CITY OF GAINESVILLE INVITATION TO BID

Similar documents
Chapter 8. Competitive Sealed Bidding: Addenda, Modifications, and Withdrawals

TOWN OF LINCOLN INVITATION TO BID 2018 TOWN CALENDAR RFP #

Invitation For Bid IFB 2895

COUNTY OF TANEY, MISSOURI

County Tax Sale PLEASE MARK YOUR ENVELOPE "SEALED BID # RETURN ONE (1) ORIGINAL AND THREE (3) COPIES TO:

REQUEST FOR PROPOSAL. Request Number

Fred Maxon Gail VanLinder Mary Watson Purchasing Director Purchasing Clerk Purchasing Clerk

Town of Manchester, Connecticut. General Services Department. Request for Qualifications Approved Real Estate Appraiser List RFQ No.

City of Hays Request for Proposals

Chapter 5. Competitive Sealed Bidding: Procedure

REQUEST FOR PROPOSALS (RFP) FOR THE SALE OF REAL PROPERTY BY THE VILLAGE OF STICKNEY, ILLINOIS. Village Of Stickney. Attn: Office Of The Village Mayor

INVITATION FOR BID Bid # 1021 EMS Ballistic Vests

Proposals are due by November 6, 2013 at 2 pm and will be considered for award by the Board of Selectmen on November 13, 2013.

230.2 Procurement Thresholds (Goods and Non-Professional Services)

CARLSBAD MUNICIPAL SCHOOLS INVITATION TO SUBMIT SEALED BID. BID # SAXON PHONICS NIGP Code: 78587

REQUEST FOR PROPOSAL MV COMBERMERE COMMUNITY CENTRE ACCESSIBLE LIFT SYSTEM For The Corporation of the Township of Madawaska Valley

INVITATION TO BID CITY OF WINSTON-SALEM

Broken Arrow Public Schools Independent School District NO S Main Street Broken Arrow, OK Phone (918)

Chapter 11. Competitive Negotiation: Procedure

CHAPTER 304 TOWN OF SCARBOROUGH PURCHASING POLICY

INVITATION FOR BID ROANOKE REGIONAL AIRPORT COMMISSION. January 29, 2019 at 2:00 P.M. in person, or by mail/carrier

PERRY CITY UTAH REQUEST FOR PROPOSALS REAL ESTATE BROKER SERVICES

GOOCHLAND COUNTY REQUEST FOR QUOTATION LANDSCAPE ARCHITECTURE DESIGN SERVICES

Town of North Castle New York REQUEST FOR PROPOSALS REAL ESTATE BROKER SERVICES

Request for Proposal. for a. Merchant Services

INVITATION TO BID. Outdoor Slide with Trailer for use at the North Little Rock Parks and Recreation Funland Amusement Park

INFORMATION FOR VENDORS DOING BUSINESS WITH THE CITY OF CORAL SPRINGS, FLORIDA FINANCIAL SERVICES DEPT

ADDENDUM NO. 4. Modification to Part I, Section 2.0, Item J of the Project Book

Chapter 9. Competitive Sealed Bidding: Evaluating Bids

THE TOWN OF BANCROFT REQUEST FOR PROPOSAL (RFP) COMMERCIAL REAL ESTATE BROKERAGE SERVICES

Everett PURCHASING GUIDELINES

PROCUREMENT CODE: What Districts Need to Know

OSWEGO COUNTY PURCHASING DEPARTMENT

FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO /16. Sale of 1978 Mack Fire Truck. BID OPENING: June 10, 2016 at 11:00 a.m.

INVITATION TO BID. Sale of Motor Graders Curry County Road Department Clovis, New Mexico. Invitation to Bid No. 2014/15-04

Town of Caroline. Town Hall Exterior Painting Project

PUTNAM COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSALS

COUNTY OF COLUSA SHERIFF OFFICE

Township of Salisbury Lehigh County, Pennsylvania REQUEST FOR PROPOSALS EMERGENCY SERVICES COMPREHENSIVE REVIEW

N O T I C E T O B I D D E R S

INSTRUCTION PAGE. Definitions

Broken Arrow Public Schools Independent School District NO S Main Street Broken Arrow, OK Phone (918)

Abatement and Management Office Demolition at Parks Place IFB Number

Issue Date: Friday, January 26, Submission Deadline: Friday, March 9, 2018 at 5:00 p.m. CST OVERVIEW:

SEALED BID - REQUEST FOR PROPOSALS # FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS

Town of Waldoboro ADMINISTRATIVE POLICY

CITY OF ROCHESTER, NEW HAMPSHIRE INVITATION TO BID

Project Manual. For. September 26, 2017

INSTRUCTION PAGE. 3. All SBE firms included on SBE utilization plan must complete a Schedule C.

Mountain View Middle School (RRPS Project # ) 4101 Montreal Loop NE, Rio Rancho, NM 87144

REQUEST FOR PROPOSALS REAL ESTATE APPRAISAL SERVICES

NOTICE OF SOLICITATION INVITATION TO BID. Bulloch County Board of Commissioners FY 2018 Computer Equipment Allotment, Statesboro, GA

REQUEST FOR PROPOSALS

THE TOWNSHIP OF SOUTH WEST OXFORD

A. The purpose of this policy is to establish purchasing guidelines. This policy is applicable to all purchasing for the City of Moscow Mills.

REQUEST FOR PROPOSAL RFP # TOC17-001

REQUEST FOR BIDS FOR THE CITY OF MT. JULIET, TN

Teaching today s learners for tomorrow s challenges

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COMMONWEALTH OF KENTUCKY TRANSPORTATION CABINET DIVISION OF RIGHT OF WAY AND UTILITIES INVITATION FOR PROPOSAL/BID

M.G.L. c. 30B Bidding Basics

Charleston County School District. Procurement Services

Prepared by Office of Procurement and Real Property Management. This replaces Administrative Procedure No. A8.215 dated November 2012 A8.

Redevelopment Authority of Allegheny County

Request for Qualifications (RFQ) # On-Call Land Surveying Services November 21, 2018

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Request for Proposals For Outdoor Advertising - Billboards. At the Following Locations. TelPosta Towers: Roof Top on Tower 2 (Kenyatta Avenue)

INDIAN INSTITUTE OF SCIENCE EDUCATION AND RESEARCH(IISER) PUNE SECTION I -NOTICE INVITING TENDER

SURPLUS PROPERTY BID PACKAGE

REQUEST FOR PROPOSALS APPRAISAL SERVICES

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Graphic Design Training Services. office. 301 West Railroad Weslaco, Texas 78596

CITY OF ROCHESTER, NEW HAMPSHIRE INVITATION TO BID

CALL FOR TENDER. Demolition and Removal of Vacant House, Foundation, and Decommissioning of Septic System. Tender AP

Invitation for Sealed Bids

ADMINISTRATIVE SERVICES DEPARTMENT REAL ESTATE DIVISION REQUEST FOR BID (RFB) NUMBER TDR1212 SALE OF TRANSFERABLE DEVELOPMENT RIGHTS

Okinawa Institute of Science and Technology School Corporation Contract Management Stipulations

REQUEST FOR PROPOSALS RFP # Lease of Golf Carts. At the. Sierra Del Rio Golf Course

Special Sale Notices / Real Estate

Pro Flow Dynamics, LLC. Standard Terms and Conditions of Sales

ONLINE BIDDER REGISTRATION FORM INSTRUCTIONS. 1. Read the Terms & Conditions of the auction on page 4 6.

REQUEST FOR PROPOSAL 2017 ASPHALT PAVING SERVICES

Okinawa Institute of Science and Technology School Corporation Contract Management Stipulations

PLEASE QUOTE PRICES FOB DESTINATION TO BE DELIVERED TO ITEM DESCRIPTION/SPECIAL INSTRUCTIONS QTY UNIT PRICE EXTENDED PRICE

Invitation for Bid. Sale of Real Property at Adkins Road

REQUEST FOR PROPOSAL FOR STATION EQUIPMENT AND UPGRADES

Public Notice. Invitation to Bid Precast Concrete Box Culvert Purchase

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid: HYDRATED LIME

ALL PURCHASE ORDERS ARE SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS

SOLICITATION NO: B DS. REQUEST FOR LEASE BIDS RELEASE DATE: April 13, 2015

Charter Township of Redford

INVITATION FOR BIDS For a Lowboy Trailer (CIP# AEQ1702)

Sealed Bid Instructions & Forms

Peninsula Township Requests for Proposal For Tree Removal at a Municipal Site

Request for Proposals (RFP) for. The construction of a new pole barn addition for the AuSable Township Department of Public Works

WEST BLOOMFIELD TOWNSHIP INVITATION TO BID. CDBG MINOR HOME REPAIR CONTRACT PROGRAM YEAR 2014 DEADLINE: Wednesday, September 24 th, 2014 at 2:00 p.m.

Request for Proposal to Develop a Land Use Master Plan

VILLAGE OF MUNDELEIN NORTH LAKE STREET FAÇADE IMPROVEMENT PROGRAM ARCHITECTURAL DESIGN SERVICES

RFP BIDDING INSTRUCTIONS

220 S.E. Green Street Lee s Summit, MO RFP # RE TITLE SIGNATURE PAGE REQUEST FOR PROPOSAL NO.RE

REAL ESTATE AUCTION PARTICIPATION AGREEMENT

Transcription:

CITY OF GAINESVILLE INVITATION TO BID BID No. (14006) (FY 2013 Road Paving Project) Bid Release: (July 8, 2013) Mandatory Pre Bid Date (August 6, 2013) Bid Questions Deadline: (August 9, 2013) Bid Due Date: (August 15, 2013) Postal Return Address: Courier Delivery Address: City of Gainesville City of Gainesville Purchasing Office Purchasing Office P.O. Box 2496 300 Henry Ward Way, Room 103 Gainesville, GA 30503 Gainesville, GA 30501

City of Gainesville Invitation to Bid BID No. (14006) (FY 2013 Road Paving Project) Sealed Bids will be received by the City of Gainesville, Administrative Services Department, 300 Henry Ward Way, STE 103, Gainesville, GA. 30501 until 2:00 pm., (August 15, 2013), for the FY 2013 Road Paving Project. OVERVIEW The City of Gainesville, Georgia (Hereafter also referred to as The City ) seeks Bids to perform the work required for FY 2013 Road Paving Project for its Public Works Department. The City desires to resurface which may include milling, patching, and paving the following street segments: Holly Drive from Green Street to 2 nd intersection with Springway Drive Piedmont Avenue from Holly Drive to Wessell Drive Glenwood Avenue from Memorial Drive to Springdale Drive Glenwood Avenue from Summerfield Terrace to Laurel Lane Burns Place from Burns Drive to Enota Avenue Forrest Lane from Forrest Avenue to Cul de sac Holly Lane from Longview Drive to Holly Drive Osbourne Avenue from Jesse Jewell Parkway to Myrtle Street Monroe Drive from Athens Street to Athens Highway (SR 129)

BID CORRESPONDENT Upon Release of this Bid, all vendor communications concerning this acquisition must be directed to the Administrative Services Department correspondent listed below: Matt Hamby City of Gainesville PO Box 2496, Gainesville, GA. 30503 Phone: (770.535.6899) FAX: (770.535.5636) mhamby@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. MANDATORY PRE-BID MEETING A Mandatory Pre-Bid Meeting will be held at 2:00 pm Eastern Stand Time on (August 6, 2013) in the Public Works Conference Room, City Joint Administration Building located at 300 Henry Ward Way, Gainesville, Georgia, 30503. The doors will be closed precisely at 2:00 p.m. and only those in attendance for the entire meeting will be allowed to bid. BID QUESTIONS All questions must be submitted in writing to the Bid correspondent named above. Questions must be received by 10:00 a.m., (August 9, 2013). A list of questions and answers will be provided to all known 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 (August 15, 2013). 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: FY 2013 Road Paving Project Bid # 14006 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: (July 8, 2013) Mandatory Pre Bid (August 6, 2013) 2:00 pm

Bid Questions Deadline: Bid Due Date: (August 9, 2013 @ 10:00am EST) (August 15, 2013) 2:00 pm EST 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). Bidder Requirements Bidder must provide evidence, satisfactory to the City, of the following insurance requirements: o Owner requires the Contractor to have and maintain the following insurance coverage and indemnification provisions with the City of Gainesville named as an additional insured hereunder. o The Contractor agrees to provide and maintain insurance coverage until the contract is completed and to furnish certificates from its insurance carriers showing that it carries insurance in the following minimum limits: As Listed in the Contract Documents o Proof of Insurance The Contractor shall furnish the Owner with certificates showing the type, amount, class of operations covered, effective dates, and date of expiration of policies. Such certificates shall also contain substantially the following statement: The insurance covered by this certificate will not be cancelled or materially altered, except after thirty (30) days written notice has been received by the Owner. Product Requirements The following specifications are provided as a minimal requirement only. The City will consider any product that meets or exceeds the minimum requirements. Bidders shall provide information regarding the proposed product for evaluation by the City.

As Listed in the Contract Documents Responsibilities of the Bidder The Bidder, at its sole expense shall: Deliver, install, test and adjust product. Provide a warranty as described in the Contract Documents. Provide the required bonds listed in the Contract Documents. Comply with all laws, ordinances, regulations, requirements and rules with respect to the maintenance of the (product). **The City of Gainesville is an equal opportunity owner/employer and will not discriminate against any vendor because of race, creed, color, religion, sex, national origin, or ADA disability status.

City of Gainesville INVITATION TO BID Bid No. (14006) FY 2013 Road Paving Project 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. (14006) FY 2013 Road Paving Project 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 Purchasing Office Purchasing Office P.O. Box 2496 300 Henry Ward Way, Room 103 Gainesville, GA 30503 Gainesville, GA 30501 Bid Response: Price: $ Having read and responded to all attached specifications, the undersigned offers the above quoted prices, terms and conditions. Signed, sealed, and delivered In the presence of: Unofficial Witness (Name of Company) By: (Person authorized to sign binding contract) Title: Notary Public Commission Expires: Attest: (Officer of Company if Corporation) Title: