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

Similar documents
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

RFP Landscape Maintenance Service s RFP #

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. Concrete Slab and Footings 5977 Lake Dr. Community Building

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

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

REQUEST FOR PROPOSALS (RFP)

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:

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

REQUEST FOR PROPOSAL/BID Non Construction

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

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

REQUEST FOR PROPOSALS (RFP)

ADMINISTERED BY UNIVERSITY OF MAINE SYSTEM OFFICE OF STRATEGIC PROCUREMENT

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

INSTRUCTIONS TO BIDDERS

PURCHASING DEPARTMENT

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

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

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

REQUEST FOR PROPOSALS

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

PURCHASING DEPARTMENT

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

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

REQUEST FOR BIDS (RFB)

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL

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)

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

Union College Schenectady, NY General Purchasing Terms & Conditions

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

RFP GENERAL TERMS AND CONDITIONS

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

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

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CUYAHOGA COUNTY REQUEST FOR PROPOSAL

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

Request for Proposal For Scrap Metal Removal

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

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

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

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

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

MOBILE LAPTOP CHARGING CARTS BID: # BOE

REQUEST FOR PROPOSAL. UPS Maintenance

PURCHASING DEPARTMENT

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

MANDATORY GENERAL TERMS AND CONDITIONS:

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

PURCHASING DEPARTMENT

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

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

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

REQUEST FOR PROPOSALS (RFP)

CCSNH Request for Proposal Real Estate Services

PURCHASING DEPARTMENT

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

Invitation To Bid. for

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

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

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

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

BUSINESS ASSOCIATE AGREEMENT

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

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

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

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

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

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

REQUEST FOR PROPOSAL. Information Technology Support Services

CITY OF GAINESVILLE INVITATION TO BID

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

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

Invitation to Bid CO Video Laryngoscope

Request for Bid/Proposal

REQUEST FOR PROPOSALS

Champaign Park District: Request for Bids for Playground Surfacing Mulch

MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

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

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

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

INTRODUCTION TERMS AND CONDITIONS

Request For Proposal (RFP) for

Request for Proposal

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

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

Valley Regional Fire Authority Invitation to Bid

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

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

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

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

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

Transcription:

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April 9th, 2010

Common Ground Page 2 of 8 1.0 GENERAL INFORMATION 1.1 Purpose: Common Ground, a leader in the development of solutions to homelessness, is seeking proposals for office and residential furniture for new supportive housing, The Lee, at 133 Pitt Street on Manhattan s Lower East Side. The new facility will house 262 residents and will be environmentally sustainable achieving a LEED Silver designation. This Request for Proposals (RFP) states the instructions for submitting proposals, the procedure and criteria by which a vendor may be selected and the contractual terms by which Common Ground intends to govern the relationship between it and the selected Contractor. 1.2 Definition of Parties: Common Ground will hereinafter be referred to as Common Ground. Respondents to the RFP shall be referred to as Bidders. The Bidder to whom the contract is awarded shall be referred to as the Contractor. 1.3 Scope: Proposals shall be for furnishing and delivering appliances. 1.4 Evaluation Criteria: Proposals will be evaluated on many criteria deemed to be in Common Ground s best interests, including, but not limited to: Cost (including storage) Delivery Deposit requirements Ability to meet specifications, terms and conditions References Prior working experience with Common Ground Community is preferred 1.5 Communication with Common Ground: 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. Common Ground will not be bound by oral responses to inquiries or written responses other than addenda. Please direct all inquiries to : Brian Ferrier Senior Project Manager Common Ground 505 Eighth Avenue 15th Floor New York, NY 10019 Tel: 212. 389. 9357 bferrier@commonground.org The deadline for written inquiries is April 5, 2010. 1.6 Award of Proposal: Common Ground s objective is to award the proposal to one bidder. However Common Ground reserves the right to award this proposal on an

Common Ground Page 3 of 8 item-by-item basis or a group of items. Common Ground reserves the right to reject any or all proposals, in whole or in part, and is not necessarily bound to accept the lowest cost proposal. Should Common Ground 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. 1.7 Confidentiality: The information contained in proposals submitted for Common Ground s consideration will be held in confidence until all evaluations are concluded and an award has been made. Pricing and other information that is an integral part of the offer cannot be considered confidential after an award has been made. Common Ground will honor requests for confidentiality for information of a proprietary nature to the extent allowed by law. Bidders should clearly mark any information considered confidential and/or proprietary. 1.8 Costs of Preparation: Bidder assumes all costs of preparation of the proposal and any presentations necessary to the proposal process. 1.9 Debarment: Submission of a signed proposal in response to this solicitation is certification that the bidder (or any subcontractor) is not currently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in this transaction by any City, State or Federal department or agency. Submission is also agreement that Common Ground will be notified of any change in this status. 1.10 Proposal Understanding: By submitting a proposal, the bidder agrees and assures that the specifications are adequate, and the bidder accepts the terms and conditions herein. Any exceptions should be noted in the bidder s proposal. 1.11 Proposal Validity: Unless otherwise specified, all proposals shall be valid for 120 days from the due date of the proposal. 1.12 Proposal Submission: A SIGNED original and 2 copies of the proposal must be received by: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 - Emailed proposals will be accepted but complete, signed original proposals must be received not later than by 2 days after the Due Date. - Normal business hours are 9:00 AM to 5:00 PM, Monday through Friday. - Proposals received after the due date will be returned unopened. - There will be no public opening of proposals (see 1.7 Confidentiality). - Vendors are strongly encouraged to submit proposals in advance of the due date to avoid the possibility of missing the due date because of unforeseen circumstances. - - Vendors assume the risk of the methods of dispatch chosen. Common Ground assumes no responsibility for delays caused by any package or mail delivery service. - Postmarking by the due date WILL NOT substitute for receipt of proposal.

Common Ground Page 4 of 8 - All bid envelops must be marked with the following information: Name of Bidder Address of Bidder Due Date RFP Name Project Name 1.13 Additional time will not be granted to any vendor. Additional time may be granted to all vendors if Common Ground determines that circumstances require it. 1.13 Errors: Proposals may be withdrawn or amended by bidders at any time prior to the proposal opening. If a significant mistake has been made by an apparent low bidder, the bidder will be given the option of fulfilling the contract at the proposed price or withdrawing the proposal. If and extension error has been made, the unit price will prevail. 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 proposal submitted by the Contractor, the specifications including all modifications thereof, and a purchase order or letter of agreement requiring signatures of Common Ground and the Contractor, all of which shall be referred to collectively as the Contract Documents. 2.2 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. 2.3 Contract Administration: If the Contractor needs clarification of or deviation from the terms of the contract, it is the Contractor s responsibility to obtain written clarification or approval from Brian Ferrier, Senior Project Manager, Common Ground, 212. 389. 9357. 2.4 Litigation: The 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 New York without reference to its conflicts of laws principles. The Contractor agrees that any litigation action or proceeding arising out of this Contract shall be instituted in a state court located in the State of New York. 2.5 Assignment: Neither party of the contract shall assign the contract without the prior written consent of the other, nor shall the contractor assign any money due or to become due without the prior written consent Common Ground. 2.6 Transportation: Contractor is responsible to ship, receive, inspect, stage the furniture at The Lee, 133 Pitt Street, New York, NY 10002. Proposal prices must include all charges for transportation including but not limited to, packaging, crates, containers, insurance, and duty and brokerage charges necessary to complete delivery. 2.7 Delivery Notification: Common Ground shall be notified forty-eight (48) hours prior to delivery and installation. Delivery notification shall be made to Brian

Common Ground Page 5 of 8 Ferrier, Senior Project Manager, Common Ground, 212. 389. 9357. Receiving hours are Monday Friday, 8:00 AM 3:00 PM, holidays excluded. 2.8 Packaging: All shipping containers shall be properly and legibly marked or labeled on the outside with the description of the items and purchase order number. Packing or delivery slips must be provided. 2.9 Tax Exemption: Common Ground HDFC II is a Non-Profit 501(c)(3) organization and is exempt from the payment of Federal Excise Taxes on articles not for resale and for the Federal Transportation Tax on all shipments. The Contractor and subcontractor shall quote and shall be reimbursed less these taxes. Upon application, exemption certificates will be furnished when required. Common Ground is exempt from the payment of New York State and New York City Sales and Use Taxes. 2.10 Equal Opportunity: In the execution of the contract, the Contractor and all subcontractors agree, consistent with Common Ground policy, not to discriminate on the grounds of race, color, religion, sex, sexual orientation, including transgender status or gender expression, national origin or citizenship status, age, disability or veterans status and to provide reasonable accommodations to qualified individuals with disabilities upon request. 2.11 Independent Contractor: Whether the Contractor is a corporation, partnership or other legal entity, the Contractor is an independent contractor. The manner in which services are performed shall be controlled by the Contractor, however, the nature of the services and the results to be achieved shall be specified by Common Ground. The Contractor is not to be deemed an employee or agent of Common Ground and has no authority to make any binding commitments or obligations on behalf of Common Ground except as expressly provided herein. 2.12 Indemnification: The Contractor agrees to be responsible for, and to protect, save harmless, and indemnify Common Ground and its employees from and against all loss, damage, cost and expense (including attorney s fees) suffered or sustained by Common Ground or for which Common Ground may be held or become liable by reason of injury (including death) to persons or property or other causes whatsoever, in connection with the operations of the Contractor or any subcontractor under this agreement. 2.13 Contractor s Liability Insurance: During the term of this agreement, the Contractor shall maintain the following insurance: Insurance Type 1. Commercial General Liability (Written on an Occurrence based form) 2. Automobile Liability (Including Hired & Non-Owned) Coverage Limit $1,000,000 per occurrence or more (Bodily Injury and Property Damage) $1,000,000 per occurrence or more (Bodily Injury and Property Damage) 3. Workers Compensation Required for all personnel (In Compliance with Applicable State Law)

Common Ground Page 6 of 8 Common Ground shall be named as an Additional Insured on the Commercial General Liability insurance. Certificates of Insurance for all of the above insurance shall be filed with Common Ground. Certificates shall be filed prior to the date of performance under this Agreement. Said certificates, in addition to proof of coverage, shall contain the standard Acord statement pertaining to written notification in the event of cancellation, with a thirty (30) day notification period. An additional insured and certificate holder, Common Ground shall be named as: Common Ground HDFC II Pitt Street LP 505 Eighth Avenue 15th Floor New York, NY 10018 Additional insured shall be added to this certificate at Common Ground s request at no additional cost. 2.14 Quantities: The quantities shown on this request are based on estimated needs. Common Ground reserves the right to adjust quantities to meet actual needs. 2.15 Colors/Finishes: Common Ground reserves the right to change colors or finishes within the same price level prior to placement of final order. 3.0 PERFORMANCE TERMS AND CONDITIONS: 3.1 Furnish and Assemble: The items on this contract will be provided on a Contractor furnish and assemble basis. The Contractor will have the complete responsibility for the items until delivered and assembled. All transportation and assembly arrangements will be the responsibility of the Contractor. Items will be delivered directly to 133 Pitt Street, New York, NY. Delivery notification must be made to the end user at least 48 hours prior to delivery. Final site clean up shall be provided. All crating and other debris must be removed from the premises and disposed of properly in non Common Ground containers. The Contractor will be solely responsible for correcting damage to premises resulting from the delivery and assembly process. 3.2 Default Contingency: In the case of default by the Contractor, for any terms of the Contract, Common Ground may procure the items from other sources and hold the contractor responsible for any excess cost occurring as a result of the default. 3.3 Required Delivery: The building will be completed in two phases: Phase 1: Cellar, 1, 2, and 3: Delivery between 5/01/10 and 08/01/10 Phase 2: Floors 4 through 7: Delivery between 6/01/10 and 9/01/10

Common Ground Page 7 of 8 Phase 3: Floors 8 through 11 Delivery between 7/01/10 and 10/01/10 All dates are subject to changed dependent on the General Contractors progress. Common Ground will provide two weeks advance notice will for delivery for each phase 3.5 Storage Charges: Provide monthly storage charge if due to unforeseen conditions, delivery is postponed beyond the projected Phase scheduled end date. 3.6 Shipment Identification: A packing slip with the following information shall be included with all shipments: Common Ground HDFC II Pitt Street 133 Pitt Street, New York, NY 10002 Line item description Quantity ordered Quantity included in shipment 3.7 Payment: Payment will be made upon receipt of correct invoice for goods that have been delivered, installed and accepted..a vendor may submit an invoice for partial installation. All furnishings must be installed, inspected and punch listed by Common Ground, and punch list items repaired prior to final payment. 4.0 SCOPE OF WORK: 4.1 Appliances: Provide itemized pricing for the following list of items. Provide pricing for Air Conditioner installation brackets (to prevent falling out of windows) if available. Please provide as a separate cost. Substitutions: Substitution for the products listed will be entertained. The Contractor shall note that they are substituting for the specified product and shall provide all cut sheet and product information required and requested to document the submission is an equivalent or superior product. Common Ground reserves the right to reject any Substitution. Appliance Qty. Manufacturer Model Description Color Cost/ Unit Air Conditioner 264 Friedich CP06E10 6,000 BTU Window/Wall White Slide Out AC Mini Refrigerator 21 GE SMR03BAVW 3.1 Cubic Foot Compact Black (Suite Bedrooms) W Refrigerator Microwave (Kitchen) 1 GE PEB2060DMW W 2.0 Cubic Foot Countertop Microwave Oven White

Common Ground Page 8 of 8 Microwave (Super) 1 GE Profile PEM31DMWW 1.0 Cu. Ft. Microwave Oven White 4.2 Deliver: Provide pricing to deliver all units to the individual locations. Units are to be left unopened in boxes. Assume 3 separate deliveries at separate dates. 5.0 FORM OF PROPOSAL 5.1 Please provide pricing itemized pricing for each appliance type. 5.2 Provide a total for the entire order on the last page. 5.3 Provide warranty information on all items quoted. 5.4 Provide a list of replacement parts with unit pricing if applicable. 5.5 State lead time for delivery after receipt of order. 5.6 Describe the installation process. 5.7 Provide environmental criteria and/or confirmation of Energy Star certification/cradle-to-cradle certification. 5.8 Provide one set of finish samples for all materials used in furnishings quoted. 5.9 Provide detailed construction specifications, drawings, illustrations or catalog cuts of items specified. 5.10 Provide a list of three references including company name, contact name, address, telephone number, and email address. References should be companies or institutions that have purchased and installed items for a project similar in scope. 5.11 Business Profile: Please provide a brief description of your company.