RFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)

Similar documents
Cheyenne Wyoming RFP-17229

Specifications for the Application Of Silane Penetrating Sealer to Various Bridge Decks in Otsego County

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

WINDOW WASHING

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

RFP GENERAL TERMS AND CONDITIONS

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

Black Hawk County Engineer

GEORGE MASON UNIVERSITY Student Services Entertainment and Event Agreement

REQUEST FOR QUOTATION

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

West Ridge Park Ballfield Light Pole Structural Assessment

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

Submit proposals electronically to:

Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

Request for Qualifications

Request for Proposal Public Warning Siren System April 8, 2014

REQUEST FOR PROPOSAL (RFP)

Request For Proposal (RFP) for

Barrow County School System

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

City of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

REQUEST FOR PROPOSAL (RFP 06-16) WATER SYSTEM ASSESSMENT CITY OF FOLLY BEACH

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

SAFETY FIRST GRANT CONTRACT

City of Bowie Private Property Exterior Home Repair Services

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017

INVITATION TO BID (ITB)

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

Housing Authority of the Borough of Keansburg

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal Data Network Cabling

Invitation To Bid. for

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

Proposal No:

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

REQUESTS FOR PROPOSALS

2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2.

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

Proposal packets are available online at or at the Snohomish Health District, 3020 Rucker Ave. Ste 308, Everett, WA

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

RICE UNIVERSITY SHORT FORM CONTRACT

Notice of Request for Proposals

PLEASANTVILLE HOUSING AUTHORITY

England s Pleasant View Homeowner s Association REQUEST FOR PROPOSALS

St. George CCSD #258

City of Albany, New York Traffic Engineering

CONTRACT. Owner and Contractor agree as follows: 1. Scope of Work.

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

Request for Bid/Proposal

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

Request for Proposal Internet Access

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016

CITY OF FORT MITCHELL, KENTUCKY INVITATION TO BID FOR DIXIE HIGHWAY REMOVAL AND REPLACEMENT OF STREET TREES

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

Request for Proposal For Scrap Metal Removal

REQUEST FOR PROPOSALS Lease and Operate the Concession Stand at Palmer Pool

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

REQUEST FOR PROPOSALS

PURCHASE ORDER TERMS & CONDITIONS

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

INSTRUCTIONS FOR AGREEMENTS WITH AN INDEPENDENT CONTRACTOR (IC)

Invitation to Bid. Radcliff Wastewater Treatment Plant (WWTP) Road Paving. For. Radcliff Wastewater Treatment Plant

Notice of Request for Proposals

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

REQUEST FOR PROPOSAL (RFP) Professional Public Education Legal Services for the School District of Janesville. Release Date: Monday, August 6, 2018

REQUEST FOR PROPOSAL FOR: Bid #MCC19-03 Rubber Flooring Tile and Installation Manchester Community College

Transcription:

Request for Proposals t o provide Janitorial Services Residence Halls RFP-18111 Due Date Proposal Submissions March 8, 2018 by 3:00 p.m. MANDATORY Pre-Proposal Meeting March 1, 2018 @ 2:00 p.m. in New Residence Halls Classroom (115C) Solicited by: Department of Administration and Finance Division of Contracting and Procurement 1400 East College Drive Cheyenne, WY 82007 February 12, 2018 1

A. General Information a. The Laramie County Community College (LCCC) will receive proposals on March 8, 2018 up to 3:00 p.m. at the Administration Building, Purchasing Office, for janitorial services for the residence halls on the Cheyenne, Wyoming Campus. i. Proposals must be received via email or in the Purchasing Office by the time and date specified. Proposals received after the specified time and date will not be accepted and will be returned unopened to the proposer. 1. Proposals shall be received at: Laramie County Community College Administration Building, Purchasing Office 1400 E. College Drive, Cheyenne, WY 82007 Attn.: Jamie Spezzano 307-778-1280 (phone) jspezzano@lccc.wy.edu ii. All proposals must be submitted on the forms supplied by LCCC and signed by a proper official of the company proposing. E-mail will be accepted but fax, or telephone proposals will not be accepted. iii. No proposal will be considered which modifies any of the terms and conditions. iv. By submitting this proposals, the proposer certifies under penalty of perjury that he/she has not acted in collusion with any other proposer or potential proposer. b. There will be a MANDATORY pre-proposal meeting on March 1, 2018 at 2:00 p.m. in the New Residence Hall classroom (115C), at which time we will discuss the work to be performed and tour the area. B. Preparation of Proposals i. LCCC will only enter into a contract with companies represented at the pre-proposal meeting. a. It is the responsibility of the proposer to carefully examine the specifications and proposal documents and to be familiar with all of the requirements, stipulations, provisions, and conditions surrounding the proposed service. b. No oral or telephone interpretations of the proposal shall be binding upon LCCC. All requests for interpretations or clarifications shall be made in writing, by March 2, 2018, via e-mail to: i. Jamie Spezzano, Director Contracting & Procurement at jspezzano@lccc.wy.edu 2

C. Modification or Withdrawal of Proposals a. A proposal that is in the possession of the Purchasing Office may be altered by an e-mail, letter or fax bearing the signature or name of person authorized for proposing, provided that it is received prior to the time and date set for the proposal submission. Telephone or verbal alterations of a proposal will not be accepted. b. A proposal that is in the possession of the Purchasing Office may be withdrawn by the proposer, up to the time set for the proposal opening, by e-mail, fax or letter bearing the signature or name of person authorized for proposing before the due date. Accepted proposals may not be withdrawn after due date to LCCC and shall remain valid through May 1, 2018, unless otherwise specified. D. The proposer is hereby notified that it must comply fully with all requirements of the Equal Employment Opportunity Commission (EEOC) and the Americans with Disability Act (ADA) in the same manner as is expected from LCCC. If the proposer or its employees or subcontractors are found in violation of these requirements, the future agreement may be terminated. The proposer shall be responsible for all such noncompliant action and shall defend, hold harmless and indemnify LCCC. E. Award and Purchase a. Minority-owned businesses will be afforded full opportunity to propose and to contract with LCCC and will not be subject to discrimination on the grounds of race, creed, color, national origin, sex or handicap in consideration for an award. b. A signed contract agreement, as furnished to the successful proposer, will create a binding contract by both parties. c. LCCC reserves the right to waive irregularities and informalities and to accept any proposal and to reject any and all proposals and to disapprove of any and all subcontractors as may be in the best interest of LCCC. Time and date requirements for proposal opening and mandatory pre-proposal meeting requirement will not be waived. F. Scope of Services a. The Work includes and consists of furnishing all labor, operations, materials, accessories, incidentals, services and equipment (exclusive of pre-purchased or Owner provided materials, accessories and/or equipment) indicated, specified, mentioned, scheduled or implied per the Bid Documents for work on the specific aforementioned project. The specific Work includes: providing contract janitorial services for the residence hall facilities as defined per Bid Documents on the LCCC Cheyenne campus and other related items of work as defined per Bid Documents. All materials, services and/or work not specifically mentioned which are necessary in order to provide a complete project shall be included in the bid and shall conform to all Local, State, and Federal requirements in accordance with the requirements, terms, specifications, conditions, and provisions hereinafter 3

contained (per Attachment A, Residence Hall Housing Scope of Work and Cleaning Requirements ). i. West Hall 1. 23 suites 2. 23 common areas 3. 46 bathrooms ii. East Hall 1. 24 suites 2. 24 common areas 3. 44 bathrooms (4 have 1 bedroom/common area combined/one bathroom) iii. North 1. 27 suites (100 beds) 2. 20 suites (40 bathrooms/40 common area) 3. 4 suites (2 single rooms/4 common areas/4 bathrooms) 4. 3 suites (4 single rooms/3 common areas/6 bathrooms) b. The successful proposer will be required to provide all manpower, supplies and equipment required for an efficient and professional cleaning services. Companies submitting proposals certify that they will provide sufficient supplies, equipment and experienced manpower to complete the cleaning services according to LCCC s schedule. G. Other Requirements i. LCCC cannot allow any companies to utilize any of the campus s supplies and equipment. a. Personnel: All work must be performed by skilled, experienced personnel, directly employed, supervised and trained to work with materials and equipment of the trade in a safe workmanlike manner. All complaints shall be handled through LCCC s designated representative. At the request of LCCC, the contractor shall replace any incompetent, unfaithful, abusive, or disorderly person in its employ. LCCC and the contractor shall each be promptly notified by the other of any complaints received. b. Coordination of Work: LCCC will call the contractor to setup and coordinate the cleaning services before the service is required. The vendor shall not commence any work until he/she has notified the LCCC s designated representative of his/her arrival. c. Invoice/Payment: An invoice shall be submitted to the LCCC, Interim Director of Residence Halls showing the areas cleaned, number of personnel required and number of hours or portion of an hour charged. Hourly charges are to begin with the cleaners arrive at the jobsite and report to the LCCC designated representative. LCCC shall not be responsible for payment to contractor for any briefings or meetings held between LCCC and the contractor, as these meetings are to the mutual benefit of both parties. 4

H. Insurance Requirements a. Contractor and each of its subcontractors hereunder, if any, shall at its own expense, obtain insurance as provided below from reliable insurance companies acceptable to Laramie County Community College (LCCC) and authorized to do business in the State of Wyoming, in which the Work is to be performed, with limits as specified in U.S. currency or equivalent. Such insurance shall be in force at the time the Work is commenced and shall remain in force for the duration of this Contract/Agreement, unless a later date is specified below. b. Workers Compensation and Employer s Liability Insurance: Workers Compensation insurance or its equivalent (including Occupational Disease coverage) as required by law for all employees, agents, and subcontractors. Employer s Liability Insurance (including Occupational Disease coverage) in the amount of $1,000,000.00 per accident. Such insurance shall provide coverage in the location in which the work is performed and the location in which the Contractor is domiciled. The Contractor expressly agrees to comply with all provisions of the Workers Compensation Laws of the state(s) or country wherein said work is being performed. c. General Liability Insurance: Commercial General Liability insurance covering all operations by or on behalf of Contractor against claims for bodily injury (including mental injury, mental anguish, and death) and property damage (including loss of use). The Commercial General Liability policy will include limits as follows: i. General Aggregate $1,000,000.00 ii. Products and Completed Operations $1,000,000.00 iii. Personal Injury and Advertising Injury $1,000,000.00 iv. Each Occurrence $1,000,000.00 v. Damage to Premises Rented $100,000.00 vi. Medical Expense $5,000.00 d. If the policy is written on a claims-made basis, the Contractor will include an automatic extended reporting period of at least five (5) years past the expiration date of the policy. e. Automobile Liability Insurance: Automobile Liability insurance against claims of bodily injury (including death) and property damage (including loss of use) covering all owned, rented, leased, non-owned, and hired vehicles used in the performance of the Work, with a minimum limit of $1,000,000.00 per accident for bodily injury and property damage combined and containing appropriate uninsured motorist and No-Fault insurance provision wherever applicable. f. Excess Insurance: Excess (or Umbrella) Liability insurance with a minimum limit of $2,000,000.00 per occurrence/$2,000,000.00 annual aggregate. This insurance shall provide coverage in excess of the underlying primary liability limits, terms, and conditions for each category of liability insurance in the foregoing subsections a, b, and c. This insurance shall be written on a following form basis of underlying coverage, and the aggregate limits, if any, shall apply separately to 5

each annual policy period. If this insurance is written on a claims-made policy form, then the policy shall be endorsed to include an automatic extended period of at least five (5) years. g. Policy Requirements I. Safety and Health i. Certificate Proof: Prior to the commencement of the respective Contract and/or Agreement, the successful Contractor shall deliver certificates of insurance evidencing such policy or polices to the LCCC Director of Procurement and Contracting specific Certification proof shall include: 1. Certificate of Liability insurance form. 2. State of Wyoming, Department of Employment Unemployment Insurance Certificate of Good Standing. 3. State of Wyoming, Department of Employment Workers Compensation Certificate of Good Standing. ii. Additional Insured Clause: LCCC and FCI of Wyoming both shall be listed as the Additional Insured on all policies, but only with respect to operations of successful firm under the respective Contract. iii. Notice of Cancellation: Each insurance policy required by the insurance provisions of this Contract shall provide the required coverage and shall not be canceled or non-renewed expect after thirty (30) days prior written notice has been given to LCCC, expect when cancellation is for nonpayment of premium, then ten (10) days prior notice may be given. Such notice shall be sent directly to LCCC, Director of Procurement and Contracting. a. The successful firm shall comply with the Occupational Safety and Health Act (OSHA) of 1970 and the American Disability Act (ADA) of 1992 or the applicable standards promulgated under said Acts. b. The successful firm shall take reasonable and proper care and shall use and maintain LCCC property, facilities and equipment under its care, custody, and control in a manner which shall not cause any violations, abuse, or misuse of said property, facilities, and/or equipment. c. The contractor shall be responsible for implementing safety measures for the protection of their employees and members of the public during all phases of the contract work. The contractor shall be responsible for the supply and placement of traffic safety cones, barricades, warning signs, etc. Work shall be performed in compliance with OSHA regulations and other relevant and applicable codes and regulations. 6

d. If successful firm s bid requires a capital investment for the performance of this Contract, such capital investment program shall be free of conditions which violate OSHA and ADA or other applicable standards. Should repairs, alterations, modifications, or replacements be required to comply with the cited Acts, such action shall be the responsibility of the successful firm. Should a determination be required as to whether a specific condition violates said Acts, such determination shall be made by a competent safety Architect or safety consultant. e. Should successful firm furnish equipment for the performance of this Bid, such equipment shall be free of conditions which violate OSHA and ADA, or their applicable standards. Should repairs, alterations, modifications, or replacements be required to comply with the cited Acts, such action shall be the responsibility of successful firm. f. The successful firm shall comply with and conform to all applicable fire, and public safety, laws, regulations, ordinances, code requirements, as well as LCCC s safety regulations. J. Submittal Requirements a. Pricing: Proposals shall be submitted specifying i. Scope of Work #1 Deep Clean cost ii. Scope of work #2 Surface Area Clean and iii. An hourly rate for manpower and equipment. Any charges that might apply must be included. b. Qualifications: The proposal shall include: i. Description of the proposer s cleaning experience (note any cleaning experience at College campuses), ii. Ability to perform the required cleaning, iii. Demonstrated ability to complete projects within the specified time, iv. Years of experience v. Staff experience and training, vi. Equipment available, vii. At least three (3) professional references of similar cleaning jobs, including contact name, phone numbers and e-mail address. c. Availability to Perform Services: The submission of a proposal for this work will be considered a representation that the vendor has carefully investigated all requirements and conditions that affect this work. This includes quantity and quality of work expected, availability to perform the work, and that the proposer 7

is familiar with all federal, state, city and county laws, codes and ordinances that in any way affect the execution and completion of this work. d. Evaluation of Proposals: The proposals will be evaluated by considering price, work experience and performance, reliability, references, and availability in performing the services. 8

Cost Proposal Form Janitorial Services Residence Halls: RFP-18111 The undersigned, pursuant to the Request for Proposal, being familiar with the proposal conditions and instructions, hereby proposes to furnish cleaning services as per the specifications: A. Scope of Work #1 Deep Clean (July/August) $ Lump sum price written in words B. Scope of Work#2 Surface Area Clean (May) $ Lump sum price written in words C. ADDITIONAL COSTS (if needed): Hourly rate during business hours (8:00 a.m. to 5:00 p.m.) for all levels of personnel to include associated supplies and equipment: $ /hour/person Hourly rate for nights (after 5:00 p.m.) and weekends for all levels of personnel to include supplies and associated equipment: $ /hour/person Acknowledge of receipt of Addendum: No. No. No. Company Information: Company Name City, State, Zip E-mail Typed Name Mailing Address telephone Title 9

Authorized Signature Date 10