Home
INVITATION TO BID - Center for Digital Government
Contents
1. Continuous Scale 7 2 6 White Vinyl Photo Scales 8 2 6 Gray Vinyl Photo Scales 9 2 6 Black Vinyl Photo Scales 10 2 6 Yellow Vinyl Photo Scales 1 2 2 White Vinyl Photo Scales 12 2 2 Gray Vinyl Photo Scales 13 2 2 Black Vinyl Photo Scales 14 2 2 Yellow Vinyl Photo Scales 15 2 2A Photo Scale metric and inch 16 1 6 Yellow Magnetic Scale 17 1 6 White Magnetic Scale 18 1 6 Black Magnetic Scale 19 1 6 Gray Magnetic Scale 20 1 2 Yellow Magnetic Scale 21 1 2 White Magnetic Scale 22 1 2 Black Magnetic Scale 23 1 2 Gray Magnetic Scale 24 1 2M Magnetic Scale 25 Folding Reference Scale 26 Photo Mark Evidence Markers Number 1 50 27 1 Roll of 20 mm Adhesive Photo Scales 28 50 pk of 2 White Adhesive Scales 29 50 pk of 2 Gray Adhesive Scales 30 50 pk of 2 Black Adhesive Scales 31 Set of Five Photo Mark Direction Arrows 32 Large Pad Photo Identifier Cards P BSV Master Serology Evidence Kit Luminol Reagent Spray Bottle and Mixing Bottle Phenolphtalein Presumptive Blood Test Kit Gloves Filter and Sterile Collection Materials Detailed Instructions Sterile Water Vials Sterile Cotton Swabs and Gauze Pads Page 26 of 54 rk cae a a ye MINIMUM REQUIREMENT Collection Preservation Envelopes Q BSV Master Latent Print Kit Latent Print Powders 1 Go gt an SR menogs a b WoR TR
2. Please explain any No answers by number This list is a guideline and by no means exhaustive The County will review these efforts along with other documents towards assessing the bidder proposer s efforts to meet the owner s LSBE Participation benchmark If you require assistance in identifying certified bona fide LSBEs please contact the Purchasing and Contracting Department Contract Compliance Division at 404 371 4795 A copy of the list of LSBEs certified by the DeKalb County Government Purchasing and Contracting Department Contract Compliance Division is available on our website at www yourdekalb com COMPLETION OF THIS ENTIRE FORM IS MANDATORY Failure to complete and submit this entire form may result in your bid proposal being rejected Page 45 of 54 Invitation No 3002749 P amp C Form No 7 Rev 1 31 07 Page 4 DEKALB COUNTY LOCAL SMALL BUSINESS ENTERPRISE SCHEDULE OF PARTICIPATION MINORITY WOMEN BUSINESS ENTERPRISE OPPORTUNITY TRACKING FORM Bidder Proposer Statement of Compliance Bidder s Proposer s hereby state that they have read and understand the requirements and conditions as set forth in the objectives and that reasonable effort were made to support the County in providing the maximum practicable opportunity for the utilization of LSBEs consistent with the efficient and economical performance of this contract The Bidder and any subcontractors shall file compliance reports at reasonable time
3. 1 oz Evidence Cans 3 40z Evidence Cans E BSV Advanced Silicone Casting Kit ee ee 10 11 12 13 Copolymer Carrying Case 19 1x 11 W x 10 H 8 Ibs Silicone Casting Rubber 12 8 oz Silicone Catalyst 3 ml Silicone Accelerant Solution 64 oz Dust Sand and Dirt Hardener Solution 8 oz Hardener Solution Spray Bottle 8 oz Pump Head Cleaning Solution 6 56 oz Snow Impression Wax Hardener Aerosol 11 5 oz Acrylic Sand and Dirt Hardener Aerosol 4 Flexible Mixing Bowl S M L and XL 8 oz Casting Dams Molding Clay 9 oz Casting Release Spray Aerosol Cast Cleaning Brush 14 15 16 Mixing Spatula 16 Tape Measure Footprint Casting Frame Page 23 of 54 MINIMUM REQUIREMENT 17 25 Evidence Tags with Ties 18 Evidence Marking Crayon Black 19 Pipette 20 3 Plastic Trowels S M and L Invitation No 3002749 BIDDER STATE YES OR NO IF COMPLAINT F BSV Barrier Tap with BSV Barrier Tape Dispenser 1 1 3 x 1000 roll G BSV Bullet Hole Test Kit Lead amp Copper H BSV Forensic Entomology Kit 1 ea Kit Case 10 ea Entomology Log Sheet for Samples 10 ea Forensic Entomology Data Form 10 ea Temperature Calibration Form 1 ea Instruction Booklet 1 ea Set of 7 Nesting Specimen Containers 1 ea ABFO Photomacrographic Scale 2 ea Blunt Tip Disposable Forceps 1 ea Killing Jar 16 oz 10 1 ea Insect Net 11 1 ea KAA Chemical 12 oz
4. Do not mail the certificates to DeKalb County Courthouse Decatur GA 30030 Thank you for your cooperation as it will enable you to proceed with the work in an expeditious manner Page 54 of 54
5. Gun Blueing Solution 1 8 oz Acidified Peroxide Solution Z BSV DNA Trace Evidence Collection Kit J X SAFETY 6 6 Sterile Wood Handle Cotton Swabs 2 pk 12 3 ml Sterile Water Vials 12 Swab Boxes 10 3 x 6 White Coin Envelopes 2 3 4 5 10 2 x 4 Glassine Envelopes 6 7 8 9 1 10 SPEX Guard 3 4 x 3 Red Evidence Strips 3 11 Disposable Scalpels 6 Sterile Disposable Tweezers Smooth Tip 1 Magni Pak Magnifier 4x 5x amp 9x Magnification 0 1 Durable Nylon Bag with Foam Insert A Fire Extinguishers L 2 Two 2 5 Ib rated ABC fire extinguishers with mounting brackets shall be furnished with the vehicle The extinguishers shall be installed one at front of body and one at rear of body B Carbon Monoxide Monitor Page 29 of 54 Invitation No AOAI BIDDER STATE YES OR NO IF COMPLAINT Invitation No 3002749 MINIMUM REQUIREMENT BIDDER STATE YES OR NO IF COMPLAINT 1 A carbon monoxide monitor shall be installed in the laboratory area C Smoke Detector 1 A smoke detector shall be installed in the laboratory area D Color Paint to match cab using Ditzler Acrylic Enamel or equal Paint inside outside and undersides of compartments before door gaskets are installed XI Bidder fill in below the brand name model or identification number year model and installer of body and hoi
6. and other limitations of the invitation for bids are accepted Bidder state payment terms including time payment discount s See Form 3 Paragraph 5 Page 3 of 54 Invitation No 3002749 PRICE SCHEDULE COMMODITIES OR SERVICES TOTAL AMOUNT Truck Cab and Chassis Mobile Crime Scene Lab ordered per specification and notes below NOTES TO SUPPLIER NOTE 1 Title Application and Manufacturer s Statement of Origin to be made out to DeKalb County Georgia 1300 Commerce Drive Decatur GA 30030 NOTE 2 DATA SHEET See Page 37 paragraph XXIV for Data Sheet requirements Internal Use Only 498630 End Price Schedule Page 4 of 54 Invitation No 3002749 MINIMUM TECHNICAL SPECIFICATIONS FOR TRUCK CAB AND CHASSIS MOBILE CRIME SCENE LAB MOUNTED AND READY FOR OPERATION Vehicle must comply with Federal and State laws and regulations as applicable on date of delivery concerning automotive equipment and conditions and will be complete with standard equipment and all extra equipment as specified Bidder will fill in the following information as applicable to vehicle offered MINIMUM REQUIREMENT BIDDER STATE YES OR NO IF COMPLAINT I CHASSIS A Chassis Detail 1 Make Hino 2 Model 258LP Dimensions 1 GVWR 25 950 2 Wheelbase Bidder State 3 CA 149 6 Axle and Suspensions Front axle capacity 8 000 pounds Front spring capacity 8
7. c Unit price for each unit bid on shall be shown and such price shail include packing unless otherwise specified A total skall be entered in the Amount column of the Schedule for each item bid on In case of discrepancy between a unit price and extended price the unit price will be presumed to be correct d When not otherwise specified bidder must definitely state time of proposed delivery e TIME OF DELIVERY Do not use words such as Immediate As soon as Possible etc state the exact earliest date or the minimum number of calendar days required after receipt of order If calendar days are used Saturday Sunday and holidays in the number EXPLANATIONS TO BIDDERS Any explanation desired by a bidder regarding the meaning or interpretation of the Invitation to Bid drawings specification etc must be requested in writing and with sufficient time allowed for a reply to reach bidders before the submission of their bids If any statement in the bidding documents specifications plans etc appear ambiguous to the bidder the bidder is specifically instructed to make a written request to the Purchasing and Contracting Department as outlined in the preceding sentences Any information given to a prospective bidder concerning an nvitation to Bid will be furnished to all prospective bidders as an addendum to the Invitation if such information is necessary to bidders in submitting bids on the Invitation or if the lack of such inform
8. 12 1 ea 80 ETOH 12 oz 13 1 ea Ethyl Acetate 12 oz 14 4 ea Vented Container 16 oz 15 1 ea Trowel 16 10 ea Plastic Spoon 17 1 ea Dial Thermometer 18 1 ea Vermiculite 16 oz 19 1 ea Sawtooth Evidence Tape Red 20 3 ea Wide Mouth Sample Containers 90 ml 21 16 ea Vials with Cap 20 ml 22 15 ea Aluminum Foil Squares 23 50 ea Non Adhesive Paper Labels 24 50 ea Adhesive Paper Labels 25 2 ea Mechanical Pencils 26 24 ea Towelettes 27 12 ea Large Nitrile Barrier Gloves 28 12 ea X Large Nitrile Barrier Gloves Opo a OY ee a I BSV Gunpowder Particle Detection Kit Eight complete sets of gunpowder detection reagents Gunpowder detection paper Gunpowder particle collection sheets Spray bottles Instructions adele ist aa Page 24 of 54 MINIMUM REQUIREMENT J BSV Firearms Residue Detection Kit Lead and Copper 1 Eight sets pre measured reagents in spray bottles with instructions Invitation No 3002749 BIDDER STATE YES OR NO IF COMPLAINT K BSV Investigator Thief Detection Kit A jar of Visible Thief Detection Powder A visible powder applicator brush A jar of Fluorescent Thief Detection Powder A fluorescent powder applicator brush A tube of Thief Detection Paste A tube of Fluorescent Thief Detection Paste Applicator Swabs Packaged in a sturdy case with foam insert FEN i Ga L BSV Laser Trajectory Kit 1 4 3 8 Steel Protrusion Ro
9. 3002749 f P amp C Form 7 Rev 01 28 09 Page 5 EXHIBIT B LETTER OF INTENT TO FERFORM AS A SUBCONTRACTOR OR PROVIDE MATERIALS OR SERVICES This form must be completed by ALL known sub contractors and submitted with the bid proposal Photocopies of this form are acceptable Complete a form for each sub contractor To Name of Prime Contractor Firm From OLSBE OMBE O WBE Name of Subcontractor Firm Check all that apply ITB REP Number Project Name The undersigned i is prepared to perform the following described work or provide materials or services in connection with the above ify in detail particular work items materials or services to be performed or Project of Estimated Commence Date Contract Award Dollar Amount Prime Contractor Sub Contractor Signature Signature Title Title Date Date Please Submit Form with Bid Documents COMPLETION OF THIS ENTIRE FORM IS MANDATORY Failure to complete and submit this entire form may result in your bid proposal being rejected Page 47 of 54 PS JO 8p 3ed 01 07 FORM 7B oUNTrY Sp fo wee PRIME CONTRACTOR LSBE UTILIZATION REPORT Please complete a separate form for each contract This report must be submitted with each request for payment and not less than monthly along with a copy of your monfi yi invoice schedule of values payment application to the Contract Compliance Division Failureto comply may result in the County
10. 53 of 54 Invitation No 3002749 Purchasing amp Contracting Form No 25 page 2 7 28 00 IV VI 3 6 10 Certificates to contain the location and operations to which the insurance applies Certificates to contain successful contractor s protective coverage for any subcontractor s operations If this coverage is included in General Liability please indicate on the Certificate of Insurance Certificates to contain successful contractor s contractual insurance coverage If this coverage is included in the General Liability please indicate this on the Certificate of Insurance Certificates are to be issued to DeKalb County Georgia DeKalb County Courthouse Decatur Georgia 30030 The successful contractor shall mail insurance documents listed in this form to DeKalb County Department of Purenasing and Contracting The Maloof Center 2 Floor 1300 Commerce Drive Decatur Georgia 30030 The successful contractor shall be wholly responsible for securing certificates of insurance coverage as set forth above from all subcontractors who are engaged in this work Ask your insurance agent to review the form after it is typed so that the form will not have to be returned because the typist omitted a policy number some other obvious omission or made a material typographical error Your insurance company or agent must mail or bring an original coverage certificate to the address listed in Section III 9
11. ANY QUANTITIES LESS THAN THOSE SPECIFIED AND THE COUNTY RESERVES THE RIGHT TO MAKE AN AWARD ON ANY ITEM FOR A QUANTITY LESS THAN THE QUANTITY BID UPON AT THE UNIT PRICES OFFERED UNLESS THE BIDDER SPECIFIES OTHER WISE IN HIS BID 8 COUNTY FURNISHED PROPERTY No material labor or facilities will be furnished by the County unless otherwise provided for in the Invitation 9 FAILURE TO BID In the event no bid is to be submitted do not return the Invitation unless otherwise specified Failure of the recipient to bid or to notify the issuing office that future invitations are desired may result in removal of the name of such recipient from the mailing list for the type of supplies covered by the Invitation 10 Failure to observe any of the instructions and conditions in this Invitation to Bid may constitute grounds for rejection 11 Items offered in this bid must comply with all Federal State and local laws and regulations as applicable on date of delivery Page 52 of 54 Invitation No 3002749 Purchasing amp Contracting Form No 25 7 28 00 Ik HI INSURANCE REQUIREMENTS IMPORTANT NOTICE IMPORTANT NOTICE IMPORTANT PLEASE READ CAREFULLY amp FOLLOW INSTRUCTIONS LISTED HEREIN If the County sends to you notice of Award on this bid take this form to your insurance agent as this form contains requirements that may be non standard in the insurance industry Instruct your insurance agent that the Count
12. Bags 100 3 12 x 6 Kraft Envelopes 100 9 x 5 Check Bags 100 6 x 9 Write on Bags 100 9 x 12 Twin Seal Bags 100 Roll Evidence ID Circles 100 Chain of Custody Labels PPRP 2 Latent Print Powders 2 oz Standard Black Powder 2 oz Standard White Powder 2 oz Standard Gray Powder 2 oz Red Fluorescent Powder 2 oz Green Fluorescent Powder 2 oz Orange Fluorescent Powder 1 oz Magnetic Black Powder 1 oz Magnetic Gray Powder 1 oz Magnetic Fluorescent Green Powder 1 oz Magnetic Fluorescent Orange Powder rg mo ae op 3 Brushes a 3 Fiber Brushes b 3 Feather Brushes c Commando Magnetic Applicator 4 Lifting Supplies a 2 Clear Lifting Tape b 2 Polyethylene Lifting Tape c 1 Roll Remco Rough Lift Tape Page 21 of 54 MINIMUM REQUIREMENT 2 2 Tape Dispenser 25 2 x 2 Transparent C Lift 25 2 x 4 Transparent C Lift 25 4 x 4 Transparent C Lift Invitation No 3002749 BIDDER STATE VES OR NO IF COMPLAINT Bi wo a 2 5 2 x 14 4 Transparent Gel Lifter 7 Backing Cards a 100 4 x 5 White b 100 4 x 5 Black Scales 12 Metric English Roll of Continuous Adhesive Photo Scale 1 6 Yellow Magnetic Scale 1 6 White Magnetic Scale 1 6 Black Magnetic Scale 1 6 Gray Magnetic Scale 1 2 Yellow Magnetic Scale 1 2 White Magnetic Scale 1 2 Black Magnetic Scale 1 2 Gray Mag
13. DOCUMENTS YOU MAY WANT TO CONSIDER A COURIER THAT WILL DELIVER TO SPECIFIC ADDRESSES BIDDERS SHOULD REGULARLY CHECK OUR WEB SITE WHERE BID UPDATES AND ADDENDA WILL BE POSTED CAUTION READ ALL INSTRUCTIONS CONDITIONS SPECIFICATIONS ETC IN DETAIL ALL BIDDERS ARE RESPONSIBLE FOR RESPONDING TO THIS BID PACKAGE SPECIFICALLY AS SET FORTH IN THE DOCUMENT HEREIN FAILURE TO DO SO COULD MEAN BEING FOUND NON RESPONSIVE AND YOUR BID MAY NOT BE CONSIDERED Page 2 of 54 Invitation No 3002749 P amp C Form 17 2 Page Rev 07 08 09 ITB Page 3 THE OFFICIAL PURCHASING amp CONTRACTING DEPARTMENT WEB SITE IS http yourdekalb com purchasing index html All bids must be either typewritten or filled in with pen and ink and must be signed in ink by an officer or employee having authority to bind the company or firm Errors corrections or changes on any __ document must be initialed by the signatory of the bid Bidders will not be allowed to modify their bids after the designated opening date and time FIRST PAGE IS TO BE SIGNED AND RETURNED WITH YOUR BID The enclosed or attached bid in response to Invitation No 3002749 is a firm offer as defined by Section O C G A 11 2 205 of the Code of Georgia Georgia Laws 1962 pages 156 178 by signatory This offer shall remain open for acceptance for a period of ninety calendar days from the date of the opening of the bids as set out in the invitation for bids The terms conditions
14. Invitation No 3002749 BIDDER STATE YES OR NO IF COMPLAINT a 20z Standard Black Powder 2 oz Standard White Powder 2 oz Standard Dual Print Powder 2 oz Standard Copper Powder 1 oz Magnetic Black Powder 1 oz Magnetic White Powder I oz Magnetic Dual Print Powder 1 oz Print Glo Powder Brushes 4 Fiber Brushes Magnetic Applicator NT Supplies 1 4 Lifting Tape 4 Lifting Tape 25 2 x 2 White C Lifts 25 2 x 2 Black C Lifts 25 2 x 2 Transparent C Lifts Text Lift Backing Cards a b PORBRrRET Oro moe ao op 100 3 x 5 White 100 3 x 5 Black scales 2 6 White Photo Scales 2 6 Black Photo Scales 2 6 Gray Photo Scales 2 6 Yellow Photo Scales 1 6 Yellow Magnetic Scale 1 6 White Magnetic Scale 1 6 Black Magnetic Scale 1 6 Gray Magnetic Scale 1 2 Yellow Magnetic Scale 1 2 White Magnetic Scale 1 2 Black Magnetic Scale i 2 Gray Magnetic Scale 2M Magnetic Scale 2 6 Transparent Photo Scale Continuous Roll of Adhesive Photo Scale Roll of 20mm Adhesive Scales Page 27 of 54 Invitation No 3002749 MINIMUM REQUIREMENT BIDDER STATE YES OR NO IF COMPLAINT q 25 Measuring Tape 6 Tools a ETE a Pocket Print Elimination Kit al b Sharpie Marker c Handy Tool Set d U V Lamp e 6 Pair of Latex Gloves f Tweezers g
15. J1292 requirements and shall have type SXL high temperature thermoplastic insulation conforming to SAE J1127 and J1128 2 All wire shall be of a gauge size to carry 125 of the current required without overheating Where practical all wires shall be routed in high temperature looms with a rating of 300 degrees Fahrenheit 3 All conductors shall be annealed copper with machine crimps 4 Wiring harnesses shall be assembled and warranted by the vehicle manufacturer 5 All 110VAC wiring shall be fully tinned type 3 stranded copper round safety duplex boat cable approved by Underwriters Laboratories UL Page 16 of 54 6 Invitation No 3002749 MINIMUM REQUIREMENT BIDDER STATE VES OR NO IF COMPLAINT The safety color coding of black and white conductors with a green ground conductor are found inside of a white jacket with non wicking fiber fillers to maintain a round shape This cable should be UL listed boat cable 600V with a 105 C temperature rating and meets all F approvals from ABYC and United States Coast Guard Electric Control Center 1 A dedicated cabinet will house the electrical components Solenoids relays circuit breakers shall be behind a door and are to be mounted securely to the inside of the electrical control center The door shall hinge out of the way for free movement and for ease of maintenance and repair and shall have a latch to secure the door and be large enough
16. Scalpel h Scribe i Magni Pak Magnifier 7 Case a Aluminum with Shoulder Strap with Key R BSV Postmortem Tissue Builder Kit SV aa Regular Formula Tissue Builder Forming Formula Tissue Builder Syringes Finger Cleaning Solution Syringe Cleaning Solution All items should be packaged in a plastic case S BSV Postmortem Kit Oe ee Carrying Case 2 Round Ink Pad 50 Right Hand Card Strips 50 Left Hand Card Strips 12 Ink Removal Towelettes One 1 Print Spoon T BSV Basic Fingerprint Kit with Folding Fingerprint Unit with Semi Inkless Pad MR Sie 1 ea Copolymer Carrying Case 12 1 8 x 7 x 5 1 ea Semi Inkless Pad 3 1 2 x 4 4 with nonskid rubber feet 1 ea Single Cardholder with nonskid rubber feet 25 ea Ink Remover Towelettes 25 ea Criminal Fingerprint Record Cards U BSV Bluestar Forensic Kit 1 1 160z bottle chemiluminescencent reagent 2 3 catalyst tablets 3 4 User Manual 1 Fine Mist Atomizer Page 28 of 54 MINIMUM REQUIREMENT _V BSV Iodine Fuming Kit A Aw RN E Traditional Glass Tube Iodine Fuming Apparati Drying Crystal Filter Wool Iodine Crystals Sturdy Plastic Carrying Case One way check valve W BSV SPR Master Processing Kit 1 6 Black SPR Vials 2 6 White SPR Vials 3 4 5 Spray Bottles 1 Mixing Bottle Instructions X BSV DFO 1 8 Diazafluoren 9 One Y BSV Cartridge Case Development 1 2 1 8 oz
17. all newly hired employees or subcontractors b by affidavit the contractor must attest to the contractor s name address user identification number date of authorization and verification of the continual participation throughout the contract period and c the affidavit shall become a part of the covered contract and must be attached No contractor or subcontractor who enters into a contact with the County shall enter into such a contract or subcontract in connection with the physical performance of services within Georgia unless the contractor or subcontractor registers and participates in the federal work authorization program to verify information of all newly hired employees Any employee contractor or subcontractor of such contactor or subcontractor shall also be required to satisfy the requirements of O C G A 13 10 91 as amended Upon contracting with a new subcontractor a contractor or subcontractor shall as a condition of any contract or subcontract entered into pursuant to O C G A 13 10 91 as amended agree to provide the County with notice of the identity of any and all subsequent subcontractors hired or contracted by the contractor or subcontractor Such notice shall be provided within five 5 business days of entering into a contract or agreement for hire with any subcontractor Such notice shall include an affidavit from each subsequent contractor attesting to the subcontractor s name address user identification n
18. omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type size and design are to be used All workmanship is to be first quality All interpretations of this specification shall be made upon the basis of this statement with County interpretation to prevail OPEN RECORDS ACT Without regard to any designation made by the person or entity making a submission DeKalb County considers all information submitted in response to this Invitation to be public record that will be disclosed upon request pursuant to the Georgia Open Records Act O C G A 50 18 7 et seq without consulting or contacting the person or entity making the submission unless a court order is presented with the submission You may wish to consult an attorney or obtain legal advice prior to making a submission Page 34 of 54 Invitation No 3002749 GENERAL TERMS AND CONDITIONS XIV WARRANTY AND EXTENDED WARRANTY ITEM NO 1 A WARRANTY AND OR GUARANTY The bidder will state below or will furnish a separate letter attachment which fully explains the conditions of Warranty and or Guaranty If no Warranty and or Guaranty is applicable it must be so stated NOTE FAILURE TO RESPOND TO THE REQUIREMENTS OF THIS PARAGRAPH MAY RESULT IN THE BID BEING UNCONSIDERED B Bidder will indicate below items included in the STAND
19. the Ordinance will apply It is the objective of the Chief Executive Officer and Board of Commissioners of DeKalb County to provide maximum practicable opportunity for all businesses to participate in the performance of government contracts including Local Small Business Enterprises LSBE Minority Business Enterprises MBE and Women Business Enterprises WBE To achieve this purpose the County would like to track and record information about participating vendors The attached Exhibit A also records who performs work and renders services to the County Contractors are requested to indicate whether they are a LSBE MBE or WBE and list the level of participation by subcontractors designated as such on each solicitation COMPLETION OF THIS ENTIRE FORM IS MANDATORY Failure to complete and submit this entire form may result in your bid proposal being rejected Page 43 of 54 Invitation No 3002749 P amp C Form No 7 Rev 1 31 07 Page 2 EXHIBIT A SCHEDULE OF LOCAL SMALL BUSINESS ENTERPRISE PARTICIPATION MINORITY WOMEN BUSINESS ENTERPRISE OPPORTUNITY TRACKING FORM As specified Bidders and Proposers are to present the details of LSBE MBE AND WBE participation below PRIME BIDDER PROPOSER SOLICITATION NUMBER ____ TITLE OF UNIT OF WORK 1 My firm as the prime bidder proposer on this unit of work is a certified check all that apply LSBE DeKalb LSBE MSA MBE WBE 2 If you are a Certified LSBE MBE
20. 0 RDS 6 speed 2 Transmission oil cooler mounted in front of radiator 3 PTO provision Wheels and Tires 1 Wheels Seven 19 5 x 6 75 8 stud 2 Tires Seven 245 70R 19 5 16 ply 3 Spare Wheel to be shipped loose Factory installed power steering Miscellaneous Power steering with Tilt amp Telescopic steering column Cruise control Cup Holders Cigarette Lighter Trucklite LED marker lamps stop tail lights back up lights side flasher lights Windshield wipers 2 speed electric intermittent Heater and defroster Exhaust tailpipe to extend beyond body Tow Hooks 2 Front Dome courtesy light woe See f Se OND Page 6 of 54 Invitation No 3002749 MINIMUM REQUIREMENT BIDDER STATE YES OR NO IF COMPLAINT M Bidder fill in below the brand name model or identification number and year model of cab and chassis offered in bid H BODY Brand Name and Model or Identification Number Year Model A Dash Mounted Control Center L 2 3 4 Furnish and install one dash mounted control box in vehicle chassis cab Console should be devoid of sharp edges to insure occupant safety Console shall be custom sized to vehicle Console shall be designed to allow clearance for crawl through option B Body Construction Characteristics l 2 w C Roof The aft custom body shall be 216 long and completely designed and manufactured in a single
21. 000 Ib rating Rear axle capacity 17 500 pounds Rear axle ratio approximately 4 11 to 1 Rear springs semi elliptic main capacity 19 000 Ib rating Stabilizer bars front and rear H D Shock Absorbers front and rear H D SD ON Oe oe Brakes 1 Hydraulic dual circuit with Antilock Brake System 2 Front and rear 15 375 front disc rear drums Cab Color White Ditzler Acrylic Enamel 8000 or equal Color code plate to be installed under hood or on door post Interior Trim gray heavy duty vinyl air seats and seat belts Mirrors left and right trailer towing mirrors Windows Tinted all around Floor covering and mats H D rubber Air Conditioning Factory installed Cab steps CS ee SiS Page 5 of 54 MINIMUM REQUIREMENT 9 Radio AM FM radio with single CD Electrical 1 System Two 12 volt negative ground Invitation No 3002749 BIDDER STATE VES OR NO IF COMPLAINT 2 Alternator capacity 130 amps 3 Battery heavy duty maintenance free 1200CCA Engine 1 7 68L Turbo charged and intercooled with glow plugs 6 cylinder inline water cooled 220 HP 2500 RPM 520 ft Ibs torque 1500 RPM or equal 2 Fuel tank Rear between frame 50 gal minimum capacity 3 Cooling Super duty radiator and fan i Frame 1 Resistance bending moment 1 031 900 in bs 2 Yield strength 80 000 PSI Transmission 1 Full automatic Allison 220
22. ARD WARRANTY COST IF ITEM TIME MILES APPLICABLE Engine Transmission Brake System Frame amp Steering Cab amp Chassis Axle amp Suspension Cooling System Exhaust System Lighting amp Electrical Systems Wheels amp Tires Other Bidder State eani OoOoPmrInNnF WN Q Bidder will indicate below items included in the EXTENDED WARRANTY l l COST IF ITEM TIME MILES APPLICABLE Engine Transmission Brake System Frame amp Steering Cab amp Chassis Axle amp Suspension Cooling System Exhaust System Lighting amp Electrical Systems Wheels amp Tires Other Bidder State KH DOMIDALRWH he D Bidder will indicate below any Extended Warranty beyond that listed above E NOTE Any omission of items in the above listings does not in any way relieve the bidder of any requirements in these Standard or Extended Warranties Page 35 of 54 XV XVI XVII Invitation No 3002749 GENERAL TERMS AND CONDITIONS Bidder is required to insert in the spaces provided on the Minimum Technical Specifications sheet s appropriate and specific detail describing the technically related information identified with the unit s bidder proposes to furnish State if equipment meets requirements if not state exact difference or if not available Aach additional pages if required with clear references to pages sections and requirement numbers If the bidder pr
23. EKALB COUNTY GA a political subdivision of the State of Georgia has registered with and is participating in a federal work authorization program any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees pursuant to the Immigration Reform and Control Act of 1986 IRCA P L 99 603 in accordance with the applicability provisions and deadlines established in O C G A 13 10 91 as amended BY Authorized Officer or Agent Federal Work Authorization Bidder s Name i Enrollment Date Title of Authorized Officer or Agent of Bidder Identification Number Printed Name of Authorized Officer or Agent Address do not include a post office box SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF 20_ Notary Public My Commission Expires Page 40 of 54 Invitation No 3002749 P amp C Form 33 p 3 Rev 8 25 2010 CONTRACTOR AFFIDAVIT By executing this affidavit the undersigned verifies its compliance with O C G A 13 10 91 as amended stating affirmatively that the individual firm or corporation which is contracting with DEKALB COUNTY GA a political subdivision of the State of Georgia has registered with and is participating in a federal work authorization program any of the electronic verificati
24. Expires Page 41 of 54 Invitation No 3002749 P amp C Form 33 p 4 Rev 8 25 2010 SUBCONTRACTOR AFFIDAVIT By executing this affidavit the undersigned verifies its compliance with O C G A 13 10 91 as amended stating affirmatively that the individual firm or corporation which is engaged in the physical performance of services under a contract with name of contractor on behalf of DEKALB COUNTY GA a political subdivision of the State of Georgia has registered with and is participating in a federal work authorization program any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees pursuant to the Immigration Reform and Control Act of 1986 IRCA P L 99 603 in accordance with the applicability provisions and deadlines established in O C G A 13 10 91 as amended The affiant agrees to continue to use the federal work authorization program throughout the contract period BY Authorized Officer or Agent Federal Work Authorization Bidder s Name Enrollment Date Title of Authorized Officer or Agent of Bidder Identification Number 1 Printed Name of Authorized Officer or Agent Address do not include a post office box SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF CR Notary Pu
25. IPTION Bids are invited by DeKalb County to establish a Purchase Agreement for bidders to furnish MOBILE CRIME SCENE LAB as listed on page 4 as Item No 1 and in accordance with attached requirements FIRM S NAME AND ADDRESS Street City State and Zip Code Type or print SIGNATURE OF PERSON AUTHORIZED DATE OF BID TO SIGN BID Bid must be signed ARE YOU A DEKALB COUNTY FIRM Yes No SIGNER S NAME AND TITLE Type of Print Telephone and Fax Numbers with Area Code Phone Fax Federal Tax ID No E mail Page 1 of 54 Invitation No 3002749 P amp C Form 17 1 Page Rev 4 21 09 ITB Page 2 NOTICES TO BIDDERS All bids are subject to the following 1 The attached Bidding Instructions Terms and Conditions 7 Local Small Business Enterprise Ordinance LSBE Purchasing and Contracting Form No 3 Purchasing amp Contracting Form No 7 2 Notice To Bidders Purchasing and Contracting Form No 8 Federal Work Authorization Form Purchasing amp 17 Contracting Form No 33 3 The Schedule included below and or attached hereto 9 Timely supply of all insurance and bonding as required by the bid Insurance P amp C Form No 25 4 Such other provisions representations certifications and 10 Business License submitted with bid application specifications as are attached hereto or incorporated by reference in the Schedule 5 Brand Name or Trade Name Mark Instruc
26. Invitation No 3002749 INVITATION TO BID Project Name MOBILE CRIME SCENE LAB DATE ISSUED December 5 2012 Submit bids in One 1 original and Two 2 sealed duplicate copies With the original clearly marked Original and the Duplicates clearly marked Duplicate Address Bids To DEKALB COUNTY DEPARTMENT OF PURCHASING AND CONTRACTING THE MALOOF CENTER 1300 COMMERCE DRIVE 2 FLOOR DECATUR GEORGIA 30030 For Specification information before Sealed Bids are closed contact the Purchasing Division at 404 371 2248 see notes below NOTES 1 All Requests Must Be In Writing No responses to requests answers to specification questions or additional information shall be supplied after January 9 2013 2 See Attached Form 3 Paragraph 2 E mail ampatillo dekalbcountyga gov or Fax 404 371 7006 For Abstract information after Sealed Bids are closed see website http yourdekalb com purchasing pe cs results html or pcadmin ops dekalbcountyga gov or call 404 371 7051 Sealed Bids for furnishing the commodities or services described in the following schedule will be received at the location listed above until 3 00 P M on January 23 2013 and at that time publicly opened The official Purchasing amp Contracting Department Web Site is http yourdekalb com purchasing index html where bidding information will be available DELIVERY F O B 3043 Warren Road Decatur GA 30032 DESCR
27. OMPLETELY EXPLAINED BY BIDDER Bidder will explain exact particulars where bid does not meet exactly the specification if No is checked above DELIVERY Delivery is required within ___150_ calendar days after receipt of order However alternate delivery time will be considered provided it is so stated Bidder state number of calendar days for delivery TERMINATION OF CONTRACT The County may unilaterally terminate this contract in whole or in part for the County s convenience or because of failure of the contractor to fulfill the contract obligations in any respect AWARDS DeKalb County reserves the right to make no awards multiple awards one award for all items or whatever the County deems to be in its best interest The unit s to be purchased is are for the exclusive use of DeKalb County Georgia Only the following must be shown on the Manufacturer s Statement of Origin for First Assignment and Application for Title Form MV 1 MV 2 DeKalb County Georgia 1300 Commerce Dive Decatur Georgia 30030 Page 32 of 54 VII VIII IX Invitation No 3002749 GENERAL TERMS AND CONDITIONS CONTRACTOR S HOLD HARMLESS AGREEMENT A ENTER BIDDER S FULL LEGAL FIRM NAME ON THE FIVE BLANK LINES BELOW _ Shall be responsible from the time of signing the ae CONTRACT or from the time of the beginning of the first work whichever shall be the earlier for all injury or damage of any kind result
28. another source and charge your account and collect from you as the defaulting supplier the excess cost to the County which resulted from such open market purchase k F 0 B POINT Unless otherwise stated in the invitation and any resulting contract or qualified by the bidder all articles will be F O B Destination Freight Prepaid and Allowed This shall include delivered unloaded and placed in designated place D PATENT INDEMNITY Except as otherwise provided the successful bidder agrees to indemnify the County and its officers agents and employees against liability including costs and expenses for infringement upon any Letters Patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the County of supplies furnished or construction work performed hereunder m Submit bids in original ONLY 4 LATE BIDS AND MODIFICATIONS OR WITHDRAWALS Verify your quotations Bids and modifications or withdrawals thereof received at the office designated in the Invitation to Bid after the exact time set for opening of bids will not be considered 5 PAYMENT TERMS The payment terms adopted by DeKalb County are Net 30 unless otherwise established by law or by contract Bidders may obtain more favorable payment terms by offering time payment discounts when they submit their sealed bids 6 CERTIFICATION OF INDEPENDENT PRICE DETERMINATION By submission of this bid the bidder
29. artment Maloof Annex 1300 Commerce Drive Decatur GA 30030 2 with a copy mailed to Department or Division utilizing the Contract and G a COPY of the invoice s must be submitted with completed Prime Contractor LSBE Local Small Business Enterprise Utilization Report and LSBE Sub Contractor Report to Contract Compliance Division 1300 Commerce Drive 2 Floor Decatur GA 30030 NOTE 1 DeKalb County requires that all Invoices shall be submitted to the County no later than 60 days after full completion of contracted services NOTE 2 In the event of a change in name and or address by contractor s company whether due to relocation sale to another company or other causes payment cannot be made under this contract until DeKalb County is properly notified in writing of such change with notification sent 1 to the Finance Department Accounting Services Division 2 to the Purchasing amp Contracting Department and 3 to the using Department Director so that necessary changes can be made to computer records for future mailings TORT IMMUNITY No officer employee or agent of the County acting within the scope of his her employment or function shall be held personally liable in tort or named as a defendant in any action for injury or damage suffered because of any act event or failure to act SILENCE OF SPECIFICATIONS The apparent silence of these specifications and any supplemental specifications as to any details or the
30. ation would be prejudicial to uninformed bidders Receipt of addenda by a bidder must be acknowledged on the bid or by letter received before the time set for opening bids Oral explanations or instructions given before the award of the contract will not be binding SUBMISSION OF BIDS a Bids and modifications thereof shall be enclosed in sealed envelopes addressed to the office in the Invitation to Bid with the name and address of the bidder the date and hour of opening and the invitation number on the face of the envelope Telegraphic bids and facsimile bids will not be considered b 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 If not destroyed by testing sapies will be returned at bidder s request and expense unless otherwise specified by the Invitation c Items offered must at least meet specifications called for and must be of quality which will adequately serve the use and purpose for which intended d Full identification of each item bid upon including brand name make model catalog number must be furnished if needed to identify exactly what bidder is offering Cuts or other literature may be furnished Use additional sheets if needed e The bidder represents that the article s to be furnished under this Invitation to Bid is are new and that the quality has not deteriorated so as to impair its usefulness f Bid
31. awer latches should be made of solid molded glass reinforced nylon 19 Drawer slides should be all steel double carriage ball bearing full extension slides capable of withstanding 250 Ibs loading per drawer 20 Slides must be capable of disconnecting to make drawer removal easy 21 All sheet components shall be coated with baked on polyester powder coat door backs shall have prefinished coil coated aluminum 22 The finish shall be UV and scratch resistant 23 The extrusion shall receive a 204 R1 Class 2 Architectural clear anodized finish J Page 12 of 54 Invitation No 3002749 MINIMUM REQUIREMENT BIDDER STATE YES OR NO IF COMPLAINT 24 The frames are to be fabricated from 090 wall extrusions with square cute and coped ends 25 Door hinges should be secured to the frame with self locking nut and bolt hardware 26 Frames should be pre punched with all required assembly and mounting slotted holes 27 All sheet components should be CNC punched from new sheet material 28 Doors are to be formed to a 1 thickness from a single sheet of aluminum The overhead and wall cabinets are to be 063 thick The base and closet cabinets should be 080 thick All doors should have 040 pre finished aluminum sheet back continuously bonded to face sheet with VHB structural bonding tape 29 Overhead doors shall have a mechanical folding hold open mechanism All doors should have full length pivot
32. b County ao a SA ST O b u a Se AC CSREES i aa D E EEOC TO LOCATION T ANY CHANGE ORDER AMOUNT AFFECTING SUB CONTRACTO B ON S Me D O a Amoant Paid Outstanding Paym ents P ast Due Date of Work crip fon of Lie Invoiced Le Date Amount TOTALS Executed By Date Sigrnnure Printed Name Notary My Conunixsion Expires Rebun Completed Form to Contract Compliance Division DeKalb County Purchasing and Contracting 1300 Commerce Drive 1 Floor Decatur Georgia 30030 404 371 4795 phome 404 371 2511 fax 6FLTOOC ON Uogzeyauy Invitation No 3002749 Purchasing and Contracting Form 14 Rev 7 00 BRAND NAME OR TRADE NAME MARK INSTRUCTIONS 1 If items in this Invitation to Bid have been identified described or referenced in the Invitation to Bid by a brand name or Trade Name Trade Mark description such identification is intended to be descriptive but not restrictive and is to indicate quality and characteristics of products that may be offered Products may be considered for award if such products are clearly identified in the bids and are determined by the County to meet its needs in all respects 2 Unless the bidder clearly indicates in his bid that he is offering a product of another name or manufacturer his bid may be considered as offering the item exactly as referenced in the Invitation to Bid 3 a b c If the bidder proposes to furnish another product the Bran
33. be included and wired into the shoreline to keep all batteries and 12 volt equipment charged M Interior 115 Volt AC Outlets 1 There shail be twelve 12 three wire duplex 115 volt AC receptacles six 6 in the curbside counter one 1 in the bath area and five 5 in the street side counter area 2 All receptacles should be clearly labeled 115 VAC N Electrical Equipment 1 All electrical equipment shall be electromagnetic radiation suppressed filtered or shielded to prevent radio and telemetry equipment interference The RFI shall not exceed SAE J551 O Siren P A System 1 A Whelen siren model 295SLSA1 shall be furnished and installed 2 Two 2 Whelen speakers model SA4311 shall be securely bolted through the chassis OEM front bumper one 1 on the driver s side and one 1 on the passenget s side VI LIGHTING A Exterior Lighting 1 Exterior lighting shall conform to FMVSS 108 and consist of halogen headlights LED ICC clearance lights with guards parking lights hazard warning lights license plate lights tail stop and backup lights Tail and stoplights shall have red clear and amber lenses Electrical wires for the taillights shall be sealed to protect them from the elements of weather wd B Scene Lights 1 Scene lights shall be furnished and consist of six white quartz halogen scene light with 8 32 degree optics model number 810CAOZR or current model Two each shall be
34. blic My Commission Expires Page 42 of 54 Invitation No 3002749 Purchasing amp Contracting Form No 7 Rev 01 31 07 Page 1 SCHEDULE OF LOCAL SMALL BUSINESS ENTERPRISE PARTICIPATION and Minority Business Enterprise Women Business Enterprise Opportunity Tracking Form The Chief Executive Officer and the Board of Commissioners of DeKalb County believe that it is important to encourage the participation of small and local businesses in the continuing business of County government and that the participation of these types of businesses in procurement will strengthen the overall economic fabric of DeKalb County contribute to the County s economy and tax base and provide employment to local residents Therefore the Chief Executive Officer and the Board of Commissioners have made the success of local small businesses a permanent goal of DeKalb County by implementing the Local Small Business Enterprise Ordinance oo or l ek ad PROVISIONS OF LOCAL SMALL BUSINESS ENTERPRISE LSBE ORDINANCE Amount of LSBE Participation Required 20 of Total Award OOO Request For Proposals RFP Invitations To Bid ITB LSBE Within DeKalb LSBE DeKalb Ten 10 Percentage Points en 10 Percent Preference LSBE Outside DeKalb LSBE MSA Five 5 Percentage Points Five 5 Percent Preference Certified Local Small Business Enterprises LSBEs located within DeKalb County and prime contractors utilizing LSBEs that are locally based inside DeKalb Cou
35. ce for safety reasons M Body Hardware 1 All body hardware and all compartment and entry doors are mounted on the module body 2 All stainless screws are sprayed in electrolysis preventive solution before installing on the module body No exceptions allowed N Wheel Well Trim 1 Trim Lok wheel well trim shall be provided on each rear wheel well opening O License Plate Holder 1 The rear license plate holder shall be a polished recessed aluminum casting with two 2 12 volt lights built into casting to light vehicle tag It shall be mounted on the left rear side of the vehicle P Rear Mudflaps 1 A set of rear mud flaps shall be installed on the rearward side of each rear wheel well 2 The mud flaps shall be black in color Q Undercoating 1 Undercoating shall be liberally applied to the entire undercarriage of the chassis and vehicle body and it must be applied according to the OEM chassis manufacturer guidelines Page 11 of 54 Invitation No 3002749 MINIMUM REQUIREMENT BIDDER STATE YES OR NO IF COMPLAINT IV INTERIOR COMPARTMENT amp COMPONENTS An Cabinetry 1 All cabinets are constructed of 100 aluminum panels aluminum extrusions and steel fasteners for weight reduction corrosion and a high strength to weight ratio 2 The cabinets shall be specifically designed for installation in trailers and moving vehicles 3 Drawers are to be all aluminum construction The drawers are ful
36. certifies and in the case of a joint bid each party thereto certifies as to its own organization that in connection with this procurement a The prices in this bid have been arrived at independently without consultation communication or agreement for the purpose of restricting competition as to any matter relating to such prices with any other bidder or with any competitor b Unless otherwise required by law the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening directly or indirectly to any other bidder or to any competitor and c No attempt has been made or will be made by the bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition 7 AWARD OF CONTRACT a The contract if awarded will be awarded to that responsible bidder whose bid will be most advantageous to the County price and other factors considered The County to make the determination b The County reserves the right to reject or accept any or all bids and to waive informalities minor irregularities and technicalities in bids received whichever is deemed to be in the best interest of the County and to re advertise c The County may accept any item or group of items of any bid unless the bidder qualifies his bid by specific limitations UNLESS OTHERWISE PROVIDED IN THE SCHEDULE BIDS MAY BE SUBMITTED FOR
37. commencing proceedings and or purg igny other available legal remedy Sanctioas may include the suspending of any payment or part thereof termination or cancellation of the contract and the denial of particigglfion in any future contracts awarded by DeKalb County PRIME CONTRACTOR Z 5 Complete te Date Ea a T A TE ee O From To ae PROJECT NAME AN CONTRACT NUMBER _ a b ar ANY CHANGE ORDER AMOUNT AFFECTING SUB CONTRACTOR UTILIGATIG AMOUNT OF REQUISITION THIS PERIODI TOTAL AMOUNT REQUISITIONED TO DATE Y O R UTILIZATION add additional rows as necessal ae OS Poe Raa Roars Name of Sub Contractor Descriptida of Work Sub Contract Period m en E E ee a late a cal Executed By DE Signet Printed Name Return Completed Form to Contract Compliance Division DeKalb County Purchasing and Contracting 1300 Commerce Drive 1 Floor Decatur Georgia 30030 404 371 4795 phone 404 371 2511 fax soded 7 Jo Bunsisuos 3 HAXA 6bLZ00 ON Uorneyaur PS JO Gp 33ed 01407 FORM 7C lt ohn LSBE SUB CONTRACTOR REPORT Please complete a separate form for each contract This report must be submitied by the 10 of each month along with a copy of yourmonthly i invoice and copies of fog checks payments to the Contract Compliance Division Failure to comply may result in de certification and the denial of participation in any future contracts awarded by
38. counted top shall be finished in a high quality laminate with a gasket lock radius backsplash 2 There shall be two 18 wide x 3 high x 18 drawers below the counter top O Shelf and Drawer Liners Page 15 of 54 Inyitation No 3002749 MINIMUM REQUIREMENT BIDDER STATE YES OR NO IF COMPLAINT 1 F urnish and install rubber shelf and drawer liners to protect CSI kits P Interior Compartment Walls pa ereis 090 x 1 375 x xl 375 x x covered with ye Saal and FILON panel Q Interior Compartment Lights 1 Nine 9 Thinlite brand 18 recessed fluorescent lights shall also be provided and installed 2 On off position switch shall be provided in convenient locations R Ceiling Headliner 1 The headliner shall be constructed of a durable high gloss Filon backed with a substrate material of plywood S Flooring l 1 A plywood subfloor shall be installed and coated below with undercoating to seal floor reduce noise 2 The plywood sheet shall be securely fastened with sheet metal screws long enough to penetrate the 3 Steel I Beams 3 Underlayment substrate shall be placed over the plywood to create a level smooth surface for the vinyl flooring T Floor Covering 1 An all vinyl one piece floor covering shall be provided It shall have a coin pattern to create traction and ease of clean up V ELECTRICAL A Vehicle Wiring 1 All insulated cable shall conform to SAE
39. d Sets with Connectors 2 4 Tapered Spacer Cones two sizes 3 5 O rings 4 1 Angle Finder 5 1 Tripod Mount 6 l Laser Apparatus 7 2 Eye Connectors for Stringing string included 8 1 Fluorescent Colored Nylon Twine 160 spool 9 2 AAA Akaline Batteries 10 1 Carrying Case M BSV Professional Instrument Kit 6 5 Large Blunt Scissor 5 5 Medium Sharp Scissor 4 5 Fine Sharp Scissor 6 Large Smooth Tip Forceps 4 5 Fine Serrated Tip Forceps 6 5 Large Smooth Tip Locking Hemostat 5 Fine Smooth Tip Locking Hemostat Teasing Needle Straight Teasing Needle Angled 10 10 Scalpel 11 11 Scalpel 12 Fleece Lined Ziperred Leatherette Carrying Case OCONAARWNS N BSV Serial Number Restoration Master Kit 1 Should contain serial number restoration liquids or gels 2 oz for mild steel HHS nickel steel cast iron aluminum brass copper and plastics Page 25 of 54 Invitation No 3002749 MINIMUM REQUIREMENT BIDDER STATE YES OR NO IF COMPLAINT 2 Kit should come complete with acid neutralizer emery polishing paper fine file gloves safety glasses cotton tipped aaa dropping pipettes protective oil and clay dam 3 Kit should come packaged in case and foam O Master Photo Documentation Kit 1 100 Measuring Tape 2 12 Measuring Tape 3 Large Number Adhesive Booklet 4 Small Number Adhesive Booklet 5 Arrow Adhesive Booklet 6 1 x 30
40. d Trade name if any of the product to be furnished shall be inserted in the space provided in the Invitation to Bid or such product shall be otherwise clearly identified in the bid The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the County and will be based on information furnished by the bidder or identified in his Bid as well as other information reasonably available to the Purchasing and Contracting Department The decision of the County is to be final CAUTION TO BIDDERS The Purchasing and Contracting Department is not responsible for locating or securing any information which is not identified in the bid and reasonably available to the Purchasing and Contracting Department Accordingly to insure that sufficient information is available the bidder must furnish as a part of his bid all descriptive material such as cut sheets illustrations drawings or other information necessary for the Purchasing and Contracting Department to i determine whether the product offered meets the requirements of the Invitation to Bid and ii establish exactly what the bidder proposes to furnish and what the County would be binding itself to purchase by making an award The information furnished may include specific references to information previously furnished or to information otherwise available to the Purchasing and Contracting Department l If the bidder proposes to modify a product s
41. e generator shall be remotely started including an hour meter and able to run while the vehicle is responding The bidder must ensure the generator generate sufficient regulated power to operate all installed electrical equipment Generator Batteries I Located in the generator compartment there shall be two 2 Maintenance Free 12 volt batteries possessing no less than 1200 CCA with 160 minutes of reserve capacity each at 18 Centigrade Exterior Shore Power 50 AMP L 2 There shall be a 220 volt twist lock male plug rated at 50 amps 60 Hz or more with a friction assisted cover assembly UL listed for exterior use located on the driver s side of the body close to the driver s door This shall energize the vehicles 115 Volt AC circuit from an exterior power source This connector must be labeled 115 volt AC 60 Hz 50 amp power supply A 25 foot cord shall be furnished Auto Transfer Switch 1 An automatic relay system shall be installed to switch the on line device between the generator and the shoreline inlet when it is connected for use Page 18 of 54 Invitation No 3002749 MINIMUM REQUIREMENT BIDDER STATE IF COMPLAINT 2 A timed delay shall be provided to prevent the generator from starting under load 3 The transfer switch shall power interior lighting refrigerator A C and interior outlets L Battery Charger Monitor 1 An 80 amp battery conditioner charger shall
42. facility The body must be one constructed of all aluminum All body panels structures and extrusions shali be fabricated of aluminum using alloys consistent with the load requirements of the vehicles and capable of carrying the maximum payload allowed by the chassis All framing and structural supports will be welded in accordance with the current standard set forth in the American Welding Society Code The body shall have a seamless finish with no exposed fasteners The body shall be attached to the chassis with hardened steel U bolts fastened to the chassis and between the modular body and the chassis frame The body should be designed and constructed to insure a life expectancy of more than ten years with normal use The body structure shall be built and warranted by the vehicle manufacturer The roof shall be constructed of one piece 075 Thermal Composite Roof panel that prevents the absorption of UV rays and also reflects radiated heat for maximum interior cooling Page 7 of 54 l Invitation No 3002749 MINIMUM REQUIREMENT BIDDER STATE YES OR NO IF COMPLAINT 2 Roof shall be designed with a minimum crown of 1 inch to prevent pooling of water on roof Flat roofs will be considered unacceptable 3 Roof cross members shall be 125 thick custom formed roof supports and extrusions 1 x 1 aluminum tube can be substituted to the same specifications 24 on center and be made of a hi
43. for complete and unobstructed inspection Ample venting shall be supplied Installation and Protection l 2 3 4 2 Wires must be grouped or harnessed where practical Metal edges through which cables pass shall be protected with nonmetallic bushings or grommets All auxiliary circuits shall be wired separate and distinct from the vehicle chassis circuits All wiring shall be clipped or otherwise attached at suitable intervals to prevent rubbing or chafing due to wire movement vibration etc Internal 12 Volt DC Power 1 When specified all internal 12 volt DC power circuits shall be 12 VDC 15 amp capacities with separately protected circuits No exceptions Circuit protection shall be accomplished by the use of manual breakers mounted in the Master Control Center Circuit Board 12V Panel L 2 3 It shall meet ABYC USCG requirements The 12VDC 100 AMP circuit board panel shall be a blade fuse block with cover with a negative buss It shall be of reinforced polycarbonate and the cover shall be clear polycarbonate Labels shall be included to identify circuits and be protected by cover It shall accept blade fuses and have 6 to 12 circuits available 115 Volt AC Power 1 2 There shall be 115 volt AC wiring furnished A three wire system is used for powering certain equipment battery charger etc The system shall incorporate GFI devices with a 15 amp circuit breaker that can also be used as a disc
44. ghly corrosion resistant 6061T6 aluminum alloy with 1 magnesium and 6 silicone with a tensile strength range of 31 000 to 35 000 psi 4 Corner caps shall be cast aluminum and welded in place D Walls The walls shall be constructed of 063 pre painted aluminum sheets with a highly corrosion resistant 5052H32 alloy with 2 5 magnesium and a tensile strength range of 28 000 to 33 000 psi 2 The body shall have straight sides free of waves and welding warp Each sidewall shall have 125 custom formed verticals and extrusions 1 1 2 x 1 aluminum tube can be substituted to the same specifications wall verticals 16 on center and joined to the roof supports 3 Body verticals shall be a highly corrosion resistant 6061T6 alloy with 1 0 magnesium and 6 silicone and a tensil strength range of 31 000 to 35 000 psi 4 All roof and side support extrusions are 125 aluminum 5 Vertical corner extrusions shall be 125 thickness and have a 5 radius The vertical extrusions shall be of a web construction design for internal structural support E Flooring l The body floor shall have a 3 I beam frame structure with main members all being fully welded and gusseted 2 This framework is mounted using rubber gaskets to prevent contact of dissimilar metals l 3 The steel I beam framing shall be on average of 16 on center 4 The entire length of the floor frame shall be covered with a moisture barrie
45. gth aluminum pull handle on each door 3 Overhead cabinets shall have radius edges and corners for occupant protection C Streetside Base Cabinet Page 13 of 54 Invitation No 3002749 MINIMUM REQUIREMENT BIDDER STATE YES OR NO IF COMPLAINT 1 A streetside base cabinet will be installed in the conference work center It will be approximately 40 high x 120 wide x 24 deep with a full length 090 stainless steel counter top 25 deep x 120 long with a gasket _ ene lock radius backsplash _ Z There shall be one shelf behind each door 3 The base cabinet shall have radius edges and corners for occupant protection 4 The cabinet shall have an opening for a refrigerator 5 The counter top and base cabinet shall be equipped with a stainless steel sink D Streetside Equipment Cabinet 1 A street side base cabinet will be installed in the work center It will be approximately 28 high x 38 wide x 30 deep and formed from 2 x 2 x 125 structural aluminum tube It will have a 090 aluminum counter top 30 deep x 38 wide 2 There will be a lower shelf framed out of aluminum tube to hold heavy supplies and equipment The self should be 14 high x 38 wide x 24 deep and covered with 090 aluminum sheets 3 This cabinet is for the CA fuming hood E Laboratory Refrigerator A Norcold 2 7 cubic foot refrigerator model DE 0251 T shall be furnished and installed
46. h mounted top hinged door constructed of aluminum d The generator compartment shall have a louvered vented door and be sized for Onan diesel generator C Right Side Compartmentation 1 Forward of Rear Wheel Well P1 Curbside a One lower compartment shall be provided in the forward area ahead of the rear wheel well b The P1 compartment shall have the approximate dimensions as follows 72 wide x 18 high c The P1 compartment shall have a solid flush mounted top hinged door constructed of aluminum D Exterior Compartment Fabrication 1 All exterior compartments shall be constructed of 125 aluminum 5052H32 walls and ceilings with 125 smooth aluminum floors formed and MIG welded 2 On steel I beam floors 12 gauge Galvaneal will be substituted for aluminum for compartment walls ceiling and floors 3 Exterior compartments are welded to the floor structure components for strength and durability 4 All compartment doors shall be equipped with gas charged hold open door check Exterior compartments shall be top hinged Page 9 of 54 Invitation No 3002749 MINIMUM REQUIREMENT BIDDER STATE YES OR NO IF COMPLAINT E Exterior Compartment Doors 1 Each exterior compartment door shail be constructed of 125 5052H32 aluminum sheet double pan formed with a 1 5 return bend with recessed offset supporting the 063 3003 alloy aluminum diamond plate interior liner Extruded doo
47. h which shall be mounted in the door frame for both maintenance free operation and protection from the weather I Insulation Polystyrene 1 2 The module shall have 1 1 2 high density polystyr ne insulation in the wails and ceiling giving an insulation factor or R 9 The insulation shall be fire retardant non settling non hydroscopic and mildew and vermin proof J Exterior Grab Rail 1 An exterior style 16 minimum stainless steel grab rail shall be installed on the rear of the vehicle to the left of the entrance door Page 10 of 54 Invitation No 3002749 MINIMUM REQUIREMENT BIDDER STATE YES OR NO IF COMPLAINT 2 The grab rail must be bolted to the aluminum side structure with fender washers and rubber gaskets A grab rail mounted to the body skin is unacceptable K Rear Bumper 1 The rear bumper shall be an I C C and state D O T approved design 2 The rear bumper shall be constructed of Galvaneal steel angle and channel and painted with a rust resistant black enamel finish L Rear Step 1 Install folding rear bumper step centered on the bumper 2 Step shall be fabricated from aluminum and steel 3 The bumper step shall be designed with a folding step incorporated into the design and a two tier step system so that no step riser exceeds 12 in height 4 The step shall be designed for inclement weather and be of a design that prevents the accumulation of snow or i
48. icense If the Bidder is a Georgia corporation Bidder shall submit a valid county or city business license If the Bidder is not a Georgia corporation Bidder shall submit a certificate of authority to transact business in the state of Georgia and a copy of their valid business license issued by their home jurisdiction If Bidder holds a professional certification which is licensed by the state of Georgia then Bidder shall submit a copy of their valid professional license Any license submitted in response to this requirement shall be maintained by the Bidder for the duration of the contract Page 36 of 54 XXII XXIV XXV XXVI Invitation No 3002749 GENERAL TERMS AND CONDITIONS FIRST SOURCE JOBS ORDINANCE The DeKalb County First Source Ordinance requires contractors or entities employing 15 or more employees entering into any type of agreement with the County including purchase orders regardless of what they may be called for the procurement or disposal of supplies services construction professional or consultant services which is funded in whole or part with County funds or County administered funds in which the contractor is to receive 50 000 00 or more in County expenditures or committed expenditures to make a good faith effort to hire DeKalb County residents for at least 50 of entry level jobs using the First Source Registry For more information on this Ordinance requirement please contact DeKalb Workforce Develo
49. in the galley base cabinet It shall have adjustable door bins for various container sizes Freezer shelf shall hold ice cube tray Refrigerator shall have durable and easy to clean white powder coated shelves Refrigerator shall provide for off level operation up to 30 degrees Bw hy Wa F Potable Water System 1 The laboratory shall be equipped with a rectangular double stainless steel sink 4 center set faucet sink strainer 30 gallon fresh water tank and a holding tank 2 Jt shall include a Shur flo model 2088 422 44412V water pump with sound absorbing base plate an exterior potable water fill with cap water level gauge and a drain petcock on the water tank 3 It shall be completely plumbed for the DWV system 4 The water pump shall be warranted for five 5 years G Hot Water Heater 1 A 2 5 gallon electric hot water heater shall be furnished It shall be properly installed per the manufacturer s recommendations H Restroom Area Page 14 of 54 MINIMUM REQUIREMENT 1 A restroom shall be furnished streetside rear and have the approximate dimensions of 28 wide x 58 length I Incinolet Toilet Invitation No 3002749 BIDDER STATE VES 23 OR NO IF COMPLAINT lt I Furnish and install one 1 Model WB 230 volts 1800 watts capable of serving 4 people full time Toilet should have a mounting plate with vibration protection It must be USCG certified for marine u
50. ing from this work to persons or property including omer and property of the COUNTY shall exonerate indemnify and save harmless the COUNTY from and against all claims or actions and all expenses incidental to the defense of any such claims litigation and actions based upon or arising out of damage or injury including death to persons or property caused by or sustained in connection with the performance of this CONTRACT and shall assume and pay for without cost to the COUNTY the defense of any and all claims litigation and actions suffered through any act or omission of or any subcontractor or anyone directly or indirectly employed by or under the supervision of any of them The expressly agrees to defend against any claims of actions filed against the COUNTY where such claims or actions involves in whole or in part the subject of indemnity contained herein whether such claims or actions are rightfully or wrongfully brought or filed shall furnish the following insurance requirements along with contract documents sent to the COUNTY for execution If bidder is awarded service or installation under contract based upon this Invitation to Bid the following two paragraphs shall apply B INSURANCE REQUIREMENTS TO BE FURNISHED BY SUCCESSFUL BIDDER ONLY See DeKalb County Purchasing and Contracting Form No 25 C Successful vendor shall mail insurance documents referenced in INSURANCE REQUIREMENTS paragraph to DeKalb Cou
51. ing handles with a self latching independently sprung latch mechanism 30 Drawers are to be 080 aluminum construction with welded corners Drawers should be encased in a 080 aluminum insert case designed to mount into cabinet faces and integrate with no visible frame around drawers Drawer should have full width extruded aluminum pivoting handle with a self actuating dual self actuating latches The exterior drawer finished should be powder coated anodized to match the surrounding cabinetry The end and center panels should be 063 aluminum sheet at overhead and wall cabinets 080 thickness at closet and base cabinets all punching drilling and forming should be completed prior to finishing All components must be CNC punched for consistency All cabinetry shall be provided with a mounting feature perimeter All panels should be finished on all exposed surfaces inside and outside after fabrication Shelves shall be constructed of 090 mill aluminum and all sides are to be hemmed over Shelves must include adjustable mounting bracket and securing screw Shelf slots are to be punched in side panels No exceptions i 3 p B Streetside Overhead Cabinet 1 A cabinet approximately 24 high x 120 wide x 14 deep with five equal doors shall be installed above the conference work center and shall be provided with one 2 It shall have a Dry Erase Finish surfaces on all doors The doors shall have a full len
52. lease use separate page to list additional LSBE MBE or WBE subcontractors and or firms including suppliers to be utilized in performance of this contract if awarded COMPLETION OF THIS ENTIRE FORM IS MANDATORY Failure to complete and submit this entire form may result in your bid proposal being rejected Page 44 of 54 Invitation No 3002749 P amp C Form No 7 Rev 1 31 07 Page 3 DEKALB COUNTY CHECKLIST FOR GOOD FAITH EFFORTS A bidder proposer that does not meet the owner s LSBE participation benchmark is required to demonstrate that it made good faith efforts Please indicate whether or not any of these actions were taken 9 10 Yes No Advertisement for solicitation of Local Small Business Enterprises in general circulation media trade association publications and minority focus media to provide notice of sub contracting opportunities Advertisement in general circulation media at least seven 7 calendar days prior to bid or proposal opening any and all sub contractor opportunities Proof of advertisement must be submitted with the bid or proposal Provided interested LSBEs with timely adequate information about the plans specification and other such requirements of the contract to facilitate their quotation and conducted follow up to initial solicitations Provided written notice to LSBEs that their interest in sub contracting opportunities or furnishing supplies is solicited Provide a co
53. ly integrated into the cabinet with no visible frame or surrounding box for an aesthetically pleasing quality professional finish 4 The drawers will feature full width extruded pull handles and integrated self latching mechanisms allowing one hand unlocking and opening on the entire width of the pull handle 5 The cabinets shall be constructed of all aluminum sheet metal 5052 H32 alloy 6 The aluminum extrusions should be prime billet 6063 T5 or T6 alloy architectural surface quality 7 All principle walls should be no less than 090 thick 8 Where stainless steel is used it shall be a minimum of 304 Stainless Steel alloy with 4 brushed finish 9 All fasteners are zinc plated stainless steel or aluminum All nuts are Nyloc Spin Lock self locking 10 Assembly bolts are custom flat head carriage bolts for ease of assembly and disassembly Cabinets are to be designed so that individual components can be easily replaced 12 Rivets of any type are not to be used in cabinet construction 13 Latches are cast zinc with polyester powder coat finish 14 The latch shall be a single motion latch that can be operated with one hand 15 Hinges are continuous extruded all aluminum staked hinges 16 Shelf brackets are zinc plated steel and able to be placed across from each other on both sides of a panel in the same mounting slots via self mating brackets 17 Countertops are industrial grade stainless steel tops 18 Dr
54. mounted on left side right side and on rear of body 2 Two switches shall be provided to operate lights on either side of the body C 120 Volt 500 Watt Quartz Lights Page 19 of 54 Invitation No 3002749 MINIMUM REQUIREMENT BIDDER STATE VES OR NO IF COMPLAINT 1 Two 2 500 watt quartz lights shall be furnished Each lamp head shall be 120 volt Extenda Lite 500 watts draw 4 2 amps and have an output of 16 830 lumens 2 The lamp heads should_be able to rotate 360 elevate up to 8 ft have an on off toggle switch and be tilted without a locking device with the friction controlled knuckle assembly 3 A screw type locking collar should be an aluminum extrusion and it should be coated with a clear anodized finish for protection from inclement weather 4 The wiring shall be a minimum of 16 gauge that is properly supported and protected from damage 5 The light shall pass the 10 edition of UL 153 83 1 Dielectric Withstand Test A serial number shall be assigned to each light and the results of the quality test shall be recorded and documented to the serial number 6 Extenda Lite Tripod Mounting Brackets should be used to mount tripod lighting to exterior of emergency vehicle Two 2 mounting brackets should be provided VII HEATING AIR VENTILATION A HVAC Equipment 1 One 1 Coleman MACH 3 PLUS RV roof mounted air conditioner with heater or equal shall be furnished and installed 2 The air co
55. nditioner shall deliver a minimum of 15 000 BTU of cooling and 340 cu ft of air movement per minute when set to high 3 The heater assembly should deliver 5600 BTU of heat when set to high B Front Wall Mounted Heater 1 Furnish and install one Qmark 1 1500 watt 120 VAC wall heater with integral thermostat range 40 90 degrees Fahrenheit and fan delay switch 2 The front cover shall be white baked enamel with recessed mounting 3 The fan must move 100 cfm of air at minimum 4 A wall mounted thermostat must be furnished VII MISCELLANEOUS A Body Awning 1 One 1 CAREFREE twelve foot 12 electric awning with windsmart detector shall be installed on curbside of vehicle body B Laboratory Stools 1 Furnish and install two 2 Bio fit laboratory stools C CA Fuming Chamber Page 20 of 54 MINIMUM REQUIREMENT _1 Furnish and install one 1 SafeFume 30S Cyanoacrylate Fuming Chamber 30 wide x 47 tall IX FORENSIC KITS Invitation No 3002749 BIDDER STATE YES OR NO IF COMPLAINT A BSV NIK Master Pac 20 Each of Test A and E 10 Each of Tests B C D G H J K L and M 1 Acid Neutralizer Test F 1 Polytesting Instruction Manual 1 Polytesting Report Pad 1 dentidrug Desk Chart 1 10 Points Field Testing Tape 1 Polystyrene Carry Case et ae ee B Dust N Bust Kit 1 Evidence Collection Supplies 100 7 x 4 x 13 4 Paper Evidence
56. netic Scale 2M Magnetic Scale 12 Continuous Roll of Large Numbers Adhesive Scale ror pe bo ae sf Tools Pocket Print Elimination Kit 12 Sharpie Marker 12 Stainless Steel Tweezers 6 Pair of Latex Gloves 4 Dust Mist Respirators Magni Pak Magnifier UV Lamp 100 Pipe Cleaners SR moe ace pS Chemical Processing 6 pk White SPR Vials 6 pk Black SPR Vials One Liter Ardrox Pre Mixed 250 ml Black Wetwop Tape Glo Fluorescent Dye 6 Iodine Fuming Applicators 50 gram Cyanoacrylate Bottle Cyano Plate 100 Aluminum Fuming Dishes rpm ho ae of Page 22 of 54 C BSV 24 Horizontal Paper Roll Dispenser Cutter with BSV 40 Kraft MINIMUM REQUIREMENT Butcher Paper Roll 900 D BSV Evidence Packaging Kit Invitation No 3002749 BIDDER STATE YES OR NO IF COMPLAINT TO Clear Site ID Envelopes 25 12 Paper Evidence Bags 25 25 Paper Evidence Bags 25 1 6 Paper Evidence Bags 5 Mammoth Bags 25 Coin Envelopes 3 x 6 25 4 x 9 Twin Seal Bags 25 9 x 12 Twin Seal Bags 6 Syringe Tubes 6 Slide Evidence Boxes Medium 2 Small Weapon Tube 2 Large Weapon Tube 10 E tags 10 Nylon Ties 1 SPEX Guard Tape 2 Sharpie Markers 10 Check Protectors 10 3 x 5 Recloseable Bags 10 6 x 8 Recloseable Bags 10 9 x 12 Recloseable Bags 3 2 oz Evidence Jars 3 4 oz Evidence Jars 3
57. ntact log showing the name address email and contact number phone or fax used to contact the proposed certified subcontractors nature of work requested for quote date of contact the name and title of the person making the effort and the amount of the quoted price if one was obtained Efforts made to divide the work for LSBE sub contracting in areas likely to be successful and identify portions of work available to LSBEs consistent with their availability Include a list of divisions of work not subcontracted and the corresponding reasons for not including them The ability or desire of a bidder proposer to perform the work of a contract with its own organization does not relieve it of the responsibility to make good faith efforts on all scopes of work subject to subcontracting Efforts made to assist potential LSBE sub contractors meet bonding insurance or other governmental contracting requirements Where feasible facilitating the leasing of supplies or equipment when they are of such a specialized nature that the LSBE s could not readily and economically obtain them in the marketplace Utilization of services of available minority community organizations minority contractor groups and other organizations that provide assistance in the recruitment and placement of LSBEs Communication with the Contract Compliance Division seeking assistance in identifying available LSBEs Joint venture opportunities Other actions specify
58. nty Department of Purchasing and Contracting The Maloof Center 2 Floor 1300 Commerce Drive Decatur Georgia 30030 FOREIGN PRODUCTS DeKalb County prefers to buy items produced and or manufactured in the United States of America however foreign products may be considered provided it is so stated Bidder certifies that item s offered on this bid is are manufactured produced in the United States Yes No If No state other location OPTION TO AUDIT Successful bidder will be required to maintain complete records during the life of the contract and for a period of one year after completion of the contract Such records are to be made available to the County if officially requested to be audited by a designated County auditing staff If such audits reveal overcharges and or undercharges such will be adjusted and compensation made by either party to correct charges Page 33 of 54 X XI XI XII Invitation No 3002749 GENERAL TERMS AND CONDITIONS PAYMENT Invoice charges if any are to be accumulated and paid a minimum of once each month Invoices are to be signed by the Contractor or authorized delegate and must contain the authorizing DeKalb County Purchase Order Number or Release Number to be processed for payment Purchase Order Numberor Release Number must also be on Delivery Ticket Invoice must be mailed or sent to 1 Accounting Services Division DeKalb County Finance Dep
59. nty shall receive ten 10 percentage points in the initial evaluation of their response to any Request for Proposal and a ten 10 percent preference on all responses to any Invitation to Bid Certified LSBEs located outside of DeKalb County but within the ten 10 County Metropolitan Statistical Area MSA consisting of Cherokee Clayton Cobb DeKalb Douglas Fayette Fulton Gwinnett Henry and Rockdale Counties shall receive five 5 percentage points in the initial evaluation of their response to any Request for Proposal and a five 5 percent preference on all responses to any Invitation to Bid For all qualified sealed solicitations the Director of Purchasing and Contracting DeKalb County Government shail determine if the bidder proposer has included written documentation showing that at least twenty percent 20 of the total contract award will be performed by a certified LSBE This written documentation shall be in the form of a notarized Schedule of LSBE Participation Attached hereto as Exhibit A For all contracts a signed letter of intent from all certified LSBEs describing the work material equipment and or services to be performed or provided by the LSBE s and the agreed upon dollar value shall be due with the bid or proposal documents and included with Exhibit A The certified vendor list compiled by the Contract Compliance Division Purchasing and Contracting Department DeKalb County Government establishes the gr
60. o as to make it conform to the requirements of the Invitation to Bid he shall i include in his bid a clear description of such proposed modifications and ii clearly mark any descriptive material to show the proposed modifications Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation to Bid will not be considered 4 The purchase of any item by the County as a result of this Invitation is not a judgment of one product against another except as it applies to the need and use of the County at this time for this purpose price and other factors considered Page 50 of 54 Invitation No 3002749 Purchasing and Contracting Form 3 Rev 7 02 1 3 DEKALB COUNTY PURCHASING AND CONTRACTING DEPARTMENT DECATUR GEORGIA BIDDING INSTRUCTIONS TERMS AND CONDITIONS SUPPLY CONTRACT PREPARATION OF BIDS a Bidders are expected to examine the drawings specifications Schedule and all instructions Failure to do so will be at the bidder s risk b Each bidder skall furnish the information required by the bid form The bidder shall sign the bid and print or type his name on the Schedule and each Continuation Sheet thereof on which he makes an entry Erasures or other changes must be initialed by the person signing the bid Bids signed by an agent are to be accompanied by evidence of Ais authority unless such evidence has been previously furnished to the issuing office
61. on of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees pursuant to the Immigration Reform and Control Act of 1986 IRCA P L 99 603 in accordance with the applicability provisions and deadlines established in O C G A 13 10 91 as amended The affiant agrees to continue to use the federal work authorization program throughout the contract period The undersigned further agrees that should it employ or contract with any subcontractor s in connection with the physical performance of services pursuant to this contract with the COUNTY contractor will secure from such subcontractor s similar verification of compliance with O C G A 13 10 91 as amended on the Subcontractor Affidavit form Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the COUNTY within five 5 days from when the subcontractor s is retained to perform such service BY Authorized Officer or Agent Federal Work Authorization Bidder s Name Enrollment Date _ Title of Authorized Officer or Agent of Bidder Identification Number Printed Name of Authorized Officer or Agent Address do not include a post office box SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF 50 Notary Public My Commission
62. onnect switch for the interior 115 volt outlets The GFI devices shall be located in the galley bath communications and conference areas as necessary Page 17 of 54 volt utility shoreline power is applied Invitation No 3002749 MINIMUM REQUIREMENT BIDDER STATE VES OR NO IF COMPLAINT All exterior receptacles shall be GFI protected When an inverter is specified an automatic transfer switch shall be furnished which will turn off the inverter 115 volt supply when the 115 Circuit Board 110V Panel I 2 The 120 240 VAC 100 Amp circuit board panel shall be a NEMA 1 rated UL listed single phase with fixed main lugs and ten spaces The circuit board panel shall be installed in the dedicated electrical compartment Generator L There shall be an Onan 8KW 8 000 watts commercial Quiet Diesel fueled generator mounted in a manufacturer approved enclosure specifically designed for this generator The compartment shall be color coded with the body and include a latching door with adequate ventilation and be side body mounted flush with the exterior The exhaust will be piped under the vehicle to a safe corner location using exhaust components that can be easily located and replaced by DeKalb County mechanics The fuel line shall be piped into the vehicles fuel tank with a factory approved filler tube which shall be short of the bottom of the tank not to allow the vehicle to run out of fuel Th
63. oposes to modify a product so as to make it conform to the requirements of the Invitation to Bid bidder shall include in the bid a clear description of such proposed modifications and clearly mark any descriptive material to show the proposed modifications In the performance of the contract Contractor must comply with all relevant Federal State City and County regulations and ordinances and must obtain all applicable Licenses and or Permits XVIII Greg Brake Associate Director of Fleet Management Division DeKalb County Public Works Department or XIX XX XXI XXII his delegated representative is the designated and authorized agent for performing the supervision acceptance of work detail and other operational features for DeKalb County POSSIBLE FUTURE PURCHASES In the event DeKalb County determines to purchase additional vehicles bidder shall indicate below if the County may purchase these units at the same price terms and conditions stated in this bid Yes No If Yes state below date to which such an option could be exercised WORK AUTHORIZATION FORM S See P amp C Agreement A ffidavits Form 33 following this section LITERATURE Bidder is required to furnish with this bid literature describing the item s being offered Failure to furnish this literature may result in the bid being unconsidered BUSINESS LICENSE Bidders shall submit with bid a copy of their valid company business l
64. or WBE please indicate below the portion of work including the percentage of the amount bid proposal that your firm will carry out directly 3 If the prime bidder proposer is a joint venture please describe below the nature of the joint venture and level of work and financial participation to be provided by the LSBE MBE or WBE joint venture firm LSBE MBE and or WBE subcontractors and or firms including suppliers to be utilized in performance of this contract if awarded No changes can be made in the subcontractors listed below without the prior written approval of the County Please attach a signed letter of intent from all certified LSBEs describing the work materials equipment or services to be performed and or provided and the agreed upon dollar value A Letter of Intent form is attached hereto as Exhibit B e Name of Contractor Address Contact Person Telephone_ Fax Email Check all that apply __ LSBE DeKalb LSBE MSA __ MBE __ WBE Attach proof of LSBE MBE and or WBE certification Type of Work Contract Item Percentage of Work or Estimated Contract Award Amount to be performed _ e Name of Contractor Address Contact Person Telephone Fax Email Check all that apply ___LSBE DeKalb LSBE MSA MBE __ WBE Attach proof of LSBE MBE and or WBE certification Type of Work Contract Item Percentage of Work or Contract Award Amount to be performed P
65. oup of Certified LSBE s from which the bidder proposer must solicit subcontractors for LSBE participation Contractors failing to meet the LSBE benchmark must document and demonstrate Good Faith Efforts in accordance with the attached Checklist for Good Faith Efforts portion of Exhibit A Failure to achieve the LSBE benchmark or demonstrate good faith efforts may result in a bid or proposal being rejected The notarized Schedule of LSBE Participation shall be due and submitted with each bid or proposal Failure to complete and submit the notarized Schedule of LSBE Participation may result in a bid or proposal being rejected Upon award Prime Contractors are required to submit a report detailing LSBE Sub Contractor usage with each request for payment and not less than on a monthly basis Prime Contractors are also required to certify that all sub contractors have been paid within seven 7 days of the Prime s receipt of payment from the County Failure to provide requested reports documentation may constitute a material breach of contract entitling the County to terminate the Contract for default or pursue other remedies LSBE sub contractors must submit a detailed report of their sub contracting activity for each County contract they participate in Sample Report Forms are attached as Exhibit C For eligible bids over 5 000 000 00 The Director of Purchasing and Contracting or designee will determine if the Mentor Prot g provision of
66. pment at 404 687 3400 DATA SHEET At delivery provide a single sheet of paper with all Component Model and Serial Numbers List to include Engine Transmission Axles PIOS Pumps Motors Tires Battery Alternator Belts Hoses Filters and any other major items Bidder is cautioned to make his bid complete and to furnish all information and detail required by these specifications Failure to comply may result in the bid being unconsidered due to incompleteness This Invitation to Bid consists of 54 pages FAILURE TO RETURN ALL PAGES IN CORRECT NUMERICAL ORDER MAY RESULT IN BID BEING DECLARED INVALID End General Terms and Conditions Page 37 of 54 Invitation No 3002749 PREFERRED EMPLOYEE TRACKING FORM Name of Bidder Address Email__ Phone Number Fax Number Do you anticipate hiring from the Workforce Development Preferred Employee Candidate Registry Yes or No Circle which applies Type of Employee s or Position s you anticipate hiring The you anticipate hiring Page 38 of 54 Invitation No 3002749 P amp C Form 33 p 1 Rev 8 25 2010 1 2 3 4 5 6 CONTRACTOR amp SUBCONTRACTOR EVIDENCE OF COMPLIANCE County contracts for the physical performance of services within the state of Georgia shall include the following provisions a the contractor has registered with and is authorized to use the federal work authorization program to verify information on
67. r mounted under the subfloor to act as a vapor barrier The subfloor then sealed and fastened to the floor structure F Rear Entry Door 1 The entry regress door shall be constructed of 125 5052H32 aluminum sheet box formed with 1 7 8 return bend supporting the 090 painted aluminum plate inner liner Extruded doors and or door frames are not acceptable 2 For maximum rigidity 1 4 C channel bracing shall be added internally for additional door structural integrity Page 8 of 54 J Invitation No 3002749 MINIMUM REQUIREMENT BIDDER STATE gt YES OR NO IF COMPLAINT 3 The door shall have a FMVSS approved Tri Mark rotary latch with a Tri Mark locking handle and a tow point rotary latch with adjustable Nader pines located on the side of the door 4 The door should be equipped with a spring assisted two directional cam over door check 5 The door shall provide a clear opening of at least 32 wide and 78 high HI EXTERIOR COMPARTMENTS amp COMPONENTS A Exterior Compartment Depth 1 All exterior compartments shall have a clear depth of approximately 24 B Left Side Compartmentation 1 Forward of Rear Wheel Well D1 Streetside a One lower compartment shall be provided in the forward area ahead of the rear wheels b The D1 generator compartment shall have the approximate dimensions as follows 60 wide x 30 high c The D1 compartment shall have a solid flus
68. rs and or door frames are not acceptable For maximum rigidity 2 375 C channel bracing shall be added internally for additional door structural integrity The exterior face of the door and the door edges shall be formed from one 1 sheet of aluminum All doors shall be flush with the body side and shali be fully insulated with sheet Styrofoam The doors will activate their respective compartment lights when opened All compartment doors shall be keyed alike F Exterior Compartment Door Handles and Latching 1 2 3 4 _ Door hinges shall be full length steel with a 4 stainless pin and shall be fastened to the door and door frame with rivets The locking mechanism shall be a paddle style latch Latches shall be near flush with the door skin Each latch must be capable of being locked independently with an exterior key lock G Compartment Door Seals 1 For optimum fit and closure the compartment doors shall close on a 625 W x 400 thick automotive bulb gasket attached to interior surface of the double pan formed compartment doors The gasket seal shall be attached to this surface to prevent exposure to the compartment to water or dirt when the door is closed H Compartment Illumination 1 2 Each exterior compartment shali be lighted with a dome light which consists of clear lenses recessed into the compartment sides and or ceiling Each door shall have an individual automatic switc
69. s and intervals with the County in the form and to the extent prescribed by the Director of DeKalb County Purchasing and Contracting Department Compliance reports filed at such times as directed shall contain information as to the employment practices policies programs and statistics of Contractors and their subcontractors l Non Discrimination Policy a During the performance of this agreement Contractor agrees to conform to the following None Secontination Policy adopted by the County b Contractor shall not discriminate against any employee or applicant for employment because of race colok religion sex national origin or disability The Contractor will take action to ensure that applicants are employed and the employees are treated during employment without regard to their race color religion sex national origin or disability Such action shall include but not be limited to the following 0 Employment upgrading demotion or transfer recruitment or recruitment advertising layoff or termination rates of pay or other forms of compensation and selection for training including apprenticeship Contractor agrees to post in conspicuous places available to employees and applicants for employment notices to be provided setting forth provisions of this non discrimination clause 2 Contractor shall in all solicitations or advertisements for employees placed by or on behalf of Contractor state that all qualified applicants will recei
70. s cannot be withdrawn or corrected after opening except reductions and changes by successful bidder which would be to the advantage of the County which may or may not be considered by the County g Be sure to sign bids Unsigned bids will not be considered except in cases where bid is enclosed with other papers which have been signed and this determination is to be made by the County h TAXES If Federal Excise tax applies show amount and deduct DeKalb County is exempt from Federal Excise tax and Georgia Sales tax i DELIVERY MAY BE TESTED 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 known without prejudice to any final adjustments rejecting the unused portion of the delivery and payment will be made on an adjusted basis for the used portion The costs of inspections and tests of any item which fails to meet the advertised specifications shall be borne by the contractor Page 51 of 54 Invitation No 3002749 Purchasing and Contracting Form 3 page 2 Rev 7 02 3 SUBMISSION OF BIDS continued j DEFAULT The award as a result of bids received under this invitation may be based in part on delivery factor Accordingly should you fail to perform delivery within the time stated in your bid you may then be declared in default of Contract In such event the County may then proceed to purchase in the open market the items from
71. se J Exhaust Vent 1 A powered roof vent shall be installed in the restroom area 2 The exhaust vent shall have a wall switch separate from the light switch K Restroom Door 1 A 24 x 74 solid door with aluminum perimeter frame and polystyrene core mounted in aluminum jamb with a chrome plated paddle door lock shall be furnished L Curbside Overhead Cabinets 1 Two 2 cabinet approximately 24 high x 108 wide x 14 deep with four equal doors shall be installed above the work center and shall be provided with one 1 full compartment adjustable shelf behind each door It shall have a Dry Erase Finish surface on all doors The doors shall have a full length aluminum pull handle on each door Overhead cabinets shall have radius edges and corner for occupant protection A UN M Curb Base Cabinets 1 Two 2 curb side base cabinets will be installed in the work center They will be approximately 40 high x 90 wide x 24 deep with six 6 drawers approximately 12 inches high and seven 7 doors with a full length stainless stee counter top 25 deep x 180 long with a gasket lock radius backsplash 2 The drawers and doors shall have full length aluminum pull handle on each drawer and door The base cabinet shall have radius edges and corners for occupant protection oS N Curb Side Workstation 1 A full length counter top 25 deep x 36 long x 29 high shall be installed The
72. st offered in bid Brand name and Model or Identification Number Year Model Installer XII Manuals The successful Bidder is to include the following manuals in binders with the order Online manuals and CD s will be accepted Bidder will be responsible for all subscriptions updates registrations renewals and fees associated with online manuals for the active life of the units A Factory Shop Repair Manuals including specific manuals for each major component i e Cab Chassis Body Engine Transmission and Rear Axle Furnish only 2 manuals for each item number bid not per unit B Factory Shop Parts Manual for the Cab Chassis Body Engine Transmission Furnish only 2 manuals for each item number bid not per unit C Operator s Manual and Warranty Booklet one 1 per vehicle plus three 3 additional for item number bid not per vehicle XIII Software The successful Bidder is to include all software required to diagnose troubleshoot repair and program the Engine Transmission Chassis Body and ABS Brake system Bidder will be responsible for all subscriptions updates registrations renewals and any fees associated with the software for the active life of the units XIV Inspection The costs for a pre delivery inspection for two 2 members of the DeKalb County inspection team shall be included in the bid price A Cost shall include air transportation on an air carrier to the nearest airport gro
73. t to the bestof his her knowledge and belief The undersigned will enter into formal agreement s with the LSBE s listed in this Exhibit A which are deemed by the owner to be legitimate and responsible LSBEs Said agreement s shall be for the work and contract with the County The undersigned understands and agrees that if any of the statements and representations are made by the Bidder knowing them to be false or if there is a failure of the successful Bidder i e Contractor to implement any of the stated agreements intentions objectives goals and commitments set forth herein without prior approval of the County then in any such events the contractor s act or failure to act as the case may be shall constitute a material breach of contract entitling the County to terminate the Contract for default The right to so terminate shall be in addition to and not in lieu of any other rights and remedies the County may have for other defaults under the Contract Additionally the Contractor will be subject to the loss of any future contract awards by the County for a period of one year Firm Name Please Print Firm s Officer Authorized Signature and Title Required Date Sworn to and Subscribed to before me this day of 200_ Notary Public My Commission Expires COMPLETION OF THIS ENTIRE FORM IS MANDATORY Failure to complete and submit this entire form may result in your bid proposal being rejected Page 46 of 54 Pom Invitation No
74. tions Purchasing and Contracting Form No 14 6 Minimum Specifications on pages 5 through 31 Bidder Note Please be advised Form 33 Federal Work Authorization Form must be filled out notarized and returned with the bid Bidder Note Please be advised Form 7 LSBE Ordinance documents must be filled out and returned with the bid Bidder Note Should any of the submittals not be identical to the original submittal bidder may be deemed non responsive and his bid may be rejected and not considered Bidder Note All addendums must be signed and returned or your bid may be deemed non responsive It is the sole responsibility of bidder s to ensure that bids reach the Purchasing amp Contracting Department on or before the closing date and time The County shall in no way be responsible for delays caused by any occurrence Offers by telephone facsimile or telegram will not be accepted The County will not be responsible for late deliveries or delayed mail The time date stamp clock located in the Purchasing amp Contracting Department shall serve as the official authority to determine lateness of any bid The bid opening time shall be strictly observed Under no circumstances shall bids delivered after the specified time be considered Such bids will be returned unopened a THE DECATUR POSTMASTER WILL NOT DELIVER CERTIFIED OR SPECIAL DELIVERY MAIL TO SPECIFIC ADDRESSES WITHIN DEKALB COUNTY GOVERNMENT WHEN SENDING BIDS OR TIME SENSITIVE
75. umber and date of authorization to use the federal work authorization program An affidavit shall be considered an open public record provided however that any information protected from public disclosure by federal law or by Article 4 of Chapter 28 of Title 50 shall be redacted Affidavits shall be maintained by the County for five years from the date of receipt To verify compliance the contractor agrees to participate in random audits conducted by the Commissioner of the Georgia Department of Labor The results of the audits shall be published on the www open georgia gov website and on the Department of Labor s website no later than December 31 of each year Any person who knowingly and willfully makes a false fictitious or fraudulent statement in an affidavit submitted pursuant to O C G A 13 10 91 shall be guilty of a violation of Code 16 10 20 and upon conviction shall be punished as provided in such section Contractors and subcontractors convicted for false statements based on a violation of such section shall be prohibited from bidding on or entering into any public contract for twelve 12 months following such conviction O C G A 13 10 91 as amended Page 39 of 54 Invitation No 3002749 P amp C Form 33 p 2 Rev 8 25 2010 BIDDER AFFIDAVIT By executing this affidavit the undersigned verifies its compliance with O C G A 13 10 91 as amended stating affirmatively that the bidder submitting a bid to D
76. und transportation shall not exceed two hours individual rooms and meals Only one Airplane change shall be allowed with a layover not to exceed two hours Inspections shall be scheduled and funded to be conducted during weekdays including travel time The duration shall be determined based upon the manufacturer s itinerary Page 30 of 54 Invitation No 3002749 MINIMUM REQUIREMENT BIDDER STATE YES OR NO IF COMPLAINT B The final inspection shall be conducted in DeKalb County GA upon manufacturer delivery to the DeKalb County Fleet Service location at 3043 Warren Rd Decatur GA 30034 aa eee XV Tiaininig The successful Bidder is to provide the following training and training materials A Minimum eight 8 hours of operational training for four 4 employee operators B Minimum twenty four 24 hours of maintenance and repair training on the unit to be completed at the DeKalb County Heavy Truck shop XVI Vehicle equipment components and accessories Vehicles offered in this bid item must provide total standardization and interchangeability between units bid including components accessories and equipment End of Minimum Specifications Page 31 of 54 Il IU IV VI GENERAL TERMS AND CONDITIONS Bidder must check and initial applicable blank below Bidder affirms that specifications are exactly met Invitation No 3002749 Yes No ANY DEVIATION FROM SPECIFICATIONS MUST BE C
77. ve consideration for employment without regard to race color religion sex national origin or disability c Without limiting the foregoing Contractor shall not discriminate on the basis of disability in the admission or access to or treatment or employment in the programs and activities which form the subject of the contract The Contractor will take action to ensure that applicants for participation in such programs and activities are considered without regard to disability Such action shall include but not be limited to the following 1 Contractor agrees to post in conspicuous places available to participants in its programs and activities notices to be provided setting forth the provisions of this non discrimination clause 2 Contractor shall in all solicitations or advertisements for programs or activities which are the subject of the contract state that all qualified applicants will receive consideration for participation without regard to disability l 2 Commitment The undersigned certifies that he she has read understands and agrees to be bound by the bid specifications including the accompanying Exhibits and other terms and conditions of the Invitation to Bid and or Request for Proposal regarding LSBE utilization The undersigned further certifies that he she is legally authorized by the bidder or responder to make the statements and representations in Exhibit A and that said statements and representations are true and correc
78. y s requirements are listed in Section III and that you must comply with these requirements before you may proceed with the work Before the starting of any work the successful contractor must furnish to DeKalb County certificates of insurance from companies doing business in Georgia and acceptable to the County as follows l Certificates must cover Statutory Workers Compensation Business Auto Liability Insurance with a minimum 500 000 Combined Single Limit Each Occurrence Including operation of non owned owned and hired automobiles Commercial General Liability Insurance 1 Each Occurrence 1 000 000 2 Fire Damage 250 000 3 Medical Expense 10 000 4 Personal amp Advertising Injury 1 000 000 5 General Aggregate 2 000 000 6 Products amp Completed Operations 1 500 000 7 Contractual Liability where applicable 2 DeKalb County GA shall be named as Additional Insured under any General Liability Business Auto and Umbrella Policies using ISO Additional Insured Endorsement forms CG 2010 or its equivalent Coverage shall apply as Primary and non contributory with Waiver of Subrogation in favor of DeKalb County Georgia 3 The insurance carrier must have a minimum rating of A or higher as determined by the rating firm A M Best 4 Certificates to contain policy number policy limits and policy expiration date of all policies issued in accordance with this contract Continued Page
Download Pdf Manuals
Related Search
Related Contents
Manuale d` uso Rastelo Mecanizado (cleaner) TOSHIBA Satellite A60 Portable Personal Computer User's Manual Revue française de pédagogie éditée par l`Institut national de Manual de Usuario Samsung NP940X3GI User Manual (Windows8.1) Page 1 Page 2 Page 3 作業環境との調和の 上に成り立つ 大型バイル Copyright © All rights reserved.
Failed to retrieve file