New Hanover County Sheriff’s Office seeks to contract out sheriff vehicle equipment and up‐fit installation services. Work shall commence when new vehicles are delivered. Term is for one year with the option to renew for additional one‐year periods. The number of vehicles will vary each year. Bidders must demonstrate experience including management and completion of vehicle up‐fits of similar scope and complexity, where time management, tested systems and delivery schedule are a major consideration. Interested firms shall have been in business for a minimum of two (2) years and shall have adequate staff and expertise to do the work. Instructions for submitting bids and complete requirements and information may be obtained by visiting the County’s website at
https://finance.nhcgov.com/purchasing‐solicitation/open‐and‐closed‐ bids/. New Hanover County reserves the right to accept or reject any or all Bids and to make the Award/s which will be in the best interest of the County. Released: Thursday, August 26, 2021 Page 3 of 17 RFB INSTALLATION OF EQUIPMENT SHERIFF’S OFFICE VEHICLES Section 2 – Instructions and General Conditions 2.1 – Schedule 2.2 – Preparation of Bid 2.2.1 If mailing your bid, Bidders are instructed to submit their bid in a sealed envelope clearly marked “RFB‐INSTALLATION OF EQUIPMENT” and address to: New Hanover County Finance Office Attn: Lena Butler, Purchasing Supervisor 230 Government Center Drive, Suite 165 Wilmington, NC 28403 2.2.2 If emailing your bid, send to Lena Butler at
lbutler@nhcgov.com. Please remember to put “RFB‐INSTALLATION OF EQUIPMENT” in the Subject Line of your email. 2.2.3 Completion of Bid Form (Price Sheet): Bidders are expected to examine the specifications herein, the schedule and all instructions. Failure to do so will be at the bidder’s risk. Each bidder shall furnish the information required on the price sheet and exhibits(s). Bids are to be submitted on the price sheet contained in this bid package. BIDS NOT SIGNED WILL BE DEEMED NONRESPONSIVE AND REJECTED. All prices and notations shall be written in ink or typed. Discrepancies between words and numerals will be resolved in favor of words. Changes or corrections made in the bid must be initialed by the individual signing the bid. No corrections will be permitted once bids have been opened. 2.2.4 Bids received after the time and date for closing will not be accepted. 2.3 – Questions Questions concerning the specifications in this Request for Bids (RFB) should be directed to the Lena Butler at
lbutler@nhcgov.com. Questions will be received until Thursday, September 2, 2021, at 5:00 pm. Questions received will not be answered individually but will be compiled and released as an addendum which will be posted to the County’s website and emailed to all Date Action Thursday, August 26, 2021 RFB issued. Thursday, September 2, 2021 @ 5:00 p.m. Deadline for questions. Wednesday, September 8, 2021 Questions will be answered via written addendum. Wednesday, September 15, 2021 @ 3:00 p.m. Deadline for receipt of bids. Page 4 of 17 RFB INSTALLATION OF EQUIPMENT SHERIFF’S OFFICE VEHICLES Bidders who have notified Lena Butler, Purchasing Supervisor of their intent to submit a bid along with their email address. 2.4 – Communication Bidders may not have communications, verbal or otherwise, concerning this RFB with any personnel or boards from New Hanover County, other than the person listed in this section which is Lena Butler, Purchasing Supervisor. If any vendor attempts any unauthorized communication, the bid may be rejected. 2.5 – Intent to Submit All Bidders who intend to submit a bid on this project should send an email to
lbutler@nhcgov.com including pertinent contact information. This will ensure that you receive any addenda issued for this RFB; if applicable. 2.6 ‐ Cost of Preparation of Response Costs incurred by prospective Bidders in the preparation of the response to this Request for Bids are the responsibility of the Bidder and will not be reimbursed by The County. 2.7 – Bid Opening There will be no public bid opening. 2.8 – Award Award “shall be made to the lowest responsive responsible bidder/s taking into consideration quality, performance, and the time specified in the bid for the performance of the contract.” This bid may be awarded to multiple Bidders to meet the needs of the County. The County may also consider other factors such as: 1. Capacity and capability of the firm to perform the work in question including specialized services, within the time limitations fixed for the completion of the project. 2. Past record of performance of the firm with respect to such factors as control of costs, quality of work and ability to meet schedules and deadlines. 3. Firm’s proximity to and familiarity with the area in which the project is located. past performance, financial stability, references, and availability in the consideration for award. 2.9 ‐ Execution of Agreement The successful Bidder will be required to enter into a formal agreement that is consistent with the bid requirements outlined within. The successful Bidder to whom the Contract is awarded by the County shall within seven (7) days after notice of award and receipt of Agreement from the County, sign and deliver to the County all required copies of said Agreement. Failure to do so may result in the COUNTY exercising its right to negotiate with the next lowest responsive responsible Bidder. Page 5 of 17 RFB INSTALLATION OF EQUIPMENT SHERIFF’S OFFICE VEHICLES 2.10 – Ownership of Documents All bids and accompanying documentation will become the property of New Hanover County at the time the bids are opened and as such will not be returned to the bidder. 2.11 ‐ Trade Secret Confidentiality Upon receipt of your bid by New Hanover County, your bid is considered a public record except for material which qualifies as "trade secret" under N.C. General Statute 132‐1.2. After opening, your bid will be provided to County staff and others who participate in the evaluation process, and to members of the general public who submit public records requests. To properly designate material as trade secret under these circumstances, each Bidder must take the following precautions: (a) any trade secrets submitted by a Bidder must be submitted in a separate, sealed envelope marked "Trade Secret ‐ Confidential and Proprietary Information ‐ Do Not Disclose Except for the Purpose of Evaluating This Bid," and (b) the same trade secret/confidentiality designation must be stamped on each page of the trade secret materials contained in the envelope. Do not attempt to designate your entire Bid as a trade secret, and do not attempt to designate pricing information as a trade secret. Doing so will result in your Bid being disqualified. In submitting a Bid, each Bidder agrees that the County may reveal any trade secret materials contained in such response to all County staff and County officials involved in the selection process, and to any outside consultant or other third parties who assist the County in the selection process. Furthermore, each Bidder agrees to indemnify and hold harmless the County and each of its officers, employees, and agents from all costs, damages, and expenses incurred in connection with refusing to disclose any material, which the Bidder has designated as a trade secret. 2.12 ‐ Withdrawal of Bids Bidders may withdraw or withdraw and resubmit their bid at any time prior to the closing time for receipt of bids. NO bid may be withdrawn after the scheduled closing time for receipt of bids for a period of ninety (90) days. 2.13 ‐ Equal Opportunity The non‐discrimination clause contained in Section 202 (Federal) Executive Order 11246, as amended by Executive Order 11375, relative to Equal Employment Opportunity for all persons without regard to race, color, religion, sex or national origin, and the implementing rules and regulations prescribed by the Secretary of Labor, are incorporated herein. Page 6 of 17 RFB INSTALLATION OF EQUIPMENT SHERIFF’S OFFICE VEHICLES The Bidder agrees not to discriminate against any employees or applicant for employment because of physical or mental handicap in regard to any position for which the employees or applicant is qualified. The Bidder agrees to take affirmative action to employ, advance in employment and otherwise treat qualified handicapped individuals without discrimination based upon their physical or mental handicap in all employment practices. Pursuant to GS 143‐48, New Hanover County encourages small, minority, physically handicapped, and women firms to submit bids in response to this RFB. 2.14‐ Indemnity The successful Bidder shall indemnify and hold the County, its agents and employees, harmless against any and all claims, demands, causes of action, or other liability, including attorney fees, on account of personal injuries or death or on account of property damages arising out of or relating to the work to be performed by the Successful Bidder hereunder, resulting from the negligence of or the willful act or omission of the Bidder, his agents, employees and subcontractors. 2.15 – E‐Verify Pursuant to Session Law 2013‐418, Contractor shall fully comply with the U.S. Department of Homeland Security employee legal status E‐Verify requirements for itself and all its subcontractors. County requires an affidavit attesting to Contractor’s compliance. Violation of the provision, unless timely cured, shall constitute a breach of contract. 2.16 ‐ Insurance Before commencing any work, the Bidder shall procure insurance in the Bidder’s name and maintain all insurance policies for the duration of the contract of the types and in the amounts listed in this Agreement. The insurance shall provide coverage against claims for injuries to persons or damages to property which may arise from operations or in connection with the performance of the work hereunder by the Bidder, his agents, representatives, employees, or subcontractors, whether such operations are done by himself/herself or anyone directly or indirectly employed by him/her. 1. Commercial Automobile Liability Insurance‐each accident single limit $1,000,000. 2. Commercial General Liability and/or Garage Liability‐each occurrence $1,000,000; General Aggregate $2,000,000. 3. Commercial Garage Insurance‐General aggregate $2,000,000. 4. Worker’s Compensation Insurance‐compliant with the NC Worker’s Compensation Law and Employer’s Liability Insurance Coverage in the amount of $500/000/$500,000/$500/000 applicable to claims due to bodily injury by accident and disease. 5. Umbrella/Excess Liability Insurance‐The successful bidder shall during the performance of the contract and for three (3) years following, keep in force at least the following minimum limits of umbrella liability insurance: Aggregate $1,000,000 and each