+ All Categories
Home > Documents > REQUEST FOR QUOTE (RFQ) #18-003-30 FOR: (2) 2018 TRI-AXLE ... · TENTATIVE TIMELINE RFQ posted by...

REQUEST FOR QUOTE (RFQ) #18-003-30 FOR: (2) 2018 TRI-AXLE ... · TENTATIVE TIMELINE RFQ posted by...

Date post: 15-Jul-2020
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
24
REQUEST FOR QUOTE (RFQ) #18-003-30 FOR: (2) 2018 TRI-AXLE CAB & CHASSIS WITH TRADE IN OPTIONS POSTING DATE: DECEMBER 27, 2017 RESPONSE DEADLINE: FEBRUARY 7, 2018 11:00 A.M. CENTRAL STANDARD TIME (CDT) TO: DAVE FRISQUE MARINETTE COUNTY HIGHWAY DEPARTMENT 501 PINE STREET PESHTIGO WI 54157
Transcript
Page 1: REQUEST FOR QUOTE (RFQ) #18-003-30 FOR: (2) 2018 TRI-AXLE ... · TENTATIVE TIMELINE RFQ posted by 4:30 p.m. CDT December 27, 2017 On-site Visits Week of January 8, 2018 ... Dual air

REQUEST FOR QUOTE (RFQ) #18-003-30

FOR:

(2) 2018 TRI-AXLE CAB & CHASSIS WITH TRADE IN OPTIONS

POSTING DATE:

DECEMBER 27, 2017

RESPONSE DEADLINE: FEBRUARY 7, 2018

11:00 A.M. CENTRAL STANDARD TIME (CDT)

TO: DAVE FRISQUE

MARINETTE COUNTY HIGHWAY DEPARTMENT 501 PINE STREET

PESHTIGO WI 54157

Page 2: REQUEST FOR QUOTE (RFQ) #18-003-30 FOR: (2) 2018 TRI-AXLE ... · TENTATIVE TIMELINE RFQ posted by 4:30 p.m. CDT December 27, 2017 On-site Visits Week of January 8, 2018 ... Dual air

Page 2 of 24

Table of Contents I. BACKGROUND ...................................................................................................................... 3

II. TENTATIVE TIMELINE ........................................................................................................... 3

III. RFQ DUE DATE ..................................................................................................................... 3

IV. ON-SITE VISITS ..................................................................................................................... 4

V. RFQ QUESTIONS ................................................................................................................... 4

VI. RFQ SUBMISSION REQUIREMENTS ..................................................................................... 5

VII. VENDOR SELECTION ............................................................................................................. 5

VIII. CONTRACT TERMS ............................................................................................................... 5

IX. FINANCIAL VERIFICATION .................................................................................................... 5

X. OTHER ................................................................................................................................... 5

XI. PROJECT CHANGES ............................................................................................................... 6

XII. ATTACHMENTS ..................................................................................................................... 6

ATTACHMENT A .................................................................................................................... 7 ATTACHMENT B .................................................................................................................. 21

ATTACHMENT C .................................................................................................................. 22 ATTACHMENT D .................................................................................................................. 23

Page 3: REQUEST FOR QUOTE (RFQ) #18-003-30 FOR: (2) 2018 TRI-AXLE ... · TENTATIVE TIMELINE RFQ posted by 4:30 p.m. CDT December 27, 2017 On-site Visits Week of January 8, 2018 ... Dual air

Page 3 of 24

I. BACKGROUND

The Marinette County Highway Department is requesting sealed quotes for two (2) new 2018 Tri-Axle Cab and Chassis with trade in options. Equipment shall be delivered to the body dealer not later than 60 days from the delivery date indicated on the response. In the event equipment is not delivered to the body shop within 60 days from the delivery date indicated on the response, vendor shall be liable for and shall pay to Marinette County the sum of $ 100.00 for each calendar day of delay for the 2018 tri-axle cab and chassis not delivered until the equipment is delivered to the body dealer and accepted by Marinette County. Any modification to this Penalty shall be mutually agreed to by the parties in writing. The quote must be submitted on Attachment A, Tabulation Sheet, and Attachment B, Bid Specifications. Multiple quotes may be submitted. All quotes shall be firm for at least 60 calendar days from the quote due date.

Notwithstanding any other provisions of the RFQ, Marinette County reserves the right to reject any or all quotes, to waive any irregularity or informality in a quote, and to accept or reject any item or a combination of items when doing so would be to the advantage of Marinette County or its taxpayers.

It is further within the right of Marinette County to reject quotes that do not contain all elements and information requested in this document. Marinette County shall not be liable for any losses incurred by the contractor making the quote throughout this process. The cost of preparing a response to this RFQ is not reimbursable in part or in whole to the contractor. Any quote received will become the property of Marinette County and a matter of public record. Any proprietary material or information should be marked and submitted as a supplement to the quote to allow the County to protect the information as warranted.

II. TENTATIVE TIMELINE

RFQ posted by 4:30 p.m. CDT December 27, 2017 On-site Visits Week of January 8, 2018 RFQ questions due by 11:00 a.m. CDT January 26, 2018 RFQ answers to questions posted by 4:30 p.m. CDT January 30, 2018 RFQ responses due by 11:00 a.m. February 7, 2018

III. RFQ DUE DATE

Original quotes must be submitted by no later than 11:00 a.m. CDT on February 7, 2018. Quotes received after the due date/time will not be accepted. Marinette County reserves the right to reject any or all quotes.

Page 4: REQUEST FOR QUOTE (RFQ) #18-003-30 FOR: (2) 2018 TRI-AXLE ... · TENTATIVE TIMELINE RFQ posted by 4:30 p.m. CDT December 27, 2017 On-site Visits Week of January 8, 2018 ... Dual air

Page 4 of 24

IV. ON-SITE VISITS Interested vendors may schedule an appointment the week of January 8, 2018 to display the prospective truck to Marinette County. Appointments must be scheduled in advance by contacting Dave Frisque at (715) 732-7578.

V. RFQ QUESTIONS All questions related to this RFQ must be submitted not later than 11:00 a.m. CDT, January 26, 2018, via e-mail to [email protected]. Clearly mark the e-mail “Questions for RFQ#18-003-30 – (2) 2018 Tri-Axle Cab Chassis.” Phone call or faxed questions will not be accepted.

Answers to questions will be posted in the form of an addendum to the RFQ and placed on the Marinette County website http://www.marinettecounty.com on January 30, 2018, not later than 4:30 p.m. CDT. It is the responsibility of all interested vendors to access the website for this information. Calls for assistance with the website may be made to (715) 732-7419.

V. BID BOND

A bid bond check in the amount of 5% of the bid made payable to the Marinette County Highway Department must accompany all bids. Acceptable forms of bid bonds are:

Bid Bond signed by a surety company authorized to do business in the State of Wisconsin

Cashier’s check

Certified check

Letter of credit drawn on a responsible financial institution

U.S. Postal money order The County will issue a purchase order to the selected vendor. When the accepted units are delivered

F.O.B. to the equipment/body dealer, a progress payment equal to 100% of the Net Bid Price shall be

made to the cab & chassis bidder upon receipt of an invoice subsequently approved at the monthly

county board and highway committee meetings.

The 5% bid bond shall be held to assure cooperation between the cab & chassis dealer and the body

dealer to address any discrepancies. The 5% bid bond shall be returned to the chassis vendor upon

delivery and acceptance of the completed units F.O.B. at Peshtigo. This is typically 2-3 months from

delivery of cab & chassis to body dealer. A release, signed by both the body dealer and chassis vendor,

stating that all associated retrofit costs incurred at the body dealer are mitigated and are non-

chargeable to the Marinette County Highway Department must be provided prior to the release of the

5% bid bond. All required parts, maintenance & service manuals must be delivered to the Highway

Department before final release of the surety amount.

All supplies or equipment sold to the Marinette County Highway Department shall be sold at the risk of

the bidder until accepted by the Highway Committee.

Page 5: REQUEST FOR QUOTE (RFQ) #18-003-30 FOR: (2) 2018 TRI-AXLE ... · TENTATIVE TIMELINE RFQ posted by 4:30 p.m. CDT December 27, 2017 On-site Visits Week of January 8, 2018 ... Dual air

Page 5 of 24

VI. RFQ SUBMISSION REQUIREMENTS Original quote and one copy must be mailed or hand delivered. Quotes shall be clearly labeled RFQ#18-003-30 – (2) 2018 Tri-Axle Cab Chassis and submitted to the address listed below:

Dave Frisque Marinette County Highway Department 501 Pine Street Peshtigo, WI 54157

The quote must include: Attachment A – Bid Tabulation Sheet Attachment B –Statement of Understanding Attachment C - Addendum Sheet, if applicable 5% Bid Bond

Upon award of the contract, the selected vendor will be required to submit a federal W-9 Form and payment address to Marinette County. Vendors previously established with the county may have this requirement waived. The quote shall be prepared with a straightforward, concise delineation of the vendor’s capabilities to satisfy the requirements of this RFQ. A vendor may withdraw or modify its quote prior to the quote due date. Any changes or withdrawals must be made in writing prior to the quote due date.

VII. VENDOR SELECTION

The factors to be used by Marinette County in evaluating the quotes will include, but are not limited to, the following: • Vendor history with Marinette County • Additional benefits and services such as warranty/maintenance record • Proposed fee • Time of delivery of completed units FOB body dealer

VIII. CONTRACT TERMS

The vendor may provide a contract to be approved by Marinette County Corporation Counsel. If the vendor does not provide a contract, the vendor shall be required to sign a contract similar to Attachment D.

IX. FINANCIAL VERIFICATION Vendor’s financial solvency may be verified through financial background checks via Dun & Bradstreet or other means prior to contract award. Marinette County reserves the right to reject Quotes based on information obtained through these background checks.

X. OTHER

All work shall conform to all applicable industry standards, federal, state and local laws, codes and ordinances.

Page 6: REQUEST FOR QUOTE (RFQ) #18-003-30 FOR: (2) 2018 TRI-AXLE ... · TENTATIVE TIMELINE RFQ posted by 4:30 p.m. CDT December 27, 2017 On-site Visits Week of January 8, 2018 ... Dual air

Page 6 of 24

No vendor will be provided with financial and/or competitive vendor information on this Quote until after the award of contract has been made. At that time, all Quotes will be available for review in accordance with the Wisconsin Open Records Law. Marinette County shall not be held liable for any claims arising from disclosure required under the Wisconsin Open Records Law.

Marinette County and its departments are exempt from payment of all federal, state and local taxes on its purchases except Wisconsin excise taxes.

Any contract between vendor and Marinette County shall be subject to the laws of the State of Wisconsin. In connection with the performance of work under such contract, the vendor agrees not to discriminate against any employee or applicant for employment because of age, race, religion, color, handicap, sex, physical condition, developmental disability, sexual orientation, or national origin.

By responding to this Quote, prospective vendors acknowledge and accept the attachments, including insurance requirements and service template contract sample attached.

XI. PROJECT CHANGES Marinette County reserves the right to make changes to the project. Any changes in the scope of services shall be mutually agreed upon in writing by the Vendor and the County.

XII. ATTACHMENTS Attachment A – Tabulation Sheet Attachment B – Statement of Understanding of Quote Attachment C – Addendum Sheet

Page 7: REQUEST FOR QUOTE (RFQ) #18-003-30 FOR: (2) 2018 TRI-AXLE ... · TENTATIVE TIMELINE RFQ posted by 4:30 p.m. CDT December 27, 2017 On-site Visits Week of January 8, 2018 ... Dual air

Page 7 of 24

ATTACHMENT A RFQ#18-003-30

TWO (2) 2018 TRI-AXLE CAB & CHASSIS WITH TRADE IN OPTIONS BID TABULATION SHEET

MAKE: _________________ MODEL: ___________________ YEAR: __________ DELIVERY DATE F.O.B. TO BODY DEALER ______________________________ The earliest delivery date is a deciding factor as to successful proposer. Note: Proposer is responsible for delivery of cab & chassis to Body Dealer. 1. ENGINES: 12-15L, min 300hp, 1550 torque @ 1200 RPM w/Front PTO set up, Cummins preferred Note: Standard warranties to be the same as found on pages 17-18 of quote package MAKE _______________________ MODEL: __________________ RATED H.P.________@_______RPM & _______________ TORQUE 2. OEM AIR SUSPENSION SYSTEM: (all axle specifications to be the same as on page 9): Capacity at ground: 46,000 lb. minimum Capacity _________ Make __________ Model _____________

Describe Air Suspension System: _________________________________________________________________________

CAB & CHASSIS SPECIFICATIONS: The following aluminum, galvanized or steel cab and chassis series are acceptable for quote:

Specify: Aluminum _________ Galvanized _________Other (specify) _________________ Specify Cab and Chassis Model: _______________________________________________ All components shall have a minimum of 20" ground clearance and shall be located so as not to interfere with the placement of an under body scraper. COMPLIES MINIMUM CAB SPECIFICATIONS: YES NO 1. Fully insulated cab. _______ _______ 2. Fully insulated headliner. _______ _______ 3. Fully insulated floor. _______ _______

Page 8: REQUEST FOR QUOTE (RFQ) #18-003-30 FOR: (2) 2018 TRI-AXLE ... · TENTATIVE TIMELINE RFQ posted by 4:30 p.m. CDT December 27, 2017 On-site Visits Week of January 8, 2018 ... Dual air

Page 8 of 24

4. One piece molded rubber floor mat _______ _______ 5. Air ride cab suspension (CABMATE or Other specify________) _______ _______ 6. Stainless steel heated mirrors with heavy-duty hardware (Remote on both sides) + heated convex mirrors _______ _______ 7. Tinted glass, safety type _______ _______ 8. Tinted windshield, safety type. _______ _______ 9. Headliner, center mounted defroster circulation fan. _______ _______ 10. Power windows-Driver & Passenger side control (O.E.M.only) _______ _______ 11. Dual air horns (Grover round 15 1/2" X 4" or approved equal) _______ _______ 12. Stainless steel dual outside grab handles. _______ _______ 13. AM/FM radio w/CD _______ _______ 14. Power port w/additional accessory port _______ _______ 15. Dual arm rests _______ _______ 16. Dome light activated by door switches _______ _______ 17. Dual interior sun visors. _______ _______ 18. Outside sun visor painted to match truck _______ _______ 19. Tilt / telescopic steering _______ _______ 20. 18” Padded steering wheel _______ _______ 21. Oversize rear cab window _______ _______ 22. Exterior air temperature gauge (in-cab) _______ _______ 23. Daylight window in passenger door _______ _______ 24. Proper clearance for tire chains front and rear tires, not cables _______ _______ ADDITIONAL SPECIFICATIONS: 1. Rust protections/Undercoating _______ _______ 2. Heated windshield _______ _______ Please list price associated with addition options if applicable: __________________________________________________________________________________________________________________________________________________________________________ GENERAL: 66,000 Lb. G.V.W.R. Tandem-Axle MAKE: _____________ MODEL: ____________ HUB RATED CAPACITY: G.V.W.R. - 66,000 Lb. minimum G.A.W.R. - Front 27,000 Lb. minimum G.A.W.R. - Front __________________ G.A.W.R. - Rear 46,000 Lb. minimum G.A.W.R. - Rear ___________________ TRAILER PROVISIONS: Chassis must be set up with air brake piping assembly & fittings to rear of truck for trailer provisions with in-cab controls. Complies: Yes ___ No ____ Comment_________________________________ AXLE DIMENSIONS: Approximately 157”-163" Cab to Axle Wheelbase: 220" - 226"

Page 9: REQUEST FOR QUOTE (RFQ) #18-003-30 FOR: (2) 2018 TRI-AXLE ... · TENTATIVE TIMELINE RFQ posted by 4:30 p.m. CDT December 27, 2017 On-site Visits Week of January 8, 2018 ... Dual air

Page 9 of 24

Please explain deviations __________________________________________________ Cab - to center of trunnion: _________ In. Wheelbase: _________________ In. Turning Radius - Left: ____ Ft. Right: ____ Ft. BA dimension ______ inches Cab - to center of trunnion: _________ In. Wheelbase: _________________In. Turning Radius - Left: ____ Ft. Right: ____ Ft. BA dimension ___________ inches Confirm with body mfg. for right measurements of cab to axel. FRAME: Type required: Single full length heavy duty frame (127,000 PSI) State Section Modulus: ______ full = ______ per rail Resistance to Bending Moment: _____________ for entire length of frame Frame size: _____________________________________ Reinforced: One piece extended 24" in front of grill. After frame length required = 60". Provide shop drawings for any frame extension reinforcement. Y ____ N____ N/A ____ Complies: Yes ___ No ____ Comment_________________________________________________ FRONT AXLE & FRONT SUSPENSION: Steering: Sheppard integral power steering w/dual steer gears. Model: M100/M80 Front axle: Single I beam, Standard track configuration with zerk fitting on the rod ends, king-pins,

drag link, and ball joints. Set-back axle configuration. Capacity at ground: 27,000 Lbs. Front Suspension: Semi elliptic springs - leaf type Total capacity at ground: 27,000 Lb. Minimum Capacity _____________lbs. Maximum available degree of wheel cut: _________ Degrees Complies: Yes ___ No ____ Comment________________________________________________ BRAKES: Type: S-Cam brakes required front & rear. Heavy duty, full air with sufficient reserve tanks, as per FMVSS. Dust shields front/rear, inverted brake cans for asphalt dump clearance. Effective lining area: As required for G.V.W.R. & G.A.W.R. ratings. Shoe size front ___________ Chamber size _______ inches Shoe size rear ____________ Chamber size _______ inches Compressor to reservoir lines: Must be flexible type with flexible or rigid connections.

Page 10: REQUEST FOR QUOTE (RFQ) #18-003-30 FOR: (2) 2018 TRI-AXLE ... · TENTATIVE TIMELINE RFQ posted by 4:30 p.m. CDT December 27, 2017 On-site Visits Week of January 8, 2018 ... Dual air

Page 10 of 24

Antilock brake system: 4 Channel with air traction control & in cab switch (Prefer Bendix) Specify Brand __________________ Brake lines: Color coded nylon ______ braided lines Complies: Yes ___ No ____ Comment________________________________________________ AIR COMPRESSOR: Shall be a Cummins 18.7 C.F.M. or approved equal CAPACITY C.F.M. ________________________ COMPONENT: ___________________________ MAKE ______________ MODEL ________________ AUTOMATIC SLACK ADJUSTER: Meritor A.S.A. front & rear or approved equal. MAKE ____________MODEL_____________ AIR DRYER: Bendix AD-IS EP w/heater (or approved replacement) to be located on outboard left side of frame behind the battery box. 20" ground clearance is necessary for under body scraper. Complies: Yes ___ No ____ Comment________________________________________________ EMERGENCY BRAKE: Type: Air operated with cab control emergency air supply valve and remote air reservoir Complies: Yes ___ No ____ Comment________________________________________________ EXHAUST SYSTEM: Supply an exhaust system with configuration so as not to interfere with mounting of the dump box, combination oil-fuel tank and under body scraper. System shall have a minimum of 20" ground clearance. All flex tubing must be stainless steel & 90 elbow @ top of vertical stack. ELECTRICAL SYSTEM: Type: 12 volt, negative ground with eight (8) O.E.M. spare circuits/switches/wiring for cab-mounted strobes, rear box strobes, forward cab guard strobes, and additional cab-mounted plow lights. Complies: Yes ___ No ____ Comment________________________________________________

Page 11: REQUEST FOR QUOTE (RFQ) #18-003-30 FOR: (2) 2018 TRI-AXLE ... · TENTATIVE TIMELINE RFQ posted by 4:30 p.m. CDT December 27, 2017 On-site Visits Week of January 8, 2018 ... Dual air

Page 11 of 24

The following identification O.E.M. labels should be marked on the spare switches: Plow Lights, Roof Lights, Main Strobe, Scraper Lights, Wing Strobes & Top Strobes ALTERNATOR: Heavy duty, low speed cut-in w/ transistorized voltage regulator Delco Model # 24SI or Approved equal rated at 160 Ampere minimum. Complies: Yes ___ No ____ Comment_______________________________________________ BATTERY BOX: O.E.M. sealed aluminum battery box with non-slip step on driver’s side for batteries + additional O.E.M. step assembly on passenger side. Battery cables (00) or larger 3 - Heavy duty, threaded stud type, long life, maintenance free. S.A.E. cold cranking ampere (2075 minimum total CCA @ zero degrees) 20" ground clearance is necessary for under body scraper. Complies: Yes ___ No ____ Comment________________________________________________ Optional sealed aluminum battery box (empty)/step on passenger side Add $___________________ ELECTRICAL CIRCUIT PROTECTION: Automatic reset circuit breakers shall be used in place of fuses whenever possible. Rating - as required for adequate electrical protection. Complies: Yes ___ No ____ Comment________________________________________________ ELECTRONIC SUPPRESSION: Truck electrical systems shall be suppressed and not affect agency radio equipment. COMPLIES: Yes _____ No _____ Comment _____________________________________________ ENGINE ACCESSORIES: Oil Pan: Nickle-plated to prevent premature corrosion Compression Brake: Jacobs with in-cab three position control Air filter: Dry type w/ in cab filter minder Oil filter: Full flow "spin-on" type, mounted on the engine block. Fuel filter: Fuel Pro 380 w/ electric heater Electrical connectors: Weather pack silicone sealed chassis connectors required. Winter summer control: In cab control to provide air flow from outside the truck under

Page 12: REQUEST FOR QUOTE (RFQ) #18-003-30 FOR: (2) 2018 TRI-AXLE ... · TENTATIVE TIMELINE RFQ posted by 4:30 p.m. CDT December 27, 2017 On-site Visits Week of January 8, 2018 ... Dual air

Page 12 of 24

the hood as selected by the operator. The control shall be labeled for winter or summer uses with the outside air cleaner to be located on driver’s side of unit. Cooling fan: Must be 2 speed fan clutch for frequent start/stops. Engine heater Must be factory installed Complies: Yes ___ No ____ Comment_______________________________________________ COOLING SYSTEM: Construction: Bolt on tank construction preferred with composite construction requiring approval of the MCH. Radiator protection screen behind grille and silicone heater/coolant hoses required. Capacity: As needed for continuous low gear operations with loads of rated capacity with water/oil heat exchanger isolated from radiator for cooling of transmission. Variable speed required. Complies: Yes ___ No ____ Comment______________________________________________ CONSTRUCTION: Bolt on tanks ________Composite _______ CAPACITY: ______________ square inches TRANSMISSION: Allison World HD RDS 4500 6-Speed Wide Ratio Automatic (Torque capability to meet or exceed engine torque) MAKE: ________________ MODEL: ________________ Shift and indicator mounting: Prefer dash mounted location with push button control. Floor mounting must be approved by Marinette County. Column mountings will not be acceptable. Describe mounting location: ________________________

COMPLIES: YES NO

Selector: Control w/lighted position indicator. Indicator must clearly designate all ranges. _______ _______ Transmission oil filter: Shall be an internal element style. _______ _______ Transmission instruction plate: Dash board or left door in clear view of the driver. _______ _______ Transmission equipped w/port for connecting ground speed control sensing equipment. _______ _______

Page 13: REQUEST FOR QUOTE (RFQ) #18-003-30 FOR: (2) 2018 TRI-AXLE ... · TENTATIVE TIMELINE RFQ posted by 4:30 p.m. CDT December 27, 2017 On-site Visits Week of January 8, 2018 ... Dual air

Page 13 of 24

Automatic transmission oil cooler located so as not to interfere w/body installation _______ _______ Filler Tube with dip stick to be accessible from the engine compartment _______ _______ eCM to be relocated into the cab behind the passenger seat or other approved location _______ _______ PTO port available for transmission-mounted hydraulic pump _______ _______ REAR AXLE & REAR SUSPENSION: EATON DS461P single speed with power divider lock & lube oil pump w/ 18" ring gear Capacity at ground: 46,000 lb. minimum CAPACITY: ___________________ Axle gear ratio: ___________________________________________________ Axle gear ratio: To be determined following award, must meet a road speed of 65 mph, and must be approved by Marinette County. Rear suspension: Hendrickson HMS w/shock absorbers. Differential lock: Driver controlled in both front & rear axles of tandem assembly with in-cab indicator light. Gear lubricant: Synthetic gear lube required MAKE ______________ MODEL _______________CAPACITY:_________________ FUEL TANKS & FRONT BUMPER: The fuel tank is to be sufficient for transportation only. The front bumper shall be a frame mounted bolt-on type sufficient for use during non-winter related operations and is capable of meeting FMVSS. Separately mounted DEF tank mounted on left side to be included (state size/location). Complies: Yes ___ No ____ Comment________________________________________________ SEATS & SEAT BELTS: Driver's seat: NATIONAL, high back, air suspension, cloth fabric. MAKE ____________________ MODEL _______________

Page 14: REQUEST FOR QUOTE (RFQ) #18-003-30 FOR: (2) 2018 TRI-AXLE ... · TENTATIVE TIMELINE RFQ posted by 4:30 p.m. CDT December 27, 2017 On-site Visits Week of January 8, 2018 ... Dual air

Page 14 of 24

Passenger seat: NATIONAL, high back, non-suspension. Complies: Yes ___ No ____ Comment________________________________________________ Note: Seat belts with shoulder harness and retractors shall be provided for the driver and passenger locations. All metal to metal fasteners shall meet Federal Motor Vehicle Safety Standards. Dual arm rests required on both driver & passenger seats. FRONT WHEELS & FRONT TIRES: Hub piloted wheels: Single, disc style. (8,000# & 120 psi heavy duty rim) Rim size: 12:00 - 10 hole hub (Inset Rim) Wheel seals: National Federal-Mogul Teflon oil bath seals Complies: Yes ___ No ____ Comment________________________________________________ Front tires: Tubeless radial, over the road tire. Michelin XZY or Bridgestone M844F TL Size: 425 / 65 R 22.5 Load range: L (20 ply) or approved equal by Marinette Co. TIRE: _____________________ BRAND: __________________ TREAD: ______________________ SIZE: _____________________ Complies: Yes ___ No ____ Comment________________________________________________ REAR WHEELS & REAR TIRES: Hub piloted wheels: Dual, disc style (8,000# & 120 psi heavy duty rim) Rim size: 8:25 - 10 hole hub. Dual spacing for use of tire chains. Complies: Yes ___ No ____ Comment________________________________________________ Rear Tires: Tubeless, radial non-directional, mud and snow drive tire. Continental HDL Size: 11 R22.5 or approved equal by Marinette Co. Load range: H (16 ply) or equal. TIRE: ___________________ BRAND: __________________ TREAD: __________________ SIZE: ____________________ Complies: Yes ___ No ____ Comment________________________________________________ FRONT FENDERS & HOOD ASSEMBLY:

Page 15: REQUEST FOR QUOTE (RFQ) #18-003-30 FOR: (2) 2018 TRI-AXLE ... · TENTATIVE TIMELINE RFQ posted by 4:30 p.m. CDT December 27, 2017 On-site Visits Week of January 8, 2018 ... Dual air

Page 15 of 24

Construction: Fiberglass MATERIAL: ______________________ Type: Manufacturer's standard assembly. Forward tilting with stationary grille. Tilting hood shall be provided for routine maintenance without removal of the hood assembly or the snowplow push frame. Must have proper clearance for tire chains not cables. DESCRIBE HOOD ACCESS: __________________________________________ FENDER FLARES Fender flares of size recommended by the Manufacturer for chassis and completed truck. Complies: Yes ___ No ____ Comment________________________________________________ INNER FENDER MOTOR SPLASH GUARDS: Splash guards of size and type by Manufacturer for chassis and completed truck. To be hood mounted with sufficient bolt-on bracing for the heavy duty application and proper clearance for tire chains. COMPONENT: MAKE: __________________ MODEL: _______________ REAR VIEW MIRRORS: Type: Dual, electrically heated (control from in Cab), outside rear vision. Glass mounted in stainless steel frame, rubber or plastic not acceptable. Mounted with heavy duty hardware. Remote control on both sides + heated convex mirrors. Size: Approximately 16" X 7" w / 8" heated convex mirror (both sides) bottom mount. Complies: Yes ___ No ____ Comment________________________________________________ INSTRUMENT AND WARNING SYSTEM: The following instrument and warning systems shall be furnished. 1. Speedometer 2. Odometer 3. Tachometer 4. Fuel gauge 5. Hour meter: Prefer oil pressure activated or may be electric model activated by engine rpm.

Type:_____________________ 6. Engine coolant temperature gauge with high recommended temperature warning light & buzzer 7. Air pressure gauge with warning low-pressure warning light and buzzer. 8. Engine oil pressure gauge with low-pressure warning light and buzzer. 9. Transmission temperature gauge. 10. Manifold pressure gauge. 11. Engine air filter restriction gauge-in-dash mounted filter minder.

Page 16: REQUEST FOR QUOTE (RFQ) #18-003-30 FOR: (2) 2018 TRI-AXLE ... · TENTATIVE TIMELINE RFQ posted by 4:30 p.m. CDT December 27, 2017 On-site Visits Week of January 8, 2018 ... Dual air

Page 16 of 24

12. Voltmeter 13. Interior / exterior air temperature gauge 14. Air brake application pressure gauge 15. DEF gauge COMPLIES: Yes _____ No _____ If No, Describe _________________________________________ HEATER & DEFROSTER & AIR CONDITIONER: Heavy duty, hot water, fresh air, type with all controls for effective heating and/or defrosting under cold weather conditions with removable intake filter for winter use. Supply O.E.M. air conditioning unit. COMPLIES: Yes _____ No _____ BTU’s______________ WINDSHIELD WIPERS: Type: Dual, heavy duty, electric two-speed windshield wiper with intermittent speed control and electric washer. Blades: Rubber covered components similar to TRICO AR-11-1 blades. COMPLIES: YES __________________ NO ________________________ CONTROL LOCATION ______________________________________________ STANDARD LIGHTS: Headlights with high/low beams: Type: Sealed beam, 2 or 4 elements. Halogen Location: Standard production location. Lens color: Clear Control: Combination light control switch with turn signal mounted dimmer switch. COMPLIES: YES ___________________ NO ____________________ FRONT TURN SIGNAL AND PARKING LIGHTS: Location: Front fender Lens color: Front amber Parking light control: Combination light control switch. Turn signal control: Turn signal control switch and 4-way hazard warning switch. COMPLIES: Yes _____ No _____ Comments _________________________________ CAB CLEARANCE LIGHTS: Location: Outer front edge of cab top. Lens color: Amber Control: Combination light control switch

Page 17: REQUEST FOR QUOTE (RFQ) #18-003-30 FOR: (2) 2018 TRI-AXLE ... · TENTATIVE TIMELINE RFQ posted by 4:30 p.m. CDT December 27, 2017 On-site Visits Week of January 8, 2018 ... Dual air

Page 17 of 24

COMPLIES: Yes _____ No _____ Comments _________________________________ REFLECTORS: As required by Wisconsin state law. COMPLIES: Yes _____ No _____ Comments _________________________________ 4 - WAY HAZARD SWITCH: Type: As required to operate all turn signal lights simultaneously in a flashing mode, with heavy duty flasher. COMPLIES: Yes _____ No _____ Comments _________________________________ PAINT: Color: Bright Orange, comply w/ Dupont Imron 498H or Sikkens Navo 323 Areas: Cab shall be painted orange. The dealer shall provide all necessary information regarding lot # & paint codes to the body dealer for matching. Frame and running gear shall be painted manufacturer's black. COMPLIES: Yes _____ No _____ Comments _________________________________ PAINT SPEC. # _______________ STANDARD MANUFACTURER'S WARRANTY: Coverage: All defective parts and workmanship from delivery date & acceptance from the body dealer. Warranty on Chassis will start when we receive completed truck from body builder. Warranty Service: All defects shall be promptly corrected on-site at no cost to the Marinette County Highway Department. STATE STANDARD MANUFACTURER’S WARRANTY ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ STATE ADDITIONAL WARRANTIES, INCLUDE ADDITIONAL COSTS ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ LITERATURE:

Page 18: REQUEST FOR QUOTE (RFQ) #18-003-30 FOR: (2) 2018 TRI-AXLE ... · TENTATIVE TIMELINE RFQ posted by 4:30 p.m. CDT December 27, 2017 On-site Visits Week of January 8, 2018 ... Dual air

Page 18 of 24

Proposer shall submit two sets of literature describing the make and model of the truck that they propose to furnish. COMPLIES: Yes _____ No _____ Comments _________________________________________ Proposer shall give access to all online parts (for life of truck) and engine diagnosis programs for a minimum of 1 year at no cost. SUMMARY SHEET: A summary sheet of the manufactures truck components is to be supplied with the quote. SAFETY COMPONENTS: The truck shall be furnished complete with all safety components that are required by the current Federal Safety Standards for the size of truck proposed to be furnished. COMPLIES: Yes _____ No _____ Comments _________________________________________ NEW TRUCK INSPECTION: It will be the responsibility of the successful proposer to deliver the units F.O.B. Body Dealer. Before the trucks are delivered to the Dealer, the vendor shall make a complete inspection of the units to ensure operation of the trucks and that all parts are properly lubricated. The vendor shall correct any defects before delivery. COMPLIES: Yes _____ No _____ Comments ___________________________________________ F.O.B. BODY LOCATIONS: Monroe Truck Equipment, DePere Casper Truck Equipment, Little Chute Olson Trailer & Body, Green Bay Truck Equipment, Green Bay OPERATOR'S BOOKS: The successful proposer shall furnish at least one additional operator's instruction and maintenance manual to the destination to which units are delivered, in addition to the books which shall be in each truck. EXTRA KEYS: The dealer is to supply 4 extra keys for doors and ignition for the truck with no extra cost to Marinette County Highway Department. SERVICE MANUALS: Successful proposers shall have their District Manager or Fleet Service Manager contact Marinette County about warranty, service manuals, and service bulletins prior to vehicle delivery to the destinations. Two (2) sets of each manual or a adigital copy of the manuals listed below is required with no charge to Marinette County. Parts Manual - Custom illustrated * Service Manual * Line Sheet

Page 19: REQUEST FOR QUOTE (RFQ) #18-003-30 FOR: (2) 2018 TRI-AXLE ... · TENTATIVE TIMELINE RFQ posted by 4:30 p.m. CDT December 27, 2017 On-site Visits Week of January 8, 2018 ... Dual air

Page 19 of 24

Service Bulletin Updates as required. * Includes Engine, Transmission, and ABS brake system. COMPLIES: YES ________ NO ________ Manuals: Operators manual shall accompany each unit at time of receipt. The Marinette County Highway Department reserves the right to accept or reject any and all quotes, to waive any irregularities in quotes and to make the award of the quote in the best interest of the county. Special consideration will be given to a proposer based on past performance with regard to ability to stock & supply parts and components. The speed in which parts & components are received from suppliers, location of the facility to ship and deliver is very important. DELIVERY: It will be the responsibility of the successful truck vendor to guarantee delivery of the chassis within the quoted time to the body dealer. The chassis proposer is not responsible for delays created by the body installation dealer. The chassis dealer is responsible for prompt F.O.B. delivery to the Marinette County Highway Department in Peshtigo upon completion of the body package installation. TRAINING: The successful proposer shall provide reasonably available literature/videos for the training of mechanics and operators. COMPLIES: Yes _____ No _____ Comments _________________________________ PRICING: Year ____________________________ Make ____________________________ Model ________________________________________________ Price $ __________________________ Each

TRADE-IN UNITS

The units listed below may be used as trade in with the purchase of the (2) 2018 Tri-Axle Cab and Chassis.

#137 205 International 7400 4X2 Truck with dump box with snow removal equipment, mileage not known.

$_______________

#182 1997 International 2674 Truck with dump box with snow removal equipment, mileage not known.

$_______________

Page 20: REQUEST FOR QUOTE (RFQ) #18-003-30 FOR: (2) 2018 TRI-AXLE ... · TENTATIVE TIMELINE RFQ posted by 4:30 p.m. CDT December 27, 2017 On-site Visits Week of January 8, 2018 ... Dual air

Page 20 of 24

Proposed Tri-Axles

Year ____________________________ Make ____________________________ Model ________________________________________________ Price $___________________

Less Trade-In $___________________

Total Cost $___________________

The Marinette County Highway Department reserves the right to accept bids from the public for comparison of trade in unit quote from successful bidder prior to anticipated delivery date of new vehicles.

I have full authority to make such statements and to submit this quote as the duly recognized representative of the Proposer. ___________________________________ _________________ Signature of Duly Authorized Individual Date Printed Name: __________________________________________________

Title: __________________________________________________

Business Name: ___________________________________________________

Address: ___________________________________________________

Phone Number: ___________________________________________________

Email Address: ___________________________________________________

Page 21: REQUEST FOR QUOTE (RFQ) #18-003-30 FOR: (2) 2018 TRI-AXLE ... · TENTATIVE TIMELINE RFQ posted by 4:30 p.m. CDT December 27, 2017 On-site Visits Week of January 8, 2018 ... Dual air

Page 21 of 24

ATTACHMENT B RFQ#18-003-30

TWO (2) 2018 TRI-AXLE CAB & CHASSIS WITH TRADE IN OPTIONS

STATEMENT OF UNDERSTANDING OF QUOTE

____________________________________ Vendor name ____________________________________ Vendor’s address

____________________________________ City State Zip code

____________________________________ Contact person’s name & position

_____________________________________________________________ Vendor’s Phone number Vendor’s Fax Number

We have read the County’s Request for Quotes (RFQ) #18-003-30 for Two (2) New Tri-Axle Cab & Chassis including Trade In Options and fully understand its intent. We certify that we have adequate personnel, equipment, and license to perform said services. We understand our ability and fitness to perform shall be judged solely by Marinette County. In addition, we certify that:

(a) Our quote is not made in the interest or on behalf of any person not named therein;

(b) We have not directly or indirectly induced or solicited any person to submit a false or misleading quote or to refrain from proposing;

(c) We have not in any manner sought by collusion to secure an advantage over any other

vendor;

(d) We have thoroughly examined the RFQ requirements, and our proposed fees cover all costs for service/equipment we have proposed;

(e) We acknowledge and accept all the terms and conditions included in the RFQ; and

(f) I have full authority to make such statements and to submit this quote as the duly recognized

representative of the Proposer. ________________________________ _________________ Signature of Duly Authorized Individual Date

Page 22: REQUEST FOR QUOTE (RFQ) #18-003-30 FOR: (2) 2018 TRI-AXLE ... · TENTATIVE TIMELINE RFQ posted by 4:30 p.m. CDT December 27, 2017 On-site Visits Week of January 8, 2018 ... Dual air

Page 22 of 24

ATTACHMENT C RFQ#18-003-30

TWO (2) 2018 TRI-AXLE CAB & CHASSIS WITH TRADE IN OPTIONS

ADDENDUM SHEET

(If Addendums exist for this project, please sign, date, and submit with Quote.)

The undersigned acknowledges receipt of the following addenda:

Addendum #1 ______________________ Initials ________________

Addendum #2 ______________________ Initials ________________

Addendum #3 ______________________ Initials ________________

Addendum #4 ______________________ Initials ________________

Addendum #5 ______________________ Initials ________________

The undersigned agrees with the following statement: I have examined and carefully prepared the response to quote from the plans and specifications and have checked the same in detail before submitting to Marinette County. Name Signature Date All vendors are responsible to check for addenda, posted on the county website at www.marinettecounty.com, for this project prior to the due date. No notification will be sent if addenda are posted unless there is an addendum within three (3) business days of RFQ due date. All vendors receiving initial notification of project will be notified by Marinette County of all addenda issued within three (3) business days prior to due date. If a RFQ has already been submitted, vendor is required to acknowledge receipt of addendum via fax or e-mail prior to due date. A new RFQ response must be submitted by vendor if addendum affects costs. Vendors that do not have internet access are responsible to contact Marinette County at 715-732-7419 to ensure receipt of addenda issued. RFQs that do not acknowledge addendums may be rejected. All RFQs submitted shall be sealed. Envelopes are to be clearly marked with required information. Sealed RFQs that are opened by mistake due to inadequate markings on the outside may be rejected and returned to the vendor.

Page 23: REQUEST FOR QUOTE (RFQ) #18-003-30 FOR: (2) 2018 TRI-AXLE ... · TENTATIVE TIMELINE RFQ posted by 4:30 p.m. CDT December 27, 2017 On-site Visits Week of January 8, 2018 ... Dual air

Page 23 of 24

ATTACHMENT D

MARINETTE COUNTY SAMPLE AGREEMENT

THIS AGREEMENT is made by and between Marinette County, a municipality, hereinafter referred to as COUNTY, and ________________________________, hereinafter referred to as VENDOR, for the purpose of _________________________________________________________. The parties agree as follows: 1. Contact Persons and Contract Administrators:

COUNTY’s agent and contact person is: Name Whose principal business address is: Department Address

Marinette WI 54143

VENDOR agent and contact person is:

Name: Title: Company: Address: City, State:

Telephone: 2. VENDOR agrees the following services, as set forth in the response to the Request for Quote (RFQ)

dated ____________________ will be provided to Marinette County. 3. VENDOR agrees to present manufacturer’s literature regarding materials & warranty.

4. Start/Completion dates to be determined.

5. COUNTY agrees to the following:

Payment Terms – COUNTY will pay the VENDOR within 30 days of receipt of an invoice.

6. Both parties agree that the relationship between the parties shall be that of an independent VENDOR and shall not be construed to be an Employer-Employee relationship; specifically the parties agree that:

VENDOR will be responsible to pay all Federal, State and social security taxes on any income received under this Agreement.

COUNTY will pay no fringe benefits or other compensation to VENDOR.

Page 24: REQUEST FOR QUOTE (RFQ) #18-003-30 FOR: (2) 2018 TRI-AXLE ... · TENTATIVE TIMELINE RFQ posted by 4:30 p.m. CDT December 27, 2017 On-site Visits Week of January 8, 2018 ... Dual air

Page 24 of 24

7. VENDOR will provide and maintain certificates of insurance with minimum limits as follows:

General liability, each occurrence $1,000,000 Auto liability, each occurrence $ 300,000 Workers Compensation Statutory Requirements

Certificates of insurance indicating COUNTY as additional insured must be presented to COUNTY’s agent with a signed copy of this agreement prior to commencing work. Additionally, all policies shall contain endorsements by respective insurance companies waiving all rights of subrogation, if any, against COUNTY and shall further provide that policies are not cancelable except upon thirty days written notice to COUNTY.

8. VENDOR hereby agrees to release, indemnify, defend and hold harmless Marinette County, its officials, officers, employees and agents from and against all judgments, damages, penalties, losses, costs, claims, expenses, suits, demands, debts, actions and/or causes of action of any type or nature whatsoever, including actual and reasonable attorney fees, which may be sustained or to which they may be exposed, directly or indirectly, by reason of personal injury, death, property damage, or other liability, alleged or proven, resulting from or arising out of the performance under this agreement by vendor, its officers, officials, employees, agent or assigns. Marinette County does not waive, and specifically reserves, its right to assert any and all affirmative defenses and limitations of liability as specifically set forth in Wisconsin Statutes, Chapter 893 and related statutes.

9. This contract may be amended in writing by mutual agreement of both parties at any time. 10. This agreement shall be governed by the laws of the State of Wisconsin. 11. COUNTY may terminate this agreement in the event VENDOR breaches any of the terms of the

agreement or for unsatisfactory performance by VENDOR. Termination shall be immediate upon written notification by the COUNTY.

__________________________________________________ _____________________ VENDOR Date _________________________________________________ _____________________ Kathy Brandt, County Clerk Date


Recommended