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