Request For Proposals for Flooring Replacement at City Hall

Similar documents
Anaheim Stadium & Amtrak Train Station

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR OFFERORS

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT

Request for Proposal. RFP # Non-Profit, Sports Photography

Legal Services for Representation to Indigent Parents RFP Laramie County

CITY OF HOPKINSVILLE

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

Title: Carpet and LVT Installation in Rogers Hall. CS Point of Contact. Name: Edward Acoff Phone:

Tulsa Community College

REQUEST FOR PROPOSAL Police Department Roof System Renovation

REQUEST FOR PROPOSAL Enterprise Asset Management System

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

City of Mexico Beach Replacement of Fire Department Roofing Shingles

Request for Proposal. Physical Security Professional Review. ASIS Chapter Calgary / Southern Alberta

RFP ATTACHMENT I: ACKNOWLEDGEMENT OF RFP TERMS AND CONDITIONS

REQUEST FOR PROPOSAL: No. RFP/SWEST/2017/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF. [Documentary movie production]

MARCH 27, 2019 INVITATION FOR BIDS

REQUEST FOR PROPOSAL. Aerial Photography Services 2016

REQUEST FOR EXPRESSIONS OF INTEREST & QUALIFICATIONS Newark Pennsylvania Station Food and/or Food/Retail Concession(s)

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No

REQUEST FOR PROPOSALS REQUEST FOR QUALIFICATIONS. Attorney for Mt. Crested Butte Water and Sanitation District RFP/RFQ

NOTICE OF PUBLIC HEARINGS STATE PROCUREMENT OFFICE STATE OF HAWAII ON PROPOSED AMENDMENTS TO HAWAII ADMINISTRATIVE RULES TITLE 3, CHAPTER 122

One (1) Original in Hardcopy

RFP No TIME AND ATTENDANCE SOLUTION ( )

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

REQUEST FOR PROPOSALS For Blanket Agreement to supply of coffins Boxes RFP #: 14/S/HAAD/PT/2012

CITY OF HAYS, KANSAS BID PROPOSAL REQUEST FOR. Wastewater Treatment Plant Chemicals TABLE OF CONTENTS

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

General Contractor shall provide their own dumpster. Dumpster shall be located in parking lot behind Gymnasium. Coordinate location with Owner.

PART I - GENERAL INFORMATION

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

APPENDIX F PUBLIC PRIVATE PARTNERSHIP PROCUREMENT PROCEDURES

Request for Proposal Number 5848-RFP-14/15. Auditing Services

City of Tustin Community Development Department REQUEST FOR PROPOSAL FOR AS-NEEDED BUILDING INSPECTION AND PLAN CHECK SERVICES

REQUEST FOR QUOTES FOR MAINTENANCE SPARE PARTS FOR THE CITY OF COMMERCE

Capital Area Council of Governments REQUEST FOR PROPOSALS For Capital Area Emergency Communications District (CAECD)

CITY OF FAIRBANKS BID REQUEST FOR FURNISHING LED STREET LIGHT FIXTURES (MATERIALS ONLY) THE CITY OF FAIRBANKS PUBLIC WORKS DEPT BID NUMBER: FB-14-41

REQUEST FOR BID # TIRE DISPOSAL SERVICES

Location & Subject Matter Substance of Change Proposed Changes

Diesel Engine Replacement for. Gillig Low Floor Buses

BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

REQUEST FOR QUALIFICATIONS FOR PEER REVIEW AND ON-CALL CONSULTING ENGINEER SERVICES FOR PLANNING & DEVELOPMENT

CBA. Procurement: General Procurement Policies

REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System

NAVAJO NATION DEPARTMENT OF JUSTICE REQUEST FOR PROPOSALS

Register, 2014 Commerce, Community, and Ec. Dev.

5 REQUEST FOR QUOTATION. Company Name: Address: Contact Name: Contact Title: Phone Number: REQUEST FOR QUOTATION THIS IS NOT AN ORDER

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

RFP Milestones, Instructions, and Information

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR PURCHASE OF DISH PANS TO REDUCE INFILTRATION AND INFLOW

Civil Engineering Services Overflow Parking Lot

COVER PAGE. Bid Proposal # Ready Mix Concrete

SPECIFICATIONS. Autoclave/Sterilizer FOR. Lake Land College District Number 517 Mattoon, Illinois PROJECT NO Bid Date; May 22, 2018

COUNTY OF OSWEGO PURCHASING DEPARTMENT

CENTRAL VIRGINIA WASTE MANAGEMENT AUTHORITY

KENTUCKY EDUCATIONAL DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS. for. Guaranteed Energy Savings Contracts. Addendum #1

COUNTY OF LOUISA, VIRGINIA

1. Communications with Bidders

PURCHASING ORDINANCE

TURKS AND CAICOS ISLANDS GOVERNMENT MINISTRY OF TOURISM, ENVIRONMENT, HERITAGE AND CULTURE DEPARTMENT OF ENVIRONMENT AND COASTAL RESOURCES (DECR)

REQUEST FOR PROPOSAL - TRI-STATE LOTTO COMMISSION

Sealed Bid, Sweeper Brooms & Parts Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:

CITY OF ANDERSON PROCUREMENT CODE

HOPKINSVILLE WATER ENVIRONMENT AUTHORITY

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

Town of Templeton, Massachusetts Invitation for Bids Bulk Salt/Rock Salt

Appendix E. Reservation of ESI Rights and Other RFP Terms. For

2016 Request For Proposals For Long-Term Renewable Generation Resources For Entergy Arkansas, Inc.

TERMS AND CONDITIONS OF THE INVITATION TO BID

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

A Bill Regular Session, 2017 SENATE BILL 521

CITY OF MOUNTLAKE TERRACE

Request for Proposal To Audit Southeast/South-Central Educational Cooperative for Fiscal Year March 21, 2016

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017

BID ON ALUMINUM SULFATE

Appendix E. Reservation of ESI Rights and Other RFP Terms. For

SUPERIOR COURT OF CALIFORNIA COUNTY OF SAN MATEO REQUEST FOR BID CUSTOM CASE FILE FOLDERS RFB NUMBER

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m.

1 CORPORATION of the TOWN of SMITHS FALLS COMMUNITY SERVICES & PUBLIC WORKS AND UTILITIES CONTRACT #_17-CS-02_

DISTRICT BANK DEPOSITORY SERVICES

REQUEST FOR PROPOSAL: No. RFP/HCR/ALX/SLP/2016/ 002 FOR THE ESTABLISHMENT OF SERVICE CONTRACT FOR THE PROVISION OF

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES NORTHEAST FLORIDA STATE HOSPITAL

REQUEST FOR PROPOSAL (RFP) # FY DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA)

CITY OF DELRAY BEACH 100 NW 1 st AVENUE, DELRAY BEACH, FL RFP No Financial Investment Advisor Services - CARY D.

Page 1 of 21. CCU Chairman. General Manager. Accountability. Value REQUEST GPA-RFP requirements; a. b. Date of. required in. Labor.

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

Template for Request for Expressions of Interest (REOI)

RFP Milestones, Instructions, and Information

NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS ("RFP") DISTRICT INSPECTOR GENERAL/INTERNAL AUDIT SERVICES RFP #12-002

CITY OF LEESBURG FLORIDA INVITATION FOR BID (IFB) Wireless Mobile Column Lift (Truck Lift)

REQUEST FOR BID 3D PRINTER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2017-B02

INVITATION TO BID ITB # 13-03D Ductile Iron Pipe

CITY OF SPRING HILL, TENNESSEE

Transcription:

Request For Proposals for Flooring Replacement at City Hall September 3, 2014

1. Mauldin Introduction. The City of Mauldin is seeking bids for replacing flooring in City Hall. Currently, the floors are broadloom carpet and vinyl composite tile (VCT). 2. Scope of Work. A. Please see attached floor plans for reference and square footage. B. First floor work: The following areas are currently carpeted and need to be replaced with Mohawk Group Emerging Lights II GT 157, 539 Crystalline, Lees, 24 x 24 carpet tile. Court and City Council Chamber: 102, 103, 104 Conference Room: 108 Judges Chamber: 109 Jury Room: 106 Corridor: 105 Squad Room: 121 Dispatch: 126 Elevator: 133 Service Counter & Waiting: 137 Records Clerk work stations: 138 Clerks Office: 139 High Density File Room: 144 C. First floor work: The following areas are currently VCT and need to be carpeted with Mohawk Group Emerging Lights II GT 157, 539 Crystalline, Lees, 24 x 24 carpet tile. Directors Office: 154 File Storage: 159 D. First floor work: The following areas are currently VCT and need to be replaced with Floorfolio Commercial Flooring, Crete- LVT, color: MSL-001, 3.0mm, 12 x24. Coffee Bar & Corridor: 147 Toilet: 148 Planning Department:150 Work stations: 152 Service Counter & Waiting: 153 Building Inspector: 151 Vending & Corridor: 130 Lobby: 129 Corridor: 120 Coffee Bar & Corridor: 122 2

E. Second floor work: The following areas are currently carpeted and need to be replaced with Mohawk Group Emerging Lights II GT 157, 539 Crystalline, Lees, 24 x 24 carpet tile. Offices: 200-206 HR office: 211 Clerk: 208 Chief of Police: 225 Waiting/ reception: 226 Lt. Admin Asst: 229 Operations Commander: 228 DARE, ACE & COPS workstation: 224 Janitor: 237 Offices & Interrogation: 233-236 Interrogation: 239 Investigations Work Area: 238 Narcotics Office: 243 Conference Room: 215 F. Second floor work: These areas are currently carpet except for the kitchen break room which is currently tile. These areas are to be replaced with LVT, Manufacturer: Mannington, Style: Nature s Path Select, Species: Princeton Cherry, Color: 12168 Colonial, Size: 3 wide by multiple lengths. Work Space: 203 Corridor: 207 Reception: 209 Corridor: 210 Corridor: 230 Kitchen Break Room: 216 G. Second floor work: This area is currently VCT tile and should be replaced with Floorfolio Commercial Flooring, Crete- LVT, color: MSL-001, 3.0mm, 12 x24. Training Room: 222 H. The front stairs will require re-carpeting as well. Please quote broadloom carpet from Mohawk Group Emerging Lights II. I. New Johnsonite 4 inch rubber cove base will be needed throughout the 3

building as well. 3. Pre-Bid Meeting A pre-bid walk-thru will be held on September 11, 2014 at 3pm. No other walkthroughs or meetings will be provided. All questions should be emailed to cmiller@mauldincitysc.com. 4. Minimum Qualifications Firms must have a minimum of 5 years of experience in providing related services. Firms must provide at least 3 references for previous comparable installations. Firms must have no conflict of interest issues while under contract to the City for these services. 5. Guidelines for RFP Evaluation The following principals will govern this RFP review, evaluation and selection process: Clear, complete and accurate responses to RFP requirements Satisfactory responses to issues and requirements as determined by the City of Mauldin. Experience providing this service. Competitive cost solution and reasonable timeline. The City of Mauldin will be the final arbiter for determining firm compliance with these principles. 6. Submittal Information Submittal of proposals must be received no later than 3PM, September 25, 2014. Sealed submittals can be mailed to: Cindy Miller Municipal Clerk PO Box 249 Mauldin, SC 29662 Any offer submitted as a result of this Request for Proposals (RFP) shall be binding on the firm for forty-five (45) calendar days following the specified opening date. Any offer for which the vendor specifies a shorter acceptance period will be rejected. 4

7. Deadline Enforced PROPOSALS DELIVERED AFTER THE TIME AND DATE SET FOR RECEIPT OF PROPOSALS SHALL NOT BE ACCEPTED AND WILL BE RETURNED UNOPENED TO THE FIRM. IT IS THE POTENTIAL FIRM S RESPONSIBILITY TO ENSURE TIMELY DELIVERY OF THEIR PROPOSAL. WEATHER, FLIGHT DELAYS, CARRIER ERRORS AND OTHER ACTS OF OTHERWISE EXCUSABLE NEGLECT ARE RISKS ALLOCATED TO FIRMS AND WILL NOT BE EXEMPTED FROM DEADLINE REQUIREMENTS. TELEPHONE OR FACSIMILE PROPOSALS WILL NOT BE ACCEPTED. 8. General Procurement Firms are cautioned that any statements made by City staff or advisors that materially change any portion of this document are NOT binding on the City, and shall not be relied upon unless subsequently ratified by written amendment. All changes shall be in the form of a written amendment. Oral information obtained otherwise will NOT be considered in awarding a contract. Your proposal or bid is a public document under the South Carolina Freedom of Information Act (FOIA), except as to information that may be treated as confidential as an exception to disclosure under the FOIA. If you cannot agree to this standard, please do not submit your proposal or bid. The City accepts no responsibility for any expenses incurred by the Firm in the preparation and presentation of an offer. Such expenses shall be borne exclusively by the firm. The City of Mauldin reserves the right to reject any or all offers; to waive any informality or irregularity not affected by law; to evaluate, in its absolute discretion, the offers submitted; and to award the contract according to the offer which best serves the interest of the City, or to not award the contract if the City determines that it is not in its best interest to do so. All submittals shall become the property of the City of Mauldin, and shall not be returned to the vendor, provided that all proprietary information and/or processes of the vendor contained therein, if any, shall remain the property of the vendor. All information qualifying as proprietary under the South Carolina Freedom of Information Act, and designated as such, shall be considered confidential and such information shall not be subject to review by outside individuals or organizations, except as may be compelled by judicial process and in accordance with applicable laws, regulations and City policies. All proprietary information must be clearly marked as Proprietary. If the Offeror discovers any ambiguity, conflict, discrepancy, omission or other error in the RFP, Offeror/Proposer shall immediately notify the City of such error in writing and request modification or clarification of the document. The 5

Proposer is responsible for clarifying any ambiguity, conflict, discrepancy; omission or other error in the RFP or it shall be deemed waived. The words Bidder, Firm, Supplier, Offeror, Contractor, Proposer, Respondent and Firm are used interchangeably throughout this proposal, and are used in place of the person, firm, or corporation submitting a proposal on the scope of services or any part thereof. 9. Award of Contract The City of Mauldin reserves the right to reject any or all proposals, to waive any informality in any proposal, to act as sole judge of the merit of each response submitted, to select a firm based on the criteria stated. 10. Requirements The successful firm shall comply with all instructions and shall perform services in a manner commensurate with the highest professional standards by qualified and experienced personnel. The successful firm must obtain all business license(s) required by the Mauldin City Code and ordinances. A business License is not required to submit a bid or proposal. 6