Point Of Contact Not Available
844 700 125338 893806 71093 513 36Z 03802393 252470341 444771711 KjgUJE INTENT: This quote will result in the immediate purchase and delivery of avalanche explosives to be used by the City and Borough of Juneau (CBJ), Eaglecrest Ski Area. CONTACT, QUESTIONS & ADDENDA: CBJ Purchasing Division of Finance is the sole point of contact for all matters pertaining to this procurement. No oral interpretations will be made. Submit any questions in writing, noting issuing Buyer and quote number. Request must be received a minimum of three (3) business days prior to the quote deadline via email to
[email protected] or the Public Purchase “Ask Questions” link or Fax to (907) 586-4561. Any changes to CBJ issued documents will be in the form of an addendum to the quote. Addenda are issued as promptly as is practical to all plan holders. All such addenda shall become part of the quote. CONTRACT ADMINISTRATOR: The contract administrator for this contract will be Justin Spurrier, Eaglecrest Mountain Safety Manager or upon notification, an alternative assigned designee. PRICE & F.O.B. POINT: Quote price is to include all related costs, including shipping and delivery to the final destination or FOB Point. Shipping costs must be imbedded into the unit price. F.O.B. destination is: Eaglecrest Ski Area, City and Borough of Juneau, 3000 Fish Creek Road, Juneau, AK 99801 ATTN: Justin Spurrier. DELIVERY DATE : Delivery of items must be prior to December 1, 2023. Indicate on the Bidder’s Signature Page , the number of calendar days estimated for on-site delivery at the final destination after receipt of order (ARO). Longer lead times may not qualify for award. QUANTITIES: CBJ anticipates issuing a purchase order for the quantities listed. If additional quantities are needed CBJ may ask the Vendor to honor any pricing submitted for the duration of the current fiscal year. The City does not guarantee any minimum or maximum orders. CONFORMS/VARIES: Bidders will offer item(s) which meet the Technical Specifications. If a bidder requests a variance to the specified item(s), it is the responsibility of the bidder to describe their proposed item/variance in detail on the attached Variance/Equivalent Page. Bidders will indicate the item and state what effect their variance will have. The Variance/Equivalent Page must be submitted with your bid. Failure to describe variances may be grounds to reject the bid as non-responsiveZcWIuryO tvZwlV xOw 518 HLNJqGa 04266 366817 003 03 gCkQ9 lIAyafM SLo ni 3650 6UE0xlph. Note the following words provide parameters for what the CBJ will allow on a variance: Minimum, No less than, At least, Maximum, No more than, Not to exceed, Must, Is required, Not acceptable, No substitute. CITY APPROVED EQUIVALENT: When a specific brand/model and the words “or Approved Equivalent” are specified, the intent is to indicate and guarantee a quality or performance level, but not to limit offers of other brands/models. Consideration will be given to an equivalent, provided that the brand/model proposed is of the same general design and of equal substance, quality, function, and finish as the specified brand/model(s). If a bidder offers an equivalent, submit the Variance/Equivalent page with your bid and provide justification of how the brand/model offered meets or exceeds the quality or performance level of the brand/model specified. The City may request additional literature or information from the bidder. Information must be provided upon request. Failure of the bidder to provide requested Information within the specified time, or failure to justify the quality level of the brand/model offered will be grounds to reject the bid as non-responsive. The City is the sole judge of the quality and suitability of any offered equivalent. ACCEPTANCE & RETURNS: The CBJ reserves the right to determine suitability of items offered. All goods or materials are subject to approval by the CBJ. Any items rejected because of non-conformity of the terms and conditions or specifications of this contract, whether held by the CBJ or returned, will be at the Vendor's risk and expense. REFERENCES: If the CBJ is considering an equivalent, the bidder may be asked to provide references from clients currently using the brand/model being offered. Failure to produce acceptable references upon request may deem the brand/model offered unacceptable and the bid non-responsive. References may be a factor in determining the bidder’s ability to provide a quality product for the CBJ. REGULATIONS, REQUIREMENTS & PERMITS: The Vendor must comply with all applicable Federal, State, CBJ laws, requirements and regulations which have a bearing on this contract and must have all licenses and permits required by the State and/or CBJ for performance of this contract. AWARD: Award will be made by Total Quote to the lowest responsive, responsible bidder meeting all requirements. TECHNICAL SPECIFICATIONS: Items quoted must meet or exceed the following specifications: Cast Boosters – 2 lb. 3 hole – Two (2) pound, two (2) blind wells, one (1) through well for double cap and fuse required. Must be initiated with a number eight (# 8) strength four hundred fifty milligram (450mg) pentaerythritol tetranitrate (PETN) base charge detonator and fifteen (15) grain per foot or greater detonating cord. Minimum velocity of detonation (VOD) 24,000 feet per second or 7,380 meters per second. Cast booster product must have the ability to be set off using a DET-cord. Pull Wire Ignitors – Must be compatible with Mildet fuse assembly. Must contain fuse grip ferrule. Must have safety clip. Mil-Det Model fuse assembly – 1 meter – Fuse assembly must contain number eight (#8) strength or higher blasting cap. Minimum burn time of ninety (90) seconds, maximum burn time of two (2) minutes. Ammonium Nitrate Fuel Oil (ANFO) – Packaged in twenty-five-kilogram (25 KG) or fifty pound (50 lb.) bags. Minimum velocity of detonation (VOD) 13,000 feet per second or 3,900 meter second. 5872 2202121 cGd 12408 KFuCA 9w36kxS Zn 53 FFV 128185961 Kk 4TqyLj 6 Z88hIEh6 9515592 r6JOFohw 628035 JtMmsXGMW 61 JNCF7rB KDo 1453409
Bid Protests Not Available