CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

Size: px
Start display at page:

Download "CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644"

Transcription

1 Typed by: DATE Mailing Address: P. 0. Box 1948 Mobile, Alabama (251) /26/2016 sd Buyer: 002 CITY OF MOBILE Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama Please quote the lowest price at which you will furnish the articles listed below BID NO DEPARTMENT VARIOUS BID SHEET This is Not an Order READ TERMS AND CONDITIONS ON REVERSE SIDE OF THIS PAGE BEFORE BIDDING Commodities to be delivered F.O.B. Mobile to: TO BE SPECIFIED This bid must be received and stamped by the Purchasing office not later than: 10:30 AM, Tuesday, May 17,2016 Bid on this form ONLY. Make no changes on this form. Attach UNIT PRICE EXTENSION QUANTITY ARTICLES any additional information required to this form. UNIT Dollars Cents Dollars Cents SERVICE TO INSTALL EQUIPMENT ON CITY POLICE UNITS Appx Successful vendor shall installlupfit City provided Police vehicles as per the following and attached specifications with City provided equipment: Successful bidder must be able to complete a minimum of I unit daily or 5 units by weeks end providing that all necessary equipment is made available by the City of Mobile in order to do so. Initial vehicles that equipment will be installed in will be 2016 or Newer Chevrolet Caprices. Other vehicle manufacturers and types may have equipment installed during the 1 year period of life for this contract award. Initial install will be for a minimum of or Newer Chevrolet Caprices. The City of Mobile has a Chevrolet Caprice that has already been upfitted as per specification. Note some of the manufacturer's names will be different, but the types of products will be the same. During the life of this award, all brands and models of equipment to be installed may change but the types will remain the same. If contract is extended for additional one (I) year periods, brands and models of equipment installed may change, but same type of items will be installed. Other manufacturer brand vehicles may need to be upfitted during this contract award period. These vehicles will have the same products installed and the successful vendor shall use the same techniques as applicable to the vehicle brand to be upfitted. TOTAL RETURN ONE SIGNED COPY OF THIS BID IN ENCLOSED ENVELOPE State delivery time within days of receipt of P.O. Firm Name We will allow a discount % 20 days from date of receipt of goods and correct invoice of completed order. Typed Signature By==----

2 1. All quotations must be signed with the firm name and by an authorized officer or employee. 2. Verify your bid before submission as it cannot be withdrawn or corrected after being opened. In case of error in extension of prices, the unit price will govern. 3. If you do not bid, return this sheet and state reason. Otherwise, your name may be removed from our mailing list. 4. The right is reserved to reject any, or all quotations, or any portions thereof, and to waive technicalities if deemed to be in the interest of the City of Mobile. 5. This bid shall not be reassignable except by written approval of the Purchasing Agent of the City of Mobile. 6. State brand and model number of each item. All items bid must be new and latest model unless otherwise specified. 7. If bid results are desired, enclose a self-addressed and stamped envelope with your bid. (All or None bids only) 8. Do not include Federal Excise Tax as exemption certificate will be issued in lieu of same. The City is exempt from the Alabama and City sales taxes. 9. PRICES ARE TO BE FIRM AND F.O.B. DESTINATION UNLESS OTHERWISE REQUESTED. 10. BID WILL BE AWARDED ON ALL OR NONE BASIS UNLESS OTHERWISE STATED. 11. Bids received after specified time will be returned un-opened. 12. Failure to observe stated instructions and conditions will constitute grounds for rejection of your bid. 13. Furnish literature, specifications, drawings, photographs, etc., as applicable with the items bid. 14. Vendor May be required to obtain City of Mobile Business License as applicable to City of Mobile Municipal Code Section For Business License inquiry contact the Revenue Department at (251) or cityofmobile.org/taxes.php. 15. If a bid bond is required in the published specifications, see below: Each Bid Shall be Accompanied By A Cashier's Check, Certified Check, Bank Draft Or Bid Bond For the Sum Of Five (5) Percent Of The Amount Bid, Made Payable To The City Of Mobile And Certified By A Reputable Banking Institution. All Checks Shall Be Returned Promptly, Except The Check Of The Successful Bidder, Which Shall Be Returned After Fulfilling The Bid. 16. Contracts in excess of $50,000 require that the successful bidder make every possible effort to have at least fifteen (15) percent of the total value of the contract performed by socially and economically disadvantaged individuals. 17. All bids/bid envelopes must have the bid number noted on the front. Bids that arrive unmarked and are opened in error shall be returned to vendor as an unacceptable bid. 18. If successful vendor's principal place of business is out-of-state, vendor may be required to have a Certificate of Authority to do business in the State of Alabama from the Alabama Secretary of State prior to issuance of a Purchase Order. Vendors are solely responsible for consulting with the Secretary of State to determine whether a Certificate is required. See Please note that the time between application for and issuance of a Certificate of Authority may be several weeks. 19. Vendors do not need a City of Mobile Business License or Certificate of Authority from the Alabama Secretary of State to submit a bid, but will need to obtain the Business License and Certificate of Authority, if applicable, prior to issuance of a Purchase Order.

3 BID CONTINUATION SHEET Page of Bid on this form ONLY. Make no changes on th is form. Additional in UNIT PRICE EXTENSION QUANTITY ARTICLES formation to be submitted on separate sheet and attached hereto. UNIT Dollars Cents Dollars Cants Page 2 of3 City of Mobile will deliver vehicles to be upfitted as well as items to be installed to vendor no more than 25 miles outside the City of Mobile Police Jurisdiction. Upon completion and acceptance inspection, the City will pick up the completed vehicles for return to the City of Mobile. Vendors more than 25 miles from the City of Mobile Police jurisdiction will be responsible to pick up patrol cars and items to be installed as well as to return completed units to the City of Mobile. Acceptance inspection for vendors beyond 25 miles will take place at location where the vehicles are picked up from the City of Mobile. Vendor shall install all the City provided equipment into the City provided vehicles as per the following and attached instructions. Provide a list of agencies to which you have done similar installs or upfits. The City reserves the right to inspect a vendor' s location prior to the award of this bid and also reserves the right to inspect work on our vehicles as they are done or completed. City of Mobile Business License may be required. (See Item 14 on reverse Side of Page 1). All vendors will be required to provide verification of enrollment in the E-Verify program. Additional information may be found at lfthe successful vendor's principal place of business is out-of-state, vendor may be required to have a Certificate of Authority to do business in the State of Alabama from the Secretary of State prior to issuance of a Purchase Order. Vendors are solely responsible for consulting with the Secretary of State to determine whether a Certificate is required. See: Please note that the time between application for the issuance of a Certificate of Authority may be several weeks. RETURN ONE SIGNED COPY OF THIS QUOTATION IN ENCLOSED ENVELOPE We w ill allow a d iscoun t % 20 days f ro m dat e of rece ipt of goods and correct invoice of completed orde r. TOTAL READ ABOVE INSTRUCTIONS BEFORE QUOTING F irm Name By

4 BID CONTINUATION SHEET Page of QUANTITY ARTICLES Bid on this form ONLY. Make no changes on this form. Additional in UNIT PRICE EXTENSION formation to be submitted on separate sheet and attached hereto. UNIT Doll ars Cents Doll rs Cants Page 3 of3 PRICING: Upon notification, vendor will have I 0 business days to provide the Certificate of Authority and the E-Verify numbers to the Purchasing Department before award can be completed. (Vendors will possibly need to pay the expedite fee to meet this requirement because application is not sufficient. We must have a copy of the certificate with your Company ld number). Vendors do not need a City of Mobile Business License or Certificate of Authority from the Alabama Secretary of State, nor the E-Verify for certification to submit a bid, but will need to obtain the Business License and Certificate of Authority verification and/or provide thee-verify Certification, if applicable, prior to issuance of a Purchase Order. INSTALL #1 $ INSTALL#2 $ INSTALL #3 $ INSTALL #4 $ State number of units to be completed per day: State number of units to be completed per week: Vendor shall also include pricing on the attached "Itemized Installation/ Deletion Only List For Purpose Of Special Installations Or Deletions" form F or special installation other than the above four ( 4) standard installs. I All installs will be approved by Purchase Order that shall state the Make and Model of vehicle, the type of install to be done, and the vehicle' s Asset Number. No additional work will be allowed nor charged to the City on the Purchase Order issued for a specific Asset Number. I I Pricing to be firm for one (I) year period following the award of this bid. At the option of the City of Mobile and the successful vendor, the award of this bid may be extended for two (2) additional one ( 1) year periods. I TO BE A WARDED ALL OR NONE. RETURN ONE SIGNED COPY OF THIS QUOTATION IN ENCLOSED ENVELOPE By We will all ow a discoun t % 20 day s from date of receipt of goods and co rrect invoice of completed orde r. TOTAL READ ABOVE INSTRUCTIONS BEFORE QUOTING Firm Name _

5 Install I: To be full installation of patrol car to include the following: 48" Light Bar Partition & bucket seat adapter Equipment console with arm rest I 00 watt siren control box Light bar control box 3 outlet accessory power source Mobile radio wiring harness Rear side window bars Molded prisoner transport rear seat I 00 watt speaker with mounting bracket Push bumper Partition mounted shotgun rack MDT mount Docking Station Trimble GPS system Connect headlight flashers Fused power block Bluetooth Module ETS kit Remove rear seat Remove factory console floor plate Install 2: Same as I, but no light bar; to include dash/visor lights; to include rear deck lights. Install 3: Same as Install 1, except: Delete Light Bar Delete Partition Delete Rear Molded Seat Delete Push Bumper Delete Window Bars To include visor and rear deck lights. Install 4: To have the following: I 00 Watt undercover siren I 00 Watt speaker and bracket To have 3 outlet accessory power outlets

6 ITEMIZED INSTALLATION/DELETION ONLY LIST FOR PURPOSE OF SPECIAL INSTALLATIONS OR DELETIONS IF NECESSARY DESCRIPTION (All Equipment Installed in 2016 Chevrolet Caprice) Setina Lexan Partition with LEP; with bucket seat place Individual Item Installation pricing Havis-Shield C-VS-1800CAPR-l equipment console with arm rest installed Whelan SA315P 100 watt siren speaker and bracket SAK46 or SAK 1 Sound Off Signal 48" Pinnacle light bar Whelen 295SLI 00 watt Siren Control Switch Box lotto Rear Side Window Bars Setina PB400 (steel) push bumper ESMET Model I 084-AL-HK Partition Mounted Shotgun Rack PRO GARD S53CC II molded prisoner transport rear seat Connect factory flasher system and hom control Havis computer stand installed Havis computer docking station installed Harris style base radio power connection for console mounting with V4 Wave roof mounted antenna and coax installed Trimble Navigation Placer 450 GPS System installed with trunk-mounted Antenna. Trunk mounting placement will be specified Brooking ZNO 3 outlet accessory power outlet Whelen PEC I OW light switch control box Install undercover siren Install dash light Install run rear deck lights All installations must be professional and neat in appearance and performed by one organization. All manners of installation and wiring must be uniform and appropriate for the equipment being used The Make and Model above may change, but the type product w ill remain the same. Brands and Model Numbers may change, but the type remains the same.

7 All equipment to be installed will be provided by the City of Mobile and will be Installed as per the following specifications: Item #1 -Sound Off Signal 48" Pinnacle Light Bar- will be installed as per manufacturer's specifications using factory supplied mounting brackets. Installer will route electrical cable through a grommet lined hole beneath light bar. Cable will be routed across roof above headliner to passenger side "B" pillar and down to floor where it will terminate between front seats. All cable will be routed behind trim and floor covering and positioned as to not interfere with other components. Item #2- Setina brand Model10S with LEP Lexan Partition with Bucket Seat Adapter Plate- will be installed as per manufacturer's specifications using factory supplied hardware and mounting brackets. All fasteners will be installed as to not to protrude into the rear passenger compartment. Item #3- Havis-Shield Model C-VS-1800-CAPR-1 Equipment Console with Armrest- will be installed as per manufacturer's specifications using factory supplied mounting brackets and hardware. 3a- Whelen 295SL100, 100 Watt Siren control box- will be installed in console approximately inches from rear of console (to be determined at install). Wiring connections for this item will be connected as follows: Power: Ground: Speaker: Horn Relay: Front Power Distribution Connector. attached to vehicles factory supplied ground lug/rf passenger kick panel. attached to factory wiring harness that is connected to Item #6. connected to the vehicles horn circuit below steering column. 3b- Whelen #PCC10W 10 Switch Light bar Control box- installed in console behind Item 3a. The power to this item will be obtained by connecting a red, I 0 gauge wire to the panel that will connect to the vehicles Light Bar Connector found behind the passenger side front kick panel. This will be utilized for ground for this item and will be connected utilizing a black, I 0 gauge wire. The back lighting circuit will be connected to the vehicles backlighting and will only illuminate when the headlights or parking lights are activated. Backlighting in this panel will dim with the vehicles dash lights. Light bar switches will be identically configured for all vehicles to the following specifications:

8 Switch I: Switch 2: Switch 3: Switch 4: Switch 5: Switch 6: Switch 7: Switch 8: Switch 9: Switch 10: controls Rear LED Light Bar controls Front LED Light Bar controls Headlight Flasher controls Takedown Lights controls Cruise Light controls Directional Arrow - Left controls Directional Arrow - Right controls Directional Arrow- Center Out controls Left Alley Light controls Right Alley Light 3c- Brooking ZNO Three Outlet Accessory Power Plug- securely fastened to right front corner ofltem #3. The red power wire to this item will be connected to the vehicles Front Power Distribution Connector. Ground wire attached to ground lug located behind kick panel, RF passenger floorboard. 3d- Mobile Radio Wiring- wiring harness for this item will be connected as follows: (to also include Antenna Cable) Power: Ignition: Ground: connected to Front Power Distribution Connector. connected to Front Power Distribution Connector. connected to ground lug located behind kick panel, RF passenger floorboard. This item will terminate within Item #3 with 18 inches of wiring coiled and left in place for the installation of the Mobile Radio. Item #4- Jotto Desk Model Rear Side Window Bars- will be installed as per manufacturer' s specifications utilizing factory supplied mounting brackets and hardware. All fasteners will be installed so as to not protrude into the interior passenger compartment. Item #5- Pro Gard Model S53CC11-G Molded Prisoner Transport Rear Seat- will be installed as per manufacturer's specifications utilizing factory supplied mounting hardware and brackets. Item #6- Whelen SA315P, 100 Watt Siren Speaker with Whelen SAK46 or SAKI Bracket- will be installed behind the grill utilizing the supplied bracket with manufacturer's factory supplied hardware. This item will be connected to an existing wiring harness installed by the vehicle manufacturer that will terminate inside Item #3 for connection to Item 3a. Item #7- Setina PB400(Steel) push bumper - will be installed as per manufacturer's specifications utilizing factory supplied mounting brackets and hardware.

9 Item #8- ESMET Modei1084-AL-HK Partition Mounted Shotgun Rack- will be installed as per manufacturer' s specifications utilizing factory supplied mounting brackets and hardware. This item will be configured to accept the Department issued Remington 12 gauge pump action shotgun. When in the rack, the muzzle will face the driver side of the vehicle. The electric solenoid for this item will be wired to a timer with an 8 second delay that will be connected to push-button, non-latching switch connected to the ignition circuit of the vehicle, Front Powr Distribution Connector. The switch will be installed in an inconspicuous location easily accessible to the driver when seated in the driver seat. Item #9- Havis brand MDT Mount- installed as per manufacturer' s specifications utilizing factory supplied hardware and mounting brackets. (Includes Universal Top) Item #10- Trimble Navigation 450 GPS System- installed in trunk on passenger side behind right wheel well, concealed behind trunk carpet utilizing factory mounting brackets and suitable fasteners. Wiring connections as follows: Power: Ground: Ignition: Antenna: connected to Rear Access Power Point - Positive. connected to Rear Access Power Point- Ground. connected to dealer installed ignition wire found at this location. connected to unit and installed by attaching to trunk lip near rear window lower trim. Item #11- Headlight Flashers- The headlight flashers are installed under the hood on the core support directly behind the passenger side headlight. They are already attached to the battery and grounded, however, they will need to be attached to the factory supplied wiring that is coiled up under the hood and runs to the passenger side floorboard. The installer will use the white wire with the red tracer to do this and then terminate that same wire in the Whelen 10 Switch Lightbar Control Box on Switch 3. Additional Requirements: The installer will furnish to the City of Mobile a full diagram listing where The wire runs are located and listing what wiring scheme is being used (EX: ed=power, Black=Ground, Pink=Trigger, Blue and Brown=Siren, ETC). All exposed exterior wiring, and any wiring running inside compartments, will be protected by a raceway, channel, or conduit. 10 gauge wiring connections must be soldered and heat shrink. The installer is responsible for providing and installing all the primary wiring, secondary wiring, connectors, terminals, wire loom, heat shrink tubing, grommets, Fuses, sealants, screws, bolts, nuts, washers, lock washers, that are necessary for a professional installation and not specifically listed as being provided by the City of Mobile.

10 PURCHASING DEPARTMENT MOBILE ALABAMA Potential bidders are responsible to check this site for any ADDENDUMS that are issued. It is the responsibility of the BIDDER to check for, download, and include with their BID RESPONSE any and all ADDENDUMS that are issued for a specific BID published by the City of Mobile. Failure to download and include ADDEND VMS in your BID RESPONSE may cause your bid to be rejected. This is a sealed bid. Any responses faxed or ed will be rejected. This is a sealed bid. Any response must be submitted in a sealed envelope with the bid number and bid opening date on the outside of the envelope. Any response that arrives improperly marked or with no bid number and opening date on the outside of the delivery or express package and opened in error will be rejected and not considered. It is the responsibility of the bidder to insure that their bid response is delivered to and received in the Purchasing Department before the date and time of the bid opening. Be sure to read the Terms and Conditions. All bids are F.O.B. Destination unless otherwise stated. Be sure to sign your bid! Package/Bid Delivery Address: Purchasing Department 205 Government St. Room S408 Mobile, AL (Request First Delivery) City of Mobile I P.O. BOX 1827 Mobile, AL