Sheriff Office Ford Escape

expired opportunity(Expired)
From: City of Albany(City)
22-065

Basic Details

started - 28 Apr, 2022 (about 2 years ago)

Start Date

28 Apr, 2022 (about 2 years ago)
due - 13 May, 2022 (23 months ago)

Due Date

13 May, 2022 (23 months ago)
Bid Notification

Type

Bid Notification
22-065

Identifier

22-065
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 12 Bidder:___________________ INVITATION TO BID •This is NOT an Order• BID REF: #22-065 DATE: 04/14/2022 Central Services – Procurement 222 Pine Avenue – Suite 260 Albany, GA 31701 REQUESTING DEPARTMENT: DELIVER ORDERS TO: DOUGHERTY COUNTY SHERIFF’S OFFICE 2104 HABERSHAM ROAD ALBANY, GA 31705 PHONE (229) 431-3211 FAX (229) 431-2184 SALES TAX #047-175701 FED. EXEMPTION #58-6000817 COREY GAMBLE JOSHUA WILLIAMS, INTERIM PROCUREMENT MANAGER Corey Gamble, Buyer PREBID CONFERENCE: QUESTIONS DEADLINE: BID DEADLINE: 10:00AM ON 04/22/2022 5:00PM ON 04/27/2022 2:30PM ON 05/13/2022 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 1 SPECIFICATION 1 2021 FORD ESCAPE SE $ $ 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 12 Bidder:___________________ CITY OF ALBANY PROCUREMENT DIVISION CENTRAL SERVICES DEPARTMENT 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 City 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 City. 3. Unless otherwise specified all materials, supplies or equipment quoted herein must be delivered within thirty (30) days from date of notification of award or by exception noted on bid sheet. 4. 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 execution of same. 5. The ESTIMATED QUANTITY given in the specifications or advertisement is for the purpose of bidding only. The City may purchase more or less than the estimated quantity, and the bidder must not assume that such estimated quantity is part of the contract. 6. All bids should be tabulated, totaled and checked for accuracy. The unit price will prevail in case of errors. 7. All requested information should be included in the sealed bid envelope. All documents and information must be signed and included for your bid to receive full consideration. Failure to submit any required information or document will be cause for bid to be rejected as non- responsive. 8. Failure of the bidder to sign the bid document or have the signature of any authorized representative or agent on the bid in the space provided will be cause for rejection of the bid. Signature(s) must be written in ink. 9. Failure to enclose bid bond, where required, will result in rejection of the bid. 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. 10. All bidders should provide their tax identification number with the bid. 11. All bidding Corporations should provide the 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. 12. Quote all prices F.O.B. Albany or our warehouse or as specified in bid documents. 13. If the bidder proposes to furnish any item of a foreign make or product, he/she should write “Foreign” together with the name of the originating country opposite such item on the bid. 14. 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 City reserves the right to mutilate or destroy any samples submitted whenever it may be in the best interests of The City to do so for the purpose of testing. 15. The City 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. 16. 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). 17. Each bid or proposal will be submitted in a SEALED ENVELOPE. Additionally, that envelope shall be clearly marked on the outside as a Sealed Bid with the Bid Number clearly printed. 18. Bids must be received and stamped by the Procurement Office before the date and time stipulated in bid documents. The City of Albany assumes no responsibility for submittals received after the advertised deadline or at any office or location other than that specified herein, whether due to mail delays, courier mistake, mishandling, or any other reason. No responsibility will attach to any City representative or employee for premature opening of bids not properly addressed or identified. 19. 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. 20. Bids received late will not be accepted, and The City will not be responsible for late mail delivery. 21. Should a bid be misplaced by The City and found later it will be considered. 22. The unauthorized use of patented articles is done entirely at the risk of the bidder. 23. All bidders must be recognized and authorized dealers in the materials or equipment specified and be qualified to instruct in their application or use. A bidder at any time requested must satisfy the Procurement Office and City 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. 24. 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 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. 25. All materials, equipment and supplies shall be subject to rigid inspection, under the immediate supervision of the Procurement Officer 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 Officer, 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 City will in no way lessen the responsibility of the contractor or release him from his obligation to perform and deliver to The City 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 City. Page 3 of 12 Bidder:___________________ 26. 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 City or 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 City or County to terminate such contract, and the nature of such action shall be determined by The City or County and specified in the contract; (3) The contract shall state the total obligation of The City or 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 City. 27. Unless otherwise specified The City reserves the right to award each item separately or on a lump sum basis, whichever is in the best interest of The City. 28. The successful bidder 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. 29. 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. 30. The City reserves the right to reject any and all bids, to waive any informalities in the bid process, and to award the contract as may be in the best interest of the City and/or re-advertise for bids. 31. Local bidder (domiciled in Albany City Limits) 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. The Board of Commissioners passed a local preference ordinance on January 27, 2015. Where applicable, this ordinance will govern. Local preference will not be a basis for award on bids that are federally funded. 32. No bidder writing restrictive specifications for The City will be allowed to bid on the project. 33. Reasonable grounds for supposing that any bidder is interested in more than one bid for the same item will be considered sufficient cause for rejection of all bids in which he/she is interested. 34. A contract will not be awarded to any corporation, firm or individual who is, from any cause, in arrears to The City/County or who has failed in any former contract with The City 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. 35. It is mutually understood and agreed that if any time the Procurement Officer 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 Officer 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 Officer, 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 City 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 City on notice by the Procurement Officer of the excess due. 36. Contracts may be cancelled by The City with or without cause with 30-day written notice. 37. 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. 38. 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. 39. All questions, inquiries and requests for clarification shall be directed to Procurement. 40. Prior to submission, all bidders are encouraged to check the website at www.albanyga.gov or call the Procurement Office at 229- 431-3211 for any addendums. PROCUREMENT FORM - Revised 11/18/2021 Page 4 of 12 Bidder:___________________ CITY OF ALBANY BID REFERENCE NO.: 22-065 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 one (1) vehicle for the Dougherty County 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, April 22, 2022 in the City Procurement Office, 222 Pine Avenue, Suite 260, Albany, GA 31701 7. Bid Submission: Bid Submission deadline is 2:30pm on Friday, May 13, 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. 8. Requests for Additional Information should be directed in writing no later than 5:00 p.m.,Wednesday, April 27, 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:coabidproposals@albanyga.gov mailto:cogamble@albanyga.gov mailto:jswilliams@albanyga.gov mailto:tewilliams@albanyga.gov Page 5 of 12 Bidder:___________________ SPECIFICATION #1 2021 FORD ESCAPE State Make and Model bid Quality Comparison: 2021 FORD ESCAPE SE FWD AS BID COST 1. Engine: 1.5L Ecoboost w/start-stop or equivalent 2. Transmission: 8-speed Automatic 3. Drivetrain: FWD 4. Braking System: 4-wheel heavy-duty disc brakes with Anti-Lock Brake System (ABS) 5. Fuel Capacity: ≥ 14.8 gal 6. Keys: Four (4) Keyless Remotes 7. Electrical a. Am/FM Stereo b. Auto Start/Stop Tech c. Bliss w/cross-traffic alert d. Intelligent Access w/ Push Button Start e. Rear View Camera 8. 8 Exterior: a. Paint Code: Carbonized Gray b. Active Grille Shutters c. Headlamps – Auto Halogen d. Rear Int Wiper/ Wash/ Defrost e. Spare wheel and tire with TPMS Page 6 of 12 Bidder:___________________ 9. Interior: a. Power Windows with Driver's Front One-Touch Down (Driver's Only) b. Center floor console with armrest c. Premium-wrapped steering wheel with cruise and audio controls, manual tilt and telescoping steering column d. Pre-Collision Assist with Automatic Emergency Braking e. Lane-Keeping System 10. Miscellaneous: a. 17” Show Painted Wheels b. Ford Co-Pilot360 Assist c. Parts Manual or Cd (No Online material) d. 2022 Hybrid option TOTALS $ Statement of Warranty: Delivery: Exceptions: Company Name Print Name and Title of Authorized Signer Authorized Signature Date Page 7 of 12 Bidder:___________________ CITY OF ALBANY BID REFERENCE NO.: 22-065 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.: 22-065. 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. Company Name Print Name and Title of Authorized Signer Authorized Signature Date Page 8 of 12 Bidder:___________________ * 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 9 of 12 Bidder:___________________ * 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 10 of 12 Bidder:___________________ 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] Page 11 of 12 Bidder:___________________ GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT Contractor’s Name: Address: Solicitation/Contract No.: Solicitation /Contract Name: CONTRACTOR AFFIDAVIT I understand that the City of Albany may not enter into a contract with ___________________________________ (Name of Corporation) unless it has registered and does participate in the Federal Work Authorization Program defined in O.C.G.A. § 13-10-90(2), to-wit” (2) “Federal work authorization program” means any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), D.L. 99-603. By executing this affidavit, the undersigned Contractor verifies its compliance with O.C.G.A. § 13-10- 91, stating affirmatively that the individual, entity or corporation which is engaged in the physical performance of services on behalf of the City of Albany has registered with, is authorized to use and uses the federal work authorization program commonly known as E-Verify, or any subsequent replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. § 13-10-91. Furthermore, the undersigned Contractor will continue to use the federal work authorization program throughout the contract period and the undersigned Contractor will contract for the physical performance of services in satisfaction of such contract only with sub-Contractors who present an affidavit to the Contractor with the information required by O.C.G.A. § 13- 10-91(b). Contractor hereby attests that its federal work authorization user identification number and date of authorization are as follows: Federal Work Authorization User Identification No. Date of Authorization (EEV/E-Verify Company Identification Number) Name of Contractor I hereby declare under penalty of perjury that the foregoing is true and correct. Printed Name (of Authorized Officer or Agent of Contractor) Title (of Authorized Officer or Agent Contractor) Signature (of Authorized Officer or Agent) Date Signed SUBSCRIBED AND SWORN BEFORE ME ON [NOTARY SEAL] Notary Public My Commission Expires: Page 12 of 12 Bidder:___________________ *COMPLETE AND SUBMIT* Advertisement Form For All Firms Participating in the bid please answer questions below: Please let us know how you heard about the BID/RFP advertisement by selecting one of the following. 1. Internet/Social Media to include Facebook, Twitter, etc. Yes____ No____ 2. City of Albany website Yes____ No____ 3. City of Albany local access channel (channel 16) Yes____ No____ 4. Georgia Procurement Registry Yes____ No____ 5. Other: ____________________________________________ Please indicate if you are a DBE: Yes______ No_______ DATE: _____________________ COMPANY NAME: __________________________________________ AUTHORIZED REPRESENTATIVE NAME: ________________________________________ TITLE: ________________________________________ SIGNATURE: ___________________________________

401 Pine Avenue, Albany, GA 31701Location

Address: 401 Pine Avenue, Albany, GA 31701

Country : United StatesState : Georgia

You may also like

IFB #24-337- Stone Products

Due: 09 May, 2024 (in 12 days)Agency: Frederick County

MORTGAGE LOAN SERVICING SUPPORT SERVICES

Due: 15 May, 2027 (in about 3 years)Agency: HOUSING AND URBAN DEVELOPMENT, DEPARTMENT OF

Enterprise Resource Planning Software and Implementation Services (Human Capital Management & Payroll)

Due: 30 Jun, 2025 (in 14 months)Agency: Montgomery County Public Schools

Please Sign In to see more like these.

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