<<

BID SPECIFICATIONS

PURCHASE 4-WHEEL DRIVE PICKUP TRUCK WITH PLOW

The County of Hancock, Maine is seeking bids for the purchase of one (1) 2019 model year 3/4 ton regular Cab with 8’ utility body, 4-wheel drive pickup truck. Unless otherwise indicated, the vehicle shall meet the following minimum criteria. For items not specifically listed below, the manufacturer’s "standard equipment" is acceptable.

The vehicle’s GVW shall not be less than 9,200lb. The shall be regular cab 8’ utility bed with standard wheel base.

The engine shall be fuel injected and not less than 6.0 liter V8. The transmission shall be not less than 6 speed automatic with overdrive and the rear axle shall have a gear ratio between (inclusive of) 3.73 and 4.10.

1. Engine gauges, a. Ammeter or Voltmeter, b. Water Temperature, c. Engine Oil Pressure. 2. Delay (intermittent) wipers. 3. AM/FM, stereo radio with clock. 4. Locking rear differential. 5. Outside Air Temperature Display. 6. Trip odometer. 7. Cloth bench seat with good quality canvas seat covers with vinyl floor. 8. Air Conditioning. 9. Power Windows. 10. Cruise Control. 11. Remote Keyless entry with 2 transmitters with remote start. 12. Daytime running lamps. 13. Electronic rear window defogger. 14. Integrated trailer brake controller. 15. Fuel tank(s) capacity of not less than 32 US gallons. 16. Flat non tubular running boards. 17. Cargo area light. 18. The 8’ utility body shall be provided with a slip resistant spray in bed liner and optional . 19. Snow Plow. The truck shall be equipped and setup in accordance with the manufacturer’s specifications to accommodate a V snow plow. The truck shall be provided by the manufacturer with the manufacturer’s standard plow preparation package installed. The plow shall be equipped with replaceable cutting edges. The plow shall be equipped with mounting equipment, lights and controls installed and fully operational. The plow controller shall be the hand held style. The plow shall be equal to Fisher model 8’6” minute mount XV2 v plow with shoes. As part of the snow plow package the truck’s alternator shall be not less than 200 amp capacity. 20. Body mounted steel headache rack with 2 led 4”x4” work lights. 21. 2 Federal Signal Led Pulsator sae w3-2.12 or equivalent, Amber flashing lights, mounted to the previously specified headache rack one on each side. 22. Side mounted mirrors shall be power adjustable and heated. 23. Power steering. 24. Power Brakes. 25. Heavy duty cooling system including an auxiliary transmission cooling radiator. 26. Full size spare and wheel. 27. Towing Package. The truck shall be equipped and setup in accordance with manufacturer's specifications for a ball hitch trailer system, to accommodate the maximum weight trailer and load allowed by the manufacturer, based on the vehicles GVW, engine and transmission combination, including, at a minimum, a Class V box receiver hitch and standard 7 prong trailer electrical receptacle. 28. The vehicles warranty coverage shall be not less 3 years or 36,000 miles (whichever comes first). 29. Vehicle color will be a single color selected from the dealer's standard color chart at the time of order. 30. The vehicle shall be marked with a minimum 8 inch (200 mm) wide horizontal band of high gloss white paint or white reflective tape (Retroreflective, ASTM-D 4956-09, Standard Specification for Retroreflective Sheeting for Traffic Control, Type III & above) must be used around the vehicle's surface. Figures 1 shows the suggested location for the horizontal reflective band.

Figure 1

31. The driver and passenger doors shall be marked with the airport logo with self-adhesive vinyl. The airport will provide the logo in digital format. 32. UHF/VHF Radios. The vehicle shall be supplied with one (1) mounted UHF radio equivalent to a: Motorola cm200d programed for the airport company frequency on 453.925 MHz. The vehicle shall be supplied with one (1) mounted VHF aviation band radio equivalent to an: Icom ICA110. 33. Included with the vehicle shall be one (1) copy of the operator's manual and one (1) copy of the maintenance and service manual(s). The maintenance and service manual(s) shall provide guidance to non-specialists performing routine services. The manuals shall also describe in detail, with appropriate schematics, the overhaul and major maintenance procedures required to maintain the vehicle.

Dealer shall provide the vehicle with all options and additions fully installed and operational.

T R A D E-I N VEHICLE INFORMATION

The bidder shall allow a trade in value for a 2011 Chevrolet 2500 including a Fisher 8 1/2’ v plow. The following items currently in or on the truck are not included in the trade in:

1 Communications radios, antennas and related equipment 2. Fire extinguisher

The trade in vehicle may be inspected by calling Mr. Richard Gray, Airport Maintenance Director at (207) 667- 7432.

B I D S

Sealed bids shall be received in the Hancock County Commissioners’ Office, County Courthouse, 50 State Street, Suite 7, Ellsworth, Maine, 04605, not later than 3:00 PM, October 1st, 2018. Bids will be publically opened and read aloud at the regular monthly meeting of the Hancock County Commissioners on Tuesday Oct. 2 at 8:30 am.

All bids shall be submitted on the form provided, in a sealed envelope, clearly marked on the outside “BID, AIRPORT PICKUP TRUCK”.

The bid must include the trade-in vehicle in the price.

All bids shall be accompanied by complete and original copies of manufacturer's brochures detailing the unit being bid.

All bids shall be for the full cost of the pickup truck, including all materials necessary and or incidental to providing the vehicle with all options and or additional equipment fully installed, all setup costs, delivery charges, dealer document charges and title costs, F.O.B. to the Hancock County-Bar Harbor Airport, Trenton, Maine.

The County of Hancock is a local unit of government within State statutes and is exempt from the payment of Federal and State taxes.

No verbal changes may be made to these specifications. All changes must be made in writing, copies of which must be received by all bidders not less than five (5) days prior to bid opening.

Questions concerning these specifications should be directed to Mr. Richard Gray, Airport Maintenance Director, Hancock County-Bar Harbor Airport, Trenton, Maine, 04605, telephone 667- 7432 or 479-2764.

THE COUNTY OF HANCOCK RESERVES THE RIGHT TO REJECT ANY OR ALL PROPOSALS AND TO ACCEPT THE BID DEEMED TO BE IN THE BEST INTERESTS OF THE COUNTY

HANCOCK COUNTY COMMISSIONERS

Antonio Blasi, Chairman

B I D F O R M

COUNTY OF HANCOCK

PURCHASE 4 WHEEL DRIVE PICKUP TRUCK WITH PLOW

All bids shall be received in the Hancock County Commissioner's Office not later than 3:00 PM October 1st, 2018.

The undersigned vendor submits the following bid for one (1) pickup truck in accordance with the terms and conditions contained in "BID SPECIFICATIONS PURCHASE 4 WHEEL DRIVE PICKUP TRUCK". Bidder herby acknowledges that the unit being bid meets or exceeds these specifications.

YEAR, MAKE and MODEL

Base Bid: $

Less Trade in Allowance- $

Bid Price (Net Difference): $

The basis for bid acceptance will be the amount shown as, “Net Difference”.

Bidder type/print company name

Address

Address

Signed

type/print name and title

telephone number

Copies of the Bid Specifications were submitted to the following dealers on September 14, 2018.

CHEVROLET

Mr. P.J. Davis Morrison Chevrolet, Inc. P.O. Box 546 Ellsworth, Maine 04605

****************************** GMC and DODGE

Mr. Tom Wheeler Darling's Auto Mall 16 Kingsland Crossing Ellsworth, Maine 04605

****************************** FORD

Mr. Tim Semore Darlings Ford 403 Hogan Road Bangor Maine 04401