CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144 PUBLIC NOTICE IS HEREBY GIVEN that the City of Alhambra will receive sealed bids on or before the hour of 10:30 AM on Thursday, October 27 2016, at the office of the City Clerk, City Hall, 111 South First Street, Alhambra, California, to be opened by the City Clerk at 11:00 AM on that same day in the City Council Chambers to provide to the City the following, with the minimum specifications attached thereto and, by this reference, made a part hereof: Bid shall include all applicable State and Local Sales Taxes. Supplier shall be responsible for registration of equipment with the Department of Motor Vehicles. Bid price to be F.O.B. Alhambra City Yard, 900 South New Avenue, Alhambra, California. Payment is to be made approximately 30 days after delivery. All bids are to specify a firm delivery date. Liquidated damages of $250.00 per day will be assessed for each day in excess of the agreed-upon delivery date. If product on which bid is submitted varies in any detail from these specifications, special mention must be made of each variance. Proposals may not be withdrawn after the time is fixed for opening of proposals. The designation of a brand name in these specifications is merely for illustrative purposes and is not intended to restrict bidding. It shall be to the absolute discretion of the City of Alhambra, however, to determine whether or not any substitute product is, in fact, equal. Within (30) days after the award of a contract hereunder, the successful bidder shall, if requested by the City, submit to the City data substantiating any request for the substitution of an equal item. Any contract awarded hereunder shall become effective or enforceable against the City of Alhambra only when a formal written contract has been duly executed by the appropriate officers of the City of Alhambra. Each bidder shall specify whether such bidder is a corporation, a partnership or an individual. If a corporation, designate the name of the state of incorporation; if a partnership, the bidder shall state the names and addresses of all partners. 1
The City of Alhambra reserves the right to reject any and all bids and to waive any informality, technical defect, or minor irregularity in any bid submitted. Bidders are hereby notified that the Alhambra Municipal Code Section 3.36.125 reads as follows: Bidding preferences for local businesses. For the purposes of determining the lowest responsible bidder, as required by sections 3.36.110 and 3.36.120, one percent of that portion of any bid subject to sales or use tax shall be deducted from such bid where it is determined that, if such bid were accepted by the City as the lowest responsible bid received, the City would receive a refund of the one percent sales and use tax imposed by Chapter 3.08 of this code; and further, that the same preference shall be given to those items on which sales and use tax do not apply. (Ord. 3760, Sec. 1). Bids shall be submitted in a sealed envelope bearing the name and address of the bidder and plainly marked: NOTICE INVITING BIDS NO. N2M16-144 BY ORDER OF: Lauren Myles, CMC ALHAMBRA CITY CLERK 2
CITY OF ALHAMBRA BID FORM NOTICE INVITING BIDS NO. N2M16-144 TO THE ALHAMBRA CITY COUNCIL: In compliance with the Notice Inviting Bids, and by this reference made a part hereof, the undersigned hereby proposes and agrees to furnish and deliver the following equipment at the prices set forth below, in strict conformity with the specifications proposed therefor. Price shall include State and Local Sales Taxes. $ Per unit TOTAL BID AMOUNT IN WORDS Note: Bidders are hereby notified that the Alhambra Municipal Code Section 3.36.125 reads as follows: Bidding preferences for local businesses. For the purposes of determining the lowest responsible bidder as required by Section 3.36.110 and 3.36.120, one percent of that portion of any bid subject to sales or use tax shall be deducted from such bid where it is determined that, if such bid were accepted by the City as the lowest responsible bid received, the City would have received a refund of the one percent sales and use tax imposed by Chapter 3.08 of the code; and further, that the same preference shall be given to those items on which sales or use tax do not apply. (Ord. 3760, Sec. 1). Signature of Bidder Date Name Printed Phone Number 3
CITY OF ALHAMBRA BID FORM NOTICE INVITING BIDS NO. N2M16-144 EXCEPTION TO SPECIFICATIONS (The following must be filled in and signed by bidder.) DOES YOUR BID COMPLY WITH THE CONDITIONS AND SPECIFICATIONS IN THIS ADVERTISEMENT IN EVERY PARTICULAR? (CHECK) YES NO IF YOUR ANSWER IS NO, EXPLAIN IN DETAIL BELOW IN EACH INSTANCE WHERE THE EQUIPMENT OFFERED DOES NOT COMPLY WITH THE CONDITIONS AND/OR SPECIFICATIONS: Company Name Signed by Company Address Title of Signatory Phone Number 4
CITY OF ALHAMBRA BID FORM NOTICE INVITING BIDS NO. N2M16-144 Company Name Street Address City, State, Zip Phone Number Individual, Corporation, or Partnership BY Printed Name Signature If bidder is a corporation, name the state under which incorporated: If bidder is a partnership, list below the names and addresses of all partners: NAME ADDRESS 5
CITY OF ALHAMBRA MINIMUM SPECIFICATIONS FOR TWO NEW SERVICE TRUCKS ITEM 1: STANDARD CAB CHASSIS GVWR: Rates GVWR AT 19500 lbs. (8817 KG) Capacity Engine: 6.7 L V8 Diesel 300 HP @ 3000 RPM and 660 lbs-ft of torque @ 2000 RPM Alternator: Heavy Duty 320 amp rated Alternator Dual (2) 750 CCA 12 V Batteries Exhaust System: Single horizontal-passenger side mounted inside frame rail stainless-steel exhaust. Automatic Transmission: 6-Speed automatic transmission with PTO. Front Axel: Twin I-beam w/coil spring suspension- Front Suspension: 7000 LBS. Capacity Rear Suspension 14700 LBS Capacity Heavy Duty Suspension Package Stabilizer Bar: Front and Rear Wheels: Seven 19.5x 6.5 (one spare) Tires: Seven 19.5R/70-225 (one spare) Fuel Tank 40 Gallon Mirrors: Manually telescoping trailer tow with manual glass and 2-way fold Rear axle Ratio 4.63
Wheel Base: 158 + Frame Rail: Rail, painted semi-gloss black Brake System: Power 4-Wheel ABS disc Tow Hooks- Frame Mounted Air Conditioning Power Steering Trailer Wiring: Severn wire harness with relays blunt cut and labeled Mud Flaps: Two Rear Mud Flaps Back up Alarm 97 decibels, electric Inside Day/ Night rearview mirrors Seats: Bench seating Radio: AM FM Antenna Electric Door locks and Windows Exterior Paint: White Interior Color with trim: Grey. 52 LED Light bar with 360degree & Rear Only Amber Warning Lights, Also Rear Facing Traffic Adviser ITEM 2: Utility Body Cabinet Arrangements:
Curbside: A. Compartment #1 32 Wide x 45 Tall, x 19 Deep with 2 adjustable shelves.. NOTE: Install modifications at compartment bottom to accommodate under mount compressor. B. Compartment #2 24 Wide x 45 Tall x 19 Deep with 2 adjustable shelves. NOTE: Install modifications at compartment bottom to accommodate under mount compressor C. Compartment #3 72 Wide x 16 High x 19 Deep D. Compartment #4 Rear Lower Compartment 24 Wide x 21 Tall x 19 Deep Street Side A. Compartment #1 32 Wide x 45 Tall, x 19 Deep with 2 adjustable shelves.. B. Compartment #2 24 Wide x 45 Tall x 19 Deep with 2 adjustable shelves. C. Compartment #3 48 Wide x 16 High x 19 Deep with 1 Shelf D. 24 Wide x 45 Tall x 19 Deep with 2 adjustable shelves. Wheel Well Panel: Shall have two chock block cutouts located as not to interfere with gas spout hookup. Flip Tops: Both sides of body shall have full length flip top openings compartments with weatherproof hinge. Compartments will have dual self-supporting pneumatic lid risers, Slam closed lids, hidden latch for security, full length ribs and rain gutters, and full length 4 deep tray with adjustable dividers. Bumper: Shall be at least 20 deep the width of the bed with recessed step. On street side of bumper, to have one manual crank hose reel with 50 of ¾ hose and installed to under mount compressor. Mountings for tools including jackhammer & tamper on bumper. Also, equipped with a multi-type ball G.I. hitch rated 10000 lbs or greater
ITEM #3 COMPRESSOR UNIT Under Deck 160CFM To be two stage heavy duty rotary screw type compressor. Bidder to state Make and Mode PTO Unit To be side mounted, heavy duty, switched control Controls To be inlet suction control. Air cylinder and back pressure regulator for 100% demand versus output control of compressor. Includes auto blow down valve and minimum pressure valve Engine Speed control Electronic control to modulate engine speed to air demand. Filters Full flow replacement type with one extra set included Cooler Remote Mounted oil cooler 2. Bid Information Failure to submit this information is sufficient cause for rejection of bid. Vendor shall be responsible for application of California Vehicle Registration, exempt plates and weight certificates. Exceptions to Specifications: The fact that a manufacturer chooses not to produce equipment or material to meet these specifications will not be considered sufficient cause to adjudge these specifications as restrictive. Bidder shall offer the equipment or material which comes closest to meeting these specifications. Where deviations from the specifications contained herein are necessary, the bidder shall note such deviations. Bidders shall state why, in their opinion, the equipment or materials they offer will render
equivalent reliability, coverage and performance. Failure to detail all such deviations will compromise sufficient grounds for rejection of the entire proposal. Award Criteria: The evaluation of proposals will be based on but not limited to the following: 1. Conformance to specifications 2. Price 3. Delivery 4. Warranty Award will be made to the lowest responsive / responsible bidder meeting specifications. Any deviation from the technical specifications above must be explained in detail. Registration: Bidder shall register vehicle with Department of Motor Vehicles with exempt plates. Vehicle Bid Price $ Freight Charge $ Sales Tax $ Registration Fees $ TOTAL BID PRICE $ _ Bidder Must Specify a Firm Delivery Date: