10’ 6” ALUMINUM SMOOTH SIDE DUMP BODY (2)

expired opportunity(Expired)
From: West Virginia Parkways Authority(State)
10’ 6” ALUMINUM SMOOTH SIDE DUMP BODY (2)

Basic Details

started - 08 May, 2017 (about 7 years ago)

Start Date

08 May, 2017 (about 7 years ago)
due - 23 May, 2017 (about 7 years ago)

Due Date

23 May, 2017 (about 7 years ago)
Bid Notification

Type

Bid Notification
10’ 6” ALUMINUM SMOOTH SIDE DUMP BODY (2)

Identifier

10’ 6” ALUMINUM SMOOTH SIDE DUMP BODY (2)
West Virginia Parkways Authority

Customer / Agency

West Virginia Parkways Authority
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

West Virginia Parkways Authority REQUEST FOR QUOTATIONS The West Virginia Parkways Authority will receive sealed proposals for the following: 10’ 6” ALUMINUM SMOOTH SIDE DUMP BODY (2) Proposals will be received at the office of the WV Parkways Authority, Administration Building, 3310 Piedmont Rd, Charleston, WV until 2PM on Tuesday, May 23rd, 2017. If proposals are mailed via the U. S. Postal Service regular mail, they must be addressed to the WV Parkways Authority, P. O. Box 1469, Charleston, WV 25325. This mail is picked up by the Authority once a day between 7:00 and 8:00 a.m. However, Drop-Off, Express Mail One Day Service, Federal Express, United Parcel Service (UPS), etc. must be delivered / sent to the WV Parkways Authority, 3310 Piedmont Rd., Charleston, WV 25306. Fax or emailed bids will not be accepted. It shall be the bidders' responsibility to determine their method of transmittal such that their bids will arrive in the Authority's office prior to the scheduled bid
opening. The Authority cannot waive or excuse late receipt of a proposal which is delayed and late for any reason. Late submissions will not be accepted and will remain unopened. Any proposal received after the proposal opening date and time will be immediately disqualified in accordance with applicable law and administrative rules and regulations applicable to the Authority. Changes to the Request for Quotation may be posted at any time to our website www.wvturnpike.com under the Purchasing tab. It is the Vendors responsibility to check the website. Any addendum issued must be signed and submitted with your RFQ. All proposals must be enclosed in a sealed envelope. The outside of the envelope must include the name and address of the proposer and clearly marked as follows: ATTN: PURCHASING DEPARTMENT RFQ: 10’ 6” ALUMINUM SMOOTH SIDE DUMP BODY (2) BID OPENING DATE: 5/23/17 Specifications are available at www.wvturnpike.com The West Virginia Parkways Authority reserves the right to reject any and/or all proposals. Prospective vendors are responsible for all toll charges incurred while providing goods or services to the West Virginia Parkways Authority. The WVPA is an Equal Opportunity Employer. 1 WEST VIRGINIA PARKWAYS AUTHORITY MAINTENANCE DIVISION PROCUREMENT SPECIFICATIONS 10’ 6” Aluminum Smooth Side Dump Body Units: Two (2) 10’ 6” Aluminum Smooth Side Dump Body 1.0 PURPOSE These specifications describe a 10’6” (Ten Foot Six Inch) Aluminum Smooth Side Dump Body, (hereinafter referred to as "unit") to be purchased by the West Virginia Parkways Authority (hereafter referred to as “Authority”); define the provisions to be contained in proposals for the sale of said unit to the Authority; establish an enforceable schedule for delivery; and establish criteria for gauging the compliance of the bidder to these specifications. 2.0 BIDDING PROCEDURES 2.1 The current purchasing procedures and any new procedures or requirements that are promulgated after the request for bids are issued and which are established by addendum to the requests for bids regarding bidding as established by the Authority shall apply. 2.2 Bidders shall return an original set of these specifications along with three (3) copies with all information provided, as requested herein. 2.3 Bidders must indicate “comply” or “non-comply” for each specification described in Sections 5.0 and 6.0. The unit must meet the specifications fully in order to be marked “comply”. All non-comply answers are to be fully explained on a separate sheet to be attached to the bidders proposal. 2.4 FAILURE TO PROVIDE THE INFORMATION REQUESTED IN SECTION 2.3 MAY BE CAUSE TO REJECT THE BID. 2.5 It may be determined by the Authority that non-compliance with a unit specification not marked MANDATORY does, or does not, reduce the quality and performance of the affected unit below an acceptable level or that it may or may not represent a best value purchase because of such non-compliance. 2.6 Bidders are to submit additional manufacturer’s literature and information pertinent to their proposal as may be available. 2.7 Bidders may submit more than one proposal if different unit models are to be offered. 2.8 Any and all questions pertaining to these specifications or this procurement process must be in writing and submitted to: Tracy Allen, Purchasing Assistant West Virginia Parkways Authority 374 George Street Beckley, WV 25801 Phone: (304) 256-6680 Fax: (304) 256-6774 Email; tallen@wvturnpike.com 2 3.0 CONDITION OF UNITS UPON DELIVERY 3.1 The unit shall arrive at the prescribed delivery point having been completely pre-serviced with oil, lubricants, coolant, and tire pressure; with all equipment completely assembled, installed and operating as designed; and all required adjustments and corrections made to make the unit immediately ready for its designed and continuous operation. All prescribed precautions pertaining to first operations and break-in of the unit shall be posted conspicuously on the unit for ready observance by the operator. 3.2 Upon delivery, the Authority will perform a complete inspection of the unit to assure that it meets the Authority’s specifications or accepted alternatives. Final processing for payment may not be initiated until the unit is certified to meet specifications. 4.0 AWARD CRITERIA 4.1 It is the Authority’s intent to open this procurement to a wide audience of bidders. The specifications outlined herein are general in nature describing a unit that the Authority feels best meets its needs. However, the Authority will consider any reasonable alternates to the specifications if the bidder can demonstrate that the proposed alternate is comparable in performance, quality and functionality. 4.2 The Authority realizes that certain models can have features beneficial to the Authority even though such features may not be specifically described in the technical specifications, Section 6.0. The vendor is to submit available literature and supporting documentation describing the unit in as much detail as possible. If the vendor wishes to point out certain beneficial features of his proposed unit, it may do so in a separate document included in its bid submittal package. In evaluating the bids the Authority may consider any special or unique features not included in the technical specifications. The Authority will award the bid to the vendor that provides the best overall value to the Authority whether or not the vendor has the lowest bid. 4.3 The Authority reserves the right to reject any or all proposals or to waive any non-consequential irregularities or informalities in proposals received. The Authority reserves the right to accept the proposal that will, in the Authority’s judgment, best serve the interest of the Authority regardless of whether such proposal is the lowest cost submitted. 3 Non 5.0 GENERAL SPECIFICATIONS Comply Comply 5.1 DELIVERY POINT AND DELIVERY SCHEDULE _______ _______ The WV Parkway Authority will deliver trucks to the body vendor for installation of the units which are to be completed within ninety (90) calendar days after the date of the purchase agreement by the successful bidder. Upon completion, the Parkways Authority will pick up the units. By marking “comply” with this specification indicates that the bidder WILL be completed with the unit in ninety (90) days. If the units are not completed within ninety (90) days, or alternate days proposed, the Authority has the right to: (1) cancel the award and negotiate with the second highest ranked bidder; or (2) assess a liquidated damages penalty against any successful bidder that fails to deliver the unit within the specified time period of $25.00 per day for each day beyond the specified deadline for completion. Any delays occasioned by forces outside the control of bidder will be taken into consideration by the Authority when assessing any penalty. Non 6.0 GENERAL Comply Comply 6.0.1 This specification describes a smooth side 10’6” aluminum body _______ _______ mounted on the truck with the hoist cylinder mounted and completely functional minus the hydraulic system (We will use our own hydraulic system) 6.0.2 Dump body capacity to be a minimum of 6 cu. Yd. water level _______ _______ 6.0.3 Front body bulkhead to be 3/16 inch aluminum _______ _______ 6.0.4 Rear corner post to be full depth. One piece 6061 T6 extruded _______ _______ construction from top of tailgate to bottom of rear bolster with integral rubber seal track 6.0.5 Rear bolster to be one piece, full width _______ _______ 6.0.6 Body sub-frame to be stacked construction aluminum _______ _______ 6.0.7 Body and body sub-frame to be reinforced to withstand severe duty _______ _______ service 6.0.8 Heavy gussets of minimum size 3/8’ X 4” X 6” of all cross members _______ _______ on outside 4 6.0.9 Cab shield to have sufficient clearance to ensure shield will not hit _______ _______ exhaust when dumping on uneven terrain Non 6.1 DIMENSIONS Comply Comply 6.1.1 Inside length of body not to exceed 126 inches _______ _______ 6.1.2 Inside width 84 inches minimum _______ _______ 6.1.3 Outside width 96 inches maximum at rub rail _______ _______ 6.1.4 Cross member spacing 12 inches _______ _______ 6.1.5 Body spacing from cab 4 inch minimum _______ _______ 6.1.6 Basic side height 30 inches (measure from floor to top rail) _______ _______ 6.1.7 Tailgate height 36 inches (measure from floor to top rail) _______ _______ 6.1.8 Body overhang 10 inches – 18 inches (measure from center of hinge _______ _______ pin) 6.1.9 Cab protector 24 inches approximately with adequate clearance for cab _______ _______ mounted air horns 6.1.10 Cab protector to be 3/16 inch aluminum and to be sloped rearward for _______ _______ drainage purposes Non 6.2 CONSTRUCTION Comply Comply 6.2.1 Construction of the dump body bed sides, front, head, and tailgate _______ _______ shall conform to the following minimum specifications: 6.2.2 Minimum 50,000 PSI _______ _______ 6.2.3 Floor 3/8 inch thickness _______ _______ 6.2.4 To be a smooth side design _______ _______ 6.2.5 Outer wall to be of an inter-locking 6061 T6 vertical extruded design _______ _______ 6.2.6 The face of the outer-wall to be a minimum thickness of .188” _______ _______ 5 Non Comply Comply 6.2.7 The overall thickness of the outer panel to be a minimum of 2 inches _______ _______ 6.2.8 Top rail to be a minimum of 8.500 inch wide X 4.725 deep 6061 – T6 _______ _______ extrusion. This extrusion must accept an inner-locking outer side panel as well as a .190 inch 5454H32 inner-wall panel 6.2.9 The inner wall is to be 3/16” 5454H32 9 (one piece) _______ _______ 6.2.10 Front plate 3/16” thickness _______ _______ 6.2.11 Bottom rail to accept smooth side outer side panel 6061-T6 extrusion _______ _______ with integral outside slope full length 6.2.12 Cross members 4” X 5.4 lb./ft. box tubing _______ _______ 6.2.13 Longitudinal 6” 12.5 lb./ft. I-Beam minimum _______ _______ 6.2.14 Underbody 4” box member 6061-T6 extrusions 12” on center, Gussets _______ _______ to be 3/8 inch thickness Non 6.3 WELDING Comply Comply 6.3.1 All welding on the dump body should be done to Industry Standards _______ _______ 6.3.2 The rear corner post should be 6061-T6 extrusion with integral track _______ _______ for rubber seal 6.3.3 Cab protector sides, formed with gussets, should extend forward _______ _______ approximately 24 inches. Clearance above highest point of cab should be 3 inches minimum Non 6.4 HYDRAULIC HOIST CYLINDER Comply Comply 6.4.1 Mandatory: Hoist cylinder to be double-acting power-up/power-_______ _______ down and fully operable with hydraulics. Part # DAT 73-129-90 6.4.2 Dump body angle of 45 degrees maximum _______ _______ 6.4.3 Hoist cylinder to be mounted with hoses on the bottom of cylinder _______ _______ 6.4.4 Hoist Cylinder to be one cylinder front mounted _______ _______ 6 Non 6.5 ACCESSORIES Comply Comply 6.5.1 Safety decals as required _______ _______ 6.5.2 Mud guards 10 gauge X 24” X 30” permanently attached in front of _______ _______ front rear tandems 6.5.3 Rear mud flaps _______ _______ 6.5.4 Dump body vendor to align exhaust stack for bed clearance _______ _______ 6.5.5 Shovel brackets to be installed on drivers side of bed next to steps _______ _______ 6.5.6 Air operated tailgate latches _______ _______ 6.5.7 Outside steps on drivers side front of bed with grab handle _______ _______ 6.5.8 OSHA approved back-up alarm _______ _______ 6.5.9 OSHA approved body supports, both sides _______ _______ 6.5.10 Unit to be equipped with 49,000 lb. capacity pintle hitch (Holland _______ _______ PH760 or equal) centered between rear frame rails. Height from ground to centerline of “pintle eye” to be 32 inches. 6.5.11 All lubrication points on hoist sub-frame shall be connected to remote _______ _______ bulkhead mounted grease fittings. Grease fitting manifold shall be located at curbside front of dump hoist sub-frame Non 6.6 LIGHTING Comply Comply 6.6.1 Weather/shock resistant LED type lights, Grote/Truck light or equal _______ _______ 6.6.2 All light connections to have sure snap plug assemblies and epoxy _______ _______ sealed electronics to protect against shock and vibration 6.6.3 All marker lights 2” diameter flush mount sealed beam lights with _______ _______ integral reflector mounted in rubber grommets 6.6.4 All ground wires to be attached with plated steel fastener _______ _______ 7 Non Comply Comply 6.6.5 Two (2) 6”oval strobe lights mounted in rubber grommets located on _______ _______ rear post and front side of cab protector 6.6.7 Tail lights and back-up lights to be oval, mounted in rubber grommets _______ _______ and located on the rear post Non 6.7 INSIDE BED Comply Comply 6.7.1 The inside walls of the dump box should be perpendicular to the floor _______ _______ with a 6 inch wide by 1⁄4 inch thick plate welded on a 45 degree angle in the corner where the sides meet the floor to prevent buildup of material 6.7.2 1⁄2 inch Quick Silver bed liner installed 20 inches high along the sides, _______ _______ front of bed, and around the hoist cylinder tower with a welded 6 inch piece of aluminum material around the top of the liner to hold in place Non 6.8 TAILGATE Comply Comply 6.8.1 The tailgate to be hinged at top, flame cut hardware, pork chop type _______ _______ off-set hardware to achieve maximum opening of tailgate 6.8.2 Top hinge channel should have removable, chain tethered keeper pins _______ _______ 6.8.3 Latching action at bottom of gate should be air operable by the truck _______ _______ driver without leaving the truck cab 6.8.4 Gate to be self-aligning _______ _______ 6.8.5 Tailgate lower latch pins should be 1 1⁄4 inch diameter _______ _______ 6.8.6 The design and strength characteristics of the entire dump unit to be _______ _______ such that the unit structural members and the hoisting system will not suffer any deformation, damage, or structural failure resulting from raising a distributed full payload 6.8.7 The distance from the end of the floor lip to the end of the frame shall _______ _______ be approximately 18 inches 8 Non 6.9 MISCELLANEOUS Comply Comply 6.9.1 The top side rails and tailgate to have 3/8 inverted angle on top for _______ _______ self-cleaning instead of wooden side boards 6.9.2 Body to have a 10 inch bolt on removable apron _______ _______ 6.9.3 Tailgate banjo’s to be 1⁄2 inch 6061 material _______ _______ 6.9.4 All steel parts contacting the aluminum must be stainless steel _______ _______ 6.9.5 Rear control rod to be 1 1⁄4 inch stainless steel, pillar blocks will have _______ _______ brass bushings 6.9.6 Tailgate latches to have brass bushings with stainless steel pins _______ _______ 6.9.7 Shall have an electric roll up tarp system with a canvas tarp, bows, _______ _______ wind deflector, and controlled from inside the cab 9 BID SUBMISSION PAGE 10’ 6” Aluminum Smooth Side Dump Body (2) BID OPENING 5/23/17 AT 2PM COST EACH ____________ X 2 = TOTAL COST____________________ SUBMITTED BY: COMPANY NAME ______________________________________________ ADDRESS ____________________________________________________ PHONE NUMBER _______________________________________________ FAX NUMBER __________________________________________________ EMAIL ADDRESS _______________________________________________ COMPANY CONTACT ___________________________________________ SIGNATURE ___________________________________________________ VENDOR REGISTRATION NUMBER ________________________________ www.wvoasis.gov 1 0 GENERAL TERMS & CONDITIONS REQUEST FOR QUOTATION (RFQ) AND REQUEST FOR PROPOSAL (RFP) 1. Awards will be made in the best interest of the West Virginia Parkways Authority. 2. The Authority may accept or reject in part, or in whole, any proposal. 3. All quotations are governed by the West Virginia Code and the Legislative Rules of the Purchasing Division and The Authority’s purchasing rules. 4. Prior to any award, the apparent successful vendor must be properly registered with the Purchasing Division and have paid the required registration fee. 5. Payment may only be made after the delivery and acceptance of goods or services. 6. Interest may be paid for late payment in accordance with the West Virginia Code. 7. Vendor preference, if applicable, will be granted upon written request in accordance with the West Virginia Code. 8. Agencies of The State of West Virginia are exempt from federal and state taxes and will not pay or reimburse such taxes. 9. The Authority’s Director of Purchasing may cancel any Purchase Order/Contract upon 30 days written notice to the vendor. 10. The laws of the State of West Virginia and the Legislative Rules shall govern all rights and duties under the Contract, including without limitation the validity of this Contract. 11. Any reference to automatic renewal is hereby deleted. The Contract may be renewed only upon mutual written agreement of the parties. 12. BANKRUPTCY: In the event the vendor/contractor files for bankruptcy protection, this Contract may be deemed null and void, and terminated without further order. 13. HIPAA Business Associate Addendum - The West Virginia State Government HIPAA Business Associate Addendum (BAA), approved by the Attorney General, and available online at the Purchasing Division's web site (http://www.state.wv.us/admin/purchase/vrc/hipaa.htm) is hereby made part of the agreement. Provided that, the Agency meets the definition of a Covered Entity (45 CFR §160.103) and will be disclosing Protected Health Information (45 CFR §160.103) to the vendor. INSTRUCTIONS TO BIDDERS 1. Use the RFP forms provided by the Authority. 2. SPECIFICATIONS: Services offered must be in compliance with the provisions of the RFP. Any deviations must be clearly indicated by the proposer in the proposal. Alternates offered by the proposer as EQUAL to the those specified in the RFP must be clearly defined. The Authority, because of the unique nature of the services to be provided under the RFP, may decide not to accept EQUAL services under the RFP. A proposer offering an alternate should attach complete specifications and literature to the proposal. The Purchasing Director may waive minor deviations to certain requirements. 3. Complete all sections of the proposal form. 4. Unit prices shall prevail in cases of discrepancy. 5. All quotations are considered F.O.B. destination unless alternate shipping terms are clearly identified in the quotation. 6. PROPOSAL SUBMISSION: All quotations must be delivered by the proposer to the office listed prior to the date and time of the proposal opening. Failure to deliver the proposal on time will result in disqualifications. Rev. 12/28/16 WV PARKWAYS AUTHORITY Purchasing Department 1 1 1 2 1 3

3310 Piedmont Rd, Charleston, WVLocation

Address: 3310 Piedmont Rd, Charleston, WV

Country : United StatesState : West Virginia

You may also like

FY24 E1 RRDS STAB VESTS (6)

Due: 26 Apr, 2024 (Today)Agency: FEDERAL PRISON SYSTEM / BUREAU OF PRISONS

3M Scotch Positioning Fabric AF 3306-2

Due: 02 May, 2024 (in 6 days)Agency: DEPT OF DEFENSE

Two (2) Dump bodies for quad chassis

Due: 29 Apr, 2024 (in 3 days)Agency: Highway Department

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: 334417 GSA CLASS CODE: 59