Full Text
CITY OF LARAMIE, WYOMING SPECIFICATIONS FOR PUBLIC WORKS, SOLID WASTE 2012 –ONE 5 CUBIC YARD LOADER September 25, 2012 TABLE OF CONTENTS NOTICE OF CALL FOR BIDS. . . . . . . . . . . . . . . . . . . . . . . . . . . NB-1 INSTRUCTIONS TO BIDDERS. . . . . . . . . . . . . . . . . . . . . . . . . . .IB-1 - IB-3 BID FORM/CONTRACT. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .BF-1 - BF-2 DETAILED SPECIFICATIONS. . . . . . . . . . . . . . . . . . . . . . . . . . SP-1 – SP 4 5 Cu Yd Loader PW/Solid Waste ---PAGE BREAK--- NB-1 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 2012 –ONE 5 CUBIC YARD LOADER as called for in the specifications for Solid Waste Loader 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 25th day of September, 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 28th day of August, 2012, 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, MMC Publication Dates: August 28, 2012; September 11, 2012 Boomerang--Streets Acct #12459946 ---PAGE BREAK--- NB-1 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 2012 –ONE 5 CUBIC YARD LOADER as called for in the specifications for Solid Waste Loader 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 25th day of September, 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 Bids may not be withdrawn after the time fixed for opening.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 may be obtained after the 28th day of August, 2012, 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, MMC Publication Dates: August 28, 2012; September 11, 2012 ---PAGE BREAK--- IB-1 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-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. ---PAGE BREAK--- IB-2 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-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 ---PAGE BREAK--- IB-3 (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--- BF1 CITY OF LARAMIE, WYOMING BID FORM/CONTRACT PUBLIC WORKS – SOLID WASTE 5 Cubic Yard Loader September 25, 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, 5 Cubic Yard Loader NO TRADE $ All paperwork for titling and license plates shall be provided to the Fleet Division when the loader is delivered. The City reserves the right to keep any or all the trade-ins and purchase without trade. Each vehicle bid will be considered independent of any of the other vehicles bid. 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 loader is: Date: 2012 The City of Laramie may assess liquidated damages if the loader 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. ---PAGE BREAK--- BF2 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 ---PAGE BREAK--- SP-1 CITY OF LARAMIE, WYOMING DETAILED SPECIFICATIONS PUBLIC WORKS DEPARTMENT – SOLID WASTE DIVISION 5 CU YD LOADER WITHOUT TRADE IN 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 NEW 2012 OR 2013 MODEL YEAR 5 CUBIC YARD LOADER LOADER WILL BE USED AT THE CITY LANDFILL AND SHOULD BE EQUIPPED FOR LANDFILL USEAGE. BASIC SPECIFICATIONS The machine will have an operating weight of no less than 35, 000 pounds Travel speed shall be no less than 20 MPH with 4 speed transmission Cab will be meet ROPS SAE J1040 MAY 94, ISO 3471-1994 specs Cab will meet FOPS SAE J/ISO 3449 APR98, Level II, ISO 3449 1992 Level II specs. An electronics backup alarm meeting current OSHA requirements Tires will be 20.5” solid rubber traction type. An external tool box will be attached. Tool box will be no less than 12 inches wide, 18 inches long and 12 inches high. A plug in jumper receptacle will be installed. Loader will be equipped with an automatic ride control system. ENGINE Meets US EPA Tier 4 emission standards. If DEF technology is used, 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. ---PAGE BREAK--- SP-2 Net horsepower will be no less than 170 as per ISO 9249 and EEC 80/1269 Gross Torque will be no less than 608 ft-lb per ISO 14396 The engine will be equipped with a 120 volt block heater The engine will be a 6 cylinder diesel with turbocharger with intercooler Engine shall maintain full power up to 8,000’ above sea level RPM at rated power shall not be greater than 2,400 Anti-freeze will have a 3,000 hr or 3 year life with a rating of no less than -34F The alternator will be rated at no less than 70 amps The electrical system will be 24V with dual batteries in series with no less than 850 CCA The engine will be equipped with glow plugs or a manifold heater for cold weather starts The engine will be equipped with an auto idle system The fuel tank capacity will be no less than 40 gallons HYDRAULICS The main pump shall be a variable displacement piston type 3rd and 4th function hydraulics will be installed. Couplers will be #12 JIC female swivel that terminate three feet from the end of the boom 3rd function will have a minimum flow of 45 gpm with a minimum Working pressure of 4000 psi. 4th function will have a minimum flow of 18 gpm with a minimum working pressure of 4000 psi. Hydraulic system will have a minimum capacity of 40 gallons with A minimum tank capacity of 20 gallons. DRIVE TRAIN Front axle will be auto locking. Rear axle will be limited slip. ---PAGE BREAK--- SP-3 Drivelines, axles, transmission and all other drive train components As well as crankcase, radiator and axle seal guards will all be protected With skid plates and/or additional protection. OPERATOR STATION The cab will have an interior light, air conditioner, heater, and defroster Cab shall be pre-wired with electric voltage converter, speakers and antenna for installation of an entertainment radio and have power wiring installed for a 2 way radio A windshield wiper and washer shall be included The door will contain a tempered glass sliding window A high back, fabric covered, suspension seat with adjustable arm rests, seat belt, And a rubber floor mat will be included Left and right side rear view mirrors will be included The controls will be joystick pilot operated A 12V power supply will be included The machine will have an instrument panel/ LCD monitor with indicators for low voltage, high engine coolant temperature, low engine oil pressure, glow plugs active, low idle feature active, hydraulic filter restriction, low fuel level and low DEF level (if equipped) and transmission temperature. The machine will have an instrument panel/LCD monitor with gauges monitoring hydraulic oil temperature, engine water temperature, and fuel level and DEF level. A tachometer and hour meter will also be included. All gauges will be illuminated. An audible alarm will be included for high engine coolant temperature and low Engine oil pressure Four lights will be installed on the cab in one of the two configurations: Four adjustable LED lights on a light bar on top of the cab or two lights mounted on the top of the cab and two mounted in the cab housing under the wind shield, and two lights will be installed on the boom, one on each side for illumination at night Electric warning horn will be included 4 extra keys will be provided for each keyed alike lock. ---PAGE BREAK--- SP-4 ATTACHMENTS Attachments will attach using a Balderson style quick hitch with a mounting width of 24 inches center to center. Tube diameter will be 5 inches. Hydraulically actuated lock pins on the hitch will be controlled by a switch in cab. All attachments will come with hitch forks installed 5 cu yd “waste” bucket Adjustable width pallet fork. 4 cu yd multi-purpose bucket SERVICE MANUALS / TRAINING One set of service manuals for the machine, engine, electrical, emissions, and schematics will be included, one electronic and one hard copy. Two operator’s manuals will be included, one with the machine and one additional. Computer diagnostics cables and diagnostic programs will be included. Up to 8 hours of training in the use and operation of the machine will be offered to employees from the Solid Waste Division. WARRANTY Warranty will be 60 months total machine warranty. Seller will be responsible for transportation costs and fees for any repairs during the warranty period. DELIVERY The City of Laramie may assess liquidated damages if the loader is delivered after the date stated. Liquidated damages of $30 per day may be assessed if the City deems the delays were avoidable.