HOUSTON COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT



Similar documents
HOUSTON COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT

Bids must be on the "BID FORM" provided and be submitted in a sealed envelope that is plainly marked "NEW VEHICLES BID".

HALIFAX REGIONAL MUNICIPALITY (HRM) Seven (7) Current Model Year 4 Door Compact Front Wheel Drive Cars TENDER T15-122

INSTRUCTIONS, REQUIREMENTS

REQUEST FOR QUOTATIONS or Newer Unused Police Sedans

VEHICLE LEASE REQUEST FOR QUOTE Winter 2015 RVC15-08

Alternative Fuel Sedans Section 1: Line Item Number (Mandatory)

Used 2012 Chevrolet Traverse 2WD LT $13,500

Used 2009 Infiniti M35 w/ Technology Package $18,991

Used 2004 Mercedes-Benz SLK230 $12,900

Department of Purchasing & Contract Compliance

Vehicle Maintenance Policies and Procedures

Used 2014 Rolls-Royce Wraith $239,000

How To Buy A Fisker Karma Ecochic

CITY OF GAINESVILLE INVITATION TO BID

Competitive Comparison 2014 Accord Sedan LX Continuously Variable Transmission

Certified 2012 Mazda MAZDA3 i Touring Sedan $13,433

SCHOOL BUS SECURITY SYSTEMS SERVICES - CHILD OCCUPANCY ALARM SYSTEMS PROVIDERS. DATE: November 6, 2015 BID DUE DATE: NOVEMBER 24, :00 p.m.

Canterbury Park Pool Chamber Replacement

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

PURCHASING REQUISITION, PURCHASE ORDER, QUOTATION PROCESS

Used 2015 Chrysler Town & Country Touring $21,785

Limited Warranty Information. Contents: Golf Car Limited Warranty Part & Accessories Limited Warranty

REQUEST FOR QUOTATION **THIS IS NOT AN ORDER**

HONDA CIVIC NATURAL GAS SEDANS

Used 2009 Audi A4 2.0T Cabriolet $17,950

How To Do Business With Omaha Public Schools

Coastal Community Action Program WSDOT Owned Vehicle Maintenance Plan

Used 2008 Toyota Camry XLE $7,991

ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS. HVAC SERVICE AND MAINTENANCE Saint Clair County MidAmerica Saint Louis Airport.

Reference Guide and Step-by-Step Installation Manual. Table of Contents

Department of Purchasing & Contract Compliance

Warner Robins Housing Authority

SPECIFICATIONS FOR SANITARY SEWER LINE REPLACEMENT IN PIONEER PARK. City of Des Peres, Missouri Manchester Road. Des Peres, Missouri 63131

Richardson Independent School District Purchasing Department 970 Security Row Richardson, Texas 75081

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

cars4colorado TRADE-IN EVALUATION FORM

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

INVITATION TO BID CITY OF HOPKINSVILLE

CONTRACTOR GUIDELINES

Automatic air conditioning system

9 ea. Unit Price Amount

WE CHECK 160 POINTS. ALL TO PROVE ONE POINT.

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

CITY OF BEAVERCREEK, OHIO QUOTES FOR MOWING AND GENERAL CLEANUP OF PRIVATE PROPERTIES

BUYERS GUIDE. IMPORTANT: Spoken promises are difficult to enforce. Ask the dealer to put all promises in writing. Keep this form.

REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631

Form P ITEM DESCRIPTION UNIT ESTIMATED 12 MONTH QUANTITY

REQUEST FOR PROPOSAL STORAGE AREA NETWORK SOLUTIONS FOR THE PARK CITY SCHOOL DISTRICT RFP #

Town of West New York Hudson County, NJ Notice for R.F.P. (Request for Proposal) Animal Control Shelter Services (2 nd Occasion)

SEALED BID SOLICITATION QUOTATION BLANKET ORDER

Stephenson County, Illinois

How To Install An Overhead Sewer

How To Get A Job Done

REQUEST FOR BID. Server/Computer and VAV Controls with Backup Bid

Automatic air conditioning system

Automatic air conditioning system

Warner Robins Housing Authority

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

4008 FEATURES AND SPECIFICATIONS

REQUEST FOR QUOTATION

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #

2009 QUICK REFERENCE GUIDE GET INFORMED. ROLL.

Within the context of this policy, the following definitions apply:

Department of Purchasing & Contract Compliance

ARMORED JEEP GRAND CHEROKEE Typically Armored to Level A9/B6+ Against 7.62x39, 5.56x45, 7.62x51, M193, & M80 ball. Can be Armored to Any Level.

VW TDI (Golf, Jetta, New Beetle) Upgrade Turbocharger

Invitation for Bids # Hampton Roads Transit has a need for the item/service described below. Please provide a proposal. Monitoring Service

SPECIALIZED SEATING AND WINDOW EQUIPMENT FOR MODIFICATION OF PRISONER TRANSPORTATION VANS

Motor Vehicle Mechanical Repair and Service

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

INVITATION TO BID Quail Dunes Golf Course Golf Cars

Multi-information Display (see MID )

Amendment of Solicitation

Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.

forms, receipts, or any other paperwork needed to secure materials, equipment, or services.

REQUEST FOR QUOTATION

Autobody/Collision and Repair Technology/Technician CIP Task Grid

J & Z Automotive Repair Teaneck road, Teaneck, NJ 07666

INVITATION TO BID. Dear Prospective Bidder:

SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS

AUTOMOBILE MECHANIC STUDENT INTERNSHIP SKILLS LIST Provo School District

BUYING A USED CAR. Copyright Permission Data Wizard/Humboldt 2003, Scott Keele

INFORMATIONAL MEETINGS December 2013

REQUEST FOR QUOTES (RFQ)

HEATER, AIR CONDITIONING AND VENTILATION

Used 2005 Saturn Relay Level 2 $4,475

Department of Purchasing & Contract Compliance

Ex-Demonstrator 2016 Mitsubishi Triton MQ GLS Utility Double Cab 4dr Spts Auto 5sp 4x4 2.4DT [MY16]

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

UNITED STATES AND U.S. TERRITORIES AND POSSESSIONS EXCEPT PUERTO RICO 2016 / WARRANTY & MAINTENANCE MANUAL

Selecting the proper maintenance schedule. Service precautions. Maintenance

SOLICITATION QUOTATION BLANKET ORDER

"#$%&'(!)*+,-! "./0,!%&,!*12%(*3%!'4!%&,!5'3$+,6%!&,(,7!.&,!*12%(*3%!82!%/083*99/!*!2&'(%!2$++*(/!'4!%&,! 3'6%,6%2!'4!%&,!5'3$+,6%7-!

BEFORE THE UTAH STATE TAX COMMISSION

MRC VEHICLE MODIFICATION PROGRAM FREQUENTLY ASKED QUESTIONS (FAQ S) 1. What kind of services does the MRC Vehicle Modification Program provide?

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer

OFFICE OF THE DEAN COLLEGE OF VETERINARY SCIENCES & ANIMAL HUSBANDRY CENTRAL AGRICULTURAL UNIVERSITY SELESIH,AIZAWL, MIZORAM

Transcription:

August 5, 2015 Dear Vendor: The Houston County Board of Commissioners is soliciting sealed bids for the provision of one (1) new 2015 or 2016 year model Ford Explorer SUV for use by the Houston County Sheriff s Office, E-911 Division. Our minimum specifications and instructions to bidders are attached. Please quote your bid price FOB destination. To receive consideration, your sealed bid will be accepted in the Purchasing Department office ONLY, located at, Perry, Georgia 31069-2828, until 2:00 p.m. on Thursday, August 20, 2015. Your sealed bid package MUST be marked: SEALED BID #16-08: Ford Explorer SUV (HCSO/E-911) and received at the above address before the 2:00 p.m. deadline on Thursday, August 20, 2015. Delivery date must be stated on your bid quote. Bids will be evaluated, recapped and presented to the Board of Commissioners during their regularly scheduled meeting on Tuesday, September 1, 2015 at 9:00 a.m. at the Houston County Courthouse in Perry, Georgia. Bid award will be based on the best value to Houston County. HOUSTON COUNTY RESERVES THE RIGHT TO ACCEPT NONE, ALL OR ANY PART OF YOUR BID AND WAIVE ALL INFORMALITIES. If you should have any questions regarding this bid request, please contact me at the above listed telephone number. Sincerely, Enclosures HOUSTON COUNTY BOARD OF COMMISSIONERS

BID #16-08 SPECIFICATIONS: This bid is for the purchase of One (1) New 2015 or 2016 Ford Explorer Mid-Size 4x2 SUV for the Houston County Sheriff s Office, E-911 Division. Your bid must conform to the following minimum specifications and to accommodate the specified body. STANDARD EQUIPMENT: 3.5L V6 Engine 6 Speed Automatic Transmission Power Steering Tilt / Cruise Power ABS Brakes Solar Tinted Windows Power Windows / Locks / Mirrors AM-FM-CD Radio Factory Air Conditioning Traction Control Mini Spare Tire Carpet with Mats Cloth Bucket Seats Front Second Row Folding Split Seat Third Row Folding Split Seat Rear Window Defroster Keyless Remotes (2) Power Driver Seat Privacy Glass Roll Stability Control COLOR: Exterior: Tuxedo Black Interior: Stone OPTIONS: All Weather Floor Mats Meets Specifications: YES NO DOCUMENTS Each vehicle delivered must include the following: Certification of Origin Check in the amount of $21.00 made payable to Houston County Tax Commissioners Your Invoice Keys: Three (3) complete sets Manufacturer Specification Sheet Motor Vehicle Tag/Title Application (MV-1) Odometer Statement Owner/Operator Manual Window Sticker Original

BID SPECIFICATIONS -- BID #16-08 HOUSTON COUNTY ONE (1) EACH - NEW 2015 OR 2016 FORD EXPLORER SUV BID CERTIFICATION Make/Year Model Bid: Projected Delivery Date: Bid Price: Warranty: I hereby certify that our bid quote meets or exceeds Houston County s specifications. In compliance with this bid request, bidder agrees if this bid is accepted within thirty (30) days from opening, to furnish any or all items upon which prices are quoted, at the price set opposite each item, and to deliver as bid. By signing below, I also certify that I have read, understand and am able to comply with all requirements included in this bid package. Company Name Contact Person Address Telephone Number Fax Number E-Mail Address Authorized Signature Printed Name Date Contact Person: Mark E. Baker, Purchasing Agent Houston County Board of Commissioners Purchasing Department, Telephone: 478-218-4800 mbaker@houstoncountyga.org

INSTRUCTIONS TO BIDDERS 1. These instructions will bind bidders to terms and conditions herein set forth, except as specifically qualified in special bid and contract terms issued with any individual bid. 2. The following criteria are used in determining low responsible bidders: (a) (b) (c) (d) (e) (f) (g) Ability, capacity, and skill of bidder to perform required service; Whether bidder can perform service promptly or within specified time; The character, integrity, reputation, judgment, experience, and efficiency of bidder; The performance of previous contracts; The suitability of equipment or material for County use; The ability of bidder to provide future maintenance and parts service; and Awards will be based on the best value to Houston County. 3. Houston County Board of Commissioners is exempt from all State Sales Tax and Federal Excise Tax. 4. The bids should be tabulated, totaled, and checked for accuracy. The unit price will prevail in case of errors. 5. All required information should be included in bid for your proposal to receive full consideration. 6. Any questions or clarifications may be directed to Mark E. Baker, Purchasing Agent, at any of the above listed numbers, e-mail or address. 7. Quote all prices FOB Destination. Destination to be specified at time of order. 8. SEALED BIDS shall be addressed to the Houston County Purchasing Department,, Perry, Georgia 31069-2828. NO OTHER county offices will accept bids unless specified on the bid. Also, ABSOLUTELY NO FAXED OR PHONED IN BIDS WILL BE ACCEPTED OR CONSIDERED FOR AWARD. 9. All bidders must be recognized dealers in the materials, services or equipment specified and be qualified to advise in their application or use. A bidder at any time requested must satisfy the Purchasing Department that they have the requisite organization, capital, plant, stock, ability and experience to satisfactorily execute the contract in accordance with the provisions of the contract in which they are interested. 10. Houston County will reject any materials, supplies or equipment that do not meet specifications, even though bidder lists the trade name or names of such materials on the bid or price quotation form. Instructions to Bidders Page 1 of 2 Pages

11. FOR VEHICLE AND MOTOR EQUIPMENT BIDS: Low bidder shall provide the following: (a) Tag and Title fee in the amount of $21.00 per vehicle. Your check should be made payable to: HOUSTON COUNTY TAX COMMISSIONER (Please make note of the increase in the tag fee above: $18.00 for tag, $3.00 for government vehicle). (b) Three (3) keys per vehicle. (c) Window sticker and/or line setting sheet from each vehicle. (d) MSO and MV-1 completed and delivered with vehicle as follows: Houston County Board of Commissioners Purchasing Department Perry, Georgia 31069-2828. (e) Delivery is to be made to the address listed above unless expressly indicated on the Houston County Board of Commissioners official purchase order. 12. Local Preference: Bids awarded to local vendors contribute to the local tax base and will, therefore, be given special consideration when bidding against outside vendors. Bids received from vendors within the confines of the county will be given preference if their bid is within three percent (3%) of the low bid submitted by any out-of-county bidder. This policy does not apply to any purchases of materials, equipment or services in excess of $150,000.00. On those cases, the Board of Commissioners will make their decision based on the lowest and best bid as submitted. Instructions to Bidders Page 2 of 2 Pages

GENERAL SPECIFICATIONS Requirements specified herein shall apply to all vehicles purchased by Houston County. This specification is not complete without specific requirements in the detail specifications. In the event of conflict between these general specifications and the detail specifications, the detail specifications will apply. APPLICABLE DOCUMENTS: Reference to publications in the detailed specifications shall apply to those issues in effect on the date of the invitation to bid, unless otherwise specified. COMPONENTS, ASSEMBLIES, AND ACCESSORIES: The vehicle shall have all of its components, assemblies, and accessories installed and shall be delivered to the County meeting or exceeding all applicable requirements of the Environmental Protection Agency Regulations, Federal Motor Vehicle Safety Standards, Federal Motor Carrier Safety Regulations and Industry Specifications, Standards and Regulations that are in effect on the date of manufacture. (Note: All components, assemblies, and accessories shall be factory installed unless otherwise noted.) CONTROLS, INSTRUMENTS, AND OPERATING MACHINES: Located for left-hand drive. Complete and conveniently accessible to driver. Instruments and controls clearly identified as to function. COOLING SYSTEMS: Liquid pressurized forced circulation type, consisting of the necessary components of such design and capacity to maintain the engine at optimum safe temperature under all operating conditions without any loss of coolant. Optimum engine temperatures shall be maintained with the vehicle loaded and continuously operating at all drivable altitudes and grades in ambient temperatures ranging from minus 30 to 120 degrees F. Thermostat controlled and suitable for operation with permanent type antifreeze solution. Easily accessible drain outlets shall be provided to allow complete cooling system drainage. Coolant recovery system to be furnished. DESIGN: New models in current productions, complete with all necessary components and accessories customarily furnished, together with such modifications as may be necessary to enable the vehicle to function reliably and efficiently in sustained operation. Design to permit accessibility for maintenance purposes with minimal disturbance of other components or assemblies. The term heavy duty as used to describe an item, shall be defined to mean in excess of the usual performance, quantity, quality or capacity that is normally supplied with the standard production item. EMISSION CONTROLS: All vehicles shall comply with the Environmental Protection Agency requirements on Air Pollution. EXHAUST SYSTEM: Manufacturer s heaviest duty system available for engine furnished. Corrosion resistant and securely fastened and routed to protect components from hazards. System shall comply with Federal Motor Vehicle Safety Regulations. EXTERIOR FINISHES: Standard production finishes. General Specifications Page 1 of 2 Pages

HEATER AND DEFROSTER: Hot water heating systems with fresh air intakes. Discharge outlets to floor and defroster louvers shall be provided. Systems shall be equipped with multi-speed blowers. MATERIALS: New and of quality conforming to current engineering and manufacturing practice. No defects and suitable for the intended service. NOISE LEVEL - INTERIOR AND EXTERIOR: Vehicles shall comply with Federal Interstate Noise Standards. PRE- DELIVERY SERVICING AND ADJUSTMENT: The dealer shall not attach any dealer identification, advertising or similar material to the vehicle. Prior to acceptance by the County, the dealer shall service and adjust each vehicle for operational use, to include as a minimum, the following: 1. Focusing of lights. 2. Tuning of engine. 3. Adjustment of accessories. 4. Checking of electrical, braking and suspension systems. 5. Charging of battery. 6. Alignment of front end. 7. Inflation of tires. 8. Balancing of all wheels, including the spare. RESPONSIBILITY FOR INSPECTION: Unless otherwise specified in the contract or purchase order, the supplier shall be responsible for the performance of all inspection and test requirements necessary to ensure compliance with requirements of this and the applicable detail specifications. This action does not preclude subsequent inspection and testing by the County to further determine conformance with specification requirements for performance, quality standards of workmanship, material and construction techniques. SERVICE AND REPAIR: Houston County shall expect the manufacturer to have adequate stocks of replacement parts available to service County vehicles and to make delivery within a reasonable time of all normal replacement parts to their dealers who may service County vehicles. The County further expects that warranty service and repairs as well as non-warranty service and repairs be handled without prejudice by local dealerships throughout the United States. TIRES AND WHEELS: Tires - All Tires furnished shall be black wall, tubeless-type with standard highway tread design. Capacity to the maximum load imposed by the evenly and fully loaded vehicle. Conform to the Tire and Rim Association, Inc. Spare tire and wheel, factory installed, shall be furnished. Wheels - Manufacturers recommended size and capacity for the vehicle offered. Rim contours and sizes shall conform to the correct recommendations of Tire and Rim Association, Inc. TOOLS: Jack and Lug Wrench, Factory Installed, for each vehicle. General Specifications Page 2 of 2 Pages