Request for Proposal. Rear Load Refuse Truck

Similar documents
Request for Proposal. Articulated Loader

City of Fargo Request for Proposal

Request for Proposal Snow Blower October 12, 2015

Request for Proposal. Landfill Compactor

Request for Proposal Motor Grader January 26, 2015

Request for Proposal Sign Truck & Crane August 11, 2014

Request for Proposal Used Motor Grader May 12, 2017

Request for Proposal Crime Scene Investigation Truck August 23, 2012

Destin Beach Safety ATVs, UTV, and Waverunner

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

City of Fargo Request for Proposal

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

CITY OF CORALVILLE th Street, Coralville, IA

#2018-RFP-06. Utility Work Carts

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

Department of Finance Purchasing Department INVITATION TO BID

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

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

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

INSTRUCTIONS TO BIDDERS 3,000-gallon CLASS 5 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) VEHICLE (LOCALLY FUNDED)

Failure to comply with any of the instructions may be cause for the County to reject that bid.

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

RHODE ISLAND TURNPIKE & BRIDGE AUTHORITY

INVITATION TO BID Fort Morgan Golf Course Golf Carts

Phenix City Schools BID NO. GF Purchase of Three New Vehicles. Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST

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.

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

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID

Town of Digby. Tender Equipment Purchase 4 WD One Ton Truck CONTENTS

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

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

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

TENDER HALF TON PICKUP TRUCK, 4x4

1- Body capacity The minimum capacity of the body, excluding hopper area is:

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

INVITATION TO BID. January 10, 2018

NOTICE OF REQUEST FOR QUOTATIONS FOR A NEW 10,000 LB GVW REGULAR CAB SINGLE REAR WHEEL TRUCK WITH CTEC 9 LONG GENERAL PURPOSE DUMP STAKE BODY

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION C (AUTOMATIC TRANSMISSION) WARREN WXL-16 $17, (INCLUDING OPTIONS)

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

Invitation for Bid # Tandem Axle Dump Truck

Everything You Need! Phone , Ext. 229

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

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

CURBSIDE RECYCLING TRUCK

INVITATION AND NOTICE FOR BIDS ONE 2009 OR NEWER HYDRAULIC DETACHABLE GOOSENECK TRAILER-(aka LOW BOY) w/trade-in

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION B (MANUAL TRANSMISSION) OX BODIES/16 STAMPEDE $24, (INCLUDING OPTIONS)

ADDENDUM 02. To All Bidders:

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

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

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

Guelph/Eramosa Township

CITY OF TACOMA ENVIRONMENTAL SERVICES DEPARTMENT

UN-Priced Offers Due: Wednesday, April 25, 2018 at 10:00 a.m. Reverse Auction/Bid: Wednesday, May 9, 2018 starting at 11:00 a.m.

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

REQUEST FOR SEALED BID CAB/CHASSIS FOR MEDIUM DUMP TRUCK WITH SALT SPREADER NOVEMBER 18, 2015

Request for Bids Medium Duty Truck Cab & Chassis, and Equipment

(ADDENDUM COVER SHEET)

City of Lewiston. Finance Department Allen Ward, Purchasing Agent

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

One (1) New Ford E-450 Commercial Cutaway Van with Knapheide KUV High Roof Body Bid No Notice to Bidders

INVITATION TO BID FUEL PRODUCTS

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

OPTIMIZER TM OPERATOR MANUAL. Author: Labrie. Release Date: 1/31/07. Part #: 90320

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

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

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

EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS. Tender Call General Instructions General Requirements Specifications...

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

SALT TRUCK - SHORT TANDEM

City of Lewiston Finance Department Allen Ward, Purchasing Agent

NOTICE OF LETTING PATROL TRUCK ACCESSORY EQUIPMENT

Purchasing Department Finance Group INVITATION TO BID

HALIFAX REGIONAL MUNICIPALITY (HRM) Three (3) Urban Light Duty Vacuum Sweepers TENDER # T Page 1

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations

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

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)

MONTEREY PENINSULA REGIONAL PARK DISTRICT BOARD OF DIRECTORS MEETING

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

Bid Specifications. For The Purchase of One (1) New, Self-Propelled, Track Drive Compost Windrow Turner

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

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

REQUEST FOR BID For Trucks. Bid Notice

PROPOSAL FOR. BID OPENING: Thursday, October 27, 2016 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF MONROE

One (1) Current Model Year Cab/Chassis with Chipper Body and Articulating Crane Mounted Bid No Notice to Bidders

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912)

Request for Quote # Armored Vehicle for Hammond Police Swat Team

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

AUTOMATED REFUSE TRUCK RIGHTHAND OPERATING, DIESEL POWERED

Town of Digby. Tender Equipment Purchase Fire Truck Pumper/Tanker

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

NORTH CAROLINA SHERIFFS ASSOCIATION

NORTH CAROLINA SHERIFFS ASSOCIATION

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

CITY OF NIAGARA FALLS, NEW YORK

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

INSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD DUMP TRUCK

INVITATION to BID. SALE OF SURPLUS VEHICLES Project # MARTHA S VINEYARD TRANSIT AUTHORITY 11 A STREET BUSINESS PARK EDGARTOWN, MA 02539

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

Transcription:

Request for Proposal Rear Load Refuse Truck December 29, 2015

RFP Bidding Specifications 1.0 INTENT It is the intent of this specification to provide for the purchase of two (2) new and unused Rear Load Refuse Trucks to be used by the Fargo Solid Waste Department. Sealed proposals will be received by the City of Fargo Auditor s Office at 200 3 rd 2:00 PM on Friday, January 15, 2016. Street until The City of Fargo Solid Waste Department has evaluated different styles of Rear Load Refuse Trucks 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 Rear Load Refuse Trucks 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 Rear Load Refuse Truck 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

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 ensure 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: Solid Waste Dept Operational Questions: Dave Rheault Allan Erickson Solid Waste Route Supervisor Fleet Management Specialist 2301 8 th Ave N 402 23 rd St N Fargo, ND 58102 Fargo, ND 58102 drheault@cityoffargo.com aerickson@cityoffargo.com Phone: (701) 241-1455 (701) 241-1439 Fax: (701) 241-8109 (701) 298-6971

General Specification Unit shall be a new 2015 model and shall include all standard equipment unless otherwise specified. On an attached sheet, bidder shall provide an explanation for all specification items without a yes response. WARRANTY: MANUALS: DELIVERY: BIDDER QUALIFICATION: Dealer will submit warranty on complete unit with bid One (1) complete service manual, paperback or electronic One (1) complete parts manual, paperback or electronic Three (3) operations manuals, paperback or electronic Bidder must perform a complete predelivery service prior to delivery of equipment. All units are F.O.B., Fargo Public Works, 402 23 rd Ave N, Fargo, North Dakota Bidders must have a local dealer with a reasonable amount of parts inventory for the unit that has been bid and a complete service Facility There shall be a $500,000.00 minimum of product liability coverage by the manufacture and a minimum of $500,00.00 liability coverage by the product installers to protect the City of Fargo. Certification shall be provided with bid. Bidder must supply a list of equipment users who have purchased their units in the past two years. Information shall include name of contact person and telephone Number of that individual.

5.0 Specifications 5.1 General Yes No 1. Refuse body to be a minimum 25 Cubic Yards exclusive of the hopper. 2. Packer body capable of packing 1,000 pounds per cubic yard based on average household waste. 3. Packer body shall meet all applicable standards and regulations in effect at the time of manufacture. 5.2 Body Construction 1. The roof and sides must be curved design. They must be comprised of steel of sufficient strength to withstand the pressures of compaction. 2. The floor shall be ¼ inch thick abrasion resistant steel. 3. All areas where slides and or rollers are used AR400 steel is preferred. 4. Body sides fully welded to floor skirt rails. 5. The body shall have a side access door with ladder attached if needed to facilitate entry into the body.

5.3 Unloading System Yes No 1. The use of an ejection plate utilizing a hydraulic telescoping cylinder is preferred. The ejection plate shall be constructed to withstand the pressures of unloading and packing. 2. The ejector plate must extend completely to eject the load without extending past the body. 5.4 Tailgate 1. The tailgate is to be hinged at the top of the body with greaseable pivots. The tailgate shall be hydraulically raised with a restricting system to prevent tailgate dropping uncontrollably in the event of a hydraulic leak. 2. Tailgate props shall be furnished for both sides. 3. Tailgate assembly shall be enclosed on the sides. If not, all shielding must be supplied to control and contain any liquid that splashes out the sides. Top shielding must also be included. Drainable spill troughs are acceptable. 4. A manually operated clamping system is to be used to secure tailgate.

5. A replaceable rubber seal must be used between the tailgate and the body. The seal must go a minimum of 21 up the body. Yes No 6. Riding steps and grab handles are to be provided on both sides of the end gate. 7. A warning light and alarm must be included to sense if tailgate is not fully closed. 8. The control lever to raise end gate must be located towards the front of the body. 9. Hydraulic operated kick bar. 5.5 Hopper and Packer Plate 1. The hopper floor is to be ½ inch abrasion resistant steel or 2 layers of ¼ inch abrasion resistant steel, preferred. 2. The hopper sides are to be ¼ inch abrasion resistant steel with heavy-duty bracing rated for heavy commercial use. 3. List cycle times for compaction plate. 4. The hopper capacity shall be a minimum of 3.5 cubic yards.

5. The packer plate must be constructed to withstand the pressures of the packing process. The hopper and packer plate shall be designed for heavy-duty commercial use. Yes No 6. Cushioned hydraulic cylinders are required if needed for proper function and longevity of the packing system. 7. The hopper and packing plate must be designed to hook up to and pull material out of dumpsters maintaining a maximum clearance of ¾ between the packer plate and the hopper floor. 8. When the packing mechanism reaches the interrupt position, the packer plate must stop approximately 16" above the loading sill to avoid a pinching action. The packing control handles must then be reactivated to complete the cycle. The packing control handles must be able to stop or reverse the packing mechanism at any position in the cycle. 9. The packing system shall be protected from overload by a relief in the hydraulic system. 5.6 Hydraulic System 1. Unit shall have transmission mounted hot shift direct mount pump.

Yes No 2. Hydraulic system shall have low-level warning indicators, both visual and audible. 3. Hydraulic tank shall be mounted in the body. 4. Hydraulic system controls shall be manual or electric over hydraulic only. Air operated controls will only be considered if no other options are available. 5. Unit shall have the ability to work at idle, preferred. 6. Hydraulic system shall have a suction strainer and return filter. State micron ratings. 7. The hydraulic cylinders shall be protected from contact with refuse and come with a minimum of one year warranty. 5.7 Controls 1. The manually operated controls for the packing mechanism are to be located curbside at the rear of the tailgate. An automatic throttle advance must be provided. The dual lever controls must have the capability of stopping, starting, and reversing the packing mechanism. To avoid possible damage from rubbish, the dual lever control rods must be located outside the hopper.

2. A push-button switch that activates a buzzer in the cab is to be provided on both sides of the tailgate to signal the driver. Yes No 3. The tailgate lift and ejector controls, complete with a manually operated engine speed-up switch, are to be located at the left front corner of the body. 4. Hydraulic Pump activation controls are to be mounted inside the cab. 5.8 Container Options 1. A hydraulic reeving cylinder controlling a steel cable shall be mounted to the roof of the body. The lifting capacity of this option shall be 12,000 pounds and be able to lift a 10 cubic yard container. 2. Reeving cylinder assembly shall be enclosed, preferred. 3. A set of container latches and ears for securing the container while being dumped into the hopper shall be installed to the sides of the tailgate. 4. A container lid deflector shall be added to aid the lid from catching when dumping.

Yes No 5. An adjustable container stop bar, a cable roller and guide, camera guard, and light guard shall also be provided. 6. A manual lever control shall be mounted on the curbside. 5.9 Camera 1. A camera system shall be installed to monitor rear of refuse unit. The camera cable must have a connector just before the hinge area of the tailgate. 2. The monitor shall be a color LCD type. 5.10 Lighting 1. Body lighting must comply with all current regulations. 2. An upper and lower set of LED lights on rear of unit is required. 3. All electrical connections are to be weatherproof connectors or soldered.

4. Lighting for hopper work area shall be provided by a rubber mounted light using a Par 36 LED bulb or approved equal. Yes No 5. Marker lights shall be LED. 5.11 Maintenance 1. Grease fittings shall be incorporated into banks that are accessible from the standing position on the ground floor, preferred. 2. One operator manual from the body manufacturer. 3. One complete parts manual; including any and all subcomponents. 4. One complete repair manual including maintenance procedures and maintenance schedules, repair procedures for major components and any and all subcomponents, trouble shooting information on the complete unit. 6. Successful bidder shall provide proper software to program and troubleshoot any computer-controlled component of the refuse body if available.

5.12 Safety Yes No 1. Refuse body shall meet all OSHA regulations with proper shielding and warning labels in place. 5.13 Weight Regulations 1. Optional Steerable lift axle with single wheels and tires mounted in front of drive wheels. 5.14 Chassis 1. Chassis will be provided by the City of Fargo. It will be the responsibility of the awarded vendor to provide the Cab to Trunnion measurement to the chassis dealer. 2. Chassis specifications available upon request. 3. Chassis will be delivered to awarded vendor(s) specified location. It is then the sole responsibility for the vendor to delivery completed vehicle to the City of Fargo at vendor(s) expense.

The undersigned, as proposer, declares that he/she has read the provisions and specifications covering the RFP, and with full knowledge and understanding of the requirements, does herby agree to furnish said materials in full accordance with the specifications attached hereto and made part hereof, for the price(s) proposed. I will hold my bid open until, pending award (bids providing less than 60 days for approval may be rejected.) Delivery will be made in days after receipt of the order. Date: Payment Terms: Name of Firm: _ Address: City: _ State: Zip Code: By: Title: Signature: Telephone:

PROPOSAL FORM City of Fargo Division of Solid Waste Make: _ Model: Price Each: Qty 2 Extended: Trade #1 #149-2004 IH 7400 Ser 4J00005 $ Labrie 2000 Ser CL04104UGE Trade #2 #185 2003 IH 7400 Ser 4J087304 $ Labrie 2000 Ser CL03104NUG TOTAL Equipment Price $ ANTICIPATED DELIVERY DATE: _ Company Name: Signature: Title: Date: