Class 5 Truck with Telescopic Device Bid Packet.pdf

Agency: City of Salina
State: Kansas
Type of Government: State & Local
NAICS Category:
  • 339112 - Surgical and Medical Instrument Manufacturing
Posted Date: Apr 23, 2024
Due Date: May 8, 2024
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Name Size
Class 5 Truck with Telescopic Device Bid Packet.pdf 0.84878635406494140625 MB

Attachment Preview

NOTICE TO VEHICLE & EQUIPMENT DEALERS
Sealed bids are now being accepted by the City of Salina, Kansas for the following:
One (1) Class 5 (16,001 19,500 lb.) Truck with Telescopic Articulating Aerial
Device
Detailed specifications may be obtained from the City Clerk’s Office, City-County
Building, Suite 206, 300 W. Ash St., Salina, Kansas 67401 (785) 309-5735 or by visiting
www.salina-ks.gov/bids. Bids will be accepted at the City Clerk’s Office until 10:00 a.m. Central
Time on Wednesday, May 8, 2024. They will be publically opened and read aloud at 10:00
a.m. CDT at the City-County Building, 300 W. Ash, Room 206. No faxed bids will be accepted.
Late bids will be returned unopened.
The Board of Commissioners reserves the right to reject any or all bids with or without
cause and to waive any irregularities within or technicalities under the specifications.
THE CITY OF SALINA, KANSAS
/s/ Nikki Goding
CITY CLERK
-1-
CITY OF SALINA
REQUEST FOR BIDS
Project No.: N/A
Project Title: 2024 Vehicles and Equipment REBIDS
Bid Deadline: Wednesday, May 8, 2024 at 10:00 a.m.
City’s Project Manager:
Keno Wallace
Fleet Supervisor
418 E. Ash St.
Telephone Number: (785) 309-5752
keno.wallace@salina.org
1. INVITATION TO BID
1.1 The City of Salina, Kansas is seeking Bids for the purchase of One (1) Class 5 (16,001 –
19,500 lb.) Truck with Telescoping Articulating Aerial Device as are more particularly
described in this Request for Bids and the detailed Specifications.
1.2 Sealed Bids will be received at the City-County Building, 300 W. Ash, Room 206, P.O. Box
736, Salina, Kansas 67402, until the above-referenced Bid submission deadline, for
furnishing materials, equipment, and/or supplies, as described herein.
1.3 Submissions must be hand-delivered, or sent via return receipt delivery effected by certified
mail, priority mail, commercial courier service, overnight delivery service, or other reliable
personal delivery service to the City’s above-referenced address. Facsimile or electronic
submissions will not be accepted. Submissions received after the specified time and date will
be returned unopened.
1.4 Bids will be opened publicly and read aloud at 10:00 a.m. (CST), on the above-referenced
Bid submission deadline, at the City-County Building, 300 W. Ash, Room 206, Salina,
Kansas 67401.
1.5 All questions concerning this solicitation during the bidding process shall be forwarded to
the Project Manager listed above.
2. SUMMARY OF SOLICIATION
2.1 The City of Salina is looking to purchase One (1) Class 5 (16,001 – 19,500 lb.) Truck with
Telescoping Articulating Aerial Device, model year 2024 or newer.
3. DEFINITIONS
3.1. Bid: A completed and properly signed response to this Request for Bids, which, if accepted
by the City, will bind the Bidder to perform the resultant Contract.
3.2. Bidder: A person or entity that submits a Bid in response to this Request for Bids.
RB-1
3.3. Bid Documents: This Request for Bids, and all documents and information attached hereto
or incorporated herein.
3.4. City: The City of Salina, Kansas.
3.5. Contract: A binding legal agreement between the City and the Successful Bidder, which
includes, without limitation, the City’s Standard Purchase Terms and Conditions.
3.6. Deliverables: The goods, products, equipment, materials, and/or services to be provided to
the City under a Contract with the Successful Bidder.
3.7. Specifications: The stated minimum requirements for a Bid to be considered by the City,
including those set forth in Exhibit A attached to this Request for Bids, and all other written
the directions, provisions, and requirements pertaining to: (a) the kind and type of
Deliverables; (b) the qualities of materials to be furnished; and/or (c) the method and manner
of providing the related services.
3.8. Successful Bidder: The Bidder submitting a responsive Bid to whom the City awards a
Contract.
4. BID SUBMISSIONS
4.1 Written Bids shall be typewritten or written in ink on the form enclosed. Officials of
corporations shall designate their official title; partners or sole owners shall so state, giving
the names of all interested parties. The person signing the Bid shall initial all corrections or
erasures.
4.2 Bids with all required submittals and information shall be submitted at the time and place
indicated herein, in writing, within a sealed envelope. The envelope shall be identified on
the outside with Bidder’s name and address and the project number, and addressed to the City
of Salina, in care of: Nikki Goding, City Clerk, City-County Building, 300 W. Ash, Room
206, P.O. Box 736, Salina, Kansas 67402.
4.3 Sufficiency of Documents, Interpretations, Addenda.
4.3.1. The submission of a Bid will constitute an incontrovertible representation that the
Bidder will comply with every term and condition of the Bid Documents and that
such documents and specifications therein are sufficient in scope and detail to indicate
and convey understanding of all requirements for furnishing the Deliverables.
4.3.2. Any questions about the meaning or intent of the Bid Documents or requirements
must be submitted in writing to the Project Manager not less than seven (7) days prior
to the date of Bid opening. Questions thus submitted will be answered by written
addenda issued to all prospective Bidders who have obtained a copy of this Request
for Bids from the City. Oral or other interpretations or clarifications will be void,
without any legal effect, and do not bind the City.
4.3.3. Addenda to the Request for Bids shall be properly acknowledged in the space
RB-2
provided on the Bid form.
4.4 Each Bidder shall attach to its Bid copies of all warranties to be provided by the manufacturer,
distributor and/or Bidder.
4.5 Prior to Contract award, Bidders may be required to submit evidence that they: (a) have
adequate financial and technical ability to furnish and service the Deliverables; (b) maintain
spare parts for maintenance and repair of the Deliverables; and (c) have an acceptable service
record on Deliverables previously supplied to others.
4.6 In some cases, alternate Bids may be requested with respect to some elements of the
Specifications. Alternate pricing shall be provided on the forms provided for such purpose,
and shall be presented as an addition or reduction to the base Bid amount.
4.7 Bidders shall state the delivery terms in the Bid, unless already specified in the Bid form
and/or the Specifications, in which case delivery shall be made within the time(s) set forth.
Bidders shall further state in the Bid any and all prepayment and discount options offered to
the City.
4.8 The City is exempt from Kansas sales tax on materials and equipment to be purchased
hereunder. Consequently, sales tax shall not be included in the Bid.
4.9 The City shall not be liable for any costs incurred by a Bidder in preparing and submitting a
Bid, or in performing any other activities relative to this Request for Bids.
4.10 The City may have trade-in equipment to be purchased. If so, the equipment will be listed
on or attached to the Specifications sheet, along with instructions for viewing or obtaining
additional information regarding this equipment. In all cases, the trade will be at the option
of the City, and the City reserves the right to either trade any or all of the listed equipment,
or to pay the Bid price of the item before trade and retain the trade-in equipment.
4.11 When approximate quantities are stated, the City reserves the right to increase or decrease
the quantity as best fits its needs.
5. BID SECURITY
5.1 The City’s Bid security requirements are as follows (“X” indicates applicability):
Each Bidder shall submit with its Bid a certified check, cashier’s check, or an acceptable
bidding bond (written on a penal sum form), in the amount of five percent (5%) of the total
amount shown on the Bid. The Bid security shall be made payable to the City and will serve
as a guarantee that the Bidder will enter into any Contract awarded to the Bidder in
accordance with the terms of the Bid. If a Bidder fails or refuses to enter into a Contract, or
to hold the Bid price, terms, or conditions firm, then, in addition to exercising any other
available remedy at law or in equity (including but not limited to the remedies available to
the City pursuant to Section 11 of the City’s Standard Purchase Terms and Conditions
attached hereto), the City may consider the Bidder to be in default and the Bid security of
that Bidder shall be forfeited and the money derived therefrom will be turned to the use of
the City. The City may retain the security of any Bidder until sixty-one (61) days after the
Bid opening, at which time the Bid security shall be returned to all unsuccessful Bidders.
RB-3
Bid security is not required for this project.
6. BID WITHDRAWAL
6.1 Bids may be withdrawn by notice in writing, but only if the written notice is received by the
City prior to Bid opening. Any such withdrawal notice must be delivered in the same manner
as Bids are required to be submitted. After Bid opening, Bids may not be withdrawn and
shall remain open for sixty (60) days.
7. AWARD OF CONTRACT
7.1 The City reserves the right to reject any and all Bids; to waive any and all informalities or
defects; to disregard all nonconforming, non-responsive or conditional Bids; or to accept such
proposals as shall be deemed to be in the best interest of the City so to do. Discrepancies
between words and figures will be resolved in favor of words. Discrepancies between the
indicated sum of any column of figures and the correct sum thereof will be resolved in favor
of the correct sum.
7.2 Bids will be evaluated and award will be made to the lowest and best responsive and
responsible Bidder whose Bid conforms to the City’s requirements, and whose Bid is
considered to be the most advantageous to the City, price and other factors considered.
Factors to be considered may include, but are not limited to, Bidder’s past performance, total
unit cost, economic cost analysis, life cycle costs, warranty, service response time, quality,
maintenance cost, durability, operational requirements of the City, and any other such
information in the City’s discretion.
7.3 The City may elect to accept a Bid for the Deliverables without trade-in of any or all of the
listed trade-in equipment (if any is listed in the Specifications), or the City may elect to accept
the Bid with any combination of trade-in equipment. The selection of particular units, if any,
of the identified trade-in equipment to be traded rests solely with the City.
8. CONTRACT TERMS
8.1 Within ten (10) days of acceptance by the City and the issuance of a notice of award, the
Successful Bidder will enter into a Contract with the City. The Contract between the City and
the Successful Bidder shall be subject to, and shall include, the City’s Standard Purchase Terms
and Conditions, a copy of which is attached hereto. The Standard Purchase Terms and Conditions
shall not be modified and shall supersede any terms, conditions, or provisions proposed by the
Bidder which may be inconsistent therewith. Submission of a Bid constitutes an offer to contract
on these terms, and the City’s issuance of a purchase order constitutes the City’s acceptance of
the Successful Bidder’s offer on these terms, and forms a Contract.
RB-4

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Contract: 524052616 Call #: 261 Project Number: 106 KA 6264-01 Federal Project Number:

State Government of Kansas

Bid Due: 5/22/2024

Contract: 524052525 Call #: 252 Project Number: 106 KA 6261-01 Federal Project Number:

State Government of Kansas

Bid Due: 5/22/2024

Contract: 524056232 Call #: 623 Project Number: 106 KA 6861-01 Federal Project Number:

State Government of Kansas

Bid Due: 5/22/2024

Contract: 524052525 Call #: 252 Project Number: 106 KA 6261-01 Federal Project Number:

State Government of Kansas

Bid Due: 5/22/2024