Light & Medium Weight Automobiles or equal

expired opportunity(Expired)
From: Birmingham Water Work(City)
BID20-05-03(1-6)

Basic Details

started - 07 Oct, 2020 (about 3 years ago)

Start Date

07 Oct, 2020 (about 3 years ago)
due - 22 Oct, 2020 (about 3 years ago)

Due Date

22 Oct, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
BID20-05-03(1-6)

Identifier

BID20-05-03(1-6)
Birmingham Water Work

Customer / Agency

Birmingham Water Work
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

October 8, 2020 Birmingham 'VX^TER Works BID20-05-03(l-6) Subject: Invitation to Bid Prospective Bidders: Sealed bids for a New 2020 OR newer Lisht & Medium Weisht Automobiles or equal on attached bid forms will be received in the Purchasine Office, located at 3600 First Avenue, North, Birmm2ham, Alabama 35222 until 10:00 a.m., Thursday, October 22, 2020 at which time and place they will be publicly opened and read. "Specifications and Conditions” and "Bid Form” are attached and all bids shall be F.O.B. destination, freight prepaid and no charge. One copy of bid should be returned, and the bidder should retain one copy. The right is reserved to reject any or all bids submitted, to waive any informalities and technicalities, and to award to the bidder it is deemed will best and most economically serve the "Board's” interests. The Board reserves the right to award the bid on an individual of total cost of bid basis. The Board reserves the right to exercise its option to extend the
contract up to two (2) additional years with mutual consent of both parties. The Board reserves the right to cancel or terminate any and all bids within thirty (30) days with written notice. The Board reserves the right to cancel or terminate the written contract with a 30-day notice. The Board reserves the riaht to RE-BID. Bids can be mailed to 3600 Avenue North, Birmingham, Alabama 35222, directed to the attention of the Purchasing Manager, and marked in the lower left-hand corner of the envelope as follows: ‘*Bids on New 2020 or newer Lisht &. Medium Weisht Aiitomobiies or equal, due at 10:00 a,m., Thursday, October 22, 2020. ” 3600 First Avenue North, ● Birmingham, AL 352222 ® Phone (205) 244-4000 Website: www.bwwb.org Birmingham Water Works October 22, 2020 Page Two If bidding a product manufactured by another firm, you must submit a letter from the manufacturer of that product giving your company as agent authority to bid that product. Letter may be a blanket letter form manufacturer renewable at the beginning of the calendar year giving your company authorization to bid on and sell the products that you are quoting. This letter may cover as many items as are represented by your company. The accuracy of all calculations in this bid shall be the responsibility of the bidder, The bid that the Board feels best meet these specifications will be awarded the bid. Edward Travis Purchasing Manager /II 3600 First Avenue North, ● Birmingham, AL 352222 ● Phone (205) 244-4000 Website: www.bwwb.org SPECIFICATIONS AND CONDITIONS AUTOMOBILES SCOPEI. 1.0 Intent: The intent of this bid is to purchase a NEW Automobiles equipped with all the Standard Equipment and the specifications on the following bid form. Questions concerning Automobile specifications should be addressed with Tony Brown at 205-244-4342 or tony.brown@bwwb.org, Mr. Ike Square at 205-244-4341 or 4342 or ike.square@,bwwb.org or Larry Calhoun at 205-244-4499 or larrv.calhoun@,bwwb.org . Questions concerning the bidding process or forms may be directed to the Purchasing Buyer 1.1 LyTonja Lever at 205-244-4305 or tonia.levert@,bwwb.org II. GENERAL CONDITIONS 2.0 Delivery: All Vehicles should be delivered to the following address unless stated with a Vehicle Body. Vehicles which include truck bodies will be delivered to the awarded winner of the truck body bid. Vendor will be given this information once bid is awarded. Birmingham Water Works Board Transportation Department 3500 2nd Avenue North Birmingham, Alabama 35222 Inspection: The Board reserves the right and shall be at liberty to inspect all materials and workmanship and shall have the right to reject all materials and workmanship which do not conform with the equipment/material specifications provided; however, the Board is under no duty to make such inspection. 2.1 2.2 Default: In case of default by the vendor, the Board may procure the articles or services from other sources and may deduct from any monies due, or that may thereafter become due to the vendor, the difference between the price named in the purchase order or contract and the actual cost thereof to the Board. Prices paid by the board shall be considered the prevailing market price at the time such purchase is made. 2.3 Additional Purchases: The Board reserves the risht to make additional purchases of the items bid at a date no later than one (1) year after initial purchase. 1 Submittals; The following product data should be submitted, a. Specifications on Automobile that was bid. b. Tum-around time of vehicle delivery, c. Complete list of all items covered under the warranty. The successful bidder shall provide one copy of the Vehicle Manual. 2.4 Warranty: A copy of the manufacturer’s warranty should be delivered with the equipment. 2.6 III. SPECIFICATIONS 3.0 Requirements: The following are minimum requirements necessary. All bidders should mark compliance or non-compliance with an “X” in the appropriate column. Those marked in the “NO” column should be explained in detail on an attached sheet and submitted with bid. 3.1Material and Equipment Specified by Name: Whenever any material or equipment is specified by patent or proprietary name or by the name of the manufacturer, unless stated differently, such specification shall be considered as if followed by the words “or acceptable equal ” whether or not such words appear. The seller may offer material or equipment with equal or better qualities and performance in substitution for those specified, which the seller considers, would be in the Board’s interests to accept. No verbal offers for substitution will be acknowledged or considered from sellers, distributors, manufacturers, or subcontractors. Any such offers shall be made in writing to the Purchasing Department for consideration with the submission of the proposal and the seller shall include sufficient data which, together with any data the Board may acquire, will enable the Board to assess the acceptability of the material or equipment. Such acceptance by the Board shall not relieve the seller from full responsibility from the efficiency, quality and performance of the substitute material or equipment, in the same manner and degree as the material and equipment specified by name. Manufacturers of equipment that can perform the functions specified herein are encoiirased to submit bids on equipment they deem may be equal to or better than those specified. The Board will consider any equipment that performs equally or exceeds the minimum requirements herein. 2 INSERT FOR BIDS OR RFP^s REGARDING SECTION 9 OR IMMIGRATION ACT Ala. Code §31-13-9 (1975) provides that as a condition for the award of any contract, grant or incentive by the Water Works Board of the City of Birmingham, a business entity or employer that employs one or more employees within the State of Alabama, shall not knowingly employ, hire for employment, on continue to employ an unauthorized alien shall provide documentation establishing that the business entity or employer is enrolled in the E-Verify program. If you are not enrolled, the website is e-verifv program. Click on the home page. Once on the home page, click on Enroll in E-verifv, it will take you through the necessary steps to enroll. Print documents and submit as requested. VENDOR INFORMATION INQUIRY □ MBE dDBE dWBE dNA PLEASE INCLUDE COPY OF CERTIFICATE FROM CERTIFYING AGENCY Federal ID#: Name of Company: Mailing Address: Zip:State:City: Cell#:Business#: Email:Contact Person: Type of Business (Contractor, Supplier, Manufacturer, etc.) Description of Products and/or Services: COMMENTS: If you are a General or Sub Contractor, please provide your Contractor License Number: General Contractor License #: Sub-Contractor License #: The Birmingham Water Works Board 3600 Avenue North, Birmingham, AL 35222 Phone: (205) 244-4300 ● Website: www.bwwb.org Supplier Diversity Program (SDP) Questionnaire Supplier Diversity Program (SDP) promote supplier diversity in public contracting in a manner that develops, strengthens and increases business opportunities for Disadvantaged Business Enteiprise (DBE), Minority Business Enteiprise (MBE), Women Business Enteiprise (WBE), and Veteran Business Enterprise (VBE). Please fill-out the following information on your company's SDP. Project Name:Bidder Name: Bid/Proposal No.: Contact Person: Address: Cell No. Email:Office No. Does your company have a Supplier Diversity Program: o Yes o No If yes, please provide your website or information pertaining to your SDP. Website: Additional Information: Does your company utilize or partner with any minority vendors, if so, please provide the type of services they provide. Ex: Does your company use a minority vendor for your Janitorial services, trucking, hauling, etc.? CERTIFICATION REGARDING DEBARMENT ( ) Name of Bid The below signed Bidder hereby certifies that it, its officers, directors, owners, stockholders and its principals: (i) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from doing business with any Federal department or agency; (ii) Have not within a three year period preceding this bid been: debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from doing business with any Federal department or agency; or convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; and (iii) Are not presently indicted for, or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (ii) above. Executed on this the day of , 2020. BIDDER: By: Its: STATE OF ALABAMA COUNTY) BEFORE ME, a Notary Public in and for said County, in said State, hereby certifies that of, whose name as , a corporation, is signed to the foregoing instrument, and who is known to me, acknowledged that on this day, that being informed of the contents of said instrument, as such officer and with full authority, executed the same voluntarily for and as the act of said corporation. day ofGiven under my hand, this , 2020. Notary Public My commission ends: Certification Regarding Debarment Revised 7/3/14 00201-1 NON-DISCRIMINATION POLICY The Birmingham Water Works Board (BWWB) values the diversity of the people with whom we work and the contributions they make. Accordingly, the BWWB is committed to providing an inclusive and welcoming environment for all members of our staff, clients, volunteers, independent contractors, and vendors. The BWWB is an equal opportunity employer and all decisions regarding recruiting, hiring, promotion, assignment, training, termination, selection of volunteers and vendors, and other terms and conditions of employment will be made without consideration of age, sex, race, color, religion, gender, gender identity or expression, national origin, sexual orientation, disability, marital status, veteran status, pregnancy status, political opinion, work-related injury, or any other factor, characteristic or trait protected by applicable national, state or local laws. Members of our community are encouraged to raise concerns or make complaints regarding discrimination or harassment under this policy without the fear of retaliation. It is a violation of BWWB policy to retaliate against an individual for raising a good-faith concern regarding workplace discrimination or harassment; fding a complaint for discrimination or harassment; or, for cooperating in an investigation of alleged discrimination or harassment. Any person found to be in violation of this policy is subject to disciplinary action. Discrimination, harassment, disrespectful or inappropriate behavior, unfair treatment or retaliation of any kind will not be tolerated. This policy applies not only to BWWB employees but also to the volunteers, independent contractors, and business partners with whom we work. BWWB employees, volunteers, independent contractors and other constituents, whenever and wherever those individuals are conducting BWWB business or participating in BWWB events or activities, shall maintain an environment free of discrimination, harassment, and retaliation. Any employee who has a question or concern regarding any type of discrimination or harassment is encouraged to bring it to the attention of his/her manager or the Human Resources Department. Tin: Hirmin;iiam VC'Xthu Works IVr->ARn INSURANCE Competitive Bids Contractors shall not commence any work until all the insurance as provided herein is obtained nor until the Board has approved such insurance. Certificates issued by the Contractor's Insurance Company must be filed with the Board before any work is commenced as evidence of the insurance as provided herein. Such certificates must contain a clause stating that the Insurance Company will notify the Board ten days prior to any change, cancellation or renewal of the Contractor's insurance. Workmen's Compensation Insurance: The Contractor shall carry Workmen's Compensation Insurance during the life of the Contract to insure statutory liability to their employees. Comprehensive General Liability and Property Damage: The Contractor shall carry Comprehensive General Liability and Property Damage Insurance during the life of the contract covering all of the Contractor's own operations. Comprehensive Automobile Liability and Property Damage: The Contractor shall carry Comprehensive Automobile Liability and Property Damage Insurance during the life of the contract covering (a) Contractor's own automobile equipment and (b) hired and non-owned vehicles. BID BONDS, PERFORMANCE BONDS AND PAYMENT BONDS The following types of bonds will be required depending upon whether the bid is for the purchase of goods and services (Title 41) or whether the bid is for public works (Title 39). Bond Requirements for Bids for purchases of goods and services: Title 41 Competitive Bid Law - Ala. Code S8 41-16-54 In the event the total ofthe bid submitted reaches or exceeds $20,000.00 a bid guaranty must accompany the bid. This guaranty shall be not less than 5% of the amount ofthe bid not to exceed $10,000. At the option ofthe bidder, the guaranty may be a certified check, bank draft or a bid bond. The bond shall be secured by a guaranty of Surety Company acceptable to the Water Works Board using the enclosed “FORM OF BID BOND Under no circumstance will a bid which is $20,000.00 or more be considered unless it is accompanied by the reqidred guaranty. Certified checks or bank drafts must be made payable to the order of the Water Works Board ofthe City ofBirmingham. The bid guaranty shall ensure the execution ofthe agreement by the successful bidder. Certified check, bank drafts or bid bonds of the unsuccessful bidder will be returned as soon as practical after award ofbids. The Successful bidder's check will be returned within 30 days ofreceipt of goods or services. Bond Requirements for Public Works Bids: Title 39 Public Works Bid Law - Ala. Code SS 39-1-1 thru 39-5-6 All bids involving an amount over $50.000.00 for public works projects for construction, repair, renovation, or maintenance of public buildings, structures, sewers, waterworks, roads or other improvements constructed installed maintained, renovated or repaired on public property must be accompanied with a form of a bid bond. The bidder shall be required to file with his or her bid either a cashier’s check drawn on an Alabama bank or a bid bond executed by a surety company duly authorized and qualified to make such bonds in the State of Alabama, using the enclosed "FORM OF BID BOND ”, payable to the Water Works Board ofthe City ofBirmingham for an amount not less than five percent (5%) ofthe Water Works Board's estimated cost or of the contractor's bid, but in no event, more than ten thousand dollars ($10.000). Public Works Bids — Performance Bond and Labor and Material Payment Bond Requirements: A Performance bond is required with a penalty equal to 100% of the amount of the contract price. A Labor and Material Payment bond is required in an amount not less than 50% of the contract price. A Performance bond and Labor and Material bond will need to be submitted by the successful bidder after the bid has been awarded. BID BOND BOND/CERTIFICATE NO. KNOW ALL PERSONS BY THESE PRESENTS: That we “the Bidder”, corporation .individual , partnership , joint venture , of the state of the State of Alabama, as Principal, and “the Surety,” authorized to do business as surety in the State of Alabama, are hereby held and firmly bound unto The Water Works Board of the City of Birmingham (“Owner”), as oblige, in the amount of five percent (5%) of the sum of the , but in no event more than $10,000.00, for the payment of which the bidder and surety hereby bind ourselves, our respective heirs, successors, legal representatives and assigns, jointly and severally, firmly by these presents in compliance with law. WHEREAS, the Bidder has submitted to the Owner the Bidder’s Bid, to which this Bond is attached, to enter the contract with the Owner for the project entitled Engineer, which Bid Documents are incorporated into this Bid Bond by this reference; NOW, THEREFORE: THE CONDITION OF THIS OBLIGATION IS THAT, if the Bidder (a) shall enter into a Contract with the Owner in accordance with the terms of such bid, and give such bond or bonds as may be specified in the Bidding or Contract Documents with good and sufficient surety for the faithful performance of the Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (b) in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Owner the sum amount as provided by paragraph B below - then THIS OBLIGATION SHALL BE NULL AND VOID, otherwise THIS OBLIGATION SHALL REMAIN IN FULL FORCE AND EFFECT. a qualified to do business in , of the state of Bidder’s Bid, which equates to the sum of $ covered by Bid Documents prepared by the A. If the Owner makes demand on the Surety to perform in accordance with the Surety’s obligations under this bond, the Surety shall be liable for the sum set forth in this Bid Bond for the difference between the amount of the Bidder’s Bid and the amount of the next lowest bidder. Said sum shall be immediately due and payable to the Owner, and the Surety shall pay that sum without delay. Additionally, the Surety shall reimburse the Owner for all costs of collection, including, but not limited to, costs of court and reasonable attorney’s fees. B. Notwithstanding the Surety’s obligation set forth in the preceding paragraph, if the Owner makes demand on the Principal to perform in accordance with its obligations under this bond, then pursuant to Ala. Code § 39-2-11 (1975), the Principal shall be liable for the difference in the amount of the Bidder’s Bid and the amount of the next lowest bidder. Said sum shall be immediately due and payable to the Owner, and the Principal shall pay that sum without delay. Additionally, the Principal shall reimburse the Owner for all costs of collection, including, but not limited to, costs of court and reasonable attorney’s fees. C. The Surety, for value received, stipulates and agrees that the obligations of the Surety and its Bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept the Bid, and the Surety does, by this agreement, waive notice of any such extension. D. It is the intention of the Bidder, Surety and Owner that the Surety shall be bound by all terms and conditions of the Bid Documents and this Bid Bond. However, if any provision(s) of this Bid Bond is/are illegal, invalid or unenforceable, all other provisions of this Bid Bond shall nevertheless remain in full force and effect and the Owner shall be protected to the full extent of the law. IMPORTANT: The Surety shall provide proof satisfactory to the Owner (a) that the Surety is currently on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies, and meets the requirements of Ala. Code 1975, § 39-2-4 and (b) that this Bid Bond is not written in a sum in excess of the amount limitation designated in Ala. Code 1975 § 39-2-4. 1 Address and Telephone of the Surety Alabama Address and Telephone of agent who is licensed in Signed and sealed this day of .20 ** If agent above is NOT Alabama Resident Agent, complete section listed below; Otherwise, indicate not applicable an (N/A). Address and Telephone of Alabama Resident Agent who is licensed in Alabama CONTRACTOR (Sign & Print Full Name) By:. Witness Name and Tide: SURETY (Sign & Print Full Name) Agent: Wimess Attomey-in-Fact (Attach certified copy of Power of Attorney) State of Alabama Insurance License No. (Attomey-in-Fact) State of Alabama Insurance License No. (Alabama Resident Agent, if applicable) NOTARY PUBLIC My commission expires: THE WATER WORKS BOARD OF THE CITY OF BIRMINGHAM HISTORICALLY UNDERUTILIZED BUSINESS PROGRAM (GOODS AND SERVICES BIDS) General Mission Statement The Water Works Board of the City of Birmingham (“BWWB”) has adopted a voluntary Historically Underutilized Business (“HUB”) Program designed to encourage the participation of HUB firms in its bids for goods and services. To that end, the BWWB will not exclude any firm from participation in, deny any person benefits of, or otherwise discriminate in connection with the award and performance of BWWB bids for goods and services based on racial, gender, social, or economic status. It is the intent of the BWWB to foster competition among bidders, suppliers and vendors that will result in better quality and more economical services for the BWWB. Under this program, the BWWB has established a goal of 30®/o participation of HUB firms for services required for BWWB bids for goods and services. The BWWB’s stated goal will not be the determining factor in bid awards; rather bidders must demonstrate compliance with the Good Faith Efforts, more particularly outlined below, toward meeting said goal. Failure on the part of a bidder to fully submit the information required herein may be considered by the BWWB in evaluating whether the bidder is responsive to bid requirements. NOTE: If Bidder is a direct manufacturer/direct supplier of the goods or services sought in this Bid and has no opportunities for HUB participation, Bidder should fill out the Direct Manufacturer/Supplier Certification Form 6. Program Goals ● To ensure nondiscrimination in the award and administration of BWWB bids for goods and services. ● To help to remove barriers to the participation of HUB firms in receiving BWWB bids for goods and services. ● To create a level playing field on which HUB firms can compete fairly for BWWB bids for goods and services. Definitions 1. Historically Underutilized Business (HUB): A business formed for the purpose of making a profit and is at least 51% owned, operated and/or controlled by one or more American citizens or permanent resident aliens who are: Minority Business Enterprise (MBE); Women’s Business Enterprise (WBE); Disadvantaged Business Enterprise (DBE); or Veteran Owned Business Enterprise (VBE) (herein sometimes collectively referred to as HUB). 2. Minority Business Enterprise (MBE): A business that is formed for the purpose of making a profit and is at least 51% owned, operated and/or controlled by a person who is a member of the following groups: African/Black Americans; Hispanic Americans; Asian Pacific Americans; Subcontinent Asian Americans; Native Americans or American Women. HUB Program00451-1 Disadvantaged Business Enterprise (DBE): A business that is formed for the purpose of making a profit and is at least 51% owned, operated and/or controlled by one or more socially and/or economically disadvantaged individuals. A socially disadvantaged individual is one who has been a subject of racial, ethnic or gender bias because of their membership in a particular group. An economically disadvantaged individual is one whose ability to compete in the free enterprise system is impaired due to diminished opportunities to obtain capital and credit. 3. Women’s Business Enterprise (WBE): A business enterprise formed for the purpose of making a profit and is at least 51% owned, operated and/or controlled by American citizens or permanent resident aliens who are women. 4. Veteran Owned Business Enterprise (VBE): A business enterprise formed for the purpose of making a profit and is at least 51% owned, operated and/or controlled by American citizens who are Veterans. 5. Resources for Identifying HUB Participants Each bidder must contact at least two (2) of the following resources for identifying HUB participants. Each bidder must show proof that where appropriate, these other resources were contacted for assistance in identifying Hub participants. The resources are: Alabama Department of Economic and Community Affairs, Office of Minority Business Enterprise. Mr. Scott Stewart, Manager; Phone (334) 353-3966; FAX (334) 353-4311 Email; Scott.stewart@adeca.alabama.gov Birmingham Airport Authority; Phone (205) 595-0533; FAX (205) 599-0538 Website: info@flvbinningham.com: Alabama Department of Transportation Disadvantaged Business Enterprises; John Huffman Phone: (334) 242-6251; FAX (334) 242-6256; Email: huffmanio@,dot.state.al.us Website: www.dot.state.al.us Department of Innovation & Economic Opportunity; Tene Dolphin Phone (205) 254-2799; FAX (205) 254-7741; Email: tene.dolphin@birmingham.al.gov Alabama Department of Transportation; Phone (334) 244-6261; Website: www.dot.state.al.us Governor’s Office of Minority and Women’s Business Enterprises Phone 1-800-447-4191 and (334) 242-2220; FAX (334) 242-4203 U.S. Department of Commerce Minority Business Development Agency Phone: (404) 730-3300; FAX (404) 730-3313; Website; www.mbda.gov U.S. Small Business Administration, Alabama District Office Phone: (205) 290-7101; FAX (205) 290-7404; Email: Carol.House@sba.gov Website; www. sba. gov/offlces/district/al/birmingham U.S. Department of Transportation Office of Small and Disadvantaged Business Utilization Phone: (202) 366-7228; FAX (202) 366-7228 National Association of Minority Contractors; Website: www.namc-atl.org BCIA (Birmingham Construction Industry Authority) Contact: Kimberly Baylor Bivins, kbaylorbivins@bcial.org; or Ashley Orl, aorl@bcial.org 10. Minority Supplier Development Council Southern Regions; Contact Mark Samuels; Phone (504) 293-0404; FAX (504) 293-0401; Email: msamuel@srmsdc.org 00451-2 1. 2. 3. 4. 5. 6. 7. 8. 9. HUB Program Affirmative Steps for Good Faith Solicitation All bidders must submit to the BWWB in their sealed bids, evidence of the following Affirmative Steps taken to utilize HUB’S. These Affirmative Steps are required methods to ensure that HUB’S have the opportunity to compete for bids for goods and services with the BWWB. It is up to the BWWB to make a fair and reasonable judgement whether a bidder made adequate good faith efforts. The BWWB will consider the quality, quantity, and intensity of the different kinds of efforts that the bidder made. The efforts employed by the bidder should be those that one could reasonably expect a bidder to take if the bidder were actively and aggressively trying to obtain HUB participation sufficient to meet the HUB Program goal. Below is a list of types of steps that the BWWB will consider as part of the bidder’s good faith efforts to obtain HUB participation. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases: 1. Ensure HUB’S are made aware of goods and service bid opportunities to the fullest extent practicable through outreach and recruitment activities. Soliciting through all reasonable and available means (e.g. attendance at pre-bid meetings, advertising, written notices, or other available sources) the interest of all certified HUB’S who have the capability to perform the work or supply the goods or services set out in the bid. The bidder must solicit this interest within sufficient time to allow the HUB’S to respond to the solicitation. The bidder must determine with certainty if the HUB’S are interested by taking appropriate steps to follow up initial solicitations. 2. Make information on forthcoming opportunities available to HUB’S and arrange time frames for the submission and finalization of subcontracts or other necessary documents and established delivery schedules, where the requirements permit, in a way that encourages and facilitates participation by HUB businesses in the competitive process. This includes, at a minimum, seeking and receiving solicitations for HUB bids or proposals 2 calendar days before sealed bids are due to the BWWB. 3. Once the goods and services bid has been awarded the bidder receiving the award should continue to use its best efforts to further increase HUB participation toward reaching the BWWB stated goal. 4. Consider in the bidding process when competing for large bids the possibility of dividing total requirements whenever economically feasible into smaller tasks or quantities to permit maximum participation by HUB’S in the competitive process. 5. Encourage contracting with a consortium of HUB’S when a bid is too large for one such firm to handle individually. 6. Negotiate in good faith with interested HUB suppliers, vendors, agents or subcontractors. Evidence of such good faith negotiations should include the names, addresses, and telephone numbers of HUB suppliers, vendors, agents or subcontractors that were considered; a description of the information provided regarding the request for proposal, request for qualifications, or plans and specifications for the work selected for the HUB suppliers, vendors, agents or subcontractors; and if necessary, evidence as to why additional agreements could not be reached for HUB suppliers, vendors, agents or subcontractors to perform the work. 7. Use the resources identified above. 8. Provide documented proof of steps taken to comply with items 1 through 7 above. HUB Program00451-3 Bidders must submit or provide the following HUB Forms as outlined below: Acknowledgement of HUB Program (HUB Form 1). All bidders are to read, sign and include in their sealed bid the Acknowledgement of HUB Program, indicating that they fully understand and will voluntarily participate in and follow the guidelines and instructions included in the BWWB HUB Program. 1) HUB Compliance Form (HUB Form 2), This form must be completed and included with all sealed bids for contracts with the BWWB. 2) HUB Performance Form (HUB Form 3). This form captures an intended HUB supplier, vendor, agent or subcontractor’s description of work to be performed for the bidder and the price of the work proposed to be performed by the HUB. This form is to be provided by the bidder to each HUB and submitted along with the HUB Compliance Form included in the bid documents. HUB Utilization Form (HUB Form 4). This form captures the bidder’s intended use of an identified HUB supplier, vendor, agent or subcontractor and the estimated dollar amount of the work. This form is to be completed by the bidder and submitted with the HUB Compliance Form included in the bid documents. 3) 4) Changes to Approved HUB Compliance Form (HUB Form 5). If any changes, substitutions, or additions are proposed to the HUB suppliers, vendors, agents or subcontractors identified in the bid or any other time during the work, the bidder must submit this information to the BWWB for prior written approval. No changes to suppliers, vendors, agents or subcontractors can occur without the BWWB’s prior written consent. Direct Manufacturer/Supplier Certification (HUB Form 6, If the Bidder is a Direct Manufacturer or Supplier of the goods or services sought in the invitation to bid. Bidder must fill out this form completely and submit with his/her bid. Suppliers, vendors, agents or subcontractors must be certified as HUBs in order to be counted toward the bidder’s HUB accomplishments. The documentation of the good faith solicitation efforts must be detailed in order to allow for satisfactory review. Such documentation might include fax confirmation sheets, copies of solicitation letters/emails, printouts of the online solicitations, printouts of online search results, affidavits of publication in newspapers, etc. The bidder is strongly encouraged to follow up each written, fax, or email solicitation with at least one logged phone call. The bidder must employ the affirmative steps set out above to subcontract with HUBs, even if the bidder itself is a HUB. If a HUB supplier, vendor, agent or subcontractor fails to complete work under the subcontract for any reason, the bidder must notify the BWWB in writing prior to any termination and must employ the good faith efforts described above if using a replacement HUB supplier, vendor, agents or subcontractor. Any proposed changes from an approved HUB supplier, vendor, agent or subcontractor must be reported to the BWWB on the Changes to Approved HUB Compliance Form (HUB Form 5) prior to initiation of the action. 5) 6) HUB Program00451-4 HUB FORM 1 rGOODS AND SERVICES^ HUB PROGRAM ACKNOWLEDGEMENT The Water Works Board of the City of Birmingham (“BWWB”) has initiated a program to encourage the participation of HUB firms (as that term is defined in the HUB Program) on BWWB bids for goods and services. This signed statement serves as an acknowledgement by the undersigned bidder that it fully understands and will voluntarily participate in and follow the guidelines and instructions included in the BWWB HUB Program. Submitted by: Company: Signed by: HUB Program00451-5 HUB FORM 2 (GOODS AND SERVICES) HUB COMPLIANCE FORM ALL INFORMATION OUTLINED ON THIS FORM IS REQUIRED FOR HUB COMPLIANCE. THE PROPOSED BIDDER SHOULD ENSURE THAT THIS INFORMATION IS COMPLETE PRIOR TO SUBMITTAL. CERTIFICATIONS: I certify that the information submitted on and with this form is true and accurate and that this firm has met and will continue to meet the conditions of this bid regarding HUB solicitation and utilization. I further certify criteria used in selecting suppliers, vendors, agents or subcontractors were applied equally to all potential participants and that HUB Feedback Form (HUB Form 3) and HUB Subcontractor Performance Form (HUB Form 4) were distributed to all HUB suppliers, vendors, agents or subcontractors. Date: (Bidder signature) (Printed name and title) GENERAL INFORMATION: Owner eontact: Owner phone number/email: Bidder: Bidder contact: Bidder email: Bidder bid amount: $ % Goal: 30%Proposed HUB participation amount: $ Percentage: HUB Program00451-6 HUB COMPLIANCE FORM 2 INSTRUCTIONS (GOODS AND SERVICES) Please submit the following with the HUB COMPLIANCE FORM: List of all committed and uncommitted suppliers, vendors, agents or subcontractors by trade, including company name, address, telephone number, contact person, dollar amount of subcontract, and HUB status. Indicate in writing if no solicitations were made because the contractor intends to use only its own forces to accomplish the work. Proof of HUB certification for each suppliers, vendors, agents or subcontractors listed as a HUB. (1) (2) Documentation of solicitation effort for prospective HUB firms, such as fax confirmation sheets, copies of solicitation letters/emails, printout of the online solicitations, printouts of online search results, affidavits of publication in newspapers, etc. The bidder is strongly encouraged to follow up each written, fax, or email solicitation with at least one logged phone call. (3) Justification for not selecting a certified HUB supplier, vendor, agent or subcontractor that submitted a low bid for any subcontract area. (4) HUB Form 3 - HUB Performance Form.(5) HUB Form 4 - HUB Utilization Form.(6) HUB Program00451-7 HUB Form 3 (GOODS AND SERVICES) HUB Performance Form Part 1 This form is intended to capture the HUB supplier, vendor, agent or subcontractor’s description of work or services to be supplied or performed and the price of such submitted to the HUB. Bidder must require its HUB suppliers, vendors, agents or subcontractors to complete this form and include all completed forms in the sealed bid package. Bid NameHUB Name Point of ContactBid/Proposal No. Address Email AddressTelephone No. Bidder Name Description of Work Submitted to the Bidder Price of Work Submitted to Bidder Contract Item Number 00451-8 HUB Program HUB Performance Form Part 2 I certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a commitment to utilize the HUB suppliers, vendors, agents or subcontractors above. Bidder is aware of that in the event of a replacement of a HUB supplier, vendor, agent or subcontractor; it will adhere to the replacement requirements set forth in the HUB program. Print NameBidder Signature DateTitie Print NameHUB Signature DateTitle HUB Program00451-9 HUB Form 4 fGOODS AND SERVICES^ HUB Utilization Form Part 1 This form is intended to capture the bidder’s actual and/or anticipated use of identified certified HUB suppliers, vendors, agents or subcontractors, the date the HUB submitted the bid or proposal, and the estimated dollar amount of each subcontract. This form must be completed and included in the sealed bid package. Bidder should also maintain a copy of this form on file. Bid NameBidder Name Point of ContactBid/Proposal No. Address Email AddressTelephone No. I have identified potential HUB certified HUB suppliers, vendors, agents or subcontractors If yes, please complete the table below. If no, please explain: O NoO Yes CurrentlyEst. Dollar Amt. Company Address/Phone/Email Solicitation Date HUB Name/ Company Name HUB Certified Y/N Continue on back if needed 00451-10 HUB Program HUB Utilization Form Part 2 I certify under penalty of perjury that the forgoing statements are true and correct. Signing this form does not signify a commitment to utilize the HUB suppliers, vendors, agents or subcontractors above. I am aware of that in the event of a replacement of a HUB suppliers, vendors, agents or subcontractor; I will adhere to the replacement requirements set forth in the HUB Program. Print NameBidder Signature DateTitle HUB Program00451-11 HUB Form 5 Changes to Approved HUB Compliance Form CERTIFICATIONS: I certify that the information submitted on and with this form is true and accurate and that this firm has met and will continue to meet the conditions of this contract regarding HUB solicitation and utilization. I further certify that criteria used in selecting HUB suppliers, vendors, agents or subcontractors were applied equally to all potential participants. Date (Bidder signature) (Printed name and title) GENERAL INFORMATION: If an approved HUB suppliers, vendors, agents or subcontractor is terminated or replaced, please identify this company and briefly state reason. (1) For new or additional HUB suppliers, vendors, agents or subcontractors, list name, work performed or service supplied, address, telephone number, contact person, dollar amoimt of subcontract, and HUB status. (2) Attach proof of HUB certification for each HUB suppliers, vendors, agents or subcontractor listed as a HUB. (3) Attach documentation of solicitation effort for prospective HUB firms, such as fax confirmation sheets, copies of solicitation letters/emails, printouts of the online solicitations, printouts of online search results, affidavits of publication in newspapers, etc. The bidder is strongly encouraged to follow up each solicitation with at least one logged phone call. (4) Provide justification for not selecting a certified HUB that submitted a low bid for any subcontract work, services or supplies on this bid. (5) HUB Program00451-12 HUB FORM 6 rCOODS AND SERVICES^ DIRECT MANUFACTURER/SUPPLIER CERTIFICATION l/we hereby certify that we are direct manufacturers or suppliers of the goods or services sought in this Bid and have no distributors, wholesalers, retailers or other intermediaries, and thus do not have any opportunities for HUB participation in this Bid. Bid/Contract NameBidder Name Point of ContactBid/Proposal No. Address Email AddressTelephone No. Please use the space below to explaint the details about your business and why there are no HUB opportunities for your bid: Print NameBidder Signature DateTitle HUB Program00451-13 **END OF HUB PROGRAM SECTION** HUB Program00451-14 BID#: NO BID If you are not bidding on this service/commodity, please complete and retimi this form to: Birmingham Water Works, Attn: Purchasing Manager, 3600 First Avenue North, Birmingham, Alabama 35222. All Statement of No Bid forms must be received prior to the bid opening. Failure to respond may result in deletion of vendor's name from the Vendor/Contractor’s list for the Birmingham Water Works Board. Company Name: Address: Telephone: Date: forWe, the undersigned have declined to respond to your Bid No. because of the following reasons. (Service/Commodity) Specifications too “tighf i.e., geared toward one supplier or manufacturer only, (explain below) Insufficient time to respond to the Bid. We do not offer this product/service. Specifications unclear, (explain below) Unable to meet bond requirements. Other (specify below) REMARKS: Signed:BY: (Print or Type) BID 3-1 - WORK TRUCK DATE: October 8, 2020 The Birmingham Water Works Board 3600 - 1st Avenue North Birmingham, Alabama 35222 Attention: Ed Travis, Purchasing Manager We quote you as follows on: Five (5), New 2020 or newer. Full-Size SUV. Ford Explorer, Chevrolet Traverse or comparable, 4WD, WITH 3rd row seating. All Standard equipment plus the following factory equipment as included: NOTE: If you check "NO" under the compliance please state why in the equivalent section. Make Model The following factory equipment shall be included: Compliance EquivalentYES NO Engine Transmission Automatic Factory Air Conditioning Factory Eieat Battery Fuel Tank Power Steering Four Wheel Disc Brakes With Anti-Eock Brake System Wipers: Front and Rear Rear Cargo Area Light Tires AirBags AM/FM Radio Seats: Vinyl or Cloth Full Size Spaer Tire and Spare Wheel Vinyl Flooring w/Floor Mats Daytime Running Lights LED Taillamps Second and Third Row Dome Light In Cab Exterior Color: White Interior Color : Gray or Black Front & Rear Bumper Rear Window Defroster and Washer 3RD Row Seating Power Windows and Locks 3.5L Ti-VCT V6 or Better 72 AH 18 Gallon Fuel Tank P245/60R18 BID: 3-1 Pricing should include title fee, extended warranty & one full service manualfor EACH type of vehicle. OTY DESCRIPTION UNIT PRICE TOTAL Price (EACH) (EACH) Full Size SUV (With 3RD ROW SEATING) 5 $$ (Do NOT Include Extended Warranty Price (TOTAL PRICE FOR VEHICLES ONLY) Ext. Wrtv Price BID 20-05-3 (1) DUE BY , Thursday, October 22, 2020 (EACH) 5 $ Estimated Delivery Time: Miles DeductibleOptional Extended Service Agreement: Months What is covered? VENDOR CONTACT INFORMATION: (PRINT) Contact Person: Title: Address:Company City/State/Zip: Address: Telephone Email: Terms: All vehicles will need to be delivered to the Transportation Department at the Birmingham Water Works located at 3600 - 1st Avenue North, Birmingham, AL 35222. For questions concerning Vehicle specifications please contact Ike Square @ 205-244-4341 or 4342 or email @ ike.square@,bwwb.org. For questions concerning the Bid process please contact Purchasning Manager - Ed Travis @ 205-244-4302, ed.travis@bwwb.org, or Purchasing Buyer LyTonja Levert at 205-244-4305 or tonja.levert@bwwb.org. (Dept. 45910- Vehicles: #565) (Dept. 44360- Vehicles: #612) (Dept. 45910- Vehicles: #688) (Dept. 43826- Vehicles: #710) (Dept. 43825- Vehicles: #725) DATE: October 8, 2020BID 3-2 - WORK TRUCK The Birmingham Water Works Board 3600 - 1st Avenue North Birmingham, Alabama 35222 Attention: Ed Travis, Purchasing Manager We quote you as follows on: Fifthteen 1151 New 2020 or newer, - P/U, Ext. Cab, 4WD, SWB Chevy Silverado-1500, Ford 150, GMC Sierra - 1500, Dodge Ram 1500 or equal standard size cargo box. All Standard equipment plus the following factory equipment as included: NOTE: If you check "NO" under the compliance please state why in the equivalent section. Make Model The following factory equipment shall be: 6 cyl Compliance NO EYES quivalent Engine Transmission Automatic Alternator Heavy Duty Battery 4-Wheel Antilock disc brakes & rotors Transfer Case Shield Power Steering Power Brakes Auto Locking Hubs Air Bags Exterior Mirrors Power Windows and Locks AM/FM Radio Power Outlet Factory Air Conditioning and Heat Dome Light in Cab Dark Color Vinyl Flooring w/Floor Mats Seating: Dark Color Vinyl or Cloth Front and Rear Bumper LED Lights in Head Lights & Tailgate White 105 AMPS or Better 750 CCA OR B Front and Side Right & Left B Auxiliary 12 V Exterior Color ETTER elow eyeline olt Interior Color Gray or Black Drop - in bed liner up to rails of box Tires: 16" or better Spare Tire W/ Carrier Mounted Underneath Cigarette Lighter in Cab Fuel Tank 20 Gallon Capacity Skid Plate Package BID: 3-2Pricing should include title fee & one full service manual for EACH type of vehicle. OTY DESCRIPTION UNIT PRICE TOTAL Price (EACH)(EACH) 15 150 Series P/U Ext Cab 4WD S $ (Do NOT Include Extended Warranty Price (TOTAL PRICE EOR VEHICLES ONLY)Ext. Wrtv Price (EACH) BID 20-05-3-(2) DUE BY , Thursday, October 22, 202015 $ Estimated Delivery Time: Optional Extended Service Agreement: Months Miles Deductible What is covered? VENDOR CONTACT INFORMATION: (PRINT) Title:Contact Person: Company Address: City/State/Zip: Address: Telephone Email: Terms: All vehicles will need to be delivered to the Transportation Department at the Birmingham Water Works located at 3600 - 1st Avenue North, Birmingham, AL 35222. For questions concerning Vehicle specifications please contact Tony Brown @ 205-244-4342 or 205-706-5634 or email @,tonv.brown@bwwb.org or ike Square at 205-244-4341 ike.square@,bwwb.org. For questions concerning the Bid process please contact Purchasing Buyer LyTonja Levert at 205-244-4305 or tonja.levert@bwwb.org. (Dept. 45930- Vehicles: #660, 732) (Dept. 43825- Veh.: #664, 800,1015,1016) (Dept. 42810- Vehicles: #682) (Dept. 43821- Vehicles: #805) (Dept. 43824- Vehicles: 804) (Dept(Dept. 47915- Vehicles: #694) (Dept. 41730- Vehicles: #733) (Dept. 48954- Vehicles: #672) .42816- Veh. #782) (Dept.45910- Veh. #803) (Dept.27540- Veh. #749) DATE: October 8, 2020 BID 3-3- WORK TRUCK The Birmingham Water Works Board 3600 - 1st Avenue North Birmingham, Alabama 35222 Attention: Ed Travis, Purchasing Manager We quote you as follows on: Three 13) New 2020 or newer. 4WD, "Ext/Spr. Cab" , Chevrolet Silverado-2500, GMC Sierra 2500, Ford F-250 Pickup Truck or Dodge RAM 2500, make and model as follows. All Standard equipment plus the following factory equipment as included: NOTE: If you check "NO" under the compliance please state why in the equivalent section. Make Model The following factory equipment shall be included: Compliance YES NO Equivalent Engine Transmission Heavy Duty Battery Heavy Duty Alternator Exterior Color Interior Color Factory Air Conditioning and Heat Power Steering Power Brakes Auto Locking Hubs Transfer Case Sheild Heavy Duty Rear Springs Trailer Tow Package Cigarette Lighter in Cab Dome Light in Cab AM/FM Radio Power Outlet Exterior Mirrors Right and Left Tires Spare Tire w/Carrier Wheelbase GVWR Skid Plate Package Power Windows and Locks Drop - in bed liner up to rails of box Front Bucket Seats Differential, Locking heavy duty LED Lights in Head Lights & Tailgate GAS 2.5L or Automatic 750 CCA OR BETT Dark Vinyl or Gray Auxiliary 12 Volt 245/75RX17or bet 145" or better min, 10,000 better ER 157 Amp or better White ter BID: 3-3Pricing should include title fee and one full service manual for EACH type of vehicle. UNIT PRICE TOTAL PRICE 3X $ $3 250 Series P/U (Do NOT Include Extended Warranty Price (TOTAL PRICE FOR VEHICLES ONLY) Ext. Wrtv Price (EACH) BID 20-05-3(3) DUE BY , THURSDAY, OCTOBER 22, 2020 3 $ Estimated Delivery Time: DeductibleMilesOptional Extended Service Agreement: Months What is covered? VENDOR CONTACT INFORMATION: (PRINT) Title:Contact Person: Address:Company City/State/Zip: TelephoneAddress: Terms:Email: All vehicles will need to be delivered to the Transportation Department at the Birmingham Water Works located at 3600 - 1st Avenue North, Birmingham, AL 35222. For questions concerning Vehicle specifications please contact Tony Brown @ 205-244-4342 or 205-706-5634 or email @tonv.brown@,bwwb.org or ike Square at 205-244-4341 ike.square@bwwb.org. For questions concerning the Bid process please contact Purchasing Buyer LyTonja Levert at 205-244-4305 or tonja.levert@bwwb.org. (Dept. 47915 - Vehicles: 717) Replacement (Dept. 43760-Veh.: 819) DATE: October 8, 2020BID 3-4 - WORK TRUCK The Birmingham Water Works Board 3600 - 1st Avenue North Birmingham, Alabama 35222 Attention: Ed Travis, Purchasing Manager We quote you as follows on: ONE (11 New 2020,1-1/2 Ton 4-Door Crew Cab, 4WD, DIESEL Dodge Ram 4500, F-450, Chevrolet, Nissan, GMC or comparable, chassis cab only, 60 inch - CA 145-179 inch wheelbase to accommodate 8 ft. service body. NOTE: If you check "NO" under the compliance please state why in the equivalent seetion. All Standard equipment plus the following factory equipment as included: Make Model All factory equipment shall be included: 8cyl Engine Horsepower Transmission Alternator Battery Fuel Tank Power Steering Power Brakes Axle Ratio Minimum Wheelbase Tires Windows AM/FM Radio Transfer Case Dies 4 W 144 Compliance NO EYES quivalent el-6.7 L 300 HP 10-Speed Automatic 240 AMP extra heavy duty Dual 750 CCA 48 gallon heel Antilock 4.88 .5 -C.A. -60 225/70RX19.5 Automatic Full Size Spare Tire and Spare Wheel Dark color, vinyl flooring plus vinyl mats Limited Slip Differential GVWR Dome Light In Cab Exterior Color Interior Color 1 Whit Dark 9,500 e color vinyl or cloth Factor Air Conditioning Front Bumper, Cab Steps Rear Leaf Springs, Shock Absorbers Heavy Duty Gas Trailer Light PackageSkid Plate Package BID: 3-4Pricing should include title fee and one full service manual for EACH type of vehicle. 1 450- Series, DIESEL CREW CAB 1 X $ s (Do NOT Include Extended Warranty Prii (TOTAL PRICE FOR VEHICLES ONLl Ext. Wrtv Price BID 20-05-3(4) DUE BY , THURSDAY, October 22, 2020 (EACH) 1 $ Estimated Delivery Time: Miles DeductibleOptional Extended Service Agreement: Months What is covered? VENDOR CONTACT INFORMATION: (PRINT) Title:Contact Person: Company Address: City/State/Zip: Address: Telephone Email: Terms: All vehicles will need to be delivered to the Transportation Department at the Birmingham Water Works located at 3600 - 1st Avenue North, Birmingham, AL 35222. For questions concerning Vehicle specifications please contact Tony Brown @ 205-244-4342 or 205-706-5634 or email @ tonv.brown@b-wwb.org. For questions concerning the Bid process please contact Purchasing Buyer LyTonja Levert at 205-244-4305 or tonja.levert@bwwb.org. (Dept. 43824 - Vehicles: 539) NOTE: Body NOT installed, it will be the responsibility of the low bidder to have truck delivered to awarded vendor of truck body bid award. 1 DATE: October 8, 2020BID 3-5 - WORK TRUCK The Birmingham Water Works Board 3600 - 1st Avenue North Birmingham, Alabama 35222 Attention: Ed Travis, Purchasing Manager We quote as follows on: FIVE (5) New 2020 or newer. Regular Cab, DIESEL, 4WD, F-550, Chevro Dodge Ram 5500 or comparable. Chassis cab only, 60 inch CA 145-179 inch wheelbase to accommodate 8 ft. service body. The service body will be bid separately. ModelMake All Standard equipment plus the following factory equipment as included: NOTE: If you check "NO" under the compliance please state why in the equivalent section. ComplianceThe followins factory equipment shall be included: NO EquivalentYES Engine Horsepower Transmission Alternator Battery Fuel Tank Power Steering Power Brakes Axle Ratio Minimum Wheelbase Tires Windows AM/FM Radio Transfer Case Full Size Spare Tire and Spare Wheel Dark color, vinyl flooring plus vinyl mats Limited Slip Differential GVWR Dome Light In Cab Exterior Color Interior Color Factor Air Conditioning Front Bumper, Cab Steps Front bucket and passenger seat. Trailer Light Package Skid Plate Package Gas 4 W 144. 1 Whi -6.8 L 288 HP OR Greater 6-Speed Automatic 220 AMP extra heavy duty Dual 750 CCA 40 gallon aft axle heel Antilock 4.88 5 - C.A. - 60 225/70RX19.5 Automatic 9,500 te Dark color vinyl or cloth BID: 3-5 Pricing should include titlefee & onefull service manualfor EACH type of vehicle. OTY DESCRIPTION TOTAL PriceUNIT PRICE (EACH) 5X $550- Series, Reg Cab, DIESEL 5 $ (Do NOT Include Extended Warranty Prici (TOTAL PRICE FOR VEHICLES ONLY Ext. Wrtv Price (EACH) BID 20-05-3 (5) DUE BY , Thursday, October 22, 2020 5 S Optional Extended Service Agreement: Months Miles Deductible What is covered? VENDOR CONTACT INFORMATION: (PRINT) Title:Contact Person: Address:Company City/State/Zip: Address: Telephone Email: Terms: All vehicles will need to be delivered to the Transportation Department at the Birmingham Water Works located at 3600 - 1st Avenue North, Birmingham, AL 35222. For questions concerning Vehicle specifications please contact Tony Brown @ 205-244-4342 or 205-706-5634 or email @ tony.brown@bwwb.org or Ike Square ike.square@bwwb.org 205-244-4341 For questions concerning the Bid process please contact Purchasing Buyer, LyTonj Levert at 205-244-4305 or tonja.levert@bwwb.org. (Dept. 43821 - Vehicles: 743,784,823 ) (Dept. 43824 - Vehicles: 824,825 ) NOTE: Body NOT installed, it will be the responsibility of the low bidder to have truck delivered to awarded vendor of truck body bid award. BID 3-6- WORK TRUCK DATE October 8, 2020 The Birmingham Water Works Board 3600 - 1st Avenue North Birmingham, Alabama 35222 Attention: Ed Travis, Purchasing Manager We quote you as follows on: TWO t2) New 2020 or newer. 4-Door Crew Cab, 4WD, DIESEL Dodge Ram 5500, F-550, Chevrolet, Nissan, GMC or comparable, chassis cab only, 60 inch- CA 145-179 inch wheelbase to accommodate 8 ft. service body. The serviee body will be bid separatel NOTE: If you eheek "NO" under the complianee please state why in the equivalent section. All Standard equipment plus the following factory equipment as included: Make Model The followine factory equipment shall be included: Compliance YES NO Equivalent Engine Horsepower Transmission Alternator Battery Fuel Tank Power Steering Power Brakes Axle Ratio Minimum Wheelbase Tires Windows AM/FM Radio Transfer Case Full Size Spare Tire and Spare Wheel Dark color, vinyl flooring plus vinyl mats Limited Slip Differential GVWR Dome Light In Cab Exterior Color Interior Color Factor Air Conditioning Front Bumper, Cab Steps Trailer Light Package Skid Plate Package Dies 4 W 144. 1 Whi el-6.8 L 300 HP 6-Speed Automatic 220 AMP extra heavy duty Dual 750 CCA 40 gallon aft axle heel Antilock 4.88 5 - C.A. - 60' 225/70RX19.5 Automatic 9,500 te Dark color vinyl or cloth BID: 3-6 Pricing should include title fee and one full service manualfor EACH type of vehicle. 2X S S2 550- Series, Reg Cab, DIESEL (Do NOT Include Extended Warranty Price (TOTAL PRICE FOR VEHICLES ONLY Ext. Wrtv Price BID 20-05-3-(6) DUE BY , Thursday, October 22, 2020 (EACH) 2 S DeductibleOptional Extended Service Agreement; Months Miles What is covered? VENDOR CONTACT INFORMATION: (PRINT) Title:Contact Person: Address;Company City/State/Zip: TelephoneAddress: Terms:Email: All vehicles will need to be delivered to the Transportation Department at the Birmingham Water Works located at 3600 - 1st Avenue North, Birmingham, AL 35222. For questions concerning Vehicle specifications please contact Tony Brown @ 205-244-4342 or 205-706-5634 or email @ tonv.browm@bwwb.oru. For questions concerning the Bid process please contact Purchasing Buyer LyTonja Levert at 205-244-4305 or tonja.levert@bwwb.org. NOTE; Body NOT installed, it will be the responsibility of the low bidder to have truck delivered to awarded vendor of truck body bid award. (Dept. 43822 - Vehicles: 638; 43824 - 714

Birmingham, AL 35283Location

Address: Birmingham, AL 35283

Country : United StatesState : Alabama

You may also like

62--PANEL,LIGHT INDICAT

Due: 01 May, 2024 (in 4 days)Agency: DEPT OF DEFENSE

DIFFUSER, LIGHT

Due: 01 May, 2024 (in 4 days)Agency: Department of Defense

HOUSING, LIGHT

Due: 06 May, 2024 (in 8 days)Agency: Department of Defense

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.