INVITATION TO BID. (This is not an order.)

Size: px
Start display at page:

Download "INVITATION TO BID. (This is not an order.)"

Transcription

1 CITY OF CLEVELAND INVITATION TO BID Page 1 of 2 (This is not an order.) Buyer: Rashaun Billy rbilly@city.cleveland.oh.us Requestor: Vakedia Stiggers Division of Purchases & Supplies Lakeside Avenue VStiggers@city.cleveland.oh.us Room 128 Cleveland, OH Procurement Folder RFB No. RFB Description RFB DOJ 2016 Capital line 5 RFB Closing Date/Time Department/Division Public Bid Opening Date/Time November 13, :00 PM 1511 November 13, :00 PM SCHEDULE OF EVENTS Event Description Event Date Group/ Line# Commodity Description Item Quantity/ UOM Service Dates 1 / 1 Public Safety Vehicle Fleet Management Bid From To Catalog Discount Please reference attached Specs Ship To: Information Technology Information Technology 205 St. Clair Ave., 4th floor Cleveland, OH $ Vendor Response Contract Amount Vendor Response Vendor Total Amount for Items Vendor Total Amount for Services Payment Discount Offer $ $ % Day(s) TERMS OF DELIVERY Price quoted shall be F.O.B. delivered to the place designated on purchase order. No other terms will be acceptable. Delivery quoted must be stated in terms of work days after receipt of the order. All charges for shipping must be included within the Unit Price for each item quote unless otherwise designated by a separate line with a specified dollar amount inclusive of all shipping charges. No freight charges will be considered nor processed for payment unless apart of the original quote submitted prior to bid award. BIDDER AGREES TO COMPLY WITH ALL TERMS AND CONDITIONS BELOW AND ON REVERSE SIDE OF THIS BID Shipping/Freight Charges ALL CHARGES FOR SHIPPING MUST BE INCLUDED WITHIN THE UNIT PRICE OF EACH QUOTE UNLESS OTHERWISE DESIGNATED BY A SEPARATE LINE ITEM WITH A SPECIFIED DOLLAR AMOUNT INCLUSIVE OF ALL SHIPPING CHARGES. NO FREIGHT CHARGES WILL BE CONSIDERED NOR PROCESSED FOR PAYMENT UNLESS APART OF THE ORIGINAL QUOTE SUBMITTED PRIOR TO BID AWARD.

2 CITY OF CLEVELAND INVITATION TO BID Page 2 of 2 (This is not an order.) Buyer: Rashaun Billy rbilly@city.cleveland.oh.us Requestor: Vakedia Stiggers Division of Purchases & Supplies Lakeside Avenue VStiggers@city.cleveland.oh.us Room 128 Cleveland, OH Procurement Folder RFB No. RFB Description RFB DOJ 2016 Capital line 5 RFB Closing Date/Time Department/Division Public Bid Opening Date/Time November 13, :00 PM 1511 November 13, :00 PM BIDDER MUST COMPLETE & SIGN BELOW NAME OF THE FIRM: STREET ADDRESS: CITY: STATE: ZIP CODE: FED ID # / SSN #: PHONE NO.: FA NO.: ADDRESS: PLEASE PRINT CONTACT NAME: AUTHORIZED SIGNATURE: DATE: All bids and related documents must be enclosed in a sealed envelope and marked with the RFB number. RETURN BID TO: Division of Purchases & Supplies 601 Lakeside Ave Room 128, City Hall Cleveland, OH 44114

3 Page 1 of 5 Public Safety Vehicle Fleet Electronics Maintenance & Repair Bid The City of Cleveland, Department of Public Safety is requesting sealed competitive bids for qualified contractors to provide the necessary labor and material to install, maintain, replace and repair various types of vehicle electronic components for the Department of Public Safety. The Department of Public Safety operates a variety of motor vehicles on a daily basis in support of its mission to provide efficient and effective service, establishing public trust through the development of strong partnerships within the community and by focusing on public safety and improving the quality of life in Cleveland neighborhoods. The Fleet is comprised of vehicles from the following Public Safety Departments: the Division of Animal Care & Control, Division of Corrections, Division of Fire, Division of Emergency Medical Services and the Division of Police. Electronic Maintenance and Repair Requirements The Vendor must have the ability to service and repair all vehicle computer components with on-site testing equipment and trained certified technicians which includes but is not limited to the following: o EMS transport trucks, sedans, light duty trucks, sports utility vehicles, vans, Fire Apparatus (Engine & Ladder Trucks), and heavy duty trucks o The Vendor is required to have the capabilities to perform routine, scheduled electronic component repair and replacement capabilities o Install and replace includes but is not limited to the following: Mobile Data Computer docks, cellular phone in vehicle cradles, G 450 & G 440 modems, LTE/GPS antennas, batteries, start guard, power input cables, fuse kits, monitor displays, keyboards, CPU mounting, vertical console, base plate, base leg, CAT 6, labor Electronic wiring and cabling for Mobile Data Computers (CPU & Monitor, Laptops, Toughbooks), Modems, Lights and Sirens, Batteries, Start Guard Battery, Gamber Johnson and Havis vehicle docks, Gamber Johnson Universal Adapter Plate Mobile Data Computers Data911 M7, Data911 M6, Panasonic CF- 20, Panasonic CF-31, Panasonic CF-33 Bidder must check one : COMPLY: Yes Vendor Requirements No Exception (explain or separate sheet) All work and materials must be guaranteed and be acceptable to the City

4 Page 2 of 5 When requested the Vendor will supply the City with parts warranty information The Vendor will be fully responsible for any damage to or loss of City equipment while in the Vendor s possession or under the Vendor s control The Vendor must demonstrate the ability to make the majority of needed repairs inhouse without relying on outside companies for subcontracting The Vendor will provide the required services and will not subcontract or assign the services without the prior written approval of the Department of Public Safety The City reserves the right to approve or reject the use of outside subcontractors by the Vendor The Vendor is responsible for having sufficiently trained, certified technicians available to rapidly process all vehicles in need of repairs or service Bidder shall submit a certificate of liability of insurance, naming the City of Cleveland as an additional insured with sealed bid submission. The Vendor will provide proof of Worker Compensation coverage for its employees, a general liability policy in an amount not less than $500, per occurrence, and sufficient property insurance to cover the loss of any City vehicle or property while in the possession of the Vendor with sealed bid submission The Vendor must have been in the business of Electronic maintenance and repair services for a minimum period of three years, The Vendor shall use published industry standards as its guide for service repair o Vendor shall provide all parts at a discounted rate and include price list with sealed bid submission and with invoice for payment. o If the Vendor offers the public any special pricing that is lower than the City s Bid price, the Vendor must provide the lower price COMPLY: Yes No Exception Maintenance and Repair Service Requirements All Emergency Vehicles, shall have priority over all other vehicles, including those owned by the Vendor s other customers which are not a part of this agreement o Emergency Vehicles Police, Fire, EMS, Corrections and Animal Care & Control vehicles o Service to Emergency Vehicles must be provided within 24 hours The Vendor will supply services and parts that are compliant with the terms of the Electronic Manufacturer s standards The Vendor will utilize quality brand replacement parts that are approved by the Electronics Manufacturer Rebuilt replacement parts will not be accepted without the prior written approval of the Divisions Fleet Manager

5 Page 3 of 5 If any vehicle cannot be serviced or the repair work sufficiently commenced following receipt of the vehicle by the Vendor, the appropriate Public Safety Fleet Manager shall be notified by the Vendor In the event any repair requires that a vehicle be kept overnight at the Vendors repair facility, the Vendor must secure the vehicle and place the vehicle in a secure area The vehicles covered under this specification are based primarily in Cleveland, Ohio The City will take into consideration, during evaluation of bids, the location of the Vendor s maintenance facility(s) relative to the base locations of the City s vehicles Work orders/invoices shall be produced by the service facility and shall include the following information: Vehicle make, year, model, VIN number, mileage, Public Safety Department, date of service, invoice number, invoice total cost All services performed, parts shall be itemized on each work order/invoice o One copy of the completed work order/invoice shall be provided to the driver at the time the Vendor releases the vehicle o The original shall be incorporated into the billing statement At the end of the monthly billing period the Vendor shall provide the City a statement of each fully itemized work order/invoice, to the attention of the Department of Public Safety Fiscal Manager for payment of services rendered The City is Tax Exempt and will provide a tax exempt certificate upon request to the Vendor The Vendor shall provide a copy of the flat rate price sheet /manual used for invoicing and repairs with sealed bid submission and at the time of invoice. o The City may request that the Vendor supply the City with a list of parts suppliers that will be used to obtain parts and supplies used to perform contract work and may also be asked to provide the City with current price sheets Bidder must check one: COMPLY: Yes No Exception (explain on separate sheet)

6 Page 4 of 5 Qualifications The Vendor must provide qualifications, references, licenses, equipment list and liability insurance in sealed bid submission. Percentage off material part discounts % or cost plus percentage %. Price list must be included in sealed bid submission. Purchase order shall not exceed $40,000.00, or one year whichever occurs first COMPLY: Yes No Exception Bidder must indicate flat hourly rate: $ Bidder must indicate % off material parts price list. Bidder must indicate cost plus + % for part not on price list and provide itemized pricing at the time of invoice. Public Safety Technology Package Technology Fire EMS Police Animal Care Corrections & Control Screen Support Start Guard Fuse Panel I/O Wiring Panasonic Toughbook CF -20 (10.1 Core M5 6Y57 8GB Ram 256 GB SSD) Panasonic CF Battery Charger (VCB201M) Panasonic CF port replicator (CDS20VM01) Lind PA power adapter car 120 Panasonic Protection Plus Extended service agreement 5 years Panasonic Premier Deployment Panasonic CF-VZSU0QW Notebook Battery PAN Gamber Mag 30/31 & 33 Docking Station Panasonic Toughbook 31 & 33

7 Page 5 of 5 Panasonic CF31 Docking station Lind External Power Supply for CF 31 Docking Station Panasonic DDR3L -8GB SO- DIMM 204-pin Sierra Wireless Airlink G 450 gateway with I/O Module Verizon Sierra LTE/WIFI/GPS Mount Antenna (Verizon LTE Multi Band) Mounting Hardware Tahoe (D- Lower 13, Vehicle Base, QADJ- Upper-L5 Clevis) Mounting Hardware 4 Ladder, AB-56 Swivel base, Clevis M7 System Core i7 processor, 8GB Ram, 12.1 capacitive Touchscreen (1600 NIT) Standard Keyboard M6/M7 Wi-Fi Upgrade Kit Knox Key Holder Total award purchase order if any shall not exceed $40, or one year whichever occurs first. Bidder Must Sign: Date: