HomeMy WebLinkAbout121613_ca08Consent Agenda
JEFFERSON COUNTY
BOARD OF COUNTY COMMISSIONERS
AGENDA REQUEST
TO: Board of Commissioners
FROM: Frank Gifford, Central Services Director
DATE: December 16, 2013
RE: Contract — Northwest Forklift, Inc.
STATEMENT OF ISSUE:
The Central Services Department solicited and received bids for replacing a new yard truck.
The successful low bidder is Northwest Forklift, Inc. The purchase and sale agreement will
obligate the Northwest Forklift, Inc. to deliver the new yard truck to Jefferson County for a
total bid price of $130,515.51.
FISCAL IMPACT:
Cost is within the current ER &R budget.
RECOMMENDATION:
Approve and sign the purchase and sale agreement with Northwest Forklift, Inc. for a new
yard truck.
RE D Y:
j
unty Admi at r Date
_mil
PURCHASE AND SALE AGREEMENT
This agreement is between NORTHWEST FORKLIFT, 838 Seneca Ave SW, Renton, WA
98057, hereinafter referred to as SELLER, and JEFFERSON COUNTY, 1820 Jefferson Street,
Port Townsend, WA 98368, the undersigned, hereinafter referred to as BUYER.
WITNESSETH:
For good and valuable consideration, the receipt and sufficiency of which is hereby
acknowledged, the parties hereto do agree as follows:
GENERAL PROVISION This Agreement contains the entire agreement and understanding
concerning the subject matter hereof between the parties and supersedes and replaces all
prior negotiations, proposed agreements and agreements, written or oral. Each of the
parties hereto acknowledges that no other party hereto or any agent or attorney of such
party has made any promise, expressed or implied, not contained in this Agreement to
induce it to execute this Agreement. Each of the parties further acknowledges that it is not
executing this Agreement in reliance on any promise, representation or warranty not
contained in this Agreement. This Agreement is to be construed as if it were prepared and
reviewed by both parties.
1. Sale Of Goods
Seller shall sell, transfer, and deliver to buyer on or before 120 days after contract approval
(See Exhibit "A" Special Provisions), the described personal property.
2. Consideration
Buyer shall accept the goods and pay a total sum of one hundred thirty thousand, five
hundred fifteen and 51/100 dollars ($130,515.51) including delivery and all taxes for said
goods as per Exhibit "A" Special Provisions.
3. Identification Of Goods
Identification of the goods to this agreement shall not be deemed to have been made until
both buyer and seller have specified that the goods in question are as prescribed in the
performance of this agreement.
4. Payment On Receipt
Buyer shall make payment for received goods after inspection and approval by the buyer.
Buyer shall make payment following receipt of Seller's invoice and approval of goods as per
the attached Exhibit "A "- Special Provisions and in accordance with the County's normal
schedule for processing invoices and warrants.
5. Receipt Construed As Delivery
Goods shall be deemed received by buyer when delivered to and accepted by the buyer at
371 Chimacum Road, Port Hadlock, WA. (98339).
6. Risk Of Loss
The risk of loss from any casualty to the goods, regardless of cause, shall be on the seller
until the goods have been delivered and accepted by the buyer.
7. Warranty Of No Encumbrances
Seller warrants that the goods are now free, and that at the time of delivery shall be free
from any security interest or other lien or encumbrance.
S. Warranty Of Title
Furthermore, seller warrants that at the time of signing this agreement seller neither knows,
nor has reason to know, of the existence of any outstanding title or claim of title hostile to
the rights of seller in the goods.
9. Right Of Inspection
Buyer shall have the right to inspect the goods on arrival, and within thirty (30) business
days after delivery, buyer must give notice to seller of any claim for damages on account of
condition, quality or grade of the goods, and buyer must specify the basis of the claim of
buyer in detail. The failure of buyer to comply with these conditions shall constitute
irrevocable acceptance of the goods by buyer.
10. Applicable Law
All questions with respect to the construction of this Agreement and the rights and liabilities
of the parties hereto, shall be brought only in the State of Washington and the parties hereto
consent to jurisdiction and venue in such State.
11. Attorneys Fees
In the event of any dispute under this Agreement, the prevailing party shall be entitled to
recover its reasonable attorney's fee and costs, in addition to all other relief to which it may
be entitled.
12. Amendments
This agreement shall not be deemed or construed to be modified, amended, rescinded,
canceled, or waived in whole or in part except by written amendment signed by the parties
hereto.
13. Serverability
If any provisions of this Agreement shall be held to be invalid, illegal or unenforceable, the
validity, legality and enforceability of the remaining provisions shall not in any way be
affected or impaired thereby.
IN WHEREOF, the parties here -to have executed this Agreement to be effective on the date
of its signing by the BUYER.
Northwest Forklift
'Lc ( lakll el Ui 9 Ls
Vendor Representative (Please Print)
(Signature)
Date
JEFFERSON COUNTY
BOARD OF COMMISSIONERS
John Austin, Chair
Phil Johnson, Member
David W. Sullivan, Member
A,rmrolved as to f
ofn only:
11 6t13
David Alvarez Date
Deputy Prosecuting Attorney
EXHIBIT "'A
SPECIAL PROVISIONS
THE FOLLOWING SPECIAL PROVISIONS
ARE.MADE A PART OF THIS PURCHASE AND SALES AGREEMENT
DESCRIPTION OF WORK
General Specifications:
This Agreement provides for the purchase and delivery of One (1) New Yard Truck, which
shall be delivered to 371 Chimacum Road, Port Hadlock, WA 98339. The complete unit shall
be supplied and delivered by one company responsible for the performance, warranty, parts,
and service as specified. The Vendor shall be "factory authorized." All integral` components
and parts shall work together as a complete and balanced unit.
The New Yard Truck shall be ready for service upon delivery. The New Yard Truck shall meet
or exceed the Minimum Specifications listed in the Bid Proposal Forms - Exhibit C for the New
Yard Truck.
Delivery Time:
The Bidder shall indicate on the proposal the projected time for delivery after the effective
date of the "Notice of Contract Award ".
Final notice of the delivery of the New Yard Truck shall be provided to the County no less
than two (2) weeks prior to the proposed delivery date.
Indemnification Clause
The Vendor shall indemnify, defend and hold harmless the County, its officers, agents and
employees, from and against any and all claims, losses or liability, or any portion thereof,
including attorneys fees and costs, arising from injury or death to persons, including injuries,
sickness, disease or death to Vendor's own employees, or damage to property occasioned by
a negligent act, omission or failure of the Vendor.
Compensation
Compensation shall ` be paid according to the attached Agreement and the accepted
"Awarded" Total Bid Amount listed in the Bid Proposal.
New Yard Truck Specifications
It is the intent of these Minimum Specifications to describe a New Yard Truck in sufficient
detail to secure bids on comparable equipment. All parts not specifically mentioned, which
are necessary to provide a complete Yard Truck operation system, shall be included in the
bid and shall conform in strength and quality of material and workmanship to what is usually
provided to the trade in general. A New Yard Truck shall be a current model under standard
production by the manufacturer.
Any units not conforming to these Minimum .Specifications will be rejected, and it will be the
responsibility of the bidder to conform to. the requirements unless deviations have been
specifically cited by bidder in the proposal, and acceptance made by Jefferson County Public
Works on the basis of the exception.
The Bidder shall attach truck specification list with parts and service availability information
for the New Yard Truck. This information will be attached to and made part of the Purchase
and Sale Agreement.
See attached Proposal package for Minimum Specifications - Exhibit C.
Equipment Warranties
The Bidder shall attach warranty information for the New Yard Truck to the Proposal. The
warranty information will be attached to and made part of the Purchase and Sale Agreement.
Vendor's Responsibility
1. Provide the services described in the Agreement and Exhibit ""A" - Special Provisions.
2. Schedule delivery to the Hadiock Shop at 371 Chimacum Road, Port Hadlock WA
98339. Contact Frank Gifford Central Service Director at 360 385 -9130.
3. Provide Goods to Buyer in a convenient and timely manner.
County's Responsibility
1. Approve /disapprove any proposed specifications substitutions:
2. Prepare and administer Agreement document.
3. Pay Vendor in accordance with project documents and Agreement provisions,
EXHIBIT "B"
CERTIFICATION REGARDING
DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY EXCLUSION
The Vendor certifies to the best of its knowledge and belief, that it and its principals:
(1)Are not presently debarred, suspended, proposed for debarment, declared ineligible,
or voluntarily excluded from covered transactions by any Federal department or
agency;
(2)Have not within a 3 -year period preceding this proposal been convicted of or had a
civil judgment rendered against them for commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing a public (Federal,
State, or local) transaction or Agreement under a public transaction; violation of
Federal or State antitrust statutes or commission of embezzlement, theft, forgery,
bribery, falsification or destruction of records, making false statements, or receiving
stolen property;
(3)Are not presently indicted for or otherwise criminally or civilly charged by a
governmental entity (Federal, State, or local) with commission of any of the offenses
enumerated in paragraph (2) of this certification; and
(4)Have not within a 3 -year period preceding this Agreement had one or more public
transactions (Federal, State, or local) terminated for cause or default.
Where the Vendor is unable to certify to any of the statements in this certification, such
Vendor shall attach an explanation.
Ao r+V\\iya� r
Name of Vendor
Name and Title of Authorized Representative
Signature of Authorizeiepresentative
❑ I am unable to certify to the above statement. An explanation is attached.
*t 4
TO: Jefferson County Department of Central Services
P.O. Box 1220
1820 Jefferson Street
Port Townsend, WA 98368
Attn: Frank Gifford, Director
Re: New Yard Truck Purchase
Prospective Bid Holders:
The undersigned hereby certifies that he /she has read and understands Exhibit "'A" Special
Provisions and Agreement Documents.
The Department of Central Services reserves tke right to reject any and all Bids and to
accept the Bid deemed most advantageous to Jefferson County and to waive.all informalities
in the Bidding.
Please attach warranty, Yard Truck specification list with parts and service availability
information to proposal.
Jefferson County will rate each category with a numerical value of 0 -10 based on
responsiveness and then will select the most responsive bid proposal.
NEW YARD TRUCK MINIMUM SPECIFICATIONS
01, (E)
Is or
13% not
c4tions.
Describe fully.
STAN I
FEATURES
DESCRIPTION
Note b
(Estimated Years)
l`vs
Mark
specifi
Exceed
�'4� ►411
(X) do
meet
specifi
1.
Tandem dual wheel D.O.T
approved truck.
2.
Estimated years the
proposed model has been
available and sold in the
U.S.A. market.
3.
Cummins -200 or more HP
engine.
4.
Engine block heater.
5.
Engine assisted starting
X
01, (E)
Is or
13% not
c4tions.
Describe fully.
STAN I
FEATURES
pvtx rt e Itf4tr t--1 IAcw nyh Cut" I
(State year, make and model of truck
U 14 CAYOW -H TJ bor rraulcrioce
(Estimated Years)
l`vs
it Ur"
�'4� ►411
pvtx rt e Itf4tr t--1 IAcw nyh Cut" I
}
fluid system.
C de
6.
Allison Automatic 6 speed
-
transmission.
7.
Front Axle - 12,000 to13,200
lb capacity w /ABS brakes
with automatic slack
adjusters.
8.
Rear Axle- 7.17.1 ratio,
42,000 to 48,000 lb. GAWR
W /ABS brakes with
automatic slack adjusters.
9.
Power assisted steering.
10.
Hendrickson suspension.
11.
Max. 152" wheel base.
12.
Fifth Wheel- Holland hitch-
70,000 lb. capacity.
13.
Fifth Wheel lift cylinders
5" D���.�r� � ®iDUb � �` �
minimum 60,000 lbs.
rating.
eayxv `' ,�j j%l-i
14.
Traction tires & wheels-
11Rx22.5.
15.
Exhaust- vertical with heat
shield.
16.
Paint- cab, frame, bumper,
wheels.
17.
Safety yellow paint on all
steps, handrails & grating.
CAB FEATURES
18.
Left side steering.
19.
Left and right side steps
��g fin, _ pe
and hand rails to exit from
rear of cab to ground.
,
20.
Three or four point air ride
cab.
21.
Electric tilt cab at 45
degree with 90 degree tilt
(1
capability
J
22.
Windshield washer with
electric intermittent
windshield wipers.
23. 1
West coast electric left and
right side mirrors with
defrost.
24.
D.O.T. approved seat belt
25.
Air cushion adjustable
driver's
seat.
26.
Door locks.
27.
Glove box.
28.
Washington Mate D.D.T.
approved LED clearance
lights, stop lights, turn
signals and back up lights.
29.
Instrument panel with
illumination control- Full
factory installed warning
gauges system (volt meter,
oil pressure, water temp.,
fuel level, air pressure,
hour meter, odometer,
speedometer.).
30.
Inter rear axle lock.
11 31. Inside cab operation
35.
controls including fifth
�0
wheel, trailer and cab air
�J
brake system.
32.
40,000 to 45,000 BTU
heater /defroster.
33.
Translucent sun visor.
J
34.
Daytime running lights.
35.
Conspicuity tape.
36.
Trailer electric seven (7)
wire cable with connections
and two (2) colors coded,
coiled air lines with glad
J
hand receivers.
37.
Rear license plate bracket
and light.
38.
Rear mud flaps.
39.
Rear entry door w/ window.
40.
Driver side door w/ window
and steps for exiting from
driver's side of cab.
41.
Spring loaded air hoses and
light harness wand located
behind the cab.
42.
Preformed structural steel
side rails.
43.
ASTM A572, 12 "x3" @ 25
lbs. /ft.
44.
Reinforced to 35.2 lbs. /ft.
Total RBM- 3,878,000 to
3,945,000 in -lbs.
45.
Taper curb side deck.
46.
Rear frame extension for
I
easier entry to low trailers.
47.
18" double reinforced front
bumper with tow hooks.
48.
50 gala fuel tank/ with 10"
deep step.
49.
Two (2) Group 31, 700 CCA
maintenance free batteries,
50.
Term and type of Mfg.
Warranties.
w+y 10 �ar
A1It urN SM(SA0I r'i1D 5
1ya, JA4 MDOA s
IYl,tn
�i�
51,
Reinforced steel cab guard.
(�
52.
Constant running
n
PTO /pump.
53.
Electric audio back =up
(�
alarm.
U
54.
Removable slip resistant
metal grate attached to
frame between back door
and fifth wheel.
U
Used to exit or enter cab
and hook =up of wiring and
air hoses to trailer.
55.
Min. 18.7 CFM air
compressor.
56.
Air drier.
57.
Two copies of parts,
A
operation and repair
�+
manuals.