Request for Proposal. Articulated Loader

Similar documents
Request for Proposal Motor Grader January 26, 2015

Request for Proposal Snow Blower October 12, 2015

Request for Proposal Used Motor Grader May 12, 2017

City of Fargo Request for Proposal

Request for Proposal Sign Truck & Crane August 11, 2014

Request for Proposal Crime Scene Investigation Truck August 23, 2012

Request for Proposal. Rear Load Refuse Truck

Request for Proposal. Landfill Compactor

SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK

City of Fargo Request for Proposal

Destin Beach Safety ATVs, UTV, and Waverunner

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department

DEPARTMENT OF PUBLIC WORKS WHITMAN COUNTY COLFAX, WASHINGTON Bid for One (1) New Diesel Powered Articulated Four Wheel Drive Loader & Trade

145 HP, FRONT WHEEL ASSIST TRACTOR 3/17/15 Page 1. Mountrail County Road and Bridge SPECIFICATIONS FOR

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M.

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

TENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4

THE TOWN OF CLARENVILLE PUBLIC WORKS DEPARTMENT. Tender Specification # For Purchase of One (1), New Wheel Loader with Snow Blades

NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN

ONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.

BID SPECIFICATIONS FOR 3 CY WHEEL LOADER JD 544K $148, (INCLUDING OPTIONS) TIER 4

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4

FLEET SERVICES. Road Grader Tender. Competition #FLE Company

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

THREE (3) NEW 2018 SIX WHEEL DRIVE MOTOR GRADER WITH LIFT GROUP, REAR-RIPPER/SCARIFIER, AND SNOW WING.

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

CITY OF ELKO, NEVADA REQUIREMENTS, SPECIFICATIONS AND CONTRACT DOCUMENTS TO FURNISH

Doosan Infracore DL220 TECHNICAL DATA

Request for Bids INFORMATION FOR BIDDERS. FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW

Invitation to Bid BOE. Ground Maintenance Equipment

REQUEST FOR BID For Trucks. Bid Notice

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

TENDER HALF TON PICKUP TRUCK, 4x4

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

City of Lewiston Finance Department Allen Ward, Purchasing Agent

Municipality of the District of West Hants Request for Proposal (RFP) PW Supply of one (1) new ½ Ton 4x4 Truck

TENDER 2019 OR 2020, ONE AND A HALF TON EXTENDED DOUBLE CAB/CHASSIS, 4X4, DUMP BODY TRUCK

The bidder shall furnish a complete set of Operator, Service, and Parts Manuals with each body sold.

REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders

INVITATION TO BID. January 10, 2018

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1

NOTICE OF INVITATION FOR COMPETITIVE SEALED BIDS FOR MOTOR GRADERS (Guadalupe County IFB No )

Invitation for Bid # Tandem Axle Dump Truck

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018

DL250 TECHNICAL DATA

Town of South Windsor, Connecticut. Police Department

521F/XT/XR ARTICULATED

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

CITY OF BURLEY, IDAHO. Golf Course Maintenance Equipment. Terry Greenman

REQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018

The Regional District of Nanaimo (RDN) is seeking responses to the following tender:

#2018-RFP-06. Utility Work Carts

GALLATIN PUBLIC UTILITIES

821E/XR. Transmission 4F/3R Proportional w/electronic Control Module torque sensing autoshift/manual shift and modulation

REQUEST FOR QUOTE. Half Ton Trucks CONTRACT NO ADDENDUM NO.2

621E/XT/XR. Transmission 4F/3R Proportional w/electronic Control Module torque sensing autoshift/manual shift and modulation

CITY OF BRUNSWICK, GEORGIA April Regenerative Air Street Sweeper REQUEST FOR PROPOSALS

621F/XT/XR ENGINE (CONTD.)

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES

WHEEL LOADER WHEEL LOADER. ZW series Parallel linkage tool carrier version

DL250TC TECHNICAL DATA

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1

521G Z-BAR/XT/XR WHEEL LOADER TIER 4 FINAL CERTIFIED

CITY OF KENORA SUPPLY AND DELIVERY OF A WHEEL LOADER

LX80. Note: General purpose bucket with bolt on cutting edges. I J K. Unit : mm

DL350 TECHNICAL DATA

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For HEAVY DUTY TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager

STATE OF MINNESOTA EQUIPMENT SPECIFICATION. SPECIFICATION: September 2012 Page 1 SINGLE AXLE CAB & CHASSIS

The self-propelled Chipspreader shall be designed and constructed to apply a uniformly distributed application of cover and seal coat aggregates.

Guelph/Eramosa Township

BOCC MEETING TRANSMITTAL. #4 - Effective and Responsive Government. Consent. Ongoing

SALT TRUCK - SHORT TANDEM

Tractor/Trailer Lease Bid No. PR-08-P1A

NOTICE TO BIDDERS REQUEST FOR BIDS ONE (1) USED MOTOR GRADER

S P E C I F I C A T I O N S

PART A TENDER SUBMISSION

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES

REQUEST FOR BID For Trucks. Bid Notice

INVITATION TO BID (ITB)

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

SKID STEER LOADER From World First to World Leader

CITY OF ELKO, NEVADA REQUIREMENTS, SPECIFICATIONS AND CONTRACT DOCUMENTS TO FURNISH ONE (1) NEW 40 TON LANDFILL COMPACTOR

TS80V2 Skid Steer Loader

TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK

TS80V2 Skid Steer Loader

1021F/XR. Transmission: 4F/ 3R Proportional w/ Electronic Control Module torque sensing autoshift /manual shift and modulation

Town of Marystown. Tender For. One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck

City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck

INVITATION TO BID (ITB)

Transcription:

Request for Proposal Articulated Loader April 17, 2017 1

City of Fargo Request for Proposal The City of Fargo is requesting proposals for (2) Articulated Loaders. Sealed proposals will be received by the City of Fargo Auditor s Office at 200 3 rd Street North, Fargo, ND 58102, for the purpose of evaluating costs and operating parameters on two (2) new Articulated Loaders. Upon completion of the evaluation by the selection committee an order may be placed. Proposals will be received until 2:00 PM on Friday, May 5, 2017. CITY OF FARGO RIGHTS The City reserves the right to cancel this RFP in writing or postpone the date and time for submitting proposals at any time prior to the proposal due date. The City by this RFP does not promise to accept the lowest cost or any other proposal and specifically reserves the right to reject any or all proposals, to waive any formal proposal requirements, to investigate the qualifications and experience of any Proposer, to reject any provisions in any proposal, to modify RFP contents, to obtain new proposals, to negotiate the requested services and contract terms with any Proposer, or to proceed to do the work otherwise. The City hereby notifies all proposers that it will affirmatively insure that in regard to any contract entered into, pursuant to this request, minority business enterprises will be afforded full opportunity and are encouraged to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration for an award. The City reserves the right to accept or reject any and all bids that is in the best interest of the City. All questions and inquiries will be addressed to: Equipment Specifications: Allan Erickson Fleet Management Specialist Public Works 402 23 rd St. N Fargo, ND 58102 Email: aerickson@cityoffargo.com Phone: (701) 241-1439 Fax: (701) 298-6971 2

GENERAL SPECIFICATION MODEL: Unit shall be a new current year model. WARRANTY: Minimum 1 year all-inclusive warranty on all components. DELIVERY: Proposer must perform a complete pre-delivery service prior to delivery of equipment. All units are F.O.B., Fargo Central Garage. Proposer must state the number of days for delivery from time of order and a $150.00 per day will be accessed against the purchase price with the total not to exceed 2.5% of purchase price. MANUALS: One (1) complete service manual, digital or printed One (1) complete parts manual, digital or printed One (1) operator s manual. One (1) training video (if available) TRAINING: Upon delivery to end-user Proposer will provide instruction to operators on proper operation and daily maintenance. Two days of training on repair procedures to be provided by a Factory Qualified representative to repair technicians. Onsite training at the City of Fargo Central Garage should be scheduled at time of order. PROPOSER:There shall be $500,000.00 minimum of product Liability coverage by the Proposer to protect the City of Fargo. Certification shall be provided with proposal. Preference may be given to Proposer who has a local dealer with a reasonable amount of parts inventory for the unit that has been proposed and a complete service facility. On new models or equipment not previously purchased by the City of Fargo, the selection committee may elect to have a demonstration of the models being considered. 3

Articulated Loader Bidding Specifications 1.0 INTENT It is the intent of this specification to provide for the purchase of two (2) new and unused Articulated Loaders to be used by the Solid Waste Department. The City of Fargo Solid Waste Department has evaluated different styles of Articulated Loaders and has determined that this published specification is best suited for the SWD needs in terms of quality and features. This specification shall not be interpreted as restrictive but rather as a measure of quality and performance against which all other Articulated Loaders will be compared. In comparing proposals, comparison will not be confined to price only. The successful proposer will be one whose product is judged as best serving the interests of the SWD when price, product, quality and delivery are considered. The SWD also reserves the right to reject any or all proposals or any part thereof, and to waive any minor technicalities. A contract will be awarded to the proposer submitting the lowest responsible proposal meeting the requirements. 2.0 EQUIVALENT PRODUCT Proposals will be accepted for consideration on any make or model that is equal or superior to the Articulated Loader specified. Decisions of equivalency will be at the sole interpretation of the SWD. A blanket statement that equipment proposed will meet all requirements will not be sufficient to establish equivalence. An original manufacturer s brochure of the proposed product is to be submitted with proposal. 3.0 INTERPRETATIONS In order to be fair to all proposers, no oral interpretations will be given to any proposer, as to the meaning of the specification documents or any part thereof. Every request for such a consideration shall be made in writing. Based on such inquiry, the SWD may choose to issue an addendum in accordance with local state laws. 4.0 GENERAL The specification herein states the minimum requirements of the SWD. All proposals must be regular in every respect. Unauthorized conditions, limitations, or provisions shall be cause for rejection. The SWD will consider as irregular or non-responsive any and all proposals that are not prepared and submitted in accordance with the proposal document and specification, or any proposal lacking sufficient technical literature to enable the SWD to make a reasonable determination of compliance to the specification. It shall be the proposer s responsibility to carefully examine each item of the specification. Failure to offer a completed proposal or failure to respond to each section of the technical specification (COMPLY: YES NO) will cause the proposal to be rejected without review as non responsive. All variances, exceptions and/or deviations shall be fully described in the appropriate section. Deceit in responding to the specification will be cause for rejection. 4

5.0 SPECIFICATIONS 5.1 General Specifications YES NO 1. Minimum operating weight of 29,800 lb. 2. Fuel tank shall have a minimum capacity of 57 gallons. 3. Minimum wheel base of 117. 4. Right hand step. 5. One-piece tilting hood. 6. Remote jump start terminals. 5.2 Engine 1. The Wheel loader shall have a 6-cyclinder, turbocharged diesel engine with a minimum 170 net horsepower at 1800 RPM. 2. The engine shall provide a minimum SAE net torque rating of 600 ft/lb at 1,400 RPM. 3. Engine to be Tier III or Tier IV certified. 4. Dual stage air cleaner. 5. Turbo II pre cleaner or approved equal. 6. Block Heater. 7. Water / fuel separator with heater. 8. 24-volt electrical system with master disconnects. 9. Minimum 65 Amp alternator. 10. Hydraulic driven fan that can be reversed for cleaning. 5

5.3 Transmission YES NO 1. Power train shall consist of a torque drive with a full power shift transmission. 2. Electronic controlled transmission, torque sensing auto-shift. 3. Four (4) forward speeds. 4. Three (3) reverse speeds. 5. Forward / Reverse shuttle shift. 6. F-N-R switch located near the loader hydraulic control lever. 5.4 Axles 1. Limited slip differentials (front and rear) or equal. 2. Outboard planetary. 5.5 Brakes 1. Outboard wet disc service brakes shall be fully hydraulic. 2. Oil cooled brakes. 3. Spring applied, hydraulically released parking brake. 4. Switch released park brake. 5. Park brake to apply when engine power is lost. 6. Service brake can be operated by one or two brake pedals. 5.6 Loader and Linkage 1. Single bucket cylinder Z-bar design or equal. 6

YES NO 2. Ride control feature that provides hydraulic cushioning of the loader lift arms. 3. JRB quick coupler that matches existing City of Fargo owned equipment. 4. Bucket ride control function. 5.7 Loader Bucket 1. 3 yard bucket (JRB compatible). 2. Bucket level indicator. 3. Bolt on reversible cutting edge design. 5.8 Cab 1. Fully enclosed ROPS cab. 2. Cab shall have heat and air conditioning. 3. Floor mounted accelerator. 4. All glass free of rubber moldings. 5. Side window that opens 180 and secures to the rear of the cab. 6. Side window can be secured when partially open. 7. Front and rear wipers and washers. 8. Intermittent front and rear wiper function. 9. Two (2) 12 Volt outlets. 10. Interior and exterior heated rear view mirrors. 11. Audible alarm that sounds when transmission is engaged and parking brake is engaged. 12. AM/FM Radio. 13. Air suspension seat. 7

YES NO 14. Two (2) Cab mounted Federal Signal Led Strobes (#454201) or equivalent model, one (1) forward and one (1) rear mounted. 15. Wired for cab mounted strobe with switch in dash. 5.9 Hydraulics 1. 3 spool valves single lever control with 3rd auxiliary function. 2. Capped auxiliary hydraulic lines to lift arm cross tube. 3. Return-to-dig, return-to-travel, auto height control feature. 5.10 Tires 1. 23.5R25 L5 tread design or approved equal. 5.11 Misc 1. 56 pallet forks with quick detach coupler (JRB compatible). 8

Exceptions & Deviations Proposer shall fully describe every variance exception and/or deviation. List the item number here and fully explain any items in non-compliance with specification. Additional sheets may be used if required. 9

Warranty Articulated Loader: Base Manufacture Hydraulics Engine Other Warranties that apply: 10

Price Loader Make: Model: Wheel Loader $ 5 equal lease payments/$1 buy out $ Optional 2year/2000 hour full machine warranty $ Delivery Date Number of days for delivery from date of order: Company By: (Name) (Title) 11