Snake River Inlet Vault Toilet Replacement

Agency: Summit County
State: Colorado
Type of Government: State & Local
NAICS Category:
  • 237990 - Other Heavy and Civil Engineering Construction
  • 562991 - Septic Tank and Related Services
Posted Date: Jan 29, 2024
Due Date: Feb 26, 2024
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Bid Title: Snake River Inlet Vault Toilet Replacement
Category: Open Space & Trails
Status: Open

Description:

Summit County Government (“County”) is soliciting bids from qualified contractors to provide site plan development, demolition, and excavation services associated with the installation of a new Tioga double vault toilet structure from CXT at the Snake River Inlet Trailhead, 4347 Swan Mountain Road, Dillon, CO 80435. The property, owned by the Denver Water Board and managed by the Dillon Reservoir Recreation Committee, currently contains a large gravel parking area, a single vault toilet structure, and a storage shed (Attachment 1).

The selected contractor will be responsible for developing site plans including current site condition, planned construction phase, and final site condition drawings. Additionally, the contractor will be responsible for demolition and disposal of the existing structure, preparing the site for delivery of the vaults and restroom structure, providing sand for vault leveling, and assisting with backfill and final earthwork around the new structure. The vault toilet structure supplier, CXT, will be responsible for delivery, off-load, and setting of the vault and structures. The contractor will be responsible for confirming delivery date for the vault and structure with the supplier and ensuring site readiness for delivery and unit placement. A more detailed scope of work is also attached (Attachment 3).

Publication Date/Time:
1/29/2024 8:00 AM
Publication Information:
Summit Daily News, Summit County Journal
Closing Date/Time:
2/26/2024 5:00 PM
Submittal Information:
Submit via email to jordan.mead@summitcountyco.gov no later than 5:00 p.m. MST
Bid Opening Information:
Feb. 27, 9:00 a.m.
Contact Person:
Jordan Mead, Resource Specialist
Summit County Open Space and Trails
(970) 668-4065
jordan.mead@summitcountyco.gov
Related Documents:

Attachment Preview

OPEN SPACE & TRAILS DEPARTMENT
970.668.4060 ph | 970.668.4225 f
www.SummitCountyCO.gov
0037 Peak One Dr. | PO Box 5660
Frisco, CO 80443
REQUEST FOR PROPOSALS
for
SNAKE RIVER INLET VAULT TOILET REPLACEMENT
JANUARY 29, 2024
Proposals Due:
February 26, 2024 by 5:00 PM MST
Overview
Summit County Government (“County”) is soliciting bids from qualified contractors to provide site plan development,
demolition, and excavation services associated with the installation of a new Tioga double vault toilet structure from
CXT at the Snake River Inlet Trailhead, 4347 Swan Mountain Road, Dillon, CO 80435. The property, owned by the
Denver Water Board and managed by the Dillon Reservoir Recreation Committee, currently contains a large gravel
parking area, a single vault toilet structure, and a storage shed (Attachment 1). The selected contractor will be
responsible for developing site plans including current site condition, planned construction phase, and final site
condition drawings. Additionally, the contractor will be responsible for demolition and disposal of the existing
structure, preparing the site for delivery of the vaults and restroom structure, providing sand for vault leveling, and
assisting with backfill and final earthwork around the new structure. The vault toilet structure supplier, CXT, will be
responsible for delivery, off-load, and setting of the vault and structures. The contractor will be responsible for
confirming delivery date for the vault and structure with the supplier and ensuring site readiness for delivery and unit
placement. A more detailed scope of work is also attached (Attachment 3).
Copies of the request are available at www.SummitCountyCO.gov under ‘Bids & Proposals’ or by request at the
County Open Space and Trails Office. Contact Jordan Mead, Resource Specialist for additional project information
at Jordan.mead@summitcountyco.gov or (970) 668-4065.
Scope of Services
Contractor shall furnish all labor, transportation, and incidentals necessary to perform the site plan development,
demolition, and excavation services as described above and detailed in Attachment 3.
Work shall be completed as set forth in a contract for this project to be negotiated with the County and based upon
the contractor’s written proposal.
Date and time of service
Service will be performed on an ongoing daily basis upon execution of a Services Agreement between the County and
the selected contractor. Service will be performed on a regular daily schedule, Monday through Friday, 7am-5pm, to
be agreed upon prior to contract. A potential schedule is included in here (Attachment 4). Site Plan development must
be completed and FINAL by April 22, 2024 for submittal of permit applications by the County. Earlier completion of
the site plan is preferred, if possible. Timing of excavation and demolition services will be determined by supplier
availability for delivery, off-load, and set of the vault and structure. A proposed project timeline is included in
Attachment 4.
Indemnification and Insurance
Contractor shall indemnify and hold harmless the County from and against all claims, damages, losses, and expenses
arising out of or resulting from acts or omissions of the Contractor, Contractor’s sub-contractors or otherwise arising
out of the performance of services by Contractor. No later than seven (7) days following the execution of an
Independent Contractor Agreement between the County and Contractor, the Contractor shall provide the County with
certificates of insurance evidencing the types and amounts of insurance specified below:
a. Worker’s Compensation and Employer’s Liability:
i. Worker’s Compensation must be maintained with the statutory limits.
ii. Employer’s liability is required for minimum limits of:
$1,000,000 Each Accident
$500,000 Disease Policy
$1,000,000 Disease Each Employee
b. Commercial General Liability:
i. $1,000,000 Each Occurrence
ii. $2,000,000 General Aggregate
iii. $2,000,000 Products Completed Operations Aggregate
c. Automobile Liability: Contractor will maintain business auto liability coverage covering liability
arising out of any auto (including owned, hired and non-owned autos) used in the performance of
services under this Agreement.
i. $1,000,000 Combined Single Limit Each Accident
Insurance coverage shall not be reduced below the limits described above or cancelled without the County’s written
approval of such reduction or cancellation. Certificates of such insurance, of agents and subcontractors, shall be
provided to the County upon request. With regard to all insurance, such insurance shall:
Be primary insurance to the full limits of liability herein before stated and, should County have other valid
insurance, County insurance shall be excess insurance only; and
Not cancelled without thirty (30) days prior written notice to the County.
Proposal Format
Costs for performing services outlined in this request for proposals shall be clearly stated to allow the County to
effectively evaluate each proposal. A bid table (Attachment 5) is included for your convenience. A potential
schedule of services may also be included.
Refinements and Improvements
Applicants should feel free during the proposal submission process to provide any suggestions or comments that might
be advantageous for the County to consider in terms of any efficiencies, issues, or processes. The County is not
committed to any single scenario, but efficiency of resources and minimizing impacts are critical in completing this
work.
The following pages contain the RFP instructions and owners’ requirements.
Part I - ADMINISTRATIVE INFORMATION
A. Issuing Officer
This Request for Proposals (“RFP”) is issued by Summit County Open Space and Trails. For questions, please contact
Jordan Mead, Resource Specialist, at jordan.mead@summitcountyco.gov or (970) 668-4065.
B. Purpose
This RFP provides prospective contractors with sufficient information to prepare and submit proposals for
consideration by the County. To be considered responsive, each proposal must provide for completion of the tasks
outlined in the RFP.
C. Scope
This RFP contains the instructions governing the proposals to be submitted and the materials to be included therein.
These are mandatory requirements that must be met to be eligible for consideration.
D. Scheduling
Proposals must be submitted via email to jordan.mead@summitcountyco.gov to the Summit County Open Space
and Trails by February 26, 2024 no later than 5:00PM MST. The proposal should outline the schedule for
commencement of service.
E. Inquiries and Questions
Prospective applicants are welcome to make inquiries and ask questions concerning the RFP to obtain clarification of
the any requirements or schedule a site visit to the properties. Direct all inquiries to:
Jordan Mead, Resource Specialist
Summit County Open Space and Trails
(970) 668-4065
jordan.mead@summitcountyco.gov
Time Schedule:
Monday, January 29, 2024 - Request for Proposals publicly advertised and posted on County website
Monday, February 12, 2024 - Deadline for all Questions
Wednesday, February 14, 2024 - All Questions, Comments and Responses to Questions posted by the County at
Bids and Proposals on www.SummitCountyCO.gov
Monday, February 26, 2024 - Proposals must be submitted via email to jordan.mead@summitcountyco.gov
no later than 5:00 p.m. MST
Tuesday, February 27, 2024 - Official Bid Opening at 9:00 a.m.
Tuesday, February 27, 2024 - Contract negotiations (week of)
Monday, March 4, 2024 - Notice of Award and send Unsuccessful Bidder letter (email) to all proposers
F. Instructions for Submission of Proposals
It is imperative, when submitting a proposal, that the outside of the submission email be addressed as follows and with
appropriate text in the email subject line and text in the top few lines of the body of the email:
Email Address:
Jordan.mead@summitcountyco.gov
Subject Line Text:
<Vendor’s Name> - Proposal for: Snake River Inlet Vault Toilet Replacement
Body Text:
ATTN: Jordan Mead, Resource Specialist
Summit County Open Space and Trails
Proposal for: Snake River Inlet Vault Toilet Replacement
1. Contractor's company name
2. Contact name and phone number
G. Late Proposals
It is the responsibility of each vendor submitting a proposal to ensure that emailed proposals arrive to the Summit
County Open Space and Trails Department by 5:00 PM MST on February 26, 2024.
H. Proprietary Information
Any restrictions on the use of data contained within a proposal must be clearly stated in the proposal itself.
I.
Response Material Ownership
All materials submitted regarding this RFP become the property of the County and will only be returned at the County's
option.
J. Incurring Costs
The County is not liable for any costs incurred by those who have submitted proposals prior to issuance of a signed
contract.
K. Acceptance of Proposal Content
The contents from the selected contractor’s proposal will become contractual obligations if a subsequent agreement is
reached. Failure of the successful contractor to accept these obligations may result in cancellation of the award and
such contractor may be removed from future solicitations.
L. Acceptance Time
The County intends to make a proposal selection within 20 business days after the closing date for receipt of proposals.
M. Budget
Costs for performing services must be included in the proposals and should be clearly stated to allow the County to
effectively evaluate each proposal.
PART II – PROPOSAL CONTENT
The proposal submitted must clearly address the requirements outlined in the RFP. Any concerns that the contactor
may have about meeting these requirements shall be specifically identified in the proposal.
Scope of Work
Provide an outline of the contractor’s understanding of the project. Summarize the basic approach to providing the
services, and any recommendations on improving efficiencies in the process.
Qualifications
Contractor shall furnish a summary of experience on similar projects and be prepared to provide examples. Include a
brief description of past and current projects. Each summary shall include a brief project description and name, address
and phone number of a local contact person involved in the project. The statement of qualifications should also provide
a summary of contractor's ability to successfully complete the requirements of this RFP. The statement of qualification
shall be brief but shall include at a minimum the following:
1. Description of similar projects
2. Capabilities (including equipment) and staff
Bid Table
Complete the Bid Table worksheet included at Attachment 5 and include with your bid.
PART III – PROPOSAL EVALUATION AND SELECTION
The County intends to engage the most qualified contractor available for this assignment while minimizing the costs
to the County. Responsiveness to the RFP will be a principle basis for evaluation. Proposals shall provide a
straightforward and concise presentation adequate to satisfy the requirements of the RFP. The proposal should clearly
express the contractor's understanding of the County's specific requirements, indicating the contractor's qualifications
to conduct this service in a thorough and efficient manner.
Failure to disclose a conflict of interest is a misdemeanor criminal offense under Colorado Law. Such conflict may
arise if any public official exercises any substantial discretionary function in connection with a government contract,
purchase, payment or other pecuniary transaction without necessary disclosures as defined by Colorado Revised
Statutes (C.R.S.) Section 18-8-308 as amended.
Selection Process.
1. The County reserves the right to reject any and all proposals, to consider alternatives, to waive irregularities
and to re-solicit proposals.
2. The County reserves the right to conduct such investigations of, and discussions with, those who have submitted
proposals (“Proponents”) or other entities as it deems necessary to assist in the evaluation of any proposal or to
secure maximum clarification and completeness of any proposal.
3. All proposals submitted must be valid for a minimum period of ninety (90) days after the date of the proposal
opening. Each Proponent must submit with the proposal a list of all subcontractors, independent contractors or
sub-consultants employed or proposed to be employed by the Proponent in the performance of the contract.
4. Selection of a contractor will be made at the sole discretion of the County. The County may consider the
following criteria when evaluating proposals that includes but is not limited to:
a. Cost;
b. The reputation, experience and efficiency of the Proponent;
c. The ability of the Proponent to perform the contract or provide the goods and services within the time
specified;
d. The comparative quality of the goods and services bid;
e. The Proponent’s performance under previous contracts with Summit County;
f. The number and scope of conditions attached to the proposal;
g. The Proponent’s interest in the project, as well as their understanding of the project scope and the specific
requirements of Summit County; and
h. The application of all of the above criteria to any sub-consultants, subcontractors or products to be utilized
by the Proponent.
5. Contract negotiations will take place with the most qualified contractor. The County reserves the right to
incorporate specific contract provisions into the Proponent’s standard contract if the County’s standard contract
cannot be used. Such provisions include but are not limited to insurance and indemnification provisions and
governmental immunity provisions. If a contract cannot be negotiated, the negotiations will be terminated in
writing and negotiations will begin with the next most qualified contractor.

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

Follow S--BLM-CO Vault Toilet Services BPA Active Contract Opportunity Notice ID 140L1724Q0013 Related

Federal Agency

Follow BASE OPERATION SUPPORT SERVICES (BASOPS) FOR FORT CARSON Active Contract Opportunity Notice

Federal Agency

Details Due Date: 05/10/2024 2:00 pm Bidding Number: SOQ-060-24 Bidding Categories: Community Planning

Boulder County

Bid Due: 5/10/2024

Bid Title: Recycling Drop-Off Convenience Center Category: Landfill / Recycling Status: Open Bid

Summit County

Bid Due: 5/16/2024