Sprinkler Systems and Fire Pump Inspections

Agency: State Government of Louisiana
State: Louisiana
Level of Government: State & Local
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD11472692025261945
Posted Date: Apr 15, 2024
Due Date: Apr 24, 2024
Solicitation No: 40006-155
Source: Members Only
bid number description date issued bid open date/time help
40006-155 Sprinkler Systems and Fire Pump Inspections
Original: 40006-155
04/01/2024 04/24/2024
2:00:00 PM CT
40006
Answers to questions
Addendum 1: 40006-155-1
04/15/2024

Attachment Preview

Delgado Community College
Purchasing Department
501 City Park Avenue, Bldg. 37
New Orleans, Louisiana 70119
(504) 762-3027
Invitation to Bid
Bid Name:
40006-TC #155 – Sprinkler Systems and Fire Pump Inspections 24-25 FY
Due By & To Be Opened On:
Wednesday, April 24, 2024 at 2:00PM CST
Contact Person:
Wendy Boesch
Senior Buyer
(504) 762-3031
________________________________________________________________
NAME OF COMPANY
________________________________________________________________
ADDRESS
____________________________ / ____________ / _____________________
CITY, STATE, ZIP
_________________ / _______________ / _____________________________
PHONE NUMBER FAX NUMBER
EMAIL
________________________________________________________________
SIGNATURE OF COMPANY REPRESENTATIVE
________________________________________________________________
NAME (PRINTED) & TITLE OF COMPANY REPRESENTATIVE
*TITLE PAGE*
1
GENERAL INFORMATION
1. Any questions regarding this Invitation to Bid shall be in writing and shall be addressed to Wendy
Boesch, Senior Buyer-Purchasing Department at the following address:
Delgado Community College
O’Keefe Administration Building
501 City Park Avenue, Building 37
New Orleans, La 70119
**Questions ONLY may be emailed or faxed to: wboesc@dcc.edu or Fax: (504) 762-3089
Any additional information resulting from such inquiries shall be distributed to all bidders via
addenda. The College will not be responsible for any other explanation of the documents.
2. Sealed bids must be submitted by mail or in person. (All bids must be identifiable PRIOR to
any envelope/package opening). Faxed or emailed bids NOT accepted.
Mailed bids and hand carried bids shall be sealed and delivered to the person/address in item #1.
The BID NAME and NUMBER must be on the OUTSIDE of the packaging, including any
express mail/shipping packaging. If hand carried, Bids are to be delivered directly to the
Purchasing Department. Do not leave on counter unattended. Please note that express mail or
USPS carriers may not deliver directly to 501 City Park Avenue. The bidder/proposer is solely
responsible for ensuring that its courier service provider makes inside deliveries to 501 City Park
Avenue.
**Bids received without this information, Not identifiable, and/or after the due date and time on the
title page shall be automatically disqualified.**
3. Each bidder is solely responsible for the accuracy and completeness of its bid. Errors or omissions
may be grounds for rejection, or may be interpreted in favor of the College.
4. Each bidder is solely responsible for the timely delivery of its bid. Delgado Community College will not
be responsible for any delays in the delivery of bids, whether delayed in the mail, or for any reason
whatsoever.
5. Only the issue of a purchase order or a signed acceptance of a proposal constitutes acceptance on
the part of the College.
6. Assuming there is no prompt payment discount provision, payment will be made within 30 days from
receipt of products in satisfactory condition, or within 30 days from receipt of invoice, whichever is
later.
7. Proposer or bidder, contractor, etc. certifies, by signing and submitting a proposal for
$25,000 or more, that their company, any subcontractors, or principals are not suspended or debarred
by the General Services Administration (GSA) in accordance with the requirements in OMB Circular
A133. (A list of parties who have been suspended or debarred can be viewed via the internet at
www.epls.gov .)
*END OF GENERAL INFORMATION SECTION*
2
SCOPE and SPECIFICATIONS
40006-TC #155 – Sprinkler Systems and Fire Pump Inspections
SCOPE and SPECIFICATIONS:
This open solicitation is for a Term Contract Bid for the provision of labor, equipment, materials, supplies,
personnel, supervision, etc. necessary for Inspecting Sprinkler Systems and Fire Pumps once a year at Delgado
Community College’s multiple campuses/ buildings throughout the Greater New Orleans area. Additional
locations may be added to the contract see page 12.
City Park Campus
615 City Park Ave
New Orleans, LA 70119
River City Campus
709 Churchill Parkway
Avondale, LA 70094
West Bank Campus
2600 General Meyer Ave
New Orleans, LA 70114
Sidney Collier Campus
3727 Louisa Street
New Orleans, LA 70126
Marine Fire School
13200 Old Gentilly Road
New Orleans, LA 70129
The bidder agrees that by submitting a bid and acceptance of an award, all terms and conditions as stated in this
bid document will become a contractual agreement between the College and the Bidder.
All inspections shall be coordinated ahead of time through Delgado’s Safety & Risk Manager, Scott St. Pierre
sstpie@dcc.edu or 985-696-9145. It will be the responsibility of the successful bidder to acquire the signature of
Mr. St. Pierre or his designee each time a visit is made to the College to provide the services described in the bid
contract. Also, required documentation shall be left with said College Representative.
1. TERM OF CONTRACT FOR SERVICES: This contract will begin on July 1, 2024 and commence on June
30, 2025.
2. PREBID/JOBSITE VISIT:
a. A pre-bid jobsite visit is not required however, it is strongly recommended that bidders attend
the jobsite visits at each location to ascertain the scope of the work to be perform.
b. The visits will be conducted on two (2)days:
i. Tuesday, April 9, 2024 at 9:00AM CST at 4 locations: Beginning with the River City
Campus then moving to the other campuses in this order (see above for addresses):
1. River City Campus (starting at 9AM)
2. Westbank Campus (Larocca Bldg)
3. Sidney Collier
4. Marine Fire School
ii. Wednesday, April 10, 2024 at 9:AM CST at the:
1. City Park Campus (in front of Building 1, Isaac Delgado Hall)
c. If, upon visiting site, Bidder has questions or finds concerns with the details of this Bid document
Bidder is to submit those questions in writing by the deadline date on Page 8. Otherwise it will be
interpreted that you are quoting as specified.
3
d. Although impromptu questions will be permitted and spontaneous answers will be provided
during the pre-bid jobsite visit, the only official answer or position of DCC will be stated in
writing in response to written questions submitted from bidders to the Purchasing Department
and answered via an Addendum.
3. PRICING: Must be listed on this Bid Form.
a. Bidder is to include all costs per line items, including but not limited to: material cost, discounts,
rebates, warranty, shipping, delivery, labor or any other charges necessary for completion of this
job/bid. No additional charges or other costs after the fact are allowed. Price must be firm and
not subject to change. Additional costs disclosed later will be at the expense of the Bidder. There
shall be no surcharge whatsoever for weekend/holiday pickup.
b. All line items shall be bid or if zero dollars notate an explanation: i.e. “Not able to supply” or
“included in a different line item number”, etc.
c. Bids submitted in any other manner will not be accepted. Quotes prepared on the vendors own
form are not an allowable substitute for completing the bid on this required Bid Form.
4. FREQUENCY: These services shall be provided once a year.
5. SERVICES: Bidder is to provide services in accordance with this Bid Document and provide the
required documents timely to the Delgado Maritime designee.
a. Bidder is advised to carefully consider all College physical features and activities and occupancies
by faculty, staff and students, and to plan activities so as not to disrupt the normal operations and
activities of the College except as expressly permitted by the College in writing. The Bidder shall
be especially aware of existing electric, gas, water, telephone and/or other utilities and facilities
which may be in the way of or adjacent to the work, and shall take appropriate action to protect
these utilities during the work.
b. Bidder is to use caution in performing the service so as not to damage adjacent buildings,
building elements, including trees, shrubs, vegetation and lawn areas. Where damage occur,
Bidder agrees to restore the damaged area to original condition replacing vegetation and lawn
with equal size and species.
c. Bidder is to schedule delivery vehicles which will interfere with normal campus traffic. When
deliveries are made from the street curb, provide sufficient properly attired and equipped flagmen
to safely control and maintain the flow of traffic. It is the policy of Delgado Community College to
provide full access to all disabled individuals in all areas possible. Bidders, vendors must ensure
their staff is aware of this policy and park accordingly, ensure no sidewalks or access ways are
blocked at any time. If temporary blocking is required, the Bidder, shall assume the responsibility
for the safe transit of all disabled persons.
d. The successful bidder must warrant firm’s compliance with all applicable federal, state and local
laws, rules, regulations and any and all other requirements in connection with these inspections.
The successful bidder must possess all necessary licenses, permits, etc. and pay all fees in
connection therewith.
4
e. No interest shall be assigned or transferred in this contract without prior written consent from the
College, provided, that claims for money due or to become due from the College under this
contract may be assigned to a bank, trust company or other financial institution without such
approval. Notice of such assignment or transfer shall be furnished promptly in writing to the
College.
f. If any part of the work is incomplete or not performed satisfactorily, the Bidder must agree to
complete the work to the satisfaction of the College with no additional charges.
6. SPECIFICATIONS:
a. All vendor personnel/subcontractors conducting services shall be trained and highly qualified to
perform the requested work in accordance with NFPA-25 code, under this contract.
b. Bidder is to provide the labor, equipment and supervision necessary and reasonably incidental to
this task, all in accordance with these Specifications. All work shall meet any required trade
standards and shall also meet College Standards. Required insurance suitable for this type of
work must be provided and maintained.
c. Bidder is to provide a detailed report of the inspection detailing any repairs required to bring the
system up to standard. Bidder may provide a quote for repairs based off of the hourly rate listed
in this bid form and must include any materials required. If such repairs exceed $10,000, the
repair work will be bid in conjunction with the procurement rules of the State of Louisiana.
d. The Safety & Risk Manager will advise of any changes or modifications that have been done
since the last inspection which may affect the fire sprinkler system and/or fire pumps prior to each
scheduled inspection.
7. DESCRIPTION FOR PRICING ON THE BID FORM:
a. Successful Bidder will provide the following 23-point inspection services once per year at various
locations.
b. Bidder shall compile a complete report of inspection, explain any deficiencies, and recommend
corrective action to be taken according to recognized care and maintenance standards. Report is to
be submitted to the Safety & Risk Manager no later than one (1) week after completion.
1. Inspect operations and conditions related to the fire sprinkler system in accordance with NFPA
standards.
2. Inspect and determine if the fire sprinkler system is in service and in satisfactory condition.
3. Inspect for adequate clearance and condition of sprinkler heads to allow for proper distribution
and activation.
4. Inspect sprinkler control valves for proper position, general condition, accessibility, and signage.
5. Inspect and perform required water flow tests for each system from main drain and inspector’s
test valve, weather permitting.
6. Inspect fire department connection couplings, caps, threads, clappers, check valves, and drains.
5
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >