H OUSTON COUNTY BOARD OF COM M I SSI ONERS

Similar documents
H OUSTON COUNTY BOARD OF COM M I SSI ONERS

H OUSTON COUNTY BOARD OF COM M I SSI ONERS

Houston County Purchasing Department

TENDER HALF TON PICKUP TRUCK, 4x4

REQUEST FOR BID For Trucks. Bid Notice

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

REQUEST FOR BID For Trucks. Bid Notice

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

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES

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

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

Request for New Heavy Duty 3/4 ton Pickup Truck for Lee County Emergency Management

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.

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

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

GROTON UTILITIES. INVITATION TO BID ONE (1) x4 SUPER CAB PICKUP TRUCK MARCH 14, :00 P.M. BID PROPOSAL GU 18-Q3

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

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

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

PART A TENDER SUBMISSION

THE MUNICIPALITY OF WEST ELGIN. QUOTE FOR THE SUPPLY OF ONE - 1/2 Ton Pickup Truck INSTRUCTIONS TO BIDDERS

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

CITY OF DUBUQUE VEHICLE BID BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S OFFICE FINANCE DEPARTMENT 50 WEST 13TH STREET

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

INVITATION FOR BID BID NO FOR: 2014/15 LIGHT DUTY TRUCKS AND VANS COMMODITY CODE:

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks

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

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

REQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018

Bartlesville Police Department CITY OF BARTLESVILLE, OKLAHOMA BID SPECIFICATIONS FOR Police Pursuit SUV Bid#

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

INVITATION TO BID. January 10, 2018

Guelph/Eramosa Township

Town of South Windsor, Connecticut. Police Department

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

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 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

Everything You Need! Phone , Ext. 229

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

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

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID

City of Lewiston Finance Department Allen Ward, Purchasing Agent

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

ALLEGANY COUNTY COMMISSIONERS ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS. June 2018 BIDDING SPECIFICATIONS FOR NEW ONE-HALF TON PICKUP TRUCKS

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

TENDER 2018 OR 2019, ONE AND A HALF TON CAB/CHASSIS, 4X4, DUMP BODY TRUCK

REQUEST FOR PROPOSAL FOR CITY OF PARSONS 2018 CLEAN TENNESSEE ENERGY GRANT FIVE (5) CNG FUELED VEHCILES FORM OF BID A

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

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

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

KENDALL COUNTY HIGHWAY DEPARTMENT

VEHICLE SPECIFICATIONS Mid-Sized 4 X 4 Sport Utility Vehicle REV 05/16

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

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

INVITATION FOR BID BID NO FOR: ASSORTED 2018 PICKUP TRUCKS COMMODITY CODE:

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

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck

CITY OF KYLE, TEXAS INVITATION FOR BID (IFB) NO: PM

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

CLINTON COUNTY SOIL & WATER CONSERVATION DISTRICT 6064 Route 22, Suite 1 Plattsburgh, NY (518) x3

Request for Proposals: (1) 2018 FORD TAURUS SEDAN SE (1) 2018 Ford F-150 XL Regular cab 4x4 (2) 2018 Ford F-150 XL 4x4 Crew Cab 4x4

INVITATION TO BID (ITB)

City Business Registration Number Signature Title

CUBA-RUSHFORD CENTRAL SCHOOL DISTRICT 5476 ROUTE 305 CUBA, NEW YORK ******** BID FORM FOR. Truck 2018 or Newer ********

Bartlesville Police Department CITY OF BARTLESVILLE, OKLAHOMA BID SPECIFICATIONS FOR Full-Size Police Pursuit Vehicle Bid#

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For HEAVY DUTY TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager

INVITATION TO BID (ITB)

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

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

Hancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY PHONE (270) FAX (270)

One (1) New Ford E-450 Commercial Cutaway Van with Knapheide KUV High Roof Body Bid No Notice to Bidders

PRESSURE WASHER SYSTEM AND TRAILER, COMMERCIAL DUTY

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

PURCHASING DEPARTMENT

PROPOSAL FORM 2014 FUEL BID

Request for Bids Medium Duty Truck Cab & Chassis, and Equipment

BID SPECIFICATIONS PURCHASE 4-WHEEL DRIVE PICKUP TRUCK WITH PLOW

(ADDENDUM COVER SHEET)

NOTES: 2:00 1, N.

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

2018 Golf Cart Lease Sunset Valley Golf Club

Q10. What are the payment terms? A10. Payment terms vary per participating agency. Refer to Page 16 of bid document.

Request for Quote # Armored Vehicle for Hammond Police Swat Team

CITY OF CORALVILLE th Street, Coralville, IA

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

REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/KRT/09/004 DATE: 18/01/2009

GALLATIN PUBLIC UTILITIES

REQUEST FOR QUOTES Invitation to Bid

VEHICLE SPECIFICATIONS 12 PASSENGER OFF CENTER AISLE VAN REV 02/19

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

FLORIDA SHERIFFS ASSOCIATION & FLORIDA ASSOCIATION OF COUNTIES

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY OF CHARLEVOIX REQUEST FOR BIDS WESTENBROEK SUBSTATION 48VDC BATTERY BANK

Invitation for Bid # Tandem Axle Dump Truck

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

Transcription:

H OUSTON COUNTY BOARD OF COM M I SSI ONERS 2020 KI N GS CH A PEL ROAD TELEPH ON E (478) 218-4800 PERRY, GA 31069-2828 FACSIMILE (478) 218-4805 M ARK E. BAKER PURCHASING A GEN T August 14, 2018 Dear Vendor: The Houston County Board of Commissioners is soliciting sealed bids for the provision of four (4) new 2018 or 2019 year model Half Ton Crew Cab Truck for use by the Houston County Sheriff s Office. This vehicle should be titled in the name of Houston County Board of Commissioners. Our minimum specifications and instructions are attached. Please quote your bid price FOB destination. To receive consideration, your sealed bid will be accepted in the Purchasing Department office ONLY located at, Perry, Georgia 31069-2828 until 2:00 p.m. on Thursday, September 6, 2018. Your sealed bid package MUST be marked: SEALED BID #19-07 Half Ton Crew Cab Truck HCSO Your sealed bid must be received at the above address before the 2:00 p.m. deadline on Thursday, September 6, 2018. Delivery date must be stated on your bid quote. Bids will be evaluated, recapped and presented to the Houston County Board of Commissioners during their scheduled meeting on Tuesday, September 18, 2018 at 6:00 p.m. at the Houston County Annex in Warner Robins, Georgia. Bid award will be based on the best value to Houston County. HOUSTON COUNTY RESERVES THE RIGHT TO ACCEPT NONE, ALL OR ANY PART OF YOUR BID AND WAIVE ALL INFORMALITIES. If you should have any questions regarding this bid request, please do not hesitate to contact me. Sincerely, Enclosures Mark E. Baker Purchasing Agent

H OUSTON COUNTY BOARD OF COM M I SSI ONERS 2020 KI N GS CH A PEL ROAD TELEPH ON E (478) 218-4800 PERRY, GA 31069-2828 FACSIMILE (478) 218-4805 M ARK E. BAKER PURCHASING A GEN T BID 19-07 SPECIFICATIONS: This bid is for the purchase of Four (4) 2018 or 2019 One-Half Ton Crew Cab Truck for use by the Houston County Sheriff s Office. Your bid must confirm to the following minimum specifications. Meets Specs YES NO 1. Crew Cab, 5.5 Foot Bed, 4x2, GVWR 6500 2. Brakes: Power ABS 3. Bumper: Step Bumper 4. Colors: Exterior/Magnetic Gray Interior/No Color Specification 5. Engine: Minimum 5.0L V-8 Flex Fuel Engine 6. Flooring: Rubber Flooring No Carpet - with HD Mats 7. Factory Air Conditioning and Heater 8. Keys: Three (3) keys per vehicle, keyless entry (key number must appear on billing documents) (multiple vehicles must be keyed separately) 9. AM-FM-CD-Radio-SYNC or Bluetooth Capable 10. Seats: Front 40/20/40 Bench / Front: Vinyl / Rear: Vinyl 11. Steering: Power Steering 12. Tires: Five (5) each; P235/70Rx17 with full size spare, All Terrain 13. Wheels: Steel 14. Transmission: Heavy Duty Automatic, 6-speed 15. Windows: Solar Tinted Glass, Factory 16. Windows/Locks/Mirrors: Power 17. Electronic Locking Rear Differential 18. Tilt/Cruise 19. Trailer Tow Package 20. Fuel Tank: Standard 21. Cab Steps 22. Rearview Camera 23. Reverse Sensing 24. Spray-In Bed Liner ADDITIONAL ITEMS REQUIRED: Vehicle(s) must be delivered with the following: 1. Certificate of Origin. 2. Odometer Statement. 3. MV-1 Motor Vehicle Tag/Title Application (please contact Purchasing Department to obtain the exact name to title the vehicle(s)). 4. Check in the amount of $21.00 for tag/title made out to the Houston County Tax Commissioner. 5. Manufacturer s Specification Sheet. 6. Window Sticker (original). 7. Owner/Operator Manual. 8. Keys/Key Fobs: Three (3) complete sets. 9. Your Invoice dated the day of delivery.

H OUSTON COUNTY BOARD OF COM M I SSI ONERS 2020 KI N GS CH A PEL ROAD TELEPH ON E (478) 218-4800 PERRY, GA 31069-2828 FACSIMILE (478) 218-4805 M ARK E. BAKER PURCHASING A GEN T BID CERTIFICATION Bid 19-07: Four (4) 2018 or 2019 One Half Ton Crew Cab Truck for the Houston County Sheriff s Office. Make/Year/Model Bid: Projected Delivery Date: Your Delivered Bid Price: Warranty: I hereby certify that my bid quote meets or exceeds Houston County Board of Commissioners bid specifications. In compliance with this bid request, bidder agrees if this bid is accepted within thirty (30) days from opening, to furnish any or all items upon which prices are quoted, at the price set opposite each item and to deliver item(s) as they were bid. By signing below, bidder certifies that he/she has read, understands and is able to comply with all requirements included in this bid package. Company Name Contact Person Address Telephone Number Fax Number E-Mail Address Authorized Signature Printed Name Date

INSTRUCTIONS/GENERAL SPECIFICATIONS TO BIDDERS: The following will bind bidders to the terms and conditions herein set forth, except as specifically qualified in any special bid and contract terms issued with any individual bid. Any questions or clarifications may be directed to Mark E. Baker, Purchasing Agent. 1. Bid Awards will be based on the best value to Houston County. Bids should be tabulated, totaled, and checked for accuracy. The unit price will prevail in case of errors. Quote all prices FOB Destination. Destination to be specified at time of order. All required information should be included in your bid for your proposal to receive full consideration. The following criteria are used in determining low responsible bidders: (a) Ability, capacity, and skill of bidder to perform required service; (b) Whether bidder can perform service promptly or within specified time; (c) The character, integrity, reputation, judgment, experience, and efficiency of bidder; (d) The performance of previous contracts; (e) The suitability of equipment or material for County use; (f) The ability of bidder to provide future maintenance and parts service; and (g) Local preference: Bids awarded to local vendors contribute to the local tax base and will, therefore, be given special consideration when bidding against outside vendors. Bids received from vendors within the confines of the County will be given preference if their bid is within three percent (3%) of the low bid submitted by any out-of-county bidder. This policy does not apply to any purchases of materials, equipment or services in excess of $150,000.00. On those cases, the Board of Commissioners will make their decision based on the lowest and best bid as submitted. 2. Bidder Requirements: All bidders must be recognized dealers in the materials, services or equipment specified and be qualified to advise in their application or use. A bidder at any time requested must satisfy the Purchasing Department that they have the requisite organization, capital, plant, stock, ability and experience to satisfactorily execute the contract in accordance with the provisions of the contract in which they are interested. 3. Specifications: Houston County will reject any materials, supplies or equipment that do not meet specifications, even though bidder lists the trade name or names of such materials on the bid or price quotation form. 4. Sales Tax: Houston County Board of Commissioners is exempt from all State Sales Tax and Federal Excise Tax. 5. Sealed Bids: shall be addressed to the Houston County Purchasing Department,, Perry, Georgia 31069-2828. NO OTHER county offices will accept bids unless specified on the bid. Also, ABSOLUTELY NO FAXED OR PHONED IN BIDS WILL BE ACCEPTED OR CONSIDERED FOR AWARD. Page 1 of 4 Pages

6. Vehicles and Motorized Equipment: Delivery is to be made to the address listed above unless expressly indicated on the Houston County Board of Commissioners official purchase order. Low bidder shall provide the following: (a) Check for Tag and Title Fee: $21.00 per vehicle. Your check must be made payable to: HOUSTON COUNTY TAX COMMISSIONER. (b) Three (3) keys per vehicle. (c) Window sticker (original) and/or line setting sheet from each vehicle. (d) Certificate of Origin. (e) Manufacturer Specification Sheet. (f) MV-1 Motor Vehicle Tag/Title Application. (g) Odometer Statement. (h) Owner/Operator Manual. (i) Your invoice dated the day of delivery. 7. Vehicle General Specifications: Requirements specified herein shall apply to all vehicles purchased by Houston County. This specification is not complete without specific requirements in the detail specifications. In the event of conflict between these general specifications and the detail specifications listed in the specific bid, the detail specifications listed on the specific bid will apply. (a) Applicable Documents: Reference to publications in the detailed specifications shall apply to those issues in effect on the date of the invitation to bid, unless otherwise specified. (b) Components, Assemblies and Accessories: The vehicle shall have all of its components, assemblies, and accessories installed and shall be delivered to the County meeting or exceeding all applicable requirements of the Environmental Protection Agency Regulations, Federal Motor Vehicle Safety Standards, Federal Motor Carrier Safety Regulations and Industry Specifications, Standards and Regulations that are in effect on the date of manufacture. (Note: All components, assemblies, and accessories shall be factory installed unless otherwise noted.) (c) Controls, Instruments and Operating Machines: Located for left-hand drive. Complete and conveniently accessible to driver. Instruments and controls clearly identified as to function. (d) Cooling Systems: Liquid pressurized forced circulation type, consisting of the necessary components of such design and capacity to maintain the engine at optimum safe temperature under all operating conditions without any loss of coolant. Optimum engine temperatures shall be maintained with the vehicle loaded and continuously operating at all drivable altitudes and grades in ambient temperatures ranging from minus 30 to 120 degrees Fahrenheit. Thermostat controlled and suitable for operation with permanent type antifreeze solution. Easily accessible drain outlets shall be provided to allow complete cooling system drainage. Coolant recovery system to be furnished. Page 2 of 4 Pages

(e) Design: New models in current productions, complete with all necessary components and accessories customarily furnished, together with such modifications as may be necessary to enable the vehicle to function reliably and efficiently in sustained operation. Design to permit accessibility for maintenance purposes with minimal disturbance of other components or assemblies. The term heavy duty as used to describe an item, shall be defined to mean in excess of the usual performance, quantity, quality or capacity that is normally supplied with the standard production item. (f) Emission Controls: All vehicles shall comply with the Environmental Protection Agency requirements on Air Pollution. (g) Exhaust System: Manufacturer s heaviest duty system available for engine furnished. Corrosion resistant and securely fastened and routed to protect components from hazards. System shall comply with Federal Motor Vehicle Safety Regulations. (h) Exterior Finishes: Standard production finishes. (i) Heater and Defroster: Hot water heating systems with fresh air intakes. Discharge outlets to floor and defroster louvers shall be provided. Systems shall be equipped with multi-speed blowers. (j) Materials: New and of quality conforming to current engineering and manufacturing practice. No defects and suitable for the intended service. (k) Noise Level Interior and Exterior: Vehicles shall comply with Federal Interstate Noise Standards. (l) Pre-Delivery Servicing and Adjustment: The dealer shall not attach any dealer identification, advertising or similar material to the vehicle. Prior to acceptance by the County, the dealer shall service and adjust each vehicle for operational use, to include as a minimum, the following: (i) (ii) (iii) (iv) (v) (vi) (vii) (viii) focusing of lights; tuning of engine; adjustment of accessories; checking of electrical, braking and suspension systems; charging of battery; alignment of front end; inflation of tires; and balancing of all wheels, including the spare. (m) Inspection: Unless otherwise specified in the contract or purchase order, the supplier shall be responsible for the performance of all inspection and test requirements necessary to ensure compliance with requirements of this and the applicable detail specifications. This action does not preclude subsequent inspection and testing by the County to further determine conformance with specification requirements for performance, quality standards of workmanship, material and construction techniques. Page 3 of 4 Pages

(n) Service and Repair: Houston County shall expect the manufacturer to have adequate stocks of replacement parts available to service County vehicles and to make delivery within a reasonable time of all normal replacement parts to their dealers who may service County vehicles. The County further expects that warranty service and repairs as well as non-warranty service and repairs be handled without prejudice by local dealerships throughout the United States. (o) Tires and Wheels: (i) All Tires furnished shall be black wall, tubeless-type with standard highway tread design. Capacity to the maximum load imposed by the evenly and fully loaded vehicle. Conform to the Tire and Rim Association, Inc. Spare tire and wheel, factory installed, shall be furnished. (ii) Wheels must be the manufacturer s recommended size and capacity for the vehicle offered. Rim contours and sizes shall conform to the correct recommendations of Tire and Rim Association, Inc. (p) Tools: For each factory installed vehicle jack and lug wrench. Page 4 of 4 Pages