REQUEST FOR PROPOSALS

55 FOOT

INSULATING HYDRAULIC ARTICULATING MATERIAL HANDLING AERIAL DEVICE

(Bucket Truck)

REQUEST ISSUED:September 3, 2014

PROPOSALS DUE:September 25, 2014 2:00 P.M.

  1. INTRODUCTION

The City of Clinton is requesting sealed proposals from qualified vendors for providing one Bucket Truck 55’ Material Handler for use by the Department of Public Works.

  1. BACKGROUND

The City of Clinton is located at the intersections of I-26 and I-385 in the upstate of South Carolina. The city has a population of approximately 9,000 and is home to a four year liberal arts college, significant industry, and beautiful neighborhoods.

The City of Clinton is located at the intersections of I-26 and I-385 in the upstate of South Carolina. The city has a population of approximately 9,000 and is home to a four year liberal arts college, significant industry, and beautiful neighborhoods.

The Department of Public Works provides, Electric, Water and Sewer Service to nearly 4,500 customers. The Bucket Truck that the City intends to acquire will be utilized by the Electric Distribution Department.

The term vendor, as used in this proposal shall mean the authorized dealer or other representative of the manufacturer of the proposed vehicle.

  1. SUBMISSION OF PROPOSALS

Detailed proposals are to be submitted and are to be delivered to the City of Clinton no later than 2:00 p.m., on Thursday September 25, 2014. All proposals must be submitted in sealed envelopes marked sealed proposal in the lower left hand corner referencing bid # CDPWBUCKET TRUCK 2014. Proposals are be mailed or delivered to:

Joey Meadors

Director of Administrative Services

City of Clinton

M.S. Bailey Municipal Center

P.O. Drawer 748

211 North Broad Street

Clinton, SC 29325

All proposals that have been received will be opened and publicly read at the date and time of the deadline established above. Any proposals received after the deadline will be returned unopened to the submitting vendor. Faxed or e-mailed proposals will not be accepted.The City will also include the South Carolina State Contract as determined by the South Carolina Budget and Control Board for all qualifying vehicles as valid bids. South Carolina State Contract vendors are not required to submit sealed bids unless they make changes in the specifications as bid. Information from these vendors will be retrieved from the State Contract Website and evaluated as valid bids.

Written questions concerning this request should be addressed to Mr. Joey Meadors at the address referenced above or via email to .

A copy of all inquires, along with the city’s response will be posted on the city website at

All proposals are to be valid for at least 60-days after the established submission deadline.

The City of Clinton shall not be liable for any cost incurred in connection with preparation and submittal of any proposal.

The City of Clinton will not be bound by any representatives that are not set forth in this request for proposals or a written response to vendor inquiries. The vendor is responsible to make all necessary investigations and examinations of documents, operations, premises and the areas of operations affecting the performance of the proposed backhoe. Failure to do so will not act to relieve any condition of the proposal documents. It is mutually agreed that the submission of a proposal shall be considered evidence that the vendor has made such investigations and examinations.

By submitting a proposal, the vendor agrees to abide by all the terms and conditions established in this request for proposal unless specific options, alternates or exceptions are made on the proposal are submitted.

Any reasonable inquiry to determine the responsibility of a vendor may be conducted by the city. The submission of a proposal shall constitute permission by the vendor for the city to verify all information contained therein. If the city deems necessary, additional information may be requested from a vendor. Failure to comply with such requests may disqualify vendor from further consideration.

Vendors are prohibited from contacting any member of the city’s Public Works Department or other officers of the city in an attempt to influence the evaluation of a proposal or the awarding of a contract for purchase. Any such effort will disqualify the vendor from further consideration.

Vendors who are required to have a business license as delineated in the City of Clinton’s current Business License Ordinance must have a valid business license at the time of the award of the bids. Failure to obtain the appropriate license can result in disqualification.

Any options, alternate proposals or exceptions to be provisions of the request for proposals are to be clearly marked OPTION, ALTERNATE or EXCEPTION. Detailed descriptions of the option, alternate or exceptions to the provisions of the request for proposals are to be provided by the vendor. The City of Clinton will consider options, alternate proposals or exceptions if it is determined to be in the city’s best interests.

These specifications are not designed to prevent any vendor or manufacturer from presenting a bid. Vendors should submit bids that meet the specifications below or equivalent level of service.

  1. EVALUATION OF PROPOSALS

The City of Clinton will use a committee to evaluate each proposal for quality, value, delivery and price based on the needs of the City of Clinton’s Public Works Department. The intent of the city is to purchase the best equipment to meet needs of the city within the funds allotted for this purchase.

The committee will evaluate all proposals based on several criteria, including but not limited to:

1.)Quality, value, delivery, and price.

2.)Cost of ownership and operational cost information gathered from reputable vehicle/equipment testing and evaluation organizations including Consumer Labs, NADA, and Edmunds.

The committee will evaluate all proposals and recommend a Bucket Truck make and model as well as a vendor to the City Manager. The City Manager will review the recommendation andupon his approval will forward his recommendation to City Council for review. After the decision by City Council to purchase a Bucket Truck, a Notice of Intent to Purchase will be posted. This Notice of Intent to Purchase will start the ten (10) day right to protest period as defined in the City of Clinton Procurement Manual.

The city reserves the right to reject any conditional proposals. The city reserves the right to waive any irregularities in the proposals, to accept or reject any or all proposals and to award the contract for purchase in the manner the city deems in its best interest.

  1. PAYMENT AND DELIVERY

Each proposal submitted shall indicate the estimated delivery date based on an order being placed by October 20, 2014.

This proposal is to acknowledge that if the Bucket Truck is not delivered after a period of 30 calendar days after the agreed contract delivery date, the city will impose a penalty of one percent of the contract price for each day’s delay until delivery is made. This penalty is to be deducted by the city from the final purchase price of the vehicle.

  1. GENERAL SPECIFICATIONS

As used on this list of general specifications, the term “desires” indicates a feature or component that the city would consider if it is available on the program or demo vehicle and can be provided within the funds allotted for this purchase.

The bucket truck and all components and equipment provided are to be the manufacturer’s latest model. All attachments, equipment or accessories not specifically listed in this request for proposals are to be included to conform to the best practices know within the utility/construction industry in trade, quality, workmanship and design. The city expects this vehicle to have a useful service life of 10 years or more.

The following are base specifications for a bucket truck for the Clinton Department of Public Works. If any of the following specifications differ from your proposed equipment, please make note in the blank beside each specification and explain in detail on a separate sheet. Vendors may recommend any other options they feel would be of benefit. Please provide pricing on a separate sheet broken down by line item.

PREFFERED SPECIFICATIONS

55 FOOT

INSULATING HYDRAULIC ARTICULATING MATERIAL HANDLING AERIAL DEVICE

This specification is to set forth the desired requirements for a hydraulically operated, articulating aerial device equipped with single two-man platform and with a steel line service step body mounted on an appropriate chassis/cab. These insulating aerial device requirements shall also include an insulating lower boom, an insulating upper boom and a dielectrically tested insulating control handle, with upper control isolation system at the boom tip, offering an additional layer of secondary dielectric protection for the operator.

This aerial device shall be to the manufacturer’s standard. It shall be equipped with the manufacturer’s equipment and accessories which are included as standard in the advertised and published literature for the unit. No such item of equipment or accessories shall be removed or omitted for the reason that it was not specified in the bid.

If it is necessary to bid alternate equipment or to take exceptions to the specifications as set forth, this must be so stated in your bid. For each item, please place an X in the appropriate space (Yes__ No__) to signify whether or not you are in complete compliance with the specification. If you need extra space to describe your product, please attach extra sheets. When doing this, be sure your description references the appropriate question number. Unit has to fully comply to specification if checked yes in the comply column. Do not check yes if unit does not fully meet desired specifications. Bid will not be accepted if this specification sheet is not filled and returned with bid package.

USE OF NAMES, AND REFERENCES:

Unless otherwise stated, the use of manufacturer’s name and product numbers are for descriptive purposes and establishing general quality levels only. Any reference to a model or brand name (other than AED) is only to denote quality, and does not mean that equal equipment will not be considered. AED supplied must be brand and model noted below. They are not intended to be restrictive. Bidders are required to state exactly what they intend to furnish, otherwise, it is fully understood that they shall furnish all items stated.

Accessories

Supply one (1) High Torque Greenlee Hydraulic Impact Wrench

and Drill Catalog # HW1 with 8‘ hoses and Bruning

FF370 quick disconnects or equal.

Supply one (1) 75” Greenlee Hydraulic Long Reach

Saw Catalog # 38568 with 8‘ hoses and Bruning FF370 quick

disconnects or equal.

Supply one (1) defibrillator - Philips HeartStart OnSite AED - M5066A.

YES
/
NO
1. / 55 ft. articulating non-overcenter aerial device with an insulating lower boom, insulating upper boom and a dielectrically tested insulating control handle, with upper control isolation system at the boom tip, for installation over rear axle, built in accordance to these standard specifications and to include the following features: / ______/ ______
  1. Ground to Bottom of Platform Height: 55 feet
/ ______/ ______
  1. Working Height: 60 feet
/ ______/ ______
  1. Maximum Horizontal Reach: 38 feet
/ ______/ ______
  1. Pedestal and Turntable: Box structure design with large service openings, bottom plate to provide a rigid, flat mounting surface for the rotation bearing.
/ ______/ ______
  1. Rotation: Continuous rotation provided by worm gear drive, equipped with extended shaft for manual rotation.
/ ______/ ______
  1. Lift Cylinders: The rod eye is both thread and weld fastened to the rod. Self-aligning bushings are used at each end of the cylinder.
/ ______/ ______
  1. Lower Boom: Fabricated, reinforced steel with high density fiberglass insulator. Fiberglass insulator provides adequate isolation in the lower boom. The inner surface of the fiberglass insulator is to be coated to provide a dry, smooth inner surface which will cause moisture to bead. The outer surface has a smooth gel coat finish.
/ ______/ ______
  1. Lower Boom Stow Protection: To help prevent excessive down pressure by boom structures when stowing.
/ ______/ ______
  1. Lower Boom Pivot Pin: high strength chrome plated steel with self-lubricating, replaceable, non-metallic bearing.
/ ______/ ______
  1. Upper Boom: High density fiberglass construction in the upper boom. The inner surface of the fiberglass insulator is to be coated to provide a dry, smooth inner surface which will cause moisture to bead. The outer surface has a smooth gel coat finish. Upper boom articulation is 0 to 160
/ ______/ ______
  1. AUTO LATCHING Upper Boom Hold Down Device
/ ______/ ______
  1. Platform Leveling System: The platform is leveled by a leveling system designed to maintain the dielectric integrity of the aerial device. Controls for tilting the platform are located at the platform. The mechanism for tilting the platform includes holding valves to lock the platform in the event of hydraulic line failure.
/ ______/ ______
  1. Emergency Stop at upper and lower control stations
/ ______/ ______
  1. Platform: Totally enclosed, fiberglass.
/ ______/ ______
  1. The dielectrically tested, insulating upper control system includes the following boom tip components that can provide an additional layer of secondary electrical contact protection.
  1. Control Handle: A single handle controller incorporating high electrical resistance components that is dielectrically tested to 40 kV AC with no more than 400 microamperes of leakage. The handle also includes an interlock guard that reduces the potential for inadvertent boom operation.
  2. Auxiliary Control Covers: Non-tested silicon covers for auxiliary controls.
  3. Control Console: Non-tested non-metallic control console plate.
  1. Boom Tip Covers: Non-tested non-metallic boom tip covers.
/ ______/ ______
  1. Control Purging System: The hydraulic system contains a continuous automatic purge feature, which provides for oil flow through the control system, to eliminate trapped air.
/ ______/ ______
  1. Diagnostic Pressure Test Quick Disconnect Couplings: Couplings are installed at turntable and include dust caps. Couplings allow a technician to quickly check tool and system pressure settings.
/ ______/ ______
  1. Outrigger Control Valves: Outrigger controls shall be at ground level, and at the rear of the vehicle.
/ ______/ ______
  1. Outrigger/Boom Interlock System: Prevents the boom from being unstowed until the outriggers have been at least partially deployed.
/ ______/ ______
  1. Electric Outrigger/Unit Selector Control: Located with outrigger controls, allows operator to divert hydraulic oil from machine circuit for outrigger operation. This reduces the potential for inadvertent outrigger movement during machine operation if outrigger controls are bumped.
/ ______/ ______
  1. Outrigger Motion Alarm: Provides audible alarm when any of the outriggers are in motion.
/ ______/ ______
  1. Back-up Alarm, installed
/ ______/ ______
  1. ISO 9001: This aerial device is designed and manufactured in a facility that is certified to meet ISO 9001 requirements.
/ ______/ ______
  1. Manuals: Two (2) Operator’s and two (2) Maintenance/ Parts manuals containing instructional markings indicating hazards inherent in the operation of an aerial device.
/ ______/ ______
  1. Paint: Painted white that is highly resistant to chipping, scratching, abrasion and corrosion.
/ ______/ ______
Upper Boom Compensation:Unit must be designed to provide boom compensation. The compensation and actuation boom system design of theunit must allow the platform to be able to move upward ordownward on a vertical plane without any forward or backward
movement on a horizontal plane. / ______/ ______
  1. 6
/ Platform, Single, 2-man side-mounted - platform is rated at 700 pounds (317.5 kg) and rotates 90 degrees to end of boom. Includes two sets of quick disconnect couplings and controls for hydraulic tools. Includes hydraulically articulating and Hydraulic extending material handling jib with winch rope mounted on opposite side of upper boom.Capacity to 2000 lbs. / ______/ ______
Side-mounted material handling package includes: / ______/ ______
  1. Material handling jib capacity is in addition to platform capacity. Jib and winch system includes hydraulic tool lines in boom to furnish 8.0 gpm at 2,000 psi (30.3 lpm/13 800 kPa).
/ ______/ ______
  1. Material handling, hydraulically articulated jib.
/ ______/ ______
  1. Hydraulically powered winch rated to 2,000 pounds (907.2 kg) full drum, mounted under the jib. The winch tilts with the jib.
/ ______/ ______
  1. 80 feet of 1/2 inch double-braided synthetic rope
/ ______/ ______
  1. Control valves at platform for hydraulic tools, platform rotation, jib tilt, jib extend, and winch control
/ ______/ ______
  1. Auxiliary winch line control valve at turntable
/ ______/ ______
  1. Valve at boom tip relieves pressure from quick disconnect couplings in “Off” position. Open-center or closed-center tools may be operated from tool circuit
/ ______/ ______
  1. Fiberglass covers
/ ______/ ______
/ ______/ ______
ANSI Category B, 46 kV and below dielectric rating - includes lower test electrode / ______/ ______
Automatic upper boom latch / ______/ ______
/ ______/ ______
______/ ______
Reservoir, 30 gallon (113.6 L) capacity, located under cargo floor on frame rail. / ______/ ______
Engine start/stop with Secondary Stowage System, 12 VDC electric powered. This option allows the operator to completely stow the booms and platform in a situation wherein the engine, PTO or pump fails. / ______/ ______
Primary outrigger installed at rear, behind pedestal with 172.8 inch (4166 mm) maximum spread. / ______/ ______
Auxiliary outrigger installed at front of body, behind cab with 149 inch (3785 mm) maximum spread. / ______/ ______
Outrigger control valves, mounted at each side of tail shelf. Start stop control mounted each side of tail shelf with outrigger controls. / ______/ ______
Throttle Control automatically increases engine speed when needed for proper hydraulic system operation / ______/ ______
Four way roller combo conductor holder included with jib / ______/ ______
Fall Protection System to include two body harnesses and decelerating type lanyards. Harnesses have adjustable slide buckle on shoulder straps, Velcro chest straps, interlocking buckles on leg straps and nylon web loop fall arrest attachments on back. Lanyards have built in shock absorber that allows 28 inches (711 mm) of automatic adjustability. / ______/ ______
Lower boom lifting eye provides from 800 pounds (362.0 kg) capacity at 0 to 2,000 pounds capacity at lower boom angles greater than 60 / ______/ ______
Manual, extra Operator’s and Maintenance/Parts / ______/ ______
Rigid cover for platform / ______/ ______
Polyethylene liner for platform with integral step, 50 kV rating (minimum) / ______/ ______
Platform access step for side mounted platforms, installed on top of body compartments / ______/ ______
Hydraulic pump, load sensing, pressure and flow compensating installed. Rated at 28 gpm (106 lpm) / ______/ ______
______/ ______
Rubber Wheel chocks, (pair) 10 inches long x 9 inches wide x 5-3/4 inches high / ______/ ______

UNIT AND HYDRAULIC ACCESSORIES

Winch load line swivel hook / ______/ ______
Hydraulic oil and lubricants / ______/ ______
Power take-off to be installed in conjunction with Allison automatic transmission / ______/ ______
Winch with heavy duty Universal Bumper
20,000 pounds pull capacity on first layer
Rated in compliance with SAE J706 JUL85
Extension shaft speed is more than 4 times drum speed / ______/ ______
Control valve installed in cab / ______/ ______

Fold down cone holder

/ ______/ ______

Air shift kit for winch valve

/ ______/ ______

Flag holders installed on front bumper at front corners

/ ______/ ______

Quick hook, wide mouth type

/ ______/ ______

Winch cable, IWRC, 250 feet of ½ inch installed on drum

/ ______/ ______

Hoses, fittings and steel to install front winch

/ ______/ ______

Subbase assembly consisting of rectangular tubing on each side for mounting of pedestal and outriggers. The subbase provides torsional stiffness and strength