Pursuit Utility Vehicle

expired opportunity(Expired)
From: City of Albany(City)
22-045

Basic Details

started - 17 Jan, 2022 (about 2 years ago)

Start Date

17 Jan, 2022 (about 2 years ago)
due - 01 Feb, 2022 (about 2 years ago)

Due Date

01 Feb, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
22-045

Identifier

22-045
City of Albany

Customer / Agency

City of Albany
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.

Page 1 of 11 INVITATION TO BID •This is NOT an Order• BID REF: #22-045 DATE: 01/04/2022 Central Services – Procurement 222 Pine Avenue – Suite 260 Albany, GA 31701 REQUESTING DEPARTMENT: DELIVER ORDERS TO: DOUGHERTY COUNTY POLICE 2104 HABERSHAM ROAD ALBANY, GA 31705 PHONE (229) 431-3211 FAX (229) 431-2184 SALES TAX #047-175701 FED. EXEMPTION #58-6000817 Joshua Williams COREY GAMBLE JOSHUA WILLIAMS, INTERIM PROCUREMENT MANAGER Corey Gamble, Buyer PREBID CONFERENCE: QUESTIONS DEADLINE: BID DEADLINE: 10:00AM ON 01/18/2022 5:00PM ON 01/25/2022 2:30PM ON 02/01/2022 QUESTIONS SUBMITTED ↑ AFTER THIS DATE ↑ MAY NOT BE ANSWERED. ALL QUESTIONS ARE TO BE SUBMITTED IN WRITTEN FORM TO: cogamble@albanyga.gov; cc: tewilliams@albanyga.gov; jswilliams@albanyga.gov CONDITIONS and REQUIREMENTS _____% BID BOND REQUIRED PRICES
FIRM FOR ONE YEAR X STATE MAKE AND MODEL BID X ATTACH MANUFACTURER SPECIFICATIONS X STATE DELIVERY TIME FOR EACH ITEM BID (ARO). SAMPLE REQUIRED WITH BID X STATEMENT OF WARRANTY REQUIRED X F.O.B. ALBANY, GA.- FREIGHT PREPAID & INCLUDED IN PRICE EST QTY DESCRIPTION UNIT PRICE EXTENDED PRICE 6 SPECIFICATION 1 PURSUIT UTILITY VEHICLE – ALL WHEEL DRIVE $ $ TOTAL BID $ BIDDER INFORMATION FEDERAL TAX ID #_____________________________ FIRM NAME PHONE TERM DISCOUNT: NET _____ _____% ADDRESS FAX CHECK IF NEW ADDRESS CITY/STATE/ZIP EMAIL SIGNATURE PURCHASING FORM#12 10/98 REV. *INCLUDE EMAIL TO ENSURE RECEIPT OF COPY OF TABULATION SHEET. **INCLUSION OF YOUR BUSINESS CARD IS APPRECIATED. For Proper Consideration Please Bid On This Form Must Be Signed By An Authorized Representative. mailto:cogamble@albanyga.gov mailto:tewilliams@albanyga.gov mailto:jswilliams@albanyga.gov Page 2 of 11 DOUGHERTY COUNTY PROCUREMENT DIVISION ALBANY, GEORGIA INSTRUCTIONS TO BIDDERS These instructions will bind bidders to terms and conditions herein set forth, except as specifically qualified in special bid and contract terms issued with any individual bid. 1. The following criteria are used in determining low responsible bidder. (a) The ability, capacity and skill of bidder to perform required service. (b) Whether bidder can perform service promptly or within specified time. (c) The character, integrity, reputation, judgment, experience and efficiency of bidder. (d) The performance of previous contracts. (e) The suitability of equipment or material for County use. (f) The ability of bidder to provide future maintenance and parts service. 2. Payment terms are Net 30 unless otherwise specified. Favorable term discounts may be offered and will be considered in determining low bids if they are deemed advantageous to the County. 3. All bids should be tabulated, totaled and checked for accuracy. The unit price will prevail in case of errors. 4. All requested information should be included in bid envelope. All desired information must be signed and included for your bid to receive full consideration. Failure to submit any required form will be cause for bid to be rejected as non-responsive. 5. All questions, inquiries and requests for clarification shall be directed to Procurement. 6. For multi-year contracts the following clauses pursuant to OCGA 36-60-13 apply: (1) The contract shall terminate absolutely and without further obligation on the part of the County at the close of the calendar year in which it was executed and at the close of each succeeding calendar year for which it may be renewed; (2) The contract may provide for automatic renewal unless positive action is taken by the County to terminate such contract, and the nature of such action shall be determined by the County and specified in the contract; (3) The contract shall state the total obligation of the County for the calendar year of execution and shall further state the total obligation which will be incurred in each calendar year renewal term, if renewed; and (4) The contract shall provide that title to any supplies, materials, equipment, or other personal property shall remain in the vendor until fully paid for by the County. 7. Quote all prices F.O.B. Albany, Georgia or our warehouse or as specified in bid documents. 8. Each bid or proposal shall be clearly marked on the outside of the envelope as a Sealed Bid whether using a County furnished envelope or other envelopes. 9. Bid/Proposal must be received and stamped by the Procurement Office before time stipulated in bid/proposal documents. No responsibility will attach to any County representative or employee for premature opening of bid not properly addressed or identified. 10. If only one bid is received, the bid may be rejected and/or re-advertised, except in the case of only one known source of supply. 11. Bids received late will not be accepted, and the County will not be responsible for late mail delivery. 12. Should a bid be misplaced by the County and found later it will be considered. 13. Bids requiring bid bonds will not be read or considered if bond is not enclosed. Bond may be in the form of cash, certified check, cashier’s check or Surety Bond issued by a Surety Company licensed to conduct business in Georgia. 14. All bidders must be recognized and authorized dealers in the materials or equipment specified and be qualified to advise in their application or use. A bidder at any time requested must satisfy the Procurement Office and County Commission that he has the requisite organization, capital, plant, stock, ability and experience to satisfactorily execute the contract in accordance with the provisions of the contract in which he is interested. 15. Any alterations, erasures, additions or omissions of required information or any changes of specifications, or bidding schedule are done at the risk of the bidder. Any bid will be rejected that has a substantial variation, such as a variation that affects the price, quality or delivery date (when delivery is required by a specific time). 16. When requested, SAMPLES will be furnished free of expense, properly marked for identification and accompanied by list where there is more than one sample. The County reserves the right to mutilate or destroy any samples submitted whenever it may be in the best interests of the County to do so for the purpose of testing. 17. County will reject any material, supplies or equipment that do not meet the specifications, even though bidder lists the trade name or names of such materials on the bid or price quotation form. 18. The unauthorized use of patented articles is done entirely at the risk of the successful bidder. 19. The ESTIMATED QUANTITY given in the specifications or advertisement is for the purpose of bidding only. The County may purchase more or less than the estimated quantity, and the vendor must not assume that such estimated quantity is part of the contract. 20. Only the latest model equipment as evidenced by the manufacturer’s current published literature, will be considered. Obsolete models of equipment not in production will not be acceptable. Equipment shall be composed of new parts and materials. Any unit containing used parts or having seen any service other than the necessary tests will be rejected. In addition to the equipment specifically called for in the specifications, all equipment catalogued by the manufacturer as standard or required by the State of Page 3 of 11 Georgia shall be furnished with the equipment. Where required by the State of Georgia Motor Vehicle Code, vehicles shall be inspected and bear the latest inspection sticker of the Georgia Department of Revenue. 21. The successful bidder on motor vehicle equipment shall be required to furnish with delivery of vehicle, Certificate of Origin and Georgia vendors shall provide Georgia Motor Vehicle form MV1. 22. Prospective bidders are responsible for examining the location of the proposed work or delivery and determining, in their own way, the difficulties, which are likely to be encountered in the prosecution of the same. 23. All materials, equipment and supplies shall be subject to rigid inspection, under the immediate supervision of the Procurement Office and/or the Department to which they are delivered. If defective material, equipment or supplies are discovered, the contractor, upon being instructed by the Procurement Office, shall remove, or make good such material, equipment or supplies without extra compensation. It is expressly understood and agreed that the inspection of materials by the County will in no way lessen the responsibility of the contractor or release him from his obligation to perform and deliver to the County sound and satisfactory materials, equipment or supplies. The contractor agrees to pay the cost of all tests on defective material, equipment or supplies or allow the cost to be deducted from any monies due him by the County. 24. Unless otherwise specified by the procurement office all materials, supplies or equipment quoted herein must be delivered within thirty (30) days from date of notification or exception noted on bid sheet. 25. A contract will not be awarded to any corporation, firm or individual who is, from any cause, in arrears to the County or who has failed in any former contract with the County to perform work satisfactorily, either as to the character of the work, the fulfillment of the guarantee, or the time consumed in completing the work. 26. Reasonable grounds for supposing that any bidder is interested in more than one proposal/bid for the same item will be considered sufficient cause for rejection of all bids/proposals in which he is interested. 27. Unless otherwise specified the County reserves the right to award each item separately or on a lump sum basis, whichever is in the best interest of the County. 28. The County reserves the right to waive any minor discrepancies, reject any or all bids or proposals, and to purchase any part, all or none of the services, materials, supplies or equipment specified. 29. Failure of the bidder to sign the bid or have the signature of any authorized representative or agent on the bid/proposal IN THE SPACE PROVIDED will be cause for rejection of the bid. Signature must be written in ink. 30. Any bidder may withdraw his bid at any time before the time set for opening of bids. No bid may be withdrawn without cause in the 60-day period after bids are opened. 31. It is mutually understood and agreed that if any time the Procurement Office shall be of the opinion that the contract or any part thereof is unnecessarily delayed or that the rate of progress or delivery is unsatisfactory, or that the contractor is willfully violating any of the conditions or covenants of the agreement, or is executing the same in bad faith, the Procurement Office shall have the power to notify the aforesaid contractor of the nature of the complaint. Notification shall constitute delivery of notice, or letter, to address given in bid/proposal. If after three working days of notification the conditions are not corrected to the satisfaction of the Procurement Office, he shall thereupon have the power to take whatever action he may deem necessary to complete the work or delivery herein described, or any part thereof, and the expense thereof, so charged, shall be deducted from any paid by the County out of such monies as may become due to the said contractor, under and by virtue of this agreement. In case such expense shall exceed the last said sum, then and in that event, the bondsman or the contractor, his executors, administrators, successors, or assigns, shall pay the amount of such excess to the County on notice by the Procurement Office of the excess due. 32. If the bidder proposes to furnish any item of a foreign make or product, he should write “Foreign” together with the name of the originating country opposite such item on bid/proposal. 33. Any complaint from bidders relative to the Invitation to Bid or any attached specifications should be made prior to the time of opening of bids, otherwise such complaint cannot be properly considered. 34. No vendor writing restrictive specifications for the County will be allowed to bid on the project. 35. Contracts may be cancelled by the County with or without cause with 30-day written notice. 36. Dougherty County has an equal opportunity purchasing policy. The County seeks to ensure that all segments of the business community have access to supplying the goods and services needed by the County programs. The County affirmatively works to encourage utilization of minority business enterprises in our procurement activities. The County provides equal opportunities for all businesses and does not discriminate against any vendors regardless of race, color, religion, age, sex, national origin, or handicap. 37. All Corporations must provide the corporate seal and a copy of the Secretary of State’s Certificate of Incorporation upon request. 38. Local bidder (domiciled in Dougherty County) will receive bid in the event of tie bids. In the case of tie bids between out of town companies or between local concerns, evaluated as equal, bid will be recommended or awarded by chance coin toss, or drawing straws. 39. The contractor shall secure all permits, license certificates, inspections (permanent and temporary) and occupational tax certificate, if applicable, before any work can commence. Contractor as well as any and all known subcontractors must possess or will be required to obtain a City of Albany Occupational Tax Certificate or Registration. 40. Prior to submitting bid, check website at www.albanyga.gov or call the Procurement Office at 229-431-3211 for any subsequent addendums. PROCUREMENT FORM – REVISED 3/18/2018 http://www.albanyga.gov/ Page 4 of 11 CITY OF ALBANY BID REFERENCE NO.: 22-045 CONTRACT TERMS AND SPECIFICATIONS 1. The City of Albany will be receiving Sealed Bids on behalf of the Dougherty County Board of Commissioners for the purchase of six (6) vehicles for the Dougherty County Jail and Sheriff’s Office. 2. This contract will be awarded to the lowest responsive and responsible bidder. 3. All Corporations should provide corporate seal, a copy of the Secretary of State’s Certificate of Incorporation, and a listing of the principals of the corporation with the bid. 4. The City of Albany strongly encourages Disadvantaged Business Enterprises (DBE) and Small Business firms to participate in this bid. 5. Bid documents may be obtained at the office of City Procurement, 222 Pine Ave., Suite 260, Albany, GA 31701, at www.albanyga.gov, or the Georgia Procurement Registry. 6. Prebid Conference: The Prebid Conference will be held at 10:00am on Friday, January 18, 2022 via Zoom video conference. Instructions are attached. If you need a live link please email Corey Gamble at cogamble@albanyga.gov. 7. 8. Bid Submission: Bid Submission deadline is 2:30pm on Tuesday, February 1, 2022. Bids may be delivered to the City Procurement Office, 222 Pine Avenue, Suite 260, Albany, GA 31701 in person, by courier or by e-mail to coabidproposals@albanyga.gov. 9. Bid Opening: The Bid Opening will be held at 2:30pm on Tuesday, February 1, 2022 via Zoom video conference. Instructions are attached. If you need a live link please email Corey Gamble at cogamble@albanyga.gov. 10. Requests for Additional Information should be directed in writing no later than 10:00 a.m., Friday, January 18, 2022 to the Procurement Division office Attn: Corey Gamble, either by fax (229) 431-2184 or email cogamble@albanyga.gov, cc: jswilliams@albanyga.gov, and tewilliams@albanyga.gov. Replies of substance will be in the form of an addendum which will be posted on the website and made available to all potential Bidders. mailto:cogamble@albanyga.gov mailto:coabidproposals@albanyga.gov mailto:cogamble@albanyga.gov mailto:cogamble@albanyga.gov mailto:jswilliams@albanyga.gov mailto:tewilliams@albanyga.gov Page 5 of 11 SPECIFICATION #1 2022 POLICE UTILITY VEHICLE State Make and Model bid Quality Comparison: AS BID COST 1. 2022 or newer Police Utility Vehicle 2. Engine: 3.3L V6 Direct-Injection/ or equivalent 3. Transmission: Manufacturer’s standard automatic-overdrive type transmission including manufacturer’s standard transmission cooler. 4. Drivetrain: AWD 5. Alternator: 240-amp minimum 6. Braking System: 4-wheel heavy-duty disc brakes with Anti-Lock Brake System (ABS) (police-calibrated) 7. Fuel Capacity: ≥ 21.4 gal 8. Keys: Four (4) Keyless Remotes 9. Trailer Tow Package a. ≥ Class III trailer hitch receiver with 5,000-lb. towing capacity, Trailer Tow Lighting Package, and 2 recovery hooks 10. Electrical a. Power distribution junction block with two (2) 50-amp battery power circuits. b. Reverse Sensing c. DC/DC converter – Heavy-duty ≥ 220-amp (3.3L Hybrid/ or equivalent) d. (4) TOTAL sets of keys/key-fobs 11. Exterior: Page 6 of 11 a. Paint Code: Um (Black) b. LED Spotlight (Unity or equivalent) c. Pre Wired Grille for Emergency Lights d. Pursuit Rated Tires e. Full-size spare wheel and tire with TPMS 12. Interior: a. Dual A/C with Front Controls b. Heavy-duty cloth front, 6-way power driver’s seat with manual lumbar c. Vinyl rear 35/30/35 split-fold bench seat d. Flooring: Standard Vinyl e. Cargo Storage Vault in rear cargo area 13. Miscellaneous: a. Complete set of Filters and Drive Belts b. Parts Manual or Cd (No Online material) TOTALS $ Statement of Warranty: Delivery: Exceptions: Page 7 of 11 CITY OF ALBANY BID REF. 22-045 ZOOM CONFERENCE INSTRUCTIONS If you would like a live link for joining one or both of the meetings, please email your request to Corey Gamble at cogamble@albanyga.gov. PRE-BID CONFERENCE: TUESDAY January 18, 2022 AT 10:00AM Join Zoom Meeting https://us06web.zoom.us/j/83466850452?pwd=VXdpbTF3RHVmQjIzOWV4NnFPcURvQT09 Meeting ID: 834 6685 0452 Passcode: 667729 One tap mobile +13017158592,,83466850452#,,,,*667729# US (Washington DC) +13126266799,,83466850452#,,,,*667729# US (Chicago) Dial by your location +1 301 715 8592 US (Washington DC) +1 312 626 6799 US (Chicago) +1 646 558 8656 US (New York) +1 253 215 8782 US (Tacoma) +1 346 248 7799 US (Houston) +1 720 707 2699 US (Denver) BID OPENING: TUESDAY, February 1, 2022 AT 2:30PM Join Zoom Meeting https://us06web.zoom.us/j/82791686058?pwd=RnExM0hkK3pPbDVtL0g1Q3pDczB0UT09 Meeting ID: 827 9168 6058 Passcode: 257883 One tap mobile +13017158592,,82791686058#,,,,*257883# US (Washington DC) +13126266799,,82791686058#,,,,*257883# US (Chicago) Dial by your location +1 301 715 8592 US (Washington DC) +1 312 626 6799 US (Chicago) +1 646 558 8656 US (New York) +1 253 215 8782 US (Tacoma) +1 346 248 7799 US (Houston) +1 720 707 2699 US (Denver) Meeting ID: 827 9168 6058 mailto:cogamble@albanyga.gov https://us06web.zoom.us/j/82791686058?pwd=RnExM0hkK3pPbDVtL0g1Q3pDczB0UT09 Page 8 of 11 CITY OF ALBANY BID REFERENCE NO.: 22-045 ADDENDUM ACKNOWLEDGEMENT FORM Instructions: Please acknowledge receipt of addenda received by completing this addendum acknowledgement form. Check the box next to each addendum received and sign below. This addendum acknowledgement form should be submitted with your bid to expedite document processing. Acknowledgement: I, the undersigned, acknowledge receipt of the following addenda to the above referenced Invitation To Bid and have made any necessary revisions to my response or submittal. I understand that failure to confirm the receipt of addenda may be cause for rejection of this bid. Addendum No. 1 ⃣ Addendum No. 3 ⃣ Addendum No. 2 ⃣ Addendum No. 4 ⃣ ⃣ No Addenda received for Bid Reference No.: 22-045. I further understand that any verbal representation made or assumed to be made during any oral discussion held between Vendor’s representatives and any city personnel is not binding. Only information issued in writing and added to the specifications by an official addendum is binding. Print Name and Title of Authorized Signer Authorized Signature Date Page 9 of 11 * COMPLETE AND SUBMIT GOVERNING LAW AND VENUE Contractor agrees that as to any actions or proceedings arising out or related to this agreement, any such proceedings shall be governed and determined by Georgia Law. Contractor further agrees that as to any actions or proceedings arising out of or related to this agreement, any such action or proceeding shall be resolved only in an appropriate court located in Dougherty County, Georgia. DATE: _____________________ COMPANY NAME: __________________________________________ AUTHORIZED REPRESENTATIVE NAME: ________________________________________ TITLE: ________________________________________ SIGNATURE: ___________________________________ [Printed] Page 10 of 11 * COMPLETE AND SUBMIT CERTIFICATION OF NON-COLLUSION The bidder being sworn, disposes and says, I, _____________________________________ ________________________________________________________________________ The Contractor and its agents, officers or employees have not directly or indirectly entered into any agreements, participated in any collusion or otherwise taken any action in restraint of free competitive bidding in connection with this bid. DATE: _____________________ COMPANY NAME: __________________________________________ AUTHORIZED REPRESENTATIVE NAME: ________________________________________ TITLE: ________________________________________ SIGNATURE: ___________________________________ [Printed] Page 11 of 11 INDEMNITY AGREEMENT This indemnity agreement made and entered into in favor of CITY OF ALBANY (“ALBANY”), a municipal corporation, by [CORPORATE NAME]. WHEREAS, [CORPORATE NAME] has submitted a bid to ALBANY so as to provide [describe the service, products(s)] . NOW, THEREFORE, as an additional consideration in ALBANY awarding the bid to [CORPORATE NAME], [CORPORATE NAME] agrees to indemnify and hold harmless, ALBANY, its agents, principals, officers, and employees, their successors and assigns, individually and collectively, with respect to all third party claims, demands or liability for any injuries to any person (including death) or damage to any property arising out of any alleged negligence of its officers, agents, or employees in connection with the product or services involved in the bid; provided this indemnity shall not extend to any damage, injury or loss due to ALBANY’s sole negligence or willful injury. [CORPORATE NAME] shall reimburse ALBANY for reasonable attorney fees and expenses of ALBANY in defending all such claims and shall also be responsible for payment of all judgements. WITNESS THE HAND AND SEAL of the undersigned pursuant to proper corporate authority this, ____ day of _________, 20__. [CORPORATE NAME] By: Title ____________________________ Attest: Title [Affix Corporate Seal]

401 Pine Avenue, Albany, GA 31701Location

Address: 401 Pine Avenue, Albany, GA 31701

Country : United StatesState : Georgia

You may also like

UTILITY VEHICLE

Due: 01 Jun, 2024 (in 1 month)Agency: AGRICULTURAL RESEARCH SERVICE

Term Contract for Kubota RTV-X1120 Utility Vehicle

Due: 14 May, 2024 (in 13 days)Agency: Department of Conservation and Recreation