Full Text
CITY OF LARAMIE, WYOMING SPECIFICATIONS FOR PUBLIC WORKS DEPARTMENT – SOLID WASTE DIVISION ROLLOFF TRUCK BID 2012 October 2, 2012 TABLE OF CONTENTS NOTICE OF CALL FOR BIDS INSTRUCTIONS TO BIDDERS - IB-3 BID FORM/CONTRACT - BF-2 DETAILED SPECIFICATIONS - SP-6 Rolloff Truck PW/Solid Waste ---PAGE BREAK--- CITY OF LARAMIE, WYOMING BID FORM/CONTRACT PUBLIC WORKS DEPARTMENT – SOLID WASTE DIVISION ONE ROLLOFF TRUCK WITHOUT TRADE-IN October 2, 2012 To: The Mayor and City Council City of Laramie 406 Ivinson Street P.O. Box C Laramie, Wyoming 82073 The undersigned bidder, having examined the Specifications for the materials and/or equipment hereto attached or referenced, together with any and all Addenda thereto, and being acquainted with and fully understanding the requirements, stipulations, provisions, and conditions thereof, proposes and agrees to enter into and perform this Contract and to furnish the materials and/or equipment therein set forth in strict accordance with the Specifications for the following prices shown. Description Cost Item 1: NEW UNIT, ROLLOFF TRUCK - NO TRADE IN All paperwork for titling and license plates shall be provided to the Fleet Division with each vehicle when it is delivered. If awarded the Contract, the undersigned hereby agrees to furnish the necessary performance guarantee within thirty (30) days of receipt of the Notice of Award of said Contract, and to furnish and deliver all items, or render service as required, at the price set opposite each item listed above. Delivery date for the trucks is: Date: 2012 The City of Laramie may assess liquidated damages if the truck is delivered after the above date. Liquidated damages of $30 per day may be assessed if the City deems the delays were avoidable. The undersigned has checked carefully all the above figures, and understands that the City will not be responsible for any errors or omissions on the part of the undersigned in making up this bid. BF1 ---PAGE BREAK--- Enclosed is the required bid guarantee in the form of a bid bond or cashier's check to pay penalty in the amount of DOLLARS, drawn in favor of the City of Laramie. Said bid guarantee is given as a guarantee that the bidder will agree to fulfill the requirements of the attached specifications, if awarded the Contract, and the amount thereof represents the agreed liquidated damages that the City of Laramie will sustain if the bidder fails or refuses to enter into said Contract, in which event the said security shall be immediately forfeited to and become the property of the City of Laramie, Wyoming, and retained by it as payment of said liquidated damages and not as penalty. The undersigned agrees that the City has the right to hold all bids received for a period of forty-five (45) days after date of opening thereof. The City of Laramie reserves the right to reject any and/or all bids; to waive any irregularity in the bids; and, unless otherwise specified by the bidder, to accept any item in the bid. In case of error in the extension of prices in the bid, the unit prices will govern. (Name of Bidder) By Title Address Telephone # Signature Dated this day of 2012 The above signed Bidder hereby acknowledges receipt of addenda to these specifications before the time of the submittal of the Bid. This Bid Form/Contract is hereby accepted and approved by the City of Laramie, Wyoming. BY Janine Jordan, City Manager and Purchasing Agent for the City of Laramie BF2 ---PAGE BREAK--- SP - 1 CITY OF LARAMIE, WYOMING DETAILED SPECIFICATIONS PUBLIC WORKS - SOLID WASTE DIVISION ROLLOFF TRUCK These Detailed Specifications sheets must be submitted with the bid, and all exceptions to these specifications shall be clearly noted on the bid submitted. Where applicable, brochures or literature which clearly indicate specifications of the vehicle, equipment, accessories or materials should be furnished. Unless otherwise indicated, these are minimum specifications. Minimum specification State Compliance GENERAL The gross vehicle weight will be no less than 56,000 pounds The truck will be a conventional cab configuration with a forward tilting hood The hood will have engine access panels The truck will have a setback front axle A winter front will be included and installed The engine muffler/exhaust pipe will be on the right side, above and behind the cab The maximum height of the truck including exhaust shall not exceed 120”. ENGINE / TRANSMISSION The engine will be no less than 425 HP, turbo charged, constant horsepower or high torque rise type engine, 13 or 15 L displacement, with torque of not less than 1,450 foot pounds The engine will be equipped Selective Catalytic Reduction (SCR) using ds DEF fluid technology meeting current EPA emission standar An air operated fan clutch will be included The cooling system will have permanent antifreeze protection to -40F An air intake heater will be included An electrical engine block heater with the plug in located under the driver’s ed door will be includ ---PAGE BREAK--- SP - 2 The transmission will be an automatic, 80,000# capacity with six forward f, nt speeds, one reverse speed, with freewheeling lock and live power takeof Alison Model 4000RDS, Caterpillar CX31, or equivale EMISSION CONTROL EQUIPMENT Auto in motion regeneration will be included Manual auto in-motion will be included Manual stationary regeneration will be included The DEF tank will be heated with an in cab level indicator and a capacity of no less than 6.6 gallons with an automatic fluid return to tank upon shutdown. DEF tank heater will only be operational when the ignition key is on The engine will be programmed to regenerate at idle The engine will be programmed for in-town driving ELECTRICAL A 120 amp alternator and batteries with no less than 3000 CCA will be included The electrical system will have a negative ground All wiring passing through metal plate shall be grommeted and shall be in conduit with water proof seals All wiring connections shall be soldered and sealed All lights, radios and electrical accessories will be wired through the ignition switch ensuring that electrical devices are off when the ignition key is off GAUGES/WARNING SYSTEMS The air cleaner will have an in-cab restriction indicator The gauges included will be a speedometer, odometer, tachometer, hour meter, voltmeter, air pressure, oil pressure, water temperature, and transmission temperature A high water temperature, low air pressure, and low oil pressure warning lights and audio alarm will be included Truck will include an OSHA approved back up alarm Truck will include a hoist up alarm ---PAGE BREAK--- SP - 3 AXLES, WHEELS, AND BRAKES The front axle will have a 20,000 pound capacity with power steering, equipped with 10,000 pound leaf springs, and oil bath bearings The rear axles will be tandem with a 38,000 pound minimum capacity and include an interaxle differential with positive lock up The ratio on the rear axles will provide a maximum road speed of 75 MPH The suspension will be Hendrikson HMX The brakes will be full cam actuated and shall include a 12 CFM air compressor The parking brakes will spring set The brake system will include an air dryer (alcohol system not acceptable), automatic slack adjusters front and rear, and dust shields All wheels will be 9” X 22.5, 10 hole Accuride Uni-Lug type disc. A spare will be included mounted with the same tire as the rear tires on the truck The front tires will be 315/80 R22.5-14 PR tubeless radial The rear tires will be 11.00 R22.5-14 PR tubeless radial with premium traction tread Tires will be Michelin XDHT, Goodyear G-338 traction type, Firestone Transteel Power Drive XR4, or equivalent BODY AND FRAME The frame will be full depth channel The frame shall have a minimum of 3,000,000 RBM Hoist will be a cable style with a capacity of not less than 40, 000 pounds Bed will be capable of handling a container with a maximum length of 22 feet Dump angle will be no be no more than 50° Hydraulic operating pressure will be no more than 2000 PSI Hoist will utilize two hydraulic cylinders to lift the tilt frame A safety strut will be installed to block the tilt frame in the raised position ---PAGE BREAK--- SP - 4 The tilt frame will painted with urethane paint, the color to match the truck LED, side marker lights, and reflectors will be installed on the sides of the tilt frame at the front and the rear LED identification lights and reflectors will be installed on the rear of the tilt frame All rollers will be greaseable with bronze bearings The pintle hitch will have the capacity to tow a 60,000 pound centered 30” above the ground The wiring harness for trailer brake lights, turn signals, and taillights will be run to the rear of the truck. A standard truck style trailer plug will be installed Trailer air brake supply lines will be will be installed to the rear of the truck and terminated in glad hands. The Glad hands will be installed inside the frame rails and will be protected when loading or unloading The tractor protection valve and all other valves, plumbing, etc., needed to supply air to the trailer brakes shall be installed Polyethylene fenders will be installed over all rear tires. Fenders will be mounted so as not to interfere with tilt bed operation HYDRAULIC SYSTEM The hydraulic pump will be a variable flow rate pump driven by a PTO pump on the transmission or off the rear drive of the engine The roll off hoist control will be electronic with the controls installed on the right side of the driver’s seat. Hoist controls will also be installed behind the cab on the driver’s side so as to be operable from outside the cab as well The hydraulic tank capacity will be no less than 20 gallons CAB AND CHASSIS West Coast style heated rear view mirrors will be installed on both sides no less than 6” x 16” in size with attached 8” convex mirrors Electric windshield wipers will be included A 12 volt outlet will be installed in the cab Dual sun visors will be included The windshield(s) will be solar tinted ---PAGE BREAK--- SP - 5 A fresh air heater with air conditioning will be included A 100 gallon I.C.C. approved fuel tank will be installed on the left side Dual face, fender or hood mounted, LED turn signals will be installed Dual air horns and an electronic horn will be installed An in cab electrical connection will be provided for a business band radio An AM/FM radio will be included An electronic backup alarm that meets current OSHA standards will be installed Cab entry assist handles will be installed on both sides of the cab Anti-skid metal mats on the running boards and steps will be included The driver’s seat will be an air suspension, Bostrom Levelair, or equivalent A passenger seat will be installed The truck and roll off body will be painted with urethane paint, color preference will be given to Desert Tan Rubber splash guards, ½” thick will be installed in front of the front duals and behind the rear duals with 14”-18” clearance from the bottom of the splash guard to the ground Rubber splash guards, ½” thick will be installed behind the front wheel with 14”-18” clearance WARRANTY AND MANUALS The truck and all accessory equipment will have a 5 year, 250,000 mile warranty. All warranty issues will be reported to the successful bidder and the successful bidder is responsible for scheduling and completing all warranty repairs All paperwork necessary to obtain Wyoming license plates will be included An electronic and hard copy set of manuals for operator, parts, and repairs for the truck, engine, transmission, drive axle, hydraulics and tilt frame will be included ---PAGE BREAK--- SP - 6 Software, modem, cables, adapters, and harness necessary to diagnose engine, transmission, and ABS brakes and a minimum of 8 hours of training on the use of the computer software and program will be included A one year subscription for the software and on line support shall be included ADD ALTERNATE 1: Cab over cab design with cab tilt assist. ADD ALTERNATE 3: In-cab controlled tarp to cover load THE OWNER WILL BE NOTIFIED WHEN THE VEHICLE IS READY FOR DELIVERY AND RESERVES THE OPTION TO INSPECT THE VEHICLE BEFORE DELIVERY. THE CITY OF LARAMIE MAY ASSESS LIQUIDATED DAMAGES IF THE TRUCK IS DELIVERED AFTER THE ABOVE DATE. LIQUIDATED DAMAGES OF $30 PER DAY MAY BE ASSESSED IF THE CITY DEEMS THE DELAYS WERE AVOIDABLE. ---PAGE BREAK--- CITY OF LARAMIE, WYOMING INSTRUCTIONS TO BIDDERS Bidders will observe the following instructions together with those contained in the "Notice of Call for Bids". IB-1 BID SPECIFICATIONS The following are part and parcel of the contract and whenever the word "contract" appears herein the same shall be held to include all of these items: Notice of Call for Bids Instructions to Bidders Bid Form/Contract Bid Guarantee Performance Guarantee Detailed Specifications Addenda IB-2 BIDS a. Bids shall be made upon the form furnished herein, or copies thereof, with all items properly filled out, unless specific directions in the advertisement, on the Bid Form/Contract, or in the Specifications allow for partial bids. When quotations on all items are not required, bidders shall insert the words "no bid" where appropriate. Numerals shall be written in ink, and the signature of all persons signing shall be in longhand. The completed form should be without interlineation, alteration, or erasure. Any corrections to entries made on the bid form should be initialed by the person signing the bid. No oral, facsimile, telephonic or telegraphic proposals or modifications will be considered. In the event that any requirements in these Specifications are not included in manufacturer's specification sheets, bidders shall submit with the bid a Statement of Compliance. b. All bids must be sealed, addressed to and deposited with the City Clerk, City Hall, 406 Ivinson Street (P.O. Box Laramie, Wyoming 82073, on or before the day and hour set for opening of bids in the advertised "Notice of Call for Bids". Bids received after the time so indicated shall be returned unopened. The bids must be endorsed on the outside with the name of the bid as shown on the Specifications, and with the name and address of the bidder. IB-3 BID GUARANTEE a. Each bid shall, as a guarantee of good faith on the part of the bidder, be accompanied by Bid Guarantee in an amount of not less than five percent of the total bid. Bid bonds and cashier's checks which have an expiration date of less than one year are not acceptable. Bid Guarantee shall be forfeited as liquidated damages if the bidder, upon award to him/her, fails to enter into contract within 30 days following award. b. Bid Guarantee shall be in the form of a bond for all bids greater than $100,000. Bid Guarantee may be in the form of a bond or cashier's check for bids equal to or less than $100,000. IB-1 ---PAGE BREAK--- IB-4 PERFORMANCE GUARANTEE a. At such time as the bidder enters into Contract, he/she shall provide Performance Guarantee in the amount of 100% of the awarded contract as security for the faithful performance and payment of all his/her obligations under the Specifications, except for vehicle bids, where the 5% bid security may be substituted for the performance guarantee. b. Performance Guarantee shall be in the form of a bond for all contracts greater than $100,000. These bonds shall be in amounts at least equal to the Contract Price, and in such form and with such sureties as are approved by the City Attorney and licensed to conduct business in the State of Wyoming and are named in the current list of "Surety Companies Acceptable in Federal Bonds" as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S. Treasury Department. Performance Guarantee may be in the form of a cashier’s check for all contracts less than $100,000. c. Upon providing acceptable bond to the Owner the Bid Security accompanying the Bid shall be returned. IB-5 STATUTORY REQUIREMENTS/COMPARISON OF BIDS/WYOMING PREFERENCE ACT OF 1971 Preference is hereby given to supplies, materials, equipment, machinery and provisions produced, manufactured, supplied or grown in Wyoming, quality being equal to articles offered by competitors outside the state. IB-6 WITHDRAWAL OF BID Bids may be withdrawn by the bidder prior to, but not after, the time set for opening upon written, facsimile or telegraphic request of the bidder. Errors on the part of the bidder in preparing bids shall not create a right to withdraw bid subsequent to the opening. IB-7 INTERPRETATION OF DOCUMENTS Should a bidder find discrepancies in or omissions from the Specifications or be in doubt as to their meaning, bidder shall, at once, notify the City Clerk, and if the point in question is not clearly and fully set forth, a written Addendum or bulletin of instructions will be mailed or delivered to each person obtaining a set of Specifications as provided for in the Notice of Call for Bids. Each person requesting an interpretation will be responsible for the delivery of his request to the Clerk. The City will not be bound by, nor responsible for, any explanation or interpretation of the proposed documents other than those given in writing as set forth in this paragraph. No oral instructions, interpretations, or representations shall be binding upon the City. IB-8 SUBSTITUTION FOR PATENTED AND SPECIFIED ARTICLES Whenever in the Specifications any material or process is indicated or specified by patent or proprietary name and/or by name of manufacturer, such Specifications shall be deemed to be used for the purpose of facilitating description of the material and/or process desired and shall be deemed to be followed by the words "or equivalent", and the bidder may offer any material or process which shall be equal in every respect to that so indicated or specified; provided, however, that if the material, process or article so offered by the bidder is not, in the opinion of the City, equal in every respect, then the bidder must furnish the material, process or article specified or one that in the opinion of the City is equal thereto in every respect. IB-2 ---PAGE BREAK--- IB-3 IB-9 AWARD OR REJECTION OF BIDS The City reserves the right to reject any part or all of any and/or all bids and to waive irregularities in bids received. IB-10 CONSIDERATION OF BIDS IN AWARDING OF CONTRACT after the opening of the bids a compilation of them will be prepared, and the Bid Guarantee of those bidders who in the sole judgment of the City should not be considered in making the award will be returned. The other Bid Guarantees, except that of the successful bidder, will be returned as soon as a contract is awarded or after a lapse of thirty (30) days of the time from the opening of bids. Unless otherwise stated in the Bid Form/Contract, when the Bid Guarantee is held as Performance Guarantee in conjunction with the bidder's agreement to perform, the Bid Guarantee of the successful bidder will be returned as soon as contract and approved Performance Guarantee is provided, except in the case of vehicle bids, where the 5% security will be retained as the performance guarantee. The contract will be awarded within thirty (30) days after opening of bids unless all bids are rejected. The successful bidder will be required to furnish the guarantee required within thirty (30) days of receipt of Notice of Award. Failure to do so shall be just cause for the annulment of the award and in the event of such annulment, the Bid Guarantee of the bidder shall become the property of the City of Laramie. Award may then be made to another bidder or the City may call for other bids. IB-11 BASIS OF PAYMENT The basis of payment will be actual quantities of materials furnished and/or services rendered and accepted. If upon completion of delivery or services performed, the actual quantities show either increase or decrease from the quantities shown in the Bid Form/Contract, the unit prices submitted on that Form shall still prevail. A completed City of Laramie voucher shall be presented for payment(s). IB-12 CONCERNING SUBCONTRACTORS Unless herein specified as an inclusion to be submitted with each bid, the bidder may be required to submit, prior to the Notice of Award, the names of subcontractors and manufacturers of materials and equipment proposed to fulfill the requirements of the specifications. IB-13 TITLES/WARRANTIES Successful bidders shall furnish a Wyoming Certificate of Title made out to the City of Laramie for all items required by the State of Wyoming to carry license plates. Each bid shall include a Statement of Standard Warranty of the manufacturer. IB-14 CONTRACT VOID IF NOT FUNDED By Wyoming law, any contract awarded by the City is void if the city council fails to appropriate funds for completion of the contract. Should council decide not to fund the contract, bidders are not entitled to compensation for their efforts and the apparently successful bidder will not have a claim for labor, materials, or otherwise. ---PAGE BREAK--- NOTICE OF CALL FOR BIDS Notice is hereby given that the City of Laramie, Wyoming will receive sealed bids for the furnishing of: PUBLIC WORKS – SOLID WASTE DIVISION ONE ROLLOFF TRUCK WITH OUT TRADE-IN as called for in the specifications for Rollback Truck Bid 2012 at the Office of the City Clerk, City Hall, 406 Ivinson Street (PO Box Laramie, Wyoming 82073 until 1:00 P.M. Local Time, on the 2nd day of October, 2012, at which time the bids will be publicly opened and read aloud. All bids must be submitted on the forms supplied by the City of Laramie. Envelopes containing bids shall be clearly marked with the name of the bid and shall show the name and address of the bidder. Bids which are not prepared and filed in accordance with the specifications may be rejected. Bids may not be withdrawn after the time fixed for opening. The City reserves the right to reject any and all bids and the right to waive irregularities in bids received. Each bid must be accompanied by a bid guarantee as called for in the specifications. For bids greater than $100,000 the guarantee must be in the form of a bond for not less than five percent of the total amount of such bid. For bids equal to or less than $100,000 the guarantee may be a bond or a cashier’s check for not less than five percent of the total amount of such bid. Bonds and cashier’s checks will be payable to, and forfeited to, the City of Laramie as liquidated damages if bidder fails to enter into contract within thirty (30) days after award to him/her, or fails at the time of executing the contract to furnish a performance guarantee as approved by the City in the amount of one-hundred percent (100%) of the bid, except in the case of vehicle bids, where the 5% bid security may be substituted for the performance guarantee. Facsimile (fax) or other copies of bonds are not acceptable, nor are cashier's checks which have an expiration date of less than one year. NO BID WILL BE CONSIDERED IF NOT ACCOMPANIED BY SUCH BID GUARANTEE. A complete set of the specifications and the bid forms may be obtained after the 4th day of September, 2012, on the City of Laramie website at www.cityoflaramie.org, click on Government, City Clerk, Bids, Public Works Bids and then select the project or at the Office of the Street Maintenance Manager, City of Laramie, 955 N. 4th Street, P.O. Box C, Laramie, Wyoming 82073. Preference is hereby given to materials, supplies, equipment, machinery and provisions, produced, manufactured, supplied or grown in Wyoming, quality being equal to articles offered by competitors outside the State, as provided in W.S. 16-6-101 through 16-6-107. CITY OF LARAMIE, WYOMING (SEAL) By Attest: Janine Jordan, City Manager Sue Morris-Jones, MCM Publication Dates: September 4, 2012; September 18, 2012 NB-1 ---PAGE BREAK--- NOTICE OF CALL FOR BIDS Notice is hereby given that the City of Laramie, Wyoming will receive sealed bids for the furnishing of: PUBLIC WORKS DEPARTMENT – SOLID WASTE DIVISION ONE ROLLOFF TRUCK WITHOUT TRADE-IN as called for in the specifications for ROLLOFF TRUCK BID 2012 at the Office of the City Clerk, City Hall, 406 Ivinson Street (PO Box Laramie, Wyoming 82073 until 1:00 P.M. Local Time, on the 2nd of October, 2012, at which time the bids will be publicly opened and read aloud. All bids must be submitted on the forms supplied by the City of Laramie. A complete set of the specifications and the bid forms may be obtained after the 4th day of September, 2012, on the City of Laramie website at cityoflaramie.org click on Government, City Clerk, Bids, Public Works Bids and then select project or at the Office of the Street Maintenance Manager, City of Laramie, 955 N. 4th Street, P.O. Box C, Laramie, Wyoming 82073. CITY OF LARAMIE, WYOMING (SEAL) By Attest: Janine Jordan, City Manager Sue Morris-Jones, MCM Publication Dates: September 4, 2012; September 28, 2012 Boomerang-Street Dept Acct #12459946 NB-1