← Back to Douglas

Document Douglas_doc_dd7a22338b

Full Text

Page 1 of 14 CITY OF DOUGLAS WYOMING Contract Documents & Specifications for a New 4-Wheel Drive Loader, Streets & Alleys Department 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 One New Specified 2020 4-Wheel Drive Loader will be received in the office of the City Clerk until 2:00 p.m., November 6th, 2019 and read immediately thereafter in the Conference Room 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. Karen Rimmer, City Clerk Published: Oct. 23rd & 30th, 2019 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 November 6th, 2019, at the office of the City Clerk the same day in the Conference Room of the Douglas City Hall Building at 101 North 4th Street, Douglas, Wyoming, for One New Specified 2020 4-Wheel Drive Loader. Details and specifications may be obtained by contacting 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. 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. 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 Specified 2020 4-Wheel Drive Loader 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 is letting bids for One New Specified 2020 4-Wheel Drive Loader The specifications are for and the purpose and intent of this document is to specify the purchase of a One New Specified 2020 4-Wheel Drive Loader Any model bid shall meet or exceed the prescribed requirements. It is unacceptable to add or change components and/or materials to a unit of 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 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 14 Total bid amount for new specified 2020 unit: $ Signature of company representative responsible for bid: Printed name and title: You are required to deliver the above specified item/s, F.O.B. to Douglas, Wyoming on or before June 15, 2020 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 ONE NEW SPECIFIED 2020 4-WHEEL DRIVE LOADER 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: New Specified 2020 4-Wheel Drive Loader Make and Model: I. Price bid for (unit) as specified FOB Douglas, Wyoming $ II. Less trade-in allowance: $__NONE 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: Printed Name/Title: Mailing Address: 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 New Specified 2020 4-Wheel Drive Loader Option #1 - $ Description Option #2 - $ Description _ _ Option #3 - $ 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 Specified 2020 4-Wheel Drive Loader 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 loader being specified will be used by the City of Douglas and will be assigned specifically to the Public Works Streets & Alleys Department. The loader will operate daily in all types of weather and conditions. The loader will be compatible in size and scope to a John Deere 624L loader including 4-wheel drive and specified front bucket. I. ENGINE & ENGINE EQUIPMENT: Yes No 1. Six Cylinder, turbocharged, charge air cooled diesel engine and shall be designed and built by the manufacturer. 2. Engine shall be certified to EPA Final Tier 4/EU Stage IV 3. Engine shall have a wet-sleeve cylinder line design for improved cylinder cooling over dry sleeve and cast-in-bore design for improved cylinder and piston ring durability. 4. Engine displacement shall be no less ten 6.8 liters (414 cu. in.) 5. Engine net peak shall be no less then 192 hp (143 kw) @ 1600 rpm. 6. Engine shall develop a 58% torque rise and should have at least 644 lb.- ft. (874Nm) net peak torque @ 1300 rpm. 7. Unit shall have glow plugs or manifold heater for cold weather starting. 8. Engine shall be equipped with an 115 volt 1000 watt coolant heater. 9. Fuel system shall be high-pressure, common rail. 10. Daily check points shall be accessible for one side of the engine and done from ground level. 11. Engine intake system shall have a centrifugal precleaner. 12. Under- hood engine air cleaner shall be dry type, dual element with a restriction sensor and in-cab restriction warning light. Must be able to access air cleaner without tools. 13. Access to the engine will be accessible from both sides with opening, full doors access service. Engine shall have no less then 10-micron rated primary dual stage fuel filter with water separator. 14. Loader shall be equipped with a heavy-duty fuel tank guard. 15. Service interval for the engine oil filter shall be 500 hours 16. The unit shall have an auto-idle, auto-shutdown feature for the engine as standard equipment. ---PAGE BREAK--- Page 10 of 14 II. COOLING: Yes No 1. Unit shall have a proportionally, controlled, hydraulically drive auto reversing fan. 2. The unit will have two-side access to all coolers. 3. Air intake shall be pre-screened 12 inches (3mm perforations) for each cooling component. 4. Cooling system shall be isolated from the engine compartment. 5. Unit shall have a coolant recovery tank provided. 6. Unit shall have a fan – guard. 7. Fluid levels should be easily checked by sight gauges or overflow tanks. III. POWER TRAIN: Yes No 1. Unit shall have a torque-converter, countershaft-type power transmission, and 5 speeds forward with 3 reverse speeds. 2. The transmission shall be electronically controlled, adaptive, with load and speed dependent shift modulation. 3. Shift modes shall be manual, auto to 1st or 2nd, kick down to kick up/down. 4. Service interval for transmission oil filter shall be 2000 hours. 5. The transmission clutch calibration shall be performed from the cab monitor unit shall be equipped with a selectable wheel spin limiting device that limits wheel spin in 6. loose or slippery ground conditions while loading the bucket. Unit shall have steering column or joystick mounted F-N-R and gear – select lever, kick – down button on hydraulic lever. Will also have quick shift feature that allows pushbutton gear changes, one gear at a time. 7. Sight gauge showing transmission fluid shall be at ground – level. 8. Transmission filter restriction shall be displayed in the cab. 9. The transmission shall be able to reach 24.8 mph in 5th gear and 11.65 mph in third gear with 20.5R25 tires. III. AXLES / BRAKES: Yes No 1. The final drives shall be heavy – duty inboard – mounted planetary 2. The loader shall have two brake pedals with an activation switch to allow left brake pedal to switch between a brake neutralizer or brake only function. 3. The service brake shall be hydraulically actuated, spring – retracted, inboard sun – shaft mounted, oil cooled, self – adjusting, single disc, and sealed from water, mud, and dust contamination. The brakes shall have easy access for inspection. 4. The parking brake shall be automatic, spring applied, hydraulically released, driveline – mounted, oil cooled, multi – disc and sealed from water, mud, dust contamination. 5. Rear axle shall not have less than 24-degree total oscillation, stop to stop, when equipped with 20.5R25 tires. 6. The dipstick port and housing fill shall be at the top of the axle. 7. The front axle shall be hydraulically actuated, disc clutch style, locking ---PAGE BREAK--- Page 11 of 14 differential for maximum traction when requires but with less tire wear then limited slip or no – slip differentials. 8. The loader shall have a standard hydraulic locking from with conventional rear and optional dual locking front and rear axle. 9. The loader shall have automatic differential lock. IV. Hydraulic System: Yes No 1. The hydraulic filter shall be in – tank, vertical mounting with service interval of 4000 hours. 2. The hydraulic fluid shall have a rated life of 4000 hours. 3. The hydraulic system shall be pressure – compensating load -sensing for reduced fuel consumption and better fluid heading compared to center hydraulic systems. 4. Hydraulic tank capacity should be no less than 27.2 gallons for extended hydraulic fluid intervals cooler system temperature. 5. In cab adjustable automatic return to dig to level attachment with two savable settings. 6. Unit will be provided with an in – cab adjustable automatic height kicks out control. 7. Unit will be provided with in – cab adjustable automatic boom return – to – carry control. 8. Unit shall be equipped with either single – lever joystick or single axis fingertip electrohydraulic controls. 9. A sight gauge will be provided for checking hydraulic reservoir fluid. 10. Hydraulic pump shall be variable – displacement. Axial – piston pump: closed – center, pressure- compensating system. 11. Unit will have two programmable multi – function buttons. 12. All auxiliary flow functions will have the ability to be adjustable and continuous. 13. Unit will have ability to save hydraulic settings for up to ten attachments. 14. Bucket shake feature for fine metering of loose materials. 15. Precision mode for operation requiring slow and precise controls. 16. Loader steering articulation shall be no less then 80 degrees in each direction. 17. Loader shall have ride control with an operator-controlled switch in cab. V. ELECTRICAL: Yes No 1. Two batteries shall be included, 12 volt, 950 CCA, with a rated reserve 200 min the electrical system shall be 24 volt with 130 amp alternator. 2. The unit shall have a solid – state electrical power distribution system using circuit board technology and solid - state switches. 3. The unit shall have a key starting system. 4. The unit shall be provided with a master electrical disconnect switch. 5. The unit shall be pre-wired for a rotating beacon/strobe light. 6. The in-cab switch module shall be sealed to keep out dirt, dust and airborne ---PAGE BREAK--- Page 12 of 14 debris. 7. Unit shall be equipped with driving light with guards, turn signals and flashers, stop and taillight. The taillight shall be LED type mounted high up in the rear grille for protection from damage and better sight visibility and shall have a normal service life equal to the machine. 8. Unit shall come with one 12v power port. 9. Unit shall be equipped with analog display for: engine coolant temperature, transmission oil temperature, hydraulic oil temperature, and engine oil pressure. 10. Unit shall have digital readout for: engine rpm, odometer, transmission gear/direction indicator, speedometer, hour meter, fuel meter, DEF level, average fuel consumption, and outside temperature. 11. Unit shall have operator warning lights for: check engine, engine oil, pressure, engine air restriction, battery voltage, transmission restriction, brake pressure, hydraulic oil filter, transmission fault, hydraulic oil temperature. 12. Builders 12-volt connector in cab for wiring in optional accessories such as a two-way radio. VI. OPERATOR STATION: Yes No 1. Unit shall be equipped with ROPS/FOPS level 1 protection, and be multiplane isolation mounted for noise/vibration reduction. 2. 3” retractable seat belt shall be standard. 3. Dual tilt steering wheel shall be standard. 4. 3 – point contact at all times at the front and rear of the loader and around the roof- line. 5. The cab shall have continuous and glass from roofline to floor for visibility in tight quarters. 6. A seat backrest extension will be standard. 7. Cab shall have 1 cup holder, 1 cup/thermos holder with strap, personal cooler holder/storage compartment for operator’s manual, rubber floor mat an coat hook. 8. Standard AM/FM/weather band (WB) radio with remote auxiliary port. 9. Front sun visor shall be pull down type. 10. Deluxe seat, cloth with air suspension. 11. Operator station shall have a high capacity heating system with windshield defroster. 12. Operator station shall have a high capacity air conditioning system. 13. Heated left and right exterior mirrors. 14. Large full view interior rear-view mirror. 15. In dash display monitor accessible to operator to check diagnostic codes for the engine, transmission and other systems. ---PAGE BREAK--- Page 13 of 14 VII. GENERAL SPECIFICATIONS: Yes No 1. Unit shall be equipped with 20.5R25, Star L – 3 tires with multi – rims. 2. Front tire shall be covered with standard fenders. 3. Unit will be provided with a rear locking pin. 4. The counterweight shall be built in with a built-in hitch. 5. Unit shall have an articulation locking bar. 6. Unit shall have vandal protection with lockable engine enclosure, right counterweight storage, battery box, filler access for radiator/ fuel/DEF/hydraulic/ transmission. 7. The unit shall be provided with a loader boom service locking bar. 8. Loader shall have reinforced articulation joints with double tapered roller bearings. 9. Fuel tank capacity shall be no less than 79 gallons (299 L) with ground – level fueling. 10. Operating weight with standard equipment, pin – on GP Bucket with bolt – on Edge, 3.5 cu yd. (2.7 m3) 20.5R25 tires ROPS cab, 175 lb. operator and full fuel tank shall be no less than 35,796 lb. (16 225 kg). 11. Bucket breakout force shall no less than 26,810 lb. (12 161 kg) with manufacturer’s standard z – bar with pin – on GP bucket with bolt – no Edge, 3.5 yd. (2.7 m 12. Ground clearance under the loader shell be no less than 15.1” (384 mm). 13. Loader shall have height to hinge – pin (full raided) on less ten 13’0” (3.96 14. Machine Full turn tipping load with standard Z -bar linkage and GP bucket with bolt-on Edge,305 cu yd. (2.7 m3), no tire deflection shall be least 23,483 lb. (10 652 kg). 15. Load Rite L2180 payload scale ready. VIII. FRAMES AND STRUCTURES: Yes No 2. Machine front frame shall be of a 4-plate design of four vertical plates from extending from boom pivot pins reaching to the front axle to distribute boom load on the axle. The design is superior to the two-plate frames. 3. Loader bucket bell crank linkage Shall be fabricated of high strength steel for increased durability and strength over castings. 4. Loader shall be equipped with an exterior mounted, ground level storage compartment. IX. OPTIONAL CONFIGURATION: Yes No 1. Optional environmental drain and oil sampling for the engine oil, transmission oil, hydraulic oil, and engine coolant. 2. Color coded remote – start battery terminals for easier and jump starting. 3. Optional 5-pound ABC fire extinguisher. 4. Optional rear-view camera with a dedicated rearview display monitor. 5. Quick coupler attachment for the removal of the bucket, compatible with JRB coupler the City of Douglas has now on their John Deere 624 H – Wheel Loaders. ---PAGE BREAK--- Page 14 of 14 X. MISCELLANEOUS: Yes No 1. One Motorola mobile two-way radio, model CM200d, VHF 4 channel 45watt with an antenna and cable for roof mounting. Radio is to be programed to the city’s public works frequency of 155.085. Radio will be programed to turn off & on with the ignition key switch, this requires a single wire connector that plugs into the back of the radio that needs to be supplied with the radio at the time of delivery. Radio is to be delivered with the loader but will be installed by the city. XI. WARRANTY: Yes No 2. Manufactures standard warranty. 3. Extended warranty – 60 months or 5,000 hours, Comprehensive 4. Loader warranty will be registered by the seller and a copy of the registration delivered with the loader. XII. MANUALS: Yes No 5. Workshop manual set in book form. 6. Parts catalog in book form. 7. Driver & operators manuals 8. Engine operator’s manual End of Section