UTILITIES DEPARTMENT P.O. BOX MYRTLE STREET VALDOSTA, GA

Size: px
Start display at page:

Download "UTILITIES DEPARTMENT P.O. BOX MYRTLE STREET VALDOSTA, GA"

Transcription

1 INVITATION TO BID UTILITIES DEPARTMENT P.O. BOX MYRTLE STREET VALDOSTA, GA BID # FOR: Flow Monitoring Equipment and Service OPENING DATE: November 23, 2016 TIME: 10:00 AM

2 NOTICE TO CONTRACTORS/VENDORS 1. Any prices bid by contractor/vendor on any items offered to the City of Valdosta shall be the price effective at the date of delivery. 2. No delivery date of ASAP (As Soon As Possible) shall be considered acceptable on items that have a maximum delivery date listed in the specifications. 3. The City of Valdosta reserves the right to accept alternate bids on any or all items where maximum delivery date, as listed in the specifications is not met by dealer/vendor. 4. Signature below of authorized agent for dealer/vendor shall constitute recognition and acceptance of all conditions of the sale as listed above. 5. All shipping is to be FOB Valdosta, GA and included in total price unless otherwise stated in the bid document. Contractor/Vendor Authorized Agent

3 GENERAL SPECIFICATIONS It is the intent of these specifications to furnish the City of Valdosta with the following equipment and service, according to the attached. It is clearly understood that the following are minimum specifications and are made in order to show the exact quality through specifications of the equipment proposed. The City of Valdosta reserves the right to accept any or all bids or to choose the bid considered to be in their best interest and to waive any technicalities. The final decision of purchase will be made upon the award of the City of Valdosta Mayor and Council if the item or items total are greater than $25,000. NO BID WILL BE CONSIDERED IF RECEIVED AFTER THE DATE AND TIME SPECIFIED. Please put the Bid Number on the outside of your return envelope.

4 INSTRUCTIONS TO BIDDERS 1. Proposals must contain one (1) original and two (2) hardcopies of the bid package enclosed in a sealed plain envelope, with the bid number written on the outside and endorsed with the title of the proposal, and must be submitted to the City of Valdosta Utilities Department, located at 1016 Myrtle St., Valdosta, GA In the event you choose to mail your proposal, it should be mailed to David Frost, Assistant Utilities Director, Utilities Department, P.O. Box 1125, Valdosta, Ga No bidder will be allowed to withdraw their proposal for any reason whatsoever after the bids have been opened. 3. Bidder must include the following documents with their bid package: a.) Non-Collusion Affidavit. Vendor s written oath in accordance with O.C.G.A. Section (e). This oath must state that the contractor has not acted alone or otherwise to prevent or attempt to prevent competition in bidding by any means and must be signed by appropriate parties as defined by law. b.) E-Verify Form (Notarized). U.S. law requires companies to employ only individuals who may legally work in the United States either U.S. citizens, or foreign citizens who have the necessary authorization. c.) Bid Proposal Form. Complete and enclose the included Bid Proposal Form with your package. No price changes shown on the envelope will be acknowledged. All proposals must be signed in ink by the person, or persons authorized to sign same. d.) Project References. Include up to three (3) references for projects of similar scope. The references shall include, at a minimum, the objectives of the project, and the name and contact information including address for the client s project representative. Featured projects must have been completed within the last five years. 4. Please submit questions related to this bid via to the City s Assistant Utilities Director, David Frost at dfrost@valdostacity.com no later than 5:00 PM on Tuesday, November 15, Questions received after this time cannot be considered. All questions must be communicated only in writing via . Official responses to questions will be posted online at the City s webpage for Bid Opportunities. 5. The specifications represent the minimum general size, capacity and performance characteristics desired in the equipment to be purchased. These requirements are not intended to prevent obtaining fair prices or to eliminate competition, but to insure, if possible, that all bids submitted shall not be subject to correction or alteration after the bid has been filed, opened, and publicly read. In view of an unusual wide disparity in details of design and manufacture, complete descriptive literature and manufacturer s specifications must be submitted on each type of equipment offered. The City of Valdosta reserves the right to evaluate any or all bids, particularly where there is a range in specifications. Special consideration will be given to the ready availability of repair parts and service. 6. Federal or State taxes are not applicable to Georgia Municipalities under the United States Code Title 26 and Georgia Exemption Certificate Number

5 7. It is expressly understood by the bidder that written notice of the award or purchase order by the City of Valdosta will constitute an agreement and consummate the transaction and will serve together with the proposal, the advertisement, these instructions and the detailed specifications, as the entire form of contract between the parties. 8. The bidder agrees that the City of Valdosta reserves the right to reject any or all proposals, or to accept the part of the bid considered to be in the best interest of the City. 9. Specifications referred to as minimum, therefore unless otherwise indicated by the bidder, the City will assume proposals meet or exceed all specifications. 10. The award of the contract will be made to the lowest responsible bidder taking into consideration quality performance and the time specified in the proposals for the performance of the contract. The City of Valdosta reserves the right to reject all bids as appears in its own best interest and to waive technicalities. In cases of a tie, the bid will be awarded to the proposal in the best interest of the City. 11. Upon selection, the Successful Bidder must furnish the following documents: a.) W-9 (Request for Taxpayer Identification Number and Certification) unless one has been submitted within the past year and is on file with the City. b.) Project Schedule 12. BID SCHEDULE A. DEADLINE FOR QUESTIONS: NOVEMBER 15, 2016 B. BID PACKAGE DUE DATE: NOVEMBER 23, 2016 (End of Section)

6 SPECIFICATIONS Procurement of Flow Monitoring Equipment and Continued Service The Vendor shall provide equipment, equipment installation, and services to aid the City of Valdosta, Georgia in conducting sanitary sewer flow and rainfall monitoring. The first year includes the purchase of four wireless flow monitors and two wireless rain gauges. This price also includes equipment purchase, installation, calibration, training, and service for a period of one year. Flow and rain monitoring data will be collected and made available to the City via CD, hard drives, the internet, or any easy to access electronic method. The vendor quote must include the cost for a yearly service agreement to maintain the equipment fully calibrated and operational, as well as provide easy access to data should the City wish to continue the service agreement. Scope of Work The goal is to monitor four (4) sewer basins that are known to have high level of inflow and to determine the impact of ongoing sewer rehabilitation projects. The following locations have been preselected at manholes that have only one pipe in and one pipe out, have no bends, and little change in grade. Upon award the vendor can use alternative locations if approved by the City so long it meets the requirements and offers cost savings. The following are the four locations: Flow monitors End of Woodard Street W Gordon Street between Melody Lane and Remer Lane Lankford Drive between W Gordon Street and Lankford Circle Meadowbrook Drive north of Gornto Road Rain Gages McKey Park Valdosta Police Department Equipment The vendor shall provide specification and information on the proposed equipment. The bid should include the following information and features: Flow monitors: History of the development of the equipment. Meets Class 1, and Division 1 Intrinsically Safe (IS) certification as recommended by the NFPC-820 (National Fire Protection Code) and the 29 CFR (OSHA) for use in hazardous environments such as manholes where gas could be present. Have multiple sensors for redundancy. Antennas for remote data download.

7 Rain gauges Tipping buckets style Antennas and cables for wireless service 1 st Year of Service 1) Initial site location: Confirm the flow monitoring and rain gauge locations during an initial site visit. The City will approve the initial monitor and rain gauge locations prior to installation. 2) Site Investigations: Once the installation sites are identified, field crews shall perform site investigations that comply with Federal standards for confined-space entry. The vendor shall verify the suitability of the location to attain high quality data and notify the City if cleaning efforts are needed or suggest adjacent manholes. 3) Site Reports: Site reports will be generated that illustrate the general location, manhole/pipe characteristics, initial flow measurements, and safety issues. Final site locations will be approved by the City. 4) Flow Monitoring: The vendor shall install four (4) flow monitors and two (2) rain gauges. 5) Monitoring Period: The vendor shall monitor the flows for three hundred sixty five (365) calendar days. 6) Data Collection and Equipment Maintenance: The data will be reviewed for quality assurance and maintenance performed as necessary. Upon a significant rainfall event, the Vendor shall dispatch crews to assure the monitors are still working properly. The vendor shall provide the City with its quality control and quality assurance procedures and results. 7) Data Delivery: The Vendor shall provide the City access to the data through a secured system with options for creating graphs and tables, as well as for downloading. As part of the bid package, the vendor is to provide information and examples of the interface and data delivery method. The information should also explain how the data is kept secure. 8) Engineering Report: The vendor shall provide an annual Engineering Report to the City that analyzes dry weather and wet weather, hydraulic performance, capacity analysis, and recommendation to determine the change inflow and infiltration. The report will document any O&M issues and proposed changes to the monitoring locations. Two hard copies and an electronic copy shall be provided to the City. Follow-on Service Should the city continue its service agreement with the Vendor, steps 1 through 4 for the 1 st Year of Service will be repeated when there is a City-approved change to the monitoring locations. Otherwise, the vendor shall continue with steps 5 through 8 until the City terminates its contract with the Vendor. (End of Section)

8 COST PROPOSAL We/I have examined the specifications and agree to furnish the City of Valdosta with the equipment/services accordingly. Any deviations from the specifications will be marked exception on the bid sheet. We/I propose to furnish the City of Valdosta with said equipment/services for: Delivery, installation, and all other items specified to be included in total price: Unit Price One (1) Flow Monitor: $ Unit Price One (1) Wireless Rain Gauge: $ Total Price Four (4) Flow Monitors: Installation Four (4) Flow Monitors: Total Price Two (2) Wireless Rain Gauges: Installation Two (2) Wireless Rain Gauges: $ $ $ $ 1 st Year of Service: $ Total Price: $ Date: Company Name: Signature: Title: Printed Name: Address: Phone Number: Fax: Is your company currently on any State or Federal Debarment list? Yes No E-Verify Number: Please include a copy in package.

9 NON-COLLUSIVE AFFIDAVIT STATE OF COUNTY OF (Print name), being first duly sworn, deposes and says that he or she is a (Owner, Officer, Agent, etc.) of (Name of Business) who is making the foregoing proposal or bid, that such proposal or bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any bidder or person, to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement, collusion, communication or conference with any person, to fix the bid price of affiliate or of any other bidder, or to fix any overhead, profit or cost element of said bid price, or that of any other bidder, or to secure any advantage against or any person interested in the proposed Contract; and that all statements in said proposal or bid are true. Signature of Bidder Title Subscribed and sworn to before me this day of 201 Signed by: Notary Public (seal) Print Name: My Commission expires:

10 Contract No. and Name: Contractor s Name: GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT AFFIDAVIT City of Valdosta Georgia Contractor Affidavit By executing this affidavit, the undersigned Contractor verifies its compliance with O.C.G.A , stating affirmatively that the individual, firm, or corporation which is contracting with the City of Valdosta, Georgia has registered with and is participating in a federal work authorization program*, in accordance with the applicability provisions and deadlines established in O.C.G.A The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this contract with the City of Valdosta, Georgia, the Contractor will secure from subcontractor(s) similar verification of compliance with O.C.G.A on the Subcontractor Affidavit provided in Rule or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the City of Valdosta Georgia at the time the subcontractor(s) is retained to perform such service. EEV / E-Verify TM User Identification Number BY: Authorized Officer or Agent (Contractor Name) Date of Authorization Date Title of Authorized Officer or Agent of Contractor Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE DAY OF, 201 Notary Public [NOTARY SEAL] My Commission Expires: *any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United Sates Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Contract Act of 1986 (IRCA), P. L