Loading...
HomeMy WebLinkAboutBID - 5739 54'' CRUSHER & RELATED EQUIPMENTCitv of Fort Collins Administrative Services Purchasing Division CITY OF FORT COLLINS INVITATION TO BID BID #5739 54" CRUSHER AND RELATED EQUIPMENT BID OPENING: OCTOBER 29, 2002, 2:30P.M. (our clock) Sealed bids will be received and publicly opened at the office of the Director Of Purchasing and Risk Management, PO Box 580, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80522, at the time and date noted on the bid pro�osal and/or contract documents. If delivered, they are to be sent to 215 North Mason Street, 2" Floor, Fort Collins, Colorado 80524. If mailed, the address is P.O. Box 580, Fort Collins, 80522-0580. Bids must be received at the Purchasing Office prior to 2:30p.m. (our clock), October 29, 2002. A copy of the Bid may be obtained as follows: Call the Purchasing Fax -line, 970-416-2033 and follow the verbal instruction to request document #25739. (The bid number must be preceded by a 2 when using the Fax -line.) 2. Download the Bid from the Purchasing Webpage, Current Bids page, at: www.fcgov.com/purchasing. 3. Come by Purchasing at 215 North Mason St., 2nd floor., Fort Collins, and request a copy of the Bid. Special Instructions All bids must be properly signed by an authorized representative of the company with the legal capacity to bind the company to the agreement. Bids may be withdrawn up to the date and hour set for closing. Once bids have been accepted by the City and closing has occurred, failure to enter into contract or honor the purchase order will be cause for removal of supplier's name from the City of Fort Collins' bidders list for a period of twelve months from the date of the opening. The City may also pursue any remedies available at law or in equity. Bid prices must be held firm for a period of forty-five (45) days after bid openings. Submission of a bid is deemed as acceptance of all terms, conditions and specifications contained in the City's specifications initially provided to the bidder. Any proposed modification must be accepted in writing by the City prior to award of the bid. Only bids properly received by the Purchasing Office will be accepted. All bids should be clearly identified by the bid number and bid name contained in the bid proposal. No proposal will be accepted from, or any purchase order awarded, to any person, firm or corporation in default on any obligation to the City. Bids must be furnished exclusive of any federal excise tax, wherever applicable. 215 North Mason Street • 2nd Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • FAX (970) 221-6707 Bidders must be properly licensed and secure necessary permits wherever applicable Bidders not responding to this bid will be removed from our automated vendor listing for the subject commodities. The City may elect where applicable, to award bids on an individual item/group basis or on a total bid basis, whichever is most beneficial to the City. The City reserves the right to accept or reject any and all bids, and to waive any irregularities or informalities. Sales prohibited/conflict of interest: no officer, employee, or member of City Council, shall have a financial interest in the sale to the City of any real or personal property, equipment, material, supplies or services where such officer or employee exercises directly or indirectly any decision - making authority concerning such sale or any supervisory authority over the services to be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift, gratuity, favor, entertainment, kickback or any items of monetary value from any person who has or is seeking to do business with the City of Fort Collins is prohibited. Freight terms: unless otherwise noted, all freight is F.O.B. Destination, Freight Prepaid. All freight charges must be included in prices submitted on proposal. Discounts: any discounts allowed for prompt payment, etc., must be reflected in bid figures and not entered as separate pricing on the proposal form. Purchasing restrictions: your authorized signature of this bid assures your firm's compliance with the City's purchasing restrictions. A copy of the resolutions are available for review in the Purchasing Office or the City Clerk's Office. Request Resolution 91-121 for cement restrictions. Collusive or sham bids: any bid deemed to be collusive or a sham bid will be rejected and reported to authorities as such. Your authorized signature of this bid assures that such bid is genuine and is not a collusive or sham bid. Bid results: for information regarding results for individual bids send a self-addressed, self -stamped envelope and a bid tally will be mailed to you. Bid results will be posted in our office 7 days after the bid opening. � James B. O'Neill II, CPPO, FNIGP Director of Purchasing and Risk Management BID PROPOSAL BID # 5739 Bid Opening: October 29, 2002, 2:30pm (our clock) WE HEREBY ENTER OUR BID FOR THE CITY OF FORT COLLINS' REQUIREMENTS FOR THE ITEMS LISTED BELOW, PER THE BID INVITATION AND REFERENCED SPECIFICATIONS: 1.0 SCOPE 1.1 This specification establishes the minimum requirements for the purchase of: 54" Crusher and Related Equipment This unit will be used to recycle asphalt and concrete material and must produce finished material ranging from 6 to 13 inches. 1.2 Should the manufacturer's current published data or specifications exceed the City's specifications, they shall be considered minimum and furnished. 2.0 BID CLARIFICATION 2.1 Clarification regarding these specifications shall be obtained from the Director of Purchasing and Risk Management prior to the time and date of the Bid Opening. Any changes to these specifications will be made by a written addendum issued by the Director. 2.2 For questions concerning the bidding process and bid specifications, contact: Jim Hume, Buyer, Phone: 970-221-6776, Fax: 970-221-6707 For technical questions concerning this bid, contact: Ken Mannon, Operations Services Director, Phone: 970-221-6610, Fax: 970-221-6534. 3.0 DELIVERY 3.1 The date of delivery is an essential element of this proposal. Delivery of equipment shall be made to: Streets Facility 625 Ninth Street Fort Collins, CO 80524 3.2 The word "delivery", as used in this specification, encompasses delivery of the actual equipment, as specified, complete with all necessary papers such as bill of sale, invoice, warranty, shop, operator's and technical manuals, parts books, etc., as applicable. 3.3 All equipment must be completely washed and serviced in accordance with the manufacturer's specifications and be ready for setup upon delivery. 3.4 Time is of the essence. The City shall be kept advised of any anticipated delay in delivery. In the event the successful bidder, hereinafter referred to as the Contractor, fails to properly perform delivery as specified above, within the specified time limit set forth by the Contractor in his bid proposal, the City shall sustain damages in an amount difficult to ascertain. Accordingly, after due allowance for any time extensions which are agreed by the City to be due to conditions beyond the Bidder's control, the Contractor shall be liable to the City, in the amount of Twenty-five ($100) dollars as liquidated damages, and not as a penalty, for each and every calendar day that delivery is delayed. Additionally, no payment shall be made by the City for any delivery of specified equipment until all aspects of the contract have been fulfilled, unless pre -arranged and approved jointly by the Director of Purchasing and Risk Management and the Director of Fleet Services. 4.0 WARRANTY 4.1 The manufacturer shall unconditionally warrant the equipment and component parts for any remaining warranty in effect on the equipment at the time of delivery. Additionally, the Contractor shall furnish the City a fully priced copy (parts and labor) of any warranty or commercial cost repair order which originates in his repair facility, subsequent to delivery, during the warranty period. No charge for service calls, travel time, travel expenses, mileage, or per diem will be allowed by the City in connection with the performance of any warranty repairs. 5.0 DEALER IDENTIFICATION 5.1 IMPORTANT NOTES: While it is the City's intention to purchase a crusher and related equipment, current economic conditions make it possible that funds may not be available as planned. For questions concerning the bid process, contact: Jim Hume, Senior Buyer, 970-221-6776 Email: jhume(cbfcgov.com For technical questions about the specified equipment or to arrange a site visit in order to evaluate the City's existing crusher, contact: Neal Jaspers, 970-221-6654 Email: niaspers(a)fcgov.com Trade — In: Cedar Rapids 16 x 48 jaw crusher, serial #27360. Feeder is 15' x 30' with a 6' grizzly. Motor is a 100hp electric. 6.0-SPECIFICATIONS: 54" Crusher and Related Equipment 6.1 Equipment bid on this proposal must meet or exceed the following minimum requirements. General: The following specifications describe a used Jaw Crusher and related equipment. Definition of 'Used Equipment': Not more than two years since date of manufacture or the machine must have less than 3,000 hours of use, as verified by hourmeter readings or reasonable estimates backed by maintenance, rental or other records judged acceptable by the City. 6.2 CRUSHER Jaw Crusher: 0 30" by 54" minimum opening jaw dies; measured "peak to peak" o Bellied, moveable jaw die o Maximum CSS at least 13" o Minimum toggle length = 30"; 400 angle o Minimum 65" moveable jaw die o Minimum 57" stationary jaw die 0 4340 shafting o Minimum 18" x 57" flywheel o Minimum 200 hp crusher motor o Minimum crusher weight of 52,740 pounds o Minimum 630,000 pounds dynamic force pitman bearings and side bearings o Side discharge capable Grizzly feeder: 0 52' by 20' o Minimum 51" inside dimension w/liners o Pan deck thickness = 1" minimum 0 5/8" stroke, adjustable to timing o Alloy steel fabricated grizzly bars o Minimum %2" pan sides w/minimum%" liner bolts o Weight = 12,400 pounds minimum o Hopper thickness = Y4" minimum o Minimum 40 hp motor; eddy current drive (variable speed) o Stress relieved feeder Carrier and Electrical 0 4 axle 0 6 heavy duty hydraulic stabilizing legs. Minimum 18" stroke, 6" bore, 3 %" rod, 70,000 pound capacity per leg, individually spooled. 0 110 volt hydraulic pumping unit o NEMA 4 electrical enclosure o Cutler -Hammer soft start for crusher motor o Square D starters for the remainder of the panel o Hard -wired remote panel for variable speed feeder 6.3 CONVEYING EQUIPMENT 42"x 60' Bend Side Discharge Conveyor o 9' Bend (loading) area o 51' Adjustable incline portion o Capable of 15' height minimum o Minimum 20 hp drive motor; #5 Dodge box o Swiveling wheel boxes (for radial capability) o CEMA 5" idlers o Flat impact rollers in loading area 30"x 80' Radial Stacker o Manual top folding head section o Adjustable height undercarriage o Minimum 20 hp drive motor; #5 Dodge box o CEMA 5" idlers 6.4 METHOD OF AWARD Initial Evaluation: After bid opening, City staff will evaluate proposed equipment and reject any equipment falling outside the established definition of Used Equipment or which does not meet specifications. Physical Inspection: City staff will conduct an inspection of the remaining bid units, starting with the lowest bid. All equipment will be judged as acceptable or unacceptable for further evaluation. Equipment maybe deemed unacceptable based on age, hours of use, excess wear or damage or if it is judged to be inappropriate for the intended use. The decision of City staff is final. Equipment may also be considered unacceptable if bidder is unable to provide adequate maintenance records. Trial Period: The lowest bid equipment judged to be acceptable for further evaluation will be rented for a trial period, which will not exceed sixty (60) days. If such equipment is judged unacceptable after such onsite testing, equipment from the next lowest bidder will be tested. This process will continue until acceptable equipment is selected. Bidders are responsible for delivery of equipment to a site in the Fort Collins area, setup of equipment and teardown and removal of equipment judged not acceptable after the trial period. Equipment judged as unacceptable after a trial period must be removed from the City site within ten days after the bidder is notified of such unacceptability. City crews will prepare such equipment for pickup by the vendor. It is the City's intention to purchase equipment judged as acceptable after trial. The City reserves the right to purchase equipment from more than one bidder and, once a final decision has been made, to negotiate minor changes to machinery configurations with the awarded bidder or bidders. 6.5 SUBMITTALS Along with the completed Bid Proposal, 7.0, bidders shall provide a complete set of manufacturer's specifications for all bid units. In addition, bidders should provide pictures of the actual equipment bid and any other material which may be useful during the initial evaluation. 7.0 BID PROPOSAL 7.1 MAKE 7.2 PRICING — as specified Bid # 5739, 54" Crusher and Related Equipment MODEL YEAR Description Cash Price Rental Rate/Mo 54" Jaw Crusher, grizzly feeder, carrier & electrical $ $ 42" x 60' Bend Side Discharge Conveyor $ $ 30" x 80' Radial Stacker $ $ Cash Price after trial period: After 30 days After 60 days 54" Jaw Crusher, grizzly feeder, carrier & electrical $ $ 42" x 60' Bend Side Discharge Conveyor $ $ 30" x 80' Radial Stacker $ $ 7.3 TRADE-IN value of existing crusher $ Amount to be credited against the applicable Cash Price of the City's existing crusher. See Section 5.1 for description. 8.0 FREIGHT TERMS 8.1 FOB destination, freight prepaid. All freight charges must be included in price submitted on proposal. 9.0 DELIVERY & SETUP 9.1 Delivery and setup will occur days after proper notification of bid award. 10.0 CONTRACTOR'S STATEMENT 10.1 1 have read and fully understand all the conditions, specifications, and special instructions herein set forth above in paragraphs 1.0 through 9.0. 1 hereby agree to comply with all said conditions, special instructions, and specifications as stated or implied. Signature: Title: Print Name: Company: Date: Street: Phone #: City/State/Zip: Fax #: