**AMENDED** PLEASE FAX YOUR QUOTE TO: RFQ NO Send your quote to: Maria Salazar Today is: December 1, 2016

Similar documents
RFQ #2766 Sale of Surplus Scrap Metal

MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

THE MTA IS ACCEPTING INFORMAL BIDS FOR THE SALE OF 27 SURPLUS STORAGE CONTAINERS.

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

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

Master Service Agreement (Updated 9/15/2015)

SURPLUS BID ATTACHMENT

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

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

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

PURCHASING DEPARTMENT

RFP GENERAL TERMS AND CONDITIONS

2018 FABULOUS PHOENIX 4 TH FOOD VENDOR REGULATIONS

THE MTA IS ACCEPTING INFORMAL BIDS FOR THE SALE OF EQUIPMENT LISTED BELOW:

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT. 1. TERM: This Agreement is effective from (insert dates for a three year period).

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

OGC-S Owner-Contractor Construction Agreement

PURCHASING DEPARTMENT

NOTICE IS HEREBY GIVEN

TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

COUNTY OF COLE JEFFERSON CITY, MISSOURI

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

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

INSTRUCTIONS TO BIDDERS DEICING FLUID

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

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

Union College Schenectady, NY General Purchasing Terms & Conditions

AUTHORIZED RECYCLER CERTIFICATE OF OPERATION BUSINESS RECYCLING REQUIREMENT PURSUANT TO SWA CODE TITLE IV

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

Request for Quotation

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

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

TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS

SUPPLIER - TERMS AND CONDITIONS Materials and Goods

Snow Removal Services Request for Proposals December 1, April 30, 2019

COUNTY EXECUTIVE On behalf of the City of Pittsburgh

AGREEMENT REGARDING SALES TERMS, CONDITIONS AND PROCEDURES

SUBCONTRACT CONSTRUCTION AGREEMENT

ATTACHMENT B SALE # CGS4 GENERAL PURPOSE. PowerGyp70 CGS SALES AGREEMENT By and Between SOUTH CAROLINA PUBLIC SERVICE AUTHORITY And

Deluxe Corporation Purchase Terms and Conditions

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

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

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

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

STANDARD INTERCONNECTION AGREEMENT Fayetteville Public Works Commission

Champaign Park District: Request for Bids for Playground Surfacing Mulch

REQUEST FOR QUOTATION

PROJECT MANUAL Residential Solid Waste, Trash, Recycling and Yard Waste Collections

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

COUNTY OF OSWEGO PURCHASING DEPARTMENT

3. Authorized Exceptions to Appendix A, Standard Terms and Conditions for Product and Related Services Contracts, version 09/24/2015.

PROPOSAL FOR STREET SWEEPING SERVICES

County of Rockwall State of Texas

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ).

ENCROACHMENT PERMIT PACKAGE

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

Caterer Policies and Procedures

NTT Electronics AMERICA, INC. GENERAL TERMS AND CONDITIONS OF SALE

REQUEST FOR QUOTATION

ADVERTISEMENT FOR BID

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

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

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Town of Highlands Board Approved as of May 17, 2012

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

RFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT

OGC-S Master Facility Use Agreement for Conference and Training Center

SAFETY FIRST GRANT CONTRACT

Performance CONTRACTORS, INC. HAULING TERMS AND CONDITIONS

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

Holt Public School District 5780 W. Holt Rd Holt MI

SCRAP METAL, OBSOLETE PERSONAL PROPERTY AND OTHER SALVAGE DISPOSAL POLICY TEXAMERICAS CENTER

CONSTRUCTION CONTRACT AGREEMENT

INVITATION FOR BID B Purchasing Department 3221 McKelvey Road Bridgeton, MO SPECIFICATIONS FOR WINDOW TREATMENTS

PROPOSAL LIQUID CALCIUM CHLORIDE

IPEIA 2018 EXHIBITOR PACKAGE

AGC TEXT COPY THE ASSOCIATED GENERAL CONTRACTORS OF AMERICA AGC DOCUMENT NO. 603 STANDARD SHORT FORM AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR

Company: Legal Status: Ordering Address: Phone: Remit Address: Payment Terms:

PURCHASING DEPARTMENT

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

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

PURCHASING DEPARTMENT

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

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

INVITATION TO BID (ITB)

Transcription:

**AMENDED** RFQ #2840 Sale of Surplus Scrap Metal PLEASE FAX YOUR QUOTE TO: RFQ NO. 2840 Send your quote to: Maria Salazar Today is: December 1, 2016 Department: Purchasing Phone: 805/875-8001 Fax Number: 805/875-8611 Phone Number: Email: m_salazar@ci.lompoc.ca.us 805/875-8001 Re: Sale of Surplus Scrap Material By Noon: December 15, 2016 PLEASE NOTE: IT IS THE BIDDER S RESPONSIBILITY TO CALL MARIA SALAZAR AT (805) 875-8001 WITHIN 30 MINUTES OF FAXING IN YOUR BID TO CONFIRM RECEIPT. For Department Use Vendor to Complete this Information The City of Lompoc intends to award the right to purchase a quantity of SURPLUS SCRAP METAL to the highest responsible, responsive bidder. This surplus metal is currently being stored in some large metal bins and reels at the V Street Storage Yard located at 1107 North V Street in Lompoc, California. Attached is a handwritten listing of the types of metals in each bin, and what the approximate net weights are. The net weights for the partially-filled cable reels are also listed, but bidders must first examine all items in person in order to submit a bid. Please note the containers were weighed approximately 2 weeks ago, and material is being added daily. Please fill out your bid price per lb for each type of material, along with the extended price for each line item. Then add up all your totals and input that figure below for the Total Amount Bid. The amount in this box will be the amount used for evaluation of the final award. The containers will be reweighed on October 22, 2015 and the high bidder will be notified of the new weights. A cashier s check for the total amount must be presented to the City of Lompoc Treasurer s Office and a receipt showing payment was made must be provided to the Purchasing Division prior to release of the material. Approximate Gross Weight (lbs) Approximate Net Weight (lbs) Bin No Material Tare Weight (lbs) 1 Galvanized ACSR 1008 2,348 1,340 2 ACSR 1645 3,076 1,431 3 ACSR Shielded 1645 4,571 2,926 4 Aluminum 1654 4,876 3,222 Shielded 5 Shielded Copper 1700 3,216 1,516 Aluminum 6 Galvanized 1645 3,712 2,067 7 Bare Copper 1645 3,151 1,506 Bidder s Price/Lb Extended Price

9 Shielded Copper 1645 4,010 2365 N/A Lot of Surplus Copper & Aluminum Wire & Cable on Reels (see photos) Unknown Unknown 19,522 N/A Total Amount Bid How many days after notification of award and receipt of insurance will you pick up? Days Vendor must view scrap before quoting. Interested bidders may make an appointment to view the wire and metal scrap by calling Brian Sullivan at (805) 875-8002. Did you view scrap? (yes/no) We hereby offer to purchase from the City of Lompoc the above items at the prices shown and under the terms and conditions printed hereon or attached or referenced. Signature below verifies that bidder has read, understands and agrees to the conditions contained herein and on all of the attachments and addenda.. Company Name Address City, State & Zip Code Phone Number Fax Number Signature of Authorized Representative Authorized Representative Name (please print name) E-Mail Address Web Page Address Date Pick-Up ARO Days

ATTACHMENT A INDEMNITY AND INSURANCE REQUIREMENTS I. Contractor shall secure the following insurance coverage to protect it and the City from claims brought against the City, their employees, authorized representatives, agents or third parties. 1. Worker s Compensation Insurance as required by State of California statutes, and employer s liability insurance (including disease coverage) in an amount not less than $1,000,000 per occurrence. Insurer shall waive all rights of subrogation against the City, its employees, representatives, and agents. 2. Automobile Liability Insurance with coverage of any vehicle including those owned, leased, rented or borrowed. This insurance shall have an endorsement naming the City as Additional Insured and with a standard cross-liability clause or endorsement. The limit amount for this insurance shall be not less than $500,000 per occurrence combined single limit for bodily injury and property damage. 3. General Liability Insurance including premises and operations, products, completed operations, contractual liability, independent contractors, and broad form property damage coverages. This insurance shall be on a commercial insurance, occurrence form with an endorsement naming the City as Additional Insured and with a standard cross-liability clause or endorsement. The limit amount for this insurance shall be not less than $1,000,000 per occurrence combined single limit for bodily injury and property damage. II. The insurance policies described above shall include the following provisions or have added by endorsement: 1. The coverages shall be primary, and no other insurance or self-insurance such as may be utilized by the City shall contribute to a loss under these policies. 2. The policies shall not be canceled or materially altered without 30 days prior written notice to the City. The certificates and endorsements are to be signed by a person authorized by the insurers to bind coverage on their behalf. III. The insurers utilized shall conform to the following terms: 1. Insurers shall have at least a A- policy holder s rating and an VII financial rating in accordance with the most current Best s Key Rating Guide. 2. Contractor shall furnish the City, within ten (10) calendar days of receiving Notice of Award, or a Request for Insurance letter, and not less than two (2) working days prior to the commencement of the work, with adequate certificates of insurance and with original endorsements affecting coverage as wioll demonstrate that the provisions and/or requirements of this section have been complied with. IV. The City reserves the right to require complete, certified copies of all required insurance policies at any time.

V. DEFEND, HOLD HARMLESS AND INDEMNITY Contractor shall defend, hold harmless and indemnify the City and its agents, officers, employees and volunteers from and against all claims, damages, losses and expenses including attorney fees and all expenses of litigation arising out of the performance of the work described herein, caused in whole or in part by any negligent act or omission of the contractor, any subcontractor, the City, or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, except where caused by the willful misconduct of the City.

INFORMATION QUOTATION INSTRUCTIONS/TERMS/CONDITIONS FOR SALE OF SURPLUS SCRAP WIRE & METAL 1. QUOTE FORM: Offeror must submit quotation on the City s quote form. 2. QUOTE ACCEPTANCE PERIOD: Quotations shall be firm for a minimum of 30 days and are subject to acceptance at any time within 30 days from opening date. 3. AWARD: Surplus material will be sold, as ONE LOT, to the highest offeror to the terms and conditions set forth herein, and in agreement to Lompoc City Code. Offeror WILL NOT be allowed to select only the items he/she wants but MUST TAKE THE ENTIRE LOT to be considered for this award. The City will not accept any returns of material picked up by contractor. The City reserves the right to retain any item from lot that it chooses not to sell. 4. RIGHTS RESERVED: The City reserves the right to reject the quote of any offeror who previously failed to perform properly, or complete on time, contracts of similar nature, or to reject the quote of an offeror who is not in a position to perform such a contract satisfactorily. 5. QUESTIONS: Any questions pertaining to the specifications of this Invitation to Quote should be directed VIA FAX to: Maria Salazar, Buyer @ 805-875-8611 (fax no.) 6. ON-SITE SERVICES: See Attachment A for indemnity and insurance requirements. 7. REMOVAL: Successful offeror must remove all surplus material from City premises WITHIN TEN (10) DAYS of notice of award, upon receipt of proper insurance requirements. Removal time designated is of the essence; therefore, the City reserves the right to cancel such award, and then award the quote to another offeror if removal is not made within the time specified. If the contract should be delayed beyond the control of and without fault or negligence of the offeror, the offeror shall notify the City within 24 hours of the delay. Such causes may include, but are not limited to: Acts of God, war, or acts of the public enemy, acts of any governmental entity in its sovereign or contractual capacity, fires, floods, epidemics, strikes and unusually severe weather. Successful offeror will be responsible for furnishing all personnel and equipment necessary to remove the material from City premises. The City will supply a forklift and driver to assist in the loading, but WILL NOT assist in manually handling and lifting of material that is not forklift ready. Material is to be removed Monday through Thursday, between the hours of 7:30 AM and 12:00 PM and 12:30 PM and 4:00 PM on any given day. Additional loading time will not be authorized. Removal WILL NOT be allowed on Fridays. Cable (wire) that is on reels shall be taken as is, WOODEN REEL(S) INCLUDED. USING A BLOW TORCH OR OTHER DEVICE THAT MAY CAUSE A FIRE TO DISASSEMBLE REELS AT THE V STREET YARD IS STRICTLY PROHIBITED.

Contents in City owned hoppers shall be dumped onto buyer truck/trailer; hoppers shall then be placed back in original location. REMOVAL OF CITY HOPPERS FROM CITY PREMISES WILL NOT BE ALLOWED. 8. ITEMS OFFERED: Material offered for sale is AS IS and WHERE IS and without recourse to the City of Lompoc or its officers or employees. The description and quantity of items offered are to the best of the City s knowledge. 9. WARRANTY: The City makes no warranty, guarantee or representation of any kind, expressed or implied, as to the condition, utility, or usability of any material offered for sale. 10. PAYMENT: Successful offeror will be required to furnish the Purchasing Manager, or designee, a certified or cashier s check for 100% of the offer, made out to the City of Lompoc. NO PERSONAL CHECKS WILL BE ACCEPTED. NO MATERIAL WILL BE ALLOWED TO BE PICKED UP BEFORE FULL PAYMENT IS RECEIVED BY THE CITY. 11. DAMAGE: Offeror shall be held responsible for any breakage, loss of City s equipment or supplies through negligence of the offeror or his employees while working on City premises. The offeror shall be responsible for restoring/replacing any equipment, facilities, etc. so damaged. Offeror shall immediately report any damages resulting from the performance of service to the Purchasing & Materials Manager. 12. QUANTITY/PICK-UP LOCATION: Due to the volume, the quantities (weights) are approximate. Offeror MUST visit the site and determine for him/herself the best offer possible. For appointment to view site, call Brian Sullivan at 805/875-8002. Most material is in 2.75 cu. yd. metal rubbish containers, reels, pallets or on the ground. Material is being added daily. Material for sale: Please see photos attached. For further questions regarding material, please contact Brian Sullivan at the number listed above. 13. INDEPENDENT CONTRACTOR: Offeror shall act as an independent contractor and not as an agent of the City in performing the services. 14. SELL OR ASSIGN: The successful offeror shall not have the right to sell, assign or transfer any obligations resulting from this quotation without the written consent of the City of Lompoc. 15. LAWS GOVERNING CONTRACT: The award resulting from this quotation shall be in accordance with the laws of the State of California. Parties further stipulate that this award was entered into in the State of California and the State of California is the only appropriate forum for any litigation as a result of breach hereof or any questions risen herefrom. 16. HOLD HARMLESS AND INDEMNITY: The successful offeror shall indemnify, defend, and hold harmless the City of Lompoc and its officers, officials, employees and agents from and against any and all liability, loss, damage, injury, expense, costs (including without limitation costs and fees of litigation) of every nature arising out of or in connection with the contractor s

performance of work hereunder or its failure to comply with any of its obligations contained in the terms and conditions of this quotation, except such loss or damage which was caused by the sole negligence or willful misconduct of the City of Lompoc. 17. CALIFORNIA RESALE CERTIFICATE: The successful offeror must provide the City of Lompoc with a valid California Resale Certificate verifying that the scrap will be resold in order to avoid paying the 8.0% Santa Barbara County sales tax that would otherwise be imposed. 18. ENTIRE AGREEMENT: This contract embodies the entire agreement between the City and the Contractor. The parties shall not be bound by or be liable for any statement, representation, promise, inducement, or understanding of any kind of nature not set forth herein. No changes, amendments or modifications of any of the terms or conditions of the contract shall be valid unless reduced to writing and signed by both parties. 19. TYPEWRITTEN PRICES: All pricing shall be typewritten or written in ink. Quotations having any erasures or corrections must be initialed by the offeror in ink. Quotation shall be signed in ink. 20. AUTHORIZED SIGNATURE: Quotations must be signed with the firm s name and by an authorized officer or employee. Obligations assumed by such signature must be fulfilled.