Remanufactured **** Class PUP/Chase Tamper- In this solicitation the Port of Tacoma seeks to obtain one Remanufactured **** Class PUP/Chase Rail Tamper as detailed in the specification matrix of this ITB. This rail tamper will support the Port rail operations.
Bids must be submitted in Adobe Acrobat PDF format, limited to 9 MB in total email size. Only one non-redacted version is allowed. The consultant is responsible for verifying receipt, with electronic verification provided. Late proposals will not be accepted. All bids are valid and binding for 90 days following the submittal deadline, and any extension granted. If only one proposal is received, the proposer must provide additional data. News releases related to the ITB require prior approval. All costs incurred in proposal preparation and participation are borne by the proposing firms. Bidders protesting must file a written protest within two business days, including specific factual and legal grounds, supporting documents, notice to the apparent low bidder, and requested relief. The Port will consider the protest and may allow other bidders to respond. A final decision will be provided within six business days. The Port encourages participation by MWBE firms certified by the Office of Minority and Women's Business Enterprises (OMWBE). Proposals are considered public documents and become public information after the evaluation, negotiation, and award process. The Port reserves the right to cancel or reissue the solicitation. Expansion of scope may occur under certain criteria. The Port does not accept requests for early payment, down payment, or partial payment, unless the ITB specifically allows such. Contractors shall calculate and enter state and local sales tax on invoices. Invoices must detail services performed each month and identify the contract number or purchase order number. Invoices are submitted electronically. Pricing for all services will be no greater than the prices quoted in the contractor's bid. Contractors shall not subcontract, assign, or otherwise transfer obligations without prior written consent. Specifications comply with the latest revision of referenced standards. The entire work shall be done in a good, substantial, and workmanlike manner. Proposed substitutes must have approved equal attributes. Time is of the essence. Any extension of delivery and completion time must have written approval. The contractor has authorization to sell only the services stated in the contract. The contract represents the entire agreement between the Port and the vendor. No alteration in terms, conditions, delivery, prices, quality, or specifications will be effective without written order from the purchasing manager. The parties agree that in the event a suit is instituted for any default, the prevailing party shall recover its costs, expenses, and reasonable attorneys' fees. For any exception to the delivery date, prior notification and written approval from the buyer is required. No charges will be allowed for handling, unless otherwise stated. All goods or materials are subject to buyer approval. Seller agrees to bear all risks of loss, injury, or destruction of goods prior to delivery. Seller shall protect, indemnify, and save the buyer harmless from any damage, cost, or liability for injuries to persons or property. All goods are to be shipped prepaid, FOB destination. Unless otherwise specified, buyer agrees to pay all state of Washington sales or use tax. The Port may terminate the contract for government convenience, in which case it shall reimburse the seller for costs and fees. The Port may terminate the contract for default. Seller warrants that articles conform to specifications and are fit for their intended purpose. The recipient contractor certifies that it is not suspended, debarred, proposed for debarment, declared ineligible, or otherwise excluded from contracting with the federal government. The unit must have 4 new workhead assemblies, new jackbeam assemblies, all new hydraulic motors, cylinders, related components, aligned and track tested, new brake components, complete overhaul of hydraulic system, new pneumatic system components, meet all WISHA, ANSI, OSHA safety code requirements, climate-contr