Cheyenne Wyoming RFP-17229

Similar documents
RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

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

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

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

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

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

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

Mobile and Stationary Security Patrol Services

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

Request for Proposals Professional Actuarial Services. QUESTIONS AND INTENT TO RESPOND DUE DATE: April 12, 2017, 4:00 p.m. (CDT)

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

Real Estate Acquisition Services For Neighborhood Stabilization Program

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

City of Forest Park Request for Proposals. Secure Access Control Systems

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

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT

LEGAL NOTICE REQUEST FOR PROPOSAL SEALED PROPOSAL For CONSULTANT FOR MISSOURI RIVER VEHICLE FERRY FEASIBILITY STUDY. For

construction plans must be approved for construction by the City PBZ department.

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016

REQUEST FOR PROPOSALS

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

REQUEST FOR PROPOSALS

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

OFFICE OF THE SUMMIT COUNTY SHERIFF

INVITATION TO BID (ITB)

REQUEST FOR PROPOSALS

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

REQUEST FOR PROPOSALS

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

REQUEST FOR PROPOSAL (RFP) OWNER S REPRESENTATION/PROJECT MANAGER. New Combined Court Facility In Montezuma County

West Ridge Park Ballfield Light Pole Structural Assessment

WEST VALLEY SANITATION DISTRICT

REQUEST FOR QUALIFICATIONS/PROPOSALS CHESAPEAKE COLLEGE (RFQ/RFP) INSURANCE BROKER SERVICES FOR PROPERTY AND CASUALTY PROGRAM

Request for Proposal # Executive Recruitment Services

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

REQUEST FOR PROPOSAL (RFP) Montrose County Fairgrounds EVENT CENTER MARKETING Date Issued: Wednesday, October 25 th, 2017

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

COLLECTION AGENCY SERVICES FOR EMS OKALOOSA COUNTY BOARD OF COMMISSIONERS, FLORIDA

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Proposal No:

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

KANSAS PUBLIC EMPLOYEES RETIREMENT SYSTEM REQUEST FOR PROPOSALS

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

Request for Proposal

REQUEST FOR PROPOSAL VIDEO INTERVIEWING SOFTWARE RFP NO

Issuing date: October 27, Request for Qualifications Professional Architectural/Engineering/Planning Services. To Whom It May Concern:

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

CITY OF MOBILE REQUEST FOR PROPOSALS RFP: FOOD AND BEVERAGE CONCESSIONS HERNDON - SAGE PARK/MEDAL OF HONOR PARK

Color Copier/Printer Lease

Charlotte-Mecklenburg Schools. Request for Qualifications

Proposal Response Date: March 18, 2019, at 1:00p.m.

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS

Texas Automobile Insurance Plan Association (TAIPA) Request for Proposal for Actuarial Services

MUSKEGON COMMUNITY COLLEGE REQUEST FOR PROPOSAL. Lakeshore Fitness Center Managed Services

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

REQUEST FOR PROPOSALS

Request for Proposals

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

LONE TREE SCHOOL BELL SYSTEM

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

Request for Proposal (RFP) For Plat book Printing

DD Endowment Trust Fund The Arc of Washington State REQUEST FOR PROPOSALS (RFP) RFP Number: 14-01

Lockbox Services. Job No FA

REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018

ROCKY HILL PUBLIC SCHOOLS REQUEST FOR PROPOSALS FOR AUDITING SERVICES. June 30, 2018

Request for Proposal Internet Access

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

SAN DIEGO CONVENTION CENTER CORPORATION

Quotations for Small Purchase (QSP) Wilkinson Terrace Real Estate Appraisal Services CONDITIONS TO QUOTE - NONCONSTRUCTION

LONE TREE SCHOOL FLOORING REPLACEMENT

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]

Request for Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services

Scofield Ridge Homeowners Association

REQUEST FOR PROPOSAL

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

DARLINGTON COUNTY CARPET SQUARES VINYL TILE HARTSVILLE OUTREACH CENTER INVITATION FOR BID (IFB) **RE-ADVERTISED**

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

REQUEST FOR PROPOSAL (RFP) # DESIGN BUILD NEW CHIEFLAND MIDDLE/HIGH SCHOOL CONSULTANTS' COMPETITIVE NEGOTIATION ACT (CCNA)

Union County. Request for Proposals # Employee Survey Services

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

Real Estate Services For Neighborhood Stabilization Program 3

DALLAS/FORT WORTH INTERNATIONAL AIRPORT DESIGN, CODE AND CONSTRUCTION DEPARTMENT ADDENDUM NO. 2 FOR

PLUMBING SUBCONTRACTING SERVICES FOR THE MACON COUNTY HOUSING DEPARTMENT

CITY OF FLORENCE SOUTH CAROLINA REPLACEMENT EMERGENCY GENERATOR REQUEST FOR PROPOSAL

Sample. Sub-Contractor Insurance & Indemnification Agreement

Transcription:

L A R A M I E COUNTY COMMUNITY COLLEGE Cheyenne Wyoming Request for Proposals (RFP) t o provide Contract Services t o Comp lete t h e Boiler Plant Burner Replacement RFP-17229 Solicited by: Department of Administration and Finance Division of Contracting and Procurement 1400 East College Drive Cheyenne, WY 82007 May 24, 2017

I. Project Specifications A. Scope of Work LCCC is soliciting Request for Proposals (RFP) from firms who desire to complete a Boiler Plant Burner Replacement in accordance with the terms, conditions, and requirements set forth in this RFP. The Work includes and consists of furnishing all labor, operations, materials, accessories, incidentals, services and equipment (exclusive of pre-purchased or Owner provided materials, accessories and/or equipment) indicated, specified, mentioned, scheduled or implied per the Proposal Documents. The specific Work includes: purchase and install two (2) new boiler burner systems with draft control to replace the existing boiler burners for boilers number B-2 and B-3 plus adding a similar draft control system to the existing boiler number B-1 burner system all within the Central Plant in Cheyenne, WY. Design of burner, gas train, plate, etc. to be signed and sealed by professional engineer licensed in the state of Wyoming, as well as meeting requirements of boiler manufacturer and industry for necessary certifications prior to installation. Refer to MKK Consulting Engineers, Inc. s specifications for a more detailed scope of work. All materials, services and/or work not specifically mentioned which are necessary in order to provide a complete project shall be included in your Proposal submittal and shall conform to all Local, State, and Federal requirements in accordance with the requirements, terms, specifications, conditions, and provisions hereinafter contained. LCCC may elect to interview a shortlist of vendors to discuss proposals. B. Project Schedule Issue RFP May 25, 2017 Mandatory pre-proposal meeting June 6, 2017 @ 10:00 a.m. Questions due June 13, 2017 Issue Addendum June 20, 2017 Proposals due June 27, 2017 @ 4:00 p.m. Possible short-list interviews Week of July 6, 2017 NOA & Contract Award Approximately July 11, 2017 NTP Approximately July 21, 2017 Substantial completion November 17, 2017 C. Mandatory Pre-Proposal Meeting A MANDATORY pre-proposal meeting and job-walk will commence on June 6, 2017 at 10:00 a.m. (prevailing local time). The meeting will be held in the Physical Plant conference room on the Cheyenne, WY campus. All potential contractors shall be present and signed in prior to the start of this mandatory meeting. Once everyone has signed, the sign-in sheet will be taken and the meeting will officially start. Anyone not signed in at the official start of the meeting will be considered late and will not be allowed to participate in the process for this project. A. Proposal Attachments The following documents are attached hereto and incorporated by reference and shall become a part and condition of this certain Request for Proposal. Engineering Specification Package titled LCCC Boiler Plant Burner Replacement Project, dated May 24, 2017 RFP12-125 Page 1

Engineering Drawings titled, LCCC Central Plant Boiler Plant Burner Replacement (M1), dated May 24, 2017 B. Performance and Payment Bond / Insurance It is agreed by the undersigned, if awarded a contract for this RFP, to execute and deliver to LCCC a performance (labor & material) and payment bond in an amount equal to one hundred (100%) percent of the contract sum as security for the faithful performance and payment of contract and as acceptable to LCCC in accordance with the requirements of the contract documents. The successful contractor is required to obtain and maintain throughout the project insurance coverage in accordance with Appendix A. II. General Information A. Revisions, Amendments, and Cancellation The College reserves the right to extend the deadline date for submission if, in the College s opinion, any revisions or amendments to this solicitation make this necessary. The College may also cancel this solicitation, in whole or in part, or reject all submissions when this action is deemed to be in the best interest of the College. B. Acceptance of Submissions The College reserves the right to accept or reject any or all submissions received as a result of this solicitation if they are judged to be unacceptable, non-responsive, nonconforming, or conditional; to waive minor irregularities; or to negotiate with any respondent, in any manner necessary, to serve the best interests of the College. C. Incurred Expenses Any costs incurred by the respondent in preparing and submitting a response to this solicitation will be the sole responsibility of the respondent and will not be reimbursed by the College. D. Economy of Preparation Submission packages should be prepared simply and economically, providing a straightforward, concise description of the respondent s ability to satisfy the requirements set forth in this solicitation. Emphasis shall be on quality, completeness, clarity of content, responsiveness to the RFP requirements, and an understanding of the college s needs. E. Discrepancies and Clarifications The College reserves the right to request clarification of any aspect of the RFP submittal or to request further information as might be required to adequately evaluate pricing, credentials and qualifications. F. Form of Contract The College uses a standard contract for contractor services. A copy is available on request. RFP12-125 Page 2

G. Respondent Inquiries All questions and inquiries concerning this solicitation shall be submitted in writing, either as a signed original, legible facsimile, or electronic mail transmission, and must be received a minimum of three (3) business days prior to the submission due date. Oral questions and inquiries will not be allowed nor responded to. Written addenda will be issued for any matters, issues, questions, comments, and/or clarifications that will affect, alter, modify, or change the original RFP intent or language. Questions and inquiries for this RFP shall be directed only to the Director of Contracting and Procurement during the RFP process. Questions are due via email by June 13, 2017. Jamie Spezzano Director, Contracting and Procurement Laramie County Community College 1400 East College Drive, Cheyenne WY 82007 Email: jspezzano@lccc.wy.edu Phone: 307.778.1280 Fax: 307.778.4300 III. Evaluation and Award Criteria A. Award of Proposal The Proposal will be awarded to the most responsive contractor complying with the prescribed project requirements and specifications, provided the price is reasonable and it is in the best interests of, and most advantageous to LCCC to accept it. The Director of Contracting & Procurement reserves the right to reject any and all proposals and to waive any informality in RFP submittals whenever such rejection or waiver is in the best interest of LCCC. B. Evaluation Criteria Each RFP submittal will be evaluated per the criteria set forth below. 1. Relevant and recent qualifications and experience of the contractor. 2. Relevant and recent qualifications and experience of proposed subcontractors (provide list of subcontractors). 3. The method of installation your firm proposes to use. 4. Project pricing. IV. Proposal Submittals Requirements A. General Requirements Each respondent shall submit one (1) clearly identified original either in electronic format or hard-copy. The RFP submittals must be received no later than 4:00 p.m. (prevailing local time) on June 27, 2017. The qualifications submission packages shall be delivered to: RFP12-125 Page 3

Jamie Spezzano Director, Contracting and Procurement Administration Building, Room AM-108 Laramie County Community College 1400 East College Drive, Cheyenne WY 82007 Phone: (307) 778-1280 / Fax: 307-778-4300 E-mail: jspezzano@lccc.wy.edu RFP submittals may be e-mailed, hand delivered, mailed, or sent via courier. B. Submittal Requirements Proposal submittals shall include the information requested below and should conform strictly to the information requested. Failure to complete or submit any requested information per this RFP; and/or to deface or alter any portion of the RFP Documents shall be cause for rejection of said submittal as being unacceptable, non-responsive, non-conforming or conditional. RFP Submittals shall be submitted no later than June 27, 2017 at 4:00 p.m. prevailing local time. The contractor assumes full responsibility for timely delivery at the location specified above. 1. Total cost for materials, equipment, burners: $. 2. Total cost for labor: $. 3. Other Costs (attach detail): $. 4. Grand Total (Items 1 thru 3 above): $. Grand Total shall also be written in words, discrepancies between words and figures will be resolved in favor of written words. Grand Total written in Words 5. On a separate company letter head, describe in detail your method of installation. In addition, please provide a listing of three (3) references related to relevant burner replacement. 6. On a separate company letter head, detail the following: a. Burner(s) manufacturer b. Burner(s) model # c. Attach specification sheet for burner(s) d. Lead time for burner(s) RFP12-125 Page 4

THIS SUBMITTAL IS CERTIFIED TO BE TRUE AND CORRECT AND MUST BE SIGNED BY THE FIRM S PRESIDENT, VICE-PRESIDENT, CEO, PARTNER OR SOLE OWNER: BY: TITLE: Signature Please Print Printed Name: Name of Firm: Firm Address: Phone #: E-mail: Date: Information contained herein is confidential to Laramie County Community College, and for no other parties; and is for the express use and purpose of determining the Firm s abilities to qualify for the above proposed services as submitted. RFP12-125 Page 5

Insurance Coverage / Limits: APPENDIX A / Insurance Requirements CERTIFICATE OF LIABILITY INSURANCE Contractor and each of its subcontractors hereunder, if any, shall at its own expense, obtain insurance as provided below from reliable insurance companies acceptable to Laramie County Community College and authorized to do business in the State of Wyoming in which the Work is to be performed, with limits as specified in U.S. currency or equivalent. Such insurance shall be in force at the time the Work is commenced and shall remain in force for the duration of this contract/agreement, unless a later date is specified below. 1. Workers Compensation and Employer s Liability Insurance: Workers Compensation insurance or its equivalent, including Occupational Disease coverage, as required by law for all employees, agents, and subcontractors. Employer s Liability insurance (including Occupational Disease coverage) in the amount of $1,000,000.00 per accident. Such insurance shall provide coverage in the location in which the work is performed and the location in which the Contractor is domiciled. The Contractor expressly agrees to comply with all provisions of the Workers Compensation Laws of the state(s) or country wherein said work is being performed. 2. General Liability Insurance: Commercial General Liability insurance covering all operations by or on behalf of Contractor against claims for bodily injury (including mental injury, mental anguish, and death) and property damage (including loss of use). The Commercial General Liability policy will include limits as follows: a) General Aggregate $2,000,000.00 b) Products and Completed Operations $2,000,000.00 c) Personal Injury & Advertising Injury $1,000,000.00 d) Each Occurrence $1,000,000.00 e) Damage to Premises Rented $100,000.00 f) Medical Expense $5,000.00 If the policy is written on a claims-made basis, the Contractor will include an automatic extended reporting period of at least five (5) years past the expiration date of the policy. 3. Automobile Liability Insurance: Automobile Liability insurance against claims of bodily injury (including death) and property damage (including loss of use) covering all owned, rented, leased, non-owned, and hired vehicles used in the performance of the Work, with a minimum limit of $1,000,000.00 per accident for bodily injury and property damage combined and containing appropriate uninsured motorist and No-Fault insurance provision wherever applicable. 4. Excess Insurance: Excess (or Umbrella) Liability insurance with a minimum limit of $2,000,000.00 per occurrence/$2,000,000.00 annual aggregate. This insurance shall provide coverage in excess of the underlying primary liability limits, terms, and conditions for each category of liability insurance in the foregoing subsections 1, 2 and 3. This insurance shall be written on a following form basis of underlying coverage, and the aggregate limits, if any, shall apply separately to each annual policy period. If this insurance is written on a claims-made policy form, then the policy shall be endorsed to include an automatic extended reporting period of at least five (5) years. B. Policy Requirements 1. Certificate Proof: Prior to the commencement of the respective Contract and/or Agreement, the successful entity shall deliver certificates of insurance evidencing such policy or policies to the LCCC Director of Contracting and Procurement Specific Certification proof shall include:

a) Certificate of Liability Insurance form. b) State of Wyoming Department of Employment Unemployment Insurance Certificate of Good Standing. c) State of Wyoming Department of Employment Workers Compensation Certificate of Good Standing:. Certification may be mailed, faxed or e-mailed to: E-mail: jspezzano@lccc.wy.edu Fax: (307) 778-4300, Attn: Director, Contracting and Procurement Mail: 1400 East College Drive, Cheyenne WY, 82007. Attn: Director, Contracting & Procurement 2. Additional Insured Clause: LCCC shall be listed as the Certificate Holder on all policies, but only with respect to operations of successful firm under the respective Contract. 3. Notice of Cancellation: Each insurance policy required by the insurance provisions of this Contract shall provide the required coverage and shall not be canceled or non-renewed except after thirty (30) days prior written notice has been given to the LCCC, except when cancellation is for non-payment of premium, then ten (10) days prior notice may be given. Such notice shall be sent directly to LCCC, Director of Contracting and Procurement.