HomeMy WebLinkAbout110617_ca08Department of Central Services
O Consent Agenda
Page 1 of 1
Jefferson County
Board of Commissioners
Agenda Request
To: Board of Commissioners
Philip Morley, County Administrator Vie`
From: Mark McCauley, Central S ces Director
Agenda Date: November 6, 2017
Subject: Contract Award for Pedestal -mounted Transfer -station Crane to
Crane Equipment Mfg. Corp.
Statement of Issue:
Award of contract for the supply and installation of a pedestal -mounted transfer -station crane
as required by the Department of Public Works, Solid Waste Division for which bids were
opened on September 11, 2017.
Analysis/Strategic Goals/Pros & Cons:
The recommendation of the Fleet Services Manager is to award the contract to the sole
responsive bidder, Crane Equipment Mfg. Corp. The recommendation is to accept Bid Lines
#1, #5 and #6 while rejecting Bid Lines #2, #3 and #4.
Fiscal Impact/Cost Benefit Analysis:
The recommended award has a total cost of $231,821.20 including tax, below the Solid Waste
budget for this project of $250,000. Two bidders that manufacturer and sell similar units
participated in the procurement process, both attending the pre-bid meeting and site visit, so
while only a single bid was received it is believed that the recommended bidder anticipated
competition and presented the county with competitive pricing.
Recommendation:
Execute the attached contract.
Department Contact:
Matt Stewart, Road Maintenance Superintendent, 344-9705.
Reviewed
Philip Morley, County Administrator
l(1-3�/i
Date
JEFFERSON COUNTY DEPARTMENT OF CENTRAL SERVICES
FLEET SERVICES DIVISION
BID PROPOSAL SPECIFICATIONS
TO PROVIDE PEDESTAL -MOUNTED TRANSFER -STATION CRANE
PROCUREMENT PROCESS SUMMARY
Procurement title:
Pedestal -mounted Transfer -station Crane
Responses due:
Monday, September 11, 2017, 9:30 A.M.
Office of the County Commissioners
Basement level
Delivery address for responses:
Jefferson County Courthouse
1820 Jefferson Street
Port Townsend WA 98368
USPS -only address for responses
(caution: on-time delivery
Board of County Commissioners
typically requires delivery to the
P.O. Box 1220
PO Box at least one business day
Port Townsend WA 98368
early):
On the date responses are due at a time to be published in the agenda of the
Bid opening date/time:
Board of County Commissioners for that date, typically shortly after the time
responses are due
Jefferson County Commissioners Chambers
Basement level
Bid opening location:
Jefferson County Courthouse
1820 Jefferson Street
Port Townsend WA 98368
Pre-bid conference and site visit
Thursday, August 17, 2017, 10:00 AM
(attendance is strongly
325 County Landfill Rd in Port Townsend, Washington
recommended but not mandatory):
Questions and requests for
Tuesday, August 29, 2017
clarification due:
Matt Stewart
Manager, Fleet Services Division
Jefferson County Department of Central Services
Direct questions to:
P.O. Box 1200
Port Hadlock WA 98369
E-mail: mstewart@co.jefferson.wa.us
Phone: (360) 385-0890
N.B.: If a Bidder takes exception to any provision of the specification, Jefferson County shall reject
the Bid as non-responsive in the event that Jefferson County determines such exception(s) to be
material exception(s). Bidders are encouraged not to assume that any exception will be considered by
Jefferson County to be non -material, minor or acceptable to Jefferson County.
Bidders are therefore strongly encouraged to submit questions and requests for clarification with the
intent of obtaining clarification that will allow the bidder to avoid taking exceptions to the
specification.
N.B.: Each bid proposal must include three copies of the Proposal Execution and County Acceptance
of Proposal, each with original signatures. Failure to sign at all locations where a signature is
required may be considered a material exception and sufficient reason to reject bidder's proposal.
PEDESTAL -MOUNTED TRANSFER -STATION CRANE, PAGE 1 OF 27
A. INSTRUCTIONS TO BIDDERS
1. BID REQUIREMENTS
1.1. Bid Proposals shall be made based on the specifications contained in this document with all its exhibits,
attachments and addenda.
1.2. Bids shall be submitted in the form of a complete, executed copy of this document with all exhibits,
attachments and addenda.
1.3. Bidders are solely responsible for obtaining all Bid Documents, including Addenda. In order to receive
notice of clarifications and addenda, Bidders that download the Bid Documents must register as a Bid
Document holder by emailing contact information to mstewart@co.jefferson.wa.us.
1.4. Bid Proposals shall include all costs to the project including taxes and all other fees.
1.5. The Bid must include provisions for all of the requirements in this Bid Specifications.
2. QUESTIONS AND ADDENDA
2.1. Bidders are required to carefully examine all of the Bid Documents before completing the forms and
submitting a Bid. If the specification calls for work to be performed onsite, Bidders are also required to
inspect the site of the work to be performed, familiarize itself with the conditions at the site that will
affect the work and calculate and include in their bid amount any costs the bidder will incur as a result
of performing the work onsite. A Bidder that is awarded a contract will be solely responsible for all
costs arising from and associated with that Bidder's (i) failure to comply with the requirements of the
Bid Documents, including, without limitation, this requirement to inspect the Bid Documents and site of
the work, and (ii) failure to include any costs or expense attributable to site conditions that could have
reasonably been discovered through a site inspection or examination of the Bid Documents.
2.2. Immediately notify the Owner upon finding discrepancies or omissions in the Bid Documents. See
attached "NOTICE TO PROSPECTIVE BIDDERS".
2.3. If a Bidder takes exception to any provision of the specification, Jefferson County shall reject the Bid as
non-responsive in the event that Jefferson County determines such exception(s) to be material
exception(s). Bidders are therefore encouraged to submit questions and requests for clarification with
the intent of obtaining clarification that will allow the avoidance of exceptions to the specification.
2.4. The Jefferson County Department of Central Services will receive written questions and requests for
clarification (email is preferred) related to this specification until seven calendar days prior to the bid
opening date.
2.5. Direct questions to the addressee listed in the Procurement Process Summary on the first page of this
document.
2.6. Questions and requests for clarification will be answered at the County's discretion and only in response
to written request. Questions and requests for clarification will not be answered verbally or for the
benefit of any individual bidder.
2.7. Any answers or clarifications furnished by the County will be contained in addenda that may be issued
during the Bidding period. All Bid Document holders of record will be notified and furnished a copy of
all addenda. There may be multiple Addenda. All addenda become part of this bid document and must
be acknowledged as received on the bid form, and resultant costs must be included in the Bid Price.
Failure to acknowledge Addenda in the Bid Documents when submitting the bid will render the bid
non-responsive. Any harm to the bidder resulting from failure to obtain all necessary documents, for
whatever cause, will not be valid grounds for a protest against award(s) made under this bid solicitation.
3. BID SUBMISSION
3.1. The Board of County Commissioners of Jefferson County, State of Washington, will receive sealed bids
up until the hour listed in the Procurement Process Summary on the first page of this document at the
location listed in the Procurement Process Summary on the first page of this document.
PEDESTAL -MOUNTED TRANSFER -STATION CRANE, PAGE 2 OF 27
3.2. Bids may be delivered or mailed to the office of the Board of County Commissioners at the delivery
addresses listed in the Procurement Process Summary on the first page of this document but must be
received by the previously stated date and time. Bids submitted later than this time and date or to other
county offices will be rejected.
3.3. Each bid proposal must be identified with the PROCUREMENT TITLE listed in the Procurement
Process Summary on the first page of this document and "BID ENCLOSED." The name, address and
phone number of the Bidder must also be printed clearly on the outside of all envelope(s) or package(s).
Additional points of contact such as an e-mail address may be listed on the outside of the envelope at
the bidder's discretion. Each bid proposal shall be sealed in a separate envelope, marked as described.
Each bid proposal shall be separate and complete, and shall include all specifications, deviations, and
any other relevant information.
3.4. Bidders shall be required to sign and agree to the provisions of the attached:
a. Exhibit "A"- Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion
b. Proposal Execution and County Acceptance of Proposal (three copies with original signatures)
3.5. All Bid Proposals shall include a complete printed copy of these Contract Documents, with the
following sections completed in their entirety:
a. Project Proposal
b. Bidder Contact Information and Bid Data
c. Confirmation of Receipt of Project Addenda
d. Proposal Execution and County Acceptance of Proposal (three copies with original signatures)
3.6. All completed documents included in the Bid Proposal must be completed in ink or typewritten. Bidders
may not change any of the Bid Documents. Any changes made by a Bidder to the Bid Documents may
result in rejection of the Bid and will not be binding upon the County.
3.7. Bidders may submit more than one Bid Proposal. Each additional Bid Proposal shall contain its own
original and separately completed copies of items described in paragraphs (a) through (d) of subsection
3.4.
4. BID OPENING & SELECTION
4.1. Sealed bids will be opened and read publicly at the location listed in the Procurement Process Summary
on the first page of this document on the date responses are due at a time to be published in the agenda
of the Board of County Commissioners for that date, typically shortly after the time responses are due.
4.2. Jefferson County reserves the right to reject any and all bids and waive all informalities in the bidding
process.
4.3. Vendor bids will be reviewed using, but not limited to, the following criteria listed highest to lowest
priority:
a. Ability to meet or exceed the Minimum Specifications criteria
b. Lowest responsible bid
c. Parts and service availability
d. Warranties
e. References
£ Requested product information
g. Length of time available in the U.S.A. market
h. Estimated Delivery time
4.4. Bids shall remain open to acceptance for a period of thirty (30) days after the Bid closing date.
4.5. If and when a bid is awarded, Jefferson County Department of Central Services, Fleet Services
Division, will issue a "Notice of Contract Award" to the successful Bidder.
PEDESTAL -MOUNTED TRANSFER -STATION CRANE, PAGE 3 OF 27
4.6. Vendor shall hold the bid amount for a term of no less than forty five (45) days from the issue date of
the "Notice of Contract Award".
4.7. Vendor shall receive a letter of "Notice of Contract Award" and a copy of the fully executed Proposal
Execution and County Acceptance of Proposal.
PEDESTAL -MOUNTED TRANSFER -STATION CRANE, PAGE 4 OF 27
B. DETAILED SPECIFICATIONS
1. General
The Contractor will provide, deliver and install one new, current -model Pedestal -mounted Transfer -station Crane for
use by the Solid Waste Division of the County's Department of Public Works.
All specified requirements are minimum requirements unless stated otherwise. If Bidder takes exception to the
provisions of the Bid Documents, Jefferson County may reject the Bid as non-responsive in the event that the
Manager, in his or her sole opinion, determines such exception(s) to be material exceptions(s). The Department of
Central Services, Fleet Services Division, reserves the 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.
The Contractor must provide quotes on the Proposal Page for the following Bid Lines. Bid Line pricing must be a
non -negative value. Quotes showing a credit or "no charge" will be assigned a price value of $0 for canvassing and
contract award purposes.
All Additional Items must be designed and constructed for use with the unit as specified and be furnished complete
with all necessary peripheral items required for proper/safe operation.
Please attach all required documentation to proposal.
2. Basis of Award
Jefferson County reserves the right to award contract(s), based on the lowest total bid price to the responsive and
responsible bidder meeting the terms and conditions of the specification.
Bidders must quote all Bid Lines. Bids submitted to the contrary will be considered incomplete and, as a result, may
be rejected.
The Contractor's bid pricing must incorporate any/all peripheral costs including, but not limited to the costs of the
vehicles/equipment, delivery/transportation charges, taxes, insurance, training, fluids, warranties, profit and/or
overhead, etc., required by the specifications.
Jefferson County reserves the right to award a contract, or reject any/all bids, when in the opinion of Jefferson
County the best interests of the County would be served thereby.
3. Meetings and Inspections
A Pre -construction Meeting must be held at the facility of the Solid Waste Division prior to construction of any units.
This meeting must be attended by the Contractor's technical representatives to view and measure the existing facility
and to discuss construction techniques and particular component placement. The Contractor representatives must
have the full authority to provide binding decisions on the Contractor's behalf.
A Drawing Review Meeting must be held at the facility of the Solid Waste Division prior to construction of any
units. This meeting must be attended by the Contractor's technical representatives to discuss the final construction
drawings. The Contractor representatives must have the full authority to provide binding decisions on the
Contractor's behalf and must bring to this meeting their approved schedule for construction.
If any meeting is to be held outside Jefferson County at the Contractor's request, two representatives of the County
user department for the order and two representatives of the Fleet Services Division will attend. The expense of
appropriate travel, lodging and meals for all meetings and inspections not held within Jefferson County must be
borne by the Contractor. For purposes of travel expenses, travel to and from the inspections by County personnel
must be by automobile up to a maximum of 300 road miles from the Fleet Services Facility at 371 Chimacum Road
in Port Hadlock, Washington. If travel is required in excess of 300 road miles, the Contractor must provide County
employees with travel via commercial airlines with a 14 day notice of arrangements being provided prior to the
inspection date. Travel arrangements must be made in accordance with Jefferson County travel policy.
Final acceptance will be at the Solid Waste Division facility in Port Townsend, WA, following installation of the
complete unit. A meeting to demonstrate and test the complete unit and to conduct the operator and
maintenance/repair training required herein must be held at that facility subsequent to completion of the installation.
This meeting must be attended by the Contractor's technical representatives and training staff.
PEDESTAL -MOUNTED TRANSFER -STATION CRANE, PAGE 5 OF 27
4. Installation
The Contractor must deliver and install the specified unit, complete with all attachments and ready for use at the
following address:
Solid Waste Division
Jefferson County
325 County Landfill Rd
Port Townsend, WA 98368
Delivery and installation must be performed between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday,
excluding Holidays. Delivery and installation of the unit must be completed within 120 Calendar Days following the
issue date of purchase order release.
The Fleet Services Division contact person must be notified at least 48 hours prior to delivery of the specified unit.
5. Inspection Upon Delivery
Upon delivery of the specified vehicles or equipment, the County will conduct an in-depth initial visual examination
solely for the purpose of identifying gross and obvious damage. The Contractor's representative may be present for
the initial examinations.
If defects or omissions are discovered during the inspection, the County may:
5.1. Refuse acceptance of any/all units;
5.2. Arrange with the Contractor to make corrections; or
5.3. Require the Contractor to remove any/all units from the County's premises at its own cost to make the
necessary corrections.
The Contractor must provide any/all labor and materials that may be required to correct non-compliant aspects of all
items in a prompt manner, at no cost to the County. The "promptness" of corrective actions will be established by the
County based upon the quantity and scope of the corrections required.
6. General Construction
All components will be the manufacturer's latest models. Appurtenance and/or accessories not herein mentioned but
necessary to furnish a complete unit ready for use upon delivery will be included. The components, systems and
services will conform to the best practices known to the trade in strength, quality of material and workmanship and
be subject to this specification in full. This specification will be construed as minimum. Should the manufacturer's
current published data or standard package exceed this, it will be considered minimum and will be furnished. The
County reserves the right to waive or make exceptions to this requirement if it be to the County's best interest.
7. Standard Product
Experimental components and systems will not be acceptable. Any components or systems which are not produced
by regular production methods and/or which have not been offered for sale to the public through accepted industry
trade channels for approximately one (1) year prior to the offering of this bid, will be considered experimental. The
Manager reserves the right to determine what constitutes experimental equipment.
Hybrids and/or combinations of two (2) or more standard production units may not be accepted. The Contractor must
furnish evidence upon request that the components and systems to be furnished has been commercially available
through the proposed manufacturer to the trade for a period of not less than approximately one (1) year and has been
fully field tested to the satisfaction of the Manager.
8. Design and Construction Practices
Any/all assemblies, subassemblies, component parts, etc., must be designed with a factor of safety that is equal to or
greater than that which is considered standard and acceptable for this class of equipment. Where applicable, the
vehicles or equipment must conform to the standards established by Military Specifications, the Society of
Automotive Engineers, Federal Aviation Administration or the Federal Motor Safety Standards. Assemblies, sub-
assemblies, component parts, etc., must be standard and interchangeable throughout the entire quantity of units
purchased under this document. Assemblies, sub -assemblies, component parts, etc., that are obsolete or approaching
obsolescence due to material, design changes or improvements will not be acceptable and will be subject to
PEDESTAL -MOUNTED TRANSFER -STATION CRANE, PAGE 6 OF 27
replacement with current assemblies, sub -assemblies, component parts, etc. The components and systems furnished
by the Contractor under this Specification must also comply with all applicable Federal OSHA, State of Washington
and local laws/acts ordinances in effect at the time of delivery.
The components and systems must be designed to function reliably and efficiently in sustained operation, under
conditions which are typical for the intended application.
The components and systems must be designed to permit accessibility to all maintenance points with minimal
disturbance of other components or assemblies.
Where "heavy-duty" items are required by this Specification, the term will be understood to define items which
exceed the quality, capacity, durability and/or quantity of those items normally supplied with a standard production
unit.
9. Special Requirements for Wiring
When any electrical items are required by the specifications, a fuse or junction box suitable for connection of the
equipment required must be installed in a location subject to approval by the Fleet Services Division. Junction box
must include fused circuits sufficient to accommodate the required equipment. Each relay and fuse added to power
equipment must be clearly and permanently labeled with the function it controls. Each fuse must be sized as
necessary to match circuit demands and component -manufacturer recommendations; each fuse must be rated to
effectively protect its circuit.
All equipment wiring, including wiring in the engine compartment and in the passenger compartment, must be
enclosed in suitably sized wire loom. All wiring must be continuous lengths without butt connectors (except where
required to connect to vehicle and component pig -tails) with heat -shrink-wrapped connections and must include
service loops of slack wire, neatly stowed, at each end, in lengths sufficient to permit removal and service of all
electronic equipment without cutting or disconnecting wires.
Any opening cut in metal must be appropriately sized and must be fitted with a grommet to protect wiring and filled
with silicon to seal out weather and noise.
In all cases, installation of auxiliary equipment must be done in a professional manner, following the requirements
and guidelines of all involved auxiliary -equipment manufacturers and, where more restrictive, applicable industry
(NFPA, NEMA and SAE) standards and best practices.
Installed wiring and the wiring diagram and manuals must be consistent including such details as operation, wire
colors and wire routing.
All components must be thoroughly grounded and, where necessary, isolated to keep the electrical system free from
unnecessary radio frequency interference.
10. Quality Control
The Contractor must utilize industry -recognized standards and procedures to assure that a satisfactory level of quality
control are maintained in all stages of the manufacturing, assembly and installation process. Employees of the Fleet
Services Division or agents acting on behalf of the County, accompanied by such County personnel will have open
access to all areas/ facilities in order to ensure that proper quality control standards are being met.
11. Contractor's Warranties
If in performance of the Services, the Contractor provides any goods, the Contractor warrants that the title to the
goods to be provided under this Contract is good, its transfer is rightful and that the goods will be delivered free from
any security interest or other encumbrance of which Contractor has not informed the County.
The Contractor expressly warrants that all goods shall be merchantable within the meaning of Article 2-314(2) of the
Uniform Commercial Code (Title 62A RC W) in effect on the date they are ordered. In addition to all warranties that
may be prescribed by law, the goods shall conform to specifications, drawings and other description and shall be free
from defects in materials and workmanship. Contractor also warrants that, except where the goods are produced
pursuant to detailed designs furnished by the County, they will be free from defects in design. Such warranties,
including warranties prescribed by law, shall run to County, its successors, assigns, customers and to users of the
goods and, if applicable, survive beyond the termination date of this contract.
PEDESTAL -MOUNTED TRANSFER -STATION CRANE, PAGE 7 OF 27
The Contractor must warrant the specified units and all mounted/furnished equipment against defective design,
material or workmanship for the minimum periods listed in the Bid Data Pages Warranty Section or one year,
whichever is greater, from the date of final acceptance by the County, that it will, at its own expense and without any
cost to the County, replace all defective parts that may be required or made necessary by reason of defective design,
material or workmanship or by reason of non-compliance with the Contract Documents. The warranty period will
commence on the day the individual item is accepted by the County. The County may revoke acceptance if the
materials, goods or components are later discovered not to be in conformance with this Contract.
Any repairs made by the Contractor during the respective warranty period must in turn be warranted for a period of
three (3) months from the date of their completion or until the end of the original coverage period, whichever is later.
Chronic defects in design, material and workmanship as warranted herein must be rectified in all units furnished
under these specifications. Chronic defects, for purposes of this warranty, must be defined as defects of a similar
nature which occur in more than three (3) [or ten percent (10%) of the quantity, whichever is greater] of the units
furnished under these specifications.
The County may avail itself of the manufacturer's standard (or "no cost' incentive) warranty or any provision thereof,
in lieu of the warranty outlined herein, if deemed to be in the best interests of the County.
12. Trade Names and Substitutions
Reference to a specific manufacturer or trade name in this solicitation is intended to be descriptive (but not
restrictive) and to indicate to prospective Bidders those product(s) that have been deemed by the County to be
satisfactory. The Bidder must, if awarded the Contract, provide the product(s) specified, unless equivalent
alternatives have been proposed as described below and found acceptable to the Fleet Services Division.
A Bidder that chooses to respond to this solicitation for Bids with alternate product(s) from those specified in the
solicitation, must identify such alternate items with its Bid with a detailed explanation and documentation in support
of how the alternate items proposed by the Bidder can perform as well as or better than those specified. Unless an
alternate item is so identified, it is understood that the Bidder proposes and will be required to provide, the specific
item described in the specifications. No substitution of specified items will be allowed thereafter except as otherwise
provided for in the specifications.
Documentation in support of alternate items may include:
12.1. Data substantiating compliance of proposed alternate items with requirements stated in the solicitation,
including:
a. Product identification including manufacturer's name and address
b. Manufacturer's literature identifying:
(i) Product description
(ii) Reference standards
(iii) Performance and test data
c. Samples, as applicable
d. Name and address of similar projects on which the product has been used and date of usage
12.2. Itemized comparison of the proposed alternate item with product or service specified listing significant
variations.
A Bidder warrants and represents that in making a formal request for substitution with alternate items that:
12.3. The proposed alternate item is equivalent to or superior in all respects to the product specified and
12.4. The same warranties and guarantees will be provided for the alternate item as for the product specified
The Manager may, in his or her sole discretion, accept an alternate item for a specified item, provided the alternate
item so bid is, in the Manager's sole opinion, the equivalent of the item specified in the solicitation. An alternate item
that the Manager determines not to be equivalent to the specified item shall render the Bid non-responsive and the
Manager shall reject the Bid.
PEDESTAL -MOUNTED TRANSFER -STATION CRANE, PAGE 8 OF 27
13. Prime Bidder/Contractor
While it is understood that the various components incorporated into the unit assembly are warranted by the specific
component manufacturers, it must be understood that the successful Bidder will be responsible for assistance in and
resolution of any and all warranty -related problems. The successful Bidder is regarded as the Prime Contractor for
the completed unit. As such, the bidder will be held responsible for the proper selection, application and performance
of all components utilized in the completed unit.
14. Bidder's Experience and Qualifications
Bidder must be the manufacturer or an authorized dealer or distributor of the manufacturer of the proposed vehicles.
The contractor must be able to provide genuine parts, assemblies and/or accessories as supplied by the original
equipment manufacturer (OEM). Further, the contractor must be able to provide original product warranty and
manufacturer's related services such as product information, product recall notices, etc.
The County reserves the right to require documentation to substantiate bidder's compliance with the requirements of
this section.
15. Repair Personnel
The Contractor or its subcontractor must operate a fully equipped repair shop or service facility and employ certified
factory trained personnel who are authorized to perform service and/or repair work on the specified equipment
described herein, except that the Contractor may propose in writing alternative arrangements for the provision of
services to repair and correct the vehicle or equipment, including the base unit and all components and systems for
such reasons as warranty repairs, recalls and corrections of the unit's build or configuration. Such arrangements may
include Contractor -supplied and -funded two-way transportation from the County's facility to the Contractor's shop
facility and a program for reimbursement of services performed by County staff with labor reimbursed at $87 per
hour and parts provided at no cost or parts reimbursed at 120% of the County's cost.
Upon request, the shop facility will be open to inspection by any County representatives. The shop facility must be
located within 100 road miles of 371 Chimacum Road, Port Hadlock, Washington. The shop or service facility must
be equipped with the necessary parts to provide full service to the County equipment either in stock and a turnaround
time must be clear to perform all repair and service operations that may be required. The Contractor's facility will be
of sufficient size and accessibility to accommodate the anticipated amount of repair service to County -owned
equipment and must have available an enclosed, secured area to store County equipment awaiting repairs..
16. Turn Around Time
Any equipment that has been taken by the Contractor for repairs will be returned within five business days, unless
otherwise authorized by the Manager. The Contractor will expedite repairs, to the equipment as required by the Fleet
Services Division in order to meet any reasonable time frames set forth by the Fleet Services Division. If there are
delays due to a lack of parts, insufficient manpower or other circumstances, then the Contractor will notify the Fleet
Services Division immediately of the delay. If the equipment is found to be irreparable, the Contractor is to notify the
Fleet Services Division immediately and the Manager will make a determination of what course of action to take.
17. Time of Completion
It is understood and agreed that TIME IS OF THE ESSENCE in this Contract and the Contractor will begin and
prosecute the work covered by this Contract with all due diligence as to complete any repairs covered under this
Contract within three (3) business days after the date of notification to commence work by the Fleet Services
Division or as authorized requested by the Manager or authorized representative. If there are delays due to lack or
parts or other circumstance, then the Contractor will immediately notify the Manager or authorized representative.
18. Employees
The Contractor's personnel will exercise safe and sound business practices with the skill, care and diligence normally
shown by professional technicians employed in the type of work required under this contract.
The Contractor's employees or subcontractors are required to wear suitable uniforms, during the time they are on
duty on any County property. The Contractor's employees or subcontractors must wear an identification badge at all
times while on duty on any County property. The Contractor's employees must have proper identification on their
person before they will be allowed on any County property.
PEDESTAL -MOUNTED TRANSFER -STATION CRANE, PAGE 9 OF 27
The Contractor will employ only competent and efficient employees and whenever, in the opinion of the Manager,
any employee is careless, incompetent, obstructs the progress of the work, acts contrary to instructions or conducts
themselves improperly, the Contractor will, upon the request of the Manager, remove the employee from the work
and will not employ such employee again for the work under this Contract, except with the written consent of the
Manager. The Contractor will not permit any person to enter any part of a County facility or property while under the
influence of intoxicating liquors or controlled substances. The Contractor will not permit obnoxious behavior or
possession or consumption of alcoholic beverages or drugs anywhere on the site of any work to be performed under
this Contract.
The Manager has authority to request the Contractor to remove any worker who proves to be incompetent or
negligent in his/her duties.
19. Use of County Facilities
The Contractor must inform the Manager of the Fleet Services Division or authorized representative of the use of
County facilities, such as telephones.
Smoking is prohibited in all Jefferson County facilities and vehicles.
The Contractor will require that all employees refrain from disturbing tools, tool boxes, papers on desks, opening
desk drawers or cabinets.
While on County premises, the Contractor will not store any equipment, tools or materials without prior written
authorization from the Manager. The County will not be responsible for or liable to pay the Contractor for any loss of
equipment, tools or materials stored in unsecured areas without proper authorization.
20. Standards of Performance
The Contract will perform or cause to be performed, all Work required of it under the terms and conditions of this
Contract with that degree of skill care and diligence normally exercised by experienced Contractors performing work
in projects of a scope and magnitude comparable to this project. The Contractor will use reasonable efforts to assure
timely and satisfactory completion of the Work. The Contractor will at all times, act in the best interest of the
County. The contractor will perform or cause to be performed, all Work in accordance with the terms and conditions
of this Contract and to the reasonable satisfaction of the County.
21. Correction of Work
The Contractor when directed in writing by the Manager will promptly remove, re -perform or correct all Work
identified to be defective or as failing to conform to the Standards set forth above or in the Contract Documents,
whether observed before or after completion of the Contractor's Work and whether or not installed or completed. The
Contractor will bear all costs of correcting such defective or nonconforming Work, including costs associated with
removing any nonconforming Work and installing corrected Work and compensation for any additional services
made necessary thereby.
22. Failure to Proceed with Directed Work
In case of failure on the part of the Contractor to execute Work ordered, in writing, by the Manager, the Manager
may, at the expiration of a period of forty-eight (48) hours, request the Manager to give notice, in writing, to the
Contractor and proceed to execute such Work as may be deemed necessary and the cost thereof, will be deducted
from compensation due or which may become due the Contractor under this Contract.
23. Training/Technical Assistance
The Contractor must furnish professionally conducted training sessions to the extent described below. This training
will be provided by the Contractor as a portion of the Contract, at no additional cost to the County.
The Contractor must train County Solid Waste Division staff in the operation of and responsibilities for the unit and
any auxiliary items is required for a minimum period of four hours. This training will be conducted by
knowledgeable, experienced personnel, at the facility of the Solid Waste Division.
The Contractor must train County mechanical technicians in the most efficient methods of diagnosing,
troubleshooting, maintaining and repairing the unit and any auxiliary items for a minimum period of four hours. This
training will be conducted by knowledgeable personnel, skilled at conducting training, trained/authorized by the
manufacturer(s) of the unit and any auxiliary items, at the facility of the Solid Waste Division.
PEDESTAL -MOUNTED TRANSFER -STATION CRANE, PAGE 10 OF 27
24. Manuals, Certificates, Applications
Operator's manuals, parts manuals, technical -service manuals and wiring diagrams must be provided for the base unit
and all installed components. Technical Service Bulletins (TSBs) must be forwarded directly to the Fleet Services
Division as they are issued. All manuals must be provided in English. DVD- or CD -based manuals are preferred, but
hard copies may be provided if electronic manuals are not available.
The following paperwork must be provided at the time of delivery:
24.1. An invoice matching the pricing and other terms of this contract;
24.2. All applicable warranty certificates and applications for delayed warranty start dates; and
All title and ownership paperwork must include the following information for the owner to be registered:
Jefferson County Central Services
PO Box 1200
Port Hadlock, WA 98339
25. Bid Line #1: Base Unit
25.1. Unit must be a pedestal -mounted crane designed and constructed by its manufacturer to be electrically
driven, pedestal -mounted and used in solid -waste -transfer environments to load and compact solid
waste in open -top semi -trailer containers.
25.2. Cranes and excavators intended for or primarily sold for use in non -solid -waste applications are not
acceptable.
25.3. Units designed for or primarily sold in an engine -driven configuration are not acceptable.
25.4. The unit must contain no dealer markings of any type, interior and exterior.
25.5. Boom
a. Boom assembly must consist of a main/jib boom combination of approximately 25' with wristing
action located on jib boom.
b. All boom sections must be all -welded steel construction with replaceable bushings.
c. Boom configuration must allow for a 13' below -ground -level reach.
d. Head, knuckle and wristing pins must be a minimum of 2.5" diameter retained by nuts with a
minimum 2" thread diameter, capable of being locked to the pin to prevent loosening.
e. All pinned connections must have provisions for lubrication. All grease fittings in areas exposed to
refuse damage must be protected/shielded.
f. Boom must have reinforcing plates make from 0.5" steel on both sides.
g. Boom must be connected to the bearing plate by two head ears minimum 1.25" thick, recessed into
the bearing plate. The bearing plate must be 1.5" thick.
h. Cylinder pin side plates must be a minimum of 1" thick on each side, and knuckle pin boss must
have minimum 1.25" reinforcement plates on both sides.
25.6. Grapple
a. Grapple assembly must consist of steel fabricated head unit designed specifically for solid waste
purposes with a minimum capacity of 1/3 cubic yard, must have a maximum width of 4'8" in the
open position and a maximum height of 60" from jib boom pin to bottom of grapple in closed
position.
b. Grapple must use a minimum 20" diameter Rotek (or equivalent) bearing and hydraulic/manifold
swivel to allow continual head rotation.
c. The pinion/torque motor must be mounted with a minimum of four bolts.
d. All hoses and fittings must be protected from snagging and breaking.
25.7. Electrical System
PEDESTAL -MOUNTED TRANSFER -STATION CRANE, PAGE 11 OF 27
a. Electrical system must include a motor/pump power unit to be remotely mounted and rated at 75
HP, 480-y or 480 -delta 3-phase, 60HZ.
b. Electrical system must be sealed and weatherproof, with the starter motor combined with a base -
mounted 150 -amp circuit breaker.
c. A master on/off switch must be located in the cab within easy reach of the operator and a 110 -volt
duplex outlet must also be provided within the cab.
25.8. Hydraulic System
a. All components of hydraulic system must be readily serviceable.
b. 200 -gallon hydraulic tank must be located with the remote power pack. Tank must be fitted with an
external sight gauge, 100 -mesh internal replaceable filters located on the suction and return lines,
and external 25 -micron spin -on replaceable filter incorporated onto each return line.
c. Shut off valves must be located on all lines at the tank.
d. Tank must incorporate a low fluid level shut off, internal oil heater and external oil cooler.
e. The hydraulic pump must be a triple unit rated for 25 GPM, 25 GPM and 18 GPM to ensure
sufficient size to operate multiple functions simultaneously. Operating speed of main and jib
cylinder -boom must be 100 inches per minute; swing speed must be a minimum of 2 RPM; grapple
rotation must be a minimum 6 RPM. Swing, main boom and jib booms must be able to work
concurrently and without power loss to any functions.
f. Hydraulic pressures of the main and Jib boom cylinders must operate between 1,200 and 2,500 PSI,
adjustable.
g. Main cylinder must be 7" inches in diameter with a 3" -inch rod.
h. Jib cylinder must be 6" inches in diameter with a 3" -inch rod.
i. Wristing cylinder must be 5" in diameter with a 2.5" -inch rod.
j. Grapple cylinder must be 3.5" in diameter with a 1.5" -rod.
k. Pistons and glands may be made of aluminum or steel. Main cylinder bodies must be honed steel
tubing with a half-inch wall thickness.
1. All pressure hoses must be a minimum of two -wire.
in. Hydraulic hoses and connections on Jib boom and Grapple must be protected from possible damage
caused from compacting refuse. Hoses must be supported to prevent sagging.
n. Hoses at the mast head to be directed to control valve.
o. Shock dampeners/accumulators must be added to both the Main and Jib boom cylinders on the
down sides. Dampeners must be one -quart nitrogen -filled dampener devices to lessen loading
stresses.
p. System must be able to exert a minimum of 5,000 pounds compaction/downward force at full
extension and a minimum lift capacity rating of 21,000 pounds at eight feet extension.
25.9. Platform and Rotation
a. Platform must be constructed of steel I -beams in accordance with the provided technical drawings
and certified by a structural engineer and, to fit as designed with the County's existing
mounting/anchoring system.
b. The platform pedestal must be welded steel construction designed to endure the forces generated by
this application. It must be 4' foot in height, with 5' by 5' mounting plate with a 1" inch absorbing
shock pad, all mounting hardware included.
c. The cab must be mounted a minimum 1' above the pedestal platform. Area below the cab and
anything mounted therein must be accessible for maintenance by utilizing removable side panels
and floor plates.
PEDESTAL -MOUNTED TRANSFER -STATION CRANE, PAGE 12 OF 27
d. The swing/rotation system must consist of a Commercial Inter -tech or similar drive motor and a
Fairfield S -3A or similar planetary gear box. This system must be independent of the hydraulic
system and must allow for a variable swing speed up to 3 RPM and provide a minimum swing
torque of 6,250 ft. lbs. This system must be capable of providing 360 -degree non -continuous
rotation. All valving must be accessible for maintenance and protected from damage.
e. The platform must be mounted on the new bridge, which will be supplied by the County with its
specifications coordinated between the County's engineering contractor and the Contractor.
25.10. Cab and Controls
a. Cab must be designed forty-eight inches wide and to provide the operator with maximum visibility
in all directions.
b. Sliding side windows must be installed on both sides of the cab, full front glass must also be
installed along with a half -height front window guard. All glass used must be an automotive -grade
safety glass.
c. Cab must be fully insulated.
d. Cab must have a 1 IOV rear -mounted heating/air conditioning system capable of providing sufficient
heating and cooling to provide a 60 -degree to 70 -degree interior environment in the range of
weather conditions encountered in Jefferson County, Washington.
e. Controls must consist of a high -back design operators chair with built in armrest joystick controls.
f. Controls must be dual hydraulic remotes that operate the main/jib booms, wristing and swing
controls.
g. Controls must include two electrical power switches for the orbit and open/close of the grapple.
h. Controls must hydraulically operate the main control valves.
i. Cab must be fitted with an external warning horn controlled by an in -cab dash -mounted switch.
25.11. Lighting
a. All interior lighting must be LEDs with in -cab dash -mounted switches.
b. Above front window, cab must be fitted with two white LED floodlights facing forward on either
side of the main boom angled down into the work area. Underside of bridge must be fitted with four
white LED floodlights, angled down into the work area, adequate to light the open -top semi -trailer
below. Floodlights must be mounted on aimable brackets and controlled by in -cab dash -mounted
switches.
c. Cab top must be fitted with a single amber LED flashing beacon controlled by an in -cab dash -
mounted switch.
25.12. Painting
a. Paint must consist of a minimum two coats of synthetic (epoxy) enamel or equivalent powder
coating resulting in a four -mil finish.
b. Exterior color must be a high -visibility safety orange; color subject to approval by the County.
25.13. Installation: General
a. Contractor must provide a "turn -key" installation of the base unit. Contractor must provide all
materials, equipment, labor and permits associated with the removal and replacement of crane and
sub -assemblies.
b. Design and installation of the base unit must be to technical drawings certified by a structural
engineer. Final, as -built drawings must be provided in CAD and PDF format following installation.
All engineering and drawing must be provided by the Contractor.
c. Receipt by the County of the base unit will be complete only when the County's existing unit has
been removed and when the base unit is installed, tested and demonstrated to the County's
satisfaction that the installed unit meets these specifications.
PEDESTAL -MOUNTED TRANSFER -STATION CRANE, PAGE 13 OF 27
d. Subcontractors utilized by the Contractor to effect the installation must be listed in the Project
Proposal. Contractor must update the County of any changes to the subcontractors list. Note the
Insurance requirements for subcontractors in the relevant section of Contractual Terms and
Obligations below.
25.14. Installation: Removal of Existing Crane
a. County's existing unit must be carefully disassembled into its individual components and removed
from its location to allow the new base unit to be installed. All materials, equipment, labor and
permits necessary to effect the removal and disposal of the County's existing unit will be the
responsibility of the Contractor.
b. Removal of the existing crane must include removal of the existing bridge. Following the removal
of the bridge, the County and the Contractor will need to coordinate the timing of the remaining
installation due to the need by the County and its engineering and metal -working contractors to
evaluate, construct and install the replacement bridge. Coordination of timing and coordination
between Contractor's engineers and the County's engineering contractor will occur throughout the
pre -construction and construction process to ensure compatibility of componentry and minimal
downtime of the facility.
c. All components of the existing unit neither swapped by the County nor traded to the Contractor
must be disassembled in undamaged condition and set aside by the Contractor for later disposition
by the County. The County will indicate to the Contractor its choices in this matter by selecting one
or more of the additional Bid Lines below in the awarded contract.
25.15. Installation: Electrical
a. Power supply and service disconnects will be provided by the County in accordance with the
Contractor's drawings and written specifications. The County will provide all materials, equipment,
labor and permits necessary to provide the power supply and service disconnects only.
b. All materials, equipment, labor and permits necessary to effect final electrical connections to the
service disconnects must be provided by the Contractor.
26. Upgrades, Accessories or Additional Items
26.1. The Contractor must provide quotes on the Proposal Page for the following Bid Lines. Each Bid Line
will be selected discretely by the County if needed. Pricing for each Bid Line is for only what is
required by that Bid Line and must not include the unit price indicated on any other Bid Line.
26.2. Additional Item pricing must be a non -negative value. Quotes showing a credit or "no charge" will be
assigned a price value of $0 for canvassing and contract award purposes.
26.3. All Bid Lines must be designed and constructed for use with the unit as described in all other Bid Lines
and must be furnished complete with all necessary peripheral items required for proper/safe operation
regardless of the combination of Bid Lines selected.
26.4. Bid Line #2: Swap Spare Grapple
a. The County's existing unit is fitted with a grapple that has been in service for approximately three
years following a factory rebuild. The Contractor must remove and retain this item and in its place
furnish a newly factory -rebuilt spare grapple.
b. The spare component furnished must be identical in function and capacity to the new component
installed on the proposed crane. The spare component must have a warranty identical to that for the
new component, and the warranty start date must be suspended until the County puts the spare
component into service.
26.5. Bid Line #3: Swap Spare Boom Arm
a. The County's existing unit is fitted with a main boom arm that has been in service for approximately
three years following initial manufacturing. The Contractor must remove and retain this item and in
its place furnish a newly factory -rebuilt spare main boom arm.
b. The spare component furnished must be identical in function and capacity to the new component
installed on the proposed crane. The spare component must have a warranty identical to that for the
PEDESTAL -MOUNTED TRANSFER -STATION CRANE, PAGE 14 OF 27
new component, and the warranty start date must be suspended until the County puts the spare
component into service.
26.6. Bid Line #4: Swap Spare Power Unit
a. The County's existing unit is fitted with a 50hp electric -hydraulic power unit that has been in service
for approximately three years following a factory rebuild. The Contractor must remove and retain
this item and in its place furnish a newly factory -rebuilt spare electric -hydraulic power unit.
b. The spare component furnished must be identical in function and capacity to the new component
installed on the proposed crane. The spare component must have a warranty identical to that for the
new component, and the warranty start date must be suspended until the County puts the spare
component into service.
26.7. Bid Line #5: Hydraulic Accumulator / Emergency Power
a. Base unit must be fitted with an emergency -power system providing the ability to raise the boom out
of the working area a single time following a loss of alternating -current shore power.
b. Emergency -power system must be based on a hydraulic accumulator that retains hydraulic fluid in a
pressurized, bladder -type cylinder sufficient to accomplish the emergency boom raise.
c. Emergency -power system must also include a 110VAC battery -backup device sufficient to energize
the base unit's electric control system to enable the operator to perform the emergency boom raise.
d. In the case of a power outage, emergency -power system must be enabled and disabled through no
more operator action than flipping one or more switches in the operator station.
27. Trade-ins
27.1. The Contractor must provide quotes on the Proposal Page for the following Bid Lines. Each Bid Line
will be selected discretely by the County when needed. Pricing for each Bid Line is for only what is
required by that Bid Line and must not include the unit price indicated on any other Bid Line.
27.2. Trade-in pricing must be a negative value. Quotes showing a cost or any other note will be assigned a
price value of $0 for canvassing and contract award purposes.
27.3. All trade-in items selected by the County will become possession of the Contractor as -is, where -is, at
the time of their removal by the Contractor.
27.4. Contractor will remove and retain any trade-in items selected by the County immediately following
final acceptance of the Base Unit. The costs of removing and transporting the trade-in items and any
other cost associated with the Contractor taking possession of the trade-in items are the sole
responsibility of the Contractor.
27.5. Bid Line #6: Trade-in
a. The County will furnish as a trade-in unit its existing unit as currently installed less the components
the County proposes to retain or swap as spare components. This unit includes a Grizzly 215 SW
head, mast, cab and pedestal.
b. The County will also furnish with this trade-in its existing, spare Grizzly 215 booms (two in
quantity), spare power pack and spare 50hp electric motor.
c. No component of the County's current electrical or structural system that is integral to its transfer -
station facility or that is required for installation of the proposed base unit is included in this trade-in.
d. No component that it listed above in a Bid Line for swapping a spare component is included in this
trade-in. The County's current, in -use grapple, boom arm and power unit are therefore excluded from
this trade-in.
PEDESTAL -MOUNTED TRANSFER -STATION CRANE, PAGE 15 OF 27
C. CONTRACTUAL TERMS AND OBLIGATIONS
The BIDDER and Jefferson County, a political subdivision of the State of Washington, agree and contract, for good
and valuable consideration bargained for and exchanged, that Sections C and D of this "Specifications and Bid
Documents" document form and create an enforceable Agreement obligating each of them to conform to its terms
and obligations. Therefore, the parties acknowledge and agree that this Agreement remains effective after the bid
opening date and obligates all parties to conform to it as they would any other contract or agreement.
1. General Specifications:
This Agreement provides for the supply of one Pedestal -mounted Transfer -station Crane, which must be delivered to
325 County Landfill Rd, Port Townsend WA 98368. The complete unit must be supplied, delivered and installed by
one company responsible for the performance, warranty, parts, and service as specified. The Bidder must be a
factory -authorized dealer for the major components of the unit provided. All integral components and parts must
work together as a complete and balanced unit.
The vehicles or equipment must be ready for service upon delivery. The vehicles or equipment must meet or exceed
the minimum Detailed Specifications in Section B of this "Specifications and Bid Documents" document, which is
attached hereto and made a part hereof.
2. Definitions
"County" means Jefferson County, Washington.
"Manager" means the manager of Fleet Services Division of the Jefferson County Department of Central Services.
"Bidder" is a person, firm, or entity submitting a Bid in response to an invitation for bids; for RFPs and RFQs,
references may be made to "Respondents." Once the Contract is awarded the Contractor shall assume that all
references to a Bidder or Respondent and such attendant obligations apply to the Contractor.
"Contractor" means the Bidder or Proposer (person, firm, or entity) that is awarded the Contract by the County. Any
references to the Bidder or Proposer in the Contract Documents is understood to apply to the Contractor.
"Subcontractor" means any person or entity with whom the Contractor contracts to provide any part of the goods,
services or work to be provided by Contractor under the Contract, including subcontractors of any tier, suppliers and
material men, whether or not in privity with the Contractor.
"Bid Documents" means this document, including all exhibits, attachments, the invitation for bids, legal
advertisement notice, project proposal, bidder contact information and bid data, project addenda, confirmation of
receipt of project addenda, proposal execution and county acceptance of proposal, certification regarding debarment,
suspension, ineligibility, and voluntary exclusion, insurance requirements, special conditions and all clarifications
and addenda issued by the County.
"Specification" means the Bid Documents, including but not limited to the Detailed Specifications.
"Contract" means, upon notice of award from the Manager, the contract consisting of all Bid Documents relating to a
specific invitation for bids or proposals, and all amendments, modifications, or revisions made from time to time in
accordance with the terms thereof. All such documents comprising the Contract are referred to as the "Contract
Documents".
3. Compensation
Compensation shall be paid according to the Unit Prices listed in the Bid Proposal of the accepted and awarded
contract.
4. Insurance
Prior to commencing work, the Contractor shall obtain at its own cost and expense the following insurance from
companies licensed in the State with a Best's rating of no less than A: VII. The Contractor shall provide to the County
Risk Manager certificates of insurance with original endorsements affecting insurance required by this clause prior to
the commencement of work to be performed.
The insurance policies required shall provide that thirty (30) days prior to cancellation, suspension, reduction or
material change in the policy, notice of same shall be given to the County Risk Manager by registered mail, return
receipt requested, for all of the following stated insurance policies.
PEDESTAL -MOUNTED TRANSFER -STATION CRANE, PAGE 16 OF 27
If any of the insurance requirements imposed on the Contractor by the Contract are not complied with at the renewal
date of the insurance policy, payments to the Contractor shall be withheld until all such requirements have been met,
or at the option of the County, the County may pay the renewal premium and withhold such payments from the
moneys due the Contractor.
All notices shall name the Contractor and identify the agreement by contract number or some other form of
identification necessary to inform the County of the particular contract affected.
4.1. Workers Compensation and Employers Liability Insurance. The Contractor shall procure and maintain
for the life of the contract, Workers Compensation Insurance, including Employers Liability Coverage,
in accordance with the laws of the State of Washington.
4.2. General Liability (1) - with a minimum limit per occurrence of one million dollars ($1,000,000) and an
aggregate of not less than two million dollars ($2,000,000) for bodily injury, death and property damage
unless otherwise specified in the contract specifications. This insurance coverage shall contain no
limitations on the scope of the protection provided and indicate on the certificate of insurance the
following coverage:
a. Broad Form Property Damage with no employee exclusion;
b. Personal Injury Liability, including extended bodily injury;
c. Broad Form Contractual/Commercial Liability including completed operations (contractors only);
d. Premises - Operations Liability (M&C);
e. Independent Contractors and Subcontractors; and
f. Blanket Contractual Liability.
4.3. Automobile (2) - with a minimum limit per occurrence of $1,000,000 for bodily injury, death and
property damage unless otherwise specified in the contract specifications. This insurance shall indicate
on the certificate of insurance the following coverage:
a. Owned automobiles;
b. Hired automobiles; and,
c. Non -owned automobiles.
4.4. Garagekeepers Legal Liability Insurance. The Contractor must provide Garage Liability Insurance with
limits of not less than $500,000 per occurrence, combined single limit, for bodily injury and property
damage.
(1) Note: The County shall be named as an additional insured party on a primary, non-contributory basis under this
policy.
(2) Note: The County shall be named as an additional insured party on a primary, non-contributory basis under this
policy.
Any deductibles or self-insured retention shall be declared to and approved by the County prior to the approval of the
contract by the County. At the option of the County, the insurer shall reduce or eliminate deductibles or self-insured
retention or The Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim
administration and defense expenses.
The Contractor shall include all subcontractors as insured under its insurance policies or shall furnish separate
certificates and endorsements for each subcontractor. All insurance provisions for subcontractors shall be subject to
all of the requirements stated herein.
Failure of The Contractor to take out and/or maintain any required insurance shall not relieve The Contractor from
any liability under the Agreement, nor shall the insurance requirements be construed to conflict with or otherwise
limit the obligations concerning indemnification.
It is agreed by the parties that insurers shall have no right of recovery or subrogation against the County (including its
employees and other agents and agencies), it being the intention of the parties that the insurance policies so affected
shall protect both parties and be primary coverage for any and all losses covered by the above described insurance. It
is further agreed by the parties that insurance companies issuing the policy or policies shall have no recourse against
PEDESTAL -MOUNTED TRANSFER -STATION CRANE, PAGE 17 OF 27
the County (including its employees and other agents and agencies) for payment of any premiums or for assessments
under any form of policy. It is further agreed by the parties that any and all deductibles in the above described
insurance policies shall be assumed by and be at the sole risk of the Contractor.
It is agreed by the parties that judgments for which the County may be liable, in excess of insured amounts provided
herein, or any portion thereof, may be withheld from payment due, or to become due, to The Contractor until such
time as the Contractor shall furnish additional security covering such judgment as may be determined by the County.
The County reserves the right to request additional insurance on an individual basis for extra hazardous contracts and
specific service agreements.
Any irrsnrarcte coverage for third party liability claims provided to the County by a "Risk Pool" created pursuant to
Ch. 48.62 RC W shall be non-contributory with respect to any policy of insurance the Contractor must provide in
order to comply with this Agreement.
If the proof of insurance or certificate indicating the County is an "additional insured" to a policy obtained by the
Contractor refers to an endorsement (by number or name) but does not provide the full text of that endorsement, then
it shall be the obligation of the Contractor to obtain the full text of that endorsement and forward that full text to the
County.
The County may, upon the Contractor's failure to comply with all provisions of this contract relating to insurance,
withhold payment or compensation that would otherwise be due to the Contractor.
The Contractor is responsible for all loss or damage to County property including the vehicles or equipment full
replacement cost while in Contractor's care, custody and control. The Contractor is responsible for all loss or damage
to personal property (including materials, equipment, tools and supplies) owned, rented or used by Contractor.
The insurance Contractor is obligated to obtain and maintain under this Contract shall not in any manner limit or
qualify the liabilities or obligations of the Contractor under this Agreement or to an injured third party.
5. Promise to Employ
The County of Jefferson hereby promises and agrees with the Contractor to employ, and does employ the Contractor
to furnish the goods and equipment described and to furnish the same according to the attached specifications and the
terms and conditions herein contained, and hereby contracts to pay for the same according to the attached
specifications and the schedule of unit or itemized prices hereto attached, at the time and in the manner and upon the
condition provided for in this contract. The County further agrees to employ the Contractor to perform any alterations
in or additions to the work provided for in this contract that may be ordered and memorialized in a change or work
order executed by the Manager or his designee and to pay for the same under the terms of this contract and the
attached specifications at the time and in the manner and upon the conditions provided for in this contract.
6. Promise to Perform
The Contractor for himself, and for his heirs, executor, administrators, successors, and assigns, does hereby agree to
the full performance of all the covenants herein contained upon the part of the Contractor.
7. Compliance with Laws
The Contractor shall comply with all Federal, State, and local laws and ordinances applicable to the work to be done
under this Agreement. This Agreement shall be interpreted and construed in accord with the laws of the State of
Washington and venue shall be in Jefferson County, Washington.
8. Indemnification
The Contractor shall indemnify and hold the County, and its officers, employees, and agents harmless from and shall
process and defend at its own expense, including all costs, attorney fees and expenses relating thereto, all claims,
demands, or suits at law or equity arising in whole or in part, directly or indirectly, from the Contractor's negligence
or breach of any of its obligations under this Agreement; provided that nothing herein shall require a Contractor to
indemnify the County against and hold harmless the County from claims, demands or suits based solely upon the
conduct of the County, its officers, employees and agents, and; provided further that if the claims or suits are caused
by or result from the concurrent negligence of. (a) the Contractor's agents or employees; and, (b) the County, its
officers, employees and agents, this indemnity provision with respect to claims or suits based upon such negligence,
and/or the costs to the County of defending such claims and suits, etc., shall be valid and enforceable only to the
extent of the Contractor's negligence, or the negligence of the Contractor's agents or employees.
PEDESTAL -MOUNTED TRANSFER -STATION CRANE, PAGE 18 OF 27
Claims against the County shall include, but not be limited to assertions that the use and transfer of any software,
book, document, report, film, tape, or sound reproduction of material of any kind, delivered hereunder, constitutes an
infringement of any copyright, patent, trademark, trade name, or otherwise results in an unfair trade practice or an
unlawful restraint of competition.
The Contractor specifically assumes potential liability for actions brought against the County by Contractor's
employees, including all other persons engaged in the performance of any work or service required of the Contractor
under this Agreement and, solely for the purpose of this indemnification and defense, the Contractor specifically
waives any immunity under the state industrial insurance law, Title 51 R.C.W. The Contractor recognizes that this
waiver was specifically entered into pursuant to provisions of R.C.W. 4.24.115 and was subject of mutual
negotiation.
9. Contractor's Relationship to the County
The Contractor's relation to the County shall be at all times as an independent Contractor, and nothing herein
contained shall be construed to create a relationship of employer-employee or master -servant, and any and all
employees of the Contractor or other persons engaged in the performance of any work or service required of the
Contractor under this Agreement shall be considered employees of the Contractor only and any claims that may arise
on behalf of or against said employees shall be the sole obligation and responsibility of the Contractor.
10. Assignment
The Contractor shall not sublet or assign any of the services covered by this contract without the express written
consent of the County or its authorized representative. Assignment does not include printing or other customary
reimbursable expenses that may be provided in an agreement.
No part of the goods, work, or services to be provided under this Contract may be subcontracted without the prior
written consent of the Manager; but in no case will such consent relieve the Contractor from its obligations, or
change the terms of the Contract. The Contractor must notify the Manager of the names of all Subcontractors to be
used and shall not employ any that the Manager has not approved.
Subcontracting of the services or work or any portion of the Contract without the prior written consent of the
Manager is null and void. Further, the Contractor will not make any substitution of a previously approved
Subcontractor without the prior written consent of the Manager; any substitution of a Subcontractor without the prior
written consent of the Manager is null and void.
The Contractor will only subcontract with competent and responsible Subcontractors. If, in the judgment of the
Manager, any Subcontractor is careless, incompetent, violates safety or security rules, obstructs the progress of the
services or work, acts contrary to instructions, acts improperly, is not responsible, is unfit, is incompetent, violates
any laws applicable to this Contract, or fails to follow the requirements of this Contract, then the Contractor will,
immediately upon notice from the Manager, discharge or otherwise remove such Subcontractor and propose an
acceptable substitute for Manager approval.
11. Security Bond
Nothing in the foregoing clause shall prevent the County, at its option, from additionally requesting that the
Contractor deliver to the County an executed bond as security for the faithful performance of this contract and for
payment of all obligations of The Contractor. For Contracts of $35,000 or less, the County may waive the payment
and performance bond requirements of chapter 39.08 RCW and the retainage requirements of chapter 60.28 RCW.
12. Severability
The invalidity, illegality, or unenforceability of any one or more phrases, sentences, clauses, or sections in this
Contract does not affect the remaining portions of this Contract.
13. Entire Contract
The Contract Documents constitute the entire agreement between the parties and may not be modified except by the
subsequent written agreement of the parties.
PEDESTAL -MOUNTED TRANSFER -STATION CRANE, PAGE 19 OF 27
14. 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.
15. Attorney's 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.
16. Warranty of No Encumbrances
Contractor 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.
17. Warranty of Title
Furthermore, Contractor warrants that at the time of signing this agreement Contractor neither knows, nor has reason
to know, of the existence of any outstanding title or claim of title hostile to the rights of Contractor in the goods.
18. Participation by Other Government Agencies
Other Local Government Agencies may be eligible to participate in this Contract if (a) such agencies are authorized,
by law or their governing bodies, to execute such purchases and (b) such purchases have no net adverse effect on
Jefferson County and result in no diminished services from the Contractor to Jefferson County.
Said purchases will be made upon the issuance of a purchase order directly from the Local Government Agency. The
County will not be responsible for payment of any amounts owed by any other Local Government Agencies, and will
have no liability for the acts or omissions of any other Local Government Agency.
19. Early Termination
The County may terminate this Contract, in whole or in part, for any reason at any time by a notice in writing from
the County to the Contractor. The effective date of termination will be the date stated in the notice, which will be not
less than seven (7) days after the date of the notice.
After the notice is received, the Contractor must restrict its activities, and those of its Subcontractors, to those
activities it is directed to undertake by the County. No costs incurred after the effective date of the termination are
allowed unless the termination is partial.
Contractor is not entitled to any anticipated profits on services, work, or goods that have not been provided as of the
effective date of the termination.
Upon a determination by the Manager that the Contractor is in default of a material term of the Contract, the County
may notify the Contractor of the breach and provide the Contractor with ten (10) business days (or a longer time
period if mutually agreed upon) to cure the default. Upon the expiration of the cure period without the default being
cured to the satisfaction of the Manager the Contract shall be considered terminated.
20. Compensation
Compensation shall be paid according to the Unit Prices listed in the Bid Proposal of the accepted and awarded
contract, subject to the termination provisions of Section 19 above.
21. Payment on Receipt
The County shall make payment for received goods and services after inspection and approval by the Manager or his
designee and receipt of Contractor's invoice. County shall make payment following in accordance with the County's
normal schedule for processing invoices and warrants.
22. Receipt Construed As Delivery and Acceptance by Manager
Goods shall be deemed received by County when delivered to and accepted by the Manager or his designee.
PEDESTAL -MOUNTED TRANSFER -STATION CRANE, PAGE 20 OF 27
23. Risk of Loss
The risk of loss from any casualty to the goods, regardless of cause, shall be on the Contractor until the goods have
been delivered and accepted by the County.
PEDESTAL -MOUNTED TRANSFER -STATION CRANE, PAGE 21 OF 27
A PROJECT PROPOSAL
1. Proposal Pricing
Bidder must complete Unit Price column with its quoted price for each Bid Line. Bidder must complete Extended
Price column by multiplying its Proposed Price by the County's Estimated Quantity.
Bidder must complete Sum of Extended Prices cell by adding the Extended Prices. Bidder must complete
Washington State and Local Sales Taxes cell by multiplying the Sum of Extended Prices by the total of all applicable
taxes. Bidder must complete Total Bid cell by adding the Sum of Extended Prices and the Washington State and
Local Sales Taxes.
All proposals include Washington State Sales Tax; Jefferson County is exempt from the payment of Federal Excise
Tax.
In the event of conflict between Unit Price and Extended Price data, Unit Prices will prevail, and the Manager's
discretion will be used to correct arithmetical errors, including correction of the Total Bid and any other cells where
necessary to correct such errors.
Bid
Line
Description
Proposed Price
1
Base Unit
Acce-pt
$ 209,780.00
each
2
Swap Spare Grapple
REJECTED
$ 9,990.00each
3
Swap Spare Boom Arm
.-.-........-.-...�..µ�
REJECTE11111D
S18,000.00
each
4
Swap Spare Power Unit
u:uuuuum uuui:s� uuuuuuuum ������p
uuuuuuuuou, mu,,,,
6,500.00
$
each
5
Hydraulic Accumulator / Emergency Power
.,
15,400.00
$
each
6
Trade-in�
° „„
II u u, k
12,500.00
$
each
Sum of Extended Prices:
$
247,080.00
Washington State and Local Sales Taxes (9%):$
22,237.20
Total Bid:
$
269,317.20
PEDESTAL -MOUNTED TRANSFER -STATION CRANE, PAGE 22 OF 27
2. Bidder Contact Information and Bid Data
Bidder is required to complete the appropriate information for the products proposed herein on the bid data pages.
Failure to fill out all of the information requested may, at the discretion of the Manager, result in the bidder being
deemed non-responsive. The County will use the information contained in the bid data pages and elsewhere in the bid
to evaluate the responsiveness of the bidder.
NOTE: WHERE ITEM IS NOT APPLICABLE, INDICATE WITH "N/A."
2.1. Person to Contact Regarding This Bid:
NAME: Jack T. Makinson PHONE: 541-746-9681
TITLE: President/Owner & Operator
CELL: 541-337-7370
COMPANY: Crane Equipment Mfg. Corp. E-MAIL: sales@grizzlycranes.com
ADDRESS: 33740 Seavey Loop Road Eugene Oregon 97405
State of Washington Business Registration Number: T
AX EXEMPT - OREGON N/A
Federal ID Number: #93-0985007
Labor & Industries Number: #12609483
UBI Number: # 603-457-989
2.2. Makes and Models Proposed, Major Components and Systems:
Provide for each line item and goods, work or services proposed. Attach additional sheets as needed.
215 SOLID WASTE GRIZZLY KNUCKLEBOOM CRANE - please see attached documents.
2.3. Subcontractors:
Attach additional sheets as needed.
CRANE - Millican Crane Service - Owner Andy Millican
180 NW BEAVER RIDGE, POULSBO, WA 98370
ELECTRICAL - Double D Electrician - Owner Jason Woods
191 Chimacum Road, Port Hadlock, WA 98339
2.4. Exceptions to the Detailed Specifications:
None
PEDESTAL -MOUNTED TRANSFER -STATION CRANE, PAGE 23 OF 27
2.5. Exceptions to Any Other Section of This Document:
None
2.6. Manufacturer, Manufacturer's Authorized Distributor/Service Representative
INDICATE IF YOU ARE:
Manufacturer
Yes: X
No:
Manufacturer's Exclusive Distributor*
Yes:
No:
Manufacturer's Authorized Distributor*
Yes:
No:
Manufacturer's Authorized Service Representative*
Yes:
No:
Licensed New Vehicle Dealer
Yes:
No:
2.7. Warranty
At a minimum, the specified unit(s) and all mounted/furnished equipment must be warranted against defective
design, material or workmanship to the full extent of the respective Original Equipment Manufacturer's standard
published warranty.
The bidder will indicate, below, the length of warranty coverage offered for each item and/or components furnished
under this specification. In the event of conflict between the warranty information specified by the Contractor and the
respective Original Equipment Manufacturers standard warranty, the warranties deemed most advantageous to the
County will control.
NOTE: Indicate "N/A" for Proposed Coverage ONLY for a Component/Feature that is not present in the proposed
vehicle/equipment or for a Component/Feature without Minimum Acceptable Coverage and with no coverage
proposed. In all other cases, each Minimum Acceptable Coverage constitutes a minimum requirement of this
specification, and not equaling or exceeding that coverage will be considered a material exception and sufficient
reason to reject the proposal.
Component/Feature Minimum Acceptable Coverage Proposed Coverage
Complete base unit 60 months/unlimited hours parts &
See Crane Equipment "Standard" 215 SW GRIZZLY
labor
CRANE Product Warranty - Stationary Machine
__--
uuuuimaouuuuuu
Structural frame and boom 60 months/unlimited hours parts &
See Crane Equipment "Standard" 215 SW GRIZZLY
components labor
CRANE Product Warranty - Stationary Machine
UJ
Paint (in non -wear areas) 24 months/unlimited hours parts &
See Crane Equipment "Standard" 215 SW GRIZZLY
labor
CRANE Product Warranty - Stationary Machine
......�
"Standard"
Hydraulic pumps and cylinders 60 months/unlimited hours parts &
See Crane Equipment 215 SW GRIZZLY
labor
I CRANE Product Warranty - Stationary Machine
2.8. Source, Type, Curriculum and Other Details of Technician Training Proposed:
Crane Equipment Manufacturing Corporation will deliver 2-4 paper bound 215 SW GRIZZLY manuals, with two
electronic versions on flash drives, and an electronic link in Egnyte for a down loadable copy that is cell phone user friendly,
and 4 hours of operator/technician training and 4 hours of mechanical/maintenance training.
2.9. Location and Description of Manufacturer's (and Dealer's, if Applicable) Technical Service
Personnel and Parts Stockrooms:
Manufacturer is located at 33740 Seavey Loop Road, Eugene, Oregon 97405 housing parts on site
PEDESTAL -MOUNTED TRANSFER -STATION CRANE, PAGE 24 OF 27
2.5. Exceptions to Any Other Section of This Document:
None
2.6. Manufacturer, Manufacturer's Authorized Distributor/Service Representative
INDICATE IF YOU ARE:
Manufacturer
Yes: X
No:
Manufacturer's Exclusive Distributor*
Yes:
No:
Manufacturer's Authorized Distributor*
Yes:
No:
Manufacturer's Authorized Service Representative*
Yes:
No:
Licensed New Vehicle Dealer
Yes:
No:
2.7. Warranty
At a minimum, the specified unit(s) and all mounted/furnished equipment must be warranted against defective
design, material or workmanship to the full extent of the respective Original Equipment Manufacturer's standard
published warranty.
The bidder will indicate, below, the length of warranty coverage offered for each item and/or components furnished
under this specification. In the event of conflict between the warranty information specified by the Contractor and the
respective Original Equipment Manufacturers standard warranty, the warranties deemed most advantageous to the
County will control.
NOTE: Indicate "N/A" for Proposed Coverage ONLY for a Component/Feature that is not present in the proposed
vehicle/equipment or for a Component/Feature without Minimum Acceptable Coverage and with no coverage
proposed. In all other cases, each Minimum Acceptable Coverage constitutes a minimum requirement of this
specification, and not equaling or exceeding that coverage will be considered a material exception and sufficient
reason to reject the proposal.
Component/Feature Minimum Aeceptable Coverage
Proposed Coverage
Complete base unit 60 months/unlimited hours parts &
60 MONTHS - See Crane Equipment "Standard" 215
labor
SW GRIZZLY CRANE Product Warranty - Stationary
Machine for details of warranty requirements.
Structural frame and boom 60 months/unlimited hours parts &
60 MONTHS - See Crane Equipment "Standard" 215
a
components labor
SW GRIZZLY CRANE Product Warranty
rrty - Stationary
Machine for details
�
of warranty requirements.i,
24 monthstunlimited hours parts &
Paint (in non -wear areas)
24 MONTHS - See Crane Equipment "Standard" 215
4
labor
SW GRIZZLY CRANE Product Warranty - Stationary
Machine for details of warranty requirements.
Hydraulic pumps and cylinders 60 monthslunlimited hours parts &
60 MONTHS - See Crane Equipment "Standard" 215
labor
SW GRIZZLY CRANE Product Warranty - Stationary
Machine for details of warranty requirements.
2.8. Source, Type, Curriculum and Other Details of Technician Training Proposed:
Crane Equipment Manufacturing Corporation will deliver 2-4 paper bound 215 SW GRIZZLY manuals, with two
electronic versions on flash drives, and an electronic link in Egnyte for a down loadable copy that is cell phone user friendly,
and 4 hours of operatorttechnician training and 4 hours of mechanical/maintenance training.
2.9. Location and Description of Manufacturer's (and Dealer's, if Applicable) Technical Service
Personnel and Parts Stockrooms:
Manufacturer is located at 33740 Seavey Loop Road, Eugene, Oregon 97405 housing parts on site
PEDESTAL -MOUNTED TRANSFER -STATION CRANE, PAGE 24 OF 27
for 215 SW Grizzly Cranes, on site Technician phone support is available five days a week 8 am to 4:30 pm,
Field Service Technical Personnel w/ 40 years experience, complete parts stock room and manufacturing plant.
2.10. Describe the Attached Installation and Startup Plan and the Attached Drawings for the Proposed
Unit and for the County's Site:
Please refer to 2.10. Crane Equipment Installation/Start-up Plan
2.11. References:
List below at least three (3) references (U.S.A. West Coast municipal customers are preferred, especially one or more
references operating similar units within 300 road miles of the delivery address of the proposed unit):
COMPANY NAME
CONTACT NAME
PHONE NUMBER
I. MASON COUNTY SOLID WASTE
JOHN CUNNINGHAM
(360) 427-9670
2. SNOHOMISH CO. SOLID WASTE
STEVE MCLEAN
(360) 435-6535
3. CONSOLIDATED DISPOSAL
MIKE DIETRICH
(509) 754-2468
4. CHELAN CO. PUBLIC WORKS
DON HATHAWAY
(509) 667-6415
5. KOOTENAI SOLID WASTE
SAM COOK
(208) 446-1465
3. Confirmation of Receipt of Project Addenda:
I acknowledge receipt of Addendum Number(s) # , all of which are included in this
bid price.
4. Non -collusion Declaration
I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the
following statements are true and correct:
4.1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or
indirectly, entered into any agreement with any other bidder (proposer) or prospective bidder (proposer)
or with any other person, firm or corporation relating to the price named in this proposal or any other
proposal, nor any agreement or arrangement under which any act or omission in restraint of freedom of
competition among bidders (proposers) and has not disclosed to any person, firm or corporation the
terms of this bid (proposal) or the price named herein.
4.2. That by signing the signature page of this proposal, I am deemed to have signed and have agreed to the
provisions of this declaration.
PEDESTAL -MOUNTED TRANSFER -STATION CRANE, PAGE 25 OF 27
5. Proposal Execution and County Acceptance of Proposal
[BIDDER'S FULL
This agreement is between Crane Equipment Mfg. Corp..�__ m._ _....... � .. .
LEGAL NAME],
�
33740 SE V Y LOOP ROAD, EUGENE, OREGON 97405 [BIDDER'S
FULL LEGAL ADDRESS], hereinafter referred to as CONTRACTOR, and JEFFERSON COUNTY, 1820 Jefferson
Street, Port Townsend, WA 98368, the undersigned, hereinafter referred to as COUNTY.
WITNESSETH:
For good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereto
do agree as follows:
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.
Contractor hereby acknowledges having received this specification containing a full set of Contract Documents and
Addendum Nos. #1_ and affirms that Contractor shall be bound by all the terms and
conditions contained in the Contract Documents, regardless of whether a complete set thereof is attached to this
proposal or bid, except only to the extent that the bidder has taken express written exception thereto in the sections of
this specification designated for that purpose. The bidder is hereby advised that by signature of this proposal he/she is
deemed to have acknowledged all requirements and signed all certificates contained herein.
County hereby accepts the foregoing bid items as identified in the proposal.
IN WHEREOF, the parties here -to have executed this Agreement to be effective on the date of its signing by the
COUNTY.
Crane Equipment Manufacturing Corporation
Contractor's Name (Please print)
Jack T. Makinson
Name.._...._.....-....._. �.� ...........�.�u.�w.w��.u.
of Contractor's Representative (Please print)
Jack T. Makinson
Title of Contractor's Representative's (Please print)
esenta�tive's S... �..... � ....
Cra
to s l�ep Signature (Sign)
September 7, 2017
Date
JEFFERSON COUNTY
BOARD OF COMMISSIONERS
Kathleen Kler, Chair
David W. Sullivan, Member
Kate Dean, Member
Date
Approved as to to only:
,9 µ$
)hr+ Iter �m Date
Deputy10secutin,g Attorney
Proposals must be submitted with original signatures in the space provided. Proposals not properly signed will be
rejected. Complete each blank line as applicable; otherwise enter the words "not applicable".
PEDESTAL -MOUNTED TRANSFER -STATION CRANE, PAGE 26 OF 27
EXHIBIT "A"
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.
Crane Equipment Manufacturing Corporation
Name of Vendor
Jack T. Makinson, President/Owner
Name and Title of Authorized Representative
of Authorize Representative
❑ I am unable to certify to the above statement. An explanation is attached.
PEDESTAL -MOUNTED TRANSFER -STATION CRANE, PAGE 27 OF 27
vN
Department of Cent4ll Services
1 Oeet SeMc s DwaWon
PO Box 1.3200
371 Chirnacum Road
Port baadlllock, WA913::.39
Flhone: ( 360) 385..1 890
NOTICE TO RESPONDENTS
ADDENDUM #1 TO
BID PROPOSAL SPECIFICATIONS
TO PROVIDE
PEDESTAL -MOUNTED TRANSFER -STATION CRANE
Notice is hereby given that the following changes/revisions/clarifications are incorporated into the Jefferson
County Request for Bids dated Monday, August 7, 2017, for the supply of Pedestal -mounted Transfer -station
Crane. All other provisions and requirements as originally set forth remain in full force and are binding. Any
additional work required by this addendum shall conform to the applicable provisions of the original RFB
documents.
Respondent must acknowledge receipt of all Addenda in the appropriate blanks in Section D, Project Proposal
(both in Subsection 3, Confirmation of Receipt of Project Addenda, and in Subsection 5, Proposal Execution
and County Acceptance of Proposal). Failure to acknowledge Addenda when submitting the proposal will
render the proposal non-responsive. Any harm to the Respondent resulting from failure to obtain all necessary
documents, for whatever cause, will not be valid grounds for a protest against award(s) made under this
solicitation.
Section A: Changes/Revisions by County
1. The attached pages numbered 24 of 27 and 25 of 27 are inserted into the specification document
following the page numbered 23 of 27.
2. The following is appended to Section B, Subsection 4.:
The County will, in the interest of facilitating a speedy completion to the project, consider allowing the
Contractor access to the site for longer periods during these days and/or on Saturdays, subsequent to a
request for said expanded hours by the Contractor. Such request must include plans for site security and
noise mitigation during the expanded hours. Such allowance by the County will only be issued in the
form of written permission from the Manager of Solid Waste.
3. Section B, Subsection 25.7, paragraph a is deleted in its entirety and replaced by the following:
Electrical system must include a motor/pump power unit to be bridge -mounted and rated at 75 hp, 480-y
or 480 -delta 3-phase, 60hz.
Pedestal -mounted Transfer -station Crane, Addendum #1, Page 1 oft
4. The following is appended to Section B, Subsection 25.10 as paragraph j:
Cab must be fitted with a flexible ladder, including at least two grip -strut steps, to facilitate access to the
cab.
5. The following is appended to Section B, Subsection 25.14 as paragraph d:
The existing steel and concrete bumper/platform that protects the end of the existing bridge furthest
from the exterior wall will not be replaced. The Contractor will need to remove access panels on that
bumper/platform to access the existing bridge for removal. The Contractor must leave all removed
access panels on site with existing fasteners secured to the panels; the County, though its metal -working
contractors, will cause the access panels to be reinstalled following supply and installation of the
replacement bridge.
6. The following is appended to Section B, Subsection 25.15 as paragraph c:
The County intends to provide all electrical infrastructure that must be permitted and installed by a
licensed electrician. This includes running wiring from the new service disconnects to the location
where the Contractor will install its power unit, per the Contractor's specifications for that wiring. The
Contractor should expect to do no more electrical work related to the connection of the base unit to the
power grid than to perform the final field connections to its power unit. To facilitate this, the Contractor
must provide to the County sufficient detailed specifications about its power requirements within three
days of contract award.
7. Section B, Subsection 26.7, paragraph c is deleted in its entirety and replaced by the following:
Emergency -power system must also include a battery backup sufficient to energize the base unit's
electric control system to enable to operator to perform the emergency boom raise.
8. Section B, Subsection 27.5, paragraph b is deleted in its entirety and replaced by the following:
The County will also furnish with this trade-in its existing, spared Grizzly 215 booms (two in quantity)
and spare 50hp electric motor.
Section B: Questions/Requests by Respondents and Responses by County
None in this addendum.
Dated this 17th day of August, 2017.
JEFFERSON COUNTY
art Stewartr Fleet Services Manager
Pedestal -mounted Transfer -station Crane, Addendum #l, Page 2 oft