Purchase of Vehicles for Cameron County Departments

expired opportunity(Expired)
From: Cameron(County)
Bid #231002

Basic Details

started - 16 Oct, 2023 (6 months ago)

Start Date

16 Oct, 2023 (6 months ago)
due - 31 Oct, 2023 (6 months ago)

Due Date

31 Oct, 2023 (6 months ago)
Bid Notification

Type

Bid Notification
Bid #231002

Identifier

Bid #231002
Cameron County

Customer / Agency

Cameron County
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.

CAMERON COUNTY PURCHASING DEPARTMENT INVITATION TO BID BID NUMBER: 231002 BID TITLE: PURCHASE OF VEHICLES FOR CAMERON COUNTY DEPARTMENTS DATE DUE: October 31, 2023 DUE NO LATER THAN 3:00 P.M. Bids will be opened at the Cameron County Courthouse, 1100 East Monroe Street, Brownsville, Texas in the Purchasing Department – 3rd Floor – Room # 345 at 3:00 p.m. (as per Purchasing Dept. time clock) on deadline due date. All Bidders are welcome to attend Bid opening. Bids received later than the date and time above will not be considered. Please return bid ORIGINAL (marked “ORIGINAL”) and an electronic (PDF format file only) copy of your BID submittal in sealed envelope. Be sure that return envelope shows the Bid Number, Description and is marked “SEALED BID”. RETURN BID TO: mailed or delivered to the office of Purchasing Dept., County Courthouse (Dancy Bldg.) 1100 E. Monroe St, 3rd Floor, Room 345, Brownsville, Texas 78520. For additional information or to request addendum email: Roberto C.
Luna and/or Dalia Loera at purchasing@co.cameron.tx.us YOU MUST SIGN BELOW IN INK; FAILURE TO SIGN WILL DISQUALIFY THE OFFER. All prices must be typewritten or written in ink. Company Name: ___________________________________________________________________________________ Company Address: ____________________________________________________________________________ City, State, Zip Code: ____________________________________________________________________________ Historically Underutilized Business (State of Texas) Certification VID Number: _____________________________ Telephone No.____________________________ Fax No. ________________ e-mail_________________________ SIGNATURE:______________________________________ Print Name:_____________________ How did you find out about this Bid? _______________________________________ _ (ex: Newspaper, Web, Mail) Is Bidder’s principal place of Business within Cameron County? □ Yes □ No If yes what City: ____________________________ (Your signature attests to your offer to provide the goods and/or services in this bid according to the published provision of this bid. When an award letter is issued, this Bid becomes the contract. If a Bid required specific Contract is to be utilized in addition to this Bid, this signed Bid will become part of that contract. When an additional Contract is required a Bid award does not constitute a contract award and Bid / Contract is not valid until contract is awarded by Commissioners Court (when applicable) signed by County Judge) and Purchase Order is issued. Bidders/Participants must sign each bid/proposal page to ensure you have read each page’s information, terms, conditions and/or required forms. Failure to sign or initial each bid/proposal page will disqualify the BID/PROPOSAL offer. Page 2 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ ACKNOWLEDGMENT OF RECEIPT Bid # 231002 PURCHASE OF VEHICLES FOR CAMERON COUNTY DEPARTMENTS Please submit this page upon receipt For any clarifications, please contact Mr. Roberto C. Luna, Interim Purchasing Agent and/or Dalia Loera, Bids & Proposals Coordinator at the Cameron County Purchasing Department office at: (956) 544-0871 or e-mail at: purchasing@co.cameron.tx.us Please fax or e-mail this page upon receipt of BID package no later than Tuesday, October 24, 2023 before 3:00 p.m. CST. All questions regarding this BID should also be submitted no later than the stated date and time on BID cover page. Fax: (956) 550-7219 or E-mail: purchasing@co.cameron.tx.us If you are unable to respond on this BID solicitation, kindly indicate your reason for “Not Responding/No-Participation” below and fax or e-mail back to Cameron County Purchasing Department. This will insure you remain active on our vendor list. Date: _______________ (___) Yes, I will be able to submit a BID submittal. (___) No, I will not be able to submit a Bid submittal for the following reason: __________________________________________________________________________________________________________ __________________________________________________________________________________________________________ __________________________________________________________________________________________________________ _____________________________________________________________________. Company Name: _______________________________________________________ Company Representative Name: __________________________________________ Company Address: _____________________________________________________ Phone #: ______________________ Fax #” ___________________________ E-mail Address: ________________________________________________________ mailto:purchasing@co.cameron.tx.us mailto:purchasing@co.cameron.tx.us Page 3 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ CHECK LIST Bidders are asked to review the package to be sure that all applicable parts are included. If any portion of the package is missing, notify the Purchasing Department immediately. It is the Bidder’s responsibility to be familiar with all the Requirements and Specifications. Be sure you understand the following before you return your bid packet. _X__ Cover Sheet Your company name, address and your signature (IN INK) should appear on this page. _X__ Instructions to Bidders You should be familiar with all of the Instructions to Bidders. _X__ Special Requirements This section provides information you must know in order to make an offer properly. _X__ Specifications / Scope of Work This section contains the detailed description of the product/service sought by the County. Attachments _X__ Attachments A, B, C, D, E, F, G, H, I Be sure to complete these forms and return with packet. Other - Final Reminders To double check before submitting BID ____ Is your bid sealed with bid #, title, Bidder’s Name, & return address, on outside? ____ Did you complete, sign and submit page 1? ____ Did you provide the number of copies as required on the cover page? ____ Did you visit our website for any addendums? https://www.cameroncounty.us/purchasing-bids-rfpq-addms-tabs/ If not interested in Bidding please let us know why e-mail to: Purchasing@co.cameron.tx.us https://www.cameroncounty.us/purchasing-bids-rfpq-addms-tabs/ mailto:Purchasing@co.cameron.tx.us Page 4 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ INSTRUCTIONS FOR SUBMITTING BIDS Bid # 231002 PURCHASE OF VEHICLES FOR CAMERON COUNTY DEPARTMENTS These General Instructions apply to all offers made to Cameron County, Texas (herein after referred to as “County”) by all prospective vendors (herein after referred to as “Bidder”) on behalf of Solicitations including, but not limited to, Invitations to Bid. Carefully read all instructions, requirements and specifications. Fill out all forms properly and completely. Submit your bid with all appropriate supplements and/or samples. Prior to returning your sealed bid response / submittal, all Addendums - if issued - should be reviewed and downloaded by entering the County Purchasing web https://www.cameroncounty.us/purchasing-bids-rfpq-addms-tabs/ Addendums Column (updated Addendums). These Addendums must be signed and returned with your bid in order to avoid disqualification. All Tabulations can also be viewed and downloaded at this site. Annual Bid award information can be accessed at: https://www.cameroncounty.us/purchasing-bids-rfpq-addms-tabs/ Review this document in its entirety. Be sure your Bid is complete, and double check your Bid for accuracy. Cameron County is an Equal Employment Opportunity Employer. GOVERNING FORMS: In the event of any conflict between the terms and provisions of these requirements and the specifications, the specifications shall govern. In the event of any conflict of interpretation of any part of this overall document, Cameron County’s interpretation shall govern. Where substitutions are used, they must be of equivalent value or service, and specified by the bidder as such, in the columns to the right on the "Minimum Specifications' Forms". The County’s specifications may be exceeded and should be noted by the Vendor as such. Any bid NOT MEETING the Minimum Requirements specified will be rejected. GOVERNING LAW: This invitation to bid is governed by the competitive bidding requirements of the County Purchasing Act, Texas Local Government Code, δ262.021 et seq., as amended. Bidders shall comply with all applicable federal, state and local laws and regulations. Bidders are further advised that these requirements shall be fully governed by the laws of the State of Texas and that Cameron County may request and rely on advice, decisions and opinions of the Attorney General of Texas and the County Attorney concerning any portion of these requirements. Questions requiring only clarification of instructions or specifications will be handled verbally. If any questions result in a change or addition to this Bid, the Change(s) and addition(s) will be forwarded to all vendors involved (as quickly as possible) in the form of a written addendum only. Verbal changes to Bids must be backed-up by written addendum or written Q/A clarifications which would be posted on County Purchasing Web site. Without written Addendum or written Q / A clarification, verbal changes to Bids will not apply. Sign the Vendor’s Affidavit Notice, complete answers to Attachments A, B, C, D, E, F, G, H, I and return all with your Bid. BIDDER SHALL SUBMIT BID ON THE FORM PROVIDED, SIGN THE VENDOR AFFIDAVIT, AND RETURN ENTIRE BID PACKET. In the event of inclement weather and County Offices are officially closed on a bid deadline day, bids will be received unit 2:00 p.m. of the next business day, for opening at upcoming Commissioner’s Court meeting. CONFLICT OF INTEREST QUESTIONNAIRE: For vendor or other person doing business with local governmental entity This questionnaire must be filed in accordance with chapter 176 of the Local Government Code by a person doing business with the governmental entity. By law this questionnaire must be filed with the records administrator (County Clerk’s Office) of the local government not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than September 1 of the year for which an activity described in Section 176.006(a), Local Government Code, is pending and not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate. Please review this entire document, if for any reason there is any information to disclose, relative to any questions in this Conflict of Interest form, you must file with County Clerk’s Office subject to above instructions. can be downloaded at the following web site: https://www.cameroncounty.us/wp-content/uploads/Purchasing/docs/Conflict_of_Interest_Questionnaire_New_2015__.pdf DISCLOSURE OF INTERESTS: This questionnaire must be filed with the records administrator (County Clerk’s Office) of the local government and no later than the 7th business day after the person becomes aware of facts that require this statement to be filed. Cameron County, Texas requires all persons or firms seeking to do business with the County to provide the following information if the person becomes aware of facts that require this statement to be filed. Every question must be answered. If the question is not applicable, answer with “N/A.” Please review this entire document, if for any reason there is any information to disclose, relative to any questions in this disclosure of interest form, you must file with County Clerk’s Office subject to above instructions. https://www.cameroncounty.us/purchasing-bids-rfpq-addms-tabs/ https://www.cameroncounty.us/purchasing-bids-rfpq-addms-tabs/ https://www.cameroncounty.us/wp-content/uploads/Purchasing/docs/Conflict_of_Interest_Questionnaire_New_2015__.pdf Page 5 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ can be downloaded at the following web site: https://www.cameroncounty.us/wp-content/uploads/Purchasing/CIS.pdf TEXAS ETHICS COMMISSION FORM 1295 All Bids prior to award or award of Contract by Commissioner’s Court will require that the Texas Ethics Commission (TEC) Form 1295 Electronic (on line) Vendor filing procedure be completed by Vendor. All Vendors being recommended to Commissioners Court for award or renewal of award on Agenda must register and obtain a TEC Certification for the specific award. This Certification Form 1295 must be electronically submitted and printed. Form must be emailed or delivered to County Purchasing Department making the request for form. This process must be completed prior to Commissioners Court Agenda for approval consideration of Bid award. There is no charge for this TEC online process. Texas Ethics Commission (TEC) Form 1295 must be completed (by firm - on line “New Form 1295 Certificate of Interested Parties Electronic Filing Application” Site at: https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm ) If any Vendors have questions as to TEC Form 1295 visit the County Purchasing Web site left column tab “Vendor – TEC Form 1295” for more information. TEC Web site links can be found at this location including Question / Answers and Video instructions. tab Link: https://www.cameroncounty.us/vendors-tec-form-1295/ BIDDER SHALL SUBMIT BID ON THE FORM PROVIDED, SIGN THE VENDOR AFFIDAVIT, AND RETURN ENTIRE BID PACKET. In the event of inclement weather and County Offices are officially closed on a bid deadline day, bids will be received unit 2:00 p.m. of the next business day. Bids will be opened at the Cameron County Courthouse, 1100 East Monroe Street, Brownsville, Texas in the Purchasing Department – 3rd Floor – Room # 345 (as per Purchasing Dept. time clock. BIDS SUBMITTED AFTER THE SUBMISSION DEADLINE SHALL BE RETURNED UNOPENED AND WILL BE CONSIDERED VOID AND UNACCEPTABLE. BIDDERS MAY ATTEND PUBLICLY HELD COMM COURT MEETING FOR AWARD OF THIS SOLICITATION. All responding bidders are welcome to attend the publicly held Commissioners Court meeting relative to the outcome / award of this solicitation. Court Meeting agenda date and times may be obtained at the following web site: https://www.cameroncountytx.gov/commissioners-court-agendas/ SUCCESSFUL VENDOR WILL BE NOTIFIED BY MAIL. All responding vendors will receive written notification regarding the outcome of the award. OPEN RECORDS ACCESS TO ALL INFORMATION SUBMITTED. All information included will be open to the public, other bidders, media as per the Open Records Act and not be confidential in nature. If you deem any information as confidential, it should not be made part of your bid package. PLEASE NOTE CAREFULLY THIS IS THE ONLY APPROVED INSTRUCTION FOR USE ON YOUR BID. ITEMS BELOW APPLY TO AND BECOME A PART OF TERMS AND CONDITIONS OF BID. ANY EXCEPTIONS THERETO MUST BE IN WRITING. 1. ORIGINAL (marked “ORIGINAL”) and an electronic (PDF format file only) copy of your BID submittal in sealed envelope MUST BE SUBMITTED. Bid shall be placed in an envelope completely closed and properly identified with the name and number of the bid. Bids must be in the Purchasing Department BEFORE the hour and date specified. 2. Bids MUST give full firm name and address of the bidder. Failure to manually sign bid will disqualify it. Person signing bid should show TITLE or AUTHORITY TO BIND THE FIRM IN A CONTRACT. 3. Bids CANNOT be altered or amended after deadline time. Any alterations made before deadline time must be initiated by bidder or his authorized agent. No bid can be withdrawn after opening time without approval by the Commissioners Court based on a written acceptable reason. 4. The County is exempt from State Sales Tax and Federal Excise Tax. DO NOT INCLUDE TAX IN BID. Cameron County claims exemption from all sales and/or use taxes under Texas Tax Code δ151.309, as amended. Texas Limited Sales Tax Exemption Certificates will be furnished upon written request to the Cameron County Purchasing Agent. 5. Any Catalog, brand name or manufacturer’s reference used in a bid invitation is descriptive-NOT restrictive-it is to indicate type and quality desired. Bids on brand of like nature and quality will be considered. If bid is based on other than reference specifications, Bid must show manufacturer, brand or trade name, lot number, etc., of article offered. If other than brand(s) specified is offered, illustrations https://www.cameroncounty.us/wp-content/uploads/Purchasing/CIS.pdf https://www.ethics.state.tx.us/whatsnew/elf_info_form1295.htm https://www.cameroncounty.us/vendors-tec-form-1295/ https://www.cameroncountytx.gov/commissioners-court-agendas/ Page 6 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ and complete descriptions should be made part of the bid. If bidder takes no exception to specifications or reference data, he will be required to furnish brand names, numbers, etc. as specified. 6. Samples, when requested, must be furnished free of expense to the County. If not destroyed in examination, they will be returned to the bidder on request, at his expense. Each sample should be marked with bidder’s name, address, and County bid number. DO NOT ENCLOSE OR ATTACH SAMPLE TO BID. County user Dept.(s) reserves the right to make the final determination as to equivalents. 7. Written and verbal inquires pertaining to bids must give Bid Number and Company. 8. NO substitutions or cancellations permitted without written approval of Purchasing Agent. 9. The County reserves the right to accept or reject all or any part of any bid, waiver minor technicalities. The County of Cameron reserves the right to award by item category or by total bid. Prices should be itemized. County also reserves the right to award either with or without trade-in, if applicable. Cameron County reserves the right to award if only one (1) Bid was received. Cameron County retains the option to re-bid at any time if in its best interest and is not automatically bound to renewal or re-bid. The County reserves the right to hold all Bids for 60 days from the due date of receipt without actions. The County reserves the right to add additional County Departments (at a later time during this bid award) as the need arises. The County also reserves the right to consider CO-OP Interlocal Agreements / pricing if determined to be more advantageous to the County. 10. Bid unit price on quantity specified – extend and show total. In case or errors in extension, UNIT prices shall govern. If both alphabetic and numeric (unit prices) are required and a discrepancy is found between both on the same line item whichever unit price confirms the line total will govern. If neither confirms then the alphabetic price will govern. If there is no line total requested then the alphabetic unit price shall govern. If combined / sum of line totals do not match the Bid total then the Bid total will be corrected to reflect the sum of the line totals. If there is a discrepancy between the alphabetic and numeric Base Bid Total / Total Bid amount, the alphabetic Base Bid Total / Total Bid will take precedence. Bids subject to unlimited price increase will not be considered, but limited to Preventive Maintenance Annual Local Labor Union Wage Rate adjustments. ALL PRICING WILL REMAIN FIRM UNLESS THIS BID ALLOWS FOR OPEN MARET PRICE INCREASES (AS SO SPECIFIED WITHIN). When inserting number of days or percentage % in Bid (ex: number of days to deliver or install or complete work, etc. or percentage over vendor’s cost or percentage discount off list price) avoid using a range (ex: 30-90 days or 15% to 20 % cost plus) but use only one number for number of days or percentage. If a range is used the County will consider the higher number or worst-case scenario from the County’s standpoint in making bid comparisons / tabulations. 11. This is a bid inquiry only and implies no obligation on the part of Cameron County. 12. Acceptance of and final payment for the item will be contingent upon satisfactory performance of the product received by Cameron County. 13. Partial bids will not be accepted unless awarded by complete category or line item. To be awarded by line item. 14. BASIS OF BID AWARD – The contract will be awarded to the responsible and responsive bidders meeting the specifications and having the lowest possible total extended price of the Base Bid (unit cost), consistent with the quality needed for effective use. All prices quoted will be firm. Award to successful bidder will be made by Cameron County Commission action. Bid pricing shall be firm for the entire term of the awarded contract. Prices established in continuing agreements and annual term contracts may be negotiated and approved by Cameron County Commission Court due to inflation and increased operating costs (i.e. dramatic increase in petroleum- based products, minimum wage, etc.). Any price increase proposed must be submitted thirty (30) calendar days prior to the anniversary date of the annual term contract and shall be supported with proper documentation, as provided by the U.S. Department of Labor Consumer Price Index (CPI), http://www.bls.gov/cpi/ . Cameron County will reserve the right to approve or disapprove any request for increased prices. Cameron County may at its option and expense have the material tested at any time for compliance. The Contractor’s payment shall be deducted the full amount of expense to the County for any tests which fail to show compliance with the specifications. Supplied materials which tests show to not-be- in-compliance shall be removed from County’s property, stockpile or roadbed at the contractor’s expense. Additionally, no payment will be made to the supplier by the County, for the materials which do not meet the specifications. The quantity of such material shall be determined by County’s administrative staff, whose decision shall be final. Revisions on unit prices: it is agreed that bid prices may be superseded during the contract period only if such revisions are the result of increased in the Gulf coast area. A written notice stipulating in detail the price revision must be furnished to the County before revised prices go into effect. Also, such revisions must be supported by continuing written notices for each 30-day period such revisions are in effect. Discounts, delivery, and services accepted as part of this bid are not subject to revision. 15. Multi-Level Contract Award: It is the intent of this solicitation to procure a term contract that shall be awarded to a total of three (3) general suppliers. There shall be contract award to a Level1 – Primary Supplier, Level 2 – Secondary Supplier, Level 3 – Tertiary Supplier. Levels shall be determined on a net unit cost basis, with the lowest unit cost awarded Level 1 status, next lowest unit cost equates to Level 2 and so on. No more than one level shall be awarded to any contractor participating in this solicitation http://www.bls.gov/cpi/ Page 7 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ If at any time the Primary Level 1 Supplier cannot fulfill its obligations upon receipt of a “Purchase Order” for a specific amount of material(s), then the County has as its option the authority to award that specific amount of material(s) to the Secondary Level 2 Supplier at the previously established and awarded unit cost amount. Should the Level 2 Supplier be unable to fulfill its obligation, then the County has as its option the authority to award that specific amount of material(s) to the Tertiary Level 3 Supplier. In the event that all 3 contractors renege on the County issued Purchase Order, then the contract shall be rescinded and the County will re-bid a new term contract. The 3 contractors under the rescinded contract shall be ineligible to bid on the subsequent solicitation. 16. It is expected that the bidder will meet all state and federal safety standards and laws in effect on the date of the bid for the item(s) being specified, and the particular use for which they are meant. 17. It is the responsibility of the bidder to ask any and all questions the bidder feels to be pertinent to the bid. Cameron County shall not be required to attempt to anticipate such questions for bidders or. Cameron County will endeavor to respond promptly to all questions asked. 18. If a Bid Bond is required in this Bid it must be included in Bidders Sealed Bid package and be current / valid through award. 19. Alternate Bid pricing: Bidders should include all alternate pricing on your Bid price page. Cameron County will not award Bid to a Bidder if an alternate price is left blank and County will be making an award to include alternate(s) which has been left blank. In order to avoid not being considered for award include all alternate pricing on your Bid price page. 20. All property of Cameron County must remain (at all times) within the United States – without exception – unless prior Agenda approval has been given by Commissioners Court. 21. Availability of Funds: This procurement is subject to the availability of funding. Cameron County’s obligation hereunder is contingent upon the availability of appropriated funds from which payment for the Contract purposes can be made. No legal liability on the part of the County for any payment shall arise until funds are made available to the County for this Contract and until the Contractor receives notice of such availability, to be confirmed in writing by the County. Any award of Contract hereunder will be conditioned upon said availability of funds for the Contract. 22. Non-Appropriation Clause: Notwithstanding any provisions for this agreement, the parties agree that the services are payable by Cameron County from appropriations, grants, and monies from the General Fund and other sources. In the event sufficient appropriation, grants, and monies are not made available to Cameron County to pay these services for any fiscal year, this Agreement shall terminate without further obligation of County. In such event, the Cameron County Administrator shall certify to contractor that sufficient funds have not been made available to County to meet the obligations of this Agreement; such certification shall be conclusive upon parties. PURCHASE ORDER AND DELIVERY: The successful Bidder shall not deliver products or provide services without a Cameron County Purchase Order, signed by an authorized agent of the Cameron County Purchasing Department. The fastest, most reasonable delivery time shall be indicated by the Bidder in the proper place on the Pricing/Delivery Information form. Any special information concerning delivery should also be included, on a separate sheet, if necessary. All items shall be shipped F.O.B. INSIDE DELIVERY unless otherwise stated in the specifications. This shall be understood to include bringing merchandise to the appropriate room or place designated by the using department. Every tender or delivery of goods must fully comply with all provisions of these requirements and the specifications including time, delivery and quality. Nonconformance shall constitute a breach which must be rectified prior to expiration of the time for performance. Failure to rectify within the performance period will be considered cause to reject future deliveries and cancellation of the contract by Cameron County without prejudice to other remedies provided by law. Where delivery times are critical, Cameron County reserves the right to award accordingly. NO PLACEMENT OF DEFECTIVE TENDER: Every tender or delivery of goods must fully comply with all provisions of this contract as to time of delivery, quality and the like. If a tender is made which does not fully conform, this shall constitute a breach and Seller shall not have the right to substitute a conforming tender provided, where the time for performance has not yet expired, the Seller may seasonably notify Buyer of their intention to cure and may then make a conforming tender within the contract time but not afterward. PLACE OF DELIVERY: The place of delivery shall be that set forth on the purchase order. Any change thereto shall be affected by modification as provided for in clause 20, “Modifications”, hereof. The terms of this agreement are “no arrival, no sale”. DELIVERY TERMS AND TRANSPORTATION CHARGES: Bid must show number of days required to place material in receiving agency’s designated location under normal conditions. Failure to state delivery time obligates bidder to complete delivery in 14 calendar days. A five-day difference in delivery promise may break a tie. Unrealistically short or long delivery promises may cause bid to be disregarded. Consistent failure to meet delivery promises without valid reason may cause removal from bidder list. Page 8 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ An accurate delivery date must be quoted on the “Bid Form”. When there are various items, a delivery date must be included with each item quoted. Freight and shipping charges to Cameron County must be included in the bid price. Final location will be supplied to the vendor on award of bid, F.O.B. destination. Delivery locations will be: Various County Building locations. Delivery days after receipt of order (ARO). Specify all (various) dates by categories or item if different ______________. If delay is foreseen, contractor shall give written notice to Director of Purchasing. The County has the right to extend delivery date if reasons appear valid. Contractor must keep County advised at all times of status of order. Default in promised delivery (without accepted reasons) or failure to meet specifications, authorized the County to purchase supplies elsewhere and charge full increase in cost and handling to defaulting contractor. Delivery shall be made during normal working hours only, 8:00 a.m. to 5:00 p.m. unless otherwise noted in bid. VARIATON IN QUANTITY: The County assumes no liability for commodities produced, processed or shipped in excess of the amount specified herein. SELLER TO PACKAGE GOODS: Seller will package goods in accordance with good commercial practice. Each shipping container shall be clearly and permanently packed as follows: (a) Seller’s name and address; (b) Consignee’s name, address and purchase order or purchase release number and the supply agreement number if applicable; (c) Container number and total number of containers, e.g. box 1 of 4 boxes; and (d) the number of the container bearing the packing slip. Seller shall bear cost of packaging unless otherwise provided. Goods shall be suitably packed to secure lowest transportation costs and to conform with requirements of common carriers and any applicable specifications. Buyer’s count or weight shall be final and conclusive on shipments not accompanied by packing lists. SHIPMENT UNDER RESERVATION PROHIBITED: Seller is not authorized to ship the goods under reservation, and no tender of a bill of lading will operate as a tender of goods. TITLE AND RISK OF LOSS: The title and risk of loss of the goods shall not pass to Buyer until Buyer actually receives and takes possession of the goods at the point or points of delivery. INSPECTION: Upon receiving item(s), they will be inspected for compliance with the Bid Specifications. If the item(s) do not pass inspection, the vendor will be required to pick up the rejected item(s) at the delivery point, provide the necessary replacement, and return the item(s) to the original point of delivery. All items proposed shall be new, in first class condition, including containers suitable for shipment and storage (Cameron County prefers recycled packaging whenever possible), unless otherwise indicated in bid. Verbal agreements to the contrary will not be recognized. All materials and services shall be subject to Purchaser’s approval. Unsatisfactory material will be returned at Seller’s expense. Cameron County reserves the right to inspect any item(s) or service location for compliance with specifications and requirements and needs of the using department. If a Bidder cannot furnish a sample of a bid item, where applicable, for review, or fails to satisfactorily show an ability to perform, the County can reject the bid as inadequate. TESTING: Cameron County reserves the right to test equipment, supplies, material and goods bid for quality, compliance with specifications and ability to meet the needs of the user. Demonstration units must be available for review. Should the goods or services fail to meet requirements and/or be unavailable for evaluation, the bid is subject to rejection. SPECIAL TOOLS AND TEST EQUIPMENT: If the price stated on the face hereof includes the cost of any special tooling or special test equipment fabricated or required by Seller for the purpose of filling this order, such special tooling equipment and any process sheets related thereto shall become the property of the Buyer and to the extent feasible shall be identified by the Seller as such. INVOICES AND PAYMENTS: (a) The vendor shall submit separate invoices, in duplicate, on each purchase order after each delivery. Invoices shall indicate the purchase order number, shall be itemized and transportation charges, if any, shall be listed separately. A copy of the bill of lading and the freight weigh bill when applicable, should be attached to the invoice. Mail to: Cameron County, ATTN: Auditor’s Office, 1100 East Monroe St., Brownsville, Texas 78520. Payment shall not be due until the above instruments are submitted after delivery or services rendered. Our Vendors must keep the Auditor advised of any changes in your remittance addresses. (b) County’s only obligation to pay Vendor is to pay from funds budgeted and available for the purpose of the purchase. Lack of funds shall render this contract null and void to the extent funds are not available and any delivered but unpaid for goods will be returned to Vendor by the County. (c) Do not include Federal Excise, State or City Sales Tax. County shall furnish tax exemption certificate if required. Any invoice, which cannot be verified by the contract price and/or is otherwise incorrect, will be returned to the Vendor for correction. Under term contracts, when multiple deliveries and/or services are required, the Vendor may invoice following each delivery and the County will pay on invoice. Contracts providing for a monthly charge will be billed and paid on a monthly basis only. Prior to any and all payments made for good and/or services provided under this contract, the Vendor should provide his Taxpayer Identification Number or social security number as applicable. This information must be on file with the Cameron County Auditor’s office. Failure to provide this information may result in a delay in payment and/or back-up withholding as required by the Internal Revenue Services. Page 9 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ Vendor shall submit seven (7) copies of an itemized invoice showing BID number and purchase order number to: CAMERON COUNTY AUDITOR ACCOUNTS PAYABLE 1100 EAST MONROE ST., BROWNSVILLE, TEXAS 78520 Please note that any payment due under this bid award will be applied towards any debt, including but not limited to delinquent taxes that is owed to Cameron County. PAYMENT DISCOUNT: Indicate the payment discount (s) available depending on the when invoices are paid. For example, 1/30 means a 1% discount if paid within 30 days, 2/15 means a 2% discount if paid within 15 days, etc. Payment in full will be made within thirty (30) days of delivery, inspection, and receipt of invoice. All costs quotations must include all the various features needed to satisfy the requirements. Note: No amounts will be paid for the items in this BID in excess of the amounts quoted. WARRANTY: Each item shall carry a minimum of thirty-six (36) months, 36,000 miles warranty by the selling dealer, or manufacturer's warranty, whichever is longer. The warranty shall include all parts and repairs and shall include service calls due to defective parts and workmanship. The bidder must be prepared to provide repair and maintenance services to the Cameron County Sheriff's Office located in Brownsville and Harlingen. LITERATURE / MISCELLANEOUS: (1) One manufacturer's brochure is required with the bid submitted. (2) The items marked below are required on award of bid. __√__ One additional set of keys __√__ One set of operating and/or service manuals __√__ One preventive maintenance schedule _____ One parts and price list _____ One set of blueprints MINIMUM SPECIFICATIONS: A. Equipment Conditions: All equipment shall be new or unused unless otherwise stated in the Bid Specifications. B. Explanation: Where substitutions are used, they must be of equal value or service, and specified as such by the bidder, in the columns to the right on the "Minimum Specifications' Forms". C. Required Specifications: (see following pages) Following are the "Minimum Requirements" that will be acceptable to Cameron County. These specifications may be exceeded, and should be noted by the vendor as such, in the columns to the right on the Specifications' Forms. Any bid NOT MEETING the minimum requirements specified will be rejected. BID PRICES SHALL BE GOOD FOR ONE (1) YEAR FROM THE COUNTY COMMISSION AWARD DATE. AWARD WILL BE MADE ON THE BASES OF UNIT PRICE. Page 10 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ CATEGORY “A” TECHNICAL SPECIFICATIONS CAMERON COUNTY – INFORMATION TECHNOLOGY (1) & MAINTANANCE & OPERATIONS (1) DEPT & MISC. DEPARTMENTS SPECIFICATIONS FOR TWO (2) 2023 or Newer MODEL, PICK-UP TRUCKS – CREW CAB (4 DOORS) & SINGLE CAB – MID SIZE 2 WHEEL DRIVE, REGULAR BED, WHITE COLOR. *(Cameron County reserves the right and option to purchase additional vehicles for this category for the same price, terms and conditions.) MINIMUM SPECIFICATIONS: BIDDER'S SPECIFICATIONS: (Please fill out basic or exceeding specifications. All wording must be written in column to the right and without confusion to avoid disqualification.) 01) YEAR/MODEL: 2023-or NEW MODEL – mid size pick-up truck Ford Ranger or Chevy Colorado or Dodge (equivalent/equal) Crew cab w/ 4 ea. full size doors all opening same direction & Single cab, 2-wheel drive (Alternate: 4-wheel drive 4 X 4) 01) YEAR/MODEL: ___________________________________________ ___________________________________________ ___________________________________________ 02) WHEEL BASE: Mfr. Engineered & Designed minimum 02) STYLE: 03) ENGINE: Gasoline V- 6 2.3 Liter minimum 03) ENGINE: ___________________________________________ 04) TRANSMISSION: Automatic 04) TRANSMISSION: 05) ELECTRICAL SYSTEM: Heavy duty battery, maintenance-free 05) ELECTRICAL SYSTEM: 06) BED: Approx. 5ft. to 5 1/2 ft length – regular/standard Bed 06) BED: 07) SEATS: Cloth 07) SEATS: 08) WHEELS / TIRES: (5) 20 inch or fleet standard - all terrain – on / off road radials w/ jack spare, changing tools 08) WHEELS / TIRES: ___________________________________________ ___________________________________________ 09) GAUGES: Standard 09) GAUGES: ___________________________________________ 10) COLOR: White color (interior to be coordinated appropriately) 10) COLOR: ___________________________________________ 11) STEERING: Power steering 11) STEERING: 12) FUEL TANK: Standard 12) FUEL TANK: Page 11 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ CATEGORY “A” TECHNICAL SPECIFICATIONS CAMERON COUNTY – INFORMATION TECHNOLOGY (1) & MAINTANANCE & OPERATIONS (1) DEPT. SPECIFICATIONS FOR TWO (2) 2023 or Newer MODEL, PICK-UP TRUCKS – CREW CAB (4 DOORS) & SINGLE CAB – MID SIZE 2 WHEEL DRIVE, REGULAR BED, WHITE COLOR. MINIMUM SPECIFICATIONS: BIDDER'S SPECIFICATIONS: (Please fill out basic or exceeding specifications. All wording must be written in column to the right and without confusion to avoid disqualification.) 13) A. B. C. D. E. F. G. H. I. J. K. L. M. N. O. P. Q. R. MISCELLANEOUS: Day & night rear view mirror Low mount swing away outside mirror Hands free calling (Bluetooth) Factory written warranty Standard Corrosion Warranty Factory Air Conditioning ABS Brakes on all 4 wheels & State inspection sticker Tinted glass windows Intermittent wipers Vinyl Flooring w/o floor mats Seat belts, sun visors Trailer wiring & connections & hitch Towing full package ready to use Electronic Back up alarm – 97 decibels Power windows & door locks & cruise control Front & rear bumpers AM/FM radio w/ antenna, speakers, installed Rear view Camera Day time running lights 13) A. B. C. D. E. F. G. H. I. J. K. L. M. N. O. P. Q. R. MISCELLANEOUS: ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ 14) Slide in commercial truck bed camper (standard) fiberglass/aluminum with side windows/doors and rear doors with locking mechanism. Shall include all hardware to fit mid-size pickup truck. Color match with truck (white color) To include inside lights with on/off switch 14) ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ Page 12 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ CATEGORY A CAMERON COUNTY – INFORMATION TECHNOLOGY (1) & MAINTENANCE & OPERATIONS (1) PRICE PAGE TWO (2) 2023-or New MODEL, PICK-UP TRUCKS – CREW CAB/SINGLE CAB – MID SIZE - 2WHEEL DRIVE (ALTERNATIVE 4X4) – REGULAR BED WHITE COLOR We, the undersigned, submit the following bid for _____________________________________________________________________________________________________ _____________________________________________________________________________________________________ Vehicle Model and Identification Number(s): ____________________________________________________________________ Unit Price per vehicle: CREW CAB, 2 WD (4 doors) $__________._____ INFORMATION TECHNOLOGY DEPARTMENT Unit Price: ________________________________________ DOLLARS and _______________CENTS Unit Price per vehicle: CREW CAB, 2 WD (4 doors) $__________._____ INFORMATION TECHNOLOGY DEPARTMENT With commercial bed camper Unit Price: ________________________________________ DOLLARS and _______________CENTS ============================================================================================== Vehicle Model and Identification Number(s): ____________________________________________________________________ Unit Price per vehicle: SINGLE CAB, 2WD (2 doors) $___________._____ MAINTENANCE & OPERATION DEPARTMENT Unit Price: ________________________________________ DOLLARS and _______________CENTS ============================================================================================== ALTERNATE BID: Vehicle Model and Identification Number(s): ____________________________________________________________________ Unit Price per vehicle: CREW CAB, 4x4 (4 doors) $_____________._____ MISCELLANEOUS DEPARTMENTS Unit Price: ________________________________________ DOLLARS and _______________CENTS * Cameron County reserves the right and option to purchase additional vehicles for this category for the same price, terms and conditions for a period of one (1) year. Delivery Date: ______________________ Warranty Period: ___________________________________________________ Cost and period of Extended Warranty, if Available: ___________________________________________________________ The bid prices include all materials, delivery, and/or labor as set forth in the attached Specifications’ Packet and Instructions, and (title, registration, inspection sticker, license plates and all fees associated in obtaining). I have read all instructions and agree to comply with all the requirements. Date: ____________________________ Firm’s Representative: _____________________________________________________________________ (Signature) Title: _____________________________________________________________________ Name of Bidder: _____________________________________________________________________ Address of Bidder: _____________________________________________________________________ _____________________________________________________________________ (City/State/Zip Code) Page 13 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ CATEGORY “B” TECHNICAL SPECIFICATIONS CAMERON COUNTY – MAINTENANCE & OPERATIONS (2 EA.), PUBLIC WORKS PCT 1,2,3&4 (5 EA.), HEALTH/ENVIRONMENTAL (3 EA), COMMISSIONER PCT 1,2,3&4 (4 EA.), & MISC. DEPARTMENTS SPECIFICATIONS FOR: FOURTEEN (14) 2023 or New Model, – 4 X 4-2WD – 1⁄2 TON – REGULAR OR LONG BED, PICK UP TRUCKS SINGLE OR CREW CAB, WHITE-NAVY BLUE COLOR TRUCKS *(Cameron County reserves the right and option to purchase additional vehicles for this category for the same price, terms and conditions.) MINIMUM SPECIFICATIONS: BIDDER'S SPECIFICATIONS: (Please fill out basic or exceeding specifications. All wording must be written in column to the right and without confusion to avoid disqualification.) 01) YEAR/MODEL: 2023 or NEW MODEL, Pickup Truck – Full Size -1/2 TON, Ford, Chevy, or Dodge (equivalent/equal) Single cab (2 doors) and Crew Cab - 4 full size doors 2-WD and/or 4-wheel drive 4X4, regular/long bed. 01) YEAR/MODEL: ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ 02) STYLE: Power disc & anti-lock system 02) STYLE: 03) ENGINE: Gasoline – unleaded V- 6 or V-8 03) ENGINE: ___________________________________________ 04) TRANSMISSION: Automatic 04) TRANSMISSION: 05) ELECTRICAL SYSTEM: Maintenance-free battery, 12-volt alternator 05) ELECTRICAL SYSTEM: ___________________________________________ 06) BED: Approx. 6.4 ft length - Long Bed 06) BED: ___________________________________________ 07) SEATS: Cloth – front & rear 07) SEATS: 08) WHEELS / TIRES: (5) P235X75R15 OR EQUIVALENT all terrain – road radials w/ jack spare, changing tools 08) WHEELS / TIRES: ___________________________________________ ___________________________________________ 09) GAUGES: Standard 09) GAUGES: ___________________________________________ 10) COLOR: WHITE and/or NAVY BLUE COLOR (interior to be coordinated appropriately) 10) COLOR: ___________________________________________ 10) STEERING: Power steering 11) STEERING: 12) FUEL TANK: 17 Gal. Minimum 12) FUEL TANK: 13) A. B. C. D. E. F. G. H. I. J. MISCELLANEOUS: Day & night rear view mirror Factory written warranty Standard Corrosion Warranty Complete spare tire, jack, and tool ABS Brakes on all 4 wheels & State inspection sticker Vinyl Flooring - no floor mats Seat belts, sun visors Power outlet Left/right outside side view mirrors Front & rear bumpers AM/FM radio w/ antenna, speakers, installed 13) A. B. C. D. E. F. G. H. I. J. MISCELLANEOUS: ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ Page 14 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ (CONTINUED CATEGORY “B”) MINIMUM SPECIFICATIONS: BIDDER'S SPECIFICATIONS: (Please fill out basic or exceeding specifications. All wording must be written in column to the right and without confusion to avoid disqualification.) K - L - M - N - O - P - Q - R - S – T- U. V. W. Air conditioning & Aux. Heater / A/C front & Rear Electronic backup alarm - 97 decibels minimum. Intermittent Wipers Tinted Glass windows Power Windows Power door locks Cruise Control Day time running lights Rear view Camera System Hands free calling (Bluetooth) Interior – LED Light Bar Amber Trailer wiring & connections hitch Towing full package ready to use 13) K- L - M - N - O - P - Q - R - S - T - U- V- W- MISCELLANEOUS: ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ Page 15 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ CATEGORY “B” CAMERON COUNTY – MAINTENANCE & OPERATIONS (2 EA.), PUBLIC WORKS PCT 1,2,3&4 (5 EA.), HEALTH/ENVIRONMENTAL (3 EA), COMMISSIONER PCT 1,2,3&4 (4 EA.), & MISC. DEPARTMENTS PRICE PAGE B-1 FOURTEEN (14) 2023 or New Model, – 4 X 4-2WD – 1⁄2 TON – REGULAR OR LONG BED, SINGLE OR CREW CAB, WHITE-NAVY BLUE COLOR TRUCKS We, the undersigned, submit the following bid for _____________________________________________________________________________________________________ _____________________________________________________________________________________________________ Vehicle Model and Identification Number _______________________________________________________________________ MAINTENANCE & OPERATIONS DEPARTMENT: Unit Price per vehicle: SINGLE CAB, LONG BED, 2 WD, White Color (2 doors), V6 $__________._____ Unit Price: ________________________________________ DOLLARS and _______________CENTS Extended Price (2) vehicles: SINGLE CAB, LONG BED, 2 WD, White Color (2 doors) V6 $__________._____ Extended Price: (2) ________________________________________ DOLLARS and _______________CENTS Unit Price per vehicle: SINGLE CAB, LONG BED, 2 WD, White Color (2 doors), V8 $__________._____ Unit Price: ________________________________________ DOLLARS and _______________CENTS Extended Price (2) vehicles: SINGLE CAB, LONG BED, 2 WD, White Color (2 doors) V8 $__________._____ Extended Price: (2) ________________________________________ DOLLARS and _______________CENTS ============================================================================================== HEALTH/ENVIRONMENTAL DEPARTMENT: Unit Price per vehicle: CREW CAB, REGULAR BED, 4x4, White and Navy Blue Color (4 doors) V6 $__________._____ Unit Price: ________________________________________ DOLLARS and _______________CENTS Extended Price (3) vehicles: CREW CAB, REGULAR BED, 4x4, White and Navy Blue Color (4 doors) V6 $__________._____ Extended Price: (3) ________________________________________ DOLLARS and _______________CENTS Unit Price per vehicle: CREW CAB, REGULAR BED, 4x4, White and Navy Blue Color (4 doors) V8 $__________._____ Unit Price: ________________________________________ DOLLARS and _______________CENTS Extended Price (3) vehicles: CREW CAB, REGULAR BED, 4x4, White and Navy Blue Color (4 doors) V8 $__________._____ Extended Price: (3) ________________________________________ DOLLARS and _______________CENTS PUBLIC WORKS- PCT1, PCT2, PCT3 & PCT4: Unit Price per vehicle: CREW CAB, LONG BED, 4x4, White and Navy Blue Color (4 doors) V6 $__________._____ Unit Price: ________________________________________ DOLLARS and _______________CENTS Extended Price (5) vehicles: CREW CAB, LONG BED, 4x4, White and Navy Blue Color (4 doors) V6 $__________._____ Extended Price: (5) ________________________________________ DOLLARS and _______________CENTS Unit Price per vehicle: CREW CAB, LONG BED, 4x4, White and Navy Blue Color (4 doors) V8 $__________._____ Unit Price: ________________________________________ DOLLARS and _______________CENTS Extended Price (5) vehicles: CREW CAB, LONG BED, 4x4, White and Navy Blue Color (4 doors) V8 $__________._____ Extended Price: (5) ________________________________________ DOLLARS and _______________CENTS * Cameron County reserves the right and option to purchase additional vehicles for this category for the same price, terms and conditions for a period of one (1) year. Page 16 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ CATEGORY “B” CAMERON COUNTY – MAINTENANCE & OPERATIONS (2 EA.), PUBLIC WORKS PCT 1,2,3&4 (5 EA.), HEALTH/ENVIRONMENTAL (3 EA), COMMISSIONER PCT 1,2,3&4 (4 EA.), & MISC. DEPARTMENTS PRICE PAGE B-2 FOURTEEN (14) 2023 or New Model, – 4 X 4-2WD – 1⁄2 TON – REGULAR OR LONG BED, SINGLE OR CREW CAB, WHITE-NAVY BLUE COLOR TRUCKS We, the undersigned, submit the following bid for _____________________________________________________________________________________________________ _____________________________________________________________________________________________________ Vehicle Model and Identification Number _______________________________________________________________________ COMMISSIONER PCT1, PCT2, PCT3 & PCT4: Unit Price per vehicle: CREW CAB, LONG BED, 4x4, White and Navy Blue Color (4 doors) V6 $__________._____ Unit Price: ________________________________________ DOLLARS and _______________CENTS Extended Price (4) vehicles: CREW CAB, LONG BED, 4x4, White and Navy Blue Color (4 doors) V6 $__________._____ Extended Price: (4) ________________________________________ DOLLARS and _______________CENTS Unit Price per vehicle: CREW CAB, LONG BED, 4x4, White and Navy Blue Color (4 doors) V8 $__________._____ Unit Price: ________________________________________ DOLLARS and _______________CENTS Extended Price (4) vehicles: CREW CAB, LONG BED, 4x4, White and Navy Blue Color (4 doors) V8 $__________._____ Extended Price: (4) ________________________________________ DOLLARS and _______________CENTS ============================================================================================= MISCELLANEOUS COUNTY DEPARTMENTS: Unit Price per vehicle: SINGLE CAB, LONG BED, 2 WD, White and Navy Blue Color (2 doors), V6 $__________._____ Unit Price: ________________________________________ DOLLARS and _______________CENTS Unit Price per vehicle: SINGLE CAB, LONG BED, 4X4, White and Navy Blue Color (2 doors), V6 $__________._____ Unit Price: ________________________________________ DOLLARS and _______________CENTS Unit Price per vehicle: SINGLE CAB, LONG BED, 2 WD, White and Navy Blue Color (2 doors), V8 $__________._____ Unit Price: ________________________________________ DOLLARS and _______________CENTS Unit Price per vehicle: SINGLE CAB, LONG BED, 4X4, White and Navy Blue Color (2 doors), V8 $__________._____ Unit Price: ________________________________________ DOLLARS and _______________CENTS Unit Price per vehicle: CREW CAB, REGULAR BED, 2WD, White and Navy Blue Color (4 doors) V6 $__________._____ Unit Price: ________________________________________ DOLLARS and _______________CENTS Unit Price per vehicle: CREW CAB, REGULAR BED, 4x4, White and Navy Blue Color (4 doors) V6 $__________._____ Unit Price: ________________________________________ DOLLARS and _______________CENTS Unit Price per vehicle: CREW CAB, REGULAR BED, 2WD, White and Navy Blue Color (4 doors) V8 $__________._____ Unit Price: ________________________________________ DOLLARS and _______________CENTS Unit Price per vehicle: CREW CAB, REGULAR BED, 4x4, White and Navy Blue Color (4 doors) V8 $__________._____ Unit Price: ________________________________________ DOLLARS and _______________CENTS * Cameron County reserves the right and option to purchase additional vehicles for this category for the same price, terms and conditions for a period of one (1) year. Page 17 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ CATEGORY “B” CAMERON COUNTY – MAINTENANCE & OPERATIONS (2 EA.), PUBLIC WORKS PCT 1,2,3&4 (5 EA.), HEALTH/ENVIRONMENTAL (3 EA), COMMISSIONER PCT 1,2,3&4 (4 EA.), & MISC. DEPARTMENTS PRICE PAGE B-3 FOURTEEN (14) 2023 or New Model, – 4 X 4-2WD – 1⁄2 TON – REGULAR OR LONG BED, SINGLE OR CREW CAB, WHITE-NAVY BLUE COLOR TRUCKS We, the undersigned, submit the following bid for _____________________________________________________________________________________________________ _____________________________________________________________________________________________________ Vehicle Model and Identification Number _______________________________________________________________________ MISCELLANEOUS COUNTY DEPARTMENTS: (CONTINUATION) Unit Price per vehicle: CREW CAB, LONG BED, 2WD, White and Navy Blue Color (4 doors) V6 $__________._____ Unit Price: ________________________________________ DOLLARS and _______________CENTS Unit Price per vehicle: CREW CAB, LONG BED, 4x4, White and Navy Blue Color (4 doors) V6 $__________._____ Unit Price: ________________________________________ DOLLARS and _______________CENTS Unit Price per vehicle: CREW CAB, LONG BED, 2WD, White and Navy Blue Color (4 doors) V8 $__________._____ Unit Price: ________________________________________ DOLLARS and _______________CENTS Unit Price per vehicle: CREW CAB, LONG BED, 4x4, White and Navy Blue Color (4 doors) V8 $__________._____ Unit Price: ________________________________________ DOLLARS and _______________CENTS * Cameron County reserves the right and option to purchase additional vehicles for this category for the same price, terms and conditions for a period of one (1) year. Delivery Date: ______________________ Warranty Period: ___________________________________________________ Cost and period of Extended Warranty, if Available: ___________________________________________________________ The bid prices include all materials, delivery, and/or labor as set forth in the attached Specifications’ Packet and Instructions, and (title, registration, inspection sticker, license plates and all fees associated in obtaining). I have read all instructions and agree to comply with all the requirements. Date: ____________________________ Firm’s Representative: _____________________________________________________________________ (Signature) Title: _____________________________________________________________________ Name of Bidder: _____________________________________________________________________ Address of Bidder: _____________________________________________________________________ _____________________________________________________________________ (City/State/Zip Code) Page 18 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ CATEGORY “C” CAMERON COUNTY – PARKS & RECREATIONS DEPARTMENT (1) & MISC. DEPARTMENTS SPECIFICATIONS FOR: * 2023-or NEW MODEL, PICK-UP TRUCK – 4 X 4 – CREW CAB – 3/4 TON –LONG BED, WHITE COLOR & DARK BLUE COLOR. *(Cameron County reserves the right and option to purchase additional vehicles for this category for the same price, terms and conditions.) MINIMUM SPECIFICATIONS: BIDDER’S SPECIFICATIONS: (Please fill out basic or exceeding specifications. All wording must be written in column to the right and without confusion to avoid disqualification.) 01) YEAR/MODEL 2023-or NEW MODEL – not under or over 3/4-ton pick-up, Crew cab w/ 4 door ea. full size doors all opening same direction, 4-wheel drive (4 X 4), long bed. Ford, Chevy, or Dodge (equivalent/equal) 01) YEAR/MODEL ___________________________________________ ___________________________________________ 02) WHEEL BASE: Mfr. Engineered & Designed - minimum 02) WHEEL BASE: 03) ENGINE Gasoline - V-8- 6.8 Liter 03) ENGINE 04) TRANSMISSION Automatic 10 speed minimum 04) TRANSMISSION 05) ELECTRICAL SYSTEM Heavy duty battery, maintenance-free, alternator 100-amp hrs. 05) ELECTRICAL SYSTEM 06) BED Standard long bed 06) BED 07) WHEELS/TIRES (5) 17” All Terrain Steel Radials All Terrain Steel Radials. All full-sized tires w/ spare, jack, changing tools 07) WHEELS/TIRES ___________________________________________ ___________________________________________ 08) SEAT Vinyl Front & Rear 08) SEAT 09) GAUGES Fuel, amps, oil pressure, Temp 09) GAUGES 10) COLOR White and-or Dark Blue (interiors to be coordinated) 10) COLOR 11) FUEL TANK 23 Gallon Min. 11) FUEL TANK 12) REAR AXLE Limited slip differential Rear 12) REAR AXLE 13) MISCELLANEOUS (a) Day/night rear view mirror (b) Low mount swing away outside mirrors (c) ABS Brakes on all 4 wheels & State inspection sticker (d) Seat belts, Sun visors (e) Factory air conditioning (f) Factory written warranty for Standard Corrosion Warranty (g) Tinted glass windows (h) Radio AM / FM w/ antenna, speakers, installed (l) Intermittent wipers (j) Electronic Back up Alarm - 97 decibels minimum. (k) Power windows & door locks (l) Trailer towing full package reedy to use (m) Vinyl flooring coordinated to exterior (n) Day time running lamps (o) Hands free calling (Bluetooth) (p) Rear view Camera system 13) a b c d e f g h i j k l m n o p MISCELLANEOUS ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ Page 19 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ CATEGORY “C” CAMERON COUNTY – PARKS & RECREATIONS DEPARTMENT (1) & MISC. DEPARTMENTS PRICE PAGE 2023-or NEW MODEL, PICK-UP TRUCK – 4 X 4 – CREW CAB – 3/4 TON - LONG BED, WHITE COLOR & DARK BLUE COLOR OPTION. We, the undersigned, submit the following bid for _____________________________________________________________________________________________________ _____________________________________________________________________________________________________ Vehicle Model and Identification Number _______________________________________________________________________ Unit Price 3⁄4 TON, CREW CAB, 4X4, LONG BED per vehicle: $______________.________ WHITE COLOR OPTION __________________________________________________________________ DOLLARS and _________________________________________________________CENTS Unit Price 3⁄4 TON, CREW CAB, 4X4, LONG BED per vehicle: $______________.________ DARK BLUE COLOR OPTION __________________________________________________________________ DOLLARS and _________________________________________________________CENTS ALTERNATE PRICE: Unit Price 3⁄4 TON, CREW CAB, 4X4, REGULAR BED per vehicle: $______________.________ WHITE COLOR OPTION __________________________________________________________________ DOLLARS and _________________________________________________________CENTS Unit Price 3⁄4 TON, CREW CAB, 4X4, REGULAR BED per vehicle: $__________._____ DARK BLUE COLOR OPTION __________________________________________________________________ DOLLARS and _________________________________________________________CENTS * Cameron County reserves the right and option to purchase additional vehicles for this category for the same price, terms and conditions for a period of one (1) year. Delivery Date: ______________________ Warranty Period: ___________________________________________________ Cost and period of Extended Warranty, if Available: ___________________________________________________________ The bid prices include all materials, delivery, and/or labor as set forth in the attached Specifications’ Packet and Instructions, and (title, registration, inspection sticker, license plates and all fees associated in obtaining). I have read all instructions and agree to comply with all the requirements. Date: ____________________________ Firm’s Representative: _____________________________________________________________________ (Signature) Title: _____________________________________________________________________ Name of Bidder: _____________________________________________________________________ Address of Bidder: _____________________________________________________________________ _____________________________________________________________________ (City/State/Zip Code) Page 20 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ CATEGORY “D” CAMERON COUNTY – MISC. DEPARTMENTS SPECIFICATIONS: * 2023-or New Model, ONE (1) TON, CREW CAB, LONG BED, 4X4, PICK UP TRUCK. *(Cameron County reserves the right and option to purchase additional vehicles for this category for the same price, terms and conditions.) MINIMUM SPECIFICATIONS: BIDDER’S SPECIFICATIONS: (Please fill out basic or exceeding specifications. All wording must be written in column to the right and without confusion to avoid disqualification.) 01) NEW/MODEL: 2023-or NEW MODEL - 1 Ton – Crew Cab 4 ea. full size doors all open same direction, long Bed, 4x4 and/or 2wd Pickup Truck - Single Rear Wheel Truck. Ford, Chevy, or Dodge (equivalent/equal) 01) NEW/MODEL: ___________________________________________ ___________________________________________ 02) ENGINE: Gasoline/Diesel option 6.8 Liter V-8 / OPTION of 6.7L TURBO DIESEL 02) ENGINE: ___________________________________________ 03) TRANSMISSION: Automatic 10 speed w/over drive 03) TRANSMISSION: ___________________________________________ 04) ELECTRICAL SYSTEM: 72 amps maintenance free heavy-duty battery 12-volt, 95-amp alternator 04) ELECTRICAL SYSTEM: ___________________________________________ 05) FUEL SYSTEM: Gasoline 05) FUEL SYSTEM: 06) SUSPENSION: Designed appropriate per MFR & engineered specifications & requirements 06) SUSPENSION: ___________________________________________ 07) BED: LONG BED STANDARD LONG BOX BED 7-way plug 07) BED: ___________________________________________ 08) BRAKES: Hydraulic split brake system or Hydro boost Front and rear Disc 08) BRAKES: ___________________________________________ 09) STEERING: Hydraulic power assisted 09) STEERING: 10) FUEL TANK: 29-48 gallons 10) FUEL TANK: 11) TIRES: (5) 17” All Terrain Steel Radials All full-sized tires w/ spare, jack, changing tools 1 Full Size Spare Tire same size 11) TIRES: ___________________________________________ ___________________________________________ ___________________________________________ 12) SEATS: CLOTH: Full width bench seat or 40/20/40 12) SEATS: 13) FLOORING: Vinyl flooring 13) FLOORING: Page 21 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ CATEGORY “D” (CONTINUED) MINIMUM SPECIFICATIONS: BIDDER'S SPECIFICATIONS: (Please fill out basic or exceeding specifications. All wording must be written in column to the right and without confusion to avoid disqualification.) 15) GAUGES: Fuel Amps Oil Pressure Temperature Speedometer 15) GAUGES: ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ 16) COLOR: White and/or Navy blue (outside) 16) COLOR: 17) RADIATOR: Heavy duty core 17) RADIATOR: 18) SHOCK ABSORBER: Front shocks 18) SHOCK ABSORBER: 19) REAR AXLE: Approx. per MFR designed specs and per factory standards with Locking Differential Rear 19) REAR AXLE: ___________________________________________ 20) MISCELLANEOUS: (A) Day/night rearview mirror (B) West coast outside mirrors (C) Complete spare tire (D) State inspection sticker (E) Seat belts (F) Sun visors (G) Dome light (H) Air conditioner - factory installed (I) Front tow hook (J) Heavy-duty transmission cooling system (K) Radio AM/FM (L) Factory written warranty Standard Corrosion Warranty (M) Vehicle bumper to bumper 3 yr/36,000 miles factory wty. (O) Back-up alarm 97 decibles (P) Blue tooth (hands free) calling (Q) Back up camera system (R) Power windows & Power door locks (S) Cruise control (T) VINYL FLOORING (U) TOWING PACKAGE 20) A B C D E F G H I J K L M N O P Q R S T MISCELLANEOUS: ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ Page 22 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ CATEGORY “D” CAMERON COUNTY – MISC. DEPARTMENTS PRICE PAGE 2023-or New Model, ONE (1) TON, CREW CAB, LONG BED, 4X4, PICK UP TRUCK. We, the undersigned, submit the following bid for _____________________________________________________________________________________________________ _____________________________________________________________________________________________________ Vehicle Model and Identification Number _______________________________________________________________________ Unit Price – 1 Ton, Crew Cab, Long Bed, 4x4, V8 gas engine per vehicle: $_______________._____ White or Navy Blue Color Unit Price: ___________________________________________ DOLLARS and ______________________CENTS Unit Price – 1 Ton, Crew Cab, Long Bed, 4x4, V8 Turbo Diesel engine per vehicle: $_______________._____ White or Navy Blue Color Unit Price: ___________________________________________ DOLLARS and ______________________CENTS ALTERNATE BID: Unit Price – 1 Ton, Crew Cab, Long Bed, 2WD, V8 gas engine per vehicle: $_______________._____ White or Navy Blue Color Unit Price: ___________________________________________ DOLLARS and ______________________CENTS Unit Price – 1 Ton, Crew Cab, Long Bed, 2WD, V8 Turbo Diesel engine per vehicle: $_______________._____ White or Navy Blue Color Unit Price: ___________________________________________ DOLLARS and ______________________CENTS * Cameron County reserves the right and option to purchase additional vehicles for this category for the same price, terms and conditions for a period of one (1) year. Delivery Date: ______________________ Warranty Period: ___________________________________________________ Cost and period of Extended Warranty, if Available: ___________________________________________________________ The bid prices include all materials, delivery, and/or labor as set forth in the attached Specifications’ Packet and Instructions, and (title, registration, inspection sticker, license plates and all fees associated in obtaining). I have read all instructions and agree to comply with all the requirements. Date: ____________________________ Firm’s Representative: _____________________________________________________________________ (Signature) Title: _____________________________________________________________________ Name of Bidder: _____________________________________________________________________ Address of Bidder: _____________________________________________________________________ _____________________________________________________________________ (City/State/Zip Code) Page 23 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ CATEGORY “E” CAMERON COUNTY – DISTRICT ATTORNEY (1), JUVENILE PROBATION &MISC. DEPARTMENTS SPECIFICATIONS FOR: * 2023-or NEW MODEL, FULL SIZE SUV, 2 WHEEL DRIVE * Cameron County reserves the right and option to purchase additional vehicles for this category for the same price, terms and conditions. MINIMUM SPECIFICATIONS: BIDDER'S SPECIFICATIONS: (Please fill out basic or exceeding specifications. All wording must be written in column to the right and without confusion to avoid disqualification.) 01) YEAR/MODEL: 2023-orNEW MODEL - Sport Utility Vehicle – Full Size - Yukon, Expedition, or Tahoe or (equivalent/equal) 2 Wheel Drive, 4 Door, Rear doors w/ child safety locks Must seat a minimum of 8 persons (adults) 01) YEAR/MODEL: ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ 02) STYLE: Power disc & anti-lock system 02) STYLE: 03) ENGINE: Gasoline – unleaded V- 6 or Inline Minimum. or 3.5 Liter Eco boost 03) ENGINE: ___________________________________________ 04) TRANSMISSION: 10 – speed, Automatic 04) TRANSMISSION: 05) ELECTRICAL SYSTEM: Maintenance-free battery 12-volt alternator, 95 amp. Min. 05) ELECTRICAL SYSTEM: ___________________________________________ 06) SEATS: CLOTH Removable third row bench seat or Fold Flat seat 06) SEATS: ___________________________________________ 07) WHEELS / TIRES: (5) P235X75R15 OR EQUIVALENT all season/terrain – Aluminum wheels road radials w/ jack spare 07) WHEELS / TIRES: ___________________________________________ ___________________________________________ 08) GAUGES: Standard 08) GAUGES: ___________________________________________ 09) COLOR: White, Black, Silver & Gray Colors (interior to be coordinated appropriately) 09) COLOR: ___________________________________________ 10) STEERING: Power steering 10) STEERING: 11) FUEL TANK: Standard 11) FUEL TANK: 12) A. B. C. D. E. F. G. H. I. J. MISCELLANEOUS: Day & night rear view mirror Factory written warranty Standard Corrosion Warranty Complete spare tire, jack, and tool ABS Brakes on all 4 wheels & State inspection sticker Vinyl Flooring or Carpet Flooring Seat belts, sun visors Power outlet Left/right outside side view mirrors Front & rear bumpers AM/FM radio w/ antenna, speakers, installed 12) A. B. C. D. E. F. G. H. I. J. MISCELLANEOUS: ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ Page 24 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ CATEGORY E (CONTINUED) MINIMUM SPECIFICATIONS: BIDDER'S SPECIFICATIONS: (Please fill out basic or exceeding specifications. All wording must be written in column to the right and without confusion to avoid disqualification.) K - L - M - N - O - P - Q - R - S – T- U - V - Air conditioning & Aux. Heater / A/C front & Rear Electronic backup alarm - 97 decibels minimum. Heavy duty radiator Intermittent Wipers Power Windows Power door locks Cruise Control Day time running lights Rear view Camera System Hands free calling (Bluetooth) Running Boards Heavy Duty Trailer Towing Package with Limited Slip 14) K- L - M - N - O - P - Q - R - S - T - U – V - MISCELLANEOUS: ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ Page 25 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ CATEGORY “E” CAMERON COUNTY – DISTRICT ATTORNEY (1), JUVENILE PROBATION (2) &MISC. DEPARTMENTS PRICE PAGE THREE (3) - 2023-or NEW MODEL, FULL SIZE SUV, 2WD (Must seat a minimum of 8 persons (adults)) We, the undersigned, submit the following bid for _____________________________________________________________________________________________________ _____________________________________________________________________________________________________ Vehicle Model and Identification Number _______________________________________________________________________ DISCTRICT ATTORNEY DEPARTMENT: Unit Price: 2023 or new model Full Size SUV, 2wd: $____________________.______________ Black Color Unit Price: _________________________________________ DOLLARS and __________________________________CENTS JUVENILE PROBATION DEPARTMENT: Unit Price: 2023 or new model Full Size SUV, 2wd: $____________________.______________ White, Silver or Gray Color Unit Price: _________________________________________ DOLLARS and __________________________________CENTS Extended Price: 2023 or new model Full Size SUV, 2wd, Two (2) Units $_____________._______ White, Silver or Gray *Color Extended Price: ______________________________________ DOLLARS and ______________________________CENTS * Specify if unit price is same for all three colors: _________________________________________________________________ MISCELLANEOUS DEPARTMENTS: Unit Price: 2023 or new model Full Size SUV, 2wd: $____________________.______________ White Color Unit Price: _________________________________________ DOLLARS and __________________________________CENTS ALTERNATE BID: Unit Price: 2023 or new model Full Size SUV, 4x4 per vehicle: $____________________.______________ White Color Unit Price: _________________________________________ DOLLARS and __________________________________CENTS * Cameron County reserves the right and option to purchase additional vehicles for this category for the same price, terms and conditions for a period of one (1) year.. Delivery Date: ______________________ Warranty Period: ___________________________________________________ Cost and period of Extended Warranty, if Available: ___________________________________________________________ The bid prices include all materials, delivery, and/or labor as set forth in the attached Specifications’ Packet and Instructions, and (title, registration, inspection sticker, license plates and all fees associated in obtaining). I have read all instructions and agree to comply with all the requirements. Date: ____________________________ Firm’s Representative: _____________________________________________________________________ (Signature) Title: _____________________________________________________________________ Name of Bidder: _____________________________________________________________________ Address of Bidder: _____________________________________________________________________ _____________________________________________________________________ (City/State/Zip Code) Page 26 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ CATEGORY “F” CAMERON COUNTY – MAINTENANCE & OPERATIONS (1) & MISC. DEPARTMENTS SPECIFICATIONS FOR: * 2023-or NEW MODEL FULL SIZE CARGO VAN * Cameron County reserves the right and option to purchase additional vehicles for this category for the same price, terms and conditions. MINIMUM SPECIFICATIONS: BIDDER’S SPECIFICATIONS: (Please fill out basic or exceeding specifications. All wording must be written in column to the right and without confusion to avoid disqualification.) 01. YEAR/MODEL 01. YEAR/MODEL 2023-or New Model - Cargo Van Transit Standard Roof, 1500 (or equivalent/equal) Single rear wheels, 2WD, bulkhead with lockable door. Ford, Dodge-Ram (equivalent/equal) Maximum seating capacity of 2 FRONT _______________________________________________ _______________________________________________ 02. ENGINE 02. ENGINE Gasoline – 3.5 V6 Cylinder minimum 03. BODY 03. BODY as per Mfr. Engineered Designed wheel-base 136” GVWR 8550 Lb. minimum _______________________________________________ _______________________________________________ 04. SEATS 04. SEATS Driver and front passenger cloth bucket seats 05. INTERIOR 05. INTERIOR Color coordinated with exterior (must have driver partition) 06. TRANSMISSION 06. TRANSMISSION 9-10-speed Automatic 07. STEERING 07. STEERING Power steering 08. BRAKES 08. BRAKES Power brakes, front and rear, heavy-duty, rear anti-lock 09. TIRES 09. TIRES (5) as to Mrf required specs installed (4) wheel covers, standard or larger- this includes same full-size spare tire ______________________________________________ 10. BATTERY 10. BATTERY 12- Volt, heavy-duty, maintenance free, min. 11. AIR CONDITIONING 11. AIR CONDITIONING Factory-installed – front auxiliary, dash and panel mounted outlets. ______________________________________________ 12. DOORS 12. DOORS SIDE CARGO DOORS Driver, Passenger and Rear Double Doors ______________________________________________ 13. WINDOWS 13. WINDOWS Windows driver and Passenger ONLY ONLY: Front Driver and passenger GLASS NO OTHER WINDOWS _______________________________________________ _______________________________________________ 14. ALTERNATOR 14. ALTERNATOR 12 volt heavy-duty, 80 amp. hr. minimum 15. COLOR 15. COLOR White 16. GAUGES 16. GAUGES Page 27 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ CATEGORY “F” CONTINUED – SPECS.) MINIMUM SPECIFICATIONS: BIDDER’S SPECIFICATIONS: (Please fill out basic or exceeding specifications. All wording must be written in column to the right and without confusion to avoid disqualification.) 17. MISCELLANEOUS 17. MISCELLANEOUS A. Factory written warranty Standard Corrosion Warranty B. Day/night side mirrors C. ABS Brakes all 4 wheels & State inspection sticker D. Vinyl cover all floors E. Radio AM/FM stereo F. Cruise control G. Electronic Back-up Alarm - 97 decibels min. H. 15-gallon fuel tank minimum I. Day time running lights J. Towing Package K. Power windows & power door locks L. Hands free calling (Bluetooth) M. Rear view Camera System N. Tinted windows A. __________________________________________ B. __________________________________________ C. __________________________________________ D. __________________________________________ E. __________________________________________ F. __________________________________________ G. __________________________________________ H. __________________________________________ I. __________________________________________ J. __________________________________________ K. __________________________________________ L. __________________________________________ M. ___________________________________________ N. ___________________________________________ Page 28 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ CATEGORY “F” CAMERON COUNTY – MAINTENANCE & OPERATIONS (1) &MISC. DEPARTMENTS PRICE PAGE 2023-or NEW MODEL FULL SIZE CARGO VAN (Transit) We, the undersigned, submit the following bid for _____________________________________________________________________________________________________ _____________________________________________________________________________________________________ Vehicle Model and Identification Number _______________________________________________________________________ Maintenance & Operations Department: Unit Price: Full size cargo van, 2wd, bulkhead with lockable door. per vehicle: $____________._______ White Color Unit Price:____________________________________ DOLLARS and __________________________CENTS Miscellaneous Departments: Unit Price Full size cargo van, 2wd, bulkhead with lockable door. per vehicle: $_____________.______ White or Dark Blue Color Unit Price:____________________________________ DOLLARS and __________________________CENTS * Cameron County reserves the right and option to purchase additional vehicles for this category for the same price, terms and conditions for a period of one (1) year. Delivery Date: ______________________ Warranty Period: ___________________________________________________ Cost and period of Extended Warranty, if Available: ___________________________________________________________ The bid prices include all materials, delivery, and/or labor as set forth in the attached Specifications’ Packet and Instructions, and (title, registration, inspection sticker, license plates and all fees associated in obtaining). I have read all instructions and agree to comply with all the requirements. Date: ____________________________ Firm’s Representative: _____________________________________________________________________ (Signature) Title: _____________________________________________________________________ Name of Bidder: _____________________________________________________________________ Address of Bidder: _____________________________________________________________________ _____________________________________________________________________ (City/State/Zip Code) Page 29 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ CATEGORY “G” CAMERON COUNTY – MAINTENANCE & OPERATIONS (1) &MISC. DEPARTMENTS SPECIFICATIONS FOR: * 2023-or NEW MODEL- MID-SIZE CARGO VAN * Cameron County reserves the right and option to purchase additional vehicles for this category for the same price, terms and conditions. MINIMUM SPECIFICATIONS: BIDDER’S SPECIFICATIONS: (Please fill out basic or exceeding specifications. All wording must be written in column to the right and without confusion to avoid disqualification.) 01. YEAR/MODEL 01. YEAR/MODEL 2023-or New Model – Medium size, Cargo Van LWB (Transit) Regular Roof, Single rear wheels (or equivalent/equal) Maximum seating capacity of 2 front. _______________________________________________ _______________________________________________ 02. ENGINE 02. ENGINE Gasoline -2.0 liter minimum, 4-6 Cylinder minimum 03. BODY 03. BODY as per Mfr. Engineered Designed wheel-base 118” min. GVWR 5300 Lbs minimum _______________________________________________ _______________________________________________ 04. SEATS 04. SEATS Driver and front passenger cloth bucket seats (bulkhead) 05. INTERIOR 05. INTERIOR Color coordinated with exterior, bulkhead 06. TRANSMISSION 06. TRANSMISSION Automatic 07. STEERING 07. STEERING Power steering 08. BRAKES 08. BRAKES Power brakes, front and rear, heavy-duty, rear anti-lock 09. TIRES 09. TIRES (5) as to Mrf required specs installed (4) wheel covers, standard or larger- this includes same full size spare tire ______________________________________________ 10. BATTERY 10. BATTERY 12- Volt, heavy-duty, maintenance free, min. 11. AIR CONDITIONING 11. AIR CONDITIONING Factory-installed – front auxiliary, dash and panel mounted outlets. ______________________________________________ 12. DOORS 12. DOORS Right and left front side, sliding doors both sides of Cargo area, Rear Double doors ______________________________________________ 13. WINDOWS 13. WINDOWS Windows driver and passenger Windows on both double rear doors _______________________________________________ _______________________________________________ 14. ALTERNATOR 14. ALTERNATOR 12 volt heavy-duty, 80 amp. hr. minimum 15. COLOR 15. COLOR Dark Blue or White 16. GAUGES 16. GAUGES Page 30 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ CATEGORY “G” CONTINUED – SPECS.) MINIMUM SPECIFICATIONS: BIDDER’S SPECIFICATIONS: (Please fill out basic or exceeding specifications. All wording must be written in column to the right and without confusion to avoid disqualification.) 17. MISCELLANEOUS 17. MISCELLANEOUS A. Factory written warranty Standard Corrosion Warranty B. Rear view mirror, day/night side mirrors C. ABS Brakes all 4 wheels & State inspection sticker D. Vinyl cover all floors E. Radio AM/FM stereo F. Cruise control G. Electronic Back-up Alarm - 97 decibels min. H. Fuel tank 15 gallon minimum I. Day time running lights J. Towing Package K. Power windows & power door locks L. Hands free calling (Bluetooth) M. Rear view Camera System N. Keyless door open A. __________________________________________ B. __________________________________________ O. __________________________________________ P. __________________________________________ Q. __________________________________________ R. __________________________________________ S. __________________________________________ H. __________________________________________ I. __________________________________________ J. __________________________________________ K. __________________________________________ L. __________________________________________ M. ___________________________________________ N. ___________________________________________ Page 31 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ CATEGORY “G” CAMERON COUNTY – MAINTENANCE & OPERATIONS (1) &MISC. DEPARTMENTS PRICE PAGE 2023-or NEW MODEL, MID-SIZE CARGO VAN We, the undersigned, submit the following bid for _____________________________________________________________________________________________________ _____________________________________________________________________________________________________ Vehicle Model and Identification Number _______________________________________________________________________ Maintenance & Operations Department: Unit Price: Medium size cargo van, 2wd, bulkhead with lockable door. per vehicle: $____________._______ White Color Unit Price:____________________________________ DOLLARS and __________________________CENTS Miscellaneous Departments: Unit Price Medium size cargo van, 2wd, bulkhead with lockable door. per vehicle: $_________.______ White or Dark Blue Color Unit Price:____________________________________ DOLLARS and __________________________CENTS * Cameron County reserves the right and option to purchase additional vehicles for this category for the same price, terms and conditions for a period of one (1) year.. Delivery Date: ______________________ Warranty Period: ___________________________________________________ Cost and period of Extended Warranty, if Available: ___________________________________________________________ The bid prices include all materials, delivery, and/or labor as set forth in the attached Specifications’ Packet and Instructions, and (title, registration, inspection sticker, license plates and all fees associated in obtaining). I have read all instructions and agree to comply with all the requirements. Date: ____________________________ Firm’s Representative: _____________________________________________________________________ (Signature) Title: _____________________________________________________________________ Name of Bidder: _____________________________________________________________________ Address of Bidder: _____________________________________________________________________ _____________________________________________________________________ (City/State/Zip Code) Page 32 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ CATEGORY “H” CAMERON COUNTY – MISC. DEPARTMENTS SPECIFICATIONS FOR: *2023-or NEW MODEL- CROSSOVER (MIDIUM-SIZE) VEHICLE * Cameron County reserves the right and option to purchase additional vehicles for this category for the same price, terms and conditions. MINIMUM SPECIFICATIONS: BIDDER'S SPECIFICATIONS: (Please fill out basic or exceeding specifications. All wording must be written in column to the right and without confusion to avoid disqualification.) 01) YEAR/MODEL: 2023-or New Model - Crossover Medium-Size SUV – Ford –Escape, or Chev Traverse or Equinox, Mazda CX5 or 7 or equivalent/equal, 2 x 4, 4 Door, Rear doors w/ child safety locks Must seat a minimum of 5 persons (adults) 01) YEAR/MODEL: ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ 02) STYLE: Power disc & anti-lock system 02) STYLE: 03) ENGINE: Gasoline – unleaded 4 Cylinder or Inline Minimum., 2.7 Liter minimum 03) ENGINE: ___________________________________________ 04) TRANSMISSION: 3 or 4 – speed, Automatic w / overdrive 04) TRANSMISSION: 05) ELECTRICAL SYSTEM: Maintenance-free battery 12-volt alternator, 95 amp. Min. 05) ELECTRICAL SYSTEM: ___________________________________________ 06) SEATS: Cloth 06) SEATS: 07) WHEELS / TIRES: (5) P235X75R15 – factory standard radials w/ jack spare & wheel covers 07) WHEELS / TIRES: ___________________________________________ 08) GAUGES: Standard 08) GAUGES: 09) COLOR: Dark Blue or White (interior to be coordinated appropriately) 09) COLOR: 10) STEERING: Power steering 10) STEERING: 11) FUEL TANK: 15 gallons (min) 11) FUEL TANK: 12) A. B. C. D. E. F. G. H. I. J. MISCELLANEOUS: Day & night rear view mirror Factory written warranty for standard corrosion warranty Complete spare tire, jack, and tool ABS Brakes on all 4 wheels & State inspection sticker Carpet Flooring Seat belts Sun visors Left/right outside side view mirrors Front & rear bumpers AM/FM radio w/ antenna, speakers, installed 12) A. B. C. D. E. F. G. H. I. J. MISCELLANEOUS: ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ Page 33 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ CATEGORY “H” (CONTINUED) MINIMUM SPECIFICATIONS: BIDDER'S SPECIFICATIONS: (Please fill out basic or exceeding specifications. All wording must be written in column to the right and without confusion to avoid disqualification.) K - L - M - N - O - P - Q - R - S – T- U - Air conditioning & Aux. Heater / A/C front & Rear Electronic backup alarm - 97 decibels minimum. Vinyl floor mats – H/D Heavy duty radiator Intermittent Wipers Power Windows Power door locks Cruise Control Day time running lights Rear view Camera System Hands free calling (Bluetooth) 14) K- L - M - N - O - P - Q - R - S - T - U – MISCELLANEOUS: ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ ___________________________________________ Page 34 of 74 BID # 231002 – Purchase of Vehicles for Cameron County Departments Bidder’s signature/initials: _______ CATEGORY “H” CAMERON COUNTY – MISC. DEPARTMENTS PRICE PAGE 2023-or NEW MODEL CROSSOVER VEHICLE (4 DOOR& 1 REAR DOOR) We, the undersigned, submit the following bid for _____________________________________________________________________________________________________ ____________________________________________________________________________

1100 E. Monroe St, 3rd Floor, Room 345, Brownsville, Texas 78520Location

Address: 1100 E. Monroe St, 3rd Floor, Room 345, Brownsville, Texas 78520

Country : United StatesState : Texas

You may also like

PURCHASE OF 2 LEASED VEHICLES.

Due: 29 Mar, 2029 (in about 4 years)Agency: OFFICE OF THE SECRETARY

Light Vehicles

Due: 06 May, 2024 (in 6 days)Agency: Government of Quebec

CARS, TRUCKS, VANS, SUVS, CAB CHASSIS, & OTHER VEHICLES

Due: 08 Nov, 2025 (in 18 months)Agency: Department of Enterprise Services

Please Sign In to see more like these.

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