Rock Hill Fire Department RFP for HAZMAT Training Suits CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HAZMAT SUITS

Similar documents
CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m.

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. Bids due on October 31, 2017 at 2:00 p.m.

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL KNOWLEDGE PARK TRAFFIC CIRCLE LANDSCAPING. MANDATORY PRE-BID MEETING March 30, 2017 at 10:00 AM

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE TACTICAL ROBOT. Bids due on February 8, 2018 at 2:00 p.m.

REQUEST FOR PROPOSAL CITY HALL CARPET REPLACEMENT

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730

CITY OF ROCK HILL, SC NEIGHBORHOOD STABILIZATION PROGRAM RENTAL MANAGEMENT REQUEST FOR QUALIFICATIONS AND PROPOSALS

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE ICE RINK RENTAL AND OPERATION. Bids due by May 15, 2018 at 2:00 p.m.

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL MANUAL VEHICLE WASH SYSTEM. Bids Due February 6, 2018 at 2:00 PM

INSTRUCTIONS TO BIDDERS

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL

INSTRUCTIONS TO BIDDERS

REQUEST FOR SEALED BID PROPOSAL

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL

Housing Development Corporation of Rock Hill. Request for Proposal. Repairs at 52 Reynolds Street, Rock Hill SC 29730

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL

INVITATION TO BID (ITB)

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

INSTRUCTIONS TO BIDDERS

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

Invitation to Bid BOE. Diesel Exhaust Fluid

REQUEST FOR SEALED BID PROPOSAL

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

REQUEST FOR SEALED BID PROPOSAL

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

Request for Proposal CNC Mill For the Rockville High School

Request for Proposal Data Network Cabling

REQUEST FOR QUOTE # 16471

Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri

INSTRUCTIONS TO BIDDERS

REQUEST FOR SEALED BID PROPOSAL

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

B. The Bid is made in compliance with the Bidding Documents.

REQUEST FOR PROPOSAL. UPS Maintenance

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

INSTRUCTIONS TO BIDDERS

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

ADVERTISEMENT FOR BIDS

Invitation to Bid BOE. Fluorescent Bulbs

Computerized Point-Of-Sale Accountability System And Meal Application Software for USDA National School Meals Program

HEATING AND COOLING SYSTEM MAINTENANCE

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

REQUEST FOR SEALED BID PROPOSAL

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

C A R I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL FOR THE

2018 Recreation Center Dectron Unit - R22 Refrigerant

BID DOCUMENTS FROM CITY OF BEEVILLE FOR PURCHASE OF SEAL COATING FOR CITY STREETS BEEVILLE, TEXAS BIDS WILL BE RECEIVED UNTIL

Pittsburgh, PA 15213

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S.

City of New Rochelle New York

Erie County Water Authority

CITY OF ROMULUS CHAPTER 39: PURCHASING

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

PURCHASING DEPARTMENT

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid WD Motor Grader 2018 Boom Mower (Shredder)

REQUEST FOR PROPOSAL

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION

REQUEST FOR SEALED BID PROPOSAL

Purchasing Policies and Procedures Handbook

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

Please include a business card with updated contact information in the packet.

Human Services Building Roof Project (4 flat roofs)

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

INVITATION FOR BIDS FOR TRACTOR AND PULL TYPE SCRAPER NOVEMBER 22, 2005 HARNETT COUNTY

PURCHASING DEPARTMENT

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

BID # EFI H1625 LED Wide Format Printer Fullerton College

Our mission is to procure supplies and services for our customers at the best value utilizing innovative supply-chain practices and technology.

Transcription:

PUR484 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HAZMAT SUITS February 03, 2014 @ 10:00 AM The City of Rock Hill, South Carolina is seeking competitive bids from qualified firms to provide the City s Fire Department with HAZMAT SUITS The process of responding to this Request for Proposal (RFP) should involve interested companies reviewing and analyzing the information provided herein and responding in writing to any and all items where a response is requested. BACKGROUND The City of Rock Hill s Fire Department is responsible for these items. BID REQUEST Sealed bids will be received by the Purchasing Division of the City of Rock Hill, South Carolina until 10:00 AM local time on February 03, 2014 at which time they will be publicly opened and read aloud. All companies submitting bids are welcome to attend, but attendance is not mandatory. Details of the bids can be obtained by visiting the City of Rock Hill website at www.cityofrockhill.com after February 04, 2014. The bid opening will begin promptly at the appointed time in the Purchasing Conference Room, located at 757 South Anderson Road, Building #103, Rock Hill, South Carolina, 29730. No bid may be submitted after the bid opening begins. The bidder is solely responsible for the timely submission of his/her bid. Page 1 of 11

Table of Contents Rock Hill Fire Department RFP for HAZMAT Training Suits 001. INFORMATION FOR VENDORS 002. GENERAL REQUIREMENTS 003. RELIABILITY OF VENDOR 004. REJECTION OF PROPOSALS 005. WARRANTY 006. HAZMAT TRAINING SUITS 007. RFP AWARD 008. DELIVERY TIME 009. PAYMENT 001. INFORMATION FOR VENDORS Sealed proposals are desired from reputable vendors in accordance with these specifications for HAZMAT Training Suits listed as follows in Section (006) HAZMAT Training Suits. 002. GENERAL REQUIREMENTS Each proposal must conform to this RFP and its requirements. It is the intent of these specifications to cover the furnishing and delivery to the City of Rock Hill Fire Department said HAZMAT Training Suits ordered to be completely filled as specified. All specifications herein contained are considered as minimum. All exceptions/alternates that are taken must be listed on a separate page and marked "Exceptions to Specifications". Every exception taken shall be listed as to section description and / or number. Please feel free to quote requested and alternately. Failure to provide the required exception/alternate list with the bid proposal shall be cause for rejection of that proposal. All exceptions/alternates shall be solely at the discretion of and decided upon by the Rock Hill Fire Department representatives. 003. RELIABILITY OF VENDORS Vendors shall furnish satisfactory evidence that the vendor has the ability to provide the HAZMAT Training Suits specified. Satisfactory evidence shall be at the discretion solely upon the City of Rock Hill Fire Department. 004. REJECTION OF PROPOSALS The right is reserved to reject any or all proposals or to accept such proposal as is in the best interest of the City of Rock Hill. All RFP requirements and specifications as written are considered minimum. RFPs will be rejected which substitute less substantial materials and/or methods of construction/material than that specified. Since all Vendors may not have the ability to purchase and provide all described items, please respond with pricing on what you can and all pricing will be taken into consideration by the City of Rock Hill Fire Department representatives. The City of Rock Hill does not, in any way, obligate itself to accept the lowest Bid. Page 2 of 11

005. WARRANTY The sole source of purchase includes sole source warranty. Any and all warranty shall be the responsibility of the awarded vendor or their designee regardless of manufacturer of warranted item. 006. HAZMAT TRAINING SUITS It is expected that all bidders will adhere to the specifications. All aspects of the HAZMAT Training Suits shall be free from any defects that might bring injury to a firefighter or upon delivery be deemed unacceptable. All the HAZMAT Training Suits shall meet the mandated specifications upon delivery as agreed upon by the City of Rock Hill Fire Department and the awarded vendor. In the instance that item(s) are delivered that varies from any part of the agreed upon conditions, it or they shall be replaced or refunded at no expense to the City of Rock Hill Fire Department. Quantities given are for informational purposes only. Page 3 of 11

The requested items shall be as follows or equivalent to: 1. Two (2) Medium Heavy Duty Level A HAZMAT Training Suits Suits shall meet the following description: Fully encapsulated with rear entry Nylon stitched seams 20mil PVC EX face shield Attached Butyl gloves Zipper closure with storm flap Internal waist belt Expandable back for SCBA Attached sock booties with outer boot flaps This item shall be clearly labeled as a training suit 2. Four (4) Large Heavy Duty Level A HAZMAT Training Suits Suits shall meet the following description: Fully encapsulated with rear entry Nylon stitched seams 20mil PVC EX face shield Attached Butyl gloves Zipper closure with storm flap Internal waist belt Expandable back for SCBA Attached sock booties with outer boot flaps This item shall be clearly labeled as a training suit 3. Six (6) X-Large Heavy Duty Level A HAZMAT Training Suits Suits shall meet the following description: Fully encapsulated with rear entry Nylon stitched seams 20mil PVC EX face shield Attached Butyl gloves Zipper closure with storm flap Page 4 of 11

Internal waist belt Expandable back for SCBA Attached sock booties with outer boot flaps This item shall be clearly labeled as a training suit 4. Six (6) XX-Large Heavy Duty Level A HAZMAT Training Suits Suits shall meet the following description: Fully encapsulated with rear entry Nylon stitched seams 20mil PVC EX face shield Attached Butyl gloves Zipper closure with storm flap Internal waist belt Expandable back for SCBA Attached sock booties with outer boot flaps This item shall be clearly labeled as a training suit 5. Six (6) XXX-Large Heavy Duty Level A HAZMAT Training Suits Suits shall meet the following description: Fully encapsulated with rear entry Nylon stitched seams 20mil PVC EX face shield Attached Butyl gloves Zipper closure with storm flap Internal waist belt Expandable back for SCBA Attached sock booties with outer boot flaps This item shall be clearly labeled as a training suit Page 5 of 11

007. RFP AWARD Proposal will be awarded to the most "responsible vendor", provided that company is in the best interest of the City of Rock Hill. When analyzing the RFPs, and in selecting a successful vendor, superior design, workmanship, materials, operating costs, location of factory, past experience, length of incorporation, service record, and compliance to specifications will be taken into consideration. The City of Rock Hill reserves the right to waive any formality in the RFPs received once such waiver is in the best interest of the City of Rock Hill and, also, to accept any item in the RFP found to be of superior quality or otherwise preferred by the City of Rock Hill. 008. DELIVERY TIME Any and all items that are ordered by the City of Rock Hill Fire Department that pertain to this RFP, shall be delivered within a time of two (2) weeks. If the awarded company(s) is not able to comply with the specifications of delivery, the order may be dropped or an inconvenience credit of five (5) % a week that the complete order isn t delivered after the two (2) week period may be applied to the order that was placed. This decision shall be left solely to the decision of the City of Rock Hill Fire Department. 009. PAYMENT Invoiced payment for the ordered item(s) shall be made after invoice is received and sent to City of Rock Hill Accounting Department. Invoiced payment will be sent to City of Rock Hill Accounting Department after completed delivery and acceptance/full inspection by the Rock Hill Fire Department representatives to ensure quality and specification requirements of ordered item(s). Final invoice shall include any Local Taxes, State Taxes, Federal Taxes, and shipping fees if any. Page 6 of 11

INSTRUCTIONS TO BIDDERS Purpose: The purpose of this document is to provide to potential bidders general and specific information in submitting a bid to supply the City s needs as listed within. 1.1 Definitions: A) Bidder: This term is used to encompass the party seeking to have an agreement with the City of Rock Hill. B) City: This term is defined as the City of Rock Hill, South Carolina. All communications relating to the bid process or the resulting purchase should be directed to the City s Purchasing Office or to his designated contact. C) Purchase: This term means the agreement to be executed by the City and the successful bidder. 1.2 Bid Preparation: All bid responses shall be A) Prepared and submitted on the forms enclosed herein, unless otherwise prescribed. B) Typewritten or completed in ink, signed by the bidding firm s authorized representative with all erasures or corrections initialed and dated by said signer. C) Each bid constitutes an offer and may not be withdrawn except as provided herein. Bid prices are to remain firm for the period stated in the Bid Request. D) Each bid shall include the name, address, telephone number, fax number and e-mail address of at least three (3) current customers for whom they have provided similar products. These references may be contacted, and if so, their responses will constitute a significant part in the bid evaluation process. 1.3 Bid Submission: Two (2) copies of the Bid Response shall be: A) Submitted in a sealed opaque envelope with the following information written on the outside of the envelope: * The name of the bidding company; * Identification of items being bid; date and time of bid opening. B) Mailed or delivered to the address shown in the Bid Request for receipt by the City by the stated deadline. C) Bids not received by the time and date specified will not be opened or considered, unless the delay is a result of the City/County, its agents, or assigns. 1.4 Failure to bid: Any company which does not desire to offer a bid should submit to the City a letter stating a reason for not bidding and whether the bidder desires their company s name be retained or removed from the City s bid list for future solicitations. 1.5 Errors in Bid: Bidders or their authorized representatives are expected to fully inform themselves as to the conditions, requirements and specifications before submitting bids. Failure to do so will be at the bidder s own risk. In case of error in extension of prices in the bid, the unit price shall govern. Page 7 of 11

1.6 Award Criteria: The award shall be made to the bidder(s) who submit the lowest responsible and responsive bid taking into consideration product quality, past performance, and compliance with the stated terms, conditions, and specifications. City may award items to separate The City/County reserves the right to make such decision as it deems to be in its own best interest. The City alone shall make such determination. 1.7 Compliance with laws: The successful bidder shall obtain and maintain all licenses, permits, liability insurance, worker s compensation insurance and comply with all other standards or regulations required by federal, state, county, or City statute, ordinances and rules during the performance of any purchase between the bidder and the City. Any such requirement specifically set forth in any purchase document between the bidder and the City shall be supplementary to this section and not in substitution thereof. 1.8 Brand Name: The use of a brand name is for the sole purpose of describing the standard of quality, performance, and a characteristic desired and is not intended to limit or restrict competition. If an alternate is quoted sample must be included with bid. City Business License: The successful contractor, prior to execution of the contract, must possess or obtain a City of Rock Hill Business License. Such license must be maintained throughout the duration of the contract. The fee for such license is based on the amount of the contract with the City if the contractor is not currently doing other business inside the City Limits. If the contractor is currently doing other business within the City limits of Rock Hill, and does not possess a business license, then the fee for the license is based on the total gross receipts from customers within the city limits. Contact City Business license Office at 803-329-7042 to determine the exact amount or to ask other pertinent questions regarding doing business in the City of Rock Hill. Right of Non-Commitment or Rejection: This solicitation does not commit the City of Rock Hill to award a contract, to pay any costs incurred in the preparation of the proposal, or to procure or contract for the articles of goods or services. The City reserves the right to accept or reject any or all proposals received as a result of this request, or to cancel in part or in its entirety this proposal, if it is in the best interest of Page 8 of 11

Local Purchasing It is the intent of the City of Rock Hill to promote the use of local businesses and hiring citizens living within the local Rock Hill/York County area when possible. 1.) Local vendors, services, contractors, companies and businesses (Rock Hill/York County) with a valid city of Rock Hill business license may have the opportunity to receive a 3% or a 5% adjustment factor during the consideration of bids. A LOCAL VENDOR, SERVICE, CONTRACTOR, COMPANY OR BUSINESS is defined as a business offering the services and or products being bid. Business must have been established for not less than one year within York County limits along with holding a valid City of Rock Hill Business License for the entire year prior to bid date. City Council shall be entitled to make the final decision as to whether such business is local and may in its discretion consider factors such as the length of time prior to issuance of the local business license, the actual physical presence within the corporate limits or within York County, property taxes attributable to such entity received by the City of Rock Hill, local employment and any other reasonable factors to insure that this policy is not being circumvented. 2.) Business located within the Rock Hill municipal limits may be considered for a 5% adjustment factor. Businesses located in York County outside the Rock Hill municipal limits may be considered for a 3% adjustment factor. 3.) The maximum value of the percentage adjustment factor will be capped at $25,000. 4.) If a local business is within the percentage guideline, not exceeding $25,000, of the lowest bid received, the local business may be given consideration of the bid award if it is willing to provide goods or services at the price of the lowest bid received. 5.) If conditions of number 4 above are met and the local business is not willing to provide goods or services at the price of the lowest bid received, the consideration of the bid award will revert back the lowest bid received, or the next lowest local business within the percentage (maximum $25,000) adjustment factor threshold. 6.) Contractor and or business must make reasonable attempt to hire local Rock Hill/York County residents. 7.) Selected contractor(s) must make reasonable effort to purchase/lease all material, equipment and supplies associated with the awarded bid from a local business with a valid City of Rock Hill Business License. 8.) Contractor(s) receiving award must supply City with a list of their employees working on the project which include the city/town in which they reside along with a list of all equipment, material, suppliers and subcontractors and their addresses (This list will be used in the evaluation process). 9.) Special consideration may be given to companies that have products produced and/or manufactured in the United States. 10.) Local Purchasing provisions of this section will be in effect and apply to bidding until June 30, 2014 and expire unless re-authorized by the City Council. 11.) Local Purchasing adjustment factors cannot apply: (i) to Federally Funded Projects (ii) to State Funded Projects where the State restricts the use of local preferences under such circumstances; or (iii) to projects funded by Bond proceeds where the Bond covenants restrict the manner of procurement. 12.) Utilization of the Local Purchasing program requires a minimum of three bids; if three or more bids are not received the Local Purchasing program cannot be utilized. Page 9 of 11

BID SHEET PUR484 We, the undersigned, do hereby affirm that we have read and understand the enclosed bid requirements and specifications; and do submit this bid for the items listed below ITEM PRICE EACH 1. Two (2) Medium Heavy Duty Level A HAZMAT Training Suits 2. Four (4) Large Heavy Duty Level A HAZMAT Training Suits 3. Six(6) X-Large Heavy Duty Level A HAZMAT Training Suits 4. Six (6) XX-Large Heavy Duty Level A HAZMAT Training Suits 5. Six (6) XXX-Large Heavy Duty Level A HAZMAT Training Suits All prices quoted are to include freight and shipping charges. Company Name: Name: Title: Signature: Date Telephone Number Email Address Page 10 of 11

Page 11 of 11