INVITATION TO BID 61 ZERO TURN RADIUS MOWER #PK17-403 Sealed bids for a new 2017 61 Zero Turn Radius Mower will be received by the Des Peres City Clerk at the Des Peres City Hall, 12325 Manchester Road, Des Peres, Missouri, 63131, until 2:15 p.m. on Wednesday, February 22, 2017, at which time they will be publicly opened and read. The City reserves the right to reject any and all bids and to select the bid deemed most advantageous. and bid forms are available from the Parks & Recreation Department. Questions concerning these bid documents should be made to the City s Park Superintendent, Steve Braddock at 314-835-6158, between the hours of 7:00am and 3:00 pm, weekdays. DO NOT RETURN THIS PAGE
GENERAL INSTRUCTIONS TO BIDDERS 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 2:15 on Wednesday, February 22, 2017 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 Zero Turn Mower Bid. 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 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. All bids must include the Manufacturer s literature for the specific model bid. Contractor must be properly licensed with federal, state and local governments and agencies. DO NOT RETURN THIS PAGE
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. Questions concerning these specifications should be directed to Steve Braddock, Park Superintendent, at sbraddock@desperesmo.org DO NOT RETURN THIS PAGE
ENGINE 26 HP @ 3600 RPM BID FORM 61 ZERO TURN RADIUS MOWER #PK17-403 4-Cycle, Twin Cylinder, liquid-cooled, fuel injected, horizontal shaft 2 Cast iron cylinder sleeves Heavy duty radiator / Engine cooling fan / Water pump Large capacity two-stage canister air filter Single exhaust canister muffler Electric fuel pump with inline fuel filter Hydraulic valve lifters 12 Volt, maintenance free battery (525 CCA) with alternator, solid state ignition with key start, fixed timing ENGINE DECK Single 8.5 gallon seamless tank with fuel gauge 26 x 12 12 four ply, pneumatic, tubeless, radius edge, offset rims Lever activated interlocked parking brake Compact frame design with welded, structural steel double tube construction DRIVE SYSTEM Hydro drive with two variable displacement pumps and two cast iron motors for independent control of each drive wheel Two Hydro-Gear 16cc pumps with dump valves for movement without running engine. Internal shock valves to protect hydraulic system. Pumpmounted cooling fans for increase drive system protection Two Parker 15 cubic inch cast-iron high torque wheel motors Self-adjusting, self-tightening transmission belt idler 4 qt capacity Hydro cooling system with nylon fluid reservoir and external hydraulic oil coolers. Uses SAE 20W50 fluid and 10 micron filter Twin Quick-Fit lever fingertip steering and travel control with gas shock dampeners for smooth, responsive control to each wheel 1-1/4 heavy-duty, tapered motor shaft axles 14 gauge wire harness. Tightly wound protective wire loom. Dielectric grease at major electrical connections RETURN 2 COPIES OF THIS PAGE
Seat actuated engine kill, neutral interlock, mower engagement (BBC) switch, parking brake for safety Key switch, throttle, fuses, BBC switch, water temperature, voltmeter indicator light (Smart Sense digital hour meter located at rear of mower displays maintenance reminders) on instrument pa nel 0 up to 12.0 mph forward ground speed range 0 up to 5.0 mph reverse ground speed range CUTTER DECK Velocity Plus, floating, adjustable, anti-scalping, hybrid design combines outfront and belly-mount designs, special raised front edge allows grasses to enter the deck standing upright for a fast, manicured cut Tri-Plate construction consists of a 10-gauge steel cutter deck top reinforced with 7-gauge upper support plate and an 11-gauge lower spindle support plate. These three layers of steel equal close to a ½ thick steel cutter deck top. Deck skirt is 7-gauge. Trim side wear pad protects deck and landscape 61.0 inches (155.0 cm) true cutting width Foot-operated pedal adjustment from operator s seat. 1 to 6 in. ¼ increments; 3-position adjustable pedal accommodates various operator heights Three (3) 21 high strength Marbain cutter blades Double clamp drive shaft to 90 degree gear box Velocity Plus deck baffles direct air flow for maximum quality-of-cut. Custom cut baffle allows adjustment to individual cutting conditions (7 positions) Electric PTO blade engagement via Ogura GT3.5 (250 ft. lb) clutch brake with control panel knob Extra wide 18.5 tapered discharge opening. Spring-loaded, non-denting plastic discharge chute combines strength and flexibility. Minimizes damage to landscape and trees. Turbo-Baffle increases discharge velocity for an even spread of clippings 13 x 6.5 x 6 flat-free caster wheels with tapered roller bearing pivots Heavy-duty 1-1/8 top dimension spindle shaft, cast-iron housing, taper roller bearing, low maintenance with top access grease fitting and grease overfill relief poppet Spindle pulley split steel design with easily removed taper hubs. Split steel is stronger than stamped or cast pulley designs B-section with Kevlar cord cutter deck belts Two front corner adjustable, three front center adjustable, two rear corner adjustable, two rear fixed anti-scalp rollers RETURN 2 COPIES OF THIS PAGE
ADDITIONAL SPECIFICATIONS OSHA 1928 certified roll-over protection system. System has foldable design for loading into enclosed trailers. Retractable seatbelt included Quick-Fit adjustable control levers, 3-position adjustable deck lift pedal. Standard torsion spring suspension seat; adjusts to operator s weight for a stable, comfortable ride. Features forward/rearward adjustment with adjustable back angle Cup holders featuring handle recess and rubber container grips. Steel construction. Semi-pneumatic caster tires RETURN 2 COPIES OF THIS PAGE
BID FORM 61 ZERO TURN RADIUS MOWER #PK17-403 Mulching cover for discharge shoot Include in price 2 - Spare Drive & 2 -Spare Castor, Wheels & Tires: Include in price Service and Parts Manuals: Include in price 6 additional Marbain, high strength and high lift blades Include in price Operator-Controlled Discharge Chute and Trailer Hitch Include in price TRADE IN: Manufacturer: One (1) 2012-61 Skag, ZTR Mower May be inspected at 12325 Manchester Road, 7:00am to 3:00pm, Monday through Friday. The city reserves the right to keep the trade in. Contact Steve Braddock, Superintendent of Parks at sbraddock@desperesmo.org Model: Percentage Manufactured in America: % Assembled in America: % Year: Complete price for mower and accessories: $ Trade in for 2012 61 Skag, ZTR mower: $ Net Bid: $ Quote Made by: Name of Company Agent Signature Printed Name Address, City, State ZIP Phone Email Address RETURN 2 COPIES OF THIS PAGE
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: -- RETURN 2 COPIES OF THIS PAGE --
STATE OF ) ) ss. COUNTY OF ) BID RESPONSE FORM 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 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 Printed Name: Subscribed and sworn to before me this day of,. Notary Public My commission expires: -- RETURN 2 COPIES OF THIS PAGE --