HORRY COUNTY SOLID WASTE AUTHORITY, INC.

Similar documents
HORRY COUNTY SOLID WASTE AUTHORITY, INC.

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

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

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

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

TENDER HALF TON PICKUP TRUCK, 4x4

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

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

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

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

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.

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

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

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

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

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

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

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

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

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

Invitation for Bid # Tandem Axle Dump Truck

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

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

GALLATIN PUBLIC UTILITIES

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

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

INVITATION TO BID. City of Fort Oglethorpe FIRE DEPARTMENT 201 Forrest Road Fort Oglethorpe, Georgia Phone: Fax:

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

REQUEST FOR BID For Trucks. Bid Notice

REQUEST FOR BID For Trucks. Bid Notice

Department of Finance Purchasing Department INVITATION TO BID

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

CURBSIDE RECYCLING TRUCK

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

ADDENDUM No. 2. Bid #: 13-B-016 Purchase of Solid Waste Trucks

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations

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

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

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

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

Purchasing Department Finance Group INVITATION TO BID

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

SALT TRUCK - SHORT TANDEM

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

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

Request for Proposal. Articulated Loader

REQUEST FOR QUOTATIONS

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

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

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

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

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

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

(ADDENDUM COVER SHEET)

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

Everything You Need! Phone , Ext. 229

INVITATION TO BID. January 10, 2018

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

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

Request for Proposal

MONTVILLE PUBLIC SCHOOLS MONTVILLE CONNECTICUT FEBRUARY 20, 2015 BID # BUS

INVITATION TO BID (ITB)

THREE (3) NEW 2018 SIX WHEEL DRIVE MOTOR GRADER WITH LIFT GROUP, REAR-RIPPER/SCARIFIER, AND SNOW WING.

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

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

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

PROPOSAL FORM 2014 FUEL BID

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

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

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

City of Lewiston Finance Department Allen Ward, Purchasing Agent

PURCHASING SPECIFICATION

HALIFAX REGIONAL MUNICIPALITY (HRM) Three (3) Urban Light Duty Vacuum Sweepers TENDER # T Page 1

INVITATION TO BID 61 ZERO TURN RADIUS MOWER

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

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

RFP Agricultural Tractors (AG tractor) SCOPE OF THE PROPOSAL

INVITATION TO BID 61 ZERO TURN RADIUS MOWER #PK17-403

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

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

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

City of Storm Lake Fire Department Heavy Rescue Specifications

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

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

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

City of Fargo Request for Proposal

The attached pre-qualification application should be submitted with your bid, in a separate sealed envelope.

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

INVITATION TO BID (ITB)

PART A TENDER SUBMISSION

Town of South Windsor, Connecticut. Police Department

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

May 11, 2018 On or before 2:00pm

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

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

BANNOCK COUNTY SOLID WASTE

CITY OF MARSHALL, MINNESOTA

Transcription:

HORRY COUNTY SOLID WASTE AUTHORITY, INC. The Horry County Solid Waste Authority, Inc. is requesting sealed proposals for a Rear Load Garbage Truck. All interested parties can obtain the RFP at www.solidwasteauthority.org. Specifications are available at the Administrative Offices of the Solid Waste Authority located at 1886 Highway 90, Conway, South Carolina, or by calling (843) 347-1651. Proposals will be received at the Administrative Offices until 3:00 P.M., Tuesday, June 26, 2018. Any proposal received later than the specified time will NOT be accepted/ considered. All proposers are responsible for monitoring the website for any changes or addendums. The Solid Waste Authority reserves the right to accept or reject any and all proposals or any one item in a proposal. All proposals must be sealed and properly identified as: #018-19-01 Rear Load Garbage Truck - Solid Waste Authority - and mailed/delivered to: Horry County Solid Waste Authority, Inc. 1886 Highway 90 P.O. Box 1664 Conway, South Carolina 29528 Attn: Jan S. Bitting #018-19-01

HORRY COUNTY SOLID WASTE AUTHORITY INSTRUCTIONS TO PROPOSERS 1. This request for proposal includes the following: A. Instructions To Proposers B. Specifications C. Proposal Form (s) 2. Proposal (s) will be examined promptly after opening; immediately thereafter, all proposals will be tabulated with said tabulation being made available to all participating. It is not a practice to award any proposal until the Authority has had ample time to review each Proposal. Award will be made however, at the earliest possible date. If the mail is delayed beyond the date and hour set for the proposal opening, Proposal (s) thus delayed, will NOT be considered. Any proposal not present at appointed time will not be opened. Facsimiles will not be accepted. The proposal number must be clearly visible on the outside envelope. 3. TAXES - The Authority pays South Carolina State Sales Tax. The Authority is exempt from Federal Excise Tax and will issue exemption certificates as requested. 4. AWARD OF PROPOSAL - Award of Proposal shall be made to the lowest responsible proposer meeting the Specifications, taking into consideration the following: A. Superior Quality B. Adequate Maintenance and Service C. Past Experience with Company's Equipment D. Company's Reputation E. Known as Technically Good and Innovative Company F. Delivery Date G. Guarantees/Warranties H. Performance of Proposer s equipment in hands of other agencies, plants, and firms. 5. Each proposer must submit a proposal (s) on the blank form attached. The Proposer shall sign his proposal form correctly and proposal (s) may be rejected if there are any omissions, alterations of form, additions not called for, conditional proposal or any irregularities of any kind. 6. DEVIATIONS - Any deviations from these Specifications MUST be noted in detail and submitted in writing with this PROPOSAL. The absence of this Specification deviation will hold the Proposer strictly accountable to the Specifications as written herein. Failure to submit this document of Specification deviation, if applicable, shall be grounds for rejection of the item (s) when offered for delivery.

7. CHANGES - Any changes in Specifications after the Purchase Order/Contract has been awarded, must be with the written consent of the Authority; otherwise, the responsibility for such changes shall be with the Vendor. 8. DELIVERY- Complete unit (s) shall be delivered to the Horry County Solid Waste Authority, 1886 Highway 90, Conway, South Carolina. 9. PAYMENT- The Solid Waste Authority will be invoiced after delivery of equipment or completion of project, the payment terms for this invoice shall be Net 30. 10. INFORMATION All questions must be submitted, in writing to Ms. Jan Bitting, Director of Finance and Administration, Fax number (843) 347-3653. Proper reference To this proposal is required. Deadline for questions is seven- (7) calendar days prior to proposal opening date. All questions will be answered and posted as an addendum on our website. All changes in specifications will also posted on our website. All proposers are responsible for monitoring the website for any changes or addendums. Verbal information obtained otherwise, will NOT be considered in awarding of proposal. 11. BUSINESS LICENSE - The successful Proposer must provide a copy of their current, Horry County Business License. 12. BID BOND Intentionally Left Blank. 13. PERFORMANCE BOND Intentionally Left Blank. 14. RETURN OF CHECKS Intentionally Left Blank. 15. DELIVERY DEADLINE PENALTY Equipment delivery that occurs 31-60 days beyond the time frame established with the bid will result in a penalty of 2% of the purchase price being deducted from payment. Should delivery occur 61+ days after the time frame established with the bid will result in a penalty of 5% of the purchase price being deducted from payment. 16. The Authority reserves the right to reject any or all Proposals. It further reserves the right to waive technicalities and formalities in proposals as well as to accept in whole or in part such proposals or proposals where it deems it advisable in protection of the best interests of the Authority. 17. Insurance in the amount of One Million Dollars ($1,000,000.) and maintain Workman s Compensation Insurance. The contractor shall be required to submit a copy of proof of insurance prior to commencement of work. 18. Any material included with the proposal becomes the property of the Authority and are not returnable.

19. Any Proposer aggrieved in connection with the solicitation or award of a contract may protest to the Executive Director in writing within 7 days after such person knows or should have known of the facts giving rise to the grievance. 20. The Proposer must include the following items or their proposal may be deemed nonresponsive: Signed Certification of Proposal Submittal Form and a signed and notarized Non-collusion Affidavit.

SPECIFICATIONS FOR ONE (1) REAR LOAD GARBAGE TRUCK JUNE 2018 HORRY COUNTY SOLID WASTE AUTHORITY P.O. BOX 1664 CONWAY, SOUTH CAROLINA 29528

GENERAL: REAR LOAD GARBAGE TRUCKS SPECIFICATIONS This specification is intended to describe a 10 cu yard Small-Body Rear load full eject garbage truck to be used to service 95 gallon roll carts. Cab & Chassis with body shall be delivered to the Horry County Solid Waste Authority (HCSWA), 1886 Highway 90, Conway, South Carolina fully operational with parts, service, mechanic,and equipment operations manuals on board. CHASSIS IDENTITY: Year Make: Model: CAB & CHASSIS: Configuration: 2019 Cab over, power windows, power locks, cruise control, pto switch, idle up switch, backup alarm(grote #73080), fire extinguisher, triangle kit, tilt steering column, engine shut down system. GVWR: Front Axle: Rear Axle: Minimum 25,950 pounds Minimum 12,000 pounds front axle GAWR Minimum 19,000 pounds rear axle, GAWR 6:17 ratio Gear Road Speed: Minimum 65mph Brakes: Brake Drum: Air Brakes: Slack Adjuster: Wheels: Air brake system with automatic slack adjusters, front and rear S cam Front and rear-cast outboard drums Air dryer- heated Front & Rear- Automatic slacks 10 hole - hub piloted steel disc

Tires: Steering: Exhaust: Skid Plate Fuel Tank: Batteries: Front 11R 22.R Front- 14 PL tires have to rate 12,000 lbs. GAWR Rear-11R 22.5 14 PLY highway traction Tire rating minimum 19,000 lbs GAWR Saginaw-power steering Horizontal under frame with shield with exhaust brake Mounted under front bumper & radiator Minimum 50 gallon driver s side 2 Minimum 15000 CCA Battery Disconnect Switch: Mounted on driver s side Alternator: Starter: Gauges: Horn: 12 volt 140 AMP 12 volt electric Speedometer (w/trip) tachometer with hour meter Dual electric horns Emergency Shut Down System: Engine alarm system with lights and buzzer Seats: Air Condition & Heater: Windshield Wipers: Radio: Mirrors: Lights: Towing Device: Driver s air suspension color black (VINYL) Passenger- fixed color black (VINYL) Integral air/with heat - factory installed (No Add Ons) 2 speed electric with delay AM/FM CD with BLUETOOTH (Turns off when in reverse) 102 wide remote-heated flat and convex Meet all State and Federal Regulations Two Front Mounted Tow Hooks.

Transmission: Engine: Chassis: Wheel base: 6 speed automatic Allison RDS-2550 with PTO gear (Oil level sensor and oil life sensor) Minimum 210hp 520ft lbs at 1600 rpm turbocharged, inter-cooled diesel, heavy duty radiator & compressor, engine shut down system, fuel/water filter separator. Length to be sized to fit body, stretched or altering of frame will not be accepted with the exception of cutting chassis length and installation of rear crossmember. To conform to body specs Engine Warranty: Must be 5 years or 200,000 miles To include emissions- (DPF- DEF ) Transmission: 5 years 200,00 miles Rear end: 5 years 200,00 miles Provide detailed Warranty Paint color: Body: Cab - white Chassis - black Body - bright Teal Metallic (code) 47349 Low profile 10 cu yd body 66 inches max height from top of frame to top of body. 11 gauge GR50 material on floor, sides and roof. The tailgate floor to be a minimum of 3/16 GR100 also the sweep face minimum 3/16 GR100 steel. Dual automatic cart tipper, 2 work lights, strobe lights. Hopper: Camera: One cubic yard minimum capacity In cab camera system (drive cam or SSV10) Back up Camera: Rear view safety vision camera system 9 monitor in cab (color) Tailgate side cameras for alley backing Body color: Bright Teal Metallic Paint (Code 47349) Fire extinguisher: Two 10 lb ABC with cover and bracket mounted on each side of body.

Cart Dumpers: Hydraulics: Eject cylinder: Tool box: Manuals Two (2) cart dumpers mounted on back of the hopper. Able to dump 65-90 gallon carts Oil reservoir to include a sight glass, return filter, gate valve on suction hose Cylinder minimum 4.5 inch rod, 3 stage telescopic Drivers side, max size- water tight box mounted on chassis Two (2) Complete CUSTOM SETS of service & parts books (2) Complete custom sets of wiring diagrams for all electrical switches, solenoids, lights & etc. (made specifically for the truck & body being sold) NO EXCEPTIONS. NOTE: Proposer must provide a build sheet of the equipment proposed. The build sheet MUST NOT BE a generic spec sheet. The build sheet MUST BE a spec sheet of the exact piece of equipment that will be delivered to the Horry County Solid Waste Authority. Alternative or exceptions will be accepted and reviewed. The Authority specifically reserves the right to select equipment best meeting the specifications and needs of the owner.

Location of Dealership: Can parts be dropped/shipped from Manuf. To HCSWA? YES NO Body: Configuration: Rear load garbage truck - 10 yard capacity a full eject body. Exact specifications: Must be filled out by Proposers to qualify Equipment Identity: Make: Model: Year:

INSPECTION, TRAINING, PERFORMANCE TEST AND ACCEPTANCE: 1. Upon delivery, the equipment will be subject to inspection to verify conformance with specifications by the staff of the HCSWA. 2. Upon completion of the initial inspection and prior to performance testing by HCSWA, the vendor will be required to conduct on-site technical training of HCSWA personnel in operation and maintenance procedures. Vendor must include in their proposal any and all cost associated with providing this on site training. 3. Upon completion of on-site training, the equipment will be required to undergo a minimum of 10 working days on route testing prior to acceptance. Performance testing will be performed by HCSWA personnel during regular schedule work days. Performance testing will include at minimum: compaction, turning radius, cycle time and axel weight distribution. 4. Any defects or failure of equipment to perform or comply with any requirements of the HCSWA specifications must be immediately remedied by the vendor at the vendor s own expense prior to acceptance by the HCSWA. THE SUCCESSFUL PROPOSER MUST PROVIDE TWO SETS OF PARTS AND SERVICE MANUALS FOR THE CHASSIS AND BODY

REAR LOAD GARBAGE TRUCK PROPOSAL SUBMITTAL FORM 1. PROPOSAL PRICE: One unit as herein Described, cab: white, body: teal green, complete, delivered to 1886 Highway 90, Conway, South Carolina 29526 Make Model: Price Sales Tax Total 2. Attach all warranty information to include engine warranty in detail. 3. Provide number of days required for delivery of the Rear Load Garbage truck complete and fully operational to the Authority's facility after award of proposal. Working Days 4. Provide Proposer's information: Business Name: Address: Phone: Contact Person:

5. CERTIFICATION: The undersigned hereby certifies that this proposal will be in effect for a period of 90 days following the proposal date. Proposer further acknowledges that the Authority will not necessarily award proposal on proposal price only, but will compare individual units and all proposal information to determine the choice for meeting the overall objectives of the Authority. Proposers shall understand that all information requested in this specification package will be evaluated and contribute to the selection process. Authorized Representative Date

Required Form FORM OF NONCOLLUSION AFFIDAVIT (This Affidavit is Part of the Bid Proposal) STATE OF ) ) COUNTY OF ) being first duly sworn, deposes and says that he/she is (Sole owner, a partner, president, secretary, etc.) of the party making the foregoing Bid Proposal that such Bid Proposal is genuine and not collusive or sham; that said Bidder has not colluded, conspired, connived, or agreed directly or indirectly, with any Bidder or person to put in a sham Bid Proposal, or that such other person shall refrain from offering and has not in any manner, directly or indirectly sought by agreement or collusion, or communication of conference, with any person, to fix the bid proposal price of affiant or any other Bidder, or to fix any overhead, profit or cost element of said bid proposal price, or that of any other Bidder to secure any advantage against OWNER any person interested in the proposed Contract; and that all statements in said Bid Proposal are true; and further, that such Bidder has not, directly or indirectly submitted this bid proposal, or the contents thereof, or divulged information or date relative thereto to any association or to any member or agent thereof. (Bidder) Sworn to and subscribed before me this day of, 20. State County Notary Public in and for My commission expires, 20