De-Icing Fluid. 3.3 Bidder shall furnish the required information typed or written in ink.

Similar documents
RETRO REFLECTIVE GLASS BEADS

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

TERMS AND CONDITIONS OF THE INVITATION TO BID

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

SECTION INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS Medical Center

REQUEST FOR PROPOSAL Enterprise Asset Management System

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

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

SECTION A - INSTRUCTIONS

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

REQUEST FOR BID. Bid Number Softball Field Netting Barrier Orange Coast College

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

INVITATION FOR BID Annual Water Meter Purchase

Instructions to Bidders Page 1 of 8

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 Proposal. INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233

SPECIFICATIONS. Autoclave/Sterilizer FOR. Lake Land College District Number 517 Mattoon, Illinois PROJECT NO Bid Date; May 22, 2018

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233

REQUEST FOR BIDS FOR AUTOMOTIVE EQUIPMENT RFB # AVC2016/

INVITATION TO BID MAIL DATE: 06/20/2013

OFFICE OF WILL COUNTY EXECUTIVE LAWRENCE M. WALSH Will County Office Building 302 N Chicago Street Joliet, Illinois, 60432

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

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

BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE

The intent of this bid is to purchase soccer uniforms to be issued by the Parks & Recreation Department to youth soccer program participants.

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

INVITATION TO BID INSTRUCTIONS TO BIDDERS

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

LOBBYIST SERVICES REQUEST FOR QUALIFICATIONS RENO-TAHOE INTERNATIONAL AIRPORT

COUNTY OF OSWEGO PURCHASING DEPARTMENT

REQUEST FOR PROPOSAL Police Department Roof System Renovation

BID INVITATION. Bid Invitation

DOCUMENT INSTRUCTIONS TO BIDDERS

TURKS AND CAICOS ISLANDS GOVERNMENT MINISTRY OF TOURISM, ENVIRONMENT, HERITAGE AND CULTURE DEPARTMENT OF ENVIRONMENT AND COASTAL RESOURCES (DECR)

FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO /13 DESKTOP LIVE SCAN PLUS SYSTEM FLORENCE COUNTY SHERIFFS OFFICE

INVITATION TO BID. Bids shall be submitted on the forms provided, properly signed and returned in a sealed Opaque envelope clearly marked with the:

INVITATION FOR BID ¾ TON 2DR UTILITY TRUCK

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

Furnish Traffic Safety Cones as specified below to be F.O.B. delivered to the locations listed, on or prior to the delivery date specified.

Diesel Engine Replacement for. Gillig Low Floor Buses

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

Commercial Carpet Replacement

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS

ATTENTION ALL BIDDERS

REQUEST FOR BID # TIRE DISPOSAL SERVICES

NORTH TEXAS MUNICIPAL WATER DISTRICT

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

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

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

COVER PAGE. Bid Proposal # Ready Mix Concrete

BID INVITATION. Contract Negotiation

BID ON ALUMINUM SULFATE

CITY OF HOPKINSVILLE

COUNTY OF COLE MISSOURI


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

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid

ATTENTION ALL BIDDERS

INVITATION FOR BIDS: Maintenance Repairs FY Bristol Warren Regional School District

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System)

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

Saddles for Sale RFSB # N

INVITATION TO BID ISSUE DATE: Nov. 16, 2017 BID REQUESTED:

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTES (RFQ) PURCHASE AND SALE OF ONE (1) FORKLIFT AUGUST 28, 2008

LEGAL NOTICE - RFP WANTED. Automated Refuse Container Lids, For 300 Gallon Capacity Containers GENERAL INFORMATION AND INSTRUCTIONS

1 CORPORATION of the TOWN of SMITHS FALLS COMMUNITY SERVICES & PUBLIC WORKS AND UTILITIES CONTRACT #_17-CS-02_

INVITATION FOR BID Chipeta Lake Park Tree Trimming

State of Florida Department of Transportation

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

CITY OF PITTSBURGH Office of Management & Budget Bureau of Procurement

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

City of Beacon Beacon, New York 12508

PURCHASING ORDINANCE

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 Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520)

FLORIDA KEYS MOSQUITO CONTROL DISTRICT 5224 COLLEGE ROAD STOCK ISLAND, KEY WEST, FLORIDA RFP JET A FUEL

Sunnyside Valley Irrigation District

AUTOMOTIVE STORAGE FACILITY BID F-460 Bid Deadline September 15, 2:00 p.m.

REQUEST FOR QUALIFICATIONS FOR PEER REVIEW AND ON-CALL CONSULTING ENGINEER SERVICES FOR PLANNING & DEVELOPMENT

CITY OF ALBUQUERQUE REQUEST FOR BID THE CITY OF ALBUQUERQUE, PURCHASING OFFICE IS REQUESTING OFFERS FOR THE FOLLOWING GOODS OR SERVICES: etc.

CITY OF LEESBURG FLORIDA INVITATION FOR BID (IFB) Wireless Mobile Column Lift (Truck Lift)

City Of Oneida. Invitation for Bids

COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/ september, 2017

5 REQUEST FOR QUOTATION. Company Name: Address: Contact Name: Contact Title: Phone Number: REQUEST FOR QUOTATION THIS IS NOT AN ORDER

RFP # OFFICE SUPPLIES PROPOSAL OPENING DATE: July 16, 2015

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

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

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

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

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

CITY OF PEACHTREE CITY MICROSOFT OFFICIAL LICENSE ADDENDUM #1

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

State of Florida Department of Transportation. APRISA XE 960 MHz Radios

San Francisco Unified School District. CUPCCAA PROJECT <$45K - $175K> 2 nd FLOOR CARPET REPLACEMENT RPA OFFICES PROJECT #12016

NOTICE OF REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND RELATED SERVICES. This is a REQUEST FOR PROPOSAL by UMATILLA SCHOOL DISTRICT

City of Rialto Purchasing Division Purchasing Manager: William Jernigan Phone: (909) Fax: (909)

Transcription:

The Reno-Tahoe Airport Authority Purchasing and Materials Management Section is currently accepting sealed bids for de-icing fluid, Invitation to Bid Number 13/14-03, on behalf of the Airfield Maintenance Section. 1. SCOPE AND INTENT It is the intent of this bid to establish an annual contract for the procurement of the Authority s liquid de-icing requirements on an as ordered, as needed basis. It is the intention of the Airport Authority to enter into an agreement for the above-mentioned products for a period of one (1) year with two (2) one (1) year renewal options, if, in the opinion of the Authority, product provided and services rendered have been consistently satisfactory. At no time during the contract period will a price increase for products be considered on an individual basis to the Airport Authority. Price increases may be considered at time of renewal provided that the successful bidder provides proof from the manufacturer that price increases on products are applicable across the board to all of the manufacturer s distributors. 2. BID RECEIPT AND OPENING TIME It is mandatory that bids be signed by a duly authorized representative of the firm, and be received and time recorded in the Airport Authority Purchasing and Materials Management Section on or before 2:30 p.m., PDT, September 10, 2013 per the official bid time clock located in the Purchasing and Materials Management Section, bids will be accepted if date and time stamped on or before 2:30; date and time stamps of 2:31 or later will be rejected. 2.1 Late bids shall be disqualified from consideration. 2.2 Sealed bids shall be reviewed in the Airport Authority Purchasing and Materials Management Section at 2:31 p.m., September 10, 2013. 3. PREPARATION OF THE BID Bidder shall examine all drawings, specifications, attachments, special instructions, and terms and conditions of the Invitation to Bid. Failure to do so will be at the bidder s risk. 3.1 Any irregularities or lack of clarity in the Invitation to Bid should be brought to the attention of the Airport Authority Purchasing and Materials Management Section for correction or clarification. 3.2 Any addenda issued shall forthwith become an integral part of the bid. Bidder shall be required to acknowledge receipt of addenda by signing and returning the addenda with the original bid document. 3.3 Bidder shall furnish the required information typed or written in ink. Invitation to Bid 13/14-03 Page 1 of 13 Terms and Conditions

3.4 The person signing the bid must initial erasures or other changes in ink. 3.5 In the space provided, a duly authorized representative of the bidding firm shall sign the bid document. 3.6 Bidder shall proofread his bid carefully for errors. 3.7 Prices quoted shall be F.O.B. destination and exclusive of federal and state taxes. 3.8 In the event of a difference between written words and figures, the amount stated in written words shall govern. 3.9 In the event of a difference between a unit price and the extended price, the unit price shall govern. 3.10 Bidder shall state a realistic delivery date including Saturdays, Sundays and holidays. Delivery time may be a consideration in award of bid. 3.11 All equipment or supplies offered shall be new, currently in production, and of the manufacturer s latest design, unless otherwise stated. 3.12 Certain products, including equipment, materials, articles and services are designated in the specifications by a trade name or manufacturer s name. The use of the name of a manufacturer, model number, or catalog number in the specifications restricts prospective bidders to that manufacturer's product unless otherwise stated in this bid document. The reference is used to indicate principal operating characteristics, the quality of the items desired, or those manufacturer's products that have been approved by the Airport Authority as being acceptable for its use. Bids will not be considered on other manufacturers products. 3.13 A bidder deviating from the specifications must state any and all exceptions. Failure to note exceptions shall be interpreted to convey that the bidder shall propose to perform in the manner described and/or specified in this bid solicitation. 4. SUBMISSION OF BID Bidder shall sign and return the ENTIRE BID DOCUMENT. 4.1 Bids and addenda thereto shall be enclosed in a sealed envelope addressed to the Reno- Tahoe Airport Authority Purchasing and Materials Management Section, 2770 Vassar Street, Reno, Nevada 89502 or delivered to the office in person. Bid envelope must indicate the name and address of the bidder, bid number, and opening date. Should the bidder elect to utilize a courier agent to deliver his bid (e.g. UPS, Federal Express, etc.), and the outer bid envelope is enclosed in the courier agent s delivery envelope, then the courier s delivery envelope and/or address label must clearly indicate the Invitation to Bid number. Invitation to Bid 13/14-03 Page 2 of 13 Terms and Conditions

4.2 In order for a bid to be considered, it shall be mandatory that the bid document be received and time recorded in the Airport Authority Purchasing and Materials Management Section no later than the receiving time specified in the bid document. 4.3 The Airport Authority assumes no responsibility for errant delivery of bids, including those relegated to a courier agent who fails to deliver in accordance with the time and receiving point specified. 4.4 The Airport Authority shall not be responsible for the premature opening of a bid that is not properly addressed or identified. 4.5 A bid submitted by telephone, telegraphic notice, or facsimile will not be accepted. 4.6 Prices offered shall only be considered if they are provided in the appropriate space(s) on the bid schedule. For consideration, any additions or deductions to the bid prices offered must be shown under the exceptions section of the bid. Extraneous numbers, prices, comments etc. appearing elsewhere on the bid shall be deemed to have no effect on the prices offered in the designated locations. 4.7 Bids must be provided on the bid forms that are a part of this Invitation to Bid document. Bid forms may not be altered in any manner this includes the scanning of forms for purposes of reproducing or recreating them. Any alteration of bid forms may be cause for rejection of the bid. 4.8 When a bid surety is required, such surety shall be acceptable only in the form of a bid bond or cashier s check in the amount stated. The surety must accompany the bid. After award of the bid by the Board of Trustees, the bid surety of the unsuccessful bidders shall be returned. The surety of the successful bidder shall be retained until the agreement form has been. 4.9 The Airport Authority shall provide a copy of the bid results to those bidders requesting such, provided that a stamped, self-addressed envelope is included with the bidder s response. 5. LATE BID A bid received after the receiving time specified shall be rejected. 6. WITHDRAWAL OF BID A bid may be withdrawn by written or telegraphic notice provided such notice is received prior to the date and time set for the bid opening. 6.1 A request for withdrawal of a bid received after award will not be considered. Invitation to Bid 13/14-03 Page 3 of 13 Terms and Conditions

7. CONDITIONAL, QUALIFIED, OR NON-RESPONSIVE BIDS All bids shall be submitted in a form and manner as indicated in this Invitation to Bid document and by the bid forms. Any bid which is not submitted in a form and manner indicated by the Invitation to Bid document and bid forms or that contains information, statements, conditions, or qualifications that place conditions or qualifications on the bid submittal for purposes of making an award, or that alter any bid terms, conditions, specifications, or forms that had not previously been approved by written addendum issued by the Purchasing and Materials Management Section, or that does not meet legal requirements, shall be declared as a qualified, conditional, or non-responsive bid and shall be rejected without further consideration. Any bid response that does not fully respond to and comply with all of the detailed specifications or other requests for information including the execution of the bid forms may be declared non-responsive by the Airport Authority and rejected without further consideration. The Airport Authority shall not be responsible for errors or omissions of the bidder. 8. NO BID In the event the bidder chooses not to bid on the Invitation but wishes to remain on the bid list, indicate NO BID on the face of the return envelope or Bid Schedule page of the bid document, affix firm name and address and return it according to the instructions in Section 4, Submission of Bid above. 8.1 Two (2) NO BID responses may result in removal of your firm from the database for this category. 9. DELIVERY Prices quoted shall include transportation costs F.O.B. Destination to the following location: Reno-Tahoe Airport Authority Airfield Maintenance Section 2000 National Guard Way Reno, NV 89502 9.2 Deliveries shall be made on an as needed, as ordered basis. All deliveries are required within three (3) working days after receipt of order. 9.3 Each delivery must be clearly marked with the purchase order number. 9.4 The Airport Authority reserves the right to inspect products prior to acceptance at delivery and refuse shipment for visible damage. 9.5 Should defective products be found upon opening for use, the entire case may be returned for full credit or replacement at supplier's expense. 9.6 Bidder agrees that there shall be no restocking charges for products returned. Invitation to Bid 13/14-03 Page 4 of 13 Terms and Conditions

10. PLANS AND SPECIFICATIONS The bid documents and specifications may be obtained from the Airport Authority website (renoairport.com) or the Purchasing and Materials Management Division, 2770 Vassar Street, Reno, Nevada 89502, (775) 328-6670. 11. AWARD OF BID Award of bid shall be made on the basis of line items, groups, or as a whole whichever is most advantageous to the Reno-Tahoe Airport Authority of. In all instances, the decision rendered by the Airport Authority shall be final. 11.1 The Airport Authority reserves the right to reject any or all bids or parts thereof and to waive any informalities or irregularities 11.2 The Airport Authority reserves the right to hold bids for a period of ninety (90) days from the date of opening before awarding or rejecting said bids. 11.3 Severability exists with regard to acceptance or rejection of any item, group of items, or section unless bidder has stipulated specific limitations. 11.4 A purchase order and/or contract issued to the successful bidder shall be considered sufficient notification of award of the bid. 12. DISCOUNTS Prompt payment discounts shall be included in the bid evaluation ONLY if discount period offered is ten (10) or more days. 12.1 Discount period will be computed from the date of completed delivery/performance or from the date the correct invoice is received by Accounts Payable, if later than the delivery date. For the purpose of earning discounts, payment is deemed to be made on the date appearing on the Airport Authority warrant. 13. APPEAL BY UNSUCCESSFUL BIDDER Any unsuccessful bidder may appeal a pending bid award prior to award by the Airport Authority. The appellant must: 13.1 Submit a written protest to the Purchasing and Materials Management Manager within five (5) workdays after the bid opening. 13.2 Describe, in the written protest, the issues to be addressed on appeal. 13.3 Post, with the written protest, a bond with good and solvent surety authorized to do business in this state or submit other security in a form approved by the Reno-Tahoe Airport Authority, who will hold the bond or other security until a determination is made on the appeal. Invitation to Bid 13/14-03 Page 5 of 13 Terms and Conditions

13.4 Post the bond or other security in the amount of 25% of the total dollar value of appellant s bid, up to a maximum bond or other security amount of $250,000. 13.5 Not seek any type of judicial intervention until the Reno-Tahoe Airport Authority has rendered its final decision on the protest. The Reno-Tahoe Airport Authority will stay any award actions until after the Purchasing and Materials Management Manager has responded in writing to the protest. If the appellant is not satisfied with the response, appellant may then protest to the Reno-Tahoe Airport Authority Board of Trustees, who will render a final decision for the Reno-Tahoe Airport Authority. No bid protests will be heard by the Board of Trustees unless the bidder has followed the appeal process. If an appeal is granted, the full amount of the posted bond will be returned to the appellant. If the appeal is denied or not upheld, a claim may be made against the bond for expenses suffered by the Reno-Tahoe Airport Authority because of the unsuccessful appeal. The Reno-Tahoe Airport Authority is not liable for any costs, expenses, attorney s fees, loss of income, or other damages sustained by the appellant in the bid process. 14. QUESTIONS/CLARIFICATIONS Questions regarding the Invitation to Bid shall be directed to Robin Ramsey, Senior Buyer at (775) 328-6670 or faxed to (775) 328-6646 and must be submitted no less than seven (7) calendar days prior to bid opening. 14.1 If any questions or responses require revision to this solicitation as originally published, such revisions will be by formal amendment only. If the solicitation includes a contact person for technical information, offerors are cautioned that any oral or written representations made by this or any person that appear to change materially any portion of the solicitation shall not be relied upon unless subsequently ratified by a written amendment to this solicitation issued the Purchasing and Materials Management Section. For determination as to whether any representation made requires than an amendment be issued, please contact the Purchasing and Materials Management Section. 15. ADDENDA All addenda to this Invitation to Bid shall be issued by the Airport Authority Purchasing and Materials Management Section in writing. Material changes affecting the work or the bidder s cost estimate shall have no standing with the Airport Authority if not sanctioned by written addenda. 16. ANNUAL QUANTITIES Winter weather conditions will determine the quantities and delivery intervals. 16.1 Products shall be ordered in as needed quantities. Invitation to Bid 13/14-03 Page 6 of 13 Terms and Conditions

16.2 Products shipped must be same as bid. Unauthorized substitutions will be cause for cancellation of order and return of product at supplier's expense. 17. CHANGE ORDERS No change orders shall be authorized without the express written permission of the Airport Authority Purchasing and Materials Management Section. 18. DISCLOSURE OF PRINCIPALS Bidders shall complete and return with their bid response the single copy of the form entitled Disclosure of Principals included with this Invitation to Bid. 19. ASSIGNMENT No assignment of any agreement resulting from award of this bid shall be allowed including the right to receive payment without the express written permission of the Purchasing and Materials Management Manager or her designee. 20. EXCEPTIONS TO SPECIFICATIONS In the space provided on the Bid Schedule, bidders shall note any and all exceptions to the specifications and/or the terms and conditions contained herein. Submittal of a specification sheet alone shall not be considered sufficient notification of exceptions. 20.1 Failure to note exceptions on the Bid Schedule shall be interpreted to convey that the bidder agrees to perform in the manner described and/or specified in this Invitation to Bid. 20.2 The Airport Authority shall reserve the right to accept or reject any or all alternatives or exceptions offered based solely on the value of said alternatives or exceptions to the Airport Authority. 21. LIQUIDATED DAMAGES FOR FAILURE TO PERFORM Should the successful bidder be unable to provide the items or is unable to do so at the price(s) bid, for any reason save and except the fault of the Authority, the Authority may, at its option, declare the successful bidder in default of contract and recover any actual damages or losses, or if a part of the contract, liquidated damages from the bidder in default. Such remedies may include, but are not limited to, the Airport Authority's refusal to deal with the defaulting bidder for a period of time not less than six months or more than one year, reduction in the bid price by an amount equal to the item or items authorized for substitution, and/or holding the defaulting bidder liable for any increased amount which results from the Airport Authority's procuring the item or items from an alternate source. 22. FUNDING RESTRICTIONS The Airport Authority reserves the right to cancel the award in whole or in part or reduce the scope necessary without prejudice or liability to the Airport Authority if funding is not available or if legal restrictions are placed upon the expenditure of monies for this category of services. Should this occur, the successful bidder shall be advised in writing by the Airport Authority. Invitation to Bid 13/14-03 Page 7 of 13 Terms and Conditions

23. AWARD CRITERIA Award shall be made to the lowest, responsive, and responsible bidder and shall be judged on the basis of: 23.1 Price; 23.2 Conformance to specifications; 23.3 Bidder s qualifications, including the bidder s past performance; 23.4 Quality and utility of equipment offered and its adaptability to the required purpose and in the best interest of the public. The Airport Authority shall evaluate one bid at a time beginning with the apparent low bidder. If that bid is fully acceptable, it shall be deemed the lowest, responsive, and responsible. If not, the Airport Authority shall proceed up the bid ladder, one bid at a time, until a fully acceptable low, responsive, and responsible bidder is determined. 24. TIME OF AWARD Consideration of award of contracts at or above $100,000 may be made at the Board of Trustees regularly scheduled meeting, or such later date as they may designate. Consideration of award of contracts under $100,000 shall be made after staff evaluation per paragraph 23. Invitation to Bid 13/14-03 Page 8 of 13 Terms and Conditions

TECHNICAL SPECIFICATIONS Liquid Runway Deicer to be furnished under this contract will be ordered and received on an as needed basis. The quantities that will be required cannot be predetermined due to the need of the material being contingent upon factors beyond RTAA S control. The Airport Authority reserves the right to order whatever quantities are needed to meet its requirements. Winter weather conditions will determine the quantities and delivery intervals. REQUIREMENTS GENERAL: These specifications contemplate the furnishing of a potassium-acetate base deicing/antiicing fluid in the form of a concentrated liquid meeting society of Automotive Engineers, Inc., Aerospace Material Specification 1435A("The Fluid"). If you need to order a copy of AMS 1435A, contact: SAE Customer Sales, Department 3369. Tel: 724-776-4970 or Fax: 724-776-0790. DELIVERY REQUIREMENTS: To be delivered in a bulk shipment. Vendor shall load a trailer for delivery. The trailer is weighed and a scale ticket showing the weight and gallons is included with the driver s bill of lading. The order for The Fluid will be 4,400 gallons to be shipped upon receipt of a telephone call, fax or email for delivery. Dependent upon the weather, vendor must be able to make delivery to the RTAA within three (3) days of a telephone order. If these requirements cannot be met, your bid may be disqualified. MATERIAL 1. The Fluid shall contain at least 30% potassium acetate (dry weight basis) and at least 15% of a renewable bio-based component (dry weight basis). As supplied, The Fluid shall have a freezing point of -50 degrees F (-45 degrees C) or lower (method: ASTM D1177). The Fluid shall not contain urea, ethylene or propylene glycol. 2. The Vendor shall provide comprehensive, on-site training and/or technical briefing to The Buyer s personnel. 3. The Vendor shall provide the name and location of The Fluid production site and provide a copy of independent laboratory certification of The Fluid to AMS 1435. The certification shall be dated within 24 months of the bid submittal. If a license of subcontractor produces The Fluid, all testing shall be required on The Fluid produced at the site as if The Fluid were being initially qualified. The vendor must provide documentation that the licensee or subcontractor conforms to AMS 1435 4.4.3. Whenever a fluid is to be produced by a licensee or subcontractor, all testing shall be required on fluid produced at the site, prior to initial shipment. 4. The Fluid ph shall be in the range of 10.4 to 11.4. Invitation to Bid 13/14-03 Page 9 of 13 Terms and Conditions

5. The Vendor shall provide written technical information covering at minimum: The Fluid s environmental impact, MSDS, handling, storage and application guidelines. 6. The Vendor shall provide a complete acute toxicity test report for The Fluid. The report shall be from an independent party and state compliance with U.S. EPA Test Methods 40 code of Federal Regulations Parts 797.1300 and 797.1400. The 48-hour daphnia test result shall be reported and shall not be less than 1000 mg/l. The 96-hour test result for rainbow trout, bluegill or fathead minnow shall be reported and shall not be less than 1000 mg/l. 7. The Vendor shall provide a report of The Fluid s biochemical oxygen demand (BOD) and either the theoretical total oxygen demand (TOD) or chemical oxygen demand (COD). The report shall be from an independent party and state compliance with EPA test methods. 8. The Vendor shall provide information that addresses The Fluid s material compatibility concerns relative to electrical conductivity and to catalytic oxidation of carbon brakes. 9. The Vendor shall provide evidence that it can deliver The Fluid to The Buyer s receiving location within 72 hours of order placement. 10. The Buyer reserves the right to inspect the manufacturer s production plant and/or the Vendor s distribution facility prior to contract award. 11. The Buyer recognizes the value of ISO international quality and environmental standards. The Buyer reserves the right to give preference to vendors who demonstrate compliance with ISO 9001:2008 and 14001:2004 certified processes. A complete description of the vendor s quality and environmental process system shall be provided with the bid. 12. For long-term storage reasons, The Fluid shall be stable and shall not separate in storage. 13. Vendor shall provide proof of Aviation Product Liability Insurance of not less than $100 million per occurrence. AMS 1435A: IMPORTANT: MAKE SURE #1 ABOVE IS FOLLOWED! Telephone orders for Liquid Runway Deicer will be placed at least seventy-two (72) hours in advance of required delivery time. Deliveries will be as usage requires. Annual usage is estimated at 10,000 15,000 gallons. Invitation to Bid 13/14-03 Page 10 of 13 Terms and Conditions

BID SCHEDULE Description Unit Unit Cost Name/Part Number of item bid. dollars and cents Gallon $ /Gal Other Costs (Describe) $ Delivery shall be calendar days after receipt of order. Invitation to Bid 13/14-03 Page 11 of 13 Terms and Conditions

MINORITY STATUS: Has this firm been certified as a minority, woman, or disadvantaged business enterprise by any governmental agency? Yes No If yes, please specify government agency: Date of certification: The above is for information only. The Airport Authority encourages minority business participation, however, no preferences shall be given. EXCEPTIONS: Does the bidder take exception to any of the terms and conditions of this Invitation to Bid and attachments hereto or the plans, drawings, or specifications? Yes No. If yes, please indicate the specific nature of the exception or clarification in the space provided below. Attach additional sheet(s) if necessary. Firm Name: In compliance with this Invitation to Bid and subject to all the terms and conditions thereof, Address the undersigned offers and agrees if this bid is City accepted to furnish any and all goods and State Zip Code services described herein at the prices, term, and delivery stated. Telephone Email Fax Signed Terms % days. Print Name Bidder s Federal Tax I.D. # Print Title Invitation to Bid 13/14-03 Page 12 of 13 Terms and Conditions

DISCLOSURE OF PRINCIPALS (Please print or type) Company Name Street Address City, State, and Zip Code NAMES OF OFFICERS, MEMBERS, OR OWNERS, PARTNERSHIP, ETC. Name Official Capacity -------- Street City, State, and Zip Code Name Official Capacity Street City, State, and Zip Code Name Official Capacity Street City, State, and Zip Code Name Official Capacity Street City, State, and Zip Code If further space is required please attach additional pages. Invitation to Bid 13/14-03 Page 13 of 13 Terms and Conditions