I N V I T A T I O N T O B I D City and Borough of Wrangell Premanufactured Restroom

Similar documents
City of Jacksonville Finance Department

Invitation for Bid. City of Urbana, Ohio. Restroom/Storage Facility Melvin Miller Park 731 Children s Home Road, Urbana, OH 43078

INVITATION TO BID CITY OF HOPKINSVILLE

Spring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings

REQUEST FOR PROPOSAL WAYFINDING SIGN DESIGN AND FABRICATION FOR THE CITY OF SALIDA, COLORADO

INVITATION FOR BID Medical Supplies 2016

CNP Bid Refer to Bid# CNP Equipment-2018

Request for Quote (RFQ) Labor and Materials. for. Playground Installation. Lake St Catherine State Park Poultney, Vermont

I INVITATION TO BID FLOORING MATERIALS Fort Morgan Public Library

INVITATION FOR INTERNATIONAL BID Tender. No. NCSC-0010/17

TXMAS CUSTOMER INFORMATION

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

INVITATION FOR BIDS. Office Trailer (CIP# ABD1903)

Measure. As per attached specifications in Appendix A Subtotal HST Total

Architectural Services

Request for Bids Capital Region Airport Authority

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

CITY OF HOPKINSVILLE

BID NO FOOD SERVICEE

PROJECT MANUAL for Phantom Canyon Tunnel Repair Project. Location On Fremont County Road miles North of Intersection US Highway 50 with FCR 67

Date: November 30, Company: THE UNIVERSITY OF SOUTHERN MISSISSIPPI is considering the purchase of the following item(s). We ask that you submit

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016.

REQUEST FOR BID MULTI-PURPOSE PAPER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2014-B07

CITY OF CHARLOTTETOWN REQUEST FOR QUOTATIONS TRAFFIC SIGNALS - POLES AND ARMS

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT INVITATION FOR BIDS ( IFB )

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

Whatcom County Invitation to Bid Bid 17-45

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

SPECIFICATIONS FOR TENDER # SUPPLY OF EXTERIOR RENOVATIONS GATEWAY COTTAGES UNITS 1-20 PORT AUX BASQUES FOR WESTERN HEALTH

Farmington Public Schools 2015 Bond Issue Bid Package 9- Beechview & Kenbrook Elementary School Remodeling Project Wednesday, January 24, 2018

TOWN OF GRAND FALLS-WINDSOR

Request for Quotation: S&E Door replacement

DEAN + TYLER + BURNS ARCHITECTURE

TOWN OF GRAND FALLS-WINDSOR

Instructions. Specifications. For. Water Treatment Plant Chemical Bid

SEMINOLE TRIBE OF FLORIDA

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum.

Town of Skowhegan BOAT

City of Jonesboro Invitation to Bid - Not an Order P.O. Box South Church St. Room 421 (72401) Purchasing Office Jonesboro, Arkansas 72403

REQUEST FOR PROPOSAL INVENTORY MANAGEMENT SYSTEM

Revised BID FOR UPGRADES AND REPAIRS TO BULK DOCK 2 MARINE STRUCTURES PORT OF CORPUS CHRISTI AUTHORITY

INVITATION FOR BID Bid #872 - Printing Services

THE CITY OF MT. PLEASANT, MICHIGAN

INVITATION TO BID CITY OF HOPKINSVILLE

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS VEHICLE BID UNIVERSITY OF MAINE AT AUGUSTA RFB # 30-10

INVITATION FOR BIDS For a Forklift (CIP# AEQ1902)

DESCRIPTION. BID Gasoline and Diesel Fuels

Colour Plotter / Scanner

REQUEST FOR BID. PURCHASE AND INSTALL OF 3 GATE OPERATORS AND GATES FOR THE NORTHWEST ARKANSAS REGIONAL AIRPORT February 18, 2019

TERMS AND CONDITIONS OF THE INVITATION TO BID

603 Summit Avenue, Suite 102 Greensboro, N.C Voice/FAX (336)

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

INVITATION FOR BIDS IFB NO FOR CDCA BATHROOMS/KITCHEN UPDATES. Dr. Julius R. Scruggs, Pastor

Steve A. Kent Purchasing Agent (870)

Hardin County Water District No. 2 Invitation to Bid for Treatment Chemicals

Invitation for Bid No Package Contents

NO. 1 TO THE DRAWINGS AND THE PROJECT MANUAL. PROJECT NAME: Anna High School Additions and Renovations. CLIENT NAME: Anna ISD. LOCATION: Anna, Texas

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTE ( RFQ )

Parish of Ascension Project Management ADDENDUM #1 NOTICE TO BIDDERS/ QUOTE

BID PROPOSAL FORM C.I.P. NO PROJECT: VETERANS PARK SHOOTING RANGE LEAD ABATEMENT/DEMO

Request for Proposal # 1703 Water Damage Repair of Murray Mansion

ENGINEERING BUILDING ROOF REPLACEMENT

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

PIP ARS08111 Standard Steel Doors and Frames Supplier Specification

Hardin County Water District No. 2 Invitation to Bid

Invitation for Bids # Potable Water Service Components

ITB-DOT-17/ ER EXHIBIT A Scope of Work Remodeling of the Restrooms at Fort Myers Operations Center


BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

ADVERTISEMENT FOR BIDS

131 Stanley Ave. #100 PO Box 129 Estes Park, CO Fax:

One One Ton Regular Cab 4x4 2 Door Truck Transportation, Infrastructure & Energy

INVITATION FOR BID BID #1037 Parka and Softshell Coats

CITY OF OVERLAND PARK, KANSAS RECREATION SERVICES DEPARTMENT GOLF DIVISION SYKES/LADY OVERLAND PARK GOLF CLUB INSTRUCTIONS TO BIDDERS

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

The Home Depot U.S.A., Inc. Instructions to Bidders

revisions to project manual Bid Form: Added deduct alternate 07. Refer to written responses below for explanation.

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

REQUEST FOR PROPOSAL NO. 1004/KB/08 For INFORMATION TECHNOLOGY SERVICES ADDENDUM NO. 2

Procurement Department Bid Office Customer Center 1 st Floor, Room W. Church Street Jacksonville, Florida 32202

City of Eagle Point 2017 Paving Instruction to Bidders

Allegany College of Maryland Softball Field Murphy & Dittenhafer Project No Willowbrook Road, Cumberland, MD 21502

COMPLETE REVISION November Process Industry Practices Architectural. PIP ARS08111 Standard Steel Doors and Frames Supplier Specification

DATE: December 15, 2009 BID NO.: FWC 09/ CALENDAR OF EVENTS-BID OPENING DATE CHAGED FROM DECEMBER 18, 2009 to DECEMBER 22, 2009 AT 3:00 PM

REQUEST FOR PROPOSALS

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

Supply and Delivery of Boltless Metal Shelving Units

ADVERTISEMENT FOR BIDS

All proposals will be evaluated by a district committee. The following criteria/weighting will be used to evaluate each proposal:

Invitation for Bid. Passenger Vehicles for Oahu Region. IFB No. HHSC FY

SEQUOIA UNION HIGH SCHOOL DISTRICT

1. Revise Section Alternates, 2.1.A.1 and 2.1.A.2 to include the following.

INVITATION FOR BID December 11, 2018

Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion

Please include a business card with updated contact information in the packet.

CITY OF ADA, PURCHASING 512 North Stockton Street Ada, Oklahoma / x256 Fax 580/ BID NOTICE

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

ABERDEEN SCHOOL DISTRICT NO South Third Street Aberdeen, SD 57401

Transcription:

Overview The (CBW) requests sealed bids from interested and qualified firms to provide a, on a one-time basis. Supplier shall furnish all labor, materials, tools, and equipment necessary for supplying the premanufactured restroom complete with all accessories described herein. Delivery shall be based on FOB Seattle dock. Instructions to Bid 1. Bidders should prepare a bid for materials they are willing to provide the City and Borough of Wrangell from the list provided on the Bid Schedule found herein. Each line should include a unit price and an extended price. Materials should include a full description and brand name of the material being offered. All prices should be FOB Port of Seattle, Washington. The Bid Schedule shall acknowledge any and all Addenda. 2. Bids must be typewritten or completed with pen and ink, signed by the vendor or their authorized representative, with all erasures or corrections initialed and dated by the official signing the bid schedule. Bidders are encouraged to review carefully all provisions of this document prior to completion. Each bid constitutes an offer and may not be withdrawn except as provided herein. Prices are to remain firm for a sixty (60) day period. 3. Submit bids plainly marked with Bid for, City and Borough of Wrangell, Bid Date May 31, 2012, 2:00 p.m. 4. Sealed bids shall be mailed or hand delivered as follows, in sufficient time to ensure receipt by the on or before May 31, 2012, 2:00 p.m. Prevailing Time. (a) Mailing Address:, P.O. Box 531, Wrangell, AK 99929 (b) Hand Delivery Address:, 205 Brueger St., Wrangell, AK 99929 No bids will be received or accepted after May 31, 2012, 2:00 p.m. Prevailing Time. Bids submitted after the designated date and time will be deemed invalid and returned unopened to the Bidder. The is not responsible for lost or misdirected mail. It is the Bidder s responsibility to ensure no late bid is submitted. No bid may be withdrawn within sixty (60) days after the proposal opening and bids shall remain firm through the period. Page 1

Standards for Acceptance of Bid for Awarded Contract The reserves the right to waive any informality, to reject any and all bids, to evaluate all bids, to accept portions of any bid and to accept any bid which in its opinion may be in the best interest of the. The City and Borough of Wrangell reserves the right to modify the contract after its award. General Terms and Conditions 1. Specifications: Any obvious error or omission in specifications shall not be to the benefit of the Bidder but shall put the Bidder on notice to inquire of or identify the same from the. Whenever mention is made of any article, material, or workmanship to be in accordance with laws, ordinances, codes, underwriter s codes, A.S.T.M. regulations or similar expressions, the requirements of these laws, ordinances, etc., shall be construed to be the minimum requirements of these specifications. 2. Delivery Point: All items shall be bid based on delivery FOB port of Seattle, Washington. Delivery cost shall be included in the bid price. 3. Delivery Time: All items shall be received at the Delivery Point no later than October 1, 2012. 4. Preparation for Delivery: Packing Packing shall be accomplished in accordance with acceptable commercial practices for export shipments. The vendor shall make shipments using the minimum number of containers consistent with the requirements of safe transit. It shall be the vendor s responsibility to determine that packing is performed as adequate to assure that all the materials shall arrive at destination in an undamaged condition, ready for its intended use. Marking All packages shall be identified with the City and Borough of Wrangell s Name and Purchase Order Number. Sealed packing lists must be affixed to all shipping pieces, showing its content. Prices to be Firm Bidder warrants that bid prices, terms, and conditions quoted in their bid will be firm for acceptance for a period of sixty (60) days from the bid opening date. Page 2

Description of Materials Bids for materials and supplies should include a complete description, manufacturer s name, and manufacturer s part number. Completeness All information required by this Invitation to Bid must be completed and submitted in order to constitute a proper bid. Only fully responsive bids will be considered. Quality All materials used for the manufacture or construction of any materials or equipment covered by this bid shall be new, of the latest model, of the best quality, and of the highest grade workmanship. It is the Bidder s responsibility to prove to the that each bid item is equal to the grade or quality of material specified. Acceptance of Material The successful Bidder shall submit one full copy of complete manufacturer s data for all restroom components. Manufacturer s concrete test results and warranties shall also be submitted for review and approval prior to releasing the restroom unit for fabrication. Exterior colors shall be selected from manufacturer s full range of colors. The materials delivered under this bid shall remain the property of the Bidder until a physical inspection and actual usage of this material and/or services is made and therefore accepted to the satisfaction of the. Guarantee/Warranty The Bidder shall unconditionally warranty the materials and workmanship for one year from the date of delivery. If, within the guarantee period any structural or component defects occur, which are due to faulty material or workmanship, the Bidder shall, at their expense, repair or adjust the condition, or replace the material, to the complete satisfaction of the City and Borough of Wrangell. Page 3

Compliance with Specifications Terms and Conditions: The Invitation to Bid, Legal Advertisement, General Conditions, Instructions to Bidder, Specifications, Special Conditions, Vendor s Bid, Addendum, and/or any other pertinent documents form a part of this bid and by reference are made a part hereof. Performance of Contract The performance requirements of the contract stipulate that delivery of the goods to the delivery point shall be no later than October 1, 2012. Deliveries made after this date will be assessed liquidated damages in the amount of $200 per calendar day for late delivery. Bid Acceptance and Award of Contract Award of a contract, if awarded, will be on the basis of materials and equipment described in the Invitation to Bid and will be made to the lowest responsive Bidder whose bid complies with all requirements prescribed. If the elects to advertise this Project with a Base Bid and Additive or Deductive Alternates, the may elect to award the contract for the Base Bid or the Base Bid plus one or more Alternates, as selected by the City and Borough of Wrangell. In either case, the award shall be made to the responsive Bidder offering the lowest total bid for the work to be awarded. Invoices should be mailed to the following address P.O. Box 531 Wrangell, Alaska 99929 Attn: Accounts Receivable Payment Terms- Net 30 Days after invoice date and acceptance of goods Point of Contact Amber Al-Haddad, Project Manager, Tel: 907-874-3494, Fax: 907-874-2699 Email: wrgpm@wrangell.com Page 4

Specifications 1. General: The premanufactured restroom is specified as the Ozark II, 10-6 x 18-8, modified toilet/office building, as manufactured by CXT Incorporated, Spokane, Washington, or equal. 2. Finishes: a. The upper exterior wall texture shall be of barnwood horizontal lap siding and the lower exterior wall texture shall be of stone. b. The exterior roof texture shall be simulated cedar shake. 3. Accessories: a. One set stainless steel plumbing fixtures: flush valve toilet bowl, urinal, lavatory, and faucet. b. One set standard ADA grab bars. c. One 3-roll toilet paper dispenser and soap dispenser. d. Eliminate standard paper towel dispenser. e. One exhaust fan. f. Seven GFI electrical outlets. g. Three floor drains. h. One stainless steel framed mirror. i. Two 16-Gauge Galvanized steel doors and frames. j. One 16-Gauge Galvanized steel door with half-lite fixed window (for office). k. Door hardware shall include lever handles with double cylinder deadbolts. l. One fixed Lexan window. m. One vinyl sliding window (for office). n. One set ADA signs. o. One frost proof hose bib with box. p. Motion controlled interior lights (each space) and photo cell controlled exterior lights (one each building end). q. Marine Package for extra corrosion resistance. r. Two-tone color paint touch-up kit. Page 5

BID SCHEDULE Bid To:, Alaska 1. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the Owner to perform the work as described in the contract documents entitled Invitation to Bid,,. 2. Bidder accepts all of the terms and conditions of the contract documents, including without limitations those in the Invitation to Bid. 3. The Bid will remain open for the period stated in the Invitation to Bid. 4. The Bidder agrees to complete the work required under the contract documents within the time stipulated and accepts payment in full based on the contract price named in the Bid Schedule. 5. Bidder has examined the contract documents in full, including the following Addenda, receipt of which is hereby acknowledged by the undersigned: Addenda No. Date Issued Addendum No. Date Issued 6. The Bidder has read this Bid and agrees to the conditions as stated herein by providing their signature in the space provided below. BASE BID: Quantity Item Price 1 each 10-6 x 18-8 Premanufactured Restoom $ FOB Port of Seattle, Washington Total Base Bid Amount $ Bidder s Name: Bidder s Representative s Signature: Bidder s Address: Bidder s Telephone/Fax Numbers: Bidder s Business License No.: Date: Page 6