Replacement of Six (6) Sheriff's Office Patrol Vehicles

expired opportunity(Expired)
From: Gila County(County)
IFB No. 112920

Basic Details

started - 28 Dec, 2020 (about 3 years ago)

Start Date

28 Dec, 2020 (about 3 years ago)
due - 12 Jan, 2021 (about 3 years ago)

Due Date

12 Jan, 2021 (about 3 years ago)
Bid Notification

Type

Bid Notification
IFB No. 112920

Identifier

IFB No. 112920
Gila County

Customer / Agency

Gila County
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.

GILA COUNTY NOTICE OF INVITATION FOR BID BID NO. 112920 Replacement of Six (6) Sheriff’s Office Patrol Vehicles *BOARD OF SUPERVISORS* Woody Cline, Chairman Tommie C. Martin, Vice Chairman Tim R. Humphrey, Member *COUNTY MANAGER* James Menlove 1 GILA COUNTY PROCUREMENT GROUP NOTICE OF INVITATION FOR BID SOLICITATION NUMBER 112920 1400 E. Ash Street Globe, Arizona 85501 BID DUE DATE: Tuesday, January 12, 2021 TIME: 3:00 PM DESCRIPTION: Replacement of Six (6) Sheriff’s Office Patrol Vehicles Bid Opening Location: GILA COUNTY FINANCE DEPARTMENT ATTN: BETTY HURST COPPER BUILDING 1350 EAST MONROE GLOBE, ARIZONA 85501 Bid Submittal Location: GILA COUNTY FINANCE DEPARTMENT, 1400 E. Ash St., Globe, AZ 85501 Invitation for Bid for the materials and services specified will be received by the Gila County Procurement Group at the above specified location until the time and date cited. Request for submittals after the specified date and time to the Procurement Group shall not be considered. To
receive bid documents, contact the Procurement Group at (928) 402-4355 or click on the following link to the County website. http://www.gilacountyaz.gov/government/finance/procurement/current_bids.php Additional instructions for preparing a bid are provided on pages 4-6 of the bid documents to Offerors as contained within the solicitation. The Board of Supervisors reserves the right to reject any or all proposals, or to accept any proposal, or to waive any informality in any proposal, or to withhold the award if deemed in the best interest of Gila County. All procurement activities conducted by Gila County are in conformance with the rules and regulations of the Gila County Procurement Group Statement of Procedures. A copy of the Gila County Procurement Group Statement of Procedures is available for review in the Deputy Clerk of the Board’s office, Globe, AZ. Payson Roundup advertisement dates: December 22, 2020 and December 29, 2020 BIDDERS ARE STRONGLY ENCOURAGED TO CAREFULLY READ THE ENTIRE SOLICITATION. Designated Department: Gila County Fleet Management Type of contract: Term Term of Contract: Twelve Months Phone Number: (928) 951-3705 Signed: _____________________________________________________ Date: ________________ Woody Cline, Chairman, Board of Supervisors Signed: _____________________________________________________ Date: ________________ The Gila County Attorney’s Office http://www.gilacountyaz.gov/government/finance/procurement/current_bids.php 2 TABLE OF CONTENTS CONTENT PAGE Solicitation ................................................................................................................................... 1 Scope of Work .............................................................................................................................. 3 Exhibit “A” Instructions to Vendors ..........................................................................................4-6 Preparation of Sealed Bid ....................................................................................................... 4 Amendments .......................................................................................................................4-5 Inquiries ................................................................................................................................. 5 Late Bids ................................................................................................................................. 5 Submittal Bid Format ...........................................................................................................5-6 General Terms and Conditions ..................................................................................................7-8 Award of Contract .................................................................................................................. 7 Protests .................................................................................................................................. 7 Laws & Ordinances ................................................................................................................. 8 Exhibit “B” Contract Award Agreement ..................................................................................8-11 Overcharges by Antitrust Violations........................................................................................ 8 Authority to Contract ............................................................................................................. 8 Contract Amendments ........................................................................................................... 8 Contract Default ..................................................................................................................8-9 Right of Assurance .................................................................................................................. 9 Costs & Payments ................................................................................................................... 9 Co-op Intergovernmental Purchasing Agreement ................................................................... 9 Cancellation of County Contracts ............................................................................................ 9 Termination of Contract ....................................................................................................9-10 Indemnification Clause ................................................................................................... 10-11 Exhibit “C” Minimum Product Specifications and Information.............................................. 12-13 Section 1.0 General Purpose ................................................................................................. 12 Section 2.0 Bid Pricing .......................................................................................................... 12 Section 3.0 Order and Delivery ........................................................................................ 11-13 Exhibit “D” Qualification and Certification Form ........................................................................ 14 Price Sheet ............................................................................................................................ 15-19 No Collusion Affidavit ................................................................................................................ 20 Certification Regarding Debarment………………………………………………………………………….......……….21 Legal Arizona Workers Act Compliance ...................................................................................... 22 Bidders Checklist and Addenda Acknowledgment ..................................................................... 23 Offer Page ................................................................................................................................. 24 Acceptance of Offer Page .......................................................................................................... 25 3 BID NO. 112920 Replacement of Six (6) Sheriff’s Office Patrol Vehicles GENERAL SCOPE It is the intent of this solicitation to award a contract for the Replacement of Six (6) Sheriff’s Office Patrol Vehicles for the Sheriff’s Office under Fleet Management in Gila County. Vehicles will be fully upfitted with security equipment and the outside shall be wrapped with the Gila County Sheriff logo. The County may choose to award this contract as a whole, or make multiple awards, depending on what is deemed to be in the County’s best interest considering price, specifications, and delivery date. The request for price of an item does not guarantee a purchase but merely provides the County with the option if the need arises. See attached: Exhibit “C” Pages 12-13, and Page 15-19 as specified on Price Sheet for total price being proposed. Vendors who agree to provide the Minimum Bid Specifications for this Invitation for Bid shall be considered for award. 4 BID NO. 112920 Replacement of Six (6) Sheriff’s Office Patrol Vehicles INSTRUCTIONS TO VENDORS IMPORTANT: EXHIBIT “A”, INSTRUCTIONS TO VENDORS AND EXHIBIT “B”, VENDORS AWARD AGREEMENT ARE BASIC CONTENT TO GILA COUNTY BID PACKAGES. INDIVIDUAL BIDS MAY REQUIRE DIFFERENT LANGUAGE FOR INSTRUCTIONS AND AWARD AGREEMENTS. WHERE APPLICABLE, SUCH CHANGES WILL APPEAR IN EXHIBIT “C”, MINIMUM PRODUCT SPECIFICATIONS AND INFORMATION AND TAKE PRECEDENCE OVER THE LANGUAGE APPEARING IN EXHIBITS “A” & “B”. EXHIBIT “A” INSTRUCTIONS TO VENDORS Preparation of Sealed Bid A. Sealed Bids will be received by the Gila County Finance Department, from vendors, to deliver the product(s), goods and services contained to establish a contract for specified locations within Gila County. The County seeks sealed bids only from qualified, experienced vendors able to provide services which are, in all respects, responsive to the specifications. All bids shall be on the forms provided in this Invitation for Bid package. It is permissible to copy these forms if required. B. Before submitting its bid, each vendor shall familiarize itself with the Scope of Work, laws, regulations and other factors affecting performance of work. It shall carefully correlate its observations with requirements of the Contract and otherwise satisfy itself of the expense and difficulties attending the performance of the work. The submission of a bid will constitute a representation of compliance by the vendor. There will be no subsequent financial adjustment, other than that provided for by the Contract, for lack of such familiarization. C. Vendors must complete all forms provided in this Invitation for Bid package in full, original signature in ink, by the person(s) authorized to sign the Bid and to be submitted at the time of bid, and made a part of this contract. The County will use the Bid, and Qualification and Certification Form, in evaluating the capacity of vendor(s) to perform the Scope of Services as set forth in the Contract. Failure of any Vendor to complete and submit the Price Sheet and Signature and Offer Page at time and place of opening may be grounds for automatic disqualification of the vendor(s) from further consideration. D. The names of all persons authorized to sign the Bid must also be legibly printed below the signature. Evidence of the authority of the person signing shall be furnished. E. The full name of each person or company interested in the Invitation for Bids shall be listed on the Bid. F. No alterations in Bids, or in the printed forms therefore, by erasures, interpolations, or otherwise will be acceptable unless each such alteration is signed or initialed by the vendor; if initialed, the County may require the vendor to identify any alteration so initialed. Amendments Any addendum issued as a result of any change in this Invitation for Bids must be acknowledged by all Vendors in the following manner: 5 BID NO. 112920 Replacement of Six (6) Sheriff’s Office Patrol Vehicles Instructions to Vendors continued… 1. Completion of the Bidder Checklist & Addenda Acknowledgment form, page 22. Failure to indicate receipt of addenda in the above manner may result in a bid being rejected as non- responsive. If no addenda have been issued, please indicate so by writing “Not Applicable” in the space provided under #1. The Vendor Checklist & Addenda Acknowledgment form must be signed and dated. Inquiries Any questions related to this IFB must be directed to those whose names appear on the Notice. Questions should be submitted in writing when time permits. The Gila County Supervisors, at their sole discretion, may require all questions be submitted in writing. Any correspondence related to an Invitation for Bids should refer to the appropriate Invitation for Bids number, page, and paragraph number. However, the Vendor(s) must not place the IFB number on the outside of an envelope containing questions since such an envelope may be identified as a sealed Bid and may not be opened until after the official IFB due date and time. Questions received less than five (5) working days prior to the date for opening Bids will be answered only if time permits. Only questions answered by formal written addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Late Bids Any bid received later than the date and time specified on Notice for Sealed Bids shall not be considered. Submittal Bid Format: It is requested that One (1) Original and One (1) copy (2 TOTAL) with original signatures on both sets of the Qualification and Certification Form, Price Sheets, No Collusion Form, Certification Regarding Debarment, Legal AZ Workers Act Compliance Form, Bidders Checklist and Addenda Acknowledgment Form, and Offer Page shall be submitted on the forms and in the format specified in the Invitation for Bid. The County will not be liable for any cost incident to the preparation of Bid, materials, reproductions, presentations, copy- right infringements, etc. It is permissible to copy these forms if required. Facsimiles or mailgrams shall not be considered. 1. By signature in the offer section of the Offer and Acceptance page, Vendor certifies: A. The submission of the offer did not involve collusion or other anti-competitive practices. B. The Vendor has not given, offered to give, nor intends to give at any time hereafter, any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor, or service to a public servant in connection with the submitted offer. C. In order to conserve resources, reduce procurement costs, improve timely acquisition and cost of supplies and to improve efficiency and economy of procurement, any political subdivision, State, County, City, Town, etc., of the State of Arizona, will be allowed by the Vendor(s) awarded the contract to provide the same services, at the same prices stated in the bid. Delivery charges may differentiate depending on geographical location. 6 BID NO. 112920 Replacement of Six (6) Sheriff’s Office Patrol Vehicles Instructions to Vendors continued… 2. Bids submitted early may be modified or withdrawn by notice to the party receiving bids at the place and prior to the time designated for receipts of Bids. 3. The County is not responsible for any Vendor’s errors or omissions. Negligence in preparing an offer confers no right to the Vendor unless the Vendor discovers and corrects such errors prior to the Bid deadline. All bids shall be submitted in a sealed envelope: • Minimum of Two (2) copies with original signatures shall be provided by the Vendor; • The words “Invitation for Bid” with Title “Replacement of Six (6) Sheriff’s Office Patrol Vehicles”, “Bid No. 112920”, “January 12, 2021” and “3:00 PM” shall be written on the face of the envelope; • The Vendor shall assume full responsibility for timely delivery at the location designated in the Notice. • No bids will be accepted after 3:00 P.M. AZ Time, Tuesday, January 12, 2021. Bids will be opened at 3:00 P.M., Tuesday, January 12, 2021. 7 BID NO. 112920 Replacement of Six (6) Sheriff’s Office Patrol Vehicles GENERAL TERMS AND CONDITIONS Award of Contract 1. The Gila County Board of Supervisors reserves the right to award any Bid by individual line item, by group of line items or as total, or any part thereof, whichever is deemed to be in the best interest, most advantageous of the County of Gila. a. Notwithstanding any or other provisions of the Bid, the County reserves the right to: 1. Waive any immaterial defects or informalities; or 2. Reject any or all Bids; or portions thereof; or 3. Reissue a Request for Bid. 2. It is the responsibility of the Gila County Board of Supervisors to let the County contracts to the lowest responsive and responsible Vendor(s). To ensure that all Vendors are experienced, reasonably equipped and adequately financed to meet their contractual obligations, a determination of responsibility shall be made by the Gila County Board of Supervisors prior to contract award. 3. Further, the County reserves the right to reject the Bid of any Vendor(s) who has previously failed to perform adequately after having once been awarded a prior Bid for furnishing and installing materials similar in nature. 4. All submitted forms provided in this Invitation for Bids will be reviewed by the Gila County Board of Supervisors. 5. Those Vendor(s) who, in the opinion of the Gila County Board of Supervisors, are best qualified and whose Bids are most advantageous to the County may be invited to appear before the Board for an oral review. 6. The apparent successful Vendor(s) shall sign and file with the County, within ten (10) days after Notice of Intent to Award, all documents necessary to successfully execute the contract. Protests Only other Vendors who have submitted a bid under this IFB have the right to protest. A protest of an award must be filed within ten (10) days after the award by the Board of Supervisors. A protest must be in writing and must include the following: A. Name, address and telephone number of the protester. B. Signature of the protester or its representative, and evidence of authority to sign. C. Identification of the contract and the solicitation or contract number. D. Detailed statement of the legal and factual grounds of protest including copies of relevant documents. E. The form of relief requested. All protests shall be sent to the attention of the Gila County Board of Supervisors, 1400 East Ash Street, Globe, Arizona 85501. 8 BID NO. 112920 Replacement of Six (6) Sheriff’s Office Patrol Vehicles General Terms & Conditions continued… Laws and Ordinances This agreement shall be enforced under the laws of the State of Arizona and Gila County. Firm shall maintain in current status all Federal, State and Local licenses and permits required for the operation of the business conducted by the Firm. The Firm shall comply with the applicable provisions of the Americans with Disabilities Act (Public Law 101-336, 42 U.S.C. 12101-12213) and applicable federal regulations under the act. EXHIBIT “B” CONTRACT AWARD AGREEMENT This exhibit shall serve as the contract agreement to any Vendor, their agents, subcontractors or representatives, awarded this or any portion of this contract by the County, by submitting Bids to this or any other solicitation requiring sealed bids, does hereby agree to the following provisions. Proof of acceptance of these provisions will be the Vendor’s signature(s) appearing on page 24, Vendors Offer Page, and Exhibit “D” Vendors Qualification and Certification form page 14. This Contract shall include the Invitation for Bids No. 112920 and all exhibits attached to it, including but not limited to the Qualification and Certification Form, Price Sheets, No Collusion Affidavit, Legal AZ Workers Act Compliance Form, Bidders Checklist and Addenda Acknowledgment Form, and Offer Page which are all incorporated into this agreement by this reference. Overcharges by Antitrust Violations The County maintains that, in actual practice, overcharges resulting from antitrust violations are borne by the purchaser. Therefore, to the extent permitted by law, the Vendor hereby assigns to the County any and all claims for such overcharges as to the goods or services used to fulfill the contract. Authority to Contract This contract shall be based upon the Invitation for Bids No. 112920, issued by the County, and the offer submitted by the Vendor in response to the IFB. The offer shall substantially conform to the terms, conditions, specifications and other requirements set forth within the text of the IFB which is incorporated by this reference into this agreement. The county reserves the right to clarify any contractual terms with the concurrence of the Vendor; however, any substantial non-conformity in the offer, as determined by the County Attorney, shall be deemed non-responsive and the offer rejected. The contract shall contain the entire agreement between Gila County and the Vendor relating to these requirements. The Contract shall prevail over any and all previous agreements, contracts, bids, negotiations, purchase orders, or master agreement in any form. The contract activity is issued under the authority of the Gila County Manager, after the Gila County Board of Supervisors approves the award. No alteration of any portion of the contract, any items or services awarded, or any other agreement that is based upon this contract may be made without express written approval of the Gila County Board of Supervisors in the form of an official contract amendment. Any attempt to alter any documents on the part of the Vendor or any agency is a violation of the Gila County Procurement Group Statement of Procedures. Any such action is subject to the legal and contractual remedies available to the County inclusive, but not limited to, contract cancellation, suspension or debarment of the Vendor. Contract Amendments The contract shall be modified only by a written contract amendment signed by the Gila County Board of Supervisors and persons duly authorized to enter into contracts on behalf of the Vendor. 9 BID NO. 112920 Replacement of Six (6) Sheriff’s Office Patrol Vehicles Exhibit “B” Contract Award Agreement continued… Contract Default A. The County, by written notice of default to the Vendor, may terminate the whole or any part of this contract in any one of the following circumstances: 1. If the Vendor fails to make delivery of the supplies or to perform the services within the times specified; or 2. If the Vendor fails to perform any of the other provisions of this contract; and fails to remedy the situation within a period of ten (10) days after receipt of notice. B. In the event the County terminates this contract in whole or part, the County may procure supplies or services similar to those terminated, and the Vendor shall be liable to the County for any excess costs for such similar supplies or services. Right to Assurance Whenever one party to this contract in good faith has reason to question the other party’s intent to perform, the other party may demand that the other party give a written assurance of this intent to perform. In the event that a demand is made, and no written assurance is given within five (5) days, the demanding party may treat this failure as an anticipatory repudiation of this contract. Costs and Payments Payments shall comply with the requirements of A.R.S. Title 35 and 41, Net 30 days. Upon receipt and acceptance of goods and services, the Vendor shall submit a complete and accurate invoice for payment. IRS W9 Form: In order to receive payment, the Vendor shall have a current IRS W9 Form on file with the County unless not required by law. Co-op Use of Contract – Intergovernmental Purchasing Gila County has entered into an active purchasing agreement with other political subdivisions, cities, and towns of the State of Arizona in order to conserve resources, reduce procurement costs and improve timely acquisition and cost of supplies, equipment and services. The vendor(s) to whom this contract is awarded may be requested by other parties of said interactive purchasing agreements to extend to those parties the right to purchase supplies, equipment and services provided by the vendor under this contract, pursuant to the terms and conditions stated herein. Any such usage by other entities must be in accord with the rules and regulations of the respective entity and the approval of the Vendor. Cancellation of County Contracts This contract is subject to the cancellation provisions of A.R.S. §38-511. Termination of Contract The County, with or without cause, may terminate this contract at any time, or by giving thirty (30) days written notice to you. The County at its convenience, by written notice, may terminate this contract, in whole or in part. If this contract is terminated, the County shall be liable only for payment under the payment provisions of this contract for the services rendered and accepted material received by the County before the effective date of termination. 10 BID NO. 112920 Replacement of Six (6) Sheriff’s Office Patrol Vehicles Exhibit “B” Contract Award Agreement continued… The County reserves the right to cancel the whole or any part of this contract due to failure of the Vendor(s) to carry out any term, promise, or condition of the contract. The County will issue a written ten (10) day notice of default to Vendor for acting or failing to act as in any of the following: 1. In the opinion of the County, the Vendor fails to perform adequately the stipulations, conditions or services and specifications required in the contract. 2. In the opinion of the County, the Vendor attempts to impose on the County material products, or workmanship, which is of unacceptable quality. 3. Vendor fails to furnish the required service or product within the time stipulated in the contract. 4. In the opinion of the County, the Vendor fails to make progress in the performance of the requirements of the contract or give the County a positive indication that Vendor will not, or cannot, perform to the requirements of the contract. Each payment obligation of the County created hereby is conditioned upon the availability of County, State and Federal funds, which are appropriated or allocated for the payment of such an obligation. If funds are not allocated by the County and available for the continuance of service herein contemplated, the contract period for the service may be terminated by the County at the end of the period for which funds are available. The County shall notify the Vendor at the earliest possible time which service may be affected by a shortage of funds. No penalty shall accrue to the County in the event this provision is exercised, and the County shall not be obligated or liable for any future payments due or for any damages as a result of termination under this paragraph. General After receipt of all bids, each submittal shall be screened to determine if any shall be deemed non- responsive. Unsigned bids, unacknowledged Addenda, incomplete bids, non-conformance with mandatory requirements, etc., may result in the determination of non-responsive. 11 BID NO. 112920 Replacement of Six (6) Sheriff’s Office Patrol Vehicles Exhibit “B” Contract Award Agreement continued… Indemnification Clause Vendor shall indemnify, defend, save and hold harmless the County of Gila and its officers, officials, agents, and employees (hereinafter referred to as “Indemnitee”) from and against any and all claims, actions, liabilities, damages, losses, or expenses (including court costs, attorneys’ fees, and costs of claim processing, investigation and litigation) (hereinafter referred to as “Claims”) for bodily injury or personal injury (including death), or loss or damage to tangible or intangible property caused, or alleged to be caused, in whole or in part, by the negligent or willful acts or omissions of Vendor or any of its owners, officers, directors, agents, employees or Subcontractors. This indemnity includes any claim or amount arising out of or recovered under the Workers’ Compensation Law or arising out of the failure of such Vendor to conform to any federal, state or local law, statute, ordinance, rule, regulation or court decree. It is the specific intention of the parties that the Indemnitee shall, in all instances, except for Claims arising solely from the negligent or willful acts or omissions of the Indemnitee, be indemnified by Vendor from and against any and all claims. It is agreed that the Vendor will be responsible for primary loss investigation, defense and judgment costs. 12 BID NO. 112920 Replacement of Six (6) Sheriff’s Office Patrol Vehicles MINIMUM SPECIFICATIONS EXHIBIT “C” MINIMUM SPECIFICATIONS FOR: 112920 Purpose: It is the intent of Gila County to establish, by this Invitation for Bids, a contract to Replacement of Six (6) Sheriff’s Office Patrol Vehicles. This Invitation for Bid No. 112920 including the Qualification and Certification Form, Price Sheets, No Collusion Form, Legal AZ Workers Act Compliance Form, Certification Regarding Debarment, Checklist and Addenda Acknowledgment Form, and Offer Page constitutes the entire Bid package and by this reference is hereby incorporated into this agreement. SECTION 1.0 General: 1.1 All product specifications are minimum. Vendor must provide product specification sheet. 1.2 Vendor should have adequate manufacturing / stock facilities to serve the needs of Gila County. 1.3 All proposals must represent the entire package. 1.4 The parties specifically understand and agree that the quantities used for bidding purposes are estimates of County needs and in no event shall the County be obligated to purchase the exact quantities of any item set forth in the proposal. The County does not guarantee any maximum or minimum amounts of purchase. SECTION 2.0 Bid Pricing: 2.1 The Vendor shall submit the bid in the form of a firm unit price for the contract period. Initial contract period is through June 30, 2021. Vendor shall incorporate all freight, profit, and discount into their price. 2.2 The term of the contract shall commence upon award and shall remain in effect through June 30, 2021, unless terminated, cancelled or extended as otherwise provided herein. SECTION 3.0 Ordering and Delivery: 3.1 ORDERING: Gila County does not warrant the order quantity of any item prior to actual need. Gila County may re-order item as it becomes necessary or based on the required needs within the County during the term of this contract. 3.2 PRODUCT DELIVERY Location: Gila County Shop, 1001 W. Besich Blvd, Globe, AZ. The Board of Supervisors may designate other or alternate delivery sites at any time during the term of the contract. These needs may be based on, but not limited to, seasonal, emergency, historical usage data. 13 BID NO. 112920 Replacement of Six (6) Sheriff’s Office Patrol Vehicles Exhibit “C” Minimum Specifications continued… 3.3 DELIVERY TIME: Vehicles must be delivered no later than June 30, 2021. Failure to provide delivery within this time period may result in termination of this contract and award to the next lowest, responsible bidder. 3.4 Vendor shall retain title and control of all goods until they are delivered, and the contract of coverage has been completed. All risks of transportation and all related charges shall be the responsibility of the Vendor. All claims for visible or concealed damage shall be filed by the Vendor. The County will assist the Vendor in arranging for inspection. 14 BID NO. 112920 Replacement of Six (6) Sheriff’s Office Patrol Vehicles QUALIFICATION AND CERTIFICATION FORM EXHIBIT “D” VENDORS QUALIFICATION AND REFERENCE LIST PURPOSE This exhibit shall serve as a requirement to enable the evaluation team to assess the qualifications of Vendors under consideration for final award. The information may or may not be a determining factor in award. CONTACT NUMBER 112920 Replacement of Six (6) Sheriff’s Office Patrol Vehicles The applicant submitting this Bid warrants the following: 1. Name, Address, and Telephone Number of Principal Vendor: ________________________________________________________________________ ________________________________________________________________________ ________________________________________________________________________ 2. Has Vendor (under its present or any previous name) ever failed to complete a contract? ________ Yes ________No. If “Yes”, give details including the date, the contracting agency, and the reason Vendor failed to perform in the narrative part of this Contract. 3. Has Vendor (under its present or any previous name) ever been disbarred or prohibited from competing for a contract? ________ Yes ________ No. If “Yes”, give details, including the date, the contracting agency, the reasons for the Vendors disqualifications, and whether this disqualification remains in effect in the narrative part of this Contract. 4. Has a contracting agency ever terminated a contract with the Vendor (under your firm’s present or any previous name) prior to end of contract period? ________ Yes ________No. If “Yes”, give details including the date, the contracting agency, and the reasons offer was terminated in the narrative part of this Contract. 5. Vendor must also provide at least the following information: a. A Cost Bid shall be submitted on the Price Sheet, attached hereon and made a full part of this contract by this reference. b. Gila County reserves the right to request additional information. ___________________________________________ Signature of Authorized Person to Sign ___________________________________________ Printed Name ___________________________________________ Title 15 BID NO. 112920 Replacement of Six (6) Sheriff’s Office Patrol Vehicles PRICE SHEET FOR SHERIFF OFFICE PATROL VEHICLE DESCRIPTION: Six (6) New Ford Expedition SSV, Police Vehicle Upfitting and Vehicle Wrap (Build Sheet Must Accompany Proposal) Vehicle Year, Make, & Model: _____________________________________________________________ MINIMUM SPECIFICATIONS Six (6) New Ford Expedition SSV, Police Vehicle Upfitting and Vehicle Wrap MEETS MINIMUM SPECIFICATIONS YES NO Exterior: Oxford White (YZ) Interior: Light Color (L) (L) XL Cloth Covered Front Bucket Seats Without Console Vinyl Covered Rear Bench Seat Power Features: Door Locks, Windows, Mirrors, Steering AM/FM Clock Radio/Stereo with SYNC Backup Camera Tilt Steering Wheel, Cruise Control Remote Keyless Entry; Including 5 Entry and Ignition Keys/FOBS as Required For Entry And Operation 102A Equip. Group, Skid Plates (99T) 3.5L ECO Gas Engine (U1G) 4X4 Drivetrain XL (44U) Automatic Transmission 536 Trailer Tow Package – Heavy Duty Cooling System A/C – Front and Rear Front Tow Hooks 10 Ply All Terrain Tires (LT) with Full Size Spare Tire and Wheel Program Vehicle Lighting to “Blackout Mode” Jack and Tire Changing Tools SUB – TOTAL AMOUNT $ . OTHER COSTS $ . SALES TAX $ . TOTAL AMOUNT OF DELIVERED VEHICLE $ . Delivery Location: Gila County Fleet Management, 1001 W. Besich Blvd., Globe, AZ. 85501 Estimated Date of Delivery prior to June 30, 2021: Vendor Name: Vendor Phone Number: 16 BID NO. 112920 DESCRIPTION: Aftermarket Upfitting of Six (6) New Ford Expedition SSV’s for Law Enforcement Use PRICE SHEET FOR SHERIFF OFFICE PATROL VEHICLE UPFITTING DESCRIPTION: Aftermarket Upfitting of Six (6) New Ford Expedition SSV’s for Law Enforcement Use (Build Sheet Must Accompany Proposal) MINIMUM SPECIFICATIONS Aftermarket Upfitting of Six (6) New Ford Expedition SSV’s for Law Enforcement Use QUANTITY PER VEHICLE MEETS MINIIMUM SPECIFICATIONS YES NO ***Push Bumper*** Setina BK2168EPD18 PB450L4 Aluminum with LEDs 1 ***Siren Speaker Mounted in Pushbumper*** ETSS100N 100J5 Series Professional Composite Speaker 1 ***Headlight Flasher*** ETHFSS-SP 100% SS Multi Pattern Headlight Flasher 1 ***Central Power Distribution and Timer System*** EX0009 Patrol Power Gen 1 Full Sized Panel 1 ***Driver Side LED Spot Light*** W335PL-0002 Unity LED Spot Light, Post Mount Black 6” Housing 1 189 Unity Installation Kit for Driver Side of Expedition 1 ***Under Mirror Dual Color LEDs*** ENT2B3D Intersector LED Under Mirror Warning Light, Red/White 1 ENT2B3E Intersector LED Under Mirror Warning Light, Blue/White 1 ***Dual Color Light Bar*** ENFLBS1254 NFORCE 54” LIGHTBAR Front R/W B/W Rear R/A B/A 1 ***Console And Accs.*** CC-MC-18 18” Console (7” slope front/11” level rear) 1 AC-F-150-14-MNT Console Mount for Expedition 1 7120-0723 Gamber Mic Clip Kit 2 FP-ICOMA120 Icom A120 Aviation 1 FP-VX6000 Troy Face Plate for Vertex 6000 Radio 1 AC-INBHG Internal Beverage Holder w/Rubber Pieces 1 ETSA481CSP nERGY 400 Series Siren Push Button Controls 100 watt 1 FP-ETSA481 4” Face Plate for Sound Off481 Siren Controller 1 FP-USB-2DC Faceplate with 2 DC Outlets and a USB 1 7160-0430 GamberJohnson External Brother Printer Mount Armrest 1 ***Computer Equipment*** DS-PAN-111-2 Panasonic Toughbook 30/31 Docking Station, Full Port Replicator 1 LPS-104 Power Supply, 120W, External Mount, 3’ Cable, Panasonic 1 C-HMD-215 10” Heavy Duty Telescoping Pole, Side Mount 1 C-MD-112 11” Slide Out Locking Swing Arm w/Motion Adapter 1 ***Dual Gun Lock*** 7010-3030-6 Dual Gun Lock GR3 with 2 SC-5HC 1 ***Other Interior Equipment*** ECVDMLTAL00 Sound Off White/Red All LED Domelight-Universal 2 75458 Stream Light 75458 DS LED HL Piggy Back 1 ***B to C Pillar Equipment*** PK1174EPD18#8XL 75/25 Coated Poly Partition 2021 Ford 1 17 Expedition PK0123EPD182ND 2018 Ford Expedition #12VS 2ND Expanded Metal Partition 1 WK0595EPD18 Poly Window Barrier 2021 Ford Expedition 1 DK0598EPD18 Door Panels, VS Aluminum, 18+ Ford Expedition 1 ***C – D Pillar Equipment*** 225-2467-LO/2 Single Drawer Box 44” W x 42 ½” D x 16 ½” Tall 1 225-2035 Custom Divider for Box Drawer 1 ***Rear Side Window LEDs*** EMPS2STS4J mPower Fascia LED, Stud Mount, 12-LED, Red/Blue 2 PMP2BKDGAJ 90 deg Adjustable Mounting Bracket for mPower LED 2 ***Under Spoiler LEDs*** EMPS2STS4J mPower Fascia LED, Stud Mount, 12-LED, Red/Blue 4 PMP2BKDGAJ 90 deg Adjustable Mounting Bracket for mPower LED 4 ***Under Hatch LEDs*** EMPS2STS3R mPower Fascia LED, Stud Mount, 8-LED, Red 1 EMPS2STS3B mPower Fascia LED, Stud Mount, 8-LED, Blue 1 PMP2BKDGAJ 90 deg Adjustable Mounting Bracket for mPower LED 2 PMP2WDG05B 5 Degree 4” mPower Wedge Black 2 8600 Magnetic Switch-NC 1 ***Tail Flasher*** ETFBSSN-P Sound Off Backflash Module. Ford 1 ***Kustom Signal Radar Unit*** Kustom Signal CRS39 Eagle II Dual, KA-Band DCM w/TruTrak 1 ***Cradle Point Antenna*** GLHPDLTEMIMO-LTW Dual LTE, 802.11ac Wi-Fi and GPS L1/GLONASS frequencies Antenna 1 ***Prewire for Watchguard Video*** GPS Antenna 1 ***Radio Equipment*** ANXMBD Double Shield 3/4" Hole NMO Style Brass Mount with 17' Teflex 4 Larsen Black Plastic Rain Cap for NMO Mount NMOCAPB 1 ***Tint*** Window Tinting of Front Side Windows (2) Only 1 LABOR FOR INSTALLATION of Listed Equipment SHIPPING/HANDLING *Run Power and Ground for 2 Radios to Center Console SUB – TOTAL AMOUNT $ $ $ $ OTHER COSTS SALES TAX TOTAL AMOUNT OF DELIVERED VEHICLE 18 Delivery Location: Gila County Fleet Management, 1001 Besich Blvd., Globe, AZ. Estimated Date of Delivery prior to June 30, 2021: Vendor Name: Vendor Phone Number: 19 BID NO. 112920 DESCRIPTION: Aftermarket Upfitting of Six (6) New Ford Expedition SSV’s for Law Enforcement Use PRICE SHEET FOR SHERIFF OFFICE PATROL VEHICLE WRAP DESCRIPTION: Aftermarket Vehicle Wrap of Six (6) New Ford Expedition SSV’s for Law Enforcement Use (SEE ATTACHED VENDOR SUPPLIER QUOTE) (WESTERN REPROGRAPHICS) (Build Sheet Must Accompany Proposal) MINIMUM SPECIFICATIONS Aftermarket Wrap of Six (6) New Ford Expedition SSV’s for Law Enforcement Use (SEE ATTACHED VENDOR SUPPLIER QUOTE) (WESTERN REPROGRAPHICS) QUANTITY MEETS MINIIMUM SPECIFICATIONS YES NO SIGN: RTA Full Size SUV Passenger Side 3M EG Reflective Print / Overlam Drivers Side 3M E Reflective Print / Overlam Rear 3m EG Reflective Print / Overlam 6 INSTALLATION Clean, Prep, Install, Finish 6 SETUP Design Set: 1 SUB – TOTAL AMOUNT $ $ $ $ OTHER COSTS SALES TAX TOTAL AMOUNT OF DELIVERED VEHICLE Delivery Location: Gila County Fleet Management, 1001 Besich Blvd., Globe, AZ. Estimated Date of Delivery prior to June 30, 2021: Vendor Name: Vendor Phone Number: 20 BID NO. 112920 Replacement of Six (6) Sheriff’s Office Patrol Vehicles AFFIDAVIT BY VENDOR CERTIFYING THAT THERE WAS NO COLLUSION IN BIDDING FOR CONTRACT STATE OF ARIZONA ) )ss COUNTY OF: ) _________________________________________________________________________________ (Name of Individual) being first duly sworn, deposes and says: That he is _________________________________________________________________________________ (Title) of____________________________________________________________________________ and (Name of Business) That he is bidding on Gila County Bid No. 112920 - Replacement of Six (6) Sheriff’s Office Patrol Vehicles and, That neither he nor anyone associated with the said ________________________________ __________________________________________________________________________________ (Name of Business) has, directly or indirectly entered into any agreement, participated in any collusion or otherwise taken any action in restraint of free competitive bidding in connection with the above-mentioned project. ___________________________________ Name of Business ___________________________________ By ___________________________________ Title Subscribed and sworn to before me this ____________ day of _________________________, 2021. _______________________________________________________ My Commission expires: Notary Public ______________________________ 21 BID NO. 112920 Replacement of Six (6) Sheriff’s Office Patrol Vehicles CERTIFICATION REGARDING DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS The prospective participant certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three year period preceding this proposal been convicted of or had a civil judgment rendered against them 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 or embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State, or local) terminated for cause or default I understand that a false statement on this certification may be grounds for rejection of this proposal or termination of the award. IN addition, under 18 USC Sec. 1001, a false statement may result in a fine of up to $10,000 or imprisonment for up to 5 years, or both. Typed Name and Title of Authorized Representative Signature of Authorized Representative ..........................................I am unable to certify the above statements. My explanation is attached 22 BID NO. 112920 Replacement of Six (6) Sheriff’s Office Patrol Vehicles LEGAL ARIZONA WORKERS ACT COMPLIANCE Vendor hereby warrants that it will at all times during the term of this Contract comply with all federal immigration laws applicable to Vendor’s employment of its employees, and with the requirements of A.R.S. § 23-214 (A) (together the “State and Federal Immigration Laws”). Vendor shall further ensure that each Subcontractor who performs any work for Vendor under this contract likewise complies with the State and Federal Immigration Laws. County shall have the right at any time to inspect the books and records of Vendor and any Subcontractor in order to verify such party’s compliance with the State and Federal Immigration Laws. Any breach of Vendor’s or any Subcontractor’s warranty of compliance with the State and Federal Immigration Laws, or of any other provision of this section, shall be deemed to be a material breach of this Contract subjecting Vendor to penalties up to and including suspension or termination of this Contract. If the breach is by a Subcontractor, and the subcontract is suspended or terminated as a result, and Gila County elects to continue the contract with the Vendor, Vendor shall be required to take such steps as may be necessary to either self-perform the services that would have been provided under the subcontract or retain a replacement Subcontractor, as soon as possible so as not to delay project completion. Vendor shall advise each Subcontractor of County’s rights, and the Subcontractor’s obligations, under this Article by including a provision in each subcontract substantially in the following form: “Subcontractor hereby warrants that it will at all times during the term of this contract comply with all federal immigration laws applicable to Subcontractor’s employees, and with the requirements of A.R.S. § 23-214 (A). Subcontractor further agrees that County may inspect the Subcontractor’s books and records to ensure that Subcontractor is in compliance with these requirements. Any breach of this paragraph by Subcontractor will be deemed to be a material breach of this contract subjecting Subcontractor to penalties up to and including suspension or termination of this contract.” Any additional costs attributable directly or indirectly to remedial action under this Article shall be the responsibility of Vendor. In the event that remedial action under this Article results in delay to one or more tasks on the critical path of Vendor’s approved construction or critical milestones schedule, such period of delay shall be deemed excusable delay for which Vendor shall be entitled to an extension of time, but not costs. _____________________________________________ Signature of Authorized Representative _____________________________________________ Printed Name _____________________________________________ Title 23 BID NO. 112920 Replacement of Six (6) Sheriff’s Office Patrol Vehicles BIDDERS CHECKLIST & ADDENDA ACKNOWLEDGEMENT NOTICE IS HEREBY GIVEN that all Bid Documents shall be completed, executed, and submitted with this IFB. If bidder fails to complete or execute any portion of the Bid Documents, this IFB will be determined to be “non-responsive” and rejected. CHECKLIST: REQUIRED DOCUMENT COMPLETED AND EXECUTED QUALIFICATION & CERTIFICATION FORM ___________ CERTIFICATION REGARDING DEBARMENT ___________ PRICE SHEETS ___________ NO COLLUSION AFFADAVIT ___________ LEGAL ARIZONA WORKS ACT COMPLIANCE ___________ BIDDERS CHECKLIST & ADDENDA ACKNOWLEDGEMENT ___________ OFFER PAGE ___________ ACKNOWLEDGMENT OF RECEIPT OF ADDENDA: #1 #2 #3 #4 #5 Initials __________ __________ __________ __________ __________ Date __________ __________ __________ __________ __________ Signed and dated this _________ day of _____________________, 2021 __________________________________________________ VENDOR: __________________________________________________ BY: (Signature) Each bid shall be sealed in an envelope addressed to the Gila County Procurement Group and bearing the following statement on the outside of the envelope: Invitation for Bids: Bid No. 112920 Replacement of Six (6) Sheriff’s Office Patrol Vehicles. All bids shall be filed with the Gila County Finance Department at the Copper Building, 1400 E. Ash St., Globe, AZ on or before January 12, 2021, 11:00 A.M. 24 BID NO. 112920 Replacement of Six (6) Sheriff’s Office Patrol Vehicles OFFER PAGE TO GILA COUNTY: The undersigned hereby offers and agrees to furnish the material or service in compliance with all terms and conditions, instruction, specifications, and any amendments contained in this Invitation for bids. Signature also certifies the Vendors bid is genuine, and is not in any way collusive or a sham; that the bid is not made with the intent to restrict or prohibit competition; that the Vendor submitting the bid has not revealed the contents of the bid to, or in any way colluded with, any other Vendor which may compete for the contract; and that no other Vendor which may compete for the contract has revealed the contents of a bid to, or in any way colluded with, the Vendor submitting this bid. CONTRACT NUMBER: 112920 Replacement of Six (6) Sheriff’s Office Patrol Vehicles Firm Submitting Bid: For clarification of this offer, contact: ________________________________________ Name: __________________________________ Company Name ________________________________________ Phone No.: ______________________________ Address Fax ____________________________________ _________________________________________ City State Zip Email: __________________________________ ______________________________________ Signature of Authorized Person to Sign ______________________________________ Printed Name ______________________________________ Title Bid must be signed by a duly authorized officer(s) eligible to sign contract documents for the Firm. 25 BID NO. 112920 Replacement of Six (6) Sheriff’s Office Patrol Vehicles ACCEPTANCE OF OFFER (For Gila County use only) The Offer is hereby Accepted: The Vendor is now bound to provide the materials or services listed in Invitation for Bid No.: 112920 including all terms and conditions, specifications, amendments, etc. and the Vendor’s Offer as accepted by County entity. The contract shall henceforth be referenced to as Contract No. 112920. The Vendor has been cautioned not to commence any billable work or to provide any material or service under this Contract until Vendor receives written notice to proceed from Gila County. Awarded this _________ day of ___________________, 2021 GILA COUNTY BOARD OF SUPERVISORS: __________________________________________________ Chairman, Board of Supervisors ATTEST: __________________________________________________ Marian Sheppard, Clerk of the Board APPROVED AS TO FORM: __________________________________________________ The Gila County Attorney’s Office

1400 E. Ash Street, Globe, AZ 85501Location

Address: 1400 E. Ash Street, Globe, AZ 85501

Country : United StatesState : Arizona

You may also like

LE PATROLS-IDAHO COUNTY SHERIFF OFC

Due: 10 Sep, 2028 (in about 4 years)Agency: BUREAU OF LAND MANAGEMENT

SHERIFF PATROLS SERVICE CONTRACT

Due: 30 Sep, 2028 (in about 4 years)Agency: BUREAU OF LAND MANAGEMENT

Mecklenburg County Sheriff's Office Administrative Services Building Renovations

Due: 02 May, 2024 (in 12 days)Agency: COUNTY OF MECKLENBURG

Please Sign In to see more like these.

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