SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

Similar documents
SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

SAN ANTONIO WATER SYSTEM BEST VALUE BID for FOR GLOBAL POSITIONING SYSTEM (GPS) TRACKING SYSTEM ADDENDUM NO. 1

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

CITY OF TACOMA ENVIRONMENTAL SERVICES DEPARTMENT

INVITATION TO BID. January 10, 2018

CITY OF PORTSMOUTH PURCHASING DEPARTMENT PORTSMOUTH, NEW HAMPSHIRE. Annual Fuel Bid - #01-18 INVITATION TO BID

INVITATION TO BID Fort Morgan Golf Course Golf Carts

INVITATION TO BID FUEL PRODUCTS

INSTRUCTIONS TO BIDDERS 3,000-gallon CLASS 5 AIRCRAFT RESCUE AND FIREFIGHTING (ARFF) VEHICLE (LOCALLY FUNDED)

2018 Golf Cart Lease Sunset Valley Golf Club

ADDENDUM NO. 1 INVITATION FOR BID FOR BUS ENGINE SUPPLY. IFB NO: 2018-FP-08 Date Issued: August 6, 2018

BID PROPOSAL. Item Description Unit Quantity Unit Price Total Price No. (Unit Price to be written in Words) (Figures) (Figures)

CONTRACT DOCUMENTS TOWING SERVICES BOROUGH OF CARLISLE 53 W. SOUTH STREET CARLISLE, PENNSYLVANIA (717)

Hancock County Public Schools 83 STATE ROUTE 3543 HAWESVILLE, KENTUCKY PHONE (270) FAX (270)

PROPOSAL FOR. BID OPENING: Thursday, October 27, 2016 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF MONROE

ADDENDUM NO. 1. April 6, Project: Gas and Diesel Bid for School System Stations

REQUEST FOR PRICE QUOTATION FOR Laser Toner Cartridges. DATE BIDS REQUESTED: June 24, 2009 WEDNESDAY 10:30 A.M BID # RETURN TO:

HALIFAX REGIONAL MUNICIPALITY (HRM) One (1) Loader Mounted Snow Blower TENDER # T Page 1

PROPOSAL FORM 2014 FUEL BID

General Specifications

ADDENDUM No. 1. BID No /15 Chevrolet Silverado Work Trucks

RFQ Fleet Vehicles. The City of Dawson Creek is requesting quotations for the supply and delivery of:

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

CITY AND COUNTY OF SAN FRANCISCO. SPECIFICATION FOR Copier Lease Agreement Last revision 03/03/2016

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax:

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For HEAVY DUTY TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

BOCC MEETING TRANSMITTAL. #4 - Effective and Responsive Government. Consent. Ongoing

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

PURCHASING DEPARTMENT

CITY OF DIXON, CALIFORNIA CITY ENGINEER / PUBLIC WORKS DEPARTMENT, WASTEWATER DIVISION SOLANO COUNTY, CALIFORNIA BID SPECIFICATIONS

PETROLEUM TRADERS CORPORATION RIGGINS, INC.

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For PICKUP TRUCKS. SHARON TILMANN Mayor. NANCY RIDLEY City Manager

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Stormwater Department One Ton Dual Rear Wheel Dump Truck w/ Bed 1

DELETE first sentence of first paragraph that reads: REPLACE with the following:

COUNTY OF ROCKLAND Department of General Services Purchasing Division

CURBSIDE RECYCLING TRUCK

SAN ANTONIO WATER SYSTEM P. O. BOX 2449 SAN ANTONIO, TEXAS TABULATION OF BIDS

Town of Marystown. Tender For. One New 4x4 Two (2) Door Cab Chassis (19,500 KG GVWR) With 12Ft Flat Deck

EQUIPMENT PURCHASE PUBLIC WORKS VEHICLE TENDER CONTENTS. Tender Call General Instructions General Requirements Specifications...

TENDER. 2017/2018 HALF TON PICKUP TRUCK, EXTENDED CAB, 4x4

ADDENDUM NO. 2 DATE: March 3, BID TITLE: Replacement of Two (2) Twenty Ton Overhead Crane Hoists, Trolley Packages, and Associated Equipment

Town of Digby. Tender Equipment Purchase 4 WD One Ton Truck CONTENTS

Appendix A Technical Specifications Class I, II, III, IV Sewage Pumping Lift Station Wet Well Cleaning and Hauling

Three (3) New Ford Fusion Sedans Bid No Notice to Bidders

REQUEST FOR PROPOSALS (RFP) FOR THE PURCHASE OF SOLAR ENERGY

Otsego County Road Commission

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912)

TENDER. 2017, THREE QUARTER (3/4) TON PICKUP TRUCK, 4x4

Q10. What are the payment terms? A10. Payment terms vary per participating agency. Refer to Page 16 of bid document.

Supply, Installation and Commissioning of 1 No 50 Watt LED. based SPV SLS at Nadia District Library, Krishna Nagar, Nadia.

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Bid# Five (5) 2018 Ford Trucks INVITATION TO BID

TENDER HALF TON PICKUP TRUCK, 4x4

REQUEST FOR BID For Trucks. Bid Notice

May 11, 2018 On or before 2:00pm

KENDALL COUNTY HIGHWAY DEPARTMENT

One (1) New Ford F-150 Regular Cab XL Bid No Notice to Bidders

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

REQUEST FOR PROPOSAL

INVITATION TO BID. Should you need clarification on any item, please contact Berley Mears, Public Works Director at

City Business Registration Number Signature Title

REQUEST FOR BID For Trucks. Bid Notice

ADDENDUM NO. 3. Kansas City Area Transportation Authority (KCATA) 1350 E. 17 th Street Kansas City, Missouri 64108

ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR CHILLER INSPECTION SERVICES ITB NO.: DMS-13/14-035

Segway Inc. US Segway Experience Center Application. A p p l i c a n t O v e r v i e w

NOTES: 2:00 1, N.

Destin Beach Safety ATVs, UTV, and Waverunner

1. Do the two Gillig 40 (2401H & 2402H) Hybrid have batteries, if so, what type? IPTC Response: Yes, I believe phosphate.

INVITATION TO BID (ITB)

The attached pre-qualification application should be submitted with your bid, in a separate sealed envelope.

MONTEREY PENINSULA REGIONAL PARK DISTRICT BOARD OF DIRECTORS MEETING

NOTICE TO SUPPLIERS CITY OF KALAMA 2018 CHEMICAL PROCUREMENT

Palabora Copper REQUEST FOR PROPOSAL SUPPLY AND DELIVERY OF BEARINGS AND ACCESSORIES RFP.PC.2017/18 PART 1 PROPOSAL INFORMATION AND CONDITIONS

Dinwiddie County Administration Office

NOTICE INVITING BIDS 2018 DEPARTMENT OF PUBLIC WORKS VEHICLE CITY OF BEAVER DAM, WISCONSIN

REVISED REQUEST FOR QUOTATIONS FOR PRINTING SERVICES Food and Nutrition Technical Assistance Project III (FANTA)

Municipality Generator Interconnection Application Single Meter Application Part I

INVITATION TO BID (ITB)

Purchasing Services 4202 East Fowler Avenue, SVC 1073 Tampa, Florida (813) Addendum No. 1

#2018-RFP-06. Utility Work Carts

City of Mobile. Recycling Equipment Rental & Hauling BID NUMBER: 5024

RATE 732 RATE FOR ELECTRIC SERVICE INDUSTRIAL POWER SERVICE

Page 1 of 6 ADDENDUM NO. 1. January 11, Shuttle Bus Service RFP # H General

CUYAHOGA COUNTY, OHIO ADDENDUM NUMBER 2 FOR THE CLEANING AND TELEVISING OF SEWERS IN VARIOUS COMMUNITIES FOR A TWO-YEAR PERIOD,

REQUEST FOR PROPOSALS FIRE HYDRANT MAINTENANCE SERVICES

Appendix A - Technical Specifications RFQ Emergency WasteWater Cleanup Services

City of Hammond Purchasing Department RFP # General Maintenance and Repair Service Contract City Generators

REQUEST FOR PROPOSAL TRUCK DRIVER TRAINING TRACTOR AND TRAILER LEASING FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2016-P02

CONTRACT FOR MINNESOTA AGENCY TRACTOR RENTAL SUPPLIES AND SERVICES

Failure to comply with any of the instructions may be cause for the County to reject that bid.

SAKHALIN ENERGY INVESTMENT COMPANY LTD. INVITATION TO TENDER

4 FEET HIGH CHAIN LINK FENCE AND GATE. TO INCLUDE TOP RAIL AND ALL OTHER HARDWARE, POSTS, ETC. NOT INCLUDED BELOW.

BID FOR ONE (1) 1 TON CREW CAB TRUCK WITH SERVICE BODY OPENING APRIL 11, 2019 AT 10:00 A.M.

INVITATION TO BID. (This is not an order.)

REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/KRT/09/004 DATE: 18/01/2009

RHODE ISLAND TURNPIKE & BRIDGE AUTHORITY

INVITATION TO BID 61 ZERO TURN RADIUS MOWER

ADDENDUM NO. 1 Kansas City Area Transportation Authority 1350 E. 17 th Street Kansas City, Missouri 64108

CITY OF ALLIANCE, OHIO 2016 CHEMICAL SUPPLIES SPECIFICATIONS FOR

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

Transcription:

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: July 29, 2014 BID NO.: 14-5053 FORMAL INVITATION FOR BIDS ANNUAL CONTRACT FOR PUMP REPAIRS SUBMERSIBLE TRAINS AND CENTRIFUGAL PUMPS ADDENDUM 1 Sealed bids addressed to the Purchasing Director, San Antonio Water System, 2800 US Hwy 281 North, Administration Bldg., 5 th Floor, San Antonio, TX 78212 will be received until 3:00 p.m. August 6, 2014 and then publicly opened and read aloud for furnishing materials or services as described herein below, The San Antonio Water System Purchasing Department is willing to assist any bidder(s) in the interpretation of bid provisions or explanation of how bid forms are to be completed. Assistance may be received by visiting the Purchasing Office in the SAWS Main Office, 2800 US Hwy 281 North, San Antonio, TX 78212, or by calling (210) 233-3819. This invitation includes the following: Invitation for Bids Terms and Conditions of Invitation for Bids Specifications and General Requirements Price Schedule The undersigned, by his/her signature, represents that he/she is authorized to bind the Bidder to fully comply with the Specifications and General Requirements for the amount(s) shown on the accompanying bid sheet(s). By signing below, Bidder has read the entire document and agreed to the terms therein. Signer s Name: Firm Name: (Please Print or Type) Address: Signature of Person Authorized to Sign Bid City, State, Zip Code: Email Address: Telephone No.: Fax No.: Please complete the following: Prompt Payment Discount: % days. (If no discount is offered, Net 30 will apply.) Please check the following blanks which apply to your company: Ownership of firm (51% or more): Non-minority Hispanic African-American Other Minority (specify) Female Owned Handicapped Owned Small Business (less than $1 million annual receipts or 100 employees) Indicate Status: Partnership Corporation Sole Proprietorship Other (specify) Tax Identification Number: To report suspected ethics violations impacting the San Antonio Water System, please call 1-800-687-1918. Page 1 of 5

***** This Addendum 1 is issued to make the following changes on Bid 14-5053. Bid Opening Date has changed as follows: 3:00 p.m., August 6, 2014 1. Questions and Responses to questions 2. Extended due date for questions from our mandatory pre bid meeting until July 24, 2014 at 5:00 p.m. 3. Revised Warranty information under the Standards Requirement page eleven (11) number thirteen (13). 4. Revised price schedule. Price schedule has been revised to change Group 4 Tear Down of submersible trains and centrifugal pumps and to add Group five (5), Group four (4) and add item 2 for Group four (4). IT IS NECESSARY TO RETURN THIS ADDENDUM 1 AS PART OF YOUR BID SUBMISSION *************************************************************************************** I. QUESTIONS: General 1) The contract warranty requests a one (1) year warranty that consists of the whole unit and not just the parts replaced or repaired. Will you revise this to a standard repair warranty? Response: Yes. Please see the revised warranty below under section three (3). 2) Can you confirm if Vacuum Pressure Impregnation is necessary for the motors in this contract? Response: Vacuum Pressure Impregnation (VPI) is only necessary as referenced by OEM specifications of the equipment. 3) Please provide details on what is required of the tear down reports. We offer 3 levels of reports. A level one report consists of a minimal report on the condition of the pump and repairs required, a level two report includes measurements and clearances and a level three report will include digital photos as well. Response: SAWS nomenclature may be different than some of the vendors. To clarify, a Repair Work Scope will be provided to SAWS within five (5) business days and provides SAWS with the estimate as to what needs to be repaired/ replaced, along with the estimated quote (cost) to make those repairs. The Final report shall be provided to SAWS thirty (30) days after SAWS has accepted the submersible pump train or centrifugal pump. Please reference page thirteen (13) fifteen (15) under Documentation. 4) Can the bid date be moved to August 6th? Response: Yes. Bid date has been changed to August 6, 2014. 5) Can you please revise Repair Work Scope/Quote time to 15 days? It is important that a good Repair Work Scope/Quote is performed to properly diagnose the problem and determine the correct course for repair. The requested timeframe will make it difficult to put together an informative report. Response: SAWS requires the Repair Work Scope/Quote be submitted to us within five (5) business days. Please reference requirements under Repair Work Scope/Quote on page sixteen (16) item one (1). Page 2 of 5

6) We ask that the requested time to repair a pump be considered to be after parts are on hand? Response: This is already addressed in the bid document. Please reference page thirteen (13) under Documentation fourth paragraph. 7) We ask for a 30 day repair time for large pumps? Response: SAWS requires all pumps to be repaired within twenty (20) business days. Please reference page sixteen (16) under Service item two (2). If repair is estimated to take longer than twenty (20) business days vendor shall contact SAWS for approval prior to proceeding with repair. Extension of days to repair pumps will be handled on a case by case basis. 8) Can the tear down cost be by size (HP) or by group? Response: Please see revised price schedule below under section IV. II. Due Date for question(s) was extended as discussed in the mandatory pre bid meeting Date revised to July 24, 2014 5:00 p.m.. III. Revised warranty specification. The first two sentences have been removed from the warranty section. Warranty: The warranty period will consist of the whole unit and not just the part that was replaced or repaired. Warranty will start on the date of acceptance of Submersible Trains and Centrifugal Pumps. If a pump is returned on warranty, then the warranty period will be extended the same number of days that the pump is in the contractor's shop for repairs. The vendor warrants to SAWS that all work will be performed in a good and workmanlike manner and in accordance with SAWS specifications, Original Equipment Manufacturer (OEM) standards and all new material, workmanship or design, data and other requirements set forth in the Agreement. The vendor shall provide a written non pro-rated one (1) year warranty (parts and labor) that shall apply to all Submersible Trains and Centrifugal Pumps for a period of one (1) year from the date of accepted repair. If any failure to meet the foregoing warranty for repair/recondition, the vendor will correctly re-perform the services identified, or replace or repair the defective parts or materials provided at no additional cost to SAWS and F.O.B. SAWS delivery address. Successful bidders are responsible for all costs to repair any warranty equipment. Service calls during the warranty period shall also be at no charge. IV. Please provide pricing using the updated Price Schedule below: Page 3 of 5

PRICE SCHEDULE REVISION 1 July 28, 2014 Quantities provided are only estimates and are in no way binding to SAWS. SAWS reserves the right to add or delete items and change quantities depending on SAWS needs. Item No. Description Qty. UOM Unit Price Group 1 Submersible Train Repairs Extended Price 1 Standard Labor Rate 4000 HR $ $ 2 Overtime Labor Rate (requires prior approval by SAWS) Group 2 Centrifugal Pump Repairs 100 HR $ $ SUBTOTAL (Group 1) $ 1 Standard Labor Rate 600 HR $ $ 2 Overtime Labor Rate (requires prior approval by SAWS) 20 HR $ $ SUBTOTAL (Group 2) $ Group 3 Parts and Materials Cost Plus applies to all Purchased Parts Extended Price 1 (a) Estimated Annual Purchase (b) Add Cost Plus Mark Up % convert to decimal 0. X $200,000 (c) Total (a + b) $ 200,000 (a) $ (b) $ (c) SUBTOTAL (Group 3) $ Group 4 Tear Down of Small Pump Repair Work Scope/Quote less than 100 HP submersible trains to include Pump Repair Work Scope/Quote and Final Report. 1 Submersible Pump Train 50 EA $ $ 2 Centrifugal Pump 25 EA $ $ SUBTOTAL (Group 4) $ Page 4 of 5

Group 5 Tear Down of Large Pump Repair Work Scope/Quote greater than or equal to 100 HP Centrifugal Pump to include Pump Repair Work Scope/Quote and Final Report. 1 Submersible Pump Train 25 EA $ $ 2 Centrifugal Pump 15 EA $ $ SUBTOTAL (Group 5) $ BASE PERIOD TOTAL CONTRACT AMOUNT (Groups 1-5) $ All other terms and conditions of the original bid remain unchanged. IT IS NECESSARY TO RETURN THIS ADDENDUM 1 AS PART OF YOUR BID SUBMISSION. Page 5 of 5