PUBLIC WORKS COMMISSION OF THE CITY OF FAYETTEVILLE. December 5, Mark Cannady, Procurement Supervisor

Similar documents
Office of the Director of Procurement Issued: Monday, October 23, Proposals Due by 12:00 NOON, EST on Wednesday, November 15, 2017 to:

Office of the Director of Procurement Issued: Friday, May 20, Proposals Due by 12:00 NOON, EST on Tuesday, June 7, 2016 to:

CITY OF HAYS, KANSAS BID PROPOSAL REQUEST FOR. Portable Air Compressor TABLE OF CONTENTS

CITY OF HOPKINSVILLE

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date.

Sealed Bid, 1 Ton Cargo Van Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

HOPKINSVILLE WATER ENVIRONMENT AUTHORITY

COUNTY OF OSWEGO PURCHASING DEPARTMENT

ATTENTION ALL BIDDERS

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW

ATTENTION ALL BIDDERS

CITY OF BERKLEY, MICHIGAN 4-TON ASPHALT RECYCLER & HOT BOX TRAILER REQUEST FOR PROPOSAL

TERMS AND CONDITIONS OF THE INVITATION TO BID

INVITATION FOR BID Bid #1012 Ambulance Graphics

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

BOARD OF COUNTY COMMISSIONERS

Commercial Front Loader Garbage Truck

ATTENTION ALL BIDDERS

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING

Carpet Replacement Project Des Peres Department of Public Safety

The PTC reserves the right to reject any or all bids. PTC may terminate any resulting contract upon a thirty (30) day written notice.

OSWEGO COUNTY PURCHASING DEPARTMENT

REQUEST FOR BID # JAIL WATER SOFTENER SYSTEM

Diesel Engine Replacement for. Gillig Low Floor Buses

CITY OF DOUGLAS Contract Documents & Specifications for a New Specified Reel Grinder Douglas Community Club (Golf Course)

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

Tender T Supply One 1500 Series Service Vehicle

REQUEST FOR BID 3D PRINTER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2017-B02

BIDDER MUST ATTEND MEETING IN ORDER FOR BID TO BE CONSIDERED

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:

DATE: June 7,

Invitation to Bid Instructions to Bidders Bid Specifications Bid Proposal Bid Sheet Contract Checklist

REQUEST FOR PROPOSAL Enterprise Asset Management System

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Tools and Maintenance Shop Equipment. office.

SOLICITATION # EATONTON-PUTNAM SENIOR CITIZEN CENTER CONGREGATE MEALS PROGRAM

CITY OF HAYS, KANSAS BID PROPOSAL REQUEST FOR. Wastewater Treatment Plant Chemicals TABLE OF CONTENTS

ONE (1) OR MORE NEW 75 CUBIC YARD CLOSED TOP EJECTOR TRAILERS

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID COMMERCIAL MOWER INVITATION TO BID. Office of Finance 100 West First North Street Morristown, TN 37814

2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo)

REQUEST FOR BID # TIRE DISPOSAL SERVICES

Bid #15-15 Goodyear Tires

BID INVITATION. Bid Invitation

INVITATION FOR BID Annual Water Meter Purchase

PLANT CITY, FLORIDA INVITATION FOR BIDS BID NO TRAILER MOUNTED SLUDGE SUCTION PUMP

PENN CAMBRIA SCHOOL DISTRICT 201 6th Street, Cresson, Pennsylvania DIESEL FUEL BID. Instructions/Specifications/Bid Form

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

COVER PAGE. Bid Proposal # Ready Mix Concrete

1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB # V

ATTENTION ALL BIDDERS

Calhoun Community College will receive sealed bids for the following item(s): Bid #19-14: Iron Worker and Band Saw Machine

Town of Templeton, Massachusetts Invitation for Bids Bulk Salt/Rock Salt

This is NOT AN ORDER, it is an invitation for a competitive sealed proposal.

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m.

TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS

SECTION INSTRUCTIONS TO BIDDERS

CITY OF WHITE HOUSE REQUEST FOR BID FOR PORTLAND ROAD LIFT STATION DRY PIT SUBMERSIBLE PUMP. August 22, 2017

LEGAL NOTICE REQUEST FOR BID SEALED BID For. Reinforcing Steel for Freymuth Road Box Culvert. For

D R A F T - 10/08/09

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA INVITATION FOR BID

City of Mexico Beach Replacement of Fire Department Roofing Shingles

BETHLEHEM AREA SCHOOL DISTRICT 1516 SYCAMORE STREET BETHLEHEM PA REQUEST FOR BIDS TIRES & SERVICE School Year BIDS DUE: JUNE 4, 2018

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

Request for Bids (RFB) Fire Extinguisher Services (Service/Price Agreement)

CITY OF PEACHTREE CITY MICROSOFT OFFICIAL LICENSE ADDENDUM #1


COUNTY OF VICTORIA INVITATION TO BID, BID SPECIFICATIONS AND BID FORMS FOR ONE (1) USED WATER TRUCK

QUOTE NUMBER: The Number Must Appear On All Quotations and Related Correspondence.

County of Curry. Invitation to Bid No. 2018/ Chip Seal Aggregate for the Curry County Road Department. Issue Date: December 21, 2018

SECTION A - INSTRUCTIONS

1. Furnish and Install New Chain Link Fence 1608 LF $ $ (6 Steel Chain Link Fence with 3 Strands of Barbed Wire)

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

LED Lighting. 3.3 Bidder shall furnish the required information typed or written in ink.

County of Collier CLERK OF THE CIRCUIT COURT COLLIER COUNTY COURTHOUSE

Addendum No.: 1. Bid No Veterans Resource Center Remodel, Relocation, DSA Requirements. Issued June 22, 2018

City of Myrtle Beach Invitation for Bid. IFB 17-B0052 Type Title/Short Description of Bid Here. Issue Date: April 11, 2017

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax:

ATTENTION ALL BIDDERS

IMPORTANT: Please review all the Terms and Conditions outlined in the Conditions and Instructions to Bidders section of this BID.

REQUEST FOR BID # DEDICATED INTERNET ACCESS SERVICE 100M

REQUEST FOR QUOTATION For Uniterruptible Power Supply Battery Repalcement and Service

REQUEST FOR QUOTATION For Purchase and Installation of a SMART board System

The Number Must Appear On All Quotations and Related Correspondence.

CITY OF FAIRBANKS BID REQUEST FOR FURNISHING LED STREET LIGHT FIXTURES (MATERIALS ONLY) THE CITY OF FAIRBANKS PUBLIC WORKS DEPT BID NUMBER: FB-14-41

KEN BASS DIRECTOR OF PURCHASING Phone: NORTH 5 TH STREET Fax: NOTICE TO BIDDERS

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR PURCHASE OF DISH PANS TO REDUCE INFILTRATION AND INFLOW

REQUISITION & PROPOSAL

REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System

NORTH TEXAS MUNICIPAL WATER DISTRICT

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

REQUEST FOR QUOTATION

INVITATION TO BID#: ITB/SRBBE/ADM SECURITY SERVICES

REQUEST FOR PROPOSAL Police Department Roof System Renovation

City of Alexandria Purchasing Department P.O. Box 71 Alexandria, Louisiana

REQUEST FOR QUOTATION For Purchase and Installation of an Interactive Projector/Whiteboard System

REQUISITION & PROPOSAL

BID PACKAGE BLUE GRASS AIRPORT LEXINGTON, KENTUCKY UNIFORM SERVICE

REQUISITION & PROPOSAL

Transcription:

DARSWEIL L. ROGERS, COMMISSIONER WADE R. FOWLER, JR., COMMISSIONER RALPH HUFF, COMMISSIONER EVELYN O. SHAW, COMMISSIONER DAVID W. TREGO, CEO/GENERAL MANAGER PUBLIC WORKS COMMISSION OF THE CITY OF FAYETTEVILLE ELECTRIC & WATER UTILITIES 955 OLD WILMINGTON RD P.O. BOX 1089 FAYETTEVILLE, NORTH CAROLINA 28302 1089 TELEPHONE (910) 483-1401 WWW.FAYPWC.COM December 5, 2018 MEMO TO: Prospective Bidders FROM: SUBJECT: Mark Cannady, Procurement Supervisor Invitation to Bid: December 12, 2018; 5:00 p.m. Pursuant to N.C.G.S. 143-131, Fayetteville Public Works Commission, is seeking competitive bids for the purchase of: 6 DRI-PRIME PUMP WITH ENCLOSURE Please find attached the Instructions to Bidders, Specifications and Bid Proposal forms. Please submit your bid on the form provided herein, or an exact copy thereof, and return one copy of the entire bid packet along with any descriptive literature covering the equipment you are bidding. Bids should be addressed to PWC Procurement Department, Attn: Mark Cannady, Procurement Supervisor, P.O. Box 1089, Fayetteville, NC 28302 (955 Old Wilmington Road, Fayetteville, NC 28301). Should you have any questions please contact the PWC Purchasing Department by phone at (910) 223-4366, by fax at (910) 483-1429, by e-mail to gwendolyn.baker@faypwc.com or in person at the PWC Administration Building, 955 Old Wilmington Road, Fayetteville, North Carolina. Very truly yours, FAYETTEVILLE PUBLIC WORKS COMMISSION Mark Cannady Procurement Supervisor BUILDING COMMUNITY CONNECTIONS SINCE 1905 AN EQUAL EMPLOYMENT OPPORTUNITY / AFFIRMATIVE ACTION EMPLOYER

NOTICE Pursuant to N.C.G.S. 143-131 sealed proposals will be received by the Fayetteville Public Works Commission, until 5:00 p.m., Wednesday, December 12, 2018, in the Procurement Department, 1 st floor, PWC Administration Building, 955 Old Wilmington Road, Fayetteville, North Carolina, at which time they will be considered for the purchase of the following: 6 DRI-PRIME PUMP WITH ENCLOSURE Specifications and bid documents may be obtained in the Purchasing Office of the Fayetteville Public Works Commission, 1 st floor, PWC Administration Building, 955 Old Wilmington Road, Fayetteville, North Carolina, between the hours of 8:00 a.m. and 5:00 p.m., Monday through Friday or by email request to gwendolyn.baker@faypwc.com. The right is reserved to reject any or all bids and to waive all informalities concerning bid, or award bid to the lowest responsible bidder or bidders, taking into consideration quality, performance and the time specified in the proposals for the performance of the contract. FAYETTEVILLE PUBLIC WORKS COMMISSION Mark Cannady Procurement Supervisor

FAYETTEVILLE PUBLIC WORKS COMMISSION INSTRUCTIONS TO BIDDERS 1. Bids shall be received no later than 5:00 p.m., Wednesday, December 12, 2018, in the Procurement Office, 1 st floor, PWC Administrative Building, 955 Old Wilmington Road, Fayetteville, North Carolina, in order to be considered. Late bids will not be considered and will be returned to the Bidder unopened. 2. Bids will be examined promptly after opening and an award will be made at the earliest possible date. Bids must be held firm for acceptance by the Public Works Commission (PWC) for a period of sixty (60) days after bid opening date. 3. Submit bids only on the bid proposal form(s) provided herein, or exact copies thereof. 4. PWC reserves the right to award contract in the best interest of the Commission. The Public Works Commission also reserves the right to reject any or all bids and to waive all informalities concerning bid. 5. Bid shall be submitted in a sealed opaque envelope showing the bid title, date and time of opening on the front of the envelope. Bids may be sent via US Mail to Public Works Commission, Attn: Mark Cannady, Procurement Supervisor, P.O. Box 1089, Fayetteville, NC 28302, or may be delivered in person or by express mail to Public Works Commission, Attn: Mark Cannady, Procurement Supervisor, 955 Old Wilmington Road, Fayetteville, NC 28301. 6. All bids must be signed by an authorized official of the firm. Bids may be rejected if they show any omission, alteration of form, additions not called for, conditional bid, or any irregularities of any kind. 7. Alternate Bids: Do not submit alternate bids unless specifically called for on the bid proposal form. 8. It is the intent of the specifications included herein to represent the minimum requirements of the equipment to be purchased. All parts not specifically mentioned, which are necessary for the operation of the equipment, shall be furnished by the successful bidder. All equipment provided shall meet the requirements of OSHA, State and Federal laws. 9. Reference to specific manufacturers/parts is also intended to represent the minimum requirements of the equipment. Bidders may submit bids for equipment that is equal to the specified manufacturer s equipment. The Public Works Commission reserves the right to review the proposed equipment and adjudge whether it is equal to the equipment specified. The Public Works Commission reserves the right to accept or reject any proposed equipment. All exceptions and variations from the technical specifications shall be clearly noted on the attached Exceptions/Variations form.

10. Delivery shall be F.O.B. Public Works Commission Fleet Maintenance Facility, 1093 Public Works Drive, Fayetteville, NC 28301. 11. Payment for equipment, material, supplies, etc. purchased pursuant to this bid shall be made approximately thirty days (30), after same has been delivered, inspected, and approved. 12. All questions regarding this Invitation to Bid shall be submitted in writing to Debbie Skarzenski, by fax at (910) 483-1429 or e-mail to debra.skarzenski@faypwc.com, no later than 5:00 p.m., Monday, December 10, 2018. 13. Bidders are expressly prohibited from contacting any PWC official or employee associated with this Invitation to Bid, except as noted above. Violation of this prohibition is grounds for the immediate disqualification of the bidder. 14. All changes and clarifications to the specifications and bid documents will be issued in writing in the form of an addendum. No verbal changes or clarifications will be binding upon the PWC. 15. PWC reserves the right to contract with the successful bidder for the purchase of additional units for a period of up to three (3) years from the original bid award date, if agreed upon by both parties. Prices stated herein shall be firm for the initial one (1) year period. In the event contract is extended for an additional period, vendor may request an adjustment in price based on the Consumer Price Index for new vehicles as published by the U.S. Bureau of Labor Statistics. PWC reserves the right to accept or reject any requested price adjustment. 16. PWC reserves the right to request additional information from bidders to aid in the evaluation process. This information may include, but is not limited to, financial statements, reference list showing companies currently utilizing the proposed equipment, etc. 17. E- VERIFY Contractor/Vendor hereby acknowledges that "E-Verify" is the federal E-Verify program operated by the US Department of Homeland Security and other federal agencies which is used to verify the work authorization of newly hired employees pursuant to federal law and in accordance with Article 2, Chapter64 of the North Carolina General Statutes. Contractor/Vendor further acknowledges that all employers, as defined by Article 2, Chapter 64 of the North Carolina General Statutes, must use E-Verify and after hiring an employee to work in the United States, shall verify the work authorization of the employee through E-Verify in accordance with NCGS 64-26(a). Contractor/Vendor hereby pledges, attests and warrants through execution of this Agreement that Contractor/Vendor complies with the requirements of Article 2, Chapter 64 of the North Carolina General Statutes and further pledges, attests and warrants that any subcontractors currently employed by or subsequently hired by Contractor/Vendor shall

comply with any and all E-Verify requirements. Failure to comply with the above requirements shall be considered a breach of this Agreement. 18. IRAN DIVESTMENT ACT As mandated by N.C.G.S. 143C-6A-5(a), Contractor/Vendor hereby certifies that it is not listed on the Final Divestment List created by the North Carolina State Treasurer pursuant to N.C.G.S. 143C-6A-4. Contractor/Vendor further certifies that in accordance with N.C.G.S. 143C-6A-5(b) that it shall not utilize any subcontractor found on the State Treasurer's Final Divestment List. Contractor/Vendor certifies that the signatory to this Purchase Order authorized by the Contractor/Vendor to make the foregoing statement.

6 DRI-PRIME PUMP WITH ENCLOSURE It is the intent of these specifications, to secure for the Public Works Commission, One (1) new 6 Dri-Prime pump of the latest design, current production model with all standard equipment listed in the manufacturer literature. Specifications for this unit are enclosed herein and should be considered to be minimum requirements. All parts not specifically mentioned which are necessary in operations shall be furnished by the successful bidder. All equipment provided shall meet the requirements of OSHA, State and Federal Laws. It will be the bidder s responsibility to carefully examine each item of this specification. Failure to respond to each section of the technical specification will cause the proposal to be rejected without review, as non-responsive. A check mark in the blank immediately preceding each number shall indicate minimum requirements are met. All exceptions and variations must be clearly noted on the attached Exception / Variation form. This form must be signed and returned with the bid package. Failure to clearly identify all exceptions or variations, as determined by and at the discretion of the Public Works Commission may be cause for rejection of the bid. Bid will be awarded on the basis of price, equipment quality, and conformity with this set of specifications. The Public Works Commission reserves the right to reject any or all bids and to waive all informalities. DELIVERY: The completed unit shall be delivered by the successful bidder to: GENERAL: Public Works Commission, Fleet Maintenance Department 1093 Public Works Drive Fayetteville, North Carolina 28301. 1. 6 Dri-Prime pump with a 6 suction and discharge connection, equivalent to the Godwin CD150M. 2. Pump shall have the Critically Silenced sound enclosure. 3. Solids handling of up to 3. 4. John Deere equivalent water cooled diesel engine. 5. Engine to be equipped with a fuel line shut off valve. 6. Engine to be equipped with Over-Speed control.

7. Pump to be mounted on a highway trailer with 100 gallon fuel tank and lifting brackets. 8. Trailer to have DOT LED light kit. 9. Trailer to have Pintle eye type hitch. 10. Trailer to have electric brakes. 11. Trailer to have a 6 wire berg type plug for lights. 12. Pump to be automatic self priming to 28. 13. Pump to be Air prime. 14. Flow to be 484 USGPM at 25 suction head feet. 15. Oil Bath Mechanical seal. 16. Large inspection and clean out cover for impeller. 17. Unit to be equipped with Prime Guard float set with 65 Mechanical floats. 18. Unit to have cam-lock style fittings. 19. (2) 6 x 10 Heavy Duty QD Suction Hose. 20. (2) 6 x 20 Heavy Duty QD Suction Hose. 21. (6) 6 X10 Heavy Duty discharge pipe. 22. (20) 6 QD O-rings. 23. (1) 6 MQD suction screen. 24. (1) 6 90 degree Godwin QD bend. 25. Unit to have an alarm agent auto dialer. 26. Unit to have the float assembly. 27. (1) Service Manual and (1) parts Manual in electronic format.

28. (2) Operator Manuals. 29. A one (1) year minimum warranty of parts and labor on entire unit shall be provided unless otherwise stated in these specifications. All warranty service will be FOB Public Works Commission, 1093 Public Works Drive, Fayetteville, North Carolina ( mileage and travel time covered by warranty). All other standard manufacturers warranties shall apply.

6 DRI-PRIME PUMP WITH ENCLOSURE EXCEPTIONS AND VARIATIONS: Bidder shall fully describe every variance, exception, and/or deviation. Additional sheets may be used if required.

FAYETTEVILLE PUBLIC WORKS COMMISSION December 12, 2018 FAYETTEVILLE, NORTH CAROLINA 5:00 p.m. BID PROPOSAL TOTAL PRICE ONE (1) 6 DRI-PRIME PUMP W/ ENCLOSURE PER PWC SPECIFICATIONS $ *Do not include sales tax in price of units. Manufacturer/Model Delivery Time for Completed Units to PWC Note: Units to be delivered F.O.B. Public Works Commission, Fleet Maintenance Facility, 1093 Public Works Drive, Fayetteville, North Carolina. Name of Company Address BIDDER INFORMATION Phone No. Fax No. E-Mail Address Federal I.D. No. SDBE, Minority or Woman Owned Business Enterprise Yes No Bid Submitted By: (Name Printed Out) (Signature) Title: Date: