Loading...
HomeMy WebLinkAboutR-01-0980• .• J-01-788 9/15/01 RESOLUTION NO. 8 4 A RESOLUTION OF THE MIAMI CITY COMMISSION APPROVING THE PROCUREMENT OF ONE COMPLE'=E AERIAL BUCKET TRUCK, 3300 GVWR CAB AND CHASSIS WITH 58 -FOOT BUCKET AND CHIPPER BODY, FOR THE DEI.'AR`i'MENT OF GENERA: SERVICES ADMINISTRATION FOR USE BY TIH7 DEPARTMENT OF PUBLIC WORKS FROM PALM 1-'E2'ERBI1,T--(-3MC TRUCKS, 11vc. , UNDER EXT.STING PALM BEACH COUNTY, FLORIDA BID NO. 01-001/PP, IN AN AMOUNT NOT TO EXCEED $100,066; ALLOCATING FUNDS FROM CAPITAL, IMPROVEMENT PROJECT NO, 311702.429401..6.840. BE 0 RESOLVED BY 15UL COMMISSION OF THE CITY OF MIAMI, FLORJDA: Section 1. The procurement of one complete aerial bucket truck, 3300 GVWR cab and chassis With 58 -foot bucket and chipper body, for the Department of General Services Administration for use by the Department of Public Works from Palin Peterb.i1t.-C-;MC Trucks, Inc., under existing Palm Beach County, Florida Bial No. 01-001./pp, in an amount not to exceed $100,066, is approved, with funds allocated from Capita_I. Improvement Project No. 311702.429401.6.840. Cwy corassiou MEET1''NG of Rnown NO. i Section 2. This Resolution shall become effective :i.mirtediate-ly t;pori iLs adopt:�.on and sj,,,;raUir(-, of the Mayor.!' PASSED AND ADOPTED this 25th day of _ September---, 2001. Jct-. 'C' A IR—O'—LL 0 –, –MAYOR - In M-- A Y 0,–R- Insero,ld2ft-e with V;jFvni tl)r-% Ofteor did not indicntv% logislation by signinp it in the o, -.cornu cifc,,otive with tho cl�ip'lxl of ton (I .,jjjg same, ame, without tho WiyoyrrCisi ATTE'S'f: FKAT.,TER J. FOEMAN CITY CLERK A P P IR 0 UW-e2l 26 F AMAIN DRO WCL, T -Y ATTORNEY W5630:db:LB LO 5 CORRECTNESS:t/ I lerk I.f the Mayor does not sign this R(ISOILIL-Jorl, it; shall become el'fecL-.iv(.-- at tho Carld of, ten calorldal. (Irrils from t.he data- It was Gassed and ddopted, if rhe llz-,yr)r vetoes 1-10,; Rcsolution, is shall become effe(.,Liv(., immediately upor override of tho vett, by -.he C.-Lty lConani!;sion. Paqe 2 of 2 `0 9 1 CITY OF MIAMI, FLORIDA -7 INTER -OFFICE MEMORANDUM TO: The Honorable Mayor and Members DATE: SEF 12 "Dol FILE; of the City Commission SUBJECT: Proposed Resolution FROM : � Carlos . Glmenez REFERENCES; Purchase of One (1) City Manager Aerial Bucket Truck ENCLOSURES: RECOMMENDATION It is respectfully recommended that the City Commission adopt the attached Resolution authorizing the purchase of one (1) complete aerial bucket truck (58 ft. boom) from Palm Peterbilt GMC Trucks, Inc. (non-minority/non-local vendor), located at 2441 S. State Road 7, Ft. Lauderdale, F133317-6999, through a bid awarded under an existing Palm Beach County, Florida, Bid No. 01-001/PP, MEDILJM / HEAVY DUTY TRUCKS WITH SPECIAL BODIES, item #8, in an amount not to exceed 5100,066. Funds are available from Capital Improvement Project No. 311702.429401.6.840. BACKGROUND The Department of General Services Administration seeks to purchase one (1) complete aerial bucket truck (33000 GVWR CAB & CHASIS WITH 58 FT. BUCKET & CHIPPER BODY) to be used by the Public Works Department. The Department of Public Works currently has three aerial bucket trucks used for trimming trees in the right-of-way. The technical aspect of this equipment is no longer efficient for the newer standards by DERM for tree trimming which are light raise, pruning, thinning out, and troch dropping. The new vehicle will have hydraulic capabilities, which will allow us to use hydraulic circular saws and hydraulic pole chain saws. Chain saws have a 7'6" length, which enable our trimmers to be more efficient and adhere to DERM specifications. 1-M � &* CAG/FKR/A3M/cs 01- 930 Budgetary Impact Analysis 1. Department GenE:ral Services Adm. Division Fleet Division 2. Agenda Item # (ijavailable) 3. Title and brief description of legislation or attach ordinance/resolution: Pnr- i --he PUrnhasb of one (1) complete Aerial Bucket Truck (56FT Boom) for the Department of General Services Administration to be use by the Department of Public Works. 4. _ Is this item related to revenue? NO: _ X YES of yes, skip to item #7.) 5. Are there sufficient funds in Line Item? YES: x Index Code Minor Obj. Code _______ Amount $ NO: _ Complete the following questions: 6. Source of funds: Amount budgeted in the Line Item $ Amount needed in the Line Item $ Sufficient funds will be transferred from the following line items: ACTION ACCOUNT NUMBER ACCOUNT NAME TOTAL Index/Minor Ob'ect/Pro ect No. From $ To $ 7. Any additional comments? Ftinric arP__ available from Capital Improvement Project No. 311702.429401.6.840, in the amount of $100,066. Pilar . s. rqu2 Approved 8. L il 00 FOR DEPARTMENT OF MANAGEMENT AND BUDGET USE ONLY Verified by: _ Verified by: Department of Management and Budget Dir cto - esigne Date -4447 Budget Analyst Date 1 980 • - • CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: John 0. Jackson DATE : May 28, 2001 FILE: Director of Public Works SUBJECT: Approval of 58 ft. Aerial Bucket Truck Specs FROM: Alex J. arti z, Director REFERENCES: General Services Administration ENCLOSURES: Please review the attached specs and approve/disapprove the purchase of one (1) complete 58 ft. Aerial Bucket Truck with chipper dump body. Please note that upon your Department issuing the purchase order to the vendor you must specify that you would like the color of the truck to be white. The current piggyback specs of the Palm Beach County bid requests for the truck to be yellow. If you have any further questions, you may contact Mr. Conrad Salazar 305-575-5131. APRROVEPOISAPPROVED: Itn J. JaCkson - Public Works Director DATE: 616 0 01-- 980 APR -If -61 13,56 FROM+PALMRRILT ID-OS46.40229 PACET- 1/s FALX LETTER PALM Pmm?-H LT -GMC TRUCKS, INC. 2441 S. State Road 7, Ft. Lauderdale, FL 33317-6999 (954) 584-3200 FL Wats (800) 257-PALkf Fax (954) 584-3228 www.palmtruckrv.com DATA': Z-1111101 - _- TO: -k,M • }}�� / ANDREW NA`ARRA FROM- MCdrYnDidyACCO&ml Ma"str MMC: �-- TOTAL # OF PAGES (Including This Page)�— COMMENTS.- Q_c Cnlu) ckb-Gf4asrS c-t:a Z58' acres" &AQ - Cly'r&?-2 �'`'y �riSC.�-y� 'tP r►�F l �i - 4} lades F}[.Sb rvE3 q"�3 w,GG/,e/C- T"v f-io..i>n. /�R.�GG c7F 100. oCplo oi.- 980 FOOTS / 6198 Purchasing Department 5o South Military Trail, Suite 110 %Nest Palm Beach. FL 33415.3199 (561)616.6800 FAX: (561) 616.6811 www.pbcgow.com/pur ■ Palm Beach County Board of County commissioners Maude Ford Lee. Chair warren H. Newell, Vice Chairman xaren T. Marcus Carol A. Roberts Mary McCarty Burt Naronson Tony Masilatti County Administrator Robert %Neisman -An Equal Opportunity 4f irmorive Ae&n Employer' POMW an m0rdedcea« October 31, 2000 Form N FALM0098 Palm Peterbilt GMC Trucks jf 2441 South State Road 7 , Fort Lauderdale, Florida 33317 Attn: Tom Mahedy R£: Purchase Order q SEE LIST BELOW Dear Mr. Mahedy: The enclosed Purchase Orders) in the amount of S 100.066,00 has/have been issued by Palm Beach County Board of County Commissioners for SEE LIST BELOW based __ BID 1101/001/2P including all original terms, conditions, and specifications. PC OISPP-016 1 Each 33000GVWR Truck with $ 100,066.00 58ft Bucket & Chipper Body If you have any questions, please contactEETFR PATANE at f56 616-6817. Sincerele Douglasr or Purch i C., L. Anstee, Fleet Mgmt Vii- 980 Form I • DID RE -GP SKEET • BID # 01-0011PP TITLE MEDIUM/HEAVY DUTY TRUCKS WITH SPECIAL BODIES -- BUYER P PATANE SUPERSEDES BID # IF TERM CONTRACT GENERATED: TERM N/A TO N/A . EST. 18 MONTH USAGE: LIST BIDDERS FROM I ATZIFB D/20 T?AL3 p 03%00 = SALS APPROVED 00 M/WBE EVAL. RETURNED 10/032T GOAL SETTING MEETING 0/23/20 DEPT. EVAL. RETURNED 10,[.06/00 NEWSPAPER ADVERTISING Q127/00 POSTING APPROVED o o SITE INSPECTION N/A __ COPY TO SPEC. PROD. COORD. I tit Lit PRE -SID CONFERENCE N/A DATE/TIME BID POSTED BID OPENING 9/27/00 DATE/TIME BID REMOVED ,,♦ul�i1 W PALM BEACH TRUCK $ 33,176.00 RECAP TO M/WBE & P.A. ( 2 ) a3laaf!!lQCR7CRilsivliaZaasffClaflf a�s3===aaasaaaoalsrsia�aaaaaf �a�Q�af of iflaaasif ssfilti9ata aaa IF TERM CONTRACT GENERATED: TERM N/A TO N/A . EST. 18 MONTH USAGE: LIST BIDDERS FROM UNIT PRICE CHECK IF RECOMMENDATION LOWEST TO HIGHEST CERTIFIE "KEY" ONLY D M/WBE BID ITEM #1 - 14500 GVWR CAB & CHASSIS W/14FT FREIGHT BODY & LIFTGATE, PER SPEC #0021 GENERAL GMC TRUCK SALES $ 33,156.00 ( 1 ) PALM BEACH TRUCK $ 33,176.00 ( 2 ) PALM PETERBILT $ 33,587.00 ( 2 ) AZTEC INDUSTRIES $ NO BID N/A ATLANTIC FORD TRUCK SALES $ NO BID N/A FREIGHLINER $ NO BID N/A HEINTZELMANS TRUCK CENTER $ NO BID N/A RECHTIEN INTERNATIONAL $ NO BID N/A BID ITEM #2 - 33000 GVWR CAB � CHASSIS W/12FT STAKE BODY & CRANE, PER SPEC #0050 WITH OPTION #1 AND #2: FREIGHTLINER $ 45,678.20 ( 1 ) ATLANTIC FORD TRUCK SALES $ 48,735.00 ( 2 ) GENERAL GMC $ 48,995.00 ( 2 ) PALM BEACH TRUCK $ 51,084.00 ( 4 ) RECHTIEN INTERNATIONAL $ 51,400.00 ( 4 1 PALM PETERBILT $ 53,631.00 ( 4 ) ALTEC INDUSTRIES $ NO BID N/A HEINTZELMANS TRUCK CENTER $ NO BID N/A BID ITEM #3 - 56000 GVWR TANDEM AXLE 12 YARD DUMP TRUCK, PER SPEC #0056 WITH OPTION #1 AND #2: FREIGHTLINER $ 59,530.35 ( 3 ) ATLANTIC FORD TRUCK SALES $ 62,483.00 ( 3 } GENERAL GMC $ 62,820.00 ( 1 ) PALM BEACH TRUCK $ 63,950.00 ( 2 ) RECHTIEN INTERNATIONAL $ 66,200.00 ( 4 } PALM PETERBILT $ 66,813.00 ( 4 } ALTEC INDUSTRIES $ NO BID N/A HEINTZELMANS TRUCK CENTER $ NO BID N/A ZUZ Wd m3oo8. 8nd £I:6 Wy onjoeB, snd Eli ITS^M #4 - 56000 GVWR TANDEM AXLE 12 YARD DUMP TRUCK,P PSC #0056 WITH OPTION #2: FREIGHTLINER $ 63,S74.43 3 ) PALM BEACH TRUCK $ 64,864.00 ( 1 ) GENERAL GMC $ 66,747.00 ( 2 ) ATLANTIC FORD TRUCK $ 66,628.00 ( 4 ) PALM PETERBILT $ 67,733.00 ( 4 ) RECHTIEN INTERNATIONAL $ 70,200.00 ( 4 ) ALTEC INDUSTRIES $ NO BID N/A HEINTZELMANS TRUCK CENTER $ NO BID N/A BID ITEM #5 - 56000 GVWR TANDEM AXLE 12 YARD DUMP TRUCK, PER SPEC #0056: FREIGHTLINER $ 68,447.43 ( 3 ) GENERAL GMC $ 71,920.00 { 1 ) PALM PETERBILT $ 72,906.00 ( 4 ) ATLANTIC FORD TRUCK $ 72,965.00 ( 4 ) ALTEC INDUSTRIES $ NO BID N/A HEINTZELMANS TRUCK CENTER $ NO BID N/A RECHTIEN INTERNATIONAL S NO BID N/A PALM BEACH TRUCK $ NO BID N/A BID ITEM #6 - 25000 GM CAB & CHASSIS W/5 YARD DUMP BODY, PER SPEC #0057: FREIGHLINER $ 44,332.21 ( 1 ) ATLANTIC FORD TRUCK $ 45,267.00 ( 2 ) GENERAL GMC $ 45,361.00 ( 2 ) PALM BEACH TRUCK $ 46,221.00 ( 4 ) RECHTIEN INTERNATIONAL $ 46,800.00 ( 4 ) PALM PETERBILT $ 47,359.83 { 4 ) ALTEC INDUSTRIES $ NO BID N/A HEINTZEL.MANS TRUCK CENTER $ NO BID N/A BID ITEM #7 - 36000 GVWR LUBE FUEL TRUCK, PER SPEC #0070: HEINTZELMANS TRUCK CENTER $ 93,678.00 ( 3 ) PALM BEACH TRUCK $ 97,390.00 ( 1 ) RECHTIEN INTERNATIONAL $ 97,724.00 ( 2 ) ATLANTIC FORD TRUCK $ 106,911.00 ( 4 ) FREIGHTLINER $ 113,796.00 ( 4 ) ALTEC INDUSTRIES $ NO BID N/A GENERAL GMC $ NO BID N/A PALM PETERBILT $ NO BID N/A BID ITEM #8 - 33000 GVWR CAB fi CHASSIS WITH 56FT BUCKET AND CHIPPER BODY, PER SPEC #0311: ATLANTIC FORD TRUCK $ 98,879.00 ( 3 ) PALM BEACH TRUCK $ 99,162.00 ( 3 ) PALM PETERBILT $ 100,066.00 ( 1 ) FREIGHTLINER $ NO HID N/A GENERAL GMC $ NO BID N/A HEINTZELMANS TRUCK CENTER $ NO DID N/A RECHTIEN INTERNATIONAL $ NO BID N/A KEY(S) FOR RECOMMENDATION: (PLEASE NOTE YOUR RECOMMENDATION ABOVE) (1) RECOMMENDED AWARD - LOWEST RESPONSIVE BIDDER MEETING SPECIFICATIONS (2) N2 AWARD, RESPONSIVE, BUT NOT LOWEST BIDDER MEETING SPECIFICATIONS. (3) 99 AWARD, NOT RESPONSIVE TO BID. (4) NOT TECHNICALLY EVALUATED 01- 980 KCc. { VD6;Lt *%Wpjw ,Lw t-A6x-L-ir'26A "IF'wj-TO ;MVE, RECOMMENDED DDER RESPONSIVE TO M/NBE REQV NTS? YES__ NO_" IF YES TO ABOVE, TOTAL D0 ST OF N/WEE PARTTCIPiJLTWE: CATEGORY:_,_ DOES EVALUATING DEPARTMENT CONCUR WITH RECOMANENDATION? YES XXX NO__ REMARKS : I)- FREIGHTLINER - FOR BID ITEMS_ 53--#4, -_ AM on _ wntwn ern Ate ntn*t_noennv�� -r T: �r t n.�. y �_;Z � �t •r � � +•� : � : t-1 i� 7 ii �1�1����:YY_t•) i= � �) �Y� �� � �M �It 11 �1'+_V Y�1;� • *THE FOLLOWING HAS BEEN PROVIDED AS PART OF THE AWARD PROCESS: (k) CERTIFICATE OF INSURANCE, IF REQUIRED PERFORMANCE AND PAYMENT BOND, IF REQUIRED ( ) DEPOSIT/BID BOND, IF REQUIRED ( ) CERTIFICATE OF COMPETENCY, IF REQUIRED ( 1 RELATED LICENSES AND PERMITS, IF REQUIRED ( 1 WARRANTY INFORMATION, IF REQUIRED ( ) QUALIFICATION OF BIDDERS INFORMATION, IF REQUIRED -- 980 BID RESPONSE BID 001-001/_ P MEDIUM/HEAVY DUTY TRUCKS WITH SPECIAL BODIES Page 40 ITEM NO. DESCRIPTION QTY UNIT UNIT PRICE. TOTAL OFFER F.O.B. DEST. 8. 33,000 GVWRCAB & CHASSIS WITH pwxr NAt�tE: Tom Mahedy *SIGNATURE: ppjWnn.e: General sales Mgr. 58FT BUCKET AND CHIPPER BODY, AS S. State Road 7, Ft. Lauderdale, Fl. ZIP. 33317-6999 PER SPEC #031 l,. TELEPHONE a: 954 584-3200 FAX N: ( 954 ) 584-3228 APPLICABLE 00-0854 Occupational, Town of davie MAKE/YEAR: GMC / 2001 LICENSE(S) #00-08 PE #_TYPF- _,,, FEB ID # / SS # 59-1934827 NUMBERITYPE MODEL: C79042 ENGINE: Cateraill8r I EACH S 100,066,10D S 10Q.066,00 TRANSMISSION: Allison AERIAL UNIT OFFERED: _ Stec MODEL OFFERED: LRV5 STROBE LIGHT OFFERED: StarBlam MODEL OFFERED: N/A DELIVERY 280 DAYS A.R.O. 8 Inch Spot Mirrors Included On All Vehicles IS INFORMATION AND DESCRIPTIVE LITERATURE INCLUDED, PER TERM AND CONDITION # 20_? YES X FOR ADDITIONAL EQUIPMENT, WHEN OFFERING AN -OR EQUAL IS INFORMATION AND DESCRIPTIVE LITERATURE INCLUDED, PER TERM AND CONDITION # 20 ? YES 00-00589 332-0003745 Brow Ct7 Occupational Repair Ser 332-0109705 Brow Cty Occupational Retail Trk VF 622 Division of Motor Vehicles cif— 980 * PLEASE AFFIX SIGNATURE WHERE INDICATED (FAILURE TO DO SO SHALL RESULT IN THE REJECTION OF YOUR BID) FIRM NAME: Palm Peterbilt GMC Trucks, Inc. DATE: 09/26/00 pwxr NAt�tE: Tom Mahedy *SIGNATURE: ppjWnn.e: General sales Mgr. ADDRESS: 2441 S. State Road 7, Ft. Lauderdale, Fl. ZIP. 33317-6999 E-MAIL: info@palmtruckrv.com TELEPHONE a: 954 584-3200 FAX N: ( 954 ) 584-3228 APPLICABLE 00-0854 Occupational, Town of davie LICENSE(S) #00-08 PE #_TYPF- _,,, FEB ID # / SS # 59-1934827 NUMBERITYPE X85 00-00589 332-0003745 Brow Ct7 Occupational Repair Ser 332-0109705 Brow Cty Occupational Retail Trk VF 622 Division of Motor Vehicles cif— 980 BID N 01-0011PP Medium(Heavy Duty Trucks with Special Bodies item Itemlow Vendor #1 .. /Vendor #2 W� G�l � Vendor #3 �%'��a� Vendor #4 Vendor #5 �•�111�P�/�'!� 1 $ $ 33/ ;7 $ .33 �� $ 2 $ $ $ 46 (49 78 3 $ $ 105 $ .595.W..3 $ $ ' 4 $ !07733 $ �ygz $ 6 3 5 7Vf Y.A $ to 6 7AI.7 $ $ $ $ $ 72.17&s $ $ 71ga49 $ 6 $ 7 $sz�� $ I?3�0 $ AF,433a = $ q53(p $ 7 $ $ ��i6 $ l © // $ $ Ni3 $ 9310 74F s$ x(075 S q?f-?q $ n/8 N13$ A1,8 Itemnn x [tem Vendor 46 ICZd�fL/L Vendor #7 Vendor #8 Vendor #9 Vendor 010 1 $ nre $ 33/ ;7 $ .33 �� $ $ 2 $ 61#00 s 4 $ -1Ojq $ !07733 $ $ 5 $ ^6 $ tj13 $ 2A9i9 47 $ $ 6 $ J4(0Joo AIQ $ �7 3 61, t�3 $ $ 7 $ el"77a� $ I?3�0 $ N� $ $ 8 $ A1� $ ��i6 $ �oaa�� $ $ 01- 980 • 1 AIN IfiNOMENT #2 Dated: _September 22.2000 PALM BEACH COUNTY PURCHASING DEPART`IENT 50 SOUTH MILITARY TRAIL, SUITE 110 WAST PALM BEACH, FLORIDA 33415-3199 BID #: 01-001 IPP TITLE: MEDIUNVMAVY DUTY TRUCKS WITH SPEQ L. BODIES BID OPENS: SEPTEMBER 27, 2000 AT 2:00 P.M. I.- The following changes have been made to Bid Specifications:.. A. Bid Item #6 -Spec #0037 - 25,000GVWR Cab & Chassis with 5 Yard Dump Body: 1. Axles/Suspensions - change the following: From: FRONT: A. INlinimum 7,000 lbs. capacity B. Heavy duty springs, min. 7,000 lb. rating & heavy duty shock absorbers REAR: A. Minimum 18,000 lbs. capacity B. Heavy duty springs, min. 18,000 Ib. rating & min. 4,500 lb. auxiliary springs & heavy duty shock absorbers To: FRO` -T: A. Minimum 8,000 lbs. capacity - B. Heavy duty springs, mia. 8,000 Ib. rating & heavy duty shock absorbers REAR: A. Minimum 17,500 lbs. capacity B. Heavy duty springs, min. 17,5001b. ratings min. 4,5001b. auxiliary springs & heavy duty shock absorbers II. The bid opening date remains unchanged as September 27, 2000 at 2:00M TE: Please acknowledge receipt of this amendment by signing and returning with your Bid Response. FAILURE TO DO SQ SH 4LL RE?, -DER FOUR BLD NON-RESPONSIVE FOR ,ABOVE REFERENCED ITEMS. COMPANY NAN1 BUYER SIGNATURE / DATE PURCHASING %MAI—AGER 01- 930 AMENDMENT nl Dated: September -JA. 2000 P:ALNI BEACH COUNTY PURCHaSINO DE?:.RTNIENT 50 SOUTH NTILITARY TRAIL. SUITE 110 WEST PALM -1 BENCH, FLORIDA 33 ;15.3199 BID=. f+l-r,i1;/PP . TITLE: %MEDIUM.` 1EaVY DITTY TRUCES %% IT14 SPECIAL BODIES BID OPENS: SEPTEMBER 27. 2000 AT 2:00 P.�-j, L. The following ch ngcs have been made to Bid Specifications: A. Bid Item L? - Spec x0050 - 33,000GVWR Cab &- Chassis Stat; Boa;• R Crane: 1. Engine, Item A - change the following: From: i\ -fin. 215 HP diesel, turbo charged. inter -cooled, 6 cylinder To: Min, 210 HP diesel, turbo charged, inter -cooled, 6 cylinder 2. Chassis, Item H - change the following: From: Fuel Tan:: - single, mounted on right side with rn;m capacity of 60 gallons. To: Fuel Tank - largest available fuel tank: from manufacturer to be mounted on the richt sides I Cab, Item G - change the following: From: Analog gauges for oil pressure, cool::nt temperature, transmission temperature, fuel and voltage. Ndust have an hour meter. To: DELETE REFERE`CE TO TIZANS'%IISSIO\ TEtNIPER4TVBE GAUGE V .1 4.is 1, ). j.'. B. Bid Item N3,44, and 05 - Spec R0U56 - 56,000GVWR Tande►n r+xle 12 Yard Dump Truck 1. Axles/Suspension; - change the folld�ving: Frons: Fro-::, Item A - Heavy Duty axle - minimum 14,000 lbs. Fron% Item B - Heavy Duty springs. mininttt::1 14,000 lbs rated. Rea-, Jt.m - Tan�z,-n axle - miltirtuci 42,000 Ibi. Rea:, Item B - Heavy duty suspension, t;linin um 42,000 lbs rated. To: Front, Item A - Bea-vy Duh• axle - minimum 16,000 lbs. , Front, Item L' - Ilea% -y Dttty springs, minimum 16,000 lUr rated. Rear, Item A - Tandem axles - minimum 40,000 lbs. Rear, Item L' - Hcayy Duh• suspension - minimum 40,000 lbs rated. 2. Chassis, Item E change the following: From: Fuel Tank - single, mounted on right side with min. capacity of 60 eallons. To: Fuel Tank - dual fuel tanks �vith a minimum cnpncih' of SO gallons leer tank. 3. Cab, Item C - change the following: From: Analog gauges for oil pressure, coolant temperature, transmission temperature, fuel and voltage. Must have an hoar meter. To: DELETE REFERENCE TO T124\SNIISSIO\ TE`IFF.P, ATURE GAUGE C. Bid Item #6 - Spec #00,57 - 25,000GV%VR Cab R Chassis with 5 Yard Dump Bod;►: 1. Chassis, Item H - change the following: From: Ft: t Tank - single, n:ounteu or, right side %vah min. capacity of 60 gall: res. To: Fuel Tank - largest fuel tank available from manufacturer to be mounted on the right side. 01- 930 V • - E. 11. •PS •. Bid Item 07 - Spec #0070 - 3S,000GV%R L.ubc,Tuel Truck: 1. Cab, Item F - change the following: Frons: .analog :auges for c -:l pressure, coolant temperature, transmission temperature, fuel an:: val-m-g . Must ha•: a an hour meter. To: DELETE REFERENCE TO TRL-1NS�fiSS1Q\ TENIPE&ATUR GAUGE Bid Item #S - Spec x0311 - 3_,000GV%VR C:::+ R: Chassis w!j8Ft Bucket,° Ch;Lper Body: 1. Cab, Item I - change the follo\ving: From: Analog gauges for oil pressure, coolant temperature, transmission temperature, fuel and voltage. 1\ -lust have an hour meter. To: DELETE R.EFERENCE TO TENIPFRATi:RE GAUGE The bid opening date remains unchanged as Seotember 27.200Q at 2:OOPM COTE: Please ackno%vledge receipt of this amendment by signing and returning %%itn your Bid Response. FAILLIRE TO DO SO SHALL RENDER YOUR BID NON- RLSPONSIVY. FOR ABOVE REFERENCED ITEirtS, COMPAti`Y N 3INIE" �1 Jam' ,:�.ci ,:�.c• BUYER Y SIGNATURE / DATE k. PURCHASI\'G iVI LNAGER i r` Q 1 �� — ;3u" JIM PALM PETERBILT GMC TRUCKS, INC. October 4, 2000 Palm Beach County Board of County Commissioners Purchasing Department 50 S. Military Trail, Suite 110 West palm Beach, Fl. 33415-3199 Attn: Peter Fetain Re: Bid No. 01-001/PP Medius/Heavy putt Truck w/ Special Bodies Dear Peter, Per our conversation we would like to modify our offer on the above referenced bid item eight for a 33,000 GVWR Truck with 56' Bucket, as noted below. • Paint color. From White To School Bus Yellow. *Fuel Tank, From SO Gallon Tank Mounted Left Side To 60 Gallon Tank Mounted Right Side. If there in any problem or concerns with this please do not hesitate to contact me. Again, thank you for the opportunity. Sincerely, Andrew Navarra Account Manager AN/ta Put Moot olCw !aa Myen OMM 37300 MLrM, FOA ►iota t'L 30411- 15" Ise{ RaeMti Roa1. (ht1 tMf�t• FI. 33 18-N2� (sat) CorPotOna lMtI3S141o1 2441 S. State Rd. 7 (sal). Fon ott L aodc►dsle, FL 37317-6949 G (is•) S84-1200Ml�elta•3xoe ��.•++.• hll p;//w.vw prrlroilrlu•\r v,a•nr 9/9 sowd Base spas ►ea' a t -Nona Ii0' C 1 00 -WN -130 =warm us %-wruy %.uulwtwwners LOWY Admiaistratol Maude Fond Lee, Chairman •� • Robert Weisman Warren K Newell, Vice Chairman Karen T. Marcus Carol A. Roberts • Mary McCartyPurc4asiae Departmeal Burt Aaronson AC0RX�t' Tony Masilotti BOARD OF COUNTY COMMISSIONERS NOTICE OF SOLICITATION BID t/01-001/PP MEDIUM/HEAVY DUTY TRUCKS WITH SPECIAL BODIES BID OPENING DATE: SEPTEMBER 27, 2000 AT 2:00 P.M. It is the responsibility of the bidder to insure that all pages are included. Therefore, all bidders are advised tc closely examine this package. Any questions regarding the completeness of this package should be immediate!} directed to Palm Beach County Purchasing Department (561) 616-6800. It is requested that all bids be submitted in triplicate, one original and two copies. BIDDERS SHALL SUBMIT, IN A SEALED PACKAGE OR CONTAINER, AT LEAST ONE ORIGINAL SIGNED IN INK BY AN OFFICER HAVING AUTHORITY TO BIND THE COMPANY OR FIRM FAILURE TO DO SO SHALL BE CAUSE FOR REJECTION OF YOUR BID. Palm Beach County is exempt from Federal and State Takes for tangible personal property. Call Bid Hotline number 795-8080 (from Palm Beach County), 425-7420 (from Broward County), or 655-452' (from Dade County) or tune in to the Education and Government Television Cable Channel for a list of additiona advertised "Invitations for Bid" and "Requests for Proposal". The Bid Hotline also provides updates on poste( award recommendations. Protests can be accepted only during the five (5) business day posting period. CAUTION Amendments to this Invitation for Bid will be automatically sent only to those vendors who received this document directly from Palm Beach County Purchasing Department. Palm Beach County shall not be responsible for the completeness of any Invitation for Bid package not purchased directly from Palm Beach County Purchasing Department. In accordance with the provisions of ADA, this document may be requested in an alternate format. 01.- 980 Page 2 BOARD OF'COUNTY COMDUSSIONEIRS Palm Beach County INVITATION FOR BID BID NO: 01.001/PP BID TITLE: N1EDTUMlHEAVY DUTY TRUCKS WITH ESPECIAL BODIES PURCHASING DEPARTMENT CONTACT: PETER PATANE TELEPHONE NO.: (361) 616-6817 All bid responses must be received on or before S ,)7 2000 prior to 2:00 p.m., Palm Beach County local time, at which time all bids will be publicly opened and read. SUBMIT BID TO: Palm Beach County Purchasing Department, 50 So. Military Trail. Suite 110, West Paint Beach, Florida 33415. This Invitation for Bid, General Conditions, Instructions to Bidders, Special Conditions. Specifications, Addenda and/or any other referenced document form span of this bid solicitation and carsponse thereto, and by reference are made a part thereat. The selected awardee shall be bound by all terms. conditions and sequin tints in these documents. _ PtJItPOSE A W EFFECT: it is the purpose and intent of this invitation to secure bids for Item(s) andfor services as listed herein. The selected surf rdee shall be bound by all terns, conditions, and requirements in these documents and is hereby placed on notice that acceptance of this bid by Palm Beach County shall constitute a binding contract GENERAL CONDITIONS, INSTRUCTIONS AND IrFOR.NL4,TION FOR BIDDERS GENERAL CONDITIONS 1. GENERAL iNFOR IATION Bidden ars advised that Ws package constitwes the complete set of specifications, tarts&. and conditions which will form the binding contract between Palm Bemb COMM and the successful bidder. Changes to this invitation for bid may be made r_lv by written amendment issued by the Comry Rechasing Deparonent. Bidder are (welter advised to closely ewnins every section of this document, to ensure that all sequentially swebemil pages are present and to ensure that it is fully understood Mons or ngvuu for explanations at interpretations of this document must be submitted to the Purchasing Deparanent contact in writing in sufficient time to permit a wrings response. which will be provided to all prospective bidders, prior to bid opening. Oral explanations at instructions given by any County asset will not be binding and shtwld not be interpreted as altering any provision of this document, Bidder certifies that dais bid is made withwt reliance on any oral reprow nations made by the County. The oblipdons of No Beach County under this sward ars subject to dee availability of fundi lawfully aI, ', Ked far its purpose. L LEGAL REQUIRE,%1E.`JTS A. COMPLIANCEWiTRLAWSyb,YDCODES- Federal. state. County and local laws, ardiaanees, rules and regulations that in any manner affect &@ items coveted herein apply. Lack oftatordedge by the bidder shall in mo way be s emem for twig! ham responsibility. 'the mccesdid biddy mtr>s tOiedy comply with fed" Stan and local building and Way codes. Equipment mew meat all Stara and Federal Safety Ngelatias. Bidder certifies Mat all produce (mated" equipment protases, or other items supplied is response to dtis bid) contained in its bid marts all O.SA A. ANSI. NFTA and 0 other Federal and 5116119 rooaintwon. Bidder Adlhw catifia that if it is the suconOW bidder. and the peados delivered is msbsopeaty found to be deficicat in my of the aforementioned requirements in effect an doe of delivery, all costs necessary to being the pro ha imm eomptlence shall be bone by rhe bidder. In compliance with Chapter 443. Florida Statutes. amy toxic substme resulting from this bid must be aeeonpanicd by a property .ampleted Material WM Dna Sheet (SISOS), It. DISCRIJIINATION 11"1011111MD: Palm Beach Cowry is Committed to assuring equal opportunity is Uc award of contacts and complier with all tars prohibiting diserimiostios. The seoeasfvl bidder is prohibited Pate discriminating against any employee, applicant, or client because ta(nce, color, Wigiost diubility. sec, age, national origin, weetstry, marital status, se W%ug alienation. C. ZUeLIC ENTITY C11L%=.- F.S. 297.1)) awires Palm Beach County 10 "diff ait bidders or the r000wiug: 'A person or affiliate wbo has bee pissed as the convicted vendor list (allowing a conviction for a public entity dime may sin submit a bid an a contrail with a public emity for the consawd" or repair of a politic building or public week, may nor submit bids on losses of nal propery b a public entity, stay nobs awarded or perform vrork as a eonlrsesoe, sspplJsr.111 1. or wnwlunt under a contract with any public awity. and may no !arisen Yristas with any public satiny a eacessof the Nusshoid amowtl provided is F.S. =37.017 for CATEGORY TWO for a period or 36 months ham the due orbiting pissed os the convicted veador6W d. NON -COLLUSION, Bidder ratifies dot it bas et6ter9d ims mo agrwweM 10 commit a 6sudulerut daaidW, wlawfW. w wrongfd m& or my act wbiek say rtmult is unfair advantage fair ass or mote bidden over oche biddom conviction far lbs Commission ofasy fraud ar act o(ctalIusion in connection wid my safe. Yid. quotation. proposal or oder act incident to doiag business wid Alm Bmeb County may result in peamammi debamtaiL No premiums, tibaus or gratuities permitted. either with. prior to or Sher sty deliveryofmaterialorprwfsissofurvism. AnytmreYviolatiaseaaysewNiaawd eaeedlatis, yawn of tsaterial6. disoomisrtariem of survicea, nriova) stets drc veodar bid lisi(s), amdlor de0srmem or suapewsion 6m doing balsam wide him Beach County. a CONFLICT OF i,NTERF-ST: AJI bidders must disclose with +sir bid de arms of any officer. dinctor. of agent who is also an amployte or a Ana, of an employee ofPWmBeach County, FuMa.allbiMenmuedisebsedwameofany Coungemplw,etornlatnsofaCounty employee whaowtnJ diecctiyeis6irasdv an interest often percent or more in the biddees firm or any of its brascbm The Uniform Commercial Code (Flonda Sianics. Chipter 6%) "1 pievail as the f. 1NDE.%1\IFIL.tTION:Rcsardlessoftbewvaagepeovidedbyanyimunmcg.dr basil for contractual oblisations bn%ccn the suoce"fal bidder and Palm Beach wecoss(Wbidder lhallindemniy.savehmmleubid de(endtheCounty.ilssgaa. County for any tgrmt seed co"Jitioni not specirit:ally mated in thg Imitation for Bil scr.ytrs. or employees dam and against any and all .laims. liability, losses andfe cavus of action which may ants from any negligent air! or eebiuien of the c:1— 980 • Su«eattilbidder.itswbeonnciarl,afentLter apta«emplaymduringthea..,e of petfatming services at caused by the goods provided pursuant to those bid documents antlfer resultant contract. PL'BLICRECORDS: Any material sabminedinresponse tothis inviwieofarbid wi11 become a public document "unit to Section 119,07. F.S. This i■cludes material which the responding bidder mi fhi consider Woe confidemial or a trade secret. Any Claim of confidentiality is waived upon submission. effective slier opening pursuant to Section 119.01, F.S. RECYCLING: In compliance with him Beach County Recycled Paper Product Procurement Ordinance, all bidden atim to the following as a precondition to contract award (1) reports submitted to the Cowry by successful bidden ■hall we both sides of paper sheets whenevtr practicable•. (2) successful bidden /hall be responsible for maintaining records documenting usage ofreeyeled paper foe reports submitted to the County in fulftlimtnt of eonU%Cft l distillations, and shall subomit /itch records to the County. u required: and (3) reports submitted to the Countyby sueeetifulbidden in fulfillment of contractual obligarions shall use recycled paper when it is available ar a reasonable price and of satisfactory quality to meet contractual performance standvds. For purposes of this paragraph, the price of recycled paper shall be considered'reawnable if its cost is no more dont Iwe higher than the lowest price offered for som-eecyeled paper. 1. f\CORPOR.4TiON.PRECEOE.SCE.JCRISOICnON: ThistnvitationforBid shall be included and incorporated is the final award. The order of conaracful precedence will be the bid document (acigiaal wastes and conditiondL bid roman ase. and purchase order (PC) or term contract order (TG). Any and all lepl teetio■ neccuxv to enforce the award or the resultant contract will be held in Palm Beach County and the contractual obligations will be interpreted according to the taws of Florida. J. BID SUBMISSION a. St:5%11SSI0N OF RESPONSES: Ali bid respensa ntuae be submitted een the provided Invitation for Bid ^Respenst` form. Bid responses on vendor tencrheadtquaution farms will not be accepted. Responses must be typewritten or written in inti. and mutt be signed in ink by ah officer or employee having authority to bind the company or firm. FAILURE TO SIGN THE BID RESMSSE FORM ATTHE INDICATED PLACES SHALL BE CAUSE FOR REJECTIONOFTHEBID. BidresponwswetobesubeninrdtdtheP"Bomb County Purchasing Department no later than the time indicated on the solicitation preamble, and must be submitted in a tested envelope or container. which should Itave the enclosed address label affmatd and bearing the bid number. CE_RTIFI ATI NS.LICENSESAVD►ERNITS. Unlessotherwisediraeudin the Special Conditions of this bid. bidder roust include with its bid a coq of all applicable Certificates of Competency issued by the State of Florida or else Palm Beach County Construction industry Licensing Board in the name of the bidder Shown on the bid response page, tt shall also be the responsibility of the successful bidder to submit prior to commencement of wort, a event Oceupasional Limens: for palm Beach County and all permits required to cample+e this eonteuttwt aeeviee at no additional coat to Palm Beach Cousnry. In lieu el a Palm beach Cautery Occupational License, men -residents regulated by the State of Florida Department of Professional Regulation may submit a copy of their State of Florida Department of Professional Regulation License and a gurreal Occupariaaat Licetue issued by the County or City where their Moines is located. C. DREG FREE WORKPLACE CERTIFICATION: It oanpliance wills Florida Statute (Section 337.037) attached Ion 'Drug -Free Workplace Cetdficuien' Should be fully executed and submitted with bid mpemse in order to be considered for a preference whenever two (.) or more bidafproposals which are equal with respect to price, quality, and service are received by Palm Beach County. it. COINDITIONEQ OFFERS: Bidden arc audoeled that any condition, qualification, provision. or commeat in dseir bid, or in other conespeadMe tra■/mined with their bid, which in my way modifin. oak" exeeprias to, in is inctsmsistent with the apecificulons, requirements, or shy of the tarts. conditions. or provisions of this solicitation, is sufficietet cause for the rejection of their bid as nonresponsive. e. PRICING: (l) Prices otTered must be :he price for new mcmhanndise and (roe from defect. Unless spccifheaUy requested in the bid tp 66cations, any bids containing modi(yiny or escalatuun clauses will be rejected. (:) Bidder warrants by virrte of bidding that prices shall remain firs" fora period of ninety (90) days from the date of bid opening or other Lime aimed in Spceial conditions. (3) N the stent of mathematical emeriti. the unit pncc will prevail and the A Page, 3 biddels local offer will be Baan- led acc"rifly. BIDS HAViNG ERASURES OR CORRECTIO.%S MUST BE MIT1ALED 1N INK BY THE BIDDER PRIOR TO BID OPENING. IF THE lA'IMNT OR LEGIBILITY OF THE CORRECTION IS NOT CLEAR THE DID SHALL BE REJECTED. (a) Bidden may offer a cash diseaum for pmmpt paytmmt. How"m such discounts will net be considered in deterlioing:he lowrsr net cost for, bid tvaluation ptuposa unless otherwtso specified in the special tortdidata Bidden should reflect any discounts to be considered in the unit ptie" bid. L SUBMITTING NO BED or NO CH.a RGE. Bidden not wishing to bid oto some items sought by this solicitation should mark those items as'nobid• if sane i/ataa are to be offered or no charge. bidders should mark those items as 'M aborge,- Items loft blank will be considered a 'no bid' for that item, and the bid will be evaluated accordingly. Bidden who do not wish to submit bids on any item in this solicitation. should rMm a 'Statement of No 0;417 in an ahvelcpe plainly Barbed with the bid number and marked '*O BID.' 4 ACCEP ANCEtREJECTION OF BIOS: Palm 9esch County reseevatlse dghr to accept at to reject any cr all bids. Palm 9ewh County also -starves due right to (1) waive any ern-subscandve irredettarities and technicalities: (:) reject the laid of any bidder who has previously failed in the proper performance of a eattreel of a similar mature. who hat been suspended at debarred from doing business with tae County. or who is no in a position to perform property under this awed; hold (3) inspect all facilities of bidden in order to make a detenniaatan as to its abli y m perform. Palm Beach County reserves the right to reject any offer or bid if the prig" in alp line items or sublime items are materially unbalanced. An offer is mawde0y unbalanced if it is mathematically unbalanced. and if(hcre is a rcawnable doubt dial the offer would result in the lowest ov trail cost to the County. even though it is she Im.etievAuatedoifer. An offerismathematieaflyunbalanced ificisbased onprices which we significantly less than fair marks price for some bid line iteatn rA lignifitarstlytreater than 'air market price forothcrbid line hems. Fairmatketpiee shall be determined based on industry standards. companble bids or offers, cx!Wag contracts, or other means of esubiishin l a range of currnd prices for which Cha line items may be obtained in the market place. The detenminnion of wherthw a particular offer or bid is materially unbalanced shall be made in writing by the purchasing Director, citing the basis for she determination. NOV-EXCLUSIVE: The County resonesthe tight to& quintameorallaftb"e goods and services trough a State of Florida contract ander the provisions of Section 3g7.643. Floida Statutes, provided the Stare of Florida contrast! oRan a lower price for the sone goods and services. This reservation applies bah r data initial award of this solicitation and to acquisition after a toms comm may be awarded. Addiriomlly. Palm Beach County rashes lose right to award other contracts for goods said services falling within the scope of this saicioaom and resultant contract when the specifications differ from this solicitation or resulam contract or for toe ii and services specified in this solicitation whom de scope sub tandally differ bom this solicitation or resultant contract. 1. OFFER E!cTENDEn TO OTHER GOVERNh1EWAL E,Wff'IL . Palm Beach County encourages and agrees to the successful biddcr cuenditeg the Pricing. teens and conditions eif Ibis solicitation or resultant contract to other govanowsw entities at the discretion of the successful bidder. 4. BID OPE..NINGIAWARDOF BID L OBSERVING THE PUBLISHED ■tO OPENING Ti11E: The pteWbltad bid opening doe shall be scrupulously obsenad. It is the sole tepoass'biliry off fisc bidder to Brum tut their bid arrives in the Purchasing Depaoteeaa ptia to the published bid "string doe. Any bid delivered a ordic pmecisardoctifilld0/emag will not be considered. and will be returned to dee bidder unopened if bidder identiffaoonispossible without oWing. Sidcapwmsbyultph—.Sdsolaw•a faclimile aWl net be accepted. Bidders shall not be allowed ra mowYly, dleir bids after the published bid opening time. POSn-,4 OFAWARORECOtY1NlE.YDATIGYrRxooMoAcdnwmd■-Mbe publicly posted forteweav,surthe Ptrchmi■g thp/roehraht prig a fia■I ag+pstsval. land will remain panted fora period of five (S) business days. Bidders dakieg a cil" of eche bid tabulation of the Invitation for Bid may request same by enclosing is Wr. addressed. stamped envelope with their bid. (NOTE: As a service to biddw% da County provides an undtTmciA list of award ,postings an television Chaco! :0 sod on aur bid bod.line.:dcphone 761-794-JUSO. l%ese lis insi x= updated weekly. normally on Friday. In any discrepancy be we" these lixinis and the kill posting in the Purchasing Derpasrmenl, the later shall prevail.) 0- — 980 0 e. PROTE11 FRSE: Itioeat peeotlttea an pthavldtd in the r" a osA County 1lrehasisg Code. detests mum be is teridas. adrbased to dw Drwettar of pwebasing.idendh, Nessdieissdo11.�lydK►adaradtsprnesLandbor�easived by the pun "I's Daptit"cat within live (3) bowass Ors arrbc pod" dere of the recommended award Tits protest is aonsidend filed whes it it weaved by the hrebasing Dopar meat. Failwe to file protest a sewiioed in due palm ettaeb Conary pusehaing Code shall constitute a waiver of preeaettuhp rttdar the referenced Caumy Cede. L CONTRACT ADSILVISTRATIO`I a. RELIVERYAND ACC[pTA%CEc Delivaiaafallitems shallbemade alsoon as possible. deliveries resulting tress ehis bid ars lobe nededuring; else n•rmal wsraing h•un *fib* County. Time is of the nienee and ddivM du" must be met. Should the successful bidder fail to deliver in at betwe the stated data, the County rcuftel tltc right to CANCEL the order or contract and make the purchase elsewhere. The successful biddcs shall be responsible formaidng any and all claims stains carriers for missing or damaged items. Deliveted items will -rag be considered'aeeepred' evil aethorind sgatt foe palm Beach Conary bat, by itrspsetiae or tat of arch items. determined tlto they appear to Fully comply wide sperdfieaew The Board of county eonmissio11as SW towns. at the apenas of the aKeessm bidder ad for No awk try iarn(s) received which fail sameet the Conutws specilicadam a patasasee obodmiL Is. FEDERAL ASD STATE TA.t: Palm Beacb Ciuntyis exempt has Fedwal red State Taxafeeuagiblopessondpropetq. thesaiaitedapartfaMchasingwill provide an exempion certificate to the succeuhd bidder. upon tepees". swcesssful bidden we ner exempted from paying sales tax to their wpplien for materials to Well contractual obligations %ith the County, nor see successful bidders authodred to use the Couary's Tax Exemption Number in securing such materials. C. FAVNIE*%T: payment will bemadebythe Cowry aflereontmoddcVjavicahave W911 received, aeeepted and property invoiced as indicated in the contract ndor order. Invoices must bear the order number. d. Cl1A:\GES: The Director of rat chmiag, palter Bach County. by wines ;;Radon to the successful bidder may make mirror changes to the contract stews. • P&9Q 4 . Mica dusts" ate derioed as M411"dems .bich do sea sigaisesady dssr M scope,110111. er piss K the I100dAW P*h sac aswieet;. TYPial minor dtsobes ineledt bun ansta linitedto. plw efddivtary, ssetb11dofsltipwsar,riosrwnisisas IoeussemisNvaktpodfiwie11s,a11ta�tti11lasaseneftietsKtt T♦ssommam bidderwill not amid any provision orthe comnict niJtestwitse11aibessies loos Director of purchating. and written acceptance bow the Dinstor orr4tthasing or the Board of County Commissioners.. Is. DEFAULT: TWO County may. by minas aedce ddetaate M dis mceatlW bi 4' terminste hhe eons as in wbols win pan ifdw omeasalid bidder lr7s to asdslaportlr perform ray provisions or ais solieitasi- a rtnw. eoseran, or fads M malts progress in as to endanger pafe mmm ssttder dm tams aN saiunts of Mrs adicitatien or resulunt eeetratt.and does 1111 ree11ady sue! fatlare minis n period or 10 days (or such longer period as the Dincea or tlrebasisg may autborin in writing) after mccipt of coke from tie Director of purchasing specifying such failure. In the event the County tensinstss this tests I is wbok or in Dart because of default of the successful bidder, the County mar precut. goods aodw %mviaes similar to those laminated and the successful bidder shalt be liable for sty assess costs incurred due to this action. If it is detachreed Jro the suecoutel bidderwas ooh in default or der Ib dofseds was eacauable (e.g.. Were due to ca sses be, the ami el or, a.idrsr diahuh er 11eg1ips11ecof.ttursuceesslul bidderA the rides adobiiptiou ofdtspusiss sisU bs those provided is Section St.'Tasieaiors see Cwsisscs.' f. TERMINATION FOR CCO%%.E."EYCE: The Minter of Nrebasing nay, wheneeer lbs interests of the Corney so require, lamit se the cwmKt, is wbole or in per, for the convenience of she Conner. The Dircena of Ptrsbaeing shill give written notice of termination to the sueeeufW bidder, yni"l due burden of the eontrut to be terminated and .when the termination becomes effective. If only porsians of the contract are seeminsred. the suecasful bidder bas Oe right w witltdmw, without adverse action. from the M11te contrast. Unless directed differently in the notice of termination. the successful bidder 041 incur no further obligations in connection with the terminated work and wdi sop wok to she extent specified and on We data gives in the aides of termination. Addidartally, ardeu directed differeady, hue successful bidder sW tssinste outstanding orders smd/w subconeaets related to the terminated wont. SPECIAL CONDITIONS 6. GENERAL/SPECIAL CONDITIOK PRECEDEIM E In the event of conflict between General Conditions and Special Conditions, the provisions of the Special Conditions will have precedence. UNNINKFINIFFIRTNT9=4 .11 U 11 R ,_ This bid shall be awarded only to a responsive and responsible bidder, qualified to provide the goods and/or service specified. The bidder shall, upon request, promptly furnish the County sufficient evidence in order to confirm a satisfactory performance record. Such information may include an adequate financial statement of resources, the ability to comply with required or proposed delivery or performance schedule, a satisfactory record of integrity and business ethics, the necessary organization, experience, accoundn; and operation controls, and technical skills, and be otherwise qualified and eligible to receive an award under applicable laws and regulations. 0 r� L • page The bidder should submit the following information with the bid response; however, if not included. it shall be the responsibility of the bidder to submit all evidence, as solicited, within a time frame specified by the County (non -natty within two working days of request). Failure of a bidder to provide the required information within the specified time frame is considered sufficient cause for rejection of their bid. A. Provide name, location and availability of the nearest factory authorized representative who will service equipment for the duration of the warranty period for each item bid (See Attached Form R1). B. Provide evidence that bidder is a manufacturee+s authorized dealer for the make and model of vehicles) bid. 9. AWARD (ITEM -BY -ITEM] Palm Beach County will award this bid to the lowest, responsive, responsible bidder on an item -by -item basis. The County reserves the right to reject bids which would result in an award which is financially disadvantageous to the County. An award may be considered financially disadvantageous when it would result in an award to a bidder for less than S 1,000, or when it would result in awards of multiple small fragments. This policy is predicated on avoidance of increased administrative costs and operational complexity. Under the provisions of Section X..C.I, Palm Beach County Purchasing Ordinance 9601:, as amended, Palm Beach County reserves lite right to award thissolicitation through any appropriate State of Florida or any othergovernmental agency ofpolitical subdivision contract if pricing on said contract is less than pricing obtained from bid responses to this solicitation. 10. METHOD OF ORDERING (PURCUASE ORDER) Items shall be ordered via individual purchase order. invoices must reflect purchase order number. 11. l�.o.e�o►NT The F.O.B. point shall be destination. Exact delivery point will be indicated on the purchase order or term contract order (PG). Bid responses showing other than F.O.B. destination will be rejected. Bidder retains title and assumes all transportation charges, responsibility, liability and risk in transit, and shall be responsible for the filing of claims for loss or damages. �1! 3 Cdfi[d All prices bid shall be effective for the term of the current Model Production Year. Price shall include installation of all required accessories and options, vehicle prep, delivery and all required manuals, books, etc. lisle and registration costs and fees will be paid by the successful vendorf s) upon delivery. U. REfAT5TRATION OF TITLE It shall be the responsibility of the successful bidder(s) to correctly complete and properly execute all applicable Title Registrations and Transfer Documents (Manufacturers Statement of Origin, Weight Slip, Form HSMV-$2040, etc.) required by Federal, State, County and local statutes at time of registration, lease or transfer of ownership. The following forms must have bidderstdealerslnotary's original signatures: I. blanufaenirers Statement of Origin. I. Forth HSNIV 83040. Failure to comply with all rerrns shall result in delayed acceptance and payment of vehicle);). r� - 980 7 • Page i All reference to ownerAcase must be completed as follows: Board ojCounty Commissloners ojPalnr Beach County 301 N Olive Avenue, Room 206 West Palm Bead;, Florida 13401 The "Fixed Asset Management Office" will process all required documents on behalf of the Board ofCounty Commissioners of Palm Beach County. Warrants for title application fees are to be made payable to "Board of County Commissioners of Palm Beach County" in the amount of $31.83 per vehicle, and be submitted at the time equipment is delivered. Dealers are required to submit temporary tags dated when delivered and accepted (as opposed to initial shipment) by Palm Beach County Fleet Management Division. Bidders may contact the Palm Beach County Fixed Asset Management Office at (561) 355-4400 with questions pertaining to title registration and transfer of ownership documents. I4. ORDER AND ORDER ACKNOWLEDGMENT A. Order All vehicle orders received by the contractor prior to manufacturers close of 2001 model production and in accordance with the contract shall be supplied in the manufacturers nest model run of that class vehicle evert it if requires contractor supplying, a 2002 model at 2001 contract prices. B. Order Acknowledgment 1. The contractor shall submit a 'Acknowledgment of Order Foran" (see attached Form iia) to the Palm Beach County Purchasing Department within 10 calendar days after receipt of the purchase order. 2. Additionally the contractor shall forward to the County the production line sheet as soon as it is available. 3. Failure to acknowledge each order individually maybe cause for cancellation of your purchase order(s). IS. PRODUCTION CUT-OFF Bidders_shall provide, with their bid, notice to the County of production cut-off d&lags for each vehicle bid, if such dates have k= established. In the event the factory should give less than 30 days notice of a cut-off. contractor shall notify Purchasing by phone and in writing, no later than the next workday. All purchases made after the close ofmanufacturees production year cut-offshall be subject to availability. Copies of all manufacturer's notices of production cut-offs and explanation of gut -off by 3210 05211120. must be sent to Purehosinir. Notices must clearly state by specification in layman language the cut-off dates for regular orders. special orders, and special paints. Copies are to be sent to the following address: Board of county Commissioners of Palm Beach County Purchasing Department 50 South Military Trail, Suite 110 West Palm Beach. Florida 334 IS. Attention: Peter Patane 01- 980 page ' 7 16. PBE-DELIVERY SERVICE The successful bidder shall be responsible for delivering equipment that is properly serviced, clean. and in fust class operating condition. Pre -Delivery Service shall include: A. •Complete lubrication of operating chassis, engine, and mechanisms with recommended grades of lubricants. B. Check all fluid levels to assure proper fill. C. Adjustment of engine to proper operating condition. D. Inflate tires to proper pressure. E. Check to assure proper operation of all accessories, gauges. lights. and mechanical and hydraulic features. F. Front end alignment and wheels balanced, including spare. G. Focusing of headlights. H. Cleaning of equipment, if necessary, removal of all unnecessary tags, sticker, papers, etc. I. Speedometer must be correct, regardless of tire size or axle ratio furnished. J. Unit to be completely assembled (unless otherwise noted in the specifications), including options and attachments and shall have been thoroughly tested and be ready for operation upon delivery. K. All dealer installed accessories (roll bar, trailer hitch, etc.) shall be installed according to manufacturees specifications (unless otherwise noted in the specifications). All such accessories must be manufactured by a recognized manufactory of the product provided, unless the accessory is not available from a recognized manufacturer. NI. The successful bidder shall take all reasonable measures (as commonly used in the industry) to adequately protect vehicles, being delivered, from excessive insect body debris (Love Bugs, Etc.). M DELIVERY A. All paperwork must be delivered at time of delivery of the vehicle. Vehicles will not be accepted if they do not arrive with invoice. M.S.O.. checks and manuals. B. Deliveries of less than 223 miles may be accomplished by driving the vehicle. Any delivery by driving vehicle must be supervised and driver must comply with manufacturer's break-in requirements and all applicable traffic laws and ordinances. ALL DELIVERIES IN EXCESS OF 22S MILES, EXCEPT UNITSREQUIRIiVC BOD YMODIFICATION, SHALL BE MODE BY TRANSPORT. C. At the purchasees option, a vehicle with more than 225 odometer miles maybe rejected or $ j0 er milein excess of 2 miles may be deducted from the invoice. This requirement also applies to re -delivery of vehicles which were rejected upon delivery. In any event, all warranties shall begin at the time of delivery and final acceptance by the purchaser. . D. At the time of delivery all units must contain no less than Ja lank of fuel as indicated by fuel gauge. Is. AS SPECIFIED A purchase order or term contract order will be issued to the successful bidder with the understanding that all items delivered must meet the specifications herein. Palm Beach County will return, at the expense of the successful bidder, items not delivered as specified. At the option of Palm Beach County, item(s) from any delivery may be submitted to an independent testing laboratory to determine conformity to respective specifications. Bidders shall assume full responsibility for payment of any and all charges for testing and analysis of any product offered or delivered that does not conform to the minimum required specifications. 01-. 980 • Page O . � � • •ITui �y7I �� For a period not exceeding TWELVE (,121 months from the date of bid award, Palm Beach County reserves the right to purchase from the successful bidder any amount of additional items at the prices bid in response to this Invitation and under the same Terms and Conditions. If the supply of additional quantities is not acceptable to the bidder, the bid response page must be noted "Bid is for specified quantity only." 20. [NFORMATION ASID DESCRIPTIVE LITEUTURE_ The bidder shall submit with their bid resoonse. cut sheets, sketches, descriptive literature and/or complete specifications for said item(s). Unless otherwise stated in these specifications, any manufacturer's names, trade names, brand names, information or catalog numbers listed in this specification are for information and not intended to limit competition. When the phrase "or equal" is used. the bidder may offer any brand for which they are an authorized representative. which meets or exceeds the specifications for any item listed in the bid. Literature must provide sufficient detail to verify compliance to bid specifications. Reference to literature submitted with a previous bid will not satisfy this provision. The County reserves the sole right to determine acceptance of offered item (s) as an approved equal. Bids which do not comply with these requirements shall be rejected, as will bids containing items deemed not to be approved equals. 21. EQUIPLN ENT The scope of these specifications is to ensure the delivery of a complete unit ready for operations. The apparent silence of any specification as to any detail, or the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning only that the best commercial practice is to prevail, and that only material and workmanship of the finest quality are to be used. Omission of any essential detail from these specifications does not relieve the supplier from the furnishing of a complete unit. 22. DELIVERY AND AC'CEPTAYOE Equipment must be delivered. installed, complete and ready for use and, when requested, demonstrated to Palm Beach County at no additional charge. 23. WARRANTY The successful bidder shall furnish factory/manufacturer warranty on all equipment furnished hereunder against defect in materials and/or workmanship. The factory/manufacturer warranty shall become effective on the date ofdelivery and acceptance byPalm Beach County. Should any defect in materials or workmanship, excepting ordinary wear and tear, appear during the above stated warranty period, the successful bidder shall repair or replace same at no cost to Palm Beach County. Attachment(s) FOR_ -1 e l SERVICE dt PART5. FORM Q - ACKNOWLEDGMENT OF ORDER ATTACHMENT "A" — WIRING CODE 6, TRAILER CON`Tg;T[OrS is/are included and Ware considered to be a component of this bid. 1� — fru` U Page 9 It shall be the responsibility of the successful bidder to provide evidence of the following minimum amounts of insurance coverage: Workers' Compensation and Employer's Liability coverage to apply to all employees for statutory limits in compliance with applicable state and federal laws. Coverage must include Employft's Liability with minimum limits of 5100,000 Each Accident, $300,000 Disease -Policy Limit, $100,000 Disease -Each Employee. Business Auto Policy, or similar form, shall have minimum limits of S300,000 Per Occurrence Combined Single Limit for Bodily Injury and Property Damage Liability. Coverage shall include coverage for all Owned Autos, Hired Autos and Non owned Autos. (in this context, the term "Autos" is interpreted to mean any land motor vehicle, trailer or semitrailer designed for navel on public roads. Commercial General Liability, or similar form, shall have minimum limits of S500,000 Per Occurrence Combined Single Limit for Bodily Injury, Personal Injury and Property Damage Liability. Coverage shall include Premises and/or Operations, Independent Contractors. Products and/or Completed Operations. Contractual Liability and Broad Form Property Damage coverages. Coverage for the hazards of explosion, collapse and underground property damage (X -C -U) must also be included when applicable to the work to be performed. A signed Certificate or Certificates of Insurance, evidencing that required insurance coverages have been procured by the successful bidder in the types and amounts required hereunder shall be transmitted within a time frame specified by the County (normally within 2 working days of request). Except as to Business Auto, Workers' Compensation and Employer's Liability (and Professional liability, when applicable). said Certificate(s) shall clearly state that coverage required by the contract has been endorsed to include "Palm Beach County. a political subdivision of the State of Florida its officers agents and employees as Additional Insureds." Required insurance shall support Contractors Indemnity Agreement set forth herein and in any resultant contract, and shall so state in said Certificate. Further, said Certificates) shall unequivocally provide thirty (30) days written notice to County prior to any adverse change, cancellation or non -renewal of coverage thereunder. All insurance must be acceptable to and approved by County as to form, types of coverage and acceptability of the insurers providing coverage. All insurance provided hereunder shall be endorsed to show that it is primary as respects to County. 26. MINORITY/WOMEN BUSINESS ENTERPRISE PALM BEACH COUNTY CODE CHAPTER 2L611TICLE III, SECTIONS 2.71 THRU 2-80.13 (POLICY STATEMENIn It is the policy of the Board of County Commissioners of Palm Beach County, that Minorities and Women Business. Enterprises (rv1BE/WBE), shall have the maximum practical opportunity to participate in the competitive process of supplying goods and services to the County (Palm Beach County Code, Chapter 2. Article Ill, Sections 2-71 thru 2-80.13). Bidders shall use sufficient reasonable good faith efforts to carry out this policy in the award of their subcontracts to the fullest extent consistent with the efficient performance of this contract. The bidder agrees to ensure that h1BElWBE firms as defined in Palm Beach County Code, Chapter 2, Article Ill, Sections 2-71 thio 2.80.13, as amended, have the maximum opportunity to participate in the performance of contracts and subcontracts, in this regard all bidders shall take all necessary and reasonable steps in accordance with Palm Beach County Code, Chapter2, Article ill, Sections 2-71 thru 2-30.13 as amended to ensure that minority businesses have the maximum opportunity to compete for and perform contracts. Bidders shall not discriminate on the basis of race, color, national origin or sex. SPECIFICATIONS @j2 BLOOM MEDIUMMEAYY DUTY TRUCKS WITH SPECIAL BODIES A. SCOPE_ Page to The sole purpose and intent of this Invitation for Bid is to establish a firm price for each item, with or without options, as set forth in each specification listed in this bid package. t. Each bidder is required, before submitting his bid, to be thoroughly familiar with each specification contained herein. It is the responsibility of the bidder to ascertain if any components or section. as specified, are unsafe or do not meet standards of SAE. FSI VSS, NHTSA, ANSI, EPA, FLORIDA DOT. or any OSHA standards as apply to any type ofequipment and that if any unsafe or poorly designed criteria arc contained herein notify the Palm Beach County Purchasing Department, in writing, giving a complete explanation, Drlor to sgbm t "a bld. 2. Vendors will be held responsible for any defects in materials and/or workmanship which are such a nature that they could not be detected by inspection or road test. 3. in addition to all provisions and general conditions. NO EMBLEM. LOGO, TAG or any other device or design promoting the dealership may be affixed in any manner to any vehicle delivered under this bid. In all cases, painting shall be done strictly in accordance with the paint manufacturers directions. Bare metal shall be conditioned with the recommended wash, rinse, dried, and immediately primed. The top coat shall be free from irregularities such as "runs" or "sags" on any large surface. Sufficient time shalt be allowed between coats to assure thorough drying of previously applied paint. 1. Department of Transportation Certificate: a. In addition to equipment specified, vehicles shall be equipped with all standard equipment as specified by the manufacturer and shall comply with all EPA Emissions and Motor Safety Standards as established by the U.S. Department of Transportation regarding the Manufacturer of Motor Vehicles. b. Certification - The vehicle shall conform to all current DOT and Florida State requirements to operate on the roadways. 2. Certified Weight Slip (For Trucks l Ton and Above): All vehicles. 1 Ton and above. that do not have a standard pickup bodv will requim a Certified Weitht Slit) (emoty welaht) 01- 9so • ViLge n D.. DELIVERY DELAY NOTIFICATION: Contractor shall notify the Palm Beach County Purchasing Department. ATTN: PETER PATANE, 50 South Military Trail, West Palm Beach, Florida 33415, in writing. if any unforeseen delay is encountered, such as production delay, minimum quantity requirements, or other factors beyond the contractors control. Otherwise, delivery will be anticipated on or about the date indicated on FORAM #2 - ACKNOWLEDGMENT OF ORDER. Late delivery may result in the cancellation of the purchase order. E. COORDINATION OF DELIVERY: - Contractor shall notify Fleet Management personnel not less than 24 hours prior to delivery. Delivery days are Tuesday thru Thursday between 7:00 AM and 4:00 PM. Deliveries must be unloaded and ready for inspection prior to 4:00 PM. Deliveries not complying with these requirements may be rejected and will have to be re -delivered at contractor's expense. The contractor will be responsible for delivering vehicles that are properly serviced, detailed and ready to be put into operation. DELIVERY CONTACTS: Gary Rinaldi 561-233.4565 Fax 561-2334584 E-mail Address: grinaldi @ co.palm-beach.il.us OR (if Gary is unavailable) Don Howard 561-2334564 Fax 561-2334584 E-mail Address: DHOWARD @ co.palm-beach.fl-us • Page 12 SPECIFICATION FOR 14,500 GV WR CAB do CHASSIS WITH 14FT FREIGHT BODY dt LIFTGATE SPEC FILE NUIOMER: 0021 LAST REVISED: 8113/00 GENERAL: These specifications describe a current production model 14,500 GVWR Cab and Chassis truck with a 14' Freight (Box) Body and a Lift gate all completely installed and ready for operation. Cab to be "Cab -Over -Engine" design. All items not specifically mentioned, which are necessary to provide a complete unit. shall be included in the bid and shall conform in strength and quality of material and workmanship to what is normally provided in the trade. ENGINE: TRANSMISSION: Minimum Requirements. A. 4.73 Liter (290 cubic inch) diesel.4 eyl.,turbo-charged, inter -cooled B. 173 HP @ 2,700 RPM C. Heavy duty cooling system D. Oil cooler E. Fuel/Water separator • frame mounted A. Automatic 4 speed overdrive B. Auxiliary oil cooler AIR CONDITIONING: Factory installed AXLES/SUSPENSION: FRONT: A. Minimum 6,830 lbs. capacity B. Heavy duty springs. with a minimum 5,3601bs. rating C. Heavy duty shock absorbers D. Power steering :A A. Minimum 11,000 lbs. capacity B. Heavy duty springs. minimum 9,830 tbs. rating do heavy duty shock absorbers C. Ratio to maintain 53 MPH road speed plus grade ability i CHASSIS: A. Wheelbase minimum 132", Cab to Axle minimum I I V B. Heavy duty factory reinforced fi ame, high strength low alloy steel C. Must include front and rear mud -flaps D. Front bumper - heavy duty construction type with tow points E. Fuel tank - single, with min. capacity of 30 gallons BRAKES: A. Power assist with front disc type and tear disc or maximum drum type available B. To have parking brake TIRES/WHEELS: A. Tires min. 315/85R16E 10 ply (Duals in tear) B. Wheels minimum Min. 16" x 6' steel disc painted White 01- 980 0 1• CAB: A. Cab over engine design for optimum driver field of view B. Seating for three, drivers seat - reclining high back, seatbelts for three C. Tilt/telescopic steering column D. Factory window tint E. Cigarette lighter port (Power point) F. Head -liner, dual sun visors and dome light G. Gauges for oil pressure. coolant temperature, volts and fuel H. Warning light for low coolant level , I. AM -FM radio J. West coast mirrors (left and right sides) with min. 8" convex mirrors mounted below them, all mirrors to be aluminum or stainless steel K. 5 Ib. fire extinguisher mounted in cab L. Roadside triangular reflector kit M. Color - Manufacturers standard White, cab and body ELECTRICAL: A. Two, minimum 750 CCA, heavy duty maintenance free batteries B. Minimum 80 amp heavy duty altemator ' C. DOT appeoved headlights, tail lights, marker lights and reflectors D. Electric windshield wipers with intermittent position E. Back-up Iigghts and minimum 90 db alarm FREIGHT BODY: (All dimensions are minimum unless otherwise stated) A. Constructed of aluminum B. Interior length - 14' C. Exterior width - 8' max. D. Interior height 82" E. Roof - .032" thickness, one piece w/roof bows on 24" centers F. Exterior - .040" thickness G. Cast corners with aluminum top radius H. Rear door - full width roll up and lockable 1. Long Sills - 4" Hi -Tensile steel 1 -beams full length (No Splices) J. Cross members - 3" steel 1 -beams on 12" centers K. Rear frame - 12 gauge Galvaneal steel , L. Floor - I-1/8" laminated hardwood flooring M. Lining - 3/8" full height plywood on front and side walls to include 2 rows of E Track (Mounted at 2' and 4' from floor) on sides and front. Six E -Track straps will also be required for securing cargo N. Grab handles - on rear frame, one on each side O. Interior light with switch at tear door P. Color - White (Same as cab) LIFT GATE: A. Minimum 2,000 lbs. capacity B. Minimum 90" x 36" with min, 6" ramp to load food tray carts with 6" casters C. Controls - mounted at rear curbside and accessible in any position D. Gate safety and emergency operation devices E. Completely installed and ready for operation F. Minimum one year warranty 01- 980 1 gaga 14 MANUALS: The contractor will provide 2 sets of manuals (or CD's)for each of following: A. Wiring Diagrams/Schematics B. Operator: C. Maintenance D. Repair E. Parts, including illustrations F. Emissions larbAtepair , G. List any special tools, lubricants, or equipment H. Lift -gate operation, maintenance/service and parts TRAINING: Four (4) days, minimum, of training at the closest Manufacturers' OEM Training Facility or the P.B.C. Fleet Management Facility, W.P.B., Florida. The training shall include as a minimum the following: A. Driveability problems B. Onboard computer and electrical C. Brake System (including ABS) D. Passive restraints (air bags) E. Diagnostic Procedures F. fuel injection (including emissions) Page 1S SPECIFICATION FOR. 33,000 GVWR CAB do CHASSIS WITH 12FT STAKE BODY AND CRANE SPEC FILE NUhMER: 0050 LAST REVISED: 8/13100 GENERAL: New current production model 33,000 GV WR cab and chassis with 12' solid stake side body. The truck I must come with all standard equipment if not stated in this specification. ENGINE: A. Min. 215 HP diesel, turbo charged. inter -cooled. 6 cylinder B. lvlaximum capacity heavy duty cooling system & radiator, overflow tank C. Dry type air cleaner with restriction gauge D. Viscose fan E. Oil cooler F. Electronic fuel injection TRANSMISSION: Heavy duty automatic, Allison MD3060P Or Equal, in accordance with following salient characteristics: A. 5 speed B. Original equipment transmission oil cooler ' AIR CONDITIONING: Factory installed AXLES/SUSPENSIOti: FRONT A. Minimum 12,000 lbs. capacity B. Heavy duty springs. with a minimum 12,000 lbs. rating C. Heavy duty shock absorbers D. Power steering REAR A. Minimum 21,000 lbs. capacity B. Heavy duty springs, min.21,000 lb. eating do heavy duty shock absorbers C. Ratio to maintain 55 MPH road speed plus gradability CHASSIS: A. High strength low alloy steel ' B. Heavy duty factory reinforced frame - complete length • C. Tilting fiberglass hood and fenders D. Combination pintle hitch min. 10 ton capacity mounted to fume at height of 19" to 2I" from ground E. Must include an electric brake box and 6 prong trailer plug installed and wimd per Attachment'A' NO SCOTCH LOCKS WILL BE ACCEPTED F. Tow hooks - front and rear G. Cone holder mounted on left side of frame behind ab. holder to be reinforced and mounted at approx. 70 degrees and long enough to accommodate 30" cones H. Fuel tank - single, mounted on right side with min. capacity of 60 gallons I. Exhaust - single horizontal muffler and tailpipe BRAKES: A. Full Air Brake system B. Internal S cam 4 wheel drum with automatic slack adjusters TIRES-NViiEELS: A. Min. l 1 R32.5 radial, tubeless, 14 ply. mixed service on/off road application tires (same size froncirear) 8. Wheels and tires must be balanced C. All wheels will be disc type and painted white oi— 980 - Page 16 CAB: A. Full width bench seat, 3 man capacity with 3 sets of seat belts B. West coast mirrors (left and right sides) with min. 8" convex mirrors mounted below them, all mirrors to be aluminum or stainless steel C. Dual grab handles D. Dome light and head liner E. Dispatch case (glove box) F. Sun -visors for both sides G. Analog gauges for oil pressure, coolant temperature. transmission temperature. fuel and voltage. Must also have a hour meter H. S Ib. Fire extinguisher mounted in cab, triangle reflector kit I. Dual air hems J. Darkest available factory window tint K. Factory installed AM/FiN1 radio • L. Color - Manufacturers standard White ELECTRICAL: A. Dual 12 volt maintenance free batteries with minimum 1,230 Cold Cranking Amps B. 100 Amp alternator (minimum) C. Class A double face front directional lights with integral reflectors and marker lights D. Stop and tail -lights with integral reflectors E. Back-up lights and minimum 90 db audible alarm F. Cab marker Iights G. Fuse block H. 2 speed electric windshield wipers w/intermittent setting do elec. washer BODY: 1:FT, LOW UMOVABLE SIDEBOARD. FLATBED QLMP. ALUMINUM (Unless OPTIO1N 2 is selected) Aluminum sheet do plate material to be 5454 or 6061 alloy. Extruded aluminum to be 6061 or 6063 alloy.(Dimensions are min. unless otherwise stated) A. 8 ft. wide B. 12' ft. long C. Bulkhead to extend 2" above cab do 4 vertical supports on firont of bulkhead D. Bulkhead to have 12" x 24" x 3/4" punched metal window aligned with cab window E. Bulkhead side wings l8" wide & same height as bulkhead w/2 vertical supports F. Bulkhead and side wings minimum .230" G. Cab protector to be min. 30" of .250" H. Inboard stake pockets, 6 ea. side, capable of receiving standard 3" channel 1. Floor constructed of .37S" floor sheets J. Cross beams shall be 4" structural steel on 12" centers. NO SPLICES K. Under structure 4" X 2.50" I -beams .37$" thick on 12" centers, NO SPLICES L. Gussets on every cross member for stability, also constructed as to insure circ clearance at all times M. Rear of body shall be constructed with skirt of 8" mon. reinforced to body frame for strength and .375" across the back taper of body sides N. Class "A" welds to be continuous on all non supported body seams O. Tool box, Weather Guard Model R -560-W Or Equal, In accordance with following salient characteristics; 13" x 18" x 60" minimum, mounted curb side to the fame with 3" channel brackets. The box should have a stainless steel piano type hinge, recessed paddle latch and capable of being locked, also waterproof P. Stake sides 24" high, solid and removable, 2 sections each side. Sections to be solid with no Saps from top to bottom of 24" height and have lifting eyes attached on each section to facilitate removal Q. Sam doors 24" high, each door must have two cast steel hinges (piano type are not acceptable). Each door must latch individually and have a safety chain system for the doors In can a latch fails. Each door must swing open to sides and have a hold back latch on each side. 01- 980 Page 3.7 R. Body must include rear mud flaps S. All lights and reflectors to be recessed. NO SCOTCH LOCKS T. Ladder at rear curbside with grab handle to access body U. 5 Gallon igloo -type water cooler and bracket, mount to the side. LIGHT DUTY CRANE UNIT - Liftmoore Model L-21 W -70r Equal, in accordance with following salient characteristics: A. Mounted on top of left rear deck and include sufficient reinforcement for crane and capacity, B. Capacity - 2000 lbs.@ 3' and 850 Ibs.Q 7R C. Hoist winch - planetary type drive gear and min. 1.8 HP permanent magnet motor. SO' of 1/4" galvanized aircraft cable with min.6000 lb. breaking strength. !Aust have an integral mechanical brake. ' D. 2 boom positions min. and extendable from approximately Y to T E. Rotation - 360 degrees without restriction, band brake to control swing, and tapered roller bearings for ease of swing when fully loaded F. Minimum 10' long removable remote control pendant G. To include crane -corner manual outrigger ' ITEMS TQ BE BID AS OPTIONS: NOTE - THE FOLLOWING LISTED OPTIONS ARE FOR INFORDrIATION ONLY. NOT ALL VEHICLES SPECIFIED WILL REQUIRE ALL OF THESE OPTIONS. REFER TO BID RESPONSE PAGES k _ 36 THRU 40 FOR DETAILS OF WHICH OPTIONS WILL APPLY TO VEHICLES SPECIFIED. OPTION 1: Mounted Light Bar- Min. 52", Street Hawk Model SH3203 Or Equal, mounted on top of cab guard. Also must include Street Hawk Model S W200 control box"Or Equal" installed on dash (NO SCOTCH LOCKS) in accordance with following salient characteristics: Light Bar: A. Amber lens B. Weatherproof brackets C. 4 Standard Rotators with 2 mirrors D. 2 Front and 2 Rear Flashing lights E. 2 Alley lights Control Box: 4 Switches to separately control rotators, flashers and left/rigbt alley lights OPTION 2: STEEL BODY IN PLACE OF ALUMINUM: All body options exactly as specified with the exception of steel body and SO% reduction of aluminum thickness is acceptable as long as still within industry standards. Body to be painted White to match cab. MANUALS: The contractor will provide 2 sets of manuals (or CD's) for each of following: A. Wiring Diagrams/Schematics (Truck and Crane) B. Operators (Truck and Crarte System) C. Maintenance (Truck and Crane System) D. Repair (Truck and Crane System) E. Puts, including illustrations (Truck and Crane System) F. Emissions Info./Repair (Truck) G. List any special tools, lubricants, or equipment (Truck and Crane System) • Pa9a 18 TRAINING: Four (4) days, minimum, of training at the closest Manufacturer:• OEM Training Facility or the P.B.C. Fleet Management Facility, W.P.B., Florida. The training shall include as a minimum the following: A. Driveability problems B. Onboard computer and electrical C. Brake System (including ABS) D. Diagnostic Procedure E. Fuel injection (including emissions) F. Crane hydraulics and electrical operation, maintenance and repair • u Page 19 SPECIFICATION FOR: 56,000 GVWR TANDEM AXLE, 12 YARD DUMP TRUCK SPEC FILE NUMBER: 0056 LAST REVISED: V14/00 GENERAL: New current production model.36.000 GV WR min. tandem axle, diesel powered truck with 12 yard dump body. These vehicles shall be manufacturers latest basic production model. and shall be equipped with all standard equipment in accordance with manufacturces latest literatum ifnot specified below,and mustean y full manufacturer's warranty. - ENGINE: Inline 6 cyl. (Turbo -charged Diesel electronically injected), 3126 Caterpillar Or Equal, in accordance with the following salient characteristics: A. Gross Horsepower minimum 270 B. Extra heavy duty cooling C. Dry type air cleaner (two stage) with service indicator D. Declutching type cooling fan E. Dual fuel filters TRANSMISSION: Allison MD3060 Automatic Transmission Or Equal, in accordance with the following salient characteristics: A. 5 speed automatic B. Original equipment transmission oil cooler C. PTO opening, and drive gear AIR CONDITIONING: Factory installed AXLESISUSPENSION: FRONT: A. Heavy duty axle - minimum 14,000 lbs. B. Heavy duty springs - minimum 14,000 lbs. rated C. Heavy duty shocks D. Power steering REAR: A. Tandem axle - minimum 42.000 lbs. B. Heavy duty suspension - minimum A2,000 lbs. rated C. Geared low to pull heavy loads on and off road - 5.29 ratio, Or Equal D. Tandem axle lock CHASSIS: A. Cab to tandem - 120" inches minimum B. Heavy duty factory reinforced frame C. Steel reinforced fiberglass fenders/hood D. Front bumper - heavy duty construction type with tow points E. Fuel tank - single, mounted on right side with min. capacity of 60 gallons F. Cone holder mounted on the left side of frame directly behind driver side compartment, rod will be reinforced and mounted at approximately a 70 degree angle and long enough to hold 30" cones G. Combination pintle hitch mounted to the Game whowing capacity of 15 tons minimum, six prong trailer plug installed and wired per "Attachment A". AVO SCOTCH LOCK WIRING WILL BE ACCEPTED BRAKES: A. Full air (minimum) 12 CM heavy duty air compressor B. Moisture ejectors on air tanks C. Super -fail-safe parkin; brake D. Must have air dryer system E. All brakes to be S cam type Page 20 TIRES: A. Front - 12R22.5 Radial, min. 16 ply, mixed service on/off road application B. Rear - 1 l R22.S Radial, min. 14 ply. mixed service on/off row application C. Disc type wheels painted white D. Tires balanced by dealer CAB: A. Two (3.) heavy duty bucket seats (driver's seat -air ride type) B. Adjustable steering column C. Analog gauges for oil pressure, coolant temperature, transmission temperature, fuel and voltage. Must also have a hour meter D. Dual air horns E. S Ib. fire extinguisiter mounted inside cab F. Roadside triangular reflector kit G. Cab assist handles (one each side) H. west coast mirrors (left and right sides) with min. 8" convex mirrors mounted below them, all mirrors to be aluminum or stainless steel 1. Factory window tint 1. Factory installed AM/FM Radio K. Color - Manufacturer's standard White ELECTRICAL: A. Heavy duty battery - minimum 1250 CCA B. Heavy duty alternator - minimum 100 Amp C. Accessory position on ignition switch D. Electric windshield wipers with intermittent position E. Back-up tights and minimum 90 db alarm BODY: THIS DUMP BODY WILL BE LOADED WITH SHELL ROCK AND SAW BY LOADERS. UNDER WHAT IS CONSIDERED HEAVY DUTY. HIGH IMPACT CONDITIONS. This body shall be dump" and constructed ofalum inum as specified below (Unless OPTION 2 is selected). Dimensions are minimum unless otherwise stated A. 14' long B. T wide C. 12 cubic yard minimum- struck capacity D. 14 cubic yard ends E. Rub rails shall be 45 degree construction to prevent pile up F. Square vertical type side braces G. Reinforced boxed top rails ; H. Tailgate to be boxed on top and outside vertical posts with min. 4 :!50" thick formed chatinel stif eners T6 6061 aluminum 1. Full 54" cab protector with channel .250" thick minimum T6 6061 aluminum installed across front J. Angle 2SO" thick T6 6061 aluminum on both top rails full length K. Floor of body to be made of not less than .375" thick min. T6 6061 aluminum L. Sides of body to be not less than .2S0" thick min. T6 6061 aluminum NI. All welding must be continuous solid Class A welding N. Heavy duty tailgate hardware 0. The under structure shall have not less than 4" X 2.500" continuous 1 -beans aluminum T6 6061375" thick minimum on 12" centers. NO SPLICES P. The longitudinals shall be 8" continuous channel Beams (303 web thickness) KO SPLICES Q. Minimum 3/8" galvanized tailgate chains R. Tailgate hardware to be clevis pins w/cotter pins not pins w/washer welded on S. Cargo cover chain driven w/ground level operation to meet DOT and OSHA regulations T. Safety Prop Rods for bed support U. Gusset plates at the bottom of the sides(inside) at a 43 degree angle, 6"..373" thickness T6 6061 aluminum V. All lights and reflectors to be recessed, `O SCOTCH LOCKS W. 5 Gallon igloo -type water cooler mounted to the side. 1N i A HOIST: PAINTING Page 21 The hoist and hoist sub -dame shall be Class =0 as designated by the TBEA Engineering and Technical Committee. Sub -frame 4" channel, not wood. NO SPLICES. A. Heavy duty telescopic hoist. Perfection Model 73120V Or Equal, in accordance with following salient characteristics: 1. Screw on packing gland nut 2. Seamless steel tubing 3. Positive stop in each cylinder 4. Double replacement gland beatings each cylinder S. Rubber wiper'to clean dirt and grit from tube surfaces B. Gear type hydraulic pump C. Three position control valve D. Heavy duty, double shear type hinges E. All hydraulic equipment in this bid shall have a Full One Year Warranty Min. F. PTO must be directly bolted to the transmission without adapter plate. Hydraulic pump must be directly mounted to PTO G. Hydraulic tank muit have Fluid level indicator located on the tank. Must indicate proper level while body is in the up position resting on props H. Indicator lights on dash to show when PTO is engaged and Body -Up light The hoist equipment purchased under this agreement shall be free of rust. primed with rust preventive and painted to match truck chassis and have heavy undercoat. ITEMS TO Bl: QLD AS OPTIONS: NOTE - OPTION I: OPTION 2: THE FOLLOWING LISTED OPTIONS ARE FOR INFORMATION ONLY. NOT ALL VEHICLES' SPECIFIED WILL REQUIRE ALL OF THESE OPTIONS. REFER. TO BID RESPONSE PAGES M 36 THRU 40 FOR DETAE S OF WHICH OPTIONS WILL APPLY TO VEHICLES SPECIFIED. 01 Fuller or Road Ranger Transmission Or Equal, in accordance with following salient characteristics: A. Manual 10 speed transmission B. Double disc clutch Body made of steel must have the same dimensions as aluminum body unless otherwise stated below: I . Sides must be minimum 3116" thick 2. I-beam minimum .308" thick continuous NO SPLICES 3. Gussets must be minimum 3/16" thick U11 -- 980 i 0. VAge 22 MANUALS: The contractor will provide 2 sets of manuals (or CD's) for each of the following: A. Wiring DiagramAchematics (Electrical and Hydraulic) B. Operators (Truck and Body System) C. Maintenance (Truck and Body System) D. Repair (Truck and Body System) E. Parts, including illustrations (Truck and Body System) F. Emissions InfoJRepair (Truck) G. List any special tools, lubricants. or equipment (Truck and Body System) TRAINING: Four (4) days, minimum, of training at the closest Manufacturers' OEM Training Facility or the P.B.C. Fleet Management Facility. N.P.B., Florida. The training shall include as a minimum the following: A. Driveability problems B. Onboard computer and electrical C. Brake System (including ABS) D. Diagnostic Procedures E. Fuel injection (including emissions) F. Body hydraulics and electrical including operation. maintenance and repair 01- 9s4 SPECIFICATION FOR: 25,000 GVWR CAB do CHASSIS WITH S YARD DUMP BODY SPEC FILE NUMBER: 0057 LAST REVISED: 8114/00 GENERAL: New current production model 25.000 GV WR cab and chassis with a S yard dump body. ENGINE: A. Min. 185 HP elec. controlled diesel turbo charged, inter -cooled 6 cylinder B. Heavy duty cooling system with soldered radistor and overflow tank C. Dry type air cleaner with restriction gauge D. Viscose fah E. Oil cooler F. Electronically controlled fuel injection Page 23 TRANSMISSION: Heavy duty automatic Allison 2000P Or Equal. in accordance with the following salient characteristics: A. S speed B. Transmission must include PTO drive gear and openini C. Original equipment transmission oil cooler AIR CONDITIONING: Factory installed AXLES/SUSPENSION: FRONT A. Minimum 7,000 lbs. capacity B. Heavy duty springs, min. 7,000 lb. rating & heavy duty shock absorbers C. Power steering REAR A. Minimum 18,000 lbs. capacity B. Heavy duty springs. min. l 8,000 lb. rating & min. 4,500 Ib. auxiliary springs and heavy duty shock absorbers C. Ratio to maintain minimum 55 MPH road speed plus gradability CHASSIS: A. Cab to axle - minimum 72- B. Frame - High strength low alloy steel C. Inverted "L" reinforcement to the end of ;he frame D. Tilting fiberglass hood and fenders E. Combination pintle hitch (frame mount)- minimum 10 ton capacity. Must have electric brake box & 6 -prong trailer plug installed &wired per Attachment 'A'. NOSCCO_TCH LOCKS WILL BE 'SCEPTED F. Tow hooks - front and rear G. Cone holder - mounted left side of frame just behind the cab, rod should be at approx. 70 degree angle and long enough to accommodate 30" cones H. Fuel tank - single, mounted on right side with min. capacity of 60 gallons 1. Exhaust System - Single, horizontal muffler and tailpipe (must accommodate a clear path for the PTO & Hydraulic pump) BRAKES: A. Full air brake system B. Internal S cam,4 wheel drum with automatic slack adjusters TIRES: A. Nlin. I I00R22.5 radial.tubeless, 14 ply, mired service on/off road application titres (same size front!rear) B. Wheels and tires must be balanced C. All wheels will be disc type and painted white or- 980 Page 24 CAB: A. Full width bench seat. 3 man capacity with 3 sets of seat belts B. West coast mirrors (left and right sides) with min. 8" convex mirrors mounted below them. all mirrors to be aluminum or stainless steel C. Dual grab handles D. Dome light and Dispatch case (glove box) E. Head liner F. Sun -visors for both sides G. Analog gauges for oil pressure. coolant temperature, transmission temperature. fuel and voltage. Must also have a hour meter H. Safety equipment: S ib. Fire extinguisher mounted in cab and triangle reflector kit 1. Dual air horns J. Darkest available hetory window tint K. Factory installed AMIFM radio L. Color - Manufacturers standard White ELECTRICAL: A. Dual 12 volt maintenance free batteries with minimum 1.2S0 Cold Cranking Amps B. 90 Amp alternator - minimum C. Class A double face front directional lights with integral reflectors and marker lights D. Stop and tail -lights with integral reflectors E. Backup lights and minimum 90 db audible backup alarm F. Cab marker lights G. Fuse block H. Two speed electric windshield wipers with intermittent setting 1. Electric windshield washer BODY: (All dimensions are minimum unless otherwise stated) A. Nine feet long B. Seven feet wide C. Five cubic yard capacity D. Six cubic yard body ends E. Rub -rails shall be 43 degrees F. Side braces shall be formed 10 gauge G. The under structure shall have not less than 4" structural steel channel cross beams on 12" centers. with gussets on each beam, NO SPLICES H. The longitudinal shall be of 6" structural Steel channel, NO SPLICES I. Tail gate hardware shall be heavy duty cast steel type J. 5/16" galvanized tailgate chains K. Floor of body 8 gauge steel L. Install safety prop rod for bed N1. Cargo cover, Chain driven, with ground level operation N. Sides and front 10 gauge steel O. Full cab shield of not less than 8 gauge steel P. Inside radius corners at sides and !front to be 43 degrees construction Q. Tailgate control rods to have pins with cotter pins, (not pins with washer welded on ends) IL Rear wheel mud flaps S. All lights and reflectors to be recessed NO SCOTCH LOCKS T. Body and frame to have undercoating , - 930 .� .r Page 25 HOIST: The hoist shall be class 40 as designated by the TBHA Engineering and Technical Cotamittee, dated lune 1.1995 (or latest designation) A. Minimum heavy duty five inch cylinder(s) B. Double lift arms C. Bolted on cylinder head D. Hoist shall have a dump angle of not less than SO degrees E. Body must have a stop to keep piston rod from being pulled out of the cylinder F. Hydraulic pump must be gear type with thin. I i ¢Phi and directly mounted to PTO G. PTO must be directly bolted to the transmission and need no adapter H. All hydraulic equipment (complete hoist system) furnished under this proposal must carry a full one year warranty minimum 1. PTO do pump control to be console type in cab w/Avaming light dt safety lock out J. Must have body up indicator light K. Hydraulic tank to have a fluid indicator that will read the correct required level when the body is in the up position resting on the safety prop PANTING: The equipment purchased under this agreement shall be free of rusi primed with rust preventative and painted to match truck cab. COLOR: hfanufacturces standard White MANUALS: The contractor will provide 2 sets of manuals for each of following criteria: A. Wiring Diagrams/Schematics (Electrical and Hydraulic) B. Operators (Truck and Body System) C. Maintenance (Truck and Body System) D. Repair (Truck and Body System) E. Parts, with illustrations (Truck and Body System)On disc if manual unavailable F. Emissions InfoJitepair (Truck) G. List any special tools. lubricants, or equipment (Truck and Body System) TRAINING: Four (4) days, minimum, of training at the closest Manufacturers' OEM Training Facility or the P.B.C. Fleet Management Facility, W.P.B., Florida. The training shall include as a minimum the following: A. Driveability problems B. Onboard computer and electrical C. Brake System (including ABS) D. Diagnostic Procedures E. Fuel injection (including emissions) F. Body hydraulics and electrical including operation, maintenance and repair 0i^- 930 Page 26 SPECIFICATION FOR: 33,000 GVWR LUBE/FUEL TRUCK, SPEC FILE NUMBER: 0070 LAST REVISED: 6114100 GENERAL: New current production model 38,000 GV WR cab and chassis with Lube/Fuel Body. The truck must come with all standard equipment if not stated in this specification. ENGINE: A. Min. 230 HP diesel, turbo charged. inter -cooled. 6 cylinder S. Maximum capacity heavy duty cooling system do radiator, overflow tank C. Dry type air cleaner with restriction gauge D. Viscose fan E. Oil cooler F. Electronic fuel injection TRANSMISSION: Heavy duty automatic transmission IvID3060P Allison Or Equal. in accordance with following salient characteristics: A. S speed B. Transmission must include PTO drive gear and opening C. Original equipment transmission oil cooler AIR CONDITIONING: Factory installed AXLES/SUSPENSION: FRONT A. Minimum 12.000 lbs. capacity B. Heavy duty springs, with a minimum 14,000 lbs. rating C. Heavy duty shock absorbers D. Power steering REAR A. Minimum 26,000 lbs. capacity B. Heavy duty springs, min.31,000 lb. rating,and heavy duty shock absorbers C. Ratio to maintain SS MPH road speed plus gradability (Min. Ratio 6.14) CAB TO AXLE: 120" CHASSIS: A. High strength low alloy steel B. Heavy duty factory reinforced frame - complete length C. Tilting fiberglass hood and fenders D. Tow hooks - front and rear, frame mounted E. Cone holder to be mounted on front of truck (not to interfere with the hood tilting or the flow of air through radiator) F. Fuel tank - single, mounted on right side with min. capacity of 60 gallons G. Exhaust - single horizontal mufflerand tailpipe (must have clear path for the PTO and Hydraulic pump) H. Rear mud flaps BRAKES; A. Full Air Brake system B. Internal S cam 4 wheel drum with automatic slack adjusters 0l.- 980 Page 27 TIRES/WHEELS: A. Min. 12R22.5 radial. tubeless. 16 ply. mixed service on/offroad application lira (same sine front/rear) B. Wheels and tires must be balanced C. All wheels will be disc type and painted white CAB; A. Heavy duty bucket seats (driver side air suspension type with seat back and Lumbar adjustment) with seat belts B. West coast mirrors (left and right sides) with min. 8" convex mirrors mounted below them, all mirrors to be aluminum or stainless steel C. Dual grab handles D. Dome light, head liner and sun -visors for both sides E. Dispatch case (glove box) F. Analog gauges for oil pressure. coolant temperature, transmission temperature, fuel and voltage. Must also have a hour meter G. Safety equipment: S lb. Fire extinguisher mounted in cab and triangle reflector kit H. Dual air horns 1. Darkest available factory window tint J. Factory installed AM/FM radio with dual speakers and clock K. Color - Manufacturer's standard White - ELECTRICAL: A. Dual 12 volt maintenance free batteries with minimum 1.300 Cold Cranking Amps B. 100 Amp alternator (minimum) C. Class A double face front directional lights with integral reflectors and marker lights D. Recessed stop, turn and tail -lights with integral reflectors E. Recessed back-up lights and minimum 90 db audible alarm F. Cab marker lights G. Fuse block with circuit breakers H. 2 speed electric windshield wipers w/intermittent setting &windshield washer I. Mounted Light Bar- Minimum S2" Street Hawk Model SH3203 Or Equal. (No holes in roof) Also must include Street Hawk Model SW200 control box "Or Equal" installed on dash (NO SCOTCH LOCKS) in accordance with following salient characteristics: Light Bar: A. Amber lens B. Weatherproof brackets (Gutter mount if possible) C. 4 Standard Rotators with 2 mirrors D. 2 Front and 2 Rear Flashing lights E. 2 Alley lights ; Control Box: 4 Switches separately control rotators, flashers& alley lights LUBE BED: A. Length - l6' (Not including bumper) B. Width - Not to exceed 8' C. Framing to be made with min. 6" long seats (C6x 13 lbs.) D. Side tails - Min. 4" (CUSA lbs.) E. Cross members - Min. 4" on 12" centers F. Secured to frame w/min. 8" U -bolts & six IR"x6" fiat ban to prevent shifting G. Fold down ladder on driver side for access to the bed area H. Rear bumper supported by [-beams tied into frame of truck. Top surface must be covered with expanded grating and to include cable step mounted on right side with grab handle on body. 1. Heavy duty undercoating 0,_ 080 • • Page 26 TOOL BOXES: A. Four boxes total, mounted under bed, e:acr placement determined &$er a+.wrd REAR REEL STORAGE: 1. Two will be min. IS" x IS* x 36" 2. Two will be min. 18" x IS" x 48" B. Constructed of 12114 gauge steel and powder coated for corrosion resistance C. Stainless steel folding T -latch handles, all boxes keyed dike A. Reel storage compartment to be min. 42" x 94" x 12" B. Access door to be aluminum roll up design with grab strap for closing C. Waste filter drain box min. 24" x 24" x 24" located inside compartment with quick disconnects for draining waste oil with waste oil reel D. Oil drip bar to hold control valves with drain plugs on each side, also wash out plugs located at both rear comers of reel compartment - LIGHTING: A. Min. of one light mounted inside reel compartment B. 4 weather proof lights mounted on top of tanks to cover truck sides do rear C. Recessed stop, turn and tail -lights with integral reflectors D. Recessed back-up lights and minimum 90 db audible alarm E. All wiring must be sealed and weather proof (No Scotchlocks) AIR COMPRESSOR: Saylor -Beale Model UL -743 Or Equal, in accordance with following salient characteristics: A. To be hydraulically driven with cast iron pump and have replaceable rod bearings B. Min. 23 ACFM with 173 PSI delivery C. Mounted on ASME 30 gal. tank TANKS, PUMPS AND REELS: A. All tanks made of min. 1/4" steel plate (except water tank) welded inside and outside, mounted to bed with 4" C4x5.4 channel B. All tanks must have sight gauges and lockable fill caps C. All tanks and reels must have tags indicating contents FUEL TANK: Min. 700 gal. with approximate dimensions 39" x 44" x 96" to include: A. Roper Fuel Pump Or Equal, in accordance with following salient characteristics: 1. Must be hydraulically driven 2. Min. 20 GPM 3. Built in pressure relief valve B. Hannay Model NS 18 -2S -26B Reel Or Equal, in accordance with following salient characteristics: 1. Reel spring must be enclosed in tamper proof housing 2. Drum to be roll formed steel with full length weld 3. Weight of reel drum supported by self -aligning bearings at each end 4. 50'x l" fuel hose assembly and I" automatic nozzle 01- 980 • Page 29 C. Fill -Rite Flow Meter Model 901 with appropriate filter Or Equal. in accordance with following salient characteristics: 1. Inlet/Outlet: 2. Flow Range: 3. Accuracy: 4. Meter Digit Indication: S. Totalizer Digit Indication: D. System must have an emergency shut off to 6 to 40 GPM +/- 2% minimum Up to 1,000 gallons in 1/10th increments (Resettable) Up to 1,000,000 gallons . OIL TANKS: Five 60 gallon oil tanks with approximate dimensions 15" x 24" x 39" to include: A. Five - Graco Model 203-876 Oil Pumps Or Equal, in accordance with following salient characteristics. 1.5:1 ratio min. powered by min. 3" air motor 2. Double acting design w/metal parts made of SST,- aluminum and/or chrome 3.Open exhaust port and a groundable connection B. Five - Hannay Model N716-19-201 Reels Or Equal, in accordance with following salient characteristics: I. Reel springs must be enclosed in a tamper proof housing 2. Drum to be roll formed steel with full length weld 3. Weight of reel supported by self -aligning bearings at each end 4. To include ball stops on 50'x l02" hose assemblies and non -drip nozzles WASTE OIL TANK: Waste oil tank with min. 190 gal, capacity with approximate dimensions 39" x 24" x 48" to include: A. Graco Model DB3525 Aluminum Waste Oil Pump Or Equal, in accordance with following salient characteristics: 1. Diaphragm design w/min. 1:1 ratio, fluid ports of 1.1/2", air inlet 1/I" 2. Max. free flow output of 90 GPI 3. Needs no air -line lubrication & valve serviceable w/o removing wet parts 4. Must include regulator. gauge and groundable connections S. Must include pressure relief valve and three-way reversing valve B. Hannay Model N816 -25-26B Reel Or Equal, in accordance with following salient characteristics: 1. Reel springs must be enclosed in a tamper proof housing 2. Drum to be formed steel with full length weld 3. Weight of reel drum supported by self aligning bearings at each end 4. 30'x I" suction hose with quick disconnect coupler GREASE PUMP: Grease pump with 120 lb. container to consist of: A. Graco Model 222.085 Grease Pump Or Equal. in accordance with following salient characteristics: 1. S0: I ratio min. powered by min. 3" air motor 2. Double acting design w/metal parts made of SST, aluminum and/or chrome 3. Open exhaust port and a groundable connection 4. Aust include drum cover and tic downs and be totally waterproof WATER TANK: • Page 30 B. Hannay Model NS 19-19-20JIM Reel Or Equal, in accordance with following saliaist cbmaeaaistia• 1. Reel springs must be enclosed in a tamper proof housing 2. Drum to be roil formed steel with full length weld 3. Weight of reel drum supported by self -aligning bearings at each end 4. 50' x 3/8" two -wire, high pressure hose assembly w/swivels do control valve Aluminum water tank with min. 30 gal. capacity w/approximate dimensions 12" x 24" x 24" to include hose fitting and gate valve at base PLACARDS: Four hazard placards located on all 4 sides of truck COLOR: Manufacturers standard White on body, tanks and toolboxes MANUALS: The contractor will provide 2 sets of manuals(or CD for each of following criteria: A. Wiring Diagrams/Schematics (Electrical & Hydraulic for truck do body system) B. Operators (Truck and Body System) C. Maintenance (Truck and Body System) D. Repair (Truck and Body System) E. Pars, including illustrations (Truck and Body System) F. Emissions Info/Repair (Truck) G. List any special tools, lubricants, or equipment (Truck and Body System) TRAINING: Four (4) days, minimum. of training at the closest Manufacturers' OEhI Training Facility or the P.B.C. Fleet Management Facility. W.P.B., Florida. The training shall include as a minimum the following: A. Driveability problems B. Onboard computer and electrical C. Brake System (including ABS) D. Diagnostic Procedures ; E. Fuel injection (including emissions) F. Fuel tank operation. maintenance and repair cit7 9*a , Page 31 SPECIFICATION FOR: 33,000 GVWR CAB do CHASSIS WITH 58FT BUCKET dt CHEPPER BODY SPEC FILE NUIOMER: 0311 LAST REVISED: 8/18/00 GENERAL: New current production 33,000 GV WRcab and chassis complete with chipper body and 58' hydraulic over - center aerial lift with fiber- glass bucket. This unit will be used for tree trimming by Airports Dept. and shalt be equipped with all standard equipment In accordance with.manufacturees latest literature ifnot specified below and must carry a full manufactumes warranty. ENGINE: A. Min. 215 HP diesel, turbo -charged, inter -cooled 6 cylinder B. Max. capacity heavy duty cooling system Sc radiator with overflow tank and extended life coolant C. Dry type air cleaner with restriction gauge D. Viscose fan and overflow tank E. Oil cooler F. Electronic fuel injection TRANSMISSION: Heavy duty automatic transmission, MD3060P Allison Or Equal. in accordance with following salient characteristics: A. Transmission must include the PTO drive gear B. S speed automatic AIR CONDITIONING: Factory installed CAB TO AXLE: 1201, AXLESISUSPENSION: FRONT A. Minimum 12,000 lbs. GAWK B. Heavy duty springs with a minimum 12,000 Ib. rating C. Heavy duty shock absorbers D. Power steering REAR A. Minimum 21;000 lbs. GAWK B. Heavy duty springs with a minimum 23.500 lb. rating C. Heavy duty shock absorbers ; D. Ratio to maintain SS MPH road speed plus gradability CHASSIS: A. High strength low alloy steel B. Heavy duty factory reinforced frame• complete length C. Combination pintle hitch with minimum 10,000 lbs. towing capacity and mounted to the flame at a height of 19" to 21" from the ground D. 6 prong trailer plug installed and wired per "Attachment A" NO SCOTCH LOCKS E. Tow hooks - front and rear F. Fuel tank - single, mounted on right side with min. capacity of 60 gallons G. Exhaust - single horizontal muffler and tailpipe (must have clear path for the PTO and hydraulic pump) H. Tilting fiberglass hood and fenders 1. Must include rear mud flaps BRAKES: A. Full Air Brake system B. Intemal S carts 4 wheel drum wlauto. slack adjusters - 980 • 0- Page 32 TMES/WIkELS: A. Min. t 1R22.S mdial.tubeless, 14 ply, Mixed service ontaff road application tiles (saute size awt/rew) B. Disc wheels (painted white) C. Wheels and tires must be -balanced CAB: A. Full width 3 man bench seat w/3 sets of seat belts B. Dome light and head liner C. Glove box and manual pouch behind drivers seat D. Sun -visors for both sides E. West coast mirrors (left and right sides) with min. 3" convex mirrorsmounted below them, all mirTors to be aluminum or stainless steel F. Dual grabhandles G. Dual air horns H. Factory installed AM/Fivl radio with clock 1. Analog gauges for oil pressure. coolant temperature, transmission temperature, fuel and voltage. Must also have a hour meter J. All safety equipment to meet DOT regulations (S lb. Fire extinguisher mounted in cab and triangular reflector kit) K. Heater and defroster L. Factory window tint M. Color . Dupont lmron International School Bus Yellow ELECTRICAL: A. Dual 12 volt m--intenance free batteries with min. lX0 Cold Cranking Amps B. 100 Amp alternator (minimum) C. Electric windshield wipers with intermittent mode D. Electric windshield washer E. Class A double face front directional lights with integral reflectors and marker lights F. Stop and tail -tights with integral reflectors G. Back-up lights and minimum 90 db alarm CHIPPER DUMP BODY: Fabricated from A-60 galvanneal coated steel. Following are minimums: A. 14 cu. yd. capacity with structural channel stringers do floor channel B. 12 gauge sides and front with full length die formed reinforcing ribs C. 13 gauge roof D. 10 gauge floor plate with 4 full length die formed reinforcing nibs E. Rear top and sides of body reinforced foj lower boom support F. 22" height tailgate hinged curbside w/provision to hold open for dumping G. 10 gauge rear under body skirt with brackets and chassis tail -lights H. Street side built-in ladder compartment 12" x 2$" with plastisol, roller and internal security chain I. Pole pruner compartment 11" height mounted above ladder compartment with rear locking door J. Wheel chock holder on each side, rear of axle, including 2 wheel chocks K. Flexible wheel flares L. Inter of chipper body finished with coal tar epoxy M. Undercoat entire underbody N. Cold galvanized coating of all welds HYDRAULICS: Following figures are minimum unless otherwise stated: A. Class C hydraulic hoist with 43 degree dump angle and body prop B. Dump valve control handle mounted on curb side C. Chipper body dump shut off valve mounted next to dump valve control D. Selector valve separating atrial unitloutrigger and dump body operation Page 33 COMPARTMEMS: Mounted between outrigger dt dump body. Following are minimums: THRU BOX: 48" Wx50"Hx93"L with 26" deep curb and street side set up as follows: Street Side: single compartment w/vertical lapped doors. Left side w2 fated shelves. Right side w/4 unequal transverse compamnents open to curbside do lined with I/2" pressure treated plywood. Chainsaw holder in bottom. -Outrigger pad and holder mounted under this compartment. Curb Side: single compartment w/vertical lapped doors. Left side w/4 unequal transverse compartments open to curbside do lined with 12" pressure treated plywood. Top center w.12 fixed shelves. Top right w/6 swivel rope hooks (3.0--3). Outrigger pad and holder mounted under'this compartment. Compartments to include: A. Double acting spring type door holders and rivet door paddle locks B. Inner lapped doors to have top do bottom latches with connecting chain C. Rain deflectors above and at leading edge of all doors D. Complete top to include all grip surface LIGHTING: Li-hts to be recessed in rubber Vommets and wiring in loom. NO SCOTCHLOCKS . 58' AERIAL UNIT: To be insulated, over -center unit raced at 46KV and mounted behind cab. Powder coat paint process to be used on all components. PLATFORM: Minimum 58' from ground to the bottom of the bucket and 63' working height PEDESTAL: Minimum 16" x 12" wall steel tube welded into a fabricated steel sub -base. Minimum rotation bearing support ring thickness of 1-518" BOOM STOW: Booms to be stowed side by side, boom rest mounted top rear of dump body LOWER BOOM: A. Steel tube assembly, min,0.125 degree elevation B. Filament wound fiberglass insert providing a 15" insulation section C. Lifting eye with load capacity chart UPPER BOOM: A. Round filament wound fiberglass boom assembly B. Min. 270 degrees articulation C. Boom cylinders must be equipped with integral holding valves to lock boom in place in the event of hydraulic line failure or loss of power BUCKET: A. Capacity- minimum 400 pounds in all positions B. Bucket size 24" x 24" x 39" molded fiberglass C. Leveling system, insulated mechanical parallelogram system maintains bucket level at all positions D. Located in front on curb side when boom is stowed E. Tilt system - mechanical pin type F. Bucket Cover. Soft foam cover to create a domed effect for max. water run off, Black with lanyard G. 50kV liner and liner floor (scuff pad) with safety tread H. Chain saw holder and pruner holder, fiberglass, to mount on bucket �iI 98C Page 34 HYDRAULIC SYSTEM: A. Piston type pump, min. S GPM delivered at 3,000 PSI B. 24 gallon reservoir minimum with fluid level indicator C. s way open center spool valve to allow two functions simultaneously D. 10 micron return line filter Iocated at reservoir E. Shut-off valve at return filter F. Vacuum flashover protection required by ANSI A92.2 G. PTO hour meter CONTROLS: A. Single lever located at the bucket and override controls located at pedestal for full control from either location B. Controls spring centered for failsafe operation TOOL OUTLET: A. Outlet for hydraulic tools with complete booster set-up installed at platform B. Tool system set up at 5-6 GPM at 2000 PSI C. Open center system D. Outlets include Bruning HTMA quick connect couplings THROTTLE: Automatically actuated by hydraulic system to control truck engine speed ROTATION: Continuous rotation designed to rotate maximum payload at full extension OUTRIGGERS: 1 set equipped w/dual pilot -operated check valves on each cylinder A. Mounted behind cab B. Outrig-er-boom interlock, hydraulic C. Outrigger motion alarm, back pressure type D. Controls on both sides within view of outrigger being operated EMERGENCY OPERATING START/STOP SYSTEM: To be'operated from bucket and pedestal A. 12 Volt DC powered from chassis battery to include pump an d motor FALL ARREST SYSTEM: Extra large body harness and 6' decelerating type lanyard CAB GUARD: To cover entire cab area %Vith solid all grip aluminum coated steel floor above cab and windshield, aluminum coated expanded metal over hood and rear window area. Must include cab guard access ladder and steps for access to bucket COLOR Primed and painted to match cab w/Dupont [aeon International School Bus Yellow STROBE LIGHTS: A. Two strobe lights with guards, WHELAN Model MSS460D Or Equal, in accordance with following salient characteristics: A. Output: 30 Watt minimum B. Diameter: 7" minimum C. Base: Aluminum D. Lens: Amber (With lens guard) E. Controls: Dash mounted F. Mounting: Two lights mounted on top rear of body visible f1mm min. 13' behind truck. One light mounted under cab guard at front, street side ALL GREASE FITTINGS MUST BE EQUIPPED WITH PLASTIC CAPS AND ALL HYDRAULIC TEST PORTS MUST HAVE QUICK COUPLER CONNECTIONS. TRUCK TO INCLUDE i GALLON WATER CASKET AND HOLDER. EXACT PLACEMENTS AND COYFICUPLATIONS WILL BE VERIFIED AFTER AWARD IN PRE -BUILD i`IEETING. Page 35 PARTS/MANUALS: A. A supply of replacement pacts for this vehicle must be guaranteed by the Manufacturer for a ten-year period from date of purchase. B. The Contractor will provide manuals as specified below: 1.2 Wiring Diagrams (Truck and Aerial Unit) 2.2 Operators Manuals (Truck and Aerial Unit) 3.2 Maintenance Manuals (Truck and Aerial Unit) 4.2 Repair Manuals C[ruck and Aerial Unit) S. 2 Emissions Repair Manuals 6.2 Parts Manuals (Truck and Repair Unit) C. List of any special tools, equipmen% or lubricants will also be provided TRAINING: Four (4) days. minimum, of training at the closest Manufacturers' OEM Training Facility or the P.B.C. Fleet Management Facility, W.P.B., Florida. The training shall include as a minimum the following: A. Driveability problems (including emissions) B. Onboard computers and electrical C. Brake system (including ABS) D. Diagnostic procedures E. Aerial Unit operator and maintenance training i o - 980 Page 36 I RESPONSE R,#01.001/PP MEDIUMMEAVY DUTY TRUCKS WITH SPECIAL BODIES ITEMUN NO. DESCRIPTION QTY UNIT . IT PRICE TOTAL OFFER F.O.B. DEST. 1. 14,500 GVWR CAB do CHASSIS W/14FT FREIGHT BODY AND LIFTGATE, AS PER SPEC #0021 NIAKE/YEAR: MODEL: ENGINE: 3 EACH S S TRANSMISSION: LIFTGATE OFFERED: MODEL NUMBER: DELIVERY DAYS A.R.O. 2. 33,000 GV WR CAB do CHASSIS W/l2FT STAKE BODY AND CRANE, AS PER SPEC 00050, TO INCLUDE THE FOLLOWING OPTIONS: REFER TO SPECIFICATION #0050 FOR DETAILS OF LISTED OPTIONS. i EACH S_,_.�i t OPTION I - MOUNTED LIGHT BAR OPTION 2 - STEEL BODY IN PLACE OF ALUMINUM MAKE/MR: MODEL: ENGINE: TRANSMISSION: LIGHT DUTY CRANE OFFERED: MODEL OFFERED: LIGHTBAR OFFERED: MODEL OFFERED: DELIVERY DAYS A.R.O. i • Page 37 1 BID RESPONSE BID 001MIO P MEDIUMMEAVY DUTY TRUCKS WITH SPECIAL BODIES ITEM NO. DESCRIPTION QTY UNIT UNIT PRICE TOTAL OFFER F.O.B. DEST. 3. 56,000 G V WR TANDEM AXLE, 12 YARD DUMP TRUCK, AS PER SPEC #0056, TO NCLUDE THE FOLLOWING OPTIONS: . REFER TO SPECIFICATION #0056 FOR DETAILS OF LISTED OPTIONS. I EACH Ste,_ S OPTION I - FULLER OR ROAD RANGER TRANSMISSION OPTION 2 - STEEL BODY IN PLACE OF ALUMINUM MAKEIYEAR: MODEL: ENGINE: TRANSMISSION: HOIST OFFERED: MODEL OFFERED: DELIVERY DAYS A.R.O. 4. 56,000 GVWR TANDEM AXLE, 12 YARD DUMP TRUCK, AS PER SPEC 00056, TO INCLUDE THE FOLLOWING OPTIONS: REFER TO SPECIFICATION #0056 FOR DETAILS OF LISTED OPTIONS. I EACH OPTION 2 - STEEL BODY IN PLACE OF ALUMINUM MAKE/YEAR: MODEL: ENGINE: TRANSMISSION: HOIST OFFERED: MODEL OFFERED: DELIVERY DAYS A.R.O. 01- 980 am RNEQNSE Page 38 - MEDIUMMEAVY DUTY TRUCKS WITH SPECIAL BODIES ITEM UNIT TOTAL OFFER NO. • DESCRIPTION QTY UNIT PRICE F.O.H. DEST. S. 56,000 GVWR TANDEM AXLE, 12 YARD DUMP TRUCK AS PER SPEC #005656 MAKE/YEAR. MODEL: ENGINE: TRANSMISSION: 2 EACH S S HOIST OFFERED: MODEL OFFERED: DELIVERY DAYS A.R.O. 6. 23,000 GVWR CAH do CHASSIS W/S YARD TRUCK, AS PER SPEC 80057 MAKE/YEAR: MODEL: ENGINE: TRANSMISSION: 2 EACH S 5 HOIST OFFERED: r MODEL OFFERED: ' DELIVERY DAYS A.R.O.ul - Page 39 RM RESPONSE Bm 001-001/PP MEDIUM/HEAVY DUTY TRUCKS WITH SPECIAL BODIES ITEM NO. DESCRIPTION QTY UNIT UNIT PRICE TOTAL OFFER F.O.H. DEST. 7. 38.000 GVWR LUBE/FUEL TRUCK. AS PER SPEC #0070 hIAKF-YEAR: MODEL: ENGINE: TRANSMISSION: 1 EACA $�,.� $ Alit COMPRESSOR OFFERED: MODEL OFFERED: FUEL PUMP OFFERED: MODEL OFFERED: FUEL REEL OFFERED: MODEL OFFERED: OIL PUMP OFFERED: MODEL OFFERED: i OIL REEL OFFERED: MODEL OFFERED: WASTE OIL PUMP OFFERED: MODEL OFFERED: r WASTE OIL REEL OFFERED: MODEL OFFERED: GREASE PUMP OFFERED: MODEL OFFERED: GREASE REEL OFFERED: MODEL OFFERED: DELIVERY DAYS A.R.O. 01- 980 Page 40 BID RESPONSE BID 00140IME MEDIUM/HEAVY DUTY TRUCKS WITH SPECIAL BODIES ITEM NO. DESCRIPTION QTY UNIT UNIT PRICE TOTAL OFFER F.O.B. DEST. 8. 33,000 GV WR CAB & CHASSIS WITH PRIM' NAME: *SIGNATURE: PRM TrrLE: 58FT BUCKET AND CHIPPER BODY, AS Zlp: E41AIL: PER SPEC 0031 L. FAX 0. APPLICABLE LICENSE(S) MAKE/YEAR: FED ID R / SS # NUMBER/TYPE MODEL: ENGINE: 1 EACH S S TRANSMISSION: AERIAL UNIT OFFERED: MODEL OFFERED: STROBE LIGHT OFFERED: MODEL OFFERED: DELIVERY DAYS A.R.O. IS INFORINIATION AND DESCRIPTIVE LITERATURE INCLUDED, PER TERM AND CONDITION # 2—? YES - FOR ADDITIONAL EQUIPMENT, WHEN OFFERING AN "OR EQUAL", IS INFORMATION AND DESCRIPTIVE LITERATURE INCLUDED, PER TERM AND CONDITION N 2Q-? YES oj1 980 * PLEASE AFFIX SIGNATURE WHERE INDICATED (FAILURE TO DO SO SHALL RESULT IN THE REJECTION OF YOUR BID) FIRM NAME: DATE: PRIM' NAME: *SIGNATURE: PRM TrrLE: ADDRESS: Zlp: E41AIL: TELEPHONE M: ( ) FAX 0. APPLICABLE LICENSE(S) #TYPE # TYPE FED ID R / SS # NUMBER/TYPE oj1 980 SERVICE AND PARTS EO BID M-0011PP MEDIUMlHEAVYDUTY TRUCKS WITH SPECIAL BODIES (Refer to Bid Term and Condition #7 - Qualification of Bidders) A. Location of nearest technical service representative to County. Name: - Address: Telephone: Contact person: B. Location of nearest parts distribution center to County. Name: Address: Telephone: Contact person: PLEASE' COMPLETE THE FOLLOWING Vendor Name: Signature: Print Name: Title: Page 41 BID #01-001/PP MEDIUMNEAVYDUTY TRUCKS WITHSPECIAL BODIES (Refer to Bid Term and Condition 014 - Order and Order Acknowledgment) Peter Patane, Buyer Board of -County Commissioners Palm Beach County Purchasing Department 30 South Military Trail Suite 110 West Palm Beach, Florida 33415 Page 4 2 Your Purchase Order dumber was received on Yn accordance with Palm Beach County Bid Number the order was placed with the factory on and assigned Production Number . We anticipate delivery to your agency on or about Please reference the above production number when making inquiries about your order. Dealers Name: Address: City: State: �.. Signature: Date: Comments: ;.f.� - 980 Page 43 ATTACHMENT "A" BID 1101-001/PP JVfEDIUiMWEAVYDUTYTRUCKS N?THSPECIAL BODIES WIRING CODE AND TRAILER CONNECTION MARKINGS (TO CONFORM TO S.A.E., A.T.A., AND CANADIAN STANDARDS ASSOCIATION RECOMMENDATIONS) FOR 6 -POLE TRAILER CONNECTIONS LANIP AND SIGNAL CIRCUITS WIRE CODE 0 IDENTIFICATION COLOR MART [NGS GROUND RETURN TO TONVING WHITE 1 GD VEHICLE TAIL LAMP, 3 -BAR MARKER LAMPS & OTHER CLEARANCE BROWN 2 TM OR MARKER LAMPS (OTHER THAN ICC REQUIRED) LEFT -TURN DIRECTIONAL SIGNAL & DISABILITY SIGNAL YELLOW 3 LT TRAILER BRAKE -A -WAY RED 4 S BATTERY CHARGER .RIGHT -TURN DIRECTIONAL SIGNAL & DISABILITY SIGNAL GREEN 5 RT ELECTRIC TRAILER BRAKE OR BLACK OR AUXILIARY CIRCUITS DARK BLUE, USE BLUE 6 A IF AVAILABLE 61- Jso Page 44 �wTEMilf o>F No lsm RM #01.001/PP 14EDIUMMAVY DUTY TRUCKS VYITH SPECIAL BODIES If you are not bidding on this service/commodity, please complete and return this form to: Patin Beach County Purcbasing Depament, SO South Military Trail, Suite 110, West Palm Beach, FL 3341 S. Failure to respond may result in deletion of vendoe's name from the qualified biddee's list for the County of Palm Beach. COMPANY NAME: ADDRESS: TELEPHONE: SIGNATURE: ' DATE: WE, the undersigned have declined to bid on your Bid No. for because of the following reason(s): Service/Commodity Specifications too "tight", i.e., geared toward brand or manufacturer only (explain below) Insuf lcient time to respond to the invitation for Bid We do not offer this product or an equivalent Our product schedule would not permit us to perform Unable to meet specifications Unable to meet bond requirements Specifications unclear (explain below) Other (specify below) REMARKS: C� • DRUG-FREE WORKPLACE CERTIFICATION BID # 01-001/PP MEDIUM/HEAVY DUTY TRUCKS WITH SPECIAL BODIES Page 45 IDENTICAL TIE BIDS/PROPOSALS - In accordance with Section 287.087, F.S., a preference will be given to vendors submitting with their bids/proposals the followingcertirication that they have implemented a Brig -free workplace program which meets the requirements of Section 287.087; provided, however, that any preference given pursuant to Section 287.087, shall be made in conformity with the requirements pursuant to the M/WBE sections of the Palm Beach County Code, sections 2-71. through 2-80.I3. In the event tie bids are received from vendors who have not submitted with their bids/proposals a completed Drug -Free Workplace Certification form, the award will be made in accordance with Palm Beach County's purchasing procedures pertaining to tie bids. This Drug -Free Workplace Certification form must be executed and returned with the attached bid/proposal, and received on or before time of bid opening to be considered. The failure to execute and/or return this tertificat'ton shall not cause any bid/proposal to be deemed non-responsive. - Whenever two (2) or more bids/proposals which are equal with respect to price, quality, and service are received by Palm Beach County for the procurement of commodities or contractual services, a bidiproposal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. In order to have a drug-free workplace program, a business shall: (1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controller substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of sucl prohibition. (2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, an; available drug counseling. rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employee for drug abuse violations. (3) Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specific in number (1). (4) In thestatement specified in number(l), notify the employees thatasa condition of workingon thecommodities or contractual service that are under bid. the employee will abide by the terms of the statement and will notify the employer of any conviction of. or plea o guilty or nolo contendere to. any violation of Chapter 893, Florida Statutes, or of any controlled substance law of the United State or any state, for a violation occurring in the workplace no later than five (5) days titer such conviction. (5 , Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is availabl In the employee's community. by any employee who to so convicted. (6) Make a good faith effort to continue to maintain a drug -fres workplace through implementation Section 237.057, Florida Statutes THIS CERTIFICATION is submitted by the (Individual's Name) of (rlde/Position with CompanyNendor) (Name of Company/Vendor) who does hereby certify that said Company/Vendor has implemented a drug-free workplace program which meets the requirements of Section 287.087, Florida Statutes, which are Identified in numbers (1) through (6) above. Signature Date oi— 960 ca O r11O-Ila'1' NMNF: NAW OF PRIME BIDDER: cow. yr rBRSOIV: 11111 DATE% SCNEDULEI LIST OF PROPOSED M/WBE SURCONTRACTORS 11110JU7 NO: rI tONl: NO• FAN NO: DrrAk"IEW. ............••••.•••••••&sees ••••••••a••UHH••N•NNH••a•.•L••M••1•••N11N••••.•ads ••i•••••see •••N••••Asa ••a••a••aaa•a••Goa ••••••►•• asees ••••• ad, • N••Nseats&&• Namr,Addrnfand Type orworlilrelit Subcontract Anniont Phone NunabrrofMAVDE rcrforrned Black 1111paaic Whines Other{rleastg1welfy) ...... ........•......•.••.......•.. sea ads see ..•.. see • sea •..••a•aa•••.6...•...0..•a.a•.a..•aaa•.a•...•Sao aa•sees sea, asa•ease ..a...•.•a•a••a•as* ••6 a a a.. a•••a•sees sea a••a•a* Page 46 9 f S S S S $ S S $ S S S 2. S S S S S S S f • (ritese use additional abttb if eeeemry) TOTAI.: S S S S Total 111d i'rlre f Totrl Value of I►IAYBE I•ardelpAilom S NOTT::'t'be smosaftlizird am This fairon most besvpported by Hir Subcomirstiors piricn Included on Schedule I in order tube coupled lawof d goal atlefluncol. COALS STATE DIN THE DID REQUIREMENTS ARI': MINIMUMS AND NO ROUNDING WILL, BE ACCEPTED. SCHEDULE2 0 LEITER OF WTEYT TO PERFORM AS A MiWBE SUBCOIti'TRACTOR PROJECT NO. PROJECT NAME: TO: Game of Prime Bidder) The undersigned is certified by Palm Beach County as a (check one): Ba3e 49 Black Business Enterprise Hispanic Business Enterprise Women Business Enterprise Other (Please Specify) Date of Palm Beach County Certification: The undersigned is prepared to perform the following described work in connection with the above project (Spec in detail particular work items or parts thereof to be performed): at the following price: S , and will enter into a formal agreement for (Subcontractor's quote) work with you conditioned upon your execution of a contract with Palm Beach County. If undersigned intends to sub -subcontract any portion of this subcontract to a non -minority subcontractor supplier, the amount of any such subcontract must be stated: S The. undersigned subcontractor understands that the provision of this form to prime bidder does not prove subontractor from providing quotations to other bidders. (Print name of Ni/WBE Subcontractor) By: (Signature) (Print name/title of person executing on behalf of ivi/WBE Subcontractor) Date: 61- 980 i 01- 980 Vieux, Norma From: Morelli, Miriam Y. Sent: Tuesday, April 10, 20015:17 PM To: To: Brown, Charlie Vieux, Norma Subject: 2820 NW 4 Terrace Jose Fulggueira (for Comm. Regalado) reported a request for tree trimming at 2820 NW 4 Terrace by Mrs. Torres (phone # 649-2820) i 01- 980 r Brown, Charlie From: Morelli, Miriam Y. Sent: Wednesday, April 11, 20019:23 AM To: Brown, Charlie Cc: Vieux, Norma; Jackson, John H. Subject: SW 5 St. & SW 15 Avenue - Tree trimming Impot once: High TICKLER #5256 Mrs. Tomasa Alonso of 444 SW 15 Avenue - 305-643-3952 - advises that during a recent community meeting at the Artime Center, Comm. Regalado promised that by April 26 we would trim two trees at the Intersection of SW 5 Street and SW 15 Avenue (one is directly in front of 500 SW 15 Avenue). Can we? 1 01- 980 ITEM: DEPARTMENT: TYPE OF PURCHASE: • • AWARD UNDER PALM BEACH C-QU M ELQRIDA BID NO. Q1-001 /PP One ('1) Aerial Bucket Truck GSA Contract REASON: The Department of GSA has a need for One (l) Aerial Bucket Truck to be utilized by the Department of Public Works to be used for trimming of trees in the public right- of-way. RECOMMENDATION: Approval is recommended for the procurement of one (1) Aerial Bucket Truck, 33000 GVWR Cab and Chassis with 58ft. bucket and Chipper Body from Palm Peterbilt GMC Trucks, Inc. under existing Palm Beach County, Florida Bid No. 01-001/PP, for the Department of General Services Administration to be utilized by the Department of Public Works, for an amount not to exceed $100,066; allocating funds therefore from Capital Improvement Project No. 311702.429401.6.840. Direct r of Pur/cacing (_ & Date AWARDPALMBLACHCOUNTYChairs 980