BOCC MEETING <C_ TRANSMITTAL EST. 1883 Submitted By: Division/Elected Office: Strategic Plan Priority # Keith Laube Date Submitted: 1/9/2018 Road & Bridge BOCC Meeting Date: 1/17/2018 #4 - Effective and Responsive Government Discussed with County Manager? Yes Date Discussed: 1 1/9/2018 Reviewed by County Attorney? Yes Date Reviewed: 1/8/2018 Discussed with Commissioners? If so, when? Is a Public Hearing Required? Does this item require a Resolution? Included in Current Budget? Yes I - if no, attach a Budget Amendment Annual Expense Annual Revenue $711,000.00 Is this a Grant? Additional Employees Required? Is this subject to annual renewal? Is this a Bid Award? (If yes, attach bid summary) New Employee Introduction (1st Meeting of each Month) County's Match If so, how many? Fiscal Rule #: Purchase Amount Employee Name (Division/EO) Regular Agenda or Consent Agenda? Consent Program is New, Ongoing, or Temporary? Ongoing Summary (note this text will be used for the BOCC agenda): Consideration and possible authorization of the Board approval for Montrose County to seek bids for six (6) new tandem axle trucks. Bidding the tandem axle trucks supports Strategic Plan Priority #4 Effective and Responsive Government.
INVITATION TO BID Bid Package Montrose County New Tandem Axle Trucks Bids Due and Opening Thursday, February 8, 2018 Time: 2:00 p.m. Location Montrose County Road and Bridge Office 949 N. 2nd Street Montrose, CO 81401 1
General Conditions Montrose County is accepting sealed bids for six (6) new tandem axle trucks. Submitted bids must be enclosed in a sealed opaque envelope marked "New Tandem Axle Trucks" with the name of the bidder and delivered to Montrose County Road & Bridge, Attn: Keith Laube, 949 rth 2nd St, Montrose, CO 81401, no later than Thursday, February 8, 2018 at 2:00 p.m. local time. The bids will be opened immediately thereafter and read aloud. Bids received after the time due will not be considered and will be returned to the bidder un-opened. Bid Packages can be downloaded from Montrose County's web site using the following link: http://www.montrosecounty.net/bids.aspx The successful bidder will be issued a Purchase Order. Payment to Contractor will be made upon delivery of trucks and approval of invoice(s). Payment will follow normal County payment processing cycles for issuance of checks. Bids are to be submitted on the Bid Forms included within the bid package. Bidder must provide the Unit Bid Price and Total Bid Price on the Bid Schedule Form. In case of discrepancy on the Bid Schedule Form, the Unit Bid Price governs. Any modifications to the Invitation to Bid package will be an Addendum and posted to the County website at least 3 working days prior to the bid due date and distributed to all known bidders. It is the responsibility of the bidder to verify if an addendum has been issued. In the event an Addendum is issued, an Acknowledgment to Addendum will be included and must be returned with the bid. Awarding of Bid Award may be made to the lowest responsive, responsible bidder meeting applicable county and state procurement requirements. In reviewing the bids received, the County reserves the right to reject, for any reason whatsoever, any and all bids, and to waive any informality or irregularity in a bid. The County reserves the right to accept the bid that provides the best value to the County in the County's sole discretion. The action to award a contract is subject to approval by the Board of County Commissioners. The submission of a bid does not in any way commit the County to enter into an agreement or contract with that bidder. It is anticipated that award of the contract will be made within two (2) weeks of the bid opening. All bidders will be notified of the Commissioners decision. A purchase order will be used for authorization to proceed. Requirements of Successful Bidder Furnish a completed Form W-9 "Request for Taxpayer Identification Number and Certification". Provide one parts book, service manual and repair manual for each truck. 2
Additional Terms and Scope of Services 1. The bidder shall meet the specifications as shown on Attachment "A" Specifications for New Tandem Axle Trucks. 2. Bid submittal shall include printed specifications and advertising literature on the trucks being bid. 3. Trucks shall be of the latest model year and must be 2017 or newer. 4. Contractor shall deliver trucks to the Montrose County Fleet Division located at 949 N. 2n d Street, Montrose, Colorado by no later than July 31, 2018, unless written permission by the County is granted to extend the completion date. 5. For further information regarding specifications please contact Richard Emerson at 970-964-2450 or e-mail at remerson@montrosecounty.net. 3
Bid Form Page 1 of 2 BIDDER INFORMATION Bidder: Address: Phone Number: E-Mail Address: Representative's Signature Printed Name of Signer Title Date Exceptions or Comments 4
Bid Form Page 2 of 2 BID SCHEDULE FORM New Tandem Axle Trucks Bid Item Description Quantity Unit Price* Total Price New tandem axle truck 6 *Unit price shall be FOB destination (Montrose). Delivery shall be to 949 N. 2 nd Street, Montrose, Colorado. Pricing is to be free of sales tax. Specific warranties included in Bid Price: Estimated delivery time after receipt of purchase order: BID ACKNOWLEDGMENT New Tandem Axle Trucks The undersigned, having carefully read and considered the Invitation to Bid for the Montrose County New Tandem Axle Trucks Bid, does hereby offer to supply such services to the County of Montrose, Colorado in the manner described and subject to the Contract Documents. The undersigned further states that this bid is made and submitted in good faith and is not founded on, or in consequence of, any collusion, anticompetitive agreement or other type of anticompetitive activities between themselves and any other interested party, in restraint of free competition. Bidder Business Name Authorized Representative Signature Authorized Representative Name & Title (print) Date 5
Public tice Invitation to Bid NEW TANDEM AXLE TRUCKS Montrose County is accepting sealed bids for six (6) new tandem axle trucks. Submitted bids must be enclosed in a sealed opaque envelope marked "New Tandem Axle Trucks" with the name of the bidder and delivered to Montrose County Road & Bridge, Attn: Keith Laube, 949 rth 2nd St, Montrose, CO 81401, no later than Thursday, February 8, 2018 at 2:00 p.m. local time. The bids will be opened immediately thereafter and read aloud. Bids received after the time due will not be considered and will be returned to the bidder un-opened. Bid Packages can be downloaded from Montrose County's web site using the following link: http://www.montrosecounty.net/bids.aspx For further information regarding specifications, please contact Richard Emerson at 970-964-2450 or e-mail at remerson@montrosecounty.net. The Board of County Commissioners may award the bid to the lowest responsive, responsible bidder meeting applicable county and state procurement requirements. In reviewing the bids received, the County reserves the right to reject, for any reason whatsoever, any and all bids, and to waive any informality or irregularity in a bid. The County reserves the right to accept the bid that the County determines in its sole discretion provides the best value to the County. The action to award a contract is subject to approval by the Board of County Commissioners. The submission of a bid does not in any way commit the County to enter into an agreement or contract with that bidder.
ATTACHMENT "A" SPECIFICATIONS FOR NEW TANDEM AXLE TRUCKS General Service TRUCK/TRAILER CONFIGURATION DOMICILED, USA 50 STATES (INCLUDING CALIFORNIA AND CARB OPT-IN STATES) EXPECTED FRONT AXLE(S) LOAD: 20,000.0 lbs EXPECTED REAR DRIVE AXLE(S) LOAD: 46,000.0 lbs EXPECTED GROSS VEHICLE WEIGHT CAPACITY: 64,000.0 lbs EXPECTED GROSS COMBINATION WEIGHT: 80,000.0 lbs LH PRIMARY STEERING LOCATION FRONT PLOW/END DUMP BODY Engine 505 HP @ 1625 RPM, 1900-280 -10 (81,856.00) _GOV RPM, 1850 LB/FT @ 975 RPM or EQUIVALENT 2008 CARB EMISSION CERTIFICATION CLEAN IDLE COMPRESSION BRAKE Transmission AUTOMATED SHIFT AUTOMATIC TRANSMISSION PTO INSTALLED FOR DUMP, AND WATER TRUCKS PUSH BUTTON ELECTRONIC SHIFT CONTROL, DASH MOUNTED AIR TO OIL TRANSMISSION COOLER Front Suspension 18,000# FLAT LEAF FRONT SUSPENSION FRONT SHOCK ABSORBERS Rear Axle and Equipment 46,000# R-SERIES TANDEM REAR AXLE 3.91 REAR AXLE RATIO Rear Suspension 46,000# REAR SPRING SUSPENSION 56-INCH AXLE SPACING REAR SHOCK ABSORBERS - TWO AXLES (TANDEM) Trailer Connections NO TRAILER AIR HOSE AIR CONNECTIONS TO END OF FRAME WITH GLAD HANDS FOR TRUCK AND NO DUSTCOVERS PRIMARY CONNECTOR/RECEPTACLE WIRED FOR SEPARATE STOP/TURN, ABS CENTER PINPOWERED THROUGH IGNITION 7-WAY PRIMARY TRAILER CABLE RECEPTACLE MOUNTED END OF FRAME NO TRAILER ELECTRICAL CABLE Page 1 of 2
Wheelbase & Frame 5750 MM (226 INCH) WHEELBASE 3/8X3-1/2X10-3/4 INCH DOUBLE CHANNEL120 KSI STEEL FRAME (3/8 INCH OUTER AND 1/4 INCH INNER) 1650 MM (65 INCH) REAR FRAME OVERHANG FRAME OVERHANG RANGE: 61 INCH TO 75 INCH 24 INCH INTEGRAL FRONT FRAME EXTENSION CALC'D BACK OF CAB TO REAR SUSP C/L: 136.0 in NO DECK PLATE NO FIFTH WHEEL Fuel Tanks 125 GALLON/473 LITER ALUMINUM FUEL TANK LH FUEL TANK(S) FORWARD LH FULL LENGTH FUEL TANK STEPS DAVCO 482 FUEL WATER SEPARATOR WITH 12 VOLT PREHEATER IN TANK FUEL LEVEL SENDER(S) Tires & Wheels MICHELIN XZY-3 315/80R22.5 20 PLY RADIAL FRONT TIRES OR EQUIVALENT MICHELIN XDE M/S 11R24.5 16 PLY RADIAL REAR TIRES OR EQUIVALENT 22.5X9.00 10-HUB PILOT 3.12 INSET 10-HAND ALUMINUM DISC FRONT WHEELS 24.5X8.25 10-HUB PILOT 2-HAND STEEL DISC REAR WHEELS Cab CONVENTIONAL CAB STANDARD INTERIOR WHITE EXTERIOR PAINT BLACK FRAME AM/FM/WB RADIO CRUISE CONTROL HEATER, DEFROSTER AND AIR CONDITIONER HVAC DUCTING WITH MAIN FRESH AIR FILTER Page 2 of 2