Emergency Communications Dispatch Console Furniture

advertisement
INVITATION TO BID
RFP 2016-0616-001 Emergency Communications Dispatch Console Furniture &
Employee Lockers
The Board of County Commissioners will receive sealed bids for Emergency
Communications Dispatch Console Furniture and Employee lockers, until 9:00 a.m. MST,
Thursday, June 16, 2016 at the office of the County Commissioners, 218 West Kiowa Ave, Fort
Morgan, Colorado, at which time all bids will be publicly opened and read aloud. Location of bid
opening will be at 231 Ensign, Fort Morgan, Colorado, assembly room, basement of the
Administration Building.
The bid documents are on file in the office of Administrative Services Department at 218
West Kiowa Avenue, Fort Morgan, CO and also on the Morgan County Website at
www.co.morgan.co.us
All bids shall be submitted in writing and signed by the bidder or an authorized agent, and
must include three copies of the Bidder Reply Form, Worksheet A and any requested
documentation. All bids must be clearly marked “2016-0616-001 Emergency Communications
Dispatch Console Furniture & Employee lockers” and submitted in a sealed envelope to:
Morgan County
Attn: Kristi Waite
Administrative Services Manager
218 W Kiowa Ave
Fort Morgan, CO 80701
The Board of County Commissioners reserves the right to reject any or all bids and waive
any formalities.
_____________________________
Kristi Waite
Administrative Services Manager
Morgan County, Colorado
TABLE OF CONTENTS
Invitation to Bid ............................................................................ Page 1
Table of Contents .......................................................................... Page 2
Article I. Introduction .................................................................. Page 3
Article II. Statement of Needs ..................................................... Page 3
Article III. The Proposal .............................................................. Page 15
Bidder Reply Form........................................................................ Page 18
Worksheet A ................................................................................. Page 19
Complete bid packet contains 19 pages
REQUEST FOR PROPOSAL
RFP 2016-0616-001 Emergency Communications Dispatch Console Furniture &
Employee Lockers
Morgan County, Colorado
Article I.
Introduction
Morgan County (the County) issues a Request For Proposals (RFP) to establish a contract for
Emergency Communications Dispatch Console Furniture & Employee lockers. The following
proposal request will outline the Project goals and detail the format you should use to submit your
proposal. Please take careful notice of the Timeline (Sec 2.07), as well as the Proposal Format
(Sec 3.03) when preparing and submitting your proposal. In order for your proposal to be
considered, it must meet the pre-conditions, submission deadline, and project schedule as outlined
in the Timeline Section 2.07.
Section 1.01 Management
Danette Martin, Communications Director, Morgan County 9-1-1 Communications center will be
the project manager.
Section 1.02 Contact Information
Please contact Kristi Waite, Administrative Services Manager, for questions about the proposal:
Phone: 970-542-3500, ext. 1410
Fax:
970-542-3556
E-mail: kwaite@co.morgan.co.us
Substantive questions about the Project should be put in writing. All questions and County
responses will be made available to contractors considering submitting a proposal.
Article II. Statement of Needs
Section 2.01 Existing Conditions
None
Section 2.02 Mission
The goals and objectives of this Project are as follows:
1. STATEMENT OF PURPOSE:
The purpose of this Request for Proposal (“RFP”) is to obtain competitive proposals from
qualified vendors who can design, furnish, deliver, install and provide service response for
emergency communication center console furniture. THIS IS NOT AN ORDER.
Parties responding to the “RFP” shall hereinafter by referred to as “Proposer” or “Proposers”.
The information submitted by a Proposer in response to the “RFP” shall be referred to as the
“Proposal” or “Proposer’s Response”.
Only those Proposers who are actively engaged in the business of providing Emergency
Communication Center Furniture shall be considered as responsible Proposers. For the purpose
of the “RFP”, actively engaged shall mean a recognized leader in the field of Emergency
Communication Center console design and installation. Documentation, including references
showing installations shall be included in Proposer’s response.
Each Proposer shall be required to respond to the requirements set forth in the, “Instructions to
Proposer”, responses should provide sufficient information, engineering drawings and product
prototypes (if necessary) to aid Morgan County in fully evaluating the proposal. These responses
will be evaluated by the Morgan County 9-1-1 Authority Board and the Morgan County Board of
County Commissioners. These Boards will work in conjunction to select the highest ranked
Proposer.
It is Morgan County’s procurement policy to seek out and purchase technically suitable, available
products, and services at the lowest overall cost. However, the decision of a Proposer may not
rest solely on the lowest overall cost.
Morgan County shall incur no obligation or liability whatsoever to anyone by reason if issuance
of this RFP or action by anyone relative thereto.
Morgan County is not liable for any costs incurred in replying to this RFP.
2. BACKGOUND INFORMATION AND PROJECT GOALS
Morgan County Communications Center referred to as “MCCC” desires to obtain Ergonomic
Modular Dispatch Furniture to be installed in the communication center.
MCCC is a consolidated PSAP in Fort Morgan, Colorado which was began operations in
September 1986. MCCC covers an area of 36 square miles. The current population is estimated
at 30,000. The center receives all 9-1-1 calls as well as non emergency calls from across Morgan
County and is currently dispatching the following emergency service agencies:






Brush Police Department
Fort Morgan Police Department
Log Lane Marshal’s Office
Wiggins Police Department
Morgan County Sheriff’s Department
Morgan County Ambulance Service

Rural Volunteer Fire Departments: Brush Fire, Fort Morgan Fire, Wiggins Fire and
Hillrose/Snyder Fire
This Request for Proposal (RFP) is primarily to design, furnish, deliver, install, and provide
furniture repair/maintenance for the proposed equipment. Public Safety Answering Points
(PSAP’s) Emergency Communication Centers pose unique challenges and demands. Unlike an
office environment, Emergency Communications Personnel are required to manage multiple
LCD/CRT monitors, plus additional ancillary electronics and other resources. Additionally,
emergency communications consoles are utilized 24 hours per day/7 days per week by many
different employees, with many different physical sizes and needs. Because of this, emergency
communications consoles can be expected to receive at least five times the use of typical office
furniture each year. With this in mind, only console furniture specifically designed and
engineered for Emergency Communication Centers will be accepted.
The console design and room layout must positively address employee comfort, efficiency,
ergonomics, aesthetics, flexibility, durability, maintainability as well as future expansion.
Consoles should meet American National Standards Institute (ANSI) BSR/HFES 100, “Human
Factors Engineering of Computer Workstations”, as well as any applicable Americans with
Disabilities Act (ADA) guidelines and requirements.
At this time the center is currently configured with five (5) full dispatch consoles. The desire will
be to expand and install six (6) full dispatch consoles, as long as the room size allows for the
expansion while maintaining comfort and acceptable work area for the Center’s employees. The
dispatch positions are all configured identically as follows:






Computer Information Systems (CAD) software on one CPU with two 21”
monitors.
Motorola MCCC 7500 Radio System with one CPU and one 21” monitor
Intrado Lifeline Telephone System software on one CPU with two 21” monitors.
This means three keyboards and three mouse controllers per console
CPU’s are all installed in enclosed cabinet.
One position is equipped with a Motorola Moto-Bridge System which increases
the number of CPU’s in the enclosed cabinet to four at this position.
The Proposer is expected to propose one or more console designs for the Communications Center
Operations Area to accommodate (6) full dispatch positions while taking into consideration room
for growth of additional equipment. The Proposer is encouraged to also propose one or more
console designs to accommodate (5) full dispatch positions to allow Morgan County to fully
evaluate the expansion.
Room dimensions and measurements shall be completed by the Proposer.
Additional design consideration and pricing is being requested for up to (12) twelve employee
storage lockers that coordinate with the console furniture. The lockers will be placed in an area
outside of the Communications Center Operations Area. The design of the employee storage
lockers will address the employee’s needs of personal storage, work materials needed, and
security.
The final component of the proposal will include (if able to accommodate) consideration for six
(6) 24/7 chairs for the Communications Center Operations Area.
The Proposer must qualify in every aspect set forth in the Proposal and provide sufficient
technical information, engineering drawings and product prototypes if requested to aid Morgan
County in fully evaluating the Proposer’s proposal.
3. CRITICAL TARGET DATES
Proposer is required to respond in the following time frames:

Issue Date of RFP

Inquiries, Clarifications and/or Site Visits
May 9-20, 2016
o Questions received by Morgan County during this period will be mailed or emailed
to all Responders, along with the County’s answers
o Questions must be received no later than 2:00 p.m. MST, Morgan County on May
18, 2016

RFP Due Date
June 16, 2016

Negotiations, if necessary & Provider Selection
June 24, 2016

Tentative Contract Award Date
July 5, 2016

Project Start Date
September 19, 2016
May 4, 2016
Section 2.03 Project Specifications
GENERAL SPECIFICATIONS
Following is a specification developed for 911 Communications Center dispatch consoles for
your consideration and response. The specification were developed with the comfort, safety and
productivity of 911 dispatch employees as its primary focus, and is not intended to mirror the
performance characteristics of a specific manufacturer product, but to establish performance
criteria required to best accommodate a range of users and potential user from the 5th percentile
seated female to the 95th percentile standing male. It is not anticipated that any manufacturer’s
product will meet all requirements of the specification, and no manufacturer will be precluded
from consideration because of failure to meet one or more specific criteria.
All console design and room layout must positively address employee comfort, efficiency,
ergonomics, aesthetics, flexibility, durability, maintainability as well as future expansion.
Consoles should meet American National Standards Institute (ANSI) BSR/HFES 100, “Human
Factors Engineering of Computer Workstations”, as well as any applicable Americans with
Disabilities Act (ADA) guidelines and requirements. Proposals will include drawings of the
proposed layout for six (6) workstations.
All pricing shall be complete and include all costs including installation; insurance: and any other
cost to supply, deliver and install the proposed furniture. No hidden or extra charges will be
considered.
All proposed equipment /consoles must be new and unused and meet industry standards. The
following specifications detail the minimum requirements of the proposal.
The layout of the center will have raised flooring to accommodate electrical and data cabling
requirements.
 Stability and Function:
 All consoles shall be designed specifically for 24/7 operations in an Emergency
Communication Center environment. The console walls must be sturdy enough to
mount all electronic accessories, including monitors, without compromising the
integrity of the system. The structure requires independent / free standing design
that will not require an attachment or support of any kind to the wall surfaces
within the center.

Consoles will be designed to provide for efficient operation and display of all
components of a 911 telephone system, computer aided dispatch (CAD), public
safety radio systems, in-house networked computer system, including multiple
CRT, VDT, and keyboards.

Consoles must allow dispatchers to work in a seated or standing position and must
have ample adjustments to meet or exceed ergonomic standards and ADA
guidelines and requirements. Knee space / leg room shall have minimal
obstructions.

Consoles must demonstrate stability at full extension.

Framework must be sufficient strength to prevent sagging or deflection and
capable of sustaining the accumulated weight of monitors, CPUs and associated
hardware.

Please indicate maximum footprint per console begin proposed
 Technology
 At a minimum each console must be designed to accommodate 4 CPUs.
Electronic cavity storage provided for CPU equipment and cable routing must keep
the knee space below the consoles unobstructed to allow dispatchers a full range of
movement to reach necessary equipment. Access to all sides of each CPU must be
provided without crawling under the console. Cavities for CPUs must
accommodate for maximum air circulation for necessary cooling of equipment.
Cabling chases must be designed for ease of access and incorporation of additional
runs to meet future needs.
 Environmental Controls
 The console furniture must have available adjustable task lighting, indirect
lighting, radiant heat, filtered airflow, sound masking system, and primary and
input surface height adjustments. Environmental controls must all be readily
accessible from a seated or standing position and meet ADA requirements. User
replaceable air filters should either be provided for the entire standard warranty
period or user removable and user washable.

The console must provide individually controlled heating and cooling. Heating
may be provided through radiant panels or forced air for leg and foot warming.
The proposer shall describe the manufacturer of the system and its performance
specifications. Morgan County desires individual controls from a single location
on the workstations that is in easy reach of the dispatcher. Cooling is to be
provided by personally controlled, fans that are moveable by the user. Morgan
County desires the cooling units not be mounted to a specific location on the
console, so they can be moved by the dispatcher. Systems should be automated to
shut off during periods of inactivity.

Task Lighting shall be located at each individual console and mounted on an
adjustable arm. For power and heat saving, Morgan County would prefer a cool
operating, long life LED light.

Describe how your will accommodate all these features.
 Console Requirements
All equipment and materials are to be new or fabricated from new materials.
 Acoustical Walls
The dispatch room in which these consoles will be installed has a drop ceiling and raised
flooring. In addition to sound masking environmental controls, the acoustical properties
of the consoles become very important to the function of the room. Please describe how
you would address the acoustics of the room.
 Surfaces
All work surfaces, input shall be constructed of durable materials that will withstand the
24-hour environment of an Emergency Communication Center. Primary work surfaces
and extensions shall include cable drop areas for access in the fixed electronics cavities.
The console furniture must provide vertical adjustment of the surface area containing all
the equipment. Consoles may be dual surface – one surface for monitors and one surface
for work area/keyboards.
 Adjustments
The consoles should provide electrically controlled surfaces working independently or
together containing the monitors and the keyboards and wiring. Vertical adjustment shall
be to the extent that a dispatcher can comfortably operate equipment from any position
ranging from fully seated to fully standing. Monitors shall be arranged within reach and
adjustable reach of dispatchers. The adjustments shall be with smooth, quiet motorized
control. Access to control switches shall be configured to allow dispatchers to easily and
quickly make adjustments as needed. There shall be a safety clearance between the two
moving surfaces. It is preferred that the adjustment controller not be located where it can
be damaged by chair arms.
 Monitor Surface
The monitor surface may be configured to allow pull forward / push back for
dispatcher comfort, but not required. The surface must be able to accommodate up to
eight (8) 24-inch flat screen monitors without obstructing the view. Monitor arm holders
should be included in the cost proposal. The monitor surface shall rise to 50-inches and
lower to approximately 23-inches to accommodate operation while sitting or standing.
Additionally we encourage the Proposer to address considerations of bracket rack
mounted monitors, possibly dual stacked.
Please indicate monitor surface weight bearing capacity. It is preferred that each work
surface have a weight bearing capacity of no less than 500 lbs. Design must accept uneven
load distribution.
 Keyboard/Work Surface
The keyboard / work surface must include space for three (3) keyboards, three (3) mouse
controls, and one (1) telephone keypad, with sufficient work area remaining to
comfortably write and maintain documentation. The keyboard/work surface shall rise to
46-inches and lower to approximately 23-inches to accommodate operation while sitting
or standing.
Please indicate keyboard/work surface weight bearing capacity. It is preferred that each
work surface have a weight bearing capacity of no less than 500 lbs. Design must accept
uneven load distribution.
 Monitor – Keyboard/Work Surface Material
The surface(s) must be made of durable material to include, non-glare and high pressured
static-dissipative laminate or solid surface materials of standard color (meaning items
readily available or no “special order” materials). Surfaces should be mark, stain and
scuff resistance and easy to maintain and clean. All corners and edges should be rounded
and properly finished in similar solid surface materials.
 Electrical and Cable/Wire Management
Each console must be configured to accommodate not less than 20 outlets (3 prong) on
UPS power and 6 outlets (3 prong) on utility power, 2 USB outlets that accommodates
both Android and Apple cell phone charging, single utility power outlets.
A cable management system must be provided that allows for independent movement
among the monitor and keyboard/work surfaces. The system must minimize the wear and
tear on the traveling cables by keeping them separated as well as enclosed. Cable system
must be positioned to conceal and protect wiring from damage and accidental
disconnections. No operator intervention is to be required. The Proposer is to provide all
cable management within, under and on the console.
It is the desire that each console have a junction cavity under the keyboard/work surface
area that provides a quick disconnect for multiple USB cable extensions. The cavity
should have the ability to store excess cable lengths associated to the keyboard and mouse
devices. Describe your system for data docking that allows fast connection of keyboards
and additional equipment.
Cable channels should be designed to be technically friendly and eliminate the need for
fishing of wires through closed channels.
A grounding terminal should be included on each console for safety and protection of the
dispatcher and equipment.
Please detail and describe your electrical and cable/wire management systems.
 Equipment Enclosures
Electronic components within the consoles must be secured. The console furniture must
provide the ability to securely house internal electronics, CPUs, and other equipment.
The enclosure must allow for easy access and provide interior task lighting (if needed due
to location).
The cabinet or enclosure must be able to hold a minimum of four (4) CPUs. Connection
to the monitor/keyboard/work surfaces should be housed within cabinets integral to the
console furniture so that the CPUs, monitors, keyboards, mouse and other equipment all
move simultaneously eliminating wear and tear on wiring and connectors, as well as the
need for extended cable lengths.
Panel systems must surround the console to provide defined space, distribution of
electrical power, and data wire distribution.
Housing and framework must be of sufficient strength to prevent sagging or deflection,
and capable of sustaining the accumulated weight of monitors, computers, and associated
hardware.
Pop-out section at the rear of the console for access for electrical repair and maintenance
without interfering with the dispatcher. Panel must attach with quick release fittings.
 Headsets/Speakers
Each console must support dual headset jacks for both radio and telephone systems. Also,
four (4) sets of speakers (total of 8 speakers) for selected and unselected radio traffic,
telephone traffic, radio replay, and computer needs to be accommodated on the console.
Describe how this will be accommodated.
 Resource Storage
Describe the option to provide an easily accessible cabinet to store resource materials.
These could be books of procedures or maps of area. This may be shared or individual
depending on the room layout. The storage must match the other console materials
 Printer Counter Top
Describe the option(s) to provide an easily accessible counter top to store a shared printer.
It is preferred that the printer be configured in a area that adjoins two (2) of the work
consoles. The storage must match the other console materials
 Warranty
Minimum warranty requirements are 10 years from date of customer acceptance or
beneficial use and occupancy whichever occurs first. Warranty shall cover all components
of console system and include the cost of all labor, parts, transportation and electrical
components. Manufacturer of consoles shall assume primary responsibility for warranty
claims – deference to third party suppliers is not acceptable.
All service and warranty work shall be initiated within a minimum of 48 hours after
notification.
Describe your warranty.
 Miscellaneous Requirements
All consoles must conform to existing ergonomic standards and ADA guidelines
Proposers shall include photographs and detailed technical drawings of the furniture being
bid and shall insure that the product will fit into the Communications Center.
Configuration must be such that no renovations of existing structure occurs and must
allow for ample movement throughout the location.
Console color options shall be included with the proposal.
Each Proposer is to include training on the new consoles during installation if applicable.
This may be a train-the-trainers class during the installation period at the Center.
 24-Hour Chairs
The proposal will include (if able to accommodate) consideration for six (6) 24/7 chairs
for the Communications Center Operations Area. The quality of these chairs will be of
durable materials that are designed for 24-hour use in a Dispatch Center. The specification
will address the comfort, safety and productivity of 911 dispatch employees as its primary
focus, addressing employees different physical size and needs. The chair will be
compliant of ergonomic design for a 24-hour user.
FEATURES
 Steel Framed
 Adjustable Comfort Headrest
 Adjustable Seat Back, Angle to 21 degrees
 Tilt-Up Armrests, Height/Tilt Adjustments
 Adjustable Lumbar System
 Fore/Aft Adjustment
 Knee Tilt Recliner with Adjustable Tension & Locking Positions
 Heavy Duty Shock, Height Adjustable
 Heavy Duty Base with Double Wheeled Casters
 Weight Rating: 400 lbs.
 User Height: 5’2”-6’5”
 Leather or Cloth – Proposer is to provide options available
WARRANTY
 10 year Frame
 5 year Mechanical
 3 year Cushions & Foam
 Employee Storage Lockers
The final component of the request is for twelve (12) employee personal storage lockers.
It is the desire of Morgan County to purchase storage lockers for its employees that will
accommodate their needs for personal storage as well as the ability to house work
materials, such as binders, map books, headsets. The personal storage should be able to
accommodate such items as: coat hook, water bottles, coffee mugs, food containers. It is
preferred that the design will be matching to the console design. Describe your design and
provide brochure of possible options.
SECURITY
Successful bidder will, upon awarding of contract, furnish to the Director of the Communications
Center a list of its employee’s names who will work inside/outside the facility. The list will be
forwarded to the center as soon as possible prior to the commencement of work.
The list shall include:
 First name, middle name, last name
 Date of birth
 Driver's license number and State of Issue
Prior security clearance will be mandatory before any employee will be allowed to enter the
Communications Center facility to work. This also applies to exterior building work.
A current list of employees with a security clearance will be maintained in the facility.
When an employee on the list is no longer employed by the provider, the Director must be
notified and the name will be removed from the list.
When a new employee is assigned to the facility, the name and pertinent information will be
forwarded to the Director of Communications as soon as possible for addition to the list.
Admittance to the facility will be denied to any contract employee whose previous criminal
activities would compromise the security of the facility.
Decisions of the security staff are final and not subject to review.
Entry into Facility
All employees working inside the facility will be required to identify themselves and the company
they are with prior to entrance into the facility.
Equipment Security
Contract employees will be responsible for the security of their work tools.
Missing tools are to be reported immediately to the shift supervisor.
Employee Conduct inside the Facility
No alcoholic beverages/drugs will be brought into the facility, nor will anyone under the influence
of alcoholic beverages or drugs be allowed inside.
In the event of a dispute involving the facility staff and the contract employees regarding work
location, security measures, etc., the on-duty supervisor will have the final decision.
Section 2.04 Payment
A.
Contractor shall be paid once the Scope of Services is completed to the satisfaction
of the County.
Section 2.05 Contractor Requirements
Should your proposal be accepted, your company shall furnish the following:
A.
A Performance Bond and a Payment Bond, if the contractor’s proposal exceeds
$50,000 (fifty thousand dollars) in cost. Each Bond, if required, shall cover 100%
of the proposal amount. (Not Applicable)
B.
Contractor shall provide all equipment, materials, and qualified personnel to
successfully complete this Project in a timely and professional manner.
C.
Contractor shall be responsible for securing all required licenses and permits, to
the extent necessary.
D.
Contractor shall provide all services needed to meet the requirements of Section
2.03.
E.
Annual Service and Maintenance Plan shall be included for consideration by the
County as part of this project. (as indicated in attached Worksheet A)
Contractor shall be required to execute the County’s standard professional service agreement.
Section 2.06 Insurance-Liability, Worker’s Compensation
Contractor agrees to procure and maintain, at its own cost, a policy or policies of insurance
sufficient to insure against all liability, claims, demands, and other obligations assumed by
Contractor pursuant to the Agreement to provide services responsive to this RFP. At a minimum,
Contractor shall procure and maintain, and shall cause any subcontractor to procure and maintain,
the following insurance coverages:
Worker's Compensation insurance to cover obligations imposed by applicable law for any
employee engaged in the performance of work under the Agreement, and Employer's Liability
insurance with minimum limits of five hundred thousand dollars ($500,000) each accident,
one million dollars ($1,000,000) disease – policy limit, and one million dollars ($1,000,000)
disease – each employee. Evidence of qualified self-insured status may be substituted for the
requirements of this Section. Commercial General Liability insurance with minimum
combined single limits of one million dollars ($1,000,000) each occurrence and one million
dollars ($1,000,000) general aggregate. The policy shall be applicable to all premises and
operations, and shall include coverage for bodily injury, broad form property damage,
personal injury (including coverage for contractual and employee acts), blanket contractual,
products, and completed operations. The policy shall contain a severability of interests
provision, and shall include the County and the County's officers, employees, and contractors
as additional insureds. No additional insured endorsement shall contain any exclusion for
bodily injury or property damage arising from completed operations. Professional liability
insurance with minimum limits of one million dollars ($1,000,000) each claim and one
million dollars ($1,000,000) general aggregate.
Such insurance shall be in addition to any other insurance requirements imposed by law.
Contractor shall file with the County immediately after execution of the Agreement and prior to
commencement of work a certificate of insurance as evidence that the required policies are in full
force and effect. The certificate shall identify the Agreement. The County shall be named as an
additional insured party on all policies.
Section 2.07 Timeline
In order to complete the Project, the County has set the following timetable. This timetable is
subject to change by the Administrative Services Manager.
Request for Proposals Sent Out
May 4, 2016
Deadline for Proposal Submission
June 16, 2016 before 9:00 a.m.
Project Award Date
July 5, 2016
Article III The Proposal
Section 3.01 Expectations
The County will enter into an agreement based on the proposal determined to be the most
beneficial to the County considering a variety of factors. The County reserves the right to reject
any or all proposals, without obligation to the County.
Section 3.02 Selection Criteria
Proposals will be evaluated based upon the information submitted. Consideration will also be
given to performance projections as well as cost. The following criteria will be the primary
considerations for selecting a proposal:
A.
Submission of all proposals in the correct format as outlined in Section 3.03, by
the stated deadline in Section 2.05.
B.
The perceived effectiveness of the proposal’s solution for the County’s stated
mission (Sec 2.02).
C.
The perceived ability for the Contractor to deliver the solution set forth in their
proposal within the allotted time frame.
D.
The Contractor’s past performance and successes in similar projects.
E.
Overall cost of the proposal.
Section 3.03 Proposal Format
The County requires that you include the following information in your proposal:
A.
Bidder Reply Form.
Complete the Bidder Reply Form and the corresponding worksheet A must be
competed for proposal.
A.
Contractor Summary and Capabilities.
Include a brief history of your company including your past experience with
similar projects. Also include the company owners' names or those persons
authorized to sign on behalf of your business.
B.
Methodology.
Please use this section to outline specifically your proposed method for achieving
the goals of the Project. This should include a detailed timeline of milestones for
completing the Project.
C.
Expected Results.
Use this section to summarize the expected results of your methodology listed
above.
D.
Expense Summary.
Give a summary of the total costs for your proposal using the form labeled
“Project Procurement Best and Final Offer”(Worksheet A) that is included in this
packet. You may also include a brief explanation of the contributing costs to the
total cost.
E.
Licensing, Permits and Bonding.
If applicable, include the details of your licenses, permits and bonds for the
services you are proposing. If possible, enclose proof of your licenses, permits and
bonds.
F.
References.
Provide a minimum of three (3) references for past projects similar in scope.
Please include contact information for each of the references listed.
G.
Proposal Delivery.
Regardless of delivery method, all proposals must be received by the County at
218 West Kiowa Avenue, P.O. Box 596, Fort Morgan, Colorado 80701 before
9:00 AM local time, June 16, 2016 and must include three copies, the Bidder
Reply Form, Worksheet A and requested documentation. Proposals may be handdelivered, or shipped via US Mail, FedEx, UPS, or other such commercial carrier
service. Fax or email submittals will not be accepted.
BIDDER REPLY FORM
Name and Address:
Name of Company________________________________________________________
Address of Company______________________________________________________
Phone Number_________________________ Fax Number________________________
Representative_____________________________ Title__________________________
Signature________________________________________________________________
Phone Number_________________________ Fax Number________________________
Email
BID
Bid Price: _____________________ /each ______________________ total price
Estimated Delivery Time: _______________________________________
Competed Worksheet A attached 
Exceptions to Bid
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
_____________________________________________________________________________________________
Worksheet A
Project Procurement Best and Final Offer
A contract resulting from this Request for Proposal will include this RFP with Proposer’s
responses as well as the Proposer’s proposal.
This page of the proposal shall contain a guaranteed “not-to-exceed” price for the proposed items,
an equipment list showing the make, model and brief description,
acknowledgement/compliance/exception statement(s) to the requirements of this RFP, optional
items with a brief description and total price for each, and anything else deemed appropriate by
the Proposer.
DESCRIPTION
TOTAL
a) Console Configuration (Qty 6)
$________________
b) 24-Hour Chairs (Qty 6)
$________________
c) Employee Storage Lockers (Qty 12)
$________________
WARRANTY AND OPTIONS
TOTAL
a) Additional Recommended Options (describe)
$________________
b) Annual post-warranty maintenance
$________________
c) Installation and Shipping Costs
$________________
TOTAL PROJECT COSTS
$________________
Download