RFP Landscape Maintenance Service s RFP #

Similar documents
REQUEST FOR PROPOSAL/BID Non Construction

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

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

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR BIDS. Administered by: Competitive Energy Services, LLC FUELS: Wood Chips University of Maine System at Farmington RFB # 07-16

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS

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

REQUEST FOR PROPOSALS (RFP)

REQUEST FOR PROPOSALS (RFP)

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

Administered by University of Maine System Office of Strategic Procurement Request for Proposal (RFP)

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

REQUEST FOR PROPOSALS

ADMINISTERED BY UNIVERSITY OF MAINE SYSTEM OFFICE OF STRATEGIC PROCUREMENT

REQUEST FOR BIDS. Administered by: Competitive Energy Services, LLC FUELS: PROPANE University of Maine at Farmington RFB# 16-17

construction plans must be approved for construction by the City PBZ department.

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS. BAKERY PRODUCTS University of Maine RFB # 11-08

Administered by University of Maine System Office of Strategic Procurement Request for Proposal (RFP)

REQUEST FOR PROPOSALS (RFP)

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

City of Forest Park Request for Proposals. Secure Access Control Systems

CUYAHOGA COUNTY REQUEST FOR PROPOSAL

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

REQUEST FOR PROPOSAL

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

REQUEST FOR BIDS (RFB)

Columbia Public Schools Columbia, Missouri

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

REQUEST FOR PROPOSAL. Information Technology Support Services

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

REQUEST FOR PROPOSAL ( RFP ) RFP NOTT INTERCOM SYSTEM UPGRADE AT NOTTINGHAM SCHOOL

EXHIBIT A SCOPE OF WORK AND RELATED INFORMATION PORTABLE FIRE EXTINGUSHER SERVICES

Request for Proposal. RFP # Towing Services Inoperable Vehicles

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

GEORGIA LOTTERY CORPORATION

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

EAU CLAIRE/NORTH COLUMBIA DEVELOPMENT CORPORATION (ECDC) REQUEST FOR PROPOSAL (RFP)

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

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR PROPOSALS (RFP) University of Maine System RFP # 68-15

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

REQUEST FOR PROPOSALS

MUSKEGON COMMUNITY COLLEGE REQUEST FOR PROPOSAL. Lakeshore Fitness Center Managed Services

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING

COMMISSION ADOPTED POLICY Procurement Policy

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

Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS

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

Request for Proposal RFP # SUBJECT: Ergotron LX

Rolling Plains Management Corporation 118 North First Street P.O. Box 490 Crowell, Texas REQUEST FOR PROPOSALS FOR

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK

MANDATORY GENERAL TERMS AND CONDITIONS:

Request for Proposal. RFP # Recreation T-Shirts

INVITATION FOR BIDS (IFB) NO KMHS/BHA Cottages at Forest Park for the Housing Authority of the City of Bremerton (BHA)

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSALS

Request for Proposal. RFP # Delinquent Tax Collection Services

CITY OF GAINESVILLE INVITATION TO BID

AGENCY-WIDE LAWN MAINTENANCE

Invitation to Bid (ITB) for Athletic Trainers Services

ADVERTISEMENT FOR BIDS

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

REQUEST FOR PROPOSAL RFP #14-03

PROPOSALS MUST BE RECEIVED BY: 10:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

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

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

Botetourt County Public Schools

Administered by University of Maine System Office of Strategic Procurement Request for Qualification (RFQ)

Proposal Due Date: May 1, Proposal Due Time: 12:00 PM

REQUEST FOR PROPOSALS RFP # ELECTRIC SUPPLY & SERVICES FROM RETAIL ELECTRIC PROVIDERS

GUILFORD COUNTY SCHOOLS Invitation for Bids

REQUEST FOR QUOTE (RFQ) # FORESTRY HERBICIDE PURCHASE POSTING DATE: JULY 24, 2018

Alameda County Transportation Commission SAMPLE PROGRAM COMPLIANCE LANGUAGE: CONSTRUCTION

COMMISSION ADOPTED POLICY Procurement Policy

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL. Professional Services for Insurance Management. REQUEST FOR PROPOSAL DATE: April 1, 2014

REQUEST FOR PROPOSAL (RFP) ARCHITECTURAL & DESIGN SERVICES FOR RAWLINGS LIBRARY SPACE PLANNING & INTERIOR RENOVATION

KULZER PURCHASE ORDER TERMS AND CONDITIONS

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

SAN DIEGO CONVENTION CENTER CORPORATION

REQUEST FOR PROPOSALS

DEPARTMENT OF PUBLIC WORKS RECYCLING DIVISION REQUEST FOR PROPOSALS FOR SOLID WASTE CONSULTANT

Request for Proposals Arbitrage Rebate Consulting Services. Issuance Date: November 13, 2017

Request for Proposals for Agent of Record/Insurance Broker Services

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

Invitation for Bid Specification IFB For Motor Vehicle Storage For CEDA Weatherization. Bid Submitted by

MANDATORY GENERAL TERMS AND CONDITIONS

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, :00PM

Transcription:

REQUEST FOR PROPOSAL LANDSCAPE MAINTENANCE SERVICES seeks a qualified vendor to provide basic landscape maintenance services for our various locations (Please see Ehibit 1 defining type of service needed at each location). Our goal is to provide each site with the landscape maintenance services according to each location s needs. For ease of reference, AVANCE-Houston, Inc will hereinafter be referred to as AVANCE. Respondents to the Bids will be referred to as bidders, and the selected bidder shall be referred to as the Vendor. 1. GENERAL INFORMATION: 1.1 Purpose The intent of this Request for Proposal is to select one bidder to supply various types of lawn maintenance service for AVANCE, (all locations). This Request for Proposal (RFP) states the instructions for submitting Bids (1.10), the specifications for the work 3.10, and the contractual terms (2.0-3.0) by which AVANCE, intends to govern the relationship between it and the selected Vendor. 1.2 Scope The location of sites and the scope of landscaping maintenance services to be performed at each site are listed in Ehibit 1. 1.3 Evaluation Criteria Bids will be evaluated on many criteria deemed to be in the AVANCE best interests to include but not be limited to: Ability to meet specifications Pricing Responsiveness to Bids terms and conditions References Eperience in providing the services specified in this RFP. 1.4 Communication with AVANCE It is the responsibility of the bidder to inquire about any requirement of this RFP that is not understood. Responses to inquiries, if they change or clarify the RFP in a substantial manner, will be forwarded by addenda to all parties that have received a copy of the RFP. AVANCE will not be bound by oral responses to inquiries or written responses other than addenda. Inquiries about the RFP must be made to: Steve Gilder, Director of Facilities Email: sgilder@avancehouston.org 4281 Dacoma Street Houston, Teas 77092 1.5 Award of Bids AVANCE will make the award on a total sum basis to the most responsive and responsible bidder as determined by evaluation of the criteria defined in Section 1.3. AVANCE reserves the right to waive minor irregularities. AVANCE reserves the right to reject any or all Bids, in whole or in part, and is not necessarily bound to accept the lowest cost Bid if that Bid is contrary to the best interests of AVANCE. AVANCE may cancel this Request for Bids or reject any or all Bids in whole or in part. Should AVANCE determine in its sole discretion that only one bidder is fully qualified, or that one bidder is clearly more qualified than any other under consideration, a contract may be awarded to that bidder without further action. 1

1.6 Confidentiality The information contained in Bids submitted for AVANCE consideration will be held in confidence until all evaluations are concluded and an award has been made. At that time, the winning Bids will be available for public inspection. Pricing and other information that is an integral part of the offer cannot be considered confidential after an award has been made. AVANCE will honor requests for confidentiality for information of a proprietary nature to the etent allowed by law. Clearly mark any information considered confidential. 1.7 Costs of Preparation Bidder assumes all costs of preparation of the Bids and any presentations necessary to the Bids process. 1.8 Debarment Submission of a signed Bid in response to this solicitation is certification that your firm (or any sub vendor) is not currently debarred, suspended, proposed for debarment, declared ineligible or voluntarily ecluded from participation in this transaction by any State or Federal department or agency. Submission is also agreement that AVANCE will be notified of any change in this status. Bidders are to abide by EEOC requirements and if for renovation or construction, by Davis Bacon requirements. 1.9 Bids Understanding By submitting a Bid, the bidder agrees and assures that the specifications are understood and are adequate, and the bidder accepts the terms and conditions herein. Any eceptions should be noted in your response. 1.10 Bids Submission Instructions A SIGNED original and two (2) copies of the Bids must be submitted to: Steve Gilder, Director of Facilities 4281 Dacoma Street Houston, Teas 77092 In a sealed envelope by close of business, Friday, October 19, 2012 to be date stamped and accepted for consideration. Normal business hours are 8:00 a.m. to 5:00 p.m., Monday through Friday. Bids received after the due date will be returned unopened. There will be no public opening of Bids (see Confidentiality clause, Section 1.6). Bidders are strongly encouraged to submit Bids in advance of the due date to avoid the possibility of missing the deadline because of unforeseen circumstances. Bidders assume the risk of the methods of dispatch chosen. AVANCE assumes no responsibility for delays caused by any package or mail delivery service. Postmark on or before the due date will not substitute for receipt of Bids. Bids received after the deadline will be returned unopened. In the event of suspended AVANCE operations, all Bids openings and or conferences will be rescheduled for the net regularly designated business day at the same time and location. Additional time will not be granted to any single bidder, however additional time may be granted to all bidders if determined that circumstances require it. Withdrawal of bids may be withdrawn prior to the deadline date. Notice to withdraw the bid must be in writing and submitted to AVANCE prior to schedule deadline date & time. Any bid withdrawal notice received after the deadline for receiving bids shall not be considered. FAXED OR E-MAIL BIDS WILL NOT BE ACCEPTED. Bids must be submitted in a sealed envelope clearly marked REQUEST FOR PROPOSAL FOR LANDSCAPE MAINTENANCE SERVICES RFP# 1209001/STEVE GILDER and due date on the outside. Bids shall be valid for a minimum of fifteen (15) days. Notice to Bidders/Respondents: AVANCE, reserves the right to request any additional information, which might be deemed necessary after the submission of a Bids/bid. AVANCE, reserves the right to refuse any or all proposals. Solicitation of this proposal does not obligate to make an award of pay for any costs incurred by the proposer. 2

AVANCE will not be liable for any cost incurred in the preparation of a Bids/bid. The submission of a Bids/bid shall be prima facie evidence that the bidder/respondent has full knowledge of the scope, nature and quality of work to be performed, or service to be provided, the detailed requirements of the specifications, and the conditions under which the work is to be performed. The successful bidder/respondent must comply with all applicable state and federal regulations and hold all required licenses for the business they will be doing with the AVANCE. AVANCE requests bidder to supply, with this bid, a list of three (3) references where your firm has supplied like products or services. Include name of firm, address, telephone number, email address and contact name. AVANCE is ta eempt by law from payment of Teas Sales ta and Federal Ecise Ta, and will provide its ta eemption certificate to awarded vendor(s). Do not include ta in bid. 2.0 GENERAL TERMS AND CONDITIONS: 2.1 Contract Documents If a separate contract is not written, the contract entered into by the parties shall consist of the RFP, the signed Bids submitted by the Vendor, the specifications including all modifications thereof, and a purchase order, letter of agreement, or notice to commence requiring signatures of AVANCE and the Vendor, all of which shall be referred to collectively as the Contract Documents. 2.2 Contract Modification and Amendment The parties may adjust the specific terms of this contract (ecept for pricing) where circumstances beyond the control of either party require modification or amendment. Any modification or amendment proposed by the Vendor must be submitted in writing to the DIRECTOR OF FACILITIES at AVANCE. Modifications or amendments must be in writing and signed by both parties. 2.3 Contract Data The Vendor is required to provide AVANCE with detailed data concerning the contract at the completion of each contract year or at the request of AVANCE at other times. AVANCE reserves the right to audit the Vendor's records to verify the data. This data may include, but is not limited to, actual number of hours worked, quantities of supplies furnished under the contract, listings of cleaning products and equipment used on site, and total cost of services rendered. 2.4 Contract Validity In the event one or more clauses of the contract are declared invalid, void, unenforceable or illegal, that shall not affect the validity of the remaining portions of the contract. 2.5 Cancellation/Termination AVANCE shall promptly notify the Vendor of any default and if adequate correction is not made within ten (10) business days, AVANCE may take whatever action it deems necessary to provide alternate services and may, at its option, immediately cancel this contract with written notice for the following conditions: By failing to pay insurance, liens, claims, or other charges. Upon the institution of voluntary or involuntary bankruptcy proceedings against the successful bidder or upon dissolution of the firm or business. By violation of any provision of the agreement. By providing substandard work, or work AVANCE deems to be otherwise unacceptable. Additionally, AVANCE reserves the right to terminate the contract without cause upon 30 day written notice to the vendor. 3

Ecept for such cancellation for cause by AVANCE, either AVANCE or the Vendor may terminate this contract by giving thirty (30) days advance written notice to the other party. Cancellation does not release the Vendor from its obligation to provide goods or services per the terms of the contract during the notification period. 2.6 Clarification of Responsibilities If the Vendor needs clarification of or deviation from the terms of the contract, it is the Vendor's responsibility to obtain written clarification or approval from the Director of Facilities at AVANCE. 2.7 Litigation This contract and the rights and obligations of the parties hereunder shall be governed by and construed in accordance with the laws of the State of Teas. The Vendor agrees that any litigation, action or proceeding arising out of this contract, shall be instituted a state court located in the State of Teas. 2.8 Assignment Neither party of the contract shall assign the contract without the prior written consent of the other, nor shall the vendor assign any money due or to become due without the prior written consent of AVANCE. 2.9 Equal Opportunity In the eecution of the contract, the Vendor agrees, consistent with AVANCE policy, not to discriminate on the grounds of race, color, religion, se, seual orientation, including transgender status or gender epression, national origin or citizenship status, age, disability or veteran s status and to provide reasonable accommodations to qualified individuals with disabilities upon request. 2.10 Seual Harassment AVANCE is committed to providing a positive environment for all students and staff. Seual harassment, whether intentional or not, undermines the quality of this educational and working climate. AVANCE thus has a legal and ethical responsibility to ensure that all students and employees can learn and work in an environment free of seual harassment. Consistent with the state and federal law, this right to freedom from seual harassment was defined by the AVANCE Board of Directors. Failure to comply with this policy could result in termination of this contract without advanced notice. Further information regarding this policy is available from the DIRECTOR OF FACILITIES. 2.11 Smoking Policy AVANCE must comply with the "Work place Smoking Act of 1985" and MRSA title 22, 1541 et seq "Smoking Prohibited in Public Places." In compliance with this law, AVANCE has prohibited smoking in all AVANCE buildings ecept in designated smoking areas. This rule must also apply to all vendors and workers in eisting AVANCE buildings. The Vendor shall be responsible for the implementation and enforcement of this requirement. 3.0 PERFORMANCE TERMS AND CONDITIONS 3.1 Contract Management AVANCE shall be the authorized representative in all matters pertaining to the amendment or modification of this contract. 3.2 Director of Facilities The Director of Facilities will be responsible for administering and managing the day-to-day operations and work specifications of the contract. 3.3 Contract Term The initial term of this contract is for 12 months beginning on the date of award with automatic renewal unless either of the parties gives written notice within 60 days of the contract end date. 4

3.4 Employees No person shall be allowed on the property who is not directly involved with the Vendor. If the Director of Facilities or Eecutive Director notifies the Vendor in writing that any person employed on this contract is incompetent, disorderly, or otherwise unsatisfactory, such person shall not again be utilized in the eecution of this contract. 3.5 Nondiscrimination and Workplace Safety The Vendor agrees to abide by all federal, state and local laws, rules and regulations prohibiting discrimination in employment and controlling workplace safety. Any violations of applicable laws, rules or regulations may result in termination of this contract. 3.6 Environmental Protection The Vendor shall abide by all federal, state and local laws, rules and regulations regarding the protection of the environment. In accordance with reporting requirements, the Vendor shall disclose any environmental violations caused in the performance of this work to the AVANCE and applicable governmental agency. Any required Material Safety Data Sheets will be maintained in a binder on site and shall be available for review by AVANCE at all times. Chemicals are to be stored in the proper manner required by law. A violation of applicable laws, rules or regulations may result in termination of this contract. 3.7 Equipment and Supplies All equipment and supplies required to carry out operations within the scope of this contract shall be provided by the Vendor. Supplies must be maintained in good operating condition and must conform to NFPA, UL, ANSI, OSHA and any other safety standards in effect at the time of use. As required by OSHA, proper equipment, materials, and training necessary to clean up blood spills or other potentially infectious materials will be made available by the Vendor. 3.8 Pricing Pricing shall be submitted on Bidder s Cost Sheets. Prices shall remain firm through the 12 month term of the contract. On the first anniversary date of the effective date of this contract and on each successive anniversary date thereafter, the price can remain as bid or by written agreement of the parties may be based on a price adjustment either upward or downward. Vendor shall be required to furnish cost estimates at least seventy-five (75) days prior to anniversary date to substantiate any requested increase. If approved, the price increase will be effective on the date of the subsequent contract period. A total price 3.9 Payments Payment will be upon submittal of an invoice to on a net 30 basis unless discount terms are offered. All invoices must include a purchase order number and mailed to: Accounting Department 4281 Dacoma Houston, Teas 77092 3.10 Work Specifications Vendor shall supply all lawn maintenance service as requested on Ehibit 1. Should AVANCE add locations, Vendor will be asked in writing to bid services at additional locations and AVANCE may or may not award additional locations to Vendor, based on the bids received. is requesting Bids for various Landscape Maintenance Services for a period of 12 months. The supplier is to: 1. Provide an annual history report and a summary of all landscape maintenance services provided at each location on or before September 1st of each year of the contract. 2. Provide services as shown on Ehibit 1. 5

EXHIBIT 1 Landscape Maintenance Services needs according to each location I/we agree to furnish all lawn maintenance service as requested by each location according as order by AVANCE. Site Landscaping Services to be Performed at the Site/Location at each visit during the Winter (Jan-Mar) during the Spring (Apr-Jun) during the Summer (Jul-Sept) during the Fall (Oct-Dec) Browning Mowing/Playground Only 607 Northwood Edging Houston, Teas 77009 Blowing Golden Forest Mowing 5750 Golden Forest Edging Houston, Teas 77092 Blowing Hardy Mowing 3710 Hardy Edging Houston, Teas 77093 Blowing Jensen Mowing 2701 Aldine-Westfield Edging Houston, Teas 77009 Blowing Twice Twice Twice Twice Twice Twice Twice Once Twice Twice Twice Twice Twice Four Times Four Times Twice Mangum* Mowing 4503 Mangum Rd. Edging Houston, Teas 77092 Blowing Once Twice Twice Twice * LANDSCAPE MAINTENANCE SERVICES FOR HEAD START AND EARLY HEAD START PLAYGROUNDS ONLY, NOT LANDSCAPING AT FRONT OF PROPERTY. 6