REQUEST FOR PROPOSAL FOR: NHTI Residence Hall Refrigerator/Microwave Units

Similar documents
REQUEST FOR PROPOSAL FOR:

REQUEST FOR PROPOSAL FOR: Removal and Replacement of EMC Signage

REQUEST FOR PROPOSAL FOR: Provide Door Lock Repair, Service & Material

REQUEST FOR PROPOSAL FOR: PAVEMENT CRACK FILLING, SEALING, AND MARKING

REQUEST FOR PROPOSAL FOR: Bid #MCC19-03 Rubber Flooring Tile and Installation Manchester Community College

SNOW REMOVAL. River Valley Community College - Keene Academic Center

REQUEST FOR PROPOSAL FOR: FIRE ALARM PANEL & LIFE SAFETY EQUIPMENT SERVICE

REQUEST FOR PROPOSAL FOR: Campus Safety and Security GBC Great Bay Community College

River Valley Community College shall have the right to terminate the contract at any time by giving the Contractor a thirty (30) day written notice.

REQUEST FOR PROPOSAL FOR: Lakes Region Community College's Emergency Medical Services Curriculum Management

LAWN CARE River Valley Community College One College Drive Claremont, NH

REQUEST FOR PROPOSAL FOR: PROJECT GBC Great Bay Community College

REQUEST FOR PROPOSAL FOR: IT MANAGED AND PROFESSIONAL SERVICES CON NHTI, Concord s Community College COMMUNITY COLLEGE SYSTEM OF NH

SCOPE OF SERVICES: Work within this request for proposal (RFP) shall consist of three (3) services described as follows:

CONSTRUCTION MANAGEMENT SERVICES FOR A NEW AUTOMOTIVE BUILDING AND VARIOUS PROJECTS THRU FY 17 LAKES REGION COMMUNITY COLLEGE LACONIA, NH

CONSTRUCTION MANAGEMENT SERVICES FOR A NEW STUDENT SUCCESS CENTER GREAT BAY COMMUNITY COLLEGE PORTSMOUTH, NH. Project GBC14-03CM MARCH 4, 2014

DESIGN CONSULTING SERVICES DESIGN FOR STUDENT SUCCESS CENTER GREAT BAY COMMUNITY COLLEGE PORTSMOUTH, NH. Project GBC14-03 AUGUST 23, 2013

REQUEST FOR PROPOSAL FOR: NHTI- Concord s Community College. Replacing a Cafeteria commercial dishwasher and associated equipment and finishes.

REQUEST FOR PROPOSAL FOR: MICRO MARKET AT NASHUA COMMUNITY COLLEGE. July 21, 2017

REQUEST FOR PROPOSAL FOR: MCC Instructional Design and Curriculum Development Services

CCSNH Request for Proposal Real Estate Services

REQUEST FOR DESIGN BUILD SERVICES FOR RENOVATIONS TO MACHINE TOOL SHOP Project NC 12-10

REQUEST FOR QUALIFICATIONS/PROPOSAL For CONSTRUCTION MANAGEMENT SERVICES FOR A NEW HVAC/ELECTRICAL TECHNOLOGY LABORATORY BUILDING AT

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

RFP GENERAL TERMS AND CONDITIONS

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

Combi Oven IFB Invitation for Bid Bid Number (FS )

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m.

City of Federal Way REQUEST FOR PROPOSAL SACAJAWEA SEWER LIFT STATION OVERHAUL

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

SECURITY CAMERAS PURCHASE AND INSTALLATION BID: # BOE

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

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

Invitation To Bid. for

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

LEGAL NOTICE VILLAGE OF ORLAND PARK, ILLINOIS ADVERTISEMENT FOR BIDS SHADE STRUCTURES FOR DUGOUTS

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

BID DOCUMENTS FOR THERMAL IMAGING CAMERA

Cherokee Nation

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address: Payment Terms:

ALL TERRAIN SLOPE MOWER

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

The City of Mount Pleasant is taking bids for vehicle towing services. Bid packages are available on our website at

WINDOW WASHING

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

REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

NEW CASTLE COUNTY Purchasing Division 87 Read s Way New Castle, DE (302)

Request For Proposal (RFP) for

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST

BID DOCUMENTS FOR. WTP VFD Replacement Bid

REQUEST FOR PROPOSAL (RFP)

Invitation To Bid. for

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

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

Cherokee Nation

BID DOCUMENTS FOR ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT

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

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

KELTY TAPPY DESIGN, INC.

CITY OF GAINESVILLE INVITATION TO BID

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

Proposal No:

Chatham County Request for Proposals Biannual Customer Service Survey

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

AGENCY-WIDE LAWN MAINTENANCE

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4

REQUEST FOR PROPOSAL (RFP) ARCHITECTURAL & DESIGN SERVICES FOR RAWLINGS LIBRARY SPACE PLANNING & INTERIOR RENOVATION

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

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

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

Request for Proposal. Municipal Facility Space Needs Assessment City of Burnsville, MN

CITY OF HUTCHINSON BID FORM Page 1 of 2

Company: Legal Status: Ordering Address: Phone: Remit Address: Payment Terms:

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

Notice to Bidders.

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

GROUNDS MAINTENANCE AGREEMENT

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

Bulk CO2 Tank and Fill Box

REQUEST FOR BID POLE BUILDING CONSTRUCTION

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

GUILFORD COUNTY SCHOOLS Invitation for Bids

Valley Regional Fire Authority Invitation to Bid

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017

Champaign Park District: Request for Bids for Playground Surfacing Mulch

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

Invitation To Bid. for

Request for Proposal General Ledger Software

Transcription:

REQUEST FOR PROPOSAL FOR: NHTI 2015-78 Residence Hall Refrigerator/Microwave Units NHTI, Concord s Community College PURPOSE: The purpose of this REQUEST FOR PROPOSAL is to establish a contract for NHTI, Concord s Community College for Residence Hall refrigerator/microwave unit lease. VENDOR CERTIFICATIONS The vendor who is awarded the contract must either be duly registered as a vendor authorized to conduct business in the State of New Hampshire or if not will need to submit a completed Alternate W-9 form (no fee) with the contract and must be willing to comply with all terms and conditions of the State of New Hampshire. CONTRACT TERM: The term of any resulting contract shall end on or before May 31, 2022 (five year) or 2024 (seven year). NHTI, Concord s Community College shall have the right to terminate the contract at any time by giving the Contractor a thirty (30) day written notice. PAYMENT AND COMPENSATION: Payment terms: 100% due within 30 days after satisfactory completion of work invoiced, receipt of the invoice, approval, and acceptance by NHTI Concord s Community College. Partial payments are allowed. SCOPE OF SERVICES: Work within this request for proposal (RFP) shall include the following: Delivery and installation of 190 refrigerator/microwave units into residence hall rooms by August 14, 2015. (Three residence halls) Provide 5 spare units for use when a unit fails. Commit to replace any units not working to NHTI s satisfaction within one week of the complaint being issued. Remove and legally dispose of all packing material at time of delivery. Refrigerator/Microwave units should meet the following standards: Refrigerator Specs Annual Energy Consumption: 210 KWh Electrical Requirements Power 115V/110W Start Up Amps 1.3A Run/Normal Operating Amps 0.65A Interior Dims: 33 7/16 H x 18 11/16 W x 19 11/16 D Weight: 52.9lbs Shipping Weight: 57.3lbs Total Volume: 3.1 cu. ft.

Refrigerator Features 1 full-width wire shelf 2 ¾-width door shelves CanStor Temperature Control Manual Defrost Transparent Crisper White Interior Environmentally friendly R600A refrigerant EStar rated Freezer Features True Zero degree freezer Manual defrost Full width door shelf Cabinet Features Bevel Edge-Tri Panel door design Rounded, recessed door handle Cord management hinge clip system Reversible door hinge Leveling legs Flat back design 5.25 ft cord Microwave Specs Electrical Requirements o Power 120V/60HZ o Power Output, defrost 280 watts o Power Output, cook 700 watts o Start Up Amps -10.9 o Total amps for plugs front/rear- 4/9 Interior Dimensions 10 9/16 H x 18 2/16 W x 12 13/16 D Weight: 26.5lbs Shipping Weight 28.2lbs Oven Capacity 0.7 cu. ft. Microwave Features New Internal Smoke Sensor New USB charging station with 4 amps max for the 2 USB ports and one charging station Easy-grip pull door Express cook settings Programmed cooking options LED display and clock Signal beeper with adjustable volume Removable 10 11/16 glass carousel 5 ft cord Minimum, 8 ft preferred Combination Unit Specifications Electrical Requirements 120V, 60 Hz, 15 amp electrical supply Combination Unit Dimensions 44 H x 18 11/16 W x 19 11/16 D Combination Unit Features Patented Safe Plug Technology Provides protection against circuit overloads for user safety and convenience. Blue plug on refrigerator plugs into back of microwave for energy efficient one-plug to the wall operation. 4

At the end of the contract period, the vendor will remove all units from the campus property no later than June 15 th of the year of the contract end. Remove and legally dispose of all waste generated by the work Remove all unused material brought on site by the bidder. SITE VISITATION: A walk through will not be necessary. Bidders are responsible for having ascertained pertinent local conditions, such as equipment, conditions, locations, accessibility, and general character of the site, knowledge of conditions affecting the work. The act of submitting a bid is to be considered as full acknowledgment that the bidder inspected the site and is familiar with the conditions and requirements of these specifications. If there are any questions, please contact Trish Godino Loring @ (603) 230-4044. ADDITIONAL INFORMATION: NHTI, Concord s Community College reserves the right to make a written request for additional information from a Contractor/Vendor to assist in understanding or clarifying a Bid Proposal. The responses are to be provided in writing. Required Material Safety Data Sheets (MSDS) for material brought on site by the successful bidder must be available on site at all times. All local, state and federal regulations are to be followed. Any fines assessed to NHTI, Concord s Community College due to the lack of these regulations being followed will be the responsibility of the successful bidder. Shirts are required to be worn at all times on the work site, smoking is allowed only in designated smoking areas, no radios or headsets are allowed, food is available for purchase in two locations and parking for vehicles and equipment must be cleared through the Maintenance Department. Use of cell phones and radios are prohibited while vehicles are in motion. Posted speed limits are to be obeyed. Infractions of rules can result in the offender being asked to leave the campus. The Contractor who is awarded the contract will need to complete a P-37 contract (sample available upon request) and provide the required Corporate Resolution (corporations/llc) or Partnership Certificate of Authority or Sole Proprietor Certification of Authority, whichever applies,, to show the individual signing the contract is authorized to do so. Workers compensation requirements as outlined in the P37 (15) and as required by NH law must be followed, and includes, in part, providing proof by the Contractor of workers compensation insurance coverage for all of its employees on this site. The Contractor awarded the work is also to submit information as required under RSA 21-I:81 B. This law requires, among other things, the Contractor to provide timely information on employee and subcontractor identity, including all CFOs and principals on a log for this purpose, and for the College to potentially post this information on a publicly accessible website. (Note: Any exemptions demonstrated by the Contractor can be noted in the contract at Exhibit C.) COMPLIANCE BY CONTRACTOR WITH LAWS AND REGULATIONS - EQUAL EMPLOYMENT OPPORTUNITY. In connection with the performance of the Services, the Contractor shall comply with all statutes, laws, regulations, and orders of federal, state, county or municipal authorities which impose any obligation or duty upon the Contractor, including, but not limited to, civil rights and equal opportunity laws. In addition, the Contractor shall comply with all applicable copyright laws. During the term of any contract, the Contractor shall not discriminate against employees or applicants for employment because of race, color, religion, creed, age, sex, handicap, sexual orientation, or national origin and will take affirmative action to prevent such discrimination. If the contract is funded in any part by monies of the United States, the Contractor shall comply with all the provisions of Executive Order No. 11246 ( Equal Employment Opportunity ), as supplemented by the regulations of the United States Department of Labor (41C.F.R. Part 60), and with any rules, regulations and guidelines as the State of New Hampshire or the United States shall issue to implement these regulations. The Contractor further agrees to permit the State or United States access to any of the Contractor s books, records and accounts for the purpose of ascertaining compliance with all rules, regulations and orders, and the covenants, terms and conditions of a proposed contract. 5

INSURANCE: Insurance will be more fully addressed at the time a P37 is submitted after the bidding process. The Contractor awarded the contract will need to furnish an insurance certificate which includes the following: The Contractor shall, at its sole expense, obtain and maintain in force, and shall require any subcontractor or assignee to obtain and maintain in force, both for the benefit of the State and NHTI the following insurance: Comprehensive general liability insurance against all claims of bodily injury, death or property damage, in amounts of not less than $250,000 per claim and $2,000,000 per incident, or the current statutory cap on the State s liability, and fire and extended coverage insurance covering all property subject to subparagraph 9.2 (P-37) of these general provisions, in an amount not less than 80% of the whole replacement value of the property. This insurance is in addition to the workers compensation insurance requirements outlined above in this document. The policies shall be the standard form employed in the State of New Hampshire, issued by underwriters acceptable to the State, and authorized to do business in the State of New Hampshire. The certificates shall contain a clause prohibiting cancellations or modifications of the policy earlier than 10 days after written notice thereof has been received by the College. The certificates are required to name NHTI, Concord s Community College as additional insured. BOND/SECURITY AND POWER OF ATTORNEY: NH RSA 447:16 requires contracts for construction, repair or rebuilding of public buildings or other public works (not including design work) over $35,000 to include a payment bond or other security in an amount equal to 100% of the contract price. Other types of contracts may also have bond/security requirements for payment and/or performance. In such contracts, the bond and power of attorney of the person executing the bond must be included in the contract. ADDENDUM: In the event it becomes necessary to add to or revise any part of this RFP prior to the scheduled submittal date, NHTI Concord s Community College will fax addenda to all who have already submitted bids and post any changes to its website www.ccsnh.edu/open-bids. Before your submission, always check for any addenda or other materials that may have been issued which would affect the RFP by checking this website. Any change, correction or deviation to this RFP must be addressed in a written addendum. Verbal changes will not be allowed SUBMISSION OF RFP RESPONSE: Bids are due on June17, at 2:00 pm. If any Addenda to the RFP are issued, please acknowledge in your bid. Your response must include the following: Labor Total, Material Total and Project Total. All the materials requested in this RFP document. Bids should be mailed to NHTI Concord s Community College, Attention Melanie Kirby, Chief Financial Officer, 31 College Drive, Concord, NH 03301, faxed to 603-230-9311, or hand carried to Presidents Office, Little Hall, 31 College Drive, Concord, NH. NHTI is not responsible for proposals not received due to equipment failure, mail delays, etc. If you want to ensure your proposal was received please verify by calling Melanie Kirby at 603-230-4000 ext 4225. AWARD: as applicable: This contract will be awarded solely on the Residence Hall refrigerator/microwave units for NHTI. The contract will be awarded to the lowest bidder who meets the criteria listed in the specifications. NHTI reserves the right to accept or reject any or all of the proposals. NHTI reserves the right to waive any and all informalities in its best interest. BID RESULTS: Bid results may be viewed when available, once the award has been made, on our web site only at: www.ccsnh.edu/closed-bids 6

EXHIBIT A PROJECT: Dormitory Refrigerator/Microwaves Lease NHTI 2015-78 NHTI Concord s Community College BID FORM Company Name: Address: Telephone Number: Fax Number: All materials and equipment to complete the project: Fiscal year 2016 $ Fiscal year 2016 $ Fiscal year 2017 $ Fiscal year 2017 $ Fiscal Year 2018 $ Fiscal year 2018 $ Fiscal Year2019 $ Fiscal year 2019 $ Fiscal Year 2020 $ Fiscal year 2020 $ 5 year Lease Total $ Fiscal year 2021 $ Fiscal year 2022 $ 7 year Lease Total $ Signature: Printed Name: Date: Acknowledging Inclusion of Addendum: Signature: Printed Name: Date: This bid must be signed by a person authorized to legally bind the bidder. 7