Loading...
Item 7 - Auth to Purchase Heavy Equipment Vehicles for City Fleet ReplacementAGENDA RE PO RT City of Poway CITY COUNCIL DATE: October 19, 2021 TO: FROM: Honorable Mayor and Members of the City Council Eric Heidemann, Director of Public Works <vr CONTACT: SUBJECT: Summary: Will Willey, Assistant Director of Public Works for Maintenance Operations (858) 668-4705 or wwilley@poway.org Authorization to Purchase: One (1) Compact Track Loader, One (1) Medium-Duty Truck with Plumbers Depot Equipment, Three (3) Full-size Cab/ Chassis Only, and Three (3) 3-4 Cubic Yard Steel Construction Dump Bodies through the Sourcewell Cooperative Purchase Agreement, the State of California Department of General Services State Contract, and a Competitive Bid Process The City's approved Fiscal Year 2021-22 Capital Replacement Equipment Fund includes funding to purchase one (1) compact track loader, one (1) medium-duty truck with Plumbers Depot equipment, three (3) full-size cab/chassis only, three (3) 3-4 cubic yard steel construction dump bodies. The City of Poway (City) is a member of several cooperative purchasing organizations including Sourcewell, formerly known as National Joint Powers Alliance (NJPA), and the State of California Department of General Services (DGS) State Contract which establishes and provides nation-wide competitively solicited purchasing contracts that can be utilized by member agencies, such as the City. For optimal pricing, it is recommended that the purchase of this equipment be made through the Sourcewell Cooperative Purchasing Program, the DGS State Contract, and the competitive bid process. All equipment meets the City's service and specification requirements. The total estimated cost for this equipment, including upfits, sales tax, tire tax, and documentation fees is $469,941.55. Recommended Action: It is recommended that the City Council: 1. Authorize the purchase of one (1) 299D3 XE Compact Track Loader ($107,759.01) with extended warranty from Hawthorne CAT, through a Sourcewell Cooperative Purchasing Agreement, No. 032119-CAT; 2. Authorize the purchase of one (1) Ford Medium Duty F-600 with Plumbers Depot Equipment US Jetting Rodder ($137,167.13) from National Auto Fleet Group, through a Sourcewell Cooperative Purchasing Agreement, No. 120716-NAF; 3. Authorize the purchase of three (3) Ford F-550 Cab/Chassis only ($129,026.33) from Downtown Ford Sales, through the DGS State Contract, No. 1-18-23-20A; 4. Authorize the purchase of three (3) 3-4 Cubic Yard Construction Dump Bodies ($95,989.08) from D&H Truck Equipment Inc., through a competitive bid process; 1 of29 October 19, 2021, Item #7 5. Authorize an appropriation totaling $81,241.55 to the various account numbers shown in Table 4 of this report; and 6. Authorize the City Manager to execute any necessary documents. Discussion: The City operates and maintains a fleet of over 125 street-legal vehicles and other heavy equipment for the purpose of inspecting, maintaining and operating City facilities and infrastructure. Annually, several of these vehicles and pieces of equipment must be replaced as they have exceeded their useful life or have excessive mileage. The current budget contains funding to replace one (1) compact track loader, one (1) medium duty truck with a mounted US Jetting Rodder, three (3) full-size cab/chassis only, and three (3) 3-4 cubic yard dump trucks. The current 10-year-old skid steer loader has exceeded its useful life and is scheduled for replacement. City staff recommends replacing the skid steer unit with a track loader unit to accommodate work on various terrain types. The new track loader will primarily be used by the Public Works Stormwater and Flood Control Division and Street Maintenance Division. The Stormwater and Flood Control Division will utilize the new track loader in a variety of methods with specialized forestry equipment for vegetation management to help reduce the threat of fire in open spaces within the urban core of Poway. The Street Maintenance Division will utilize the track loader to maintain the Poway streets during the annual paving season. In addition, the unit is used by all divisions for various maintenance and emergency field operations. Staff invited two heavy machinery manufacturers to the Vehicle and Equipment Maintenance Facility to demonstrate and thoroughly test their track loaders. After careful consideration, the Caterpillar track loader model met or exceeded the department's specifications and requirements. The track loader unit exceeds the amount budgeted for this replacement by $32,759.01. The City has one (1) 16-year-old medium-duty truck and one (1) 15-year-old US jetting rodder. Both units have exceeded their useful life and are scheduled for replacement. To maximize efficiency, the two units will be combined into one unit. The jetting rodder will be mounted onto the medium-duty flatbed truck. The medium-duty truck with Plumbers Depot equipment will primarily be used by the Public Works Wastewater Collection Division. The Wastewater Collection Division has an estimated 182 miles of sanitary sewer collection pipelines within the City. The new truck will be utilized to maintain and clean the system. The truck will also be used to perform daily jet-rodding and cleaning of the City's wastewater and stormwater systems, ensuring free-flowing pipelines and compliance with National Pollutant Discharge Elimination System mandates. The truck will also be utilized to respond to emergency situations such as stormwater pipe failures, sewer blockages, and water distribution main breaks to protect public health and safety and ensure regulatory compliance. It is recommended they be replaced through the Sourcewell contract solicitation process. The medium duty truck with Plumbers Depot equipment exceeds the amount budgeted for these replacements by $17,167.13. The City has two (2) 20-year-old 3-4 cubic yard dump trucks that have exceeded their useful life and are scheduled for replacement. The third dump truck was involved in an accident and damaged beyond repair. As this third unit was not scheduled for replacement, the insurance claim check and rent collected totaling $73,700 will be used to partially fund its replacement. The three (3) dump trucks are utilized by all Public Works divisions, but are assigned to the Streets Maintenance Division, Water Transmission and Distribution Division, and Wastewater Collection Division and used for various maintenance activities. City staff collected quotes for both the three (3) cabs/chassis and the three (3) 3-4 cubic yard construction dump bodies from various dealerships, including local Poway dealerships, DGS state contract dealerships, and GM Bid Assistance dealerships. After careful consideration, the 2 of29 October 19, 2021, Item #7 quote provided by Downtown Ford offered through the DGS State Contract was selected for the three (3) cab/chassis, and the quote provided by D&H Truck Equipment, Inc. was selected for the three (3) dump bodies. Both of the selected quotes met or exceeded the department's specifications and requirements. The retired dump trucks will be sent to auction when the new dump trucks are received. The three (3) cab/chassis with the dump body upfits exceed the amount budgeted for their replacement by $31,315.41. All agreements offered through Sourcewell Cooperative Purchasing Program and the DGS State Contract have been awarded via a thorough Request for Bid (RFB) competitive solicitation program by a public agency/government entity (e.g., state, city, county, public university or school district). The program provides a streamlined and effective procurement option by establishing agreements with manufacturers and suppliers currently on an existing multiple award schedule with a competitive procurement procedure. Section 3.28.11 O of the Poway Municipal Code permits the use of cooperative purchasing programs for procurement of supplies, services, and equipment when the administering agency has made their purchase in a competitive manner. The quotes for the track loader and medium-duty truck with Plumbers Depot equipment are noted in Table 1 below: Table 1: Equipment Quotes Cooperative UNIT# AVAILABLE FUNDS QUOTE PURCHASING VENDOR AGREEMENT NO. Track Loader with $75,000.00 $107,759.01 SOURCEWELL HAWTHORNE extended warranty #032119-CAT CATERPILLAR Medium Duty Truck $120,000.00 $137,167.13 SOURCEWELL NATIONAL AUTO FLEET & Plumbers Depot #120716-NAF GROUP Equipment TOTALS: $195,000.00 $244,926.14 The quotes for the cab/chassis are noted in Table 2 below. Table 2: Cab/Chassis Quotes UNIT# AVAILABLE COURTESY DOWNTOWN WINNER PERRY RAM OF FUNDS CHEVROLET/ FORD CHEVROLET FORD OF POWAY GM BID DGS State DGS State POWAY ASSISTANCE Contract#: 1-Contract PROGRAM 18-23-20A # 1-18-23-20D Cab/Chassis $60,000 No Quote $43,008.78 $52,051.25 Non-No Quote Only Submitted Responsive Submitted Cab/Chassis $60,000 No Quote $43,008.78 $52,051.25 Non-No Quote Only Submitted Responsive Submitted Cab/Chassis $73,700 No Quote $43,008.77 $52,051.25 Non-No Quote Only Submitted Responsive Submitted No Quote Non-No Quote TOTALS: $193,700 Submitted $129,026.33 $156,153.75 Responsive Submitted 3of29 October 19, 2021, Item #7 Due to the recent computer chip shortage and closure of production facilities, a few dealers did not submit quotes or were identified as non-responsive because they could not provide the City's desired vehicle specifications. The cab/chassis will be upfitted with dump bodies to become dump trucks. The quotes for the 3-4 cubic yard dump bodies are noted in Table 3 below: Table 3: Dump Body Quotes UNIT# D&H TRUCK MIRAMAR TRUCK CUSTOM TRUCK EQUIPMENT INC. BODY & EQUIPMENT BODY & EQUIPMENT Three (3) 3-4 CUBIC YARD $95,989.08 $109,945.95 $113,269.80 DUMP BODIES Environmental Review: This action is not subject to review under the California Environmental Quality Act (CEQA). Fiscal Impact: The City proactively plans for the replacement of its vehicles by annually setting aside a portion of the anticipated replacement costs. As such, partial funding is available in the Fiscal Year 2021-22 Capital Replacement Equipment Fund (115010-61040) and Stormwater and Flood Control (412040-61040) for the purchase one (1) compact track loader, one (1) medium-duty truck with Plumbers Depot equipment, three (3) full-size cab/chassis only, and three (3) 3-4 cubic yard steel construction dump bodies. The total fiscal impact of this action is $469,941.55. A total of $388,700.00 was allocated for these purchases. Table 4 summarizes this information by vehicle. Table 4 Unit Available Quote Appropriation Account Fund Funds Number Track Loader $75,000.00 $107,759.01 $32,759.01 412040-61 040 Storm Water (2310) Medium Duty $120,000.00 $137,167.13 $17,167.13 403570-61040 Wastewater Truck (5200) Dump Truck #1 $60,000.00 $75,005.14 $15,005.14 411 040-61 040 Gas Tax (2110) Dump Truck #2 $60,000.00 $75,005.14 $15,005.14 402560-61040 Water (5100) Dump Truck #3 $73,700.00 $75,005.13 $1,305.13 403570-61040 Wastewater (5200) Total $388,700.00 $469,941.55 $81,241.55 Due to increased equipment costs and the unscheduled replacement of one (1) 3-4-yard dump truck unit, an appropriation is requested in the amount of $81,241.53. When sufficient funds have not been set aside through the City's asset management replacement charges, the requesting department funds the difference. This helps ensure the financial sustainability of the replacement fund. Future years' asset management replacement charges will be based on the new purchase price and will begin being collected next year. Staff requests the appropriations by account number as shown in Table 4 for these purchases. Sufficient funds are available for these appropriations from the various funds shown in Table 4 above. 4of29 October 19, 2021, Item #7 Public Notification: None. Attachments: A. Sourcewell Hawthorne Caterpillar Inc. Quote -Track Loader B. Sourcewell National Auto Fleet Group Quote -Medium Duty F-600 with Plumbers Depot Equipment C. DGS State of California Downtown Ford Quote -Cab/Chassis Units D. Dump Bodies Quotes from D&H Truck Equipment, Inc., Miramar Truck Body & Equipment, and Custom Truck & Body Equipment Reviewed/ Approved By: w~dyaserman Assistant City Manager 5 of29 Reviewed By: Alan Fenstermacher City Attorney City Manager October 19, 2021, Item #7 DocuSign Envelope ID: A0SDDB3F-661 F-4EB5-AF77-6D47E6730B71 FORME CONTRACT ACCEPTANCE AND AWARD V) S ur (Top portion of this form will be completed by Sourcewell if the vendor is awarded a contract. The vendor shou!d complete the vendor authorized signatures as part of the RFP response.) Sourcewell Contract #: 032119-CAT Proposer's full legal name: Caterpillar Inc. Based on Sourcewell's evaluation of your proposal, you have been awarded a contract. As an awarded vendor, you agree to provide the products and services contained in your proposal and to meet all the terms and conditions set forth in this RFP, In any amendments to this RFP, and In any exceptions that are accepted by Sourcewell. The effective date of the Contract will be May 13, 2019 and will expire on May 13, 2023 (no later than the later of four years from the expiration date of the currently awarded contract or four years from the date that the Sourcewell Chief Procurement Officer awards the Contract}. This Contract may be extended for a fifth year at Sourcewell' s discretion. Sourcewell Authorized Signatures: Q-•-odbr-~1 s cbJJ/m~ tm~f'RECTOR OF OPERATIONS AND P~<;~~-JT /CPO SIGNATURE [}w Co~ I Ei288S8 i >JUSCCC ... SOURCEWELL EXECUTIVE DIRECTOR/CEO SIGNATURE Awarded on May 10, 2019 Vendor Authorized Signatures: Jeremy Schwartz (NAME PRINTED OR TYPED) Chad Coauette (NAME PRINTED OR TYPED) Sourcewell Contract# 032119-CAT The Vendor hereby accepts this Contract award, including all accepted exceptions and amendments. Vendor Name _,.=:C_x.._l_r_.r":"'"-· _fi_a_r __________________ _ Aufbodp,d Signatory's TIHe ----'-;J __ , _J_~ _A_, __ u-_,_C_L_J_· _1._·_l _·_J_r.,,..y_,,_.t.,_(_-1-_. _:t .... .Ji-if ___ _ , /;# ~--If) :s::c:,. __ca Jr t C k. l:-e (l.J I) ) VENDOR AUTHORIZED SIGNATURE Executed on Mo. ·I 10 , 20.J..2. l 6 of29 (NAME PRINTED OR TYPED) Sourcewell Contract # 032119-CAT ATTACHMENT A October 19, 2021, Item #7 HAWTHORNE Im Quote Prepared for City of Poway Sourcewell Member #83405 For Contract #032119-CAT Valid Through DECEMBER 24TH 2021 Machine Item# 563-3820 512-3478 588-9141 345-5148 589-8297 579-8782 389-7672 345-6180 495-1671 309-1325 586-1308 OP-2266 563-7518 345-3556 542-6995 566-7115 356-6082 435-9238 422-3445 421-8926 512-3929 OP-9003 512-4284 563-1163 Machine Total Sourcewell Machine Discount Machine Total Machine Attachments Attachment Total Sourcewell Attachment Discount Attachment Total !Warranty Warranty Total IMaoh;n, P,eparallon Preparation Total Total DEALER DISCOUNT 5% TOTAL AFTER DISCOUNT Sales Tax Grand Total WARRANTY NOT INCLUDED IN QUOTE 48 MONTHS /3000 HR POWERTRAIN+HYDRAUUCS+ TECH 60 MONTHS/ 3000 HR POWERTRAIN + HYDRAULICS+ TECH 7 of29 Description 299D3 XE COMPACT TRACK LOADER DEBRIS MANAGEMENT PKG (DM1) CAB PACKAGE ULTRA COUNTER WEIGHT, MACHINE , EXTERNAL QUICK COUPLER , HYO FAN , COOLING ,DEMAND, REVERSING TRACK, RUBBER, 450MM(17.7IN) BLK STANDARD RADIO( 12V), BLUETOOTH LIGHTS, LED ROTATING BEACON DOOR.CAB, POLYCARBONATE SHIPPING STORAGE PROTECTION MOUNTING , FIRE EXTINGUISHER HEATER, ENGINE COOLANT, 120V SEAT BELT3" PRODUCT LINK, CELLUILAR PL243 REAR LIGHTS FILM, SELF LEVEL, ANSI FILM, RIDE CONTROL, ANSI SERIALIZED TECHNICAL MEDIA KIT RUBBER BELT, 2 SPD, TF IDLERS LANE3ORDER INSTRUCTIONS, ANSI, CERTIFICATION ARR, P65 Descriotion Descrietion Descrietion Pre Delivery Inspection Freight to San Diego County 500 HOUR CSA 21% 15% 7.75% $ $ $ $ $ $ $ $ $ $ $ $ 8/23/2021 Prepared by: Gustavo Pena 760-801-0576 List Price 114,940 5563 1,720 1,080 1,045 885 690 540 293 226 224 217 210 205 149 0 0 0 0 0 0 0 0 0 127,987 (26,877.27) $101,109.73 List Price Li& POC,I 750 375 507 1,632 $102,741.73 -$5,137.08 $97,604.65 $7,564.36 $105,169.01 LIST 2,250.00 2,590.00 October 19, 2021, Item #7 FORME CONTRACT ACCEPTANCE AND AWARD (Top portion of this form wil be completed by NJPA if the vendor is awarded a contract. The vendor should complete the vendor authaized signaf txes as part of the RFP response. i NJPA Contract#: 120716-NAF Proposer's full legal name: 72 Hax LLC, dba National Auto Fleet Group Based on NJPA's evaluation of your proposal, you have been awarded a contrad. As an awarded vendor, you agree to provide the products and services contained In your proposal and to meet all of lhe terms and conditions set forth In thb RFP, In any amendments to this IFP, and In any exceptions that are accepted by NJPA. The effective date of the Contract wi:I be January 17,2017 and wl expire on January 17, 2021 (no later than the later of foor years from the expiration date of the cu-rerlly awarded contract or four years from fhe date that the NJPA Chief Procurement Officer awards the Contract). This Contract may be exlended fa a fifth year at NJPA's dscretion. NJPA Authorized jlgnatures: ~;;;: FCOO '· ACT" A P orUR . PO SIG Jeremy Schwartz (t~AME PRINlcO CR ,tPE:Ot ~ ---~~~==-::-----Chad Caouette NJPA EXECUTIVE DIRECTOR/CEO SIGNATURE (NA,'AE: PRINTED CR ~f PEC!j Awarded on .Jaruary 16. 2017 NJPA Contract # I207I6-NAF Vendor Authorlied Signatures: The Vendor hereby accepts this Contract award, including all acceptea exceptions and amendments. Vendor Name Z'J-f/ovJ JJ,,C, #q>,',/HJ/ ,RC-70 u~l!"T 6/.R,I Signatory's TIiie --~£..-f_C_~_T __ /JJ ___ g....,.'2,..._-:T ..... 2 ......... ~ ..... r,I_· __ 7t._re~; ~ c P._·'C_-lei ___ _ V (NAM!: PP.lt◄lED .:>R P'F'EC/ Executed on J - / 6 .2017 NJPA Contract # l 20716-NAF 8 of29 ATTACHMENT B October 19, 2021, Item #7 OocuSign Envelope ID: F17A8316-8703-4977-99B8-FC8730143593 Letter of Agreement To Extend the Contract Between 72 Hour LLC, dba National Auto Fleet Group 490 Auto Center Dr. Watsonville, CA 95076-3726 And Sourcewell 202 12th Street NE Staples, MN 56479 Phone: (218) 894-1930 The Vendor and Sourcewell have entered into an Agreement (Contract #120716-NAF) for the procurement of Vehicles, Cars, Vans, SUVs, and Light Trucks with Related Equipment, Accessories and Services. This Agreement has an expiration date of January 17, 2021, but the parties may extend the Agreement for one additional year by mutual consent. The parties acknowledge that extending the Agreement for another year benefits the Vendor, Sourcewell and Sourcewell's members. The Vendor and Sourcewell therefore agree to extend the Agreement listed above for a fifth year. This existing Agreement will terminate on January 17, 2022. All other terms and conditions of the Agreement remain in force. Sourcewell "DocuSlgned by: By: -L!:a:-::ttf ~tAYt~ __________ _, Its: Director of Operations & Procurement/CPO Name printed or typed: :.:iJeii.lr.:::e~w~vLS::::.;c::.:h.:.:w=art:..:.:.z __________________ _ Date 6/17/2020 I 1:32 PM CDT 72 Hour LLC. dha National Auto Fleet Group GDocuSlgned by: By· p._....-Its: . -FAC8B5730C1E~67 ... ---------------J -----------Fleet Manager Jes 2 cooper Name printed or typed: _________________________ _ Date 7/8/2020 I 4:22 PM CDT 9 of29 October 19, 2021, Item #7 National Auto Fleet Group A Division of Chevrolet of Watsonville 8/30/2021 Mr. Luis Carrillo City of Poway 14415 Lake Poway Road Poway, CA 92064 Dear Luis Carrillo, 490 Auto Center Drive, Watsonville, CA 95076 (855) 289-6572 • (831) 480-8497 Fax FI e et@ N at i on a I A u to FI e et G ro u p . c om Quote 10# 17800 Rl Order Cut-Off Date: 11/12/2021 National Auto Fleet Group is pleased to quote the following vehicle(s) for your consideration. One (1) New/Unused (2022 Ford Super Duty F-600 ORW (F6L) XL 4WD Reg Cab 169" WB 84" CA with Plumbers Depot Equipment,) and delivered to your specified location, each for: Sou rcewell Contract Price Plumbers Depot Quote Trade In Allowance Tax (7.75%) CA Tire Fee Total $ per your attached specifications: MSRP 52,6265.00 Sourcewell Price Savings Total Saving $ 46,041.54 12.510% $6,583.46 $ 91,250.00 ( $ 10,000.00) $ 9,865.09 $ 10.50 s 137,167.13 This vehicle(s} is available under the Sourcewell (Formerly known as NJPA} Contract Number 120716-NAF. Please reference this Contract Number on all Purchase Orders to National Auto Fleet Group. Payment terms are Net 20 days after receipt of vehicle. Thank you in advance for your consideration. Should you have any questions, please do not hesitate to call. )., . P CoooP.r -National Fleet Mana~er ~kooper@Nationalautofleetgroup.com Office (8551 289 6572 Fax(831)480 8497 10of2gri&...-~?~"'llll!!.,.i~ill"'ll?~ i:>C>i::>C:iE RA-October 19, 2021, Item #7 Purchase Order Instructions & Resources In order to finalize your purchase please submit this purchase packet to your governing body for a purchase order approval and submit your purchase order in the following way: Email: Fleet@NationalAutoFleetGroup.com Fax: (831) 480-8497 Mail: National Auto Fleet Group 490 Auto Center Drive Watsonville, CA 95076 We will send a courtesy confirmation for your order and a W-9 if needed, Learn how to track your vehicle: Use the upfitter of your choice: Vehicle Status: General Inquiries: Additional Resources www.NAFGETA.com www.NAFGoactner,com ETA@NatiROalAutoFleetGroup.com Fleet@NationalAutoFleetGroup.cgm For general questions or assistance please contact our main office at: 1-855-289-6572 11 of 29 October 19, 2021, Item #7 PLUMBERS DEPOT INC. 3921 W. 139th Street Hawthorne, CA 90250 Name I Address National Auto Fleet Froup Ben 490 Auto Center Drive Watsonville, CA 95076 Item Description USJ-4018-600 US JETnNG, 18 GPM 4000PST , 600 Gallon Water Tank, Wireless Controller,49 HP Hatz Diesel Engine, 1/2" x 600ft of Hose. Footage Counter, Pullout Hose Reel and Honda Generator 3000 and 2 boxes under flat bed 12ft Flat Bed with arrow stick (2) front (2)mid and (2) rear swobes with Line-x DISCT°/4 Trade-in for City of Poway US Jetter City of Poway Signature and Na ... Fax# (310)355-171 I 12 of 29 Quote Date Estimate# 8/19/2021 26918 Ship To Rep Serial# Jose Qty Price Total I I Subtotal Sales Tax (0.0%) Total October 19, 2021, Item #7 Vehicle Configuration Options ENGINE Code Description 99N ENGINE: 7.3L 2V DEVCT NA PFI VB GAS, (STD) TRANSMISSION Code Description 44G TRANSMISSION: TORQSHIFT 10-SPEED AUTOMATIC, -inc: 10R140 w/neutral idle and selectable drive modes: normal, tow/haul, eco, deep sand/snow and slippery (STD) TIRES Code Description TD5 TIRES: 245/70RX19.5G BSW A/P, -inc: Spare may not be the same as road tire (STD) PRIMARY PAINT Code· Description 21 OXFORD WHITE PAINT SCHEME Code Description STANDARD PAINT I SEAT TYPE Code Description AS MEDIUM EARTH GRAY, HD VINYL 40/20/40 SPLIT BENCH SEAT, -inc: center armrest, cupholder, storage and driver's side manual lumbar ADDrTIONAL EQUIPMENT Code Description POWER EQUIPMENT GROUP, -inc: Deletes passenger side lock cylinder, upgraded door-trim panet Accessory Delay, Advanced Security Pack, Securilock Passive Anti-Theft 90L System (PATS) and inclination/intrusion sensors, MyKey, owner controls feature, Power Locks, Remote Keyless Entry, Folding Trailer Tow Mirrors w/Power Heated Glass, manual telescoping, heated convex spotter mirror and integrated clearance lamps/turn signals, Power Front Side Windows, 1-touch up/down driver/passenger window 678 397 AMP ALTERNATORS 86M DUAL 78 AH BATTERY 52B TRAILER BRAKE CONTROLLER, -inc: smart trailer tow connector, Verified to be compatible w/electronic actuated drur.n brakes on~y __ 41P TRANSFER CASE SKID PLATES 63A UTfllTY LIGHTING SYSTEM, -inc: LED side-mirror spotlights 13 of 29 October 19, 2021, Item #7 43B FIXED REAR-WINDOW W/DEFROST 924 PRIVACY GLASS 188 PLATFORM RUNNING BOARDS 153 FRONT LICENSE PLATE BRACKET DAYTIME RUNNING LAMPS (DRL), -inc: The non-controllable 942 Daytime Running 942 Lamps (DRL) replace the standard Daytime Running Lamps (DRL) on/off cluster controllable REAR VIEW CAMERA & PREP KIT, -inc: Pre-installed content includes cab wiring and 872 frame wiring to the rear most aoss member, Upfitters kit includes camera w/mounting bracket 20' jumper wire and camera mounting/aiming instructions 43C 110V/400W OUTLET OPTION PACKAGE Code Description 680A ORDER CODE 680A 14 of29 October 19, 2021, Item #7 2022 Fleet/Non-Retail Ford Super Duty F-600 DRW XL 4WD Reg Cab 169" WB 84" CA WINDOW STICKER 2022 Ford Super Duty F-600 DRW XL 4WD Reg Cab 169" WB 84" CA CODE F6L 99N 44G TDS 21 AS 90L 67B 86M 52B 41P 63A 43B 924 18B 153 942 872 43C 680A MODEL 2022 Ford Super Duty F-600 DRW XL 4WD Reg Cab 169" WB 64" CA OPTIONS ENGINE: 7.3L 2V DEVCT NA PFI VS GAS, (STD) TRANSMISSION: TORQSHIFT 10-SPEED AUTOMATIC, -inc: 10R140 w/neutral idle and selectable drive modes: normal, tow/haul, eco, deep sand/snow and slippery (STD) TIRES: 245n0RX19.5G BSW A/P, -inc; Spare may not be the same as road tire (STD) OXFORD WHITE STANDARD PAINT MEDIUM EARTH GRAY, HD VINYL 40/20/40 SPLIT BENCH SEAT, -inc: center armrest, cupholder, storage and driver's side manual lumbar POWER EQUIPMENT GROUP, -inc: Deletes passenger side lock cylinder, upgraded door-trim panel, Accessory Delay, Advanced Security Pack, SecuriLock Passive Anti-Theft System (PATS) and inclination/intrusion sensors, MyKey, owner controls feature, Power Locks, Remote Keyless Entry, Folding Trailer Tow Mirrors w/Power Heated Glass, manual telescoping, heated convex spotter mirror and integrated clearance lamps/tum signals, Power Front Side Windows, 1-touch up/down driver/passenger window 397 AMP ALTERNATORS DUAL 78 AH BATTERY TRAILER BRAKE CONTROLLER, -inc: smart trailer tow connector, Verified to be compatible w/electronic actuated drum brakes only TRANSFER CASE SKID PLATES UTILITY LIGHTING SYSTEM, -inc: LED side-mirror spotlights FIXED REAR-WINDOW W/DEFROST PRIVACY GLASS PLATFORM RUNNING BOARDS FRONT LICENSE PLATE BRACKET DAYTIME RUNNING LAMPS (DRL}, -inc: The non-controllable 942 Daytime Running Lamps (DRL) replace the standard Daytime Running Lamps (DRL) on/off cluster controllable REAR VIEW CAMERA & PREP KIT, -inc: Pre-installed content includes cab wiring and frame wiring to the rear most cross member, Upfitters kit includes camera w/mounting bracket, 20' jumper wire and camera mounting/aiming instructions 110V/400W OUTLET ORDER CODE 680A Please note selected options override standard equipment 15 of 29 MSRP $48,355.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $915.00 $115.00 $0.00 $270.00 $100.00 $160.00 $60.00 $0.00 $320.00 $0.00 $45.00 $415.00 $175.00 $0.00 October 19, 2021, Item #7 SUBTOTAL Advert/ Adjustments Manufacturer Destination Charge TOTAL PRICE Est City: MPG Est Highway: MPG Est Highway Cruising Range: 0.00 mi $50,930.00 so.oo $1,695.00 $52,625.00 Any performance-related calculations are offered solely as guidelines. Actual unit perfomiance will depend on your operating conditions. 16 of 29 October 19, 2021, Item #7 Standard Equipment MECHANICAL Engine: 7.3L 2V DEVCT NA PFI VB Gas Transmission: TorqShift 10-Speed Automatic -inc: 10R140 w/neutral idle and selectable drive modes: normal, tow/haul, eco, deep sand/snow and slippery Limited Slip w/4.88 Axle Ratio G'fflR: 22,000 lbs Payload Package SO-State Emissions System Transmission w/Oil Cooler Transmission Power Take-Off Provision -inc: mobile and stationary PTO modes Electronic Transfer Case Part-Time Four-Wheel Drive 78-Amp/Hr 750CCA Maintenance-Free Battery w/Run Down Protection HD 240 Amp Alternator Towing Equipment -inc: Trailer Sway Control Trailer Wiring Harness 14690# Maximum Payload HD Shock Absorbers I Front And Rear Anti-Roll Bars Firm Suspension Hydraulic Power-Assist Steering 40 Gal. Fuel Tank Single Stainless Steel Exhaust Dual Rear Wheels Auto Locking Hubs Front Suspension w/Coil Springs Leaf Rear Suspension w/Leaf Springs 4-Wheel Disc Brakes w/4-Wheel ABS, Front And Rear Vented Discs and Brake Assist Upfitter Switches EXTERIOR Wheels: 19.5" x 6.75" Argent Painted Steel Tires: 245/70Rx19.5G BSW A/P -inc: Spare may not be the same as road tire Clearcoat Paint Black Front Bumper w/Black Rub Strip/Fascia Accent and 2 Tow Hooks Black Fender Flares Black Side Windows Trim and ~ack Front Windshield Trim Black Door Handles 17 of29 October 19, 2021, Item #7 Black Manual Side Mirrors w/Manual Folding Manual Extendable Trailer Style Mirrors Fixed Rear Window Light Tinted Glass Variable Intermittent Wipers Afuminum Panels Front Splash Guards Black Grille Autolamp Auto On/Off Aero-Composite Halogen Daytime Running Lights Preference Setting Headlamps w/Delay-Off Cab Clearance Lights ENTERTAINMENT Radio: AM/FM Stereo w/MP3 Player -inc: 4 speakers Radio w/Seek-Scan and Clock Fixed Antenna SYNC Communications & Entertainment System -inc: enhanced voice recognition, 911 Assist, 4.2" LCD center stack screen, Applink, 1 smart-charging USS port and steering wheel audio controls 2 LCD Monitors In The Front INTERIOR 4-Way Driver Seat -inc: Manual Recline and Fore/ Aft Movement 4-Way Passenger Seat -inc: Manual Recline and Fore/Aft Movement Manual Tilt/Telescoping Steering Column Gauges -inc: Speedometer, Odometer, Oil Pressure, Engine Coolant Temp, Tachometer, Transmission Fluid Temp, Engine Hour Meter, Trip Odometer and Trip Computer FordPass Connect 4G Mobile Hotspot Internet Access Manual Air Conditioning Illuminated Locking Glove Box Interior Trim -inc: Chrome Interior Accents Full Cloth Headliner Urethane Gear Shifter Material HD Vinyl 40/20/40 Split Bench Seat -inc: center armrest, cupholder, storage and driver's side manual lumbar Day-Night Rearview Mirror Passenger Visor Vanity Mirror 3 12V DC Power Outlets Front Map Lights Fade-To-Off Interior Lighting FuU Vinyl/Rubber Floor Covering 18 of 29 October 19, 2021, Item #7 -------------. Smart Device Remote Engine Start Instrument Panel Covered Bin and Dashboard Storage Manual 1st Row Windows Systems Monitor Trip Computer Outside Temp Gauge Analog Appearance Seats wNinyl Back Material Manual Adjustable Front Head Restraints Air Filtration SAFETY Driveline Traction Control Side Impact Beams Dual Stage Driver And Passenger Seat-Mounted Side Airbags Dual Stage Driver And Passenger Front Airbags w/Passenger Off Switch Safety Canopy System Curtain 1st Row Airbags Outboard Front Lap And Shoulder Safety Belts -inc: Height Adjusters 19of29 October 19, 2021, Item #7 20 of 29 THIS IS YOUR QUOTE DOWNTOWN FORD SALES 525 N 16th Street, Sacramento, CA 95811 QUOTATION Customer Name _City ofPoway/Public Works Department Address 14415 Lake Poway Road City Poway CA 92064 Phone Luis Carrillo (858) 668-4745 Qty Description ' 3 NEW FORD F550 REGULAR CAB CHASSIS F5G STATE OF CALIFORNIA CONTRACT 1-18-23-20A CLIN 33 FACTORY ORDER SALES TAX 7.75% i OPTIONS WHITE IN COLOR / OPTIONS 3 3 3 3 3 3 3 3 3 3 3 3 3 3 DUAL REAR WHEEL AXLE 169" WB / 84" CA SAFETY BACK UP ALARM 76C LOCKING REAR AXLE X8L HD SUSPENSION 67H DAYTIME RUNNING LIGHTS 942 RUNNING BOARDS 18B SPARE TIRE WHEEL JACK 61J POWER GROUP 90L REAR CAMERA KIT 872 PAYLOAD PACKAGE 68U 3% INCREASE MODEL YEAR 2022 DOC FEE FIN CODE QU623 Payment Details 0 Cash • Check 0 Credit Card Name ___________ __ CC# SIGN DATE QUOTE# COP-F5G-3CC Date REP Phone FOB Unit Price $33,992.00 $141.00 $388.00 $127.00 $45.00 $445.00 $375.00 $1,097.00 $535.00 $915.00 $1,019.76 $85.00 9/20/2021 WIL 916.548. 1075 SACRAMENTO TOTAL $101,976.00 i $0.00 i $0.00 i $0.00 i $423.oo i $1,164.00: $381.00 \ $135.00 i $1,335.00 i $1,125.00: $3,291.00 : $1,605.00 . $2,745.00 $3,059.28 $255.00 Subtotal $117,494.28 : Delivery j --·· -$2,400.00 i SALESTAX i $9,105.801 CA Tire Tax $26.25 i TOTAL $129,026.33 j Office Use Only $500 DISCOUNT IF PAID WITHIN 20 DAYS OF DELIVERY ATTACHMENT C October 19, 2021, Item #7 It-I Office: 619-794-7976 email: jaland@dhtruckequipment.com Shop: 9779 Candida Street, San Diego CA 92126 TRUCK EQUIPMENT INC. Sold To: City of Poway Ship To: same Quote Date: 08-05-2021 Phone: Fax: PO#: Terms: Contact: Luis Carrillo Product/Services Units 62, 40, 12 Qty Ext. Cost lea 3-4 yard steel construction dump body with pull tarp, HD hitch 29695.00ea package, custom header, drop down sides and rear, 6" boards, 3 ditch gates, rear tail lights, Whelen MC16PA, Whelen VTX609A, mounted per city specifications, back up alarm, back pack tool box with custom drawer unit in lower right hand box-2 adj shelves in lower left box-2 fixed shelves in upper area, rugby HR540 elect hoist package, complete installation and painted to city specifications. Lead time for these bodies is 42 weeks Lead time for similar spec body is 15 weeks Lead time for custom backpack toolbox is 7-10 weeks Whelen is current build date is 8-10 weeks Build time would be approx. 30-45 days after body build date. tax 2301.63 total 31996.36 21 of 29 ATTACHMENT D October 19, 2021, Item #7 MIRAMAR TRUCK BODY & EQUIPMENT-~~2; BODY SHOP 1595 RADAR ROAD, SAN DIEGO, CA 92154 619-654-3154 cell ESTIMATE OF REPAIRS TERMS: COD Date __ S/_5_/2_0_2_1 Page 1 Owner CITY OF POWAY Company CITY OF POWAY Address Phone ------------------FAX ------------------Appraiser Make Model P OC LUIS CARRILLO Year SERIAL --------------------Mileage License No Engine Repair RePlace Description of Labor or Matenal 1 2 3 INSTALL 9' RUGBY ELIMINATOR DUMP BODY WITH FOLD DOWN 17" SIDES, 4 ¼ CAB SHIELD, LED LIGHTS, RUGBY HOIST, BODY PROP, BODY UP LIGHT 5 5 INSTALL RKI SPK55420 BOX WITH DRAWERS, AND 24" UNDERBODY 6 BOXES 7 8 INSTALL PULL TARP TO SPEC. 9 10 INSTALL SURFACE MOUNT WHELEN SOA0227AR AMBER STROBE LIGHTS 11 TO FRONT GRILLE 12 13 INSTALL 4 WHELEN SOA0227AR GROMMET MOUNT LIGHTS TO REAR OF 14 BODY & BELOW BODY 15 16 INSTALL WHELEN MC16PF BEACON LIGHT ON TOP OF CAB SHIELD WITH 17 SWIVEL BRACKET 18 19 INSTALL APITONG CHEATER BOARDS ON TOP OF FOLD DOWN SIDES 20 21 INSTALL HITCH PLATE WITH HITCH, D-RINGS, LIGHT PLUG TO SPECIFICATI 22 23 INSTALL ALL SWITCHES AND WIRING TO SPECIFICATIONS 24 25 PREP AND PAINT BODY, BOXES, HITCH TO SPECIFICATION 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 EPA# CAD982043168 BAR# ARD00214787022811 QUOTE APPROVED BY-______________________ _ All vehicles left more than 1 O days after repairs will be subjet to storage at a rate of $45.00 per day per unit The above is an estimate based on our inspection and does not cover additional parts or labor which may be required after the work has been opened up. Occasionally after work has started, worn or damaged parts are discovered which are not evident on first inspection. Because of this the above prices are not guaranteed. All old parts removed from trucks will be junked unless otherwise instructed in writing Estimated by Phil Rittenhouse Email: prlttenhouse@mlramartruck.com 22 of 29 Loe STOCK# -----Paint No Parts Sublet Paint hrs LABOR HR Mech Lbr -----$21,269.00 12.0 86.0 --86,0 Hl<S BODY LABOR@ $130.00IHR _____ $_11 __ ,_18_0_.00_ 0,0 HRS MECH.LABOR4'$150.00IHR _____ $_0_.00_ 12,0 HRS 'PAINT LABOR 4' $130.00/HR ___ ---'-$1 __ ,_560_.00_ Parts ____ $2_1...,.,2_6_9_.00 __ Paint Mat ______ $6_00_.00_ Misc. $320.00 sublet ==========$:o:.oo:=: $22 189 00 @ 7.75 % Sales Tax ____ $1 __ ,_71_9_.6_5_ ESTIMATE TOTAL ___ ..... $_36 ... ,6_48.;..;.;..6_5_ ADVANCE CHARGES -------GRAND TOTAL _____ $_36 __ ,648 __ .6_5_ 08/05/2021 CITY OF POWAY UNITS 62.40.12 QUOTE 8-5-21.ods ESTIMATE PG1 of 3 October 19, 2021, Item #7 Custom Truck Body & Equipment, Inc. 8747 N. Magnolia Ave. Santee, CA 92071 (619) 277-5687 Phone Name I Address City of Poway 14415 Lake Poway Road Poway, CA 92064 Rep SB P.O. No. Description Terms Net 15 Install Williamsen -Godwin 9' 3-4 yard dump body. including double acting electric hoist, stop/tail and turn signais, Clearance lights.back up lights and back up alarm. Install Pull Tarp. Manual pull/ spnng rewind. Install crossbed tool box. Fabricate heavy duty buck plate hitch with 1/2" plate, combo pintle with 2' ball, safety d-rings and trailer wiring socket. Install a Whelen MC16PA warning light on top of crossbed box. Install Whelen hidden strobes (2) VTX609A mounted on front corners of cab. Install Whelen (4) 50A02ZAR light head strobes a, rear corners of body stacked. Prep and paint crossbed tool box, hitch and touch up any scratches on body as needed. Misc. Part: Williamsen -Godwin 9' 3-4 yard capacity dump body. Powder coated White. 87' I.D. x 96" O.D. western understructure (Crossmemberless) 40" front integral one piece bulkhead with pressed horizontal stiftner and a tapered 1/4 cab shield. 10ga. 50,000 psi steel front. 22" tail gate 16" high fold down sides. double rotation tail gate with 3 patch gates. Champion hoist model CS615T-09 double acting electric. Misc. Part: Ecco 510 Back up alarm. Misc. Part: Pull Tarp Brand tarp system. Misc. Part: Pacific Commercial Truck Body crossbed tool box. Matching RKI Specs and measurements. Misc. Part: Whelen MC 16PA warning light. Misc. Part: Whelen VTX609A hidden strobes. Misc. Part: Whelen 50A02ZAR led flashing head units. Misc. Part: Apitong Cheater board. Paint & materials Shop Consumables Phone# Fax# E-mail Web Site Qty (619) 277-5687 (619) 442-6767 customtruckbody@gmail.com www.customtruckbody.net 23 of 29 Estimate Date Estimate# 8/3/2021 4929 STOCK# I VIN 12 Rate Total 24 120.00 2,880.00T 8 120.00 960.00T 6 120.00 720.00T 1 1,225.00 1,225.00T 6 120.00 720.00T 6 120.00 720.00T 6 120.00 720.00T 12 120.00 1,440.00T 1 15,907.92 15,907.92T 1 21.72 21.72T 1 1,540.00 1,540.00T 1 4,794.00 4,794.00T 1 321.97 321.97T 2 10132 202.64T 4 193.17 772.68T 1 175.00 175.00T 1 804.00 804.00T 1 1,116.00 1,116.00T Subtotal $35,040.93 Sales Tax (7.75%) $2,715.67 Total $37,756.60 October 19, 2021, Item #7 Custom Truck Body & Equipment, Inc. 8747 N. Magnolia Ave. Santee, CA 92071 (619) 277-5687 Phone Name / Address City of Poway 14415 Lake Poway Road Poway, CA 92064 Rep SB P.O. No. Description Terms Net 15 Install Williamsen -Godwin 9' 3-4 yard dump body. including double acting electric hoist, stop/tail and turn signals, Clearance lights.back up lights and back up alarm. Install Pull Tarp. Manual pull/ spring rewind. Install crossbed tool box. Fabricate heavy duty buck plate hitch with 1/2" plate, combo pintle with 2" ball, safety d-rings and trailer wiring socket. Install a Whelen MC16PA warning light on top of crossbed box. Install Whelen hidden strobes (2) VTX609A mounted on front corners of cab. Install Whelen ( 4) 50A02ZAR light head strobes on rear corners of body stacked. Prep and paint crossbed tool box, hitch and touch up any scratches on body as needed. Misc. Part: Williamsen -Godwin 9' 3-4 yard capacity dump body. Powder coated White. 87" 1.0. x 96" 0.0. western understructure (Crossmemberless) 40" front integral one piece bulkhead with pressed horizontal stiffner and a tapered 1/4 cab shield. 10ga. 50,000 psi steel front. 22" tail gate 16" high fold down sides. double rotation tail gate with 3 patch gates. Champion hoist model CS615T-09 double acting electric. Misc. Part: Ecco 510 Back up alarm. Misc. Part: Pull Tarp Brand tarp system. Misc. Part: Pacific Commercial Truck Body crossbed tool box. Matching RKI Specs and measurements. Misc. Part: Whelen MC16PA warning light. Misc. Part: Whelen VTX609A hidden strobes. Misc. Part: Whelen 50A02ZAR led flashing head units. Misc. Part: Apitong Cheater boards Paint & materials Shop Consumables Phone# Fax# E-mail Web Site Qty (619) 277-5687 (619) 442-6767 customtruckbody@gmail.com www.customtruckbody.net 24 of 29 Estimate Date Estimate# 8/3/2021 4931 STOCK#/VIN 40 Rate Total 24 120.00 2,880.00T 8 120.00 960.00T 6 120.00 720.00T 1 1,225.00 1,225.00T 6 120.00 720.00T 6 120.00 720.00T 6 120.00 720.00T 12 120.00 1,440.00T 1 15,907.92 15,907.92T 1 21.72 21.72T 1 1,540.00 1,540.00T 1 4,794.00 4,794.00T 1 321.97 321.97T 2 101.32 202.64T 4 193.17 772.68T 1 175.00 175.00T 1 804.00 804.00T 1 1,116.00 1,116.00T Subtotal $35,040.93 Sales Tax (7.75%) $2,715.67 Total $37,756.60 October 19, 2021, Item #7 Custom Truck Body & Equipment, Inc. 8747 N. Magnolia Ave. Santee, CA 92071 (619) 277-5687 Phone Name / Address City of Poway 14415 Lake Poway Road Poway, CA 92064 Rep SB P.O. No. Description Terms Net 15 Install Williamsen -Godwin 9' 3-4 yard dump body. including double acting electric hoist, stop/tail and turn signals, Clearance lights.back up lights and back up alarm. Install Pull Tarp. Manual pull/ spring rewind. Install crossbed tool box. Fabricate heavy duty buck plate hitch with 1/2" plate, combo pintle with 2" ball, safety d-rings and trailer wiring socket. Install a Whelen MC16PA warning light on top of crossbed box. Install Whelen hidden strobes (2) VTX609A mounted on front corners of cab. Install Whelen (4) 50A02ZAR light head strobes on rear corners of body stacked. Prep and paint crossbed tool box, hitch and touch up any scratches on body as needed. Misc. Part: Williamsen -Godwin 9' 3-4 yard capacity dump body. Powder coated White. 87" 1.0. x 96" 0.0. western understructure (Crossmemberless) 40' front integral one piece bulkhead with pressed horizontal stiffner and a tapered 1/4 cab shield. 10ga. 50,000 psi steel front. 22" tail gate 16' high fold down sides. double rotation tail gate with 3 patch gates. Champion hoist model CS615T -09 double acting electric. Misc. Part: Ecco 510 Back up alarm. Misc. Part: Pull Tarp Brand tarp system. Misc. Part: Pacific Commercial Truck Body crossbed tool box. Matching RKI Specs and measurements Misc. Part: Whelen MC16PA warning light. Misc. Part: Whelen VTX609A hidden strobes. Misc. Part: Whelen 50A02ZAR led flashing head units. Misc. Part: Apitong Cheater boards Paint & materials Shop Consumables Phone# Fax# E-mail Web Site Qty (619) 277-5687 (619) 442-6767 customtruckbody@gmail.com www.customtruckbody.net 25 of 29 Estimate Date Estimate# 8/3/2021 4932 STOCK# I VIN 62 Rate Total 24 12000 2,880.00T 8 120.00 960.00T 6 120.00 720.00T 1 1,225.00 1,225.00T 6 120.00 720.00T 6 120.00 720.00T 6 120.00 720.00T 12 120.00 1,440.00T 1 15,907.92 15,907.92T 1 21.72 21.72T 1 1,540.00 1,540.00T 1 4,794.00 4,794.00T 1 321.97 321.97T 2 101.32 202.64T 4 193.17 772.68T 1 175.00 175.00T 1 804.00 804.00T 1 1,116.00 1, 116.00T Subtotal $35,040.93 Sales Tax (7.75%) $2,715.67 Total $37,756.60 October 19, 2021, Item #7 SERVICES: City of Poway TECHNICAL SPECIFICATIONS UNIT#: 62, 40, 12 Body/Bed NOTICE: SPECIAL INSTRUCTIONS TO THE BIDDER Bidder shall complete right-hand column indicating brief reasoning for the exceptions to requirements when not acceptable. State "Acceptable" if requirements are agreeable as set forth in the left hand-column. EQUIPMENT: Bidder shall complete right-hand column indicating specific size and/or make and model of all components when not exactly as specified. State "As Specified" if item is exactly as set forth in the left-hand column. BID PACKET: All bid packets shall include complete specification cut sheets, drawings, etc. for all equipment submitted. FAILURE TO COMPLETE RIGHT-HAND COLUMN WILL INVALIDATE BID IF NOT BIDDING THIS ITEM PLEASE INDICATE WITH AN N/A IN THE COLUMN GENERAL: This specification describes the City of Poway minimum requirement for Three (3) New Rugby Eliminator LP carbon steel 9'X8' dump body with fold down sides installed on one and one half ton (1 ½ ton) regular cab and chassis, 15,500 GVWR or greater, 84" cab to axle measurement, dual rear wheels. All specifications are minimum requirements. Bidders are expected to meet or exceed these specifications in their entirety. All beds & boxes shall be constructed of all new material, finished with primer, and painted as specified. The cabs shall be protected during grinding, welding and painting. All responsive bidders shall provide detailed drawings and supporting literature with their bid. Vendor shall provide warranty support for the body, including all components, for a minimum of 12 months from date of body delivery to the City. Prior to construction, the City of Poway Fleet Maintenance Supervisor shall approve all design and construction methods. SPECIFICATIONS BIDDER I '-General 26 of 29 October 19, 2021, Item #7 All responsive bidders shall provide detailed drawings and supporting literature with their bid. All bodies shall be of standard construction and design built by reputable manufacturers as recognized by the N.T.EA Installation of bodies shall be accomplished by local distributor of said products. 2. Structural and Dimensional Design A. The three to four (3-4) cubic yard dump body shall be factory manufactured, NO custom built, or vendor-built beds are acceptable and shall be of arc welded steel construction. The side and end gates shall be hinged construction. B. The floor shall be metal welded in place. The x-members shall be 10 ga. "C" sections and shall be placed 12 inches 0.C. In addition, there shall be two (2) 4-inch structural steel channel longs full length. C. Fuel pocket shall be accessible without raising dump bed. 3.Body/Bed A. 8'X9' dump bed Gas fill pockets shall be recessed sugar scoop style, accessible with bed down. Backup alarm to be installed in a protected location below rear of body. Installed body shall include body up safety support B. A full length and full width "PULL TARP" is to be mounted on top of header above top of toolboxes. ¼" flat stock shall be used for header top/PULL TARP mounting surface. Final design and installation location to be confirmed by Fleet Staff. 4. Square Style Header A. The outer framework shall be constructed of 2"X3" rectangular .125 wall tubing and shall be adequately braced to the substructure of the dump body. Header inner section shall be one-piece formed 10 ga. Steel construction overlaying the outer framework by ¾". It shall also be reinforced with 2"X3" tubing attached to the structural longs. Center section of header shall be of extruded metal approximately 30"X10" for rear view. 5. Rear Bumper and Hitch A. Reinforced½" fixed pintle hitch plate with appropriate welded gussets and braces. Combination pintle/2" ball hitch to be included. Pintle throat height to be 23" from ground level with body installed. 8. There shall be two (2) safety chains rings welded 27 of 29 S +ctYldav-d 1/~ (;4-b 4:e1I hVYl-lWl p ?.xx~ October 19, 2021, Item #7 to the fixed pintle plate. There shall also be a Cole I Hersee CH1235 6-prong truck socket with bracket welded off center of hitch. 6. Side and Rear End Gate A Side gates: Two {2) 14" steel with 6" Apitong or equal boards per side. Steel gate latches shall be installed on each end. B. Rear Gate: One (1) 90"X24'' steel with center-mounted locking lever. Gate shall be double action, dump from the bottom and swing down to dump over gate. Gate to have center, left and right ditch gates. zz jf 1t4t'I~ 3 r~ +c.ti~ A~ s/kC:rt.J -------+-------------------------i 7. Lighting: All warning lights to be California Title 13 Certified. A. Two (2) per side, 4-inch rubber mounted, combo S/T /T lights shall be installed under body at rear. Lighting shall be LED. B. One (1) per side, 4-inch rubber mounted backup light C. license light and bracket shall be provided. D. A Whelen MC16PA warning light to be installed on top of toolbox, mounted to a bracket to be visible from both front and rear of truck. Toolbox shall be reinforced to support bracket. E. Two (2) Whelen VTX609A hideaway self-flashing LED lighting mounted on the front corners of the cab. F. Four (4) Whelen 50A022ZAR (grommet mounted) linear LED self-flashing light heads on the back of the bed, two {2) stacked on each corner. G. Self-flashing lighting shall be controlled by switches mounted in the cab. Final switching configuration and flash pattern shall be determined prior to construction. H. Backup warning alarm to be installed in a protected location below rear of body. I. All wiring shall be enclosed in a loom and properly secured to prevent damage by movement or vibration. ... -------------------------------8. Toolbox A. Shall be Rawson-Koenig, Model SPK552420 or similar. Box includes two (2) 20"X24" lower boxes with left side box containing two adjustable shelves each and right side box containing three (3) pull out drawers (Two measuring approximately 2.5" high and one (1) measuring approximately S"high) and one upper transverse box with one fixed shelf and access doors on both sides. The upper box is tapered to cab. Boxes shall 28 of 29 t ~ c,-.(', c_ )~, I-\ ·\-b R_K-S:. , v\\eslA~~ ~ ~C:s, October 19, 2021, Item #7 NOT be mounted to dump bed and shall be keyed alike. 9. Compartment Handles A. All handles shall be slam latches with locks, stainless steel, and keyed alike. 10. Dump Hoist A. Install Rugby Model HR540 or equal electric over hydraulic dual-action dump hosit with push-button controller. Bed shall have a body prop and body up warning light mounted in the cab. It shall be minimum rated at 5.7 tons at 45 deg. It shall be electric/hydraulic and double acting. There shall be a factory installed sub-frame from the hoist manufacturer. The cylinder shall have at a minimum an outer 5" dia. X 1 ¾" dia. Rod and 19" of stroke. There shall also be a remote pendant control in the cab with a long enough lead to be operated outside the vehicle. 11. Paint and Installation A. The complete body shall be painted white. In addition, the primer shall be phenolic modified alkyd based or approved equal. B. The body shall be installed with a space of 2" minimum between the truck cab and the front of the body. C. The installation of the body shall be done in accordance with current industry standards. The body shall be centered laterally on the truck frame and there shall be no evidence of binding or interference. Welding shall be done only by qualified welders. Welds exhibiting lack of penetration or lack of fusion will be rejected. All weld slag shall be removed prior to primer or paint. Welding of the chassis side members/frame web (or drilling) is prohibited & will result in immediate rejection of body and chassis. The cab shall be protected from welding, grinding, and painting during construction. D. Vendor shall provide warranty support for the body, including all components, for a minimum of 12 months from date of body delivery to the City. 29 of 29 Ch~(>,,un CS~t-S-T-oq ~(ecA-v-,'6 Tu~]e.. Ad-w1cr October 19, 2021, Item #7