Invitation for Bids # Potable Water Service Components

Size: px
Start display at page:

Download "Invitation for Bids # Potable Water Service Components"

Transcription

1 Invitation for Bids # Potable Water Service Components Due Date: July 19, 2018 Time: 2:00 pm EST Receipt Location: Government Center Administrative Services Procurement Division 500 N. Main Street, Suite #709 Monroe, NC Procurement Contact Person Name: David Shaul Title: Procurement Specialist david.shaul@unioncountync.gov Telephone:

2 1 Contents 2 Submittal Deadline and Addendum Information BID SUBMISSION DEADLINE BID QUESTIONS Purpose INTRODUCTION COUNTY Project Scope Description of Goods Desired SPECIFICATIONS DEVIATIONS DELIVERY AND CHARGES Detailed Submittal Requirements BID FORMAT Bid award APPLICATION OF NORTH CAROLINA GENERAL STATUTES AWARD OF CONTRACT General Conditions and Requirements IFB EXPENSES MODIFICATION OR WITHDRAWAL OF PROPOSAL EQUAL EMPLOYMENT OPPORTUNITY RIGHT OF CANCELLATION MINORITY BUSINESSES (MBE) OR DISADVANTAGED BUSINESSES (DBE) LICENSES IRAN DIVESTMENT ACT NOTICE FOR LOCAL GOVERNMENTS IN NORTH CAROLINA APPENDIX A - PRICING FORM APPENDIX B - Bid SUBMISSION FORM APPENDIX C ADDENDUM RECEIPT AND ANTI-COLUSION APPENDIX D IRAN DIVESTMENT CERTIFICATE UNION COUNTY GOVERNMENT IFB POTABLE WATER SERVICE COMPONENTS Pg 1

3 2 Submittal Deadline and Addendum Information 2.1 BID SUBMISSION DEADLINE Submittals shall be sealed and labeled on the outside IFB# Potable Water Service Components. Bids are to be received by the Union County, Procurement Division by 2:00 p.m., July 19, Mail or hand-deliver submission packets to: Union County Government Building Administrative Services, Procurement Division 500 North Main Street, Suite #709 Monroe, NC Attention: David Shaul, Procurement Specialist The bid package must have original signatures and must be signed by a person who is authorized to bind the proposing firm. Electronic ( ) or facsimile submissions will not be accepted. There is no expressed or implied obligation for Union County to reimburse firms for any expenses incurred in preparing bids in response to this invitation. Union County reserves the right to reject any or all bids. 2.2 BID QUESTIONS Bid questions will be due on July 10, 2018 at 5 pm EST. The primary purpose of this is to provide participating firms with the opportunity to ask questions, in writing, related to the IFB. The County may respond with an addendum within five (5) calendar days. Submit questions by to David Shaul at david.shaul@unioncountync.gov by the deadlines shown above. The should identify the IFB number and project title. All questions and answers may be posted as addenda on and Union County may modify the IFB prior to the date fixed for submission of bids by the issuance of an addendum. Any addenda to these documents shall be issued in writing. No oral statements, explanations, or commitments by anyone shall be of effect unless incorporated in the written addenda. Receipt of Addenda shall be acknowledged by the Bidder on Appendix C, Addendum Receipt and Anti-Collusion form. UNION COUNTY GOVERNMENT IFB POTABLE WATER SERVICE COMPONENTS Pg 2

4 3 PURPOSE 3.1 Introduction Union County (hereafter the County ) through its Public Works Department, is seeking bids for Potable Water Service Components. 3.2 County The County provides retail water services to over 50,000 water customers and provides wholesale water to the Town of Wingate and supplements the City of Monroe with up to 2 million gallons per day. Over the last 12 months, the County has purchased approximately: ¾ 1 Ball Corporations Iron Yoke Bar Angle Yoke Ball Valves Straight Dual Check Valves CTS Straight Coupling Grip Joint Tees CTS x MIP Straight Coupling 50 0 IPS x MIP Ribbed Insert 50 0 (NOTE: Historical data is provided for illustrative purposes only and is in no way meant to imply or guarantee minimum purchase quantities) 4 PROJECT SCOPE Union County (the County) is inviting bids for 3/4" & 1" Repair Parts for Potable Water to meet County needs. Any deviation from specifications must be clearly indicated on Appendix A, Pricing Form or attached. Costs must include all manufacturer charges including delivery to the Union County Public Works Operation Center, 4600 Goldmine Road, Monroe, NC, and is the total invoice cost to Union County excluding taxes. Deliveries shall be within two (2) weeks of receipt of order. 5 DESCRIPTION OF GOODS DESIRED 5.1 Specifications The following specifications and requirements are drawn around material which the County has evaluated and determined that the size, construction, design layout, special features and performance are necessary. Bidders are requested UNION COUNTY GOVERNMENT IFB POTABLE WATER SERVICE COMPONENTS Pg 3

5 to offer only specified units, which will provide the features and performance needed and implied. The County desires Ford Meter Box Company products but will accept bids for materials that meet the same AWWA, ASTM, ASF/ANSI standards and certifications. Bidders are required to state exactly what they intend to furnish otherwise it is fully understood that they shall furnish all items as stated. Remainder of this page is blank UNION COUNTY GOVERNMENT IFB POTABLE WATER SERVICE COMPONENTS Pg 4

6 UNION COUNTY GOVERNMENT IFB POTABLE WATER SERVICE COMPONENTS Pg 5

7 UNION COUNTY GOVERNMENT IFB POTABLE WATER SERVICE COMPONENTS Pg 6

8 UNION COUNTY GOVERNMENT IFB POTABLE WATER SERVICE COMPONENTS Pg 7

9 UNION COUNTY GOVERNMENT IFB POTABLE WATER SERVICE COMPONENTS Pg 8

10 UNION COUNTY GOVERNMENT IFB POTABLE WATER SERVICE COMPONENTS Pg 9

11 UNION COUNTY GOVERNMENT IFB POTABLE WATER SERVICE COMPONENTS Pg 10

12 UNION COUNTY GOVERNMENT IFB POTABLE WATER SERVICE COMPONENTS Pg 11

13 UNION COUNTY GOVERNMENT IFB POTABLE WATER SERVICE COMPONENTS Pg 12

14 UNION COUNTY GOVERNMENT IFB POTABLE WATER SERVICE COMPONENTS Pg 13

15 5.2 DEVIATIONS Any deviations from specifications and requirements herein must be clearly pointed out by bidder. Otherwise it will be considered that equipment offered is in strict compliance with these specifications and requirements, and successful bidder will be held responsible therefore deviations must be explained in detail on an attached sheet. However, no implication is made by Union County that deviations will be acceptable. Bidder is advised that the response (or lack thereof) on this question does not take precedence over specific responses or nonresponses provided elsewhere in this bid. 5.3 DELIVERY AND CHARGES FOB destination, Freight Prepaid. All prices quoted shall include all delivery and/or freight charges to Union County Public Works Operations Center, 4600 Goldmine Road, Monroe, NC No additional freight or additional surcharges shall be applied at time of delivery. Risk of loss and/or damage shall be upon the seller until such time as goods have been physically delivered and received by the County. Deliveries shall be within two (2) weeks of receipt of order. 6 DETAILED SUBMITTAL REQUIREMENTS 6.1 Bid Format Bids must be made in strict conformance using the Invitation for Bid (IFB) forms provided herein. All blank spaces for bids must be filled in properly. Numbers must be written in ink or typewritten, and the completed form shall be without erasures, lineations, or alterations. In accepting the proposal, the County will assume that no alterations have been made, and if they appear afterward, they shall not be binding on the County. Bids must include the following: A. Proposed Pricing Complete the pricing form, Appendix A B. Required Signature Forms Proposers should include signed copies of the following documents: Bid Submission Form, Appendix B Addendum Receipt and Anti-Collusion Form, Appendix C Iran Divestment Certificate, Appendix D UNION COUNTY GOVERNMENT IFB POTABLE WATER SERVICE COMPONENTS Pg 14

16 7 BID AWARD 7.1 Application of North Carolina General Statutes The General Statutes of North Carolina regarding purchasing and competitive bidding (G.S ) are made a part herein and will govern the bidding process as applicable. 7.2 Award of Contract The County reserves the right to reject any and all bids, the right to waive informalities, and the right to disregard nonconforming or conditional bids or counter proposals. If the contract is to be awarded, it will be awarded to the lowest responsible bidder whose evaluation by the County indicates that the award will be in the best interest of County. The County shall have a period of 90 days after opening of bids in which to award the contract. The County desires to enter into a one-year initial term, fixed price, variable quantity contract. The contract shall be written to allow two (2) one-year renewals upon mutual agreement between County and selected vendor. Each renewal event shall allow a price adjustment, based on a Consumer Price Index (CPI) agreed upon by both parties, and limited to the amount of the CPI index increase over the previous year. 8 GENERAL CONDITIONS AND REQUIREMENTS 8.1 IFB Expenses Expenses for developing the bids are entirely the responsibility of the vendor and shall not be chargeable in any way to the County. 8.2 Modification or Withdrawal of Proposal Prior to the scheduled closing time for receiving bids, any Vendor may withdraw their bid. After the scheduled closing time for receiving bids, no bid may be withdrawn for 90 days. Only written requests for the modification or correction of a previously submitted bid that are addressed in the same manner as bids and are received by the County prior to the closing time for receiving bids will be accepted. The bid will be corrected in accordance with such written requests, provided that any such written request is in a sealed envelope that is plainly marked Modification of Bid Potable Water Service Components. Oral, telephone, or fax modifications or corrections will not be recognized or considered. 8.3 Equal Employment Opportunity All Firms will be required to follow Federal Equal Employment Opportunity (EEO) policies. Union County will affirmatively assure that on any project constructed UNION COUNTY GOVERNMENT IFB POTABLE WATER SERVICE COMPONENTS Pg 15

17 pursuant to this advertisement, equal employment opportunity will be offered to all persons without regard to race, color, creed, religion, national origin, sex, and marital status, status with regard to public assistance, membership or activity in a local commission, disability, sexual orientation, or age. 8.4 Right of Cancellation Any contract agreement entered into with the County that requires ongoing payments after the end of the fiscal year in which the equipment is purchased is cancelable by the County in the event that continuing funds are not appropriated. 8.5 Minority Businesses (MBE) or Disadvantaged Businesses (DBE) It is the policy of Union County that Minority Businesses (MBEs), Disadvantaged Business Enterprises (DBEs) and other small businesses shall have the opportunity to compete fairly in contracts financed in whole or in part with public funds. Consistent with this policy, Union County will not allow any person or business to be excluded from participation in, denied the benefits of, or otherwise be discriminated against in connection with the award and performance of any contract because of sex, race, religion, or national origin. 8.6 Licenses The successful Contractor(s) shall have and maintain a valid and appropriate business license (if applicable), meet all local, state, and federal codes, and have current all required local, state, and federal licenses. 8.7 Iran Divestment Act Notice for Local Governments in North Carolina Pursuant to G.S , any person identified as engaging in investment activities in Iran, determined by appearing on the Final Divestment List created by the State Treasurer pursuant to G.S , is ineligible to contract with the State of North Carolina or any political subdivision of the State. The Iran Divestment Act of 2015, G.S et seq.* requires that each vendor, prior to contracting with the State certify: 1. That the vendor is not identified on the Final Divestment List of entities that the State Treasures has determined engages in investment activities in Iran; 2. That the vendor shall not utilize on any contract with the State agency any subcontractors that is identified on the Final Divestment List; and 3. That the undersigned is authorized by the Vendor to make this certification. UNION COUNTY GOVERNMENT IFB POTABLE WATER SERVICE COMPONENTS Pg 16

18 9 APPENDIX A - PRICING FORM IFB # Potable Water Service Components MFGR PART # PART NAME & DESCRIPTION COST EACH 3/4" Fittings FORD FB G-NL Ball Corporations 3/4" BALL CORPORATIONS, NO LEAD, VALVE SIZE 3/4", INLET SIZE 3/4", OUTLET SIZE 3/4", AWWA/CC TAPER THREAD INLET BY GRIP JOINT OUTLET FOR CTS $ FORD Y502 Iron Yoke Bar FORD BA94-223W-G-NL Angle Yoke Ball Valves FORD HHS NL Straight Dual Check Valves 5/8" X 3/4" YOKE BAR $ 3/4" ANGLE YOKE BALL VALVES, NO LEAD, VALVE SIZE 3/4", SERVICE LINE SIZE AND TYPE 3/4" GRIP JOINT/CTS, METER SIZE 5/8" X 3/4" & 3/4" $ 3/4" STRAIGHT DUAL CHECK VALVES, NO LEAD, VALVE SIZE 3/4", METER INLET SIZE 5/8" X 3/4" & 3/4", OUTLET SIZE AND TYPE 3/4" FIP $ FORD C44-33-G-NL CTS Straight Coupling FORD T G-NL Grip Joint Tees FORD C84-33-G-NL CTS x MIP Straight Coupling FORD PTM-1-NL IPS x MIP Ribbed Insert 3/4" CTS STRAIGHT COUPLING, NO LEAD, GRIP JOINT X GRIP JOINT 3/4" GRIP JOINT TEES, NO LEAD, BOTH ENDS 3/4" CTS X 3/4" CTS, SIDE OUTLET 3/4" CTS 3/4" CTS X MIP STRAIGHT COUPLING, NO LEAD, MALE IRON PIPE END SIZE 3/4", CTS END SIZE 3/4" 3/4" IPS X MIP RIBBED INSERT, NO LEAD, 3/4" MALE IRON PIPE THREAD TO 3/4" RIBBED INSERT FOR PE PIPE $ $ $ $ FORD FB G-NL Ball Corporations 1" Fittings 1" BALL CORPORATIONS, NO LEAD, VALVE SIZE 1", INLET SIZE 1", OUTLET SIDE 1", BODY OUTLET THREADS 1" FLARE COPPER, AWWA/CC TAPER THREAD INLET BY GRIP JOINT OUTLET FOR C $ FORD Y504 Iron Yoke Bar FORD BA G-NL Angle Yoke Ball Valves FORD HHS NL Straight Dual Check Valves FORD C44-44-G-NL CTS Straight Coupling 1" YOKE BAR 1" ANGLE YOKE BALL VALVES, NO LEAD, VALVE SIZE 1", SERVICE LINE SIZE AND TYPE 3/4" GRIP JOINT/CTS, METER SIZE 1" 1" STRAIGHT DUAL CHECK VALVE, NO LEAD, VALVE SIZE 3/4", METER INLET SIZE 1", OUTLET SIZE AND TYPE 1" FIP 1" CTS STRAIGHT COUPLING, NO LEAD, GRIP JOINT X GRIP JOINT $ $ $ $ The County desires Ford Meter Box Company products but will accept bids for materials that meet the same AWWA, ASTM, ASF/ANSI standards and certifications. IF PROVIDING OTHER THAN FORD PARTS, identify the manufacturer for each part. Total Bid: Company Name: UNION COUNTY GOVERNMENT IFB POTABLE WATER SERVICE COMPONENTS Pg 17

19 10 APPENDIX B - BID SUBMISSION FORM IFB # Potable Water Service Components This Proposal is submitted by: Provider Name: Representative (printed): Representative (signed): Address: City/State/Zip: Address: Telephone: (Area Code) Telephone Number Facsimile: (Area Code) Fax Number It is understood by the Proposer that Union County reserves the right to reject any and all Proposals, to make awards according to the best interest of the County, to waive formalities, technicalities, to recover and rebid this IFB. Proposal is valid for one hundred and eighty (180) calendar days from the Proposal due date. Proposer Date Authorized Signature Please type or print name UNION COUNTY GOVERNMENT IFB POTABLE WATER SERVICE COMPONENTS Pg 18

20 11 APPENDIX C ADDENDUM RECEIPT AND ANTI-COLLUSION IFB # Potable Water Service Components Please acknowledge receipt of all addenda by including this form with your Bid. Any questions or changes received will be posted as an addendum on and/or It is your responsibility to check for this information. ADDENDUM # DATE ADDENDUM DOWNLOADED I certify that this bid is made in good faith and without collusion with any other offeror or officer or employee of Union County. (Please Print Name) Date Authorized Signature Title Address Company Name UNION COUNTY GOVERNMENT IFB POTABLE WATER SERVICE COMPONENTS Pg 19

21 12 APPENDIX D IRAN DIVESTMENT CERTIFICATE IFB # Potable Water Service Components Name of Vendor or Bidder: IRAN DIVESTMENT ACT CERTIFICATION REQUIRED BY N.C.G.S. 143C-6A-5(a) As of the date listed below, the vendor or bidder listed above is not listed on the Final Divestment List created by the State Treasurer pursuant to N.C.G.S A-4. The undersigned hereby certifies that he or she is authorized by the vendor or bidder listed above to make the foregoing statement. Signature Date Printed Name Title Notes to persons signing this form: N.C.G.S. 143C-6A-5(a) requires this certification for bids or contracts with the State of North Carolina, a North Carolina local government, or any other political subdivision of the State of North Carolina. The certification is required at the following times: When a bid is submitted When a contract is entered into (if the certification was not already made when the vendor made its bid) When a contract is renewed or assigned N.C.G.S. 143C-6A-5(b) requires that contractors with the State, a North Carolina local government, or any other political subdivision of the State of North Carolina must not utilize any subcontractor found on the State Treasurer s Final Divestment List. The State Treasurer s Final Divestment List can be found on the State Treasurer s website at the address and will be updated every 180 days. UNION COUNTY GOVERNMENT IFB POTABLE WATER SERVICE COMPONENTS Pg 20