To Provide and Install New Advanced Metering Infrastructure Water Meters in Jefferson Parish

expired opportunity(Expired)
From: Louisiana(State)
JPP-RFP-0481

Basic Details

started - 13 Mar, 2024 (1 month ago)

Start Date

13 Mar, 2024 (1 month ago)
due - 18 Apr, 2024 (8 days ago)

Due Date

18 Apr, 2024 (8 days ago)
Bid Notification

Type

Bid Notification
JPP-RFP-0481

Identifier

JPP-RFP-0481
State of Louisiana

Customer / Agency

State of Louisiana

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1 Delgado Community College Purchasing Department 501 City Park Avenue, Bldg. 37 New Orleans, Louisiana 70119 (504) 762-3027 Invitation to Bid Bid Name: 40006-TC # 066 – Electrical Lineworker Climbing Gear & Equipment - FY 24-25 Due By & To Be Opened On: Thursday, April 18, 2024 at 2:00PM CST Contact Person: Wendy Boesch Senior Buyer (504) 762-3031 ________________________________________________________________ NAME OF COMPANY ________________________________________________________________ ADDRESS ____________________________ / ____________ / _____________________ CITY, STATE, ZIP _________________ / _______________ / _____________________________ PHONE NUMBER FAX NUMBER EMAIL ________________________________________________________________ SIGNATURE OF COMPANY REPRESENTATIVE ________________________________________________________________ NAME (PRINTED) & TITLE OF COMPANY REPRESENTATIVE ** This form must be completed and submitted with your bid 2 GENERAL INFORMATION 1. Any
questions regarding this Invitation to Bid shall be in writing and shall be addressed to Wendy Boesch, Senior Buyer-Purchasing Department at the following address: Delgado Community College O’Keefe Administration Building 501 City Park Avenue, Building 37 New Orleans, La 70119 **Questions ONLY may be emailed or faxed to: wboesc@dcc.edu or Fax: (504) 762-3089 Any additional information resulting from such inquiries shall be distributed to all bidders via addenda. The College will not be responsible for any other explanation of the documents. 2. Sealed bids must be submitted by mail or in person. (All bids must be identifiable PRIOR to any envelope/package opening). Faxed or emailed bids NOT accepted. Mailed bids and hand carried bids shall be sealed and delivered to the person/address in item #1. The BID NAME and NUMBER must be on the OUTSIDE of the packaging, including any express mail/shipping packaging. If hand carried, Bids are to be delivered directly to the Purchasing Department. Do not leave on counter unattended. Please note that express mail or USPS carriers may not deliver directly to 501 City Park Avenue. The bidder/proposer is solely responsible for ensuring that its courier service provider makes inside deliveries to 501 City Park Avenue. **Bids received without this information, Not identifiable, and/or after the due date and time on the title page shall be automatically disqualified.** 3. Each bidder is solely responsible for the accuracy and completeness of its bid. Errors or omissions may be grounds for rejection, or may be interpreted in favor of the College. 4. Each bidder is solely responsible for the timely delivery of its bid. Delgado Community College will not be responsible for any delays in the delivery of bids, whether delayed in the mail, or for any reason whatsoever. 5. Only the issue of a purchase order or a signed acceptance of a proposal constitutes acceptance on the part of the College. 6. Assuming there is no prompt payment discount provision, payment will be made within 30 days from receipt of products in satisfactory condition, or within 30 days from receipt of invoice, whichever is later. 7. Proposer or bidder, contractor, etc. certifies, by signing and submitting a proposal for $25,000 or more, that their company, any subcontractors, or principals are not suspended or debarred by the General Services Administration (GSA) in accordance with the requirements in OMB Circular A‐133. (A list of parties who have been suspended or debarred can be viewed via the internet at www.epls.gov .) *END OF GENERAL INFORMATION SECTION* mailto:wboesc@dcc.edu 3 SCOPE AND SPECIFICATIONS 40006-TC # 066 – Electrical Lineworker Climbing Gear & Equipment - FY 24-25 SCOPE and SPECIFICATIONS: This open solicitation is for a Term Contract Bid for the provision and delivery of New Electrical Lineworker Climbing Gear and Equipment. The successful bidder shall furnish all supplies per the specifications below, upon request to Delgado Community College, River City Center, 709 Churchill Pkwy, Avondale, LA 70094 The bidder agrees that by submitting a bid and acceptance of an award, all terms and conditions as stated in this bid document will become a contractual agreement between the College and the Bidder. All services shall be coordinated with: Joan Wade, 504-762-3093, jwade@dcc.edu. It is the responsibility of the successful bidder to acquire the signature from her or her designee, if applicable. 1. TERM OF CONTRACT FOR SERVICES: This contract will begin on July 1, 2024 and commence on June 30, 2025. 2. PRICING: Must be listed on this Bid Form. a. Bidder is to include all costs per line items, including but not limited to: material cost, discounts, rebates, warranty, shipping, delivery, labor or any other charges necessary for completion of this job/bid. No additional charges or other costs after the fact are allowed. Price must be firm and not subject to change. Additional costs disclosed later will be at the expense of the Bidder. There shall be no surcharges whatsoever. b. All line items shall be bid or if zero dollars notate an explanation: i.e. “Not able to supply” or “included in a different line item number”, etc. c. Bids submitted in any other manner will not be accepted. Quotes prepared on the vendors own form are not an allowable substitute for completing the bid on this required Bid Form. 3. QUANTITIES/ORDERS: a. Items must be new and the quantities listed in the bid are estimated based upon previous purchases. The actual items/quantities ordered will be ordered on an as needed basis and at the rate/price listed. Items and/or quantities may be lesser or greater than stated in this bid document. This contract does not contain a minimum purchase guarantee. b. Orders may be placed at any time during the course of the contract in varying quantities. The college shall place orders for the necessary quantities as early as possible. Items should be readily available to be shipped/delivered timely. It shall be the responsibility of the Vendor to store the items at no cost to the College until such time as various quantities are ordered. Although may be sooner, first delivery may be around February of each year to accommodate the Spring Semester and/or throughout our fiscal year as needed. c. Bidders are to carefully consider all requirements and circumstances prior to submitting a Bid. By submitting a Bid, vendor agrees that they can supply all materials on an as needed basis, within the time frame required and that they agree to abide by all terms and conditions of the Bid. Non- compliance with terms and conditions may result in a termination of the contract. mailto:jwade@dcc.edu 4 4. DELIVERY: a. Delivery expectations are within Eight (8) weeks of order placement, if not sooner. Advise your ETA on the Bid Form below. Delivery/completion is of the essence and the College reserves the right to award to the Bidder(s) providing the earliest delivery/completion date. b. All deliveries must include inside delivery, if required, and not left curbside. Any additional cost associated with inside delivery must be included in the unit price bid. Vendor is solely responsible for offloading of all materials. c. Contact person for delivery is: Joan Wade, 504-762-3093, jwade@dcc.edu 5. SPECIFICATIONS: (or approved equivalent, see page 7 for equivalent requirements) 1) Size Small (Approximate Size 20-22) Adjustable climbing belt - Buckingham Item # 20192CM-SZ or approved equivalent: 2) Size Medium (Approximate Size 23-25) Adjustable climbing belt - Buckingham Item # 20192CM-SZ or approved equivalent: 3) Size Large (Approximate Size 26-29) Adjustable climbing belt - Buckingham Item # 20192CM-SZ or approved equivalent: 4) Size X-Large (Approximate Size 29-33) Adjustable climbing belt - Buckingham Item # 20192CM-SZ or approved equivalent: 5) Aluminum Climbers (Not Polished) - Buckingham Item # A94089A-MS or approved equivalent: 6) Pads for Aluminum Climbers/Ankle Protectors - Buckingham Item # 35021C or approved equivalent: 7) Pouch – 5 Pocket Tool Holster - Buckingham Item # 42266-BL or approved equivalent: 8) Bolt Bag - Buckingham Item # 45911M2 or approved equivalent: mailto:jwade@dcc.edu 5 9) Backpack - Buckingham Item # 4470B3 or approved equivalent: 10) Super Squeeze with woven inner strap for distribution – Buckingham Item # 488DWMS or approved equivalent: 11) Magnetic Gaff Guard – Buckingham Item # 6909M2 or approved equivalent 12) Safety Eyewear-Crossfire 24Seven Performance safety eyewear, crystal black frame, blue mirror lens - #RD-3748 or 3748 *END OF SCOPE AND SPECIFICATIONS SECTION* BID FORM/SCHEDULE 40006-TC # 066 – Electrical Lineworker Climbing Gear & Equipment No. Qty UOM Item Description (or Approved Equivalent) Model / Brand Bid Unit Price Total Price Delivery ETA 1) 2 EA Size Small (Approximate Size 20-22) Adjustable climbing belt - Buckingham Item # 20192CM-SZ 2) 12 EA Size Medium (Approximate Size 23-25) Adjustable climbing belt – Buckingham Item # 20192CM-SZ 3) 6 EA Size Large (Approximate Size 26-29) Adjustable climbing belt – Buckingham Item # 20192CM-SZ 4) 2 EA Size X-Large (Approximate Size 29-33) Adjustable climbing belt – Buckingham Item # 20192CM-SZ 5) 16 EA Aluminum Climbers (Not Polished) - Buckingham Item # A94089A-MS 6) 16 EA Pads for Aluminum Climbers/Ankle Protectors – Buckingham Item # 35021C 6 No. Qty UOM Item Description (or Approved Equivalent) Model / Brand Bid Unit Price Total Price Delivery ETA 7) 16 EA Pouch – 5 Pocket Tool Holster - Buckingham Item # 42266-BL 8) 16 EA Bolt Bag - Buckingham Item # 45911M2 9) 16 EA Backpack - Buckingham Item # 4470B3 10) 16 EA Super Squeeze with woven inner strap for distribution - Buckingham Item # 488DWMS 11) 20 EA Magnetic Gaff Guard - Buckingham Item # 6909M2 12) 20 EA Safety Eyewear - Crossfire 24Seven Performance safety eyewear, crystal black frame, blue mirror lens - #RD- 3748 or 3748 TOTAL BID AMOUNT: $ ______________________ Bidder declares and represents that the company representative; a) has carefully examined the Bidding Documents, b) has a clear understanding of the Bidding Documents, c) has not received, relied on, or based his bid on any verbal instructions contrary to the Bidding Documents, d) if applicable, for installation/services, etc., has personally inspected and is familiar with the project site, and hereby proposes to provide all labor, materials, tools, supervision, etc. to perform, in a workmanlike manner, all items and services under this contract, all in accordance with the Bidding Documents as prepared by the College Purchasing Office and Facility Services. By signing and submitting a bid, the bidder has read, understands, and acknowledges this Bid Document in its entirety and any and all addenda (if applicable) and therefore, certifies compliance with all bid requirements and has bid in accordance therewith. Date __________________________ Signature ___________________________________ *END OF BID FORM* Addendum No: _______ Dated: ____________ Addendum No: _______ Dated: ____________ Addendum No: _______ Dated: ____________ Addendum No: _______ Dated: ____________ 7 INSTRUCTIONS, REQUIREMENTS, TERMS & CONDITIONS FOR BIDDERS QUESTIONS, INQUIRIES, INTERPRETATION OR CORRECTION TO BIDDING AND ADDENDA: Any questions arising from the specifications must be addressed in writing to the individual indicated on Page 2 and will be answered via an Addendum. All questions must be submitted no later than Tuesday, April 9, 2024 by 12:00PM CST. A final 48-hour period after the issuance of Addendum will be granted for questions which are directly related only to the answers provided in the Addendum. Any interpretation, correction or change of the Bidding Documents will be made by Addendum. Interpretations, corrections or changes of the Bidding Documents made in any other manner will not be binding, and Bidders shall not rely upon such interpretations, corrections and changes. The Bidder must acknowledge all issued Addenda by signing and submitting the Addenda with their Bid. Failure to acknowledge & submit all Addenda will render the bid informal and will cause its rejection. Bid Documents and Addenda may be downloaded from https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=39 SUBSTITUTIONS, EQUIVALENTS, ALTERNATE BID: Any manufacturer’s names, trade names, brand names, or catalog numbers used in the specifications are for the purpose of describing and establishing general quality levels. Such references are not intended to be restrictive. Bids will be considered for any brand that meets or exceeds the quality of the specifications listed for any item. Vendor must state the brand/model he or she is bidding on each item. It shall be the sole responsibility of the Vendor to prove equivalency. Vendor shall submit with the bid all illustrations, descriptive literature, and specifications necessary to determine equivalency. Failure to do so may eliminate your bid from consideration. The decision of the College as to equivalency shall be final. If, after the initial year, the exact product bid is no longer available, the vendor reserves the right to advise Delgado Community College’s Purchasing Department, in writing and submit an alternative sample option that meets or exceeds the quality of the bid item or the specifications listed for review for acceptance at the same rates. After review of said option, the College will advise in writing of approval or not. Delgado Community College’s decision shall be final. If a Bidder wishes to submit an alternate bid in addition to the brand/model requested, he or she may submit one (1) alternate bid. The alternate bid must be a separate submission, must be clearly marked as an alternate, and must include all applicable forms (i.e., jobsite visit). In addition, a separate, signed cover sheet/addendums must be submitted with the alternate. CONTRACT TERM & ANNUAL AGREEMENT: This contract will begin on July 1, 2024 and commence on June 30, 2025. If mutually agreeable, contract may be renewed for up to two (2) consecutive twelve (12) month periods at the same prices, terms, etc. of this Bid. Contract extensions may not exceed thirty-six (36) months total. Escalation Clause; Prior to any renewal term, the Vendor may request a price increase for the upcoming renewal term based on documented increase. The price increase may not be greater than the Consumer Price Index (All Urban Consumers, Current Series) and/or the Employment Cost Index average increase for the prior 12 months. The College reserves the right to approve or disapprove the price increase. The Form of Agreement between the College and Contractor/Vendor for the work set forth herein will be the issuance of a purchase order/number. The Bidder agrees that by submitting a bid and acceptance of an award, all requirements, terms and conditions as stated in the bid documents will become a contractual agreement between the College and the Bidder. This contract does not contain a minimum purchase guarantee. Orders will be placed on an “as needed” basis and may be placed at any time during the course of the contract. https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspBid.cfm?search=department&term=39 8 QUALIFICATIONS OF BIDDER: Bidder’s Must be in business of selling the requested or similar supplies and/or engaged on a regular basis in performing work of a similar scope and nature to the work specified, with a minimum of five (5) years successful experience. All vendor personnel/subcontractors conducting services shall be trained and highly qualified to perform the requested work as stated within this document. Delgado Community College reserves the right to make any inquiries and investigations it deems necessary to determine the capability and responsibility of any Bidder to perform the contract work. The Bidder shall furnish all information and data requested by the College for this purpose. Failure of any Bidder to promptly provide information with their bid or in connection with any inquiry may be grounds for rejection of their bid without further consideration. BID SUBMITTAL: Bids must be submitted by mail or in person. Faxed or emailed Bids NOT accepted. (All bids must be identifiable PRIOR to opening): Mailed or In Person Bids - must include the bid name and number on the OUTSIDE of the packaging including any express mail/shipping package. If in person, Bids are to be delivered directly to the Purchasing Department. Do not leave on counter unattended. Bids submitted must be received by the date and time stated on the title page. Bids received without this information and/or after the due date and time will be automatically disqualified. In accordance with R.S. 37:2163A, Contractors’ License number in the appropriate classification(s) must appear on the bid envelope submitted on all projects in the amount of $50,000 or more (and $1.00 or more if hazardous materials are involved, if applicable. Bids must be submitted on the forms furnished for this purpose and must be filled out in ink or typewritten and signed in ink. Do not erase, correct, or write over any prices or figures necessary for this proposal. If any corrections are necessary, each must be initialed by bidder. Failure to comply with the above requirements will cause your bid to be disqualified. Effective August 15, 1997, in accordance with L.R.S. 39:1594 (Act 121), the person signing the bid must be: a) A current corporate officer, partnership member or other individual specifically authorized to submit a bid as reflected in the appropriate records on file with the Secretary of State; or b) An individual authorized to bind the vendor as reflected by an accompanying corporate resolution, certificate, or affidavit. The Bidder agrees that his/her bid is in accordance with the Scope and Specifications listed and is based solely upon the materials, requirements, etc. described in this Bid Document as advertised and as modified by addenda. The bid submitted is not based on any verbal instructions contrary to the Bid Documents and addenda. PRICING: Pricing as quoted in this Bid will be firm and not be subject to change. Bidder is to include all shipping, handling, materials, labor or any other charges necessary for completion of this bid and must be included in the cost per line item. Charges or items not listed but necessary for completion shall be furnished as part of the prices bid. Additional costs disclosed later will be at the expense of the Bidder. Effective September 1, 1991, in accordance with Act 1029 of the 1991 Regular Legislative Session, Delgado Community College will not be responsible for any sales tax, either state or local. PAYMENT TERMS: Vendor will be paid Net 30 for orders purchased via a purchase order. There will be no pre-payment of any merchandise. All invoices should be submitted to the College’s Accounts Payable Department and clearly indicate the Purchase Order Number assigned by the Delgado Purchasing Office. All invoices must be itemized in accordance with the fees set forth in the bid, lump sum invoices may not be processed. 9 MATERIAL ORDERS & SHIPPING: Awarded bidder shall receive orders for supplies and/or services via a faxed or emailed purchase order and/or purchase order number prior to ordering. All orders must be shipped per the requirements of this Bid. All shipping/handling and any other charges necessary for the completion of the bid must be included in the line item pricing. Additional costs disclosed later will be at the expense of the Bidder. Contact person for the order will be listed on the purchase order and supplies are to be delivered to the location and person indicated on the Purchase Order. All orders shipped must list the name of the recipient and purchase order number on the shipping label. NOTE: If shipping to our City Park Campus, the ship to address will be to the warehouse (unless otherwise noted on PO) at 894 Navarre Ave Bldg 42 New Orleans, LA 70124. Successful bidder will be responsible for shipping the materials to the Campus location designated by the College. Materials are to be off-loaded by the shipper and include inside delivery to each campus’ receiving area if required. Packages must not be left curbside. All areas must be kept free of hazards during delivery. Any cost associated with delivery must be included in the unit price bid. If any supplies are received damaged, Bidder will issue a return merchandise authorization for the damaged items and immediately replace it in accordance with the contract timeframe. The cost to send back any damaged merchandise is at the expense of the Bidder. BIDDERS and SUBCONTRACTORS: The Bidder servicing this contract shall be noted as the prime bidder of record with all transactions taking place between the College and the successful Bidder/Contractor. Any supply subcontracts, shipping companies, etc. in place between the Bidder and their suppliers are the sole responsibility of the Bidder and in no way will result in any type of contractual agreement between the subcontracted supplier and Delgado Community College. All subcontractors must be identified and approved in writing in advance by the College. Bidder shall promptly pay all laborers, materialmen, subcontractors, suppliers etc. for work performed pursuant to this contract. It is the Bidder’s responsibility to ensure that his/her subcontractors are properly licensed and insured and adhere to all rules and responsibilities as outlined in the bid documents. MODIFICATIONS OF MATERIALS, LOCATIONS and/or SERVICES: We do not anticipate many changes to this contract. The College reserves the right to adjust quantities as needed without change in price, and/or add or subtract additional materials/items/services/locations to this contract during the course of the agreement. The College reserves the right to add additional materials, items, services and/or locations to this contract during the course of the agreement. The College will request the addition from the Vendor/Contractor, and a rate/price will be negotiated and agreed upon at that time. Additions are subject to the same terms, conditions, etc. of this Bid. All locations will be within the Greater New Orleans area. All other bid pricing will stay the same. The College reserves the right to remove materials, items, locations or services as needed, which will remove said cost for discontinuing the services or materials from this bid without affecting any other pricing. MODIFICATION OR WITHDRAWAL OF BID: A bid may not be modified, withdrawn, or canceled by the Bidder for a period of thirty (30) calendar days for the period following the time and bid date designated for the receipt of bids, and Bidder so agrees in submitting his bid, except in accordance with R.S. 39:1594,F. Prior to the time and date designated for receipt of bids, bids submitted early may be modified or withdrawn only by notice to Delgado Community College Purchasing Office at the place and prior to the time designated for receipt of bids. Withdrawn bids may be resubmitted up to the time designated for the receipt of bids provided that they are then fully in conformance with these Instructions to Bidders. 10 NON-EXCLUSIVITY CLAUSE: This agreement is non-exclusive and shall not in any way preclude state agencies from entering into similar agreements and/or arrangements with other vendors or from acquiring similar, equal and/or like goods and/or services from other entities or sources. DISCRIMINITORY PRACTICES: Delgado Community College of the State of Louisiana is an equal opportunity employer and looks to its contractors, subcontractors, bidders, and suppliers to take affirmative action to effect this commitment in its operations. Both the College and the bidder shall abide by the requirements of Title VII of the Civil Rights Act of 1964, and shall not discriminate against employees or applicants due to race, color, religion, sex, handicap or national origin. Furthermore, both parties shall take affirmative action to provide for positive posture in employing and upgrading persons without regard to race, color, religion, sex, handicap, or national origin, and shall take affirmative action as provided in the Vietnam Era Veteran's Readjustment Act of 1974. Both parties shall abide by the requirements of Title VI of the Civil Rights Act of 1964 and the Vocational Rehabilitation Act of 1974 to ensure that services are delivered without discrimination due to race, color national origin or handicap. Both parties shall comply with the requirements of the Americans with Disabilities Act of 1990 which bans discrimination in employment or in delivery of services on the basis of sexual orientation. COMPLIANCE: The Bidder agrees that he/she complies with all bid requirements as stated in this bid and has reviewed and received any and all addenda (if applicable). The bidder must warrant firm’s compliance with all applicable federal, state, and local laws, rules, regulations and any and all other requirements as it pertains to state agencies of the State of Louisiana. TERMINATION/CANCELLATION OF AGREEMENT: • The College reserves the right to cancel the request for bids for any reason, and waive any informalities regarding such cancellation. • The College reserves the right to cancel the purchase order and/or contract upon thirty (30) days written notice for failure of the Bidder to comply with the terms and/or conditions of this Agreement including but not limited to; deliver/complete on time, for delivery of unsatisfactorily merchandise, or for any unsatisfactorily performance by the Vendor as determined by the College. • Termination of this agreement for cause – DCC may terminate this agreement for cause based upon the failure of Bidder to comply with the terms and/or conditions of the Agreement, or failure to fulfill its performance obligations pursuant to this agreement, provided that DCC shall give the Contractor written notice specifying the Bidder’s failure. If within thirty (30) days after receipt of such notice, the Bidder shall not have corrected such failure or, in the case of failure which cannot be corrected in thirty (30) days, have begun in good faith to correct such failure and thereafter proceeded diligently to complete such correction, then DCC may, at its option, place the Bidder in default and the Agreement shall terminate on the date specified in such notice. Bidder may exercise any rights available to it under Louisiana law to terminate for cause upon the failure of DCC to comply with the terms and conditions of this agreement, provided that the Bidder shall give DCC written notice specifying the DCC’s failure and a reasonable opportunity for DCC to cure the defect. • Termination for non-appropriation of funds - The continuance of this contract is contingent upon the appropriation of funds to fulfill the requirements of the contract by the legislature. If the legislature fails to appropriate sufficient monies to provide for the continuation of the contract, or if such appropriation is reduced by the veto of the Governor or by any means provided in the appropriations act or Title 39 of the Louisiana Revised Statutes of 1950 to prevent the total appropriation for the year from exceeding revenues for that year, or for any other lawful purpose, and the effect of such reduction is to provide insufficient monies for the continuation of the contract, the contract shall terminate on the date of the beginning of the first fiscal year for which funds are not appropriated. 11 • Termination for Convenience - The College may terminate the Contract at any time by giving thirty (30) days written notice to the Bidder. The Bidder shall be entitled to payment for work performed (monthly charges to be prorated) to the extent work has been performed satisfactorily. If, for any reason, the Bidder desires to terminate the Contract, he may do so upon giving written notice of sixty (60) days to the College. Bidder shall perform all work satisfactorily as contracted until the determined termination date • Cancellation Conditions - In any of the following cases, the College shall have the right to immediately cancel the contract agreement due to: the interruption of operation in any of the contracted facilities or the College beyond its control; failure of the Bidder to maintain a satisfactory performance bond or adequate insurance coverage; wherever the bidder is guilty of misrepresentation; wherever the contract agreement was obtained by fraud, collusion, conspiracy, or other unlawful means, or the contract agreement conflicts with any statutory and constitutional provision of the State of Louisiana or the United States. In case of default by the Bidder, the College reserves the right to purchase any or all items or services in default on open market, charging the Bidder with any excessive costs. Until these excessive costs are paid to the College, the Bidder shall not do business with the College again. • Implementation of Termination - The Contractor shall terminate all work under the Contract to the extent and on the date specified in the Notice of Termination or reduction of work and until such date shall, continue to perform all work required in the specification and be compensated for such work. In the event of termination or reduction in the scope of work by the College, the College shall pay the Bidder for all work satisfactorily performed up to the effective date of termination or reduction in the scope of work, in accordance with the prices included in Bidder’s bid less all partial payments made on account prior to the effective date of termination or reduction in the scope of work. Upon termination as above, the Contract Administrator shall make final determination of the amount due the Bidder for work performed. GENERAL TERMS & CONDITIONS: 1. A response to a bid invitation is our only indication of your interest in college business. Failure to respond to six (6) consecutive bid invitations may cause your name to be removed from the bidders’ list. 2. It shall be specifically agreed and understood that the Bidders may attend the Bid opening. 3. No information will be given out as to opinions concerning the ultimate outcome while consideration of the award is in progress. 4. Payment terms are to be NET 30 upon receipt of materials and invoice received in our Accounts Payable Department. Prepayment of any materials is not acceptable. 5. Failure to comply with the requirements as stated in this Bid Document will disqualify the bid. 6. Materials supplied or used in the performance of this work must be of the highest quality/safety and must comply with the specifications provided in the solicitation 7. Quantities are estimated to be the amounts needed and are not guaranteed. In the event a greater quantity is needed, the right is reserved by the College to increase the quantity at the unit price stated in the bid for the initial year. 8. Whenever any award is considered, Bidder agrees to furnish specific samples as applicable, either for approval or equivalency examination upon request by the College. It shall also be specifically agreed and understood that the decision of the College regarding equivalency shall be final. Any samples submitted for comparison will not be returned. 9. Delgado Community College reserves the right to reject any or all bids and to waive any informalities including technicalities in specifications that preclude competition. 10. It shall be distinctly agreed and understood that the price quoted must be a firm price including shipping, and not be subject to change at time of the shipment of goods or delivery of services. 11. In case of default by the Bidder, the College reserves the right to purchase any or all items in default on the open market, charging Bidder with any excessive costs. Should such charge(s) be assessed, no subsequent bids of the defaulting Bidder will be considered until the assessed charge(s) have been satisfied. 12 12. All shipping, handling, materials, labor or any other charges necessary for the procurement of these materials or to complete this job must be included in amount bid. Charges or items not listed but necessary for procurement of these items or completion of the job shall be furnished as part of the prices bid. Additional costs disclosed later will be at the expense of the Bidder. 13. All deliveries shall be made FOB Destination to the College unless otherwise specified by the College. All freight charges are to be included in the unit price. The College will not be responsible for freight charges not clearly stated as a part of this bid. 14. Orders/Services shall be delivered/completed within the allotted timeframe as specified in the Bid, if applicable. 15. Delivery/completion is of the essence and the College reserves the right to award to that Bidder providing the earliest delivery/completion date. 16. The College reserves the right to award the above items separately, grouped, or on an all-or-none basis. It is the intent of the College to award to a single vendor. 17. The Bid shall be awarded on the basis of responsive, lowest total cost, qualified bidder, and/or earliest delivery date, if applicable, as determined by the College. 18. Bidder must be able to provide shipping and tracking information for all orders placed if requested by Delgado Community College. 19. Bidder must be able to provide a delivery/project timeline if requested by Delgado Community College. 20. The College shall have the right to reject any or all bids not accompanied by any data/documents required by the Bidding Documents or a bid in any way incomplete or irregular. 21. The Bidder agrees that this agreement and any subsequent contract will be governed by all rules and regulations of the State of Louisiana and that those rules and regulations take precedence over any other terms and conditions. 22. If item(s) or Services bid do not fully comply with specifications, including brand and/or product number or work, bidder must state in what respect the item(s)/services or work deviate. Failure to note exceptions on the bid form will not relieve the successful bidder from supplying the actual products or services requested. 23. List of distributors: The Bidder signing the bid shall be designated as the Prime Bidder on any contract/agreement resulting from this bid. If additional Bidders are authorized to receive orders for items covered under this proposal, the Bidder must submit, with bid, a list of those additional authorized distributors. 24. Bidders are advised that all hazardous products must be accompanied by a “Hazardous Materials Data Sheet”. This sheet must also include suggested antidotes for ingestion and other contact. 25. All items delivered shall be subject to inspection as to grade and/or quality. If any item is inspected and fails to meet the specifications, the delivery already made will be held for the Vendor’s disposition or returned to the Vendor via Freight Collect. If the Vendor fails to make satisfactory replacement within a reasonable time as determined by the College, the College reserves the right to cancel the item and to purchase it elsewhere. 26. If the Vendor fails to make delivery within a satisfactory time as determined by the College, the College reserves the right to cancel the item and to purchase it elsewhere, charging the increase in price and cost of handling, if any, to the Vendor making the original unsatisfactory or late delivery. *END OF INSTRUCTIONS, REQUIREMENTS, TERMS & CONDITIONS SECTION* END OF BID DOCUMENTS

1201 N. Third Street, Baton Rouge, Louisiana 70802Location

Address: 1201 N. Third Street, Baton Rouge, Louisiana 70802

Country : United StatesState : Louisiana

You may also like

WATER STORAGE IMPROVEMENTS PHASE 1 – LEVINE WATER TANKS | CONTRACT #24-B-05

Due: 21 May, 2024 (in 23 days)Agency: Passaic Valley Water Commission

Advanced Metering Infrastructure Services for Water Metering

Due: 09 May, 2024 (in 12 days)Agency: Instrument or meter maintenance and repair service

C1DA--NRM-AE 632-22-117 Install Generator Building 6 (NP) at Northport

Due: 21 May, 2024 (in 24 days)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.