HOUSTON COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT



Similar documents
HOUSTON COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT

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

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

INSTRUCTIONS, REQUIREMENTS

Vehicle Maintenance Policies and Procedures

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

CITY OF GAINESVILLE INVITATION TO BID

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

HEATER, AIR CONDITIONING AND VENTILATION

Department of Purchasing & Contract Compliance

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

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

VEHICLE LEASE REQUEST FOR QUOTE Winter 2015 RVC15-08

AUTOMOBILE MECHANIC STUDENT INTERNSHIP SKILLS LIST Provo School District

CITY OF FORT SMITH. Submit Bids to: Purchasing Department P.O. Box Garrison Avenue, Suite 522 Fort Smith, AR

307E. Mini Hydraulic Excavator. Standard Bucket Size 0.33 m 3 Engine Model Cat C2.6 DI Turbo. Weights

Warner Robins Housing Authority

Heavy Duty Equipment Mechanic (Class Code 3743) Task List. Inspection and Diagnosis

Automatic air conditioning system

Automatic air conditioning system

Customer Owned Certified

WHICH MAINTENANCE SCHEDULE SHOULD YOU FOLLOW?

Form P ITEM DESCRIPTION UNIT ESTIMATED 12 MONTH QUANTITY

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

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

Cooling system components, removing and installing

CONTRACT DATA SHEET DRAIN CLEANING SERVICE CONTRACT #: ( ) CONTRACT DATES: 06/18/08 06/30/12

Mini Hydraulic Excavator

Automatic air conditioning system

Warner Robins Housing Authority

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

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

HITACHI EXTENDED LIFE PROGRAM

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

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

COUNTY OF EL PASO, TX REQUEST FOR BIDS Bus and Fleet Vehicle Maintenance and Repair Services (Supplement)

Robla School District

CONTRACTOR GUIDELINES

SPECIFICATIONS - Q

VICE PRESIDENT, DELIVERY OPERATIONS. Management Alert Suspension or Delay of Scheduled Vehicle Maintenance (Report Number DR-MA )

Asking Price: N/A Final Price: N/A OROPS BUCKET AUXILIARY HYDRAULICS GENERAL APPEARANCE. Good. Good

Canterbury Park Pool Chamber Replacement

APPENDIX D PUBLIC AWARENESS INFORMATION

Department of Purchasing & Contract Compliance

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

Cooling system components, removing and installing

How To Install An Overhead Sewer

03-07 Ford 6.0 Powerstroke Installation Instructions and Manual P/N: 10401

CITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID

INVITATION TO BID. Dear Prospective Bidder:

INVITATION TO BID CITY OF HOPKINSVILLE

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

SECTION HEATING, VENTILATION AND AIR CONDITIONING EQUIPMENT

DIESEL Technician. Endorsement: Diesel Technician Prerequisite: None CORE STANDARDS, OBJECTIVES, AND INDICATORS

Fire Apparatus Operator: Pre-Course Driving Skills

Assembly overview - fuel tank

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

Maintaining the Beauty and Performance of Your Boxster

RANDALL COUNTY FIXED ASSET POLICY April 2002 Revised 5/20/2014

Diesel Engine Driven Generators Page 1 of 6

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

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

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

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

Fleet Technician I Fleet Technician II Fleet Technician III

How to Do Business With Us ST. LOUIS COUNTY GOVERNMENT DIVISION OF PROCUREMENT AND ADMINISTRATIVE SERVICES

AGENDA STAFF REPORT. Budgeted: Yes Current Year Cost: $695,000 Annual Cost: N/A

GUIDELINES for NEW RESIDENTS

REQUEST FOR QUOTATION

REQUEST FOR PROPOSAL FOR DORCHESTER COUNTY COUNCIL HVAC SERVICES DCG Due Date December 6, 2011

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

Center Unified School District

6-years/75,000 miles Comprehensive coverage Subsequent Owner Warranty $100 Deductible

SUPPLY, INSTALLATION, TESTING & COMMISSIONING OF SPLIT AIR CONDITIONERS

AUTOMOTIVE GARAGE TECHNICIAN SERIES

Invitation to Bid FIRE ALARM & DETECTION SYSTEM

Autobody/Collision and Repair Technology/Technician CIP Task Grid

FLEET SAFETY PROGRAM - SAMPLE

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

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

SEALED BID SOLICITATION QUOTATION BLANKET ORDER

Porsche Approved Certified Pre-Owned. Limited Warranty

PURCHASING REQUISITION, PURCHASE ORDER, QUOTATION PROCESS

COMMERCIAL ITEM DESCRIPTION TRUCK, LIFT, FORK, DIESEL-ENGINE-DRIVEN, PNEUMATIC-TIRED, 10,000 POUND CAPACITY 1. SCOPE. This commercial item

2014 EBR MOTORCYCLE LIMITED WARRANTY

AIR CONDITIONING SYSTEM 1. FFH SPECIFICATION AIR CONDITIONING SYSTEM RODIUS

WE CHECK 160 POINTS. ALL TO PROVE ONE POINT.

OSWEGO COUNTY PURCHASING DEPARTMENT

Transcription:

2020 KINGS CHAPEL ROAD (478) 218-4800 PERRY, GEORGIA 31069-2828 FACSIMILE (478) 218-4805 October 6, 2015 Dear Vendor: RE: Bid #16-17 One New Excavator The Houston County Board of Commissioners is soliciting sealed proposals for the provision of One (1) New Excavator for use by the Houston County Roads & Bridges Department. Our minimum excavator specifications and instructions to bidders are attached. Please quote your proposal price FOB destination. To receive consideration, your sealed proposal will be accepted in the Purchasing Department office ONLY, located at 2020 Kings Chapel Road, Perry, Georgia 31069-2828, until 2:00 p.m. on Tuesday, October 27, 2015. Your sealed proposal package MUST be marked: SEALED PROPOSAL #16-17: Excavator (One Each) (Roads and Bridges) and received at the above address before the 2:00 p.m. deadline on Tuesday, October 27, 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, November 17, 2015 at 6:00 p.m. at the Houston County Annex in Warner Robins, 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 PROPOSAL AND WAIVE ALL INFORMALITIES. If you should have any questions regarding this bid request, please contact me at the above listed telephone number. Sincerely, Attachments HOUSTON COUNTY BOARD OF COMMISSIONERS

PROPOSAL #16-17: ONE (1) EACH NEW EXCAVATOR W/TRADE IN OF 1994 CAT 322L EXCAVATOR (MAINT#382) HOUSTON COUNTY ROADS & BRIDGES MINIMUM PROPOSAL SPECIFICATIONS In conjunction with the purchase of this Excavator, Houston County will trade in the following vehicle: 1994 Caterpillar 322L Excavator, Approximately 7,960 hours. Vehicle ID # 9RL0392 NCM0696 (Our Maintenance #382) One (1) New Currently Advertised Standard Production Model Excavator meeting the following minimum specifications: 1. Weight: Minimum operating weight of 68,000 pounds. 2. Engine: Turbo charged diesel type, water cooled. Minimum 195-225 net horsepower. Engine Enclosures. 3. Cab: Fully enclosed ROPS with A/C, filtered air, heater, defroster, fan, windshield wipers, adjustable suspension seat, AM/FM radio. 4. Instruments: Visual and audible warning for low engine oil pressure and high temperature, as well as other standard gauges. 5. Undercarriage: Long carriage 32 shoes. 6. Bucket: 48 with teeth and side cutters. 7. Electrical: Lighting package and must have secondary battery disconnect. Work lights front and rear. 8. Cooling System: Heavy duty. 9. Hydraulics: Hydraulic system and controls shall have a fully-enclosed and protected system. Hydraulics must have an oil cooler. Should have load sensing capabilities. 10. Warranty: Standard warranty bumper to bumper with no call out charges or fees associated during this period. Include cost and details. 11. Dealership Information: 12. Manufacturer s Specification Sheet: Dealership must have a service center (dealership) within 50 miles of Houston County. Dealership must supply a replacement machine if repair/down time is to exceed 72 Hours. Include Manufacturer s Specification Sheet. Bid 16-17: Excavator (Page 1 of 1)

ROADS & BRIDGES DEPARTMENT PROPOSAL #16-17: ONE (1) EACH NEW EXCAVATOR W/TRADE IN OF 1994 CAT 322L EXCAVATOR (MAINT#382) PROPOSAL CERTIFICATION Please include in your proposal the following information: Year, Make & Model; Projected Delivery Date; Bid Price on New Excavator; Price of Options; Trade-In Allowance; Warranty. Please price separately the following options: Please include list of at least three references using equipment proposed: Forestry Package, Cab Protection; Hydraulic Fan; Central Lube Station; Fire Suppression System; Power Train Warranty Five Years or 6,000 hours; Bumper to Bumper Warranty Five Years or 6,000 Hours; Hydraulic Thumb; Buy Back Option; Parts and Maintenance Manual (Hard Copy). Company Name; Representative Name; Company Address; Contact Information (e-mail, telephone). I hereby certify that our proposal meets or exceeds Houston County s specifications. In compliance with this proposal request, Vendor agrees if this proposal 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 proposed. By signing below, I also certify that I have read, understand and am able to comply with all requirements included in this proposal 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 2020 Kings Chapel Road, Perry, GA 31069-2828 Telephone: 478-218-4800 mbaker@houstoncountyga.org

2020 Kings Chapel Road (478) 218-4800 Perry, GA 31069-2828 FAX (478) 218-4805 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, 2020 Kings Chapel Road, 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. Version 02/10/2015 Instructions to Bidders Page 1 of 2 Pages

2020 Kings Chapel Road (478) 218-4800 Perry, GA 31069-2828 FAX (478) 218-4805 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 2020 Kings Chapel Road 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. Version 02/10/2015 Instructions to Bidders Page 2 of 2 Pages

2020 KINGS CHAPEL ROAD PERRY, GEORGIA 31069-2828 (478) 218-4800 FACSIMILE (478) 218-4805 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 detail specifications shall apply to those issues in effect on the date of the invitation to bid, unless otherwise specified. 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. 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. EMISSION CONTROLS: All vehicles shall comply with the Environmental Protection Agency requirements on Air Pollution. INTERIOR AND EXTERIOR NOISE LEVEL: Vehicles shall comply with Federal Interstate Noise Standards. 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. 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. 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. NO Spare tire and wheel shall be furnished. TOOLS: Jack and Lug Wrench, Factory Installed, for each vehicle. 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. General Specifications P. 1

CONTROLS, INSTRUMENTS, AND OPERATING MACHINES: Located for left-hand drive. Complete and conveniently accessible to driver. Instruments and controls clearly identified as to function. 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. EXTERIOR FINISHES: Standard production finishes. MATERIALS: New and of quality conforming to current engineering and manufacturing practice. No defects and suitable for the intended service. 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. 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. 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. General Specifications P. 2