SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

Similar documents
SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

REQUEST FOR PROPOSAL. Specifications and Proposal Documents for One New 2017 SUV 4 x 4

INVITATION FOR BIDS FOR A PURCHASE OF 9 VEHICLES TO BE USED BY MONROE COMMUNITY MENTAL HEALTH AUTHORITY

UN-Priced Offers Due: Wednesday, April 25, 2018 at 10:00 a.m. Reverse Auction/Bid: Wednesday, May 9, 2018 starting at 10:30 a.m.

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Planning Department Half Ton Regular Cab 4x4 Pick-Up Truck 2

BID # Ambulance E450 Van Chassis

City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID

SEVEN (7), 2017 OR NEWER GASOLINE POWERED, 1 TON 4x4 CREW CAB LONG BED PICKUP TRUCKS For the Boone County Public Works Department

REQUEST FOR QUOTATION

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912)

INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF SANTA BARBARA. REGARDING: Vehicle Acquisition IFB

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC

Oyster River Cooperative School District Business Administrator s Office

Request for Quotation

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2016/2017 MODEL PNEUMATIC COMPACTOR

GASOLINE POWERED, ¾ TON 4X4 EXTENDED CAB WITH LONG BOX PICK-UP TRUCK For the Boone County Parks & Recreation Department

Bid Chevrolet Silverado 2500HD 4WD Crew Cab 167.7" Work Truck INVITATION TO BID

Date: October 24, 2018 Re: RFB OR 2019 CHEVROLET EXPRESS RWD 3500 PASSENGER VAN EXTENDED WHEELBASE LS

City of Portsmouth Portsmouth, New Hampshire Police Department INVITATION TO BID

The City of Oxnard invites qualified vendors to submit bids for three (3) One-half ton super cab pickups.

City of Portsmouth Portsmouth, New Hampshire Public Works Department Parking Division Bid # INVITATION TO BID

Only Bidders that complete and return the enclosed Acknowledgement of Receipt Form will receive addendums, if issued.

TOWN OF BARNSTABLE REGULATORY SERVICES DIVISION INVITATION FOR BID MULTIPLE FUEL EFFICIENT VEHICLE LEASE. January 26, 2011

Request for Quotation

PATROL VEHICLES FOR THE MACON COUNTY SHERIFF S OFFICE

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

City of Bristol, Tennessee P.O. Box 1189 Bristol, Tennessee Bid Reference No

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

WHITLEY COUNTY BOARD OF EDUCATION 300 MAIN STREET WILLIAMSBURG, KY INVITATION TO BID--

BID # 6859 HUMAN SERVICES AGENCY CALL CENTER NEW ANCILLARY FURNITURE AND ASSOCIATED SERVICES

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

Motor Grader Packer-Roller. Bids Due and Opening Monday, March 26, 2018 Time: 2:00 p.m.

City of Portsmouth Portsmouth, New Hampshire Police Department INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Toyota 8FDU 25 Diesel Forklift INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Ford Transit Connect XL Cargo Van 2.

Bulloch County Board of Commissioners 115 N Main Street Statesboro, GA NOTICE OF SOLICITATION INVITATION TO BID

REQUEST FOR QUOTATION PURCHASE OF FOUR (4) NEW 2014/2015 CHEVROLET IMPALAS QUOTE NUMBER:

REQUEST FOR QUOTATION 5248Q SUPPLY & DELIVERY OF TWO (2) MID SIZE HYBRID SEDANS

State of California CONTRACT NOTIFICATION ****MANDATORY****

REQUEST FOR QUOTATION 5156Q SUPPLY & DELIVERY OF 2 (TWO) MID SIZE SEDANS

REQUEST FOR PROPOSALS

REQUEST FOR BIDS FOR THE CITY OF MT. JULIET, TN

Invitation for Bid. Purchase of Live Floor Trailer

NOTICE OF BID. The City of Pigeon Forge is receiving bids on oil, grease and lubricants for the Fleet Maintenance Department.

Bid#67-17 INVITATION TO BID

CITY OF JOPLIN, MISSOURI

Dear Prospective Vendor:

Vendor Information (SECTION TO BE COMPLETED BY VENDOR)

CITY OF CHINO MODEL YEAR 2014/15 CHEVROLET TAHOE PPV POLICE PACKAGE INVITATION FOR BID IFB

INSTRUCTIONS TO BIDDERS

CONTRACT RELEASE: T-752(5) WEB SITE: CONTRACT VENDOR CONTRACT NO.

COUNTY OF LYCOMING PURCHASING DEPARTMENT

VEHICLE MAINTENANCE & REPAIR

( X ) INVITATION FOR BID VENDOR: BID OPENING:

VARIOUS CITY VEHICLES: SEDANS, TRUCKS, AND UTILITY VEHICLES

BID NO be obtained. must be Rankin. no later. subsequently. addressed or. part; to. make awards. District, Troy, MI 48083

Request for Quotation

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. New Trailer Mounted Fully Functional Hot and Cold Water Hydro Jetter

DAWSON COUNTY BOARD OF COMMISSIONERS DAWSONVILLE, GEORIGA

University of Massachusetts Lowell. BID REQUEST 2012 FORD CLUB WAGON Bid Number # CL12-EP-0025

CITY OF GAINESVILLE INVITATION TO BID

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid#31-19 (re-bid Bid#24-19) New 2019 Ford F-150 XL Supercab, 6 ½ Box

INVITATION TO BID. ONE (1) Zero Turn Mower

BID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION

Bid Package For Equipment For Police Pursuit Vehicles

ALL TERRAIN SLOPE MOWER

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

Boise State University. Request for Quote RFQ CF passenger 4x4 Utility Vehicle

UNITED TOWNSHIP H I G H S C H O O L D I S T R I C T 3 0. New Pickup Truck

REQUEST FOR PROPOSALS For a Pre-Owned Pumper Truck (CIP# AEQ1909)

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

REQUEST FOR QUOTATIONS

The Town of Bridgetown Pumper- Tanker Specifications & Instructional Document. Tender ID #

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3

(1) NEW ,000 LB. CAPACITY DIESEL POWERED FORKLIFT w/side SHIFT MAST

State of Rhode Island and Providence Plantations DEPARTMENT OF BUSINESS REGULATION Division of Insurance 1511 Pontiac Avenue Cranston, RI 02920

REQUEST FOR PROPOSAL UNIFORM RENTAL SERVICES

INVITATION TO BID Laundry Services

REQUEST FOR QUOTATION PURCHASE OF 2018 JEEP WRANGLER QUOTE NUMBER:

Request for Bids (RFB) For Recycling Facility Compactor and Installation Town of Rockingham, Vermont

Rapid City, South Dakota

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

Subject: Solicitation for Purchase a Project Vehicle for the IFES Kenya Program

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

State of California CONTRACT USER INSTRUCTIONS **** MANDATORY ****

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

Transcription:

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION David M. Louis, C.P.M., CPPO, CPPB Director Jon Drake, C.P.M. Deputy Director DATE: January 26, 2010 TO: ALL PROSPECTIVE BIDDERS RE: Request for Bid #6688 Full Size Sedans Ladies and Gentlemen: Enclosed please find an invitation to bid with a bid form and product specification. Sealed responses are to be received no later than 2:30 PM, PST, Friday, February 12, 2010. Please return your Bid in a sealed envelope with the Bid number and the date and time of bid opening. Mail or deliver your response by the above date and time to the following address: San Joaquin County Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202 If you have any further questions, please contact me at (209) 468-3257. Sincerely, Norma Franco Deputy Purchasing Agent 44 N. San Joaquin Street Suite 540 Stockton, CA 95202 209/468-3240 Fax: 209/468-3393 Web Page Address: www.sjgov.org

BID # 6688 Full Size Sedans COUNTY OF SAN JOAQUIN 44 N. San Joaquin Street, Suite 540 STOCKTON, CA. 95202 FOR: Public Works Department Fleet Services Division Norma Franco, (209) 468-3257, nfranco@sjgov.org

INSTRUCTIONS TO BIDDERS Submittal of Bids: Sealed bids will be received at the Office of the Purchasing Agent at 44 N. San Joaquin Street, Suite 540, Stockton, CA 95202 until 2:30 PM, PST, Friday, February 12, 2010 and will be publicly opened at that time. ALL MAIL PROPOSALS SHALL BE ADDRESSED AS FOLLOWS: Bid No. 6688 Purchasing Agent County of San Joaquin 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202 The envelopes shall also have stated therein the name and address of the submitting firm. HAND DELIVERED COURIER OR PACKAGED DELIVERY SERVICE SHALL BE DELIVERED DIRECTLY TO: Purchasing Division 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202 BIDS WILL NOT BE ACCEPTED THEREAFTER. ALL BIDS RECEIVED AFTER SAID TIME AND DATE WILL BE TIME-STAMPED AND RETURNED UNOPENED TO THE BIDDER. THE COUNTY WILL NOT ACCEPT BIDS SUBMITTED BY FAX OR BY EMAIL Friday, February 12, 2010 Page 1 of 10

QUESTIONNAIRE WARRANTY & SERVICE LOCATION: (BIDDER TO COMPLETE): (Failure to furnish this information will be cause for rejection of bid.) State the warranty and/or guarantee provisions applicable to this equipment or attach warranty form with your bid. State specific location where service and/or maintenance can be obtained. Friday, February 12, 2010 Page 2 of 10

GENERAL REQUIREMENTS 1. COMPARISON OF BIDS: Award will be made to the vendor(s) offering equipment, price, service, delivery and support deemed to be to the best advantage of the County of San Joaquin. The County Purchasing Agent shall be the sole judge in making this determination. The County of San Joaquin has a 5% local vendor preference, however the preference shall not exceed $5,000.00 per bid. Click on the link below to view San Joaquin County s Policy and Procedures. 2. RIGHT TO REJECT BIDS: http://www.sjgov.org/supportserv/dynamic.aspx?id=10217 The County reserves the right to reject any and all bids and to waive informalities or irregularities in bids. 3. SAN JOAQUIN COUNTY GREEN PURCHASING POLICY: San Joaquin County has a Green Purchasing Policy, please click on the link to view. 4. LITERATURE: http://www.sjgov.org/supportserv/dynamic.aspx?id=10128 Bidders shall submit literature that fully describes items on which they are bidding, not later than the opening date of this bid. Any and all literature submitted must be stamped with vendor's name and address. Bidders must submit one (1) original, clearly marked Original and one (1) copy, clearly marked COPY of each bid and all literature. 5. BASIS FOR SELECTION AND CONDITIONS: The responsiveness, competency and responsibility of bidders and of their proposed subcontractors will be considered in making the award of contract. Any bidder before being awarded a contract may be required to furnish evidence satisfactory to the County that bidder and their proposed subcontractors have sufficient means and experience in they type of work called for to assure completion of the contract in a satisfactory manner. The County reserves the right to reject the bid of any bidders as not responsible and not qualified to do the particular work under consideration who have previously failed to perform Friday, February 12, 2010 Page 3 of 10

properly or to complete on time contracts with the County of a nature similar to this project. Other factors that may be considered by the County to determine a responsible bid and the overall capability of the bidder to satisfactorily complete the work under consideration may include, but are not limited to: insufficient experience, experience on other public projects, experience doing the same type of work, length of tenure and capacity with bonding or insurance company, financial stability, and whether a bidder has been terminated on other projects. A responsive bid is one that meets all terms, conditions, and specifications of the bid. The bid must comply with the content requirements of the bid documents. The bidder must perform and do what the bid documents and contract required and said they must do, whether it be pricing in a certain way, attending a mandatory pre-bid conference, providing bonds, etc. Other examples where a bid might be declared and found to be non-responsive include: Bid is substantially incomplete Bid is not signed Bid is delivered late No acknowledgement of critical addenda Significant discrepancies appear in the response A responsive bid conforms to bid specifications. However, a bid which substantially conforms, though not strictly responsive, to a call for bids may be accepted if the variance cannot have affected the amount of the bid or given a bidder an advantage or benefit not allowed other bidders or, in other words, if the variance is inconsequential. The County reserves the right to reject any and all bids or alternatives and waive any informality or irregularity in the bids or in the bidding, and to determine responsiveness and responsibility of bidder, including but not limited to those areas mentioned above. 6. MAINTENANCE: The successful bidder shall provide all tools or minor equipment specifically required to maintain equipment supplied. Bidder shall list any special oils, additives or other lubricants needed for maintenance of equipment supplied. 7. FACTORY MANUALS: The successful bidder shall provide one (1) operator s manual and one (1) safety manual in each vehicle when delivered. 8. PRE-DELIVERY AND INSPECTION: Prior to delivery, equipment shall be completely inspected and serviced by the delivering dealer and/or the manufacturer's pre-delivery service center. Friday, February 12, 2010 Page 4 of 10

The County will inspect equipment, upon delivery, for workmanship, appearance, proper functioning of all equipment and systems, and conformance to all requirements of bid specifications. In the event deficiencies are detected, the equipment will be rejected and it shall be the delivering dealer's responsibility to pick up the equipment, make the necessary corrections and re-deliver the equipment for a re-inspection and acceptance. 9. PAYMENT: The bidder agrees to provide equipment and other requirements as stated in this Request for Bid. The County agrees to pay bidder according to the terms and conditions stated in the contract or the purchase order. Should deficiencies be detected in equipment supplied, payment, or the commencement of a discount period, (if applicable) will not be made until the defects are corrected and accepted by the County of San Joaquin. 10. PAYMENT DISCOUNTS: Any discount offered by the bidder must allow for payment after receipt and acceptance of material/equipment and correct invoice, whichever is later. In no case will discount be considered in the evaluation of bids, which require payment in less than thirty (30) days. 11. WARRANTY: Equipment shall be warranted against defects in materials and workmanship. The bidder shall make all adjustments without cost to the County within manufacturer s warranty period. Vendor shall pick up equipment at the County departments, when required adjustments so indicate, and return repaired unit to County department. 12. DELIVERY INSTRUCTIONS: All equipment shall be bid - FOB DESTINATION - delivered to the following address: San Joaquin County Fleet Services Rigging Shop 500 Delivery Road French Camp, CA 95231 Call Dan McCann at (209) 468-3106, 24 hours prior to delivery. Friday, February 12, 2010 Page 5 of 10

13. LICENSING: The County of San Joaquin will license all vehicles. Successful bidder shall furnish to the County the following documents, properly filled out, at the time the equipment/vehicle is delivered: 1. "Dealer's Report of Sale" 2. "Application for Exempt Registration" 3. Original invoice at time of delivery 4. Temporary registration 5. DMV registration forms Payment will not be made until all documents are received. The address on these documents shall read as follows: 14. DEVIATIONS: County of San Joaquin 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202 Failure on the part of the bidder to comply with all requirements and conditions of the price request and this specification may be cause for rejection of bid. No exceptions to, or deviations from, this specification will be considered unless the bidder in the designated places specifically states each exception or deviation. If no exceptions or deviations are shown, the bidder will be required to furnish equipment exactly as specified herein. The burden of proof of compliance with this specification is the responsibility of the bidder. While it is not the intent of these specifications to eliminate prospective bidders, bidders must note any deviations from the specifications in order that the County may evaluate the equipment. 15. VEHICLE CODE REFERENCED DOCUMENTS: Vehicles/equipment provided must meet all current regulations of the agencies listed below. These regulations are incorporated herein by reference and made part of the specifications to the extent they are applicable. 1. Department of Transportation Federal Highway Administration. 2. Federal Motor Vehicle Safety Regulations and Standards. 3. California Air Pollution Control Board 4. Any other vehicle or equipment legal requirements that may apply. Friday, February 12, 2010 Page 6 of 10

16. EQUIPMENT STANDARDS: The equipment supplied shall be new (unused), current model year production and equal in style, quality and appointments to those offered to the general public. The equipment shall be supplied with all accessories as considered standard equipment for make and model specified. Unit(s) shall be delivered complete and functionally ready to operate. Unit(s) offered shall meet the following MINIMUM or specific specifications. 17. CONTACT: Contact Norma Franco (209) 468-3393 fax, with any questions or requests for additional information. Friday, February 12, 2010 Page 7 of 10

EQUIPMENT SPECIFICATIONS Full Size Sedan, Law Enforcement General Information: This specification is for two (2) new gasoline-powered, 4 door, fullsize sedans. These vehicles will be used in a law enforcement application. Different makes, models and options may be selected based on the needs of the departments. Bid awards will not be limited to a single manufacturer or model in order to provide a mixing of the fleet to ensure security and safety of undercover law enforcement personnel using government issued vehicles. ACCEPTABLE SPECIFICATIONS: Indicate in this column any variations from these specifications. If there are no variations write COMPLY. 1. CHASSIS & BODY a. Body Style: 4 door sedan b. Passenger accommodation: Seating and safety belts for five (5) adults, including driver. Interior volume ~104 in³ and over c. Brakes: 4 wheel disc with Anti-Lock Brake System (ABS), d. Steering: Adjustable tilt steering wheel. e. Body Color: Manufacturer s standard colors to be chosen at time of award. 2. CABIN & INTERIOR a. Seats: Vinyl or cloth seat covering. (please indicate) Leather allowed only if included in option package and cannot be deleted. b. Radio: AM/FM/CD c. Windows: Power windows d. Door Locks: Power door locks with remote keyless entry. e. HVAC: Manual air conditioning f. Speed: Cruise control g. Instrumentation: Gauge package including: tachometer & coolant temperature. h. Floor mats: OEM, fully carpeted mats Friday, February 12, 2010 Page 8 of 10

ACCEPTABLE SPECIFICATIONS: Indicate in this column any variations from these specifications. If there are no variations write COMPLY. 3. DRIVETRAIN: a. Drive System: Rear wheel drive. b. Engine: Gasoline fueled. 6 cylinders, 3.5 Liter, 260hp, 250ft/lb torque minimum. c. Transmission: 4, 5, or 6 speed automatic transmission. (please indicate) d. Differential: Standard open differential. 4. WARRANTY: a. Warranty delay shall be allowed. Three (3) year/36,000 mile bumper-to-bumper will commence when vehicle is placed in service and notice provided to manufacturer of that date b. List any other extended warranty coverage available on a separate sheet. 5. MISCELLANEOUS: a. Vehicles are to have pre-delivery inspection completed, including removal of protective films and coatings. Vehicle should be in ready-to-use condition by end user. b. Vehicles are to be delivered with ¼ tank or 5 gallons of fuel minimum, whichever is less. Friday, February 12, 2010 Page 9 of 10

BID SHEET Each Extended 1. 2 ea. Full Size Sedans 9 % sales tax 1. 10 ea. California Tire Fee TOTAL Vehicle Manufacturer: Make: Model: Trim Package: Year: Due Bills will not be accepted. ========================================================================================= No charge for packaging, drayage or any other purpose will be allowed over and above the price quoted on this sheet. The County reserves the right to accept or reject quotations on each item separately or as a whole. Special brands, when named, are only to indicate the standard of quality desired. Firms may quote on their equal. Offerings on other brands, if their equal, will be considered, and brands or descriptions must be plainly stated. The Purchasing Agent reserves the right to reject any and all bids, to waive any informalities or irregularities in the Bid and to be the sole judge of the suitability of the product offered. ========================================================================================= The undersigned offers and agrees to furnish any and all items upon which prices are quoted hereon, at the prices set opposite each item and deliver at the designated point(s) specified in the above request. Delivery will be made in days from receipt of order, except as otherwise indicated. Pricing valid for 90 days. Discount terms Date Company Name Address City State Zip Telephone Fax E-mal Address: Authorized Signature Print/Type Name Friday, February 12, 2010 Page 10 of 10