INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

Similar documents
INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE SECOND FLOOR VALDOSTA, GEORGIA 31601

Rockwood School District Diesel Fuel Bid. BIDS DUE ON June 17, 2013 AT 11:00 A.M. CDT

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA BID #

REQUEST FOR BIDS CITY OF SANDERSVILLE OFFICE OF PUBLIC WORKS SOLIDS HANDLING PUMP

INVITATION TO BID (ITB)

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

INVITATION TO BID Fort Morgan Golf Course Golf Carts

INVITATION TO BID (ITB)

PRESSURE WASHER SYSTEM AND TRAILER, COMMERCIAL DUTY

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

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

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

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

INVITATION TO BID. January 10, 2018

CLEVELAND COUNTY NORTH CAROLINA REQUEST FOR BID NEW 2012 EXCAVATOR

SPECIFICATIONS AND BID FORM FOR ONE NEW SIX WHEEL DRIVE ARTICULATED MOTOR GRADER WITH SNOW GATE. Street Department

Request for Proposal. Articulated Loader

BID SPECIFICATIONS 2018 TERMINAL BUILDING STANDBY GENERATOR PROJECT

ONE (1) CURRENT MODEL YEAR REGENERATIVE AIR TYPE STREET SWEEPER MOUNTED ON CONVENTIONAL CAB BID NO

Request for Bids Medium Duty Truck Cab & Chassis, and Equipment

INVITATION TO BID SPECIFICATIONS & INSTRUCTIONS FOR:

CITY OF DOUGLAS BID PACKAGE NEW SPECIFIED 2019 HALF-TON 4X4 PICKUP TRUCK

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

INVITATION TO BID ONE (1) 10-FOOT DUMPBODY DUMP TRUCK WITH DIESEL / CNG OPTIONS

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

CITY OF ALHAMBRA NOTICE INVITING BIDS NO. N2M16-144

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601

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

Request for Quote # Armored Vehicle for Hammond Police Swat Team

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

KENDALL COUNTY HIGHWAY DEPARTMENT

CITY OF SAN LEANDRO INVITATION FOR BIDS

THE ORIENTAL INSURANCE CO.LTD. REGIONAL OFFICE: IDA Building 4 th Floor, 7,Race Course Road, Indore (M.P.) REQUIREMENT

Town of South Windsor, Connecticut. Police Department

CITY OF HAYS, KANSAS BID PROPOSAL REQUEST FOR A COLD PLANER TABLE OF CONTENTS

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

REQUEST FOR QUOTATION

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

REQUEST FOR PROPOSALS FIRE HYDRANT MAINTENANCE SERVICES

Request for Proposal Snow Blower October 12, 2015

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

CITY OF BARTLETT 6400 STAGE ROAD BARTLETT, TENNESSEE 38134

CITY OF SHARON 155 W. CONNELLY BLVD SHARON, PENNSYLVANIA SPECIFICATIONS and FORM OF PROPOSAL

TOWN OF GRAND FALLS-WINDSOR

Invitation to Bid NEW FOUR WHEEL DRIVE EXTENDED CAB PICKUP TRUCK

SOMERSET BOROUGH TECHNICAL SPECIFICATIONS FOR A USED 1-TON STYLE DUMP BODY TRUCK

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

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

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

For BIS Use Only Doc: CED 50(7436) BUREAU OF INDIAN STANDARDS

Please note the following in regards for the Tractor and Tractor Mount Runway Broom and Blower bid:

BID FOR A ONE (1) ONE-TON AND A HALF (5500 SERIES) CREWCAB TRUCK WITH DUMP BED. BID OPENING February 15, 2017 AT 10:00 A.M.

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

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

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

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

One (1) New Ford E-450 Commercial Cutaway Van with Knapheide KUV High Roof Body Bid No Notice to Bidders

INVITATION TO BID FUEL PRODUCTS

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

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

Northeastern Rural Electric Membership Corporation Schedule DG-2 Columbia City, Indiana Page 1 of 5

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

COUNTY OF ROCKLAND Department of General Services Purchasing Division

H OUSTON COUNTY BOARD OF COM M I SSI ONERS

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

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

DEPARTMENT OF PUBLIC WORKS WHITMAN COUNTY COLFAX, WASHINGTON Bid for One (1) New Diesel Powered Articulated Four Wheel Drive Loader & Trade

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

City of Lewiston Finance Department Allen Ward, Purchasing Agent

One (1) Current Model Year Cab/Chassis with Chipper Body and Articulating Crane Mounted Bid No Notice to Bidders

Page 1 of 10. Motor Pool Policies & Procedures

City of Storm Lake Fire Department Heavy Rescue Specifications

INVITATION to BID. SALE OF SURPLUS VEHICLES Project # MARTHA S VINEYARD TRANSIT AUTHORITY 11 A STREET BUSINESS PARK EDGARTOWN, MA 02539

ADDENDUM #1. A. Alternate Bid Item #3A - The procurement and installation of a new 12,000 gallon UL 2085 rated AGT tank for

Town of Digby. Tender Equipment Purchase Fire Truck Pumper/Tanker

Otsego County Road Commission

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

TENDER HALF TON PICKUP TRUCK, 4x4

Request For Bids Elko County Solid Waste Refuse Hauling and Disposal in the Midas Solid Waste Management Districts

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

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

City of Glasgow Department of Public Works Purchase of (1) 2013 White Rear Load Garbage Truck

CITY OF BURLEY, IDAHO. Golf Course Maintenance Equipment. Terry Greenman

Northeastern Rural Electric Membership Corporation Columbia City, Indiana

H OUSTON COUNTY BOARD OF COM M I SSI ONERS

NMSU FIRE DEPARTMENT FIRE PUMP ACCEPTANCE TEST

Noble County Rural Electric Membership Corporation

INVITATION TO BID 61 ZERO TURN RADIUS MOWER

Request for Proposal Motor Grader January 26, 2015

REQUEST FOR BID For Trucks. Bid Notice

Worcester Public Schools Student Transportation Contract Proposed Bid Specification Change Summary Sheet

July 15, 2016 NOTICE INVITING BIDS NOTICE TO SUPPLIERS FOR FURNISHING MOTOR VEHICLES

Guelph/Eramosa Township

(ADDENDUM COVER SHEET)

ADDENDUM 02. To All Bidders:

CITY OF CHARLEVOIX REQUEST FOR BIDS WESTENBROEK SUBSTATION 48VDC BATTERY BANK

Destin Beach Safety ATVs, UTV, and Waverunner

Transcription:

INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX 1125 216 E. CENTRAL AVENUE THIRD FLOOR VALDOSTA, GEORGIA 31601 BID # 29-17-18 FOR: One Standby Diesel Pump for Lift Station OPENING DATE: May 22, 2018 TIME: 11:30 AM EST GREG BROWN, CPPB, CPPO PURCHASING AGENT (229) 259-3525 Fax (229) 259-5460

NOTICE TO DEALERS/VENDORS 1. Any prices bid by dealer/vendor on any items offered to the City of Valdosta shall be the price effective at the date of delivery. 2. No delivery date of ASAP (As Soon As Possible) shall be considered acceptable on items that have a maximum delivery date listed in the specifications. 3. The City of Valdosta reserves the right to accept alternate bids on any or all items where maximum delivery date, as listed in the specifications is not met by dealer/vendor. 4. Signature below of authorized agent for dealer/vendor shall constitute recognition and acceptance of all conditions of the sale as listed above. 5. All shipping is to be FOB Valdosta, GA 31601 and included in total price unless otherwise stated in the bid document. Dealer/Vendor Authorized Agent

GENERAL SPECIFICATIONS It is the intent of these specifications to furnish the City of Valdosta with the following requisitioned equipment, according to the attached. It is clearly understood that the following are minimum specifications and are made in order to show the exact quality through specifications of the equipment proposed. The City of Valdosta reserves the right to accept any or all bids or to choose the bid considered to be in their best interest. The final decision of purchase will be made upon the award of the City of Valdosta Mayor and Council if the item or items total are greater than $25,000. NO BID WILL BE CONSIDERED IF RECEIVED AFTER THE DATE AND TIME SPECIFIED. Be sure to put the Bid Number on the outside of your return envelope.

INSTRUCTIONS TO BIDDERS 1. Proposals must be made upon the form of the proposal attached hereto. They must be enclosed in a sealed plain envelope, with the bid number written on the outside and endorsed with the title of the proposal, and must be filed with the Purchasing Agent of the City of Valdosta, located at 216 E. Central Ave 3rd floor. In the event you choose to mail your proposal, it should be mailed to Greg Brown, P.A., P.O. Box 1125, Valdosta, Ga. 31603. 2. No bidder will be allowed to withdraw his proposal for any reason whatsoever after the bids have been opened. 3. The specifications represent the minimum general size, weight, capacity and performance characteristics desired in the equipment to be purchased. These requirements are not intended to prevent obtaining fair prices or to eliminate competition, but to insure, if possible, that all bids submitted shall not be subject to correction or alteration after the bid has been filed, opened, and publicly read. In view of an unusual wide disparity in details of design and manufacture, complete descriptive literature and manufacturer s specifications must be submitted on each type of equipment offered. The City of Valdosta reserves the right to evaluate any or all bids, particularly where there is a range in specifications. Special consideration will be given to the ready availability of repair parts and service. 4. Federal or State taxes are not applicable to Georgia Municipalities under the United States Code Title 26 and Georgia Exemption Certificate Number 3-465-686-300-1. 5. It is expressly understood by the bidder that written notice of the award or purchase order by the City of Valdosta will constitute an agreement and consummate the transaction and will serve together with the proposal, the advertisement, these instructions and the detailed specifications, as the entire form of contract between the parties. 6. The bidder agrees that the City of Valdosta reserves the right to reject any or all proposals, or to accept the part of the bid considered to be in the best interest of the City. 7. Specifications referred to minimum, therefore unless otherwise indicated by the bidder, the City will assume proposals meet or exceed all specifications. 8. The names of a certain brand, make or definite specifications are to demote quality standard of the article desired, but do not restrict bidders to be specific brand, make or manufacturer named; it is to set forth and convey to prospective bidders the general style, type, character and quality of the article desired. 9. The award of the contract will be made to the lowest responsible bidder taking into consideration quality performance and the time specified in the proposals for the performance of the contract. The City of Valdosta reserves the right to reject all bids as appears in its own best interest and to waive technicalities. In cases of a tie, the bid in the best interest of the City will be awarded.

SPECIFICATIONS It is the intent of these specifications to furnish the City of Valdosta with (1) One, Brand New Current Model Godwin CD150M Dri Prime diesel powered pump or comparable. These are minimum specifications and all deviations must be marked. The City reserves the right to purchase additional units at the same price until October 1, 2018. Please return these marked specifications with your proposal to this office. 1) General a) The City of Valdosta will purchase one skid mounted, silenced, six-inch (6 ) diesel powered lift station emergency standby pump. The pump will be of open impeller and dry-prime or of self-priming design. The pump shall be capable of remote operation based on level sensing float switches. The pump shall be capable of manual on/off operation and meet or exceed current submersible pump performance. The contractor shall provide the pump, float switches, wiring and conduit, and all necessary piping from the wet well to the pump inlet and from the pump discharge to station common discharge header piping. The contractor shall be responsible for pump and equipment delivery and piping installation. b) Pump station design / operating conditions: i) TDH 33 ii) Force main dynamic pressure: 3-5 PSI iii) Force main static pressure: 0 PSI iv) Current single pump discharge performance: 950-1000 GPM c) City of Valdosta customer contact is Tom Hess, available during the hours of 7:00 a.m. to 3:30 p.m., Monday through Friday and can be reached at 229-251-0761 or thess@valdostacity.com. d) The City of Valdosta reserves the right to reject proposals not meeting the minimum technical specifications and or functional requirements outlined in this document. e) Delivery of pump, piping, and installation shall not exceed 12 weeks from award of contract unless other arrangements have been approved by the City. f) Contractor shall provide sufficient training on pump operation. g) Contractor bid price shall be lump sum to include pump, piping, labor, mobilization, demobilization, transportation, delivery, prep, and onsite training. h) Customer will provide concrete mounting pad, 6 plug valve, 6 x 12 reducer to connect pump to the common discharge header. The contractor shall install the customer provided reducer and plug valve. The contractor shall provide customer with minimum specifications for the concrete pad.

2) Pump and Piping a) Contractor shall provide one new six-inch (6 ) standby diesel pump and include the following minimum specifications: i) One new Godwin CD150M Dri-Prime diesel-powered pump or equivalent. Other pumps submitted must meet the Godwin CD150M performance capabilities. Include appropriate literature with your bid document. ii) Gorman-Rupp pumps are not suitable and will not be considered for purchase. iii) Pump shall be of open impeller design capable of automatic prime to 28-feet of suction lift. iv) Pump construction shall be all cast iron with steel or hardened iron impeller. v) Pump shall be capable of dry running without sustaining damage to shaft seal. Pump shaft seal shall be suitable for severe use in waste water and of oil bath design. vi) Capable of passing solids up to 3 in diameter. vii) The pump volute design shall be such that access to and cleanout of the volute/impeller will be simple, not require special tools, and not require piping or pump component removal other than opening access panels or doors. viii) Engine supplied shall be water cooled diesel. Suitable engine manufacturers are John Deere, Cummins, Caterpillar, Perkins or Kubota. Alternative engine manufacturers may be submitted to the customer however, the customer retains the right to reject engines supplied by other than the listed manufacturers. ix) Fuel tank shall be integral, double wall, with mechanical fuel level gauge and sized to provide 24-hour pump operation. x) Pump and engine shall be supplied with a silenced enclosure featuring doors or easy to remove panels for pump/engine maintenance. The enclosure shall be such that it is completely removable and be equipped with lifting attach points for a crane or boom truck. Contractor / OEM must supply sound pressure data with proposal. xi) Pump inlet / discharge flanges shall be six-inch (6 ). xii) Pump discharge outlet shall include a non-clogging flexible disk flapper design like Val-Matic s Swing-Flex, specification: 506C. The contractor may supply an alternative design and/or brand of valve if approved by the customer. xiii) Digital engine/pump controller installed by the pump OEM. xiv) Wet well level control shall be automatic utilizing float switches. xv) Battery trickle charger (2-amp, 120 volt) with aluminum conduit connected to one available spare 15A breaker in customer control panel. xvi) Control Panel Lighting. xvii) Suction piping shall be HDPE installed through wet well lid via unused eight-inch (8 ) odor control pipe penetration. xviii) Pump discharge piping shall be HDPE between pump and station discharge common header.

3) Adder Options a) In-line 120-volt engine block heater with aluminum conduit connected to one available spare 15A breaker in customer control panel. 4) Field Testing and Training by Contractor a) Delivery to job site. b) Start-up and testing services. c) Operation and Maintenance Manuals: 1 Set d) Warranty, Two (2) years from the start-up date. e) Provide customer with pump operations training. 5) Warranty Information a) Manufacturer s Warranties must be provided in written form for inclusion with submittal, installation, and Operation and Maintenance manuals. The warranty period shall be two (2) years from the date of equipment delivery to customer. b) The contractor shall ensure completed work is free of material and workmanship defects. c) The contractor shall provide hard copies of operations and maintenance manuals for the engine and pump. 6) Deviations a) List any and all deviations from the required specifications on company letterhead. Reference the line item and the deviation from the specification so that an easy comparison is possible.

PROPOSAL We/I have examined the specifications and agree to furnish the City of Valdosta with the equipment/services accordingly. Any deviations from the specifications will be marked exception on the bid sheet. We/I propose to furnish the City of Valdosta with said equipment/ service for: SEND LITERATURE FOR THE ITEM YOU ARE BIDDING Pump Price: $ Electrical and Piping Installation Price: $ Block Heater Cost Wired to Control Panel: $ TOTAL COST $ Estimated time after receive order to completion: Date: Company Name: Address: Phone Number: Fax: Signature: Title: Printed Name: Email: Is your company currently on any State or Federal Debarment list? Yes No Will your company accept a credit card for payment? Yes No E-Verfiy Number: Include a copy in package Include a W-9 in package.