Loading...
HomeMy WebLinkAboutAgenda Report - May 21, 1997 (52)• CITY OF LODI COUNCIL COMMUNICATION AGENDA TITLE: Specifications and Advertisement for Bids for (1) One Covered Truck Service Body MEETING DATE: May 21, 1997 SUBMITTED BY: Electric Utility Director RECOMMENDED ACTION: That the City Council approve the specifications for (1) one covered truck service body and authorize advertising for bids to be received June 4,1997. BACKGROUND: Funds to purchase (1) one covered truck service body for the Electric Utility Department (EUD) were approved and budgeted in the 1995-97 Electric Utility Replacement Fund. The new covered truck service body will replace one that is worn out; metal stress cracks and weld failures appear throughout the body. Cabinet door hinges and latches are worn or damaged and the doors are twisted from attempted break-ins or vandalism. The condition of the truck body results in leaks into all compartments during the rainy season, which in turn causes damage to tools, test apparatus and equipment carried on this first line trouble response vehicle, a very inefficient and costly mode of operation. Several repairs to stop the leaking have failed. Proceeding at this time will allow this covered truck service body to be placed in service prior to the normally expected storm season. Authorization is also requested to dispose of the old covered truck service body. FUNDING: Originally Budgeted Budgeted Fund Budgeted Amount Bid Opening Date 1995-97 16.0-680 $12,000.00 June 4, 1997 Alan N. Vallow Electric Utility Director Prepared by Carl Lindstrom, Electric Utility Superintendent ANVICUIt c: City Attorney .pproved i May 8, 1997 CITY OF LODI ELECTRIC UTILITY DEPARTMENT SPECIFICATIONS FOR ONE (1) TRUCK SERVICE BODY SET No. HAUSERIAOMINISPECSITRUCKBOY April 22, 1997 TABLE OF CONTENTS SECTION 1 NOTICE INVITING BIDS........... 1.1 ....................... SECTION 2 INFORMATION TO BIDDERS .............................. 2.1 SECTION 3 BID PROPOSAL ..................... . ................... 3.1 SECTION 4 SPECIFICATIONS ..... . ............. ................. 4.1 H WSEMAOMIMSPEMTRUCKBOY April 22, 1997 SECTION 1 NOTICE INVITING BIDS CITY OF LODI, CALIFORNIA The City of Lodi hereby invites sealed proposal for furnishing and installing One (1) Covered Truck Service Body in accordance with this notice and specifications on file and available from the City of Lodi, electric Utility Department, Municipal Service Center, 1331 South Ham Lane, Lodi, CA 95242. No bid will be considered unless it is submitted on a proposal form provided by the City of Lodi. Said sealed proposals shall be delivered to the Purchasing Officer, City of Lodi, 212 West Pine Street, Lodi, CA 95240 or, Post Office Box 3006, Lodi, CA 95241, at or before June 4, 1997 at 11:00 A.M. and will be publicly opened and read at that time at the Finance Department, City Hall Annex Conference Room, City Hall, 212 West Pine Street, Lodi, California. The City of Lodi reserves the right to reject any or all bids, to waive any informality in any bid, to accept other than the lowest bid, or not to award the bid. Reference is hereby made to said specifications for further details, which specifications and this notice shall be considered part of any contract made pursuant thereto. CITY OF LODI Joel E. Harris Purchasing Office H \USEMA0MIMSPECS\TRUCK3DY 1.1 April 22, 1997 SECTION 2 INFORMATION TO BIDDERS BID OPENING - A. The Purchasing Officer will receive sealed bids at Lodi City Hall Annex, Finance Department, 212 West Pine Street, Lodi, California, 95240, until the time for opening bids as noted in the "Notice Inviting Bids". Bidders or their authorized representatives are invited to be present. B. The proposal shall be submitted as directed in the "Notice Inviting Bids" under sealed cover, plainly marked as a proposal and identifying the equipment to which the proposal relates and the date of the bid opening therefor. Proposals which are not properly marked may be disregarded. Only proposals actually received by the Purchasing Officer by the time set for the bid opening will be accepted. PROPOSALFORM Prospective bidders are furnished with one proposal form included in the specifications. A. The proposal must be signed with the full name and address of the bidder, by an authorized representative of the company. B. The purchaser reserves the right to accept other than the lowest bid or to reject any or all bids. BIDDERS RESPONSIBILITY FOR SUBCONTRACTORS Bidder shall be fully responsible for all work of subcontractors, and shall be liable for any failure or omissions to comply with the specifications for this equipment. REJECTION OF PROPOSALS Bids may be rejected if they show any alterations of proposal form, additions not called for, or alternative bids not properly documented. Bids proposing equipment with which the City has no prior in-service experience may be rejected. Erasures or irregularities of any kind may also be cause for rejection. AWARD OF BID A. The award of the bid, if it be awarded, will be to the lowest responsible bidder whose bid proposal complies with all the requirements described herein. B. In evaluating the bids and determining lowest total to the City, the City will consider the Sales Tax Credit in the amount of one percent (I%) of the purchase price of the equipment, which is rebated to the City of Lodi when such purchase is consummated at the retailer's place of business and such business: 1. Is located within the City of Lodi; H WSEWADMIMSPECSITRUCKBOY 2.1 April 22, 1997 SECTION 2 INFORMATION TO BIDDERS 2. Is licensed by the California State Board of Equalization to collect sales tax at the local place of business; 3. Maintains a valid City of Lodi Business License. C. Where alternative bids are received, the City Council reserves the right to select the bid most advantageous to the City. The award, if made, will be made within thirty days after opening of the bids. D. In case of tie bids, consideration will given to bids as described in "Award of Bid", paragraph B, above. If that section does not apply to resolution of the tie, the tie will be broken by a coin toss, conducted by the City Purchasing Officer. Tie bidders will be notified and may be present. DELIVERY Delivery time will be part of the bid evaluation, and delivery time shall be clearly indicated on the proposal. Delivery is required not more than 90 calendar days following award of bid to the Municipal Service Center, 1331 South Ham Lane, Lodi, California 95242. Delivery shall be made only during normal delivery hours, 8:00 a.m. - 4:00 p.m,, Monday through Friday. PRICES All quoted prices shall be current and firm for at least thirty days after date of bid opening. Prices to be F.O.B. Lodi, California. SALES AND USE TAXES All quotations submitted shall include 7.75% California Sales Tax. PAYMENTS A. Invoices shall indicate sales tax as a separate item apart from the cost of F.O.B. point of delivery. Purchaser's item description and order number shall appear on all invoices. All invoices shall be rendered in duplicate. B. Full payment by the purchaser shall not release supplier of his responsibility to fully carry out his bid obligations nor be construed by supplier as acceptance of the work hereunder by purchaser. GUARANTEES A. In addition to any or all guarantees mentioned elsewhere herein, the supplier shall replace entirely at his own expense, including freight, any faulty equipment, within a period of at least one year after the equipment has been accepted by the purchaser. N:IUSERIADMIN\SPECSITRUCKBDY 2.2 April 22, 1997 SECTION 2 INFORMATION TO BIDDERS PURCHASES This transaction will be covered by the City of Lodi purchase order, and all terms included in Information to Bidders, Proposal and Specifications will be binding. DOCUMENTATION Bidders shall submit, with their bid, complete performance specifications, including dimensions and ratings of the equipment they propose to furnish. Failure to supply adequate information may cause for rejection of the bid. H. IUSERIADMIMSPEMTRUCKSDY 2.3 April 22, 1997 SECTION 3 BID PROPOSAL CITY OF LODI, CALIFORNIA TO: The Lodi City Council Lodi City Hall Annex 212 West Pine Street P.O. Box 3006 Lodi CA 95241-1910 The undersigned, as bidder, declares to have carefully examined the Notice Inviting Bids, Information to Bidders and Specifications filed for furnishing and delivering this equipment, and agrees to be fully informed regarding all of the conditions affecting the equipment to be furnished for the completion of the order, and that the information was secured by personal investigation and research and not from any estimate of a City engineer; and that no claim will be made against the City by reason of estimates, test or representations of any officer or agent of the City; and proposes and agrees if the proposal be accepted, to furnish the City of Lodi the necessary equipment specified in the bid, in the manner and time therein set forth. It has been noted the City of Lodi reserves the right to accept all or part of this bid, to reject any or all bids, or to accept other than the lowest bid. The item listed below is to be in accordance with the City of Lodi specifications attached hereto. The bidder will submit a detailed list of any and all exceptions taken to these specifications by either listing those exceptions in the space provided on the said specifications attached or, when such space is inadequate, by listing those exceptions on a separate paper by item in the same order of the City's specifications. In the absence of such a list, it will be understood that the bidder's proposal is based on strict conformance to the specifications in all respects. If exceptions are taken, they will be cleared before the award is made. If awarded the bid, the undersigned agrees to furnish and deliver the equipment described in the specifications and to take in full payment therefor the following unit and total prices, to -wit: HAUSEMAOMINISPECS%TRUCKBOY 3.1 April 22, 1997 SECTION 3 BID PROPOSAL The undersigned declares that the specifications have been carefully examined for one (1) Covered Truck Service Body. The undersigned further agrees to be responsible for the work of its subcontractors. One (1) Covered Truck Service Body $ 7.75% Sales Tax Removal and disposal of existing covered truck body. $ TOTAL AMOUNT OF BID Estimated delivery date Sate period of full warranty (calendar days) It is understood and agreed that if this Proposal is accepted, the Total price quoted above is inclusive of sales tax, or similar tax now imposed by Federal, State, or other governmental agency upon the equipment specified. The undersigned has checked carefully all the above figures and understands that the City and its officers and employees will not be responsible for any errors or omissions on the part of the undersigned in completing this bid. The undersigned, as bidder, hereby declares that the only persons or firms interested in the proposal as principal or principals is or are named herein and that no persons or firms other than herein mentioned have any interest in this proposal, that this proposal is made without connection with any other person, company or parties making a bid or proposal; and that it is in all respects fair and in good faith, without collusion or fraud. This bid may be withdrawn by the written request of an authorized representative of the bidding company at any time prior to the scheduled time for the opening of bids or prior to any authorized postponement thereof. HAUSERVAOMINWECSITRUCKBDY 3.2 April 22, 1997 SECTION 3 BID PROPOSAL The undersigned hereby designates as the office to which such notice of acceptance may be mailed or delivered: NAME OF COMPANY DATE BY (print name) ADDRESS CITY, STATE, ZIP PHONE NUMBER AUTHORIZED SIGNATURE TITLE HWSEMADMIMSPEMTRUCK8DY 3.3 - April 22, 1997 COVERED TRUCK SERVICE BODY GENERAL DESCRIPTION SECTION 4 SPECIFICATIONS It is the intention of the following specifications to describe a covered truck service body. The covered truck service body shall meet or exceed the following detailed specifications. INSTALLATION Body shall be a Diamond Model 19-38-108 CT B49 Super Structure Type utility body or equal for mounting on a 1991 Dodge Ram 350 Cummins Turbo Diesel with a 60 inch cab - to -axle dimensions and accommodating dual rear tires. The under body structure to consist of front, center and rear cross members and shall be constructed from heavy-duty steel channels. The body shall have a minimum of sis points of contact to the truck frame. The body is to be bolted to the frame, not welded. III. BODY A. Body shall be a Diamond Model 19-38-108 CT 1349 Super Structure Type utility body or equal. Flat top, square corners with full length drip well. B. The body shall be approximately 108" in length, 87" in width and 73 1/2" in height. C. The load space shall be approximately 108" in length, 49" in width and 60" in height. D. The open load space shall be approximately 183-75 cubic feet. E. The body panels and doors shall be constructed of galvanized steel with prime paint utilizing seamless die -stamped body construction. Body panels to be 16 -gauge steel. Body doors and compartment doors to be 18 -gauge galvanized steel, dividers shall be 16 -gauge galvanized steel and the floor shall be 12 -gauge, 4 -way diamond plate. F. All body door latches shall be three-point cam action with recessed chromed T - Handle twist lock with locks keyed alike. The compartment doors shall be group lockable utilizing a bar lock arrangement for all doors on each side of the body. The bar lock shall be padlockable and operable from the rear of the body, one each side. G. There shall be two interior dome lights; one light shall be mounted halfway between the middle line and the front of body and one light shall be mounted halfway between the middle line and the back of the body. There shall be two switches (three-way type); one mounted on the dashboard and one mounted on the rear, right inside wall, halfway between the floor and top. H. Body floor shall be finished and covered with a permanently mounted rubber mat. All lighting shall meet Federal Standard 108 for a vehicle over 80" wide. There shall be two amber strobe lights "STI Trip" mounted front, top of canopy, one streetside, one curbside. Each light to be equipped with a protective cage. Control H:\USE R\AO MINISPECSITRUCKBOY 4.1 April 22, 1997 SECTION 4 COVERED TRUCK SERVICE BODY SPECIFICATIONS switch to be located in cab on dashboard. A flashing amber warning light mounted on the dash, operating when outside warning lights are on, shall be supplied. K. Body is to have a recessed type bumper made of formed 4" channel with rounded corners with a 6" step and 6" plate. Bumper shall be mounted to the chassis frame. L. Compartments Left side body: Exterior street side (Note: all compartment dimensions are given as width, height and depth). a) Left front vertical compartment shall be approximately 34" wide x 38" high x 19" deep. There shall be six, 3" high heavy duty pull-out drawers with dividers every 4", mounted high. Each drawer to have two each, finger latches to hold drawer in locked position. Top two drawers to be full width. Bottom four drawers to be half the compartment width. The compartment to be divided in half by a center partition. b) Left horizontal compartment shall be approximately 48" wide x 181/" high x 19" deep. There shall be one, 3" high heavy duty pull out drawer with dividers every 4" mounted high, with two finger latches to hold drawer in locked position. Drawer shall be full width of compartment. C) Left rear vertical compartment shall be approximately 26" wide x 38" high x 19" deep. No drawers. There shall be five "J" hooks mounted, mounted high. Three mounted on the wrapped side, one mounted on partition and one mounted on end panel. "J" hooks are to be a minimum of 6" long with an opening of 4". 2. Right Side Body Exterior Curbside a) Ri ht front vertical compartment shall be approximately 34" wide x 38" high x 19" deep. There shall be six, 3" high heavy duty pull-out drawers with dividers every four inches, mounted high. Each drawer to have two each, finger latches to hold drawer in locked position. Top two drawers to be full width. Bottom four drawers to be half the compartment width. The compartment to be divided in half by a center partition. b) Right horizontal compartment shall be approximately 48" wide x 181/2 " high x 19"deep. There shall be one, 3" high heavy duty pull- out drawer with dividers every four inches, mounted high, with two finger latches to hold drawer in locked position. Drawer shall be full width of compartment. C) Right rear vertical compartment shall be approximately 26" wide x 38" x 19" deep. No drawers. There shall be five "J" hooks mounted, mounted high. Three mounted on the wrapped side, one mounted H MSERIADMMISPECSITRUCKBDY 4.2 April 22, 1997 COVERED TRUCK SERVICE BODY VAr SECTION 4 SPECIFICATIONS on partition, one mounted on end panel. "J" hooks are to be minimum of 6" long with an opening of four inches. M. The completed body shall be mounted to the chassis in accordance with the body builder's recommended procedures and instructions. All workmanship shall be of good quality and void of any defects. All electrical wiring will run in loom and shall be protected from chafing when passing through any steel member or bulk head. N. The underside of the body shall be undersealed for rust protection. O. The entire body and its accessories shall be thoroughly primed, then painted "Dodge White" to match color of the cab. After final painting, all body doors shall be equipped with neoprene weather stripping to protect compartment interior from moisture and dust. This shall be an automotive -type door seal with no gluing required, P. Stainless steel stone shields to be 39" in height at front of body. CANOPY A. Interior Shelvino The body shall be equipped with two shelves on each side above the compartment, all interior access. The shelves shall be full length of the body and be arranged and equipped as follows: 4 Interior Street Side Top shelf and top compartment shall be approximately full length of the body x 17.75" high x 19" deep. This will be a hot stick compartment. Rear of canopy to have a drop down door approximately 16" wide x 6" high. Bottom of door mounted when opened even with shelf. Hot stick box to have three, 3" PVC pipe and three, 2" PVC pipe for hot stick storage. PVC pipe to start approximately two feet back from drop down door. PVC pipe to be secured to shelf to prevent movement, also needs to be removable when necessary, with two expanded metal fold -down latching doors. Doors shall be lockable and keyed same as back door. Bottom Shelf and Bottom Compartment shall be approximately full length of the body x 17.75" high x 19" deep, with a center divider and two expanded metal fold -down latching door. Doors shall be lockable and keyed same as back door. Curb Side Rear of Canopy will have a ladder storage compartment, access from the rear. Opening shall be 7" wide x 25" high. Ladder storage compartment shall be completely enclosed. The full length of the body and the top, with a roller at bottom of opening and a solid locking bar at rear approximately 13" of the open access. The locking bar shall be padlockable and operable from the rear of the body. A Shelf Support Bracing of a 2 '/2" wide flat bar shall be installed at the center of the shelves and extend from the roof line to the center (horizontal) compartment. H:%USERIADMINISPECS%TRUCKBDY 4.3 April 22, 1997 COVERED TRUCK SERVICE BODY SECTION 4 SPECIFICATIONS B. Center of Bed Area to Have Two Floor to Ceiling_ Supports constructed of 2" x 2" x 120 gauge wall, square tube steel, attached to floor and ceiling. First support to be 36 inches from rear door to center of post, second support to be 36 inches from center of first support. C. Bulk Head (front of canopy) shall have a window to be in-line with the rear widow of the cab. A shelf shall be installed above bulk head window approximately 49" long x 12" deep with a 1 '/2 " lip. D. Rear Doors - double doors, standard, each to be sealed and each to have a window and spring-loaded positive door holders. Hinges to be a 1/8" steel, three-part hinge consisting of center hinge pin, 3/8" diameter. Pin to be removable to allow for ease of door removal. Also to be equipped with two plastic bushings for smooth operation. Overall hinge length to be 7", width 2-'/z ". Doors to be lockable from outside and keyed. V. WARRANTY The bidder shall indicate on the proposal sheet the normal warranty. VI. INSPECTION Provisions shall be made for two (2) inspection trips by the Electric Utility Director or his designated representative to the assembly plant of the supplier. These inspections will be made during the most significant phases of the body packaging. All expenses for both trips shall be included in the bid price. H WSMADMINISPECSITRUCKBDY 4.4 April 22, 1997