FY2020-37 Purchase Agreement For Landfill Front-End Loader Between KIB & NC MachineryRECORDS RETENTION EXTENSION FORM
The Manager and Department Directors can extend the retention period of a record in the records center
and delay the disposal of a record for up to five years if there is a valid administrative purpose.
REQUESTED BY: Patricia Valerio
DATE: 03/10/2025 LOCATION: EF
DEPARTMENT: Eng & Fac
RECORDS SERIES: Contract
CONTENT SUMMARY: FY2020-37 Purchase of Front End Loader
YEARS REQUESTED:
(Not to exceed 5 years)
5 EXTENSION EXP. DATE: 06/30/2029
IDENTIFY THE REQUIRED BOROUGH ADMINISTRATIVE PURPOSE BELOW:
New Equipment Purchase. Need time to verify the information has been documented for the
O&Ms being held for the references.
LANDFILL FRONT-END LOADER PROCUREMENT
KODIAK ISLAND BOROUGH EQUIPMENT PURCHASE AGREEMENT
Contract No. 2020-37
THIS AGREEMENT, made this _19 day of _June_, 2020, between the Kodiak Island
Borough, acting by and through its Borough Manager, party of the first part, and NC MACHINERY
with State of Alaska Procurement Contract, hereinafter called the Distributor.
WITNESSETH: That the Distributor, for and in consideration of the payment or payments herein
specified and agreed to by the party of the first part, hereby covenants and agrees to furnish 2020
CAT 950GC Front End Loader for the Kodiak Island Borough per the Specifications [part of the
Contract Documents] for same and for the sum of Two Hundred Sixty -Seven Thousand Eight
Hundred Seventy ($267,870.00 ) Dollars.
The Distributor further covenants and agrees that the manufacturing of said LANDFILL FRONT-
END LOADER shall be done to the complete satisfaction of the Kodiak Island Borough, subject
to inspection at all times and approval by any participating agency of the Government of the United
States of America, and in accordance with the laws of the State of Alaska and rules and
regulations of said Federal Agency.
The Distributor further covenants and agrees that the manufacturing of said LANDFILL FRONT-
END LOADER shall be done and performed in the best and most workmanlike manner and that
all and every of said materials and labor shall be in strict and entire conformity in every respect
with the Specifications: that he will abide by and perform all stipulations, covenants, and
agreements specified in the Contract Documents, all of which are by reference hereby made a
part of this Contract, as to all premises therein: and in case any of said materials or labor shall
be rejected by the Borough Manager or his assistant or authorized representative, as defective
or unsuitable, then the said materials shall be removed or replaced with other approved materials
and the said labor shall be done anew to the satisfaction and the approval of the Borough Manager
or his representatives, at the cost and expense of the Distributor.
To the fullest extent permitted by law, the Distributor agrees to defend, pay on behalf of, indemnify
and hold harmless the Kodiak Island Borough, its elected and appointed officials, employees and
volunteers and others working on behalf of the Kodiak Island Borough against any and all claims,
demands, suits or loss, including all costs connected therewith, and for any damages which may
be asserted, claimed or recovered against or from the Kodiak Island Borough, its elected and
appointed officials, employees, volunteers or others working on behalf of the Kodiak Island
Borough, by reason of personal injury, including bodily injury or death and/or property damage,
including loss of use thereof, which arises out of or is in any way connected or associated with
this Agreement.
The agreement entered into by the acceptance of the Distributor's bid and the signing of
this Agreement consists of the following documents all of which are component parts of
said Agreement and as fully a part thereof as if herein set out in full, and if not attached, as if
hereto attached.
Attachments to this agreement:
1. NC Machinery Quote with Specifications
2. Invitation to Bid & Scope of Work
3. General Terms and Conditions Agreement
4. State of Alaska Procurement Contract CA2111-18
LANDFILL FRONT-END LOADER PROCUREMENT
In the event of any conflict or inconsistency between any of the foregoing documents, the conflict
or inconsistency shall be resolved upon the basis of the numerical order. The document or
documents assigned the small number or numbers being controlling over any documents having
a larger number In the numerical order set forth above.
The Distributor further covenants and agrees that said LANDFILL FRONT-END LOADER shall
be furnished and delivered to the satisfaction of the herein aforementioned Borough Manager, on
or before _�r�F 3i1 21 ZLZ. (the end of this fiscal year) but other accommodations will be
considered, l cs ex��preessslly understood and agreed that in case of the failure on the part the
Distributor for any reason, except with the written consent of the Borough Manager, to complete
the furnishing and delivery of said LANDFILL FRONT-END LOADER before the aforesaid date,
the party of the first part shall have the right to deduct from any monies due or which may become
due the Distributor, or if no monies shall be due, the party of the first part shall have the right to
recover Three Hundred Eighty Dollars ($300.00) per day for each and every calendar day
elapsing between the time stipulated, and the actual date of delivery in accordance with the terms
thereof: said deduction to be made, or said sum to be recovered not as penalty, but as liquidated
damages. Provided, however, that upon receipt of wrillen notice from the Distributor of the
existing causes over which said Distributor has no control and which must delay the delivery of
said LANDFILL FRONT-END LOADER, the Borough Manager may at his discretion, extend the
period herein before specified for the delivery of the said LANDFILL FRONT-END LOADER and
in such case the Disbibulor shall become liable for said liquidated damages for delays
commencing from the date on which said extended period shall expire.
The Distributor hereby agrees to receive the prices set forth in the bid as full compensation for
delivering the LANDFILL FRONT-END LOADER to complete said Agreement to the satisfaction
of the Borough Manager.
It Is further distinctly agreed that the said Distributor shall not assign this contract, or any part
thereof or any right to any of the monies to be paid him hereunder.
Payment for services rendered under this Agreement shall be made by the Kodiak Island Borough
within thirty (30] days of delivery, acceptance by the Kodiak Island Borough and Invoicing by
Distributor.
IN WITNESS WHEREOF, The Kodiak Island Borough Manager, by authority in him vested, has
executed this contract on behalf of the Kodiak Island Borough, and NC MACHINERY have
hereunto set their hands and seals, the day and year first above written.
The terms of this agreement shall be from �(� to 42aj 4 , 2020
I<ODI LAN70ROUGH
Borough Manager
D_—UTO —NC MACHINERY
By: 1
Title: so' cc, i` (\ 0" )1u
AND 4 10
O O
0 C
LANDFILL FRONT-END LOADER PROCUREMENT
In the event of any conflict or inconsistency between any of the foregoing documents, the conflict
or Inconsistency shall be resolved upon the basis of the numerical order. The document or
documents assigned the small number or numbers being controlling over any documents having
a larger number In the numerical order set forth above.
The Distributor further covenants and agrees that said LANDFILL FRONT-END LOADER shall
be furnished and delivered to the satisfaction of the herein aforementioned Borough Manager, on
or before3[Z_.Z6ZQ ((he end of this fiscal year) but other accommodations will be
considered, It is expressly understood and agreed that in case of the failure on the part the
Distributor for any reason, except with the written consent of the Borough Manager, to complete
the furnishing and delivery of said LANDFILL FRONT-END LOADER before the aforesaid date,
the party of the first part shall have the right to deduct from any monies due or which may become
due the Distributor, or If no monies shall be due, the party of the first part shall have the right to
recover Three Hundred Eighty Dollars ($380.00) per day for each and every calendar day
elapsing between the time stipulated, and the actual date of delivery in accordance with the terms
thereof: said deduction to be made, or said sum to be recovered not as penalty, but as liquidated
dumagos. Provided, however, that upon receipt of written notice from the Distributor of Ili:!
existing causes over which said Distributor has no control and which must delay the delivery of
said LANDFILL FRONT-END LOADER, the Borough Manager may at his discretion, extend the
period herein before specified for the delivery of the said LANDFILL FRONT-END LOADER and
in such case the Distributor shall become liable for said liquidated damages for delays
commencing from the date on which said extended period shall expire.
The Distributor hereby agrees to receive the prices set forth In the bid as full compensation for
delivering the LANDFILL FRONT-END LOADER to complete said Agreement to the satisfaction
of the Borough Manager.
It is further distinctly agreed that the said Distributor shall not assign this contract, or any part
thereof or any right to any of the monies to be paid him hereunder.
Payment for services rendered under this Agreement shall be made by the Kodiak Island Borough
within thirty [30] days of delivery, acceptance by the Kodiak Island Borough and invoicing by
Distributor.
IN WITNESS VVI I1=I2E.01' , The Kodiak island Poiough Manager, by authority in him vested, has
executed this ( .nilm(l t:o behalf of the I'.ndi:a!; Island Borough, and INC MACHINERY have
hereunto set their hands and seals, the day and year first above written.
The terms of this agreement shall be from /4I*- to 2020
KODI LAN ORODUVI
Michael Owers
Borough Manager
Attest:
By:_
Borough Cleric
DI IBUTOR: C MA ` iINE_RY
By: l p
Title:
LANDFILL FRONT-END LOADER PROCUREMENT
In the event of any conflict or inconsistency between any of the foregoing documents, the conflict
or inconsistency shall be resolved upon the basis of the numerical order. The document or
documents assigned the small number or numbers being controlling over any documents having
a larger number in the numerical order set forth above.
The Distributor further covenants and agrees that said LANDFILL FRONT-END LOADER shall
be furnished and delivered to the satisfaction of the herein aforementioned Borough Manager, on
or before 3 (the end of this fiscal year) but other accommodations will be
considered. It is expressly understood and agreed that in case of the failure on the part the
Distributor for any reason, except with the written consent of the Borough Manager, to complete
the furnishing and delivery of said LANDFILL FRONT-END LOADER before the aforesaid date,
the parry of the first part shall have the right to deduct from any monies due or which may become
due the Distributor, or if no monies shall be due, the party of the first part shall have the right to
recover Three Hundred Eighty Dollars ($380.00) per day for each and every calendar day
elapsing between the time stipulated, and the actual date of delivery in accordance with the terms
thereof: said deduction to be made, or said sum to be recovered not as penalty, but as liquidated
damages. Provided, however, that upon receipt of written notice from the Distributor of the
existing causes over which said Distributor has no control and which must delay the delivery of
said LANDFILL FRONT-END LOADER, the Borough Manager may at his discretion, extend the
period herein before specified for the delivery of the said LANDFILL FRONT-END LOADER and
in such case the Distributor shall become liable for said liquidated damages for delays
commencing from the date on which said extended period shall expire.
The Distributor hereby agrees to receive the prices set forth in the bid as full compensation for
delivering the LANDFILL FRONT-END LOADER to complete said Agreement to the satisfaction
of the Borough Manager.
It is further distinctly agreed that the said Distributor shall not assign this contract, or any part
thereof or any right to any of the monies to be paid him hereunder.
Payment for services rendered under this Agreement shall be made by the Kodiak Island Borough
within thirty [30] days of delivery, acceptance by the Kodiak Island Borough and invoicing by
Distributor.
IN WITNESS WHEREOF, The Kodiak Island Borough Manager, by authority in him vested, has
executed this contract on behalf of the Kodiak Island Borough, and NC MACHINERY have
hereunto set their hands and seals, the day and year first above written.
The terms of this agreement shall be from to, 2020.
KODI
LAN?,BOROUGH DISTRIBUTOR: NC MACHINERY
13 � � By:
Michael q0wers
Borough Manager Title:
Attest:
By:
Borough Clerk
STORAGE ADDENDUM TO
PURCHASER'S ORDER
Addendum made this teih day of June , 2020, to Purchaser's Order
("PO") dated May281h 2p20, between N C MACHINERY CO. ("SELLER') and
Kodiak Island Borough
("PURCHASER").
1. SELLER and PURCHASER agree that the delivery provisions of paragraph 7 of
the PO are amended and modified to provide as follows:
A. Risk of loss and title to the„Equipment passed from SELLER to
PURCHASER on June 24th 202o,
B. SELLER will store the Equipment on SELLER's premises for the
convenience of PURCHASER without charge until September 30th 202o,
C. PURCHASER shall bear all responsibility for damage to the Equipment
except for damages resulting from the gross negligence or intentional act of SELLER or
SELLER's employees or agents.
2. Except as specifically provided herein, the terms and conditions of the PO shall
remain in full force and effect and unmodified.
N C MACHINERY CO.
By A4(eJ,-,
Title sales Manager
Date E-19-2020 Lc
SELLER
Quote #: 229652
Machine: New CAT 950GC
Serial #: M5T03761
Kodiak Island Borough
(Name of PURCHASER)
Signaturc/AO J�
By Michael Powers_,._
Title, Borough Manager_ .__,_,
Date 6/19/2020
PURCHASER
STORAGE ADDENDUM TO
PURCHASER'S ORDER
Addendum made this 19�h day of June , 2020, to Purchaser's Order
("PO") dated May 28th 20?0, between N C MACHINERY CO. ("SELLER") and
Kodiak Island Borough
("PURCHASER").
SELLER and PURCHASER agree that the delivery provisions of paragraph 7 of
the PO are amended and modified to provide as follows:
A. Risk of loss and title to the Equipment passed from SELLER to
PURCHASER on June 24th
2020.
B. SELLER will store the Equipment on SELLER's premises for the
convenience of PURCHASER without charge until September 30th 12020
C. PURCHASER shall bear all responsibility for damage to the Equipment
except for damages resulting from the gross negligence or intentional act of SELLER or
SELLER's employees or agents.
2. Except as specifically provided herein, the terms and conditions of the PO shall
remain in full force and effect and unmodified.
N C MACHINERY CO.
Title Sales Manager
Date 6-10.2020
SELLER
Quote #: 229652
Machine: New CAT 950GC
Serial #: M5T03761
Kodiak Island Borough
(Name of PURCHASER)
Signature
By_Michael Powers
Title—Borough Manager
Date 6/19/2020
PURCHASER
Quote 229652-01
NC MACHINERY
May 28th, 2020
KODIAK ISLAND BOROUGH
710 Mill Bay Rd.
Kodiak, Alaska 99615
Attention: Jena Hassinger
RE: Quote 229652.03 — PIGGYBACK PURCHASE USING AK DOT HIGHWAY WHEEL LOADER CONTRACT M CA2111
We would like to thank you for your interest in our company and our products, and are pleased to quote the following for your
consideration.
One (1) New Caterpillar Model 950GC Wheel Loader with all standard equipment in addition to the specifications listed below:
STOCK NUMBER: 19A00367 SERIAL NUMBER: MST03761 YEAR: 2020 SMU: NEW
Page 1 of 4
Quote 229652-01
STANDARD EQUIPMENT
POWERTRAIN - Engine Cat C7.1 and ATAAC -Torque converter -Transmission, automatic, power shift (4F/3R), kick -down function, over speed
protection- Brakes, full hydraulic enclosed wet -disc- EMS (Engine Idle Management System) - Fan, radiator, electronically controlled,
hydraulically driven, temperature sensing, on demand - Filter, fuel primary -water separator - Radiator, unit core (9.5 fpi) with ATAAC - Starting
aid, glow plugs -Switch, transmission neutralizer lockout
HYDRAULICS - Load sensing implement system pilot operated - Dedicated load sensing steering pump - Dedicated brake and fan gear pump -
ELECTRICAL- Alarm, back-up / main disconnect switch - Alternator (145 -amp, brush type) - 24 volt starting and charging system -
OPERATOR ENVIRONMENT- Air conditioning (HVAC) with 10 vents and filter unit located outside of cab - Bucket/work tool function lockout -
Cab, pressurized and sound suppressed — Hydro -farmed (ROPS/FOPS) structure -12V power port (10A) - Coat hook - Pilot hydraulic controls, lift
and tilt function - Computerized monitoring system - Heater and defroster - Horn - Cup holders and personal tray on right console - Storage tray
behind seat - Mirrors, rearview external - Seat, Cat Comfort (cloth) suspension - Seat belt - Steering column, adjustable angle - Wipers/washers
(front and rear) - Window, sliding (left and right side)
OTHER STANDARD EQUIPMENT- Lift and bucket return -to -dig kick outs (Electra -Magnetic), mechanical adjustment- Couplings, Caterpillar
O-ring face seal - Doors, service access (locking) - Front fender, steel - Grill, airborne debris - Hitch, drawbar with pin - Hood, non-metallic on
steel structure, wing doors - Hoses, Caterpillar XT - Counterweight - Linkage, Z -Bar, fabricated cross tube and tilt lever - SOS oil sampling valves -
Diagnostic pressure taps -Transmission speed clutches -Transmission forward and reverse clutches
Page 2 of 4
Quote 229652-01
MACHINE SPECIFICATIONS
950 GC WHEEL LOADER
554-0849
ENGINE SERIAL N: J7A03761
COLD WEATHER PACKAGE
558-1787
STANDARD LOADER LINKAGE
559.4970
COUNTERWEIGHT, 3016LBS
1469-3139
AXLES, LIMITED SLIP DIFFERENTIAL FRONT / OPEN DIFFERENTIAL REAR)
573-5683
ENGINE AIR PRECLEANER
130-3280
3 VALVE HYDRAULICS WITH RIDE CONTROL
521-7458
PREMIUM LED WORK LIGHT PACKAGE (8)
559-1957
SINGLE AXIS LEVER IMPLEMENT LEVERS AND 3P0 VALVE CONTROL
553-1405
AIR SUSPENSION SEAT
489-0438
3"AUTO-ANTI-CINCH SEAT BELT
391-5315
CAT PRODUCT LINK, SATELLITE PL631
474-6206
EMERGENCY SECONDARY STEERING SYSTEM
390-5985
QUICK COUPLER HYDRAULIC CONTROL
552-4912
LED WARNING BEACON
489-2727
REAR SUN VISOR
391-5330
AM/FM RADIO
474-6212
CONVERTER (24V TO 12V/15A)
474-6209
ROADING FENDERS, NON-METALLIC
432-7325
-5BF COOLANT
OP -2407
BRIDGESTONE 23.51125 VJT TIRES
'1 PAPER SET PARTS AND SERVICE MANUALS
PSM WLKAT AKDOT STYLE COUPLER (CONFIRM CUSTOMER'S EXISTING COUPLER DIMENSIONS)
____
.PSM 4 CYD, 114" WIDE, GENERAL PURPOSE BUCKET WITH BOLT ON CUTTING EDGE
PSM 96" PALLET FORKS
PSM 60" PALLET FORKS
SPARE RIM AND TIRE TO FIT CAT 950GC, BS 23.51325 VJT
NEW MACHINE PREP PER AKDOT CA2111
WINTER ENGINE COVERS
1 DAY ON-SITE OPERATOR TRAINING
CAT ELECTRONIC TECHNICIAN LICENSE, IST YEAR SUBSCRIPTI
FREIGHT FOB KODIAK LANDFILL
ON, AND COM CABLE
Page 3 of 4
/1KOCITCONTRACT C17111 ITFh95_
2020 Caterpillar 950GC
Publications- Paper
PSM 96' Pallet Forks
PSM GP Bucket -4 CYD
1 Day Operator Training
Spare wheel and Bridgestone 23.51125 VJT L3 tire, mounted on rim
ADDITIONAL ITEMS NOT INCLUDED IN CA2111 PRICING:
5 year / 7,OOD hour Premier extended warranty —Technician travel and mileage not Included
PSM 60" Pallet Forks
CAT Electronic Technician License, So Year Subscription, and Machine Com Cable
Install CAT Factory Style Amber Strobe Light and Switch On Custom Mounting Bracket — In -lieu
of AKDOT Strobe Kit - CREDIT
Freight, FOB Kodiak, AK
Quote 229652-01
$192,022.00
$1,095.00
$12,531.00
$13,692.00
$0.00
$10,325.00
SUBTOTAL $229,665.00
$12,220.00
$11,980.00
$2,150.00
-$5,050.00
TOTAL $267,1170.00
WARRANTY
Standard Warranty: 1 YEAR CAT NEW MACHINE WARRANTY -TECHNICIAN TRAVEL TIME AND MILEAGE NOT INCLUDED
Extended Warranty. 5 YEAR/ 7,000 HOUR CAT PREMIER EXTENDED WARRANTY -TECHNICIAN TRAVEL TIME AND MILEAGE NOT INCLUDED
F.O.B: FREIGHT FOB KODIAK BOROUGH LANDFILL, AK
AODTITIONAL CONSIDERATIONS:
• PRICING PER STATE OF ALASKA HIGHWAY WH EEL LOADER CONTRACT CA2111
Accepted by. >�1.L[1.(f�j_J]��1,�ll���' � �✓J�L�.:7D Zn._
We wish to thank you for the opportunity of quoting your equipment needs. This quotation Is valid for 30 days, after which time we reserve the
right to re -quote. If there arc any questions, please do not hesitate to contact me.
Sincerely,
Steven Fisher
Machine Sales Representative
Cell: 907-74B-7540
sfisher@ncmachinery.com
Pape 4 of 4
WARRANTY
Standard Warranty: 1 YEAR CAT NEW MACHINE WARRANTY -TECHNICIAN TRAVEL TIME AND MILEAGE NOT INCLUDED
Extended Warranty: 5 YEAR/ 7,000 HOUR CAT PREMIER EMENDED WARRANTY -TECHNICIAN TRAVEL TIME AND MILEAGE NOT INCLUDED
F.O.B: FREIGHT FOB KODIAK BOROUGH LANDFILL, AK
ADDTITIONAL CONSIDERATIONS:
• PRICING PER STATE OF ALASKA HIGHWAY WHEEL LOADER CONTRACT CA2111
Accepted by on
Signature
We wish to thank you for the opportunity of quoting your equipment needs. This quotation is valid for 30 days, after which time we reserve the
right to re -quote. If there are any questions, please do not hesitate to contact me.
Sincerely,
Steven Fisher
Machine Sales Representative
Cell: 907.748.7540
sfisher@ncmachinery.com
Page 4 of 4
Quote 229652-01
AKDOT CONTRACT CA2111 ITEMS:
2020 Caterpillar 950GC
$192,022.00
Publications- Paper
$1,095.00
PSM 96" Pallet Forks
$12,531.00
PSM GP Bucket -4 CYD
$13,692.00
1 Day Operator Training
$0.00
Spare wheel and Bridgestone 23.5R25 V1T L3 tire, mounted on rim
$10,325.00
SUBTOTAL $229,665.00
ADDITIONAL ITEMS NOT INCLUDED IN CA2111 PRICING:
5 year / 7,000 hour Premier extended warranty -Technician travel and mileage not included
$12,220.00
PSM 60" Pallet Forks
$11,980.00
CAT Electronic Technician License, V Year Subscription, and Machine Com Cable
$2,150.00
Install CAT Factory Style Amber Strobe Light and Switch On Custom Mounting Bracket— In -lieu
of AKDOT Strobe Kit - CREDIT
-$5,050.00
Freight, FOB Kodiak, AK
$16,905.00
TOTAL $267,870.00
WARRANTY
Standard Warranty: 1 YEAR CAT NEW MACHINE WARRANTY -TECHNICIAN TRAVEL TIME AND MILEAGE NOT INCLUDED
Extended Warranty: 5 YEAR/ 7,000 HOUR CAT PREMIER EMENDED WARRANTY -TECHNICIAN TRAVEL TIME AND MILEAGE NOT INCLUDED
F.O.B: FREIGHT FOB KODIAK BOROUGH LANDFILL, AK
ADDTITIONAL CONSIDERATIONS:
• PRICING PER STATE OF ALASKA HIGHWAY WHEEL LOADER CONTRACT CA2111
Accepted by on
Signature
We wish to thank you for the opportunity of quoting your equipment needs. This quotation is valid for 30 days, after which time we reserve the
right to re -quote. If there are any questions, please do not hesitate to contact me.
Sincerely,
Steven Fisher
Machine Sales Representative
Cell: 907.748.7540
sfisher@ncmachinery.com
Page 4 of 4
i
KODIAK ISLAND BOROUGH
LANDFILL FRONT-END LOADER
PROCUREMENT
ISSUED: April 1, 2020
LANDFILL FRONT-END LOADER PROCUREMENT
INVITATION FOR BIDS
The KODIAK ISLAND BOROUGH will receive sealed bids until 3:00 pm (local time), April 22,
2020, for the LANDFILL FRONT-END LOADER PROCUREMENT, Kodiak, Alaska.
All front-end loader specification substitutions and questions must be submitted by April 15, 2020
at 5:00 P.M. local time. These alternatives will be reviewed and determined whether they will meet
procurement requirements. All bidders will be informed of all questions/substitutions along with
their corresponding response/determination. More information pertaining to this topic can be
found later in the document.
The scope of work is to provide a Front-end Loader as described in the specifications, including
all freight costs to Kodiak Island Landfill, 1203 Monashka Bay Rd., Kodiak, Alaska.
The Kodiak Island Borough reserves the right to reject or accept any or all bids, to waive
irregularities or informalities in the bid or in the bidding, and to give particular attention to the
qualifications of the Bidder.
Bid documents are available on the Kodiak Island Borough website at www.kodiakak.us.
CONTACT PERSON:
Jena Hassinger, Solid Waste Manager
Engineering and Facilities Department
Kodiak Island Borough
710 Mill Bay Road
Kodiak, Alaska 99615-6398
Phone: (907) 486-9343
Fax: (907) 486-9394
ihassinoer(d)kodiakak.us
Bid Package Available April 1, 2020
SUBMIT BIDS TO:
Finance Office — Room 104
Kodiak Island Borough
710 Mill Bay Road
Kodiak, Alaska 99615
Patricia Valerio, Secretary
Engineering and Facilities Department
Kodiak Island Borough
710 Mill Bay Road
Kodiak, Alaska 99615-6398
Phone: (907) 486-9343
Fax: (907) 486-9394
pvalerio(cDkodiakak. us
Bids will be received only in the Borough Finance/Cashier's Office and only until the time stated
above, at which time they will be publicly opened and read aloud in the Borough Conference
Room. Bids received after the time stated above will be returned unopened. Bid envelopes must
be clearly marked LANDFILL FRONT-END LOADER PROCUREMENT.
Michael Powers, Borough Manager
LANDFILL FRONT-END LOADER PROCUREMENT
IMPORTANT
BIDDER REGISTRATION FORM
In order to receive addenda and any other information which may impact the bid time or quantities,
bidder shall fill out the contact information below and return to the Kodiak Island Borough.
Completion of the Bidder Registration Form is mandatory to be considered.
ONLY REGISTERED BIDDERS WILL RECEIVE NOTIFICATIONS.
Bidder's Contact Information
Name of Company: NC MACHINERY
Contact Name: Steve Fisher
Street Address: 6450 ARCTIC BLVD
City, State, Zip: ANCHORAGE, AK 99518
Phone Number: 907-748-7540
Fax Number: 907-786-7580
Email: sfsher@ncmachinery.com
Return this form via fax, email, regular mail, or hand delivered to the following location:
Jena Hassinger, Solid Waste Manager
Engineering and Facilities Department
Kodiak Island Borough
710 Mill Bay Road
Kodiak, Alaska 99615-6398
Phone: (907) 486-9343
Fax: (907) 486-9394
ihassinoer(akodiakak. us
AND please copy Patricia Valerio, Secretary, on any communication or submission of any
documents.
Patricia Valerio, Secretary
Engineering and Facilities Department
Kodiak Island Borough
710 Mill Bay Road
Kodiak, AK 99615
Phone: (907) 486-9343
pvalerioCa kodiakak.us
Page 2 of 24
LANDFILL FRONT-END LOADER PROCUREMENT
1. SCOPE OF WORK
The Kodiak Island Borough desires to purchase a Front-end Loader. Unit shall include all
standard equipment and accessories as advertised in manufacturer's specification sheet of model
offered, unless otherwise specified herein. Procurement of all specified equipment to include all
freight costs to Kodiak, Alaska.
2. TYPICAL UNITS
CASE Model 921G or pre -approved equivalent provided all of the following minimum
specifications are met.
3. EQUIPMENT SPECIFICATIONS
1.0 POWER TRAIN:
1.1 Engine:
1.1.1 Diesel, 6-cyl, 6.7 liter displacement, 242 net SAE -J1349 flywheel HP at
governed1300 RPM, 930 net pound foot torque, minimum.
1.1.2 Engine must meet current EPA requirements at time of delivery.
1.2 Cooling System:
1.2.1 Winterfront:
1.2.1.1 If required to maintain engine operating temperature at a minimum of 140
degrees Fahrenheit while operating to minus 50 degrees.
1.2.1.2 To be a heavy-duty vinyl construction, with stainless steel snaps or swivel
locks and include a heavy-duty zipper installed over the rear grill area.
1.2.2 Anti -freeze: Permanent type, affording protection to minus 50 degrees Fahrenheit.
Shall be DELO extended life coolant (red), or compatible.
1.3 Intake System:
1.3.1 Air cleaner to be two (2) stage, dual element type.
1.3.2 Pre -cleaner: cyclonic pre -cleaner, or equivalent.
1.3.3 Filter service indicator, in cab.
1.4 Exhaust System:
1.4.1 Muffler(s) must not restrict operator's vision to rear.
1.4.2 Exhaust stack(s) to include 90 degree elbow or attenuator system.
1.5 Fuel System:
1.5.1 Fuel filler to have ready access.
1.6 Oil and fuel filters to be spin -on type.
1.7 Starting Aids:
1.7.1 Automatic ether system or glow plugs or grid heater.
1.7.1.1 IF automatic ether injection system, to be wired through the starter
button, include an engine safety sensor switch, and be installed in the
engine compartment and to have maximum protection from the elements.
1.7.2 Engine block heater, immersion type, highest wattage available, 110 volt AC (OEM
if available).
1.7.3 Engine oil pan heater, one (1) each, 150 watt, 110 volt AC, silicone pad heater
bonded to oil pan, BESCO, KAT'S, WATLO, or equivalent.
1.7.4 Transmission oil pan heater, one (1) each, 150 watt, 110 volt AC, silicone pad
heater bonded to oil pan, BESCO, KATS, WATLO, or equivalent.
1.7.5 Battery Trickle Charger:
1.7.5.1 To be NAPA 24 volt 5 amp or equivalent, fully automatic, 5 amp, 110 -volt.
LANDFILL FRONT-END LOADER PROCUREMENT
1.7.5.2 To be mounted in the engine compartment, functional with the electrical
Master Switch in the "OFF' position.
1.7.6 110 -volt AC power cords for engine and battery heaters to be plugged into
waterproof, 110 volt AC, junction box equipped with four (4) each 15 -amp
receptacles. Electrical cord, 20 -amp, Male plug portion of 20 amp cord(s) to run
out to the rear of the unit for easy access by ground personnel. Cords being
plugged into the junction box are to be labeled as to what they are for, such as;
"Engine Block Heater", 'Transmission Oil Heater", "Engine Oil Heater", and
"Battery Charger".
1.7.6.1 The location of the cords) outlet box(es) is/are to be in a weather
protected area in the engine compartment.
1.7.6.2 All wiring to be adequately secured and protected in a loom or similar
protection.
2.0 DRIVE TRAIN:
2.1 Transmission
2.1.1 Power shift, forward and reverse.
2.1.2 Transmission Disconnect: To include either a valve control or brake pedal control
or transmission neutralizing feature which will allow transmission to be engaged or
disengaged when depressing brake pedal as required for varying operating
conditions.
2.2 Axles:
2.2.1 TR4CTECH No -SPIN, or hydraulic locking differential in one (1) differential,
minimum, or limited slip differential, is acceptable. Torque proportioning is not
acceptable.
2.3 To provide a forward speed of not less than 22 MPH with tires specified herein.
2.4 To provide a reverse speed of not less than 15.0 MPH with tires specified herein.
3.0 CHASSIS:
3.1 Operating Weight: Minimum 45,000 pounds, per these specifications including 5 yd GP
bucket, but without quick attach.
3.2 Breakout Force (With general purpose bucket listed in this specification): Minimum 36500
pounds, per these specifications, but without quick attach.
3.3 Full Turn Tip Load (With general purpose bucket listed in this specification):
Minimum 29,000 pounds, per these specifications, but without quick attach.
3.4 Bucket Hinge Pin Height: Minimum 162 inches, per these specifications using the
GP bucket with bolt -on cutting edge, but without the quick attach system.
3.5 Dump Height at 45 degrees: Minimum 114 inches, per these specifications using the GP
bucket with bolt -on cutting edge, but without the quick attach system.
3.6 Dump Reach at 45 degrees and bucket raised to full height: Minimum 42 inches, per these
specifications using the GP bucket with bolt -on cutting edge, but without the quick attach
system.
3.7 Tires:
3.7.1 To be 23.5x25 L-5 tires
3.7.2 Spare Tire Width Mounted Wheel: To be same as above with mounted wheel.
3.8 Tire Chain Clearance:
3.8.1 To provide minimum four (4) inches clearance (from tire) for tire chains.
This includes the sides of the tire.
3.9 Tire Chains:
3.9.1 To include four (4) each, tire chains, to fit 23.5x25 L-5 tires
3.9.2 To include appropriate heavy-duty chain repair tool bar.
3.10 Brakes:
LANDFILL FRONT-END LOADER PROCUREMENT
3.10.1 Service Brakes: To be wet (oil) disk. To include an air dryer (all metal) installed in
discharge line between compressor and air tanks (if air system).
3.10.2 Secondary (Back -Up) Braking System: Manually and/or automatically applied
back-up braking system in the event of loss of service brake capacity.
3.10.3 Parking Brake:
3.10.3.1 To be a spring applied hydraulic released or hand operated,
mechanical parking brake independent of other braking systems,
capable of holding machine on a 20% grade.
3.10.3.2 To include parking brake warning light and audible warning device or a
parking brake system with a transmission disconnect feature.
3.11 Fenders: Front and rear, full width, OEM.
3.12 Tow Hook: Shall be drawbar hitch pin type, with pin.
3.13 Lift Arm Kickout: Automatic.
3.14 Bucket Leveling: Automatic.
3.15 To include cushion system type ride control.
4.0 ELECTRICAL SYSTEM:
4.1 24 -volt system.
4.2 To be negative ground system.
4.3 Alternator: Minimum 60 amp.
4.4 Battery(s): Heavy-duty, highest capacity available, minimum total of 1800 CCA at zero
degrees Fahrenheit.
4.5 Master electrical switch to cut off all power source from battery to starter and remainder of
electrical system. (To be located where accessible, but not ordinarily visible to persons not
familiar with machine.)
4.6 Lighting System:
4.6.1 Front headlights.
4.6.2 Work Lights: Two (2) rear work lights and two (2) front work lights, halogen or HID.
4.6.3 Turn signals.
4.6.4 Stop and tail lights.
4.6.5 Dome light.
4.6.6 Strobe Lights:
4.6.6.1 One strobe light, to be amber.
4.6.6.2 To include "On/Off' switch.
4.6.6.3 Location: Exact location to be determined due to height restrictions.
5.0 CAB:
5.1 Enclosed Roll Over Protection System (EROPS):
5.1.1 OEM, fully enclosed, steel, insulated, sound suppressed, pressurized, "ROPS"
(SAE J1040) cab with safety glass front windshield and safety or tempered glass
on sides or rear windows. To be adequately sealed as to not allow unreasonable
cold air or dust into cab.
5.2 Recirculating personnel heater (Minimum 30,000 BTU) and defroster(s). Defroster(s) to be
zoned to windshield wiper area(s), minimum. Caged defroster fans are not acceptable.
5.3 Front and rear window wipers and washers. Wiper motors to be highest capacity available
from OEM. To include OEM intermittent feature on front minimum.
5.4 Sun visor.
5.5 Operator's Seat: 6 -way adjustable, cloth or cloth/vinyl covered, suspension type with seat
belt.
5.6 Lockable doors.
5.7 Mirrors: To include an interior mounted convex rear-view mirror and outside cab mounted
WEST COAST style mirrors, heated (to include on/off switch).
5.8 Horn: Electric or air.
LANDFILL FRONT-END LOADER PROCUREMENT
5.9 High engine idle control capability, operator controlled.
5.10 To include OEM air conditioning.
6.0 INSTRUMENTATION:
6.1 All gauges as noted below shall read in U.S. units of measure (not metric) at time of delivery.
6.2 Gauges and/or indicators, as a minimum, shall include, in easy view of the operator:
6.2.1 Hour Meter: Running engine activated.
6.2.2 Ammeter or voltmeter gauge, or alternator malfunction indicator.
6.2.3 Engine Coolant:
6.2.3.1 High temperature (to include visual warning system).
6.2.3.2 Low level (to include visual warning system).
6.2.4 Engine oil pressure (to include visual warning system).
6.2.5 Air pressure gauge or indicator, if applicable.
6.2.6 Transmission oil temperature gauge or indicator.
6.2.7 Air filter restriction gauge or indicator.
6.2.8 Parking brake "ON" indicator with audible warning or a parking brake system with
a transmission disconnect feature.
6.2.9 Fuel gauge
7.0 HYDRAULICS:
7.1 To include valves, controls and lines necessary for installation and full operation. To include
valves, controls and lines necessary as standard equipment for installation and full operation
of all attachments including a Multi -Directional H -D Plow as described in specification item
8.4, even if the Multi -Directional Plow is not ordered with the unit.
7.1.1 Lift circuit to include detented valve for float position.
7.1.2 Electric over hydraulic controls are not acceptable on lift cylinder.
7.1.3 Minimum of three (3) spool valves.
7.1.4 Min flow 74 gpm.
8.0 ATTACHMENTS:
8.1 Quick Attach System:
8.1.1 To be equipped with a WELDCO-BEALES MFG. WL WLKAT Series KAT Master
Hitch or interchangeable equivalent so currently owned attachments can be used
with new equipment..
8.1.2 All functions to be controlled from in the cab by the operator.
8.2 General Purpose Bucket:
8.2.1 To be OEM or WELDCO-BEALES.
8.2.2 Capacity: 5.0 cubic yard SAE heaped, minimum.
8.2.3 Dimensions to be (LxWxH) 122x60x60 inches
8.2.4 To include replaceable bolt -on cutting edge with standard AASHTO punching
including 5/8 (0.625) inch AASHTO punching on three (3) three (3) six (6) six (6)six
(6) six (6) three (3) three (3) inch centers.
8.2.4.1 Example for eight (8) foot blade:
8.2.4.1.1 3-3-6-6-6-6-6-6-6-6-6-6-6-6-6-6-3-3
8.2.5 To include lifting eyes or hooks on each top corner and center top of bucket.
8.2.6 To include compatible quick attach system.
8.5 Pallet Forks (2 sets)
8.5.1 To be WELDCO-BEALES
8.5.2 Tine Length: 72" and 96"
8.5.4 72 inch Forks: Carriage 108" width and 52" height
9.5.5 96 inch Forks: Carriage 108" width and 52" height
8.5.6 Tine Spread: Adjustable to 72 inches wide, minimum.
LANDFILL FRONT-END LOADER PROCUREMENT
8.5.7 Tine locks (width and swing) to be included.
8.5.8 To include compatible quick attach system.
8.6 Rear Counterweights:
8.6.1 To have rear OEM counterweights, standard and optional, excluding wheel
weights and filled tires.
9.0 HEIGHT AND WIDTH RESTRICTIONS:
9.1 The maximum height of the machine will be equal to or less than142 inches.
9.2 The maximum width of the machine and tire will be equal to or less than 115 inches (without
general purpose bucket listed in this specification).
10.0 MISCELLANEOUS:
10.1 Hydraulic Hose: To be arctic grade (minus 40 degrees Fahrenheit, minimum).
10.2 Special Lubricants: If, forwarranty purposes, manufacturer's specific lubricants are required,
vendor is to provide these lubricants, or provide, at time of delivery, a cross reference chart
between manufacturer's lubricants and any name brand and readily available equivalents.
10.3 Vandalism Protection:
10.3.1 Shall include locks for batteries, fuel tank, hydraulic tank, engine lube oil filler, and
radiator.
10.3.2 Locking panels for compartments are acceptable.
10.3.3 If padlocks are utilized, they shall be keyed alike (OEM, meaning that one key will
fit all loaders of the same make).
10.3.4 Three (3) sets of keys, minimum, to be provided.
10.4 Backup Alarm: Electronic, self-adjusting sound level, ACORN PRODUCTS Model 1D-
112AA, PRECO Model Preco-Matic 1040, STAR Model Starmatic 63-000, or WARN Model
Reactor 2100504, located on rear of unit.
10.5 SMV Emblem: Shall include metal slow moving vehicle emblem.
10.6 Warranty: Five (5) year warranty.
10.7 Paint: Manufacturer's standard yellow.
10.8 Publications:
11.8.1 To include parts, service, and operator's manuals.
10.9 Final price on Loader and attachments to be FOB Kodiak, Alaska
10.9.1 F.O.B.: All prices covered by this contract will include the freight and offloading cost
to the Kodiak Island Landfill, 1203 Monashka Bay Rd., Kodiak, Alaska
SPECIAL TERMS AND CONDITIONS
11.0 DELIVERY:
11.1 Pre -delivery service: Prior to delivery, each vehicle, piece of equipment or attachment shall
be serviced and inspected by the dealer or his agent. A certification of this inspection must
include the following (as applicable to the type of equipment):
11.1.1 Dealer and vehicle identification
11.1.2 Check -off of service and inspection performed including a list of all fluids including
type, weight and specification that are in the equipment as delivered for all fluid
compartments.
11.1.3 The vehicle's crankcase, differential and transmission, and other fluid
compartments shall be filled to the manufacturer's recommended capacity.
11.1.4 Fuel tank shall be filled to at least register a minimum % full on the fuel gauge,
unless restricted by the commercial carrier, when vehicle arrives at the delivery
location.
11.1.5 The vehicle shall be clean and free from defects when delivered and should be
ready for immediate and continued use upon delivery.
11.1.6 Units delivered in an incomplete state, or that have deficiencies per the
specification, are subject to the damage charges as noted in paragraph below.
LANDFILL FRONT-END LOADER PROCUREMENT
12.0 DAMAGES FOR LATE DELIVERY AND NON -CONFORMING GOODS:
12.1 In the event that the goods are delivered late or in the event that the goods do not conform
in all material respects to the contract specifications, the Borough shall be entitled to offset
against the Contract Price, as liquidated damages and not as penalty, an amount equal to:
Wheel Loaders - $380 per day,
12.1.2 Multiplied by the number of days elapsing between the delivery date provided in
the specifications and the date that conforming goods are delivered to the
Borough. The number of days for which liquidated damages shall apply shall
include, in the case of non -conforming goods, the time reasonably necessary for
the Borough to inspect the goods.
13.0 WARRANTY:
13.1 Standard Warranty Package: Unless otherwise stipulated by this contract, the contractor
will provide a one-year (12 -month) full (100%) warranty.
13.1.1 Full (100°/x) Parts and Labor Warranty Coverage of all components for the first
year (12 -months), from the date the unit is placed in service.
13.1.2 Warranty repairs shall take place at the Borough's landfill facility. All travel costs
for warranty performed will be billed as follows.
13.1.2.1 Travel Labor Charge, as quoted on Bid Schedule. Travel labor will only
be reimbursed for the time the employee is traveling from a warranty
service center to the in-service location and return.
13.1.2.2 Meals are paid at actual and charges must be accompanied by receipts
and are not to exceed $60.00 per day and does not include alcohol.
13.1.2.3 Transportation, such as airfare (coach only), shall be reimbursed at
actual and all charges are to be accompanied by a receipt/copy of the
ticket.
13.1.2.4 Lodging shall be reimbursed at actual and shall not exceed $100.00 per
night unless no other lodging is available. Requests for reimbursement
must be accompanied by a receipt. Lodging may be provided by the
Kodiak Island Borough at one of their facilities if available.
13.1.3 Full Warranty Coverage includes all cost of labor, parts, freight of parts or
associated tools, transportation and travel, lubricants, miscellaneous cost, etc., to
place the unit in like -new condition.
13.1.4 Should the manufacturer's standard warranty exceed the minimum Borough
warranty requirements, the manufacturer's warranty will run in conjunction with and
enhance the Borough's warranty, then continue for the remainder of its term.
13.2 General Warranty Requirements for all Equipment:
13.2.1 Warranty Exceptions:
13.2.1.1 For clarification, warranty does not apply to normal wear and tear or
maintenance items, accident damages, misuse of equipment or failure
to operate or maintain equipment as prescribed by
vendor/manufacturer.
13.2.2 Warranty on Attachments: Same as Standard Warranty Package.
13.2.3 In -Service Date:
13.2.3.1 Warranty on vehicles not placed in service immediately upon receipt
because of time lag to construct body components and/or installation
of special equipment, or due to seasonal usage or other delay, shall be
warranted from the date the vehicle is placed in service. The receiving
agency shall notify the vendor/manufacturer in writing of the actual "in
service" date. Notification of the requirement for delayed warranty will
be provided on delivery orders whenever possible.
LANDFILL FRONT-END LOADER PROCUREMENT
13.2.4 Authorized Warranty Dealer (Contractor) and Subcontractor: For the purpose
of this contract, the contractor must meet the following applicable requirements:
13.2.4.1 Contractor must:
13.2.4.1.1 possess a current Alaska Motor Vehicle Dealer License
pursuant to AS 08.66.010 through AS 08.66.090, when
offering motor vehicles, trailers or semi -trailers, and;
13.2.4.1.2 be a manufacturer(s) authorized warranty service dealer for
the unit, a minimum of one year, and;
13.2.4.1.3 have the capability of providing warranty servicing and
repair work within the State of Alaska, with an authorized
warranty repair facility in Anchorage or Fairbanks, as a
minimum.
13.2.4.2 Contractor, if appropriate, shall submit the name, address, Alaska
business license of any subcontractor who will provide the warranty
servicing and repair work referenced in paragraph 14.1 above. The
contractor must also provide contractual documentation or agreements
with the subcontractor insuring the Borough that the subcontractor will
provide complete contract performance on behalf of the contractor as
set forth in the Bid and verification that the work provided will maintain
manufacturer's warranty requirements.
13.2.4.2.1 Approval of all subcontractors must take place prior to the
bid opening.
13.2.4.2.2 The use of a subcontractor does not exclude the provisions
as noted in paragraphs 13.2.4.1, and subsequent
paragraphs, as requirements to the contractor.
13.2.5 Warranty Claims:
13.2.5.1 Warranty will be provided at the unit's assigned (in-service) location.
Because of the remote location of some equipment it is not always
practical to deliver equipment to authorized warranty repair facilities. In
these cases, the contractor may perform warranty work at the
Borough's location or, the Borough, at its discretion, reserves the right
to perform the warranty work and be reimbursed by the vendor.
13.2.5.2 The Borough has established a warranty procedure whereby the
contractor is to be notified via letter, fax, email, etc. that warranty work
needs to be performed. If time is of the essence, a telephone call
confirmed by one of the above written procedures may be utilized. The
contractor must notify the Borough immediately that it will begin to
perform the warranty work at the equipment location within 48 hours
from receipt of written notification. The Borough may, at its discretion,
proceed to make warranty repairs with its own work force in the case of
emergency situation or to preclude excessive downtime (greater than
48 hours).
13.2.5.3 Failure to notify the Borough, that the contractor intends to begin to
perform warranty work promptly under this paragraph, by the end of the
business day following the Borough's notification that work is required
to be performed, is considered a contractual breach.
13.2.6 Factory Recall:
13.2.6.1 Nationwide factory recall or product update programs are the
responsibility of the contractor and/or manufacturer. Because of the
remoteness of some equipment this is not always practicable or
economical. In such cases, factory recall and modification work will be
handled the same as warranty work. Factory recall notices sent to the
LANDFILL FRONT-END LOADER PROCUREMENT
Borough should, in addition to serial number, include model, year, and
dealer from who purchased.
14.0 PUBLICATIONS:
14.1 To include service, parts and operator's manuals.
14.2 All manuals are to be pre -assembled in factory binders prior to delivery.
14.3 Publications are to be received by the Borough not later than 30 days after delivery of the
unit. Delivery will not be considered complete until the publications for each unit have been
received by the Borough.
14.4 Service Manuals:
14.4.1 Complete set(s), paper books and compact disc if available to include applicable
information covering prime unit and attachments:
14.4.1.1 Body, chassis, and electrical
14.4.1.2 Engine, transmission, and differential(s) (service and rebuild)
14.4.1.3 Electrical and Vacuum troubleshooting
14.4.1.4 Wiring diagrams
14.4.1.5 Service specifications
14.4.1.6 Engine/emission diagnosis
14.5 Parts Manuals:
14.5.1 Complete set(s), paper books and electronic format if available to include prime
unit and attachments, including updates. If updates are not provided during the
one-year warranty period, the Borough will order them from the manufacturer and
bill the contractor for the full cost, including shipping.
14.5.2 Parts manuals are to be customized by serial number.
14.6 Operator's Manuals: Complete set(s) to include prime unit and attachments.
14.7 Quantities: Publications, when required, will be ordered on the same Purchase Order as
the unit itself.
14.8 Manuals: To be delivered to, and receipt signed by person(s) as noted on the Purchase
Order.
14.9 Service Bulletins, Etc.:
14.9.1 The contractor must provide appropriate service bulletins, technical support
bulletins, service letters, product support bulletins, and/or any other information
type notifications that are sent out to the contractor or used by the manufacturer in
the maintenance and report of the vehicle, equipment or attachments being
provided. The intent of this clause is that the Borough be provided notification of
any and all changes or improvements that may affect the maintenance, reliability,
longevity, and safety of our equipment.
14.9.2 This information will be provided as soon as possible to person(s) as noted on the
Purchase Order.
15.0 TRAINING:
15.1 One day of operator and technical training to be performed on site in Kodiak, Alaska.
16.0 INSPECTIONS:
16.1 The Borough's inspection of all materials and equipment upon delivery is for the sole
purpose of identification. Such inspection shall not be construed as final or as acceptance
of the materials or equipment if materials or equipment do not conform to contract
requirements. If there are any apparent defects in the materials or equipment at the time of
delivery, the Borough will promptly notify the contractor thereof. Without limiting any other
rights of the Borough, the Borough at its option, may require the contractor to:
16.1.1 Repair or replace at contractor's expense, any or all of the damaged goods,
16.1.2 refund the price of any or all of the damaged goods, or
16.1.3 accept the return of any or all of the damaged goods.
LANDFILL FRONT-END LOADER PROCUREMENT
16.2 Costs of remedying all defects, indirect and consequential costs of correcting same, and/or
removing or replacing any or all of the defective materials or equipment will be charged
against the contractor.
17.0 REPLACEMENT PARTS:
17.1 The Borough shall expect the dealer or manufacturer to provide replacement wear parts to
the Borough's facilities within two (2) working days of order. All other parts must be available
within ten (10) working days.
4. SCHEDULE AND SUBMISSION
A. Schedule
Bid Package Available: April 1, 2020
Specification Substitutions/Questions Submitted by April 15, 2020 at 5:00 P.M. local time
Sealed Bids Due: April 22, 2020 at 3:00 pm local time
Tentative Contract Award: April 23, 2020
The Borough reserves the right to make adjustments to the above noted schedule as necessary.
B. Substitutions
The materials, products and equipment described in the Bidding Documents establish a standard
of required function, dimension, appearance and quality to be met by any proposed substitution.
No substitution will be considered prior to receipt of Bids unless written request for approval has
been received by the Kodiak Island Borough at least 7 days prior to the date for receipt of Bids.
Such requests shall include the name of the material or equipment for which it is to be substituted
and a complete description of the proposed substitution including drawings, performance and test
data, and other information necessary for an evaluation.
All written questions and substitutions along with their corresponding written responses be
posted on the Borough's we page as Addenda and emailed to all bidders.
Bidders may contact the Borough for clarification and information pertaining to this request for
bids. Any requests for information or clarification must be submitted in writing by email to Jena
Hassinger (ihassinoer(o)alaskaak.us) and Patricia Valeria (pvalerio(a)kodiakak.us) before April
15, 2020 at 5:00 P.M. local time. All questions must be submitted in writing.
C. Bid Submission
Bids submitted in response to this Invitation to Bid must meet the specifications set forth herein.
Only those bidders providing complete information as required will be considered for evaluation.
Any material deviation from these specifications will be cause for rejection of the bid at the
Borough's discretion.
LANDFILL FRONT-END LOADER PROCUREMENT
Bids must include the following information:
Cover Letter, including:
a) Project title
b) Name and address of the entity submitting the bid
c) Contact person's name, mailing or street addresses, phone and fax numbers and
email address
d) Submission of the letter will constitute a representation by your firm that your firm is
willing and able to perform the commitments contained in the bid.
D. Warranty
Manufacturer's warranty information must be provided in writing on equipment being proposed
per the specifications.
E. Completed Bid Form and Acknowledgement of Addenda
Bidders are required to submit a bid price and acknowledge any issued addenda on the attached
Exhibit A.
F. Proposed Equipment
Bidders are required to provide sufficient documentation to define the equipment being provided
in this scope of work. Such documentation may include, but is not limited to vendor catalog sheets,
general data sheets, drawings and sketches or specification and warranty information.
G. Submittal
One original and one copy of your bid package must be received by the Office of the Borough
Manager no later than 3:00 P.M. (local time), April 22, 2020. Bids shall be sealed and addressed
to:
Borough Finance/Cashier's Office — Room 104
Kodiak Island Borough
710 Mill Bay Road
Kodiak, Alaska 99615
The outside of the sealed envelope must be identified as LANDFILL FRONT-END LOADER
PROCUREMENT
Late bids and bids sent by facsimile or email will not be accepted. It shall not be sufficient to show
that the bid was mailed in time to be received before scheduled closing time, postmarks will not
be accepted.
LANDFILL FRONT-END LOADER PROCUREMENT
5. TERMS AND CONDITIONS
A. Errors and Omissions
Proposers are responsible for reviewing all portions of this Invitation to Bid. Proposers are to
promptly notify the Borough, in writing, if the proposer discovers any ambiguity, discrepancy,
omission or other error in the Invitation to Bid. Any such notification should be directed to the
Borough promptly after discovery, but in no event later than seven working days prior to the date
for receipt of bids.
B. Contract
Bid shall be good for 90 days. A successful proposer will be expected to enter into a written
contract with the Kodiak Island Borough prior to the purchase of the equipment. A copy of the
standard Kodiak Island Borough Equipment Purchase Agreement is attached as Exhibit C.
C. Manufacturer's Name
Any manufacturer's name, trade name, brand name, information and catalog numbers used
herein are for proposes of description and establishing general quality levels. References are not
intended to be restrictive of any products that manufacturer may offer. The determination as to
whether any alternate product or service is equal shall be made by the Kodiak Island Borough
and such determination shall be final and binding among all bidders.
D. Specifications
Any deviations from bid specifications indicated herein must be clearly stated otherwise it will be
considered that items offered are in strict compliance with the specifications, and successful
bidder will be held responsible. Deviations must be explained in detail.
E. Placing of Orders
The award of this bid does not constitute an order. Before shipments or service provided the
bidder must receive a contract approved by the Borough Assembly and signed by the Borough
Manager.
6. AWARD OF CONTRACT
The Borough intends to award this contract to the lowest responsive and responsible bidder. The
Borough will issue a notice of intent to award to the successful Bidder. A protest period of two
weeks will begin upon the mailing of the notice of intent to award letter. A protest may be made
by delivery of a letter of protest to the Borough Manager's Office. Protests will only be accepted
based on error in process. If/when a protest is received, an administrative review process will
begin. The protestor can expect a final administrative decision by the Kodiak Island Borough
Manager within 30 working days of the receipt of protest.
LANDFILL FRONT-END LOADER PROCUREMENT
7. RESERVED RIGHTS
The Borough reserves the right to:
A. Reject defective or nonresponsive bids;
B. Waive any irregularities in any and all bids;
C. Reject all bids;
D. Negotiate with two or more of the lowest bidders, if bid prices are in excess of the money
available or authorized, for a reduction in the scope, quality, or quantity of the purchase, service,
or contract; or
E. Re -advertise for bids with or without making changes in the plans or specifications
LANDFILL FRONT-END LOADER PROCUREMENT
EXHIBIT C
INFORMATION FOR BIDDERS
GENERAL TERMS AND CONDITIONS
The following are standard bid terms. Unless modified by the specific procurement, these
terms will apply to the Invitation For Bids for this procurement. Where there is a conflict between
the provisions in these standard terms and conditions and the Invitation for Bids or, specifications,
or scope, the provisions in the Invitation For Bids shall prevail.
1. PREPARATION OF BID FORMS. The Kodiak Island Borough, hereinafter referred to
as the BOROUGH, invites bids on the form enclosed as part of the bidding and contract doc-
uments to be submitted at such time and place as is stated in the Notice to Contractors Inviting
Bids. All blanks in the bid form must be appropriately filled in with typewriter or ink, and all prices
must be stated in both words and figures.
All bids must be submitted in sealed envelopes bearing on the outside the name of the
project for which the bid is submitted. It is the sole responsibility of the Bidder to see that his bid
is received in proper time. Any bids received after the scheduled closing time for receipt of bids
will be returned to the Bidder unopened.
2. SIGNATURES. All proposals shall give the price proposed, both in writing and in
figures, shall give all other information requested herein, and shall be signed by the Bidder or his
authorized representative with his address. If the proposal is made by an individual, his name,
signature and post office address must be shown; if made by firm or partnership, the name and
post office address of the firm or partnership and the signature of at least one of the general
partners must be shown; if made by a corporation, the proposal shall show the name of state
under the laws of which the corporation is incorporated, and the title of the person who signs on
behalf of the corporation. If the proposal is made by a corporation and the authority of the signer
is not apparent, the Bidder must be able to provide a certified copy of the bylaws or resolution of
the board of directors of the corporation shall be furnished on request showing the authority of
the officer signing the proposal to execute contracts on behalf of the corporation if requested by
the BOROUGH.
3. MODIFICATIONS. Changes in or additions to the bid forms, recapitulations of the work
bid upon, alternative proposals or any other modifications of the bid form which are not specifically
called for may result in the BOROUGH's rejection of the bid as not being responsive to the Notice
to Contractors Inviting Bids. No oral or telephone modification of any bid submitted will be con-
sidered. Any Bidder may modify his bid by submitting a written modification signed by the Bidder,
or by telegraph or by a signed facsimile communication at Fax No. (907)486-9394 at any time
priorto the scheduled bid closing time for receipt of bids, provided such communication is received
by the BOROUGH prior to the bid closing time, and, provided further, the BOROUGH is satisfied
that a written confirmation of the telegraphic or facsimile modification over the signature of the
Bidder was mailed by Federal Express, DHL, or USPO Express Mail prior to the bid closing time.
The telegraphic or facsimile communication should not reveal the bid price but should provide the
addition or subtraction or other modification so that the final prices or terms will not be known by
LANDFILL FRONT-END LOADER PROCUREMENT
the Borough until the sealed bid is opened. If written confirmation is not received within three (3)
days from the closing time no consideration will be given to the telegraphic or facsimile modifica-
tion.
4. ERASURES. The bid submitted must not contain any erasures, interlineations or other
corrections unless each such correction is suitably authenticated by affixing in the margin imme-
diately opposite the corrections the surname of the person or persons signing the bid.
5. UNDERSTANDING OF BID REQUIREMENTS. Bidders shall thoroughly examine
and be familiar with the Contract Documents. The failure or omission of any Bidder to receive or
examine any forms, instrument or addendum or other document shall in no way relieve the Bidder
from obligations with respect to his bid or to full performance of the Contract and for the price bid.
The submission of a bid shall be taken as conclusive evidence of compliance with this section.
6. ADDENDA. Each proposal shall include specific acknowledgment in the space
provided of receipt of all addenda issued during the bidding period. Failure to so acknowledge
may result in the proposal being rejected as not responsive.
7. BID PRICE. The bid price shall include everything necessary for the fulfillment of the
Contract including, but not limited to, furnishing all materials and equipment, except as may be
provided otherwise in the Contract Documents. In the event of a difference between a price
quoted in words and a price quoted in figures for the same quotation, the words shall be the
amount bid.
8. CONTRACTOR'S LICENSING LAWS. All Bidders and Contractors shall be licensed
at the time of submitting a bid in accordance with the laws of the State of Alaska and any Bidder
or Contractor not so licensed is subject to the penalties imposed by such laws and the Bid
Proposal of such Bidders may be rejected.
9. QUALIFICATION OF BIDDERS. Each Bidder shall be duly licensed, qualified, skilled
and regularly engaged in the general class or type of work called for under the Contract. A
statement setting forth his licensing, qualification, experience and the experience, knowledge and
ability of the personnel available for employment in responsible charge of the work shall be
submitted by low Bidder when requested by the BOROUGH.
It is the intention of the BOROUGH to award a contract to the lowest responsive
responsible Bidder who furnishes satisfactory evidence that he has the requisite licenses, quali-
fications, experience and ability and that he has sufficient capital, facilities, and plant to enable
him to prosecute the work successfully and properly, and to complete the work within the time
specified in the Contract.
To determine the degree of responsibility to be credited to the Bidder, the BOROUGH will
weigh any evidence that the Bidder, or personnel available for employment in responsible charge
off the work, have satisfactorily performed other contracts of like nature, magnitude and
comparable difficulty and comparable rates of progress and other factors, including:
LANDFILL FRONT-END LOADER PROCUREMENT
a) The ability, capacity and skill of the Bidder to perform the Contract.
b) Whether the Bidder can perform the Contract within the time specified, and
without delay
C) The character, integrity, reputation, judgment, experience and efficiency of
the Bidder; and
d) The quality of the Bidder's performance on previous contracts.
10. POSTPONEMENT OF OPENING. The BOROUGH reserves the right to postpone
the date and time for opening of proposals at any time prior to the time announced for opening of
proposals in the advertisement.
11. DISQUALIFICATION OF BIDDER. If there is reason to believe that collusion exists
among the Bidders, none of the bids of the participants in such collusion will be considered.
12. REJECTION OF BIDS. The BOROUGH reserves the right to reject any bid which is
nonresponsive, incomplete, obscure or irregular; any bid which omits any one or more items on
which the bids are required; any bid in which unit prices are unbalanced in the opinion of the
BOROUGH; any bid accompanied by insufficient or irregular bid security; and any bid from
Bidders who have previously failed to perform properly or to complete on time contracts of any
nature.
13. AGREEMENT AND BONDS. Where applicable, the form of Agreement which the
successful Bidder, as Contractor, shall be required to execute, and the form and amounts of surety
bonds which he shall be required to furnish at the time of execution of the Agreement, are included
in the Contract Documents and should be carefully examined by the Bidder.
14. INTERPRETATION OF DOCUMENTS PRIOR TO BID OPENING.
Bidders are notified to examine thoroughly the bid form, information for bidders, the form of
Agreement, and the other Contract Documents. If any person contemplating submitting a bid for
the proposed Contract is in doubt as to the true meaning of any part of the Contract Documents,
or finds discrepancies or omissions therein, he may submit to Contact person for the procurement
identified in the Invitation for Bids seven 7 days prior to the time announced for opening the
proposals for an interpretation or correction thereof. The person submitting the request shall be
responsible for its prompt delivery. Any interpretation or correction of the Contract Documents
will be made only by Addendum issued by the Borough Manager, which shall thereupon become
part of the Contract Documents and a copy of such Addendum will be sent by facsimile to each
person receiving a set of Contract Documents; however, responsibility shall rest solely with each
of the intending Bidders to determine that he has, by time of bidding, received all Addenda. The
BOROUGH will not be responsible for any other explanation or interpretation of the Contract
Documents. No oral interpretation of provisions in the Contract Documents will be made to the
Bidder. Bidders must satisfy themselves of the accuracy of any of the estimated quantities by
examination of the site and a review of the Contract Documents, including Addenda. After bids
have been submitted, the Bidder shall not assert that there was a misunderstanding concerning
the quantities of work, site or other conditions, or of the nature of the work to be done.
LANDFILL FRONT-END LOADER PROCUREMENT
15. BIDDERS INTERESTED IN MORE THAN ONE BID. No person, firm, or corporation
shall be allowed to make, or file, or be interested in more than one bid for the same work unless
alternate bids are specifically called for. A person, firm, or corporation that has submitted a sub -
proposal to a Bidder, or that has quoted prices or materials to a Bidder, is not thereby disqualified
from submitting a sub -proposal or quoting prices to other Bidders or making a prime proposal.
16. AWARD OF CONTRACT. The BOROUGH reserves the right to reject any or all bids,
waive any informalities or irregularity in the bidding and/or not make an award. The award of the
Contract, if made by the BOROUGH, will be made to the qualified and responsible Bidder
submitting the lowest responsive bid for the contracted work or item. The BOROUGH reserves
the right and shall determine in its own discretion whether a Bidder is responsible and qualified to
perform the Contract, and what bid is the lowest or in the best interest of the BOROUGH, including
the BOROUGH's right to consider the proposed form of manufacturer's warranty to be given by
the manufacturer to be used by a Bidder in making its determinations, and determine whether it
is to the best interest of the BOROUGH to accept the bid.
17. NON -COLLUSION AFFIDAVITS. Upon a specific request of the BOROUGH, the
Bidder, before the award of a Contract, shall submit non -collusion affidavits to the BOROUGH
covering the Bidder and all subcontractors.
18. DEFAULTING BIDDER. If any Bidder whose Bid proposal is accepted fails, neglects
or refuses to furnish, where required, performance and payment bond, or furnish, where required,
a worker's compensation and other insurance certificates or policies, or to execute the Agreement
as herein provided, such Bidder shall not be the lowest responsive Bidder. The BOROUGH may
then select the lowest responsive Bidder and deliver a notice of acceptance of Bid proposal to
such lowest responsive Bidder.
19. ERRORS AND OMISSIONS. No consideration will be given by the BOROUGH to
claim of error in a bid unless such claim is made to the BOROUGH within twenty-four (24) hours
after the time stated for receiving bids in the Notice to Contractors Inviting Bids, and unless
supporting evidence of such claim, including cost breakdown sheets, is delivered to the
BOROUGH within forty-eight (48) hours after the time stated for receiving bids in the Notice to
Contractors Inviting Bids. Relief may be granted only at the BOROUGH's discretion and in such
event only for clerical errors.
20. SIGNING. Each document signed by an attorney-in-fact shall be accompanied with a
copy of the power of attorney authorizing the attorney-in-fact. No agreement shall be binding
upon the BOROUGH until the same has been completely signed by the Contractor and also
signed on behalf of the BOROUGH. Failure to sign and return the required form of Agreement
and acceptable bonds and/or insurance certificates or policies as provided herein and the
Contract Documents within the time limit above specified may be just and sufficient cause for the
cancellation of the award and the forfeiture of the bid security.
LANDFILL FRONT-END LOADER PROCUREMENT
21. CANCELLATION OF AWARD. The BOROUGH reserves the right to cancel the
award without liability to the Bidder, except return of the bid security, at any time before the
Agreement has been fully signed by all parties, including the BOROUGH.
22. WITHDRAWAL OF BIDS. No Bidder may withdraw his bid after the time announced
for the opening, or before both the award and execution of the agreement, unless the award is
delayed for a period in excess of sixty (60) days.
23. BID PROTESTS. The BOROUGH will issue a notice of intent to award to the
successful Bidder. An aggrieved bidder may file a bid protest within ten (10) calendar days after
Notice of Intent to Award the contract is mailed. A protest may be made by delivery of a letter of
protest to the Borough Manager's Office. Protests will only be accepted based on error in process.
If/when a protest is received, an administrative review process will begin. The protestor can
expect a final administrative decision by the Kodiak Island Borough Manager within 30 working
days of the receipt of protest.
24. MINIMUN STANDARDS. The required work and/or specifications attached herein
shall be considered as the minimum standards acceptable to the BOROUGH. Any deviations,
modifications, or alternatives proposed shall be specified and clarified by the bidder in writing and
be identified as EXCEPTION SUMMARY. Insufficient information pertaining to exceptions shall
be at the bidders risk and may result in rejection of the bid.
25. EQUIPMENT FURNISHED. All equipment furnished under these specifications must
be complete with all necessary operating accessories and manuals customarily furnished,
whether stipulated herein or not.
Prior to final acceptance by the BOROUGH, the BOROUGH reserves the right to examine
the equipment/structures and test it accordingly, to assure compliance with bid and contract
requirements and specifications. Should the BOROUGH conduct such evaluations and the
results indicate that the equipment/structures do not conform, the successful bidder shall be
responsible to promptly correct such problems and/or replace said equipment in a timely manner
at no cost to the BOROUGH. After correction of any deficiencies the equipment/structures shall
be subject to a re-evaluation.
26. DELIVERY. The successful bidder shall be required to provide delivery F.O.B. Kodiak,
Alaska. Said delivery shall be made no more than ninety (90) days after receipt of purchase
order. The successful bidder shall be required to perform all customary pre -delivery service
checks and inspections. Such service shall include but is not limited to checking and adjusting all
equipment and accessories to insure the proper operation thereof.
27. WARRANTY. Included with the bid proposal, the Bidder shall furnish a description of
the warranty for each of the equipment offered for purchase.
CONTRACT AWARD CA2111-18
SECTIONS:
SECTION I —TERMS AND CONDITIONS
SECTION II —SPECIFICATIONS
SECTION III — PRICE SCHEDULE
CONTRACTOR:
NC Machinery
6450 Arctic Blvd.
Anchorage, AK 99518
Contact: Adam Hirstein or Steve Fisher
(907)786-7580
sfisher[a)ncmachinery.com
ahirstein(cDncmachinery.com
Alaska Business License No: 276151
Date of Contract: May 29, 2018
Contract Expiration: May 28, 2019
Estimated Value of Initial Term: $2,000,000.00
Optional Renewals:
Renewal One Expiration: May 28, 2020
Renewal Two Expiration: May 28, 2021
CONTRACTING AUTHORITY:
State of Alaska
HQ, State Equipment Fleet
2200 E 42ND Avenue
Anchorage, AK 99508
CONTRACTING OFFICER:
Kristi Futrel
(907) 269-0793
Kristi. Futrel (a)alaska.Gov
Contracting Authority Name & Title:
Kristi Futrel, Contracting Officer III
Contractor Authority Name & Title:
Adam Hirstein, Government Sales Manager
SECTION
TERMS & (
TERMS AND CONDITION
INTENT: PURCHASE OF WHEEL LOADERS.
1.1 Contract Period: One Year with 2 One Year Renewal Options
1.2 Quantities: Approximately 5 units in first year, renewal quantities will depend on funding.
1.3 Location of Use: Statewide
1.4 Warranty locations: Anchorage and Fairbanks
1.5 In addition to the State of Alaska requirements, the Municipality of Anchorage and other Alaska political
subdivisions may cooperatively purchase from the resulting contract.
1.5.1 At no time may the contractor change the terms and conditions, alter the price to another entity,
which differs from the contractual price, nor charge undisclosed administrative fees to allow
cooperative purchasing.
DELIVERY:
1.6 Pre -delivery service: Before delivery, each vehicle, piece of equipment or attachment shall be serviced and
inspected by the dealer or his agent. The inspection must include the following (as applicable to the type of
equipment):
1.6.1 Dealer and vehicle identification.
1.6.2 Check -off of service and Inspection performed including a list of all fluids including type weight and
specification that is In the equipment as delivered for all fluid compartments.
1.6.3 The vehicle's crankcase, differential and transmission, and other fluid compartments shall be filled
to the manufacturer's recommended capacity.
1.6.4 Fuel tank shall be filled to at least register a minimum''/. full on the fuel gauge unless restricted by
the commercial carrier when the vehicle arrives at the delivery location.
1.6.5 The vehicle shall be clean and free from defects when delivered and should be ready for Immediate
and continued use upon delivery.
1.6.6 Units delivered in an incomplete state, or which have deficiencies per the specification, are subject
to the damage charges as noted in paragraph 4.0 below.
1.7 Inspections:
1.7.1 The State's inspection of all materials and equipment upon delivery is for the sole purpose of
identification. Such inspection shall not be construed as final or as acceptance of the materials or
equipment if materials or equipment do not conform to Contract requirements. If there are any
apparent defects in the materials or equipment at the time of deliveiy, the State will promptly notify
the Contractor thereof. Without limiting any other rights of the State, The State at its option may
require the Contractor to:
1.7.1.1 repair or replace at contractor's expense, any or all of the damaged goods,
1.7.1.2 refund the price of any or all of the damaged goods, or
1.7.1.3 Accept the return of any or all of the damaged goods.
1.7.2 Costs of remedying all defects, indirect and consequential costs of correcting same, and removing
or replacing any or all of the defective materials or equipment will be charged against the bidder.
1.8 Acceptance:
1.8.1 Units will not be considered "Accepted" until all deficiencies have been corrected. This includes
item 2.5 Line Sheets/Bill of Materials, 2.6 Parts & Service Information, and 8.0 Publications.
1.9 Delivery Receipt:
1.9.1 A delivery receipt will be required. The receipt must be filled out by the vendor and acknowledged
by state receiving personnel by signature and date of actual receipt of equipment. One copy of this
delivery receipt is to be given to the state -receiving agency.
1.9.2 Vendors are cautioned and advised that such delivery forms or other receiving type documents will
not in any way be construed to mean the state has formally and fully accepted unit(s) referenced
thereon as complete and meeting every specification set forth. Only the Contracting Officer or
designee may sign warranty documentation.
1.10 Build Sheets/Bill of Materials:
1.10.1 It is required at the time of delivery that the successful bidder provides a comprehensive listing of
all components used to assemble the unit.
1.10.2 This includes any components installed by the manufacturer or any subcontractor or the successful
bidder.
1.10.3 Information will include at a minimum, make, the model serial number on items such as engines,
transmissions, axles, tires, bodies, etc. The listings will be specific to each piece of equipment.
Section I- Terms & Conditions
CA2111-18 Contract for Wheel Loaders
Page 1 of 14
SECTION I
TERMS & CONDITIONS
1.10.4 PDF copies of Build Sheets/Bill of Materials must be emailed to ionathan.skinner(d-)alaska.cov, for
archiving and sharing with the proper SOA departments.
1.11 Parts & Service information
1.11.1 It is required at the time of delivery that the successful bidder provides a comprehensive listing of
parts & service information.
1.11.2 Information will include, at a minimum, list of all required filters, list of all required oil types by
compartment, the quantity of oil needed, service schedule listing required service items by
hours/miles and date, and a recommended parts stock list.
1.11.3 PDF copies of Parts & Service Information must be emailed to jonathan.skinner cnalaska.00v, for
archiving and sharing with the proper SOA departments.
F.O.B. POINT:
1.12 The F.O.B. point is as listed in Section IV, Bid Schedule. Ownership of and title will remain with the contractor
until delivery is complete to the final destination and accepted by the State. Equipment is not to be driven on
the Alcan Highway without prior written approval from the contracting officer.
1.13 The cost of shipping and delivery for orders beyond the limits of Seattle/Tacoma dock will be handled as
follows. The contractor will prepay the shipping and delivery charges to any destination named by the State
in its order. The contractor will charge -back those shipping and delivery charges to the State as a separate
line item on the State's invoice.
1.14 All shipping charges over $100 must be documented by a copy of the actual shipping Invoice and received
with the Invoice charge to the State.
1.15 Shipping must be consolidated for the best possible price. Shipping items separately must be pre -approved
by the Contracting Officer PRIOR to shipment. For example, GP Bucket or Spare Tire not being shipped
with host unit must be pre -approved.
DAMAGES FOR LATE DELIVERY AND NON -CONFORMING GOODS:
1.16 Time Is of the essence In this contract. The Bidder Is expected to deliver goods that conform in all material
respects to the contract specifications on or before the date provided therein, as may be amended by written
agreement of the parties.
1.17 In the event that the equipment is delivered late or does not conform to the contract specifications, the State
shall be entitled to offset against the Contract Price, as liquidated damages and not as a penalty, an amount
equal to the cost of renting like equipment, multiplied by the number of calendar days elapsing between the
delivery date provided In the bid schedule and the delivery date to the State. In the case of equipment in this
class, that daily rental fee is determined to be $800.00.. The number of days for which liquidated damages
shall apply shall include, in the case of non -conforming goods, the time reasonably necessary for the State
to perform the inspection.
1.18 These liquidated damages represent a reasonable estimate of amounts necessary to compensate the State
for loss of use of the goods during the period in which the goods would have been available to the State if
conforming goods had been timely delivered.
EQUIPMENT RELIABILITY:
1.19 Reliability of equipment is of paramount importance to the State. It is the policy of SEF to require minimum
levels of reliability from owned or leased equipment for it to be considered acceptable. Equipment offered
for this bid must be capable of meeting the acceptable reliability standard stated below.
1.20 Acceptable Reliability: The State will monitor equipment reliability. Acceptable reliability for this contract is
achieved when a machine achieves or maintains a Reliability Ratio (RR) equal to or exceeding the following:
1.20.1 .90 (90 percent) PR during any consecutive 12 -months (365 days) during the warranty period.
1.20.2 .75 (75 percent) PR per operational month (recognizing operational as subject to weather and being
defined by calendar days) during the consecutive 12 -month period.
1.20.3 PR below the state percentages do not meet minimum reliability requirements for state-owned
equipment.
1.21 Machine Failure and Downtime:
1.21.1 Machine Failure is any and all loss of capability to perform fully, as specified, which is not attributed
to Conditioned Failure. Machine Failure resulting in the unit being out of service is defined as
Downtime.
1.21.2 Conditioned Failure is any Machine Failure attributable to accident, operator abuse or other
external cause not attributable to a defect in the machine Itself.
1.21.3 Downtime is the actual number of days or fractions of days that the equipment is in a state of
Machine Failure. Downtime does not count time used for scheduled maintenance (including
preventative maintenance and scheduled major overhauls), time lost for repair maintenance and
Section 1- Terms & Conditions
CA2111-18 Contract for Wheel Loaders
Page 2 of 14
SECTION I
TERMS & CONDITIONS
scheduled major overhauls, time lost for repair of damage as a result of operator abuse or machine
misapplication; or time lost as a result of an accident or an act of God. Downtime includes:
1.21.3.1 Actual shop hours (and/or field repair hours) required to return the unit to full
operational status following machine failure, Including troubleshooting, repair,
necessary replacement of parts, and necessary adjustments, plus
1.21.3.2 Time lost waiting for parts and/or vendor assistance. "Waiting downtime" also applies
if the need for parts/assistance is discovered during routine maintenance and return to
service is deemed counterproductive. In this case, "waiting time" clock begins with a
notice of the need to the vendor. Allowance may be considered in "waiting time"
calculations if the arrival of parts/assistance is delayed by transportation shutdown, to
include verifiable transportation scheduling difficulties such as infrequent Flights as long
as all reasonable alternatives have been exhausted. Parts and assistance are to be
provided by the quickest means reasonably possible to avoid unnecessary delays and
downtime.
1.21.4 Out of Service Report (OSR): Downtime resulting from machine failure is the actual number of
hours a machine is out of service as recorded on the OSR or in the Equipment Maintenance
Management System (EMS).
1.21.4.1 The State will record all downtime on an OSR or EMS work order, which will be
originated for each occurrence of downtime. The document will show the date and
time a unit went down, the location where the machine was based, the reason the
machine is down, date and time the vendor was notified (if applicable), the date and
time the machine was returned to service, and the total hours of downtime.
1.21.4.1.1 The Contract Manager will finalize and approve the OSR or EMS work
order. Both are available for contractor review.
1.21.5 Reporting Downtime: The Contracting Officer will maintain documentation of all Downtime, and
shall send copies of such documentation to the contractor.
1.21.6 Calculation of Reliability Ratio: RR is the mathematical ration of operating time (uptime) to out of
service time (downtime). The RR will be calculated according to the following formula:
RR = Days in a Month — Days Out of Service* = DM - DO
Days in a Month " DM
Note*: Fractional Days apply, i.e., a unit is out of service 8 hours in a
24 hour period equals 1/3 or .33% of a day.
Note `•: A day is allocated as 24 consecutive hours from 12:00 AM to
12:00 PM.
Example: 30 days DM with 2 days and 8 hours DT would result in:
RR = 30 - 2.33 = .92
30
1.21.7 Unacceptable Reliability: If an item of equipment fails to perform at an acceptable level of reliability
during the warranty period, the Contracting Officer will notify the contractor and request an
immediate remedy. Failure to remedy the piece of equipment within 30 days for failure will result
in a breach of contract and the immediate return of the equipment and reimbursement of the
Guaranteed Value (V) of the unit:
Original Cost of the unit less (-) Freight = $ (V)
Guaranteed Value (V) less (-) the Cost of Operation as listed in the Equipment Rental Rate Blue
Book or comparable equipment or the current Federal Fixed Usage Rate for the Class for the State
of Alaska (a, b or c per hour) times (X) the number of hours used = (DV).
a. Example: Cost of a single unit, less freight = $150,000. The hourly cost is $150.00 per
hour. The unit was used 150 hours prior to failing the acceptable reliability. The contractor
guarantees the unit's worth at $127,500.00.
1.21.8 Prior to return, the State will correct all reasonable cosmetic deficiencies (such as excessive rust)
and those deficiencies that are directly related to damage due to accidents, misuse of equipment
or failure to operate or maintain equipment as prescribed by the vendor/manufacturer, prior to the
public auction.
1.21.9 The tires will be serviceable with at least 50% remaining thread.
1.21.10 Oil samples, as per manufacturer's service manual recommendations, will be taken by State of
Alaska maintenance personnel on the engine, transmission, differentials, and hydraulics.
1.21.11 In the case of dispute, at the expense of the State, a qualified agent from Northern Adjusters, Inc.
or another professionally recognized appraiser may be commissioned for an independent claim
Section 1- Terms & Conditions
CA2111-18 Contract for Wheal Loaders
Page 3 of 14
SECTION I
TERMS & (
appraisal. Such appraisal shall be binding upon the State and the contractor.
WARRANTY:
1.22 Standard Warranty Package: Unless otherwise stipulated by this ITB, the successful bidder will provide a
one-year (12 -month) warranty.
1.22.1
Full (100%) Parts and Labor Warranty Coverage of all components for 12 months (year one), from
the date the unit is placed in service at the assigned location.
1.22.2
Full (100%) Warranty Coverage Includes all cost of labor, parts, freight, lubricants, miscellaneous
cost, etc., to place the unit in like -new condition.
1.22.3
Should the manufacturer's standard warranty exceed the minimum State warranty requirements,
the manufacturer's warranty will run in conjunction with and enhance the State's warranty, then
continue for the remainder of its term.
1.22.4
For clarification, the warranty does not apply to normal wear and tear or maintenance items,
accident damages, misuse of equipment or failure to operate or maintain equipment as prescribed
by vendor/manufacturer.
1.22.5
Warranty on Attachments: Same as Standard Warranty Package.
1.22.6
In -Service Date: Warranty on vehicles not placed in service immediately upon receipt because of
time lag to construct body components and/or installation of special equipment, or due to seasonal
usage or another delay, shall be warranted from the date the vehicle is placed In service. The
receiving agency shall notify the vendor/manufacturer in writing of the actual "in service" date.
Notification of the requirement for delayed warranty will be provided on delivery orders whenever
possible.
1.23 Warranty Claims:
1.23.1
Warranty will be provided at the unit's assigned (in-service) location. Because of the remote
location of some equipment, it is not always practical to deliver equipment to authorized warranty
repair facilities. In these cases, the vendor may perform warranty work at the state's location or,
the State of Alaska, at its discretion, reserves the right to perform the warranty work and be
reimbursed by the vendor. If travel is required by State personnel to perform the work, actual costs
will be used for reimbursement.
1.23.2
The State of Alaska has established a warranty procedure whereby the vendor Is to be notified via
letter, email, or fax, that warranty work needs to be performed. If time is of the essence, a telephone
call confirmed by one of the above -written procedures may be utilized.
1.23.3
The vendor must notify the state within 24 hours of verbal or written notification that it will begin to
Perform the warranty work at the equipment location.
1.23.4
The State may, at its discretion, proceed to make warranty repairs with its own workforce in the
case of an emergency situation or to preclude excessive downtime (greater than 24 hours). The
State will require a PO to perform the warranty work.
1.23.5
Failure to notify the State that the vendor intends to begin to perform warranty is considered a
contractual breach.
1.23.6
The vendor will be invoiced for required warranty work performed by the state. Warranty work
performed by the state will be charged at the current SEF shop labor rate at the time of the
repair. Actual repair time will be used.
1.24 Warranty Performed by Vendor:
1.24.1
The State will reimburse travel costs not reimbursed by the manufacturer for travel to and from the
bidder's closest warranty service center within the State of Alaska to the location of the equipment
under warranty. Travel costs will be billed as follows:
1.24.1.1 Mileage Charge: Mileage will only be reimbursed for travel within Alaska at the rate
allowable by the IRS.
1.24.1.2 Meals are paid at actual, and charges must be accompanied by receipts and are not
to exceed the State authorized $60.00 per day.
1.24.1.3 Transportation, such as airfare, shall be reimbursed at actual and all charges are to be
accompanied by a receipt/copy of the coach ticket.
1.24.1.4 Lodging shall be reimbursed at actual and shall not exceed $150.00 per night unless
no other lodging is available. Requests for reimbursement must be accompanied by a
receipt.
1.24.2
Travel will only be reimbursed for time in Alaska.
1.24.3
After hours, weekend and holiday travel must be approved by the contracting officer to be
considered for reimbursement. The State will not pay for weather delays.
1.25 Authorized Warranty (Contractor/Bidder):
Section I- Terms & Conditions
CA2111-18 Contract for Wheel Loaders
Page 4 of 14
SECTION I
TERMS & CONDITIONS
1.25.1 Contractor (bidder) must have Authorized Warranty Dealer that has all required licenses, facilities
and factory certified and trained personnel necessary to perform the warranty servicing and repair
work.
Provide name and address for each Authorized Warranty Dealer for each location.
(•) Anchorage, Fairbanks, Juneau, Wasilla and Dutch Harbor
1.25.2 The ultimate responsibility for warranty Iles with the contractor (bidder).
1.25.3 The State reserves the right to inspect the warranty facility and diagnostic equipment prior to Issuing
the Notice of Intent to Award a contract.
1.26 Factory Recall:
1.26.1 Nationwide factory recall or product update programs are the responsibility of the vendor and/or
manufacturer. The State will attempt to bring affected equipment to an authorized repair facility.
However, because of the remoteness of some equipment, this is not always practical or
economical. In such cases, factory recall and modification work will be handled the same as
warranty work. Factory recall notices sent to the state should, in addition to the serial number,
include model, year, and dealer.
REPAIR ORDERS AND DOCUMENTATION:
1.27 Any work performed by the contractor or approved subcontractor, whether warranty or any other work on a
piece of equipment purchased under this ITB, will require a copy of the repair order, any invoices showing
parts and commodities including oils and types used.
PUBLICATIONS:
1.28 Paper publications are to be received by the State at the time of delivery. Delivery will not be considered
complete until the publications for each unit have been received by the State of Alaska. Note: Publications,
when required, will be ordered on the same Purchase Order as the unit itself.
1.28.1 All paper manuals are to be pre -assembled in factory binders prior to delivery.
1.28.2 Any electronic copies of manuals and subsequent revisions must be emailed to
0onathan.skinner0alaska.cov, for archiving and sharing with the proper SOA departments.
1.28.3 Online access to manuals must be provided at the time of delivery. All shared access credentials
shall be provided to ionathan.skinner analaska.aov, for archiving and sharing with the proper SOA
departments.
1.29 Service Manuals:
1.29.1 Complete set(s) to include applicable Information covering prime unit and attachments:
1.29.2 Body, chassis, and electrical
1.29.3 Engine, transmission, and differential(s) (service and rebuild)
1.29.4 Electrical and vacuum troubleshooting
1.29.5 Wiring diagrams
1.29.6 Service specifications
1.29.7 . Engine/emission diagnosis
1.30 Parts Manuals:
1.30.1 Complete set(s) including all updates. If updates are not provided during the warranty period, the
State may order them from the manufacturer and bill the contractor for the full cost, including
shipping.
1.30.2 Parts manuals are to be customized by serial number.
1.31 Operator's Manuals: Complete set(s) to Include prime unit and attachments.
1.32 Quantities: As per Bid Price Schedule.
1.33 Service Bulletins, Etc.: The successful bidder must provide appropriate service bulletins, technical support
bulletins, service letters, product support bulletins, and/or any other information type notifications that are
sent out to the vendor or used by the manufacturer in the maintenance and report of the vehicle, equipment
or attachments being provided. The intent of this clause is that the State of Alaska is provided notification of
any and all changes or improvement's that may affect the maintenance, reliability, longevity, and safety of
our equipment.
STATEMENT OF ORIGIN:
The bidder will be required to furnish a Manufacturer's Statement of Origin for Automotive or Non -Automotive rolling
stock for each unit. All such documents shall be delivered with the invoice to:
DOT&PF, HQ State Equipment Fleet
2200 E. 42nd Avenue Room #318
Anchorage, Alaska 99508
Section I- Terms & Conditions
CA2111-18 Contract for Wheel Loaders
Page 5 of 14
SECTION I
TERMS & CONDITIONS
WEIGHT VERIFICATION SLIPS:
If required in the Bid Price Schedule, a weight scale ticket of the completed unit will be included with the Statement
of Origin.
PRICE:
1.34 Price Guarantee: The Contractor is responsible for maintaining prices under the contract firm for 180 days
after bid opening. All price increases or decreases must remain firm for the following 180 days.
1.35 NO RETROACTIVE PRICE INCREASES WILL BE ACCEPTED.
1.36 Price adjustments, Increases or decreases, for subsequent orders, may be made by providing the Contracting
Officer satisfactory evidence that all of the following conditions exist:
1.36.1 The increase is a result of the increased cost at the manufacturer's level and not costs under the
contractor's control, and that;
1.36.1.1 The increase will not produce a higher profit margin for the contractor than that on the
original contract, and that;
1.36.1.2 The increase affects only the item(s) that are clearly identified by the contractor.
1.36.1.3 Satisfactory forms of the evidence of the above facts may Include a certified invoice
from the manufacturer or an affidavit from an Independent professional price -tracking
firm that is recognized by the industry as reputable and knowledgeable. The contractor
must be able to show the difference between the prior year's price and the current
difference in the price being requested.
1.37 Price Decreases: During the period of the contract, the Contractor must pass on to the state all price
decreases, such as fleet rebates. A Contractor's failure to adhere strictly and faithfully to this clause will be
considered a material breach of contract. The state reserves the right to cancel the contract if the
contractor fails to properly perform the duties set out herein.
1.38 Manufacturer's Rebate (Incentives):
1.38.1 In any circumstance during or prior to completion of the contract, whereupon the State of Alaska
becomes eligible to receive a rebate for any vehicle purchased under this contract, it shall be the
BIDDER'S responsibility to inform the Contracting Officer in writing and to advise the procedures
for obtaining such rebates.
REPLACEMENT PARTS AND REPAIRS:
1.39 This contract encompasses a full parts and labor contract for manufacturer parts and repairs for the entire
warranty period.
1.40 The State of Alaska shall expect the dealer or manufacturer to provide replacement wear parts at their
authorized warranty facilities for the entire warranty period within seven (7) days of order. All other parts
must be available within ten (10) working days.
1.41 Backorder procedures: Backorders are acceptable; however, the ordering shop shall be appraised at time
of original orders as to the expected delay in delivery.
1.42 Warranty: All products supplied by the contractor. shall be warranted against defects in materials and
workmanship for a minimum of 90 days, commencing at the time of installation as long as the installation is
within 12 months of purchase. The cost of any defective product and the labor required to replace the
defective product shall be the obligation of the contractor.
1.42.1 If the manufacturer's warranty exceeds the stated warranty then manufacturer's warranty
supersedes.
1.42.2 Parts Return: Within 12 months of the Invoice date, the State is to be allowed to return new parts
with full refund, less actual shipping charges. Cores returned within 12 months of original invoice
date will receive full core credit. Returned parts will be in new, resalable condition. Refund will be
in the form of a credit/invoice credited to the SOA account with the vendor.
1.42.3 Invoicing: Full description of the Item is required on all invoices, packing lists, and billings.
CONDITIONS:
AUTHORITY:
This ITB is written in accordance with AS 36.30 and 2 AAC 12.
COMPLIANCE:
In the performance of a contract that results from this ITB, the contractor must comply with all
state, and borough regulations, codes, and laws; be liable for all required insurance, licenses,
and pay all applicable federal, state, and borough taxes.
Section I- Terms & Conditions
CA2111-18 Contract for Wheel Loaders
Page 6 of 14
applicable federal,
permits and bonds;
SECTION I
TERMS & CONDITIONS
SUITABLE MATERIALS, ETC.:
Unless otherwise specified, all materials, supplies or equipment offered by a bidder shall be new, unused, and in the
latest edition, version, model or crop and of recent manufacture.
SPECIFICATIONS:
Unless otherwise specified in the ITS, product brand names or model numbers specified in this ITB are examples of
the type and quality of product required and are not statements of preference. If the specifications describing an item
conflict with a brand name or model number describing the item, the specifications govern. Reference to brand name
or number does not preclude an offer of a comparable or better product if full specifications and descriptive literature
are provided for the product. Failure to provide such specifications and descriptive literature may be cause for
rejection of the offer.
FIRM OFFER:
For the purpose of the award, offers made in accordance with this ITB must be good and firm for a period of ninety
(90) days from the date of bid opening.
CONTRACT FUNDING:
Bidders are advised that funds are available for the initial purchase and/or the first term of the contract. Payment and
performance obligations for succeeding purchases and/or additional terms of the contract are subject to the
availability and appropriation of funds.
CONFLICT OF INTEREST:
An officer or employee of the State of Alaska may not seek to acquire, be a party to, or possess a financial interest
in, this contract if (1) the officer or employee is an employee of the administrative unit that supervises the award of
this contract; or (2) the officer or employee has the power to take or withhold official action so as to affect the award
or execution of the contract.
ASSIGNMENT(S):
Assignment of rights, duties, or payments under a contract resulting from this ITB Is not permitted unless authorized
in writing by the procurement officer of the contracting agency. Bids that are conditioned upon the State's approval
of an assignment will be rejected as nonresponsive.
SUBCONTRACTOR(S):
Within five (5) working days of notice from the state, the apparent low bidder must submit a list of the subcontractors
that will be used In the performance of the contract. The list must include the name of each subcontractor and the
location of the place of business for each subcontractor and evidence of each subcontractor's valid Alaska business
license.
FORCE MAJEURE:
(Impossibility to perform): The parties to a contract resulting from this ITB are not liable for the consequences of any
failure to perform, or default in performing, any of Its obligations under the contract, if that failure or default is caused
by any unforeseeable Force Majeure, beyond the control of, and without the fault or negligence of, the respective
party. For the purposes of this ITS, Force Majeure will mean war (whether declared or not); revolution; invasion;
insurrection; riot; civil commotion; sabotage; military or usurped power; lightning; explosion; fire; storm; drought; flood;
earthquake; epidemic; quarantine; strikes; acts or restraints of governmental. authorities affecting the project or
directly or indirectly prohibiting or restricting the furnishing or use of materials or labor required; inability to secure
materials, machinery, equipment or labor because of priority, allocation or other regulations of any governmental
authorities.
CONTRACT EXTENSION:
Unless otherwise provided in this ITS, the State and the successful bidder/contractor agree: (1) that any holding over
of the contract excluding any exercised renewal options, will be considered as a month-to-month extension, and all
other terms and conditions shall remain in full force and effect and (2) to provide written notice to the other party of
the Intent to cancel such month-to-month extension at least thirty (30) days before the desired date of cancellation.
DEFAULT:
In case of default by the contractor, for any reason whatsoever, the State of Alaska may procure the goods or services
from another source and hold the contractor responsible for any resulting excess cost and may seek other remedies
under law or equity.
DISPUTES:
If a contractor has a claim arising in connection with a contract resulting from this ITB that it cannot resolve with the
State by mutual agreement, it shall pursue a claim, if at all, in accordance with the provisions of AS 36.30.620 — 632.
Section I- Terms & Conditions
CA2111-18 Contract for Wheel Loaders
Page 7 of 14
SECTION I
TERMS & CONDITIONS
CONSUMER ELECTRICAL PRODUCT:
AS 45.45.910 requires that "...a person may not sell, offer to sell, or otherwise transfer in the course of the person's
business a consumer electrical product that is manufactured after August 14, 1990, unless the product is clearly
marked as being listed by an approved third -party certification program." Electrical consumer products manufactured
before August 14, 1990, must either be clearly marked as being third -party certified or be marked with a warning label
that complies with AS 45.45.910(e). Even exempted electrical products must be marked with the warning label. By
signature on this bid, the bidder certifies that the product offered is in compliance with the law. A list of approved
third -party certifiers, warning labels and additional Information is available from Department of Labor and Workforce
Development, Labor Standards & Safety Division, Mechanical Inspection Section, P.O. Box 107020, Anchorage,
Alaska 99510-7020,(907)269-4925.
SEVERABILITY:
If any provision of the contract is declared by a court to be illegal or In conflict with any law, the validity of the remaining
terms and provisions will not be affected; and, the rights and obligations of the parties will be construed and enforced
as if the contract did not contain the particular provision held to be invalid.
GOVERNING LAW; FORUM SELECTION:
A contract resulting from this ITB is governed by the laws of the State of Alaska. To the extent not otherwise governed
by section 17 of these Standard Terms and Conditions, any claim concerning the contract shall be brought only in
the Superior Court of the State of Alaska and not elsewhere.
NEW EQUIPMENT:
Equipment offered in response to this ITB must be new equipment. New equipment means equipment that is currently
in production by the manufacturer and is still the latest model, edition or version generally offered. The equipment
must be warranted as new by the manufacturer and may not have been used for any purpose, other than display (not
demonstration), prior to its sale to the state. The state will not accept remanufactured, used, or reconditioned
equipment. It is the contractor's responsibility to ensure that each piece of equipment delivered to the state complies
with this requirement. A contractor's failure to comply with this requirement will cause the state to seek remedies
under breach of contract.
ACCESSORIES:
When accessories are supplied, they must be certified to be compatible with the rest of the equipment. Certification
will be written evidence satisfactory to the state that the accessories are compatible. The bidder's failure to supply
this evidence within the time required by the state will cause the state to consider the bid non-responsive and reject
the bid.
BRAND SPECIFIC:
Certain items may be designated brand specific. When an item is so designated no substitutions for the brand and
model specified will be allowed.
INSPECTION:
Equipment offered for lease may be subject to inspection and approval by the state prior to the award of the ITB. The
equipment and attachments must be in good repair and capable of performing the work for which they were designed.
ALTERATIONS:
The contractor must obtain the written approval from the contracting officer prior to making any alterations to the
specifications contained in this ITB. The state will not pay for alterations that are not approved in advance and in
writing by the contracting officer.
DISCONTINUED ITEMS:
In the event an item is discontinued by the manufacturer during the life of the contract, another item may be
substituted, provided that the contracting officer makes a written determination that it is equal to or better than the
discontinued item and provided that it is sold at the same price or less than the discontinued item.
ITEM UPGRADES:
The state reserves the right to accept upgrades to models on the basic contract when the upgrades improve the way
the equipment operates or improve the accuracy of the equipment. Such upgraded items must be at the same price
as the items in the basic contract.
DELIVERY TIME:
The elapsed time between the time the state places an order and the time that order is actually shipped from the
contractor's place of business must be entered In space provided under "BID SCHEDULE". This processing time is
to remain constant throughout the life of the contract(s).
Section I- Terms & Conditions
CA2111-18 Contract for Wheel Loaders
Page 8 of 14
SECTION I
TERMS & CONDITIONS
DELIVERY CONFIRMATION:
Bidders must obtain a confirmation from the manufacturer that the items offered are scheduled for production in
sufficient time to meet the scheduled delivery dates. A copy of the manufacturer's confirmation may be included with
the bid or submitted within 10 days of the state's request. The bidder's failure to provide the manufacturer's
confirmation as required will cause the state to consider the bid non-responsive and reject the bid.
ADVANCE NOTICE OF DELIVERY:
The contractor must notify the freight company that delivers the order that the state facility receiving the order requires
24 hours advance notice of delivery.
THIRD -PARTY FINANCING AGREEMENTS NOT ALLOWED:
Because of the additional administrative and accounting time required of state agencies when third -party financing
agreements are permitted, they will not be allowed under this contract.
CONTINUING OBLIGATION OF CONTRACTOR:
Regardless of the terms and conditions of any third -party financing agreement, the contractor agrees that none of its
responsibilities under this contract are transferable and that the contractor alone will continue to be solely responsible
until the expiration date of the contract. Such responsibilities include, but are not limited to, the provision of
equipment, training, warranty service, maintenance, parts and the provision of consumable supplies. By signature,
on the face page of this ITB, the bidder acknowledges this requirement and indicates unconditional acceptance of
this continuing obligation clause.
ESTIMATED QUANTITIES:
The quantities referenced in this ITB are the state's estimated requirements and may vary more or less from the
quantities actually purchased. The state does not guarantee any minimum purchase. Orders will be Issued
throughout the contract period on an as -needed basis.
SERVICE CHARGES:
Regardless whether the contractor repairs equipment on-site or off-site, the state will not be liable for any charges
associated with the repair of broken equipment, including, but not limited to, unhooking, disassembly, packaging,
crating, repair, transportation, replacement, reassembly, or rewiring.
PARTS:
Only parts designed for the purpose they are being used and warranted as new, may be used in the repair of state
equipment.
COMPLETION OF SERVICE:
The service will not be complete and the equipment will not be considered serviced, repaired, or acceptable until it
performs in compliance with the manufacturer's published performance specifications.
SERVICE TECHNICIAN QUALIFICATIONS:
Bidders must provide evidence that the person performing the service work is a manufacturer's authorized service
technician; or, the bidder may provide evidence that they have contracted with a manufacturer's authorized service
technician to perform the service work.
Acceptable evidence of the service technician's competence may take the form of a letter or certificate, signed by an
authorized officer of the manufacturer, that the service technician has been trained and authorized by the
manufacturer to provide manufacturer's authorized warranty service.
The bidder's failure to provide the evidence mentioned above, within the time required by the state, may cause the
state to consider the bid non-responsive and reject the bid.
WORKMANSHIP & MATERIALS:
All work must be performed in a thorough and workmanlike manner and In accordance with current industry practices.
The contractor will be held responsible for the quality of the finished item. The state will reject any item that does not
meet the specifications of the ITB. Rejected items will be returned to the contractor at the contractor's risk and
expense.
CONTRACT CANCELLATION:
The state reserves the right to cancel the contract at its convenience upon 30 calendar day's written notice to the
contractor. The state is liable only for payment in accordance with the payment provisions of this contract for services
or supplies provided before the effective date of termination.
Section I- Terms & Conditions
CA2111-18 Contract for Wheel Loaders
Page 9 of 14
SECTION I
TERMS & CONDITIONS
SPECIAL CONDITIONS:
ORDER DOCUMENTS:
Except as specifically allowed under this ITB, an ordering agency will not sign any vendor contract. The State is not
bound by a vendor contract signed by a person who is not specifically authorized to sign for the State under this ITB.
The State of Alaska Purchase Order, Contract Award, and Delivery Order are the only order documents that may be
used to place orders against the contract(s) resulting from this ITB.
BILLING INSTRUCTIONS:
Invoices must be billed to the ordering agency's address shown on the individual Purchase Order, Contract Award or
Delivery Order, not to the Division of General Services. The ordering agency will make payment after it receives the
merchandise or service and the invoice. Questions concerning payment must be addressed to the ordering agency.
CONTINUING OBLIGATION OF CONTRACTOR:
Notwithstanding the expiration date of a contract resulting from this ITS, the contractor is obligated to fulfill its
responsibilities under warranty, guarantee, maintenance, and parts availability requirements have completely
expired.
MANDATORY CONTRACT TERMS:
ALASKA BUSINESS LICENSE AND OTHER REQUIRED LICENSES:
Prior to the award of a contract, a bidder must hold a valid Alaska business license. However, in order to receive the
Alaska Bidder Preference and other related preferences, such as the Alaska Veteran and Alaskans with Disabilities
Preference, a bidder must hold a valid Alaska business license at the time designated for bid opening. Bidders should
contact the Department of Commerce, Community, and Economic Development, Division of Corporations, Business,
and Professional Licensing, P. O. Box 110806, Juneau, Alaska 99811-0806, for information on these licenses.
Acceptable evidence that the bidder possesses a valid Alaska business license may consist of any one of the
following:
• copy of an Alaska business license;
• certification on the bid that the bidder has a valid Alaska business license and has included the license number
in the bid (see front page);
• a canceled check for the Alaska business license fee;
• a copy of the Alaska business license application with a receipt stamp from the state's occupational licensing
office; or
• A sworn and notarized affidavit that the bidder has applied and paid for the Alaska business license.
You are not required to hold a valid Alaska business license at the time bids are opened If you possess one of the
following licenses and are offering services or supplies under that specific line of business:
• fisheries business licenses issued by Alaska Department of Revenue or Alaska Department of Fish and Game,
• liquor licenses issued by Alaska Department of Revenue for alcohol sales only;
• insurance licenses issued by Alaska Department of Commerce, Community, and Economic Development,
Division of Insurance, or
• Mining licenses issued by Alaska Department of Revenue.
At the time designated for bid opening, all bidders must hold any other necessary applicable professional licenses
required by Alaska Statute.
ALASKA BIDDER PREFERENCE:
An Alaska Bidder Preference of five percent will be applied prior to evaluation. The preference will be given to a
bidder who:
holds a current Alaska business license at the time designated for bid opening;
submits a proposal for goods or services under the name appearing on the bidder's current Alaska business
license;
has maintained a place of business within the state staffed by the bidder, or an employee of the bidder, for a
period of six months Immediately preceding the date of the bid;
Section I- Terms & Conditions
CA2111-18 Contract for Wheel Loaders
Page 10 of 14
SECTION I
TERMS & CONDITIONS
is incorporated or qualified to do business under the laws of the state, is a sole proprietorship and the proprietor
is a resident of the state, is a limited liability company (LLC) organized under AS 10.50 and all members are
residents of the state, or is a partnership under AS 32.06 or AS 32.11 and all partners are residents of the state;
and
If a joint venture is composed entirely of ventures that qualify under (1)-(4) of this subsection.
Alaska Bidder Preference Affidavit:
In order to receive the Alaska Bidder Preference, the bid must also include a statement certifying that the bidder is
eligible to receive the Alaska Bidder Preference.
If the bidder is an LLC or partnership as identified in (4) of this subsection, the affidavit must also identify each member
or partner and include a statement certifying that all members or partners are residents of the state.
If the bidder is a joint venture which includes an LLC or partnership as identified in (4) of this subsection, the affidavit
must also Identify each member or partner of each LLC or partnership that is included in the joint venture and include
a statement certifying that all of those members or partners are residents of the state.
BIDDERS WITH DISABILITIES:
The State of Alaska complies with Title II of the Americans with Disabilities Act of 1990. Individuals with disabilities
who may need auxiliary aids, services, and/or special modifications to participate in this procurement should contact
the Division of Transportation at one of the following numbers no later than 10 days prior to bid opening to make any
necessary arrangements.
Telephone: 907.269.0793
Fax: 907.269.0801
TDD: 907.269.0713
COMPLIANCE WITH ADA:
By signature of their bid, the bidder certifies that they comply with the Americans with Disabilities Act of 1990 and the
regulations issued thereunder by the federal government.
Services or activities furnished to the general public on behalf of the state must be fully accessible. This is intended
to ensure that agencies are in accordance with 28 CFR Part 35 Section 35.130 and that services, programs or
activities furnished to the public through a contract do not subject qualified individuals with a disability to discrimination
based on the disability.
PREFERENCE QUALIFICATION:
In order to qualify for an Alaska Veterans Preference, Employment Program Preference, or Alaskans with Disabilities
Preference, a bidder must add value by actually performing, controlling, managing, and supervising the services
provided, or a bidder must have sold supplies of the general nature solicited to other state agencies, governments,
or the general public.
CONTRACT PERFORMANCE LOCATION:
By signature on their bid, the bidder certifies that all services provided under this contract by the contractor and all
subcontractors shall be performed in the United States.
If the bidder cannot certify that all work will be performed in the United States, the bidder must contact the
procurement officer in writing to request a waiver at least 10 days prior to the deadline for receipt of bids.
The request must include a detailed description of the portion of work that will be performed outside the United States,
where, by whom, and the reason the waiver is necessary.
Failure to comply with these requirements may cause the state to reject the bid as non-responsive, or cancel the
contract.
HUMAN TRAFFICKING:
By signature on their bid, the bidder certifies that the
and headquartered in a country recognized as Tier
Trafficking in Persons Report.
bidder is not established and headquartered or incorporated
3 in the most recent United States Department of State's
Section I- Terms 8 Conditions
CA2111-18 Contract for Wheel Loaders
Page 11 of 14
SECTION I
TERMS & CONDITIONS
The most recent United States Department of State's Trafficking in Persons Report can be found at the following
website: http://www.state.gov/c/tip/
Failure to comply with this requirement will cause the state to reject the bid as non-responsive, or cancel the contract
NOTICE OF INTENT TO AWARD:
After the responses to this ITB have been opened and evaluated, a tabulation of the bids will be prepared. This
tabulation, called a Notice of Intent to Award, serves two purposes. It lists the name of each company or person that
offered a bid and the price they bid. It also provides notice of the state's intent to award a contract(s) to the bidder(s)
Indicated. A copy of the Notice of Intent will be mailed to each company or person who responded to the ITB. Bidders
Identified as the apparent low responsive bidders are instructed not to proceed until a Purchase Order, Contract
Award, Lease, or some other form of written notice is given by the contracting officer. A company or person who
proceeds prior to receiving a Purchase Order, Contract Award, Lease, or some other form of written notice from the
contracting officer does so without a contract and at their own risk.
PAYMENT FOR STATE PURCHASES:
Payment for agreements under $500,000 for the undisputed purchase of goods or services provided to a state
agency, will be made within 30 days of the receipt of a proper billing or the delivery of the goods or services to the
location(s) specified in the agreement, whichever is later. A late payment is subject to 1.5% interest per month on the
unpaid balance. Interest will not be paid if there is a dispute or if there is an agreement that establishes a lower
interest rate or precludes the charging of interest.
CONTRACT ADMINISTRATION:
The administration of this contract is the responsibility of State Equipment Fleet, Contracting Officer, Department of
Transportation.
SHIPPING DAMAGE:
The state will not accept or pay for damaged goods. The contractor must file all claims against the carrier(s) for
damages Incurred to Items in transit from the point of origin to the ultimate destination. The state will provide the
contractor with written notice when damaged goods are received. The state will deduct the cost of the damaged
goods from the invoice prior to payment. The contractor must file all claims against the carrier(s) for reimbursement
of the loss.
INDEMNIFICATION:
The contractor shall indemnify, hold harmless, and defend the contracting agency from and against any claim of, or
liablllty for error, omission or negligent act of the contractor underthis agreement. The contractor shall not be required
to indemnify the contracting agency for a claim of, or liability for, the independent negligence of the contracting
agency. If there is a claim of, or liability for, thejoint negligent error or omission of the contractor and the independent
negligence of the Contracting Agency, the indemnification and hold harmless obligation shall be apportioned on a
comparative fault basis. "Contractor" and "Contracting agency", as used in this and the following article, Including the
employees, agents and other contractors who are directly responsible, respectively, to each. The term "independent
negligence" is negligence other than in the Contracting agency's selection, administration, monitoring, or controlling
of the contractor and in approving or accepting the contractor's work.
INSURANCE:
Without limiting contractor's indemnification, it is agreed that contractor shall purchase at its own expense and
maintain in force at all times during the performance of services under this agreement the following policies of
insurance. Where specific limits are shown, it is understood that they shall be the minimum acceptable limits. If the
contractor's policy contains higher limits, the state shall be entitled to coverage to the extent of such higher limits.
Certificates of Insurance must be furnished to the contracting officer prior to beginning work and must provide for a
notice of cancellation, non -renewal, or material change of conditions in accordance with policy provisions. Failure to
furnish satisfactory evidence of insurance or lapse of the policy is a material breach of this contract and shall be
grounds fortermination of the contractor's services. All insurance policies shall comply with, and be issued by Insurers
licensed to transact the business of insurance under AS 21.
Proof of insurance is required for the following:
Workers' Compensation Insurance: The contractor shall provide and maintain, for all employees engaged in work under
this contract, coverage as required by AS 23.30.045, and; where applicable, any other statutory obligations including
but not limited to Federal U.S.L. & H. and Jones Act requirements. The policy must waive subrogation against the state.
Section I- Terms & Conditions
CA2111-18 Contract for Wheel Loaders
Page 12 of 14
SECTION I
TERMS & CONDITIONS
Commercial General Liability Insurance: covering all business premises and operations used by the contractor in the
performance of services under this agreement with minimum coverage limits of $300,000 combined single limit per
occurrence.
Commercial Automobile Liability Insurance: covering all vehicles used by the contractor in the performance of services
under this agreement with minimum coverage limits of $300,000 combined single limit per occurrence.
Failure to supply satisfactory proof of Insurance within the time required will cause the state to declare the bidder
non -responsible and to reject the bid.
BRAND AND MODEL OFFERED:
Unless otherwise specified, when brand names and model numbers are used to specify the type and quality of the
goods desired, bidders must clearly indicate the brand names and model numbers they intend to provide. The bidder's
failure to identify the brand and model offered will cause the state to consider the offer non-responsive and reject the
bid.
ANNOTATED LITERATURE:
Bidders must annotate their product literature to identify for the state the location of the supporting information
regarding each product specification set out in this ITB. A bidder's failure to comply with this clause, within the time
set by the state, will cause the state to consider the offer non-responsive and reject the bid.
SUPPORTING INFORMATION:
The state strongly desires that bidders submit all required technical, specification, and other supporting information
with their bid so that a detailed analysis and determination can be made by the contracting officer that the product
offered meets the ITB specifications and that other requirements of the ITB have been met. However, provided a bid
meets the requirements for a definite, firm, unqualified, and unconditional offer, the state reserves the right to request
supplemental information from the bidder, after the bids have been opened, to ensure that the products offered
completely meet the ITB requirements. The requirement for such supplemental information will be at the reasonable
discretion of the state and may Include the requirement that a bidder will provide a sample product(s) so that the state
can make a first-hand examination and determination.
A bidder's failure to provide this supplemental information or the product sample(s), within the time set by the state,
will cause the state to consider the offer non-responsive and reject the bid.
FIRM, UNQUALIFIED AND UNCONDITIONAL OFFER:
Bidders must provide enough information with their bid to constitute a definite, firm, unqualified and unconditional
offer. To be responsive a bid must constitute a definite, firm, unqualified and unconditional offer to meet all of the
material terms of the ITB. Material terms are those that could affect the price, quantity, quality, or delivery. Also
included as material terms are those which are clearly identified in the ITB and which, for reasons of policy, must be
complied with at risk of bid rejection for non -responsiveness. .
LOCAL AGRICULTURAL AND FISHERIES PRODUCT PREFERENCE:
By signature of the bid and by checking the Agricultural and Fisheries Product Preference box beneath each line
item, the bidder certifies that the product offered meets the requirements of AS 36.15.050 and is entitled to a
preference in accordance with the provisions of that statute.
ALASKA PRODUCT PREFERENCE:
Bidders who offer products which have received certification by the Department of Commerce and Economic
Development and that are listed in the current published edition of the "Alaska Products Preference List" will receive
this preference. In order to qualify for the Alaska Product Preference, a bidder must provide the qualified product on
a 100% basis. There are no provisions under Alaska Statutes or regulations that allow for product ex-
changes/substitutions or permit the product to be co -mingled with other products. Rather, AS 36.30.330 provides for
a penalty for failing to use the designated Alaska products.
Products are classified into one of three categories:
Class I products receive a three percent preference.
Class II products receive a five percent preference.
Class III products receive a seven percent preference.
Section I- Terms & Conditions
CA2111-18 Contract for Wheel Loaders
Page 13 of 14
SECTION I
TERMS & CONDITIONS
Bidders must check the correct preference box beneath each line Item. When the bids are evaluated, the preference
percentage will be deducted from the bid price. If a bidder fails to check one of the product preference boxes, no
preference will be given.
NONDISCLOSURE AND CONFIDENTIALITY:
Contractor agrees that all confidential information shall be used only for purposes of providing the deliverables and
performing the services specified herein and shall not disseminate or allow dissemination of confidential information
except as provided for in this section. The contractor shall hold as confidential and will use reasonable care (including
both facility physical security and electronic security) to prevent unauthorized access by, storage, disclosure,
publication, dissemination to and/or use by third parties of, the confidential information. "Reasonable care" means
compliance by the contractor with all applicable federal and state law, including the Social Security Act and HIPAA.
The contractor must promptly notify the state in writing if it becomes aware of any storage, disclosure, loss,
unauthorized access to or use of the confidential information.
Confidential information, as used herein, means any data, files, software, information or materials (whether prepared
by the state or its agents or advisors) in oral, electronic, tangible or intangible form and however stored, compiled or
memorialized that is classified gonfidential as defined by State of Alaska classification and categorization guidelines
(i) provided by the state to the contractor or a contractor agent or otherwise made available to the contractor or a
contractor agent in connection with this contract, or (II) acquired, obtained or learned by the contractor or a contractor
agent in the performance of this contract. Examples of confidential information include, but are not limited to:
technology infrastructure, architecture, financial data, trade secrets, equipment specifications, user lists, passwords,
research data, and technology data (infrastructure, architecture, operating systems, security tools, IP addresses,
etc.).
If confidential information is requested to be disclosed by the contractor pursuant to a request received by a third
party and such disclosure of the confidential Information Is required under applicable state or federal law, regulation,
governmental or regulatory authority, the contractor may disclose the confidential information after providing the state
with written notice of the requested disclosure ( to the extent such notice to the state is permitted by applicable law)
and giving the state opportunity to review the request. If the contractor receives no objection from the state, it may
release the confidential information within 30 days. Notice of the requested disclosure of confidential information by
the contractor must be provided to the state within a reasonable time after the contractor's receipt of notice of the
requested disclosure and, upon request of the state, shall seek to obtain legal protection from the release of the
confidential information.
The following information shall not be considered confidential information: information previously known to be public
information when received from the other party; information freely available to the general public; information which
now is or hereafter becomes publicly known by other than a breach of confidentiality hereof; or information which is
disclosed by a party pursuant to subpoena or other legal process and which as a result becomes lawfully obtainable
by the general public.
Section I- Terms & Conditions
CA2111-18 Contract for Wheel Loaders
Page 14 of 14
SECTION 11
SPECIFICATION- LOT 1
Spec # 334, Minimum 4.0 Cubic Yard Wheel Loader
100.0 GENERAL SPECIFICATION:
It is the purpose of this specification to describe a new, and of the manufacturer's latest current model and design,
diesel powered, four-wheel drive, articulating front-end loader, minimum 4.0 cubic yard.
Unit shall include all standard equipment and accessories as advertised in manufacturer's specification sheet of
model offered unless otherwise specified herein.
APPLICATION:
General severe weather wheel loader application and implement carrier with temperatures ranging from -50 to 110
°F. Material weights up to 3300 lbs./CY.
CATERPILLAR 950GC, provided all of the following minimum specifications are met.
101.0 POWER TRAIN:
101.1 Engine:
101.1.1 Diesel, 4 cycle, 6.7 Liter minimum.
101.1.2 241 gross HP, J1995 (228 NET HP, ISO 9249)
101.1.3 Minimum torque 811 gross Ib -ft, J1995 (768 NET Ib -ft, ISO 9249)
101.1.4 The engine shall meet current EPA emission requirements.
101.2 Cooling System:
101.2.1 Winter front: To be a heavy-duty vinyl construction, with stainless steel snaps or swivel locks and
include a heavy-duty zipper. Installed over the rear grill area(s). If applicable, to be installed over
the upper airflow grills.
101.2.2 Anti -freeze: Extended Life type, affording protection to -50 °F and shall be DELO extended life
coolant (red) or compatible.
101.2.3 Cooling system shall include a petcock style drain for the lowest point(s) of the system.
101.3 Intake System
101.3.1 Air cleaner to be two (2) stage, dual element type.
101.3.2 Pre -cleaner: A cyclonic type Pre -filler is required.
101.4 Exhaust System:
101.4.1 Exhaust stack(s) to include elbow or rain cap.
101.5 Filters:
101.5.1 All fuel and oil filters shall be spin -on or cartridge type with easy access.
101.6 Starting Aids:
101.6.1 Glow plugs or grid heater.
101.6.2 Engine block heater, immersion type, highest wattage available, 110 volt AC (OEM if available).
101.6.2.1 Plug end must be located by the rear bumper and be labeled with metal, stamped id
tag as: Block Heater.
101.6.3 110 volt AC power cords for trickle charger and oil pan heaters to be plugged into a single,
waterproof, 20 amp, junction box with four (4) receptacles. Must have arctic rated wire.
101.6.3.1 Battery Trickle Charger: Battery Tender, 022-0158-1, 24V. To be wired into the battery
system. A preferred mounting location would be in the cab or in engine compartment
area.
101.6.3.2 Engine Oil Pan Heater: One (1) each, 300 watts, 110 volt AC, immersion style heater,
if available.
Section ll- Specifications
CA2111-18 Contract for Wheel Loaders
Page 1 of 18
SECTION II
SPECIFICATION
101.6.3.3 Transmission Oil Pan Heater: One (1) each, 300 watts, 110 volt AC, silicone pad heater
bonded to the oil pan.
101.6.3.4 Plug end must be located by the rear bumper and be labeled with metal, stamped id
tag as: Pan Heaters.
102.0 DRIVETRAIN:
102.1 Transmission shall be a power shift, forward and reverse.
102.2 TRACTECH No -SPIN, limited -slip, or hydraulic locking differential in front differential. Torque proportioning
is not acceptable.
102.3 To provide a forward speed of not less than 22 MPH with tires specified herein.
102.4 To provide a reverse speed of not less than 14 MPH with tires specified herein.
103.0 CHASSIS:
103.1 The following chassis ratings to be based on 4.0 - 4.7 cubic yard, pin on, general purpose bucket with Bolt-
on cutting edge.
103.2 Operating Weight: Minimum 41,554 pounds including counter weight.
103.2.1 Breakout Force: Minimum 34,638 pounds.
103.2.2 Full Turn Tip Load: Minimum 25,875 pounds.
103.2.3 Bucket Hinge Pin Height: Minimum 165 inches.
103.2.4 Dump Height at 45 degrees, full height: 120 inches.
103.2.5 Dump Reach at 45 degrees and bucket at full height: 50 inches.
103.3 Tires:
103.3.1 23.5xR25 tires, BRIDGESTONE VJT L3 or BRIDGESTONE VMT L3, Radials
103.3.2 All wheels to include a protector ring.
103.3.3 (') OPTIONAL ITEM— Pricing is required: Spare tire and wheel, mounted. Must be matching OEM
wheel and matching tire. Aftermarket rims will not be acceptable.
103.4 Brakes:
103.4.1 Service Brakes: To be wet (oil) disk.
103.4.2 Secondary (Back -Up) Braking System: Manually and/or automatically applied backup braking
system in the event of loss of service brake capacity.
103.4.3 Parking Brake:
103.4.3.1 To be a spring applied hydraulic released, independent of other braking systems,
capable of holding machine on a 20% grade.
103.4.3.2 To include parking brake warning light and audible warning device or a parking brake
system with a transmission disconnect feature.
103.5 Steering:
103.5.1 Emergency Steering System: To include supplemental emergency steering in compliance with
SAE -J53 for steering during engine power loss.
103.6 Fenders: Front and rear, OEM, full width, full coverage w/ all available extensions.
103.7 Tow Hook: Shall be drawbar hitch pin type, with a pin.
103.8 Lift arm kick -out shall be automatic.
103.9 Bucket leveling shall be automatic.
103.10 Vandalism Protection: Shall include locking panels and/or doors to secure batteries, fuel fill, hydraulic tank
fill, engine oil fill, and radiator fill.
103.11 Paint: Manufacturer's standard.
Section Il- Specifications
CA2111-18 Contract for Wheel Loaders
Page 2 of 18
SECTION II
SPECIFICATION
103.12 SMV Emblem: Shall include metal slow-moving vehicle emblem.
104.0 ELECTRICAL SYSTEM:
104.1 24 -volt system, negative ground system.
104.2 Alternator: minimum 80 amps.
104.3 Battery(s): Heavy-duty, a minimum total of 1400 CCA at zero degrees Fahrenheit.
104.4 Master electrical switch to cut off all power from battery to electrical system.
104.5 24V to 12V converter, minimum 15A.
104.6 Backup Alarm: Electronic, self-adjusting sound level, OSHA approved, located on the rear of unit per
manufacturer's recommendations.
104.7 Lighting System:
104.7.1 Front headlights to be halogen or LED.
104.7.2 Work Lights: Two (2) rear work lights and two (2) front work lights LED.
104.7.3 Stop, turn, tail and backup lights shall be LED.
104.7.4 Dome light.
104.8 Strobe Lights:
104.8.1 The loader shall Include two (2) LED beacons on the roof of the cab. WHELEN model L31HAF4
105.1.1 OEM, fully enclosed, steel, insulated, sound suppressed, pressurized, "ROPS" (SAE J1040) cab
with safety glass front windshield and safety or tempered glass on sides and/or rear windows. To
be adequately sealed as to not allow unreasonable cold air or dust into the cab.
105.2 Recirculating personnel heater (Minimum 30,000 BTU) with defroster(s). Defroster(s) to be zoned to front
windshield wiper area(s), minimum. Caged defroster fans are not acceptable in lieu of the zoned system.
105.3 Air Conditioning: To be OEM.
105.4 Front and rear window wipers and washers. Wiper motors to be the highest capacity available from OEM.
To include OEM intermittent feature on front minimum.
105.5 Sun visor required multi-level, dark tint or solid.
105.6 Operator's Seat: 6 -way adjustable, cloth or cloth/vinyl covered, suspension type with a seat belt.
105.6.1 (") OPTIONAL ITEM- Pricing required: Operator's seat- 6 -way adjustable, cloth or cloth/vinyl, air -
suspension type with a seat belt.
105.7 Lockable doors.
105.8 Mirrors: To include an interior mounted convex rearview mirror and outside cab mounted heated mirrors.
105.9 Back -Up Camera, OEM.
Section 11- Specifications
CA2111-18 Contract for Wheel Loaders
Page 3 of 18
(amber) and model L31HBF4 (blue).
104.8.2
Left lens (drivers/street side) shall be amber.
104.8.3
Right lens (passengers/curbside) shall be blue.
104.8.4
Each light shall be synchronized to an alternating pattern using the lights "synch" wire function.
104.8.5
To include a DPDT lighted switch installed in the cab. This switch shall function as HI/OFF/LOW
(light Intensity).
104.8.6
All wiring to be enclosed in non-metallic weatherproof loom.
104.8.7
To be a 24 -volt LED light system.
104.8.8
WHELEN sales representative: Kent Bruce, (206) 510-2060, kdbcolo-comcast.net
105.0 CAB:
105.1 Enclosed Roll Over Protection System (EROPS):
105.1.1 OEM, fully enclosed, steel, insulated, sound suppressed, pressurized, "ROPS" (SAE J1040) cab
with safety glass front windshield and safety or tempered glass on sides and/or rear windows. To
be adequately sealed as to not allow unreasonable cold air or dust into the cab.
105.2 Recirculating personnel heater (Minimum 30,000 BTU) with defroster(s). Defroster(s) to be zoned to front
windshield wiper area(s), minimum. Caged defroster fans are not acceptable in lieu of the zoned system.
105.3 Air Conditioning: To be OEM.
105.4 Front and rear window wipers and washers. Wiper motors to be the highest capacity available from OEM.
To include OEM intermittent feature on front minimum.
105.5 Sun visor required multi-level, dark tint or solid.
105.6 Operator's Seat: 6 -way adjustable, cloth or cloth/vinyl covered, suspension type with a seat belt.
105.6.1 (") OPTIONAL ITEM- Pricing required: Operator's seat- 6 -way adjustable, cloth or cloth/vinyl, air -
suspension type with a seat belt.
105.7 Lockable doors.
105.8 Mirrors: To include an interior mounted convex rearview mirror and outside cab mounted heated mirrors.
105.9 Back -Up Camera, OEM.
Section 11- Specifications
CA2111-18 Contract for Wheel Loaders
Page 3 of 18
SECTION II
SPECIFICATION
105.10 AM/FM radio with aux/ input.
105.11 To include mounting for 2 -way radio. Must have 12V power connections.
105.12 Horn: Electric or air.
105.13 Must have a cup holder.
105.14 High engine idle control capability, operator controlled or automatic.
106.0 INSTRUMENTATION:
106.1 All gauges as noted below shall read in U.S. units of measure (not metric) at time of delivery.
106.2 Gauges and/or indicators, as a minimum, shall include, in easy view of the operator:
106.2.1 Hour Meter: Running engine activated.
106.2.2 Ammeter or voltmeter gauge, or alternator malfunction Indicator.
106.2.3 Engine Coolant High temperature (to include warning system).
106.2.4 Engine Coolant Low level (to Include warning system).
106.2.5 Engine oil pressure (to include warning system).
106.2.6 Air pressure gauge or indicator, if applicable.
106.2.7 Transmission oil temperature gauge or indicator.
106.2.8 Air filter restriction gauge or Indicator.
106.2.9 Parking brake "ON" indicator with an audible waming or a parking brake system with a transmission
disconnect feature.
106.2.10 Fuel gauge.
107.0 HYDRAULICS:
107.1 Shall have two (2) spool control valve.
107.2 (") OPTIONAL ITEM- Pricing is required: Three (3) spool control valve.
107.2.1 Diverter valves are not permitted.
107.2.2 To include controls and plumbing, including quick disconnects, out to the front of the unit. Must
be pressure rated and sized to allow proper flow.
107.2.3 Quick disconnects to include chained caps.
107.3 Lift circuit to include float.
107.4 To include ride control system.
107.5 Hydraulic Hose: To be arctic grade (- 40 OF, minimum).
108.0 ATTACHMENTS:
108.1 Quick Attach System:
108.1.1 To be equipped with a quick attach system that is compatible with unit being bid. To be PSM or
equivalent matching up with our current WLKAT system.
108.1.2 All functions (locking, unlocking, etc.) to be controlled from in the cabby the operator.
108.2 General Purpose Bucket: (') OPTIONAL ITEM— Pricing is required:
108.2.1 To be PSM 4CYD GP or equivalent, provided all of the following specifications are met.
108.2.2 Capacity: 4.0 cubic yard SAE heaped.
108.2.3 Width: To be equal to or greater than host unit.
108.2.4 To include replaceable and reversible bolt -on cutting edge with OEM AASHTO punching.
108.2.5 To include lifting eyes or hooks on each top corner and center top of the bucket.
108.2.6 To be compatible with the WLKAT quick attach system.
Section ll- Specifications
CA2111-18 Contract for Wheel Loaders
Page 4 of 18
SECTION II
108.2.7 Minimum Weight: 3,875 lbs.
108.3 Snow Bucket: (') OPTIONAL ITEM— Pricing is required:
108.3.1 To be PSM BCYD or equivalent, provided all of the following specifications are met.
108.3.2 Capacity: 8.0 cubic yard SAE heaped, minimum.
108.3.3 Width: To be equal to or greater than host unit.
108.3.4 To Include replaceable and reversible bolt -on cutting edge with OEM AASHTO punching.
108.3.5 To be compatible with the WLKAT quick attach system.
108.3.6 Minimum Weight: 5,400 lbs.
108.4 Pallet Forks, 8 -Foot: (") OPTIONAL ITEM— Pricing is reguired:
108.4.1 To be PSM 8' or equivalent, provided all of the following specifications are met.
108.4.2 Tine Length: 96 inches.
108.4.3 Tine Spread: Adjustable to minimum 100 inches.
108.4.4 Tine width to be eight (8) inches.
108.4.5 Tine depth to be three (3) Inches.
108.4.6 Tine locks (width and swing) to be included.
108.4.7 Full -width carriage backrest to be included.
108.4.8 Capacity: 20,000 pounds, minimum.
108.4.9 To be compatible with the WLKAT quick attach system.
108.4.10 Minimum Weight: 3,200 lbs.
108.5 Rear Counterweights:
108.5.1 To Include the heaviest OEM counterweight option available.
1.08.5.2 Filled tires will not be accepted.
109.0 TRAINING:
109.1 (") OPTIONAL ITEM— Pricing is recuired: Total of sixteen (16) hours at the State Equipment Fleet
Maintenance Facility as listed on the Purchase Order. For award purposes, the price should include all travel
and training related costs to Anchorage, Alaska. Any travel beyond Anchorage will be billed at the actual
rate and a separate Purchase Order will be issued.
109.1.1 Bidder to provide a qualified factory trained instructor(s), within 30 days of acceptance by the State.
Advanced notice is required.
109.2 To Include a minimum of eight (8) hours of operator training Including the following, as a minimum applicable
agenda:
109.2.1
Operating procedures per operating manual.
109.2.2
Break-in procedures.
109.2.3
Equipment limitations.
109.2.4
Operator maintenance.
109.2.5
Pre -checks and lubrication.
109.2.6
Safety
109.2.7
Cold weather operation.
109.2.8
Jump-starting.
109.2.9
Welding on equipment.
109.2.10 Towing or transporting equipment.
Section ll- Specifications
CA2111-18 Contract for Wheel Loaders
Page 5 of 18
SECTION II
SPECIFICATION
109.2.11 Instruments and controls.
109.2.12 Gauge interpretation.
109.2.13 Regan operation.
109.2.14 Equipment operation, Do's and Don'ts.
109.2.15 Attachment operation, Do's and Don'ts.
109.3 To Include a minimum of eight (8) hours of mechanics (Journeyman level) training Including the following
theory:
109.3.1 Troubleshooting and test procedures.
109.3.2 Electronics (Including diagnostic software, computers, Can -Bus systems.)
109.3.3 Emissions.
109.3.4 Electrical systems.
109.3.5 Air systems.
109.3.6 Drivetrain.
109.3.7 Engine and transmission.
110.0 MISCELLANEOUS:
110.1 Special Lubricants: If for warranty purposes, manufacturer's specific lubricants are required, the vendor is to
provide these lubricants, or provide, at time of delivery, a cross-reference chart between manufacturer's
lubricants and any name brand and readily available equivalents.
110.2 Labeling: No adhesive style (Dymo) labels will be allowed. Any markings must be etched or engraved,
factory style markings.
110.3 Auto Lube System (*) OPTIONAL ITEM— Pricing Is required:
110.3.1 To Include an automatic lubricating system, GREASE COMMANDER, provided unit will work with
NLGI class 2 grease, per all Alaska conditions.
110.3.2 All zerk fittings shall be served (drivelines being the exception).
110.3.3 All lines are to be routed and protected as necessary.
110.3.4 Lines are to be ARCTIC FOX wire braid or state -approved equivalent, on all moving points.
110.4 Diagnostic Software(*) OPTIONAL ITEM— Pricing is required:
110.4.1 Diagnostic software or scanners must be available for purchase by SOA.
110.4.2 Must be capable of retrieving and clearing all chassis, engine, transmission, or cab diagnostic
codes.
110.4.3 Must be capable of displaying live streaming data. (E.G. Engine sensor temperatures, pressures,
speeds, etc.)
110.4.4 If applicable, must be able to communicate a replaced DPF to the ECM.
110.4.5 Pricing must include ALL cables, readers, hardware and software necessary to perform listed
duties. Does not Include a laptop, if needed.
END OF SPECIFICATION #334
Section ll- Specifications
CA2111-18 Contract for Wheel Loaders
Page 6 of 18
SECTION II
SPECIFICATION -LOT 2
Spec # 338, Minimum 5.0 Cubic Yard Wheel Loader
GENERAL SPECIFICATION:
It is the purpose of this specification to describe a new, and of the manufacturer's latest current model and design,
diesel powered, four-wheel drive, articulating front-end loader, minimum 5.0 cubic yard.
Unit shall include all standard equipment and accessories as advertised in manufacturer's specification sheet of
model offered unless otherwise specified herein.
APPLICATION:
General severe weather wheel loader application and implement carrier with temperatures ranging from -50 to 110
°F. Material weights up to 3300 lbs. /CY.
CAT 966M, provided all of the following minimum specifications are met.
POWER TRAIN:
201.1 Engine:
201.1.1 Diesel, 4 -cycle, 9.3 liter displacement
201.1.2 311 gross HP, J1995 (299 NET HP, ISO 9249)
201.1.3 Torque 1179 gross Ib -ft, J1995 (1073 NET Ib -ft, ISO 9249)
201.1.4 The engine shall meet current EPA emission requirements.
201.2 Cooling System:
201.2.1 Winter front: To be a heavy-duty vinyl construction, with stainless steel snaps or swivel locks and
include a heavy-duty zipper. Installed over the rear grill area(s). If applicable, to be installed over
the upper airflow grills.
201.2.2 Anti -freeze: Extended Life type, affording protection to -50 °F and shall be DELO extended life
coolant (red) or compatible.
201.2.3 Cooling system shall include a petcock style drain for the lowest point(s) of the system.
201.3 Intake System:
201.3.1 Air cleaner to be two (2) stage, dual element type.
201.3.2 Pre -cleaner: A cyclonic type Pre -filter is required.
201.4 Exhaust System:
201.4.1 Exhaust stack(s) to include elbow or rain cap.
201.5 Filters:
201.5.1 All fuel and oil filters shall be spin -on or cartridge type with easy access.
201.6 Starting Aids:
201.6.1 Glow plugs or grid heater.
201.6.2 Engine block heater, immersion type, highest wattage available, 110 volt AC (OEM if available).
201.6.2.1 Plug end must be located by the rear bumper and be labeled with metal, stamped id
tag as: Block Heater.
201.6.3 110 volt AC power cords for trickle charger and oil pan heaters to be plugged into a single,
waterproof, 20 amp, junction box with four (4) receptacles. Must have arctic rated wire.
201.6.3.1 Battery Trickle Charger: Battery Tender, 022-0158-1, 24V. To be wired into the battery
system. A preferred mounting location would be in the cab or in engine compartment
area.
201.6.3.2 Engine Oil Pan Heater: One (1) each, 300 watts, 110 volt AC, immersion style heater,
if available.
Section ll- Specifications
CA2111-18 Contract for Wheel Loaders
Page 7 of 18
SECTION II
SPECIFICATION
201.6.3.3 Transmission Oil Pan Heater: One (1) each, 300 watts, 110 volt AC, silicone pad heater
bonded to the oil pan.
201.6.3.4 Plug end must be located by the rear bumper and be labeled with metal, stamped id
tag as: Pan Heaters.
DRIVETRAIN:
202.1 Transmission shall be a power shift, forward and reverse.
202.2 TRACTECH No -SPIN, limited -slip, or hydraulic locking differential in front differential. Torque proportioning
is not acceptable.
202.3 To provide a forward speed of not less than 22 MPH with tires specified herein.
202.4 To provide a reverse speed of not less than 11.5 MPH with tires specified herein.
CHASSIS:
203.1 The following chassis ratings to be based on 5.2-5.5 cubic yard, pin on, general purpose bucket with bolt- on
cutting edge.
203. 1.1 Operating Weight: 50,938 pounds including counterweight.
203.1.2 Breakout Force: 38,984 pounds.
203.1.3 Full Turn Tip Load 35,329 pounds.
203.1.4 Bucket Hinge Pin Height: 167 inches.
203.1.5 Dump Height at 45 degrees: 120 inches.
203.1.6 Dump Reach at 45 degrees and bucket at full height: 53 inches.
203.2 Tires:
203.2.1 26.5xR25 tires, BRIDGESTONE VJT L3 or BRIDGESTONE VMT L3, Radials
203.2.2 All wheels to include a protector ring.
203.2.3 (-) OPTIONAL ITEM— Pricing is required: Spare tire and wheel, mounted. Must be matching OEM
wheel and matching tire. Aftermarket rims will not be acceptable.
203.3 Brakes:
203.3.1 Service Brakes: To be wet (oil) disk.
203.3.2 Secondary (Back -Up) Braking System: Manually and/or automatically applied backup braking
system in the event of loss of service brake capacity.
203.3.3 Parking Brake:
203.3.3.1 To be a spring applied hydraulic released, independent of other braking systems,
capable of holding machine on a 20% grade.
203.3.3.2 To include parking brake warning light and audible warning device or a parking brake
system with a transmission disconnect feature.
203.4 Steering:
203.4.1 Emergency Steering System: To include supplemental emergency steering in compliance with
SAE -J53 for steering during engine power loss.
203.5 Fenders: Front and rear, OEM, full width, full coverage w/ all available extensions.
203.6 Tow Hook: Shall be drawbar hitch pin type, with a pin.
203.7 Lift arm kick -out shall be automatic.
203.8 Bucket leveling shall be automatic.
203.9 Vandalism Protection: Shall include locking panels and/or doors to secure batteries, fuel fill, hydraulic tank
fill, engine oil fill, and radiator fill.
203.10 Paint: Manufacturer's standard.
Section /1- Specifications
CA 2111-18 Contract for Wheel Loaders
Page 8 of 18
SECTION II
203.11 SMV Emblem: Shall include metal slow-moving vehicle emblem.
ELECTRICAL SYSTEM:
204.1 24 -volt system, negative ground system.
204.2 Alternator: minimum 80 amps.
204.3 Battery(s): Heavy-duty, highest capacity available, a minimum total of 1800 CCA at zero degrees
Fahrenheit.
204.4 Master electrical switch to cut off all power from battery to electrical system.
204.5 24V to 12V converter, minimum 20A.
204.6 Backup Alarm: Electronic, self-adjusting sound level, OSHA approved, located on the rear of unit per
manufacturer's recommendations.
204.7 Lighting System:
204.7.1 Front headlights to be halogen or LED.
204.7.2 Work Lights: Two (2) rear work lights and two (2) front work lights LED.
204.7.3 Stop, turn, tail and backup lights shall be LED.
204.7.4 Dome light.
204.8 Strobe Lights:
CAB:
204.8.1 The loader shall include two (2) LED beacons on the roof of the cab. WHELEN model L31HAF4
(amber) and model L31HBF4 (blue).
204.8.2 Left lens (drivers/street side) shall be amber.
204.8.3 Right lens (passengers/curbside) shall be blue.
204.8.4 Each light shall be synchronized to an alternating pattern using the lights "synch" wire function.
204.8.5 To include a DPDT lighted switch installed in the cab. This switch shall function as HI/OFF/LOW
(light intensity).
204.8.6 All wiring to be enclosed in non-metallic weatherproof loom.
204.8.7 To be a 24 -volt LED light system.
204.8.8 WHELEN sales representative: Kent Bruce, (206) 510-2060, kdbcoecomcast.net
205.1 Enclosed Roll Over Protection System (EROPS):
205.1.1 OEM, fully enclosed, steel, insulated, sound suppressed, pressurized, "ROPS" (SAE J1040) cab
with safety glass front windshield and safety or tempered glass on sides and/or rear windows. To
be adequately sealed as to not allow unreasonable cold air or dust into the cab.
205.2 Recirculating personnel heater (Minimum 30,000 BTU) with defroster(s). Defroster(s) to be zoned to front
windshield wiper area(s), minimum. Caged defroster fans are not acceptable in lieu of the zoned system.
205.3 Air Conditioning: To be OEM.
205.4 Front and rear window wipers and washers. Wiper motors to be the highest capacity available from OEM.
To include OEM intermittent feature on front minimum.
205.5 Sun visor required multi-level, dark tint or solid.
205.6 Operator's Seat: 6 -way adjustable, cloth or cloth/vinyl covered, suspension type with a seat belt.
205.6.1 (') OPTIONAL ITEM- Pricing required: Operator's seat- 6 -way adjustable, cloth or cloth/vinyl, air -
suspension type with a seat belt.
205.7 Lockable doors.
205.8 Mirrors: To include an interior mounted convex rearview mirror and outside cab mounted heated mirrors.
Section 11- Specifications
CA2111-18 Contract for Wheel Loaders
Page 9 of 18
SECTION II
205.9 Back -Up Camera, OEM
205.10 AM/FM radio with aux/ input.
205.11 To include mounting for 2 -way radio. Must have 12V power connections.
205.12 Horn: Electric or air.
205.13 Must have a cup holder.
205.14 High engine idle control capability, operator controlled or automatic.
INSTRUMENTATION:
206.1 All gauges as noted below shall read in U.S. units of measure (not metric) at time of delivery.
206.2 Gauges and/or indicators, as a minimum, shall include, in easy view of the operator:
206.2.1 Hour Meter: Running engine activated.
206.2.2 Ammeter or voltmeter gauge, or alternator malfunction indicator.
206.2.3 Engine Coolant High temperature (to include warning system).
206.2.4 Engine Coolant Low level (to include warning system).
206.2.5 Engine oil pressure (to include warning system).
206.2.6 Air pressure gauge or indicator, if applicable.
206.2.7 Transmission oil temperature gauge or indicator.
206.2.8 Air filter restriction gauge or indicator.
206.2.9 Parking brake "ON" indicator with an audible warning or a parking brake system with a transmission
disconnect feature.
206.2.10 Fuel gauge.
HYDRAULICS:
207.1 Shall have two (2) spool control valve.
207.2 (-) OPTIONAL ITEM- Pricing is required: Three (3) spool control valve.
207.2.1 Diverter valves are not permitted.
207.2.2 To include controls and plumbing, including quick disconnects, out to the front of the unit. Must
be pressure rated and sized to allow proper flow.
207.2.3 Quick disconnects to include chained caps.
207.3 Lift circuit to include float.
207.4 To include ride control system.
207.5 Hydraulic Hose: To be arctic grade (- 40 °F, minimum).
ATTACHMENTS:
208.1 Quick Attach System:
208.1.1 To be equipped with a quick attach system that is compatible with unit being bid. To be WELDCO-
BEALES WLKAT or CWS, HENKE, PSM or equivalent matching up with our current WLKAT
system.
208.1.2 All functions (locking, unlocking, etc.) to be controlled from in the cab by the operator.
208.2 General Purpose Bucket: (`) OPTIONAL ITEM— Pricing is required:
208.2.1 To be PSM or equivalent, provided all of the following specifications are met.
208.2.2 Capacity: 5.0 cubic yard SAE heaped.
208.2.3 Width: To be equal to or greater than host unit.
208.2.4 To include replaceable and reversible bolt -on cutting edge with OEM AASHTO punching.
Section II- Specifications
CA 2111-18 Contract for Wheel Loaders
Page 10 of 18
SECTION II
208.2.5 To include lifting eyes or hooks on each top corner and center top of the bucket.
208.2.6 To be compatible with the WLKAT quick attach system.
208.2.7 Minimum Weight: 4,300 lbs.
208.3 Snow Bucket: (') OPTIONAL ITEM— Pricing is required:
208.3.1 To be PSM or equivalent, provided all of the following specifications are met.
208.3.2 Capacity: 10 cubic yard SAE heaped, minimum.
208.3.3 Width: To be equal to or greater than host unit.
208.3.4 To include replaceable and reversible bolt -on cutting edge with OEM AASHTO punching.
208.3.5 To be compatible with the WLKAT quick attach system.
208.3.6 Minimum Weight: 6,000 lbs.
208.4 Pallet Forks, 8 -Foot: (') OPTIONAL ITEM— Pricing is required:
208.4.1 To be PSM or equivalent, provided all of the following specifications are met.
208.4.2 Tine Length: 96 inches.
208.4.3 Tine Spread: Adjustable to minimum 100 inches.
208.4.4 Tine width to be eight (8) inches.
208.4.5 Tine depth to be three (3) inches.
208.4.6 Tine locks (width and swing) to be included.
208.4.7 Full -width carriage backrest to be included.
208.4.8 Capacity: 20,000 pounds, minimum.
208.4.9 To be compatible with the WLKAT quick attach system.
208.4.10 Minimum Weight: 3,200 lbs.
208.5 Rear Counterweights:
208.5.1 To include the heaviest OEM counterweight option available.
208.5.2 Filled tires will not be accepted.
TRAINING:
209.1 (-) OPTIONAL ITEM— Pricing is required: Total of sixteen (16) hours at the State Equipment Fleet
Maintenance Facility as listed on the Purchase Order. For award purposes, the price should include all travel
and training related costs to Anchorage, Alaska. Any travel beyond Anchorage will be billed at the actual
rate and a separate Purchase Order will be issued.
209.2 Bidder to provide a qualified factory trained instructor(s), within 30 days of acceptance by the State.
Advanced notice is required.
209.3 To include a minimum of eight (8) hours of operator training including the following, as a minimum applicable
agenda:
209.3.1 Operating procedures per operating manual.
209.3.2 Break-in procedures.
209.3.3 Equipment limitations.
209.3.4 Operator maintenance.
209.3.5 Pre -checks and lubrication.
209.3.6 Safety
209.3.7 Cold weather operation.
209.3.8 Jump-starting.
Section II- Specifications
CA2111-18 Contract for Wheel Loaders
Page 11 of 18
SECTION II
SPECIFICATION
209.3.9 Welding on equipment.
209.3.10 Towing or transporting equipment.
209.3.11 Instruments and controls.
209.3.12 Gauge interpretation.
209.3.13 Regan operation.
209.3.14 Equipment operation, Do's and Don'ts.
209.3.15 Attachment operation, Do's and Don'ts.
209.4 To include a minimum of eight (8) hours of mechanics (Journeyman level) training including the following
theory:
209.4.1 Troubleshooting and test procedures.
209.4.2 Electronics (Including diagnostic software, computers, Can -Bus systems.)
209.4.3 Emissions.
209.4.4 Electrical systems.
209.4.5 Air systems.
209.4.6 Drivetrain.
209.4.7 Engine and transmission.
MISCELLANEOUS:
210.1 Special Lubricants: If for warranty purposes, manufacturer's specific lubricants are required, the vendor is to
provide these lubricants, or provide, at time of delivery, a cross-reference chart between manufacturer's
lubricants and any name brand and readily available equivalents.
210.2 Labeling: No adhesive style (Dymo) labels will be allowed. Any markings must be etched or engraved,
factory style markings.
210.3 Auto Lube System (") OPTIONAL ITEM— Pricing is required:
210:3.1 To include an automatic lubricating system, GREASE COMMANDER, provided unit will work with
NLGI class 2 grease, per all Alaska conditions.
210.3.2 All zerk fittings shall be served (drivelines being the exception).
210.3.3 All lines are to be routed and protected as necessary.
210.3.4 Lines are to be ARCTIC FOX wire braid or state -approved equivalent, on all moving points.
210.4 Diagnostic Software (') OPTIONAL ITEM— Pricing is required:
210.4.1 Diagnostic software or scanners must be available for purchase by SOA.
210.4.2 Must be capable of retrieving and clearing all chassis, engine, transmission, or cab diagnostic
codes.
210.4.3 Must be capable of displaying live streaming data. (E.G. Engine sensor temperatures, pressures,
speeds, etc.)
210.4.4 If applicable, must be able to communicate a replaced DPF to the ECM.
210.4.5 Pricing must include ALL cables, readers, hardware and software necessary to perform listed
duties. Does not include a laptop, if needed.
END OF SPECIFICATION #338
Section ll- Specifications
CA2111-18 Contract for Wheel Loaders
Page 12 of 18
6Y219ii161mil
SPECIFICATION -LOT 3
Spec # 340, Minimum 6.0 Cubic Yard Wheel Loader
GENERAL SPECIFICATION:
It is the purpose of this specification to describe a new, and of the manufacturer's latest current model and design,
diesel powered, four-wheel drive, articulating front-end loader, minimum 6.0 cubic yard.
Unit shall include all standard equipment and accessories as advertised in manufacturer's specification sheet of
model offered unless otherwise specified herein.
APPLICATION:
General severe weather wheel loader application and implement carrier with temperatures ranging from -50 to 110
°F. Material weights up to 3300 lbs. /CY.
CAT 972M, provided all of the following minimum specifications are met.
POWER TRAIN:
301.1 Engine:
301.1.1 Diesel, 4 -cycle, 9.3 -liter displacement
301.1.2 Minimum 337 gross HP, J1995 (333 NET HP, ISO 9249)
301.1.3 Minimum torque 1,275 gross Ib -ft, J1995 (1206 NET Ib -ft, ISO 9249)
301.1.4 The engine shall meet current EPA emission requirements.
301.2 Cooling System:
301.2.1 Winter front: To be a heavy-duty vinyl construction, with stainless steel snaps or swivel locks and
include a heavy-duty zipper. Installed over the rear grill area(s). If applicable, to be installed over
the upper airflow grills.
301.2.2 Anti -freeze: Extended Life type, affording protection to -50 °F and shall be DELO extended life
coolant (red) or compatible.
301.2.3 Cooling system shall include a petcock style drain for the lowest point(s) of the system.
301.3 Intake System:
301.3.1 Air cleaner to be two (2) stage, dual element type.
301.3.2 Pre -cleaner: A cyclonic type Pre -filter is required.
301.4 Exhaust System:
301.4.1 Exhaust stack(s) to include elbow or rain cap.
301.5 Filters:
301.5.1 All fuel and all filters shall be spin -on or cartridge type with easy access.
301.6 Starting Aids:
301.6.1 Glow plugs or grid heater.
301.6.2 Engine block heater, immersion type, highest wattage available, 110 volt AC (OEM if available).
301.6.2.1 Plug end must be located by the rear bumper and be labeled with metal, stamped id
tag as: Block Heater.
301.6.3 110 volt AC power cords for trickle charger and oil pan heaters to be plugged into a single,
waterproof, 20 amp, junction box with four (4) receptacles. Must have arctic rated wire.
301.6.3.1 Battery Trickle Charger: Battery Tender, 022-0158-1, 24V. To be wired into the battery
system. A preferred mounting location would be in the cab or in engine compartment
area.
301.6.3.2 Engine Oil Pan Heater: One (1) each, 300 watts, 110 volt AC, immersion style heater,
if available.
Section ll- Specifications
CA2111-18 Contract for Wheel Loaders
Page 13 of 18
SECTION II
301.6.3.3 Transmission Oil Pan Heater: One (1) each, 300 watts, 110 voltAC, silicone pad heater
bonded to the oil pan.
301.6.3.4 Plug end must be located by the rear bumper and be labeled with metal, stamped id
tag as: Pan Heaters.
DRIVETRAIN:
302.1 Transmission shall be a power shift, forward and reverse.
302.2 TRACTECH No -SPIN, limited -slip, or hydraulic locking differential in front differential. Torque proportioning
is not acceptable.
302.3 To provide a forward speed of not less than 22 MPH with tires specified herein.
302.4 To provide a reverse speed of not less than 15 MPH with tires specified herein.
CHASSIS:
303.1 The following chassis ratings to be based on 6.0-6.3 cubic yard, pin on, general purpose bucket with bolt- on
cutting edge.
303.1.1 Operating Weight: 54,871 pounds including counterweight.
303.1.2 Breakout Force: 44,075 pounds.
303.1.3 Full Turn Tip Load 38,396 pounds.
303.1.4 Bucket Hinge Pin Height: 176 inches.
303.1.5 Dump Height at 45 degrees: 124 inches.
303.1.6 Dump Reach at 45 degrees and bucket at full height: 53 inches.
303.2 Tires:
303.2.1 26.5xR25 tires, BRIDGESTONE VJT L3 or BRIDGESTONE VMT L3, Radials
303.2.2 All wheels to include a protector ring.
303.2.3 (') OPTIONAL ITEM— Pricing is required: Spare lire and wheel, mounted. Must be matching OEM
wheel and matching tire. Aftermarket rims will not be acceptable.
303.3 Brakes:
303.3.1 Service Brakes: To be wet (oil) disk.
303.3.2 Secondary (Back -Up) Braking System: Manually and/or automatically applied backup braking
system in the event of loss of service brake capacity.
303.3.3 Parking Brake:
303.3.3.1 To be a spring applied hydraulic released, independent of other braking systems,
capable of holding machine on a 20% grade.
303.3.3.2 To include parking brake warning light and audible warning device or a parking brake
system with a transmission disconnect feature.
303.4 Steering:
303.4.1 Emergency Steering System: To include supplemental emergency steering in compliance with
SAE -J53 for steering during engine power loss.
303.5 Fenders: Front and rear, OEM, full width, full coverage w/ all available extensions.
303.6 Tow Hook: Shall be drawbar hitch pin type, with a pin.
303.7 Lift arm kick -out shall be automatic.
303.8 Bucket leveling shall be automatic.
303.9 Vandalism Protection: Shall include locking panels and/or doors to secure batteries, fuel fill, hydraulic tank
fill, engine oil fill, and radiator fill.
303.10 Paint: Manufacturer's standard.
Section ll- Specifications
CA2111-18 Contract for Wheel Loaders
Page 14 of 18
SECTION II
303.11 SMV Emblem: Shall include metal slow-moving vehicle emblem.
ELECTRICAL SYSTEM:
304.1 24 -volt system, negative ground system.
304.2 Alternator: minimum 80 amps.
304.3 Battery(s): Heavy-duty, highest capacity available, a minimum total of 1800 CCA at zero degrees
Fahrenheit.
304.4 Master electrical switch to cut off all power from battery to electrical system.
304.5 24V to 12V converter, minimum 20A.
304.6 Backup Alarm: Electronic, self-adjusting sound level, OSHA approved, located on the rear of unit per
manufacturer's recommendations.
304.7 Lighting System:
304.7.1 Front headlights to be halogen or LED.
304.7.2 Work Lights: Two (2) rear work lights and two (2) front work lights LED.
304.7.3 Stop, turn, tail and backup lights shall be LED.
304.7.4 Dome light.
304.8 Strobe Lights:
CAB:
304.8.1 The loader shall include two (2) LED beacons on the roof of the cab. WHELEN model L31HAF4
(amber) and model L31 HBF4 (blue).
304.8.2 Left lens (drivers/street side) shall be amber.
304.8.3 Right lens (passengers/curbside) shall be blue.
304.8.4 Each light shall be synchronized to an alternating pattern using the lights "synch" wire function.
304.8.5 To include a DPDT lighted switch installed in the cab. This switch shall function as HI/OFF/LOW
(light intensity).
304.8.6' All wiring to be enclosed in non-metallic weatherproof loom.
304.8.7 To be a 24 -volt LED light system.
304.8.8 WHELEN sales representative: Kent Bruce, (206) 510-2060, kdbcofaDcomcast.net
305.1 Enclosed Roll Over Protection System (EROPS)
305.1.1 OEM, fully enclosed, steel, insulated, sound suppressed, pressurized, "ROPS" (SAE J1040) cab
with safety glass front windshield and safety or tempered glass on sides and/or rear windows. To
be adequately sealed as to not allow unreasonable cold air or dust into the cab.
305.2 Recirculating personnel heater (Minimum 30,000 BTU) with defroster(s). Defroster(s) to be zoned to front
windshield wiper area(s), minimum. Caged defroster fans are not acceptable in lieu of the zoned system.
305.3 Air Conditioning: To be OEM.
305.4 Front and rear window wipers and washers. Wiper motors to be the highest capacity available from OEM.
To include OEM intermittent feature on front minimum.
305.5 Sun visor required multi-level, dark tint or solid.
305.6 Operator's Seat: 6 -way adjustable, cloth or cloth/vinyl covered, suspension type with a seat belt.
305.6.1 (') OPTIONAL ITEM- Pricing reguired: Operator's seat- 6 -way adjustable, cloth or cloth/vinyl, air -
suspension type with a seat belt.
305.7 Lockable doors.
305.8 Mirrors: To include an interior mounted convex rearview mirror and outside cab mounted heated mirrors.
Section Il- Specifications
CA 2111-18 Contract for Wheel Loaders
Page 15 of 18
SECTION II
305.9 Back -Up Camera, OEM
305.10 AM/FM radio with aux/ input.
305.11 To include mounting for 2 -way radio. Must have 12V power connections.
305.12 Horn: Electric or air.
305.13 Must have a cup holder.
305.14 High engine idle control capability, operator controlled or automatic.
INSTRUMENTATION:
306.1 All gauges as noted below shall read in U.S. units of measure (not metric) at time of delivery.
306.2 Gauges and/or indicators, as a minimum, shall include, in easy view of the operator:
306.2.1 Hour Meter: Running engine activated.
306.2.2 Ammeter or voltmeter gauge, or alternator malfunction indicator.
306.2.3 Engine Coolant High temperature (to include warning system).
306.2.4 Engine Coolant Low level (to include warning system).
306.2.5 Engine oil pressure (to include warning system).
306.2.6 Air pressure gauge or indicator, if applicable.
306.2.7 Transmission oil temperature gauge or indicator.
306.2.8 Air filter restriction gauge or indicator.
306.2.9 Parking brake "ON" indicator with an audible warning or a parking brake system with a transmission
disconnect feature.
306.2.10 Fuel gauge.
HYDRAULICS:
307.1 Shall have two (2) spool control valve.
307.2 (`) OPTIONAL ITEM- Pricing is required: Three (3) spool control valve.
307.2.1 Diverter valves are not permitted.
307.2.2 To include controls and plumbing, including quick disconnects, out to the front of the unit. Must
be pressure rated and sized to allow proper flow.
307.2.3 Quick disconnects to include chained caps.
307.3 Lift circuit to include float.
307.4 To include ride control system.
307.5 Hydraulic Hose: To be arctic grade (- 40 °F, minimum).
ATTACHMENTS:
308.1 Quick Attach System:
308.1.1 To be equipped with a quick attach system that is compatible with unit being bid. To be WELDCO-
BEALES WLKAT or CWS, HENKE, PSM or equivalent matching up with our current WLKAT
system.
308.1.2 All functions (locking, unlocking, etc.) to be controlled from in the cab by the operator.
308.2 General Purpose Bucket: (') OPTIONAL ITEM— Pricing is required:
308.2.1 To be PSM or equivalent, provided all of the following specifications are met.
308.2.2 Capacity: 6.0 cubic yard SAE heaped.
308.2.3 Width: To be equal to or greater than host unit.
308.2.4 To include replaceable and reversible bolt -on cutting edge with OEM AASHTO punching.
Section //- Specifications
CA2111-18 Contract for Wheel Loaders
Page 16 of 18
SECTION II
308.2.5 To include lifting eyes or hooks on each top corner and center top of the bucket.
308.2.6 To be compatible with the WLKAT quick attach system.
308.2.7 Minimum Weight: 3,900 lbs.
308.3 Snow Bucket: (') OPTIONAL ITEM— Pricing is required:
308.3.1 To be PSM or equivalent, provided all of the following specifications are met.
308.3.2 Capacity: 10 cubic yard SAE heaped, minimum.
308.3.3 Width: To be equal to or greater than host unit.
308.3.4 To include replaceable and reversible bolt -on cutting edge with OEM AASHTO punching.
308.3.5 To be compatible with the WLKAT quick attach system.
308.3.6 Minimum Weight: 5,400 lbs.
308.4 Pallet Forks, 8 -Foot: (') OPTIONAL ITEM— Pricing is required:
308.4.1 To be PSM or equivalent, provided all of the following specifications are met.
308.4.2 Tine Length: 96 inches.
308.4.3 Tine Spread: Adjustable to minimum 100 inches.
308.4.4 Tine width to be eight (8) inches.
308.4.5 Tine depth to be three (3) inches.
308.4.6 Tine locks (width and swing) to be included.
308.4.7 Full -width carriage backrest to be included.
308.4.8 Capacity: 20,000 pounds, minimum.
308.4.9 To be compatible with the WLKAT quick attach system.
308.4.10 Minimum Weight: 3,200 lbs.
308.5 Rear Counterweights:
308.5.1 To include the heaviest OEM counterweight option available.
308.5.2 Filled tires will not be accepted.
TRAINING:
309.1 (") OPTIONAL ITEM— Pricing is required: Total of sixteen (16) hours at the State Equipment Fleet
Maintenance Facility as listed on the Purchase Order. For award purposes, the price should include all travel
and training related costs to Anchorage, Alaska. Any travel beyond Anchorage will be billed at the actual
rate and a separate Purchase Order will be issued.
309.1.1 Bidder to provide a qualified factory trained instructor(s), within 30 days of acceptance by the State.
Advanced notice is required.
309.1.2 To include a minimum of eight (8) hours of operator training including the following, as a minimum
applicable agenda:
309.1.3 Operating procedures per operating manual.
309.1.4 Break-in procedures.
309.1.5 Equipment limitations.
309.1.6 Operator maintenance.
309.1.7 Pre -checks and lubrication.
309.1.8 Safety
309.1.9 Cold weather operation.
309.1.10 Jump-starting.
Section ll- Specifications
CA2111-18 Contract for Wheel Loaders
Page 17 of 18
SECTION II
SPECIFICATION
309.1.11 Welding on equipment.
309.1.12 Towing or transporting equipment.
309.1.13 Instruments and controls.
309.1.14 Gauge interpretation.
309.1.15 Regan operation.
309.1.16 Equipment operation, Do's and Don'ts.
309.1.17 Attachment operation, Do's and Don'ts.
309.2 To include a minimum of eight (8) hours of mechanics (Journeyman level) training including the following
theory:
309.2.1 Troubleshooting and test procedures.
309.2.2 Electronics (Including diagnostic software, computers, Can -Bus systems.)
309.2.3 Emissions.
309.2.4 Electrical systems.
309.2.5 Air systems.
309.2.6 Drivetrain.
309.2.7 Engine and transmission.
MISCELLANEOUS:
310.1 Special Lubricants: If for warranty purposes, manufacturer's specific lubricants are required, the vendor is to
provide these lubricants, or provide, at time of delivery, a cross-reference chart between manufacturer's
lubricants and any name brand and readily available equivalents.
310.2 Labeling: No adhesive style (Dymo) labels will be allowed. Any markings must be etched or engraved,
factory style markings.
310.3 Auto Lube System (*) OPTIONAL ITEM— Pricing is required:
310.3.1 To include an automatic lubricating system, GREASE COMMANDER, provided unit will work with
NLGI class 2 grease, per all Alaska conditions.
310.3.2 All zerk fittings shall be served (drivelines being the exception).
310.3.3 All lines are to be routed and protected as necessary.
310.3.4 Lines are to be ARCTIC FOX wire braid or state -approved equivalent, on all moving points.
310.4 Diagnostic Software (*) OPTIONAL ITEM— Pricing is required:
310.4.1 Diagnostic software or scanners must be available for purchase by SOA.
310.4.2 Must be capable of retrieving and clearing all chassis, engine, transmission, or cab diagnostic
codes.
310.4.3 Must be capable of displaying live streaming data. (E.G. Engine sensor temperatures, pressures,
speeds, etc.)
310.4.4 If applicable, must be able to communicate a replaced DPF to the ECM.
310.4.5 Pricing must include ALL cables, readers, hardware and software necessary to perform listed
duties. Does not include a laptop, if needed.
END OF SPECIFICATION #340
Section ll- Specifications
CA2111-18 Contract for Wheel Loaders
Page 18 of 18
SECTION III
BID SCHEDULE
LOT 1
Item Total
1 ea.
4 Cubic Yard Wheel Loader
$185,065.00
Year, Make & Model Offered:
2018 Caterpillar 950GC
8.0
Publications -Paper
$1,058.00
103.2.3
Spare wheel and tire
$10,172.00
105.6.1
Air suspension seat
$0
107.2
3 -spool hydraulic valve
$0
108.2
4 Cubic yard, general purpose bucket.
$11,942.00
Make/Model: PSM 4CY
108.3
8 Cubic yard, snow bucket
$15,370.00
Make/Model: PSM 8CY
108.4
8' Pallet forks
$10,929.00
Make/Model: PSM 8'
109.1.1
Training
$0
110.3
Auto lube system
$6,074.00
Make/Model: Grease Commander 1200
Section lll- Bid Schedule
CA2111-18 Contract for Wheel Loaders
Page 1 of 3
SECTION III
LOT 2
Item
Total
# Unit
Description
Amount
1 ea.
5 Cubic Yard Wheel Loader
$276,068.00
Year, Make & Model Offered:
2018 Cateroillar 966M
OPTIONAL ITEMS- PRICING REQUIRED
8.0
Publications- Paper
$1,058.00
203.2.3
Spare wheel and tire
$8,798.00
205.6.1
Air suspension seat
$0
207.2
3 -spool hydraulic valve
$0
208.2
5 Cubic yard, general purpose bucket
$12,402.00
Make/Model: PSM 5CY
208.3
10 Cubic yard, snow bucket
$18,489.00
Make/Model: PSM 10CY
208.4
8' Pallet forks
$10,929.00
Make/Madel: PSM 8'
209.1.1 Training $0
210.3 Auto lube system $6,074.00
Make/Model: Grease Commander 1200
Section Ill- Bid Schedule
CA2111-18 Contract for Wheel Loaders
Page 2 of 3
A*011010111
LOT 3
Item Total
# Unit Description Amount
1 ea. 6 Cubic Yard Wheel Loader $290,299.00
Year, Make & Model Offered:
2018 Caterpillar 972M
OPTIONAL ITEMS- PRICING REQUIRED
8.0
Publications- Paper
$1,058.00
303.2.3
Spare wheel and tire
$8,798.00
305.6.1
Air suspension seat
$0
307.2
3 -spool hydraulic valve
$0
308.2
6 Cubic yard, general purpose bucket
$14,058.00
Make/Model: PSM 6CY
308.3 10 Cubic yard, snow bucket $18,489.00
Make/Model: PSM 10CY
308.4 8'Palletforks. $10,929.00
Make/Model: PSM 8'
309.1.1 Training
310.3 Auto lube system
Make/Model: Grease Commander 1200
$0
$6,074.00
The actual F.O.B. point for all items purchased under this contract is the final destination anywhere within the State of
Alaska. Ownership of and title to the ordered items remains with the contractor until the items have been delivered to their
final destination and are accepted by the State.
For pricing purposes, the F.O.B. point is dockside Seattle/Tacoma.
The cost of shipping and delivery for orders beyond the limits of Seattle/Tacoma dock will be handled as follows. The
contractor will prepay the shipping and delivery charges to any destination named by the State in its order. The contractor
will charge -back those shipping and delivery charges to the State as a separate line item on the State's invoice. All shipping
charges over $100 must be documented by a copy of the actual shipping Invoice and received with the invoice charge to
the State.
Required Delivery: Maximum 180 days after receipt of order (ARO).
Section lll- Bid Schedule
CA2111-18 Contract for Wheel Loaders
Page 3 of 3