STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code...

72
State of Washington DEPARTMENT OF GENERAL ADMINISTRATION Office of State Procurement Rm. 201 General Administration Building, P.O. Box 41017 Olympia, Washington 98504-1017 (360) 902-7400 http://www.ga.wa.gov INVITATION FOR BID (IFB) FRONT LOADERS MULTI-PURPOSE Contract Number Prebid Meeting Date & Time Bid Opening Date & Time 16904 March 23, 12:00 PM. May 5, 2005- 2:00 PM. Sealed Bids must be received& stamped on or before the opening date & time at this location: 210 11th Ave SW, Rm. 201, General Administration Building Olympia WA 98504- 1017 Kenneth A. Woodfork State Procurement Officer Phone (360) 902-7422 Fax (360) 586-2426 E-mail: [email protected] For a site map to the Capitol Campus, click http://access.wa.gov/government/images/campus_map.jpg . Driving directions and parking information http://www.leg.wa.gov/common/maps/parking.htm Washington State Department of General Administration Office of State Procurement, PO Box 41017, Olympia, WA 98504-1017 The State of Washington is an equal opportunity employer. To request this information in alternative formats call (360) 902-7400, or TDD (360) 664-3799. REV 2003-05-15

Transcript of STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code...

Page 1: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

State of Washington

DEPARTMENT OF GENERAL ADMINISTRATIONOffice of State Procurement

Rm. 201 General Administration Building, P.O. Box 41017 Olympia, Washington 98504-1017 (360) 902-7400

http://www.ga.wa.gov

INVITATION FOR BID (IFB)

FRONT LOADERS MULTI-PURPOSE

Contract Number Prebid Meeting Date & Time Bid Opening Date & Time16904 March 23, 12:00 PM. May 5, 2005- 2:00 PM.

Sealed Bids must be received& stamped on or before the opening date & time at this location:210 11th Ave SW, Rm. 201, General Administration Building Olympia WA 98504-1017

Kenneth A. Woodfork

State Procurement OfficerPhone (360) 902-7422Fax (360) 586-2426

E-mail: [email protected]

For a site map to the Capitol Campus, click http://access.wa.gov/government/images/campus_map.jpg. Driving directions and parking information http://www.leg.wa.gov/common/maps/parking.htm

Washington State Department of General Administration Office of State Procurement, PO Box 41017, Olympia, WA 98504-1017

The State of Washington is an equal opportunity employer. To request this information in alternative formats call (360) 902-7400, or TDD (360) 664-3799.REV 2003-05-15

Page 2: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904TABLE OF CONTENTS

1 ANNOUNCEMENT AND SPECIAL INFORMATION.......................................................................................................3

1.1 PUBLIC DISCLOSURE......................................................................................................................... 31.2 SCHEDULE............................................................................................................................................ 31.3 PRE-BID CONFERENCE...................................................................................................................... 41.4 EQUIPMENT DEMONSTRATION....................................................................................................... 41.5 SCOPE.................................................................................................................................................... 5

2 CHECK LIST......................................................................................................................................................................... 6

3 BID SUBMITTAL.................................................................................................................................................................. 7

3.1 OFFER AND AWARD........................................................................................................................... 73.2 BID INFORMATION............................................................................................................................. 83.3 SPECIFICATIONS............................................................................................................................... 103.4 PRICE SHEET...................................................................................................................................... 35

4 BID EVALUATION............................................................................................................................................................. 37

4.1 EVALUATION / AWARD................................................................................................................... 374.2 BID SCORING..................................................................................................................................... 374.3 EVALUATION CONFERENCE.......................................................................................................... 37

5 CONTRACT REQUIREMENTS........................................................................................................................................ 37

5.1 RETENTION OF RECORDS............................................................................................................... 375.2 USAGE REPORTS............................................................................................................................... 38

6 SPECIAL TERMS AND CONDITIONS............................................................................................................................. 38

6.1 INSURANCE........................................................................................................................................ 386.2 REPAIR FACILITIES.......................................................................................................................... 406.3 PRICING AND ADJUSTMENTS......................................................................................................... 406.4 WARRANTY(IES)............................................................................................................................... 416.5 CONTRACTOR PERFORMANCE...................................................................................................... 416.6 BIDDER COMPLIANCE..................................................................................................................... 416.7 DESCRIPTIVE LITERATURE............................................................................................................ 416.8 NOTE TO BIDDERS:........................................................................................................................... 416.9 REGISTRATION.................................................................................................................................. 416.10 DEALER AUTHORIZATION.............................................................................................................. 426.11 DEALER/MANUFACTURE OPTIONS............................................................................................... 426.12 PROPRIETARY INFORMATION:...................................................................................................... 426.13 TRADE-INS.......................................................................................................................................... 426.14 CATALOGS AND PRICE SHEETS..................................................................................................... 426.15 AWARD/BID RESULTS...................................................................................................................... 42

2

Page 3: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

1 ANNOUNCEMENT AND SPECIAL INFORMATIONBidders are required to read and understand all information contained within this entire bid package. The Competitive Procurement Standards, which are referred to in this bid package are not automatically printed or sent out with this IFB. By responding to this IFB the bidder agrees to read and understand these documents. These documents are available on our website at http://www.ga.wa.gov/pca/cps.htm.

In support of the State’s economic and environmental goals, we encourage you to consider the following elements in responding to our bids. These are not a factor of award (unless otherwise specified in this document):

Using environmentally preferable products and products that exceed EPA guidelines Supporting a diverse supplier pool, including small, minority, and women-owned firms Featuring products made or grown in Washington

1.1 PUBLIC DISCLOSUREBid information, including price sheets, will not be available for public disclosure until after award of the contract. At the time of bid opening, only the name of the bidder and time of bid receipt will be read aloud.

1.2 SCHEDULEThe dates listed below set the time table for activities and selected documents to be attended or submitted by bidders participating in this Invitation for Bid (IFB). In the event it’s determined necessary to significantly change these dates and times before the bid opening date and time, an amendment to this IFB will be issued.

Selected portions of this bid document must be received as listed below in the Schedule of Events. Failure to submit these documents as called for in the bid process will cause your bid to be non-responsive.

Schedule of Events

Date & Time EventMarch 23, 2005-12:00 Noon Pre-Bid Conference-MandatoryApril 12, 2005-5:00 PM Return Bid Specifications pages for Evaluation-Mail/FaxApril 15, 2005-5:00 PM Notify Bidders to attend Equipment DemonstrationApril 26, 2006-To Be Scheduled Equipment DemonstrationMay 5, 2005 2:00 PM Bid Opening Submit Pricing and remaining documents

Bidder’s Company Name

Page 3

Page 4: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

1.3 PRE-BID CONFERENCEA mandatory conference to address contractual requirements will be held at the time and location indicated below. Prospective bidders are required to be present or their bid will be rejected as non-responsive. If changes are required as a result of the conference, written bid amendments will be issued.

The Washington State Department of Transportation (WSDOT) develops its bid specifications via a specification committee. Its members and coverage are state wide. Any Change to bid specifications requires review of the committee. Therefore the representative attending the pre-bid conference from WSDOT will not be able to confirm the questions or concerns raised. However this person will collect all questions and concerns and present them to the specification committee for review.

Bidders having questions or concerns with the bid specifications listed in Section 3.3 of this document are to bring with them a written copy of these questions and concerns to the pre-bid conference. The written copy is to be in MS Word format, and saved on either on a 3.5 floppy disk or CD disk. Questions or concerns should be noted in the “Describe Offered Alternatives” columns to the right of the bid specification in question. Each page that contains a question is to be tabbed.

OSP will provide a response to bidder’s questions and concerns via an amendment providing clarification.

Pre Bid Date: March 23, 2005Pre Bid Time: 12:00 PMPre Bid Location: Office of State Procurement

210 11th AVE SW GA Building Room G3Corner of 11th and ColumbiaOlympia Washington 98504-1017

1.4 EQUIPMENT DEMONSTRATION As part of the bid specifications bidders submitting bids, for Contract 16904 –Front Loaders Various Sizes, will demonstrate their equipment being bid. Equipment bid will be evaluated as outlined under Section 3.3 Bid Specifications. Performance Requirements are on a pass/fail basis. Equipment that fails to meet performance requirements will not be considered for award.

Equipment Demonstration for each loader specified will be limited to only one manufactures line of equipment per bidder. Manufacture/Dealer of equipment will coordinate who will be the representative for their equipment being demonstrated. All costs incurred by bidder as a result of demonstration will be at bidder’s expense.

To obtain best result for equipment demonstration bidders are to provide operators for their equipment at the demonstration site. After scored demonstration by the evaluation team, time will be made available to allow for agency operators to perform the demonstration test with bidders test equipment if desired.

Upon direction from the state, Bidders are to make arrangements with agency point of contact to obtain times of demonstration and directions to demonstration site. Point of Contact: Joe Stinton. Telephone Number: (360) 705-7884.

Demonstration Date: March 26, 2005 Demonstration Time: Bidders Scheduled TimeDemonstration Location: WSDOT Area Headquarters

1411 Rush Road Chehalis, Wa. 98532 Tel: 360-748-2353.

Bidder’s Company Name

Page 4

Page 5: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

1.5 SCOPEThe purpose of this IFB is to establish a convenience contract for the purchase of Front Loaders, Multi-Purpose with accessories and options. Refer to specifications Section 3.3

A. Estimated Usage: We estimate that purchases over the two year initial term of the contract will be for eighteen (18) of these loaders for an estimated value of $1,420,000.00. Refer to price sheets for breakdown of usage by loader size. Estimates are based on projected replacement within the fleet. The State does not guarantee any minimum purchase. Orders will be placed on an as needed basis.

B. Purchasers: The primary purchaser(s) will be the Washington State Department of Transportation. However, based upon contractor’s agreement, the contract will be made available to all other state agencies, institutions, colleges, universities, political subdivisions and non-profit organizations which are members of the State of Washington Purchasing Cooperative (WSPC) and/or State of Oregon Cooperative Purchasing Program (DASCPP/ORCPP). A list of Washington members is available on the Internet http://www.ga.wa.gov/pca/cooplist.htm. A list of Oregon members is available through at http://tpps.das.state.or.us/purchasing/orcpp_mem.html Contractors shall not process state contract orders from unauthorized purchasers.

C. While use of the contract by members of the WSPC and DASCPP/ORCPP is optional, the state encourages them to use state contracts. Their use of the contracts may significantly increase the purchase volume. Their orders are subject to the same contract terms, conditions and pricing as state agencies. The state accepts no responsibility for payment by WSPC or DASCPP/ORCPP members.

D. Term : From date of award (which is projected to be within forty-five days after bid opening date) with an initial two-year term, with the option to extend for additional terms or portions. Extensions will be subject to mutual agreement. The total contract term may not exceed ten (10) years. During the life of this contract specifications may be modified to incorporate industry upgrades.

Bidder’s Company Name

Page 5

Page 6: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

2 CHECK LIST This checklist is provided for bidder's convenience only and identifies the bid documents that are to be submitted with each package.

Bid submittal entitled: Offer and Award

Bid submittal entitled: Bid Information

Bid submittal entitled: Specifications

Bid submittal entitled: Price Sheets

Bid submittal entitled: Repair Facilities

Bid submittal entitled: Warranty

Bid submittal entitled: Descriptive Literature

Bid submittal entitled: Dealer Authorization

Bid submittal entitled: Catalog and Price Sheets

_____________________________________________________________________________

After Award

Certificate Of Insurance

Sales/Services Usage Report

Bidder’s Company Name

Page 6

Page 7: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

3 Bid Submittal

3.1 OFFER AND AWARDBidders are required to read and understand all information contained within this entire bid package. There are some standard documents, which are referred to in this bid package that are not automatically printed or sent out with this bid. For example, Competitive Procurement Standards (Standard Terms and Conditions, Instructions to Bidders, Definitions), Sales/Service & Subcontractor Report are binding terms of this contract. It is important that you read and understand these documents. These documents are available on our website at http://www.ga.wa.gov/pca/cps.htm. If you do not have Internet access, you may contact the State Procurement Officer to obtain copies of any and all documents contained in this bid package.

STANDARD DEFINITIONS revised 06/02/03STANDARD INSTRUCTIONS FOR BIDDERS revised 06/02/03STANDARD TERMS AND CONDITIONS revised 06/02/03

Bidder further offers to furnish materials, equipment or services in compliance with all terms, conditions, and specifications herein including all amendments. Submitting this document with an authorized signature constitutes complete understanding and compliance with the terms and conditions and certifies that all-necessary facilities or personnel are available and established at the time of bid submittal.

(Company Name) (Typed or Printed Name)

(Address) (Title)

(City) (State) (Zip) (Phone No.)

(Federal Tax Identification Number) (Bidder’s Signature) (Date)

Email

CONTRACT AWARD(For State of Washington Use Only)

A contract is hereby awarded between the above company and the State of Washington, Office of State Procurement, Purchasing and Contract Administration, to be effective , Year . This is a Partial/Total award for .

Authorized Signatures

(State Procurement Officer) (Date) (Purchasing Manager) (Date)

Bidder’s Company Name

Page 7

Page 8: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

3.2 BID INFORMATION

Bidder shall complete the following:

1. Shipping Locations: Orders for WSDOT are Free On Board (FOB) destination, freight prepaid and included in

price bid to the following locations: A. 6431 Corson Ave. Seattle WA. 98108

B. 1551 North Wenatchee Ave. Wenatchee WA. 98807

C. 5720 Capitol Blvd. Tumwater WA. 98501

D. 4200 Main St. Vancouver WA. 98668

E. 2809 Rudkin Rd. Union Gap WA. 98909-2560

F. 221 E. North Foothills Dr. Spokane WA. 99207-2090

All other orders are FOB Dealer. 2. Prompt Payment Discount __________ % 30 days.

3. Check below those that apply to this Bid:A. Bidder agrees to sell the goods and services on this contract to political subdivisions which are

members of the State of Washington Purchasing Cooperative (WSPC): Yes___ No_____(If reply is “No” attach letter to this bid response explaining reason(s) for declining participation by political subdivisions).

B. Bidder agrees to sell the goods and services on this contract to political subdivisions and nonprofit organizations which are members of the State of Oregon Cooperative Purchasing Program (DASCPP/ORCPP ): Yes____ No____(If reply is “No” attach letter to this bid response explaining reason(s) for declining participation by these members)

C. If required, indicate percent increase to bid pricing for delivery to State of Oregon DASCPP/ORCPP Members: ____%

4. Authorized Representative:Primary Contact-Contract Administration Usage Report Contact:

Name: Name:

Telephone: Telephone:

Fax: Fax:

Email: Email:

Customer Service/Order Placement

Name

Telephone:

Fax:

Bidder’s Company Name

Page 8

Page 9: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

5. Addresses:Orders to be sent to: Billing will be from: Payment to be sent to:

6. Federal Tax Identification Number: _____________________________

7. Firms bidding from California only: Is your firm currently certified as a small business under `California Code, Title 2, Section 1896.12? Yes ________ No ________ .

8. Please Complete one of the following:For cost analysis purposes, please indicate percent savings that your bid pricing represents compared to price agencies would pay without benefit of a state contract:

Bid discounts offered by your firm average ____________% lower than (please check one):

A. ____ Price that would be obtained through individual agency bid.

B. ____ Manufacture’s current suggested retail price.

C. ____ Other (please specify):_______________________________________________

Bidder’s Company Name

Page 9

Page 10: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

3.3 SPECIFICATIONS

Washington StateDepartment of Transportation

Vehicle & Equipment Bidding Requirements

General:

All accessories and features listed herein shall be those supplied by the Original Equipment Manufacturer (OEM) or authorized dealer. Any accessories, features, or operational performance required by FMVSS, Washington State Motor Vehicle Laws, OSHA or WISHA laws or mandates, that apply to the equipment being bid, shall be provided by the manufacturer or authorized dealer. All units associated with this contract shall be of the same design and quality as those sold through normal retail channels; and they shall possess the latest technology, accessories, and features offered on standard retail units; whether or not they are called for in the following specifications.

Specification Clarification and Changes:

Clarification for any item in these specifications may be obtained from the Office of State Procurement, (OSP) at (360) 902-7422.

The equipment specification(s) for this purchase are official state documents that carry far reaching ethical and legal implications. Therefore, after a purchase order is awarded to a successful bidder, there shall be no deviations from any requirements stated in the published equipment specification(s) during the manufacturing or assembly process of the units offered, without prior approval from the WSDOT Equipment Manager, and an official Current Contract Information change issued by the OSP. Failure to comply with this requirement constitutes breach of contract; and may be grounds for order cancellation, without re-stocking fees or damages to WSDOT or contract termination.

Equipment Specification Compliance Inspections; Delivery; and Acceptance:

WSDOT will conduct specification compliance inspections at the Supplier’s location prior to equipment delivery to minimize time involvement and transportation costs to resolve equipment non-compliance issues. Suppliers must contact the WSDOT Equipment Administration Office at (360) 705-7884/7882 to arrange for compliance inspections at least five (5) working days prior to a desired inspection date to allow for said inspection to be scheduled.

Suppliers are responsible for ensuring that all equipment purchased, pursuant to this contract, complies with all of the requirements and specifications listed in the contract.

Supplier(s) shall provide the following documents for review during the compliance inspection for each item of equipment inspected. These documents will accompany the equipment to its delivery address.

1. The manufacturer’s line production sheet stating the equipment serial numbers and listing all of the equipment’s components;

2. Completed Invoice;

3. The Manufacturer’s Statement of Origin (MSO);

4. Axle weight slips (for all units with axles); and

5. A completed Washington State title application showing both the legal and registered owner as; Washington State Department of Transportation Olympia, Washington

Bidder’s Company Name

10

Page 11: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 1690498504-7357. Out of state Supplier(s) may contract WSDOT, Equipment Administration Office at (360) 705-7882/7884 to obtain a Washington State title application.

If equipment fails to meet a compliance inspection, the Supplier hereby agrees to reimburse WSDOT for all documented travel, per diem, and labor costs associated with all necessary compliance re-inspection(s). WSDOT shall deduct such costs from the Supplier’s equipment invoice.

Equipment shall not be delivered to a WSDOT location until the Supplier has successfully met the compliance inspection requirement and a signed copy of the WSDOT specification compliance worksheet has been issued to the Supplier. After the equipment successfully passes a compliance inspection, it may be delivered to WSDOT facilities (as specified on the contract and or equipment order) between the hours of 7:00 am and 3:00 pm, Monday through Friday. Deliveries shall not be made during other hours, on weekends or on legally recognized state and federal holidays.

Suppliers must notify WSDOT at the phone number listed on the contract or the equipment order, twenty-four (24) hours prior to equipment delivery. This is to ensure that a WSDOT employee is available to sign and date the bill of laden (or other type delivery document) and receive the above mention documents, to indicate WSDOT has accepted delivery of the equipment.

WSDOT will not accept any kind of responsibility for equipment that has been delivered to or left at a WSDOT facility, unless a WSDOT employee has signed and dated the bill of laden or other delivery document indicating WSDOT has accepted delivery of the equipment.

Supplier shall be solely liable for any equipment damages that occurred prior to WSDOT accepting delivery of the equipment

Supplier Shall Meet the Delivery Terms of this Contract:

WSDOT strives to place new equipment into service prior to the high use season for which the equipment is being purchased. For example, snow and ice equipment must be in-service by October and mowing equipment must be in-service by March. It is essential that the equipment pass compliance inspections, be delivered, and processed for payment within the fiscal year for which the equipment is funded

Should the Supplier fail to timely deliver the equipment, for whatever reason, in compliance with the contract or equipment order delivery date, liquidated damages will be assessed. The amount of liquidated damages will be calculated by using WSDOT’s established Equipment Rental Rate Schedule that is in effect as of the date of the contract or equipment order. Liquidated damages will be assessed at the established per day equipment rental rate for each late delivery day, not to exceed ten percent of the equipment’s purchase price. This assessment represents a reasonable forecast of WSDOT’s actual damages for having to rent replacement equipment. WSDOT shall deduct the liquidated damages for late delivery from Supplier’s invoice.

Should the Supplier become aware, in advance of an equipment delivery date, that the Supplier will be unable to meet the contract delivery date, the Supplier may make a written request to the Department of General Administration, Office of State Procurement (OSP) for a contract change order modifying the equipment delivery date.

Bidder’s Company Name

11

Page 12: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904Warranty Services and Performance:

Equipment suppliers must provide technical support and reasonable equipment modifications for a period of 90 calendar days after the date the equipment is reported in service per manufacturer and/or factory warranty requirements. This is to ensure that the purchased equipment is capable of performing the specified operational functions.

Bidders/Suppliers must include, as part of the bid, the factory and/or manufacturer’s warranty, which shall cover 100% parts and labor for the entire unit offered. This warranty must be honored by all authorized factory and/or manufacturer’s dealerships.

Supplier shall be liable for all costs associated with warranty repair(s), including, but not limited to, materials, parts, labor, and transport of equipment that are disabled due to the failure of the equipment during the warranty period.

Warranty coverage will not commence until the date the completed equipment is placed into service as reported by WSDOT pursuant to the warranty requirements, or 30 days after final payment for the equipment, whichever occurs first.

The equipment Bidder/Supplier must be capable of and will be liable for providing repair parts and supply support for a period of ten (10) years after the delivery date of the equipment. During the warranty period Supplier must begin physical repairs on equipment failures within 72 hours after WSDOT has notified the Supplier of an equipment failure. Should the Supplier fail to begin equipment repairs within 72 hours after notification, WSDOT may elect (based on operational requirements) to make the warranty repairs. Should WSDOT elect to make such warranty repairs, the Supplier agrees to fully reimburse WSDOT for all parts, materials, labor, shipping and travel costs incurred by WSDOT for such warranty repairs. WSDOT shall provide Supplier with a detailed invoice, and Supplier agrees to remit payment to the WSDOT within thirty days (30) after receipt of the invoice.

During warranty period the Supplier may, upon notification of a warranty failure, authorize WSDOT equipment repair technicians to make warranty repairs when it advantages to WSDOT and the Supplier. The Supplier shall reimburse WSDOT for all costs associated with the warranty repair.

Training:

Equipment Supplier shall provide on-site instructor(s) at no cost, to conduct eight hours of operator training per unit delivered and eight hours of repair technician training per unit delivered each time a unit is delivered. During the eight hour training period, the length and number of training session(s) required may vary based on the equipment’s complexity and personnel experience levels. Training session(s) may be less than eight hours should the WSDOT on-site supervisor or Equipment Training Manager determines that all personnel have completed training and the Supplier’s training obligation has been fulfilled. The training session(s) shall include, but not be limited to, the below listed items.

1. Operator training will be designed to familiarize personnel with the controls, safety features, operating characteristics and operator checks and services.

2. Operator training may include teaching operators shifting, acceleration, and braking techniques to maximize operational effectiveness of the unit's power train configuration for equipment so configured.

Bidder’s Company Name

12

Page 13: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 169043. Mechanic training shall be designed to familiarize service and repair technicians with

preventative maintenance checks and services, system diagnostics procedures, repairs, adjustments, and any unique requirements associated with the entire unit.

Bidder’s Company Name

13

Page 14: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

All training shall be scheduled and coordinated with the ship to addressee. Coordination will include dates, times, location, number of students per session, number of sessions required, facilities and training equipment and material.

Qualified individuals shall conduct training sessions. "Qualified" means that the trainer must have a high level of knowledge and experience relating to the type of equipment offered or purchased:

1. Person(s) conducting the operator training session(s) must have a minimum of one year of experience in actually operating the unit for which training is being conducted or a factory/manufacture certified trainer.

2. Person(s) conducting repair technician training session(s) must have at least one year of experience in the performance of preventive maintenance and repair on the unit for which the training is being conducted or a factory/manufacture certified trainer.

An on-site WSDOT supervisor or the Equipment Training Manager will evaluate training sessions; who shall determine whether or not the training was adequate. If the training is deemed inadequate, the Supplier agrees to conduct additional training sessions, at no cost to the WSDOT, to the satisfaction of the WSDOT.

Bidder’s Company Name

14

Page 15: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

1304 Front Loader; with a 4-in-1 Multi Purpose Bucket and /Coupler

Specification RequirementsWSDOT 1304 Item No. 1

CheckIf Meet

or Exceed

Describe Offered Alternatives

I. General:

1. This specification intends to describe the requirements for an all wheel drive, wheel loader with quick coupler and 4 in 1 multi-purpose bucket. The loader offered shall meet all of the specification requirements with a multi purpose bucket and quick coupler.

2. Shall have a hinge pin height of at least 150 inches.

3. The SAE breakout force shall be as equipped with at least 22,000 lbs. with any combination of the attachments annotated within this specification.

Annotate the Breakout force calculation and measurements ____________

4. The loader will have the ability to perform all related hydraulic functions at engine idle without stalling the engine once the hydraulics have been deadheaded.

5. The operating weight, without tire weights, or material in the tires, shall be not less than 25,500 pounds.

6. State the warranty periods for the below listed items:

Overall:

Engine:

Transmission:

Differentials:

7. The successful bidder will be required to deliver the completed unit to one of the delivery locations in Section 3.2.1 Shipping Location.

Bidder’s Company Name

15

Page 16: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

Specification RequirementsWSDOT 1304 Item No. 1

CheckIf Meet

or Exceed

Describe Offered Alternatives

II. Cab:

1. Shall have an insulated EROPS cab, heater, and defroster, air conditioning with driver and passenger sun visors.

2. Shall have locking cab doors.

3. Shall have a license plate bracket with license plate illumination light.

4. Shall have an adjustable suspension seat, vinyl-covered, with correct seat belts for suspension type seat.

5. The cab shall be made radio ready to include a 24 Volt to 12 Volt converters, rated at 15 Amps. Shall be equipped with a fused not breakered receptacle in the operators cab.

6. Unit shall have stoplights; driving lights; work lights; flashing hazard and turn signal lights.

7. Shall have front and rear windshield wipers with a front windshield washer.

8. Shall have an interior dome light.

9. Shall have lockable engine compartment shields, and a locking fuel cap.

10. Shall have left, and right exterior mirrors, to include an inside rearview mirror.

11. Shall have front and rear factory installed fenders.

12. Shall have all standard gauges and/or complete electronic monitoring system.

13. Shall have engine low oil pressure and high water temperature warning system, both visual (light) and audible (alarm). Alarm must be at least 95 decibels.

14. Shall provide a cab controlled

Bidder’s Company Name

16

Page 17: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

Specification RequirementsWSDOT 1304 Item No. 1

CheckIf Meet

or Exceed

Describe Offered Alternatives

strobe light mounted on a fold down bracket on the center, rear, and exterior of the cab.

15. Bidders shall provide add or deduct pricing for a Federal signal Model 100 (44311202) rotating Beacon light in lieu of the strobe light.

16. Shall be equipped with a master electrical disconnect switch

17. Shall be equipped with manufacturers standard lift and tie down hooks

18. Unit shall be equipped with automatic return to dig, boom height control.

19. Shall have single joystick control for the lifting arms and bucket functions

20. Shall be equipped with the maximum allowable counter weights available from the manufacturer.

III. Engine/Transmission:

1. Shall be a Turbo Charged 6 cylinder Cummins diesel or equal delivering at least 130 net horsepower between 2,000 and 2,200 RPM.

2. Shall be equipped with an electric block heater.

3. Shall be equipped with a cold weather starting aid.

4. Shall be a four-wheel drive, heavy-duty semiautomatic, or power shift transmission.

5. Shall have four forward speeds and three reverse speeds.

6. The speed in top forward gear shall be within the range of 20-25 mph.

7. The top reverse speed shall be at least 15 mph.

8. To have a variable sound audible back-up alarm conforming to OSHA,

Bidder’s Company Name

17

Page 18: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

Specification RequirementsWSDOT 1304 Item No. 1

CheckIf Meet

or Exceed

Describe Offered Alternatives

and WISHA standards. The variance of sound will be from 77 dba to 102 dba.

IV. Axles/Brakes:

1. The loader shall be equipped with two (2) heavy-duty, full floating, inboard, or outboard, planetary axles. Both axles shall have the same capacity and components.

2. Rear axle shall oscillate at least 24 degrees in each direction.

3. Shall have limited slip or torque proportioning differentials.

4. Bidders shall provide pricing for locking differentials.

5. The loader shall be equipped with ride control to assist the loader from bouncing on a hard surface road while at the maximum travel speed.

6. The loaders brake system shall be hydraulic, wet discs, self-adjusting system.

7. The parking brake shall be the manufacturers standard and shall include the ability to automatically apply upon loss of power.

8. Shall have a parking brake warning light and secondary brake system.

9. The left pedal shall neutralize power flow to the wheels before the brakes are applied with an operator controlled on/off switch. The right pedal shall apply brakes only.

V. Steering/Tires:

1. Shall be articulated frame with center-point steering.

2. Shall be equipped with articulation and transport locks.

3. Shall be equipped with an emergency steering system, which will activate upon loss of power.

Bidder’s Company Name

18

Page 19: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

Specification RequirementsWSDOT 1304 Item No. 1

CheckIf Meet

or Exceed

Describe Offered Alternatives

4. The tires shall be 20.5 x R25, non-directional, radial tires.

VI. Bucket/Attachments:

1. Bidders shall bid the loader with the appropriately sized bucket for the specific model being bid.

2. Shall have a 4-in-1 multi-purpose bucket with JRB quick coupler.

3. Bidder shall provide a deduct price option for a pin on GP bucket.

4. Bidder shall supply a deduct price option for a GP bucket with JRB quick coupler.

5. Bidder shall provide a deduct price for a pin on 4 in 1 bucket.

6. The loader shall have all hydraulic circuits required for a multi purpose bucket whether that specific bucket is chosen or not.

7. Bidder shall supply a price option for a complete set of forks.

VII. Exterior Finish :

WSDOT expects professional workmanship on all products purchased. With this in mind, the following finishing requirements will be closely scrutinized during the specification compliance inspection.

1. There shall be no welding scale, roughness, sharp corners; or rust stains on the unit.

2. The unit shall be coated with 2 mils dry automotive quality primers, with an additional 2 mils dry of the manufacturers standard color.

3. The unit supplier shall contact Billboard Signs Company, at 206-300-7300, to have the unit decaled prior to the WSDOT specification compliance inspection. Billboard Signs will invoice WSDOT directly for all unit decaling.

Bidder’s Company Name

19

Page 20: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

Specification RequirementsWSDOT 1304 Item No. 1

CheckIf Meet

or Exceed

Describe Offered Alternatives

IX. Publications:

1. Each unit shall be delivered with an operator’s manual

2. Bidders shall provide the Service, and Parts Manuals for the Loaders, as annotated below.

1 Parts Manual (Per Unit)

1 Service Manual (Per Unit)

This page is to be completed by the states evaluation team.

X. EQUIPMENT DEMONSTRATION- PERFORMANCE REQUIREMENTS

WSDOT 1304 Item No. 1

PASS FAIL

X.1 Test Procedure:a. Each event will be graded Pass or Failb. Each unit will be given one opportunity to complete each of the events with a time limit of 30

minutes to complete all three. c. Bidders may will provide an operator to perform the the tests.d. Each unit must successfully complete each test criteria with the loader outfitted as specified.

(Multi Purpose bucket with JRB quick coupler) e. WSDOT operators will be the Judges forwill provide a 3-person panel to evaluate each test

criteria.f. At the completion of each test the WSDOT judge evaluation team will provide the completed

grading sheet to the Office of State Procurement personnel on site for disposition.g. Bidder must pass all three test to be responsive for bid.

Test Criteria:

1) Ditching:

Bidder’s Company Name

20

Page 21: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904Be able to drive the machine into a ditch with an approximate slope of 3/1. Scoop up a full bucket of ditching material and back out of the 3/1-slope ditch, while simultaneously using the loader/bucket hydraulic lift controls. _____________ _____________

2) High piling sand or other materials:

Be able to drive the full length of the machine into a stockpile of sand or rock, and scoop a full bucket of material in a continuous forward motion while simultaneously using the loader/bucket hydraulic controls. _____________ _____________

3) Loading Trucks:

Be able to smoothly load a full bucket of sand or rock material into a dump truck while the loader is maneuvered and simultaneously operating the loader bucket controls. _____________ _____________

TIMING: ___________________________

Specification Requirements WSDOT 1304 Item No. 1 PASS: __________ FAIL: ________

Bidder’s Company Name

21

Page 22: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

1306 Front Loader; with a 4-in-1 Multi Purpose Bucket w/Coupler

Specification RequirementsWSDOT 1306 Item No. 2

CheckIf Meet

or Exceed

Describe Offered Alternatives

I. General:

1. This specification intends to describe the requirements for an all wheel drive, wheel loader with a quick coupler and 4 in 1 multi-purpose bucket.

2. Shall have a hinge pin height of at least 156 inches

3. The SAE breakout force shall be as equipped with at least 34,000 lbs. with any combination of the attachments annotated within this specification.

Annotate the Breakout force calculation and measurements ____________

4. The loader will have the ability to perform all related hydraulic functions at engine idle without stalling the engine once the hydraulics have been deadheaded.

5. Operating weight, fully equipped as specified without tire weights, counterweights or material in the tires shall be at least 39,000 lbs.

6. State the warrant periods for the below listed items:

Overall:

Engine:

Transmission:

Differentials:

7. The successful bidder will be required to deliver the completed unit to one of the delivery locations in Section 3.2.1 Shipping Location.

Bidder’s Company Name

22

Page 23: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

Specification RequirementsWSDOT 1306 Item No. 2

CheckIf Meet

or Exceed

Describe Offered Alternatives

II. Cab:

1. Shall have an insulated EROPS cab, heater, and defroster, air conditioning with driver and passenger sun visors.

2. Shall have locking cab doors.

3. Shall have a license plate bracket with license plate illumination light.

4. Shall have an adjustable suspension seat, vinyl-covered, with correct seat belts for suspension type seat.

5. The cab shall be made radio ready to include a 24 Volt to 12 Volt converters, rated at 15 Amps. Shall be equipped with a fused not breakered receptacle in the operators cab.

6. Unit shall have stoplights; driving lights; work lights; flashing hazard and turn signal lights.

7. Shall have front and rear windshield wipers and front windshield washer.

8. Shall have a cab dome light.

9. Shall have lockable engine compartment shields, and a locking fuel cap.

10. Shall have left side, right side, and inside rearview mirrors.

11. Shall have front and rear factory installed fenders.

12. Shall have all standard gauges and/or complete electronic monitoring system.

13. Shall have engine low oil pressure and high water temperature warning system, both visual (light) and audible (alarm). Alarm must be at least 95 decibels.

14. Shall provide a cab controlled strobe light mounted on a fold down bracket on the center, rear, and exterior of the cab.

Bidder’s Company Name

23

Page 24: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

Specification RequirementsWSDOT 1306 Item No. 2

CheckIf Meet

or Exceed

Describe Offered Alternatives

15. Bidders shall provide add or deduct pricing for a Federal signal Model 100 (44311202) rotating Beacon light in lieu of the strobe light

16. Shall be equipped with a master electrical disconnect switch.

17. Shall be equipped with manufacturers standard lift and tie hooks.

18. Unit shall be equipped with automatic return to dig boom height control and loader hydraulic system indicator.

19. Shall have single joystick control for the lifting arms and bucket functions.

20. Shall be equipped with the maximum allowable counter weights available from the manufacturer.

III. Engine/ Transmission :

1. Shall be a Turbo Charged 6 cylinder Cummins diesel or equal with a minimum 180 net horsepower at 2,200 RPM.

2. Shall be equipped with an electric block heater.

3. Shall be equipped with cold weather starting aid.

4. Shall be a four-wheel drive, heavy-duty semiautomatic, or power shift transmission

5. Shall have four forward speeds and three reverse speeds.

6. The speed in top forward gear shall be within the range of 20-25 mph.

7. The top reverse speed shall be at least 15 mph.

8. To have a variable sound audible back-up alarm conforming to OSHA, and WISHA standards. The variance of sound will be from 77 dba to 102 dba.

Bidder’s Company Name

24

Page 25: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

Specification RequirementsWSDOT 1306 Item No. 2

CheckIf Meet

or Exceed

Describe Offered Alternatives

IV. Axles/Brakes :

1. The loader shall be equipped with two (2) heavy-duty, full floating, inboard, or outboard, planetary axles. Both axles shall have the same capacity and components.

2. Rear axle shall oscillate at least 24 degrees in each direction.

3. Shall have limited slip or torque proportioning differentials.

4. Bidders shall provide pricing for locking differentials.

5. The loader shall be equipped with ride control to assist the loader from bouncing on a hard surface road while at the maximum travel speed.

6. The loaders brake system shall be a hydraulic, wet discs, self-adjusting system

7. The parking brake shall be the manufacturers standard and shall include the ability to automatically apply upon loss of power.

8. Shall have a parking brake warning light and secondary brake system.

9. The left pedal shall neutralize power flow to the wheels before the brakes are applied with operator controlled on/off switch. The right pedal shall apply brakes only.

V. Steering/ Tires :

1. Shall be an articulated frame with center-point steering.

2. Shall be equipped with an articulation transport locks.

3. Shall be equipped with an emergency steering system, which will activate upon loss of power.

Bidder’s Company Name

25

Page 26: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

Specification RequirementsWSDOT 1306 Item No. 2

CheckIf Meet

or Exceed

Describe Offered Alternatives

4. The tires shall be 23.5 x R25, non-directional, radial tires.

VI. Buckets/Attachments :

1. Bidders shall bid the loader with the appropriately sized bucket for the specific model being bid.

2. Shall have a 4-in-1 multi-purpose bucket with JRB quick coupler.

3. Bidder shall provide a deduct price option for a pin on GP bucket.

4. Bidder shall supply a deduct price option for a GP bucket with JRB quick coupler.

5. Bidder shall provide a deduct price for a pin on 4 in 1 bucket.

6. The loader shall have all hydraulic circuits required for a multi purpose bucket whether that specific bucket is chosen or not.

7. Bidder shall supply a price option for a complete set of forks.

VII. Exterior Finish :

WSDOT expects professional workmanship on all products purchased. With this in mind, the following finishing requirements will be closely scrutinized during the specification compliance inspection.

1. There shall be no welding scale, roughness, sharp corners; or rust stains on the unit.

2. The unit shall be coated with 2 mils dry automotive quality primers, with an additional 2 mils dry of the manufacturers standard color.

3. The unit supplier shall contact Billboard Signs Company, at 206-300-7300, to have the unit decaled prior to the WSDOT specification compliance inspection. Billboard Signs will invoice WSDOT directly for all unit decaling.

IX. Publications:

Bidder’s Company Name

26

Page 27: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

Specification RequirementsWSDOT 1306 Item No. 2

CheckIf Meet

or Exceed

Describe Offered Alternatives

1. Each unit shall be delivered with an operator’s manual

2. Bidders shall provide the Service, and Parts Manuals for the Loaders, as annotated below.

1 Parts Manual (Per Unit)

1 Service Manual (Per Unit)

Bidder’s Company Name

27

Page 28: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

This page is to be completed by the states evaluation team.

X. EQUIPMENT DEMONSTRATION- PERFORMANCE REQUIREMENTS

WSDOT 1306 Item No. 2

PASS FAIL

X.1 Test Procedure:a. Each event will be graded Pass or Failb. Each unit will be given one opportunity to complete each of the events with a time limit of 30

minutes to complete all three. c. Bidders may will provide an operator to perform the the tests.d. Each unit must successfully complete each test criteria with the loader outfitted as specified.

(Multi Purpose bucket with JRB quick coupler) e. WSDOT operators will be the Judges forwill provide a 3-person panel to evaluate each test

criteria.f. At the completion of each test the WSDOT judge evaluation team will provide the completed

grading sheet to the Office of State Procurement personnel on site for disposition.g. Bidder must pass all three test to be responsive for bid.

Test Criteria:

1) Ditching:

Be able to drive the machine into a ditch with an approximate slope of 3/1. Scoop up a full bucket of ditching material and back out of the 3/1-slope ditch, while simultaneously using the loader/bucket hydraulic lift controls. _____________ _____________

2) High piling sand or other materials:

Be able to drive the full length of the machine into a stockpile of sand or rock, and scoop a full bucket of material in a continuous forward motion while simultaneously using the loader/bucket hydraulic controls. _____________ _____________

3) Loading Trucks:

Be able to smoothly load a full bucket of sand or rock material into a dump truck while the loader is maneuvered and simultaneously operating the loader bucket controls. _____________ _____________

TIMING: ___________________________

Bidder’s Company Name

28

Page 29: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

Specification Requirements WSDOT 1306 Item No. 2 PASS: _________ FAIL: ________

Bidder’s Company Name

29

Page 30: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

1308 Front Loader; with a 4-in-1 Multi Purpose Bucket w/Coupler

Specification RequirementsWSDOT 1308 Item No. 3

CheckIf Meet

or Exceed

Describe Offered Alternatives

I. General:

1. This specification intends to describe the requirements for an all wheel drive, wheel loader with quick coupler and 4in1 multi-purpose bucket. The loader offered shall meet all of the specification requirements with a multi purpose bucket and quick coupler.

2. Shall have a hinge pin height of at least 165 inches

3. The SAE breakout force shall be as equipped with at least 44,000 lbs. with any combination of the attachments annotated within this specification.

Annotate the Breakout force calculation and measurements ____________

4. The loader will have the ability to perform all related hydraulic functions at engine idle without stalling the engine once the hydraulics have been deadheaded.

5. Operating weight, fully equipped as specified without tire weights, counterweights or material in the tires shall be at least 50,000 lbs.

6. State the warranty periods for the below listed items:

Overall:

Engine:

Transmission:

Differentials:

7. The successful bidder will be required to deliver the completed unit to one of the delivery locations in Section 3.2.1 Shipping Location.

Bidder’s Company Name

30

Page 31: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

Specification RequirementsWSDOT 1308 Item No. 3

CheckIf Meet

or Exceed

Describe Offered Alternatives

II. Cab:

1. Shall have an insulated EROPS cab, heater, and defroster, air conditioning with driver and passenger sun visors.

2. Shall have locking cab doors.

3. Shall have a license plate bracket with license plate illumination light.

4. Shall have an adjustable suspension seat, vinyl-covered, with correct seat belts for suspension type seat.

5. The cab shall be made radio ready to include a 24 Volt to 12 Volt converters, rated at 15 Amps. Shall be equipped with a fused not Brakered receptacle in the operators cab.

6. Unit shall have stoplights; driving lights; work lights; flashing hazard and turn signal lights.

7. Shall have front and rear windshield wipers and front windshield washer.

8. Shall have a cab dome light.

9. Shall have lockable engine compartment shields, and a locking fuel cap.

10. Shall have left side, right side, and inside rearview mirrors.

11. Shall have front and rear factory installed fenders.

12. Shall have all standard gauges and/or complete electronic monitoring system.

13. Shall have engine low oil pressure and high water temperature warning system, both visual (light) and audible (alarm). Alarm must be at least 95 decibels.

Bidder’s Company Name

31

Page 32: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

Specification RequirementsWSDOT 1308 Item No. 3

CheckIf Meet

or Exceed

Describe Offered Alternatives

14. Shall provide a cab controlled strobe light mounted on a fold down bracket on the center, rear, and exterior of the cab.

15. Bidders shall provide add or deduct pricing for a Federal signal Model 100 (44311202) rotating Beacon light in lieu of the strobe light

16. Shall be equipped with a master electrical disconnect switch.

17. Shall be equipped with manufacturers standard lift and tie hooks.

18. Unit shall be equipped with automatic return to dig, boom height control, and loader hydraulic system indicator.

19. Shall have single joystick control for the lifting arms and bucket functions..

20. Shall be equipped with the maximum allowable counter weights available from the manufacturer.

III. Engine/Transmission:

1. Shall be a Turbo Charged 6 cylinder Cummins diesel or equal with a minimum 245 net horsepower at 2,000 RPM.

2. Shall be equipped with an electric block heater.

3. Shall be equipped with a cold weather starting aid.

4. Shall be a four-wheel drive, heavy-duty semiautomatic, or power shift transmission.

5. Shall have four forward speeds and three reverse speeds.

6. The speed in top forward gear shall be within the range of 20-25 mph.

7. The top reverse speed shall be at least 15 mph.

8. To have a variable sound audible back-up alarm conforming to OSHA, and WISHA standards. The variance of sound

Bidder’s Company Name

32

Page 33: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

Specification RequirementsWSDOT 1308 Item No. 3

CheckIf Meet

or Exceed

Describe Offered Alternatives

will be from 77 dba to 102 dba.

IV. Axles/Brakes:

1. The loader shall be equipped with two (2) heavy-duty, full floating, inboard, or outboard, planetary axles. Both axles shall have the same capacity and components.

2. Shall have front or rear axle oscillation of at least 24 degrees in each direction.

3. Shall have limited slip or torque proportioning differentials.

4. Bidders shall provide pricing for locking differentials.

5. The loader shall be equipped with ride control to assist the loader from bouncing on a hard surface road while at the maximum travel speed.

6. The loaders brake system shall be hydraulic, wet discs, self-adjusting system.

7. The parking brake shall be the manufacturers standard and shall include the ability to automatically apply upon loss of power.

8. Shall have a parking brake warning light and secondary brake system.

9. The left pedal shall neutralize power flow to the wheels before the brakes are applied with operator controlled on/off switch. The right pedal shall apply brakes only.

V. Steering/ Tires :

1. Shall be articulated frame with center-point steering.

2. Shall be equipped with articulation transport locks.

Bidder’s Company Name

33

Page 34: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

Specification RequirementsWSDOT 1308 Item No. 3

CheckIf Meet

or Exceed

Describe Offered Alternatives

3. Shall be equipped with an emergency steering system, which will activate upon loss of power.

4. The tires shall be 26.5 x R25, non-directional, radial tires.

VI. Bucket/Attachments:

8. Bidders shall bid the loader with the appropriately sized bucket for the specific model being bid.

9. Shall have a 4-in-1 multi-purpose bucket with JRB quick coupler.

10. Bidder shall provide a deduct price option for a pin on GP bucket.

11. Bidder shall supply a deduct price option for a GP bucket with JRB quick coupler.

12. Bidder shall provide a deduct price for a pin on 4 in 1 bucket.

13. The loader shall have all hydraulic circuits required for a multi purpose bucket whether that specific bucket is chosen or not.

14. Bidder shall supply a price option for a complete set of forks.

VII. Exterior Finish :

WSDOT expects professional workmanship on all products purchased. With this in mind, the following finishing requirements will be closely scrutinized during the specification compliance inspection.

1. There shall be no welding scale, roughness, sharp corners; or rust stains on the unit.

2. The unit shall be coated with 2 mils dry automotive quality primers, with an additional 2 mils dry of the manufacturers standard color.

3. The unit supplier shall contact Billboard Signs Company, at 206-300-7300, to have the unit decaled prior to

Bidder’s Company Name

34

Page 35: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

Specification RequirementsWSDOT 1308 Item No. 3

CheckIf Meet

or Exceed

Describe Offered Alternatives

the WSDOT specification compliance inspection. Billboard Signs will invoice WSDOT directly for all unit decaling.

IX. Publications:

3. Each unit shall be delivered with an operator’s manual

4. Bidders shall provide the Service and Parts Manuals for the Loaders, as annotated below.

1 Parts Manual (Per Unit)

1 Service Manual (Per Unit)

This page is to be completed by the states evaluation team.

X. EQUIPMENT DEMONSTRATION- PERFORMANCE REQUIREMENTS

WSDOT 1308 Item No. 3

PASS FAIL

X.1 Test Procedure:a. Each event will be graded Pass or Failb. Each unit will be given one opportunity to complete each of the events with a time limit of 30

minutes to complete all three. c. Bidders may will provide an operator to perform the the tests.d. Each unit must successfully complete each test criteria with the loader outfitted as specified.

(Multi Purpose bucket with JRB quick coupler) e. WSDOT operators will be the Judges forwill provide a 3-person panel to evaluate each test

criteria.f. At the completion of each test the WSDOT judge evaluation team will provide the completed

grading sheet to the Office of State Procurement personnel on site for disposition.g. Bidder must pass all three test to be responsive for bid.

Test Criteria:

1) Ditching:

Be able to drive the machine into a ditch with an approximate slope of 3/1. Scoop up a full bucket of

Bidder’s Company Name

35

Page 36: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904ditching material and back out of the 3/1-slope ditch, while simultaneously using the loader/bucket hydraulic lift controls. _____________ _____________

2) High piling sand or other materials:

Be able to drive the full length of the machine into a stockpile of sand or rock, and scoop a full bucket of material in a continuous forward motion while simultaneously using the loader/bucket hydraulic controls. _____________ _____________

3) Loading Trucks:

Be able to smoothly load a full bucket of sand or rock material into a dump truck while the loader is maneuvered and simultaneously operating the loader bucket controls. _____________ _____________

TIMING: ___________________________

Specification Requirements WSDOT 1308 Item No. 3 PASS: _________ FAIL: ________

Bidder’s Company Name

36

Page 37: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

1301 Skid Steer Loader

Specification RequirementsWSDOT 1301 Item No. 4

CheckIf Meet

or Exceed

Describe Offered Alternatives

I. General:

1. Shall be a Skid Steer Loader w/Hi-Flow hydraulic system.

2. This specification describes the WSDOT requirements for a Bobcat 760 or equal Skid Steer Loader.

3. The successful bidder will be required to deliver the completed unit to one of the delivery locations in Section 3.2.1 Shipping Location.

II. Engine:

The engine shall be a liquid cooled turbo diesel delivering at least 55 net HP.

III. Operation:

1. Forward, reverse, travel speed and steering shall be controlled by two hand controls.

2. Shall be equipped with two-foot pedals, to raise and lower the bucket lift arms.

3. Transmission: Shall be hydrostatic, four wheel drive.

IV. Accessories:

1. Front auxiliary hydraulics

2. Front and rear work lights

3. 74” tire width configuration

4. Shall be equipped with the following gauges:

a. Fuel

b. Engine Temp

c. Oil Pressure

d. Amp

37

Page 38: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

Specification RequirementsWSDOT 1301 Item No. 4

CheckIf Meet

or Exceed

Describe Offered Alternatives

5. Shall have low oil, high temp, automatic engine shut down system.

6. Shall be equipped with a Hi-Flow hydraulic system.

7. Shall be equipped with:

a. Suspension seat

b. Horn

c. Seat belt

d. Front and rear lift brackets

V. Attachments :

1. The unit will be delivered with one G.P. bucket

2. Bidders will supply pricing for various attachments, that are compatible with this unit.

3. All attachments will be provided with all hydraulics and hardware to ensure proper installation and operation.

VI. Exterior Finish:

WSDOT expects professional workmanship on all products purchased. With this in mind, the following finishing requirements will be closely scrutinized during the specification compliance inspection.

1. There shall be no welding scale, roughness, sharp corners; or rust stains on the unit.

2. The unit shall be coated with 2 mils dry automotive quality primers, with an additional 2 mils dry of the manufacturers standard color.

3. Each side of the unit shall be equipped with the WSDOT decals prior to the compliance inspection. The successful bidder will notify Billboard Signs at 206-300-7300 for installation. The decaling will be invoiced to WSDOT by the installer.

VII. Options

1. Enclosed Cab with heater and air

38

Page 39: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

Specification RequirementsWSDOT 1301 Item No. 4

CheckIf Meet

or Exceed

Describe Offered Alternatives

conditioning.

2. Ride Control

3. Tracks

VIII. Publications:

1. Each unit shall be delivered with an operator’s manual.

2. Bidders shall the Service, and Parts Manuals for this unit, as annotated below.

1 Parts Manual (Per Unit)

1 Service Manual (Per Unit)

39

Page 40: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

3.4 PRICE SHEET

Req.Item

Comm. Code

Description Qty Unit Unit Price Total Price

1. 2420 Front Loader, With 4-1 Multi Purpose Bucket and Coupler, WSDOT SPECIFICATION 1304. Refer to Section 3.3, Specifications.

For Product Bid State:

Mfg.:

Brand/Model:

Lead-time: Materials, equipment or services will be delivered within calendar __________days after receipt of order (ARO).

10 EACH $ $

2. 2420 Front Loader, With 4-1 Multi Purpose Bucket and Coupler, WSDOT SPECIFICATION 1306. Refer to Section 3.3, Specifications.

For Product Bid State:

Mfg.:

Brand/Model:

Lead-time: Materials, equipment or services will be delivered within calendar __________days after receipt of order (ARO).

2 EACH $ $

40

Page 41: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

PRICE SHEETS CONTINUED:

Req.Item

Comm. Code

Description Qty Unit Unit Price Total Price

3. 2420 Front Loader, With 4-1 Multi Purpose Bucket and Coupler, WSDOT SPECIFICATION 1308. Refer to Section 3.3, Specifications.

For Product Bid State:

Mfg.:

Brand/Model:

Lead-time: Materials, equipment or services will be delivered within calendar __________days after receipt of order (ARO).

2 EACH $ $

4. 2420 Skid Steer Loader, WSDOT SPECIFICATION 1301. Refer to Section III, Specifications.

For Product Bid State:

Mfg.:

Brand/Model:

Lead-time: Materials, equipment or services will be delivered within calendar __________days after receipt of order (ARO).

4 EACH $ $

TOTAL FOR ITEMS 1-4: $

Manufacturer’s Parts Discount: ____________________% Dated: _____________ Copy attached with bid

Manufacturer’s Accessories Discount: ____________________% Dated: _____________ Copy attached with bid

.

41

Page 42: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

4 BID EVALUATION

4.1 EVALUATION / AWARDIt is the state's intent to award a contract at the lowest possible cost to multiple suppliers be they manufacturers, dealers or a combination thereof. This decision will be based upon bid responses as it is unknown at this time if manufacturers will bid on a direct basis (offering statewide coverage through their authorized dealers), or if dealers themselves will bid, offering to provide product.

In conjunction with the Competitive Procurement Standards, Section, Paragraph 28, the award of this bid may be awarded in two parts, a competitively awarded part and a negotiated sole source agreement part. Where bids are received from multiple bidders for a manufacturer line, a competitive award may be pursued. Where bids are received from a manufacturer or single bidder, a sole source negotiated agreement may be pursued. Award shall be made to the lowest responsible and responsive Bidder’s, by manufacturer, that meets all bid requirements and Pass Section 3.3, Equipment Demonstration.

4.2 BID SCORINGThe scoring criteria will be as follows:

a) Meet Bid Specifications b) Equipment Demonstration-Passc) Pricing – Lowest Responsive Bidder per manufacturer.

4.3 EVALUATION CONFERENCETo aid in the evaluation process, after bid opening, the state may require individual bidders to appear at a date, time and place determined by the state for the purpose of conducting discussions to determine whether both parties have a full and complete understanding of the nature and scope of contractual requirements. In no manner shall such action be construed as negotiations or an indication of the state’s intention to award.

5 CONTRACT REQUIREMENTS

5.1 RETENTION OF RECORDSThe contractor shall maintain, for at least three years after completion of this contract, all relevant records pertaining to this contract. This shall include, but not be limited to, all records pertaining to actual contract performance from the date of contract award. It shall also include information necessary to document the level of utilization of MWBE’s and other businesses as subcontractors and suppliers in this contract as well as any efforts the contractor makes to increase the participation of MWBE’s. The contractor shall also maintain, for at least three years after completion of this contract, a record of all quotes, bids, estimates, or proposals submitted to the Contractor by all businesses seeking to participate as subcontractors or suppliers in this contract. The State shall have the right to inspect and copy such records. If this contract involves federal funds, Contractor shall comply with all record keeping requirements set forth in any federal rules, regulations, or statutes included or referenced in the contract documents.

42

Page 43: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 169045.2 USAGE REPORTS

The contractor(s) must provide the following report(s) to Office of State Procurement.

Sales and Subcontractor Report:A quarterly Sales and Subcontractor Report (attached) shall be submitted in the format provided by the Office of State Procurement. You can get the report electronically at http://www.ga.wa.gov/PCA/forms/usage.doc. Total purchases for each State Agency, University, Community and Technical Colleges must be shown separately. Total purchases for all political subdivisions and non-profit organizations may be summarized as one customer. Additionally, all purchases by the State of Oregon or other purchasers must be reported as an aggregate total.

The report shall include sales information (Section A) and amounts paid to each subcontractor during the reporting period (Section B).

Reports should be rounded to nearest dollar. Contractors will be provided with all necessary sample forms, instructions, and lists. Reports are due thirty (30) days after the end of the calendar quarter, i.e., April 30th, July 31st, October 31st and January 31st.

6 SPECIAL TERMS AND CONDITIONS

6.1 INSURANCEA. General Requirements: Contractor shall, at their own expense, obtain and keep in force

insurance as follows until completion of the contract. Within fifteen (15) calendar days of receipt of notice of award, the Contractor shall furnish evidence in the form of a Certificate of Insurance satisfactory to the state that insurance, in the following kinds and minimum amounts has been secured. Failure to provide proof of insurance, as required, will result in contract cancellation.

Contractor shall include all subcontractors as insureds under all required insurance policies, or shall furnish separate Certificates of Insurance and endorsements for each subcontractor. Subcontractor(s) must comply fully with all insurance requirements stated herein. Failure of subcontractor(s) to comply with insurance requirements does not limit Contractor’s liability or responsibility.

All insurance provided in compliance with this contract shall be primary as to any other insurance or self-insurance programs afforded to or maintained by State.

B. Specific Requirements:1. Employers Liability (Stop Gap): The Contractor will at all times comply with all

applicable workers’ compensation, occupational disease, and occupational health and safety laws, statutes, and regulations to the full extent applicable and will maintain Employers Liability insurance with a limit of no less than $1,000,000.00. The state will not be held responsible in any way for claims filed by the Contractor or their employees for services performed under the terms of this contract.

2. Commercial General Liability Insurance : The Contractor shall at all times during the term of this contract, carry and maintain commercial general liability insurance and if necessary, commercial umbrella insurance for bodily injury and property damage arising out of services provided under this contract. This insurance shall cover such

43

Page 44: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904claims as may be caused by any act, omission, or negligence of the Contractor or its officers, agents, representatives, assigns, or servants.

The insurance shall also cover bodily injury, including disease, illness, and death and property damage arising out of the Contractor’s premises/operations, independent contractors, products/completed operations, personal injury and advertising injury, and contractual liability (including the tort liability of another assumed in a business contract), and contain separation of insureds (cross liability) conditions.

Contractor waives all rights against the State for the recovery of damages to the extent they are covered by general liability or umbrella insurance.

The limits of liability insurance shall not be less than as follows:

General Aggregate Limits (other than products-completed operations)

$2,000,000

Products-Completed Operations Aggregate $2,000,000 Personal and Advertising Injury Aggregate $1,000,000

Each Occurrence (applies to all of the above) $1,000,000 Fire Damage Limit (per occurrence) $ 50,000 Medical Expense Limit (any one person) $ 5,000

3. Business Auto Policy (BAP) : In the event that services delivered pursuant to this contract involve the use of vehicles, or the transportation of clients, automobile liability insurance shall be required. The coverage provided shall protect against claims for bodily injury, including illness, disease and death; and property damage caused by an occurrence arising out of or in consequence of the performance of this service by the Contractor, subcontractor, or anyone employed by either.

Contractor shall maintain business auto liability and, if necessary, commercial umbrella liability insurance with a combined single limit not less than $1,000,000 per occurrence. The business auto liability shall include Hired and Non-Owned coverage.

Contractor waives all rights against the State for the recovery of damages to the extent they are covered by business auto liability or commercial umbrella liability insurance.

4. Additional Provisions : Above insurance policies shall include the following provisions:

a. Additional Insured: The State of Washington and all authorized contract users shall be named as an additional insured on all general liability, umbrella, excess, and property insurance policies. All policies shall be primary over any other valid and collectable insurance.

Notice of policy(ies) cancellation/non-renewal: For insurers subject to RCW 48.18 (Admitted and regulated by the Washington State Insurance Commissioner) a written notice shall be given to the State forty-five (45) calendar days prior to cancellation or any material change to the policy(ies) as it relates to this contract.

44

Page 45: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904For insurers subject to RCW 48.15 (Surplus Lines) a written notice shall be given to the State twenty (20) calendar days prior to cancellation or any material change to the policy(ies) as it relates to this contract.

If cancellation on any policy is due to non-payment of premium, the State shall be given a written notice ten (10) calendar days prior to cancellation.

b. Identification: Policy(ies) and Certificates of Insurance must reference the state’s bid/contract number.

c. Insurance Carrier Rating: The insurance required above shall be issued by an insurance company authorized to do business within the State of Washington. Insurance is to be placed with a carrier that has a rating of A- Class VII or better in the most recently published edition of Best’s Reports. Any exception must be reviewed and approved by General Administration’s Risk Manager, or the Risk Manager for the State of Washington, by submitting a copy of the contract and evidence of insurance before contract commencement. If an insurer is not admitted, all insurance policies and procedures for issuing the insurance policies must comply with Chapter 48.15 RCW and 284-15 WAC.

d. Excess Coverage: The limits of all insurance required to be provided by the Contractor shall be no less than the minimum amounts specified. However, coverage in the amounts of these minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits.

6.2 REPAIR FACILITIESBidder shall provide by attached letter a list of authorized factory repair facilities, which will honor the warranty of items on contract. The list will include the facility (ies) name, address, telephone number, and contact person. Evidence showing qualification of each facility to perform maintenance must be included as follows: Names of factory trained personnel at each facility.

Nature and extent of factory authorized training received and years of qualifying service on the equipment.

Bids that are submitted from manufacturers that require service through dealer outlets must include a letter signed by each dealer certifying full understanding and compliance with bid and servicing requirements.

6.3 PRICING AND ADJUSTMENTSUnless otherwise stipulated all bids must include unit prices and extensions where applicable and be otherwise in the format requested.

All bid pricing is to be FOB Destination, freight prepaid and included, for any destination within the State of Washington. If bidder agrees to extend contract pricing to State of Oregon ORCCP members, a percent increase to bid pricing to accommodate additional freight costs to Oregon locations may be indicated in Section IV, Bid Submittals.

All pricing shall include the costs of bid preparation, servicing of accounts, and all contractual requirements. During contract period pricing shall remain firm and fixed for at least 180 calendar days after effective date of contract.

45

Page 46: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904Adjustments in pricing will be considered after firm fixed price period on a pass through basis only. A minimum of 45 calendar days advance written notice of price increase is required which is to be accompanied by sufficient documentation to justify the requested increase. Acceptance will be at the discretion of the State Procurement Officer and shall not produce a higher profit margin than that established on the original contract pricing. Approved price adjustments shall remain unchanged for at least 180 calendar days thereafter.

During the contract period, any price declines at the manufacturer’s level or cost reductions to Contractor shall be reflected in a reduction of the contract price retroactive to Contractor's effective date.

During the term of this contract, should the contractor enter into pricing agreements with other customers providing greater benefits or lower pricing, contractor shall immediately amend the state contract to provide similar pricing to the state if the contract with other customers offers similar usage quantities, and similar conditions impacting pricing. Contractor shall immediately notify the state of any such contracts entered into by contractor.

6.4 WARRANTY(IES)Bidder will submit a copy of warranty as an attachment to bid and items delivered under this contract will also be accompanied by a copy of the warranty. Unless otherwise specified, full parts and labor warranty period shall be for a minimum period of one (1) year after receipt of materials or equipment by the Purchaser. All materials or equipment provided shall be new, unused, of the latest model or design and of recent manufacture. Copy to be submitted with bid.

In the event of conflict between contract terms and conditions and warranty submitted, to afford the state maximum benefits, the contract terms and conditions shall prevail.

6.5 CONTRACTOR PERFORMANCEGeneral Requirements: The state, in conjunction with purchasers, monitors and maintains records of Contractor performance. Said performance shall be a factor in evaluation and award of this and all future contracts. Purchasers will be provided with product/service performance report forms to forward reports of superior or poor performance to the State Procurement Officer.

6.6 BIDDER COMPLIANCEThe State reserves the right to consider the actual level of bidder’s compliance with the requirements specified in this IFB, and to consider a bid responsive if it substantially complies with the state’s intent relative to overall bid requirements and specifications.

6.7 DESCRIPTIVE LITERATUREPlease include descriptive literature identifying product bid.

6.8 NOTE TO BIDDERS:Failure to complete the attached specification sheet may be cause to find your bid/quote non-responsive.

6.9 REGISTRATIONAll necessary paperwork to register the unit with the Washington State Department of Licensing as a motor vehicle will be furnished at the time of delivery. This includes a “manufacturer’s statement of origin” (MSO) and Washington State title application.

46

Page 47: STATE OF WASHINGTON · Web view1 Service Manual (Per Unit) PRICE SHEET Req. Item Comm. Code Description Qty Unit Unit Price Total Price 2420 Front Loader, With 4-1 Multi Purpose Bucket

FRONT LOADERS MULTI-PURPOSE Invitation for Bid # Contract 16904

6.10 DEALER AUTHORIZATIONA. The Bidder, if other than the manufacturer, shall provide a current, dated, and signed authorization from the manufacturer that the bidder is an authorized distributor, dealer or service representative and is authorized to sell the manufacturer's products. Failure to comply with this requirement may result in bid rejection.B. The Bidder, if the manufacturer, shall provide a list of authorized dealers for goods ordered (this is separate from authorized repair facilities however a facility could be both). These dealers should be company-owned distributors, franchised dealers or retail outlets located throughout the state of Washington (or in immediate proximity) that will supply contract items..

6.11 DEALER/MANUFACTURE OPTIONSOptions provided in this bid vary by manufacture. So as not to inflate cost for options provided bidders will provide options at manufactures cost to dealer, or in cases where manufacture option cost can be discount by the dealer that price will be accepted. The State reserves the right not to award any option that appears to have an inflated cost. Manufactures cost guides for these options shall be provided with the bid. Should this information be considered proprietary bidders shall handle information as outlined in paragraph 6.12.

6.12 PROPRIETARY INFORMATION:Supplier should clearly identify any material which constitutes valuable formulae, designs, drawings, and research data claimed to be exempt from public disclosure RCW 42.17.310, along with a statement of the basis for such claim of exemption. The agency will give notice to the supplier of any request for disclosure of such information received within 5 (five) years from the date of submission. Failure to so label such materials or to timely respond after notice of request for public disclosure has been given shall be deemed a waiver by the submitting supplier of any claim that such materials are, in fact, so exempt.

6.13 TRADE-INSThe state reserves the right to, negotiate similar items to be used as trade-ins, and withdraw the item (s) scheduled for trade-in, if trade-in value is determined not in the best interest of the state. Contractor will be allowed to provide trade-in value prior to placing of order.

6.14 CATALOGS AND PRICE SHEETSBidder or Contractor shall furnish all necessary catalogs and manufacturer's price lists published with the latest date, as required by the Contract Administrator. Failure to do so may cause bid to be rejected, or contractor to be in default of performance requirements. (See Price Sheets, Section 3.4).

6.15 AWARD/BID RESULTSUpon award, notification will be sent to all participating bidders. Additional information may be obtained by reviewing the purchase file after award. Bid results will not be given over the phone.

To obtain bid results include with bid a stamped, self-addressed envelope.

When award notification is made available, bidders may choose to: Download the Current Contract Information document (CCI) from OSP’s website or; Schedule an appointment to review files or; Forward a Request for Public Record to obtain information regarding unsuccessful bidders.

47