INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE SECOND FLOOR VALDOSTA, GEORGIA 31601

Similar documents
INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1

Bartlesville Police Department CITY OF BARTLESVILLE, OKLAHOMA BID SPECIFICATIONS FOR Police Pursuit SUV Bid#

Rockwood School District Diesel Fuel Bid. BIDS DUE ON June 17, 2013 AT 11:00 A.M. CDT

Town of South Windsor, Connecticut. Police Department

Bartlesville Police Department CITY OF BARTLESVILLE, OKLAHOMA BID SPECIFICATIONS FOR Full-Size Police Pursuit Vehicle Bid#

Phenix City Schools BID NO. GF Purchase of Three New Vehicles. Bid Opening Date & Time: January 7, 2019 at 9:00 AM EST

(APPLICATIONS WILL NOT BE ACCEPTED WITHOUT ALL PAPERWORK):

OFFICE OF SUPERINTENDENT DELAWARE COMMUNITY SCHOOL CORPORATION 9750 N CR 200 East Muncie, IN Phone: Fax:

PURCHASING DEPARTMENT

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M.

Dubuque Community School District SPECIFICATIONS BID FORM AND TIME AND PLACE OF FILING

REQUEST FOR BID For Trucks. Bid Notice

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

REQUEST FOR BID For Trucks. Bid Notice

BOCC MEETING TRANSMITTAL. #4 - Effective and Responsive Government. Consent. Ongoing

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA BID #

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES

INVITATION TO BID Fort Morgan Golf Course Golf Carts

PROPOSAL FORM 2014 FUEL BID

` Coweta County, Georgia Commercial / Special Use Application (Please allow up to two weeks to process applications)

FLORIDA SHERIFFS ASSOCIATION, FLORIDA FIRE CHIEFS ASSOCIATION, & FLORIDA ASSOCIATION OF COUNTIES

TENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

H OUSTON COUNTY BOARD OF COM M I SSI ONERS

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.

Applicant Information All spaces must be filled in. Applications with blank spaces will be rejected.

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

GEORGIA SECURITY AND IMMIGRATION COMPLIANCE and House Bill 87, also known as, The Illegal Immigration Reform and Enforcement Act of 2011

PART A TENDER SUBMISSION

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

ALLEGANY COUNTY COMMISSIONERS ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS. June 2018 BIDDING SPECIFICATIONS FOR NEW ONE-HALF TON PICKUP TRUCKS

GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT AFFIDAVITS

NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN

City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

INVITATION TO BID. January 10, 2018

REQUEST FOR BID (RFB) # B X4 ONE TON CHASSIS CAB DUALLY POSTING DATE: MARCH 7, 2018

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department

Request for Proposal. Articulated Loader

Community Unit School District # Church St Loami, IL

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations

INVITATION TO BID (ITB)

REQUEST FOR BIDS (RFB) # (1) NEW X4-3/4 TON EXTENDED CAB PICKUP TRUCK WITH LIFT GATE POSTING DATE: MARCH 7, 2018

The attached pre-qualification application should be submitted with your bid, in a separate sealed envelope.

2014 Chevrolet Express Cargo Van 2500 RWD 135 or Equivalent Model. Bids Due MAY 19, :00PM

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016

Town of Marystown. Tender For. One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4

DATE: August 13,

Request for Quote # Armored Vehicle for Hammond Police Swat Team

TENDER HALF TON PICKUP TRUCK, 4x4

Municipality of the District of West Hants Request for Proposal (RFP) PW Supply of one (1) new ½ Ton 4x4 Truck

INVITATION TO BID (ITB)

CITY OF KYLE, TEXAS INVITATION FOR BID (IFB) NO: PM

ONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL

CUBA-RUSHFORD CENTRAL SCHOOL DISTRICT 5476 ROUTE 305 CUBA, NEW YORK ******** BID FORM FOR. Truck 2018 or Newer ********

CITY OF DUBUQUE VEHICLE BID BID DATE: 08/26/2016 BID DUE DATE: 09/12/2016 PURCHASING COORDINATOR'S OFFICE FINANCE DEPARTMENT 50 WEST 13TH STREET

Q10. What are the payment terms? A10. Payment terms vary per participating agency. Refer to Page 16 of bid document.

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID

KENDALL COUNTY HIGHWAY DEPARTMENT

CITY OF MARSHALL, MINNESOTA

Town of Digby. Tender Equipment Purchase 4 WD One Ton Truck CONTENTS

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

Request for New Heavy Duty 3/4 ton Pickup Truck for Lee County Emergency Management

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

H OUSTON COUNTY BOARD OF COM M I SSI ONERS

BID PACKAGE (2)NEW 2018 SELF-PROPELLED BROOMS

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1

EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS. Tender Call General Instructions General Requirements Specifications...

City of Lewiston Finance Department Allen Ward, Purchasing Agent

INVITATION TO BID FUEL PRODUCTS

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

THE MUNICIPALITY OF WEST ELGIN. QUOTE FOR THE SUPPLY OF ONE - 1/2 Ton Pickup Truck INSTRUCTIONS TO BIDDERS

SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

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

As Introduced. 132nd General Assembly Regular Session S. B. No

ONE (1), LPG POWERED SOLID TIRE FORKLIFT For the Boone County Public Works Solid Waste Department

COUNTY OF MARQUETTE SHERIFF S OFFICE SPECIFICATION # SSV

City of Storm Lake Fire Department Heavy Rescue Specifications

THREE (3) NEW 2018 SIX WHEEL DRIVE MOTOR GRADER WITH LIFT GROUP, REAR-RIPPER/SCARIFIER, AND SNOW WING.

ATTACHMENT A ITEM# 5

SYNOPSIS OF PROPOSED GEORGIA DEPARTMENT OF PUBLIC SAFETY RULES CHAPTER TRANSPORTATION NETWORK COMPANIES AND TAXI SERVICES

Community Unit School District # N Cedar St New Berlin, IL

City of Winter Springs GOLF CART REGISTRATION PACKET. Applicant s Name: Address: City, State Zip. Driver s License No. Additional Drivers

CITY OF NIAGARA FALLS, NEW YORK

GALLATIN PUBLIC UTILITIES

Guelph/Eramosa Township

Barrow County Board of Commissioners

VEHICLE SPECIFICATIONS Mid-Sized 4 X 4 Sport Utility Vehicle REV 05/16

Transcription:

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX 1125 216 E. CENTRAL AVENUE SECOND FLOOR VALDOSTA, GEORGIA 31601 BID # 17-18-19 FOR: (12) Rear Wheel Drive Pursuit Vehicles BID OPENING DATE: January 8, 2019 TIME: 10:00 AM EST GREG BROWN, CPPB, CPPO PURCHASING AGENT (229) 259-3525 Fax (229) 259-5460

NOTICE TO DEALERS/VENDORS 1. Any prices bid by dealer/vendor on any items offered to the City of Valdosta shall be the price effective at the date of delivery. 2. No delivery date of ASAP (As Soon As Possible) shall be considered acceptable on items that have a maximum delivery date listed in the specifications. 3. The City of Valdosta reserves the right to accept alternate bids on any or all items where maximum delivery date, as listed in the specifications is not met by dealer/vendor. 4. Signature below of authorized agent for dealer/vendor shall constitute recognition and acceptance of all conditions of the sale as listed above. 5. All shipping is to be FOB Valdosta, GA 31601 and included in total price unless otherwise stated in the bid document. 6. Please be aware that private and public mail carriers are not always reliable on next day delivery in our area. Please assure your response is sent in plenty of time to reach us. As you know, late responses are not acceptable. If you utilize the US Postal Service and mail your response to the physical address, the chances are high it will be diverted to our post office box so allow extra time for delivery. Private carries will deliver to the physical address but include Purchasing, 2 nd Floor in your delivery address and be aware that although you pay overnight fees, overnight delivery is not always successful although you are told the delivery time will be met. Dealer/Vendor Authorized Agent

GENERAL SPECIFICATIONS It is the intent of these specifications to furnish the City of Valdosta with the following requisitioned equipment, according to the attached. It is clearly understood that the following are minimum specifications and are made in order to show the exact quality through specifications of the equipment proposed. The City of Valdosta reserves the right to accept any or all bids or to choose the bid considered to be in their best interest. The final decision of purchase will be made upon the award of the City of Valdosta Mayor and Council if the item or items total are greater than $25,000. Cooperative Procurement By signing this bid package, Vendor agrees it will permit piggyback purchases to this bid/contract for other government entities where governmental discounts apply such as city, county, local authorities, agencies, non-profits, boards of education, or other governmental agencies not listed offering the same prices, terms, and conditions offered to the City of Valdosta. Piggybacking shall only be available where competition was used to secure the contract and only for a period of 12-months following award date, or during renewals or extension periods of the contract. Also, the piggybacking will only be for the item(s) in the original bid/quote as they are specified with the exception of very minor changes. Changes such as engine size, pump size, different body style, etc. will not be allowed. This provision shall not apply to any contract where otherwise prohibited or mandated by state law. NO BID WILL BE CONSIDERED IF RECEIVED AFTER THE DATE AND TIME SPECIFIED. Be sure to put the Bid Number on the outside of your return envelope.

INSTRUCTIONS TO BIDDERS 1. Proposals must be made upon the form of the proposal attached hereto. They must be enclosed in a sealed plain envelope, with the bid number written on the outside and endorsed with the title of the proposal, and must be filed with the Purchasing Agent of the City of Valdosta, located at 216 E. Central Ave 2nd floor. In the event you choose to mail your proposal, it should be mailed to Greg Brown, P.A., P.O. Box 1125, Valdosta, Ga. 31603. 2. No bidder will be allowed to withdraw his proposal for any reason whatsoever after the bids have been opened. 3. The specifications represent the minimum general size, weight, capacity and performance characteristics desired in the equipment to be purchased. These requirements are not intended to prevent obtaining fair prices or to eliminate competition, but to insure, if possible, that all bids submitted shall not be subject to correction or alteration after the bid has been filed, opened, and publicly read. In view of an unusual wide disparity in details of design and manufacture, complete descriptive literature and manufacturer s specifications must be submitted on each type of equipment offered. The City of Valdosta reserves the right to evaluate any or all bids, particularly where there is a range in specifications. Special consideration will be given to the ready availability of repair parts and service. 4. Federal or State taxes are not applicable to Georgia Municipalities under the United States Code Title 26 and Georgia Exemption Certificate Number 3-465-686-300-1. 5. It is expressly understood by the bidder that written notice of the award or purchase order by the City of Valdosta will constitute an agreement and consummate the transaction and will serve together with the proposal, the advertisement, these instructions and the detailed specifications, as the entire form of contract between the parties. 6. The bidder agrees that the City of Valdosta reserves the right to reject any or all proposals, or to accept the part of the bid considered to be in the best interest of the City. 7. Specifications referred to minimum, therefore unless otherwise indicated by the bidder, the City will assume proposals meet or exceed all specifications. 8. The names of a certain brand, make or definite specifications are to demote quality standard of the article desired, but do not restrict bidders to be specific brand, make or manufacturer named; it is to set forth and convey to prospective bidders the general style, type, character and quality of the article desired. 9. The award of the contract will be made to the lowest responsible bidder taking into consideration quality performance and the time specified in the proposals for the performance of the contract. The City of Valdosta reserves the right to reject all bids as appears in its own best interest and to waive technicalities. In cases of a tie, the bid in the best interest of the City will be awarded.

The following affidavit is to accompany the bid: STATE OF COUNTY OF NON-COLLUSION AFFIDAVIT Owner, Partner or Officer of Firm Company Name, Address, City and State Being of lawful age, being first duly sworn, on oath says that he/she is the agent authorized by the bidder to submit the attached bid. Affiant further states as bidder, that they have not been a party to any collusion among bidders in restraint of competition by agreement to bid at a fixed price or to refrain from bidding. Affiant also states as bidder, that they have not been a party to any collusion with any officer of the City of Valdosta or any of their employees as to quantity, quality or price in the prospective contract; and that discussions have not taken place between bidders and any office of the City of Valdosta or any of their employees concerning exchange of money or other things of value for special consideration in submitting a sealed bid for: Firm Name Signature Title Subscribed and sworn to before me this day of, 20. Notary Public

GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT Contract No. and Name: Contractor s Name: City of Valdosta Georgia Contractor Affidavit By executing this affidavit, the undersigned Contractor verifies its compliance with O.C.G.A. 13-10-91, stating affirmatively that the individual, firm, or corporation which is contracting with the City of Valdosta, Georgia has registered with and is participating in a federal work authorization program*, in accordance with the applicability provisions and deadlines established in O.C.G.A. 13-10-91. The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this contract with the City of Valdosta, Georgia, the Contractor will secure from subcontractor(s) similar verification of compliance with O.C.G.A. 13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the City of Valdosta Georgia at the time the subcontractor(s) is retained to perform such service. EEV / E-Verify TM User Identification Number Date of Authorization BY: Authorized Officer or Agent (Contractor Name) Date Title of Authorized Officer or Agent of Contractor Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF, 201 [NOTARY SEAL] Notary Public My Commission Expires: *any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United Sates Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Contract Act of 1986 (IRCA), P. L. 99-603

SPECIFICATIONS It is the intent of these specifications to furnish the City of Valdosta with (12) twelve, 2019 or newer, Brand New, Rear Wheel Drive, 4 Door Sedan Police Pursuit Vehicles with the selected options (Dodge Chargers). The City would like to request an option to purchase additional units if funds allow until June 30, 2019. The actual amount purchased might be less from bid amount. These are minimum specifications and all deviations should be marked. Please return the marked deviations along with your proposal to this office. Note: This specification is to be used in conjunction with the latest published Georgia Specification for Rear Wheel Drive 4 Door Pursuit Vehicles. 1) Vehicle shall have a 5.7 L V8 to provide for maximum top speed and acceleration performance. 2) Shall have the brand specific police handling and performance package. 3) Engine cooling system will be the largest available and coolant recovery. 4) To have exhaust compatible with engine to provide for maximum top speed and acceleration performance with exhaust tips. 5) Fuel system to be compatible with engine to provide maximum top speed and acceleration performance, minimum 18.5 gallon tank. 6) Transmission is to be minimum 5-speed automatic electronically controlled automatic OD with low gear lock-out. Steering column shifter. 7) Suspension shall be heavy duty police package. 8) Stabilizers are to be heavy duty police package. 9) Differential is to be heaviest duty available and limited slip. 10) Rear axle is to conform as needed to meet highest performance. 11) Power steering assisted with maximum firm feel and fast return with tilt, anti-slip. 12) Vehicle to have driver, passenger, front/side air bags. 13) Brakes are to be four wheel disc and ABS. 14) Alternator is to be minimum 220 amp. heavy duty police package.

15) Battery is to be 12 volt, 800 amp. heavy duty. 16) 5 full size wheels are to be included. Covers are to be manufacturer standard and factory installed. 17) Power door locks and windows only driver controlled. 18) 5 full size tires, all season and highest speed rated, police type, tubeless radial, black wall (includes full size spare). P225/60R18 BSW Goodyear. 19) Electronic radio is to be AM /FM/ minimum six speakers, factory installed, with remote USB port and 12V power outlet, and blue tooth capability for hands free telephone usage or other devices. 20) Mfg. standard gauges to be included. 21) Trunk release located on left side of vehicle within drivers reach. 22) Front seats to be cloth bucket seat and have a (6) six way electric drive on driver s seat. Rear seat is to be vinyl. 23) Sedans shall be rear wheel drive only (no all wheel drive). 24) Outside LH and RH mirrors are to be heated and remote controlled. Rear view to be day / night type. 25) Exterior paint color is to be bright white with compatible black or gray interior (include color chart for both). Final selection shall be made after bid award and review of color charts supplied. The City reserves the right to select various colors. 26) Heavy duty rubber floor covering. 27) High intensity map header light is to be included. 28) Speedometer is to be 0-160 mph certified calibrated minimum. 29) Dual windshield washer with multi-speed and intermittent wipers. 30) Electric grid rear window defogger with control within drivers reach.

31) Locks are to be keyed alike with (3) keys furnished minimum and keyless entry. 32) Sun visors for LH and RH are to be padded. 33) Hood release is to be inside mounted. 34) Parking brake is to be automatic release. 35) Jack and lug wrench is to be included. 36) Air conditioner is to be factor installed. 37) Owner s manual is to be included. 38) Vehicle is to be delivered F.O.B. Valdosta, GA and delivery included in price. 39) Warranty shall be minimum (5) five years or 100,000 miles minimum from date of placement in service for all equipment including air conditioning. Please state: 40) Floor mats to be included with price. 41) Please state the year, make and model you are bidding. 42) Trunk mats to be included. 43) Engine oil cooler and electric power steering. 44) Must have appropriate power supply included for all police equipment to include radio, lighting, siren, switch box, computer, printer and other electronics. 45) Vehicles shall have installed halogen spotlight on the left front door post from factory, black. 46) Officer Protection Package to be included which shall include rear back up camera.

47) DIMENSIONS: Wheel base to be 120.2 please state: Overall length to be 198.4 please state: Overall height to be 58.4 please state: Overall width to be 75.0 please state: Turning diameter to be 37.7 please state: 48) Each vehicle shall have Suntek high performance window film. Product HP 20 charcoal, visible light transmittance 22%, total solar energy rejected 54%, reflectivity 8%, and UV rejected 99%. Film will be applied on all windows totally with the exception of the front windshield which will only have the top portion tinted. This will be on an agreeable line that the police department agrees to.

PROPOSAL We/I have examined the specifications and agree to furnish the City of Valdosta with the equipment/services accordingly. Any deviations from the specifications will be marked exception on the bid sheet. We/I propose to furnish the City of Valdosta with said equipment/ service for: Dollars Cents Each $ Each X 12 = $ Date: Company Name: Address: Remit Address: Phone Number: Fax: Signature: Title: Printed Name: Email: Delivery: Days After Receive Order Is your company currently on any State or Federal Debarment list? Yes No Will your company accept a credit card for payment? Yes No E-Verfiy Number: Include a copy in package Include a W-9 in package.