General Description

advertisement
ITB #07-26
ROAD COMMISSION OF MACOMB COUNTY
COMMISSIONERS
FINANCE DIRECTOR
Chairman:
Robert Sawicki
Michelle M. Mykytiak
Vice-Chair:
Fran Gillett
PURCHASING DIRECTOR
Member:
Thomas Raymus
JoAnna Strizic
Invitation to Bid on:
Three (3) Combination Spreader Bodies
With Pre-Wetting and Anti-Icing Capabilities
Sealed bids will be publicly opened at 11:00 o'clock A.M., E.S.T. on Wednesday, September 19, 2007 at the office
of the Road Commission of Macomb County, in the Macomb County Administration Building, 117 S. Groesbeck, Mt.
Clemens, Michigan, 48043 for the furnishing of the above materials, services, equipment, work and/or supplies in
accordance with the terms, conditions and specifications as stated herein and hereto attached.
1.
The Board reserves the right to reject any and all bids, to waive any informality in bids and unless otherwise
specified by the bidder, to accept any items in the bid. In case of error in the extension of prices in the bid or
other arithmetical error, the unit prices will govern.
2.
The bid must be delivered in person or sent by mail to the Road Commission of Macomb County, 117 S.
Groesbeck, Mt. Clemens, Michigan, 48043. It shall be in a sealed envelope marked with the name and
address of the bidder on the outside of the envelope. The above referenced bid number should also
be highlighted on the outside of the envelope. Facsimile and/or e-mail transmitted bids will not be
accepted.
3.
The bidder shall assume full responsibility for delivery of bids prior to the appointed hour for opening same
and shall assume the risk of late delivery or non-delivery regardless of the manner employed for the
transmission thereof. Bids shall be accepted by the Board at any time during the normal course of business
only, said hours being 8:00 am to 4:30 pm, Monday through Friday, legal holidays excepted. A bidder may
withdraw their bid response by written request at any time prior to the scheduled bid opening. Any bid
received after the scheduled opening time will not be accepted and will be returned unopened. No bid may
be withdrawn, changed, or modified in any way for a period of sixty (60) calendar days from the date of the
bid opening.
4.
IT IS UNDERSTOOD THAT THE BOARD OF MACOMB COUNTY ROAD COMMISSIONERS IS A
GOVERNMENTAL UNIT AND AS SUCH IS EXEMPT FROM THE PAYMENT OF ALL STATE AND
FEDERAL TAXES APPLYING ON THE ABOVE MENTIONED ITEM AND ALL PRICES QUOTED SHALL
NOT INCLUDE ANY SUCH TAX.
5.
The total price quoted by the Bidder must be the total cost delivered to the location(s). All goods are to be
shipped F.O.B. Shipments sent C.O.D. without the Road Commission’s consent will not be accepted and
will, at the Contractor’s risk and expense, be returned. Unauthorized shipments are subject to rejection and
returned at the Contractor’s expense.
6.
The bidder by execution of the proposal thereby declares that the bid is made without collusion with any
other person, firm or corporation making any other bid, or who otherwise would make a bid, and agrees to
furnish all bid items in strict accordance with all Federal Regulatory Measures.
Page 1 of 13
7.
All bids must be submitted on the Board's form of bid blank. The bid shall be legibly prepared in ink or
typewriter. Erasures or alterations must be initialed by the bidder.
8.
Submission of a bid will be construed as a conclusive presumption that the bidder is thoroughly familiar with
the Bid Proposal and Specifications and that he understands and agrees to abide by each and all of the
stipulations and requirements contained therein.
9.
In the specifications, whenever an article or material is defined by brand name, the name and catalog
number of a particular manufacturer, vendor or a limited description, the term “OR APPROVED EQUAL” is
written. Any reference to a particular manufacturer’s product either by brand name or limited description is
only for purposes of setting a standard of performance, quality, composition, construction or size.
10.
Successful bidder must furnish the Board of Macomb County Road Commissioners with a State of Michigan
Motor Vehicle Certificate of Title, properly executed for any equipment requiring same.
11.
The Board reserves the right to award the bid for the equipment which best fits our needs and appears to be
in the best interest of the Road Commission at the time the bids are evaluated.
12.
When applicable, contractor shall furnish material safety data sheets for their products.
13.
BIDDERS ARE REQUIRED TO SUBMIT DATA AND DESCRIPTIVE LITERATURE COVERING THE ITEM
PROPOSED TO BE FURNISHED. BIDS SUBMITTED WITHOUT THE ABOVE DOCUMENTATION MAY
BE CONSIDERED NON-RESPONSIVE AND REJECTED.
14.
Prior to furnishing the requested products and services, it shall be the responsibility of the awarded vendor
to obtain all licenses and permits required to complete this contractual service, at no cost to the Road
Commission. These licenses and permits shall be readily available for review by the Administration and
Purchasing Personnel.
15.
Vendors will provide a general history, description and status of their company.
16.
All applicable Federal and State laws and rules and regulation over the project shall apply to the project
contract throughout and will be deemed to be included in the contract herein written out in full.
17.
The Road Commission of Macomb County adheres to Title VI related requirements as outlined in USDOT
Regulation 49 CFR-Part 26, Appendix A of MDOT Bidding Specifications, and the RCMC Policy #440.
18.
The Road Commission of Macomb County will not pay fuel surcharges.
19.
The only official document is available over the internet at www.rcmcweb.com or www.mitn.info.
JoAnna Strizic
Purchasing Director
(586) 791-3348
Jim Ross
Equipment Manager
(586) 790-7814
Copies of Bids and Bid Tabs are available on the following websites:
www.mitn.info or www.rcmcweb.org/viewpage/bids.cgi
Page 2 of 13
PROPOSAL
WE, THE UNDERSIGNED, agree to furnish to the Road Commission of Macomb County Three (3) Combination
Spreader Bodies with Pre-Wetting and Anti-Icing Capabilities conforming to the attached specifications at the pricing
indicated. F.O.B., 34592 Nova, Clinton Township, Michigan.
MAKE____________________________________________________________________
MODEL_______________________________________ YEAR______________________
DELIVERY DATE___________________________________________________________
UNIT PRICE $_____________________________________________________________
COMPANY NAME:____________________________
ADDRESS:______________________________
CITY:____________________________STATE:_____
ZIP:____________________________________
PRINTED NAME:______________________________
SIGNATURE:____________________________
TITLE:________________________________________ DATE:__________________________________
PHONE NO.:__________________________________ FAX NO.:_______________________________
E-MAIL ADDRESS:_____________________________ TERMS:_________________________________
Page 3 of 13
INDEMNIFICATION
RCMC will not be responsible for injury to contractor’s employees, sub-contractors, or to third parties caused by the
contractor’s agents, servants or employees. Therefore, the contractor agrees to incorporate the below hold
harmless agreement into the required insurance and to be evidenced by being contained in the certificate of
insurance. Further, the below listed indemnification is incorporated and is part of the subject contract.
“The contractor agrees to protect, defend, indemnify and hold the RCMC and its commissioners, officers,
employees and agents free and harmless from and against any and losses, penalties, damages, settlements,
costs, charges, professional fees, or other expenses or liabilities of every kind and character arising out of or
relating to any and all claims, legal fees, liens, demands, court costs, obligation, actions, proceedings or
causes of action of every kind and character in connection with or arising directly or indirectly out of this
agreement and/or the performance hereof. Without limiting the generality of the foregoing, any and all such
claims, etc. relating to personal injury, death, damage to property, defects in materials or workmanship, or any
actual or alleged violation of any applicable statute, ordinance, administrative order, rule or regulation, or
decree of any court, shall be included in the indemnity hereunder”.
“The contractor further agrees to investigate, handle, respond to, provide defense for and defend any
such claims, etc. at his sole expense and agrees to bear all other costs and expenses related hereto, even if it
(claims, etc.) is groundless, false or fraudulent. In any case in which this indemnification would violate legal
prohibition, the foregoing provision concerning indemnification shall not be construed to indemnify the RCMC
for damage arising out of bodily injury to persons or damage to property caused by or resulting from the sole
negligence of the RCMC, its commissioners, officers, employees or agents”.
WORK REFERENCES
Name of Company
Location
Name of Person Approving
Work and Telephone No.
Time Period
of Project
Page 4 of 13
NON-COLLUSION AFFIDAVIT
County
)
)
ss:
_______________________________________________________________________ being first duly sworn,
deposes and says that he is the
____________________________________________________
(Individual, Partner, Corporate Officer)
making the foregoing proposals of bids; that such bids are genuine and not collusive or sham; such bidder has not
colluded, conspired, connived, or agreed, directly or indirectly, with any bidder or person, to put in sham a bid, or
that such other person shall refrain from bidding and has not in any manner, directly with any person, to fix the bid
price of affiant or any other bidder, or to fix any overhead, profit or cost element of said bid price, or of that of any
other bidder, or to secure any advantage against the Joint Purchasers or any person or persons proposal are
true; and further, that such bidder has not, directly or indirectly submitted this bid, or the contents thereof, or
divulged information or data relative thereto any association or to any member or to any member or agent thereof.
____________________________________________________
Sworn to and subscribed before me this ____________ day of _______________________, 20_______
____________________________________________________ Notary Public
My Commission Expires
____________________________________________________
BIDDER: THIS AFFIDAVIT MUST BE COMPLETED, SIGNED, NOTARIZED AND INCLUDED IN YOUR BID
SUBMISSION.
Page 5 of 13
ROAD COMMISSION OF MACOMB COUNTY
Specifications for:
THREE (3) COMBINATION SPREADER BODIES
With Pre-Wetting and Anti-Icing Capabilities
General Description
It is the intent of this specification to provide for the purchase of three (3) new and unused Combination sand/salt
Spreader Bodies with Pre-Wetting and Anti-Icing capabilities. These spreaders will be installed in Road
Commission Tandem-Axle Dump Trucks and used in winter snow and Ice control operations. Bidders must submit
their bid on units that meet or exceed these specifications.
General Requirements
Units offered under this advertisement shall be new standard production models of the latest design in current
production. Units offered shall be equipment that is established, reliable and in successful operation. Units of
experimental or unproven design are not acceptable. Any modifications made to the standard production unit
(described in the manufacturer’s brochures) must be certified by the manufacturer and submitted with the bid, or
the bid will be deemed “non-responsive” and rejected without further review. Bidders must be prepared to
demonstrate a unit similar to the one proposed, if requested.
All standard equipment and components necessary for operation and normally supplied shall be furnished, even if
not called out in specifications. All components requiring lubrication or oil shall be provided with the proper type
and amount before delivery. The equipment shall have full manufacturer’s preparation and be ready for service
when delivered.
The origin and availability of service and parts for the major components must be stated. Qualified service and
factory replacement parts must be available on a regular basis, within the State of Michigan and at a permanently
established location.
Bids will be considered on any make or model of Spreader that meets or exceeds these specifications. Decisions
of equivalency will be at the sole interpretation of the Road Commission. A blanket statement that the proposed
equipment will meet all requirements will not, in itself, be sufficient to establish equivalence. As such, bidders shall
submit with their bid, the latest printed manufactures specifications and advertising literature on the units they
propose to furnish, along with their tentative build sheet, which identifies the specific components being offered.
Bids will be considered only from vendors who offer equipment that is manufactured by companies that are known
to be skilled and have been regularly engaged in the manufacture of equipment of the type, class and size
specified herein for a period of not less than five (5) years. Bidders must be a manufacturer authorized sales and
service facility of class “A” license dealer for the product offered.
The bidder shall include in the bid package a list of at least five (5) users in and around Michigan, of the
equipment type offered in the bid package. The list shall include contact person and phone number.
Bidders are expected to quote price and delivery of equipment they propose to furnish giving careful consideration
to the specification. Any deviations from these specifications shall be submitted with the bid in writing, with full
detail of each variation with reference made to each item to which the variation applies. If these variations are not
submitted with the bid, the entire bid will be considered non-responsive.
Each bid shall clearly indicate the vehicle order cut off dates (if applicable) for the quoted vehicles. Bids shall also
indicate percentage escalation of the quoted price if the purchase order received by the bidder is beyond the
vehicle order cut off date due to model year changes as set by the vehicle manufacturer.
In comparing bid proposals, consideration will not be confined to price only. The successful bidder will be one
whose product is judged shall best serve the interests of the Road Commission when price, product, safety,
quality, service, parts availability, past performance and delivery are considered. The Road Commission of
Macomb County reserves the right to reject any or all bids, or any part thereof, and to waive any minor
Page 6 of 13
technicalities. A contract will be awarded to the bidder submitting the lowest responsible bid proposal meeting the
requirements of this specification.
The manufacturer’s warranty and/or component warranties must be stated. Unsatisfactory or inadequate warranty
provisions shall, in themselves, be justification for the denial of the award of this bid by the Road Commission of
Macomb County.
COMPLIES WITH SPECIFICATIONS?
General Description
Three (3) Combination Spreaders with Pre-Wetting and
Anti-Icing capabilities. Spreaders to be new, current model,
Epoke SH4400 Sirius Series II, or equivalent.
Specify Make: __________, Specify Model: __________
Note: A product brochure must be submitted with bid.
Units to be supplied with suitable components to comply
with this specification in all respects. This specification lists
only the major details and it is the bidder’s responsibility to
deliver complete and “Turnkey” operable units.
The spreader shall be of a V-Type hopper design, and
engineered to slide into and out of the dump body of a
tandem-axle truck.
The slide-in design of the spreader shall also feature self
storing legs that, when extended, are capable of supporting
a fully loaded (dry and wet material) spreader.
This spreader must apply:
 Straight liquid
 Dry materials
 Variably pre-wet dry material
The spreader, control system and liquid system shall be
supplied from a single, ISO certified manufacturer. All
functions are to be run tested before leaving the factory,
and a copy of the run test results shall be provided.
The dry material hopper capacity shall be 9.25 yd³,
minimum.
Specify dry material hopper capacity: _________yd³.
The liquid capacity shall be 935 gallons, minimum.
Specify Liquid Capacity: __________gallons.
The empty tare weight of the spreader shall be 5,600 lbs.
Specify Empty Tare Weight: __________lbs.
The dimensions of the spreader shall be: 70”H x 79”W x
162”FL (frame length), with and Overall Length of 208”.
Specify Dimensions: Height =_______, Width =_______,
Frame Length =_______, and Overall Length =________.
Hopper
The hopper shall be of all steel construction. All fasteners
shall be stainless steel. All material surfaces shall be shot
blasted and shall have zinc-vinyl primer; two primer coats,
and two top coats of manufacturers orange polyurethane
paint baked on for durability.
All hydraulic controls, including the drive motors and
valving as well as all electronic controls are to be housed in
a sealed compartment at rear of the spreader.
A rear mounted access ladder with hand holds and safety
grip steps shall provide access to the rear compartment.
YES
NO
EXPLAIN DEVIATIONS
Page 7 of 13
COMPLIES WITH SPECIFICATIONS?
The hopper shall incorporate the use of grates to prevent
large chunks or items from entering the hopper area. The
grates shall have 4” square openings and shall feature a
built in, lockable man door for access to the hopper.
Spinner and Drop Chute
The spinner and drop chute shall be stainless steel. The
chute and spinner assembly shall incorporate spring
assisted swinging, for movement to an upright position for
storage and/or calibration. The spinner height shall be
vertically adjustable; from 12” to 20” above the road
surface.
Spreader will have a 2 section spreading disc with the top
section delivering dry material and the bottom section
delivering liquid (for anti-icing and prewetting) via 6 liquid
cylinders.
Hydraulic off loading of the spreader shall be possible with
the spinner and drop chute in the upright (storage) position.
A safety device that prevents the spinner from being
activated when in the upright position shall be included.
Installation and Removal of Slide-In Unit
The slide-in spreader shall be installed by backing into the
unit, and removed by driving away from the unit. Note:
electrical and hydraulic connections must be plugged-in or
unplugged as necessary. Leg lock pins must be installed or
removed as necessary.)
Storage legs and front rollers shall remain on the spreader
assembly while in use. The leg system shall be sufficiently
robust, to allow for mounting and demounting of a fully
laden spreader.
The Unit shall be engineered such that the time required
for mounting and/or dismounting the slide in spreader to or
from the dump body shall not exceed 5 minutes.
Dry Material
Dry material metering shall be achieved by means of a
stainless steel feed delivery roller, with various sized
replaceable cams, mounted along the full inside length of
the hopper.
A stainless steel agitator shaft shall be mounted above the
delivery roller. The agitator shaft shall have replaceable
spring fingers and will rotate in synchronized speed with
the delivery roller to ensure equalization and an even
consistency of material to the roller.
Dry material delivery to the spinner drop chute shall occur
via an unloaded rubber belt conveyor, demountable with a
full hopper of material. Note: the rubber conveyor belt shall
never carry more than 20 pounds of material.
The hopper must empty uniformly and fully, front and rear,
to ensure a constant center of gravity as the hopper is
emptied.
An adjustable spring tensioned rubber base shall be
provided for calibration adjustment.
Liquid Material
The liquid pump must be of a multi-chamber diaphragm
design with a minimum capacity of 70 gallons/minute (265
liters/minute) @ 300 psi (20 bar).
YES
NO
EXPLAIN DEVIATIONS
Page 8 of 13
COMPLIES WITH SPECIFICATIONS?
The prewetting ratio shall be programmable and variable
from 7% to 30% of the dry rate.
An in-line (2” inlet/outlet) 40 mesh filter shall be provided to
supply filtered liquid to the prewetting pump. The filter shall
be easily accessible and serviceable with liquid tanks full
without loss of liquid.
Liquid storage tanks shall be sumped and baffled and be
secured to the spreader body by means of recessed steel
brackets and bolts. Straps are not acceptable.
A sight gauge easily seen from the filling position for liquid
level shall be provided.
Tanks shall be filled from a single 2” hydrant type cam lock
male port nipple with shutoff valve, and be located near the
spinner chute frame.
Single bottom ported and vented tank lines shall serve to
fill and drain all tanks equally. Filling and draining of tanks
must not affect the center of gravity.
Controller
The Road Commission of Macomb County is a partner of
the South East Michigan Snow and Ice Management
(SEMSIM) project. As such the spreader controller (and
firmware) used must be fully supported by the Orbital
Science, Orbtrac™ Automatic Vehicle Location and Fleet
Management System. The controller and the Orbtrac™
system must be able to communicate with each other.
In the event, the spreader controller offered is not
presently supported by the Orbtrac ™ system, the
manufacturer must provide the necessary protocols to
Orbital Sciences Corporation, and work with Orbital to get
their controller supported by Orbtrac™.
Unit to be supplied with EpoMaster® III Controller or
approved equivalent.
Specify Controller Make: __________, Specify Controller
Model: __________.
All controller functions for dry and liquid materials shall be
ground speed related from 0-40 mph (0-65 km/hr).
The controller shall allow for “on the go” operator
adjustment of:
 Spreading width
 Spreading symmetry
 Spreading quantity
 Maximum (‘blast’)
The controller screen shall display application rates,
settings, spread width and material selected.
The control system shall have self diagnostic capabilities,
and the controller screen shall display errors in graphical
symbology.
Controller shall feature modular programming, allow for
future upgrades, and utilize password protection to 4 levels
of allowed programmability.
Liquid and dry material “empty” sensors shall interface with
the controller, such that the controller screen shall indicate
when the dry material hopper or liquid tanks are empty.
YES
NO
EXPLAIN DEVIATIONS
Page 9 of 13
COMPLIES WITH SPECIFICATIONS?
The Controller shall include a PCMCIA slot to allow for
uploading of any future software enhancements to the
control system.
All electrical functions shall be routed through a single
weather-resistant, 6 conductor, multiplex wiring harness.
The control system shall be capable of full manual
override, to allow spreading of material, in the event of an
electrical failure.
One rear mounted work light and two rotating beacons
shall be supplied - all individually switched and controlled
from the EpoMaster controller.
The spreader controller shall be capable of recording and
logging up to 35 data streams of information, and
outputting that data via an RS232 port, for use by others.
YES
NO
EXPLAIN DEVIATIONS
As a minimum, the following data events shall be recorded
and logged with each occurrence or selection:
 Start and/or stop of dry material
 Start and/or stop of liquid
 Prewetting turned on or off
 Width setting is changed
 Symmetry setting is changed
 Quantity setting is changed
 Function buttons
 Distance traveled
 Time logging
Hydraulic System for Slide-In Combination Spreader
The hydraulic system of the installed vehicle must be
capable of providing 10-13 GPM with relief valve pressure
of 2500 PSI. Bidders are responsible for verifying the
vehicles hydraulic capabilities.
Hydraulic plumbing for the Combination Spreader shall not
interfere with existing functions, so that if Combo Spreader
is removed the tailgate and a tailgate spreader can be
reinstalled and the truck can continue to be used for snow
and ice control.
The hydraulic plumbing or return oil flow shall not be routed
through existing lines for other functions.
Quick Disconnect Fittings must be supplied, with ½” QD
couplers used for the pressure line and ¾” QD couplers
used for the return line.
If existing control system is used, a separate hydraulic
circuit must be provided for the Combination Spreader.
All hydraulic components, fittings, hoses, ect. necessary for
the installation and full operation of the combination
spreader shall be provided by the bidder.
Cab and Electrical
The Spreader Controller (EpoMaster III, or approved
equivalent), shall be mounted to a rigid bracket in an
upright position, where the display can be easily viewed by
the operator. Location must not interfere with existing
equipment in the truck cab.
The power distribution box shall be mounted in an area
inside the truck cab, where it will not be damaged nor
interfere with the vehicle operation.
Page 10 of 13
COMPLIES WITH SPECIFICATIONS?
The positive and negative power terminals shall be
connected directly to the vehicle batteries, with a sealed 30
amp inline fuse on the positive battery terminal.
Multi-plug connectors shall be mounted with the strain
reliefs pointed down.
The power and communication harness shall be connected
inside the doghouse of the combination spreader.
Ground Speed
There shall be a terminal or connector, inside the cab,
from which ground speed sensor data is available for use
by the bodybuilder. In the event this connection does not
satisfy the needs of the bidder, then the bidder shall
provide their own ground speed adapter (GSA), part
#ENA0009.
Bidder’s ground speed adapter must be capable of
adapting to Allison World Transmission with PIN #20 and
ECU connection through wire #157, or #120.
Mounting of System
The slide-in combination spreader systems shall be
mounted in existing Road Commission of Macomb County
Tandem-Axle Dump Trucks. Two spreaders will be
assigned at the Clinton Service Center (SC3), and one
spreader assigned at the Shelby Service Center (SC4).
Evaluation and measurement of RCMC vehicles to
accommodate units being offered must be done by bidder.
The spreader shall slide in and out easily and come with
hydraulic quick disconnects and a single weather resistant
electrical multiplex plug.
The Storm Guard controls currently in Road Commission
trucks, for operation of other components, shall remain
intact and functional –should the need arise.
All other modifications to the hydraulic system, controls,
dump box, ect, shall be in accordance the manufacturer’s
recommended specifications.
The entire combination spreader system should function
independently from the rest of the truck’s systems.
Safety
The combination spreader shall meet all applicable State
and Federal vehicle codes, and current MIOSHA
standards.
All appropriate safety (caution, warning, and hazard) decals
shall be applied.
Manuals
One (1) operator’s, service, and parts manual shall be
provided for each unit ordered. CD-ROM disc versions of
the above manuals may be substituted where applicable.
Note: Failure to supply the above manuals with delivery of
the unit may result in the penalty clause of Warranty
Documentation Provisions being invoked.
YES
NO
EXPLAIN DEVIATIONS
Page 11 of 13
COMPLIES WITH SPECIFICATIONS?
Warranty
Warranty: Shall be 100% parts and labor against defects in
materials and workmanship with the following minimum
coverage:
 1 year full FOB customer yard
 2 years on all electrical components FOB nearest
Dealer
 5 years on stainless steel agitator shaft and
delivery roller
 10 years against hopper rust perforation FOB
nearest Dealer
Statements as to the above specified manufacturer’s
warranty and/or component warranties must be provided
with the bid proposal. Failure to comply may result in the
bid proposal being deemed “non-responsive” and rejected
without further review.
General Terms and Conditions: The successful bidder shall
provide a copy of all warranty certificates or letters, on all
applicable and requested warranty items, upon delivery of
the unit. All warranties shall start from the in-service date
with the Road Commission of Macomb County.
YES
NO
EXPLAIN DEVIATIONS
Penalty Clause: Failure to provide any of the above
manuals or warranty documentation at the time of delivery
shall be grounds for withholding three thousand ($3,000.00)
dollars of the monies due for payment of the unit, until such
time as the requested documentation is provided.
Service and Training
Vendor must maintain a parts inventory and be able to
provide prompt 24/7 service during the winter operating
season. Prior to the bid award the Road Commission
reserves the right to visit potential vendor’s facilities.
Vendors shall have a full parts and service facility within a
reasonable distance from the Road Commission’s Clinton
Township Service Center, 34592 Nova St., Clinton
Township MI 48035 and Shelby Service Center, 51235
Napi Drive, Shelby Township MI 48315.
State Location: _______________________________,
and distance from (Clinton): __________, from (Shelby)
__________ .
If available, an instructional video showing proper safety
procedures, maintenance adjustments and operation shall
be included.
A qualified technician shall provide complete training to
Road Commission personnel at the Road Commission’s
Clinton and Shelby Service Centers. Training shall include
safety, operation, maintenance and service.
Delivery
An estimated delivery time shall be provided with the bid
proposal. The successful bidder shall provide a “firmer”
delivery date after receipt of an order and confirmation with
the manufacturer as to a build date.
Page 12 of 13
COMPLIES WITH SPECIFICATIONS?
Combination Spreaders shall be delivered F.O.B. Road
Commission of Macomb County, 34592 Nova St., Clinton
Township MI 48035 in first class operating condition.
The spreaders being bid must be delivered no earlier than
October 1, 2007, and be installed, and fully operational in
the Road Commission’s trucks no later than December 1,
2007.
Acceptance shall be subject to the inspection and approval
of the Road Commission.
YES
NO
EXPLAIN DEVIATIONS
SPECS/ANTIICESPREADER
Page 13 of 13
Download