INVITATION FOR BIDS For a Forklift (CIP# AEQ1902)

Size: px
Start display at page:

Download "INVITATION FOR BIDS For a Forklift (CIP# AEQ1902)"

Transcription

1 INVITATION FOR BIDS For a Forklift (CIP# AEQ1902) BID SUBMITTAL DATE, TIME, & LOCATION: August 21, 2:00 PM Mount Pleasant Waterworks Operations Center 1619 Rifle Range Road Mount Pleasant, SC QUESTIONS TO: Brian King, Budget & Procurement Supervisor Financial Services Division Mount Pleasant Waterworks bking@mpwonline.com *MAIL BIDS TO: HAND CARRY BIDS TO: MARK ENVELOPE: Mount Pleasant Waterworks 1619 Rifle Range Road Mount Pleasant, SC Attention: Brian King Mount Pleasant Waterworks 1619 Rifle Range Road Mount Pleasant, SC Forklift Bid Attn: Brian King, Budget & Procurement Supervisor * Respondents mailing bids should allow a sufficient mail delivery period to ensure timely receipt of their bids by Mount Pleasant Waterworks. CIP# AEQ1902 Page 1

2 INVITATION FOR BIDS For a Forklift (CIP# AEQ1902) Mount Pleasant Waterworks (MPW) invites interested vendors to offer formal, Sealed Bids as described herein. GENERAL BIDDING INSTRUCTIONS 1) Vendors must submit two (2) copies of each bid within the time frame indicated for submission. 2) Vendors shall submit their bids, identifying the contents clearly marked on the outside of the envelope Forklift Bid, by the submission deadline to: Brian King, Budget & Procurement Supervisor, Mount Pleasant Waterworks, 1619 Rifle Range Rd., Mount Pleasant, S.C MPW will accept bids until 2:00 p.m. Tuesday August 21, ) MPW shall have a period of thirty (30) days after the opening of bids in which to award the contract to the lowest responsible bidder after taking into consideration servicing capability, workmanship, and a history of satisfactory service. 4) Submission of a bid will be considered as conclusive evidence of the bidder s complete examinations and understanding of the specifications as provided by MPW. 5) Bids for equivalent equipment are acceptable and shall be considered. Bids must include adequate brochures, latest printed specifications, and advertising literature describing the equipment offered in such a fashion as to permit ready comparison with the listed specifications on an item-by-item basis. 6) In the event after award, equipment is delivered to MPW which does not comply with standard approved specifications listed in the bid packet and has not been approved by MPW, the vendor, upon notification, shall immediately remove from the premises any such equipment and replace it in full accordance with the specifications outlined herein. 7) Bids received after the time and date specified will not be considered and will be deemed unresponsive. 8) Any manufacturers names, trade names, brand names, or catalog numbers used in the specifications are for the purpose of describing and establishing quality levels. Such references are not intended to be restrictive. Bids will be considered for any brand that meets or exceeds the quality of the specifications listed for any equipment as deemed appropriate by MPW. CIP# AEQ1902 Page 2

3 9) The capital equipment must be furnished as described and specified, delivered FOB Destination, Freight Prepaid. 10) Prices quoted shall include all discounts to be considered in making the award and shall be net, including delivery to Mount Pleasant Waterworks Operations Center. State and local taxes, as applicable, should be included in the bid price. 11) If a tabulation of bids is desired, please enclose a self-addressed, stamped envelope when submitting sealed bid. No bid tabulations will be faxed. GENERAL TERMS AND CONDITIONS 1) Mount Pleasant Waterworks reserves the right to reject any and all bids in whole or in part and to waive all technicalities as deemed appropriate. 2) Awards shall be made to the lowest responsible bidder who submits a responsive bid, which is most advantageous to MPW. 3) In case of default by the vendor, MPW reserves the right to purchase like equipment on the open market charging the vendor with any additional costs. Should such charges be assessed, no subsequent bids of the defaulting vendor shall be considered until the assessed charges have been satisfied. 4) Unit prices shall govern over extended prices. 5) Bid prices shall reflect all equipment: (F.O.B. Destination, Freight Prepaid). 6) Ambiguous bids, which are uncertain as to terms, delivery, quantity, and/or compliance with specifications, may be rejected or otherwise disregarded. 7) All bids shall be executed and submitted in a sealed envelope. The face of the envelope shall contain the following: a. Forklift Bid b. Bid Date: August 21, 2018 c. Time: 2:00 p.m. d. Attention: Brian King CIP# AEQ1902 Page 3

4 8) Bidders and/or their representatives shall direct all inquiries and all other communications regarding this bid to Brian King. All questions shall be in writing or electronic mail in order to forward the answers to all prospective bidders. No oral answers to bid questions shall be permitted. This shall ensure fairness and give all bidders an equal opportunity to be considered. 9) Any addenda to the bid documents will be issued in writing. No oral statements, explanations or commitments shall be of any effect unless incorporated in the addenda. 10) MPW reserves the right to contact bidders individually for the purpose of clarifying bids and/or request additional information. 11) MPW is not liable for any cost incurred by the bidders in connection with the development and submittal of their bids. 12) In estimating the lowest cost, MPW will consider any of the following in addition to bid price; delivery; quality; service; performance analysis; reference checks of other users of the equipment; location of support operations and size of the support staff in relationship to number of systems being serviced by the staff; and size, fiscal stability and longevity of the providing company. This list is not allinclusive. 13) Bid prices will include all costs related to the delivery and start up of the equipment if applicable. The successful bidder will deliver the equipment to the location specified on the issued Purchase Order. 14) Equipment bid as new shall be new, not used, and subject to the inspection, tests, and approval of MPW. The bidder shall guarantee the materials and workmanship against defect due to faulty materials or faulty workmanship or negligence for the stated period in the warranty. Proposed equipment must perform for the intended purpose for which it is bid. 15) Discussions or communications (written or oral) concerning the bid, the bidders, the bidder s competitors or the award of the bid with members of the Commission shall be basis for disqualification of the affected party s bid. 16) Vendor shall provide training on the equipment as specified. All costs associated with training shall be included as part of the total purchase price. 17) All warranties provided on proposed equipment shall commence once MPW inspects, tests, and accepts equipment as specified in the bid document. 18) A copy of the warranty documents must accompany the bids. 19) A list of all recalls in the last year applicable to the equipment being bid shall be included in the bid. CIP# AEQ1902 Page 4

5 20) All required maintenance as relates to post award warranties, if required, must be stated in the terms and conditions from the supplier in the submitted bid document. The successful vendor must provide a schedule of required maintenance services along with price breakdowns for each service required including labor and materials. Any service required that would void any warranties must be stated in the bid submitted. This information, if required, must be provided in order to determine life cycle costing for the proposed capital equipment purchase. CIP# AEQ1902 Page 5

6 FORKLIFT SPECIFICATIONS Mast Specification 3-stage Maximum fork height 211 Overall lowered height (overhead guard height 85.5 ) Free lift 47.5 with standard load back rest Lift Capacity Base Capacity 17, load center Actual Capacity 16, load center to MFH Tilt Carriage Forks Load Backrest Attachments 6-10 degrees forward and 6 degrees backwards Class IV, 67 carriage Extended forks to 60 x 6 x 2.8 class III 54 high load backrest Mast Side Shift Fork Positioner Require lift/lower controls and tilt controls on separate shifters, as option: include a 3 rd functional lever for horizontal load shifting and hoses Speeds Engine Transmission Steering Additional Equip. Travel speed: 13 mph minimum Lift speed: 90 fpm minimum Industrial Diesel, 4 cylinder, overhead valve/cam, net torque rating (SAE ft-lb): 1,200-1,500 rpm minimum, net horsepower rating (SAE HP): 2,200 rpm minimum, fuel injection, Tier IV Final Emissions w/diesel oxidation catalyst, block heater. Automatic, 2 speed (forward and reverse) Load Sensing Hydrostatic Power Steering w/tilt steering column Strobe light (yellow) Reverse Activated blue light (rear) Back-up alarm Rear assist grip Horn Fire Extinguisher Solid pneumatic tires all CIP# AEQ1902 Page 6

7 Additional Equip. (continued) Safety Warranty Lift Lease Option Quarterly Maintenance Weatherproof Heavy duty, non-slip floor mat Headlights Seat belt Operator Presence Sensing system Electronic Shift and Speed control Low entry step height High visibility overhead guard Please include any built-in safety systems that can warn the operator of a potential unstable longitudinal condition while lifting. 5 year or 10,000 hours whichever occurs first In the event that a rental or lease may be required due to lead times after purchase, please include a weekly/monthly rate. This unit must be able to meet the above specification. Include a proposed price for a quarterly maintenance program. Trade-in Option MPW would also like to trade in our existing 2009 Yale forklift (Model GDP06VXNYSE101) with approximately 103 hours on it. A value, as it pertains to this trade amount, should be entered on the appropriate line of the Bid Pricing Worksheet. MPW reserves the right to accept or reject the trade-in option for the above stated unit. If desired, come to RRRWTP to view and inspect. CIP# AEQ1902 Page 7

8 BID CONSTITUTES OFFER By submitting a bid, the respondent agrees to be bound by all the requirements, terms and conditions set forth in this bid document. A bid containing variations from the requirements, terms and conditions set forth herein may, at the sole discretion of the Commission, may be declared non-responsive. The requirements, terms and conditions set forth in this document will become part of the successful vendors contractual obligations upon award of the contract. The bidder understands that quoted prices are inclusive of all costs and that no additional costs, incidental or otherwise, shall apply. VENDORS FED. ID NUMBER OFFEROR/VENDOR (SEAL) AUTHORIZED SIGNATURE PRINTED SIGNATURE BUSINESS ADDRESS CITY, STATE AND ZIP CODE TELEPHONE NUMBER FAX NUMBER ADDRESS CIP# AEQ1902 Page 8

9 MOUNT PLEASANT WATERWORKS BID PRICING WORKSHEET For a FORKLIFT (CIP# AEQ1902) Pricing: Purchase Amount $ Training ( hours) fee $ Sales Tax $ Delivery Fee $ Other Fees and Charges $ Trade-in Allowance $ Total Purchase Amount $ Quarterly Maintenance Program: Cost per Quarter $ I authorize that all pricing stated in this bid document is correct and binding. Authorized Signature: (SEAL) Printed Signature: Date: / / CIP# AEQ1902 Page 9

10 Mount Pleasant Waterworks Invitation for Bids For the purchase of a Forklift (CIP# AEQ1902) EVALUATION CRITERIA The following is arranged to coincide with our evaluation criteria. Please fill in the spaces with your bid prices, and information. Repair and Parts Cost: Annual Cost of Consumables: $ Expected Equipment Life and Replacement Cost $ Warranty: Length of Warranty on Equipment: months Extended Warranty Options: Cost: Duration: $ months service: Location and number of Support Staff in relationship to number of systems being serviced: Estimated Response Time: Extent of Phone Technical Support Available: CIP# AEQ1902 Page 10

11 Mount Pleasant Waterworks Invitation for Bids For the purchase of a Forklift (CIP# AEQ1902) DEVIATIONS FROM SPECIFICATIONS Please list all deviations from specifications in the space provided below. Please note item number for which you are showing deviations. ITEM DEVIATIONS Company Name Name of Authorized Representative CIP# AEQ1902 Page 11