City of Tucson Procurement

Tier 3: 5,001 - 7,500 hours of operation ..... At the same time, the Contractor is
expected to exercise sound and fiscally-responsible judgment in performing or ...

Part of the document

CITY OF TUCSON
REQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL NUMBER: 120398
PROPOSAL DUE DATE: NOVEMBER 28, 2011, AT 4:00 P.M. LOCAL AZ
TIME
PROPOSAL SUBMITTAL LOCATION: DEPARTMENT OF PROCUREMENT
255 W. ALAMEDA, 6TH FLOOR, TUCSON, AZ 85701
MATERIAL OR SERVICE: 85,000 LB. TRUCK-TYPE LANDFILL USE
EQUIPPED BULLDOZER
PRE-PROPOSAL CONFERENCE DATE: NOVEMBER 15, 2011
TIME: 1:00 P.M., LOCAL AZ TIME LOCATION: CITY HALL, ATTORNEY'S CONFERENCE ROOM 255 W. ALAMEDA, 7TH FL.,
TUCSON, AZ 85701
CONTRACT OFFICER: VICTORIA CORTINAS, C.P.M., CPPB
TELEPHONE NUMBER: (520) 837-4140
Victoria.Cortinas@tucsonaz.gov
Interested offerors may obtain a copy of this complete solicitation by
calling (520) 791-4217. A copy of this solicitation and possible future
amendments may also be obtained from our Internet site at:
http://www.tucsonprocurement.com/ by selecting the Bid Opportunities link
and the associated solicitation number. Competitive sealed proposals for the specified material or service shall be
received by the Department of Procurement, 255 W. Alameda, 6th Floor,
Tucson, Arizona 85701, until the date and time cited. Proposals must be in the actual possession of the Department of Procurement
at the location indicated, on or prior to the exact date and time indicated
above. Late proposals shall not be considered. The prevailing clock shall
be the City Department of Procurement clock. Proposals must be submitted in a sealed envelope. The Request for Proposal
number and the offeror's name and address should be clearly indicated on
the outside of the envelope. All proposals must be completed in ink or
typewritten. Questions must be addressed to the Contract Officer listed
above.
****NOTICE**** Effective July 1, 2009, the City will no longer mail Notices of available
solicitations via the U.S. Postal Service. Email notifications will be
provided to those vendors that have updated their vendor record and
selected email as their preferred delivery method. For information on how
to update your vendor record, please visit www.tucsonprocurement.com, click
on What's New? and read the section titled "Notice of Solicitations." You
may also call (520) 791-4217 if you have questions.
VC/sd PUBLISH DATE: November 4, 2011
INTRODUCTION The City of Tucson, herein referred to as the City, is requesting proposals
from qualified firms for the purchase of a 85,000 lb. Track-Type Landfill
Use Equipped Bulldozer as per the requirements herein, for the City's
Environmental Services Department. *** PLEASE NOTE *** THIS IS NOT AN IFB *** This solicitation is a Request for Proposal (RFP). It is NOT an Invitation
For Bid (IFB). In the IFB process, award is made to the lowest responsible
and responsive bidder. In the RFP process, award is made to the
responsible Offeror whose proposal is most advantageous to the City. To respond to this Request for Proposal (RFP), interested Offerors must
include a response to all criteria that are listed in the Proposal
Evaluation Requirements section: Price Proposal, Method of Approach, and
Qualifications and Experience. Failure to include a response to all the
evaluation criteria may be cause for rejection. Attendance at the Pre-Proposal Conference is highly encouraged. The
conference will explain the RFP process and clarify the contents of this
solicitation. If an Offeror is unable to attend the Pre-Proposal
Conference, questions should be directed to the Contract Officer whose name
appears above. Requirements and qualifications are defined in detail in the Scope of
Services Section of this RFP. SCOPE OF SERVICES The intent of the Scope of Services is to describe the minimum requirements
for the purchase of an 85,000 lb. Track-Type Landfill Use Equipped
Bulldozer to be operated by City personnel at a City landfill for purposes
for which the equipment is designed. I. GENERAL REQUIREMENTS A. CURRENT PRODUCTS: All offers offered in response to this
solicitation shall be in current and ongoing production; shall have
been formally announced for general marketing purposes; shall be a
model or type currently functioning in a user (paying customer)
environment and capable of meeting or exceeding all specifications and
requirements set forth in this solicitation. B. BRAND OR TRADE NAMES: The Technical Requirements represent an ideal
landfill dozer that the City feels is best suited for its operating
environment. Any manufacturer's names, trade names, brand names or
catalog numbers used in the solicitation are for the purpose of
describing and/or establishing the quality, design and performance
required. Any such reference is not intended to limit or restrict any
/offer by any Contractor, but is only listed in order to advise
potential Offeror/Contractors of the requirements of the City. Any
/offer, which proposes like quality, design or performance, will be
considered. The reference to brand names and part numbers is not
intended to limit or restrict any offer by any Offeror. C. REPORTS: Contractor will be required to furnish the City of Tucson
with MONTHLY progress reports confirming status of delivery dates as
agreed upon. Reports for vehicles ordered by the City shall be
submitted to James Seeds, Fleet Equipment Specialist, 4004 S. Park
Avenue, Tucson, AZ 85714. These reports shall consist of, but not
limited to the following: 1. Copy of Contractor's order to the factory.
2. Copy of factory acknowledgment of order indicating scheduled
date of production and shipment from factory.
3. Factory generated computer status reports.
4. Notification to the City of any changes in production or
shipping dates.
5. Any special information the Contractor shall have that would
affect the timely delivery of the vehicles ordered in accordance
with original delivery date promise.
In lieu of written reports submitted to Fleet Services, the contractor
may provide access to an Internet based on-line order tracking system.
Any on-line system provided must provide the information required
above. The contractor must provide all access codes necessary to view
this information. D. WORKMANSHIP: All workmanship and the installation of components
shall be performed in a professional, uniform and effective manner.
The City of Tucson will be the sole judge of the workmanship and
quality of the product prior to acceptance of the equipment. E. KEY PERSONNEL: It is essential that the Contractor provide adequate
experienced personnel, capable of and devoted to the successful
accomplishment of work to be performed under this Contract. The
Contractor must agree to assign specific individuals to the key
positions. The Contractor agrees that, once assigned to work under this
Contract, key personnel shall not be removed or replaced without
written notice to and subsequent concurrence by the City. If key personnel are not available for work under this Contract for a
continuous period exceeding thirty calendar days, or are expected to
devote substantially less effort to the work than initially
anticipated, the Contractor shall immediately notify the City, and
shall, subject to the concurrence of the City, replace such personnel
with personnel of substantially equal ability and qualifications. F. OPERATIONAL WEIGHT: MANDATORY REQUIREMENT: Under no circumstances
will any component of the suspension system and required equipment be
acceptable if that component will cause the total OPERATIONAL WEIGHT
of the vehicle/equipment offered to fall below the stated minimum.
Offers quoting components that cause the OPERATIONAL WEIGHT to be
reduced will be rejected. Contractors will ensure the vehicles/equipment offered complies with
all motor vehicle laws applicable, and that no component rating will
be exceeded. By submitting a offer, the Contractor warrants that the
equipment as a whole, and the components individually specified in the
Contractor's offer, will meet or exceed the OPERATIONAL WEIGHT
requirements as requested. If deficiencies in equipment specification
by the Contractor are not discovered until the time of equipment
delivery, the Contractor agrees to repair and/or replace deficient
components at the Contractor's sole expense to correct the
deficiencies. G. PARTS AND SERVICE MANUALS: Three (3) operator's manuals for each
machine ordered, to be provided upon machine delivery. Two (2) parts,
service, shop repair, and overhaul manuals to be provided upon machine
delivery. H. DELIVERY DOCUMENTATION: The following documents are due upon
delivery of the completed vehicles to the City:
a. Invoice
b. Warranty document
c. Required parts and service manuals Upon contract award, the Contractor will