Water Treatment Services (Cooling Towers, Boilers, Closed Loops and Chilled Water Systems - Multiple Locations

Agency: Wichita State University
State: Kansas
Type of Government: State & Local
NAICS Category:
  • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
Posted Date: Oct 2, 2023
Due Date: Oct 23, 2023
Solicitation No: B0001818
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Closing Date Bid Number Buyer Description Department Addendum
10/23/23 B0001818 RAM Water Treatment Services (Cooling Towers, Boilers, Closed Loops and Chilled Water Systems - Multiple Locations Campus Wide

Attachment Preview

RFP Number:
RFP Issuance Date:
Mandatory On-Site Visit:
RFP Question Deadline:
RFP Closing Date:
Procurement Officer:
Item / Service:
Agency:
Agency Location:
Period of Contract:
Guarantee:
RFP Scope:
WICHITA STATE UNIVERSITY
REQUEST FOR PROPOSAL (RFP)
B0001818
Monday, October 2nd, 2023
Wednesday, October 11th, 2023 at 10:00am CST
Friday, October 13th, 2023 by 5:00pm CST
Monday, October 23rd, 2023 at 2:00pm CST
Robby Murray
316-978-5185
robby.murray@wichita.edu
Wichita State University
Office of Purchasing
1845 Fairmount, Campus Box 38
Wichita, KS 67260-0038
Water Treatment Services (Cooling Towers, Boilers, Closed Loops and
Chilled Water Systems) – Multiple Locations
Wichita State University (“WSU”)
1845 Fairmount, Campus Box 38
Wichita, KS 67260-0038
Date of signed contract through September 30th, 2024
With options to renew automatically for three (4) additional one (1) year
renewal periods
No Monetary Guarantee Required
WSU is issuing this Request for Proposal (“RFP”) to solicit proposals
(“Proposals”) from qualified water treatment suppliers (“Bidders”) to provide
Water Treatment Services (Cooling Towers, Boilers, Closed Loops and
Chilled Water Systems) for the following service locations:
Central Energy Power Plant - 3911 E Wu Shock Dr.
John Bardo Center – 1800 Innovation Blvd.
Shocker Hall – 2020 Perimeter Rd.
Koch Arena – 21st and Hillside
Beech Wind Tunnel Cooling Tower – 1935 N. Research Pl.
NIAR ETL – 3800 S. Oliver
Procurement Type:
Sealed Bid (See Section 2.1)
Page 1 of 2
READ THIS RFP CAREFULLY AND CHECK FOR UPDATES
This RFP (Number B0001818) was posted to WSU Office of Purchasing Internet website and
may be downloaded at: www.wichita.edu/purchasing.
It shall be the Bidder's responsibility to monitor this website on a regular basis for any
changes or addenda.
Please view the file posted on WSU Bid Solicitations Page:
https://www.wichita.edu/services/purchasing/Bid_Documents/BidDocuments.php, Boilerplate
of Request for Quotation: Terms and Conditions/Bidding Instructions for a sample of WSU’s
standard terms and conditions to a Request for Quotation. Such terms and conditions are
subject to change depending on the size, nature, and requirements of each project.
SECTION I
CONDITIONS TO BID
1.1. Bid Specifications. Bidder must be able to meet all bid specifications set forth in this RFP
as well as the minimum qualification and performance specifications set forth in Attachment 5:
Minimum Qualifications and Performance Specifications.
1.2. Bid Proposal. Bidder’s Proposal must include fully completed RFP attachments, except
that Bidder may complete Attachment 7: Bidder Signature Sheet by referencing separately
attached documents or information.
1.3. Proposal Reference Number: The RFP Number identified on the first page of this RFP
(the “RFP Cover Page”) has been assigned to this RFP and MUST be shown on all correspondence
or other documents associated with this RFP, including any Proposal, and MUST be referred to in
all verbal communications. Any communication or submission that does not reference the RFP
Number may be rejected or not considered by WSU, in WSU’s sole discretion.
1.4. Communication with WSU During RFP Process: All inquiries, written or verbal, shall be
directed only to the Procurement Officer at the contact information identified on the RFP Cover
Page. No communication is to be had with any other WSU employee regarding this RFP except:
(1) in the course of RFP negotiations; (2) during RFP site inspections or visits; (3) at the time of
negotiation and signing of any contractual documents resulting from the Proposal; and (4) as
otherwise specified in this RFP. Violations of this provision by Bidder or WSU personnel may
result in the rejection of the Proposal.
1.5. Exceptions: By submission of a Proposal, Bidder acknowledges and accepts all terms and
conditions of the RFP unless clearly avowed and wholly documented in a separate section of the
Technical Proposal that must be marked as: “Exceptions”. If the Bidder will not or cannot comply
with any of the terms and conditions contained within this RFP, it will be the Bidder’s
responsibility to make specific mention of conflicting terms in a separate section of the
Proposal as set forth above; otherwise, the terms and conditions of this document will prevail.
Page 2 of 3
1.6. No Bid Revisions: No additional revisions to Proposals shall be made after the Closing
Date unless requested by WSU.
1.7. Cost of Preparing Proposal: The cost of developing and submitting the Proposal is
entirely the responsibility of the Bidder. This includes costs incurred by Bidder to determine the
nature of the engagement, Bidder’s preparation and submission of their Proposal, the
negotiation of the resulting Contract and/or terms and conditions, and other costs associated
with this RFP or post-award efforts to enter into a Contract.
1.8. Contract Formation: No contract shall be considered to have been entered into by WSU
until all statutorily required signatures and certifications have been rendered, funds for the
contract have been encumbered, and a Contract is deemed formed or executed as set forth in
Section 3.3 (Award) of this RFP.
1.9. Proposals Open to the Public:
1.9.1. Proposals as WSU Property: All Proposals become the property of WSU upon
submission. With few exceptions, the Kansas Open Records Act (K.S.A. 45-215, et seq.)
requires all information contained in Proposals to become open for public review once
a Contract is formed or all Proposals are rejected. Please note: Bidders will NOT be
notified prior to release of any documents submitted in response to this RFP.
1.9.2. Submission of Proprietary Information: Trade secrets or proprietary information
legally recognized as such and protected by law may be requested to be withheld if
clearly labeled “Proprietary” on each individual page and provided as separate from
the main Proposal. Pricing information is not considered proprietary, and the Bidder’s
entire Proposal will not be considered proprietary. All information requested to be
handled as “Proprietary” shall be submitted electronically, separately from the main
Proposal, and clearly identified in the subject line of the email or DropBox submission.
The Bidder shall provide detailed written documentation justifying why this material
should be considered proprietary. WSU reserves the right to accept, amend, or deny
such requests for maintaining information as proprietary in accordance with Kansas
law. WSU does not guarantee protection of any information which is not submitted
as required.
1.10. Federal, State, and Local Taxes - Governmental Entity: Unless otherwise specified, the
Proposal price shall include all applicable federal, state, and local taxes. The successful Bidder is
solely responsible for, and shall pay, all taxes lawfully imposed on it with respect to any product
or service delivered in accordance with this RFP. WSU does not agree to reimburse or pay Bidder
for any taxes assessed unless itemized in Bidder’s bid. WSU is exempt from state sales or use
taxes and federal excise taxes for direct purchases made in Kansas. These taxes should not be
included in the Bidder's price quotations.
1.11. Tax Clearance: WSU strongly supports the State of Kansas Tax Clearance Process. Bidders
submitting Proposals which exceed twenty-five thousand dollars ($25,000.00) shall include a
copy of a Tax Clearance Certification Form with their submittal as set forth in Attachment 1: Tax
Page 3 of 4
Clearance Information. Failure to provide this information may be cause for rejection of Bidder’s
Proposal.
1.12. Debarment of Bidders: Pursuant to K.S.A. 75-37,103, a Bidder may be debarred from
consideration for award of contracts for a period of up to three (3) years for any of the reasons
set forth in K.S.A. 75-37,103(b).
1.13. Immigration Reform: The Bidder agrees, if awarded a Contract, it shall comply with the
Immigration and Reform Control Act of 1986 (IRCA; 8 C.F.R. Ch. 1, Subch. B, Pt. 245a), as may be
amended from time to time. As a condition of this Proposal, Bidder must certify, by completing
and submitting Attachment 2: Certification Regarding Immigration Reform & Control, that
Bidder has complied with all federal and state laws relating to immigration and reform.
1.14. Sexual Harassment and Retaliation Prohibited: In accordance with Kansas Executive
Order 18-04, upon selection for a Contract, Bidder will be expected to receive and read of a copy
of Executive Order 18-04, and, further, will agree to comply with all applicable provisions of this
Executive Order, and all applicable state and federal laws, including but not limited to all laws
prohibiting sexual harassment. WSU’s policies prohibiting sexual harassment, discrimination, and
retaliation provide for confidentiality and anonymous reporting. To view these policies or to
make a report of sexual harassment, discrimination, or retaliation, please visit
https://www.wichita.edu/about/policy/ch_03/ch3_06.php.
Page 4 of 5
SECTION II
PROCUREMENT TYPE, PROCESS, SELECTION, AND AWARD
2.1. Procurement Type: WSU’s competitive procurement types include: (1) Sealed Bid; (2)
Negotiated Bid; and (3) Simplified Acquisitions. The type of procurement for this RFP is noted on
the RFP Cover Page.
2.1.1. A Sealed Bid process includes: (1) a solicitation to bid; (2) publication of
solicitation; (3) Proposals submitted under seal by Bidders and the Proposals are
not opened or reviewed until the Closing Date; (4) Proposals are reviewed by WSU
after the Closing Date and are generally evaluated without discussion without the
Bidders; and (5) WSU awards the work to the “Responsible Bidder” whose
Proposal is determined to be the most advantageous to WSU based on the neutral
criteria established by WSU.
2.1.2. A Negotiated Bid is a more flexible bidding procedure that includes the receipt of
Proposals and permits negotiations between WSU and Bidders. This process
usually affords the Bidders an opportunity to revise their Proposal before award
of a Contract to account for changes in scope of services or goods, timelines, or
value-added changes to a project. “Negotiation” includes discussion, persuasion,
and alteration of initial assumptions and positions, and give-and-take may apply
to price, schedule, technical requirements, type of contract, or other terms of a
proposed contract. “Best and final offers” are frequently required under the
Negotiated Bid procurement.
2.1.3. Simplified Acquisitions is the most flexible form of procurement. Simplified
Acquisitions can only occur if the procurement expenditure does not exceed the
WSU established threshold. A Simplified Acquisition affords WSU the ability to call
upon qualified vendors, contractors, and individuals for a quote and to negotiate
a final agreement.
2.2. RFP Committee Selection: Final evaluation and selection will be made by designated
representatives of WSU who have been designated as potentially utilizing the goods and/or
services solicited in this RFP, referred to collectively as the Procurement Negotiation Committee
(PNC).
2.3. Appearance Before Committee: The PNC may award to the low Bidder without question
or negotiation. The PNC reserves the right to request information from Bidders as needed. If
information is requested, the PNC is not required to request the information of all Bidders. The
PNC may require, as a condition of bidding, that Bidders be required to appear before the PNC
to explain the Bidder's understanding and approach to the RFP and/or to respond to questions
from the PNC concerning the Proposal. Meetings with and appearances before the PNC are not
subject to the Kansas Open Meetings Act. Bidders are prohibited from electronically recording
these meetings.
2.4. Pre-Proposal On-Site Visit: A mandatory Pre-Proposal on-site visit has been scheduled
for Wednesday, October 11th, 2023, at 9:00am CST. The on-site visit will begin in the Lobby of
Page 5 of 6

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

Event Name Business Unit Event ID Ends In Start Date End Date Time

Kansas Department of Administration

Bid Due: 1/04/2024

Event Name Business Unit Event ID Ends In Start Date End Date Details

State Government of Kansas

Bid Due: 1/04/2024

Contract: 523126313 Call #: 631 Project Number: K023-032 KA 6950-01 Federal Project Number:

State Government of Kansas

Bid Due: 12/13/2023

Contract: 523126515 Call #: 651 Project Number: U054-048 KA 6952-01 Federal Project Number:

State Government of Kansas

Bid Due: 12/13/2023