DOING BUSINESS WITH MUSKEGON COUNTY

Similar documents
CLINTON COUNTY PURCHASING POLICY MAY 2002

Purchasing - Bids and Contracts P

Housing Authority of the City of Pittsburgh Procurement and Disposition Policy

Renville County Purchasing Procedures (Procurement Policy)

Chapter 3.24 PURCHASING PROCEDURES

The Fire Chief, by authorization of the Board of Commissioners, has management authority over the Budget.

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

INVITATION TO BID (ITB)

State and Local RCW 28A Goods and Supplies (excluding books and *services) Less than $40,000 No quotes required

Procurement Using State Funds Whenever the estimated cost of furniture, supplies or equipment (except books) will cost:

Florida Courts E-Filing Authority PURCHASING POLICY

How to do Business with Fulton County Schools (FCS) Vendors Guide 2016

East Central College

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

Administrative Rule MARLBORO COUNTY SCHOOL DISTRICT PROCUREMENT CODE POLICY. Adopted 7/3/98; Revised 8/9/07 TABLE OF CONTENTS

A G E N C Y P U R C H A S I N G C O N F E R E N C E P R E S E N T E D B Y : G U Y N I S B E T, B U Y E R S U P E R V I S O R

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

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

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

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

OKEECHOBEE COUNTY PROCUREMENT POLICY

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

PURCHASING POLICY PROCEDURES

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

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

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

FEDERAL GRANT ADMINISTRATION PROCUREMENT PROCEDURES Regulation Code: 8305

CITY OF GAINESVILLE INVITATION TO BID

INSTRUCTIONS TO BIDDERS

Section 7000 Procurement

A. All purchases require that the appropriate funds are budgeted and sufficient funds are available at the time of purchase.

Request for Proposals

Purchasing Manual. Resolution Exhibit A. AWWD Purchasing Manual Date: Last Revised 6/29/10

INSTRUCTIONS TO BIDDERS

TOWN OF LINCOLN GENERAL SPECIFICATIONS

WHITFIELD COUNTY, GEORGIA PURCHASING POLICY AND MANUAL January 14, 2014

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

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

NCDA 2018 Winter Conference Procurement under Part 200

Adopted by the Board of Commissioners on

Daniel Lunghofer School District Accounting Supervisor, OSPI

New Jersey LFN Packet Check List

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

A competitive bidding process shall be utilized to the greatest extent possible for all construction contracts.

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

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

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

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

GUILFORD COUNTY SCHOOLS Invitation for Bids

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

Sand Purchase for Golf Course Bunker Renovation. Hoffman Estates Park District

Rolling Plains Management Corporation 118 North First Street P.O. Box 490 Crowell, Texas REQUEST FOR PROPOSALS FOR

Request for Proposal # Executive Recruitment Services

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

CITY OF GAINESVILLE INVITATION TO BID

Request For Proposal (RFP) for

Title IV. Revenue & Finance

RETAIL ELECTRIC GENERATION SUPPLY SERVICE

201 West Moody Blvd Bunnell, Florida REQUEST FOR PROPOSALS (RFP) RFP

BHP Project IFB #

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

INSTRUCTIONS TO PROPOSERS DRAFT FOR MN/DOT REVIEW

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

BIDS AND CONTRACTS. Limits Bids or quotations shall be secured as may be necessary to obtain the lowest possible prices as follows:

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

BID DOCUMENTS FOR. WTP VFD Replacement Bid

NAVARRO COUNTY AUDITOR S OFFICE 300 West Third Avenue, Suite 10 Terri Gillen, First-Assistant

PROCUREMENT POLICIES AND PROCEDURES

Norway Vulcan Area Schools Bylaws & Policies

Procurement Policies and Procedures

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

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

CARROLL COUNTY CARROLL COUNTY DISADVANTAGED BUSINESS ENTERPRISE POLICY

PROCUREMENT FEDERAL GRANTS/FUNDS

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

4.11 Procurement Procedures with Federal Funds

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

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

COMMISSION ADOPTED POLICY Procurement Policy

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS NO. 09/ LAM APPROVED REAL ESTATE BROKERS. Table of Contents

City of Charlotte Uniform Guidance Procurement Policy

11/12/2015. School Construction A Refresher PUBLIC CONSTRUCTION ISSUES INTRODUCTIONS TODAY S PRESENTERS. November 12, 2015

ONONDAGA COUNTY WATER AUTHORITY PURCHASING POLICY

The vendor will provide at least one day of training at each location.

INVITATION TO BID (ITB) DOCUMENTS. General Contractor

a B Competitive Sealed Proposals b C.1 Procurement not exceeding one hundred thousand dollars ($100,000)

IFB NUMBER: BID NUMBER, FISCAL YEAR NO Pre Bid needed for this solicitation IFB QUESTION DEADLINE January 24 th, 2014

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

Lessons Learned: Construction Bidding & Procurement Item D.1

REQUEST FOR QUOTATION

DIVISION 2. - PURCHASES [11]

Request For Proposal. For Construction Management Services. For The. Benton County Jail and Sheriff s Office

The City of Moore Moore, Oklahoma

BRISTOL HOUSING AUTHORITY PROCUREMENT POLICY

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

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

V2 Lead-Safe Pilot- Revised 5/17/17 Page 1

Instructions to Bidders Page 1

Transcription:

DOING BUSINESS WITH MUSKEGON COUNTY Purchasing is a division of the Finance and Management Services Department. Its responsibilities include purchasing the necessary supplies, services, and equipment at the best value, consistent with the quality needed to meet the County s requirements and ensure that the maximum value for each dollar expended. Visits by sales representatives to the Purchasing Office are welcomed and encouraged.

PURCHASING PROCESS Purchases are made by Muskegon County using Formal and Informal procedures. Informal Procedures are for purchases less than $3,000 Formal Procedures start for purchases $3,000 and over

INFORMAL PURCHASES < $3,000 Informal Quotes are collected by Departments for purchases less than $3,000. Telephone, fax, or internet request for quotations are generally used for acquiring low value items in a relatively short time.

FORMAL PURCHASES >$3,000 Three - Methods of Formal Solicitations typically used: Quotations: This solicitation type is for products and/or services obtained by the requesting Department (or with the assistance of the Purchasing Office) for purchases between $3,000- $24,999.99. Bids: This solicitation type is for products and/or services obtained by the requesting Department working with the Purchasing Office for purchases of $25,000 and higher. Proposals: This solicitation type is for products and/or services obtained by the requesting Department working with the Purchasing Office for purchases of $25,000 and higher.

QUOTATIONS: PURCHASES FROM $3,000-$24,999.99 Generally, the receipt of three (3) or more written quotes is the preferred amount prior to vendor selection. The goal is to prepare specifications that will encourage competitive solicitations whenever possible. Quotes can be received in various ways. Examples include: non-advertised mail (brochures, flyers, etc.) facsimile (fax) e-mail website

BIDS PURCHASES $25,000 AND UP Bid Process: The term bid is used to identify solicitations which represent major purchases by the County and require special or formal handling. Certain solicitations may require advertising in a newspaper of general circulation in Muskegon County and West Michigan area. A public opening is required of all bids with at least one (1) other person as a witness. Because of the scope of the contracts covered in the formal bid process, the specifications, general terms and conditions and required award documentation (written contracts, insurance certificates and bonds where required) are considerably more detailed and complex.

PROPOSAL PURCHASES $25,000 AND UP Request for Proposals is the method used to purchase professional or consultant services where price is not the most important factor. With this method, the price of the service may be negotiated with the best qualified firm. Proposals differ from quotations and bids because there are evaluation criteria (weights) in the solicitation package. Price is typically not the most important factor and is to be submitted in a separate sealed envelope. A review team evaluates, interviews (if necessary) and provides a recommendation.

BID/PROPOSAL SOLICITATION PROCESS Bids & Proposals are very similar and follow the same general process. Below is a simplified flow chart showing the process of a Formal Bid/Proposal. Department requests Formal Solicitation Solicitation is written Solicitation is posted on MITN Bidders Respond to Solicitation Public Opening is held for Solicitation Department Reviews Bidders Response Board Approves Award to a Bidder

POSTING BIDS & PROPOSALS Bids and Proposals are posted on www.bidnetdirect.com Vendors are encouraged to register with this site. For more information on how to register with Bid Net visit the vendor registration page here: http://www.co.muskegon.mi.us/financeandmgt/vendor_register.htm

BID/PROPOSAL DOCUMENT COMPONENTS The following are some of the components used to prepare the solicitation: 1. Bid Invitation Cover Letter 2. Bid Certification/Non-Collusion Affidavit 3. Bid Summary 4. Addenda Summary 5. Bid Conditions/Instructions to Bidders 6. Bid Specifications 7. References 8. Insurance Requirements 9. No Bid Response Form 10. Responsible Engineering and Construction Contracting Documents

RESPONSIBLE ENGINEERING CONSTRUCTION CONTRACTING DOCUMENTS: Muskegon County Board of Commissioners Policy #2007-512. The complete policy document is available on the Board of Commissioner s website: http://www.co.muskegon.mi.us/boardofcommissioners/policies.htm The purpose of this policy is to: Provide guidance for Construction Contracting pre-bid considerations, bid review and evaluation policies and procedures. Provide an outline for preparing engineer s estimates and for reviewing bids prior to award. To ensure competitive bidding procedures. Prior to the Department s recommendation, a review team consisting of the Finance and Management Services Director, Project Manager, EEO Officer, Architect/Engineer and Risk Management complete a Responsible Contractor/Subcontractor Checklist.

PRE-BID MEETINGS Pre-bid meetings are an excellent way of increasing the possibility that the Purchasing Office and potential vendors will have a common understanding. The pre-bid meeting is held after the solicitation to potential suppliers has been issued. The intent of the pre-bid meeting is to inform potential suppliers of the complex requirements of the solicitation package and for the suppliers to ask questions relating to the solicitation package. Vendors are required to sign an attendance sheet at a mandatory meeting.

INSURANCE REQUIREMENTS Insurance requirements add protection for the County. Insurance requirements and Hold Harmless Agreements are intended to verify the financial responsibility of vendors and contractors to protect the public from injuries or damages arising out of the negligence of vendors and contractors, and protect the assets of the County, and the interest of its employees, resulting from such negligence of vendors and contractors. Insurance requirements are included in all solicitations.

BONDS County construction projects and some highly technical projects in the amount of $100,000.00 or over (and Federal construction contracts in excess of $2,000.00) may have some sort of bonding requirement that will be determined by the Purchasing Office. Types of Bonds: Bid Bond - Five (5%) percent of the bid price. Performance Bond - One hundred (100%) percent of the contract price. Payment Bond or Labor Bond - A payment bond is one executed in connection with a contract to assure payment, as required by law, of all persons supplying labor and material. Material Bond - Insures property/equipment used in the contract. Retaining of Bid Guarantee - The bid bond will be retained by the County until the award. Return unnecessary Bid Guaranty - Bid guarantees should be returned to proposers as soon as it is determined that they have no reasonable chance of winning the contract.

PREVAILING WAGE Any construction, remodeling or repair contract with over $2,000 of Federal funds will be required to meet prevailing wage rates pursuant to the Davis Bacon Act (otherwise noted by Federal Funding announcement) as determined and published by the U.S. Department of Labor, Wage and Hour Division. Any construction, remodeling or repair contract over $100,000 funded through State and/or local dollars will be required to meet prevailing wage rates as determined and published by the State of Michigan, Department of Licensing and Regulation, Wage and Hour Division. Successful bidders will be required to meet the terms and conditions for payment of proper rates and fringe benefits as outlined in the EEO Compliance section of the solicitation packet.

MODIFICATION AND WITHDRAWAL OF SOLICITATION Prior to Solicitation Opening: When a Bidder discovers a mistake prior to the solicitation opening, the bidder will be permitted to modify his/her solicitation to correct the error. The bidder may then submit a corrected sealed solicitation. If the bidder does not wish to modify, then a notice of withdrawal can be submitted before solicitation opening time. Following Solicitation Opening: If a mistake or error is discovered by the bidder or by the Purchasing Office after the solicitation opening, the Purchasing Office has the obligation to call it to the attention of the bidder and to request a verification. If the bidder cannot honor what was submitted, then a notice of withdrawal should be submitted.

LATE SUBMISSIONS Late submissions will not be considered. NO EXCEPTIONS!

COMPLAINTS OR PROTESTS The County of Muskegon has established administrative procedures for handling supplier s complaints in a fair and timely manner. Suppliers should observe the following steps in order to file a complaint: Step 1 The supplier must contact the Director of Finance & Management Services within seven (7) days of the incident about which he or she has a complaint. The Director of Finance & Management Services will reply verbally or in writing to the supplier after discussion with the County Administrator. Step 2 If the supplier is dissatisfied with the Director of Finance & Management Services reply, an appeal must be made in writing within seven (7) days to the Muskegon County Board of Commissioners.

AWARD FACTORS Award factors considered may include: 1. Price 2. Supplier s previous performance and/or service 3. Responsiveness & responsibility of the bid 4. Quality and conformance to conditions & specifications 5. Ability to meet bonds and insurance (as required) 6. Ability to meet delivery schedule

AWARD The Board of Commissioners reserves the right to accept or reject any and all bids, proposals or quotes, reserves all rights granted to it by law, reserves the right to waive formalities and to take such action as it deems necessary in the best interest of the County.

QUESTIONS AND ANSWERS Questions regarding doing business with the County may be directed to the Purchasing Office at: 231-724-6281 or purchasing@co.muskegon.mi.us To register to do business with the County or to find solicitation documents, please visit the Michigan Intergovernmental Trade Network s website at: www.mitn.info