CITY OF GAINESVILLE INVITATION TO BID

Similar documents
CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID

INSTRUCTIONS TO BIDDERS

CITY OF GAINESVILLE INVITATION TO BID

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Planning Department Half Ton Regular Cab 4x4 Pick-Up Truck 2

ONONDAGA COUNTY WATER AUTHORITY PURCHASING POLICY

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

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

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2016/2017 MODEL PNEUMATIC COMPACTOR

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

TOWN OF LINCOLN GENERAL SPECIFICATIONS

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER

CITY OF GAINESVILLE INVITATION TO BID

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

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

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

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

Request for Quotation

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

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #

INVITATION TO BID. ONE (1) Zero Turn Mower

INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSALS FOR THE REPLACEMENT OF TRUCK SCALE. for the DUTCHESS COUNTY RESOURCE RECOVERY AGENCY POUGHKEEPSIE, NEW YORK

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

construction plans must be approved for construction by the City PBZ department.

PURCHASING DEPARTMENT

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

INVITATION FOR BID. Furnish: Outdoor Sign for Bowen Branch Library

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

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

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

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

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

Vendor Information (SECTION TO BE COMPLETED BY VENDOR)

HOPKINSVILLE WATER ENVIRONMENT AUTHORITY

Request for Quotation

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

Request for Bid #1667 (RFB) CONCRETE SERVICES

(e-procurement System)

Request for Proposal. Internal Connections - Network Switch Equipment. Houston County Public Library. Erate Funding Year. July 1, 2017 through

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

SECTION NOTICE TO BIDDERS

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

REQUEST FOR PROPOSAL. Specifications and Proposal Documents for One New 2017 SUV 4 x 4

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

MELBA SCHOOL DISTRICT

Invitation to Bid BOE. Diesel Exhaust Fluid

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

City of Forest Park Request for Proposals. Secure Access Control Systems

INSTRUCTIONS TO BIDDERS

Connecticut Lottery Corporation 777 Brook Street Rocky Hill, CT INVITATION TO BID

AIA Document A701 TM 1997

Replace Transmission - Bulldozer

PURCHASING DEPARTMENT

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

BID NUMBER FROM: City of Branson Date: March 6, W. Maddux St., Suite 200 3:00 p.m., April 30, 2014

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

City of Fort Oglethorpe 500 City Hall Drive Fort Oglethorpe, GA (fax)

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

Department of Public Works

Information and Communication Technology Agency of Sri Lanka

REQUEST FOR FORMAL BID

INVITATION FOR BID FORM December 4, 2018 BID NO. 12T-19

KENTUCKY STATE UNIVERSITY INVITATION FOR BID KSI SURPLUS VEHICLES 2019

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts

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

INSTRUCTIONS TO BIDDERS

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID

Document A701 TM. Instructions to Bidders

INVITATION TO BID 285(Rev 7/94) PAGE :

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE SECOND FLOOR VALDOSTA, GEORGIA GENESIS EXTRACTION RESCUE TOOLS

The Minnesota Workers Compensation Assigned Risk Plan (MWCARP) Actuarial Services Request For Proposals

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

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

CAR 7-1 PURCHASING REGULATION CAR 7-1 OPR: Finance 4/90 (Revised 2/10)

GLENBARD TOWNSHIP HIGH SCHOOL DISTRICT # Crescent Boulevard, Glen Ellyn, IL , (630) , INVITATION TO BID

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

Bid#67-17 INVITATION TO BID

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2.

CITY OF FORT MITCHELL, KENTUCKY INVITATION TO BID FOR DIXIE HIGHWAY REMOVAL AND REPLACEMENT OF STREET TREES

Transcription:

CITY OF GAINESVILLE INVITATION TO BID BID No. 16027 Four (4) New 20 Ton Utility Tag Trailers (Per Attached Specifications) Bid Release: December 4, 2015 Bid Questions Deadline: December 10, 2015 Bid Due Date: December 17, 2015 Postal Return Address: Courier Delivery Address: Department of Water Resources Department of Water Resources 757 Queen City Parkway 757 Queen City Parkway Gainesville, GA 30501 Gainesville, GA 30501

Invitation to Bid BID No. 16027 Four (4) New 20 Ton Utility Tag Trailers Sealed Bids will be received by the, Purchasing Department, 757 Queen City Parkway, Gainesville, GA. 30501 until 2:00 PM., December 17, 2015, for the Purchase of Four (4) New 20 Ton Utility Tag Trailers OVERVIEW The, Georgia (Hereafter also referred to as The City ) seeks Bids to provide Four (4) New 20 Ton Utility Tag Trailers for its Department of Water Resources Department. The City desires to purchase Four (4) New 20 Ton Utility Tag Trailers. The trailers are expected to be available for use at the 1006 S. Bradford St. Ext., Gainesville, GA 30501 no later than 3/31/16. BID CORRESPONDENT Upon Release of this Bid, all vendor communications concerning this acquisition must be directed to the Purchasing Department correspondent listed below: Amy J. Smith Department of Water Resources 757 Queen City Parkway, Gainesville, GA. 30501 Phone: 770-2237-22382 FAX: 770-531-2672 asmith@gainesville.org Unauthorized contact regarding the Bid with other Gainesville City employees may result in disqualification. Any oral communications will be considered unofficial and non-binding on the. Vendor should rely only on written statements issued by the Bid correspondent. BID QUESTIONS All questions must be submitted in writing to the Bid correspondent named above. Questions must be received by 10:00 a.m., December 10, 2015. A list of questions and answers will be provided to all know Bidders and by request. Requests may be made to the Bid correspondent named above.

BID RESPONSE DATE AND LOCATION The Department of Water Resources Purchasing Department must receive the vendors Bid in a sealed envelope, in its entirety, not later than 2:00 PM Eastern Standard Time in Gainesville, Georgia on December 17, 2015. Bids arriving after the deadline will be returned unopened to their senders. All Bids and accompanying documentation will become the property of the and may not be returned. One (1) original and (1) copy of this Bid must be submitted to allow for evaluation. Bids must be clearly marked on the outside of the package: Four (4) New 20 Ton Utility Tag Trailers Vendors assume the risk of the method of dispatch chosen. The assumes no responsibility for delays caused by any delivery service. Postmarking by the due date will not substitute for actual Bid receipt. Late Bids will not be accepted nor will additional time be granted to any vendor. Bids may not be delivered by facsimile transmission or other telecommunication or solely by electronic means. Bid Schedule: Bid Release: December 4, 2015 Bid Questions Deadline: Bid Due Date: Anticipated Award Date: December 10, 2015 10:00 AM December 17, 2015 2:00 PM EST December 17, 2015 (subject to final Bid review) WAIVER OF TECHNICALITIES All items must meet or exceed specifications as stated by the. The reserves the right to waive any technicalities and to reject or accept any Bid in its entirety or to accept any portion thereof if it is determined that either method results in lower costs, better service, final satisfaction or is otherwise determined to be in the best interest of the. Award may be made by item number or in total. Determination of best response to Bid will be the sole judgment of the. Bids shall remain valid for ninety days for the date of Bid opening. BID REJECTION The reserves the right to reject any or all Bids at any time without penalty. MODIFICATION OF BIDS Any clerical mistake that is patently obvious on the face of the Bid may, subject to the limitations described below, be corrected upon written request and verification submitted by the Bidders. A nonmaterial omission in a Bid may be corrected if the Purchasing Department determines that correction to be in the City s best interest. Omissions affecting or relating to any of the following shall be deemed material and shall not be corrected after Bid opening: (1) Price Information; and (2) Any required Insurance

WITHDRAWAL OF BIDS Bids may be withdrawn at any time prior to the Bid opening. After Bids have been publicly opened, withdrawal of a Bid shall be based upon the following: The Bidders shall give notice in writing of his claim of right to withdraw his Bid due to an error within two business days after the conclusion of the Bid opening procedure. Bids may be withdrawn from consideration if the price is substantially lower than the other Bids due solely to a mistake therein, provided the Bid was submitted in good faith, and the mistake was a clerical mistake as opposed to a judgment mistake, and was actually due to an unintentional arithmetic error or an unintentional omission of a quantity of work, labor or material made directly in the compilation of the Bid, which unintentional arithmetical error or unintentional omission can be clearly shown by objective evidence drawn from inspection of original work papers, documents and materials used in the preparation of the Bid sought to be withdrawn. The Bidder s original work papers shall be the sole acceptable evidence of error and mistake if he elects to withdraw his Bid. If a Bid is withdrawn under the authority of this provision, the lowest remaining responsive Bid shall be deemed to be the low Bid. BIDDERS RESPONSIBILITY When determining whether a Bidder is responsible, or when evaluating a Bid, the following factors may be considered, any one of which will suffice to determine whether a Bidders is responsible or the Bid is the most advantageous to the City: The ability, capacity and skill of the Bidders to perform the contract or provide the equipment and/or service required. The character, integrity, reputation, judgment, experience and efficiency of the Bidders. Whether the Bidders can perform the contract within the time specified. The quality of performance of previous public and private contracts or services, including, but not limited to, the Bidder s failure to perform satisfactorily or complete any written contract. The City s termination for default of a previous contract with a Bidder, within the past three years, shall be deemed to be such a failure. The previous and existing compliance by the Bidders with laws relating to the contract or service. Evidence of collusion with any other Bidders, in which case colluding Bidders will be restricted from submitting further Bids on the subject project or future Bids, for a period not less than three years. The Bidders has been convicted of a crime of moral turpitude or any felony, excepting convictions that have been pardoned, expunged or annulled, whether in this state, in any other state, by the United States, or in a foreign country, province or municipality. Bidders shall affirmatively disclose to the City all such convictions, especially of management personnel or the Bidders as an entity, prior to notice of award or execution of a contract, whichever comes first. Failure to make such affirmative disclosure shall be grounds, in the City s sole option and discretion, for termination for default subsequent to award or execution of the contract. If the Bidders will be unable, financially or otherwise, to perform the work.

At the time of the Bid opening, the Bidder is not authorized to do business in the Georgia, or otherwise lacks a necessary license, registration or permit. Any other reason deemed proper by the City. NON-ENDORSEMENT As a result of the selection of a vendor to supply products and/or services to the, the City of Gainesville is neither endorsing nor suggesting that the vendor s product is the best or only solution. The vendor agrees to make no reference to the in any literature, promotional material, brochures, sales presentation or the like without the express written consent of the. PROPRIETARY BID MATERIAL Any information contained in the Bid that is proprietary will be neither accepted nor honored. All information contained in this Bid is subject to public disclosure. RESPONSE PROPERTY OF THE CITY OF GAINESVILLE All material submitted in response to this request become the property of the. Selection or rejection of a response does not affect his right. NO OBLIGATION TO BUY The reserves the right to refrain from contracting with or purchasing from any vendor. The release of this Bid does not compel the to purchase. COST OF PREPARING BIDS The is not liable for any cost incurred by vendors in the preparation and presentation of Bids and demonstrations submitted in response to this Bid. NUMBER OF BID COPIES REQUIRED Vendors are to submit (1) original Bid and (1) copy. BID AWARD AND EXECUTION The City will select the Bid that, in its sole discretion, is the most responsive and responsible Bid to the City. The City reserves the right to make any award without further discussion of the Bid submitted; there may be no best and final offer procedure. Therefore, the Bid should be initially submitted on the most favorable terms the vendor can offer. The specification may be altered by the based on the vendor s Bid and an increase or reduction of services with the manufacturer may be negotiated before Bid award and execution. The vendor to be awarded the bid/rfp must fill out the vendor packet if they haven t already done so. If they refuse then we will move to the next lowest, etc. At the conclusion of the selection process, the vendor to be awarded the bid will be given a specific time limit, date, to complete the vendor packet and also be notified that failure to complete the packet by the stated date, the vendor will be deemed unresponsive and the next lowest bidder will awarded the bid/rfp.

LOCAL VENDOR PREFERENCE Local Vendor means a bidder or offeror which operates and maintains a brick and mortar business, i.e. a physical business address, within the city limits of the, has a current business license, has paid in full all real and personal taxes owed the City, is considered a vendor in good standing with the City and can obtain an active vendor status. A local vendor may receive an opportunity to match for purchases, bids, Bid or contracts over $20,000 and less than $100,000. The local vendor may be given an opportunity to match the lowest price Bid, if the quotation or bid of the local vendor is within 3% of the lowest price Bid by a non-local vendor. In the event a local vendor matches the lowest price Bid, including all other terms, quality, services and conditions, then the local vendor shall be awarded the contract. In the event the price Bid of more than one local vendor is within 3% of the lowest overall price Bid of a nonlocal vendor, the local vendor with the lowest Bid will be given the first opportunity to match the lowest overall price Bid. If this local vendor declines to match the price Bid, then the local vendor with the next lowest bid within 3% will be given the opportunity to match the lowest Bid. This process will continue with all local vendors having Bid within 3% of the lowest overall bid by a non-local vendor. Policy to be stated. This policy shall be so stated in all applicable solicitations. Exemptions. This provision does not apply to public works construction projects or road projects pursuant to the laws of the State of Georgia (O.C.G.A 36-231 or 32-4). BID REQUIREMENTS/EVALUATION CRITERIA The City will evaluate all written submittals. It is incumbent upon the Bidders to demonstrate within their Bids how each requirement will be satisfied. All Bids must meet the specification as outlined in this Bid. The City reserves the right to investigate the qualifications and experience of the Bidders, or to obtain new Bids. Bids not sufficiently detailed or in an unacceptable form may be rejected by the City. Dates and documentation included in the Bid become public information upon opening the Bids. Interested firms must follow the process outlined in the following pages in submitting their Bid. The following criteria, not listed in order of importance, will be used to evaluate Bids. Terms, condition and pricing of purchase or lease agreement. Cost of amenities available for the product(s).

Product Requirements The following specifications are provided as a minimal requirement only. The City will consider any product that meets or exceeds the minimum requirements. Bidders shall provide information regarding the proposed product for evaluation by the City. A. 20 Ton Utility Tag Trailer COMPLY EXCEPTION (Check one only) 1. Color: Yellow yes no exc 2. Weight: 7,000 lbs. yes no exc 3. G.V.W.R.: 40,000 lbs. yes no exc 4. Deck Width: 96 inches yes no exc 5. Deck Length: 20 Foot Flat Deck with 60 Beavertail yes no exc 6. Ramps (Steel): 60 inches, level folding with traction yes no exc angles 7. Beavertail (Steel): 60 inches, self-cleaning with yes no exc traction angles 8. Deck: Minimum 2: oak floor with steel decking over yes no exc wheels 23. Deck Height: 36 inches maximum yes no exc 10. Axles: Two (2) 15,000 lb. min. capacity with 8 steel yes no exc disc-type wheels 11. Tires: 215/75R 17.5 16 Ply Trailer Service, yes no exc Bridgestone or equivalent 12. Brakes: Air, on all wheels yes no exc 13. Electrical Connection: Class A 7-way yes no exc 14. Lights: Comply with D.O.T. requirements 12 volt yes no exc 15. Hitch: Adjustable, 3 towing eye yes no exc 16. Safety Chains: Standard for equipment yes no exc 17. Jack: Dual Side Wind 12,000 lbs. yes no exc 18. 123. 20. Tie Downs: Minimum of four (4) D-ring type on each side opposite each other Additional: Service manual / parts catalog with each unit General: All equipment listed in manufacturer s literature as standard shall be furnished unless specifically exempted in these specifications. yes no exc yes no exc yes no exc

NOTE TO BIDDERS: Trailers are to be delivered at one (1) bid price. There shall be no additional charges to the City of Gainesville. The delivery date shall not be more than four months after notice of award. C. EXCEPTIONS It is the vendor s responsibility to carefully examine each item of the specifications. Failure to respond to each item of the specifications - comply: yes / no / exc - could cause this response to be rejected without review as non-responsive. All variances, no responses, exceptions and/or deviations should be explained by item no., in the following spaces provided:

Number of Products to be purchased: It is the City s intent to purchase Four (4) New 20 Ton Utility Tag Trailers. Bids should include pricing delivered.. Responsibilities of the Bidder The Bidder, at its sole expense shall: Deliver product. Comply with all laws, ordinances, regulations, requirements and rules with respect to the maintenance of the (product).

INVITATION TO BID Bid No. 16027 Four (4) New 20 Ton Utility Tag Trailers Bid Certification Bidders must return the following certification with their Bids. With my signature, I certify that I am authorized to commit my firm to the Bid and that the information herein is valid for 230 days from this date. I further certify that all information presented herein is accurate and complete and that the scope of work can be performed as presented in this Bid upon the City s request. Bidders Signature Date Name (printed) Title Unofficial Witness Signature Date Name (printed) Title Company Address Phone Fax Email Address Notary Public Commission Expires:

INVITATION TO BID Bid No. 16027 Four (4) New 20 Ton Utility Tag Trailers Bid Certification This form must be completed and signed for bid to be considered. Postal Return Address: Courier Delivery Address: Department of Water Resources Department of Water Resources 757 Queen City Parkway 757 Queen City Parkway Gainesville, GA 30501 Gainesville, GA 30501 Bid Response: Trailer: Year / Make / Model Estimated Delivery Date: Unit Price: $ Bid Total: $ Having read and responded to all attached specifications, the undersigned offers the above quoted prices, terms and conditions. Signed, sealed, and delivered In the presence of: Unofficial Witness Notary Public Commission Expires: (Name of Company) By: (Person authorized to sign binding contract) Title: Attest: (Officer of Company if Corporation) Title: