2020 Police Cruiser BID/Proposal Package

TOWN OF BRIDGTON

Attention: for Addendum dated July 11, 2019 please click here.

The Town of Bridgton is seeking proposals for the provision of one (1) 2020 Police Cruiser.

Sealed proposals must be received by the Office of the Chief of Police no later than Friday, August 2, 2019 at 2:00 PM at which time all proposals shall be opened.

The Town reserves the right to waive any informalities in the proposal process and will award the contract(s) based upon those proposals that meet and are in the best interest of the Town of Bridgton.

Inquiries should be directed to Richard Stillman, Chief of Police
at 207-647-8815 or rstillman@bridgtonmaine.org.

Richard Stillman
Chief of Police

Terms, General Conditions and Instructions

The Town of Bridgton seeks bid proposals for one (1) 2020 Police Cruiser. All respondents must adhere to the submittal process for their proposal or bid to be considered. Unless otherwise indicated, no electronic version of a proposal or bid shall be accepted, only fax and hard copies. Unless otherwise indicated all submittals shall be to:

The Office of the Chief of Police
Town of Bridgton
8 Iredale Street,
Bridgton, Maine 04009

Respondents shall be solely responsible to assure the completeness of their proposals. No addendums will be accepted once the deadline has been declared. All submittal shall become the property of the Town of Bridgton unless otherwise approved by the Town.

The Town of Bridgton has created the bid/proposal package. It should consist of the first section which outlines the general information and details of the process. The second section should contain the complete product or service specifications. Additional sections may be included as the Town determines. Failure to affirm with the Town receipt of the complete package will be cause to reject a respondent’s bid/proposal if it is incomplete.

The specifications within this package are to be considered as a minimum. No exceptions to these minimum standards will be allowed. The Town has a fleet of Ford police cruisers and has determined that it will continue to use the Ford Police Utility model and will not accept alternative makes or models.

If a bid bond or check has been required, the Town shall retain them until the execution of all necessary contract documents between the Town and the successful respondent. If the successful respondent rejects the award or fails to execute the necessary documents in a timely fashion, the Town, at its sole discretion, may attempt to enter into an agreement with the next lowest respondent or reject all bids and start the process over and shall keep their bid bond or check to cover the costs of re-advertisement, changes in pricing as a result of the delay and to cover the costs of the Town associated with re-starting the process over again.

Unless otherwise indicated by the Town, a respondent may use their own forms and format to prepare their proposal or bid. Each proposal must clearly indicate the name of the company and the person who is authorized to make such a proposal. If more than one entity is involved in the same proposal, then all of the company names, corporate addresses, emails, contact numbers and other pertinent information must be included in the proposal or bid. Each proposal or bid must address every element of the Town’s specifications or a full disclosure by the respondent as to which specifications were not met and why.

All proposals shall be delivered in a sealed package properly identifying the proposal or bid’s purpose ie. “Police Department Cruiser”.

Periodically, the Town may issue an addendum to its bid/proposal package and at its sole discretion may choose to extend the deadline for all bids/proposals.

Respondents are invited to attend the opening of all sealed proposals on the date and time and at the location indicated in the public notices.

A declaration of an apparent low bidder or successful bidder does not constitute the award of the bid. The award shall be made only after a thorough review of the proposal or bid and the actions by the Select Board. The final decision to make an award shall rest with the Bridgton Board of Selectmen. Their decision shall be final.

If a performance or materials bond is required it shall be presented to the Town after an award is made and before any notice to proceed is issued.

Selection of the successful proposal or bid shall, in part, be based upon the completeness of the submittal, the quality and price of the item(s), the reputation of the respondent and the ability of the respondent to meet all deadlines for delivery of the item(s). In some cases it may be deemed necessary to negotiate with the respondents to assure the Town receives the item(s) it expects.

A brief and precise narrative of the company or companies (if more than one are working together on the bid/proposal) shall be included indicating the background and other municipalities that were supplied the goods or services being proposed.

The Town of Bridgton reserves the right to reject any and all proposals or bids, to waive any formalities in the process and to ultimately make a selection that it deems is in the best interest of the Town of Bridgton.

SPECIAL CONDITIONS

In some of the Town’s solicitations, special conditions shall apply. If any are required they shall appear here.

Payment Terms:

The Town of Bridgton will pay the final bid price at the time of receipt of the vehicle with title. No financing will be required for this purchase.

Warranty and Guarantee:

All warranty and guarantee information, whether it be provided by the manufacturer or dealer, must be included in the bid/proposal package. Where the Town has specified the duration of such, the detailed information must be included and any variations from the Town’s request must be clearly identified with an explanation including any alternative.

Plans, Drawings, Manufacturer’s Specifications:

Included in the bid/proposal shall be the vehicle specifications that further detail the products conformity to the Town’s bid/proposal request. Such documents that relate to the maintenance and operations of the vehicle must also be included.

INFORMATION AND SPECIFICATIONS FOR THE BID/PROPOSAL

NOTICE TO ALL BIDDERS: THE SPECIFICATIONS ARE ATTACHED TO THE GENERAL INFORMATION SECTION OF THE BID/PROPOSAL PACKAGE.
PLEASE REVIEW EACH SECTION CAREFULLY AND IF YOU BELIEVE SOMETHING MIGHT BE MISSING PLEASE CONTACT THE BRIDGTON TOWN OFFICES AT 647-8786 IMMEDIATELY.
IT IS THE RESPONSIBILITY OF EACH RESPONDENT TO ASSURE THEY HAVE A COMPLETE PACKAGE. THE TOWN WILL NOT EXTEND THE BID/PROPOSAL DATE AND TIME DUE TO AN INCOMPLETE RESPONSE EVEN IF PORTIONS OF THE TOWN’S BID/PROPOSAL ARE MISSING.

Police Utility Patrol Vehicle suitable for Patrol/Emergency Use
2020 Ford Utility Police Interceptor

 Black with White Doors (Factory wrapped)
 Dark Color Interior
 All Wheel Drive
 Cloth Front Bucket Seats, Vinyl Bench Rear seat
 Heavy duty rubber floor covering
 Power Driver Seat including lumbar support
 ENGINE 3.7 Liter TI-VCT V6
 304 HP @ 6250 rpm
 75 MPH rear crash tested
 Heavy Duty Automatic Transmission with external oil cooler
 High output alternator & Heavy-Duty Battery
 Heavy Duty suspension components (Springs, Shocks, Sway Bars)
 Advance Trac Stability Control
 4-wheel disc ABS brakes
 Five (5) p245, 55 R18, BSW tires, full size spare
 Wheels, (5) heavy duty steel wheel 18”
 Heavy duty power steering with external oil cooler
 Center hub caps
 SYNC Basic with Bluetooth 53M
 Police pre-wire package for lights, radio, siren, etc. 60A
 Radio noise suppression package
 Certified calibrated speedometer
 Driver side mounted spotlight – Whelen LED Bulb
 Interior door activated courtesy lights disabled
 Power windows & door locks w/driver control
 Tilt steering wheel
 Electric rear defogger
 Air conditioning (front only)
 Tinted window glass
 Engine gauge package – oil, amp, water
 AM/FM Radio w/Clock
 Dual heated power outside rear view mirrors
 Front & Rear splash guards
 Key FOBs and keyed alike 1284X 59B
 Setina push bumper PB450L
 Trailer hitch – Class II
 Automobile headlight switch/front head lamp solution 66A
 Courtesy lights disabled – Dark car feature
 Rear door handles inoperable/locks inoperable
 Rear windows power delete, operable from drivers’ position only
 5-year 100,000-mile LTD powertrain warranty