REQUEST FOR BID For Trucks. Bid Notice

Similar documents
REQUEST FOR BID For Trucks. Bid Notice

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

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

TENDER HALF TON PICKUP TRUCK, 4x4

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

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

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

Town of Digby. Tender Equipment Purchase 4 WD One Ton Truck CONTENTS

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

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

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

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

BID SPECIFICATIONS PURCHASE 4-WHEEL DRIVE PICKUP TRUCK WITH PLOW

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. January 10, 2018

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

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

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

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

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

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

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

City Business Registration Number Signature Title

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

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

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

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

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

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

REQUEST FOR QUOTATION

REQUEST FOR QUOTE. Half Ton Trucks CONTRACT NO ADDENDUM NO.2

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

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

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

H OUSTON COUNTY BOARD OF COM M I SSI ONERS

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

TENDER NO. RFT REQUEST FOR TENDER: PW 2018 OR 2019 FULL SIZE 4X4 CREW CAB 4 DOOR 3/4 TON PICKUP TRUCK. THURSDAY, JULY 5, 2018 at 1:00 p.m.

July 9, Re: Tender 4 X 4 Regular Cab ¾ Ton Work Trucks. Dear Sir:

#2018-RFP-06. Utility Work Carts

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

PART A TENDER SUBMISSION

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

BOCC MEETING TRANSMITTAL. #4 - Effective and Responsive Government. Consent. Ongoing

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

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

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

Everything You Need! Phone , Ext. 229

Request for Quote # Armored Vehicle for Hammond Police Swat Team

Purchasing Department Finance Group INVITATION TO BID

Houston County Purchasing Department

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

GALLATIN PUBLIC UTILITIES

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

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

PRESSURE WASHER SYSTEM AND TRAILER, COMMERCIAL DUTY

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

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

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

H OUSTON COUNTY BOARD OF COM M I SSI ONERS

Invitation for Bid # Tandem Axle Dump Truck

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

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

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

INVITATION TO BID Fort Morgan Golf Course Golf Carts

MONTEREY PENINSULA REGIONAL PARK DISTRICT BOARD OF DIRECTORS MEETING

City of Lewiston Finance Department Allen Ward, Purchasing Agent

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

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

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

Town of South Windsor, Connecticut. Police Department

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

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

Tractor/Trailer Lease Bid No. PR-08-P1A

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

Guelph/Eramosa Township

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

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

2018 Golf Cart Lease Sunset Valley Golf Club

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

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

REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02

Community Unit School District # Church St Loami, IL

TENDER FOR SUPPLY AND DELIVERY OF ONE (1) NEW 2019 or LATER MODEL MINI CARGO VAN (GVW MINIMUM 4700, MAXIMUM 5500)

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

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

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

Department of Finance Purchasing Department INVITATION TO BID

145 HP, FRONT WHEEL ASSIST TRACTOR 3/17/15 Page 1. Mountrail County Road and Bridge SPECIFICATIONS FOR

Request for Bids INFORMATION FOR BIDDERS. FURNISH THE CITY OF DERBY, KANSAS, ONE (1)2014 or NEWER TANDEM AXLE 10 YARD DUMP TRUCK w/ PLOW

CITY OF CORALVILLE th Street, Coralville, IA

KENDALL COUNTY HIGHWAY DEPARTMENT

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

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

MONTGOMERY COUNTY PUBLIC WORKS DEPARTMENT P. O. BOX 663 INDEPENDENCE, KANSAS PH FAX

Please note the following in regards for the Tractor and Tractor Mount Runway Broom and Blower bid:

The bid from Modern Chevrolet was the lowest responsive, responsible bidder with a bid of $37, Attachments: Proposal/bid tab sheet RFP

RHODE ISLAND TURNPIKE & BRIDGE AUTHORITY

INVITATION TO BID (ITB)

Town of Digby. Tender Equipment Purchase Fire Truck Pumper/Tanker

Transcription:

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