HomeMy WebLinkAboutRESPONSE - BID - 5945 CONVEYORS FOR DE-ICING FACILITY'PoM c
BID PROPOSAL
BID # 5945
Bid Opening: November 29, 2005, 2:30pm (our clock)
WE HEREBY ENTER OUR BID FOR THE CITY OF FORT COLL] NS'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) 24" x 45' Channel Frame Conveyor Reversing Shuttle and One (1) 24" x 100'
Channel Frame Conveyor
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:
Street Department
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 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.
3.4 All units to be new and of the manufacturer's latest model in production at the time of delivery
Q
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 repairfacility, 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.
6.0 SPECIFICATIONS Conveyors
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 specifications describe Superior conveyors for use by the City's Street
Department in handling salt mixtures. All specifications are minimum, and bids equivalent or
exceeding these specifications will be considered. Complete and up-to-date manufacturer's
specifications must accompany bid.
Superior 24X45 CFC Reversing Shuttle
Equipped as follows:
• Frame — Formed Channel welded cross members
• Track —115' fabricated of steel
• Drive — Class I reversing head end
• Gear reducer — Browning 207 shaft mount
• Backstop — Installed in reducer
• Motor — 7.5 HP 1800 RPM TEFC
• V belt drive — With drive guard
• Capacity — 200 STHP of 110pcf material, 32 degree repose(90% fines, 10% lumps
8" minus), 28' of lift
• Belt Speed — 300 fpm
• Superior pulleys, crown faced
• Head Pulley — 16" diameter, 3/8 HBL drum
• Shafts — Turned and polished 2 15/16"
Tail Pulley — 16" diameter, '/< " SML drum
• Shafts — Turned and polished 2 15-16"
• Bearings — Browning/Sealmaster
• Take ups — Screw type
• Conveyor splice — Conveyor unassembled for shipment
• Gear reducer — Browning inline CbN-3253
• Clutch — Browning Torque Limiter 500A
• Motor— 1.5 HP 1800 TEFC C-faced adapter
• Sprocket drive — With drive guard
• Chain - #60
• Belting — 2-ply—1/8X1/16 220 PIW
• Belt splice — Flexco mechanical steel fasteners
• Superior Idlers — CEMA B, 60 series, 4" dia, rolls, sealed for life bearings
• Trough - 35' on 4' spacing
• Transition - 200 trough
• Returns — Steel rolls, on 10' spacing (idlers installed)
• Self aligners — 50' from head and tail, 100' spacing after
• Gathering trough — 5' long with adjustable rubber flashing stationary, attached to
track under discharge hood of 24X100 CFC
• Zero speed — Installed on tail pulley shaft
• Guarding — for drive and tail pulleys, v-belt and return idlers. Guards may not meet
all local codes; customer is responsible to have guarding inspected
4j
• Electrical — Control panel and wiring not included
• Paint —1 coat primer, 1 coat enamel — Superior Beige
• Idler Paint — Power coated Superior Orange
• Owner's Manual — (2) copies included for operation, maintenance, and parts
Superior 24X100 Channel Frame Conveyor
Equipped as follows:
• Frame — Formed channel welded cross members
• Drive — Class I single wrap
• Gear reducer — Browning 215 shaft mount
• Backstop — Installed in reducer
• Motor — 25 HP 1800 RPM TEFC
• Dry clutch — Flexidyne
• V belt drive — With drive guard
• Capacity — 200 STPH of 110PCF material, 32 degree repose(90% fines, 10% lumps
8" minus) 280 of lift
• Belt speed — 300 fpm
• Superior pulleys - crown faced
• Head pulley —18" diameter, plain steel drum
• Shafts — Turned and polished 3-7/16"
• Drive Pulley —18" diameter, 3/8" HBL drum
• Shaft — Turned and polished 3 7/16"
• Wrap pulley —12" diameter'/4" SML drum
• Shafts — Turned and polished 1 15/16"
• Tail pulley — 16" diameter, wind type pulley
• Shafts — Turned and polished 2 7/16"
• Bearings — Brown ing/Sealmaster
• Take ups — Gravity type
• Bend pulleys — 16" diameter, '/4" SML drum
• Shafts — Turned and polished 2 7/16"
• Take up pulley —16" diameter, plain steel drum
• Shafts — Turned and polished 2 7/16"
• Weight — Provided by others
• Conveyor splice — Conveyor unassembled for shipment
• Supports — Fabricated from structural steel. Head is supports off building by others.
• Belting — 2-ply 1/8X1/16 220PIW*
• Belt splice — Flexco mechanical steel fasteners
• Superior Idlers — CEMA B, 60 series, 4" dia. Rolls, sealed for life ball bearings
• Load area - 350 trough, Impacts 16" spacing
• Trough - 35* on 4' spacing
• Transition - 200 trough
• Returns — Steel rolls, on 10' spacing (idlers installed)
• Self Aligners — 50' from head and tail, 100' spacing after
• Receiving hopper — Sloped, 5' long
• Gathering trough — 5' long with adjustable rubber flashing
• Discharge hood -'/4' AR liner
A
• Covers - Between dome and pit shelter, galvanized hinged on one side (not
installed)
• Emergency stop - One side
• Zero speed - Installed on wrap pulley shaft
• Auto Lubricators - On head pulley bearings
• Guarding - For drive and tail pulleys, v-belt drive and return idlers. Guards may not
meet all local codes; customer is responsible to have guarding inspected
• Electrical - Control panel and wiring not included
• Paint - 1 coat primer, 1 coat enamel Superior Beige
• Idler Paint - Powder coated Superior Orange
• Owner's Manual - (2) copies included for operation, maintenance, and parts
7.0 BID PROPOSAL Bid # 5945
7.1 UNIT DESCRIPTION
Item
Make
Model
Reversing Shuttle
Layco
RS4524
Conveyor
Layco
MS10024
7.2
BASE PRICE, as specified, per unit
$ 109, 030.00
Reversing Shuttle
39, 610.00
Conveyor
69,420.00
8.0 FREIGHT TERMS
FOB destination, freight prepaid. All freight charges must be included in bid pricing.
9.0 DELIVERY
Delivery will occur 120 days after proper notification of bid award.
aTt_.er notice to proceed.
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.
/ L
i
Title: Vice president
Company:
Dome Corporation of
North America
Date: 11-25-05
Street: 5450 East Street
City/State/Zip: Saginaw, MI 48601
Phone #: 989-777-2050
Fax #: 989-777-3477
7
VaJ TM
ZX/V
MANUFACTURING, INC.
November 23, 2005
Dome Corporation of North America
5450 East Street
Saginaw, MI 48601
Attn: Jeromy
Location: Fort Collins, CO
12285 E. Main St.
P.O. Box 238
Marshall, IL 62441
(217)826-6352
Fax:(217) 826-8551
w .yargus.com
(1) 100 foot 24 inch wide Mild Steel Layco Incline Troughing Roller Conveyor
System complete with the following components:
• 10 inch deep -formed 7 Gauge Mild Steel Channel Frame with 6 inch formed 7
Gauge Cross Braces.
• Mild Steel Motor Mount
• Mild Steel Wrap Drive Assembly
• Galvanized Hinge Conveyor Covers between Dome and Pit Shelter
• No Catwalk quoted
• No Ladder quoted on Conveyor or Pit
• No Electrical Panel
• Conveyor Supports from Pit to top of dome.
Fabricated from Structural Steel,
Head is supported off building by others
• Mild Steel Truck Hopper with Mild Steel Grating —Sloped 5 foot long
• Gathering Trough — 5 foot long with Adjustable Rubber Flashing
• Drive
25 HP 1,800 RPM TEFC Motor, 215 SMT 15 Gearbox Drive with Backstop, Class I
Drive, 3-Groove Sheaves with V-Belts, Mild Steel Belt Guard.
Dry Clutch - Flexidyne
• Wrap Drive
18 inch diameter Vulcanized Crowned Drive Pulley with 3/8" HBL Covering and
37/16 inch Shaft
8 inch diameter Snub Pulley with 1 15/16 inch Shaft
18 inch diameter Plain Crowned Head Pulley with 3 7/16 inch Shaft
12 inch diameter Wrap Drive Pulley with SML Drum with 1 15/16 inch Shaft
16 inch diameter Tail Pulley with Wing Design with 2 7/16 inch Shaft
Shafts Turned and Polished
Gravity Take Up Assembly with Mild Steel Assembly and Mild Steel Weight Box
16 inch diameter, '/4' SML Drum with 2 7/16 Shafts
16 inch diameter, Plain Steel Drum with 2 7/16 Shafts
Shafts — Turned and Polished
• Bearings — Brown i ng/Seal master
Idlers - Superior
4 inch diameter Cema B 60 Series 35 degree Troughing Idlers on 4 foot centers,
Sealed for Life Ball Bearings
4 inch diameter Cema B Return Rollers on 10 foot Centers
Load Area — 35' Trough, Impacts 16" Spacing
Transition — 20 Degrees
Self Aligners — 50 foot from head and tail, 100 foot Spacing after
Belt
24 inch wide 2 Ply 220 pound Rubber CBS with Stainless Flexco Steel Splice, 1/8 X
1/16
• Safety Stop Switch with Cable and Hardware
• Auto Lubricators — on Head Pulley Bearing
• Zero Speed Switch — Installed on Wrap Drive Pulley Shaft
• Mild Steel Enclosed '/4' AP line Deflector for Shuttle Loader
• Paint — Coat Primer, Coat Enamel Superior Beige
(1) 45 foot 24 inch wide Mild Steel Layco Shuttle Troughing Roller Conveyor System
complete with the following components:
10 inch deep -formed 7 Gauge Mild Steel Channel Frame with 6 inch formed 7
Gauge Cross Braces.
Mild Steel Motor Mount
• Mild Steel End Drive Assembly
• No Catwalk quoted
0 Drive
7 1/2 HP TEFC Motor, 207 SMT 05 Gearbox Drive with Backstop, Drive, 2-Groove
Sheaves with V-Belts, Mild Steel Belt Guard, Class I — Reversing Drive
End Drive
16 inch diameter Vulcanized Crowned Drive Pulley with 3/8 HBL and 2 15/16 inch
Shaft
6 inch diameter Snub Pulley with 1 7/16 inch Shaft
16 inch diameter Crowned Take Up Pulley with 2 15/16 inch Shaft
Shafts — Turned and Polished'/4' SML
• 36 inch long Stainless Steel Screw Take Ups
• Bearings — Brown i ng/Seal master
• Idlers - Superior
4 inch diameter Cema B 60 Series 35 degree Greasable Bearing Troughing Idlers
on 4 foot centers, Sealed for Life Ball Bearing.
4 inch diameter Cema B Greasable Bearing Return Rollers on 10 foot Centers.
Transition — 20 Degrees
Self Aligners — 50 foot from Head and Tail, 100 foot spacing after
• Belt
24 inch wide 2 Ply 220 pound Rubber CBS with Stainless Steel Flexco Splice 1/8 X
1/16
Safety Stop Switch with Cable and Hardware
• Zero Speed Switch — Installed on Tail Pulley
5 sets of Trolley Wheels with Greasable Bearings
• Electric Shuttle Mover with 1 1/2 HP Motor with Browning Torque Limiter 500 A
And Browning inline CBN-3253
• 115 foot of Mild Steel Shuttle Track
• Gathering Trough
Mild Steel Shuttle Loader with Adjustable Double Sealer Rubber Flashing, 5 foot
long attached to discharge hood of 24" X 100' Conveyor
• Paint— Coat Primer, Coat Enamel —Superior Beige
• Electrical — Control Panel and wiring Not Included
FREIGHT:
Freight from Marshall, IL to Fort Collins, CO
IWSON ST
Extremely Urgent P`/, WHITE s:ORRNGE 2: lg.—vices: UPS Next Day Air•
l 8D-FL2 UPS Worldwide Express'
5595231601 0210 1500 UPS 2nd Day AIP
IN, i:i • u�n::E: IS
Call 1-800-PICK UPS° (1-800-742-5877) or visit UPS.Com!
Apply shipping doxumems on this Side.
not n
UPS Sir J
Expedited"
For UPS Worldwide Express, the UPS Fapress Emebye may
be used only for documents or no commercial value. There
6 ne limn w the weight ar number W pages yw can enclQ� T'-------
WEILXI DIMENSION
EIGHTk LAPGE IP SHIPPER
UPS r �,yAir Saver WEIGHT PACYA4E RELEASE
Do rot use UPS 2nd Day Air semis to send letters weighi
over 13 ounces In this envelope. Fee UPS 2nd Day Air servk L T �, �lP1P.
UPS Express Envelopes weigMng One pared BE more are sW
to the correspondNg rates for theapplkable might
Do not send cash or cash egWvaleM.
EffFF6595
REFEREKKE NUMBER
1i
IELEPHOHE
989.777-2050
DOME CORP OF NORTH AMERICA
6460 EAST ST
ail SAGINAW MI 48601-9748
E
�')) ( T P7HONE
1�fLI r(is yE,fR (I'�qr �'�/1Y'r�X'�Ell j