location
YES
YES
YES
YES
Arne
Page 14 of 20
6020
5011
5010
6011
CATEGORY ITEM
Controls
Monitoring
System
Toolboxes,
Piperacks,
extension
tubes
Accessories,
Lights
Other
Project No. ES -11 -022
MINIMUM SPECIFICATIONS I C MPLY I EXCEPTIONS
34 One 70 gpm 2000 psi penetrator nozzle,
one 80 gpm flusher nozzle and a
rotatable 10" (in) inlet hose assembly
shall be included.
35 There shall be rear rodder drain valves
as well as a 3" (in) drain valve located at
the pump There shall be front street
side curb side ball valves and
couplers for the water system
36 An air purge system to empty the water
system during freezing weather, shall be
installed
37 A centralized electronic command
module style monitoring system shall be
used for the aux. engine and rodder
system
38 The operator controls shall be at the front
of the reel A chassis engine tachometer
shall be included with the control cluster.
39 A low water warning light shall be
installed at the front control station.
40 Two aluminum tool boxes shall be
installed. a 24"x18"x18" (in) and a
36 "x18 "x18 °(m) A full width behind the
cab tool box shall also be installed.
41 Two folding pipe racks, one on the curb
side and one on the street side, shall be
installed A pipe rack shall also be
installed on the rear door.
42 One 8 "x42" (in) CB tube and one 8 "x36"
(in) aluminum pipe assembly shall be
included
43 There shall be an onboard video system
with cameras to cover the front, rear and
both sides of the vehicle.
44 An 8 light LED Arrow Stick shall be
installed at the rear of the vehicle. A DOT
6 light LED waming light system (two
lights at the rear, two amidships and two
at the front) shall be installed.
45 A lube manifold, to accomplish the lubing
of the equipment for a single point. A
laminated lube chart shall also be
included.
46 A hand light with a connector at the front
bumper and one at the rear of the unit
shall be installed.
YES
YES
YES
YES
YES
YES
YES
YES
YES
YES
YES
YES
YES
Page 15 of 20
032S TD
6019
2006
019
2002
9016
1015
5370
S380
9021
8001
8020
1023
8002
CATEGORY ITEM MINIMUM SPECIFICATIONS I COMPLY I EXCEPTIONS
47 There shall be a set of work fights YES
installed on the telescoping boom
48 The hydraulic system shall have shut off
valves on the suction, return and filter
lines.
Project No. ES -11 -022
49 The successful bidder shall provide.
1) Four (4) hours of operator training for
all using personnel
2) One (1) day of training for all
maintenance personnel at our facility.
The operator training shall be conducted
upon delivery of the unit to the City. The
maintenance training shall be scheduled
with the City when the unit is delivered.
50 Days from issuance of the purchase
order to delivery of the unit to the City.
YES
DAYS
90 to 120 days after
receiving chassis
Page 16 of 20
8011
6017
Bid Price one (1) new, unused truck mounted
combination catchbasin cleaner, letter,
hydroexcavator
City of ort Ar geles
Bid No. ES -11 -022
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 vehicle shall apply.
Total Bid Amount:
BID FORM
Catchbasin Cleaning Jetter
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.
Protect No. ES -11 -022 Page 17 of 20
WiII you sell additional units to the City of Port Angeles at the bid price
No
ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges
Addenda No(s). 1 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
TYPE OF BUSINESS:
(Corporatioal Partnership (general) Partnership (limited)
Sore Proprietorship Limited Liability Company
ADDRESS 8721 S 218th Street
CITY /STATE /ZIP Kent, WA. 98031
PHONE 206 304 -3 -2953 FAX 253- 852 -8913
NAME (PLEASE PRINT) Dereck Case
TITLE Sales Repres.enative
l i
SIGNED t' 47/
Project No. ES -11 -022
City of Port Angeles
Bid No, ES- 11422
Catchbasiin Cleaning Jetter
BID SIGNATURE SHEET
(BID SUMMARY and SIGNATURES)
Owen Equipment
DATE
until further notice?
that it has received
Page 18 of 20
STATE OF WASHINGTON
COUNTY OF (a t E i 4 01
Project No. ES 11 022
N. ;N- 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 (%)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.
Subscribed and sworn to before me this
SidRafure of Bidder /Contractor
day of r-1 L; e:;b
,20 fr
7 as��ory �kp P� Notary Public in and for the
Q� r State of n
NOTARY
Residing at r
PUBLIC H My Comm. Exp.: r -r;
66 y 9 -21 -2013
Page 19 of 20
BIDDER'S CHECKLIST
ACS AN'
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.
Project No. ES -11 -022
Page 20 of 20