HomeMy WebLinkAboutMonroe Truck EquipmentCity of Oshkosh, Wisconsin
llnvit�tion for Bid
For
STAINLESS STEEL DUMP BODY HOIST AND HYDRAIUL,ICS INSTALLED ON A 1 TON
CHASSIS
CITY OF OSH]KOSH PARRS DEPARTMENT — CEMETERY DIVISION
OCTOBER 31, 2023
City of Oshkosh
P.O. Box 1130
Oshkosh, Wisconsin 549034130
-'ti,ww.ci oskkosImAli.us
CITY OF OSHKOSH PURCHASING DIVISION
NOTICE TO VENDORS
1. NOTICE IS HEREBY GIVEN that sealed bids will be received in the City Clerk's office, Room 108,
City Hall, Oshkosh, Wisconsin, for: S'IAINLEE>S STEEL DUMP BODY HOIST AND
HYDRAULICS INSTALLED ON A 1 TON CHASSIS NO LATER THAN 10:00 AM TUESDAY
NOVEMBER 14, 2023 at which time all bids will be publicly opened and read in Room 404.
2. It is the bidder's sole responsibility to insure that the bid is timely and physically received by the
City Clerk's office prior to the deadline set north in this notice. Receipt of a bid/proposal by the mail
system or other City departments does not constitute receipt of a bid/proposal by the City Clerk's
office.
All bids must be submitted in an envelope sealed by the bidder or designated representative. All
bids should be addressed to the City Manager, c/o City Clerk's Office, City Hall, 215 Church
Avenue, P.O. Box 1130, Oshkosh, WI 54903-1130. On the outside of the envelope, the bidder should
distinctly indicate the name and address of the bidder and in the lower left corner should clearly
indicate the envelope contains a sealed bid for: "STAINLESS STEEL DUMP BODY." Any bids not
complying with these instructions will not be considered submitted to the City, and shall be
returned to the bidder unopened and unread.
4. Submission of bid documents by facsimile equipment or electronic mail (email) will not be
accepted.
5. This notice establishes a time by which sealed bids must be physically received by the City Clerk's
office. No bids will be accepted after that deadline. Under no circumstances will bids be accepted
and read when submitted at the place of bid opening even if presented before that deadline.
6. The City is not responsible for bids submitted in any other way except those submitted in strict
conformance with these instructions.
7. A written request for the withdrawal of a bid or any part thereof may be granted if the request is
received by the City prior to the specified t me of opening.
8. All formal bids submitted shall be binding for thirty-five (35) calendar days following the bid
opening date, unless the bidder(s), upon request of the General Services Manager, agrees to an
extension.
9. If applicable, bidder must comply with all necessary insurance requirements, bid bond and/or
performance bond as required of the project and as noted in the City of Oshkosh Insurance
Requirements.
10. If the bid is accepted, the bidder must execute and file the proper contract within ten (10) days after
award by the Common Council and receipt of the contract form for signature. In case the
successful bidder shall fail to execute and deliver the Contract and Performance Bond within the
time limited by the City, the amount of the bid bond shall be forfeited to the City of Oshkosh as
liquidated damages.
11. The City reserves the right to reject any ane all bids and to waive any informalities in bidding.
12. For specifications and further information concerning this invitation to bid, contact Jon Urben,
General Services Manager, email: jurben@ci.oshkosh.wi.us or telephone (920) 236-5100.
Mark A Rohloff
City Manager
CITY OF OSHKOSH
STANDARD TERMS AND CONDITIONS
(Request: for Bids/Proposals)
1) SPECIFICATIONS: The specifications in this request are the minimum acceptable. When specific
manufacturer and model numbers are used, they are to establish a design, type of construction, quality,
functional capability and/or performance level desired. When alternates are bid/proposed, they must be
identified by manufacturer, stock number, and such other information necessary to establish equivalency.
The City of Oshkosh shall be the sole judge of equivalency. Bidders/proposers are cautioned to avoid
bidding alternates to the specifications which may result in rejection of their bid/proposal.
2) DEVIATIONS AND EXCEPTIONS: The bid/p:•opi>sal shall be accepted as in strict compliance with all
terms, conditions, and specifications and the bidders/proposers shall be held liable. Specific product types
or manufacturers identified in specifications shall be interpreted to require bidding of those exact types and
manufacturers. Specifications which allow for bias/quotes with "equal." materials must be fully supported
with technical data, test results, or other pertinent information as evidence that the substitute offered is a
sufficient alternate to the specification requirement. Failure to provide product information will result in
disqualification of such requests.
3) QUANTITIES: The quantities shown on this request are based on estimated needs. The city reserves the
right to increase or decrease quantities to meet actual needs.
4) DELIVERY: Deliveries shall be F.O.B. destination freight prepaid and 'included unless otherwise
specified.
5) ACCEPTANCE -REJECTION: The City of Oshkosh reserves the right to accept or reject any or all
bids/proposals, to waive any technicality in any bid/proposal submitted, and to accept any part of a
bid/proposal as deemed to be in the best interests, of the city. Only proposals which are made out on the
bid/proposal form attached hereto will be considered. All bid/proposals forms must be completed in full
compliance as specified. Failure to complete bid/ )roposals fo ins may result in disqualification and
considered non -responsive.
m
6) ORDERING: Purchase orders or releases via purchasing cards shall be placed directly to the contractor by
an authorized agency. No other purchase orders are authorized.
7) GUARANTEED DELIVERY: The contractor shall strictly adhere to delivery schedules as specified by the
City and to promptly replace rejected or defective materials. The City retains the right to procure materials
on its own when the Contractor's materials are not delivered, or replaced if necessary, according to the
City's schedule. Contractor's failure to deliver, or replace when applicable, materials as required shall
result in the contractor's liability for all costs in excess of the contract price when the City is required to
procure materials necessary due to Contractor's failure to act. The City's excess costs shall also include the
administrative costs.
8) ENTIRE AGREEMENT: These Standard Terms and Conditions shall apply to any contract or order
awarded as a result of this request except where special requirements are stated elsewhere in the request; in
such cases, the special requirements shall apply. further, the written contract and/or order with referenced
parts and attachments shall constitute the entire agreement and. no other terms and conditions in any
document, acceptance, or acknowledgment shall be effective or binding unless expressly agreed to in
writing by the contracting authority.
9) APPLICABLE LAW: This Contract shall be governed under the laws of the State of Wisconsin, and all
disputes shall be resolved in the state or federal court jurisdiction within which Oshkosh, Wisconsin is
located. The contractor shall at all times comply with and observe all federal and state laws, local laws,
ordinances, and regulations which are in effect during the period of this contract and which in any manner
affect the work or its conduct. The City of Oshkos 1 reserves the right to cancel any contract with a federally
debarred contractor or a contractor which is prese_atly identified on the list of parties excluded from federal
procurement and non -procurement contracts.
10) STANDARD PROVISIONS: The Contractor agrees in all hiring or employment made possible by or
resulting from this agreement, there will not be any discrimination against any employee or applicant for
employment because of race, color, religion, sex, sexual orientation; gender identity, or national origin.
11) SAFETY REQUIREMENTS: Contractor must follow all applicable federal, state and local standards.
12) SAFETY DATA SHEET: If any item(s) on an order(s) resulting from this award(s) is a hazardous
chemical, as defined under 29CFR 1910.1200, provide one (1) copy of a Safety Data Sheet for each item with
the shipped container(s).
13) PUBLIC RECORDS ACCESS: It is the intention of the City of Oshkosh to maintain an open and public
process in the solicitation, submission, review and approval of procurement activities. Bid/proposal
documents and openings are public records and therefore subject to release unless excluded from release by
Wisconsin Statutes. Those submitting information to the City that believe that their information is not
subject to release must identify the applicable statute(s) and describe in detail how the information being
submitted applies to the statute cited. The City's lack of response to assertions related to public records
does not indicate any agreement with those assertions. Public records may not be available for public
R
inspection prior to the opening of bids/quotes and/or the issuance of the notice of intent to award or the
award of the contract.
14) PRICING: Unit prices shown on the bid/proposal or contract shall be the price per unit of sale (e.g., gal.,
cs., doz., ea.) as stated on the request or contract. For any given _item, the quantity multiplied by the unit
price shall establish the extended price; the unit price shall govern in the bid/proposal evaluation and
contract administration. If the bid/quote clearly involves the City's desire to purchase a product or
products, then all prices shall exclude any Federal Excise Tax or State of Wisconsin Sales Tax as the City of
Oshkosh is exempt from such taxes and will furnish an exemption certificate, if requested by the successful
bidder. If the bid/quote is for the purpose of completing a project involving both labor and materials, then
the Contractor/Consultant, and not the City, will b? purchasing the material directly and the bid/quote must
include all material costs, including without limitation, taxes. If the bidder is eligible to provide tax exempt
building materials pursuant to state law, all verification must be submitted with their bid or quote.
15) WARRANTY: Unless otherwise specifically stated by the bidder/proposer, equipment purchased as a
result of this request shall be warranted against defects by the bidder/proposer for one (1) year from date of
receipt, or the manufacturer's warranty, whichever is longer. The equipment manufacturer's standard
warranty shall apply as a minimum and must be honored by the contractor.
12/19
M
BID SPECIFICATIONS
STAINLESS STEEL DUMP 130DY HOIST AND HYDRAULICS INSTALLED ON A 1 TON CHASSIS
The following are minimum bid specifications for One (1) steel dump body, hoist, and hydraulic system
installed on a 1-ton dual rear wheel cab chassis with a 60" CA for the City of Oshkosh Parks Department,
Cemetery Division. Any deviations from the following, specifications must be noted by bidder.
DESCRIPTION YES NO
DUMP BODY
GENERAL
Minimum 9' ID long x 87" ID, 96" OD wide X
Minimum 11" sides, 17" tailgate X
2-3 yard capacity X
U.S. Manufactured X
All dimensions to be verified with chassis vendor X
SIDES AND FRONT
10 ga 201 stainless steel X
Fold down sides X
Single lever release fold down sides (no removable pins) X
Grease type hinges X
Full depth rear corner posts, dirt shedding sloping top X
Three bend dirt shedding top rail (no add on angle iron) X
45 degree sloped rub rails X
Flame cut window in bulkhead X
TAILGATE
10 ga 201 stainless steel, 111,000 psi tensile 47,000 psi yield strength X
Single lever release fold down tailgate (no removable pins) X
Integral dirt shedding peaked top and all braces to be dirt shedding X
1" thick flame cut lower latch fingers X
Front mounted manual trip tailgate X
5/16" high tensile spreader chains X
FLOOR AND UNDERSTRUCTURE
3/16" 201 stainless steel, 111,000 psi tensile 47,000 psi yield strength X _
Western style no cross -member understructu re X —
3/16" 201 stainless steel fabricated trapezoidal long sill's X
3/16" AR450 steel overlay on floor X
Minimum 1 1/4" greasable dump body hinge pin X —
`CAB SHIELD
Shall extend a minimum of 12" forward of front by lkhead X
A Sound Off Pinnacle 7000 series mini -LED lightbar shall be mounted forward of cab
shield to swivel and be seen in all directions when body is in lowered or up position X
MISCELLANEOUS
Heavy-duty rubber mud flaps rear mounted X
Heavy-duty rubber frame mounted splashguards ahead of rear wheels X
All lights to be LED with weather shield rapping to prevent salt from decaying wiring X
Back up alarm X
Body up light switch and 97Db electric back up alarm X
PREPREATION AND PAINT
Sub -frame to be power coated black
Body left in its bare natural finish
ELECTRIC/HYDRAULIC HOIST SYSTEM
X
X
Pump shall be electric over hydraulic with integral hydraulic oil reservoir X
Pump circuit shall include a resettable circuit breaker appropriately sized X
Pump control shall be electric with raise and lower pushbuttons located in the cab X
Pump shall be rated for minimum 5.75 gpm flow X
Pump shall be rated for minimum 3150 psi pressure X
Hoist Cylinder shall have a 4-inch bore and 2-inch rod X
Hoist action shall be accomplished thru a scissor mechanism X
The hydraulic control valve shall be U.S. manufactured, electrically operated
valve assembly X
Valve operation required; double acting hoist X
Box safety prop shall be included
HOSES AND FITTINGS
Hoses must be sized accordingly to provide optimum performance of all hydraulic
equipment. JIC ORB fittings required X
LIGHTING AND ELECTRICAL
All wiring is soldered, heat shrunk and in protective loom
HITCH PACKAGE
1/2" pintle plate with -1/4' D-rings and 2" receiver tube
7 prong RV plug recessed into pltle plate
MANUALS
Parts and service manuals for all items shall be provided in bound book upon delivery
X
X
of the completed unit. Two complete lists of :part numbers of items used in building
the unit will be included X
WARRANTY
One year on parts and labor on all equipment X
Body and hoist to carry three-year warranty X
Warranty statements must be included with quotations X
OPTIONS (to be prices separately from bid proposal)
Boss 9'2" V-DXT Plow 061.00
A,Uestern MVP 9.5 -Vee Plow with Control, Electrical Harness and I low mount
Maxon Lift C2 Galvanized Dump Through Lift gate $6,467.00
"includes s/t/t and backup lights to meet FMVSS
safety standards"
EXCEPTIONS AND DEVIATIONS
Bidder shall fully describe by attaching sheets of every variance,
exception and/or deviation. X
PROPOSAL
We, the undersigned, propose to furnish the City of Oshkosh, Parks Department, Cemetery Division, one (1)
stainless steel dump body, hoist, and hydraulic system installed on a 1-ton dual rear wheel cab chassis with
60" CA. FOB 639 Witzel Avenue, Oshkosh WI 54902, as per specifications or noted exceptions for the
following amount:
One (1) Stainless steel dump body, hoist, and hydraulic system for a one -ton dual rear wheel cab chassis
Monroe MTEZEE dump bodes_
MAKE AND MODEL NUMBER
Eighteen thousand ninety three dollars
(Bid Price -- in Words)
DELIVERY IN 150 DAYS AFTER RECEIPTOF ORDER
Monroe Truck Equipment
NAME OF COMPANY
s 18,093.00
BID
TERMS NET 15
SUBMITTED BY: Troy Redfearn District Sales Manager
NAME & TITLE OF PERSON SUBMITTING BID
11 /6/ 2023
DATE
troy. reclfearn@aebi-schmidt. corn
EMAIL OF PERSON SUBMITTING BID
1151 West Main Avenue
ADDRESS OF COMPANY
De Pere WI
CITY STATE
(920 )_360_4446
TELEPHONE NUMBER
54115
ZIP
10
FAX NUMBER
Note: (1) Product Literature to Accompany Bid.