REQUEST FOR QUOTATION (RFQ) TITLE: Kit Carson Emergency Siren Project

Similar documents
REQUEST FOR QUOTATION (RFQ) TITLE: Access-Security System Installation for FFFPD

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

OFFICE OF THE SUMMIT COUNTY SHERIFF

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

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

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

HOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

General Services Purchasing Division 201 W. Colfax Avenue, Dept. 304 Denver, CO P: F:

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

CITY OF ROMULUS CHAPTER 39: PURCHASING

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

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

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

Quiet Zone Installation Agreement

CITY OF MOBILE ALABAMA REQUEST FOR QUOTES FEBRUARY 12, 2019

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

EXHIBIT B. Insurance Requirements for Construction Contracts

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

CITY OF MOBILE REQUEST FOR QUALIFICATIONS LANDSCAPE ARCHITECTURAL SERVICES THREE MILE CREEK GREENWAY TRAIL: PHASE I (TRICENTENNIAL PARK)

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

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

Sample. Sub-Contractor Insurance & Indemnification Agreement

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE

MANDATORY ON-SITE PRE-BID MEETING

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

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES

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

REQUEST FOR PROPOSALS FOR General Counsel Legal Services

Black Hawk County Engineer

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

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

NEW VENDOR INFORMATION

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

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

SUU Contract for Workshops and Entertainment

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL

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

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

CITY OF PORT ORCHARD DEPARTMENT OF PUBLIC WORKS REQUEST FOR QUALIFICATION (RFQ)

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

Proposal No:

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Solicitation Liberator II Headsets with Tactical PTT and Accessories. Bid designation: Public. Maricopa County

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

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

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O.

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

PUBLIC BUILDING RESTORATION AND CONSTRUCTION CONTRACT

REQUEST FOR PROPOSAL MOBILE AND ONLINE CITIZEN ENGAGEMENT SOLUTION

Telemetry Upgrade Project: Phase-3

CITY OF TACOMA Water Supply

Request for Proposal Public Warning Siren System April 8, 2014

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

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

PROFESSIONAL SERVICES AGREEMENT

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

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

Request for Quote Date: March 29, 2018

REQUEST FOR PROPOSALS

RFP NAME: AUDITING SERVICES

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES

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

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

Request for Proposal (RFP) For

DESIGN PROFESSIONAL SERVICES (Type) MASTER CONTRACT CONTRACT NO.

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For

Request for Proposal (RFP) For Plat book Printing

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

REQUEST FOR PROPOSALS RFP# PROPANE FUEL FOR THE HEATING SEASON POSTING DATE: MARCH 7, 2018

SOLICITATION. For. 2015/2016 WEED and SNOW REMOVAL SERVICES CITY OF FORT MORGAN, COLORADO. May 18, Jared R. Crone Lieutenant, Police Department

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

Bernards (Project Name) CCIP Insurance Manual

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

W I T N E S S E T H:

SERVICE AGREEMENT CONTRACT NO.

REQUEST FOR PROPOSAL (RFP)

GREENVILLE UTILITIES COMMISSION

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

REQUEST FOR PROPOSAL PROGRAM COORDINATOR TO BE AWARDED BY:

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

Request for Qualifications RFQ Continuing Services Contracts for Professional Engineering Services

Transcription:

REQUEST FOR QUOTATION (RFQ) RFQ # Q18-04 CLOSING DATE: 4/20/2018 TITLE: Kit Carson Emergency Siren Project CLOSING TIME: 10:00 A.M. (our clock) INTENT Larimer County Purchasing Department, on behalf of the Larimer County Sheriff Office, is requesting quotations for the Town of Kit Carson. The Town of Kit Carson was awarded a FEMA-funded State of Colorado Department of Public Safety Division of Homeland Security and Emergency Management (DHSEM) grant to purchase and install a new mechanical type warning siren; the FEMA Authorized Equipment List Number is 13IT-00-ALRT. The new system MUST be a turn-key solution and replace the existing warning siren for the Town of Kit Carson. This project was supported by grant #17SHS18NER, issued by the Division of Homeland Security and Emergency Management. A copy of Project 8 (Community Safety) of this grant is provided, Attachment B - Project 8. The Federal funding for this project is not-to-exceed $22,000.00. This project is partially funded via a DHSEM grant and an Environmental and Historic review is required. The grant funds may not be obligated before the Environmental and Historic review is complete and approved by DHSEM. Thus, the contract with the award vendor of this solicitation must be signed after DHSEM s approval of the Environmental and Historic review. Expenditures related to the Scope of Work made prior to the full execution of a contract cannot be reimbursed. LOCATION OF PROJECT The Town of Kit Carson City Hall 301 Main Street Kit Carson, CO 80825 PRE-QUOTE MEETING This meeting/walk-through will help familiarize vendors with the scope of work and gives the vendors the opportunity to ask clarifying questions. The meeting will be held April 13, 2018 at 10:00 a.m. at The Town of Kit Carson, City Hall, 301 Main St, Kit Carson, CO 80825. Representatives from Morgan County will be present to provide a guided tour and answer questions. Vendors are requested (not required) to attend and participate in the meeting. Vendors should read the entire RFQ document prior to the meeting. - Please email Les Brown if you plan to attend and how many will be in your group - *** THIS WILL BE THE ONLY PRE-QUOTE MEETING OFFERED *** ** NO OTHER MEETING WILL BE CONDUCTED ** 1

All questions regarding this RFQ must be emailed to Les Brown, Purchasing Agent, at brownxld@larimer.org. Questions are due no later than 10:00 a.m. April 16, 2018. Please call Les Brown at 970-498-5954 to verify receipt of your questions. No additional questions will be accepted after the date and time referenced above. NOTE: Unauthorized contact with any other County or Kit Carson employees regarding this RFQ may result in disqualification of your quote. OVERVIEW The Town of Kit Carson, Colorado, is seeking to replace an aging emergency warning siren currently located at the Town Hall (see Attachment A - Pictures). This siren provides emergency warning for the town and surrounding area, approximately one (1) square mile. The town intents to replace this siren before the 2018 tornado season. The replacement siren must be a full turn-key project including the provision of all equipment and materials, installation, labor, permits (if necessary), testing, and training. The current mechanical siren is a Sentry 10 horsepower Model 10V2T, was installed in the early 1990 s, powered by a three-phase 240 volt power supply, is activated manually from a button on the control panel by town or fire department personnel, and is mounted on an ~30 pole at the rear of the town hall (see Attachment A - Pictures). QUALIFICATIONS Qualifications, at a minimum, include the following and need to be documented explicitly in the contractor s quote: 1. Contractor must have at least five (5) years experience providing and installing mechanical type warning sirens of similar size. SCOPE OF WORK The contractor shall, at a minimum, provide, perform, and/or furnish the following: 1. Remove and dispose of the existing emergency warning siren. 2. Install a new mechanical type warning siren, equal to or better than the existing siren (Sentry 10 horsepower Model 10V2T), with the minimum specifications listed below: A. The siren must provide audible warning within the area of the enveloped town and immediately adjacent developed areas (see Attachment A - Pictures). B. The siren s operating system, power supply, activation system, backup power, and audible warning must meet the general criteria outlined in FEMA Outdoor Warning Systems (Technical Bulletin Version 2.0, 2006) for pole-mounted sirens. C. The siren must be capable of withstanding environmental conditions common to the Kit Carson area. D. The siren must be installed in the same location as the original siren at the Town Hall. I. The town desires a new pole should the current pole be incapable of continued service for the life of the new siren. E. The siren must use new controlling equipment, activation devices, and software, as necessary. F. The siren should use, as much as practical, existing power connections. G. The siren should use a single-phase power supply, if possible. H. The siren must be connected to emergency power. I. The siren, controlling equipment, and power connections must be fully installed and tested (this must be scheduled through the town so as to not alarm citizens). J. The siren must be a low maintenance mechanical type siren that is consistent with other warning sirens in towns around the region. K. The siren must include the ability for remote radio activation from the fire department. 3. Train Kit Carson personnel on operation and maintenance. 4. Complete the entire project early spring 2018. 2

5. Test the siren to make sure it is working properly 6. The new siren and installation must have a minimum five (5) year warranty (provide warranty information in your quote). AGREEMENT & CONTRACT This solicitation will be awarded to the vendor with the most responsive, responsible, reasonable, lowest TOTAL PRICE meeting all specifications, deemed the best fit and most advantageous to the Town of Kit Carson. A Larimer County Purchase Order this Request for Quotation document, and the Award Vendor s response, all of which are incorporated by reference herein, will serve as the Agreement. INSURANCE REQUIREMENTS Prior to commencement of any work, contractor shall forward Certificates of Insurance to The Town of Kit Carson, City Hall, 301 Main St, Kit Carson, CO 80825. The insurance required shall be procured and maintained in full force and effect for the duration of the Contract and shall be written for not less than the following amounts, or greater if required by law. Certificate Holder should be Larimer County at the above address. I. Workers Compensation and Employers Liability II. A. State of Colorado: Statutory B. Applicable Federal: Statutory C. Employer s Liability: $100,000 Each Accident $500,000 Disease-Policy Limit $100,000 Disease-Each Employee D. Waiver of Subrogation Commercial General Liability on an Occurrence Form including the following coverages: Premises Operations; Products and Completed Operations; Personal and Advertising Injury; Medical Payments; Contractual Liability; Independent Contractors; and Broad Form Property Damage. Coverage provided should be at least as broad as found in Insurance Services Office (ISO) form CG0001. Minimum limits to be as follows: A. Bodily Injury & Property Damage General Aggregate Limit $2,000,000 B. Products & Completed Operations Aggregate Limit $2,000,000 C. Personal & Advertising Injury Limit $1,000,000 D. Each Occurrence Limit $1,000,000 Other General Liability Conditions: 1. Products and Completed Operations to be maintained for one year after final payment. Contractor shall continue to provide evidence of such coverage to the County on an annual basis during the aforementioned period (as appropriate). 2. Contractor agrees that the insurance afforded the County is primary. 3. If coverage is to be provided on Claims Made forms, contractor must refer policy to Risk Management Department for approval and additional requirements. III. Professional Liability/Errors & Omissions $1,000,000 IV. Commercial Automobile Liability coverage to be provided on Business Auto, Garage, or Truckers form. Coverage provided should be at least as broad as found in ISO form CA0001 (BAP), CA0005 (Garage) or CA0012 (Trucker) including coverage for owned, non-owned, & hired autos. Limits to be as follows: A. Bodily Injury & Property Damage Combined Single Limit $1,000,000 V. All Insurance policies (except Workers Compensation and Professional Liability) shall include The Town of Kit Carson and its elected and appointed officials and employees as additional insureds as their interests may appear. The additional insured endorsement should be at least as broad as ISO form CG2010 for General Liability coverage and similar forms for Commercial Auto and 3

Umbrella Liability. Additional Insured endorsement(s) shall be attached to the certificate of insurance that is provided to the county. VI. VII. VIII. The County reserves the right to reject any insurer it deems not financially acceptable by insurance industry standards. Property and Liability Insurance Companies shall be licenses to do business in Colorado and shall have an AM Best rating of not less than B+ and/or VII. Notice of Cancellation: Each insurance policy required by the insurance provision of this Contract shall provide the required coverage and shall not be suspended, voided or canceled except after thirty (30) days prior written notice has been given to the The Town of Kit Carson, 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 The Town of Kit Carson, City Hall, 301 Main St, Kit Carson, CO 80825. If the insurance company refuses to provide the required notice, the contractor or its insurance broker shall notify the County of any cancellation, suspension, non-renewal of any insurance within seven (7) days of receipt of insurers notification to that effect. Contractor shall furnish Larimer County certificates of insurance. Contractor will receive all subcontractors certificates of insurance. Such certificate must meet all requirements listed above. ILLEGAL ALIENS PUBLIC CONTRACTS FOR SERVICES 1. The Contractor certifies that the Contractor shall comply with the provisions of C.R.S. 8-18.5-101, et. seq. The Contractor shall not knowingly employ or contract with an illegal alien to perform work under this contract or enter into a contract with a subcontractor that fails to certify to the Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this contract. 2. The Contractor represents, warrants, and agrees that it (a) has verified that it does not employ any illegal aliens, through participation in either the E-Verify Program or in the State of Colorado Verification Program ("Department Program"). a. If the Contractor elects to participate in the Department Program pursuant to C.R.S. 8-18.5-102, the Contractor must provide the County a copy of Contractor's completed Notice of Participation Form. b. If the Contractor hires a new employee who performs work under this public contract, the Contractor must provide the County affirmation as required by C.R.S. 8-18.5-102(5)(c)(II). 3. The Contractor shall comply with all reasonable requests made in the course of an investigation by the Colorado Department of Labor and Employment. If the Contractor fails to comply with any requirement of this provision or C.R.S. 8-18.5-101, et. seq., the County may terminate this Contract for breach of contract, and the Contractor shall be liable for actual and consequential damages to the County. 4. The Contractor shall not use the E-Verify Program or the Department Program to undertake preemployment screening of job applicants while this Contract is being performed. 5. If the Contractor obtains actual knowledge that a subcontractor performing work under this contract knowingly employs or contracts with an illegal alien, the contractor shall: a. Notify the subcontractor and the County within three days that the Contractor has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and b. Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to sub-paragraph "a" above, the subcontractor does not stop employing or contracting with the illegal alien, unless the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. 4

COOPERATIVE PURCHASING: Other governmental entities may piggyback on the award of this solicitation, and should contact Larimer County Purchasing for any necessary procurement documents. The entity shall deal directly with the Award Vendor concerning the placement of Purchase Orders, freight charges, contracting and disputes, invoicing, and payment. Larimer County shall not be held liable or responsible for any liability, claims, costs, damages, demands, actions, losses, judgments or expenses incurred by the vendor or any government entity relating to such use. VENDOR DEBARMENT No vendor awarded a solicitation shall be federally debarred. Such debarment shall be checked through the System for Award Management, at www.sam.gov. Note: Larimer County strongly encourages the use of small and minority firms, women's business enterprises, and labor surplus area firm services. In accordance with Federal and State laws, Larimer County does not discriminate. Larimer County is an Equal Opportunity Employer and no otherwise qualified individual shall be subject to discrimination on the basis of race, color, religion or religious affiliation, sex, familial status, age, genetics, disability, or national origin in any phase of employment for this position. QUOTES MUST BE COMPLETED ON THE QUOTE FORM. The QUOTE FORM on the next page must be received either by email, mail, or hand-delivered no later than 10:00 A.M. on 4/20/2018. Responsibility for timely submittal and routing of quotations prior to the opening lies solely with the vendor. Quotations received after the closing time and date specified will NOT be considered. Email: To Hand-Deliver or Courier: To Mail: Email completed Quote Form to Les Brown at brownxld@larimer.org. Call Les Brown at 970-498-5954 to confirm your quote has been received. To the attention of Les Brown, Larimer County Purchasing, 4 th floor Suite 4000, 200 W. Oak St., 4 th floor Suite 4000, Fort Collins, CO 80521 To the attention of Les Brown, Larimer County Purchasing, 200 W. Oak St., Suite 4000, PO Box 1190, Fort Collins, CO 80522-1190 5

QUOTE FORM: Quotes must be furnished exclusive of any Federal, State, or Local taxes. The replacement siren must be a full turn-key project including the provision of all equipment and materials, installation, labor, permits (if necessary), testing, and training. Total Price to complete project as specified = $ The prices listed above must be a Firm Fixed Price (Not-To-Exceed) Contractors should provide the below information: Detailed pricing list for equipment, training, installation, mobilization, travel, cables, supplies labor, shipping, and etc. Provide proof that vendor s quoted siren is equivalent/better than a Sentry 10 horsepower Model 10V2T. Provide a statement of warranty on material. Provide a statement of warranty on labor. Provide a statement of the siren s service life. Provide a statement if you are installing a new pole or that the existing pole is capable of continued service for the life of the new siren. Provide five (5) references for comparable projects in a similar environment. Explicit proof of qualifications. o Contractor must have at least five (5) years experience providing and installing mechanical type warning sirens of similar size or larger. SIGNED: PRINTED NAME: COMPANY NAME: ADDRESS: CITY: STATE: ZIP: DATE: TELEPHONE: FAX: EMAIL ADDRESS: For further information regarding this Quote #Q18-04, please contact Les Brown, Purchasing Agent, Larimer County Purchasing Department, at 970 498-5954, or at brownxld@larimer.org. 6