Active SLED Opportunity · OHIO · MONTGOMERY COUNTY

    Solid Waste Loader Tires Price Agreement

    Issued by Montgomery County
    countyInvitation For BidMontgomery CountySol. 246779
    Open · 13d remaining
    DAYS TO CLOSE
    13
    due May 6, 2026
    PUBLISHED
    Apr 10, 2026
    Posting date
    JURISDICTION
    Montgomery County
    county
    NAICS CODE
    423120
    AI-classified industry

    AI Summary

    Montgomery County, Ohio seeks bids for a Solid Waste Loader Tires Price Agreement to supply new loader tires meeting industry standards. The contract is a one-year price agreement with options to extend. Bids are due May 6, 2026, with evaluation based on price, quality, and experience.

    Opportunity details

    Solicitation No.
    246779
    Type / RFx
    Invitation For Bid
    Status
    open
    Level
    county
    Published Date
    April 10, 2026
    Due Date
    May 6, 2026
    NAICS Code
    423120AI guide
    Jurisdiction
    Montgomery County
    State
    OHIO
    Agency
    Montgomery County

    Description

    Montgomery County, Ohio, is requesting bids for Solid Waste Loader Tires Price Agreement. All submittals are due before 1:30 pm on Wednesday, May 6, 2026.

    Background

    All questions about the bid itself, or the contents herein, Bidders must use the OpenGov Question and Answer portal.

    For portal questions or issues, please reach out to Barb Asberry at asberryb@mcohio.org.

    Project Details

    • Reference ID: PP-2026-0027
    • Department: Environmental Services
    • Department Head: Matt Hilliard (Director)

    Important Dates

    • Questions Due: 2026-04-24T17:30:00.000Z
    • Answers Posted By: 2026-05-01T17:30:00.000Z

    Evaluation Criteria

    • Required Specifications

      The following specifications shall be met in order to enter into a price agreement:

      1. Prices – Prices must be firm for a minimum of one (1) year from the date of the contract award.  A percent increase shall be clearly indicated for the following years included in the agreement.      

      1. Purchases by Montgomery County are Tax Exempt.
      2. Bid prices shall encompass all items used to calculate rates, which includes, but is not limited to all labor, materials, supervision, overhead costs, and prevailing wage guidelines.
      3. Renewal rates shall be based upon the CPI index as described below. 

       

      2. CPI- Costs for  any extension term years shall be subject to an adjustment  based on the latest yearly percentage increase in the Consumer Price Index for All Urban Consumers (CPI-U) as published by the Bureau of Labor Statistics, U.S. Dept. of Labor.

      1. The yearly increase, or decrease in the CPI shall be that latest index published and available ninety (90) days prior to the end of the contract year currently in effect compared to the index for the same month one year prior.
      2. Any requested cost increase shall be fully documented and submitted to the County at least ninety (90) days prior to the contract anniversary date.
      3. Any approved cost adjustments shall become effective upon the anniversary date of the contract. In the event the CPI or industry costs decline, the County shall have the right to receive, from the Contractor, a reasonable reduction in costs that reflect such cost changes in the industry.
      4. The County may, after examination, refuse to accept the adjusted costs if they are not properly documented, increases are considered to be excessive, or decreases are considered to be insufficient.
      5.  In the event the County does not wish to accept the adjusted costs and the matter cannot be resolved to the satisfaction of the County, the contract can be cancelled by the County upon giving thirty (30) days written notice to the Contractor.

       

      3. Product Quality must meet required standards as established by industry specifications, regulations, laws and recommendations.   See product specification section for details.

       

      4. Billing – Montgomery County will require the awarded vendor/s to establish an account for Montgomery County Environmental Services.

      a. ALL INVOICES will be “BILLED TO”:

      Montgomery County Environmental Services

      Attn: James Profitt

      1850 Spaulding Road
      Dayton, OH 45432

       

      5. Invoices - The contractor shall invoice the County after each repair is complete.

      1. The invoices must list the work order number, date of repair, the address of the assigned repair, the square foot of the repair and the total cost of each repair.  The invoice must be itemized in the above format or it will not be accepted for payment.
      2. All work must be started and completed within the timeframe of the associated job requirements.

       

      6. Prevailing Wage – All work performed under the price agreement will be subject to prevailing wage in accordance with ORC Chapter 4115.03.

      1. The Prevailing Wage Coordinator for Montgomery County for this project is Scott Atkinson. All mailed payrolls should be sent to his attention at: 1850 Spaulding Road, Kettering, OH 45432.

       

      7. Warranty – Any and All Warranty information that could be associated with this work shall be included with the bid submission.

      1. Vendor shall warrant that all materials or services delivered under this contract shall conform to the specifications as stated within this bid. 
      2. Board of County Commissioners, Montgomery County, Ohio shall be named as an additional insured on any insurance or warranty certificates. 

       

      8. Qualifications – Vendor shall secure the following and submit with their bid:

      1. References – Vendor shall submit at least 3 references for similar work that they have performed in the last 5 years.  These shall include a name, phone number and email of a contact person at that reference.
      2. The bidder shall furnish all labor, material, equipment and supervision necessary for satisfactory contract performance.
      3. Montgomery County does not allow sub-contractors to perform the duties assigned to the vendor on this agreement, unless they are reviewed and approved by Montgomery County.
        • Use of an unapproved subcontractor will result in a forfeiture of the contract and any payment due for that occurrence.

       

      9. Products Not Specified in the Pricing Schedule – Although it is the intent for Montgomery County to have all items that will be used regularly on an established price agreement, any items that are NOT listed in the pricing schedule should receive a specific “percentage discount off list price” that shall be specified with your bid submittal.  PLEASE SEE PRICING SCHEDULE AND ADDITIONAL PRICING SCHEDULE IN VENDOR CHECKLIST.

       

      10. Cooperative Purchasing Agreement - The awarded vendor may agree to offer the prices, terms and conditions offered in this price agreement to other governmental agencies that are members of the Southwest Ohio Purchasing for Government (SWOP4G) and Central Ohio Organization for Public Purchasing (COOPP), who wish to participate in a cooperative purchasing program with Montgomery County.

      1. These agencies will be responsible for entering into separate agreements with the vendor and all the receiving, inspections, payments and other contract administration duties there under.  If indicated as an agreement all information concerning this bid, including price sheets and award information will be mailed to all interested members of the SWOP4G and COOPP. The list of SWOP4G members can be found at www.swop4g.org. The list of COOPP members can be found at www.coopp.org.
      2. Quantities shown in documentation and on spreadsheet do not include the quantities for any of the SWOP4G or COOPP members.

       

      11. Miscellaneous Charges – ALL CHARGES for delivery, fuel, HAZMAT or other charges shall be CLEARLY STATED on the pricing schedule.

       

      12. Additional Charges – No additional charges will be accepted outside those listed in this bid document.  Charges that are incurred by the vendor as a result of Federal or State “regulation changes” may be passed on with written supporting documentation.  This documentation must be provided 90 days prior to any price increase.  Montgomery County reserves the right to cancel and re-bid any agreement or contract due to additional charges incurred as a result of unforeseen circumstances.

       

    • Information to Bidder

      Montgomery County is requesting competitive bids for Solid Waste Loader Tires Price Agreement per the specifications and detailed listing provided.

      TERM:  This bid opportunity is for a One (1) Year price agreement with an option to extend for four (4) additional one (1) Year terms.

      AWARD: Montgomery County intends to award to one primary supplier for all services procured under this solicitation.  However, a secondary supplier may be awarded if it is more cost effective than a single or primary supplier.  Montgomery County reserves the right to reject any and all submissions if it proves to be in the best interest of the County.

      VALUE:  While Montgomery County CANNOT commit to any specific spend amount or quantity purchase, the estimated yearly value of the contract is $100,000.  This is not a guaranteed amount and is only meant to give a general estimate.

    • Special Conditions:

      All of the conditions applicable to the Bid shall be read so as to give meaning to all of such provisions. However, when there is a conflict in the interpretation between a special condition in the Bid Document and a general condition, the special condition in the Bid Document shall take precedence.

    • Required Specifications

      The following specifications shall be met in order to enter into a price agreement:

      1. Prices – Prices must be firm for a minimum of one (1) year from the date of the contract award.  A percent increase shall be clearly indicated for the following years included in the agreement.      

      1. Purchases by Montgomery County are Tax Exempt.
      2. Bid prices shall encompass all items used to calculate rates, which includes, but is not limited to all labor, materials, supervision, overhead costs, and prevailing wage guidelines.
      3. Renewal rates shall be based upon the CPI index as described below. 
      4. Payment Terms are Net 30.
      5. There shall be no minimum ordering requirements.

       

      2. CPI- Costs for  any extension term years shall be subject to an adjustment  based on the latest yearly percentage increase in the Consumer Price Index for All Urban Consumers (CPI-U) as published by the Bureau of Labor Statistics, U.S. Dept. of Labor.

      1. The yearly increase, or decrease in the CPI shall be that latest index published and available ninety (90) days prior to the end of the contract year currently in effect compared to the index for the same month one year prior.
      2. Any requested cost increase shall be fully documented and submitted to the County at least ninety (90) days prior to the contract anniversary date.
      3. Any approved cost adjustments shall become effective upon the anniversary date of the contract. In the event the CPI or industry costs decline, the County shall have the right to receive, from the Contractor, a reasonable reduction in costs that reflect such cost changes in the industry.
      4. The County may, after examination, refuse to accept the adjusted costs if they are not properly documented, increases are considered to be excessive, or decreases are considered to be insufficient.
      5.  In the event the County does not wish to accept the adjusted costs and the matter cannot be resolved to the satisfaction of the County, the contract can be cancelled by the County upon giving thirty (30) days written notice to the Contractor.

       

      3. Pricing - The County is requesting pricing for new tires. Prices shall be determined by taking the Manufacturer's list price less the discount offered. That discount offered shall be noted on the pricing page. 

       

      4. Product Quality - must meet required standards as established by industry specifications, regulations, laws and recommendations.   See product specification section for details. 

       

      5. Delivery - Product MUST BE delivered tot he location listed below in conjunction to the delivery requirements.

      1. Delivery shall be made during normal business hours of operation.
      2. Delivery Hours are Monday through Friday, 8 am to 5 pm, with after-hours delivery available if needed.
      3. Delivery address:  2550 Sandridge Drive, Dayton OH  45439

       

      6. Billing – Montgomery County will require the awarded vendor/s to establish an account for Montgomery County Environmental Services.

      a. ALL INVOICES will be “BILLED TO”:

      Montgomery County Environmental Services

      Attn: James Profitt

      2550 Sandridge Drive
      Dayton, OH 45439

       

      7. Montgomery County Environmental Services, Solid Waste Group will agree to purchase all required tires from the selected vendor during this time. Montgomery County Environmental Services reserves the right to purchase from an alternate vendor if the items required are not available from the contracted vendor.

       

      8. Products Not Specified in the Attached Pricing Schedule – Although it is the intent for Montgomery County to have all items that will be used regularly on an established price agreement, any items that are NOT listed in the pricing schedule should receive a specific “percentage discount off list price” that shall be specified with your bid submittal.  PLEASE SEE PRICING SCHEDULE.

       

      9. Catalogs - Catalogs containing all available items shall be furnished UPON REQUEST of Montgomery County at no additional charge. DO NOT send them until requested.

       

      10. Technical Literature - Please provide any technical literature that is not available in the catalog. Each bid submission should have set included. The bid tire should have literature available.

       

      11. WarrantyThe supplier warrants that all articles, materials and services performed shall be consistent with manufacturer’s specifications and will be free from defects.  Without limitations of any right which the County may have reason of any breach of warranty, goods which are not warranted may be returned at Bidder’s expense within thirty (30) days after delivery, for either a credit or replacement, as the County may direct without additional charge to the County.  Any and all Warranty information should be included with the bid submission.  PLEASE PROVIDE ANY SPECIFIC LENGTH OF HOURS OR TIME FOR BOTH THE WARRANTY AND ANY EXTENDED WARRANTIES.

       

      12. Products Not Specified in the Pricing Schedule – Although it is the intent for Montgomery County to have all items that will be used regularly on an established price agreement, any items that are NOT listed in the pricing schedule should receive a specific “percentage discount off list price” that shall be specified with your bid submittal.  PLEASE SEE PRICING SCHEDULE AND ADDITIONAL PRICING SCHEDULE IN VENDOR CHECKLIST.

       

      13. Cooperative Purchasing Agreement - The awarded vendor may agree to offer the prices, terms and conditions offered in this price agreement to other governmental agencies that are members of the Southwest Ohio Purchasing for Government (SWOP4G) and Central Ohio Organization for Public Purchasing (COOPP), who wish to participate in a cooperative purchasing program with Montgomery County.

      1. These agencies will be responsible for entering into separate agreements with the vendor and all the receiving, inspections, payments and other contract administration duties there under.  If indicated as an agreement all information concerning this bid, including price sheets and award information will be mailed to all interested members of the SWOP4G and COOPP. The list of SWOP4G members can be found at www.swop4g.org. The list of COOPP members can be found at www.coopp.org.
      2. Quantities shown in documentation and on spreadsheet do not include the quantities for any of the SWOP4G or COOPP members.

       

      14. Miscellaneous Charges – ALL CHARGES for delivery, fuel, HAZMAT or other charges shall be CLEARLY STATED on the pricing schedule.

       

      15. Additional Charges – No additional charges will be accepted outside those listed in this bid document.  Charges that are incurred by the vendor as a result of Federal or State “regulation changes” may be passed on with written supporting documentation.  This documentation must be provided 90 days prior to any price increase.  Montgomery County reserves the right to cancel and re-bid any agreement or contract due to additional charges incurred as a result of unforeseen circumstances.

       

      16. Evaluation Criteria - Evaluation of vendors will not be solely based on prices, but completeness of bid, quality and soundness of product, and past experiences with the County.

      1. County reserves the right to ask individual bidders for clarification on their bids and parts thereof for evaluation purposes.  
    • Information to Bidder

      Montgomery County is requesting competitive bids for Solid Waste Loader Tires Price Agreement per the specifications and detailed listing provided.

      TERM: This bid opportunity is for a three (3) Year price agreement with an option to extend for two (2) additional one (1) Year terms.

      AWARD: Montgomery County intends to award to one primary supplier for all services procured under this solicitation.  However, a secondary supplier may be awarded if it is more cost effective than a single or primary supplier.  Montgomery County reserves the right to reject any and all submissions if it proves to be in the best interest of the County.

      VALUE:  While Montgomery County CANNOT commit to any specific spend amount or quantity purchase, the estimated yearly value of the contract is $100,000.  This is not a guaranteed amount and is only meant to give a general estimate.

    • Applicable Laws:

      The Revised Code of the State of Ohio, and the applicable resolutions of the Board of County Commissioners for Montgomery County, Ohio (the "Board") insofar as they apply to the laws of competitive bidding, contracts, and purchases are made a part hereof as if fully restated herein. All laws of the United States of America, the State of Ohio, and Montgomery County, Ohio applicable to the products or services discussed herein or to be provided hereby, are also made a part hereof.

    • Bid Cover Sheet
      ITEM: Formal Invitation to Bid
      TITLE: PP-2026-0027, Solid Waste Loader Tires Price Agreement
      DEPARTMENT: Environmental Services
      BID SUBMISSION: OpenGov
      DUE DATE: Wednesday, May 6, 2026
      DUE TIME: 1:30 pm
      CONTACT: Barb Asberry at asberryb@mcohio.org
      PRE-BID MEETING: No Pre Bid meeting for this item.
      PERFORMANCE BOND REQUIRED: No

      SUBMISSION REQUIREMENTS:
      1.  All items noted as required must be submitted with Bid. Failure to submit the
      required Forms or specification may be cause for rejection of your Bid.
      2. All Bids must be submitted by the time and date above. No Bids will be accepted after
      the listed time.
      3.  It is the Bidders Responsibility to check for Addenda prior to submitting Bids. This
      can be done by going https://procurement.opengov.com/portal/montgomerycountyoh/projects/246779 and reviewing the list.
      4. It is the Bidders Responsibility to read all General Terms & Conditions and be able to submit using the OpenGov system.

       

      Sincerely,

      MONTGOMERY COUNTY COMMISSIONERS
      Kyle Kolopanis
      Purchasing Director

    • Tire Specifications

      Tire Specifications

       

      It is the intent of these specifications to describe the minimum acceptable performance standards for obtaining Tire Services.  The specifications are not intended to limit competition, but to ensure that only quality products are received.  We are asking for the following or approved equal:

       

      1. Tires that fit the John Deere 644L and Caterpillar 950M Loader

       

      • Brawler High Performance Solids
      • Elliptical Aperture Holes
      • Soft Ride Compound
      • Ride Equivalent to a 30-durometer foam filled tire
      • 20% more Deflection
      • Runs 10% cooler

       

      1. The following size is currently utilized:

       

                                    23.5 Smooth

                                    OD:  64.2

                                    Width:  23.9

                                    Tread Depth:  272/32nds

                                    Tire Weight:  2529

       

                                     

      1. Tread Design- All tires shall be of the latest tread design and construction, of superior quality and workmanship and suitable for the intended use. 

       

      1. Tire Quality- Tires shall be of tubeless design.  Each tire must meet or exceed the listed Uniform Tire Quality Guide Ratings.  Longevity of tire is desired and shall be a determining factor.  Suppliers may be required to submit proof that tires offered meet these standards.

       

      1. Tread Rubber Physical Properties- Montgomery County is requesting that the vendor provide documentation that entails all the tread rubber physical properties/characteristics in a simple bullet pointed list.

       

    • Bid Cover Sheet
      ITEM: Formal Invitation to Bid
      TITLE: PP-2026-0027, Solid Waste Loader Tires Price Agreement
      DEPARTMENT: Environmental Services
      BID SUBMISSION: OpenGov
      DUE DATE: Wednesday, May 6, 2026
      DUE TIME: 1:30 pm
      CONTACT: Barb Asberry at asberryb@mcohio.org
      PRE-BID MEETING: No Pre Bid meeting for this item.
      PERFORMANCE BOND REQUIRED: None.

      SUBMISSION REQUIREMENTS:
      1.  All items noted as required must be submitted with Bid. Failure to submit the
      required Forms or specification may be cause for rejection of your Bid.
      2. All Bids must be submitted by the time and date above. No Bids will be accepted after
      the listed time.
      3.  It is the Bidders Responsibility to check for Addenda prior to submitting Bids. This
      can be done by going https://procurement.opengov.com/portal/montgomerycountyoh/projects/246779 and reviewing the list.
      4. It is the Bidders Responsibility to read all General Terms & Conditions and be able to submit using the OpenGov system.

       

      Sincerely,

      MONTGOMERY COUNTY COMMISSIONERS
      Kyle Kolopanis
      Purchasing Director

    • Legal Advertisement

      Bids are due electronically through the County's OpenGov Procurement portal before 1:30 pm on Wednesday, May 6, 2026, for the Montgomery County Environmental Services for PP-2026-0027 - Solid Waste Loader Tires Price Agreement, for Montgomery County Environmental Services. Said bids will be opened by the Purchasing Director as soon thereafter as the opening can begin.

      All project documents are available on the County's OpenGov Procurement portal located at: https://procurement.opengov.com/portal/montgomerycountyoh. The county commissioners reserve the right to reject any or all proposals and to waive any irregularity of proposals, should same be to the advantage of the county.

       

      BY ORDER OF THE BOARD OF COUNTY COMMISSIONERS OF MONTGOMERY COUNTY, OHIO,

      Kyle Kolopanis, Purchasing Director

      Published in the Dayton Daily News on April 10, 2026

    • Pre-Bid Meeting:

      There will not be a pre-bid meeting for this item. Questions and inquiries concerning this bid shall be directed to the Question & Answer section of this project on the County's OpenGov Procurement portal. All questions and answers will be available electronically on the County's OpenGov Procurement portal.

    • Conflict of Interest:

      Prospective Bidders shall not contact any public employee by any means or method, including by telephone, regarding this specification and the procurement it represents except in the manner indicated above.  Failure to comply with this requirement shall result in the disqualification of the Bidder.

    • Workers Compensation:

      When required by the Bid Document, the successful Bidder agrees to take out and maintain Workers Compensation Insurance upon its employees throughout the term of the contract.  The Bidder also agrees to furnish an official certification from the Industrial Commission of Ohio, showing that the successful Bidder has paid the necessary premiums for Workers Compensation insurance, whenever the Bid Document requires Workers Compensation.  If such certification is required in the Bid Document, no contract between the Board and the Bidder shall be created until a fully executed copy of such certification has been served upon the Board.

    • Infringements and Indemnifications

      To the fullest extent permitted by law, the successful Bidder shall protect, defend, indemnify and hold free and harmless the Board, and any officers, employees, successors, administrators or agents of same, from and against any and all claims, damages, losses, claims of loss, causes of action, penalties, settlements, costs, liabilities and expenses of any kind, including but not limited to attorney fees, arising out of or resulting from any acts or omissions of the successful Bidder, its officers, employees, consultants, agents, subcontractors, sub-subcontractors, successors or administrators, negligent or otherwise, and regardless of whether such claims, damages, losses, claims of loss, causes of action, penalties, settlements, costs, liabilities or expense is caused in part by any party indemnified hereunder.  The successful Bidder also agrees to be responsible for the payment of all damages, settlements, costs and expenses of any kind, including attorney fees, incurred by the Board while the Board defends or pursues any action, cause of action, or claim which arises out the aforementioned acts or omissions.  Such obligations include any claims arising out of the use of any patented material, process, article, or device that may enter into the manufacture, construction, or form a part of the work covered by either the order or contract.  Such obligations shall not be construed to negate, abridge, or reduce any other rights or obligations of indemnity which would otherwise exist as to a party or person described herein.

    • Default Provisions:

      In case of default by the successful Bidder, the Board may procure the articles or services provided for herein from any other source or sources and hold the successful Bidder responsible for any excess costs occasioned thereby.

    • Termination of Contract:

      The contract stemming from this Bid shall contain a provision that it may be terminated by either party upon written notice provided to the other party within such time period as the Board may determine therein.

    • Pricing:

      Prices should be stated in the units of the quantity specified in the Bid Document.  If the unit quantities requested are not available, include both the prices for the units that are available and a breakdown of those prices for the quantities requested.  In case of a discrepancy in computing the amount of the Bid, quoted unit prices for requested quantities will govern.

    • Delivery:

      Quotations should include all charges for delivery, packing, crating, containers, etc.  Unless otherwise stated by the Bidder, prices quoted will be considered as being based on delivery to the destination designated in the Bid Document and including all delivery and packing charges.

    • Makes:

      References to a particular trade name, manufacturer's catalog, or model number, are made for descriptive purposes to guide the Bidder in interpreting the Bid requirements.  They should not be construed as excluding Bid on other types of materials, equipment and supplies.  However, the successful Bidder will be required to furnish the particular item referred to in the Bid specifications unless a departure or substitution is clearly noted and described in the Bid shown to be compatible with the specifications and accepted by the Board.

    • Samples:

      Samples, when requested, must be furnished free of expense to the Board, and if not destroyed, will upon request be returned at the Bidders expense.

    • Cash Discounts:

      Time in connection with any cash discount offered would be computed from the date of delivery and acceptance at the final estimation or from the state at which a properly executed claim voucher is received if the latter date is later than the date of delivery and acceptance at the final destination.

    • Taxes:

      The Board is generally exempt from Federal Excise Tax and Ohio State Sales Tax. The County's Federal Tax Exemption Registry number is A284670. The Bidder shall be responsible for payment of any and all taxes, which might otherwise apply.

    • Bid Informalities, Rejection and Award:

      The Board reserves the right to reject any or all Bids.  The Board further reserves the right to waive any irregularities or clerical error in a Bid and to accept that Bid where, in the judgment of the Board or its agents, it is in the best interest of the Board to do so.  The Board also reserves the right to accept a part or parts of a Bid unless otherwise restricted in the Bid Document.

    • Payments:

      Partial payments may be made upon presentation of a properly executed claim voucher to the Montgomery County, Ohio Purchasing Department, unless otherwise stated in the Bid Document.  The final payment will be made when the materials, supplies, services, or equipment has been fully delivered and accepted or the work completed to the full satisfaction of the Board.  All invoices must show the properly assigned Montgomery County, Ohio Purchase Order Number.

    • Submission and Receipt of Bids:

      All bids, including any amendment or withdrawal, must be received prior to 1:30 pm on Wednesday, May 6, 2026. Any bid, amendment or withdrawal, which has not been completed prior to the noted due date and time, will not be considered. Conditional or qualified bids will be considered non-responsive.

      1. Bidders must provide all required information and use any proposal forms furnished by the Board or a copy thereof.
      2. Bidders must submit electronically through the County's OpenGov Procurement portal. 
      3. Fill in all applicable spaces on the forms provided. Failure to complete all requirements may make your bid unresponsive. 
      4. Provide all requested documents. Not uploading requested information may make your Bid unresponsive. 
      5. Password protected files cannot be uploaded into the OpenGov portal. Submission of password protected documents may cause your Bid to be considered non-responsive.
    • Correction of Errors:

      Corrections of errors in a Bid after the Bid opening shall not be allowed except for extension and/or addition errors that are clearly evident in the Board's sole discretion.  Correction of such errors shall only be allowed if accomplished by 4:00 p.m. on the second working day after the Bid opening not counting the day of the Bid opening.

    • Official Clock:

      The official clock to determine whether Bids are submitted before the time at which all Bid are due shall be the clock contained within the OpenGov eProcurement website.

      Bid Post Date:April 10, 2026
      Bidder Questions Deadline:April 24, 2026, 1:30pm
      Question Response Deadline:May 1, 2026, 1:30pm
      Bid Submission Deadline:May 6, 2026, 1:30pm
    • Bid Evaluation:

      All bids received shall be evaluated using the following three (3) procedures:

      1. Bid Document Evaluation - the submitted bid is compared to the requirements found herein and in the bid documents for bid form and content. Failure to meet any of the requirements specified in the bid documents may result in disqualification of the bid.
      2. Bid Specification Evaluation - the submitted bid is compared to the specifications in the bid documents. Failure to meet any of the requirements specified in the bid documents may result in disqualification of the bid.
      3. Price Evaluation - The price proposals in a submitted bid shall be evaluated on the basis of the lowest and best bid pursuant to Ohio Revised Code '307.86. Bids, which are not lowest and best pursuant to Ohio Revised Code’307.86, will be disqualified.

      The bid award shall be made to the bidder(s) whose bid(s):

        1. Has not been disqualified through the Bid Document Evaluation.
        2. Has not been disqualified through the Bid Specification Evaluation.
        3. Has not been disqualified through the Bid Price Evaluation.
    • Responsible Bidders:

      The Board reserves the right to consider all elements entering into the question of determining the responsibility of a Bidder.

    • Intent:

      The intent of the Bid Document and the agreement stemming therefrom is to include all items necessary for the proper execution and completion of the Work by the successful Bidder. The entire Bid Document and the agreement stemming there from are complementary, and what is required by one shall be as binding as if required by all.  Performance by the successful Bidders shall be required only to the extent consistent with the Bid Document and the agreement stemming there from and reasonably inferable from them all as being necessary to produce the intended results.

    • Equal Employment Opportunity:

      During the performance of this Agreement, the Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, military status, national origin, disability, age, or ancestry. The Contractor may not discharge without just cause, refuse to hire, or otherwise discriminate against a person with respect to hiring, tenure, terms, conditions, or privileges of employment, or any matter directly or indirectly related to employment because of an employee’s race, color, religion, sex, military status, national origin, disability, age, or ancestry.

      The Contractor further agrees not to establish or knowingly permit any discriminatory or segregationist practices in connection with this Agreement, whether in the conduct of its own operations, the operations of its agent, or in those of any subcontractor. The Contractor shall ensure that all subcontractors comply with the non-discrimination provisions of this Agreement.

    • Disclosure:

      In addition to any requirement in the Bid Document, the contract evidencing the successful Bid will contain a covenant to be agreed to by the successful Bidder that it has complied with the Board's disclosure policy adopted pursuant to Resolution No. 88-1276, dated July 5, 1988, which requires anyone contracting with the Board to disclose to the Board any business relationship or financial interest that it has with a Montgomery County, Ohio employee or employee's business, or any business relationship or financial interest that a Montgomery County, Ohio employee has with the contracting party or in the contracting party's business.  That contract will also create a continuing obligation to disclose such information to the Board.

    • Offer to Contract:

      The contract document to be executed by the successful Bidder shall constitute an offer by the successful Bidder to contract with the Board to supply the Work subject to the Bid Documents.  Such contract document shall be neither accepted nor binding until (1) returned to the Montgomery County, Ohio Purchasing Department within ten (10) days of receipt for signature (unless such time is otherwise extended in writing by the Board or its duly authorized agent), (2) certificated by the Auditor of Montgomery County, Ohio, (3) approved by a resolution of the Board, and (4) signed by the Board or the Montgomery County, Ohio Administrator.  Such offer to contract shall not be revocable by the Bidder, except as provided by law.  In the event no contract document is to be executed by the successful Bidder, the Bid shall constitute an irrevocable offer to enter into a contract and the receipt of the purchase order from the Board pursuant to such contract shall signify the Board's acceptance of the Bidders offer to contract pursuant to the terms of the Bid Document.

    • Bid Proposal Embellishment:

      Each Bidder may describe its Bidder service by responding, point-by-point, to the functional requirements of the Bid Document and shall so respond to the information requirements of the Bid Document.  Such responses shall be tailored to specifically answer or clarify those portions of the Bid Document necessitating an answer or clarification.  Regardless of the nature of the Bid as an "Offer," the addition of or reference to "boiler-plate" language, material or conditions shall not be used in the body of such a response and will be discarded and treated as if not part of the Bid and inclusion thereof may be grounds for rejecting the Bid .  Additionally, regardless of the nature of the Bid as an "Offer," any language in the Bid altering any portion of these General Conditions, particularly, but not limited to, the sections of these General Conditions titled "Infringements and Indemnifications,"  "Termination of Contract," "Equal Employment Opportunity," and "Disclosure," will be discarded and treated as if not part of the Bid and inclusion thereof may be grounds for rejecting the Bid .

    • Insurance:

      The successful Bidder shall furnish a bond to the Board covering faithful performance of the contract arising out of that Bid and payment of obligations arising there under in an amount equal to one hundred percent (100%) of the full sum provided for under the contract and that bond shall be conditioned upon the faithful performance of that contract and shall remain in effect for the duration of the contract term. This requirement may be satisfied by the successful Bidder posting a bond, or by providing a letter of credit or a cashier's check in the amount specified. If a bond satisfies the requirement, the surety for such bond shall be a surety company authorized to do business in the State of Ohio.

    • Performance or Payment Bond:

      The successful Bidder shall furnish a bond to the Board covering faithful performance of the contract arising out of that Bid and payment of obligations arising there under in an amount equal to one hundred percent (100%) of the full sum provided for under the contract and that bond shall be conditioned upon the faithful performance of that contract and shall remain in effect for the duration of the contract term. This requirement may be satisfied by the successful Bidder posting a bond, or by providing a letter of credit or a cashier's check in the amount specified.  If a bond satisfies the requirement, the surety for such bond shall be a surety company authorized to do business in the State of Ohio.

    • Liability for Bid Preparation:

      The Board, and any officers, employees, successors, administrators or agents of same, assume no responsibility nor liability for costs incurred in the preparation and/or submission of any Bid .

    • Bid Proposal Duration:

      No Bid shall be withdrawn after it has been deposited with the Board.  By submitting your Bid, you agree to leave your Bid firm for sixty (60) days after the Bid opening date unless some other duration is specified in the Bid Document.

    • Sample Contract:

      The Bid Document may contain a sample contract document.  If so, such contract document is an example of the contract document that the successful Bidder will be required to sign to evidence the Agreement between that successful Bidder and the Board stemming from this Bid solicitation.  Alternative contract documents submitted by the Bidder will not be accepted.  The Board shall fill in all blanks contained in the sample before such document is presented to the successful Bidder for signature.  Additionally, only one version of any multiple version paragraphs appearing in the sample shall be in the contract document presented to the successful Bidder for signature.  In the rare case of an error in the Bid Document, the actual contract document presented to the successful Bidder may differ from the sample.

    Submission Requirements

    • Date of Establishment (required)

      When was organization established?

      Style

      01/01/1991

    • Other Business Names (required)

      Has this business operated under a different name?

    • DBA Names (required)

      Please list all former names and the dates during which they were used.

    • Exceptions (required)

      Are there any exceptions to the details, requirements, or goals contained herein these project documents? 

    • Exceptions Justification (required)

      If there are exceptions to specifications, please attach a complete list of any and all exceptions. This must be uploaded to your bid to receive consideration.

    • Warranties (required)

      Does your bid include warranties?

    • Warranty Information (required)

      Please provided detailed warranty information.

    • Form 3: Disclosure Policy (required)

      Please download the below documents, complete, and upload.

    • Form 4: Tax Delinquent. Must be notarized (required)

      Please download the below documents, complete, and upload. Please note, this form must be notarized

    • General Conditions (required)

      Bidder has read, understands, and accepts the General Conditions contained within the Bid documents?

    • Tire Brand and Properties (required)

      Please list Brand, Hardness, Rubber Used and Rubber Amount (Example:  Brawler HPS SoftRide, 30 Equivalent, 272/32, 2529 lbs).

    • Damaged Item Repair or Replacement (required)

      Damaged items shall be repaired or replaced to the County's satisfaction within 30 days after Delivery.

    • Percentage Off Non-Bid Items (required)

      How much percentage off items not bid?

    • Delivery Time (required)

      How many working days for delivery?

    • Delivery Charges (required)

      Prices proposed include any and all delivery/freight charges?

    • All Items Bid (required)

      Did you submit a bid for all items?

    • Bid Proposal (required)

      Bid Proposal will remain firm for acceptance for 90 days after bid opening unless otherwise stated?

    • Bid Length (required)

      How long will the bid remain valid?

    • Price Proposal (required)

      Are prices firm for the Initial On-Year Term?

    • First One-Year Extension Option (required)

      Bidder is interested in first one-year extension option?

      If yes, you agree to not exceed the CPI adjustment.

    • Second One-Year Extension Option (required)

      Vendor is interested in second one-year extension option? 

      If yes, you agree to not exceed the CPI adjustment 

    • Third One-Year Extension Option (required)

      Vendor is interested in third one-year extension option? 

      If yes, you agree to not exceed the CPI adjustment 

    • Fourth One-Year Extension Option (required)

      Vendor is interested in fourth one-year extension option? 

      If yes, you agree to not exceed the CPI adjustment 

    • Bidder Notification (required)

      Bidder will notify both Montgomery County and the coordinating political subdivision as requested per bid specifications? 

    • Insurance Requirements (required)

      Bidder understands and will adhere to all insurance requirements, and agrees to meet or exceed all political subdivision specifications? 

    • Compliance Section
    • Main Project Contact (required)

      Please include first and last name, phone number, and email address of the main project contact related to this Bid.

    • Date of Establishment (required)

      When was organization established?

      Style

      01/01/1991

    • Registered in Ohio (required)

      Are you registered to do business in Ohio?

      https://businesssearch.ohiosos.gov/

    • Foreign Entity (required)

      As stated within the previous question, the proposer is required to furnish a Certificate of Good Standing from the Ohio Secretary of State showing the right of the proposer to do business in the State. Or, in the case that the proposer is an individual or partnership, the proposer shall certify it has filed, with the Ohio Secretary of State, a Power of Attorney designating the Ohio Secretary of State as the proposer agent for the purpose of accepting service of summons in any lawful legal action.

      Please upload the applicable proof based on your current status at the time of this submittal.

    • Civil Judgment (required)

      Have you, or any of your principals, within a three-year period preceding award of this agreement been convicted of or been subject to a civil judgment rendered for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or Local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property?

    • Additional Information (required)

      Please provide detailed information about the existence of such instances in your organization.

    • Indictment or Criminal Charges (required)

      Are you, or any of your principals, presently indicted for or otherwise criminally charged by a governmental entity (Federal, State, or Local) within commission of any of the offenses enumerated in the previous question?

    • Additional Information (required)

      Please provide detailed information about the existence of such instances in your organization.

    • Transactions Terminated for Cause or Default (required)

      Are you, or any of your principals, within the three-year period preceding this proposal date had one or more public transactions (Federal, State, or Local) terminated for cause or default?

    • Federal Debarred / Suspended (required)

      The Bidder certifies that they are neither debarred nor suspended under Federal and State rulings from receiving Federal funds.

    • No Lobbying (required)

      The Bidder certifies they will not use contract funds to lobby.

    • Additional Information

      Please upload any additional information or supporting documentation you would like to provide. 

    • Submittal Confirmation (required)

      Bidder hereby certifies that all information provided within this submittal is true, accurate and complete to the best of their knowledge. Submitting party or Bidder further acknowledges that they have authority and have provided proof of said authority to submit a Bid on behalf of the stated Company name committing them to the information and pricing contained within this Bid Response.

    • Requirements (required)

      Is the Pre-Bid Conference mandatory?

    • Advertisement Date (required)

      What is the advertisement date?

      Please enter in the following style:

      Month Day, 2025.

      E.g., January 31, 2025. 

      NOT, 01/31/2025.

    • Estimated Yearly Value (required)

      What is the estimated yearly value of the contract? 

      DO NOT INCLUDE A DOLLAR SIGN

    • Performance Bond (required)

      Will a performance bond be required?

    • Performance Bond Amount (required)

      What is the amount of the payment bond?

    • Invoices (required)

      At whose attention should invoices be billed to?

    • Prevailing Wage (required)

      Will work performed under this price agreement be subject to prevailing wage?

    • Term (required)

      Is this agreement for One (1) Year price agreement with an option to extend for four (4) additional one (1) Year terms.?

    Questions & Answers

    Q (Required Tire Specifications): The bid states that you are only looking for a 23.5x25 Brawler HPS with design specifications that are unique to that specific tire brand (elliptical aperture design, etc). Are you accepting bids for any other solid rubber tire brands, or is this bid specific to Brawler only?

    A: We will accept bids for other solid rubber tire brands as well.


    Key dates

    1. April 10, 2026Published
    2. May 6, 2026Responses Due

    AI classification tags

    Frequently asked questions

    SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.