23 - Goose Island Vault Toilet RFP

Agency: La Crosse County
State: Wisconsin
Type of Government: State & Local
NAICS Category:
  • 562991 - Septic Tank and Related Services
Posted Date: Jun 5, 2023
Due Date: Jun 30, 2023
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page

23 - Goose Island Vault Toilet RFP

Attachment Preview

Test Title

La Crosse County

Request for Proposal

Goose Island

Vault Toilet Facility

June 5, 2023

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 building demolition as well as the purchase and installation of a prefabricated concrete double vault toilet facility to be placed at Goose Island Campground. There is an existing privy toilet building on the building site that must be demolished and removed prior to installation of the new facility. This new facility is to be installed at the same site. 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**

June 5, 2023

Inspection of Existing Structure

1:00 p.m.

June 19, 2023

Submission of Proposals

1:00 p.m.

June 30, 2023

Public Works and Infrastructure Committee meeting**

July 10, 2023

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

at 1 pm, on Monday, June 19, 2023. Attendance is optional.

Goose Island Campground – meet at the campground store

W6488 County Road GI

Stoddard, WI 54658

**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 http://www.lacrossecounty.org or by contacting the County Clerk’s office at 608-785-9623.

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 “GI Concrete Vault Toilet Facility”. 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, June 30, 2023 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, June 30, 2023 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

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 building demolition and/or building/installing similar prefabricated concrete double vault toilet facility and 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 replace a wooden vault toilet facility located near shelter 4 with a prefabricated concrete double vault toilet facility. The facility is located within Goose Island Campground, a county park and campground located three miles south of La Crosse, located within a wildlife refuge and on the backwaters of the Mississippi River. Goose Island’s address is W6488 County Road GI, Stoddard, WI 54658.

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

It is the intent of these specifications to obtain proposals for the demolition and removal of the existing toilet facility and vault and/or the purchase and onsite installation of a prefabricated concrete double vault toilet facility. The existing wooden toilet building and concrete vault on site must be demolished and removed prior to installation of the new facility. This new facility is to be installed at the same site.

The new facility shall be ADA compliant and designed to fit the site. We are requesting an alternate bid to construct the facility to have electric rough-ins – overhead lights with motion switches in each stall and outside light with daylight sensor on front of building. Proposal must provide sufficient documentation to define the prefabricated concrete double vault toilet facility. 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.

We are seeking two proposals as well as an alternate proposal to the building. Contractor may bid on one option, two options and/or two options with alternate:

Option 1: Demolition of Existing Wooden Facility and Vault

Option 2: Building, Vault with Onsite Installation

Alternate 2.1: Construct Building Electrical Ready

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:

- Demolition, removal and disposal of the existing wooden toilet facility and vault.

- La Crosse County will arrange for vault to be pumped prior to demolition.

- La Crosse County will disconnect electrical to building prior to demolition.

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

Building:

- Building will be a dual privy.

- Building will be manufactured using concrete including the roof and fabricated to meet all local building codes requirements and to withstand heavy snow and high wind as happens in our region.

- Building design, materials, and material placement in each stall to meet A.D.A

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

- Interior: sanitary wall, ceiling and floor system that will not mildew, rot, or rust.

- ADA approved Unisex vault toilet signs and anchored into concrete.

- All colors to be chosen by La Crosse County.

- Building will be prefabricated and delivered complete and ready-to-use

Each stall will contain the following:

- 1 galvanized steel entry door. Color chosen by La Crosse County. Hardware shall consist of rust resistant hinges, automatic closing mechanism, door stop, door sweep, kickplate on inside of door, lever handle lockset and dead bolt lock.

- 1 double coat hook, stainless steel.

- Stainless steel grab bars, meet ADA standards and affixed to withstand at minimum, 300-pound top loading.

- 1 plastic toilet riser.

- Urinal is not required.

- 1 lockable stainless steel toilet paper dispensers with a minimum three roll capacity and fastening system to withstand 300-pound top loading.

- Minimum 1 window or skylight with translucent glazing material.

- Minimum 1 wall vent, stainless steel painted.

- Minimum of 4” thick walls

- Minimum of 5” thick floor

Precast Water-tight Double Vault with permanent lid and lockable cleanouts:

- minimum of 1,000 gallons capacity each side

- minimum of 4” thick reinforced concrete

- Coat complete interior of vault and underside of floor slab or a vault liner.

- Sloped so waste will drain to the clean out end of the vault.

- Vault depth is 4’-5’, same width as the exterior of the facility and 2’-4’ longer than the facility to the rear of the facility.

- vent pipes to be located on the back side of the building and screened to prevent wildlife entry.

- Minimum of 24” diameter manhole cover (lockable clean-out) installed at rear of building

- Vent stack minimum 12” in diameter and a minimum 3’ higher than the roof peak (highest point), installed in floor slab.

Installation:

- Earth Work to include excavation of the hole, compaction of the ground at the bottom of the hole, providing and installing aggregate bedding material and leveling sand for building support, compaction of the aggregate bedding material, crane for off-loading and setting the structure on the site, backfill and clean-up.

- Building must be ready to use after installation.

Alternate Proposal -- Construct building to be electrical ready.

- Building to have electric rough-ins – 3 (three) lights total (consists of one ceiling light in each stall and one outside light between the entrance doors) and 2 (two) switches. Stall lights to have motion switches. Outside light to have daylight sensor and no switch.

- Preference is to not have conduit exposed.

- No electrical subcontractor needed. La Crosse County will run electrical wiring.

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.

Option 1 – Evaluation Criteria for Demolition

Points

Contractor Qualifications

50

Price

50

Timeline

50

Total

200

Option 2 – Evaluation Criteria for Building/Vault/Installation

Points

Building Design/Specifications

50

Material, durability and warranty

40

Qualifications of the contractor

40

Price

30

Timeline

40

Total

200

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 of the equipment.

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


GOOSE ISLAND VAULT TOILET FACILITY -

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., June 30, 2023

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

Option #1 – Demolition/Removal: $

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 – Building and Installation: $

Description of Building:

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 – Building Electrical Ready: $

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 Goose Island Vault Toilet Facility 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 #_____

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

View Bid Back to Bids Solicitation Reference #: PC012023 Title: Request for Information

State Government of Wisconsin

Bid Due: 10/12/2023

Due 10/5/2023 3:00 pm US/Central Open P-3163 - Natural Gas Supply Services

Milwaukee Metropolitan Sewerage District (MMSD)

Bid Due: 10/05/2023

Lawn Maintenance and Snow Removal Services to In-Rem Properties Department: Finance RFP Number:

Racine County

Bid Due: 10/02/2023

Due 10/5/2023 3:00 pm US/Central Open P-3163 - Natural Gas Supply Services

Milwaukee Metropolitan Sewerage District (MMSD)

Bid Due: 10/05/2023