The proposals will be evaluated and further discussions may be held before announcement of the firm selected.

Size: px
Start display at page:

Download "The proposals will be evaluated and further discussions may be held before announcement of the firm selected."

Transcription

1 June 18, 2018 TO: Prospective Proposers RE: Request for Quotation (RFQ) Uniform Rental and Cleaning Services The Greater Dayton Regional Transit Authority (RTA) is interested in receiving quotes from firms interested in Rental & Cleaning of Maintenance Uniforms. Your firm is invited to submit a quote. In order to be considered, please ensure that one (1) original and three (3) copies of your proposal are received by the undersigned no later than June 29, 10:00 a.m. Quotes may be mailed, delivered or sent by delivery service addressed to the undersigned at Greater Dayton Regional Transit Authority, 4 S. Main Street, Dayton, OH Please allow additional working days for the internal delivery of mailed quotes in addition to the U.S. Postal Service delivery. Affirmative Action Assurance (AAA) Approval: The RTA requires firms to submit with their quote the AAA approval from the City of Dayton Human Relations Council. In order to complete the AAA application process, the vendor must first log onto the City of Dayton s vendor certification portal, CityBOTS ( and complete the online AAA form. Please find directions on completing the application process in Part IV, Proposal Submission, City of Dayton s AAA Approval Certification. This process may take up to ten (10) business days to complete. DBE Participation: It is the policy of the Department of Transportation (DOT) that DBE s, as defined in 49 CFR, Parts 23 and 26, shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with federal funds under this Agreement. Although the DBE goal for this procurement is 0%, RTA welcomes DBE participation. The proposals will be evaluated and further discussions may be held before announcement of the firm selected. The successful vendor will receive a blanket purchase order in accordance with the effective date stated in this Request for Quotation. No written notification of the award will be sent. The RTA reserves the right, as the interest of the RTA requires, to postpone, accept or reject any and all quotes and to waive any informality in the quotes received.

2 A quote may be withdrawn by personal, written, or telegraphic request received from the proposer prior to the scheduled opening date. No quote may be withdrawn for a period of 60 days after the opening date. If you have any questions relating to this solicitation, please contact me at (937) Sincerely, Tamea Wiesman Tamea Wiesman, CPPB Sr. Purchasing Agent Attachment page 2

3 PART I UNIFORM RENTAL AND CLEANING SERVICES SCOPE OF WORK / SPECIFICATIONS The RTA Maintenance Department employees are an integral part of the RTA. They are often in the public view, and it is important to RTA that they portray a clean and professional appearance at all times. The RTA requires uniform rental and cleaning services for approximately 130 employees as follows: RTA Hourly Maintenance Employees Inventory Specialists Material Control Specialists Apprentices The following specifications are to be strictly adhered to in supplying uniforms. 1. The supplier shall adhere to these specifications and shall furnish new uniforms cut for both men and women. Please advise if some garments are available in only men s or unisex sizes. Men s or unisex sizes must be available in size Small. 2. Sizes: The majority of uniforms required range from Small to 5XL with lengths up to 36 ; however shirts and jackets up to 7XL and pants with a waist of 52 are also required at this time. Address in your proposal how your firm will supply these or any other Big/Tall sizes required. If your solution requires the use of a different garment than specified, please provide details. 3. Additional uniforms required after the award of the contract for new employees shall be new. 4. Uniform material will be either cotton or polyester blend, unless otherwise specified, as selected by the employee at the beginning of the contract. See #5 for additional details regarding blends. Only the specific items and styles, as specified herein are permissible. Additionally, once the contract has been awarded and the employee has made his/her uniform choices, they WILL NOT be able to make any changes to their selection unless approved by RTA management. All employees will be measured for proper size prior to furnishing the uniforms. 5. All employees uniforms will consist of dark green jackets and trousers and dark green shirts. Dark green shirts are the preferred color. Approx. 80% of the workforce will require the dark green shirts to have yellow reflective striping (Enhanced Visibility). Approximately 20% of the work force will require 100% cotton work uniforms (pants and shirts). All jackets are to have yellow reflective striping (Enhanced Visibility). ALL employees will wear matching uniforms, meaning the pants and shirts will be of the same material - No mismatch of blends. Employees in safety sensitive electrical jobs will be required to wear 100% cotton (Line Crew, B&G, and Utility Mechanical). a. The employees will be able to choose either a short or long sleeve shirt at the beginning of the contract. Employees WILL NOT be permitted to make any changes to their selections unless approved by RTA management. page 3

4 b. Name patches and RTA logo patches will be provided by the supplier, and the supplier will sew them on each employee shirt and jacket. Lettering on the name patches is to be ½ height block style embroidery. The name patches shall be 1¾ x 3½ in size and are to be white patches with dark green borders and embroidery to coordinate with the RTA logo patch. The RTA logo is a two-color logo: PMS 361 (dark green) and PMS 382 (light green). An example of the logo is attached. The logo shall be embroidered on a 1¾ x 3½ patch with a white background. Color separated artwork can be provided to successful proposer upon request. A sample patch must be submitted by the successful vendor to RTA for approval prior to production. Sample shall be submitted to Tamea Wiesman, Purchasing Agent. c. The name patch shall be over the left pocket on the shirts. The RTA logo patch shall be over the right pocket on the shirts. The name patch shall be on the left chest of the jackets, and the RTA logo patch shall be on the right chest of the jackets. d. Amalgamated Transit Union patches are not included under this contract. The RTA will not be responsible for any production or application costs of the Amalgamated Transit Union patches, and the cost for these patches should not be reflected in the unit prices quoted. If hourly Maintenance employees elect to have the union patch added, not at the expense of RTA, it shall be placed on the left arm of shirts or jackets. 6. To ensure a clean change of uniform each day of a five-day workweek, the supplier shall be required to supply eleven uniforms for each employee - five for cleaning, five in the locker and one on the employee. The supplier shall be required to supply one change of jackets - one for cleaning and one on the employee. 7. Supplier shall provide unit prices for jackets in two ways: a. Seasonal wear. Jackets would be in use by RTA for approximately 8 months per year, approximately October through May. b. Year-round. Jackets would be kept in use year-round. RTA shall have the right to determine which method best meets the needs of the Authority. 8. Supplier shall provide weekly laundry/cleaning services for uniforms and jackets. This cost will be reflected in the supplier s unit prices. It should be noted that this is a transit vehicle maintenance environment, and due to the nature of the work, uniforms will be in contact with greases, oils, paints, etc. A heavy duty wash cycle may be required. Excessively stained uniforms will not be accepted by RTA. 9. The supplier will have a designated representative that will count or scan uniforms in the presence of an RTA representative, at a designated time and day during normal working hours. Supplier will ensure that their designated representative will pick up and deliver uniforms on the same day and time each week. On site counting is not mandatory if an electronic pick-up and delivery report is provided on a weekly basis. page 4

5 10. Each proposer shall describe in detail their Quality Assurance program and method of tracking uniforms, invoicing, and reporting shortages, as well as any additional reports available to RTA to assist in managing this uniform program. 11. All stitches on the uniforms must be of the proper tension and size so as to avoid puckering after the shirt has been laundered. Buttonholes shall be well made. 12. Supplier shall permit authorized personnel of the RTA to visit and inspect the supplier s facility. 13. Each proposer is to furnish a sample of the following uniform articles with their quote as a condition of responsiveness. All samples will be returned. Item 1(a) or (b) Work Shirt, polyester/cotton blend (Yellow reflective striping-enhanced visibility) Item 2 (a) or (b) Work Shirt, 100% cotton Item 3 Work Pants, polyester/cotton blend (Yellow reflective striping-enhanced visibility) Item 4, Work Pants, 100% cotton 14. Each proposer is to furnish a color catalog or pictures and full item descriptions and specifications for all items on the quote form. 15. Supplier must provide hampers and numbered, locking storage lockers where employees may place dirty uniforms and pick up clean uniforms. A picture of the lockers being provided, along with their dimensions, must be included with the quote. Lockers shall be located in three buildings on the RTA Longworth Campus; i.e. 600 Longworth St., 601 Longworth St., 705 Longworth St., 901 Ludlow St. and 940 S. Veterans Blvd. The cost of the locker rental will be reflected in the price of the clothing. (Note: The 705 locker location will be moved to 901 Ludlow St. at some point during the contract term.) 16. All uniforms will be supplied by one company for a two-year period. At any time during the contract period, if an employee has garments and needs upgrades, good quality used garments will be accepted. 17. Supplier will be required to do on-site fittings at RTA during 1 st, 2 nd, and 3 rd shifts. Exact times and dates to be at the discretion of RTA. Supplier is required to take measurements during on-site fittings to ensure proper fit of uniforms. 18. Notification of award will be made no later than July 11, All employees are to be in uniform on August 17, 2018, including those requiring extended sizes (Big and Tall). In order to accomplish this, Vendor must be prepared to conduct on-site fittings (measurements) and exhibit sample garments at RTA the week of July 16, 2018, or as requested by RTA. 19. Invoices MUST be broken down by the following RTA departments or separate invoices must be provided by department. Maintenance Building & Grounds/Janitors Infrastructure/Line Crew ADA Mechanics page 5

6 Material Control Specialist 20. Shortages: RTA will report all shortages and/or incorrect deliveries to the contractor as soon as they are found. It is important that RTA maintain sufficient uniforms on hand for the employees. Weekly employee uniform delivery shortages and/or issues will be corrected by the contractor by the next business day after notification of the shortage. Failure to do so will result in documentation to the contract file. Repeated failures may result in termination of the contract. 21. Exchanges: Employees may exchange garments for a different size during the contract period at no additional charge. 22. The supplier is to give full credit to the RTA for any employee who is on vacation or on sick leave/disability/workers compensation, etc. Monthly, RTA will provide a faxed list to Vendor broken down by week and department number detailing any such credits due. Credits received must refer to the proper RTA department/account number. 23. RTA shall promptly notify vendor and turn in uniforms of employees who have left RTA employ, retired, etc. RTA shall be responsible for laundry fees of returned items; however, vendor shall then immediately discontinue invoicing of the individual s uniform service with no penalty to RTA. 24. Supplier shall mend/repair all reported defects in the uniforms and jackets. This cost will be reflected in the supplier s unit prices. RTA employees shall affix a repair tag to garments in need of attention and place in pick-up bin. Vendor shall also inspect all garments weekly to detect those needing repair or replacement. Heavily stained or damaged garments shall be replaced rather than repaired. Normal wear and tear replacement garments cannot be billed. It should be noted that this is a transit vehicle maintenance environment, and due to the nature of the work, uniforms will be in contact with greases, oils, and in some cases, battery acids. This shall be considered normal wear and tear, and excessively worn/torn/soiled/stained uniforms and jackets shall be replaced as necessary at no additional charge, at the sole discretion of RTA Management, to improve and ensure the professional appearance of all employees. On average, a half dozen employee positions lend themselves to excessive, regular, and ongoing soil/wear and will require semi-annual uniform replacements throughout the contract period. This is to be considered normal wear and tear and should be factored into your unit prices. The contractor will be allowed one week to provide replacement uniforms. Supplier must provide a statement outlining uniform replacement costs in the event an article is lost/not returned or vandalized. These are the only instances in which RTA shall incur replacement costs. All other replacements due to wear and tear from the vehicle maintenance environment shall be conducted at no additional charge to RTA. page 6

7 UNIFORM SPECIFICATIONS Item 1 Color Fabric Blend Finish Closure Collar Cuffs Facings Pockets Other WORK SHIRT To be available in short sleeve or long sleeve Dark Green/Yellow reflective striping-enhanced Visibility 4¼ oz. (+/- ½ oz.) Leno-weave or approved equal 65% Dacron polyester/35% cotton poplin Durable press with soil release Six or seven buttons with vertical buttonholes, gripper at neck Two-piece, lined with sewn-in stays One piece, fully lined Stitched-down front Two button-through hex style with angled bartacks Separate two-piece yoke Item 2 Color Fabric Blend Finish Closure Collar Cuffs Facings Pockets Other WORK SHIRT - To be available in short sleeve or long sleeve Dark Green 5 or 6 oz. (+/-½ oz.) twill or approved equal 100% combed cotton Preshrunk Six or seven buttons with vertical buttonholes, gripper at neck Two-piece, lined; no stays One piece, fully lined Stitched-down front Two button-through hex style with angled bartacks Separate two-piece yoke; polyester and polycore thread on main seams (Continued on next page) page 7

8 Item 3 Color Fabric Blend Finish Closure Waistband Pockets Silhouette WORK PANTS POLY/COTTON Dark Green 7 ¾ oz. (+/- ½ oz.) twill or approved equal 65% Dacron polyester/35% cotton Pre-cure crease resistant Heavy duty brass ratcheting zipper, button closure Inner-lined for body and shape, rokap construction Two slack style front pockets, two set in hip pockets; darts over hip pockets for better fit Slight taper Item 4 Color Fabric Blend Finish Closure Waistband Pockets Silhouette WORK PANTS 100% COTTON Dark Green 8 ¼ oz. (+/- ½ oz.) preshrunk twill or approved equal 100% carded cotton Vat dye Heavy duty brass ratcheting zipper, button closure Inner-lined for body and shape, rokap construction Two slack style front pockets, two set in hip pockets; darts over hip pockets for better fit Slight taper Item 5 Color Fabric Blend Finish Closure Pockets Silhouette WORK PANTS JEAN-CUT Dark Green 8 oz. (+/- ½ oz.) twill or approved equal 65% Dacron polyester/35% cotton No-iron Heavy duty brass ratcheting zipper, button closure 4 double-stitched, jean-style pockets Boot cut page 8

9 Item 6 Color Fabric Blend Closure Waistband Pockets Silhouette WORK PANTS Women s Half Elastic Dark Green 8 ¼ oz. (+/- ½ oz.) cotton twill 65% polyester/35% cotton twill Heavy duty brass ratcheting zipper, hook & eye closure Inner-lined for body and shape, half-elastic waist Two slack style front pockets Straight leg Item 7 Color Fabric Blend Finish Closure Collar Cuffs Pockets Length Other HIP LENGTH JACKET Dark Green/Yellow reflective striping-enhanced Visibility 7 ½ oz. (+/- ½ oz.) twill or approved equal 65% Dacron polyester/35% cotton Durable press with soil release Solid brass zipper Two-piece, topstitched Two-position adjustable Two on-seam pockets and patch pocket on left sleeve Hip length Permanently lined with black quilted nylon taffeta Item 8 Color Fabric Blend Finish Closure Collar Cuffs Waistband Pockets Length Other TEAM JACKET Dark Green/Yellow reflective striping-enhanced Visibility Twill or approved equal 65% Dacron polyester/35% cotton Durable press with soil release Solid brass zipper Ribbed Ribbed Ribbed Two slash pockets and patch pocket on left sleeve Waist length Permanently lined with black quilted nylon taffeta page 9

10 Item 9 Color Fabric Blend Closure Pockets Silhouette OPTIONAL CARGO WORK PANTS POLY/COTTON (Vendors are not required to quote this item in order for their quote to be considered.) Dark Green 8 oz. (+/- ½ oz.) poly/cotton twill or approved equal 65/35 polyester/cotton Heavy duty brass ratcheting zipper, button closure Two pleated cargo pockets with flaps. Back patch pockets with buttondown flaps Relaxed Fit Item 10 Color Fabric Blend Closure Pockets Silhouette OPTIONAL CARGO WORK PANTS 100% COTTON (Vendors are not required to quote this item in order for their quote to be considered.) Dark Green 8 oz. (+/- ½ oz.) wrinkle resistant cotton twill or approved equal 100% cotton Heavy duty brass ratcheting zipper, button closure Two pleated cargo pockets with flaps. Back patch pockets with buttondown flaps Relaxed Fit page 10

11 PART II SPECIAL CONDITIONS page 11

12 SPECIAL CONDITIONS REQUEST FOR CLARIFICATION OR APPROVED EQUALS: Where brand names or specific items or processes are used in the specifications, consider the term "or equal" to follow. However, a request for approval for any proposed substitution as an approved equal must be submitted in writing to the RTA, no later than June 22, Acceptance of any proposed substitution will be at RTA's discretion. The quoter shall supply the RTA with performance data, samples and special guarantees as a condition of acceptance of any proposed substitution. An item of material shall be considered equal to the item so named in the specifications if: (1) it is at least equal in quality, durability, appearance, strength, and design; (2) it will perform at least equally the function imposed by the general design for the material or equipment being purchased; and (3) it conforms substantially, even with deviations, to the detailed requirements for the item in this specification. Approved equals, changes or modifications to the specifications will be made by written addendum and sent to all bidders of record and posted on the RTA Procurement website. AFFIRMATIVE ACTION ASSURANCE (AAA) CERTIFICATION from the City of Dayton, Human Relations Council All firms will be required to comply with all Equal Employment Opportunity laws and regulations and file with RTA's DBE Officer, if requested, an Affirmative Action Assurance Plan, consistent with RTA's non-discriminatory policy, subject to RTA approval. All proposers must submit with their proposal a copy of the from the City of Dayton s Human Relations Council (HRC), stating that their application for Affirmative Action Assurance (AAA) certification has been approved. Failure to furnish a copy of the AAA approval from the City of Dayton s HRC may be cause for rejection of the proposal. In order to receive the AAA approval , vendor must first log onto the City of Dayton s vendor certification portal, CityBOTS ( and complete the online AAA form. To obtain CityBOTS login credentials, vendor must go to click the Request Login button, and follow the instructions. (If vendor s Tax ID number does not exist in the City of Dayton s CityBOTS database, they will need to contact the HRC s Business & Technical Assistance team at bta@daytonohio.gov or (937) to set up a CityBOTS account.) Once the online AAA form is submitted for approval, the HRC will process it within 5 business days. Vendor will then receive an explaining the status of their AAA certification. If an approval is not received by the proposal due date, vendor is to write Application Pending on the applicable line on the SUMMARY OF PROPOSAL REQUIREMENTS form attached. A copy of the approval must be received within five (5) business days after the proposal due date. The proposal of any firm, who in RTA s judgment has failed to comply with such laws and regulations, may be considered non-responsive, and may be rejected. TAX-EXEMPT: The RTA is exempt from payment of all taxes, and taxes must not be included in the quoted price. Necessary exemption certificates shall be furnished to the successful proposer upon request. page 12

13 PAYMENT TERMS: Payments will be net 30 days after receipt of an invoice. Payment for services shall be at the quoted price. NATIONAL JOINT POWERS ALLIANCE & U.S. COMMUNITIES: RTA cannot utilize the NJPA, U.S. Communities contracts, or similar, as they do not include the required state and federal clauses required by the Federal Transit Administration (FTA). NON-WAIVER BY ACCEPTANCE OF PAYMENT: Neither the acceptance by the RTA of any services, the payment by the RTA for any services, nor both acceptance and payment, shall be deemed to waive, compromise, or affect in any manner the liability of the Contractor for any breach of contract, of warranty or of both contract and warranty. ACCESS: The Contractor should be aware that RTA is a constantly operating organization, with activity 24 hours a day, seven days a week. It is the intention of the RTA to protect RTA employees, customers and property from harm and to reduce RTA s liability exposure limits regarding safety and environmental infractions. RTA has retained the services of security guards who will grant access to gated areas at the Longworth Campus. Successful vendor will be provided the phone number to the RTA security office so that driver may call just prior to arrival so as not to slow his route schedule. Driver should not assume that if a gate is secure, he does not have ample access. INSURANCE: SUPPLIERS AND VENDORS INSURANCE REQUIRMENTS The Vendor shall maintain, at its own expense, throughout the period of the Contract and any extensions thereof the following minimum insurance coverages of the types and in the amounts described below that are applicable to the scope of work being performed: 1. Workers Compensation and Employer s Liability Insurance. Vendor must carry Workers' Compensation Insurance (including occupational disease) in compliance with Workers' Compensation statutes of any applicable jurisdiction in which the Work is to be performed. For the attainment of Workers Compensation in monopolistic states, including Ohio, coverage must be secured through the state fund. If Vendor is a qualified self-insurer in compliance with the laws of the state, this is also acceptable. A certificate of compliance from the appropriate workers' compensation bureau or board must be provided with the certificate of insurance. Vendor must also carry Employer s Liability Insurance with minimum limits of $500,000 each accident; $500,000 for disease (per employee); and $500,000 for disease (policy limit). This policy must include Ohio "Stop Gap" coverage. 2. Commercial General Liability Insurance. Vendor must carry Commercial General Liability Insurance written on ISO form CG (or its equivalent) with limits of $1,000,000 per occurrence and $2,000,000 in the aggregate. RTA (including its directors, officers, employees and volunteers) must be named as an additional insured on the CGL for liability arising out of the acts or omissions of the Vendor, including coverage for liability arising out of products and completed operations. The coverage afforded to RTA shall be primary to any other insurance carried by the RTA, and the RTA's coverage shall not contribute to any loss made pursuant to this coverage grant. page 13

14 3. Commercial Auto Liability Insurance. Vendor shall carry Commercial Automobile Liability Insurance covering all owned, leased and non-owned vehicles used in connection with the work to be performed under this contract, with limits of not less than $1,000,000 combined single limit per accident for bodily injury and property damage. RTA shall be afforded coverage under this policy for any liability arising out of the acts or omissions of Vendor. 4. Excess/Umbrella Insurance. Vendor shall carry Commercial Excess or Umbrella Liability Insurance over the Commercial General Liability, Employer's Liability and Commercial Automobile Liability policies in the amount of $1,000,000 combined single limit. The Excess/Umbrella policy is subject to all requirements of the underlying policies as set forth herein. 5. Pollution Liability Insurance. If the Work under this Contract includes the transportation of hazardous substances (including but not limited to fuel and oil) to, from or about RTA's premises, and/or the disposal of such substances at a waste disposal site, Vendor shall purchase and maintain pollution liability coverage of at least $1,000,000 per occurrence. This policy shall cover property damage, bodily injury and cleanup/pollution remediation costs caused by a pollution event and otherwise excluded under Vendor's Commercial General Liability or Commercial Automobile Liability policy. RTA shall be afforded protection under this policy as an additional insured, including coverage for claims arising out of Vendor's products and completed operations. 6. Aircraft/Watercraft Liability Insurance. If the Vendor is using aircraft or watercraft in performance of the Work under this contract, Vendor shall disclose this to RTA prior to contract execution. Vendor shall carry aircraft and/or watercraft liability insurance, including coverage for non-owned and hired craft, and RTA shall determine the appropriate limits which must be carried by Vendor. 7. Fidelity Bond/Crime. If Vendor or its employees will be on the premises of RTA in connection with performance of the Work under this contract, Vendor shall carry no less than $100,000 in Third Party Crime Coverage for the benefit of the RTA in the event of theft or other intentional harm to RTA's property by Vendor's employees. 8. Requirements common to all policies. a. Vendor shall be solely responsible for reimbursing any deductible amount to the insurer, even if payment is being made on behalf of RTA as an additional insured on Vendor's policy. Any deductibles or self-insured retentions in excess of $5,000 must be disclosed and approved in writing by RTA. b. Vendor waives all rights of recovery it may otherwise have against RTA including its directors, officers, employees and volunteers) to the extent these damages are covered by any of Vendor s insurance policies as required in this contract. c. All insurance required hereunder shall be placed with insurers that have a minimum A.M. Best s rating of A-/X and shall be licensed, admitted insurers authorized to do business in the state of Ohio. d. A certificate(s) of insurance showing that Vendor s insurance coverages are in compliance with the insurance requirements set forth below must be completed by the Vendor s insurance agent, broker, or insurance company after the contract has been awarded. All page 14

15 certificates (other than Ohio workers' compensation) shall provide for thirty (30) days written notice to RTA prior to cancellation or non-renewal of any insurance referred to therein. The certificate shall reference RTA's status as an additional insured with primary/noncontributory coverage under both the General Liability and Auto policies. e. Failure of RTA to certificate(s) or other evidence of full compliance with these insurance requirements (or failure of RTA to identify and/or object to a deficiency in the certificate(s) that is/are provided by Vendor) shall not be construed as a waiver of Vendor s obligations to maintain such insurance. RTA shall have the right, but no the obligation, to prohibit Vendor from beginning performance under this contract until such certificates or other evidence that insurance has been placed in complete compliance with the above insurance requirements is received and approved by RTA. Vendor shall provide certified copies of all insurance policies required above within ten (10) days of written request from RTA. f. By requiring insurance herein, RTA does not represent that coverage and limits will necessarily be adequate to protect Vendor, and such coverage limits shall not be deemed as a limitation on Vendor s liability under the indemnities granted to RTA. g. Any subcontractors engaged by Contractor to perform the Work shall comply with these insurance and indemnification provisions and shall provide primary/noncontributory coverage to RTA as set forth herein. page 15

16 Required Clauses this Request for Quote Please acknowledge you have read and comply. Summary of Quote Requirements The Federal Third Party Contracting Clauses & Required Submittals may be accessed at the Greater Dayton Regional Transit Authority (RTA) procurement website at http;//proc.greaterdaytonrta.org. On the top left of the screen, under Resources, click on RFQ Small Purchase Clauses & Submittals. In order for your quote to be considered, you must indicate below that you have read and will comply with the clauses that are marked as applicable to this RFQ. Quote Form Summary of Quote Requirements No Obligation by Federal Government Program Fraud and False or Fraudulent Statements or Related Acts Audit and Inspection of Records Federal Changes Nondiscrimination (EEO) Title VI, Civil Rights Act of 1964, Compliance Americans with Disabilities Act (ADA) Termination of Contract for Default Termination for Convenience of the RTA Disadvantaged Business Enterprise Participation (if applicable) N/A N/A N/A N/A N/A N/A N/A Incorporation of Federal Transit Administration (FTA) Terms Debarment and Suspension Cargo Preference Use of United State Flag Vessels Fly America Davis-Bacon Act Copeland Anti-Kickback Transit Employee Protective Provisions Drug and Alcohol Rules Patents Copyrights Trademarks Energy Conservation page 16

17 Recycled Products Certification of Contractor Regarding Debarment, Suspension, and other Ineligibility and Voluntary Exclusion Form Certification of Lower-Tier Participants (Subcontractors) regarding Debarment, Suspension, and other Ineligibility and Voluntary Exclusion Form (if applicable) N/A Affidavit of Contractor or Subcontractors Prevailing Wages Affirmative Action Assurance Certification Approval from the City of Dayton, Human Relations Council. SIGNATURE: NAME PRINTED: TITLE: COMPANY: DATE: page 17

18 The Greater Dayton Regional Transit Authority CERTIFICATION OF CONTRACTOR REGARDING DEBARMENT, SUSPENSION, AND OTHER INELIGIBILITY AND VOLUNTARY EXCLUSION The undersigned, an authorized official of the Proposer stated below, certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. (If the undersigned is unable to certify to any of the statements in this certification, such official shall attach an explanation to this proposal). THE UNDERSIGNED CERTIFIES OR AFFIRMS THE TRUTHFULNESS AND ACCURACY OF THE CONTENTS OF THE STATEMENTS SUBMITTED ON OR WITH THIS CERTIFICATION AND UNDERSTANDS THAT THE PROVISIONS OF 31 U.S.C. SECTIONS 3801 ET SEQ. ARE APPLICABLE THERETO. Name of Proposer: Address: City, State, Zip: Signature of Authorized Official: Title of Official: Telephone: Date: page 18

19 (Complete if applicable) The Greater Dayton Regional Transit Authority Certification of Lower-Tier Participants (Subcontractors) Regarding Debarment, Suspension, and Other Ineligibility and Voluntary Exclusion (THIS AFFIDAVIT TO BE COMPLETED BY THE SUCCESSFUL CONTRACTOR S SUB-CONTRACTORS AFTER NOTIFICATION OF AWARD HAS BEEN RECEIVED) The Lower Tier Participant [Subcontractor to the Primary Contractor(s)],, certifies by submission of this quote, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. If the above named Lower Tier Participant (Subcontractor) is unable to certify to any of the statements in this certification, such participant shall attach an explanation to this certification. The Lower-Tier Participant (Subcontractor),, certifies or affirms the truthfulness and accuracy of the contents of the statements submitted on or with this certification and understands that the provisions of 31. U.S.C. Section 3801 et seq. is applicable thereto. Signature and Title of Authorized Official Date NOTICE TO BIDDER: THIS CERTIFICATION SHALL BE COMPLETED BY ALL SUBCONTRACTORS WHICH WILL HAVE A FINANCIAL INTEREST IN THIS PROJECT WHICH EXCEEDS $25,000 OR SUBCONTRACTORS WHICH WILL HAVE A CRITICAL INFLUENCE ON OR A SUBSTANTIVE CONTROL OVER THE PROJECT. page 19

20 PART III PROPOSAL FORMAT page 20

21 PART III - PROPOSAL FORMAT Section 1.0: Background and Experience 1.0 Background and Experience 1.1 Provide a description of the firm's background and experience as it pertains to the type of MAINTENANCE UNIFORM RENTAL & CLEANING SERVICES contained in the scope of work. 1.2 Provide a list of three (3) accounts of similar size for which you are currently providing services in a transportation/mechanical or similar environment. For each of the accounts, please submit the following: The company name, size, address, telephone and address of the contact who oversees uniform rentals on a daily basis. A brief description of the services currently being provided by your firm to the customer. 1.3 Provide a list of two (2) accounts of similar size for which you are no longer providing services. For each of the accounts, please submit the following: The company name, size, address, telephone and address of the contact who oversaw uniform rentals on a daily basis. A brief description of the services provided by your firm to the customer. 1.4 Considering your firm's current and projected workload, indicate your capacity to perform the work, if awarded the contract page 21

22 PART III - PROPOSAL FORMAT Section 2.0: Ability to Meet Uniform Specifications/Scope of work Please address your firm s ability to meet the specifications and scope of work, specifically in the following areas. 2.1 Styles 2.2 Color 2.3 Sizes 2.4 Proper fit of uniforms including alterations and special order Big/Tall sizes, including turnaround time 2.5 Locker Information page 22

23 PART III - PROPOSAL FORMAT Section 3.0: Quality of Service 3.0 Quality of Service 3.1 Provide in detail the procedures your firm has in place to insure the following: o o o o o o Clean, Complete, On Time Deliveries Repairs and/or Replacements are done as needed on a timely basis Quality Control Inspection Program Quality Guarantee Method of tracking and reporting Accurate invoices 3.2 Provide a description of the following: A. The number of qualified account representatives now employed (both full and parttime). Qualified means the account representatives meet the minimum training requirements of the firm. B. Experience of account representatives and support staff that will be assigned to RTA s account, if awarded this contract. page 23

24 PART III - PROPOSAL FORMAT Section 4.0: Proposal Evaluation and Selection Process 4.0 Proposal Evaluation and Selection Process 4.1 Although all material submitted will be considered by the RTA in the proposal evaluation and selection process, the primary basis of evaluation and selection shall be the documents specified in the Request for Quotation (RFQ). 4.2 Significant criteria for evaluation and selection include, but are not limited to the following, in descending order according to importance: Ability to meet uniform specifications/scope of work and special sizing requirements Quality of Service o o o o o o References Clean, Complete Orders Repair/Replace/Alterations Program Quality Control Inspection Program Quality Guarantee Personnel Reasonableness of cost 4.3 Method of Award: A. The proposals will be evaluated by a Selection Committee established by the RTA. Proposals will be evaluated on the criteria noted above. The total evaluation points, as separately determined by each Selection Committee member, will be added and each proposer will be ranked in numerical sequence, from the highest to the lowest score. B. RTA reserves the right to reject any or all proposals, to accept other than the lowest price proposal, to negotiate separately with any source whatsoever, and to accept the proposal considered to be most advantageous to the RTA. C. The RTA reserves the right to select the contractor on the basis of proposals received without seeking further information or clarification from proposers. D. Upon review of the proposals, the RTA staff will designate the most qualified proposers as finalists. These finalists may be invited to make an oral/visual presentation and participate in a question and answer session to clarify their proposal with the RTA Selection Committee members. E. If interviews or presentations are held, the Selection Committee may re-evaluate the proposals of those firms. F. If negotiations are held, they will be held with all proposed finalists in the competitive range. page 24

25 G. The RTA staff would then negotiate with the most highly qualified firms, as evidenced by the ranking given a proposer by the Selection Committee. H. Following the negotiations, each of the proposers in the competitive range will be afforded the opportunity to amend their proposal and submit their best and final offer. The best and final offers will then be evaluated using the same criteria as for the initial proposals, and the rankings adjusted. If there is one (1) proposal that is the most advantageous offer for the RTA, then an award may be made to that proposer. If not, the RTA reserves the right to request another best and final offer. I. If the RTA staff is unable to negotiate a satisfactory contract with the first-ranked proposer at a fair and reasonable price, negotiations will be formally terminated. J. Negotiations would be undertaken with the second-ranked proposer, and so on, until a satisfactory contract could be negotiated. K. Any matters concerning this procurement will be addressed directly to Tamea Wiesman, Greater Dayton Regional Transit Authority (RTA), 4 S. Main St., Dayton, Ohio or twiesman@greaterdaytonrta.org, in writing. The Selection Committee members are not to be contacted by any of the proposers regarding this Request for Quotation (RFQ). L. If additional information or clarification is required from a proposer, they will be contacted directly. Each proposer will be advised in writing of any award recommendations. page 25

26 PART III - PROPOSAL FORMAT Section 5.0: Proposal Format 5.0 Proposal Format The proposal submitted by your firm shall be organized in conformance with the following format: 5.1 Cover Letter 5.2 Executive Summary: The purpose of the Executive Summary is to provide a brief description of the proposal to the Selection Committee members. 5.3 Background and Experience: This section should include a brief description of the company's background, experience and prior work in the related field. 5.4 Ability to meet specifications/scope of work 5.5 Quality of Service 5.6 References 5.7 Cost and Pricing: This section shall contain cost and pricing information as further described in Section Submittals: This section shall contain the documents named below and found in Part II of the RFQ Package. 5.9 Proposal Submission: Summary of Proposal Requirements AAA Approval from the City of Dayton Human Relations Council Certification of Contractor Regarding Debarment, Suspension and Other Ineligibility and Voluntary Exclusions Certification of Lower Tier Participants (subcontractors) regarding Debarment, Suspension and other ineligibility and voluntary exclusion (if applicable) When submitting your proposal, it is imperative that the RTA receives one (1) original and three (3) copies of your firm s proposal. page 26

27 PART III - PROPOSAL FORMAT Section 6.0: Cost and Pricing 6.0 Cost and Pricing 6.1 Contract Type: The contract that may result from this Request for Proposal shall be a firm fixed price type contract. 6.2 Pricing Form: Each proposer shall submit in sufficient detail the cost to provide MAINTENANCE UNIFORM RENTAL & CLEANING SERVICES for a TWO YEAR PERIOD. 6.3 UNIT PRICE: The unit prices quoted shall remain firm during the entire contract period. Unit prices quoted must be all inclusive and include all environmental fees, delivery fees, fuel surcharges, service charges, etc. No ancillary charges shall be allowed. The proposer should provide pricing as follows: Item Description Vendor Item Number 1a. Work Shirt poly/cotton short sleeve WITH Yellow reflective striping-enhanced Visibility 1b. Work Shirt poly/cotton long sleeve WITH Yellow reflective striping-enhanced Visibility 2a. Work Shirt 100% cotton short sleeve 2b. Work Shirt 100% cotton long sleeve 3. Work Pants poly/cotton 4. Work Pants 100% cotton 5. Work Pants Jean Cut 6. Work Pants Women s half elastic Year One Weekly Rental & Cleaning Year Two Weekly Rental & Cleaning page 27

28 Item Description 7a. Hip Length Jacket seasonal wear WITH Yellow reflective striping-enhanced Visibility 7b Hip Length Jacket year round wear WITH Yellow reflective striping-enhanced Visibility 8a. Team Jacket seasonal wear WITH Yellow reflective striping-enhanced Visibility 8b. Team Jacket year round wear WITH Yellow reflective striping-enhanced Visibility 9. Optional: Work Pants Cargo - poly/cotton 10. Optional: Work Pants Cargo 100% cotton Vendor Item Number Year One Weekly Rental & Cleaning Year Two Weekly Rental & Cleaning SCHEDULE OF REPLACEMENT COSTS FOR LOST OR VANDALIZED ITEMS Item Description 1a. Work Shirt poly/cotton short sleeve WITH Yellow reflective striping-enhanced Visibility 1b. Work Shirt poly/cotton long sleeve WITH Yellow reflective striping-enhanced Visibility 2a. Work Shirt 100% cotton short sleeve 2b. Work Shirt 100% cotton long sleeve 3. Work Pants poly/cotton 4. Work Pants 100% cotton 5. Work Pants Jean Cut 6. Work Pants Women s half elastic 7. Hip Length Jacket WITH Yellow reflective striping-enhanced Visibility Vendor Item Number Unit Cost for Replacement Contract Year 1 Unit Cost for Replacement Contract Year 2 page 28

29 Item Description 8. Team Jacket WITH Yellow reflective striping-enhanced Visibility 9. Optional: Work Pants Cargo - poly/cotton 10. Optional: Work Pants Cargo 100% cotton Vendor Item Number Unit Cost for Replacement Contract Year 1 Unit Cost for Replacement Contract Year 2 OFFER: By execution below, Proposer hereby offers to furnish the goods and/or services as indicated herein. Name of Individual, Partner or Corporation Address City, State and Zip Code Address Telephone Number Fax Number Authorized Signature Title Date page 29

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 January 3, 2017 TO: RE: Prospective Proposers Request for Quotation (RFQ) RFQ 17-01 First Aid Kits, Installation, and Vendor

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 7, 2017 TO: Prospective Quoters RE: Request for Quotation (RFQ) 17-02 Graphics Material for Buses The Greater Dayton

More information

July 20, 2018 at 2:00 p.m

July 20, 2018 at 2:00 p.m July 3, 2018 TO: Prospective Quoters RE: Request for Quotation (RFQ) 18-12 Power Supply for Substation The Greater Dayton Regional Transit Authority (RTA) is interested in obtaining quotes for Power Supply

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 25, 2016 TO: RE: Prospective Proposers Request for Quotation (RFQ) Schedules & Maps Layout and Updates The Greater Dayton

More information

May 21, Prospective Quoters. RE: Request for Quotation RFQ Seat Inserts Strip and Recover with New Material

May 21, Prospective Quoters. RE: Request for Quotation RFQ Seat Inserts Strip and Recover with New Material May 21, 2018 TO: Prospective Quoters RE: Request for Quotation RFQ 18-09 Seat Inserts Strip and Recover with New Material The Greater Dayton Regional Transit Authority (RTA) is interested in obtaining

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 March 9, 2018 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 TO: Prospective Quoters RE: Request for Quotation (RFQ) 18-06 Office Supplies The Greater Dayton Regional Transit

More information

February 4, Prospective Quoters. Request for Quotation (RFQ) RFQ Hardware for Steel Pole Foundations (Low Quote)

February 4, Prospective Quoters. Request for Quotation (RFQ) RFQ Hardware for Steel Pole Foundations (Low Quote) February 4, 2019 TO: RE: Prospective Quoters Request for Quotation (RFQ) RFQ 19-02 Hardware for Steel Pole Foundations (Low Quote) The Greater Dayton Regional Transit Authority (RTA) is interested in obtaining

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 August 4, 2017 TO: RE: Prospective Proposers Request for Quotation (RFQ) RFQ 17-19 Background Checks The Greater Dayton Regional

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 September 28, 2016 TO: Prospective Quoters RE: Request for Quotation (RFQ) RFQ 16-24 Tree Removal (4) West Project The Greater

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 January 3, 2018 TO: RE: Prospective Proposers Request for Quotation (RFQ) RFQ 18-01 Bus Stop Signs The Greater Dayton Regional

More information

August 28, Prospective Quoters. RE: Request for Quotation (RFQ) Elevator Drives and Monitoring Software

August 28, Prospective Quoters. RE: Request for Quotation (RFQ) Elevator Drives and Monitoring Software August 28, 2017 TO: Prospective Quoters RE: Request for Quotation (RFQ) 17-22 Elevator Drives and Monitoring Software The Greater Dayton Regional Transit Authority (RTA) is seeking to obtain quotes from

More information

January 23, Prospective Proposers. RE: Request for Quotation (RFQ) Fire Sprinkler Periodic Testing and Inspection

January 23, Prospective Proposers. RE: Request for Quotation (RFQ) Fire Sprinkler Periodic Testing and Inspection January 23, 2018 TO: Prospective Proposers RE: Request for Quotation (RFQ) 18-02 Fire Sprinkler Periodic Testing and Inspection The Greater Dayton Regional Transit Authority (RTA) is seeking to obtain

More information

August 28, Prospective Proposers. RE: Request for Quotation (RFQ) Elevator Maintenance

August 28, Prospective Proposers. RE: Request for Quotation (RFQ) Elevator Maintenance August 28, 2017 TO: Prospective Proposers RE: Request for Quotation (RFQ) 17-21 Elevator Maintenance The Greater Dayton Regional Transit Authority (RTA) is seeking to obtain proposals from firms interested

More information

The Greater Dayton Regional Transit Authority (RTA) is interested in obtaining quotes for Radiator Repairs. Your firm is invited to submit a quote.

The Greater Dayton Regional Transit Authority (RTA) is interested in obtaining quotes for Radiator Repairs. Your firm is invited to submit a quote. January 16, 2019 TO: RE: Prospective Quoters Request for Quotation (RFQ) 19-1 Radiator Repairs (Low Quote) The Greater Dayton Regional Transit Authority (RTA) is interested in obtaining quotes for Radiator

More information

/~~~ \(. ~WV'-/ Michael R. Bowersox Borough Manager

/~~~ \(. ~WV'-/ Michael R. Bowersox Borough Manager THE BOROUGH O F HAN O V ER 44 FREDERICK STREET HANOVER, PEN N A. 1733 1 7 17-637-3877 FA X 717-637-2805 AN EQUAL OPPORTUNITY BOROUGH INVITATION TO BID October 5, 2018 Sealed bids will be solicited by The

More information

PROJECT NAME: M UNIFORM RENTAL/LAUNDRY SERVICES

PROJECT NAME: M UNIFORM RENTAL/LAUNDRY SERVICES REQUEST FOR PROPOSAL TO: ALL PROSPECTIVE BIDDERS DATE: MARCH 27, 2017 BID MANAGER: Pamela Dawson, Administrative Assistant BID DUE DATE: April 13, 2017 at 10:00 AM PROJECT NAME: M-17-04 UNIFORM RENTAL/LAUNDRY

More information

REQUEST FOR PROPOSAL For UNIFORM SERVICES RFP No. G068

REQUEST FOR PROPOSAL For UNIFORM SERVICES RFP No. G068 REQUEST FOR PROPOSAL For UNIFORM SERVICES RFP No. G068 Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Bids must be submitted No later than 4:00 PM April 20, 2016

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

FOR RENTAL, LAUNDERING, AND MAINTENANCE OF SUPERVISORS AND UNION EMPLOYEES UNIFORMS SUPPLYING AND CLEANING OF TOWELS, GLOVES, MATS AND MOPS

FOR RENTAL, LAUNDERING, AND MAINTENANCE OF SUPERVISORS AND UNION EMPLOYEES UNIFORMS SUPPLYING AND CLEANING OF TOWELS, GLOVES, MATS AND MOPS Kansas City Area Transportation Authority PROCUREMENT DEPARTMENT 1350 East 17th Street Kansas City, Missouri 64108 Request for Proposals Proposal #10-7037-33 FOR RENTAL, LAUNDERING, AND MAINTENANCE OF

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 October 3, 2018 TO: Prospective Proposers RE: Request for Quotation (RFQ) 18-18 Maintenance Tools & Workwear The Greater Dayton

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-35: UNIFORM & MAT SERVICE SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, SEPTEMBER 13 at 3:30 P.M. CENTRAL AND RECEIVED AT: COLE COUNTY COMMISSION

More information

Invitation for Bid Uniform Rental and Maintenance Services T. F. Green Airport

Invitation for Bid Uniform Rental and Maintenance Services T. F. Green Airport Invitation for Bid. 28402 Uniform Rental and Maintenance Services T. F. Green Airport August 21, 2018 The Rhode Island Airport Corporation (RIAC) is seeking bids to provide uniform rental services for

More information

REQUEST FOR PROPOSAL UNIFORM RENTAL SERVICES

REQUEST FOR PROPOSAL UNIFORM RENTAL SERVICES REQUEST FOR PROPOSAL UNIFORM RENTAL SERVICES The Capital Region Airport Authority (CRAA) hereby requests from persons, firms, or corporations, who meet the qualifications hereinafter set forth, proposals

More information

November 5, Prospective Quoters. Request for Quotation (RFQ) RFQ Light Facilities Maintenance Work (Low Quote)

November 5, Prospective Quoters. Request for Quotation (RFQ) RFQ Light Facilities Maintenance Work (Low Quote) November 5, 2018 TO: RE: Prospective Quoters Request for Quotation (RFQ) RFQ 18-20 Light Facilities Maintenance Work (Low Quote) The Greater Dayton Regional Transit Authority (RTA) is interested in obtaining

More information

Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS

Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS 1. PURCHASE ORDER DEFINED: The term "purchase order" as used in these terms and conditions means the document entitled "Purchase

More information

Request for Bid #1683 (RFB) BASEBALL & SOFTBALL UNIFORM SUPPLY

Request for Bid #1683 (RFB) BASEBALL & SOFTBALL UNIFORM SUPPLY Request for Bid #1683 (RFB) BASEBALL & SOFTBALL UNIFORM SUPPLY CLOSING LOCATION: ATHENS MUNICIPAL BUILDING ATTN: PURCHASING 815 North Jackson Street Athens, TN 37303 (423) 744-2780 ISSUED: DUE: December

More information

00710 Supplemental Conditions for FTA-funded projects TABLE OF CONTENTS

00710 Supplemental Conditions for FTA-funded projects TABLE OF CONTENTS 00710 for FTA-funded projects TABLE OF CONTENTS ARTICLE FTA-1 ARTICLE FTA-1. DEFINITIONS 00710-4 1.1 C.F.R. 00710-4 1.2 DOT 00710-4 1.3 EPA 00710-4 1.4 FTA 00710-4 1.5 U.S.C. 00710-4 ARTICLE FTA-2 ACCESS

More information

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

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

More information

The Greater Dayton Regional Transit Authority (RTA) is interested in obtaining quotes for Route Maintenance. Your firm is invited to submit a quote.

The Greater Dayton Regional Transit Authority (RTA) is interested in obtaining quotes for Route Maintenance. Your firm is invited to submit a quote. December 11, 2018 TO: Prospective Quoters RE: Request for Quotation (RFQ) 18-24 Route Maintenance (Low Quote) The Greater Dayton Regional Transit Authority (RTA) is interested in obtaining quotes for Route

More information

REQUEST FOR QUOTATION # 09-Q-SM-052 UNIFORMS FOR PUBLIC SAFETY DIVISION ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: SUBMITTAL DATE:

REQUEST FOR QUOTATION # 09-Q-SM-052 UNIFORMS FOR PUBLIC SAFETY DIVISION ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: SUBMITTAL DATE: REQUEST FOR QUOTATION # 09-Q-SM-052 UNIFORMS FOR PUBLIC SAFETY DIVISION COMPANY NAME: ADDRESS: PHONE NO.: FAX NO.: SIGNATURE: TITLE: DATE ISSUED: August 10, 2009 SUBMITTAL DATE: 1 August 10, 2009 RE: Request

More information

OPERATIONS DEPARTMENT NO DRIVERS/STAFF UNIFORMS FOR THE TERM OF July 2016 THROUGH July ITB Data

OPERATIONS DEPARTMENT NO DRIVERS/STAFF UNIFORMS FOR THE TERM OF July 2016 THROUGH July ITB Data ITB Data ITB Number: 2016-033 Commodity Title: Drivers/Staff uniforms Issue Date: May 31, 2016 Bid Due Date Day/Date: June 29, 2016 Time: 2:00 P.M CST E-mail: rlanders@ridelats.com File: PDF Location &

More information

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

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

UNIFORM & MAT RENTAL For the Boone County Fiscal Court

UNIFORM & MAT RENTAL For the Boone County Fiscal Court Boone County, Kentucky INVITATION FOR BID #022316FC UNIFORM & MAT RENTAL For the Boone County Fiscal Court ACCEPTANCE DATE: Prior to 2:00 p.m., February 23, 2016 Local time ACCEPTANCE PLACE Boone County

More information

Invitation For Bid. Uniforms IFB U

Invitation For Bid. Uniforms IFB U Prince George County SCHOOL BOARD Operations Office 6410 Courts Drive Prince George, Virginia 23875 804-733-2700 Fax 804-861-5271 Invitation For Bid Uniforms IFB-19-1807-7U This procurement is governed

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B17-08 Patch Cables Date: February 23, 2017 To:

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

EXHIBIT C FTA REQUIRED PROCUREMENT CLAUSES

EXHIBIT C FTA REQUIRED PROCUREMENT CLAUSES EXHIBIT C FTA REQUIRED PROCUREMENT CLAUSES The vendor awarded this contract must adhere to the all FTA-required clauses included in Exhibit C. Appendix D of this RFP is an acknowledgment of these clauses

More information

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

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES

SOLICITATION FOR CONTINUING SERVICES CS PLUMBING SUPPLIES SOLICITATION FOR CONTINUING SERVICES CS 19-601 PLUMBING SUPPLIES INTRODUCTION Polk County, a political subdivision of the State of Florida, seeks the submittal of information from vendors interested in

More information

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA The City of San Mateo Public Works Department hereby requests proposals from qualified firms to provide

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) Annual Contract for Letterhead, Envelopes and Business Cards BIDDER INSTRUCTIONS Montrose County is seeking sealed bids from qualified vendors to supply and print letterhead, envelopes,

More information

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

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements: Vendor Contract TERMS AND CONDITIONS OF PURCHASE 1. Acceptance. This Contract is conditional upon, and can be accepted only upon, the terms and conditions specified in this Contract. If Seller has previously

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR PROPOSAL,

More information

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

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16. Tennessee Technological University Date: 10/25/2016 Purchasing Office Contact: Emily Vaughn P. O. Box 5144, 1 William L. Jones Dr., Ste. 301 Phone: 931-372-3566 Cookeville, TN 38505-0001 Email: evaughn@tntech.edu

More information

INVITATION TO BID FOR UNIFORM SERVICES

INVITATION TO BID FOR UNIFORM SERVICES INVITATION TO BID FOR UNIFORM SERVICES BID Number: Submission Deadline Date/Time: 2-B-20-005 May 3, 2019; 2:00 p.m. CST UNIFORM SERVICES FOR OKLAHOMA CITY COMMUNITY COLLEGE (OCCC) CONTRACTORS: Bids are

More information

REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018

REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018 REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018 Date: NOVEMBER 5, 2018 Project Name: Metro Bus Digital Advertising Program Proposal Submission: Proposals will be received until NOVEMBER 9, 2018

More information

(a) Master Agreement issued by Company and executed between the parties. (b) The terms of the Supplier Agreement issued by Company

(a) Master Agreement issued by Company and executed between the parties. (b) The terms of the Supplier Agreement issued by Company This Purchase Order is between Anthem, Inc., on behalf of itself and its affiliates (individually and collectively, "Anthem"), and Supplier. The parties agree as follows: 1. Deliverables and Price. All

More information

REQUEST FOR PROPOSALS FOR RISK MANAGEMENT INSURANCE CONSULTANT/BROKER SERVICES

REQUEST FOR PROPOSALS FOR RISK MANAGEMENT INSURANCE CONSULTANT/BROKER SERVICES Dear Interested Party: Date: August 14, 2017 REQUEST FOR PROPOSALS FOR RISK MANAGEMENT INSURANCE CONSULTANT/BROKER SERVICES The Connecticut Housing Finance Authority ("CHFA") requests proposals for Risk

More information

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project # PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #00-00-0000 Page 1 Contract # THIS AGREEMENT, made and entered into this day of, 2014, by and between SPOKANE AIRPORT, by and through its

More information

LONE TREE SCHOOL FLOORING REPLACEMENT

LONE TREE SCHOOL FLOORING REPLACEMENT WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL FLOORING REPLACEMENT PROPOSAL DUE DATE: May 12, 2011 1:30 p.m. 1 The WHEATLAND SCHOOL DISTRICT wishes to replace flooring at its Lone Tree

More information

IRFQ #R15-04: FRIDAY NIGHT LIVE

IRFQ #R15-04: FRIDAY NIGHT LIVE IRFQ #R15-04: FRIDAY NIGHT LIVE INSTRUCTIONS: The Fillable Forms Template must be submitted in total with all required ATTACHMENTS and documents. Bidders that do not comply with the requirements, and/or

More information

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE 1. DEFINITIONS 1 2. COMPOSITION OF THE ARCHITECT-ENGINEER 1 3. INDEPENDENT CONTRACTOR 1 4. RESPONSIBILITY OF THE ARCHETECT-ENGINEER

More information

T ERMS AND CONDITIONS OF L OADOUT AGREEMENT

T ERMS AND CONDITIONS OF L OADOUT AGREEMENT T ERMS AND CONDITIONS OF L OADOUT AGREEMENT 1. Contractor is allowed access to the Site for the sole purpose of loading material into its trucks and is permitted only in areas designated by Company. Any

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

Subcontract Agreement

Subcontract Agreement S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor

More information

REQUEST FOR QUALIFICATIONS FOR ENVIRONMENTAL CONSULTANT SERVICES

REQUEST FOR QUALIFICATIONS FOR ENVIRONMENTAL CONSULTANT SERVICES Dear Interested Party: Date: November 6, 2017 REQUEST FOR QUALIFICATIONS FOR ENVIRONMENTAL CONSULTANT SERVICES The Connecticut Housing Finance Authority ("CHFA") requests written qualifications for Environmental

More information

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal Tire Disposal Lincoln County Solid Waste RFP #2015-0709 Tire Disposal 1. Introduction 1.1. Lincoln County Solid Waste is seeking proposals from qualified Contractors interested in providing a minimum of

More information

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

Exhibit. Owner Controlled Insurance Program. Insurance Requirements Exhibit Owner Controlled Insurance Program Insurance Requirements 1. Owner Controlled Insurance Program. COUNTY shall implement an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP

More information

ADDENDUM #001. This Addendum includes the Department s answers to written questions received.

ADDENDUM #001. This Addendum includes the Department s answers to written questions received. ADDENDUM #001 Solicitation : Solicitation Title: Opening Date/Time: FDC ITB-18-020 Mattresses and Pillows August 22, 2017 at 2:00 p.m. (Eastern Time) Addendum : 001 Failure to file a protest within the

More information

AGREEMENT. WITNESS: This Agreement has been entered into by and between the

AGREEMENT. WITNESS: This Agreement has been entered into by and between the AGREEMENT WITNESS: This Agreement has been entered into by and between the GOLDEN GATE BRIDGE, HIGHWAY AND TRANSPORTATION DISTRICT (hereinafter GGBHTD ) and the MARIN COUNTY TRANSIT DISTRICT (hereinafter

More information

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building City of Forest Park Request for Proposals s 5977 Lake Dr. Community Building Mandatory Pre-Proposal Conference May 12, 2014 at 10:00 am Bid Deadline May 19, 2014 at 2:00 pm Purpose: The City of Forest

More information

Washington University in St. Louis

Washington University in St. Louis General Terms and Conditions 1. General Unless specified to the contrary in writing, on the face of the order or by attachment hereto, the following terms and conditions shall apply to the purchase of

More information

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

Exhibit. Owner Controlled Insurance Program. Insurance Requirements Exhibit Owner Controlled Insurance Program Insurance Requirements 1. Owner Controlled Insurance Program. OWNER shall implement an Owner Controlled Insurance Program ( OCIP ) for the Project. The OCIP is

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

Request for Proposal 09-X For: Clothing: Mechanic/Maintenance Employee Uniforms Various Agencies

Request for Proposal 09-X For: Clothing: Mechanic/Maintenance Employee Uniforms Various Agencies Request for Proposal 09-X-20791 For: Clothing: Mechanic/Maintenance Employee Uniforms Various Agencies Bidder s Electronic Question Due Date (Refer to RFP Section 1.3.1 for more information.) Event Date

More information

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: 1285-44202 HIGH POWER LINE REPAIR SERVICES Jacksonville Aviation Authority Procurement Department 14201 Pecan Park Road, 2 nd Floor Jacksonville,

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

Request for Proposals

Request for Proposals RFP #G058 Request for Proposals A/E Design Consulting Services Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Proposals must be submitted No later than 1:00 PM March

More information

PROCUREMENT POLICES, PRACTICES AND REQUIREMENTS JULY 14, 2008

PROCUREMENT POLICES, PRACTICES AND REQUIREMENTS JULY 14, 2008 PROCUREMENT POLICES, PRACTICES AND REQUIREMENTS JULY 14, 2008 Procurements for FREDericksburg Regional Transit (FRED) are governed by the procurement policies and practices of the City of Fredericksburg

More information

Rock Hill Fire Department RFP for HAZMAT Training Suits CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HAZMAT SUITS

Rock Hill Fire Department RFP for HAZMAT Training Suits CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HAZMAT SUITS PUR484 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HAZMAT SUITS February 03, 2014 @ 10:00 AM The City of Rock Hill, South Carolina is seeking competitive bids from qualified firms to provide

More information

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

Notice to Bidders. No faxed or  ed bids will be accepted. Bids received after the closing time will not be accepted. KEN BASS DIRECTOR OF PURCHASING 214 NORTH 5 TH STREET WACO, TEXAS 76701 (254) 757-5016 FAX (254) 757-5068 Notice to Bidders Sealed bids will be received by the McLennan County Purchasing Department at

More information

The Engineer s opinion of probable construction cost for the Work is $760,000 to $840,000.

The Engineer s opinion of probable construction cost for the Work is $760,000 to $840,000. NOTICE TO BIDDERS FOR PAVE AIRPORT SERVICE ROAD TERMINAL APRON TO SOUTH CARGO APRON AT DES MOINES INTERNATIONAL AIRPORT Time and Place for Filing Sealed Proposals. Sealed bids for the work comprising each

More information

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

construction plans must be approved for construction by the City PBZ department. City of Forest Park Request for Proposals Architectural Services for the Forest Park Public Works Department Mandatory Pre-Proposal Conference April 13, 2016 at 10:00 am Bid Deadline May 20, 2016 at 2:00

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

VENDOR PROGRAM. Vendors must complete the Vendor Screening and Disclosure Form as follows: *must be completed prior to any signed purchase order

VENDOR PROGRAM. Vendors must complete the Vendor Screening and Disclosure Form as follows: *must be completed prior to any signed purchase order VENDOR PROGRAM 1. PURPOSE The purpose of this policy is to outline the standards that the Hospital utilizes in evaluating which vendors to contract with, the standards for contracting, and the code of

More information

7/14/16. Hendry County Purchase Order Terms and Conditions

7/14/16. Hendry County Purchase Order Terms and Conditions Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen

More information

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

LONE TREE SCHOOL BELL SYSTEM

LONE TREE SCHOOL BELL SYSTEM WHEATLAND SCHOOL DISTRICT REQUEST FOR PROPOSAL LONE TREE SCHOOL BELL SYSTEM PROPOSAL DUE DATE: NOVEMBER 16, 2010 1:00 p.m. The WHEATLAND SCHOOL DISTRICT wishes to attain a Bell system for its Lone Tree

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B12-01 Hand Soap & Sanitizer Date: June 22, 2011 To: All

More information

STORM DRAIN ENGINEERING DESIGN SERVICES

STORM DRAIN ENGINEERING DESIGN SERVICES City of Imperial Community Development Department STORM DRAIN ENGINEERING DESIGN SERVICES Request for Proposals Project Funded by: SB1, The Road Repair and Accountability Act of 2017 Point of Contact:

More information

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA INVITATION TO SUBMIT PROPOSALS The Village of Sparta is accepting sealed bids from

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study CITY OF CHINO HILLS Request for Proposals (RFP) for Water Fixed Assets Assessment Study Date: April 15, 2014 Department: Project Name: Proposal Due Date: Public Works Department Water Fixed Assets Assessment

More information

COMMERCIAL FACADE IMPROVEMENT PROGRAM GUIDELINES AND APPLICATION

COMMERCIAL FACADE IMPROVEMENT PROGRAM GUIDELINES AND APPLICATION CITY OF SOUTH GATE COMMUNITY DEVELOPMENT DEPARTMENT 8650 CALIFORNIA AVENUE SOUTH GATE, CALIFORNIA 90280 (323) 563-9535 COMMERCIAL FACADE IMPROVEMENT PROGRAM GUIDELINES AND APPLICATION City of South Gate

More information

INVITATION TO BID Retaining Wall

INVITATION TO BID Retaining Wall INVITATION TO BID Retaining Wall DEPARTMENT OF PARKS AND RECREATION The City of Des Peres is soliciting bids from qualified contractors to remove existing block wall and construct one concrete block retaining

More information

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305) Visit our website for business opportunities at: www.miamigov.com/procurement PURCHASE ORDER/RELEASE NUMBER 14537 Show this number on all packages, invoices, and shipping papers. Page No. City of Miami

More information

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC16094 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Standard Form of Agreement Between Contractor and Subcontractor GENERAL TERMS AND CONDITIONS ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) these General Terms and Conditions,

More information

PROFESSIONAL SERVICES AGREEMENT

PROFESSIONAL SERVICES AGREEMENT NORTH CAROLINA NEW HANOVER COUNTY PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT made and entered into this day of 2018 by and between NEW HANOVER COUNTY a political subdivision of the State of North Carolina,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

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

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,

More information

MONDAY, SEPTEMBER 20, 3:00 PM

MONDAY, SEPTEMBER 20, 3:00 PM BID NUMBER UNIVERSITY MAILING DATE FAC84-10 TUESDAY, SEPTEMBER 7, 2010 BID TITLE UNIFORMS FOR FACILITIES DEPARTMENT BIDS WILL BE OPENED AT and may not be withdrawn within 45 days after such date and time.

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 September 18, 2017 TO: Prospective Proposers RE: Request for Quotation (RFQ) 17-25 Pre-Employment Behavior Assessment Tool The

More information

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

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER Pre-Construction and Construction Phase Services FP&M Project No, CP00Error! Bookmark not defined. AGREEMENT made by and between the Board of Regents, State

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

More information

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

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520) REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical

More information

BUTLER COUNTY REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL DEMAND RESPONSE SCHEDULING SOFTWARE AND HARDWARE CONTRACT PROPOSAL NO.

BUTLER COUNTY REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL DEMAND RESPONSE SCHEDULING SOFTWARE AND HARDWARE CONTRACT PROPOSAL NO. BUTLER COUNTY REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL DEMAND RESPONSE SCHEDULING SOFTWARE AND HARDWARE CONTRACT PROPOSAL NO. BC-22016 PREPARED BY BUTLER COUNTY REGIONAL TRANSIT AUTHORITY RELEASE

More information

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums:

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums: ATTACHMENT A COVER SHEET FOR PROPOSAL Proposals must include this cover sheet (or this sheet reproduced on company letterhead) or PAGE 1 of the proposal. This attachment is provided as a fillable form.pdf

More information

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

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) New Castle County is seeking professional psychological service providers to submit priced proposals to provide psychological evaluations/testing as part of the stress reduction and critical incident program

More information