CITY OF GAINESVILLE INVITATION TO BID

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

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

DIRECT BID FORMAT OR SUBMISSION QUESTIONS TO THE PURCHASING DEPARTMENT. Columbia, MO 65201

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

Bidding Conditions Attachment C

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

REQUEST FOR QUOTE (RFQ) Track and Field Jump Pits

Request for Proposal Internet Access Columbus Urban League

Request for Bids HYSTER Model H50CT Forklift Truck (or equivalent) Lenawee Intermediate School District (LISD)

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

REQUEST FOR OFFER No Supply and Deliver One (1) New Special Service Vehicle for Nanaimo Fire & Rescue

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

REQUEST FOR PROPOSAL FOR UTILITY TRUCK BOX. Instructions

Department of Finance Procurement Services

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019.

REQUEST FOR PROPOSALS AND STATEMENT OF QUALIFICATIONS IMPACT FEE STUDY

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

INSTRUCTIONS TO BIDDERS

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

Proposals must be received in the Office of the City Manager no later than 2:00 p.m. on December 3, 2018.

Recycling/Roll-off bins/containers for the Solid Waste Division of the Boone County Fiscal Court

City of Portsmouth Portsmouth, New Hampshire REQUEST FOR PROPOSAL

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

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

Stand-up Fork Lift Bid #PR-09-07

FENCING AND FENCE REPAIR

Central Virginia Waste Management Authority Invitation to Bid

Request for Bids on New Garbage Truck

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

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

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

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

REQUEST FOR QUOTATIONS Zero Turn Mower

REQUEST FOR QUOTE RF44-Throwbot XT

Housing Authority of the Cherokee Nation

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

INVITATION FOR BIDS For a Forklift (CIP# AEQ1902)

REQUEST FOR WRITTEN QUOTATION

BIDDING PROCEDURES FOR GOODS PURCHASES

BIDDING PROCEDURES FOR GOODS PURCHASES

INVITATION FOR BID IFB For: Record Storage Services. Notice to Prospective Bidders

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017

Supply and Delivery. Chromebase All-in-One Computers

INVITATION FOR BIDS (IFB)

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

Document B252TM 2007

LIVONIA PUBLIC SCHOOLS FARMINGTON ROAD LIVONIA, MI (734)

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

Request for Quotation (RFQ) for Vehicle. Item - Project Title : Enhancing Rural Livelihoods and Incomes Project -ERLIP

Oxford & Area Trails Association River Philip Bridge Construction, Oxford, N.S Project No.: OATA003 SECTION 1.0 INSTRUCTION TO BIDDERS

Supply and Delivery of Boltless Metal Shelving Units

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

REQUEST FOR QUOTATION (RFQ)

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

CITY OF ELBERTON. Invitation to Bid Bid # Tables and Chairs. Due: January 30, 2007 At 2:00 p.m.

STATE OF RHODE ISLAND OFFICE OF THE GENERAL TREASURER

INVITATION FOR BID Bid #872 - Printing Services

Request for Bids Capital Region Airport Authority

NOTICE TO BIDDERS FOR

Colour Plotter / Scanner

Understanding Public Bid Law La. R.S. 38:

Answers to Questions

TENDER SPECIFICATIONS

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 23, 2018 UPDATE: JANUARY 29, 2017

CENTRAL VALLEY OPPORTUNITY CENTER INVITATION FOR BIDS FORKLIFT

REQUEST FOR PROPOSAL ALCOHOL/SUBSTANCE ABUSE TESTING, OCCUPATIONAL MEDICINE FOR PRE-HIRE SCREENING, FIT FOR DUTY, AND WORKERS COMPENSATION

REQUEST FOR QUALIFICATIONS CITY ENGINEERING SERVICES

REQUEST FOR PROPOSALS

GREENVILLE CENTRAL SCHOOL P.O. BOX STATE ROUTE 81 GREENVILLE, NY NOTICE TO BIDDERS

TERMS AND CONDITIONS OF THE INVITATION TO BID

Invitation for Bid - Standard Office Furniture / Task Chair

REQUEST FOR QUALIFICATIONS

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

East Africa Trade and Investment Hub

REQUEST FOR PROPOSAL INVENTORY MANAGEMENT SYSTEM

REQUEST FOR QUOTATIONS Crushed Gravel

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017

CITY OF MOBILE. Purchasing Department and Package Delivery: Government Plaza 4th Floor, Room S Government St Mobile, Alabama 36644

Request for Qualifications (RFQ) - NO Engineering Consulting Service

Kenya Integrated Water, Sanitation and Hygiene (KIWASH) Project. Invitation for Bid (IFB) DISP-KIWASH

A Community of Communities REQUEST FOR TENDER CBRM_T SUPPLY NEW TANDEM TRUCK WITH 15.5 DUMP BOX

SUBMIT BIDS TO: Procurement and Contracts University Parkway Building 20E, Room 101 Pensacola, FL 32514

REQUEST FOR QUALIFICATIONS LEGAL SERVICES FOR THE SOUTHEAST OVERTOWN/PARK WEST COMMUNITY REDEVELOPMENT AGENCY RFQ NUMBER 17-01

City of Jacksonville Finance Department

UAF Combined Heat & Power Replacement (CPHR)

Eaton Intermediate School District REQUEST FOR PROPOSAL FOR. Proposal Due Date: Monday March 4th, 2013 at 1:00 p.m.

TABLE OF CONTENTS. INVITATION TO BID thru INSTRUCTIONS TO BIDDERS thru

REQUEST FOR PROPOSALS

DEAN + TYLER + BURNS ARCHITECTURE

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

SPECIFICATIONS FOR TENDER # Wanderguard System SUPPLY OF FOR WESTERN HEALTH

REQUEST FOR PROPOSAL For CEO Search Listening Sessions Bid Number: March 22, 2019

Request for Bids Chatham Community Library Entrance Canopy Replacement

Transcription:

CITY OF GAINESVILLE INVITATION TO BID Bid No. 14044 (4 WD LX Honda Pilot or Nissan Xterra X 4x4) Bid Release: February 4, 2014 Bid Questions Deadline: Bid Due Date: February 11, 2014, 2:00pm February 20, 2014, 2:00pm Postal Return Address: Courier Delivery Address: City of Gainesville City of Gainesville Public Utilities Public Utilities 757 Queen City Parkway, SW 757 Queen City Parkway, SW Gainesville, GA 30501-4358 Gainesville, GA 30501-4358

City of Gainesville Invitation to Bid BID No. 14044 (4 WD LX Honda Pilot or Nissan Xterra X 4x4) Sealed Bids will be received by the City of Gainesville, Public Utilities, 757 Queen City Parkway, SW Gainesville, GA. 30501 until (2:00 PM)., (2/20/14), for the Purchase of - (4 WD LX Honda Pilot or Nisan Xterra X 4x4) OVERVIEW The City of Gainesville, Georgia (Hereafter also referred to as The City ) seeks Bids to provide (Vehicles) for its (Public Utilities Department). The City desires to purchase 1 New 4x4 SUV. Vehicle is expected to be available for use at the Public Utilities Department not later than March 31, 2014 -Estimated BID CORRESPONDENT Upon Release of this Bid, all vendor communications concerning this acquisition must be directed to the Administrative Services Department correspondent listed below: Amy J. Smith City of Gainesville Public Utilities 757 Queen City Pkwy, SW Phone: (770.297.2982) FAX: (770.531.2672) (asmith@gainesville.org) Unauthorized contact regarding the Bid with other Gainesville City employees may result in disqualification. Any oral communications will be considered unofficial and non-binding on the City of Gainesville. Vendor should rely only on written statements issued by the Bid correspondent.

BID QUESTIONS All questions must be submitted in writing to the Bid correspondent named above. Questions must be received by 2:00 p.m., (2/11/14). A list of questions and answers will be provided to all know Bidders and by request. Requests may be made to the Bid correspondent named above. BID RESPONSE DATE AND LOCATION The Administrative Services department must receive the vendors Bid in a sealed envelope, in its entirety, not later than (2:00 pm), Eastern Standard Time in Gainesville, Georgia on (February 20, 2014). Bids arriving after the deadline will be returned unopened to their senders. All Bids and accompanying documentation will become the property of the City of Gainesville and may not be returned. One (1) original and (1) copy of this Bid must be submitted to allow for evaluation. Bids must be clearly marked on the outside of the package: (4 WD LX Honda Pilot or Nissan Xterra X 4x4) - #14044 Vendors assume the risk of the method of dispatch chosen. The City of Gainesville assumes no responsibility for delays caused by any delivery service. Postmarking by the due date will not substitute for actual Bid receipt. Late Bids will not be accepted nor will additional time be granted to any vendor. Bids may not be delivered by facsimile transmission or other telecommunication or solely by electronic means. Bid Schedule: Bid Release: February 4, 2014 Bid Questions Deadline: Bid Due Date: Anticipated Award Date: February 11, 2014, 2:00pm February 20, 2014, 2:00pm February 20, 2014 (subject to final Bid review) WAIVER OF TECHNICALITIES All items must meet or exceed specifications as stated by the City of Gainesville. The City of Gainesville reserves the right to waive any technicalities and to reject or accept any Bid in its entirety or to accept any portion thereof if it is determined that either method results in lower costs, better service, final satisfaction or is otherwise determined to be in the best interest of the City of Gainesville. Award may be made by item number or in total. Determination of best response to Bid will be the sole judgment of the City of Gainesville. Bids shall remain valid for ninety days for the date of Bid opening. BID REJECTION The City of Gainesville reserves the right to reject any or all Bids at any time without penalty.

MODIFICATION OF BIDS Any clerical mistake that is patently obvious on the face of the Bid may, subject to the limitations described below, be corrected upon written request and verification submitted by the Bidders. A nonmaterial omission in a Bid may be corrected if the Administrative Service Department determines that correction to be in the City s best interest. Omissions affecting or relating to any of the following shall be deemed material and shall not be corrected after Bid opening: (1) Price Information; and (2) Any required Insurance WITHDRAWAL OF BIDS Bids may be withdrawn at any time prior to the Bid opening. After Bids have been publicly opened, withdrawal of a Bid shall be based upon the following: The Bidders shall give notice in writing of his claim of right to withdraw his Bid due to an error within two business days after the conclusion of the Bid opening procedure. Bids may be withdrawn from consideration if the price is substantially lower than the other Bids due solely to a mistake therein, provided the Bid was submitted in good faith, and the mistake was a clerical mistake as opposed to a judgment mistake, and was actually due to an unintentional arithmetic error or an unintentional omission of a quantity of work, labor or material made directly in the compilation of the Bid, which unintentional arithmetical error or unintentional omission can be clearly shown by objective evidence drawn from inspection of original work papers, documents and materials used in the preparation of the Bid sought to be withdrawn. The Bidder s original work papers shall be the sole acceptable evidence of error and mistake if he elects to withdraw his Bid. If a Bid is withdrawn under the authority of this provision, the lowest remaining responsive Bid shall be deemed to be the low Bid. BIDDERS RESPONSIBILITY When determining whether a Bidder is responsible, or when evaluating a Bid, the following factors may be considered, any one of which will suffice to determine whether a Bidders is responsible or the Bid is the most advantageous to the City: The ability, capacity and skill of the Bidders to perform the contract or provide the equipment and/or service required. The character, integrity, reputation, judgment, experience and efficiency of the Bidders. Whether the Bidders can perform the contract within the time specified. The quality of performance of previous public and private contracts or services, including, but not limited to, the Bidder s failure to perform satisfactorily or complete any written contract. The City s termination for default of a previous contract with a Bidder, within the past three years, shall be deemed to be such a failure. The previous and existing compliance by the Bidders with laws relating to the contract or service. Evidence of collusion with any other Bidders, in which case colluding Bidders will be restricted from submitting further Bids on the subject project or future Bids, for a period not less than three years.

The Bidders has been convicted of a crime of moral turpitude or any felony, excepting convictions that have been pardoned, expunged or annulled, whether in this state, in any other state, by the United States, or in a foreign country, province or municipality. Bidders shall affirmatively disclose to the City all such convictions, especially of management personnel or the Bidders as an entity, prior to notice of award or execution of a contract, whichever comes first. Failure to make such affirmative disclosure shall be grounds, in the City s sole option and discretion, for termination for default subsequent to award or execution of the contract. If the Bidders will be unable, financially or otherwise, to perform the work. At the time of the Bid opening, the Bidder is not authorized to do business in the Georgia, or otherwise lacks a necessary license, registration or permit. Any other reason deemed proper by the City. NON-ENDORSEMENT As a result of the selection of a vendor to supply products and/or services to the City of Gainesville, the City of Gainesville is neither endorsing nor suggesting that the vendor s product is the best or only solution. The vendor agrees to make no reference to the City of Gainesville in any literature, promotional material, brochures, sales presentation or the like without the express written consent of the City of Gainesville. PROPRIETARY BID MATERIAL Any information contained in the Bid that is proprietary will be neither accepted nor honored. All information contained in this Bid is subject to public disclosure. RESPONSE PROPERTY OF THE CITY OF GAINESVILLE All material submitted in response to this request become the property of the City of Gainesville. Selection or rejection of a response does not affect his right. NO OBLIGATION TO BUY The City of Gainesville reserves the right to refrain from contracting with or purchasing from any vendor. The release of this Bid does not compel the City of Gainesville to purchase. COST OF PREPARING BIDS The City of Gainesville is not liable for any cost incurred by vendors in the preparation and presentation of Bids and demonstrations submitted in response to this Bid. NUMBER OF BID COPIES REQUIRED Vendors are to submit (1) original Bid and (1) copy. ADDENDA Bidders are responsible to check the City of Gainesville s website for the issuance of any addenda prior to submitting a Bid. The address is http://www.gainesville.org/purchasing

BID AWARD AND EXECUTION The City will select the Bid that, in its sole discretion, is the most responsive and responsible Bid to the City. The City reserves the right to make any award without further discussion of the Bid submitted; there may be no best and final offer procedure. Therefore, the Bid should be initially submitted on the most favorable terms the vendor can offer. The specification may be altered by the City of Gainesville based on the vendor s Bid and an increase or reduction of services with the manufacturer may be negotiated before Bid award and execution. LOCAL VENDOR PREFERENCE Local Vendor means a bidder or offeror which operates and maintains a brick and mortar business, i.e. a physical business address, within the city limits of the City of Gainesville, has a current business license, has paid in full all real and personal taxes owed the City, is considered a vendor in good standing with the City and can obtain an active vendor status. A local vendor may receive an opportunity to match for purchases, bids, Bid or contracts over $20,000 and less than $100,000. The local vendor may be given an opportunity to match the lowest price Bid, if the quotation or bid of the local vendor is within 3% of the lowest price Bid by a non-local vendor. In the event a local vendor matches the lowest price Bid, including all other terms, quality, services and conditions, then the local vendor shall be awarded the contract. In the event the price Bid of more than one local vendor is within 3% of the lowest overall price Bid of a non-local vendor, the local vendor with the lowest Bid will be given the first opportunity to match the lowest overall price Bid. If this local vendor declines to match the price Bid, then the local vendor with the next lowest bid within 3% will be given the opportunity to match the lowest Bid. This process will continue with all local vendors having Bid within 3% of the lowest overall bid by a non-local vendor. Policy to be stated. This policy shall be so stated in all applicable solicitations. Exemptions. This provision does not apply to public works construction projects or road projects pursuant to the laws of the State of Georgia (O.C.G.A 36-91 or 32-4). BID REQUIREMENTS/EVALUATION CRITERIA The City will evaluate all written submittals. It is incumbent upon the Bidders to demonstrate within their Bids how each requirement will be satisfied. All Bids must meet the specification as outlined in this Bid. The City reserves the right to investigate the qualifications and experience of the Bidders, or to obtain new Bids. Bids not sufficiently detailed or in an unacceptable form may be rejected by the City. Dates and documentation included in the Bid become public information upon opening the Bids. Interested firms must follow the process outlined in the following pages in submitting their Bid. The following criteria, not listed in order of importance, will be used to evaluate Bids. Terms, condition and pricing of purchase or lease agreement. Cost of amenities available for the product(s).

City of Gainesville INVITATION TO BID Bid No. 14044 (4 WD LX Honda Pilot or Nissan Xterra X 4x4) Bid Certification Bidders must return the following certification with their Bids. With my signature, I certify that I am authorized to commit my firm to the Bid and that they information herein is valid for 90 days from this date. I further certify that all information presented herein is accurate and complete and that the scope of work can be performed as presented in this Bid upon the City s request. Bidders Signature Date Name (printed) Title Unofficial Witness Signature Date Name (printed) Title Company Address Phone Fax Email Address Notary Public Commission Expires:

City of Gainesville INVITATION TO BID Bid No. 14044 4 WD LX Honda Pilot or Nissan Xterra X 4x4 Bid Certification This form must be completed and signed for bid to be considered. Postal Return Address: Courier Delivery Address: City of Gainesville City of Gainesville Public Utilities Office Public Utilities Office 757 Queen City Pkwy, SW 757 Queen City Pkwy, SW Gainesville, GA 30501 Gainesville, GA 30501 Bid Response: (1) : Year / Make / Model Bid Total: Price: $

Bid No. 14044 (4 WD LX Honda Pilot or Nissan Xterra X 4x4) (Check One Only) Color: White yes no exc Brakes: Front Vented Disc Brakes / rear vented disc brakes 4-wheel Anti-lock braking system w/g-sensor yes no exc Engine Equipment: HD Battery with run Down Protection yes no exc Transmission Oil Cooler Engine: 4.0L, 6 Cylinder yes no exc Transmission: Heavy Duty Automatic yes no exc Steering: Power Steering yes no exc Windows & Locks: Power yes no exc Parking Brakes: Standard for Unit Proposed yes no exc Wheels and Tires: Diameter-16 x 7 or 17 yes no exc 7.50 steel wheels and all -season tires to include spare tire Glass: Tinted Glass-All Windows yes no exc Rubber Floor Mats yes no exc Bumper Equipment: Full Width Front Bumper with Tow yes no exc Hooks, Rear Bumper-Step Style with Pad w/class III trailer hitch Air Conditioning/Heater: All Weather Air Conditioning & yes no exc Fresh-Air Heating System Turn Signals: Standard yes no exc Rear View Mirrors: Driver & Passenger Power Black yes no exc Folding Outside Mirrors Radio: Standard AM/FM yes no exc Manuals: One Complete Set Shop/Service Manual-Either Printed yes no exc or Computer Disc General: All Equipment Listed in manufacturer s Literature as yes no exc Standard Equipment Shall be Furnished, Unless Specifically Exempted in These Specifications. Manufacturer s Descriptive Literature Shall Be Submitted with Bid. Please Provide Written Warranty with Bid.

C. EXCEPTIONS It is the vendor s responsibility to carefully examine each item of the specifications. Failure to respond to each item of the specifications - comply: yes / no / exc - could cause this response to be rejected without review as nonresponsive. All variances, no responses, exceptions and/or deviations should be explained by item no., in the following spaces provided: