Pursuit Vehicle Build Out (Annual Contract)

expired opportunity(Expired)
From: Columbus(City)
RFP No. 23-0015

Basic Details

started - 18 May, 2023 (11 months ago)

Start Date

18 May, 2023 (11 months ago)
due - 02 Jun, 2023 (10 months ago)

Due Date

02 Jun, 2023 (10 months ago)
Bid Notification

Type

Bid Notification
RFP No. 23-0015

Identifier

RFP No. 23-0015
Columbus

Customer / Agency

Columbus
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.

RFP No. 23-0015 Page 1 of 60 Pursuit Vehicle Build Out (Annual Contract) FINANCE DEPARTMENT PURCHASING DIVISION 100 TENTH STREET, P. O. BOX 1340 COLUMBUS, GEORGIA 31902-1340 706-225-4087 ◼ BIDLINE 706-225-4536 www.columbusga.org March 14, 2023 REQUEST FOR PROPOSALS: RFP NO. 23-0015 Qualified vendors are invited to submit sealed proposals, subject to conditions and instructions as specified, for the furnishing of: PURSUIT VEHICLE BUILD OUT (ANNUAL CONTRACT) GENERAL SCOPE The Columbus Consolidated Government (The City) requires the services of a qualified provider on an “as needed” basis to acquire and install the specified equipment into the pursuit vehicles purchased by the City each year, and prepare them for delivery to the City of Columbus Fleet Maintenance Shop, as a fully functional pursuit vehicle, for use by one of the Law Enforcement Agencies of the City of Columbus. SUBMISSION REQUIREMENTS See Appendix C
for Submission Requirements, Submission Checklist and DemandStar Registration and Submission Instructions. DUE DATE APRIL 7, 2023 – 5:00 PM (EASTERN) Responses must be submitted via DemandStar on or before the due date/time. ADDENDA IMPORTANT INFORMATION The Purchasing Division will post addenda (if any) for this project at https://www.columbusga.gov/finance-2/bid-opportunities. It is the vendors’ responsibility to periodically visit the web page for addenda, before the due date and prior to submitting a proposal. NO PROPOSAL SUBMISSION If you are not interested in this solicitation, please complete and return page 2. Andrea J. McCorvey Purchasing Division Manager COLUMBUS CONSOLIDATED GOVERNMENT Georgia’s First Consolidated Government http://www.columbusga.org/ https://www.columbusga.gov/finance-2/bid-opportunities RFP No. 23-0015 Page 2 of 60 Pursuit Vehicle Build Out (Annual Contract) IMPORTANT INFORMATION e-Notification The City uses the Georgia Procurement Registry e- notification system. You must register with the Team Georgia Market Place/Georgia Procurement Registry to receive future procurement notifications via http://doas.ga.gov/state-purchasing/suppliers/getting- started-as-a-supplier. If you have any questions or encounter any problems while registering, please contact the Team Georgia Marketplace Procurement Helpdesk: Telephone: 404-657-6000 Fax: 404-657-8444 Email: procurementhelp@doas.ga.gov http://doas.ga.gov/state-purchasing/suppliers/getting-started-as-a-supplier http://doas.ga.gov/state-purchasing/suppliers/getting-started-as-a-supplier mailto:procurementhelp@doas.ga.gov RFP No. 23-0015 Page 3 of 60 Pursuit Vehicle Build Out (Annual Contract) STATEMENT OF “NO PROPOSAL SUBMISSION” Notify the Purchasing Division if you do not intend to submit a Proposal: Email BidOpportunities@ColumbusGA.org or return this form by mail to: Attn: Sandra Chandler, Buyer Columbus Consolidated Government Purchasing Division P. O. Box 1340 Columbus, Georgia 31902-1340 We, the undersigned decline to submit a proposal for RFP No. 23-0015 for Pursuit Vehicle Build Out (Annual Contract) for the following reason(s):  Specifications are too “tight”, i.e. geared towards one brand or manufacturer (explain below).  There is insufficient time to respond.  We do not offer this product and/or service.  We are unable to meet specifications.  We are unable to meet bond requirements.  Specifications are unclear (explain below).  We are unable to meet insurance requirements.  Other (specify below). Comments ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ COMPANY NAME: ______________________________________ AGENT: _______________________________________________ DATE: _________________________________________________ TELEPHONE: __________________________________________ EMAIL: ________________________________________________ mailto:BidOpportunities@ColumbusGA.org RFP No. 23-0015 Page 4 of 60 Pursuit Vehicle Build Out (Annual Contract) PROPOSALS WILL BE EVALUATED IN ACCORDANCE WITH THE PROCEDURES AS OUTLINED BELOW IN SECTION 3-110 OF THE PROCUREMENT ORDINANCE. ALL PROPOSALS WILL BE KEPT CONFIDENTIAL UNTIL AFTER AWARD. 3-110. Competitive Sealed Proposals (Negotiations) (1) Conditions for Use When the purchasing manager determines that the use of competitive sealed bidding for any procurement is either not practicable or not advantageous to the city, a contract may be entered into using the competitive sealed proposals (negotiation) method. In addition, the competitive sealed proposal process shall be used for the procurement of professional services, specialized equipment or supplies. The competitive sealed proposal process may be used for procurements with an estimated total cost less than $25,000.00, if deemed to be in the best interest of the City. If the total cost can be determined, the authority to approve such solicitations will be as prescribed by article 3-104, purchasing limits. If, due to the required services, a total cost cannot be determined then the award recommendation will be approved by Council. A. Request for Proposals Proposals shall be solicited through Request for Proposals. The Purchasing Division shall establish the specifications with the using agency and set the date and time to receive proposals. The request for proposal shall include a clear and accurate description of the technical requirements for the service or item to be procured. B. Public Notice The public will be given adequate notice of the request for proposals, provided that, adequate notice shall mean at least fifteen (15) business days before the due date, which is stated in the request. The City reserves the right to seek request for proposals in a shorter period, if necessary, as determined by the Purchasing Manager. Notice shall be published in a reasonable time before due date, contain a description of the procurement in general terms, as well as, the place and due date for proposals, and appear in a newspaper(s) of general circulation, specifically the city's legal organ. In addition to publication in newspapers, notice shall also be made by electronic means, including posting on the internet and on the city's government access television channel. Public works construction projects shall be advertised in accordance with Georgia State Law. The City reserves the right to mail or e-mail invitations directly to vendors under the following circumstances: − Solicitations for specialized equipment/supplies. − Solicitations for specialized services. − Re-bid of solicitations where normal advertising procedures netted no responses. − Whenever deemed necessary by the purchasing manager. C. Receipt of Proposals Proposals must be received by the deadline date established. No public opening will be held. No proposals shall be handled to permit disclosure of the identity of any offeror or the contents of any proposal to competing offerors during the process of discussion. A register of proposals shall be prepared as part of the contract file, and shall contain the name of each offeror, the https://library.municode.com/ga/columbus/codes/code_of_ordinances?nodeId=PTICH_ARTIIILEBR_CH1THCO_S3-104POCO RFP No. 23-0015 Page 5 of 60 Pursuit Vehicle Build Out (Annual Contract) number of modifications received (if any), and a description sufficient to identify the item offered. The register of proposals shall be open for public inspection only after contract award. D. Evaluation Factors The request for proposals shall identify the relative importance of cost (when applicable) and other evaluation criteria. E. Evaluation Process An odd number of voting members of a Selection or Evaluation Committee shall evaluate all proposals received based upon the criteria stated in the request for proposals. Each voting committee member shall grade each submitted proposal based upon the evaluation criteria. F. Discussion with Responsible Offerors and Revisions to Proposals As provided in the Request for Proposals, discussions (negotiations) may be conducted with responsible offerors who submit proposals determined to be reasonably susceptible of being selected for award, to assure full understanding of and conformance to the solicitation requirements. All qualified, responsible offerors shall be given fair and equal treatment with respect to any opportunity for discussion and revision of proposals, and such revisions may be permitted after submissions and prior to award for the purpose of obtaining best and final offers. In conducting discussions, there shall be no disclosure of the identity of competing offerors or any information derived from proposals submitted by competing offerors. If only one proposal response is received, then the award recommendation shall be to the single offeror, if the offeror meets all requirements. G. Award After negotiations, the award recommendation must be presented to Columbus City Council for final approval. Award will be made to the responsible offeror whose proposal is determined to be the most advantageous to the City, taking into consideration total cost (if determined) and all other evaluation factors set forth in the Request for Proposals. After council approval, a contract based on the negotiations (if negotiations were necessary) will be drawn and signed by all necessary parties. If Council does not approve the award, it may direct that further negotiations may take place with the recommended offeror, or that negotiations begin with the next most qualified offeror. Council may also exercise the option to reject all offers and instruct the Purchasing Manager to begin the procurement process again. The contract file shall contain the basis on which the award is made. After contract award, the contract file, will be made public. Unsuccessful offerors will be afforded the opportunity to make an appointment with the purchasing division for a debriefing. After the award, the contract file and the unsuccessful proposals will become subject to disclosure under the Georgia Open Records Act. RFP No. 23-0015 Page 6 of 60 Pursuit Vehicle Build Out (Annual Contract) DO YOU HAVE QUESTIONS, CONCERNS OR NEED CLARIFICATION ABOUT THIS SOLICITATION? COMMUNICATION CONCERNING ANY SOLICITATION CURRENTLY ADVERTISED MUST TAKE PLACE IN WRITTEN FORM AND ADDRESSED TO THE PURCHASING DIVISION. ALL QUESTIONS OR CLARIFICATIONS CONCERNING THIS SOLICITATION SHALL BE SUBMITTED IN WRITING. THE CITY WILL NOT ORALLY OR TELEPHONICALLY ADDRESS ANY QUESTION OR CLARIFICATION REGARDING BID/PROPOSAL SPECIFICATIONS. IF A VENDOR VISITS OR CALLS THE PURCHASING DIVISION WITH SUCH QUESTIONS, HE OR SHE WILL BE INSTRUCTED TO SUBMIT THE QUESTIONS IN WRITING. ALL CONTACT CONCERNING THIS SOLICITATION SHALL BE MADE THROUGH THE PURCHASING DIVISION. BIDDERS SHALL NOT CONTACT CITY EMPLOYEES, DEPARTMENT HEADS, USING AGENCIES, EVALUATION COMMITTEE MEMBERS OR ELECTED OFFICIALS WITH QUESTIONS OR ANY OTHER CONCERNS ABOUT THE SOLICITATION. QUESTIONS, CLARIFICATIONS, OR CONCERNS SHALL BE SUBMITTED TO THE PURCHASING DIVISION IN WRITING. IF IT IS NECESSARY THAT A TECHNICAL QUESTION NEEDS ADDRESSING, THE PURCHASING DIVISION WILL FORWARD SUCH TO THE USING AGENCY, WHO WILL SUBMIT A WRITTEN RESPONSE. THE PURCHASING DIVISION WILL FORWARD WRITTEN RESPONSES TO THE RESPECTIVE BIDDER OR IF IT BECOMES NECESSARY TO REVISE ANY PART OF THIS SOLICITATION, A WRITTEN ADDENDUM WILL BE ISSUED TO ALL BIDDERS. THE CITY IS NOT BOUND BY ANY ORAL REPRESENTATIONS, CLARIFICATIONS, OR CHANGES MADE TO THE WRITTEN SPECIFICATIONS BY CITY EMPLOYEES, UNLESS SUCH CLARIFICATION OR CHANGE IS PROVIDED TO THE BIDDERS IN A WRITTEN ADDENDUM FROM THE PURCHASING MANAGER. BIDDERS ARE INSTRUCTED TO USE THE ENCLOSED “QUESTION/CLARIFICATION FORM” TO EMAIL QUESTION. QUESTIONS AND REQUESTS FOR CLARIFICATION MUST BE SUBMITTED AT LEAST FIVE (5) BUSINESS DAYS BEFORE THE DUE DATE. ANY REQUEST, AFTER A SOLICITATION HAS CLOSED AND PENDING AWARD, MUST ALSO BE SUBMITTED IN WRITING TO THE PURCHASING DIVISION. Email BidOpportunities@ColumbusGA.org or use the attached “Question/Clarification” Form (on the following page) to submit questions. mailto:BidOpportunities@ColumbusGA.org RFP No. 23-0015 Page 7 of 60 Pursuit Vehicle Build Out (Annual Contract) QUESTION/CLARIFICATION FORM DATE: TO: Sandra Chandler, Buyer I Email BidOpportunities@ColumbusGA.org RE: Pursuit Vehicle Build Out (Annual Contract); RFP No. 23-0015 Questions and requests for clarification must be submitted at least (5) business days before the due date. From: Company Name Website Representative Email Address Complete Address City State Zip Telephone Number Fax Number mailto:BidOpportunities@ColumbusGA.org RFP No. 23-0015 Page 8 of 60 Pursuit Vehicle Build Out (Annual Contract) COLUMBUS CONSOLIDATED GOVERNMENT GENERAL PROVISIONS FOR REQUEST FOR PROPOSALS PURSUIT VEHICLE BUILD OUT (ANNUAL CONTRACT) RFP No. 23-0015 The Consolidated Government of Columbus, Georgia (the City) invites proposal submissions from qualified vendors on an “as needed” basis to acquire and install the specified equipment into the pursuit vehicles purchased by the City each year, and prepare them for delivery to the City of Columbus Fleet Maintenance Shop, as a fully functional pursuit vehicle, for use by one of the Law Enforcement Agencies of the City of Columbus. A. PROPOSAL SUBMITTAL DATE: PROPOSALS ARE DUE: APRIL 7, 2023, NO LATER THAN 5:00 PM (Eastern). Submit one electronic response via DemandStar. After award of contract by Columbus Council, awarded vendor will be notified to provide one identical hard copy of submitted proposal with original signatures. The awarded vendor will receive a digital copy of the executed contract. The City shall not be held liable for any expenses incurred by the respondent in preparing and submitting the proposal and/or attendance at any interviews, final contract negotiations or applicable site visits. The City reserves the right to award this project or to reject any and all proposals; whichever is in the best interest of the City. B. RECEIPT OF PROPOSALS: Unless otherwise stated in the technical specifications of the RFP, the City will accept one, and only one, proposal per Offeror. In the event a team of firms is entering into a joint venture to respond to the RFP, one firm shall be named the prime contractor and the proposal shall be submitted in the name of the prime contractor. All correspondence concerning the RFP will be between the City and prime contractor. C. SUBCONTRACTING: Should the offeror intend to subcontract all, or any part of the work specified, names and address of subcontractors must be provided in proposal response. The offeror shall be responsible for subcontractors’ full compliance with the requirements of the RFP specifications. If awarded the contract, payments will only be made to the offerors submitting the proposal. The Columbus Consolidated Government will not be responsible for payments to subcontractors. D. QUESTIONS ABOUT THE RFP: Communication concerning any solicitation currently advertised must take place in writing and addressed to the Purchasing Division. See page titled “Do You Have Questions ...” within this proposal package. Questions and Requests for Clarification will be received until five business days prior to the proposal due date. RFP No. 23-0015 Page 9 of 60 Pursuit Vehicle Build Out (Annual Contract) E. PUBLIC INFORMATION: All information and materials submitted will become the property of the Columbus Consolidated Government, Columbus, Georgia; and shall be subject to the provisions of the Georgia public records law. If awarded the contract, the proposal submission, in its entirety, will be included as part of the contract documents and filed, as public record, with the Clerk of Council. F. ADDENDA: The proposer shall include acknowledgment of receipt of addenda (if any) in their sealed proposal. It is the proposer’s responsibility to contact the City for copies of addenda if they receive the proposal document from any other source other than the City. G. CONTRACT: Each proposal is received with the understanding that an acceptance in writing by the City of the offer to furnish any or all of the services and materials described shall constitute a contract between the proposer and the City. This contract shall bind the proposers to furnish and deliver the services and materials quoted, at the prices stated and in accordance with the condition of said accepted proposal. It is agreed that the successful respondent will not assign, transfer, convey or otherwise dispose of the contract or its right, title or interest in or to the same, or any part thereof, without previous consent of the City and any sureties. H. NON-COLLUSION: Proposer declares that the proposal is not made in connection with any other proposer submitting a proposal for the same commodity or commodities, and that the proposal is bona fide and is in all respects fair and without collusion or fraud. I. INDEMNITY: The Contractor covenants to save, defend, hold harmless, and indemnify the City, and all of its officers, departments, agencies, agents, and employees (collectively the "City") from and against any and all claims, losses, damages, injuries, fines, penalties, costs (including court costs and attorney’s fees), charges, liability, or exposure, however caused, resulting from, arising out of, or in any way connected with the Contractor’s intentional, negligent, or grossly negligent acts or omissions in performance or nonperformance of its work called for by the Contract Documents. J. DISADVANTAGED BUSINESS ENTERPRISE CLAUSE: Disadvantaged Business Enterprises (minority or women owned businesses) will be afforded full opportunity to submit proposals in response to this invitation and will not be discriminated against on the grounds of race, color, creed, sex, sexual orientation, gender identity or national origin in consideration for an award. It is the policy of the City that disadvantaged business enterprises and minority business enterprises have an opportunity to participate at all levels of contracting in the performance of City contracts to the extent practical and consistent with the efficient performance of the contract. K. AFFIRMATIVE ACTION PROGRAM - NON-DISCRIMINATION CLAUSE: The City has an Affirmative Action Program in connection with Equal Employment Opportunities. The successful vendor will comply with all Federal and State requirements concerning fair employment and employment of the handicapped, and concerning the treatment of all employees, and will not discriminate between or among them by reason of race, color, age, religion, sex, sexual orientation, gender identity, national origin or physical handicap. RFP No. 23-0015 Page 10 of 60 Pursuit Vehicle Build Out (Annual Contract) L. SPECIFICATION DESCRIPTIONS: The specifications detailed herein represent the quality of equipment, goods or services required by the City. Whenever in this invitation any particular process, service or equipment is indicated or specified by patent, proprietary or brand name of manufacturer/developer/inventor, such wording will be deemed to be used for the purpose of facilitating descriptions of the process, service or equipment desired by the City. It is not meant to eliminate offerors or restrict competition in any RFP process. Proposals that are equivalent or surpass stated specifications will be considered. Determination of equivalency shall rest solely with the City. M. TAXES: The City is exempt from State Retail Tax and Federal Excise Tax. Tax Exemption No. GA Code Sec. 48- 8-3. Federal ID No. 58-1097948. N. DRUG-FREE WORKPLACE: Per Ordinance No. 93-55, in compliance with Federal and State Drug Free Workplace Acts, the Council of Columbus, Georgia adopted a drug free Workplace Policy. Consequently, any vendor providing goods or services to Columbus Consolidated Government must comply with all applicable Federal and State Drug Free Workplace Acts. O. FEDERAL, STATE, LOCAL LAWS: All respondents will comply with all Federal, State and Local laws, ordinances, rules and regulations relative to conducting business in Columbus, Georgia and performing the prescribed service. Ignorance on the part of the respondent shall not, in any way, relieve the respondent from responsibility for compliance with said laws and regulations or any of the provisions of these documents. P. PROVISIONS OF THE PROCUREMENT ORDINANCE: The provisions of the Procurement Ordinance for the Consolidated Government of Columbus, Georgia as adopted and amended by Council shall apply to all invitations to respond to Requests for Proposals and is specifically incorporated herein by this reference. The procurement ordinance is codified on Section 2- 3.03 of the Columbus Code and can be accessed through the City’s web-site at https://library.municode.com/ga/columbus/codes/code_of_ordinances. Q. INSURANCE: All respondents shall maintain, and if requested, show proof of insurance applicable for services described in these specifications. R. HOLD HARMLESS AGREEMENT: The successful respondent hereby agrees to indemnify, hold free and harmless Columbus Consolidated Government (The City), its agents, servants, employees, officers, directors and elected officials or any other person(s) against any loss or expense including attorney fees, by reason of any liability imposed by law upon the City, except in cases of the City’s sole negligence, sustained by any person(s) on account of bodily injury or property damage arising out of or in the consequence of this agreement. S. TERMINATION OF CONTRACT: 1. Default: If the contractor refuses or fails to perform any of the provisions of this contract with such diligence as will ensure its completion within the time specified in this contract, or any extension thereof, otherwise fails to timely satisfy the contract provisions, or commits any other substantial breach of this contract, the Purchasing Division Director may notify the contractor in writing of the delay or nonperformance and if not cured within ten (10) days or any longer time specified in writing by the Purchasing Division Director, such director may terminate the https://library.municode.com/ga/columbus/codes/code_of_ordinances RFP No. 23-0015 Page 11 of 60 Pursuit Vehicle Build Out (Annual Contract) contractor’s right to proceed with the contract or such part of the contract as to which there has been delay or a failure to properly perform. In the event of termination in whole or in part the Purchasing Division Director may procure similar supplies or services, from other sources, in a manner and upon terms deemed appropriate by the Purchasing Division Director. The contractor will continue performance of the contract to the extent it is not terminated and will be liable for excess costs incurred in procuring similar goods or services. 2. Compensation: Payment for completed supplies or services delivered and accepted by the City will be at the contract price. The City may withhold from amounts due the contractor such sums as the Purchasing Director deems to be necessary to protect the City against loss because of outstanding liens or claims of former lien holders and to reimburse the City for the excess costs incurred in procuring similar goods and services. 3. Excuse for Nonperformance or Delayed Performance. Except with respect to defaults of subcontractors, the contractor shall not be in default by reason of any failure in performance of this contract in accordance with its terms (including any failure by the contractor to make progress in the prosecution of the work hereunder which endangers such performance) if the contractor has notified the Purchasing Division Director within 15 days after the cause of the delay and the failure arises out of causes such as: acts of God; acts of public enemy; acts of the City and any other governmental entity in its sovereign or contractual capacity; fires; floods; epidemics; quarantine restrictions; strikes or other labor disputes; freight embargoes; or unusually severe weather, If the failure to perform is caused by the failure of a subcontractor to perform or to make progress, and if such failure arises out of causes similar to those set forth above, the contractor shall not be deemed to be in default, unless the supplies or services to be furnished by the subcontractor was reasonably obtainable from other sources in sufficient time to permit the contractor to meet the contract requirements. Upon request of the contractor, the Purchasing Division Director shall ascertain the facts and extent of such failure, and, if such director determines that any failure to perform was occasioned by anyone or more of the excusable causes, and that, but for the excusable cause, the contractor’s progress and performance would have met the terms of the contract, the delivery schedule shall be revised accordingly. T. TIME FOR CONSIDERATION: Due to the evaluation process, proposals must remain in effect for at least 180 days after date of receipt. U. CONTRACT AWARD: Award of this contract will be made in the best interest of the City. V. REQUEST FOR EVALUATION RESULTS: Per the City’s Procurement Ordinance, evaluation results cannot be divulged until after the award of the contract. After contract award, proponents desiring to review documents relevant to the RFP evaluation results shall submit a written request to the Purchasing Division. W. GOVERNING LAW: The parties agree that this Agreement shall be governed by the laws of Georgia, both as to interpretations and performance. RFP No. 23-0015 Page 12 of 60 Pursuit Vehicle Build Out (Annual Contract) X. FINAL CONTRACT DOCUMENTS: It is understood that the final contract shall include the following: 1) The RFP; 2) Addenda; 3) Awarded Vendors(s) response; 4) Awarded Vendor(s) Clarifications; 5) Negotiated Components; and 6) Awarded Vendor(s) Business Requirements. Y. PAYMENT DEDUCTIONS: The City reserves the right to deduct, from payments to awarded vendor(s), any amount owed to the City for various fees, to include, but not limited to: False Alarm fees, Ambulance fees, Occupation License Fees, Landfill fees, etc. Z. PAYMENT TERMS: The City's standard payment term is usually net 30 days, after successful receipt of goods or services. Payment may take longer if invoice is not properly documented or not easily identifiable, goods/services are not acceptable, or invoice is in dispute. AA. RIGHT TO PROTEST: (1) Right of Protest. Any actual or prospective bidder offeror, or contractor who is aggrieved in connection with a solicitation or award of a contract may protest to the Purchasing Manager initially. All protests shall be filed in the manner prescribed herein. Protests that do not comply with the following rules shall be deemed invalid and of no effect. (2) The protest must be in writing, executed by a company officer that is authorized to execute agreements on behalf of the bidder or offeror or provided by an authorized legal representative of the protestor. (3) A protest with respect to an invitation for Bids or Request for Proposals shall be submitted in writing no less than five (5) business days prior to the opening of bids or the closing date of proposals or qualification statements. (4) Stay of Procurement During Protests. If there is a timely protest submitted as described above, the Purchasing Manager shall not proceed further with the solicitation or award of the contract until all administrative remedies have been exhausted or until the City Council, Mayor, or City Manager makes a determination on the record that the award of the contract without delay is necessary to protect substantial interests of the City. NOTICE TO VENDORS Sec. 2-3.05. - Submitting bids to Consolidated Government, etc.—By mayor or councilmembers. Neither the mayor nor any member of the Columbus Council shall submit any bid to the consolidated government, nor shall the mayor or any member of the Columbus Council own or have a substantial pecuniary interest in any business that submits a bid to the consolidated government. (Ord. No. 92-60, 6-23-92) Sec. 2-3.06. - Same—By members of boards, authorities, commissions. No member of any board or authority or commission or other independent or subordinate entity of the consolidated government shall submit any bid to the consolidated government or have a substantial pecuniary interest in any business that submits a bid to the consolidated government if such bid pertains to the board or authority or commission on which such person holds such membership. (Ord. No. 92-61, 6-23-92) RFP No. 23-0015 Page 13 of 60 Pursuit Vehicle Build Out (Annual Contract) GENERAL SPECIFICATIONS PURSUIT VEHICLE BUILD OUT (ANNUAL CONTRACT) RFP No. 23-0015 I. INTRODUCTION The Consolidated Government of Columbus, Georgia (the City) requires the services of a qualified provider on an “as needed” basis to acquire and install the specified equipment into the pursuit vehicles purchased by the City each year, and prepare them for delivery to the City of Columbus Fleet Maintenance Shop, as a fully functional pursuit vehicle, for use by one of the Law Enforcement Agencies of the City of Columbus. The City of Columbus will deliver, or cause to be delivered, each vehicle to the successful vendor along with the decals and appliques needed to mark the vehicle with the livery of the Public Safety Agency for which it is intended. The successful vendor will acquire and install all required equipment and apply the supplied decals and appliques in accordance with the placement scheme supplied by the City of Columbus. See Technical Specification pages 19-28. II. AWARD This contract will be awarded in the best interest of the City. Columbus Consolidated Government will be the sole judge of the factors and will award the contract accordingly. III. CONTRACT TERM A. The term of the contract shall be for five (5) years, with the option to renew for five (5) additional twelve-month periods. Contract renewal will be contingent upon the mutual agreement of the City and the Contractor. Notice of intent to renew will be given to the contractor in writing by the Purchasing Manager, normally sixty days before the expiration date of the current contract. This notice shall not be deemed to commit the City to a Contract renewal. It should be noted that multi-year contracts may be continued each fiscal year only after funding appropriations and programs approval have been granted by the Council of the Consolidated Government of Columbus, GA. In the event the necessary funding is not approved, the affected multi-year contract becomes null and void, effective July 1st of the fiscal year for which such approval has been denied. B. Termination of Convenience For the protection of both parties, either party giving 30 days prior notice in writing to the other party may cancel this contract. IV. PRICE ADJUSTMENT CLAUSE Contract pricing shall remain fixed for the initial two-year term of the contract. After the initial term, Contractor may request a price escalation by submitting a fully documented request (i.e., documentation from manufacturers illustrating the necessity to implement price increases). Request for price increases, without documentation, shall not be considered. Such RFP No. 23-0015 Page 14 of 60 Pursuit Vehicle Build Out (Annual Contract) escalation shall not exceed a five percent (5%) increase. The using department(s) and the Purchasing Manager will review the request and shall approve or disapprove the increases based on budget constraints and other price comparisons. If for any reason the contractor has a price increase that exceeds five percent (5%), the price increase will be evaluated on a case-by-case basis. The City and the Contractor will have the option to discuss and make adjustments to the requested increase. If either party declines approval of the adjustments, the contract will be considered cancelled on the scheduled expiration date of the contract. V. INDEMNITY CLAUSE The Contractor covenants to save, defend, hold harmless, and indemnify the City, and all of its officers, departments, agencies, agents, and employees (collectively the “City”) from and against any and all claims, losses, damages, injuries, fines, penalties, costs (including court costs and attorney’s fees), charges, liability, or exposure, however caused, resulting from, arising out of, or in any way connected with the Contractor’s intentional, negligent, or grossly negligent acts or omissions in performance or nonperformance of its work called for by the Contract Documents. VI. INSURANCE The vendors shall be required, at their own expense, to furnish to the City of Columbus Purchasing Division, evidence showing the insurance coverage to be in force throughout the term of the contract. Insurance requirements are listed on the attached Insurance Checklist (Form 8). The limits shown are minimum limits. Vendor shall indicate the actual limit they will provide for each insurance requirement. The bidder shall complete the Insurance Checklist and include with bid response. Certificate of Insurance is acceptable. The Insurance Checklist will indicate to the City, the bidder’s ability and agreement to provide the required insurance, in the event of contract award. The successful candidate shall provide the required Certificates of Insurance within 10 business days after award notification. The Certificates of Insurance will name Columbus Consolidated Government as an additional insured, as well as list the applicable project or annual contract name, and/or Solicitation name and number. The Certificate of Insurance will be included with the contract documents prior to signing. VII. E-VERIFY AFFIDAVIT Pursuant to O.C.G.A. § 13-10-91, a public employer shall not enter into a contract for the performance of services unless the contractor registers and participates in the federal work authorization program. If a supplier is providing services under a contract with a total compensation amount of $2,500 or greater, (even if such services will be performed outside of the State of Georgia), Columbus Consolidated Government requires a notarized affidavit from the supplier attesting to the following: (A) The affiant has registered with, is authorized to use, and uses the federal work authorization program; (B) The user identification number and date of authorization for the affiant; (C) The affiant will continue to use the federal work authorization program throughout the contract period; and (D) The affiant will contract for the physical performance of services in satisfaction of such contract only with subcontractors who present an affidavit to the contractor with the same information required by subparagraphs (A), (B), and (C) of this paragraph. RFP No. 23-0015 Page 15 of 60 Pursuit Vehicle Build Out (Annual Contract) Additional information regarding the State’s E-Verify requirements can be found at: https://www.audits2.ga.gov/wp-content/uploads/2021/10/13-10-91.pdf. A completed, notarized E-Verify Affidavit must be included with sealed proposal; failure to do so will render the firm’s or individual’s proposal non-responsive and ineligible for award consideration. VIII. ORDERS All orders will be placed by an official purchase order from the City. IX. INVOICING The successful contractor shall submit an invoice to the City for all services. Said invoice shall reference the contract number and shall be completely itemized. Contractor can expect payment within 30 days, if the invoice is not contested. The City will be billed for complete work only and that all service/work orders shall be attached to the invoice. X. PROPOSAL PREPARATION AND SUBMISSION See Appendix C for information and instructions on how to register and submit proposals through DemandStar. Firms should submit proposals that address each of the sections specified below. With the exception of the E-Verify Affidavit (Form 1), the form titled “Communication Concerning This Solicitation” (Form 2), and the proposed costs, fees, rates, revenue, etc. (if any), the City reserves the right to request any omitted information. Firms shall be notified, in writing, and shall have two days, after notification, to submit the omitted information. If the omitted information is not received within two days, the firm shall be deemed non-responsive, and the proposal will not receive further consideration. Section 1: Transmittal Letter The transmittal letter shall introduce the applicant/business, describe the ownership, include complete address, phone and fax numbers (if applicable), and include the name and email address(es) of contact person(s) during this proposal process. All proposals submitted shall remain the property of the City and will be retained or disposed of properly by the City. Include a statement to the effect that the proposal is binding for at least 180 days from the proposal date. An authorized agent of the business must sign the transmittal letter. Section 2: Affidavit for E-Verify/Georgia Security and Immigration Compliance Act (Form 1) A properly completed, notarized E-Verify Affidavit must be included with sealed proposal; failure to do so will render the firm’s proposal non-responsive and ineligible for further consideration. To access your E-Verify Company Identification Number, see https://e-verify.uscis.gov/emp/vislogin.aspx?JS=YES. Section 3: Communication Concerning This Solicitation Complete the form titled Communication Concerning This Solicitation (Form 2) Section 4: Federal Compliance (Form 3) In the event purchases from this contract are Federally funded, vendors are required to complete Form 3 – Federal Compliance. Section 5: SAM.gov (Form 4) Purchases from this contract will be funded with Federal ARP funds; therefore, vendors are required to complete Form 4 – SAM.gov. https://gcc02.safelinks.protection.outlook.com/?url=https%3A%2F%2Fwww.audits2.ga.gov%2Fwp-content%2Fuploads%2F2021%2F10%2F13-10-91.pdf&data=05%7C01%7CSChandler%40columbusga.org%7C709b8cc00610435bd41208da6f3da599%7Cf6bad3c9100144daacffb25808ccd0c4%7C1%7C0%7C637944607815877880%7CUnknown%7CTWFpbGZsb3d8eyJWIjoiMC4wLjAwMDAiLCJQIjoiV2luMzIiLCJBTiI6Ik1haWwiLCJXVCI6Mn0%3D%7C3000%7C%7C%7C&sdata=VJQOy%2B5%2FLSrLSQZ9MN40D9OjvP2QfecEnHKzhSjD%2Bns%3D&reserved=0 https://e-verify.uscis.gov/emp/vislogin.aspx?JS=YES RFP No. 23-0015 Page 16 of 60 Pursuit Vehicle Build Out (Annual Contract) Section 6: Federal Reporting for ARP Funded Purchases (Form 5) In the event purchases from this contract are Federally funded, vendors are required to complete Form 3 – Federal Compliance. Section 7: Addenda Acknowledgement (Form 6) Acknowledge receipt for all addenda (if any). Addenda will be posted at: https://www.columbusga.gov/finance-2/bid-opportunities. It is the vendors’ responsibility to periodically visit the web page for addenda, before the due date and before submitting a proposal. Section 8: EXCEPTIONS TO THE RFP A. List ANY AND ALL exceptions to the RFP specifications in this section of proposal submission. Exceptions listed in other areas of the vendor’s submission will not be considered. All exceptions will be vetted during the RFP process, and if found unacceptable, the vendor’s proposal will be rejected and no longer considered for award. Exceptions shall be considered by the Evaluation Committee. The vendor’s proposal may not receive further consideration if exceptions are not acceptable and/or cannot be clarified to the Committee’s satisfaction. Vendors shall be notified in writing if exceptions are not acceptable. PLEASE NOTE: EXCEPTIONS TO THE RFP GENERAL PROVISIONS WILL NOT BE CONSIDERED, AND IF SUBMITTED WILL AUTOMATICALLY RENDER THE RESPONSE NON-RESPONSIVE. B. VENDOR AGREEMENT/CONTRACT FORM: Exceptions also include the terms of any contract or other agreements which the vendor or any subcontractors will require to be executed by the City. C. If there are no exceptions, vendor must include a statement for this Section stating the following: No Exceptions. Section 9: Qualifications/Experience This section shall address the offeror’s ability to fulfill the requirements of the RFP. Provide responses to the following: A. Describe in detail the firm’s ability and experience in the provision of the prescribed or similar services as described in the Technical Specifications. B. Provide resumés of key personnel who will be assigned to the contract. C. Provide contact person who will be directly responsible for this contract and direct telephone number and email address. Section 10: Client Work History (Form 7) Provide at least three (3) existing clients, for which the firm has provided similar services. Include entity name, contact person who may be contacted for verification, address, email address, telephone number, fax number, email address and date of work completion. Section 11: Vehicle Delivery Rate Describe how your company will be able to sustain a completed vehicle delivery rate of not less than three cars per business week (Monday – Friday). https://www.columbusga.gov/finance-2/bid-opportunities RFP No. 23-0015 Page 17 of 60 Pursuit Vehicle Build Out (Annual Contract) Section 12: Geographic Proximity Provide a detailed mileage route from your company business location to the City of Columbus Fleet Maintenance Shop located at 1011 Cusseta Road, Columbus, GA. Section 13: Facilities Requirements A. Describe how your company will be able to perform all work on vehicles belonging to the City of Columbus in an enclosed building where it will be protected from the elements during the time it is in the process of being built out. B. Provide pictures of the facility where equipment installation will occur. Section 14: Warranty Requirements A. Provide a no cost warranty on all of the equipment and installation services that your company will provide for a period not less than one year. B. Provide an extended warranty or service contract on equipment your company will provide and install for a minimum of three (3) years after the contract has expired. Section 15: Replacement Spares Provide a replacement plan to replace faulty equipment. Section 16: Turnkey Pricing Per Complete Car A. Provide a total cost per complete car build out (Forms 9, 10, 11, 12, 13, and 14). B. As cost proposals remain confidential until after contract award (if any), Columbus Consolidated Government will not consider proposed costs, fees, revenue, etc., that are entered directly into Demand Star. In the event Demand Star requests a dollar value for the submittal, vendors are instructed to enter “0”. If no proposed cost, fee, revenue, etc., is located within the vendor response file, the proposal shall be deemed “non-responsive” and ineligible for further consideration. Section 15: Contract Signature Page (Form 15) City officials will sign the original contract pages after Columbus City Council approves the contract award with the successful firm (See Note below). Per the General Provisions, Page 12, Item X, the final contract shall include the following: 1) The RFP; 2) Addenda; 3) Awarded Vendors(s) response; 4) Awarded Vendor(s) Clarifications; 5) Negotiated Components; and 6) Awarded Vendor(s) Business Requirements. After award of contract by Columbus Council, awarded vendor will be notified to provide one identical hard copy of submitted proposal with original signatures. The awarded vendor will receive a digital copy of the executed contract. Section 16: Insurance Checklist Provide Insurance Checklist (Form 8) or Certificate of Insurance (COI) – Section VI, page 14. Section 17: W-9, Request for Taxpayer Identification Number and Certification Complete and return Page 1 of the Form W-9, which is available at https://www.irs.gov/pub/irs-pdf/fw9.pdf https://gcc02.safelinks.protection.outlook.com/?url=https%3A%2F%2Fwww.irs.gov%2Fpub%2Firs-pdf%2Ffw9.pdf&data=04%7C01%7CSChandler%40columbusga.org%7Cc8628469737742381e5308d874344954%7Cf6bad3c9100144daacffb25808ccd0c4%7C1%7C0%7C637387115206133623%7CUnknown%7CTWFpbGZsb3d8eyJWIjoiMC4wLjAwMDAiLCJQIjoiV2luMzIiLCJBTiI6Ik1haWwiLCJXVCI6Mn0%3D%7C1000&sdata=ewiVdDodqCsxBoc9QJQD7YCSxNc8H3CD6UZAKUMWV%2Bw%3D&reserved=0 RFP No. 23-0015 Page 18 of 60 Pursuit Vehicle Build Out (Annual Contract) Section 18: Business License Provide a current copy of the Business License (Occupation License) that is required to conduct business at your location. If awarded the contract, the successful vendor must obtain a business license from the City of Columbus. However, if the business is located in Georgia and has proof of being properly licensed by a municipality in Georgia, and paid applicable occupation taxes in that city, the contractor will not be required to pay occupation taxes in Columbus, Georgia. If you have questions regarding this requirement, please contact Yvonne Ivey, Revenue Division Manager, at telephone 706-225-3091. XI. RFP EVALUATION Each submittal will be evaluated to determine the ability of each offeror to provide the required equipment and services. The following weighted criteria will be used to evaluate proposals: Criteria for Evaluation Weight A. Vehicle Delivery Rate 20% B. Geographic Proximity 10% C. Experience/Qualifications 15% D. Facilities Requirements 20% E. Warranty Requirements 15% F. Replacement Spares 10% G. Turnkey Pricing Per Completed Car 10% Each of the above criteria (A - G) will be given a rating, with values ranging from 20 points to 100 points, by each member of the Evaluation Committee. The ratings are as follows: After the review and rating of proposal(s) by the evaluation committee, individual scores will be averaged and ranked. Proponents will be ranked in descending order of numerical predominance. Description Value Poor = Is not qualified. 20 Points Marginal = Is minimally qualified but one or more area is lacking in some essential aspect. 40 Points Adequate = Is qualified and is generally capable of achieving the objectives of this RFP. 60 Points Good = Is more than qualified and exceeds in some areas. 80 Points Excellent = Is fully qualified and exceeds in several or more areas. 100 Points RFP No. 23-0015 Page 19 of 60 Pursuit Vehicle Build Out (Annual Contract) APPENDIX A TECHNICAL SPECIFICATIONS PURSUIT VEHICLE BUILD OUT (ANNUAL CONTRACT) RFP No. 23-0015 SCOPE OF SERVICES The Successful Vendor must acquire and install the following equipment into each pursuit vehicle purchased by the City. Due to equipment continuity no substitutions are allowed. A. COLUMBUS POLICE DEPARTMENT PATROL VEHICLE PACKAGES: FORD EXPLORER PATROL PURSUIT VEHICLE PACKAGE Qty: Manufacturer: Part Number: Description 1 FedSig VALG51J‐P2L 51" Valor Lightbar CPD Custom Build 2 FedSig MPS62U‐RB Tag Lights 1 FedSig ES100C Siren Speaker 1 FedSig ESB‐U Siren Speaker Bracket 1 FedSig PF200 Siren/Light Controller 1 FedSig PFSYNC‐1 Sync Module 1 FedSig OBDCABLE6‐2 2020+ FPIU OBD Interface Cable 2 FedSig EXPMOD24 24 Port Expansion Module 1 FedSig RBKIT2 Dual Speaker Rumbler Kit 1 FedSig RB‐FPIU20 Rumbler Speaker Bracket 6 FedSig MPS62U‐BW Top Channel & PIT Rail Light 1 FedSig PBX07 Pit Bumper Center Section 1 FedSig PBXW‐FPIU20 PBX Wing Wraps 1 FedSig PBX‐PIT07 PBX PIT Wraps 1 FedSig PBX‐TC4L‐3 PBX Top Channel (4 Light) 2 FedSig MPSW9X‐BW Below Side Mirror 1 FedSig MPSMW9‐FPIU20MIR Side Mirror Bracket Kit 2 FedSig MPSW9X‐BW Side of PIT Bumper 2 FedSig MPS62U‐BA Liftgate Lights 1 FedSig SIFMJH‐FPIU20‐PF2 Rear ILS Dual Color 2 FedSig 416900XZ‐BW Corner LED 4 FedSig MPS62U‐BW Cargo Warning 2 FedSig MPSM6‐DL Cargo Warning Bracket 2 FedSig 416300X‐BW Dual Color Flush Mount 4 FedSig MPS62U‐BW Wheel Arch Lights 1 FedSig MPSM6U‐FPIU20WW Wheel Arch Wedge Kit 1 FedSig MPS122U‐RW Cargo Illumination Light 1 FedSig MPSMUMA12‐3 Cargo Illumination Bezel 1 Jotto Desk 425‐6512 2020+ FPIU Center Console 1 Jotto Desk 425‐6260 Armrest 1 Jotto Desk 425‐3704 Cup Holder 1 Jotto Desk 425‐6164 12v w/ USB 1 Jotto Desk 425‐0150 Mamba Mount with GK RFP No. 23-0015 Page 20 of 60 Pursuit Vehicle Build Out (Annual Contract) 1 MPH Industries PYT‐FS‐2KA Dual Antenna Radar Unit 1 Pro‐Gard PRPSP4704UINT20A Center Partition 1 Pro‐Gard WB47NPUINT20 Window Barrier 1 Pro‐Gard S4705UINT200SB Cargo Partition w/ Transport Seat 1 Pro‐Gard DPCP47UINT20 Door Control Block Kit 1 Pro‐Gard GVPMD‐H Vertical Tri‐Gun Weapon Lock 1 Panasonic 6334780 FZ‐55 w/ FZ006VM Specs 1 Panasonic 5739094 Havis Docking Station 1 Panasonic 4894502 Protection Plus 1 10‐8 Video D1200‐302 HD4+2 In Car Video 1 AC/DC Ind. MZL‐200 Battery Saver 1 Image Signs Labor Decal Installation FORD EXPLORER SARGEANT PURSUIT VEHICLE PACKAGE Qty: Manufacturer: Part Number: Description 1 FedSig VALG51J‐P2L 51" Valor Lightbar CPD Custom Build 2 FedSig MPS62U‐RB Tag Lights 1 FedSig ES100C Siren Speaker 1 FedSig ESB‐U Speaker Bracket 1 FedSig PF200 Siren/Light Controller 1 FedSig PFSYNC‐1 Sync Module 1 FedSig OBDCABLE6‐2 2020+ FPIU OBD Interface Cable 2 FedSig EXPMOD24 24 Port Expansion Module 1 FedSig RBKIT2 Dual Speaker Rumbler Kit 1 FedSig RB‐FPIU20 Rumbler Speaker Bracket 6 FedSig MPS62U‐BW Top Channel & PIT Rail Light 1 FedSig PBX07 Pit Bumper Center Section 1 FedSig PBXW‐FPIU20 PBX Wing Wraps 1 FedSig PBX‐PIT07 PBX PIT Wraps 1 FedSig PBX‐TC4L‐3 PBX Top Channel (4 Light) 2 FedSig MPSW9X‐BW Below Side Mirror 1 FedSig MPSMW9‐FPIU20MIR Side Mirror Bracket Kit 2 FedSig MPSW9X‐BW Side of Push Bumper Warning 2 FedSig MPS62U‐BA Liftgate Lights 1 FedSig SIFMJH‐FPIU20‐PF2 Rear ILS Dual Color 2 FedSig 416900XZ‐BW Corner LED 4 FedSig MPS62U‐BW Cargo Warning 2 FedSig MPSM6‐DL Cargo Warning Bracket 2 FedSig 416300X‐BW Dual Color Flush Mount 4 FedSig MPS62U‐BW Wheel Arch Lights 1 FedSig MPSM6U‐FPIU20WW Wheel Arch Wedge Kit 1 FedSig MPS122U‐RW Cargo Illumination Light 1 FedSig MPSMUMA12‐3 Cargo Illumination Bezel 1 Jotto Desk 425‐6512 2020+ FPIU Center Console 1 Jotto Desk 425‐6260 Armrest 1 Jotto Desk 425‐3704 Cup Holder 1 Jotto Desk 425‐6164 12v w/ USB 1 Jotto Desk 425‐0150 Mamba Mount with GK 1 MPH Industries PYT3‐FS‐2KA Dual Antenna Radar Unit RFP No. 23-0015 Page 21 of 60 Pursuit Vehicle Build Out (Annual Contract) 1 Pro‐Gard GVM4713D‐H Vertical Tri‐Gun Weapon Lock 1 Panasonic 6334780 FZ‐55 w/ FZ006VM Specs 1 Panasonic 5739094 Havis Docking Station 1 Panasonic 4894502 Protection Plus 1 10‐8 Video D1200‐302 HD4+2 In Car Video 1 AC/DC Ind. MZL‐200 Battery Saver 1 Image Signs Labor Decal Installation B. MUSCOGEE COUNTY SHERIFF’S OFFICE VEHICLE PACKAGES: FORD EXPLORER PATROL PURSUIT VEHICLE PACKAGE Qty: Manufacturer: Part Number: Description 1 FedSig VALG51J‐P2L 51" Valor Lightbar MCSO Custom Build 1 FedSig SIFMJS‐FPIU20‐P2 Front ILS 4 FedSig MPS62U‐RB Tag and Rear Spoiler 1&6 Light 1 FedSig ES100C Siren Speaker 1 FedSig ESB‐U Speaker Bracket 1 FedSig PF200S17B Siren/Light Controller 1 FedSig PFSYNC‐1 Sync Module 1 FedSig OBDCABLE25‐2 2020+ FPIU OBD Interface Cable 2 FedSig EXPMOD24 24 Port Expansion Module 1 FedSig RBKIT2 Dual Speaker Rumbler Kit 1 FedSig RB‐FPIU20 Rumbler Speaker Bracket 8 FedSig MPS62U‐BW Top Channel, PIT Rail Light, Rear Spoiler 3&4 1 FedSig PBX07 Pit Bumper Center Section 1 FedSig PBXW‐FPIU20 PBX Wing Wraps 1 FedSig PBX‐PIT07 PBX PIT Wraps 1 FedSig PBX‐TC4L‐3 PBX Top Channel (4 Light) 2 FedSig MPSW9X‐BW Below Side Mirror 1 FedSig MPSMW9‐FPIU20MIR Side Mirror Bracket Kit 2 FedSig MPSW9X‐BW Side of PIT Bumper 4 FedSig MPS62U‐BA Liftgate and Spoiler 2&5 Lights 1 FedSig MPSM6‐FPIU20RS2 6 Head Rear Spoiler Bracket 1 FedSig SIFMJH‐FPIU20‐PF2 Rear ILS 6 FedSig 416900XZ‐BW Corner LED 4 FedSig MPS62U‐BW Cargo Warning 2 FedSig MPSM6‐DL Cargo Warning Bracket 2 FedSig 416300X‐BW Dual Color Flush Mount 4 FedSig MPS62U‐BW Wheel Arch Lights 1 FedSig MPSM6U‐FPIU20WW Wheel Arch Wedge Kit 1 FedSig MPS122U‐RW Cargo Illumination Light 1 FedSig MPSMUMA12‐3 Cargo Illumination Bezel 1 Jotto Desk 425‐6512 2020+ FPIU Center Console RFP No. 23-0015 Page 22 of 60 Pursuit Vehicle Build Out (Annual Contract) 1 Jotto Desk 425‐6260 Armrest 1 Jotto Desk 425‐3704 Cup Holder 1 Jotto Desk 425‐6164 12v w/ USB 1 Jotto Desk 425‐0150 Mamba Mount 1 Pro‐Gard PRPSP4704UINT20A Center Partition 1 Pro‐Gard WB47NPUINT20 Window Barrier 1 Pro‐Gard B4705UINT20 Cargo Partition 1 Pro‐Gard DPCP47UINT20 Door Control Block Kit 1 Pro‐Gard GVPMD‐H Vertical Tri‐Gun Weapon Lock 1 Panasonic 6334780 FZ‐55 w/ FZ007VM Specs 1 Panasonic 5739094 Havis Docking Station 1 Panasonic 4894502 Protection Plus 1 MPH Industries PYT3‐FS‐2KA Dual Antenna Radar Unit 1 10‐8 Video D1200‐402 In Car Video 1 AC/DC Ind. MZL‐200 Battery Saver 1 SUB‐CNTRCT WNDW‐TNT Window Tint Package 1 Image Signs Labor Decal Installation FORD EXPLORER SARGEANT PATROL PURSUIT VEHICLE PACKAGE Qty: Manufacturer: Part Number: Description 1 FedSig VALG51J‐P2L 51" Valor Lightbar MCSO Custom Build 1 FedSig SIFMJS‐FPIU20‐P2 Front ILS 4 FedSig MPS62U‐RB Tag and Rear Spoiler 1&6 Light 1 FedSig ES100C Siren Speaker 1 FedSig ESB‐U Speaker Bracket 1 FedSig PF200S17B Siren/Light Controller 1 FedSig PFSYNC‐1 Sync Module 1 FedSig OBDCABLE25‐2 2020+ FPIU OBD Interface Cable 2 FedSig EXPMOD24 24 Port Expansion Module 1 FedSig RBKIT2 Dual Speaker Rumbler Kit 1 FedSig RB‐FPIU20 Rumbler Speaker Bracket 8 FedSig MPS62U‐BW Top Channel, PIT Rail Light, Rear Spoiler 3&4 1 FedSig PBX07 Pit Bumper Center Section 1 FedSig PBXW‐FPIU20 PBX Wing Wraps 1 FedSig PBX‐PIT07 PBX PIT Wraps 1 FedSig PBX‐TC4L‐3 PBX Top Channel (4 Light) 2 FedSig MPSW9X‐BW Below Side Mirror 1 FedSig MPSMW9‐FPIU20MIR Side Mirror Bracket Kit 2 FedSig MPSW9X‐BW Side of PIT Bumper 4 FedSig MPS62U‐BA Liftgate and Spoiler 2&5 Lights 1 FedSig MPSM6‐FPIU20RS2 6 Head Rear Spoiler Bracket 1 FedSig SIFMJH‐FPIU20‐PF2 Rear ILS 6 FedSig 416900XZ‐BW Corner LED 4 FedSig MPS62U‐BW Cargo Warning 2 FedSig MPSM6‐DL Cargo Warning Bracket 2 FedSig 416300X‐BW Dual Color Flush Mount RFP No. 23-0015 Page 23 of 60 Pursuit Vehicle Build Out (Annual Contract) 4 FedSig MPS62U‐BW Wheel Arch Lights 1 FedSig MPSM6U‐FPIU20WW Wheel Arch Wedge Kit 1 FedSig MPS122U‐RW Cargo Illumination Light 1 FedSig MPSMUMA12‐3 Cargo Illumination Bezel 1 Jotto Desk 425‐6512 2020+ FPIU Center Console 1 Jotto Desk 425‐6260 Armrest 1 Jotto Desk 425‐3704 Cup Holder 1 Jotto Desk 425‐6164 12v w/ USB 1 Jotto Desk 425‐0150 Mamba Mount 1 Pro‐Gard GVPMD‐H Vertical Tri‐Gun Weapon Lock 1 Panasonic 6334780 FZ‐55 w/ FZ007VM Specs 1 Panasonic 5739094 Havis Docking Station 1 Panasonic 4894502 Protection Plus 1 MPH Industries PYT3‐FS‐2KA Dual Antenna Radar Unit 1 10‐8 Video D1200‐402 In Car Video 1 AC/DC Ind. MZL‐200 Battery Saver 1 SUB‐CNTRCT WNDW‐TNT Window Tint Package 1 Image Signs Labor Decal Installation FORD EXPLORER REACT K-9 PURSUIT VEHICLE PACKAGE Qty: Manufacturer: Part Number: Description 1 FedSig VALG51J‐P2L 51" Valor Lightbar MCSO Custom Build 1 FedSig SIFMJS‐FPIU20‐P2 Front ILS 4 FedSig MPS62U‐RB Tag and Rear Spoiler 1&6 Light 1 FedSig ES100C Siren Speaker 1 FedSig ESB‐U Speaker Bracket 1 FedSig PF200S17B Siren/Light Controller 1 FedSig PFSYNC‐1 Sync Module 1 FedSig OBDCABLE25‐2 2020+ FPIU OBD Interface Cable 2 FedSig EXPMOD24 24 Port Expansion Module 1 FedSig RBKIT2 Dual Speaker Rumbler Kit 1 FedSig RB‐FPIU20 Rumbler Speaker Bracket 8 FedSig MPS62U‐BW Top Channel, PIT Rail Light, Rear Spoiler 3&4 1 FedSig PBX07 Pit Bumper Center Section 1 FedSig PBXW‐FPIU20 PBX Wing Wraps 1 FedSig PBX‐PIT07 PBX PIT Wraps 1 FedSig PBX‐TC4L‐3 PBX Top Channel (4 Light) 2 FedSig MPSW9X‐BW Below Side Mirror 1 FedSig MPSMW9‐FPIU20MIR Side Mirror Bracket Kit 2 FedSig MPSW9X‐BW Side of PIT Bumper 4 FedSig MPS62U‐BA Liftgate and Spoiler 2&5 Lights 1 FedSig MPSM6‐FPIU20RS2 6 Head Rear Spoiler Bracket 1 FedSig SIFMJH‐FPIU20‐PF2 Rear ILS 6 FedSig 416900XZ‐BW Corner LED 4 FedSig MPS62U‐BW Cargo Warning 2 FedSig MPSM6‐DL Cargo Warning Bracket 2 FedSig 416300X‐BW Dual Color Flush Mount 4 FedSig MPS62U‐BW Wheel Arch Lights 1 FedSig MPSM6U‐FPIU20WW Wheel Arch Wedge Kit RFP No. 23-0015 Page 24 of 60 Pursuit Vehicle Build Out (Annual Contract) 1 FedSig MPS122U‐RW Cargo Illumination Light 1 FedSig MPSMUMA12‐3 Cargo Illumination Bezel 1 Jotto Desk 425‐6512 2020+ FPIU Center Console 1 Jotto Desk 425‐6260 Armrest 1 Jotto Desk 425‐3704 Cup Holder 1 Jotto Desk 425‐6164 12v w/ USB 1 Jotto Desk 425‐0150 Mamba Mount 1 Amer_Alum EZPF_INTERC.SUV_2020 K‐9 Insert Full Replacement 2020+ FPIU 1 Amer_Alum Water Dish Universal Hinged Water Dish 1 Amer_Alum Heat Alarm w/ RESCUE Heat Alarm w/ Door Popper 1 Amer_Alum Block Out Kit Block Out Kit to Reduce Fur Spread 1 Big‐Sky ELS‐270 w/ K9 BS AR‐15 Gun Lock w/ K‐9 Bracket 1 Panasonic 6334780 FZ‐55 w/ FZ007VM Specs 1 Panasonic 5739094 Havis Docking Station 1 Panasonic 4894502 Protection Plus 1 MPH Industries PYT3‐FS‐2KA Dual Antenna Radar Unit 1 10‐8 Video D1200‐402 In Car Video 1 AC/DC Ind. MZL‐200 Battery Saver 1 SUB‐CNTRCT WNDW‐TNT Window Tint Package 1 Image Signs Labor Decal Installation FORD EXPLORER REACT PURSUIT VEHICLE PACKAGE Qty: Manufacturer: Part Number: Description 1 FedSig VALG51J‐P2L 51" Valor Lightbar MCSO Custom Build 1 FedSig SIFMJS‐FPIU20‐P2 Front ILS 4 FedSig MPS62U‐RB Tag and Rear Spoiler 1&6 Light 1 FedSig ES100C Siren Speaker 1 FedSig ESB‐U Speaker Bracket 1 FedSig PF200S17B Siren/Light Controller 1 FedSig PFSYNC‐1 Sync Module 1 FedSig OBDCABLE25‐2 2020+ FPIU OBD Interface Cable 2 FedSig EXPMOD24 24 Port Expansion Module 1 FedSig RBKIT2 Dual Speaker Rumbler Kit 1 FedSig RB‐FPIU20 Rumbler Speaker Bracket 8 FedSig MPS62U‐BW Top Channel, PIT Rail Light, Rear Spoiler 3&4 1 FedSig PBX07 Pit Bumper Center Section 1 FedSig PBXW‐FPIU20 PBX Wing Wraps 1 FedSig PBX‐PIT07 PBX PIT Wraps 1 FedSig PBX‐TC4L‐3 PBX Top Channel (4 Light) 2 FedSig MPSW9X‐BW Below Side Mirror 1 FedSig MPSMW9‐FPIU20MIR Side Mirror Bracket Kit 2 FedSig MPSW9X‐BW Side of PIT Bumper 4 FedSig MPS62U‐BA Liftgate and Spoiler 2&5 Lights 1 FedSig MPSM6‐FPIU20RS2 6 Head Rear Spoiler Bracket 1 FedSig SIFMJH‐FPIU20‐PF2 Rear ILS 6 FedSig 416900XZ‐BW Corner LED RFP No. 23-0015 Page 25 of 60 Pursuit Vehicle Build Out (Annual Contract) 4 FedSig MPS62U‐BW Cargo Warning 2 FedSig MPSM6‐DL Cargo Warning Bracket 2 FedSig 416300X‐BW Dual Color Flush Mount 4 FedSig MPS62U‐BW Wheel Arch Lights 1 FedSig MPSM6U‐FPIU20WW Wheel Arch Wedge Kit 1 FedSig MPS122U‐RW Cargo Illumination Light 1 FedSig MPSMUMA12‐3 Cargo Illumination Bezel 1 Jotto Desk 425‐6512 2020+ FPIU Center Console 1 Jotto Desk 425‐6260 Armrest 1 Jotto Desk 425‐3704 Cup Holder 1 Jotto Desk 425‐6164 12v w/ USB 1 Jotto Desk 425‐0150 Mamba Mount 1 Pro‐Gard PRPSP4704UINT20A Center Partition 1 Pro‐Gard WB47NPUINT20 Window Barrier 1 Pro‐Gard B4705UINT20 Cargo Partition 1 Pro‐Gard DPCP47UINT20 Door Control Block Kit 1 Pro‐Gard GVPMD‐H Vertical Tri‐Gun Weapon Lock 1 Panasonic 6334780 FZ‐55 w/ FZ007VM Specs 1 Panasonic 5739094 Havis Docking Station 1 Panasonic 4894502 Protection Plus 1 MPH Industries PYT3‐FS‐2KA Dual Antenna Radar Unit 1 10‐8 Video D1200‐402 In Car Video 1 AC/DC Ind. MZL‐200 Battery Saver 1 SUB‐CNTRCT WNDW‐TNT Window Tint Package 1 Image Signs Labor Decal Installation C. ADDITIONAL INFORMATION: 1) Public Safety Departments may upgrade equipment in vehicles already in the City’s fleet. Any retrofits to existing vehicles will take place at the City’s Fleet Shop or at the vendor location. 2) The City reserves the right to supply vendor with equipment already in inventory to be installed in vehicles. In such cases the City will deliver said equipment to the contracted vendor. 3) The City reserves the right to add other vehicle types throughout the term of the contract. The City will obtain quotes from the contracted vendor for equipment and installation cost for added vehicle types. 4) The City’s Fleet Manager or designated representative will be responsible for coordinating the delivery of the vehicles to the successful vendor’s installation site and return to the City Fleet Shop located at 1011 Cusseta Road, Columbus, Georgia. a. The Fleet Division purchases vehicles for Public Safety. Once vehicles are received, they are inspected to ensure they meet specifications. b. After the vehicle inspection is complete Fleet Division will coordinate movement to the vendor’s location and provide approval to the vendor to proceed with the agreed communication installation. c. Upon completion of build out, the vendor must contact the City Fleet Manager or designated representative to schedule the onsite inspection. RFP No. 23-0015 Page 26 of 60 Pursuit Vehicle Build Out (Annual Contract) d. Once notification is received that the vehicle is complete a representative from the department will travel to the vendor location along with a representative from the Fleet Division to inspect the vehicles for proper installation and functionality. e. Once vehicles are inspected and finalized the fleet maintenance representative will schedule transport to the City of Columbus at its Fleet Maintenance Shop, located at 1011 Cusseta Road, Columbus, Georgia. Deliveries will be accepted Monday through Friday between the hours of 8:00 A.M. and 5:30 P.M. f. The pickup or delivery of the vehicles after the installation and inspection will be the responsibility of the department who will receive the vehicle. 5) The successful vendor must coordinate with the following Public Safety Department contacts regarding pursuit vehicle build out packages: Department of Public Works Fleet Division: Mr. Andrea R. Owens, 706-573-0264, owens.andrea@columbusga.org Department of Public Works Body Shop: Randy Fuller, 706-587-5224, rfuller@columbusga.org Columbus Police Department: Corporal Joel Reed, 706-225-3244, jreed@columbusga.org Sheriff’s Office: Captain Curtis Lockette, 706-225-3382, clockette@columbusga.org Lieutenant Bill Jessee, 706-225-3339, wjessee@columbusga.org 6) It is the City’s intention that the graphics design vendor D&S Sign Company properly applies all markings and decals before the vehicle is moved to the communication install or after the communication install process. This action will be determined based on the vendors workload during the time the vehicles are delivered to the city shop. 7) The City will purchase GETAC systems through Prologic ITS, which will require GPS Software, PMDC Software, GPS Integration, GPS Receiver, Desk Mounting Hardware and Programming by the awarded vendor. Motorola is the contracted vendor for the City’s 800 MHz radio system. The awarded vendor for the vehicle build out must commit to coordinating this portion of the installation work with Motorola. This will require the awarded vendor to ensure the vehicle is moved to the servicing Motorola location. Once the Motorola servicing vendor has completed their work. The awarded vendor must inspect the work to ensure all components are compatible and installed correctly. The awarded vendor will contact the Fleet Maintenance and the owning department representative to schedule the final inspection. Once the vehicle clears the installation and functionality inspection the fleet representative will schedule the pickup and delivery of the vehicles to the City’s Fleet Maintenance Shop located at 1011 Cusseta Road, Columbus, GA. 8) The awarded vendor must provide a specified maintenance day each week to address all communication repairs or upgrades onsite at our city shop location. This includes, but not limited to, all emergency lighting, lighting controls, audible warning, in-car video, and other issues that might arise. D. EQUIPMENT OTHER THAN THAT SPECIFIED: The City of Columbus desires to maintain standardization in the equipment it uses in its’ Public Safety Vehicle Fleet and will regard any response to this RFP that provides the equipment specified above as fully responsive to the needs of the City in the area of providing the functionality we desire. The City of Columbus knows of no impediment to any Vendor being able to obtain the equipment specified. mailto:owens.andrea@columbusga.org mailto:rfuller@columbusga.org mailto:jreed@columbusga.org mailto:clockette@columbusga.org mailto:wjessee@columbusga.org RFP No. 23-0015 Page 27 of 60 Pursuit Vehicle Build Out (Annual Contract) E. VEHICLE COMPLETION SCHEDULE: The awarded vendor must be able to sustain a completed vehicle delivery rate of not less than three cars per business week. The Vendor will contact the fleet maintenance representative to coordinate pickup of the vehicles provided there is a minimum of not less than three completed vehicles each business week (Monday through Friday). All deliveries must be made to the City’s Fleet Manager or designated representative. Deliveries will be accepted Monday through Friday between the hours of 8:00 A.M. and 5:30 Each Vendor should be aware that delivery rate is considered one of the key components in this RFP. The City of Columbus reserves the right to cancel any contract with a Vendor should they fail to meet or maintain the vehicle completion rate they guarantee in their response to this RFP, and negotiate a contract with the Vendor who was considered to be second best qualified, based on their RFP response, for the completion of the remaining cars in the current order and any other cars that might be done in the future. The City of Columbus will not be responsible for the cost of any equipment purchased in anticipation of being installed in our vehicles if the contracted Vendor does not meet or maintain their guaranteed vehicle completion rate and loses the contract. F. GEOGRAPHIC PROXIMITY: The City of Columbus places a value on dealing with local vendors who are otherwise qualified to provide the needed services with a high customer satisfaction rate. The awarded vendor must be within the state of Georgia and located within 100 to 175 miles of the Columbus Fleet Maintenance Shop, located at 1011 Cusseta Road, Columbus, Georgia. G. SPECIFIC EXPERIENCE: Vendor must have experienced, factory trained technicians who can equip our vehicles with several features and services such as: Installation of mobile radios/communication units and accessories, emergency vehicle light bars/sirens, alerting systems, radio programming, repair & maintenance, ensure our radio equipment’s optimal performance with proper programming, repair, and maintenance services. Maintenance can be performed as needed or on a regularly scheduled basis with a service agreement. Service agreements can be tailored to meet our specific needs and are an effective way to manage costs. The vendor must possess the experience to increase the functionality and dependability of our radio equipment with the right accessories including antennas, batteries, carry accessories, chargers, control stations, microphones and mounting accessories. Whether it’s scheduled maintenance or a custom installation, vendor must ensure our vehicles are ready to perform in any situation. H. MINIMUM FACILITIES REQUIREMENTS: The successful vendor must be able to perform all work on vehicles belonging to the City of Columbus in an enclosed building where it will be protected from the elements during the time it is in the process of being built out. Open air sheds or carports that cannot be closed up against the elements are not acceptable. All vehicles belonging to the City of Columbus and in the possession of the Vendor shall be secured either inside a locked building or within a secured, fenced storage yard or lot that will adequately protect them from theft, vandalism, or accidental damage. The awarded vendor must submit pictures of the facilities that they propose to use in complying with this provision and the City of Columbus reserves the right to conduct a physical inspection and tour of said facilities in order to satisfy the RFP Evaluation Committee that the facilities meet these requirements. RFP No. 23-0015 Page 28 of 60 Pursuit Vehicle Build Out (Annual Contract) I. VEHICLE ACCEPTANCE, STORAGE AND DELIVERY: The awarded vendor must agree to accept delivery of all vehicles for which it will provide the installation services contemplated in this RFP. The Vendor should recognize that the number of vehicles submitted for build out will fluctuate from year to year. All vehicles delivered to the vendor must be properly stored and safeguarded as described in the “Minimum Facilities Requirements” above. All completed vehicles deliveries will be coordinated by the city of Columbus fleet department representative. The vehicles will be delivered directly to the City of Columbus at its Fleet Maintenance Shop, located at 1011 Cusseta Road, Columbus, Georgia. Completed vehicles are not considered complete until inspected at the vendor installation site and accepted by the City’s Fleet Manager or designated representative. The awarded vendor shall be responsible for any damages to vehicles while in vendor’s possession, and until the delivered vehicles are accepted by the City. J. WARRANTY REQUIREMENTS: The Vendor must provide a no cost warranty on all of the equipment and installation services they provide for a period not less than one year. The Vendor must offer an extended warranty or service contract on the equipment they provide and install. The yearly cost of this extended warranty, or service contract, must be quoted in the RFP response for a minimum of three years past the expiration of the offered no cost warranty, and the City must have the option to contract for it at any time prior to the expiration of the initial no cost warranty. K. WARRANTY AND NON-WARRANTY REPAIR SERVICES: The successful vendor must be a Manufacturer authorized repair provider for each piece of equipment they offer and be able to perform those repair services on all the equipment they install in the vehicles belonging to the City of Columbus. These repair services must be performed on- site at the City’s Fleet Shop located at 1011 Cusseta Road, Columbus, Georgia. The awarded vendor must agree to respond to any request for repair service by no later than the next business day after receiving the request for service. The Vendor will guarantee to maintain a stock of loaner spares for each item of supplied equipment that can be used to eliminate any down time caused by the need to ship the broken equipment back to the manufacturer. Vehicle repairs and installation should be done in a reasonable and timely manner. RFP No. 23-0015 Page 29 of 60 Pursuit Vehicle Build Out (Annual Contract) APPENDIX B FORMS RFP No. 23-0015 Page 30 of 60 Pursuit Vehicle Build Out (Annual Contract) CONTRACTOR AFFIDAVIT E-VERIFY / GEORGIA SECURITY & IMMIGRATION COMPLIANCE ACT By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. § 13-10- 91, stating affirmatively that the individual, firm or corporation which is engaged in the physical performance of services on behalf of Columbus Consolidated Government 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 subcontractors 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: Company ID Number (numerical, 4-7 digits) Date of Authorization **See https://e-verify.uscis.gov/emp/vislogin.aspx?JS=YES to access your E-Verify Company Identification Number. Name of Contractor Pursuit Vehicle Build Out (Annual Contract) Name of Project Columbus Consolidated Government Name of Public Employer I hereby declare under penalty of perjury that the foregoing is true and correct. Executed on , ___, 20 __ in (city), ______(state). Signature of Authorized Officer or Agent Printed Name and Title of Authorized Officer or Agent Subscribed and sworn before me on this the day of ,20 . NOTARY PUBLIC My Commission Expires: A properly completed, notarized E-Verify Affidavit must be included with sealed proposal; failure to do so will render the firm’s proposal non-responsive and ineligible for further consideration. FORM 1 https://e-verify.uscis.gov/emp/vislogin.aspx?JS=YES RFP No. 23-0015 Page 31 of 60 Pursuit Vehicle Build Out (Annual Contract) FORM 2 COMMUNICATION CONCERNING THIS SOLICITATION THIS PAGE MUST BE SIGNED AND RETURNED WITH THE VENDOR’S BID/PROPOSAL. FAILURE TO INCLUDE THIS FORM WILL AUTOMATICALLY RENDER VENDOR’S RESPONSE NON-RESPONSIVE. ALL QUESTIONS OR CLARIFICATIONS CONCERNING THIS SOLICITATION SHALL BE SUBMITTED IN WRITING. THE CITY WILL NOT ORALLY OR TELEPHONICALLY ADDRESS ANY QUESTION OR CLARIFICATION REGARDING BID/PROPOSAL SPECIFICATIONS. IF A VENDOR VISITS OR CALLS THE PURCHASING DIVISION WITH SUCH QUESTIONS, HE OR SHE WILL BE INSTRUCTED TO SUBMIT THE QUESTIONS IN WRITING. ALL CONTACT CONCERNING THIS SOLICITATION SHALL BE MADE THROUGH THE PURCHASING DIVISION. BIDDERS SHALL NOT CONTACT CITY EMPLOYEES, DEPARTMENT HEADS, USING AGENCIES, EVALUATION COMMITTEE MEMBERS, INCLUDING NON-CCG EMPLOYEES, CONTRACTED PERSONNEL ASSOCIATED WITH THIS PARTICULAR PROJECT (I.E. ARCHITECTS, ENGINEERS, CONSULTANTS), OR ELECTED OFFICIALS WITH QUESTIONS OR ANY OTHER CONCERNS ABOUT THE SOLICITATION. QUESTIONS, CLARIFICATIONS, OR CONCERNS SHALL BE SUBMITTED TO THE PURCHASING DIVISION IN WRITING. IF IT IS NECESSARY THAT A TECHNICAL QUESTION NEEDS ADDRESSING, THE PURCHASING DIVISION WILL FORWARD SUCH TO THE USING AGENCY, WHO WILL SUBMIT A WRITTEN RESPONSE. THE PURCHASING DIVISION WILL FORWARD WRITTEN RESPONSES TO THE RESPECTIVE BIDDER. IF IT BECOMES NECESSARY TO REVISE ANY PART OF THIS SOLICITATION, A WRITTEN ADDENDUM WILL BE ISSUED TO ALL BIDDERS. THE CITY IS NOT BOUND BY ANY ORAL REPRESENTATIONS, CLARIFICATIONS, OR CHANGES MADE TO THE WRITTEN SPECIFICATIONS BY CITY EMPLOYEES, UNLESS SUCH CLARIFICATION OR CHANGE IS PROVIDED TO THE BIDDERS IN A WRITTEN ADDENDUM FROM THE PURCHASING MANAGER. BIDDERS ARE INSTRUCTED TO USE THE ENCLOSED “QUESTION/CLARIFICATION FORM” TO EMAIL QUESTION. QUESTIONS AND REQUESTS FOR CLARIFICATION MUST BE SUBMITTED AT LEAST FIVE (5) BUSINESS DAYS BEFORE THE DUE DATE. ANY REQUEST/CONCERN/PROTEST, AFTER A SOLICITATION HAS CLOSED AND PENDING AWARD, MUST ALSO BE SUBMITTED IN WRITING TO THE PURCHASING DIVISION. ----------------------------------------------------- I agree to forward all communication about this solicitation, in writing, to the Purchasing Division. I understand that communication with other persons, other than the Purchasing Division, will render my Bid/Proposal response non-responsive and I will no longer be considered in the solicitation process. Vendor Name: Print Name of Authorized Agent: Signature of Authorized Agent: RFP No. 23-0015 Page 32 of 60 Pursuit Vehicle Build Out (Annual Contract) FORM 3 FEDERAL COMPLIANCE In the event a procurement under this contract is federally funded, the Contractor agrees to comply with all federal statutes relating to nondiscrimination, labor standards, and environmental compliance. The Contractor will be notified if the procurement is federally funded. With regards to “Rights to Inventions Made Under a Contract or Agreement,” If the Federal award meets the definition of “funding agreement” under 37 CFR § 401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,” and any implementing regulations issued by the awarding agency. Contractor agrees to be wholly compliant with the provisions of 2 CFR 200, Appendix II. Additionally, for work to be performed under the Agreement or subcontract thereof, including procurement of materials or leases of equipment. Contractor shall comply and shall notify each potential subcontractor or supplier of the Contractor's federal compliance obligations. These may include, but are not limited to: (a) Title VII of the Civil Rights Act of 1964 (P.L. 88-352) which prohibits discrimination on the basis of race, color or national origin; (b) Title IX of the Education Amendments of 1972, as amended (20 U.S.C. §§ 1681-1683, and 1685-1686), which prohibits discrimination on the basis of sex; (c) the Fair Labor Standards Act of 1938 (29 USC 676 et. seq.), (d) Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. § 794), which prohibits discrimination on the basis of handicaps and the Americans with Disabilities Act of 1990; (e) the Age Discrimination in Employment Act of 1967 (29 USC 621 et. seq.) and the Age Discrimination Act of 1974, as amended (42 U.S.C. §§ 6101-6107), which prohibits discrimination on the basis of age; (f) the Drug Abuse Office and Treatment Act of 1972 (P.L. 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; (g) the Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (P.L. 91-616), as amended, relating to the nondiscrimination on the basis of alcohol abuse or alcoholism; (h) §§ 523 and 527 of the Public Health Service Act of 1912 (42 U.S.C. 290 dd-3 and 290 ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; (i) Title VIII of the Civil Rights Act of 1968 (42 U.S.C. § 3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; (j) any other nondiscrimination provisions in any specific statute(s) applicable to any Federal funding for this Agreement; (k) the requirements of any other nondiscrimination statute(s) which may apply to this Agreement; (l) Applicable provisions of the Clean Air Act (42 U.S.C. §7401 et seq.), the Federal Water Pollution Control Act, as amended (33 U.S.C. §1251 et seq.), Section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and the Environmental Protection Agency regulations at 40 CPR Part 15; (m) applicable provisions of the Davis- Bacon Act (40 U.S.C. 276a - 276a-7), the Copeland Act (40 U.S.C. 276c), and the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-332), as set forth in Department of Labor Regulations at 20 CPR 5.5a; (n) the mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (P.L. 94-163). To demonstrate acknowledgement and understanding of the above listed Federal Requirements, vendor is required to sign below and return with bid response: Vendor Name: Signature of Authorized Agent: Print Name and Title of above Agent: RFP No. 23-0015 Page 33 of 60 Pursuit Vehicle Build Out (Annual Contract) PURSUIT VEHICLE BUILD OUT (ANNUAL CONTRACT) RFP No. 23-0015 SAM.gov Unique Entity ID Federal ARP Funded Purchases This purchase is funded with Federal ARP funds. Therefore, the contractor is required to provide their UEI (Unique Entity ID) for federal reporting requirements. Complete the form below and return to Purchasing. *If you do not have a UEI, you must register with SAM.gov at https://sam.gov/content/home. Once you have successfully registered with SAM.gov, you will receive a ‘Unique Entity ID’. Complete and return this form as soon as possible. The purchase order will not be released until the City receives your UEI. Unique Entity ID (UEI) Business Name Date Authorized Signature Print Name FORM 4 https://sam.gov/content/home RFP No. 23-0015 Page 34 of 60 Pursuit Vehicle Build Out (Annual Contract) PURSUIT VEHICLE BUILD OUT (ANNUAL CONTRACT) RFP No. 23-0015 Subject: Federal Reporting for ARP funded purchases Dear Vendor, Columbus Consolidated Government (the City) is the recipient of ARP federal funding which has been or will be used to fund purchases provided by your company. Part of the required Federal Reporting, requires the City, as a recipient of the funds, to ask you to respond to the following questions: A) Davis-Bacon Act Certification: 1) Select “Yes” or “No” response to Certification question for Davis-Bacon Act: Please certify that all laborers and mechanics employed by your company in the performance of the project are paid wages at rates not less than those prevailing, as determined by the U.S. Secretary of Labor in accordance with subchapter IV of chapter 31 of title 40, United States Code (commonly known as the “Davis-Bacon Act”), for the corresponding classes of laborers and mechanics employed on projects of a character similar to the contract work in the civil subdivision of the State (or the District of Columbia) in which the work is to be performed, or by the appropriate state entity pursuant to a corollary state prevailing-wage-in construction law (commonly known as “baby Davis-Bacon Acts”)? Yes_______ No________ 2) If response is “No”, provide the following information: i. The number of employees working on the project; ii. The number of employees on the project hired directly; iii. The number of employees on the project hired through a third party; iv. The wages and benefits of workers on the project by classification; and v. Whether those wages are at rates less than those prevailing. PLEASE NOTE: Selecting "Yes" to A)1) means that all laborers and mechanics are paid prevailing wages and fringe benefits on the project. B) Certification of Labor Agreements: 1) Select “Yes” or “No” response to Certification question for existence of project labor agreement: Do you intend to certify that “the indicated project includes a project labor agreement, meaning a pre-hire collective bargaining agreement consistent with section 8(f) of the National Labor Relations Act (29 U.S.C. 158(f))? Yes_______ No________ 2) If response is “No”, provide the following information about a project continuity Plan.: i. How will your firm ensure the project has ready access to a sufficient supply of appropriately skilled and unskilled labor to ensure high-quality construction throughout the life of the project, including a description of any required professional certifications and/or in-house training?; FORM 5 RFP No. 23-0015 Page 35 of 60 Pursuit Vehicle Build Out (Annual Contract) ii. How will your firm minimize risks of labor disputes and disruptions that would jeopardize timeliness and cost-effectiveness of the project?; iii. How will your firm provide a safe and healthy workplace that avoids delays and costs associated with workplace illnesses, injuries, and fatalities, including descriptions of safety training, certification, and/or licensure requirements for all relevant workers (e.g., OSHA 10, OSHA 30)?; iv. Whether workers on the project will receive wages and benefits that will secure an appropriately skilled workforce in the context of the local or regional labor market?; and v. Whether the project has completed a project labor agreement. PLEASE NOTE: Selecting "Yes" to B)1) means that you intend to or are using an 8(f) pre-hire agreement on your project C) Please indicate whether your firm is utilizing local hires for this project. Yes: No: Business Name Date Authorized Signature Print Name RFP No. 23-0015 Page 36 of 60 Pursuit Vehicle Build Out (Annual Contract) FORM 6 ___________________________________ (date) ADDENDA ACKNOWLEDGEMENT Pursuit Vehicle Build Out (Annual Contract) RFP No. 23-0015 The Purchasing Division will post addenda (if any) on the Bid Opportunities page: https://www.columbusga.gov/finance-2/bid-opportunities. It is the vendors’ responsibility to periodically visit the page to check for addenda, both before the due date and prior to submitting a response in DemandStar. IF ADDENDA WERE ISSUED: By signing below, I acknowledge 1) I have received the addenda (if any) as indicated below, 2) my submittal reflects the changes to the specifications, and 3) my submittal includes the most recently revised forms:- Addendum No. dated Addendum No. dated Addendum No. dated Addendum No. dated Addendum No. dated Addendum No. dated Addendum No. dated Addendum No. dated Addendum No. dated Addendum No. dated IF NO ADDENDA WERE ISSUED: By signing below, I acknowledge that I reviewed the Bid Opportunities page referenced above on and did not see any addenda listed for this solicitation. Business Name Date Authorized Signature Print Name https://www.columbusga.gov/finance-2/bid-opportunities RFP No. 23-0015 Page 37 of 60 Pursuit Vehicle Build Out (Annual Contract) CLIENT WORK HISTORY PURSUIT VEHICLE BUILD OUT (ANNUAL CONTRACT) RFP No. 23-0015 Provide at least three (3) clients for whom the firm has provided same or similar services. Include company name, contract amount, contact name, address, phone number, email address, date contract began and length of contract. 1. Company Name: Contract Amount: Start Date: End Date: Address: Contact: Telephone: Email: Description of services: 2. Company Name: Contract Amount: Start Date: End Date: Address: Contact: Telephone: Email: Description of services: 3 3. Company Name: Contract Amount: Start Date: End Date: Address: Contact: Telephone: Email: Description of services: Company Name: Authorized Signature: Print Name Title of Authorized Signatory Date FORM 7 RFP No. 23-0015 Page 38 of 60 Pursuit Vehicle Build Out (Annual Contract) INSURANCE CHECKLIST PURSUIT VEHICLE BUILD OUT (ANNUAL CONTRACT) RFP No. 23-0015 CERTIFICATE OF INSURANCE MUST SHOW ALL COVERAGE AND ENDORSEMENTS INDICATED BY “X” CSL = Combined Single Limit; BI = Bodily Injury; PD=Property Damage Required Coverage(s) Limits (Figures denote minimums) Bidders Limits/Response X 1. Worker’s Compensation and Employer’s Liability STATUTORY REQUIREMENTS Comprehensive General Liability: X 2. General Liability Premises/Operations $1 Million CSL BI/PD each occurrence, $1 Million annual aggregate X 3. Independent Contractors and Sub – Contractors $1 Million CSL BI/PD each occurrence, $1 Million annual aggregate 4. Products Liability $1 Million CSL BI/PD each occurrence, $1 Million annual aggregate 5. Completed Operations $1 Million CSL BI/PD each occurrence, $1 Million annual aggregate 6. Contractual Liability (Must be shown on Certificate) $ 1 Million CSL BI/PD each occurrence, $1 Million annual aggregate Automobile Liability: X 7. Owned/Hired/Non-Owned Vehicles/ Employer non-ownership $1 Million BI/PD each Accident, Uninsured Motorist Other: X 8. Miscellaneous Errors and Omissions $1 Million per occurrence/claim X 9. Umbrella/Excess Liability $1 Million Bodily Injury, Property Damage and Personal Injury 10. Personal and Advertising Injury Liability $1 Million each offense, $1 Million annual aggregate 11. Professional Liability $1 Million per occurrence/claim 12. Architects and Engineers $1 Million per occurrence/claim 13. Asbestos Removal Liability $2 Million per occurrence/claim 14. Medical Malpractice $1 Million per occurrence/claim 15. Medical Professional Liability $1 Million per occurrence/claim 16. Dishonesty Bond 17. Builder’s Risk Provide Coverage in the full amount of contract FORM 8 RFP No. 23-0015 Page 39 of 60 Pursuit Vehicle Build Out (Annual Contract) Required Coverage(s) Limits (Figures denote minimums) Bidders Limits/Response 18. XCU (Explosive, Collapse, Underground) Coverage 19. USL&H (Long Shore Harbor Worker’s Compensation Act) 20. Contractor Pollution Liability $2 Million per occurrence/claim 21. Environmental Impairment Liability $2 Million per occurrence/claim X 22. Carrier Rating shall be Best’s Rating of A-VII or its equivalents X 23. Notice of Cancellation, non-renewal or material change in coverage shall be provided to City at least 30 days prior to action. X 24. The City shall be named Additional Insured on all policies X 25. Certificate of Insurance shall show Bid Number (RFP No. 23-0015) and Bid Title (Pursuit Vehicle Build Out) in box: Description of Operations 26. Pollution: $2 Million per occurrence/claim *If offeror’s employees will be using their privately-owned vehicles while working on this contract and are privately insured, please state that fact in the Bidders Limits/Response column of the insurance checklist. BIDDER’S STATEMENT: If awarded the contract, I will comply with contract insurance requirements and provide the required Certificate(s). VENDOR NAME: PRINT NAME AND TITLE OF AUTHORIZED AGENT: SIGNATURE OF AUTHORIZED AGENT: **COMPLETE AND RETURN THIS PAGE WITH SEALED PROPOSAL** RFP No. 23-0015 Page 40 of 60 Pursuit Vehicle Build Out (Annual Contract) RFP NO. 23-0015 PURSUIT VEHICLE BUILD OUT (ANNUAL CONTRACT) COLUMBUS POLICE DEPARTMENT PATROL VEHICLE PACKAGE QUANTITY MANUFACTURER PART NUMBER DESCRIPTION UNIT PRICE TOTAL 1 FedSig VALG51J‐P2L 51" Valor Lightbar CPD Custom Build $ $ 2 FedSig MPS62U‐RB Tag Lights $ $ 1 FedSig ES100C Siren Speaker $ $ 1 FedSig ESB‐U Siren Speaker Bracket $ $ 1 FedSig PF200 Siren/Light Controller $ $ 1 FedSig PFSYNC‐1 Sync Module $ $ 1 FedSig OBDCABLE6‐2 2020+ FPIU OBD Interface Cable $ $ 2 FedSig EXPMOD24 24 Port Expansion Module $ $ 1 FedSig RBKIT2 Dual Speaker Rumbler Kit $ $ 1 FedSig RB‐FPIU20 Rumbler Speaker Bracket $ $ 6 FedSig MPS62U‐BW Top Channel & PIT Rail Light $ $ 1 FedSig PBX07 Pit Bumper Center Section $ $ 1 FedSig PBXW‐FPIU20 PBX Wing Wraps $ $ 1 FedSig PBX‐PIT07 PBX PIT Wraps $ $ 1 FedSig PBX‐TC4L‐3 PBX Top Channel (4 Light) $ $ 2 FedSig MPSW9X‐BW Below Side Mirror $ $ 1 FedSig MPSMW9‐FPIU20MIR Side Mirror Bracket Kit $ $ 2 FedSig MPSW9X‐BW Side of PIT Bumper $ $ 2 FedSig MPS62U‐BA Liftgate Lights $ $ 1 FedSig SIFMJH‐FPIU20‐PF2 Rear ILS Dual Color $ $ 2 FedSig 416900XZ‐BW Corner LED $ $ 4 FedSig MPS62U‐BW Cargo Warning $ $ 2 FedSig MPSM6‐DL Cargo Warning Bracket $ $ 2 FedSig 416300X‐BW Dual Color Flush Mount $ $ 4 FedSig MPS62U‐BW Wheel Arch Lights $ $ 1 FedSig MPSM6U‐FPIU20WW Wheel Arch Wedge Kit $ $ 1 FedSig MPS122U‐RW Cargo Illumination Light $ $ 1 FedSig MPSMUMA12‐3 Cargo Illumination Bezel $ $ 1 Jotto Desk 425‐6512 2020+ FPIU Center Console $ $ 1 Jotto Desk 425‐6260 Armrest $ $ 1 Jotto Desk 425‐3704 Cup Holder $ $ 1 Jotto Desk 425‐6164 12v w/ USB $ $ 1 Jotto Desk 425‐0150 Mamba Mount with GK $ $ 1 MPH Industries PYT‐FS‐2KA Dual Antenna Radar Unit $ $ 1 Pro‐Gard PRPSP4704UINT20A Center Partition $ $ FORM 9 RFP No. 23-0015 Page 41 of 60 Pursuit Vehicle Build Out (Annual Contract) Company Name Authorized Signature: Print Name Title of Authorized Signatory Date 1 Pro‐Gard WB47NPUINT20 Window Barrier $ $ 1 Pro‐Gard S4705UINT200SB Cargo Partition w/ Transport Seat $ $ 1 Pro‐Gard DPCP47UINT20 Door Control Block Kit $ $ 1 Pro‐Gard GVPMD‐H Vertical Tri‐Gun Weapon Lock $ $ 1 Panasonic 6334780 FZ‐55 w/ FZ006VM Specs $ $ 1 Panasonic 5739094 Havis Docking Station $ $ 1 Panasonic 4894502 Protection Plus $ $ 1 10‐8 Video D1200‐302 HD4+2 In Car Video $ $ 1 AC/DC Ind. MZL‐200 Battery Saver $ $ 1 Image Signs Labor Decal Installation $ $ SERVICES DESCRIPTION PRICE TOTAL Labor to install above equipment $ $ Shipping $ $ Delivery Charges $ $ GRAND TOTAL $ NOTES: RFP No. 23-0015 Page 42 of 60 Pursuit Vehicle Build Out (Annual Contract) RFP NO. 23-0015 PURSUIT VEHICLE BUILD OUT (ANNUAL CONTRACT) COLUMBUS POLICE DEPARTMENT SERGEANT VEHICLE PACKAGE QUANTITY MANUFACTURER PART NUMBER DESCRIPTION UNIT PRICE TOTAL 1 FedSig VALG51J‐P2L 51" Valor Lightbar CPD Custom Build $ $ 2 FedSig MPS62U‐RB Tag Lights $ $ 1 FedSig ES100C Siren Speaker $ $ 1 FedSig ESB‐U Speaker Bracket $ $ 1 FedSig PF200 Siren/Light Controller $ $ 1 FedSig PFSYNC‐1 Sync Module $ $ 1 FedSig OBDCABLE6‐2 2020+ FPIU OBD Interface Cable $ $ 2 FedSig EXPMOD24 24 Port Expansion Module $ $ 1 FedSig RBKIT2 Dual Speaker Rumbler Kit $ $ 1 FedSig RB‐FPIU20 Rumbler Speaker Bracket $ $ 6 FedSig MPS62U‐BW Top Channel & PIT Rail Light $ $ 1 FedSig PBX07 Pit Bumper Center Section $ $ 1 FedSig PBXW‐FPIU20 PBX Wing Wraps $ $ 1 FedSig PBX‐PIT07 PBX PIT Wraps $ $ 1 FedSig PBX‐TC4L‐3 PBX Top Channel (4 Light) $ $ 2 FedSig MPSW9X‐BW Below Side Mirror $ $ 1 FedSig MPSMW9‐FPIU20MIR Side Mirror Bracket Kit $ $ 2 FedSig MPSW9X‐BW Side of Push Bumper Warning $ $ 2 FedSig MPS62U‐BA Liftgate Lights $ $ 1 FedSig SIFMJH‐FPIU20‐PF2 Rear ILS Dual Color $ $ 2 FedSig 416900XZ‐BW Corner LED $ $ 4 FedSig MPS62U‐BW Cargo Warning $ $ 2 FedSig MPSM6‐DL Cargo Warning Bracket $ $ 2 FedSig 416300X‐BW Dual Color Flush Mount $ $ 4 FedSig MPS62U‐BW Wheel Arch Lights $ $ 1 FedSig MPSM6U‐FPIU20WW Wheel Arch Wedge Kit $ $ 1 FedSig MPS122U‐RW Cargo Illumination Light $ $ 1 FedSig MPSMUMA12‐3 Cargo Illumination Bezel $ $ 1 Jotto Desk 425‐6512 2020+ FPIU Center Console $ $ 1 Jotto Desk 425‐6260 Armrest $ $ 1 Jotto Desk 425‐3704 Cup Holder $ $ 1 Jotto Desk 425‐6164 12v w/ USB $ $ 1 Jotto Desk 425‐0150 Mamba Mount with GK $ $ 1 MPH Industries PYT3‐FS‐2KA Dual Antenna Radar Unit $ $ 1 Pro‐Gard GVM4713D‐H Vertical Tri‐Gun Weapon Lock $ $ FORM 10 RFP No. 23-0015 Page 43 of 60 Pursuit Vehicle Build Out (Annual Contract) Company Name Authorized Signature: Print Name Title of Authorized Signatory Date 1 Panasonic 6334780 FZ‐55 w/ FZ006VM Specs $ $ 1 Panasonic 5739094 Havis Docking Station $ $ 1 Panasonic 4894502 Protection Plus $ $ 1 10‐8 Video D1200‐302 HD4+2 In Car Video $ $ 1 AC/DC Ind. MZL‐200 Battery Saver $ $ 1 Image Signs Labor Decal Installation $ $ SERVICES DESCRIPTION PRICE TOTAL Labor to install above equipment $ $ Shipping $ $ Delivery Charges $ $ GRAND TOTAL $ NOTES: RFP No. 23-0015 Page 44 of 60 Pursuit Vehicle Build Out (Annual Contract) RFP NO. 23-0015 PURSUIT VEHICLE BUILD OUT (ANNUAL CONTRACT) MUSCOGEE COUNTY SHERIFF’S OFFICE PATROL VEHICLE PACKAGE QUANTITY MANUFACTURER PART NUMBER DESCRIPTION UNIT PRICE TOTAL 1 FedSig VALG51J‐P2L 51" Valor Lightbar MCSO Custom Build $ $ 1 FedSig SIFMJS‐FPIU20‐P2 Front ILS $ $ 4 FedSig MPS62U‐RB Tag and Rear Spoiler 1&6 Light $ $ 1 FedSig ES100C Siren Speaker $ $ 1 FedSig ESB‐U Speaker Bracket $ $ 1 FedSig PF200S17B Siren/Light Controller $ $ 1 FedSig PFSYNC‐1 Sync Module $ $ 1 FedSig OBDCABLE25‐2 2020+ FPIU OBD Interface Cable $ $ 2 FedSig EXPMOD24 24 Port Expansion Module $ $ 1 FedSig RBKIT2 Dual Speaker Rumbler Kit $ $ 1 FedSig RB‐FPIU20 Rumbler Speaker Bracket $ $ 8 FedSig MPS62U‐BW Top Channel, PIT Rail Light, Rear Spoiler 3&4 $ $ 1 FedSig PBX07 Pit Bumper Center Section $ $ 1 FedSig PBXW‐FPIU20 PBX Wing Wraps $ $ 1 FedSig PBX‐PIT07 PBX PIT Wraps $ $ 1 FedSig PBX‐TC4L‐3 PBX Top Channel (4 Light) $ $ 2 FedSig MPSW9X‐BW Below Side Mirror $ $ 1 FedSig MPSMW9‐FPIU20MIR Side Mirror Bracket Kit $ $ 2 FedSig MPSW9X‐BW Side of PIT Bumper $ $ 4 FedSig MPS62U‐BA Liftgate and Spoiler 2&5 Lights $ $ 1 FedSig MPSM6‐FPIU20RS2 6 Head Rear Spoiler Bracket $ $ 1 FedSig SIFMJH‐FPIU20‐PF2 Rear ILS $ $ 6 FedSig 416900XZ‐BW Corner LED $ $ 4 FedSig MPS62U‐BW Cargo Warning $ $ 2 FedSig MPSM6‐DL Cargo Warning Bracket $ $ 2 FedSig 416300X‐BW Dual Color Flush Mount $ $ 4 FedSig MPS62U‐BW Wheel Arch Lights $ $ 1 FedSig MPSM6U‐FPIU20WW Wheel Arch Wedge Kit $ $ 1 FedSig MPS122U‐RW Cargo Illumination Light $ $ 1 FedSig MPSMUMA12‐3 Cargo Illumination Bezel $ $ 1 Jotto Desk 425‐6512 2020+ FPIU Center Console $ $ 1 Jotto Desk 425‐

100 TENTH STREET, COLUMBUS, GEORGIA 31901Location

Address: 100 TENTH STREET, COLUMBUS, GEORGIA 31901

Country : United StatesState : Georgia

You may also like

Emergency Vehicle Lighting (Annual Contract)

Due: 25 Apr, 2024 (Today)Agency: Orange County Fire Authority

DIPLOMATIC VEHICLE SALE NOTICE_2012 Nissan Patrol_06CM1875

Due: 26 Apr, 2024 (Tomorrow)Agency: UNDP Türkiye CO - TURKEY

4 Auction Lots: Vehicles and Surplus

Due: 29 Apr, 2024 (in 4 days)Agency: Cape Fear Public Utility Authority

Please Sign In to see more like these.

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