REQUEST FOR QUOTES FOR MAINTENANCE SPARE PARTS FOR THE CITY OF COMMERCE

Similar documents
Diesel Engine Replacement for. Gillig Low Floor Buses

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE. between the City of and

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

SOLICITATION AND AWARD PROTESTS RULE (RULE NO.004)

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

REQUEST FOR PROPOSAL Enterprise Asset Management System

THE BOROUGH OF EAST RUTHERFORD REQUEST FOR QUALIFICATIONS

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

FORM A: PROPOSAL (See B11) 1. Contract Title TRANSIT BUS MAINTENANCE AND REPAIR GARAGE EXPANSION DESIGN BUILD PROJECT

RULE 17 FACSIMILE FILING APPLICABILITY These rules apply to civil and criminal proceedings in the Court of Common Pleas, Clermont County, Ohio.

SECTION A - INSTRUCTIONS

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

Topsfield Water Department Invitation to Bid Potassium Hydroxide June 1, 2007

REQUEST FOR QUALIFICATIONS VARIOUS BOROUGH PROFESSIONAL POSITIONS AND EXTRAORDINARY UNSPECIFIABLE SERVICES POSTIONS. ISSUE DATE: December 29, 2018

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017

OFFICE OF WILL COUNTY EXECUTIVE LAWRENCE M. WALSH. Purchasing Director Fax (815)

APPENDIX F PUBLIC PRIVATE PARTNERSHIP PROCUREMENT PROCEDURES

ARTICLE I ORGANIZATION

REQUEST FOR BID # TIRE DISPOSAL SERVICES

AMENDED AND RESTATED BYLAWS OF THE SURPLUS LINE ASSOCIATION OF ARIZONA

BYLAWS (Transcript copy) THE M.P.R. HOMEOWNERS ASSOCIATION ARTICLE I NAME AND LOCATION

PUBLIC BID LAW. Erin Day Assistant Attorney General Louisiana Department of Justice

AGREEMENT BETWEEN HARRIS COUNTY AND Harris County Municipal Utility District No. 55, RELATING TO JOINT ELECTIONS TO BE HELD MAY 4, 2019

LES MAISONS CO-OPERATIVE ST. JACQUES PHASE 2 INVITATION TO TENDER (ITT) # ACCESSIBILITY IMPROVEMENT FEATURES

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

REQUEST FOR PROPOSAL Police Department Roof System Renovation

City of Mexico Beach Replacement of Fire Department Roofing Shingles

RETRO REFLECTIVE GLASS BEADS

Location & Subject Matter Substance of Change Proposed Changes

ARTICLE I NAME, PURPOSE AND OFFICES. SECTION 1. NAME. The name of the organization is the TCB Council (or the Council ).

INVITATION FOR BID Annual Water Meter Purchase

INSTRUCTIONS TO BIDDERS Medical Center

LIVINGSTON PARISH COUNCIL. Request for Qualifications for. Professional Services for the Livingston Parish Road Overlay Project

REQUEST FOR PROPOSALS Galax Water Treatment Plant and Galax Wastewater Treatment Facility Control System Integration Service Term Contract

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

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

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF ENGINEERING SERVICES NORTH ARLINGTON LYNDHURST JOINT SEWER MEETING C-3 LICENSED ENGINEER

RFP ATTACHMENT I: ACKNOWLEDGEMENT OF RFP TERMS AND CONDITIONS

Request for Proposal. RFP # Non-Profit, Sports Photography

COUNTY OF OSWEGO PURCHASING DEPARTMENT

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF SERVICES-BOROUGH RISK MANAGER. ISSUE DATE: October 30, DUE DATE: December 1, 2017

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

CITY OF YORKTON BYLAW NO. 2/2010

RESOLUTION NO CITY OF MAPLE GROVE

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

BYLAWS OF WOODBRIDGE ASSOCIATION, INC. ARTICLE I

CITY OF HOPKINSVILLE

BYLAWS OF THE UNITED STATES ACADEMIC DECATHLON INDEX. Distribution Upon Dissolution. Term of Office of Directors. Election or Reelection of Individual

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

ALBRO COURT HOUSING CO-OPERATIVE INVITATION TO TENDER (ITT) # BATHROOMS

A Bill Regular Session, 2017 SENATE BILL 521

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

BYLAWS OF THE UNITED VETERANS COMMITTEE OF COLORADO FOUNDATION. Article I CORPORATE PURPOSE

REQUEST FOR QUOTATION

CONSUMERS ENERGY COMPANY AMENDED AND RESTATED BYLAWS

REQUEST FOR BID # JAIL WATER SOFTENER SYSTEM

Request for Proposal. Physical Security Professional Review. ASIS Chapter Calgary / Southern Alberta

CHICAGO PARK DISTRICT DEPARTMENT OF PURCHASING SOLICITATION AND CONTRACTING PROCESS PROTEST PROCEDURES. October 2, 2013

NEW HAMPSHIRE-VERMONT INTERSTATE SCHOOL COMPACT

BYLAWS OF THE TELECOMMUNICATION CERTIFICATION BODY COUNCIL ARTICLE I NAME, PURPOSE AND OFFICES

Yurok Tribe Planning and Community Development Klamath, California. Yurok Justice Center Bid Documents EXHIBIT B: BID FORM

BYLAWS OF ORANGE COUNTY ASSOCIATION OF HEAL TH UNDERWRITERS. May 22, 1989 Revised May 15, 2007 Revised May 8, 2018

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT

MONROE COUNTY WATER AUTHORITY REQUEST FOR QUALIFICATIONS/PROPOSALS FOR NEW YORK STATE LOBBYING SERVICES

INTERGOVERNMENTAL COOPERATION AGREEMENT. between the CITY OF CREVE COEUR, MISSOURI, and the

AGREEMENT BETWEEN HARRIS COUNTY AND THE WOODLANDS TOWNSHIP, RELATING TO JOINT ELECTIONS TO BE HELD NOVEMBER 4, 2014

SHARE PURCHASE AGREEMENT. This SHARE PURCHASE AGREEMENT ( Agreement ) is made on this day of.., 20..,

CAPTION FINANCIAL SUMMARY

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

ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT # North Orlando Smith Road Oglesby, Illinois Passenger Shuttle Bus - Bid # PR-08-13

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014

INVITATION FOR PROPOSAL TO PROVIDE LEGAL CONSULTANCY SERVICES

Joint Venture (JV) Agreement

TML MultiState IEBP Executive Director EXECUTIVE SEARCH FIRM SERVICES Request for Qualifications

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

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

Wireless Facilities License and Service Agreement

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

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

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

AMENDED AND RESTATED BYLAWS OF PIKES PEAK WRITERS September 2015 ARTICLE I NAME, SEAL AND OFFICES

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

REQUEST FOR PROPOSALS PROFESSIONAL LEGAL SERVICES CONTRACTS

INTERNATIONAL ASSOCIATION OF LIONS CLUBS DISTRICT A-15 BY-LAWS

BYLAWS of the International Practice Management Association as of March 21, 2018

COUNTY COMMISSIONERS' ASSOCIATION OF OHIO

ITB-PW Concrete psi with Fiber Mesh. Required Submittals

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

REQUEST FOR BID # DEDICATED INTERNET ACCESS SERVICE 100M

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

CITY OF CHICAGO DEPARTMENT OF PROCUREMENT SERVICES

GUNNISON VALLEY TRANSPORTATION AUTHORITY INTERGOVERNMENTAL AGREEMENT. by and among CITY OF GUNNISON, COLORADO TOWN OF CRESTED BUTTE, COLORADO

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

E&S PERFORMANCE BOND

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)

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

Bylaws of the Council of Development Finance Agencies. A corporation chartered under the District of Columbia non-profit corporation act.

REQUEST FOR PROPOSALS PUBLIC RELATIONS/COMMUNICATIONS SERVICES MAY 2018 FACILITIES BOND

BYLAWS THE CHILDREN S TRUST OF MIAMI-DADE COUNTY

Transcription:

REQUEST FOR QUOTES FOR MAINTENANCE SPARE PARTS FOR THE CITY OF COMMERCE I. INTRODUCTION The City of Commerce is requesting quotes for the purchase of maintenance spare parts. The contract will be administered by the Transportation Department. A. DEFINITION OF TERMS Whenever the terms listed below appear in the Contract Documents, they shall be defined as follows: 1. Agreement shall mean the Agreement and all designated Contract Documents for the purchase of spare parts. 2. Change Ordershall mean written order, issued by the City to the Contractor, signed by the Purchasing Manager, and authorizing an addition, deletion or revision in the scope of work. 3. City shall mean the City of Commerce, California, as it now exists oras its boundaries may from time to time be changed. 4. City Attorney shall mean the City Attorney of the City of Commerce. 5. City Clerk shall mean the City Clerk of the City of Commerce. 6. City Council shall mean the City Council of the City of Commerce. 7. City Administrator shall mean the City Administrator of the City of Commerce. 8. Code shall mean the Commerce Municipal Code 9. Contract Documents shall mean this Request for Quotes, any addenda, the Notice of a Request for Quotes, the Quote, MAINTENANCE SPARE PARTS-Request for Quotes (RFQ) Page 1

theagreement, the Notice to Proceed and any required Bonds and/or Certificate of Insurance. 10. Contractor, Bidder or Proposer shall mean the person, firm, corporation, or partnership with whom the City has executed the Agreement and who is fully responsible for performance of the work. 11. Director of Transportation shall mean the official designated as the Director of Transportation of the City or his/her authorized representative. II. SCOPE OF WORK The Scope of Work is contained in Exhibit A, Bidder s Quote for Maintenance Spare Parts. III. RIGHT TO REJECT ALL QUOTES The City reserves the right to reject any or all quotes submitted; and no representation is made hereby that any contract will be awarded pursuant to this Request for Quotes, or otherwise. All costs incurred in the preparation of the quote, in the submission of additional information and/or in any other aspect of a proposal prior to the award of a written Agreement will be borne by the respondent. The City will provide only the staff assistance and documentation specifically referred to herein and will not be responsible for any other cost or obligation of any kind that may be incurred by a respondent. All proposals submitted to the City in response to this Request for Quotes shall become the property of the City. IV. RATE OF COMPENSATION The City will compensate the Contractor at the rates contained in the Proposed Rate Schedule contained in the Scope of Work section. V. COMPLIANCE WITH LAWS All proposed contractors shall comply with all applicable laws, ordinances, and codes of the State of California and local governments, including the South Coast Air Quality Management District and California Air Resources Board, as well as all regulations and rules relating to affirmative action and prevailing wages (to the extend applicable), and shall commit no trespass on any public or private property in performing any of the work embraced by the Agreement. MAINTENANCE SPARE PARTS-Request for Quotes (RFQ) Page 2

This project is partially funded by Federal Transit Administrator (FTA) 5307 capital funds. Exhibit B contains the FTA contract clauses that apply to this procurement. VI. NOTICE TO PROCEED The City will issue a Purchase Order once the quotes have been approved by the Commerce City Council. VII. TERM OF CONTRACT The Agreement will commence on the date of the Notice to Proceed and will terminate one(1) year thereafter. VIII. TERMINATION The Agreement may be terminated by mutual consent of both parties. IX. CANCELLATION CLAUSE In the event that any of the provisions of this Agreement are violated by the Vendor, the City may terminate the Agreement by serving written notice upon the Vendor, listing the violation(s) and its intent to terminate such Agreement unless within ten (10) days after the serving of such notice, such violation shall cease or be rectified, the contract shall upon the expiration of an additional thirty (30) days cease and terminate. Violations which cannot be corrected within ten (10) days, said contract shall at the option of the City cease and terminate upon the giving of like notice. In the event of any such termination for anyreason, the City may take over the work and prosecute the same to completion by contract or otherwise for the account and at the expense of the Contractor. The Contractor and his sureties shall be liable to the City for any excess cost occasioned in the event of any such termination. This change shall not be construed to prevent the termination, for other causes authorized by law or other provisions of this contract. X. INTERPRETATION OF INSTRUCTIONS AND GENERAL CONDITIONS If any vendor contemplating submitting a proposal for such spare parts is in doubt as to the true meaning of any part of the Proposal or finds discrepancies in, or omissions from, said documents, contractor may submit to the City a written request for interpretation or correction thereof. Any interpretation or correction of these documents shall be made by the Purchasing Manager or his/her duly authorized representative. The City will not be responsible for any other explanation or interpretation of these documents. MAINTENANCE SPARE PARTS-Request for Quotes (RFQ) Page 3

XI. QUOTE FORMAT AND CONTENT REQUIREMENTS A. The Contractor s response to the City s Request for Quote should provide the following information, using the same format and sequence. 1. Bid Sheet The Proposer shall complete and submit all pages included in the Scope of Work, whichinclude the following sections or items: Cummins Engine Computer Cylinder Head Radiator Altro floor AC condenser motors AC evaporator motors AC compressor Transmission cooler Alison Transmission Cummins engine Meritor axle third member Meritor axel carrier Meritor rear axle complete Air compressor Air Dryer Turbo Charger Fuel mixers Exhaust muffler/cat Wheelchair electrical assembly Wheelchair actuator assembly Wheelchair ramp power unit Wheelchair assemblies Wheelchair platform 2. Additional Information Additional information that is not presented elsewhere and is essential to a fair evaluation must appear in the last Section of the Proposal and be labeled "Additional Information." If there is no additional information the Proposer wishes to present, this Section will consist of the statement:"there is no additional information we wish to present." MAINTENANCE SPARE PARTS-Request for Quotes (RFQ) Page 4

B. Quotes Submission 1. Quotes shall be submitted with four complete sets (one original and three copies) of the Quotes and any related information. Proposals received after the closing date and time specified in the Notice of Request for Quotes will be rejected by City as nonresponsive. 2. Submit Quotes to the City Clerk Office located at 2535 Commerce Way, Commerce, California, 90040, in a package that clearly identifies the bidder and this RFQ. Quotes are received only when accepted and time stamped by the City Clerk Office. All other indications ofapparent timely delivery may be disregarded. 3. It is the responsibility of the Proposer to instruct delivery services, such as United Parcel Service and Federal Express, to deliver Quotes directly to the City Clerk Office. Proposals submitted via facsimile or e-mail will not be accepted. 4. Proposals delivered by other means, including United States Postal Service, may be delayed in City's mail system, resulting in untimely delivery to the City Clerk and possible failure to meet the Quotes submission deadline. Delayed and missed deadlines for submission of quotes not delivered in strict compliance with this RFP shall be the sole responsibility of the Proposer, not of the City. XII. SUBMITTAL OF QUOTES Four(4) copies of the quotes shall be presented in a sealed envelope bearing the name, address and telephone number of the individual or entity submitting the proposal and shall be addressed to the CITY OF COMMERCE, CITY CLERK 2535 COMMERCE WAY COMMERCE CA, 90040 The proposal shall include all pages in Attachment I, which includes Proposed Rate Schedule. The envelope shall be clearly marked with the notation DO NOT OPEN QUOTE. The proposal shall be delivered to the addressee on or before 12p.m. on Monday, November 12, 2012. MAINTENANCE SPARE PARTS-Request for Quotes (RFQ) Page 5

XIII. SELECTION PROCEDURES AND EVALUATION CRITERIA Criteria for the evaluation of the proposals may include, but need not be limited to, the following items listed in this section. All proposals will receive a composite score (rating) and be ranked in numerical sequence from high to low based on the following criteria: 1. Proposed Price (100 points) The proposed price should accurately reflect the Proposer's cost of providing the required products and services and any profit expected during the contract term. 2. Additional Criteria Thiscriteriais not exclusive. The City reserves the right to apply additional evaluation criteria. MAINTENANCE SPARE PARTS-Request for Quotes (RFQ) Page 6