Loading...
HomeMy WebLinkAbout000154 Original ContractR Reviewed by: ndall Brackett, P.E. Deputy Director of Operations PROJECT MANUAL CONTRACT DOCUMENTS for Digger Derrick Line Truck PURCHASE CONTRACT NO. ES -11 -004 ,OF PORT gN ‘1 G c Cl N 4v ORKS ANO CITY OF PORT ANGELES WASHINGTON March 2011 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS UTILITIES RANDALL BRACKETT, DEPUTY DIRECTOR OF OPERATIONS Approved by: Dennis Dickson Senior Assistant City Attorney City of Port Angeles Record #000154 ES -11 -004, Digger Derrick Line Truck page 1 of 40 .0 CITY OF PORT ANGELES INVITATION TO BID for Digger Derrick Line Truck Sealed bids will be received by the Public Works and Utilities Director until 2:00 PM, Thursday, April 7 2011 and will be opened and read in the Public Works Utilities Conference Room, Port Angeles City Hall, 321 East Fifth Street, Port Angeles, Washington 98362. Bids will be taken for the following Materials: Schedule A: One (1) Digger Derrick Line Truck Purchase 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 8:30am and 4 City of Port Angeles, 1703 South B Street, Port Angeles, Washington 98363, (360) 4 -4541. Technical questions regarding this bid should be addressed to Dennis McBride, Fleet Manager at (360) 565 -3860, between the hours of 7:00 AM and 3:30 PM. The City of Port Angeles reserves the right to reject any or all bids and to waive informalities in the bidding process. Subject to the foregoing, the contract may be awarded to the lowest responsible bidder Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of sex, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. Bids must be sealed with the outside of the envelope marked "BID OPENING DATE APRIL 7 2011 PURCHASE CONTRACT NO. ES -11 -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 25 2011 ES -11 -004, Digger Derrick Line Truck page 2 of 40 ir INSTRUCTIONS FOR BIDDERS Digger Derrick Line Truck BID SUBMITTAL: All bids must be sealed with the outside of the envelope marked with the words: "BID OPENING DATE: APRIL 7 2011 PURCHASE CONTRACT N. ES -11- 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 descri )e the minimum requirements for the materials requested in sufficient detail to secure bids on comparable materials. All parts included in the bid shall conform in strength, quality of workmanship and material to that which is usually provided the trade in general. Any variance from the specifications or standards of quality must be clearly pointed out in writing by the bidder. Do not make reference to brochures or supporting literature on the bid sheet. All notations for bid compliance or exceptions are to be made on the bid sheet or on a plain piece of paper attached and referenced to the bid item. The City's bid sheet must be signed by the bidder or its agent in order for the proposal to be accepted. If alternate materials are proposed, bidders are required to submit a separate bid sheet for each unit offered. All bids must be made on the required bid form and in cases of errors in the extension of prices in the bid, the unit prices will govern. All blank spaces for bid prices must be filled in, with ink or typewritten, and each bid form for which the bidder is providing a bid must be fully completed and executed when submitted. Only one copy of each complete bid form is required. The completed bid form(s) must be accompanied by one completed Bid Signature Sheet, and one completed Non Collusion Affidavit form. Faxed bids will not be accepted. Failure to adhere to instructions may constitute disqualification of proposal. TRADE -IN OFFER: The trade -in offer is a separate optional bid item specifically associated to a new vehicle bid item that is being procured. The City of Port Angeles reserves the right to accept or reject any or all trade -in offers submitted by bidder. The acceptance or rejection of the trade -in offer shall be solely at the City's discretion. Bids submitted without a trade -in offer will not be disqualified. 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. Award of the trade -in offer bid item will only be made to vendor that is awarded the bid item specifically for the new vehicle bid item that is associated to it. ES -11 -004, Digger Derrick Line Truck page 3 of 40 COMPLIANCE WITH SPECIFICATIONS: The equipment must be in accordance with the specifications. Failure on the Contractor's part to comply with any specification herein will be grounds for disqualification of the bid. All items called for in the specifications, including but not limited to the equipment constructed as shown, and the necessary manuals, must be complied with before the final payment can be processed. Where the description of an item includes both specifications and a brand name and number, the specifications shall govern in case of conflict. Brand name and number are for reference as to the type and quality required and do not preclude offers of a comparable or better product, provided full specifications and descriptive literature accompany the offer. Failure to include full descriptive literature may be cause to reject the offer. WARRANTY: The purchased vehicle must have full Manufacturer's new- vehicle warranties, and the warranties must 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 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. ES 004, Digger Derrick Line Truck page 4 of 40 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 Ihanlevta'�citvofpa.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 to packing, wrapping bags, containers or reels, unless otherwise stated herein. 3. DELIVERY ACCEPTANCE: For any exception to the delivery date as specified in this Contract, Contractor shall give prior notification and obtain written approval thereto from the City. Time is of the essence and the Contract is subject to termination for failure to deliver as specified and /or appropriate damages. The acceptance by the Purchaser of late performance with or without objection or reservation shall not waive the right to claim damage for such breach nor constitute a waiver of the requirements for the timely performance of any obligation remaining to be performed by Contractor. 4. PAYMENTS: Invoices will not be processed for payment until receipt of a properly completed invoice or invoiced items, whichever is later. Payment will be made within 30 days of receipt of invoice. 5. DAMAGES FOR DELAY: Delays add cost to the City in the form of time needed for operational duties, administration and supervision and in the form of replacement equipment rental. Because the City finds it impractical to calculate all of the actual cost of delays, it has adopted the following to calculate liquidated and actual damages for failure to complete the delivery of the equipment/material on time. Accordingly, the Contractor agrees to the following: a. To pay liquidated damages in the amount of $25 :for each working day beyond the number of working days established for physical delivery of the equipment/material; and ES -11 -004, Digger Derrick Line Truck page 5 of 40 b. To pay actual damages equal to the actual cost to the City for rental of equipment necessary for the user Department to continue with its operations; and further c. To authorize the City to deduct these liquidated and actual damages from any money due or coming due to the Contractor. 6. SHIPPING INSTRUCTIONS: Unless otherwise specified, all goods are to be shipped prepaid, F.O.B. Destination. 7. REJECTION: All goods or materials purchased herein are subject to approval by the Purchaser. Any rejection of goods or material resulting because of non conformity to the terms and specifications of this Contract, whether held by the Purchaser or returned, will be at Contractor's risk and expense. 8. IDENTIFICATION: All invoices, packing lists, packages, shipping notices, instruction manuals, and other written documents affecting this Contract shall contain the applicable purchase contract number. 9. INFRINGEMENTS: Contractor agrees to protect and hold harmless the Purchaser against all claims, suits or proceedings for patent, trademark,, copyright or franchise infringement arising from the purchase, installation, or use of goods and materials ordered, and to assume all expenses and damages arising from such claims, suite or proceedings. 10. WARRANTIES: Contractor warrants that articles ;supplied under this Contract conform to specifications herein and are fit for the purpose for which such goods are ordinarily employed, except that if a particular purpose is stated, the material must then be fit for that particular purpose. 11. ASSIGNMENTS: The provisions or moneys due'under this Contract shall only be assignable with prior written consent of the Purchaser. 12. TAXES: Unless otherwise indicated the Purchaser agrees to pay all State of Washington sales or use tax. No charge by Contractor shall be made for federal excise taxes, and the Purchaser agrees to furnish Contractor, upon acceptance of articles supplied under this Contract with an exemption certificate. 13. LIENS, CLAIMS AND ENCUMBRANCES: Contractor warrants and represents that all the goods and materials ordered herein are free and clear of all liens, claims, or encumbrances of any kind. 14. RISK OF LOSS: Regardless of FOB point, Contractor agrees to bear all risks of loss, injury or destruction of goods and materials ordered herein, which occur prior to acceptance of the material by the purchaser. Such loss, injury or destruction shall not release Contractor from any obligation hereunder. 15. HOLD HARMLESS: Contractor shall protect, indemnify, and hold the Purchaser harmless from and against any damage, cost or liability for any injuries to persons or property arising from acts or omissions of Contractor, its employees, agents or subcontractors howsoever caused. 16. ANTI TRUST: Contractor and the Purchaser recognize that in actual economic practice overcharges resulting from anti -trust violations are in fact borne by the Purchaser. Therefore, Contractor hereby assigns to the Purchaser any and all claims for such overcharges. ES -11 -004, Digger Derrick Line Truck page 6 of 40 7. DEFAULT: Contractor shall be liable for damages suffered by the Purchaser resulting from Contractor's breach of Contract. The Contractor covenants and agrees that in the event suit is instituted by the Purchaser for any default on the part of the Contractor, and the Contractor is adjudged by a court of competent jurisdiction to be in default, Contractor shall pay to the Purchaser all costs, expended or incurred by the Purchaser i T 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. 1 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. Anylbid containing a brand that is not of equal quality, performance, or use specified must be represented as an alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid. 19. SAFETY: The materials shall completely comply'with all State and Federal laws, rules, regulations and codes in effect at the time of delivery. 20. ACCEPTANCE: CONTRACTOR ACCEPTS ALL OF THE TERMS AND CONDITIONS SET FORTH. FORMAL OBJECTION IS HEREBY MADE' BY THE PURCHASER TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY VENDOR CONTRACTOR AS A CONDITION OF ACCEPTANCE OR DELIVERY. ES -11 -004, Digger Derrick Line Truck page 7 of 40 PURCHASE CONTRACT THIS AGREEMENT is made and entered into this 161 day of ./Lvt, 2011, between the City of Port Angeles (hereinafter called the "Purchaser and Altec Industries. Inc (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 City in the form of a purchase order and /or spreadsheet to City's electric and water utility customers, and the Purchaser agrees to purchase and receive from Contractor the equipment as described and set forth in the Contract Documents, Schedule A and the provisions of the Contractor's bid attached and made a part hereof. ARTICLE III ASSIGNMENT The Contractor shall not assign any of its responsibility under this Contract without the express written consent of the Purchaser. ARTICLE IV APPLICABLE LAW AND VENUE This Contract shall be governed by, and construed in accordance with, the applicable laws of the State of Washington. Any legal proceedings to determine the rights and obligations of the parties hereunder shall be brought and heard in Clallam County Superior Court. ES -11 -004, Digger Derrick Line Truck page 8 of 40 1 1 ARTICLE V NONDISCRIMINATION During the performance of this Contract, the part 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. 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. ES -11 -004, Digger Derrick Line Truck page 9 of 40 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. ALTEC INDUSTRIES, INC BY: a.titi Y Title: ims o&- Saki_e„_s REA SDUTATiVE Dated: S 4I ATTEST: IVI4v k Quo m 'ao ARTICLE VIII WAIVER CITY OF PORT ANGELES By: 7�y t Title: 1 /1 Dated: (a 1 g- �2flll 1 ATTEST: City CI ES -11 -004, Digger Derrick Line Truck page 10 of 40 City of Port Angeles Invitation to Bid Purchase Contract: ES -11 -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) new, unused digger derrick line truck per the attached minimum specifications. ITEMS TO BE INCLUDED WITH BID All major components of the requested equipment must be manufactured or distributed by the original equipment manufacturer and advertised on a factory brochure as a standard or optional component. Bidder is to include the factory brochure with the bid. Equipment that has had its features or size reduced to below what the factory says is necessary will not be accepted. Features and /or minimums listed on this brochure as a factory required minimum for the size of the unit bid must be included in the bid to ensure that the equipment offered not only meets these specifications, but also includes factory- listed requirements for its particular size. CONTRACT PERIOD The contract is to be in effect for a period of one year from the date of the award. PRICING A. The City reserves the right to increase or decrease quantities under this contract and pay according to the unit prices quoted in the proposal any time during the contract period. B. The City is entitled to any promotional pricing during the contract period which is lower than pricing as provided in the bid. DELIVERY DATE GENERAL BID PROVISIONS: Schedule A Digger Derrick Line Truck 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. ES -11 -004, Digger Derrick Line Truck j page 11 of 40 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. i I 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 and priced invoice Two (2) sets of keys ASCII and paper copy of Equipment Parts Line Setting Chart Pre delivery inspection report Warranty books Parts, service and operator's manuals and drawings (as per specifications) All documents required for Licensing and Registration All items called for in the specification, including, but not limited to, the necessary manuals, must be supplied to, or in the case of training, scheduled with, the City before the final invoice will be processed. 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 ES -11 -004, Digger Derrick Line Truck page 12 of 40 I 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: DIGGER DERRICK LINE TRUCK CATEGORY I ITEM I MINIMUM 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 laws, rules, regulations and standards in effect at the time of manufacture. Chassis Cab, Controls 1 New, current model, 37,600 GVW, day cab, General with a cab to axle distance of 120" (inch). The unit shall be white in, color. This unit shall have all Federal Motor Vehicle Safety Standard (FMVSS) required equipment and meet all on -road requirements of the FMVSS and Washington State law. 2 An hour meter that will operate only when the engine is running shall be installed The meter must be capable of being easily accessed by the operator for tracking of truck running hours Other instrumentation will include a volt gauge, a coolant temperature gauge, air pressure gauges, A DEF tank level gauge and fuel level gauge 3 The unit shall have a 50 (fifty) gallon rectangular fuel tank mounted under the driver side step. A six (6) gallon DEF (Diesel Exhaust Fluid) tank shall be mounted to the rear of the fuel tank A frame mounted battery box, holding two (2) 950CCA (ea) sealed maintenance free batteries shall be mounted under the left side of the cab There shall be full and easy access to the batteries. I COMPLY I EXCEPTIONS X X X X X X ES -11 -004, Digger Derrick Line Truck page 13 of 40 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS 4 The DPF (Diesel Particulate Filter) and SCR X (Selective Catalytic Reduction) shall be mounted under the passenger side step. Either a vertical 4" pillar mounted exhaust stack, with a perforated chrome heat shield, or a 4" aluminized horizontal under truck exhaust will be used, depending upon the requirements of the body installer 5 The cab shall have a tilt out engine cowling for full under hood access. 6 Mirrors: full sized 7" x 16" (inches) heated mirror heads The mirror heads shall be power adjustable A heated 6" (inch) convex spot mirror shall be mounted to the lower mirror support bar on each side of the vehicle. Transmission X X X 7 Windshield wipers shall be electric, with a X high, low and adjustable intermittent delay setting 8 An AM /FM radio with CD player and X speakers shall be installed. 9 A tractor package, with all accessories and X systems needed for air brake trailer towing, shall be included on the Unit. 10 Seats' All seats shall have vinyl upholstery. The driver's seat shall be a Bostrom 910. Passenger seat shall be a two man bench with a storage locker under the seat 11 Transmission shall be an automated manual X 6 speed overdrive unit, Mercedes -Benz AGS 660 -60D model AMT3- 660 -60A. Overall ratio shall be transmission 9 18 Gear ratio shall be from low 6.70 to overdrive 0.73. Unit weight 346 lbs. The transmission shall have a 6 bolt PTO flange on the right side of the transmission X ES -11 -004, Digger Derrick Line Truck page 14 of 40 CATEGORY ITEM MINIMUM SPECIFICATIIONS 12 Transmission shift control shall be a paddle style attached to the steering column. It shall have a manual /auto shift selector. Manual shifting will be accomplished by pulling the paddle toward the driver for up shifting and pushing the paddle away, from the driver to downshift. The transmission control system shall have an economy mode, a power mode, a combined auto /manual mode and an all automatic mode The gear readout and status shall be through an in -dash status display. Engine 13 Engine shall be an ISB 6 7L Cummins, rated at 280 HP and torque of 660 foot pounds 1200 rpm. Drive Train, Frame, 16 Brakes Air system ES -11 -004, Digger Derrick Line Truck The engine must use a DEF based selective X catalytic reduction (SCR) system to meet 2010 emission standards A design utilizing only an in cylinder EGR system to meet emission standards will not be considered. 14 The radiator shall have a minimum of 950 square inches cooling capacity. Silicone hoses shall be used throughout the cooling /heating system. 1 15 The alternator shall have a minimum output of 105 amps The unit shall have air brakes, sized appropriately for the GVW axles used Automatic slack adjusters shall be installed on all brakes. A Bendix ADIP air dryer shall be installed in the air system. 17 An electronic brake anti -lock and traction control system shall be installed. 18 Aluminum wheels, to reduce the chassis weight and increase payload shall be used 19 A tire pressure monitoring system will be installed COMPLY EXCEPTIONS X X X X X X X X X X X page 15 of 40 CATEGORY ITEM I MINIMUM SPECIFICATIONS I COMPLY! EXCEPTIONS ES -11 -004, Digger Derrick Line Truck 20 The rear suspension shall be variable rate multi -leaf with helper springs The rear axle and suspension shall be; configured for 23,000 lb. gross weight 21 The front axle, suspension and tires shall be X configured for a 14,600 lb gross weight The suspension will use,flat leaf springs. 22 There shall be two heavy duty tow hooks X mounted to the front frame rails. 23 The frame shall be configured to meet or X exceed the requested GVW and intended use of the truck. Digger Derrick General 25 A 47' (ft) hydraulic derrick, rear mount, designed for mounting over the rear axle, built in accordance with 'current engineering standards and safety specifications. The unit will be configured for digger derrick use only and will not be used for personnel handling X 24 The front frame rails shall be extended for X installation of a 20,000 lb capacity winch X Unit shall meet or exceed ANSI 10.31 -2006. X Unit serial number plate shall state compliance with this ANSI standard. Unit shall be designed and manufactured in facilities that are certified to meet ISO 9001 standards Performance ranges will be marked on an X attached capacity chart 26 Maximum sheave height: 46 4 ft. X Maximum horizontal reach: 37 0 ft X Maximum digging radius: 26.7 ft X Elevation limits: 80° above to 20° below X horizontal Insulated to: 46 KV and below X page 16 of 40 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS 27 Pedestal shall be built fr a cylindrical steel tube transitioning to a rectangular bridge substructure. The substructure shall have storage space front to back All outer race rotation bearing bolts shall be accessible from outside the pedestal The sub -base for mounting of the pedestal shall consist of 6" X 4" x 3/8" (inches) wall rectangular tubing, with top and bottom plates, on each side of the frame. 28 All metal parts of the derrick shall have a X white power coat paint applied inside and out. 29 All Hydraulic cylinder rods shall be chromed X and all ends shall be threaded and welded All cylinder bearing shall be self aligning. Boom support bearings shall be slide style bearings. 30 All electrical wiring shall be color coded or X numbered for quick identification It shall also be bundled and contained in a protective wire loom whenever possible. 31 The boom winch shall be turntable mounted, X hydraulic motor driven with counter balance valves, self locking worm drive with 15,000 lb bare drum capacity. Drum diameter: 8.63" (inch) X Flange diameter: 15 75'' (inch) X Drum width: 13" (inch) 1 X Full winch speed shall be 21' (ft) per minute X on first layer and 39' (ft) per minute on full drum I Rope: 115' (ft) of 15,000 lb. rated 1 1/8" X (inch) diameter, synthetic with braided cover Hook: 8 1/2 ton capacity swivel hook, 33 lb. X downhaul weight 1 32 A full capacity fiberglass'round upper boom, X with a smooth surface inside and out shall be used The boom tip shall also be made from fiberglass There shall be a two -part load line X attachment point on the intermediate boom X ES -11 -004, Digger Derrick Line Truck page 17 of 40 CATEGORY ITEM MINIMUM SPECIFICATIONS ES -11 -004, Digger Derrick Line Truck 33 Boom rotation shall be continuous through a worm drive gear box. Wth the boom horizontal and fully extended, the unit must be capable of rotating a 500 lb load up a 5° slope. 34 A boom storage protection system that prevents the operator from putting excessive down pressure on the boom stow bracket shall be installed 35 Pole guides: cylinder driven open /closed and tilt with double pilot operated check valves to support poles in both directions A tilt interlock shall be included that prevents the upper boom from extending when the transferable flares are attached to the intermediate boom, until the guides are articulated to the full up position Transferable Boom flares with adjustable alignment guides shall be included 36 The unit shall have a power distribution module installed. The module shall be a standardized self contained electronic system that provides a standardized interface with the chassis electrical system. It shall have built in test capabilities and status LED's to assess its performance. There shall be plug in expansion to accommodate other options including. engine start/stop, variable throttle, transmission ECM interface, PTO In addition there shall be plug in expansion for 16 accessory circuits 37 Hydraulic oil and all required lubricants shall be installed The unit shall be ready to operate when it is delivered to the City COMPLY EXCEPTIONS X X X X page 18 of 40 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS 38 A hydraulically driven Braden PD18B, 20,000 X lb. capacity winch, with roller fairlead, with a reinforced front bumper shall be installed to the extended front frame rails of the truck The winch shall have the winch shaft extended to the curb side of the bumper for operation of a CR reel and capstan head. The winch drum shall be with 5/8" steel cable. A safety hook of proper capacity shall be fixed to the end j There shall be winch controls as well as an engine stop switch installed to the curbside of the bumper An additional forward and reverse control shall be installed in the cab next to the driver's station Storage for the CR reel and capstan head X will be on the front bumper. The location shall be subjected to City approval. 39 All switches and lights subject to damage shall have "eyebrow" style protective deflectors. (see photos below, "eyebrow 1", "eyebrow 2 "eyebrow 37) Eyebrow 1 9 kA Eyebrow 3 ES -11 -004, Digger Derrick Line Truck X X X Eyebrow 2 page 19 of 40 CATEGORY Outriggers ITEM MINIMUM SPECIFICATIONS 40 Outriggers shall be A- frame, folding shoe, 153" (inch) maximum spread, for use as auxiliary or primary outriggers Center structure shall be open allowing storage through the outrigger frame. 41 There shall be an outrigger /boom interlock system to prevent the boom from being raised out of the stow rest until the outriggers have been at least partially deployed 42 The outrigger control valves shall be located at the rear of tail shelf so that the operator can observe the outriggers as they deploy There shall be an outrigger /unit selector installed near the outrigger controls. The selector shall require the operator to divert oil from the main system to operate the outriggers 43 A high idle toggle switch, to raise the motor rpm, shall also be located in close proximity to the outrigger controls As an alternative, a system that automatically raises the motor rpm when the outrigger controls are operated can be installed 44 An outrigger motion alarm, which sounds when any outrigger is in 'motion, shall be installed 45 There shall be a warning light in the cab that will illuminate when the master switch is turned off, if an outrigger is not in the fully stowed position. 46 Plastic outrigger pads shall be supplied for each outrigger. Pad storage shall be in close proximity to the outrigger for which it was intended, in a bracket under the box with pendulum retainers. Pad storage shall be designed and built to accommodate either plastic or aluminum pads Digger /Auger 47 Digger. planetary drive, two speed, hydraulic drive shift with 12,000,ft -Ibs of torque Auger storage shall be on the left -hand side of the boom, (viewed fro,'m the operator's station). It shall have a self latching catch with a safety pin ES -11 -004, Digger Derrick Line Truck COMPLY EXCEPTIONS X X X X X X X X X page 20 of 40 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS 48 Auger assembly 20 inch diameter with X carbide teeth, for 2 1 /2" (inch) Kelly bar Auger windup sling shall be of nylon and sized appropriately to acpomplish safe handling and storage of the auger 1 48 The hydraulic pump shall be a tandem vane style delivering 14/21 gpm 1200 rpm. The rotation shall be appropriate for the PTO /transmission combination used. The PTO shall be a cab controlled air shift unit. Hydraulic /Control System X X 49 The hydraulic system shall have a 60 gallon X reservoir, a magnetic suction screen, a return line filter with a co ld oil indicator. There shall be system pressure gauges mounted at all main control stations The hydraulic tank shall be mounted to the X inside front of the body, in the indent provided by the compartment/body configuration If this location is not feasible, another location shall be selected to be out of the area used for day to day operations The City shall be consulted on the exact location of the reservoir to assure it is located appropriately fon our purposes. 50 A hydraulic overload protection (HOP) X system shall be installed. The system shall prevent activation of all functions that could add to an overload condition Boom raise Intermediate boom extend Third stage boom extend Winch raise Auger dig system shall automatically reset when overload condition is relieved 51 The unit shall have electronic side load protection which, upon reaching the preset limit, will stop all derrick functions that could contribute to increased side load. The system shall include a v sual gauge that informs the operator of the side load and remaining capacity, as well as an indicator lamp that will illuminate when side load limit is reached X X ES -11 -004, Digger Derrick Line Truck page 21 of 40 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS 52 There shall be manual override of hydraulic X functions at the main control valve There shall be a hydraulic dump valve X installed in the system to divert hydraulic flow away from the main control valve when the unit is idle. The dump valve shall be electronically activated when any function is operated 53 The hydraulic control system shall be an electric over hydraulic style, incorporating a proportional pilot valve system for full metering and feathering of the function controls. The control system shall also include a single quick connect plug for installation of a radio remote control system 54 The main control station shall have a front entry control seat mounted on the curbside of the pedestal There shall be one red colored emergency stop plunger. The function controls shall consist of two multi function joysticks, with integral interlock switches for the dump valve and padded arm rests The right hand joystick shall control all boom functions The left hand joy stick shall operate the digger and winch. A foot throttle shall also be incorporated into the station. 55 A standard /low speed selector shall be installed at the operator's station When the selector is shifted to low mode the operational speed of all functions shall be approximately half of standard speed. 56 A floating rotation system, to facilitate the setting of anchor screws shall be installed. The system shall allow the boom to follow a screw anchor as it is installed into the ground The activation switch shall be in close proximity to the digger control The system shall have an indicator and alarm. X X X X X ES -11 -004, Digger Derrick Line Truck page 22 of 40 CATEGORY ITEM MINIMUM SPECIFICATIONS 57 There shall be a hydraulic tool circuit at the rear of the truck. There must be a control valve to operate the circuit located at the tail shelf The tool circuit shall be connected to the auto return hose reels. No other hydraulic tool outlet need be installed. 58 All hydraulic quick couplers shall be or shall connect with Parker FEM- 501 8FP -NL female and FEM- 502 -8FP male couplers. 59 Two (2) each, spring operated auto return hydraulic hose reels shall be plumbed to the tool circuit. The reels shall have 25' (ft) of connected, twin line, two -wire hydraulic hoses (one pressure, one return) with quick couplers for tool use, mounted to them The reels shall be located close to the derrick pedestal and near the rear of the vehicle. The locations of the reels are subject to City approval. 60 A Stanley hydraulic tamp, with three feet of hose, two quick couplers and a control at the tamp, to turn the tool on and off, shall be supplied with the unit Additionally a pole puller; with 7' (ft) of 5/8" (inch) high tensile chain and a base shall be Included with the unit. AIstorage area for the puller shall be built into the passenger side of the tail shelf. ES -11 -004, Digger Derrick Line Truck COMPLY EXCEPTIONS X X X page 23 of 40 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS Body 61 Overall body dimensions' 47" (inch) high, 96" X (inch) wide and 138" (inch) long with 56" (inch) interior bed width. The body shall be fabricated from A40 grade X 100% zinc coated alloy steel. Minimum aauae thickness Outside panels, 16 ga X Top panels, 16 ga X End panels, 14 ga. X Inner door panels, 20 ga, X Outer door panels, 18 ga X Wheel panels 14 ga. X Floor, formed 12 ga. steel checker plate X All compartments shall have removable drain X plugs. j i All sections of the body, inside and out shall X be primed with an industrial primer and painted white, using commercial grade paint. The body steel shall be either sandblasted or chemically treated to assure primer bonding. All steps shall be made from grip strut. All bin tops shall have grip strut installed Whenever possible, to conserve weight, light weight aluminum grip strut shalt be used. 1 ES -11 -004, Digger Derrick Line Truck page 24 of 40 ES -11 -004, Digger Derrick Line Truck CATEGORY ITEM MINIMUM SPECIFICATIONS 1 62 All body compartments shall have LED lighting to illuminate the interior. The lights shall be controlled by an in cab master switch. Additionally each light shall have a switch on the door frame that turns it on when the door is opened'and off when the door is closed There shall be 4" (inch) flush mounted, white, LED lights installed to illuminate the interior section of the body, one on each side If the lights protrude into a storage area, they shall be guarded or covered so no object can contact them. There shall also be a 4" (inch) white LED light to illuminate each outrigger The rear two outngger lights shall be mounted at the top rear corner of the box to illuminate as much area as possible. Four 1" (inch) white LED lights shall be installed to illuminate the stair steps The deck, stair and outrigger lights shall all be controlled by a cab mounted switch. i 63 All compartment doors shall be double paneled, with built in drainage, have riveted in place zinc plated paddle latches, full length hinge rods attached with rivets and non porous door seals, mechanically attached to the facing The doors shall be weather proof and water tight All edges shall be rolled or folded for maximum strength Each door shall have a 1" (inch) header drip rail installed above the door. All doors shall have locks and all locks shall be keyed alike All vertical and downward opening horizontal doors shall have chain retainers All upward opening horizontal doors shall have gas cylinder supports. COMPLY EXCEPTIONS X X X X X X X page 25 of 40 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS ES -11 -004, Digger Derrick Line Truck 64 "A" compartment (first forward compartment, passenger side) shall be vertical, 47" (inch) tall, 36" (inch) wide and 18" (inch) deep. The upper half shall be divided into six equal sized sub compartments. The forward three sub compartments shall be inset 12" (the outer edge of the compartment shelf shall be 12" (inch) inside the door) then extend the width of the bed. The rearward three sub compartments shall be 16" (inch) in- depth. There shall be a set of six (6) roller slide drawers with a latch on each to hold them closed The drawer width shall be a minimum of 25" (inch). (See "A compartment" photo below) "A" Compartment 65 A 24" wide stairway to the interior of the body shall be provided just aft of the "A" compartment The first step, suspended under the body, shall be grip -strut and hung on flexible supports There shall be hand holds on both sides The right side hand hold shall be mounted on the outer side of the stair access area The left side hand hold shall be mounted on the inside of the stair access area (See "Stairs" photo below) X X page 26 of 40 CATEGORY ITEM I MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS Stairs ES -11 -004, Digger Derrick Line Truck 66 "B" compartment (second compartment passenger side) shall be a horizontal 54" (inch) wide, 18" (inch) deep with upward opening door. There shall be two full width equally spaced fixed selves with adjustable dividers (See "B compartment" photo below) "B" Compartment 67 "C" compartment (third compartment passenger side) shall be vertical, 47" (inch) tall, 24" (inch) wide and 18" (inch) deep. There shall be one hanger made from 1" (inch) pipe attached to the front wall of the compartment, spaced 4 ",(inch) down from the compartment roof and 4" (inch) out from the front wall There shall be horizontal E- Track mounted the length of the back wall and the aft wall 2" (inch) down from the compartment top. (See compartment" and "E- Track" photos below) X X page 27 of 40 CATEGORY ITEM I MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS "C" Compartment 7 1 68 "0" compartment (first forward compartment drivers side) shall be vertical, 47" (inch) tall, 30" (inch) wide and 18" (inch) tall It shall have two fixed shelves spaced at 14" (inch) and 29" (inch) from the bottom of the compartment. The upper shelf shall have adjustable dividers; the lOwer shall have four (4) fixed, evenly spaced ;dividers. The upper 9" (inch) of the compartment shall be part of the hot stick shelf.(See "D compartment" photo below) ID" Compartment E-Track X ES-11-004, Digger Derrick Line Truck page 28 of 40 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS 69 "E" compartment (2n compartment driver's side) shall be vertical, 47" (inch) tall, 30" (inch) wide and 18" (inch) deep. There shall be three adjustable shelves with adjustable dividers The upper 9" (inch) of the compartment shall be part of the hot stick shelf. (See "E compartment" photo below) ES -11 -004, Digger Derrick Line Truck "E" Compartment 70 "F" compartment (third compartment driver's side) shall be horizontal,' 54" (inch) wide and 18" (inch) deep with upward opening door. There shall be one adjustable shelf with adjustable dividers. The compartment bottom shall also have adjustable dividers. The upper 9" (inch) of the compartment shall be part of the hot stick shelf (See "F compartment" photo below) "F" Compartment X X page 29 of 40 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS 71 "G" compartment (fourth compartment driver's side) shall be vertical, 47" (inch) tall, 24" (inch) wide and 18" (inch) deep. The upper 9" (inch) of the compartment shall be part of the hot stick shelf There shall be full width sections of horizontal E -Track mounted on the front, back and rear compartment walls 2" (inch) down from the bottom side of the hot stick shelf (See "G compartment" photo and "E- Track" below) "G" Compartment 72 "H" compartment (hot stick shelf and access door) shall have at least an 8" (inch) tall 12" (inch) wide storage area,138" (inch) in length extending through the upper part of all drivers side compartments. The drop down access door shall be at the rear of the body and shall have a clear door access area of 8 "x12" (inches) There shall be included and installed on the shelf a storage container to fit the jib/crossarm attachment (reference "item 87 of the Accessories /Other category" below) The storage container shall be made from PVC or other appropriate non metallic matenal X E -Track X ES -11 -004, Digger Derrick Line Truck page 30 of 40 ES -11 -004, Digger Derrick Line Truck CATEGORY ITEM MINIMUM SPECIFICATIONS 73 The underbody "possum belly" storage shall be accessed by a drop down door at the tail shelf. The area shall be divided into two or three sections. The center section shall have a clear minimum 7" (inch) height and shall be wide enough for storage of a 22" (inch) wide ladder The other(s) shall have the end(s) left open to be used for storage of long rods. (See "Possum Belly Storage" photo below) Possum Belly Storaae 74 There shall be a full width 24" (inch) tail shelf installed The tail shelf shall be made of diamond plate The rear bumper shall be approximately 12" (inch). The top of the bumper shall be made of gnp strut inset to be flush with the channel steel skirt. 75 There shall be ten rope hooks with E -Track quick connects supplied with the unit 76 A heavy duty pole cradle with tie -down straps shall be installed along the driver's side The rear pole mount shall not, at an time, interfere with full and free access to the Hot Stick storage bin. The current design, a single pedestal removable rear pole support, shall not be accepted. (See "Pole mount HS storage" photo below) COMPLY EXCEPTIONS X X page 31 of 40 CATEGORY ITEM I MINIMUM SPECIFICATIONS I COMPLY EXCEPTIONS Pole 1 Mount HS Storage Towing Accessones 81 77 The body shall have lights, reflectors and conspicuity tape applied so as to meet current Federal Washington State DOT standards. All turn, tail, running and clearance lights shall be LED. 78 Deck and tail shelf surfaces which might be used for walking shall be covered with a heavy duty commercial anti -slip coating. 79 A mud flap splash guard shall be installed behind each wheel. 80 Cone holders, to accommodate six full sized traffic cones and storage for two collapsible traffic signs shall be installed in a City approved location A T125 style pintle hook, or equivalent, and two safety chain connection points shall be installed The pintle shall have a ground to center of eye distance of 28" (inches). The pintle hook shall also have a secondary latching system for safety. The pintle and glad hands shall be inletted into the bumper for protection. The rear most point of the pintle shall be even with the rear surface of the bumper. The corners of the inset in the bumper containing the pintle shall be configured so as not to interfere with the turn radius of an attached trailer. X X X ES 004, Digger Derrick Line Truck page 32 of 40 CATEGORY ITEM MINIMUM SPECIFICATIONS 82 A standard 7 (seven) pole tractor trailer connector socket and a 6 (six) pole (reference: NAPA part 755 -1523) trailer socket shall be installed near the pintle and wired per industry standard. A 12v charge wire shall be wired to the center connection of the 6 pole trailer connector. 83 Two glad hands, for connection of an air brake trailer, shall be installed as appropriate near the pintle hook. 84 An electronic style electric brake controller, with the capability to control the brakes of up to three axles, shall be installed and wired to the six pole trailer plug Accessories /Other 85 Four wheel chocks, two to each wheel, made from rubber, 10 "x8 "x5 /2" (inches) in size, shall be installed A storage area designed specifically for the chocks shall be provided in close proximity to the wheels for quick, easy access to the chocks 86 A Dynamote A3070D inverter or City approved equal, capable of producing 3600 watts 120v AC at the same engine speed as the equipment operation'hi idle, shall be installed The inverter shall be installed inside a water tight box mounted on the front traverse compartment. Fully grounded 120V GFCI outlets, connected to the inverter for power, shall be installed at three City approved locations, two (2) at the rear and one (1) at the front of the vehicle. ES -11 -004, Digger Derrick Line Truck 87 A combination jib/crossarm attachment shall be provided with the unit The jib shall be 10' (ft) (120 inches) long This attachment shall be configured to work with and attach to the pole claw bracket so that the jib angle can be changed using the pole claw tilt. (See photos below) Storage shall be provided in the hot stick box (Reference "item 72 in the Body category" above) COMPLY EXCEPTIONS X X X X X X X X page 33 of 40 CATEGORY ITEM I MINIMUM SPECIFICATIONS I COMPLY I EXCEPTIONS Jib /Crossarm 88 A triangle reflector kit shall be installed in the cab behind or under the passenger seat. 89 A 5" inch Milton vise and vice bracket mounted on a 2" (inch) square tube mount, shall be supplied by the bidder. A 2" (inch) socket to accept the mount shall be installed in a City specified location. i 90 Two each amber duel flash LED strobe lights shall be installed, one on the driver's side of the truck and one on the passenger side. Each light shall be visible in a 180 degree arc from center front to center rear of the truck, when viewed from the appropriate side of the unit. A pair of 4" (inch) quad flash amber LED strobe lights (reference brand: Buyers, part# SL4OAR) shall be mounted in the same area as the taillights and must be fully visible from the rear of the vehicle. A control switch and lighted indicator shall be installed in the cab for strobe operation. The warning lights shall be wired to work with the key in the off position. All warning lights used must be a class 2 optical warning device aid meet the SAE J595 standard. 91 There shall be an in -cab modular switch panel installed with lit switches and function identification. 1 X X X X ES -11 -004, Digger Derrick Line Truck page 34 of 40 Bidder must bid on all bid items except trade -in offer for a bid to be valid. The bidder hereby bids the following amounts for all matenal described in the Schedule A of the Contract Document Digger Derrick Line Truck Base Bid: $199,829.00 Complete chassis and body price, inspection, training, delivery, and specified equipment as per the specifications of the Line Truck: Subtotal: City of Port A tgeles Bid No. ES -1 1 -004 BID FORM Digger Derrick Line Truck Total with Washington State sales tax (if applicable): Total: Chassis Year Manufacturer Model 199,829 00 I 2012 Freightliner M2 106 Trade -In Offer Bid (Ootionall I A trade in offer for the city's existing 19 Freightliner /Simon Telelect digger derrick shall be tender d by the bidder 12,988.89 (Estimated 6.5% WA State tax nnly) 212,817.89 TRADEIN OFFER N/A ES -11 -004, Digger Derrick Line Truck page 37 of 40 CATEGORY ITEM MINIMUM SPECIFICATIONS 96 To eliminate the possibil ty of components not being mounted or manufactured to the City's satisfaction, twice during construction, once after the body and dernck are mounted to the truck and once just prior to painting, there shall be a build conference between the contractor and city representatives. When the body and derrick are mounted a senes of detailed digital photographs shall be forwarded to the City for approval After inspection of the photographs, City representatives shall consult with a representative from the manufacturing build team Just prior to painting twoiCity representatives shall conduct an on -site inspection to assure all changes are complete and to the City's satisfaction before paint is applied If the travel is over night, all travel, meal and accommodation costs fob the City representatives shall be the responsibility of the winning bidder 97 The successful bidder shall provide 1) Four hours of operator training for all using personnel 2) One day of training for all maintenance personnel at our facility The operator training shall be conducted upon delivery of the unit to the City. The maintenance training shall be scheduled with the City when the unit is i l delivered 98 Days from issuance of the purchase order to delivery of the unit to the! City. COMPLY I EXCEPTIONS DAYS Year end delivery 235 -2' 5 days ES -11 -004, Digger Derrick Line Truck page 36 of 40 w CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS 92 An auto rewind ground reel, having 50' (ft) of 2/0 fine strand electncal cable with a "duck bill" screw style grounding clamp attached, shall be installed under the tail shelf. The cable shall be accessible and drawn from a roller fairlead equipped opening at the rear of the vehicle. ES -11 -004, Digger Derrick Line Truck There shall be a three point grounding system tying the unit, body and chassis to a common ground near the grounding reel. The grounding cable reel shall be attached to this common ground 93 A backup alarm, which will activate when the truck is shifted into reverse and automatically vary its sound output from 87 to 112 db (decibel) depending on ambient noise, shall be installed at the rear of the vehicle. X X X 94 12 volt auxiliary power outlets shall be X installed 1 One (1) in the cab, X One (1) on each rear comer of the bed, X One (1) on the derrick pedestal close to the X operator's station Hubbell mini twist lock flanged receptacle X HBL7467 with HBL4890 weatherproof closure covers shall be used for all 12v power outlets 95 Two (2) sets of operator'manuals, and one (1) set of maintenance and parts manuals, to include an "as built" wiring diagram, (maintenance and parts manuals on CD are acceptable and preferred) for the digger derrick and truck chassis Manuals for all separate installed components or equipment, not covered in the above specified manuals, shall also be included with the unit. X page 35 of 40 City of Port Angeles Bid No. ES J11 -004 BID FORM Digger Derrick Line Truck Bidder must bid on all bid items except trade -in offer 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. Digger Derrick Line Truck Base Bid: $199 Complete chassis and body price, inspection, training, delivery, and specified equipment as per the specifications of the Line Truck: Subtotal: Total with Washington State sales tax (if applicable): Total: Chassis Year Manufacturer Model Trade -In Offer Bid (Optional) 199,829 00 12,988.89 (Estimated 6.5% WA states tax nnlul 212,817 89 2012 Freightliner M2 106 A trade in offer for the city's existing 1994 Freightliner /Simon Telelect digger derrick shall be tendered by the bidder N/A TRADEIN OFFER ES -11 -004, Digger Derrick Line Truck page 37 of 40 ADDRESS 325 Industrial Way CITY /STATE /ZIP Dixon, CA 95620 PHONE 707 678 -0800 NAME (PLEASE PRINT) Dustin Lucero TITLE Inside Sales Rep esentative SIGNED CI City of Port Angeles Bid No. ES-, -004 Digger Derrick Line Truck 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? IN Yes LJ No ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda No(s) 1 to this project manual The undersigned hereby accepts the terms and conditions as set forth herein. This bid submittal sheet must be signed and dated by the bidder or a representative legally authorized to bind the bidder. FULL LEGAL NAME OF BIDDER Altec Industries, Inc. TYPE OF BUSINESS IN Corporation LJ Partnership (general) J Partnership (limited) H Sole Proprietorship LJ Limited Liability Company FAX 707- 678 -1819 DATE 4/8/11 ES -11 -004, Digger Derrick Line Truck page 38 of 40 M onr C UF0e.aiIA STATE OF SI IING1 COUNTY OF S01.46.00 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 khe 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 `E. day of —lam 201' MATTHEW R. BONNEAU COMM #1893715 Z Notary Public California o Solano County My Comm. Expires June 25, 2014t ES -11 -004, Digger Derrick Line Truck NON COLLUSION AFFIDAVIT Signature of :idder /Contractor Public in and for the State of AAUGo�l..J�t� Residing at cJ, My Comm Exp.: ofel ZS /2ol page 39 of 40 W °Rik 'III► M 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 rid Submittal Sheet? 4. BID MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE CONSIDERED A VALID BID. ES -11 -004, Digger Derrick Line Truck page 40 of 40