REQUEST FOR BID For Trucks Bid Notice Bell County Water Control & Improvement District No. 1 (District) is soliciting a Request for Bid for three (3) trucks to be used in its water and wastewater operations. Sealed Bids must be delivered to: Ricky Garrett, General Manager Bell County Water Control & Improvement District No.1 201 S. 38 th Street Killeen, TX 76543 Exterior of the Bids must be clearly marked: BID: Trucks Closing Time: 1:00 pm September 14, 2016 Bids received after the closing will not be accepted and will be returned to the bidder unopened. There will be no public opening of the bids. The bid will be awarded on September 28, 2016. Questions should be addressed to: Trevor Butler, Maintenance Supervisor 201 S. 38 th Street Killeen, TX 76543 254.681.3851 The District reserves the right to waive irregularities and reject any or all bids. 1
REQUEST FOR BID For Trucks Instructional Requirements for Bidding 1. The sealed envelope containing the completed bid shall be marked legibly on the outside with description of the item being proposed as shown on the cover sheet of the Request for Bid. 2. The bidder shall initial each page and sign and date the last page of the bid in the packet that is representative of his offer. The person signing the Bid must have authority to bind the firm to a contract. Bids which are not signed and dated in this manner may be rejected. 3. Bids received after the deadline shall be considered void and unacceptable and will be returned to the bidder unopened. The District is not responsible for lateness or non-delivery of mail, carrier etc. The bid will be marked with the time and date of receipt. This will be considered the official time of receipt. 4. Facsimile and e-mail transmittals will not be accepted. 5. The District reserves the right to reject any and all Bids as it shall deem to be in the best interests of the District. Receipt of any bid shall under no circumstances obligate the District to accept the lowest dollar bid. 6. Bids cannot be altered or amended after submission deadline. Any alterations or erasure made before opening time must be initialed by the signer of the Bid, guaranteeing authenticity. 7. Bids may not be withdrawn or cancelled by the bidder without the permission of the District for a period of ninety (90) days following the date designated for the receipt of bids. 8. The District is exempt by law from payment of Texas Sales Tax. 2
Truck Specifications and Bidding Requirements 1. The specifications listed on the Bid Form are intended to describe full sized trucks which are of the latest model in current production and shall be of good quality as to workmanship and material used. The bidder represents that all equipment offered in the bid shall be new, current year models and shall meet or exceed all state and federal standards and requirements. The District intends to purchase the following trucks: i. one (1) full size, commercial truck, Crew cab (4 full doors), 4x4, Standard truck bed eight (8) feet in length (referred to as the Compost Truck) ii. one (1) full size, commercial truck, crew cab (4 full doors), 2 wheel drive, standard short bed (referred to as the Water Operations Truck) iii. one (1) full size, commercial truck (single cab), 2 wheel drive, dual rear wheel, Flat bed eight (8) feet in length (referred to as the Water Flatbed Truck) 2. Bidders must submit with their bid the latest cuts and printed literature on equipment that the bidder proposes to furnish. This literature shall include an engine chart corrected to standard conditions of air temperature and pressure showing horsepower and other characteristics. 3. The District has a Ford Fleet Number (KX783) which should be taken into consideration when bidding. 4. The bid will be awarded to the bidder with the lowest combined bid for ALL THREE trucks that meet the bid specifications. 5. All prices shall be F.O.B., Bell County Water Control & Improvement District No. 1, 201 S. 38 th Street, Killeen, Texas 76543. All three trucks are required to be delivered on the same day. 6. Bids shall include value of trade-in vehicles. The vehicles marked for trade-in will be available for inspection at the address listed above on August 24, 2016 at 1:00 PM and on September 7, 2016 at 1:00 PM. Please contact Trevor Butler to set up an appointment for inspection. 7. Bid prices for each truck shall be entered on the Bid Form. If a bidder desires to submit more than one bid for any of the trucks, the entire bid form may be photocopied and submitted. 8. Any variation from the specifications must be listed on a separate sheet of paper and attached to the bid. 3
BID FORM Compost Truck Class 2 250 SRW 4x4 or equivalent TRUCK 1. MODEL: A. One (1) latest Model, (Class 2) 250 or equivalent size truck, 4x4, Crew Cab (4 full doors), standard truck bed 8 feet in length. B. XL or equivalent décor package. 2. ENGINE: A. Must be Diesel engine, capable of 300HP or better, also capable of 600lb.-ft of torque or better. B. Federal Emissions C. Engine block heater. Diesel 300HP+ 600lb.-ft+ other 3. TRANSMISSION: The transmission must be automatic with a minimum of six (6) speeds, heavy duty column shift and the maximum cooling system offered by the manufactured for this series. BF-1
4. CHASSIS: A. Suspension package: Heavy duty front suspension. Heavy duty rear suspension to support hauling. B. Vehicle shall be equipped with a trailer/tow package, receiver hitch capable of handling trailer safely. 5. TIRES AND WHEELS: A. To be American-made, tubeless (10 ply tire or higher), All-terrain tires, full size spare wheel and tire. 6. BODY: A. Crew cab (4 full doors). B. Powered towing mirrors. C. Vehicle Color White. D. Trim Color. _ E. Interior Material and Colors_ BF-2
7. ELECTRICAL SYSTEM A. Battery: Two (2) Twelve (12) volt, minimum cold cranking performance of 1000 amperes. B. Appropriate trailer plug for trailer lighting with electrical brakes. 8. SAFETY EQUIPMENT A. Driver and passenger air bags. B. Left and Right outside tow mirrors, remote from the driver s side. 9. ADDITIONAL EQUIPMENT A. Towing package, to include trailer brake controller. _ B. Air conditioning: Electronic Climate Control. Factory installed. C. Window tint. 35% on all windows except windshield. D. Seats: Front 40/20/40 with folding center consol. E. Radio: AM/FM radio, CD, Aux input, Clock. BF-3
F. Power windows, power door locks, power towing mirrors. G. Factory style running boards. Bid comply? Yes No H. Tilt steering wheel, cruise control. I. Three (3) Keyless Entry Remotes 10. BODY BED: A. Standard 8 foot bed, with spray in bed liner. 11. SERVICE AND WARRANTY: The vendor shall furnish a standard manufacturer s service and warranty policy and shall pay any cost of inspection and adjustment that may be necessary in accordance with this warranty. Warranty details: BF-4
12. BID EXCEPTIONS Any exceptions that do not comply with the specs required. This sheet must accompany the bid and the information requested BF-5
BID FORM Compost Truck Class 2 250 SRW 4x4 or equivalent TRUCK Bid Price Trade-in value Delivery time in calendar days Warranty period Name of Company submitting bid Represented by (printed name) Business address City, State, Zip Phone Number Date Signature and Title THIS SHEET MUST ACCOMPANY THE BID AND THE INFORMATION REQUESTED MUST BE FILLED IN BF-6
BID FORM Water Operations Truck Class 1 150 or equivalent TRUCK 1. MODEL: A. One (1) latest Models, (Class 1) 150 or equivalent size truck, Crew cab (4 full doors), standard short bed, 2WD. B. XL or equivalent décor package. 2. ENGINE: A. Must be gasoline of 8 cylinders and minimum of 5 liters. B. Federal Emissions 3. TRANSMISSION: The transmission must be automatic, heavy duty column shift and the maximum cooling system offered by the manufactured for this series. 4. CHASSIS: A. Suspension package: Heavy duty suspension. B. Rear axle capable of power to both rear wheels? (Limited slip, positrac, trac-loc). BF-7
C. Vehicle shall be equipped with a trailer/tow package, receiver hitch capable of handling trailer safely. 5. TIRES AND WHEELS: A. To be American-made, tubeless (10 ply minimum), All-terrain tires. 6. BODY: A. Crew cab (4 full doors) B. Powered mirrors. C. Vehicle Color White. D. Trim Color _ E. Interior Material and Colors_ 7. ELECTRICAL SYSTEM A. Battery: heavy duty (12) volt. B. Appropriate trailer plug for trailer lighting with electrical brakes. 8. SAFETY EQUIPMENT A. Driver and passenger air bags. B. Left and Right outside mirrors, remote from the driver s side. BF-8
9. ADDITIONAL EQUIPMENT A. Air conditioning: Electronic Climate Control. Factory installed. B. Window tint. 35% on all windows except windshield.. C. Seats: Front 40/20/40 with folding center consol. D. Radio: AM/FM radio, CD, Aux input, Clock. E. Power windows, power door locks, power mirrors. F. Tilt steering wheel, cruise control. G. Three (3) Keyless Entry Remotes 10. BODY BED: A. Color white, Matching truck body B. Standard short bed with spray in bed liner. BF-9
11. SERVICE AND WARRANTY: The vendor shall furnish a standard manufacturer s service and warranty policy and shall pay any cost of inspection and adjustment that may be necessary in accordance with this warranty. Warranty details: 12. BID EXCEPTIONS Any exceptions that do not comply with the specs required. This sheet must accompany the bid and the information requested BF-10
BID FORM Water Operations Truck Class 1 150 or equivalent TRUCK Bid Price Trade-in value Delivery time in calendar days Warranty period Name of Company submitting bid Represented by (printed name) Business address City, State, Zip Phone Number Date Signature and Title THIS SHEET MUST ACCOMPANY THE BID AND THE INFORMATION REQUESTED MUST BE FILLED IN BF-11
BID FORM Water Flatbed Truck Class 5 550 DRW or equivalent TRUCK 1. MODEL: A. One (1) latest Model, (Class 5) 550 or equivalent size truck, 2 wheel drive, Single Cab, dual rear wheels with eight (8) foot flat bed. B. XL or equivalent décor package. 2. ENGINE: A. Must be Diesel engine, capable of 300HP or better, also capable of 600lb.-ft of torque or better. B. Federal Emissions Diesel 300HP+ 600lb.-ft+ other C. Engine block heater. 3. TRANSMISSION: The transmission must be automatic with a minimum of six (6) speeds, heavy duty column shift and the maximum cooling system offered by the manufactured for this series. BF-12
4. CHASSIS: A. Suspension package: Heavy duty front suspension. Heavy duty rear suspension to support hauling. B. Rear axle to have highest GVWR available. C. Vehicle shall be equipped with a trailer/tow package. 5. TIRES AND WHEELS: A. To be 19.5 inch wheel, American-made, tubeless (10 ply tire or higher), All-terrain tires, full size spare wheel and tire. 6. BODY: A. Single cab. B. Powered towing mirrors. C. Vehicle Color White. D. Trim Color. _ E. Interior Material and Colors_ BF-13
7. ELECTRICAL SYSTEM A. Battery: Two (2) Twelve (12) volt, minimum cold cranking performance of 1000 amperes. 8. SAFETY EQUIPMENT A. Driver and passenger air bags. B. Cab clearance lights. C. Left and Right outside tow mirrors, remote from the driver s side. 9. ADDITIONAL EQUIPMENT A. Towing package. To include trailer brake controller, and exhaust braking system. B. Air conditioning: Electronic Climate Control. Factory installed. _ C. Window tint. 35% on all windows except windshield. D. Seats: Front 40/20/40 with folding center consol. E. Radio: AM/FM radio, CD, Aux input, Clock. BF-14
F. Power windows, power door locks, power towing mirrors. G. Tilt steering wheel, cruise control. H. Three (3) Keyless Entry Remotes I. Factory style running boards. 10. BODY BED: A. Flat bed, black in color. B. Headache rack. C. Receiver hitch and gooseneck ball, with appropriate trailer plugs to support electrical trailer brakes. D. Tool box, under flatbed, in front of rear axle on driver and passenger side. 11. SERVICE AND WARRANTY: The vendor shall furnish a standard manufacturer s service and warranty policy and shall pay any cost of inspection and adjustment that may be necessary in accordance with this warranty. Warranty details: BF-15
12. BID EXCEPTIONS Any exceptions that do not comply with the specs required. This sheet must accompany the bid and the information requested BF-16
BID FORM Water Flatbed Truck Class 5 550 DRW or equivalent TRUCK Bid Price Trade-in value Delivery time in calendar days Warranty period Name of Company submitting bid Represented by (printed name) Business address City, State, Zip Phone Number Date Signature and Title THIS SHEET MUST ACCOMPANY THE BID AND THE INFORMATION REQUESTED MUST BE FILLED IN BF-17