Faxed & ed responses are not acceptable - Return bid form in a sealed envelope with the bid number noted on the outside.

Similar documents
for all items bid, to review

Invitation To Bid B15/9886

Solicitation Liberator II Headsets with Tactical PTT and Accessories. Bid designation: Public. Maricopa County

TOWN OF PRESCOTT VALLEY Public Works 7501 E. Civic Cr. Prescott Valley, AZ Solicitation Number: RFP 12/13

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

CITY OF ROMULUS CHAPTER 39: PURCHASING

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S.

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services

CITY OF TACOMA Water Supply

Solicitation Smith & Wesson M&P Handguns and Accessories. Bid designation: Public. Maricopa County

SUBCONTRACTOR INSURANCE REQUIREMENTS Version 3/1/2018

Request for Qualifications General Contractor Northwest Campus New Building Expansion

SAMPLE SUBCONTRACTOR AGREEMENT

1. Intake Radio Site, (IRS), N, W General Scope: One indoor rack with two hot standby radios and equipment.

BID PACKAGE LEGAL NOTICE - BIDS WANTED. Water Well and Pump Related Maintenance and Repair Services GENERAL INFORMATION AND INSTRUCTION

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

GRAYBAR ATTACHMENT A SPECIAL TERMS & CONDITIONS CONTRACT NO: MA-IS

NATIONAL RAILROAD PASSENGER CORPORATION DATE EXPIRES: for not longer than one year from date of Amtrak approval)

BID DOCUMENTS FOR. WTP VFD Replacement Bid

INSURANCE REQUIREMENTS

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

LONE TREE SCHOOL BELL SYSTEM

INSURANCE EXHIBIT TO CONSTRUCTION AGREEMENT Insurance Requirements Owner Controlled Insurance Program

Exhibit E Additional Provisions

CCIP ADDENDUM. Blasting or any blasting operations;

OCIP Contract Language

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

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

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

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

REQUISITION & PROPOSAL

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

DESIGN PROFESSIONAL SERVICES (Type) MASTER CONTRACT CONTRACT NO.

BID ADDENDUM DOCUMENT PAGE: 001 BIDDERS YOU MUST SIGN, DATE, AND RETURN THIS ADDENDUM WITH THIER BID.

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

ADDENDUM A. Subcontractor Insurance Requirements

CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS (RFP) WIRELESS NETWORK

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

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

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WELDING SPARK ARRESTOR INSTALLATION

BID SOLICITATION FOR PURCHASE OF PROPERTY

Alabama State Port Authority

PROCUREMENT DEPARTMENT 4 WORLD TRADE CENTER 150 GREENWICH STREET, 21 ST FL. NEW YORK, NY ADDENDUM # 1

ELEVATOR MAINTENANCE AND REPAIR SERVICES

INSURANCE REQUIREMENTS Chicago Department of Aviation Certified Service Provider Program ( CSPP )

REQUISITION & PROPOSAL

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT

GENERAL TERMS AND CONDITIONS

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

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

JOLIET JUNIOR COLLEGE REQUEST FOR QUOTATION DIVERSITY & INCLUSION CLIMATE ASSESSMENT

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

APPENDIX B WASHINGTON SUBURBAN SANITARY COMMISSION PROCUREMENT OFFICE INSURANCE AND BONDING CONTRACT NO.

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

AMENDMENT OF SOLICITATION REQUEST FOR PROPOSALS (RFP) ADDENDUM No. 1. Issued: May 23, 2016

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

PURCHASING DEPARTMENT

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

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Proposal No:

SOUTHEAST LOUISIANA FLOOD PROTECTION AUTHORITY WEST CONSTRUCTION PROPOSAL FOR WEST JEFFERSON LEVEE DISTRICT

Bernards (Project Name) CCIP Insurance Manual

PROPOSAL LIQUID CALCIUM CHLORIDE

July 20, 2018 at 2:00 p.m

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

PROFESSIONAL TRANSIT MANAGEMENT OF TUCSON dba SUN TRAN INVITATION FOR BID

EXHIBIT A SUPPLEMENTAL TERMS AND CONDITIONS TO SIERRA AUCTION BUYER S TERMS AND CONDITIONS 1. AIRCRAFT PASSENGER BOARDING BRIDGES SALE AND CONDITION

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

REQUISITION & PROPOSAL

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

City of Loveland, Ohio

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

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

INVITATION TO BID. Polaris Gem Cars January 29, 2019

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

Request for Quotation

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS

EXHIBIT B. Insurance Requirements for Construction Contracts

Subcontractor Qualification Statement

Specification: , Bicycle Maintenance and Repair Services Addendum No. 1

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

Real Estate Acquisition Services For Neighborhood Stabilization Program

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

HVAC REPACEMENT. Construction Documents. Quitman County Schools Quitman County, Mississippi. Project Manual For. Project No

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

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

Request for Proposal: Copier Fleet Minooka Elementary School

EXHIBIT G. Insurance Requirements. [with CCIP]

Contractor s Insurance Requirements

ADDENDUM #2. Due back on 10/24/18, no later than 11:00 A.M.

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

Transcription:

4905 East Broadway, D-232 Bid No. B15/9903 Tucson, AZ 85709-1420 Requisition No. R0054391 Telephone (520) 206-4759 Buyer Philip Quintanilla Date 4/22/15 Page 1 Of 4 Bid must be in this office on or before: Date May 7, 2015 By 3:00 PM (MST) List firm prices on this Invitation to Bid. If you do not desire to bid, please mark this form as NO BID and return to us. Items will be considered on an individual basis, unless specifically indicated as all or none in box below. Bid is submitted on All or None basis. Faxed & emailed responses are not acceptable - Return bid form in a sealed envelope with the bid number noted on the outside. Item No. Quantity Description Unit Cost Total Cost Pima Community College seeks bids to produce, deliver and set up industry-standard learning systems to support a new Industrial Technology program. This program is funded by a Trade Adjust Act Community College Career Training (TAACCCT) grant awarded to PCC in October, 2014. The College is required by the grant to procure learning systems fully compatible with T5552 Process Control System and T5554 Analytical System previously purchased in Round 2 TAACCCT Grant. Vendors must, to the maximum extent possible, provide both desktop and mobile systems in the categories of equipment listed. Bids must clearly articulate the components of both desktop and mobile workstations. Each system must include instructor and student materials, including course outlines, reference materials, lesson plans, suggested exercises and assessments. The College requires vendors to demonstrate possession of a robust online learning library of resources to enhance student learning beyond the hands-on learning achieved by using the equipment solicited in this bid. Vendors must provide their own detailed specifications with their submission to allow a full review by the College. The equipment list has been pre-approved the U.S. Department of Labor, and the solutions offered by all vendors must substantially meet the intent of the descriptions provided for the College to be in compliance with the grant s requirements. TO: Pima County Community College District If this Bid is awarded to us, we will furnish these materials and/or services in accordance with your specifications and information provided, unless otherwise stated. PCC Terms and Conditions included with this document constitute an integral part of this invitation to bid. Freight Terms: FOB: Destination Ship Point Shipping: Allowed Pre-Paid & Add Invoice Terms: Applicable Sales Tax: % Bid Valid Through: Delivery will be made no later than: Firm Name Address/Zip Phone/Fax Signature Print Name Title Bids must be signed by an officer of the Company authorized to enter into contracts.

Page 2 of 4 Number B15/9903 Date: Item Quantity Description Unit Cost Total Cost 1 1 Mechanical Drives Mobile workstation, motor control unit, mechanical transmission components, specialized tools, Prony brake, load device, performance measurement instruments, student learning materials for both theory and lab, and teacher guide. Must support as many as four students working in pairs at one time to learn a minimum of: 7 types of couplings, 6 types of belt drives, 3 types of chain drives and 4 types of bearings. 2 1 Portable Programmable Logic Controller Learning System (PLC) Portable master control relay circuit, Allen-Bradley Compact Logix 5300 Programmable Controller, RS Linx and RS Logix 5000 software, with Ethernet Switch, I/O Simulator, minimum of five application circuits, student curriculum, instructor s assessment guide and installation guide. To include Allen-Bradley Control Logix based PLC troubleshooting learning system, necessary software, workstation, minimum of 6 application stations, air compressor, wiring toolkit and wiring consumables. 3 1 AC/DC Electrical Learning System Includes desktop and mobile workstation. Desktop system must pair with a Collegeprovided personal computer to demonstrate a variety of switches and other components so learners can build different circuits, which will help them to recognize industrial component styles and learn how to troubleshoot them effectively. Must include table top learning system and mobile workstation, minimum of 20 student guides. Mobile workstation must include base unit, power supply, AC/DC selector mechanism for 12 and 24 volts AC and DC, circuit breaker and output terminals for student use. 4 1 Electric Relay Control Learning System Includes portable desktop electric relay control learning system and mobile workstation and minimum of 20 student reference materials. Includes electric relay control learning system, air compressor, and associated software for use in a lab setting. 5 1 Electric Motor Control Enhancements Includes fault troubleshooting system, PLC Motor Control, PLC programming software, associated cable(s), motor braking system, reduced voltage starting system, variable frequency AC drive system, electronic sensors, electronic counter, SCR Speed control system and associated student/instructor materials.

Page 3 of 4 Number B15/9903 Date: Item Quantity Description Unit Cost Total Cost 6 1 Process Control Enhancements Includes smart flow transmitter, 4-8 feet mobile workstation, associated transducers, cables, switches, Foundation Fieldbus, minimum of 20 sets of student materials. 7 1 Analytical Process Control Enhancements Includes advanced PH control, 4-8 feet mobile workstation, advanced analytical control, PID controller, 3-channel data system and minimum of 20 sets of student materials. 8 1 Mechatronics Learning System Complete Mechatronics system that includes minimum Mechatronics functions of mechanication engineering, electrical engineering, computer engineering, systems control. To include complete package of hardware and software, air compressor, engineering services start-up and installation. Must comply with SIEMENS Mechatronics Systems Certification Program (SMSCP) requirements. Must include stations for learning inventory, gauging, and torqueing. 9 1 Robot System Includes 6 Axis Robot and Controller, instructor training (travel costs paid by the College), associated software and student materials. Vendor to provide equipment set-up and familiarization instruction onsite in Tucson. 10 1 Installation and Instructor Familiarization Estimated at 10 days on-site. College will confirm site readiness per vendor instructions prior to installation. The vendor will assemble, connect and ready the systems for use. The College shall supply all utilities and connections to the machines; truck unloading, uncrating and location of all shipments to room where systems are to be set up, and assistance to the technician, when necessary, for lifting of equipment. 11 1 Hydraulics Learning System Includes basic, intermediate and advanced hydraulics units, single surface hydraulics, electro-hydraulics and hydraulics troubleshooting units, required hand tools, oil, accumulator charger and 24vDC power supplies, minimum of 24 sets of student materials for each unit.

Page 4 of 4 Number B15/9903 Date: Item Quantity Description Unit Cost Total Cost 12 1 Pneumatics Learning System Includes basic, intermediate and advanced pneumatics units, single surface pneumatics bench, electro-fluid power and pneumatic troubleshooting, required hand tools and 24v DC power supplies, minimum of 24 sets of student materials for each unit. 13 1 3 Year online learning license Includes unlimited access to online learning materials developed by the vendor to facilitate learning and certification/credential assessments. Shipping/Delivery charge $ Response must be on this form. Bidders must provide detailed specifications for all items bid, to include warranty information, to allow for a full review by the College. Attached insurance requirements must be met. A Notice of Award will be posted on the College s website at: http://www.pima.edu/administrative-services/purchasing/currentrequests-for-proposals-bids-quotes.html TOTAL

INSURANCE 1. Insurance Requirements The Consultant, at Consultant s own expense, shall purchase and maintain the herein stipulated minimum insurance with companies duly licensed to do business in the State of Arizona with policies and forms satisfactory to the College and possessing a current A.M. Best, Inc. Rating of B++6. All insurance required herein shall be maintained in full force and effect until all work required to be performed under the terms of the agreement is satisfactorily completed and formally accepted; failure to do so may, at the sole direction of the College, constitute a material breach of the agreement. The Consultant s insurance shall be primary insurance, and any insurance or self-insurance maintained by the College shall not contribute to it. Any failure to comply with the claim reporting provisions of the policies or any breach of an insurance policy warranty shall not affect coverage afforded under the policy to protect the College. All policies, except Workers Compensation, shall contain a waiver of transfer rights of recovery (subrogation) against the College, its agents, representatives, directors, officers, and employees for any claims arising out of the Consultant s work or service. The insurance policies may provide coverage which contains deductibles or self-insured retentions. Such deductible and/or self-insured retentions shall not be applicable with respect to the coverage provided to the College under such policies. The Consultant shall be solely responsible for deductible and/or self-insured retention and the College, at its option, may require the Consultant to secure the payment of such deductible or self-insured retentions by a surety bond or an irrevocable and unconditional letter of credit. The College reserves the right to request and to receive, within 10 working days, certified copies of any or all of the herein required insurance policies and/or endorsements. The College shall not be obligated, however, to review same or to advise Consultant of any deficiencies in such policies and endorsements, and such receipt shall not relieve Consultant from, or be deemed a waiver of the College s right to insist on, strict fulfillment of Consultant s obligations under the agreement. The insurance policies, except Workers Compensation, required by the agreement shall name the College, its agents, representatives, officers, directors, officials, and employees as Additional Insureds. REQUIRED COVERAGE General Liability Consultant shall maintain Commercial General Liability insurance with a limit of not less than $2,000,000 for each occurrence with a $2,000,000 Products and Completed Operations Aggregate and $2,000,000 General Aggregate Limit. The policies shall include coverage for bodily injury, broad form property damage, personal injury, products/completed operations and blanket contractual coverage including, but not limited to, the liability assumed under the indemnification provisions of the agreement, which coverage will be at least as broad as Insurance Service Office, Inc. Policy Form CG 000211093 or any replacement thereof. The coverage shall not exclude X, C, U. Such policies shall contain a severability of interest provision, and shall not contain a sunset provision or commutation clause, or any provision that would serve to limit third party action over claims.

The Commercial General Liability additional insured endorsement shall be at least as broad as the Insurance Service Office, Inc s, Additional Insured, Form B CG20101185, and shall include coverage for Consultant s operations and products and completed operations. CERTIFICATES OF INSURANCE Prior to commencing Services under the agreement, Consultant shall furnish the College with Certificates of Insurance, or formal endorsements as required by the agreement, issued by Consultant s insurer(s), as evidence that policies providing the required coverages, conditions and limits required by the agreement are in full force and effect. In the event any insurance policy(ies) required by the agreement is(are) written on a claims made basis, coverage shall extend for two years past completion and acceptance of the Consultant s work or services and as evidenced by annual Certificates of Insurance. If a policy does expire during the life of the agreement, a renewal certificate must be sent to the College thirty (30) days prior to the expiration date. All Certificates of Insurance required by the agreement shall be identified with a bid serial number and title. CANCELLATION AND EXPIRATION NOTICE Insurance evidenced by these certificates shall not expire, be canceled, or materially changed without thirty (30) days prior written notice to the College. Automobile Liability Consultant shall maintain and cause any subcontractors to maintain Commercial/Business Automotive Liability insurance with a combined single limit for bodily injury and property damage of not less than $1,000,000 each occurrence with respect to the Consultant s owned, hired, and non-owned vehicles assigned to or used in performance of the Consultant s work. Coverage will be at least as broad as coverage code 1, any auto, (Insurance Service Office, Inc. Policy Form CA 00011293, or any replacements thereof). Such insurance shall include coverage for loading and off loading hazards. If hazardous substances, materials or wastes are to be transported, MCS 90 endorsement shall be included and $5,000,000 per accident limits for bodily injury and property damage shall apply. Workers Compensation This Consultant shall carry Workers Compensation insurance to cover obligations imposed by federal and state statutes having jurisdiction of Consultant s employees engaged in the performance of the work; and, Employer s Liability insurance of not less than $2,000,000 for each accident, $1,000,000 disease for each employee, and $1,000,000 disease policy limit. In case any work is subcontracted, the Consultant will require the Subcontractor to provide Workers Compensation and Employer s Liability to at least the same extent as required of the Consultant.