Request for Proposal



REQUEST FOR PROPOSAL (RFP)13760AFOR DENVER WATER'STesting and Balancing Services DATE \@ "MMMM d, yyyy" August 10, 2011Submit Proposal by August 19, 2011by 10:00 A.M. Mountain Time to:Denver Water Purchasing1600 West 12th Avenue, Building 12Denver, CO 80204-3412Attention: Anthony HassmanOptional Site TourWILL BE HELD ONAugust 16, 2011 @ 10:00 A.M. Proposal must be received no later than August 19, 2011, 10:00 A.M. Mountain Time. Proposal must be in the format(s) noted below, for evaluation purposes. Denver Water reserves the right to disqualify any Proposal submitted incorrectly.PRE-PROPOSAL MEETING Optional site tour will be held on August 16, 2011 @ 10:00 A.M. by request only. Tour will start at Kendrick Pump Station and will finish at Green Mountain Pump Station. Kendrick Pump Station9380 W Jewell AveLakewood, CO 80228Green Mountain Pump Station13100 W Jewell AveLakewood, CO 80228If you plan to attend, notify Erik Helgeson at 303-628-6515 by August 15, 2011Submit Proposals either online to the Rocky Mountain Online Bid System, , or by hard copy to:Denver Water Purchasing1600 West 12th Avenue, Building 12-Denver, CO 80204-3412 Attention: Anthony HassmanIf Proposals are submitted hardcopy, submit three (3) hard copies of Proposal and one (1) copy on an electronic storage device.Contact Persons:For copies of RFP or for directions to Denver Water Purchasing:Erik Helgeson, Contract Development Specialist, 303-628-6515Purchasing’s Contract Line – 303-628-6361For questions concerning the content of the RFP:Jared Heath, Engineer, 303-628-6033Proposers acknowledge that Denver Water may be required to disclose any or all of the documents submitted with a Proposal, pursuant to the Colorado Open Records Act, C.R.S. 24-72-200.1, et seq. Under C.R.S. § 24-72-204(3)(a)(IV), Denver Water may deny inspection of any confidential commercial or financial information furnished to Denver Water by an outside party. Therefore, a Proposer must clearly designate any documents submitted with its Proposal that the Proposer deems proprietary or confidential, to aid Denver Water in determining what it is required to disclose following a request for documents under the Colorado Open Records Act. INTRODUCTION:Denver Water is a municipal corporation and a political subdivision of the State of Colorado, under the control of a Board appointed by the Mayor of Denver. As such, it is governed by the Denver Charter and other laws applicable to governmental entities. The Denver Charter grants the Board all the powers of the City and County of Denver including those granted by the Constitution and by the law of the State of Colorado and by the Charter. Specifically, the Charter gives the Board complete charge and control of a water works system and plant for supplying the City and County of Denver and its inhabitants with water for all uses and purposes. It is the largest municipal public utility in Colorado, serving water to more than 1 million people, about one-quarter of the state’s population.BACKGROUND:Denver Water is issuing this RFP for Testing and Balancing ServicesEVALUATION PROCESS:Proposals shall be evaluated by specific criteria set forth in this RFP. All Proposals considered responsive shall be evaluated for completeness of data provided, the Proposers’ adherence to the Instructions and Completion of Proposal requirements support for all claims made, and the overall approach taken. The objective is to select a contractor, through the outlined evaluation process, whose Proposal is judged to be in the best interest of Denver Water. Denver Water may reject Proposals if:The Proposer misstates or conceals any material fact.The Proposal does not strictly conform to the law or requirements.The Proposal is conditional.Proposals that are deemed incomplete or non-conforming with instructions and requirements of the RFP may not be given further evaluation. Denver Water reserves the right to reject any or all Proposals.Responsive Proposals:Proposals considered responsive will be catalogued and distributed to Jared Heath, Engineer, for review and evaluation. He will make a recommendation to the Director of Engineering, who will make the final decision on which, if any, Proposer to select for a contract.Evaluation Criteria:The Proposer selected for a contract will be the Proposer whose Proposal, as presented in response to this RFP, is the most advantageous to Denver Water. Denver Water is not bound to accept the lowest-priced Proposal if that Proposal is not in the best interest of Denver Water as determined by Denver Water. Denver Water reserves the right to accept or reject any and/or all offers, to waive any and/or all formalities, to clarify any discrepancies in the Proposal, and to award a contract in the best interest of Denver Water.Proposals may be evaluated using “best value” criteria including but not limited to:Purchase priceReputation of the Proposer and the Proposer’s goods or servicesProposer’s past relationships, if any, with Denver Water and the City and County of Denver Delivery dates and informationBusiness references and financial statementsProposer’s equipment and facilitiesProposer’s use of Small Business Enterprises (SBEs)Ability to use purchasing cards, EFT, EDI, bar-coding and other relevant business technology Any other relevant and appropriate factor Pricing:The Proposer shall provide detailed pricing for all tasks outlined in the Scope of Work.PERSONNEL SCREENING: Due to the nature of the work, the Contractor and its employees and agents will be subject to the following Security Screening requirements:At least five (5) working days before assigning an employee or agent to perform duties under this Agreement that require the employee or agent to work under circumstances presenting security concerns or to have access to the Board’s sensitive information, proprietary computer programs, software or servers, the Consultant will submit the employee’s or agent’s name to the Board’s Representative and certify on the Board-provided Certification of Personnel Screening form that no more than one (1) year prior to the assignment it performed a background check on the employee or agent, including a review of criminal history, and determined that the employee or agent does not pose a risk to persons or property. Background checks must include a Colorado Bureau of Investigation (CBI) Criminal History Check, and, if the employee or agent has lived outside the State of Colorado or the United States during the last five (5) years, a criminal history check from each state or country of residence. For employees or agents who will have access to the Board’s financial records and/or accounting processes, including purchasing, payables, receivables, and treasury or cash management, Consultant also will conduct a credit history check on the employee or agent and certify on the Board-provided Certification of Personnel Screening form that Consultant has determined that the employee or agent does not pose a risk to the Board. The Board reserves the right to direct the Consultant to assign another employee or agent, meeting the requirements of this paragraph, to perform the Work if the Board has reason to believe that during the term of the Agreement the assigned employee or agent engaged in criminal activity or was involved in financial improprieties, to be determined by the Board in its sole discretion..INSURANCE:The Contractor will be required to maintain insurance in full force and effect during the full term of the contract. Denver Water will determine the appropriate levels and types of insurance necessary for the contract. Overview:The successful Proposer shall provide onetime Testing and Balancing service for Denver Water, per the Specifications below and attached Drawings, at the following locations:Green Mountain Pump Station13100 W Jewell AveLakewood, CO 80228Kendrick Pump Station9380 W Jewell AveLakewood, CO 80228The Contractor must be able to complete the work by September 30.Response time:Contractor will be required to provide services within ten (10) business days of Denver Water’s request.Specifications:SECTION 23?05?93HVAC SYSTEMS TESTING, ADJUSTING, AND BALANCINgGENERALSCOPEThis Section specifies the procedure for the HVAC systems testing, adjusting and balancing.Waterside balancing is required for the Green Mountain Pump Station and Kendrick Pump Station Boiler Replacement Project.REFERENCESThe following is a list of standards which may be referenced in this Section:Associated Air Balance Council.SUBMITTALSQuality Control Submittals:Qualifications and experience record of air balancing and test agency.Written verification of calibration of testing and balancing equipment.Balancing Log Report following completion of system adjustments including test results, adjustments, and rebalancing procedures.QUALITY ASSURANCETest Agency Qualifications:Corporately and financially independent organization functioning as an unbiased testing authority.Professionally independent of manufacturers, suppliers, and installers of HVAC equipment being tested.Certified by a national balancing association.Have a proven record of at least five similar projects.Employer of engineers and technicians regularly engaged in testing and inspecting HVAC equipment and systems.PRODUCTS (Not Used)EXECUTIONGENERALCalibrate test instruments to a recognized standard before beginning the Work.Adjust and balance water systems in accordance with standard procedures and recognized practices of the Associated Air Balance Council or SMACNA “HVAC Testing, Adjusting, and Balancing Manual.”ADJUSTING AND BALANCING WATER SIDEAdjust all water systems for the required water flows at each coil, connection, and terminal device whether it is existing or new. Provide proper flow through individual hydronic coils, convector, and each pump. Record operating points on each pump curve.Measure and adjust flow through all valves and mark final position of all balancing valves.FIELD QUALITY CONTROLBalancing Log Report Requirements:Log and record information from every test, reading, and adjustment necessary to accomplish the services described. In addition, record the following data:Equipment identification number.Equipment nameplate data (including manufacturer, model, size, type, and serial number).Motor data (frame, hp, volts, FLA and rpm).Starter and heater data.Include a reduced set of HVAC Drawings in the balance log showing the final flow readings for each system.Indicate the recorded site values, and velocity and mass correction factors used to provide equivalent standard air quantities.Include a separate section in the log, if necessary, that describes operating difficulties in the systems that could not be eliminated by the specified procedures. Identify these problems by system and location within the building, include an outline of a summary of the condition and its effect on the building, and describe corrective actions attempted.After readjustment for vibration, measure and record the displacement only of the readjusted equipment to determine its conformance with the design.Quality Control Verification: After adjustments have been completed and the balance logs submitted, the testing and balancing agency shall be available to demonstrate the water balancing procedures and vibration tests, and verify the test results.END OF SECTIONREQUIRED INFORMATION:To ensure consistency, Proposals must conform to the following format. The extent to which Proposers follow these instructions is considered in the final contractor selection:Cover LetterTable of ContentsSections (described below)IntroductionQualificationsOther InformationReferencesMethodology/Proposed Work PlanPricingSection a – IntroductionThis section must contain information about the Proposer’s experience and background. Include complete information regarding experience with this type of service, number of years, number of employees, etc.Section b – QualificationsThis section must contain qualifications of personnel. Please submit resumes of key personnel who will be assigned to the contract, including years of experience and qualifications.Section c – Other InformationThis section should address any other information necessary for a full understanding of services offered.Section d – ReferencesProvide a minimum of two (2) references including contact person, phone number, address, description of service performed, and date of service; include local contacts.Section e – Methodology/Proposed Work PlanProvide best practices for Testing and Balancing services. Describe a specific work plan and schedule.Section f – PricingSubmit pricing per task listed in Scope of Work. Pricing shall include labor and the cost of parts necessary for repairs, maintenance or installation. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download