REQUEST FOR PROPOSALS MOSQUITO CONTROL PROGRAM

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

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL. DeMamiel Creek Pedestrian Crossing

Invitation to Quote ADM Golden Raven Marketing Program Review

REQUEST FOR PROPOSAL. Information Technology Support Services

Request for Proposals # Village of Midway Flood Risk Assessment, Flood Mapping, and Flood Mitigation Plan. Issued February 21, 2018

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M.

=====================================================================

June 2017 BIDDING PROCEDURES No. 90

Township of North Dundas Request For Information RFI REQUEST FOR INFORMATION ROOFING CONTRACTOR PRE-QUALIFICATION RFI

INSTRUCTIONS TO BIDDERS

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

Northern Town of La Ronge Box Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE

Page of 5 PURCHASE AGREEMENT

REQUEST FOR PROPOSALS

City Of Hammond Purchasing Department. Request for Proposal RFP Pest Control Services for the City of Hammond, LA

REQUEST FOR PROPOSALS FEASIBILITY STUDY

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

THE CORPORATION OF THE DISTRICT OF SAANICH

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

REQUEST FOR QUOTATIONS SNOW CLEARING AND SALTING SERVICES

INSTRUCTIONS TO BIDDERS

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

City Of Hammond Purchasing Department. Tree Removal Services RFP Sealed Bids Shall Be Received by the Purchasing Department, City of Hammond

TOWNSHIP OF ZORRA TENDER GRAVEL CRUSHING AND SCREENING

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

REQUEST FOR PROPOSAL. Request for Proposal No Playground Equipment for Oceanview Park

REQUEST FOR QUOTATION

2017 TRAIL PAVING TENDER DOCUMENT FOR. THE MUNICIPALITY DISTRICT OF BONNYVILLE No. 87

Management Services. International Support, Recruiting

City of Hammond. Purchasing Department RFP 15-15

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

REQUEST FOR QUOTATION

PART INSTRUCTIONS TO BIDDERS

FACILITIES CONDITION ASSESSMENT AND LIFE CYCLE REPORT #1 REQUEST FOR PROPOSALS DS-17-02

RFP Request for Proposals Mosquito Surveillance and Control Services

ANASTASIA MOSQUITO CONTROL DISTRICT OF ST. JOHNS COUNTY 500 OLD BEACH ROAD, ST. AUGUSTINE, FLORIDA TELEPHONE: FAX:

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

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

REQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY

Request for Tender. For: Boiler Replacement November 21, Telesat Court

Request for Proposals (RFP)

REQUEST FOR QUOTATION

REQUEST FOR PROPOSALS For PARKING CONSULTANT SERVICES

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

INVITATION TO QUOTE. The Regional District of Fraser Fort George invites written quotations for the following:

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

T E N D E R Tender # T Bike Trails Parking and Pump Track

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

REQUEST FOR QUOTATION

City Of Hammond Purchasing Department. Provide Chlorine & Sulfur Dioxide for our Water/Sewer Plants RFP #

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

2013-RFP-21 ELEVATOR PREVENTATIVE MAINTENANCE, INSPECTION AND REPAIR SERVICES

WINDOW WASHING

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

City of Albany, New York Traffic Engineering

REGIONAL DISTRICT of OKANAGAN-SIMILKAMEEN

Request for Tender. Humidifier Replacement February 19, 2013

Request for Proposals 1363

City Of Hammond Purchasing Department PROVIDE LABOR TO FURNISH WATER METER READING SERVICES FOR THE CITY OF HAMMOND. RFP 15-40

T E N D E R Tender # T Washroom Upgrades Carnegie Building

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

REQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract

4. The Division shall receive tenders at a location specified by the Secretary-Treasurer up to the time and date specified on the tender documents.

THE RFP NO REQ REQUEST FOR PROPOSAL. Winnipeg MB. Floor

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

REQUEST FOR QUOTATION FOR Supply and Service Portable Toilets

REQUEST FOR PROPOSALS RFP#75-18

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

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

REQUEST FOR SEALED BID

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

B. The Bid is made in compliance with the Bidding Documents.

City of Central Falls. Request for Proposals : Emergency Vs Nonemergency Medical Care Media Campaign

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-04 Pest Control

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

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

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

REQUEST FOR PROPOSAL BEVERAGE SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2016-P04

REQUEST FOR PROPOSAL ORGANIZATIONAL REVIEW OF THE VILLAGE OF BURNS LAKE. November 2013

City Of Hammond Purchasing Department COLLECTION AND DISPOSAL OF GARBAGE/TRASH (DUMPSTERS) RFP 19-06

CORPORATION OF THE TOWN OF GANANOQUE

HEATING AND COOLING SYSTEM MAINTENANCE

Request for Proposals. Consultant for Board Governance Framework Design - Arts and Culture Centre

REQUEST FOR PROPOSALS

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

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

Request for Quotation

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

RFP # City Of Hammond Purchasing Department. CONCRETE SLAB FOR BASKETBALL COURT FOR JACKSON PARK Recreation Department.

Three (3) complete copies of each Proposal must be received prior to 3 pm Pacific Time, April 17 th, 2014.

Transcription:

REQUEST FOR PROPOSALS 2016-2020 The City of Cranbrook is requesting proposals for a five-year agreement for the provision of a Mosquito Control Program. The Program will be for the five year period 2016 2020. The Proposal shall include a comprehensive plan that includes monitoring, surveillance, and control of mosquitos within the City of Cranbrook and a specified area that extends from the corporate city limits (5-10km). The Program also includes renewal of the City of Cranbrook s Pest Management Plan in early 2016 for the 2016-2020 seasons. Proposals clearly marked "Proposal Mosquito Control Program will be accepted until 2 PM MT on January 12 th, 2016 at: City of Cranbrook Engineering & Development Services Department 1212 2nd Street North Cranbrook, BC V1C 4T6 Request for Proposal documents are available on-line at the City of Cranbrook website at www.cranbrook.ca, BC Bid at www.bcbid.gov.bc.ca, and at City Hall at the above address during regular office hours. The City of Cranbrook reserves the rights to accept or reject any or all Proposals and to waive any informality in the Proposals received, in each case without giving any notice. The City of Cranbrook reserves the right to accept the Proposal which it deems most advantageous. Faxed or emailed submissions will not be accepted.

PROPOSAL SPECIFICATIONS BACKGROUND The City of Cranbrook has had a Mosquito Control Program in place for several years. The Program targets areas within the City boundaries and in specific problem areas in close proximity to the City. Past seasons have averaged approximately 200ha of treatment area and 1,200kg of pesticide product (larvicide), applied primarily by way of backpack blower due to the large number of smaller isolated sites. Proposals are being sought from Proponents who are in possession of and will maintain licenses and certificates required under the Province of British Columbia s Integrated Pest Management Act and can demonstrate their knowledge and experience in planning and carrying out effective mosquito control programs PROPOSAL CLOSING TIME 1. Proposals clearly marked "Proposal Mosquito Control Program for the work contained herein and addressed to: City of Cranbrook Engineering and Development Services Department 1212 2nd Street North Cranbrook, BC V1C 4T6 (herein called the "City") will be received at this office until 2 PM MT January 12 th, 2016. (herein called the "Proposal Closing Time") SUBMISSION OF PROPOSALS 2. Proposals shall include a completed Proposal Form (attached) and shall be enclosed in a sealed envelope. Proposals received after the Proposal Closing Time will not be accepted, and will be returned unopened. 3. Proposals will be for the Work in its entirety and partial or incomplete submissions will not be considered. Each Proposal will be dated, show the full legal name and business address of the Proponent, and be signed with the usual signature of the person or persons authorized to bind the Proponent. The name of each signatory will be typed or clearly imprinted below each signature. In the case of a corporation, the corporate seal must be affixed to the Proposal and the Province of Incorporation must be stated. 4. Before submitting a Proposal, the Proponent will satisfy themselves as to the local conditions and nature of the work. The Proponent is fully responsible for obtaining all information required for the preparation of their Proposal and the execution of the work. 5. Proponents are required to include all information that will enable the City to consider the Proposals fairly. Proposals shall include pertinent information including pesticide to be used, equipment, supply and storage of approved pesticides, health and safety program arrangements (WorkSafeBC) including copies of policies, training records and written procedures, references and details of relevant experience, etc.

PROPOSAL SPECIFICATIONS IRREVOCABILITY OF PROPOSALS 6. Proposals must be irrevocable and open for acceptance by the City for a period of 30 days after the Proposal Closing Time even if another Proposal is accepted by the City. NOTICE OF AWARD 7. The successful Proponent will be notified of acceptance of its Proposal by notification in writing delivered to the mailing address on the Proposal Form. The notice will be given as soon as possible following the Proposal Closing Time and, unless otherwise agreed to by the successful Proponent and City, not later than 30 days following the Proposal Closing Time. No other communication will constitute acceptance of any Proposal. 8. The City will not be obligated in any manner to any Proponent whatsoever until a written Agreement has been duly executed related to an accepted Proposal. AGREEMENT 9. The successful Proponent shall enter into a formal Agreement with the City that outlines the conditions and work required within 30 days of the Notice of Award. 10. Oral discussions will not become a part of the Agreement document or modify the Agreement unless confirmed by Addenda. PROPONENT S QUALIFICATIONS 11. The successful Proponent and their employee(s) must carry the appropriate qualifications, licenses and certification required by any governing authority, agency, Acts or Laws. 12. Following the Proposal opening, Proponents may be required to submit evidence relating to their qualifications or experience or relating to any other matter considered relevant by the City in the evaluation of that Proponent s Proposal. 13. Every Proponent is deemed to consent to investigation by the City of the evidence provided. ADDENDA 14. If the City determines that an amendment is required to this Request for Proposals, the City will post a written addendum on BC Bid (http://www.bcbid.gov.bc.ca/) that will form part of this Request for Proposals. Amendments to the Request for Proposals will not be considered within 7 days of the Proposal Closing Time. No amendment of any kind to this Proposal is effective unless it is posted in a formal written addendum on BC Bid. 15. Proponents must clearly acknowledge receipt of any Addenda on the Proposal Form in the location marked Acknowledgement of Receipt of Addenda

PROPOSAL SPECIFICATIONS ACCEPTANCE OR REJECTION OF PROPOSALS 16. Proposals will be evaluated on the basis of previous mosquito control program experience, personnel experience, public education program, total proposal price and ability to create a program meeting the specific needs of the City of Cranbrook. 17. The City reserves the right to accept or reject any or all Proposals, to evaluate Proposals on any basis whatsoever and to accept any Proposal it considers most advantageous to the City. 18. The City may waive any non-compliance with these Proposal Specifications. 19. In no event will the City be responsible for the costs of preparation or submission of a Proposal or the costs of submission of evidence of their resources and their ability to carry out the Work. 20. The lowest or any Proposal will not necessarily be accepted. INSURANCE AND INDEMNITY 21. The successful Proponent will, in the event of award, be required to furnish proof of insurance to the City, within ten (10) days of award: - The Contractor shall provide and maintain, either by way of a separate policy or by an endorsement to his existing policy, Commercial General Liability Insurance acceptable to the City and subject to the limits of not less than FIVE MILLION DOLLARS ($5,000,000) inclusive per occurrence for bodily injury, death and damage to property including the loss of use thereof. The City shall be named as an Additional Insured and the policy shall also cover as unnamed insured all Subcontractors and anyone employed directly or indirectly by the Contractor or his Subcontractors. The policies shall provide that no material change, termination or cancellation shall be effective without thirty (30) days prior written notice to the City by the insurance company(ies) or authorized representative. All such insurance shall be with Insurers satisfactory to the City. In addition to providing Certificates of Insurance, the Contractor shall furnish certified copies of the insurance policy(ies) to the City at their request. - The Contractor shall provide and maintain liability insurance in respect of owned licensed vehicles subject to limits of not less than TWO MILLION DOLLARS ($2,000,000) inclusive per occurrence. The Automobile Liability Insurance shall be maintained continuously until the work is completed. Upon request, the Contractor shall promptly provide the City with a certified copy. - The Contractor shall indemnify and hold harmless the City, its employees and agent from any and all claims, demands, actions and costs, whatsoever, that may arise directly or indirectly out of any act or omission of the Contractor, his employees or agents, in performance of the work and services described in this Agreement. Such indemnification shall survive the termination of this Agreement. WORK SCHEDULE 22. Proposals must include a proposed Work Schedule that will allow for PMP Renewal and treatment activities to commence no later than April 22 nd, 2016.

PROPOSAL SPECIFICATIONS DELIVERABLES 23. The successful Proponent shall be responsible to provide a digital and hard copy detailed yearend report for each Program season, including: - map of georeferenced treatment locations including date and method of treatment - results of larval and adult sampling and monitoring activity including date, location, number, species and applicable threshold - public education programs undertaken - summary of public complaints and resulting action taken, if any - efforts taken to create efficiencies and increased effectiveness in the program 24. The successful Proponent shall be responsible for renewal of the Pest Management Plan (PMP) for the City of Cranbrook for a new 5 Year Term from 2016 to 2020. PMP Renewal shall include all required document preparation, stakeholder consultation and correspondence, advertising, MOE submissions and applicable fees based on the assumption of approximately 200ha of treatment and 1,200kg of pesticide product. DUTIES OF THE CONTRACTOR 25. The duties of the successful Proponent will be outlined in the Agreement. SUBCONTRACTORS 26. Use of subcontractors not included in the Proposal must be approved in writing by the City. PRIME CONTRACTOR 27. The Successful Proponent will be the Prime Contractor and will assume all health & safety duties, responsibilities and liabilities of that role. PERSONNEL 28. The Proponent must include in the Proposal the names and relative experience of the personnel intended to be used. REFERENCES 29. The Proponent must provide examples of previous experience in similar work and provide reference contact information. ENQUIRIES OR OMISSIONS 30. If the Proponent finds any discrepancies in or omissions from the Proposal Specifications or has any doubt as to the meaning or intent of any part thereof, the Proponent shall inform the City in writing. Any necessary changes, additions or further explanations will be made by the City by issuing an addendum as outlined in Section 15, Addenda. 31. All enquiries during the Proposal Period regarding this project should be directed to the Engineering and Development Services Department of the City via email to Mike.Matejka@cranbrook.ca

PROPOSAL FORM PROPOSAL OF: (hereinafter called the "Proponent") TO: City of Cranbrook Engineering and Development Services Department 1212 2nd Street North Cranbrook, BC V1C 4T6 (hereinafter called the "City") In response to the Request for Proposal, the Proponent has carefully examined the specifications and documents for the Mosquito Control Program as detailed, and will provide all necessary labour, transportation, material, equipment, supervision and all other factors as required to complete the works as called for by these documents and at the prices tendered. The Proponent further agrees that prices quoted are all-inclusive and allow for any escalation of the Proponent's costs during the Agreement Term. If awarded an Agreement for the aforementioned works, the Proponent agrees to deliver to the City within fourteen (10) calendar days after receipt of Notice of Award: - Proof of Insurance (as indicated in the RFP) - Proof of Registration with WorkSafe BC - Duly executed Agreement in duplicate - Safety Policy

PROPOSAL FORM THIS PROPOSAL IS IRREVOCABLE FOR 30 CALENDARS DAYS AFTER THE TENDERING CLOSING DATE The Tenderer agrees that all prices shown are inclusive of all works, personnel, costs, charges, etc. and exclusive of federal and provincial taxes as specified in the Tender Specifications. ACKNOWLEDGEMENT OF RECIEPT OF ADDENDA ADDENDUM # DATED SIGNATURE PROPOSAL PRICE PESTICIDE MANAGEMENT PLAN (PMP) RENEWAL Lump Sum Cost $ PMP Renewal Cost shall include all required document preparation, stakeholder consultation and correspondence, advertising, MOE submissions and applicable fees based on the assumption of approximately 200ha of treatment and 1,200kg of pesticide product. 2016 SEASON 2017 SEASON

PROPOSAL FORM 2018 SEASON 2019 SEASON 2020 SEASON PROGRAM SUMMARY PMP RENEWAL $ 2016 SEASON $ 2017 SEASON $ 2018 SEASON $ 2019 SEASON $ 2020 SEASON $ PROGRAM Company Name Signature of Authorized Representative Full Name and Title Address Phone Email