Central Wastewater Plant Specifications for the Purchase of Polymer - June 2013

Similar documents
INSTRUCTIONS TO BIDDERS

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY

Request for Proposal. RFP # Towing Services Inoperable Vehicles

INSTRUCTIONS TO BIDDERS

VIRGINIA DEPARTMENT OF TRANSPORTATION INVITATION FOR BIDS (IFB)

REQUEST FOR PROPOSALS FOR ACCOUNTING SERVICES

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

REQUEST FOR PROPOSAL CASH MANAGEMENT SERVICES

Request for Proposals for Agent of Record/Insurance Broker Services

INVITATION FOR BIDS LONGWOOD UNIVERSITY MATERIEL MANAGEMENT 201 HIGH STREET FARMVILLE, VIRGINIA 23909

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

Request for Proposal. RFP # Recreation T-Shirts

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

Annual Fuel Bid - #01-09

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

INSTRUCTIONS TO BIDDERS

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

TOWN OF CHRISTIANSBURG PURCHASING OFFICE 100 EAST MAIN ST. CHRISTIANSBURG, VA PH: FAX:

Front Porch Roof Replacement Scope of Work

INVITATION TO BID DUNKIN DONUTS PC# Fort Campbell Blvd. Hopkinsville, KY

Appomattox River Water Authority

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

for Electrical Engineering Services for Smyth County School Board An Original and Three (3) complete copies of Sealed Proposals Due

TOWN OF LINCOLN GENERAL SPECIFICATIONS

Annual Fuel Bid - #01-08

Invitation to Bid BOE. Diesel Exhaust Fluid

GENERAL TERMS AND CONDITIONS

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

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

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

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Central Office

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

Invitation For Bid. Uniforms IFB U

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

Request for Proposal. RFP # Delinquent Tax Collection Services

2018 Bulk Magnesium Chloride. Bids Due and Opening Thursday, March 29, 2018 Time: 10:00 a.m.

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

Motor Grader Packer-Roller. Bids Due and Opening Monday, March 26, 2018 Time: 2:00 p.m.

RFB TITLE: N Kawai Digital Piano

City of New Rochelle New York

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015

AIA Document A701 TM 1997

ORANGE COUNTY PUBLIC SCHOOLS REQUEST FOR PROPOSAL #

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

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

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

Issue Date: December 8, 2016 ITB No: 17B018 FOR: RENTAL OF TRUCK MOUNTED, HYDRAULIC LIFT CRANE WITH OPERATOR

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

INVITATION TO BID ATHLETIC WEAR AND SUPPLIES

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

No late bids will be considered.

INFORMATION FOR BIDDERS

City of New Rochelle New York

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

NEAPA Northeast Alabama Purchasing Association

How to Remain Active. Return bids complete, accurate, and on time. Bid competitively.

Sealed proposals will be received until 4 pm on Friday, March 16, 2018.

Professional Services and Bidding Construction Projects BILL NO. SPONSORED BY COUNCILMAN

Tobacco Use Prevention Grantees FY

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

SPECIFICATIONS FOR ALUMINUM STREET LIGHT POLES FOR THE ELECTRIC DEPARTMENT BROOKINGS MUNICIPAL UTILITIES BROOKINGS, SOUTH DAKOTA SEPTEMBER 2012

RFP GENERAL TERMS AND CONDITIONS

Request for Proposal (RFP) # For. Fireworks Display

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

REQUEST FOR FORMAL BID

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

MELBA SCHOOL DISTRICT

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

Convert Six East/West Tennis Courts to a North/South Orientation

BID # EFI H1625 LED Wide Format Printer Fullerton College

Storage Cages for the Solid Waste Division of the Boone County Fiscal Court

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

REQUEST FOR FORMAL BID

REQUEST FOR PROPOSAL. Nurturing Parent Program

INSTRUCTIONS TO BIDDERS

NORTHWESTERN COMMUNITY SERVICES

BID ON LIQUID ZINC ORTHOPHOSPHATE & LIQUID POLYPHOSPHATE

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

BID DOCUMENTS FOR ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT

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

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

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

Invitation for Sealed Bids

REQUEST FOR FORMAL BID

INVITATION TO BID. Arlington Public Schools Purchasing Office. Invitation No. 86FY17

Invitation for Bids IFB # VIT

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT

CITY OF GAINESVILLE INVITATION TO BID

RFP GENERAL TERMS AND CONDITIONS

VA REQUEST FOR PROPOSAL

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

COUNTY OF COLE JEFFERSON CITY, MISSOURI

INVITATION TO BID. (713) Phone BEC Project No.: (832) Fax April 24, 2013

1 Exam Prep AIA A-701 Questions

Transcription:

Central Wastewater Plant Specifications for the Purchase of Polymer - June 2013 Written quotes will be received by the Bedford Regional Water Authority Finance Department, 1723 Falling Creek Road, Bedford, Virginia 24523 until 3:00 p.m., local prevailing time, July 1, 2013 for the possible purchase of the following material: ESTIMATED QUANTITY ESTIMATED CONTAINER SIZE CHEMICAL Chemical Specifications 2 2225 LB. TOTE POLYMER 1- Polymer shall be EVERFLOC 2013, or CLARIFLOC SE-588, or XELERA 434DB liquid, Cationic Polyacrylamide polymer or equal. 2- Performance test will be required on substitute material. 3- All totes are to have a mixing port in top and a discharge port on bottom and must be returnable. General Requirements 1- Quotes shall be submitted in a sealed envelope with CENTRAL WASTEWATER TREATMENT POLYMER QUOTE July 1, 2013" clearly written on the outside. 2- Quotes shall be opened and publicly read aloud at 3:00 p.m., local prevailing time, July 1, 2013 at the Bedford Regional Water Authority offices located at 1723 Falling Creek Road, Bedford, Virginia 24523. 3- The contract price of the quote shall be firm for one year beginning July 1, 2013 through June 30, 2014. 4- Price shall include delivery to the Bedford Regional Water Authority Central Wastewater Treatment Plant at 852 Orange St., Bedford Virginia. Additional fuel surcharges will not be allowed. The cost per pound will include all delivery charges. Quoted price shall be per pound 5- Deliveries will be made to the Bedford Regional Water Authority Central Wastewater Treatment Plant on an as needed basis. 6- The Bedford Regional Water Authority reserves the right to accept or reject any or all quotes. Award of purchase will be made based on an economic evaluation of the information provided by the bidder. All participants will be advised of the results if requested. 7- The Authority reserves the right to cancel the contract, immediately under the following conditions, but not limited to: A. Delivery and /or scheduling problems.

B. Condition of totes delivered. C. Price increase. D. Other cost than what was specified in original quote.

BID/SIGNATURE SHEET WASTEWATER TREATMENT PLANT BID AMOUNT: Polymer $ per pound lbs. per tote Type of Polymer $ per tote Bidder/Vendor Company: Phone Number Printed Name Signature Date

GENERAL TERMS AND CONDITIONS 1. Bids shall be submitted at the place and time specified in the advertisement to bid. Submit the bid in an opaque, sealed envelope. Identify the envelope with project name and the name and address of bidder. No responsibility will be attached to any Officer or Agent for the premature opening of a bid not properly addressed and identified. 1. Bids shall be submitted on an unaltered bid sheet provided by the Authority. All blank spaces shall be filled with appropriate figures and/or information, otherwise the proposal shall be deemed informal. 2. It is the responsibility of the Bidder to assure that the bid is delivered to the place designated for receipt of bids prior to the time set for receipt of bids. No bid received after the time designated shall be considered. The Officer or Agent, whose duty it is to open the bids, will decide when the specified time has arrived. 3. If any respective Bidder has questions about the specifications or other solicitation documents, the prospective Bidder should contact the department which is named on the face of the solicitation no later than five (5) working days before the due date. Any revisions to the solicitation will be made only by addendum issued by the Authority. 4. Bidders are advised that oral explanations or instructions given by Authority Personnel during the Invitation for Bids process, or at any time prior to the bid award shall be nonbinding. 5. Persons intending to submit a bid are specifically cautioned that the contractor is barred from pleading misunderstanding or deception because of estimates of quantities, character, location or other conditions surrounding the same. 6. Modifications, additions or changes to the Terms and Conditions of this Invitation for Bids by the Bidder may be cause for rejection. 7. Any bid in response to this solicitation shall be valid for 60 days. At the end of the 60 days the bid may be withdrawn at the written request of the Bidder. If the bid is not withdrawn at that time it remains in effect until an award is made or the solicitation is cancelled 8. Payment for completed approved work will be made within thirty (30) days upon receipt of the invoice. 9. Unless otherwise provided in this solicitation, the name of a certain brand, make or manufacturer does not restrict Bidders to the specific brand, make or manufacturer named, but conveys the general style, type, character, and quality of the article desired. 10. Any article which the Authority in its sole discretion determines to be the equal of that specified, considering quality, workmanship, economy of operation, and suitability for the purpose intended, shall be accepted. The Bidder is responsible to clearly and specifically indicate the product being offered and to provide sufficient descriptive literature, catalog cuts and technical detail to enable the Authority to determine if the product offered meets the requirements of the solicitation. 11. Failure to furnish adequate data for evaluation purposes may result in declaring a bid nonresponsive. Unless the Bidder clearly indicates the product offered is an equal product, such bid will be

considered to offer the brand name product referenced in the solicitation. 12. Sales to the Authority are normally exempt from State sales tax. State sales and use tax certificates of exemption, Form ST-12, will be issued upon request. Deliveries against this bid shall be free of excise or transportation taxes. 14. All bids will be evaluated and awarded on NET prices. Cash discounts will not be considered in making awards. If a cash discount for prompt payment is offered, it must be clearly stated. 15. In the case of default by the successful bidder or failure to deliver goods ordered by the time specified, the Authority, after due written notice, may procure them from other sources and hold bidder responsible for any resulting additional purchase and administrative costs. 16. By submitting their bids, bidders certify that their bids are made without collusion or fraud and that they have not offered or received any kickbacks or inducements from any other bidder, supplier, manufacturer or subcontractor in connection with their bid, and that they have not conferred on any public employee having official responsibility for this procurement transaction any payment, loan, subscription, advance, deposit of money, services or anything of more than nominal value, present or promised unless consideration of substantially equal or greater value was exchanged. 17. By submitting their bid, the bidder certify that they do not and will not during the performance of this contract employ illegal alien workers or otherwise violate the provisions of the federal Immigration Reform and Control Act of 1986. 18. By submitting their bids, bidders certify that they are not currently debarred by the Commonwealth of Virginia from submitting bids on contracts for the type of goods covered by the solicitation, nor are they an agent of any person or entity that is currently debarred. 19. The Authority may make such reasonable investigations as deemed proper and necessary to determine the ability of the bidder to perform the services/furnish the goods and the bidder shall furnish to the Authority all such information and data for this purpose as may be requested. The Authority reserves the right to inspect bidder s physical facilities prior to award to satisfy questions regarding the bidder s capabilities. The Authority further reserves the right to reject any bid if the evidence submitted by, or investigations of, such bidder fails to satisfy the Authority that such bidder is properly qualified to carry out the obligations of the contract. 20. A contract shall not be assignable by the contractor in whole or in part without the written consent of the Authority. 21. Changes to the contract can be made in any of the following ways: a. The parties may agree in writing to modify the scope of the contract. An increase or decrease in the price of the contract resulting from such modification shall be agreed to by the parties as a part of their written agreement to modify the scope of the contract. b. The Authority may order changes within the general scope of the contract at any time by written notice to the contractor. Changes within the scope of the contract include, but are not

limited to, things such as services to be performed, the method of packing of shipment, and the place of delivery or installation. The contractor shall comply with the notice upon receipt. The contractor shall be compensated for any additional costs incurred as the result of such order and shall give the Authority a credit for any savings. Compensation shall be determined by one of the following methods: 1. By mutual agreement between the parties in writing; or 2. By agreeing upon a unit price or using a unit price set forth in the contract; or 3. By ordering the contractor to proceed with the work and keep a record of all costs incurred and savings realized. A markup for overhead and profit may be allowed if provided by the contract. The same markup shall be used for determining a decrease in price as the result of savings realized. The contractor shall present the Authority with all vouchers and records of expenses incurred and savings realized. 22. The Authority intends to make the award to the lowest responsive and responsible bidder. However, the Authority reserves the right to make separate awards, reject any or all bids, in whole or in part, to waive informalities and to delete items prior to making the award, whenever it is deemed in the sole opinion of the Authority to be in its best interest. Due consideration will be given to price, previous experience and the ability of the bidder to render required services. The Authority also reserves the right to conduct any tests it may deem advisable and to make all evaluations. If lowest bid exceeds available funds, the Owner may enter into negotiations with the lowest responsible bidder to lower the bid within the available funds, using the following procedure: The Authority will notify the first lowest responsible bidder, within 10 days following the bid opening, that negotiations will be entered into. An itemized price and quantity breakdown of the bid shall be furnished to the Authority by the Bidder within 10 days. The Authority will prepare a revised scope of work that will be given to the first lowest responsible bidder for revision of his bid. If the first lowest bidder's revised bid is within the available funds, a contract will be awarded. If the first lowest bidder's revised bid is not within the available funds, negotiations will be entered into with the second lowest responsible bidder using the same procedures outlined above. If the second lowest bidder's revised bid is not within available funds, negotiations may be continued with each subsequent lowest bidder until a satisfactory bid is obtained.

Polymer Request Bidders List June27, 2013 1. Brenntag - Southeast P. O. Box 1153 Bedford, Va. 24523 Attn: John G. East, Div. Manager 1-540-586-6382 2. Polydine Inc. P.O. Box 279 Riceboro, GA 31323 Attn: Randal Vickery 1-800-848-7659 3. Blue Ridge Solvents & Coatings, Inc. P.O. Box 759 Henry, VA 24102 Attn: Randy Bumgarner 1-276-629-5325

4. Polytec, Inc. P.O. Box 659 Mooresville, NC 28115 Atten: Jack Harmon, President 1-704-660-5195 5. Sterling Water Technologies P.O. Box 602 Columbia, TN 38402-0602 Attn: Beverly Robinson 1-800-426-2428