request for proposal - fy19-0607 page 1 · request for proposal fy19-0607 – eight (8) 2020...
TRANSCRIPT
Request for Proposal - FY19-0607 Page 1
Title and Summary
Request for Proposal No: FY19-0607
Request for Services Title: Eight (8) 2020 Tri-Axle Dump Trucks
Invitation to Bid As Follows:
Publication: 5/17/2019 http://www.orangeburgcounty.org/
5/17/2019 The Times & Democrat
5/20/2019 SCBO
Invitation Composition: Request for Proposal (FY19-0607) - is composed of the following:
Title and Summary pages
Code Articles 1 through 7
Scope of Work
Vendor Qualifications and Information
Evaluation Factors
Certification of No Exceptions
Certification of Preference(s)
Addendum Acknowledgement
Invitation Amendments: If any, will be published/posted on the following:
http://www.orangeburgcounty.org/
Bulletin boards located in/on:
Basement Floor, Procurement Office
Contracting Entity: Orangeburg County, South Carolina (“Owner”)
A political subdivision of the State of South Carolina
Procurement Coordinator: Procurement Director Jessica Ferris
Orangeburg County Procurement Office
1437 Amelia St. (“Administrative Center”)
Orangeburg SC 29115
(803) 533-6121 Office Phone Number (803) 535-2307 Office Fax Number [email protected]
Request for Proposal - FY19-0607 Page 2
Pre-Submission of Qualifications
• Requirements:
No Pre-Bid Meeting
• Questions: If bidders have questions, same shall be directed to
the Procurement Director -
Mode of Communication via e-mail only
No later than Thursday, May 30, 2019
• Submission Composition: Each submitted proposer is required to be composed of the following, including fully completed and executed forms:
Code and Articles Acknowledgment
Certification of No Exceptions
Vendor Qualifications Responses
Certification of Preference(s)
Acknowledgment of RFP Amendments Form
Bid Security
• Submission Deadline: Friday, June 7, 2019 at 2:00PM
• Submission Location: Procurement Office, Basement Floor,
1437 Amelia Street, NE, Orangeburg, S.C.
• Opening Time: 2:05PM Friday, June 7, 2019
• Opening Location: Procurement Office, Basement Floor,
1437 Amelia Street, NE, Orangeburg, S.C.
Request for Proposal - FY19-0607 Page 3
Scope of Work
Request for Proposal FY19-0607 – Eight (8) 2020 Tri-Axle Dump Truck – Orangeburg County
Specs for the 2020 Tri-Axle Dump Truck for Orangeburg County Public Services
Type: Full Truck Description 1: Tri-Axle Spec
Commodity: Gravel/Crushed Rock/Sand
Body Type: End Dump
Length: 18 ft Height: 13.5 ft
Max Laden Weight: 4000 lbs
Restrictions Length: 120 ft Width: 102 in Height: 13.5 ft
Chassis Front Axle Load: 20,000 lbs Rear Axle Load: 46,000 lbs
GCW: 86,000 lbs Road Conditions:
Class A (Highway): 80 Class B (Hwy/Mtn): 15
Class C (Off-Hwy): 5 Class D (Off-Road): 0 Maximum Grade: 7 Wheelbase: 232 in
Overhang: 61 in Front Axle to BOC: 74 in
Cab to Axle: 158 in Cab to EOF: 219 in
Overall Comb. Length: 341.5 in Special Req.: US Domestic Registry, 50-State
CARB Idle Emissions Reduction- Cummins Non-Sleeper Rear Axle Capacity less than 59K
Request for Proposal - FY19-0607 Page 4
Scope of Work (Cont’d)
Request for Proposal FY19-0607 – Eight (8) 2020 Tri-Axle Dump Truck – Orangeburg County
X15 505 2017 505@2000 1650@1150
With Intebrake, Diagnostic Plug for data link, Oil Cooler, Aluminum Flywheel Housing,Vocational Performance Series,
N09260 P14 Maximum Accelorator Pedal N09440 P11 Engine Protection Shutdown
N09460 P06 Gear Down Protection N09300 P19 64…Max Cruise Speed
N09720 P230 Enable Hot Ambient Automatic N09480 P26 1400 Max PTO Speed (P26)
N09580 P32 Timer Setting N09560 P520 Enable Idle Shutdown Park Brake N09600 P233 Enable Impending Shutdown WA
N09780 P47 80 High Ambient Temperature N09740 P46 0 Low Ambient Temperature
N09200 N205 120 Standard Maximum Speed Limit N09620 P234 0 Timer Impending Shutdown
N09360 N203 252 Reverse Speed Function Reset N09640 P516 0 Engine Load Threshold (P516) N09400 N206 10 Maximum Active Distance N09420 N201 0 Reverse Speed Limit Offset
N09760 P56 60 Intermediate Ambient Tempera N09240 P13 120 Hard Maximum Speed Limit
N09380 N202 0 Maximum Cycle Distance N09220 N207 0 Expiration Distance N09540 N209 0 Expiration Distance
Premier Spec Effective VSL Setting NA
Engine Idle Shutdown Timer Enabled Enable EIST Ambient Temp Overrule
Eff EIST NA Expiration Miles Air Compressor: Cummins 18.7 CFM, Naturally Aspirated for Cummins X15 Engines
Air Cleaner: Composite firewall mounted PACCAR or Cummins Engines Pre-Cleaner mounted in the Hood Plenum
Fan Hub: Horton 2-Speed for X-15 Cooling Module: 1330 Square Inches: Includes aluminum radiator core, Aluminum Charge air cooler,
translucent surge tank and washer bottle, silicone hoses, and extended life coolant Exhaust:2017 EPA RH Under DPF/SCR w/ RH: Side of Cab vertical Tailpipe w/ Daycabs, extended
daycabs, or modular sleepers Tailpipe: 5in Single 24 in 45 degree curved
Fuel Filter: Customer Supplied or None: Fuel/Water Separator ISX12N Only Run Aid: None (For Fuel Filter) Start Aid: None (For Fuel Filter)
Alternator: PACCAR 160 amp, brush type Batteries: 3 PACCAR GP31 threaded post (700-730): 2100-2190 CCA Dual Purpose
Starter: PACCAR 12-Volt Electrical System w/ centralized power distribution incorporating plug-in style relays. Circuit protection for serviceability, 12-volt light system w/ circuit protection circuits
number and color coded.
Request for Proposal - FY19-0607 Page 5
Scope of Work (Cont’d)
Request for Proposal FY19-0607 – Eight (8) 2020 Tri-Axle Dump Truck – Orangeburg County
12V Low Voltage disconnect for starter battery protection Remote PTO/Throttle, 12-PIN, Engine Bay Remote Control Provision
Decline Driver Performance Assistant (DPA)
Transmission and Clutch: Transmission: Allison 4500RDS 6-Speed w/o retarder, w/PTO provision. 5th Generation. For
vocational applications. Includes shift control, transmission oil temperature gauge, oil level sensor and heat exchanger. Transynd transmission fluid is standard on all Allison 1000, 2000, 3000, and 4000
series transmissions. Driveline: 3 Dana 1810 heavy duty W/2: Centerbearings *heavy duty is 1810HD Series
Torque Converter included with Allison Transmission Push Button Control Center Console Mounted: Class 8 with Allison Transmission
Delete Allison Fuel Sense J1939 Park Brake Auto Neutral
Front Axle and Equipment: Dana Spicer D2000 Front Axle rated 20K Standard track
Front Brakes: 22K Bendix ES S-Cam 16.5x6in Front Brake Drum: 22,000 lbs. 16-1/2x6 in Cast.
Fronts Hubs Iron hub pilot 20,000 lbs. 10 Bolt 16.5x6in or 7 in or air disc brakes. 10 Bolt, 11-1/4 in Bolt circle. Consider Wheelguards (5850002) with Aluminum wheels.
ConMet PreSet Plus Hub Package: Front Axle Hubcap: Front Vented
Front Auto Stack Adjuster Front Springs: Taperleaf 20K w/ Shock Absorbers w/ maintenance-free elastomer spring pin
brushings. Standard with rubber pins except for C500 which has threaded pins. Not available on W900L. W900B use 2866021.
Duel Power Steering Gear: 16-22K Sheppard HD94. Heavy Duty, not for use on T3 Power Steering Cooler: Radiator Mounted Air to Oil
Threaded Bushings for Taperleaf Spring: 16K, 18/20K, 22K, 40K replacing rubber
Rear Axle and Equipment: Dual Dana Spicer D46-172HP rear axle rated at 46K. w/ 16mm housing and 2.06 in shaft diameter.
Includes pump. Tandum rear axles. Rear Axle Ratio- 4.78
Dual Rear Brakes 16-1/2x7 in to 46K: Bendix ES-Extended Service S-cam Dual Rear Brake Drums: Cast.
Dual Rear Hubs: Aluminum hub pilot 46K : 11-1/4 in Bolt Circle ConMet PreSet Plus Hub Package: Dual Rear Axle
Duel Rear Axle Automatic Slack Adjusters Spring Brake: 3030 High Output Dual Bendix 4S/4M anti-lock brake system
Inverted chambers for 16-1/2 x 7 in brakes: Replaces standard mount w/ higher mount Interaxle Driveline:1 Dana 1710 Series
Wheel Differential Lock for Dana Spicer Axles: D-40-170(P) D46-170 (H)(P)(WT) forward rear axle Tandem Hendrickson HAULMAAX (HMX) 460 46K 54 in axle spacing. With shocks, track rods, rubber
bolster bushings and 18.5 in saddle height. Unladen Height: 12.6 in Laden Height: 11.5 in 1 Steerable Pusher Watson Chalin Tru Track 20K SL2065
Request for Proposal - FY19-0607 Page 6
Scope of Work (Cont’d)
Request for Proposal FY19-0607 – Eight (8) 2020 Tri-Axle Dump Truck – Orangeburg County
1 Steerable Pusher Brakes: Bendix Non-RSD 16.5x6 in use with 20K axle 1 Steerable Pusher Cast Brake Drums. 16.5x6 in for use with 20K axle
1 Steerable Pusher Hubs Iron Hub Pilot 10-Hole 11.25 in bolt Circle For Use with 20K axle `Pusher or Tag: Gauge/Switch and Pressure Regulator Dash-Mounted. Reduces gauge count by 7 (1-
Gauge, 6 regulator mounting panel) 1st Pusher Location: 51 in from c/l forward tandem axle or single rear axle
Tires and Wheels
Front tires: Bridgestone M870 425/65R22.5 20 PR: 44.9 in Diameter, All position. On/Off Highway. Wide-Based tire 20.76 in SLR
Rear Tires: Bridgestone M799 11R24.5 16PR: 44 in diameter, all position, 20.5 in, SLR 1 Steerable Pusher: 2 Bridgestone R268 Ecopia: 11R22.5 16PR. 41.2 in diameter, 19.5 in SLR all
position. Rear Tire Quantity: 8
Front Wheel: Alcoa 82462 22.5x12.25 aluminum, with LM One Finish, Hub-Pilot Mount. 11,000 lbs maximum rating 5.8 in offset. Air disc brake compatible.
Rear Wheel: Accuride 41362/50409 24.5x8.25 Aluminum outside with Standard Polish/ACCU-LTE Steel
Armor Powder Coat Inside, Hub Pilot mount 7,400 lbs maximum rating. Includes wheel guards. Air Disc brake compatible
1 Steerable Pusher Wheel: 2 Alcoa 88367: 22.5x8.25, Aluminum with LM One Finish. Hub-Pilot Mount 7,400 lbs Maximun Rating
Rear Wheel/Rim Quality: 8
Frame and Equipment
Frame Rails: 10-3/4 x 3-1/2 x 3/8 in Steel 285 in to 336 in Truck frame weight is 3.48 lbs –in per pair of rails. Section modulus is 17.80, RBM is 2,132,000 in –lbs per rail. Frame rail availability may be
restricted based upon application, axle/suspension capacity, fifth wheel setting, or component/dimensional specifications. The results of the engineering review may result in a change
to the requested frame rail. If a change is requires, please advise. Full Street Insert: For 10-5/8 in or 10-3/4 in to 285 in to 336 in or 2nd Insert for 11-5/8 in steel frame.
Adds 1,149,000 in-lb to main rail RBM. Truck insert weight is 2.05 lb-in per pair of rails. Full frame insert length is equal to wheelbase plus rear frame cutoff plus dimension forward of front axle by
model: T660, T680, T800, and T880=21.26 in; C500B=bumper setting minus .79 in; W900B=5.27 in; W900L=1.50 in; W900S=3.27 in; T440/T470 50 in bumper setting=21.26 in, T470 73 in, bumper
setting= 73.3 in Bumper: Straight Aluminum Channel. Requires a bumper setting code
48.5 in Bumper Setting. Requires a Bumper code Front Mudflaps
Battery Box Cantilever Aluminum BOC with fiberglass cover Battery Box Location: RH Side
T470, C5, T6, T8 non-polished DPF/SCR or CNG Cover Diamond Plate with Step. For use with 2010 or later exhaust systems. For T8, use extended length non-polished battery box on opposite rail to match
the length of under cab components. End plates will be painted standard black frame color. Rear Mudflap Arms: Betts B-25 Standard Duty, straight. Includes B1732 Mounting brackets as
standard.
Request for Proposal - FY19-0607 Page 7
Scope of Work (Cont’d)
Request for Proposal FY19-0607 – Eight (8) 2020 Tri-Axle Dump Truck – Orangeburg County
Rear Mudflap Sheilds: White Plastic antisail
Square End of frame without Crossmember; non-towing
Fuel Tanks and Equipment
Fuel Tank: 135 US Gallon 24.5 in aluminum under replace. Class 8 Fuel Tanks without locking caps include an anti-siphon device on the filler neck. A third tank support is required with this tank unless
heavy duty 7 in wide supports are specified. Medium Round DEF Tank 20.7 Gallons of Usable Volume. The DEF tank will be located on the side
you specified. Standard DEF to fuel fill ratio: 2:1 or greater
Anti-Siphon Device Swaged in Place; For any number of Fuel Tanks DEF Tank Location is on the LH
Location: 135 gallon fuel tank LH under Cab
Cab and Equipment
Cab: Stamped out aluminum cab with panoramic curved glass windshield. Standard with stamped aluminum doors, heavy duty in-swinging hinges, and triple sealed doors. Manufactured using self-
piercing rivets and structural adhesive. Includes LED exterior marker lights and turn signals. Hood: T880 Standard Length with Mechanically fastened Fenders. 122.6 in BBC
Cab HVAC-Day Cab and 40 in Sleeper System with Defrost, A/C, and 48,000 BTU/hr Heater. Includes automatic temperature control with one touch defrost operation and dash mounted cab temperature
and solar intensity sensors. Pleated fresh air filter and cabin recirculation air filter standard. Steering Wheel: 18 in 4-spoke
Column Mtd Retarder Control, RH Side Adjustable telescoping tilt steering column
5 Sets of Keys. Replaces standard 2 sets of Keys. Two Spare Switched: Wired to power
Gauge: Axle to oil temperature, dual-drive axle. (2 gauges) with integral warning light. Performance Center: 5 in Full Color high resolution Thin Film Transistor (TFT) active matrix display with advanced driver information including fuel economy performance, outside air temp, clock, odometer and trip, engine hour meter, ignition timer, engine RPM, general truck information,
diagnostics, and gear display. Instrumentation and Control Package with 9 standard easy-read gauges: includes speedometer, tachometer, fuel gauge, engine coolant temp, engine oil pressure, voltmeter, dual air pressure, air application pressure and DEF gauge. All accessory controls utilize electronically activated solenoids
that include advanced vehicle protection interlocks. Interior Color: Slate Grey
Interior Package: Vantage Daycab: Includes durable headliner and vinyl sidewalls with geometric patterned trim and anodized aluminum accents throughout. Convenient overhead storage cubbies, full size glove box, two center console cupholders, and large door pad map pocket. Standard LH/RH power windows, electric door locks, interior LED lighting, nighttime-friendly red ambient lighting for
dash and footwell, and door mounted courtesy light.
Request for Proposal - FY19-0607 Page 8
Scope of Work (Cont’d)
Request for Proposal FY19-0607 – Eight (8) 2020 Tri-Axle Dump Truck – Orangeburg County
Rubber Floormat Driver Seat: GT701 HB with Vinyl Material. The GT701 is standard with a single air bag, scissor
linkage seat suspension. It includes a single chamber lumbar support 10 in Fore/Aft adjustment, 7 in Up/Down adjustment, 2.5 in pan extension, 51 degree sear back recline, and 16 degree full sear tilt.
Includes 3-point matching seat belts. DR seat standard with dual armrests Rider Seat: GT100 Tubeframe IB with Vinyl Material: The GT100 seats are standard with fixed base.
Includes 3-point matching seat belts. Rider seat standard with LH armrest. Seat Color: Slate Gray with Gray Stitching
Driver and Rider Seat Belts: Orange Seat Belts Airline fitting: At driver seat
Radio with AM/FM/WB/USB and Bluetooth Base Level Audio System-Daycab: High Performance Door Speakers
Ashtray Insert: With Cigar lighter located in center console. Deletes 1 12V outlet and 1 Cupholder Non-self cancelling turn signal: With Column mounted headlight dimmer switch and intermittent
wiper control. LH and RH Trip Ledge Rain Deflectors
TruckTech+: Remote Diagnostics System provides the Worlds Best reporting of engine and aftertreatment fault codes, as well as enhanced support for the truck owner through rapid
communication of fault severity and recommended actions. Grabhandle: LH Exterior, Side of Cab-Ergonomic Grab Handle Mounted to the Left Hand Exterior of
the Cab for Entry and Exit. Dual Cab Interior Grabhandles: A Pillar Mounted Dash Wrap and B Pillar Mounted Grabhandles
Daylite Door with Standard LH/RH electric door locks and LH/RH electric window controls Dual rectangular air horn 23 in LH and RH top of roof
Look-Down, Passenger Door, Black 11x6 Aero Mirror: Dual Aerodynamic Motorized heated mirrors, 7 in x 13 in with cab color mirror shell
and black mirror arms. Also includes LH/RH heated 6inx7in convex mirrors. Mirror Brackets set for 8-1/2 ft load width. Mirror controls located on driver side door pad.
Rear cab stationary window 19 in x 36 in One-Piece bonded-in windshield with curved glass
Wheelwell Fender Extension: 4.5 in Cab/Sleeper air Suspension
Lights and Instruments
Headlamps: SAE Dual halogen Complex Reflector Marker Lights: Five, rectangular, LED
Turn Signal Lights: Flush mounted LED mounted at top of fender wheel arc LED Stop, Turn, Tial: With Two LED Backup lights and with an LED license Plate
Marker Lights: Interrupter Switch Electric Backup Alarm: Meets SAE J994 and OSHA requirements
Air Equipment
Air Dryer: Bendix AD-IS Extended Purge Heated with PuraGuard Moisture ejection valve: Two Bendix DV-2 drain valves on service tanks use with AD-IS only.
Heated. Nylon air tubing in frame and cab, excluding hoses subject to excessive heat or flexing.
Request for Proposal - FY19-0607 Page 9
Scope of Work (Cont’d)
Request for Proposal FY19-0607 – Eight (8) 2020 Tri-Axle Dump Truck – Orangeburg County
Miscellaneous
Warning Triangle reflector kit: Shipped Loose One 5 lbs dry chemical type fire extinguisher mounted inboard of driver seat. Class ABC
CECU/VECU Electronics Architecture
Paint
Paint Color: Cab: Orange Body: Black
Bumper Unpainted Day Cab Standard Paint
Color Paint-Day Cab Base Coat/Clearcoat
Dump Body
Furnish and install 17’ long x 48” high sides Tandem Chassis 144” C/T
Add Options: Complete 3/16” Hardox AR-450 body in lieu of high tinsel steel
2” x 8” Side boards installed to taper the last 24” to 4” at the rear painted black Air tailgate 3/16” Hardox AR-450(sloping) with high lift option
Asphalt apron bolt on style with 30 degree angle Mountain Tarp, Electric tarp system with bent arms, asphalt tarp and tarp tensioner installed
4-Corner LED strobe light system installed 2 in truck grill and in rear corner post of body EZ Step access installed on rear of body and in front of drop axle
Air operated body vibrator installed on bed with switch in cab Amber strobe light installed on cab shield
ICC under ride protection bumper installed with back up alarm Asphalt taper on rear of body
Painted Black HYVA 3,500PSI ECO hoist system with anti-burst protection and hoist stabilizer installed
Note: Tarp arms to be installed on center rail of side for protection
Tamd
Request for Proposal - FY19-0607 Page 10
PLEASE RETURN FORM WITH PROPOSAL
Code and Articles
Request for Proposal FY19-0607 – Eight (8) 2020 Tri-Axle Dump Truck – Orangeburg County
Incorporation by Reference
Articles 1 through 5 and 7 of the Code are incorporated by reference as if set forth verbatim
in this RFP. As stated in the Code, by submitting a proposal, the vendor agrees that the Code
governs this procurement from solicitation through completion of the resulting contract,
including disputes, if any. ACCESS TO CODE. On November 16, 2009, Orangeburg County
Council, the governing body of Orangeburg County, repealed all aspects of its procurement
policy and enacted the Orangeburg County Procurement Code (the “Code”). The
Code may be accessed online without charge at
http://www.orangeburgcounty.org/Purchasing/code.html. In addition, a copy of
the Code is available for review without charge at the Office of the Procurement
Director. If neither of those options meets your needs, a hard-copy of the Code is
also available for purchase at the Office of the Procurement Director.
Method of Source Selection
The source selection method applicable to this procurement is Competitive Sealed Bid,
§5-301 of the Code.
The undersigned vendor understands and agrees to be bound to the Code in all
matter arising from the RFP identified above.
______________________________________________________
Printed Vendor Name
______________________________________________________
Signature of Vendor’s Authorized Agent
______________________________________________________
Printed Name of Vendor’s Authorized Agent
______________________________________________________
Title with Vendor of Vendor’s Authorized Agent
Request for Proposal - FY19-0607 Page 11
PLEASE RETURN FORM WITH PROPOSAL
Vendor Qualifications and Information
Request for Proposal FY19-0607 – Eight (8) 2020 Tri-Axle Dump Truck – Orangeburg County
Vendor shall provide with its proposal, the following which should be collated, fastened together and clearly labeled “Vendor’s Certification of Qualifications and Information for RFP No. FY19-0607:
1) Three positive client references.
2) Vendor’s current organizational chart and a description of the general history of the vendor.
3) Documentation of the vendor’s financial stability, such as a copy of its most recent annual report
4) A description of any litigation within the last 10 years to which vendor has been a party
5) Certificate of Insurance showing Workmen’s Compensation Coverage
6) Please provide turnaround time for completing the build
Request for Proposal - FY19-0607 Page 12
PLEASE RETURN FORM WITH PROPOSAL
Evaluation Criteria
Request for Proposal FY19-0607 – Eight (8) 2020 Tri-Axle Dump Truck – Orangeburg County
If the County decides to go forward with the procurement, the award shall be made to the vendor whose proposal the County determines to be the most advantageous to the County taking into consideration the evaluation factors stated in this section. The evaluation shall be based in part on the County’s review and/or verification of the Vendor Qualifications Responses. The factors to be considered in evaluating proposals are as follows, and are list in order of relative importance:
1. Comparative experience of vendor similar to that described in the Scope of Work 2. Competitive pricing 3. Qualitative evaluation of vendor based on vendor’s response to Vendor Qualifications and
Information and by responses County obtains from questioning vendor’s submitted references.
4. Comparative experience of proposed key staff 5. Vendor’s financial stability
6. Vendor’s willingness, in connection with the Scope of Work, to (1) include Orangeburg County
residents in its employment and (2) obtain its supplies from within Orangeburg County.
Note: The method of selection, Request for Proposal, does not require a numerical weighting
for each factor. See Code §5-304.7.
Request for Proposal - FY19-0607 Page 13
PLEASE RETURN FORM WITH PROPOSAL
Certification of No Exceptions Request for Proposal FY19-0607 – Eight (8) 2020 Tri-Axle Dump Truck – Orangeburg County
The Code requires vendors to give written notice with a submission if vendor will not accept a term of the RFP and the incorporated Code as a contract term. See Code §4-302. In connection with that requirement, a vendor must complete this certification and include it in its submission. Vendor certifies the following regarding its proposal(s):
1. Vendor AGREES to all of the terms of the RFP (including the incorporated Code terms) and takes NO EXCEPTIONS: ____ Yes ____ No
2. Vendor does NOT AGREE to all of the terms of the RFP (including the incorporated Code terms), and a COMPLETE LIST OF VENDOR’S EXCEPTIONS to same are listed and described below:
____ Yes ____ No
Identification of Excepted Vendor’s Term Description of vendor’s substituted term Initials
Exception 1: Exception 2: Exception 3: Exception 4: Exception 5:
The undersigned vendor hereby certifies that the above-listed exceptions comprise the only exceptions vendor has to the RFP (including the incorporated Code terms). The undersigned vendor understands and agrees that if it is the successful vendor, its attempt to claim any exceptions other than those listed above, shall result in the County having the right to claim the bid security bond, retract the intent to award or award, award to another vendor, and suspend and/or debar the vendor. ______________________________________________________ Printed Vendor Name ______________________________________________________ Signature of Vendor’s Authorized Agent ______________________________________________________ Printed Name of Vendor’s Authorized Agent ______________________________________________________ Title with Vendor of Vendor’s Authorized Agent
Request for Proposal - FY19-0607 Page 14
PLEASE RETURN FORM WITH PROPOSAL
Certification of Preference(s) Request for Proposal FY19-0607 – Eight (8) 2020 Tri-Axle Dump Truck – Orangeburg County
The Code authorizes specific preferences. See Article 3. If a vendor is qualified for one or more preferences
and desires to exercise the preference(s), then the vendor must complete and submit this form with it proposal. If a vendor is either (1) not qualified for any preference OR (2) is qualified, but does not desire
to exercise any preference, then the vendor does not need to complete or submit this form with its
proposal.
Vendor is qualified for and desires to exercise the following preference(s) as vendor has marked, below:
Preference 1. Vendor is a resident of the State of South Carolina: ____ Yes ____ No
Preference 2. Vendor is a resident of Orangeburg County, SC: ____ Yes ____ No
Preference 3. Vendor is an MBE (Minority Business Enterprise): ____ Yes ____ No
The undersigned vendor hereby certifies that vendor is qualified for the preference(s) above to which the
vendor has indicated “Yes”. In addition, the undersigned vendor understands and agrees that if it is not qualified for a preference, but claims to be qualified for a preference on this form, the County shall have
the right to suspend and/or debar the vendor in accordance with the Code.
_____________________________________________
Printed Vendor Name
______________________________________________________ __________________ Signature of Vendor’s Authorized Agent Date of Signature
______________________________________________________
Printed Name of Vendor’s Authorized Agent
______________________________________________________
Title
Request for Proposal - FY19-0607 Page 15
PLEASE RETURN FORM WITH PROPOSAL
Addendum Request for Proposal FY19-0607 – Eight (8) 2020 Tri-Axle Dump Truck – Orangeburg County
Vendor acknowledges receipt of the follow Addendum to the above-described procurement, agrees that
same is/are hereby incorporated and made a part of the above-described procurement as if the
Addendum had been included in the original procurement documents:
Addendum No. Addendum Date Initials of Vendor’s Authorized Agent
__________ ____________ ____________________________
__________ ____________ ____________________________
__________ ____________ ____________________________
Vendor shall submit a completed Addendum Acknowledgement form with its submission. Vendor may be disqualified from this procurement unless vendor submits a completed Addendum Acknowledgement form referring to this Addendum with vendor’s proposal.
___________________________________________
Printed Vendor Name
___________________________________________
Signature of Vendor’s Authorized Agent
___________________________________________
Printed Name of Vendor’s Authorized Agent
___________________________________________
Title with Vendor of Vendor’s Authorized Agent