INVITATION TO BID CITY OF WINSTON-SALEM

Similar documents
New 2017 Fairway Deep Tine Aerifier

REQUEST FOR PROPOSALS

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

TOWN OF LINCOLN INVITATION TO BID 2018 TOWN CALENDAR RFP #

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

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

Invitation For Bid IFB 2895

Chapter 9. Competitive Sealed Bidding: Evaluating Bids

CITY OF GAINESVILLE INVITATION TO BID

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR REAL ESTATE BROKER SERVICES TO SELL CITY PROPERTY RFP#

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

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

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

ALL PURCHASE ORDERS ARE SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS

Public Notice. Invitation to Bid Precast Concrete Box Culvert Purchase

TRAFFIC MARKING PAINT & BEADS DURING 2019

TAX SAVINGS AGREEMENT PROCEDURES

PUTNAM COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSALS

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

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

Teaching today s learners for tomorrow s challenges

GROWTH MANAGEMENT DEPARTMENT POLICY

230.2 Procurement Thresholds (Goods and Non-Professional Services)

Request for Proposals Equipment and Supplies Parks Grass Seed

Ingham County Land Bank Fast Track Authority RESIDENTIAL REAL ESTATE PROFESSIONALS

REQUEST FOR PROPOSAL. Request Number

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

Charleston County School District. Procurement Services

Invitation to Bid #12/13-09

COUNTY OF EL DORADO, CALIFORNIA DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

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

F A N N I N C O U N T Y, T E X A S

Public Notice. Invitation to Bid 2017 PRECAST CONCRETE BOX CULVERTS

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

INVITATION TO BID. SURPLUS RAIL COAL CARS Quantity: Up to 260 Available * Rotary Aluminum Gondolas * Manufactured in 2009

Commercial and Industrial Revaluation. Lincoln County Tax Department. RFP # Commercial/Industrial Tax Appraisal

JEFFERSON COUNTY PURCHASING DEPARTMENT Deborah L. Clark, Purchasing Agent

ATTACHMENT A BID FORM FIXED PRICE CONTRACT ITB # VK

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.

PURCHASE ORDER TERMS AND CONDITIONS (Rev Date: 07/31/2017)

PALM BEACH COUNTY THRIFT STORE SURPLUS SEALED BID Bid # /AD

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

CITY OF MCKINNEY ENGINEERING DEPARTMENT ENGINEERING DEVELOPMENT FINAL ACCEPTANCE CHECKLIST

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

OSWEGO COUNTY PURCHASING DEPARTMENT

LISTING AND SALE OF NEIGHBORHOOD STABILIZATION PROGRAM HOMES TOTAL OF 10 + HOMES TO BE LISTED ONCE REHABILITATED

INVITATION FOR BID Bid # 1021 EMS Ballistic Vests

SUPPLIER TERMS AND CONDITIONS

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

SURPLUS PROPERTY BID PACKAGE

LAND TAX LIST LUCAS COUNTY OHIO INVITATION TO BID PUBLICATION OF 2012 DELINQUENT LAND TAX LIST

SPECIFICATIONS FOR. Birthing Simulator Lake Land College District Number 517 Mattoon, Illinois PROJECT NO Bid Date: June 15, 2017

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

Redevelopment Authority of Allegheny County

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.

Project Manual. For. September 26, 2017

INSTRUCTION PAGE. Definitions

Purchase Order General Terms and Conditions Revised 1/1/2018

Abatement and Management Office Demolition at Parks Place IFB Number

Purchasing Terms & Conditions

PURCHASE ORDER TERMS AND CONDITIONS

WYOMING COUNTY VETERAN SERVICES BID FOR PURCHASE OF A NEW 2019 MINI VAN APRIL 29, 11:00 AM IN THE WYO. CO. BOARD OF SUPERVISORS COMMITTEE ROOM

INVITATION TO BID. BOARD OF EDUCATION OF CAMPBELL COUNTY KENTUCKY EQUAL OPPORTUNITY EMPLOYER 101 Orchard Lane Alexandria, KY 41001

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

judgment in price, any duties. good quality will conform including furnished by and AMOT arising from the goods Buyer. result of the for Texas shall

APPLICATION FOR NON-RESIDENT BROKER S LICENSE (Application will not be accepted unless typed or printed)

CITY OF ALAMO. Request for Sealed Bids. The City of Alamo hereby requests sealed bids for the following: Janitorial Services

TERMS AND CONDITIONS OF SALE

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

LIMITED DURABLE POWER OF ATTORNEY Page 1 of 3 Phone and Absentee Bidding

TERMS AND CONDITIONS GOVERNING THE ANNUAL TAX SALE OF JUNE 20, 2016 AND ADJOURNMENTS OR ASSIGNMENTS THEREOF

COMPLETED PROPOSALS MUST BE SUBMITTED to Deborah L. Skillrud, Supervisor

JACKSONVILLE AVIATION AUTHORITY INVITATION TO BID NUMBER: TIMBER SALE - ARMADILLO VICINITY 2012

INSTRUCTIONS FOR COMPLETING THE NON-RESIDENT OR RECIPROCAL BROKER LICENSE APPLICATION

Application for Licensure. as a. Chapter 87 Corporation. to practice limited engineering and/or surveying services in North Carolina

BID ADDENDUM NO. 1. Convection Ovens. IFB No. CO Due Date: September 26, 2018 at 2:00 p.m.

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

NEW BEDFORD HARBOR DEVELOPMENT COMMISSION. REQUEST FOR PROPOSALS For OFFICE SPACE Contract No. HDC-FY15-014

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

Surplus Sale of Property Located at 4402 Highway 24 Bourg, Louisiana

Unit 53 Arden S.R. 80 & Onsite Earthwork, Roadway, Drainage & Utility Improvement Project for Northern Palm Beach County Improvement District

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

NOTICE TO PERSON EXECUTING THIS DURABLE POWER OF ATTORNEY FORM:

Invitation for Land Sale by Sealed Bid

REQUEST FOR PROPOSAL Paving of Parking Lots within the County Complex April 11, 2017

SALE OF OBSOLETE/SCRAP VEHICLES TO BE SOLD AS ONE (1) LOT

Chapter 16 PROCUREMENT. Procurement through NMSA Purchasing Discounts 13-1A-1 through 13-1A-4 NMSA 1978

Chapter 5. Competitive Sealed Bidding: Procedure

Request for Bids (RFB) Packet #120-14

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

BID DOCUMENTS FOR DEMOLITION OF STRUCTURE AND DETACHED SHED AT 111 SOUTH LANSING STREET

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

ADDENDUM TO PURCHASE AGREEMENT NORTH CAROLINA STATE SPECIFIC TERMS

City of Gainesville Community Development Department Housing Division

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

City of Hays Request for Proposals

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

CITY OF SUGAR LAND PURCHASING OFFICE

City of Conroe Community Block Grant Program 300 W. Davis, Suite 530 Conroe, Texas

Specification Part 1 MAILROOM EQUIPMENT

Transcription:

INVITATION TO BID CITY OF WINSTON-SALEM Scott SCBA Parts Fire Department BIDS WILL BE OPENED AT 9:00 A.M. MONDAY July 8, 2013 PURCHASING DEPT., STE. 324 - CITY HALL BUILDING 101 N. MAIN STREET WINSTON-SALEM, NORTH CAROLINA FB 1405

ADVERTISEMENT FOR BIDS CITY OF WINSTON-SALEM SCOTT SCBA PARTS Pursuant to Section 143-129 of the General Statutes of North Carolina sealed proposals endorsed Scott SCBA Parts to be furnished to the City of Winston-Salem Fire Department will be received by the City/County Purchasing Department in Suite 324, City Hall Building until 9:00 A.M. MONDAY, July 8, 2013, at which time they will be publicly opened and read. Instructions for submitting bids and complete specifications may be obtained at the City/County Purchasing Department, Ste 324, City Hall, Winston-Salem, NC (336) 727-2983 during regular office hours. Instructions are also available on the internet at www.cityofws.org. Follow the links to the Purchasing Department. The City reserves the right to reject any and all proposals. Jerry Bates Purchasing Director Bid Prepared By: TaWanna A. Gates Senior Buyer (336) 727-2983 tawannag@cityofws.org Fire Dept. Contact: Antony Farmer Fire Chief 336-773-7961 josephc@cityofwsfire.org

City Council Members c/o The City/County Purchasing Department Post Office Box 2511 Winston-Salem, NC 27102 PROPOSAL SCOTT SCBA PARTS CITY OF WINSTON-SALEM FIRE DEPARTMENT The undersigned hereby declares that he has carefully examined the specifications herein referred to and will provide all material and equipment in accordance with the specifications. Item 1 69 Scott X3 415022200302-5.5SCBA w/snap Change Unit Cost $ Regulator Disconnect and Pack Tracker (2013 compliant) Dual Ebbs Total for 69 Dollars $ Item 2 365 Scott 201215-05 AV3000 MASK (2013 Complaint) w/ Epic Unit Cost $ Voice Amp Brackets Total for 365: Dollars $ Item 3 159 200973-01 45 Snap Change Air Cylinder 45 min(2013 comp) Unit Cost $ Total for 159 Dollars $ Item 4 69 200260-01 Epic Voice Amps (2013 Compliant) Unit Cost $ Total for 69 Dollars $

TOTAL BID FOR ITEMS 1 & 4: Dollars $ Mail bids to: City Of Winston-Salem, Purchasing Department, Ste. 324, City Hall Building Winston-Salem, N.C. 27102 On the outside of the envelope please reference: Scott SCBA Parts Bid No. FB #1405, due on 7-8-13 FOB Delivered to the City of Winston-Salem Fire Station #5 at 771 Palmer Lane, Winston-Salem, NC 27107. Delivery can be made within working days after receipt of order.

PROPOSAL CITY OF WINSTON-SALEM SCOTT SCBA PARTS It is certified that this proposal is made in good faith and without collusion with any other person bidding on this contract or with any officer or employee of the City of Winston-Salem. The undersigned further agrees that in connection with the performance of this contract, not to discriminate against any employee or applicant for employment because of race, religion, color, sex, age, handicap, political affiliation or national origin. BID DEPOSIT NOT REQUIRED. COMPANY AUTHORIZED SIGNATURE (NOTARIZED) TYPED NAME AND TITLE MAILING ADDRESS, (P.O. BOX OR ST.) CITY, STATE AND ZIP CODE FEDERAL IDENTIFICATION # TELEPHONE NUMBER THE FOLLOWING INFORMATION IS REQUESTED FOR STATISTICAL PURPOSES ONLY. THE PROVISION OR OMISSION OF THIS INFORMATION WILL NOT AFFECT NOR INFLUENCE THE CITY'S AWARD OF THIS CONTRACT. Bidder further certifies that: We ( ) are a minority business enterprise. ( ) are not If yes, please identify in the appropriate box below. ( ) Black ( ) Hispanic ( ) Native American Indian We ( ) are a women-owned business concern. ( ) are not By order of the Winston-Salem City Council, all bids must be signed and notarized. On the day of, 19 before me to me personally known, (Name) being duly sworn, did execute the foregoing proposal, and did so state that he/she was properly authorized by to execute the proposal and did so on his/her free act and deed (Company name) SEAL NOTARY PUBLIC / COMMISSION EXPIRES

GENERAL CONDITIONS AND INSTRUCTIONS 1. The specified item(s) shall be delivered F.O.B. to Winston-Salem, North Carolina, according to the address stated on the Purchase Order unless stated otherwise in the special conditions. 2. The Purchase Order Number, Item Number, and Inquiry Number shall be affixed to the outside of each packing crate or carton and items not in packing material. 3. The City reserves the right to reject any and all shipments if the supplier fails to meet all terms and conditions of the contract award. 4. Suppliers of equipment requiring service connections must visit the field site to check buildings, measurements, and conditions. 5. The supplier is responsible for all errors, omissions, and deviations from the contract requirements in shop drawings when such drawings are submitted by the supplier and approved by the City. 6. The successful bidder must prepare two (2) printed sets of operating instructions, recommended maintenance schedules, parts lists, and descriptive literature for the City, if applicable. 7. After the installation is completed, the supplier shall instruct the designated City, personnel in the proper use of the equipment. 8. On notification by the customer, the supplier must remove all equipment and reconstruct or refurnish any defects or work rejected by the City. The expense of removing, reconstruction, replacing, or refurnishing unfit, unsound, or damaged work or material shall be the responsibility of the supplier. 9. Payment will be made within thirty (30) days after acceptance by the City. If partial payments are provided for, final payment will be made after acceptance by the City. 10. In the case of installed equipment, twenty-five percent (25%) of the total contract award shall be withheld until the equipment and installation is accepted by the City. Withholding twenty-five percent (25%) of the contract award shall not affect the discount terms of the contract. 11. All equipment will be guaranteed against defects in materials and workmanship for a period of not less than one year from the date the equipment is put into service, and accepted by the City. Copies of all guarantees and warranties are to be attached to the bids. 12. The City reserves the right to reject any or all bids, and to waive informalities.

13. In accordance with State Law (GS 143-129), the award will be made to the lowest responsible bidder taking into consideration quality, performance and time specified in the proposal for the performance of the contract. 14. Taxes: A. Federal: The City is exempt from Federal Excise Taxes. The City, will issue Federal Excise Exemption Certificates or Internal Revenue Tax Exemption Number only upon request of the contractor. Issuance of the certificate does not mean that the contract is entitled to a tax refund. All requests for refunds are to be handled by the contractor. The City, will not guarantee any Federal Tax refunds to the contractor. B. State: Applicable North Carolina Sales and Use Taxes are NOT to be shown on bids, but are to be added to invoices as a separate item. 15. All supplies, materials, and equipment must be new and in first class condition. Bids offered on inferior or "second-line" equipment will not be accepted. 16. Alternate items that are not outlined in the attached specifications may be bid, but must be accompanied by complete factory specifications and descriptive pamphlets, and must be clearly designated as an alternate bid. 17. If a bidder cannot meet the minimum requirements of the detailed specifications, he must outline and itemize each instance by a letter of transmittal and detail the item he offers. 18. All bids must be firm and not subject to increase. 19. The supplier shall give the City the benefit of any industry-wide price reduction during the contract period. 20. The unit price as well as total price for each item must be listed for purposes of individual evaluation. 21. The City reserves the right to hold bids open for a period of sixty (60) days after bid opening before making awards. 22. No special inducements will be considered that are not a part of the original bidding document. 23. BID DEPOSIT REQUIREMENTS: A bid bond is not required for this bid. 24. PERFORMANCE BOND REQUIREMENTS: A performance bond is not required for this bid. 25. The award of this contract constitutes a preliminary determination as to the

qualification of the bidder. The City is not legally bound to perform the contract until the contract is duly executed by the City. The bid deposit shall be retained if the bidder fails to execute the contract or give satisfactory surety as required by N.C.G.S. 143-129. 26. The City in each case refers to the City of Winston-Salem and/or the City/County Utility Commission, an Agency of the City of Winston-Salem. 27. It is the policy of the city of Winston-Salem that a City employee, officer or agent of the City may not participate in personal services or construction in which contract or the subcontractor, or any member of his immediate family, business partner or any organization in which they serve as an officer, director, trustee or employee, has a financial interest. 28. The successful bidder must comply with the provision of the Americans with Disabilities Act (ADA) and all rules and regulations promulgated thereunder. By submitting a proposal, the successful bidder agrees to indemnify the City from and against all claims, suits, damages, costs, loses, and expenses in any manner arising out of or connected with the failure of the Company, its subcontractors, agents, successors, assigns, officers, or employees to comply with the provisions of the ADA or the rules and regulations promulgated thereunder. 29. Bids are to be submitted in a sealed envelope on the form provided; facsimile transmission (fax machine) bids are not acceptable. 30. In the event that the bidder's line item total price does not equal the product of the quantity specified multiplied by the unit price quoted, then the line item total price shall be disregarded and the unit price shall be accepted as the correct bid offering. The line item total price and the grand total price shall then be adjusted accordingly. 31. Bid response must be on the forms provided in this document. 32. This bid must be signed by a responsible official of the bidding organization. By order of the Board of Aldermen, bid signatures must be notarized. Business License required. Per Chapter 34 of the City of Winston-Salem Code of Ordinances, companies and individuals doing business with or for the City shall have a current year City Privilege Business License. Such can be obtained from a Business License inspector in Room 121, Bryce A. Stuart Municipal Building, 100 E. First Street. Call 336-747-6954 or refer to www.cityofws.org under Revenue Department for more information. Business Licenses expire on June 30 and must be renewed annually.