march 7, 2014 invitation to bid bl024-14 purchase … 7, 2014 invitation to bid bl024-14 the...

28
March 7, 2014 INVITATION TO BID BL024-14 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified suppliers for the Purchase of Police Pursuit Motorcycles for the Department of Support Services. Bids should be typed or submitted in ink and returned in a sealed container marked on the outside with the BL# and Company Name. Bids will be received until 2:50 P.M. local time on Thursday, March 27, 2014 at the Gwinnett County Department of Finance, Purchasing Office, 75 Langley Drive, Lawrenceville, Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent bid results will be available the following business day on our website www.gwinnettcounty.com. Questions regarding bids should be directed to Steven Murray Purchasing Associate III, at [email protected] or by calling 770-822-8722, no later than 3:00 p.m. local time, Friday, March 21, 2014. Bids are legal and binding upon the bidder when submitted. Gwinnett County does not discriminate on the basis of disability in the admission or access to its programs or activities. Any requests for reasonable accommodations required by individuals to fully participate in any open meeting, program or activity of Gwinnett County Government should be directed to Michael Plonowski, Gwinnett County Justice and Administration Center, 770-822-8015. The written bid documents supersede any verbal or written prior communications between the parties. Award will be made to the supplier submitting the lowest responsive and responsible bid. Gwinnett County reserves the right to reject any or all bids to waive technicalities, and to make an award deemed in its best interest. Bids may be split or awarded in entirety. Gwinnett County reserves the option to negotiate terms, conditions, and pricing with the lowest responsive, responsible bidder(s) at its discretion. Award notification will be posted after award on the County website, www.gwinnettcounty.com and companies submitting a bid/proposal will be notified via email. We look forward to your bid and appreciate your interest in Gwinnett County. Steven Murray, CPPB Purchasing Associate III The following pages should be returned as your quote: Supplier Response , Pages 4-18 Bid Schedule, Page 20 Ethics Affidavit, Page 21

Upload: lenguyet

Post on 20-May-2018

214 views

Category:

Documents


1 download

TRANSCRIPT

March 7, 2014

INVITATION TO BID

BL024-14

The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified suppliers

for the Purchase of Police Pursuit Motorcycles for the Department of Support Services.

Bids should be typed or submitted in ink and returned in a sealed container marked on the outside with the

BL# and Company Name. Bids will be received until 2:50 P.M. local time on Thursday, March 27, 2014

at the Gwinnett County Department of Finance, Purchasing Office, 75 Langley Drive, Lawrenceville,

Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly

opened and read at 3:00 P.M. Apparent bid results will be available the following business day on our

website www.gwinnettcounty.com.

Questions regarding bids should be directed to Steven Murray Purchasing Associate III, at

[email protected] or by calling 770-822-8722, no later than 3:00 p.m. local time, Friday,

March 21, 2014. Bids are legal and binding upon the bidder when submitted.

Gwinnett County does not discriminate on the basis of disability in the admission or access to its programs

or activities. Any requests for reasonable accommodations required by individuals to fully participate in

any open meeting, program or activity of Gwinnett County Government should be directed to Michael

Plonowski, Gwinnett County Justice and Administration Center, 770-822-8015.

The written bid documents supersede any verbal or written prior communications between the parties.

Award will be made to the supplier submitting the lowest responsive and responsible bid. Gwinnett County

reserves the right to reject any or all bids to waive technicalities, and to make an award deemed in its best

interest. Bids may be split or awarded in entirety. Gwinnett County reserves the option to negotiate terms,

conditions, and pricing with the lowest responsive, responsible bidder(s) at its discretion.

Award notification will be posted after award on the County website, www.gwinnettcounty.com and

companies submitting a bid/proposal will be notified via email.

We look forward to your bid and appreciate your interest in Gwinnett County.

Steven Murray, CPPB

Purchasing Associate III

The following pages should be returned as your quote: Supplier Response , Pages 4-18

Bid Schedule, Page 20

Ethics Affidavit, Page 21

BL024-14 Page 2

GWINNETT COUNTY GOVERNMENT

MINIMUM SPECIFICATION

POLICE MOTORCYCLE

2014-2015

SCOPE: This specification covers a current year model, new and never used police motorcycle to be used in high-speed

traffic and law enforcement work. The motorcycle will at times be operated at speeds above 100 MPH for both short and

long distances. It will be driven on all types of roads and road surfaces and must possess outstanding handling characteristics,

maneuverability, and stability. Bids are to include all items as specified to be deemed as a responsive and responsible bid.

SUPPLIERS RESPONSIBILITY:

Each supplier is required before submitting a bid to be thoroughly familiar with the specifications contained herein. Each

dealer is ultimately responsible to ensure that their quotation fully complies with all requirements. Manufacturer names,

trade names, codes, etc. used in the specification are for the purpose of describing and establishing general performance

and quality levels. Codes listed are standard order codes. These are listed for reference to establish which items are being

requested. If bidding another manufacturers vehicle, the manufacturer's order codes should be listed for each item, which

should be equal to, or should exceed each item in your quotation response. No additional allowances will be made because

of lack of knowledge of these requirements. It is the responsibility of the suppler to ascertain if any components of the

specifications are unsafe and that if any unsafe or poorly designed criteria are contained herein. All concerns are to be

thoroughly explained to Gwinnett County in the supplier's response to this solicitation. The vehicle/equipment offered

shall conform to the basic requirements as specified in the quotation document submitted for consideration. All items

submitted should be current production year, and shall be new, never used and be the manufacturer’s latest design,

equipped as specified and include all of the latest features. The equipment offered shall conform to the basic requirements

listed. All quotes shall include all manufacturers’ standard OEM items as shown on manufacturers’ printed/published

literature. Delete options for any item when offered, shall not be included for any quote item unless specifically addressed

and requested in this solicitation. Modifications of existing OEM design to meet these specifications are strictly prohibited

and shall not be permitted. All quotations to include a copy of the attached specification with a check mark or X inserted

at the Response YES (X): NO (X) space at the numbered specification paragraphs. If the supplier is not going to furnish

the item EXACTLY as is described in this specification, he must indicate a NO (X) even though he may feel he is quoting

an item that equals or exceeds the requirements of this specification. Do not state EXCEEDS or N/A. All

"EXCEPTIONS" shall be listed by specification item number and noted on a separate sheet of paper. Any deviation where

the supplier is unable to provide the specification item must be noted as “NO ( )” and described as unavailable with an

explanation as to why the alternate should be considered as equal to, or equivalent to the item requested.

DELIVERY:

The vehicle is to be complete including all accessories, options, and all additional items required by the manufacturer, or

as specified, including but not limited to the registration, tag, and title. Each vehicle/motorcycle to be fully functional,

serviced, and ready to use when scheduled for pick up. Vehicles/Motorcycles and equipment are not to be scheduled for

pick up if any item, component or accessory is unavailable or back-ordered. Delivery/pickup appointments should be

scheduled a minimum of one week prior to the requested delivery/pickup date. Gwinnett County reserves the right to

adjust delivery/pickup schedules depending on the quantities to be delivered/picked up. Scheduled advance appointment

only, Tuesdays, Wednesdays, and Thursdays between 7:00am - 11:30am and 1:30pm - 4:30pm, no exceptions. Deliveries

shall not be scheduled for Mondays or Fridays. All deliveries to be scheduled with and made to:

Attn: C. J. Moshell or Lee-Ann Lester,

Gwinnett County Fleet Management

620 Swanson Drive

Lawrenceville GA 30043

678-985-6641

[email protected]

BL024-14 Page 3

Delivery documents shall include all documents as required with current Fleet Management delivery and acceptance

policies and procedures. Each invoice copy provided with deliveries shall include the purchase order number. Fleet

Management's involvement with payment inquiries shall be limited to providing the supplier with the goods receipt

confirmation number and the date the authorization for payment was submitted. Original invoices shall be addressed and

submitted per written instructions printed on each purchase order.

Vehicles to be assigned on manufacturer's certificate of origin, MV1, registration , title, bill of sale, and odometer mileage

statement (when applicable) exactly as shown below, "NO EXCEPTIONS, NO ABBREVIATIONS".

Name: Gwinnett County Board of Commissioners

Address: 620 Swanson Drive

Lawrenceville, Georgia 30043

It is recommended to utilize the current State of Georgia DMV MV1 form. This form is available online at

http://motor.etax.dor.ga.gov/forms/motor.aspx

ACCEPTANCE:

Prior to acceptance performance criteria must be met. Additional functional tests may be conducted if deemed necessary

by Gwinnett County to confirm proper operation and satisfactory performance. All performance testing shall be

successfully completed without the vehicle demonstrating any signs of overheating, vibrations, or other abnormal

conditions. All vehicles shall be delivered in a ready to place in service condition.

The following documents and items shall be provided at time of delivery prior to acceptance:

Original sticker removed from vehicle and included with delivery documents.

Copy of vehicle and equipment manufacturer’s recommended preventive maintenance schedule.

Training, Manuals and all diagnostics including tools and systems as specified.

Vehicle registration, documents including MV1 form, manufacture's certificate of origin (front and back), bill of sale, and

mileage odometer statement when applicable, all assigned as specified.

Warranty statements for items as specified in addition to delayed warranty registration forms to be completed by and

submitted to the appropriate manufacturers by the delivering dealer.

Any or all other items as described in individual specification documents in addition to items listed in this section.

PAYMENT:

As each supplier has several months to obtain any equipment or other materials that are required as a part of this

specification, no shortages are expected at time of vehicle delivery. Any item or items that must be considered as a

shortage shall be justified prior to delivery. Gwinnett County reserves the right to withhold payment until all shortages are

delivered.

Any discrepancies that were noted during inspection visits or discovered upon delivery or during acceptance testing must

be satisfactorily corrected, including any noted defects, or omitted items prior to final acceptance.

BL024-14 Page 4

Failure to return this page as part of bid document may result in rejection of bid.

When all of the above conditions are satisfactorily met, authorization for payment will be entered and confirmed by Fleet

Management. Fleet Management’s involvement with payment inquiries shall be limited to providing the supplier a copy

of the goods confirmation number showing the date the authorization for payment was submitted.

This vehicle shall be to the manufacturer’s standard. It shall be equipped with the manufacturer’s equipment and

accessories which are included as standard in the advertised and published literature for the unit and order codes as

specified. No such item of equipment or accessories shall be removed or omitted for the reason that it was not specified in

the specification. In addition, all items to be provided which are in the specifications which are not considered standard to

the manufacturer, but requested as add on items such as warning lights, radio equipment , tools, manuals and training shall

be provided.

The term "heavy duty" as used in this specification shall mean that the item to which the term is applied shall exceed the

usual quantity, quality, or capacity supplied with standard production vehicles; and it shall be able to withstand unusual

strain, exposure, temperature, wear and use.

NOTE: All accessories, wire routing, light location and installation to be similar to the existing Gwinnett County

motorcycles except the changes to LED lighting components. The existing motorcycles may be viewed for comparison by

appointment only. With the changes that have been encountered from previous model years, the 2014 model year has

resulted in several modifications to the lighting accessories which cannot be installed as were installed on the 2012

models. These changes are tagged or detailed with instructions for the supplier to furnish some of the components which

also have been changed as ship loose, not installed.

SPECIFICATIONS BIDDER'S RESPONSE

1.0 MODEL

1.1 Shall be 2014 or current production year COMPLY ( )YES ( ) NO

1.2 Harley Davidson FLHP or approved equal

two-wheel motorcycle equipped for highway

patrol service and having a wheel base 64 inches COMPLY ( )YES ( ) NO

Vehicle Identity State Make

State Model

State Year __________________

1.3 GVWR 1,360 lbs. COMPLY ( ) YES ( ) NO

Front 500 lbs. COMPLY ( ) YES ( ) NO

Rear 927 lbs. COMPLY ( ) YES ( ) NO

1.4 Shipping/curb weight 786 lbs. COMPLY ( )YES ( ) NO

1.5 Running order 828 lbs. COMPLY ( )YES ( ) NO

1.6 Overall Length 96.1 in. COMPLY ( ) YES ( ) NO

1.7 Overall width 37.8 in. COMPLY ( )YES ( ) NO

1.8 Overall Height 563 in COMPLY ( )YES ( ) NO

BL024-14 Page 5

Failure to return this page as part of bid document may result in rejection of bid.

1.9 Seat Height Laden 27.3 in. COMPLY ( ) YES ( ) NO

(Sprung w/ 180 lb. driver)

1.10 Seat Height unladen 31.1 in COMPLY ( )YES ( ) NO

1.11 Ground Clearance 5.3 in. COMPLY ( )YES ( ) NO

1.12 Rake( steering head) 26 degrees COMPLY ( )YES ( ) NO

1.13 Fork Angle 29.25 degrees COMPLY ( )YES ( ) NO

1.14 Trail 6.7 in. COMPLY ( )YES ( ) NO

1.15 Wheelbase 64 in. COMPLY ( )YES ( ) NO

2.0 ENGINE

2.1 Not less than 1690 cubic centimeters (103 Cubic In) displacement. COMPLY ( )YES ( ) NO

2.2 Minimum of 2 cylinders push rod operated, overhead valves, hydraulic

self-adjusting lifters, two valves per cylinder COMPLY ( )YES ( ) NO

Bore and Stroke 3.87 in. x 4.374 in. COMPLY ( )YES ( ) NO

2.3 Air Cooled, twin cam COMPLY ( )YES ( ) NO

2.4 Shall be four cycle COMPLY ( )YES ( ) NO

2.5 Shall produce not less than 70 hp. COMPLY ( )YES ( ) NO

2.6 Torque per SAE J1349 104.7 ft. lbs @ 3250RPM COMPLY ( )YES ( ) NO

2.7 Crankshaft to be factory balanced and engine shall be free

from vibration during the service life of the motorcycle COMPLY ( )YES ( ) NO

2.8 Shall be equipped with a sequential port fuel injector COMPLY ( )YES ( ) NO

2.9 Fuel Consumption: 42 combined COMPLY ( )YES ( ) NO

3.0 POWER TRAIN

3.1 Primary Drive chain: 34/46 ratio COMPLY ( )YES ( ) NO

3.2 Final Drive belt: 32/68 ratio COMPLY ( )YES ( ) NO

4.0 CLUTCH

4.1 9 plate wet design with police duty spring COMPLY ( )YES ( ) NO

4.2 Hand Lever located on the left handlebar COMPLY ( )YES ( ) NO

BL024-14 Page 6

Failure to return this page as part of bid document may result in rejection of bid.

5.0 TRANSMISSION

5.1 Minimum 6 speeds required overall ratio as noted COMPLY ( )YES ( ) NO

1st 9.593

2nd

6.650

3rd

4.938

4th 4.000

5th 3.407

6th 2.875

5.2 Gears shall be constant mesh design COMPLY ( )YES ( ) NO

5.3 Shift pattern shall be as follows: Neutral located between first

and second gears. Gearbox will shift down from neutral to first

gear, and up from neutral to second, third, fourth, fifth, & sixth. COMPLY ( )YES ( ) NO

5.4 Shall have foot shift lever of rocker type, designed to be

operated either by toe or heel, without interfering with normal

foot position on the foot board. COMPLY ( )YES ( ) NO

5.5 Foot shift lever to be located on the left side of the machine. COMPLY ( )YES ( ) NO

5.6 An indicator light, readily visible to the rider shall be provided

to indicate when the transmission is in neutral. COMPLY ( )YES ( ) NO

6.0 BRAKES

6.1 Front and rear brakes shall have separately controlled

hydraulic systems with ABS. Provide detailed description

for service and maintenance of ABS system with

repair manuals. COMPLY ( )YES ( ) NO

6.2 Front brakes shall be dual disc type, hand operated from the

right handlebar. Shall not lock front wheel upon normal

full application. Caliper 4-piston design, rotor 11.81 in. x .20 in.

uniform expansion design. COMPLY ( )YES ( ) NO

6.3 Rear brake shall be single disc hydraulic type, foot operated with

pedal located on right. Rear brake foot control to activate front

brakes when applied. Setting to be set to manufacturers standard spec.

Linkage shall be close fitting to eliminate any lost motion and designed

to give trouble free service for the life of the motorcycle. Rubber

pad on rear brake pedal shall be 2" X 3" minimum in size and flat

to permit safe application and minimize the possibility of the foot

slipping off the brake pedal.

Foot pedal and linkage shall be designed and located so that full

travel of pedal or rider's foot shall not be hampered or impaired

by any other part of the motorcycle. Lever design shall be such

that brake can be applied without lifting heel from footboard.

Caliper 4-piston design, Rotor 11.81 in. x .28 in. uniform

BL024-14 Page 7

Failure to return this page as part of bid document may result in rejection of bid.

expansion design. Provide BAL-1 tail light installed. COMPLY ( )YES ( ) NO

6.4 Hydraulic hoses and metal lines mounted and protected in such

a manner so as to prevent them from becoming damaged due to

chafing, rubbing or vibration. Brake lines and calipers shall be

located away from exhaust heat. COMPLY ( ) YES ( ) NO

7.0 FRAME

7.1 Shall be tubular, two piece stamped and welded backbone, cast and

forged junctions; twin down tubes, bolt on rear frame with forges fender

supports, MIG welded. COMPLY ( )YES ( ) NO

Rear frame shall be swinging arm type comprised of a two piece drawn

and welded section. COMPLY ( )YES ( ) NO

7.2 Frame, springs, and shock absorbers shall be adequate to handle

rider plus the added weight of a Motorola Model 239A transistorized

radio transmitter and receiver, carrier and equipment boxes mounted

on each side of rear fender. COMPLY ( )YES ( ) NO

7.3 Rear shock absorbers air dampening design shall have provision

for adjustment to accommodate rider's height and weight. COMPLY ( )YES ( ) NO

7.4 Front forks to be 44 mm telescopic cartridge style hydraulic

dampening design and adjusted to permit the shortest

possible turning radius and designed for best handling characteristics

in police service considering weight and weight distribution. COMPLY ( )YES ( ) NO

8.0 LOAD CAPACITY

8.1 The minimum load-carrying capacity of the motorcycle as delivered

shall be no less than 350 pounds, including rider and equipment

added by the Gwinnett County Police. COMPLY ( )YES ( ) NO

9.0 ELECTRICAL SYSTEM

NOTE: Placement and installation of warning lights and accessories to be

approved by Gwinnett County at pre fabrication conference and

documented by supplier to ensure consistency and conformity

on future orders. Part numbers provided are for our last purchase

in 2011 with the addition of some new lighting for 2014 models.

Any changes in part numbers must be approved by Gwinnett

County Police Department as acceptable equals matching existing

Motorcycle configurations.

9.1 Shall be 12 volt system with circuit breakers or fused for

protection of all circuits from overload or short-circuits. COMPLY ( )YES ( ) NO

9.2 Heavy duty alternator 50 amp with voltage transient voltage

protection. COMPLY ( )YES ( ) NO

BL024-14 Page 8

Failure to return this page as part of bid document may result in rejection of bid.

9.3 Heavy-duty spill proof battery with adequate ampere-hour capacity

(28-amp hr. 405 cca min.) to operate proficiently under the following conditions;

A. All running lights, emergency lights, radio, and electronic

siren operating simultaneously with the engine running. COMPLY ( )YES ( ) NO

B. Tail light, rear flashers, and radio operating

simultaneously for a minimum of 1 1/2 hours with engine

off; permit restart of engine with electric starter. COMPLY ( )YES ( ) NO

C. Battery spill proof design (gel type) maintenance free. To

be fully serviced at time of delivery. COMPLY ( )YES ( ) NO

9.4 Starter shall be latest type 12 volt starting motor with solenoid

engagement. COMPLY ( )YES ( ) NO

9.5 Starter button shall be located on right handlebar. COMPLY ( )YES ( ) NO

9.6 Wiring to be such that the engine can be started with the

transmission in any gear when the clutch is disengaged. COMPLY ( )YES ( ) NO

9.7 Headlight with built in strobe # 67700222 to be dual element,

quartz halogen with a high beam indicator light mounted

so that it is readily visible to the rider.

High and low beams to be controlled by a switch on the handlebar. COMPLY ( )YES ( ) NO

9.8 Turn Signals & Parking Lights, dual circuit amber assembly’s to

contain dual element bulb for both front and rear turn signal/parking

light with indicator lights on dash panel. Rear turn signal lights are

to be wired to a heavy duty switch with indicator light to permit the

rear signal lights to flash together with the front signal lights as an

emergency flasher system, independent of the front and rear parking

light circuit. Flasher to operate with ignition switch in either the "ON"

or "ACC" position. May be equipped with push to lock on or self-

canceling, indicator lights which will operate when the turn signals

are in operation. Flasher shall be a heavy-duty variable load type

rated for 4-lamp operation. COMPLY ( )YES ( ) NO

9.9 CHANGE The Two (2) blue identification lights which were in the past

installed on a plate with the license plate have been deleted.

9.10 Front: Two (2) Whelen model TIR6 PAR-36LED "Super LED"

SF Part # 400-366 –0513 blue w clear lens. Light heads shall be

installed facing forward, one each side of headlight. Controlled by

handle bar switch position #3. COMPLY ( )YES ( ) NO

9.11 CHANGE Front Side and Rear Warning Lights: which were in the past mounted

on the front fender chrome rail and saddle box chrome rail have been deleted.

9.12 Front Side engine guard warning lights; provide two each

BL024-14 Page 9

Failure to return this page as part of bid document may result in rejection of bid.

Whelen 500 series TIR6 LED SF Part # 400 502 05 50B03ZB.

Mount one each side mounted on the front engine

guards, facing out to the side. Provide polished aluminum flange

SF part # 475-124 5FLANGEP,

Chrome trim ring kit SF part# 475-128 5FLANGEC,

Round bar Mount kit SF part# 475-265,

Pedestal Swivel mount kit SF part # 475-127 5HSGPED

controlled by handle bar switch position #2. COMPLY ( )YES ( ) NO

9.13 Windshield Warning Lights: Whelen assembly and universal

windshield mount M05ZB. Controlled by handle

bar switch position #2. COMPLY ( )YES ( ) NO

9.14 Warning LED lights shall be connected to a built in

handlebar switch. Switch to have three positions as follows;

Position 1 off, Position 2 controls items 9.13,

(LED warning lights), position 3 controls Item 9.10

(front strobes). Both position #2 and #3 circuits are to be energized

when switch is in position #3.

The handle bar switch shall operate with ignition switch in either the

"ON” or "OFF" position, locked or unlocked or with ignition switch

in the lockable accessory position. Indicator light

on dash panel shall indicate when lights are "ON". COMPLY ( )YES ( ) NO

9.15 A 100 watt electronic siren Federal Signal U750M SF H-D 677-750

with mic UMNCT –SB 677-662 and (mic mount 450-1 shipped loose)

or an approved equal system with weatherproof enclosure. Unit to be

mounted in the rear storage box item 9.16. The siren shall have both wail

and yelp tone and 6 additional tones, activated by a handlebar switch and

tap II functions. The speaker for the siren shall be a Whelen model SA-

350M 100 watt rated and mounted on the left or right side of the

motorcycle in front engine guard area, facing forward. COMPLY ( )YES ( ) NO

9.16 Rear Storage Compartment: Whelen 175- MB6R LED Black Waterproof

fiberglass lockable storage box WITH ALL Blue LED's or approved equal

mounted behind seat. Compartment lid to include a HGD52898-98A

backrest. Provide and install a Waterproof 12-volt automotive outlet on

street side front of compartment facing rear of seat. Provide a 110-volt

waterproof recessed male plug receptacle on the curbside front of compartment

facing rear of seat. This connection to provide power to the battery charger

(Delran Battery Tender 12v 1.25A). Compartment to house auxiliary

spill proof gel type battery and battery charger, both provided and installed

by supplier. Installation to allow room for departmental radio.

Storage compartment to be black. All wiring routed to terminate in storage

compartment. Each cable to be labeled indicating destination and circuit. Items to be

arranged allowing room for Motorola radio. All electrical connections

to be positive connection type covered with shrink-wrap, Scotch-lock type

connectors are not to be used. All wiring to be routed in a manner to

eliminate any rubbing or vibration contact with other components. All

BL024-14 Page 10

Failure to return this page as part of bid document may result in rejection of bid.

holes where wire passes through are to be isolated with rubber grommets

and sealed to be waterproof. All wiring to be routed in a manner to provide

maximum protection from being snagged, torn, caught, etc. and to be

secured as high as possible away from the bottom of the understructure

of any components. A color-coded wiring schematic for all items added

such as strobe lights, sirens, battery charger, etc. is to be provided with

unit at time of delivery. Provide a removable bolt on plastic or sheet

metal cover over the components allowing for storage area in top

portion of box. COMPLY ( )YES ( ) NO

9.17 Horn, when mounted on motorcycle, must have a minimum of 82.5

audio decibels output measured at a distance of 50 feet directly ahead

of motorcycle. Electrical wiring to be such that the horn can be

operated with the ignition switch "OFF" or "ON" or lockable accessory

position. Horn button to be located on the left handlebar. COMPLY ( )YES ( ) NO

9.18 Switches for control of all emergency equipment, siren, blue pursuit

lights, shall be located on the handlebar and accessible without

removing hands from the grips. COMPLY ( )YES ( ) NO

9.19 Ignition switch, headlight switch, rear flashing amber, and all other

switches not specifically located in this specification, shall be mounted

on the dash panel or in the handlebar and be conveniently accessible

by the rider. COMPLY ( )YES ( ) NO

10.0 RADIO/WARNING EQUIPMENT/CABLE SHIELDING AND GROUNDING

10.1 The entire electrical system shall be shielded and grounded so that not

more than 2.5 micro volts input to the receiver will be required to

produce at least 20 dB quieting at the receiver output for all engine

speeds from idle to full throttle and with the radio and antenna mounted

and connected as on current GCPD motorcycles in service. COMPLY ( )YES ( ) NO

10.2 Provide and ship loose to Fleet Management one each for each motorcycle COMPLY ( )YES ( ) NO

the following radio components available from SetcomCorp.com

Liberator Wireless Super Mic Part # SWE-1M2A/l

which includes Liberator wireless receiver, up to 1024 concurrent users,

Auto speaker mute, Auto microphone mute, long upper cable, For

Motorola JEDI series radios, waterproof mic enclosure, Conformal

coated mic circuit board, powered by portable radio battery, Portable

Radio only configuration, us patent 8,010,171.

Liberator Wireless Motorcycle Cable Kit part # MWK-31 which includes,

Liberator wireless transmitter for HD motorcycle, Handlebar pushbutton ,

push to talk , powered by motorcycle battery, waterproof transmitter

enclosure (IP-X8), up to1,024 concurrent users, Conformal coated

mic circuit board, custom molded waterproof boot for push to talk switch,

portable radio only configuration, us patent 8,010,171.

BL024-14 Page 11

Failure to return this page as part of bid document may result in rejection of bid.

Helmet Kit part # KE-21S, half shell helmet kit for all half shell helmets,

Portable radio only configuration without public address (PA) interface.

10.3 Warning Lights: provide and ship loose the quantities listed for each motorcycle

of the following items to Fleet Management. Four (4) each Federal Signal

Blue/White IPX623-BW vertical mount, with 4 each chrome bezel IPX6M-1

And 2 each Federal Signal IPX300-4, One each Sound Off Ghost MM part

# EGHSTTR with single edge Bracket PGHSTSUB. COMPLY ( )YES ( ) NO

11.0 HANDLEBARS

11.1 Chrome plated or stainless steel, of the latest approved type suitable

for police work and allows the officer to sit in an upright vertical

position with both hands on grips. COMPLY ( )YES ( ) NO

11.2 All exposed wiring to switches shall be enclosed in plastic loom and

clamped to bars. All wiring subject to friction to be adequately

protected to prevent wear and eventual grounding. COMPLY ( )YES ( ) NO

11.3 Handlebar contoured chrome rubber heated 56512-08 grips.

To be of firm black plastic and/or rubber which will not discolor hands. COMPLY ( )YES ( ) NO

11.4 Throttle control, to be located on right handlebar, shall have no

lost motion or plan and adjustable drag to permit setting throttle

at any position without returning to idle when hand is released

from grip. COMPLY ( )YES ( ) NO

11.5 Handlebar control levers shall contain ball type knobs on there

outer ends to minimize the possibility of the hand slipping off

the lever. COMPLY ( )YES ( ) NO

12.0 TIRES

12.1 To be minimum four ply rating, first quality bead retention tubeless

tires designed to give best performance for police service of a design

requiring no wheel bearing end play adjustments with a service interval

of 100,000 miles minimum. COMPLY ( )YES ( ) NO

Front: Dunlop MT Multi Tread 3x17 in. COMPLY ( )YES ( ) NO

Rear: Dunlop MT Multi Tread 5x16 in. COMPLY ( )YES ( ) NO

12.2 Each tire and wheel assembly shall be balanced; lateral and radial

run out shall be within the factory recommended tolerances. COMPLY ( )YES ( ) NO

12.3 Tires supplied must be readily available in the after-market at time

of delivery of the first motorcycles supplied in compliance with

these specifications. COMPLY ( )YES ( ) NO

BL024-14 Page 12

Failure to return this page as part of bid document may result in rejection of bid.

13.0 WHEELS & SUSPENSION

13.1 Front and rear wheels shall be black slotted disc cast aluminum COMPLY ( )YES ( ) NO

rim material to be impermeable to compressed air. Tubeless type

tires to have nonskid tread, designed to operate on paved highways

and shall have a full 4 ply fabric reinforcement. Bead retention tires

designed to remain on wheel during sudden loss of pressure.

Front 3 in width 27 in height, Rear 5 in width, 16 in height.

13.2 Rim locks are not acceptable as an alternate to this specification. COMPLY ( )YES ( ) NO

13.3 Suspension travel Front Wheel Travel 4.6 in. COMPLY ( )YES ( ) NO

13.4 Suspension travel Rear Wheel Travel 3.0 in. COMPLY ( )YES ( ) NO

14.0 MIRRORS

14.1 Right and left side rear view mirrors are to be installed in such a

manner to minimize vibration and shall be:

A. Rectangular in shape; no less than 3 1/2 inches x 5 inches or

at least 17 square inches. COMPLY ( )YES ( ) NO

B. Long Stem, mounted on the handlebars (Standard Equipment) COMPLY ( )YES ( ) NO

C. True image. COMPLY ( )YES ( ) NO

15.0 SPEEDOMETER

15.l Shall be designed for police work. Shall be accurate within +/-2 MPH

throughout its entire speed range. COMPLY ( )YES ( ) NO

15.2 Shall indicate 0 to 120 MPH minimum, with trip odometer. COMPLY ( )YES ( ) NO

15.3 Shall be graduated into single mile increments with bold face

increment markers every five miles. Each ten-mile increment

shall be denoted by appropriate numeral. COMPLY ( )YES ( ) NO

15.4 Shall be illuminated when headlight or parking lights are turned on. COMPLY ( )YES ( ) NO

15.5 Tachometer shall be supplied. COMPLY ( )YES ( ) NO

16.0 SAFETY BARS

16.1 Front and rear and shall be no wider than the handlebars. COMPLY ( )YES ( ) NO

16.2 Chrome plated front and rear. COMPLY ( )YES ( ) NO

16.3 Rigidly attached to motorcycle frame. COMPLY ( )YES ( ) NO

16.4 To provide clearance and protect the rider's legs when the motorcycle

BL024-14 Page 13

Failure to return this page as part of bid document may result in rejection of bid.

is in the down position. COMPLY ( )YES ( ) NO

16.5 Foul Weather wind shields, Provide and install left and right sides with siren

and side light Cut outs as required similar to SF part # 452-109. COMPLY ( )YES ( ) NO

17.0 WINDSHIELD

17.1 Windshield shall be of clear poly-carbonate, approved glazing

material (Lexan MR-400 or equal). COMPLY ( )YES ( ) NO

17.2 To provide full vision. COMPLY ( )YES ( ) NO

17.3 Windshield shall not cause motorcycle to be unbalanced at any speed. COMPLY ( )YES ( ) NO

17.4 Height shall be such that it will permit the rider to see over the

windshield when seated on the motorcycle. COMPLY ( )YES ( ) NO

18.0 SEAT

18.1 Shall be special police type sponge rubber saddle covered with black

leather or vinyl plastic of a type that will breathe, or be a waffle pattern

in the seating area. Shall be capable of being adjusted forward and rear-

ward and vertically to give maximum comfort for the rider. Seat may

also need to be pillow type, frame mount, according to specific rider

need. Seat to be factory installed or dealer provided. COMPLY ( )YES ( ) NO

19.0 JIFFY STAND

19.1 Shall be of steel construction and having a minimum of one and one-half

square inches of surface on the ground when extended. COMPLY ( )YES ( ) NO

19.2 Shall be mounted on left side. COMPLY ( )YES ( ) NO

19.3 Shall be designed so that the stand can be lowered and retracted with

foot when seated on the motorcycle. COMPLY ( )YES ( ) NO

19.4 So designed that it will not strike ground during hard left turns when

retracted. COMPLY ( )YES ( ) NO

19.5 Amount of lean of motorcycle shall not exceed 13 degrees from vertical

when stand is extended and front wheel is in a straight-ahead position. COMPLY ( )YES ( ) NO

19.6 So constructed that with the weight of the machine on the stand, the

stand cannot be folded or retracted. COMPLY ( )YES ( ) NO

19.7 Ride-off and/or service stands are not to be included on this unit. COMPLY ( )YES ( ) NO

20.0 FOOT BOARDS

20.1 Shall be equipped with foot boards (pegs are not acceptable) constructed

so they will fold upward in the event of contact with ground. COMPLY ( )YES ( ) NO

BL024-14 Page 14

Failure to return this page as part of bid document may result in rejection of bid.

21.0 MUFFLERS

21.1 To meet legal sound restrictions. COMPLY ( )YES ( ) NO

21.2 Positioned to permit installation of utility boxes on each side of the

rear wheel. COMPLY ( )YES ( ) NO

21.3 Shall not extend beyond rear wheel. COMPLY ( )YES ( ) NO

21.4 Not more than two mufflers permitted and not more than two header

pipes into a single muffler. COMPLY ( )YES ( ) NO

21.5 Muffler(s) to be chrome plated. COMPLY ( )YES ( ) NO

22.0 KEYS

22.1 To have three (3) sets of keys provided for each motorcycle at time of

delivery. Each set consist of three keys, Key #1 is for ignition, Key #2

is for side utility box's, both sides keyed alike, Key 3 is for rear storage

compartment for a total of nine (9) keys when ignition and saddle

boxes are not keyed alike or a total of 6 keys when ignition and saddle

boxes are keyed alike. COMPLY ( ) YES ( ) NO

23.0 COLOR

23.1 Motorcycle finish and color to be white.

Frame to be black. COMPLY ( ) YES ( ) NO

24.0 UTILITY BOX BRACKETS

24.1 To be equipped with brackets for mounting of rear radio storage box

(item 9.16) over the rear fender, radio antenna on back of rear fender

behind radio and utility boxes on each side of rear fender. A minimum

of two inches clearance between seat and front of radio cover, when

installed, must be provided. Utility box brackets shall incorporate

chrome plated rear safety bars and have horizontal bar located

approximately midway between the top and bottom of the boxes to

protect boxes from damage. Utility boxes and safety bars shall not

extend any wider than the motorcycle handlebars. COMPLY ( )YES ( ) NO

25.0 UTILITY BOXES

25.1 Two (2) law enforcement type utility boxes (Saddle) shall be installed, one on

each side of rear wheel. Boxes shall be fiberglass or ABS plastic

construction, with color to match paint scheme. Minimum

dimensions are 7 inches wide, 10 inches high, inches long

(rectangular shape) with dual chrome locks and piano

type hinge. Boxes shall be sealed against moisture and dirt. Finish

shall match fenders and fuel tank. “POLICE” and “SHERIFF” decals to be

shipped loose. COMPLY ( )YES ( ) NO

BL024-14 Page 15

Failure to return this page as part of bid document may result in rejection of bid.

26.0 MANUFACTURERS IDENTIFICATION AND LOGOS

26.1 Name plates, medallions, or insignia shall not be installed on fuel

tank(s) or front fender. No holes are to be left as a result of these

deletions. Insignia installed in locations, which could come in contact

with rider's clothing shall be flush to the surface attached. COMPLY ( )YES ( ) NO

27.0 LEGAL REQUIREMENTS

27.1 All motorcycles shall in all respects, meet or exceed all requirements

of the Federal and State laws governing motorcycles. COMPLY ( )YES ( ) NO

28.0 PRE-DELIVERY SERVICE All motorcycles must be completely serviced,

inspected, properly Adjusted, and road tested before delivery, including the

proper fill of all fluid and lubricants. COMPLY ( )YES ( ) NO

29.0 WARRANTY

29.1 The standard manufacturer's 24 month, unlimited mileage warranty

shall apply to all motorcycles purchased under this specification. COMPLY ( )YES ( ) NO

29.2 Provide Police 3 year parts and labor warranty.

All warranty documents to be provided at time of delivery. COMPLY ( )YES ( ) NO

30.0 MANUALS/MISCELLANEOUS

30.1 Each motorcycle shall be delivered with a rider's

operator manual together with any other printed matter or

literature for a person using one of the motorcycles

might need to properly operate and maintain the vehicle. COMPLY ( )YES ( ) NO

Provide one additional shop copy of the above per order. COMPLY ( )YES ( ) NO

30.2 Provide Shop Repair Manuals, Supplement, Electrical Diagnostics

and parts manuals; two (2) copies each. Must be

for current production year. COMPLY ( )YES ( ) NO

(2) each Shop repair manuals Part # 99483- current year,

State Current Year Part #_________________________

(2) each Shop repair manuals Police Supplement Part # 99483- current year-SP

State Current Year Part #_________________________

(2) each Shop repair manuals Electrical Diagnostics Part # 99497-current year

State Current Year Part #_________________________

(2) each Parts manuals Part # 99545-current year

State Current Year Part #_________________________

30.3 Provide One Air pump kit # 54630-03A for each bike ordered.

BL024-14 Page 16

Failure to return this page as part of bid document may result in rejection of bid.

Pump kit to be ship loose to Fleet Management. COMPLY ( )YES ( ) NO

State manufacturer, model and current Part #

to be provided _________________________

30.4 Provide manufacturer training at no cost to Gwinnett County for one

Technician to the following factory designated training courses.

POLICE “A” Vehicle Maintenance

POLICE “D” Electrical Diagnostics (pre-requisite “A”)

POLICE “F” Chassis Service / ABS Service (pre-requisite “A & D”)

Course location shall be closest to Gwinnett County offered by

manufacturer. Gwinnett County will be responsible for all

travel and lodging for training attendee. COMPLY ( )YES ( ) NO

If you require further information please contact Wendell Kendrick, Police Training & Technical Support @ 414-

343-8234 or email at [email protected].

31.0 PERFORMANCE

31.1 Motorcycles purchased against this specification shall possess

outstanding stability maneuverability, cornering and other handling

characteristics necessary for a motorcycle engaged in various types

of road surfaces and operating conditions. Performance minimum shall be:

31.2 Acceleration

A. 85 miles per hour in 1/4 mile from a standing start and elapsed

time not to exceed 15 seconds. COMPLY ( )YES ( ) NO

B. 90 miles per hour in 1/4 mile from flying start of 50 MPH. COMPLY ( )YES ( ) NO

D. 90 miles per hour minimum in a distance of 1/2 mile from a

standing start. COMPLY ( )YES ( ) NO

D. Maximum speed of no less than 100 MPH. COMPLY ( )YES ( ) NO

31.3 Braking

A. Four stops from 70 MPH at approximately 22 ft. per second

deceleration rate with two-minute intervals between stops

followed by an attempted rear wheel lock stop (ABS) or hard stop

from 60 miles per hour. The ability of the motorcycle to stop

in a straight line will again be evaluated. COMPLY ( )YES ( ) NO

B. Approximately 5 minutes after test (1) has been completed,

it will be repeated. The ability of the motorcycle to stop in

a straight line will again be evaluated. COMPLY ( )YES ( ) NO

BL024-14 Page 17

Failure to return this page as part of bid document may result in rejection of bid.

31.4 Maneuverability

A. Shall be capable of being operated, without tire spin, through

a 180 degree turn with a radius of 13 feet without a dragging or

scraping any portion of the motorcycle. COMPLY ( )YES ( ) NO

B. Shall be capable of being operated through a 360 degree turn

with a radius of 15 feet under the same conditions as test (1)

above. COMPLY ( )YES ( ) NO

32.0 GUARANTEE

32.1 The vendor delivering motorcycles against this specification shall

guarantee that the motorcycle meets the minimum requirements set forth

herein. If it is found that the motorcycles delivered do not meet the

minimum requirements of this specification, the vendor will be

required to correct the same at his expense. COMPLY ( )YES ( ) NO

32.2 Motorcycle is expected to fully comply with all applicable Local, State,

and Federal requirements.

Additionally, Vehicle/Equipment provided must include all components

considered "standard" equipment by the vehicle manufacturer for

model and option group specified except where the Gwinnett County

specification differs from standard equipment. COMPLY ( )YES ( ) NO

32.3 Selling dealer required to provide all documents for Gwinnett

County to register motorcycle and apply for tag and title. COMPLY ( )YES ( ) NO

33.0 SUPPLIERS

The Suppliers listed may be helpful in addition to Squad-fitters

and assist with the items requested not common to the Motorcycle dealerships;

Dana Safety Supply/Sound Off & Federal Signal products

4729 Nelson Brogdon Blvd. #F

Buford GA 30518

www.danasafteysupply.com

770 557 6191

[email protected]

FORCE 911 Sound Off, Whelen, Federal Signal products

2215 Perimeter Park DR Site #9

Atlanta, GA 30341

www.force911.com

770 639 3934/678 919 7911

[email protected]

BL024-14 Page 18

Failure to return this page as part of bid document may result in rejection of bid.

Madden & Associates/Whelen products

935 Hwy 124 Bld 400 #401

Braselton, GA 30517

678 963 2085

[email protected]

SetCom/Liberator wireless products

Pinnacle Peak Holding Corp.

dba SetCom Corp.

Austin TX 78741

650 965 8020

Gwinnett County Ref/EST # 904837

34.0 ADDITIONAL COMMENTS: (Specify line number)

35.0 Indicate name and location of facility providing warranty service and parts availability in the spaces provided.

COMPANY NAME

ADDRESS

CITY, STATE, ZIP

PHONE NUMBER

AUTHORIZED REPRESENTATIVE

AUTHORIZED REPRESENTATIVE EMAIL ADDRESS

BL024-14 Page 19

36.0 Delivery acceptance checklist, the following items shall be delivered with motorcycle or delivery will be

rejected NO EXCEPTIONS, NO DEVIATIONS

36.1 Copy of Completed MV1 Application for title & tag,

36.2 Completed MSO (assigned as specified)

36.3 3 ignition keys OEM per motorcycle

36.4 3 side utility box keys per motorcycle

36.5 3 Whelen Black storage box keys per motorcycle

36.6 Police decals not installed on saddle boxes

36.7 3 year Warranty Documentation

36.8 (2) ea Shop repair manuals Item 30.2

36.9 (2) ea Shop repair manuals Police Supplement Item 30.2

36.10 (2) ea Shop repair manuals Electrical Diagnostics Item 30.2

36.11 (2) ea Parts manuals Item 30.2

36.12 (1) ea Owners manuals Item 30.1

36.13 (1) ea extra Owners manuals Item 30.1

(to be ordered by dealer at time Purchase order is issued ensuring availability at time of delivery)

36.14 Functional test & inspection of auxiliary lighting confirming compliance to specifications.

36.15 (1) ea pump kit per vehicle Item 30.3

36.16 Training Item 30.4

36.17 All other items listed as ship loose per motorcycle

BL024-14 Page 20

Failure to return this page as part of bid document may result in rejection of bid.

BID SCHEDULE

Delivery will be F.O.B. Destination to:

Gwinnett County Fleet Management

620 Swanson Drive, Lawrenceville, GA 30043

Certification of Non-Collusion in Bid Preparation

Signature Date

In compliance with the attached specifications, the undersigned offers and agrees, if this quote is accepted by the Board of Commissioners within ninety (90)

days of the date of quote opening, to furnish any or all of the items upon which prices are quoted, at the price set opposite each item, delivered to the designated

point(s) within the time specified in the quote schedule. By submission of this bid, I understand that Gwinnett County uses Electronic Payments for remittance of

goods and services. Vendors should select their preferred method of electronic payment upon notice of award. For more information on electronic payments,

please refer to the Electronic Payment information in the instructions to bidders.

Legal Business Name (If your company is an LLC, you must identify all

principals to include addresses and phone numbers in your submittal)

Federal Tax ID

Address

Does your company currently have a location within Gwinnett County? Yes No

Representative Signature Printed Name

Telephone Number Fax Number E-mail address

Lawrenceville, GA 30045 ITEM

ITEM

#

APROX

QTY DESCRIPTION MANUF. & NO. DELIVERY A.R.O.

UNIT

PRICE

TOTAL

PRICE

1 7 each Police Motorcycle and accessories per specifications

TOTAL $

Bid # & Description BL024-14; Purchase of Police Pursuit Motorcycles

CODE OF ETHICS AFFIDAVIT

(THIS FORM SHOULD BE FULLY COMPLETED AND RETURNED WITH

YOUR SUBMITTAL AND WILL BE REQUIRED PRIOR TO EVALUATION)

In accordance with Section 60-33 of the Gwinnett County Code of Ordinances the undersigned

bidder/proposer makes the following full and complete disclosure under oath, to the best of his/her

knowledge, of the name(s) of all elected officials whom it employs or who have a direct or indirect

pecuniary interest in or with the bidder/proposer, its affiliates or its subcontractors:

1.

(Company Submitting Bid/Proposal)

2. (Please check one box below)

No information to disclose (complete only section 4 below)

Disclosed information below (complete section 3 & section 4 below)

3. (if additional space is required, please attach list)

Gwinnett County Elected Official Name Gwinnett County Elected Official Name

Gwinnett County Elected Official Name Gwinnett County Elected Official Name

4. Sworn to and subscribed before me this

BY: day of , 20

Authorized Officer or Agent Signature

Printed Name of Authorized Officer or Agent Notary Public

Title of Authorized Officer or Agent of Contractor

(seal)

Note: See Gwinnett County Code of Ethics Ordinance EO2011, Sec. 60-33. The

ordinance will be available to view in its’ entirety at www.gwinnettcounty.com

GWINNETT COUNTY

DEPARTMENT OF FINANCIAL SERVICES – PURCHASING DIVISION

GENERAL INSTRUCTIONS FOR BIDDERS, TERMS AND CONDITIONS

I. PREPARATION OF BIDS

A. Each bidder shall examine the drawings, specifications, schedule and all instructions. Failure to do so will be at the

bidder’s risk, as the bidder will be held accountable for their bid response.

B. Each bidder shall furnish all information required by the bid form or document. Each bidder shall sign the bid and

print or type his or her name on the schedule. The person signing the bid must initial erasures or other changes. An

authorized agent of the company must sign bids.

C. Individuals, firms and businesses seeking an award of a Gwinnett County contract may not initiate or continue any

verbal or written communications regarding a solicitation with any County officer, elected official, employee or

other County representative without permission of the Purchasing Associate named in the solicitation between the

date of the issuance of the solicitation and the date of the final contract award by the Board of Commissioners.

Violations will be reviewed by the Purchasing Director. If determined that such communication has compromised

the competitive process, the offer submitted by the individual, firm or business may be disqualified from

consideration for award.

D. Sample contracts (if pertinent) are attached. These do NOT have to be filled out with the bid/proposal submittal, but

are contained for informational purposes only. If awarded, the successful bidder(s) will be required to complete

them prior to contract execution.

E. Effective, July 1, 2013 and in accordance with the Georgia Illegal Reform and Enforcement, an original signed,

notarized and fully completed Contractor Affidavit and Agreement should be included with your bid/proposal

submittal, if the solicitation is for the physical performance of services for all labor or service contract(s) that exceed

$2,499.99 (except for services performed by an individual who is licensed pursuant to Title 26, Title 43, or the State

Bar of Georgia). Failure to provide the Contractor Affidavit and Agreement with your bid/proposal submittal may

result in bid/proposal being deemed non-responsive and automatic rejection.

II. DELIVERY

A. Each bidder should state time of proposed delivery of goods or services.

B. Words such as “immediate,” “as soon as possible,” etc. shall not be used. The known earliest date or the minimum

number of calendar days required after receipt of order (delivery A.R.O.) shall be stated (if calendar days are used,

include Saturday, Sunday and holidays in the number).

III. EXPLANATION TO BIDDERS

Any explanation desired by a bidder regarding the meaning or interpretation of the invitation for bids, drawings,

specifications, etc. must be requested by the question cutoff deadline stated in the solicitation in order for a reply to reach all

bidders before the close of bid. Any information given to a prospective bidder concerning an invitation for bid will be

furnished to all prospective bidders as an addendum to the invitation if such information is necessary or if the lack of such

information would be prejudicial to uninformed bidders. The written bid documents supersede any verbal or written

communications between parties. Receipt of addendum should be acknowledged in the bid. It is the bidder’s responsibility

to ensure that they have all applicable addenda prior to bid submittal. This may be accomplished via contact with the

assigned Procurement Agent prior to bid submittal.

IV. SUBMISSION OF BIDS

A. Bids shall be enclosed in sealed envelopes, addressed to the Gwinnett County Purchasing Office with the name of

the bidder, the date and hour of opening and the invitation to bid number on the face of the envelope.

Telegraphic/faxed bids will not be considered. Any addenda should be enclosed in the sealed envelopes as well.

B. ADD/DEDUCT: Add or deduct amounts indicated on the outside of the envelope are allowed and will be applied to

the lump sum amount. Amount shall be clearly stated and should be initialed by an authorized company

representative.

C. Samples of items, when required, must be submitted within the time specified and, unless otherwise specified by the

County, at no expense to the County. Unless otherwise specified, samples will be returned at the bidder’s request

and expense if items are not destroyed by testing.

D. Items offered must meet required specifications and must be of a quality, which will adequately serve the use and

purpose for which intended.

E. Full identification of each item bid upon, including brand name, model, catalog number, etc. must be furnished to

identify exactly what the bidder is offering. Manufacturer’s literature may be furnished.

F. The bidder must certify that items to be furnished are new and that the quality has not deteriorated so as to impair its

usefulness.

G. Unsigned bids will not be considered except in cases where bid is enclosed with other documents, which have been

signed. The County will determine this.

H. Gwinnett County is exempt from federal excise tax and Georgia sales tax with regard to goods and services

purchased directly by Gwinnett County. Suppliers and contractors are responsible for federal excise tax and sales

tax, including taxes for materials incorporated in county construction projects. Suppliers and contractors should

contact the State of Georgia Sales Tax Division for additional information.

I. Information submitted by a bidder in the bidding process shall be subject to disclosure after the public opening in

accordance with the Georgia Open Records Act. Each page of proprietary information must be identified. Entire

bid may not be deemed proprietary.

V. WITHDRAWAL OF BID DUE TO ERRORS

The bidder shall give notice in writing of his claim of right to withdraw his bid without penalty due to an error within two (2)

business days after the conclusion of the bid opening procedure. Bids may be withdrawn from consideration if the price was

substantially lower than the other bids due solely to a mistake therein, provided the bid was submitted in good faith, and the

mistake was a clerical mistake as opposed to a judgment mistake, and was actually due to an unintentional arithmetic error or

an unintentional omission of a quantity of work, labor or material made directly in the compilation of the bid, which

unintentional arithmetic error or unintentional omission can be clearly shown by objective evidence drawn from inspection of

original work papers, documents and material used in the preparation of the bid sought to be withdrawn. The bidder’s

original work papers shall be the sole acceptable evidence of error and mistake if he elects to withdraw his bid. If a bid is

withdrawn under the authority of this provision, the lowest remaining responsive bid shall be deemed to be low bid.

No bidder who is permitted to withdraw a bid shall, for compensation, supply any material or labor or perform any

subcontract or other work agreement for the person or firm to whom the contract is awarded or otherwise benefit, directly or

indirectly, from the performance of the project for which the withdrawn bid was submitted.

Supplier has up to forty-eight (48) hours to notify the Gwinnett County Purchasing Office of an obvious clerical error made

in calculation of bid in order to withdraw a bid after bid opening. Withdrawal of bid for this reason must be done in writing

within the forty-eight (48) hour period. Suppliers who fail to request withdrawal of bid by the required forty-eight (48) hours

shall automatically forfeit bid bond. Bid may not be withdrawn otherwise.

Bid withdrawal is not automatically granted and will be allowed solely at Gwinnett County’s discretion.

VI. TESTING AND INSPECTION

Since tests may require several days for completion, the County reserves the right to use a portion of any supplies before the

results of the tests are determined. Cost of inspections and tests of any item, which fails to meet the specifications, shall be

borne by the bidder.

VII. F.O.B. POINT

Unless otherwise stated in the invitation to bid and any resulting contract, or unless qualified by the bidder, items shall be

shipped F.O.B. Destination. The seller shall retain title for the risk of transportation, including the filing for loss or damages.

The invoice covering the items is not payable until items are delivered and the contract of carriage has been completed.

Unless the F.O.B. clause states otherwise, the seller assumes transportation and related charges either by payment or

allowance.

VIII. PATENT INDEMNITY

The contractor guarantees to hold the County, its agents, officers or employees harmless from liability of any nature or kind

for use of any copyrighted or uncopyrighted composition, secret process, patented or unpatented invention, articles or

appliances furnished or used in the performance of the contract, for which the contractor is not the patentee, assignee or

licensee.

IX. BID BONDS AND PAYMENT AND PERFORMANCE BONDS (IF REQUIRED)

A five percent (5%) bid bond, a one hundred percent (100%) performance bond, and a one hundred percent (100%) payment

bond must be furnished to Gwinnett County for any bid as required in bid package or document. Failure to submit a bid

bond with the proper rating will result in the bid being deemed non-responsive. Bonding company must be authorized

to do business in Georgia by the Georgia Insurance Commission, listed in the Department of the Treasury’s publication of

companies holding certificates of authority as acceptable surety on Federal bonds and as acceptable reinsuring companies,

and have an A.M. Best rating as stated in the insurance requirement of the solicitation. The bid bond, payment bond, and

performance bond must have the proper an A.M. Best rating as stated in the bid when required in the bid package or

document.

X. DISCOUNTS

A. Time payment discounts will be considered in arriving at net prices and in award of bids. Offers of discounts for

payment within ten (10) days following the end of the month are preferred.

B. In connection with any discount offered, time will be computed from the date of delivery and acceptance at

destination, or from the date correct invoice or voucher is received, whichever is the later date. Payment is deemed

to be made for the purpose of earning the discount, on the date of the County check.

XI. AWARD

A. Award will be made to the lowest responsive and responsible bidder. The quality of the articles to be supplied, their

conformity with the specifications, their suitability to the requirements of the County, and the delivery terms will be

taken into consideration in making the award. The County may make such investigations as it deems necessary to

determine the ability of the bidder to perform, and the bidder shall furnish to the County all such information and

data for this purpose as the County may request. The County reserves the right to reject any bid if the evidence

submitted by, or investigation of such bidder fails to satisfy the County that such bidder is properly qualified to carry

out the obligations of the contract.

B. The County reserves the right to reject or accept any or all bids and to waive technicalities, informalities and minor

irregularities in bids received.

C. The County reserves the right to make an award as deemed in its best interest, which may include awarding a bid to

a single bidder or multiple bidders; or to award the whole bid, only part of the bid, or none of the bid to single or

multiple bidders, based on its sole discretion of its best interest.

XII. DELIVERY FAILURES

Failure of a contractor to deliver within the time specified or within reasonable time as interpreted by the Purchasing

Director, or failure to make replacement of rejected articles/services when so requested, immediately or as directed by the

Purchasing Director, shall constitute authority for the Purchasing Director to purchase in the open market articles/services of

comparable grade to replace the articles/services rejected or not delivered. On all such purchases, the contractor shall

reimburse the County within a reasonable time specified by the Purchasing Director for any expense incurred in excess of

contract prices, or the County shall have the right to deduct such amount from monies owed the defaulting contractor.

Alternatively, the County may penalize the contractor one percent (1%) per day for a period of up to ten (10) days for each

day that delivery or replacement is late. Should public necessity demand it, the County reserves the right to use or consume

articles delivered which are substandard in quality, subject to an adjustment in price to be determined by the Purchasing

Director.

XIII. COUNTY FURNISHED PROPERTY

No material, labor or facilities will be furnished by the County unless so provided in the invitation to bid.

XIV. REJECTION AND WITHDRAWAL OF BIDS

Failure to observe any of the instructions or conditions in this invitation to bid may constitute grounds for rejection of bid.

XV. CONTRACT

Each bid is received with the understanding that the acceptance in writing by the County of the offer to furnish any or all of

the commodities or services described therein shall constitute a contract between the bidder and the County which shall bind

the bidder on his part to furnish and deliver the articles quoted at the prices stated in accordance with the conditions of said

accepted bid. The County, on its part, may order from such contractor, except for cause beyond reasonable control, and to

pay for, at the agreed prices, all articles specified and delivered.

Upon receipt of a bid package containing a Gwinnett County “Sample Contract” as part of the requirements, it is understood

that the bidder has reviewed the documents with the understanding that Gwinnett County requires that all agreements

between the parties must be entered into via this document. If any exceptions are taken to any part, each must be stated in

detail and submitted as part of the bid. If no exceptions are stated, it is assumed that the bidder fully agrees to the provisions

contained in the “Sample Contract” in its entirety.

When the contractor has performed in accordance with the provisions of this agreement, Gwinnett County shall pay to the

contractor, within thirty (30) days of receipt of any department approved payment request and based upon work completed or

service provided pursuant to the contract, the sum so requested, less the retainage stated in this agreement, if any. In the

event that Gwinnett County fails to pay the contractor within sixty (60) days of receipt of a pay requested based upon work

completed or service provided pursuant to the contract, the County shall pay the contractor interest at the rate of ½% per

month or pro rata fraction thereof, beginning the sixty-first (61st) day following receipt of pay requests. The contractor’s

acceptance of progress payments or final payment shall release all claims for interest on said payment.

XVI. NON-COLLUSION

Bidder declares that the bid is not made in connection with any other bidder submitting a bid for the same commodity or

commodities, and that the bid is bona fide and is in all respects fair and without collusion or fraud. An affidavit of non-

collusion shall be executed by each bidder. Collusion and fraud in bid preparation shall be reported to the State of Georgia

Attorney General and the United States Justice Department.

XVII. DEFAULT

The contract may be canceled or annulled by the Purchasing Director in whole or in part by written notice of default to the

contractor upon non-performance or violation of contract terms. An award may be made to the next low responsive and

responsible bidder, or articles specified may be purchased on the open market similar to those so terminated. In either event,

the defaulting contractor (or his surety) shall be liable to the County for costs to the County in excess of the defaulted

contract prices; provided, however, that the contractor shall continue the performance of this contract to the extent not

terminated under the provisions of this clause. Failure of the contractor to deliver materials or services within the time

stipulated on his bid, unless extended in writing by the Purchasing Director, shall constitute contract default.

XVIII. TERMINATION FOR CAUSE

The County may terminate this agreement for cause upon ten days prior written notice to the contractor of the contractor’s

default in the performance of any term of this agreement. Such termination shall be without prejudice to any of the County’s

rights or remedies by law.

XIX. TERMINATION FOR CONVENIENCE

The County may terminate this agreement for its convenience at any time upon 30 days written notice to the contractor. In

the event of the County’s termination of this agreement for convenience, the contractor will be paid for those services

actually performed. Partially completed performance of the agreement will be compensated based upon a signed statement of

completion to be submitted by the contractor, which shall itemize each element of performance.

XX. DISPUTES

Except as otherwise provided in the contract documents, any dispute concerning a question of fact arising under the contract

which is not disposed of shall be decided after a hearing by the Purchasing Director, who shall reduce his/her decision to

writing and mail or otherwise furnish a copy thereof to the contractor. The decision of the procurement agent shall be final

and binding; however, the contractor shall have the right to appeal said decision to a court of competent jurisdiction.

XXI. SUBSTITUTIONS

Bidders offering and quoting on substitutions or who are deviating from the attached specifications shall list such deviations

on a separate sheet to be submitted with their bid. The absence of such a substitution list shall indicate that the bidder has

taken no exception to the specifications contained herein.

XXII. INELIGIBLE BIDDERS

The County may choose not to accept the bid of a bidder who is in default on the payment of taxes, licenses or other monies

due to the County. Failure to respond to three (3) consecutive times for any given commodity/service may result in removal

from the supplier list under that commodity/service.

XXIII. OCCUPATION TAX CERTIFICATE

Each successful bidder shall provide evidence of a valid Gwinnett County occupation tax certificate if the bidder maintains

an office within the unincorporated area of Gwinnett County. Incorporated, out of County, and out of State bidders are

required to provide evidence of a certificate to do business in any town, County or municipality in the State of Georgia, or as

otherwise required by County ordinance or resolution.

XXIV. PURCHASING POLICY AND REVIEW COMMITTEE

The Purchasing Policy and Review Committee has been established to review purchasing procedures and make

recommendations for changes; resolve problems regarding the purchasing process; make recommendations for

standardization of commodities, schedule buying, qualified products list, annual contracts, supplier performance (Ineligible

Source List), and other problems or requirements related to Purchasing. The Purchasing Policy & Review Committee has

authority to place suppliers and contractors on the Ineligible Source List for reasons listed in Part 6, Section II of the

Gwinnett County Purchasing Ordinance.

XXV. AMERICANS WITH DISABILITIES ACT

All contractors for Gwinnett County are required to comply with all applicable sections of the Americans with Disabilities

Act (ADA) as an equal opportunity employer. In compliance with the Americans with Disabilities Act (ADA), Gwinnett

County provides reasonable accommodations to permit a qualified applicant with a disability to enjoy the privileges of

employment equal to those employees with disabilities. Disabled individuals must satisfy job requirements for education

background, employment experience, and must be able to perform those tasks that are essential to the job with or without

reasonable accommodations. Any requests for the reasonable accommodations required by individuals to fully participate in

any open meeting, program or activity of Gwinnett County should be directed to Michael Plonowski, Human Relations

Coordinator, 75 Langley Drive, Lawrenceville, Georgia 30046, 770-822-8015.

XXVI. ALTERATIONS OF SOLICITATION AND ASSOCIATED DOCUMENTS

Alterations of County documents are strictly prohibited and will result in automatic disqualification of the firm’s solicitation

response. If there are “exceptions” or comments to any of the solicitation requirements or other language, then the firm may

make notes to those areas, but may not materially alter any document language.

XXVII. TAX LIABILITY

Local and state governmental entities must notify contractors of their use tax liability on public works projects. Under

Georgia law, private contractors are responsible for paying a use tax equal to the sales tax rate on material and equipment

purchased under a governmental exemption that is incorporated into a government construction project: excluding material

and equipment provided for the installation, repair, or expansion of a public water, gas or sewer system when the property is

installed for general distribution purposes. To the extent the tangible personal property maintains its character (for example

the installation of a kitchen stove), it remains tax-exempt. However, if the installation incorporates the tangible personal

property into realty, e.g., the installation of sheetrock, it becomes taxable to the private contractor.

See O.C.G.A. 48-8-3(2) and O.C.G.A. 48-8-63

XVIII. STATE LAW REGARDING WORKER VERIFICATION Effective July 1, 2013 State Law requires that all who enter into a contract for the physical performance of services for

all labor or service contract(s) that exceed $2,499.99 (except for services performed by an individual who is licensed pursuant

to Title 26, Title 43, or the State Bar of Georgia) for the County, must satisfy the Illegal Immigration Reform and

Enforcement Act, in all manner, and such are conditions of the contract.

The Purchasing Division Director with the assistance of the Performance Analysis Division shall be authorized to conduct

random audits of a contractor’s or subcontractors’ compliance with the Illegal Immigration Reform and Enforcement Act and

the rules and regulations of the Georgia Department of Labor. The contractor and subcontractors shall retain all documents

and records of its compliance for a period of five (5) years following completion of the contract. This requirement shall apply

to all contracts for all labor or service contracts that exceed $2,499.99 except for services performed by an individual who is

licensed pursuant to Title 26, Title 43, or the State Bar of Georgia.

Whenever it appears that a contractor’s or subcontractor’s records are not sufficient to verify the work eligibility of any

individual in the employ of such contractor or subcontractor, the Purchasing Director shall report same to the Department of

Homeland Security and may result in termination of the contract if it is determined at any time during the work that the

contractor/or subcontractor is no longer in compliance with the Illegal Immigration Reform and Enforcement Act.

State Law requires that all who enter into a contract for public works as defined by O.C.G.A. 36-91-2(10) for the County

must satisfy the Illegal Immigration Reform and Enforcement Act of 2011, in all manner, and such are conditions of the

contract.

By submitting a bid to the County, contractor agrees that, in the event the contractor employs or contracts with any

subcontractor(s) in connection with the covered contract, the contractor will secure from the subcontractor(s) such

subcontractor(s’) indication of the employee-number category applicable to the subcontractor, as well as attestation(s) from

such subcontractor(s) that they are in compliance with the Illegal Immigration Reform and Enforcement Act of 2011.

Original signed, notarized Subcontractor Affidavits and Agreements must be submitted to the County.

The Purchasing Division Director with the assistance of the Performance Analysis Division shall be authorized to conduct

random audits of a contractor’s or subcontractors’ compliance with the Illegal Immigration Reform and Enforcement Act of

2011 and the rules and regulations of the Georgia Department of Labor. The contractor and subcontractors shall retain all

documents and records of its compliance for a period of three (3) years following completion of the contract. This

requirement shall apply to all contracts for the public works as defined by O.C.G.A. 36-91-2(10) where any persons are

employed on the County contract.

Whenever it appears that a contractor’s or subcontractor’s records are not sufficient to verify the work eligibility of any

individual in the employ of such contractor or subcontractor, the Purchasing Director shall report same to the Department of

Homeland Security.

A contractor’s failure to participate in the federal work authorization program as defined by the Illegal Immigration Reform

and Enforcement Act of 2011 shall be sanctioned by termination of the contract. If it is determined that a subcontractor is not

participating in the federal work authorization program as defined by the Illegal Immigration Reform and Enforcement Act of

2011, Gwinnett County may direct the contractor to terminate that subcontractor. A contractor’s failure to follow Gwinnett

County’s instruction to terminate a subcontractor that is not participating in the federal work authorization program as

defined by the Illegal Immigration Reform and Enforcement Act of 2011 may be sanctioned by termination of the contract.

XXIX. SOLID WASTE ORDINANCE

No individual, partnership, corporation or other entity shall engage in solid waste handling except in such a manner as to

conform to and comply with the current Gwinnett County Solid Waste Ordinance and all other applicable local, state and

federal legislation, rules, regulation and orders.

XXX. GENERAL CONTRACTORS LICENSE

Effective July 1, 2008: All General Contractors must have a current valid license from the State Licensing Board for

Residential and General Contractors, unless specifically exempted from holding such license pursuant to Georgia law

(O.C.G.A. Section 43-41-17).

XXXI. INDEMNIFICATION To the fullest extent permitted by law, the Contractor shall, at his sole cost and expense, indemnify, defend, satisfy all

judgments, and hold harmless the County, the engineer, and their agents and employees from and against all claims,

damages, actions, judgments, costs, penalties, liabilities, losses and expenses, including, but not limited to, attorney's fees

arising out of or resulting from the performance of the work, provided that any such claim, damage, action, judgment, cost,

penalty, liability, loss or expense (1) is attributable to bodily injury, sickness, disease, or death, or to injury to or

destruction of tangible property (other than the work itself) including the loss of use resulting therefrom, and (2) is caused

in whole or in part by any act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by

any of them or anyone for whose acts any of them may be liable, regardless whether such claim is caused in part by a party

indemnified hereunder. Such obligation shall not be construed to negate, abridge or otherwise reduce any of the rights or

obligations of indemnity which would otherwise exist as to any party or person described in this agreement. In any and all

claims against the County, the engineer, or any of their agents or employees by any employee of the Contractor, any

subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable,

the indemnification obligation contained herein shall not be limited in any way by any limitation on the amount or type of

damages, compensation, or benefits payable by or for the Contractor or any subcontractor under Worker's Compensation

Acts, disability benefit acts, or other employee benefit acts.

XXXII. CODE OF ETHICS:

“Proposer/Bidder” shall disclose under oath the name of all elected officials whom it employs or who have a direct or indirect

pecuniary interest in the business entity, its affiliates, or its subcontractors. The “Proposer/Bidder” shall execute a Code of

Ethics affidavit. Failure to submit the affidavit during the bid or proposal process shall render the bid or proposal non-

responsive.

The act of submitting false information or omitting material information shall be referred to the Purchasing Policy & Review

Committee for action pursuant to the Purchasing Ordinance or to the District Attorney for possible criminal prosecution.

Any business entity holding a contract with Gwinnett County that subsequent to execution of the contract or issuance of the

purchase order employs, subcontracts with, or transfers a direct or indirect pecuniary interest in the business entity to an

elected official shall within five (5) days disclose such fact in writing under oath to the Clerk of the Board of Commissioners.

Failure to comply shall be referred to the Purchasing Policy & Review Committee for action pursuant to the Purchasing

Ordinance or to the District Attorney for possible criminal prosecution.

Note: See Gwinnett County Code of Ethics Ordinance EO2011, Sec. 60-33. The ordinance will be available to view in its

entirety at www.gwinnettcounty.com.

XXXIII. PENDING LITIGATION:

A bid submitted by an individual, firm or business who has litigation pending against the County, or anyone representing a

firm or business in litigation against the County, not arising out of the procurement process, will be disqualified.

XXXIV. ELECTRONIC PAYMENT

Vendors accepting procurements should select one of Gwinnett County’s electronic payment options.

1. A vendor may select ePayables payment process which allows acceptance of Gwinnett County’s virtual credit card as

payment for outstanding invoices. The authorized vendor representative must send an email to:

[email protected] and indicate the desire to enroll in Gwinnett County’s virtual credit card

payment process.

2. A vendor may select Direct Deposit payment process and the payment will be deposited directly into an account at their

designated financial institution. To securely enroll in Direct Deposit, either access your online Vendor Login and Registration on

the County’s web site and update the requested information on the Direct Deposit tab or mail a Direct Deposit Authorization

Agreement form.

The County will send a Payment Advice notification via email for both payment types.

For more information about Electronic Payments, please go to the Treasury Division page on the County’s Web Site or click here

Gwinnett County Electronic Payments.

DIRECTIONS TO GJAC BUILDING FROM I-85

Take I-85 to Georgia Highway 316 (Lawrenceville/Athens exit). Exit Highway 120 (Lawrenceville/Duluth exit) and turn right. At

sixth traffic light, turn right onto Langley Drive. Cross Highway 29 through the traffic light and cross at the 4-way stop sign. The

public parking lot is on the left and the Purchasing Division is located in the Administrative Wing.