HomeMy WebLinkAboutBid - FY25 STR112 & STR127 Patch Trucks - FinalCITY OF BOZEMAN, MONTANA CALL FOR BIDS NOTICE IS HEREBY GIVEN that the City of Bozeman, Montana, is accepting sealed bids for: One (1) New or Current Model Year 2025 Spray Injection Pothole Patch Truck and One (1) New or Current Model Year 2025 Flameless Pothole Patch Truck Sealed bids will be received by the Bozeman City Clerk's Office, Bozeman, Montana, at the office in City Hall, 121 N. Rouse Avenue, Bozeman, Montana, until 2:00 p.m. local time on Thursday, April 24th, 2025, at which time the bids will be publicly opened at the City Hall before the City Clerk for One (1) New or Current Model Year 2025 Spray Injection Pothole Patch Truck and One (1) New or Current Model Year 2025 Flameless Pothole Patch Truck Please write the name of the project on the front of the sealed bid. The physical address is: City Clerk's Office, Suite 202, (upstairs) City Hall, 121 N. Rouse Avenue, Bozeman, Montana. The mailing address is: City Clerk's Office, Suite 202, City Hall, P.O. Box 1230, Bozeman, Montana, 59771. Bids must be received before 2:00 p.m. Thursday, April 24th, 2025. Original copies must be submitted - no faxed or electronic bids will be accepted. Bids will be opened and read following the close of bids. Full and detailed specifications on the equipment to be furnished may be obtained at the office of the City Clerk, City Hall, 121 N. Rouse Avenue, Bozeman, Montana 59715, telephone number {406) 582-2320, by email at procurement@bozeman.net or by visiting the City website at www.bozeman.net under the "Business" tab and the RFP/BID drop down menu. Each bid or proposal must be accompanied by a Certified Check, Cashier's Check, or Bid Bond payable to the City of Bozeman, Montana, in an amount not less than Ten percent (10%) of the total amount of the bid. Any submitting entity under this invitation to bid must sign and return the required affirmation stating that they will not discriminate on the basis of race, color, religion, creed, sex, age, marital status, national origin, or because of actual or perceived sexual orientation, gender identity or disability in the exercise of contract should it be awarded to that entity. Each entity submitting under this notice shall also recognize in writing the eventual contract will contain a provision prohibiting discrimination as described above and this prohibition on discrimination shall apply to the hiring and treatment of the Contractor's employees and to all subcontracts. No bid may be withdrawn after the scheduled time for the public opening of bids, which is 2:00 p.m. local time, April 24th 2025. The right is reserved to reject any or all proposals received, to waive informalities, to postpone the award of the contract for a period of not to exceed Sixty (60) days, and to accept the bid which is in the best interests of the Owner. The City of Bozeman is required to be an Equal Opportunity Employer DATED at Bozeman, Montana, this 19th day of March. Mike Maas, City Clerk City of Bozeman Legal Ad Published Bozeman, Montana April 5th April 12th INSTRUCTIONS TO BIDDERS FOR One (1) New or Current Model Year 2025 Spray Injection Pothole Patch Truck and One (1) New or Current Model Year 2025 Flameless Pothole Patch Truck BID DOCUMENTS: The bid documents for the City of Bozeman for One (1) New or Current Model Year 2025 Spray Injection Pothole Patch Truck and One (1) New or Current Model Year 2025 Flameless Pothole Patch Truck include the Invitation to Bid, this Instruction to Bidders, the Bid Specifications, the Bid Form, and the Purchase Agreement. BIDS: All bids must be legibly written in ink. No alterations by erasures or interlineations will be permitted in bids or in the printed forms. Each bid shall be enclosed in a sealed envelope addressed to: Bozeman City Clerk, PO Box 1231 Bozeman, Montana 59715, or physically delivered to the address on the Invitation to Bid and endorsed on the outside of the envelope with the words One (1) New or Current Model Year 2025 Spray Injection Pothole Patch Truck and One (1) New or Current Model Year 2025 Flameless Pothole Patch Truck. Bids shall be strictly in accordance with the prescribed Bid Form. Any modifications thereof or deviations there from may be considered as sufficient cause for rejection. Bids carrying riders or qualifications to the bid being submitted may be rejected as irregular. Each Bidder must return a signed Bid Form incorporating as Exhibit 2 a copy of the Bid Specifications indicating on each line item of equipment or required service whether the Bidder can provide the equipment/service shown in that category or whether the Bidder can provide similar equipment or required service meeting the listed equipment or required service and indicating the details of the alternative equipment or required service. The City reserves the right to reject any alternative equipment or required service. Each bid shall indicate the total bid price. The price quoted in a bid shall include all items of labor, materials, tools, equipment and other costs necessary to fully complete the manufacture and delivery of the One (1) New or Current Model Year 2025 Spray Injection Pothole Patch Truck and One (1) New or Current Model Year 2025 Flameless Pothole Patch Truck pursuant to the Bid Specifications. It is the intention of the Bid Specifications to provide for and require complete One (1) New or Current Model Year 2025 Spray Injection Pothole Patch Truck and One (1) New or Current Model Year 2025 Flameless Pothole Patch Truck of the type prescribed in the Bid Specifications and ready for operation by the City. Any items omitted from the Bid Specifications which are clearly necessary for the completion and operation of such equipment and its appurtenances shall be considered a portion of such equipment although not directly specified or called for in the Bid Specifications. All parts shall be new. In all cases, materials must be furnished as specified. Acceptance of delivery of the One (1) New or Current Model Year 2025 Spray Injection Pothole Patch Truck and One (1) New or Current Model Year 2025 Flameless Pothole Patch Truck shall not release the successful contractor from liability for faulty design, workmanship or materials appearing even after final payment has been made. The City reserves the right and shall be at liberty to inspect all materials and workmanship at any time during the manufacturing process and shall have the right to reject all materials and workmanship which do not conform to the specifications. However, the City is under no duty to make inspection, and if no inspection is made, the chosen contractor shall not be relieved of any obligation to furnish materials and workmanship strictly in accordance with specifications. BID SECURITY: To be considered, the bid must be accompanied by a bid security unconditionally payable to the City of Bozeman for ten percent (10%) of the total amount of the bid and attached as Exhibit 1 on 2 the Bid Form. Each Bidder shall expressly covenant in the bid that if the Bidder is awarded the bid, the Bidder will, within thirty (30) days after the bid is awarded, enter into a Purchase Agreement with the City of Bozeman in substantially the same form as shown on the Purchase Agreement. Bid security must be provided in a form specified in §18-1-203, MCA, which includes, but is not limited to, certified check, cashier's check, bank draft, bid bond, guaranty bond, or surety bond. Bid security through a bid, guaranty or surety bond must be issued by a surety company authorized to do business in the State of Montana. The bid security protects and indemnifies the City against the failure or refusal of the successful Bidder to timely enter into the Purchase Agreement. SIGNATURE OF BIDDERS: Each bid must be signed in ink by the Bidder with the Bidder's full name and business address or place of residence. If the Bidder is a firm or partnership, the name and residence of each member must be inserted. If the bid is submitted by or in behalf of a corporation, it must be signed in the name of the corporation by a corporate official authorized to bind the corporation and who shall also affix the corporate seal of the corporation to the bid. Any bid by a corporation signed by a person other than a corporate officer must be accompanied by a power of attorney showing that person's authority to sign for the corporation. RESPONSIBILITY OF AGENT: Any person signing a bid as the agent of another, or of others, may be required to submit satisfactory evidence of authority to so sign. TITLE: The position title of any person executing the bid or Agreement shall be clearly indicated beneath the signature. RESPONSIBLE BIDDER: Bidder is not deemed a responsible bidder if Bidder is delinquent in payment of property taxes or special improvement district assessments within the City of Bozeman for at least six (6) months. Any Bidder required by the Bozeman Municipal Code to have a general business license in the City of Bozeman must obtain such license before a bid can be awarded to a bidder. EXAMINATION OF SPECIFICATIONS: Before submitting a bid, each Bidder should examine the Bid Specifications, these Instructions to Bidders, the Bid Form, and the Purchase Agreement thoroughly and become familiar with federal, state, and local laws, ordinances, rules, and regulations that may, in any manner, affect the cost or delivery of the goods. INTERPRETATION OF CONTRACT DOCUMENTS: If any person contemplating submission of a bid for the proposed Purchase Agreement is in doubt as to the true meaning of any part of the specifications, that person may submit a written request to the City for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the proposed purchase agreement will be made only by an addendum duly issued and a copy of any such addendum will be mailed or delivered to each person receiving the specifications. TIME OF COMPLETION: The time of delivery of the goods to be purchased is a basic consideration of the contract. It is necessary that each Bidder satisfy the City of the Bidder's ability to deliver the goods being purchased within the stipulated time. ADDENDA: If applicable, any addenda issued during the time of bidding, or forming a part of the specifications provided to Bidder for the preparation of Bidder's proposal, shall be covered in the bid and shall be made a part of the Purchase Agreement. Receipt of each addendum shall be acknowledged in 3 the bid. Any bid in which all issued addenda are not acknowledged will be considered incomplete and will not be read. WITHDRAWAL OF BID: No Bidder may withdraw any bid for a period as specified in the Invitation to Bid after the date and hour set for the opening declared herein. Prior to that time, Bidder may withdraw a bid by written request. The request to withdraw a bid must be signed in the same manner and by the same person or persons who signed the bid. ACCEPTANCE AND REJECTION OF BIDS: The City reserves the right to accept or reject the bids in the best interest of the City. The City reserves the right to waive informalities and irregularities in any bid submitted, to reject non-conforming, non-responsive or conditional bids, to correct arithmetic errors without changing unit price, and postpone awarding of the Purchase Agreement for a period not exceeding sixty (60) days. AWARD OF BID: If the bid is to be awarded, City will award the bid to the responsible Bidder whose bid is responsive and conforms to all material terms and conditions of the bidding documents and proposed Purchase Agreement, is lowest in price, is in the best interest of the project, and other factors considered. The award will be based on the lowest responsive cumulative base bid plus any added alternate schedules the City determines to include with the project. If the bid is awarded, the award will be made within the period specified in the Purchase Agreement. The successful Bidder will be notified by letter mailed to the address shown on the bid that the bid has been accepted and that Bidder has been awarded the bid. CANCELLATION OF AWARD: The City reserves the right to cancel the award of any bid at any time before the complete execution of the Purchase Agreement by all parties without any liability against the City. EXECUTION AND APPROVAL OF AGREEMENT: The Purchase Agreement shall be signed by the successful Bidder and returned within the time shown on the bid. If the Purchase Agreement is not executed by the City within fifteen (15) days following receipt from Bidder of the signed Agreement, Bidder has the right to withdraw the bid without penalty. The Purchase Agreement is not effective until it has been fully executed by all of the parties thereto. FAILURE TO EXECUTE AGREEMENT: Failure to execute the Purchase Agreement shall be just cause for annulment of the award. In the event of such annulment, the bid guarantee shall be forfeited to the City, not as a penalty, but as liquidation of damages sustained. Award may then be made to the next lowest responsible and qualified Bidder, or the project may be re-advertised as the City may decide. PAYMENT: Payment for all goods purchased under the Purchase Agreement will be made by the City within the time period specified in and in accordance with the procedures outlined therein. NON-DISCRIMINATION: In accordance with law, each entity submitting a bid shall affirm on the form provided by the City that the Bidder shall not discriminate in the performance of the work called for in the Bid Specifications on the basis of race, color, religion, creed, sex, age, marital status, national origin, or because of actual or perceived sexual orientation, gender identity or disability, with regard to, but not limited to, the following: employment upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, selection for training, or rendition of services. It is further understood that any vendor who is in violation of this clause shall be barred forthwith from receiving awards of any purchase from the City of Bozeman unless a satisfactory showing is made that discriminatory practices have ceased, and the recurrence of such acts is unlikely. Bid Specifications and Bid Form. Note: The bid must be submitted on this form. One (1) New or Current Model Year 2025 Spray Injection Pothole Patch Truck and One (1) New or Current Model Year 2025 Flameless Pothole Patch Truck The vehicle(s) described herein shall be a new North American manufactured from 2025 or new production. All parts and accessories, which are required to compose a complete unit(s), shall be furnished whether herein stipulated or not. Unless otherwise noted in these specifications, all equipment cataloged as standard shall be furnished and included in the purchase price of the unit(s). Spray Injection Pothole Patch Truck Section 1: Truck Options Chassis shall have a GVWR of 33,000 lbs. Compliant: Exception: Chassis shall be of single rear axle configuration. Compliant: Exception: Chassis shall be a class 7 cab over design. Compliant: Exception: Chassis shall have a front axle weight rating of 12,000 lbs. Compliant: Exception: Chassis shall have a rear axle weight rating of 21,000 lbs. Compliant: Exception: Chassis shall have a rear suspension rated for at least 23,000lbs. Compliant: Exception: Chassis shall have an engine producing a minimum of 220hp at 2400rpm and 60hp at 800 rpm (idle). (Cummins preferred) Compliant: Exception: Chassis shall have an Allison RDS 3000 series transmission. Compliant: Exception: Chassis shall have a wheelbase of 146”. Compliant: Exception: Chassis shall have a cab to axle distance of 135”. Compliant: Exception: Chassis shall have the most minimal overhang aft axle allowed by the patching components. Overhang aft axle to be noted by the bidder in inches. Compliant: Exception: Chassis shall have 11R22.5 tires and appropriate wheels to match Compliant: Exception: Cab to be black in color. Color to be verified at awarding of bid. Compliant: Exception: Body of the unit shall be black in color. Compliant: Exception: Section 2: Hydraulic Systems PTO shall be left side outlet. Compliant: Exception: There shall be no auxiliary engine required to run the patching operations. Compliant: Exception: Hydraulic pumps shall be attached directly to the truck PTO with no exposed drive shaft. Compliant: Exception: Hydraulic reservoir shall be a two (2) gallon cyclonic reservoir to decrease hydraulic oil capacity required and aeration of hydraulic oil. Compliant: Exception: The hydraulic system shall have an easily accessible spin-on filter element(s). Compliant: Exception: The hydraulic system shall have proportional control valves in the side compartment and on boom for easy access. Compliant: Exception: The hydraulic pumps shall be variable output to allow for patching while moving the vehicle at slow speeds. Compliant: Exception: Section 3: Spray Patching Aggregate System Hopper shall be at least 5 cubic yards in capacity. Compliant: Exception: Hopper shall be a single chamber to allow for a singular aggregate type. Compliant: Exception: Hopper shall be as low profile as reasonable to allow for easy loading of aggregate. Compliant: Exception: Discharge from the aggregate hopper shall be controlled by a hydraulically driven auger for precise material flow. Compliant: Exception: The aggregate hopper shall have sufficient sloping to eliminate the need for a material vibration system, at a minimum 55° slope. Compliant: Exception: Aggregate hopper shall be lined with High Molecular Weight (HMW) (HDPE or similar) sheeting at least one eighth inch (1/8”) thick to prevent corrosion and material cling. Compliant: Exception: The aggregate auger shall have safety grates that span the entire auger length to prevent injury and material contamination. Compliant: Exception: The output rate of the material auger shall be controllable from inside the cab. Compliant: Exception: The aggregate hopper shall have a retractable tarp to keep the material clean and dry. Compliant: Exception: The aggregate hopper shall be capable of rear discharge in case of aggregate offload. Compliant: Exception: Aggregate shall be moved into the patcher airstream through a venturi eductor, not gravity fed. Compliant: Exception: Venturi eductor chamber shall have and access panel to allow for proper cleanout without removing aggregate hoses. Compliant: Exception: Aggregate system shall be capable of handling aggregate at least one eighth inch (1/8”) and no larger than one half inch (½”) in diameter. Compliant: Exception: Aggregate system shall be equipped with removable conveyor assembly for ease of maintenance. Compliant: Exception: All unmoving portions of the aggregate delivery system shall utilize steel tubing with reinforced segments at bends to prevent wear. Compliant: Exception: Flexible moving sections of the aggregate delivery system shall use abrasion resistant, steel wire reinforced, antistatic layered hose. Compliant: Exception: The aggregate delivery system spray head assembly shall have a replaceable aggregate directing wear plate. Compliant: Exception: Aggregate shall be coated by emulsion as it is being sprayed mid-air into the patch location. Compliant: Exception: Section 4: Emulsion Handling The emulsion tank shall have a capacity of at least 260 gallons. Compliant: Exception: The emulsion tank shall be fully insulated and heated. Compliant: Exception: The emulsion tank shall have a tank level gauge visible from the operator’s station inside the cab. Compliant: Exception: The emulsion tank shall have at least an eight-inch (8”) top access hatch for filling and inspection of emulsion. Compliant: Exception: The emulsion tank shall have at least a nineteen-inch (19”) side access port for cleaning and inspection of the emulsion tank. Compliant: Exception: The emulsion tank shall have a two-inch (2”) valve and three-inch (3”) camlock connector at the sump of the tank for filling and draining emulsion. Compliant: Exception: The emulsion heating system shall provide heat to all major emulsion delivery components including the tank, strainer, pump, spray valve, spray nozzles, and emulsion lines. Compliant: Exception: During vehicle operation the entire heating system shall be powered by an onboard alternating current (AC) generator. Compliant: Exception: The onboard AC generator shall have a Class A ground fault circuit interrupter (GFCI). Compliant: Exception: During non-working hours the entire heating system shall be operated by a single phase 208V/240V shore power connection. NEMA 4-50R Plug. Compliant: Exception: The heating system shall circulate a fifty/fifty (50/50) antifreeze solution that is independent from the chassis engine coolant. Compliant: Exception: The heating system shall have a lighted digital ammeter and voltmeter with color status indication. Compliant: Exception: The heating system shall have in-cab temperature monitoring and thermostat control. Compliant: Exception: The heating system shall be capable of maintaining emulsion temperature up to 175°F. Compliant: Exception: The heating system surfaces shall not exceed 212°F during operation to prevent the emulsion from boiling. Compliant: Exception: The pump for the emulsion delivery system shall be hydraulically driven to allow for variable output rates. Compliant: Exception: The emulsion pump speed shall be electronically controlled to provide the correct emulsion to aggregate ratio. Compliant: Exception: The emulsion pump and emulsion strainer shall be completely contained inside a heated compartment. Compliant: Exception: Emulsion delivery lines shall be heated all the way from the pump to spray valve. Compliant: Exception: The emulsion tank shall have a shut-off valve to prevent emulsion from entering the emulsion delivery system during or after a cleanout or purge. Compliant: Exception: The system shall include a multi-use hose for loading emulsion, emulsion system purging, and cleaning. Compliant: Exception: The emulsion pump onboard shall be capable of being utilized to load emulsion into the emulsion tank. Compliant: Exception: The emulsion handling system shall automatically purge spray nozzles after each patching cycle is complete. Compliant: Exception: The emulsion system shall be capable of a manual purging cycle that clears all emulsion lines, pump, and strainer(s). Compliant: Exception: Section 5: Spray Boom The spray boom shall be capable of covering an area of at least 211 square feet. Compliant: Exception: The spray boom shall have a minimum reach of 14.5 feet when fully extended. Compliant: Exception: The spray boom shall have a minimum reach of 11 feet from lane centerline to road shoulder. Compliant: Exception: The spray boom shall utilize two horizontal pivots and one vertical pivot for optimal spray head positioning. Compliant: Exception: The inner section of the spray boom shall be capable of being rotated a minimum of 90°. Compliant: Exception: The inner section of the spray boom shall be equipped with double acting hydraulic cylinder(s). Compliant: Exception: The outer section of the spray boom shall be capable of being rotated a minimum of 270°. Compliant: Exception: The outer section of the spray boom shall be capable of being raised and lowered independently of the inner section. Compliant: Exception: The outer section of the spray boom shall be equipped with a hydraulic rotary actuator. Compliant: Exception: Hydraulic, air, and antifreeze heating hoses shall use quick disconnect fitting at the bulkhead and truck cab. Compliant: Exception: Emulsion line shall be heated for the entire length of the boom. Compliant: Exception: There shall be an in-cab control to release and stow the boom with a safety indicator to indicate proper storage position for driving. Compliant: Exception: The truck shall have high intensity LED auxiliary headlights mounted to the boom framework to allow for DOT compliance when the boom is obstructing the original equipment headlights. Compliant: Exception: The boom shall store in a position below the windshield and as low as possible to minimize obstruction to the driver’s vision. Compliant: Exception: The spray head shall have an air reduction feature that automatically engages during aggregate placement. Compliant: Exception: The spray head shall have an automatic function that purges the emulsion nozzles after each application. Compliant: Exception: The spray head assembly shall be capable of moving in a circular(oscillating) pattern. Compliant: Exception: The spray head assembly shall have at least three (3) replaceable emulsion spray nozzles spaced 120° apart to evenly and consistently coat the aggregate. Compliant: Exception: Each spray nozzle in the spray head assembly shall be equipped with individual shut-off valves. Compliant: Exception: The spray head assembly shall be equipped with shut-off valves for both air and emulsion. Compliant: Exception: The spray head, emulsion spray valve, and emulsion spray nozzles shall be heated. Compliant: Exception: Section 6: Control Systems The equipment control system for operation of the patcher shall be capable of being operated by one person from the driver’s seat. Compliant: Exception: All patching functions shall be performed from in the cab (preparing the site, tack coating, patching, and dust coating). Compliant: Exception: Patching functions shall be set up in four (4) easy to select steps from the control system. Compliant: Exception: Each patching function shall engage proper machine function to complete current patching step. Compliant: Exception: The ratio of emulsion to aggregate shall be kept constant by the controller as the operator changes output rates. Compliant: Exception: The in-cab operator display shall be touch-screen. Compliant: Exception: The in-cab operator display shall allow for easy selection of the patching step. Compliant: Exception: The in-cab operator display shall show machine status, indicators, and alarms for the patching system. Compliant: Exception: The in-cab operator display shall allow for adjustment to the emulsion-aggregate mix ratio. Compliant: Exception: The in-cab operator display shall allow adjustment to the emulsion thermostat. Compliant: Exception: The in-cab operator display shall show the aggregate hopper level gauge(s). Compliant: Exception: The in-cab operator display shall allow calibration of material outputs. Compliant: Exception: The in-cab operator display shall show the safety operation zone as defined by the operator with lane departure warning. Compliant: Exception: The in-cab operator display shall notify the operator if the boom leaves the safe operation zone. Compliant: Exception: The in-cab operator display mounting shall by fully adjustable. Compliant: Exception: The boom shall be joystick controlled throughout its entire range. Compliant: Exception: The joystick shall have an operator presence switch that prevents unintentional movement or operation. Compliant: Exception: The joystick shall have controls to start and stop patch operation, toggle to next patch step, and spray head oscillation. Compliant: Exception: The joystick position shall be fully adjustable for operator function and comfort. Compliant: Exception: The spray rate control shall be an ergonomically and easily accessible single dial to control material output rate. Compliant: Exception: The operator’s console shall have switches to control flashers, strobes, and auxiliary lights. Compliant: Exception: Section 7: Safety Equipment Vehicle shall have an inspection platform for safe access to inspect the aggregate hopper and emulsion tank port(s). Compliant: Exception: Inspection platform shall be at a minimum 22” (inches) wide and sufficient length to inspect all access points and equipment on the vehicle. Compliant: Exception: Inspection platform shall be accessed via foldable ladder that shall stow away during travel and operation. Compliant: Exception: Inspection platform shall be equipped with safety handrails and traction aids. Compliant: Exception: Vehicle shall have a large, lighted, lockable storage compartment for tools and equipment on the passenger side of the vehicle. Compliant: Exception: Vehicle shall be equipped with a DOT 30x60 LED 15 light, arrow board mounted on the rear of the unit within cab controls. Compliant: Exception: Spray boom shall have boom mounted LED strobe lights. Compliant: Exception: Spray boom shall have boom mounted LED work light. Compliant: Exception: Vehicle shall have side and rear, flush mounted LED strobe lights. Compliant: Exception: Vehicle shall have LED work lights on the inspection platform. Compliant: Exception: Vehicle shall be equipped with a cone holder capable of holding at least five (5) 28” (inch) cones. Compliant: Exception: Vehicle shall be equipped with a 360° camera system, with a minimum of 4 cameras and a minimum of a 10” in-cab display. Compliant: Exception: All required safety placards and decals shall be provided by the manufacturer and affixed in the proper location according to the current federal and state safety laws, at the time and location of delivery. Compliant: Exception: All hazards must be identified in the maintenance support manuals and operator’s manuals, individually listing the type of hazard, level of hazard, avoidance practices and emergency medical procedures for the type and level of hazard. Compliant: Exception: Cab shall have a fire extinguisher bracket, KIDDE UB 5, mounted in the cab. Location to be verified at time of install. Compliant: Exception: Flameless Pothole Patch Truck Section 1: Cab & Chassis Chassis shall be a Freightliner M2 106 Plus day cab. Compliant: Exception: Chassis shall be rated for at least 35,000 Gross Vehicle Weight (GVW). Compliant: Exception: Chassis shall be powered by a nine (9) liter Cummins engine. Compliant: Exception: Shall have an Allison 3000 series RDS transmission. Compliant: Exception: Cab to Axle length shall not exceed one hundred and twenty-six (126) inches. Compliant: Exception: Cab to be black in color. Color to be verified at awarding of bid. Compliant: Exception: Cab shall have a two-person bench seat for passengers and under seat storage. Compliant: Exception: Driver’s seat shall be premium air ride with adjustable lumbar support. Compliant: Exception: Seats shall be vinyl. Compliant: Exception: Truck shall be equipped with OSHA approved backup alarm. Ecco DF445 dual tone or similar preferred. Compliant: Exception: Body of unit shall be black in color. Compliant: Exception: Section 2: Asphalt Hopper Unit shall have a minimum capacity of five (5) cubic yards. Compliant: Exception: Hopper walls shall have fifty (50) degree slopes, with two (2) inch vertical sides and end walls, with two (2) inch industrial insulation encased in a double steel jacket, with four and one half (4 ½) inch heated air chamber. Compliant: Exception: Material shall be fed by a screw type auger. Compliant: Exception: Unit shall have a non-tapered screw conveyor type auger, six by six by three eights (6 x 6 x 3/8) flighting, be hydraulically driven; and reversible with control at operator workstation. Compliant: Exception: Unit shall have a secondary auger motor, for additional auger torque for very stiff mixes, with control at operator workstation. Compliant: Exception: Secondary motor shall match primary motor in horsepower and torque to double the torque in parallel mode. Compliant: Exception: Auger shall be powered by two (2) thirteen point six (13.6) horsepower motors, each producing a minimum of eleven-hundred (1100) foot-pounds of torque. Compliant: Exception: Anti-bridge agitator shall be mounted above the auger. Compliant: Exception: Agitator shall be full hopper length, hydraulically driven, reversible with control at operator workstation. Compliant: Exception: Auger and agitator shall be supported by bearings at both ends and the bearing mounted externally to allow for easy service. Compliant: Exception: Hopper doors shall be steel, bi-fold, double wall, encapsulating two (2) inches of insulation; with large hinge pins at each end, and moisture drip flashing built into the edges of the two (2) inner doors. Compliant: Exception: Doors shall be hydraulically operated with control accessible from ground level, mounted on curbside of hopper. Compliant: Exception: Doors shall be operated by, three (3) position hydraulic control valves, controlling two (2) one and a half by ten (1 ½ x 10) inch stroke cylinders for opening and closing. Compliant: Exception: Opening shall be fifty-four (54) inches wide and one hundred eight (108) inches long for easy loading. Compliant: Exception: Auger and agitator shall automatically shut down when doors are in the open position. Compliant: Exception: Material shall be dispensed from the hopper by a hydraulically powered, auger chute. Compliant: Exception: The chute shall have a swing arc of at least 110° and be able to be secured and position away during transportation. All controls for chute shall be at the rear of the hopper. Compliant: Exception: Section 3: Hydraulic System Hydraulic reservoir shall be constructed out of steel and have a capacity of at least twenty-five (25) gallons. Compliant: Exception: Reservoir shall be equipped with a sight gauge, vented filter with breather cap, and drain plug. Compliant: Exception: Gate (or one quarter (1/4) turn stainless steel ball valve) shall be installed to reservoir supply lines. Compliant: Exception: Hydraulic system shall be equipped with a full flow filter, spin on/off cartridge. Compliant: Exception: Filters shall be mounted in an easily serviceable position. Compliant: Exception: Filter replaceable without draining tank. Compliant: Exception: Sight gauge and thermometer tank mounted. Compliant: Exception: Furnish and install an appropriate hot shift model PTO with electronic over speed protection or approved equal. Compliant: Exception: PTO shall match customer truck with a minimum of twenty (21) horsepower with on-off cab control; Model 277, wet spline PTO shall be used. Compliant: Exception: Furnish and install an appropriate hydraulic variable volume piston pump, single stage, direct mounted to a heavy-duty clutched drive single speed PTO. Compliant: Exception: There shall be no shafts acceptable between PTO and Hydraulic pump. Compliant: Exception: The PTO and pump should be designed to operate at truck engine speed; not to exceed two thousand one hundred (2100) RPM. Compliant: Exception: The controller shall be clearly labeled “PTO” with warning light when in operation. Compliant: Exception: Automatic truck engine throttle control to provide correct hydraulic flow on demand. Compliant: Exception: Furnish multi-spool control valves for hopper auger, agitator doors, lift platform and auxiliary tools, with built-in adjustable relief. Compliant: Exception: Control valves shall be properly labeled as to function. Compliant: Exception: All hydraulic hoses to be rated not less than three thousand (3000) PSI. Compliant: Exception: Controls shall be located at the operator workstation, with quick couplers for pavement breaker. Compliant: Exception: Section 4: Heating System Hopper shall be heated by electric heating elements during working hours. Compliant: Exception: On board AC electric generator shall be hydraulically driven, two hundred thirty (230) volts; forty-two (42) amps. Compliant: Exception: The generator shall be operable while the engine is running, including highway driving with no constraints on the driver. Compliant: Exception: When any other hydraulic function occurs, generator shall automatically shut down. Compliant: Exception: During non-working hours, the unit shall be capable of being heated by a 208V/240V single phase, up to forty (40) amp, GFCI protected shore power connection. Compliant: Exception: City of Bozeman to supply electric circuit; two hundred thirty (230) volts; forty-two (42) amps for non-working hours. Compliant: Exception: Hopper to be equipped with two (2) each, two hundred thirty (230) volts, three point five (3.5) kilowatt triple element electric heaters. Compliant: Exception: Hopper heater includes two hundred thirty (230) volt Thermostatic controller that digitally displays set-point and hopper temperature. Compliant: Exception: Electric Generator system shall be equipped with onboard voltage and amperage meters. Compliant: Exception: Shall have propane hand torch with minimum thirty (30) foot hose. Compliant: Exception: Propane tank shall be mounted with easy fill from outside. Compliant: Exception: Section 5: Emulsion System Air supply shall be provided by truck’s air compressor. Compliant: Exception: Air tank shall be ASME approved, with bleed and isolation valves and pressure gauges eighty (80) psi tractor protection valve; no air shall be taken from the truck system if the patch machine’s air tank pressure drops below eighty (80) psi to always insure adequate pressure for the truck braking system. Compliant: Exception: Tank to be mounted horizontally on the front platform of the patch machine. Compliant: Exception: Air tank to be a minimum eighteen (18) gallons. Compliant: Exception: Tack oil tank to be minimum eighty (80) gallons and shall be ASME approved. Compliant: Exception: Tack tank to be heated by two hundred thirty (230) volt, one thousand (1000) watt silicone drum band heater. There can be no direct contact between heat source and tack material. Use of lines from truck’s cooling system to be used a heat source is unacceptable. Compliant: Exception: Tank shall have steel sheet metal wrapper housing, with two (2) inches R12 insulation. Compliant: Exception: Opening in top to be six and three eighths by eight (6 3/8 x 8) inches for ease of filling, visual inspection of contents and level. Compliant: Exception: Tack wand shall have a twelve (12) foot hose and spray wand for cleaning out and applying a tack-coat of emulsion to potholes. Compliant: Exception: Tack wand hose(s) shall be supported by an overhead system that keeps the hoses off the ground and assists operator in managing hoses while utilizing the tack wand. Compliant: Exception: Support system shall stow away when not in use. Compliant: Exception: Tack wand shall have a dual feed of air and tack material, plumbed such that air cleans out the spray nozzle, pushing the tack material from the wand and hose into supply tank and further agitates the material in the supply tank. Compliant: Exception: Tack coat line shall have an off/on valve. Compliant: Exception: Tack wand shall be capable of running cleaning fluid, from the cleaning fluid reservoir, through the spray wand. Compliant: Exception: Section 6: Cleaning Fluid System Cleaning Fluid tank to be fifteen (15) gallons and mounted vertically on service platform of patch unit. Compliant: Exception: Minimum half (½) inch drain. Compliant: Exception: Cleaning fluid spray wand to have twenty-four (24) feet of retractable hose on a reel; located at rear of machine, on the driver’s side. Compliant: Exception: Second spray wand shall be stowed at front of hopper for spraying down inside of hopper. Compliant: Exception: Cleaning fluid to be pumped by twelve (12) volt DC pump under machine’s platform. Compliant: Exception: Water tank shall have fifteen (15) gallon capacity and mounted on service platform to the right of access ladder so that is easily accessible from the ground. Compliant: Exception: Section 7: Material Cleanup Shall provide a rear mounted, swing open gravity dump door spoil bin, with minimum point five two (0.52) cubic yards capacity; must have hinged upper door for easy loading. Compliant: Exception: Shall provide a curbside mount, swing open gravity dump door spoil bin, with minimum point four seven (0.47) cubic yards of capacity Compliant: Exception: Rear spoils bin shall have an attached tool holder capable of holding three (3) or more hand tools (i.e. shovels or rakes) Compliant: Exception: Along the rear of the hopper shall be a horizontal storage location specifically for asphalt lutes. Compliant: Exception: Section 8: Accessories Unit shall have a lockable tool/storage box; equal to the full length of the hopper, to be located on the driver’s side of the hopper. This box to measure twenty-two (22) inches deep, with a full-length door opening: thirteen and a half (13 ½) inches tall by one hundred eight (108) inches long. The door must be constructed of heavy gauge steel with a full-length hinge and two lockable hand latches. Compliant: Exception: Shall provide a sixty-seven (67) pound, hydraulically powered pavement breaker with asphalt chisel and twenty-five (25) feet of hose with quick couplings. Compliant: Exception: Furnish and install a spring return hose reel mounted under curbside fender. Compliant: Exception: Breaker storage location shall be provided on the lift platform at the rear of the patcher. Compliant: Exception: Lift platform shall be hydraulically operated to lower and raise tools. Compliant: Exception: Compactor shall be a Bomag Model BW55e, light duty single drum vibratory roller. It shall have an adjustable handle and minimum four (4) gallon water tank. It shall stow on the hydraulically operated lift platform on the rear of the unit. Compliant: Exception: Section 9: Safety Unit shall have a minimum ten (10) light LED arrow shaped traffic advisor mounted at or below hopper height at back. Whelen Traffic Advisor 4500/Arrow preferred. Compliant: Exception: Unit shall have minimum two (2) grill, flush mounted LED strobe lights. Whelen brand preferred. Compliant: Exception: Unit shall have single front, low profile, top mounted LED beacon. Whelen L32 preferred. Compliant: Exception: Unit shall have dual rear, low profile, top mounted LED beacons. Whelen L32 preferred. Compliant: Exception: Unit shall have two (2) rear, flush mounted LED strobe lights. Whelen brand preferred. Compliant: Exception: Unit shall have one (1) each side, flush mounted LED strobe light on the side of the patching platform. Whelen brand preferred. Compliant: Exception: All advanced warning lights and arrow shaped traffic advisor shall be controlled from in- cab and one control head. Compliant: Exception: All strobes and beacons shall be activated by one switch with indicator light. Compliant: Exception: Unit shall be equipped with rear mounted LED work lights to illuminate the working area behind the unit. Compliant: Exception: Unit shall be equipped with a back-up camera with nighttime vision capability. In cab monitor shall be at least seven (7”) and color. System shall be capable of audio transmission from the rear camera to the driver. Compliant: Exception: Unit shall be equipped with a cone holder on both passenger and driver side of the patching platform. Capable of holding twenty-eight-inch (28”) cones. Compliant: Exception: Unit shall include a diamond tread plate platform, an integral part of the weldment; measuring a minimum of forty-seven and a half by seventy-seven and a half (47 ½ x 77 ½) inch, with two (2) three by six (3 x 6) inch rectangular tubing to run the full length of hopper and platform for strength and stabilization. Compliant: Exception: Cab shall have a fire extinguisher bracket, KIDDE UB 5, mounted in the cab. Location to be verified at time of install. Compliant: Exception: Platform shall be situated between chassis cab and hot mix hopper, and must house all tanks; Emulsion, water, hydraulic and cleaning fluid tanks. Compliant: Exception: Platform shall be accessed by a ladder with dimple step plates and shall include two (2) climb assist handles. Lowest Step is to measure no more than twenty-four (24) inches from the road surface and next step is to be no more than twelve (12) inches higher than the lowest step. Compliant: Exception: All required safety placards and decals shall be provided by the manufacturer and affixed in the proper location according to the current federal and state safety laws, at the time and location of delivery. Compliant: Exception: All hazards must be identified in the maintenance support manuals and operator’s manuals, individually listing the type of hazard, level of hazard, avoidance practices and emergency medical procedures for the type and level of hazard. Compliant: Exception: Other Manuals must cover all parts, service wiring diagrams, and all major components. Each unit shall be supplied with at least one (1) complete manual, one (1) digital manual, And two (2) operator manuals. Manuals shall be the same used in the supplier’s maintenance shop. Any outside vendors installing various components on this unit shall include original parts, service, and operator manuals. Each unit will be supplied with a final bill of materials/build sheet. Manuals shall be delivered prior to the delivery of the unit for complete signoff. Compliant: Exception: Each unit shall have a standard factory warranty. The City of Bozeman reserves the right to do warranty work with authorization from manufacturer. Warranty work will be billed out at one hundred dollars ($100.00) per hour straight time for warranty repairs. Prior approval will be obtained from the manufacturer before repairs are started. All warranty parts will be shipped free of charge to our shop, 1812 N. Rouse, Bozeman, MT 59715, with overnight designation and if parts are to be returned the manufacturer will make arrangements to have the old parts returned at their cost. Arrangements may be made at our approval to have warranty work done within a 10-mile radius of our shop. Compliant: Exception: The complete unit(s) (F.O.B. City Shops Complex, 1812 N. Rouse, Bozeman, MT 59715) shall be delivered within three hundred sixty (360) calendar days after the date of the notice to proceed. Upon delivery of the complete unit(s), City of Bozeman staff will inspect the complete unit to see if it meets bid specs. If the City staff finds that it does not meet the specs, it will be taken by the successful bidder to their facility to correct the deficiencies Compliant: Exception: Successful bidder will provide four hours of operator and service training to be provided at City of Bozeman Shop Complex (814 N. Bozeman). If a model of truck is awarded the bid and that model has never been owned by the City of Bozeman, then factory training will be provided for one mechanic. This will be the same training provided to dealership mechanics. The training will be no less than two (2) days and no more than five (5) days. All expenses including but not limited to travel, room and board and classroom materials will be provided by the successful bidder. Contact the Street Division, (406) 582-3200, to get clarification on this before submitting bid. Compliant: Exception: Bid Form Page 1 of 7 BID FORM (Purchase Agreement) One (1) New or Current Model Year 2025 Spray Injection Pothole Patch Truck and One (1) New or Current Model Year 2025 Flameless Pothole Patch Truck. THIS BID SUBMITTED TO: Bozeman City Clerk, City of Bozeman, MT, 121 N. Rouse Ave., Bozeman, MT 59715. 1. THE UNDERSIGNED BIDDER proposes and agrees that if this bid is accepted, Bidder will enter into a Purchase Agreement with the City in the form included in the bidding documents and will furnish the goods or product to be purchased by the City within the number of calendar days indicated in the Agreement and in accordance with the other terms and conditions of the bidding documents. 2. Bidder has examined, understands, accepts, and abides by all of the terms and conditions of the Invitation to Bid, Instructions to Bidders, Bid Specifications, and Purchase Agreement. 3. Bidder expressly covenants that if Bidder is awarded the bid, Bidder will, after the bid is awarded and within the time specified in the Request for Bid, enter into a formal Purchase Agreement with City. The bid must be accompanied by Bid Security payable to the City of Bozeman for ten percent {10%) of the total amount of the bid, including alternates, if any. The Bid Security must be in a form specified in §18-1-203, MCA, which includes, but is not limited to, certified check, cashier's check, bank draft, bid bond, guaranty bond, or surety bond. The Bid Security is attached hereto as Exhibit 1. 4. This bid will remain subject to acceptance for sixty (60) days after the bid opening, or for such longer period of time that Bidder may agree to in writing upon request of City. 5. Bidder further represents that this bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization, or corporation; Bidder has not solicited or induced any person, firm, or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other bidder or over City. 6. Bidder certifies that no employee or official of the City or any member of such employee or official's immediate family has any direct or indirect interest in the pecuniary profits or contracts of the Bidder. 7. Bidder will provide the goods, product, or equipment being purchased by the City in accordance with the Purchase Agreement, for the price stated on the completed Bid Specifications sheet attached hereto as Exhibit 2. Bid Form Page 2 of 7 8. Bidder understands that the unit prices shall govern in checking the bid, and should a discrepancy exist in the total estimated price and total amount of unit prices bid as listed on the Bid Sheet after extensions are checked and corrections made, if any, the total amount of unit prices bid as corrected shall be used in awarding the contract. 9. Bidder certifies that Bidder is a responsible bidder. 10. Bidder agrees that the good, product, or equipment to be purchased by City will be delivered and ready for final payment in accordance with the Purchase Agreement. 11. If applicable, Bidder certifies receipt of City's revisions or additions made subsequent to the advertised proposal, which are specifically acknowledged on Receipt of Addendum, attached hereto as Exhibit 3. 12. Bidder represents that the bid is genuine and not collusive or a sham and that bidder has not colluded, conspired, connived, or agreed, directly or indirectly, with any bidder or person, to put in a sham bid or to refrain from bidding. Bidder further represents that Bidder has not sought by agreement or collusion, directly or indirectly, with any person, to fix the bid price of any other bidder, or to fix any overhead, profit, or cost element of said bid price or that of any other bidder, or to secure any advantage against the City or any person interested in the proposed bid. Bidder affirms that all statements in this bid are true. SUBMITTED on the day of _,20 Bidder's Tax ID# ________________________________________ IF BIDDER is: An Individual: By: (SEAL) (Individual's Signature) Doing business as: Business Address: _________________________________________________________ Telephone# FAX# (Name typed or printed) Bid Form Page 3 of 7 A Partnership: (Partnership Name) By: (SEAL) (Signature) (Name typed or printed) Business Address: ___________________________________________________________ Telephone# FAX# A Corporation: (SEAL) (Corporation Name) State of Incorporation: Type (General Business, Professional, Service, Limited Liability): By: (Signature of Authorized Representative) Print Name and Title: ___________________________________________________________________________________ Attest: (Corporate Seal) (Signature of Secretary) Business Address: Telephone# FAX# Date of Qualification To Do Business Is: A Joint Venture: Each Joint Venture Must Sign Joint Venture Name: (SEAL) (Name) By: (Signature of Joint Venture Partner) Name: (Name, printed or typed) Title: ____________________________________________________________________________________________________ Business Address: Bid Form Page 4 of 7 Telephone# FAX# _ A Joint Venture: Each Joint Venture Must Sign Joint Venture Name: (SEAL) (Name) By: (Signature of Joint Venture Partner) Name: (Name, printed or typed) Title: Business Address: Telephone# FAX# Address of Joint Venture for Receipt of Official Communication: Address: Telephone# FAX# (Each Joint Venture must sign. The manner of signing for each individual, partnership and corporation that is a party to the joint venture should be in the manner indicated above.) Bid Form Page 5 of 7 Exhibit 1 Bid Security Attached. Bid Form Page 6 of 7 Exhibit 2 Bid Sheet Attach a completed Bid Specification Form. The Bidder must state the Total Bid Price here: Total Bid Price (written out and in dollar amount): $ Bid Form Page 7 of 7 Exhibit 3 Receipt of Addendum (if applicable). Bidder acknowledges receipt of the following addendum of revisions or additions: Addendum Number Date Issued Authorized Signature For Each 1 2 3 4 5 Attachment A NONDISCRIMINATION AND EQUAL PAY AFFIRMATION (name of entity submitting) hereby affirms it will not discriminate on the basis of race, color, religion, creed, sex, age, marital status, national origin, or because of actual or perceived sexual orientation, gender identity or disability and acknowledges and understands the eventual contract will contain a provision prohibiting discrimination as described above and this prohibition on discrimination shall apply to the hiring and treatments or proposer's employees and to all subcontracts. In addition, (name of entity submitting) hereby affirms it will abide by the Equal Pay Act of 1963 and Section 39-3-104, MCA (the Montana Equal Pay Act), and that it has visited the State of Montana Equal Pay for Equal Work "best practices" website, or equivalent "best practices publication and has read the material. Name and title of person authorized to sign on behalf of submitter