Single Axle Dump Truck

expired opportunity(Expired)
From: O Fallon(City)
20-077

Basic Details

started - 20 Nov, 2020 (about 3 years ago)

Start Date

20 Nov, 2020 (about 3 years ago)
due - 09 Dec, 2020 (about 3 years ago)

Due Date

09 Dec, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
20-077

Identifier

20-077
City of O'Fallon

Customer / Agency

City of O'Fallon
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.

CITY OF O’FALLON, MISSOURI PURCHASING DEPARTMENT 100 North Main Street O’Fallon, MO 63366 T: (636) 379-5527 Fax: (636) 978-4144 1 FURNISH AND DELIVER BID INVITATION TO BID: 20-077 BID ISSUE DATE: 11/20/2020 BID DESCRIPTION: SINGLE AXLE DUMP TRUCK BID OPENING DATE: 12/09/2020 BID OPENING TIME: 2:00 P.M. CST COPIES REQUIRED: 1 ORIGINAL BID BOND REQUIRED: NO BID RESPONSES MUST BE RECEIVED AND TIME STAMPED NO LATER THAN THE PUBLIC BID OPENING DATE AND TIME (LOCAL TIME) SPECIFIED ABOVE. BIDS WILL BE OPENED AND READ ALOUD AT THAT TIME IN THE COUNCILMEN’S CONFERENCE ROOM ON THE FIRST FLOOR OF THE MUNICIPAL CENTER. LATE BIDS WILL NOT BE OPENED OR CONSIDERED. TO ALL PROSPECTIVE BIDDERS: You are hereby invited to submit your bid for the item(s) to be furnished and delivered, shipped F.O.B. delivered, to the address specified herein on the forms supplied. Do not staple or submit bid in any type of binder; binder clips are acceptable. The original bid, along with the bid bond (if applicable),
must be received in a sealed envelope that has your company name and address in the upper left corner and the attached label filled in and pasted on the lower left corner. All bids are subject to staff analysis. The City of O’Fallon, Missouri reserves the right to accept or reject any and all bids received and waive any and all technicalities. QUESTIONS SHOULD BE SUBMITTED IN WRITING VIA E-MAIL OR FAX BY 12:00 P.M. on 11/30/2020 TO THE PURCHASING AGENT. QUESTIONS WILL ONLY BE ANSWERED, VIA ADDENDUM, BY END OF DAY ON 12/02/2020. Addendum information is available over the Internet at www.ofallon.mo.us. We strongly suggest that you check for any addenda a minimum forty-eight hours (48) in advance of the bid deadline. PURCHASING AGENT: JULIE MOELLERING PHONE: E-MAIL: FAX: 636.379.5527 jmoellering@ofallon.mo.us 636.978.4144 BIDS MUST BE DELIVERED AND TIME STAMPED, PRIOR TO THE PUBLIC BID OPENING DATE AND TIME, TO: CITY OF O’FALLON ATTN: JULIE MOELLERING, PURCHASING AGENT 100 NORTH MAIN STREET O’FALLON, MO 63366 FULL NAME OF BIDDER BID CONTACT PERSON TELEPHONE NUMBER FACSIMILE AND/OR E-MAIL TRANSMITTED BIDS WILL NOT BE ACCEPTED http://www.ofallon.mo.us/ mailto:jmoellering@ofallon.mo.us CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 2 of 45 INSTRUCTIONS TO BIDDERS BID REQUIREMENTS: The City of O’Fallon, Missouri (the “City”) requires all bids be submitted on the blank bid form furnished with these contract documents and shall conform to the terms and conditions set forth in the “Instructions to Bidders”, “General Conditions” and “Special Conditions” of the contract. Please make and retain a copy of this bid for your records. The bid must be enclosed in a sealed envelope bearing the bid number and the printed title of the bid. Bidders must sign, in ink, the bid form and all other documents where indicated. Where applicable, the Bidder shall furnish with the bid, one set of all available literature pertaining to the equipment and/or material to be furnished under the bid. Bidder shall acknowledge receipt of each addendum issued in the space provided on the bid form. The total price quoted by the Bidder must be the total cost delivered to the location(s) stated in the “Special Conditions” or “Specifications”. Bidder must not qualify his bid by stating a F.O.B. location other than such stated location(s). In the specifications, whenever an article or material is defined by brand name, the name and catalog number of a particular manufacturer, vendor or a limited description, the term "OR APPROVED EQUAL" is written. Any reference to a particular manufacturer's product either by brand name or limited description is only for purposes of setting a standard of performance, quality, composition, construction or size. If there is any deviation in the pack, source, quality, etc., of an item bid, from that prescribed in the specifications, the appropriate line in the specifications will be ruled out and the substitution clearly indicated. However, if "OR APPROVED EQUAL" is not written and you cannot bid the specified item, the Bidder may submit an alternate bid. The City will consider the bids covering the specified article or material first. The City, for cost effective measures, standardizes on specific items; those bids will contain the language "no substitution," and any alternative will not be considered. ALTERNATE/EQUAL BIDS: The City recognizes the expertise provided by many bidders and encourages creativity in bidding. Alternates may be considered if the bid submitted clearly indicates what will be furnished and how it will benefit the City. Alternates will be compared to the lowest responsive, responsible bid as specified. The City reserves the right to approve any material the Bidder proposes to furnish which contains variations from specification requirements but which may substantially comply. BONDS: No bonds are required to be submitted with this bid. CONTRACT AWARD INFORMATION: Award notification will be sent to the vendor receiving the award via mail or fax. Response summaries will be available at www.ofallon.mo.us under Bid Opportunities. This summary of information will include bids that were delivered by the required bid opening date and time. CONTRACT DOCUMENT COMPONENT PARTS: The contract documents herein named include all of the following component parts, all of which are fully a part of this contract as if herein set out verbatim, or, if not attached, as if hereto attached. 1) Instructions to Bidders 2) General Conditions 3) Special Conditions 4) Bid Form 5) References 6) Specifications 7) Pricing/Signatures http://www.ofallon.mo.us/ CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 3 of 45 8) Any and all addenda to the foregoing All documents are or will be on file in the office of the City Clerk, City of O’Fallon, MO, 100 North Main, O’Fallon, MO 63366. DEVIATIONS AND EXCEPTIONS: Deviations and exceptions shall be described fully, on the Bidder's letterhead, signed, and attached to the Bid Form. In the absence of such statement, the bid shall be considered as if submitted in strict compliance with all terms, conditions, and specifications; the Bidder shall be held liable. Bidders are cautioned to avoid making deviations and exceptions to the specifications, which may result in rejection of their bid. EXAMINATION BY BIDDER: The Bidder shall, before submitting his bid, carefully examine the bid, specifications and contract documents. If his bid is accepted, he will be responsible for all errors in his bid resulting from his failure or neglect to comply with these instructions. Unless otherwise provided in the SPECIAL CONDITIONS, when the specifications include information pertaining to preliminary investigations made by the City, such information represents only the opinion of the City as to the location, character or quantity of the materials encountered. That information is only included for the convenience of the Contractor. The City assumes no responsibility whatsoever with respect to the sufficiency or accuracy of the information. FACSIMILE/E-MAIL TRANSMITTALS: Facsimile and/or e-mail transmitted bids will not be accepted by the City. INDEMNITY: The Contractor shall, at all times, fully indemnify, hold harmless, and defend the City and its officers, members, agents, and employees from and against any and all claims and demands, actions, causes of action, and cost and fees of any character whatsoever made by anyone whomsoever on account of or in any way growing out of the performance of this contract by the Contractor and its employees, or because of any act or omission, neglect or misconduct of the Contractor, its employees and agents or its subcontractors including, but not limited to, any claims that may be made by the employees themselves for injuries to their person or property or otherwise. Such indemnity shall not be limited by reason of the enumeration of any insurance coverage herein provided. Nothing contained herein shall be construed as prohibiting the City, its directors, officers, agents, or its employees, from defending through the selection and use of their own agents, attorneys and experts, any claims, actions or suits brought against them. The Contractor shall likewise be liable for the cost, fees and expenses incurred in the City’s or the Contractor’s defense of any such claims, actions, or suits. INTERPRETATION OF CONTRACT DOCUMENTS: If a potential Bidder is uncertain as to the meaning of any part of the specifications or other contract documents, the bidder is expected to submit questions to the Purchasing Agent. The Purchasing Agent is the point of contact for this bid. All communications regarding this bid packet must be directed to the Purchasing Agent. All contact with the City should be channeled through the Purchasing Agent. No contact with other City employees, officials, or City Council members is to be made by responding proposers throughout the entire process. If a question can be answered by directing the questioner to a specific section of the bid packet, then the Purchasing Agent may answer the question over the telephone. Other questions may be more complex and may require a written amendment to the specifications. The Purchasing Agent will make this determination. Oral communication is considered unofficial and non-binding on the City. If an amendment to the specifications is issued, it will be provided to all offerors that were issued a copy of the bid packet and to those that have requested a copy of the bid packet from the Purchasing Agent. CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 4 of 45 Julie Moellering, Purchasing Agent Fax: 636-978-4144 E-mail: jmoellering@ofallon.mo.us Only questions answered by formal written addenda will be binding. Oral and interpretations or clarifications will be without legal affect. PREPARATION OF BIDS: The Bidder shall return his bid on the attached bid forms. Bids must be returned with all pages intact. Please make and retain a copy of this bid for your records. Unless otherwise stated, all blank spaces on the bid page or pages, applicable to the subject specification, shall be correctly filled in. Either a unit price or a lump sum price, or both as the case may be, shall be stated for each and every item, either typed in or printed in ink, in figures, and if required in words. Bidder shall acknowledge receipt of each addendum issued in the space provided on the bid form. All prices quoted by the Bidder shall be F.O.B. delivered and shall include any and all freight costs to the delivery location(s) specified. The Bidder must not qualify the bid by stating F.O.B. a location other than such stated location(s). When a bid consists of a number of items, prices must be submitted for all items, unless otherwise directed in the Special Conditions. Where unit prices are to be bid, and/or where bids are to be made on more than one item, the Bidder shall extend the unit price(s) bid in the places provided on the pricing pages for the approximate quantities, shall compute the total amount of the bid and shall indicate same on the bid page. The Bidder must bid in accordance with the unit(s) of measure called for. If an item is listed by each, the bid price must be entered by each, not dozen or hundred. All extensions and total sums are subject to verification by the City and the correct extensions and sums will be used in the comparison of bids. Where unit prices are requested, the quantities stated are approximate only. The quantities for all items on which bids are to be received on a unit price basis, will not be used in establishing final payment due the Contractor. Bids will be compared on the basis of number of units stated in the Bid Pricing Section. Contract payment for unit price items will be based on the actual number of units installed in the completed work within the proposed scope of work. All extensions and total sums are subject to verification by the City and the correct extensions and sums will be used in the comparison of bids. If a discrepancy exists between the unit prices and totals, the unit prices shall prevail. If a discrepancy exists between the total base bid and the true sum of the individual bid items, the true sum shall prevail. In certain cases, amounts are to be shown in both words and figures. When discrepancies occur between the "Written in Words" and the "In Figures" amounts for the total lump sum bid amount, the "Written in Words" shall govern. Bidders are warned against making any erasures or alterations of any kind, and bids, that contain omissions, erasures, conditions, alterations, or additions not called for may be rejected. The bidder must fill in all blanks. Use "N/A" or "None" where applicable. The bid shall be signed by a company officer empowered to bind the company. Failure to sign the bid may cause the bid to be determined to be non-responsive and the bid may be rejected. SUBMISSION OF BIDS: All bids must be received in sealed envelopes that have your name and address in the UPPER left corner and the attached label filled in and pasted on the LOWER left corner. Bids mailed "EXPRESS MAIL" must have bid number and due date on the outside of the EXPRESS MAIL envelope. mailto:jmoellering@ofallon.mo.us CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 5 of 45 The Bidder shall be responsible for delivery of bids to the Purchasing Agent before the date and hour set for the opening of bids. The City assumes no responsibility for delays caused by any delivery service. Postmarking by due date will not substitute for actual receipt by the City. Late bids will not be opened or considered. BID OPENING PROCEDURE: In response to COVID-19, the City of O’Fallon is implementing special procedures for the bid opening. During these times, the City is committed to doing everything possible to minimize the risk of exposure to oneself, co- workers, bidders, and the public while continuing to provide services to the residents and visitors. To make deliveries (including deliveries of the bids for this project), the delivery vendor or bidder may hand deliver the bid during City Hall hours of Monday – Friday 9:00 am – 3:30 pm utilizing the East Entrance only. Mailed proposals are accepted with regular mail service each day. Any deliveries made during Monday – Friday 8:00 am – 9:00 am and 3:30 pm – 5:00 pm, the delivery vendor must call (636) 240-2000 when they arrive at City Hall. The delivery is to be left outside the building while City staff are inside watching. Once the bidder or delivery driver steps away from the package, City staff will open the door to take safe delivery of the package. Do not leave deliveries or bids at City Hall without confirmation from City staff. Due to COVID-19 concerns, members of the public, including Bidders, Contractors, Sub-Contractors, and others, may not appear in person for the bid opening at City Hall. The bid opening will be streamed live on the City’s website at: https://www.ofallon.mo.us/ofallontv. The City will make every effort to post the “as read” bid opening results on the City’s website by the close of business that same day. The “Bid Opportunities” page within the “Services” tab on the City website is where the bid results will be available. A link to the video may be obtained by contacting Julie Moellering, Purchasing Agent at jmoellering@ofallon.mo.us or (636) 379-5527. Please allow up to 48 hours to receive the link. END OF INSTRUCTIONS TO BIDDERS https://www.ofallon.mo.us/ofallontv mailto:jmoellering@ofallon.mo.us CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 6 of 45 GENERAL CONDITIONS ADDENDUM AND SUPPLEMENT TO REQUEST: If it becomes necessary to revise any part of this request or if additional data is necessary to enable the exact interpretation of provisions of this request, revisions will be provided in the form of an Addendum. If revisions are necessary after any mandatory Pre-Bid conference, the revisions will be provided only to those Contractors who will have attended the Pre-Bid conference. CHANGES: All changes to this Bid Document shall be amended in written form (Addenda). The Purchasing Agent prior to the scheduled bid opening shall issue such amendments. The City reserves the right to make any desired change in the specifications after the same shall have been put under contract; but the change so made, with the price to be added or deducted from the contract price, therefore, shall be agreed upon in advance between City and the successful Contractor. The City shall issue to the successful Contractor a written change order to the original contract; such change orders shall be binding upon both parties thereto and shall in no way invalidate or make void the terms of the original contract not modified by such change. No claim based on oral changes will be allowed. CONTRACTOR PERFORMANCE: The Instructions to Bidders, Bid Form, General Conditions, Special Conditions, contract specifications and attached exhibits shall together constitute the Contract. The Contractor hereby asserts that it has read the specifications, and that it is thoroughly informed and familiar as to their contents and requirements. All items shall be supplied in strict accordance with the specifications. The Contractor's performance under the terms of this Contract shall be to the satisfaction of the City. DISCLAIMER: RESERVED BY OWNER The City reserves the right to reject any or all bids failing to meet the City's specifications or requirements and to waive technicalities. If in the City's opinion, the lowest bid is not the most responsible bid, considering value received for monies expended, the right is reserved to make awards as determined solely by the judgment of the City. In determining the lowest responsible bidder, the City shall take into consideration the qualities of the articles supplied, their conformity with the specifications, and their suitability to the requirements of the City and the delivery terms. Intangible factors, such as the Contractor's reputation and past performance, will also be weighed. The Contractor's failure to meet the mandatory requirements will result in the disqualification of the Contractor's bid from further considerations. The City further reserves the right to reject all bids and obtain goods or services through intergovernmental or cooperative agreements. Submission of a bid confers no rights on the Contractor to a selection or to a subsequent contract. This Invitation to Bid process is for the City's benefit only and is intended to provide the City with competitive information to assist in selection of services. All decisions on compliance, evaluation, terms and conditions shall be made solely at the City's discretion and shall be made to favor the City. DRUG FREE WORKPLACE: The Contractor (whether an individual or company) agrees to provide a drug free workplace. ENDORSEMENTS: Contractor shall not use the City in any form of endorsement to any third-party without the Buyer’s written permission. CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 7 of 45 EXECUTION OF CONTRACT: The bidder to whom the contract has been awarded shall sign one (1) copy of the contract and return it to the City within seven (7) calendar days after receipt of the contract. Failure to execute the contract and return it to the City within seven (7) calendar days after receipt of the contract shall be cause for the annulment of the contract award and the forfeiture of the bid security to the City. If circumstances beyond the Contractor's control prohibit a timely execution of this contract, prior written approval must be requested by the Contractor and receive approval from the City for an extension to the delivery date. SAFETY DATA SHEETS: If applicable, Contractor shall furnish and submit, to the City, Safety Data Sheets for their products upon award of Contract. F.O.B.: All goods are to be shipped prepaid, F.O.B. destination. Shipments sent C.O.D. without City's written consent will not be accepted and will at Contractor's risk and expense, be returned to Contractor. Unauthorized shipments are subject to rejection and return at Contractor's expense. HOLDING OF BIDS: Contractor may withdraw their bids at any time prior to the time specified as the closing time for the receipt of bids. However, no Contractor shall withdraw or cancel his bid for a period of ninety (90) calendar days after said closing time for the receipt of bids. LAW GOVERNING: All State of Missouri and/or Federal Laws shall be hereby specifically made a part of this contract as set forth herein. LIENS, CLAIMS, AND ENCUMBRANCES: Contractor warrants and represents that all the goods and materials ordered herein are free and clear of all liens, claims, or encumbrances of any kind. MISCELLANEOUS REQUIREMENTS: The City will not be responsible for any expenses incurred by the Contractor in preparing and submitting a Bid. All Bids shall provide a straightforward, concise delineation of your capabilities to satisfy the requirements of this request. Emphasis should be on completeness and clarity of content. The Contractor is prohibited from assigning, transferring, conveying, subletting, or otherwise disposing of this agreement or its rights, title of interest therein or its power to execute such agreement to any other person, company or corporation without the previous consent and approval in writing by the City. NON-DISCRIMINATING: The Contractor, its employees and subcontractors, agree not to commit unlawful discrimination and agree to comply with applicable provisions of the, the U.S. Civil Rights Act and Section 504 of the Federal Rehabilitation Act, and rules applicable to each. Firm shall comply with Section 285.525 – 285.550 RSMo regarding enrollment in a federal work authorization program. A signed, notarized affidavit (attached) and supporting documentation affirming enrollment in a federal work authorization program must be submitted with proposal. Failure to comply with this provision may result in rejection of proposal. E-VERIFY: Company shall be E-verify compliant and shall provide documentation to support this requirement within the proposal including the memorandum of understanding (MOU) and the electronic signature page completed in its entirety. NON-EXCLUSIVITY: Nothing herein is intended nor shall be construed as creating any exclusive arrangement with Vendor. CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 8 of 45 PATENTS: Contractor undertakes and agrees to defend at Contractor's own expense, all suits, actions, or proceedings against buyer, in which City, and of Contractor's suppliers, contractors, distributors or dealers, or the users of any of Contractor's products are made defendants for actual or alleged infringement of any U.S. or foreign letters patent resulting from the use or sale of the items purchased hereunder. Contractor shall inform the City whenever infringement will result from Contractor's adherence to specifications supplied by the City or by an authorized City Representative. Contractor further agrees to pay and discharge any and all judgments or decrees, which may be rendered in any such suit, action or proceedings against City therein. PAYMENT: The goal of the City is to pay properly submitted Contractor invoices within thirty (30) days of receipt, providing goods have been delivered, approved, and accepted by an authorized City Representative. Original invoices must be presented for payment in accordance with instructions contained on the Purchase Order including reference to Purchase Order number and submitted to the correct address for processing. TAX: The City is not responsible for and will not pay local, Federal Excise Tax or Missouri Sales Tax. A copy of the exemption letter is available upon written request. TERMS/CANCELLATION AND DAMAGES: This contract may be terminated by either or both parties upon thirty (30) days written notice or upon mutual agreement of both parties. If the City because of the Contractor’s breach terminates this Contract, the City shall have the right to purchase equipment elsewhere and to charge the Contractor with any additional cost incurred. Notwithstanding the above, the Contractor shall not be relieved of any liability to the City for damages sustained by the City by virtue of any breach of this contract by the Contractor and the City may withhold any payments to the Contractor until such time as the amount of such damages due the City from the Contractor shall be determined. TRANSFER OF OWNERSHIP OR ASSIGNMENT: The terms and conditions of this contract shall be binding upon and shall enure to the benefit of the parties hereto and their respective successors and assigns. Prior to any sales or assignments the City must be notified and approve same in writing. The City shall have right of first refusal. END OF GENERAL CONDITIONS CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 9 of 45 SPECIAL CONDITIONS DELIVERY REQUIREMENTS: In this contract, time is of the essence. All freight and delivery charges are to be included in the costs entered on the bid pricing page. Under no circumstances will the City be liable for additional delivery charges. The successful bidder’s performance under the terms and conditions of this contract shall be satisfactory to the City. All deliveries shall be made between the hours of 9:00 a.m. and 3:30 p.m. unless other arrangements have been made. PRICING: The pricing stated by the bidder in the bid documents shall remain firm for a one (1) year period from the start date of the contract. No price increases will be allowed for the duration of the contract. Price decreases are allowed at any time. END OF SPECIAL CONDITIONS CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 10 of 45 INSURANCE REQUIREMENTS GENERAL: The Vendor shall respond to these specifications as an independent contractor and not as an employee of the City of O’Fallon. An original Certificate of Insurance from the company or authorized agent of record must be furnished to the City, provide that the City of O'Fallon is an “Additional Insured” on the Vendor’s Commercial General Liability policy during the Term of the Agreement, and a copy of such “Additional Insured” endorsement must accompany the insurance certificate. This requirement of insurance does not limit the Vendor’s liability under the Agreement in any manner. WORKER’S COMPENSATION INSURANCE: The Vendor shall procure and shall maintain during the Term of the Agreement, Worker’s Compensation Insurance for all of its employees to be engaged and perform work under the Agreement, and in case such work is sublet, the Concessionaire shall require the subcontractor similarly to provide Worker’s Compensation Insurance for all such employees to be engaged by the Vendor for such work unless such employees are covered by the protection afforded by the Vendor’s Worker’s Compensation Insurance. In the event any class of employees engaged in hazardous work under the Agreement is not protected under the Worker’s Compensation statute, the Vendor shall provide and shall cause such subcontractor to provide adequate Employer’s Liability insurance for the protection of its employees not otherwise protected. Commercial General Liability Insurance: The Vendor shall carry public and property damage insurance which shall include bodily injury and accidental death to any person and subject at the minimum limits set forth below: Liability Limits $1,000,000/Per Occurrence $3,000,000/General Aggregate $3,000,000 Products/Completed Operations aggregate Additional Insured status must be provided to the City and confirmed by copy of such endorsement. An umbrella/excess liability policy can be used to attain the required limits. Commercial Automobile Liability Insurance: The Vendor shall maintain Commercial Automobile Liability Insurance Coverage in the amounts not less than the minimum limits set forth below: Bodily Injury and Property Damage $3,000,000 Combined Single Liability Limit An umbrella/excess liability policy can be used to attain the required limits. CHANGES IN INSURANCE COVERAGE: The Contractor shall notify the City of changes in insurance coverage in writing within thirty (30) days. INDEMNITY: The Contractor shall, at all times, fully indemnify, hold harmless, and defend the City and its officers, members, agents, and employees from and against any and all claims and demands, actions, causes of action, and cost and fees of any character whatsoever made by anyone whomsoever on account of or in any way growing out of the performance of this contract by the Contractor and its employees, or because of any act or omission, neglect or misconduct of the Contractor, its employees and agents or its subcontractors including, but not limited to, any claims that may be made by the employees themselves for injuries to their person or property or otherwise. Such indemnity shall not be limited by reason of the enumeration of any insurance coverage herein provided. Nothing contained herein shall be construed as prohibiting the City, its directors, officers, agents, or its employees, from defending through the selection and use of their own agents, attorneys and experts, any claims, actions or suits brought against them. The Contractor shall likewise be liable for the cost, fees and expenses incurred in the City's or the Contractor's defense of any such claims, actions, or suits. The Contractor shall be responsible for any damages incurred as a result of its errors, omissions or negligent acts and for any losses or costs to repair or remedy construction as a result of its errors, omissions or negligent acts. CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 11 of 45 INSURANCE RATING: All of the above-specified types of insurance shall be obtained from companies that have at least an A-VII rating in Best’s Guide or the equivalent. SURVIVAL OF INDEMNIFICATION: The indemnification described above shall not be limited by reason of the enumeration of any insurance coverage herein provided, and it shall survive the termination of the Contract for claims arising from events occurring while the Contract is in force. NOTICE OF LAWSUIT: Within sixty (60) days of service of process, the City shall notify the Contractor of any lawsuit involving the indemnification provided for above. Failure to provide such notice shall not relieve the Contractor of its obligation to provide indemnification. However, the City shall be responsible for any additional costs of defense incurred due to their failure to provide such notice within sixty (60) days. CHOICE OF LEGAL COUNSEL: The contractor shall provide coverage as stipulated in the contract. In the event of a proceeding, the City retains the right to approve legal counsel for claims brought against the City. DISPUTES: Any dispute arising out of this agreement will be resolved under the laws of the State of Missouri. END OF INSURANCE REQUIREMENTS CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 12 of 45 BID FORM 20-077 SINGLE AXLE DUMP TRUCK (PLEASE TYPE OR PRINT THE FOLLOWING INFORMATION) Full Name of Bidder Main Business Address City, State, Zip Code Telephone Number Fax Number Bid Contact Person Email Address TO: Julie Moellering, Purchasing Agent The undersigned, being duly sworn, certifies that he is: ❑ the Owner/Sole Proprietor ❑ a Member of the Partnership ❑ an Officer of the Corporation ❑ a Member of the Joint Venture herein after called the Bidder and that the members of the Partnership or Officers of the Corporation are as follows: (President or Partner) (Vice-President or Partner) (Secretary or Partner) (Treasurer or Partner) Further, as Contractor, declares that the only person or parties interested in this bid as principals are those named herein; that this bid is made without collusion with any other person, firm or corporation; that he has fully examined the proposed forms of agreement and the contract specifications for the above designated purchase, all of which are on file in the office of the City Clerk, 100 North Main Street, O’Fallon, Missouri 63366, and all other documents referred to or mentioned in the contract documents, specifications and attached exhibits, including Addenda No. _______, __________, and ___________ issued thereto; Further, the Contractor proposes and agrees, if this bid is accepted, to provide all necessary machinery, tools, apparatus and other means of construction, including transportation services necessary to furnish all the materials and equipment specified or referred to in the contract documents in the manner and time therein prescribed. Further, the undersigned certifies and warrants that he is duly authorized to execute this certification/affidavit on behalf of the Bidder and in accordance with the Partnership Agreement or by-laws of the Corporation, and the laws of the State of Missouri and that this Certification is binding upon the Bidder and is true and accurate. Further, the undersigned certifies that the Bidder is not barred from bidding on this contract as a result of a violation of either bid rigging or bid-rotating. The affiant deposes and says that he has examined and carefully prepared this bid and has checked the same in detail before submitting this bid, and that the statements contained herein are true and correct. If a Corporation, the undersigned further certifies that the recitals and resolutions attached hereto and made a part hereof were properly adopted by the Board of Directors of the Corporation at a meeting of said Board of Directors duly called and held and have not been repealed, nor modified and that the same remain in full force and effect. (Attach a copy of the corporate resolution granting the individual executing the contract documents authority to do so.) Finally, the Contractor agrees to do all other things required of the Contractor by the contract documents, and that he will take in full payment therefore the sums set forth in the bidding schedule. Signature of Bidder authorizes the City to verify business references. CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 13 of 45 SIGNATURE AND IDENTITY OF BIDDER The undersigned states that the correct LEGAL NAME and ADDRESS of (1) the individual Bidder, (2) each partner or joint venture (whether individuals or corporations, and whether doing business under a fictitious name), or (3) the corporation (with the City in which it is incorporated) are shown below; that (if not signing with the intention of binding himself to become the responsible and sole contractor) he is the agent of, and duly authorized in writing to sign for the Bidder or Bidders; and that he is signing and executing this (as indicated in the proper spaces below) as the proposal of a ( ) sole individual ( ) partnership ( ) joint venture ( ) corporation, incorporated under laws of State of ____________________________________________ Date Business Established: ____________ Dated: _____________________________ Name of individual, all partners, or joint ventures: Address of each: ___________________________________ _________________________________________________ ___________________________________ _________________________________________________ ___________________________________ _________________________________________________ ___________________________________ _________________________________________________ ___________________________________ _________________________________________________ ___________________________________ _________________________________________________ doing business under the name of: Address of principal place of business in Missouri ___________________________________ __________________________________________________ (If using a fictitious name, show this name above in addition to legal names) ___________________________________ __________________________________________________ (If a corporation, show its name above) ATTEST: (SEAL) ___________________________________ __________________________________________________ Secretary Title (NOTE: If the Bidder is doing business under a FICTITIOUS NAME, the Proposal shall be executed in the legal name of the individual, partners, joint ventures, or corporation, with the legal address shown, and REGISTRATION OF FICTITIOUS NAME filed with the Secretary of State, as required by Sections 417.200 to 417.230, RS Mo. If the Bidder is a CORPORATION NOT ORGANIZED UNDER THE LAWS OF MISSOURI, it shall procure a CERTIFICATE OF AUTHORITY TO DO BUSINESS IN MISSOURI, as required by Section 351.570 and following, RS Mo. A CERTIFIED COPY of such Registration of Fictitious Name or Certificate of Authority to do Business in Missouri shall be included with this bid. CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 14 of 45 REFERENCES The bidder must list four (4) references, listing firm name, address, telephone number and contact person to whom they have provided similar equipment, material or services for a period of not less than six (6) months. The bidder verifies that they have provided equipment, material, or services described in this contract to the following parties with needs similar to that of City and authorizes the City to verify references of business and credit at its option. COMPANY NAME: ADDRESS: CONTACT PERSON: TELEPHONE NUMBER: COMPANY NAME: ADDRESS: CONTACT PERSON: TELEPHONE NUMBER: COMPANY NAME: ADDRESS: CONTACT PERSON: TELEPHONE NUMBER: COMPANY NAME: ADDRESS: CONTACT PERSON: TELEPHONE NUMBER: State the number of years in business State the current number of personnel on staff CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 15 of 45 ANTI-COLLUSION STATEMENT STATE OF MISSOURI CITY/COUNTY OF_____________ _____________________________________________________________________________ ____________________________ being first duly sworn, deposes and says that he is _____________________________________________________________________________ Title of Person Signing of ___________________________________________________________________________ _____________________________________________________________________________ Name of Bidder that all statements made and facts set out in the proposal for the above project are true and correct; and the bidder (The person, firm, association, or corporation making said bid) has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with said bid or any contract which may result from its acceptance. Affiant further certifies that bidder is not financially interested in, or financially affiliated with, any other bidder for the above project. BY_________________________________________________ BY_________________________________________________ BY_________________________________________________ SWORN to before me this _____________ day of ___________ 20 ___. _______________________________________________ Notary Public My Commission Expires______________________________________________________ CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 16 of 45 PREFERENCE IN PURCHASING PRODUCTS DATE: _________________________ THE BIDDERS ATTENTION IS DIRECTED TO Section 34.076 RSMo 2000 which gives preference to Missouri corporations, firms, and individuals when letting contracts or purchasing products. Bids received will be evaluated on the basis of this legislation. All vendors submitting a bid must furnish all information requested below. FOR CORPORATIONS: State in which incorporated: ____________________________________ FOR OTHERS: State of domicile: ____________________________________ FOR ALL VENDORS: List address of Missouri offices or places of business: ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ ____________________________________________________________________________ __________________________________________________________________ THIS SECTION MUST BE COMPLETED AND SIGNED: FIRM NAME: _______________________________________________________________ ADDRESS: _______________________________________________________________ CITY: __________________________ STATE: __________ ZIP: _______________ BY (signature required): ______________________________________________________ Federal Tax ID #: _________________ if no Federal Tax ID # list SS #: _________________ For bid to be considered, the Preference in Purchasing Products form must be filled out and submitted for each bid and dated in the current calendar year. CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 17 of 45 WORKER ELIGIBILITY VERIFICATION AFFIDAVIT STATE OF __________________ ) ) ss COUNTY OF ________________ ) On the _____ day of _______________, 20____, before me appeared ________________________________, Affiant name personally known to me or proved to me on the basis of satisfactory evidence to be a person whose name is subscribed to this affidavit, who being by me duly sworn, stated as follows: • I, the Affiant, am of sound mind, capable of making this affidavit, and personally certify the facts herein stated, as required by Section 285.530, RSMo, to enter into any contract agreement with the City to perform any job, task, employment, labor, personal services, or any other activity for which compensation is provided, expected, or due, including but not limited to all activities conducted by business entities. • I, the Affiant, am the _______________ of ______________________________, and I am duly title business name authorized, directed, and/or empowered to act officially and properly on behalf of this business entity. • I, the Affiant, hereby affirm and warrant that the aforementioned business entity is enrolled in a federal work authorization program operated by the United States Department of Homeland Security, and the aforementioned business entity shall participate in said program to verify the employment eligibility of newly hired employees working in connection with any services contracted by the City of O’Fallon. I have attached documentation to this affidavit to evidence enrollment/participation by the aforementioned business entity in a federal work authorization program, as required by Section 285.530, RSMo. • I, the Affiant, also hereby affirm and warrant that the aforementioned business entity does not and shall not knowingly employ, in connection with any services contracted by the City, any alien who does not have the legal right or authorization under federal law to work in the United States, as defined in 8 U.S.C. § 1324a(h)(3). • I, the Affiant, am aware and recognize that, unless certain contract and affidavit conditions are satisfied pursuant to Section 285.530, RSMo, the aforementioned business entity may be held liable under Sections 285.525 through 285.550, RSMo, for subcontractors that knowingly employ or continue to employ any unauthorized alien to work within the state of Missouri. • I, the Affiant, acknowledge that I am signing this affidavit as a free act and deed of the aforementioned business entity and not under duress. ________________________________ Affiant Signature Subscribed and sworn to before me in ______________________, _____, the day and year first above-written. city (or county) state My commission expires: ______________________________________ Notary Public [Attach documentation of enrollment/participation in a federal work authorization program] CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 18 of 45 MISSOURI DOMESTIC PRODUCTS PROCUREMENT ACT The bidder’s attention is directed to the Missouri Domestic Products Procurement Act, Sections 34.350 to 34/359, RsMO, which requires all manufactured goods or commodities used or supplied in the performance of this contract or any subcontract to be manufactured or produced in the United States. Section 34.355, RsMO, requires the vendor or contractor to certify his compliance with Section 34.353 and, if applicable, Section 34.359, RsMO, at the time of bidding and prior to payment. Failure to comply with Section 34.353, RsMO, during the performance of the contract and to provide certification of compliance prior to payment will result in nonpayment for those goods or commodities. Section 34.353.2, RsMO, specifies that it does not apply where the total contract is less than Twenty-Five Thousand Dollars ($25,000.00). If your total bid is Twenty-Five Thousand Dollars ($25,000.00) or more, you must complete this form as directed below. Failure to complete and return this document with this bid will cause the State to presume the manufactured goods or products listed in the bid are not manufactured or produced in the United States, and the bid will be evaluated on that basis. Please read the certification appearing below on this form. [ ] If all the goods or products specified in the attached bid which the bidder proposes to supply to the State shall be manufactured or produced in the “United States” as defined in Section 34.350, RsMO, check the box at left. [ ] If only one item of any particular goods or products specified in the attached bid is manufactured or produced in the “United States” as defined in Section 34.350, RsMO, check the box at left and list the items (or item number) here: ______________________________________________________________________________ ______________________________________________________________________________ [ ] If any or all of the goods or products specified in the attached bid which the bidder proposes to supply to the State are not manufactured or produced in the “United States” as defined in Section 34.350, RsMO, then: (a) check the box at left; (b) list below, by item (or item number), the country other than the United States where each good or product is manufactured or produced; and (c) check the boxes to the left of the paragraphs below if applicable and list the corresponding items (or item numbers) in the spaces provided. Item (or item number) Location Where Item Manufactured or Produced (attach an additional sheet if necessary) [ ] The following specified goods or products cannot be manufactured or produced in the United States in sufficient quantities or in time to met the contract specifications. Items (or item numbers): ______________________________ _______________________________________________________________________________________________ [ ] The following specified goods or products must be treated as manufactured or produced in the United States, in accordance with an existing treaty, law, agreement, or regulation of the United States, including a treaty between the United States and any foreign country regarding export-import restrictions or international trade. Items (or item numbers): _____________________________________________________________________________________ ______________________________________________________________________________________________ CERTIFICATION By submitting this document, completed as directed above, with a bid, the bidder certifies under penalty of making false declaration (Section 575.060, RsMO) that the information contained in this document if true, correct and complete, and may be relied upon by the City in determining the bidders qualifications under and in compliance with the Missouri Domestic Products Procurement Act. The bidder’s failure to complete and return this document with the bid as directed above will cause the City to presume the manufactured goods or products listed in the bid are not manufactured or produced in the United States, and the bid will be evaluated on that basis pursuant to Section 34.353.3(2), RsMO. CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 19 of 45 SAMPLE AGREEMENT THIS AGREEMENT is made and entered into this day of , 20_____, by and between the City of O’Fallon, Missouri (CITY) and __________________ (VENDOR). The parties agree as follows: 1. VENDOR agrees to provide the CITY with products or services in accordance with the bid documents and specifications entitled _____________________ with a public bid opening held on ________. Said bid documents and specifications shall be incorporated into this contract by this reference. 2. The CITY in accordance with the attached Proposal will pay VENDOR an amount not to exceed $ _____________ upon completion of the work noted above. 3. VENDOR shall provide and bill for only those services associated with this project. No additional charges will be allowed without prior approval. All work performed shall be identified and quantified on each invoice. 4. VENDOR is an independent contractor and nothing contained herein shall constitute or designate VENDOR or any of its agents or employees as agents or employees of the CITY. 5. VENDOR agrees in the performance of this agreement that it will not discriminate against any employee of applicant for employment because of race, creed, color, age, sex, national origin, ancestry, religion or political opinion or affiliation. 6. VENDOR shall maintain during the life of this Agreement and furnish to the CITY the appropriate Professional Liability, Commercial General Liability, and Workers Compensation insurance certificates in amounts as detailed in the bid specifications. An original Certificate of Insurance from the company or authorized agent of record must be furnished to the City, provide that the City of O'Fallon is an “Additional Insured” on the Vendor’s Commercial General Liability policy during the Term of the Agreement, and a copy of such “Additional Insured” endorsement must accompany the insurance certificate. This requirement of insurance does not limit the Vendor’s liability under the Agreement in any manner. VENDOR shall provide 30 days written notice prior to any change in insurance. 7. VENDOR agrees to indemnify the CITY, its’ officials, and employees from any loss, damage, costs, charges or expenses to person or property by reason of any action or omission on the part of any person or company involved in this agreement. VENDOR: CITY OF O’FALLON, MISSOURI _________________________________ ____________________________________ Company Name Michael Snowden, City Administrator Date _________________________________ ATTEST: Signature Date ___________________________________ _________________________________ Pamela Clement, City Clerk Date Print Name CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 20 of 45 SPECIFICATIONS The City of O’Fallon, MO (“City”) is accepting sealed bids for one (1) Single Axle Dump Truck. The City reserves the right to change the number of trucks requested until the order is placed. Unless otherwise specified, any manufacturers’ names, trade names, brand names, information and/or catalog numbers listed in this specification are descriptive, not restrictive. The bidder may offer any product that meets or exceeds the applicable specifications. The bidder must demonstrate comparability, by including appropriate catalog materials, literature, specifications, test data, etc. The City will determine in its sole discretion whether a product is acceptable as an equivalent. All electrical modules must be protected and inside cab. All body building electrical, must plug into the truck utilizing the connections that are available from the truck builder. The total truck price must include all systems as a completed truck with plow, spreader, and hydraulics, etc. Only the total truck price will be read at bid opening however; due to cost separation throughout City departments, the awarded bidder must be able to later submit a cost breakdown for the truck with dump body, plow, plow hitch, hydraulic system, spreader, and tire chains that must equal the submitted total truck price bid. An alternate bid for a user-friendly hydraulic system control such as the Certified Power Barracuda™ or Muncie Omni-System™ or equivalent is requested. This user-friendly system must include the joystick control option with plow, dump, and aux. This system is not meant to include data or storm logging. This price must be reflected as the additional or difference amount to the total bid. Any alternate offered must have like function such as plow balance, spreader ground speed, prewet ground speed and other features listed in the specifications; like capability, like weather resistance, and must include one (1) operator training class and one (1) maintenance training class. Item # Description Conventional Cab A. GENERAL Meets Exceeds Not Available or does not meet spec 1 Medium Duty Conventional Cab and Crew Cab Chassis for Dump and Snow Plow application. 35,000 # GVWR single axle dump truck 2 Tilt fiberglass hood 3 Set Back Axle Configuration 4 Stationary grill 5 Cab color - Oxford White 6 Wheel color - Oxford White 7 Frame color - Solid Polyurethane Black CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 21 of 45 B. ENGINE Meets Exceeds Not Available or does not meet spec 8 Diesel Engine List make and model 9 270 HP @ 2000 RPM or better 10 800 lbft @1300 RPM or better 11 Air to air intercooler 12 1000 watt or higher/ 115 vt block heater w/ receptacle under LH door 13 Engine alarm system (oil, water, etc.) 14 Electric grid air intake warmer 15 15 minute idle shut down 16 Electronic cruise control 17 Heated fuel/ water separator and fuel filter in single assembly, w/ warning light 18 Spin on fuel filter 19 Combination full flow/ by-pass oil filter 20 On board diagnostics 21 Magnetic Drain Plug 22 Engine mounted oil fill and check 23 Electronic engine shutdown protection 24 Engine remote interface connector back of cab 25 Dual element air filter with snow separation module 26 Equipped with an expanded engine temperature effects 27 Exhaust system shall be single horizontal DPF device, frame mounted on right side, under cab. No DPF allowed behind cab. The unit will have a vertical exhaust pipe mounted no farther than 2" behind the cab. 28 DEF tank located on left side with standard DEF pump mount 29 Automatic over the road regeneration and dash mounted regeneration switch. CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 22 of 45 C. TRANSMISSION Meets Exceeds Not Available or does not meet spec 30 Allison 3000 RDS Automatic transmission with PTO provision 31 Push button two mode; [mode 1 is performance] [mode 2 is snow-plow] 32 Magnetic oil pan plug 33 Electronic transmission access connector mount on firewall 34 Water cooled transmission cooler 35 Transmission oil check and fill w/ electronic oil level sensor 36 Synthetic Transmission fluid D. ELECTRICAL Meets Exceeds Not Available or does not meet spec 37 Non-polish battery box 38 Two maintenance free commercial batteries with minimum 2280 CCA 12Vt mounted under cab 39 Vehicle interface wiring w/ PDM to the rear of frame with sealed connectors for all bed functions, including right/ left stop, turn lights, and tail lights. All circuits will be covered and protected. 40 Main panel circuit breakers w/ trip indicators 41 Equipped with J560 seven way primary trailer receptacle mounted. 42 Equipped with a minimum of 12auxiliary lit (on) auxiliary switches. Truck company and body builder will utilize only auxiliary switches for professional look. Switches shall be etch marked with the item that it is wire to (not label tape) as to see the switch is turned on. 43 Left intentionally blank 44 Equipped with wiring a switch for auxiliary snow plow head lights. Plow light switch can be wired into the auxiliary switching and etch marked (not label tape). But preferred wiring to control console. 45 12 vt 160 amp minimum low turn on speed alternator system CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 23 of 45 D. ELECTRICAL (continued) Meets Exceeds Not Available or does not meet spec 46 Work lights switch will be wired into the auxiliary switching and etch marked (not label tape). E. CHASSIS Meets Exceeds Not Available or does not meet spec 47 Cab to axle length shall be set at 84” and Wheel Base will be set to accommodate the following: 1. 10’ plow like or similar to Viking MW36R10 2. Must have integral frame extension 3. Conventional Cab and Crew Cab 4. Set back Axles 5. 10’ Western style bed 6. Body items added should not extend the wheel base 48 Heat treated single frame rails of 120 KSI and a minimum 2.5 million RBM 49 Swept back bumpers constructed of steel 50 To be configured with tow provision and electric trailer provision with air lines 51 All fasteners to frame will be grade 8 F. FRONT AXLE and Suspension Meets Exceeds Not Available or does not meet spec 52 Set back configuration 53 Meritor 14,000 # or larger front axle w/ spider cam front brakes, double anchored 54 Parabolic, taper leaf spring with shock absorbers 55 Graphite Bronze bushings w/ seals 56 Vented hub caps w/ window 57 Oil center and side plugs 58 Meritor auto front slack adjusters G. Rear Axle and Suspension Meets Exceeds Not Available or does not meet spec 59 Meritor 21,000# Single rear axle 5.86 gear ratio with differential lock. Diff lock switch will be wired into the auxiliary switching and etch marked (not label tape). CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 24 of 45 G. Rear Axle and Suspension (continued) Meets Exceeds Not Available or does not meet spec 60 Magnetic Drain Plug 61 Rear suspension shall be a single vari- rate system with a capacity of 23,000# 62 The rear end shall have multi-leaf auxiliary springs w/ radius rod and w/ fore and aft control rods 63 MXL 17T Meritor extend lube drive line w/ half round yokes and greaseable U joints H. BRAKE SYSTEM Meets Exceeds Not Available or does not meet spec 64 Dual air brakes w/ air dryer 65 Pull cable on wet tank/ Pet cock on other tank(s) 66 All non-asbestos brake linings 67 Cast iron brake drums 68 Front and rear dust shields 69 (2) air gauges located on instrument panel 70 Park brake valve located on instrument panel 71 Front and rear automatic slack adjusters 72 Full ABS system 73 Front brakes shall be 16.5” X 5.0” w/ 20” chambers 74 Rear brakes shall be 16.5’ X 7.0” w/ long stroke and heavy-duty spring actuated park brakes 75 Air Compressor shall be of 13.2 CFM or greater 76 Electric horn warning for park brake not set w/ out door open and key in ignition 77 Air connection at end of frame w/ glad hands I. TIRES AND RIMS Meets Exceeds Not Available or does not meet spec 78 Front steer 315/ 80R 22.5 Load Range L 79 Rear 11R 22.5 Load Range G. Traction tread CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 25 of 45 J. CAB Meets Exceeds Not Available or does not meet spec 80 Gray interior 81 Adjustable tilt and telescoping steer wheel 82 Molded door panel 83 Black mats w/ single insulation 84 Forward roof mounted console w/ upper storage 85 Premium cab insulation 86 Door dome activated LH/ RH. Duel read lights, forward cab roof 87 12vt power supply in dash 88 Flush mounted LED clearance markers 89 Halogen headlights 90 Black floor coverings 91 Power windows and door locks 92 Heated windshield 93 Pillar mounted interior grab handles 94 Two steps per door: Stainless steel 95 Gauge Cluster: Electronic engine oil pressure, water temp, fuel, tach, voltmeter, washer fluid gauge, odometer display, transmission oil temp gauge, air tank gauges, OBD display, road speed wire coiled under the instrument panel for customer use 96 Warning system that consist of; low fuel, low oil pressure, high engine coolant temp, low voltage, low air light and buzzer 97 Driver seat to be an air suspension, vinyl, mechanical lumber support. Dual driver seat armrest 98 Passenger seat to be air suspension, vinyl, mechanical lumber support. Single left side armrest 99 OBD interface connector below dash 100 Both seats orange 3pt seat belt CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 26 of 45 J. CAB (continued) Meets Exceeds Not Available or does not meet spec 101 LH/ RH Heated mirrors w/ door mounted remote 102 LH/ RH Convex mount under primary mirrors 103 Air conditioner w/ integral heat and defrost 104 Air filter for HVAC 105 Driver storage pocket 106 AM/ FM Radio 107 Driver/ Passenger sun visor 108 Air cab suspension 109 DPF override switch 110 Single motor intermittent wipers 111 Wipers go to slow position when park brake engaged, headlights on when wiper engaged 112 Aluminum 50-gallon fuel tank mounted under cab with stainless steel straps 113 Two electric horns 114 One air horn mounted under LH deck 115 LH/ RH grab handles at outside exit/ enter 116 Fiberglass hood 117 Doors locks and ignition keyed alike 118 Left intentionally blank Body builder -A copy of the complete bid specs must be sent to the bed company to assure compliance by both companies of the bid. Meets Exceeds Not Available or does not meet spec COLOR - All surfaces are high pressure cleaned and phosphate 119 Frame - Solid poly black 120 Dump Body –Gloss black epoxy auto paint 121 Front and rear tow hooks – Gloss black paint 122 Electric brake controller capable of operating minimum 4 wheel brakes. Wired to both 6 and 7 pole trailer receptacle. CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 27 of 45 123 Road and ambient air sensor; should display in electronic controls or professionally installed in dash without bracketing on dash or on Hyd controller 124 Tire chains - Automatic tire chains are installed and wired through truck wire harness. A. Tire Chain switch will be wired into the auxiliary switching and etch marked (not label tape). b. Tire chain airline shall have a quick disconnect and cover after the T connector at the end of the truck to facilitate easy removal. Quick disconnect supply line should not hang below frame when disconnected. C. Tire chain mount at rear axle with quick disconnect or equivalent. 125 Back up alarm to be installed 126 Undercoating will be done the entire length of the truck frame and underside of dump body 127 Frame mounted RH Stainless Steel Tool Box. 18"W X 14" Deep X 16" H. Dump Body Meets Exceeds Not Available or does not meet spec 128 10' X 7' - 5 Cu Yd. w/ 6 Cu Yd. tailgate 129 Body will be a Western style w/ out cross members and vertical braces. The longsills shall be one piece ¼” Corten Steel, 10” tall with baffles and drain holes in rear. No splices will be accepted. The body must be square cornered to accommodate all type spreaders. 130 Installed oak board painted black to fit side board provision 131 The side shall be 26" tall and the tailgate will be 34" tall with provisions for side boards. Corner Post shall be Domex 100W and able to receive a “flush mounted tailgate”. CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 28 of 45 Dump Body (continued) Meets Exceeds Not Available or does not meet spec 132 HARDOX 450 or equivalent: a. Floor will be 1/4" HARDOX 450 one piece fully welded and formed into the sides. b. Tailgate will be 1/4" HARDOX 450 and flush mounted . c. Sides will be 3/16" HARDOX 450 side sheets. d. Front Sheet will be 3/16" HARDOX 450 e. top rail shall be HARDOX 450 f. Tail gate bracing shall be HARDOX 450 133 24" Deep, full width, 7 gauge Corten cab shield shall be welded to the front of the body 134 3/16" X 10" Corten asphalt lip will be bolted on to the rear 135 Rear hinge pin shall be 2" and fashioned to allow grease to reach all portions of the pins surface. The hinge blocks will be minimum 2 1/2" wide X 6" long 136 Tailgate cross shaft shall be supported at each end with bushings that can be greased from the from the outside of the body. One end of the shaft shall be designed to extend beyond the corner post accept and adjustable wrench for manual back up should system fail. Tail gate open/ close switch will be wired into the auxiliary switching and etch marked (not label tape). 137 D rings will be placed at top right and left of tailgate for easy chain lifting. Double Acting tailgate will be flush with floor when opened and flush with side post and floor when closed as to not block view of lighting or camera 138 4 Spreader ratchet straps mounted to outside wall of bed to secure spreader 139 Body props for working under body with body in up position. CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 29 of 45 DUMP BODY ACCESSORIES Meets Exceeds Not Available or does not meet spec 140 The body shall have all required DOT lights and reflectors. All Lights shall be LED. The Body shall have amber LED (Whelen series 400 or equivalent) warning lights with alley take down lights one mounted in a stainless steel housing in each of the front cab shield on a 45 degree angle for a 180 degree visibility. No Rubber grommet lights will be accepted. Rear stop/tail, backup, amber warning LED lights (Whelen series 400 or equivalent) mounted in a stainless steel 3 light box welded in each rear corner post. TIR-3 side flasher included with rear light box. No rubber grommet lights will be accepted. No splices between lights and truck connectors will be accepted. Amber warning lights to be wired into the auxiliary switching and marked “Warning lights” and wired to dim warning lights for night operations. Alley lights to be wired to separate auxiliary switched and marked “take down”. 141 Front mud flaps to be plain rubber with anti-sail brackets. Rear mud flaps will be ½” thick plain and bolted to stainless steel piano hinge style bracket. Back up alarm and all standard equipment. 142 Equipped and shielded Heavy Duty electric tarp system that can be controlled from the cab. Tarp system shall not hang lower than bottom of bed. Tarp switch will be wired into the auxiliary switching and etch marked (not label tape). 143 Literature on bed, lights, and electric tarp system must accompany bid. 144 Left intentionally blank 145 Dump body shall include a DC Dump Vibrator with a minimum 3,000 # force, installed and wired. A safety cable will be installed on the vibrator. Vibrator switch will be wired into the auxiliary switching and etch marked (not label tape). 146 Dump body shall include full length serrated walk rails on both sides. 147 Bed will have Conspicuity Striping applied on lower rub rail or body and around tailgate middle perimeter CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 30 of 45 DUMP BODY ACCESSORIES (continued) Meets Exceeds Not Available or does not meet spec 148 Dump body will have a stow away ladder on both sides placed towards the front of the dump bed on equal and opposite sides. There shall be corresponding grab handles on each side. 148a A bullet style camera (like ECCO brand EC2015-C) will be installed in area for good visibility for back up and for trailer back up view and will be inset into the body for protection. Flush mounted tailgate will allow for full 120 degree view. A monitor screen (like ECCO brand EC7000-QM) will be mounted in the cab of truck, on the hydraulic controller as to not impair dash or windshield vision. System will be set to automatically display in reverse and to display manually in drive. Water tight cabling (like ECCO ECTC10-4) used to complete the system. PINTLE Meets Exceeds Not Available or does not meet spec 149 45 ton capacity pintle hook installed on a 3/4" pintle plate using Grade 8 bolts w/ adjustable pintle, B-50 D-rings and air glad-hands. 150 Equipped with J560 seven way primary trailer receptacle mounted and a six round trailer receptacle at end of frame CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 31 of 45 HYDRAULICS CONSOLE CONTROLS Meets Exceeds Not Available or does not meet spec 151 Provide either a Certified Power Freedom XDS Control System w/ Pre- wet System (Component Technology) or a Muncie MP2 Plus System w/ Pre-wet system or Force America Ultra 61 System w/ Pre-wet or equivalent (or newer version) to operate system 1: Multiple joystick to work plow and hoist and computer heads up display to operate spreader and pre-wet system. The console shall come with a Master on/ off, plow lights, Strobe light, Spreader light, Aux light and a low oil/ change filter indicator. Switches shall be sealed with replaceable labels. Switches shall be back lit with an indicator to indicate switch is on. Console shall be mounted between seats and easily reachable by operator. The display shall be color touch screen graphic display with USB ports to capture storm totals, firmware updates, saving configurations and calibrations. The display shall have technician diagnostic features. Bidder will demonstrate hydraulic system with 30 days prior to bid opening and must be able to prove their system is equal to the systems the City currently uses. It will be the City's decision whether or not to go with the demonstrated systems. The below specifications are to be understood as stated or equivalent function. 152 Hydraulic pump will be direct flange mounted to a Chelsea PTO mount or equivalent and able to provide strong hydraulic flow to a reversible and double action plow with plow balance valve, spreader conveyor chain, spreader spinner motor, and a double action dump hoist without any significant loss of hydraulic power. CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 32 of 45 153 Piston pump at 48 GPM and 3000 PSI @ 2500 RPM . Pump will be load sense. Pump displacement to be 4.5 cu in or equivalent. Gear pumps will not be accepted. Note*: this pump must be able to run the system 1 hydraulics. The same pump must be able to run system 2 hydraulics at a separate time. Danfoss JRR075 or equivalent. The below specifications are to be understood as stated or equivalent function. - Continued 154 The units shall include hydraulic lines and cushion valve run to the front for a reversing snowplow 155 Hydraulic lines to street side rear rub rail for salt spreader with bulk head mount, 1” Return line, ¾” conveyor line, ½ spinner line ran along upper side of truck frame opposite of electrical and air lines to bulk head in rear between body hinge. Spreader lines ran from bulk head of frame to enclosed cavity of body manufacture from 3/16” corten to driver side of rub rail of body. 156 Vehicle portion of Aero Quip 45 series compatible quick disconnects with dust covers on all hose ends or equivalent. 157 All hydraulic hoses routed and tied up together in a way that promotes longevity and keeps clear of abrasions. Heavy duty zip ties and stainless ties used throughout. All return lines routed through a return block manifold so that one main line goes to tank. All hydraulic lines are routed on opposite side of frame as the electrical and air lines. Hoist Meets Exceeds Not Available or does not meet spec 158 The hoist shall be a double acting trunion mounted headlift design using nitrided cylinder w/ two (2) year seal warranty. The doghouse for the cylinder shall not extend more than 12" in the floor length. Shall have greasable clamps and greasable hinges. 159 The unit shall have an electronic low hydraulic fluid sensor in the tank in case of a hydraulic leak in the system. CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 33 of 45 Hydraulic Reservoir Meets Exceeds Not Available or does not meet spec 160 Reservoir shall be a 30 - 40 gallon 304 stainless steel minimum capacity with the breather cap mounted to an inspection lid. Inspection lid shall provide for an in tank mount return line filter. 161 Reservoir must be constructed of 10 gauge 304 stainless steel 162 Left intentionally blank 163 Breather cap fill neck must be screened and mounted on a riser 164 Reservoir shall be complete w/ a sight temperature gauge and a magnetic drain plug. Suction will allow for installation of a 2" NPT 50 GPM suction screen. Suction screen will have a 3 to 5 PSI by- pass spring 165 There shall be an area for mounting of the hydraulic stack valve. Reservoir must be of template style for bulkhead "through" mounting of the valve and be completely free from internal tubing or hoses from the work ports and the inlet valve 166 Valve must be removable as a unit w/ template through the top of the reservoir for service and accessibility 167 All electrical connections shall be made via IP68 connectors on the front (cab) side of the reservoir or equivalent. Hydraulic Reservoir Meets Exceeds Not Available or does not meet spec 168 The enclosure must have a fully potted output module installed in it for all electrical connections for the complete system. This module must be the master for the complete controlling system or equivalent. 169 The hydraulic fittings must come out the bottom of the enclosure and male JIC bulkheads 170 Access to the enclosure must be by a removable top lid that is held in place with minimum 2 rubber tie downs 171 The reservoir filter and fill cap must be accessible w/out removing a lid or cover 172 Hydraulic reservoir must be mounted on driver's side of vehicle. CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 34 of 45 Hydraulic Return Filter Meets Exceeds Not Available or does not meet spec 173 Filter shall be top tank mounted type 10 microns minimum w/ by-pass and replaceable cartridge element 174 Filter shall be capable of 70 plus GPM flow capacity 175 Filter shall have one 1 1/4" SAE port w/ the ability to be machined by another 176 Low hydraulic oil level warning light and alarm mounted in cab or control display and must turn PTO off automatically. 177 A bypass condition pressure switch is required and shall light a "Change Filter" message on the system display 178 Component Technology model SG03020010 or equivalent. Hydraulic Stack Valve Meets Exceeds Not Available or does not meet spec 179 The valve shall be of a mobile stackable or modular manifold design load sensing type 180 The valve shall be all cast iron design and all sections must be of the same series Valve shall be arranged as follows: 181 Hoist - Double Acting with spring return to neutral 182 Plow Lift: Double acting with spring return to neutral. Plow Balance shall be controlled at console 183 Plow angle: Double acting with spring return to neutral 184 Spreader Feeder - Single acting with manual override 185 Spreader Spinner - Single acting with manual override 186 Spreader Pre-wet –Will be electric 187 Connectors and harness should be rate tested for temperature, water tightness, and corrosion resistance. Hydraulic test port located at hydraulic pump. Hydraulic Maintenance Training Meets Exceeds Not Available or does not meet spec 188 Annual maintenance and operator training must be scheduled and provided at the end of October every year CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 35 of 45 beginning with receipt of this system. Maintenance training even years, operator training odd years. K. WIRING SPECIFICATIONS Meets Exceeds Not Available or does not meet spec 189 Connectors and harness should be rate tested for temperature, water tightness, and corrosion resistance. 190 Cabling should be rated excellent in low temperature, flexibility and resistance to oxidization, heat, oil, weather, sun, ozone, abrasion, electrical priorities, flame, water, acid, alkali, gasoline, benzol, toluol, degreaser solvents, alcohol, and weld slag. 191 All cabling for the hydraulic system and pre-wet system must be this style. Component Technology TPE Yellow Jacket Cables or equivalent. 192 All cable and hose retaining devices shall be stainless steel PLOW, PLOW HITCH, PLOW LIGHTS Meets Exceeds Not Available or does not meet spec 193 A heavy duty snow plow hitch shall be a low profile Universal Quick Fit utilizing proper extensions that should be not less than 1/2" cheek plates and grade 8 bolts. This shall be a low profile hitch with fold down telescopic lift arm and a double acting 3" lift cylinder. The installation of the hitch shall allow for full tilting of the cab w/out it coming in contact with the hitch. Like MoDot 194 The hitch shall be designed to transfer the plowing forces directly the truck frame. 195 All welds on hitch to be continuously welded 196 A series of holes in the extendable portion will allow the adjustment of the length of the lift arm 197 Front Plow lights (auxiliary) shall be LED in a heated housing 198 Auxiliary headlights shall not obstruct the driver's vision, and be mounted approximately 64" from ground level, and at approximately the same width apart as truck's headlight CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 36 of 45 PLOW, PLOW HITCH, PLOW LIGHTS (Continued) Meets Exceeds Not Available or does not meet spec 199 Auxiliary headlights shall be secured to a fender mounted, 3 point assembly bracket or fender bracket. Bracket and mounting parts shall be stainless steel and secured with stainless steel locknuts 200 Reinforced rubber washers or grommets shall insulate the bracket to the hood. Fasteners attaching the bracket to the hood shall be insulated from the hood by a 2 inch minimum diameter rubber washer or grommet and a 2 inch minimum diameter plated washer. 201 Auxiliary headlights shall be grounded back to the chassis ground; minimum 14 gauge wire shall be used. Drill holes to accommodate wire size 202 Auxiliary headlight light switch will be wired into the control console and etch marked (not label tape). 203 Plow shall be a Viking Cives Reversible MW36R10 or equivalent with a plow jack or equivalent. 204 Plow will be Heavy-Duty design with a full moldboard. Integral design and hydraulically angle a minimum of 35 degrees left and right. 205 Plow top edge will have full length snow deflector and plow markers. 206 Plow shall be 10' long and 36" high. 207 Plow balance valve: A plow balance valve w/ on & off must be incorporated in the plow lift circuit by dealer at the time of installation. Valve to be designed to offset a specific plow weight when activated. Must not alter the operation of any hyd function. All normal operations of plow function must be maintained w/ out additional tasks. Plow balance system must be able to hold plow in the up position indefinitely. 208 Plow Trip mechanism must be designed with dual compression 209 Minimum weight of plow will be 1500 lbs. CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 37 of 45 SPREADER Meets Exceeds Not Available or does not meet spec 210 10' long to fit in 10' Dump body; 5.5 Cu Yds. 211 Stainless Steel 10 gauge minimum 212 Steel top screens must be removable 213 Sides shall be sloped 214 Adjustable feed gate at rear of spreader 215 Chain conveyor system. Must submit spreader chain conveyor system but can also submit alternate bid for dual auger. 216 Stainless steel lifting hooks at each corner of spreader 217 Spinner motor maybe top or bottom mounted 218 Poly spinner disc 219 Enclosed stainless steel discharge chute with diverter and directional flap 220 Remote greaser and chain oiler 221 Electric Pre-wet shall have (2) form fitted and mounted 100 gallon poly tanks with crossover plumbing. Shall be complete w/ all plumbing, pumps w/ enclosure, and mount hardware. Spray system must be ground speed controlled. Pump shall be corrosion resistant. Pump shall have over pressurization protection. 222 Stainless Steel tailgate lock bar 223 4 point strap system that works with bed 224 10' Stainless steel spreader stand; the stand must be either a universal or integral to be loaded on to truck without removal. Henderson US or IS stand or equivalent 225 Flashing Blue (yes, blue) LED strobe placed on rear wall and centered. LED spot light mounted on chute region to see spinner, salt discharge and ground. 226 Spreader light switches (one spreader spot, and one spreader strobe) will be wired into the auxiliary switching and etch marked (not label tape). 227 Spreader cannot shift side to side in bed of truck CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 38 of 45 Operator Training Meets Exceeds Not Available or does not meet spec 228 Operator training will be provided on all systems of truck: Plow, Spreader, Pre- wet, Hoist, all hydraulic functions, lights, and truck capabilities within 2 weeks of delivery to City. Manuals and Service Publications/ Software Operator Manuals Meets Exceeds Not Available or does not meet spec 229 All Publications must be bound into manuals or installed in binders when delivered to City; boxed, shrink wrapped or otherwise unbound loose pages are not acceptable 230 A complete set of operator manuals shall be furnished w/ each completed truck for all systems as follows: Chassis, engine, transmission, and all OEM installed components. 231 A complete set of operator manuals for all body builder installed components shall be provided with each completed truck. Service Manuals- Chassis Meets Exceeds Not Available or does not meet spec 232 All Service Manuals must be bound into manuals or installed in binders when delivered to City; boxed, shrink wrapped or otherwise unbound loose pages are not acceptable 233 Service Manuals are to include diagnostic and repair procedures for all OEM installed components including but not limited to, chassis, engine, electronic engine controls, fuel system, emission system, electrical systems, including all controllers, transmission, axles, and HVAC. 234 Service Manuals are to include diagnostic and repair procedures for hydraulic system purchased. 235 CD-ROM Service Manual - (1) complete set for each model 236 On-line Version - An online service system, comparable to those available to dealerships, shall be provided, with accessibility for 3 concurrent users. City CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 39 of 45 of O'Fallon must pre-approve on line systems. Service Manuals- Chassis (continued) Meets Exceeds Not Available or does not meet spec 237 Basic maintenance training for mechanics on hydraulics system purchased within two weeks of receipt of truck. 238 Provide price for fully integrated computer diagnostics system that will include all hook ups for truck 239 Provide price for annual diagnostic training on drive train, cab, exhaust, fuel etc. within 75 miles of City of O’Fallon, MO 240 Furnish Detailed Wiring Schematic for all body building electrical installation. 241 Furnish Detailed Wiring and Hydraulic Schematic for all hydraulics installed. WARRANTY Meets Exceeds Not Available or does not meet spec 242 Three year, 36,000 mile full warranty on entire unit (bumper to bumper) minimum. Include documentation that details the full warranty provided. 243 Have a warranty the covers engine, engine electronics, including injectors for five years, 80,000 mile, or 2880 hours minimum. Include documentation that details the full warranty provided. 244 Three year unlimited warranty on transmission. Include documentation that details the full warranty provided. 245 One year warranty on electric motor for tarp. Include documentation that details the full warranty provided. 246 List seal warranty on hoist cylinder 247 List all warranties on items not requested that have warranties. Include documentation that details the full warranty provided. All answers of “Exceeds” or “Not Available” or “does not meet spec” must be explained on the Exception Sheet included in this packet. Cite the corresponding item number of the feature involved. CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 40 of 45 Year, Make, and Model of Conventional Cab and Chassis offered: GVWR: Make and Model of Dump Body offered: Make and Model of Hydraulics Controls offered: Make and Model of Plow offered: Make and Model of Chain Salt Spreader offered: Engine Make and Model Estimated delivery time from date of order: ___________ days CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 41 of 45 Exception Sheet If the item(s) and/or services proposed in the response to this bid is in any way different from that contained in this proposal or bid, the bidder is responsible to clearly identify all such differences in the space provided below. Otherwise, it will be assumed that the bidder’s offer is in total compliance with all aspects of the proposal or bid. Below are the exceptions or differences to the stated specifications (attach additional sheets as needed): Item # Brief Explanation Date: ________________________________ Print Name: ________________________________ Signature: ________________________________ Title: ________________________________ Company: ________________________________ CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 42 of 45 PRICING The successful bidder must deliver the trucks within 180 days of the bid order date. The bid is scheduled to be awarded for within the first Quarter of 2021. The City of O’Fallon will specify the order date. Please take this into consideration when submitting your bid. The bid must include delivery of truck to the following facility: City of O’Fallon, MO Fleet Department 1051 Public Works Drive O’Fallon, MO 63366 One to six 35,000 GVWR Single Axle Dump Truck Conventional: Year Description Unit of Measure Unit Price Complete Conventional Cab Dump Truck to include everything specified each $ Hydraulic Alternate Bid Price Difference: Brand Model Price +/- +/- +/- Additional Pricing (numbers correspond to spec sheet): Item #188 Hydraulic Maintenance training even years 1-5 Employees $ Item #188 Hydraulic Operator training odd years 30 – 40 Employees $ Annual maintenance cab and chassis diagnostic training 1-5 Employees $ CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 43 of 45 Weight Study: Cab and Chassis GVWR: Weight of Cab and Chassis: Weight of Empty Dump Body with Hoist: Weight of Tarp System: Weight of all Hydraulics: Weight of Complete Empty Spreader with Prewet Tanks: Weight of Plow with Hitch: CITY OF O’FALLON, MISSOURI BID #20-077 Single Axle Dump Truck Page 44 of 45 Signature of bidder indicates that bidder understands and will comply with all terms and conditions and all other specifications made a part of this invitation to bid and any subsequent award of contract. All terms, conditions and representations made in the invitation will become an integral part of the contract. Acknowledge the receipt of addenda by checking below as appropriate: Addendum 1 ______ Addendum 2 ______ Addendum 3 ______ Addendum 4 ______ BID AWARD CRITERIA: This bid will be awarded to the lowest responsive, responsible bidder meeting specifications based upon the total lump sum bid amount. The Contractor agrees to provide the equipment, service and supplies described above and in the contract specifications under the conditions outlined in attached documents for the amount stated above. X CORPORATE SEAL (Signature and Title) (If available) BID MUST BE SIGNED FOR CONSIDERATION Subscribed and Sworn to before me this _______day of ___________________________ AD, 2020 ___________________________________________ My Commission Expires: ______________________ (Notary Public) CITY OF O’FALLON, MISSOURI PURCHASING DEPARTMENT 100 North Main Street O’Fallon, MO 63366 T: (636) 379-5527 Fax: (636) 978-4144 BID #20-077 Single Axle Dump Truck Page 45 of 45 LATE BIDS CANNOT BE ACCEPTED! SEALED BID INVITATION #: 20-077 OPENING DATE: 12/09/2020 OPENING TIME: 2:00 P.M. CST DESCRIPTION: SINGLE AXLE DUMP TRUCK DATED MATERIAL-DELIVER IMMEDIATELY PLEASE CUT OUT AND AFFIX THIS BID LABEL (ABOVE) TO THE OUTERMOST ENVELOPE OF YOUR BID TO HELP ENSURE PROPER DELIVERY! LATE BIDS CANNOT BE ACCEPTED!

100 N Main St O Fallon, MOLocation

Address: 100 N Main St O Fallon, MO

Country : United StatesState : Missouri

You may also like

MI MARQUETTE BS EXTENDED CAB TRUCK TOPPERS

Due: 30 Jun, 2024 (in 2 months)Agency: U.S. FISH AND WILDLIFE SERVICE

RFP for One (1) Light Duty Inspection Truck

Due: 09 May, 2024 (in 10 days)Agency: The Township of Rideau Lakes

Truck, Parts & Equipment

Due: 31 Jan, 2025 (in 9 months)Agency: Transportation

Please Sign In to see more like these.

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