PRISONER TRANSPORT VEHICLE CARGO VAN

Similar documents
REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631

Four (4) bi-fuel compressed natural gas (CNG) and gasoline ½-ton pickup trucks.

Office of the Director of Procurement Issued: Monday, October 23, Proposals Due by 12:00 NOON, EST on Wednesday, November 15, 2017 to:

Office of the Director of Procurement Issued: Friday, May 20, Proposals Due by 12:00 NOON, EST on Tuesday, June 7, 2016 to:

GENERAL INSTRUCTIONS

Sealed Bid, 1 Ton Cargo Van Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Tender T Supply One 1500 Series Service Vehicle

Town of Litchfield Department of Public Works

Commercial Front Loader Garbage Truck

REQUEST FOR PROPOSALS

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB # V

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA INVITATION FOR BID

Invitation to Bid Instructions to Bidders Bid Specifications Bid Proposal Bid Sheet Contract Checklist

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014

Extra Cab Pick-up Truck

Website: INVITATION TO BID Excavator

KEN BASS DIRECTOR OF PURCHASING Phone: NORTH 5 TH STREET Fax: NOTICE TO BIDDERS

BOARD OF COUNTY COMMISSIONERS

COUNTY OF VICTORIA INVITATION TO BID, BID SPECIFICATIONS AND BID FORMS FOR ONE (1) USED WATER TRUCK

Saddles for Sale RFSB # N

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID COMMERCIAL MOWER INVITATION TO BID. Office of Finance 100 West First North Street Morristown, TN 37814

Request for Quotation Q. Steamboat Springs Emergency Solar Tower Phones

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/DDR/KRT/2011/006 DATE: 20 Feb 2011

OSWEGO COUNTY PURCHASING DEPARTMENT

NOTICE OF CALL FOR BIDS

802-18Q. Defibrillator. Due: 06/15/2018 2:00 p.m. MST

COLLIER COUNTY SHERIFF S OFFICE Standard Contract Provisions

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

INTERCONNECTION AND PARALLEL OPERATING AGREEMENT FOR CATEGORY 1 AND CATEGORY 2 PROJECTS (PROJECTS UP TO 150 kw)

Drawbridge Medical LLC

ATTENTION ALL BIDDERS

2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo)

CITY OF APOPKA BID NAME: SURPLUS SALE BID NUMBER: # BID DEPOSIT REQUIRED: BID CLOSING DATE: July 9, 2018 BID CLOSING TIME: 10:00 A.M.

COUNTY OF OSWEGO PURCHASING DEPARTMENT

PUBLIC WORKS COMMISSION OF THE CITY OF FAYETTEVILLE. December 5, Mark Cannady, Procurement Supervisor

FIFA U-17 WORLD CUP MEXICO 2011 FIFA PUBLIC VIEWING EXHIBITION LICENCE (ALL TERRITORIES EXCEPT MEXICO)

CITY OF BERKLEY, MICHIGAN 4-TON ASPHALT RECYCLER & HOT BOX TRAILER REQUEST FOR PROPOSAL

GENERAL TERMS AND CONDITIONS FOR THE SALE OF GOODS

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

INTERCONNECTION AND PARALLEL OPERATING AGREEMENT FOR CATEGORY 1 AND CATEGORY 2 PROJECTS (PROJECTS UP TO 150 kw)

GENERAL TERMS AND CONDITIONS FOR THE SALE OF GOODS

SEALED BID - REQUEST FOR PROPOSALS # FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS

CITY OF DOUGLAS Contract Documents & Specifications for a New Specified Reel Grinder Douglas Community Club (Golf Course)

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW

Quotation is not binding on Q4 until the order has been accepted in writing by Q4.

Airtime Purchase. INSP Airtime Purchase. Inventory Ownership. Submission of Short and Long Form Material. Terms & Conditions Definitions

SUPPLEMENTAL AGREEMENT TO PROVIDE CONSOLIDATED BILLING SERVICE FOR COMPETITIVE ENERGY SUPPLIER

IRVINE UNIFIED SCHOOL DISTRICT

GAC GLOBAL HUB SERVICES HUB AGENCY STANDARD TERMS AND CONDITIONS. 1.1 In this Agreement, the following words shall have the following meanings:

KNEEBINDING AUTHORIZED DEALER AGREEMENT

END USER LICENSE AGREEMENT

OFFICE OF WILL COUNTY EXECUTIVE LAWRENCE M. WALSH Will County Office Building 302 N Chicago Street Joliet, Illinois, 60432

COLORADO C-PACE NEW ENERGY IMPROVEMENT DISTRICT PARTICIPATION AGREEMENT

LEGAL AD. Invitation to Bid Bid No For the purchase of 1 new Motor Grader

ONE (1) OR MORE NEW 75 CUBIC YARD CLOSED TOP EJECTOR TRAILERS

SERVICE REFERRAL AGREEMENT

STANDARD TERMS AND CONDITIONS OF SALE

Notice to Interested Parties

Bid #15-15 Goodyear Tires

Material Applicator. BASF Corporation Wall Systems Information Form

ENT CREDIT UNION ELECTRONIC DEPOSIT AGREEMENT

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTES (RFQ) PURCHASE AND SALE OF ONE (1) FORKLIFT AUGUST 28, 2008

INVITATION TO BID ITB # 14-04D Water Meters

Invitation to Submit Tenders

CITY OF RICHMOND PERFORMANCE BOND

Volunteer Services Agreement

INTERCONNECTION AND PARALLEL OPERATING AGREEMENT FOR CATEGORY 1 PROJECTS (INVERTER BASED - 20kW OR LESS)

JOINT MARKETING AND SALES REFERRAL AGREEMENT

STANDARD TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES

Notice to Interested Parties

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

Premium Account Terms of Service Agreement. Statista, Inc.

TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS. Public Procurement Board. Accra, Ghana

PROMIS Rapid Electronic Filing System Submitter License Agreement

ENGINEERING AND PROCUREMENT AGREEMENT

SOUTHERN CALIFORNIA EDISON COMPANY ENERGY SERVICE PROVIDER SERVICE AGREEMENT

CONTRACT AND BOND FORMS FOR

GPS & REMOTE DRUG / ALCOHOL OFFENDER MONITORING SERVICE PROVIDER AGREEMENT

RETS DATA ACCESS AGREEMENT

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date.

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

DISTRIBUTOR AGREEMENT

BaxEnergy GmbH ( BaxEnergy ) Software License and Services Agreement

INVITATION FOR BID Bid #1012 Ambulance Graphics

ENGINEERING AND CONSTRUCTION AGREEMENT WASHINGTON INTERCONNECTION

DEALER/AGENT/RESELLER/LIEN HOLDER SERVICE PROVIDER AGREEMENT

TRANSMITTAL. Mandatory Information. BOCC Agenda Item # MEETING DATE:

Municipal Code Online Inc. Software as a Service Agreement

Wyandotte Municipal Services

LEHMAN TRIKES USA AUTHORIZED DEALER AGREEMENT. Products for Honda Motorcycles

ICB System Standard Terms and Conditions

WEB SERVICES-INTEROPERABILITY ORGANIZATION MEMBERSHIP AGREEMENT

TENDER NOTICE. S.No Description Specification required Total No s. 1 Vehicle Car 1328 cc, 2017 model. Detail in Tender Pack 1

COUNTY OF OSWEGO PURCHASING DEPARTMENT

BETHLEHEM AREA SCHOOL DISTRICT 1516 SYCAMORE STREET BETHLEHEM PA REQUEST FOR BIDS TIRES & SERVICE School Year BIDS DUE: JUNE 4, 2018

Tender. for. Supply & Installation of Laptops. Indian Institute of Technology Jodhpur

PARK HILL SCHOOL DISTRICT NUTRITION SERVICES DEPARTMENT 8500 NW Riverpark Drive Pillar 116 Parkville, MO Phone/Fax / 4099

DRAFT Do Not Use Without Legal Review DRAFT

Transcription:

REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: April 6, 2017 BID NUMBER: #B1700090 DESCRIPTION: PRISONER TRANSPORT VEHICLE CARGO VAN (QTY 1) DEPARTMENT: SHERIFF S OFFICE BID OPENING DATE: 04/25/17 @ 10:30 AM 1. NOTICE TO BIDDERS: The Board of County Commissioners of Weld County, Colorado, by and through its Director of General Services (collectively referred to herein as, Weld County ), wishes to purchase the following: PRISONER TRANSPORT VEHICLE CARGO VAN Bids will be received at the Office of the Weld County Purchasing Department in the Weld County Administrative Building, 1150 O Street Room #107 Greeley CO 80631 until: April 25 th 2017 @ 10:30 AM. (Weld County purchasing time clock). 2. INVITATION TO BID: Bids shall include any and all charges for delivery, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Weld County to pay if awarded the bid. You can find bid information on the Weld County Purchasing website at http://www.co.weld.co.us/departments/purchasing/index.html located under Current Request for Bids. Weld County Government is a member of the Rocky Mountain E-Purchasing System. The Rocky Mountain E-Purchasing System (BidNet ) is an on-line notification system that is being utilized by multiple governmental entities. Participating entities post their bids, quotes, proposals, addendums, and awards on this one centralized system. Bid Delivery to Weld County 3 methods: 1. Email. Emailed bids are preferred. Bids may be emailed to: bids@weldgov.com. Emailed bids must include the following statement on the email: I hereby waive my right to a sealed bid. An email confirmation will be sent when we receive your bid/proposal. If more than one copy of the bid is requested, you must submit/mail hard copies of the bid proposal. 2. Mail or Hand Delivery. Mailed (or hand delivered) bids should be sent in a sealed envelope with the bid title and bid number on it. Please address to: Weld County Purchasing Department, 1150 O Street, Room #107 Greeley, CO 80631. Please call Purchasing at 970-336-7225 if you have any questions.

3. GENERAL PROVISIONS A. Fund Availability: Financial obligations of the Weld County payable after the current fiscal year are contingent upon funds for that purpose being appropriated, budgeted and otherwise made available. By acceptance of the bid, Weld County does not warrant that funds will be available to fund the contract beyond the current fiscal year. B. Confidential Information: Confidential financial information of the bidder should be transmitted separately from the main bid submittal, clearly denoting in red on the financial information at the top the word, CONFIDENTIAL. However, the successful bidder is advised that as a public entity, Weld County must comply with the provisions of C.R.S. 24-72-201, et seq., with regard to public records, and cannot guarantee the confidentiality of all documents. C. Governmental Immunity: No term or condition of the contract shall be construed or interpreted as a waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the Colorado Governmental Immunity Act 24-10-101 et seq., as applicable now or hereafter amended. D. Independent Contractor: The successful bidder shall perform its duties hereunder as an independent contractor and not as an employee. He or she shall be solely responsible for its acts and those of its agents and employees for all acts performed pursuant to the contract. E. Compliance with Law: The successful bidder shall strictly comply with all applicable federal and State laws, rules and regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and unfair employment practices. F. Choice of Law: Colorado law, and rules and regulations established pursuant thereto, shall be applied in the interpretation, execution, and enforcement of the contract. Any provision included or incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void. G. No Third Party Beneficiary Enforcement: It is expressly understood and agreed that the enforcement of the terms and conditions of the contract, and all rights of action relating to such enforcement, shall be strictly reserved to the undersigned parties and nothing in the contract shall give or allow any claim or right of action whatsoever by any other person not included in the contract. H. Term: The term of this Agreement begins upon the date of the execution of this Agreement by County, and shall continue through and until successful bidder s completion of the responsibilities described in the Bid. I. Termination: County has the right to terminate this Agreement, with or without cause on thirty (30) days written notice. Furthermore, this Agreement may be terminated at any time without notice upon a material breach of the terms of the Agreement. J. Extension or Modification: Any amendments or modifications to this agreement shall be in writing signed by both parties. K. Subcontractors: The successful bidder acknowledges that County has entered into this Agreement in reliance upon the particular reputation and expertise of the successful bidder. The successful bidder shall not enter into any subcontractor agreements for the completion of this Project without County s prior written consent, which may be withheld in County s sole discretion. BID REQUEST #B1700090 Page 2

L. Warranty: The successful bidder shall provide a warranty to the County as arranged by the parties. M. Non-Assignment: The successful bidder may not assign or transfer this Agreement or any interest therein or claim thereunder, without the prior written approval of County. N. Interruptions: Neither party to this Agreement shall be liable to the other for delays in delivery or failure to deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or Governmental actions. O. Non-Exclusive Agreement: This Agreement is nonexclusive and County may engage or use other contractors or persons to perform services of the same or similar nature. P. Employee Financial Interest/Conflict of Interest C.R.S. 24-18-201 et seq. and 24-50-507: The signatories to this Agreement agree that to their knowledge, no employee of Weld County has any personal or beneficial interest whatsoever in the service or property which is the subject matter of this Agreement. County has no interest and shall not acquire any interest direct or indirect, that would in any manner or degree interfere with the performance of the successful bidder s services and the successful bidder shall not employ any person having such known interests. Q. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal, or unenforceable by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to the extent that this Agreement is then capable of execution within the original intent of the parties. R. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it has been approved by the Board of County Commissioners. S. Insurance. Insurance coverage must be maintained as required by law and as specified in the specifications and/or of scope of work. BID REQUEST #B1700090 Page 3

SPECIFICATIONS FOR PRISONER TRANSPORT VEHICLE CARGO VAN General: Weld County needs one (1) Cargo Van to be used as a prisoner transport vehicle by the Weld County Sheriff s Office. The vehicle quoted shall be a current year model meeting the following minimum specifications. MINIMUM COUNTY SPECIFICATIONS 1. Capacity: Cargo Van 2 passenger, Windowless except rear doors. 2. Total maximum payload shall be at least 3900 pounds. FOR EACH SPECIFICATION PLEASE INDICATE HOW YOUR PROPOSED VEHICLE MEETS THE MINIMUM SPECIFICATION 3. Minimum wheel base of 130 or more. 4. The exterior height dimension of vehicle from ground to highest point shall be a maximum of 100 inches high. 5. The interior cargo area shall be a minimum at the Narrowest point; 125 long, 66 high, 59 wide overall With at least 53 between wheel wells. (see attached drawing of prisoner security insert) 6. Gasoline or Diesel (specify both options if available) 7. Specify fuel capacity and EPA estimated MPG highway 8. Engine Oil cooler 9. Heavy duty Alternator, minimum 200 amps 10. Factory installed heavy duty auxiliary battery 11. Automatic transmission with overdrive 12. Rear axle equipped with traction control. 13. Handling package to include advance track w/roll Stability control 14. 16 x 7 steel wheels with sport wheel covers 15. Tires: LT245/75RX16E BSW All-season 16. Full size spare tire and wheel (specify mounting location) 17. Sliding door passenger side, hinged doors rear. 18. Halogen headlamps with automatic daytime running lamps 19. Light and convenience group includes courtesy light switches on all doors, warning chime, and headlamps on alert. To include front reading lamps. 20. Factory heated side mirrors. 21. Brakes: Power assisted four-wheel antilock front and rear disc brakes BID REQUEST #B1700090 Page 4

MINIMUM COUNTY SPECIFICATIONS 22. Window Group: Standard windows on driver s compartment, fixed window rear doors. Deep tint glass on rear windows 23. Intermittent windshield wipers with rain/light sensor 24. Dual air bags FOR EACH SPECIFICATION PLEASE INDICATE HOW YOUR PROPOSED VEHICLE MEETS THE MINIMUM SPECIFICATION 25. Power windows and power door locks. Power door locks shall have remote keyless entry feature with 4 remote keyless entry keys provided 26. Tilt steering wheel 27. Center console with storage and cup holders. 28. Cruise control 29. Power steering 30. Tire Pressure monitoring system 31. Radio: standard Factory installed AM/FM Radio, USB port and Bluetooth compatible 32. Front and rear heating and air conditioning with adequate volume to supply prisoner transport insert. (see attached drawing of prisoner security insert) 33. Controls for both the front and rear climate control are to mounted for driver access in the front portion of the vehicle 34. Vinyl flooring, with driver and passenger vinyl captain chair seats. 35. Seat and shoulder belts for driver and front passenger. 36. Left & right sunshades 37. Speedometer and engine gauges to include: Tachometer, oil pressure, voltmeter, fuel level, engine temp and trip odometer 38. Reverse sensing system to include a backup camera and alarm that sounds outside the vehicle when in reverse BID REQUEST #B1700090 Page 5

PRICING: YEAR, MAKE, MODEL TOTAL PRICE FOR ONE (1) $ DELIVERY DATE DOES YOUR BID MEET SPECS? YES OR NO (If No Please Specify Shortcomings in Detail) PLEASE SUBMIT ALL 6 PAGES OF THIS DOCUMENT WITH ANY BID. THANK YOU! The undersigned, by his or her signature, hereby acknowledges and represents that: 1. The bid proposed herein meets all of the conditions, specifications and special provisions set forth in the request for proposal for Request No. #B1700090. 2. The quotations set forth herein are exclusive of any federal excise taxes and all other state and local taxes. 3. He or she is authorized to bind the below-named bidder for the amount shown on the accompanying proposal sheets. 4. The signed bid submitted, all of the documents of the Request for Proposal contained herein (including, but not limited to, product specifications and scope of services), and the formal acceptance of the bid by Weld County, together constitutes a contract, with the contract date being the date of formal acceptance of the bid by Weld County. 5. Weld County reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board of County Commissioners, is to the best interests of Weld County. FIRM BY (Please print) BUSINESS ADDRESS DATE CITY, STATE, ZIP CODE TELEPHONE NO FAX TAX ID # SIGNATURE E-MAIL **THE SUCCESSFUL BIDDER SHALL PROVIDE A W-9 IF NOT ALREADY ON FILE** WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. THE CERTIFICATE OF EXEMPTION NUMBER IS #98-03551-0000. YOU DO NOT NEED TO SEND BACK PAGES 1 2. BID REQUEST #B1700090 Page 6