Loading...
HomeMy WebLinkAbout4.607 Original Contract 1 <I. uO 7 r, -, CONTRACT DOCUMENTS for Truck Purchase PURCHASE CONTRACT NO. ES-09-001 CITY OF PORT ANGELES WASHINGTON January 2009 GLENN A. CUTLER, P.E , DIRECTOR OF PUBLIC WORKS & UTILITIES MIKE PUNTENNEY, DEPUTY DIRECTOR OF OPERATIONS (---. , ~ "I ) RPNiew, e..dLb.Y~'/ : __,~ 'I' If '1~-r-'-- ft JI '\f '1"'- d:U( A/ \ """ \, '::.~-'--, "c. Puntenney, P ,E < ", <",,- Deputy Director "-."" ~~ ".''- "'- ,~ "- ',,~:.~ '\, PrOject No ES,09-001 Page 1 of 20 Original 1 of 2 January 06, 2009 CITY OF PORT ANGELES INVITATION TO BID for Truck Purchase Sealed bids will be received by the Director of Public Works & Utilities until 2:00PM Tuesday, January 27, 2009, and will be opened and read in the Public Works conference room, main floor, Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98362. Bids will be taken for: (1) One Ton 4X4 Truck with Utility Box The equipment to be bid includes the vehicles listed above, hereinafter collectively called the "Equipment." Bid documents may be obtained by calling Lucy Hanley at (360) 417-4541 or by emailinglhanley@cltyofpa.us . All bids must be on the form provided. Faxed bids shall not be accepted. The City of Port Angeles reserves the right to reject any or all bids and to waive informalities in the bidding process. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of sex, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for partiCipation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. Glenn A. Cutler, Director PUBLISH: Peninsula Daily News: January 14, 2009 Project No ES-09-00 1 Page 2 of 20 ,< INSTRUCTIONS FOR BIDDERS Equipment Bids BID SUBMITTAL: All bids must be sealed with the outside of the envelope marked with the BID OPENING DATE January 27, 2009, PURCHASE CONTRACT NO. ES-09-001. The NAME AND ADDRESS OF THE BIDDER shall also appear on the outside of the envelope. Bids shall be directed to the Director of Public Works and Utilities, and mailed to PO Box 1150, or delivered to 321 East Fifth Street, Port Angeles, Washington 98362. It is the intent of the attached specifications to descnbe the minimum requirements for the equipment requested in sufficient detail to secure bids on comparable equipment. All parts for body or chassis which are necessary in order to provide a complete unit, meeting all safety requirements, and ready for operation, shall be included in the bid and shall conform in strength, quality of workmanship and material to that which is usually provided the trade in general. Any variance from the specifications or standards of quality must be clearly pointed out in writing by the bidder. Do not make reference to brochures or supporting literature on the bid sheet. All notations for bid compliance or exceptions are to be made on the bid sheet or on a plain piece of paper attached and referenced to the bid item. Bidders are required to bid on schedule A. Bidders are required to bid all options pertaining schedule A. Failure to do so could be cause for the bid to be considered non-responsive. Bid award will be based on lowest responsive bid. If a bidder's corporate policy mandates use of an official quotation form, It may be submitted. However, the cost data must be duplicated on the City's bid cost data and agreement sheet. The City's bid sheet Project No. ES-09-001 must be signed by the bidder or its agent in order for the proposal to be accepted. If alternate equipment is proposed, bidders are required to submit a separate bid sheet for each unit offered. All bids must be made on the required bid form and in cases of errors In the extension of prices in the bid, the unit prices will govern. All blank spaces for bid prices must be filled in, with ink or typewritten, and the bid form must be fully completed and executed when submitted. Only one copy of the bid form is required. Faxed bids will not be accepted. Failure to adhere to instructions may constitute disqualification of proposal. COMPLIANCE WITH SPECIFICATIONS: The equipment must be in accordance with the specifications. Failure on the Contractor's part to comply with any specification herein will be grounds for disqualification of the bid. All items called for in the specifications, including but not limited to the equipment constructed as shown, and the necessary manuals, must be complied with before the final payment can be processed. Where the description of an item includes both specifications and a brand name and number, the specifications shall govern in case of conflict. Brand name and number are for reference as to the type and quality required and do not preclude offers of a comparable or better product, provided full specifications and descriptive literature accompany the offer. Failure to include full descriptive literature may be cause to reject the offer. WARRANTY: The purchased vehicle must have full Manufacturer's new-vehicle warranties, and Page 3 of 20 the warranties must inure to the benefit of the City. Vendor agrees to these warranty provisions by signing the bid proposal. SAFETY: This unit shall completely comply with all State and Federal laws, rules, regulations and codes In effect at the time of delivery. The unit shall be tested by the successful bidder for compliance with all OSHAlWISHA regulatIons and the State Department of Labor and Industries Electrical Workers Safety Rules. DELIVERY & ACCEPTANCE: The successful bidder shall be responsible for delivery to the City's garage, 1703 South B Street in Port Angeles, Washington, between the hours of 8:00 AM and 3:30 PM during the City's normal work day. Delivery shall be made within the time period specified on the Schedule but not later than 120 days after the contract is signed. GENERAL INFORMATION: The City of Port Angeles reserves the nght to consider delivery time and may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn pnor to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No Bidder will be permitted to withdraw its proposal between the closing time for receipt of proposals and the execution of contract, unless the award is delayed for a period exceeding sixty (60) calendar days. The City of Port Angeles may, at its option, in awarding this purchase contract, take into consideration the revenue it would receive from purchasing the equipment from a supplier located within Its boundaries, In accordance With RCW 39.30 040. Offers made In accordance with the Invitation to Bid shall be good and firm for the period specified in the bid unless the Project No. ES-09-001 Bidder specifically limits its offer to a shorter period by written notification on the bid document. However, bids so modified may be declared non responsive. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this Invitation, shall not be discriminated against on the grounds of sex, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in thiS project by direct mailing of the Invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. Signing of the bid sheet by Contractor and subsequent acceptance by the City of the lowest responsive bid will constitute a binding agreement between the City and Contractor. Contractor understands and agrees that no contract payment will be made until the City certifies that all stated specifications have been complied with and the equipment is delivered and accepted by the City. Bids will be evaluated and submitted to the City Council for approval as soon as possible after bid opening. Upon award of the contract to the successful bidder, the City will send the Contractor duplicate, complete sets of Contract Documents, which will include the City's Purchase Order Requisition. The Purchase Order RequiSition will include the final agreed upon price and the specifiC equipment and options being purchased. The Contractor will then sign the duplicate sets of Contract Documents and return them for signing by the City. Each party will retain a fully executed set of the Contract Documents. Page 4 of 20 The Invitation to Bid is released by the City of Port Angeles Public Works and Utilities Department, which shall act as sole point of contact for administration of the bidding. Questions should be directed to Lucy Hanley, Contract Specialist, (360) 417-4541 or to Ihanley@cityofpa.us. Project No. ES-09-001 Page 5 of 20 , . CITY OF PORT ANGELES STANDARD TERMS AND CONDITIONS PURCHASE CONTRACT THE PURCHASE CONTRACT INCLUDES THE FOLLOWING TERMS AND CONDITIONS AND THE PUBLISHED RULES, REGULATIONS, AND LAWS OF THE CITY OF PORT ANGELES AND THE STATE OF WASHINGTON, WHICH ARE HEREBY INCORPORATED BY REFERENCE. 1. CHANGES: No alteration in any of the terms, conditIons, delivery price, quality, quantities, or specification will be effective without written consent of the appropriate representative of the City. 2. HANDLING: No charges will be allowed for handling, including but not limited to packing, wrapping bags, containers or reels, unless otherwise stated herein. 3. DELIVERY & ACCEPTANCE: For any exception to the delivery date as specified in this Contract, Contractor shall give prior notification and obtain written approval thereto from the City. Time is of the essence and the Contract is subject to termination for failure to deliver as specified and/or appropriate damages. The acceptance by the City of late performance with or without objection or reservation shall not waive the right to claim damage for such breach nor constitute a waiver of the requirements for the timely performance of any obligation remaining to be performed by Contractor. The successful bidder shall be responsible for delivery to the City's garage in Port Angeles, Washington, between the hours of 8:00 AM and 3:30 PM during the City's normal work day. Delivery shall be made within the time period specified on the bid. 4. DAMAGES FOR DELAY: Delays add cost to the City in the form of time needed for operational duties, administration and supervision and In the form of replacement equipment rental. Because the City finds it impractical to calculate all of the actual cost of delays, it has adopted the following to calculate liquidated and actual damages for failure to complete the delivery of the equipment/material on time. Accordingly, the Contractor agrees to the following: a. To pay liquidated damages in the amount of $25 for each working day beyond the number of working days established for physical delivery of the equipment/material. b. To pay actual damages equal to the actual cost to the City for rental of equipment necessary for the user Department to continue with its operations. c. To authorize the City to deduct these liquidated and actual damages from any money due or coming due to the Contractor. 5. PAYMENTS, CASH DISCOUNT, LATE PAYMENT CHARGES: Invoices will not be processed for payment until receipt of a properly completed invoice or invoiced items, whichever is later. 6. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped prepaid, F.O.B. Destination Project No ES-09-001 Page 6 of 20 7. REJECTION: All goods or matenals purchased herein are subject to approval by the City. Any rejection of goods or material resulting because of non-conformity to the terms and specifications of this Contract, whether held by the City or returned, will be at Contractor's risk and expense. 8. IDENTIFICATION: All invoices, packing lists, packages, shipping notices, instruction manuals, and other written documents affecting this Contract shall contain the applicable purchase contract number. 9. INFRINGEMENTS: Contractor agrees to protect and hold harmless the City against all claims, suits or proceedings for patent, trademark, copyright or franchise infringement arising from the purchase, installation, or use of goods and materials ordered, and to assume all expenses and damages arising from such claims, suite or proceedings. 10. WARRANTIES: Contractor warrants that articles supplied under this Contract conform to specifications herein and are fit for the purpose for which such goods are ordinanly employed, except that if a particular purpose is stated, the material must then be fit for that particular purpose. 11. ASSIGNMENTS: Moneys due under this Contract shall only be assignable with prior written consent of the City. 12. TAXES. Unless otherwise indicated the City agrees to pay all State of Washington sales or use tax. No charge by Contractor shall be made for federal excise taxes, and the City agrees to furnish Contractor, upon acceptance of articles supplied under this Contract with an exemption certificate. 13. LIENS, CLAIMS AND ENCUMBRANCES: Contractor warrants and represents that all the goods and matenals ordered herein are free and clear of all liens, claims, or encumbrances of any kind. 14. RISK OF LOSS: Regardless of FOB point, Contractor agrees to bear all risks of loss, injury or destruction of goods and materials ordered herein which occur prior to delivery. Such loss, injury or destruction shall not release Contractor from any obligation hereunder. 15. HOLD HARMLESS: Contractor shall protect, indemnify, and hold the City harmless from and against any damage, cost or liability for any injuries to persons or property arising from acts or omissions of Contractor, its employees, agents or subcontractors howsoever caused. 16. ANTI-TRUST: Contractor and the City recognize that in actual economic practice overcharges resulting from anti-trust violations are borne by the City. Therefore, Contractor hereby assigns to the City any and all claims for such overcharges. 17. DEFAULT: Contractor shall be liable for damages suffered by the City resulting from Contractor's breach of Contract. The Contractor covenants and agrees that in the event suit is instituted by the City for any default on the part of the Contractor, and the Contractor IS adjudged by a court of competent jurisdiction to be in default, Contractor shall pay to the City all costs, expended or incurred by the City in connection therewith, and reasonable attorney's fees. The Contractor agrees that the Superior Court of the State of Washington shall have jurisdiction over any such suit, and that venue shall be laid in Clallam County. PrOject No. E8-09-001 Page 7 of 20 . ~ 18. BRANDS: When a special brand is named it shall be construed solely for the purpose of indicating the standards of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered, provided the bidder specifies the brand and model and submits descriptive literature when available. Any bid containing a brand which is not of equal quality, performance, or use specified must be represented as an alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid. 19. SAFETY: The equipment shall completely comply with all State and Federal laws, rules, regulations and codes in effect at the time of delivery. The equipment shall be tested by the successful bidder for compliance with all OSHAlWISHA regulations and the State Department of Labor and Industries Electncal Workers Safety Rules. 20. ACCEPTANCE: BY ACCEPTING THIS PURCHASE CONTRACT IN WRITING OR BY DELIVERING THE MATERIAL ORDERED, CONTRACTOR ACCEPTS ALL OF THE TERMS AND CONDITIONS SET FORTH. FORMAL OBJECTION IS HEREBY MADE BY THE CITY TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY VENDOR CONTRACTOR AS A CONDITION OF ACCEPTANCE OR DELIVERY. Project No. ES-09-001 Page 8 of 20 PURCHASE CONTRACT THIS AGREEMENT is made and entered into this ~ay of '-J'JtvJJ.1I1 a , 20[)!l, between the City of Port Angeles (hereinafter called the "Cit~rff Ford (hereinafter called the "Contractor", "Vendor", or "Bidder"). WITNESSETH: That the City and the Contractor, in consideration of the performance of the terms and conditions hereinafter mentioned, agree as follows: ARTICLE 1 CONTRACT DOCUMENTS The complete contract includes the Invitation to Bid, the Instructions to Bidders, the Bid, the Specifications, the Standard Terms and Conditions, the Purchase Order Requisition, and the Purchase Contract. The foregoing documents shall hereinafter be called "Contract Documents" or "Contract". All obligations of the City and the Contractor are fully set forth and described herein. In the event of a discrepancy between any of the Contract Documents, as above defined, the City shall give a written interpretation thereof, which interpretation shall govern. ARTICLE II CONTRACT COST The Contractor agrees to sell and deliver to the City, at the delivery point specified in the Instructions to Bidders, and the City agrees to purchase and receive from Contractor the equipment as described and set forth in the Contract Documents and the provisions of the Contractor's bid attached and made a part hereof. ARTICLE III ASSIGNMENT The Contractor shall not assign any of its responsibility under this Contract without the express written consent of the City. ARTICLE IV APPLICABLE LAW AND VENUE This Contract shall be governed by, and construed in accordance with, the applicable laws of the State of Washington. Any legal proceedings to determine the rights and obligations of the parties hereunder shall be brought and heard in Clallam County Superior Court. PrOject No. ES-09-001 Page 9 of 20 ARTICLE V NONDISCRIMINATION During the performance of this Contract, the parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: 1. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above stated minorities. 2. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring and employment practices and assuring the service of all patrons and customers without discrimination with respect to the above-stated minority status. ARTICLE VI TERMINATION OF CONTRACT In the event that any of the provisions of this Contract are violated by the Contractor or the Contractor's subcontractors, the City may serve written notice of intention to terminate such Contract upon the Contractor, which notice shall specify the reasons therefore. Unless within thirty (30) days after serving such notice upon the Contractor such violation shall cease and an arrangement for the correction thereof satisfactory to the City be made, the Contract shall, upon the expiration of the said thirty (30) days, cease and terminate. In the event of any such termination, the City may purchase the materials necessary for complete performance of this Contract for the account and at the expense of the Contractor, and the Contractor shall be liable to the City for any excess cost thereby. ARTICLE VII SEVERABILITY If any term or condition of this Contract or the application thereof to any person(s) or circumstances is held invalid, such invalidity shall not affect other terms, conditions, or applications which can be given effect without the invalid term, condition, or application. To this end the terms and conditions of this Contract are declared severable. PrOject No. ES-09-001 Page 10 of 20 ARTICLE VIII WAIVER Waiver of any breach of any term or condition of this Contract shall not be deemed a waiver of any prior or subsequent breach, no term or condition of this Contract shall be held to be waived, modified, or deleted except by a written instrument signed by the parties hereto. CONTRACTOR CITY OF PORT ANGELES By: ~ ~el M.&.f /fl~ z.--/v7/0 tf / BY:~ Titl~: - , - - ~"".7r- Dated: ~/ ~,~t7 Title: Dated: ATTEST: ATTEST: ~o P,~ ~7z5^- City Clerk r .:l j ,oJ APptved to a~ o/;4-~ ~- City Attorney : , , , I.. ' PrOject No ES-09-001 Page 11 of 20 City of Port Angeles Invitation for Bid Purchase Contract: ES-09-001 Schedule A Truck Purchase GENERAL DESCRIPTION OF EQUIPMENT BEING BID: Bidders may list variations to these minimum specifications in the "Exception" section of the bid sheets. Bidders may also suggest alternatives to specified name brand products specified by the City of Port Angeles in the "Exception" section as an "Approved Equal". To be considered as an "Approved Equar, the specifications of the suggested alternative must be attached for our review. The City of Port Angeles will be the sole judge for approving other brands offered as equals to the brand specified. Bidders are also encouraged to list and price any options that are felt to enhance the use of item bid and/or would be desirable. All standard equipment to be included, specified or not. When a Society of Automotive Engineers (SAE) I American National Standard Institute (ANSI), American Society for Testing and Materials (ASTM), American Welding Society (AWS) "Reference" is cited, it is to establish an expected level of performance, level of testing or design basis. One Ton 4X4 Truck with Utility Box CHASSIS General r1 (~-;. I ~~ { ~ ....t' ,~~,~,;~~ ;;:td;"~:';'~I'?lt-~,~~ f ~-~f:iJl'..~ j.-::'t.} ,~ii'-;'<I~;t") ;I~ j~ '''''Y'~II,C:'~~1<.~~ t''1 !'~'1'7r-i'r.>f'~~r,:~~~,: fa ilif~':l~t'd-\~'{.~f~~?~' !C~.:r..E&OR,~l'~':' :~I:rEM':f ~MINIMUM:lSBEmF.le~,:Y;10NS'I\.',:rll-'J; ~ ~&~,tL..:: ~ ~~.._ ~"'~ I';:;:',. t!~ ~., l!.~.J .t i-~.f"n~::'" . l~-:' '.-rt~ l",( U';7 ~ ,,;:ll~\t;'...!. __ ~,,~~ t. ...~_,:;{, ~..,~ I "'I.~'_."H ..I..J....,,.~_~~ rrS:1 t'l 1 The chassis will be a 2009 one ton 4X4 with a cab to axle distance of 60", a GVWR of 12,500 Ibs. or more and have all standard equipment required by law. The cab will be painted white. The unit will have a diesel engine with single or duel alternators rated at 220 amps or more. The transmission will be an automatic sized for the engine. The seating will be a split bench design to accommodate three persons and will have head restrains and a pull down center armrest/console. The upholstery will be vinyl. Floor coverings will also be vinyl. 'V'~') c. eret e I" 1,,1(.. ,_/'f ~ 2 'i<:~t$) VJ~;j, ,/'- 3 'Yi<:: I ~ .~ Project No. ES-09-001 Page 12 of 20 ~f..t.':fr\.: t' :!~\~;~K~~~\:t!H-l'~1{ j\ .i'?';l..i/~r I'U r'<;:.t"9-~I'l \'~~~:t.~.;,it:'{t"7!,h<A',~'J3~pt ;.{~'?r.,f(f~~f!:"!.-;.'4. J;"~-::t~j_~~H!rj:" ,~ -.ji;~~' l~'I~,I,~ ~"~J-: 'll(~"~f~~i (..!::"~f[ t:lq~}.-: >'I!;;':; :\~....~ ":ij.~t'i.Jf'i i-". ,'v ~ ,~t'>A;rE,G~R~,:~,~~ tlT;EJYJ,'~ ~M INIMU.M;SRE0IFI0'J-\~liI.0 NSh~f,~{.~~r~~tSfL,~, !'.OOM PI!:: '{;';~: :;E)(CEffiTICj'fI.nt!i'~f;{.~1\;~1: :,,:-'+.: CJ,; .. ", .:t ....,., ~,,-rf.~t;~.... ~,,~w ~ ]ll.,~.-fJ-,,\~_ - ~ ,~rI~1,1" "h"V";:?,t ~I~i: """I-..h.~...~..~" ~8~'-r'r1'n'~~ d/f~''''!:\~ "'-i.\.~4h. ?{P'",'"J~ _ ~ '~,f~t.:rtril.1o ., Al~,)~' ..... "'YI:r:'f-f.!...-9I~~",," 1r!.A....'~.::...i :t/~'r ~ Jot: "t, _ ~,..tr- J[.~ r~ r~. 1 f-: l~~ UTILITY BOX General 1 PrOject No. ES-09-001 4 The front axle will have automatically locking hubs. Both front & rear axles will be limited slip 4.10:1 ration. HD shocks and springs will be used and a skid plate package will be installed. Tires will be of an all weather traction design. Power steering, manually telescoping exterior mirrors, HD power brakes with a 4 wheel antilock system will be installed. A tachometer, oil pressure gauge & engine hour meter will be installed. 2 sets of keys & all parts and service manuals(or CDs) will be supplied with the unit. 5 6 7 2 The box will be a utility box design with compartments along the outside on each side and an open topped central cargo area. The floor of the central cargo area must be flat for the length and breadth of the floor area (IE; no wheel well risers). The box will be painted white to match the cab The front compartments on each side will be heated using fan forced, automotive hot water style heaters. All compartments will be internally lit using LED style lights activated by individual compartment door switches and powered from the auxiliary battery. All compartment door latches will be paddle latches with integral locks All locks will be keyed alike. 3 4 5 ~ "J~ ( fit: ) lfJ 'v" " . ",..J Yc~S '/E5 , f<. J~ I. '5" ~r7c'..) Y-e5 'Y'f5 y-c S I ..MOl x'/.. ,.111I", I-GO ;.T"~.p ~bl1b F Page 13 of 20 :F'I'" -Q I<:' '" "'v ~ L 'I' n,,, ~ ~ ~ ~ J.. <( 1<- ~." t -t n J' " '\<J!. l ~ ...~,. '<'t. I r."' ~ ,- J,. -~,.. ~~,~ I 'r-"'I" 1" ~" '..:0. t"~ ~ ~ ....-+t.'l.... .........~ "',~, ,.1].-' ".............~' tt..;. t <", f '-.. - t ~ . J' I;:: 10...' .~, " />., , i ''':' j, ....' ~"'- ~.... '....,;:'"K'~ t. ~.",~Ir~~, ~'OIl'-"-; ~~ . -I\.J.. '.~.l: 1 ,7 1'-'-,,;"4;.1 ''',~ lo/u r;"''J1J~ ..'j,f..~"':L,~nl i= I~"l'"!i' 'r~. ,"i!,..-~ .;r.~,,"~...~~j,:(..'. ?'~i: ~t'lJY'~'~\"'~f ("f} \l. .I,"'i'..~ fl, ~)4- ~,._~t-L Trr.~1 .:.: ;t.f'",.,l :".'U.t :...,y~ ..~} ;-:7' 'r" ~"/.r'."~ \o.~T;EmJE*y.y~., llifEM?f .lMINIMUM'(SRE0IFIGA,:fI<:)NS~~~:J.:.,I7iJ'J.[Z~t~f ~COMRI1if.l. '::: E~e:EPJir6N~~;:.'IW,:J'f-:-:';'~~ j) ~ U{l.', ~" ...: t,"i". ~"J,I~I~I'd;"'~W t:'.tJ~ ..i1"..r--_.t,~~~ ,; V" ~,-..".' !.', :.: ). ~;J. ~)-: ~1,i,..1':''''':'t .;;~L~ '1r.t~ L'll.">':f'. ~~ ...a,'~ l.~"'~-.f~<.~\ Y ...~:!;O.~;--l ~ f....' i ~ 'j; ~ ,~..... .' ~~'l. -1 ~!.tJ;) ::. b"I!,'l..'~'~~"": ~ ~~~ .1'-' '~I 11 I .~: rJ t... i"'tl)~"f~~-.~~, Body Dimensions Passenger side Compartment Configu ration 6 There will be two (2) sealed deep cycle12 volt auxiliary batteries rated at 50 amp hours installed. The batteries will be charged by the engine charging system but separated from the main system battery by a battery isolator. ye5 O!iSSei PG. 15'60 $rod c' ~ &nth: ,,)e5 7 A 1500 Watt 12V DC to 115V AC yeS inverter will be installed for power. The inverter will be connected to the ( 15'0 auxiliary battery. A 50' 20 amp cord reel ~ will be mounted on the forward top of -;r:I1~ the passenger side box and be connected to the inverter. 8 A cargo retention system with Yf .s movable/adjustable tie down brackets will be installed along both sides of the inside cargo area. Length 108" 1 2 3 1 Box maximum width 96" Inside box height 19" or more 2 vertical compartments the height of the box and from 11" to 35" wide. One horizontal compartment 42" to 60" wide and 14" to 18" in height. State size in comply column. 2 Arrangement of the compartments will be from the front: compartment one, vertical; compartment two, horizontal; compartment three, vertical. Compartments will utilize all available reasonably useable space. Compartment one will have two adjustable shelves installed Project No. ES-09-001 '''/e5 '/~S qlj" 'ies yes jt5 Page 14 of 20 ~_h::,/f1~ t~'"' ~~) 3~)":~;I)t"~~: :~..ti' ...~ ;~):..~: :1 -~~. ~:P,-< :'h~'"w\~l,~~.t~ ;1:'::l....f.fr :~,~; '. ~.;l.~r ~~~~~ ,;~i;E"7,~~!:~~ A~S-;;~~\~1~~~'iil~{..r;;r.l{ l\~::1 ';,~~\t":.'Zj ~t; ~~.{~7')~~r~;1 ~ Vl~~'~!~_ ~l~':.~; ..,~t!'t:, ,~..'.t'~'IJ~t(l' ~~..;P'r ~1~ .'"';('11 iJJ}Xrr:EG0RY~~;., . 1:re.M~t <'MI NIMWMr;S BEOIEI G:4.:]i10NS:,f\~f;:\:!":~;:~,:l'f;'. if '~GQMP.t."'('ftS :!EXC EPT<I OW,~','~~{ :rf,;~; i~ ""-:.:') 1 _' .l:!J I ~l(,' l"t.' ~ t~ ~>It.. :. .""',,,;,- ""_(:,.!".., G ;!-t;.....;:J3: I.,-;~~-.~l"., ...1::-1.', t(ro>, t~ " "" -~t/ -12 .::.t~ )- '... l :.............:~ ~lll~t;-- ;l'''''!'' 'l>-~l.t~" f l-:r~ oI'.2 :"~:nt ,....-.., ~.:,{. oJ" -l,,~.l ,~,'. '!.h. ....:1... ,'" ':.. ,~~t ~ ~ t, ,:"_ 'I ,'L,l '~:;.','~'i:J T .;:, Drivers side Compartment 1 Configuration Other Components Project No ES-09-001 3 Compartment two will have two full width pull out trays, no less than 2" ve5 deep each, evenly spaced in the /. vertical plane. The trays will lock in place when in the stored position. 10 tray dividers per tray will be supplied Compartment three will have two ye5 adjustable shelves installed. There will be two vertical compartments, compartment one and "leS three, will be the height of the box and 7 from 11" to 35" wide. Compartment two will be a horizontal compartment 60" to 73" wide and 14" to 18" in height. State size in comply column. 4 2 Arrangement of the compartments will be from the front: compartment one, vertical; compartment two, horizontal; compartment three, vertical. Compartment one will have two Ye5 adjustable height shelves installed Compartment two will have two full width roll out trays, no less then 2" oJ es deep, evenly spaced in the vertical I plane. Trays will extend the full width of the tray when open, and lock in place both in the stored and open positions. 10 tray dividers per tray will be supplied Compartment three will have one yes adjustable height shelf installed. One 55 watt flood light will be attached to the vertical surface of the drivers side f-e S rear corner of the box. The light will be on a stand vertically extendable and easily adjustable. The light will be controlled by an individual switch. The light will be connected to an auxiliary battery for power. 3 4 1 Page 15 of 20 \cj\ ~i~.: ~~~\:~~. ~~~;(:.~;!J(,~~'-" rJ j"t::::r.~~,~~~ ~'.:'j~~~'r"';'E;}~~j~'::~ ~~~-~~'!.:'~~~f.r-~'fJ~.;t~t"~.f~IIY~!\>,~!,~};1tP$tY7'..'.;."1.)!.~" p.frd~ f,(.,l-~lL~;';:;.w7l('j:~I,.. ~ ~~~Hh:~~::' ~~;~ :~r'~.J."'~~: ).......~~ ;: t~.J;~ L::/;"~'~"':l-~ iQA'TII;O'ORY;,:'~ .tIrE.M';'. :MINIMl;JM,,:$P,EG:IFleA~10NS~~~~~n, :::. \'COJ\ilRLi,y:,;~f f,EXCEP-~r10N't~Vrl:' :~p,,;~,:~ ltb"" ~~~J:.....}." J!~'~th'11t-\t'r'-~, ;''T>~ r... :.,!,' I~ IiJ.~t. ,~I.JO" ; K.." , ;\>;! t~b !l"..:J: -1:' H -"t,-_.!r=.~.. ~t~'s ~'~,.Jl ~t"_- [,~ ~~\. -.';,.-', ~ 1-. '!../h. lJ.:;.'-:'!!.,... l~!r..,"'';~{.. '_I~lr ~ t-~1 ~~, n',,'~,V t II', tL I' , !;" '. " ..... -{r'~.!, ~ 1 ~t<' ~..' ,~,,\ , 2 A rear bumper will be attached and will J (tC .", .. .. . , " . '.' .,,,, extend at least 4" beyond the rear of I' ..J the body. The bumper will have a 2" X 2" square socket installed in the left top side to accommodate the storage of a removable receiver hitch. It will also have a 2" X 2" square socket on the right side to accommodate a removable mount to hold a 6" vice, which shall be supplied with the unit. The inside of the cargo box as well as the top over the compartments and the top of the rear bumper will be coated with a commercial urethane coating from ARMA or an equivalent. A removable combination pintle/ball hitch will be installed. The ball will be 2" with a tow rating of no less than 5000 Ibs. The mounted height of the ball will be 19" to 21" to the top of the ball. The pintle will have a tow capacity of no less then 12,000 Lbs. Two trailer electrical sockets will be installed and wired as per DOT standard and industry convention. One four pole compatible with NAPA part number 755-1518 and one six pole compatible with NAPA part number 755-5048. A (98 db or more) backup alarm will be installed. 3 4 5 6 An electronic style trailer electric brake controller will be installed and wired to be functional through the six pole plug. All tail/running/backup lights on the box will be LED 7 Project No. ES-09-001 y~~ L il'll/v.X ~~ [,OCA,..,no.. yeS y-eS, 7 P"!f"\ LQV'1 $-T.-/' /OvVpl~ w~fh I~O O\~ DM, One.. Selle" 1'0 ~ f'lon- VI. ~ <:) V"1f... 7 k:> G rCl~ ~ P)" \A/"j B ~lles 0-1\ cel1kr P,n ye5 'Ie> Page 16 of 20 "fl'11'~' ""J". 'c-" I". I""<.i'/f ,'C", 'w' .,........ 'fr...,.." ""'''"~''''J''>' :t,t:'~''rI,I,!.1ol',cO<'D'ij-''''I-''.!:\''-'''' ~ ~4' (~''riJ.r;,lr'ft:''''l'''~,f~~~i ~J'lf"."""l'I"""l.~t '~.LlW)'''''H'.1''".'s.1~ """'-,'>- ""I~".,..,.I:'l-"-C"l' 4'l)'"'f1' '""tPo.1t:" 'C'AlT<eCn::>RM:'t.i.! :.ImEM1~'. MINIMUJ.M cSBEC.HF.IG~if:Ili,\N :':'tjlt.Jc.:.~'d'I.tU..I~f..2.~1~~~ ~I;t... f; t'~I\~ _ '~,lt):'~.1,y'~-H"(,," M'll',' J ~'>l ~.,;.'...n.;.,1l<),~,!'Z../J.~ ~~~r ~.;r~. f6{~;I~t1! 1~,!ttb~.~.,.g'~~'~h(,t,!"~~~: ~,~.il~ ~)'~;~R~~I(.!t~1)') ~~l.; l:U~,:;:~~'~ ,",:";}'~"i'}-~",'; ~llI,~f,~.t:;:~; feQMp.lli~~:'1' ,~EXc'E,eJ;10N,j1 ;J;,I-i~I;I,~.Ir~U .' ~i'L~l~ 01-[. Jl;:,,'ri?~ ...-_...-"~,,,'...(W"ltt;,l l-i,.. 1 tlj,..:";''''~, -~~.f~,-~(,- "'r~,1:: t~::I,! r\...J...r~, '~1~1.!. '1,1, / 8 All compartments will have an internal LED light for illumination. Each light will have a door controlled off/on switch installed. The lights will be wired to the auxiliary battery for power. A heavy duty electric winch with a roller fairlead and a line pull rated the same or more then the GWJR of the chassis will be securely front mounted to the vehicle frame. An appropriate heavy duty bumper will also be installed. Two hId tow hooks will also be installed. A "Hot stick" box will be installed on the driver's side top of the utility box. y~5. jVICAU:fl'\6 L-~O 5-Mp L-.y,!:s 4 P'V') S rk/.,e 5 ;-~ -€c?'\c.h (D r+ i\+ '/ es-, '\NQ.r') I S- w} "'~ f/ TaAn 1"(&\11 henvy o""hJ BfA ....j( S . },.od<f.;..!::;k ft-llltl'l:" vl'V' go X. ~~g~T~~~l{?(:{ ~I~EM.;{ \:r;I~!MtiM~,sg~6jEJCATioN:$<~~:;~t;{:"~-~~,~ :tC&'Mij~Y[$ :1EXGE,effil~~~:~ ~ _ ~~~~ Box ~ --. -,.-- ,\ - ."'-~ -- ,- --, .. ~ , - )~,- ~ -~ -::- -.- - ',', =-"~--':\~,,-::::":.'co~_,;..,.....['.t_~~~':.:::.-:..t;.---..,;t'::;~...:t:-$:"",~ _-,......~_~::;.,-"'1~ CabGuard A substantial cab guard will be installed :T on the top front of the box and will protect the entire height and width of the cab above the box, The guard will \I<f' , allow vision to the rear of the vehicle fit;:-.; through the rear window. The viewing area in the cab guard will be no less then half the widow size. The materials used will block no more then 50% of the view through that area. Project No. ES-09-001 9 10 Page 17 of 20 Addendum NO.1 City of Port Angeles Bid No. ES-09-001 BID FORM Truck Purchase Bidder must bid on all bid items. The bidder hereby bids the following amounts for all material described in the Contract Documents. ITEM YEAR MAKE MODEL One Ton 4X4 Truck with Utility Box "Oll (uP- !) r?> \1.~ Project No, ES-09-001 BASE PRICE '1",'1 Q ", Ii ~ -t() ;51,J r / Subtotal ql.:J/;~1 Sales Tax (~ Title Application Fee Total EXTENDED PRICE 'f f 'f' ;a, :'_ (/' ^,< -I, ,,I ., ,- I~ l .."'~~..". fI X'l l{ f 3(., {/ -~ 4,lf(,17 ~5 HJ~ S -; elll"}>;" tr I -,- J Page 18 of 20 City of Port Angeles Bid No. ES-09.001 Truck Purchase BID SIGNATURE SHEET (BID SUMMARY and SIGNATURES) Will you sell additional units to the City of Port Angeles at the bid price until further notice' -:) No /' -" ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda No(s), _l to this project manual. The undersigned hereby accepts the terms and conditions as set forth herein. This bid submittal sheet must be signed and dated by the bidder or a representative legally authorized to bind the bidder. FULL LEGAL NAME OF BIDDER SCK}{?.r.+ (.1;y;~ TYPE OF BUSINESS: (limited) (corp~~~~~.~) Partnership (general) Partnership -....~~--^~ - ~ ~, Sole Proprietorship Limited Liability Company ADDRESS <.. ~O ' -... 1 ~-'1n?-VY2-0 WQ-'l I\J. CITY/STATE/ZIP (JrJ,f!,-tl(2;A!, ~ ':18n:i?; PHONE -z. ~7- ?~3- ,I'iZ)?) FAX NAME (PLEASE PRINT) "-.lc).~ Ie/v'!:: fried' TITLE ;:-e.~:f:.J"- .~~~if, r /J1t:."J'.._,~ / ~ SIGN ED t ./""~-"-----'~. .., ..,~:? (, ... e'., ~ "'.b ~ ? ~"'.' ,I 1-. J :.fi::.}f i) DATE /? -= .z~; ~-- 0!3 Project No ES-09-001 Page 19 of 20 .' . NONNCOLLUSION AFFIDAVIT STATE OF WASHINGTON COUNTY OF K I'll ,;" The undersigned, being first duly sworn on oath, says that the bid herewith submitted IS a genuine and not a sham or collusive bid, or made In the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding; and that said bidder has not in any manner sought by collusion to secure to him/her self an advantage over any other bidder or bidders / ".1 J /i .-') / if; -~""" Signature ornidder/Contractor Subscribed and sworn to before me this ~ day of :- \ .,>'" \. -~:~:~ 'J ,20 ! ')..) , . () , ~ ~ "- ' --" Ii, ~ ~ , '-, ~- > ~ \ 1~\ ~,,~)...'. \ ~ f\. \~~, l~(~\ \'.A" t ~"'. Notary P~b(.ic in and J9r the State of ,-,',..' ".:::\ ,.;':,~, ',.', Residing at \ \,:~\ ',\ '\ My Comm. Exp.: \ ',') -'; ~Y'l , ,,_u..!,> 'r' P-, ,""< ::- !;, I, ,,- Project No. ES-09-001 Page 20 of 20