Specification Standards for University of Washington Section

Similar documents
Instructions to Bidders Page 1

INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

PROPOSAL REQUIREMENTS AND CONDITIONS

B. The Bid is made in compliance with the Bidding Documents.

INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL RFP #14-03

INSTRUCTIONS TO BIDDERS

Request for Fee Proposals (RFFP) Progressive Design-Build Services. New High School

SAN DIEGO CONVENTION CENTER CORPORATION

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

Clark Public Utilities

Ohio Department of Transportation

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

SILVER FALLS SCHOOL DISTRICT INVITATION TO BID. Covered Play Shed Project. Closing Date: 11:00 am on September 22, 2016

SMALL PUBLIC WORKS INVITATION TO BID BELLEVUE CONVENTION CENTER AUTHORITY dba MEYDENBAUER CENTER Auditorium Interior Painting

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

The term Government in clauses and/or provisions shall mean Concho Valley Council of Governments (CVCOG) unless otherwise specified.

INSTRUCTIONS TO BIDDERS

Project Manual. For Glenloch Splash Pad And Pool Renovations

for Job Order Contract Washington State University

Project Manual. For. Peachtree City LMIG Paving Projects for 2017

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

CONTRACT GENERAL CONDITIONS FOR JOB ORDER CONTRACTS

AIA Document A701 TM 1997

Domestic Water Meter Installations at Campus Perimeter Washington State University Pullman, WA Project Manual

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

Iowa Dept. of Inspections & Appeals, Health Facilities Division Iowa licensed attorney

INSTRUCTIONS TO BIDDERS

A competitive bidding process shall be utilized to the greatest extent possible for all construction contracts.

PROJECT MANUAL PROJECT/CONTRACT NUMBER: Bid Number: RFP FY E-Rate Eligible Category 2 Products and Services.

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

Clark Public Utilities

REQUEST FOR BID PROPOSALS

REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT. Section 1 Additional Administrative Information

SPOKANE TRANSIT AUTHORITY. Route 95 Bus Stops PROJECT #17-STA-572 INVITATION FOR BID

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

The City of Moore Moore, Oklahoma

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

WSU PBS Fourth Floor Renovation Washington State University Spokane, WA Project Manual

SECTION INSTRUCTIONS TO BIDDERS

HEATING AND COOLING SYSTEM MAINTENANCE

PURCHASING DEPARTMENT

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

Bidding Requirements, Contract Forms and Conditions of the Contract

TOWN OF CUMBERLAND, RI BID #

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

Document A701 TM. Instructions to Bidders

INSTRUCTIONS TO BIDDERS FOR COMPETITIVELY BID PROJECTS. HCPS STANDARDS DOCUMENT. No.: APPLICATION: ELEMENTARY, MIDDLE AND HIGH SCHOOL

SPOKANE TRANSIT AUTHORITY 1230 W. BOONE AVENUE SPOKANE, WA INVITATION FOR BID # 13-STA-472

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

INSTRUCTIONS TO BIDDERS

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

PIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR QUALIFICATIONS (RFQ) for ENGINEERING SERVICES FOR HVAC AND RELATED DESIGN

SPECIFICATION INDEX (BLUE) (GREEN) COVER/CERTIFICATION... NOTICE TO CONTRACTORS... INDEX... INSTRUCTION TO BIDDERS... IB (WHITE)

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

INSTRUCTIONS TO BIDDERS

East Central College

CITY OF TACOMA Notice of Contracting Opportunity. Request for Bids Specification No. PW N (Rebid of PW S)

GENERAL ENGINEERING JOB ORDER CONTRACT

TABLE OF CONTENTS FIRE ALARM REPLACEMENT REDWOOD HALL PROJECT #XHS212

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

January 18, Request for Proposals. for

PROJECT MANUAL INSTALLATION OF REPLACEMENT HVAC HEAT PUMPS AT TWO ELEMENTARY SCHOOLS BERRYESSA UNION SCHOOL DISTRICT

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

Champaign Park District: Request for Bids for Playground Surfacing Mulch

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015

Request for Proposal

PROJECT MANUAL. Bid Number: B

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

GUILFORD COUNTY SCHOOLS Invitation for Bids

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

CONTRACT GENERAL CONDITIONS FOR DESIGN-BUILD MAJOR PROJECTS

INSTRUCTIONS TO BIDDERS

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

PURCHASING DEPARTMENT

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

Transcription:

Page 1 of 7 1. EXPLANATIONS TO CONTRACTORS A. The Final Proposal shall be in the form of a sealed bid. Any Bidder desiring an explanation or interpretation of the bidding documents must make a request in writing to the person designated on the Request for Final Proposals (RFFP) no later than seven (7) days before the bid due date. Oral explanations or instructions given before the award of the Contract will not be binding. Any information given to a Bidder concerning this solicitation will be furnished promptly to all other Bidders as an addendum to the solicitation if the information is necessary in submitting bids or if the lack of it would be prejudicial to other prospective Bidders. 2. PREPARATION OF BIDS A. Bids must be submitted on the form furnished by the Owner or on copies of those forms, and manually signed in ink. B. Bidders shall submit bids in the format provided in the Bid Form. Only the amounts and information asked for in the Bid Form furnished will be considered as the bid. All blank spaces must be filled in. C. Bidder shall acknowledge receipt of all addenda by identifying the addendum number in the space provided on the Bid Form. 3. COEFFICIENTS A. The Bidder shall submit separate coefficients as set forth on the Bid Form for work to be performed during standard weekday, nonstandard weekday, and nonstandard weekend and holiday hours, at the following locations: University of Washington, Seattle, Tacoma and Bothell campuses; University of Washington Medical Center; University of Washington Health Sciences Center; Harborview Medical Center; other locations in San Juan, Kitsap, Pierce, Kittitas and Whatcom Counties (including Western Washington University and Central Washington University); and University of Washington Friday Harbor Labs; B. These Coefficients are to be bid by the Bidder as the factors that will be used to multiply the price for each priced item obtained from the specified Unit Price Book. The City Cost Index should not be included in the Coefficients, but will be used to multiply the price for each priced item on individual Work Orders. The Coefficients are further described in the Contract Documents.

Page 2 of 7 C. Standard or normal working hours shall be Monday through Friday between 7:00AM and 5:00PM. D. Nonstandard weekday hours shall be Monday through Friday between 5:00PM and 7:00AM. E. Nonstandard weekend or holiday hours shall be defined as those hours to be worked on Saturday, Sunday, or a Holiday. 4. SITE INVESTIGATION AND CONDITIONS AFFECTING THE WORK A. Bidder acknowledges that for each individual Work Request, it must take steps necessary to ascertain the nature and location of the work, and that it must investigate and satisfy itself as to the general and local conditions which can affect the work or its cost, including but not limited to: 1. Conditions bearing upon transportation, disposal, handling and storage of materials; 2. Availability of labor, water, electric power and access; 3. Conformation and conditions of the grounds and facilities; 4. Character of the equipment and facilities needed preliminary to and during the work. 5. Character, quality and quantity of surface and subsurface materials or obstacles to be encountered insofar as this information is reasonably ascertainable from an inspection of the site, unless other information is provided by Owner upon which Bidder may rely. B. Any failure of the Bidder to take the actions described and acknowledged in this paragraph will not relieve the Bidder from responsibility for properly estimating the difficulty and cost of successfully performing the work. 5. TAXES A. Washington State Sales Tax shall be added to each Work Order and therefore should not be included in the bid coefficient(s). The Business and Occupation Tax (B&O) shall be included in Bidder s coefficient.

Page 3 of 7 6. SUBMISSION AND WITHDRAWAL OF BIDS A. Bids must be submitted in sealed envelopes or packages (1) addressed to the office specified in the RFFP and (2) show the project title, bid opening date and time, and name and address of the Bidder. B. Receipt of bids and bid modifications by facsimile, telephone, e-mail, or orally will not be considered. C. A Bidder may withdraw its bid by submitting a written request before the bid submittal deadline. The Owner will return the bid unopened after Contract Award. 7. LATE SUBMISSIONS A. Any bid, bid modification or request to withdraw a bid which is received after the deadlines set forth herein will not be considered. B. The only acceptable evidence to establish the time of receipt at the office designated in the RFFP is the time/date stamped or printed by Owner on the bid wrapper or other documentary evidence of receipt maintained by Owner. 8. BID EVALUATION A. Bids which are incomplete, or which are conditioned in any way, or which contain alterations, erasures, or items not called for in the Bid Form, or which are not in conformity with the law or with these Instructions, shall be rejected as nonresponsive if the irregularity is material and may be rejected even in the event the irregularity is considered immaterial. Failure to submit the Bid Form within the allotted time as described in the RFFP shall render the entire bid nonresponsive. The Owner may reject any bid that includes Coefficients that are excessively unbalanced (either above or below the amount of a reasonable Coefficient) to the potential detriment of the Owner. B. A discrepancy between the Coefficient bid amount and the Extension bid amount for that item shall be resolved by Owner accepting the Coefficient bid amount as correct and making any necessary adjustment in the corresponding Extension bid amount, as well as the total Composite Coefficient. C. Owner reserves the right to reject any or all bids and to waive any informalities or nonmaterial irregularities in the bids received.

Page 4 of 7 9. DETERMINATION OF LOW BIDDER A. The Bid with the low Composite Coefficient (adding together the coefficients multiplied by their evaluation weight) shall be awarded 20 points. A bid within 5% of the Low bid will be awarded 18 points. Bids within 10% of the low bid will be awarded 16 points. Bids within 15 % of the low bid will be awarded 14 points. Any bid exceeding 15% of the low bid will receive zero points. B. The low bid shall be computed as follows: [(bid being evaluated low bid)/low bid)] x 100 = %. C. The firm with the highest scoring total proposal resulting from the evaluation committee s evaluation of qualifications identified in the RFP, the interview, and the coefficient pricing in the Final Proposal/bid may, at Owner s option, be selected as the JOC Contractor. 10. BID GUARANTEE Bidder shall furnish a bid guarantee in the form of a firm commitment, such as bid bond, postal money order, cash or cashier s check payable to Owner, in the amount of at least $5,000, which is 5% of the guaranteed minimum volume of work under the JOC Contract of $100,000. Owner reserves the right to hold the bid guarantees of all bidders until the highest scoring proposer has entered into the Contract and furnished the required bonds and insurance certificates to the Owner, or for a period of 60 days, whichever is the shorter time. 11. LOW RESPONSIBLE BIDDER A. It is the intent of Owner to award a contract to the highest scoring proposer. Before award, the Bidder must meet the following Bidder responsibility criteria to be considered a responsible Bidder. The Bidder may be required by the Owner to submit documentation demonstrating compliance with the criteria. The Bidder must: 1. Have a current certificate of registration in compliance with chapter 18.27 RCW, which must have been in effect at the time of bid submittal; 2. Have a current Washington Unified Business Identifier (UBI) number; 3. If applicable: a. Have Industrial Insurance (workers compensation) coverage for the Bidder s employees working in Washington, as required in Title 51 RCW;

Page 5 of 7 b. Have a Washington Employment Security Department number, as required in Title 50 RCW; c. Have a Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW. 4. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). 5. Not have been found out of compliance by the Washington state apprenticeship and training council for working apprentices out of ratio, without appropriate supervision, or outside their approved work processes as outlined in their standards of apprenticeship under chapter 49.04 RCW for the one-year period immediately preceding the first date of advertising for this project. B. In addition to the Bidder responsibility criteria above, the Bidder must also meet the following relevant supplemental Bidder responsibility criteria: 1. Performance Evaluations: The Bidder shall not have received one or more overall evaluations of Deficient or Inadequate as part of the Owner s Contractor Performance Evaluation Program. 2. Debarment by Owner: The Bidder shall not be currently debarred by the Owner from contracting with the Owner for having received overall evaluations of their performance of Deficient or Inadequate on three or more projects or work orders of the Owner physically completed during the preceding five (5) year period. C. As evidence that the Bidder meets the Bidder responsibility criteria in paragraph B above, the highest overall rated Bidder must submit documentation as may be required below to the Owner within 48 hours of the bid submittal deadline. The Owner reserves the right to request such documentation from other Bidders also. 1. Performance Evaluations: The Owner shall use its own records of the Contractor s Performance Evaluation Reports on previous projects and Work Orders to evaluate the Bidder s compliance with this criterion. The Bidder is not required to submit any documentation for this item, unless the Bidder has information different from the Owner s records. 2. Debarment by Owner: The Owner shall use its own records of debarment to evaluate the Bidder s compliance with this criterion. The Bidder is not required to submit any documentation for this item, unless the Bidder has information different from the Owner s records.

Page 6 of 7 D. If the Owner determines the Bidder does not meet the Bidder responsibility criteria in paragraph B above and is therefore not a responsible Bidder, the Owner shall notify the Bidder in writing with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within (24) twenty four hours of receipt of the Owner s determination by presenting additional information to the Owner. The Owner will consider the additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Owner will not execute a contract with any other Bidder until two business days after the Bidder determined to be not responsible has received the final determination. 12. FEDERAL EXCLUSION REQUIREMENTS By submitting a bid for this work, Contractor hereby represents and warrants that it is not and at no time has been, excluded, suspended, or barred from participation in, or otherwise sanctioned by any federally funded health care program, including Medicare and Medicaid. Contractor hereby agrees to immediately notify the Owner of any threatened, proposed, or actual exclusion, suspension, or debarment from any federally funded health care program, including Medicare and Medicaid. Individuals or entities that are excluded by the Office of the Inspector General from working on federally-funded programs will not be permitted to work on Work Orders issued under the Job Order Contract. If a contractor, including any subcontractors or suppliers, is found to be barred by the OIG, that contractor shall immediately be excluded from the jobsite and the Owner will not be responsible for any damage or delay resulting from such exclusion. Contractor should check the exclusion program of the OIG to verify that neither it nor its subcontractors or suppliers appear on the database. The database may be accessed through the OIG website at: www.oig.hhs.gov. Upon receipt of a notice of award of contract from the Owner, Contractor shall submit a list of subcontractors and suppliers for review by Owner. 13. UNIVERSITY OF WASHINGTON S CORPORATE COMPLIANCE PLAN University of Washington s Medical Center s and Harborview Medical Center s Corporate Compliance Plans are designed to ensure that the Hospitals comply with federal, state, and local laws and regulations. They focus on the promotion of good corporate citizenship, including a commitment to uphold the highest standard of ethical and legal business practices, and the prevention of misconduct. Contractor agrees to conduct all business transactions that occur pursuant to the contract to be executed based on this solicitation in accordance with all applicable laws, regulations, and Hospital compliance policies, and ensure that Contractors,

Page 7 of 7 its officers, employees and agents do the same. Any major compliance violations would be considered a material breach of the contract to be executed based on this solicitation. 14. CONTRACT EXECUTION The successful Bidder shall submit the executed JOC Contract, insurance certificates and bonds within seven (7) days after receipt of the JOC Contract. If the successful Bidder fails to sign all contractual documents or provide the bonds and evidence of insurance as required or return the documents within (7) seven days after receipt of the JOC Contract, Owner may terminate the award of the JOC Contract. The bid guarantee may be retained by Owner as liquidated damages and not as a penalty. END OF SECTION 00 21 13