CITY OF CORALVILLE 1512 7 th Street, Coralville, IA 52241 319-248-1740 REQUEST FOR BID THIS IS NOT AN ORDER STATE BELOW THE PRICE AND DELIVERY FOR ITEMS DESCRIBED HEREIN, BASED ON THE SPECIFICATIONS, TERMS AND CONDITIONS CONTAINED HEREIN. SUBMIT BID TO THE CITY CLERK AT THE ADDRESS BELOW, BY THE TIME AND DATE SPECIFIED, IN A SEALED ENVELOPE CLEARLY MARKED WITH BID#, AS NOTED BELOW. NO FAXED BIDS ACCEPTED. DATE : March 6, 2015 BID#: 15-101, Purchase One (1) Heavy Duty Cab & Chassis Truck (Plow Truck) BID OPENING: 2:00 PM, March 17, 2015 Lobby Conference Room, City Hall, 1512 7 th St, Coralville, IA DELIVERY ON OR BEFORE: F.O.B.: 180 days after award of bid. City of Coralville Streets Dept, 750 Camp Cardinal Blvd, Coralville, IA 52241 COST SUMMARY: 1. YEAR/MAKE/MODEL: 2. COST: EACH TOTAL (4) Option A, Outright Purchase: ONE (1) HEAVY DUTY CAB AND $ $ A CHASSIS TRUCKS Option B, Rustproofing $ $ B Option C, Extended Warranty: $ $ C FIVE (5) YEARS/100,000 MILES, POWER TRAIN ONLY Type Years Miles Deductible 3. DELIVERY: If awarded the contract of the above bid, we agree to deliver equipment on or before, if formal order to proceed is received by. Name of Firm: Address: Name & Title of Representative: Signature of Representative: E-Mail Address: Web Site Address: www. Date Signed: Date Bid Expires: Phone No. Fax No. Streets Superintendent: Eric Fisher efisher@ci.coralville.ia.us 319.248.1740 Submit Bid to: City of Coralville Attn: City Clerk Bid # : 15-101 1512 7 th St., Coralville, IA 52241
Section I. SPECIFIC CONDITIONS AND INSTRUCTIONS TO THIS PROPOSAL BID #15-101, PURCHASE ONE (1) HEAVY DUTY CAB AND CHASSIS TRUCKS The City of intends to purchase ONE (1) NEW AND UNUSED HEAVY DUTY CAB AND CHASSIS TRUCKS to be used by the Streets Division according to the minimum specifications outlined in Section II of this document. The cab and chassis will be used for general hauling and snow removal operations, and will have 11 /12 Multi-Purpose/Municipal dump bodies with front mount cylinder, installed by another vendor. Snow plows and wing plows will be mounted by another vendor, where required. All transportation, installation and delivery charges shall be included in the bid price. The SPECIFIC CONDITIONS AND INSTRUCTIONS TO THIS PROPOSAL in Section I and the DETAILED SPECIFICATIONS in Section II clarify this specific document but are in addition to the GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS in Section III. The City reserves the right to consider not only the bid price but also the ability of the vendor to provide service and parts for the vehicle(s)/equipment. Contract Compliance will be forwarded to the awarded Vendor ONLY. A. The following options will be considered: 1. Option A: Outright Purchase. 2. Option B: Rust Proofing. 3. Option C: Extended Warranty. B. Vehicles acceptable for bid shall include: 1. Freightliner 2. Peterbilt 3. Or acceptable alternate C. Delivery: 1. The Contractor shall coordinate delivery with the Street Superintendent. 2. Delivery of the new vehicle(s)/equipment is required on or before September 15, 2015 unless another date is mutually agreed upon. Vehicle(s)/equipment shall be completely operational and ready for service when delivered to the Equipment Division. D. Sale of vehicle(s)/equipment may be in the form of trade-in or outright sale. Vehicle(s)/equipment will be made available when taken out of service. E. Bidding Requirements: 1. Bidders are not required to bid on all options for their bid to be considered. 2. No bid security will be required.
4. Bidder shall submit the following: a. Completed and signed COST SUMMARY, Page 1. b. Completed DETAILED SPECIFICATIONS, Sec. II. c. Manufacturer's catalogs, specifications sheets, or other literature, giving full detailed information on vehicle(s)/equipment bid. The vehicle(s)/equipment shall be identified in the catalog, specification sheets, or literature by model and number. d. Manufacturer's warranty literature (engine and power train as well as entire vehicle). F. Contract Award: 1. It is the intent of the City to make an award within fourteen (14) calendar days of the bid opening date. 2. Award for the purchase and trade-in(s), if any, shall be in the form of a Purchase Order. 3. Award shall be based on the criteria in Sec. III-D, GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS. 4. Consideration may be given to delivery date, anticipated parts and service, analysis and comparison of vehicle(s)/equipment specifications details, and past experience of the City with similar or related vehicle(s)/equipment. 5. Awarded Contractor shall complete and return contract compliance within thirty (30) calendar days of contract award. QUESTIONS: Detailed Specifications Equipment Purchasing
SECTION II. DETAILED SPECIFICATIONS BID #15-101, PURCHASE ONE (1) HEAVY DUTY CAB AND CHASSIS TRUCKS MINIMUM SPECIFICATION MEETS EXCEEDS COMMENTS General Requirements 1. Bid Completion: Bidder shall complete every item in these specifications with a check mark to indicate the item MEETS or EXCEEDS specification. Also include a description under COMMENTS to indicate deviation from the specifications OR where additional information is requested. 2. Specifications: These specifications describe the minimum technical requirements of the proposed vehicle(s)/equipment. Any items appearing in the manufacturer's regular published specifications are assumed to be in the Bidder's Proposal. Any additions, deletions or variations from the manufacturer's regular published specifications must be outlined in the detailed specifications below. 3. Current Year/Model: The awarded Contractor shall provide F.O.B., Iowa, one (1) new and unused, current year and model production, vehicle(s)/equipment as described throughout Section II, DETAILED SPECIFICATIONS. 4. Compliance: At the time of delivery, Contractor shall certify that the vehicle(s)/equipment meet all applicable State and Federal Motor Vehicle and OSHA Safety Standards. 5. Installation of Accessory Equipment: The City shall be responsible for the installation of dump bodies, light bars, two-way radios, and other equipment. 6. Vehicle proposed: Specify YEAR/MAKE/MODEL of proposed unit(s) and state as item 1 on COST SUMMARY, page 1. 7. EPA Mileage Estimate: Specify / City/Highway
1. GVWR of 37,000 minimum. Dump bodies will be mounted on these chassis. State GVWR rating. 2. Wheelbase shall be consistent with CA (see item #3) and BBC (see item #5). State wheelbase. 3. Cab-to-Axle (CA) distance shall be 96 inches minimum, 102 inches maximum. State applicable cab-to-axle distances. 4. Frame shall be section modulus 15.9 minimum with minimum RBM of 1,749,000 inch pound and shall included standard production integral front frame extension for front-mounted PTO pump and plow. Frame rails shall be clear top and outside from cab to rear suspension bracket. NO bolt-on frame extensions shall be accepted. 5. Body shall be fully enclosed with two (2) doors and be of the cab/chassis configuration with no body or box on the rear of the unit. The distance from the front of the grille to the back of the cab (BBC) shall be a minimum of 92 inches to a maximum of 110 inches. The cab shall have a one-piece fiberglass hood assembly to tilt forward for engine access (must provide access to engine after plows are mounted). Grille shall be fixed mounted and have a hole for a driveshaft off the front of the engine crankshaft for a front-mounted PTO. State BBC distance. State cab floor to headliner height in inches. 6. Vehicle Interface Wiring connectors for BOTH Body Builders AND Transmission shall be provided on back of cab. 7. Front Bumper shall be standard factory-painted with tow hooks. 8. Windshield Wipers and Horn shall be electric. Wipers to be intermittent with washer. Horn shall be electric. 9. Mirrors shall be provided as follows: Dual exterior rear view mirrors; heated west coast style rear view mirrors, a minimum 6 inches by 16 inches. One (1) eight (8) inch convex mirror mounted to bottom of each west coast mirror. 10. All Windows shall have tinted safety glass. 11. Exterior shall be white in color. Left and right grab handles shall be mounted on cab to assist entry. Body
12. Rust proofing may be considered as an option. Specify type/method of rust proofing. Note price as Option B on the COST SUMMARY, page 1. 13. Exhaust shall be horizontal with vertical B pillar. Exhaust not to extend more than 3 behind cab. 1. Front Axle shall have 14,000 pound minimum capacity. Set back front axle. State axle make and capacity. 2. Front Springs shall be 16,000 pound minimum capacity. Shall have heavy duty shock absorbers. Greaseless shackles are required. State spring capacities. 3. Turning Radius shall be 35 feet maximum. State tuning radius. 4. Rear Axle shall be single reduction, 26,000 pound minimum capacity. Rear axle shall have driver controlled traction differential. Top speed approximately 65 mph. State axle make, capacity, ratio and top speed (mph). 5. Rear Springs shall be 15,000 pound per side minimum capacity each at ground. No exceptions. State spring capacities. 6. Brakes shall be full air, dual system, cam actuated with spring set parking brake. System shall be equipped with Bendix-Westinghouse AD-9 air dryer and minimum 18 CFM air compressor. Adjustment shall be S-cam type, if available. Anti-lock braking system shall be included, if available. Auto slack adjuster (Rockwell/Meritor brand) on all brakes. Dust shields required on rear axle brakes. State if ABS equipped. 7. Engine shall be a Cummins turbo charged In Line six (6) cylinder; (minimum 230 HP, 600 pound torque); diesel or acceptable alternate. SCR System is required. Engine shall include dry type air cleaner, magnetic crankcase drain plug. And front crankshaft pulley equipped with flange for PTO driveshaft. Right hand vertical exhaust. State engine make, model, horsepower and displacement. Body - Continued Power Train
8. Spare Service Filters. One (1) complete extra set of filters shall be provided at time the truck is delivered. Set to include air filter, oil filter(s) and fuel filter(s). 9. Transmission shall be an Allison six (6) speed automatic 3500 RDS with PTO provisions. Auxiliary transmission oil cooler required. State transmission type and number. 10. Driveline shall be tubular shafts, heavy duty U-Joints. Teflon coated drive splines or glide coated. 11. Steering shall be powered assisted, dual cylinder if available. State if dual cylinder equipped. 12. Fuel Tank shall be a left side tank with 45 gallon minimum capacity. Fuel tank shall not extend more than five (5) inches beyond the back of cab plane. Aluminum fuel tank is required. State fuel tank capacity and location. 13. Electrical System shall include a minimum of two (2) heavy duty, 12-volt, maintenance-free batteries. Battery system shall provide at least 2000 CCA in excess of that required to start engine. Alternator shall be Delco Remy 22 SI, 130 amp minimum. Minimum of four extra upfitter switches mounted in dash. Factory installed plow light wiring package shall be included. State battery and alternator rating capacity. 14. Cooling System shall be the maximum capacity cooling system available. System shall be equipped with a thermostatic fan clutch, and shall provide for front-mounted PTO drive shaft from crankshaft pulley. Heavy duty silicone hose or blue stripe shall be used for all heater and radiator hoses. State radiator size and system capacity. 15. Engine Block Heater and In-Line Fuel Heater, if available shall be factory installed. These units shall be 110-volt. State manufacturer. 16. Wheels shall be Budd style wheels. Wheels shall be Accuride powder coated white, no exceptions. 17. Tires shall have a minimum load range of "H" PR (16 ply) and shall be Michelin 11R x 22.5 tubeless XZE2 tread in front, XDE M/S in rear. Must meet and exceed GVWR of truck. State tire make, model and load range. Power Train - Continued
1. Air Conditioning is required and shall be factory installed. 2. Heater/Defroster shall be heavy-duty fresh-air type, factory installed. 3. Instrumentation shall include gauges for engine temperature, battery/charging condition, engine oil pressure, air pressure and engine RPM. Automatic engine warning system for high engine temperature/low oil pressure shall have light and buzzer. Mechanical flasher required. Back-up alarm required. OEM installed ground speed output sensor wire required. State make and model of engine warning system. 4. Radio shall be factory installed standard production AM/FM radio with antenna. 5. Tilt Steering Wheel shall be factory installed, round, with anti-slip surface. 6. Interior Dome Light shall be factory installed on the ceiling of the cab. 7. Sun Visors for both driver and passenger shall be factory installed. 8. Interior shall include High Back Air Ride Driver s Seat and one (1) passenger high back design seat. High back seats required for safety. Seats shall be of cordura fabric. Interior shall be heavy-duty all-vinyl in tan or gray color. Arm rests shall be provided on the interior of both doors. Floor covering shall be rubber in a dark color. Airbag shall be included if available. State if airbag equipped. 9. 12-Volt Access. Minimum one (1), ignition switched, 12-volt customer accessible access power terminal located in cab required. 1. Two (2) instruction books/operator's manuals. 2. One (1) repair/overhaul/service manual(s). 3. One (1) electrical wiring diagram to basic vehicle, if not contained in service manual. 4. One (1) diesel engine overhaul/service manual, including emissions system. 5. One (1) body builder wiring/service manual. Interior Manuals
1. Minimum Warranty: A minimum of two (2) years/unlimited miles parts and labor shall be provided on all components. Regardless of any statement to the contrary, it is agreed that the implied warranty of merchantability and fitness for a specific purpose is not disclaimed. 2. Extended Warranty: State cost for extended warranty plans as Option C on the COST SUMMARY, page 1. Power Train ONLY, Five (5) years/100,000 miles. 3. Warranty Literature: Manufacturer's warranty literature shall be included in the bid. Warranty Submitted bids must also include explanation of cost, availability and operating requirements for engine diagnostic software, if available. State Software Information (if available):