Office of the Director of Procurement Issued: Monday, October 23, Proposals Due by 12:00 NOON, EST on Wednesday, November 15, 2017 to:

Similar documents
Office of the Director of Procurement Issued: Friday, May 20, Proposals Due by 12:00 NOON, EST on Tuesday, June 7, 2016 to:

Sealed Bid, 1 Ton Cargo Van Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Commercial Front Loader Garbage Truck

PRISONER TRANSPORT VEHICLE CARGO VAN

Tender T Supply One 1500 Series Service Vehicle

INVITATION FOR BID ¾ TON 2DR UTILITY TRUCK

Four (4) bi-fuel compressed natural gas (CNG) and gasoline ½-ton pickup trucks.

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

CITY OF HOPKINSVILLE

KEN BASS DIRECTOR OF PURCHASING Phone: NORTH 5 TH STREET Fax: NOTICE TO BIDDERS

CITY OF BERKLEY, MICHIGAN 4-TON ASPHALT RECYCLER & HOT BOX TRAILER REQUEST FOR PROPOSAL

BOROUGH OF FOX CHAPEL BIDS FOR RUBBISH CONTAINER BINS. CONTRACT NUMBERS and 08-06

PUBLIC WORKS COMMISSION OF THE CITY OF FAYETTEVILLE. December 5, Mark Cannady, Procurement Supervisor

COUNTY OF OSWEGO PURCHASING DEPARTMENT

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT

Request for Proposal. INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA

RETRO REFLECTIVE GLASS BEADS

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTES (RFQ) PURCHASE AND SALE OF ONE (1) FORKLIFT AUGUST 28, 2008

CITY OF HAYS, KANSAS BID PROPOSAL REQUEST FOR. Portable Air Compressor TABLE OF CONTENTS

TERMS AND CONDITIONS OF THE INVITATION TO BID

OSWEGO COUNTY PURCHASING DEPARTMENT

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

BOARD OF COUNTY COMMISSIONERS

CITY OF FAIRBANKS BID REQUEST FOR FURNISHING LED STREET LIGHT FIXTURES (MATERIALS ONLY) THE CITY OF FAIRBANKS PUBLIC WORKS DEPT BID NUMBER: FB-14-41

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING

Town of Litchfield Department of Public Works

SECTION A - INSTRUCTIONS

HOPKINSVILLE WATER ENVIRONMENT AUTHORITY

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Tools and Maintenance Shop Equipment. office.

City of Mexico Beach Replacement of Fire Department Roofing Shingles

ONE (1) OR MORE NEW 75 CUBIC YARD CLOSED TOP EJECTOR TRAILERS

INVITATION FOR BID Bid #1012 Ambulance Graphics

LED Lighting. 3.3 Bidder shall furnish the required information typed or written in ink.

Website: INVITATION TO BID Excavator

1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB # V

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

5 REQUEST FOR QUOTATION. Company Name: Address: Contact Name: Contact Title: Phone Number: REQUEST FOR QUOTATION THIS IS NOT AN ORDER

ATTENTION ALL BIDDERS

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY RECONDITION MUFFIN MONSTER ELECTRIC (DATE): DEC.

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

Bid #15-15 Goodyear Tires

REQUEST FOR BID # TIRE DISPOSAL SERVICES

COUNTY OF VICTORIA INVITATION TO BID, BID SPECIFICATIONS AND BID FORMS FOR ONE (1) USED WATER TRUCK

BETHLEHEM AREA SCHOOL DISTRICT 1516 SYCAMORE STREET BETHLEHEM PA REQUEST FOR BIDS TIRES & SERVICE School Year BIDS DUE: JUNE 4, 2018

CITY OF LEESBURG FLORIDA INVITATION FOR BID (IFB) Wireless Mobile Column Lift (Truck Lift)

Carpet Replacement Project Des Peres Department of Public Safety

Rutherford County Board of Education

One Technology Court, Montgomery, AL Telephone:

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

LEGAL NOTICE - RFP WANTED. Automated Refuse Container Lids, For 300 Gallon Capacity Containers GENERAL INFORMATION AND INSTRUCTIONS

REQUEST FOR PROPOSAL Enterprise Asset Management System

TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS

INVITATION FOR BID Annual Water Meter Purchase

LEGAL AD. Invitation to Bid Bid No For the purchase of 1 new Motor Grader

Anaheim Stadium & Amtrak Train Station

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

NOTICE OF CALL FOR BIDS

REQUEST FOR PROPOSALS

GENERAL INSTRUCTIONS

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA INVITATION FOR BID

SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE

Calhoun Community College will receive sealed bids for the following item(s): Bid #19-14: Iron Worker and Band Saw Machine

Request for Bids (RFB) Fire Extinguisher Services (Service/Price Agreement)

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date.

Diesel Engine Replacement for. Gillig Low Floor Buses

Request for Proposal DOCUMENT SCANNING FOR LUZERNE COUNTY CHILDREN & YOUTH REF #82917RFPSO LUZERNE COUNTY PENNSYLVANIA

BID INVITATION. Bid Invitation


ATTENTION ALL BIDDERS

CITY OF SPRING HILL, TENNESSEE REQUEST FOR PROPOSAL FOR. Sandblasting & Painting of Fire Hydrants

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:

COVER PAGE. Bid Proposal # Ready Mix Concrete

INVITATION FOR BID Chipeta Lake Park Tree Trimming

Request for Proposal. Microsoft Exchange Migration Project

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

The intent of this bid is to purchase soccer uniforms to be issued by the Parks & Recreation Department to youth soccer program participants.

The PTC reserves the right to reject any or all bids. PTC may terminate any resulting contract upon a thirty (30) day written notice.

RFP # OFFICE SUPPLIES PROPOSAL OPENING DATE: July 16, 2015

1 CORPORATION of the TOWN of SMITHS FALLS COMMUNITY SERVICES & PUBLIC WORKS AND UTILITIES CONTRACT #_17-CS-02_

REQUEST FOR BID 3D PRINTER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2017-B02

CITY OF SPRING HILL, TENNESSEE

IMPORTANT: Please review all the Terms and Conditions outlined in the Conditions and Instructions to Bidders section of this BID.

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW

Sealed Bid, Sweeper Brooms & Parts Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

LEMONT BROMBEREK COMBINED SCHOOL DISTRICT 113A

This is NOT AN ORDER, it is an invitation for a competitive sealed proposal.

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

REQUEST FOR BIDS. Bids must be received by the Department of Public Works on or before: TIME: 3:00 PM DATE: February 19, 2015 INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL Police Department Roof System Renovation

CITY OF FARMINGTON 800 MUNICIPAL DRIVE FARMINGTON, NEW MEXICO Concrete, Sand & Gravel BID # May 16, :00 P.M.

TITLE DEPARTMENT OF ADMINISTRATION 1.1 PURPOSES AND POLICIES 220-RICR CHAPTER 30 - PURCHASES SUBCHAPTER 00 - N/A

ATTENTION ALL BIDDERS

2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo)

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

REQUEST FOR BID # JAIL WATER SOFTENER SYSTEM

Document Conversion/Migration

SECTION INSTRUCTIONS TO BIDDERS

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

Furnish Traffic Safety Cones as specified below to be F.O.B. delivered to the locations listed, on or prior to the delivery date specified.

Transcription:

REQUEST FOR PROPOSAL TO PROVIDE FOR PURCHASE ONE (1) HALF TON 4x2 EXTENDED-CAB TRUCK TO THE BRUNSWICK-GLYNN COUNTY JOINT WATER AND SEWER COMMISSION SOLICITATION NO. 18-006 Office of the Director of Procurement Issued: Monday, October 23, 2017 Proposals Due by 12:00 NOON, EST on Wednesday, November 15, 2017 to: Brunswick-Glynn County Joint Water and Sewer Commission 1703 Gloucester Street Brunswick, Georgia 31520 Please Label Proposals with Firm's Name and Address And "Sealed Proposal 1/2 (Half) Ton 4x2 Extended-Cab Truck" Page 1 of 8

BRUNSWICK-GLYNN COUNTY JOINT WATER & SEWER COMMISSION REQUEST FOR PROPOSAL TO PROVIDE ONE (1) ½ (HALF) TON FORD 4X2 EXTENDED-CAB TRUCK The Brunswick-Glynn County Joint Water & Sewer Commission is soliciting sealed Proposals for a quantity of One (1) of ½ (Half) Ton 4x2 Extended-Cab Truck. The Specifications, Instructions to Proposers and General Conditions are enclosed in this RFP package. All desired information must be completed for your Proposal to receive full consideration. Sealed Proposals will be received until Wednesday, November 15, 2017 at 12:00 Noon, at which time they will be opened and read aloud. Proposal opening will be held in the Executive Conference Room, Brunswick- Glynn County Joint Water & Sewer Commission, 1703 Gloucester Street, Brunswick, Georgia. Proposals may be mailed or hand delivered, addressed and submitted as follows: Brunswick-Glynn County Joint Water & Sewer Commission Attn: Director of Procurement 1703 Gloucester Street Brunswick, GA 31520 The RFP : ½ (Half) Ton 4x2 Extended-Cab Truck and Proposer s name must be clearly marked on the outside of the envelope. One (1) original and three (3) copies of the Proposal are to be included in the package. A digital copy of the Proposal is also desired, yet not required. The BGJWSC is not responsible for Proposals that are not received in the Procurement Department by the due date and time. Late Proposals will not be considered in Proposal evaluation. Any questions or clarifications should be directed to the attention of Pam Crosby, Director of Procurement at (912) 261-7127 or by e-mail to: pcrosby@bgjwsc.org (e-mail preferred) The Proposal will be awarded to the responsible Proposer whose Proposal will be most advantageous to the BGJWSC, price, availability and other factors considered. The BGJWSC reserves the right to accept none, all, or any part of the proposal, and to waive all formalities. Page 2 of 8

½ (HALF) TON 4X2 EXTENDED-CAB TRUCK SPECIFICATIONS It is the intent of these specifications to describe the minimum requirements for a ½ Ton Extended-Cab truck. The successful proposer shall furnish features, which are regularly furnished as standards with this unit. The truck shall conform in strength, quality and material and the workmanship to that provided be the best manufacturing and engineering practices of the industry and the latest model available. The proposer shall represent by this proposal that all the requested parts and equipment are manufactured installed new and unused. It is required that the unit, as specified herein, shall be completely assembled, serviced and ready for operation. MINIMUM REQUIREMENTS: BIDDER OFFERS: ENGINE: V-8 (Gasoline) AXLE(S): 4x2, Extended Cab w/ Locking Rear Axle TRANSMISSION: Automatic TOWING: Heavy Duty Tow Package Trailer Wiring Provisions Trailer Receiver 8,500 lb tow capacity minimum Factory Controlled Integrated Brake Controller Electric Trailer Brakes (7pin Connector) ALTERNATOR: Heavy Duty BATTERY: Heavy Duty SUSPENSION: ½ ton minimum WHEELBASE: 145 Inch Wheelbase or 6.5ft bed BRAKES: 4 wheel disc w/abs DRIVE: Rear Wheel Drive POWER: Door Locks, Windows, Mirrors, Steering, Brakes TILT & CRUISE CONTROL (optional): AIR CONDITIONING: AUDIO: AM/FM, Bluetooth, Back-up Monitor SEATS: Front 40/20/40, Rear Bench LOCKS: Factory Key Fob (2) Page 3 of 8

INTEIOR: Vinyl FLOORING: Vinyl TIRES: Standard for specified GVW, Highway tread Full Size Spare PAINT: Oxford White REVERSE SENSING SYSTEM: BACK-UP ALARM: Exterior Audible REVERSE CAMERA: MAKE/MODEL BID: MINIMUM DELIVERY DATE: MAXIMUM DELIVERY DATE: DELIVERY OPTIONS: Complete Certificate of Origin Complete Tag Application Warranty & Owner s Manual Service & Parts Manual WARRANTY: Details Page 4 of 8

1. The dealer delivering the vehicles shall guarantee that the automobiles meet the Specifications as defined in the proposal. A representative of the BGJWSC, along with the Fleet Manager shall inspect the vehicle in detail to assure they meet the requirements as specified. Proper certification will be made on each invoice that the vehicle meets all specifications. Any deficiencies noted shall be corrected at the Manufacturer s expense. Any variations from specifications must be clearly defined and be attached to the official proposal sheet. 2. Where there is a minor difference in proposal price, the BGJWSC may take into consideration service, cost of replacement parts, superior items and performance of the vehicle offered. 3. The vehicles shall meet or equal all requirements of the Federal Government and State of Georgia for safety standards for 2017 model vehicles and shall cover all essential items not specifically covered in this proposal. 4. It is understood that this vehicle will be purchased in serviced condition. ************************************************************************************* I have read, understand and agree to comply with the above Specifications: COMPANY NAME: ADDRESS: CITY: STATE: ZIP: E-MAIL ADDRESS: TELEPHONE NUMBER: SIGNATURE: FAX NUMBER: TITLE: PLEASE PRINT NAME: THIS FORM MUST BE RETURNED WITH PROPOSAL Page 5 of 8

INSTRUCTIONS TO PROPOSERS 1. These instructions will bind proposers to terms and conditions herein set forth, except as specifically qualified in special and contract terms with any individual proposal. 2. By submitting their proposal, all vendors certify that they are not currently debarred from submitting proposals on contracts by any agency of the State of Georgia and the federal government, nor are they an agent of any person or entity that is currently debarred from submitting proposals on contracts by any agency of the State of Georgia or the federal government. 3. The following criteria are used in determining the responsible proposer: (a) The ability, capacity and skill of the proposer to perform the contract; (b) Whether the proposer can perform the contract within specified time, without delay or interference; (c) The character, integrity, reputation, judgement, experience and efficiency of the proposer; (d) The quality of performance under previous contracts; (e) The previous compliance by the proposer with laws and ordinances relating to the contract; (f) Sufficiency of the financial resources and ability of the proposer to perform the contract and provide the service; (g) The quality, availability, and adaptability of the supplies or contractual services to the particular use required; (h) The ability of proposer to provide future maintenance and service for the use of the contract under consideration; (i) The number and scope of conditions attached to the proposal; and (j) Such other factors as appear to be pertinent to either the proposal or the contract under all of the circumstances involved. 4. The BGJWSC is exempt from all State Sales Tax and Federal Excise Tax. Tax ID Numbers are available upon request as necessary. 5. All proposals should be tabulated, totaled and checked for accuracy. The unit price will prevail in case of errors. 6. All requested information should be included in proposal for your proposal to receive full consideration. The proposal will be awarded to the responsible proposer whose proposal will be most advantageous to the BGJWSC, price, availability, and other factors considered. The BGJWSC reserves the right to accept none, all, or any part of the proposal and waive all formalities. 7. Any questions or clarifications should be directed to the Procurement Office via e-mail: pcrosby@bgjwsc.org. 8. Quote all prices F.O.B. Brunswick-Glynn County Joint Water & Sewer Commission, 1703 Gloucester Street, Brunswick, GA 31520. Deliveries will only be accepted 8:00 a.m. to 5:00 p.m., Monday through Friday. Page 6 of 8

9. It is the responsibility of the proposer to ensure their proposal is received in the Procurement Office by the time and date indicated on the Request For Proposal. Proposals received after the time and date indicated will be considered late and will not be opened. 10. Sealed proposals shall be addressed and submitted as follows: One (1) original and three (3) copies of the proposal should be either sent by parcel service or hand delivered to the Brunswick-Glynn County Joint Water & Sewer Commission, Office of Procurement, 1703 Gloucester Street, Brunswick, GA 31520. All proposals must be clearly marked with the RFP name and number on the outside of the envelope. A digital copy of the Proposal is desired, yet not required to be included. 11. All proposers must be recognized dealers in the materials or equipment specified and be qualified to advise in their application or use. A proposer, at any time requested must satisfy the Procurement Office that he/she has the requisite organization, capital, stock, ability and experience to satisfactorily execute the contract in accordance with the provisions of the contract in which he/she is interested. 12. Any alterations, erasures, additions, or omissions of required information or any change of specifications, or proposal schedule is done at the risk of the proposer. Any proposal will be rejected that has a substantial variation, which is a variation that affects the price, quality or delivery date. 13. The BGJWSC will reject any materials, supplies or equipment that do not meet specifications, even though proposer lists the trade name or names of such materials on the proposal or price quotation form. The unauthorized use of patented articles is done at the risk of the proposer. 14. All material, equipment, and supplies shall be subject to rigid inspection, under the immediate supervision of the Procurement Director to which they are delivered. If defective materials, equipment, or supplies are discovered, the vendor, upon being instructed by the Procurement Director shall remove, or make good such material, equipment, or supplies without extra compensation. It is expressly understood and agreed that the inspection of materials by the BGJWSC will no way lessen the responsibility of the vendor to release him/her from his/her obligation to perform and deliver to the BGJWSC sound and satisfactory materials, equipment, or supplies. The contractor agrees to pay the costs of all tests or defective equipment or allow the cost to be deducted from any monies due him/her from the BGJWSC. 15. Unless otherwise specified, the BGJWSC reserves the right to award each item separately or on a lump sum basis, whichever is in the best interest of the BGJWSC. 16. Any proposals may be withdrawn at any time before the time set for opening proposals. No proposal may be withdrawn for a period of thirty (30) days after opened. Any complaint relative to proposals should be made prior to proposal opening. FAILURE TO COMPLY WITH THESE INSTRUCTIONS WILL BE GROUNDS FOR REJECTION OF PROPOSAL. 17. The Proposal must be signed by a company officer who is legally authorized to enter into a contractual relationship in the name of the vendor. Page 7 of 8

GENERAL CONDITIONS A. PROCUREMENT POLICIES & PROCEDURES: This proposal is subject to the provisions of the Brunswick-Glynn County Purchasing Policies and Procedures and any revisions thereto, which are hereby incorporated into this contract in their entirety except as amended or suspended herein. B. CLARIFICATION OF TERMS: If any prospective proposer has questions about the specifications or other proposal documents, the prospective proposer should contact the Procurement Office via e-mail, (pcrosby@bgjwsc.org ) no later than Wednesday, November 8, 2017. Any revisions to the invitation will be madeonly by addendum issued by the Procurement Director. C. INSPECTION: All merchandise shall be subject to inspection after arrival at destination. In the case any items are found to be defective or otherwise not in conformity with specifications or statement of work, the BGJWSC has the right to reject such items and return them at the proposer s expense. D. DEFAULT: In case of failure to deliver goods in accordance with the terms and conditions, the BGJWSC, after due oral or written notice may procure substitute goods from other sources and hold the vendor responsible for any resulting additional purchasing and administrative costs. This remedy shall be in addition to any other remedies, which the BGJWSC may have. Page 8 of 8