GENERAL SPECIFICATIONS AND PROPOSAL



Similar documents
PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS

RFQ No. 4856B /MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 2:00 PM

REQUEST FOR PROPOSAL Procurement of Landscaping Services

PRINCE EDWARD COUNTY REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR March 7 th, 2013

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

Robla School District

1. Provide advice and opinions regarding workers compensation issues, as needed;

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642

COLONIAL HEIGHTS PUBLIC SCHOOLS REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR FEBRUARY 19, 2013

REQUEST FOR QUOTES (RFQ)

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

QSP INFORMATION AT A GLANCE

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

TOWN OF HARRISON PUBLIC NOTICE FOR SOLICITATION PROFESSIONAL SERVICE CONTRACT FOR THE PERIOD OF JANUARY 1, 2016 THROUGH DECEMBER 31, 2016

CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI INVITATION TO BID

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

Center Unified School District

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT

PROPOSAL FOR RISK MANAGEMENT CONSULTANT

TABLE OF CONTENTS. Section 1: Minimum Qualifications 4. Section 2: Guidelines and General Information 5

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

REQUEST FOR PROPOSAL LARIMER COUNTY COLORADO 200 W. OAK ST., SUITE 4000 FORT COLLINS, COLORADO

CHECK POINT FIREWALL

Town of Maiden. Request for Proposals For Sign Replacement Project

TOWN OF GROTON INVITATION TO BID ARCHIVING SYSTEM

#5 Independent Contractor Form - With Insurance With Bonds

Request For Proposal AlienVault SIEM Solution CONTRACT # /20/2015 LATE PROPOSALS WILL NOT BE ACCEPTED

COUNTY OF UNION, NEW JERSEY

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming

Department of Purchasing & Contract Compliance

ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA

PURCHASING DIVISION 3275 POST ROAD WARWICK, RHODE ISLAND TEL. (401) , ext FAX (401) CITY OF WARWICK BIDS REQUESTED FOR

Hunt Construction Group, Inc. LEVEL 1 DESIGN BUILD SPECIALTY CONTRACTOR PREQUALIFICATION DOCUMENTS FOR:

BOTTLED WATER/COFFEE SERVICE. Invitation to Bid No Issued: June 3, PURCHASING BUREAU CONTACT: Tammy M. Macon, Purchaser (585)

City of Statesboro. Request for Qualifications: Life Insurance Brokerage Services

April 28, 3:00 P.M. EST.

Department of Purchasing & Contract Compliance

5. Preparation of the State and Federal Single Audit Reports.

ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION

REQUEST FOR QUOTATION

SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

NOTICE OF REQUEST, SOLICITATION AND INVITATION FOR PROPOSALS FOR LIBRARY ATTORNEY FOR MOUNT LAUREL LIBRARY, BURLINGTON COUNTY

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES FOR THE TOWN OF BELMONT FIRE DEPARTMENT

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

Due Date: Tuesday September 8, 2:00 pm

REQUEST FOR PROPOSAL BID # ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015

Request for Proposals

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.

Town of Guttenberg Hudson County, NJ Notice for R.F.Q. and R.F.P. (Request for Qualifications) (Request for Proposals)

REQUEST FOR PROPOSAL

BOROUGH OF KENILWORTH

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE

CITY OF SHREVEPORT STANDARD CLAUSES BY REFERENCE

This Agreement shall not be interpreted in favor of any Party by virtue of said Party not having prepared this Agreement.

Borough of Jamesburg

OSWEGO COUNTY PURCHASING DEPARTMENT

Western Virginia Water Authority. Roanoke, Virginia

Request for Proposal Hewlett Packard Network Switches and Peripherals

REQUEST FOR PROPOSALS

CITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID

REQUEST FOR PROPOSAL FOR: IT CONSULTANT

Prequalification Document for Procurement of Works

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES

REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL

EDUCATIONAL AFFILIATION AGREEMENT (CAMPUS) and (FACILITY)

UNIVERSITY AREA JOINT AUTHORITY STATE COLLEGE CENTRE COUNTY, PENNSYLVANIA CONTRACT # BID, CONTRACT & SPECIFICATIONS FOR PAVING CONTRACT

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

BID INVITATION FOR: CALL RECORDING SOLUTION

SAMPLE SERVICES CONTRACT

AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES

CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support

MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.

CITY OF POMONA. Request for Qualifications and Proposals. For

Request for Proposal. Internet Access. Satilla Regional Libraries. Erate Funding Year July 1, 2014 through June 30, 2015

Department of Purchasing & Contract Compliance

DETAILED REQUIREMENTS OF THE REQUEST FOR PROPOSAL FOR EMS BILLING SERVICES

TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3

TOWN OF STRATFORD PURCHASING DEPARTMENT STRATFORD, CONNECTICUT REQUEST FOR PROPOSAL. Subject: Payroll Processing Services for Stratford Library

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

INVITATION FOR PRICE QUOTES FIRE HOSE TESTING

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS Phone Bill.Kroll@snco.us

REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES

REQUEST FOR PROPOSAL # 6530 ROOFING REPAIR SERVICES FOR VARIOUS WASHTENAW COUNTY BUILDINGS

DETAILED REQUIREMENTS OF THE REQUEST FOR PROPOSAL FOR EMS BILLING SERVICES

REQUEST FOR PROPOSAL Purchase of Electricity Services

Transcription:

Bid Packet No. CITY OF GRASS VALLEY PUBLIC WORKS DEPARTMENT GENERAL SPECIFICATIONS AND PROPOSAL PROFESSIONAL LABORATORY ANALYTICAL SERVICES WATER AND WASTEWATER SAMPLES FOR THE PERIOD OF AWARD THROUGH JUNE 30, 2017 Bidder s Name: Bid Opening Date: Time: Lab Services FY 2016/17

CITY OF GRASS VALLEY, CA Specifications and Invitation to Bid PROFESSIONAL LABORATORY ANALYTICAL SERVICES THROUGH JUNE 30, 2017 Attached please find a list of laboratory services used by the CITY OF GRASS VALLEY on an annual basis. You are invited to bid on the items listed on the attached spreadsheet. Bids are due by June 20, 2016 at 3:00 PM. Any bids received after this time will be rejected. Bids packages are to be delivered to and will be opened at the Grass Valley City Hall, 125 East Main Street, Grass Valley, CA 95945 on June 20, 2016 at 3:00 PM. All bids should include any handling, shipping, taxes, incidentals or deposits. Please note the usage or quantities are estimated and may be higher or lower depending on the City s needs. 1. PREPARATION AND SUBMITTAL OF PROPOSALS A. Bids not submitted on the Bid Proposal Form may be rejected. B. Bids are to be submitted on forms contained in the bid packet. Bids are to be submitted to the Public Works Chief TPO, at City of Grass Valley, 125 East Main Street, Grass Valley, CA 95945, no later than June 20, 2016, at 3:00 P.M. Bids are to be submitted in a sealed envelope. The envelope shall display the following statement, LABORATORY SERVICES, BID OPENING June 20, 2016, 3:00 P.M. No bids delivered to other City facility addresses or sites will be deemed as accepted on time and eligible for consideration. C. All information requested of the vendor shall be entered in the appropriate space on the Bid Proposal Form. Failure to do so may disqualify your bid. D. All information shall be entered in ink or typewritten. Mistakes may be crossed out and corrections inserted before submission of your bid. The person signing the bid shall initial corrections in ink. E. Corrections and/or modifications received after the closing date/time will not be accepted. Any exceptions to specifications must be stated on the bid. F. One (1) copy of the bid proposal must be submitted by the date and at or prior to the time specified, to be considered. No late bids, telegraphic or telephone bids will be accepted. The City will not be responsible for, nor will accept, postmarks from the U.S. Postal Service or other facsimile record of other carriers as proof of timeliness. G. An authorized officer or agent of the bidder shall sign all bids. Lab Services FY 2016/17 Proposal - Page 2 of 9

H. All bids, whether accepted or rejected, shall become the property of the City of Grass Valley. I. Any reference to brand names and numbers in the invitation for bids is descriptive, but not restrictive, unless otherwise specified. 2. TAXES A. Where applicable add 8.125% California Sales Tax to the item(s) in your bid. B. If your company is outside California and collects use tax, please state the amount as a separate item if the City of Grass Valley is to remit the tax. 3. PAYMENT, TERMS, & INVOICE REQUIREMENTS A. Bidder must state exact payment terms in their bid proposal. Prepayment options shall not be acceptable. B. Invoices shall be mailed, to the City of Grass Valley, 125 East Main Street, Grass Valley, CA 95945 Attention: Public Works Administrative Clerk. C. The City will pay after delivery of the laboratory results to the City. All laboratory results must meet proper quality assurance/quality control criteria. Under no condition will the City make partial payment, progress payments, or otherwise modify these terms and conditions for payment. 4. LIABILITIES A. The vendor shall hold the City of Grass Valley, its officers, agents, and employees harmless from liability of any nature or kind because of use of any copyrighted or non-copyrighted composition, secret process, patented or non-patented invention, articles or appliances furnished or used under this bid, and agrees to defend, at their own expense, any and all actions brought against the City of Grass Valley or himself/herself because of the unauthorized use of such articles. 5. AWARD/TERMINATION OF CONTRACT PURCHASE ORDER A. Competitive Bidding: If more than one bid is offered by an individual, firm, co-partnership, corporation, association, or any combination thereof under the same or different names, all such proposals may be rejected. All bidders are put on notice that any collusive agreement fixing the prices to be bid so as to control, or effect the awarding of this bid, is in violation of competitive bidding requirements, and may render any bid under such circumstances void. B. Award of Bid: The award of this bid will be based on the lowest responsive, qualified, certified, and responsible bidder for the analytical testing procedure conforming to the approved method detailed on the bid submittal Lab Services FY 2016/17 Proposal - Page 3 of 9

sheet, meeting all of the City s specifications and conditions, and is subject to formal award by the City of Grass Valley. Bids are to be submitted for the entire work. The amount of the bid for comparison purposes will be the total of all items. It is at the sole discretion of the City to determine the bidder best suited to meet the requirements of the specification. C. The City of Grass Valley reserves the right: (1) to reject any or all bids or any part thereof and (2) to waive any informality and/or negotiate minor deviations to the bid, with the successful bidder. The City of Grass Valley s decision shall be final. D. If a purchase order/contract shall be entered into by the bidder and the City of Grass Valley, such purchase order/contract shall not be assignable by the bidder in whole or in part without the written consent of the City of Grass Valley. 6. CHANGES IN PURCHASING ORDER/CONTRACT A. No changes may be made in the purchase order/contract without written authorization of the City of Grass Valley Public Works Director/City Engineer. 7. DELIVERY REQUIREMENTS A. Delivery of all professional services on this bid shall be on an as needed basis for the period from Award through June 30, 2017. Any units not delivered within a reasonable time frame may be cancelled from the purchase order/contract or, at the City of Grass Valley s discretion, an extension may be granted, whichever is in the City of Grass Valley s best interest. 8. CONFLICT OF INTEREST A. Bidder warrants and covenants that no official or employee of the City of Grass Valley, nor any business entity which an official of the City of Grass Valley has an interest, has been employed or retained to solicit or aid in the procuring of the resulting contract, or purchase order, nor that any such person will be employed in the performance of such contract without immediate disclosure of such fact to the City of Grass Valley. B. The relationship of the Vendor to the City will be that of an independent vendor and not as an officer, employee or agent of the City. 9. FORCE MAJEURE A. In the event of emergencies or natural disasters such as fire, flood, blizzard, strike, accident, consequences of foreign or domestic wars, or any other cause beyond the control of the parties to this agreement which will delay or interfere with the use of delivery of the products described in this bid, Lab Services FY 2016/17 Proposal - Page 4 of 9

deliveries under said agreement may, at the option of either party, be suspended during the period required to remove the cause or repair the damage. B. The City of Grass Valley reserves the right to acquire from other sources any products or services necessary for the proper operation of its business during any suspension of agreement pursuant to circumstances outlined above. 10. NON-DISCRIMINATION/HARASSMENT/RETALIATION A. The Vendor shall be responsible to see that there is no harassment, discrimination, or retaliation against any employee who is employed in the work covered by the Purchase Order/Contract or any applicant for employment because of sex, race, religion, color, gender, sexual orientation (including heterosexuality, homosexuality, and bisexuality), national origin, ancestry, citizenship status, uniformed service member status, marital status, pregnancy, age, medical condition, (cancer related or HIV/AIDS related), genetic characteristics, and physical or mental disability, and that this Purchase Order/Contract provision shall include but not be limited to the following: employment, upgrading, promotion, or transfer, recruitment, or recruitment advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training including apprenticeship. B. It is the policy of the City of Grass Valley that, in accordance with the provisions of State and Federal Law concerning the use of State or Federal Funds, no otherwise qualified individual shall, solely by reason of his or her race, color, religion, sex, (heterosexuality, homosexuality, and bisexuality), citizenship status, uniformed service member status, pregnancy, medical condition, (cancer related or HIV/AIDS related), genetic characteristics, and physical or mental disability be denied. 11. ADDENDUMS A. The City of Grass Valley will endeavor to ensure that each bidder is notified of any addendums but it shall be the sole responsibility of the bidder for checking with the City Public Works Department (530)477-4625 for addendum(s). Addendum(s) may be provided up to 72 (seventy-two) hours prior to the bid opening. The bidder is responsible for incorporating all addendum(s) into the original bid package. The bid proposal form has an area to indicate if addendum(s) released by the City were incorporated into the bid proposal form by the bidder. If the bidder does not acknowledge the addendum(s), the City reserves the right to reject the bid. 12. ANALYTICAL METHODS AND REPORTING LIMITS A. The bidder must provide a summary of the typical analytical reporting limits associated with each compound upon which the bidder bids as part of the bid package. In the Bid Items, the City of Grass Valley provides expected analytical methods. The bidder may recommend alternative analytical Lab Services FY 2016/17 Proposal - Page 5 of 9

methods for the City of Grass Valley to consider. The City will make the final decision on the analytical methods used for laboratory services. 13. DELIVERY / PICKUP A. All pricing shall include pick up of samples at the City of Grass Valley, Wastewater Treatment Plant 556 C Freeman Lane, Grass Valley, CA 95949. 14. QUESTIONS AND INQUIRIES A. All questions regarding this bid offering, pre opening should be directed to Mike Busse, Chief Treatment Plant Operator at (530) 477-4626. Questions that, in the opinion of the City, are fundamental to the development of pricing will be released to all vendors holding bid packets as an addendum. Lab Services FY 2016/17 Proposal - Page 6 of 9

DO NOT DETACH PROPOSAL Proposal to the City of Grass Valley, State of California, County of Nevada for the purchase of: *NAME OF BIDDER *ADDRESS CITY, STATE, ZIP PROFESSIONAL LABORATORY ANALYTICAL SERVICES DATE OF AWARD THROUGH JUNE 30, 2017 *FEDERAL TAX I.D. No.: *If awarded bid this name and address will be used for payment. No exceptions. PHONE NUMBER ( ) FAX NUMBER ( ) ADDENDA - This Proposal is submitted with respect to the changes to the Bid included in addenda number(s) (Fill in addenda numbers if addenda have been received and insert in this Proposal any Bid Item sheets that were received as part of the addenda.) In accordance with the Invitation to Bid, Conditions and Specifications, the undersigned declares that the services offered are in accordance with all requirements of the City detailed therein. Further, the undersigned declares that he/she is authorized to enter into an agreement on behalf of the above named business. (signature) (printed name) Lab Services FY 2016/17 Proposal - Page 7 of 9

BID ITEMS The award of this bid will be based on the lowest responsive, qualified, certified, and responsible bidder for the sum total of all items for analytical testing procedure conforming to the approved method detailed on the bid submittal sheet (combined award for sum of all procedures by unit price), meeting all of the City s specifications and conditions, and is subject to formal award by the City of Grass Valley. It is at the sole discretion of the City to determine the bidder best suited to meet the requirements of the specification. Bids are to be submitted for the entire work. The amount of the bid for comparison purposes will be the total of all items. The bidder shall set forth for each unit basis item of work an item price and a total for the item, and for each lump sum item a total for the item, all in clearly legible figures in the respective spaces provided for this purpose. In the case of unit basis items, the amount set forth under the "Item Total" column shall be the extension of the item price bid on the basis of the estimated quantity for the item. In case of discrepancy between the item price and the total set forth for a unit basis item, the item price shall prevail, provided, however, if the amount set forth as an item price is ambiguous, unintelligible or uncertain for any cause, or is omitted, or is the same amount as the entry in the "Total" column, then the amount set forth in the "Total" column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the item price. The bidder is also required to provide a summary of the typical reporting limits associated to each compound on which the bidder bids. Wastewater Plant TEST / APPROVED METHOD FREQUENCY AND BID PRICE COMPOUND Method QTY UNIT PRICE ITEM TOTAL Ammonia as N SM4500-NH 3 C 150 $ $ Cyanide SM4500-CN E 15 $ $ Electrical Conductivity EPA 120.1 2 $ $ Hardness as CaCO 3 SM2340 B or C 36 $ $ Mercury Low Level EPA 1631 15 $ $ Nitrite as N EPA 300.0 Rev.2 30 $ $ Nitrate as N EPA 300.0 Rev.2 30 $ $ Oil & Grease EPA 1664 4 $ $ Total Dissolved Solids SM2540C 15 $ $ Total Kjehldahl Nitrogen EPA 351.2 24 $ $ DI Inhibitory Reside Test SM9020(4)(a) 1 $ $ Fecal Coliform SM9221B/E 8 $ $ Lab Services FY 2016/17 Proposal - Page 8 of 9

Water Plant TEST / APPROVED METHOD FREQUENCY AND BID PRICE COMPOUND Method QTY UNIT PRICE ITEM TOTAL TOC (Raw WTP) SM5310 20 $ $ TTHM EPA 524.2 20 $ $ HAA5 EPA 552.3 20 $ $ WTP Total/Fecal QT on Raw Water SM9221B/E 20 $ $ TOTAL COST: $ The foregoing quantities are approximate only, being given as a basis for comparison of bids, and the Public Works Department does not express or by implication agree that the actual amount of work will correspond therewith, but reserves the right to increase or decrease the amount of any class or portion of the work, or to omit portions of the work, as may be deemed necessary, or advisable by the Public Works Director. H:\Documents\Documents\City Hall\Bids\160510_LAB_BidInvitation.doc Lab Services FY 2016/17 Proposal - Page 9 of 9