responder information - iowa department of transportation · pdf filewe certify that we have...

21
Solicitation Response 7/19/2017 Response Due Date Hydraulic Cylinders Location Iowa DOT Purchasing Section, Ames, IA Description Contract Begin Date Contract Completion Date 8/1/2017 3/31/2018 $0.00 Liquidated Damages NA Bid Bond Purchasing Agent Assigned Jean Gustafson E-Mail Address [email protected] Phone 515-239-1173 Fax 515-239-1538 GENERAL INFORMATION This solicitation includes the Solicitation Response cover page, Schedule of Prices, Standard Terms and Conditions, Supplemental terms (if any), Specifications, Plans and Drawings, mailing label and all other information needed to prepare and submit a response to the solicitation. Information in the “Solicitation Response” above must be typed or completed in ink, signed, and returned in a flat style envelope along with any other information required in the solicitation prior to the response due date and time. Please use the furnished mailing label, or label the response as “Iowa Department of Transportation, proposal number and response due date on the outside of the return envelope. Responders may personally deliver, mail, or select a carrier that ensures timely delivery. Faxed or e- mail responses will not be accepted. If required, each response must be accompanied by a bid bond in an accepted form, in the percent amount indicated above. Refer to the Standard Terms and Conditions for the accepted forms in which the bid bond requirement may be fulfilled. Responses without a required bid bond will not be considered for award. If the intended awarded responder fails to enter into a formal contract within fifteen (15) days after award is made for any reason on their part, the bid bond may be retained by the State. The entire contents of this solicitation, Addendums, Schedule of Prices, Specifications, Plans and Drawings, Supplemental Terms and Conditions, Standard Terms and Conditions, shall become part of the contract. We certify that we have not, either directly or indirectly, entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free competition; that no attempt has been made to induce any other person or firm to submit or not to submit a response; that this response has been independently arrived at without collusion with any other responder, competitor, or potential competitor; and that this response has not been knowingly disclosed prior to the opening of responses to any other responder or competitor. We certify that all materials, equipment goods and/or services proposed meet or exceed the specifications and will be supplied in accordance with the entire contents of this solicitation including delivery schedules. We promise to complete the contract within the contract period, or pay any liquidated damages, if stipulated, for each calendar day as set forth in the solicitation documents. Proposal Number 18741 Time 1:00 PM Contact Name E-Mail Address Phone Fax Company Name Federal Tax ID Street Address City State Zip Code Responder agrees to sell goods/services or both at the same prices, terms and condition to any other Iowa state agency, Regent or Political Subdivision upon request. Please check Yes or No. Responder is an Iowa Targeted Small Business? YES YES NO NO Performance Bond (Y/N) N RESPONDER INFORMATION Signed: Date: 1 Page of 1

Upload: trankien

Post on 26-Mar-2018

215 views

Category:

Documents


2 download

TRANSCRIPT

Solicitation Response

7/19/2017Response Due Date

Hydraulic Cylinders

Location

Iowa DOT Purchasing Section, Ames, IA Description

Contract Begin Date Contract Completion Date

8/1/2017 3/31/2018 $0.00 Liquidated Damages

NABid Bond

Purchasing Agent Assigned

Jean Gustafson E-Mail Address

[email protected] Phone

515-239-1173 Fax

515-239-1538

GENERAL INFORMATIONThis solicitation includes the Solicitation Response cover page, Schedule of Prices, Standard Termsand Conditions, Supplemental terms (if any), Specifications, Plans and Drawings, mailing label and allother information needed to prepare and submit a response to the solicitation. Information in the“Solicitation Response” above must be typed or completed in ink, signed, and returned in a flat styleenvelope along with any other information required in the solicitation prior to the response due date andtime. Please use the furnished mailing label, or label the response as “Iowa Department ofTransportation, proposal number and response due date on the outside of the return envelope.Responders may personally deliver, mail, or select a carrier that ensures timely delivery. Faxed or e-mail responses will not be accepted.If required, each response must be accompanied by a bid bond in an accepted form, in the percentamount indicated above. Refer to the Standard Terms and Conditions for the accepted forms in whichthe bid bond requirement may be fulfilled. Responses without a required bid bond will not beconsidered for award. If the intended awarded responder fails to enter into a formal contract withinfifteen (15) days after award is made for any reason on their part, the bid bond may be retained by theState.

The entire contents of this solicitation, Addendums, Schedule of Prices, Specifications, Plans andDrawings, Supplemental Terms and Conditions, Standard Terms and Conditions, shall become part ofthe contract.

We certify that we have not, either directly or indirectly, entered into any agreement or participated in any collusion

or otherwise taken any action in restraint of free competition; that no attempt has been made to induce any other

person or firm to submit or not to submit a response; that this response has been independently arrived at without

collusion with any other responder, competitor, or potential competitor; and that this response has not been

knowingly disclosed prior to the opening of responses to any other responder or competitor.

We certify that all materials, equipment goods and/or services proposed meet or exceed the specificationsand will be supplied in accordance with the entire contents of this solicitation including delivery schedules.We promise to complete the contract within the contract period, or pay any liquidated damages, ifstipulated, for each calendar day as set forth in the solicitation documents.

Proposal Number

18741

Time

1:00 PM

Contact Name E-Mail Address Phone Fax

Company Name Federal Tax ID

Street Address City State Zip Code

Responder agrees to sell goods/services or both at the same prices, terms and condition to anyother Iowa state agency, Regent or Political Subdivision upon request. Please check Yes or No.

Responder is an Iowa Targeted Small Business?

YES YESNO NO

Performance Bond (Y/N)

N

RESPONDER INFORMATION

Signed: Date:

1Page of 1

Schedule Of PricesNumber

Date Required 07/19/2017 1:00 PM18741

Hydraulic Cylinders

FOB Destination/Freight PrepaidAMES, IA 50010Delivery Location

Shipping Terms

Product Availability Days:

Description

Title Vendor

PA Name

Phone

E-Mail

Jean Gustafson

515-239-1173

[email protected]

All items must be bid.

1 Single and Double Acting Cylinders

CYLINDER WING LIFT, SINGLE ACTING, 5" STROKECOATES #HC-108MONROE #05002630OR ALTERNATIVE BRANDS WILL BE EVALUATED PER

ATTACHED SPECIFICATION SHEET.

Stock #: 252-011555

EACH

Comments:

161.1

CYLINDER PLOW REVERSE, DOUBLE ACTING 10"STROKEW/SPOOL ROD END 3 BOREMONROE TRUCK #05002877OR ALTERNATIVE BRANDS WILL BE EVALUATED PERATTACHED SPECIFICATION SHEET.Stock #: 934-042650

EACH

Comments:

1001.2

CYLINDER WING SLIDE DOUBLE ACTING, 27" STROKEMONROE #05002633COATES HC-229OR ALTERNATIVE BRANDS WILL BE EVALUATED PERATTACHED SPECIFICATION SHEET.Stock #: 252-014007

EACH

Comments:

121.3

2 Single Acting Desplacement Rams

CYLINDER PLOW LIFT SINGLE ACTING - 10" STROKEF/MDONE-WAY, 3" DISPLACEMENT RAM 10" STROKE WITHDUAL NPT & ORB PORTSMONROE #05002390OR ALTERNATIVE BRANDS WILL BE EVALUATED PERATTACHED SPECIFICATION SHEET.Stock #: 003-401430

EACH

Comments:

122.1

3 Root Brand Replacment Cylinders

CYLINDER ACTIVATING CURL MONROE #05002840ROOT #06185.570-16 ORB CPLROR ALTERNATIVE BRANDS WILL BE EVALUATED PERATTACHED SPECIFICATION SHEET.Stock #: 003-402185

EACH

Comments:

603.1

4 Monroe Brand Replacement Cylinders

Item Qty Unit Description Part # Unit Price Total Price

1Page of 2

CYLINDER CURL F/MONROE SCRAPER 3.5X10 DA#05003372OR ALTERNATIVE BRANDS WILL BE EVALUATED PERATTACHED SPECIFICATION SHEET.Stock #: 003-500080

EACH

Comments:

124.1

CYLINDER WING RAISE (MONROE REAR MOUNT)05002502OR ALTERNATIVE BRANDS WILL BE EVALUATED PERATTACHED SPECIFICATION SHEET.Stock #: 003-500200

EACH

Comments:

184.2

CYLINDER SLIDE (MONROE REAR MOUNT WING)05002979OR ALTERNATIVE BRANDS WILL BE EVALUATED PERATTACHED SPECIFICATION SHEET.Stock #: 003-500100

EACH

Comments:

164.3

CYLINDER LIFT F/SCRAPER 4X8,DA,NITRIDED#05002791W/4" STOPOR ALTERNATIVE BRANDS WILL BE EVALUATED PERATTACHED SPECIFICATION SHEET.Stock #: 003-500068

EACH

Comments:

84.4

INCLUDING SPECIFICATIONS AND ADDENDUMS.I HEREBY CERTIFY THAT THIS PROPOSAL MEETS OR EXCEEDS THE MINIMUM REQUIREMENT

Signature: Date:

Item Qty Unit Description Part # Unit Price Total Price

2Page of 2

STD TERMS FORM. rev 4-21-17

Page 1

Iowa Department of Transportation Standard Terms and Conditions For

Submission of Quotations, Bids or Proposals

-FORMAL-

Formal is the procurement process required by Iowa law when the estimated, aggregate amount

of the purchase equals or exceeds $50,000.

The entire contents of this solicitation shall become a part of a contract or purchase order. In case of a

discrepancy between the contents of the solicitation documents, the following items listed by descending

order shall prevail:

• Addendums to the solicitation

• Solicitation

• Schedule of Prices

• Specifications

• Plans and Drawings

• Supplemental Terms and Conditions

• Standard Terms and Conditions

(Example - if a statement in the specifications contradicts a statement in the Standard Terms and Conditions, the statement in the specifications shall apply)

Preparation of Solicitation or Bid Response: All responses must clearly address all aspects of the solicitation. Responses must be typed or completed in ink and submitted on the forms supplied by the Iowa DOT.

Responses must be signed and received prior to the opening date and time indicated on the Solicitation Response page or other specified areas throughout the solicitation document. The Responder’s signed R e s p o n s e shall become the official Response to be considered for award.

No email, fax or web link bid Responses will be accepted. Responses must be signed, sealed and delivered in person or by a mail courier that ensures timely delivery.

A. Solicitation 1. Opening: The openings of responses are made public and conducted at the Iowa DOT, Ames

complex unless otherwise specified. Responses received after the time of the opening will be returned unopened and considered non-compliant.

2. Communications: Questions concerning this solicitation should be directed to the purchasing agent listed on the Solicitation Response page. Inquiries can be written, phoned, or faxed. In all cases, written communication will take precedence over verbal communication.

3. Proposal Guaranty: If required, the Solicitation Response page will indicate the fixed percent of the bid security based on the amount of the Bid Response. Security can be supplied in one of the following ways: (1) Certified check or credit union certified share draft, cashier’s check, or bank draft, drawn on a solvent bank or credit union. Certified checks and certified share drafts shall be drawn and endorsed in the amount indicated. Checks or drafts shall be made payable either to the Iowa Department of Transportation (Iowa DOT) or to the bidder. If payable to the bidder, the check or draft shall be endorsed without qualifications to the Iowa DOT by the bidder or an authorized agent. (2) An insurance or surety company may be retained for the purposes of providing a bond as required by the solicitation. If a Bid Bond is chosen as the method of security, the Iowa DOT’s Bid Bond form 131084 must be used and submitted with the solicitation response to be considered for award. No other forms will be accepted.

STD TERMS FORM. rev 4-21-17

Page 2

4. Pricing and Discount: Unit prices shown in the response shall be quoted as the price per unit (e.g., gal., case, each, etc.) as requested in the solicitation. If there is a discrepancy between the unit bid prices, extended price, or total amount of response, the unit prices shall prevail. Unless otherwise indicated, prices shall be firm for the duration of the contract or purchase order. Discounts for early payment are allowed, but not considered in award of the contract.

5. Acceptance/Rejection: The Iowa DOT reserves the right to accept or reject any or all responses and to waive irregularities or technicalities, provided such waiver does not substantially change the offer or provide a competitive advantage to any supplier(s) or provider. The Iowa DOT also reserves the right to accept that response which is deemed to be in the best interests of the state. Any unauthorized changes, additions, or conditional response including any ties to another response or any reservations about accepting an award or entering into a contract, may result in rejection of the response. Responses must remain available for award for thirty (30) days from opening date and time.

6. Results & Disclosure: Tabulation results will be posted on the Iowa DOT website at www.iowadot.gov/purchasing under the Bid Award link referencing the proposal number with an award recommendation indicated. At the conclusion of the selection process, the contents of all received responses will be placed in the public domain and be open to inspection by interested parties, according to state law. Trade secrets or proprietary information that are recognized as such and are protected by law may be withheld if clearly identified as such in the response.

7. Quality of Goods: All material shall be new and of first quality. Items which are used, demonstrators, refurbished, obsolete, seconds, or which have been discontinued are unacceptable without prior written approval by the Iowa DOT.

8. Recycled Content: The Iowa Code encourages purchase of products and materials with

recycled content, including but not limited to paper products, oils, plastic products, compost materials, aggregate, solvents, and rubber products. Recycled items or alternatives must be noted in the Solicitation Response, if known.

9. Shipping Terms: Deliveries shall be F.O.B. Destination unless otherwise specified. All deliveries

shall be accompanied by a packing slip indicating the Supplier, quantities shipped, and the purchase order number(s). All delivery charges shall be included in the response price and paid by the Supplier. No collect C.O.D. deliveries shall be accepted. When entering into a contract, the Supplier shall notify the freight company that all freight and delivery charges are to be prepaid by the Supplier. Goods delivered to the Iowa DOT Distribution Center at 800 Lincoln Way, Ames, IA shall be received between the hours of 7:00 a.m. and 3:00 p.m. on any day except Saturday, Sunday, or a holiday. For deliveries to other Iowa DOT locations, the Supplier may contact the destination location for available times to deliver as not all Iowa DOT locations have the same business hours. The Iowa DOT will not be liable for any freight claims or unpaid freight bills arising from contract or purchase order issues.

B. Award

The binding agreement (award) may be issued in the form a purchase order or contract or both

depending on the requirements and complexity of the agreement.

1. Method of Award: Award shall be made to the responsible, responsive Responder whose Quotation, Bid or Proposal meets the requirements of the solicitation and is the most advantageous to the Iowa DOT. An Iowa company or individual will be given preference over an out-of-state company or individual when responses are equal in all aspects and are tied in price. By virtue of statutory authority preference will be given to products and provisions grown and coal produced within the State of Iowa.

2. Award Protests: Protests of award recommendations are to be addressed to the Director of

Purchasing, and shall be made in accordance with paragraph 761--20.4(6)”e” of the Iowa Administrative Code.

3. Contracts: Successful Contractor(s) may be sent either a formal Contract, Notification of Award

or Purchase Order as confirmation of acceptance and award. Any of these binding agreements shall be for the term stated in the solicitation or on a purchase order and may be renewed for additional period(s) under the same terms and conditions upon mutual agreement as defined. The successful Contractor may not assign a contract to another party without written authorization from the Iowa DOT Purchasing Section. The Iowa DOT may offer a contract extension to the Contractor when a scheduled target date cannot be met.

STD TERMS FORM. rev 4-21-17

Page 3

4. Consumer Price Index (CPI-U): A CPI may be allowed as specified in the terms of the solicitation and at the discretion of the Iowa DOT based on currently posted CPI-U, US City Average, All Items – non seasonally adjusted unless otherwise specified. This applies each of any subsequent renewals, extensions, amendments issued under the contract for the duration of the contract.

5. Payment Terms: The Iowa DOT typically pays properly submitted invoices within thirty (30) days of receipt, providing goods and/or services have been successfully delivered, installed or inspected (if required), and accepted. Invoices presented for payment must be only for quantities received by the Iowa DOT and must reference the purchase order number or contract number to be submitted for processing.

6. Default (Supplier): Failure of the Supplier to adhere to specified delivery schedules or to promptly replace rejected materials shall render the Supplier liable for all costs in excess of the bid price when alternate procurement is necessary. This shall not be the exclusive remedy and the Iowa DOT reserves the right to pursue other remedies available to it by law or under the terms of the binding agreement.

7. Default (Contractor): Failure of a Contractor other than a Supplier to meet any specified project completion deadline shall render the Contractor liable for all costs incurred by the Iowa DOT that were: a) necessary to meet said deadline; or b) necessary to complete said project after said deadline. This shall not be the exclusive remedy and the Iowa DOT reserves the right to pursue other remedies available to it by law or under the terms of the agreement.

C. General

1. Administrative Rules: For additional details on the rules governing the actions of the Iowa DOT Purchasing Section, refer to 761 IAC, Chapter 20, Iowa Administrative Code, entitled “Procurement of Equipment, Materials, Supplies and Services”.

2. Affirmative Action: The Contractor (and also subcontractor, vendor, service provider or supplier) is prohibited from engaging in discriminatory employment practices forbidden by federal and state law, executive orders and rules of the Iowa Department of Management, pertaining to equal employment opportunity and affirmative action. Contractor may be required to have on file a copy of their affirmative action program, containing goal and time specifications. Contractors doing business with Iowa in excess of $5,000 annually and employing 50 or more full time employees may be required to file with the Iowa Department of Management a copy of their affirmative action plan. Failure to fulfill these non-discrimination requirements may cause the contract to be canceled and the contractor declared ineligible for future state contracts or subject to other sanctions as provided by law or rule.

3. Applicable Law: The contract shall be governed under the laws of the State of Iowa. The

contractor shall at all times comply with and observe all federal and state laws, local laws, ordinances, and regulations which are in effect during the period of a contract and which in any manner affect the work or its conduct. Any legal action relating to a contract shall only be commenced in the Story County, Iowa, District Court or the United States District Court for the Southern District of Iowa.

4. Conflict of Interest: No state or county official or employee, elective or appointive shall be

directly or indirectly interested in any contract issued by the Iowa DOT, see Code of Iowa 314.2. 5. Debarment and Vendor Suspension: By submitting a response, the contractor is certifying that

it and its principals and/or subcontractors are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by the State of Iowa or any Federal department or agency.

6. Equal Opportunity: Responders to the solicitation must be an “Equal Opportunity Employer” as defined in the Civil Rights Act of 1964 and in Iowa Executive Order Number Thirty-four.

7. Indemnification-Goods: To the extent the goods are not manufactured in accordance with Iowa DOT’s designs, Supplier shall defend, indemnify and hold harmless Iowa DOT, its assignees, and other users of the goods from and against any claim of infringement of any letters patent, trade names, trademarks, copyright or trade secrets by reason of sale or use of any articles purchased. Iowa DOT shall promptly notify Supplier of any such claim.

8. Infringement: Goods shall be delivered free of the rightful claim of any third party by way of

infringement. Contractor shall indemnify and save harmless the State of Iowa and the Iowa DOT against all claims for infringement of, and/or royalties claimed under, patents or copyrights on materials and equipment furnished under this bid.

9. Iowa Open Records Law: All Solicitation Responses are subject to terms and provisions of Iowa

Code Chapter 22 Examination of Public Records (Open Records), specifically 22.7- Confidential Records.

STD TERMS FORM. rev 4-21-17

Page 4

10. Records Audit: The contractor agrees that the Auditor of the State of Iowa or any authorized representative of the state, and where federal funds are involved, the Comptroller General of the U.S. Government, shall have access to and the right to examine, audit, excerpt, and transcribe any directly pertinent books, documents, papers, and records of the contractor relating to orders, invoices, or payments of a contract or purchase order.

11. Targeted Small Businesses: The Iowa DOT seeks to provide opportunities for women and/or minority small business enterprises. To apply for certification as an Iowa Targeted Small Business, contact the Iowa Department of Inspection and Appeals (515-281-5796). Contractors shall take documented steps to encourage participation from Targeted Small Businesses for the purpose of subcontracting and supplying of goods or services or both.

12. Taxes: Prices quoted shall not include state or federal taxes from which the state is exempt.

Exemption certificates will be furnished upon request. 13. Termination:

• Termination Due to Lack of Funds or Change in Law

The Iowa DOT shall have the right to terminate this Contract without penalty by giving thirty (30) days written notice to the vendor as a result of any of the following:

• Adequate funds are not appropriated or granted to allow the Iowa DOT to operate as required and to fulfill its obligations under contract.

• Funds are de-appropriated or not allocated or if funds needed by the Iowa DOT, at the Iowa DOT’s sole discretion, are insufficient for any reason.

• The Iowa DOT’s authorization to operate is withdrawn or there is a material alteration in the programs administered by the Iowa DOT.

• The Iowa DOT’s duties are substantially modified. Following a 30 day written notice, the Iowa DOT may terminate a binding agreement in whole or in part without the payment of any penalty or incurring any further obligation to the Responder. Following termination upon notice, the Responder shall be entitled to compensation upon submission of invoices and proper proof of claim for goods and services under contract up to and including the date of termination.

Page 1 of 1

Iowa Department of Transportation SUPPLEMENTAL TERMS & CONDITIONS

For Hydraulic Cylinders Proposal No.: 18741

Letting Date: July 19, 2017 Proposal Guarantee Proposal guarantee is not required on this proposal. Additional Information If any additional information is required to properly evaluate the bid, the bidder shall furnish the requested information within three (3) working days after notification from Purchasing. If cylinder has not been purchased from the low bidder previously, specification sheets and a sample will be required. Have specifications ready to send if I would contact you for them. Ties and Reservations No ties and reservations by the bidders are permitted on this proposal.

Approved Brands

Brands listed have been pre-approved by the Iowa DOT. Alternative brands may be bid, but if not previously tested may be subject to testing by the Iowa DOT prior to the award. Contract Award One award will be made for all lines. All items must be bid to be eligible for award. Contract Period The successful bidder will be awarded a contract from August 1, 2017-March 31, 2018. Contract Quantities The Iowa DOT will make an initial purchase order after award of this proposal at the following quantities. Line 1.1- qty.8 Line 1.2- qty. 20 Line 1.3- qty. 4 Line 2.1- qty. 4 Line 3.1- qty. 15 Line 4.1- qty. 6 Line 4.2- qty. 6 Line 4.3- qty. 10 Line 4.4- qty. 4

Remaining quantities will be ordered as needed throughout the contract period. Estimated quantity is based on previous purchases. It is understood that the Iowa DOT considers this only a best estimate of requirements and makes no firm quantity commitment. Purchase Orders Purchase orders will be issued for items as needed throughout the contract period. Delivery Location Material shall be delivered to the Iowa Department of Transportation, Distribution Center, Receiving Department, 800 Lincoln Way, Ames, Iowa 50010. Delivery Requirements Delivery shall be no later than thirty (30) calendar days after receipt of order. Invoicing & Packing List Each Packing list and invoice must reflect only the merchandise relating to one purchase order. Multiple orders may be shipped together but each order requires individual invoicing and packing list stating purchase order number. Price Adjustment Prices shall be held firm for the contract period. Political Subdivisions The successful bidder for this proposal may provide units ordered by other political subdivisions of the State of Iowa with delivery times and additional transportation costs as applicable. Each political subdivision ordering units on this proposal will issue their respective purchase orders. Invoicing will be as requested by ordering subdivision.

Spec. No. Ram12-0612 Page 1 of 12

IOWA DEPARTMENT OF TRANSPORTATION

EQUIPMENT SERVICES

SPECIFICATIONS

for

HYDRAULIC CYLINDERS & RAMS

The following specifications and dimensions shall apply to the purchase of hydraulic cylinders

and rams for the Iowa Department of Transportation, statewide warehouse. Cylinders will

primarily be used on snow removal trucks and equipment. These cylinders will be subject to

severe shock loads from snow plowing and ice scraping operations. Successful vendor should

be well versed in supplying components to this industry. All components must be designed for a

3,000-PSI system working pressure.

To be considered by the Department, proposed units shall meet the following minimum

specifications. All items to be bid differently than requested in the specifications will require the

review and approval of Equipment Services before they will be accepted. See “Supplemental

Terms and Conditions” under “Alternatives or Exceptions” in the bid proposal for more details.

Please include all literature and technical data needed to support such a request.

Components used in the manufacturing of these cylinders and rams shall meet the following

minimum requirements:

1. Steel Tubing, ASTM A513, Type-5

A. (DOM) welded and drawn over mandrel, stress relief annealed.

B. Grade (UNS G10260) 1026; Class DOM-SRA

C. Inside diameter shall be honed to a micro finish of 10-20 RMS.

D. Tubing bore shall be smooth throughout; end shall be internally chamfered to allow

easy non-damaging insertion of the piston seal and gland.

2. Piston Rod Shafting, ASTM A311-B

A. Rod shall be solid cold drawn bar, heavy draft stress relieved.

B. All rods shall be solid with the exception of the 3-inch and 4-inch snow plow lift

displacement rams. These rams shall meet the requirements of sections 1, A and B.

Three (3) inch tube shall have a 3/16-inch wall thickness; four (4) inch tube shall

have a 1/4-inch (minimum) wall thickness.

C. Grade C1045/1050 rod with minimum yield strength of 100,000-PSI and 8%

elongation for steel shafting between 1 and 2-inches; 75,000-PSI for 2-1/4 inch and

larger shaft.

D. Shafting shall be ground and polished and then chrome plated with a minimum

chrome thickness of 0.001-inch per side at a Rockwell Hardness (Rc) of 68 to 72.

Chrome shall polish to a micro finish of 16 RMS.

Spec. No. Ram12-0612 Page 2 of 12

E. Shafting tolerances, OD: 1-Inch to 1-1/2 Inches - +0.000 to - 0.001-Inches

2-Inch Rod - +0.000 to 0.0015-Inches

2-1/2 Inch Rod - +0.000 to -0.002-Inches

3-Inch to 4-Inch Tubing - +0.000 to 0.003-Inches

F. Chrome shaft shall be certified as rust resistant, passing the ASTM B117 36-hour

salt spray test with no visible rusting.

G. Shaft shall be turned down to no less than 1-inch diameter for piston attachment.

Piston shall be attached to the rod with a minimum 1-inch, self-locking nut or

approved equal design.

H. Upon request, vendor shall immediately make available to the Department all mill,

plating and salt spray test certification sheets. Failure to supply documentation upon

request will result in the immediate cancellation of all contracts and purchase orders.

3. Rod End-Cap/Gland

A. Aluminum or brass end cap (glands) on the rod end of the cylinder. End cap shall

thread onto or into the tube. Threads shall be liberally coated with anti-seize when

assembled.

B. All cylinders will require positive locks for gland nuts and gland nut rod packing (lock

wire or retaining rings types will not be acceptable). If set screws are used, a

minimum size of 5/16-inch will be required.

4. Seals

A. Piston Seal: Unless otherwise stated, piston seals shall be Standard PolyPak with

O-ring style spring backer, moly coated (Parker Standard molythane gray PolyPak)

or 2-ring capped t-seal design (Verco Capped T-Seal). O-ring, Uni-ring, and/or M-

seal configurations are not acceptable.

B. Piston Rod Seal: Unless otherwise stated, piston rod seal shall be Standard

PolyPak with O-ring style spring backer, moly coated (Parker standard molythane

gray PolyPak) or symmetrical loaded U-cup w/B-lip (Verco). O-ring, Uni-ring and /or

M-seal configurations are not acceptable.

C. Gland Seal: O-ring with backer. O-rings to be a minimum of 70 durometer hardness

Nitrile compound.

D. Rod Wiper: Snap-in, one piece (Parker type D or approved equal) installed in the

rod end cap.

E. Specialty requirements may require other seals. Those requirements will be called

out as needed.

5. Ports

A. Ports shall be as listed below unless specifically stated otherwise in the cylinder

“Item” section.

B. All ports shall be welded onto the cylinder body. Straight thread o-ring boss (ORB)

ports shall have a maximum height of 9/16-inch above the cylinder wall. These will

Spec. No. Ram12-0612 Page 3 of 12

be identified by their dash size. Tapered thread (NPT) pope ports shall be standard

height half couplers, called out by their inch size.

C. Single acting cylinders shall have a -6 ORB “A” (extend) port and a 3/8-inch NPT “B”

(vent) port. The “B” port shall have a 90o elbow with compressed brass wire breather

for venting rod side of piston. Elbow shall be aimed at the “A” port.

D. Double acting cylinders shall have -6 ORB ports for both “A” and “B” ports.

6. Cylinder Attaching Points and Drawing Explanations

A. Cylinders and rams, unless otherwise specifically stated, will attach with 1-inch, solid

steel pins. Pin holes in the attaching points shall be 1-1/32 inch diameter unless

stated otherwise. All attaching point dimensions shall have a tolerance of + 1/64-

inch.

B. Drawing-1 – Basic cylinder with reference letters that correspond to the following

cylinder requirements.

C. Drawing-2 – Rod shall be bored to accept an attaching pin. Hole shall be slightly

chamfered to remove sharp edges.

D. Drawing-3 – Cap end attaching point shall be constructed from a solid piece of steel

with a 1-1/4 inch radius from the pin centerline.

E. Drawing-4 – Rod-end eyelet shall be 1/2-inch wall, mechanical tubing. End of piston

rod shall be chamfered back 3/16-inch at a 45o angle for better weld penetration.

Tubing shall be welded, 100% all around to the rod end. If weld protrudes above the

flat sides of the tubing, it shall be ground or machined off flush.

F. Drawing-5 – Cap end eyelet shall be mechanical tubing securely welded along both

sides to the end cap with multiple weld passes.

G. Drawing-6 – Rod end shall be milled flat on opposite sides, back a minimum of 3/4-

inch. Pin attaching point shall be flat steel plates, welded to the milled areas.

Dimension between end of rod and centerline of pin hole shall be 1-1/2 inches.

H. Drawing-7 – Pin attaching point shall be flat steel plate (s) welded to the end cap.

I. Drawing-8 – Trunnion mounting point is a cast and machined end cap housing

welded to the cylinder barrel. Gland is machined to be flush in trunnion rod end.

J. Drawing-9 – Trunnion attaching ring shall be a solid piece of mechanical tubing

pressed onto the outside of the cylinder barrel and fully welded all around on both

ends. Before installation, both sides of the trunnion mount shall be pressed into

appropriately sized holes, in this ring and fully welded all around the outside AND

plug welded from the inside.

7. Cylinder Painting

A. All ports shall be plugged with the exception of the vent ports on single acting

cylinders. Vent ports shall be covered with a plastic cap.

B. Cylinders shall be completely cleaned and primed with a rust inhibitive primer sealer.

C. Primed cylinder shall be completely painted with Omaha Orange paint (International

Harvester #0311).

Spec. No. Ram12-0612 Page 4 of 12

8. Cylinder Dimensions

The following letters and descriptions (A thru I) corresponds to the indicated item on the

Page-4 and 6, drawings 1, 8 and 9. They also correspond to the description of each stock

number item to be purchased.

A. Inside diameter bore.

B. Retracted length on pin centerlines.

C. Extended length on pin centerlines.

D. Piston rod diameter.

E. Pin attaching point on rod end.

F. Pin attaching point on cap end.

G. Clearance between pin centerline and rod end, end cap.

H. Clearance between pin centerline and cap end, end cap.

I. Location of “A” and “B” ports in relation to the attaching points.

Drawings 2 through 9 also detail the attaching points and port locations.

Drawing-1

Retract Port "B" Extend Port "A"

Radius of

1-1/4 Inches

D A

B

C

F

G H

I

E

Spec. No. Ram12-0612 Page 5 of 12

Drawing-2 Drawing-3

Drawing-4 Drawing-5

Drawing-6 Drawing-7

Spec. No. Ram12-0612 Page 6 of 12

Drawing-8

II

C

B

G

E D

10"

2"

5"1/2"

Drawing-9

I I

E G

B

C

1-1/4"

1"

7-3/8"

Spec. No. Ram12-0612 Page 7 of 12

GROUP-1 – SINGLE AND DOUBLE ACTING CYLINDERS

ITEM-1.1 – DOT Stk. #252-011555 – Wing Lift: Single Acting, 5-Inch Stroke

A. Bore: 3-inches.

B. Retracted: 14-inches.

C. Extended: 19-inches.

D. Piston Rod Diameter: 1-1/2 inches.

E. Rod End Pin Attachment (Drawing-4): 1/2-inch wall, mechanical tubing, 2-inches long.

F. Cap End Pin Attachment (Drawing-5): 1/2-inch wall, mechanical tubing, 7-inches long.

G. Pin Centerline to Rod End, End Cap Clearance: 2-1/4 inches.

H. Pin Centerline to Cap End Clearance: 1-inch.

I. Ports: “A” and “B” In-Line with Attaching Pin at Cap End: “B” port with 90-degree elbow

and air vent aimed at the “A” port.

ITEM-1.2 – DOT Stk. #934-042650 – Plow Reverse: Double Acting, 10-Inch Stroke

A. Bore: 3-inches.

B. Retracted: 18-1/2 inches.

C. Extended: 28-1/2 inches.

D. Piston Rode Diameter: 1-1/2 inches.

E. Rod End Pin Attachment (Drawing-4): 1/2-inch wall mechanical tubing, 1-1/2 inches

long.

F. Cap End Pin Attachment (Drawing-3): solid steel block, 1-1/2 inches thick x 2-1/2 inches

tall x 2-1/4 inches long, rounded to 1-1/4 inches radius from pin centerline.

G. Pin Centerline to Rod End, End Cap: 1-1/2 inches.

H. Pin Centerline to Cap End, End Cap: 1-inch.

I. Ports: “A” and “B” ports at 90-degrees from cap end pin.

ITEM-1.3 – DOT Stk. #252-014007 – Wing Slide: Double Acting, 27-Inch Stroke.

A. Bore: 3-inches.

B. Retracted: 36-1/4 inches.

C. Extended: 63-1/4 inches.

D. Piston Rod Diameter: 1-1/2 inches.

E. Rod End Pin Attachment (Drawing-4): 1/2-inch wall mechanical tubing, 2-inches long.

F. Cap End Pin Attachment (Drawing-3): solid steel block, 1-1/2 inches thick x 2-1/2 inches

tall x 2-3/4 inches long rounded to 1-1/4 inches radius from centerline.

G. Pin Centerline to Rod End, End Cap Clearance: 1-1/2 inches.

H. Pin Centerline to Cap End, End Cap Clearance: 1-1/2 inches.

I. Ports: “A” and “B” in-line with attachment pin at cap end. Ports must not extend more

than 1/2-inch above the outside diameter of the cylinder barrel.

Spec. No. Ram12-0612 Page 8 of 12

GROUP-2 – SINGLE ACTING DISPLACEMENT RAMS

ITEM-2.1 – DOT Stk. #003-401430 Plow Lift – 3.13-Inch Bore, 10-Inch Stroke

A. Bore: 3.13-inches, 3-1/2 inch barrel outside diameter.

B. Retracted: 19-inches.

C. Extended: 29-inches.

D. Piston Rod Diameter: 3-inch, tubular rod capped on both ends.

E. Rod End Pin Attachment (Drawing-3): Solid steel, 3-inch round rod end cap welded to

tubular rod. Milled to 1-1/2 inch thickness back 2-3/8 inches.

F. Cap End Pin Attachment (Drawing-3): Solid steel, 3-1/2 inch round barrel end cap

welded to the barrel tube. Milled to 1-1/2 inch thickness, 2-1/8 inches back.

G. Pin centerline to end of 1-1/2 inch thickness milling on rod-end: 1-1/2 inches.

H. Pin centerline to end of 1-1/2 inch milling thickness on butt-end: 1-1/4 inches.

I. Ports: SPECIAL – Two (2) ports shall be machined into the cap end, end cap. One (1)

shall be 3/8-inch, NPT, directly across from this NPT port shall be a -8 ORB port. Both

ports shall be plugged with a pressure rated; steel plug allowing the user to select

whichever port type is desired. Both ports shall be in-line with the cap end pin.

J. Gland Nut and Packing: SPECIAL – Gland packing in this displacement ram shall be a

fabric, reinforced “V” stack, neoprene, chevron style with a minimum height of 1-inch and

a minimum 0.3125 cross section. Packing shall be protected by a heavy duty backup

ring. Packing shall be adjustable by a solid brass gland nut, threaded into the steel

barrel.

K. Rated Burst Pressure: Minimum of 6,000 PSI.

GROUP-3 – ROOT BRAND REPLACEMENT CYLINDERS

ITEM-3.1 – DOT Stk. # 003-402185 – Curl Cylinder f/Root I66 Underbody Snow Plow: Double

Acting, 4-Inch Stroke, Root 06185.

A. Bore: 3-inches.

B. Retracted: 4.38-inches.

C. Extended: 8.38-inches.

D. Piston Rod Diameter: 1-1/2 inches only.

E. Rod End Pin Attachment (Drawing-4): 1/2-inch wall, mechanical tubing, 1-3/4 inches

long.

F. Cap End Pin Attachment (Drawing-8): Root trunnion mount system with 1-1/2 inch

trunnion pins.

G. Pin centerline to rod-end end cap clearance: 1-1/4 inches.

H. Trunnion centerline to rod-end pin centerline: 4.38-inches.

I. Ports: A and B at 90-degrees to trunnion pins.

J. Seals: Root standard seals are acceptable. If aftermarket seals are used, Department

seal specifications must be followed.

Spec. No. Ram12-0612 Page 9 of 12

GROUP-4 – MONROE BRAND REPLACEMENT CYLINDERS

ITEM-4.1 – DOT Stk. # 003-500080 (Monroe number 05002821) – 3.5 x 10 Curl Cylinder

(Drawing-10)

A. Bore: 3.5-Inches

B. Retracted: 19-1/4 Inches

C. Extended: 29-1/4 Inches

D. Piston Rod Diameter: 2-Inches

E. Rod End, Pin Attachment Height: 2-1/4 Inches

F. Rod End, Pin Attachment Width: 1-3/4 Inches

G. Cap End, Pin Attachment Height: N/A

H. Cap End, Pin Attachment Width: N/A

I. Rod End, Pin Centerline: 2-5/16 Inches

J. Cap End, Pin Centerline: N/A

K. Ports: 3/8-Inch NPT

Drawing-10

2-1/4"

2-5/16"

5/8"

3-7/8"

1/2"

13-1/4"2-1/2"

3/8" Gap

*

16-3/4"

29-1/4"

19-1/4"

* 3/8" NPT Ports

1"

2-3/8"

2"

F

5.625"

3.875"

.875"

*

* K

*

Outter Ring

Outer RingDimensions

Spec. No. Ram12-0612 Page 10 of 12

ITEM-4.2 – DOT Stk. # 003-500200 (Monroe number 05002502) – Rear Mount Wing Raise

Cylinder (Drawing-11)

A. Bore: 3-Inches

B. Retracted:19-1/2 Inches

C. Extended: 29-1/2 Inches

D. Piston Rod Diameter: 1-1/2 Inches

E. Rod End, Pin Attachment Height: 2-Inches

F. Rod End, Pin Attachment Width: 1-1/8 Inches

G. Cap End, Pin Attachment Height: 2-Inches

H. Cap End, Pin Attachment Width: 1-1/8 Inches

I. Rod End, Pin Centerline: 2-7/8 Inches

J. Cap End, Pin Centerline: 1-3/4 Inches

K. Ports: -12 ORP

Drawing-11

2" 1"

2-1/8"11-7/8"

2-13/16"

2-1/8"

15"

1" 1"

2-3/4"

-12 ORB Ports

A

B

C

D

E

F

G

H

I J

*K

**

* *

Spec. No. Ram12-0612 Page 11 of 12

ITEM-4.3 – DOT Stk. # 003-500100 (Monroe number 05002501) – Rear Mount Wing Slide

Cylinder (Drawing-12)

A. Bore: 4-Inches

B. Retracted: 20-3/4 Inches

C. Extended: 32-5/8 Inches

D. Piston Rod Diameter: 2-Inches

E. Rod End, Pin Attachment Height: 2-1/4 Inches

F. Rod End, Pin Attachment Width: 4-3/8 Inches

G. Cap End, Pin Attachment Height: 2-1/4 Inches

H. Cap End, Pin Attachment Width: 1-3/8 Inches

I. Rod End, Pin Centerline: 1-5/8 Inches

J. Cap End, Pin Centerline: 2-Inches

K. Ports: -12 ORP

Drawing-12

1-1/4"

13-3/4"

20-1/2"

-12 ORB Ports

2-1/4"

1"

3-1/8"

A

B

C

D

E

F

G

H

I J

* K

*

* *

*

Spec. No. Ram12-0612 Page 12 of 12

ITEM-4.4 – DOT Stk. # 003-500068 (Monroe number 05002791) – Ice Blade Lift Cylinder

(Drawing-13)

A. Bore: 4-Inches

B. Retracted: 18-7/8 Inches

C. Extended: 22-3/4 Inches

D. Piston Rod Diameter: 2-Inches

E. Rod End, Pin Attachment Height: 3-Inches

F. Rod End, Pin Attachment Width: 1-7/8 Inches

G. Cap End, Pin Attachment Height: 2-1/4 Inches

H. Cap End, Pin Attachment Width: 5-1/2 Inches

I. Rod End, Pin Centerline: 4-11/16 Inches

J. Cap End, Pin Centerline: 1-1/8 Inches

K. Ports: -12 ORB

Drawing-13

2-1/8" 1-1/2"

9-1/2"

3-3/8"

13"

-12 ORB Ports

1-1/4" 1-1/4"

A

B

C

D

E

F

G

H

I J

K*

* *

* *

Bidder _________________________

_______________________________

_______________________________

_______________________________

SEALED BID

PROPOSAL NO:PROPOSAL DESCRIPTION:

LETTING DATE:18741Hydraulic Cylinders

July 1 9, 2017

Iowa Department of TransportationPURCHASING - SEALED BID PROPOSAL800 Lincoln WayAmes, IA 50010