Artisan Pest and Termite Control

Agency: Town of Westerly
State: Rhode Island
Type of Government: State & Local
Category:
  • S - Utilities and Training Services
Posted: Mar 7, 2024
Due: Mar 28, 2024
Solicitation No: 25-02
Publication URL: To access bid details, please log in.
Bid Number: 25-02
Bid Title: Artisan Pest and Termite Control
Category: Services (Professional, Support, Consulting and Misc. Services)
Status: Open

Publication Date/Time:
3/7/2024 1:30 PM
Closing Date/Time:
3/28/2024 2:00 PM
Related Documents:

Attachment Preview

TOWN OF WESTERLY/WESTERLY PUBLIC SCHOOLS
REQUEST FOR QUOTATION
RFQ Description: ARTISAN Pest and Termite Control
RFQ Number: 25-02
March 7, 2024
The Town of Westerly/Westerly Schools (Town), Westerly, RI, acting through its Purchasing Agent,
is hereby soliciting sealed bids for the above referenced RFQ and you are hereby invited to submit
hourly rates for the Scope of Work described in this Request for Quotation, in strict accordance with
the Bid Documents.
TERMS AND CONDITIONS
Bids shall be based on the Terms and Conditions as referenced in this Request for Quotation.
BID DUE DATE/SUBMITTING INSTRUCTIONS
BIDS ARE DUE and MUST BE SUBMITTED on the attached BID FORM, Attachments B, NO
LATER THAN 2:00 p.m. EST, March 28, 2024. A Bid submitted on other than the attached BID
BREAKDOWN FORM may be rejected. Envelopes containing bids must be sealed and addressed
to the undersigned, at the Purchasing Department, Westerly Town Hall, 45 Broad St., Westerly, RI
02891 and must be clearly marked with the Name and Address of Bidder, Bid Due Date and Time,
and RFQ Number and Title. Bidders must include one copy and a Digital Copy on Disk or Flash
drive of the Bid as defined in the Instruction to Bidders.
BIDDER’S QUESTIONS
Questions regarding this solicitation must be emailed and received by the Purchasing Agent at
ecardillo@westerlyri.gov no later than 12:00 pm on March 20, 2024, in a Microsoft Word attachment
with the corresponding solicitation number. Questions, if any, and responses will be posted on the
Town of Westerly website at www.westerlyri.gov as an addendum to this solicitation.
SPECIAL INSTRUCTIONS TO BIDDERS
1. Bidder shall base the Proposal on providing all materials and equipment, FOB jobsite.
2. Bidders shall note that their bid is based on Prevailing Wage (RIGL Sec 37-13-1 et seq.).
The successful bidder and its subcontractors must pay their workers at the applicable
prevailing wage rates (adjusted every July 1) for the various trades on a weekly basis
and submit certified weekly payroll as described in the Instructions to Bidders. Prevailing
wage rate schedules are available at the Rhode Island Department of Labor and Training
website at www.dlt.ri.gov.
3. Quotes must be firm for a minimum of 120 days from date of submission.
4. Bid Completeness - Pricing submitted on this project must be an all-inclusive price. The
intent of an all-inclusive Price is such that no Adds or Change Orders will be necessary.
5. If the Bidder submits a supporting/additional document with their bid, that document must
include page numbers.
6. This project is Tax exempt for Rhode Island Sales Tax and Federal Excise Taxes.
7. The Successful Bidder MUST be able to have a response time that will allow an assigned
project to be completed when requested by the Town/School.
1
TOWN OF WESTERLY/WESTERLY PUBLIC SCHOOLS
RFQ BID DOCUMENTS
Bidder Information Pages 1-2
Attachment A Scope of Work, Page 3-6
Attachment B Bid Form Pages 7-10
Attachment C Instruction to Bidders Pages 11-13
Appendix A Bidder Certification Pages 14-18
Appendix B Westerly Standard Contract Pages 19-28
BIDDER CERTIFICATION FORM (see APPENDIX A): Bidders must include, complete, and
submit a Bidder Certification Form with each bid proposal.
This solicitation is available at www.westerlyri.gov.
The Town of Westerly/Westerly Schools reserves the right to reject any/all bids, waive any informalities
in the bids received and to accept and award the bid to the lowest qualified bid deemed most favorable
to the interest of the Town/School.
The Town/School does not discriminate based on age, color, gender, national origin, race, religion,
sexual orientation, or disability in accordance with applicable laws and regulations.
Regards,
Eileen Cardillo
Purchasing Agent
Town of Westerly/
Westerly Public Schools
45 Broad Street
Westerly, RI 02891
Tel: (401) 348-2599
Email: ECardillo@westerlyri.gov; www.westerlyri.gov
2
TOWN OF WESTERLY/WESTERLY PUBLIC SCHOOLS
ATTACHMENT "A"
SCOPE OF WORK
RFQ 25-02
Description of Scope
This Contractor will be responsible for the completion of the following work scope items. Provide the Town of
Westerly/Westerly Public School the. services of a licensed Pest and Termite Control Technician in the State of
Rhode Island and an apprentice/helper (if required) for a three-year Master Pricing Agreement period from July
1, 2024 to June 30, 2027 with optional extensions of two (2) one (1) year terms at the Town/Schools discretion
according to the agreed upon hourly labor rates, work schedules, and parts and materials percentage markup.
It must. be understood that the total costs per individual job (service request) cannot exceed $7,500.00
including parts and materials.
The Successful Bidder will be required to furnish the Town of Westerly/Westerly Public Schools adequate proof
of federal liability, motor vehicle liability, and worker's compensation insurance in amounts sufficient to satisfy
Town and School requirements specified herein, and to maintain said insurance for the duration of the contract
period.
The Successful Bidder will have adequate manpower to satisfy Westerly's routine and emergency requirements.
It should be noted that there will not be a guaranteed contract but only a Master Pricing Agreement between
the contractor and Westerly. Westerly makes no assurances, intended or implied, that the winning bidder will
receive any given number of service requests during the contract period of the contract. Westerly also reserves
the right to cancel the agreement at any time, with or without cause, without penalty or obligation.
The Successful Bidder agrees to submit ALL Quotes to Westerly and provide written documentation of
material/equipment costs.
It is intended that the vast majority of the work will be routine in nature and scheduled during regular business
hours. However, emergencies could occur. Repetitive failure to initiate service with the allotted response time
will be grounds for cancellation of the contract.
It is expected that work performed according to recognized industry standards, that all required replacements
parts and materials are warranted by respective manufacturers. Failure to meet the quality standards of
Westerly will be grounds for termination of the contract.
The Successful Bidder will be required to comply with the State of Rhode Island Prevailing Wage requirements
for the applicable trades.
All bid prices will be considered firm. All bid prices shall be all inclusive of any additional charges. Travel or
fuel surcharges will not be allowed.
All orders must be clearly identified with purchase order number, department name and person's attention.
Unless deemed an emergency no work orders shall be filled without a Purchase Order. Invoice must not
exceed purchase order amount and must show the Purchase Order Number. Invoice must be submitted within
30 days of the service performed. Certified Payroll forms must be submitted with each invoice.
Staffing of Job: The Successful Bidder will provide the appropriate number of staff for each job and will not
artificially load the job with helper/apprentices etc. The Town/School will not pay for non-required personnel.
Material/Equipment: The Successful Bidder agrees to provide written back-up documentation of acquisition
costs upon request by the Town of Westerly/Westerly Public Schools, for items over $300.00 and will solicit
competitive quotes for the parts/materials/equipment over $1,000.00.
RI Licenses are required, and a copy must be submitted with the bid.
Description of IPM Methods and Products Summarize nonchemical IPM methods
proposed and choose pest management strategies that are:
Least disruptive of natural controls
3
TOWN OF WESTERLY/WESTERLY PUBLIC SCHOOLS
Least Hazardous to human health
Least toxic to non-target organisms
Least damaging to the environment
Most likely to produce a permanent reduction of the pest population
Easiest to carry out effectively, and
Most cost effective over the short and long term
Do not apply pesticides inside or outside unless visual inspection or a monitoring
device indicates the presence of that specific area.
Control rodents inside buildings only with trapping devices. All such devices shall
be concealed from view, being placed in protected areas unaffected by routine
cleaning and other operations. The Contractor is responsible for disposing of all
trapped rodents and all rodent carcasses in an appropriate manner.
Use portable vacuum rather than pesticides sprays for initial cleanouts of
cockroach infestations, for swarming (winged) ant and termites, and for control of
spiders in webs.
Bait formulations shall be the standard pesticide technology for cockroaches and
ant control, with alternate formulations restricted to unique situations where baits
are not practical.
● The Contractor shall apply all insecticides as “crack and crevice” treatments only,
defined as treatments in which the formulated insecticide is not visible to a
bystander during or after the application process.
List EPA-approved pesticides products proposed for use in the program together
with the rationale, proposed methods of use, and methods planned to minimize
exposure. For each pesticide, list the product name, EPA registration number,
pest targeted, and where pesticide will be applied (e.g., indoors, in wall voids or
outside).
Log Book: The Contractor shall be responsible for maintaining an complete and
accurate Pest Management Log Book at each facility that is served under the contract.
The log book shall be updated at each visit by the Contractor. If the facility lacks a Log
Book, the Contractor is responsible for providing one. The Log Book shall contain at
minimum the following items:
A copy of the IPM plan and/or service schedule for the building.
A copy of each license, certification, or proof of insurance required.
A list of pesticides used, including copies of sample labels and material
safety data sheets (SDS). All pest control products must be registered by
the U.S. EPA for residential use and must be applied according to the
manufacturer's label instructions.
A pest sighting log where new work orders and focus list is updated.
The locations of all traps and bait stations on the premises, preferably in
map format.
Copies of all service report forms for the facility
Sample educational materials
Inspection/Sanitation Report (service tickets): Upon completion of each
routine inspection at the property, the Contractor must submit a summary highlighting
troubled areas or units. The Contractor must submit the report in hard copy format. The
hard copy must be signed by the building representative and kept in the IPM Log. An
individual Service Ticket must be completed for each unit in which pesticides were
applied.
4
TOWN OF WESTERLY/WESTERLY PUBLIC SCHOOLS
Quality Control SUmmary (bi-annually): A report on the quality control
program in place that quantitatively and qualitatively measures the successes and
failures of the program. A report on the findings of quality control shall include
recommendations for improvement including, but not limited to the following:
Brief narrative discussing the findings as they relate to an increase or new
infestations by school, including recommendation for treatment or
preventative measures.
Discussion of any finding of deficiencies due to lack of access,
inadequate or improper treatments, or recommendations of change to a
more effective chemical.
Provide a formal list of recommendations including photos where
applicable. These recommendations should identity desirable structural
or operational changes and pest-proofing activities or modification of staff
operational methods or timing that would improve pest management
efforts(e.g., caulking around pipes)
This bid may be awarded as two different contracts - one for the
Town and one for the School
Specifications
Company shall provide all labor and material necessary to complete the work.
Company shall provide proof of liability and worker’s compensation insurance.
Company shall provide all information regarding proposed material to be used.
Company shall provide all written copies of work performed at each location.
Company shall provide detailed information with regard to a pest management program for
facilities, which shall provide sanitary, structural, cultural, mechanical, non chemical and
chemical controls to prevent, exclude and/or eliminate pests.
Company shall provide information with regard to the availability of staff training.
*Company shall provide information with regard to a monthly service plan and quality control.
*Information to be submitted with bid
5
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.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...Contact Person Contact Phone 05/25/2024 3:00 pm Consulting Services to Update and Expand ...

State Government of Rhode Island

Bid Due: 5/25/2024

..., Support, Consulting and Misc. Services) Status: Open Publication Date/Time: 4/12/2024 9:30 AM ...

Town of Westerly

Bid Due: 5/03/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.