INVITATION FOR BID #: 2014-09-15 PRE-BID CONFERENCE: None IFB CLOSING: 09-29-2014 2:00 pm CST HARTSELLE UTILITIES INVITATION FOR BID Rebuild and Refurbish Electric Truck #21 Issued: SEPTEMBER 15, 2014 CONTACT: Greg Sandlin Purchasing Agent P.O. Box 488 Hartselle, AL 35640 gsandlin@hartselleutilities.org (256)-773-3380 (256)-773-3398 fax
Hartselle Utilities 1010 Sparkman St. NW P.O. Box 488 Hartselle, AL 35640 REBUILD AND REFURBISH ELECTRIC TRUCK #21 INFORMATION FOR BIDDERS Separate sealed bids for REBUILD AND REFURBISH ELECTRIC TRUCK #21 for Hartselle Utilities will be received by Hartselle Utilities at the Utilities office at 1010 Sparkman Street, NW, P.O. Box 488, Hartselle, AL 35640 until 2:00 p.m. Central Standard time on the 29 th day of September 2014. The bids shall be publicly opened and read aloud on Monday the 29th of September, 2014 at 2:00 p.m. Central Standard time at the Utilities office. The rebuild and refurbish shall be bid separately in lump sums for each. Each sealed envelope containing a bid must be plainly marked on the outside as BID: REBUILD AND REFURBISH ELECTRIC TRUCK #21 FOR HARTSELLE UTILITIES, HARTSELLE, ALABAMA. This information, together with the Purchase Order and the following specification, shall constitute the contract documents. Bidders must submit a statement with each bid, certifying compliance with Executive Orders 11246 and 11375 that prohibit discrimination in employment based on race, color, sex, age, or national origin.
Hartselle Utilities 1010 Sparkman St. NW P.O. Box 488 Hartselle, AL 35640 September 15, 2014 SPECIFICATIONS AND CONTRACT DOCUMENTS FOR REBUILD AND REFURBISH ELECTRIC TRUCK #21 This specification is to set forth the specific requirements for the rebuild and refurbishment of Electric truck #21. The rebuild and refurbishment shall be bid separately in lump sums for each and shall be to the manufacturer s standard. If it is necessary to bid alternate equipment or to take exceptions to the specifications as set forth, this must be so stated in the BIDDERS NOTES AND COMMENTS section in your bid. Any repair or replacement part(s) found to be defective after disassembly will be brought to the attention of Hartselle Utilities immediately for approval before any additional work is performed 1. PTO/Pump 2. Hoses REBUILD a. Furnish and install new pump b. Inspect for leaks c. Check controls and PTO light for operation d. Check for air/oil leaks e. Check all mounting hardware a. Replace all hoses above rotation b. Replace all hoses in turntable c. Replace hoses from pump, reservoir and outriggers 3. Hydraulic Reservoir 4. Controls a. Drain, clean and refill with new hydraulic oil b. Replace seals on tank at cleanout c. Replace seals on hydraulic filter(s) d. Replace hydraulic filter(s) e. Clean suction strainer f. Replace breather cap g. Check hose connections for leaks and damages a. Remove and reseal all unit control valve(s) b. Replace boot on T handle control, if equipped c. Remove and reseal digger/winch control valve d. Inspect outrigger control valves; replace seals e. Inspect mounting and weldment pieces for damage
5. Wear Pads 6. Fiberglass a. Replace all wear pads; Locktite all fasteners b. Replace slide rollers on 3 rd state and adjust as necessary a. Inspect fiberglass extension boom for cracks and bruises, repair as necessary b. Clean inside of fiberglass boom 7. Winch (Boom) a. Inspect structural welds b. Disassemble and reseal c. Set preload on bearings d. Inspect bearing and internal gears for wear e. Furnish and install new vented brake pad assembly f. Install new one (1) inch winch rope g. Inspect all hoses and fittings for evidence of leakage h. Lubricate winch gearbox i. Inspect for smooth operation j. Install new orbit motor k. Torque all fasteners as required 8. Rotation Gearbox a. Disassemble, inspect and reseal b. Set preloads c. Inspect bearing and internal gears for wear d. Inspect all fasteners e. Lubricate rotation gearbox f. Inspect for smooth operation g. Replace orbit motor h. Torque all fasteners as required 9. Digger Head Gearbox a. Disassemble and reseal b. Set preloads c. Inspect bearing and internal gears for wear d. Inspect all fasteners e. Lubricate digger gearbox f. Inspect for smooth operation g. Inspect hydraulic motor for leaks h. Install shaft seals i. Torque all fasteners as required 10. Auger Assembly a. Inspect hanger weldments; repair as necessary b. Inspect transfer lock; straighten bucket c. Inspect auger storage bracket welds d. Inspect auger storage release e. Inspect all fasteners f. Replace auger wind-up rope
11. Turntable and Pedestal a. Supply and install new rotation bearing b. Supply and install new rotation bearing bolts and washers c. Torque all bolts per manufacturer s requirements d. Inspect structural welds e. Inspect hydraulic swivel mounting hardware 12. Hydraulic Cylinders 13. Swivel a. Reseal boom lift cylinders b. Reseal front outrigger cylinders c. Reseal rear outrigger cylinders d. Reseal teleport/shift tubes for digger e. Reseal teleport tubes for winch f. Reseal extension cylinders g. Inspect TPP cylinders; pole claw h. Inspect cylinder rods for cracks and damaged chrome plating i. Inspect all fasteners and fittings j. Proper clean and primer paint all exposed metal k. Torque fasteners as required a. Reseal hydraulic swivel b. Clean electrical swivel 14. Pins and Bushings 15. Operations a. Inspect all pins and replace if showing any signs of wear or defect b. Replace all bushings a. Set derrick operation pressure b. Set digger/winch operation pressure c. Set HOP settings, if equipped d. Set tool pressure to 2000 PSI e. Load test unit after overhaul f. Document all operations and provide a copy to owner 16. Front Winch a. Check front winch operation b. Inspect all fasteners c. Check all welds and repair as necessary d. Inspect all components for leaks e. Inspect cable, cable eye and hook
REFURBISH 17. Chassis and Body Refurbish a. Repair all dents and bent areas as noted during inspections b. Check all body door hinges, latches and weather-stripping and repair as necessary c. Paint service body and boom to match existing chassis Completed Unit to be delivered to the following address; ready to place into service: Hartselle Utilities 800 Sparkman St. NW Hartselle, AL 35640
BIDDER S NOTES AND COMMENTS Item 1 Item 2 Item 3 Item 4 Item 5 Item 6 Item 7 Item 8 Item 9
Item 10 Item 11 Item 12 Item 13 Item 14 Item 15 Item 16 Item 17
USE OF OTHER 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. 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. BROCHURES AND LITERATURE: Your proposal must be accompanied by descriptive literature (marked), indicating the exact items to be furnished. The term as specified will not be acceptable.
PROPOSAL FOR REBUILD ELECTRIC TRUCK #21 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Hartselle Utilities to provide the particular service as specified in this document. Bidder s price shall be valid for at least 90 days after the date of the bid opening, or until the time bidder wishes to begin. Bidder will perform the scope of work in accordance with the above specifications and accompanying exhibits for the following price: Rebuild Lump Sum Bid: $ SUBMITTED on, 2014 Company or Corporate Name: (Typed or Printed) By: (Signature of authorized official) (Typed or printed name and title) Business Address: Phone No.: Email:
PROPOSAL FOR REFURBISH ELECTRIC TRUCK #21 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Hartselle Utilities to provide the particular service as specified in this document. Bidder s price shall be valid for at least 90 days after the date of the bid opening, or until the time bidder wishes to begin. Bidder will perform the scope of work in accordance with the above specifications and accompanying exhibits for the following price: Refurbish Lump Sum Bid: $ SUBMITTED on, 2014 Company or Corporate Name: (Typed or Printed) By: (Signature of authorized official) (Typed or printed name and title) Business Address: Phone No.: Email:
FORM FOR SECTIONS 9 (a) and (b) BEASON-HAMMON ALABAMA TAXPAYER AND CITIZEN PROTECTION ACT; CODE OF ALABAMA, SECTIONS 31-13-9 (a) and (b) AFFIDAVIT FOR BUSINESS ENTITY/EMPLOYER /CONTRACTOR (To be completed as a condition for the award of any contract, grant, or incentive by the State of Alabama, any political subdivision thereof, or any state-funded entity to a business entity or employer that employs one or more employees) State of County of Before me, a notary public, personally appeared who, being duly sworn, says as follows: (print name) As a condition for the award of any contract, grant, or incentive by the State of Alabama, any political subdivision thereof, or any state-funded entity to a business entity or employer that employs one or more employees, I hereby attest that in my capacity as (state position) for (state business entity/employer/contractor name) that said business entity/employer/contractor shall not knowingly employ, hire for employment, or continue to employ an unauthorized alien. I further attest that said business entity/employer/contractor is enrolled in the E-Verify program. (ATTACH DOCUMENTATION ESTABLISHING THAT BUSINESS ENTITY/EMPLOYER/CONTRACTOR IS ENROLLED IN THE E-VERIFY PROGRAM) _Signature of Affiant Sworn to and subscribed before me this _day of _, 2014. I certify that the affiant is known (or made known) to me to be the identical party he or she claims to be. _Signature and Seal of Notary Public
Notice of Alabama Immigration Law Compliance Requirements to all Contractors of HARTSELLE UTILITIES As a Contractor, as defined in the Act, to HARTSELLE UTILITIES (HU), it is critical to your relationship (future or continuing) with the HU that you comply with the Immigration Reform and Control Act of 1986, as amended by the Immigration Act of 1 990, and the Beason-Hammon Alabama Taxpayer and Citizen Protection Act. Accordingly, please provide your Affidavit of Immigration Compliance with attached E-Verify Memorandum of Understanding, as requested in the attached memorandum. If you do not believe these obligations apply to you, please notify HU immediately. Every contract entered into by HU from this point forward with a contractor will contain the following clause or one substantially similar: Alabama Immigration Law Compliance Contract: Contractor agrees that it will fully comply with the Immigration Reform and Control Act of 1986, as amended by the Immigration Act of 1990, and the Beason-Hammon Alabama Taxpayer and Citizen Protection Act, which makes it unlawful for an employer in Alabama to knowingly hire or continue to employ an alien who is or has become unauthorized with respect to such employment or to fail to comply with the I-9 requirements or fails to use E-Verify to verify the eligibility to legally work in the United States for all of its new hires who are employed to work in the State of Alabama. Without limiting the foregoing, Contractor shall not knowingly employ, hire for employment, or continue to employ an unauthorized alien, and shall have an officer or other managerial employee who is personally familiar with the Contractor's hiring practices to execute an affidavit to this effect on the form supplied by the Board and return the same to the Board. Contractor shall also enroll in the E-Verify Program prior to performing any work, or continuing to perform any ongoing work, and shall remain enrolled throughout :he entire course of its performance hereunder, and shall attach to its affidavit the E-Verify Program for Employment Verification and Memorandum of Understanding and such other documentation as the Board may require to confll1ti Contractor's enrollment in the E-Verify Program. Contractor agrees not to knowingly allow any of its subcontractors, or any other party with whom it has a contract, to employ in the State of Alabama any illegal or undocumented aliens to perform any work in connection with the Project, and shall include in all of its contracts a provision substantially similar to this paragraph. If Contractor receives actual knowledge of the unauthorized status of one of its employees in the State of Alabama, it will remove that employee from the project/jobsite or premises of the Board and shall comply with the Immigration Reform and Control Act of 1986, as amended by the Immigration Act of 1990, and the Beason-Hammon Alabama Taxpayer and Citizen Protection Act. Contractor shall require each of its subcontractors, or other parties with whom it has a contract, to act in a similar fashion If Contractor violates any tern1 of this provision, this Agreement will be subject to immediate termination by the Board. To the fullest extent permitted by law, Contractor shall defend, indemnify and hold harmless the Board from any and all losses, consequent al damages, expenses (including, but not Limited to, attorneys' fees), claims, suits, liabilities, fines, penalties, and any other costs arising out of or in any way related to Contractor's failure to fulfill its obligations contained in this paragraph. To the extent that there is no formal written contract between the Board and the Contractor, such as where business is conducted by purchase order, this document shall serve as the Alabama Immigration Compliance Contract. Alabama Immigration Law Compliance Contract Notice Acknowledged and Agreed by Contractor whose name appears below: Contractor Officer or Owner Signature/Date Print Name/Title/Company Please execute and return to HARTSELLE UTILITIES within the next 10 days.
HARTSELLE UTILITIES RESERVES THE RIGHT TO REJECT ANY AND ALL BIDS Hartselle Utilities is an Affirmative Action Equal Opportunity Employer Notes: These specifications are for REBUIL AND REFURBISH ELECTRIC TRUCK #21 for Hartselle Utilities. Provider will be determined by vendor bid package. Specifications listed with this solicitation represent HU requirements. Bidders are required to meet the minimum requirements listed. Greg Sandlin Purchasing Agent Recommended Bob Sittason General Manager Approved
Bidder s Proposal: The bidder, by execution hereafter, agrees to furnish and deliver heretofore described services at the unit bid price. And, further, that after notice of award, we hereby accept this contract proposal as being complete and binding, if timely notices and purchase orders are performed by Hartselle Utilities as hereinafter described. REBUILD AND REFURBISH LUMP SUM PRICE Bid Words and Figures I certify that complies with Executive Orders 11246 and 11375 which prohibits discrimination in employment based on race, color, creed, sex, age, or national origin. Signed: WITNESSED our hand seal, this the day of, 2012 Bidder Signature Title Address Date
AGREEMENT FOR REBUILD AND REFURBISH ELECTRIC TRUCK #21 This bid is accepted by Hartselle Utilities as stated below. By signing below, these parties confirm to enter into an Agreement with Hartselle Utilities, to provide the particular service as specified in this document. This price shall be valid for at least 90 days after the date of the bid opening, or until the time supplier wishes to begin. Supplier will perform the scope of work in accordance with the above specifications and accompanying exhibits for the following price: Lump Sum Bid: $ SUBMITTED on, 2014 ACCEPTED BY: Company or Corporate Name: (Typed or Printed) By: (Signature of authorized official) (Typed or printed name and title) Business Address: Phone No.: Email: ACCEPTED BY: Hartselle Utilities By: (Signature of authorized official) (Typed or printed name and title) Business Address: Phone No: Email: