SPECIFICATIONS FOR NEW 2014 ONE TON UTILITY TRUCK WITH DUMP BED, SALT SPREADER & SNOW PLOW FOR THE CITY OF DES PERES City of Des Peres 12325 Manchester Road Des Peres, Missouri 63131 Prepared by Steve Braddock Park Superintendent January 2014 INVITATION TO BID The City of Des Peres is soliciting bids for one new one ton utility truck with dump bed, snow plow and salt spreader. Bids will be accepted until 2:00 pm on Wednesday, January 22, 2014 at which time they will be publicly opened and read aloud. For more information regarding the request for proposal please contact Steve Braddock, Park Superintendent, 314-835-6158, email sbraddock@desperesmo.org Bids should be submitted to: Office of the City Clerk City of Des Peres 12325 Manchester Road Des Peres, Missouri 63131 Bids may be delivered in person, by carrier, or by mail. It is the sole responsibility of the vendor to see that his/her bid is received in proper time. No late bids will be considered. Bids should be submitted in duplicate in a sealed envelope clearly marked “One Ton Utility Truck” with the name of the bidder and with the date and time of the bid opening. GENERAL SPECIFICATIONS: In addition to the requirements set forth in the advertisement for bids and attached specifications, all bidders shall be responsible to familiarize themselves and comply with the following instructions: Bidders shall submit their proposals by 2:00pm on Wednesday, January 22, 2014 on the bid form furnished by the City of Des Peres to the Des Peres City Clerk at Des Peres City Hall. They shall be in a sealed envelope and marked “One Ton Utility Truck”. The City reserves the right to reject any or all bids, to waive any technicalities and to select the bid deemed by the Mayor and Board of Aldermen to be in the best interest of the City. All bids submitted shall be binding on the bidder for a period of thirty (30) days from date of bid opening. All equipment shall conform to existing occupational safety and health standards and price shall include complete delivery, printed materials and set up. All bids include delivery to the City’s Parks Department, 12325 Manchester Road, Des Peres, MO. 63131. All specifications listed are intended to be preferred function and performance specifications. No specification should be construed as representing any particular brand of materials. Bidders should propose to furnish materials that come closest to meeting the details of the specifications. Where deviations are necessary, bidder must specify such deviation in the “Bid Response Form,” stating why the supplies he/she proposes will render equivalent reliability or performance. Failure to detail all such deviations will provide a basis for rejection of the entire proposal. The City of Des Peres has a preference for materials made in the U.S.A. The City of Des Peres is exempt from all sales tax. Exemption certificates will be furnished upon request. Vendor has authorization to use State Contract pricing if applicable. Prices quoted are to be firm and final; and prices shall be stated in units of quantity specified with packing, shipping and draying charges included. Any and all discounts for which the City of Des Peres qualifies should be applied and included in the bid. No fax or verbal bids will be accepted. Contractors are responsible for the timely delivery of bid packages to the Des Peres City Clerk. A postage meter mark is not sufficient evidence of mailing any bid package. Payment will be made through normal purchase order and invoice procedures. Enclosed in the bid should be a complete set of shop manuals on CD’s. Contractor must be properly licensed with federal, state and local governments and agencies. Bidders shall read thoroughly and understand the specifications in relation to the bid which is submitted. If the bidder has any questions concerning the true meaning or intent of the specifications or any of the requirements stated herein, he shall request interpretation, in writing; and an addendum will be mailed to those whom specifications and other relevant material have been issued. Failure to have requested an addendum covering any such questions shall not relieve the bidder from performing the work in accordance with the intent of the specifications. A non-collusion affidavit and affidavit of compliance with Section 285.500 R.S.Mo., Et Seq. must be submitted with the bid. Trade-In: The City will be trading in a 2007 Chevrolet 1-ton C4500 utility truck with dump bed, snow plow and salt spreader. Truck, Snow Plow and Salt Spreader and current equipment specifications are available for inspection at the City Garage (942 Des Peres Rd.), Monday through Friday, from 7 a.m. until 2:30 p.m. For questions and arrangements to view equipment should be made with Frank Clark, Streets Superintendent, at 314-821-5343 or 314-575-7150. Questions concerning these specifications of this bid should be directed to Steve Braddock, Park Superintendent, at 314-835-6158 or sbraddock@desperesmo.org. SPECIFICATIONS FOR ONE NEW 2014, 19,000 GVW UTILITY TRUCK CHASIS Cab and Chassis Specifications These cab and chassis specifications shall be considered to be minimum requirements by the City of Des Peres. Indicate by check or X concerning compliance. NO YES 1. 19,000 GVW chassis, cab, and body 2. 141" Wheel base 3. 60" cab-to-axle chassis and cab 4. 7,000 lb. rated front axle 5. 13,500 lb. rated rear axle 6. 200 amp. minimum Alternator (snow plow package) 7. Battery-750 CCA 8. 6.8 Liter gas 9. 7,000 lb. rated front springs 10. 13,500 lbs. Rated rear springs 11. Auxiliary rear springs (To handle load of salt spreader 3 cu. yds.); add timbren load boosters 12. Heavy duty front and rear shock absorbers & stabilizer bar 13. Air conditioner 14. Two 7" x 12" West Coast Mirrors (with 6"x7" convex) 15. Two 225/70R19.5 10-ply All Season Traction 16. Four 225/70R19.5 10-ply All Season Traction mud and snow rear tires YES 17. One spare tire 225/70R19.5 10-ply All season tread & one 225/70R19.5 10-ply All season mud & snow tire mounted on wheels for truck (2 total) One front and One rear 18. Complete shop manual on CD’s 19. Colors: White 20. Undercoatings: By others after bed installation 21. Mudflaps: Standard ICC mudflaps Accessories 22. In-Dash a. Amp Meter b. Temperature gauge for engine and transmission c. Oil pressure gauge d. Cigarette lighter e. Left & right door arm rests f. Deluxe fresh air heater/defroster with 3-speed blower g. 2-speed electric windshield wipers with washers h. Push-button AM/FM radio i. Dome light with door-operated switches 23. Heavy duty cooling system and coolant recovery system 24. Power steering / Power windows 25. Transmission a) Heavy duty 5-speed automatic transmission b) External oil cooler with PTO 26. Locking differential 27. Front & rear disc power assisted antilock brakes with dual master cylinder 28. Heavy-duty vinyl bench seat and trim for 3 occupants 29. 28-Gallon total capacity gas tank (cannot be mounted at rear of frame) 30. Tinted glass 31. Standard front bumper 32. Front and rear self-canceling directional switches with 4-way hazard switch NO Yes 33. Front tow hooks 34. 4.88 to 1 axle ratio. 35. Black step running boards 36. Estimated time to order and deliver (July delivery desired) 37. Trailer brake controller built in 38. Warranty: Specify years, miles and conditions of warranty Miles Conditions Years 39. 4 sets of Keys No SPECIFICATIONS FOR NEW DUMP BED FOR 19,000 GVW TRUCK CHASSIS The following bed specifications shall be considered as the minimum requirements for one new Bed mounted on one 19,000 GVW truck chassis (provided by others). Yes 1. Three yard rear and side dumping tipper 9’ x 87” 2. 12 gauge hitensile steel body 3. 10 gauge hitensile steel floor 4. 18" high sides with 24" high tailgate 5. One piece front bulkhead and ½ cab protector 6. Full depth front and rear corner posts 7. Fold down side and back with single level control 8. Interlocking type under structure of 3" structural cross member and 7" interlocking channel long sills 9. Tailgate to have minimum of 1 ¼ " upper and lower pins, 3/8" spreader chains with upper and lower banjo eyes and zerk fittings on upper pins 10. All clearance lights recessed into body with rubber grommets 11. LB 500 underbody hoist with 11ton capacity power up and down, subframe type hoist; pressure relief valve on hoist 12. Body safety prop 13. Anti sail mudflaps (both sides of wheels) 14. Tyrone CP16-85 underhood clutch pump, 79 g.p.m. at 1000 rpm 15. Gresen V20 control valve on frame behind cab with Morse RVC cables and levers to cab for dump body and Spreader controls. FFI quick disconnects couplers to be mounted at rear of truck. Location to be determined by Street Superintendent. No YES 16. 15-gallon frame mounted oil reservoir & return line filter 17. Quick disconnects on rear for spreader 18. PSE Amber Shield Mini Bar Model SHL10CAM using existing auxiliary switches 19. Rear strobes recessed in rear corner posts with rubber grommets with cab switch using existing auxiliary switches 20. Special trailer hitch, 15 ton pintle hook 25" bottom of eye and 2 5/16” ball, 16" bottom of ball 21. Six way trailer socket on rear 22. Colors – White 23. Complete undercoat and rustproofing of entire bed and truck 24. Complete installation with all oil systems filled making truck ready to use 25. Warranty (attached) specify months and conditions 26. Time to order, receive, and install on vehicle (days) List Make, Model for the Unit Bid and Installer No SPECIFICATIONS FOR NEW 8 ½ FOOT SNOW PLOW FOR ONE TON UTILITY TRUCK Size: 8 feet, 6 inches long Sample Models:Western (UHW 90) Pro-Plus or equal Gauge of Steel: 11 minimum Trip Springs: 4 minimum Cutting Edge: 3/8” x 6” reversible H Carbon Steel Blade Vertical Ribs: 7 minimum Frame: Complete new frame to be provided Lift Height: 14” minimum Controls: Provide complete controls mounted inside the cab (See Street Superintendent for location) Lights: Dual beam halogen lights with turn signals and high and low beam mounted on frame with cab controls Special Features: Power angling and quick disconnects for hoses Installation: Completely install on a 2014 dump truck with plow frame bolted to truck frame creating minimum separation distance while still being able to open hood. Accessories: 1. Rubber snow diverting flap on top 2. Corner guide flags (both ends) Warranty: All parts and labor must be guaranteed at least 6 months from payment date. Manuals: Complete set of maintenance manuals for model bid Delivery: Must be installed on City vehicle by August 1, 2014 and be in full working order Trade In: None SPECIFICATIONS FOR NEW HYDRAULIC SALT SPREADER FOR ONE TON UTILITY TRUCK Sample Models: Henderson or equivalent Size: 8 feet long Volume: 3 cu. yds. (includes 12” extension) – See sample model on existing spreader at garage, 942 Des Peres Rd. Hopper: 12 gauge steel sides with single piece 14 gauge steel ends. The top edge shall be double for additional support & there need to be 4 ½” “D” rings on each corner, so spreader can be lifted off truck. (See other spreaders located at the City garage) Conveyor: 14” to 16” wide chain barflight type, the floor shall be 10 gauge steel plate. The chain shall be self-cleaning pintle type. The chain drag shall be 14” wide and driven through a 20:1 worm gear box mounted in tapered roller bearings. It shall have adjusting bolts located at the front of the spreader. The idler shaft shall have heavy duty relubeable bronze sleeve bearings. Distributor: The spinner disc shall be 13” in diameter with 4 steel banes and external overlapping baffles. The spinner disc drive shaft shall be supported by relubeable ball bearings. Spinner must be chain driven, not belt driven. Tie Downs: Four D rings to be welded on spreader and 4 D rings to be welded on truck bed to secure spreader with tie down chains. 4 chains and 4 chain ratchet binders will be provided by bidder Spreader tailgate lock kit included to secure spreader to bed of truck. (See other trucks at 942 Des Peres Road for tie down system) Hydraulics: Existing hydraulic system shall be modified to provide power transmitted from a source located on the truck to a single low speed hitorque motor. This motor shall be mounted directly to the 20:1 ratio gear box with roller chain drive to the spinner. The hydraulic power source shall be from a 7 gallon per minute @2,000 RPM fan belt driven pump. The pump shall be equipped with an electric clutch and controls for the cab mounting. The pump mounting bracket, fan belt, and truck pulley must be supplied as well as the reservoir, filler cap, heavy duty mounting brackets and return line filter. A single flow control valve shall control the hydraulic motor with an on-off lever and built-in pressure relief valve. All hoses and quick disconnects must be provided. Hopper Screen: Complete screens shall be provided. Installation: Complete installation including hydraulic system shall be furnished on a 1 Ton Utility Truck for the 3 cu. yds. spreader. Hydraulics should be mounted on trucks except a new spreader dual control valve is to be mounted inside the cab. One control is for the auger and one for the spinner. See Parks Truck 003 for location of controls. All hardware to make complete system and operate 2-75 gallon tanks, 2.8 gallons per minute pump 12 volt DC electric cab mount controls. Oak boards to be mounted to spreader. Calcium Chloride: One 75 gallon PVC tank shall be provided on each side of the 3 cubic yard spreader. See Parks Truck 003 for location. A complete distribution system with inside cab controls shall be provided. Fill caps at end of tanks at rear of truck bed for easy fill-up. Delivery: Spreaders must be installed on trucks and returned to City in complete working order by October 15, 2014. Warranty: Minimum 6 months from date of payment. Manuals: Complete parts and maintenance manuals Trade In: None Color: Safety Orange, uniform in color and application BID FORM FOR ONE TON UTILITY TRUCK WITH DUMP BED, SALT SPREADER & SNOW PLOW Date Submitted: _____________________________ TO: City of Des Peres, Missouri I, ________________________________, of ________________________________ Representative Name (Please Print) Name of Company hereby submit our bid for ONE TON UTILITY TRUCK WITH DUMP BED, SALT SPREADER & SNOW PLOW and declares that he has carefully examined all the items and fully understands the requirements. TRUCK CHASSIS 1.) Complete price for 1 truck chassis (specified above) (includes delivery, set-up, extra tires, and all other costs involved. $ (Year/Model) ITEMS 2, 3 & 4 MUST BE BID AND INSTALLED BY ONE COMPANY 2.) Complete price for Utility Dump Bed (specified above) installed on vehicle (attach literature & name of installer) $ (Model & Modifications) 3.) Complete price for 8 ½ ft. Snow Plow installed on truck $___________ ___________ (Year/Model) 4.) Complete price for 8 ft. long 3 cu ft Salt spreader installed on truck $___________ ___________ (Year/Model) Trade-in for 2007 C4500 Chevrolet Utility Truck with plow and spreader $ NET BID $ (BID FORM) Quote made by: Company Address (Phone) City, State, Zip Code (Email) Signature (Fax) Estimated delivery date if ordered by February 14, 2014 Name and location of dealership that will service this vehicle and handle all warranty problems. Name and location of subcontractor involved in bed and installation Discrepancies (list any items above, which cannot be furnished in your quote) Time to install bed after receipt of check MADE IN AMERICA: days. % of product manufactured in America % of product assembled in America ___________ BID RESPONSE FORM NON-COLLUSION AFFIDAVIT OF PRIME BIDDER State of ) ) ss County of ) __________________________________________, being first duly sworn, deposes and says that: 1. He/She is owner, partner, office, representative or agent of__________________, the Bidder that has submitted the attached bid; 2. He/She is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; 3. Such bid is genuine and is not a collusive or sham bid; 4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affidavit, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any connection with the contract for which the attached bid has been submitted or to refrain from bidding in connection with such contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other bidder, firm or person to fix the price or prices in the attached bid or of any other bidder, or to fix any overhead, or to secure any advantage against the City or any person interested in the proposed contract; and 5. The price or prices quoted in the attached bid are fair and proper, and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents, representatives, owners, employees, or parties in interest, including this affidavit. Signed ________________________________________ Title ________________________________________ Subscribed and sworn to before me this ____________ day of ____________________, 20______. Notary Public: ________________________________ My Commission expires: ________________________ Affidavit of Compliance with Section 285.500 R.S.Mo., Et Seq. For all Agreements in excess of $5,000.00. Effective January 1, 2009 STATE OF _________________ ) ) ss. COUNTY OF _______________ ) Before me, the undersigned Notary Public, in and for the County of _____________________, State of _____________________, personally appeared _______________________ (Name) who is _________________________ (Title) of ________________________________ (Name of company),(a corporation), (a partnership), (a sole proprietorship), (a limited liability company), and is authorized to make this affidavit, and being duly sworn upon oath deposes and says as follows: (1) that said company is enrolled in and participates in a federal work authorization program with respect to the employees working in connection with the contracted services; and (2) that said company does not knowingly employ any person who is an unauthorized alien in connection with the contracted services. The terms used in this affidavit shall have the meaning set forth in Section 285.500 R.S.Mo., et seq. Documentation of participation in a federal work authorization program is attached to this affidavit. ______________________________ Signature Name: ________________________ Subscribed and sworn to before me this _____ day of _____________, _______. ________________________________ Notary Public My commission expires: _______________
© Copyright 2025 Paperzz