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