2022 Compactor

From: McKenzie County(County)

Basic Details

started - 07 Oct, 2021 (about 2 years ago)

Start Date

07 Oct, 2021 (about 2 years ago)
due -

Due Date

N/A
Bid Notification

Type

Bid Notification

Identifier

N/A
McKenzie County

Customer / Agency

McKenzie County
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.

NOTICE FOR SEALED BIDS ONE 2022 DIESEL POWERED, LANDFILL 4 WHEEL REFUSE COMPACTOR The Board of County Commissioners of McKenzie County, North Dakota, will receive bids at the County Auditor/Treasurers Office at 201 5" sT NW Suite 543, Watford City, North Dakota, until the hour of 10:00 AM CT, November 12, 2021, for one (1) 2022 diesel powered, landfill 4 wheel refuse compactor for the Landfill. Bids will be submitted on the specification form furnished by the Auditor/Treasurers Office, and will be available on the County's website: http://county.mckenziecounty.net, under Quick Links/Current Bid Notices. A Bid Bond in the amount of 5% (five) percent of the amount bid must accompany each bid in a separate envelope. Please specify Compactor on the envelope. The Board reserves the right to reject any or all bids as allowed by law, or to accept such bids as may be determined to be in the best interests of the
county. McKenzie County does not discriminate on the basis of race, color, national origin, sex, religion, age or disability in its solicitation of bids. Dated at Watford City, North Dakota, this 21st day of October, 2021. a= Erica Johnsrud Mckenzie County Auditor/Treasurer Publish October 27, November 3, and November 10, 2021 MCKENZIE COUNTY SOLID WASTE DEPT. WATFORD CITY, NORTH DAKOTA SPECIFICATIONS FOR ONE 2022 DIESEL POWERED, LANDFILL 4 WHEEL REFUSE COMPACTOR This attachment shall be considered a continuation of the call for bids, and by reference made a part thereof. The Board reserves the right to reject any or all bids as allowed by law, or to accept such bids as may be determined to be in the best interests of the county. BASIS OF THE AWARD shall be dependent on the most responsible bid submitted. Consideration will be given to purchase price, repurchase price, delivery date, equipment service guarantees, parts and service availability, parts and service facilities location, analyses and comparison of equipment specification details. No bid will be accepted without a five (5) year or five thousand (5000) hour total machine warranty. Pursuant to the call for bids, the following minimum requirement shall be met: A. Landfill Compactor shall meet OSHA requirements and specifications on the date of the bid opening. B. Delivery shall be F.O.B. McKenzie County Landfill, Arnegard, North Dakota. C. The bid shall include all operating, service, parts, and technical repair manuals (paper and electronic files on usb) D. Bidders must specify delivery date. E. Landfill Compactor shall be 2022 new current production model with all the latest changes and features offered as standard whether or not called for in the specifications; except where this specification requires a substitution in lieu of the manufacturers standard equipment. F. Bids will not be considered that do not include a copy of the manufacturers literature/specification material or an incomplete specification portion of the bid sheets. G. Compactor shall come with all hydraulics, electronics, controls, etc. to fully operate all functions stated or asked for in bid. Bids will not be considered that do not include a GUARANTEED REPURCHASE AGREEMENT for the years 2 through 5. Please indicate in the following if the machine offered can meet the desired configuration. Any no should be clarified on a separate sheet if the bidder desires support for an alternate specification. Failure not to do so may result in non-acceptance of the bid. YES NO ___ ___ a. Minimum operating weight no less than 90,000 lbs. No Ballasting ___ ___ b. Vehicle shall have a balanced front-to-rear weight ratio ___ ___ c. Machine height shall not exceed 16-feet including beacon or other lights. ___ ___ d. Overall maximum width of machine shall not exceed 15-ft. ___ ___ e. Machine shall include all government mandated safety equipment. ___ ___ f. The compactor shall have all metal surfaces primed and painted with the manufacturers best product and standard color. ENGINE ___ ___ a. Engine meets EPA Final Tier 4/EU Stage IV Emission Standards ___ ___ b. Six Cylinder, turbocharger with air to air aftercooling. ___ ___ c. Engine shall have a wet-sleeve cylinder liner design for improved cylinder cooling over dry sleeve and cast-in-bore design and for improved cylinder piston ring durability ___ ___ d. Engine SEA net power at 1800 RPM shall be no less than 435 hp (320 kW) ___ ___ e. The system shall have a water separator located between the fuel tank outlet and the fuel filters. ___ ___ f. The engine shall be isolation mounted to reduce vibration and operator fatigue. ___ ___ g. The engine lubrication shall be of adequate design to permit operation on slopes up to 45 Fore-Aft, 30 Side Slope. YES NO ___ ___ h. The engine oil and filter change interval shall be no less than 500 hours to reduce operating costs. ___ ___ i. The machine shall be equipped with a raised prescreener which helps reduce the likelihood of airborne paper or plastics plugging the air intake. It shall provide a larger air inlet with in-cab service indicator. COOLING ___ ___ a. Unit shall have a variable-speed suction fan with automatic reversing ___ ___ b. To reduce plugging, the radiator, Hydrostatic cooler and turbo aftercooler shall all be rated at no more than 8.5 fins per inch ___ ___ c. The fan shall be enclosed by a fan guard ___ ___ d. The pressurized liquid cooling system shall have a water pump driven with automatically adjusting belt. Radiator shall be filled with manufacturers approved anti-freeze solution that provides protection to at least -34F (-37C). ___ ___ e. Radiator shall have a two-pass system available with increased cooling surface. A trash core radiator shall be available with six fins per inch ___ ___ f. The radiator and other cooling cores shall be a heavy-duty swing out type or have another easy way to access and clean the radiator and cores. ___ ___ g. Machine shall have a coolant recovery tank. STEERING ___ ___ a. Steering shall be controlled by an adjustable joystick control lever, equipped with a throttle lock. ___ ___ b. Machine must have center point articulation and at least 35 degree articulated steering. BRAKES YES NO ___ ___ a. The braking system shall be standard for the machine. ___ ___ b. Parking break shall be suitable to hold the machine on steep grade ___ ___ c. Machine shall have 4 spring-applied, hydraulically released (SAHR) brakes (1 per wheel). ___ ___ d. Machine shall have an audible alarm and warning lights to alert the operator of service break pressure loss or park brake is engaged. ___ ___ e. Brakes must meet current regulations for MSHA and OSHA primary, secondary and parking break requirements. DRIVE TRAIN ___ ___ a. Drive system shall be hydrostatic with each wheel driven by its own independent system. Hydrostatic drives must have a separate filtration and oil cooling system. ___ ___ b. The transmission shall provide at least two speeds forward and two speeds reverse. ___ ___ c. An alternate option would be a full power shift planetary type transmission capable of making speed and direction change at full speed without engine deceleration. The transmission shall have a single lever or rocker switch type control and a heavy, single stage, single-phase torque converter. ___ ___ d. Differentials should be a hydraulic locking type on both the front and rear axles. All four wheels must have the ability to be full time four-wheel drive. __ ___ e. Hydrostatic machines do not require differentials. ___ ___ f. The front axle shall be fixed, while the rear axle shall oscillate no less than 11 degrees total or has a +/- oscillation movement between front and rear frames. YES NO HYDRAULIC SYSTEM ___ ___ a. Hydraulic system shall be fully filtered and completely sealed. ___ ___ b. Hydraulic reservoir shall have a sight glass to check fluid level. ___ ___ c. Hydraulic tank shall contain an electric 120 Volt heater or equivalent. ___ ___ d. Adjustable right-handed single lever blade control shall hydraulically control all blade functions: raise, lower, hold, and float. ___ ___ e. Machine shall have a hydraulic oil cooler. ELECTRICAL ___ ___ a. Batteries shall have a minimum CCA rating of 950 ___ ___ b. Alternator shall be a minimum of 130 amps ___ ___ c. Unit shall have a minimum of two cylinder mounted, two roof mounted forward facing and two rear work lights and a lighted instrument panel and two rear reflectors. ___ ___ d. The compactor shall come pre-wired for optional roof mounted work lights. OPERATOR STATION ____ ___ a. Cab shall be fully enclosed with at least one working door and an emergency egress route. ___ ___ b. The cab shall contain factory installed air conditioning, heater and defroster. The cab shall be fully filtered. ___ ___ c. Cab shall be fully enclosed; sound suppressed with interior noise levels not to exceed 75 dBA. ___ ___ d. Cab shall be fully ROPS/FOPS protected ___ ___ e. Cab shall be equipped with a cloth covered 6-way adjustable seat and contain an air suspension ___ ___ f. Operators seat shall include adjustable left and right armrests and a lap belt. ___ ___ g. Cab shall have AM/FM stereo radio, speakers, and low mounted antenna. ___ ___ h. Cab should contain sun visor for front window ___ ___ i. Cab shall have vibration isolating cab mounts. ___ ___ j. Cab shall be wired and equipped with a dash mounted switch that controls a cab mounted strobe light. ___ ___ k. The operator station shall have electric, illuminated gauges for engine coolant temperature, engine oil pressure; fuel level and hour meter. ___ ___ l. Cab shall be wired and equipped with a dash mounted switch that controls a cab mounted strobe light ___ ___ m. Cab shall have windshield wipers with a washer delivery system for front and rear windows with intermittent controls for the front window. ___ ___ n. The lighting package shall include two halogen front and rear mounted work lights, two halogen front and rear mounted flood lights, stop and tail lights, and an interior cab dome light. LEDs would be preferred. ___ ___ o. The machine shall have a monitoring system that provides gauges, tachometer, and three level warning to provide full time monitoring of key functions. The system shall alert the operator of immediate or impending problems with engine oil pressure, charging system, hydraulic oil level, hydraulic oil filter, transmission oil filter, high coolant temperature, high hydraulic temperature, high transmission temperature, and fuel level ___ ___ p. Machine shall have a digital hour meter ___ ___ q. Machine shall have a full external heated mirror package. ___ ___ r. Machine shall have a full internal mirror package ___ ___ s. Cab shall include a rear vision camera system with a full color monitor. ___ ___ t. Machine shall have an audible backup alarm. ___ ___ u. Machine shall have rubber mounted tinted safety glass on all windows. ___ ___ v. Machine shall have sliding or swing-out side windows YES NO COMPACTION WHEELS ___ ___ a. Wheels shall be designed and supplied by the original equipment manufacturer whenever possible. ___ ___ b. The compaction teeth shall be a premium, hardened cast, weld-on tooth with no less than an 8 inch imprint measuring from the drum surface to the tooth tip and no less than 6 square inches on the tip face. Other premium wheels may be considered. ___ ___ c. Each wheel shall have an adjustable cleaner bar fore or aft of each wheel with teeth between the rows of caps to prevent material buildup in either forward or reverse direction ___ ___ d. Cleats shall be warrantied for a full 5-years, or 10,000-hours, whichever comes first, with a no-dollar limit (NDL) provision. FRAME ___ ___ a. The chassis shall be designed and manufactured specifically for landfill operations with easy access to all service compartments. ___ ___ b. All required landfill guarding, front and rear tow hooks, rear drawbar and pin, and heavy duty handles and steps shall be included as standard equipment. ___ ___ c. A solid steel plate undercarriage shall be sealed and must provide service access without the use of belly pans. ___ ___ d. Frame must permit oscillation of at least 11 degrees to maintain wheels in contact with the ground. ___ ___ e. Equip unit with a structural steel stair to the cab. YES NO BLADE ___ ___ a. Machine shall be equipped with a Heavy Duty Semi-U dozer blade including a see-through trash screen constructed of heavy-duty plate material. ___ ___ b. Blade shall be equipped with replaceable cutting edges and end bits OTHER FEATURES ___ ___ a. Unit must have ether starting aid. ___ ___ b. Machine must have an engine block heater. ___ ___ c. All lights must be factory LED. 10 LED lights minimum. ___ ___ d. Machine must have LED beacon light installed. ___ ___ e. Compactor shall be equipped with onboard automatic fire suppression system with an outside guarded manual activator and one (1) hand held fire extinguishers mounted outside the cab. ___ ___ f. Hydraulic and hydrostatic oil must be low viscosity that will perform in the -40F to 104F.. ___ ___ g. Quick serve ports to service the engine, hydraulics, and hydrostatic system. Must be the industry standard fittings. ___ ___ h. Fast fuel shall be available with positive fuel shut-off to prevent fuel spillage. ___ ___ i. The unit shall come with a factory installed 4GTelematics or Greater Machine Monitoring System with 5-year Message Service YES NO SERVICEABILITY ___ ___ a. The successful bidder must furnish operators manual, parts manual with exploded views, engine maintenance and repair manuals, and complete shop service and repair manuals. Two hard copies and electronic copies on usb of all listed manuals must be included in the purchase price. If on- line manuals are available, access must be at no cost for the life of the equipment. In addition, any cables for trouble-shooting or software must be included. ___ ___ b. The successful bidder will be required to provide adequate training to instruct County personnel in proper safe operation, lubrication and maintenance within 3 months for the new machine purchased. ___ ___ c. Centralized/automatic lubrication system is required for all grease fittings and bearing areas on the compactor. ___ ___ d. Successful bidder must provide on additional complete set of filters for the machine ___ ___ e. Engine and drive component compartment shall be fully enclosed with easy access to all components through service doors. ___ ___ f. All service access doors must provide a locking mechanism to hold the doors in full open position during servicing. ___ ___ g. The compactor shall be capable of being completely locked at all access points including locking caps for all external fluid reservoirs. ___ ___ h. Engine and hydraulic oil systems must contain a port for ease of oil sampling.. ___ ___ i. Ecology drains for simple and clean fluid drainage shall be provided ___ ___ j. Quick serve ports to service the engine, hydraulics, and hydrostatic system. Must be the industry standard fittings. ___ ___ k. Quick serve ports to service the engine, hydraulics, and hydrostatic system. Must be the industry standard fittings. LIST EXPLANATIONS FOR ANY NO ANSWERS: BIDDERS CERTIFICATION It is hereby understood that McKenzie County (owner) has the right to evaluate this bid upon many bases of criteria, based on what is in the best interest of McKenzie County. The County Commissioners reserve the right to hold the bids for a period of not to exceed 30 days. Upon acceptance of any bid, the McKenzie County shall withhold ten (10) percent of the bidders net bid for at least thirty days after the delivery of said bid item to insure compliance with all agreed upon specifications. We hereby certify that the foregoing is a responsible bid. Any variations from the specifications are noted or attached. Copies of machine warranty guarantees are attached along with the required bid bond for the machine bid. Dated this day of , 2021. _________________________ _________________________ Dealer Name Representative Signature _________________________ _________________________ Telephone Address _________________________ _________________________ Fax Number City, State, Zip Code MACHINE WARRANTY & AVAILABILITY GUARANTEE The intent of this clause is to guarantee the cost of repairs and downtime to McKenzie County. Therefore, all bidders shall include with their bid: Machine must have a five (5) year or five thousand (5000) hour full warranty, whichever occurs first from date of delivery. This warranty is to include travel time and mileage. The only exclusions are to be wear items such as tires, cutting edges, glass, etc. Annual machine inspection and adjustments as prescribed in the maintenance guides shall be performed in the field, unless convenient prior arrangements are made, and all costs covered by the dealer. Warranty related machine transport costs to the repair facility or travel time and mileage will be provided by the dealer for 5 years or 5,000 hours. Ninety-five (95) percent guaranteed machine availability (computed on a 2000 hour work year). After any continuous downtime greater than 40 work week hours, a free replacement comparable machine shall be provided or an hourly assessment of $70 per hour shall be charged to the dealer to cover a replacement rental machine. $300 per day shall be charged the dealer at the anniversary date for downtime in excess of 5%. McKenzie County will make the machine available for repairs and inspections as requested by the successful dealer. BID PROPOSAL Manufacturer ___________________________________________________________ Model _________________________________________________________________ Net purchase price, one unit, no trade $___________________ Delivery date _________________ GUARANTEED RE-PURCHASE PRICE (per unit). (based on 1,000 hours per year) Year #2 ____________________________________________ Year #3 ____________________________________________ Year #4 ____________________________________________ Year #5 ____________________________________________

201 5th Street NW Watford City, ND 58854Location

Address: 201 5th Street NW Watford City, ND 58854

Country : United StatesState : North Dakota

You may also like

RFQ for Compactor Units

Due: 05 Apr, 2024 (in 7 days)Agency: Town of North Stonington

TRASH COMPACTORS

Due: 30 Apr, 2024 (in 1 month)Agency: VETERANS AFFAIRS, DEPARTMENT OF

2024 ALL-WHEEL COMPACTOR

Due: 28 Mar, 2024 (Today)Agency: Niagara County New York

Please Sign In to see more like these.

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