Loading...
12-yard Streets Dump Truck and Plow Bid SPECIFICATIONS AND BIDDING DOCUMENTS Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow September 2025 Name of Bidder Address Telephone Number Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow Kalispell, Montana The City of Kalispell, Montana will receive sealed bids for a Tandem Axle Truck Chassis with 12- yard Asphalt Dump Box and Plow to meet or exceed the minimum specifications on file in the office of Department of Public Works, City Hall, Kalispell, Montana. The City will purchase up to one (1) Truck based on the information and pricing provided in the bid schedules. Bid Schedule #1 includes the purchase of (1) new Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow. The cost of all equipment and components not specifically required by these Specifications and Bidding Documents, but which are required for the complete and operational systems offered, shall be included with the units and be represented in the final bid price of the bidder. All manufacturer’s standard equipment and options shall be provided and included in the final bid price of the bidder. The Bidder is responsible to carefully examine each item of the Specifications and Bidding Documents. Failure to submit a complete bid or failure to respond to each bid item may cause the bid to be rejected. Any deviations from the specifications shall be fully described. The Bidder shall include a separate sheet, if necessary, in order to accurately describe deviations. Bidders shall complete the Minimum Specifications Checklist for each vehicle offered, complete and sign this form, and provide a Bid Bond. The successful Bidder will be required to complete and sign the Agreement. Bidders may be required to submit the brand name, manufacturer, vendors or subcontractors, and other information as requested for specific equipment and components within five (5) days from the date of request. The City of Kalispell reserves the right to reject any equipment or component the City deems unacceptable by reason of quality or performance. The City reserves the right to have any equipment inspected by an independent third party at the expense of the City. The complete and ready for operation Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow shall be delivered to the City of Kalispell Central Garage at 1400 First Avenue West, Kalispell, MT 59901 within three hundred and sixty-six (366) days from the date of the Agreement. The new Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow can be delivered and paid for separately prior to the three hundred sixty-six (366) days. If the Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow is not delivered and operational within three hundred and sixty-six (366) days of the Agreement, the Bidder shall pay the City of Kalispell one hundred dollars ($100.00) for each day that expires until the Tandem Axle Truck Chassis with 12- yard Asphalt Dump Box and Plow is delivered to and accepted by the City of Kalispell. I have read and understand the information and bidding requirements listed on this page and within these Specifications and Bidding Documents. Signature & Title Company Date Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow Table of Contents TABLE OF CONTENTS Title Number of Pages Cover Letter .....................................................................................1 Table of Contents (This Page) ..........................................................1 Preliminary Timetable ......................................................................1 00100 Invitation for Bids .................................................................2 00150 Information for Bidders ........................................................1 00200 Instructions to Bidders ..........................................................1 00300 Bid Conditions ......................................................................3 00310 Equipment Specifications .....................................................5 00400 Bidder References .................................................................1 00500 Agreement .............................................................................7 Bid Bond ..........................................................................................2 COK-103 Notice of Award ..............................................................1 Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow Preliminary Timetable PRELIMINARY TIMETABLE SEPTEMBER 21, 2025 PUBLISH ADVERTISEMENT FOR BIDS SEPTEMBER 28, 2025 PUBLISH ADVERTISEMENT FOR BIDS OCTOBER 9, 2025 OPEN BIDS – 1:15 PM OCTOBER 20, 2025 CITY COUNCIL AWARD BID OCTOBER 21, 2025 ISSUE NOTICE OF AWARD NOVEMBER 6, 2025 AGREEMENT SIGNED NOVEMBER 6, 2026 EQUIPMENT DELIVERY Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow 00100-1 Invitation for Bids SECTION 00100 INVITATION FOR BIDS The City of Kalispell, Montana will receive sealed bids for a Tandem Axle Truck Chassis with 12- yard Asphalt Dump Box and Plow to meet or exceed the minimum specifications on file in the office of Department of Public Works, City Hall, Kalispell, Montana. The City will purchase up to one (1) truck based on the information and pricing provided in the bid schedules. Bid Schedule #1 includes the purchase of (1) new Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow. Bidding documents may be examined at the City of Kalispell Public Works Department, 201 First Avenue East, Kalispell, Montana 59901. Phone: 406-758-7720. Bidding documents and specifications can also be examined beginning, September 21, 2025, through QuestCDN. QuestCDN is located using the City of Kalispell website at: www.kalispell.com/bids.aspx. In the left-hand navigation click on the project title, a page will open which will allow you to either view or download the plans and view or print the plan holders list. The City will only be accepting online electronic bids through QuestCDN. Electronic plan download and electronic bidding can be completed through QuestCDN for a fee of $42.00. To access the electronic bid form, download the project documents and click the online bidding button at the top of the advertisement. For electronic bids, scans of electronic bid documents will be accepted. Bids will be received by QuestCDN until 1:15 PM on Thursday, October 9, 2025. All bids will be publicly opened and read aloud at 1:15 PM on Thursday, October 9, 2025 in the Main Level City Hall Conference Room, 201 First Avenue East, Kalispell, Montana 59901. All bidders shall, as bid security, accompany the bid with: 1) lawful currency of the United States or a cashier’s check; or 2) a certified check or bank money order drawn and issued by a national bank located in Montana, or by a banking corporation incorporated in Montana; or 3) a bid bond or bonds, executed by a surety corporation authorized to do business in Montana. The bid security shall be in the amount of ten percent (10%) of the total amount bid. Any such bank instrument shall be payable to the City of Kalispell. If a contract is awarded, the bidder whose bond is accepted and who shall thereafter refuse to enter into and execute the proposed contract, or as stated in the covenant, shall absolutely forfeit such moneys or bank instruments to the City, and become immediately liable on said bid bond in said sum. The bid security shall be returned to the unsuccessful bidders. Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow 00100-2 Invitation for Bids All bids must expressly covenant that if the bidder is awarded the contract, the bidder shall within fifteen (15) calendar days of the acceptance of said bid by the City Council, enter into a contract. In the event the successful bidder does not enter into a formal contract within fifteen (15) calendar days, the bidder shall pay unto the City the difference between the amount of the bid of said bidder and the amount for which the City legally contracts with another party to perform said work if the latter amount is more than the former. No bid shall be withdrawn after the opening of bids without the consent of the City Council for a period of sixty (60) days after the scheduled time of receiving the bids. The City will accept the lowest responsible bid, but the Council reserves the right to reject any and all bids, to waive any technicality or informality, and accept any bid which may be deemed in the best interest of the City. The successful bidder shall be required to abide by Federal and State Laws. Authorized by order of the City Council of the City of Kalispell, Montana, in a regular meeting held on August 18, 2025. City of Kalispell By ________________________________ Aimee Brunckhorst City Clerk Publish: September 21, 2025 September 28, 2025 Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow 00150-1 Information for Bidders SECTION 00150 INFORMATION FOR BIDDERS The City of Kalispell is soliciting bids for one (1) Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow. The equipment bid must be complete and ready for immediate operation at delivery. The City will award the equipment based on the information and pricing provided with the bids to a single qualified bidder. The City reserves the right to reject any and all bids. The cost of all equipment and components not specifically required by these Specifications and Bidding Documents but which are required for the complete and operational system offered, shall be included with the unit and be represented in the final bid price of the bidder. All manufacturer’s standard equipment and options shall be provided and included in the final bid price of the bidder. It is the bidder’s responsibility to carefully examine each item of the specifications. Failure to submit a complete bid or failure to respond to each bid item may cause the bid to be rejected. Any deviations from the specifications of the solicitation shall be fully described. The bidder shall include a separate sheet, if necessary, in order to accurately describe deviations. Bidders shall complete this form as well as the Minimum Specifications Checklist, Bidders will be required to submit the brand name, manufacturer, and other information as requested for specific equipment and components within five (5) days from the date of the request. The City of Kalispell reserves the right to reject any equipment or component that the City deems unacceptable by reason of quality or performance. The complete and ready for operation Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow shall be delivered to the City of Kalispell Central Garage, 1400 First Avenue West, Kalispell, Montana 59901 within three hundred sixty-six (366) days from the date of the Contract. If the Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow is not delivered within three hundred sixty-six (366) days from the date of the Contract, the Bidder shall pay the City of Kalispell one hundred dollars ($100.00) for each calendar day that expires until the Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow is delivered to and accepted by the City of Kalispell. I have read and understand the information and bidding requirements provided on this page. Signature & Title Company Date Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow 00200-1 Instructions to Bidders SECTION 00200 INSTRUCTIONS TO BIDDERS Forms furnished, shall be used in strict compliance with the requirements of the invitation, these instructions, and instructions printed on the forms. Special care shall be exercised in the preparation of bids. Bidders must make their own estimates of any difficulties in regard to the performance of the proposed contract, including local conditions, uncertainty of weather, and all other contingencies. All designations and prices shall be fully and clearly set forth. The proper space in the bid form shall be suitably filled in. The following Definitions apply to Section 00200, Instructions to Bidders: OWNER – The City of Kalispell, Montana, a Municipal Corporation. CITY – The City of Kalispell, Montana, a Municipal Corporation. BIDDER – Any individual, corporation or partnership who submits a bid. BID – The offer of the bidder. ARTICLE I - AWARD OF CONTRACT 1.01 Evaluation of Bids A. In evaluating Bids, Owner will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices, and other data, as may be required in the Bid Form or prior to the Notice of Award. B. In evaluating Bids, Owner will consider the qualifications of the Bidder and check Bidder references. C. Owner may conduct such investigations as Owner deems necessary to establish the responsibility and qualifications of the Bidder, and quality of previous equipment sales. D. If the Contract is to be awarded, Owner will award the Contract to the responsible Bidder whose Bid, conforming with all material terms and conditions of the Bidding Documents, is lowest price, in the best interest of the City, and in consideration of other factors. The Owner reserves the right to accept or reject the Bids, or any part thereof and to waive any inconsistency within the Bid. Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow 00200-2 Instructions to Bidders ARTICLE II - SIGNING OF AGREEMENT 2.01 When the Owner gives a Notice of Award to the Successful Bidder, it shall be accompanied by three (3) Contracts. Within fifteen (15) calendar days thereafter, the Successful Bidder shall sign the Agreement in all three (3) Contracts and deliver the three (3) Contracts t o the Owner. Within fifteen (15) calendar days thereafter the Owner shall deliver one (1) Contract with the Agreement signed by the City Manager to the Successful Bidder. ARTICLE III - APPLICATION FOR PAYMENT 3.01 The City issues checks in accordance with the payable schedule prepared by the Finance Department. Applications for Payment shall be submitted at least fifteen (15) days prior to the next scheduled issuance of checks in order to allow sufficient time for review and processing. Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow 00300-1 Bid Conditions SECTION 00300 BID CONDITIONS PROJECT IDENTIFICATION: Kalispell, Montana Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow THIS BID IS SUBMITTED TO: City of Kalispell 201 1st Avenue East P.O. Box 1997 Kalispell, Montana 59903-1997 ARTICLE I - CONTRACT 1.01 The undersigned Bidder proposes and agrees if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents, to perform and furnish all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE II - BID TO REMAIN OPEN 2.01 Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid, and Instructions to Bidders, including without limitations those dealing with the disposition of Bid Security. This Bid will remain subject to acceptance for sixty (60) days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. 2.02 Bidder accepts that the Evaluation of Bids will include review of overall pricing of each proposal as well as review of provided equipment components listed within the Bid Schedule. Price alone will not be the sole basis of evaluation. The City will accept the lowest responsible Bid which most closely meets the required specifications. Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow 00300-2 Bid Conditions ARTICLE III - SUBMITTING THE BID 3.01 In submitting this Bid, Bidder represents, as set forth in the Agreement, that: A. Bidder has examined and carefully studied the Bidding Documents and other related data identified in the Bidding Documents. B. Bidder is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. C. Bidder has given Owner written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Owner is acceptable to Bidder. D. The Bidding Documents are sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. 3.02 Bidder further represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any individual, firm, or entity to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. ARTICLE IV - DELIVERY 4.01 The Bidder will deliver complete and full operational Tandem Axle Truck Chassis with 12- yard Asphalt Dump Box and Plow in accordance with the specifications and the Contract Documents for the price as bid on QuestCDN. 4.02 The Owner reserves the right to reject any or all bids. 4.03 All bids will be evaluated on the basis of the sum of the Base Bid with or without Alternative(s) or any combination thereof. Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow 00300-3 Bid Conditions ARTICLE V - LIQUIDATED DAMAGES 5.01 Owner and Contractor recognize that time is of the essence of this Contract. Owner and Contractor also recognize the delays, expense and difficulties involved in proving in a legal or arbitration preceding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner one hundred dollars ($100.00) for each calendar day that expires until the Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow is delivered to and accepted by the City of Kalispell. ARTICLE VI - BID DOCUMENTS 6.01 The following documents are attached to and made a condition of the Bid. A. Required Bid security in the form of a Bid Bond identified in the Instructions to Bidders. ARTICLE VII - MEANING OF TERMS 7.01 The terms used in this Bid with initial capital letters have the meanings indicated in the Instructions to Bidders. ARTICLE VIII - BID REJECTION 8.01 The Owner reserves the right to reject any or all bids. MINIMUM SPECIFICATIONS FOR Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow BIDDER SHALL COMPLETE BY CHECKING THE FOLLOWING. IF NOT COMPLIANT, STATE SPECIFICALLY THE ITEM BEING OFFERED. DESCRIPTION YES NO OFFERED Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow 00310-1 Equipment Specifications CAB & CHASSIS SPECIFICATION A. TRUCK 1. Cab & chassis shall be a 2025 model or newer.   __________ 2. Cab shall come with front bumper   __________ 3. Chassis shall be equipped with an audible backup alarm   __________ B. CAPACITY 1. Truck shall have a fifty-four thousand six hundred (54,600) lbs. minimum GVWR manufacturers rating.   __________ C. ENGINE 1. Truck shall be powered by a Cummins diesel engine rated at a minimum of four hundred and twenty-five (425) horsepower or equivalent.   __________ 2. Engine shall be equipped with a Compression Release Brake.   __________ 3. All coolant hoses shall utilize silicone material.   __________ 4. Anti-freeze protection shall be minus forty (-40) degrees Fahrenheit or lower.   __________ 5. Engine shall be equipped with a one hundred twenty (120) volt block heater.   __________ D. TRANSMISSION 1. Truck shall be equipped with an Allison automatic transmission.   __________ 2. An oil to water type transmission cooler shall be installed.   __________ 3. The transmission shall use synthetic lubricant.   __________ 4. Transmission shall have provisions to mount a PTO.   __________ MINIMUM SPECIFICATIONS FOR Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow BIDDER SHALL COMPLETE BY CHECKING THE FOLLOWING. IF NOT COMPLIANT, STATE SPECIFICALLY THE ITEM BEING OFFERED. DESCRIPTION YES NO OFFERED Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow 00310-2 Equipment Specifications E. EQUIPMENT 1. Truck shall utilize a twelve (12) Volt electrical system.   __________ 2. At least three (3) group thirty-one (31), twelve (12) volt batteries shall be installed in a frame mounted battery box mounted to the left side of the frame, the battery box shall include a cover.   __________ 3. Fuel tank shall have a minimum capacity of fifty (50) gallons.   __________ 4. A single vertical exhaust pipe/stack shall be installed.   __________ 5. Exhaust system shall be shielded to protect all cab & body components from heat.   __________ F. FRONT AXLE 1. A Dana Spicer or equivalent fourteen thousand six hundred 14,600) lb. steer axle shall be installed.   __________ 2. Truck shall be equipped with air disc brakes.   __________ 3. Front leaf spring suspension rated for fourteen thousand six hundred (14,600) lbs. shall be installed.   __________ 4. Oil bath hubs shall be installed with clear end caps to view oil level.   __________ 5. Oil bath hubs shall utilize synthetic lubricant.   __________ G. REAR AXLE 1. Dana Spicer or equivalent forty thousand (40,000) lb. or higher drive axles shall be installed.   __________ 2. Truck shall be equipped with air disc brakes and both drive axles shall be equipped with parking brakes.   __________ 3. Rear suspension shall utilize Hendrickson Haulmaax suspension rated for forty thousand (40,000) lbs. or higher.   __________ MINIMUM SPECIFICATIONS FOR Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow BIDDER SHALL COMPLETE BY CHECKING THE FOLLOWING. IF NOT COMPLIANT, STATE SPECIFICALLY THE ITEM BEING OFFERED. DESCRIPTION YES NO OFFERED Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow 00310-3 Equipment Specifications 4. Both front and rear drive axles shall be equipped with locking differentials with switches located within easy reach of the driver in the cab.   __________ 5. Both drive axles shall utilize synthetic lubricant.   __________ H. FRAME & WHEELBASE 1. Truck shall have a twenty-four (24) inch front frame extension to facilitate mounting of a snowplow.   __________ 2. Truck shall have the wheelbase to properly distribute load weight and accommodate a 15’ gravel box and operational attachments.   __________ 3. Truck shall have a sixty-three (63) inch rear frame overhang.   __________ 4. The front frame extension shall be reinforced for use with a snowplow.   __________ I. TRAILER CONNECTIONS 1. Air connections shall be mounted near end of frame with glad hands for trailer brakes.   __________ 2. A 7-way primary trailer cable receptacle meeting SAE J560 shall be mounted to the end of the frame.   __________ 3. Truck shall be equipped with a pintle style hitch mounted to the rear of the frame. Face plate shall be heavy duty (5/8” minimum)   __________ 4. Premier air lock pintle hitch of sufficient capacity for 20,000 lb. tongue weight and 60,000 lb. latch weight.   __________ 5. Layout trailer air supply gladhands and safety hook rings shall be constructed so that damage is not possible in the event of a trailer jackknife situation.   __________ 6. Truck shall have two provisions near the pintle hitch to connect safety chains.   __________ J. TIRES & WHEELS MINIMUM SPECIFICATIONS FOR Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow BIDDER SHALL COMPLETE BY CHECKING THE FOLLOWING. IF NOT COMPLIANT, STATE SPECIFICALLY THE ITEM BEING OFFERED. DESCRIPTION YES NO OFFERED Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow 00310-4 Equipment Specifications 1. Truck shall be equipped with 315/80R22.5 20 ply radial front tires.   __________ 2. Truck shall be equipped with 11R22.5 14 ply radial rear tires.   __________ 3. All wheels shall be 22.5” aluminum.   __________ K. CAB EXTERIOR 1. Truck shall be equipped with grab handles installed on both left and right sides.   __________ 2. Twin air horns shall be mounted to the top of the cab.   __________ 3. Truck shall be equipped with an electric horn.   __________ 4. Heated mirrors shall be installed on both left and right sides.   __________ 5. Convex mirrors shall be installed under both side mirrors.   __________ 6. Truck shall be painted white in color.   __________ 7. Crome front window drop visor   __________ L. CAB INTERIOR 1. Truck shall be equipped with an HVAC system which includes manually selectable defrost, dash vent, and floor vent modes, as well as manually selectable temperature control.   __________ 2. HVAC system shall feature air conditioning.   __________ 3. Cab shall be insulated for operation in cold climates.   __________ 4. A sears C2 air suspension driver seat with arm rest or equivalent shall be installed.   __________ 5. All seat covering material shall be fabric.   __________ 6. Truck shall be equipped with an interior sun visor.   __________ MINIMUM SPECIFICATIONS FOR Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow BIDDER SHALL COMPLETE BY CHECKING THE FOLLOWING. IF NOT COMPLIANT, STATE SPECIFICALLY THE ITEM BEING OFFERED. DESCRIPTION YES NO OFFERED Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow 00310-5 Equipment Specifications 7. Truck shall be equipped with an engine protection system featuring audible alarms, visual alarms, and automatic shutdown for: Low Oil Pressure, Low Water Level, and Engine Overheat.   __________ 8. Truck shall be equipped with an electronic hour meter.   __________ 9. Truck shall be equipped with audible and visual alarms for transmission fluid level and temperature.   __________ 10. Truck shall be equipped with power windows on both left and right sides.   __________ 11. Grab handles shall be mounted on both left and right sides.   __________ 12. A cab mounted fire extinguisher shall be installed.   __________ 13. Truck shall have safety triangles securely mounted in the cab.   __________ M. LIGHTING 1. LED headlights featuring high and low settings shall be installed.   __________ 2. All parking lights, clearance lights, turn signal lights, and reflectors required by USDOT standards shall be installed.   __________ 3. All parking, clearance, and turn signal lights shall be LED.   __________ 4. Truck shall be equipped with a “plow light prep package” to facilitate easy addition of snowplow lights.   __________ N. RADIO/MISC 1. Truck shall be equipped with radio featuring AM/FM band, three-point five (3.5) millimeter aux input, and Bluetooth connectivity.   __________ 2. Radio shall output to stereo speakers.   __________ 3. Truck shall be equipped with electric motor windshield wipers and sprayers. Wiper control shall include high, low, and intermittent speeds.   __________ MINIMUM SPECIFICATIONS FOR Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow BIDDER SHALL COMPLETE BY CHECKING THE FOLLOWING. IF NOT COMPLIANT, STATE SPECIFICALLY THE ITEM BEING OFFERED. DESCRIPTION YES NO OFFERED Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow 00310-6 Equipment Specifications 4. Ignition and door locks shall be operated by a single key and two sets of keys shall be included with the vehicle.   __________ 5. Truck shall be equipped with additional auxiliary switches located in the dash to assist in upfitting.   __________ O. DUMP BOX 1. Body length shall be 16 feet.   __________ 2. Straight side style.   __________ 3. 36-inch side height from floor.   __________ 4. Gravel Box shall be black in color.   __________ 5. Stepps and shovel holder on left front corner of box.   __________ 6. Asphalt style Rear Tailgate with sloped end gate.   __________ 7. End gate to have Patch Gate on right- and left-hand side of gate. (Preferred roll gate design)   __________ 8. Extra strength rear bolsters eight (8) inches above side on rear corner posts.   __________ 9. Two-inch (2) wide board pockets on both sides.   __________ 10. Trunnion mount telescoping hoist.   __________ 11. Greaseable and removable hinge structure shall be integral with truck frame.   __________ 12. Single acting three (3) stage, 2,500 PSI rated hoist cylinder.   __________ 13. 3/16-inch AR400 Floor and Tailgate   __________ 14. 10-gage, grade 50 top rear corner posts.   __________ 15. Continuous weld-on intermediate 10-gage, grade 50 side brace, each side.   __________ MINIMUM SPECIFICATIONS FOR Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow BIDDER SHALL COMPLETE BY CHECKING THE FOLLOWING. IF NOT COMPLIANT, STATE SPECIFICALLY THE ITEM BEING OFFERED. DESCRIPTION YES NO OFFERED Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow 00310-7 Equipment Specifications 16. 2 Horizontal tail gate bracing.   __________ 17. Top pivot pins and one inch (1”) top pivot plates.   __________ 18. Electric controlled tailgate release valve from cab.   __________ 19. Greaseable tailgate lower latch jaws.   __________ 20. Standard weld on cab shield, 10 gage with seven (7) gage endplates grade 50.   __________ 21. Cab shield shall be 22 inches by 78 inches (half cab).   __________ 22. Run single conduit for LED light to center of cab shield.   __________ P. PLOW AND CONTROLS 1. Truck shall be equipped with an 11’ Henderson Parallelogram reversable truck plow with moldboard height of 42”.   __________ 2. The Henderson Parallelogram plow hitch shall be designed for use in conjunction with a Henderson Products Reversable FULL TRIP plow and Moldboard. (RSPFT)   __________ 3. The parallelogram hitch shall be designed for simple one- person connection to the chassis flat plate hitch system.   __________ 4. The Parallelogram hitch shall be designed so only a flat plate remains on the chassis when the plow is removed.   __________ 5. The hitch design shall incorporate the ability to apply down pressure on the plow during plowing operations.   __________ 6. The hitch system shall allow for “Level Lift” of the plow moldboard along with allowing the moldboard to contour the road surface.   __________ 7. An 1800 PSI cushion relief valve shall be plumbed inline on the reversing cylinder hydraulic circuit. The cushion valve shall be located on the plow portion hitch.   __________ 8. Full Moldboard Trip with (2) two external compression springs.   __________ MINIMUM SPECIFICATIONS FOR Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow BIDDER SHALL COMPLETE BY CHECKING THE FOLLOWING. IF NOT COMPLIANT, STATE SPECIFICALLY THE ITEM BEING OFFERED. DESCRIPTION YES NO OFFERED Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow 00310-8 Equipment Specifications 9. Spring Rate of 322 pounds/inch.   __________ 10. The hydraulic pump shall be an axial piston pressure and flow compensated load-sensing type. The pump shall have a displacement of 5.61 cubic inches per revolution at maximum stroke which will deliver 23.7 gpm @ 1000 engine rpm. The pump shall have a minimum 2” suction line and ½” control drain line plumbed directly back to the reservoir. The pump compensator shall have rear facing adjustments. The pump shall be rated for 5800 PSI max and 4800 PSI continuous. The pump shall have a DIN type mounting flange and a DIN 5462 8-toooth shaft. The pump shall be a Force America txv92   __________ 11. Plow controls shall be Force America.   __________ 12. Plow control with additional sanding deicer controls shall be mounted for operation ease right of driver seat.   __________ 13. Truck Hydraulic system and valves shall be adequate to operate box mounted sander with deicer combo unit with pre wet system. The hydraulic reservoir will be of 35 gallons nominal capacity.   __________ MINIMUM SPECIFICATIONS FOR Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow BIDDER SHALL COMPLETE BY CHECKING THE FOLLOWING. IF NOT COMPLIANT, STATE SPECIFICALLY THE ITEM BEING OFFERED. DESCRIPTION YES NO OFFERED Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow 00310-9 Equipment Specifications Q. MANUALS & TRAINING 1. One complete set of operators, parts, and service manuals to be supplied for each refuse packer. Service manual MUST include wiring diagrams for all body functions and lights.   __________ 2. Provide up to eight (8) hours of training for operation, maintenance, and repairs of the entire unit, at no additional cost to the City of Kalispell. Location of training shall take place at the City of Kalispell’s Solid Waste and Central Garage facilities and shall be scheduled within two weeks of delivery of unit to the City of Kalispell.   __________ 3. Diagnostics & testing tools and software for the refuse system shall be included with the truck if applicable.   __________ R. WARRANTY 1. Warranty coverage of the body and plow control system shall be a minimum of one (1) year.   __________ 4. Chassis and powertrain warranty coverage shall be a minimum of one (1) year.   __________ Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow 00400-1 Bidder References SECTION 00400 BIDDER REFERENCES The Bidder shall provide the following information for three equipment sales of a similar nature to the equipment currently being bid that the Bidder has completed within the past five years in the space provided below. EQUIPMENT 1 IDENTIFICATION: LOCATION: EQUIPMENT VALUE: CLIENT AND REFERENCE CONTACT: DESCRIPTION OF EQUIPMENT WITH ATTACHMENTS: EQUIPMENT 2 IDENTIFICATION: LOCATION: EQUIPMENT VALUE: CLIENT AND REFERENCE CONTACT: DESCRIPTION OF EQUIPMENT WITH ATTACHMENTS: EQUIPMENT 3 IDENTIFICATION: LOCATION: EQUIPMENT VALUE: CLIENT AND REFERENCE CONTACT: DESCRIPTION OF EQUIPMENT WITH ATTACHMENTS: Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow 00500-1 Agreement SECTION 00500 AGREEMENT This Contract dated the _____ day of ___________ in the year 2025, by and between City of Kalispell, a Municipal Corporation, 201 First Avenue East, Kalispell, MT 59901, hereinafter called “Owner” and __________________________________, hereinafter called “Contractor”. Owner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE I - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Specifications and Bidding Documents, attached hereto and incorporated fully herein by this reference. The Work consists of furnishing materials, labor, and equipment required to provide a Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow, complete and ready for operation, to the City of Kalispell. ARTICLE II - CONTRACT TIME 2.01 Time of the Essence. All the time limits for completion and delivery of the Tandem Axle Truck Chassis with 12- yard Asphalt Dump Box and Plow as indicated in the Specifications and Bidding Documents are of the essence of the Contract. 2.02 Days to achieve Completion and Delivery. The Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow shall be delivered to the City of Kalispell Central Garage, 1400 First Avenue West, Kalispell, MT 59901 within three hundred sixty-six (366) calendar days from the effective date of the Contract. 2.03 Liquidated Damages. Owner and Contractor recognize that time is of the essence of this Contract. Owner and Contractor also recognize the delays, expense and difficulties involved in proving in a legal or arbitration preceding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner one hundred dollars ($100.00) for each calendar day that expires until the Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow is delivered to and accepted by the City of Kalispell. ARTICLE III - CONTRACT PRICE 3.01 Owner shall pay the Contractor for completion, delivery, and acceptance of the Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow in accordance with the Contract Documents in an amount equal to the sum of established lump sum prices in the total amount of $_____________. Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow 00500-2 Agreement ARTICLE IV - INSPECTION AND TESTING 4.01 Owner has the right to inspect and test any and all equipment provided by Contractor pursuant to this Contract. Contractor shall allow Owner and its agents access to the equipment upon delivery for the purpose of such inspection and testing. Any inspection and testing performed by the Owner and its agents is for the sole benefit of the Owner and shall not relieve the Contractor of its duty, responsibility, and obligation for ensuring the work strictly complies with the Contract terms and conditions. Owner’s inspection and testing shall not be deemed or considered acceptance by th e Owner of any portion of the Contract. Owner’s inspection and testing shall not serve to nullify, amend, or waive any warranties provided by the Contractor under this Contract. 4.02 Contractor shall, without charge, replace any material or correct any work found by the Owner or its agents to be defective or otherwise not in compliance with the terms and conditions of this Contract. In the event Contractor fails to replace or correct any defective work or materials after reasonable written notice by the Owner to do so, the Owner may take such corrective action, either with its own materials and employees or by retaining any third party to do so, and deduct the cost and expense of such corrective action from the Contractor’s Compensation. ARTICLE V - PAYMENT PROCEDURES 5.01 Submittal and Processing of Payment: The Contractor shall submit an Application for Payment to the City of Kalispell Public Works Department after the Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow is delivered to and accepted by the Owner. The payment will be processed in accordance with the Payable Schedule prepared by the Finance Department. ARTICLE VI - CONTRACTOR’S REPRESENTATION 6.01 Contractor has examined and carefully studied the Specifications and Bidding Documents (including all Addenda), and all other related data identified in the Specifications and Bidding Documents. 6.02 Contractor does not consider that any additional examinations, investigations, or data are necessary for the performance and furnishing of the Work at the Contract Price, within the Contract Times and in accordance with the other terms and conditions of the Specifications and Bidding Documents. 6.03 The Specifications and Bidding Documents are sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the work. Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow 00500-3 Agreement ARTICLE VII - CONTRACTOR’S WARRANTIES Contractor represents and warrants as follows: 7.01 Unless otherwise specified by the terms of this Contract, all materials and equipment provided by Contractor shall be new and where not otherwise specified, of the most suitable grade for their intended uses. 7.02 All workmanship and materials shall be of a kind and nature acceptable to the Owner. 7.03 All equipment and materials provided to the Owner as agreed upon shall be free of defects and nonconformities in design, materials, and workmanship for a minimum period beginning from the time of acceptance of the Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow and ending one (1) year later. Other express warranties on materials that provide for a warranty period longer than one year apply for the period of that express warranty and are not reduced by this provision. Upon receipt of Owner’s written notice of defective or nonconforming condition during the warranty period, Contractor shall take all actions, including redesign and replacement, to correct the defective or nonconforming condition within a time frame acceptable to the Owner at no additional cost to the Owner. Contractor shall also, at its sole cost, perform any tests required by Owner to verify that such defective or nonconforming conditions are remedied for a period of an additional one (1) year from the date of Owner’s acceptance of the corrective action. 7.04 Contractor and its sureties shall be liable for the satisfaction and full performance of all warranties. 7.05 Contractor shall give its personal attention to the faithful execution of the completion of the Contract. 7.06 Title to all work, materials, and equipment covered by any payment of Contractor’s Compensation by City, whether directly incorporated into the Contract or not, shall pass to City at the time of payment, free and clear of all liens and encumbrances. Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow 00500-4 Agreement ARTICLE VIII - LIMITATION ON CONTRACTOR’S DAMAGES 8.01 In the event of a claim for damages by Contractor under this Contract, Contractor’s damages shall be limited to contract damages and Contractor hereby expressly waives any right to claim or recover consequential, special, punitive, lost business opportunity, lost productivity, field office overhead, general conditions costs, or lost profits damages of any nature or kind. 8.02 In the event Contractor wants to assert a claim for damages of any kind or nature, Contractor shall provide City with written notice of its claim, the facts and circumstances surrounding and giving rise to the claim, and the total amount of damages sought by the claim, within ten (10) days of the facts and circumstances giving rise to th e claim. In the event Contractor fails to provide such notice, Contractor shall waive all rights to assert such claim. ARTICLE IX - REPRESENTATIVES 9.01 City’s Representative: The City’s Representative for the purpose of this Contract shall be Gene Corne, Road & Fleet Superintendent, or such other person as City shall designate in writing. Whenever approval or authorization from or communication or submission to City is required by this Contract, such communication or submission shall be directed to City’s Representative and approvals or authorizations shall be issued only by such Representative; provided, however, that in exigent circumstances when City’s Representative is not available, Contractor may direct its communication or submission to other designated City personnel or agents and may receive approvals or authorization from such persons. 9.02 Contractor’s Representative: The Contractor’s Representative for the purpose of this Contract shall be ___________________ or such other person as Contractor shall designate in writing. Whenever direction to or communication with Contractor is required by this Contract, such direction or communication shall be directed to Contractor’s Representative; provided, however, that in exigent circumstances when Contractor’s Representative is not available, City may direct its direction or communication to other designated Contractor personnel or agents. ARTICLE X - DISPUTE RESOLUTION 10.01 Any claim, controversy, or dispute between the parties, their agents, employees, or representatives shall be resolved first by negotiation between senior-level personnel from each party duly authorized to execute settlement agreements. Upon mutual agreement of the parties, the parties may invite an independent, disinterested mediator to assist in the negotiated settlement discussions. 10.02 If the parties are unable to resolve the dispute within thirty (30) days from date the dispute was first raided, then such dispute shall be resolved in a court of competent jurisdiction and compliance with the Applicable Law provisions of this Contract. Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow 00500-5 Agreement ARTICLE XI - MISCELLANEOUS 11.01 Survival: Contractor’s indemnification and warranty obligations shall survive the termination or expiration of this Contract for the maximum period allowed under applicable law. 11.02 Headings: The headings used in this Contract are for convenience only and shall not be construed as a part of the Contract or as a limitation on the scope of the paragraphs to which they refer 11.03 Waiver: A waiver by Owner of any default or breach by Contractor of any covenants, terms, or conditions of this Contract shall not limit Owner’s right to enforce such covenants, terms, or conditions or to pursue Owner’s rights in the event of any subsequent default breach. 11.04 Severability: If any portion of this Contract shall be held to be void or unenforceable, the balance thereof shall continue to be effective. 11.05 Applicable Law: The parties agree that this Contract shall be governed in all respects by the laws of the State of Montana and the parties expressly agree that venue shall be in Flathead County, Montana, and no other venue. 11.06 Binding Effect: This Contract shall be binding upon and shall inure to the benefit of the heirs, legal representatives, successors, and assigns of the parties. 11.07 Amendments: This Contract shall not be modified, amended, or changed in any respect except by a written document signed by all parties. 11.08 No Third-Party Beneficiary: This Contract is for the exclusive benefit of the parties and shall not constitute a third-party beneficiary agreement and shall not be relied upon or enforced by a third party. 11.09 Counterparts: This Contract may be executed in counterparts, which together shall constitute one instrument. 11.10 Assignment: Contractor shall not assign this Contract in whole or in part without the prior written consent of the Owner. No assignment shall relieve Contractor of its responsibility for the performance of the Contract and the completion of the Contract. Contractor shall not assign to any third party other than Contractor’s subcontractors on the Contract, the right to receive monies due from Owner without the prior written consent of City. 11.11 Authority: Each party represents that it has full power and authority to enter and perform this Contract and the person signing this Contract on behalf of each party has been properly authorized and empowered to sign this Contract. Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow 00500-6 Agreement 11.12 Independent Contractor: The parties agree and acknowledge that in the performance of this Contract and the completion of the Contract, Contractor shall render services as an independent contractor and not as the agent, representative, subcontractor, or employee of the Owner. The parties further agree that all individuals and companies retained by Contractor shall at all times be considered the agents, employees, or independent contractors of Contractor and shall at no time be the employees, agents, or representatives of the Owner. 11.13 Contract Documents: All work on the Contract shall be performed by Contractor in accordance with all the terms and conditions of this Contract and all documents attached hereto, which documents shall consist of the following and are incorporated herein by this reference: (1) Invitation for Bids (2) Instructions to Bidders (3) Minimum Specifications for Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow (4) Performance and Bid Bonds 11.14 Integration: This Contract and all documents attached hereto constitute the entire agreement of the parties. Covenants or representations not contained therein or made a part thereof by reference, shall not be binding upon the parties. There are no understandings between the parties other than as set forth in this Contract. All communications, either verbal or written, made prior to the date of this Contract are hereby abrogated and withdrawn unless specifically made a part of this Contract by reference. Tandem Axle Truck Chassis with 12-yard Asphalt Dump Box and Plow 00500-7 Agreement IN WITNESS WHEREOF, Owner and Contractor have signed three (3) copies of the Contract. Two (2) counterparts have been delivered to Owner and one (1) counterparts to Contractor. All portions of the Specifications and Contract Documents have been signed or identified by Owner and Contractor. This Contract will be effective on ______________________, ________ Owner City of Kalispell Contractor A Municipal Corporation By By Kalispell City Manager Attest Attest (Signature) (Signature) Address for giving notices: Address for giving notices: P.O. Box 1997 Kalispell, MT 59903 Phone No. 406-758-7720 Phone No. (CORPORATE SEAL) (CORPORATE SEAL)