CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST

Similar documents
CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. Bids due on October 31, 2017 at 2:00 p.m.

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE TACTICAL ROBOT. Bids due on February 8, 2018 at 2:00 p.m.

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

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

Rock Hill Fire Department RFP for HAZMAT Training Suits CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HAZMAT SUITS

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL KNOWLEDGE PARK TRAFFIC CIRCLE LANDSCAPING. MANDATORY PRE-BID MEETING March 30, 2017 at 10:00 AM

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730

CITY OF ROCK HILL, SC NEIGHBORHOOD STABILIZATION PROGRAM RENTAL MANAGEMENT REQUEST FOR QUALIFICATIONS AND PROPOSALS

REQUEST FOR PROPOSAL CITY HALL CARPET REPLACEMENT

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL MANUAL VEHICLE WASH SYSTEM. Bids Due February 6, 2018 at 2:00 PM

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE ICE RINK RENTAL AND OPERATION. Bids due by May 15, 2018 at 2:00 p.m.

Housing Development Corporation of Rock Hill. Request for Proposal. Repairs at 52 Reynolds Street, Rock Hill SC 29730

BID DOCUMENTS FOR THERMAL IMAGING CAMERA

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

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

Invitation to Bid BOE. Diesel Exhaust Fluid

INVITATION TO BID (ITB)

BID DOCUMENTS FOR STRYKER POWER-PRO XT COT

ADVERTISEMENT FOR BID

REQUEST FOR SEALED BID PROPOSAL

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Request for Bids (RFB) For Recycling Facility Compactor and Installation Town of Rockingham, Vermont

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 7 BIRD ST., ROCK HILL, SC 29730

REQUEST FOR SEALED BID PROPOSAL

Invitation to Bid BOE. Fluorescent Bulbs

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

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

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

REQUEST FOR SEALED BID PROPOSAL

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment &

REQUEST FOR SEALED BID PROPOSAL

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

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

City of Hammond Purchasing Department RFP 14-15

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

INVITATION FOR BIDS FOR TRACTOR AND PULL TYPE SCRAPER NOVEMBER 22, 2005 HARNETT COUNTY

INSTRUCTIONS TO BIDDERS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/

REQUEST FOR SEALED BID PROPOSAL

NEAPA Northeast Alabama Purchasing Association

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

INSTRUCTIONS TO BIDDERS

Bulloch County Board of Commissioners 115 N Main Street Statesboro, GA NOTICE OF SOLICITATION INVITATION TO BID

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

Housing Development Corporation of Rock Hill. Request for Proposal. Repairs at 238 Pursley St., Rock Hill SC 29732

Date: October 24, 2018 Re: RFB OR 2019 CHEVROLET EXPRESS RWD 3500 PASSENGER VAN EXTENDED WHEELBASE LS

BID DOCUMENTS FOR. WTP VFD Replacement Bid

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

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

INSTRUCTIONS TO BIDDERS

REQUEST FOR SEALED BID PROPOSAL

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

NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000

INVITATION TO BID The Lodge Indoor Pool Deck Chairs

CITY OF TITUSVILLE, FLORIDA

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

REQUEST FOR SEALED BID PROPOSAL

IFB: MDI-SAB-14-B-0003 NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000

RFP GENERAL TERMS AND CONDITIONS

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

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

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

Invitation to Bid. Attached you will find a Bid Form. If you have any questions, feel free to call or me directly.

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL

CITY OF FLORENCE SOUTH CAROLINA REPLACEMENT EMERGENCY GENERATOR REQUEST FOR PROPOSAL

REQUEST FOR SEALED BID PROPOSAL

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

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

Request for Quotation

REQUEST FOR SEALED BID PROPOSAL

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

PROPOSAL FOR LIQUID CALCIUM CHLORIDE

BID ON LIQUID ZINC ORTHOPHOSPHATE & LIQUID POLYPHOSPHATE

SECTION NOTICE TO BIDDERS

GUILFORD COUNTY SCHOOLS Invitation for Bids

PROPOSAL FOR 2019 MINERAL WELL BRINE

Pittsburgh, PA 15213

ATTENTION ALL BIDDERS MANDATORY PRE-BID MEETING TUESDAY FEBRUARY 19, 2:00 P.M.

REQUEST FOR SEALED BID PROPOSAL

ADVERTISEMENT FOR BIDS

REQUEST FOR SEALED BID PROPOSAL

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid WD Motor Grader 2018 Boom Mower (Shredder)

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

INVITATION TO BID NO PUBLIC WORKS ROOF REPAIR

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

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

2018 Recreation Center Dectron Unit - R22 Refrigerant

2018 Bulk Magnesium Chloride. Bids Due and Opening Thursday, March 29, 2018 Time: 10:00 a.m.

REQUEST FOR BID North Fraser Street Georgetown, SC Contact: Daniella Howard, Purchasing Agent Phone:

GREENWICH PUBLIC SCHOOLS Purchasing Department 290 Greenwich Avenue Greenwich, CT (203) Fax (203)

Transcription:

PUR421 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 2013 @ 10:00 AM The City of Rock Hill, South Carolina is seeking competitive bids from qualified firms to provide the City with 2 or 3 Portable Generators. The process of responding to this Request for Proposal (RFP) should involve interested companies reviewing and analyzing the information provided herein and responding in writing to any and all items where a response is requested. BACKGROUND The Rock Hill Fire Department is responsible for these items. BID REQUEST Sealed bids will be received by the Purchasing Division of the City of Rock Hill, South Carolina until 10:00 AM local time on August 28, 2013 (est.) at which time they will be publicly opened and read aloud. All companies submitting bids are welcome to attend, but attendance is not mandatory. Details of the award can be obtained by visiting our website cityofrockhill.com or calling the Purchasing Office @ 803-329-7072 The bid opening will begin promptly at the appointed time in the Purchasing Conference Room, Building #103, located at the City Operation Center Complex, 757 South Anderson Road, Rock Hill, South Carolina 29730. No bid may be submitted after the bid opening begins. The bidder is solely responsible for the timely submission of his/her bid. 1

No bid may be withdrawn for a period of forty-five (45) calendar days after the bid opening. Bids may be mailed to City of Rock Hill, Attn: Marty Burr, P.O. Box 11706, Rock Hill, South Carolina 29731 or hand delivered to Marty Burr, Purchasing Office, Building #103 757 South Anderson Road, Rock Hill, SC 29730 prior to the appointed time of the bid opening. All bids must be in a sealed envelope and marked SEALED BID; PORTABLE GENERATORS, OPEN AUGUST 28, 2013 @ 10:00 AM. All bids must be approved by the Rock Hill Fire Department and the City Manager. Should the bids be higher than the amount allocated by the City for this project, the City reserves the right to negotiate in good faith with the low bidder. Failing an agreement, the City may reject all bids and resubmit for new bids or make any other decisions it deems to be in its own best interest. Questions regarding Insurance requirements should be directed to Dot Archie, Risk Manager @ 803-329-7025. Inquiries, re: terms and conditions, etc. should be directed to Marty Burr @ 803-329-5551. City Contact If you have any questions regarding this RFP contact Marty Burr with the Purchasing Office @ 803-329-5551. If you have questions regarding product or product specifications contact Chris Klepper with the Rock Hill Fire Department @ cklepper@cityofrockhill.com. Qualified Vendor A qualified vendor is defined for this purpose as one who meets, or by the date of bid acceptance can meet all requirements for licensing, insurance and service contained within this RFP. 2

WMBE STATEMENT It is the policy of the City of Rock Hill to provide minorities and women equal opportunity for participating in all aspects of the City s contracting and procurement programs, including but not limited to employment, construction projects, and lease agreements consistent with the laws of the State of South Carolina. It is further the policy of the City of Rock Hill to prohibit discrimination against any person or business in pursuit of these opportunities on the basis of race, color, national origin, religion, sex, age, handicap, or veteran status. It is further the policy of the City of Rock Hill to conduct its contracting and procurement programs so as to prevent such discrimination and to resolve any and all claims of such discrimination. 3

S.C. CODE OF LAWS The state of S.C. Code of Laws Section 12-9-310 (A) requires that any entity within the state having a contract with a nonresident taxpayer conducting business or performing services of a temporary nature within this State, with such contract amounts exceeding the payment of ten thousand dollars during any one calendar year, must withhold two percent of each payment to these nonresidents. This does not apply to a nonresident which has registered with the Secretary of State or the Department of Revenue and by that registration has agreed to be subject to the jurisdiction of the department and the courts of the State to determine its SC tax liability, if any. Such registration is not an admission of tax liability nor must it be construed to require the filing of an income tax return. If the entity having a contract with a nonresident obtains an affidavit from the nonresident stating that the nonresident is registered with the department or with the Secretary of State, then the entity is not responsible for withholding. Business tax application is included herein. The successful bidder if a nonresident must fill in front side and section C on reverse side. Nonresident successful bidder must also submit form I-312 (enclosed). Failure to complete these two forms by nonresident will require the City to withhold 2% of all requested payments. 4

INSTRUCTIONS TO BIDDERS Purpose: The purpose of this document is to provide to potential bidders general and specific information in submitting a bid to supply the City needs as listed within. 1.1 Definitions: A) Bidder: This term is used to encompass the party seeking to have an agreement with the City of Rock Hill. B) City: This term is defined as the City of Rock Hill, South Carolina. All communications relating to the bid process or the resulting purchase should be directed to the City s Purchasing Office or to his designated contact. C) Purchase: This term means the agreement to be executed by the City and the successful bidder. 1.2 Bid Preparation: All bid responses shall be A) Prepared and submitted on the forms enclosed herein, unless otherwise prescribed. B) Typewritten or completed in ink, signed by the bidding firm s authorized representative with all erasures or corrections initialed and dated by said signer. C) Each bid constitutes an offer and may not be withdrawn except as provided herein. Bid prices are to remain firm for the period stated in the Bid Request. D) Each bid shall include the name, address, telephone number, fax number and e-mail address of at least three (3) current customers for whom they have provided similar products. These references may be contacted, and if so, their responses will constitute a significant part in the bid evaluation process. 1.3 Bid Submission: Two (2) copies of the Bid Response shall be: A) Submitted in a sealed opaque envelope with the following information written on the outside of the envelope: * The name of the bidding company; * Identification of items being bid; date and time of bid opening. B) Mailed or delivered to the address shown in the Bid Request for receipt by the City by the stated deadline. C) Bids not received by the time and date specified will not be opened or considered, unless the delay is a result of the City, its agents, or assigns. 5

1.4 Failure to bid: Any company which does not desire to offer a bid should submit to the City a letter stating a reason for not bidding and whether the bidder desires their company s name be retained or removed from the City s bid list for future solicitations. 1.5 Errors in Bid: Bidders or their authorized representatives are expected to fully inform themselves as to the conditions, requirements and specifications before submitting bids. Failure to do so will be at the bidder s own risk. In case of error in extension of prices in the bid, the unit price shall govern. 1.6 Award Criteria: The award shall be made to a single bidder who submits the lowest responsible and responsive bid taking into consideration product quality, past performance, and compliance with the stated terms, conditions, and specifications. The City reserves the right to make such decision as it deems to be in its own best interest. The City alone shall make such determination. 1.7 Compliance with laws: The successful bidder shall obtain and maintain all licenses, permits, liability insurance, worker s compensation insurance and comply with all other standards or regulations required by federal, state, county, or City statute, ordinances and rules during the performance of any purchase between the bidder and the City. Any such requirement specifically set forth in any purchase document between the bidder and the City shall be supplementary to this section and not in substitution thereof. 1.8 Brand Name: The use of a brand name is for the sole purpose of describing the standard of quality, performance, and a characteristic desired and is not intended to limit or restrict competition. 1.9 Local vendors, services, contractors, companies and businesses (Rock Hill/York County) with a valid city of Rock Hill business license may have the opportunity to receive a 3% or a 5% adjustment factor during the consideration of bids. A LOCAL VENDOR, SERVICE, CONTRACTOR, COMPANY OR BUSINESS is defined as a business offering the services and or products being bid. Business must have been established for not less than one year within York County limits along with holding a valid City of Rock Hill Business License for the entire year prior to bid date. City Council shall be entitled to make the final decision as to whether such business is local and may in its discretion consider factors such as the length of time prior to issuance of the local business license, the actual physical presence within the corporate limits or within York County, property taxes attributable to such entity received by the City of Rock Hill, local employment and any other reasonable factors to insure that this policy is not being circumvented 6

SPECIFICATIONS: MINIMUM 01. INTENT OF SPECIFICATIONS It is the intent of these specifications to cover the furnishing and delivery to the purchaser a minimum of two (2) with a maximum of three (3) 17.5 kw portable generators equipped as hereinafter specified. With the view to obtaining the best results and the most acceptable generators for service for the Rock Hill Fire Department, these specifications cover only the general requirements as to the type of construction to which the generators must conform. Minor details of construction and materials where not otherwise specified are left to the discretion of the manufacturer, who shall be solely responsible for the design and construction of all features. The complete unit shall be built of material designed for strength, durability, and safety. (NO EXEPTIONS) The complete unit shall be capable of being mounted to the tongue of a trailer and withstand any related conditions associated to this type of installation. (NO EXEPTIONS) Each company responding to this RFP shall furnish satisfactory evidence of their ability to construct the generator specified and show that they are in a position to render prompt service and to furnish replacement parts for the generators. Each RFP shall be accompanied by a set of "Contractor's Specifications" consisting of a detailed description of the generator being proposed to which the generator being furnished, under the contract, must conform. Total price on the company's proposal sheet must include all items listed in the specifications. Listing any items contained in the specifications as an extra cost item shall automatically be cause for rejection. 02. PRE-BID MEETING No pre bid meeting is needed for this proposal. Questions need to be emailed to mburr@cityofrockhill.com on or before August 16 th 2013. Any addendums resulting from questions will be posted on our website cityofrockhill.com. 03. DEALER DELIVERY A qualified and responsible representative of the Dealer shall instruct personnel specified by the Rock Hill Fire Department, in the proper operation, care, and maintenance of the generator. 7

04. GENERAL CONSTRUCTION, QUALITY AND WORKMANSHIP The generator shall be designed and constructed with consideration for ease of operation and safety. The generator shall comply with all applicable federal & state laws and regulations. Electrical insulation or isolation shall be provided where necessary to prevent electrical shock from electrical wiring. The workmanship shall ensure a safe operating environment free of accessible sharp projections and edges. Electrical wires shall be clipped to the frame or body structure of the generator and suitably protected where they pass through structural members. Dissimilar metals in intimate contact with each other shall be protected against electrolytic corrosion. 05. GENERATOR SPECIFICATIONS Assembled Depth of no more than 49 in Assembled Height of no more than 39 in Assembled Width of no more than 31 in Unit shall have an electric start with supplied battery and a pull start for electric start or battery failure Shall have an automatic idle control Shall be capable of automatically regulating voltage Shall be 1-UL Listed Peak Wattage shall be no less than 26,000 watts Continuous Wattage shall be no less than 17,500 Continuous Amperage shall be no less than 100 Engine Displacement shall be sufficient to operate generator to its full ratings Shall have a fuel gauge which is easy to read The fuel tank capacity shall be no less than 16 gallons The full load fuel consumption shall be no more than 3.5 gallons an hour 8

The run time at 50% load shall be no less than 9 hrs with a full tank Fuel type shall be unleaded gasoline or E15 Engine shall have low oil shut off The manufacturer s warranty shall be no less than 2 years starting from date of purchase The db reading of the complete unit shall be no more than 80dB s Unit shall include all items needed so that it can be hardwired into a manual transfer switch Unit shall be able to be hardwired at a 120 Voltage Rating Complete Unit Weight (dry) shall not exceed 400 lbs. 06. MANUFACTURER'S WARRANTY Company shall include with RFP Packet Any and All Warranty Information that will concern Any and All parts of the generators to be delivered. 07. MANUALS All documentation and keys shall be delivered upon acceptance of the generators. Bidder must include complete manufactures specification information with proposal. 9

BID SHEET PUR421 We, the undersigned, do hereby affirm that we have read and understand the enclosed bid requirements and specifications; and do submit this bid for the items listed below: Brand and Model Quoted: Price each: $ Please include two (2) copies of this sheet. All prices quoted are to include freight and shipping charges, sales tax will be added by City. Company Name: Name: Title: Signature: Date Address: City: St: Zip: Email Address Telephone Number Fax Number 10