Full Text
Page 1 of 13 CITY OF DOUGLAS WYOMING Contract Documents & Specifications for One Used Class 8 Truck 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 13 City of Douglas Call for Bids (Equipment) Sealed bids for One Used Class 8 Truck will be received in the office of the City Clerk until 2:00 p.m., July 31st, 2019, 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/ Karen Rimmer, City Clerk Published: July 17th & 24th, 2019 End of Section ---PAGE BREAK--- Page 3 of 13 CITY OF DOUGLAS BID INFORMATION July 8, 2019 Seal bids will be received until 2:00 p.m., July 31st, 2019, 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 One Used Specified Class 8 Truck. Details and specifications may be obtained by contacting the Public Works Department, [PHONE REDACTED], 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 be accepted or considered in the bid proposal. There is no trade in included in this bid. Delivery will be accepted after notice of award, 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 “Used Class 8 Truck” 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 One Used Class 8 Truck. The specifications are for and the purpose and intent of this document is to specify the purchase of One Used Class 8 Truck. 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 stationary the variation from specification. Any unit 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. ---PAGE BREAK--- Page 4 of 13 Total bid amount for used unit: $ Signature of company representative responsible for bid: You are required to deliver the above specified item/s, F.O.B. to Douglas, Wyoming 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 13 (Proposal must be filled out, signed and submitted with the bid document) BID FOR ONE USED CLASS 8 TRUCK 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 July 8, 2019. BID ITEM: Description: One Used Class 8 Truck Make and Model: I. Price bid for (unit) as specified FOB Douglas, Wyoming $ II. Less trade-in allowance: N/A 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 13 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 13 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 13 NOTICE OF AWARD To: Equipment description: One Used Class 8 Truck The owner has considered the bid submitted by you for the above described work in response to its advertisement for bids dated July 17th & 24th, 2019, and information for bidders. You are hereby notified that your bid has been accepted for item/s in the amount of: Base Bid One Used Class 8 Truck Option #1 - $ Description Option #2 - $ Description _ _ Less Trade in Allowance - $ N/A 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 13 SPECIFICATIONS Specifications for One Used Class 8 Truck. 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, make a note why. Any item not marked may result in rejection of the bid. SCOPE: The vehicles being specified will be used by the City of Douglas and will be assigned specifically to the Landfill to be used to move trash transfer trailers. The truck will have tandem axles with a 5th wheel and include all other requirements as specified by the City of Douglas. I. ENGINE Yes No 1. Diesel engine – Detroit-Cummins-Caterpillar 2. Minimum HP 410 3. Single exhaust II. SUSPENSION AND WHEELBASE: Yes No 1. Wheelbase not to exceed 200” 2. GVWR – 52000 lbs. 3. Air Ride with minimum of 40000 RA rating III. REAR AXLES: Yes No 1. Rear end ratio no higher that 3.55 2. Minimum of inter-locker on rear drive axles IV. WHEELS AND TIRES: Yes No 1. 11R22.5 tires in fair shape 2. Aluminum or steel painted wheels V. BRAKE/BRAKE RELATED EQUIPMENT Yes No 1. Air brakes 2. Air system set up for trailer towing in front of fifth wheel VI. BUMPERS Yes No 1. Front: Manufacturer’s standard VII. STEERING Yes No 1. Power steering. 2. Tilt steering wheel VIII. ELECTRICAL SYSTEM Yes No 1. Headlights-marker, tail/brake, turn lights all operational 2. Female trailer connector wired & working for trailer lighting ---PAGE BREAK--- Page 10 of 13 3. Easy-access fuse & relay boxes. IX. TRANSMISSION & EQUIPMENT Yes No 1. 10 speed w/Overdrive X. CAB & CAB-RELATED EQUIPMENT Yes No 1. Standard day cab 2. Air conditioning & heating 3. Odometer-Accurate / verified 4. Duel dash valves for truck and trailer 5. Large exterior mirrors drivers & passenger sides 6. Air ride driver’s seat - air or fixed passenger seat 7. Gauges and meters – fuel, oil pressure, transmission temperature, engine coolant temperature; speedometer, odometer and tachometer all working 8. Grab handles drivers & passenger sides 9. Windshield wipers working XI. MISCELLANEOUS ITEMS: Yes No 1. Wet kit – two line. See next section for more information 2. Fifth wheel hitch/coupling 3. Air lines for trailer with quick couplings 4. Tractor to trailer wire plug/connector 5. Deliver to Public Works 420 W. Grant, Douglas WY. 82633 XII. MANUALS Yes No 1. Manuals for vehicle operation, maintenance shall be with the truck at the time of delivery. This is a preference and not a requirement. End of Section ---PAGE BREAK--- Page 11 of 13 WET KIT DIAGRAM IMPORTANT: TO HAVE PROPER OPERATION OF YOUR KEITH® WALKING FLOOR UNLOADER, THE FOLLOWING CHECK LIST AND DIAGRAM MUST BE FOLLOWED. THIS IS CRITICAL OR WARRANTY MAY BE VOIDED. ---PAGE BREAK--- Page 12 of 13 NOTE: REFER TO PARTS SECTION FOR ADDITIONAL INFORMAT SIGHT GAUGE: 1. 1” Rubber Shock Mount 2. 5406-12 Socket Pipe Plug 3. Straight Return Hose, King Nipple 2” 4. Elbow Street 2” W 43-32-32 Flange Pump 5. P.T.O 10643-12 Crimp 1M Pressure Hose 6. Hose Fitting, 2404-12-12 - 2404-16-16 7. Straight 10643-16 Crimp Hose Fitting 8. Straight Female Quick Coupler 9. 10643-16 Crimp Hose Fitting 10. Tee 1” Pressure Hose SPEED OF FLOOR IN RELATION TO ENGINE RPM With a Fuller 13 or 15 speed transmission, a bottom mount 118% series 442/489 Chelsea power take off, and a Commercial P-51 pump with a 2 ½” gear, the tractor unload RPM in relation to floor movement is as follows*. TRUCK RPM PUMP OUTPUT FLOOR MOVEMENT * 950 RPM 30 gallon 8.2 ft./minute 1270 RPM 40 gallon 11.0 ft./minute 1430 RPM 45 gallon 12.5 ft./minute 1750 RPM 55 gallon 15.0 ft./minute 1900 RPM 60 gallon 16.4 ft./minute *Above specifications are for KRFII drive unit with 3.0" bore cylinders. These are approximate feet per minute only and should be used strictly as a guide. WET KIT INFORMATION Transmission: This wet kit is designed for a Fuller 13 or 15 speed transmission. All of the following information applies to this transmission. (P.T.O. specifications may vary with other transmissions. Please check with KEITH Mfg. Co. for specifications.) OIL Chevron AW46 hydraulic oil or equivalent P.T.O. Chelsea series 442/489 bottom mount (6 or 8 bolt) 118% Power Take Off (electric over speed is highly recommended), or Muncie P.C. 65 with electric over speed. PUMP Commercial P-51 A297BE (Spl.) 25-25 four bolt suction) with Anchor W43- ---PAGE BREAK--- Page 13 of 13 32-32 flange. FILTER Filter should be 10 to 30 micron on the return line. Filter should be a double element Zinga (or equivalent.). Filter head #DF-15-25. MF 2215-25-0-2-0. Filter element #LE-10 or LE-30. (The filter element should be changed after 6 hours initially, and then every 6 months thereafter. This may vary with the operating environment.) HYDRAULIC RESERVOIR Should hold approximately 1 gallon of oil for every gallon per minute you plan to pump, i.e. 40 GPM = 40-gallon reservoir. Reservoir should hold a minimum of 40 gallons of oil. SUCTION LINE Suction line from the tank to the pump should be no more than 5’ in length and a minimum of 2” inside diameter. Example: SAE-1OOR4. (This type of line has a spiral wire to keep the hose from collapsing under suction.) PRESSURE LINE Hose from truck to trailer should be 1” 16 SAE-100R2. RETURN LINE Hose from trailer to filter should be 1” 16 SAE-100R1. Hose from filter to tank should be 1-1/4” 20 SAE-1DOR1. *Pressure Relief Valve: Example: Cross #RD12D. *Note: It is critical that this relief valve is set at no less than 2800 PSI and no more than 3000 PSl End of Section