REQUESTFORPROPOSAL

TOPROVIDEFORPURCHASEONE(1)THREEQUARTERTON FORD4x2CREW-CABTRUCKTOTHEBRUNSWICK-GLYNNCOUNTY

JOINTWATERANDSEWERCOMMISSION

Officeof theDirectorof ProcurementIssued: Friday,July21,2017

ProposalsDue by12:00NOON,ESTon Monday,August7,2017to:

Brunswick-GlynnCountyJointWaterandSewerCommission1703GloucesterStreet

Brunswick,Georgia31520

PleaseLabelProposalswithFirm'sNameandAddressAnd

"SealedProposal–3/4(ThreeQuarter)Ton Ford4x2Crew-CabTruck"

BRUNSWICK-GLYNNCOUNTY JOINT WATERSEWER COMMISSIONREQUEST FOR PROPOSAL

TOPROVIDEONE (1)

¾(THREEQUARTER)TON FORD4X2CREW-CABTRUCK

TheBrunswick-GlynnCountyJointWaterSewerCommissionissoliciting sealed Proposalsforaquantity ofOne (1)of ¾ (Three Quarter)Ton Ford4x2Crew-Cab Truck.TheSpecifications,InstructionstoProposersand GeneralConditionsareenclosed inthisRFPpackage. Alldesired informationmustbecompleted foryourProposal to receivefullconsideration.

Sealed Proposalswillbereceived untilMonday,August7,2017at12:00 Noon,atwhich timethey will beopened and read aloud.Proposalopening willbeheld in theExecutiveConferenceRoom,Brunswick-Glynn CountyJointWaterSewerCommission,1703 GloucesterStreet,Brunswick,Georgia.Proposalsmay bemailedor hand delivered,addressed and submitted asfollows:

Brunswick-GlynnCountyJointWaterSewerCommissionAttn:DirectorofProcurement

1703GloucesterStreet

Brunswick,GA31520

The“RFP :¾(ThreeQuarter)Ton Ford4x2 Crew-Cab Truck”andProposer’snamemustbeclearly markedontheoutsideof theenvelope. One(1)originaland three(3)copiesoftheProposalaretobeincluded inthepackage.A digitalcopy oftheProposalis alsodesired,yetnotrequired.

TheBGJWSCisnotresponsibleforProposalsthatarenotreceived intheProcurementDepartmentbytheduedateand time.LateProposalswillnotbeconsidered inProposalevaluation.

Anyquestionsor clarificationsshould bedirected to theattentionofPamCrosby,DirectorofProcurementat(912)261-7127 or bye-mailto:(e-mailpreferred)

TheProposalwillbeawardedto theresponsibleProposerwhoseProposalwillbemostadvantageoustotheBGJWSC,price,availabilityandotherfactorsconsidered.

TheBGJWSCreservestherightto acceptnone,all,or anypartof theproposal,and to waiveallformalities.

¾(THREEQUARTER)TON FORD4X2CREW-CABTRUCKSPECIFICATIONS

Itistheintentofthesespecificationstodescribethe minimumrequirementsfora 3/4 Ton Ford Crew-Cabtruck. Thesuccessfulproposershallfurnish features,which areregularlyfurnished asstandardswiththisunit.Thetruckshallconform in strength,quality and materialand theworkmanship tothatprovided bethebestmanufacturing and engineeringpracticesoftheindustryand thelatestmodelavailable.Theproposershallrepresentby thisproposalthatalltherequestedpartsand equipmentaremanufacturedinstalled newand unused.Itisrequired thattheunit,asspecifiedherein,shallbecompletelyassembled,serviced and readyforoperation.

MINIMUM REQUIREMENTS:BIDDEROFFERS:

ENGINE:V-8 (Gasoline)

AXLE(S): 4x2,CrewCabLimited Slip Differential

TRANSMISSION:Automatic

TOWING: Heavy DutyTowPackage

  • TrailerWiring Provisions
  • TrailerReceiver
  • 8,500llbtowcapacity
  • ElectricTrailerBrakes(7pin Connector)

ALTERNATOR: Heavy Duty

BATTERY:HeavyDuty

SUSPENSION:¾ton minimum

WHEELBASE:CrewCab w/ 6ftbed

BRAKES: 4 wheeldiscw/ABS

DRIVE: RearWheelDrive

POWER: DoorLocks,Windows,Mirrors,Steering,Brakes

TILTCRUISECONTROL (optional):

AIRCONDITIONING:

AUDIO: AM/FM,Bluetooth,Back-upMonitor

SEATS:Front40/20/40,RearBench

LOCKS:FactoryKeyFob (2)

FLOORING:Vinyl

TIRES:Standard forspecified GVW,Highwaytread

  • FullSizeSparePAINT: Oxford White

REVERSESENSINGSYSTEM:

BACK-UP ALARM: ExteriorAudible

REVERSECAMERA:

MAKE/MODELBID:

MINIMUM DELIVERYDATE:

MAXIMUM DELIVERYDATE:

DELIVERYOPTIONS:

  • CompleteCertificateof Origin
  • CompleteTag Application
  • Warranty Owner’sManual
  • ServicePartsManualWARRANTY: Details

1.Thedealerdelivering thevehiclesshallguaranteethattheautomobilesmeettheSpecificationsasdefined in theproposal. Arepresentativeof the BGJWSC,along withtheFleetManagershallinspectthevehiclein detailto assurethey meettherequirementsasspecified.Propercertificationwillbemadeoneach invoicethatthevehiclemeetsallspecifications.Anydeficienciesnotedshallbecorrected attheManufacturer’sexpense.Anyvariationsfromspecificationsmustbeclearlydefined and beattachedtotheofficialproposalsheet.

2.Wherethereis aminordifferencein proposalprice,theBGJWSCmaytakeintoconsiderationservice,costofreplacementparts,superioritemsand performanceofthevehicleoffered.

3.Thevehiclesshallmeetor equalallrequirementsoftheFederalGovernmentand Stateof Georgiaforsafety standardsfor2017modelvehiclesand shallcoverallessentialitemsnotspecificallycovered inthisproposal.

4.Itisunderstoodthatthisvehiclewillbepurchasedin serviced condition.

*************************************************************************************

Ihaveread,understand and agree tocomply withthe above Specifications:

COMPANYNAME:

ADDRESS:CITY:STATE:ZIP:

E-MAILADDRESS:

TELEPHONE NUMBER:FAX NUMBER:

SIGNATURE:TITLE:

PLEASEPRINT NAME:

THISFORMMUST BERETURNED WITH PROPOSAL

INSTRUCTIONSTOPROPOSERS

1.Theseinstructionswillbind proposerstotermsandconditionsherein setforth,exceptasspecificallyqualified in specialand contracttermswith any individualproposal.

2.Bysubmitting theirproposal,allvendorscertifythattheyarenotcurrentlydebarred fromsubmittingproposalsoncontractsbyanyagencyoftheStateofGeorgiaandthefederalgovernment, noraretheyan agentof any person orentitythatiscurrently debarred fromsubmitting proposalsoncontractsbyanyagency of theStateofGeorgiaorthefederalgovernment.

3.Thefollowingcriteria areused in determining theresponsibleproposer:

(a)Theability,capacityand skill oftheproposerto performthecontract;

(b)Whethertheproposercan perform thecontractwithin specifiedtime,withoutdelay orinterference;

(c)Thecharacter,integrity,reputation,judgement,experienceandefficiency of theproposer;

(d)Thequality of performanceunderpreviouscontracts;

(e)Thepreviouscomplianceby theproposerwith lawsandordinancesrelatingto thecontract;

(f)Sufficiency of thefinancialresourcesand ability oftheproposertoperformthecontractandprovidetheservice;

(g)Thequality,availability,and adaptability ofthesupplies orcontractualservices to theparticularuserequired;

(h)Theability of proposertoprovidefuturemaintenanceand servicefortheuseof thecontractunderconsideration;

(i)Thenumberand scopeof conditionsattached totheproposal; and

(j)Suchotherfactorsasappeartobepertinentto eithertheproposalor thecontractunderallof thecircumstancesinvolved.

4.TheBGJWSCisexemptfrom allStateSalesTaxandFederalExciseTax.TaxID Numbersareavailableupon requestasnecessary.

5.Allproposalsshould be tabulated,totaled and checked foraccuracy.Theunitpricewillprevailincaseof errors.

6.Allrequestedinformation should beincluded in proposalforyourproposaltoreceivefullconsideration.Theproposalwillbeawardedto theresponsibleproposerwhoseproposalwillbemostadvantageoustotheBGJWSC,price,availability,andotherfactorsconsidered.TheBGJWSCreservestherighttoacceptnone, all, or anypartoftheproposaland waiveallformalities.

7.Any questionsor clarificationsshould bedirectedtotheProcurementOfficeviae-mail: .

8.QuoteallpricesF.O.B.Brunswick-Glynn CountyJointWaterSewerCommission,1703 GloucesterStreet,Brunswick,GA31520.Deliverieswillonly beaccepted8:00a.m.to5:00p.m.,Monday throughFriday.

9.Itistheresponsibility oftheproposertoensuretheirproposalisreceived intheProcurementOfficebythetimeand dateindicated ontheRequestForProposal.Proposalsreceivedafterthetimeand dateindicated willbeconsidered lateandwillnotbeopened.

10.Sealed proposalsshallbeaddressedand submitted asfollows:One(1)originaland three(3)copiesof theproposalshould beeithersentbyparcelserviceor hand deliveredto theBrunswick-Glynn CountyJointWaterSewerCommission,OfficeofProcurement,1703GloucesterStreet,Brunswick,GA31520.Allproposalsmustbeclearly markedwiththeRFPnameand numberonthe outsideoftheenvelope.Adigital copyoftheProposalisdesired,yetnotrequiredtobeincluded.

11.Allproposersmustberecognized dealersinthematerialsorequipmentspecified and bequalified toadviseintheirapplicationor use.A proposer,atany timerequestedmustsatisfytheProcurementOfficethathe/shehastherequisiteorganization,capital, stock,abilityandexperiencetosatisfactorilyexecutethecontractin accordancewith theprovisions ofthecontractinwhich he/she isinterested.

12.Anyalterations,erasures,additions,oromissionsof requiredinformationoranychangeofspecifications,or proposalscheduleisdoneattheriskoftheproposer.Anyproposalwillberejectedthathas asubstantialvariation,which is avariationthataffectstheprice,qualityor deliverydate.

13.TheBGJWSCwillrejectanymaterials,suppliesorequipmentthatdo notmeetspecifications,eventhough proposerliststhetradenameor namesofsuch materialson theproposal or pricequotationform.Theunauthorized useofpatented articlesisdoneattheriskoftheproposer.

14.Allmaterial,equipment,and suppliesshallbesubjecttorigid inspection,undertheimmediatesupervision oftheProcurementDirectorto which theyaredelivered. Ifdefectivematerials,equipment,or suppliesarediscovered,thevendor,upon being instructed bytheProcurementDirectorshallremove,ormakegood such material,equipment,orsupplieswithoutextracompensation.Itisexpresslyunderstood andagreed thattheinspectionofmaterialsby the BGJWSCwillnowaylessentheresponsibilityofthevendor to releasehim/herfrom his/herobligationtoperformand deliverto theBGJWSCsound and satisfactorymaterials,equipment,or supplies.Thecontractoragrees to pay thecostsofalltestsor defectiveequipmentor allowthecostto bededucted from any moniesduehim/herfrom theBGJWSC.

15.Unlessotherwisespecified,theBGJWSCreservestherighttoaward each itemseparately oronalump sum basis,whicheverisin thebestinterestof theBGJWSC.

16.Anyproposalsmaybe withdrawn atany timebeforethetimesetforopening proposals.Noproposalmaybewithdrawn for a periodofthirty (30)daysafteropened.Anycomplaintrelativetoproposalsshould bemadepriortoproposalopening.FAILURETOCOMPLYWITHTHESEINSTRUCTIONSWILL BEGROUNDSFORREJECTION OFPROPOSAL.

17.TheProposalmustbesigned bya company officerwho islegallyauthorized toenterintoacontractualrelationship inthenameof thevendor.

GENERALCONDITIONS

A.PROCUREMENTPOLICIES PROCEDURES:Thisproposalissubjectto theprovisionsof the

Brunswick-Glynn County Purchasing PoliciesandProceduresand any revisionsthereto,which areherebyincorporated intothiscontractin theirentirety exceptasamendedor suspendedherein.

B.CLARIFICATION OF TERMS:Ifanyprospectiveproposerhasquestionsaboutthespecificationsorother proposaldocuments,theprospectiveproposershould contacttheProcurementOffice viae-mail, ) nolaterthanMondayJuly 31,2017.Anyrevisionsto theinvitation willbe madeonlybyaddendum issued bytheProcurementDirector.

C.INSPECTION:Allmerchandiseshallbesubjectto inspectionafterarrivalatdestination. In thecaseanyitemsarefoundtobedefectiveorotherwisenotin conformity with specificationsor statementofwork,theBGJWSChastherightto rejectsuch itemsand return themattheproposer’sexpense.

D.DEFAULT:In caseof failureto delivergoodsin accordancewith thetermsand conditions,theBGJWSC,afterdueoralorwrittennoticemayprocure substitutegoodsfrom othersourcesand hold thevendorresponsibleforany resulting additionalpurchasing and administrativecosts.Thisremedy shallbein additionto any otherremedies,which the BGJWSCmayhave.