INVITATION TO BID BID NO WEIGHT ROOM EQUIPMENT FOR TROY SCHOOL DISTRICT

Similar documents
BID NO Troy School District

BID NO be obtained. must be Rankin. no later. subsequently. addressed or. part; to. make awards. District, Troy, MI 48083

INVITATION TO BID BID NO ELECTRONIC MESSAGE CENTER SIGN AND INSTALLATION FOR TROY SCHOOL DISTRICT

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

Van Dyke Public Schools Request for Proposal Copiers August 2, 2013

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS

PROJECT Boiler System Replacement Technology Center

Request for Proposal Chromebook Carts. Sault Sainte Marie Area Public Schools

INVITATION PLEASE REFER TO BID NO TO BID

Invitation to Bid. Lease of Farm Land on Dixon Road Dixon Road, Dundee Township. Approximately 93.5 Acres of Farmable Land

BERRIEN COUNTY ROAD DEPARTMENT

REQUEST FOR PROPOSAL WASTE REMOVAL HARTLAND CONSOLIDATED SCHOOLS HOWELL, MICHIGAN 48843

Invitation to Bid. East/West Technology - Asbestos Abatement

INVITATION PLEASE REFER TO BID NO TO BID

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor

DELTON KELLOGG SCHOOLS 327 N. Grove Street Delton, MI, 49046

BERRIEN COUNTY ROAD DEPARTMENT

TCL&P Facilities HVAC Improvements (specifications attached)

Request for Proposal High Volume Copier

NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS

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

INVITATION TO BID BID NO FOOD SERVICE EQUIPMENT AND INSTALLATION TROY SCHOOL DISTRICT

Request for Proposal. For. Energy Conservation Capital Improvement Projects. On A. Performance Contracting Basis

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

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

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

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

CONSOLIDATED SCHOOL DISTRICT 158 October 12, 2014 Specifications for Fork Truck Bid #

Taylor County Purchasing Agent

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

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

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

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR PROPOSAL WIRELESS EQUIPMENT & SURVEY INSTRUCTIONS TO BIDDERS

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

REQUEST FOR SEALED BID PROPOSAL

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

WEXFORD COUNTY REQUEST FOR PROPOSALS

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

Finance & Technology Administrator (815) ext 223

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT

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

PURCHASING DEPARTMENT

CONSOLIDATED SCHOOL DISTRICT 158 SPECIFICATIONS FOR ICE MELT COMPOUND BID #

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

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

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

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017

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

INVITATION TO BID Retaining Wall

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATIONS FOR UNDERWATER BRIDGE INSPECTION SERVICES

REQUEST FOR BIDS FOR. Culinary Equipment Bid Number

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

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

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

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

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

PURCHASING DEPARTMENT

Request for Proposal Construction Management Services

INSTRUCTIONS TO BIDDERS

MEDICAL OXYGEN SUPPLY & TANK RENTAL FOR THE PINES HEALTHCARE AND REHABILITATION CENTERS OLEAN, MACHIAS

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

REQUEST FOR SEALED BID PROPOSAL

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

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

DES MOINES PUBLIC SCHOOLS WRIGHT ELEMENTARY SCHOOL KITCHEN RENOVATION BID NO. B8183 APRIL 9, 2018 ADDENDUM NO. 1

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

PURCHASING DEPARTMENT

JKL Bahweting School. Request for Proposal. Network and Low Voltage Wiring

MELBA SCHOOL DISTRICT

REQUEST FOR SEALED BID PROPOSAL

City of New Rochelle New York

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

REQUEST FOR SEALED BID PROPOSAL

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

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

BID ON LIQUID ZINC ORTHOPHOSPHATE & LIQUID POLYPHOSPHATE

REQUEST FOR SEALED BID PROPOSAL

INSTRUCTIONS TO BIDDERS

Martin Public Schools

2018 Recreation Center Dectron Unit - R22 Refrigerant

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

REQUEST FOR SEALED BID PROPOSAL

COUNTY OF OSWEGO PURCHASING DEPARTMENT

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

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

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

Please include a business card with updated contact information in the packet.

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

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

REQUEST FOR PROPOSAL. UPS Maintenance

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

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

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

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

Transcription:

INVITATION TO BID BID NO. 9844 WEIGHT ROOM EQUIPMENT FOR TROY SCHOOL DISTRICT The Troy School District will receive firm, sealed bids for furnishing, delivering and installing new Weight Room Equipment for both Athens and Troy High Schools, for Troy Schools. Specifications and proposal forms can be obtained online at http://www.troy.k12.mi.us. From the main page click the Business Services tab listed under Departments, then click Purchasing and scroll down to locate and access the bid documents. Your proposal and one copy marked "Bid 9844 Weight Room Equipment" must be delivered no later than 10:30 a.m., Monday, August 29, 2017, Troy School District Maintenance/Operations and Purchasing Offices, 1140 Rankin, Troy, MI 48083, at which time all bids will be publicly opened and read aloud immediately thereafter. Bid proposals received after this time will not be considered or accepted. All questions regarding the bid specified, or the bid terms and conditions will be accepted in writing ONLY and subsequently answered through an addendum to all interested parties. Questions must be received no later than noon, Monday, August 21, 2017, at no other time prior to the bid opening will questions/concerns be addressed or accepted and may be faxed to: 248.823.4077, or emailed as a Word document to: PurchasingOffice@troy.k12.mi.us. All bidders must provide familial disclosure in compliance with MCL 380.1267 and attach this information to the bid proposal. The bid proposal will be accompanied by a sworn and notarized statement disclosing any familial relationship that exists between the owner or any employee of the bidder and any member of the Troy School Board or the Troy School Districts Superintendent. Also, a sworn and notarized Affidavit of compliance for the Iran Economic Sanctions Act certifying the vendor does and will comply with Public Act 517 of 2012 shall accompany all proposals. Both forms will be enclosed in the specification s booklet that shall be used for this purpose. The District will not accept a bid proposal that does not include these sworn and notarized disclosure statement. In accordance with Michigan Compiled Laws Section 129.201, successful bidders whose proposals are $50,000 or more, for any bid category, will be required to furnish a U.S. Treasury Listed Company Performance and Payment Bond in the amount of 100% of their bid. The cost of the Bond shall be identified within each proposal. The Troy Board of Education reserves the right to accept or reject any or all bids, either in whole or in part; to award contract to other than the low bidder; to waive any irregularities and/or informalities; and in general to make awards in any manner deemed to be in the best interest of the owner. Purchasing Department Troy School District 1140 Rankin Troy, MI 48083

INSTRUCTIONS TO BIDDERS PROPOSAL 1. The Troy School District will receive firm, sealed bids for furnishing, delivering and installing new Weight Room Equipment for both Athens and Troy High Schools, in accordance with the attached specifications. 2. Proposals will be submitted only on the forms provided, will be enclosed in a sealed envelope marked with the name of the bidder, the title of the work and must be delivered to Troy School District Maintenance/Operations and Purchasing Offices, 1140 Rankin, Troy, MI 48083, no later than 10:30 a.m., Monday, August 29, 2017, at which time all bids will be publicly opened and read aloud immediately thereafter. Bid proposals received after this time will not be considered or accepted. Oral, telephone, fax or electronic mail bids are invalid and will not receive consideration. Submit one original and one copy. 3. Proposals will be made in conformity with all the conditions set forth in the specifications. All items of furniture and equipment must conform to the specifications. 4. All questions regarding the bid specified, or the bid terms and conditions will be accepted in writing ONLY and subsequently answered through an addendum to all interested parties. Questions must be received no later than noon, Monday, August 21, 2017, at no other time prior to the bid opening will questions/concerns be addressed or accepted and may be faxed to: 248.823.4077, or emailed as a Word document to: PurchasingOffice@troy.k12.mi.us. 5. References in the specifications to any article, product, material, fixture, form or type of construction, etc., by proprietary name, manufacturer, make or catalog number will be interpreted as establishing a standard quality of design and will not be construed as limiting proposals. 6. Bid bond or certified check, for an amount not less than five (5%) percent of the amount of the bid, must accompany each bid. Failure to submit proper bid security shall constitute rejection of bid. 7. A completed Familial Disclosure and an Iran Economic Sanctions form must be included with each proposal submitted or the proposal will not be accepted, please note these forms must be notarized. 8. The Troy Board of Education reserves the right to accept or reject any or all proposals either in whole or in part; to waive any irregularities and/or informalities; and in general to make awards or cancel this proposal, if deemed to be in the best interests of the owner. SCOPE This specification includes furnishing, delivering and installing new Weight Room Equipment for Athens and Troy High Schools, in accordance with the attached specifications. The awarded Vendor must follow the manufacturer recommended installation guidelines, test and provide training for new products, as well as, remove and dispose of the existing old equipment for this project. WITHDRAWAL OF BIDS Any bidder may withdraw their bid at any time prior to the scheduled time for receipt of bids. No proposal may be withdrawn until after 45 days after bid opening. 2

WARRANTY All material and equipment will be guaranteed to be free from defects in both workmanship and materials for no less than one year from date of receipt/installation. If manufacturer warranty exceeds this minimum requirement, the manufacturer warranty will prevail. Any item(s) found to be defective will be replaced or repaired within seven working days at Vendor(s) expense. FIRM PRICING Unit pricing will prevail when computing total quantity on bids. No price allowance or extra consideration on behalf of the bidder will subsequently be allowed by reason of error or oversight on the part of the bidder. The successful bidder(s) will hold bid prices firm for all purchase orders placed for a period of approximately one full year. TAXES Troy School District is not automatically exempt from State of Michigan Sales and Use Taxes. The District must pay these taxes when materials are to be incorporated into reality. Materials that are permanently attached, builtin, incorporated or otherwise made part of the structure all applicable taxes shall be paid by the vendor. Troy School District shall not be responsible for any taxes that are imposed on the vendor. Furthermore, the vendor understands that it cannot claim exemption from taxes by virtue of any exemption that is provided to Troy School District. INSURANCE Satisfactory Workers' Compensation coverage of at least $1,000,000.00 and General Liability and Property Damage Insurance of at least $1,000,000.00 per occurrence and $1,000,000.00 in Aggregate must be carried and paid for by the contractor(s) who undertakes the work on this contract. Insurance coverage must also include automobile insurance of at least $1,000,000.00. Bid number and Troy School District as additional insured must be noted on the insurance certificate. Certificate holder will be Troy Schools. PERMITS All necessary permits, tests, inspections and approvals will be procured by the contractor(s) and will be included in the proposal. DELIVERY/ LOCATIONS/INSTALLATION/OBSOLETE REMOVAL Time of delivery is part of the consideration. It is understood that the bidder agrees to deliver prepaid to the schools, specified from the resulting contract, all items. All cost of delivery, drayage, freight, packing, unpacking, and setup are to be included in the prices bid, as well as, removal of District identified unrepairable obsolete training equipment. All shipments will be F.O.B. delivered to, Athens High School, 4333 John R, Troy, MI 48085, Troy High School, 4777 Northfield Pkwy, Troy, MI 48098. The vendor is responsible for removing from the project all waste materials and rubbish resulting from his operations and installation including all packing cartons and debris. Removal is to occur on a daily basis. Failure to do so will result in the Owner doing so and the cost thereof shall be charged to the vendor as a deduction in his contract price. The vendor shall provide an adequate number of qualified, experienced installers, in harmony with other works at the site. 3

TIMELINE The District anticipates the following timeline and is prepared to exercise flexibility for the purpose of finding the right fit with a qualified vendor or for other purposes deemed to result in added value to the Weight Room Equipment. Bid Release Monday, August 14, 2017 Questions Due Monday, August 21, 2017 @ Noon Final Addendum Tuesday, August 22, 2017 @ Noon Bid Due Date/Public Opening Monday, August 28, 2017 @ 10:30 AM Board Award Tuesday, September 19, 2017 BID BOND Bid Bond or certified check, for an amount not less than five (5%) percent of the amount of the bid, must accompany each bid. The check or bond of each unsuccessful bidder will be returned within ten (10) days after the bid is awarded. Failure of any accepted bidder to enter into a contract to complete the specified work may forfeiture of his bid security. Failure to submit proper bid security shall constitute rejection of bid. GUARANTEE BONDS Prior to the issuance of a purchase order authorizing commencement of this project, and in all cases before beginning work under the contract, the Vendor/Contractor(s) selected will qualify for, sign and deliver to the Purchasing Office, an executed performance bond and executed labor and materials payment bond secured by the surety company. Each bond will be in the amount of 100 percent of the contract. Troy Schools requires that the bonding companies be limited to those listed on the U.S. Department of Treasury Circular 570, and must be licensed in the State of Michigan. The U.S. Department of Treasury Circular 570 can be viewed at the following web site: http://www.fms.treas.gov/c570/c570.html. Certificates of such insurance and bonds will be filed with the Purchasing Office within five working days of notification of bid award and before any work begins. MSDS COPIES OF MATERIAL SAFETY DATA SHEETS FOR ALL HAZARDOUS MATERIALS MUST BE INCLUDED WITH YOUR INVOICE. MATERIAL SAFETY DATA SHEETS Troy Schools expects MATERIAL SAFETY DATA SHEETS for all appropriate materials ATTACHED TO THE INVOICE and to appropriately label all products delivered according to Section 14 of Act 154, of the Public Acts of 1974 as amended. Any appropriate products not labeled will be refused and the vendor will be responsible for additional freight charges. Payment may be withheld until MSDSs are received by the school district. 4

PROPOSAL FORM DUE: 10:30 a.m., Monday, August 29, 2017 PROPOSAL: BID 9844 Weight Room Equipment We propose to furnish, deliver, install and remove obsolete Weight Room Equipment for both Athens and Troy High Schools, in accordance with these specifications: Qty Description Unit Price Total Athens High School 9 Heavy Commercial Stair-Climber CLSS Integrity Series or Equivalent 5 Cybex 525T Commercial Treadmill or Equivalent 1 Cybex 625T Commercial Treadmill or Equivalent 8 Cybex 525C Commercial Upright Cycle or Equivalent Total Athens High School Troy High School 2 Cybex 625T Commercial Treadmill or Equivalent 2 Octane Pro 3700 Commercial Elliptical Classic with standard console or Equivalent 3 Cybex 525C Commercial Upright Cycle or Equivalent Total Troy High School Grand Total BIDDER SFIRM NAME SIGNED BY E-MAIL ADDRESS TITLE PF 1

SWORN AND NOTARIZED FAMILIAL DISCLOSURE STATEMENT FAMILIAR DISCLOSURE AFFIDAVIT The undersigned, the owner or authorized office of the below named contractor (the Contractor ), pursuant to the familial disclosure requirement provided to Troy Schools, hereby represents and warrants that, excepts as provided below, no familial relationship exists between the owner or key employee of the Contractor, and any member of the Troy School Board or the Troy School Superintendent. A list of the School District s Board of Education Members and its Superintendent may be found at http://www.troy.k12.mi.us. List any Familial Relationships: Contractor: Print Name of Contractor By: Its: Subscribed and sworn before me, this Seal: day of, 20, a Notary Public in and for County, (Signature) NOTARY PUBLIC My Commission expires PF 2

CERTIFICATION OF COMPLIANCE IRAN ECONOMIC SANCTIONS ACT Michigan Public Act No. 517 of 2012 The undersigned, the owner, or authorized officer of the below-named Company, pursuant to the compliance certification requirement provided in Troy School District s Request For Proposal, the RFP, hereby certifies, represents, and warrants that the Company and its officers, directors and employees, is not an Iran Linked Business within the meaning of the Iran Economic Sanctions Act, Michigan Public Act No. 517 of 2012 (the Act ), and that in the event the Company is awarded a contract by Troy School District as a result of the aforementioned RFP, the Company is not and will not become an Iran Linked Business at any time during the course of performing any services under the contract. The Company further acknowledges that any person who is found to have submitted a false certification is responsible for a civil penalty of not more than $250,000.00 or two (2) times the amount of the contract or proposed contract for which the false certification was made, whichever is greater, the cost of Troy School District s investigation, and reasonable attorney fees, in addition to the fine. Moreover, any person who submitted a false certification shall be ineligible to bid on a request for proposal for three (3) years from the date the it is determined that the person has submitted the false certification. NAME OF COMPANY NAME AND TITLE OF AUTHORIZED REPRESENTIVE SIGNATURE DATE PF 3

Acceptance of Proposal The undersigned agrees to execute a Contract for work covered by this Proposal provided that he is notified of its acceptance within thirty days after the opening of the Proposal. It is agreed that this bid will not be withdrawn until after forty-five (45) days after receipt of bids. The undersigned affirms that the bid was developed without any collusion, undertaking, or agreement, either directly or indirectly, with any other bidder(s) to maintain the prices of indicated work or prevent any other bidder(s) from bidding the work. BIDDER S FIRM NAME BUSINESS ADDRESS TELEPHONE NUMBER FAX NUMBER BY (SIGNATURE) PRINTED NAME TITLE SIGNED THIS E-MAIL ADDRESS DAY OF, 20 PF 4

BID 9844 RE: Bid 9844 Weight Room Equipment ADDENDUM # 1 August 18, 2017 The Bidding Documents are modified, supplemented or augmented as follows, and this Addendum is hereby made a part of the proposed Contract Documents. Question #1 Clarification of bid due date, Monday or Tuesday? Answer #1 Bid Document states Monday, August 29, 2017 and it should state Tuesday, August 29, 2017. Question #2 Under the Scope in the bid document is states the remove and dispose of the existing old equipment for this project, please provide a list of this obsolete equipment. Answer #2 Athens High School 3 Sci Fit Pro II 6 Tetrix Bike Max Upright 2 Tetrix Bike Max Recumbent 1 Trotter 545 Treadmill 1 Quinton Club Track Treadmill 2 Stair Master 4000PT 1 black 1 white Troy High School 2 Quinton Club Track treadmills End of Section

Bid Tabulation BID 9844 Weight Room Equipment Athens and Troy High Schools Vendors Athens High School Troy High School Grand Total Total Total All-Pro Exercise $ 60,825.00 $ 19,313.00 $ 80,138.00 a) Direct Fitness Solutions $ 70,215.00 $ 19,675.00 $ 89,890.00 b) Forte Fitness $ 61,980.00 $ 18,365.00 $ 80,345.00 Exercise Warehouse $ 66,100.00 $ 18,550.00 $ 84,650.00 Matrix $ 49,454.45 $ 19,450.01 $ 68,904.46 c) Pro Maxima $ 60,842.00 $ 19,794.00 $ 80,636.00 a) Alternates - Additional Packages Bid b) Alternate - Addtional Packages Bid c) NTS - Not to Specification 8/30/2017