Ford Police Interceptor Utility Hybrid Uplift Bid

expired opportunity(Expired)
From: Fort Mitchel(City)

Basic Details

started - 20 Mar, 2022 (about 2 years ago)

Start Date

20 Mar, 2022 (about 2 years ago)
due - 04 Apr, 2022 (about 2 years ago)

Due Date

04 Apr, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification

Identifier

N/A
City of Fort Mitchell

Customer / Agency

City of Fort Mitchell
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

City of Fort Mitchell Invitation to Bid March 23, 2022 Ford Police Interceptor Utility Hybrid Upfit Bid CONTENTS INVITATION TO BID ................................................................................................................................. 3 Overview ............................................................................................................................................ 3 Proposal Contact ................................................................................................................................ 3 Submission Addressing ...................................................................................................................... 3 Timeline and Due Date ....................................................................................................................... 3 INSTRUCTIONS TO BIDDERS .................................................................................................................... 4
GENERAL CONDITIONS ........................................................................................................................... 5 Upfit SPECIFICATIONS ............................................................................................................................ 7 BID PRICING SHEET ................................................................................................................................. 9 REQUIRED AFFIDAVIT FOR BIDDERS CLAIMING KENTUCKY RESIDENT BIDDER STATUS ....................... 10 VENDOR INSURANCE REQUIREMENTS ................................................................................................ 11 INVITATION TO BID OVERVIEW The City of Fort Mitchell, Kentucky, will accept sealed bids for the upfit of 3 Ford Police Interceptor Utility Hybrid vehicles. The selection will be based on overall price and reliability of the bids. The City’s needs are outlined in the following Invitation to Bid. PROPOSAL CONTACT Name Andrew Schierberg, Chief of Police Phone 859-331-2823 Email andrew.schierberg@fortmitchell.com Address 2355 Dixie Highway Fort Mitchell, KY 41017 SUBMISSION ADDRESSING Bids should be submitted by email, mail, or hand delivered to: City of Fort Mitchell Attn: City Clerk 2355 Dixie Highway Fort Mitchell, KY 41017 proposals@fortmitchell.com Bids must be submitted in a sealed envelope marked: “Ford Police Interceptor Utility Upfit Bid”, By 04/04/2022 at 11:00 a.m. TIMELINE AND DUE DATE EVENT DATE Invitation Distribution March 24, 2022 Bid Due Date & Opening April 4, 2022 11:00 a.m. Eastern Anticipated Vendor Selection April 4, 2022 Anticipated Installation Date April-May 2022 - End of Section – mailto:andrew.schierberg@fortmitchell.com INSTRUCTIONS TO BIDDERS 1. Each bid must be signed by the bidder with his usual signature. Bids by a Partnership must be signed with the partnership name by one of the members of the partnership, or by an authorized representative, followed by the signature and title of the person signing. Bids by Corporations must be signed with the name of the corporation, followed by the signature and designation of the president, secretary, or person authorized to legally bind the corporation. 2. Bids must be received prior to the specified time of closing as designated in the invitation. Bids received late will be returned unopened to the bidder. 3. Bids containing erasures or corrections thereon will be rejected unless said erasures or corrections are noted over the initials or signature of the bidder. 4. References in the Technical Specifications describing the material, supplies, or services required of a particular trade name, catalog or model number are made for descriptive purposes to guide the bidder in interpreting the type of material or supplies or nature of the work described. They should not be construed as excluding offers on other type of materials and supplies or of performing the work in a manner other than specified. However, the bidder’s attention is called to Paragraph 6 of the General Conditions which must be strictly adhered to. 5. The City’s sales tax exemption status may not be used by the bidder to acquire materials or supplies on a sales tax exempt basis. Any sales taxes or other taxes incurred by the bidder remain the responsibility of the bidder. It is assumed that all such costs incurred by any bidder are included in his bid price. - End of Section – GENERAL CONDITIONS 1. This bid shall be for a upfit of three (3) of the described vehicles. 2. The City of Fort Mitchell reserves the right to reject any and all bids, and unless otherwise specified by the bidder, to accept any item or group of items in the bid. In case of error in extending the total amount of the bid, the unit price will govern. 3. The City of Fort Mitchell’s payment terms are net 30. 4. In case of default by the bidder or contractor, the City of Fort Mitchell may procure the articles or services from other sources and hold the bidder or contractor responsible for any excess cost occasioned thereby. 5. Prices shall be stated in units of quantities specified. 6. Whenever a reference is made in the specifications or in describing the materials, supplies or services required, or a particular trade name, manufacturer’s catalog, or model number, the bidder, if awarded a contract, will be required to furnish the particular item referred to in strict accordance with the specifications or description unless a departure or substitution is clearly noted and described in the proposal by the bidder. 7. The bidder, if awarded an order or contract, agrees to protect, defend, and save harmless the City against any demand for the use of any patented materials, process, article, or device, that may enter into the manufacture, construction, or form a part of the work covered by either order or contract and he further agrees to indemnify and save harmless the City from suits or actions of every nature and description brought against it, for or on account of any injuries or damages received or sustained by any party or parties, by or from any of the acts of the contractor, his servants, or agents. 8. Samples, when requested, must be furnished free of expense prior to the opening of bids and if not destroyed will, upon request, be returned at the bidder’s expense. 9. Terms and conditions, unless stated otherwise herein, are to be effective for one year from the date of bid acceptance. 10. All bids shall remain valid for a period of ninety (90) days after bid opening unless a longer period is otherwise stated herein. 11. All federal, state, and local law requirements must be followed. 12. Prior to a contract being awarded to the lowest and best responsible and responsive bidder whose bid meets specifications, a resident bidder of the Commonwealth shall be given a preference against a nonresident bidder registered in any state that gives or requires a preference to bidders from that state. The preference shall be equal to the preference given or required by the state of the nonresident bidder. 13. Bids will be evaluated and awarded to the Lowest and Best Bid 14. “Responsible bidder” means a person who has the capability in all respects to perform fully the contract requirements, and the integrity and reliability which will assure good faith performance. 15. Special Conditions, if any, are enclosed. A conflict between Special Conditions and 16. General Conditions shall be construed in favor of the Special Conditions. 17. The Description of Requirements and Specifications (technical specifications) for the procurement are enclosed herewith. 18. The City reserves the right to reject any and all bids, the right to waive any informality or irregularity in any bids, and the right to negotiate with the bidder submitting the apparent lowest and best bid. 19. Preference for Kentucky resident bidders will be applied in accordance with Kentucky law. - End of Section - UPFIT SPECIFICATIONS The Fort Mitchell Police Department seeks the following equipment to be fully installed in 3 Ford Interceptor PIU Hybrids currently on order (substantially similar equipment may be substituted but any substitutes should be noted: 1 Jotto Ford PI Utility (2020+) Integrated Printek Brother Contour Console – IPBCC (425-6508) 1 Jotto Armrest - Upper Structure (7.75" x 8" x 8") (425-6260) 1 Jotto ABS Dual Cup Holder Faceplate Mount (4") (425-3704) 1 Pentax PocketJet 722 Printer w/power cable 1 Charge Guard CG-X or equivalent 1 12v Power Supply, 3 port (right exterior of console) 1 Ford PIU Center Dash Tray for radar mounting 1 Red/White interior work light (Driver compartment) 1 Red/White LED interior work light (Cargo area) 1 Setina Front Partition Ford Explorer w/coated polycarbonate slide window 1 Setina Replacement Rear Seat Kit w/ coated polycarbonate partition 1 Setina Window Bars 1 Setina Single T-Rail Gun Mount w/Universal XL Lock 1 Federal Signal Push Bumper (PBX07) with four light top channel (PBX-TC4L-3) 1 Federal Signal Pit Bars Kit (PBX-PIT07) 1 Federal Signal Allegiant 53” Lightbar, Blue/Red 1 Federal Signal Pathfinder Siren/Light Controller w/traffic advisor 1 Federal Signal speaker-emergency 100W plastic w/bracket 1 Federal Signal Rumbler subwoofers only w/mounts 2 Federal Signal Micropulse Ultra MPS62U-BW 12-LED, Blue/White (top push bar channel 1,3) 2 Federal Signal Micropulse Ultra MPS62U-RW 12-LED, Red/White (top push bar channel 2,4) 2 Federal Signal Micropulse Ultra 12 Tri – Red/Blue/White (L/R pushbumper uprights) 2 Federal Signal Micropulse Ultra 6 Dual – Red/Blue (Pit Bar) 2 Federal Signal Micropulse Wide Angle (MPSW9-RB or MPSW6-RB) – Red/Blue (beneath side mirrors) 4 Federal Signal Micropulse Ultra 12 Dual – Red/Blue (2 interior rear side window, 2 exterior tailgate) 2 Federal Signal Micropulse C Series – Red/Blue (MPSC2-RB) (mounted for raised rear hatch) 2 Federal Signal Micropulse Ultra 6 Red (MPS61U-R) (Rear bumper left side, Interior rear window upper right side) 2 Federal Signal Micropulse Ultra 6 Blue (MPS61U-B) (Rear bumper right side, Interior rear window upper left side) - Federal Signal Wedge Kits and Brackets as required - Installation of Watchguard Camera System. Agency provides front camera, monitor unit, rear compartment camera & microphone, DVR, bodycam charging base, PoE Switchbox, and interior antenna assembly. - Installation of agency provided Jotto MDC Desk. - Installation of mobile radio antenna and agency provided mobile radio. - Installation of radar. Agency provides radar counting unit & display, front and rear antennae, and cables. - Installation of agency provided USB GPS puck (mounted to dash tray). BID PRICING SHEET Bidders may list details of pricing here or attach a separate memo with their detailed bid. _________________________________________________________________________________________________ _________________________________________________________________________________________________ _________________________________________________________________________________________________ _________________________________________________________________________________________________ _________________________________________________________________________________________________ _________________________________________________________________________________________________ _________________________________________________________________________________________________ _________________________________________________________________________________________________ _________________________________________________________________________________________________ _________________________________________________________________________________________________ _________________________________________________________________________________________________ _________________________________________________________________________________________________ _________________________________________________________________________________________________ Non-Collusive Bid Statement: The undersigned bidder, having fully informed himself regarding the accuracy of the statements made herein, certifies that: (1) The bid has been arrived at by the bidder independently and has been submitted without collusion with, and without any agreement, understanding, or planned common course of action with any other vendor of materials, supplies, equipment, or services described in the bid, designed to limit independent bidding or competition, and (2) The contents of the bid have not been communicated by the bidder or its employees or agents to any person not an employee or agent of the bidder or its surety on any bond furnished with the bid, and will not be communicated by any such person prior to the official opening of the bid. ___________________________________________ ______________________________________ Signature of Authorized Official Name and Title (Printed) ___________________________________________ ______________________________________ Name of Business Business Phone _________________________________________________________________________________________ Business Address _________________ Date Affix Seal if bid is by corporation REQUIRED AFFIDAVIT FOR BIDDERS CLAIMING KENTUCKY RESIDENT BIDDER STATUS The bidder or offeror hereby swears and affirms under penalty of perjury that, in accordance with KRS 45A.494(2), the entity bidding is an individual, partnership, association, corporation, or other business entity that, on the date the contract is first advertised or announced as available for bidding: 1. Is authorized to transact business in the Commonwealth; 2. Has for one year prior to and through the date of advertisement 3. Filed Kentucky corporate income taxes; 4. Made payments to the Kentucky unemployment insurance fund established in KRS 341.49; and 5. Maintained a Kentucky Workers’ Compensation policy in effect. The City of Fort Mitchell reserves the right to request documentation supporting a bidder’s claim of resident bidder status. Failure to provide such documentation upon request shall result in disqualification of the bidder or contract termination. ___________________________________________ ______________________________________ Signature of Authorized Official Name and Title (Printed) ___________________________________________ ______________________________________ Name of Business Business Phone _________________________________________________________________________________________ Business Address _________________ Date Subscribed and sworn to before me by: ______________________________________ of ________________________________ this ________ day of 2022 Notary Public [seal of notary] My commission expires: VENDOR INSURANCE REQUIREMENTS Prior to commencement of your services, you must provide the city with a certificate of insurance evidencing the following insurance coverage: The company agrees to carry sufficient insurance for liability which may arise from or in connection with the possession of the vehicles belonging to the City of Fort Mitchell Police Department until such time as delivery of the upfitted vehicles has been accepted. The City of Fort Mitchell shall hold no responsibility for injury related to the transportation and delivery of the vehicles. The City of Fort Mitchell holds no responsibility for damages to the vehicles being delivered or any third party injury or damages prior to accepting delivery of the vehicles being purchased. Any and all liability coverage shall name the City of Ft. Mitchell as Additional Insured on a primary and non‐contributory basis. A satisfactory certificate of insurance evidencing the coverage outlined above shall be provided before any services are rendered.

2355 Dixie Highway, Fort Mitchell, KY 41017Location

Address: 2355 Dixie Highway, Fort Mitchell, KY 41017

Country : United StatesState : Kentucky

You may also like

POLICE UTILITY INTERCEPTORS

Due: 02 Apr, 2025 (in 11 months)Agency: Suffolk County

CURRENT MODEL YEAR OR NEW POLICE INTERCEPTOR UTILITY K-9 VEHICLE ALL WHEEL DRIV

Due: 30 Apr, 2024 (in 4 days)Agency: City of St. Louis

Ford Pursuit Utility Vehicles - Hybrid and Non-Hybrid

Due: 12 Jan, 2026 (in 20 months)Agency: Baltimore City

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.