10 Ea. Marked Police Package SUVs (Durango or Interceptor)

Agency: Sedgwick County
State: Kansas
Type of Government: State & Local
Posted Date: Feb 7, 2024
Due Date: Feb 13, 2024
Solicitation No: 24-0017
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
RFB/RFP Due Date Description Document Pre-bid Conference
24-0017 2/13/2024 1:45:00 PM 10 Ea. Marked Police Package SUVs (Durango or Interceptor)

Attachment Preview

SEDGWICK COUNTY, KANSAS
DIVISION OF FINANCE
Purchasing Department
100 N. Broadway, Suite 610 ~ Wichita, KS 67202
Phone: 316 660-7255 Fax: 316 660-1839
https://www.sedgwickcounty.org/finance/purchasing/
requests-for-bid-and-proposal/
February 7, 2024
REQUEST FOR BID
RFB #24-0017
10 EA MARKED POLICE PACKAGE SUVS
(DURANGO OR INTERCEPTOR)
Sedgwick County, Kansas (hereinafter referred to as “county”) is seeking bids for 10 each Marked Police Package SUVs
(Durango or Interceptor). If your firm is interested in submitting a response, please do so in accordance with the
instructions contained within the attached Request for Bid Responses are due no later than 1:45 pm CST, Tuesday,
February 13, 2024.
All contact concerning this solicitation shall be made through the Purchasing Department. Bidders shall not contact
county employees, department heads, using agencies, evaluation committee members or elected officials with questions or
any other concerns about the solicitation. Questions, clarifications and concerns shall be submitted to the Purchasing
Department in writing. Failure to comply with these guidelines may disqualify the Bidder’s response.
Sincerely,
Britt Rosencutter
Purchasing Agent
BR/ch
RFB #24-0017
1
Sedgwick County….Working for You
Table of Contents
I.
Purpose
II. Submittals
III. Scope of Work
IV. Sedgwick County’s Responsibilities
V. Bid Terms
A. Questions and Contact Information
B. Minimum Firm Qualifications
C. Evaluation Criteria
D. Request for Bid Timeline
E. Contract Period and Payment Terms
F. Insurance Requirements
G. Indemnification
H. Confidential Matters and Data Ownership
I. Bid Conditions
VI. Required Response Content
VII. Response Form
VIII. Price Sheet
RFB #24-0017
2
Sedgwick County….Working for You
I. Purpose
Sedgwick County, located in south-central Kansas, is one of the most populous of Kansas’ 105 counties with a population
estimated at more than 514,000 persons. It is the sixteenth largest in area, with 1,008 square miles, and reportedly has the
second highest per capita wealth among Kansas’ counties. Organizationally, the County is a Commission/Manager entity,
employs nearly 2,800 persons, and hosts or provides a full range of municipal services, e.g. – public safety, public works,
criminal justice, recreation, entertainment, cultural, human/social, and education.
Sedgwick County is seeking bids for 10 each Marked Police Package SUVs (Durango or Interceptor), in accordance with
the specifications outlined, for Sedgwick County Fleet Management and the Sheriff’s Office.
II. Submittals
Carefully review this Request for Bid. It provides specific technical information necessary to aid participating firms in
formulating a thorough response. Should you elect to participate with an electronic response, the RFB number must be
entered in the subject line and email the entire document with supplementary materials to:
Purchasing@sedgwick.gov
Should you elect to participate with a physical response, the response must be sealed and marked on the lower left-hand
corner with the firm name and address, bid number, and bid due date. Submit one (1) original AND one (1) electronic copy
(PDF/Word supplied on a flash drive) of the entire document with any supplementary materials to:
Britt Rosencutter
Sedgwick County Purchasing Department
100 N. Broadway, Suite 610
Wichita, KS 67202
SUBMITTALS are due NO LATER THAN 1:45 pm CST TUESDAY, FEBRUARY 13, 2024. If there is any difficulty
submitting a response electronically, please contact the Purchasing Technicians at purchasing@sedgwick.gov for
assistance. Late or incomplete responses will not be accepted and will not receive consideration for final award. If you
choose to send a hard copy of your bid, Sedgwick County will not accept submissions that arrive late due to the fault of the
U.S. Postal Service, United Parcel Service, DHL, FedEx, or any other delivery/courier service.
Bid responses will be acknowledged and read into record at Bid Opening, which will occur at 2:15 pm CST, on the due
date. We will continue to have Bid Openings for the items listed currently. If you would like to listen in as these bids are
read into the record, please dial our Meet Me line @ (316) 660-7271 at 2:15 pm.
III. Scope of Work
Provide 10 each Marked Police Package SUVs (Durango or Interceptor).
IV. Sedgwick County’s Responsibilities
Provide information, as legally allowed, in possession of the county, which relates to the county’s requirements or
which is relevant to this project.
Designate a person to act as the County Contract Manager with respect to the work to be performed under this
contract.
County reserves the right to make inspections at various points of the project. Contractor agrees to openly
participate in said inspections and provide information to the county on the progress, expected completion date
and any unforeseen or unexpected complications in the project.
RFB #24-0017
3
Sedgwick County….Working for You
V. Bid Terms
A. Questions and Contact Information
Any questions regarding this document must be submitted via email to Britt Rosencutter at
britt.rosencutter@sedgwick.gov by 5:00 pm CST, Thursday, February 8, 2024. Any questions of a substantive nature will
be answered in written form as an addendum and posted on the purchasing website at
https://www.sedgwickcounty.org/finance/purchasing/requests-for-bid-and-proposal/ under the Documents column
associated with this bid number by 5:00 pm CST, Friday, February 9, 2024. Firms are responsible for checking the
website and acknowledging any addenda on their bid response form.
B. Minimum Firm Qualifications
This section lists the criteria to be considered in evaluating the ability of firms interested in providing the service(s) and/or
product(s) specified in this Request for Bid. Firms must meet or exceed these qualifications to be considered for award.
Bids submitted must reflect in detail their inclusion as well as the degree to which they can be provided. Any exceptions
to the requirements listed should be clearly detailed in proposer’s response.
Bidders shall:
1. Have proper certification(s) or license(s) for the services/product specified in this document.
2. Ensure that project work meets all local, state and federal laws, regulations and ordinances.
3. Have the capacity to acquire all required permits, bonds, escrows or insurances.
4. Provide appropriate project supervision and quality control procedures.
5. Have appropriate material, equipment and labor to perform job safely and efficiently. All costs associated with
meeting this requirement will be the sole responsibility of the vendor.
C. Evaluation Criteria
An award will be made to the lowest responsible and responsive bidder.
D. Request for Bid Timeline
The following dates are provided for information purposes and are subject to change without notice. Contact the
Purchasing Department at (316) 660-7255 to confirm any and all dates.
Distribution of Request for Bid to interested parties
Clarification, Information and Questions submitted via email by 5:00 pm CST
Addendum Issued by 5:00 pm CST
Bid due before 1:45 pm CST
Board of Bids and Contracts Recommendation
Board of County Commission Award
February 7, 2024
February 8, 2024
February 9, 2024
February 13, 2024
February 15, 2024
February 21, 2024
E. Contract Period and Payment Terms
A contractual period will begin following Board of County Commissioners (BoCC) approval of the successful firm(s) for
this purchase.
County may cancel its obligations herein upon thirty-day (30) prior written notice to the other party. It is understood that
funding may cease or be reduced at any time, and in the event that adequate funds are not available to meet the obligations
hereunder, either party reserves the right to terminate this agreement upon thirty (30) days prior written notice to the other.
Payment will be remitted following receipt of monthly detailed invoice.
Payment and Invoice Provisions
https://www.sedgwickcounty.org/media/55477/payment-and-invoice-provisions.pdf
RFB #24-0017
4
Sedgwick County….Working for You
F. Insurance Requirements
Liability insurance coverage indicated below must be considered as primary and not as excess insurance. If required,
Contractor’s professional liability/errors and omissions insurance shall (i) have a policy retroactive date prior to the date
any professional services are provided for this project, and (ii) be maintained for a minimum of three (3) years past
completion of the project. Contractor shall furnish a certificate evidencing such coverage, with County listed as an
additional insured including both ongoing and completed operations, except for professional liability, workers’
compensation and employer’s liability. Certificate shall be provided prior to award of contract. Certificate shall
remain in force during the duration of the project/services and will not be canceled, reduced, modified, limited, or
restricted until thirty (30) days after County receives written notice of such change. All insurance must be with an
insurance company with a minimum BEST rating of A-VIII and licensed to do business in the State of Kansas (must be
acknowledged on the bid/proposal response form).
NOTE: If any insurance is subject to a deductible or self-insured retention, written disclosure must be included in your
proposal response and also be noted on the certificate of insurance.
It is the responsibility of Contractor to require that any and all approved subcontractors meet the minimum insurance
requirements.
Workers’ Compensation:
Applicable coverage per State Statutes
Employer’s Liability Insurance:
Commercial General Liability Insurance (on form CG 00 01 04 13 or its equivalent):
Each Occurrence
General Aggregate, per project
Personal Injury
Products and Completed Operations Aggregate
Automobile Liability:
Combined single limit
Umbrella Liability:
Following form for both the general liability and automobile
____ Required / __X__ Not Required
Each Claim
Aggregate
Professional Liability/ Errors & Omissions Insurance:
____ Required / __X__ Not Required
Each Claim
Aggregate
Pollution Liability Insurance:
____ Required / __X__ Not Required
Each Claim
Aggregate
$500,000.00
$1,000,000.00
$2,000,000.00
$1,000,000.00
$2,000,000.00
$500,000.00
$1,000,000.00
$1,000,000.00
$1,000,000.00
$1,000,000.00
$1,000,000.00
$1,000,000.00
Special Risks or Circumstances:
Entity reserves the right to modify, by written contract, these requirements, including limits, based on the nature of the
risk, prior experience, insurer, coverage, or other special circumstances.
RFB #24-0017
5
Sedgwick County….Working for You

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: 524052545 Call #: 254 Project Number: 096 TE 0509-01 Federal Project Number:

State Government of Kansas

Bid Due: 5/22/2024

Event Name Business Unit Event ID Ends In Start Date End Date Time

Kansas Department of Administration

Bid Due: 5/08/2024

Contract: 524052535 Call #: 253 Project Number: 096 TE 0506-01 Federal Project Number:

State Government of Kansas

Bid Due: 5/22/2024

Event Name Business Unit Event ID Ends In Start Date End Date Details

State Government of Kansas

Bid Due: 5/08/2024