COUNTY OF ROCKLAND Department of General Services Purchasing Division

Similar documents
COUNTY OF ROCKLAND Department of General Services Purchasing Division

COUNTY OF ROCKLAND Department of General Services Purchasing Division

COUNTY OF ROCKLAND Department of General Services Purchasing Division

APPENDIX A - TECHNICAL SPECIFICATIONS HEAT TRACE INSTALL ON OIL PIPING BETWEEN TURBINE BLDG AND VALVE FARM NORTHSIDE GENERATING STATION (NGS)

Cherokee Nation

BID PROPOSAL-REVISED

Q: Oil heater installed in hydraulic tank? A: We require an oil heater thermostatically controlled installed on the Hydraulic tank.

INVITATION TO BID SUPPLY OF VARIOUS PORTABLE FIRE EXTINGUISHERS

Ada Township is soliciting bids for the following commodity or service:

CLASSROOM AMPLIFICATION SYSTEMS FORM A - BIDDER INFORMATION

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR BID NO. 15/16-003AO FIRE ALARM SYSTEM INSTALLATION AND MONITORING.

ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico General Bid Conditions

PROJ. NO SECTION PAGING, SPEAKERS AND HARD-WIRED CLOCK SYSTEMS

REQUEST FOR PROPOSALS CLEANING SERVICES

UNITED STATES DEPARTMENT OF AGRICULTURE FOREST SERVICE SPECIFICATION FOR LED HEADLAMP, FIREFIGHTER

INVITATION TO BID. Allendale Elementary School 3670 Penniman Avenue, Oakland, CA 94619

LAKE COUNTY SCHOOLS. Leading our Children to Success

SPECIFICATIONS FOR TENDER # SUPPLY OF A FIRE ALARM SYSTEMS SERVICE AGREEMENT FOR WESTERN HEALTH

1. Delete BID FORM in its entirety and replace with the BID FORM attached to this Addendum.

THIS ADDENDUM MUST BE ACKNOWLEDGED.

RFP-FQ18063/KKB-Replace Three Roofs, DC, MD AND VA GREETINGS

Request for Bid Proposal For Repair of Sprinkler Systems Iowa Veterans Home Marshalltown, Iowa

Lead Remediation/Abatement at Forest Blvd., Hugo, MN

ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico General Bid Conditions

ADDENDUM No: 3 JOSEPHINE COUNTY BUILDING OPERATIONS DEPARTMENT. February 29, NO CHANGE: March 8, 2012 / NOT LATER THAN 2:00 PM

Third Year Renewal of Three-Year Contract Bid # LR, Fire Extinguisher Service Maintenance Department Florida Fire Services, Inc.

MOSS HANGING BASKETS 2014 REQUEST FOR OFFERS NO. 1491

SPECIFICATIONS FOR TENDER # SUPPLY OF DUCTLESS MINI-SPLIT AIR CONDITIONING SYSTEMS FOR WESTERN HEALTH

SPECIFICATION ATTACHMENT A

DESCRIPTION OF WORK. The bidder shall provide adequate proof of licensure and insurance.

Brunswick-Glynn County Joint Water & Sewer Commission

REQUEST FOR QUOTES (RFQ) # Issue Date: September 21, 2017

COUNTY OF ROCKLAND Department of General Services Purchasing Division

CALL FOR TENDER - MUNICIPALITY OF THE DISTRICT OF CLARE LITTLE BROOK, N.S.

OFFICE OF THE PRINCIPAL GOVERNMENT ENGINEERING COLLEGE JAGDALPUR (C.G.)494005

BID FORM CITY OF BEVERLY HILLS. The undersigned, having carefully examined the site conditions and the Contract Documents for

MERAMEC VALLEY R-III SCHOOL DISTRICT 126 North Payne Street Pacific, MO

STATEMENT OF WORK ELECTRICAL REPAIR / MAINTENANCE BUILDING PROJECT FDC RACCOON CREEK STATE PARK (BEAVER COUNTY)

Invitation to Bid WATER HEATER HHS & WHH

SECTION SEEDING. C. Seed mix to be used will be as specified in the Bid Schedule.

Request For Quotations. For The. Fire Sprinkler Retrofit Program For Licensed Small Or Rural Retirement Homes. October 11, 2017

YEAR ONE COST PER MONTH COST PER YEAR ONE 6, YEAR TWO COST PER MONTH

REQUEST FOR PROPOSAL. Grounds Maintenance

SECTION REGULATORY REQUIREMENTS. A. Relationship between Code, Ordinances, Standards and Contract Documents

FRONT PORCH SUNSHINE REQUEST FOR QUOTATIONS CONTRACTOR AND SYSTEM QUALIFICATIONS

Supply & Installation of Fire Protection System at STPI- Nashik. Tender No. STPI/P/PUR/07/14-15 Date Signature of Bidder

SarasotaCountySchools.net

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

ADDENDUM #1: MODIFICATIONS AND ADDITIONS TO CONTRACT DOCUMENTS

FIXED PRICE BID (Open Response Date(s)) TERM CONTRACT EMERGENCY RESTORATION SERVICES Posting Date: April 18, 2017 :

Round Rock Independent School District

The Bio-data, Scope of Works for various activities related to House Keeping and others & Detail of Work are attached herewith.

* To be remitted only through DD/Banker Cheque, in favour of Bank of Baroda, payable at Bhopal.

BANK OF BARODA BIHAR REGIONAL OFFICE, 4 TH FLOOR, ANAND VIHAR, West Boring Canal Road, Patna TENDER NOTICE

Quotation For Small Purchases

Addendum # 2 Wicomico County Circuit Court Second Floor Renovations Date of Addendum: 2/6/2017

Request for Proposals (RFP) for: Columbia County Facilities Fire Detection and Security Improvements

CITY OF MILTON INVITATION TO BID (THIS IS NOT AN ORDER)

Request for Proposal

At least 10 calendar days prior to project start date Within the last 30 days of a project that will extend beyond 12 months

Request for Proposal

Document No

BANK OF BARODA ZONAL OFFICE, MP & CG ZONE BHOPAL TENDER NOTICE

SANTA FE COUNTY IFB# PW/KE CONSTRUCTION FOR THE SANTA FE MOUNTAIN CENTER KITCHENETTE AND OFFICE SPACE ADDENDUM #2

Tennessee Code/TITLE 62 PROFESSIONS, BUSINESSES AND TRADES/CHAPTER 32 FIRE PROTECTION/PART 1 FIRE PROTECTION SPRINKLER SYSTEMS

THE CITY OF NORTH RIDGEVILLE 7307 AVON BELDEN ROAD, NORTH RIDGEVILLE, OHIO TELEPHONE: (440) FAX: (440) Building Department

BANK OF BARODA BARODA CORPORATE CENTRE MUMBAI

Supplier Handbook. InSinkErator st Street Racine, WI

INDUSTRIAL EXTENSION BUREAU

Purchase: (Fire Fighting) May 26, Sub: Quotation for AMC of Fire Fighting Systems

Residential HVAC Program Guide WARMAdvantage & COOLAdvantage Programs. For Fiscal Year 2018 (7/1/2017 through 6/30/2018)

CORRIGENDUM NO: 2 TO REQUEST FOR QUOTATION CRFQ NO E-Tender Ref. No: 9093

APPLICATION DIRECTIONS Minor Exterior Alterations to Existing Home

SUMTER COUNTY BOARD OF COMMISSIONERS EXECUTIVE SUMMARY

SMALL WORKS PROJECT REQUEST FOR SEALED BIDS

Mr. Burke presented the Airport and Boeing s badging process and public safety issues as outlined in the attached meeting agenda.

PIP ELIMTD00 Motor Installation Details for Class I, Division 1 Areas (Motors 600 Volts and Below, 60 hp Maximum)

CITY OF DUBLIN REQUEST FOR PROPOSAL RFP # Issued: March 16, 2018

cbever LY) \HILLS/ AGENDA REPORT

LAUNDRY GUIDE. Bedding. Textile solutions for a better guest experience

NOTICE TO CONTRACTORS

PART 1 GENERAL Quality Assurance A. Fire Alarm Contractor Qualifications:

Michigan State University Construction Standards COMMISSIONING OF FIRE ALARM SYSTEMS PAGE

Sidney, Ohio 1204 FORMAL ISSUANCE OF CERTIFICATE OF SUBSTANTIAL COMPLETION... ON OR BEFORE JULY 30, 2015.

Contact Phone Number: (609) Fax: (609)

SPECIFICATIONS FOR PURCHASE AND INSTALLATION OF A NEW ACCESS CONTROL AND CCTV SECURITY SYSTEM FOR LARSON ICE CENTER. (Revised February 13, 2014)

TEXAS DEPARTMENT OF TRANSPORTATION PORTABLE FIRE EXTINGUISHER SERVICES ANNUAL INSPECTION MAINTENANCE, REPAIR, AND RECHARGING

Attachment 5 -- PowerPoint. Item 6C- Attach 5- PPT Presentation Page 1 of 15

Request for Qualifications. Knowledge Park Pedestrian/Cyclist Connectivity Planning and Design

REQUEST FOR PROPOSAL. Fire Suppression System Inspection and Service RFP #UCA

INVITATION FOR QUOTATION. TEQIP-II/2015/RJ1G08/Shopping/25

City of Sacramento City Council 915 I Street, Sacramento, CA,

Olivenhain Municipal Water District (OMWD) REQUEST FOR PROPOSALS. For. Ultraviolet Disinfection System at. 4S Ranch Water Reclamation Facility

FORM A: PROPOSAL (See B10.2) 1. Contract Title INTEGRATED SOLID WASTE COLLECTION IN THE CITY OF WINNIPEG

Indian National Trust for Art and Cultural Heritage (INTACH, 71, KK Birla Lane, Lodhi Estate, New Delhi , Ph. No.

EAST GREENWICH FIRE DEPARTMENT 284 MAIN STREET, EAST GREENWICH, RHODE ISLAND TELEPHONE: FAX:

Specification of (COC) Automatic Open Cup Flash Point Tester with accessories

Plan Submittal Checklist

TEMPORARY FOOD. Operator s Guide FACILITIES.

UNIFIED FACILITIES GUIDE SPECIFICATIONS

Transcription:

Department of General Services Purchasing Division Title: Contract Period: Laundry Products-Liquid Laundry Products, Automatically Dispensed with Dispensing Equipment March 1, 2013 through February 28, 2014 w/3-1 year options, Extend through February 28, 2015 w/2-1 year options, Extend through February 29, 2016 w/1-1 year option, Extended through 2/28/17, Extended through 5/1/17 or until a new bid is awarded Original Date of Issue: February 26, 2013 Date of Revision: 2/7/17 BID No: Catalog: Authorized Users: Laundry & Linen County Agencies, All Political subdivisisions Address Inquires To: Name: Richard Ryan Title: Purchaser I Phone: (845) 364-3817 Fax: (845) 364-3809 E-mail: ryanri@co.rockland.ny.us Description This contract is to provide automatically dispensed liquid laundry products and dispensing equipment. Contract # Vendor Number Contractor & Address Telephone No. BID 13-020 0000007482 Pariser Industries 91 Michigan Avenue Paterson, NJ 07503 Contact: Scott Pariser spariser@pariserchem.com 973-569-9090 FAX: 973-569-9101 PAGE 1 OF 5

LIQUID LAUNDRY PRODUCTS, AUTOMATICALLY DISPENSED WITH DISPENSING EQUIPMENT Proposal Page 1 DGS PURCHASING DEPARTMENT BLDG. A, 2ND FLOOR, 50 SANATORIUM ROAD POMONA, NY 10970 TELEPHONE NO.: 845-364-3820 FAX NO.: 845-364-3809 VENDOR: PARISER INDUSTRIES LINE NO. DESCRIPTION ITEM NUMBER EST. QTY. UNIT UNIT PRICE EXTENDED PRICE MANUFACTURER PRODUCT CODE 1 Liquid Detergent Nonionic biodegradable with antiredisposition characteristics. When tested, in stock to have a ph range of 8 or better. 30 gallon container Vendor to submit manufacturer product code number. 50535490001 70 Containers OR 2100 Gallons Container $238.50/cont. $16,695.00 SURF-X-TRA (Pariser Industries) 2 Liquid Bleach A stable chlorine providing rapid bleaching action and efficient anti-bacteria qualities. Test: 12-15% available chlorine in working solution with controlled usage. 50525390001 50 Containers OR 1500 Gallons Container $118.50/cont. $5,925.00 N-BRITE (Pariser Industries) 50-60 p.p.m. of available chlorine in working solution with controlled usage. 30 gallon container Vendor to submit manufacturer product code number.

LIQUID LAUNDRY PRODUCTS, AUTOMATICALLY DISPENSED WITH DISPENSING EQUIPMENT Proposal Page 2 DGS PURCHASING DEPARTMENT BLDG. A, 2ND FLOOR, 50 SANATORIUM ROAD POMONA, NY 10970 TELEPHONE NO.: 845-364-3820 FAX NO.: 845-364-3809 VENDOR: PARISER INDUSTRIES LINE NO. DESCRIPTION ITEM NUMBER EST. QTY. UNIT UNIT PRICE EXTENDED PRICE MANUFACTURER PRODUCT CODE 3 TOTAL OF ITEMS 1 AND 2 TOTAL $22,620.00 4 Automatic Dispensing Equipment as specified Knight EQ. MPL-1000 Please enter Manufacturer Product Code.

- DGS-PURCHASING BLDG. A., 2ND FLOOR, 50 SANATORIUM RD, POMONA, NY 10970 TELEPHONE: 845-364-3820 / TELEFAX: 845-364-3809 TITLE: LAUNDRY PRODUCTS-LIQUID LAUNDRY PRODUCTS, AUTOMATICALLY DISPENSED WITH DISPENSING EQUIPMENT BID NUMBER: PAGE: 5 SPECIFICATIONS 1. SCOPE OF WORK 1.1. The County of Rockland is requesting bids for automatically dispensed liquid laundry products and dispensing equipment. 2. REQUIREMENTS 2.1. Bidders shall submit applicable MSDS sheets with their bids. 2.2. Bidder shall submit with the bid, a detailed description of the packaging for the liquid laundry products including Manufacturer s Name and Product Code (see Proposal Pages). 2.3. The specifications, and quantities of the dispensing equipment and liquid laundry products bid, shall be compatible with the County of Rockland s existing washer equipment. 2.4. Bids containing restrictions will not be acceptable unless the County of Rockland Purchasing Department deems the restrictions conform to the County of Rockland requirements. 2.5. Vendor to supply automatic dispensing equipment and to fully install and maintain this equipment at no cost to the County of Rockland. To review installation requirements prior to bidding, Bidders should schedule site visits. Bidders should contact Ms. Antoinette Mackey to visit the Pomona location at 845-364-2535 and Ms. Luann Dillon to visit the New City location at 845-638-5626. 2.6. All liquid laundry products shall be available in 30 gallon containers. 2.7. Installation of equipment to be approved by the Laundry Supervisor and Facilities Manager at both locations. 2.8. Vendor shall be responsible for any repairs to dispensing equipment and feed lines. 2.9. The liquid laundry products shall be suitable for pumping DIRECTLY from shipping container to each washer. 2.10. Pomona Facility 2.10.1. Feed lines from the dispenser shall enter the Braun (700 lb. Washer extractors) at two different locations as prescribed by the Laundry Supervisor. e.g.: There shall be two detergent feed lines (one each side of washer), two bleach lines per Braun washer. 2.10.2. Dispensing equipment shall be wired to conform to Laundry Washer programming. 2.11. New City Correctional Center 2.11.1. Feed lines from dispenser shall enter the following laundry equipment as prescribed by the Laundry Supervisor. 2.11.1.1. Wascomat Selecta 28/85 2.11.1.2. Flexomatic FL185 2.11.2. Dispensing equipment shall be wired as to conform to Laundry Washer programming. 2.12. Vendor shall not make any variations to water levels, temperatures, etc., without the approval of the Laundry Supervisor. Any alterations to this document made by the Offeror may be grounds for rejection of the proposal, cancellation of any subsequent award, or any legal remedies available to the County of Rockland.

- DGS-PURCHASING BLDG. A., 2ND FLOOR, 50 SANATORIUM RD, POMONA, NY 10970 TELEPHONE: 845-364-3820 / TELEFAX: 845-364-3809 TITLE: LAUNDRY PRODUCTS-LIQUID LAUNDRY PRODUCTS, AUTOMATICALLY DISPENSED WITH DISPENSING EQUIPMENT BID NUMBER: PAGE: 6 2.13. In the event that discontinuance of vendor is necessary, the machines shall be returned to their original state as if powdered chemicals were to be used via the supply hopper. 2.14. Vendor will be responsible for the placement of any parts to washers that are damaged due to the installation or removal of dispensing equipment. 2.15. Vendor is responsible for the pick up and removal of empty containers. 2.16. Liquid Detergent Shall be nonionic, biodegradable with antiredisposition qualities. Amount of wash ounces to be determined by vendor and the Laundry Supervisor via testing in actual washings. Submit product code. 2.17. Liquid Bleach Shall be a stable chlorine providing rapid bleaching action and effective anti-bacteria qualities. Shall be 12-15% available chlorine in stock, when tested. Submit product code. 3. APPROVED EQUAL OR EQUIVALENT ITEMS 3.1. Bidder must submit specifications, cut sheets, and brochure data with his Bid. Bidders must also include a company name, address, contact, and contact telephone number of where the product is being utilized. 3.2. Bidder must supply samples for evaluation within five days of notification from the County of Rockland Purchasing Department. 3.3. All sample materials must be clearly labeled with the following information: 3.3.1. Bid Number 3.3.2. Bid Item Number 3.3.3. Bid Item Description 3.3.4. Product Name and Product Number 3.3.5. Vendor Name 3.4. These items will be used for evaluation purposes and will not be returned to the Bidder unless otherwise agreed to prior to sample submission. The evaluation of these products will be made by the user department based on trials, product review, or experience. 4. DURATION AND PRICE ADJUSTMENT 4.1. The term of this contract shall be for a period of one year from its effective date, with the option for three (3) additional one-year periods. 4.2. Prices are firm for the first year of the contract. In the second (2) through fourth (4) year of the contract, the contractor may receive a price adjustment. 4.3. Any price adjustment will be limited to the percent increase in the CPI Index-All Urban Consumers for the preceding twelve (12) months. Consumer Price Index (CPI) is published by the U.S. Department of Labor. 4.4. The decision to extend or not to extend the contract rests solely with the County of Rockland. 5. AWARD 5.1. Award will be made in its entirety to the lowest responsible Bidder meeting the stated requirements. 5.2. Cost per Load will be used in the overall evaluation of products submitted. Any alterations to this document made by the Offeror may be grounds for rejection of the proposal, cancellation of any subsequent award, or any legal remedies available to the County of Rockland.