LAUDERDALE COUNTY BOARD OF SUPERVISERS 410 Constitution Ave, 11 th Floor Meridian, Mississippi 39301 601-482-9746 Main 601-482-9744 Fax BIDDERS INFORMATION PACKET BID NO: 3809 One (1) or more Single Axle Water Tank Truck (Reverse auction starting at 11:00 a.m.) UN-Priced Offers Due: Wednesday, April 25, 2018 at 10:00 a.m. Reverse Auction/Bid: Wednesday, May 9, 2018 starting at 11:00 a.m. Company Name
INSTRUCTIONS TO BIDDERS/SPECIFICATIONS BID NO: 3809 One (1) or more Single Axle Water Tank Truck In 2017 Mississippi passed legislation requiring government bidding to be conducted by reverse auction and to allow any bid to be submitted by electronic means. The Lauderdale County Board of Supervisors is required to follow these laws. Vendors are welcome to continue to submit paper bids in sealed envelopes, but are encouraged to participate in the reverse auction process. REVERSE AUCTION DEFINITION: Process allowing several vendors to compete for the right to sell goods or services to a buyer. Competing vendors can see the price of their competitors and lower their price to compete for the sale. Bidders are required to submit their completed bid packet without pricing no later than 10:00 a.m. on Wednesday, April 25, 2018. This may be submitted in any of the following ways: Un-Priced Bids: Written packet submitted in sealed envelope and clearly labeled as UN-PRICED OFFER with bidder s name and address, name of bid, bid number and bid due date. Bids may be mailed or delivered to 410 Constitution Ave, 11 th Floor, Meridian, Mississippi, 39301 or by Electronic bid submission via www.centralauctionhouse.com. Submissions will be evaluated and vendors submitting acceptable offers will be invited to submit priced bids. Electronic bids and/or reverse auction bids can be submitted via www.centralauctionhouse.com. For any questions relating to the electronic bidding process, please call Central Bidding at 225-810-4814. Bidders are required to submit their pricing in one of the following ways: Bid Pricing: Written pricing submissions may be returned via sealed envelope no later than the start time of the reverse auction (Wednesday, May 9, 2018, 11:00 a.m.) clearly labeled as BID PRICING with bidder s name and address, name of bid, bid number and reverse auction bid date. Bids may be mailed or delivered to 410 Constitution Ave, 11 th Floor, Meridian, Mississippi, 39301. All written priced bids must be received in the Office of Purchasing or uploaded for electronic processing prior to the stated bid opening time. Online reverse auction bidding with Central Bidding. There is no fee for this service. In-person online bidding is allowed with prior registration with Central Bidding. There is no fee for this service. Submission Requirements: All written bid submissions must include one original set of bid documents along with one paper copy. Documents required to be returned are noted throughout the bid proposal package. Specifications and procedures are available on the Bids/Purchasing page of the Lauderdale County Board of Supervisors website and printing the bid package at http://www.lauderdalecounty.org/ or Central Bidding at https://www.centralauctionhouse.com/. All bids must comply with the specifications provided. The Office of Purchasing will review all submissions for compliance to specifications. The County will notify each bidder regarding their status upon review. Acceptance indicates all specifications were met. Unacceptable indicates the proposal does not meet all specifications and will not be considered for the reverse auction. All bidders will be notified after proposals have been reviewed. Acceptable offers will be extended an invitation to participate in the reverse auction (or to submit their written sealed pricing.) The County reserves the right to open all bidding based on information provided by quote submissions by qualified bidders. Bidders submitting non-compliant offers will receive notification of noncompliance. The reverse auction is conducted online through the website of a contracted vendor specializing in electronic bidding. This company trains all vendors on how to use their website to submit their pricing upon registration of the bid and prior to the start of the auction process. This bidding technique offers bidders the opportunity to understand their bidding position in real time and allows them the ability to adjust their pricing accordingly. Adjustments can continue to be made until the end of the auction period. 2
INSTRUCTIONS TO BIDDERS/SPECIFICATIONS CONT. By pre-qualifying the technical submissions, all bidders will have the assurance that they are competing with other qualified submissions. There is no fee to our bidders to participate in the reverse auction. Bidders who submit their proposals in a written delivery method may still participate in the reverse auction bid by attending the auction and submitting their pricing during the auction period. Refer to the Authorization of Representation for Reverse Auction Bidding form. Electronic submission provides a way for bidders to submit their un-priced proposals without the need for printing, mailing or hand delivery of bid packets to the County. All documents are uploaded to the contracted vendor s website and transmitted to the County. There is no fee to our bidders for this service provided you download the bid packet from the County s website. 1. All addenda are to be acknowledged and submitted with the bid response. 2. The bid package shall be considered to be one bid document and all aspects of every part of the bid document shall be considered as defining the responsibility of the bidder. The Lauderdale County Board of Supervisors reserves the right to amend the specifications, accept or reject any and/or all bids and waive informalities. Please note the County will be utilizing the reverse auction process for this purchase. All instructions are provided within our bid packet. 3
BID CALENDAR BID NO: 3809 One (1) or more Single Axle Water Tank Truck Bid Publication April 6, 2018 Bid Publication April 13, 2018 Un-priced Proposals Due April 25, 2018 Evaluation of Proposals Process April 25, 2018 Notification of Invitation to Bid (based upon acceptance of Proposals) No later than May 2, 2018 Reverse Auction Bidding May 9, 2018 (Starting at 11:00 a.m.) Anticipated Recommendation to Board of Supervisors No later than May 16, 2018 4
LAUDERDALE COUNTY BOARD OF SUPERVISERS 410 Constitution Ave, 11 th Floor Meridian, Mississippi 39301 601-482-9746 UN-PRICED OFFER FOR PRE-QUALIFICATION Bid Name: One (1) or more Single Axle Water Tank Truck Bid File Number: 3809 Un-priced Bid Proposals Due: Wednesday, April 25, 2018 (10:00 a.m.) Reverse Auction/Bid Opening: Wednesday, May 9, 2018, starting at 11:00 a.m. NAME OF BIDDER: ADDRESS: CITY, STATE, ZIP: PHONE: CONTACT PERSON FOR THIS BID: EMAIL: PHONE: ORDERING CONTACT PERSON FOR THIS BID: EMAIL: PHONE: It is agreed by the undersigned bidder that this signature submission of this bid represents the bidder s acceptance and compliance of all terms, conditions, and requirements of all bid documents. Our company intends to participate in the reverse auction/bid process: ( NO indicates you will submit a one-time written bid price.) YES NO If your response is YES, where will you participate? Location of my choosing Office of Purchasing Does your company intend to use County computers during the auction? YES NO Bidders participating at the Office of Purchasing and/or submitting a paper bid are required to complete and return the Authorization of Representation for Reverse Auction Bidding. ACKNOWLEDGEMENT OF ADDENDUMS: ADDENDUM 1: ADDENDUM 2: ADDENDUM 3: Signature Printed Name Date 5
LAUDERDALE COUNTY BOARD OF SUPERVISERS 410 Constitution Ave, 11 th Floor Meridian, Mississippi 39301 601-482-9746 AUTHORIZATION OF REPRESENTATION FOR REVERSE AUCTION BIDDING (To be used with paper bid submissions only.) Bid Name: One (1) or more Single Axle Water Tank Truck Bid File Number: 3809 Reverse Auction/Bid Opening: Wednesday, May 9, 2018, starting at 11:00 a.m. NAME OF BIDDER: ADDRESS: CITY, STATE, ZIP PHONE: CONTACT PERSON FOR THIS BID: EMAIL: PHONE: REPRESENTED BY: This is to confirm has authority to represent our company for the purpose of submitting bid(s) 1 or more new model ½ ton pickup truck for the Lauderdale County Board of Supervisors. Authorized Signature Printed Name Date Failure to return this form with your bid submission will signal to the Office of Purchasing that the bidder is only submitting one price and will not be participating in the auction.
LAUDERDALE COUNTY BOARD OF SUPERVISOIRS BID NO: 3809 One (1) or more Single Axle Water Tank Truck PRICED OFFER BID Delivery Date: Delivery location: CENTRAL GARAGE, 2715 6TH STREET, MERIDIAN, MS 39301 Description Vehicle bid including year, make and model: Exceptions to bid specifications: (Use additional pages if necessary) The above listed vehicle shall be furnished for the following bid price: BID PRICE EACH: $ (Amount written out) TOTAL BID PRICE: $ (Amount written out) (Figures) (Figures) DATE: EXECUTION OF BID In compliance with the request for bid and subject to all the conditions and specifications listed herein, the undersigned offers and agrees to furnish any or all items upon which prices are quoted, at the prices set opposite such item. BIDDER: BY: PLEASE TYPE NAME ADDRESS: CITY: STATE: ZIP: EMAIL: X SIGNATURE (PERSON AUTHORIZED TO SIGN BIDS) TELEPHONE #: ( ) - TITLE: (BIDDER MUST SIGN IN INK)
BID NO: 3809 One (1) or more Single Axle Water Tank Truck MINIMUM SPECIFICATIONS FOR FIRE DEPARTMENT WATER TANK TRUCKS The following are the minimum specifications for one or more diesel power WATER TANK TRUCKS. All bids must equal in performance and quality to the following specifications, which are not intended to exclude any manufacturer, but are intended to establish an acceptable standard. Any and all exceptions to the following published specifications shall be subject to the approval of the Clarke County Board of Supervisors. YEAR MODEL 2000 or newer (with preference given to low profile chassis) Single Axle Truck ENGINE Diesel Type 6 Cylinders 250 HP minimum Exhaust shall be piped to an exhaust stack not to exceed a total height of ten (10) feet. TRANSMISSION Automatic preferred SEAT Driver seat must have a minimum cloth suspension seat with armrest, retractable seatbelts with adjustments for for-aft position, seat height, operator-weight seat back angle, thigh & lumbar support shall be provided. Passenger seat installed. CAB CONTROLS Air Conditioned, Power Steering, Control Valve for water tanker system mounted between driver and passenger seat. Control switches for emergency lights and scene lights shall be mounted between the driver and passenger seat for ease of operation. Siren control box and provision for mounting two way radio shall be located in a position of access for the driver and passenger but not to interfere with other controls. WATER TANK SYSTEM 2000 Gallon Epoxy coated tank with baffles and anode rod system Centrifugal PTO Pump with 1,000 G.P.M. flow, Epoxy coated 1 Newton 1050 Gate Style Dump Valve model, with a Swivel Chute model # 6012SW Spray nozzles mounted on the front bumper, and on the passenger side behind the cab All spray nozzles must be adjustable.
(2) 2.5 discharges with manual valve mounted near the rear of the truck, one on each side. These discharges take the place of the rear spray nozzles. There shall be a manual valve installed to regulate water pressure to these discharges. A pressure gauge shall be installed with these discharges. Two (2) Quick connect fill lines shall be mounted on the rear of the tank with a minimum diameter of 2.5 There shall be one Hannay model EF24-23-24 electric hose reel with 100 feet of Mercedes Boostlite 1 forestry hose. This reel shall have a foot operated rewind switch installed for ease of operation. There shall be a manual valve installed to regulate water pressure to this line. A pressure gauge shall be installed with this line. Valves All ball valves shall be Akron Brass in-line valves. The Akron valves shall be the 8000 series heavy-duty style with a stainless steel ball and a simple two-seat design. No lubrication or regular maintenance is required on the valve. Valves shall have a ten (10) year warranty. TIRES New tires and rear mud flaps shall be provided. Rear tires shall be of an all terrain type. OPERATING VOLTAGE 12 V ELECTRONIC SIREN A Feniex model 4200 controller, (or equivalent), shall be provided andshall be located in the cab within reach of the driver. A Feniex Storm Pro 100W electronic siren (or equivalant) shall be provided This siren to be active when the battery switch is on and the emergency master switch is on. The driver shall have the option to control the siren or the chassis horns from the horn button by means of a selector switch. SPEAKER There shall be one (1) speaker provided. Each speaker shall be a Feniex Triton 100W black nylon composite, 100-watt, (or equivalent) with through bumper mounting brackets. Each speaker shall be connected to the siren amplifier. The speaker(s) shall be recessed in the front bumper on the driver's side. Emergency Lighting Truck shall be equipped with a Feniex 49 LED light bar with takedown and alley lights and traffic advisor mounted on top of the cab of the truck. Lights shall be red and clear, in an alternating pattern. There shall be two red/ clear Feniex 6x4 Wide Lux LED lights mounted in the grill of the truck. There shall be a red/clear Feniex 6 x 4 Wide Lux LED warning light mounted on each fender above the front tires of the truck. There shall be a red/red Feniex Fusion surface mount LED warning light mounted on near the rear axle of the truck on both sides in a position to avoid damage. There shall be two rear facing red/red Feniex 6 x 4 Wide Lux LED warning lights mounted on the rear of the truck above the rear bumper in a position to avoid damage. These lights shall also serve as tail, turn and brake lights.
There shall be two high visibility Maxima MWL-57SP LED scene lights installed on each side of the truck, minimum of 2,000 lumens per light. These lights will be adjustable vertically to allow for the greatest visibility. The lights shall be mounted on the front ¼ and the rear ¼ of the tank near the top of the truck. There shall be two high visibility Maxima MWL-57SP LED scene lights installed on the rear of the truck, minimum of 2,000 lumens per light. One light adjusted to the left and one light adjusted to the right. These lights will be adjustable vertically and horizontally to allow for the greatest visibility. These lights shall activate automatically when the truck is shifted into reverse. There shall be white LED step lights installed to provide ground illumination at the driver and passenger doors of the truck. All wiring for scene or warning lights shall be enclosed in a conduit or wire tray for protection of wiring and ease of maintenance. Conduit shall be installed in the frame of the tank prior to painting to allow for ease of wiring installation. Conduit shall be a minimum of 1.5 in diameter. Mounting brackets shall be welded to the tank before coating to prevent damage to the coating. Switches for activation of warning lights and scene lights shall be mounted in the cab of the truck within easy reach of the driver. Mobile Radio A mobile radio to be provided by Clarke County shall be installed in the cab of the truck in a position to allow for ease of operation by the driver. Back-Up Alarm A solid-state electronic audible back-up alarm that actuates when the truck is shifted into reverse shall be provided. The device shall sound at 60 pulses per minute and automatically adjust its volume to maintain a minimum ten (10) dba above surrounding environmental noise levels. Compartments Mounts for water dump tanks shall be installed on the right side of the truck above the rear fender of the truck. The mount shall be constructed of a fashion to allow for a swing down gate style with a minimum or two attachments at the top. There shall be a tool compartment installed on the right side of the truck near the front of the tank and mounted to the chassis. There shall be a compartment mounted to house a minimum of 200 of 2.5 inch supply line when rolled. (This can be a cross lay between the cab and tank or a compartment) There shall be a tool compartment installed in the push block at the rear of the truck There shall be a tool tray mounted over tire fenders.