Loading...
HomeMy WebLinkAboutBID - 5872 HYDRAULIC DIGGER DERRICK09/12/01 CITY OF FORT COLLINS INVITATION TO BID BID #5872 HYDRAULIC DIGGER DERRICK BID OPENING: AUGUST 10, 2004, 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 proposal and/or contract documents. If delivered, they are to be sent to 215 North Mason Street, 2nd 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), August 10, 2004. A copy of the Bid may be obtained as follows: 1. Download the Bid from the Purchasing Webpage, Current Bids page, at: www.fcgov.com/purchasing. 2. 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 Bids may be withdrawn up to the date and hour set for closing.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. 2 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 is 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 3 BID PROPOSAL BID # 5872 Bid Opening: August 10, 2004, 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: HYDRAULIC DIGGER DERRICK, 50 FOOT SHEAVE 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, contact: Jim Hume, Buyer, Phone: 970-221- 6776, Fax: 970-221-6707 For technical questions concerning this bid, contact: Ken Mannon, Director of Fleet Services, Phone: 970-221-6610, Fax: 970-221-6857. 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 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 5 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. 6 6.0-SPECIFICATIONS: 50 FOOT SHEAVE HEIGHT HYDRAULIC DIGGER DERRICK 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. General: The following specification describes a 50-foot sheave height digger derrick, hydraulic operated, equipped with a flat bed body mounted on a customer-furnished chassis/cab. This digger derrick shall be equipped with all manufacturer’s standard equipment. Bidders must include a copy of the most current manufacturer's specification, including drawings, with their bid proposal. No. Item Description Meets Spec? 6.2 Quantity One (1) UNIT 6.3 HYDRAULIC DERRICK: - Rear mount, designed for mounting over rear axle with a turntable winch. - Turret height, 48" to facilitate transformer storage. Yes ___ No ___ 6.4 CAPACITIES: Machine capacities -- when equipped with turntable winch, hydraulically extended upper boom, digger, auger, pole guide and upper controls: 6.5 MACHINE CAPACITY: Boom Angle All Booms All Booms Retracted Extended (deg) capacity (lb) capacity (lb) 80 ~ 30,000 ~ 15,000 60 ~ 15,000 ~ 6,000 30 ~ 10,000 ~ 3,500 0 ~ 7,500 ~ 3,000 -15 ~ 7,500 ~ 3,000 Yes ___ No ___ 6.6 SHEAVE HEIGHT: Maximum Sheave Height ~ 50 ft. Yes ___ No ___ 6.7 HORIZONTAL REACH: Maximum Horizontal Reach ~ 41 ft. Yes ___ No ___ 6.8 DIGGING RADIUS: Maximum Digging Radius ~ 36 ft. Yes ___ No ___ 6.9 ELEVATION: From 80 degrees above horizontal to ~ 20 degrees below horizontal Yes ___ No ___ 6.10 STRUCTURAL SAFETY FACTOR: Designed and tested so that the yield point of the structural components is not exceeded when the derrick is loaded to twice its rated capacity. Yes ___ No ___ 7 6.11 WINCH: 15,000 pound bare drum capacity turntable winch, self locking, high torque, planetary drive winch, equipped with oil cooled brake with special provisions on drum for attaching wire rope or polypropylene rope. Yes ___ No ___ 6.12 FLARED BOOM TIP: With provisions for platform attachment Yes ___ No ___ 6.13 CYLINDERS: Teflon square seals, nylon back up rings; non-metallic bearings on pistons and end glands; rod wiper rings; threaded end glands; chrome plated rods. Yes ___ No ___ 6.14 PIVOT POINT PINS: Plated load-bearing pins with keepers. All pivot points line bored or reamed. Yes ___ No ___ 6.15 BEARINGS: Lift cylinder equipped with self-aligning bearings. All extending booms to utilize slide bearings. Yes ___ No ___ 6.16 PROPORTIONAL- HYDRAULIC CONTROL SYSTEM: Easy to operate controls. Modular components to minimize hydraulic lines routed through rotation, valving above rotation to unclutter main frame and turntable and provide ease of serviceability. Yes ___ No ___ 6.17 HOLDING VALVES: Provided on main derrick cylinders including counter- balance holding valves on hydraulic extension cylinders and boom lift cylinder. Pilot operated check valves provided on outrigger cylinders. Yes ___ No ___ 6.18 HYDRAULIC DUMP VALVE: Diverts hydraulic flow to the reservoir when no functions are being operated. Yes ___ No ___ 6.19 COMPLETE HYDRAULIC SYSTEM: 1. Open center hydraulic system 2. Tandem vane pump 3. 2” shut-off valve between pump and reservoir 4. Magnetic separator filter 5. Return line filter with warning light Three (3) hydraulic pressure gauges, one (1) for each 8 6.23 FUNCTIONS CUT OFF WHEN OVERLOAD IS DETECTED: - Winch up, - Digger dig, - Intermediate boom extension - Upper boom extension - Boom down Yes ___ No ___ 6.24 SIDE LOAD PROTECTION: Protects against damage to structure resulting from excessive side loading through disc brake arrangement in rotation system. Yes ___ No ___ 6.25 BOOM STOW PROTECTION: Protects against damage resulting from excessive down pressure by cutting off stow function when boom reaches stowed position in rest. Yes ___ No ___ GENERAL SPECIFICATIONS 6.26 OIL FILTER CHANGE LIGHT: When return line oil filter needs changing, warning light at control panel warns operator. Yes ___ No ___ 6.27 Lighted Control Panel Yes ___ No ___ 6.28 Two-Part Load Line attachment on intermediate boom Yes ___ No ___ 6.29 Engine Start/Stop Switch at control panel Yes ___ No ___ 6.30 Insulated Derrick Yes ___ No ___ 6.31 LOAD INDICATOR GAUGE: To be located at the main control so to allow the operator to know at a glance whether the unit is operating within the hydraulic and structural design rating or lift capacity. Use of the gauge also allows the operator to know that he may be approaching an overload condition. Yes ___ No ___ 6.32 BOOM FLARES: Boom flares, transferable, for turntable winch, steel moveable from end of intermediate boom to end of upper boom with fiberglass tip furnished on the end of the upper boom. Yes ___ No ___ 6.33 LOWER CONTROLS WITH JOYSTICK: 9 interface cabling. Installed and operational. 6.36 TWO-SPEED DIGGER, HYDRAULICALLY SHIFTED: Planetary gear drive producing up to 15,000-ft/LB torque. To include the following: A. Rapid auger shake control B. 2 5/8” hex output shaft C. High speed dirt spin-off control Yes ___ No ___ 6.37 AUGER STOW PROTECTION: Protects against damage to auger/auger mechanism by cutting off stow function when auger is stowed. Yes ___ No ___ 6.38 DIGGER TRANSFER PROTECTION: Protects against damage to transfer mechanism when UN-stowing digger and auger. Yes ___ No ___ 6.39 AUGER STORAGE MECHANISM: A. Self-latching auger storage bracket B. Hydraulic auger release C. Digger transfer mechanism including automatic auger pick-up device and auger stow protection D. Stow up to a 36” auger Yes ___ No ___ 6.40 OUT AND DOWN OUTRIGGERS: A. Primary out and down outriggers with 176” max spread installed at rear of unit. B. Auxiliary out and down outriggers with 176” max spread installed at front of platform. C. Control valves for all outriggers installed at tailshelf D. Fiberglass outrigger pads Yes ___ No ___ 6.41 OUTRIGGER INTERLOCK SYSTEM: For outriggers, prevents the operation of the booms until outriggers are lowered. Yes ___ No ___ 6.42 OUTRIGGER MOTION ALARM: For Outriggers, provides audible signal that the outriggers are in motion Yes ___ No ___ 6.43 POLE GUIDE: Mounted on boom flares. The Pole Guide is to be a 10 ½ inches height. No ___ UNIT AND HYDRAULIC ACCESSORIES 6.49 HYDRAULIC PUMP: Tandem vane type hydraulic pump Yes ___ No ___ 6.50 RESERVOIR: Sixty (60) gallon reservoir, Filter and magnetic suction separator; Oil sight glass, Main and return line shut off, Reservoir is installed at front of cargo area Yes ___ No ___ 6.51 LUBRICANTS; Hydraulic oil and lubricants, installed, all weather, for insulated boom. Yes ___ No ___ 6.52 HYDRAULIC OVERRIDE: Manual Override of Hydraulic Functions Yes ___ No ___ 6.53 CAB CONTROL: Heavy duty SAE hot shift air PTO, transmission mounted. Allison 4500-RDS-P transmission. Yes ___ No ___ 6.54 SUBBASE: Assembly for mounting of derrick pedestal and outriggers, to consist of 8” X 3” tubing (3/8” wall) each side of chassis frame with top and bottom plate Yes ___ No ___ 6.55 WINCH LINE ROPE: 140 ft length of 1” synthetic braided rope with eye in each end. SPECTWELVE – 18,000 lb working load Yes ___ No ___ 6.56 SWIVEL BLOCK: Crosby Laughlin 8.5-S-1 swivel block (33 pound downhaul weight) Yes ___ No ___ 6.57 SLING: 4’ X 2” endless nylon type sling and 4’ X ½” wire rope sling Yes ___ No ___ 6.58 AUGERS: 18”, 30” and 36” diameter augers, full flight with tungsten carbide round boring head and 2 5/8” hex Yes ___ No ___ 6.59 HYDRAULIC TAMP: Stanley hydraulic tamp with three feet of hose and quick disconnect couplings with three foot handle Yes ___ No ___ 6.60 HYDRAULIC HOSES: Set of two 35’ hydraulic hoses with two (2) quick disconnect couplings, dust caps, and fittings for hydraulic tool use installed on spring loaded reel Yes ___ No ___ 11 - Derrick storage support - Vertical ladder access behind each storage bin - Grab handle and stirrup step, one each side at rear - Access step installed in tailshelf for access to seat and controls - Fold down step allowing access to seat and controls from platform floor - Six recessed D-rings installed in platform floor, three each side, spaced evenly in front of pedestal - Fiberglass outrigger pads with holder installed close to each outrigger - Grab handles on turret and on back of seat to be used with rear access steps - Grab handles on front and rear of control console - Spring operated grounding reel with 40’ of 1/0 cable - Storage basket for pole puller, installed on front of derrick pedestal - Sub-platform storage behind rear axle and in front of tailshelf for storing shovels and tampers. - Upper and lower guards for front winch - Air supply and glad hands at rear of platform. 6.63 STORAGE BINS: Two compartments, one on each side at the front of the platform. Compartmentation: Left side – Two adjustable shelves with removable dividers on 4” centers. Right side – Five fixed material hooks Lights, installed in each compartment with wiring installed in loom and switched from cab. Switch energized only when chassis lights are on. Yes ___ No ___ 6.64 HITCH: Pintle hook with frame reinforcement and two safety chain rings installed at 28 inches (+/-1inch) from ground to center of eye Yes ___ No ___ 6.65 Mud flaps installed behind rear wheels Yes ___ No ___ 6.66 n/a 6.67 n/a 6.68 Rubber dock bumpers installed on right and left side of frame at rear Yes ___ No ___ ELECTRICAL ACCESSORIES 6.69 Lights and reflectors in accordance with FMVSS #108 Yes ___ 12 lighting package, installed No ___ 6.70 POWER DISTRIBUTION MODULE: A compact self-contained electronic system for standardized interface with the chassis electrical system. Mounted behind the driver’s seat inside the cab. To accommodate various options such as engine start/stop, variable throttle control, power takeoff, interface with Allison World transmission and engine speed control module for specific engines and chassis. The PDM is to provide up to 16 accessory circuits to be used for controlling other customer specified electrical components. The PDM is to include built in test capabilities and diagnostic input, output and status LED’s to quickly assess the PDM’S performance. All components are to have circuit boards to facilitate replacement and reduce repair time. Yes ___ No ___ 6.71 Carquest CPR70084 (or equivalent) 7-pole electrical trailer connection installed. Yes ___ No ___ 6.72 Amber strobe light installed on street side of derrick storage support. Strobe light is to be visible from the front and rear of the vehicle. Yes ___ No ___ 6.73 Two (2) post mounted spotlights on cab - One (1) post mounted spotlight in front of control panel seat. Yes ___ No ___ 6.74 - Backup alarm, installed at rear. Backup alarm must automatically adjust to provide 87 to 112 decibel alarm, depending on ambient noise conditions. - Alarm shall be wired to chassis backup light circuit. - Alarm must be installed in a rubber-grommeted protective housing. Yes ___ No ___ INSTALLATION 6.75 Installation of derrick and subbase assembly Yes ___ No ___ 6.76 Installation of body and accessories Yes ___ No ___ 6.77 Paint body white with urethane enamel Yes ___ No ___ 6.78 Paint derrick white with urethane enamel Yes ___ No ___ 6.79 Travel height placard, mounted in the cab in a location Yes ___ 13 visible to the driver. No ___ 6.80 DOT certification of completed vehicle Yes ___ No ___ 6.81 Delivery of complete vehicle Yes ___ No ___ 6.82 This derrick is to be designed and manufactured in a facility that is certified to meet ISO 9001. Yes ___ No ___ 6.83 One- (1) year parts and labor warranty at customer’s location. Warranty on structural integrity of the following major components is to be warranted for so long as the initial purchaser owns the product: Booms, boom articulation links, hydraulic cylinder structures, outrigger weldments, pedestals, subbases and turntables Supply copy of manufacturer’s warranty with bid. Yes ___ No ___ 6.84 This derrick is in compliance with ANSI A10.31 – 1995 standards in effect at the time of manufacture. Yes ___ No ___ 14 7.0 BID PROPOSAL Bid # 5872, Hydraulic Digger Derrick 7.1 UNIT DESCRIPTION Make Model Year 7.2 BASE PRICE, as specified, per unit $ 7.3 VENDOR EXPERIENCE Enter number of years in business as a utility equipment supplier of digger derricks. years. 8.0 FREIGHT TERMS FOB destination, freight prepaid. All freight charges must be included in bid pricing. 9.0 DELIVERY Delivery will occur ________ 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. I hereby agree to comply with all said conditions, special instructions, and specifications as stated or implied. Signature: Print Name: Title: Company: Name: Date: Street: City/State/Zip: Phone #: Fax #: 6.61 HOSE REELS: Spring operated reel for storage of two (2) 25’ lengths of hose (18” high X 14” wide), installed at the rear center behind the derrick pedestal Yes ___ No ___ BODY AND ACCESSORIES 6.62 FLATBED: Heavy Duty steel construction, ~ 16’ long, with 3/16” steel treadplate deck, rub rail on sides and rear, cab guard and 4” side and rear rails. Yes ___ No ___ rack and pinion type for open and closing action. OPENING, CLOSING, AND TILTING to be accomplished by hydraulic cylinders Yes ___ No ___ 6.44 FLOW DIVIDER, 8.0 gpm: Auxiliary tool circuit with valve, handle, and quick disconnect couplings located at tailshelf. Yes ___ No ___ 6.45 POLE GUIDE INTERLOCK: Limit switch sensing system, prevents upper boom extension until pole guides are articulated to the “full- up” position Yes ___ No ___ 6.46 POLE GUIDE ARM EXTENSIONS: Bolt-on type, allows larger pole diameter to be enclosed by pole guide Yes ___ No ___ 6.47 HYDRAULIC POLE PULLER: A. Base plate B. Seven (7) feet of special alloy high tensile chain (5/8 inch) C. Tubing and fittings Yes ___ No ___ 6.48 WHEEL CHOCKS: Four (4), rubber, 10 inches long X 8 inches wide X 5- Yes ___ Turntable mount to include riding seat and hydraulic foot throttle installed on curbside of turntable. Control panel includes three-function joystick to operate boom lift, rotation and intermediate boom. Yes ___ No ___ 6.34 UPPER CONTROLS: With pole guide. Controls for lift, rotation, boom extension, winch and digger. On/off knobs for two- speed throttle and for upper tool circuit Yes ___ No ___ 6.35 REMOTE CONTROL: Full function radio control system including transmitter, batteries, receiver, charger, placards, any required Yes ___ No ___ pressure circuit, and one Load Indicator Gauge (HOP) Yes ___ No ___ 6.20 UPPER BOOM: Full capacity fiberglass upper boom, hydraulically extended with flared steel boom tip capable of lifting to rated hydraulic capacity of the derrick in any given position while maintaining the derrick’s full two to one structural safety factor. Cable guides installed on top of boom Yes ___ No ___ 6.21 ROTATION: Continuous rotation provided by a planetary gear. Eccentric Ring adjustment of rotation gear box to rotation bearing to assure proper gear mesh. Yes ___ No ___ 6.22 OVERLOAD PROTECTION: Protects derrick from overload Yes ___ No ___