Loading...
HomeMy WebLinkAboutCity Council Committees - Public Works Committee - 09/19/2022 Approved Public Works Committee KENT CC PW Regular Meeting WA9H... Minutes September 19, 2022 Date: September 19, 2022 Time: 4:01 p.m. Place: Chambers Members: Brenda Fincher, Committee Chair Satwinder Kaur, Councilmember Marli Larimer, Councilmember Agenda: 1. Call to Order 4:01 p.m. 2. Roll Call Attendee Name Title Status Arrived Brenda Fincher Committee Chair Present Satwinder Kaur Councilmember Present Marli Larimer Councilmember Absent 3. Agenda Approval There were no changes to the agenda. Committee Chair Fincher asked that the email correspondence from the Vice President of the Plateau of Panther Lake be added to the public record. 4. Business A. Approval of Minutes 1. Approval of Minutes dated August 15, 2022 The minutes of the August 15, 2022 Public Works Committee meeting were approved without changes. MOTION: Move to approve the Minutes dated August 15, 2022 RESULT: APPROVED [UNANIMOUS] MOVER: Satwinder Kaur, Councilmember SECONDER: Brenda Fincher, Committee Chair AYES: Fincher, Kaur ABSENT: Larimer 2. Agreement with TriVan Truck Body to Construct Two Water Truck Bodies - Authorize Deputy Public Works Director - Operations, Dave Brock stated Water Service trucks provide a vital and essential function to maintain, install, and repair the drinking water infrastructure of the City. In accordance with Fleet ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Page 1 of 3 Public Works Committee CC PW Regular Meeting September 19, 2022 Minutes Kent, Washington Services practices, existing trucks, numbered 5515 and 5535 were scheduled for replacement in 2021. New Kenworth T380 chassis were ordered and scheduled for production in November 2022. Brock noted that due to the expected cost of the service truck bodies, Fleet Services advertised a Request for Proposals in August 2022 to solicit bids from vendors and received a single response from TriVan Truck Body in Ferndale, Washington. TriVan Truck Body can meet our desired specifications and time frame for production. Total estimated cost for the construction and installation of the two truck bodies on our purchased Kenworth chassis' is quoted by TriVan at $439,358.45. MOTION: I move to authorize the Mayor to sign a contract with TriVan Truck Body, in the amount of $439,358.45 for the construction of two Water Truck Bodies, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. RESULT: MOTION PASSES [UNANIMOUS] Next: 10/4/2022 7:00 PM MOVER: Satwinder Kaur, Councilmember SECONDER: Brenda Fincher, Committee Chair AYES: Fincher, Kaur ABSENT: Larimer 3. INFO ONLY: Neighborhood Parking Restrictions Traffic Engineer, Erik Preston stated that parking regulations within the City of Kent are codified in Kent City Code Chapter 9.38. As new developments are approved or existing parking issues are identified, staff present recommended changes to city council for consideration. The following updates are related to requests from residents and public safety staff: Narrow Streets in Existing Neighborhoods Four neighborhoods in the City have contacted staff regarding concerns with parking on narrow streets. The neighborhoods are Ridge at Panther Lake, Plateau at Panther Lake, Vila Real, and Midori Meadows. These neighborhoods are located in the Panther Lake Annexation area. Several streets in these neighborhoods do not meet the minimum width for parking on one side or both sides of the street. Requests from the Kent Police Department and Puget Sound Regional Fire Department Requests for parking restrictions also come from the Kent Police Department (KPD) and the Puget Sound Regional Fire Authority (PSRFA). These locations are evaluated, and parking restrictions are proposed where issues are ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Page 2 of 3 Public Works Committee CC PW Regular Meeting September 19, 2022 Minutes Kent, Washington identified. Preston stated that notices were mailed out to each neighborhood outlining the modified proposals and that another mailing will go out to each neighborhood prior to the modifications being made. S. Adjournment 4:27 p.m. vaeov Committee Secretary ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Page 3 of 3 4.A.1 Pending Approval Public Works Committee KENT CC PW Regular Meeting W—...... Minutes August 15, 2022 Date: August 15, 2022 Time: 4:03 p.m. Place: Chambers Members: Brenda Fincher, Committee Chair Satwinder Kaur, Councilmember Marli Larimer, Councilmember Agenda: 4- 1. Call to Order 4:03 p.m. 0 2. Roll Call L a a Attendee Name Title Status Arrived a Brenda Fincher � Committee Chair Present a Satwinder Kaur Councilmember Present g Marli Larimer Councilmember Present N N 3. Agenda Approval N L 4. Business 3 A. Approval of Minutes 0 1. Approval of Minutes dated August 1, 2022 The minutes of the August 1, 2022 Public Works Committee meeting were approved without changes. iv MOTION: Move to approve the Minutes dated August 1, 2022 c r a RESULT: APPROVED [UNANIMOUS] MOVER: Satwinder Kaur, Councilmember Q SECONDER: Marli Larimer, Councilmember AYES: Fincher, Kaur, Larimer B. Pedestrian and Bicycle Program - Pedestrian Hybrid Beacon on 108th Avenue SE at Kent Panther Lake Library - Authorize City Traffic Engineer, Erik Preston noted that in July 2020, the city applied for funding from the Washington State Department of Transportation (WSDOT) Pedestrian and Bicycle Program to design and construct several projects, one of which was a Pedestrian Hybrid Beacon (PHB) on 108th Avenue SE near the Panther Lake Library. In 2021, the City was awarded funding for other projects in the application, but not the PHB at the Panther Lake Library. However, additional funding became available and WSDOT has awarded ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ Page I of 5 Packet Pg. 4 4.A.1 Public Works Committee CC PW Regular Meeting August 15, 2022 Minutes Kent, Washington funding for this project. The total project cost is estimated at $895,420. The amount awarded by WSDOT is $875,420, and the city's required match is $20,000. The Pedestrian and Bicycle Program is a safety program that improves arterial crossings for people walking and biking. This is user actuated with ADA pushbuttons and includes red lights which require vehicles to stop. The location is 108th Avenue SE (SR 515) just north of 208th Street near 206th street. N c Councilmember Larimer asked why this particular location was selected since she notices people crossing a little to the north. Erik noted that the location o was selected due to a lot of existing driveways in the area and that there's an existing island in this location so it wouldn't be disruptive to the turning o movements in that area. Transportation Manager, Rob Brown also noted a that there is an existing retaining wall at the complex to the north of the -- location so pedestrians need to walk down to the driveway to get to the a sidewalk. o 0 MOTION: I move to authorize the Mayor to sign all documents N necessary to accept grant funding from the Washington State o Department of Transportation Pedestrian and Bicycle Program and to N amend the budget to authorize the expenditure of funds to design and construct a Pedestrian Hybrid Beacon on 108t" Ave SE (SR 515) a near the Panther Lake Library. c RESULT: RECOMMENDED TO COUNCIL [UNANIMOUS]Next: 9/6/2022 7:00 PM MOVER: Marli Larimer, Councilmember 6 SECONDER: Satwinder Kaur, Councilmember c AYES: Fincher, Kaur, Larimer a r a� C. Safe Routes to School - School Zone Flashers - Authorize Q City Traffic Engineer, Erik Preston noted that in July 2020, the city applied for r grant funding from the Washington State Department of Transportation c (WSDOT) Safe Routes to Schools Program to design and construct School Zone Flashers within nine school zones. The city's application did not initially score highly enough to receive funding. However, additional funding became available and WSDOT has awarded funding for this project. The total project cost is estimated at $417,803. The amount awarded by WSDOT is $397,803, the city's required match is $20,000. The Safe Routes to Schools Program is a safety program that focuses on school walk routes. The program improves compliance with a 20 mph school ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ Page 2 of 5 Packet Pg. 5 4.A.1 Public Works Committee CC PW Regular Meeting August 15, 2022 Minutes Kent, Washington zone speed limit and runs on a schedule for 30 minutes during the morning arrival and afternoon dismissal. The seven school zones we are applying for are Sunnycrest Elementary, Star Lake Elementary, Park Orchard Elementary, Sunrise Elementary, Millennium Elementary, Kent Elementary, and Neely O'Brien Elementary. MOTION: I move to authorize the Mayor to sign all necessary documents to accept grant funding from the Washington State Department of Transportation Safe Routes to School Program and to N amend the budget to authorize the expenditure of funds to design and construct School Zone Flashing Beacons in nine school zones. _ 4- RESULT: RECOMMENDED TO COUNCIL [UNANIMOUS]Next: 9/6/2022 7:00 0 PM > 0 MOVER: Satwinder Kaur, Councilmember a SECONDER: Marli Larimer, Councilmember a Q AYES: Fincher, Kaur, Larimer 2 a D. Consultant Agreement with KBA, Inc. for the 76th Avenue South - g North Segment Project - Authorize N Construction Manager, Eric Connor noted that the 76t" Avenue S - North N Segment Project is located on 76t" Avenue S, South of S 212t" Street which is Li the second of three projects on 76th Avenue. This is a federally funded project that will raise the elevation of 76t" Avenue S to help eliminate a flooding issues on the roadway. The finished product will include new 0 cement concrete paving, curb and gutter, sidewalks, driveways, curb ramps, water main, storm drainage piping, illumination, and landscaping will all be constructed as part of the project. a� The project is primarily funded by a Puget Sound Regional Council federal grant. Along with this federal grant comes very stringent contract documentation and administration requirements, and a potential for federal audits. Therefore, we have found it valuable in the past to contract with Q consultants that specialize in projects with federal funding. This consultant r contract with KBA, Inc. is needed to provide a Resident Engineer, Inspector, c and subconsultants (HWA Geosciences and Jimale Technical Services) to perform contract administration, construction management, quality control, and inspection on this federally funded project. MOTION: I move to authorize the Mayor to sign the Consultant Services Agreement with KBA, Inc. for contract administration, management, quality control, and inspection in the amount of $402,242 for the 761" Avenue South - North Segment project, subject to final terms and conditions acceptable to the Public Works Director and City Attorney. ........................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................ Page 3 of 5 Packet Pg. 6 4.A.1 Public Works Committee CC PW Regular Meeting August 15, 2022 Minutes Kent, Washington RESULT: RECOMMENDED TO COUNCIL [UNANIMOUS]Next: 9/6/2022 7:00 PM MOVER: Marli Larimer, Councilmember SECONDER: Satwinder Kaur, Councilmember AYES: Fincher, Kaur, Larimer E. Annual Utility Rate Adjustment Public Works Director, Chad Bieren noted that Council will be moving forward this fall with the next biennial budget. Based on ordinances passed by previous Councils, there will be an adjustment to the utility rates for the Water, Sewer, and Drainage utilities. 0 In 2018, Council adopted utility rates with automatic escalators of 2.4- 6 percent or the Consumer Price Index (CPI), whichever was lower. Starting in 0 2023 and moving forward the automatic price adjustment will be based on a the CPI, and this year's CPI is 9.5 percent. An inflation adjustment to the Q Water, Sewer and Drainage utility rates will start January 1, 2023, and Public Works wants to make sure Committee, Council, and the community are o aware of the increase. N N Inflationary pressures are affecting our ability to purchase the materials and N services that are required to operate the utilities. In order to provide current L levels of service and meet federal and state mandates such as The Clean Water Act and Clean Drinking Water Act, the rate adjustments are necessary. a Bieren also noted that city owned utilities are not for profit. And the increase o is the cost of providing these services. a c Notices are planned to go out this fall alerting customers about the rate 2 adjustments. 6 0 Councilmember Larimer asked if a senior discount exists - Lifeline rates. Bieren noted that Lifeline rates are available for seniors and the disabled with U qualifying low incomes. Q a� Councilmember Kaur asked to look at our exemption for fixed income seniors = and opined that we may need to consider increasing the threshold. Bieren noted that the discussion of Lifeline rates will be brought back at a later meeting. Councilmember Fincher noted the communication that goes out should remind people that there is an exemption for those that have not already applied for it. S. Adjournment 4:27 p.m. che,rybvl is , ......... ......... ......... ......... ......... ......... ......... ......... Page 4 of 5 Packet Pg. 7 4.A.1 Public Works Committee CC PW Regular Meeting August 15, 2022 Minutes Kent, Washington Committee Secretary c 4- 0 O L Q Q CQ G N N O N L r 3 Q O N d 3 C d v C R Q d c.� v Q N O r 3 C ......................................................................................................................................................................................................................................................................................................................................................................................................................................................................................................... Page 5 of 5 Packet Pg. 8 4.A.2.a 400�1.0�. 4 KENT W A s H-T o N GOODS & SERVICES AGREEMENT between the City of Kent and TriVan Truck Body, LLC N L 0 THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and TriVan Truck Body, LLC organized under the laws of the State of Washington, Q located and doing business at 1385 W. Smith Road, Ferndale, WA 98248, Phone: (360) 380-0773, Contact: Ryan VanDriel (hereinafter the "Vendor"). �a 0 m AGREEMENT I. DESCRIPTION OF WORK. E The Vendor shall provide the following goods and materials and/or perform the following services for the City: E a The Vendor shall construct and install two water truck service bodies. For a description and Vendor's estimate, see Exhibit A which is attached and incorporated by this reference. L 0 r 0 0 00 N M r C N E The Vendor acknowledges and understands that it is not the City's exclusive provider of these L goods, materials, or services and that the City maintains its unqualified right to obtain these goods, a materials, and services through other sources. ,n as U II. TIME OF COMPLETION. Upon the effective date of this Agreement, the Vendor shall complete the work and provide all goods, materials, and services by September 1, 2023. v) 06 III. COMPENSATION. The City shall pay the Vendor an amount not to exceed Four Hundred '00 Thirty Nine Thousand, Three Hundred Fifty Eight Dollars and Forty Five Cents ($439,358.45), including �000 applicable Washington State Sales Tax, for the goods, materials, and services contemplated in this ' r Agreement. The City shall pay the Vendor the following amounts according to the following schedule: c W Vendor shall be paid after constructing and installing the items listed in Exhibit A. E U Q GOODS & SERVICES AGREEMENT - 1 (Over$20,000, including WSST) Packet Pg. 9 4.A.2.a Card Payment Program. The Vendor may elect to participate in automated credit card payments provided for by the City and its financial institution. This Program is provided as an alternative to payment by check and is available for the convenience of the Vendor. If the Vendor voluntarily participates in this Program, the Vendor will be solely responsible for any fees imposed by financial institutions or credit card companies. The Vendor shall not charge those fees back to the City. If the City objects to all or any portion of an invoice, it shall notify the Vendor and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. a� A. Defective or Unauthorized Work. The City reserves its right to withhold payment from the L Vendor for any defective or unauthorized goods, materials or services. If the Vendor is unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and the Vendor shall be liable to the City Q for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum o Agreement price specified above. The City further reserves its right to deduct these CO additional costs incurred to complete this Agreement with other sources, from any and all amounts due or to become due the Vendor. as U) B. Final Payment: Waiver of Claims. VENDOR'S ACCEPTANCE OF FINAL PAYMENT SHALL E CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE c AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT E IS MADE. Q IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- L Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in L accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Vendor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. N M B. The Vendor maintains and pays for its own place of business from which the Vendor's c services under this Agreement will be performed. E a� C. The Vendor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City a retained the Vendor's services, or the Vendor is engaged in an independently established trade, occupation, profession, or business of the same nature as that U involved under this Agreement. 06 D. The Vendor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service oo and the state Department of Revenue. r E. The Vendor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by the Vendor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. 2 F. The Vendor maintains a set of books dedicated to the expenses and earnings of its a business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. GOODS & SERVICES AGREEMENT - 2 (Over$20,000, including WSST) Packet Pg. 10 4.A.2.a VI. CHANGES. The City may issue a written amendment for any change in the goods, materials or services to be provided during the performance of this Agreement. If the Vendor determines, for any reason, that an amendment is necessary, the Vendor must submit a written amendment request to the person listed in the notice provision section of this Agreement, Section XV(D), within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Vendor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Vendor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Vendor shall proceed with the amended work upon receiving either a written amendment from the City or an oral order from the City before actually receiving the written amendment. If the Vendor fails to require an L amendment within the time allowed, the Vendor waives its right to make any claim or submit subsequent amendment requests for that portion of the contract work. If the Vendor disagrees with the equitable Q adjustment, the Vendor must complete the amended work; however, the Vendor may elect to protest the , adjustment as provided in subsections A through E of Section VIII, Claims, below. �a 0 The Vendor accepts all requirements of an amendment by: (1) endorsing it, (2) writing a separate m acceptance, or (3) not protesting in the way this section provides. An amendment that is accepted by the °; Vendor as provided in this section shall constitute full payment and final settlement of all claims for 2: contract time and for direct, indirect and consequential costs, including costs of delays related to any O) work, either covered or affected by the change. E c VII. FORCE MAJEURE. Neither party shall be liable to the other for breach due to delay or E failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, Q flood, or other natural disaster or acts of government ("force majeure event"). Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed party. Both L parties represent to the other that at the time of signing this Agreement, they are able to perform as L required and their performance will not be prevented, hindered, or delayed by the current COVID-19 W pandemic, any existing state or national declarations of emergency, or any current social distancing restrictions or personal protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. N M If any future performance is prevented or delayed by a force majeure event, the party whose c performance is prevented or delayed shall promptly notify the other party of the existence and nature of E the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be effective only to the extent and duration of the force majeure event causing the prevention or delay in performance and, provided, that the party prevented or delayed has not caused such event to occur and a continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. W Notwithstanding other provisions of this section, the Vendor shall not be entitled to, and the City U) shall not be liable for, the payment of any part of the contract price during a force majeure event, or any costs, losses, expenses, damages, or delay costs incurred by the Vendor due to a force majeure event. ° Performance that is more costly due to a force majeure event is not included within the scope of this Force 0 Majeure provision. m If a force majeure event occurs, the City may direct the Vendor to restart any work or performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or secure the work or project site arising from a direction by the City under this clause will be dealt with as a change order, except to the 2 extent that the loss or damage has been caused or exacerbated by the failure of the Vendor to fulfill its a obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Vendor. VIII. CLAIMS. If the Vendor disagrees with anything required by an amendment, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Vendor may file a claim as provided in this section. The Vendor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events GOODS & SERVICES AGREEMENT - 3 (Over$20,000, including WSST) Packet Pg. 11 4.A.2.a giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Vendor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN L ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED z BY THAT DELAY. Q A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 0 m 1. The date of the Vendor's claim; U 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; v) 4. The estimated dollar cost, if any, of the claimed work and how that estimate E was determined; and c 5. An analysis of the progress schedule showing the schedule change or E disruption if the Vendor is asserting a schedule change or disruption. Q B. Records. The Vendor shall keep complete records of extra costs and time incurred as a L result of the asserted events giving rise to the claim. The City shall have access to any of L the Vendor's records needed for evaluating the protest. 0 The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an N equitable adjustment. No adjustment will be made for an invalid protest. r c C. Vendor's Duty to Complete Protested Work. In spite of any claim, the Vendor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. L a� Q D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order •2 (including directions, instructions, interpretations, and determination). 06 E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the °o City any written or oral order (including directions, instructions, interpretations, and 0 determination). r m IX. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. Q X. WARRANTY. The Vendor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. In addition to any other warranty provided for at law or herein, this Agreement is additionally subject to all warranty provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. The Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and the Vendor's representations to City. The Vendor shall promptly correct all defects in workmanship and materials: (1) when the Vendor knows or GOODS & SERVICES AGREEMENT - 4 (Over$20,000, including WSST) Packet Pg. 12 4.A.2.a should have known of the defect, or (2) upon the Vendor's receipt of notification from the City of the existence or discovery of the defect. In the event any part of the goods are repaired, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Vendor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Vendor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Vendor shall pay all costs incurred by the City in order to accomplish the correction. XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the L Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Q m The Vendor shall execute the attached City of Kent Equal Employment Opportunity Policy o Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the CO attached Compliance Statement. U XII. INDEMNIFICATION. The Vendor shall defend, indemnify and hold the City, its officers, v� officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or E suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's c performance of this Agreement, except for that portion of the injuries and damages caused by the City's E negligence. Q The City's inspection or acceptance of any of the Vendor's work when completed shall not be L grounds to avoid any of these covenants of indemnification. L r IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES N FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. r c In the event the Vendor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having a, jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Vendor's part, then the Vendor shall pay all the City's costs for defense, including all reasonable expert witness fees and a reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Vendor's part. a� The provisions of this section shall survive the expiration or termination of this Agreement. U) 06 N XIII. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, c insurance of the types and in the amounts described in Exhibit B attached and incorporated by this 0 reference. r m XIV. WORK PERFORMED AT VENDOR'S RISK. The Vendor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at the Vendor's own risk, and the Vendor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. a XV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. GOODS & SERVICES AGREEMENT - 5 (Over$20,000, including WSST) Packet Pg. 13 4.A.2.a B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the L parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's Q right to indemnification under Section XII of this Agreement. �a 0 D. Written Notice. All communications regarding this Agreement shall be sent to the parties at m the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written °; notice hereunder shall become effective three (3) business days after the date of mailing by registered or 2: certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this v) Agreement or such other address as may be hereafter specified in writing. E c E. Assignment. Any assignment of this Agreement by either party without the written consent E of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, Q the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. 0 L L F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and the Vendor. 0 00 G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part E of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. a as H. Compliance with Laws. The Vendor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the Vendor's 6 business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of U) the performance of those operations. 0 I. Public Records Act. The Vendor acknowledges that the City is a public agency subject to the 0 Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, m emails, and other records prepared or gathered by the Vendor in its performance of this Agreement may �t be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Vendor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, a Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page GOODS & SERVICES AGREEMENT - 6 (Over$20,000, including WSST) Packet Pg. 14 4.A.2.a to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. VENDOR: CITY OF KENT: a� N 'L By. By. 0 Print Name: Print Name: Dana Ralph Q m Its Its Mayor o m DATE: DATE: U a� U) NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: E c VENDOR: CITY OF KENT: E a Ryan VanDriel Chad Bieren, P.E. TriVan Truck Body, LLC City of Kent L 1385 W. Smith Road 220 Fourth Avenue South ~ L Ferndale, WA 98248 Kent, WA 98032 (360) 380-0773 (telephone) (253) 856-5500 (telephone) o (360) 312-1398 (facsimile) (253) 856-6500 (facsimile) N M APPROVED AS TO FORM: a� E a� a� L Kent Law Department Q a� ATTEST: a� U) 06 N Kent City Clerk c c� r m TriVan-Truck Bodies/Girvan ++ E t V Q GOODS & SERVICES AGREEMENT - 7 (Over$20,000, including WSST) Packet Pg. 15 4.A.2.a DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. L 0 z The following questions specifically identify the requirements the City deems necessary for any Q contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative N response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the m0 directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; .2 a� U) The questions are as follows: E 1. I have read the attached City of Kent administrative policy number 1.2. E a 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical 2 disability. a� 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity C" employer. c 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. L 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the N Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. a� U) By signing below, I agree to fulfill the five requirements referenced above. 06 0 0 c� By: m For: E Title: U a Date: EEO COMPLIANCE DOCUMENTS - 1 of 3 Packet Pg. 16 4.A.2.a CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 as N L SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor Q POLICY: °' �a O m Equal employment opportunity requirements for the City of Kent will conform to federal and a) state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee '2! equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: E 1. Provide a written statement to all new employees and subcontractors indicating E commitment as an equal opportunity employer. Q U 2. Actively consider for promotion and advancement available minorities and women. L Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. o M Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public c Works Departments to assume the following duties for their respective departments. E W a� 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these a regulations are familiar with the regulations and the City's equal employment opportunity policy. a� 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. U) 06 N O O r m C N E t V fC a+ Q EEO COMPLIANCE DOCUMENTS - 2 of 3 Packet Pg. 17 4.A.2.a CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. a� N •L I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime Q contractor for the Agreement known as that was entered into on °' a 0 the (date), between the firm I represent and the City of m a� Kent. a� U) E I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Q Policy that was part of the before-mentioned Agreement. L L By. co N M_ For: c a� Title: 4) L Date: a a� (D U) 0a 0 0 C9 m c a� E Q EEO COMPLIANCE DOCUMENTS - 3 of 3 Packet Pg. 18 EXHIBIT A TriVan Truck Body 1385 West Smith Road Ferndale,WA 98248 Date Estimate# Ph (360)380-0773 www.trivan.com 8/23/2022 9647 Fax (360)312-1398 a� - - - N City of Kent City of Kent L 220 4th Avenue S. 5821 South 240th Street t Kent,WA 98032 Kent,WA 98032 Q m �a 0 m as 2 Re -- I - U) f Due on receipt 5/6/2021 I Ferndale WA c E 0 QUOTATION Quantity: 1 custom body, not including chassis Q As shown in TriVan drawings dated April 15,2021 -Ic Build time is approx 9 months after receipt of customer-chassis. U L 14"6"L(OD)TriVan Aluminum Van Body for customer-supplied cab-chassis. a� r CHASSIS INFO 'CUSTOMER SUPPLIED CHASSIS: 2023 Kenworth T-380 Cab Chassis,diesel engine,dual rear wheels, 108"cab-axle.Center rear fuel tank.Cab is supplied painted Kenworth factory white.Chassis to be drop shipped to TriVan Truck Body by Kenworth dealership. c Cost of chassis is not included in this quotation.TriVan will drive-deliver completed truck to City of Kent Public N Works. r DIMENSIONS DIMENSIONS: 0) Length: 14'6"outside length per drawings E Width:96 inches outside a� Height:7'inside. Q SUBFRAME 2x2 SUBFRAME: N ' Constructed of steel cross-members 16"on center with longsills to suit chassis.Low floor design with wheel-well U 1 configuration.Subframe design includes reinforcement for various through floor exterior compartments. a� {POSSUM BOX POSSUM COMPARTMENT: u7 Supply&install(1)under-body possum compartment with pull out work surface, 8'long with access door at rear. 06 Pull out work surface to have at least 5'of useable work surface when pulled out, but 8'of storage length below the work surface(for valve&meter keys below). Includes a single rear,bottom hinged access door with single latch. c Not lockable. (� r HITCH CLASS V HITCH RECEIVER m Supply&install Class V hitch braced to chassis frame c/w D-rings for safety-chains attachment. Includes(1) 7-blade flat RV style trailer plug(mentioned later)installed outboard of the trailer hitch D-rings.Hitch is installed c with Grade 8 hardware. E t BUMPER STEP BUMPER&FOLD OUT: U Full width grip strut step bumper with a center 30"hinged fold out step installed. Q Subtotal Sales Tax(0.0%) Total Page 1 Packet Pg. 19 4.A.2.a TriVan Truck Body 1385 West Smith Road Ferndale,WA 98248 Date t Ph (360)380-0773 www.trivan.com 8/23/2022 9647 Fax (360)312-1398 Name .. - a� N City of Kent 7KentWA nt o 220 4th Avenue S. h 240th Street Kent,WA 98032 98032 Q m �a 0 m as U y U) Due on receipt 5/6/2021 Ferndale WA E D• E 0 WALLS WALLS: Q Body walls constructed of TriVan's aluminum interlocking Snap Lock wall panels,with full skirting and 24"length over-cab extension. L Wall skin thickness is.100"with 1"vertical integral support posts formed every 12"on center. L SKIRTING SKIRTING: Skirted flush to bottom of Gab,including rounded wheel cutouts and rubber fenderettes. Includes fuel filler as necessary on the wheel well skirt panel. 0 00 KICKOVER KICKOVER: N 24"square over-cab extension over cab, insulated and lined to match body interior. Includes 10ga steel reinforcement as necessary,and a 3"tall aluminum retention lip,full width, installed. ROOF.040 ROOF E 1-piece.040"aluminum skin roof with extruded perimeter roof edge and crowned aluminum extruded roof bows. y STEPWELL(2) STEPWELL SIDE DOOR: Q Supply&install 30x84 curbside stepwell side door c/w(2)recessed inside steps,aluminum diamondplate.Door Is N insulated&skinned in aluminum to match rest of body interior.Door handle is a Bauer BP-12 commercial grade U paddle handle with integral deadbolt&handle.Cast hold back.Box-form construction. 'Door is to be-13"off the ground(as done on Clackamas County Sheriff). 06 FLOORING FLOORING 0 1/8"Aluminum diamondplate over 3/4"plywood subfloor with welded 10"scuffliner.Overlaid with black durabed. 0 OTHER ' D-RING TIE-DOWNS: 0 (4)heavy-duty 5,0001b rated D-ring recessed tie-downs installed in floor of rear cargo area. m DOORS NARROW SWING REAR BARN DOORS: }; At rear of body,including double-freezer handle on RHS door,camlock on LHS door and(4)12x18 windows(no screens required).Doors are insulated and lined to match interior.Each door includes a cast aluminum door E holdback. Box form construction. t U Q Subtotal Sales Tax(0.0%) Total Page 2 Packet Pg. 20 4.A.2.a TriVan Truck Body 1385 West Smith Road Ferndale,WA 98248 Date Ph (360)380-0773 mm.trivan.crnn 8/23/2022 9647 Fax (360)312-1398 a� City of Kent City of Kent o 220 4th Avenue S. 5821 South 240th Street 0 Kent,WA 98032 Kent,WA 98032 Q uJ m �a 0 m V _ _ f U) Due on receipt 5/6/2021 [ I Ferndale WA E - c E _ — 0 WINDOWS WINDOWS PACKAGE: Q (5) 12W x 18H fixed light tint windows:4 in the rear doors, 1 in the side door �c (2)30W x 18H light tint slider windows with bug screens: 1 on driver side, 1 on passenger side. U L INSULATION URETHANE SPRAY INSULATION: L 2"foam insulation in walls,ceiling&under floor,including side entry door. LINING LINING: Complete interior(walls&ceiling)lined in textured Kemlite over 3/8"plywood. Inside faces of rear doors to be lined I c in smooth aluminum.Solid front wall.No pass-through opening into truck cab. N M LINING TRIMOUT: r Aluminum trim out as necessary at all wall/ceiling joints and around doors(TriVan standard). E GRABHANDLE... GRAB HANDLES: a� Stainless steel threshold plate installed on rear. Chrome grab handle installed at side entry(passenger side)stepwell door.And grab handles installed at rear entry Q door(if necesary). N a� U EXTERIOR CO... EXTERIOR COMPARTMENTS: 1/8"aluminum exterior compartments with TriVan Box Construction doors..All vertical compartment doors to have (D a spring-loaded door holder.Vertical compartments are to be"thru-the-floor"style, extending from bottom of skirt, to up through the floor.Handles to be TriMark automotive style paddle handles with piano hinge.All locks to be keyed °d alike. All shelves includes perimeter lips,rubber matts.Adjustable shelves are infinitely adjustable on Unistrut.All compartments are sweep out floors. c DSV1 -GENERATOR COMPARTMENT: r 66"H x 36"W clear door opening. m Forward DS compartment is designed to suit a CumminsQD diesel generator. Includes louver vented double-doors, and sound attenuation. Includes shelf with accommodation for(2)house batteries c aD DSV2-JUMPING JACK COMPARTMENT: t 66"H x 34"W clear door opening. U 2nd from front DS compartment with single door,slide out drawer, bungee strap and D-rings to secure the tool. Q Subtotal Sales Tax (0.0%) Total Page 3 Packet Pg. 21 4.A.2.a TriVan Truck Body 1385 West Smith Road Ferndale,WA 98248 .„ - Estimate# Ph (360)380-0773 www.trivan.com 8/23/2022 9647 Fax (360)312-1398 City of Kent City of Kent 0 220 4th Avenue S. 5821 South 240th Street Kent,WA 98032 Kent,WA 98032 Q m �a 0 m P.O. , a� U) Due on receipt 5/6/2021 — —I^ Ferndale WA DS3H-HORIZONTAL COMPARTMENT ABOVE REAR AXLE, Q 32"H x 37"W with double swing out style door and(1)adj.shelf DSV4-COMPRESSOR COMPARTMENT: 66"H x 32"W per drawings,with double doors,ventilated with 3 adjustable aluminum shelves r REAR POSSUM COMPARTMENT:located under body at rear(described earlier) PASSENGER SIDE COMPARTMENTS: c PSV1 -TOOL CHEST COMPARTMENT, M 66"H x 36"W clear door opening per drawings,with double-doors,2 upper adjustable shelves, 1 fixed lower shelf. Located passenger side,just behind the stepwell side door. r This compartment will house the American Eagle tool chest drawer unit. E PSH2 -HORIZONTAL COMPARTMENT:same dimensions as driver side aD aD With (3)slide out drawers,each with 2501b capacity ball bearing slider hardware and 2"H drawer height Q PSV3 REAR VERTICAL COMPARTMENT: 33"W x 66"H clear door opening. No shelves.This compartment will house(1)cord reel and(1)hose reel and a customer-added(2)CO2 tanks. (D U) 0a Cn 0 0 C9 m c a� E Q Subtotal Sales Tax(0.0%) Total Page 4 Packet Pg. 22 4.A.2.a TdVan Truck Body 1385 West Smith Road Ferndale,WA 98248 Ph (360)380-0773 www.trivan.com 8/23/2022 9647 Fax (360)312-1398 Name Addrelsw. a� N City of Kent 7KentWA o 220 4th Avenue S. 240th Street Kent,WA 98032 8032 Q m �a 0 m 2 • (D rn Due on receipt 5/6/2021 I Ferndale WA - c E - - - - 0 a OTHER CHOCK POCKETS: Side of body includes a pocket(triangular shaped) 1 per side of body in wheel-well skirt area to house Kent's future 0 chocks. OTHER AMERICAN EAGLE TOOL CHEST: Supply&install(1)American Eagle tool chest in the forward passenger side vertical compartment: -Installed on bottom of each compartment. Final model and dimensions to be finalized. -Model AE74401 (each tool chest has a standard Top Shelf,2.5"High Riser,Three 3"Tall Drawers, Four 5"Tall c Drawers and One 7"Tall Drawer. It Measures 41"High X 26"Wide X 16.75"Deep) N -Installation by TriVan includes securing to compartment floor and installing a fixed shelf above. r CABINETRY A... INTERIOR CABINETRY,SHELVES,WORKBENCHES: a� E BENCHTOP COUNTERS: W Approx V length workbench along driver side interior,very front: 1-1/8"hardwood bench top atop protruding L s� exterior compartments(41"tall work surface) Q Approx 6'4 length workbench along pass.side Interior,to rear of the side entry door,same construction as driver rn side.Bench includes a Wilton fixed vice installed. U FORMED ALUMINUM OVERHEAD SHELVES Located above each workbench,provide an open wall-mounted aluminum upper shelf,with retention lip.Approx 15"down from ceiling x 12"deep. Unpainted. 05 Note that the microwave will fit above on this overhead shelf on the Passenger Side,with a protective bulkhead. 0 ADJUSTABLE SHELVING UNITS(QTY:3) 0 Supply&install(3)banks of Unistrut infinitely adjustable aluminum storage shelves,each laser cut with perimeter r lips. ca ELECTRICAL CABINET: 1/8"aluminum electrical cabinet near driver side interior,forward of the double-door closet,to house the Service E Panel. t U Q Subtotal Sales Tax(0.0%) Total Page 5 Packet Pg. 23 4.A.2.a Tr!Van Truck Body 1385 West Smith Road Ferndale,WA 98248 Ph (360)380-0773 www.trivan.com 8/23/2022 9647 Fax (360)312-1398 Name Address City of Kent City of Kent 0 220 4th Avenue S. 5821 South 240th Street M Kent,WA 98032 Kent,WA 98032 Q m �a 0 m 2 P1 Terms Due Date Rep Account# 0 -- — - v) Due on receipt 5/6/2021 Ferndale WA E Item Descriptiow_7� 71 _ - 0 VISE-FIXED VISES:WORKBENCH: Q Supply&install(1)Wilton 5"vise,fixed-mounted,bolted down onto interior of body on Passenger Side workbench. �c Supply&install(1)Ridgid BC-210 chain vise,fixed mounted,bolted down on rear bumper,extreme U right-hand-side,as on Kent's current trucks. L 12V ELECTRI... 12V ELECTRICAL:CLEARANCE LIGHTS: LED bullet clearance&marker lights 0 12V ELECTRICAL:SIGNAL LIGHTS: Q LED stop/tail/turns:2 pairs of oblong reds M Reverse Lights: 1 pair of oblong whites. Lights are installed vertically on lower body,above floor height. r LED licence plate light:located below floor height, left-side. 0) a) Reflectors:stick-on type as required. aEi Conspicuity tape is installed to meet FMVSS(including across rear bumper) y L TRAILER PLUG 12V ELECTRICAL:TRAILER PLUG: Q Supply&install 7 way round trailer plug, installed between hitch receiver and left trailer chain attachment eye. U SWITCH CON... 12V ELECTRICAL:LIGHT SWITCH CONSOLE,CAB: ?_ Supply&install TriVan fabricated(or purchased)6-switch cab control panel for all exterior 12V lights. to BATTERIES 12V ELECTRICAL:AUXILIARY BATTERIES: °d Supply&install(2)auxiliary deep cycle batteries(in generator compartment),sized appropriately to suit the o Inverter(mentioned in next section),and to power all 12V body lighting functions.To recharge through truck engine 0 running or through a battery charger(whenever genset is running or whenever truck is plugged into shore power) These batteries are installed on a pull out HD slide out tray for servicing as necessary. m c a� E t U Q Subtotal Sales Tax (0.0%) Total Page 6 Packet Pg. 24 4.A.2.a TdVan Truck Body 1385 West Smith Road Ferndale,WA 98248 Ph (360)380-0773 www.trivan.com 8/23/2022 9647 Fax (360)312-1398 ^y - _ N City of Kent City of Kent 0 220 4th Avenue S. 5821 South 240th Street Kent,WA 98032 Kent,WA 98032 Q m �a 0 m - as U U) Due on receipt 5/6/2021 Ferndale WA E 0 MWL-07SP .12V ELECTRICAL:LED EXTERIOR SCENE/WORK LIGHTS: Q Supply&install(4)Maxxima MWL-35 1500 lumen rectangular surface-mounted scene lights:2 on upper driver � wall,2 on upper passenger side wall:These are to be switched on two separate switches on the cab switch 3 console(labeled work lights left side,work lights right side) L Supply&install(2)Maxxima MWL58 3000 lumen rectangular surface-mounted work lights at rear of body,top corners,shining down at rear of body.These are to be switched on one switch on the cab console. MWL-57SP 12V ELECTRICAL: LED REAR SCENE/WORK LIGHTS: c Supply&install(2)Maxxima MWL-57SP lights at the rear of the truck, 1 on the left side, 1 on the right side. M Located under the amber Maxxima flashers.Switched seperately from the MWL-35 scene lights(line item above this). a� BACKUP CAM... 12V ELECTRICAL:BACKUP CAMERA SYSTEM: a Supply&install(1)backup camera at exterior rear of body,top,including an in-cab LCD color screen. L a� 12V ELECTRI... 12V ELECTRICAL: CEILING LIGHTS: Q (8)Maxxima LED M84416 interior rectangular surface-mounted cargo lights on ceiling,evenly spaced,switched at N a� rear door, RHS upon entry(1 of the 8 lights to be in the over-cab storage). 12V ELECTRICAL:ADDITIONAL WORKBENCH LIGHT: 0 Plus(2)additional Maxxima strip lights(M84425)with dedicated switch at workbench.Light located on underside of rn 06 overhead shelf illuminating work bench area,on both sides. N SKYLIGHT 2X2 SKYLIGHTS: 0 Supply&install(2)Lexan 24"x24"clear ceiling skylight including interior finishing trim work. 0 r OTHER 12V ELECTRICAL:AMBER FLASHERS: m Supply&install(10)Whelen LINZ6 amber LED warning strobes: (4)installed on rear wall of body,as shown in drawings, (2)on driver side wall, (2)on pass.side wall,(2)on front upper wall of body. None installed in Kenworth grill. All lights to be switched on ONE single TriVan-added(not upfitter switch in cab)with bright red indicator light visible to driver,labeled FLASHERS,wired HOT. Q Subtotal Sales Tax (0.0%) Total Page 7 Packet Pg. 25 4.A.2.a TriVan Truck Body 1385 West Smith Road Ferndale,WA 98248 Ph (360)380-0773 www.trivan.com 8/23/2022 9647 Fax (360)312-1398 r ^y City of Kent City of Kent 0 220 4th Avenue S. 5821 South 240th Street Kent,WA 98032 Kent,WA 98032 Q m �a 0 m U Werms Due Date Re Pi i U) Due on receipt 5/6/2021 Ferndale WA E D a OTHER 12V ELECTRICAL:AMBER MINI LIGHTBARS: Q On roof of body, supply&install(4)Federal Signal Highlighter amber mini lightbars, Model#454101 HL-02: 1 per each corner of the roof,4 total.All switched on the same switch,but separate from the above mentioned LINZ6 3 L flashers. H Note that the two rear mini lightbars are to be installed on elevator pedestals so they can sit taller than the rear awning and be clearly visible to cars approaching the truck from the rear. 12V ELECTRI... 12V ELECTRICAL:TRAFFIC DIRECTOR STICK: Supply&install(1)36"L Maxxima LED traffic director lightbar installed with cab controls.Installed above rear CD doors,switched in the cab.Model M20400Y. M AWNING 12V ELECTRICAL:POWER AWNINGS(CITY 2): r At rear of body,supply&install a 12V power awning(approx 7'width x 4-5'extension length)at rear of body,over rear doors. a On upper passenger side exterior of body,supply&install a 12V power awning(approx 10'width x 7'extension L length) a� Both awnings feature auto-retract wind sensor features. Q a� 110V ELECTRI... 110V ELECTRICAL: Blue Sea Combination 12V/120V service panel(or equivalent)installed in dedicated electrical cabinet,with back-lit rocker switch style breakers.Includes(6)duplex interior outlets and(4)duplex EXTERIOR GFCI outlets. (D U) 06 110V ELECTRICAL:SHORE POWER INLET: 0 Includes(1)30A male shore power inlet installed,weatherproof,on driver side exterior of body,as best recommended by TriVan design team 0 (0 110V ELECTRICAL:TRANSFER SWITCH: r Auto transfer switch installed in inside generator exterior compartment.This auto selects between generator power or shore power fed through the 30A inlet. c a� 110V ELECTRICAL:BATTERY CHARGER: a Battery charger system for the(2)auxiliary batteries,whenever generator Is running,whenever shore power is plugged in,or whenever engine is running. U Q Subtotal Sales Tax(0.0%) Total Page 8 Packet Pg. 26 4.A.2.a TriVan Truck Body 1385 West Smith Road Ferndale,WA 98248 Ph (360)380-0773 www.trivan.com 8/23/2022 9647] Fax (360)312-1398 a� City of Kent City of Kent 0 220 4th Avenue S. 5821 South 240th Street Kent,WA 98032 Kent,WA 98032 Q uJ m �a 0 m U Due on receipt 5/6/2021 1- Ferndale WA E GENERATOR 110V ELECTRICAL:CUMMINS QD GENERATOR: Q Supply&install(1)7.0 kW Cummins CID diesel,installed,fixed-mounted,in driver side vented compartment. Installation includes tapping into truck fuel tank,exhaust elbow,exhaust adapter and wiring harness as necessary. 0 Installation also includes a remote start-stop switch panel inside the body interior with hour-meter. L 110V ELECTRI... 110V ELECTRICAL:TELESCOPIC SCENE LIGHT FIXTURES: 0 Supply&install(2)extendable LED work lights, installed on either side of rear doors of body,each with its own dedicated outlet.These are fixed to the rear of the truck body,but are telescopic(can move up and down). 0 00 110V ELECTRI... 110V ELECTRICAL:MICROWAVE: Supply&install(1)microwave(with dedicated outlet)on upper shelf above work bench on passenger side. Installation includes a protective crash-shield from sliding shelf contents and securement for travel safe application. a� ELECTRIC CO... REEL:SPRING RETRACTING ELECTRIC CORD REEL: E Supply&install(1)Reelcraft spring-retracting cord reel with 50'of 12/3 15A electric cord.There is a weatherproof y duplex outlet at the end of the 50'cord.Reel to be hardwired to the generator through the service panel. Location of the reel TBD, but hopefully it can be shoe-horned into the rear PS vertical,up high within the compartment.(The Q air hose reel, next section,will hopefully nest right beside it) a� U HOSE REEL REEL: SPRING RETRACTING AIR HOSE REEL: ?_ Supply&install(1)Reelcraft spring-retracting air hose reel with 50'of 3/8"ID hose(capped end)Reelcraft 5650 0 OLP-SE or equivalent. Final location of the reel TBD, but hopefully it can be shoe-horned into the rear PS vertical rn 06 compartment, up high. Both reels to dispene their hose straight out toward the exterior of the compartment. Hose reel to be plumbed to the -a future air compressor supplied/installed by the City of Kent. 0 (0 OTHER AIR COMPRESSOR: r TriVan to provide sufficient room,ventilation and compartment space in the vertical rear driver side exterior compartment to accommodate a VMAC PredatAire 60 hydraulic compressor unit.City of Kent will arrange to have it installed separately by a third-party contractor a� E t U Q Subtotal Sales Tax(0.0%) Total Page 9 Packet Pg. 27 4.A.2.a TrlVan Truck Body 1385 West Smith Road Ferndale,WA 98248 Date Estimate# Ph (360)380-0773 www.trivan.com 8/23/2022 9647 Fax (360)312-1398 a� City of Kent City of Kent O 220 4th Avenue S. 5821 South 240th Street Kent,WA 98032 Kent,WA 98032 Q m �a 0 Project as U) Due on receipt 4 5/6/2021 Ferndale WA E c E - - - 0 PAINT PAINT: Q Van body exterior(excluding roof)painted white to match Kenworth cab. Exterior compartment interiors left mill-finish aluminum. 0 Interior cabinetry painted light gray. Body undercoated. a� r UNDERCOATI... UNDERCOATING&MUDFLAPS: 0 Underside of body to be fully undercoated,including bottom exterior undersides of all exterior bins. 1 pair of rubber mudflaps with anti-sail brackets installed. 00 FINISHING CONSPICUITY TAPE: Across full width of rear step bumper a� MOUNTING MOUNTING: aEi Body to be mounted by TriVan on customer supplied Kenworth T-270(or T-380)chassis cab. y L FRAME SPACER STRIPS: Q Frame spacer strips are to be UHMW or synthetic material. N a� DELIVERY LOGISTICS: Competed truck to be delivered by TriVan to the Clty of Kent upon completion.Weight slip shall be Included at time to of delivery. 06 OTHER DELIVERY:-270 DAYS AFTER RECEIPT OF CHASSIS,OR-270 DAYS AFTER APPROVAL OF DRAWINGS. D 0 0 0 r m C N E t V fC a+ Q Sub Total for 2: $399,054.00 Subtotal USD 199,527.00 Sales Tax 10.10/o: $40,304.45 Sales Tax(0.0%) USD 0.00 Total: $439,355.45 Total USD 199,527.00 Page 10 Packet Pg. 28 4.A.2.a EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance a� The Contractor shall procure and maintain for the duration of the Agreement, L insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder Q by the Contractor, their agents, representatives, employees or subcontractors. a 0 A. Minimum Scope of Insurance 0° a� Contractor shall obtain insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO E occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed E operations, personal injury and advertising injury, and liability Q assumed under an insured contract. The City shall be named as an insured under the Contractor's Commercial General Liability L insurance policy with respect to the work performed for the City ~ using ISO additional insured endorsement CG 20 10 11 85 or a r substitute endorsement providing equivalent coverage. 2. Workers' Compensation coverage as required by the Industrial co Insurance laws of the State of Washington. r c B. Minimum Amounts of Insurance 0 aD Contractor shall maintain the following insurance limits: a 1. Commercial General Liability insurance shall be written with limits no less than $2,000,000 each occurrence, $2,000,000 general 3 aggregate and a $2,000,000 products-completed operations cn aggregate limit. 0a C. Other Insurance Provisions 0 c� The insurance policies are to contain, or be endorsed to contain, the following m provisions for Automobile Liability and Commercial General Liability insurance: a� E 1. The Contractor's insurance coverage shall be primary insurance as 0 respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's a insurance and shall not contribute with it. Packet Pg. 29 4.A.2.a EXHIBIT B (Continued) 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. N •L 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on Q behalf of the contractor and a copy of the endorsement naming the , City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General m° Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or 2: suit is brought, except with respects to the limits of the insurer's liability. E D. Acceptability of Insurers E Insurance is to be placed with insurers with a current A.M. Best rating of not Y less than ANII. U L E. Verification of Coverage r�, M Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the CD additional insured endorsement, evidencing the insurance requirements of M the Contractor before commencement of the work. c F. Subcontractors E a� L Contractor shall include all subcontractors as insureds under its policies or a shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 06 N O O r m C N E t V fC a+ Q Packet Pg. 30 4.A.2.b CITY OF KENT KING COUNTY, WASHINGTON as N 'C O t 7 Construct Water Truck Aluminum Service Body ( 2) o m 7 PROPOSALS ACCEPTED UNTIL September 7, 2022 12:00 P.M. a LL r L d DELIVER TO CITY OF KE1NT, CITY HALL o 00 220 4th Avenue S., Kent, WA 98032-5895CN CHAD BIEREN, P.E. PUBLIC WORKS DIRECTOR w 06 O a a� o: C1 U- 16 KENT W A S H I N G T O N N m r C d t V t4 r Q Packet Pg. 31 4.A.2.b ORDER OF CONTENTS Request for Quotes Applicant's Checklist D a� Proposal Form N L O Drawings a Contractor Compliance Statement O Applicant's Qualifications Statement m as Special Provisions U) Exhibit A - Goods and Services Agreement (Over $20k) E c Exhibit B - Contract and Insurance Requirements (Sample) E a Y V 7 LL r L d 0 00 N M N fC E a+ N W 06 N N C O Q N d CY LL W C O ALL r N m r C d E t V R r a Packet Pg. 32 4.A.2.b REQUEST FOR QUOTES Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through September 7. 2022 up to JL2 p.m. as shown on the clock on the east wall of the City Clerk's office on the first floor of City Hall, 220 4", Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. City staff will review all bids and then contact N selected vendors to engage in further negotiations for the following: o Z r Construct — Water Truck Aluminum Service Body (2) a The contract consists of building #2 custom aluminum 14'6"L. (OD) van bodies and complete installation on two new Kenworth T-380 cab/chassis' supplied by the City of Kent. The new m cab/chassis are slated to be built in November 2022 and delivered to your facility. The design and requirements are listed as follows. For questions, please call Sean Girvan at (253) 856- 5680. Proposal documents may be obtained at no charge by contacting the City of Kent Engineering E Department at (253) 856-5500 or can be downloaded at h s: www v rogu rement-rf a Proposals must be clearly marked "Proposals" with the name of the project on the outside of the k, 220 4th Avenue South, Kent, WA 98032-5895. Only envelope, addressed to the City Cler sealed bids wlll be accepted. No facsimiles or electronic submittals will be considered. Each proposal shall be in accordance with specifications and other contract documents now on file in the office of the Public Works Operations Manager, City of Kent. o N The City of Kent reserves the right to reject any and all bids, or waive any informalities in the submission of proposals, or determine which proposal or applicant is the most responsive. The City shall be the sole judge thereof. E w Prospective Contractors must submit with their initial proposal a signed statement as to whether 06 they have previously performed work subject to the Presidential Executive Order No. 11246. y This statement is informational only. a No applicant may withdraw his/her proposal for a period of thirty (30) days after the day the proposals are opened. c_ w Dated this 23rd day of August, 2022. N BY: m Kimberley A. K oto, City Clerk as E Published in Daily Journal of Commerce on August 24 and 31, 2022. c r a Packet Pg. 33 4.A.2.b APPLICANT'S CHECKLIST All applicants are required to submit the following documents in order to qualify for consideration: A. Proposal Form N L O B. Contractor Compliance Statement a / a ✓ C. Applicant's Qualification Statement c m as D. Check-off (Yes/No) Equipment Build Requests U) E c APPLICANTS WHO FAIL TO SUBMIT THE NECESSARY DOCUMENTS MAY, AT THE CITY'S E SOLE DISCRETION, BE DISQUALIFIED FROM FURTHER CONSIDERATION. a Y V 7 LL r L d 0 00 N M N fC E a+ N W 06 N N C O Q N d LL C O ALL r N m r C d E t V R r a Packet Pg. 34 4.A.2.b water Truck Aluminum Van Bodies The undersigned hereby proposes to provide all equipment, labor, materials, and supplies to perform the service as specified in this contract. m Bidder's Name: -(VZ V A.4 `o r Item Description Meet a Re nest U) Yes No Quotation Quantity: ° #1 each custom body, not including chassis. m As shown in drawing provided. Build time is approx. 120 days after receipt of customer chassis 14'6'Aluminum van body for customer supplied cab chassis E _ E Chassis Info. Customer Supplied Chassis: 2023 Kenworth T380 cab chassis, diesel engine, dual rear wheels 108" E cab axle. Cab is supplied painted Kenworth factory white. Chassis to be dropped shipped to your facility. Cost of chassis is not included in ✓ a quote. Truck with van body when completed is to be delivered to City 3 of Kent Public Works. Dimensions Dimensions: Length: 14"6" outside length per drawings / c Width: 96 inches outside J Height: 7' inside c 00 CN Sub-Frame 2x2 Subframe: Constructed of steel cross-members 16" on center with long-sills to ° suit chassis. Low floor design with wheel-well configuration. Subframe CU design includes reinforcement for various through floor exterior E compartments. N w Possum Box Possum Compartments: Supply & Install (1) under-body possum compartment with pull out c work surface, 8' long with access door at rear. Pull outwork surface to ° have at least 5' of useable work surface when pulled out, but 8' of U) storage length below the work surface (for valve &meter keys below). Includes a single rear, bottom hinged access door with sin Ice latch. O Bumper Step Bumper & Fold Out: Full width grip strut step bumper with a center 30" hinged fold out step installed > •L Hitch Class V Hitch Receiver: ~ Supply &install Class V hitch braced to chassis frame c/w D-rings for m safety-chains attachment. Includes (1) 7-blade flat RV style tailer plug V (mentioned later) installed outboard of the trailer hitch D-rings. Hitch is installed with Grade 8 hardware. E Walls Body walls constructed of aluminum interlocking Snap Lock wall / c panels, with full skirting and 24" length over-cab extension. V/ a Wall skin thickness is .100" with 1" vertical integral support posts Formed every 12" on center. Packet Pg. 35 4.A.2.b Item Description Meet Reguest _ Yes No Skirting Skirted flush to bottom of cab, including rounded wheel cutouts and molded rubber fenderettes. Includes fuel filler as necessary on the / N wheel well skirt panel. ✓ .o Kickover 24" square over-cab extension, insulated and lined to match body a interior. Includes 10gauge steel reinforcement as necessary, and a 3" / a tall aluminum retention lip, full width, installed / o Roof.040 1-piece .040 aluminum skin roof with extruded perimeter roof edge m and crowned aluminum extruded roof bows. S V/ .� U) Stepwell (2) Supply & install 30x84" curbside door c/w, (2) recessed inside steps, E aluminum diamond plate. Door is insulated and skinned in aluminum I 3 to match rest of body interior...Door handle is a Bauer BP-12 J E commercial grade paddle handle with integral deadbolt & handle. Flooring Extruded aluminum flooring installed, including aluminum dish up at a base of walls & side compartments as necessary. Extruded non-slip 3 flooring. L Other D-ring tie downs, (4) heavy-duty 50001b rated recessed tie-downs / installed in floor of rear cargo area. J _ _ o Doors Narrow swing rear barn doors, at rear of body, including double- C00N freezer handle on RHS door, camlock on LHS door and (4) 12x18" windows (no-screens required). Doors are insulated and lined to V match interior. Each door includes a cast aluminum door hold back. E Windows (5) 12Wx18H fixed light tint windows: 4 in the rear doors, 1 in the side door. / w J °6 (2) 30Wx18H light tint slider windows with bug screens: 1 on driver _ side and 1 on passenger-side _ o Insulation Urethane spray insulation, 2" foam insulation in walls, ceiling &under m floor, including side entry door. Cl U_ Lining Complete interior (walls &ceiling) lined in textured Kemlite over 3/8" plywood. Inside faces of rear doors to be lined in smooth aluminum. Solid front wall. No pass-through opening into truck cab. Includes 1� Trim-out, as necessary at all oint of wall and ceiling. Lining Aluminum trim-out as necessary at all wall and ceiling joints and Trim-out around doors. E r a Packet Pg. 36 4.A.2.b Item Description Meet Reguest I Yes No Exterior 1/8"aluminum exterior compartment with extruded doors. All vertical Compartments doors to have spring-loaded door holder. Vertical compartments are N to be"thru-the floor"style, extending from bottom of skirt, up through o the floor. Handles to be standard 2-point stainless D handles (all doors r keyed alike) and stainless-steel hinges. All shelves, includes perimeter ' lips, rubber mats. Adjustable shelves are infinitely adjustable on a Unistrut. All compartments are sweep out floors. a DSV1 - Generator compartment, 66"Hx36"W clear door opening. m Forward DS compartment is designed to suit a Cummins QD diesel generator. Includes louver vented double-doors, and sound attenuation. Includes fixed shelf with accommodation for (2) house U) batteries. E DSV2 - Jumping Jack compartment, 66"Hx34"W clear door opening. 2nd from front DS compartment with single door, slide out drawer, bungee strap and D-rings to secure the too. a Y V DS3H Horizontal compartment above rear axle, 32"Hx37"W with double swing out style door and (1) adj. shelf. ~ `m 1/8"aluminum exterior compartment with extruded doors. All vertical doors to have spring-loaded door holder. Vertical compartments are to be"thru-the floor"style, extending from bottom of skirt, up through N the floor. Handles to be standard 2-point stainless D handles (all doors keyed alike) and stainless-steel hinges. All shelves, includes perimeter , lips, rubber mats. Adjustable shelves are infinitely adjustable on Unistrut. All compartments are sweep out floors. U) w DSV1 - Generator compartment, 66"Hx36"W clear door opening. 06 Forward DS compartment is designed to suit a Cummins QD diesel generator. Includes louver vented double-doors, and sound o attenuation. Includes fixed shelf with accommodation for (2) house N batteries. DSV2 - Jumping Jack compartment, 66"Hx34"W clear door opening. LL 2nd from front DS compartment with single door, slide out drawer, bungee strap and D-rings to secure the too. L DS3H Horizontal compartment above rear axle, 32"Hx37"W with N double swing out style door and (1) adj. shelf. m v r DSV4 Compressor Compartment,66"Hx32"W per drawings, with double doors, ventilated with 3 adjustable aluminum shelves. E Rear Possum compartment, located under body at rear (described r earlier) Q Packet Pg. 37 4.A.2.b Item Description Meet Request _ Yes No Exterior Passenger side compartments, PSV1 - Tool chest compartment, Compartments 66"Hx36"W clear door opening, per drawings, with double-doors, 2 N Continued upper adjustable shelves, 1 fixed lower shelf. Located passenger side, o just behind the stepwell side door. This compartment will house the r American Eagle tool chest drawer unit. a P$H2 Horizontal compartment. Same dimensions as driver side with (3) slide out drawers, each with 2501b capacity ball bearing slider c hardware and 2"H drawer height. m d PSV3 Rear Vertical compartment, 33"Wx66"H clear door opening. No shelves. This compartment will house (1) cored reel and (1) hose reel U) and a customer-added (2) CO2 tanks. _ E Chock Pockets Side of body includes a pocket(triangular shaped) (1) per side of body in wheel-well skirt area to house Kent's supplied wheel chocks. E Other American Eagle Tool Chest to be supplied and installed (1) in the a forward passenger side vertical compartment, installed to bottom of each compartment. Final model and dimensions to be finalized. Model i AE74401 (ea. tool chest has a standard top shelf, 2.5" high riser, Three 3" tall drawers, Four 5" tall drawers and one 7" tall drawer. It , measures 41"Hx26"Wx16.75" deep). Installation includes securing to coml7artrnent floor and installing a fixed shelf above. Cabinetry Interior cabinets, shelves and workbenches: Benchtop counter, Approx. 6' length workbench along driver side M interior, very front: 1-1/8" hardwood bench top protruding exterior compartments (41"tall work surface). Approx. 6'4" length workbench ' along Passenger side interior, to rear of the entry door, same E construction as driver side. Bench includes a Wilton fixed vice N installed. W 06 Formed aluminum overhead shelves: y Located above each workbench, provide an open wall-mounted o aluminum upper shelf, with retention lip. Approx. 15" down from ceiling x12" deep. Unpainted. Note that the microwave will fit above a on this overhead shelf on the Passenger side, with a protective WU' bulkhead. c Adjustable Shelving units (Qty: 3) > Supply & install (3) banks of Unistrut infinitely adjustable storage t= shelves, each laser cut with perimeter Lips. N m v Electrical Cabinet: c 1/8" aluminum electrical cabinet near driver side interior, forward of the double-door closet, to house the Service Panel. Vise-Fixed Supply & install (1) Wilton 5" vise, fixed-mounted, bolted down onto c interior of body on Passenger Side workbench. Q Supply & install (1) Ridgid BC-210 chain vise. Fixed mounted, bolted down on rear bumper, extreme right-hand-side as on Kent's current trucks Packet Pg. 38 4.A.2.b Item Description Meet Re guest Yes No 12V Electrical Clearance & marker lights to be LED bullet lights. Signal lights, to be LED stop/tail/turn (2) pairs of oblong red Reverse N lights, 1 pair of oblong whites. 0 Lights are installed vertically on lower body, above floor height. r LED license plate light, located below floor height, left-side. a Reflector, stick-on type as required. Conspicuity tape is installed to meet FMVSS (including across rear bumper. m j Trailer Plug Supply & install 7way round trailer plug, installed between hitch / receiver and left trailer chain attachment eye. V 2 Switch Cover 12V electrical, light switch console in cab. Supply & install fabricated or (purchased) 6-switch cab control panel for all exterior 12V lights. ✓ U) E Batteries Auxiliary 12V batteries, to be supplied and installed, (2) deep cycle batteries (in generator compartment), sized appropriately to suit the E inverter and to power all 12V body lighting functions. To recharge ' through truck engine running or through a battery charger (whenever / a genset is running or whenever truck is plugged into shore power). These batteries are installed on a pull-out HD slide out tray for L servicing as necessary. MWL-07SP 12V LED exterior scene/work lights. Supply and install (4) Maxxima ' c MWL-35 1500 lumen rectangular surface-mounted scene lights: 2 on upper driver wall, 2 on upper passenger side wall: These are to be 00 switched on two separate switches on the cab switch console (labeled M work lights left side, work lights right side). Supply and install (2) -- Maxxima MWL58 3000 lumen rectangular surface-mounted work ; lights at rear of body, top corners shining down at rear of body. These f° are be switched on one switch on the cab console. Backup 12V Backup camera system, supply and install (1) camera at exterior w Camera rear of body, top, including an in-cab color screen. 06 as Ceiling Lights 12V ceiling lights, (8) Maxxima LED M84416 interior rectangular w c surface-mounted cargo lights on ceiling, evenly spaced, switched at N rear door, RHS upon entry (1 of the 8 lights to be in the over-cab storage). CY U_ 12V additional workbench light, plus (2) additional Maxxima strip lights (M84425) (with dedicated switch at workbench) light located on underside of overhead shelf illuminating work bench area, on both sides N Roof—Power City of Kent prefers to not have roof fans and no Lexan sky light. m Fan Vent c Flashers 12V Amber Flasher, supply and install (10) Whelen LINZ6 amber LED warning strobes: (4) installed on rear wall of body, as shown in drawings, (2) on driver side wall, (2) on Passenger side wall, (2) one front upper wall of body. None installed in Kenworth grille. All lights Q to be switched on ONE single added cab control console with bright red indicator light visible to driver labeled Flashers wired HOT. Packet Pg. 39 4.A.2.b Item Description Meet Re uest Yes No Amber-Light 12V Amber Mini Lightbars, on roof of body, supply&install (4) Federal Bar Signal Highlighter amber mini lightbars, Model #454101HL-02: (1) N per each corner of the roof, 4 total. All switched on the same switch, o but separate form the above mentioned LINZ6 flashers. Note that the 3 two, rear mini lightbars are to be installed on elevator pedestals so a they can sit taller than the rear awning and be clearly visible to cars a hing th e truck from the rear. a Traffic- i 12V Traffic Director Stick: Supply & install (1) 36"L Maxxima LED c Director Stick traffic director lightbar installed with cab controls. Installed above rear / m doors, switched in the cab. Model M20400Y Awning Power Awnings (2): at rea of body, supply & install a 12V power awning (approx. 7" width x 4-5' extension length) at rear of body, cn over rear doors. On upper passenger side exterior of body, supply & E install a 12V power awning (10' width x 7' extension length). Both c awnincjs feature auto-retract wind sensor features. E 11OV Electrical Blue Sea Combination 12V/120V service panel installed in dedicated a cabinet, with back-lit rocker switch style breakers. Includes (6) duplex interior outlets and (4) duplex Exterior GFCI outlets. 110V Shore Power inlet: Includes (1) 30A male shore power inlet installed, weatherproof, on driver side exterior of body, as best recommended. ?� + o 110V Electrical Transfer Switch: Auto transfer switch installed in inside J M generator exterior compartment. This auto selects between generator .. power or shore power fed through the 30A inlet. E 110V Battery Charger: Battery charger system for the (2) auxiliary batteries, whenever generator is running, whenever shore power is W plugged in or whenever engine is running. 06 as N 110V Tripod style Extended Scene Light Fixtures: Supply and install a (2) two telescoping tripod style extendable LED work lights, installed m on either side of rear doors of the body, each with its own dedicated outlet. Generator 110V Cummins QD Generator: Supply and install (1) 7.0 kW Cummins QD diesel, installed, fixed-mounted, in driver side vented compartment. Installation includes tapping into truck fuel tank, > exhaust elbow, exhaust adapter and wiring harness as necessary. Installation also includes a remote start-stop switch panel inside the N m boy interior with hour-meter. Upfitting Plus, the following Tooling and Accessories added by contracting bidder. ! E V Microwave 110V Microwave: Supply & install (1) microwave (with dedicated Q outlet) on upper shelf above work bench on passenger side. Installation includes a protective crash-shield from sliding shelf contents and securement for travel safe application. Packet Pg. 40 4.A.2.b Item Description Meet Request Yes TNo Electrical Cord Spring Retracting Electric Cord Reel: Supply & install (1) Reelcraft N Reel spring-retracting cord with 50' pf 12/3 15A electric cord. There is a o weather-proof duplex outlet at the end of the 50' cord. Reel to be hardwired to the generator through the service panel. Location of the Q reel TBD, but hopefully it can be shoe-horned into the rear PS vertical, up high within the compartment. (The air hose reel, nest section, will hopefully nest right beside it 0 Air Hose Reel Spring Retracting Air Hose Reel: Supply and install (1) Reelcraft m spring-retracting air hose reel with 50' of 3/8" ID hose (capped end) Reelcraft 5650OLP-SE or equivalent. Final location of the reel TBD. / Should fit into the rear PS vertical compartment, up high. v/ N E Both reels to dispense their hose straight out toward the exterior of c' the compartment. Hose to be plumbed to the supplied air compressor E by the City of Kent. ' Air Provide sufficient room, ventilation and compartment space in the Q Compressor vertical rear driver side exterior compartment to accommodate a VMAC PredatAire 60 hydraulic compressor unit. City of Kent will arrange to have it installed separately by third-party contractor. Paint Van body exterior (excluding roof) painted white to match Kenworth I M cab. Exterior compartment interiors left mill-finished aluminum. Interior cabinetry painted light gray. Body undercoated. 00 Undercoating Underside of body to be fully undercoated, including bottom exterior undersides of all exterior bins. ✓ Mudf/a s Supply and install 1 ps with anti-sail brackets 0 p ( ) pair of rubber mudfla / E installed. " v, w Finishing Conspicuity tape: Across full width of rear step bumper. 06 m Grab Handles: Supply and install (1) pair of chrome grab handles if c necessary/practical for rear door entry. 0- N Mounting Install and mount Van Body on customer supplied Kenworth T380 chassis cab. U_ Frame Spacer strips are to be UHMW orsynthetic material. c Delivery Completed truck to be delivered to the City of Kent upon completion. j Certified Weight slip shall be included at time of delivery. Other Delivery: Completed build, installation and delivery of#2 units within m 180 days after receipt of cab/chassis. r m E z Q Packet Pg. 41 4.A.2.b u� 0 — •T AI::1H S:tltl _kur:>u AdEQ.Y _.i AUEU,UN., Co ;1.I'HSR ipi-lV:, _PiHT EAR , 3 Ltc 3 lob ® CLL:4r.Vi f,rt4Tl a 7 L • � L f r I G N -or wb,::Ilrl,Au r � `Rd 11 5'fE!1 0 41,AN drbR -1'A'E-, � 3TCR4;1 MR'ekd AIR - .".�YIIDihil-nlH i I � _ LW 08 . L Cu 1� 'JI L—` Q .1}APFb^WJ oil-rt-A A.C! ��y - I MN,i - -kM 1 S 1:A 1�yIHAN_9Nix11 IFIBJL I I)1'8C',I ',LF3,•:L':111 -Lr hl V ,aJl(1FIL'A:�Ih ;i.I;f-U 1,E•_FyfA:`.i 5'.IRAF M�F.le 71.L'1 di:'•I l!•.:'::1f :.I i 4 I.LPSL: -.Ih-':�: ' I -�- .:I Il.il i+dU:.I,�•I I '+154• I::k';ItW.J!AR7'A,,A4,1,N• W ',LhI CAL V-1111 htL13.,19;i w'[,A Vt",FH LUN-1%--I, N_N r LL �L L _ N wa L Ni11�CFS TO WNE fD STW USHn 16 .eu®a� �sn.E � ROAD SIDE ELEVATION MY OF KENT WATER DEPARTMENT urur a )000c d SZE 16'x 8'x 7 id VAN SLATS � .ar E t — �tn�E7H;si1JAT ril15 2021 ED 0 B rJ to a Packet Pg. 42 4.A.2.b u� a� 0 m i m co Ell - r o 00 • F` N v i Ii r k l[ 1 i 1 w 08 •r 0 F4,_FOP_ :F�.!f,,P 1 W:F-0.'.i.m,F i:. ,'Fi'�1 L'71:Ir•1 � /y :II�. , ';YLL�FV,�N fie if i•tl !�- ..r?a.. LL I.L ALL F- N m CURB SIDE ELEVATION CITY OF KENr WATER DEPARTMENT • 0 16'x s'x ;a VAN �I"=NTs 2 `� — - Im �" sir is 2021 o�� - 2 a Packet Pg. 43 a� 0 kf-1 r F;A'iup• d V F:J';Fi AM1Y:B;:: N Mill - 3 I •I .. _ 6':�AaIY AVf2k 00 � N 1 - I Q U- I#hpol•1.•a,j;- ..�. v-rl;.� R.�Co L.WI!tP�( � �L i ~ N m xmQ; FRONT AND REAR ELEVATION aar CCiY OF KENT WATER DEPARTMENT �+ a)SM SCPJE 70aCi _ 16'x B'x T i VAN ""� 'f! ZQZ FD a im im Q Packet Pg. 44 , ----_ ------- ---__. ------ ----_------_----_ | ^` ! | | AA E ^ � | | 'vF*,a»^mu cz CD | t 1 | =` '*`mw | | � | m *g | ----- ------ ' —_---_ — m: LL � r Rt 4.A.2.b =a O m m m GdP -'8 G E a Y C1 (4)M:1L A3AFEAKE_ 3 L Jff�:CS I I •• cz 00 N � I r IC E rr N LU 08 C O Q CY LiuL, °,1,?W9A Y.M h- LL C O •LLL I r N ROAD SIDE INTERIOR CI%7A4m CITY OF KENT WATER DEPARTMENT ]Door a0i PON I RL-0 E _ IVxVx7' VAN �wm � �rrrExs MMpril 15 2021 ED n Q Packet Pg. 46 4.A.2.b =a O m m m Co E c E i Q Y V 7 L 1 0 00 N M 'r CD IC E N ` ! LU 08 ertu ikltWfuR— CD N C O Q N d LL Tru O N FRONT ELEVATION C x OF KEW WATER DEPAtTMEW `"c`r �aaac u 15'x W x T id VAN NTS 6 E rs r�xs 15 2a21 Ep 4MOa 7 v Q Packet Pg. 47 4.A.2.b a� =a O m m m co E �1 -141 fVl 6 1 111 O 4S 00 LU FsaiF.i�r+rw-sL�c�_;.irof�_u 08 O N O O Q d CY LL O FLOOR PLAN m Rt CITY OF KENT WATER DEPARTMENT )OM _ 16'x 8'x T id VAN fYOF E l S �r CBWrIMErERS 15 2021 ED oFae O a Packet Pg. 48 4.A.2.b ao$ b � e .N O t d r 7 a 3 x O xm x y co 00 L S 00 N M N fC E a+ N W N N C O LL d 4 � Cl C ALL r N m r d t �a V R r a Packet Pg. 49 4.A.2.b CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) as N Date O a This statement relates to a proposed contract with the City of Kent name. a� a Construct - Water Truck Aluminum Service Body (2) O m as 2 I am the undersigned bidder or prospective contractor. I represent that - co E 1. have, kiAvr_nr� have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding E equal employment opportunity) or a preceding similar Executive Order. a Y V 7 LL r L d 0 00 N M N fC E a+ TV?.-N C-� N W NAME OF BIDDER Ca as N C O Q N BY: -5 AL-46 5 9,E P12650IJ-T l T I LJ� Signature/Title CY L C-LA o u N m v r c ADDRESS r a Packet Pg. 50 4.A.2.b APPLICANT'S QUALIFICATION STATEMENT To be filled in by the Applicant submitting a proposal. Each Applicant submitting a proposal on work and materials included in these contract documents shall prepare and submit the data requested in the following schedule of information: The City will 3 use information offered by the Applicant in this Statement as a significant factor in o determining which Applicants to contact to engage in further negotiations. (Attach r additional pages as necessary) a This data sheet must be included in and made a part of these proposal Documents. 0 m 1. Name of Applicant: TIWALsi T2 u � 2. Business Address: t A E 0 E 3. How many years have you been engaged in the truck upfitting/truck body a fabricating industryunder the present firm name? r L 4. Contracts now in hand. Gross amount: $ _��t �t]Ut��ve ? 00 N 5. List several recent contracts completed by your company similar to this project, including approximate costs and name and phone number of Owner: C41 "r'i rQ!A'JYj Y— aN641kR '°- ate. - - E P.t T 1 L oo MO L,0 -257Y W 06 noz•< of Q-0 t_vnar.► enri[en71�4 6-fo- Sam fN C COZY n �+�c W/h/a 131 .� a'- L 'f. la 0 Q N d 6. List your major equipment: C LL ALL r N m r 7. Business references`:: / koRzW — � - 1N ILf.IL `X0 - Li LgotV E Avs-cwr 1 V�,2f7dR c¢colr PAL _ ? Packet Pg. 51 4.A.2.b SPECIAL PROVISIONS 1.0 SCOPE OF WORK as N The City of Kent is looking for experienced and qualified o contractors to bid on (2) lightweight aluminum van bodies built 3 to the City of Kent Water Departments requests. City of Kent a ordered two new Kenworth T380 cab and chassis, the build date is estimated to be November of 2022. c m Design and components have been listed in this RFQ and drawings have been supplied. The custom-built van body will be installed on two new KW T380 cab chassis (delivery still to be co determined by manufacture). KW specifications upon request. .E Within 180 days of delivery to the selected contractors site, the a #2 units need to be completed and inspected (by City of Kent - Fleet and Water department representatives) prior to delivery at i 5821 240th St., Kent Wa, 98032 - City of Kent Operations Facility. Must check (Yes or No) on all description of items and whether 00 you can meet or not meet the requests on the construction CN document "Water Truck Aluminum Van Body" pages 1-10. Contractors will be based within the State of Washington and N construction of the Van Bodies will be within the State of w Washington. y Must provide at least #4 examples (pictures and references - N contact names and phone numbers) from previous like type or equivalent van bodies constructed and installed on cab chassis CY for customers in the state of Washington. Must provide a written notification at approx. 50% completion for the City of Kent representatives an opportunity to visit and m inspect the construction at mid point. Must provide full warranty information on the constructed van bodies and installation of units on chassis. Provide any additional warranty information on ancillary equipment added to the unit. a Full Payment of invoices is net 20 days from delivery date. Each new Van body will have individual invoices. Packet Pg. 52 4.A.2.b The Van Body quotation presented to the City of Kent will encompass all costs of the parts, labor, construction, installation on chassis, delivery and tax on individual Van Body invoices. N Must complete all required information in this quotation as 0 requested and must meet all insurance requirements. a 1-03.1 Consideration of Bids The City reserves the right to include or omit any or all schedules of the °m Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules selected by the City. y E c E a LL r L d R 0 00 N M d R E N W 06 d N C O Q N d LL C •L H N m r C d E t V R r-. r Q Packet Pg. 53 4.A.2.b EXHIBIT A N �L O r a 2 �0 W V ,^ E E a Y V 7 LL r L d 0 00 N M N fC E a+ N W 06 N N C O Q N d CY LL C O ALL r N m r C d t V R r a Packet Pg. 54 4.A.2.b s KETIT W„0-1..1 GOODS & SERVICES AGREEMENT between the City of Kent and N [Insert Vendor's Co. Dame] 0 Z THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation a (hereinafter the "City''), and [Insert Vendor's Company Name] organized under the laws of the State of [Insert State Co. Formed Under], located and doing business at [Insert Vendor's Address, Phone Number, c and Contact Person] (hereinafter the "Vendor"). m d AGREEMENT m U) I. DESCRIPTION OF WORK. E The Vendor shall provide the following goods and materials and/or perform the following services E for the City: a Y V [Insert Detailed Description of goods, materials, and/or services Vendor will be providing. Please be as detailed as possible. You may also refer to an Exhibit so long as it is clearly m identified by title and date.] 0 00 N M N fC E The Vendor acknowledges and understands that it is not the City's exclusive provider of these w goods, materials, or services and that the City maintains its unqualified right to obtain these goods, W materials, and services through other sources. y c II. TIME OF COMPLETION. Upon the effective date of this Agreement, the Vendor shall °Q complete the work and provide all goods, materials, and services [Enter either "within" or "by" depending a on deadline in next form field] [Insert either a date specific or enter # of days, weeks, months, years, W etc.]. U- III. COMPENSATION. The City shall pay the Vendor an amount not to exceed [Insert maximum dollar amount to be paid for services. You may type out the dollar amount and place the > numerical dollar amount in parentheses or you may just enter the numerical dollar amount], including applicable Washington State Sales Tax, for the goods, materials, and services contemplated in this m Agreement. The City shall pay the Vendor the following amounts according to the following schedule: r c m E r a GOODS &SERVICES AGREEMENT- 1 (Over$20,000, including WSST) Packet Pg. 55 4.A.2.b [Insert Detailed Description of how Vendor is to be Paid for its Goods and Services] m N •L Card Payment PLgc ram. The Vendor may elect to participate in automated credit card payments r provided for by the City and its financial institution. This Program is provided as an alternative to payment a by check and is available for the convenience of the Vendor. If the Vendor voluntarily participates in this Program, the Vendor will be solely responsible for any fees imposed by financial institutions or credit card a companies. The Vendor shall not charge those fees back to the City. c m If the City objects to all or any portion of an invoice, it shall notify the Vendor and reserves the option to only pay that portion of the invoice not in dispute. In that event, the parties will immediately make every effort to settle the disputed portion. in A. Defective or Unauthorized Work. The City reserves its right to withhold payment from the Vendor for any defective or unauthorized goods, materials or services. If the Vendor is unable, for any reason, to complete any part of this Agreement, the City may obtain the goods, materials or services from other sources, and the Vendor shall be liable to the City a for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, Incurred by the City beyond the maximum Agreement price specified above. The City further reserves its right to deduct these additional costs incurred to complete this Agreement with other sources, from any and all amounts due or to become due the Vendor. B. Final ment: Waiver gf Claims. VENDOR'S ACCEPTANCE OF FINAL PAYMENT SHALL N CONSTITUTE A WAIVER OF CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY VENDOR AS UNSETTLED AT THE TIME REQUEST FOR FINAL PAYMENT , IS MADE. f° E IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- w Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in 06 accordance with Ch. 51.08 RCW, the parties make the following representations: y c A. The Vendor has the ability to control and direct the performance and details of its N work, the City being interested only in the results obtained under this Agreement. B. The Vendor maintains and pays for its own place of business from which the Vendor's U- services under this Agreement will be performed. C. The Vendor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City N retained the Vendor's services, or the Vendor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Vendor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service Q and the state Department of Revenue. E. The Vendor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by the Vendor's GOODS &SERVICES AGREEMENT - 2 (Over$20,000, including WSST) Packet Pg. 56 4.A.2.b business, and has obtained a Unified Business Identif€er (UBI) number from the State of Washington. F. The Vendor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. Either party may terminate this Agreement, with or without cause, upon providing the other party thirty (30) days written notice at its address set forth on the signature block of this Agreement. N L O VI. CHANGES. The City may issue a written amendment for any change in the goods, materials r or services to be provided during the performance of this Agreement. If the Vendor determines, for any a reason, that an amendment is necessary, the Vendor must submit a written amendment request to the person listed in the notice provision section of this Agreement, Section XV(D), within fourteen (14) a calendar days of the date the Vendor knew or should have known of the facts and events giving rise to the 'S requested change. If the City determines that the change increases or decreases the Vendor's costs or m time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Vendor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Vendor shall proceed with the amended work upon receiving either a written amendment from the City or an oral order E from the City before actually receiving the written amendment. If the Vendor fails to require an amendment within the time allowed, the Vendor waives its right to make any claim or submit subsequent amendment requests for that portion of the contract work. If the Vendor disagrees with the equitable adjustment, the Vendor must complete the amended work; however, the Vendor may elect to protest the a adjustment as provided in subsections A through E of Section VIII, Claims, below. 3 L The Vendor accepts all requirements of an amendment by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. An amendment that is accepted by the Vendor as provided In this section shall constitute full payment and final settlement of all claims for contract time and for direct, Indirect and consequential costs, including costs of delays related to any e work, either covered or affected by the change. N M VII. FORCE MA7EURE. Neither party shall be liable to the other for breach due to delay or 4, failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, � flood, or other natural disaster or acts of government ("force majeure event"). Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed party. Both W parties represent to the other that at the time of signing this Agreement, they are able to perform as 06 required and their performance will not be prevented, hindered, or delayed by the current COVID-19 y pandemic, any existing state or national declarations of emergency, or any current social distancing o restrictions or personal protective equipment requirements that may be required under federal, state, or N local law in response to the current pandemic. If any future performance is prevented or delayed by a force majeure event, the party whose U- performance is prevented or delayed shall promptly notify the other party of the existence and nature of the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be effective only to the extent and duration of the force majeure event causing the prevention or delay in performance and, provided, that the party prevented or delayed has not caused such event to occur and N continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. m Notwithstanding other provisions of this section, the Vendor shall not be entitled to, and the City E shall not be liable for, the payment of any part of the contract price during a force majeure event, or any costs, losses, expenses, damages, or delay costs incurred by the Vendor due to a force majeure event. Q Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Vendor to restart any work or performance that may have ceased, to change the work, or to take other action to secure the work or the GOODS &SERVICES AGREEMENT - 3 (Over$20,000, including WSST) Packet Pg. 57 4.A.2.b project site during the force majeure event. The cost to restart, change, or secure the work or project site arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Vendor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Vendor. VIII. CLAIMS. If the Vendor disagrees with anything required by an amendment, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Vendor may file a claim as provided in this section. The Vendor shall give N written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events `o giving rise to the claims, or within fourteen (14) calendar days of the date the Vendor knew or should 3 have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for a damages, additional payment for any reason, or extension of time, whether under this Agreement or N otherwise, shall be conclusively deemed to have been waived by the Vendor unless a timely written claim T is made in strict accordance with the applicable provisions of this Agreement. m At a minimum, a Vendor's written claim shall include the information set forth in subsections A, a) items 1 through 5 below. U) FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN E THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED E BY THAT DELAY. 3 Q Y A. Notice_ of Claim. Provide a signed written notice of claim that provides the following information: t= `m 1. The date of the Vendor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; o 4. The estimated dollar cost, if any, of the claimed work and how that estimate N was determined; and 5. An analysis of the progress schedule showing the schedule change or ? disruption if the Vendor is asserting a schedule change or disruption. f° E B. Records. The Vendor shall keep complete records of extra costs and time incurred as a w result of the asserted events giving rise to the claim. The City shall have access to any of 06 the Vendor's records needed for evaluating the protest. 0 The City will evaluate all claims, provided the procedures in this section are followed. If the ,CL City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. CY U_ w C. Vendor's Duty to Complete Protested Work. In spite of any claim, the Vendor shall proceed c promptly to provide the goods, materials and services required by the City under this > Agreement. t= N D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Vendor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Vendor completely waives any claims for protested work and accepts from the r City any written or oral order (including directions, instructions, interpretations, and Q determination). IX. LIMITATION OF ACTIONS. VENDOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE GOODS &SERVICES AGREEMENT - 4 (Over$20,000, including WSST) Packet Pg. 58 4.A.2.b CONTRACT WORK IS COMPLETE OR VENDOR'S ABILITY TO FILE THAT SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. The Vendor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. In addition to any other warranty provided for at law or herein, this Agreement is additionally subject to all warranty provisions established under the Uniform Commercial Code, Title 62A, Revised Code of Washington. The Vendor warrants goods are merchantable, are fit for the particular purpose for which they were obtained, and will perform in accordance with their specifications and the Vendor's representations to City. The N Vendor shall promptly correct all defects in workmanship and materials: (1) when the Vendor knows or o should have known of the defect, or (2) upon the Vendor's receipt of notification from the City of the 3 existence or discovery of the defect. In the event any part of the goods are repaired, only original a replacement parts shall be used--rebuilt or used parts will not be acceptable. When defects are corrected, N the warranty for that portion of the work shall extend for an additional year beyond the original warranty a) period applicable to the overall work. The Vendor shall begin to correct any defects within seven (7) c calendar days of its receipt of notice from the City of the defect. If the Vendor does not accomplish the m corrections within a reasonable time as determined by the City, the City may complete the corrections and c, the Vendor shall pay all costs incurred by the City in order to accomplish the correction. co XI. DISCRIMINATION. In the hiring of employees for the performance of work under this E Agreement or any sub-contract, the Vendor, its sub-contractors, or any person acting on behalf of the Vendor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who 2 is qualified and available to perform the work to which the employment relates. Y The Vendor shall execute the attached City of Kent Equal Employment Opportunity Policy � Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XII. INDEMNIFICATION. The Vendor shall defend, indemnify and hold the City, its officers, c officials, employees, agents and volunteers harmless from any and all claims, Injuries, damages, losses or N suits, including all legal costs and attorney fees, arising out of or in connection with the Vendor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's ar negligence. E The City's inspection or acceptance of any of the Vendor's work when completed shall not be w grounds to avoid any of these covenants of indemnification. 06 as N IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION o PROVIDED HEREIN CONSTITUTES THE VENDOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL_ ,0. INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. CI U_ In the event the Vendor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having j jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Vendor's part, then the Vendor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Vendor's part. r c m The provisions of this section shall survive the expiration or termination of this Agreement. E XIII. INSURANCE. The Vendor shall procure and maintain for the duration of the Agreement, Q insurance of the types and in the amounts described in Exhibit [Insert Exhibit #] attached and incorporated by this reference. XIV. WORK PERFORMED AT VENDOR'S RISK. The Vendor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the GOODS & SERVICES AGREEMENT- 5 (Over$20,000, including WSST) Packet Pg. 59 4.A.2.b performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at the Vendor's own risk, and the Vendor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XV. MISCELLANEOUS PROVISIONS. A. Recvclabie Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. N L 0 B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the E covenants and agreements contained in this Agreement, or to exercise any option conferred by this a Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those N covenants, agreements or options, and the same shall be and remain in full force and effect. 0 C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and 00 construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules cn and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in E writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or ' award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City Y right to indemnification under Section XII of this Agreement. LL r D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written c notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this 00 Agreement or such other address as may be hereafter specified in writing. M E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, E the terms of this Agreement shall continue in full force and effect and no further assignment shall be N made without additional written consent. W 06 F. Modification. No waiver, alteration, or modification of any of the provisions of this c Agreement shall be binding unless in writing and signed by a duly authorized representative of the City 0 CL and the Vendor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any CI Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part c of or altering in any manner this Agreement. All of the above documents are hereby made a part of this j Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. m v H. Com0lance with Laws. The Vendor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the Vendor's E business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of E the performance of those operations. r I. Public Records Act. The Vendor acknowledges that the City is a public agency subject to the Q Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Vendor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the GOODS &SERVICES AGREEMENT- 6 (Over$20,000, including WSST) Packet Pg. 60 4.A.2.b City of Kent. As such, the Vendor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Re wired. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. K. Counter rts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute N this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page 0 to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. a IN WITNESS, the parties below execute this Agreement, which shall become effective on a the last date entered below. All acts consistent with the authority of this Agreement and prior c to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed m d to have applied. VENDOR: CITY OF KENT: ui E c By:____ By. — E Print Name: Print Name: Dana Ralp Y Its _ - _ _ Its Mayor t= L d DATE: DATE:_._ - NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: M VENDOR: CITY OF KENT: E [Insert Contact Name] [Insert Name of City Rep. to Receive Notice] [Insert Company Name] City of Kent W [Insert Address] 220 Fourth Avenue South 06 [Address - Continued] Kent, WA 98032 0 [Insert Telephone Number] (telephone) (253) [Insert Phone Number] (telephone) m [Insert Fax Number] (facsimile) (253) [Insert Fax Number] (facsimile) W CI APPROVED AS TO FORM: c 0 ALL _ - L Kent Law Department m v ATTEST: m E t r, 0 Kent City Clerk Q [In this field,you may enter the electronic filepath where the contract has been saved] GOODS &SERVICES AGREEMENT - 7 (Over$20,000, including WSST) Packet Pg. 61 4.A.2.b DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this 3 Agreement shall comply with the regulations of the City's equal employment opportunity c policies. Z a The following questions specifically identify the requirements the City deems necessary for any N contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative T response is required on all of the following questions for this Agreement to be valid and binding. m If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole •2 determination regarding suspension or termination for all or part of the Agreement; E The questions are as follows: ' c E 1. I have read the attached City of Kent administrative policy number 1.2. a Y 2. During the time of this Agreement I will not discriminate in employment on the basis of ; sex, race, color, national origin, age, or the presence of all sensory, mental or physical L disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity o employer. a� 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. w 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the 6 Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. a a� By signing below, I agree to fulfill the five requirements referenced above. W cY U- W c By: > ALL r For: CrL%-vrsrj —cyz""c S,,s `t cv m Title: „ 'S4��5 E Date: M 100Z r a EEO COMPLIANCE DOCUMENTS - 1 of 3 Packet Pg. 62 4.A.2.b CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 as N 'C O .rt SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 a CONTRACTORS APPROVED BY Jim White, Mayor 2 POLICY: m° as Equal employment opportunity requirements for the City of Kent will conform to federal and '2 state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee cn equal employment opportunity within their organization and, if holding Agreements with the City E amounting to $10,000 or more within any given year, must take the following affirmative steps: E 1. Provide a written statement to all new employees and subcontractors indicating .2 commitment as an equal opportunity employer. L 2. Actively consider for promotion and advancement available minorities and women. L d Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract 0 and subject to suspension or termination for all or part of the Agreement. N M Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public ; Works Departments to assume the following duties for their respective departments. E 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these06 w regulations are familiar with the regulations and the City's equal employment opportunity policy. O a 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. U- c 'L N m r C d E t V R r Q EEO COMPLIANCE DOCUMENTS - 2 of 3 Packet Pg. 63 4.A.2.b CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. N L O r I, the undersigned, a duly represented agent of a Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on m the (date), between the firm I represent and the City of Kent. E c I declare that I complied fully with all of the requirements and obligations as outlined in the City E of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Y Policy that was part of the before-mentioned Agreement. �y L yy' 0 By: 1' CN 00 For: E Title: w Ca Date: C O Q N d CY LL C O ALL r N m r C d E t V R r a EEO COMPLIANCE DOCUMENTS - 3 of 3 Packet Pg. 64 4.A.2.b EXHIBIT B N 'C O t 7 a O m a� m E c Q LL r L d R 0 00 N M d R E N W 06 d N C O Q N d LL C 'L H N Co r C d E t V R r Q Packet Pg. 65 4.A.2.b EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance L O The Contractor shall procure and maintain for the duration of the Agreement, 3 insurance against claims for injuries to persons or damage to property which a may arise from or in connection with the performance of the work hereunder N by the Contractor, their agents, representatives, employees or subcontractors. G m as A. Minimum scope of Insurance a� Contractor shall obtain insurance of the types described below: U) E 1. Commercial General Liability insurance shall be written on ISO c occurrence form CG 00 01 and shall cover liability arising from E premises, operations, independent contractors, products-completed a operations, personal injury and advertising injury, and liability assumed under an insured contract. The City shall be named as an ; insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 it 85 or a substitute endorsement providing equivalent coverage. 0 2. Workers' Compensation coverage as required by the Industrial M Insurance laws of the State of Washington. �- a� B. Minimum Amounts of Insurance E Contractor shall maintain the following insurance limits: W as 1. Commercial General Liability insurance shall be written with limits no less than $2,000,000 each occurrence, $2,000,000 general Q aggregate and a $2,000,000 products-completed operations aggregate limit. cY W C. Other Insurance Provisions c The insurance policies are to contain, or be endorsed to contain, the following > provisions for Automobile Liability and Commercial General Liability insurance: m 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. r a Packet Pg. 66 4.A.2.b EXHIBIT B (Continued) 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has N been given to the City. o 3. The City of Kent shall be named as an additional insured on all policies a (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of c Insurance. The City reserves the right to receive a certified copy of m all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each Insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's CO liability. D. Acceptability of Insurers a Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. i L E. Verification of Coverage °' Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the 00 CN additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors E U) Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. y All coverages for subcontractors shall be subject to all of the same insurance o requirements as stated herein for the Contractor. U) as cY U- c ALL r N m r C d E t V R r a Packet Pg. 67 4.A.2.b TriVan Truck Body 1385 West Smith Road Ferndale,WA 98248 Date Estimate# Ph (360)380-0773 www.trivan.com 8/23/2022 9647 Fax (360)312-1398 N _ L City of Kent City of Kent t 220 4th Avenue S. 5821 South 240th Street Kent,WA 98032 Kent,WA 98032 Q U) a� 0 m d V m f - - E Due on receipt 5/6/2021 I Ferndale WA r_ E Q QUOTATION Quantity: 1 custom body, not including chassis As shown in TriVan drawings dated April 15,2021 3 Build time is approx 9 months after receipt of customer-chassis. H L 14"6"L(OD)TriVan Aluminum Van Body for customer-supplied cab-chassis. CHASSIS INFO 'CUSTOMER SUPPLIED CHASSIS: ?� 2023 Kenworth T-380 Cab Chassis,diesel engine,dual rear wheels, 108"cab-axle.Center rear fuel tank.Cab is c supplied painted Kenworth factory white.Chassis to be drop shipped to TriVan Truck Body by Kenworth dealership. N Cost of chassis is not included in this quotation.TriVan will drive-deliver completed truck to City of Kent Public Works. y DIMENSIONS DIMENSIONS: E Length: 14'6"outside length per drawings N Width:96 inches outside W Height:7'inside. 06 a� SUBFRAME 2x2 SUBFRAME: c ' Constructed of steel cross-members 16"on center with longsills to suit chassis.Low floor design with wheel-well 0 1 configuration.Subframe design includes reinforcement for various through floor exterior compartments. m {POSSUM BOX POSSUM COMPARTMENT: CY CY Supply&install(1)under-body possum compartment with pull out work surface, 8'long with access door at rear. U_ Pull out work surface to have at least 5'of useable work surface when pulled out, but 8'of storage length below the work surface(for valve&meter keys below). Includes a single rear,bottom hinged access door with single latch. Not lockable. >_ ALL r HITCH CLASS V HITCH RECEIVER cv Supply&install Class V hitch braced to chassis frame c/w D-rings for safety-chains attachment. Includes(1) 7-blade flat RV style trailer plug(mentioned later)installed outboard of the trailer hitch D-rings.Hitch is installed r with Grade 8 hardware. BUMPER STEP BUMPER&FOLD OUT: t Full width grip strut step bumper with a center 30"hinged fold out step installed. 0 r a Subtotal Sales Tax(0.0%) Total Page 1 Packet Pg. 68 4.A.2.b TriVan Truck Body 1385 West Smith Road Ferndale,WA 98248 Date t Ph (360)380-0773 www.trivan.com 8/23/2022 9647 Fax (360)312-1398 - m Name .. - 7KentWA N - �L 0 City of Kent nt 220 4th Avenue S. h 240th Street Kent,WA 98032 98032 Q U) a� 0 m d �~• �. fn E Due on receipt 5/6/2021 Ferndale WA 0 c E Description0 IL Q WALLS WALLS: Y Body walls constructed of TriVan's aluminum interlocking Snap Lock wall panels,with full skirting and 24"length i over-cab extension. (— Wall skin thickness is.100"with 1"vertical integral support posts formed every 12"on center. c� SKIRTING SKIRTING: Skirted flush to bottom of Gab,including rounded wheel cutouts and rubber fenderettes. Includes fuel filler as necessary on the wheel well skirt panel. 00 N KICKOVER KICKOVER: 24"square over-cab extension over cab, insulated and lined to match body interior. Includes 10ga steel °r reinforcement as necessary,and a 3"tall aluminum retention lip,full width, installed. ROOF.040 I ROOF n 1-piece.040"aluminum skin roof with extruded perimeter roof edge and crowned aluminum extruded roof bows. w 06 STEPWELL(2) STEPWELL SIDE DOOR: N Supply&install 30x84 curbside stepwell side door c/w(2)recessed inside steps,aluminum diamondplate.Door Is o insulated&skinned in aluminum to match rest of body interior.Door handle is a Bauer BP-12 commercial grade a paddle handle with integral deadbolt&handle.Cast hold back.Box-form construction. m 'Door is to be—13"off the ground(as done on Clackamas County Sheriff). W Cl FLOORING FLOORINGLL 1/8"Aluminum diamondplate over 3/4"plywood subfloor with welded 10"scuffliner.Overlaid with black durabed. c OTHER ' D-RING TIE-DOWNS: (4)heavy-duty 5,0001b rated D-ring recessed tie-downs installed in floor of rear cargo area. H i N DOORS NARROW SWING REAR BARN DOORS: At rear of body,including double-freezer handle on RHS door,camlock on LHS door and(4)12x18 windows(no screens required).Doors are insulated and lined to match interior.Each door includes a cast aluminum door m holdback. Box form construction. E t r a Subtotal Sales Tax(0.0%) Total Page 2 Packet Pg. 69 4.A.2.b TriVan Truck Body 1385 West Smith Road Ferndale,WA 98248 Date Ph (360)380-0773 mm.trivan.crnn 8/23/2022 9647 Fax (360)312-1398 N 'L City of Kent City of Kent t 220 4th Avenue S. 5821 South 240th Street Kent,WA 98032 Kent,WA 98032 Q U) a� 0 m d rn _ _ f E Due on receipt 5/6/2021 [ I Ferndale WA E 0 WINDOWS WINDOWS PACKAGE: �c (5) 12W x 18H fixed light tint windows:4 in the rear doors, 1 in the side door (2)30W x 18H light tint slider windows with bug screens: 1 on driver side, 1 on passenger side. H L INSULATION URETHANE SPRAY INSULATION: 2"foam insulation in walls,ceiling&under floor,including side entry door. f° LINING LINING: c Complete interior(walls&ceiling)lined in textured Kemlite over 3/8"plywood. Inside faces of rear doors to be lined I N in smooth aluminum.Solid front wall.No pass-through opening into truck cab. a� LINING TRIMOUT: a Aluminum trim out as necessary at all wall/ceiling joints and around doors(TriVan standard). E 41 U) GRABHANDLE... GRAB HANDLES: W Stainless steel threshold plate installed on rear. 06 Chrome grab handle installed at side entry(passenger side)stepwell door.And grab handles installed at rear entry N door(if necesary). 0 a EXTERIOR CO... EXTERIOR COMPARTMENTS: N 1/8"aluminum exterior compartments with TriVan Box Construction doors..All vertical compartment doors to have a spring-loaded door holder.Vertical compartments are to be"thru-the-floor"style, extending from bottom of skirt, CY CY up through the floor.Handles to be TriMark automotive style paddle handles with piano hinge.All locks to be keyed LL alike. All shelves includes perimeter lips,rubber matts.Adjustable shelves are infinitely adjustable on Unistrut.All compartments are sweep out floors. DSV1 -GENERATOR COMPARTMENT: H 66"H x 36"W clear door opening. N Forward DS compartment is designed to suit a CumminsQD diesel generator. Includes louver vented double-doors, m and sound attenuation. Includes shelf with accommodation for(2)house batteries r c DSV2-JUMPING JACK COMPARTMENT: 66"H x 34"W clear door opening. E t 2nd from front DS compartment with single door,slide out drawer, bungee strap and D-rings to secure the tool. r a Subtotal Sales Tax (0.0%) Total Page 3 Packet Pg. 70 4.A.2.b TriVan Truck Body 1385 West Smith Road Ferndale,WA 98248 .„ - Estimate# Ph (360)380-0773 www.trivan.com 8/23/2022 9647 Fax (360)312-1398 AddrIss N L 0 City of Kent City of Kent 220 4th Avenue S. 5821 South 240th Street Q Kent,WA 98032 Kent,WA 98032 U) a� 0 m m V s' P.O. rn f:L— Due on receipt 5/6/2021 Ferndale WA j E I 0 1111 ! c DS3H-HORIZONTAL COMPARTMENT ABOVE REAR AXLE, 32"H x 37"W with double swing out style door and(1)adj.shelf L H DSV4-COMPRESSOR COMPARTMENT: L 66"H x 32"W per drawings,with double doors,ventilated with 3 adjustable aluminum shelves REAR POSSUM COMPARTMENT:located under body at rear(described earlier) ?� 0 PASSENGER SIDE COMPARTMENTS: M PSV1 -TOOL CHEST COMPARTMENT, n 66"H x 36"W clear door opening per drawings,with double-doors,2 upper adjustable shelves, 1 fixed lower shelf. 0 Located passenger side,just behind the stepwell side door. a This compartment will house the American Eagle tool chest drawer unit. E U) PSH2 -HORIZONTAL COMPARTMENT:same dimensions as driver side W With (3)slide out drawers,each with 2501b capacity ball bearing slider hardware and 2"H drawer height 06 PSV3 REAR VERTICAL COMPARTMENT: N c 33"W x 66"H clear door opening. No shelves.This compartment will house(1)cord reel and(1)hose reel and a a customer-added(2)CO2 tanks, m fY Cl u_ fY c N m r C d I � V a+ a Subtotal Sales Tax(0.0%) Total Page 4 -- - Packet Pg. 71 4.A.2.b TdVan Truck Body 1385 West Smith Road Ferndale,WA 98248 Ph (360)380-0773 www.trivan.com 8/23/2022 9647 Fax (360)312-1398 Name m Addrelsw. 7KentWA N 'L City of Kent t 220 4th Avenue S. 240th Street Kent,WA 98032 80327 Q in a� 0 m m m rn E Due on receipt 5/6/2021 I Ferndale WA E 0 Y OTHER CHOCK POCKETS: Side of body includes a pocket(triangular shaped) 1 per side of body in wheel-well skirt area to house Kent's future 3 H chocks. L m OTHER AMERICAN EAGLE TOOL CHEST: c° Supply&install(1)American Eagle tool chest in the forward passenger side vertical compartment: ?� —Installed on bottom of each compartment. Final model and dimensions to be finalized. o —Model AE74401 (each tool chest has a standard Top Shelf,2.5"High Riser,Three 3"Tall Drawers, Four 5"Tall N Drawers and One 7"Tall Drawer. It Measures 41"High X 26"Wide X 16.75"Deep) —Installation by TriVan includes securing to compartment floor and installing a fixed shelf above. 0 CABINETRY A... INTERIOR CABINETRY,SHELVES,WORKBENCHES: E in BENCHTOP COUNTERS: W Approx V length workbench along driver side interior,very front: 1-1/8"hardwood bench top atop protruding od exterior compartments(41"tall work surface) a) Approx 6'4 length workbench along pass.side Interior,to rear of the side entry door,same construction as driver side.Bench includes a Wilton fixed vice installed. 0 a rn FORMED ALUMINUM OVERHEAD SHELVES Located above each workbench,provide an open wall-mounted aluminum upper shelf,with retention lip.Approx CY Cl 15"down from ceiling x 12"deep. Unpainted. LL Note that the microwave will fit above on this overhead shelf on the Passenger Side,with a protective bulkhead. c ADJUSTABLE SHELVING UNITS(QTY:3) ,>_ Supply&install(3)banks of Unistrut infinitely adjustable aluminum storage shelves,each laser cut with perimeter lips. m ELECTRICAL CABINET: v 1/8"aluminum electrical cabinet near driver side interior,forward of the double-door closet,to house the Service Panel. E E t r a Subtotal Sales Tax(0.0%) Total Page 5 Packet Pg. 72 4.A.2.b Tr!Van Truck Body 1385 West Smith Road Ferndale,WA 98248 Ph (360)380-0773 www.trivan.com 8/23/2022 9647 Fax (360)312-1398 Name Address — . . N L City of Kent City of Kent t 220 4th Avenue S. 5821 South 240th Street Q Kent,WA 98032 Kent,WA 98032 U) a� 0 m d - - - - 2 rn• • -- -99 — E Due on receipt 5/6/2021 Ferndale WA E Item Description 0 VISE-FIXED VISES:WORKBENCH: Supply&install(1)Wilton 5"vise,fixed-mounted,bolted down onto interior of body on Passenger Side workbench. Supply&install(1)Ridgid BC-210 chain vise,fixed mounted,bolted down on rear bumper,extreme right-hand-side,as on Kent's current trucks. 12V ELECTRI... 12V ELECTRICAL:CLEARANCE LIGHTS: LED bullet clearance&marker lights ?� 0 12V ELECTRICAL:SIGNAL LIGHTS: N LED stop/tail/turns:2 pairs of oblong reds Reverse Lights: 1 pair of oblong whites. 0 Lights are installed vertically on lower body,above floor height. LED licence plate light:located below floor height, left-side. E Reflectors:stick-on type as required. N Conspicuity tape is installed to meet FMVSS(including across rear bumper) W 06 TRAILER PLUG 12V ELECTRICAL:TRAILER PLUG: Supply&install 7 way round trailer plug, installed between hitch receiver and left trailer chain attachment eye. c 0 a SWITCH CON... 12V ELECTRICAL:LIGHT SWITCH CONSOLE,CAB: N Supply&install TriVan fabricated(or purchased)6-switch cab control panel for all exterior 12V lights. W Cl BATTERIES 12V ELECTRICAL:AUXILIARY BATTERIES: U_ Supply&install(2)auxiliary deep cycle batteries(in generator compartment),sized appropriately to suit the Inverter(mentioned in next section),and to power all 12V body lighting functions.To recharge through truck engine running or through a battery charger(whenever genset is running or whenever truck is plugged into shore power) > These batteries are installed on a pull out HD slide out tray for servicing as necessary. N m r C d E t V R r a Subtotal Sales Tax (0.0%) Total Page 6 Packet Pg. 73 4.A.2.b TdVan Truck Body 1385 West Smith Road Ferndale,WA 98248 Ph (360)380-0773 www.trivan.com 8/23/2022 9647 Fax (360)312-1398 N L 0 City of Kent City of Kent r 220 4th Avenue S. 5821 South 240th Street Q Kent,WA 98032 Kent,WA 98032 U) a� 0 m d V_ - m U) T— E Due on receipt 5/6/2021 Ferndale WA 0 I 11 E � 0 — Q MWL-07SP .12V ELECTRICAL:LED EXTERIOR SCENE/WORK LIGHTS: Y Supply&install(4)Maxxima MWL-35 1500 lumen rectangular surface-mounted scene lights:2 on upper driver wall,2 on upper passenger side wall:These are to be switched on two separate switches on the cab switch console(labeled work lights left side,work lights right side) L m Supply&install(2)Maxxima MWL58 3000 lumen rectangular surface-mounted work lights at rear of body,top f° corners,shining down at rear of body.These are to be switched on one switch on the cab console. ?� 0 MWL-57SP 12V ELECTRICAL: LED REAR SCENE/WORK LIGHTS: M Supply&install(2)Maxxima MWL-57SP lights at the rear of the truck, 1 on the left side, 1 on the right side. Located under the amber Maxxima flashers.Switched seperately from the MWL-35 scene lights(line item above y this). E 41 BACKUP CAM... 12V ELECTRICAL:BACKUP CAMERA SYSTEM: n Supply&install(1)backup camera at exterior rear of body,top,including an in-cab LCD color screen. w 06 12V ELECTRI... 12V ELECTRICAL: CEILING LIGHTS: (8)Maxxima LED M84416 interior rectangular surface-mounted cargo lights on ceiling,evenly spaced,switched at o rear door, RHS upon entry(1 of the 8 lights to be in the over-cab storage). a U) m 12V ELECTRICAL:ADDITIONAL WORKBENCH LIGHT: W Plus(2)additional Maxxima strip lights(M84425)with dedicated switch at workbench.Light located on underside of CY overhead shelf illuminating work bench area,on both sides. u_ c SKYLIGHT 2X2 SKYLIGHTS: Supply&install(2)Lexan 24"x24"clear ceiling skylight including interior finishing trim work. ALL r OTHER 12V ELECTRICAL:AMBER FLASHERS: N Supply&install(10)Whelen LINZ6 amber LED warning strobes: (4)installed on rear wall of body,as shown in drawings, (2)on driver side wall, (2)on pass.side wall,(2)on front upper wall of body. None installed in Kenworth grill. All lights to be switched on ONE single TriVan-added(not upfitter switch in cab)with bright red indicator light visible E to driver,labeled FLASHERS,wired HOT. r a Subtotal Sales Tax (0.0%) Total Page 7 Packet Pg. 74 4.A.2.b TriVan Truck Body 1385 West Smith Road Ferndale,WA 98248 Ph (360)380-0773 www.trivan.com 8/23/2022 9647 Fax (360)312-1398 f N L - 0 City of Kent City of Kent t 220 4th Avenue S. 5821 South 240th Street Kent,WA 98032 Kent,WA 98032 Q U) a� 0 m d 2 Werms Due Date Re ccotTi Cl) Plo- E Due on receipt 5/6/20217� Ferndale WA 0 c E Descripvt — OTHER 12V ELECTRICAL:AMBER MINI LIGHTBARS: Y On roof of body, supply&install(4)Federal Signal Highlighter amber mini lightbars, Model#454101 HL-02: 1 per i each corner of the roof,4 total.All switched on the same switch,but separate from the above mentioned LINZ6 flashers. L Note that the two rear mini lightbars are to be installed on elevator pedestals so they can sit taller than the rear awning and be clearly visible to cars approaching the truck from the rear. ?� 12V ELECTRI... 12V ELECTRICAL:TRAFFIC DIRECTOR STICK: Supply&install(1)36"L Maxxima LED traffic director lightbar installed with cab controls.Installed above rear M doors,switched in the cab.Model M20400Y. -- a� AWNING 12V ELECTRICAL:POWER AWNINGS(CITY 2): At rear of body,supply&install a 12V power awning(approx 7'width x 4-5'extension length)at rear of body,over E rear doors. N On upper passenger side exterior of body,supply&install a 12V power awning(approx 10'width x 7'extension W length) °5 Both awnings feature auto-retract wind sensor features. N c 110V ELECTRI... 110V ELECTRICAL: a Blue Sea Combination 12V/120V service panel(or equivalent)installed in dedicated electrical cabinet,with back-lit N rocker switch style breakers.Includes(6)duplex interior outlets and(4)duplex EXTERIOR GFCI outlets. Cl 110V ELECTRICAL:SHORE POWER INLET: u_ Includes(1)30A male shore power inlet installed,weatherproof,on driver side exterior of body,as best c recommended by TriVan design team L 110V ELECTRICAL:TRANSFER SWITCH: H Auto transfer switch installed in inside generator exterior compartment.This auto selects between generator power m or shore power fed through the 30A inlet. r 110V ELECTRICAL:BATTERY CHARGER: Battery charger system for the(2)auxiliary batteries,whenever generator Is running,whenever shore power is E E plugged in,or whenever engine is running. r a Subtotal Sales Tax(0.0%) Total Page 8 Packet Pg. 75 4.A.2.b TriVan Truck Body 1385 West Smith Road Ferndale,WA 98248 Ph (360)380-0773 www.trivan.com 8/23/2022 9647] Fax (360)312-1398 N L — - 0 City of Kent City of Kent 220 4th Avenue S. 5821 South 240th Street Q Kent,WA 98032 Kent,WA 98032 U) a� 0 m d - V E Due on receipt 5/6/2021 1- Ferndale WA E 1 _ a GENERATOR 110V ELECTRICAL:CUMMINS QD GENERATOR: Y Supply&install(1)7.0 kW Cummins CID diesel,installed,fixed-mounted,in driver side vented compartment. i Installation includes tapping into truck fuel tank,exhaust elbow,exhaust adapter and wiring harness as necessary. � Installation also includes a remote start-stop switch panel inside the body interior with hour-meter. c� 110V ELECTRI... 110V ELECTRICAL:TELESCOPIC SCENE LIGHT FIXTURES: ?� Supply&install(2)extendable LED work lights, installed on either side of rear doors of body,each with its own dedicated outlet.These are fixed to the rear of the truck body,but are telescopic(can move up and down). 00 110V ELECTRI... 110V ELECTRICAL:MICROWAVE: Supply&install(1)microwave(with dedicated outlet)on upper shelf above work bench on passenger side. 0 Installation includes a protective crash-shield from sliding shelf contents and securement for travel safe application. E 41 ELECTRIC CO... REEL:SPRING RETRACTING ELECTRIC CORD REEL: n Supply&install(1)Reelcraft spring-retracting cord reel with 50'of 12/3 15A electric cord.There is a weatherproof W duplex outlet at the end of the 50'cord.Reel to be hardwired to the generator through the service panel. Location 06 of the reel TBD, but hopefully it can be shoe-horned into the rear PS vertical,up high within the compartment.(The N air hose reel, next section,will hopefully nest right beside it) 0 a HOSE REEL REEL: SPRING RETRACTING AIR HOSE REEL: 'a Supply&install(1)Reelcraft spring-retracting air hose reel with 50'of 3/8"ID hose(capped end)Reelcraft 5650 OLP-SE or equivalent. Final location of the reel TBD, but hopefully it can be shoe-horned into the rear PS vertical CY compartment, up high. u_ Both reels to dispene their hose straight out toward the exterior of the compartment. Hose reel to be plumbed to the future air compressor supplied/installed by the City of Kent. L OTHER AIR COMPRESSOR: H TriVan to provide sufficient room,ventilation and compartment space in the vertical rear driver side exterior N compartment to accommodate a VMAC PredatAire 60 hydraulic compressor unit.City of Kent will arrange to have it installed separately by a third-party contractor c m E t r a Subtotal Sales Tax(0.0%) Total Page 9 Packet Pg. 76 4.A.2.b TrlVan Truck Body 1385 West Smith Road Ferndale,WA 98248 .. - _Ji Ph (360)380-0773 www.trivan.com 8/23/2022 9647 Fax (360)312-1398 N _ L City of Kent City of Kent t 220 4th Avenue S. 5821 South 240th Street Q Kent,WA 98032 Kent,WA 98032 U) a� 0 m d - — - 2 Cl) r E Due on receipt 5/6/2021 Ferndale WA - -,�- - - - - - 11 E PAINT PAINT: Y Van body exterior(excluding roof)painted white to match Kenworth cab. Exterior compartment interiors left mill-finish aluminum. H Interior cabinetry painted light gray. L 'Body undercoated. UNDERCOATI... UNDERCOATING&MUDFLAPS: Underside of body to be fully undercoated,including bottom exterior undersides of all exterior bins. 00 1 pair of rubber mudflaps with anti-sail brackets installed. M FINISHING CONSPICUITY TAPE: Across full width of rear step bumper. ca E MOUNTING MOUNTING: 41 n Body to be mounted by TriVan on customer supplied Kenworth T-270(or T-380)chassis cab. w 06 FRAME SPACER STRIPS: Frame spacer strips are to be UHMW or synthetic material. o a DELIVERY LOGISTICS: U) Competed truck to be delivered by TriVan to the Clty of Kent upon completion.Weight slip shall be Included at time W of delivery. Cl u_ OTHER DELIVERY:-270 DAYS AFTER RECEIPT OF CHASSIS,OR-270 DAYS AFTER APPROVAL OF DRAWINGS. c ALL r N m r C d E t V R r a Sub Total for 2: $3991,054.00 Subtotal USD 199,527.00 Sales Tax 10.10/o: $40,304.45 Sales Tax(0.0%) - USD 0.00 Total: $439,358.45 Total USD 199,527.00 Page 10 Packet Pg. 77 4.A.3.a N -- l Ridge at Panthe�Lake y �c - o 0 f - Plateau at Panther Lake �, - � - z y r — -- Villa Real N v c 2(,3rj St SE 2L2W PI _o U �L SE F e,FI M y z - i 9 _ v Y � Y C4� Id SE ZOE Ih�It a 0 0 t m -•E 2191hPI S t SE 2111hc.} 0 e � � z U E 214thst a w r SE 21 ft SI n S i w � uh E � — t IZMidori Meadows - ye alSrnvl Exhibit 1 : Neighborhood Parking Restrictions Packet Pg. 78 --—---------------- - ------------------- 0 Cn F. CL 0 IT. 0 Z 04 0 .2 Cn CD Ix Cn CN -------------------- ---------- ----I ---- -------------- ------------ L---- -----------, Exhibit 2 - KPD and PSRFA Requested Parking Restrictions Packet Pg. 79