Lift station; pump maintenance

Agency: State Government of Louisiana
State: Louisiana
Level of Government: State & Local
Category:
  • 43 - Pumps and Compressors
  • 46 - Water Purification and Sewage Treatment Equipment
  • J - Maintenance, Repair, and Rebuilding of Equipment
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD11472167288620876
Posted Date: Mar 4, 2024
Due Date: Mar 26, 2024
Solicitation No: 40007-232406
Source: Members Only
bid number description date issued bid open date/time help
40007-232406 Lift station; pump maintenance
Original: 40007-232406
03/04/2024 03/26/2024
9:00:00 AM CT
40007

Attachment Preview

INVITATION TO BID
Bid Number: 232406 , Maintenance Lift Stations, Pumps, etc. at Various BRCC Sites
Bids Will Be Publicly Opened: March 26, 2024 at 9:00 a.m.
Bid Release Date: March 4, 2024
INSTRUCTION TO BIDDERS
1
Baton Rouge Community College (BRCC) will accept quotes via facsimile or email prior to the quotation due
date and time listed above. Quotations subject to the conditions stated herein and attached hereto, are hereby
invited and will be received at this office by fax or email response.
2
ALL PRICES MUST BE FIRM AND ARE TO BE QUOTED COMPLETE AND FOB Baton Rouge
Community College, Baton Rouge, LA unless otherwise stated by the College in this form. Freight to be
Prepaid and Allowed. To ensure consideration of your quote please include all pages of quotation documents
in your quote.
3
Vendor is responsible for including all applicable taxes in the quotation price. BRCC is exempt from all state
and local sales and use taxes.
4
Payment will be made within thirty (30) days after receipt of invoice, delivery, and authorized inspection and
acceptance, whichever occurs last. Delinquent payment penalties are mandated and governed by Louisiana
R.S. 39:1695.
5
Bids submitted are subject to provisions of the laws of the State of Louisiana including, but not limited to, La.
Title 39: 1551-1736, Chapter 17; Purchasing Rules and Regulations (Title 34 of the Louisiana Administrative
Code); Executive Orders; and the terms conditions, and specifications listed in this solicitation.
6
Quotations shall be signed by a person authorized to bind the vendor in accordance with L.R.S. 39:1594.
By signing this quotation form the vendor certifies compliance with all Instructions and General Conditions
and further certifies that this quote was issued without collusion or fraud.
7
The College reserves the right to award the order by individual items, related items, or by total, whichever it
deems to be in its best interest and the College also reserves the right to reject any and all quotations and to
waive informalities. College may terminate the contract for convenience at anytime (1) by giving thirty (30)
days written notice to the contractor of such termination or (2) by negotiating with contractor an effective date.
College shall pay contractor for, if applicable: (A) deliverables in progress; (B) the percentage that has been
completed satisfactorily; AND(C) for transaction based services up to the date of termination, to the extent
work has been performed satisfactorily.
8
Unless otherwise called for in the specifications, all products are to be new, current model, and of the best
quality as measured by acceptable standards of the trade, and any defects in any product may cause its
rejection. WHEREVER MANUFACTURER’S TRADE OR BRAND NAMES APPEAR IN THE
SPECIFICATIONS, IT IS TO BE ASSUMED THAT EQUAL PRODUCTS WILL BE CONSIDERED
UNLESS OTHERWISE SPECIFIED BY THE COLLEGE. ANY BIDDER PROPOSING EQUAL
PRODUCTS IS TO SUBMIT WITH QUOTATION COMPLETE INFORMATION, INCLUDING
SPECIFICATION AND PICTURES DEPICTING PROPOSED EQUALS. QUOTATIONS NOT
SPECIFYING BRAND NAME AND MODEL NUMBER SHALL BE CONSIDERED AS OFFERING THE
EXACT PRODUCT SPECIFIED. Where applicable, all products are to be covered by standard factory
warranty unless otherwise specified by College.
9. By signing and submitting any bid for $25,000 or more, the bidder certifies that their company, any subcontractors,
or principals are not suspended or debarred by the General Services Administration (GSA) in accordance with
the requirements in “Audit Requirements in Subpart F of the Office of Management and Budget’s Uniform
Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards” (Formerly OMB
Circular A-133). A list of parties who have been suspended or debarred can be viewed at www.sam.gov .
1
QUOTATION
PLEASE FILL IN ALL BLANKS and RETURN ALL PAGES WITH QUOTATION
Signature of Authorized Bidder:
(Shall be signed and dated)
Company:
(Typed or printed)
____________________________
Name, (Typed or Printed)
Payment Terms:
______________________________
Address
______________________________
City, State, Zip
Telephone No. __________________
Email Address: ____________________
Fax No. ________________________
STANDARD TERMS AND CONDITIONS
1
Bid form.
All written Bids shall be submitted on the Bid Forms provided and in accordance with the Bid package and, properly
signed. Bids submitted in the following manner will not be accepted:
A.
Bid Instructions and Bid Forms contain no signature indicating intent to be bound;
B.
Bid not submitted on BRCC’s standard Bid Package and Bid Form.
2
Receipt of Bids.
Bids shall be received by email.
3
Bid Opening.
Bids may be examined within 72 hours after Bid opening. Information pertaining to completed files may be secured by
visiting the BRCC Purchasing Department during normal working hours.
4
Withdrawal of Bids.
A bidder may only withdraw a bid within forty-eight (48) hours after a bid opening, excluding Saturdays, Sundays and
legal holidays, for good cause as for patently obvious, unintentional, and substantial mechanical, clerical, or mathematical
errors, or errors of unintentional omission of a substantial quantity of work, labor, material or services made directly in
the compilation of the bid.
5
Standards of Quality.
Any product or services bid shall conform to all applicable federal and state laws and regulations and the specifications
contained in the solicitation. Any product must be ADA compliant. Unless otherwise specified in the solicitation, any
manufacturer’s name, trademark, brand name or catalog number used in the specifications is for the purpose of describing
the standard of quality, performance, and characteristics desired and is not intended to limit or restrict competition.
Bidders shall specify the brand and model number of the product offered in his Bid. Bids not specifying brand and model
number shall be considered as offering the exact products specified in the solicitation.
6
New Products.
Unless specifically called for in the Invitation, all products for purchase shall be new, never previously used, and the
current model and/or packaging. No remanufactured, demonstrated, used or irregular product will be considered for
purchase unless otherwise specified in the solicitation. The manufacturer’s standard warranty will apply unless otherwise
specified in the Invitation.
7
This term contract period is for 12 months. Upon agreement of BRCC and the contractor, a term contract may be
extended for two additional twelve month periods at the same prices, terms and conditions. In such cases, the total
contract cannot exceed 36 months.
2
8
Prices & Delivery.
Unless otherwise specified by BRCC in the Invitation, Bid prices shall be complete, including transportation prepaid by
Bidder to destination and firm for acceptance for a minimum of 45 days. Prices are to be bid on unit of measure
requested, per roll, per reel, per carton, per gallon, etc., as specified in the Invitation. If accepted, prices shall be firm for
the contractual period.
Bids other than Platform Delivery F.O.B. destination may be rejected. Platform Delivery FOB Destination means the
successful bidder shall deliver and unload purchased items to the dock of the designated point of receipt. All cartage,
drayage, packaging, handling, palletizing, etc. shall be included in the Bid price. Include a packaging list that includes the
purchase order number with each shipment.
Bids may be rejected if the delivery time indicated is longer than that specified in the Invitation.
9
Taxes.
Vendor is responsible for including all applicable taxes in the Bid Price. BRCC is exempt from all state and local sales
and use taxes.
10 Award.
A purchase order or contract will be awarded to the Bidder who has provided a responsive and responsible Bid at the most
favorable Bid Price as determined by the signed Bid Form.
BRCC reserves the right to award items separately, grouped or on an all-or-none basis and to reject any or all Bids and
waive any informalities. The purchase order or contract, faxed, mailed, or delivered to the successful bidder is the official
authorization to render services.
11 Invoices.
Invoices shall be submitted to, Baton Rouge Community College, Accounts Payable, 201 Community College Drive,
Baton Rouge, Louisiana, 70806. The invoice shall refer to the delivery ticket number, delivery date, purchase order
number, quantity, unit price, and deliver point. A separate invoice for each order delivered and accepted shall be
submitted by the contractor in duplicate. Invoices shall show the amount of any cash discount and shall be submitted on
the contractor’s own invoice form. Payment will be made on the basis of the unit price as listed in the purchase
order/contract. Such price and payment will constitute full compensation of furnishing and delivering the contract
commodities or services.
12
Purchase Order/Contract Cancellation for Cause.
BRCC has the right to cancel any contract, in accordance with its purchasing rules and regulations, for cause, including
but not limited to, the following:
(1) Failure to deliver within the time specified in the contract;
(2) Failure of the product or service to meet specifications, conform to sample quality or to be delivered in
good condition;
(3) Misrepresentation by the contractor;
(4) Fraud, collusion, conspiracy or other unlawful means of obtaining any contract with BRCC;
(5) Conflict of contract provisions with constitutional or statutory provisions of state or federal law;
(6) Any other breach of contract.
13
Termination of the Purchase Order/Contract for Convenience.
BRCC may terminate the contract at any time by giving thirty (30) days written notice to the Contractor of such
termination or by negotiating with the Contractor an effective date. The Contractor shall be entitled to payment for
deliverables in progress, to the extent work has been performed satisfactorily.
14
Termination for Non-Appropriation of Funds
The continuance of the 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.
15
Default of Contractor.
3
Failure to deliver within the time specified in the Bid will constitute a default and may cause cancellation of the contract.
Where BRCC has determined the contractor to be in default, BRCC reserves the right to purchase any and all products or
services covered by the contract on the open market and to charge the contractor with the cost in excess of the contract
price. Until such assessed charges have been paid, no subsequent Bid from the defaulting contractor will be considered.
16 Order of Priority.
In the event there is a conflict between the Instructions to Bidder or Standard Terms and Conditions or Special Terms and
Conditions, the Special Term and Conditions shall govern.
17 Applicable Law.
All contracts shall be construed in accordance with and governed by the laws of the State of Louisiana.
18 Terms and Conditions.
This solicitation contains all terms and conditions with respect to the commodities herein, any vendor contracts, forms,
terms or other materials submitted with bid may cause bid to be rejected.
19 Equal Opportunity.
By submitting and signing the Bid, Bidder agrees that he will not discriminate in the rendering of services to and/or
employment of individuals because of race, religion, sex, age, national origin, handicap or disability. Bidders shall keep
informed of and comply with all Federal, State and local laws, ordinances and regulations which affect his employees or
prospective employees.
20 Non-Exclusivity Clause.
This agreement is non-exclusive and shall not in any way preclude BRCC from entering into similar agreements and/or
arrangements with other vendors or from acquiring similar, equal or like goods and/or services from other entities or
sources including state contracts.
21 Scope of Work Inclusions.
Contractor shall include all labor, material and equipment required to produce a completed service or installation which is
acceptable to BRCC.
Contractor shall furnish all necessary permits, licenses and certifications as may be required for the performance of the
required services.
Contractor is responsible and shall clean up and remove from any premises where the services are performed all debris
resulting from his work and shall see that BRCC’s premises and items furnished are left in good order, clean and
properly installed.
22 Purpose.
The purpose of this contract is to provide the specified services. The terms and conditions of this specification
are
incorporated into and an essential part of the services. The contractor shall perform all services in a safe manner, in a
manner to conform to the highest standard of good trade practices, in accordance with applicable laws and regulations
and in accordance with manufacturer’s performance specifications.
23
Insurance and Indemnity.
See Exhibit A
24
Pre-Bid Inspections.
A NON MANDATORY PRE BID MEETING WILL BE HELD ON: MARCH 12, 2024 AS PER BELOW.
BIDDERS MUST NOTIFY BRCC BY EMAIL PRIOR TO MONDAY, MARCH 11, 2024 IF THEY WILL BE
ATTENDING ANY OF THE NON MANDATORY PRE BID MEETINGS USING EMAIL ADDRESS
washingtonb@mybrcc.edu
NON MANDATORY PRE BID LOCATIONS AND TIMES: Tuesday March 12, 2024
EQUIPMENT WILL BE VIEWED AT:
9:30 AM
MID CITY, 201 COMMUNITY COLLEGE DRIVE (Meet in Front of the
Governors Building)
10:30 AM
ACADIAN, MAIN ENTRANCE, 3250 N. ACADIAN THRUWAY E
4
11:30 AM
12:30 PM
2:30 PM
ATC, MAIN ENTRANCE, 2115 NORTH LOBDELL
CENTRAL, MAIN ENTRANCE, 10700 HOOPER ROAD, CENTRAL, LA
PORT ALLEN, 3233 ROSEDALE ROAD, PORT ALLEN, LA
***********IF BIDDERS WILL BE ATTENDING ANY OF THESE NON MANDATORY PRE BID MEETINGS THEY
MUST EMAIL BRCC AT washingtonb@mybrcc.edu PRIOR TO March 11, 2024
Bidder is responsible to inspect any site required for the services and have acquainted himself with all of the local
conditions under which the work will be performed. No additional compensation will be granted because of unusual
difficulties which may be encountered in the execution of the work or services. Bidders are responsible to verify
measurements and amount of supplies prior to submitting a bid. If vendor finds conditions that disagree with the physical
lay-out as described in this bid or other features of the specifications that appear to be in error, same shall be brought to
the attention of the BRCC Purchasing Department personnel prior to bid opening.
25 BRCC Inspection.
All work and services performed under this contract shall be subject to inspection by BRCC, its staff or a specialist
designated by BRCC to ensure compliance with all terms and conditions of this contract at BRCC’s expense.
In the event services are rejected as unsatisfactory or failing to comply with all terms and conditions or this contract, the
successful Bidder shall redo the work at its sole cost and expense, or the contract may be cancelled at the option of
BRCC.
26 N/A
27 Signature Authority.
ATTENTION: R.S. 39:1594(C)(4) REQUIRES EVIDENCE OF AUTHORITY TO SIGN AND SUBMIT BIDS TO THE STATE OF
LOUISIANA. YOU MUST INDICATE WHICH OF THE FOLLOWING APPLY TO THE SIGNER OF THIS BID.
PLEASE CIRCLE ONE.
1. THE SIGNER OF THIS BID IS EITHER A CORPORATE OFFICER WHO IS LISTED ON THE MOST CURRENT
ANNUAL REPORT ON FILE WITH THE SECRETARY OF STATE OR A MEMBER OF A PARTNERSHIP OR
PARTNERSHIP IN COMMENDAM AS REFLECTED IN THE MOST CURRENT PARTNERSHIP RECORDS ON
FILE WITH THE SECRETARY OF STATE. A COPY OF THE ANNUAL REPORT OR PARTNERSHIP RECORD
MUST BE SUBMITTED TO THIS OFFICE BEFORE CONTRACT AWARD.
2. THE SIGNER OF THE BID IS A REPRESENTATIVE OF THE BIDDER AUTHORIZED TO SUBMIT THIS BID
AS EVIDENCED BY DOCUMENTS SUCH AS, CORPORATE RESOLUTION, CERTIFICATION AS TO
CORPORATE PRINCIPAL, ETC. IF THIS APPLIES A COPY OF THE RESOLUTION, CERTIFICATION, OR
OTHER SUPPORTIVE DOCUMENTS SHOULD BE ATTACHED HERETO.
3. THE BIDDER HAS FILED WITH THE SECRETARY OF STATE AN AFFIDAVIT OR RESOLUTION OR OTHER
ACKNOWLEDGED/ AUTHENTIC DOCUMENT INDICATING THAT THE SIGNER IS AUTHORIZED TO
SUBMIT BIDS FOR PUBLIC CONTRACTS. A COPY OF THE APPLICABLE DOCUMENT SHOULD BE
SUBMITTED TO THIS OFFICE BEFORE CONTRACT AWARD.
28
It is the Bidder’s responsibility to check the LaPac website frequently for any possible addenda that may be issued.
BRCC is not responsible for a Bidder’s failure to download any addenda documents required to complete the Invitation to
Bid.
29. Materials & Workmanship.
It is the intent of these specifications to describe a complete system in satisfactory operating condition. The work will be
installed in accordance with all local, state and federal codes, laws and regulations, whether called for in these
specifications or not. All materials and apparatus required for the work will be new, of the quality specified, furnished,
delivered, erected, connected and finished in every detail and will be so selected and arranged to fit properly in the
building space. All work will be executed by competent workmen and in a thorough, substantial and workmanlike
manner.
5
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >