RFP2024-33 Remington Nature Center Carpet

Agency: City of St. Joseph
State: Missouri
Level of Government: State & Local
Category:
  • 72 - Household and Commercial Furnishings and Appliances
Opps ID: NBD16823409511726477
Posted Date: Feb 2, 2024
Due Date: Mar 1, 2024
Solicitation No: RFP2024-33
Source: Members Only
Bid Number: RFP2024-33
Bid Title: RFP2024-33 Remington Nature Center Carpet
Category: Formal Bid Requests
Status: Open

Description:

REQUEST FOR PROPOSALS

CITY OF ST. JOSEPH, MO

PARKS & RECREATION DEPARTMENT

REMINGTON NATURE CENTER

FLOORING REPLACEMENT

Bid #RFP2024-33

The City of St. Joseph, Missouri is seeking proposals from qualified vendor to replace flooring at the Remington Nature Center. Proposals will be received by the Purchasing Agent of the City of St. Joseph until 3:00 P.M. on March 1, 2024.

A mandatory site visit/pre-bid meeting will be held on February 13, 2024 at 10:00 A.M. Prospective bidders shall meet at Remington Nature Center, 1502 McArthur Drive, in St. Joseph.

The proposal request may be obtained from the Purchasing Department, 1100 Frederick Avenue, Room 201, St. Joseph, Missouri or by calling (816) 271-5330. Bid Opportunities may also be viewed on the City’s Website at www.stjosephmo.gov under Government/Bids & RFPs.

The City of St. Joseph reserves the right to reject any or all bids. The City of St. Joseph is an Equal Opportunity Employer.


Publication Date/Time:
2/2/2024 8:00 AM
Publication Information:
NPG
Closing Date/Time:
3/1/2024 3:00 PM
Submittal Information:
Submit sealed bids to City Hall- Purchasing Room 201
Pre-bid Meeting:
Mandatory 2/15/24 10:00 AM
Contact Person:
LeeAnn Trautman ltrautman@stjosephmo.gov or Summer Deatherage sdeatherage@stjosephmo.gov
Download Available:
yes- see related documents
Plan & Spec Available:
download via related documents link or contact Summer Deatherage at sdeatherage@stjosephmo.gov
Business Hours:
M-F 8am-5pm
Related Documents:

Attachment Preview

CITY OF ST JOSEPH
REQUEST FOR PROPOSAL
NO RFP2024-33
Page 1 of _8
Proposals Must Be Received No
Later Than
Time: 3:00PM Date: 03/01/2024
For Information Contact
Purchasing
at (816) 271-5330
This document constitutes a request for sealed bids, including prices, from qualified individuals and organizations to furnish those
services and/or items as described herein. All documents included in submission are to be of public record.
Proposals must be mailed or delivered to the Division of Purchasing, 1100 Frederick Avenue Room 201, St. Joseph, MO 64501.
___________________________________________________________________________________________________________
Remington Nature Center Carpet
Please complete, sign and return this form with the proposal
Please have the Bid Name and Number on the outside of the sealed proposals.
The offeror must provide all information required in this document pursuant to the specifications attached and included herein.
___________________________________________________________________________________________________________
The offeror hereby agrees to provide the services and/or items at the prices quoted, pursuant to the attached terms and conditions of
Request for Proposal or Invitation to Bidders and Terms and Conditions of Purchase, and further agrees that when this document is
countersigned by an authorized official of the City of St. Joseph, a binding contract, as defined herein, shall exist between the offeror and
the City of St. Joseph.
SIGNATURE REQUIRED
Offeror's Signature:__________________________ Offeror's Printed Name:________________________ Title :_______________
Company Name:_______________________________________________ Date of Proposal:________________________________
Mailing Address:________________________________________________________ Telephone:__________________________
City:__________________________________________________________________State:______________ Zip:______________
Email Address:_______________________________________________
CITY OF ST. JOSEPH
PURCHASING DIVISION
TERMS AND CONDITIONS OF REQUEST FOR PROPOSAL
OR INVITATION TO BIDDER
1. PREPARATION OF BIDS
b.
a.
Bidder's are expected to examine the specifications, delivery schedule,
bid prices, and all instructions of the Request for Proposal or Invitation to Bid.
Failure to do so will be at bidder's risk. In case of a mistake in extension, the
unit price(s) will govern. In case of an identified mistake in calculation the
City may, but is not obligated to, correct the calculation based on the unit
price submitted by the bidder.
a.
b.
Any manufacturer's names, trade names, brand names, information,
and/or catalogue numbers listed in a specification are for information and are
not intended to limit competition. The bidder may offer any brand which
meets or exceeds the specification for any item. If bids are based on
equivalent products, indicate on the bid form the manufacturer's name and
model number. The bidder shall explain in detail the reasons why the
proposed equivalent will meet the specifications and not be considered an
exception thereto. Bids which do not comply with these requirements are
subject to rejection. Bids lacking any written indication of intent to bid on a.
alternate brands will be received and considered in complete compliance with
the specifications as listed on the bid forms.
c.
All supplies and equipment offered in a bid must be new and of current b.
production unless the Request for Proposal or Invitation to Bidder clearly
specifies that used or reconditioned supplies or equipment be offered.
d.
Firm fixed prices shall be bid and include all packing, handling, and
shipping charges.
c.
e.
Unless otherwise indicated, prices quoted shall be firm for acceptance for
ninety days (90) from bid opening and for the specified contract period.
2. TAX EXEMPTION
a.
Do not bill federal tax. Certificate number 44-6000256.
Do not bill state tax. Certificate number 12493457.
3. SUBMISSION OF BIDS
a.
A bid submitted by a bidder must (1) be manually signed by the bidder on d.
the Purchasing Division's Request for Proposal or Invitation to Bidder, (2)
contain all requested information, (3) be priced as required, (4) be sealed in an
envelope or container, (5) be attached to a security deposit if required, and (6) be
delivered to: the Purchasing Division, 1100 Frederick Avenue, Room 201; St.
Joseph, MO 64501, and officially clocked in no later than the exact time and
date specified on the Request for Proposal or Invitation to Bidder.
e.
b.
The sealed envelope or container containing a bid should be clearly
marked on the outside left corner with (1) the official Price Inquiry number
and (2) the official closing date and time.
c.
Submission of this bid constitutes an assignment by the bidder to the City
of all rights, title, and interest in and to all causes of action it may have under
the antitrust laws of the United States or the State of Missouri, which causes a.
of action have accrued or will accrue as the result of or in relation to the
particular good or services purchased or procured by it in fulfillment of any
contract with the City arising from this bid.
4. MODIFICATION OR WITHDRAWAL OF BIDS
a.
Bids may be modified or withdrawn by written or telegraphic notice
received prior to the official closing date and time specified. Written notice
may be in the form of an email provided the email is actually received by the
Purchasing Agent prior to the official closing date and time specified; any
email that is not actually received, whether due to a delay in delivery, delivery
to a filtering service that does not release the email, or other failure in delivery
shall not be deemed to be a written notice of modification or withdrawal. A
bid may also be withdrawn or modified in person by the bidder or his
authorized representative provided proper identification is presented before
the official closing date and time. Verbal phone requests to withdraw or
modify a proposal will not be considered.
c:\MSOFFICE\TERMSIFB
After the official closing date and time, no bid may be modified or
withdrawn.
5. BID OPENING
Bid openings shall be public on the date and at the time specified on the
bid form. It is the bidder's responsibility to assure that his bid is delivered at
the proper time and place of the bid opening. Bids which for any reason are
not so delivered will not be considered. Offers by facsimile, telegraph, email,
or telephone will not be acceptable. Bid files may be examined during normal
working hours by appointment. Bid tabulations will not be provided by
telephone.
6. AWARDS
Unless otherwise stated in the Price Inquiry, cash discounts for prompt
payment of invoices will not be considered in the evaluation of prices.
However, such discounts are encouraged to motivate prompt payment.
As the best interest of the City may require, the right is reserved to make
awards by item, group of items, all or none or a combination thereof; to reject
any and all bids or waive any minor irregularity or technicality in bids
received.
Awards will be made to the bidder whose bid (1) meets the specifications
and all other requirements of the Price Inquiry and (2) is the lowest and best
bid, considering price, responsibility of the bidder, the best interest of the
City, and all other relevant factors. When multiple bidders are equally
responsible and qualified and submit equivalent bids, those bidders that are
equally responsible and qualified and submit equivalent bids may be allowed
to submit a subsequent lower bid price in accordance with a schedule
established by the Purchasing Agent; such bid price must be submitted in a
sealed envelope or container clearly marked on the outside left corner with (1)
the official Price Inquiry number and (2) the closing date and time established
by the Purchasing Agent; the submission may modify only the bid price.
Each bid is received with the understanding that the acceptance in writing
by the City of the offer to furnish any or all the materials, equipment, supplies,
or services described therein shall constitute a contract between the bidder and
the City; and shall bind the bidder to furnish and deliver at the price, and in
accordance with the conditions of said accepted bid and detailed
specifications.
The City of St. Joseph is not obligated for expenditures unless funds have
been encumbered by Purchase Order or Contract. The completion of the
"Notice of Award" by the City is not an authorization for shipment or to
proceed with services.
7. OPEN COMPETITION
It is the intent and purpose of the Purchasing Division that the Price
Inquiry permits free and open competition. However, it shall be the bidder's
responsibility to advise the Purchasing Division if any language,
requirements, or any combination thereof, inadvertently restricts or limits the
requirement to a single source or otherwise prohibits the submission of a bid.
The notification should be received by the Purchasing Division at least ten
days prior to the Price Inquiry closing date and time. The bidder may submit
notification after the bid closing providing sufficient time is permitted for a
thorough review by the Purchasing Division and its decision will be final.
CITY OF ST. JOSEPH, MISSOURI
REQUEST FOR PROPOSAL
Request for Proposal
Flooring Replacement
Remington Nature Center, 1502 McArthur Drive
The City of St. Joseph, Missouri
Guidelines and Requirements for Submittal
REQUEST FOR PROPOSAL
This Request for Proposal (RFP) is issued by the City of St. Joseph, Missouri. The purpose of this
RFP is to establish a contract with a qualified vendor to replace flooring at the Remington Nature
Center. The current carpet is original to the building.
SCOPE
The scope of this project includes but is not limited to:
Replacement of carpet in:
o The Main Hallway
o The Conference Rooms
o The Exhibit Rooms
o The Gift Shop
o Offices
o All carpeting should be stain resistant. Color and style shall be approved by
Remington Nature Center Manager.
An Alternate Bid is requested for replacement of tile in the dining area.
PROCESS TO APPLY
Interested firms should submit two (2) copies (one of them being unbound) of their proposal to:
Office of the Purchasing Agent
1100 Frederick Avenue, Room 201
St. Joseph, MO 64501
Attn: Flooring Replacement Remington Nature Center
The submittal shall be no later than 3:00 p.m. on March 1, 2024. The City’s goal is to enter into
an agreement with a qualified vendor or contractor based on experience with similar projects,
merit, recommended procedures for performing the work and cost comparison. Therefore, the
successful firm will submit a response to this Request for Proposals by providing detailed
information for the following:
a. Qualifications of the individuals or entities providing the services and performing the
work.
b. Ability to perform the work in a timely fashion.
c. Specifications for materials to be used. Vendors should submit a list of materials and
provide the process they intend to incorporate into the repairs. All work must meet or
exceed the processes of the state and national preservation guidelines.
d. A list of equipment that will be used to perform the repairs.
e. Total projected cost of the project.
f. Five (5) references for similar projects.
INTERVIEWS
The St. Joseph Parks Department reserves the right to conduct interviews with prospective
professionals to discuss scope of services, material recommendations and overall project
specifications as outlined in the applicant’s proposal.
MANDATORY INSPECTION OF PREMISES PRIOR TO BIDDING
A mandatory site visit/pre-bid meeting will be held on February 13, 2024 at 10:00 a.m.
Prospective bidders shall meet at the Remington Nature Center, 1502 McArthur Drive, St. Joseph.
Representatives of the Parks, Recreation, & Civic Facilities Department will be available at the
site visit and pre-bid meeting to answer questions regarding the intent and process of the Request
for Proposal. This meeting must be attended if you wish to submit a response to the Request for
Proposal.
INSURANCE
The City will require that the awarded vendor maintain Commercial General Liability insurance
with the minimum limits of One Million Dollars ($1,000,000) per occurrence and Two Million
Dollars ($2,000,000) general aggregate for bodily injury and property damage. The awarded
vendor shall also maintain Workers’ Compensation insurance with the statutory limits, including
Employers’ Liability coverage with the minimum limits of Five Hundred Thousand Dollars
($500,000).
TIME OF COMPLETION
The work shall begin after a contract has been approved by the St. Joseph City Council and a
Notice to Proceed is issued to the successful bidder. The project completion target date is
December 31, 2024. Modifications to the work schedule can be discussed but must accommodate
the Nature Center event schedule. Should the Contractor fail to complete all work on or before
the agreed-upon date of substantial completion, the City may retain the amount of $250.00 for
each day thereafter (except /Saturdays, Sundays, and holidays) that the Contract remains
uncompleted.
COMPLETION INSPECTION
Upon receipt of a request for inspection, the contractor must accompany City representatives on a
walk-through of the project site to acknowledge job completion and satisfaction. Final acceptance
of the work shall not occur without a final inspection by City staff.
WARRANTY
The contractor warrants to the City the quality of material and workmanship for a period of one
year from and after completion of the project and acceptance of the project by the City of St.
Joseph. The Contractor also warrants to the City that upon notice from them within a minimum
one-year warranty period following the date of acceptance, that all defects that have appeared in
materials and/or workmanship will be promptly corrected to original condition required by
contract documents at Contractor’s expense. The above warranty shall not supersede any
separately stated warranty or other requirements by law or by these specifications.
SAFETY
Precaution shall be exercised at all times for the protection of all persons (including employees
and visitors to the job site) and property. The safety provisions of applicable laws, building
construction codes shall be observed. Machinery, equipment, and hazards shall be safe guarded.
ADDITIONAL INFORMATION
All restoration work shall be subject to acceptance by the City. All materials used for
restoration work shall be new.
Upon completion of the work, the contractor shall remove all equipment, containers, surplus
materials, and debris and have the site in a clean and orderly condition acceptable to the City.
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >