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

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

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

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

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

CCDC EXPANSION PROJECT

Invitation to Bid WATER HEATER HHS & WHH

THIS ADDENDUM MUST BE ACKNOWLEDGED.

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

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

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

Bid Response: Formal Sealed Bid

CITY OF EAU CLAIRE, WISCONSIN REQUEST FOR PROPOSALS

COUNTY OF ROCKLAND Department of General Services Purchasing Division

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

INVITATION TO BID SUPPLY OF VARIOUS PORTABLE FIRE EXTINGUISHERS

INDUSTRIAL EXTENSION BUREAU

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

Request for quotation (RFQ) for goods/services

Carson Street Streetscape Improvements. Request for Proposals

NOTICE TO CONTRACTORS

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

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

SEALED BID FORM M.V. CISCO

CP1-C5 COMPACTOR SPECS 2009

इ ड यन ओव रस ज ब क Indian Overseas Bank. क ष त र य क य ऱय, Regional Office, Chandigarh

Understanding the Benefits of Compaction

SMALL WORKS PROJECT REQUEST FOR SEALED BIDS

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

CLASSROOM AMPLIFICATION SYSTEMS FORM A - BIDDER INFORMATION

cbever LY) \HILLS/ AGENDA REPORT

DOCUMENT ADVERTISEMENT FOR BIDS

SUMTER COUNTY BOARD OF COMMISSIONERS EXECUTIVE SUMMARY

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

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

CITY OF MEXICO BEACH REQUEST FOR QUOTES: LIFT STATION PANELS REPLACEMENT

REQUEST FOR PROPOSALS CLEANING SERVICES

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

Applications should be mailed to: Storm Drain Marker Design Project City of Fort Collins Purchasing Division P.O. Box 580 Fort Collins, CO 80522

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

STAR HOUSE BANK OF INDIA NATIONAL BANKING GROUP NORTH-I H-2 CONNAUGHT CIRCUS Middle/Outer Circle, Phone No

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

CITY OF BEACON NOTICE TO LANDSCAPE ARCHITECTS GENERAL INFORMATION AND REQUEST FOR PROPOSALS

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

STREETSCAPE IMPROVEMENTS OF MARLBORO PIKE, COMMERCIAL BUSINESS DISTRICT (PART OF THE FAÇADE & INFRASTRUCTURE IMPROVEMENT PROGRAM PHASE II)

COUNTY OF ROCKLAND Department of General Services Purchasing Division

City of Ashland. Attn: Laura Loucks; Sustainability Intern 601 Main Street West Ashland, WI

TENDER FOR EMPANELMENT OF VENDORS

REQUEST FOR PROPOSAL

Tender document for Supply/ Installation of New Fire extinguishers & Refilling TENDER NOTICE

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

NOTICE INVITING TENDER

EAST BAY MUNICIPAL UTILITY DISTRICT

USD 480 Auxiliary Services Department Robert Burkey, Director

Brunswick-Glynn County Joint Water & Sewer Commission

Quotation For Small Purchases

Agenda Cover Memorandum

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

PROCEDURE: FURNITURE, ART, & DÉCOR STANDARDS & REQUESTS

Annual Fire Systems and Backflow Preventers Testing

NORTH HILLS SCHOOL DISTRICT INVITATION TO BID GENERAL/SPECIAL CONDITIONS. Fire Extinguisher Inspection and Maintenance

TENDER FOR EMPANELMENT OF VENDORS FOR REFILLING AND SUPPLY OF NEW FIRE EXTINGUISHERS FOR BRANCHES AND OFFICES IN ZONE UNDER

Council Action: Route To: Department/Individual: Initials/Date: Remarks:

EM-1501 EM-2101 EM-3101 EM-4101

CITY OF TUTTLE REQUEST FOR PROPOSALS FOR OUTDOOR WARNING SIRENS

REQUEST FOR PROPOSAL. Grounds Maintenance

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

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

TEXAS DEPARTMENT OF TRANSPORTATION GENERAL SERVICES DIVISION LIGHT, WARNING, 360 DEGREE LED BEACON PUBLICATION

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

City of Johannesburg Supply Chain Management Unit

11 CONTRACT AWARD FOR SECURITY SERVICES

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

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

Item No. Description 1. BID PROPOSAL FORM Make the following revisions: a. Replace the BID PROPOSAL FORM with the attached BID PROPOSAL FORM.

Agenda Item. Issue under Consideration: Procurement #12-060, Closed Door Horizontal Baler for Materials Recycling Facility (MRF)

BID SPECIFICATIONS FOR (NAME OF ENTITY) COMMUNITY OUTDOOR WARNING SIRENS

INVITATION TO QUOTE. Page 1 of 7. Fire & Emergency Safety Plan Control Number: 2018-CFS-003 Issue Date: March 7, Purpose

NB/ 0695/MFFS/P 17A Feb 18 REQUEST FOR INFORMATION (RFI) FOR SUPPLY AND INSTALLATION OF MAGAZINE FIRE FIGHTING SYSTEM

Relationship beyond banking

CP-711. Stationary Compactor

NATIONAL BANKING GROUP WEST-1

COUNTY OF ROCKLAND Department of General Services Purchasing Division

INTER - UNIVERSITY ACCELERATOR CENTRE (An Autonomous Centre of UGC) Aruna Asaf Ali Marg, New Delhi

Town of Borden-Carleton

MOSS HANGING BASKETS 2014 REQUEST FOR OFFERS NO. 1491

BID NO be obtained. no later. Troy School District. subsequently. addressed or. part; to. make awards Rankin Troy, MI 48083

ADDENDUM/AMENDMENT NUMBER 5 (October 7, 2016) Fire/Security Alarm-Intercom/Clock/Bells-Audio/Video Systems

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

ALLIED FIRE & SAFETY EQUIPMENT CO.,INC.

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL

CP-4101 CP-4101-HD. Stationary Compactor

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

CP-3002 CP-3002-D. Heavy Duty Stationary Compactor

REQUEST FOR QUOTE. Bid Reference ACWMC Security Surveillance Access Control and Intrusion Equipment Package

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

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

EXPRESSION OF INTEREST CONSULTANCY SERVICES FOR GIVING FACELIFT TO BHEL GATES & LAND SCAPING OF SOUTH AVENUE AT BHEL-R.C.

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 11605

Request for Proposals Design Services for Kitchen Remodel and Second Floor Layout

City of La Puente REQUEST FOR PROPOSAL ADDENDUM NO. 1

Transcription:

CITY OF DUBLIN REQUEST FOR PROPOSAL RFP #18-03-003 Issued: March 16, 2018 The City of Dublin is accepting sealed proposals for the purchase of two (2) 40 yd. selfcontained trash compactors and three (3) 6-yd. self-contained front load trash compactors for the Sanitation Department. All equipment furnished must be new and unused. Proposals are to include all items necessary for fully functional trash compactors, whether or not items are listed in the specifications. Proposals are to be returned, sealed and marked RFP #18-03-003, by 2:00 p.m. on Thursday, March 29, 2018: Courier: City of Dublin Mail: City of Dublin Purchasing Dept. Purchasing Dept. 215 Truxton St. PO Box 690 Dublin, GA 31021 Dublin, GA 31040 Proposals received after the specified date and time will not be considered. All proposals submitted must be FOB Dublin, Georgia. The City reserves the right to accept or reject any or all proposals, to waive formalities and technicalities, and to make an award in the best interest of the City. Factors to be considered in making this award, if awarded, will be equipment, price, service & parts availability, warranty and references. The City will be the sole judge of the weights given these factors. Proposals will be opened in the conference room in the Purchasing Department, 215 Truxton St., Dublin, Georgia, on the hour and date specified above, local time prevailing. No proposals will be accepted after the opening time. No faxed or e-mailed proposals will be accepted. Prices quoted shall be firm prices and remain firm until delivery is made. If awarded, the City will place an order with the successful bidder within forty-five (45) days after opening. Please contact Kris Harden, CPPB, Purchasing Director, at hardenk@dlga.com should you have any questions. 1 P a g e

CITY OF DUBLIN SPECIFICATIONS FOR NEW SELF-CONTAINED FRONT LOAD TRASH COMPACTOR RFP #18-03-003 The City of Dublin will be accepting proposals from trash compactor vendors until 2:00 p.m. on Thursday, March 29, 2018 for the purchase of three (3) new self-contained front load trash compactors. Proposals should include specifications of model(s) proposed, supporting manufacturer s literature, warranty information, and references for similar equipment. Equipment is to be delivered and installed at each site listed. Proposals may be delivered to the Purchasing Department, 215 Truxton St., Dublin, GA 31021 or mailed to the Purchasing Department, PO Box 690, Dublin, GA 31040. The City of Dublin is accepting proposals to obtain the best value for the City and may or may not award by low bid. Proposals will be opened at the above stated date and time and no prices will be divulged until the City Council makes an award. The City of Dublin reserves the right to negotiate with any vendor to obtain the best value for the City. EVALUATION: Evaluation criteria to be used in the selection will be: Equipment for City Needs 40% Price 30% Service & Parts 10% Warranty 10% References 10% REQUIREMENTS: MULTIPLE UNITS MAY BE PROPOSED. MINIMUM SPECIFICATIONS/REQUIREMENTS FOR SELF-CONTAINED FRONT LOAD TRASH COMPACTOR: 6-yd. container Portable, easily moved Safe and easy operation Minimal cycle time Remote power unit Manufacturer s standard charge opening Container lid latch and auto release Odor neutralizer 100% full light 230v single or triple phase Electronic keypad Liquid tight Rugged construction Minimum 1-year warranty 2 P a g e

Training on the proper operation of the compactors Trash compactor locations: One each Steak N Shake, Veterans Blvd. Two each Madison St. parking lot Operators manual Color: Dark green All factory standards plus any options in the RFP List five (5) business references with comparable equipment List three (3) top features of equipment that would be the most beneficial to the City of Dublin Complete color brochure with all specifications on the proposed machine must be included in proposal List any other warranties that may be available on proposed unit Compactors may be used by multiple businesses. Please list any options for multi-user safety/security 3 each Self-Contained Front Load Trash Compactor UNIT COST: $ TOTAL COST: $ MAKE/MODEL PROPOSED: DELIVERY TIME: BIDDER: ADDRESS: NAME: TITLE: SIGNATURE: PHONE NUMBER: FAX NUMBER: E-MAIL: **Prices quoted to be F.O.B. Dublin, GA ***Payment terms are N30 ****Equipment to be delivered fully serviced and ready for use 3 P a g e

CITY OF DUBLIN SPECIFICATIONS FOR NEW SELF-CONTAINED TRASH COMPACTOR RFP #18-03-003 The City of Dublin will be accepting proposals from trash compactor vendors until 2:00 p.m. on Thursday, March 29, 2018 for the purchase of two (2) new self-contained trash compactors. Proposals should include specifications of model(s) proposed, supporting manufacturer s literature, warranty information, and references for similar equipment. Equipment is to be delivered and installed at each site listed. Proposals may be delivered to the Purchasing Department, 215 Truxton St., Dublin, GA 31021 or mailed to the Purchasing Department, PO Box 690, Dublin, GA 31040. The City of Dublin is accepting proposals to obtain the best value for the City and may or may not award by low bid. Proposals will be opened at the above stated date and time and no prices will be divulged until the City Council makes an award. The City of Dublin reserves the right to negotiate with any vendor to obtain the best value for the City. EVALUATION: Evaluation criteria to be used in the selection will be: Equipment for City Needs 40% Price 30% Service & Parts 10% Warranty 10% References 10% REQUIREMENTS: MULTIPLE UNITS MAY BE PROPOSED. MINIMUM SPECIFICATIONS/REQUIREMENTS FOR SELF-CONTAINED TRASH COMPACTOR: 40-yd. container/receiver box 2 cu. yd. charge box Safe and easy operation Minimal cycle time Remote power unit with weather cover Manufacturer s standard opening Minimum of 7 ga. metal construction Single-piece steel floor Heavy duty controls Heavy duty hydraulic cylinders Minimum 10 ft. hydraulic hoses with quick disconnect Ram guides Key operated controls Tight door seal 4 P a g e

Lockable door latch Odor neutralizer 100% full light 230v single or triple phase Liquid tight Rugged construction Minimum 1-year warranty Training on the proper operation of the compactors Trash compactor locations: One each Jackson St. Plaza parking lot One each New apartments under construction on Woodlawn Drive Operators manual All factory standards plus any options in the RFP List five (5) business references with comparable equipment List three (3) top features of equipment that would be the most beneficial to the City of Dublin Complete color brochure with all specifications on the proposed machine must be included in proposal List any other warranties that may be available on proposed unit Compactors may be used by multiple businesses. Please list any options for multi-user safety/security 2 each Self-Contained Trash Compactor UNIT COST: $ TOTAL COST: $ MAKE/MODEL PROPOSED: DELIVERY TIME: BIDDER: ADDRESS: NAME: TITLE: SIGNATURE: PHONE NUMBER: FAX NUMBER: E-MAIL: 5 P a g e

**Prices quoted to be F.O.B. Dublin, GA ***Payment terms are N30 ****Equipment to be delivered fully serviced and ready for use 6 P a g e