RFP Request for Proposal Flooring Services

Similar documents
RFP Request for Proposal Carpet Cleaning Services

RFP Request for Proposal Emergency Underground Utility Repair Services

RFP Request for Proposal. Water Damage, Fire and Hazardous Material Cleaning Services

RFP # Request for Proposal Moving Services Contract

RFP Request for Proposal Residential Painting Services

RFP Request for Proposals As-Needed Moving Services

RFP Request for Proposal Security Services

RFP Request for Proposals Mosquito Surveillance and Control Services

Request for Proposals: Fire Suppression Control Panel Installation and Integration. Fire Suppression Control Panel Installation and Integration

BHP Project IFB #

RFP Request for Proposal Elevator Repair and Inspection Services

RFP REQUEST FOR PROPOSAL. for AUDIT SERVICES. for BOULDER HOUSING PARTNERS. April 5, 2017 Requested Return: May 1, 2017

RFP Request for Proposal Landscape, Lawn and Mowing Services GROUP 2

COUNTY OF PRINCE EDWARD, VIRGINIA

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

CITY OF ROCK HILL, SC NEIGHBORHOOD STABILIZATION PROGRAM RENTAL MANAGEMENT REQUEST FOR QUALIFICATIONS AND PROPOSALS

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

CITY OF GAINESVILLE INVITATION TO BID

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

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

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

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

UNIVERSITY OF OKLAHOMA Purchasing Department 840 Research Parkway, Suite 172 Oklahoma City, OK 73104

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

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

REQUEST FOR PROPOSAL (RFP)

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

Request for Proposal # Postage Meter Lease & Maintenance Service

Request for Proposal # Executive Recruitment Services

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

Asbestos Survey Services

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

REQUEST FOR STATEMENTS OF INTEREST AND QUALIFICATIONS TO PRE-QUALIFY TO BID GENERAL CONTRACTOR SERVICES

REQUEST FOR PROPOSAL

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

LEGAL SERVICES RFP # AUGUST 13, 2018

HUNTERSVILLE GATEWAY APPROX 327 HUNTERSVILLE GATEWAY DR HUNTERSVILLE, NC ABC STORE # 22

Request For Proposal (RFP) for

REQUEST FOR PROPOSALS TRANSPORTATION AND DISPOSAL OF HAZARDOUS WASTE. Addison County Solid Waste Management District

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015

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

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

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

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

Municipal Small Cities Housing Rehabilitation Program CONTRACTOR ORIENTATION

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

Black Hawk County Engineer

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

Botetourt County Public Schools

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal

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

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

Request for Proposal # Scrap Metal, White Goods, & Lead Acid Batteries

Request for Proposal General Ledger Software

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m.

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

REQUEST FOR PROPOSALS CITY OF CONROE OSCAR JOHNSON, JR. COMMUNITY CENTER FEASIBILITY STUDY

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

AGENCY-WIDE LAWN MAINTENANCE

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

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

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

REQUEST FOR QUOTES (RFQ) FOR SANITATION (DUMPSTER) SERVICES

NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

Request for Proposal For Scrap Metal Removal

Request For Proposal. City of St. Joseph, Michigan Three Year Cross Connection Control Program

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

Request for Proposals for Agent of Record/Insurance Broker Services

Request for Proposal # Irrigation Evaluations

Bonner Springs Housing Authority Request for Proposals Turnover Painting Services

Union County. Request for Proposals # Employee Survey Services

REQUEST FOR QUOTATION

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID

HAMTRAMCK PUBLIC SCHOOLS REQUEST FOR PROPOSAL HEATING, VENTILATION, AIR CONDITIONING ELECTRICAL, PLUMBING, CARPENTRY & GROUNDS SERVICES

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

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

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA

BID NOTICE. Orangewood Park / Victory Park Apartments RFP # Tree Cutting/Trimming and Removal

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

REQUEST FOR PROPOSAL CITY HALL CARPET REPLACEMENT

PROPOSAL FOR STREET SWEEPING SERVICES

LA Law Library Request for Proposal Commercial Property and Casualty Insurance Agent / Broker Services

INVITATION TO BID. Rental Equipment for Roadway Maintenance Construction and Flood Repair BID # SUBMITTAL DUE: 02/14/ :00 A.M.

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

Invitation To Bid. for

Transcription:

RFP 03-2014 Request for Proposal Flooring Services Boulder Housing Partners, identified hereafter as BHP, is requesting bid proposals from companies to provide the following services for multi-family housing sites. Flooring Installation Services General Boulder Housing Partners will award contracts to the top two bidders for the above listed contract. A contract will be generated for a term of three years, with an option to renew for two additional years. Prices for services will be frozen for a period of three years at amounts proposed and agreed to in said contracts for the term of the contracts. Exceptions will be noted. All interested qualified parties should contact Laura Sheinbaum at BHP at (720) 564-4646. The bid packet is available for viewing and printing from our website, www.boulderhousingpartners.org after 4:00 pm on February 10, 2014. Please click on Bid/RFP tab on the website and bid packet with attachments will be listed as Request for Proposal, RFP #03-2014, Residential Flooring Services Contract. Submittals are due by 4:00 pm on February 27, 2014. One copy of your bid, printed single-sided, must be submitted in a sealed envelope, clearly marked as RFP# 03-2014. Proposals should be delivered to the following address and date and time stamped by the due date and time. Any RFP received after the due date and time will be returned unopened to the bidder. No faxed or emailed RFPs will be accepted. Summary of RFP Dates: Boulder Housing Partners Attention: Laura Sheinbaum Assets Project Manager 4800 Broadway, Boulder, CO 80304 February 10, 2014: February 27, 2014: March 11, 2014: RFP Package Available RFP Proposal Submission Deadline, 4:00 pm Award of Contract and Notification 1

Submittal Requirements and Format: Submittals from contractors will not be evaluated unless BHP receives submittal letter and supporting data which shall include the following list of items and in this order. Submittals are prepared at the firm s expense and upon submission become the property of BHP and therefore become a matter of public record once the successful firm has been chosen and contract awarded. Proposals shall be delivered in a sealed envelope clearly marked with the RFP # 03-2014. To be included in the submission in this order: 1. Cover letter of no more than two pages that includes a written summary of why your firm would provide excellent service to BHP. 2. Owner s name, company name, address, phone, fax, and email. 3. Type of work contractor licensed to perform and specialization of the firm. 4. Pricing as requested in the appropriate attachment for the service contract being bid. Please copy and use the pricing table for your submission. 5. Insurance Company Name, address, phone, fax, and email. 6. Proof of General Liability, Workers Compensation, Automobile Insurance, and Pollution Insurance (if applicable). Appropriate limits for insurance are listed in the attached contract. If a contract is awarded, BHP must be named on your insurance forms. 7. List and description of projects in which the firm has participated in the past three years. 8. Organizational chart or narrative including principals and individual responsible for work. 9. Two references for whom the firm has performed related work for in the last three years. 10. Sample Contract. If your firm needs additional language or addendums, please provide with proposal.) 2

SELECTION CRITERIA: BHP will use the following selection criteria to select the top two firms for each service contract identified. The selection criteria are based on a 100 point evaluation: Criteria Pricing Ability and experience in performing the required service or product supply References Ability to sign BHP contract Complete Proposal Points on 100 point Basis 35 points 25 points 20 points 10 points 10 points Boulder Housing Partners does business in accordance with the Federal Fair Housing Law (the Fair Housing Amendments Act of 1988). BHP shall not discriminate against or in favor of any bidder on the basis of race, religion, sex or sexual preference, age, national origin, disability or political affiliation. Boulder Housing Partners reserves the right to terminate the selection proceedings at its option at any time during the process. Grievance If after submitting a proposal, contractors feel that they or their proposal were not treated or considered fairly, contractors may contact BHP Maintenance Department for information on grievance procedures no later than March 30, 2014 at 2:00 pm. 3

BHP Reservation of Rights: 1. BHP reserves the right to reject any or all proposals, to waive any informality in the RFP process, or to terminate the RFP process at any time, if deemed by BHP to be in its best interests. 2. BHP reserves the right not to award a contract pursuant to this RFP. 3. BHP reserves the right to terminate a contract awarded pursuant to this RFP, at any time for its convenience upon 10 days written notice to the successful bidder. 4. BHP reserves the right to inspect work at any time during the ongoing work. 5. BHP reserves the right to determine the days, hours and locations that the successful bidder shall provide the services called for in this RFP. 6. BHP reserves the right to retain all proposals submitted and not permit withdrawal for a period of 60 days subsequent to the deadline for receiving proposals without the written consent of BHP Procurement Officer. 7. BHP reserves the right to negotiate the fees proposed by the bidder. 8. BHP reserves the right to reject and not consider any proposal that does not meet the requirements of this RFP, including but not limited to incomplete proposals and/or proposals offering alternate or nonrequested services. 9. BHP shall have no obligation to compensate any bidder for any costs incurred in responding to this RFP. 10. BHP shall reserve the right to at any time during the RFP or contract process to prohibit any further participation by a bidder or reject any proposal submitted that does not conform to any of the requirements detailed herein. 4

Additional Requirements Once Contract Signed The contract generated by this RFP may be cancelled by BHP for noncompliance with specifications, inability to perform the contracting requirements of BHP or continued safety hazards. The cancellation notification shall state the cause or reason for the cancellation. Such cancellation would be at no charge to BHP other than for work authorized and completed at the time of termination. The contractor shall provide all items, articles, operations mentioned or herein specified, related labor services, tools, equipment, transportation and incidentals necessary and required for satisfactory, acceptable completion of the contracted work or delivery of materials. Owner may inspect work at any time during the ongoing work. Should a problem with the materials or the work performed by the Contractor occur during the course of this contract, and should it be shown that the case of this problem is faulty work, the Contractor shall repair such problem fully at Contractor s own expense. After completion of work, Contractor will return the site to its original condition as determined by the Managing Agent. Any work required to return the property to its original condition will be at the Contractor s expense. Contractor will repair damage to the site which is caused by the contractor. After completion of work, Contractor will return the site to its original condition as determined by the Managing Agent. Any work required to return the property to its original condition will be at Contractor s expense. Contractor will repair damage to the site which is caused by the contractor. Contractor shall be responsible for any injury, damage or loss to all public and private property caused directly, in whole or in part, by their employees or agents or anyone directly or indirectly employed by them or anyone for whole acts any one of them may be responsible. The contractor shall comply with all applicable laws and codes bearing on the safety of persons or property of their protection, from injury, damage, or loss. Contractor is responsible for the means, methods and sequence of work and all safety aspects of this work. To the maximum extent permitted by law, Contractor agrees to indemnify, hold harmless, and defend Owner and Owner s Agents from and against any and all claims or damages arising from Contractor s performance of this agreement, as well as acts committed during the course of this agreement by any of Contractor s officers, employees, guests, invitees, and those doing business with Contractor. Contractor assures that all existing and every new staff working on site do not have a criminal background which would indicate that they could present a threat to residents or staff. Acceptable criminal background is no felony arrests or convictions within five years and no pattern of misdemeanors (three or more) within five years. The Managing Agent may terminate this contract if this provision is violated. Contractor certification regarding criminal background included in attachments. 5

Every effort must be taken to insure the safety and security of the residents of BHP and properties owned by BHP. Contractor agrees that if keys to buildings are misplaced, lost or stolen, the Contractor will absorb all costs incurred to correct the situation. Work will be completed by BHP maintenance staff or contracted and billed to Contractor. Contractor will disclose to the Managing Agent if anyone working for the contractor is related to an employee of Boulder Housing Partners prior to signing this contract. Insurance Requirements Contractor shall secure, pay the premiums for, and keep in force until the expiration of their contract adequate liability insurance and Worker s Compensation Insurance as provided by Colorado law. Certificate of insurance for Worker s Compensation and for liability shall be delivered to BHP or kept on file at BHP prior to start of contract. Any policy change shall be reported to BHP and certificate forwarded to BHP. By signing a contract generated by the RFP, the contractor understands that neither they nor their employees are covered by any BHP insurance policy. All copies of proof of insurance will be submitted to BHP along with the RFP. Contractors may send a copy of the required insurances with their proposal, but the work of the RFP can not begin, nor contract executed until original insurance verification forms are on file at the BHP offices. The following insurance coverage is required: Commercial General Liability: Minimum of $150,000 per person and $1,000,000 per occurrence. Worker s Compensation Insurance: Equal to or at least $100,000 per employee. Automotive Insurance: Minimum of $100,000/$300,000 for bodily insurance and $50,000 for property damage. Pollution Insurance: Recommended minimum coverage of $1,000,000 per occurrence. Only necessary if contractor spraying or applying chemicals outdoors. Wage Rate Determination: If applicable, the Contractor is responsible for certifying that all of the contractor s employees are being paid the same or more than the HUD Wage Rate Determination for Boulder County for the trade being bid. 6

Attachment A Flooring Installation, Carpet, Sheet Goods, Vinyl Tile, Hardwood Floor Refinishing and Installation Services Section A: General Responsibilities and Submission Requirements 1. Remove old and install new carpeting and pad as directed by BHP. Two carpets will be specified. Please see product specification in the pricing table. 2. Remove old and install new sheet goods or vinyl tiles as directed by BHP staff. Please see product specification in the pricing table. 3. Remove old and install new wood baseboards or vinyl cove base as directed by BHP staff. 4. Remove and replace subfloor/underlayment as directed by BHP staff. 5. Seal floor with water based kilz as directed by BHP staff. 6. Refinish existing hard wood floors. Sand existing and then finish floors with two coats of water based product. 7. Installation and finish of hardwood floors as directed by BHP staff. Product would be standard red oak #2. 8. Move and reinstall appliances as necessary. Remove toilets as necessary. Work with BHP staff for the re-setting of toilets. 9. Submit MSDS sheets for all products and have available upon request. 10. During the apartment rehabilitation process, timing is of the essence and the successful bidders shall be able to provide their services within one to two business days of work requested by BHP staff. Indicate in submission how a one day turn request is handled. Describe turn-around time and staffing plan for installations. 7

Section B: Pricing 1. Submit prices for the following specifications in the pricing table. Pricing should include routine floor preparation and adhesive costs. Pricing Table: Please copy this table and utilize exact format in your submission: Specification Removal of existing carpet, install new carpet with pad, and install new transition strips. Manufacturer: Mohawk Style: # SP193 Color: 02 Pad - 3/8 FHA Pad 5.5# In ADA units or as designated by BHP staff Removal of existing carpet, install new textured loop carpet, no pad, glue down. Manufacturer: Shaw Series: Winchester 50247 Color: 49200 Sisal Twist Removal of existing rubber cove base and installation of new 4 rubber cove base. 4 Rubber Cove Base new VPI 07542011 Sahara Beige (or equal) Removal of existing vinyl tiles and installation of new luxury vinyl tile Manufacturer: Earthwerks Series: Boulder Color: Pearl Street Size 18 x 18 Removal of existing subfloor and installation of new subfloor. Two options: ¾ OSB or equal ¼ Luan to overlay existing floor or equal. Price per appliance to move for flooring installation including stove, refrigerator and toilet. Price to store products in bulk Price per square foot to refinish existing hardwood floors. Price per square foot to install and finish red oak #2 over existing floor. Unit of Measurement Per square yard Per square yard Per linear foot Per square foot Per square foot Stove Refrigerator Toilet By Roll Per square foot Per square foot Price 8

9