Full Text
Page 1 of 14 CITY OF DOUGLAS WYOMING Contract Documents & Specifications for a New Day Cab Tractor Douglas City Hall 101 N. 4th St. PO Box 1030 Douglas, WY 82633 Public Works Dept. 420 W. Grant Street PO Box 1030 Douglas, WY 82633 ---PAGE BREAK--- Page 2 of 14 City of Douglas Call for Bids (Equipment) Sealed bids for a New Specified 2025 Day Cab Tractor will be received in the office of the City Clerk until 2:00 p.m., July 31, 2024 and read immediately thereafter in the Council Chambers at City Hall, 101 N. 4th St., Douglas, WY. Approved specifications and contract documents may be obtained at the Public Works Dept., 420 W. Grant Street, or on the City of Douglas website at www.cityofdouglas.org under the “Bid Postings” tab. Mail submitted bids to the City Clerk, City of Douglas, P.O. Box 1030, Douglas, WY 82633, or deliver to the City Clerk at 101 N. 4th Street, Douglas, WY. The City of Douglas reserves the right to reject any and all bids, to waive informalities, and to accept the bid that serves the best interests of the City./s/, City Clerk Published: July 17, 2024 & July 24,2024 End of Section ---PAGE BREAK--- Page 3 of 14 CITY OF DOUGLAS BID INFORMATION Seal bids will be received until 2:00 p.m. on July 31, 2024, at the office of the City Clerk the same day in the Council Chambers of the City Hall Building at 101 North 4th Street, Douglas, Wyoming, for a New Specified 2025 Day Cab Tractor. Details and specifications may be obtained by contacting the City Clerk, 101 North 4th, Douglas Wyoming 82633; at the Public Works Department, 420 West Grant, Douglas Wyoming 82633-2153; or on the City of Douglas website at www.cityofdouglas.org under the “Bids” tab. Bids received after the specified hour will not be accepted. Demonstrative units will not be accepted or considered in the bid proposal. Details and specifications may be obtained by contacting the City Clerk, 101 North 4th, Douglas, Wyoming 82633 or the Public Works Department, 420 West Grant, Douglas, Wyoming 82633-2153. Bids received after the specified hour will not be accepted. Delivery will be accepted, F.O.B. Douglas, Wyoming. All complete bids must be F.O.B. the City of Douglas, Public Works Department, 420 West Grant, Douglas, Wyoming 82633-2153. Tax Exempt Certificate will be furnished by the City of Douglas. All bids must be clearly marked New 2025 Day Cab Tractor with the bidder’s name and the time and date of the opening on the outside of the envelope. A Bid Bond or Letter of Credit of 5% will be required at the time the bid is opened. The City of Douglas will allow a 5% preference to Wyoming residents. Bidders will supply a Certificate of Residency in compliance with the Wyoming Department of Labor and Statistics. No qualified individual with a disability shall, by reason of such disability, be excluded from participation in or be denied the benefits of the services, programs or activities of the City of Douglas, or be subjected to discrimination. Pursuant to the American’s with Disabilities Act, reasonable accommodation for persons with disabilities who wish to participate in these services, programs or activities shall be made upon request to City of Douglas, American Disability Act Coordinator at Douglas City Hall, 101 North 4th Street, Douglas, Wyoming 82633. The City of Douglas reserves the right to reject any or all bids, to waive informalities in any bid received and accept any bid which best serves the interest of the City of Douglas. The City of Douglas is letting bids for New Specified 2025 Day Cab Tractor. The specifications are for and the purpose and intent of this document is to specify the purchase of a New Specified 2025 Day Cab Tractor. Any model bid shall meet or exceed the prescribed requirements. It is unacceptable to add or change components and/or materials to a unit or lesser design capability, in order, to meet these requirements. The bidder shall indicate his compliance with a “Yes” or non-compliance with a “No” in each line item specification. Where submitted literature does not support the meeting of these specifications, the bidder shall outline fully on company letterhead stationery the variation from specification. Any unit ---PAGE BREAK--- Page 4 of 14 not conforming to the specifications will be rejected, and it will be the responsibility of the manufacturer to conform to the requirements, unless deviations have been cited by the bidder and acceptance based upon the exceptions. Total bid amount for new 2025 unit: $ Signature of company representative responsible for bid: You are required to deliver the above specified item/s, F.O.B. to Douglas, Wyoming on or before 08/15/2025 at which time your invoice should be submitted to the City of Douglas. Finance Department, P.O. Box 1030, Douglas, Wyoming 82633-1030 for payment, unless otherwise specified in the bid documents. End of Section ---PAGE BREAK--- Page 5 of 14 (Proposal must be filled out, signed and submitted with the bid document) PROPOSAL FOR FURNISHING NEW SPECIFIED 2025 DAY CAB TRACTOR FOR THE CITY OF DOUGLAS, WYOMING Proposal of (Name): (Address): to furnish equipment as specified to the City of Douglas, Wyoming, in accordance with specifications dated (insert date). BID ITEM: Description: 2025 Day Cab Make and Model: I. Price bid for (unit) as specified FOB a. Douglas, Wyoming $ II. Less trade-in allowance: III. Net Price: (City to pay only this amount) $ In addition to this proposal, the undersigned herewith submits complete information including specifications and descriptive literature to fully describe and illustrate the equipment and accessories offered. Bidder proposes to deliver equipment in accordance with the schedule above. A bid bond, certified, or cashier’s check made payable to the City of Douglas, Wyoming, in an amount of 5% of the total amount of this bid is enclosed. The undersigned certifies that he understands the specifications relating to said bid security and agrees to the conditions set forth in said specifications. Submitted by: Company Signature: Title: End of Section ---PAGE BREAK--- Page 6 of 14 BID BOND – EQUIPMENT KNOW ALL MEN BY THESE PRESENT, That we, the undersigned, as Principal, and as surety, are hereby held and firmly bound unto as OWNER in the penal sum of for payment of which, we and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. The condition of the above obligation is such that whereas the Principal has submitted to a certain BID, attached hereto and hereby made a part hereof to enter into a contract in writing for the NOW, THEREFORE, A. If said BID shall be rejected, or B. If said BID shall be accepted and the Principal shall execute and deliver a contract in the Form of Contract attached hereto (properly completed in accordance with said BID) and shall furnish a BOND for his faithful performance of said contract, and for the payment of all persons performing labor or furnishing materials in connection therewith and shall in all respects perform the agreement created by the acceptance of said BID. Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as herein stated. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its BOND shall in no way be impaired or affected by any said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the principal and the Surety have hereunto set their hands and seals, and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. Surety By: IMPORTANT: Surety companies executing BONDS must appear in the Treasury Department’s most current list (Circular 570 as amended) and be authorized to transact business in the State of Wyoming. End of Section ---PAGE BREAK--- Page 7 of 14 IF BIDDER IS: AN INDIVIDUAL By: doing business as: (Name) Address: Phone: A PARTNERSHIP By: (seal) (Firm Name) (General Partner) Business Address: Phone: A CORPORATION By: of (Corporation Name) (State of Incorporation) By: (Signature) (Title) ATTEST: (Corporate Seal) Business Address: Phone: A JOINT VENTURE By: Address: By: Address: By: Address: By: Address: (Each member of the joint venture must sign; attach additional sheet if necessary.) End of Section ---PAGE BREAK--- Page 8 of 14 NOTICE OF AWARD To: Equipment description: The owner has considered the bid submitted by you for the above described work in response to its advertisement for bids dated , 20 and information for bidders. You are hereby notified that your bid has been accepted for item/s in the amount of: Base Bid Option #1 - $ Description Option #2 - $ Description _ _ Option #3 - $ Description Option #4 - $ Description Total bid amount: $ You are required, as set forth in the bid specifications, to execute any documents within ten (10) days from the date of this notice. If you fail to execute said documents, owner will be entitled to consider all rights arising out of the owner’s acceptance of your bid as abandoned and as a forfeiture of your bid bond. The owner will be entitled to such other rights as may be granted by law. You are required to return an acknowledged copy of this Notice of Award to the owner. ACCEPTANCE OF NOTICE Receipt of the above Notice of Award is hereby acknowledged by: Owner Company Name Name Title Title Date Date End of Section ---PAGE BREAK--- Page 9 of 14 SPECIFICATIONS Specifications for One New 2025 Day Cab Tractor. These are the minimum specifications for this vehicle; you must meet or exceed these specifications. Mark “Yes” if item meets specifications; mark “No” if not. If indication “No” is marked to any specifications, you must provide on a separate sheet of paper an explanation of the item that you would supply in place of the specified item. Any item not marked may result in rejection of the bid. SCOPE: The truck being specified will be used by the City of Douglas and will be assigned specifically to the Public Works Sanitation Department. The truck will operate daily by pulling loaded walking floor trailers to landfill and returning empty. I. ENGINE & ENGINE EQUIPMENT: Yes No 1. Cummins X15 565 HP @ 1900 RPM 2. 1850 LB/Ft Toque @1000 RPM 3. 1500-watt 115 volt coolant heater & 300-watt oil pan heater w/ receptacle mounted under LH door 4. Dry type air cleaner & restriction gauge mounted on air cleaner housing 5. 1600 sq in Heavy duty radiator with refuse protection package 6. Automatic OTR regeneration and dash mounted regeneration request switch 7. Urea system with gauge in dash indicating urea tank level 8. LH 8 Gallon diesel exhaust fluid (DEF) tank 9. Stainless steel after treatment device/muffler/tailpipe/shields 10. RH outboard under step mounted horizontal after treatment system 11. RH curved vertical tailpipe B-Pillar mounted routed from step 12. Variable speed viscous fan drive w/ automatic fan control and dash switch 13. Electronic engine integral shutdown protection system 14. 12 Volt 160amp alternator w/ remote battery sense 15. 2775 CCA 12V group 31 AGM batteries w/ in cab disconnect switch 16. Passenger seat battery box vented to outside of cab w/ jump start provision by starter 17. One piece steel refuse skid plate under engine & radiator screen w/ fumoto drain valves on oil pan II. ELECTRONIC PARAMETERS: Yes No 1. PTO Dash Switch programmed to engage while parked, roll in neutral after engagement 2. 78 MPH road speed 3. Cruise control speed limit same as road speed 4. PTO mode cancel speed 20 MPH III. TRANSMISSION & TRANSMISSION EQUIPMENT: Yes No 1. Eaton Fuller RTLO-20918B 18 Speed manual transmission 2. Transmission drive PTO to drive hydraulic wet kit 3. Hydraulic wet kit to produce 35 gpm @ 3000 psi w/ relief set to 2800-3000 psi ---PAGE BREAK--- Page 10 of 14 4. 50 gallon aluminum hydraulic tank mounted above frame back of cab 5. Wet Kit lines and connectors to match City of Douglas walking floor trailers 6. Transmission oil to air cooler 7. transmission fluid IV. FRONT AXLE & EQUIPMENT: Yes No 1. 14,600# taper leaf suspension w/ 14,700# 3.74 drop single front axle 2. 16.5X5 Q+ Cast Spider cam front brakes, double anchor, fabricated shoes 3. Cast iron front brake drums w/ dust shield 4. Vented front hub caps with window 5. Automatic front brake slack adjusters 6. Power steering with power steering pump 7. Front shock absorbers 8. 75w-90 front axle lube V. REAR AXLE & EQUIPMENT: Yes No 1. Cummins RT-40-160 40,000# R-Series tandem rear axles 2. 3.73 rear axle ratio 3. Iron rear axle carrier with standard axle housing 4. RPL25SD Meritor main driveline with RPL20 interaxle driveline 5. Brake drum dust shields 6. Driver controlled traction differential 7. driver controlled differential axle valve & interaxle lock valve 8. Brake cams & chambers on front side of drive axles 9. Indicator lamp with each mode switch, differential unlock with road speed > 25 MPH, activate only at <5 MPH 10. 16x.5X8.62 Q+ cast spider cam, double anchor, fabricated shoes 11. Brake cams and chambers on rear side of drive axle 12. Cast iron rear brake drums 13. Wabco Tristop D 2 drive axle spring parking chambers 14. Haldex automatic rear slack adjusters 15. 75w-90 rear axle lube VI. REAR SUSPENSION: Yes No 1. Airliner 40,000# rear suspension w/ chain clearance 2. 59 inch axle spacing 3. Rear Shock Absorbers on both axles 4. Suspension dump switch w/ auto fill above 5 mph 5. Single air suspension leveling valve ---PAGE BREAK--- Page 11 of 14 VII. PUSHER AXLE: Yes No 1. Hendrickson Ex13 13,500# Air Lift Steerable Pusher 2. Aluminum pusher hubs 3. Auto lift in reverse 4. Dash valve & gauge, regulator chassis mounted 5. Positioned 54 inches ahead of front drive axle 6. Auto slack adjusters 7. Dust shields on brakes 8. 15x4 cam brakes, double anchor, fabricated shoes 9. 22.5x8.25 10 HUB piloted 2-hand steel wheels 10. 11R22.5 16ply radial pusher tires VIII. BRAKE SYSTEM Yes No 1. Wabco 6S/6M ABS with traction control & traction control shut off switch on dash 2. Reinforced nylon, fabric braid and wire braid air lines 3. Fiber braid park brake hoses 4. Relay valve with 5-8 PSI crack pressure for tandem axles, & 3-4.5 for pusher axle 5. Wabco System Saver HP air dryer with heater & coalescing filter 6. Air dryer mounted under hood 7. Steel air tanks 8. Pull cables on drain valves of all air tanks 9. 15 ft straight air hose & electrical cable for trailer 10. 40 inch chrome pogo stick for trailer air & electrical lines mounted to deckplate 11. Gladhand/electrical holder mounted to pogostick IX. WHEELBASE AND FRAME: Yes No 1. 5475mm (216 inch) wheelbase 2. 11mmX85mmX287mm steel frame 120KSI 3. 1525mm (60 inch) rear frame overhang 4. Flange tapered end of frame 5. Heavy Duty ductile iron engine crossmember 6. Heavy Duty back of transmission crossmember 7. Standard cast aluminum midship crossmember 8. Standard rear most crossmember 9. Standard cast aluminum forward crossmember 10. Cast aluminum rear suspension crossmember X. CHASSIS EQUIPMENT: Yes No 1. Ali-arc or Herd aluminum bumper/grill guard 2. Headache rack w/ jail bar window, chain hangers, and full width tray 3. Mount headache rack behind hydraulic tank with enough space to add oil to tank 4. Deck plate back of headache rack to fifth wheel as possible. 5. :H back of cab access with grab handle ---PAGE BREAK--- Page 12 of 14 6. Huck-spin round collar frame fasteners 7. Single centered front tow pin 8. Painted mudflap brackets w/ mudflaps XI. FIFTH WHEEL: Yes No 1. Jost 24 inch air slide fifth wheel, 2 inch slide increments 2. Fifth wheel forward 18 inches ahead of suspension centerline 3. 7.94 inch fifth wheel leg height 4. Steel outboard angle fifth wheel mounting 5. Dash mounted control & plumbing for fifth wheel slide 6. Inside cab mounted air-actuated king pin release XII. FUEL TANK(S): Yes No 1. 100 Gallon/378 liter 25 inch diameter aluminum fuel tank - LH 2. Fuel tank forward 3. Plain step finish 4. Fuel tank cap 5. Davco fuel/water separator w/ ESOC & 12v preheater & water in fuel sensor 6. Equiflo inboard fuel system 7. High temperature reinforced nylon fuel line 8. Painted steel fuel tank bands XIII. Tires: Yes No 1. 12R22.5 16 ply radial front steer tires 2. 11R22.5 16 ply radial rear traction tires 3. One spare tire & wheel for the rear, One spare tire & wheel for the front. XIV. HUBS: Yes No 1. Pre-set plus premium iron front hubs 2. Pre-set plus premium iron rear hubs XV. WHEELS: Yes No 1. 22.5x8.25 10-hub pilot steel disc wheels XVI. CAB EXTERIOR: Yes No 1. Steel reinforced aluminum conventional cab 2. Air cab mounts 3. Bolt-on molded flexible fender extensions 4. Interior lower grab handles plus exterior LH and RH grab handles 5. Hood opening assist w/ locking strut to prevent wind from slamming hood closed 6. Bright hood mounted air intake grill, black screen 7. Vocational hood 8. Single air horn under deck ---PAGE BREAK--- Page 13 of 14 9. Single electric horn 10. Door lock and ignition switch keyed the same 11. Stainless steel sun visor w/ LED marker lights 12. Daytime running lights 13. Intelligent LED headlights w/ heated lens system 14. Rear facing turn signal lamps in convex mirrors 15. Dual C-bar heated mirrors w/ LH & RH remote 16. LH and RH convex mirrors mounted under primary mirrors 17. Dual LED Class 1 Strobe lights mounted above each door 18. LH and RH Heated hood/fender convex mirrors 19. Roped in windshield 20. Power electric door window regulators 21. Windshield washer reservoir, cab mounted 22. Integral LED stop/turn/tail backup lights XVII. CAB INTERIOR: Yes No 1. Base trim package interior 2. Molded plastic door panels with integrated storage pockets 3. Black mats with added insulation 4. Dash mounted ashtray with 12v power outlet 5. Cup Holders in dash 6. Heater, defroster and air conditioner 7. Standard heater plumbing with ball shut off valves 8. Heavy duty air conditioner compressor 9. Binary control, R134A 10. Premium cab insulation 11. Quantity of keys - 3 12. 12-volt negative ground electrical system 13. LED Interior Cab Lighting 14. Cab door latches with electric door locks 15. High back air suspension driver seat with fold down arm rests 16. Passenger seat mid back non-suspension without arm rests 17. Heavy duty cloth driver & passenger seats 18. 18 inch steering wheel with dash panel & radio switch controls 19. Adjustable tilt and telescoping steering column 20. Driver and passenger interior sun visors XVIII. INSTRUMENTS AND CONTROLS: Yes No 1. Low air pressure light and buzzer 2. Dual needle primary and secondary air pressure gauge 3. 97 DB back-up alarm 4. Electronic cruise control with steering wheel switches ---PAGE BREAK--- Page 14 of 14 5. Tractor & Trailer air brake application gauge 6. 5” drivers display in instrument cluster 7. Diagnostic interface connector, located LH below dash 8. 2-inch electric fuel, oil pressure, engine temperature. 9. Digital transmission temperature, axle temperature, voltage, outside temp in dash 10. AM/FM/WB radio with front auxiliary inputs, radio speakers in cab 11. Power & ground provision in overhead console 12. Electronic MPH speedometer with secondary KPH scale 13. Electronic 2500 RPM tachometer 14. Ignition switch controlled engine stop 15. Pre-trip inspection feature for exterior lamps 16. Single electric windshield wiper motor with delay 17. PTO controls for wet kit activation 18. Two valve parking brake system with warning indicator 19. Self-canceling turn signal switch with dimmer, washer/wiper and hazard in handle 20. Digital turbo boost in drivers display 21. Three extra switches wired to end of frame XIX. PAINT AND COLOR: Yes No 1. Paint: one solid color 2. Cab color: fleet white 3. Chassis paint: black 4. Wheels: white XX. WARRANTY: Yes No 1. Full factory warranty on cab chassis and components to be shown with the bid. 2. Cab and chassis warranty will be registered by the vendor at the time of delivery. A copy of the cab and chassis warranty/registration is to be delivered with the truck. 3. Engine warranty will be registered by the vendor. XXI. MANUALS: Yes No 1. Workshop manual online access 2. Online parts catalog 3. Drivers & operators manual 4. Engine operator’s manual End of Section