Loading...
HomeMy WebLinkAbout4.646 Original ContractCITY OF PORT ANGELES WASHINGTON MARCH 2010 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES MIKE PUNTENNEY, DEPUTY DIRECTOR OF OPERATIONS Reviewed by 2;1 M.C. Pun!enney, P. Deputy Director Senior Assistant City Attorney CONTRACT DOCUMENTS for Refuse Truck Purchase PURCHASE CONTRACT NO. ES -10 -004 Project No ES -10 -004 Page 1 of 29 1 at March 02, 2010 6 „01; Me, CITY OF PORT ANGELES INVITATION TO BID for Refuse Truck Purchase Sealed bids will be received by the Director of Public Works Utilities until 2:00PM Thursday, April 29, 2010, 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: 2010 or Newer Automated Side Loader Refuse Truck 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 emailing IhanlevCa.citvofoa.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. PUBLISH: Peninsula Daily News: March 28, 2010 Glenn A. Cutler, Director Project No. ES -10 -004 Page 2 of 29 BID SUBMITTAL: All bids must be sealed with the outside of the envelope marked with the BID OPENING DATE April 29, 2010, PURCHASE CONTRACT NO. ES -10 -004. 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 describe the minimum requirements for the equipment requested in sufficient detail to secure bids on comparable equipment. All parts for body or chassis which are necessary in order to provide a complete unit, meeting all safety requirements, and ready for operation, shall be included in the bid and shall conform in strength, quality of workmanship and material to that which is usually provided the trade in general. Any variance from the specifications or standards of quality must be clearly 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 10 004 INSTRUCTIONS FOR BIDDERS Equipment Bids 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 29 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 in Port Angeles, Washington, between the hours of 7:30 AM and 3:00 PM during the City's normal work day. Delivery shall be made within the time period specified on the Schedule but not later than 180 days after the contract is signed. GENERAL INFORMATION: The City of Port Angeles reserves the right to consider delivery time and may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the above scheduled time for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No Bidder will be permitted to withdraw its proposal between the closing time for receipt of proposals and the execution of contract, unless the award is delayed for a period exceeding sixty (60) calendar days. The City of Port Angeles may, at its option, in awarding this purchase contract, take into consideration the revenue it would receive from purchasing the equipment from a supplier located within its boundaries, in accordance with RCW 39.30.040. Offers made in accordance with the Invitation to Bid shall be good and firm for the period specified in the bid unless the Project No. ES 10 004 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 29 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 Ihanlevacitvofoa.us. Project No. ES -10 -004 Page 5 of 29 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 7:30 AM and 3:00 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 -10 -004 Page 6 of 29 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: 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 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 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. ES -10 -004 Page 7 of 29 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 OSHA/WISHA regulations and the State Department of Labor and Industries Electrical 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 -10 -004 Page 8 of 29 PURCHASE CONTRACT THIS AGREEMENT is made and entered into this /tday of /G ail- 2010, between the City of Port Angeles (hereinafter called the "City and Westeffi Peterbilt. Inc. (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 -10 -004 Page 9 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 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 -10 -004 Page 10 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. CONTRACTOR By: Title: 13t Project No. ES -10 -004 ATTEST: )7— a�u Dated: 6 I 0 A r' 5 1( N 1' (tslAO/ ARTICLE VIII WAIVER CITY OF PORT ANGELES By: Title: Dated: ATTEST: 11-tdelA)/6 City Jerk Appr ed to as to fo z ;,Z..-- 1 p City Attorney Page 11 of 29 Western Peterhi lt, Inc_ proposal dated April 29.2010 is incorporated into the contract at time of contract signing with the following, liria ordering period pricing and trade.,in opliow; as hid. a. First ()rdering Period: Pricing and 1rade-in options accepted for 2 r i 1)escription Pelerthll 320 2010/2011 Wayne Cut bten(1er (Hist Orderino Period) R,:..ittse Truck 7'11920 Tratk-in Refuse Truck 1 Trade-in L. $5.i0,71t; Subtotal 00 Washington State Sales Tax t8.4) and Washington 1 State New Vehicle f'ax (0,3%) 547,912 47 Total I init Price Including all Discounts and WA State Taci x S598,630.47 Fr( Cr/ PraValed herein. all /CMS and eantialan) al the elnarad rtInnin nnehang fuhi e anti offeil estet n Poo Init. inc. I Narthliny,.!Filjk oj,si :ne? 5/2 00t 1We CONTRACT: Refuse Truck Purchme, ES hieing Aceeptance Sheet seL, tif of Anodes. Dollar ikinount S278,859.00 (2) (2.5(i0) vonto t5.ftflie• IT Vie LI] SiLtil City of Port Angeles Invitation for Bid Purchase Contract: ES -10 -004 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 The purpose of this specification is to obtain one (1) or more new and unused automated side loader collection truck(s) 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. PRICING. QUANTITIES. AND ORDERING GENERAL BID PROVISIONS: Schedule A Refuse Truck Purchase A. The City is contemplating buying one or two refuse trucks under this contract. B. Pricing shall be based on the date orders are placed after the contract is properly executed. Venders must provide pricing for each ordering period for a bid to be considered valid. The contract will have two ordering periods, the first being for orders placed within the first 60 days from a properly executed contract and the second being for orders placed after the first 60 days and before the end of the first year of a properly executed contract. Project No ES -10 -004 Page 12 of 29 C. The City reserves the right to increase or decrease quantities under this contract and pay according to the unit prices bid in the proposal any time during the contract period. D. The City is entitled to any promotional pricing during the contract which is lower than pricing as provided in bid. E. Orders will be placed by the City with a properly executed purchase order that cites the awarded contract. 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 date vendor notifies user that vehicle is available for pickup. 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. ITEMS REQUIRED FOR DELIVERY OF EQUIPMENT Signed priced invoice ASCII and paper copy of Equipment Parts Line Setting Chart Pre delivery inspection report Warranty books Parts, service and operator's manuals and drawings (as per specifications) Registration The successful bidder shall provide all parts, repair and operational manuals for the unit offered, includina those for any installed or mounted equipment. Project No. ES -10 -004 Page 13 of 29 All items called for in the specification, including, but not limited to, the necessary manuals, must be supplied to, or in the case of training, scheduled with, the City before the final invoice will be processed. 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. Automated Side Loader Refuse Truck CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS All unspecified, installed components will be configured to match or exceed industry and safety standards for the requested GVW and vehicle type. Chassis Project No. ES -10 -004 Page 14 of 29 CATEGORY ITEM MINIMUM SPECIFICATIONS Cab, Controls 1 General Project No ES -10 -004 New currentimodel, 66,000 GVW, tandem axle; cab over, sit down style right hand chive, all aluminum riveted cab Piano hinges shall be used on both doors. Hydraulic cab tilt cab latch The windshield shall be two piece, flat glass style All glass shall be tinted. All controls and gauges to be mounted for a right hand drive configuration Duel drive is not acceptable. Doors shall have vinyl padded cover with carpet insert Grab handles will be mounted on each side to the rear of the door and under the windshield at the front of the Cab. The driver's side shall have a diamond plate floor gdvering. The passenger side shall have a slip resistant rubber /vinyl floor covering Left right 1 ,1side sun visors and an exterior stainless steel sun visor The driver ;shall have duel brake pedals. 2 Drivers Seat. Mid back, cordura cloth covering, air suspension, adjustable in height as well as fore and aft. Air adjusted lumbar support. Passenaer seat mid back, w /headrest, cordura cloth covering, non suspension, adjustable fore and aft. Enclosed storage area under seat COMPLY EXCEPTIONS (7 0w -Z 2o,ow lbw axip `ge,a)o tlos ?eGv 4 4 t�r,aoo �,rw Mt •fi. 1 co C. t 366 4s 2 22.5 '!tits r5 C2 ■4,/ Sews 54 Icc vvaa,/ Page 15 of 29 CATEGORY ITEM MINIMUM SPECIFICATIONS 3 Electric windshield wipers with intermittent feature. Electric power windows, driver and passenger side. Both controlled from drivers station Power adjustable heated stainless steel West Coast style mirrors Both sides controlled from drivers station, 3 ea of the 8" bright finished convex heated mirrors. One mounted on each side under the standard mirror head, one mount4 i above the right hand ,mirror head; 4 installed, heater, defroster (with side window defroster) air conditioning, controlled from drivers station. All heater lines to have shutoff valves at the engine AC refrigerant, R134. One in cab auxiliary defrost fan. One electric horn and one bright finished air horn. Integral mounted gauge duster to include: voltmeter, ammeter, engine temp, trans temp, oil pressure, air pressure (pr mary secondary), fuel, tachometer speedometer, odometer, and enginechour meter. There will b'e at least two spare factory mounted sw tch'es for controlling user added auxili4ry;equipment 5 Charaina /el'dctrical system: Batteries three'ea. AGM, top stud, 2400 CCA Stranded copper battery cables will be 00 or larger. A battery shut off will be mounted adjacent to the battery box. Alternator 12v, 130 amp. Project No ES -10 -004 COMPLY EXCEPTIONS X X X x g I�nuL, mss' k✓ Q WI r( Asti A 614 ,aQVtd d►oin- iitisle8 Page 16 of 29 CATEGORY ITEM 6 Frame MINIMUM SPECIFICATIONS AM /FM stereo radio /w CD player, left right speakers. 7 Steel, painted front bumper Frame mounted fro tow eyes. Fuel tank: Eit) g Ilon, aluminum, left side mounted, wi h fuel cooler. Steel painted battery box. 8 All applicable and available maintenance, operations parts manuals, or CD's 9 All running, marker, backup, turn taillights to be LED. Center dome light will be activated by a light mounted switch. There will be two factory installed work lights mounted on the back of the cab, controlled by a dash mounted switch. 1 Wheel base' 214" -215" ii 10 1/4 inch straight frame rails with full length double C channel reinforcement. Front of frarrte to rear of frame full length. RBf\ and section modulus must be consistent from front of frame to rear of frame Tensile strength shalt be a minimum of 1 00,000 PSI and have a minimum RBM of 2,136,000 inch /pounds. The frame Volt be Huckbolted COMPLY EXCEPTIONS X X X 2-15 G►v, .�y1/42 cult,' H 4 a..-,_ RI. 2, 3Q ,0.0 Do�\a-e 3 Project No ES -10 -004 Page 17 of 291 CATEGORY ITEM MINIMUM SPECIFICATIONS Engine 1 Cummins ISM 2100 peak rpm, 320 hp, Drive Train peak torque 1150 ft. lbs. 1200 rpm. Exhaust system chrome plated, center mounted with curved tip There will be installed an engine protection shut down system that will monitor oil pressure, oil temperature, coolant temperature and intake manifold temperature Separate independent systems or spark plug combustion chamber systems for the regeneration cycle will not be!considered. 2 Filters: spin; bn coolant, spin on secondary lel, water separator with electronic sensor, spin on oil, duel element airiflter with pre cleaner. 3 All engine Coolant and heater hoses will be silicone. Coolant will be premium extended life, 30 degrees freeze level. Radiator will be a high efficiency style to accommodate all thermal loads imposed on it. Radiator will be cored or configured for use with a crankshaft driven front mounted hydraulic pump. There will be an electronic low coolant level sensor'installed 4 Engine heater immersion style 110v 1000W COMPLY EXCEPTIONS X x x x Project No ES -10 -004 Page 18 of 29 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS Project No ES -10 -004 5 Transmission' Allison HD4500 RDS -P wide ratio 5 speed, PTO capable, programmed for refuse service. Pad pushbuttoncontrois, oil to water cooler, Transynd synthetic fluid, and an electronic flHid level, filter and clutch monitor system. A 107 dbl bF ckup alarm will be installed, to activate hen the transmission is shifted into traverse. 6 Eaton Hydraulic Launch Assist power train /regenerative braking system will be installed and functional. If the Hydraulic X Launch Assist is inoperable, the vehicle must have the capability to be operational without it. 7 Front axle Dana Spicer D2000F 20,000 Ib rating 3.5" drop. 20,000 Ib rated leaf suspension. Front hubs, iron, gear oil tubed bearings, with Stemco liquid level visible oil seal caps or equal. Synthetic gear oil will be installed. Hub piloted 12.25" X 22.5" wheels, 11 25" bolt Tires will be 385 65R22,5 tre4tioh tread. 8 Rear axles Oana Spicer D46 -170 tandem drive, 46,000 lb, iron hubs, with heavy wall drives and drive axle lube pump. There will be differential locks on both axles 46,000 Ib Hendrickson HMX460 X suspension. Both differentials will have synthetic gear oil installed Wheels: hub piloted 8 25 X 22.5. Tires: 11.00R22 5 Waste Hauler lug Differential ration 4.78 3i s (0.5 ??.s -C40,4 X t qua ra d W 2 k2 4% 4bS i3r, c4,c I(e Page 19 of 29 It41I1 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS 9 Brakes, front 16.5" X 6 rear 16.5" X 7 refuse service, HD cam style drum7 with automatic slack adjusters All brake K linings to be asbestos free. Full 6 channel ABS with integrated traction control X 10 All air brake lines to be air brake rated reinforced nylon, or air brake rated cloth X covered steel braid. Steel, painted air tanks with cable operated drain valves on all tanks capable of being operated from outside the frame. Air compres or: 18.7 CFM Air dryer /he'4ter; Bendix AD- IP -EP. 11 All drivelines will be 1810 series 12 Power steehing, duel Sheppard M100 steering boxes, 4 quart remote mounted reservoir, otlto air cooler X REFUSE SYSTEM Body 1 27 cubic yards capacity. Election method. Tip to dump Project No ES -10 -004 Page 20 of 29 G oIo WPM Cof b CATEGORY ITEM MINIMUM SPECIFICATIONS 9 Brakes, front 16.5" X 6 rear 16.5" X 7 refuse service, HD cam style drum7 with automatic slack adjusters. All brake linings to be asbestos free. Full 6 channel ABS with integrated traction control. REFUSE SYSTEM Body 1 10 All air brake lines to be air bra -'rated reinforced nylon, or air bra rated cloth covered steel braid. Steel, painted air t- s with cable operated drain ves on all tanks capable of -'ng operated from outside the fram Air c. pressor: 18.7 CFM r dryer /heater: Bendix AD- IP -EP. 11 All drivelines will be 1810 series /2 Power steering, duel Sheppard M100 steering boxes, 4 quart remote mounted reservoir, oil to air cooler. 27 cubic yards capacity. Eiection method: Tip to dump d pa. cv,, COMPLY EXCEPTIONS 046 ;s Comply 2oiot/. Project No ES -10 -004 Page 20 of 29 CATEGORY ITEM 2 MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS Hopper static capacitvj 4 cubic yards A hopper door will be provided on th® ply v street side of the body to allow access to the hopper area. The door will have a safety interlock switch to shutoff packer blade function when the door is opened. A hopper ladder, with grab handles, Comply V be located on the street side of the hopper. It will have OSHA required 7" toe spacing. A traverse sump will extend the full v ,idth I of the front hopper. Two 14" X 20" p y sealed sump doors shall facilitate clean out of the sump. A cleanout tool will be provided and Com V mounted in a holder on the curbside o the body. The hopper will have a two piece cover to enclose the hopper during transp� nply The cover will be operated by an air cylinder and be controlled by a console mounted switch. The cover must have an interlock to eliminate the possibility of dumping a container while the cover is closed. Comply Bodv Sides: 10 gauge 50,000 psi stet 3 Construction: Bodv Top 10 gauge 50,000 psi steel ®rrlply u/ Bodv floor: 3/16" AR400 177,000 psiComply steel Hopper sides: 1/4" AR400 177, i 0 steel Hopper floor: 3/8" AR400 177,e- is 1 f ply psi steel. The hopper floor will be fla I and extend into the body 38 p y Tailgate: 10 gauge 50,000 psi steel. Comply \i/ Packing plate: 3/8" steel face plate, AR400 replaceable wear shoes, 2 -pc' hinged follower plate Project No ES -10 -004 Page 21 of 29 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS 4 Tailaate: Comply The tailgate will seal across the bottom and 60" up each side. It will be raised, lowered, latched unlatched hydraulically Hydraulics: tandem hydraulic pump, 21 gpm for r�ply arm, 37 gpm for the packer, 2,500 psi maximum system pressure. 60 gallon reservoir, 100 mesh suctio '1 screen, 10 micron filter. Packing cylinder: single, trunnion Comply mounted, double acting. Controls, Switches, Alarms Ot 5 Lift 1 Grippers: Universal style to grip 60 vomply Arm /Grippers 450 gallon containers without changing the grippers. 2 Lift Arm: 2000 Ib. lift/dump capacity at full Comply extension. 84" reach from the side of the body to the center of a 90 gallon container. The lift arm shall be capable of operating during any phase of the packing operation with full force and flow. Arms will operate at low engine speEOrflply (800 rpm or less) through their entire range. Lift arm operation must work in a vertically linear fashion. No swinging or arcing of the lift arm is permitted. 1 The system will be software controlled and programmable. Both output and COMply input diagnostics for troubleshooting will be built into the software. Controls will have a built in system hroom ply V meter as well as cycle counters for: pack cycles, arm cycles, hydraulic oil low level occurrence, and filter full. Project No ES -10 -004 Page 22 of 29 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS 2 Both audible and visual alarms wip p be_l_ provide for the following conditio O V Emergency Stop, Access Door open, Hopper cover closed, tailgate up, Arm not stowed, gripper not open, Low Hydraulic oil level, Hydraulic oil over temp, oil filter plugged. System will shut down if the followina alarms are activated: Filter full alarm, Hydraulic oil high temp. Alarm: hydraulic oil low level alarm. Safety interlocks: Arm must be in an �inply before it will dump, Grip can not ope when the arm is up, gripper must be actuated closed to lift container, arm will not go up if the body is raised. 3 Packina controls: There will be Gomm selectable packing modes. Manual: requires operator to control v' cycle Cycle 1: automatically activates on-T. packing cycle after a container is trOirl ply dumped Cycle 2: Automatically activates on orr1 packing cycle after two containers are dumped. Cycle 3: Automatically actives two packing cycles after a container is dumped Cycle 4: Automatically actives thre ®reply packing cycles after a container is dumped Project No ES -10 -004 Page 23 of 29 P CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS 4 Arm controls: Rocker switches mounted under the Comply driver's seat with access from the ground so that the arms can be controlled by an operator standing on the ground. A joy stick mounted for left handed Comply operation. A "feathering" option shall be includecC p l y for tight quarters operation. A "shake" option will also be installed coin allow the operator to shake the container without doing a complete undump /dump cycle. 5 All limit and alarm switches will be sPS state proximity switches. Comply All wiring harness connectors will be u waterproof and of a positive latch style. cameras with, 7" color LED split scre6 Camera system: Three hi- resolution 1 11 ply �r L 1 display by Safety Vision. The cameras will be configured: onee the rear of the vehicle for backing, one focused on the hopper one mounted on the left mirror to view the left side of the vehicle. 7 There will be an onboard Vulcan G- ;l`nply scale system installed to monitor the GVW, or 1% of the vehicle weight. 8 A Lincoln Auto lube system will be CoMply installed to lubricate all grease points on the arm packer blade. Project No ES -10 -004 Page 24 of 29 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS 9 The cab, box arm will be painted e match the city of Port Angeles Solid® ply V Waste scheme. Imron 5000 polyurethane paint, or equivalent, in Imron colors, W592 BIQOiflply W585 Silver, will be used. All painted areas will be epoxy primed. The frame will be black, the wheels will be white. 10 An outside lockable storage box, 16" tall a ,A$7„, X 24" deep X 24" wide will be installed p �Z e`c °,�,v,7 Sr c on the left side. ):1.Vl ..s .S': r' 11 Work Lighting: There will be one flooC ply v/ light focused on the container. One floor light will be focused on the hopper. All work lights will be operated by individual console or dash mounted switches. Backup lights: two LED backup lighta I be installed at the rear and be automatically illuminated when the transmission is shifted into reverse. Warning lights: One electronic strobCOrnply mounted on top of the cab. Four 7" Grote Super Nova LED amber strobes, or equivalent, will be mountCOrnply on the left and right upper corners of the box and tailgate, two in the front two at the rear. Four 4" Grote Super Nova LED am Vor n ply strobes or equivalent will be mounte on the rear as close to 48" from ground level as possible. The cab strobe will be activated by a console or dash mounted switch. All^ o' 'y box strobes will be activated by a console or dash mounted switch, separate from the cab mounted strobe switch. Project No. ES -10 -004 Page 25 of 29 I 4tv1 �z to r l 320 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS 12 Training will be provided and paid for by the vendor as follows: 1 day of on site operator training for all drivers, 1 day of maintenance and repair training for all mechanics at a location specified by the vendor. GENERAL Project No ES -10 -004 1 If the City opts to buy one truck the bidder will provide a trade in offer for the below listed unit: One ea. 1999 Peterbilt 320 with 24 CY Heil refuse box and Rapid Rail automated side loader. 2 If the City opts to buy a second truck on this contract, the winning bidder will also provide a trade in offer for the below listed unit: One ea. 2001 Peterbilt 320 with 24 CY Heil refuse box and Rapid Rail automated side loader 3 Days from issuance of purchase order to delivery of unit(s): 4 Delayed Warranty. Warranties will not start until unit is delivered and signed for. 5 Crew /Mechanic training will be completed no later then 1 4.5 -t,4 days after delivery of unit(s) to the City. First Ordering Period (Within the first 60 days from contract award)* .e- rPore PER UNIT BID PRICE: X78 9 6O SALE TAX: all 2t 2(,w ,-13 TOTAL: if 363, 111,13 COMPLY TRADEIN OFFER Z(s c: 00 ,X 1 C A t il V TRADEIN OFFER 4 L< L.- `�C C C DAYS !Go -a 220 .fl�. 1r DAYS 45 -f (&o i o Second Ordering Period (After 60 days thru the end of one year from contract award) PER UNIT Ze9 ?5`t BID PRICE: SALE TAX: g.-1641 TOTAL: 30'4 4/7_5: go L i l.t r II Page 26 of 29 City of Port Angeles Bid No. ES -10 -004 Refuse 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? es* N r\-c 4 Co tla� pQyc ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda No(s). 144 to this project manual. The undersigned hereby accepts the terms and conditions as set forth herein. This bid submittal sheet must be signed and dated by the bidder or a representative legally authorized to bind the bidder. FULL LEGAL NAME OF BIDDER TYPE OF BUSINESS: Corporation Partnership (general) Partnership (limited) ADDRESS SIGNED Project No ES -10 -004 Sole Proprietorship Limited Liability Company 330 I �q.,,poi WO,.., X a CPS 1 CITY /STATE /ZIP n e� I" PHONE( ZSs 118 NAME (PLEASE PRINT) -1-c�,✓'� ut TITLE" -.c 4". °`RSIL Sc1 -4- rz°- 4 —oac,s FAX 204) 340 -0 1 40 ,Y DATE r iZe /CD Page 27 of 29 STATE OF WASHINGTON COUNTY OF vei 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. Subscribed and sworn to before me this 77 day of 49v Project No ES -10 -004 NON COLLUSION AFFIDAVIT Signature of Bidder /Contractor ,20 Notary Pubb� in and for e State of i s �:i0Q Residing at c. u e. \A My Comm. Exp.: r Page 28 of 29