INVITATION TO BID (ITB)

Similar documents
INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251

COUNTY OF SCOTT, VIRGINIA REQUEST FOR PROPOSAL FOR ACCOUNTING SERVICES

Request for Proposals. Forensic Accounting Audit Services

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

REQUEST FOR PROPOSAL CASH MANAGEMENT SERVICES

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

Botetourt County Public Schools

FARMERS MARKET AGREEMENT. I. PARTIES: The parties to this Agreement are the Town of Purcellville (hereinafter Town ) and the contractor.

Mold Remediation and Clean Up of Central High School

TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

Request for Proposal Public Warning Siren System April 8, 2014

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:

Request for Proposal. RFP # Recreation T-Shirts

AUGUSTA COUNTY SERVICE AUTHORITY

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

MIDDLE PENINSULA REGIONAL SECURITY CENTER REQUEST FOR PROPOSAL SECURITY SYSTEM INSTALLATION AND SUBSEQUENT SERVICE/MAINTENANCE

REQUEST FOR PROPOSAL. Nurturing Parent Program

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

CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS.

Request for Proposal. RFP # Towing Services Inoperable Vehicles

Request for Proposal. RFP # Delinquent Tax Collection Services

Request for Proposals for Agent of Record/Insurance Broker Services

Invitation For Bid. Uniforms IFB U

Invitation for Bids IFB # VIT

INVITATION TO BID Acoustical Ceiling Tile

RFP GENERAL TERMS AND CONDITIONS

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

Contract No NO0. Page 1 of 12 CONTRACT: 11157NO0. Lake Jackson Study - Dam. Between:

REQUEST FOR PROPOSALS FOR ACCOUNTING SERVICES

INVITATION TO BID Install Spray Foam Polyurethane Roof

Invitation For Bid. Gasoline, Diesel Fuel, Fuel Oil, & Propane IFB F

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

MANDATORY GENERAL TERMS AND CONDITIONS

MIDDLE PENINSULA REGIONAL SECURITY CENTER Serving: The Counties of Essex, King and Queen, King William, Mathews and Middlesex

COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY

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

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

REQUEST FOR PROPOSALS

COUNTY OF PRINCE WILLIAM

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

REQUEST FOR QUOTATION Relocation of Office Trailer RFQ NUMBER:

SECTION D: Fiscal Management. DA Management of Funds 4/14. DB Annual Budget 7/15. DG Custody and Disbursement of School Funds 4/15

SCRAP TIRE RECYCLING AND DISPOSAL FOR THE MACON COUNTY SOLID WASTE DEPARTMENT

INVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots

REQUEST FOR PROPOSAL (RFP) For Voluntary Supplemental Insurance and Administration of Section 125 Plan. Issue Date: September 29, 2017 RFP# /18

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) May 26, 2017

City of New Rochelle New York

Tobacco Use Prevention Grantees FY

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

CONTRACT: 7005B00 SUBJECT: COPIER RENTAL. Between: PRINCE WILLIAM COUNTY 1 COUNTY COMPLEX COURT (MC460) PRINCE WILLIAM, VA

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

CARLYLE HOUSE BANK BUILDING LOW ROOFING REPLACEMENT 121 N. Fairfax Street Alexandria, Virginia PROJECT MANUAL

RFP GENERAL TERMS AND CONDITIONS

COUNTY OF PRINCE WILLIAM

Champaign Park District: Request for Bids for Playground Surfacing Mulch

INVITATION FOR BIDS. Agency Name: Culpeper SWCD. 351 Lakeside Drive. Culpeper, Virginia (540) Project Name & Location:

JOINT MEETING OF ESSEX AND UNION COUNTIES REQUEST FOR QUOTATION FURNISH AND DELIVER ECLIPSE PUMPS AND PART KITS

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN

REQUEST FOR PROPOSALS

INVITATION TO BID (ITB)

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

Scope of Work: April 21, Close of Business (COB) Contract Officer:

COUNTY OF PRINCE WILLIAM

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

TOWN OF ORANGE BID SPECIFICATION PACKET PAVING WORK BID #PAV2019

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

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

REQUEST FOR PROPOSAL No AD-0017 FOR LEGAL SERVICES SEALED PROPOSALS ACCEPTANCE DATE AND TIME APRIL 13, 2015, AT 5:00 P.M.

COUNTY OF PRINCE WILLIAM

Proposal No:

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

ADVERTISEMENT FOR ENGINEERING SERVICES BRUNSWICK COUNTY, VIRGINIA

Appomattox River Water Authority

GENERAL TERMS AND CONDITIONS

Black Hawk County Engineer

INVITATION TO BID U Directional Boring Utility Department

PLEASANTVILLE HOUSING AUTHORITY

BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL

SOMERSET COUNTY INSURANCE COMMISSION

BID DOCUMENTS FOR. WTP VFD Replacement Bid

COUNTY OF PRINCE EDWARD, VIRGINIA

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

INVITATION FOR BID. 245 Hairston Street Danville, Virginia 24540

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

PROPOSAL FOR 2019 MINERAL WELL BRINE

INVITATION FOR BID. 245 Hairston Street Danville, Virginia 24540

BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES

Chapter 26. The Contract

SPECIAL PROVISIONS MANAGER, INFORMATION TECHNOLOGY RFP

CITY OF WILLCOX RETAIL FUEL BID

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

PRINCE WILLIAM- MANASSAS Regional Adult Detention Center 9320 Lee Avenue Manassas, Virginia FAX

Invitation to Bid. Attached you will find a Bid Form. If you have any questions, feel free to call or me directly.

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803

Transcription:

INVITATION TO BID (ITB) MOTOR FUEL & FUEL MANAGEMENT CONTROL SYSTEM SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 PH: 276-386-6521 FAX: 276-386-9198 ISSUE DATE 06/8/2018

1. 1. SUMMARY AND BACKGROUND Scott County is currently accepting sealed bids for providing a Motor Fuel and Fuel Management Control System. Bids will be awarded to one bidder as a whole based on the lowest responsible and responsive bid received. 2. BIDDING GUIDELINES This Invitation to Bid represents the requirements for an open and competitive process. Candidates must submit a sealed bid in writing, either in person or by postal carrier labeled Bid Motor Fuel & Control System Include the Bidder s name, and address. Bids shall be submitted to Amy Vicars, Purchasing Administrator, by 2:00 PM on Monday, June 18, 2018, at the Scott County Administrative Offices, 190 Beech St., Suite 201, Gate City, VA 24251 at which time they will be publicly opened and read aloud. Any bids received after this date and time will not be considered. All bids must be signed by an official agent or representative of the company submitting the bid. The County reserves the right to reject any and all bids. If the organization submitting a bid must outsource or contract any work to meet the requirements contained herein, this must be clearly stated in the bid, and must include a name and description of the organizations being contracted. Contract terms and conditions will be negotiated upon selection of the winning bidder. All contractual terms and conditions will be subject to review by the Scott County Attorney. Contractor awarded contract must: Produce satisfactory evidence of appropriate workers compensation, vehicle and public liability insurance for contractor and subcontractors, if any. Comply with all applicable VOSHA, environmental, etc., laws and regulations. Contractor s Authorization to Transact Business: Please see the attached form titled Proof of Authority to Transact Business in Virginia. Discrimination Prohibited; Participation of Small, Women-, Minority- and Service Disabled Veteran-Owned Business: (Code of Virginia 2.2-4310) In the solicitation or awarding of contracts, the County of Scott shall not discriminate because of the race, religion, color, sex, national origin, age, disability or any other basis prohibited by state law relating to discrimination in employment. The County welcomes and encourages the participation of small businesses and businesses owned by women, minorities, and service disabled veterans in procurement transactions made by the County. Employment Discrimination: (Code of Virginia 2.2-4311) This provision only applies to contracts valued in excess of $10,000. During the performance of this contract, the contractor agrees as follows: a. The contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, disability, or 1

other basis prohibited by state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the contractor. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. b. The contractor, in all solicitations or advertisements for employees placed by or on behalf of the contractor, will state that such contractor is an equal opportunity employer. c. Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section. The contractor will include the provisions of the foregoing paragraphs a, b and c in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor. Drug-Free Workplace: (Code of Virginia 2.2-4312) This provision only applies to contracts valued in excess of $10,000. During the performance of this contract, the contractor agrees to (i) provide a drugfree workplace for the contractor's employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by or on behalf of the contractor that the contractor maintains a drug-free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor. For the purposes of this section, "drug-free workplace" means a site for the performance of work done in connection with a specific contract awarded to a contractor in accordance with this chapter, the employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession or use of any controlled substance or marijuana during the performance of the contract. Faith-Based Organizations: (Code of Virginia 2.2-4343.1) Scott County does not discriminate against faith-based organizations. Illegal Aliens: (Code of Virginia 2.2-4311.1) The Contractor agrees that he or she does not, and shall not during the performance of this contract, knowingly employ an unauthorized alien as defined in the federal Immigration Reform and Control Act of 1986. Indemnification: The Contractor shall hold harmless and indemnify Scott County and its officers, officials, employees, and agents against any and all injury, loss, or damage arising out of the Contractor s negligent or intentionally wrongful acts or omissions. The County will not agree to indemnify the offeror or bidder. Proprietary Information: 2.2-4342(F) of the Code of Virginia states: Trade secrets or proprietary information submitted by a bidder, offeror, or contractor in connection with a procurement transaction or prequalification application submitted pursuant to subsection B of 2.2-4317 of the Code of Virginia (1950), as amended, shall not be 2

subject to the Virginia Freedom of Information Act ( 2.2-3700 et seq. of the Code of Virginia (1950), as amended); however, the bidder, offeror, or contractor shall (i) invoke the protections of this section prior to or upon submission of the data or other materials, (ii) identify the data or other materials to be protected, and (iii) state the reasons why protection is necessary. If the exemption from disclosure provided by 2.2-4342(F) of the Code of Virginia is not properly invoked, then the proposals will be subject to disclosure pursuant to applicable law. 3. INVITATION TO BID AND PROJECT TIMELINE Invitation to Bid Timeline: All bids in response to this ITB are due no later than 2:00 PM on Monday, June 18, 2018. Upon notification, the contract with the winning bidder will begin July 1, 2018 or the following business day. The contract period will begin July 1, 2018 through June 30, 2021, with option to renew the contract, at the County s sole discretion, for (2) two additional years. The bid shall remain fixed for the entire initial contract period. Thirty (30) days prior to expiration of the current year contract, the contractor may request a price review, if a price increase or decrease is requested. If the contractor requests a price increase, the County will evaluate the request, and may elect to re-bid the contract, if the County does not consider the request fair and reasonable. No price review requests will be considered during the initial contract period or at any other time not specified herein. The County may, from time to time, request changes in the scope of the services to be performed hereunder. Such changes, including any increase or decrease in the work to be performed, shall be made in writing from the County to the Bidder with the Bidder duly acknowledging receipt thereof. 4. SPECIFICS Items to Provide: (1.) Hardware and all equipment for the Motor Fuel and Fuel Management system through the contract period. (2.) Gasoline mid-range 89 octane (unleaded) for the entire contract period. Location: Within a six (6) mile driving radius of the Scott County Administrative Offices. Service: Automatic accounting fuel control system for use by County agency vehicles and Sheriff s Office vehicles. Bidder to provide a complete central fueling system with accounting control of fuel distribution. Bidder shall provide all gasoline, equipment, and tanks, pumps, lighting for 24 hour access, system accessories (including keys and/or cards), and storage gasoline tanks. Gasoline level shall not fall below ¼ capacity of the tanks. All operation and maintenance expenses shall be carried by the bidder. Key or card fuel service shall be provided for a minimum of 30 individual key or card/vehicle accounts. Each key or card/vehicle account shall provide a running total account. 3

Emergency standby power or emergency pumps shall be provided and available for providing gas to all vehicles in the event of power failure at the fueling station. Must reserve a minimum of 1,000 gallons during notice of an emergency and/or fuel shortage. Scott County shall be provided the opportunity to periodically have the State Bureau of Weights and Measures check the gasoline pump for accuracy of the delivery of the purchased gasoline. Gasoline Types: All gasoline for the system shall be unleaded. The minimum octane for the unleaded gas shall not be below 89 octane. Bid must be 100% gasoline with NO ethanol. Bidder is to supply all gasoline throughout contracted period. Gasoline Pricing Method: A price adjustment schedule shall be used for the unleaded gasoline pricing. Pricing of gasoline shall be established by using the base price per gallon with a differential cost that is to be added to the base price per gallon. Price will be calculated as follows: (1.) Posted terminal base price per gallon (list supplier); plus (2.) Freight coast per gallon; plus (3.) Margin per gallon. Your bid price shall reflect the above mentioned price to the County as of the day of the submitted bid. Your posted terminal base price, should you be awarded a contract, will be increased or decreased only as the selected posted terminal base price increases or decreases. Bidder shall be required to notify, in writing, the County of any changes in the base price within ten (10) days of the price change. The differential (transportation and profit) mentioned in the formula quoted is to include your overhead, freight costs, and profit. This differential shall remain firm and not change throughout the period of the contract. Vendors will display price basis information on each invoice. Their weekly price basis information must also include name and address from posted terminal base price. The total unit price will be in gallons and consist of the cost from the listed terminal and a differential to include all other costs. Any and all supporting equipment (tanks, gauges, valves, etc.) will be supplied at no cost to the County by bidders. 5. PAYMENTS Invoices will be paid following regularly scheduled board meetings, which are held on the first Wednesday of each month. Invoices must be submitted no later than the Wednesday before the board meeting. NOTE: All costs and fees must be clearly described in each bid. Bids must include all applicable fees and charges. No additional charges will be permitted. A Virginia tax exemption certificate will be issued upon award of bid. Each bidder must submit their bid to the address below by 2:00 PM on Monday, June 18, 2018: Scott County Administrative Offices C/O Amy Vicars, Purchasing Administrator 190 Beech St., Suite 201 Gate City, Virginia 24251 4

Bidder MUST complete, sign and submit this form as your bid Bid of (hereinafter called BIDDER ), organized and existing under the laws of the State of doing business as. (Insert a corporation, a partnership, or an Individual as applicable). To the Scott County Administrative Offices (hereinafter called COUNTY ) in compliance with your Invitation to Bid, Bidder hereby proposes to perform all work, provide a lighted site, and provide all materials and supplies for providing a Motor Fuel and Fuel Management System for Scott County in strict accordance with the project specifications, within the time set forth therein, and at the prices stated below. By submission of this bid each Bidder certifies, and in the case of a joint bid each party thereto certifies as to his own organization, that this bid has been arrived at independently, without consultation, communication, or agreement as to any matter relating to this bid with any other Bidder or with any competitor. The undersigned hereby proposes and agrees to provide a lighted site and associated accessories as stated in the specifications to provide a Motor Fuel and Fuel Management System within 6 driving miles of the Scott County Administrative Offices for use by the Scott County Agencies. The pricing method of posted terminal base price per gallon and transportation freight cost per gallon of unleaded fuel to the County shall be completed for this bid each of the three specific items and result in a pricing method to be used throughout the contract period as stated in the specifications. Each item listed in the pricing method shall reflect the above pricing method as of the date of the submission of this bid. Price shall be stated with 4 (four) digits following the decimal. Bids require answering the following in a responsible manner. Answer item number 1 by filling in the space with a yes or no. Answer items number 2 and 3 by filling in the appropriate space with the appropriate price data as of the date of the submission of this Bid. Alternative bids will not be considered. Bid shall be considered and awarded as a whole. 1. The undersigned hereby proposes and agrees to provide a Motor Fuel and Fuel Management Control System as specified in the Invitation to Bid and warrants that said system will be operational no later than July 1, 2018: 2. List location address of Motor Fuel and Fuel Management Control System: 5

3. Pricing Method for key/card system fuel: (4 digits after decimal) A. Posted terminal base price per gallon (list supplier): $ B. Transportation freight cost per gallon: $ C. Profit margin per gallon: $ Total price per gallon of unleaded gasoline to the County as of the date of the submission of this Bid. $ The undersigned declares that they have reviewed the complete Invitation. Company Address City, State, Zip Phone Number Signature Title Date Email 6

PROOF OF AUTHORITY TO TRANSACT BUSINESS IN VIRGINIA THIS FORM MUST BE SUBMITTED WITH YOUR PROPOSAL/BID. FAILURE TO INCLUDE THIS FORM MAY RESULT IN REJECTION OF YOUR PROPOSAL/BID The attention of each offeror or bidder is directed to 2.2-4311.2 of the Code of Virginia, which requires an offeror or bidder organized or authorized to transact business in the Commonwealth of Virginia pursuant to Title 13.1 or Title 50 of the Code of Virginia, as amended, or as otherwise required by law, to include in its proposal or bid the Identification Number issued to such offeror or bidder by the Virginia State Corporation Commission (SCC). Furthermore, any offeror or bidder that is not required to be authorized to transact business in the Commonwealth as a foreign business entity under Title 13.1 or Title 50 of the Code of Virginia, as amended, or as otherwise required by law, shall include in its proposal or bid a statement describing why the offeror or bidder is not required to be so authorized. Failure to provide the required information may result in the rejection of the proposal or bid. If the proposal or bid is accepted by the County, the undersigned agrees that the requirements of the Code of Virginia 2.2-4311.2 have been met. Please complete the following by checking the appropriate line that applies and providing the requested information. PLEASE NOTE: The SCC number is NOT your federal ID number or business license number. A. Offeror/Bidder is a Virginia business entity organized and authorized to transact business in Virginia by the SCC and such offeror s/bidder s Identification Number issued to it by the SCC is. B. Offeror/Bidder is an out-of-state (foreign) business entity that is authorized to transact business in Virginia by the SCC and such offeror s/bidder s Identification Number issued to it by the SCC is. C. Offeror/Bidder does not have an Identification Number issued to it by the SCC and such offeror/bidder is not required to be authorized to transact business in Virginia by the SCC for the following reason(s): Please attach additional sheets if you need more space to explain why such Offeror/Bidder is not required to be authorized to transact business in Virginia. Legal Name of Company (as listed on W-9): By: Title: (typed or printed) Date: Authorized Signature: PLEASE RETURN THIS PAGE WITH PROPOSAL OR BID - REQUIRED 7