24 - Law Enforcement Center Jail floors and slop sink closets

Agency: La Crosse County
State: Wisconsin
Level of Government: State & Local
Category:
  • 84 - Clothing, Individual Equipment, and Insignia
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD17450432673296366
Posted Date: Feb 8, 2024
Due Date: Mar 4, 2024
Source: Members Only

Attachment Preview

Test Title

La Crosse County

Request for Proposal

Law Enforcement Center

Jail pod/block and slop sink floor refinish

February 5, 2024

fACILITIES DEPARTMENT

LA CROSSE COUNTY

212 6th STREET NORTH, ROOM 1800; LA CROSSE WI 54601


Table of Contents

Section 1: RFP Overview 3

Section 2: Proposal Submittal Instructions 3

Section 3: Qualifications 4

Section 4: Scope of Work 5

Section 5: How to respond to this RFP 7

Section 6: Evaluation of Proposals 7

Section 7: Terms and Conditions 8

Attachments: Contractor Signature Form 10

Section 1 - RFP Overview

1.1 Introduction

»The objective of this Request for Proposal (RFP) is to select a contractor for removal of carpet, floor prep, and installation of epoxy type floor. The new floor takes the place of areas currently carpeted. There are three blocks and one pod. There are also seven mop sink closets that will receive an epoxy floor. A date has been set for contractors to inspect the existing site; attendance is optional.

Section 2 - Proposal Submittal Instructions

2.1 RFP Schedule

The following is a list of the important dates for activities related to the RFP process. The County reserves the right to change these dates and will post the changes on its web site.

Activity

Time

Date

RFP released**

February 5, 2024

Inspection of Existing Structure

1:00 p.m.

February 19, 2024

Submission of Proposals

1:00 p.m.

March 4, 2024

Public Works and Infrastructure Committee meeting**

March 11, 2024

A tour and inspection of the existing conditions at the project location will be held

at 1 pm, on Monday, February 19, 2024. Attendance is optional.

La Crosse County Law Enforcement Center

333 Vine Street

La Crosse, WI 54601

**Please note that this is the scheduled date as of the release of this RFP. It is the contractor’s responsibility to be aware of Committee Meeting times and dates. This information can be accessed on the County web site at https://lacrossecounty.org/home/business/requests-for-proposals/requests-for-proposals

2.2 RFP location

This RFP is posted on the La Crosse County web site. The County reserves the right to amend this RFP at any time. In the event it becomes necessary to amend, alter or delete any part of the RFP, changes to the RFP will be posted on the web site. It is the contractor’s responsibility to be aware of amendments that are posted on the web site. The address is:

https://lacrossecounty.org/home/business/requests-for-proposals/requests-for-proposals

2.3 Submission of Questions

Scope of Work Questions:

Ryan Westpfahl, Facilities Department, 608-785-9770

rwestpfahl@lacrossecounty.org

Procurement Process Questions:

Bryan Jostad, Finance Department, 608-785-5879

bjostad@lacrossecounty.org

2.4 Submission of Proposals

All proposals shall be submitted in complete original form. No faxed or emailed proposals will be accepted. Proposals shall be sealed and marked “Law Enforcement Center Flooring”. Contractors shall submit two (2) copies in paper format or one (1) copy in paper format and one (1) copy on a jump drive.

Sealed Proposals must be delivered no later than 1:00 pm, March 4, 2024 to:

Ryan Westpfahl

Suite 1800, Facilities Department

212 North 6th Street

La Crosse, WI 54601

Proposals received after the above date and time will be returned unopened.

2.5 Opening of Proposals

The proposals will be publicly opened at 1:05 pm, March 4, 2024 in the following location:

Facilities Department

Suite 1800, 212 North 6th Street

La Crosse, WI 54601

At that time, the names of contractors who properly submitted proposals will be announced. Announcement of the names of the contractors who submitted proposals is not a guarantee that the proposals otherwise comply with the specifications of this RFP.

2.6 Other information

Contractors may submit any other information that is not described in this proposal that would be beneficial to the County. If in the contractor’s opinion the County has overlooked anything material or relevant, such item(s) may be brought to the County’s attention and be included in the proposal.

2.7 Amendments to the RFP

In the event it becomes necessary to amend, alter or delete any part of the RFP, changes to the RFP will be posted on the website. The address is:

https://lacrossecounty.org/home/business/requests-for-proposals/requests-for-proposals

2.8 Suspension and Debarment

The successful vendor shall be required to sign a certification document stating
they are not presently debarred, suspended, proposed for debarment, declared
ineligible or voluntarily excluded from covered transactions by any Federal
department or agency. If the successful vendor cannot, in good faith, sign the
certification document the County reserves the right to reject such vendor and
negotiate a final agreement with the vendor who has the next most viable
proposal or bid.

Section 3 - Qualifications

3.1 Contractor Information

A. Letter of introduction that includes name of contact person and contact information (email address, phone number, etc.). Include qualifications for experience with projects of similar size.

B. Office location(s) that would service this proposal.

C. Proposals should include a brief history and introduction of the company or firm, and the firm’s understanding of the services to be performed.

3.2 References

Provide a list of at least three public or private references for whom you have provided products/services like those proposed. References are to include agency name, address, contact person, title, phone number, email address and contract budget amount.

3.3 Insurance

A. Contractor agrees that in order to protect itself as well as La Crosse County, its officers, Boards, and employees under the indemnity provisions set forth in the paragraph above, contractor will at all times, during the terms of this contract, keep in force insurance policies issued by an insurance company authorized to do business and licensed in the State of Wisconsin. Unless otherwise specified in WI Statutes, the types of insurance coverage and minimum amounts shall be as follows:

1. Workers’ Compensation: minimum amount statutory

2. Comprehensive General Liability: $1,000,000 per occurrence and in aggregate for bodily injury and property damage

3. Excess Liability Coverage: $1,000,000 over the General Liability

B. The Purchaser shall be given thirty (30) days advanced written notice of any cancellation or non-renewal of insurance during the term of this contract. Upon execution of this contract, the contractor will furnish Purchaser with written verification of the existence of such insurance. In the event of any action, suit, or proceedings against Purchaser upon any matter herein indemnified against, Purchaser shall within five (5) working days cause notice in writing thereof to be given to contractor by certified mail, addressed to its post office address. Purchaser shall cooperate with contractor and its attorneys in defense of any action, suit, or other proceedings.

Section 4 - Scope of Work

4.1 Introduction

La Crosse County wishes to remove carpet from one Jail Pod and three Jail Block areas and to refurbish seven slop sink closets. The Law Enforcement address is 333 Vine Street, La Crosse, WI 54601.

A tour and inspection of the existing structure and project area is scheduled. See Section 2 for date/time. Attendance is not mandatory.

4.2 Scope of Work

The floor in Pod L will be shotblasted and diamond ground to ICRI CSP #3 for proper coating adhesion. Install an epoxy primer, followed by a high build epoxy grout, and then apply a high traffic urethane topcoat.

The floors in block B, C, & D will be shotblasted and diamond ground to ICRI CSP #3 for proper coating adhesion. Install an epoxy primer, followed by a high build epoxy grout, and then apply a high traffic urethane topcoat.

We would like an alternate price to polish the concrete under the carpet in these areas instead of applying the epoxy finish.

The seven closets will have the existing flooring removed, diamond ground to ICRI CSP #2 for proper coating adhesion. Apply an epoxy primer, followed by an epoxy grout coat, and then apply a high traffic urethane topcoat.

Proposal must provide sufficient documentation to define the type of material that will be used. Such documentation may include but is not limited to contractor catalog sheets, general data sheets, drawings and sketches, technical specifications, and warranty information.

Contractor responsible for all state, county, and local permits.

The bids should be submitted as follows:

Option 1: Carpet removal, floor prep, and epoxy installation of Pods/Blocks

Option 2: Floor prep and epoxy installation in slop sink closets

Alternate: Carpet removal, floor prep, polished concrete in Pods/Blocks

4.3 Specifications

The following specifications are minimum acceptable requirements. Any specific reference to manufacturer(s) and or catalog/model/stock numbers provided is to establish the design, type of construction, quality, functional capability, and performance level desired. The contractor may offer an alternate product believed to be equal. Any alternative product(s) bid must be clearly identified by manufacturer and catalog, model, or stock number. Adequate detailed specifications of the product offered must be included with your proposal to establish equivalency and to ensure that the product being proposed meets all specifications. Failure to provide product specifications and information may disqualify your proposal. The County of La Crosse shall be the sole judge of equivalency and acceptability.

Demolition:

- All carpet shall be removed and disposed of by the contractor. Provide deduct if LaCrosse County removes and disposes of carpet.

- The floor shall be shotblasted and diamond ground to ICRI CSP #3 for proper coating adhesion.

- If any chemical will be used to remove the carpet adhesive the odor must not impact the other areas of the jail.

Flooring:

- Install an epoxy primer, followed by a high build epoxy grout, and then apply a high traffic urethane topcoat.

- Epoxy to conform to all federal specifications or be similar “top-of-the-line components,” water repellant and appropriate for application.

- All colors to be chosen by La Crosse County.

Installation:

- Please indicate time required to complete each space.

- Areas must be ready to use in reasonable time after installation. We are planning one week for the pod and one week for the 3 blocks.

Alternate Proposal – Polished Concrete

- Other floors within the jail have polished concrete.

- We would like an option to polish the concrete instead of an epoxy.

Section 5 - How to respond to this RFP

Proposals submitted in response to this RFP must meet the specifications set forth herein. Proposals must be clear and succinct. Only those Contractors that provide complete information as required will be considered for evaluation. Any major deviation from these specifications will be cause for rejection of the proposal at the County’s discretion.

1. Contractor shall provide a written response and/or include documentation as specified in Section 3, Qualifications.

2. Contractor shall provide a written response and/or include documentation as specified in Section 4, Scope of Work.

3. Contractor shall complete and attach Contractor Signature Form.

4. Include warranty information.

5. Include product literature.

6. Refer to Section 2 for Submittal Instructions.

Section 6 - Evaluation of Proposals

Desirable proposals achieve high standards in quality, safety, functionality, appearance, reliability, and maintenance. An evaluation team will review and score each proposal according to the evaluation criteria and point factors listed below.

Evaluation Criteria for flooring project

Points

Specifications

50

Material, durability, and warranty

50

Qualifications of the contractor

50

Price

50

Timeline

50

Total

250

The recommended proposal will be reviewed and approved by the La Crosse County Public Works and Infrastructure Committee. The successful proposer will be expected to enter into a written contract with La Crosse County for the purchase and installation.

La Crosse County reserves the right to accept or reject any or all proposals or portions thereof without stated cause. shall be free to allocate said proposals in any way most advantageous to the County.

Section 7 - Terms and Conditions

7.1 La Crosse County reserves the right to accept or reject any or all proposals or portions thereof without stated cause.

7.2. La Crosse County reserves the right to re-issue any requests for proposals.

7.3. Upon the selection of a finalist, La Crosse County by its proper officials, employees, or agents shall attempt to negotiate and reach a final agreement with this contractor. If the County, for any reason, is unable to reach a final agreement with this contractor; the County reserves the right to reject such contractor and negotiate a final agreement with the contractor who has the next most viable proposal. The County may also elect to reject all proposals and re-issue a request for proposal.

7.4 Clarification of proposals: La Crosse County reserves the right to obtain clarification of any point in a contractor’s proposal or obtain additional information.

7.5 La Crosse County is not bound to accept the proposal with the lowest cost but may accept the proposal that demonstrates the best ability to meet the needs of the County.

7.6 La Crosse County reserves the right to waive any formalities, defects, or irregularities in any proposal, response, and/or submittal where the acceptance, rejection, or waiving of such is in the best interests of the County.

7.7 La Crosse County reserves the right to disqualify any proposal, before or after opening, upon evidence of collusion, intent to defraud, or any other illegal practice on the part of the contractor.

7.8 The contractor agrees to the fullest extent permitted by law, to indemnify, defend and hold harmless, the Purchaser, and its agents, officers and employees, from and against all loss or expense including costs and attorney fees by reason of liability for damages including suits at law or in equity, caused by any wrongful, intentional, or negligent act or omission of the contractor, or its (their) agents and / or sub-contractors which may arise out of or connected with activities covered by this contract.

7.9 The selected contractor shall not subcontract or assign any interest in the contract and shall not transfer any interest in the same without prior written consent of La Crosse County.

7.10 No reports, information, or data given to or prepared by the firm under contract shall
be made available to any individual or organization by the firm without the prior written approval of La Crosse County.

7.11 Should the selected contractor merge or be purchased by another individual or firm, contract continuation would be at La Crosse County's option.

7.12 Ownership of Proposals: All proposals submitted on time become the property of La Crosse County upon submission, and the proposals will not be returned to the contractor. By submitting a proposal, the Responder agrees that the County may copy the proposal for purposes of facilitating the evaluation.

7.13 Public Records Law: All proposals are subject to the Wisconsin Public Records Law.

7.14 Other information: Contractor may submit any other information that is not described in this proposal that would be beneficial to La Crosse County. If in the contractor’s opinion, the County has overlooked anything material or relevant, such item(s) may be brought to the County’s attention and be included in the proposal.

ATTACHMENT:

- Contractor Signature Form

- PDF – Jan closet A, B

- PDF – Jan closet D, E, F

- PDF – Jan closet G, H

- PDF – Block B, C, D

- PDF – LEC pod L


Law Enforcement Center Flooring -

CONTRACTOR SIGNATURE FORM

TO: Facilities Dept. – La Crosse County

212 6th Street North, Room 1800

La Crosse, WI 54601

RFP closes at 1:00 p.m., March 4, 2024

Proposals will be opened at 1:05 p.m. on the same date and location.

Option #1 – Demolition/Removal/Install Pods/block floors:$

Note: timeframe of demolition must coordinate with building installation date. County will provide at minimum a two-week lead-time for required completion date.

Option #2 – Prep and Install of Epoxy floor in slop sink closets: $

REMINDER: Include all attachments per specifications. Please itemize all features and specify variations from the minimum specifications.

Lead time for delivery and installation is __________ days after receipt of order

Installation Time Frame:

Alternate – Polished concrete: $

Contractor Name:

Legal Name of Contractor:

Contractor Address:

Sales Representative:

Phone:

Email:

The above information and attached proposal is true and correct to the best of my knowledge.

I have read and understand the requirements of this RFP for the Law Enforcement Center flooring project and agree to comply except as noted. The proposed fee shall include all labor, material, and equipment to provide the scope of work as described in this RFP. I understand that La Crosse County reserves the right to accept or reject any or all proposals without stated cause. I also understand that La Crosse County may allocate said proposals in any way most advantageous to the County.

Exceptions:

Authorized Signature:

Printed Name:

Title:

Phone #: __________________________________________

Date:

Federal Identification Number:

Contractor hereby acknowledges receipt/review of the following addendum(s), (if any)

Addendum #_____ Addendum #_____ Addendum #_____

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 >