You are on page 1of 10

INVITATION TO BID DEPARTMENT OF PUBLIC PURCHASES CITY HALL-45 LYON TERRACE-ROOM 324 BRIDGEPORT, CT.

06604 (203) 576-7291 TWO (2) SEALED BIDS will be received by the Purchasing Agent on the following until 2:00 P.M. Wednesday, August 31, 2005. ___________________________________ Kathryn Cullen, Buyer, Board of Education BID #BMB4368 HOWE ANNEX-NEW CORRIDOR LOCKERS August 5, 2005

Two (2) sealed bids for will be received by the Department of Public Purchases, 45 Lyon Terrace, Room 324, Bridgeport, Connecticut 06604, until 2:00 p.m., Wednesday, August 31, 2005 and then, at said office, be publicly opened. The intent of the Invitation for Bid is to obtain pricing for the supply and installation of Lockers at Howe Annex for the City of Bridgeport Board of Education Maintenance Department. No work or deliveries shall be performed under the contract award until a Purchase Order has been issued by the Purchasing Department. All Bidders must attend a scheduled site visit at each on Wed, August 24, 2005 at 9:30 AM for a tour of the areas to make themselves familiar with the conditions at the site/s, and to determine the scope of the job, as no allowances will be made for errors in judgment, or omissions. Copies of the bid may be obtained from the City of Bridgeport website at www.ci.Bridgeport.ct.us. Spec package may be obtained at the Department of Education Maintenance, 999 Broad St, 2nd flr, Bridgeport, Ct free of charge or from the Purchasing Department at 45 Lyon Terrace, Rm. 324. For further information please contact Joe Ventuarelle Tel: 203 576-7122, Fax: 203 576-8369 or e-mail Ventaj0@ci.bridgeport.ct.us Bidder must comply with the following:

Certificates of Insurance required shall be furnished to the Department of Public


Purchases, City Hall, 45 Lyon Terrace, Bridgeport, Connecticut 06604 and must be shown as issued to the City of Bridgeport as additional insured.

The undersigned bidder shall be bound and obligated to perform and subscribe to all
aspects, terms and conditions of the attached Instructions to Bidders (pages 1-4). The City of Bridgeport reserves the right to: Reject any and all bids in whole or in part or to waive any informality in bidding if it is determined to be in the best interest of the City of Bridgeport. To make awards not based solely on low bid when time is a critical factor.

Reserves the right to accept any bid, in its sole discretion, or any part thereof, or reject any or all bids.

It is hereby understood, agreed and acknowledged that upon award of the successful bid the undersigned bidder shall be bound and obligated to perform for the City of Bridgeport in accordance with the Terms, Obligations, Conditions, and Specifications as set forth in this bid and the Invitation to Bid. Any changes, revisions or alterations of this contract of the Terms, Conditions and Requirements herein shall deem this document to be null and void. This bid, the Invitation to Bid and the Purchase Order shall be an enforceable contract between the City and the undersigned bidder. TWO (2) COPIES OF BIDS MUST BE SUBMITTED. Bid Submission: Sealed bids must be received and time-stamped by the Purchasing Department prior to bid closing time. No bid received after bid-closing time will be considered. To assure that youre bid received priority treatment within our mailing systems please mark as follows. Bid due, Date & Time BID # BMB4368 HOWE ANNEX (NEW CORRIDOR LOCKERS) Late Bids: It shall be the sole responsibility of the bidder to pay for any type of delivery service charge, and to see that the Office of the Purchasing Agent receives his/her bid on time. The clock used shall be the Purchasing Agents official date and time stamp clock. The City does not assume financial responsibility for late deliveries by the U.S. Postal System or any other delivery service If your envelope is not marked accordingly, the City will not assume responsibility. _______________________________________ COMPANY NAME _______________________________________ ADDRESS ________________________________ DATE ________________________________ NAME OF OFFICER OR CO/OP

NAME OF OFFICER CO/CORP (Please print) _______________________________________ TELEPHONE ________________________________ AUTHORIZED SIGNATURE

AUTHORIZED SIGNATURE _______________________________________ FAX # E-MAIL ADDRESS ________________________________ EMPLOYERS FEDERAL ID # or SS #

_______________________________________ OFFICIAL CONTRACT AWARD (Purchasing)

________________________________ DATE

BMB4368 NEW LOCKERS HOWE ANNEX

VENDOR:____________________________

I will furnish all labor, materials, equipment and services necessary to perform the work required for the Base Bid package in accordance with bid documents. This job is to be bid as a complete turnkey operation, meaning any area addressed in scope of work. Turn Key Total for all Work: __________________________________________________Dollars ($________________________) (BIDDER: Fill in the amount in works and numbers. In cases of conflicts between works and numbers, work shall control)

ATTENTION USE of BRAND or TRADE NAMES; Any brand or trade names used by the City of Bridgeport in bid specifications are for the purpose of describing and establishing the standard of quality, performance and characteristics desired and are not intended to limit or restrict competition. Bidders may submit bids for substantially equivalent products to those designated unless the Invitation to Bid proved that a specific brand is necessary because of compatibility requirements, etc. All such brand substitutions shall be subject to purchasers approval. PRODUCT INDENTIFICATION: Bidders must clearly identify all products bid. Brand name and model or number must be shown. The City of Bridgeport reserves the right to reject any bid when the product information submitted with the bid is incomplete.

SCOPE OF WORK

TO SUPPLY & INSTALL NEW LOCKERS, NINETY (90) SINGLE TIER LOCKERS. (see SPEC SHEET) TO PROVIDE ANY PRINTS, PERMITS, FEES, REQUIRED BY THE LOCAL BUILDING & FIRE OFFICIALS. TO FOLLOW ALL LOCAL & STATE CODES. ALL PERSONEL TO BE REGISTERED WITH THE STATE OF CONNECTICUT. COMPANY DOING WORK TO BE REGISTERED WITH THE STATE OF CONNECTICUT. CONTRACTOR RESPONSIBLE FOR ALL LOCKER COUNTS, MATERIAL, LABOR, AND TREAT THIS BID AS A COMPLETE TURN KEY OPERATION. CONTRACTOR TO FOLLOW ALL FEDERAL, STATE & LOCAL LAWS, CODES. SUMMER WORK HOURS WILL BE 8 A.M. TO 4 P.M. MONDAY TO FRIDAY, FROM JUNE 25, 2005, UNTIL AUGUST 29, 2005. AFTER AUGUST 29, 2005, HOURS OF WORK SHALL BE 3 P.M. TO 10 P.M. SATURDAYS 8 A.M. TO 4 P.M. (BID THE WORK FOR NIGHT/WEEKEND RATES). ALL WORK SHALL BE COMPLETED 90 DAYS FROM DATE OF PURCHASE ORDER ISSUE. A FINE OF ONE HUNDRED DOLLARS ( $100.00) PER DAY UNTIL WORK IS TOTALLY COMPLETED. WHEN SUBSTITUTES ARE MADE THEY HAVE TO BE APPROVED, FIRST. THE CONTRACTOR IS RESPONSIBLE TO HAVE EACH NEW LOCKER WORKING PROPERLY. THE CONTRACTOR WILL REPLACE BROKEN OR DAMAGED LOCKERS.

CONTRACTORS ARE RESPONSIBLE FOR VIEWING THE SITE AND MAKING SURE THEY HAVE A PROPER UNDERSTANDING OF WHATE THE JOB WILL ENTAIL. CLEAN-UP IS THE RESPONSIBILITY OF THE CONTRACTOR. THERE CAN BE NO EXPOSED SHARP PARTS OR SAFETY HAZARDS FOR THE UPCOMING SCHOOL DAY. ALL LOCKERS TO BE INSTALLED ACCORDING TO THE MANUFACTURERS SPECIFICATION. REMOVAL OF TWO (2) EXISTING METAL-WOOD CAGE ENCLOSURES/ FILL IN HOLES THAT ARE REMAINING ON FLOOR & WALL WITH PROPER FILL MATERIAL. REMOVE HOOKS OFF COAT RACK AND FUR OUT WALL TO MATCH EXISTING BOARD THICKNESS BEFORE INSTALLING LOCKERS. CENTER HALLWAY-FUR OUT WALL TO MATCH EXISTING THICKNESS OF BULLETIN BOARD BEFORE FASTING LOCKERS TO WALL. ALL TOP & SIDES OF LOCKERS TO HAVE FULL RETURNS TO WALL.

ADDITIONAL SPECS MUST BE OBTAINED at the Department of Education Maintenance, 999 Broad St, 2nd flr, Bridgeport, Ct free of charge or from the Purchasing Department at 45 Lyon Terrace, Rm. 324.

1. BIDDING PROCEDURE 1.1 Bidder shall submit two (2) complete, sets, unless otherwise stated in the solicitation, of the bid documents and all supporting material. All appropriate blanks shall be completed. The signer of the bid shall initial any interlineations, alteration or erasure on the specification document. Bidder shall not change the proposal form nor make additional stipulations on the specifications document. 1.2 Bid prices shall be submitted on the Proposal Form included in the bid document. 1.3 Bidders may submit a bind on all all or none or lump sum basis, but should also submit a quotation on any item-by-item basis. 1.4 Each bid must be legibly printed (no pencil), include the full name, business and e-mail address, and telephone number of the bidder; and be signed in ink by the bidder. 1.5 A bid by a firm or organization other than a corporation must include the name and address of each member. 1.6 A duly authorized official thereof must sign a bid by a corporation in the name of such corporation. 1.7 Any person signing a bid for a firm, corporation, or other organization must attest that they are duly authorized to bind such firm, corporation, or organization. 1.8 Bids received after the time and date established for receiving bids will be rejected. 1.9 At bid meeting all bids are publicly opened and received. These bids will be considered unverified. Bid rankings may change as bids are verified. The results of the bid opening do not become final until after bids are verified. 2. BIDDERS SECURITY 2.1 Bid Security, as a guarantee of good faith, in the form of a certified check, cashiers check, or bidders bond, may be required to be submitted with this bid document, as indicated on the Proposal form, per Ordinance, for all bids over $50,000.00 2.2 If alternate bids are submitted, only one bid security will be required, provided the bid security is based on the amount of the highest gross bid. 2.3 Such bid security will be returned to the unsuccessful bidders when the award of bid is made. 2.4 Bid security will be returned to the successful bidder(s) as follows: 2.4.1 For single order bids with specified quantities; upon the delivery of all equipment or merchandise, and upon final acceptance by the City. 2.4.2 For all other contracts: upon approval by the City of the executed contract and bonds. City shall have the right to retain the bid security of bidders to whom an award is being considered until either: 2.5 City shall have the right to retain the bid security of bidders to whom an award is being considered until either: 2.5.1 A contract has been executed and bonds have been furnished. 2.5.2 The specified time has elapsed so that the Bids may be withdrawn. 2.5.3 All bids have been rejected. 2.6 Bid security will be forfeited to the City as full liquidated damages, but not as a penalty, for any of the following reasons, as pertains to this specification document: 2.6.1 If the bidder fails to deliver the equipment or merchandise in full compliance with the accepted proposal and specifications. 2.6.2 If the bidder fails or refuses to enter into a contract on forms provided by the City, and/or if the bidder fails to provide sufficient bonds or insurance within the time period as established in the letter of intent. 3. EQUAL OPPORTUNITY/AFFIRMATIVE ACTION 3.1 The City of Bridgeport is dedicated to equal employment opportunity and to the implementation of positive programs designed to ensure the prevention of any discriminatory practices, either intentional or inadvertent, with respect to race, national origin, age, sex, handicap, sexual orientation or veteran status. The City of Bridgeport is totally committed to full compliance with the letter and spirit of the Civil Rights Act of 1964, as amended; Executive Order 11246, as amended; the American with Disabilities Act of 1990; the Vietnam Era Veterans Readjustment Assistance Act of 1972; the Rehabilitation Act of 1973; and all other federal and state laws concerning equal opportunities.

3.2

It is the policy of the City of Bridgeport to: 3.2.1 Recruit, hire, train, and promote persons in all job titles without regard race, national origin, age, handicap, sexual orientation, or veteran status, sex, except where sex is a bona fide occupational qualification. 3.2.2 Base decisions on employment so as to further the principle of equal employment opportunity. 3.2.3 Ensure that promotion decisions are in accord with principles of equal employment opportunity by imposing only valid requirements for promotional opportunities. 3.2.4 Ensure that all personnel actions such as compensation, benefits, transfers, layoffs, return from layoff, City of Bridgeport sponsored training, social and recreational programs, education, and tuition assistance will be administered without regard to race, national origin, age, handicap, sexual orientation, veteran status or sex.

4. PREVAILING WAGES 4.1 Each contract for the construction, remodeling, alteration or repair of any public building or of public work of any kind is subject to prevailing wages pursuant to City Ordinance (section 3.08.120) 4.2 For additional information please contact the City of Bridgeports Contract Compliance Officer, Dennis Scinto, Jr. @ 203 576-8227. 5. DATA PRIVACY 5.1 Bidder agrees to abide by all applicable State and Federal laws and regulations concerning the handling and disclosure of private and confidential information concerning individuals and corporations as to inventions, copyrights, patents and patent rights. 5.2 The bidder agrees to hold the City harmless from any claims resulting from the bidders unlawful disclosure or use of private or confidential information. 6. BIDDERS REPRESENTATION 6.1 Each bidder by signing and submitting a bid, represents that the bidder has read and understands the specifications documents, and the bid has been made in accordance therewith. 6.2 Each bidder for services further represents that the bidder is familiar with the local conditions under which the work is to be done and has correlated the observations with the requirements of the bid documents. 7. INDEPENDENT PRICE DETERMINATION 7.1 By signing and submitting this bid, the bidder certifies that the prices in this bid have been arrived at independently, without consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder prior to bid opening directly or indirectly to any other bidder or to any competitor; no attempt has been made, or will be made, by the bidder to induce any person or firm to submit, or not to submit, a bid for the purpose of restricting competition. 8. CLARIFICATION OF SPECIFICATION DOCUMENTS 8.1 Bidders shall promptly notify the Purchasing Agent of any ambiguity, inconsistency or error, which they may discover upon examination of the specification documents. 8.2 Bidders desiring clarification or interpretation of the specification documents shall make a written request which must reach the Purchasing Agent at least seven (7) calendar days prior to the date and time for receipt of bids. 8.3 Interpretations, corrections and changes made to the specification documents will be made by written addenda. 8.4 Oral interpretations or changes to the Specification Documents made in any other manner, will not be binding on the City; and bidders shall not rely upon such interpretations or changes. 9. ADDENDA 9.1 Addenda are written instruments issued by the City prior to the date for receipt of bids, which modify or interpret the specification document by addition, deletion, clarification or correction. 9.2 It is the Vendors responsibility to check for addenda prior to submitting proposals. 9.3 Copies of addenda will be made available for inspection at the office of the Purchasing Agent. 9.4 No addenda will be issued later than seventy-two (72) hours prior to the date and time for receipt of bids, except an addenda withdrawing the Invitation to bid or an addenda, which includes postponement of the bid. 9.5 Bidders shall ascertain prior to submitting their bid that they have received all addenda issued, and they shall acknowledge receipt of addenda on the addenda form by including it with bid submission. 10. ANTI-LOBBYING PROVISION 10.1 During the period between the bid close date and the contract award, bidders, including their agents and representatives, shall not directly discuss or promote their bid with any member of the City Council or City Staff except in the course of City-sponsored inquiries, briefings, interviews, or presentations, unless requested by the City. 11. BRAND NAMES 11.1 Wherever in the specifications or proposal form brand names, manufacturer, trade name, or catalog numbers are specified, it is for the purpose of establishing a grade or quality of material only; and the term or equal is deemed to follow. 11.2 It is the bidders responsibility to identify any alternate items offered in the bid, and prove to the satisfaction of the City that said item is equal to, or better than, the product specified.

11.3

11.4

Bids for alternate items shall be stated in the appropriate brand on the proposal form, or if the proposal form does not contain blanks for alternates, bidder MUST attach to the specification documents on Company letterhead a statement identifying the manufacturer and brand name of each proposed alternate, plus a complete description of the alternate items including illustrations, performance test data and any other information necessary for an evaluation. The bidder must indicate any variances by item number from the specification document no matter how slight. Bidder must fully explain the variances from the specification document, since brochure information may not be sufficient. If variations are not stated in the proposal, it will be assumed that the item being bid fully complies with the Citys application.

12. DEMONSTRATIONS/SAMPLES 12.1 Bidders shall demonstrate the exact item(s) proposed within seven (7) calendar days from receipt of such request from the City. 12.2 Such demonstration can be at the City delivery location or a surrounding community, 12.3 If bidder does not have an item in the area, it will be at the bidders expense to send appropriate City personnel to the nearest location to view and inspect proposed item(s). 12.4 If items are small and mailable and the bidder is proposing an alternate product, the bidder MUST supply a sample of the exact item. Samples will not be returned. 13. DELIVERY 13.1 Each bidder shall state on his proposal form the date upon which he can make delivery of all equipment or merchandise. Time required for delivery is hereby made an essential element of the bid. 13.2 The City reserves the right to cancel orders or any part thereof, without obligations, if delivery is not made within the time(s) specified on the proposal form. 13.3 All bids shall be based upon inside delivery of the equipment or merchandise F.O.B. the City at the location specified by the City, with all transportation charges paid. 14. WARRANTIES, GUARANTEES AND MAINTENANCE 14.1 Copies of the following documents must accompany the bid proposal for items being bid: 14.1.1 Manufacturers warranties and/or guarantees. 14.1.2 Bidders maintenance policies and associated costs. 14.2 As a minimum requirement of the City, the bidder will guarantee in writing that any defective components discovered within a one- (1) year period after the date of acceptance shall be replaced at no expense to the City. Replacement parts of defective components shall be shipped at not cost to the City. The bidder shall pay shipping costs for defective parts required to be returned to the bidder. 14.3 Bidder warrants and represents to the City that all software/firmware/hardware/equipment systems developed, distributed, installed or programmed by Bidder pursuant to this Specification and Agreement. 14.3.1 No Disclaimers: The warranties and representations set forth in this section 13.3 shall not be subject to any disclaimer or exclusion of warranties or to any limitations of Licensors liability under this Specification agreement. 15. ACCEPTANCE OF MATERIAL 15.1 All components used in the manufacture or construction of materials, supplies and equipment and all finished materials, shall be new, the latest make/model, of the best quality, and the highest grade workmanship.

15.1.1
15.2 15.3 15.4 15.5

Any and all additional equipment, options or attachments so specified, shall be O.E.M parts or sub-assemblies and installation of same shall be performed by the factory or a factory authorized dealer. No customization or modifications shall be authorized which diminishes or makes void pre-existing warranties. Material delivered under this proposal shall remain the property of the bidder until: 15.2.1 A physical inspection and actual usage of this material is made and found to be acceptable to the City; and 15.2.2 Material is determined to be in full compliance with the specifications and accepted proposal. In the event the delivered material is found to be defective or does not conform to the specification documents and accepted proposal, then the City reserves the right to cancel the order upon written notice to the bidder and return materials to the bidder at bidders expense. Successful bidder shall be required to furnish title to the material, free and clear of all liens and encumbrances, issued in the name of the City of Bridgeport, Connecticut, as required by the specification documents or purchase orders. Selling dealers advertising decals, stickers or other signs shall not be affixed to equipment. Vehicle mud flaps shall be installed blank side out with no advertisements. Manufacturers standard production forging, stampings, nameplates and logos are acceptable.

16. BID EVALUATION AND AWARD 16.1 The signed bid proposal shall be considered an offer on the part of the bidder. Such offer shall be deemed accepted upon issuance by the City of purchase orders, contract award notifications, or other contract documents appropriate to the work. 16.2 No bid shall be modified or withdrawn for a period of sixty (60) calendar days after the time and date established for receiving bids, and each bidder so agrees in submitting the bid. 16.3 In case of discrepancy between the unit prices and their extensions, the unit prices shall govern. 16.4 The bid will be awarded to the lowest responsive, responsible bidder whose proposal will be most advantageous to the City, and as the City deems will best serve their requirements. 16.5 The City reserves the right to accept or reject any or all bids; to request rebids; to award bids item-by-item, by groups, or

16.6

lump sum; to waive irregularities and technicalities in bids; such as shall best service the requirement and interest of the City. Bid preference for city-based (see Ordinance 3.08.090).

17. INDEMNIFICATION 17.1 The bidder shall indemnify and hold harmless the City, its members, its officers and employees from and against all claims, damages, losses, and expenses, including, but not limited to attorneys fees arising out of or resulting from the performance of the contract, provided that any such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property other than goods, materials and equipment furnished under this contract, including the loss or use resulting therefore; is caused in whole or part by any negligent act or omission of the bidder, any subcontractor, or anyone directly or indirectly employed by any one of them or anyone for whose acts may be liable, regardless of whether or not it is caused by a party indemnified hereunder. 17.2 In any and all claims against the City or any of its members, officers or employees by and employee of the bidder, any subcontractor, anyone directly or indirectly employed by any of them or by anyone for whose acts made by any of them may be liable, the indemnification obligation under 17.1 shall not be limited in anyway by any limitation of the amount or type of damages, compensation or benefits payable by or for the bidder or any subcontractor under workers or workmens compensation acts, disability benefit acts or other employee benefit acts. 18. TERMS OF PAYMENT 18.1 The City shall endeavor to make payment for goods and services within 30 days after review for correctness and legality and approval of the fiscal offer in charge based upon complete and properly documented invoices. No claim for interest shall be honored unless the City fails to make payment within 60 days after receipt of a complete and properly documented invoice. The City is not liable in any event for interest greater than 6% per annum, which shall only accrue on the 61st day after failure to make a required payment. 18.2.1 Federal Tax Exemption 06-730246K Exempt from State Sales Tax under State General Statutes Chapter 219 Section 12 412. 19. LAWS 19.1 The laws of the State of Connecticut shall govern the rights, obligations, and remedies of the Parties under this proposal and any agreement reached as a result of this process. 20. CITY RIGHT TO SET-OFF DELINQUENT PROPERTY TAXES OWED

20.1

Pursuant to C.G.S. 12-146b, as amended, the city has the right to set-off against any payment due to a vendor or to withhold payment from any vendor if any taxes levied by the city against any vendor or its property, both real and personal, are delinquent, provided, however, that no such amount withheld shall exceed the amount of tax, plus penalties, lien fees and interest outstanding at the time such set-off or withholding of payment occurs. Any vendor that has either been elected by Competitive Bidding process, has signed a Contract or has obtained a purchase order hereby authorizes the city to execute such set-off or to withhold such payment from amounts otherwise due to the vendor.

You might also like