CITY OF ROSWELL, NEW MEXICO

Purchasing Department

425 North Richardson Avenue

PO Drawer 1838

Roswell, New Mexico 88201

INVITATION TO BID

BID #: / ITB-06-027
Group: / 2006 Tahoe or Yukon
Date of Bid Opening: / October 11, 2005
Time of Bid Opening: / 2:00 P.M.

FACSIMILE AND ELECTRONIC BIDS ARE NOT ACCEPTABLE

Pursuant to the provisions of the New Mexico State Purchasing Act, sealed bids, subject to the conditions herein, will be received at the City Council Chamber, City Hall, Roswell, New Mexico until the date and time shown above, and thereafter immediately opened and read in public for furnishing the commodities and/or services listed in the attached specifications.

INSTRUCTION TO BIDDERS

  1. Envelopes containing bids must be sealed and marked on the upper left hand corner with the name and address of the Bidder, the date and hour of opening, the bid number, and mailed or delivered to the address (Item 3) before the time of opening.
  1. Samples of items, when required, must be furnished, free of expense, prior to the opening of bids, and, if not destroyed, will upon request of Bidder, be returned to the Bidder at its expense. Copy of the warranty must be included with bid and must be for the maximum amount the manufacturer provides, if goods are warrantable.
  1. Bids which are mailed, or otherwise delivered prior to the point of opening must contain the information detailed in Item 1 above and must be mailed or otherwisedelivered to the Purchasing Director, P.O. Drawer 1838, 425 N. Richardson, Roswell, New Mexico, 88201. This information shall be included on ALL EXTERIOR PACKAGING.
  1. All prices should be stated in units or quantities specified, with packing and delivery charges included.
  1. Time of proposed delivery must be stated in definite terms. If time varies for different items, the Bidder should so state.
  1. Bids must be made out and signed in the corporate or other name of Bidder and must be fully and properly executed by an authorized person.
  1. Bids must be submitted on the bid schedule attached. Any prices pertaining to exceptions must be attached to the bid (stapled, bound or secured otherwise). If the Bidder provides any options other than requested, these will not be acceptable.
  1. Bids received later than the time and date specified will not be considered.
  1. Amendments to or withdrawals of bids received later than the time and date set for bid opening will not be considered.
  1. Bidders or their representative may be present at the bid opening.
  1. The Purchasing Agent reserves the right to amend and/or cancel the bid invitation prior to the time and date of the bid opening.
  1. The Purchasing Agent reserves the right to correct any bid awarded erroneously as a result of a clerical error on the part of the City of Roswell.
  1. In the event the Bidder is unable to submit a bid, the Purchasing Department would appreciate advising this office to that effect. Failure to submit bids on three consecutive Invitations to Bid will result in the removal of the Bidder’s name from the mailing list.
  1. Bidders and/or vendors doing business with the City of Roswell must be in compliance with the Federal Civil Rights Act of 1964 and Title VII of the Act. Rev., 1979.
  1. It will be the sole responsibility to the Bidders requesting consideration for Resident Preference at bid openings to submit to the State Purchasing Agent, the questionnaire for Resident Business or Contractor’s Certification and to receive approval and a certification form prior to the bid opening. Requests for consideration for Resident Business or Contractor’s Preference after bid opening will not be considered.
  1. All contracts solicited by competitive sealed bids for the City of Roswell require that the bid amount exclude the applicable state gross receipts tax. As the City of Roswell is required to pay the applicable state gross receipts tax, all requests for payment shall include a separate amount on each billing reflecting the applicable tax. (13-1-108)
  1. Any equipment supplied to the City of Roswell must comply with all requirements and standards as specified by the federal government’s Occupational Safety and Health Act of 1971. All guards and protectors as well as appropriate markings must be in place before delivery. Items not meeting OSHA specifications will be refused. The supplier may be required, at its expense to provide training to municipal employees in the operation of this item and its maintenance, at the convenience of the City of Roswell.

CONDITIONS AND BID OPENING PROCEDURES

1

ITB-06-027

  1. The City of Roswell reserves the right to reject any and all bids, to waive any informality in bids, and unless otherwise specified by the Bidder, to accept any item on the bid.
  1. In case of error in the extension of prices in the bid, the unit price will govern.
  1. Any discount offered, will be computed from the date of delivery or from the date a correct bill rendered on a proper voucher form and certified by the contractor, is received, whichever date is latest.
  1. The Procurement Code, Sections 13-1-28 through 13-1-199 NMSA 1978, imposes civil and criminal penalties for its violation. In addition, the New Mexico criminal statutes impose felony penalties for illegal bribes, gratuities and kickbacks.
  1. It is the intent of these specifications to describe the minimum requirements, for any equipment bids. All parts not specifically mentioned which are required for a complete unit, shall conform in design, strength, quality of material and workmanship to the highest standards of engineering practice. It shall be equipped with the manufacturer’s equipment and accessories which are included as standard in the advertised and published literature for the unit. No such items of equipment or accessories shall be removed or omitted for the reason that it was not specified in the bid.
  1. The similarity to any brand name is for the purpose of describing a standard of quality, performance and characteristics desired and not intended to limit or restrict competition, as required in NMSA 1978, 13-1-167 and 168. Bidders must state the brand name being bid and provide proof that the merchandise bid is equal to or better than the specifications.
  1. All bids must be clearly marked on the outside of the envelope with the bid number and opening date. Should a bid be opened prior to the official opening date due to the lack of a proper marking, it will be rejected.
  1. All interested parties are invited to attend bid openings of the City of Roswell.
  1. Bids will be opened and read aloud at precisely the time, the date and the place stipulated in the Invitation To Bid and in the legal notice published in the newspaper.
  1. Bids will be opened and read aloud in front of whomsoever is present at the scheduled time and place.
  1. Each bid will be evaluated by the Purchasing Director and the appropriate department or committee. The Bidder is to provide complete specifications. Acceptable exceptions to specifications will be determined by the Director of Purchasing with the aid of the appropriate department head.
  1. The Purchasing Director and the department or committee will rule on any point needing clarification.
  1. The apparent low Bidder, meeting specifications, will be determined by the Purchasing Director and the department or committee.
  1. Following determination of the low Bidder, the Purchasing Director will recommend to the City Council that said firm be awarded the bid.
  1. Bidders are advised to bear in mind that the low bid obtained at the opening of the bids may not be the bid ultimately selected for the award.
  1. A Bidder’s request for Resident Preference will be honored only when the provisions of Sections 13-1-21 and 13-1-22 of the State Purchasing Act have been met.
  1. Do not submit alternate bids unless instructed to do so, as they will not be considered.
  1. Notice is hereby given that the City Council reserves the right to reject any and all bids received. In the case of ambiguity or lack of clarity, the right to determine the best bid or to reject same or to waive irregularities and technicalities.
  1. Any requested literature and one complete copy of the bid, unless stated otherwise in the Invitation To Bid, must be submitted with bid.
  1. Monthly bid openings are scheduled for the Tuesday two weeks prior to the regular, monthly meeting of the City Council. Therefore, information pertaining to bids will not be released until the City Council has acted upon them.
  1. All bids must be valid for a minimum of 50 days after bid opening, unless otherwise stated on the Bid Sheet by the individual bidder or the City of Roswell.
  1. All Bidders who are engaged in business within the municipal limits of the City, shall be licensed to do business by the City of Roswell.
  1. This bid is available for use by all City of Roswell departments and other agencies, as provided for by law, at the discretion of the contracted vendor(s).

ARTIE MORROW

ASST. PURCHASING AGENT

CITY OF ROSWELL

1

ITB-06-027

SPECIFICATIONS FOR:

ITB-06-027

2006 or Current Year Model

½ Ton 4x4 GMC Yukon or Chevrolet Tahoe Passenger Truck

This vehicle is to be a ½ ton 5-door 4x4 GMC Yukon with SLE Package or Chevrolet Tahoe with LS Package to meet the following specifications:

Power Train: Vortec 5300 V8 5.3 Liter gasoline engine with 4 speed electronically-controlled automatic transmission with OD – Including Tow Haul Mode.

Air Conditioning: Manual front climate control for front and rear compartment.

Alternator: 130-Amp alternator minimum.

Axle: 3.73 Axle Ratio

Battery: Minimum HD 600 CA Battery

Body: Factory Standard Four Door Design

Bumpers: Bright Chrome Front and Rear

Brakes: Power 4-Wheel anti-lock disc braking system

Color: Summit White

Door Locks: Remote keyless entry system

Door, Rear: Liftgate Type, manufacturers standard

Floor Covering: Factory Standard Carpeting with Factory Fitted Floor Mats

Fuel Capacity: 26.0 Gallon Fuel Tank

Glass: Factory Deep Tinted all around

Interior Color: Light Blue, Light Gray or Tan

Lighting: Daytime running lights, Dual Composite halogen headlamps, automatic headlamp control, with rectangle halogen fog lamps

Seats: Front – 6 way adjustable Bucket seats, cloth with console. Rear – 60/40 split second row bench seat with matching cloth

Sound System: AM/FM Cassette Stereo w/ CD Player

Steering: Power, Tilt wheel with Cruise Control / Power recirculating ball steering

Suspension: Independent short & long arm front suspension with torsion bars, multi stage leaf spring rear suspension, front stabilizer bar, firm ride suspension

Tires: LT 245/75R 16E all season SBR BSW Tires (5). Full size spare tire with lockable winch type carrier mounted under rear frame

Trailer Towing Package: Class III receiver hitch w/ 7-lead wiring connector, 7 way to 4 way adapter

Gross Vehicle Weight: 6800# GVWR (3925 front/4000 rear), Springs (3600 front/ 3750 rear)

Wheel Base: 116 Inches

Wheels: PF4 16 inch 6 lug bright aluminum wheels

Windows: Factory Standard Power Windows

FOB Roswell: All warranty issues to be handled in Roswell, New Mexico

Questions concerning these specifications, contact:

Division Chief James Salas

City of Roswell Fire Department

200 S. Richardson

Roswell, New Mexico 88203

505-324-6806

1

ITB-06-027

CITY OF ROSWELL
Purchasing Department
425 North Richardson
Roswell, NM 88201

BID FOR

BID #: / ITB-06-027
Group: / 2006 GMC Yukon or Chevrolet Tahoe
Department: /

Fire

Date of Bid Opening: / October 11, 2005
Time of bid Opening: / 2:00 p.m.
TO: / Air Freight Address: / Purchasing Agent
City of Roswell
425 North Richardson
Roswell, NM 88201

The undersigned, doing business in the City of Roswell, submits herewith, in conformity with the instructions, conditions and specifications for the above listed bid:

2006 GMC Yukon or Chevrolet Tahoe

/ $

(submit bid price for entire project)

Acknowledgement of:
(if applicable) /  / ADDENDUM A /  / ADDENDUM B

Will take the bid or bids which are in the best interest of the City.

New Mexico Resident Business or Contractor Preference No.
pursuant to Sections 13-1-21 and 13-4-2 NMSA 1978.
Delivery or completion date: / FOB, ROSWELL, NM

Bid must remain valid 50 days after bid opening unless otherwise stated herein.

TERMS: / Cash Discount / % / days
Net Cash / $ / days
Dated: / Name of Bidder:
Telephone No.: / Mailing Address:
Fax No.:
By: / Name:
(signature) / (typed or printed)

6

ITB-06-027