Request for Proposal (RFP) For: New Telescopic Handler Posting Date: December 10, 2014

Similar documents
REQUEST FOR QUOTE (RFQ) # FORESTRY HERBICIDE PURCHASE POSTING DATE: JULY 24, 2018

REQUEST FOR PROPOSAL (RFP) # TWIN BRIDGE PARK - GARAGE POSTING DATE: JANUARY 10, 2018

REQUEST FOR PROPOSALS RFP# PROPANE FUEL FOR THE HEATING SEASON POSTING DATE: MARCH 7, 2018

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

Request for Proposal (RFP) For Earthwork / Grading for CTH V (CTH C to Palmer Road) 2014 Construction Season Posting Date: July 16, 2014

Request for Proposal (RFP) For 2014 Liquid Asphalt Materials

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015

REQUEST FOR PROPOSAL RFP# CONSTRUCTION SEASON FURNISHING HOT MIX & COLD MIX ASPHALT MATERIALS POSTING DATE: FEBRUARY 14, 2018

Request for Proposal (RFP) For

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018

REQUEST FOR PROPOSAL (RFP) # ONE TON DUMP BOX / TOOL BOX / BOSS WIRING HARNESS / AND UNDERCARRIAGE POSTING DATE: FEBRUARY 24, 2016

Request for Proposal (RFP) For Jail Security System Control Upgrade

Beecher Lake Dam Modification

REQUEST FOR QUOTE (RFQ) # FOR: ONE (1) NEW 4X4 TRACTOR POSTING DATE: JANUARY 10, 2018

Request for Proposal (RFP) For Routine Vehicle Maintenance

Request for Proposal (RFP) For Plat book Printing

REQUEST FOR PROPOSAL (RFP) FOR BANKING SERVICES POSTING DATE: SEPTEMBER 24, 2014

ALL TERRAIN SLOPE MOWER

REQUEST FOR PROPOSAL (RFP) # MARINETTE COUNTY JAIL INMATE FOOD SERVICE POSTING DATE: MAY 2, 2018

Request for Proposal (RFP) For HHS Conference Room Remodel Posting Date: December 3, 2014

Bulloch County Board of Commissioners 115 N Main Street Statesboro, GA NOTICE OF SOLICITATION INVITATION TO BID

REQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018

ADVERTISEMENT FOR BID

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017

INVITATION FOR BIDS FOR TRACTOR AND PULL TYPE SCRAPER NOVEMBER 22, 2005 HARNETT COUNTY

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

Request for Quotation

Request for Proposal Skid Steer May 17, 2017

INVITATION FOR BID 2019 Ford F-150 XLT Crew Cab Truck Purchases

.z:> By: Dan Tadic, P.E. Acting Public Works Director

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

CONSOLIDATED SCHOOL DISTRICT 158 October 12, 2014 Specifications for Fork Truck Bid #

REQUEST FOR QUOTATIONS

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Toyota 8FDU 25 Diesel Forklift INVITATION TO BID

Request for Proposal

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

REQUEST FOR BID North Fraser Street Georgetown, SC Contact: Daniella Howard, Purchasing Agent Phone:

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912)

Invitation To Bid. for

( X ) INVITATION FOR BID VENDOR: BID OPENING:

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

Boise State University. Request for Quote RFQ CF passenger 4x4 Utility Vehicle

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

INVITATION FOR BIDS FOR A PURCHASE OF 9 VEHICLES TO BE USED BY MONROE COMMUNITY MENTAL HEALTH AUTHORITY

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

Request for Quotation

Request For Proposals. For Copier. For GREENVILLE UTILITIES COMMISSION

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid WD Motor Grader 2018 Boom Mower (Shredder)

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

BID NUMBER FROM: City of Branson Date: March 6, W. Maddux St., Suite 200 3:00 p.m., April 30, 2014

Snow Removal Services Request for Proposals December 1, April 30, 2019

Request For Proposal (RFP) for

P R O P O S A L F O R M

Invitation To Bid. for

DAWSON COUNTY BOARD OF COMMISSIONERS DAWSONVILLE, GEORIGA

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

MELBA SCHOOL DISTRICT

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

RFP GENERAL TERMS AND CONDITIONS

BID DOCUMENTS FOR. WTP VFD Replacement Bid

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M17-108

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

BID # Ambulance E450 Van Chassis

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

CITY OF JOPLIN, MISSOURI

NEAPA Northeast Alabama Purchasing Association

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

PROPOSAL FOR STREET SWEEPING SERVICES

PLEASE READ ALL SPECIFICATIONS AND REQUIREMENTS OF THIS BID CAREFULLY AS CHANGES, ADDITIONS OR DELETIONS TO THIS BID MAY HAVE BEEN MADE.

City of Portsmouth Portsmouth, New Hampshire Public Works Department Parking Division Bid # INVITATION TO BID

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

Request for Bids (RFB) For Recycling Facility Compactor and Installation Town of Rockingham, Vermont

Invitation for Bid. Purchase of Live Floor Trailer

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

Request for Proposal # Postage Meter Lease & Maintenance Service

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Planning Department Half Ton Regular Cab 4x4 Pick-Up Truck 2

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

REQUEST FOR SEALED BID PROPOSAL

Transcription:

Request for Proposal (RFP) For: New Telescopic Handler Posting Date: December 10, 2014 Response Deadline: January 5, 2015 2:00 p.m. Central Daylight Time (CDT) To: Pete Villas, Administrator Marinette County Forestry and Parks Department 501 Pine Street Peshtigo WI 54157

Table of Contents I. BACKGROUND... 3 II. TENTATIVE PROJECT TIMELINE... 3 III. RFP DUE DATE... 3 IV. BID BONDS... 3 V. RFP QUESTIONS... 4 VI. RFP SUBMISSION REQUIREMENTS... 4 VII. CONTRACT TERMS... 5 VIII. FINANCIAL VERIFICATION... 5 IX. OTHER... 5 X. PROJECT CHANGES... 6 XI. ATTACHMENTS... 6 ATTACHMENT A... 7 ATTACHMENT B... 8 ATTACHMENT C... 14 ATTACHMENT D... 15 ATTACHMENT E... 16 Page 2 of 17

I. BACKGROUND The Marinette County Forestry and Parks Department is requesting sealed proposals for one new telescopic handler to be delivered to the Marinette County Forestry and Parks Office, 501 Pine Street, Peshtigo, WI 54157. The proposal must be submitted on Attachment A, Tabulation Sheet, and Attachment B, Bid Specifications. Multiple proposals may be submitted. All proposals shall be firm for at least 60 calendar days from the proposal due date. Notwithstanding any other provisions of the RFP, Marinette County reserves the right to reject any or all proposals, to waive any irregularity or informality in a proposal, and to accept or reject any item or a combination of items when doing so would be to the advantage of Marinette County or its taxpayers. It is further within the right of Marinette County to reject proposals that do not contain all elements and information requested in this document. Marinette County shall not be liable for any losses incurred by the vendor making the proposal throughout this process. The cost of preparing a response to this RFP is not reimbursable in part or in whole to the vendor. Any proposal received will become the property of Marinette County and a matter of public record. Any proprietary material or information should be marked and submitted as a supplement to the proposal to allow the County to protect the information as warranted. II. III. TENTATIVE PROJECT TIMELINE RFP posted by 4:30 p.m. December 10, 2014 RFP questions due by 2:00 p.m. December 17, 2014 RFP questions answered by 4:30 p.m. December 18, 2014 RFP responses due from potential vendors by 2:00 p.m. January 5, 2015 RFP DUE DATE Proposals shall be submitted to the Forestry and Parks Administrator no later than 2:00 p.m. central time on Monday, January 5, 2013. Proposals shall be clearly labeled New Telescopic Handler and submitted to the location/address listed below. Delivery Address for Hand Delivery, USPS, UPS, DHL, Fed X: Pete Villas, Administrator Marinette County Forestry and Parks Department 501 Pine Street Peshtigo WI 54157 IV. BID BONDS Each proposal must be received by the due date and time set for this RFP. A proposal received after the established deadline will not be considered. Page 3 of 17

A bid bond check in the amount of 5% of the bid made payable to the Marinette County Parks Department must accompany all bids. Acceptable forms of bid bonds are: Bid Bond signed by a surety company authorized to do business in the State of Wisconsin Cashier s check Certified check Letter of credit drawn on a responsible financial institution U.S. Postal money order The bid bond checks will be returned to unsuccessful bidders within 10 working days of the award by the Marinette County Forestry and Parks Department. The County will issue a purchase order to the selected vendor. The 5% bid bond shall be returned to the successful bidder at time of delivery of the unit FOB at the Marinette County Forestry and Parks Department in Peshtigo, Wisconsin. All required parts; maintenance & service manuals must be delivered to the Forestry and Parks Department before release of the surety amount. A payment equal to 100% of the Net Bid Price shall be made to the vendor upon receipt of an invoice and acceptance of the units. V. RFP QUESTIONS All questions related to this RFP must be submitted not later than 2:00 p.m. CST, December 17, 2014, via e-mail to pvillas@marinettecounty.com. Clearly mark the e- mail Questions for New Telescopic Handler. Phone call or faxed questions will not be accepted. Answers to questions will be posted in the form of an addendum to the RFP and placed on the Marinette County website http://www.marinettecounty.com on December 18, 2014, not later than 4:30 p.m. CDT. It is the responsibility of all interested vendors to access the website for this information. Calls for assistance with the website may be made to (715) 732-7419. VI. RFP SUBMISSION REQUIREMENTS The proposal shall be sealed and labeled with the following information: Name of Vendor Address Contact Person Telephone and Facsimile Number E-mail Address One original response and one copy are required to be submitted. The proposal must include the following: Attachment A Tabulation Sheet Page 4 of 17

Attachment B Bid Specifications Attachment C Statement of Understanding of Proposal Attachment D Addendum Sheet (required if addendums posted) Bid Bond 5% Upon award of the contract, the selected vendor will be required to submit a federal W-9 Form and payment address to Marinette County. Vendors previously established with the county may have this requirement waived. The proposal shall be prepared with a straightforward, concise delineation of the vendor s capabilities to satisfy the requirements of this RFP. A vendor may withdraw or modify its proposal prior to the proposal due date. Any changes or withdrawals must be made in writing prior to the proposal due date. VII. VIII. IX. CONTRACT TERMS The vendor may provide a contract to be approved by Marinette County Corporation Counsel. If the vendor does not provide a contract, the vendor shall be required to sign a contract similar to Attachment E. FINANCIAL VERIFICATION Vendor s financial solvency may be verified through financial background checks via Dun & Bradstreet or other means prior to contract award. Marinette County reserves the right to reject Proposals based on information obtained through these background checks. OTHER All work shall conform to all applicable industry standards, federal, state and local laws, codes and ordinances. No vendor will be provided with financial and/or competitive vendor information on this Proposal until after the award of contract has been made. At that time, all Proposals will be available for review in accordance with the Wisconsin Open Records Law. Marinette County shall not be held liable for any claims arising from disclosure required under the Wisconsin Open Records Law. Marinette County and its departments are exempt from payment of all federal, state and local taxes on its purchases except Wisconsin excise taxes. Any contract between vendor and Marinette County shall be subject to the laws of the State of Wisconsin. In connection with the performance of work under such contract, the vendor agrees not to discriminate against any employee or applicant for employment because of age, race, religion, color, handicap, sex, physical condition, developmental disability, sexual orientation, or national origin. Page 5 of 17

By responding to this Proposal, prospective vendors acknowledge and accept the attachments, including insurance requirements and service template contract sample attached. X. PROJECT CHANGES Marinette County reserves the right to make changes to the project. Any changes in the scope of services shall be mutually agreed upon in writing by the vendor and the County. XI. ATTACHMENTS Attachment A - Tabulation Sheet Attachment B - Bid Specifications Attachment C - Statement of Understanding of Proposal Attachment D - Addendum Sheet Attachment E - Sample Agreement Page 6 of 17

ATTACHMENT A NEW TELESCOPIC HANDLER TABULATION SHEET MARINETTE COUNTY FORESTRY AND PARKS DEPARTMENT MAKE: MODEL: YEAR: 1) Telescopic Handlder w/standard Warranty $ EA. (Note: Extended warranty bids on page 5) 2) Bucket Attachment $ EA. 3) Pallet Forks Attachment $ EA. 4) Log Grapple Attachment $ EA. DELIVERY DATE F.O.B. PESHTIGO Page 7 of 17

ATTACHMENT B NEW TELESCOPIC HANDLER BID SPECIFICATIONS The unit bid as described below may be a new 2014 or a new current year manufacture, Telescopic Handler that is manufacturer's latest design and production, complete, serviced, ready for work, and includes all equipment as specified. (Vendor may bid more than 1 machine utilizing separate forms) MANUFACTURER: MODEL: YEAR: DEALER: For the following bid specification sheets, use the column marked specifications of equipment quoted to for proposed specifications. Write "yes" in the blank if the component is in compliance. If not, so indicate and provide model actual or attach detailed manufacturer's specifications for the substitute component. If not applicable, indicate by writing "N/A" in the blank and provide necessary comments. Bidders must fill in compliance each line item or option. Questions asked of the bidder for a particular specification shall be answered on the line provided. MINIMUM SPECIFICATIONS EQUIPMENT REQUIREMENTS OF EQUIPMENT QUOTED HEIGHT 75 WHEEL BASE 75 BRAKES hydraulic, 4 wheel, disc type MAX. TRAVEL SPEED 12 mph FUEL diesel ENGINE 65 hp, 4 cylinder TRANSMISSION 4 speed TIRES turf type, specify WHEELS four COLOR specify STEERING 4 wheel, hydrostatic EXTERIOR MIRRORS yes Page 8 of 17

BOOM steel, telescopic, selfleveling, tilt ram BREAKOUT FORCE 6800 pounds LIFT CAPACITY 4200 pounds to 15 5 lift FUEL TANK 19 gal. WARRANTY specify RADIO specify PLACING HEIGHT 12 0 PLUG-IN WINTER STARTING SYSTEM FOR ENGINE specify CAB SEAT Full cab, ROPS, FOPS, front mounted screen guard, working lights, tem gauge, oil gauge, hourmeter, speedometer heater, parking brake will hold machine on1 in 4 gradients, reverse alarm, all items for operation on legal highways adjustable deluxe suspension GROUND CLEARANCE 1 0 HYDRAULICS single gear pump, 3300 PSI operating system pressure; cycle time to raise boom is 8 seconds LIGHTS full road WEIGHT OF UNIT 9900 lbs DELIVERY DATE specify AMBER (YELOW) STROBE LIGHT yes TINTED GLASS yes 2 5/16 BALL HITCH yes ALTERNATE removable cab windows Page 9 of 17

ATTACHMENT CAPABILITY all attachments shall be fully operational when delivered SUCCESSFUL BIDDER SHALL FURNISH COMPARABLE UNIT W/ATTACHMENTS IF PURCHASED UNIT IS NOT IN SERVICE FOR GREATER THAN THREE (3) DAYS DUE TO BREAKDOWN, NON- AVAILABILITY OF PARTS, ETC. REPLACEMENT UNIT SHALL BE FURNISHED AT ABSOLUTELY NO CHARGE. Signature BUCKET ATTACHMENT: CAPACITY.9 cubic yards WIDTH 74 DEPTH 24 HEIGHT 33 OTHER ¾ X 6 high abrasive steel EDGE tapered cutting END PLATES ¼ WRAPPER MATERIAL ¼ WEIGHT 630 lbs. WEIGHT 550 lbs. PALLET FORKS ATTACHMENT: LIFT CAPACITY 4400 lbs. TEETH 1 ¾ X 4 tapered T-1 steel, 43 ½ of usable steel ADJUSTMENT 8 ½ wide to 54 OD SAFETY GUARD standard Page 10 of 17

LOG GRAPPLE ATTACHMENT: WEIGHT 600 lbs. FORK LENGTH 29 OPEN HEIGHT 41 LIFT CAPACITY 4400 lbs. CLOSES TO 6 log CROSS TUBE CYLINDERS 2 ½ x 8 AUXILIARY HYDRAULIC SYSTEM ON LOADER provided HOSES & VALVES provided from loader to bucket PRE-DELIVERY SERVICE AND INSPECTION Provide manufacturers or dealers pre-delivery check sheet with the service manager s signature. REPAIR PARTS AND SERVICE Since the continuous operation of this loader is of the utmost importance and sometimes of an emergency nature, it is necessary that the successful bidder be in position to render prompt parts and service. The successful bidder shall maintain and/or have access to parts inventory within reasonable distance of Marinette County. Said parts inventory shall be of sufficient size and variety to offer a level of parts availability of 95% within 48 hours from time of order by customer. Availability of normal maintenance items such as filters, v belts, hydraulic lines and hoses shall not exceed 24 hours. Bidder shall attach his proposed program for parts and service availability for evaluation FUTURE INSPECTION Provide an annual no-charge pre-winter inspection by the dealer at the Marinette County Forestry Department in Peshtigo for a five-year period (Total of 5 inspections). DELIVERY Delivered FOB, Marinette County Forestry & Parks Department, 501 Pine Street, Peshtigo, Wisconsin Page 11 of 17

TRAINING Successful bidder shall provide (@ no cost) 40 hours of on-site operator and/or mechanic training on the proper use, maintenance and service of the loader. EQUIPMENT DEMONSTRATION Each bidder will be required to demonstrate the capabilities of their equipment by providing a minimum one day on-site use of a machine with the same general features as specified in this document. The one-day demo can be accomplished between Monday and Thursday and must be coordinated with Pete Villas, the Forestry & Parks Administrator. Alternate demonstration proposals will be considered but are subject to approval. OTHER DEALER FEATURES Use this sheet to describe other features included. Bidder may provide information as to why their equipment is the most advantageous for purchase by the Marinette County Forestry Department. Factors such as operating cost per hour may be provided. Attach additional sheet(s) with the proposal if needed. Page 12 of 17

REFERENCES Provide at least three (more if desired) local government agencies that have purchased similar type) wheel loader from the bidder in the last five years. Provide agency name, contact person, and model purchased and phone number. Attach additional sheet(s) with the proposal if needed. Agency Name: Contact Person: Model: Phone Number: WARRANTY Bidder is to furnish a five (5) year optional warranty package. All travel costs are to be included. Parts availability shall be within 2 working days. If a unit is down for more than 3 working days, seller shall supply replacement unit for downtime period at no cost to Marinette County at the request of Forestry & Parks Administrator. The Forestry Department labor costs will be charged at the prevailing rate + fringe & overhead for in shop/field repairs authorized by the dealer. No charge will be invoiced to the dealer for the investigation of needed repairs by any Marinette County Forestry forces. The bidder shall attach copy of the proposed total machine warranty. The dealer shall furnish a detailed list of covered items and wear items. Responsibilities such as oil sampling, etc., to be followed by the Forestry Department shall be detailed. 5year/3000 hour Minimum Warranty $ A $ labor deductible per occurrence with a maximum out-of pocket expense of $ for the 5 years shall apply or supply optional/additional duration warranty if available Year/ Hour Warranty $ Marinette County retains the right to select any of the warranty durations listed above to either coincide with the anticipated buy-back period or longer along with retaining the right to select a new buy-back/warranty period @ any time with the appropriate credit/addition as based on the bid amounts stated. Bidders Name: Signature/Title: (Please Print) Date: Page 13 of 17

Vendor name Vendor s address City State Zip code Contact person s name & position ATTACHMENT C NEW TELESCOPIC HANDLER STATEMENT OF UNDERSTANDING OF PROPOSAL Vendor s Phone number Vendor s Fax Number We have read the County s Request for Proposals (RFP) for new telescopic handler and understand its intent. We certify that we have adequate personnel, equipment, and license to perform said services. We understand our ability and fitness to perform shall be judged solely by Marinette County. In addition, we certify that: (a) Our proposal is not made in the interest or on behalf of any person not named therein; (b) We have not directly or indirectly induced or solicited any person to submit a false or misleading proposal or to refrain from proposing; (c) We have not in any manner sought by collusion to secure an advantage over any other vendor; (d) We have thoroughly examined the RFP requirements, and our proposed fees cover all costs for service/equipment we have proposed; (e) We acknowledge and accept all the terms and conditions included in the RFP; and (f) I have full authority to make such statements and to submit this proposal as the duly recognized representative of the Proposer. Signature of Duly Authorized Individual Date Page 14 of 17

ATTACHMENT D NEW TELESCOPIC HANDLER ADDENDUM SHEET (If Addendums exist for this project, please sign, date, and submit with Proposal.) The undersigned acknowledges receipt of the following addenda: Addendum #1 Addendum #2 Addendum #3 Addendum #4 Addendum #5 The undersigned agrees with the following statement: Initials Initials Initials Initials Initials I have examined and carefully prepared the response to proposal from the plans and specifications and have checked the same in detail before submitting to Marinette County. Name Signature Date All vendors are responsible to check for addenda, posted on the county website at www.marinettecounty.com, for this project prior to the due date. No notification will be sent if addenda are posted unless there is an addendum within three (3) business days of RFP due date. All vendors receiving initial notification of project will be notified by Marinette County of all addenda issued within three (3) business days prior to due date. If a RFP has already been submitted, vendor is required to acknowledge receipt of addendum via fax or e-mail prior to due date. A new RFP response must be submitted by vendor if addendum affects costs. Vendors that do not have internet access are responsible to contact Marinette County at 715-732-7419 to ensure receipt of addenda issued. RFPs that do not acknowledge addendums may be rejected. All RFPs submitted shall be sealed. Envelopes are to be clearly marked with required information. Sealed RFPs that are opened by mistake due to inadequate markings on the outside may be rejected and returned to the vendor. Page 15 of 17

ATTACHMENT E MARINETTE COUNTY SAMPLE AGREEMENT THIS AGREEMENT is made by and between Marinette County, a municipality, hereinafter referred to as COUNTY, and, hereinafter referred to as VENDOR, for the purpose of. The parties agree as follows: 1. Contact Persons and Contract Administrators: COUNTY s agent and contact person is: Whose principal business address is: Name Department Address Marinette WI 54143 VENDOR agent and contact person is: Name: Title: Company: Address: City, State: Telephone: 2. VENDOR agrees the following services, as set forth in the response to the Request for Proposal (RFP) dated will be provided to Marinette County. 3. VENDOR agrees to present manufacturer s literature regarding materials & warranty. 4. Start/Completion dates to be determined. 5. COUNTY agrees to the following: Payment Terms COUNTY will pay the VENDOR within 30 days of receipt of an invoice. 6. Both parties agree that the relationship between the parties shall be that of an independent VENDOR and shall not be construed to be an Employer-Employee relationship; specifically the parties agree that: VENDOR will be responsible to pay all Federal, State and social security taxes on any income received under this Agreement. COUNTY will pay no fringe benefits or other compensation to VENDOR. Page 16 of 17

7. VENDOR will provide and maintain certificates of insurance with minimum limits as follows: General liability, each occurrence $1,000,000 Auto liability, each occurrence $ 300,000 Workers Compensation Statutory Requirements Certificates of insurance indicating COUNTY as additional insured must be presented to COUNTY s agent with a signed copy of this agreement prior to commencing work. Additionally, all policies shall contain endorsements by respective insurance companies waiving all rights of subrogation, if any, against COUNTY and shall further provide that policies are not cancelable except upon thirty days written notice to COUNTY. 8. VENDOR hereby agrees to release, indemnify, defend and hold harmless Marinette County, its officials, officers, employees and agents from and against all judgments, damages, penalties, losses, costs, claims, expenses, suits, demands, debts, actions and/or causes of action of any type or nature whatsoever, including actual and reasonable attorney fees, which may be sustained or to which they may be exposed, directly or indirectly, by reason of personal injury, death, property damage, or other liability, alleged or proven, resulting from or arising out of the performance under this agreement by vendor, its officers, officials, employees, agent or assigns. Marinette County does not waive, and specifically reserves, its right to assert any and all affirmative defenses and limitations of liability as specifically set forth in Wisconsin Statutes, Chapter 893 and related statutes. 9. This contract may be amended in writing by mutual agreement of both parties at any time. 10. This agreement shall be governed by the laws of the State of Wisconsin. 11. COUNTY may terminate this agreement in the event VENDOR breaches any of the terms of the agreement or for unsatisfactory performance by VENDOR. Termination shall be immediate upon written notification by the COUNTY. VENDOR Date Kathy Brandt, County Clerk Date Page 17 of 17