Description Cost PRE-BID CONFERENCE

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

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2.

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

CITY OF TITUSVILLE, FLORIDA

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

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

REQUEST FOR QUOTE # 16471

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

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)

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

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

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

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

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

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

SUPPLIER - TERMS AND CONDITIONS Materials and Goods

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

PURCHASING DEPARTMENT

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

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

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

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

PURCHASE ORDER ACKNOWLEDGEMENT

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

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M.

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

GENERAL TERMS AND CONDITIONS

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

Union College Schenectady, NY General Purchasing Terms & Conditions

FleetPride, Inc. Standard Terms and Conditions of Purchase

UCSD AGREEMENT # 015/SD/1210 SIGMA ALDRICH INC, CHEMICALS AND REAGENTS

INVITATION TO BID 285(Rev 7/94) PAGE :

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

FIXTURE TERMS & CONDITIONS Materials & Goods

(SEE ATTACHED FOR CONDITIONS AND INSTRUCTIONS)

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

No late bids will be considered.

Deluxe Corporation Purchase Terms and Conditions

PURCHASING DEPARTMENT

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

SURPLUS BID ATTACHMENT

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

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

GENERAL CONDITIONS. 6. BID PRICES are to remain firm for one (1) year from date of award, unless otherwise specified.

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

ST. LOUIS COMMUNITY COLLEGE E-BID FORM

UMASS MEMORIAL MEDICAL CENTER, INC. CONTRACT FOR PURCHASE OF GOODS

PURCHASING DEPARTMENT

AGREEMENT BETWEEN OWNER AND SELLER

Watershed Educational Campaign Project

Request for Bid/Proposal

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

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

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

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

WHITLEY COUNTY BOARD OF EDUCATION 300 MAIN STREET WILLIAMSBURG, KY INVITATION TO BID--

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

PURCHASING DEPARTMENT

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

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION

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

INSTRUCTIONS TO BIDDERS

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

THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES

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

PROPOSAL LIQUID CALCIUM CHLORIDE

RFP GENERAL TERMS AND CONDITIONS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

Invitation To Bid. for

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

NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE

RFQ # LAN : Black Double Processed Mulch

CITY OF OCALA Purchasing Department 2100 NE 30 th Avenue Building E, Gate 4 Ocala, Florida Phone: (352) Fax (352)

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

REQUEST FOR PROPOSAL. Information Technology Support Services

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

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility.

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

INSTRUCTIONS TO BIDDERS

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

THIS QUOTATION # SHOULD BE REFERENCED ON ALL MAILING LABELS, ENVELOPES, AND OTHER CORRESPONDENCE.

Johnson City Power Board

TERMS AND CONDITIONS OF SALE

ALL BIDS MUST BE EXTENDED AND TOTALED. (SEE ATTACHED FOR CONDITIONS AND INSTRUCTIONS)

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

NOTICE TO BIDDERS BID #FY150019

Town of Whitby Terms and Conditions

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 11135

PAN OSTON PURCHASE ORDER TERMS & CONDITIONS

CONSTRUCTION CONTRACT

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

City of New Rochelle New York

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

JEKYLL ISLAND STATE PARK AUTHORITY Request For A Sealed Quotation. Date Released June 30, 2016 Bid Opening: Tuesday July 26, :00PM ET

GLENBARD TOWNSHIP HIGH SCHOOL DISTRICT # Crescent Boulevard, Glen Ellyn, IL , (630) , INVITATION TO BID

Request for Quotation

Dickinson College Purchase Order Terms and Conditions

REQUEST FOR PROPOSAL 3102 TRUCK DRIVING SIMULATOR

CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT INVITATION TO BID

Transcription:

IMPORTANT This is NOT an order but a request for sealed bid. PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 10 (Plus Attachment A ) REQUEST FOR SEALED BID REQ. NO. 10082841 DATE: 5/31/06 Bids will be received until 3:00 p.m., Thursday, June 15, 2006 at the office of the Purchasing Dept., PUBLIC BID OPENING Read instructions and conditions on back of this form before filling out. All quotes must be typed or written in ink to be considered. PLEASE SHOW THE REQUEST NUMBER ON THE ENCLOSED LABEL AND APPLY TO THE ENVELOPE CONTAINING YOUR SEALED BID. Please bid itemized price for material listed below F.O.B. Georgia Ports Authority, Garden City Terminal, Garden City, Georgia, and Ocean Terminal, Savannah, GA. These bids are requested by, and must be returned on or before 3:00 p.m., Thursday, June 15, 2006 to the attention of the Purchasing Department, Georgia Ports Authority, P. O. Box 2406, Savannah GA 31402, or hand delivered to, 2 Main Street, Purchasing Department, Garden City, GA 31408. Item No. Est. Ann. Qty. Description Unit Cost Total Georgia Ports Authority (GPA) is requesting bids, whereby the successful vendor will provide and install four (4) electronic digital safety signs, to include all labor, materials, equipment, and other services required to perform the job, located on Georgia Ports Authority property at the following locations, per the attached specifications, requirements, and Attachment A. 1 each Gate 3, Gate 4, and Gate 5 (Garden City Terminal) 1 each Gate 2 (Ocean Terminal) 1. 4 ea Digital Sign Outdoor Electronic Message Display Board $ $ Fixed sign with digital display as specified Wireless capability program display boards from a remote central location with a GPA furnished computer. Electrical supply source/outlet installed at specified sign locations. Projected billboard dimension 10 x 7 with elevation of 8 to 12 Software Installation Recommended Electronic LCD display board size 4 H x 7 6 W Pixel Pitch 34mm Monochrome 4 lines for messaging 19 to 22 characters per line Display color Amber Gpa logo color PMS 301 Blue and PMS 124 Gold Team Safety color PMS 364 PRE-BID CONFERENCE A pre-bid conference has been scheduled for Thursday, June 8, 2006 at 9:00 a.m., in the Georgia Ports Authority, Administration Building, Conference Center, 2 Main Street, Highway 25 & 307, Garden City, Georgia. Bidders are requested to come to the pre-bid conference prepared to ask questions and review this request. This is the only time designated for this conference and it is in the bidders best interest to attend. Please respond by telephone (912) 964-3999 or (912) 964-3946 if you plan to attend. NOTE: READ INSTRUCTIONS ON BACK We submit the above prices and agree to make delivery within days from receipt of order unless notified to the contrary. This offer is good for ninety days from the limitation date set for receiving bids. My terms for payments are as follows. In submitting the above, it is expressly agreed that, upon proper acceptance of any or all items by THE PURCHASING DEPARTMENT, a contract shall hereby be created. The undersigned certifies that all of the provisions of the Act of 1956 titled, State Employees and Officials trading with the State has been complied in full. The undersigned further certifies that the attached proposal is submitted independently of any other bid or proposal, and that this bidder has no interest, directly or indirectly, in any other bid or proposal for said item(s) and that this bidder will not receive any commission or any sum whatsoever, directly or indirectly, on the sale of said item(s) in the event some other person, association firm or corporation should be declared low bidder or awarded the contract or sale for said item(s). COMPANY NAME SIGNATURE (Authorized Agent) DATE

Page 2 Req. No. 10082841 INSTRUCTIONS TO VENDOR 1. Unless otherwise requested, only one copy of bid/quote form need be submitted and this copy must be TYPEWRITTEN OR PRINTED IN INK. 2. Bid/Quote not valid unless signed in INK by authorized person, and received in the Purchasing Department PRIOR TO BlD OPENING OR QUOTE DUE DATE. 3. Prices should be stated in unit quantity specified with packing included. 4. If bidding/quoting a comparable, vendor must state Manufacturer s name and model in space provided and also attach to and make part of this bid/quote a brochure with specifications. Failure to comply could constitute a basis for rejection. 5. If descriptive matter is attached to bid/quote, vendor s name must be on each separate sheet. 6. Where a brand or trade name appears in the specifications it is understood that it refers to that material or its comparable, unless specifically stated "No substitute." 7. If the item bid/quoted has a trade name or brand, such trade name or brand must be stated in the bid/quote. 8. Unit price, extension, and gross total must be shown. 9. Time discounts should be shown separately in the space provided in the bottom section of bid/quote form. 10. Georgia Ports Authority is exempt from State Sales Tax and Federal Excise Tax. Do not include in your quotation. CONDITIONS 1. The Georgia Ports Authority reserves the right to reject any and all bids/quotes, and to waive formalities. In case of errors in the extension of prices in this bid/quote, the unit price will govern. 2. Time, in connection with discount offered, will be computed from date of delivery of the supplies or materials to carrier when final inspection and acceptance are at point of origin, or from date of delivery at destination when final inspection and acceptance are at those points, or from date correct invoice is received if the latter is later than the date of delivery. 3. In case of default of the contractor, the Georgia Ports Authority may procure the articles or service from other sources and hold the contractor responsible for any excess occasioned thereby. 4. Unless otherwise indicated on the face of this form, it is understood and agreed that any item offered or shipped on this bid/quote shall be new and in first class condition, and that all containers shall be new and suitable for storage or shipment. 5. The Georgia Ports Authority is specifically exempted by law from all Fair Trade prices and will neither recognize nor honor any prices bid/quoted to it as such. 6. The Georgia Ports Authority is exempt from excise taxes, including transportation and sales taxes and in no case shall such taxes be included in bid/quote prices: any applicable taxes must be shown as a separate item. Where applicable, tax exemption certificates will be furnished. 7. Samples of items, when required, must be furnished free of expense, prior to opening of bids/quotes, and if not destroyed, will upon request be returned at the vendor s expense. Request for the return of samples must be made within ten days following the opening of bids or the due date of quotes. Each individual sample must be labeled with vendor s name and item number. 8. It is agreed by the parties hereto that delivery by the vendor to a common carrier does NOT constitute delivery to the Georgia Ports Authority or any department thereof. POLICY STATEMENT It is the policy of the State of Georgia that minority business enterprises shall have the maximum opportunity to participate in the State purchasing process. Therefore, the State of Georgia encourages all minority business enterprises to compete for, win, and receive contracts for goods, services, and construction. Also, the State encourages all companies to sub-contract portions of any State contract to minority business enterprises. NOTICE Vendors interested in taking advantage of the Georgia income tax incentives provided for by the official code of Georgia Annotated 48-7-38, relative to the use of minority subcontractors in the performance of contracts awarded by the State of Georgia, should contact the small and minority business coordinators at the following address: Small and Minority Business Coordinators Department of Administrative Services Purchasing and Surplus Property Division 200 Piedmont Avenue, S.E Suite 1302, West Tower, Floyd Building Atlanta, Georgia 30334 Telephone: (404) 656-6315

Date 5/31/06 Requisition No. 10082841 Page 3 of 10 MANDATORY REQUIREMENTS: The Georgia Ports Authority has established certain requirements with respect to bids to be submitted by offerors. Whenever the terms shall, must, will, or is required are used in the bid, the specifications being referred to is a mandatory requirement of this bid. Failure to meet any mandatory requirement will cause rejection of offeror s bid. MANUFACTURER: When reference is made to Manufacturer s name or model, such reference is solely to designate and identify the quality of the product to be furnished and is not intended to restrict competitive bidding and any acceptable equal will be given full consideration. OR EQUAL INTERPRETATION: It is the vendor s responsibility to prove to the Georgia Ports Authority that each item bid is equal to the grade or quality of material specified. If bidding an equal, vendor must state Manufacturer s name and model in the space provided, and attach to and make a part of a bid a brochure and specifications. NO SUBSTITUTION: There will be no substitution of signs as specified in bid by vendor without prior written approval of the Purchasing Department of Georgia Ports Authority. DUPLICATE: All bids must be submitted on Georgia Ports Authority forms in DUPLICATE. THE ORIGINAL AND ONE (1) COPY OF THE ENTIRE COMPLETED BID PACKAGE MUST BE RETURNED. DELIVERY, INSTALLATION, AND COMPLETION SCHEDULE: Delivery, installation, and completion schedule may be a major factor in the evaluation process. Specify number of calendar days for delivery of signs after award: /days Specify number of calendar days for installation of signs after award: /days Specify number of calendar days for completion of project after award: /days TROUBLESHOOTING: Successful bidder is required to meet with Georgia Ports Authority s representative(s) as needed to troubleshoot problems if they occur. Response time may be a factor in the evaluation process. Specify response time by phone: Specify response time on-site: WARRANTY: Vendor must specify warranty with respect to material and workmanship in space provided below and attach warranty policy. Warranty period will begin upon satisfactory completion of project. REFERENCES: Vendor must attach and make a part of bid information on vendor s demonstrated capability within the last three (3) years in successfully providing similar products to that requested herein. A past history of three similar successful projects is desirable. Vendor must also provide and make a part of bid information regarding size and age of business, number of employees, experience, and a minimum of three (3) customer references for similar type products. Customer references must include company name, phone number, and contact person. INSURANCE: The successful vendor will be required to furnish confirmation of insurance acceptable to the Georgia Ports Authority's Risk Manager. Insurance requirements will need to be fulfilled before the purchase order will be issued and any work is performed. (Insurance requirements attached). DRUG FREE WORKPLACE: Prior to award being made, the successful vendor will be required to furnish proper certifications of compliance with the Georgia Drug Free Workplace Act, certifying to the Georgia Ports Authority that a drugfree workplace will be provided during the performance of the contract as required by the Drug-Free Workplace Act (O.C.G.A. 50-24-1). ACCEPTANCE OF MATERIAL/EQUIPMENT: The material/equipment delivered under this bid shall remain the property of the seller until a physical inspection of this material/equipment is made and therefore accepted to the satisfaction of the Georgia Ports Authority. IN THE EVENT THAT THE MATERIAL/EQUIPMENT SUPPLIED TO THE GEORGIA PORTS AUTHORITY IS FOUND TO BE DEFECTIVE OR DOES NOT CONFORM TO SPECIFICATIONS, THE GEORGIA PORTS AUTHORITY RESERVES THE RIGHT TO CANCEL THE ORDER UPON WRITTEN NOTICE TO THE SELLER AND RETURN THE PRODUCT(S) TO THE SELLER AT THE SELLER S EXPENSE AND TO INVOKE THE PROVISIONS OF CONDITION 3 AS LISTED ON PAGE 2.

Date 5/31/06 Requisition No. 10082841 Page 4 of 10 HAZ-MAT: The contractor must comply with the Georgia Public Employee Hazardous Chemical Protection and Right to Know Act of 1988, O.C.G. A. Section 45-22-1 to 45-22-12. The attached form requires a signature by the contractor and must be submitted with and made a part of bid. SAFETY: The successful vendor agrees to adhere to and enforce all applicable federal, state, environmental, OSHA, and Georgia Ports Authority safety rules and regulations. The successful vendor is required to ensure that all employees and/or subcontractors are fully knowledgeable of all applicable local, state, federal, environmental, and OSHA safety rules and regulations. Any accidents, injuries, fires or other incidents of a serious nature or incidents requiring emergency response must be reported immediately to the PORT POLICE DEPARTMENT at 964-3911. PAYMENT BOND: The successful vendor shall furnish a bond covering the faithful payment of contract and payment of all obligations arising thereunder. The bond shall be in the amount of $80,000. The surety on such payment bond shall be an acceptable surety for federal bonds in the State of Georgia, and included in the U.S. Department of Treasury Circular 570. The bond shall be furnished on the Payment Bond form attached. The successful vendor shall require Attorney-in-Fact who executes the required bonds on behalf of the surety to affix thereto a certified and current copy of his Power of Attorney. The bond and surety must be approved by the Georgia Ports Authority Risk Manager. Bond requirements will need to be fulfilled before the Purchase Order will be issued and any work performed. INDEMNIFICATION: Seller/Contractor agrees for itself and its subcontractors, suppliers, agents, and employees to indemnify, save and hold harmless the Buyer/Owner, its members, directors, officers, employees and agents from and against any and all causes of action, suits, claims, damages and demands of whatever kind or nature including, without limitation, claims for personal injury, wrongful death, breach of contract, property damage, natural resource damage, loss of income and earnings, civil or criminal fines, including loss of use of said product provided, that are incidental to or result from the Seller/Contractor s Work or a product or service provided by Seller/Contractor. Such indemnification shall only be to the extent caused in whole or in part by negligent acts or omissions by the Seller/Contractor, its agents, employees and its subcontractors or suppliers, regardless of whether or not any such claim, demand, loss or expense is caused in part by a party indemnified hereunder. Seller/Contractor agrees to defend Buyer/Owner from any legal or equitable action brought against Buyer/Owner based on the Work, product or services provided by Seller/Contractor and pay all expenses and attorneys fees in connection therewith. Nothing herein shall be construed as requiring Seller/Contractor or any other person, firm or corporation to indemnify against any portion or percentage of such claim or loss, if any, caused by the negligence of Buyer/Owner, its members, directors, officers, agents or employee. The Georgia Ports Authority reserves the right: (1) to reject any or all bids or any part thereof; and (2) to require a payment bond; and (3) to request a Statutory Affidavit; and (4) to waive any technicalities and formalities on the bids; and (5) to accept the bid that is in the best interest of the Georgia Ports Authority; and (6) to obtain clarification of any point in a respondent submittal or to obtain additional information. F.O.B. POINT: Bid price must include delivery and installation to the Georgia Ports Authority, Garden City Terminal and Ocean Terminal as specified by GPA in bid. TAX EXEMPT: Georgia Ports Authority is tax exempt. A tax exemption certificate will be furnished upon request. SIGNATURE: To receive consideration for award, the Request for Sealed Bid must be signed in the space provided. COMPLIANCE: Failure to complete or comply with any part of the specifications or bid requirements will constitute a basis for rejection. CHANGES AND ALTERATIONS Georgia Ports Authority (GPA) reserves the right through its designated GPA Representative to make such alterations in the work schedule as may be necessitated by conditions found during the project that in the judgment of the designated Representative appear advisable. Any alterations from the original job estimate must be submitted in writing and approved by the designated Representative. The contractor shall not claim forfeiture of contract by reasons of such changes by the designated Representative. If such changes increase or decrease the amount of the work or materials, the contractor will be paid according to the quantity of work actually done at the prices established for such work under the contract. Any alteration or changes that diminish the scope of work or materials shall not constitute a claim for damages or for the loss of anticipated profits.

Date 5/31/06 Requisition No. 10082841 Page 5 of 10 BASIS FOR BID EVALUATION AND AWARD The basis of evaluation will be low bid and/or best bid considering price, vendor ability to meet the Georgia Ports Authority's specifications and requirements, prior vendor performance, capability of the vendor to provide the product/service as specified, experience, customer references, and time schedule for delivery of product, installation, and completion of project. FOR BID INFORMATION For bid information, contact the Purchasing Department at (912) 964-3992.