form no. 95

17

Upload: others

Post on 04-Feb-2022

2 views

Category:

Documents


0 download

TRANSCRIPT

http://airportal.fwacaa.local/Teams/projects/snowremovalcombounit/Procurement/Supplementary Bid Documents/bidform95.doc

Form No. 95

BID, OFFER OR PROPOSAL FOR SALE OF MATERIALS

Date: ____

1. Governmental Unit: Fort Wayne-Allen County Airport Authority

2. County: Allen

3. Bidder (Firm):

Address:

City/State:

4. Telephone Number:

5. Agent of Bidder (if applicable):

Pursuant to notices given, the undersigned offers bid(s) to the Fort Wayne Allen-County Airport Authority in accordance with

the following attachment(s) which specify the class or item number or description, quantity, unit, unit price and total amount.

The contract will be awarded by classes or items, in accordance with specifications. Any changes or alterations in the items

specified will render such bid void as to that class or item. Bidder promises that he has not offered nor received a less price than the price

stated in his bid for the materials included in said bid. Bidder further agrees that he will not withdraw his bid from the office in which it is

filed. A certified check or bond shall be filed with each bid if required, and liability for breach shall be enforceable upon the contract, the

bond or certified check or both as the case may be.

Signature of Bidder or Agent

BID OFFER OR PROPOSAL

Return bid price sheet issued with the bid listing each item bid based on specifications published by governing body.

NON-COLLUSION AFFIDAVIT

STATE OF INDIANA)

) SS:

COUNTY)

The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other member, representative, or

agent of the firm, company, corporation or partnership represented by him, entered into any combination, collusion or agreement with any

person relative to the price to be bid by anyone at such letting nor to prevent any person from bidding nor to induce anyone to refrain from

bidding, and that this bid is made without reference to any other bid and without any agreement, understanding or combination with any

other person in reference to such bidding.

He further says that no person or persons, firms, or corporation has, have or will receive directly or indirectly, any rebate, fee, gift,

commission, or thing of value on account of such sale.

Signature of Bidder or Agent Bidder (Firm)

Subscribed and sworn to before me on this day of ______

My commission expires:

Notary Public

County of Residence:

ACCEPTANCE

There now being sufficient unobligated appropriated funds available, the contracting authority of the Fort Wayne Allen-County

Airport Authority hereby accepts the terms of the attached bid for classes or items numbered and

promises to pay the undersigned bidder upon delivery the price quoted for the materials stipulated in said bid.

Contracting Authority Members: Date: _________

GENERAL TERMS AND CONDITIONS These terms and conditions apply to all contracts awarded under the attached solicitation. The Bidder agrees to these terms by signing and submitting their bid. 1. INDEPENDENT CONTRACTOR

It is hereby agreed that the Vendor’s relationship to the Fort Wayne-Allen County Airport Authority (FWACAA) shall be that of an independent contractor, and not as an agent, employee, partner, or joint venturer, and that the employee or agents of the Vendor shall not be deemed or construed to be employees of the FWACAA for any purpose whatsoever.

2. INDEMNIFICATION The Vendor hereby agrees to protect, indemnify and save harmless the FWACAA and its members, officers, agents, and employees from every liability, claim, demand, right of action, loss, cost, damage or expense (including attorney’s fees) on account of every injury, death, or damage arising out of or in any way connected with the services of the Vendor.

3. NON-ASSIGNMENT The Vendor shall not assign, transfer, or subcontract the whole or any part of this contract without the prior written consent of the FWACAA. a. The Vendor will not sell, assign, or pledge this contract as collateral for a loan or take any action which may tend to encumber the direct contractual relationship between the FWACAA and the Vendor without express written consent of the FWACAA.

4. PAYMENTS All payments are subject to the encumbrance of monies and shall be made in arrears in accordance with Indiana law and FWACAA fiscal policies and procedures. Payment terms are Net 30.

5. TAXES The FWACAA is exempt from State, Federal, and local taxes. The FWACAA will not be responsible for any taxes levied on the Vendor as a result of this contract.

6. NON-EXCLUSIVE CONTRACT The Vendor understands that this Contract is a non-exclusive contract and that other vendors may be selected or retained by the FWACAA to provide the same or similar products and/or services during the course of this contract. The vendor understands that the FWACAA may elect to perform, using FWACAA personnel, the same or similar services as covered by this contract.

7. TERMINATION This contract may be terminated, in whole or in part, without penalty by the FWACAA in the event of one or more of the following: a. Vendor fails to meet the requirements of the specification for products, performance or delivery as outlined herein b. Significant product failures, or poor/inferior quality of products as judged by the FWACAA c. Vendor substitutes products without the written approval of the FWACAA d. Vendor fails to negotiate in good faith to resolve issues and concerns of the FWACAA e. Vendor invoices for products or services not provided, or invoices for more than the contracted price. f. Vendor is adjudged bankrupt, or makes a general assignment for the benefit of creditors, or a receiver is appointed due to Vendor’s insolvency. g. A court of competent jurisdiction finds that Vendor persistently disregards laws, ordinances, rules, regulations or orders of any public authority having jurisdiction. The FWACAA reserves the right to pursue all remedies against the performance surety and under the law in the event of any non-performance by Vendor.

8. PRODUCTS AND SUBSTITUTIONS All products shall be newly manufactured with all available manufacturer’s warranties and any extended warranties required by the specifications. Remanufactured, rebuilt, or previously owned or used products will not be compliant under this contract, unless expressly permitted in the specifications. Substitutions of product under this contract will be considered only under the following conditions: a. The FWACAA must approve all product substitutions in advance and in writing b. Upon request, Vendor will provide at no charge to FWACAA, a sample of the proposed substitute product for testing and evaluation. c. The substituted product meets or exceeds the original specifications in all material respects. d. The price of the substituted product is equal to or less that the original bid price for the item.

9. ALL INCLUSIVE PRICING/FIRM PRICING All bid pricing by item shall be fully inclusive of all specifications and services as required herein, and must remain firm throughout the contract, unless price changes are expressly permitted in the specifications.

10. CONFLICTING TERMS AND CONDITIONS Should there be any conflict in terms and conditions between the General Terms and Conditions and the attached specifications, the specifications shall prevail.

11. APPLICABLE LAWS The laws of the State of Indiana shall govern if any disputes arise hereunder.

12. FORCE MAJEURE No liability shall result to either party from delays in performance or nonperformance caused by circumstances beyond the control of the party affected, including but not limited to: act of God, fire, flood, explosion, war, governmental action or inaction or request of governmental authority, strike, lockout, labor trouble or shortage; but the Party shall be diligent in attempting to remove such cause or causes and shall promptly notify the other Party of its extent and probable duration.

G:\WPDOCS\LLH\POTERMS\2000.doc -END GENERAL TERMS AND CONDITIONS-

GENERAL REQUIREMENTS

This unit shall be manufactured in the United States in accordance with IC 5-22-15-21.

These airport snow removal vehicles are being purchased as a primary snow removalunit to be used in an exclusive airport snow removal operation.

The mission of this unit will be to perform snow removal operations on airport-pavedsurfaces under extreme winter climate conditions experienced in the Midwest.

All bids received for this unit will include all items listed in these specifications whethersupplied by the chassis manufacturer or not. All items manufactured by outside supplierfirms shall be included in the total purchase price of the vehicle.

The Airport Authority reserves the right to reject any and all bids. Should the Authorityelect to award the bid, it will be awarded to the lowest responsive and responsiblebidder on the basis of the total bid.

All repair and/or replacement parts comprising components of this unit must beavailable from the manufacturer for a minimum of ten (10) years after purchase.

All items listed in these specifications are to be considered minimum requirements. Allexceptions are to be noted. Bidders shall state what individual components they aresupplying should a component differ from that specified, and they should state thedifference under the compliance section.

If a bidder is meeting a specified item, they should indicate yes in the space providedunder compliance section. If they are not, they should indicate no and provide anexplanation for the deviation.

Questions should be directed to Stuart Oberley at 260.446.3400 [email protected]. Any and all questions must be received by November 15,2016. Any changes to the bid documents will be made via formal addendum.Addendums will be posted on the Authority’s website at www.fwairport.com, AirportBusiness, Solicitations & Bidding. It will be the responsibility of the bidder to check forissued addendums and take them into consideration in submission of their bid.

Delivery of this unit and all components in a turn-key condition must occur within 210days of notification of award of the bid.

This bid document consists of the following: Notice to Bidders, Bid Form 95, GeneralTerms and Conditions, General Requirements (2 Pages), Technical Specifications (11Pages), and the price sheet.

All major components must be manufactured and assembled with originalmanufacturer's identification plates attached listing model, serial number, catalog, or

inventory numbers. All major components should be manufactured during the samemodel year as the main chassis unit.

The manufacturer shall be responsible for conducting tests to ensure that its airportsnow removal vehicle meets the operational and performance requirements itadvertises. Certified records of these compliance tests shall be submitted by themanufacturer with each response to an invitation to bid. These tests shall be inaccordance with FAA Advisory Circular 150/5220-20 Chapter 8 Operational Standardsand Compliance Testing.

End of General Requirements

Page 1 of 11

Technical Specifications

Fort Wayne-Allen County Airport AuthorityOne Newly Manufactured Multi-Tasking Snow Removal Unit to include

Carrier Vehicle22’ Snow Plow

20’ Rotory Broom with High Velocity Air

These specifications are for the furnishing and delivery of one new multi-tasking snow removal unit toinclude the carrier vehicle, 22’ snow plow, and 20’ rotary broom with high velocity air.

The requirements listed for this unit are outlined and based upon the current Federal Aviation Advisory(FAA) circular (AC) 150/5220-20A and is designed to facilitate the purchase of equipment that has beenfound acceptable to the FAA for use on airports.

Carrier Vehicle SpecificationsCompliance

Yes/No

Anticipated uses and/or features of vehicle: Designated snow removalEquipment for snow removal operations on the airfield operational areaAt the Fort Wayne International Airport.

Performance Requirements:

a. Required Working Speed: 35 to 55 mph ______b. Minimum Speed: 25 mph ______c. Turning Radius: 85 feet ______

Engine/transmission:

• Automatic Transmission ______

• Diesel Engine ______

• Number of forward speeds-six ______

Transfer Case

• Manual locking differential ______

Axle Capabilities

• 29,000 lbs front axle ______

• 27,000 lbs rear axle ______

Fuel Capacity 150 gallons minimum ______

Multi Tasking Equipment (MTE) must be in accordance withSAE ARP 5548, Multi-Tasking Equipment for AirfieldSnow Removal High Speed, Multi -Tasking Snow RemovalUnit to include Carrier Vehicle, Snow Plow, Rotary Broom High Velocity Air. ______

Page 2 of 11

The SAE ARP 5548 specification allows the procurement official toSpecify various options or selections. Those options and selectionsListed in Table 7-1 are required in addition to the standard catalogEquipment offered on the winning bidder’s equipment. ______

Delivery

• The vendor is responsible for the safe and timely delivery of thevehicle and its accessories, spare parts, and tools to the FortWayne International Airport ______

• Carrier vehicles must be marked for shipment in accordance withInstructions agreed to by the purchaser ______

Instruction and Training

• The manufacturer must, at no additional cost, furnish the servicesof trained personnel to the purchaser at a time and place agreedto be all parties. These individuals must provide instruction toairport personnel sufficient for the personnel to familiarizethemselves with the operation and maintenance of the carriervehicle and its auxiliary equipment. The period of instruction mustnot be less than 24 hours or as specified in the referenced SAEARP equipment specification. ______

Carrier vehicle dimensions

• Carrier vehicle dimensions should permit the carrier vehiclesTo pass through the standard door openings of service and storageBuildings. Se AC 150/5220-18, Buildings for Storage andMaintenance of Airport Snow and Ice Control Equipment andMaterials, for FAA recommended door openings, parking space andset-asides, and other clearances within these buildings. Additionally,the selected dimensions should permit servicing of equipmentby standard lifts and cranes without the need for special equipmentor the need for building modifications. ______

Table 7-1 MTE Specification Selections

SAE ARP5548

Paragraph Number

Selected DescriptionsRequired Item

Required ItemVendor Compliance

Yes/No

4.1 Indicate acceptable design:a. Integral non-articulating

YES

4.3.1 100-foot wall to wallmaximum turning test

Yes

5.2.3 Install pintle hitch Yes

5.3 Standard catalog dieselengines

Yes

Page 3 of 11

Note: Alternative fuelengines (not available atthis time)

5.4.4i Transfer case (standardmanufacturer’s equipment)

Yes

5.6.1 Steering enhancements(standard manufacturer’sdesign)

Yes

5.6.2 Standard catalog steering Yes

5.6.2 Enhanced steering Yes

5.8.3 Spare rim / tire Yes

5.10.2 Auto-lubrication system Yes

5.11.1 Managed battery system Yes

5.12d Conspicuity markings Yes

5.12.5 Audible back up alarm Yes

5.12.6 Standard equipment horn(manufacturer’s standardair or electric – no choice)

Yes

5.13.1 Engine coolant heater Yes

5.13.4 Ether start provision Yes

5.15 Operator’s cab (no choice ofcab, manufacturer’sstandard design)

Yes

5.15.3 Cab glass (no choice of cab,manufacturer’s standarddesign)

Yes

5.15.4 Heated wipers and fluidsystem

Yes

5.15.7 Rear view mirror (no choiceof mirrors, manufacturer’sstandard design)

Yes

5.15.8 Sun visors (no choice ofvisors, manufacturer’sstandard design)

Yes

5.15.11 Prewired for two-way radiocomponents (power only)

Yes

5.15.12 Windshield deluge system Yes

7.6 Single or double acting liftcylinder (manufacturer’sstandard design)

Yes

7.6.1 Plow quick hitch Yes

7.7 Spray guard Yes

7.8 Shock / impact absorbers Yes

7.10.17.10.2

Type of caster assembly –no selection(manufacturer’s standarddesign)

Yes

8.2 Non-stowable broom head Yes

8.3.3 46 inch brush diameter(recommended)

Yes

8.3.4 Type: Yes

Page 4 of 11

Poly/wire combo: MixSpecified Mix: 50%

8.3.5.1a Wafer bristles (standard) Yes

8.3.5.1c Bristle end count:Poly-2080 minimumWire-8400 minimum

Yes

Notes:1. FAA standard where the airport sponsor receives what the manufacturer supplies2. The airport sponsor must justify the need and make such justification available to the FAA upon

request. Additionally, the airport sponsor receives what the manufacturer supplies.

Snow Plow Specification

Snow Plow Specification

SAE ARP 5943Selected Descriptions

Required ItemVendor Compliance

Yes/No

A4-1: Anticipated usesand/or features of snowplow. (Be specific)

The snow plow wouldbe used in conjunctionwith the other pieces ofsnow removalequipment to assist inexpediting the snowremoval process at FWA

A4-2: Size of Priority 1paved area 4,967,778

A4-3: Type of plowpreferred Reversible Flared Blade

A4-4: Plow length / height /width 22 ft. / 50 in. / NA

A4-5: Anticipated speed ofoperation 30 mph

A4-6: Unusual conditions /problems / obstructionsthat may be encountered

No

A4-7: Typical snowconditions Dry to Wet Snow

A4-8: MoldboardPoly

A4-9: Other / optionalequipment N/A

Snow plows and carrier vehicles must be in accordance with SAE ARP 5943,

Page 5 of 11

Snowplows and hitches. ______

Additional federal AIP/PFC specification requirements for SAE ARP 5943 follow:

• For carrier vehicle controllability and safety, all wheel drive must be standard ______

• Under paragraph 4.1.1.(c), the plow manufacturer must provide theAirport sponsor certification for the polyethylene moldboard material ______

• Under paragraph 4.2.1, the overall width of the plow assembly in theFolded position (wings retracted) with required casters must be allowedto enter the federally funded snow removal building (AC 150/5220-18,Buildings for Storage and Maintenance of Airport Snow and Ice ControlEquipment and Materials) that houses the snow plow and other suchEquipment. _____

Runway Broom with Airblast Specification.

SAE ARP 5564Selected Descriptions

Required ItemVendor Compliance

Yes/NOA6-1: Anticipated uses and/orfeatures of brooms with airblast(Be specific)

The snow broom withairblast would be usedin conjunction with theother pieces of snowremoval equipment toassist in expediting thesnow removal processat FWA

A6-2: Size of Priority 1 paved areato be swept 4,967,778 ft2

A6-3: Time required to sweepprimary surface areas 30 minutes

A6-4: Sweeper speed needed tomeet clearance time 25 mph

A6-5: Type of sweeper desiredPushed

A6-6: Airblast systemYes

A6-7: Size of broom length /diameter 20 ft. / 46 in.

A6-8: Type of brushPoly / wire

A6-9: Optional equipmentNo

Page 6 of 11

A6-10: OtherN/A

Runway brooms with airblast must be in accordance with SAE ARP5564, Airport Runway Broom ______

The following federal AIP/PFC specification requirements for SAEARP 5564:

• Airblast is standard equipment ______

Under paragraph 6.22 of SAE ARP 5564, the following additionalEquipment if standard:

• Specialized tools-not to include computers and electronicDiagnostic machines ______

• Optional brush wafers ______

• LED marker light located per SAE ARP 5564 ______

• An automatic lubrication system for all possible points ______

• 20-pound fire extinguisher ______

• Brush speed control by ground ______

Sweepers are designed to operate under normal winter conditions.To improve equipment effectiveness, provide the following options:

• Maintenance free batteries ______

• Automatic low oil pressure/high water temperatureShut down devices ______

• Fire Extinguisher ______

• Engine temperature and hydrostatic pressure loss warningDevices ______

Operational Standards and Compliance TestingGeneral

• The manufacturer is responsible for conducting teststo ensure that its snow removal and ice control equipmentmeets the operational and performance requirements itadvertises. The manufacturer must submit certified recordof these compliance tests with each response to an invitationto bid. Equipment tests must be conducted on standard production

models and not on specially constructed prototypes. ______

Pre-Testing.

• Examine each test carrier vehicle to ensure that it is a

Standard production model and not a specially constructed

Page 7 of 11

unit made specifically for the test. Prior to testing,

all controls, adjusting mechanisms, hydraulic systems

and other assemblies must be operated to ensure against

leaks, restrictions, and malfunctions. Once assured that

the unit is fit, actual testing may begin. ______

Required carrier vehicle tests.

• Test the carrier vehicle in accordance with

(1) this paragraph and (2) any referenced SAE ARP(s)

for the specified equipment the carrier vehicle is to

support. Conduct the following temperature,

performance, and compliance tests when acquiring

a carrier vehicle. Carrier vehicles must be all-wheel drive. ______

Cold weather operations: A fully-equippedCarrier vehicle (all types) with all attached snowremoval and ice control equipment should beable to perform normal operations at an ambient

temperature:

(1) of 10°F (-12°C) below the lowest temperature

in which the vehicle is expected to operate, or ______

(2) at -40°F (-40°C) at airports located in extremely

cold climates. ______

Hot weather operations: The vehicle should

be capable of operating at an ambient

temperature of 70°F (21°C) at the maximum

speed recommended by the manufacturerwithout any of the vehicle components exceeding

their normal operating temperature. ______

Power: Carrier vehicles must have sufficientpower to perform all operational and attachmentfunctions simultaneously. ______

Performance: The following tests must beconducted on a carrier vehicle loaded to itsgross Vehicle Weight and must include thefollowing systems: hydraulic, power train,brake, lighting, controls, and instruments. ______

(1) 10 mile test. Drive the carrier vehicle

Page 8 of 11

Over hard surfaced roads at normal airport

speeds for a distance of 10 miles (16 km)

with no problems experienced. Focus special

attention on vibration, steering, vehicle drift,

rattles, leaks, and interior controls. ______

(2) One hour test. Perform this time test at aspeed of 5 mph (8 km/h) over all types ofterrain that would normally be encounteredat the airport. ______

(3) Service brake test. Condut this test at speeds of20 mph and 40 mph (32 km/h and 64 km/h). Using

the service brakes only, the fully loaded carrier

vehicle must be brought to a complete stop within

a distance of 35 and 131 feet (11 and 40 m)

respectively measured from the point of brakeapplication. The test must be conducted for two

complete cycles in either direction on a hard

pavement surface that is dry, reasonably level

and free of loose material. Make no steering

corrections for vehicle drift during the stop. ______

(4) Emergency brake test. Conduct this test at a

Speed of 40 mph (64 km/h). km/h and 64 km/h).

Using the service brakes only, the fully loaded

carrier vehicle must be brought to a complete stop

within a distance of 35 and 131 feet (11 and 40 m)

respectively measured from the point of brake application.

The test must be conducted for two complete cycles

in either direction on a hard pavement surface that is dry,

reasonably level and free of loose material. Make no

steering corrections for vehicle drift during the stop. ______

Snow Plow Test

With the exception for 4×4 tractors and wheel loaders, field test to

SAE ARP 5943, Snowplows and Hitches, to demonstrate the ability to:

• Sustain a speed of 23 mph (40 km/h) on level pavement with

a snow plow cutting edge angle set at 37 degrees while

negotiating a 3 to 6 inch (7.6 to 15.2 cm) snow accumulation

Page 9 of 11

having a density of approximately 25 lbs/ft3 (400 kg/m3) throughout

a test section of at least 500 feet (150 m). ______

• Discharge snow to either side of the carrier vehicle while moving

(if the unit is power reversible). ______

• Minimize snow spillover to 5 percent of total snow displaced. ______

• Produce a clear swath that is even, regular, and non-skipping. ______

• Have the cutting edge (blade) free of vibration during operation. ______

• Carrier vehicles must be all wheel drive. ______

Runway Brooms with Airblast

Field test in accordance with SAE ARP 5564, Airport Runway Brooms,

and the following testing requirements:

• A field test must be conducted to simulate operationson a runway or taxiway having a length of at least 1,000feet (305 m). Snow depth may vary, but the broom shouldbe capable of removing snow at the following depths and densities:

Large swath brooms over 12 feet. Three inches (7.6 cm)of light snow having density of 8 to 15 lbs/ft3 (128 to 240 kg/m3)or one-half inch (1.3 cm) of slush at density of40 lbs/ft3 (641 kg/m3). ______

• Speed must be as high as practical but not less than 25 mph(40 km/h) for large swath brooms. ______

• The resulting cleared swath must demonstrate the following:

The resulting swath width is reasonably clean withoutsnow deposits resulting from bouncing or skippingof the brush. ______

The unit with airblast must be capable ofvarying its brush rotational speed, angle of attack,and the degree of brush pressure applied to a surfacearea. ______

The unit with airblast must be capable of broadcastingSnow to either side of the carrier vehicle. ______

The broom should show no performance degradation

when sweeping thin deposits of sand, ash, water, or

light debris. ______

The unit with airblast must be designed to allow

Page 10 of 11

All performance and monitoring functionsto be controlled or observed by a single operatorfrom the carrier cab. ______

Warranty:

Manufacturer shall supply a 12 month, full parts and laborwarranty on components or manufacturer’s standardwarranty, whichever is longer. Warranty shall begin upon dateof acceptance.

If dealer is providing the servicing warranty for any components,Indicate dealer’s name and address:

_____________________________________________________

_____________________________________________________

_____________________________________________________

Bidder is to provide documentation explaining the methodof reimbursing the Fort Wayne-Allen County Airport Authorityfor warranty repairs and labor cost for warranty work providedby Airport Authority personnel at our facility:

____________________________________________________

____________________________________________________

____________________________________________________

Bidder must outline Airport Authority and vendor and vendorProcedures when warranty work is performed by the bidder.(Example: responsibility for transporting the vehicle, locationof repair facility, etc.):

__________________________________________________

__________________________________________________

__________________________________________________

Page 11 of 11

Bidder shall provide information relating to its commitmentTo turn-a-round time on major repairs.

___________________________________________________

___________________________________________________

___________________________________________________

Bidder shall attach a listing of 3 reference to include name of company,a name and phone number, and information about the type andnumbers of units in service. ______

Price Sheet

Fort Wayne-Allen County Airport AuthorityOne Newly Manufactured Multi-Tasking Snow Removal Unit to include

Carrier Vehicle22’ Snow Plow

20’ Rotary Broom with High Velocity Air

Price for one newly manufactured multi-tasking snow removal unitTo include carrier vehicle, 22’ snow plow, 20’ rotary broom withHigh velocity air

Qty Price

1 ______________________/ea

Bidder acknowledges receipt of the following addendums and has taken them into consideration in theirbid:

_________________________________________________________________________

Submitted by:

Company Name:___________________________________________________________

Company Address: _________________________________________________________

Company Representative:____________________________________________________

Phone/E-Mail:_____________________________________________________________