Loading...
HomeMy WebLinkAboutRESPONSE - BID - 5674 2 YARD DUMP BODIES7.0 BID PROPOSAL Bid # 5674, 2-Yard Dump Bodies 7.1 UNIT DESCRIPTION -for 60" CA Cab/Chassis Make C'R YS7FFL I Model T /PPF/�:, I Year 7.2 BASE PRICE, as specified, per unit $ S7 -5� oa YX 7/ jORb sv,oER OvrY ClIASsis 6 8 7 ¢. 0Cj 7.3 OPTIONAL UNIT - same basic specification, except/CA spec Box for 84" CA Cab/Chassis I $ / V-? .7. 0 0 �� x 7 FORD svoex ov;rY c#wsss e 7, / 7vD 8.0 FREIGHT TERMS FOB destination, freight prepaid. All freight charges must be included in bid pricing. 9.0 DELIVERY Delivery will occur/1- CT0 days after proper notification of bid award. 10.0 CONTRACTOR'S STATEMENT I 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: A vv/,c j/ / S�Lls Print Name: S CC/6 Company: Date: - Street: .S`aoo CoZoR.4676 eZ//17 Phone #: 73 -76 City/State/Zip: Fax#: 30_7_ �8 8s-�7 Co/4 ,F ,-f• C/r D 00 7 Vistributor Bulletin CO 82 EMBER RD, P.O. BOX 178 KE CRYSTAL, MN 56055-0178 NE (800) 533-0494 SALES QUOTE FAX (507) 726-2490 SALES ORDER FAX (507) 726-2559 'wMa -e+artrta ury eta /V MM/1Ge 1902 ROUTE 57 FULTON, NY 13069 Subject From Date Number New Five Year Warranty Sales and Marketing June 13, 2001 420 All Crysteel is# t9r-q Our New Five Year Warranty is now complete! This warranty promises to be the most comprehensive and customer friendly warranty in the industry. Since we first announced the new warranty in March, we have been receiving positive feedback and distributors are excited about the value of such an industry leading program! As stated in March, this warranty will cover defective material and/or workmanship at a rate of 100% for the first three years of the warranty and at a rate of 50% for years four and five. This warranty is all encompassing and covers all areas of our product including: Crysteel manufactured product, OEM products purchased by Crysteel, repair of warranted product, replacement of warranted product, labor to replace warranted product, and both inbound and outbound freight for the replacement of warranted product. This new warranty program will be retroactive for product put into service January 1, 1998 and later. Enclosed is an updated Distributor Service and Warranty Manual. Please refer to it for additional warranty information, procedures and authorized labor hours. This manual will also address procedures for exchanging, restocking or receiving salvage credit. Beginning June 12, 2001, all future Return Authorizations will be handled under our new system. This system was designed to be as simple as possible and involves only a couple easy steps! Following your initial phone call to Crysteel, you will receive a Return Authorization letter that will include instructions and a Return Authorization label to expedite your RA claim. We are sure that you will enjoy the ease and convenience of our new system and the added value that the new Five Year warranty plan will give you and your customer. If you have any questions, please contact your Crysteel representative. Have, a Great Summer and Thank You for Selling Crysteel Products! BID PROPOSAL BID # 5674 2-YARD DUMP BODIES Bid Opening: February 15, 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: One (1) to Five (5) — 2-Yard Dump Bodies 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: Equipment Services 835 Wood Street Fort Collins, CO 80521 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 Manufacturer's Statement of Origin, application for title, 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 standard new equipment "make ready", and the manufacturer's specifications and be ready for delivery in 3 drive away condition. A forty-five (45) day permit is to be included. 3.4 All units to be new and of the manufacturer's latest model in production at the time of delivery and standard equipped, unless otherwise specified. 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 ($25) 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 entire vehicle and all component parts, but not accessory equipment, for a warranty period of specified usage that is currently being offered in open trade for that vehicle 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 No dealer identification will be allowed on any vehicle sold to the City of Fort Collins. H 6.0 SPECIFICATIONS 6.1 Equipment bid on this proposal must meet or exceed the following minimum requirements. Any exceptions must be noted and listed on a separate sheet. 2-YARD DUMP BODIES GENERAL: The following specifications describe a two -yard dump body to be mounted on a one -ton cab/chassis with a cab/axle of 60" to be purchased separately. Successful dump body vendor will be responsible for delivery of completed unit to City of Fort Collins, 835 Wood Street, Fort Collins. Bid price should reflect any delivery charge to the above. Cab/chassis will be delivered to body vendor by successful cab/chassis bidder or the City. A complete and up-to-date manufacture's specification must accompany bid. No. Item Description Meets Spec? 6.2 QUANTITY: One -Five (1-5) 6.3 BODY: 2 cubic yard capacity, 8 ft. long x 6'/z ft. wide. 10 gauge steel throughout with 3/4" oak or apitong Yes between 10 gauge steel overlay, water tight weld all around. 2" taper at rear of floor. Side board pockets. No ---- Double-acting tail gate with manual release and 3/8" high strength steel chain. 6.4 HOIST: Class B TBEA telescopic, twin arm, or combo hoist. Yes_ _ No 6.5 UNDERCARRIAGE: Longitudinal channel with interlaced or stacked cross Yes_ _ member construction. No _ 6.6 HYDRAULIC PUMP: Engine -mounted, belt -driven hydraulic pump Yes PTO driven pump is not acceptable No____ 6.7 HYDRAULIC TANK: Manual shut-off valve must be installed between Yes_ _ hydraulic tank and hydraulic pump. No 6.8 SAFETY LEG: Drop -down "pogo -stick" type safety device with parallel Yes_ _ lock -up position when not in use. No 6.9 CAB SHIELD: Half -cab shield with cut-out panel for rear vision. Yes_' _ No____ 6.10 LIGHTS: - All lights must be rubber mounted, sealed assemblies with wiring run in conduit. Yes—,/ - Stop lights recessed in rear - Tail lights recessed in rear No____ - Backup lights recessed in rear Identification lights and reflectors must meet all State and Federal requirements No. Item Description Meets Spec? 6.11 COLOR: Black Yes___ No 6.12 BACK-UP ALARM: Electronic, located so as to prevent damage from Yes- _ dumping or backing. No 6.13 MUD FLAPS: Swing mounted, approximately 24" x 30". Yes_ No 6.14 REAR HITCH: - Combo pintle / 2" ball hitch capable of towing up to 14,OOOlbs. Yes - Pintle hitch height specified at time of order No____ - Heavy duty safety chain loops - 6-way electrical receptacle (female) for trailer towing must be STANDARD TCP-61-F or COLE - +HERSEE 1235, or equal. Receptacle model as listed is very important. If questions exist regarding this receptacle model, please contact City (Fleet Services) prior to installation 6.15 WARRANTY: One (1) year warranty commencing from date of delivery. Warranty shall cover defective components Yes and workmanship and coverage shall include parts and labor associated with any defects. No ---- 6.16 GVW Must be furnished at time of delivery Yeses CERTIFICATION No____ AND MSO: 6.17 F. O. B. POINT Delivery of completed unit shall be made to the Fleet Yes Services facility at 835 Wood Street, Fort Collins No 6.18 MANUALS: Completed units must be delivered with operation, Yes___ maintenance, and parts manuals for the hydraulic No system. ---- I