REQUEST FOR PROPOSAL FOR 4 WIRELESS MOBILE COLUMN LIFTS
May 31, 2016
Ellis County is requesting proposals for consideration of purchasing four new wireless mobile column lifts. Purchase will be determined upon review of all available criteria, including but not limited to price, resale value, estimated operational cost, warranty, suitability for intended use, and other information as may be considered by Ellis County to be in the best interest of the County. Any vendor or interested party with concerns or questions regarding the purchasing procedure must contact Ellis County Public Works no later that 5 days prior to proposal deadline. Ellis County reserves the right to reject any or all proposals or limit the number and type of purchases, or waive technicalities, reserves the right to wave any irregularity in the bid process and purchase the equipment considered to be in the best interest of the County. All interested vendors shall submit proposals as per the following specifications;
1) Wireless mobile column lifts shall be quoted using Proposal Form “WMCL”, detailing outright purchase price, warranty cost and delivery date. Exceptions to bid proposal or specifications must be noted and explained on Exception Form "E". Vendor failure to correctly note bid or technical exceptions may result in rejection of vendor’s proposal. A bid Proposal Form “LVA” shall be submitted for the optional purchase of two light vehicle adapters as per specifications on Proposal Form “LVA”. All costs shall be quoted F.O.B. Hays, Kansas.
3) Proposal shall list all standard warranties. Vendors will be responsible for all costs to correct failures that are not caused, contributed, or preventable by Ellis County Public Works. Vendor will be responsible to provide machine maintenance instruction upon mobile column lifts delivery to help ensure Ellis County staff is adequately trained to provide scheduled maintenance and periodical adjustments. Copies of all
warranties detailing the coverages are to be attached to the bid proposal. Alternative warranties must be explained and detailed on Exception Form "E".
4)Proposal shall include supporting literature and documentation or information detailing mobile column lifts.
5)Proposal shall indicate current production model year, series, and delivery.
6)Proposal shall meet all technical and submittal specifications as indicated on attached pages:
SUBMITTAL
All proposals shall be submitted by mail to;
Ellis County Public Works
Attn. Mark Polifka, Shop Foreman
1195 280th Ave.
P.O. Box 691
Hays, KS 67601
or may be hand delivered to;
Ellis County Public Works
Attn. Mark Polifka, Shop Foreman
1195 280th Ave.
Hays, KS 67601
All proposals must be received no later than 4:00 p.m., Monday, June 13th, 2016 at the Ellis County Public Works office in Hays, Kansas, at which time and place all properly received proposals will be publicly opened and read aloud. All bidders are encouraged to be present for the proposal opening.
Specifications are not intended to dissuade any vendor from submittal. Any exception or deviation from specifications and proposal requirements must be clearly noted and explained on Exception Form "E.” This deviation may or may not affect final purchase decision.
WIRELESS MOBILE COLUMN LIFT SPECIFICATIONS AS FOLLOWS:
WIRELESS MOBILE COLUMN LIFT TECHNICAL SPECIFICATIONS
CURRENT PRODUCTION MODEL AND SERIES
Wireless mobile column lifts shall be a heavy duty battery operated mobile lifting system with wireless communication, consisting of four (4) columns, which are capable of lifting 15,000 pounds per column or up to 60,000 lbs. per set. Each lifting column shall be mobile and easily positioned to the tires/wheels of the vehicle for lifting.
The Mobile Lifting System shall be ALI/ETL certified.
The lifting system specified shall provide a factory-direct or a company certified service technician to setup the equipment and for repair and maintenance of the mobile column lifts.
Each post shall be NRTL listed electrically, stucturally, and bear the ALI/ETL label of compliance.
The mobile lifting system will be the standard product of the manufacturer and will be of heavy-duty quality, intended for continuous use. It is intended that the subject, all components and accessories shall be a commercially available product of the manufacturer or his suppliers. It shall be of the manufacturer’s current design and carried in stock or can be produced in a reasonable period of time.
The support base shall be mobile; complete with casters both rigid and swivel casters shall be provided.
A hydraulic jack shall be mounted on the steering end and shall be capable of raising the base above the floor approxiamately 4 inches to provide adequate clearance when moving lifts over uneven surfaces. The hydraulic jack shall have a built-in by-pass safety valve that provides for self-lowering if weight is applied to the steering mechanism is still in the raised position. A handle shall be attached to the steering mechanism and be spring-loaded to the vertical position.
The four column mobile lifting system must have the capacity and attachment to engage small sized tires as well.
Using any 2 columns and the front and rear light truck adapters, this system must be able to raise smaller type vehicles and trailers from the frame engaging points front and rear. This will leave the wheels and tires free for maintenance. The light truck adapter will be an optional bid on the bid sheet.
Each electrical motor shall be explosion proof and a minimum of 2 hp. The motor shall be equipped with a spring-loaded brake. This mechanism elimates the need to engage a manual locking mechanism while working on the vehicle. The brake shall have a means for attaching a handle, which allows manual release of the brake for lowering of the lift should an electrical failure occurs. The motor shall be sealed and self-lubricated.
A redundant mechanical safety device shall be provided.
A proximity switch shall be provided which automatically stops operation of all lifting posts when mechanical safety lock engages or if an obstacle comes in contact with the lifting carriage during decent.
All wiring shall be labeled with numbers or colors corresponding to it on electrical schematic to assist in troubleshooting. All switches shall be watertight to prevent the entry of moisture.
Lifting column controls shall be mounted in a watertight enclosure. All up and down switches must be dead-man type, requiring constant pressure by an operator to raise or lower. When a safety device has been activated the display shall be capable of showing the user an error code to assist the user in determining cause of shutdown.
One no contact proximity switch per column shall ensure stopping of unit when carriages have reached their top position. The same switch shall ensure synchronization between all columns in lifting system. If an obstruction blocks the lifting carriage from lowering, the proximity switch will shut the entire system off.
A no-contact proximity switch shall be provided that detects the up and down movement of the lift carriage. If the lifting carriage moves up or down faster or slower than other lifting posts by preset limit, this proximity switch shall momentarily stop the applicable column(s) and sychronize the colums during operation.
The lifts shall be free to move without any restriction from communication cables. The wireless systems shall allow for up to eight columns to be selected as one communication channel.
Each lift system shall have a minimum of 10 communication channels that will allow for multiple sets of battery powered wireless mobile column lifts to be operated at the same time close to one-another without interference.
Wireless communication will have an automatic frequency control to insure that once the communication was established for a set of lifts, no other unit will interfere with the initial communication will automatically select another channel.
The lifts will communicate on an ISM band that will allow fo a digital narrow-band channel filtering for precise and safe operation.
For secure communication, the wireless system needs to be certified to Level SIL 2 according to IEC 61508 Standards for Secure Data Transfer, in order to avoid interference with any type of radio communication equipment.
Each column shall be powered by four deep cycle sealed batteries 12VDC combined to provide stable 24 or 48 VDC. Batteries shall be readily available and nationally distriubuted for ease of replacement. The 24 or 48 VDC on board power supply shall incorporate a built in recharching system. The battery charger should be self contained and standard 110V outlets shall be sufficient to use for charging the batteries. The battery charger shall be able to charge batteries without overcharging.
Battery enclosure shall be located behind lifting column and shall provide for easy access to all batteries at ground level.
The main power shall be fused between the primary power switch and the motor/control circuits to protect against overload.
When fully charged, the on board battery power system shall be capable of approxiamately 25 lifting/lowering cycles at full capacity.
The mobile column lifts shall have an operators, parts and maintenance manual.
Supplier or manufacturer of equipment shall provide operator and maintenance training upon delivery of equipment.
Mobile supports stands: Quantity of 4
• The support stands shall have a minimum capacity of 16,000 pounds with a cradle pad
• The stand shall have a threaded head allowing the mounting pad to make direct contact with the vehicle frame
• The support stands shall be approxiamately 51-78” height which is adjustable in stepped increments of 2” per step.
• A steel quick release pin shall be furnished.
• Each stand shall be equipped with a spring for assisting in the height adjustments and shall have (2) wheels and a handle for easy maneuvering and placement of stand(s).
Each mobile column lift shall have small wheel adapters. Each adapter shall be made to slide over the current lifting fork of the lift system providing a reduction in the opening between the lifting forks on individual columns. This reduction allows for vehicles with smaller tire diameter to be raised.
PROPOSAL FORM "WMCL" COST
VENDOR NAME: _________________________________________________
4 MOBILE COLUMN LIFTS: ________________________________________
SERIES/MODEL/YEAR: ___________________________________________
OUTRIGHT PURCHASE PRICE
(F.O.B. Hays): ______________________________________________
NET BID (BALANCE): ____________________________________________
DELIVERY: _____________________________________________________
WARRANTY (Note any associated costs)(Indicate "NA" if unable to
provide)(List significant details):
STANDARD
________________________________________________________________
________________________________________________________________
-----------------------------------------------------------------------------------------------------------
EXTENDED WARRANTY OPTIONS: Provide any extended warranties and associated costs:
________________________________________________________________
________________________________________________________________
________________________________________________________________
By submitting this bid, the Vendor agrees to all terms set forth herein and will provide the specified equipment at the BID stated herein.
VENDOR: ________________________________________________
AUTHORIZED SIGNATURE:_____________________________________
TITLE: _________________________________________________
DATE: ________________________________________
NOTE: ELLIS COUNTY RESERVES THE RIGHT TO REJECT ANY OR ALL PROPOSALS OR WAIVE TECHNICALITIES AND PURCHASE THE EQUIPMENT THAT IS DETERMINED TO BE IN THE BEST INTEREST OF THE COUNTY.
OPTIONAL PROPOSAL FORM "LVA" COST
VENDOR NAME:____________________________________________________
MODEL, SERIES AND YEAR:_________________________________________
(LIGHT VEHICLE ADAPTERS)
OUTRIGHT PURCHASE PRICE :_______________________________________
(LIGHT VEHICLE ADAPTERS)
WARRANTY:_______________________________________________________
DELIVERY: ______________________________________________________
LIGHT VEHICLE ADAPTER SPECIFICATIONS
Two light vehicle adapters shall be bid as an option. Each support pad shall have a threaded piece for fine adjustment to allow the operator easy and accurate adjustment of each individual support point. Each support pad shall allow the usage of different height adapters in 2” increments. The support pad structure shall allow the usage of differently shaped support pads, such as a fork pad or a round adapter pad.
By submitting this bid, the Vendor agrees to all terms set forth herein and will provide the specified equipment at the BID stated herein.
VENDOR: ___________________________________________________
AUTHORIZED SIGNATURE: _____________________________________
TITLE: ____________________________________________________
DATE: _____________________________________________________
NOTE: ELLIS COUNTY RESERVES THE RIGHT TO REJECT ANY OR ALL
PROPOSALS OR WAIVE TECHNICALITIES AND PURCHASE THE EQUIPMENT THAT IS DETERMINED TO BE IN THE BEST INTEREST OF THE COUNTY.
EXCEPTION FORM “E”
EXCEPTIONS: _____________________________________________________________________ __________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
Each vendor assumes all responsibility in obtaining all information required for submission of proposals and acquainting themselves with submission procedures. In presenting said proposal, vendor acknowledges acceptance of said responsibility. All proposals shall be binding upon the vendor for 30 days following opening. All proposals must be clearly identified and descriptive. Prices must not be noted on supporting literature. Proposals determined to not comply with submission criteria may be rejected.
All proposals shall be submitted F.O.B. Ellis County Public Works facility.
All practices, materials, supplies, and equipment shall comply with the Federal Occupational Safety and Health Act, as well as any pertinent and applicable federal, state, and/or local safety or environmental regulations.
All contractual agreements shall be subject to, and governed by and construed according to the laws of the State of Kansas.
In submitting this proposal, the vendor declares that he/she is the only person interested in the said proposal; that it is made without any connection with any person or persons making another proposal for the same contract; that the proposal is in all respects fair and without collusion, fraud, or misrepresentation, and that he/she is qualified and authorized to make said proposal.
HOLD HARMLESS: The vendor agrees to protect, defend, indemnify and hold the Board of County Commissioners, it's officers, employees, and agents, free and harmless from and against any and all losses, penalties, damages, settlements, costs, charges, professional fees or other expenses or liabilities of every kind and character arising out of or relating to any and all claims, liens, demands, obligation, actions, proceedings or causes of action of every kind and character in connection with or arising directly or indirectly out of this agreement and/or performance thereof.
Without limiting the generality of the foregoing, all such claims, etc., relating to personal injury, infringement of any patent, trademark, copyright, or application for any thereof, or of any other tangible or intangible personal or property right, or actual or alleged violation of any applicable statute, ordinance, administrative order, rule or regulation, or decree of any court, shall be included in the indemnity hereunder. The vendor further agrees to investigate, handle, respond to, provide defense for and defend any such claims, etc., at his/her sole expense and agrees to bear all other costs and expenses related thereto, even if such claim is groundless, false or fraudulent.