← Back to Douglas

Document Douglas_doc_edf0ab42fa

Full Text

Page 1 of 18 CITY OF DOUGLAS WYOMING Contract Documents & Specifications for a New Single Axle Dump Truck W/ Snowplow And Spreader Hydraulics 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 18 ---PAGE BREAK--- Page 3 of 18 City of Douglas Call for Bids (Equipment) Sealed bids for a New Specified 2025 Single Axle Dump Truck w/ Plow & Spreader Hydraulics will be received in the office of the City Clerk until 2:00 p.m., September 4, 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/Sonya Ortega, City Clerk Published: August 21, 2024 & August 28,2024 End of Section ---PAGE BREAK--- Page 4 of 18 CITY OF DOUGLAS BID INFORMATION Seal bids will be received until 2:00 p.m. on September 4, 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 Single Axle Dump Truck w/ Plow & Spreader Hydraulics. 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 Single Axle Dump Truck w/ Plow & Spreader Hydraulics 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 Single Axle Dump Truck W/ Plow & Spreader Hydraulics. The specifications are for and the purpose and intent of this document is to specify the purchase of a New Specified 2025 Single Axle Dump Truck W/ Plow & Spreader Hydraulics. 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. ---PAGE BREAK--- Page 5 of 18 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. 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 06/28/2026 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 6 of 18 (Proposal must be filled out, signed and submitted with the bid document) PROPOSAL FOR FURNISHING NEW SPECIFIED 2020 SINGLE AXLE DUMP TRUCK W/ PLOW & SPREADER HYDRAULICS 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 Single Axle Dump Truck w/ Plow & Spreader Hydraulics 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 7 of 18 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 8 of 18 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 9 of 18 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 10 of 18 SPECIFICATIONS Specifications for One New 2025 Single Axle Dump Truck w/ Plow & Spreader Hydraulics. 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 collecting refuse by lifting refuge containers and dumping over the left front of compactor body, the refuse will be compacted until the body is full then hauled to a transfer station where the refuse will be ejected from the body through a lifted tail gate. I. ENGINE & ENGINE EQUIPMENT: Yes No 1. Cummins L9 360 HP @ 2200 RPM 2. 1150 LB/Ft Torque @1200 RPM 3. 1000-watt 115 volt coolant heater w/heater receptacle mounted under LH door 4. Side of hood air intake w/ inside/outside snow door & dry type air cleaner w/safety filter & restriction gauge mounted on dash. 5. Heavy duty 1115 sq in radiator with coolant recovery system and coolant conditioner filter 6. Automatic OTR regeneration and virtual regeneration request switch in dash 7. Urea system with gauge in dash indicating urea tank level 8. LH 6 Gallon diesel exhaust fluid (DEF) tank 9. Aluminum 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. Automatic fan control without a dash switch 13. Electronic engine integral shutdown protection system 14. 12 Volt 160amp alternator w/ remote battery volt sense. 15. 2000 CCA 12V group 31 maintenance free batteries w/ in cab disconnect switch 16. Single battery box frame mounted LH side under cab w/ jump start provision by starter 17. Electric grid air intake warmer 18. 150-watt 115 volt oil preheater w/ receptacle mounted under LH door 19. Engine brake w/ low/off/high dash switch, turbo brake not accepted/ 20. 18.7 cfm engine driven air compressor 21. Progressive low voltage disconnect at 12.3 volts 22. Air powered engine fan clutch 23. Spin on fuel filter 24. Extended Life OAT (nitrite & silicate free) coolant, protected to -34 F. ---PAGE BREAK--- Page 11 of 18 II. ELECTRONIC PARAMETERS: Yes No 1. Parameters set to body builders’ recommendations 2. 75 MPH road speed 3. Cruise control speed limit same as road speed 4. Regen inhibit speed threshold - 0 MPH III. TRANSMISSION & TRANSMISSION EQUIPMENT: Yes No 1. Allison 3000 RDS automatic with PTO provision 2. WTEC calibration – 6 speed RDS 3. Quickfit Body lighting connector end of frame, with blunt cut pigtail 4. Electronic transmission customer access connecter 5. Transmission shift control – steering column mounted 6. Transmission oil to water cooler in radiator end tank 7. transmission fluid (TES-295 compliant) IV. FRONT AXLE & EQUIPMENT: Yes No 1. 18,000# flat leaf suspension w/ 3.74 drop single front axle 2. 16.5X6 Q+ non-asbestos front fabricated brake shoes & linings 3. Cast iron front brake drums w/ dust shield 4. Vented front hub caps with window 5. Automatic front brake slack adjusters 6. 4 quart Power steering reservoir with TAS-85 power steering pump 7. Front shock absorbers 8. 75w-90 front axle lube V. REAR AXLE & EQUIPMENT: Yes No 1. RS-25-160 25,000# R-Series rear axle 2. 5.38 rear axle ratio 3. Iron rear axle carrier with standard axle housing 4. MXL 17T Meritor extended lube main driveline with haft round yokes 5. Brake drum dust shields 6. Driver controlled traction differential 7. driver controlled differential axle valve 8. Non-asbestos brake lining 9. Indicator lamp with each mode switch, differential unlock with ignition off and road speed > 25 MPH, activate only at <5 MPH 10. 16x.5X7 P cast spider cam, double anchor, cast shoes 11. Brake cams and chambers on forward side of drive axle 12. Cast iron rear brake drums 13. Wabco Tristop D drive axle spring parking chambers 14. Haldex automatic rear slack adjusters 15. 75w-90 rear axle lube ---PAGE BREAK--- Page 12 of 18 VI. REAR SUSPENSION: Yes No 1. Flat Leaf 26,000# rear spring suspension w/ helper & radius rod 2. Rear axle oil seals 3. Spring Suspension – No axle spacers 4. Fore/aft control rods 5. Standard axle seat in axle clamp group VII. BRAKE SYSTEM Yes No 1. Wabco 4S/4M ABS with traction control & dash mounted shut off switch 2. Reinforced nylon, fabric braid and wire braid air lines 3. Fiber braid park brake hoses 4. Standard brake system valves 5. Standard air system pressure protection valves 6. Standard U.S. front brake valve 7. Relay valve with 5-8 PSI crack pressure, no rear proportioning valve 8. Wabco System Saver HP air dryer with heater & coalescing filter 9. Air dryer mounted inboard on LH frame rail 10. Steel air tanks mounted aft inside and/or below frame just forward of rear suspension 11. BW DV-2 auto drain valve with heater - wet tank, petcock drain valves on all other tanks VIII. WHEELBASE AND FRAME: Yes No 1. Approximate 162 inch wheelbase or as requested by body installer 2. 7/16X3-9/16X11-1/8-inch steel frame 120KSI 3. 1900MM (75 inch) rear frame overhang 4. 24 inch front frame extension 5. Heavy Duty Aluminum Engine Crossmember 6. Calc’d back of cab to rear suspension C/L (CA): roughly 96 inches 7. Calc’d frame length-overall: roughly 302 inches 8. Standard Midship crossmember(s) 9. Frame space LH side: roughly 60 inches 10. Frame space RH side: roughly 64 inches 11. Square end of frame 12. Front closing crossmember 13. Standard rearmost cross member 14. Standard suspension crossmember ---PAGE BREAK--- Page 13 of 18 IX. CHASSIS EQUIPMENT: Yes No 1. 14 Inch painted steel bumper 2. Bumper mounting for single license plate 3. No chassis provided mud flaps brackets 4. Rear mud flaps mounted on body by body installer 5. Clear frame rails from back of cab to front rear suspension, both rails outboard 6. Grade 8 hex headed frame fasteners w/ bolt heads on outside of frame X. FUEL TANK(S): Yes No 1. 50 Gallon/189liter rectangular aluminum fuel tank - LH 2. Fuel tank forward 3. Plain step finish 4. Fuel tank cap 5. Detroit fuel filter/water separator w/ hand primer & 12v preheater 6. Equiflo inboard fuel system 7. High temperature reinforced nylon fuel line 8. Painted steel fuel tank bands XI. Tires: Yes No 1. 315/80R22.5 20 ply front steer tires 2. 315/80R22.5 20 ply rear traction tires 3. One spare tire & wheel for the rear, One spare tire & wheel for the front. XII. HUBS: Yes No 1. Pre-set plus premium iron front hubs 2. Pre-set plus premium iron rear hubs XIII. WHEELS: Yes No 1. 22.5x9.00 10-hub pilot steel disc wheels XIV. CAB EXTERIOR: Yes No 1. Aluminum conventional cab 2. Air cab mounts 3. Bolt-on molded flexible fender extensions 4. LH and RH grab handles 5. Non removable bug screen mounted behind hood mounted grill 6. Black hood mounted air intake grill 7. Fiberglass hood w/ tunnel/firewall liner 8. Single polished 14-inch air horn roof mounted 9. Single electric horn 10. Door lock and ignition switch keyed the same 11. LED marker lights ---PAGE BREAK--- Page 14 of 18 12. No Daytime running lights 13. Standard front turn signal lamps 14. Door mounted mirrors 15. Dual west coast molded-in color heated mirrors w/ LH & RH remote 16. Chassis plow light switch w/ wiring at front hood 17. Chassis wiring for body installed combined stop/turn lights. 18. LH and RH molded-in color convex mirrors mounted under primary mirrors 19. Dual amber cab mounted strobe lights on stainless steel brackets 20. LH and RH tinted door glass 21. 8 inch heated fender mounted mirrors on tripod brackets 22. White winterfront w/ connectors installed on grill 23. Power electric door window regulators 24. 8 liter windshield washer reservoir, cab mounted 25. Rubber mud flaps behind front tires to keep mud from tanks, steps, etc. XV. CAB INTERIOR: Yes No 1. Rugged trim package interior 2. Molded plastic door panels with aluminum kickplate lower door 3. Black mats with single insulation 4. Dash mounted, 12v power outlet, & USB-C outlet 5. Forward roof mounted console 6. Cup Holders in dash 7. Overhead console power & ground connections 8. Heater, defroster and air conditioner 9. Main HVAC controls with recirculation switch 10. Standard heater plumbing with ball shut off valves 11. Heavy duty air conditioner compressor 12. Binary control, R134A 13. Premium cab insulation 14. Solid state circuit protection and fuses/circuit breakers 15. 12-volt negative ground electrical system 16. LED Interior Cab Lighting 17. Cab door latches with electric door locks 18. High back air suspension driver seat with lumbar & seat belt 19. High back non-suspension passenger seat with seat belt 20. Heavy duty cloth seats w/ driver only fold down armrests 21. LH and RH integral door panel arm rest 22. Adjustable tilt and telescoping steering column 23. Driver and passenger interior sun visors 24. 18” steering wheel with integrated cruise control, radio, & dahs control switches ---PAGE BREAK--- Page 15 of 18 XVI. 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 mounted rear inboard of rail 4. Electronic cruise control with steering wheel switches 5. Key operated ignition switch with integral start position 6. 5” drivers display in instrument cluster 7. Diagnostic interface connector, located LH below dash 8. 2-inch electric fuel, oil pressure, engine temperature, & digital transmission temperature. 9. Engine and trip hour meters integral within drivers display 10. AM/FM/WB radio with front auxiliary inputs, radio speakers in cab 11. Dash mounted radio, AM/FM antenna mounted on forwarded LH cab 12. Electronic MPH speedometer with secondary KPH scale 13. Electronic 3000 RPM tachometer 14. Ignition switch controlled engine stop 15. Two Extra hardwired dash switches w/ 20 amp on/off/on latching 16. Single electric windshield wiper motor with delay 17. Marker light switch integral with headlight switch 18. Two valve parking brake system with warning indicator 19. Self-canceling turn signal switch with dimmer, washer/wiper and hazard in handle 20. Integral electronic turn signal flasher 21. Customer furnished and installed PTO controls XVII. PAINT AND COLOR: Yes No 1. Paint: one solid color 2. Cab color: fleet white 3. Chassis and bumper paint: black 4. Wheels: white XVIII. 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. XIX. MANUALS: Yes No 1. Workshop manual online access 2. Online parts catalog 3. Drivers & operators manual 4. Engine operator’s manual End of Section ---PAGE BREAK--- Page 16 of 18 BODY SPECIFICATIONS FOR DUMP BOX, SNOW PLOW, INTENT: This specification describes a hydraulically operated dump body and hydraulically operated snow plow and hydraulics system for customer provided sand/salt spreader with the following minimum specifications necessary to perform the work assigned. GENERAL TERMS: The body shall have a capacity of 6 cubic yards. The hydraulics shall be transmission PTO driven with Force America controllers. The plow shall be a 11’ wide parallel lift design GUARANTEE: Bidder shall state his normal warranty and extended warranty where available. BID QUOTATION: Bid shall complete every space in the specification bidder’s proposal column with Yes, or No to indicate if the item bid meets exactly as specified. If not, the “NO” column must be checked and a detailed description of the deviation from the specification must be supplied. I. DUMP BOX: Yes No 1. The dump box body shall have a minimum capacity of no less than 6 cubic yard. 2. The dump box shall be 11 feet in length. 3. The dump box shall have 36 inch tall sides w/ slots for bang boards. 4. The dump box shall be constructed of Hardox 450 on floor and sides. 5. The dump box shall have an air release tail gate. 6. The dump box shall incorporate a cab shield. 7. The dump box shall be painted white to match the chassis cab. 8. The dump box shall have a ladder on LH side to allow operator access safely inside dump box if needed. 9. The dump box shall have a shovel holder. 10. The dump box shall be raised by a double acting lift cylinder. 11. The dump box shall include, stop, tail, turn, backup, and flashing strobe lights. 12. Mudflaps in front and rear of drive tires, mounted in manner to prevent them from being driven on, or hanging up on top of drive tires. ---PAGE BREAK--- Page 17 of 18 II. HYDRAULICS SYSTEM: Yes No 1. PTO shall be Hot Shift transmission driven. 2. Hydraulic pump shall be driven off the transmission PTO and high enough gpm to allow snow plow and spreader hydraulics to function simultaneously . 3. Force America Patrol Commander Ultra controller system 4. Force America 5100 spreader control system including pre-wet system 5. Hydraulic tank side mounted on frame 6. Stainless steel hydraulic lines ran from valve body to end of frame for spreader 7. Stucchi Coupler at end of frame under dump box for spreader connection 8. Include spreader side Stucchi for customer to put on spreader 9. Stainless steel hydraulic lines ran from valve body to in front of radiator for plow 10. Stucchi coupler in front of radiator for plow coupling 11. Hydraulic system shall include a return oil filter. III. PLOW & COUPLER: Yes No 1. Parallel lift plow lift group. 2. Truck side coupler installed on front frame extensions. 3. Plow width shall be no less than 11 feet 4. Plow shall include side markers install on each outer edge of moldboard that are visible from drivers seat. 5. Stucchi coupler for plow side shall be installed on plow hydraulic lines 6. Plow and spreader Stucchi coupler cover plates shall be included to protect the truck side Stucchi coupler when plow and spreader are not installed. 7. Hydraulic lift and angle both right and left 8. Rubber splash shield shall be installed on the plow 9. Carbon steel cutting edge with standard highway plow bolt pattern shall be installed 10. Heated lens plow lights with integrated turn signals shall be installed on the chassis hood/fenders and tied into chassis supplied plow light switches. IV. MUD FLAPS: Yes No 1. Mud flap are to be installed on the front and rear of the rear axle’s fenders. 2. End of frame pintle hook plate w/ D-rings and pintle hook. 3. Chassis supplied trailer air & electrical lines integrated into pintle plate for easy installation 4. Spreader Stucchi coupler located in manner to allow easy installation of the spreader hoses and yet no in location that will be damaged by products dumped out of box. 5. Spreader pre-wet electrical wired to coupler at pintle plate from 5100 spreader controls. ---PAGE BREAK--- Page 18 of 18 V. MANUALS: Yes No 1. Manuals for the body will be provided with the new body, manual will cover operations, parts & systems settings. VI. WARRANTY: Yes No 1. Body warranty will be shown on the bid. End of Section