REQUEST FOR PROPOSALS FOR FURNISHING AND DELIVERY OF HARD FLOOR CARE SERVICES FOR THE CURATORS OF THE UNIVERSITY OF MISSOURI FOR THE UNIVERSITY OF MISSOURI – KANSAS CITY RFP #15-6008-JS-K CLOSING DATE: November 10, 2014 TIME: 3:00 P.M. CST Prepared by: James E. Shatto Strategic Sourcing Specialist Office of Procurement Services University of Missouri Address 1011 East 51st Street GSB Room 015 Kansas City, MO. 64110 Email: [email protected] Fax: 816-235-5552 Dated: October 20, 2014 P a g e 1 | 35 REQUEST FOR PROPOSALS FOR THE FURNISHING AND DELIVERY OF HARD FLOOR CARE SERVICES TO THE UNIVERSITY OF MISSOURI - KANSAS CITY FOR THE CURATORS OF THE UNIVERSITY OF MISSOURI RFP: #15-6008-JS-K DATED: October 20, 2014 TABLE OF CONTENTS ITEM PAGE(S) Table of Contents 2 Notice to Bidders 3 General Terms & Conditions & Instructions to Bidders 4 through 16 Detailed Specifications and Special Conditions 17 through 31 Proposal Form 32 through 35 P a g e 2 | 35 NOTICE TO RESPONDENTS The University of Missouri System requests proposals for Furnishing and Delivery of HARD FLOOR CARE SERVICES, RFP #15-6008-JS-K, which will be received by the undersigned at the Office of Procurement Services, University of Missouri-Kansas City, Room 015, General Services Building, 1011 East 51st Street, Kansas City, MO 64110 until 3:00 p.m., CST, November 10, 2014. Respondents will be identified at that time. Additional copies of these specifications and the conditions of bid together with the printed form on which bids must be made may be downloaded at: http://www.umsystem.edu/apps/fa/procurement/bids/listview_Bids.php Any subsequent Addenda to this bid can be found at the same site. It is the responsibility of the bidders to check for any addendums to this bid. Questions and clarifications should be directed in writing to James E. Shatto at [email protected]. The University reserves the right to waive any informality in bids and to reject any or all bids. THE CURATORS OF THE UNIVERSITY OF MISSOURI By: James E. Shatto Strategic Sourcing Specialist Dated: October 20, 2014 P a g e 3 | 35 UNIVERSITY OF MISSOURI GENERAL TERMS AND CONDITIONS AND INSTRUCTIONS TO RESPONDENTS REQUEST FOR PROPOSAL (RFP) A. GENERAL TERMS AND CONDITIONS 1. Purpose: The purpose of these specifications is to require the furnishing of the highest quality equipment, supplies, material and/or service in accordance with the specifications. These documents, and any subsequent addenda, constitute the complete set of specification requirements and proposal response forms. 2. Governing Laws and Regulations: Any contract issued as a result of this RFP shall be construed according to the laws of the State of Missouri. Additionally, the contractor shall comply with all local, state, and federal laws and regulations related to the performance of the contract to the extent that the same may be applicable. 3. Taxes: The contractor shall assume and pay all taxes and contributions including, but not limited to, State, Federal and Municipal which are payable by virtue of the furnishing and delivery of item(s) specified herein. Materials and services furnished the University are not subject to either Federal Excise Taxes or Missouri Sales Tax. 4. Sovereign Immunity: The Curators of the University of Missouri, due to its status as a state entity and its entitlement to sovereign immunity, is unable to accept contract provisions, which require The Curators to indemnify another party (537.600, RSMo). Any indemnity language in proposed terms and conditions will be modified to conform to language that The Curators are able to accept. 5. Preference for Missouri Firms: In accordance with University policy, preference shall be given to Missouri products, materials, services and firms when the goods or services to be provided are equally or better suited for the intended purpose and can be obtained without additional cost. Firms are considered "Missouri firms" if they maintain a regular place of business in the State of Missouri. 6. Equal Opportunity and Non-Discrimination: In connection with the furnishing of equipment, supplies, and/or services under the contract, the contractor and all subcontractors shall agree not to discriminate against any recipients of services, or employees or applicants for employment on the basis of race, color, religion, national origin, sex, age, disability, or veteran status. The contractor shall comply with federal laws, rules and regulations applicable to subcontractors of government contracts including those relating to equal employment of minorities, P a g e 4 | 35 women, persons with disabilities, and certain veterans. Contract clauses required by the United Sates Government in such circumstances are incorporated herein by reference. 7. Minority and Women Business Enterprise Participation: It is the policy of the University of Missouri to ensure full and equitable economic opportunities to persons and businesses that compete for business with the University, including Minority and Women Business Enterprises (M/WBEs). To this end, the University has established participation goals as outlined in this RFP. The University encourages M/WBE participation in contracts for goods and services by firms that are certified. The University accepts certifications provided by those entities identified on the page in this RFP titled Certifying M/WBE Agencies. This may either be by the primary supplier/contractor being a certified M/WBE or by the utilization of qualified subcontractors, suppliers, joint ventures, or other arrangements that afford meaningful opportunities for M/WBE participation. Work performed by M/WBEs must provide a commercially useful function related to the delivery of the service/product required herein. Second tier participation where suppliers generally provide supplies to a corporation but that are not directly related to this contract does not qualify as meaningful participation. The University may consider certifications from agencies not located in Missouri for M/WBEs not located in Missouri with the approval of the UM Director of Minority and Women Business Development. M/WBE means a business that is a sole proprietorship, partnership. joint venture, or corporation in which at least fifty-one percent (51%) of the ownership interest is held by minorities or women and the management and daily business operations of which are controlled by one or more minorities or women who own it. Minority is defined as belonging to one of the following racial minority groups: African Americans, Native Americans, Hispanic Americans, Asian Americans, American Indians, Eskimos, Aleuts and other groups that may be recognized by the Office of Advocacy, United States Small Business Administration, Washington, D.C. Bidders must indicate their MBE and WBE participation levels committed to this contract on the M/WBE Participation Form included in this RFP. The names and percent participation of each MBE and WBE should also be provided on this form. The evaluation of proposals will include the proposed level of M/WBE participation (see evaluation of Proposals section). Five (5%) percent of the contract award criteria will be based on MBE and WBE participation. The University may consider the relative participation of the bidders in awarding points. However, proposals with zero participation for MBEs and/or WBEs will receive none of the MBE or WBE points respectively. P a g e 5 | 35 The contractor/supplier shall provide annual reports or more frequently if requested, of the financial participation of M/WBEs. The report shall include the name(s) and address(es) of the certified M/WBEs, products or services provided and the total dollar amount or percentage of utilization. The annual report shall also include separately, all second tier participation the contractor/supplier may have. The University will monitor the contractor/supplier’s compliance in meeting the M/WBE participation levels committed to in the awarded proposal. If the contractor/supplier's payments to participating M/WBEs are less than the amount committed to in the contract, the University may cancel the contract, suspend or debar the contractor/supplier from participating in future contracts, or retain payments to the contractor/supplier in an amount equal to the value of the M/WBE participation commitment less actual payments made to M/WBEs. If a participating M/WBE fails to retain their certification or is unable to satisfactorily perform, the contractor/supplier must obtain other certified M/WBEs to fulfill the M/WBE participation requirements committed to in the awarded proposal. The contractor/supplier must obtain the written approval of the Chief Procurement Officer of Procurement Services for any new M/WBE participants. This approval shall not be arbitrarily withheld. If the contractor/supplier cannot obtain a M/WBE replacement, the contractor/supplier must submit documentation to the Chief Procurement Officer detailing all efforts made to secure an M/WBE replacement. The Chief Procurement Officer shall have sole discretion in determining if the actions taken by the contractor/supplier constitute a good faith effort to secure the participation of M/WBEs and whether the contract will be amended to change the M/WBE participation commitment. 8. Applicable Laws and Regulations: The University serves from time to time as a contractor for the United States government. Accordingly, the provider of goods and/or services shall comply with federal laws, rules and regulations applicable to subcontractors of government contracts including those relating to equal employment opportunity and affirmative action in the employment of minorities (Executive Order 11246), women (Executive Order 11375), persons with disabilities (29 USC 706 and Executive Order 11758), and certain veterans (38 USC 4212 formerly [2012]) contracting with business concerns with small disadvantaged business concerns (Publication L. 95507). Contract clauses required by the Government in such circumstances are incorporated herein by reference. 9. Appropriation: The Curators of the University of Missouri is a public corporation and, as such, cannot create indebtedness in any one year (the fiscal year beginning July 1 to June 30) above what they can pay out of the annual income of said year as set forth in 172.250, RSMo. Therefore, if the University determines it has not received adequate appropriations, budget allocations or P a g e 6 | 35 income to enable it to meet the terms of this contract, the University reserves the right to cancel this contract with 30 days’ notice. 10. Applicable Health Related Laws and Regulations: If these specifications or any resulting contract involves health care services or products, the Contractor agrees to maintain, and will further assure such compliance by its employees or subcontractors, the confidential nature of all information which may come to Contractor with regard to patients of the University. All services provided pursuant to this contract shall be provided in accordance with all applicable federal and state laws including The Health Insurance Portability and Accountability Act of 1996, Public Law 104-191, sections 261-264 (the Administrative Simplification sections) and the regulations promulgated pursuant thereto and regulations of the Joint Commission on Accreditation of Healthcare Organization and the Health Care Financing Administration. Respondents understand and agree that the Curators of the University of Missouri, in the operation of the University Hospitals and Clinics, is regulated under federal or state laws with regard to contracting with vendors. The Contractor represents that it is not currently excluded or threatened with exclusion from participating in any federal or state funded health care program, including Medicare and Medicaid. Contractor agrees to notify the University of any imposed exclusions or sanctions covered by this representation. The University will regularly check the "List of Excluded Individuals/Entities" (LEIE), maintained by the Office of Inspector General, United States Department of Health and Human Services (“OIG”) to determine if any Bidders/Respondents have been excluded from participation in federal health care programs, as that term is defined in 42 U.S.C. §1320a-7b(f). The University reserves the sole right to reject any respondents who are excluded by the OIG, who have been debarred by the federal government, or who have otherwise committed any act that could furnish a basis for such exclusion or debarment. 11. Inventions, Patents, and Copyrights: The Contractor shall pay for all royalties, license fees, patent or invention rights, or copyrights and defend all suits or claims for infringements of any patent or invention right or copyrights involved in the items furnished hereunder. The Contractor shall defend, protect, and hold harmless the University its officers, agents, servants and employees against all suits of law or in equity resulting from patent and or copyright infringement concerning the contractor's performance or products produced under the terms of the contract. Copyrights for any item developed for the University shall be the property of the University and inure to its benefit and the Contractor shall execute such documents as the University may require for the perfection thereof. P a g e 7 | 35 12. Insurance: The Contractor shall purchase and maintain such insurance as will protect the Contractor and the University against any and all claims and demands arising from the execution of the contract. Further, when stated in the Detailed Specifications and Special Conditions, the Contractor shall be required to procure and maintain the types and limits of insurance as specified. 13. Performance Bond/Irrevocable Letter of Credit: If a performance bond or irrevocable letter of credit is required in the Detailed Specifications and Special Conditions, the Contractor shall furnish to the University, along with their signed contract, a performance bond or unconditional irrevocable letter of credit payable to the Curators of the University of Missouri in the face amount specified in the Detailed Specifications and Special Conditions as surety for faithful performance under the terms and conditions of the contract. B. INSTRUCTIONS TO RESPONDENTS 1. Request for Proposal (RFP) Document: Respondents are expected to examine the complete RFP document and all attachments including drawings, specifications, and instructions. Failure to do so is at respondent's risk. It is the respondent's responsibility to ask questions, request changes or clarifications, or otherwise advise the University if any language, specifications or requirements of a RFP appear to be ambiguous, contradictory, and/or arbitrary, or appear to inadvertently restrict or limit the requirements stated in the RFP to a single source. Any and all communications from respondents regarding specifications, requirements, competitive proposal process, etc., should be directed to the University buyer of record referenced in this RFP. It is the responsibility of the person or organization communicating the request to ensure that it is received. To guarantee a timely response, such communication should be received at least ten calendar days prior to the proposal opening date. The terms and conditions as distributed by the University or made available on a University website, shall not be modified by anyone submitting a proposal. Regardless of any modification to these terms and conditions that may appear in the submitted proposal, the original University terms and conditions apply. Any exceptions to the terms and conditions shall be stated clearly and it is at the University's discretion whether the exception shall be accepted or shall invalidate the proposal. The RFP document and any attachments constitute the complete set of specifications and proposal response forms. No verbal or written information that is obtained other than through this RFP or its addenda shall be binding on the University. No employee of the University is authorized to interpret any portion of this RFP or give information as to the requirements of the RFP in addition to P a g e 8 | 35 that contained in or amended to this written RFP document. In case of any doubt or difference of opinion as to the true intent of the RFP, the decision of the University's Chief Procurement Officer shall be final and binding on all parties. 2. Preparation of Proposals: All proposals must be submitted, in three (3) copies, on the proposal form accompanying these specifications and must be enclosed in a sealed envelope plainly marked: "Proposal for Furnishing and Delivery of Hard Floor Care Services” and addressed, mailed and/or delivered to Procurement Services, University of Missouri-Kansas City, (using appropriate address on front page of RFP) ATTN: Jim Shatto. To receive consideration, proposals must be received, at the above mentioned address, prior to the proposal due date stated in this RFP. Respondents assume full responsibility for the actual delivery of proposals during business hours at the specified address. Unless otherwise specifically stated in the RFP, all specifications and requirements constitute minimum requirements. All proposals must meet or exceed the stated specifications or requirements. All equipment and supplies offered must be new, of current production, and available for marketing by the manufacturer unless the RFP clearly specifies that used, reconditioned, or remanufactured equipment and supplies may be offered. Unless specifically stated and allowed in the Detailed Specifications and Special Conditions, all pricing submitted in response to this RFP is firm and fixed. Whenever the name of a manufacturer, trade name, brand name, or model and catalog numbers followed by the words "or equal" or "approved equal" are used in the specifications it is for the purpose of item identification and to establish standards of quality, style, and features. Proposals on equivalent items of the same quality are invited. However, to receive consideration, such equivalent proposals must be accompanied by sufficient descriptive literature and/or specifications to clearly identify the item and provide for competitive evaluation. The University will be the sole judge of equality and suitability. Whenever the name of a manufacturer is mentioned in the specifications and the words "or equal" do not follow, it shall be deemed that the words "or equal" follow unless the context specifies "no substitution." Unless noted on the proposal form, it will be deemed that the article furnished is that designated by the specifications. The University reserves the right to return, at contractor's expense, all items that are furnished which are not acceptable as equals to items specified and contractor agrees to replace such items with satisfactory items at the original proposal price. Time will be of the essence for any orders placed as a result of this RFP. The University reserves the right to cancel any orders, or part thereof, without obligation if delivery is not made in accordance with the schedule specified by the respondent and accepted by the University. Unless otherwise specified in the Detailed Specifications and Special Conditions, all proposals shall include all packing, handling, and shipping charges FOB destination, freight prepaid and allowed. P a g e 9 | 35 3. Submission of Proposals: Respondents shall furnish information required by the solicitation in the form requested. The University reserves the right to reject proposals with incomplete information or which are presented on a different form. All proposals shall be signed, in the appropriate location, by a duly authorized representative of the respondent's organization. Signature on the proposal certifies that the respondent has read and fully understands all proposal specifications, plans, and terms and conditions. By submitting a proposal, the respondent agrees to provide the specified equipment, supplies and/or services in the RFP, at the prices quoted, pursuant to all requirements and specifications contained therein. Furthermore, the respondent certifies that: (1) the proposal is genuine and is not made in the interest of or on behalf of any undisclosed person, firm, or corporation, and is not submitted in conformity with any agreement or rules of any group, association, or corporation; (2) the respondent has not directly or indirectly induced or solicited any other respondent to submit a false or sham proposal; (3) the respondent has not solicited or induced any person, firm, or corporation to refrain from responding; (4) the respondent has not sought by collusion or otherwise to obtain any advantage over any other respondent or over the University. Modifications or erasures made before proposal submission must be initialed in ink by the person signing the proposal. Proposals, once submitted, may be modified in writing prior to the exact date and time set for the proposal closing. Any such modifications shall be prepared on company letterhead, signed by a duly authorized representative, and state the new document supersedes or modifies the prior proposal. The modification must be submitted in a sealed envelope marked "Proposal Modification" and clearly identifying the RFP title, RFP number and closing time and date. Proposals may not be modified after the proposal closing time and date. Telephone and facsimile modifications are not permitted. Proposals may be withdrawn in writing, on company letterhead, signed by a duly authorized representative and received at the designated location prior to the date and time set for proposal closing. Proposals may be withdrawn in person before the proposal closing upon presentation of proper identification. Proposals may not be withdrawn for a period of sixty (60) days after the scheduled closing time for the receipt of proposals. All proposals, information, and materials received by the University in connection with an RFP response shall be deemed open records pursuant to 610.021 RSMo. If a respondent believes any of the information contained in the respondent's response is exempt from 610.021 RSMo, then the respondent's response must specifically identify the material which is deemed to be exempt and cite the legal authority for the exemption, otherwise, the University will treat all materials P a g e 10 | 35 received as open records. The University shall make the final determination as to what materials are or are not exempt. 4. Evaluation and Award: Any clerical errors, apparent on its face, may be corrected by the Buyer before contract award. Upon discovering an apparent clerical error, the Buyer shall contact the respondent and request clarification of the intended proposal. The correction shall be incorporated in the notice of award. The University reserves the right to request clarification of any portion of the respondent's response in order to verify the intent. The respondent is cautioned, however, that its response may be subject to acceptance or rejection without further clarification. The University reserves the right to make an award to the responsive and responsible respondent whose product or service meets the terms, conditions, and specifications of the RFP and whose proposal is considered to best serve the University's interest. In determining responsiveness and the responsibility of the Respondent, the following shall be considered when applicable: the ability, capacity, and skill of the respondent to perform as required; whether the respondent can perform promptly, or within the time specified without delay or interference; the character, integrity, reputation, judgment, experience and efficiency of the respondent; the quality of past performance by the respondent; the previous and existing compliance by the respondent with related laws and regulations; the sufficiency of the respondent's financial resources; the availability, quality and adaptability of the respondents equipment, supplies and/or services to the required use; the ability of the respondent to provide future maintenance, service and parts. The University has established formal protest procedures. For more information about these procedures, contact the Buyer in Campus Procurement Services. The University reserves the right to accept or reject any or all proposals and to waive any technicality or informality. 5. Contract Award and Assignment: The successful respondent shall, within ten (10) days after the receipt of formal notice of award of the contract, enter into a contract, in duplicate, prepared by the University. The Contract Documents shall include the Notice to Bidders, Specifications and Addenda, Exhibits, Proposal Form, Form of Contract, Letter of Award, University Purchase Order, and Form of Performance Bond, if required. The contract to be awarded and any amount to be paid thereunder shall not be transferred, sublet, or assigned without the prior approval of the University. 6. Contract Termination for Cause: In the event the Contractor violates any provisions of the contract, the University may serve written notice upon Contractor and Surety setting forth the violations and demanding compliance with the contract. Unless within ten (10) P a g e 11 | 35 days after serving such notice, such violations shall cease and satisfactory arrangements for correction be made, the University may terminate the contract by serving written notice upon the Contractor; but the liability of Contractor and Surety for such violation; and for any and all damages resulting therefrom, as well as from such termination, shall not be affected by any such termination. 7. Contract Termination for Convenience: The University reserves the right, in its best interest as determined by the University, to cancel the contract by given written notice to the Contractor thirty (30) days prior to the effective date of such cancellation. 8. Warranty and Acceptance: The Contractor expressly warrants that all equipment, supplies, and/or services provided shall: (1) conform to each and every specification, drawing, sample or other description which was furnished or adopted by the University, (2) be fit and sufficient for the purpose expressed in the RFP, (3) be merchantable, (4) be of good materials and workmanship, (5) be free from defect. Such warranty shall survive delivery and shall not be deemed waived either by reason of the University's acceptance of or payment for such equipment, supplies, and/or services. No equipment, supplies, and/or services received by the University pursuant to a contract shall be deemed accepted until the University has had a reasonable opportunity to inspect said equipment, supplies and/or services. All equipment, supplies, and/or services which do not comply with specifications and/or requirements or which are otherwise unacceptable or defective may be rejected. In addition, all equipment, supplies, and/or services which are discovered to be defective or which do not conform to any warranty of the Contractor upon inspection (or at any later time if the defects contained were not reasonably ascertainable upon the initial inspection) may be rejected. 9. Payment: Payment terms, unless otherwise stated in the RFP, will be considered to be net 30 days after the date of satisfactory delivery and acceptance by the University and upon receipt of correct invoice whichever occurs last. Cash discounts for prompt payment may be offered but they will not be considered in determination of award unless specifically stated in the Detailed Specifications and Special Conditions. The University may withhold payment or make such deductions as may be necessary to protect the University from loss or damage on account of defective work, claims, damages, or to pay for repair or correction of equipment or supplies furnished hereunder. 10. Accounting Practices: The Contractor shall maintain, during the term of the contract, all books of account, reports, and records in accordance with generally accepted accounting practices and standard for records directly related to this contract. The Contractor agrees to make available to the University, during normal business hours, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day of the contract term. P a g e 12 | 35 11. Debarment and Suspension Certification - The contractor certifies to the best of its knowledge and belief that it and its principals are not or voluntarily excluded from covered transactions by any Federal department or agency in accordance with Executive Order 12549 (2/18/86). 12. Campus Contact: Procurement Services is the issuing office for this RFP and all subsequent addenda relating to it. Procurement Services is the sole point of contact regarding all Procurement and contractual matters relating to the requirements described in this RFP. Procurement Services is the only office authorized to change, modify, clarify, etc., the specifications, terms, and conditions of this RFP and any contract(s) awarded as a result of this RFP. Questions prior to submission of the RFP should be directed in writing to James E. Shatto of the UM Procurement Services Office. Questions are to be sent by e-mail to [email protected] . The due date for questions is Monday, 11/03/14, 3:00 p.m. CST. P a g e 13 | 35 CERTIFYING MBE/WBE AGENCIES MBE/WBEs are those businesses certified as disadvantaged by an approved agency. The Bidder is responsible for obtaining information regarding the certification status of a firm. A list of certified firms may be obtained by contacting the agencies listed below. Any firm listed as disadvantaged by any of the following agencies will be classified as a MBE or WBE by the Owner. St. Louis Development Corporation 1015 Locust St. Louis, MO 63101 314/622-3400; 314/622-3413 (Fax) CONTACT: Minority Business Development Manager Bi-State Development Agency 707 North First Street St. Louis, MO 63102-2595 314/982-1457; 314/982-1558 (Fax) CONTACT: Disadvantaged Business Enterprise Coordinator St. Louis Minority Business Council 308 North 21st St., 7th Floor St. Louis, MO 63101 314/241-1143; 314/241-1073 (Fax) CONTACT: Executive Director U.S. Small Business Administration - St. Louis, MO 8(a) Contractors, Minority Small Business 815 Olive St., Room 242 St. Louis, MO 63101 314/539-6600; 314/539-3785 (Fax) CONTACT: Business Opportunity Specialist Lambert St. Louis International Airport 4610 N. Lindbergh, Suite 240 Bridgeton, MO 63044 314/551-5000; 314/551-5013 (Fax) CONTACT: Program Specialist City of Kansas City, Missouri Human Relations Department, MBE/WBE Division 4th Floor, City Hall Kansas City, MO 64106 816/274-1432; 816/274-1025 (Fax) CONTACT: Minority Business Specialist P a g e 14 | 35 Mid-America Minority Business Development Center 777 Admiral Blvd. Kansas City, MO 64106 816/221-4200; 816/221-4212 (Fax) CONTACT: Executive Director U.S. Small Business Administration - Kansas City, MO 8(a) Contractors, Minority Small Business 323 W. 8th Street, Suite 501 Kansas City, MO 66105 816/374-6729; 816/374-6759 (Fax) CONTACT: Business Opportunity Specialist State of Missouri-Office of Administration Division of Design and Construction, Minority Business Development P.O. Box 809, Harry S. Truman State Office Building Room 730, 301 West High Street Jefferson City, MO 65102 573/751-6908; 573/526-3097 (Fax) CONTACT: Minority Contracts Coordinator Missouri Department of Transportation Division of Construction P.O. Box 270 Jefferson City, MO 65102 573/751-6801; 573/526-5640-6555 (Fax) CONTACT: Disadvantaged Business Enterprise Coordinator Illinois Department of Transportation MBE/WBE Certification Section 2300 Dirkes Parkway Springfield, IL 62764 217/782-5490 CONTACT: Certification Manager State of Missouri-Office of Administration Division of Purchasing & Materials Management Minority Purchasing Unit P.O. Box 809 Jefferson City, MO 65102 800/592-6019; 573/751-7276 (Fax) CONTACT: MBE/WBE Certification Coordinator P a g e 15 | 35 WBE PARTICIPATION FORM If proposing MBE/WBE participation, the contractor/supplier must indicate below the percentage of qualified MBE and WBE participation committed to in relation to the total dollar value of the contract regardless of whether the contractor/supplier is awarded one, some, or all of the categories being proposed. Overall the MBE and WBE participation must not be contingent upon award of a specific category, and the contractor/supplier, if awarded a contract, must be able to achieve the stated participation for the resulting contract regardless of the categories awarded or not awarded. The contractor/supplier must be able to achieve participation stated below for the total value of the awarded contract(s). If the contractor/supplier is a qualified MBE and/or WBE, the contractor/supplier may indicate 100% participation. The University’s MBE participation goal for this bid is __5___% The University’s WBE participation goal for this bid is __3___% The contractor supplier is committed to the following MBE and WBE participation on this bid: Total MBE Participation _____% Total WBE Participation_____% Complete the following table indicating the firms used to meet the participation levels indicated. MBE Firm Name MBE % Contract of WBE Firm Name WBE % Contract of ------------THIS FORM MUST BE SUBMITTED WITH THE BID------------- P a g e 16 | 35 DETAILED SPECIFICATIONS FOR FURNISHING & DELIVERY OF HARD FLOOR CARE SERVICES SCOPE OF AGREEMENT The University of Missouri-Kansas City is seeking proposals for the Furnishing & Delivery of Hard Floor Care Services per the information listed herein. DELIVERY 1. The order for the item/service listed herein will be made on a regular University Purchase Order, which shall remain in effect for the period specified, or as long as the quality of the product and/or service remains satisfactory. 2. All items/services must be delivered F.O.B. to the University of Missouri-Kansas City campus. 3. The quantity of each item/service to be delivered shall be specified by the University of Missouri Office of Procurement Services, or their authorized representative. The University will be responsible only for those items/services the successful bidder has been requested to deliver. PAYMENT 1. All proposals are to be submitted on the basis of payment by University Check or Credit Card. Payment will be made within 30 days after completion of delivery, and acceptance by the University, of the services requested. Acceptance will be certified by the University of Missouri Office of Procurement Services. 2. The successful bidder will make application for payment by furnishing the University with an original invoice setting forth the facilities and total quantity of square footage cleaned. 3. Invoices properly prepared and executed by the successful bidder are to be sent to the University of Missouri-Kansas City, 1011 East 51st Street, 101 General Services Building, Kansas City, MO. 64110. Attn: Cynthia Brown. All invoices must include Purchase Order Number assigned. AWARD OF AGREEMENT The bid will be awarded on an “ALL OR NONE” basis. P a g e 17 | 35 REQUIREMENTS The University will not be required to purchase the estimated amount, but the successful bidder shall furnish and deliver the items listed below in shipments as requested by the Office of the Manager of the University of Missouri-Kansas City Procurement Office or her authorized representative, at the prices set forth in their bid, regardless of whether the amount is more or less than the amount indicated herein. The quantities listed are for informational purposes only and do not represent a guarantee as to actual quantities to be purchased. MANDATORY PRE-INSPECTION MEETING Prospective bidders are required to attend an inspection meeting to ask questions and to view representative job sites prior to bid closing. The inspection meeting is scheduled for Wednesday, October 29, 2014, from 8:00 A.M. to approx 9:00 A.M. at General Services Building Room 015, 1011 East 51st Street, Kansas City, MO, 64110. All prospective bidders must attend this meeting for inspection, as no other time or date will be offered to view the property. For questions contact: James Shatto at [email protected]. It shall be the prospective bidder’s responsibility to fully acquaint them with the condition of the job site and the nature of the service requested. Failure to fully acquaint themselves with these conditions shall not relieve the successful bidder from the requirement for making a complete workmanlike job in full compliance with these specifications. GENERAL INSURANCE SPECIFICATIONS (Low Risk) Contractor agrees to maintain, on a primary basis and at its sole expense, at all times during the life of any resulting contract the following insurance coverages, limits, including endorsements described herein. The requirements contained herein, as well as the University’s review or acceptance of insurance maintained by Contractor is not intended to and shall not in any manner limit or qualify the liabilities or obligations assumed by Contractor under any resulting contract. Coverage to be provided as follows by a carrier with A.M. Best minimum rating of A- VIII. Commercial General Liability Contractor agrees to maintain Commercial General Liability at a limit of not less than $1,000,000 Each Occurrence, $3,000,000 Annual Aggregate. Coverage shall not contain any endorsement(s) excluding nor limiting Product/Completed Operations, Contractual Liability or Cross Liability. Contractor may satisfy the minimum liability limits required for Commercial General Liability or Business Auto Liability under an Umbrella or Excess Liability policy. There is no minimum per occurrence limit of liability under the Umbrella or Excess Liability; however, the Annual Aggregate limit shall not be less than the highest “Each Occurrence” limit for either Commercial General Liability or Business Auto Liability. Contractor agrees to endorse the University as an Additional Insured on the Umbrella or P a g e 18 | 35 Excess Liability, unless the Certificate of Insurance state the Umbrella or Excess Liability provides coverage on a “Follow-Form” basis. Note: Anyone who serves alcoholic beverages on a University of Missouri Campus must also provide liquor liability coverage. This should be written on an "occurrence basis" and have limits not less than $1,000,000 each claim or each common cause and at least a $1,000,000 aggregate. The insurance carrier, policy number, effective date and limits should be shown on an insurance certificate provided to the University of Missouri. The Curators of the University of Missouri should be named as an Additional Insured on such policy and a copy of the endorsement should be provided along with the certificate of insurance. Business Auto Liability Contractor agrees to maintain Business Automobile Liability at a limit not less than $1,000,000 Each Occurrence. Coverage shall include liability for Owned, NonOwned & Hired automobiles. In the event Contractor does not own automobiles, Contractor agrees to maintain coverage for Hired & Non-Owned Auto Liability, which may be satisfied by way of endorsement to the Commercial General Liability policy or separate Business Auto Liability policy. Workers’ Compensation & Employers Liability Contractor agrees to maintain Workers’ Compensation in accordance with Missouri State Statutes or provide evidence of monopolistic state coverage. Employers Liability with the following limits: $500,000 each accident, disease each employee and disease policy limit. Contract Language The Curators of the University of Missouri, its officers, employees and agents are to be Additional Insured with respect to the project to which these insurance requirements pertain. A certificate of insurance evidencing all coverage required is to be provided at least 10 days prior to the inception date of the contract between the contractor and the University. Contractor/Party is required to maintain coverages as stated and required to notify the University of a Carrier Change or cancellation within 2 business days. The University reserves the right to request a copy of the policy. The University reserves the right to require higher limits on any contract provided notice of such requirement is stated in the request for proposals for such contract. Indemnification The Contractor agrees to defend, indemnify, and save harmless The Curators of the University of Missouri, their Officers, Agents, Employees and Volunteers, from and against all loss or expense from any cause of action arising from the Contractor’s operations. The contractor agrees to investigate, handle, respond to and provide defense for and defend against any such liability, claims, and demands at the sole expense of the Contractor or at the option of the University, agrees to pay to or reimburse the University for the Defense Costs incurred by the University in connection with any such liability claims, or demands. P a g e 19 | 35 The parties hereto understand and agree that the University is relying on, and does not waive or intend to waive by any provision of this Contract, any monetary limitations or any other rights, immunities, and protections provided by the State of Missouri, as from time to time amended, or otherwise available to the University, or its officers, employees, agents or volunteers. Failure to maintain the required insurance in force may be cause for contract termination. In the event the Agency/Service fails to maintain and keep in force the required insurance or to obtain coverage from its subcontractors, the University shall have the right to cancel and terminate the contract without notice. The insurance required by the provisions of this article is required in the public interest and the University does not assume and liability for acts of the Agency/Service and/or their employees and/or their subcontractors in the performance of this contract. P a g e 20 | 35 1. INTRODUCTION/BACKGROUND INFORMATION University of Missouri- Kansas City, Campus Facilities Management (hereafter referred to as University), seeks proposals from qualified vendors (hereafter referred to as Contractor), to provide hard floor care services to buildings on the UMKC Volker and Hospital Hill Campuses. There are over 20 buildings involved with this work, including the UMKC Dental School located at 25th and Holmes, Kansas City, MO, 64108. The buildings contain approximately 306,000 total square feet of flooring consisting of: entranceways, corridors, stairwells, elevators, classrooms, offices, research labs, conference rooms, auditoriums, computer labs, libraries, clinical & exam stations and canteens. Restrooms ARE NOT included in this RFP. The contractor shall provide floor care services as specified in this RFP. The University has approximately 80% VCT flooring and 20% Terrazo. 2. CONTRACT PERIOD The RFP process shall result in the award to one (1) contractor for an initial contract period of five (5) years from January 1, 2015, (or upon award of bid) through December 31, 2019. Any resulting contract(s) may be extended for three (3) additional one-year periods upon mutual agreement between the University and the successful bidder under the same terms and conditions contained herein. The total contract period will not exceed eight (8) years. 3. SCOPE OF WORK 1. General Requirements - Each contract year, the Contractor shall provide management, supervision, labor, tools and equipment to perform hard floor care maintenance as specified herein. Cleaning chemicals and floor finish will be provided by the University. (Leftover chemicals will be turned in or accounted for nightly). No additional compensation shall be provided above the amounts provided in response to this RFP, except as noted in Section 4, Compensation for Additional Work. Award will be based on the criteria for evaluation as set forth herein and as is deemed to be in the best interest of the University. The University shall provide a University Liaison to oversee any contract work performed. The University Liaison shall perform inspections during and at the completion of each project. The University Liaison shall have overall responsibility for ensuring compliance with the terms, conditions and scope of work of any resulting contract. The University’s desires Quality over Quantity in the proposals and work received from a resulting contract. Schedules are to be based on an 8-hour work shift, 10:00 PM to 6:30 AM, Monday through Friday. This includes a half-hour lunch break and two 15-minute breaks. The typical Floor Crew is to consist of Two (2) Teams of two people each. One team for New Projects (Work Orders) and the other team for Floor P a g e 21 | 35 Maintenance as assigned. This will also ensure University-desired Application Levels, Drying Times, Etc…. a. The Contractor shall i. Strip, shower scrub, restore, and refinish hard surface floors. ii. Ensure surfaces are clean of debris and chemical residue (hard floor surfaces, baseboards, base coves and carpet) prior to the applying finish. Debris includes but is not limited to soil, hair, and dust. Chemical residue includes but is not limited to stripper and/or solvents that would prevent finish from adhering to floor surfaces. iii. Remove any finish splashed on baseboards from recent or prior occurrences with a baseboard stripper when appropriate. iv. Apply three (3) coats of finish on all hard surfaces when a shower scrub is required. When the project requires a strip and refinish, four (4) coats of finish shall be applied on all hard surfaces. Re-buff the floor 24 Hours after refinish. v. Maintain the finish (Burnish) after the first pass, once a week, as per schedule. vi. Move all furnishings to an agreed upon location prior to beginning and upon completion of the contracted task. The University Liaison or a University designated representative will assist with the identification of the furnishings to be moved and their proper location. This can include some heavy objects, such as desks, but the heavy items will be very limited. vii. Place a mark in an inconspicuous place to identify each coat of finish applied. The University will specify changes when necessary. viii. The finish should be free of swirls, streaks, debris, spots, or places where shine is inconsistent or uneven in appearance. ix. Concrete is also included on a scheduled basis with the same finish requirements as tile. x. Marble (Entry at Scofield Hall only) and Terrazo are also included (Re-Finish) and will be performed on a scheduled basis. Separate pricing is to be submitted for this work on an as-needed basis. b. The University shall inspect all areas for compliance with requirements. The University shall perform inspections and tests in a manner that will not unduly delay the Contractor from completing work required by these specifications. c. All work shall meet or exceed all related Federal, State, County, and/or City Codes requirements and safety regulations. P a g e 22 | 35 2. Materials, Supplies, Tools and Equipment a. Equipment, tools, materials and supplies provided by the University: The University will only provide cleaning chemicals and floor finish, all other items required for the performance of the work will be provided by the Contractor. b. Equipment, tools, materials and supplies provided by the Contractor: The Contractor shall provide all equipment, tools and supplies required for the performance of the work. A list of the following shall be included with the bid proposal: i. Equipment to be used include, but is not limited to: Walk-Behind or Ride-On Floor Scrubbers (for large areas and halls) and High-Speed Burnishers, micro-fiber mops and micro-fiber wax application systems, floor fans, safety cones, 3M Brand Aqua-Colored pads (possibly 3M Brand White on new areas), and Flat Floor applicator Mops. Equipment must be kept in clean; working condition at all times to ensure a quality result. The successful vendor must keep a Service Log on their equipment that is available to the University upon request. ii. Signs for display of work being done shall be posted two days prior to the actual work and shall clearly outline: 1. where work is being performed (what floors and/or rooms) 2. the hours when work will be performed 3. the days the work will be performed 3. Manpower a. Supervision: Contractor shall provide a Supervisor and/or Project Manager with a minimum of three (3) years in hard surface floor refinishing to fulfill the entire scope of any resulting contract. Contractor shall provide a resume and list of jobs performed that substantiate experience of the Supervisor and/or Project Manager. Contractor shall provide a Supervisor on-site at all times (or on a frequent, consistent scheduled-visit routine) while work is being performed, plus additional supervision when more than 150,000 square feet of floor surface is being serviced at one time. Contractor shall provide the University’s Liaison with Project Manager’s name and telephone number. The Project Manager shall be available to monitor contract work in progress and perform building inspections with the University Liaison. The Contractor’s Project Manager and other supervisory personnel shall read, write, understand and speak English in order to communicate with University staff. The Contractor’s Project Manager and/or other supervisory personnel shall immediately respond to, and deal with emergency situations resulting from Contractor negligence. P a g e 23 | 35 b. The Floor Crew is to consist of Two (2) Teams of two people each. One team for New Projects (Work Orders) and the other team for Floor Maintenance as assigned. This will also ensure University-desired Application Levels, Drying Times, Etc…. The Floor Crews should remain constant with the same workers assigned to the University nightly. c. Standards of Conduct: Contractor shall maintain standards of employee work performance, conduct, appearance and integrity, and shall take disciplinary action with respect to employees when necessary. Contractor employees shall not disturb items on desks, floors, bookshelves, or cabinets. Additionally, contractor employees shall not use University telephones or open desk drawers. Any exceptions to the above shall receive authorization from a University Liaison. Contractor employees shall adhere to the same standards of conduct as University employees. Contractor shall immediately remove any employee that the University Liaison or designee deems to have demonstrated unsatisfactory performance, behavior or conduct. d. Security: i. Security levels may vary from building to building. All Contractor employees shall adhere to the security requirements specific to each building. Contractor shall be responsible for the cost of restitution should security breaches occur (Example: Rooms left unlocked by employees whereas items are vandalized or stolen). Multiple instances (2 or more within a one month period) of rooms left unsecured on the part of Contractor may be grounds for optional methods of ensuring security of University property, i.e. hiring of security guard(s) at Contractor expense or termination of the contract by reason of default, at the University’s discretion. Contractor shall secure any and all doors that have been opened for the purpose of performing service in scheduled locations ii. Contractors shall provide employees with uniforms to include at a minimum, a company logo on sleeved shirt or smock front, long pants, closed toe shoes and identification badges which shall be displayed on the employee while on campus. Contractor employee uniforms shall be clean and neat in appearance, shirts tucked in, and pants worn in a professional manner. Contractor shall purchase a University-supplied identification badge for each employee prior to beginning work on campus (current cost is $10 per person). P a g e 24 | 35 iii. Contractor employees shall not remove any articles from the facilities regardless of value, or prior permission from staff or building occupants. This includes any items found in the trash. iv. Employees shall not leave keys in doors or admit anyone into any building or office that is not a designated Contractor employee. All doors, which were locked upon entry, will be immediately re-locked upon exit. All lights shall be turned off when leaving spaces. e. Training / Contractor Personnel i. Regular and Back-Up Floor Crew Teams shall be trained on UMKC needs before they commence work. ii. Contractor shall obtain University approval for any changes in Floor Crew, Supervisory and Project Manager Personnel, and any other key personnel working under any resulting contract. 4. Compensation for Additional Work a. Contractor shall be paid on a “per square foot basis” for additional work (outside of the scope listed herein) at the same per square foot rate provided in response to this RFP. All work will be agreed upon and coordinated between the University Liaison and the Contractor Project Manager prior to any work commencing. Contractor shall submit invoices for approved out of scope work only after completion and approval by the University Liaison. The invoice shall include itemized description of the work, work order number, purchase order number, itemized amount and date the work was performed. The entire work item shall be completed before any payment is made. The invoice shall include copies of work orders authorizing the work by the University Liaison. The University reserves the right at its sole discretion, to obtain bids for any and all work outside the scope of this RFP from outside sources where it is deemed to be in the best interest of the University. 5. Contractor Performance a. The University Liaison or designated University representative will perform daily quality inspections of contracted buildings and provide a written report to contractors identifying areas needing corrective actions or not completed according to schedule. Areas needing corrective action will be remedied within 24 hours of notification. b. In the event of repeated areas needing corrective action or not completed according to schedule, the University may obtain the required service from other sources. Multiple instances (3 within a two week period) of sub-standard performance may be grounds for termination for default. P a g e 25 | 35 6. Compliance with Applicable Laws and Regulations a. Contractor, its agents and employees shall comply with all municipal, county, state and federal laws, rules, regulations, and ordinances applicable to the work to be performed. Further, Contractor agrees that it, its agents, subcontractors and employees shall follow all rules, regulations and policies of the University. 7. NO Subcontracting or Assignment of Contract a. Any resulting contract and all rights and responsibilities under the contract documents shall not be assigned / sub-contracted to any other company by Contractor. b. All supervisory and floor crew personnel involved in the performance of any resulting contract shall be Full-time Employees and directly employed by and supervised by Contractor(s). Subcontracting of any work under any resulting contract is not allowed. 8. Access a. Access to the buildings shall be directed by the University Liaison. b. Contractor employees shall not be accompanied in their work areas on the premises by acquaintances, family members or any other person unless that person is an authorized contractor employee. 9. Emergencies a. Emergencies are defined as a natural disaster, significant weather events (such as snow, ice storm, hurricanes or tornadoes), or service calls requiring immediate attention (such as building flooding due to plumbing leaks, contractor fault, ruptures, or inadvertent activation). When on site during these events, the Contractor shall immediately notify the University Liaison and Public Safety. 10. Drug and Smoke / Tobacco Free Workplace a. Contractor, its employees and/or agents performing services on state property are prohibited from: i. The unlawful manufacture, distribution, dispensing, possession or use of alcohol or other drugs, including tobacco; and ii. Any impairment or incapacitation from the use of alcohol or other drugs, including tobacco (except the use of drugs for legitimate medical purposes). b. Violation of these prohibitions constitutes a breach of contract and may result in default action being taken by the University in addition to any criminal penalties that may result from such conduct. P a g e 26 | 35 11. Key Control a. Key and FOB access to buildings shall be provided to Contractor(s). Only Contractor designated supervisors/Project Managers shall be authorized to have building keys in their possession. Under no circumstances shall keys be given to any other contractor personnel. All key rings shall be listed on a daily key log with the name of the employee receiving the keys with a time out and time signed in annotated. All keys shall be accounted for prior to personnel leaving for the day. No University keys may leave campus. Contractor shall pay re-keying costs resulting from lost keys. This could involve the rekeying of entire buildings. 12. OSHA Guidelines a. Contractor shall comply with all applicable Occupational Safety and Health Act and Regulations. 13. Other Contracts a. The University may undertake or award other contracts for additional work being performed in the buildings that may run concurrently with the work being performed by the Contractor and Contractor shall fully cooperate with other contractors and University employees and carefully fit its work around additional work directed by the University Project Coordinator. Contractor shall not commit or permit any act, which will interfere with the performance of work by another contractor, or by University employees. The University reserves the right to utilize the services of any contractor to provide any type of services in the facilities covered in this RFP. 14. Safety and Health a. General: Contractor shall maintain or establish a complete safety and health program to assure safety of contractor employees, and University students and staff. This program shall include items such as: employee training, personal protective equipment, hazardous materials and equipment, blood borne pathogens, safe equipment operation, policies and procedures. b. Applicable Publications: All state and local health, fire, public safety and environmental regulations, where applicable, shall be followed. c. The University Liaison shall be notified of fire alarm deactivation and reactivation needs, use of noisy equipment, high odorous or toxic materials, or any type of activity that may disrupt the University’s public service mission and required notification, scheduling, or coordination. 15. Quality Assurance a. Contractor shall maintain and provide weekly quality inspections to the University covering all buildings/services under any resulting contract. The successful Contractor shall have a documented Quality Inspection Program In-place. The Program shall be approved by the University Liaison prior to contract award. Complete records of all inspection work performed by P a g e 27 | 35 Contractor shall be maintained and made available to the University Liaison upon request. b. The University shall inspect all areas for compliance with the contract. The University shall perform inspections and test in a manner that will not unduly delay Contractor from completing work required by these specifications. c. The proposal response shall include a Quality Assurance Plan. This plan shall include: i. Comprehensive program information 1. When quality inspections are performed 2. How often they’re performed 3. Who performs the inspections 4. How poor performance is addressed 5. Role of each member in the process 6. How information will be disseminated to the University ii. How needed improvements shall be implemented iii. Submittal of an actual Quality Assurance Report from a current client/customer iv. Site quality analysis report from current customer 16. Reporting Requirements a. After award and prior to contract start date, Contractor shall provide the following: i. Contact information for all responsible parties, which the University may use to directly and immediately contact Contractor, and/or on-site employees. This information shall include the Central Office address, phone and fax ii. Concerns and suggested changes to work assignments/schedules for all floor work shall be presented to the University Liaison for approval. Contractor shall complete all assigned work as scheduled. iii. Contractor shall provide the following reports to the University Liaison: weekly quality assurance reports, daily reports on any leaks, missing or lost keys, and damage to building surfaces, safety hazards, inoperable fixtures and accident reports as needed. 17. UMKC’s Obligations a. The University Liaison will review Contractor reports, visually inspect each building, and jointly visit all buildings with Contractor representative. b. Dispute Clause – Conflict Resolution i. Contractor shall bring contract conflicts to the attention of the University Liaison. The University Liaison will resolve the conflict within three (3) days of receipt of a written statement from Contractor. The decision of the University Liaison may be appealed in writing to the Building Services Manager, whose decision will be final. No payment will be made until the conflict is resolved. P a g e 28 | 35 c. The University Liaison will be the primary liaison with other University departments and tenants to keep work areas clear, accessible and free of obstruction. d. The University will provide Contractor with all normal utilities necessary for the performance of the contract. 18. Schedule of Services The University makes no claim as to the accuracy of the building data provided in this document and strongly encourages awarded Contactors to verify square footage and report any discrepancies to the University Liaison. a. Contractor shall perform the majority of work starting at 10:00 p.m. and concluding at 6:30 a.m., Monday through Friday. Any exceptions shall be coordinated through the University Liaison prior to scheduling or performing any work outside of specified times. b. The University is closed on the following tentative holiday schedule: Month January January May July September November December Holiday New Year’s Day Martin Luther King Day Memorial Day Independence Day Labor Day Thanksgiving Day Christmas Day 19. EQUIPMENT STORAGE a. The Contractor shall not leave equipment in university buildings overnight or after daily work is completed without prior approval by the University. All Contractor equipment, supplies, tools, and consumables shall be removed from campus on a daily basis, unless otherwise approved by the University’s Project Coordinator. 4. CONTRACTOR EXPERIENCE / MANAGEMENT REQUIREMENTS 1. Must have a minimum of three (3) years’ experience in floor care as referenced within the scope of work indicated in Section 2 2. Must provide a minimum of five (5) written references that: a) Indicate the Contractor’s ability to manage multiple accounts that run concurrently within an environment similar in size and nature to UMKC for not less than a 3-year period P a g e 29 | 35 b) Totaled at least 300,000 sq ft. and indicate customer satisfaction with floor care service. 3. Identify the Supervisor and Project Manager to be provided the University under a contract and include that individual’s qualifications (resume required) upon award of RFP and prior to start of any work. Failure to provide any of the required information may constitute a basis for disqualification of the entire proposal response. If a contractor meets the minimum requirements and experience, qualifications above the minimum will be considered when evaluating the proposal responses. 5. PROPOSAL EVALUATION CRITERIA General Information From the total information requested, award shall be made as to the most advantageous proposal to the University. Evaluation of each proposal shall be made based on the following criteria, listed in relative order of importance: 1. Price 2. Experience and Qualifications 3. Project Approach 4. Minority and Women Business Enterprises (M/WBE) General Information Proposals shall remain open and subject to acceptance for 90 days from the date of proposal opening. During this period, respondents may not make material modifications, corrections, or changes (including pricing) to their proposal. When the item asks for information, provide a detailed response. Do not refer solely to attached sales literature as a response. The University reserves the right to declare the proposal as non-responsive if the respondent fails to respond fully to any part of the RFP. Shortlisting: The University reserves the right to shortlist the respondents on all of the stated criteria. However, the University may determine that shortlisting is not necessary. Interviews: The University reserves the right to conduct interviews with some or all of the respondents at any point during the evaluation process. However, the University may determine that interviews are not necessary. In the event interviews are conducted, information provided during the interview process shall be taken into consideration when evaluating the stated criteria. The University shall not reimburse the respondent for the costs associated with the interview process. P a g e 30 | 35 Additional Investigations: The University reserves the right to make such additional investigations as it deems necessary to establish the competence and financial stability of any respondent submitting a proposal. Prior Experience: Experiences with the University and entities that evaluation committee members represent and that are not specifically mentioned in the solicitation response may be taken into consideration when evaluating proposals. Incomplete proposals will not be considered. P a g e 31 | 35 6. BID QUOTE: Item Description Year Cost 1. Hard Floor Care per the Previous Specifications Est. Qty 306,000 sq. feet Unit Cost $_______/sq ft Total First $_________ SPECIFY % INCREASE SUCCESSIVE YEAR RENEWALS: % INCREASE FOR 2ND YEAR, IF APPLICABLE: %________ % INCREASE FOR 3RD YEAR, IF APPLICABLE: %________ % INCREASE FOR 4TH YEAR, IF APPLICABLE %________ % INCREASE FOR 5TH YEAR, IF APPLICABLE %________ **THERE ARE TO BE NO ADDITIONAL COSTS! ** P a g e 32 | 35 7. BIDDERS’S CERTIFICATE: The Bidder hereby certifies: That this Bid is genuine and is not made in the interest of or on behalf of any undisclosed person, firm or Corporation, and is not submitted in conformity with any agreement or rules of any group, association or Corporation: That he has not directly or indirectly induced or solicited any other bidder to put in a false sham bid; That he has not solicited or induced any person, firm or corporation to refrain from bidding; and That he has not sought by collusion or otherwise to obtain for himself any advantage over any other bidder or over the University. Bidder will not discriminate against any employee or applicant for employment because of race, creed, color or national origin in connection with the performance of the work. By virtue of the policy of the Board of Curators, and by virtue of statutory authority, a preference will be given to materials, products, supplies, provisions and all other articles produced, manufactured, mined or grown within the State of Missouri. By virtue or the policy of the Board of Curators, preference will also be given to all firms, corporations, or individuals doing business as Missouri firms, corporations, or individuals, all as more fully set forth in “Information for Bidders”. Authorized Signature Date Printed Name Title Company Name Mailing Address City, State, Zip Phone No. Federal Employer ID No. Fax No. e-mail Address Circle one: Individual Partnership Corporation If a corporation, incorporated under the laws of the State of__________ Licensed to do business in the State of Missouri? ____yes _____no This signature sheet must be returned with your proposal as a part of your response P a g e 33 | 35 ADDRESS FOR COMMUNICATIONS (Each bidder must complete the Bid Form by signing in the proper signature line above and by supplying the required information called for in connection with the signature. The information called for is necessary in the proper preparation of the contract and performance bond. Each bidder must supply the data called for in the accompanying “Statement of Bidder’s Qualifications.”) 8. STATEMENT OF BIDDER’S QUALIFICATIONS 1. Number of years in business: ____________. If not under present firm name, list previous firm names and types of organizations. ____________________________________________________________ ____________________________________________________________ ____________________________________________________________ 2. Contracts on hand: (Complete the following schedule.) ITEM PURCHASER AMOUNT OF PERCENT YOUR CONTRACT COMPLETED ____________________________________________________________ ____________________________________________________________ ____________________________________________________________ ____________________________________________________________ ____________________________________________________________ 3. There has been no default in any contract completed or uncompleted except as noted below: a. Number of contracts on which default was made: ___________ b. Description of defaulted contracts and reason therefore: ____________________________________________________________ ____________________________________________________________ P a g e 34 | 35 4. List banking references: ____________________________________________________________ ____________________________________________________________ ____________________________________________________________ 5. A. Do you have a current confidential financial statement on file with University? ________ If not, and you desire, you may file such statement with this bid, sealed in a separate envelope and appropriately designated. B. If not, will you within 3 days file a detailed confidential financial statement if requested? YES ______ NO________ (check one) Dated at _______________________________________________________ this _____________day of_________________, 20_____. ___________________________ NAME OF ORGANIZATION(S) BY_________________________ SIGNATURE ____________________________ TITLE OF PERSON SIGNING P a g e 35 | 35
© Copyright 2025