INVITATION TO BID



[pic]

Offers by telephone, telegram, fax, or electronic mail will not be accepted.

Return Bid to:

Pulaski County Purchasing Department

201 S. Broadway, Suite 440 It is the responsibility of bidder to read and comply

Little Rock, AR 72201 with all conditions listed on following page.

BID NUMBER: 17-F-010/ DATE ISSUED: 4/14/2017 DATE & TIME OF BID OPENING: 4/27/2017 @ 10:00 a.m.

COMMODITY CLASSIFICATION: Freightliner Truck / CONTRACT PERIOD/DATE DELIVERY REQUIRED: As Specified in Bid

DEPARTMENT: Emergency Mgmt / BUYER: Vicki Atchley / DELIVERY DATE: As Specified in Bid

Pulaski County is requesting competitive sealed bids for the purchase and delivery of a Freightliner Cab and Chassis according to the following conditions and specifications.

It is solely and strictly the responsibility of the bidder to ensure that the bid is received by the Pulaski County Purchasing Department on or before the specified date and time. The County will in no way be responsible for delays caused by any occurrence. The bid time will be and must be scrupulously observed. Under no circumstances will bids delivered after the opening date and time be considered. If due to inclement weather, natural disaster or for any other cause the Purchasing Department where bids are to be submitted is closed on the due date, the deadline for submission shall automatically be extended until the next business day on which the Purchasing Department is open, unless the contractor is otherwise notified by the Purchasing Department. The time of day for submission shall remain the same. Offers by telephone, telegram, fax, or electronic mail will not be accepted. Bidders will not be allowed to withdraw or modify their bids after the opening date and time.

In accordance with Arkansas Code Annotated 14-22-111, vendors qualifying for county preference and wishing to request same must do so in writing prior to opening date and time. County preference request must be submitted under separate cover. Any request included in sealed bid will not be accepted. To aid this office in routing mail, please mark envelope containing county preference request as follows: Preference – 010.

Award of this bid is contingent upon the appropriation of funds by the Pulaski County Quorum Court. It is the responsibility of the bidder to read and comply with all terms and standard conditions listed on the reverse side, especially item number 14.

Delivery date may be a determining factor in the award of this bid. Bidders are to list earliest possible completion date in the space(s) provided.

If a particular brand name is specified, it is not the intent to discriminate against any "equal" product from another manufacturer. The intent is to establish a minimum standard requested for this purchase. If there are any objections to the specifications herein; bidder must submit their dispute in writing to the Pulaski County Assistant Comptroller, 201 S. Broadway, Suite 440, Little Rock, AR 72201, seventy-two (72) hours prior to date and time of bid opening.

Complete descriptive literature should be submitted with the bid document or the bid may be rejected.

Questions regarding bid procedures and merchandise/service being requested should be directed to Vicki Atchley, Buyer @ 501-340-8390 or email vatchley@ .

FOR EVALUATION PURPOSES, WE REQUEST THAT YOU SUBMIT TWO COPIES OF YOUR BID.

EXECUTION OF BID

Upon signing this Bid, the bidder certifies that he/she has read and agrees to the requirements set forth in this bid proposal including specifications, conditions and pertinent information regarding the articles being bid on, and agrees to furnish these articles at the prices stated. Unsigned bids will be rejected - no exceptions.

NAME OF FIRM: PHONE NUMBER: FAX NUMBER:

BUSINESS ADDRESS, STREETS: CITY: STATE: ZIP

SIGNATURE OF AUTHORIZED PERSON: DATE:

PRINTED OR TYPED NAME: TITLE:

ARKANSAS SALES OR USE TAX NUMBER: _______________________ STATE CONTRACTORS LICENSE NUMBER: __________________________

TERMS AND STANDARD CONDITIONS

PLEASE READ CAREFULLY

1. When submitting an "Invitation to Bid", the bidder warrants that the commodities covered by the bid shall be free from defects in material and workmanship under normal use and service. In addition, bidder must deliver new commodities of the latest design and model, unless otherwise specified in the "Invitation to Bid".

2. Sales or use tax is not to be shown in bid price but is to be added by the vendor to the invoice billing to the County. The County is not exempt from Arkansas Sales and Use Tax. Vendors are to register and pay tax directly to the Arkansas State Revenue Department.

3. Discounts offered will be taken when the County qualifies for such. The beginning date for computing discounts will be the date of the invoice or the date of delivery and acceptance, whichever is later.

4. When bidding other than the brand and/or model specified in the "Invitation to Bid", the brand and/or model must be listed and descriptive literature attached to bid document.

5. Identical Bids: In the event of two or more identical low bids, Arkansas Code Annotated Section 14-22-111 shall apply.

6. Specifications furnished with this "Invitation to Bid" are intended to establish a desired quality or performance level, or other minimum dimensions and capacities, which will provide the best product available at the lowest possible price. Other than designated brands and/or models approved as equal to designated products shall receive equal consideration.

7. Samples of items when required, must be furnished free and, if not called for within 30 days from the date of the bid opening, will become the property of Pulaski County.

8. Prices quoted shall be "Free on Board" (F.O.B.) to destination at designated facility within Pulaski County. Charges may not be added after the bid is opened.

9. In the event a contract is entered into pursuant to the "Invitation to Bid", the bidder shall not discriminate against any qualified employee or applicant for employment on the basis of political or religious opinions or affiliations, or because of age, race, sex, national origin, handicap, disability, sexual orientation, gender identity, genetic information, veteran status, or other non-merit factors. The bidder must include in any and all subcontracts, a provision similar to above.

10. the Purchasing Department reserves the right to award items, all or none, or by line item(s).

11. Quality, time and probability of performance may be factors in making an award.

12. Guarantees and warranties should be submitted with the bid, as they may be a consideration in making an award.

13. Any ambiguity in any bid as the result of omission, error, lack of clarity or noncompliance by the bidder with specification, instructions and all conditions of bidding shall be construed in the light most favorable to the County.

14. The bid number must be stated on the face of the sealed envelope. If it is not, the envelope will be opened to be identified and the bid enclosed therein will not be considered or counted in the tabulation.

15. All terms and conditions stated herein shall constitute a complete and integrated document and the covenants contained herein shall not be altered or modified by parol evidence unless such modifying term, conditions or covenants are in writing and are signed by the vendor and the agent of Pulaski County.

16. CONSTRUCTION:

A. When noted, the Contractor is to supply Pulaski County with evidence of having and maintaining proper and complete insurance, specifically Worker's Compensation in accordance with the laws of the State of Arkansas, public liability and property damage. All premiums and costs shall be paid by the Contractor. In no way will the County be responsible in case of accident.

B. When noted, a certified check or bid bond in the amount of 5% of the total bid shall accompany bid if bid exceeds $20,000.00.

C. A performance bond equaling the total amount of any bid exceeding $20,000.00 must be provided for any contract for the repair, alteration or erection of any public building, public structure or public improvement.

17. Liquidated damages shall be assessed beginning on the first day following the maximum delivery or completion time entered on the bid form and/or provided for by the plans and specifications.

18. Whenever a bid is sought seeking a source of supply for a specified period of time for materials and/or services, the quantities of usage shown are estimated ONLY. No guarantee or warranty is given or implied by the participants as to the total amount that may or may not be purchased from any resulting contracts. These quantities are for the bidders' information ONLY and will be used for tabulation and presentation of the bid and the participant reserves the right to increase or decrease quantities as required. Bidder agrees to this condition upon the signing of this document.

19. Pulaski County reserves the right to reject any and all bids, to accept in whole or in part, to waive any informalities or technicalities in bids received, to accept bids on materials or equipment with variations from specifications in those cases where efficiency of operation will not be impaired and unless otherwise specified by the bidder, to accept any item in the bid. If unit prices and extensions thereof do not coincide, Pulaski County may accept the bid for the lesser amount whether reflected by the extension or by the correct multiple of the unit price.

*** NOTICE TO BIDDERS LOCATED IN PULASKI COUNTY***

Pulaski County is prohibited by ordinance from awarding bids to companies that are delinquent in paying Pulaski County property taxes. If your business address is within Pulaski County, you must submit with your bid proof of payment of real and personal property taxes due in 2016, or your bid may be disqualified.

TITLE VI CIVIL RIGHTS ACT COMPLIANCE AND ASSURANCES

The successful bidder, and all sub-recipients, sub-grantees, sub-contractors, successors, transferees, and/or assignees shall:

a. Comply with Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), prohibiting discrimination on the basis of race, color, national origin, age, sex, and disability through its applicable federal  statutory or regulatory authorities, or other pertinent directives, circulars, policy, memoranda, and/or guidance and will give assurance that it will promptly take measures necessary to ensure such;

b. Abide by all applicable Federal provisions, and Pulaski County requests, regarding access to records, accounts, documents, information, facilities, and staff;

c. Comply with all program and/or compliance reviews, and/or complaint investigations conducted by Pulaski County or any Federal department or agency;

d. Maintain and preserve all project records for a minimum of three (3) years or as further required by Pulaski County and Federal record retention requirements;

e. Assure that all records or materials are timely, completely, and accurately provided to Pulaski County upon request, and

f. Comply with data collection and evaluation requirements, as required by Pulaski County, related laws, or program guidance.

DISADVANTAGE BUSINESS ENTERPRISES

Pulaski County, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 US.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into, pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award.

PULASKI COUNTY NONDISCRIMINATION ASSURANCES

The successful bidder, as well as, all sub-grantees, sub-contractors, successors, transferees, and/or assignees, providing goods and services to Pulaski County, shall comply with Pulaski County Ordinance 15-OR-25, prohibiting discrimination on the basis of political or religious opinions or affiliations, age, race, sex, national origin, handicap, disability, sexual orientation, gender identity, genetic information, veteran status, or other non-merit factors. The successful bidder shall include a similar provision in all contracts or agreements with sub-grantees, sub-contractors, successors, transferees, and/or assignees requiring compliance with Pulaski County Ordinance 15-OR-25. The successful bidder shall provide records of such contracts or agreements with sub-grantees, sub-contractors, successors, transferees, and/or assignees to Pulaski County upon request.

DELIVERY

Pulaski County requests delivery within 90 days after receipt of order. If this delivery schedule cannot be met, bidder must state number of days required to place commodity in County’s designated location. Failure to state delivery time obligates bidder to complete delivery by County’s requested date. Extended delivery dates may be considered when in the best interest of the County.

Delivery _________________days after receipt of order.

F.O.B.: Pulaski County Emergency Management

3200 Brown Street

Little Rock, AR 72204

SCOPE

Pulaski County is requesting formal sealed bids for the purchase and delivery of a new customized Freightliner cab and chassis with Palfinger T-50 hooklift and Palfinger PK 18002 EH knuckle boom crane according to the following specifications: NO SUBSTITUTION

A. Specifications for Truck with Hook Lift and Knuckle Boom Crane

1. Vehicle Configuration

• Freightliner 114SD Conventional Chassis

• 2018 Model

• Set Back Axle

• Trailer Towing Provision at end of frame for truck

• LH primary steering location

2. General Service

• Terrain / Duty 100% of the time, in transit, is spent on paved roads

• Maximum 8% expected grade

• Smooth concrete or asphalt pavement-most severe in –transit (between sites) road surface

• Freightliner Level II Warranty

• Front axle load: 20,000 lbs.

• Rear drive axle(s) load: 40,000 lbs.

• Gross vehicle weight capacity: 60,000 lbs.

• Gross combination weight: 80,000 lbs.

3. Truck Service

• Flatbed / Platform body with Lift / Pull device

4. Engine

• Detroit DD13 12.8L, 470 HP @ 1625 RPM, 1900 GOV RPM, 1650 LB/FT @ 975 RPM

5. Electronic Parameters

• 75 MPH Road speed limit

• Cruise control speed limit, same as road speed limit

• PTO mode engine RPM limit – 1100 RPM

• PTO mode brake override – service brake applied or park brake not applied

• PTO mode clutch override – clutch enabled

• PTO RPM with cruise set switch – 700 RPM

• PTO RPM with cruise resume switch – 800 RPM

• PTO mode cancel vehicle speed – 5 MPH

• PTO mode RPM increment – 25 RPM

• PTO governor ramp rate – 205 RPM per second

• One remote PTO speed

• Remote PTO speed 1 setting – 1000 RPM

• PTO minimum RPM – 600

6. Engine Equipment

• 2016 Onboard diagnostics / 2010 EPA/carb/final GHG17 configuration

• 2008 Carb emission certification – clean idle (includes 6x4 inch label on lower forward corner of driver’s door

• NO 2013 engine escalator

• Standard oil pan

• Engine mounted oil check and fill

• Side of hood air intake with Donaldson high capacity air cleaner with safety element, firewall mounted

• DR 12V 160 amp 28-SI quadramount pad alternator with remote battery volt sense

• (3) Alliance model 1231, Group 31, 12 volt maintenance free 3375 CCA threaded stud batteries

• Battery box frame mounted

• Standard battery jumpers

• LH Battery box mounted as far aft as possible, no greater than 60 inches back of cab

• Wire ground return for battery cables with additional frame ground return

• Polished battery box cover

• Positive load disconnect with cab mounted control switch mounted outboard driver’s seat

• Positive and negative posts for jumpstart located on frame next to starter

• BW model BA-921, 19.0 CFM single cylinder air compressor with safety valve

• Electronic engine integral shutdown protection system

• Jacobs compression brake

• RH outboard under step mounted horizontal after treatment system assembly with RH vertical tailpipe

• Engine after treatment device, automatic over the road regeneration and dash mounted regeneration request switch

• Standard exhaust system length

• RH standard vertical tailpipe

• 13 gallon diesel exhaust fluid tank

• 100 Percent diesel exhaust fluid fill

• Standard diesel exhaust fluid pump mounting

• Non-polished aluminum diesel exhaust fluid tank cover

• LH medium duty standard diesel exhaust fluid tank location

• Standard diesel exhaust fluid tank cap

• Borg Warner (Kysor) rear air on/off engine fan clutch

• Automatic fan control without dash switch, non-engine mounted

• DDC supplied engine mounted fuel filter / fuel water separator with water-in-fuel indicator

• Full flow oil filter

• 1500 square inch aluminum radiator

• Antifreeze to -34°F, OAT (nitrite and silicate free) extended life coolant

• Gates blue stripe coolant hoses or equivalent

• Constant tension hose clamps for coolant hoses

• HDEP fixed ratio coolant pump and radiator drain valve

• Phillips-Temro 1500 watt / 115 volt block heater

• Black plastic engine heater receptacle mounted under LH door

• Delco 12V Mod 3 175-39MT+OCP starter with thermal protection and integrated magnetic switch

7. Transmission

• Allison 4500 RDS Automatic transmission with PTO provision

8. Transmission Equipment

• Allison vocational package 146-available on 3000/4000 product families with vocational model RDS

• Allison vocational rating for on/off highway applications available with all product families

• Primary mode gears, lowest gear 1, start gear 1, highest gear 6, available for 3000/4000 product families only

• Secondary gear modes, lowest gear 1, start gear 1, highest gear 6, available for 3000/4000 product families only

• S1 performance primary shift schedule, available for 3000/4000 product families only

• S2 performance 2 secondary shift schedule, available for 3000/4000 product families only

• 1900 RPM primary mode shift speed

• 1950 RPM secondary mode shift speed

• Disable – load based shift schedule, disable – vehicle acceleration control

• Drivers switch input – default – no switches

• Vehicle interface wiring connector without blunt cuts at back of cab

• Electronic transmission customer access connector firewall mounted

• Customer installed Chelsea 277 series PTO

• PTO mounting, LH side of main transmission

• Magnetic plugs, engine drain, transmission drain, axle(s) fill and drain

• Push button electronic shift control dash mounted

• Transmission prognostics – enabled 2013

• Water to oil transmission cooler frame mounted

• Transmission oil check and fill with electronic oil level check

• Synthetic transmission fluid (TES-295 compliant)

9. Front Axle and Equipment

• MFS-20-133A 20,000# FL1 71.0 inch KPI/3074 inch drop single front axle

• Meritor 16.5x6 Q+ cast spider cam front brakes, double anchor, fabricated shoes

• Non-asbestos front brake lining

• Conmet cast iron front brake drums

• Front brake dust shields

• SKF Scotseal plus XL front oil seals

• Stemco aluminum vented front hub caps with window and center plug – oil

• Standard spindle nuts for all axles

• Haldex automatic front slack adjusters

• Standard king pin bushings

• TRW THP-60 power steering with RCH45 auxiliary gear

• Power steering pump

• 4 Quart power steering reservoir

• Oil / Air power steering cooler

• Synthetic 50W front axle lube

10. Front Suspension

• 23,000 # Flat leaf front suspension

• Graphite bronze bushings with seals – front suspension

• Front shock absorbers

11. Rear Axle and Equipment

• RT-46-160 46,000# R-series tandem rear axle

• 4.30 rear axle ratio

• Iron rear axle carrier with standard axle housing

• MXL 18N Meritor extended lube main driveline with full round yokes

• MXL 17T Meritor extended lube interaxle driveline with half round yokes

• Driver controlled traction differential – both tandem rear axles

• (1) Interaxle lock valve, (1) driver controlled differential lock forward – rear and rear-rear axle valve

• Blinking lamp with each interaxle lock switch, interaxle unlock default with ignition off

• Blinking lamp with each mode switch, differential unlock with ignition off, active ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download