SEALED BIDS MUST BE RECEIVED BY THE OFFICE OF THE ...if yes, amount required yes ( x ) no ( )...
Transcript of SEALED BIDS MUST BE RECEIVED BY THE OFFICE OF THE ...if yes, amount required yes ( x ) no ( )...
SEALED BIDS MUST BE RECEIVED BY THE OFFICE OF THE PURCHASING AGENT, 125 EAST AVENUE NORWALK, CT 06856 BY THE DATE AND TIME OF BID OPENING
PROJECT NUMBER: 3920
REQUESTING DEPARTMENT: DPW
DATE OF BID ISSUANCE: May 9, 2019
TITLE OF BID: DPW Bucket Truck
DATE OF BID OPENING: May 30, 2019
MANDATORY WALKTHROUGH:
DATE, TIME AND LOCATION OF WALKTHROUGH
YES ( ) NO ( )
N/A
TIME OF BID OPENING: 2:00 PM
BID DEPOSIT REQUIRED: IF YES, AMOUNT REQUIRED
YES ( X ) NO ( )
SUCCESSFUL BIDDERS ONLY: PERFORMANCE & PAYMENT BOND REQUIRED: IF YES, AMOUNT REQUIRED
YES ( X ) NO ( )
SUCCESSFUL BIDDERS ONLY: MAINTENANCE BOND REQUIRED: IF YES, AMOUNT REQUIRED:
YES ( ) NO ( X )
ALL TERMS AND CONDITIONS, SPECIFICATIONS AND BID FORMS ARE ATTACHED HERETO.
NOTE: THE FOLLOWING DOCUMENTS WILL BE REQUIRED FOR A BID TO BE COMPLIANT
1. BIDDER’S INFORMATION AND ACKNOWLEDGEMENT FORM2. BID FORMS, INCLUDING PRICING SHEETS AND ADDENDA ACKNOWLEDGMENT FORMS (ONE
ORIGINAL PLUS FIVE (5) COPIES)3. EXCEPTIONS (IF ANY)
Page 1
NOTICE TO BIDDERS
1. ALL BIDS WILL BE OPENED PROMPTLY AT THE ADVERTISED TIME OF OPENING. THERE WILL BE NO DELAYS OR POSTPONEMENTS WHICH ARE NOT PUBLICLY ADVERTISED. ANY BID RECEIVED AFTER THE ADVERTISED TIME OF OPENING WILL NOT BE ACCEPTED.
2. IF A BIDDER USES A COURIER SERVICE FOR BID DELIVERY, IT SHALL BE THE BIDDER’S RESPONSIBILITY THAT THE BID REACHES THE PURCHASING DEPARTMENT BY THE DATE AND TIME SPECIFIED HEREIN.
3. ALL BIDS SUBMITTED TO THE CITY MUST BE IN A CLEARLY MARKED AND SEALED ENVELOPE.
4. OBLIGATION OF BIDDERS:
a. AT THE TIME OF OPENING BIDS, EACH BIDDER SHALL BE PRESUMED TO HAVE INSPECTED THE SITES AND TO HAVE MADE HIM/HERSELF THOROUGHLY FAMILIAR WITH THE PLANS AND CONTRACT DOCUMENTS, INCLUDING ALL ADDENDA. THE FAILURE OR OMISSION OF ANY BIDDER TO RECEIVE OR EXAMINE ANY FORM, INSTRUMENT OR DOCUMENT SHALL IN NO WAY RELIEVE ANY BIDDER FROM ANY OBLIGATION IN RESPECT TO THEIR BID.
b. EACH BIDDER MUST FULLY INFORM HIM/HERSELF OF THE CONDITIONS RELATING TO THE WORK WHICH WILL BE PERFORMED. FAILURE TO DO SO WILL NOT RELIEVE THE SUCCESSFUL BIDDER OF HIS/HER OBLIGATION TO FURNISH ALL LABOR AND MATERIALS NECESSARY TO CARRY OUT THE PROVISIONS OF THE CONTRACT DOCUMENTS AND TO COMPLETE THE CONTEMPLATED WORK. IN AS MUCH AS POSSIBLE, THE CONTRACTOR MUST, IN CARRYING OUT HIS/HER WORK, EMPLOY SUCH METHODS OR MEANS AS WILL NOT CAUSE ANY INTERRUPTIONS OR INTERFERENCE WITH THE WORK OF ANY OTHER CONTRACTOR.
5. TIME IS OF THE ESSENCE (IF APPLICABLE):
a. IF THE PROJECT IS NOT COMPLETED BY THE DATE SPECIFIED AS THE SUBSTANTIAL COMPLETION DATE IN THE CONTRACT ENTERED INTO BY THE CITY AND THE CONTRACTOR, THE CONTRACTOR WILL BE SUBJECT TO CONSEQUENTIAL AND/OR LIQUIDATED DAMAGES.
Page 2
BIDDER’S INFORMATION AND ACKNOWLEDGMENT FORM
Bidder’s Name
Street Address City State Zip
Business Telephone:
Email Address:
Printed Name and Title of Individual Submitting Bid
The undersigned acknowledges that the terms, conditions and specifications of this bid are understood and unconditionally
accepted.
Signature Date
Page 3
Exceptions: Note any vendor(s) responding to this proposal shall indicate any/all exceptions (if any) taken to language in this proposal. Exceptions must be declared below in order to be considered by the City:
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
Page 4
GENERAL INFORMATION 1. INTRODUCTION
The City of Norwalk is requesting bids for the purchase of one (1) Bucket Truck. The vehicle
can either be a new or “demo” vehicle, preferably a 2018 or 2019. The requirements of this project are outlined in greater detail under Section 2 Project Specifications.
2. BID DOCUMENTS All Bid documents for this invitation are available over the internet at http://www.norwalkct.org. Adobe Acrobat reader is required to view this document. If you do not have this software you may download it for free from Adobe.
3. ADDENDA All addenda, if issued will be available over the internet at http://www.norwalkct.org. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the bid deadline. It is the responsibility of the bidder to check for issuance of any addenda.
4. BIDDER’S LIST Bidder’s list for this solicitation will not be published.
5. QUESTIONS CONCERNING THIS BID All questions concerning this solicitation must be directed, via e-mail, to Carleen Megaro, Buyer at [email protected]. The deadline for the submission of questions is 2:00 pm May 22, 2019.
6. SUBMISSION OF BID All sealed Bids should be submitted to the City of Norwalk’s Purchasing Department no later than May 30, 2019 at 2:00 pm at the address listed below: City of Norwalk Purchasing Department 125 East Avenue, Room 103 Norwalk, CT 06856-5125
Page 5
7. SUMMARIES A list of the proposing firms will be available any time after 5:00 pm on the day of the opening at http://www.norwalkct.org. Results will not be provided over the phone.
SPECIAL NOTES: 1.) The awarded vendor must be an authorized automobile dealership located in the State of Connecticut. 2.) The awarded vendor will be required to provide proof of its current standing with the Connecticut Secretary of State's Office (see Section, 1.2 Bidder’s Qualifications). 3.) The purchase of any and all of the Optional Equipment listed in this bid will be subject to City of Norwalk budget constraints. The City of Norwalk will solely determine which of the optional equipment will be purchased. 4.) Any deviation from these specifications must be documented and submitted with your proposal in detail on a separate form. If deviations are not documented completely, the bidder may be disqualified from consideration for an award. 5.) The Bid submission (original and copies) is required to be delivered the Purchasing Department. Uploading a digital copy is not required but recommended.
The City of Norwalk is an Affirmative Action/Equal Opportunity Employer; Minority/Women's Business Enterprises are encouraged to apply
Page 6
1.1 PRICING SHEET – DPW BUCKET TRUCK Vendor Name - Address -
Phone - Fax - Email -
The undersigned hereby declares that he/she or they are thoroughly familiar with the specifications, the various sites, the City's requirements, and the objectives for each element of the project item or service and understands that in signing this proposal all right to plead any misunderstanding regarding the same is waived.
The undersigned further understands and agrees that he will furnish and provide all the necessary material, machinery, implements, tools, labor, services, and other items of whatever nature, and to do and perform all the work necessary under the aforesaid conditions, to carry out the contract and to accept in full compensation therefore the amount of the contract as agreed to by the Contractor and the City.
Qty Year Manufacture/Make Model Total Cost 1
Please indicate if new or "demo" vehicle. If "demo" please indicate the mileage. _____________________________________________________________________________
*Shipping & delivery costs to be included in the Total Cost above.
Delivery - ________calendar days after receipt of contract.
Warranties Include any and all warranty information with your offer. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________
DEVIATIONS FROM SPECIFICATIONS: Any deviation from these specifications must be documented and submitted with your proposal in detail on a separate form. If deviations are not documented completely, the bidder may be disqualified from consideration for an award.
Page 7
PROJECT: 3920 DPW Bucket Truck
VENDOR NAME:
Bid Security in the form of a (check one) is attached.
Bond
Certified Check
Cost for performance bond included in lump sum
$
per thousand dollars
Insurance Agency Name -
Tel.-
Agency Address -
Submitted by -
Authorized Agent of Company (name and title)
Date The above signatory acknowledges receipt of the following addenda issued during the bidding period and understands that they are a part of the bidding documents (if applicable):
Addendum # Dated Addendum # Dated Addendum # Dated Addendum # Dated Addendum # Dated Addendum # Dated
Page 8
1.2 STATEMENT OF BIDDERS QUALIFICATIONS 1. Number of years in business - _________
2. Number of personnel employed Part-time - ______, Full - time_____,
3. List projects of this type/size your firm has completed within the last three years:
Project
Date
Contact Person
Phone No.
4. STATUS OF THE BUSINESS AND ITS CURRENT STANDING WITH THE SECRETARY OF STATE'S OFFICE; e.g., are all required filings current and in good standing or has the entity been withdrawn or canceled
Connecticut corporations - Will the Secretary of State be able to issue a Certificate of Good Standing within 30 days of the bid opening?
Yes
No
.
.
Out-of -State corporation’s - Do you have a valid license to do business in the State of Connecticut? (Evidence in the form of a Certificate of Authority from the Connecticut Secretary of State will be required within 30 days of the bid opening.)
Yes
No
.
.
Page 9
SERVICE – 5. Location of service center - ___________________________________________ 6. Size of service center (sq.ft.) - _________________________________________ 7. Number of full time mechanics employed qualified to handle this equipment : _______ Attach any additional information that demonstrates your qualification for this work including appropriate certifications.
Page 10
SECTION 2 – PROJECT SPECIFICATIONS
The City of Norwalk Department of Public Works intends to purchase one (1) Bucket Truck. The Bucket Truck shall be new or “demo” vehicle, preferably a 2018 or 2019. The awarded vendor shall deliver the specified Bucket Truck fully assembled and operational to the ‘Ship To’ address listed below.
Ship to: City of Norwalk Public Works Center
Fleet Division – Attn: Joel Grant, Fleet Manager
15 South Smith Street
Norwalk, CT 06855
A complete set of operator and repair manuals shall be supplied to the Fleet Manager at time of delivery.
SPECIFICATIONS
ARTICULATING TELESCOPIC AERIAL DEVICE (INSULATED)
General Specifications Ground to Bottom of Platform* 37.8 ft @ Distance From Centerline 11.2 ft Maximum Reach: End-Mount Side-Mount @ Platform Height
28.3 ft 26.2 ft 14.6 ft
Lower Boom Articulation -25° to 75° Rotation Continuous * Based on a 40 in (1016 mm) chassis frame height
1. Telescoping/articulating continuous rotation aerial device with an insulating
articulating arm, insulating telescopic upper boom, and a single handle design controller that provides additional safety and a smooth ease-of- operation insulating system at boom tip. Includes the following features:
Page 11
2. Post style pedestal mounting 3. Poly Hydraulic Reservoir, Pedestal Mounted, 7 Gallon (Includes Sight Gauge) 4. Single, One (1) Man, Fiberglass Platform; End mounted with 180 degree rotator.
24 x 30 x 42 inches, includes hydraulic tilt. 5. Two (2) Platform Steps 6. Soft nylon reinforced vinyl platform cover for a 24 x 30 inch platform 7. Platform liner for a 24 x 30 x 42 inch platform 8. Platform Capacity, 400LBS 9. Single handle controller that provides additional safety and a smooth ease-of-operation
insulating 4 Function, proportional Speed, Upper control handle – with safety interlock and interlock guard. Forward/back operates upper boom in/out, tiller operates rotation CW/CCW, up down operates lower boom up/down, and twist operates articulating arm up/down. Platform leveling is controlled with a separate interlocked control handle.
10. Secondary Stowage System: 12 VDC powered motor and pump assembly for temporary operation of the unit in a situation wherein the primary hydraulic source fails. Electric motor is powered by the chassis battery. Control is operated with an air plunger at the platform and switch at the lower control station. This feature allows the operator to completely stow the booms and platform.
11. Manual lowering valve located at the boomtip. For use in emergency situations to allow the operator to lower the boom to the ground
12. Powder coat unit White 13. HYBRID READY UNIT: For personnel, single platform machines. Unit will be
manufactured with all the necessary components including modules and controls to interface to a hybrid system
Unit and Hydraullic Acc
14. HVI-22 Hydraulic Oil (Standard) - Quantity 9 15. Standard Pump for PTO 16. Hot shift PTO for automatic transmission
Body
17. 108 Inch Universal Small Aerial Body for a 60 Inch CA Chassis with 38 Inch Long
Side Access Tailshelf to Meet the Following Specifications: Square grab handle
A. Basic Body fabricated from A40 grade 100% zinc alloy coated steel B. All doors are full, double paneled, self-sealed with built-in drainage C. Stainless steel hinge rods extended full length of door D. Door hinges are zinc alloy material attached with rivets E. All doors contain stainless steel, flush mounted, paddle activated rotary style latches with two-stage locking, including keyed locks and adjustable strikers F. Heavy-gauge welded steel frame construction with smooth galvaneal floor G. Possible contact edges are folded for safety H. Door header drip rail at top for maximum weather protection I. Neoprene or rolled fenders on wheel fender panels J. Steel treated for improved primer bond and rust resistance
Page 12
K. Automotive underseal applied to body L. Automotive type non-porous door seals fastened to the door facing M. 108 Inch Body Length N. 40 Inch Body Height (Standard) O. 94 Inch Body Width (Standard) P. 20 Inch Body Compartment Depth (Standard) Q. 8 Inch Body crossmembers (Standard) R. No Treadplate On Compartment Tops S. 6 Inch tall wooden tailboard installed at the rear of body cargo area T. Stainless Steel Rotary Paddle Latch With Lock (Standard) U. Master Body Locking System (Standard) V. One (1) Double-Capacity Chock Holder On Curbside Of Body W. Gas Shock Type Rigid Door Holders for Vertical Doors (Standard) X. Chains on Horizon Doors Y. B-Line Channel Installed in Compartments Z. 1st Vertical streetside (LH) – Two (2) Adjustable Shelves With Removable Dividers On 4 Inch Centers
AA. 1st Horizontal streetside (LH) – One (1) Fixed Shelf with Removable Dividers On 8 Inch Centers
AB. Rear Verical steetside (LH) – Six (6) Adjustable Locking Swivel Hooks AC. 1st Vertical curbside (RH) – Seven (7) Adjustable Locking Swivel Hooks, Louvered
Panel Installed in Cargo Wall AD. 1st Vertical curbside (RH) – One (1) Adjustable Shelf With Adjustable Dividers On
4 Inch Centers AE. 1st Horizontal curbside (RH) – One (1) Adjustable Shelf With Adjustable Dividers
On 4 Inch Centers. One (1) Fixed Shelf On Bottom of Compartment With Adjustable Dividers On 4 Inch Centers
AF. Rear Vertical curbside (RH) – Two (2) Adjustable Shelves With Removable Dividers On 4 Inch Centers And One (1) Lower Control Holder Bracket
AG. Lexan Rock Guards Installed in Front Of Body At the Bottom AH. One (1) Small Bolt-On Grab Handle Installed at Rear Of Curbside Compartments AI. 38 Inch Tailshelf with Integrated Side Access Steps and Smooth Galvaneal Floor
Installed at Rear of Body. Includes One (1) U-Shaped Grab Handle AJ. One (1) Rubber Belted Access Step, For Use Below The Tailshelf Side Access
Steps
Body and Chassis Accessories
18. ICC Underride Protection 19. Combination 2 Ball (10,000 LB MGTW) And Pintle Hitch (16,000 LB MGTW) 20. Set Of Eye Bolts for Trailer Safety Chain, Installed one each side of towing device mount 21. Front Torsion Bar Installed on Chassis 22. Rear Torsion Bar Installed on Chassis 23. Appropriate counterweight added for stability 24. Platform Rest, Rigid with Rubber Tube
Page 13
25. Boom Rest for Telescopic Unit 26. Mud Flaps (Pair) 27. Wheel Chocks, Rubber, 9.75” L x 7.75” W x 5.00” H with 4” L Metal Hairpin Style Handle (Pair) 28. Slope Indicator Assembly For Machine Without Outriggers 29. Safety Harness And 4.5’ Lanyard (Fits Medium to Xlarge) Includes Pouch and Placards 30. 5 LB Fire Extinguisher With Light Duty Bracket, Installed (In Cab or Inside Compartment Only) 31. Triangular Reflector Kit, Installed 32. Vinyl manual pouch for storage of all operator and parts manuals
Electrical Accessories
33. Lights and reflectors in accordance FMVSS #108 lighting package (Complete LED, including LED reverse lights) 34. Standard Amber LED Strobe Light with Brush Guard Post mounted on Streetside Front Compartment top 35. Single tone back up alarm installed between the chassis frame rails at the rear of the chassis. To work in conjuction with chassis reverse drive system 36. 6-Way Trailer Receptacle (Pin Type) Installed At Rear 37. Ford Uplifter Switches (Supplied With Chassis) 38. Start/Stop/ Throttle Module, 12 Volt System 39. Install secondary stowage system 40. Boom Out of Stow Indicator for Lower Boom 41. PTO Indicator Light Installed in Cab
Finishing Details 42. Powder Coat Unit White 43. Components mounted below frame rail shall be coated black i.e. step bumpers, steps,
frame extension, pintle hook mount, dock bumper mounts, D-rings, receiver tubes, accessory mounts, light brackets, under-ride protection, etc. Components mounted to under side of body shall be coated black i.e. Wheel chock holders, mud flap brackets, pad carriers, boxes, lighting brackets, steps, and ladders
44. Apply Non-Skid Coating to all walking surfaces 45. English Saftey and Instructional Decals 46. Vehicle Height Placard – Installed in Cab 47. Greenfleet Decals, Hybrid Decal Kit (needed when the bucket part of the truck is
operating by battery so the truck doesn’t have to be on) 48. Placard, HVI-22 Hydraulic Oil 49. Dielectric test unit according to ANSI requirements 50. Stability test according to ANSI requirements 51. Focus Factory Build 52. Delivery of Completed Unit 53. Demo Unit
Include RepairCentral Key Chain and Window Sticker
Page 14
54. Inbound Freight 55. Additional Finishing Detail DOT Sticker is to be placed in the rear window of the cab behind the driver’s seat 56. Articulating Telescopic Aerial Devices (Insulated) Installation 57. Hybrid System Installation that is a mild hybrid system that will utilize lithium-ion
battery technology and the ZeroRPM Idle Mitigation System (IMS) for engine-off operations. The system will use stored electrical energy to power the aerial device, tools and exportable power, and provide cab comfort. The energy storage system is recharged by plugging into shore power or by the truck’s internal combustion engine.
58. Stock Unit
Hybrid 59. Hybrid System Intallation includes ePTO as Primary Hydraulic Power A. Lithium Ion energy storage provides power B. Hybrid System that automatically eliminates unnecessary engine idle time, manages
cabin temperature heating & cooling, and maintains battery state of charge when the vehicle is in park or neutral
C. Integrated Cabin Comfort HVAC provides heating and cooling through the factory vents
D. On-Demand Operation: The ePTO (electric motor and hydraulic pump) is automatically powered when a demand is created either through activation of the upper or lower control interlock by engaging the hydraulic tool circuit.
E. Integral safety interlocks to ensure that the system operates only when transmission is in Park/Neutral, the Parking brake is set, and the engine compartment hood is closed
60. Cargo Area Installation at Curbside Front Body. AC100 battery pack is installed Curbside from in cargo area of body. Leave ample space for access to lower controls. Box must be mounted with connections facing rear of truck. Must provide 9 inches of clearance off connection side of box. Install on SS ILO CS 61. Cabin Air, Engine Off. Provides cooled air through factory ventilation system. Temperature set points and operating status are provided on the in cab display. A. Cooling is provided by a supplementary air conditioning compressor. 62. Cabin Heat, Engine Off. Provides heated air through factory ventilation system. Temperature set points and operating status are provided on the in cab display. A. Heating is provided by an electrically driven heat pump tied into the factory system. 63. Intellimetrics remote data management reporting solution provides key vehicle data such as engine run time, idle time, emissions reduced, battery charging history, and diagnostic
trouble codes through a secure on-line portal 64. Inverter, 1200 Watt, Pure Sine Wave, 120 VAC (Sensata #12/1200N) 65. Chassis 66. Supplied Chassis 67. The vehicle can be either a new or “demo” 2018 or 2019 Model Year 68. Ford F550
Page 15
69. 4x2 70. 60 Clear CA (Round to Next Whole Number) 71. Regular Cab 72. Chassis Cab 73. Chassis Wheelbase Length – 145 74. Ford 6.7L Power Stroke Diesel 75. Ford Torqshift 6-Speed (6R140) Automatic Transmission (w/PTO Provision) 76. GVWR 18,000 LBS 77. 6,500 LBS Front GAWR FRONT GAWR IS 7000 ILO 6500 78. 13,660 LBS Rear GAWR 79. Hydraulic Brakes 80. Park Brake in Rear Wheels 81. Ford E/F 250-550 Single Horizontal Right Side Exhaust 82. 63C – Aft Axle Frame Extension 83. 98R – Operator Commanded Regeneration (OCR) 84. No Idle Engine Shut-Down Required 85. 50-State Emissions 86. Clean Idle Certification 87. Ford 40 Gallon Fuel Tank (Rear) 88. Ford 7.2 Gallon DEF Tank (Mid Mount) 89. Dual Alternator 90. AM/FM Radio 91. Block Heater
Page 16
SECTION 3 - GENERAL INFORMATION
NOTE: SECTION 3 - GENERAL INFORMATION contains the City's Standard Terms and
Conditions. You are responsible for obtaining a copy prior to bidding. If you do not have a revision
dated 08/08/2013, or later on file you may obtain a copy over the Internet at http://www.norwalkct.org .
Adobe Acrobat reader is required to view this document. If you do not have this software you may down
load it for free from Adobe.
Document number 1002. http://www.norwalkct.org/documentcenter/view/868
Page 17