CIP# ABD2001 Page 1
INVITATION FOR BIDS
Office Trailer (CIP# ABD2001)
BID SUBMITTAL DATE, TIME, & LOCATION:
December 16, 2019 @ 2:00 PM
Mount Pleasant Waterworks Operations Center
1619 Rifle Range Road
Mount Pleasant, SC 29464
EMAIL QUESTIONS TO:
Brian King, Budget & Procurement Supervisor
Financial Services Division
Mount Pleasant Waterworks
*MAIL BIDS TO:
Mount Pleasant Waterworks
1619 Rifle Range Road
Mount Pleasant, SC 29464
Attention: Brian King
HAND CARRY BIDS TO:
Mount Pleasant Waterworks
1619 Rifle Range Road
Mount Pleasant, SC 29464
MARK ENVELOPE: “Office Trailer Bid” Attn: Brian King
* Respondents mailing bids should allow a sufficient mail delivery period to
ensure timely receipt of their bids by Mount Pleasant Waterworks.
CIP# ABD2001 Page 2
INVITATION FOR BIDS Office Trailer (CIP# ABD2001)
Mount Pleasant Waterworks (MPW) invites interested vendors to offer formal bids as
described herein.
GENERAL BIDDING INSTRUCTIONS
1) Vendors must submit two (2) copies of each bid within the time frame indicated
for submission.
2) Vendors shall submit their bids, identifying the contents clearly marked on the
outside of the envelope “Office Trailer Bid”, by the submission deadline to: Brian
King, Budget & Procurement Supervisor, Mount Pleasant Waterworks, 1619 Rifle
Range Rd., Mount Pleasant, S.C. 29464. MPW will accept bids until 2:00 p.m.
Monday December 16, 2019.
3) MPW shall have a period of up to thirty (30) days after the opening of bids in
which to award the contract to the lowest responsible bidder after taking into
consideration servicing capability, workmanship, and a history of satisfactory
service.
4) Submission of a bid will be considered as conclusive evidence of the bidder’s
complete examinations and understanding of the specifications as provided by
MPW.
5) In the event after award, a unit is delivered to MPW which does not comply with
standard approved specifications listed in the bid packet and has not been
approved by MPW, the vendor, upon notification, shall immediately remove from
the premises any such unit and replace it in full accordance with the specifications
outlined herein.
6) Bids received after the time and date specified will not be considered and will be
deemed unresponsive.
7) Unless noted otherwise, any manufacturers’ names, trade names, brand names, or
catalog numbers used in the specifications are for the purposes of describing and
establishing 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 unit as deemed appropriate by MPW.
8) The unit must be furnished as described and specified, delivered FOB
Destination, Freight Prepaid.
9) Prices quoted shall include all discounts to be considered in making the award and
shall be net, including delivery to Mount Pleasant Waterworks Operations Center
or other designated location. State and local taxes, as applicable, should be
included in the bid price.
CIP# ABD2001 Page 3
GENERAL TERMS AND CONDITIONS
1) Mount Pleasant Waterworks reserves the right to reject any and all bids in whole
or in part and to waive all technicalities as deemed appropriate.
2) Awards shall be made to the lowest responsible bidder who submits a responsive
bid, which is most advantageous to MPW.
3) In case of default by the vendor, MPW reserves the right to purchase like unit on
the open market charging the vendor with any additional costs. Should such
charges be assessed, no subsequent bids of the defaulting vendor shall be
considered until the assessed charges have been satisfied.
4) Unit prices shall govern over extended prices.
5) Bid prices shall reflect all unit: (F.O.B. Destination, Freight Prepaid).
6) Ambiguous bids, which are uncertain as to terms, delivery, quantity, and/or
compliance with specifications, may be rejected or otherwise disregarded.
7) All bids shall be executed and submitted in a sealed envelope. The face of the
envelope shall contain the following:
a. Office Trailer Bid
b. Bid Date: December 16, 2019
c. Time: 2:00 p.m.
d. Attention: Brian King
8) Bidders and/or their representatives shall direct all inquiries and all other
communications regarding this bid to Brian King. All questions shall be in writing
or electronic mail in order to forward the answers to all prospective bidders. No
oral answers to bid questions shall be permitted. This shall ensure fairness and
give all bidders an equal opportunity to be considered.
9) Any addenda to the bid documents will be issued in writing. No oral statements,
explanations or commitments shall be of any effect unless incorporated in the
addenda.
10) MPW reserves the right to contact bidders individually for the purpose of
clarifying bids and/or request additional information.
11) MPW is not liable for any cost incurred by the bidders in connection with the
development and submittal of their bids.
12) In estimating the lowest cost, MPW will consider any of the following in addition
to bid price; delivery; quality; service; performance analysis; reference checks of
other users of the unit; location of support operations and size of the support staff
in relationship to number of systems being serviced by the staff; and size, fiscal
stability and longevity of the providing company. This list is not all-inclusive.
CIP# ABD2001 Page 4
13) Bid prices will include all costs related to the delivery and start up/installation of
the unit, if applicable. The successful bidder will deliver the unit to the location
specified on the issued Purchase Order.
14) A unit bid as new shall be new, not used, and subject to the inspection, tests, and
approval of MPW. The bidder shall guarantee the materials and workmanship
against defect due to faulty materials or faulty workmanship or negligence for the
stated period in the warranty. Proposed unit must perform for the intended
purpose for which it is bid.
15) Discussions or communications (written or oral) concerning the bid, the bidders,
the bidder’s competitors or the award of the bid with members of the Commission
shall be basis for disqualification of the affected party’s bid.
16) All warranties provided on proposed the unit shall commence once MPW
inspects, tests, and accepts the unit as specified in the bid document.
17) A copy of the warranty documents, if applicable, must accompany the bids.
18) A list of all recalls in the last year applicable to the unit being bid shall be
included in the bid.
CIP# ABD2001 Page 5
Subject: Mount Pleasant Waterworks RFQ – New Office Trailer
Mount Pleasant Waterworks (MPW) is requesting a quote for the purchase and
installation of a New Office Trailer to located at 1619 Rifle Range Road.
Background
Last year MPW purchased and placed a new office trailer adjacent to their operations
center. They are now in need of an additional trailer due to their continued growth. The
existing trailer utilities were placed with capacity for 2 trailers. This second trailer will
connect to a nearby grinder pump and a nearby water tap. All utilities will be installed by
the Owner.
Included in the proposal package are 3 pictures of the existing trailer (Attachment A), a
Google Earth representation of the location of the new trailer in relation to the existing
trailer (Attachment B), and a trailer layout diagram (Attachment C).
Part One – Scope of Services
Scope of Work:
Supply, delivery and set up of a new Office Trailer meeting or exceeding the following
specifications.
Bid price must include:
1. New trailer as specified, and delivery to:
Mount Pleasant Waterworks
1619 Rifle Range Road
Mt. Pleasant, SC 29464
2. Trailer set up, block, level, tie down/anchoring
3. Supply and installation of skirting
4. Electric, water and sewer connections
5. Bidders must submit a final drawing of trailer they are offering with their bid
package
6. Trailer must be delivered within sixty (60) days of contract execution
Specifications:
New Office Trailer:
1. Approximate size: 24’ x 56’
2. Design criteria must meet all applicable current IBC requirements, be SC
Business Coded, and rated for 130 mph wind speed
3. Preliminary interior layout attached – should consist of 4 offices, 1 restroom, and
small kitchen area
4. Floor Covering – 1/8” vinyl composition tile
5. Exterior Siding and Trim (see alternate bid items)
CIP# ABD2001 Page 6
5.1. Siding - 0.019 aluminum
5.2. Skirting -0.019 aluminum
5.3. Trim - 0.019 Aluminum starters
5.4. Door & Window Trim - Brick mold
6. Interior Walls & Trim
6.1. Interior wall covering – 1/2” vinyl covered gypsum
6.2. Interior Trim
6.2.1. Ceiling: “white” suspended ceiling wall angle for T-grid ceiling
6.2.2. Base: matching vinyl wrapped batten - 1-1/2"
6.2.3. Restroom base: 6" vinyl cove
6.2.4. Inside corner: matching vinyl wrapped - 1-1/2" x 1-1/2"
6.2.5. Outside corner: matching vinyl wrapped osc - 1-1/2" x 1-1/2"
6.2.6. Casing and Jambs: prefinished woodgrain (2-3/16” casing)
7. Roofing - .045 EPDM (Black) (see alternate bid items)
8. Exterior Doors
8.1. Door/Frame – 20 GA commercial steel door w/18 GA steel frame
8.2. Hardware - keyed lever set
9. Interior Doors
9.1. Door/Frame - prefinished hollow core w/prefinished jamb
9.2. Hardware – passage/privacy lever set
10. Windows
10.1. Vinyl frame white, clear ig glass w/screens and white mini-blinds
11. Electrical
11.1. Service 120/240 volt, single phase, 3 wire, 60 hz. w/ground
11.2. Load center 150 amp w/main, 1-phase indoor w/conduit thru floor
11.3. Raceway min. #14 non-metallic sheathed cable nm or nmc (romex)
11.4. Interior Lights - diffused, surface mounted, 4', (2) tube t-8 fluorescent
11.5. Exterior Lights - compact fluorescent weatherproof 13w w/integral photo
cell
11.6. Receptacles – 120V/15A duplex “white” & GFI near plumbing and at
HVAC
11.7. Switches – 120 V/15A “white” toggle switch single level or dual
11.8. Exit Light – rustproof, vandal resistant wall/ceiling fixture
12. Plumbing
12.1. Water Closets - tank type w/ open front seat
12.2. Lavatories - wall hung vitreous china, w/single lever faucet & 1-1/2 p-trap
12.3. Kitchen Sink - 15x15 stainless steel, single bowl w/gooseneck faucet
12.4. Water Heaters - point of use 240v single sink (kitchen & restroom sink)
12.5. Accessories/Misc.
12.5.1. Toilet paper holder (standard), mirror (18x36), grab bars
CIP# ABD2001 Page 7
13. HVAC
13.1. HVAC Equipment - wall hung, 2.5 ton cooling 1-phase 10 kw heat
13.2. Controls - thermostat digital programmable
13.3. Supply Duct - 16"X8", fiberglass, ceiling (r-3.5 minimum)
13.4. Supply Diffusers - square w/adjustable damper, in ceiling
13.5. Return Air Grilles - through wall or interior doors
13.6. Exhaust Fans - 100 cfm ceiling fan w/26-watt CFL bulb
14. Kitchen Furniture
14.1. Countertop – 25” deep laminate with 4” backsplash
14.2. Cabinets – light medium oak 42” sink base cabinet, 42” base and wall
cabinets
15. Entrance stairs/deck and ADA ramp to be included
Note: All material colors to be decided by Owner with successful bidder prior to
Contract execution.
Permitting:
1. Site Plan approval from Town of Mt Pleasant Planning Department. Contact
Michael Robertson at [email protected]
2. Temporary Use Permit from Town of Mt Pleasant Planning Department. Contact
Chris Hoover at [email protected].
3. Town of Mt Pleasant Building Permit for the trailer tie-down and any site-built
elements including stairs, accessible ramp, etc. Tie-down details must be sealed
and signed by a South Carolina licensed design professional.
Part Two – Proposal Contents
• General Information
o Narrative information about the Firms History providing job site trailers.
o Name of sub-consultants and trailer manufacturer to use.
• Quote Breakdown
o Trailer – Provide a breakdown of cost to manufacture the trailer
o Delivery – Provide a separate cost for delivery
o ADA ramp
• Certificate of Insurance
• Statement confirming that you will comply and meet the supplementary terms and
conditions.
CIP# ABD2001 Page 8
Part Three – Supplementary Terms and Conditions
1. Right-to-Audit: All contracts will require the provision for a “Right-to-Audit”
clause.
2. Laws and Regulations: The professional’s attention is directed to the fact that all
applicable federal, state, county, municipal and local laws, ordinances, codes, and
the rules and regulations of all authorities having jurisdiction over construction of
the project shall apply to the Contract throughout, and they shall be deemed to be
included in the Contract the same as though herein written out in full.
3. Certificate of Insurance: The professional agrees to procure all of the insurance
specified below:
a. Workers’ compensation insurance for all employees who are engaged in
the work under the contract.
b. Public liability and motor vehicle liability insurance - the professional
shall take out and maintain during the life of this contract, such public
liability and motor vehicle liability insurance which shall protect him
while performing work covered by this contract from claims for
damages which may arise from operations by himself or by any other
person directly or indirectly employed by the firm and the amounts of
such insurance shall be as follows:
▪ Public liability insurance in an amount not less than $1,000,000.00
on account of one occurrence.
▪ Motor vehicle liability insurance on all motor vehicles owned,
leased or otherwise used by the professional in an amount not less
than $500,000.00 (combined single limit) for bodily injury
including death and property damage combined.
▪ Professional liability insurance - the professional shall procure and
maintain during coverage in the amount not less than
$1,000,000.00.
4. The insurance company providing the coverage listed must be licensed to do
business in the state of South Carolina.
5. MPW reserves the right to approve or disapprove any person or sub-consultant
selection on this project.
CIP# ABD2001 Page 9
BID CONSTITUTES OFFER
By submitting a bid, the respondent agrees to be bound by all the requirements,
terms and conditions set forth in this bid document. A bid containing variations
from the requirements, terms and conditions set forth herein may, at the sole
discretion of the Commission, may be declared non-responsive. The requirements,
terms and conditions set forth in this document will become part of the successful
vendor’s contractual obligations upon award of the contract.
The bidder understands that quoted prices are inclusive of all costs and that
no additional costs, incidental or otherwise shall apply.
_______________________________
VENDORS FED. ID NUMBER OFFEROR/VENDOR
________________________________(SEAL)
AUTHORIZED SIGNATURE PRINTED SIGNATURE
_____________________________
BUSINESS ADDRESS
______________________________
CITY, STATE AND ZIP CODE
______________________________
TELEPHONE NUMBER
______________________________
FAX NUMBER
______________________________
E-MAIL ADDRESS
CIP# ABD2001 Page 10
MOUNT PLEASANT WATERWORKS
BID PRICING WORKSHEET
OFFICE TRAILER (CIP# ABD2001)
Pricing:
Trailer Purchase Amount $
ADA Ramp Cost $
Sales Tax (9%) $
Delivery Fee $
Other Fees and Charges $
Total Purchase Amount $
I authorize that all pricing stated in this bid document is correct and binding.
Authorized Signature:__________________________(SEAL)
Printed Signature:______________________________
Date:____/____/____
CIP# ABD2001 Page 11
Attachment A
Front View
Rear View
Side View
CIP# ABD2001 Page 12
Attachment B
CIP# ABD2001 Page 13
Attachment C