BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET P. O. BOX 347 STATESBORO, GEORGIA INVITATION TO BID

Similar documents
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

NELSON COUNTY FISCAL COURT

INVITATION FOR BID 2015 ROLL OFF/ON TRUCK BODY W/HOIST

NOTICE TO BIDDERS. ONE (1) NEW TANDEM AXLE TRUCK (cab & chassis)

GALLATIN PUBLIC UTILITIES

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

BANNOCK COUNTY SOLID WASTE

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

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

REQUEST FOR QUOTATIONS

ALLEGAN COUNTY ROAD COMMISSION PROPOSAL FOR WESTERN STAR TANDEM REAR AXLE DUMP TRUCKS (CAB & CHASSIS) MINIMUM 64000# GVWR

INSTRUCTIONS TO BIDDERS AND SPECIFICATIONS FOR A 7-8 CUBIC YARD DUMP TRUCK

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

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

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

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2015 MACK GU 713 $110, (INCLUDING OPTION) TIER 3

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

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

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION A 2013 Mack GU 713 $109, (INCLUDING OPTIONS)

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

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

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

One (1) Current Model Year Cab/Chassis with Chipper Body and Articulating Crane Mounted Bid No Notice to Bidders

REQUEST FOR BID For Trucks. Bid Notice

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 for Bid # Tandem Axle Dump Truck

SALT TRUCK - SHORT TANDEM

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

REQUEST FOR BID For Trucks. Bid Notice

INVITATION TO BID (ITB)

Request for Proposal. Articulated Loader

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

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

QUOTE For a 2017 Fire Department Conventional Truck Chassis-Water Tender With PTO Pump

CITY OF CORALVILLE th Street, Coralville, IA

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)

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

PROPOSAL FORM 2014 FUEL BID

REQUEST FOR SEALED BID CAB/CHASSIS FOR MEDIUM DUMP TRUCK WITH SALT SPREADER NOVEMBER 18, 2015

FLAT BED STAKE BODY TRUCK

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

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

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

The bidder shall furnish a complete set of Operator, Service, and Parts Manuals with each body sold.

INVITATION TO BID 61 ZERO TURN RADIUS MOWER

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

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

INVITATION TO BID (ITB)

Department of Finance Purchasing Department INVITATION TO BID

CITY OF UNION CITY. County of Hudson State of New Jersey CORPORATION APPLICATION FOR LICENSE FOR BUSINESS OR OCCUPATION TOWING

BID SPECIFICATIONS FOR HEAVY DUTY DUMP TRUCK CHASSIS - OPTION D CT660S $129, (INCLUDING OPTION)

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

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

(ADDENDUM COVER SHEET)

INVITATION TO BID Fort Morgan Golf Course Golf Carts

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

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

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

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

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

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

STATE OF MINNESOTA EQUIPMENT SPECIFICATION. SPECIFICATION: September 2012 Page 1 SINGLE AXLE CAB & CHASSIS

Houston County Purchasing Department

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

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION B (MANUAL TRANSMISSION) OX BODIES/16 STAMPEDE $24, (INCLUDING OPTIONS)

PART A TENDER SUBMISSION

Town of South Windsor, Connecticut. Police Department

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

Purchasing Department Finance Group INVITATION TO BID

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

TENDER HALF TON PICKUP TRUCK, 4x4

INVITATION TO BID. January 10, 2018

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

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

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

CITY OF MARSHALL, MINNESOTA

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

CURBSIDE RECYCLING TRUCK

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

REQUEST FOR QUOTATION 2014-RFQ-10 FOR TANDEM DUMP TRUCK CONVENTIONAL CAB

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

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

Community Unit School District # Church St Loami, IL

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

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

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

NOTICE OF INVITATION FOR COMPETITIVE SEALED BIDS FOR MOTOR GRADERS (Guadalupe County IFB No )

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

MANISTEE COUNTY ROAD COMMISSION 2019 TANDEM AXLE TRUCK SPECIFICATIONS AND BID REQUIREMENTS (ALTERNATE BID) January 4, 2018

NOTICE OF BID. The City of Pigeon Forge is receiving bids on one knuckle boom trash loader for the sanitation department.

H OUSTON COUNTY BOARD OF COM M I SSI ONERS

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

2018 Golf Cart Lease Sunset Valley Golf Club

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

RHODE ISLAND TURNPIKE & BRIDGE AUTHORITY

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL

MONTEREY PENINSULA REGIONAL PARK DISTRICT BOARD OF DIRECTORS MEETING

BID SPECIFICATIONS FOR 16 STEEL DUMP BODY OPTION C (AUTOMATIC TRANSMISSION) WARREN WXL-16 $17, (INCLUDING OPTIONS)

OFFICE OF SUPERINTENDENT DELAWARE COMMUNITY SCHOOL CORPORATION 9750 N CR 200 East Muncie, IN Phone: Fax:

Transcription:

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET P. O. BOX 347 STATESBORO, GEORGIA 30459 INVITATION TO BID The Bulloch County Board of Commissioners (herein after referred to as Bulloch County ) is soliciting competitive sealed bids from qualified suppliers for the purchase of one (1) 64,500 lb. G.V.W.R. solid waste truck. Bids will be received until 3:00pm local time on October 18, 2017, at the Bulloch County Board of Commissioners Office, 115 North Main Street, Statesboro, Georgia 30458. Any bid received after this date and time shall not be accepted. Bids will be publicly opened and read in the Library/Conference Room 102 located in the Bulloch County Commissioners North Main Annex, 115 North Main Street, Statesboro, GA 30458, on October 18, 2017, at 3:00pm. The outside of the sealed envelope shall include the wording: Solid Waste Roll-Off Truck Bid; Bid Opening: October 18, 2017 @ 3:00pm; Attn: Faye Bragg, Purchasing Manager. The written proposal documents supersede any verbal or written prior communications between the parties. Bidders will be fully responsible for the delivery of their bids in a timely manner. Reliance upon U.S. Mail or other carriers is at the bidder's risk. Late bids will not be considered. There is a check list on page 14 that lists items that must be included in the sealed bid package. Failure to return any of the items on the check list will be just cause for non-acceptance of the bid package. Local Buying Preference: Departments are encouraged to use local vendors whenever possible. However, the County cannot pay a much higher price to do so because there is an obligation to the taxpayers to use our financial resources wisely. A local vendor is considered any offeror who can provide evidence to the Purchasing Department of meeting all of the following criteria in response to a quotation or bid: Having a principal business location within the county for a minimum of six (6) months prior to the issuance of a bid solicitation (a principal business location is defined as a corporation, limited liability company, partnership or sole proprietorship that maintains within Bulloch County its headquarters, a point-of-sale site where goods are sold to customers and a financial transaction is completed, or a locally-owned franchise). Having a valid occupational tax certificate by a jurisdiction located in Bulloch County. 1

Having all obligations owed to Bulloch County paid in full and not be delinquent, including rents, taxes, fees, and fines. A small business is defined as 51% owned by one (1) or more persons whose primary residence is within Bulloch County, or having twenty-five (25) employees or less, with eight (8) or more employees whose primary residence is in Bulloch County. For all purchases over $5,000.00, if the quality, service, price, and other factors are substantially equal, then the local vendor may be given an opportunity to match the lowest cost proposal, if the quotation or bid is within 5% of the lowest price proposal. This policy shall be so stated in all applicable solicitations. This provision does not apply to public works construction projects or road projects pursuant to the laws of the State of Georgia. To request local vendor preference you must contact the Purchasing Manager for the proper form to complete. The completed form must be included with the submitted package to be considered for the local vendor preference. Award And Reservations: It is understood and agreed that in consideration of the sum of One Dollar and No/100 ($1.00) cash in hand paid, receipt whereof is hereby acknowledged, the bidder agrees that this bid shall be an option, which is hereby given to the Purchaser to accept or reject this bid at any time within sixty (60) calendar days from the date on which it is opened and read. It is expressly convenanted and agreed that this proposal is not subject to withdrawal by the bidder during the term of said option. The party submitting the bid is solely responsible for delivering the bid to the exact location and by the time stated. The Purchaser reserves the right to reject any or all bids and to waive technicalities and informalities in bids, to accept in whole or in part, such bid or bids may be deemed in the best interest of the purchaser. The County reserves the right to use or not use any alternate bid associated with this solicitation. Award will be made to that responsive and responsible bidder with the best offer for Bulloch County, price and other factors considered. Bulloch County is an equal opportunity procurer. 2

TERMS AND CONDITIONS Units offered under this advertisement shall be new, standard production models. Also, units offered shall be 2017 or 2018 year models only. Bidders must submit with their bid, the printed specifications, advertising literature, and an itemized list of equipment included on make and model units they propose to furnish. The design of the mechanical members shall be such that the stress imposed through normal shock loads at maximum engine torque shall not cause rupture or permanent deformation or undue wear on any member. The successful bidder shall have or have access to a qualified service facility and have access to parts inventory and to include labor for warranty repair within 75 miles of Statesboro, Georgia. The award winner must submit one service and repair manual with all available wiring and electronics diagrams at time of delivery. It is preferred this information be on CD disc if possible. Also one operator's manual must be included. The bidder shall list exceptions to the conditions and specifications of this bid on the Exceptions to Specifications Sheet (page 8). All bidders are expected to make every attempt to bid in compliance with our bid specifications. However, if you have to take an exception in order to bid use the exception sheet. The price or prices quoted shall include all transportation charges fully prepaid to Bulloch County Correctional Institute. Delivery date must be stated on bid. For technical questions regarding this purchase contact Fred White, Environmental/Solid Waste Director, at (912) 764-6369 or fwhite@bullochcounty.net For procurement questions contact Faye Bragg, Purchasing Manager, fbragg@bullochcounty.net Sealed bids must be USPS mailed, hand or services delivered to the following address faxed or emailed bids are not accepted for sealed bids. Bulloch County Commissioners Attn: Purchasing Manager 115 N Main St. Statesboro, GA 30458 3

SPECIFICATIONS QUANTITY (1) 64,500 LBS. G.V.W.R. SOLID WASTE TRUCK THE SPECIFICATIONS LISTED BELOW ARE OUR MINIMUM SPECIFICATIONS. These specifications are to establish the quality and size level needed by Bulloch County. All models/brands bid that are considered equal in quality and size by Bulloch County will be considered for award. Any accessories not specifically mentioned herein but necessary to furnish a complete unit ready for use shall also be included. The unit shall be the manufacturer s latest model and design. The truck cab/chassis and roll-off hoist with tarp system shall be completely assembled, serviced, and work-ready when delivered to Bulloch County. Any name brands mentioned are for identification purposes. Except for the tarp system, other brands bid that are equal will be considered for award. Year models bid shall be 2017 or 2018 year models only. 1. SCOPE These specifications cover a tandem axle, 64,500 lbs. GVWR, diesel engine truck with new 60,000 lbs. capacity, outside rail, roll-off hoist & new tarp system. Any accessories necessary but not specifically mentioned herein to furnish a complete unit ready for use shall also be included. 2. IDENTITY Make & Model (must specify) 3. CAB TYPE AND FEATURES Conventional cab with one piece tilting hood and front fender assembly with rubber fender extension. Manufacturer's standard cab with air suspension driver seat and stationary passenger seat, vinyl upholstery, seat belts, rear window, 6" X 16" west coast stainless steel mirrors with 8"convex spots, electric horn, two speed electric wipers with windshield washer, & dual sun visors. Cab shall be equipped with exterior mounted entry handles on both sides. Steel front bumper. 4. HEAT- AIR CONDITION & RADIO Factory installed heater, air conditioner, and AM-FM radio. 5. FRONT BUMPER TO BACK OF CAB Approx. 113" from front bumper to back of cab. 6. CAB TO AXLE Approx. 186 clear frame 7. WHEELBASE Approx. 260" 4

8. GVWR 64,500 lbs. minimum 9. FRAME Double channel frame 31.2 section modulus, 110,000-PSI steel, 3,432,000 RBM minimum. 10. FRONT AXLE & FRONT SUSPENSION 20,000 lb front axle with 20,800 lb multileaf spring suspension. 11. REAR AXLE Meritor RT-46-160 or equal 46,000 lbs. capacity with tandem axle driver controlled traction differential lock, and Hendrickson HN 462 Series, Volvo T-Ride, Tuf-Trac, or Mack Camel Back suspension. 12. REAR AXLE RATIO 4.89 ratio with road speed set electronically at 65 MPH. State ratio being bid on bid form (page 9). 13. TIRES Front - 385 x 65R 22.5 J (18 ply) highway tread, Michelin XZY or equal. Rear - 11R 22.5 H (16 ply) traction tread, Michelin XDE M/S or equal. 14. WHEELS Steel disc hub piloted wheels, front: 22.5 x 12.25, rear: 22.5 x 8.25 15. ENGINE 12.8 liter inline 6 cyl. electronically controlled, turbo charged diesel, 1,450 lb-ft torque, 400 HP (minimum) with engine brake. Heavy-duty air filter and filter restriction indicator. Heavy duty oil pan guard. 16. COOLING SYSTEM H.D. 1240 square inch dual core radiator with coolant recovery tank, fan clutch and water coolant filter system. 17. EXHAUST SYSTEM Horizontal muffler/vertical exhaust with compact frame mounted SCR. 18. TRANSMISSION Automatic Transmission, Allison 4500 RDS 5 speed automatic transmission with the following features: PTO provision for side mount PTO pump, Dash mounted push button controls, Electronic Oil Level Check, Transmission Prognostics enabled, transmission 5

shifts to neutral automatically whenever park brake is applied. Magnetic drain plugs for transmission drain, engine drain, and rear axle drain. Note: Engine and transmission must be compatible. 19. STEERING TRW THP-60 power steering with power steering assist. 20. BRAKES Air brakes with spring set parking brakes on both rear axles. ABS System, automatic slack adjusters, front and rear. Pull cords on all air tank drain valves. Heated air dryer, Bendix AD-9, or equal. 19.0 CFM air compressor. Rear brakes to be fitted with dust shields. Quick disconnect fitting with air hose for tire inflation. 21. DRIVELINE Extended Lube Driveline with 12,500 ft-lb torque rating (minimum). 22. ELECTRICAL SYSTEM 3 3000 CCA batteries, 160 amp. alternator or comparable. Provide jump start provision Positive and negative posts located near battery tray. Battery shut-off switch located in cab outboard drivers side. Vehicle interface wiring with PDM an body builder connection back of cab. 23. FUEL TANK 100-gallon capacity. 24. FIRE EXTINGUISHER Equipped with a 5-pound fire extinguisher and red triangles for emergency use. 25. LIGHTING Manufacturer's standard. Must meet all I.C.C. and D.O.T. requirements. 26. INSTRUMENTATION Manufacturer's standard to include gauges, tachometer, engine hour meter, engine warning lights & chimes, and engine emergency shut down system. Turn signals shall be included. 27. TOW HOOKS Two (2) front-mounted tow hooks. 28. COLOR White 29. WARRANTY 6

Manufacturer's basic warranty and 5 year/500,000 mile or 6500 hours extended engine warranty with no deductible. Bidder is to provide documentation of coverage as part of the bid specifications on company letterhead. Warranty shall include: One (1) year towing warranty & three (3) year climate control warranty. 30. MANUALS Operator's manual & service manual with all available wiring and electronics diagrams at time of delivery. 31. NEW AUTO TARP SYSTEM The roll-off truck shall be equipped with the following new auto tarp system. Stellar Industries-Model-SIAT. (NO EXCEPTIONS). Manuals: The tarp system shall include the following manuals- 1- One operating manual detailing the proper use and maintenance of the tarper. 2- Complete parts manual detailing the components and marked to correspond to the numbered parts list. A COMPLETE DESCRIPTION OF THE SPECIFICATIONS FOR THE ROLL-OFF HOIST IS ON THE FOLLOWING PAGES. 7

BID SPECIFICATIONS SCOPE: It is the intent of this specification to describe a Roll-off Hoist system with the following minimum specifications considered necessary to perform the work assigned. The Hoist shall be capable of lifting, securing, dumping all outside rail standard containers and compactors. GENERAL: All equipment furnished under this contract shall be new and unused, and the same as the manufacturers current production model. Manufacturer s body must have been in production for at least 5 years. A users list of not less than three (3) users is to be included in bid package. Accessories not specifically mentioned, but necessary to furnish a complete unit ready for use shall also be included. The equipment furnished shall conform to all ANSI Safety Standards Z245.1-2008. 60,000 POUND ROLL-OFF HOIST BID SPECIFICATIONS Bidder Shall Complete the Following If No, State Specifically the Item being Offered YES NO OFFERED 32. Roll -Off Hoist: 33. Rated capacity: 60,000 lbs 34. Container length: 18 to 22 feet 35. Working hydraulic pressure: 1850 psi 36. Loaded operating times: Hoist up 29 seconds, hoist down 15 seconds, Container on 30-40 seconds 37. Frame- hoist main frame, 8" x 4" x ½" A500 grade C tubing, sub-frame 3" x 2" x 1/4" A500 grade C tubing. Must include container rail supports on each side of rear rails. Minimum dump angle: 48 degrees 38. Front stops: 1.5" plate steel 39. Safety Lock: 1 automatic spring loaded front container locks 40. Lift cylinder shaft: 2.5" solid steel 41. Hinge shaft: 1-15/16" solid steel 42. Cable end: Swaged end with swivel eye 8

43. Rear hold downs: 3/4" plate steel 44. Hydraulic pump: Gear type 35 GPM @ 1500 RPM, with a Hot-shift PTO or Front mount pump. 45. Hydraulic valve: 2 spool/60 GPM with safety by-pass 46. Oil reservoir: 52 gallon with filter and screen fill, mounted behind cab above frame rails 47. Outside rollers: grease-able 4" O.D. with bronze bushings, rollers to be outboard supported, replaceable by just removing 2 bolts 48. Cable sheaves: 10" O.D. with bronze bushings 49. All working points grease-able 50. Controls- inside and outside controls. 51. Independent working winch cylinders: 7" x 3" x 81.5" double acting 52. Lift cylinders: 6" x 4.5" x 74.5" double acting 53. Auto folding ICC rear bumper: folding forward only - heavy duty with recessed lights. Full steel type fenders, tool box 54. Pump control: Air or electric operated with signal light 55. Painted black 56. Cable: EX1WRC 6x37 57. Tarp system: TBD (see original bid) 58. Hoist and tarp system mounted and ready to operate 59. Rear window screen and work lights. 60. Lighting system for body to be all LED lights 61. Manual box locks installed (no exceptions) 9

EXCEPTIONS TO SPECIFICATIONS SHEET All bids should meet or exceed our specifications. However, if you have to take an exception to our specifications use this sheet and list the item number you are taking an exception on and the description of the exception. If you have no exceptions, mark the box No Exceptions Taken and return form with bid package. NO EXCEPTIONS TAKEN ITEM NUMBER DESCRIPTION OF EXCEPTION 10

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GA. 30458 BID FORM SOLID WASTE ROLL-OFF HOIST TRUCK 1- Make and Model Being Bid: 2- Purchase Price: $ 3- Approx. Delivery Date: 4- Extended Engine Warranty: Specify details on company letterhead per specifications on page 7. 5- Does your bid meet or exceed all of our specifications including terms & conditions? Yes No (If your answer is no, state your exception on exceptions sheet) 6- Addendums, if any, No. (s): 7- Rear axle ratio being bid. Company Name: Mailing Address: Signature of Authorized Representative: Printed Name of Authorized Representative: Title of Authorized Representative: Telephone Number: Fax Number: E-mail Address: Date: 11

NON-COLLUSION AFFIDAVIT The following affidavit is to accompany the proposal: STATE OF: COUNTY OF: Owner, Partner or Officer of Firm: Company Name, Address, County and State: Being of lawful age and being first duly sworn, the above-named individual on oath says that he/she is the agent authorized by the vendor to submit the attached proposal. Affiant further states that neither the vendor nor any of its employees or agents has prevented or attempted to prevent competition in such bidding by any means whatever; nor has the vendor or any of its employees or agents prevented or endeavored to prevent anyone from making a bid or proposal therefor by any means whatever; nor has the vendor or any of its employees or agents caused or induced another to withdraw a bid or proposal for the work. Affiant further states that neither the vendor nor any of its employees or agents has directly or indirectly violated Section 36-91-21(d) of the Official Code of Georgia Annotated. FIRM NAME SIGNATURE TITLE Subscribed and sworn to before me this day of 20. NOTARY PUBLIC 12

The vendor understands, agrees and warrants: VENDOR DECLARATION That the vendor has carefully read and fully understands the full scope of the specifications. That the vendor has the capability to successfully undertake and complete the responsibilities and obligations in said specifications. That this bid shall be valid for 60 days. That this bid may be withdrawn by requesting such withdrawal in writing at any time prior to October 18, 2017 @ 3:00pm, but may not be withdrawn after such date and time for a period of 60 days. That Bulloch County reserves the right to reject any or all bids and to accept that bid which will, in its opinion, best serve the public interest. Bulloch County reserves the right to waive any technicalities or informalities in the bidding. That by submission of this bid the vendor acknowledges that Bulloch County has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information supplied by the vendor. If a partnership, a general partner must sign. If a corporation the authorized corporate officer(s) must sign and the corporate seal must be affixed to this proposal. VENDOR: Name Title Name Title AFFIX CORPORATE SEAL (if applicable) Subscribed and sworn to before me this day of 20. NOTARY PUBLIC 13

Check List The items listed below must be returned with the sealed bid package. Failure to return any of the items listed on this page will be just cause for not accepting the submitted sealed bid package. 1. Page 10 Exceptions to Specifications Sheet 2. Page 11 Bid Form 3. Page 12 Non-Collusion Affidavit 4. Page 13 Vendor Declaration 5. Printed specifications, advertising literature, and an itemized list of equipment included on all make and model units bidders propose to furnish as specified on page 2. 6. Extended engine warranty as specified on page 7. 14

{TO BE COMPLETED BY AWARD WINNER ONLY} ACCEPTANCE OF PROPOSAL - EXAMPLE Bulloch County hereby accepts the undersigned supplier's bid submitted in response to the attached Invitation for Bids for the following items:. By executing this Acceptance of Proposal, Bulloch County and the undersigned supplier acknowledge and agree to be bound by all terms and conditions of the attached Invitation for Bids and all specifications and pricing stated therein. IN WITNESS WHEREOF, Bulloch County and the undersigned supplier have caused their authorized representatives to set their hands and seals this day of, 20. BULLOCH COUNTY, GEORGIA By: Thomas M. Couch, County Manager [Name of Successful Bidder] By: Print or type name of signatory 15