Solid Waste Land Application Spreaders (Informal Bid)

expired opportunity(Expired)
From: Raleigh(City)
274-20-249-JEJ

Basic Details

started - 14 Feb, 2020 (about 4 years ago)

Start Date

14 Feb, 2020 (about 4 years ago)
due - 27 Feb, 2020 (about 4 years ago)

Due Date

27 Feb, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
274-20-249-JEJ

Identifier

274-20-249-JEJ
City of Raleigh

Customer / Agency

City of Raleigh
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.

INFORMAL BID Solid Waste Land Application Spreaders Bid No: 274-20-249-JEJ Due Date: February 27, 2020 Time: 2:00 PM EST Address: City of Raleigh, Procurement Division, 222 West Hargett St., Room 502, Raleigh NC 27601 Item No. UOM Estimated Quantity Description Total Unit Price 1 Each 1 180 Cubic Foot Capacity Solid Waste Land Application Spreader, as per the following requirements and specifications Manufacturer: ________________________ Model No. __________________________ Warranty: ___________________________ Lead Time: __________________________ $ _______________ FOB DESTINATION 1 Each 1 240 Cubic Foot Capacity Solid Waste Land Application Spreader, as per the following requirements and specifications Manufacturer: ________________________ Model No. __________________________ Warranty: ___________________________ Lead Time: __________________________ $ _______________ FOB DESTINATION The City of Raleigh intends to purchase one (1) 180 Cubic Foot Capacity Solid Waste Land
Application Spreader and one (1) 240 Cubic Foot Capacity Solid Waste Land Application Spreader, from the lowest responsive and responsible bidder. The quantities given are estimated. No price adjustments may be made unless stipulated in the original bid specifications. TOTAL PRICE FOR ALL ITEMS: $ _____________________ FOB DESTINATION 2 NOTICE TO BIDDERS: Do not include taxes in your bid pricing. Any and all tax imposed upon any article on which you are bidding are only to be shown as separate line items on invoices, and in no case are taxes to be included with your bid price. Failure to comply with these conditions will be considered grounds for rejection. In compliance with the above request for bids and subject to all the conditions thereof, the undersigned offers and agrees, if this bid be accepted within days from the date of the opening, to furnish any or all of the items upon which prices are quoted at the price set opposite each item within days after receipt of order, unless otherwise specified. COMPANY: _______________________________________ ADDRESS: _______________________________________________ CITY: ______________________________________ STATE: ____________ ZIP CODE: __________________________ AUTHORIZED SIGNATURE: _____________________________________TITLE: ______________________________________ NAME PRINTED OR TYPED: _________________________________________________________________________________ CONTACT NAME (if different than above): _______________________________________________________________________ TELEPHONE NO.: ______________________________ EMAIL: ____________________________________________________ 3 CITY OF RALEIGH NON-DISCRIMINATION ASSURANCES To the extent permitted by North Carolina law, the parties hereto for themselves, their agents, officials, employees and servants agree not to discriminate in any manner on the basis of race, color, creed, national origin, sex, age, handicap, or sexual orientation with reference to the subject matter of this Contract. The parties further agree, to the extent permitted by law, to conform with the provisions and intent of City of Raleigh Ordinance 1969-889, as amended. This provision is hereby incorporated into this Contract for the benefit of the City of Raleigh and its residents, and may be enforced by action for specific performance, injunctive relief, or other remedy as provided by law. This provision shall be binding on the successors and assigns of the parties with reference to the subject matter of this Contract. SIGNATURE: _____________________________________________________________________________ (President/Authorized Officer) TITLE:________________________________________________ DATE: _______________________ 4 CITY OF RALEIGH INSTRUCTIONS TO BIDDERS PURPOSE: The purpose of this document is to provide general and specific information for the use by vendors in submitting a bid to supply the City of Raleigh with apparatus, supplies, material and equipment, and /or services listed above. Some bids are governed by Section 143-129, of the North Carolina General Statutes. BID SCHEDULE: Listed below are the dates and times by which stated actions must be taken or completed. The City may determine, in its sole discretion, that it is necessary to change any of these dates and times. All listed times are Eastern standard times. Action Time Date Bid issued February 14, 2020 Pre-Bid Conference N/A Deadline for Questions 2:00 PM February 20, 2020 Bids Due 2:00 PM February 27, 2020 Anticipated Award March 13, 2020 HOW TO PREPARE INFORMAL BIDS: Bidders are encouraged to review carefully all provisions and attachments of this document prior to completion. Each bid constitutes an offer and may not be withdrawn except as provided herein. Also, prices are to remain firm for the period stated herein. 1. All informal bids must be submitted on the document(s) provided herein and signed by the vendor or his authorized representative with all erasures or corrections initialed and dated by the Official authorized representative of the proposal. 2. All informal bids must be signed by an authorized official of the firm. A bid may be rejected if it shows omissions, alterations of form, additions not called for, conditional bid, or any irregularities. 3. TAXES: Do not include taxes in your bid figures. The City pays sales tax and you should add this to your bid figures separately when invoices are paid. The City is exempt from Federal Excise Tax and has a Federal Tax number. 4. NON-DISCRIMINATION: The NON-DISCRIMINATION ASSURANCES form included in the bid package is a condition of the bid and must be completed and signed by the bidder. 5. MWBE POLICY: Pursuant to General Statutes of North Carolina Sections 143-128 and 143-131 and to City policy, the City of Raleigh encourages and provides equal opportunity for Certified Minority and Women-Owned Business Enterprise (MWBE) businesses to participate in all aspects of the City’s contracting and procurement programs. Moreover, the goal is to contract or sub-contract fifteen percent (15%) of the contract amount to Certified MWBEs on construction projects over $300,000, or with contracts that include $100,000 or more in state funding. The prime contractor will be required to identify participation of MWBE businesses in their proposal, and how that participation will be achieved. Moreover, the goal breakdown is 8% for minorities and 7% for non-minority females. 6. SUSTAINABILITY: The City recognizes that the types of products and services the City buys have inherent social, human health, environmental and economic impacts, and asks that all vendors and bidders providing and proposing products and services to the City, be mindful of the City’s Sustainability Policy and provide and propose products and services that embody the City’s commitment to sustainability whenever possible, 5 7. IRAN DIVESTMENT: Bidder certifies that it is not on the Final Divestment List as created by the State Treasurer pursuant to N.C.G.S. § 147-86.55, et seq. In compliance with the requirements of the Iran Divestment Act and N.C.G.S. § 147-86.59, CONTRACTOR shall not utilize in the performance of the contract any subcontractor that is identified on the Final Divestment List. 8. COMPANIES THAT BOYCOTT ISRAEL: The bidder certifies that it has not been designated by the North Carolina State Treasurer as a company engaged in the boycott of Israel pursuant to N.C.G.S. 147-86.81 AWARD OF BID 1. Standard for Acceptance of Informal Bid for Award Contract: The City reserves the right to reject any or all bids and to waive any irregularities or technicalities in bids received whenever such rejection or waiver is in the best interest of the City of Raleigh. The award shall be made to the lowest responsible bidder or bidders taking into consideration, quality, performance and the time specified in the proposal for the performance of the contract. 2. Delivery: All items are to be delivered FOB destination, freight prepaid and allowed to the location provided when ordered. All items are to be delivered safely, or shipped in a protective carton, fully assembled, and serviced ready for operation. Vendor must stock or be able to provide the items on this bid within five (5) days of receipt of order, unless otherwise requested. 3. Payment Terms: Payment terms of Net 30 days from the date of receipt of invoice will apply to all invoices. Payment term discounts will be allowed for prompt payments, but will not be a consideration for award. All invoices are to be emailed to accountspayable@raleighnc.gov or delivered to City of Raleigh, Accounts Payable Division, PO Box 590, Raleigh, NC 27602-0590. 4. How to Submit Informal Bids: Informal Bids/Quotes shall be emailed or faxed to the bid agent indicated below. 5. Contact: Any and all questions, concerns, or request for additional information shall be directed to the City of Raleigh, Purchasing Division to the attention of the Bid Agent as indicated below: Bid Agent: Eric Johnson Procurement Analyst Email: Eric.Johnson@raleighnc.gov 6. Terms and Conditions: Acceptance of the City’s Purchase Order includes acceptance of all applicable Terms and Conditions. The City’s Purchase Order Terms & Conditions are provided below for your information. mailto:accountspayable@raleighnc.gov mailto:accountspayable@raleighnc.gov mailto:Eric.Johnson@raleighnc.gov mailto:Eric.Johnson@raleighnc.gov CITY OF RALEIGH PURCHASE ORDER TERMS & CONDITIONS 1. Vendor quotes or proposals are referenced for scope only. City of Raleigh Purchase Order Terms & Conditions exclusively governs this purchase. 2. All invoices are to be sent by email to: accountspayable@raleighnc.gov . Or, mail or deliver all invoices to the City of Raleigh, Accounts Payable, PO Box 590, Raleigh NC 27602-0590. 3. Important: All invoices must include a unique invoice number and this Purchase Order number. Invoices submitted without the unique invoice number or without the correct purchase order number will result in delayed payment. 4. Invoices for partial deliveries must be indicated as such. 5. The Vendor must provide separate invoices for each Purchase Order number. 6. The City of Raleigh is not exempt from North Carolina State Sales Tax, Wake County Sales Tax, and Wake County Prepared Meals and Hotel Room Taxes. These taxes must be correctly invoiced to the City for payment. Taxes shown on the purchase order are approximate. 7. The City of Raleigh is exempt from Federal Excise Tax. If any form of such tax is billed on the invoice, it must be shown as a separate item. Tax Exemption Certificates will be furnished upon request. 8. Payment term discounts will be deducted as provided for on the front of this Purchase Order or in accordance with the terms of your official quotation or bid. Net purchases will be paid 30 days from the date of your invoice, or upon acceptance of goods whichever is later. 9. Important: All packages must bear the correct Purchase Order number on the outside of each package or shipping container. 10. The City of Raleigh will not be responsible for any goods delivered without a Purchase Order having been issued. 11. The conditions of this order cannot be modified except by written amendment in the form of a “Corrected Purchase Order” which has been approved by the City of Raleigh’s Purchasing Manager. 12. Any rejected materials will be returned to the Vendor at the Vendor’s risk and expense. 13. In the event of a Vendor’s failure to deliver or perform as specified, the City reserves the right to cancel the order or any part thereof, without prejudice to its other rights. The Vendor agrees that the City may return part or all of any shipment and may charge the vendor with all reasonable losses or expenses sustained as a result of such failure to deliver or perform. 14. In case of default of the contractor, the City may procure the articles or services from other sources and charge the Vendor damages for any excess costs or other damages caused by the default. 15. It is agreed that the goods, materials, equipment or services provided shall comply with all Federal, State or local laws, and that the Vendor shall defend actions or claims brought, and save harmless the City, and/or its officials or employees, from loss, cost or damage by reason of actual or alleged failure to comply with such laws. 16. All prices must be F.O.B. Destination and delivered to the destination indicated on the front of the purchase order. Where specific purchase is quoted or negotiated F.O.B. Shipping Point, the vendor is to prepay the shipping charges and add them to the invoice. 17. The risk of loss and damage to the goods which are the subject of this order shall be the Vendor’s until the goods are delivered to the destination set out in the order and accepted by the purchaser or its representative. 18. The Vendor acknowledges that it is the policy of the City of Raleigh to avoid commercial promotion of products used by the City or the vendors of such products. The Vendor accordingly agrees not to solicit, use, or disseminate commercial advertisement founded upon the City’s purchase and/or use of the goods which are the subject of this order, and specifically agrees not to seek or use for advertising purposes the endorsement of goods or products by City officers or employees. 19. The City may, at any time, insist upon strict compliance with these terms and conditions, notwithstanding any previous customer, practice or course of dealing to the contrary. Acceptance of the order includes acceptance of all terms, conditions, prices, delivery instructions and specifications as shown on this order or attached to and made a part of this order. 20. All matters relating to this Purchase Order shall be governed by the laws of the State of North Carolina, without regard to its choice of law provisions, and venue for any action relating to this Contract shall be Wake County Civil Superior Court or the United States District Court for the Eastern District of North Carolina, Western Division. 21. Notwithstanding any other provisions of this Purchase Order, this Purchase Order and all materials submitted to the City by the Vendor are subject to the public records laws of the State of North Carolina and it is the responsibility of the Vendor to properly designate materials that may be protected from disclosure as trade secrets under North Carolina law as such and in the form required by law prior to the submission of such materials to the City. Vendor understands and agrees that the City may take any and all actions necessary to comply with federal, state, and local laws and/or judicial orders and such actions will not constitute a breach of the terms of this Purchase Order. To the extent that any other provisions of this Purchase Order conflict with this paragraph, the provisions of this section shall control. 22. Non-discrimination - To the extent permitted by North Carolina law, the parties hereto for themselves, their agents, officials, employees and servants agree not to discriminate in any manner on the basis of race, color, creed, national origin, sex, age, handicap, or sexual orientation with reference to the subject matter of this Contract. The parties further agree, to the extent permitted by law, to conform with the provisions and intent of City of Raleigh Ordinance 1969-889, as amended. This provision is hereby incorporated into this Contract for the benefit of the City of Raleigh 7 and its residents, and may be enforced by action for specific performance, injunctive relief, or other remedy as provided by law. This provision shall be binding on the successors and assigns of the parties with reference to the subject matter of this Contract. 23. Insurance – If performing services under this Purchase Order the Vendor agrees to maintain, on a primary basis and at is sole expense, at all times during the life of this Purchase Order the following coverages and limits. The requirements contained herein, as well as City’s review or acceptance of insurance maintained by Vendor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Vendor under this Purchase Order: a. Workers’ Compensation Insurance - Vendor agrees to maintain Worker’s Compensation Insurance in accordance with North Carolina General Statute Chapter 97 and with limits of no less than $1,000,000 each accident, each employee and policy limit. b. Commercial General Liability - Combined single limit of no less than $1,000,000 each occurrence and $2,000,000 aggregate. Coverage shall not contain any endorsement(s) excluding nor limiting Product/Completed Operations, Contractual Liability or Cross Liability. c. Commercial Automobile Liability - Limits of no less than $1,000,000 Combined Single Limit. Coverage shall include liability for Owned, Non-Owned and Hired automobiles. In the event Vendor does not own automobiles, Vendor agrees to maintain coverage for Hired and Non-Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Auto Liability policy. Automobile coverage is only necessary if vehicles are used in the provision of services under this Purchase Order and/or are brought on a COR site. d. Additional Insured - Vendor agrees to endorse the City as an Additional Insured on the Commercial General Liability and Automobile Liability. The Additional Insured shall read ‘City of Raleigh as its interest may appear’. e. Umbrella or Excess Liability - Vendor may satisfy the minimum liability limits required above under an Umbrella or Excess Liability policy. There is no minimum Per Occurrence limit of liability under the Umbrella or Excess Liability, however, the Annual Aggregate limits shall not be less than the highest ‘Each Occurrence’ limit for required policies. Vendor agrees to endorse City of Raleigh as an ‘Additional Insured’ on the Umbrella or Excess Liability, unless the Certificate of Insurance states the Umbrella or Excess Liability provides coverage on a ‘Follow-Form’ basis. f. Professional Liability - Limits of no less than $1,000,000 each claim. This coverage is only necessary for professional services such as engineering, architecture or when otherwise required by the City. The City reserves the right to require a Certificate of Insurance meeting the minimum coverage and requirements of this section. Certificates of Insurance shall provide a minimum thirty (30) day endeavor to notify, when available, by Vendor’s insurer. If Vendor receives a non-renewal or cancellation notice from an insurance carrier affording coverage required herein, or receives notice that coverage no longer complies with the insurance requirements herein, Vendor agrees to notify the City within five (5) business days with a copy of the non-renewal or cancellation notice, or written specifics as to which coverage is no longer in compliance. The Certificate Holder address should read: City of Raleigh Post Office Box 590 Raleigh, NC 27602-0590 All insurance companies must be authorized to do business in North Carolina and be acceptable to the City of Raleigh’s Risk Manager. 24. Indemnity – To the fullest extent permitted by law, except to the extent caused by the sole negligence or willful misconduct of the City, the Vendor shall indemnify and hold and save the City, its officers, agents and employees, harmless from liability of any kind, including all claims, costs (including defense) and losses accruing or resulting to any other person, firm, or corporation furnishing or supplying work, services, materials, or supplies in connection with the performance of this Purchase Order, and from any and all claims, costs (including defense) and losses accruing or resulting to any person, firm, or corporation that may be injured or damaged by the Vendor in the performance of this Purchase Order. This representation and warranty shall survive the termination or expiration of this Purchase Order. The Vendor shall indemnify and hold and save the City, its officers, agents and employees, harmless from liability of any kind, including claims, costs (including defense) and expenses, on account of any copyrighted material, patented or unpatented invention, articles, device or appliance manufactured or used in the performance of this Purchase Order. 25. Intellectual Property - All intellectual property, including, but not limited to, patentable inventions, patentable plans, copyrightable works, mask works, trademarks, service marks and trade secrets invented, developed, created or discovered in performance of services under this Purchase Order shall be the property of the City. Copyright in and to any copyrightable work, including, but not limited to, copy, art, negatives, photographs, designs, text, software, or documentation created as part of the Vendor’s performance of services under this Purchase Order shall vest in the City. Works of authorship and contributions to works of authorship created by the Vendor’s performance of services under this Purchase Order are hereby agreed to be ‘works made for hire’ within the meaning of 17 U.S.C. 201. 26. Force Majeure - Neither party shall be deemed to be in default of its obligations hereunder if and so long as it is prevented from performing such obligations by an act of war, hostile foreign actions, nuclear explosion, earthquake, hurricane, tornado, or other catastrophic natural event or act of God. Except at otherwise provided in any environmental laws, rules, regulations or ordinances applicable to the parties and the services performed under this Purchase Order, neither party shall be deemed to be in default of its obligations hereunder if and so long as it is prevented from performing such obligations by an act of war, hostile foreign actions, nuclear explosion, earthquake, hurricane, tornado, or other catastrophic natural event or act of God. Either party to the Purchase Order must take reasonable measures and implement reasonable protections when a weather event otherwise defined as a force majeure event is forecast to be eligible to be excused from the performance otherwise required under this Purchase Order by this provision. 27. Cancellation - The City may terminate this Purchase Order at any time by providing written notice to the Vendor. Vendor shall cease performance immediately upon receipt of such notice. In the event of early termination, Vendor shall be entitled to receive just and equitable compensation for costs incurred prior to receipt of notice of termination and for the satisfactory work completed as of the date of termination and delivered to the City. Notwithstanding the foregoing, in no event will the total amount due to Vendor under this section exceed the total amount due Vendor under this Purchase Order. 28. Miscellaneous - The Vendor shall be responsible for the proper custody and care of any property furnished or purchased by the City for use in connection with the performance of this Purchase Order, and will reimburse the City for the replacement value of its loss or damage. The Vendor shall be considered to be an Independent Contractor and as such shall be wholly responsible for the work to be performed and for the supervision of its employees. Nothing herein is intended or will be construed to establish any agency, partnership, or joint venture. Vendor represents that it has, or will secure at its own expense, all personnel required in performing the services under this Purchase Order. Such employees shall not be employees of or have any individual contractual relationship with the City. 8 29. E-Verify - I understand that E-Verify is the federal E-Verify program operated by the United States Department of Homeland Security and other federal agencies, or any successor or equivalent program used to verify the work authorization of newly hired employees pursuant to federal law in accordance with NCGS §64-25 et seq. I am aware of and in compliance with the requirements of E-Verify and Article 2 of Chapter 64 of the North Carolina General Statutes. To the best of my knowledge, any subcontractors employed by me as a part of this contract are in compliance with the requirements of E-Verify and Article 2 of Chapter 64 of the North Carolina General Statutes. 30. Iran Divestment Act Certification - Contractor certifies that, as of the date listed below, it is not on the Final Divestment List as created by the State Treasurer pursuant to N.C.G.S. § 147-86.55, et seq. In compliance with the requirements of the Iran Divestment Act and N.C.G.S. § 147- 86.59, Contractor shall not utilize in the performance of the contract any subcontractor that is identified on the Final Divestment List. 31. Companies Boycotting Israel Divestment Act Certification - Contractor certifies that it has not been designated by the North Carolina State Treasurer as a company engaged in the boycott of Israel pursuant to N.C.G.S. 147-86.81. Bid No. 274-20-249-JEJ Solid Waste Land Application Spreaders STANDARD REQUIREMENTS 1. GENERAL INFORMATION: The information and specifications herein are written to provide the City with one (1) 180 Cubic Foot Capacity Solid Waste Land Application Spreader and one (1) 240 Cubic Foot Capacity Solid Waste Land Application Spreader. All items provided as described within the specifications must be new, unused, and of the manufacturer’s latest design and model unless otherwise specified. All standard equipment and accessories must be provided. All necessary parts not mentioned, but needed for the full operation of the product(s) specified must be supplied. Optional items and accessories may be priced separately if not specified. Any optional items and accessories bid will be considered ancillary to the bid award. All items must be delivered complete and ready for use. Bidders must submit all manufacturer’s literature, specifications, warranty information, etc. with their bid proposal. All vendors and contractors, the bids submitted, and the items and equipment proposed, must meet the minimum requirements and specifications herein. 2. ALTERNATES OR EXCEPTIONS TO SPECIFICATIONS: Alternates to these specifications will not be accepted. It is not the intent of the bid specifications to exclude or limit competition, or favor any particular supplier or product. The specifications were not written to intentionally eliminate any one bidder. It is noted that different manufacturers will have differences in engineering and design of equipment. Bidders must note these differences as an “Exception” and attach detail information explaining how the exception is “equal to” or “exceeds” the intent of the specification. All exceptions and items submitted as an equal will be evaluated. The City reserves the right to reject any and all bids and to waive any irregularities or technicalities in bids received whenever such rejection or waiver is in the best interest of the City of Raleigh. 3. DELIVERY REQUIREMENTS: All items are to be quoted and priced as Delivered, FOB DESTINATION to the City of Raleigh location(s) as addressed and specified on the City Purchase Order. REMAINDER OF THIS PAGE LEFT BLANK INTENTIONALLY 10 MINIMUM SPECIFICATIONS: 180 Cubic Foot Capacity Solid Waste Land Application Spreader MEETS/EXCEEDS SPECIFICATIONS Yes No I. CAPACITY a. 180 cubic foot heaped minimum 6-ton load maximum b. Hopper height 41 inches c. Hopper width 76.5 inches d. Hopper length 12 ft. e. Hopper capacity 180 cubic feet, 145 bushels or 7 cubic yards f. Overall height 8’9” g. Overall width 76.5 inches h. Overall length 22’ i. Capacity 6 tons j. Recommended minimum 65 horsepower tractor k. PTO input speed 540 rpm l. Loading height 84” m. 54” wide chain n. Hydraulic end gate o. Bolt on slats p. Mechanical spinners q. Mechanical beaters r. Tandem axle with walking beam suspension s. 4.25x65R22.5 truck tires t. Transport light package with stop and turn tail lights mounted on rear of machine for road use u. Two (2) trailer safety chains with latched safety hooks each chain rated for 12,000 lb. mounted to tongue near hitch v. Hydraulic valves for chain adjustment 11 Exceptions (Include line letter with description): _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ II. WARRANTY: a. Fill in the information below and submit the manufacturer’s warranty statement with bid: Base Warranty Time Hours Basic Machine _____________/_____________ Exceptions (Include line letter with description): _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ MEETS/EXCEEDS SPECIFICATIONS Yes No III. DELIVERY: a. Delivery shall be made to City of Raleigh Vehicle Fleet Services 8500 Battle Bridge Rd, Raleigh, NC 27610 b. Delivery time will be considered a critical factor. Delivery In ______days after receipt of order. c. Successful bidder will be responsible to furnish the following materials upon delivery: i. It is preferred that online access to operator, parts and service manuals, if available, shall be provided without an annual subscription fee for the life of the unit. In the event online access is not available, 2 copies of operator’s parts and service manuals shall be provided on USB Flash drive or in paper books Exceptions (Include line letter with description): _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ 12 MEETS/EXCEEDS SPECIFICATIONS Yes No IV. INSPECTION AND ACCEPTANCE: a. The inspection and acceptance of all units will be held jointly by Vehicle Fleet Services and the City of Raleigh Department end-user b. Upon delivery and prior to acceptance, the successful bidder or a company representative will be required to conduct the necessary technical training in operation and maintenance procedures to City personnel concerned or provide a schedule whereby the manufacturer provides such training locally. Any training costs must be borne by the bidder. It is required that operators receive up to two-hour of classroom and a minimum of 30-minutes on machine training Exceptions (Include line letter with description): _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ MINIMUM SPECIFICATIONS: 240 Cubic Foot Capacity Solid Waste Land Application Spreader MEETS/EXCEEDS SPECIFICATIONS Yes No I. CAPACITY a. 240 cubic foot heaped minimum 6-ton load maximum b. Hopper height 41 inches c. Hopper width 76.5 inches d. Hopper length 16 ft. e. Hopper capacity 240 cubic feet, 193 bushels or 9 cubic yards f. Overall height 8’9” g. Overall width 76.5 inches h. Overall length 26’ 13 i. Capacity 8 tons j. Recommended minimum 85 horsepower tractor k. PTO input sped 540 rpm l. Loading height 84” m. 54” wide chain n. Hydraulic end gate o. Bolt on slats p. Mechanical spinners q. Mechanical beaters r. Tandem axle with walking beam suspension s. 4.25x65R22.5 truck tires t. Transport light package with stop and tail lights mounted on rear of machine for road use u. Two (2) safety chains with latched safety hooks each chain rated for 16,000 lb. mounted to tongue near hitch v. Hydraulic valves for chain adjustment Exceptions (Include line letter with description): ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ II. WARRANTY: a. Fill in the information below and submit the manufacturer’s warranty statement with bid: Base Warranty Time Hours Basic Machine _____________/_____________ Exceptions (Include line letter with description): ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ 14 MEETS/EXCEEDS SPECIFICATIONS Yes No III. DELIVERY: a. Delivery shall be made to City of Raleigh Vehicle Fleet Services 8500 Battle Bridge Rd, Raleigh, NC 27610 b. Delivery time will be considered a critical factor. Delivery In ______days after receipt of order. c. Successful bidder will be responsible to furnish the following materials upon delivery: i. It is preferred that online access to operator, parts and service manuals, if available, shall be provided without an annual subscription fee for the life of the unit. In the event online access is not available, 2 copies of operator’s parts and service manuals shall be provided on USB Flash drive or in paper books Exceptions (Include line letter with description): ______________________________________________________________________________________ ______________________________________________________________________________________ ______________________________________________________________________________________ MEETS/EXCEEDS SPECIFICATIONS Yes No IV. INSPECTION AND ACCEPTANCE a. The inspection and acceptance of all units will be held jointly by Vehicle Fleet Services and the City of Raleigh Department end-user b. Upon delivery and prior to acceptance, the successful bidder or a company representative will be required to conduct the necessary technical training in operation and maintenance procedures to City personnel concerned or provide a schedule whereby the manufacturer provides such training locally. Any training costs must be borne by the bidder. It is required that operators receive up to two-hour classroom and a minimum of 30-minutes on machine training Exceptions (Include line letter with description): _______________________________________________________________________________________ _______________________________________________________________________________________ _______________________________________________________________________________________ 15 “NO BID” RESPONSE If you are not submitting a bid, please complete and email to Eric.Johnson@raleighnc.gov as soon as possible. This information will help the City understand why you are unable to bid and if changes to the bid documents and/or specifications are necessary for future bids. Please indicate below whether you wish to remain on the City of Raleigh’s Bidders list for this item(s). Please check all that apply. Cannot meet specifications as written Did not have enough time to prepare bid Did not have enough time to acquire Bid Bond (only if required) Bid was mailed to wrong address, person, or location Company does not provide Bid Bonds (only if required) Company does not sell or distribute the item(s) included in this proposal Company does not sell direct to end user Company cannot sell in a protected area where another distributor has exclusive sales rights Do not agree with the City of Raleigh’s “Terms and Conditions” Do not agree with the City of Raleigh’s Non-Discrimination Policy Do not feel company can offer a competitive price for what is being specified Other: Please explain: Please keep us on your Bidder’s List PLEASE REMOVE us from your Bidder’s List for this item. BID NO: ________________________ BID NAME: ___________________________________________________ COMPANY NAME: __________________________________________________ DATE: ___________________ CONTACT NAME: _________________________________TITLE:__________________________________________ TELEPHONE NO.: ______________________________ EMAIL:____________________________________________

2 W Edenton St, Raleigh, NC 27601, USALocation

Address: 2 W Edenton St, Raleigh, NC 27601, USA

Country : United StatesState : North Carolina

You may also like

S--DETO Solid Waste & Recycling Services

Due: 01 May, 2024 (Tomorrow)Agency: INTERIOR, DEPARTMENT OF THE

SOLID WASTE PICKUP

Due: 31 Jul, 2024 (in 3 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

As Needed Solid Waste Consultant Services

Due: 23 May, 2024 (in 23 days)Agency: City of Long Beach

Please Sign In to see more like these.

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