SERVICE BODIES TO FIT TWO (2)2016 FORD F250 EXTENDED CAB PICK-UP TRUCKS EIGHT (8) FOOT BOX DELETE CITY OF HUDSON PUBLIC UTILITIES

Similar documents
Televising and cleaning of Sanitary Sewer & Storm Sewer lines City of Hudson

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE:

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

MOBILE LAPTOP CHARGING CARTS BID: # BOE

Sealed Bid, Traffic Signal Repair & Maintenance Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

WINDOW WASHING

INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

BID DOCUMENTS FOR STRYKER POWER-PRO XT COT

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

BID DOCUMENTS FOR THERMAL IMAGING CAMERA

MPS TERMS AND CONDITIONS FOR BIDS

ALL TERRAIN SLOPE MOWER

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

Request for Quotation

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

BID DOCUMENTS FOR ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole

BID DOCUMENTS FOR. WTP VFD Replacement Bid

INSTRUCTIONS TO BIDDERS

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

Scofield Ridge Homeowners Association

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

NETWORK UPGRADE BID: # BOE

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Planning Department Half Ton Regular Cab 4x4 Pick-Up Truck 2

INVITATION FOR BID 2019 Ford F-150 XLT Crew Cab Truck Purchases

Invitation To Bid. for

PLEASANTVILLE HOUSING AUTHORITY

INSTRUCTIONS TO BIDDERS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

EXHIBIT A SCOPE OF SERVICES ITB-DOT-09/ EB EMERGENCY ROADSIDE ASSISTANCE PATROL SERVICES (EMA)

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

CITY OF MASON INGHAM COUNTY, MI BID PACKAGE FOR THE 2018 MAPLE GROVE CEMETERY MAUSOLEUM REPAIR AND OPTIONAL ADDITION OF FIELDSTONE WALL REPAIR

City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3

JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

Bid#67-17 INVITATION TO BID

SECURITY CAMERAS PURCHASE AND INSTALLATION BID: # BOE

CITY OF TITUSVILLE, FLORIDA

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

Request for Proposals

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

City of Loveland, Ohio

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

Oyster River Cooperative School District Business Administrator s Office

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

REQUEST FOR QUOTATION

TABLE OF CONTENTS FOR DARK FIBER EQUIPMENT AT SANTA CLARA COUNTY OFFICE OF EDUCATION CONSORTIUM

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

BID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013

City of Portsmouth Portsmouth, New Hampshire Public Works Department Parking Division Bid # INVITATION TO BID

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

REQUEST FOR PROPOSAL (RFP) # ONE TON DUMP BOX / TOOL BOX / BOSS WIRING HARNESS / AND UNDERCARRIAGE POSTING DATE: FEBRUARY 24, 2016

Invitation for Bid. Purchase of Live Floor Trailer

INVITATION FOR BIDS FOR A PURCHASE OF 9 VEHICLES TO BE USED BY MONROE COMMUNITY MENTAL HEALTH AUTHORITY

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

Stage Curtains Replacements

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

STATEMENT OF BIDDER'S QUALIFICATIONS

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

IFB: MDI-SAB-14-B-0003 NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000

Transcription:

SERVICE BODIES TO FIT TWO (2)2016 FORD F250 EXTENDED CAB PICK-UP TRUCKS EIGHT (8) FOOT BOX DELETE CITY OF HUDSON PUBLIC UTILITIES I. INSTRUCTION TO BIDDERS Bids will be received by the City Administrator, City of Hudson, Wisconsin, in accordance with the "Invitation for Bids." Each bid must contain the full name of every person or company interested in the same. Bidders are required to use the printed bid forms that are included in this bid packet. Any manufacturer's literature or statements of the bidder necessary to definitely describe the equipment for which a bid is submitted shall be included with and made part of the proposal. Bidders shall also state in their bid the maximum number of calendar days after award of contract for delivery. Bids shall be submitted in sealed envelopes addressed to the "City Administrator, Hudson City Hall, 505 3rd St., Hudson, Wisconsin" and shall be plainly marked on the outside thereof, "SERVICE BODIES TO FIT TWO (2) 2016 FORD F250 EXTENDED CAB PICK-UP TRUCKS EIGHT (8) FOOT BOX DELETE and shall bear the name of the bidder. THREE COMPLETE SETS OF BID FORMS SHALL BE INCLUDED WITH THE BID. Bids shall be submitted prior to the time fixed in the "Invitation for Bids." Bids received after the time so indicated shall be returned unopened. Bids may not be withdrawn at any time. At the time and place fixed for opening bids, the contents of all bids will be made public for the information of all bidders and other interested parties who may be present in person or by representative. The City of Hudson reserves the right to waive any informality in bids at its discretion and reserves the right to reject any and all bids. Unless otherwise provided in the contract documents, the naming of a certain brand, make, or manufacturer or article, devices, material, product, fixture, form or type of construction by name, make or catalog number, shall convey the general style, type, character, and standard of quality of the article desired and shall not be construed as limiting competition. Any Bidder in such cases, may, with City approval, use any article, device, product, material, fixture, form or type of construction that in the judgment of the City is equal to that specified considering quality, workmanship, economy of operation, suitability for the purpose intended, and acceptability for use on the project. Approval by the owner prior to bid opening will be in the form of an Addendum to the Specifications issued to all prospective bidders indicating that the additional makes or brands are equivalent to those specified. A contract shall be awarded to the lowest and best bidder as soon as practicable after opening of bids, subject to the reservations of the preceding paragraph and the bidder to whom an award is made shall enter into a contract with the City of Hudson within TEN (10) days after notification of award. All bid prices shall be F.O.B. Hudson, Wisconsin, and payment in full shall be made by the City of Hudson to the successful bidder within THIRTY (30) days after the date of delivery or completion of the contract. The quantities listed herein are approximate only and represent the current estimate made by the City. The City 1

SERVICE BODIES TO FIT TWO (2)2016 FORD F250 EXTENDED CAB PICK-UP TRUCKS EIGHT (8) FOOT BOX DELETE CITY OF HUDSON PUBLIC UTILITIES specifically reserves the right to increase or to diminish the quantities at the quoted bid price solely at its discretion. The City of Hudson is an Equal Opportunity Employer and prohibits, in accordance with the law, discrimination on the basis of race, color, religion, sex, national origin, age or handicap. Minority Business Enterprises, Women Business Enterprises and Small Business Enterprises shall be afforded full opportunity to submit bids or proposals for this project. If Federal Funding is involved in whole or in part in the payment of the goods or services contracted herein, the Contractor, during the performance of this contract, shall comply with Title VI and Title VII of the Civil Rights Act of 1984, 42 U.S.C. Sections 2000(d), (e) and Executive Order No. 11246 (September 24, 1965) as amended by Executive Order No. 11375 (October 13, 1967). Even when Federal Funding is not involved, the Contractor, during the performance of its contract, will not discriminate against any employee or applicant for employment because of race, color, religion, sex, national origin, age or handicap. The Contractor will take appropriate action to ensure that applicants are employed without regard to their race, color, religion, sex, national origin, age or handicap. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, transfer, recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. Comprehensive general liability insurance for bodily injury and death in the amount not less than ONE MILLION DOLLARS (each person)/one MILLION DOLLARS (each accident) ($1,000,000/$1,000,000): property damage insurance in an amount not less than TWO HUNDRED FIFTY THOUSAND DOLLARS (each occurrence)/two HUNDRED FIFTY THOUSAND DOLLARS (aggregate) ($250,000/$250,000); and TWO THOUSAND DOLLARS ($2,000) in Med/Pay Insurance. The insurer shall certify that in the event of cancellation or material change of the insurance, at least ten (10) days written notice of such cancellation or material change shall be given the City. The City of Hudson shall be covered by said Insurance as a co-insured party. II. GENERAL CONDITIONS SEALED BIDS Sealed bids for SERVICE BODIES TO FIT TWO (2) 2016 FORD F250 EXTENDED CAB PICK-UP TRUCKS EIGHT (8) FOOT BOX DELETE will be received by the City Administrator, City of Hudson, Wisconsin until 10:00 A.M. on FRIDAY, October 30, 2015. Said bids shall be enclosed in a sealed envelope and marked " SERVICE BODIES TO FIT TWO (2) 2016 FORD F250 EXTENDED CAB PICK-UP TRUCKS EIGHT (8) FOOT BOX DELETE and shall bear the name of the bidder. 2

SERVICE BODIES TO FIT TWO (2)2016 FORD F250 EXTENDED CAB PICK-UP TRUCKS EIGHT (8) FOOT BOX DELETE CITY OF HUDSON PUBLIC UTILITIES BID FORM Each proposal shall be made on the attached "Bid Form" which shall be signed with the full name and address of the proprietorship, partnership, or corporation submitting same. The bid of the proprietorship shall be signed by the owner, a partnership by one of the general partners, a corporation by a duly authorized officer thereof stating his title. No bid may be withdrawn after delivery to the City Administrator. Bidder may at his discretion, add other pertinent facts or data which he might deem desirable, but his bid MUST BE ON THE BID FORM. CONSIDERATION OF PROPOSALS The right is reserved to reject any or all proposals, including alternates, to waive technicalities or to advertise for new proposals, if in the judgment of the awarding authority the best interests of the City will be promoted thereby. AWARD OF CONTRACT The award of the contract, if it be awarded, will be made within sixty (60) calendar days after the opening of proposals to the lowest and best bidder whose proposal complies with all the requirements prescribed. In no case will an award be made until all necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award the contract. The successful bidder will be notified, by letter mailed to the address shown in the proposal, that his bid has been accepted and that he has been awarded the contract. CANCELLATION OF AWARD The City Administrator reserves the right to rescind the award of any contract at any time before the execution of said contract by all parties without any liability against the City. EXECUTION OF CONTRACT The contract shall be signed by the successful bidder and returned, together with the contract bond and other required contract documents, within ten (10) days after the bidder has received notice that the contract has been awarded. No proposal shall be considered binding upon the City of Hudson until the execution of the contract. If the contract is not executed by the City within twenty (20) days following receipt from the bidder of the required contract documents, the bidder will have the right to withdraw his bid without prejudice. FAILURE TO EXECUTE CONTRACT Failure to execute the contract and file an acceptable bond shall be just cause for the cancellation of the award and the forfeiture of the proposal guarantee which shall become the property of the City, not as a penalty, but in liquidation of damages sustained. Award may then be made to the next lowest responsible bidder, or the work may be re-advertised as the City Administrator may decide. QUALIFICATION OF BIDDER The bidder must furnish information relative to the facilities, ability, and financial resources available for the proper fulfillment of the work on the form attached hereto and which is made a part of the bidding documents. 3

SERVICE BODIES TO FIT TWO (2)2016 FORD F250 EXTENDED CAB PICK-UP TRUCKS EIGHT (8) FOOT BOX DELETE CITY OF HUDSON PUBLIC UTILITIES ADMINISTRATOR Whenever the term "City Administrator" is used herein, the same shall mean the City Administrator of the City of Hudson or his duly authorized agent. INSPECTION AND TESTING All inspection and testing of materials and/or installation that is to be performed will be done at the expense of the Contractor. CERTIFICATIONS OF MATERIALS & CONFORMANCE TO SPECIFICATIONS Before being placed in the work, the contractor shall furnish the Administrator a manufacturer's certification that the material he purchased conforms to the required specifications. The certification shall specify the amount delivered. The delivery of any material for the performance of any labor hereunder which does not in all respects conform to the specifications will be rejected and the contractor shall be notified at once of such rejection and the reason therefore, which notice shall be confirmed in writing. If the said contractor fails to effect immediate replacement of such rejected materials and labor, with materials and labor meeting the requirements of the order, and of these specifications, the City will purchase in the open market, material and labor of the character required under the order up to the amount rejected and the said contractor and his surety shall be liable to the City thereby. The Administrator shall have the right to suspend the whole or any part of the work to be done, hereunder, when the contractor is not doing the work in accordance with the provisions of the contract. UNACCEPTABLE MATERIALS All materials not conforming to the requirement of the specifications at the time they are used shall be considered unacceptable and shall be removed immediately from the site of the work unless otherwise instructed by the Administrator. No materials, the effects of which have been corrected, shall be used until approval has been given. Upon failure on the part of the contractor to comply immediately with any order of the Administrator made under the provisions of this section, the Administrator shall have authority to remove and replace defective materials and to deduct the cost of removal and replacement from monies due or to become due to the contractor. COORDINATION OF PLANS, SPECIFICATIONS, SUPPLEMENTAL SPECIFICATIONS AND SPECIAL PROVISIONS These specifications, the supplemental specifications, the plans, special provisions, and all supplemental documents are essential parts of the contract, and a requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions, plans will govern over specifications; supplemental specifications will govern over specifications; proposals and special provisions will govern over both specifications and plans. The contractor shall take no advantage of any apparent error or omission in the plans or specifications. In the event the contractor discovers such an error or omission, he shall immediately notify the Administrator. The Administrator will then make such corrections and interpretations as may be deemed necessary for fulfilling the intent of the plans and specifications. 4

SERVICE BODIES TO FIT TWO (2)2016 FORD F250 EXTENDED CAB PICK-UP TRUCKS EIGHT (8) FOOT BOX DELETE CITY OF HUDSON PUBLIC UTILITIES AUTHORITY OF THE ADMINISTRATOR The Administrator will decide all questions which may arise as to the quality and acceptability of materials furnished, work performed, and rate of progress. He will decide all questions which may arise as to interpretation of the plans, specifications and other contract documents. He will decide all questions as to the acceptable fulfillment of the contract on the part of the contractor. LAWS TO BE OBSERVED The contractor shall keep fully informed of all Federal, State and local laws, ordinances, and regulations and all orders and decrees of authorities having any jurisdiction or authority which, in any manner, affect those engaged or employed on the work, or which, in any way, affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, orders and decrees; and shall protect and indemnify the City and its representatives against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by himself or his employees. The contractor agrees that, in the hiring of employees for the performance of work under this contract or any subcontract hereunder, no contractor or subcontractor, nor any person acting on behalf of such contractor or subcontractor, shall, by reason of race, sex, creed or color, discriminate against any citizen of the United States in the employment of labor or workers who are qualified and available to perform the work to which the employment relates. No contractor, subcontractor, nor any person on his behalf shall, in any manner, discriminate against or intimidate any employee hired for the performance of work under this contract on account of race, sex, creed or color. EXTRA COST If the contractor claims that any instructions by drawings or otherwise involve extra cost under this contract, he shall give the Director of Service written notice thereof within ten (10) days time after receipt of such instructions, an in any event before proceeding to execute the work, except in emergency endangering life of property, and the procedure then shall be as provided for changes in the work. No such claim shall be valid unless so made. SCOPE OF PAYMENT The contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials and equipment for performing all work under the contract in a complete and acceptable manner and for all risk, loss, damage or expense of whatever character arising out of the nature of the work or the prosecution thereof. NON PERFORM WORK The quantity of work set forth herein is subject to budgetary constraints and the City reserves the right to modify the work or non-perform any part of or all of the work upon notice to the Contractor. The City may vary the amount of work contained herein as may be mutually agreed to by the Contractor. No allowance will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor resulting either directly from such alterations, or indirectly from unbalances allocation of overhead 5

SERVICE BODIES TO FIT TWO (2)2016 FORD F250 EXTENDED CAB PICK-UP TRUCKS EIGHT (8) FOOT BOX DELETE CITY OF HUDSON PUBLIC UTILITIES expense on the part of the bidder and subsequent loss of expected reimbursement therefore or from any other cause. The Bid Schedule includes the Lump Sum Contract price for the Contract and a Schedule of Values. The sum of the Schedule of Values shall equal the Lump Sum Contract price. The Schedule of Values may be used to determine the amount of work that may or may not be performed. CITY OF HUDSON ROLLING STOCK SPECIFICATIONS A. GENERAL 1. The vendor will be expected to obtain all the equipment as specified, combine into route ready vehicles and deliver to the City in accordance with the time schedule outlined herein. 2. Unless otherwise stated in these specifications, all equipment supplied under these specifications shall be the manufacturer s latest production model, including all of its latest changes, including all approved and incorporated field designed and implemented changes, revisions and additions at the time of delivery. When consideration for other than current production models is specified, the City reserves the right to select either the current production or previous year model, whichever will serve the best interest of the City. 3. Not with standing anything in the bid process to the contrary, the sale of the described property shall not be considered effected until the property has been delivered, inspected and the price paid. 4. Any questions pertaining to this bid proposal shall be directed to Jim Frye, Chief Utility Operator, 505 Third Street, Hudson, WI 54016, 715-381-3882, no less than three (3) days prior to bid opening date. Any deviation from the listed specifications may be bid with the approval of Jim Frye, Chief Utility Operator, at least 3 days before the bid opening, provided that, in the judgment of the City, it is equal to that specified considering quality, workmanship, economy of operation, suitability for the purpose intended, and acceptability for use on the project. Approval will be in the form of an Addendum to the Specifications issued to all prospective bidders indicating that the additional makes or brands are equivalent to those specified. B. APPLICABLE SPECIFICATIONS The SERVICE BODY AND FABRICATION furnished to meet these specifications, including all equipment and accessories, must comply with the requirements of: 1. Wisconsin Motor Vehicle Code as applicable. 2. Federal Motor Vehicle Safety Standards as applicable. 3. OSHA Standards as applicable. C. TRAINING Vendor shall provide if applicable, at no additional cost, a qualified instructor(s) to conduct training classes 6

SERVICE BODIES TO FIT TWO (2)2016 FORD F250 EXTENDED CAB PICK-UP TRUCKS EIGHT (8) FOOT BOX DELETE CITY OF HUDSON PUBLIC UTILITIES of instructions for City mechanics and operations personnel as required at the City s Well/Treatment Plant located at 888 O Neil Rd, Hudson, WI 54016. D. BOOKS, MANUALS AND TECHNICAL INFORMATION Complete and accurate copies of the following shall be furnished at the time of delivery, at no additional cost to the City; two (2) copies required of each shall be as follows (CD-ROM preferred): 1. Operator s Instructions Manual. 2. Lubrication Instructions. E. BID EVALUATION 1. Units offered will be subject to analysis and evaluation by personnel of the Public Water Utility for quality, construction details, material and performance characteristics and compliance with the City Specifications. 2. The Bid Evaluation will include, but not necessarily be limited to, the following factors: a) Compliance with specifications b) Lowest cost c) Warranty Terms and Conditions d) Financial ability to furnish all guarantees, products and parts e) Reference Data F. CONDITIONS 1. The successful bidder will be required to perform the manufacturer s warranty on every vehicle. 2. Prior to delivery, each vehicle shall be completely serviced and delivered in a ready to operate condition. This service shall include but is not restricted to the following: a) Lubrication b) Wiring Check c) Body Condition 3. The specified equipment found to be lacking i n any of the above will not be acceptable or paid for until such operations have been completed. Equipment is to have all Federal and State Safety Equipment as required. G. DELIVERY All bid items are to be shipped FOB destination to the location as indicated in the specifications. H. NOTE CITY OF HUDSON IS EXEMPTED FROM ALL TAXES. 7

SERVICE BODIES TO FIT TWO (2)2016 FORD F250 EXTENDED CAB PICK-UP TRUCKS EIGHT (8) FOOT BOX DELETE CITY OF HUDSON PUBLIC UTILITIES I. WARRANTY SUPPORT 1. The warranty support information below is important and will be used in evaluating the bid. The information is to be furnished with the bid using warranty support page. The questions are intended to evaluate the vendor s warranty support history and capability, and how the bidder intends to handle warranty on the units bid. If bidder intends to handle warranty work in a method not covered in the questions below, state specifically how you intend to do so. Bidders are required to provide the following information. Vague and ambiguous responses may result in the bid being rejected. a) Furnish all terms and conditions b) List by name and location the closest warranty and parts dealer for each component as bid c) If at any time during the warranty period the party designated for warranty is unable to perform warranty work in a timely manner as determined by the City, the City may, as its option 1) Perform warranty work with the Water Utility personnel 2) Sublet warranty work 2. All cost for the performance of this work shall be reimbursed to the City in a timely manner. 3. The successful bidder will be required to designate repair facility within 70 miles radius (roadway travel distance) of the City of Hudson Well/Treatment Plant located at 888 O Neil Rd., Hudson, Wisconsin. 8

B. PRODUCT DETAIL SPECIFICATIONS: Upfitter Specifications For 2016 Ford F250 Super Duty The City of Hudson is accepting sealed bids for 2 service bodies and accessories to up fit onto 2016 Ford F250 extended cab 8 box delete cab and chassis. The following specifications are required. Furnish and install 8 service body that is all aluminum construction. The service body shall be painted white. The service body shall be the low profile style. The driver s side shall be a standard lay out with 1 vertical full height door ahead of the rear wheel, one horizontal door over the wheel, and one vertical full height door behind the rear wheel. The passenger side shall be one vertical full height door ahead of the rear wheel, one horizontal full length door over the wheel that extends from the front compartment to the rear of the body, and one vertical short door behind the rear wheel. Both sides of the body will have flip up doors on top of the body with storage. The service body shall be equipped with standard shelving and dividers, LED rope lighting, automatic door switches wired into the vehicles electrical system and the rope lighting on all compartments. The doors shall have gas shocks as a door open or close retainer. In the rear the backup lights, tail lights, and brake lights shall be recessed LED and is wired to the vehicles electrical system. A fuel filler assembly shall be furnished and installed. A step bumper made from aluminum that is notched out at the center for the receiver hitch shall be provided and installed. Manufacture a 2 x2 aluminum tube headache rack that conforms to the cab tapper. The rack shall have provisions for installing a Whelen Model L31 Becon, Whelen TAL85 LED Traffic Advisor and three work lights. There shall be provisions on the right side for valve keys. Headache rack cannot block the high mounted brake light. Supply and install a Whelen L31 super LED beacon amber in color. Mount to the left side of the headache rack and wired to a in cab switch. A switch is to be provided and installed. Supply and install a Whelen TAL85 Traffic advisor amber in color wired to cab furnish and install Whelen control box for the above traffic advisor. Manufacture a 2 x2 aluminum rack to hold valve keys at the rear of the service body. The valve key holder is to be mounted at the rear of the service body. The rack is to be 18 wide with dividers at 1.5 on center. The valve key rest shall be no higher than 74 from the ground to the top of the rest. A ¼ aluminum ware plate shall be added to the top of the rest to provide for a ware point. An aluminum valve key retainer shall be manufactured and installed at a height of 69 from ground to the top. The valve key retainer will be 12 long 2 high with dividers at 1.5 on center. A photo will be provided. Supply and install two Whelen model TIR 6-50A32AR amber strobes mounted with Whelen 5 flangesb mounting flanges installed on the front grill lower section horizontal and wired into cab on a vendor supplied switch. Supply and install two Whelen model TIR 6-50A32AR amber strobes mounted with Whelen 5 flanges B mounting flanges installed on the rear of the service body above the tail lights and wired into cab on a vendor supplied switch. 9

Supply and install 2 1 diameter X 12 long chrome grab handles one each side of the rear of the service body. Mount with stainless steel hardware with isolators from contact with aluminum. Supply and install 2 rows of E track one on each side of the cargo area. Supply two ratchet style straps to be used in the E-track Supply and install A Class 2 receiver trailer hitch with a 12,000 pound weight capacity. Supply and install 7 pin trailer light wire harness wired to the vehicle. The vehicle is equipped with a trailer brake controller. Supply and install three ECCO E 92008 LED work lights or (approved equal) mounted to the headache rack and wired to the vendor supplied switches in the cab. Each light shall be independently operated. The light chosen shall be square or rectangle, be adjustable position, and produce a minimum of 2000 lumens. One light is to be mounted on the driver s side facing outward to the street, one is to be mounted on the passengers side facing outwards to the curb and one is to face the rear of the vehicle. A backup sensor system shall be provided. The 4 sensors are to be installed in the bumper shall produce an audible sound in the cab. The closer you get to something the louder the noise. A 2 x 2 square X 8 long shall be mounted onto the passenger side of the service body at the rear. This will be used for accessories that would fit into a receiver hitch. A photo is provided. Submittals: Bidders must submit shop drawings of the service body and the shop fabrications with the bid. Submit drawings and specifications with all lighting. Option 1 Furnish and install 8 service body that is all aluminum construction. The service body shall be painted white. The service body shall be standard height body. The driver s side shall be a standard lay out with 1 vertical full height door ahead of the rear wheel, one horizontal door over the wheel, and one vertical full height door behind the rear wheel. The passenger side shall be one vertical full height door ahead of the rear wheel, one horizontal full length door over the wheel that extends from the front compartment to the rear of the body, and one vertical short door behind the rear wheel. Both sides of the body will have flip up doors on top of the body with storage. The service body shall be equipped with standard shelving and dividers, LED rope lighting, automatic door switches wired into the vehicles electrical system and the rope lighting on all compartments. The doors shall have gas shocks as a door open or close retainer. In the rear the backup lights, tail lights, and brake lights shall be recessed LED and is wired to the vehicles electrical system. A fuel filler assembly shall be furnished and installed. A step bumper made from aluminum that is notched out at the center for the receiver hitch shall be provided and installed. 10

INFORMATION SHEET The Points of Difference where the bid proposal does not comply with the specifications are listed as follows: 11

CITY OF HUDSON BID FORM Mark Envelope: SERVICE BODIES TO FIT TWO (2) 2016 FORD F250 EXTENDED CAB PICK-UP TRUCKS EIGHT (8) FOOT BOX DELETE To the City Administrator: The Subscriber hereby proposes to furnish the following hereinafter named, in accordance with the provisions of the bidding document of which this forms a part: ITEM TOTAL PRICE FOR Service Bodies to fit Two (2) 2016 Ford F250 Extended Cab Pick-up Trucks Eight (8) Foot Box Delete PER SPECIFICATIONS (FOB destination) BASE BID PRICE FIRM DELIVERY DATE: (Calendar Days Required ARO) It is understood the right is reserved by the City of Hudson to increase, decrease, or delete any of the above quantities. The City of Hudson reserves the right to award all or any parts of this bid to one or more bidders as determined by the lowest and best bid and/or specifications, at its sole discretion. Executed at: this day of, 201. By Signature: Title: Printed Name: Company: Address: Phone: Fax: Federal ID #: 12