RFP 2023 Crawler Dozer Large

expired opportunity(Expired)
From: Fargo(City)

Basic Details

started - 20 Nov, 2022 (16 months ago)

Start Date

20 Nov, 2022 (16 months ago)
due - 05 Dec, 2022 (15 months ago)

Due Date

05 Dec, 2022 (15 months ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
Public Works

Customer / Agency

Public Works
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Request for Proposal Crawler Dozer RFP 23018 December 5th, 2022 RFP Bidding Specifications 1.0 INTENT It is the intent of this specification to provide for the purchase of one (1) new and unused crawler dozer to be used by the Fargo Solid Waste Department. Sealed proposals will be received by the City of Fargo Auditor’s Office at 225 4th Street until 2:00 PM on Monday, December 5th, 2022. The City of Fargo Solid Waste Department has evaluated different styles of Crawler dozer 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 Crawler dozer 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 Crawler dozer 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 proposals that is in the best interest of the City. All questions and inquiries will be addressed to: Solid Waste Dept. Operational Questions: Scott Anderson Tom Ganje Landfill Supervisor Fleet Purchasing Manager Solid Waste Department Central Garage 2301 8th Ave N 402 23rd Street North Fargo, ND 58102 Fargo, ND 58102 SDAnderson@FargoND.gov TGanje@FargoND.gov Phone: (701) 298-6920 (701) 241-1460 Fax: (701) 241-8190 General Specification Unit shall be a new 2023 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: Dealer will submit warranty on complete unit with proposal. MANUALS: One (1) complete service manual, paperback or electronic. One (1) complete parts manual, paperback or electronic. Three (3) operations manuals, paperback or electronic. DELIVERY: Proposer must perform a complete pre-delivery service prior to delivery of equipment. All units are F.O.B., Fargo landfill, 4501 7th Avenue North, Fargo, North Dakota. PROPOSER Proposers must have a local dealer with a reasonable amount of parts QUALIFICATION: 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 proposal. Proposer 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. Meets Equipment Specifications Specification General: Unit shall be a new, 2023 current model landfill crawler tractor and include all standard equipment listed in manufactures printed literature unless otherwise specified. YES NO Proposer must have a local dealer with a complete service department and reasonable parts inventory. YES NO Waste handler Package YES NO Warranty: Proposer shall warranty the complete unit (Total Machine), parts and labor for a period of 60 months or 10,000 hours, whichever comes first. Proposer shall assume all transportation and mileage costs to and from their repair facility during the warranty period. YES NO Engine: The diesel engine shall develop at least 265 Net Horse Power at 1800 RPM, with a piston displacement of not less than 540 cubic inches. Must meet currant EPA regulations. (Tier 4 final) YES NO It shall be equipped with a 24 volt electrical system for both starting and operating. YES NO It shall be equipped with an auto reversible fan, trash resistant open core radiator, engine coolant heater. YES NO Turbo II with screen or equal pre-cleaner. YES NO Quick Service bank utilizing standard quick disconnect couplers YES NO Under hood work lights YES NO Ether starting aid YES NO Block heater YES NO Cab: The ROPS cab shall be sound suppressed and shall meet both Current OSHA standards for operator sound levels. YES NO The pressurized cab shall include an auto temp control of air conditioning, heater and defroster. YES NO Back up camera YES NO Powered HVAC pre-cleaner YES NO Premium LED lighting shall include a minimum of 10 working LED lights. YES NO Front and rear washer and wipers. YES NO Premium/Deluxe heated and vented seat with forward, vertical and lumbar adjustment and seat belt. YES NO Hand and foot decelerator. YES NO White noise backup alarm. YES NO Warning horn, electric monitoring system or gauges to monitor the alternator, fuel level, electric hour meter, coolant temp, hydraulic oil temp, transmission converter oil temp, engine oil pressure, powertrain filters. YES NO AM/FM/Weather band/Bluetooth radio. YES NO Protection: All vulnerable components must be suitably guarded. This shall include, but not limited to:  Engine side enclosures,  Bottom guards,  Hinged radiator grill with fan guard(s),  Idler and pivot shaft seal guards,  Final drive seal guards with guards to protect seals,  Front striker bars,  Rear striker bars with doghouse/storage box  Hydraulic and fuel tank guards,  Front towing device,  Heavy duty trash guard mounted on dozer,  Heavy duty bottom guards on engine and transmission,  Thermal shields to cover bottom and sides of engine with exhaust shields,  Shall have easily removable, hinged screens covering only the cab doors for protection of debris and easy cleaning. YES NO Transmission: The transmission shall provide at least 6 MPH in forward and 6 MPH in reverse. YES NO Please provide transmission type: ________________________________ Steering: Differential steering or approved equal. YES NO Under Carriage: Sealed and lubricated tracks. YES NO 30” extreme service shoes. YES NO Track guides. YES NO Replaceable sprocket rim segments. YES NO Two piece master link. YES NO Hydraulic controls: System shall consist of pump, tank, filter valves, lines, linkage and control valves. YES NO System shall incorporate pressure compensated controls for easy operation of the dozer/tilt and rear hydraulic valve for auxiliary attachments. YES NO Dozer: The dozer blade shall be Semi-U design with a Power / Variable pitch blade. YES NO Shall have a minimum capacity of 7.5 CYDS or more. YES NO Blade shall have a trash rack above the dozer blade. Vendor or Factory installed. YES NO The machine must have a rigid doghouse / storage box and rear striker bars. YES NO List additional weight the doghouse / storage box adds ______________ Safety Equip: Unit shall have a 2.5 lb. minimum fire extinguisher mounted in operator cab. YES NO Unit shall have a 9 lb. minimum fire extinguisher mounted in storage box in rear of machine. YES NO Maintenance Penalty: In the event the machine is out of service in excess of 48 hours, the proposer shall be subject to a $400 per day penalty thru the duration of the full maintenance period. YES NO Total Maintenance and Repair (TM&R): Proposer shall provide as an option, a complete service and repair agreement for the time of 5 years or 10,000 hours, including parts, labor and mileage for all preventive maintenance in 250, 500, 1000 and 2000 hour intervals for the term of the agreement. YES NO Maintenance and services will be done after hours to reduce downtime. Landfill hours are: Monday – Friday 7:15 AM to 5 PM YES NO Saturday 7:15 AM to 1 PM Service agreement is to cover all mileage, labor, and parts to include oils, fuel filters, oil filters, ground engaging tools, belts, hoses, coolant, and repairs. Engine air filters, cab air filters, lights or glass will be excluded in this agreement. Any repairs resulting from accident, abuse, improper operation, Acts of God, vandalism or neglect are exempt from this agreement. YES NO GPS: 3D Grade Control GPS system to be mounted on chassis, automatic, integrated blade positioning system that moves the blade mounted components to the top of the cab and eliminates the need for a receiver and/or antennae, masts and cables. The system must include cab display and dual roof mounted receivers. The system must also be able to read the City’s base station, Trimble NetR5 GNSS with a radio broadcast in the 12.5 kHz bandwidth on a frequency of 453.25 in Trimmark 3 format at 9600 baud and must be installed, calibrated and ready for use when delivered with training and support. The height of the machine with the receiver domes installed must not exceed 13’ 6” from ground level to the top of the domes. YES NO 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. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Describe the City of Fargo’s Requirements for Cleaning of Machine to fulfill the TM&R ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ PROPOSAL FORM 2023 Landfill Crawler Tractor City of Fargo – Division of Solid Waste Company Name: ___________________________________________ Make: _______________________________ Model: _________________________________ Year: ________________________________ Horse Power: ___________________________ Total Operating Weight without counter weight: _______________________________________ Total Machine Warranty; 60 Months or 10,000 HRS $______________________________________ DOZER PURCHASE COST: $___________________________________ TOTAL COST: $_________________________________________ Total Maintenance & Repair (TM&R) Service Rate (10,000 HRS) $_________________ /Hr. ANTICIPATED DELIVERY DATE: ____________________________________ By: ______________________________________________________________ (Name) (Signature) ______________________________________________________________________________________________ (Title) (Phone)

225 4th Street North Fargo, ND  58102Location

Address: 225 4th Street North Fargo, ND 58102

Country : United StatesState : North Dakota