INSTRUCTIONS TO BIDDERS DEICING FLUID

Similar documents
REQUEST FOR PROPOSAL UNIFORM RENTAL SERVICES

KOSCIUSKO REMC AGREEMENT FOR INTERCONNECTION OF DISTRIBUTED GENERATION

INTERCONNECTION AGREEMENT FOR INTERCONNECTION AND PARALLEL OPERATION OF CERTIFIED INVERTER-BASED EQUIPMENT 10 kw OR SMALLER

SURPLUS BID ATTACHMENT

ST. LOUIS COMMUNITY COLLEGE E-BID FORM

INVITATION FOR BIDS FOR RUNWAY AND AIRCRAFT DEICER SOLICITATION NO

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

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

STANDARD INTERCONNECTION AGREEMENT Fayetteville Public Works Commission

AGREEMENT REGARDING SALES TERMS, CONDITIONS AND PROCEDURES

Town of Highlands Board Approved as of May 17, 2012

DOCUMENTS TABLE OF CONTENTS. 1. Instructions to Bidders 2. Specifications 3. City and Borough of Sitka Standard Terms and Conditions 4.

SUPPLIER - TERMS AND CONDITIONS Materials and Goods

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

RFQ #2766 Sale of Surplus Scrap Metal

PROPOSAL LIQUID CALCIUM CHLORIDE

RFQ # LAN : Black Double Processed Mulch

Request for Quotation

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

INVITATION FOR BIDS FOR AIRFIELD MARKING PAINT AND REFLECTIVE MEDIA SOLICITATION NO

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

CARROLL WHITE RURAL ELECTRIC MEMBERSHIP CORPORATION Monticello, Indiana

FIXTURE TERMS & CONDITIONS Materials & Goods

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

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

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

INVITATION TO BID (ITB)

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

7/14/16. Hendry County Purchase Order Terms and Conditions

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

BROKER/SHIPPER TRANSPORTATION AGREEMENT Revision Revision Date: January 1 st, 2013

The Cincinnati Gas & Electric Company Certified Supplier Service Agreement

RFP GENERAL TERMS AND CONDITIONS

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

a. Article(s) Goods and/or services described on the face of the Purchase Order

AUTOTOOL, INC. TERMS AND CONDITIONS OF SALE

GENERAL TERMS AND CONDITIONS

TERMS AND CONDITIONS OF SALE

TERMS AND CONDITIONS OF SALE (REV. 11/16)

NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE

United Tool & Mold, Inc. Jungwoo USA, LLC Terms and Conditions of Sale

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For Overhead Garage Door Replacement. KATHLEEN L. LING Mayor. Nancy Ridley City Manager

Description Cost PRE-BID CONFERENCE

FRESENIUS KABI USA, LLC GENERAL TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES

No late bids will be considered.

Dickinson College Purchase Order Terms and Conditions

CORE GAS AGGREGATION SERVICE AGREEMENT

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

2. AMENDMENTS TO BID:

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

Standard Terms and Conditions for the Sale of Goods and Services

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

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

Dayton Truck Meet 2019 Vendor Agreement

Purchase Order Terms and Conditions

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

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

General Purchase Order Terms and Conditions (Pro-buyer)

OETC Volume Price Agreement

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

Request for Proposals: Purchase of Staff Computers

United Silicon Carbide, inc. Standard Terms and Conditions of Sale

MANITOBA LIQUOR AND LOTTERIES COPORATION CORPORATE PURCHASE ORDER - TERMS & CONDITIONS

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

REQUEST FOR QUOTATION

COUNTY OF COLE JEFFERSON CITY, MISSOURI

TERMS AND CONDITIONS OF SALE

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

TERMS AND CONDITIONS OF SALE

Customer Propane Service Agreement

Request for Quotation

Citylink Bus Maintenance Facility Exterior Maintenance

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri

REQUEST FOR QUOTE # 16471

REQUEST FOR QUOTATION

FANDIS NORTH AMERICA CORP

Invitation To Bid. for

Terms & Conditions for Sale of Optical Components & Services

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

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

CITY OF ELK GROVE. Invitation to Bid. For. Barracuda Backup Appliance Upgrade

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

RICE UNIVERSITY SHORT FORM CONTRACT

CITY OF GREENVILLE Danish Festival City

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

PAN OSTON PURCHASE ORDER TERMS & CONDITIONS

Solar Generator Interconnection Agreement

FREIGHT CHARGES AND RISK OF LOSS. Unless stated otherwise, all items are shipped F.O.B. AAP manufacturing facility.

STANDARD TERMS AND CONDITIONS OF SALE. Everight Position Technologies Corporation

MODEL DISTRIBUTION COOPERATIVE AGREEMENT FOR INTERCONNECTION AND PARALLEL OPERATION OF DISTRIBUTED GENERATION LONG FORM CONTRACT

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

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

PURCHASING DEPARTMENT

Workforce Management Consulting Services

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

PURCHASE ORDER ACKNOWLEDGEMENT

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

TERMS AND CONDICTIONS REV4 (17 June 2013)

Transcription:

ISSUED: 09-06-2017 REVISED: 10-02-2017 INSTRUCTIONS TO BIDDERS The Capital Region Airport Authority (CRAA) hereby invites from persons, firms, or corporations, who meet the qualifications hereinafter set forth, sealed bids to provide Deicing Fluid for use at Capital Region International Airport, Lansing, Michigan. For the information of prospective bidders and their convenience in the submission of a bid, the following documents, which constitute the bid Package, are being furnished to each bidder and are attached hereto: 1. Instructions to Bidders; 2. Deicing Fluid Specifications; 3. Bid Form This bid package shall constitute contract documents for successful bidder. Please read all terms and conditions thoroughly before submitting bids. It is the intention of the CRAA to select one (1) qualified deicing fluid supplier. Each bidder must complete and return the attached Bid Form, filling in the forms completely and in full accordance with these instructions; so that the bid is received in the office of the Capital Region Airport Authority, Capital Region International Airport, Lansing, Michigan, by 3:30 p.m. Monday November 6, 2017. Bids received after this specified time will not be given consideration. Bid forms returned without authorized signature will be rejected in whole. The CRAA reserves the right to consider the relative experience and qualifications of each of the respective bidders and to select the bidder to whom it will award the bid. The CRAA reserves the right to reject any and all bids and to waive any informality or irregularity in the submittals. The CRAA shall be the sole judge of the adequacy of bidder s qualifications. The CRAA will award to the bidder best meeting the airport's needs, as determined by the CRAA in its discretion. The CRAA is not bound to award the Concession to the lowest bidder. The CRAA reserves the right to negotiate with one or more bidders after opening bids. The CRAA may, in its discretion, conduct one or more interviews with bidders prior to selection. Should a bidder find any discrepancy in or omissions from these "Instructions or other bid documents, he/she should at once notify the CRAA in writing, which will send clarifying written instructions to all prospective bidders. The CRAA will not accept responsibility for any other explanations or interpretations of the instructions. Bids shall be submitted ATTN: Ron O Neil, Director of Maintenance Capital Region Airport Authority 4100 Capital City Blvd. Lansing MI 48906. No bid will be considered from any person, firm or corporation who has failed to perform acceptably any existing or prior contract or agreement with the CRAA. Questions will be addressed by Kevin Miller Airfield Manager 517-881-0664. Ron O Neil Director of Maintenance 1

SPECIFICATIONS FOR A. SCOPE These specifications cover a potassium-acetate based deicing/anti-icing fluid in the form of a concentrated liquid meeting FAA approved specification SAE AMS 1435C. B. FLUID SPECIFICATIONS 1. Fluid shall be minimum 50% potassium acetate by weight with a freezing point of -76 degrees Fahrenheit (-60 degrees Celsius) or lower (method ASTM D1177). 2. Fluid shall contain no urea, ethylene or propylene glycol. 3. Fluid density shall be 10.68 pounds/u.s. gallon (1.28 kg/1) at 68 degrees Fahrenheit (20 degrees Celsius). 4. Fluid ph shall be in the range of 10.5-11.5. 5. For long term storage purposes, fluid shall be stable and shall not separate in storage. C. INFORMATION TO BE SUPPLIED BY VENDOR 1. Name and location of the fluid production site and a copy of independent laboratory certification of the fluid to AMS 1435C. The certification shall be dated within 24 months of bid submittal. Fluid manufactured under license or by a subcontractor will not be accepted, successful bidder must produce the fluid and its primary component potassium acetate. 2. A complete acute aquatic toxicity test report for the fluid. The report shall be by an independent party and state compliance with U.S EPA test methods 40 Code of Federal Regulations parts 797.1300 and 797.1400. 3. A report of the fluid s biochemical oxygen demand (BOD) and theoretical total oxygen demand (TOD). The report shall be by an independent party and state compliance with EPA test methods. 4. A report of the fluid s components. This report shall be for fluid vendor is bidding and shall contain all ingredients used in manufacture of the fluid, manufacturing processes, and methods of inspection on fluid. Should it become necessary to change ingredients or manufacturing processes, successful bidder shall not do so without submitting changes for approval by the Authority and, if requested, a sample of the fluid manufactured with new ingredients and processes. Fluid manufactured with new ingredients and under new manufacturing processes shall not be shipped prior to approval by the Authority and all information required to be submitted in 1-4 above shall also apply to fluid manufactured under any new processes, provided new processes are approved by the Authority. 5. Written technical information covering the fluid s environmental impact if not included elsewhere. D. DELIVERY For each shipment to the Capital Region International Airport, the following information is to be supplied: 1. MSDS, handling, storage and application guidelines. 2. A report showing the results of tests evidencing conformance to all technical requirements (AMS 1435C). 3. Manufacturer s product identification, lot number, quantity, and purchase order number (to be issued by the Authority). 2

4. For identification purposes, fluid shall have blue dye added. When delivered, fluid shall be identified as Kevin Miller s deicer on shipping papers for each shipment ordered. If fluid is not identified as above, shipment will not be accepted by the Authority. 5. Fluid is to be delivered to the Airport s Field Maintenance facility located at 3168 West State Road, Lansing MI, 48906 within 6 hours of order placement. 6. Price to include delivery to above address. E. TERMS The term of this contract shall be from Monday November 13, 2017 through Saturday November 10, 2018. Bid pricing to be good for one year from date of award. F. FORCE MAJEURE Force Majeure means an Act of God, strike, lockout, or other industrial disturbance, act of the public enemy, war, blockade, public riot, lightning, fire, storm, flood, explosion, blackout, orders of any kind of the government of the United States of America, the State or municipality or any of their departments, agencies, or officials, orders of any civil military authority, breakage or accident to machinery, transmission pipes or canals, partial or entire failure or utilities, and any other cause which is not reasonably within the control of the party claiming suspension of any of its obligations hereunder. Force Majeure: If any party is rendered unable, in whole or in part, because of an event of Force Majeure, to carry out any of its obligations under this Agreement, such party shall give the other party prompt written notice of such event of Force Majeure with as full a description of the particulars as is reasonably practicable. The affected party shall use all possible diligence to remove the Force Majeure on the other party. Except for the failure to fulfill its obligations set forth in the immediately preceding sentence, neither party shall be liable for nonperformance or delay in performance caused by an event of Force Majeure of which such party has properly given notice. This section shall not apply to payment or indemnification obligations. G. WARRANTY The Vendor warrants that the products to be delivered hereunder shall conform to the specifications contained in the bid documents; and upon receipt of payment therefore, shall be free from any security interest or encumbrance Indemnity: (a) Buyer shall protect, indemnify, defend and hold harmless Vendor, its affiliates and their respective officers, agents, shareholders, partners, members, employees, representatives, consultants, advisors and assigns (collectively the Vendor Indemnified Parties ) from and against any and all Losses incurred or suffered by any Vendor Indemnified Party arising out of, incidental to or incurred in connection with (i) any spill, release, or leakage of Product following transfer of risk of loss or (ii) injury to or death of persons, including employees of Buyer or any loss of or physical damage to the property of any Vendor Indemnified Party or any third parties, in either case to the extent arising out of or resulting from the intentional or negligent acts or omissions of Buyer, its subcontractors, or any person or entity directly employed by any of them, or any person or entity for whose acts any of them are liable during performance of Buyer s obligations under this Agreement. In no event shall Buyer be responsible for loss or damage caused by the sole negligence of Vendor, its parent, their subsidiaries or affiliates or the agents and employees of any of them. For purposes of this subpart (ii), if both the indemnifying party and the indemnified party are negligent or otherwise at fault, then the obligations of indemnification shall continue, but the indemnifying party shall be liable only for its percentage of comparative responsibility for the damage or injury indemnified against. Buyer shall not settle any such claims or actions in a manner which would require any action or forbearance from action by any Vendor Indemnified Party without the prior written consent of such Vendor Indemnified Party, which consent may not be unreasonably withheld. (b) Vendor shall protect, indemnify, defend and hold harmless Buyer, its affiliates and their respective officers, agents, shareholders, partners, members, employees, representatives, consultants, advisors and assigns (collectively the Buyer Indemnified Parties ) from and against any and all Losses incurred or suffered by any Buyer Indemnified Party arising out of, incidental to or incurred in connection with (i) any spill, release, or leakage of Product 3

following transfer of risk of loss or (ii) injury to or death of persons, including employees of Buyer or any loss of or physical damage to the property of any Buyer Indemnified Party or any third parties, in either case to the extent arising out of or resulting from the intentional or negligent acts or omissions of Vendor, its subcontractors, or any person or entity directly employed by any of them, or any person or entity for whose acts any of them are liable during performance of Vendor s obligations under this Agreement. In no event shall Vendor be responsible for loss or damage caused by the sole negligence of Buyer its parent, their subsidiaries or affiliates or the agents and employees of any of them. For purposes of this subpart (ii), if both the indemnifying party and the indemnified party are negligent or otherwise at fault, then the obligations of indemnification shall continue, but the indemnifying party shall be liable only for its percentage of comparative responsibility for the damage or injury indemnified against. Vendor shall not settle any such claims or actions in a manner which would require any action or forbearance from action by any Buyer Indemnified Party without the prior written consent of such Buyer Indemnified Party, which consent may not be unreasonably withheld. 4

CRAA BID FORM Instructions: Mail form to arrive or deliver by the time and place shown in the bid invitation in sealed envelope clearly marked with item being bid on. No late, faxed, or emailed bids will be accepted. The undersigned has read and understands the bid specification and agrees to provide products and/or services in accordance with the bid specifications as follows: Price per gallon FOB: $ In submitting bids, successful bidder agrees: To replace defective product at no charge to CRAA Accept any contract awarded on the price, terms, and conditions stated in the bid That bid price shall remain firm for term of award as stated above Quote prices FOB Capital Region International Airport CRAA s annual use is @ 8,000 12,000 gallons depending upon conditions COMPANY TELEPHONE ADDRESS (Include Zip Code) AUTHORIZED SIGNATURE PRINT NAME TITLE DATE 5