Loading...
HomeMy WebLinkAbout000178 Original ContractA Reviewed by: Deputy Director of Operations PROJECT MANUAL CONTRACT DOCUMENTS for Insulated Aerial Truck PURCHASE CONTRACT NO. ES -11 -005 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 ndall Brackett, P.E. 6ennis Dickson Senior Assistant City Attorney City of Port Angeles Record #000178 ES -11 -005, Insulated Aerial Truck page 1 of 47 ft Bids will be taken for the following Materials. Schedule A. One (1) Insulated 55' (ft) Aerial Truck CITY OF PORT ANGELES INVITATION TO BID for Insulated Aerial 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. 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 and 4:OOpm, City of Port Angeles, 1703 South B Street, Port Angeles, Washington 98363, (360) 417 -4541. Technical questions regarding this bid should be addressed to Dennis McBride, Fleet Manager at (360) 565 -3860, between the hours of 7:00 AM and 3:30 PM. The City of Port Angeles reserves the right to reject any or all bids and to waive informalities in the bidding process Subject to the foregoing, the contract may be awarded to the lowest responsible bidder. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of sex, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. Bids must be sealed with the outside of the envelope marked "BID OPENING DATE APRIL 7 2011 PURCHASE CONTRACT NO. ES -11 -005 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 -005, Insulated Aerial Truck page 2 of 47 INSTRUCTIONS FOR BIDDERS Insulated Aerial 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 NO. ES -11- 005." The name and address of the bidder shall also appear on the outside of the envelope. Bids shall be directed to: Public Works and Utilities Department Attn: Glenn Cutler, Director of Public Works Utilities PO Box 1150, 321 East Fifth Street Port Angeles, Washington 98362 It is the intent of the attached specifications to describe the minimum requirements for the materials requested in sufficient detail to secure bids on comparable materials. All parts included in the bid shall conform in strength, quality of workmanship and material to that which is usually provided the trade in general. Any variance from the specifications or standards of quality must be clearly pointed out in writing by the bidder. Do not make reference to brochures or supporting literature on the bid sheet. All notations for bid compliance or exceptions are to be made on the bid sheet or on a plain piece of paper attached and referenced to the bid item. The City's bid sheet must be signed by the bidder or its agent in order for the proposal to be accepted. If alternate materials are proposed, bidders are required to submit a separate bid sheet for each unit offered. All bids must be made on the required bid form and in cases of errors in the extension of prices in the bid, the unit prices will govern. All blank spaces for bid prices must be filled in, with ink or typewritten, and each bid form for which the bidder is providing a bid must be fully completed and executed when submitted. Only one copy of each complete bid form is required. The completed bid form(s) must be accompanied by one completed Bid Signature Sheet, and one completed Non Collusion Affidavit form. Faxed bids will not be accepted. Failure to adhere to instructions may constitute disqualification of proposal. 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. COMPLIANCE WITH SPECIFICATIONS: The equipment must be in accordance with the specifications. ES -11 -005, Insulated Aerial Truck page 3 of 47 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. 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. ES -11 -005, Insulated Aerial Truck page 4 of 47 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 IhanlevecitvofDa 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 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. ES -11 -005, Insulated Aerial Truck page 5 of 47 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. 17. DEFAULT: Contractor shall be liable for damages suffered by the Purchaser resulting from Contractor's breach of Contract. The Contractor covenants and agrees that in the event suit is instituted by the Purchaser for any default on the part of the Contractor, and the Contractor is adjudged by a court of competent jurisdiction to be in default, Contractor shall pay to the Purchaser all costs, expended or incurred by the Purchaser in connection therewith, and reasonable ES -11 -005, Insulated Aerial Truck page 6 of 47 attorney's fees. The Contractor agrees that the Superior Court of the State of Washington shall have jurisdiction over any such suit, and that venue shall be laid in Clallam County. 18. BRANDS: When a special brand is named it shall be construed solely for the purpose of indicating the standards of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered, provided the bidder specifies the brand and model and submits descriptive literature when available. Any bid containing a brand that is not of equal quality, performance, or use specified must be represented as an alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid. 19. SAFETY: The materials shall completely comply with all State and Federal laws, rules, regulations and codes in effect at the time of delivery. 20. ACCEPTANCE: CONTRACTOR ACCEPTS ALL OF THE TERMS AND CONDITIONS SET FORTH. FORMAL OBJECTION IS HEREBY MADE BY THE PURCHASER TO ANY ADDITIONAL OR DIFFERENT TERMS PROPOSED BY VENDOR CONTRACTOR AS A CONDITION OF ACCEPTANCE OR DELIVERY. ES -11 -005, Insulated Aerial Truck page 7 of 47 PURCHASE CONTRACT THIS AGREEMENT is made and entered into this O day of °Ni- 2011, between the City of Port Angeles (hereinafter called the "Purchaser and Terex Utilities. 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 -005, Insulated Aerial Truck page 8 of 47 ARTICLE V NONDISCRIMINATION During the performance of this Contract, the parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: 1. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above stated minorities. 2. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring an employment practices and assuring the service of all patrons and customers without discrimination with respect to the above stated minority status. ARTICLE VI TERMINATION OF CONTRACT In the event that any of the provisions of this Contract are violated by the Contractor or the Contractor's subcontractors, the Purchaser may serve written notice of intention to terminate such Contract upon the Contractor, which notice shall specify the reasons therefore. Unless within thirty (30) days after serving such notice upon the Contractor such violation shall cease and an arrangement for the correction thereof satisfactory to the Purchaser be made, the Contract shall, upon the expiration of the said thirty (30) days, cease and terminate. In the event of any such termination, the Purchaser may purchase the materials necessary for complete performance of this Contract, and the Contractor shall be liable to the Purchaser for any excess cost thereby. 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. ARTICLE VIII WAIVER Waiver of any breach of any term or condition of this Contract shall not be deemed a waiver of any prior or subsequent breach, no term or condition of this Contract shall be held to be waived, modified, or deleted except by a written instrument signed by the parties hereto. ES -11 -005, Insulated Aerial Truck page 9 of 47 ATTEST: TEREX UTILITIES, INC. Signature: Title: Dated: b re Chi (Vim SUDaT(4 JuC.e IT Z01,1 d)., /KILL ES -11 -005, Insulated Aerial Truck CITY OF PORT ANGELES Signature: 7 Title: CIA Dated: to 3v 1 zo it 1 ATTEST: City Appr ed to as to form City Attorney I i e Ad page 10 of 47 City of Port Angeles Invitation to Bid Purchase Contract: ES -11 -005 Schedule A Insulated Aerial Truck GENERAL DESCRIPTION OF EQUIPMENT BEING BID: Bidders may list variations to these minimum specifications in the "Exception" section of the bid sheets. Bidders may also suggest alternatives to specified name brand products specified by the City of Port Angeles in the "Exception" section as an "Approved Equal". To be considered as an "Approved Equal the specifications of the suggested alternative must be attached for our review. The City of Port Angeles will be the sole judge for approving other brands offered as equals to the brand specified. Bidders are also encouraged to list and price any options that are felt to enhance the use of item bid and /or would be desirable. All standard equipment to be included, specified or not. When a Society of Automotive Engineers (SAE), American National Standard Institute (ANSI), American Society for Testing and Materials (ASTM), American Welding Society (AWS) "Reference" is cited, it is to establish an expected level of performance, level of testing or design basis. SCOPE OF BID GENERAL BID PROVISIONS: The purpose of this specification is to obtain one (1) new, unused truck mounted 55' aerial with service body per the attached specifications. ITEMS TO BE INCLUDED WITH BID All major components of the requested equipment must be manufactured or distributed by the original equipment manufacturer and advertised on a factory brochure as a standard or optional component. Bidder is to include the factory brochure with the bid. Equipment that has had its features or size reduced to below what the factory says is necessary will not be accepted. Features and /or minimums listed on this brochure as a factory required minimum for the size of the unit bid must be included in the bid to ensure that the equipment offered not only meets these specifications, but also includes factory- listed requirements for its particular size. CONTRACT PERIOD The contract is to be in effect for a period of one year from the date of the award. PRICING A. The City reserves the right to increase or decrease quantities under this contract and pay according to the unit prices quoted in the proposal any time during the contract period. B. The City is entitled to any promotional pricing during the contract period which is lower than pricing as provided in the bid. 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. ES -11 -005, Insulated Aerial Truck page 11 of 47 LATE DELIVERY All vehicles must be completed and ready for inspection, with appropriate invoices, no later than the agreed delivery date. All vehicles are to be delivered within the number of days bid by the vendor and specified in the bid specifications. For vehicles delivered to the City by the vendor, date of delivery will be date of receipt and /or acceptance of vehicle, whichever is later, at customer user's location. For vehicles to be picked up at dealer's facility for credit, date of delivery will be considered to be the date the vendor notifies user that vehicle is available for pickup. DELIVERY LOCATION The unit will be delivered by the winning bidder to the City Corporation yard at: 1703 So. B St. Building L Port Angeles WA. 98363 BID EVALUATION The award of this contract will not be based on cost alone, as other factors and features are equally important. Minor deviations from these specifications will be considered, provided the manufacturer or dealer submits in writing a full description, in detail, for each variation, with reference made to each item to which the variation will apply. These variations must be submitted with, and made a part of, this bid. If no variations are called out, the bidder will be required to meet or exceed each item in the specifications as written. The City will make evaluation on information supplied. If more than one make or model is offered, please copy the appropriate bid sheets. A separate bid shall be submitted for each item to be evaluated. APPROVED EQUAL The term "Approved equal" shall mean that the quality of equipment must meet the quality of the named reference and receive City approval. The City shall be the sole arbiter in the determination of equality and reserves the right to reject any and all bids and accept the bid or bids that, in the sole and absolute judgment of the City, will best serve the interests of the City. ITEMS REQUIRED FOR DELIVERY OF EQUIPMENT Signed and priced invoice Two (2) sets of keys ASCII and paper copy of Equipment Parts Line Setting Chart Pre delivery inspection report Warranty books Parts, service and operator's manuals and drawings (as per specifications) All documents required for Licensing and Registration All items called for in the specification, including, but not limited to, the necessary manuals, must be supplied to, or in the case of training, scheduled with, the City before the final invoice will be processed. The application for Certificate of Title must have the following address: City of Port Angeles 321 Et. 5 St. P.O. Box 1150 ES -11 -005, Insulated Aerial Truck page 12 of 47 Port Angeles, WA 98362 AVAILABILITY In the event items ordered become unavailable and cannot be supplied out of current model year production, a unit deemed by the City to be equal must be supplied. If a substitute is not available or acceptable, then a similar unit from the next model year must be supplied at the same price. If time does not permit this, the order may be canceled, and the vehicle purchased from other sources. The vendor will reimburse the City for all costs over the contract price. If substitute /similar unit is obtained, vendor will not be assessed the liquidated damages cited above. SPECIFICATIONS: INSULATED 55' (FT) OVER CENTER MATERIAL HANDLING AERIAL 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, 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 General New, current model, 37,600 GVW, conventional day cab with a cab to axle distance of 120 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 hours. Other instrumentation shall include a volt gauge, a coolant temperature gauge, air pressure gauges, A DEF tank level gauge and fuel level gauge. x ES -11 -005, Insulated Aerial Truck page 13 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS 3 The unit shall have a 50 (fifty) gallon rectangular fuel tank mounted under the driver side step. A 6 (six) 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 will be full and easy access to the batteries. X 4 The DPF (Diesel Particulate Filter) and SCR (Selective Catalytic Reduction) shall be mounted under the passenger side step. Either a vertical 4" (inch) pillar mounted exhaust stack, with a perforated chrome heat shield, or a 4" (inch) 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 X cowling, with attached grille, for full under hood access. 6 Mirrors: full sized 7" x 16" (inches) heated, power adjustable mirror heads will be installed. A heated 6" (inch) convex spot mirror shall be mounted to the lower mirror support bar on each side of the vehicle. 7 Windshield wipers shall be electric, X with a 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 systems needed for air brake trailer towing, shall be included on the unit. X ES -11 -005, Insulated Aerial Truck page 14 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS 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. Transmission 11 Transmission shall be an automated >C manual 6 speed overdrive unit, Mercedes -Benz AGS model AMT3- 660-60A. Overall ratio shall be 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. Engine 12 Transmission shift control shall be a paddle style attached to the steering column. It shall have a manual /auto shift selector. Manual shifting shall 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 ?C 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. 13 The engine shall be an ISB 6.7L Cummins, rated at 280 HP and torque of 660 foot pounds 1200 rpm. The engine must use a DEF based selective 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. 15 14 The radiator shall have a minimum of 950 square inches cooling capacity. Silicone hoses shall be used throughout the cooling /heating system. The alternator shall have a minimum 3' output of 105 amps. ES -11 -005, Insulated Aerial Truck page 15 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS I COMPLY EXCEPTIONS Suspension, 16 The rear suspension shall be variable X Drive Train, rate multi -leaf with helper springs. The Brakes Air rear axle and suspension shall be system configured for 23,000 Ib. gross weight. 17 Front suspension, axle and tires shall X be configured for 14,600 Ib. gross weight. The suspension will use flat leaf springs. 18 The unit shall have air brakes, sized X 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. 19 An electronic anti -lock brake and traction control system shall be installed. 20 Aluminum wheels, to reduce the chassis weight and increase payload shall be used. 21 There shall be two heavy duty tow hooks mounted to the front frame rails. 22 The frame shall be configured for the requested GVW and intended use of the truck. Aerial General 23 The aerial shall be designed as a Category "C" machine in accordance with ANSI /SIA A92.2 -2009. It shall be dielectrically tested and rated for operation up to 46,000 working line voltage per ANSI/SUIA A92.2 -2009. 24 The aerial shall be an over center X• design with material handling capabilities. The aerial shall be of a stacked boom style (the upper boom positioned directly over the lower boom). The aerial shall have a ground to bucket height of 55' (ft), a working height of 60.3' (ft), a side reach nonover center of 42.9' (ft) and an over center side reach of 48.3' (ft). ES -11 -005, Insulated Aerial Truck page 16 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS 25 A programmable chassis controller for x' connection to the chosen chassis shall be used. The controller shall have a display screen to display inputs, outputs and for troubleshooting. All switch buttons shall have an LED light to indicate when they are active. Pedestal and turntable: The pedestal shall be of welded high strength steel. Access holes, for maintenance of internal hydraulic components, will be part of the design. The pedestal top plate shall be machined from a single piece of thick plate. The turntable shall provide continuous and unrestricted rotation. The rotation shall be through a self locking worm drive with a hex shaft extension for emergency manual rotation. Lower boom: shall be constructed of high strength, rectangular steel tube with a rectangular bi -axial filament wound high strength fiberglass insert providing a minimum insulation gap of 12" (inches). Lower boom articulation will be 0 to 120 degrees. When stowed, the boom shall be supported by a padded rest. 28 Upper boom: shall be constructed of high strength rectangular steel with a rectangular bi -axial filament wound high strength fiberglass insert providing a minimum insulation gap of 12' (144 inches). The upper boom shall have an over center articulation of 194 degrees. When stowed, the boom shall be supported by a padded rest attached to the lower boom. 29 The boom shall have an automatic X boom latch system that engages when the hydraulic system is deactivated, to secure it for travel. 26 27 ES -11 -005, Insulated Aerial Truck page 17 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS 30 The boom to turntable and upper X boom to lower boom pivot points shall use self aligning swivel ball bushings. The lower boom cylinder and elbow cylinder shall be single, double acting, threaded end gland design cylinders with two integral holding valves. The Elbow linkage will be fabricated from high strength steel. 31 All metallic parts of the aerial shall be powder coated. All fiberglass parts shall be white. ?i 32 The aerial platform shall be a single 24" X 48" X 42" (inches) curbside mounted double man platform rated at 700 lbs. There shall be one outside step and one inside step on the platform for ingress and egress to the platform. Both steps shall have flat surfaces. Toe space shall be provided on three sides of the platform: both sides and the rear. There shall be connection points for two safety harnesses. A waterproof vinyl cover for the platform, with internal elastic cord around the edge and external elastic cord for around the control cover shall be provided. 33 The platform shall have a hydraulic X rotator, offering 105 degrees of forward rotation. x X A hydraulic platform lifter that provides an additional 24" (inches) of platform lift shall be installed. The platform shall have a rest so as to X be supported during road transport. X ES -11 -005, Insulated Aerial Truck page 18 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS 34 A 2000 Ib. capacity Jib and winch shall be installed. The winch shall be a hydraulically drive, 2000 Ib. full drum capacity, self locking, worm drive design. The drum shall have 1 /2" (inch) load line with a swivel hook and latch. Hydraulic/ Control System The jib shall have 120 degree articulation and be infinitely positioning through that range. The jib shall have 1' (ft) to 6' (ft) of extension with 4 pinning positions. The jib shall have 18" (inches) of hydraulic extension under load. The extension cylinder shall have two pinning positions. A single Conductor Wire Holder, designed for lifting and holding up to a 1.5" (inches) single conductor shall be included. The holder shall be easily exchanged for the jib sheave head. 35 Hydraulic system shall be 3000 PSI X open center. It shall have a 35 gallon reservoir with baffles, a clean out access hole, a sight level gauge with thermometer, a 100 mesh suction screen, a shut off valve and a 10 micro return line filter. 36 The pump shall be a vane style, X delivering 6 GPM at 700 engine RPM and 12 GPM at 1400 engine RPM. 37 There shall be a 12v (volt) electric auxiliary pump installed. It shall be connected to a dedicated battery, charged from the engine charging system but isolated from any draw except the auxiliary pump. 38 There shall be one hydraulic tool �C circuit accessible at the platform. The working pressure of the circuit shall be 2200 PSI. 39 Upper controls for controlling the lower K boom, upper boom and rotation shall be a non metallic single stick design with an enable switch. x 3C ES -11 -005, Insulated Aerial Truck page 19 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS 40 Lower controls for operation of the X upper boom, lower boom and rotation shall be individual control levers mounted in the side of the turntable. A control selector, for selection of upper or lower controls shall also be installed. There shall also be a switch to activate the engine high idle and one to stop and start the engine at the lower controls. 41 There shall be an engine stop /start X and a two speed control at the platform. Both shall be insulated systems. 42 All other controls at the platform, jib X operation, platform tilt and rotation and the tool circuit control shall be within easy and intuitive reach of the operator. 43 Outriggers shall be: Heavy duty X- frame, 163" (inches) maximum spread (pin to pin), for use as primary outriggers. Stabilizer pads shall be swivel type 13" x 12" (inches). Center structure shall be open allowing storage through the outrigger frame. Outriggers 44 There shall be an outrigger /boom X interlock system to prevent the boom from being raised out of the stow rest until the outriggers have been at least partially deployed 45 The outrigger control valves shall be X located at the tail shelf. 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. ES -11 -005, Insulated Aerial Truck page 20 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS 46 A high idle toggle switch, to raise the x engine rpm, shall also be located in close proximity to the outrigger controls. As an alternative, a system that automatically raises the engine rpm when the outrigger controls are operated can be installed. 47 An outrigger motion alarm, which X. sounds when any outrigger is in motion, shall be installed. 48 There shall be a warning Tight in the X cab that will illuminate when the master switch is turned off, if an outrigger is not in the fully stowed position. 49 Plastic outrigger pads shall be 9C 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 sized and built to accommodate either plastic or aluminum outrigger pads. 50 The body shall be 162" (inches) long, 46" (inches) tall and 94" (inches) wide. Compartment depth shall be 18" (inches). Bed area shall be 58" (inches). Depth from bed floor to top of the body shall be 30" (inches). The body will be fabricated from zinc coated alloy steel. Minimum gauge thickness: 16 ga. Compartment tops shall be made from 12 ga. tread plate; the floor shall be 3/16" (inches) tread plate. All sections of the body, inside and X out, shall be primed with an industrial primer and painted White, using a Urethane base paint. The body steel shall be either sandblasted or chemically treated to assure primer bonding. Body X ES -11 -005, Insulated Aerial Truck page 21 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS I COMPLY EXCEPTIONS 51 All body compartments shall have LED X lighting to illuminate the interior. There shall be an illuminated cab mounted master switch. Each Tight shall also have a switch on the door frame that turns it on when the door is opened and off when the door is closed. K There shall be 4" (inches) flush mounted, white, LED lights installed to illuminate the interior section of the body, one on each side. If the lights protrude into a compartment, the lights shall be guarded or covered so no object can come in contact with them from inside the compartment. There shall also be a 4" (inch) white LED Tight to illuminate each outrigger. The rear two outrigger lights shall be mounted at the top corner of the box to illuminate as much area around the rear of the truck as possible. There shall be 1" (inch) white LED lights installed to illuminate the stair steps. The deck, stair and outrigger lights shall all be controlled by a cab mounted switch. 52 All body compartments shall have removable drain plugs. The top and Lineman's locker shall be X vented to the inside of the body via louvered, screened vents. ES -11 -005, Insulated Aerial Truck page 22 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS 53 All compartment doors shall be double paneled, with built in drainage, have automotive style rotary latches, stainless steel rod and brass socket hinges,(piano style hinges are not acceptable) non porous bulb style automotive 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 header drip rail installed above the door. All doors shall have locks and all locks shall be keyed alike. All vertical doors shall have chain retainers. All horizontal doors shall have gas cylinders retainers. All top opening doors shall have a gas cylinder support/counter balance installed. 54 Compartment "A" (first compartment X passenger side) shall be vertical, 30" (inches) wide, The upper half of the compartment shall be divided into four equally sized sub compartments the depth of the bed. The outer edge of these sub compartments shall be inset 12" (inches) from the face of the door. The lower half of the compartment shall have 6 roller slide drawers 16" (inches) deep. Drawers shall have adjustable dividers on 3" (inch) centers. Each door shall have a lock to hold it closed. See attached photo below for "compartment A i< x X ES -11 -005, Insulated Aerial Truck page 23 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS Compartment `A" Note: The upper section of the compartment shown in this photo is the current configuration that shall be changed to match the above written description. 55 Compartment "B" (second compartment passenger side): Vertical, 30" (inches) wide with one fixed expanded metal shelf with a 2" (inches) lip 12" (inches) from the top of the compartment. In place of fixed hooks, there shall be one set of E- track installed full width, on all three interior compartment walls, 2" (inches) down from the bottom of the shelf. A hot water automotive style heater with blower shall be installed in the bottom of the compartment. The heater shall be protected by metal and expanded metal shields. See attached photo below for "compartment B" ES -11 -005, Insulated Aerial Truck page 24 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS I COMPLY EXCEPTIONS Compartment "B" 56 Compartment "C", 24" (inches) wide stair steps leading to the interior bed area of the unit. Two grab handles, one low on the right and one high on the left, shall be installed for safe access. The first step shall be hung under the body on flexible mounts. The steps shall be constructed from grip strut. (see attached photo below for Compartment "C" stairs") The steps shall also incorporate a storage area under it, accessible by lifting the step. (see attached photos, "step storage 1 2" below). ),c Compartment "C" Stairs ES-11-005, Insulated Aerial Truck page 25 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS Step Storaae 1 111 1�fi1 `111�111�1�1 ►4� 1i r rlllrll1111111111) r/ lr�+f l'000110100!►►1 0 is' 57 Compartment "D (third compartment X passenger side) horizontal 54" (inches) wide with one 14" (inches) deep fixed shelf and one 18" (inches) deep fixed shelf. The shelves shall be spaced evenly in the compartment and shall have adjustable dividers on 6" (inches) centers. See attached photo for Compartment "D" below Compartment "D" Step Storaae 2 ES -11 -005, Insulated Aerial Truck page 26 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS ES -11 -005, Insulated Aerial Truck 58 Compartment "E (fourth compartment passenger side) Vertical 24" (inches) wide. In place of fixed hooks, there shall be E -track installed full width, on all three interior compartment walls, 2" (inches) down from the top of the compartment. (see attached photos below for "Compartment E" and "Compartment E- track') Compartment "E" 59 Compartment "F (top box mounted on the forward top of the passenger side section of the body) 60" (inches) long, 12" (inches) high, 18" (inches) wide with top opening tread plate access lid. The compartment shall be wood Tined, with gas strut lid supports. The lid shall have a fold down grab handle and hasp latch. Grip strut shall be mounted to the top of the lid with at least %2" (inch) under spacing for clean out purposes. To limit weigh on the lid, aluminum grip strut shall be used. See attached photo below for compartment "F" Compartment "E Track" page 27 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS Compartment "F" 60 Compartment "G (top mounted box on the rearward end of the passenger side section of the body) shall be 84" (inches) long, 12" (inches) high and 18" (inches) wide. It shall be wood Tined with 6 wooden pegs. The lid shall be gas strut supported and have grip strut on top with %2" (inch) under the strut for clean out purposes. To reduce weight, aluminum grip strut shall be used. See attached photo below for Compartment "G" x Compartment "G" ES -11 -005, Insulated Aerial Truck page 28 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS 61 Compartment "H (first compartment driver's side) Vertical, 30" (inches) wide with one adjustable shelf and four (4) fixed evenly spaced dividers in the compartment bottom. In place of fixed hooks, there shall be E -track installed full width, on all three (3) interior compartment walls, 2" (inches) down from the top of the compartment. See attached photos below for Compartment "H" and Compartment "E- Track Compartment "H" 62 Compartment "I (second compartment driver's side) Vertical 24" (inches) wide. There shall be five (5) adjustable shelves with adjustable dividers on 3" (inch) centers. See attached photo compartment "I" below Compartment "I" Compartment "E- Track" ES -11 -005, Insulated Aerial Truck page 29 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS 63 Compartment "J": (third compartment X driver's side) Vertical 30" (inches) wide. There shall be one fixed shelf forward of the end of the hot stick shelf. There shall be four (4) adjustable shelves with adjustable dividers on 3" (inches) centers. See attached photo for Compartment "J" below 64 Compartment "K": (fourth compartment driver's side) Horizontal 54" (inches) wide, top hinged door with gas strut supports. There shall be adjustable dividers on 6" (inches) centers installed in the compartment bottom. See attached photo below for Compartment "K" Compartment "J" Compartment "K" ES-11-005, Insulated Aerial Truck page 30 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS ES -11 -005, Insulated Aerial Truck 65 Compartment "L (fifth compartment driver's side) Vertical 24" (inches) wide with E -track installed full width, on all three interior compartment walls, 2" (inches) down from the top of the compartment. There shall be a second full width section of E -track installed on each compartment wall midway between the first section and the bottom of the compartment. See attached photos below for Compartment "L" and Compartment "E- Track" Compartment "L" 66 Hot Stick shelf: (inside top of the compartments, driver's side) 84" (inches long 12" (inches) wide through the top of the compartments with a drop down door at the rear. The compartment shall be filled with 3 %2" X 78" (inches) PVC Hot stick tubes. Compartment "E- Track" page 31 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS 1 COMPLY EXCEPTIONS 67 Compartment "M (first mounted box on top of the driver's side section of the body) Top opening, 78" (inches) long by 12" (inches) high by 18" (inches) wide wood lined. The lid shall have gas struts for support, two fold down style grab handles and a large over center latch. Aluminum Grip strut shall be attached to the top of the lid with %2" (inch) clearance under it for a clean out space. See attached photo below for Compartment "M" Compartment "M" 68 Compartment "N (second mounted box on top of the driver's side section of the body) Top opening, 84" (inches) long, 12" (inches) high, 18" (inches) wide wood Tined with six (6) wooden pegs. The lid shall have gas struts for support, two (2) fold down style grab handles and a large over center latch. Aluminum Grip strut shall be attached to the top of the lid with %2" (inch) clearance under it for a clean out space. See attached photo below for Compartment "N" ES -11 -005, Insulated Aerial Truck page 32 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS I COMPLY EXCEPTIONS Compartment `N" 69 The underbody "possum belly" storage X 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 be wide enough for storage of a 22" (inches) wide ladder with a clear minimum height of 7" (inches). The other(s) shall be used for storage of long rods. A clean out for each compartment shall be installed with retrieval rods for each. 70 There shall be ten (10) material hooks X mounted on E -Track quick connectors, for use with the installed E- Track, supplied with the body. 71 A full size cab protector, providing X coverage from the rear of the cab to the front bumper and the total width of the cab, made of expanded metal over a steel frame shall be installed. A toe board 3" (inches) tall shall be installed from the rear of the cab protector forward 66" (inches) on each side. Another lateral toe -board 3" (inches) tall shall be installed at the rear of the cab protector and at the front end of the side toe boards. The toe boards can be eliminated from any area where they might interfere with or contact the boom in its stowed position. See attached photos for "Cab Protector" and "Cab Protector Toeboards" below ES -11 -005, Insulated Aerial Truck page 33 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS I COMPLY EXCEPTIONS Cab Protector Cab Protector Toeboards 72 A mud flap splash guard shall be installed behind each wheel. Each wheel well shall have a rubber rolled crown type fender. 73 The body shall have lights, reflectors and conspicuity tape applied so as to meet current DOT state standards. All turn, tail, running and clearance lights shall be LED. 74 The tail shelf shall be 24" (inches) X long, 94" (inches) wide and 6" (inches) tall built of 3/16" (inches) tread plate. Tail shelf skirts shall extend to the bottom of the body. X ES -11 -005, Insulated Aerial Truck page 34 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS ES -11 -005, Insulated Aerial Truck 75 Deck and tail shelf surfaces which might be used for walking shall be covered with a heavy duty commercial anti -slip coating. 76 The bumper shall be constructed of 6" (inches) structural channel. The top shall be made from grip strut inset into the bumper so as to be flush. 77 There shall be two wire racks installed, one on the rear shelf (See attached photos for "rear wire rack 1 2" below) 8" (inches) wide X 10" (inches) tall and one inside the body (see attached photo "inside body wire rack" below). The inside body wire rack will have a chain to thread through the wire reels to hold them in place. Rear Wire Rack 1 Inside Body Wire Rack Rear Wire Rack 2 page 35 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS I COMPLY EXCEPTIONS 78 All switches and lights that are X vulnerable to damage shall be protected by an "eyebrow" style deflector. (see attached photos: eyebrow 1, eyebrow 2, eyebrow 3 below) Eyebrow 1 Eyebrow 3 79 Two steps, made from grip strut, one on the body and one on the pedestal, shall be installed to assist with access to the bucket. A grab handle shall be installed on the lower section of the boom. (see attached photos below for "access steps" and "boom handle Eyebrow 2 ES -11 -005, Insulated Aerial Truck page 36 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS ES-11-005, Insulated Aerial Truck Access Ste DS I 80 Two sections of horizontal E-Track shall be installed on the driver's side, inside of the body. The sections shall be spaced approximately as seen in the attached photo and extend the full length of the surface available. (see photo below for "Inside body E-Track") Inside Body E-Track COMPLY EXCEPTIONS Boom Handle page 37 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS Towing Accessories 81 Cone holders, to accommodate six (6) full sized traffic cones and storage for two collapsible traffic signs shall be installed in a City approved location. (see photos below for "Sign storage" and "Cone storage Sign Storage 82 A T125 style pintle hook, or equivalent, and two safety chain rings 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. Cone Storage ES -11 -005, Insulated Aerial Truck page 38 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS Accessories 83 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 (six) pole trailer connector. 84 Two glad hands, for connection of an air brake trailer, shall be installed as appropriate near the pintle hook. 85 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 86 Four wheel chocks, two to each wheel, made from rubber will 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. 87 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. Aluminum grip strut shall be placed over the storage box to be used as a step, (See attached photo for "inverter storage" below) 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 -005, Insulated Aerial Truck page 39 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS I COMPLY EXCEPTIONS Inverter Storaae 88 A five pound ABC dry chemical fire extinguisher shall be mounted inside the first storage box on the driver's side of the unit. x 89 A triangle reflector kit shall be installed in the cab behind or under the passenger seat. 90 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. 91 Two remote controlled spot lights X (reference: Golight Radioray model 2000) shall be mounted on the front corners of the cab protector. The lights shall be wired to have current when the key is in the off position. v ES -11 -005, Insulated Aerial Truck page 40 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS 92 An amber duel flash LED strobe light shall be installed one on the driver's side and one on the passenger side on the cab top. The light shall be visible in a 180 degree arc from center front to center rear of the vehicle when viewed from the corresponding side. 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. A control switch and lighted indicator shall be installed in the cab for strobe operation. Strobes shall be wired to work with the key in the off position. There shall be one battery operated LED strobe mounted at the end of the first boom section. This light shall be wired to a switch that turns it on when the boom is raised out of the rest, and off when it is lowered into the rest. All warning lights used (with the exception of the boom mounted light) must be class 2 optical warning lights and meet the SAE J595 standard. 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. x X ik 93 There shall be an in -cab modular switch panel installed with lit switches and function identification. 94 An auto rewind grounding reel, having 50' (ft) of 2/0 fine strand electrical cable with a "duck bill" screw style grounding clamp attached, shall be installed under the tail shelf on the passenger side. The cable shall be accessible and drawn from a roller fairlead equipped opening at the rear of the vehicle. k reagmL Ctio%e5 k T 1 aS 'raw►HE, ES -11 -005, Insulated Aerial Truck page 41 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS I COMPLY EXCEPTIONS 95 A backup alarm, which shall activate when the truck is shifted into reverse and automatically vary its sound output from 87 to 112 db depending on ambient noise, shall be installed at the rear of the vehicle. 1) one (1) in the cab, 2) one (1) on each rear corner of the bed 96 12 volt auxiliary power outlets shall be X installed: Hubbell mini twist lock flanged receptacle HBL7467 with HBL4890 weatherproof closure covers shall be used for all 12v power outlets. 97 Two (2) sets of operator manuals, and one (1) set of maintenance and parts manuals, to include an "as built" wiring diagram, (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. Sl DIRAC> eaa+olz -Qa St•iaiE P oDmsec ES -11 -005, Insulated Aerial Truck page 42 of 47 CATEGORY ITEM MINIMUM SPECIFICATIONS COMPLY EXCEPTIONS ES -11 -005, Insulated Aerial Truck 98 To eliminate the possibility of components not being mounted or manufactured to the City's satisfaction, twice during construction, once after the body and aerial are mounted to the truck and once just prior to painting, there shall be a build conference between the contractor and city representatives. When the body and aerial are mounted a series of detailed photographs shall be forwarded to the city for approval. Just prior to painting two City representatives shall do an on -site visit to assure all changes are complete and to the Cities satisfaction before paint is applied. All travel, meal and accommodation costs for the City representatives shall be the responsibility of the winning bidder. 99 The successful bidder shall provide: 1) Four (4) hours of operator training for all using City personnel 2) One (1) day of training for all City maintenance personnel at our facility. The operator training shall be conducted upon delivery of the unit to the City. The maintenance training shall be scheduled with the City when the unit is delivered. 100 Days from issuance of the purchase order to delivery of the unit to the City. T€tte thrtun Pe S es %kegs fo ov k I ,W+•ac2`sbb.►'3 e S ra PR®Pos€o 1 s A Se oit z eifL EewP-- myEes roe A PRE A -r f i►sQEt-te' ®w1. 1� EST ‘s Use. b om -f-Ad Ct c_voRES &thaw t, `dH Cou RSE O?P 'a'tf€ gtJea.n owe Cad4suiksermai bJ erg 11.1.5 b4 4 s R epr o oatr•R DAYS 150 t 80 t+20s PAD page 43 of 47 City of Port Angeles Bid No. ES -11 -005 BID FORM Insulated Aerial Truck Bidder must bid on all bid items excluding optional bid for 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. Insulated Aerial Truck Base Bid: 62, 89 8.. C►aassos Complete chassis and body price, inspection, training, delivery, and specified equipment as per the specifications of the Line Truck: 4 5,b• geMPOISOT eNSTAILAne•J Subtotal: Total with Washington State sales tax (if applicable): EvreMATEIN COJ 043 Total: Chassis Year Manufacturer Model A trade in offer for the city's existing 1992 Freightliner /Simon Telelect 55' (ft) manlift will be tendered by the bidder. 208,592." s 82-9. 238 202 F•Rezec,,.rr Le 14 E M2 toto Trade -In Offer Bid (Optional) TRADEIN OFFER °1.5o0.6® ES -11 -005, Insulated Aerial Truck page 44 of 47 Will you sell additional units to the City of Port Angeles at the bid price until further notice? 0 Yes %No PLEAss ,sow Caoe r .o Gorr re R. 30 bA IS Pcssie us 'Yt sic s Paw; 10€ -1 tvr you a RE ADDENDA ACKNOWLEDGMENT: The bidder hereby acknowledges that it has received Addenda No(s). ES- a► -may-I 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 'T EREA ►raES',,�N� TYPE OF BUSINESS: g Corporation Partnership (general) Partnership (limited) Sole Proprietorship Limited Liability Company ADDRESS 500 OAK Wood Ro40 CITY /STATE/ZIP W b. 5720 PHONE (tao5' 881- '4000 FAX (zio) b885 NAME (PLEASE PRINT) TITLE Direct Q'r clew 5 t SIGNED 1 L4 DATE 1 711 ES -11 -005, Insulated Aerial Truck City of Port Angeles Bid No. ES -11 -005 insulated Aerial Truck BID SIGNATURE SHEET (BID SUMMARY and SIGNATURES) page 45 of 47 STATE OF WASHINGTON COUNTY OF NON- COLLUSION AFFIDAVIT The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid,' or any other person or corporation to refrain from bidding; and that said bidder has.not in any,manner sought by collusion to secure to him/her self an advantage over any other bidder or bidders. Signature of Bidder /Contractor Subscribed and sworn to before me this 7 day of 1 r 20 11 Notary Public in and for the State of kx 4-v\ L Residing at A a --e ve. L •My Comm. Exp.: My Commission Expires September 9, 2015 ES -11 -005, Insulated Aerial Truck page 46 of 47 BIDDER'S CHECKLIST 1. Has the Bid Submittal Sheet been properly signed, and corporate seal affixed, if applicable? 2. Has the Non Collusion Affidavit been property executed? 3. Have all Addenda, if any, been acknowledged on the Bid Submittal Sheet? 4. BID MUST BE SUBMITTED BY THE TIME AND DATE SPECIFIED IN ORDER TO BE CONSIDERED A VALID BID. ES -11 -005, Insulated Aenal Truck page 47 of 47