HomeMy WebLinkAboutResolution No. R21-130RESOLUTION NO. R21-130
A RESOLUTION AWARDING THE BID AND AUTHORIZING THE
MAYOR TO SIGN AN AGREEMENT WITH SWS EQUIPMENT, LLC FOR THE
PURCHASE OF A ROLL -OFF CONTAINER TRUCK FOR THE
CITY OF LAUREL'S PUBLIC WORKS DEPARTMENT.
WHEREAS, the City of Laurel needs a roll -off container truck for its Public Works
Department; and
WHEREAS, the City of Laurel complied with its procurement policy and Montana Law
by utilizing a competitive bid process to ensure the equipment purchased is in the best interest of
the City in both quality and price; and
WHEREAS, SWS Equipment, LLC was the lowest qualified bidder; and
WHEREAS, the lowest bid was for $196,450 and the bid documents are attached hereto
and incorporated herein.
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Laurel,
Montana,
That the Mayor is authorized to sign an agreement with SWS Equipment, LLC for the
purchase of the roll -off container truck for the total purchase price of $196,450 pursuant to the
attached bid documents.
Introduced at a regular meeting of the City Council on December 28, 2021, by Council
Member Herr.
PASSED and APPROVED by the City Council of the City of Laurel this 28'x' day of
December 2021.
APPROVED by the Mayor this 28' day of December 2021.
ATT ST:
fBulrlplangve, Clerk -Treasurer
Approved 7
o f
Sam S. Painter, Civil City Attorney
R21-130 Accept Bid — Roll -Off Container Truck
CITY CLERK
CITY OF LAUREL
P. O. BOX 10
LAUREL, MONTANA 59044
CONTRACT/BID DOCUMENTS ATTACHED:
INTENT AND SCOPE OF OPERATIONS
CALL FOR SEALED BIDS: NOTICE TO BIDDERS
(BID BOND AND PERFORMANCE BOND)
IP.b�IiRiZ�I�LaI`.1;711Ti ; i 1
CONTRACT SPECIFICATIONS:
2022 (OR NEWER) ROLL OFF CONTAINER TRUCK
STANDARD TERMS AND CONDITIONS
INVITATION TO BID
FORM OF AGREEMENT
FORM OF PROPOSAL (BID PROPOSAL)
INTENT AND SCOPE OF OPERATIONS
This bid is for the purpose of entering into a contract for a 2022 (OR NEWER)
TANDEM CONVENTIONAL CAB. 2007 MODEL, 54,000 G.V.W. TRUCK CAB
AND CHASSIS AND CHAIN ROLL -OFF SYSTEM for the City of Laurel Public
Works Department. The successful bidder agrees to provide the City of Laurel with
acceptable quality of equipment/services, performance and workmanship as determined
by the City of Laurel.
It is the purpose of this bid to obtain the best quality of equipment at the most favorable
price to the City of Laurel. Consideration will be given for the level of service offered
and ability to meet stated specifications as outlined in the contract document.
END: INTENT AND SCOPE OF OPERATIONS
CITY CLERK
CITY OF LAUREL
P. O. BOX 10
LAUREL, MONTANA 59044
CALL FOR SEALED BIDS: NOTICE TO BIDDERS
Sealed bids entitled: 2022 Roll Off Container Truck
For the City of Laurel Maintenance Department, Laurel, Montana
Will he received addressed to City Clerk of Laurel, Montana, at the office of the City
Clerk, City Hall, Laurel, Montana 59044, until 1:00 p.m. December 2"d, 2021.
More specific additional information regarding the 2022 (OR NEWER) TANDEM
CONVENTIONAL CAB., 54,000 G.V.W. TRUCK CAB AND CHASSIS AND
CHAIN ROLL -OFF SYSTEM may be obtained by contacting Matt Wheeler, Public Works
Superintendent, at 115 W. First Street, Laurel, Montana, phone number of 406-6284796 or visit
httys://CitVOiliiLirelmontana.com/rfi)s.
Each bid or proposal must be accompanied by a Certified Check, Cashiers Check. or Bid
Bond payable to the City of Laurel, Montana, in an amount not less than ten per cent (10%) of
the total amount of the bid. The bid bond will be retained by the City Clerk until the successful
bidder enters into a contract with the City of Laurel. If the successful bidder enters into no
contract within 30 days the bond will be forfeited to the City of Laurel. Bid bonds will be
returned to the unsuccessful bidders immediately after final action on the bid by the City
Council.
No bids may he withdrawn after the scheduled time for the public opening of bids, which
is at 1:00 p.m. December 2nd, 2021, at 115 W. I" Street Laurel, MT 59044,
The right is reserved to reject any or all proposals received, to waive irregularities, to
postpone the award of the contract for a period of not to exceed thirty (30) days, and to accept
that proposal which is in the best interests of the City of Laurel, Montana.
The City of Laurel is an Equal Opportunity Employer
Published 11/19/2021; 11/26/2021
Bethany Langve, City Clerk/ Treasurer
END: CALL FOR SEALED BIDS: NOTICE TO BIDDERS
CITY CLERK
CITY OF LAUREL
P.O. BOX 10
LAUREL, MONTANA 59044
INSTRUCTIONS TO BIDDERS
EXAMINATION OF DOCUMENTS
Before submitting the proposals, the bidder shall:
(a) Carefully examine the Standards and Specifications as well as all other attached
documents.
(b) Fully inform themselves of the existing conditions and limitations.
(c) Include with the bid sufficient information to cover all items required in the
specifications.
BID COMPLIANCE
It shall be the responsibility of the bidder to see that all bids are sealed and submitted to
the office of the City Clerk at City Hall, 115 W. First Street, Laurel, Montana 59044, before 1:00
p.m. December 2nd , 2021.
BID PROPOSAL MODIFICATIONS
Proposals shall be made on form provided herein; they shall not contain any recapulation
of the work done. Modifications, additions or changes to the terms and conditions of this
invitation to bid may be cause for rejection of the bid. Bids submitted on other forms may be
rejected. No oral, telephone, or telegraphic bids or modifications will be considered.
CERTIFICATION OF ALTERATION OR ERASURE
A bid shall be rejected should it contain any material alteration or erasure, unless, before
the bid is submitted, each such alteration has been initialed in INK by the authorized agent
signing the bid.
INTERPRETATION PRIORITY
Should a bidder find discrepancies in, or omissions from, the specifications, or be in
doubt as to their meaning, bidder shall notify the department head, Matt Wheeler at the address
noted above, who will send written instructions or addenda to all bidders. The City will not be
responsible for oral interpretation. All addenda issued prior to bid opening shall be incorporated
into and become part of the contract agreement upon award. Question received less than ninety-
six (96) hours before the bid opening cannot be answered.
SIGNATURE
All bids shall be typewritten or prepared in ink and must he signed in longhand by the
bidder or bidders agent or designee, with his/hers usual signature. A bid submitted by a
partnership must be signed with the partnership name to be followed by the signature and
designation of the partner signing. Bids by corporations must be signed with the legal name of
the corporation, followed by the name and signature of an authorized agent or officer of the
corporation. Bids submitted by a proprietorship must be signed by the owner; name of each
person signing shall be typed or printed legibly below the signature.
WITHDRAWAL. OF BIDS
Bidders may withdraw their bid either personally or by written request at any time prior
to the time set for bid opening. No bid may be withdrawn or modified after the time set for
opening, unless and until award of the contract is delayed for a period exceeding thirty (30) days.
CERTIFICATION
The bidder certifies that the bid has been arrived at by the bidder independently and has
been submitted without any collusion designed to limit independent bidding or competition. The
bidder further certifies that the materials, products, services and/or goods offered herein meet all
requirements of the stated specification and are equal in quality, value and performance with
highest quality, nationally advertised brand and/or trade names.
EVIDENCE OF QUALIFICATION
Upon request of the City of Laurel, a bidder whose proposal is under consideration for
award may be required to manifest satisfactory evidence of his financial resources, experience,
the organization and equipment as well as service provisions bidder has available. In
determining the lowest responsible bidder, in addition to price, the following considerations may
be addressed:
(a) The ability, capacity, character, integrity, and skill of the bidder to perforin
the contract or provide the service required.
(b) Whether the bidder can perform the contract within the time specified.
(c) The quality of performance of previous contracts, agreements, services and/or
performance.
(d) Previous and/or existing compliance by the bidder with laws relating to the
contract or services.
(e) Such other information, which may be secured having a bearing on the
decision to award the contract.
I.]Ioil - coIU
4
Each bid or proposal must be accompanied by a Certified Check, Cashiers Check, or Bid
Bond payable to the City of Laurel, Montana, in an amount not less than ten percent (10%) of the
total amount of the bid. The bid bond will be retained by the City Clerk until successful bidder
enters into a contract with the City of Laurel. If the successful bidder enters into no contract
within thirty (30) days the bond will be forfeited to the City of Laurel. Bid bonds will be
returned to the unsuccessful bidders immediately after final action on the bid by the City
Council.
END: INSTRUCTIONS TO BIDDERS
CITY CLERK
CITY OF LAUREL
P. O. BOX 10
LAUREL, MONTANA 59044
CONTRACT SPECIFICATIONS
2022 (OR NEWER) NEW TANDEM CONVENTIONAL CAB. 54.000 G.V.W.
TRUCK CAB AND CHASSIS AND CHAIN ROLL -OFF SYSTEM
END SPECIFICATIONS
CITY CLERK
CITY OF LAUREL
P. O. BOX 10
LAUREL, MONTANA 59044
STANDARD TERMS AND CONDITIONS — PAGE 1
This contact includes the following Standard Terms and Conditions and includes, but is
not limited to, the Invitation to Bid, Call for Sealed Bids, Specifications, Forms of Agreement,
Instruction to Bidders, and Form of Proposal.
The contractor will not be liable for any delay in furnishing or failure to furnish service
due to fire, flood, strike, lockout, dispute with workmen, act of God, or any cause beyond
reasonable control.
In case of default by the successful bidder or failure to deliver the goods or services
within the time specified, the City Purchasing Authority, after written notice, may procure them
from other sources and hold contractor responsible for excess costs occasioned thereby.
The specifications attached to the instructions to bidders establish a standard of quality
desired by the City of Laurel. Any bidder may submit quotations on any article, which
substantially complies with these specifications as to quality, workmanship and service. The
City of Laurel reserves the right to make its selection of materials or services purchased, based
on its best judgment as to which articles substantially comply with the requirements of the
specifications.
No alteration in any of the terms, conditions, delivery, quality, or specifications will be
effective without prior written consent of the City of Laurel.
No exception to delivery or service dates shall be allowed unless prior written approval is
first obtained for the City of Laurel.
All payments to the contractor shall be remitted by mail. The City shall not honor drafts,
nor accept goods on a sight draft basis. Furthermore, the provisions or monies due under this
contract shall not be assignable unless prior written approval is first obtained from the City of
Laurel.
All goods, materials or services purchased herein are subject to approval by the City of
Laurel. Any rejections of services, goods or materials, whether held by the City or returned, will
be at the contractor's risk and expense.
The contractor agrees to assume all expense, protect and hold harmless the City, its
officers, agents and employees against all claims and expense including, but not limited to, suits
or proceedings for patent, trademark, copyright, or franchise infringement arising from the
purchase, installation or use of the goods, material or services purchased herein.
The contractor further agrees to assume all expenses and damages arising from such
claim, suits or proceedings.
CITY CLERK
CITY OF LAUREL
P. O. BOX 10
LAUREL, MONTANA 59044
STANDARD TERMS AND CONDITIONS — PAGE 2
Contractor agrees that the waiver, acceptance, or failure by the City to enforce any
provisions, terms, or conditions of this contract shall not operate or be construed as a waiver of
prior or subsequent breaches or the right of the City to thereafter enforce such provisions.
The contractor warrants all articles supplied under this contract conform to specification
herein. The contractor will deliver a warranty stating that articles supplied under the contract are
fit and sufficient for the purpose manufactured, merchantable, and free from defects.
In the event the City is entitled to a prompt payment or cash discount the period of
computation shall commence on the date of delivery, or receipt of correctly completed invoices,
whichever is later. If an adjustment in payment is necessary, the discount period shall
commence on the date final approval for payment is authorized.
The contractor agrees not to be discriminate against any client employee or applicant for
employment or for services, because of race, creed, color, national origin, sex or age with regard
to, but not limited to, the following: employment upgrading; demotion or transfer; recruitment
advertising; layoffs and termination; rates of pay or other forms of compensation; selection for
training; rendition of services. It is further understood that any contractor who is in violation of
this shall be barred forthwith from receiving awards of any purchase order for the City unless a
satisfactory showing is made that discriminatory practices have terminated and that a
reoccurrence of such acts are unlikely.
The City reserves the right to cancel and terminate this contract forthwith upon giving
thirty (30) days written notice to the contractor. (This provision does not apply to the purchase
of materials and equipment. A purchase order for materials and equipment is a binding
contract.)
Contractor agrees that in the event suit is instituted by the City for any default on the part
of the contractor, he shall pay to the City all costs and expenses expended or incurred by the City
in connection therewith, and reasonable attorney fees.
Where applicable, possible or required, bidder is required to submit descriptive literature,
sample material, design sketches and detailed shop drawings. Failure to submit required items
may result in rejection of the bid or termination of contract.
The successful bidder may not make any advertising or sale use of the fact contract items
are being used by purchaser and other approved agencies, under penalty of contract termination.
The Advertisement for Bids, the accepted Proposal, and the specifications, together form
the contract and they fully act as if hereto attached or herein repeated.
CITY CLERK
CITY OF LAUREL
P. O. BOX 10
LAUREL, MONTANA 59044
STANDARD TERMS AND CONDITIONS — PAGE 3
This contract shall be governed by and construed in accordance with the laws of the State
of Montana.
The contractor may not assign or subcontract the agreement or the right to receive
reasonable performance of any act called for by the contract shall be deemed waived by a waiver
by City of a breach thereof as to any particular transaction or accurence.
Regardless of FOB point contractor agrees to bear all risks of loss, injury, or destruction
of goods and materials ordered herein and such loss, injury, or destruction shall not release
contractor from any obligation hereunder.
END: STANDARD TERMS AND CONDITIONS
W
CITY CLERK
CITY OF LAUREL
P. O. BOX 10
LAUREL, MONTANA 59044
INVITATION TO BID
RETURN TO: City Clerk, City of Laurel, P.O. Box 10, Laurel, Montana 59044
Please bid net prices at which you will agree to furnish required services. To receive
consideration, this form must be signed in full by a responsible, authorized agent, office,
employee or representative of your firm.
Enter full Company Name and Address
/
I
CONDITIONS AGREEMENT
We have read and agree to the conditions and stipulations contained herein and to the
Standard Terns and Conditions contained on the attached.
We further agree to furnish the services specified at the prices stated herein, to be
delivered to the location and that date set forth herein.
Signakre
Date
END: INVITATION TO BID
IN
CITY CLERK
CITY OF LAUREL
P. O. BOX 10
LAUREL, MONTANA 59044
FORM OF AGREEMENT - PAGE 1
AGREEMENT, made on the Of 0� day of &amb'�L '2021, by and between
the City of Laurel and t��4)5
WITNESSTH that the above named company and the City of Laurel, for consideration,
hereinafter name agree as follows:
SCOPE OF OPERATION: The contractor shall provide material and equipment, perform the
work and do everything required by the specifications entitled:
CONTRACT SPECIFICATION:
TIME OF COMPLETION: Delivery of goods, equipment, and/or services shall be expected
within thirty (30) days of the award of bid.
FOLLOWING IS AN ENUMERATION OF THE CONTRACT BID
Intent and Scope of Operation
Call for Sealed Bids: Notice to Bidders
(Bid Bond/Performance Bond)
Instructions to Bidders
Contract Specifications
Standard Terms and Conditions
Invitation to Bid
Form of Agreement
Form of Proposal (Bid Proposal)
IN WITNESS WHEREOF, the parties hereto have executed this agreement to day and
year above written.
Contractor
By:
Title
CITY CLERK
CITY OF LAUREL
P. O. BOX 10
LAUREL, MONTANA 59044
FORM OF AGREEMENT — PAGE 2
-T OF
Y.
��i4 �IrIA
O.
ATTEST: jtzf
C
Approved as to form
END: FORM OF AGREEMENT
12
CITY CLERK
CITY OF LAUREL
P. O. BOX 10
LAUREL, MONTANA 59044
FORM OF PROPOSAL (BID PROPOSAL]
The undersigned hereby submits the following proposal: Having carefully examined the
specifications entitled CONTRACT SPECIFICATIONS: 2022 OR NEWER TANDEM
CONVENTIONAL CAB., 54,000 G.V.W. TRUCK CAB AND CHASSIS AND CHAIN
ROLL -OFF SYSTEM for the City of Laurel Public Works Department, as well as all other
conditions affecting the bid, the undersigned proposes to furnish all equipment and services
necessary to complete the work required.
Time and Date of Delivery
AND CHASSIS AND CHAIN ROLL -OFF SYSTEM
Net FOB Laurel, Montana $ A/7
(OPTIONS OR PAYMENT PLANS, IF APPLICABLE)
a
Tith
Company
Date fes- D / - A /
END: FORM OF PROPOSAL (BID PROPOSAL)
13
GENERAL BIDDING GUIDELINES:
If bid specification is met than place a check In the column marked "YES". If It is necessary to bid alternate
equipment or to take exceptlons to the specifications as set forth, this must be checked as "NO"
The Basis of Award shall be dependent on the most responsible bid submitted. Consideration will be given to cash
flow, purchase price, delivery dates, equipment service guarantees, parts and service availability, parts and service
location, analyses and comparison of equipment specification details, and any other items of concern to the City of
Laurel.
The purchaser reserves the right to reject any or all bids, to waive any Informality In bids, or to accept in whole or
part such a bid as may be In the best Interest of the City of Laurel,
The purchaser also reserves the right to reject the vehicle at the time of final Inspection If the vehicle does not
meet any and/or all requirements of the final contract according to the personnel acting on behalf of the
department at the time of final Inspection. These requirements Include, but are not limited to: performance,
workmanship, service, quality and operation of the vehicle.
Please state the estimated delivery time after receipt of order In days: 3405 —-00�/�.g�t S
BID SPECIFICATIONS FOR ROLL -OFF CHASSIS
y N
FOR NEWMODELYEAR 2022 CAB AND CHASSIS 2oa3 ✓
ALL STANDARD CAB/CHASSIS OPTIONS TO BE INCLUDED t/
ENGINE:
13 -1 -iter a1 376 horsepower, 2100 rpm 4150 lb -ft lorQue DD13 DrAra f+ 1/
LAA 2014-eNjW ia.o.. l'wc.I
ENGINE EQUIPMENT:
Single stage air cleaner; hood -mounted air Intake
1240 sq. In., 2 -core redlator 1500 3g, Tk
Extended life antifreeze to -34 (Fahrenheit)
Electronic viscous fen clutch ✓
Delco Remy 4V 30 MTHD Starter t/
(3) -CCA maintenance free VV batteries, 1360 CCA
✓
i Manual battery disconnect main switch
18.6 gallon LH frame -mounted Diesel Exhaust Flukl (DEF) tank /3 � i4 ILO V\
✓
Compact OFF mounted RH side under cab, frame -mounted SCR
I/
I
Cab -mounted vertical, 10 -ft aluminized stainless steel stack
Duel engine -mounted fuel filters with water separator
12V Electric fuel heate,y
Wabco 31.00FM compressor
Phillips 120V 1500W LH receptade block heater
Englne break f�
Prep for front engine PTO —for 1350/1450 flange ✓
y N
TRANSMISSION:
6 -speed automatic transmission direct drive premium shnarSynthetic 'Arilil5on4&noRDS
transmission lubricant ✓
Water to oil trans cooler In radiator
Spicer lye ddvelinewith XL U-Jolnte; upgrade driveihe two sizes ✓
17" single plate dampened organic clutch (no clutch pedal)
FRONT AXLE:
14,000 pound front spring* y/
Front brake Bendlx Spicer, Cast Scam, standard lube; size a S.5 x 6 InP_r-,$ r- ✓
Cast Iron from brake drum, outboard -mounted ��r� [/ ✓
Brake lining material from, Bendlx Spicer ES -600 /��y— xn �tOg ✓
Front brake dust shields ✓
Iron preset front axle hub
Conmet Plus front oil seal
Wheel nut type- lock tab front spindle nub sfp rkiw�d Sp�y✓a LG JYwf s
Stemco visible cap with drain
Synthekfront axle lubricant
r/
TRW THP60 Integral power steering gear; sealed drag Mc T1Q4(/�
Parabolic leaf frontsuspension TA/per L.eq-F
Front shock absorbers
REAR AXLE:
Mentor MT -40.14X40 Hypold (heavy-duty housing) 40K Ib capacity yyrT- 0-14-x
3.65 rear axle ratio 4,1, j R q+iv ✓
Interaxle differential look
3
V--
AUXILIARY AXLE
Hendrickson Composlllte ST 13k steerable pusher axle, factory hatalled
y N
F}�Z,5_14-�_
40K Ib 2 -leaf firm dde parabolic spring suspension, 64" spacing 45Pr� ^ 9
'�
Auxiliary axle brake size 5 x4
U P y%'p tl_� i
Rear shock aosorbers
alem r5 2dif
Rear brake Bendix Spicer, Cast S lube, size 10.6 x 7/P e rf r
��
-cam, standard
oOno/t O
Cast Iron drive axle brake drum, outboard mounted
Iron preset aux'.Ilary axle hubs
Rear brake dust shields
DOS
..��/,, l
Ds
Brake lining material drive, Bendix Spicer ES -600 NDN -45 hesIDS
�-
Iron preset drive axle hub
✓
Wheel nut type- lock tab drive spindle nuts
✓
Conmet Plus drive of I seal
'✓
Chevron Delo gear lubricant ESI SAE Bow -g0 75' ci D C
Haldex brake adjuster- front, rear, and pusher
AUXILIARY AXLE
Hendrickson Composlllte ST 13k steerable pusher axle, factory hatalled
Spacing 60" ahead of FWD drive axle
Pi /04 e, Z-'4 6E
Auxiliary axle brake size 5 x4
U P y%'p tl_� i
Cast Iron auxiliary broke drum
alem r5 2dif
Pusher brake Bendix Spicer, Cast S -cam, standard lube
D O'7 X15 �
Pusher brake lining matedal,Eaton EES -600
oOno/t O
Aux. axle control- up/down switch inside cab only
Iron preset aux'.Ilary axle hubs
Chicago Rawhide Plus XL auxiliary oll seals
DOS
Wheel nut type- lock tab auxiliary spindle nuts
(}y/ i X" 1,4(�li
CHASSIS:
Frame -mounted SCR (Selective Catalytic Reduction)
4
y N
75-gallon LH aluminum cylindrical fuel tank: NoRHfuel tank 0"'qA-L^ ✓
LH battery box, 3-capacity; DEF tank mounted behind battery box ✓
291" wheelbase, SS" overhang
Merkor Wabco air dryer, '400UP w/ heater and coalescing oil filter r/
Steel slrtanks: manual pull cordon all tanks �1 �-
Frame yell- 1181'x 4.13"x .44" straight steel rails Z X 3, 6 /-i( �� ✓
Steel construction3-plecebumper 5AE `ljC!CL-' h4mpC.r )ZIL"
Two front towing devices; two rear tow hooks (frame -mounted) y
CAB (OUTSIDE):
High-strength steel day cab with B -pillar mounted exhaust IaLum) 1)(4rn eJ4 ,
Air -ride cab suspension with lateral dampeners ✓
Stationery front grill; bug screen behind grill
Dual trumpet air horns mounted under cab $)rtSL�r/✓ II ✓
Bleck vocational heated, power axis mirrors with long arms $Ri J kt r i n ),s h ✓
Auxiliary down -view mirror over passenger door ✓
Fiberglass exterior sun visor with LED marker lamps
✓
Electric backup alarm
Complete body builder kt, ECU dash to chassis, connections back of cab
+�
Halogen headlemps; daytime running lights; duel wl Integral backup lights
CAB (INSIDE):
13" Steering wheel,adjustable steering column
✓
Driver -side SRS air bag
r/
Safety belt indicator and audible reminder
✓
Bendlx anti-lock brake system; traction control wt limited disable
R1
Y N
Interior trim package- choice vinyl
✓
National Comfort air suspension high beck driver seat, fabric
New two-way radio to City of Laurel Specifications to be Installed by Industrial
✓
Inboard driver seat armrest
Stationary tool box high back passenger seat, fabric
12R22.6H Bridgestone R250F (14,780 lbs. GAWR) front tires
Integral alr-condilloner with heater- menual controls
✓
Netted overhead storage (both aides) w/ CB mounting and aux switches A 8- 11 t n
10 -gauge instrument cluster w/ premium driver information display
Enhanced diagnostics display In cluster (for baslc and OBD fault codes)
AM/FM, CD, MP3, Bluetooth radio, Speakers In dash
Marker and headlamp Interrupt, radiophone controls In sleeting wheel
Self -cancelling turn signal switch
✓
Dash -mounted CS hold down
V�
Multl-purpose antenna 48" LH mirror mounted (AM/FM/CB)
1�
Manuel window Wt,, Manuel door locks. 4 basic unique keys provided
I�
One 4 -volt electrical dash outlet
I✓
5 -pound ABC dry type rechargeable fire extinguisher, mounted Incab
I�
Auxlllary safety -triangle reflector kit
1�
Instep lamp on driver side door
Interior Illumination- LED lighting
New two-way radio to City of Laurel Specifications to be Installed by Industrial
✓
Communications, Billings, MT
TIRESANDWHEELS
12R22.6H Bridgestone R250F (14,780 lbs. GAWR) front tires
22.5 x 8.25 Accurlde steel powder coat white 2868 6 HH hub piloted, front wheels
✓
1 1R22.6G Bridgestone M770 (23,360 los. GAWR) rear tires
5
22.6 x 8.26 Maxon powder coal while 2868C 6 HH hub piloted, rear wheels
276170R22.6J Bridgestone R25DED (14,000 lbs. GAWR) auxibry tires
22.6 x 8.26 Maxton steel powder ooat white 288BC 6 HH hub piloted, aux wheels
One spare 1/R22.6 Bridgestone Bre mounted on white steal 22.6 x 8.26 wheel
PAINT:
Cab single color paint- Glacier White
Chassis single odor palm. Black
Bumper color. Glacier White PLA-cK
MANUALS:
All parte and service manuals
STATE BASE WARRANTY COVERAGES:
Engine; d-`�'QxnL
Tranamission:.3 ` *0, b
6
Y N
5,04f 7CL [ ![1
DESCRIPTION MINIMUM REQUIREMENTS _
TYPE ChainASA200
STRUCTURAL 50,OOOIb.ormore YFs (p0)000
MIUn Hoist Frame Tensile Strength 58.000 PSI YE
ContainerGuides I L"Steel Platewith
Replaceable W Abrasion Resistant
Wear Strips_
CONTROLS
Located incabwithin reachof
driver to allow engaging, loading,
&unloadingofcontainerWithout
leavingcab. Hoist up Warning Light.
�E S
HYDRAULICS
35 -gal. tank, truck frame mounted
with 10"cleanout port
�J� � �
-__LE.�i�s8•) w+T%'�'
IOmicron spin -on type retmnline
SGrccn SuGTion
filter element
y�5
Standard PTO: Air over Air direct mount
Yes Or$/�ljT
Direct Mount Gear Driven Hydraulic Pump
�E S
Heavy-duty filter in -return line
with shut-off valve
Yes
A. I I piping held in place by
neoprene shock absorbing clamps
�FS
CYLINDERS
Five -inch outside truck frame
mounted
PERFORMANCE
U n it purchased shal I be capable of
loading & unloading containers
where weight ofthe rol I-offsystem
&3 --axle chassis will equal or
exceed maximum legal loads on a
3 -axle unit. Unit stealI he capable
of fully engaging a 22 ft.
container skid.
��!
LIGHTING
Combination stop -tum -tail Lights -LED
Y� s
All lights &refectorstoconfnnn
to Montana Vehicle & Federal codes
T
DESCRIPTIQN NIIIJMUM REOUIREMENrs
FENDERS Fullcoverage framemounted with
mud Flaps both behind &ahead of
rearwheels l
MISCELLANEOUS Shall meet all DOT &OSHA ]fS
regulations
Unit shall be from astandard.
recognized manufacturer who has
been maoufucturing rolloffunits
foraminimum oftwoyears Ms
recognized inthe industry as
such. Unit shall be ofthe latest %S
manufacture.
Tao (2) complete setsofoperati ng,
parts, &service manuals. YE.S
WETLINE A hydraul ic I ine shal I be prov i ded
to the back of the truck to allow
for connection to refuse container
that require hydraulics inorder
toected. .All lines fo be
protected. /
EQUIPMENT BOX Box shall have minimum dimensions
of 16" long x I8"wide x 18"deep.
Box to be constructed o fsteel
with over -lapping hinged I idand
shall bemounted on driver's
side of unit YES 3D
REAR CONTAINER
LOCKS SpringLoaded'rvith44"oftravelmin.
PA..INT Black
WARRANTY 12-monthminimumwarrantvofall
parts & labor, except for lubrication
and filters. TheCity shall he
furnished (a! no charge) copies of
invoices forallworkperfonnundewarranty.waanty. They shall show all
parts
and labor charges.
DESCRIPTION
MINIMUM REQUIREMENTS
YEs
WARRANTY/
All Warranty Work shall be done
continued
byacompany located in Billings.
Bidder shat l state name and
location ofwarranty dealer:
OPTIONALSHOW
Hendrickson Parnlift Ultra Self -
PRICE
steering, air lift, air suspen-
sion with single tires on Hub Piloted Budd rims,
suspension capacityof 10,0001hs. &
ale capacityof 15,000lbs. Unitto
be installed complete ina pusher
configuration compatible with roll -<I IT
unit. Axle layout shall be in accord-
ance with State of Montana G VW regula-
tions and shall provide aminimum of
42,000 Ib. legal capacity on the rear
axlesand optimum weight distribution
to front axle. Controls mounted in cab.
Bidder shall show price to provide
100%5 year warranty on tb.e Lift
�FS 5p6E SPT
Cylinders.
Bidder shal I show price to provide
additional 12month warranty for
all parts & laborexcept for lubri-
cation and filters.
_
!°AGE
Ro I I-offwck tarp cover system
operated from hydraul ics on truck.
Capable ofcovering all height/
length containers. State brand
and model number.�j�,[r.
OPTIONAL
All other optional equipment
available shall be quoted. Use
additional sheet.
Yes sEE D��r
1-10
DESCRJPTION MINIMOM REQUIREMENTS
Bidders sbaJI include with this proposal.
satisfactory evidence that there is, available
Inthe City ofBillings, an adequate supply of
replacement pans as maybe required for fberepair
&:maintenance ofany unit purchased
asa result ofthe bid. The inabi I ity ofany
bidder to include such evidence shal I
result inan unfuvorable consideration ofthis bid.
Consideration will be given incomparing proposals
and awarding a contract not only to the amount of
the proposal but also to the kind and quality of
equipment.offered, its suitabi I ity forthe use in
purposes intended, as wel I asthe lowest ultimate
costto the City, and delivery date. Bidder must
have recently performed a demonstration ofmodel
forbid to be considered. Previous historyofpoor
performance, parts availability, and warranty
service vv -ill exclude a bidder from consideration.
END SPECIFICATIONS
___�L
4AAD b I/IITS
Quote To
City Of Laurel
Mr. Matt Wheeler
PO Box 10
Laurel MT
(406) 628-4796
SWS Equipment, LLC.
6515 E Nixon Ave, Spokane, WA 99213-30
Remit to: P.O. Box 13040, Spokane, WA 99213
509-533-9000 1-800-892-7831 F509-533-1050
www.swsequipment.com
Ship To.
City Of Laurel
Mr. Matt Wheeler
PO Box 10
59044 Laurel MT 59044
(406) 628-4796
QUOTE
Quote #: ROCBQ8572
L_ Date: i 11/29/21
[Sales Rep:. Roger Beatty
C FOB: City of Laurel
Ship via: I BESTWAY
Est. Ship Date
Terms Net 30
We are pleased to propose the following for your consideration
L —W] Description
1,0 2022 Freightliner 114 SO
1.0 AA Advantage Roll Off System. 60,0001b Endless Chain Hoist, 22'
Usable Rail
1.0 Hot Shift PTO - Muncie Hot Shift Upgrade
1.0 Allison Trans. Overspeed - Required on Allison Transmissions
1.0 (2) Sets of Manuals
1.0 Wet Line
1,0 Freight to Laurel
1.0 Aditional Available Options
1,0 Watson & Chalin Steerable Lift Axle
ADD: $12,000
1.0 5 year lift cylinder warranty
ADD: $2,875
1.0 12 Month Additional Warranty (24 months total)
ADD: $2,250
1.0 Advantage Tarp System
Hydraulic Auto Tarper with Outside Controls
ADD: $12,066
1.0 Electric Over Air Hook Stops Front and Rear
ADD: $2,666.00
1,0 Pintle Hitch
ADD: $3,000.00
1.0 Work Lights on Boom
ADD: $686.00
1,0 Hydraulic Oil Tank Heater
ADD: $933.00
1.0 Upcharge for Alum Tool Box
ADD: $426.00
1.0 Lift Axle upcharge for Aluminum Wheels
ADD: $ 1,166.00
1.0 MATERIAL Surcharge
City Of Laurel
ROCB08572
Unit Price I I Ext. Price
$196,450.00 $196,45000
Page 1
tat
EW Eescription Unit Price I Ext. Price
1.0 Project Managed by Roger Beatty
1.0 PLEASE SEE LIST OF OPTIONS TO COMPLETE YOUR PROJECT
Standard 1 year body warranty applies
Standard 1 year chassis warranty applies
Standard 2 year engine warranty applies
Standard 3 year transmission warranty applies
Order Total $196,450.00
Please contact me N I can be of further assistance
QUOTE VALID FOR 10 DAYS
PRICING IS SUBJECT TO CHANGE BASED ON CURRENT MATERIALS AND AVAILABILITY
APPLICABLE SALES TAX NOT INCLUDED UNLESS OTHERWISE NOTATED - AMOUNT BASED ON FINAL INVOICE DATE
ANY IMPLIED WARRANTY AS PER MANUFACTURER'S STANDARD WRITTEN WARRANTY
PAYMENT DUE UPON COMPLETION OF WORK OR AS SPECIFIED ABOVE
Signature:
City Of Laurel
Printed Name.
ROCBQ8572
Date:
Page 2
20(2
�OdE!!r//TGIMER
WORK 6MART'
V°f, GF9`f' L EKPI K7H IIIA. -SIS)
VOCATIONAL
REFUSE SERVICE
FREIGHTLINER'S NEW 114SD: THE BEST SOLUTION TO
YOUR TOUGHEST COLLECTION CHALLENGES.
In the refuse business it's all about reducing cycle times and upping of &deny. To maximize
your profits In a challenging business environment you need the performance and reliability of
FreighUlner's 114SD Sege Duty Refuse Service truck
WNhmultiple PTOoptions,upto450horsepor erardupto1650lb-ftoftorque,thistmckisreadyto
do theheavyliRing. Add In our best -in -class Asibilltyand up to 50 -degree wheel cut and you've got
a truck Flexible enough to martewer the toughest Job sites or the tightest urban collection routes.
And, with our dear -back -of cab chassis, the 114SO Is an easy upfit for equipment manufacturers,
allowing greater flexibility.
Wherhet the application Is manual or automated side -loader, largecapacity rear loader, hook-II(tor roll-
on/roll-off, the 114SD will provide due durability and productivity you need for your business to work
smart Legerdary Freightliner quality, Insightful indumy-sped& Innovations and a comprehensive
warranty all make the 1145D the perfect vehicle to meet your most severe duty needs.
STANDARD FEATURES
• 114' RBC steel rdntaced elunlnun day tffi
• Set-laward front axle position 0 31'
• Strong, durable cab aid hood
• Radiator mauded road In mIor trout grlits with
signature styling
• Front grNb, headlight bezels, engine air Make gilts,
burrpa and primary mirrors trimmed In black
• Halogen axiposim headlights
• Aa rear cab mmnts
OPTIONAL FEATURES
• Set back trait aide pasllkm ® 48'
• BVI-axemed tram 94let with intended gr%surmuut
headlght hazels and agNe ek intake gml s
• Engeto air IntehO pro -clover
• In%VW hent Name oda mart; In 12' and 24" lagtlw
• Large selection of xtwebases wb Names and Name
minfomanenb to mem severe duty needs
• Front ergine, rear alglne and nonsmissimn pow,
Meseta
• Two a Cess batedes mounted under cab to opdn ims
tnrkufcab padughg
• Rage of cyllnddal and iectagilar aluminum
fuel teats
• fmtpn Nrer relaorced aluminon typo 3 cmpmssed
natural gea (rK9 fuel lades wN) apprmWrole mge
of 400 miles depending on apphadmir
• Speer auks Iran 12,00010 22,000 this 0.000 lies
avalkble W. 2011)
• ¬e dive aides from 21,000 to 38,000 be WIN
• Ergonomc Moo darn
• 63' x 14' roar winnow
• lip to 50 -degree Meet cut depending au
wheel equipment
• DD13° angles wpb 350 HP, 1380 In it tape
• Enron- Fuller* 10 -speed maws hanaNssbn
• Frond aide rated at 12,000 be
• Rear axle rated at 40,000 an
• 60 -gallon gIrldrkal fuel tank
• Taaetm drive edea Iran 40,000 to 58,GOO lbs raping
• Grab reforms With ranter Inserts
• Nish, alt lag axles retail horn 8,000 to 22,000 1,
salable In skgle a dual raogrrtatims
• A wide range of Fates° and Alson• hawnlsslow
• Frel kiarAYOnexe and kdlrac- mer su,pawlons
• Hendklao& and Chakners• rear tesperalms
• 643aded retail Wilum Ballon, SMIC11es and
Contims b meet arms: any vogdenel applkalkn
• DO 13 ergke with up b 450HIP, 1650 b -ft torque
• Cumnlns• Sc angina Met up to 350 HP,
1000 113 -ft torque (evrlhblo Or12011)
• C,im ins• 6L entries with up to 380113,
130011-n torpre (avabbb Oct 2011)
• Cummins' Weslpat ISL G Qehnal gas) ague with
UP lo 320 HP, 1000 b -h torque (avallabte One, 2011)
• Frene-mounted boot low devices
• 32 trillion RRM abget hams Fall Oielrble Oct 2011(
t4.W rear W4 ATOMMA' da'Aw la rompelo.sroaecnama ax1 cprlau
FIND A TRUCK FOR YOUR BUSINESS AT FREIGHTLINERTRUCKS.COM/WORKSMART
'uw nu; rss0 RDS, 1100 RD$ 3000 RDS, 3500 RDS
2200 RDS, 2300 RDS, 2350 RDS, 4000 RDS, 4500 RDS, 4700 RDS
2500 RDS, 2550 RDS
Proven Reliability
And Durability
Our customers' ability to perform and produce is directly tied to the vehicles and equipment used to do
the work. Allison transmissions are designed to deliver unrivaled reliability and durability while helping
to protect vehicle driveline. By engineering and manufacturing reliable, fully automatic transmissions and
Propulsion systems, our customers experience reduced downtime and get more work done. That's why
Allison Automatics are the preferred choice for on -/off-highway, rugged duty applications.
Lower Cost Of Operation
When you factor in all life -cycle costs (vehicle purchase price, fuel, tires, preventive maintenance, component
repair, driver wages and retail resale value)—along with the increased productivity—an Allison Automatic -
equipped vehicle costs less per mile to operate than a comparable competitively -equipped vehicle. Calculate the
life -cycle costs and savings for your vehicle using the Allison Advantage Calculator at allisontransmission.com
Heavy Duty Hook Carriage Rollers
On I -Beam Center Rail
Continuous Chain -100 ASA Cham
60,000 Ib. Lifting Capacity
20' and 22' Useable Rail Length
Dual Planetary Gear Drive
Spring Loaded Rear Container Locks
Cushion Action when Hoist in
Down Position
Full Steel Fenders 10 Gauge
Bi -Rotational Hydraulic Pump
Lockable Tool Box
I. C. C. Rear Crash Bar
Hoist Up Alarm
1-800-892-7831
www.solidwastesystems.com
1.Ja11u1at,Lu1Cu oy. M.M. VVUIUIng, mC., Vancouver, Washington
Available Models
AA24-200 24' Overall Length - 22' Useable Rail - 200 AS.
AA22-200 22' Overall Length - 20' Useable Rail - 200 AS.
Chassis Length Requirements
24' System - Minimum C.T. = 195"
22' System - Minimum C.T. = 175"
Add 10" for Auto Tarper System
Standard Features
Type:
Capacity:
System Drive.
Rail Size:
Hook System:
Hoist Cylinder:
Hydraulic Pump:
PTO:
Rear Fenders:
Inside Cab Controls:
Hydraulic Tank:
Container/Box Locks:
Lights:
Tool Box:
Safety Features:
Paint:
Additional Options
Continuous Chain - 200 ASA
60,000 Ib. Chain Pull
Dual Planetary Gear Drive
4" X 10" X .250 Tubing
Heavy Duty Hook Carriage 3" Rollers I-beam Center Rail
Boom Slow -Down - Adjustable for speed
Bi -Rotational
Air Shift PTO
Full Steel Rear Fenders 10 Gauge
Available in Cable, Air or Electric
30 Gal. Capacity — Side Site Gauge
Long Spring Loaded — 46" Useable Travel
4-Stopfrurn/Tail Lights — 2 -Backup Lights/Alarm — LED
18" X 18" X 36" — Lockable
I.C.C. Rear Crash Bar, Hoist Up Alarm / Light and Hoist Safety Stand
Hoist Primed and Painted with Industrial Enamel - Black
Engine Over Speed Pump Protection
Auto Tarper System
Front Hook
Hot Shift PTO or Front Mount Pump
Outside Controls Available in Air or Electric
Shorter Container/ Box Locks 22"
Pintle Hitch
Wet Line Kit
On Board Scales
Lift Axle
Rear Stabilizer
Custom Paint
Manufactured By: A.A. Welding, Inc., Vancouver, Washington
A.A. Welding, Inc.
Standard Warranty
AA Welding, Inc. warrants the equipment covered by this limited warranty to be free from defects in
material and workmanship under normal use, when proper service and maintenance as described in its
operation and maintenance manuals are performed, for a period of 12 months from the date equipment
is placed in service by the first purchaser.
This limited warranty is extended to the original user only and our obligation is limited to repairing or
exchanging any part of the equipment, but not a complete roll off or packer body, provided that, in our
judgment, the part is defective. Such components or parts thereof, shall be repaired or replaced without
cost to the first purchaser for parts, labor, and transportation. Warranty repair or replacement will be
performed by AA Welding, Inc., unless AA Welding approves an approved authorized alternative.
This warranty is void on any AA Welding, Inc. equipment which, in our opinion shows signs of having
been subjected to abuse or misuse, negligence or accident, or having been operated beyond rated
capacity, or equipment that has been repaired, altered, or modified by anyone other than AA Welding,
Inc. or persons expressly authorized by AA Welding, Inc.
AA Welding, Inc. reserves the right to at any time, make changes in the design, material, and
specifications of the equipment and accessories thereof, without thereby becoming obligated to make
similar changes in such equipment or accessories previously manufactured.
AA Welding, Inc. does not assume any liability for loss profits, product, time, or any other direct, indirect
or consequential losses, damages or delays. Other than extension of the warranty under AA Welding,
Inc. extended warranty program, no employee or representative is authorized to change this warranty in
any or grant any other warranty.
End User / Customer Name
Address
Model & Serial Number
Signature Printed Name
Date of Delivery