Request for Proposal Motor Grader January 26, 2015

Similar documents
Request for Proposal Used Motor Grader May 12, 2017

Request for Proposal. Articulated Loader

Request for Proposal Snow Blower October 12, 2015

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. Landfill Compactor

Request for Proposal. Rear Load Refuse Truck

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

City of Fargo Request for Proposal

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

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

Destin Beach Safety ATVs, UTV, and Waverunner

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

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

Invitation to Tender. District of Taylor MOTOR GRADER

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

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

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

FLEET SERVICES. Road Grader Tender. Competition #FLE Company

DEPARTMENT OF PUBLIC WORKS WHITMAN COUNTY COLFAX, WASHINGTON BID FOR TWO (2) NEW, ALL WHEEL DRIVE ARTICULATED MOTOR GRADER(S) & TRADE IN

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

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

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

TENDER HALF TON PICKUP TRUCK, 4x4

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

CARBON COUNTY P.O. BOX 887 RED LODGE, MONTANA DIESEL POWERED, ARTICULATED FRAME, SIX WHEEL DRIVE MOTOR GRADER

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

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

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

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

Technical Specifications

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.

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

MOTOR GRADER 672D SIX-WHEEL DRIVE

TENDER FOR Motor Grader. The specifications and requirements for the 2017 Motor Grader are enclosed.

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

MOTOR GRADER 872D SIX-WHEEL DRIVE

G-SERIES 6WD MOTOR GRADERS 622G/GP / 672G/GP / 772G/GP / 872G/GP DECIDE HOW WORK GETS DONE

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

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

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

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

140H. Motor Grader. Global Version. Cat 3176 ETA Engine. Weights. Variable Horsepower Arrangement. Moldboard. Variable Horsepower Plus Arrangement

Invitation for Bid # Tandem Axle Dump Truck

#2018-RFP-06. Utility Work Carts

Invitation to Bid BOE. Ground Maintenance Equipment

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

140M. Motor Grader. Gross Vehicle Weight Base. Cat C7 ACERT VHP. Moldboard

volvo motor graders

INVITATION TO BID. January 10, 2018

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

12M. Motor Grader. Operator Station. Integrated Technologies. Structures, Drawbar, Circle and Moldboard. Safety. Hydraulics

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

6-1. Controls and Instruments

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

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.

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

Town of South Windsor, Connecticut. Police Department

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

Request For Quotations Fleet Vehicle

":. ---.!1~5-1!." Index

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

City of Lewiston Finance Department Allen Ward, Purchasing Agent

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

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

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

GRADERS 772G SIX-WHEEL DRIVE

REQUEST FOR BID For Trucks. Bid Notice

SALT TRUCK - SHORT TANDEM

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

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

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

Motor Gr (Fixed Pricing)South Africa: Botanical Riches Page 1 of 9. 1st gear 177 Net Horsepower 2nd gear 187 Net Horsepower gear 198 Net Horsepower

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

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

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

Please note the following in regards for the Tractor and Tractor Mount Runway Broom and Blower bid:

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

Request for Proposal (RFP) For New 2014 Full Size 4-Door Crew Cab Pickup Truck

MOTOR GRADERS. Inspector: MWK Inspection #

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

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

REQUEST FOR BID For Trucks. Bid Notice

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

Solid Waste Management Division Landfill Compactor Procurement 2/2/10

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

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

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

Guelph/Eramosa Township

12M. Motor Grader. Operator Station. Integrated Technologies. Safety. Structures, Drawbar, Circle and Moldboard. Hydraulics

160M/ 160M AWD. Motor Graders. Operator Station. Integrated Technologies. Safety. Structures, Drawbar, Circle and Moldboard.

MANISTEE COUNTY ROAD COMMISSION 2019 TANDEM AXLE TRUCK SPECIFICATIONS AND BID REQUIREMENTS (ALTERNATE BID) January 4, 2018

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

Department of Finance Purchasing Department INVITATION TO BID

120M/ 120M AWD. Motor Graders

Transcription:

Request for Proposal Motor Grader January 26, 2015 1

City of Fargo Request for Proposal The City of Fargo is requesting proposals for one (1) Motor Grader. 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 one new Motor Grader. Upon completion of the evaluation by the selection committee an order may be placed. Proposals will be received until 2:00 PM on February 9, 2015. 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: Street Department Operational Questions: Equipment Specifications: Ben Dow Allan Erickson Public Works Director Fleet Management Specialist Public Works Public Works 402 23 rd St. N 402 23 rd St. N Fargo, ND 58102 Fargo, ND 58102 Email: bdow@cityoffargo.com aerickson@cityoffargo.com Phone: (701) 241-1453 (701) 241-1439 Fax: (701) 241-8100 (701) 298-6971 2

GENERAL SPECIFICATION MODEL: Unit shall be a new current year model. WARRANTY: Shall be stated in writing on the form provided. 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: TRAINING One (1) complete service manual, digital or printed One (1) complete parts manual, digital or printed One (1) operator s manuals. One (1) training video (if available) Upon delivery to end-user Proposer will provide instruction to operators on proper operation and daily maintenance. BIDDER There shall be $500,000.00 minimum of product Liability coverage by the manufacturer and minimum of $500,000.00 liability coverage by the product installers 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

Motor Grader Bidding Specifications 1.0 INTENT It is the intent of this specification to provide for the purchase of one (1) new and unused Motor Grader to be used by the Fargo Street Department. The City of Fargo Street Department has evaluated different styles of Motor Graders and has determined that this published specification is best suited for the FSD 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 Motor Graders 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 FSD when price, product, quality and delivery are considered. The FSD 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 Motor Grader specified. Decisions of equivalency will be at the sole interpretation of the FSD. 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 FSD may choose to issue an addendum in accordance with local state laws. 4.0 GENERAL The specification herein states the minimum requirements of the FSD. All proposals must be regular in every respect. Unauthorized conditions, limitations, or provisions shall be cause for rejection. The FSD 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 FSD 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

5.1 General Yes No 1. Base machine weight shall be no less than 33,000 lbs. 2. Tires shall be a radial 17.5 x 25 SNOPLUS or approved equal. 5.2 Engine 1. The engine shall be a turbo-charged, direct injection, variable horse power diesel engine with a minimum rating no less than 165 HP. 2. Covers shall be provided for engine compartment to protect against airborne debris. 3. An engine block heater, 120volt shall be available to assist in cold weather starting. 4. Engine coolant shall be extended life coolant with protection to no less than -40 F. 5. Engine shall have oil and fuel filters, air filter with pre cleaner and indicator. 5.3 Powertrain 5.4 Steering 1. Transmission shall be a direct drive, power shift, counter shaft type with fully automatic hands free shift feature. 2. Machine shall be equipped with an inching pedal for improved modulation and machine control. 3. Transmission shall not have less than eight (8) forward speeds and not less than four (4) reverse speeds. 4. Differential Lock/Unlock shall be electro-hydraulically controlled and shall not have speed restrictions for engaging/disengaging. 1. Steering wheel or joystick controls, either is acceptable. 5

5.5 Brakes Yes No 1. Four wheel power brakes completely sealed. 2. Parking brake shall be sealed and adjustment free. 5.6 Hydraulic System 1. Lock valves shall be integrated into the main implement valve to prevent cylinder drift. 2. Blade lift cylinders shall have independent float capability. 3. The machine must have enough hydraulic controls and hydraulic lines to run the following implements. 1. Angle dozer. 2. Snow wing mast. 3. Snow wing lift. 4. Front lift. 5. Rear lift. 4. Hydraulic oil must have an operating temperature range between 104 to -40 F. 5.7 Front Axle and Tandems 1. Front axle oscillation with left and right wheel lean. 2. Rear fenders only. 3. The machine must be equipped with a 0 degree wheel lean bar to help eliminate any tire wear on outer edges. 4. Oscillating 4 wheel tandem drive, with full machine articulation having no interference between tandem wheel and machine structure. 5.8 Operators Station 1. An enclosed sound suppressed cab with rollover protective structure (ROPS). 6

Yes No 2. Cab shall have a fixed front window with intermittent wiper/washer, left and right hand doors with side windows having wiper/wash and the rear window shall have an intermittent wiper/wash and sun screen. 3. Minimum 40,000 BTU heater and air conditioner with front and rear defrosters with independent speed control and additional circulating fans. 4. All standard and optional gauges as indicated in the manufacturer s literature. 5. Auxiliary controls shall be available for control of attachment implements and/or work tools. 6. Digital machine hour meter shall be provided. 7. AM/FM radio with auxiliary input jack and speakers. 8. Seat shall be a fully adjustable cloth, air suspension seat with retractable seat belts. Thigh and lumbar support shall be included. 9. Two (2) 12 volt sources shall be provided, one for a 2- way radio and the second for accessories. 10. Two (2) outside heated mirrors and one (1) inside wide angle rear view mirror. 5.9 Moldboard 1. A 14 long, 24 high and 7/8 thick moldboard shall be available with 8 X 5/8 thick cutting edges installed. 2. The standard mounting hardware for cutting edges and end bits shall be 5/8. 3. Hydraulic controlled blade side shift and tilt, blade float hydraulics. 4. Circle slip clutch. 5. Moldboard Hydraulic accumulator. 7

6.0 Electrical Yes No 1. Starting system shall be a 24 volt direct electric type. 2. Machine shall have an alternator that meets the amperage requirements of the machine and added lights and accessories. 3. Electrical system shall have a master disconnect switch. 4. Headlights with front turn signals, dimmer switch for road lighting. Factory installed tall light kit. 5. Stop, tail, rear turn signals and back up lights shall be included, LED if available. 6. Cab mounted LED beacon light with tree guard and switch mounted in cab. Federal Signal Highlighter 454201 or approved equal. 7. Halogen ripper work lamps, mid frame lights to illuminate moldboard, wing lamps mounted on the right hand side of cab to illuminate snow wing, and front mounted cab lights. 8. Back-up alarm. 6.1 Additional Features 6.3 TRADE 1. Unit shall be plumbed and ready to add a rear ripper/scarifier. 2. Hydraulic snow wing and post, 12 blade, Falls 2012- SP, or equal. 3. Quote four (4) equal lease payments with a 5 th year buyout. 2005 John Deere 772CH 9328 Hours DW772CH595110 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 Motor Grader: Base Manufacture Other Warranties that apply: 10

Price Grader Make: Model: Wing Make: Model: Motor Grader Trade Total equipment price $ $ $ LEASE PAYMENT (Equal Payments) BUY OUT OPTION First Year: $ First Year: $ Second Year: $ Second Year: $ Third Year: $ Third Year: $ Fourth Year: $ Fourth Year: $ Fifth Year: $ Delivery Date Number of days for delivery from date of order: Company By: (Name) (Title) 11