Invitation To Bid. for

Similar documents
Request For Proposal (RFP) for

Invitation To Bid. for

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016

Invitation To Bid. for

Invitation To Bid. for

Invitation To Bid. for

Invitation To Bid. for

CANTON COMMUNITY REQUEST FOR BOARD ACTION. MEETING DATE: August 11, 2015

Request For Proposal. for

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

Invitation To Bid. for

Request for Proposal (RFP) for

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program

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

BID DOCUMENTS FOR. WTP VFD Replacement Bid

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

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

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

Proposal No:

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

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

Invitation to Bid. for. Contact: Cheryl Gregory, P.E. Phone: Date Issued: April 4, 2019

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

Request for Proposal (RFP) For 2014 Liquid Asphalt Materials

Texas Automobile Insurance Plan Association (TAIPA) Request for Proposal for Actuarial Services

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

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

Invitation to Bid BOE. Diesel Exhaust Fluid

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

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

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

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

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

REQUEST FOR QUOTE (RFQ) # FORESTRY HERBICIDE PURCHASE POSTING DATE: JULY 24, 2018

REQUEST FOR SEALED BID PROPOSAL

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

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

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

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

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

P R O P O S A L F O R M

REQUEST FOR SEALED BID PROPOSAL

CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS (RFP) WIRELESS NETWORK

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

REQUEST FOR PROPOSALS RFP# PROPANE FUEL FOR THE HEATING SEASON POSTING DATE: MARCH 7, 2018

REQUEST FOR PROPOSALS For PARKING CONSULTANT SERVICES

REQUEST FOR PROPOSAL (RFP) # TWIN BRIDGE PARK - GARAGE POSTING DATE: JANUARY 10, 2018

CITY OF GAINESVILLE INVITATION TO BID

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

INVITATION TO BID (ITB)

PURCHASING DEPARTMENT

REQUEST FOR PROPOSALS For Retail Consultant

REQUEST FOR SEALED BID PROPOSAL

Request for Proposal # Postage Meter Lease & Maintenance Service

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses

ALL PAGES MUST BE COMPLETE AND SUBMITTED WITH YOUR SEALED BID. PLEASE READ THE BID PACKAGE CAREFULLY.

REQUEST FOR SEALED BID PROPOSAL

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

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

BAY COUNTY LIBRARY SYSTEM

REQUEST FOR SEALED BID PROPOSAL

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

Invitation to Bid BOE. Fluorescent Bulbs

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

PROPOSAL FOR 2017 MINERAL WELL BRINE

REQUEST FOR SEALED BID PROPOSAL

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

PURCHASING DEPARTMENT

RFP GENERAL TERMS AND CONDITIONS

PROPOSAL FOR 2019 MINERAL WELL BRINE

PROPOSAL FOR STREET SWEEPING SERVICES

BID DOCUMENTS FOR THERMAL IMAGING CAMERA

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

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

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

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

BID DOCUMENTS FOR STRYKER POWER-PRO XT COT

REQUEST FOR SEALED BID PROPOSAL

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

REQUEST FOR PROPOSAL (RFP) ARCHITECTURAL & DESIGN SERVICES FOR RAWLINGS LIBRARY SPACE PLANNING & INTERIOR RENOVATION

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT

Transcription:

Charter Township of Canton Invitation To Bid for DISCOVER PRINTING AND SORTING/DISTRIBUTION Contact: Peg Stevens Phone: 734 394-5469 E-mail: pstevens@canton-mi.org Date Issued: 10/18/2018 Due Date & Time: 3:00 p.m., Thursday, November 1, 2018

The deadline established for the receipt of your sealed bid is 11/1/2018 at 3:00 p.m. The bid is to be submitted to the Clerk's Office, 1150 S. Canton Center Road, Canton, Michigan 48188. Address the bid to: Canton - Clerk s Office DISCOVER PRINTING AND SORTING/DISTRIBUTION DUE 11/1/2018 at 3:00 P.M. 1150 Canton Center S Canton MI 48188 GENERAL REQUIREMENTS & INSTRUCTIONS 1. SUBMISSION OF OFFERS: All offers should be submitted in a sealed envelope or package. The invitation title, opening date and time, company name, address and telephone number shall be clearly displayed on the outside of the sealed envelope or package. The delivery of responses to the Clerk s Office prior to the specified date and time is solely and strictly the responsibility of the offeror. Any submittal received in the Clerk s Office after the specified date and time will not be considered. Responses shall be submitted on the forms provided by Canton. Additional information may be attached to the submittal. Facsimile submissions are NOT acceptable. No offer may be modified after acceptance. No offer may be withdrawn after opening for a period of sixty days unless otherwise specified. Bid must include all costs. All offers must include the original and at least two (2) copies. 2. EXECUTION OF OFFER: Offer shall contain a manual signature in the space(s) provided of a representative authorized to legally bind the offeror to the provisions therein. 3. EXECUTION OF ACCEPTANCE: Canton Township legally recognizes acceptance of formal offer when a written contract is signed by both parties. Offerer is not to assume that the Canton Board of Trustees resolution approving the bid or proposal is a binding contract. 4. OPENING & RECORDING: Opening shall be public in the Clerk s Office immediately following the advertised deadline date and time for receipt of submittals. 5. INTEGRITY: Canton Township does not discriminate on the basis of race, color, national origin, sex, religion, age or disability in employment or the provision of services. 6. TABULATION: Bid results will be posted on the Township s website at www.cantonmi.org Please click on Doing Business, Bids & Proposals 7. BOARD AWARDS: As the best interest of Canton may require, Canton reserves the right to make award(s) by an individual item, group of items, all or none, or a combination thereof; on a geographical basis and/or on a countrywide basis with one or more supplier(s) or provider(s); to reject any and all offers or waive any irregularity or technicality in offers received. Offerors are cautioned to make no assumptions. Any or all awards made as a result of this invitation shall conform to applicable ordinances and policies of Canton Township. Bid awards will be posted on the Township s website at www.canton-mi.org.

8. BRAND NAME OR EQUAL: If items requested by this invitation have been identified in the specifications by a brand name OR EQUAL description, such identification is intended to be descriptive and not restrictive and is to indicate the quality and characteristics of products that will be acceptable. Offers proposing equal products will be considered for award if such products are clearly identified in the offer and are determined by Canton to meet fully the salient characteristic requirements listed in the specifications. 9. PRICING: Unless otherwise specified prices offered shall remain firm for a period of at least sixty (60) days; all pricing of goods shall include FOB Canton Township, all packing, handling, shipping charges and delivery to any point(s) within Canton to a secure area or inside delivery. 10. PAYMENT TERMS: Canton Township will remit full payment on all undisputed invoices within thirty (30) days from receipt by the appropriate person(s) of the invoice or receipt of all products or services ordered. 11. INCURRED EXPENSE: This invitation does not commit Canton to make an award nor shall Canton be responsible for any cost or expense which may be incurred by any respondent in preparing and submitting a reply, or any cost or expense incurred by any respondent prior to the execution of a purchase order or contract agreement. 12. QUESTIONS/ ADDENDA: Any questions concerning the conditions or specifications shall be directed to the designated contact person. Addenda items will be posted on the township website, on the Purchasing Division page under Requests for Bids, Proposals and Qualifications. It is the bidder s responsibility to check and verify that addenda have been issued. Failure to acknowledge addenda may result in the offer not being considered. 13. CLARIFICATION/CORRECTION OF ENTRY: Canton reserves the right to allow for the clarification of questionable entries and the correction of OBVIOUS MISTAKES. 14. INSURANCE: The successful bidder is required to furnish evidence of the following insurance requirements in accordance with Canton s Risk Management Policy O:02. Work may not commence until the Certificates of Insurance have been received. The coverage requirements are as follows: Workers Compensation Insurance: The Contractor shall procure and maintain during the life of this contract, Workers Compensation Insurance, including Employers Liability Coverage, in accordance with all applicable statutes of the State of Michigan. Commercial General Liability Insurance: The Contractor shall procure and maintain during the life of this contract, Commercial General Liability Insurance on an Occurrence Basis with limits of liability not less than $1,000,000 per occurrence and aggregate combined single limit, Personal Injury, Bodily Injury, and Property Damage. Coverage shall include the following extensions: (A) Contractual Liability; (B) Products and Completed Operations; (C) Independent Contractors Coverage; (D) Broad Form General Liability Extensions or equivalent. Motor Vehicle Liability: The Contractor, or its subcontractors, shall procure and maintain during the life of this contract Motor Vehicle Liability Insurance, including Michigan No-Fault

Coverage, with limits of liability not less than $1,000,000 per occurrence combined single limit, Bodily Injury, and Property Damage. Coverage shall include all owned vehicles, all non-owned vehicles, and all hired vehicles. Additional Insured: Commercial General Liability Insurance as described above, shall include an endorsement stating that the following shall be Additional Insured: The Charter Township of Canton, all elected and appointed officials, all employees and volunteers, all boards, commissions, and/or authorities and board members, including employees and volunteers thereof. It is understood and agreed by naming Canton Township as additional insured, coverage afforded is considered to be primary and any other insurance Canton Township may have in effect shall be considered secondary and/or excess. Cancellation Notice: The Insurance coverage described above, shall include an endorsement stating the following: It is understood and agreed that Thirty (30) days Advance Written Notice of Cancellation, Non-Renewal, Reduction, and/or Material Change shall be sent to: Mike Sheppard, 1150 Canton Center S., Canton MI, 48188. Indemnification: To the fullest extent permitted by law, the (name of contractor) agrees to defend, pay on behalf of, indemnify, and hold harmless the Charter Township of Canton, its elected and appointed officials, employees and volunteers, and others working on behalf of the Charter Township of Canton against any and all claims, demands, suits, or loss, including all costs connected therewith, and for any damages which may be asserted, claimed, or recovered against or from the Charter Township of by reason of personal injury, including bodily injury or death and/or property damage, including loss of use thereof, which arises out of or is in any way connected or associated with this agreement. 15. PUBLIC ACT 517 OF 2012: In accordance with Public Act 517 of the Public Acts of 2012, any Iran linked business is not eligible to submit a bid on a request for proposal with a public entity in Michigan. An Iran linked business includes the following: (1) A person engaging in investment activities in the energy sector of Iran, including a person that provides oil or liquefied natural gas tanker or products used to construct or maintain pipelines used to transport oil or liquefied gas for the energy section of Iran; and (2) A financial institution that extends credit to another person, if that person will use the credit to engage in investment activities in the energy sector of Iran. For purposes of this prohibition, person includes an individual, corporation, company, limited liability company, business association, partnership, society, trust, or any other nongovernmental entity, organization or group. It also includes a governmental entity or instrumentality of a governmental entity, or any successor, subunit, parent company or subsidiary of, or company under common ownership or control with and of the foregoing.

DISCOVER PRINTING AND SORTING/DISTRIBUTION SCOPE OF WORK Canton Township reserves the right to modify the quantity of editions from 1, 2, 3, or 4 editions, based on need or quality of publication. Bid will be awarded to lowest bidder as deemed in the best interest of Canton Township. JOB DESCRIPTION EDITION(S) QUANTITY Printing 4 editions Spring/Summer 2019 (February 2019), Fall/Winter 2019 (August 2019), Spring/Summer 2020 (February 2020) and Fall/Winter 2020 (August 2020) 39,500 per edition (with 37,000 for mailing) (extra multiples of 1,000 copies may be requested at time of printing). SIZE Final trim size is 8 1/16 x 10 1/2 PAGES 72 OR 80 interior pages plus front/back glossy cover for a total of 76 OR 84 pages INTERIOR PAGES Interior pages are on 34", 35lb 80 Bright stock. 4-color process, full bleed, 80 pages 8 1/16 x 10 1/2; collate stitch and trim COVER 70 lb gloss text #3; 4-color process on the inside/outside cover sheet of each edition. Full bleed. PRE-PRESS WORK PHOTO CORRECTIONS REQUIRED EQUIPMENT PROOFING APPROVAL PICK UP/DELIVERY BINDERY SORTING TIME LINE FOR COMPLETITION Canton to provide printer with fonts, graphics, and complete file (file type TBD.) in January for Spring/Summer issue and July for Fall/Winter issue. All Photo/duotone corrections must be made prior to printing of publication. Combo-cold web press for inside pages and sheet fed for cover. Printer to provide a dylux and a color matchproof. Printer to provide pick-up and delivery service of proofs, etc., to and from Canton Township Administration Building, located at 1150 S. Canton Center Road. Folded, collated, stitched, trimmed to size and meeting packing specifications as defined by the United States Postal Service. Sorted with Carrier Route Top Sheets for Bulk Mail for zip codes 48188 and 48187 (These sheets will NOT be provided by Canton Township.) A maximum of 10 business days from receipt of fonts, graphics and complete file. Delivery to post office no later than January 30, 2019 for Spring/Summer 2019 issue, July 26, 2019 for the Fall/Winter 2019 issue, January 24, 2020 for Spring/Summer 2020 issue, and July 25, 2020 for the Fall/Winter 2020 issue.

JOB DESCRIPTION Sorting & Distribution EDITION(S) 4 editions Spring/Summer 2019 (February 2019), Fall/Winter 2019 (August 2019), Spring/Summer 2020 (February 2020), and Fall/Winter 2020. SIZE 11 x 17 folded/final trim size is 8 1/16 x 10 1/2, 84 pages DELIVERY SPECIFICATIONS TIME LINE 3 delivery stops: 2 U.S postal stops (first stop for weighing and second stop at Westland, MI Post Office for mail delivery; final 1 stop at Summit on the Park. (Printer will provide delivery of sorted catalogues (approx 38,000) to the U.S. Post Office, at 6300 N. Wayne Road in Westland, MI for mailing with the remaining catalogues delivered to the Summit on the Park, located at 46000 Summit Parkway in Canton.) Quantity of remaining 1,500 boxed for delivered to the Summit on the Park. Distribution to U.S. Post Office and the Summit on the Park within two days of completion of job. COST PER EDITION: Cost = 76 page edition (72 interior + cover) $ Cost = 84 page edition (80 interior + cover) $ Extra Printed Copies Extra Printed Copies (Multiples of 1,000) (Multiples of 1,000) $ $ Shipping Fees for 39,500 Shipping Fees for 39,500 $ $

Vendor Information Company Name Signature Address Printed Name and Title Phone Number Date Fax Number E-Mail Address Each bid must be submitted on the forms furnished by Canton Township and must be complete in full. List any and all subcontractors used for this project: Please list (3) references and provide samples of publications/printed materials. (1). name company phone (2). name company phone (3). name company phone

Termination for Cause (a) (b) (c) In the event that Contractor breaches any of its material duties or obligations under this Contract which are either not capable of or subject to being cured, or are not cured within the time period specified in the written notice of breach provided by the township (such time period not to be less than thirty (30) days), or pose a serious and imminent threat to the health and safety of any person, or the imminent loss, damage or destruction of any real or tangible personal property, the township may, having provided written notice of termination to Contractor, terminate this Contract in whole or in part, for cause, as of the date specified in the notice of termination. In the event that Contractor delivers poor quality of product or fails to meet delivery schedule for any of the four Discover Brochures noted within this Contract, the township may terminate this Contract, in whole or in part, for cause. If the Contractor fails to deliver a printed publication that is complete and satisfactory to the township in form and content, termination of Contractor will occur prior to the printing of the next Discover Brochure edition in the series of four. In the event that this Contract is terminated for cause, in addition to any legal remedies otherwise available to the township by law or equity, Contractor shall be responsible for all costs incurred by the township in terminating this Contract, including but not limited to, administrative costs, reasonable attorneys fees and court costs, and any reasonable additional costs the township may incur to procure the Services/Deliverables required by this Contract from other sources THE FOREGOING IS A TRUE STATEMENT OF FACTS: I/we hereby certify under penalty of law that we are not an Iran linked business as defined in PA 517 of 2012. Signature of Authorized Company Representative: _ Company Address: Date: Representative s Name: (Please Print)