Neuse Regional Water and Sewer Authority requests proposals for provision of uniforms for NRWASA Employees.

Similar documents
BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

COUNTY OF COLE JEFFERSON CITY, MISSOURI

GUILFORD COUNTY SCHOOLS Invitation for Bids

REQUEST FOR PROPOSAL UNIFORM RENTAL SERVICES

RFP GENERAL TERMS AND CONDITIONS

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

Bids received after the appointed date set for receipt will be returned unopened.

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES

Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION

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

Request for Proposal # Postage Meter Lease & Maintenance Service

PLEASANTVILLE HOUSING AUTHORITY

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

KELTY TAPPY DESIGN, INC.

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

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

The Housing Authority of the Township of Middletown

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

Lockbox Services. Job No FA

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA Fax:

SCRAP TIRE RECYCLING AND DISPOSAL FOR THE MACON COUNTY SOLID WASTE DEPARTMENT

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

NOTICE IS HEREBY GIVEN

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

City of Bowie Private Property Exterior Home Repair Services

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

Housing Authority of the Borough of Keansburg

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

GORDON COUNTY BOARD OF COMMISSIONERS COPIER BID. Company Name: Authorized Proposer: Date

Proposal No:

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

INFORMATION FOR BID. Tee Shirts (School Nutrition)

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

PROJECT NAME: M UNIFORM RENTAL/LAUNDRY SERVICES

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

LEGAL NOTICE VILLAGE OF ORLAND PARK, ILLINOIS ADVERTISEMENT FOR BIDS SHADE STRUCTURES FOR DUGOUTS

INVITATION TO BID U Directional Boring Utility Department

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #

INVITATION TO BID The Lodge Indoor Pool Deck Chairs

Invitation to Bid BOE. Diesel Exhaust Fluid

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

HABERSHAM COUNTY Office of County Commissioners 555 Monroe Street, Unit 20, Clarkesville, GA

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA)

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

Request for Proposal # Executive Recruitment Services

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

GREENVILLE UTILITIES COMMISSION Greenville, North Carolina REQUEST FOR QUALIFICATIONS. Construction Manager at Risk (CMR) Services

Telemetry Upgrade Project: Phase-3

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

ASBESTOS REMOVAL SPECIFICATION AND BID FORM DEMO HOUSE ON THE CHATHAM COUNTY PARKS DEPARTMENT S

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT

Uniform (Embroidery/Screening) Request for Proposals RFP#

REQUEST FOR PROPOSAL (RFP) FOR BUNKER LINKS GOLF COURSE OPERATIONAL SERVICES FOR THE CITY OF GALESBURG, IL

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

GREENVILLE UTILITIES COMMISSION

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

INSTRUCTIONS TO BIDDERS

GUTTENBERG HOUSING AUTHORITY

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

FULTON COUNTY, OHIO 703 Aggregate THURSDAY DECEMBER 4, :00 A.M.

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

Contract Documents. And. Specifications. For. Engler Park Dressing Room Building

GUILFORD COUNTY SCHOOLS Invitation for Bids

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

LOWER CAPE MAY REGIONAL BOARD OF EDUCATION 687 Route 9 Cape May, NJ (609) REQUEST FOR PROPOSALS FOR VENDING MACHINE SERVICES

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 Proposal. RFP # Recreation T-Shirts

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

CITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

REQUEST FOR BID North Fraser Street Georgetown, SC Contact: Daniella Howard, Purchasing Agent Phone:

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Planning Department Half Ton Regular Cab 4x4 Pick-Up Truck 2

TOWNSHIP OF WOOLWICH 120 VILLAGE GREEN DRIVE WOOLWICH TOWNSHIP, NJ SPECIFICATIONS AND RFP FORMS FOR PROFESSIONAL SERVICES CONTRACTS YEAR 2019

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

Transcription:

REQUEST FOR PROPOSAL RFP #Uniforms 2016/2017 UNIFORM RENTAL SERVICES NEUSE REGIONAL WATER AND SEWER AUTHORITY P.O. Box 6277 KINSTON, NC 28501 08/10/2016 Neuse Regional Water and Sewer Authority requests proposals for provision of uniforms for NRWASA Employees. SERVICES TO BE PROVIDED: Contractor shall provide uniforms to NRWASA employees based on the specifications as identified in this RFP. In calculating bid pricing to be offered, Contractors are cautioned to include all costs associated with providing this service. SUBMISSION OF BIDS: All proposals should be submitted to Debbie Purvis either by mail (2811 Barrus Rd, La Grange, NC 28551), email (debbie.purvis@nrwasa.org) or fax (252-523-1639). If mailed, the outside of the envelope should be clearly marked with the bid number (RFP #Uniforms 2016/2017) and the date and time scheduled for the opening of the bid. Bids will be received until 2:00 p.m. on September 1, 2016. No proposals will be accepted after this time. Proposals MUST be signed by an authorized representative of the firm. (Attachment C) Direct all technical inquiries concerning this RFP to: Debbie Purvis, Executive Assistant Monday through Thursday, 9:00 a.m. - 4:00 p.m. Telephone: (252)522-2567 E-mail: debbie.purvis@nrwasa.org Questions concerning the specifications in this RFP will be received until 4pm, August 18, 2016. NRWASA reserves the right to waive any informality, to reject any or all bids, and to accept the Bid or Bids which appear to be in the best interest of NRWASA. 1

INSTRUCTIONS FOR CONTRACTORS 1. SUMMARY AND INTENT: It is the intent of this Request for Proposal (hereinafter referred to as "RFP") to establish a service contract with a Uniform Rental Company for the rental of uniforms for the Neuse Regional Water and Sewer Authority (hereinafter referred to as "NRWASA). The initial term of this contract shall be for a period of (21) months with the option to renew for three (3) additional one (1) year periods subject to the terms and conditions contained herein. 2. NOTICE TO CONTRACTORS: All proposal responses are subject to the provisions of the Terms and Conditions, Contract for Service, and Uniform Specifications contained in and/or specific to this RFP. Bids are to be submitted in accordance with these Conditions and Specifications which require Contractor to do all that is necessary, proper, or incidental to the furnishing of the service identified herein. All things not expressly stated in any attached specifications or in these Terms and Conditions but involved in carrying them out must be included in contractor s proposal as though they were specifically stated. NRWASA objects to and will not evaluate or consider any additional terms and conditions submitted with a contractor response. This applies to any response appearing in or attached to the document as part of the contractor s response. DO NOT ATTACH ANY ADDITIONAL TERMS AND CONDITIONS. By execution and delivery of a proposal, the contractor agrees that any additional terms and conditions, whether submitted purposely or inadvertently, shall have no force or effect. It shall be the contractor s responsibility to read this entire document, review all enclosures and attachments, and comply with all requirements specified herein. 3. CLARIFICATIONS/INTERPRETATIONS: Any and all questions regarding this document must be addressed to the NRWASA Executive Assistant, Debbie Purvis at 252-522-2567. Any and all revisions to this document shall be made only by written addendum from the NRWASA Executive Assistant. Therefore, no oral statements by any person shall modify or otherwise affect the terms, conditions, or specifications stated in this RFP. The contractor is cautioned that the requirements of this bid can be altered only by written addendum and that verbal communications from whatever source are of no effect. In the event that clarifications are necessary during the bid process, NRWASA will issue an addendum to the RFP which will be provided to all contractors. An addendum is a written or graphic instrument issued by NRWASA prior to the submission of bids which modifies or interprets the bidding documents by additions, deletions, clarifications, or other types of modifications or corrections. No changes to this document specification will be considered or permitted within five (5) working days prior to the bid opening date. 4. CONTRACTORS INVESTIGATIONS: Before submitting a bid, each contractor shall make all investigations and examinations necessary to ascertain all site conditions and requirements affecting the complete "turnkey" implementation of a uniform rental service contract. Contractors are totally responsible to verify any representations made by NRWASA upon which they will rely in preparation of their bid. 5. PREPARATION OF FORMS: All bids must be submitted on the forms provided in the bid document package. Figures should be written in ink or typewritten. Any changes to figures as originally entered should be initialed in ink by the person signing the proposal. If there are discrepancies between unit prices quoted and extensions, the unit price will prevail. 6. CONTRACTORS SUBMITTALS: Contractor must furnish all information requested herein including descriptive literature and/or complete specifications (when applicable). Reference to literature 2

submitted with a previous bid will not satisfy this provision. Bids which do not comply with these requirements may be subject to rejection. All documents submitted should bear the name of the Contractor. Contractors should submit one (1) complete copy in response to this bid, and the response must include the following: a. Contractors should provide a management summary in the form of a cover letter/narrative detailing how they plan to implement the contract. This cover letter/narrative should include a description of the Contractor s experience in providing the service and equipment specified herein for accounts similar in scope to that specified. Information submitted should include a detailed description of the Contractor s service ability. b. Four (4) references should be furnished with the Contractor s proposal to which the Contractor is/has furnished the service described herein within the last three (3) to five (5) years. List should include the name of the organization, the number of employees serviced by the contract and the name and telephone number of a responsible contact person. Additional references may be required during the evaluation of bids and proposals. (Attachment E) c. Contractors should submit a signed Anti Collusion Affidavit (attachment F). d. Contractors should submit a complete Bid Proposal Response Sheet (Attachment B) indicating the rental rates based on information provided on number of employees and the components of a uniform based on the employee classification. e. Contractors should provide an explanation of their methods of accounting for lost, repaired or replaced uniforms, as well as their methods of handling quality complaints made by uniformed employees. The Contractor must be satisfactory to NRWASA from the standpoint of experience, reliability, and shall have provided the service to other customers of similar size at a satisfactory level for a minimum of three (3) years. 7. EXPERIENCE OF CONTRACTOR: Bids shall only be considered from companies established in the uniform rental business who are deemed to be qualified to service accounts of this size. Prior to the award, NRWASA reserves the right to investigate a Contractor s ability to fulfill the requirements of the contract and to enter a Contractor s premise in order to determine the adequacy of plant facilities, equipment and staff. 8. CUSTOMER SERVICE: Each Contractor is to furnish a responsible employee that is to provide customer service to the NRWASA designated representative for changes in personnel, problems, etc. This person is to be in charge of the complete NRWASA account regardless of the number of route salesmen involved and have adequate authority to correct any problems that arise during the contract term. 9. MINOR DEVIATIONS/EXCEPTIONS TO SPECIFICATIONS: Minor deviations from the provisions of any specifications may be considered to permit manufacturers to follow their standard manufacturing processes; however, all proposed minor deviations must be explained in detail and submitted within the Exceptions to Bid form included herein. (Attachment G) 10. EXPENSES INCURRED IN PREPARING BID: NRWASA accepts no responsibility for any expense incurred by the Contractor in the preparation and presentation of a bid. Such expenses shall be borne exclusively by the Contractor. 3

11. INDEPENDENT CONTRACTOR: By submittal of a bid, the Contractor represents that they are fully experienced and properly qualified to provide the service defined herein. They must be properly licensed, equipped, organized and financed to perform such service. If awarded the contract, the contractor shall operate in such a manner to be in full compliance with all applicable regulations/requirements for conducting operations as identified under this Contract. 12. INSURANCE REQUIREMENTS: The successful Contractor, upon award of contract, shall furnish an original Certificate of Insurance (COI) to NRWASA, and will send a new COI every year for the term of the contract. The Certificate of Insurance shall include Comprehensive Automobile Liability, minimum of $1,000,000 Single Limit and Comprehensive General Liability, minimum of $1,000,000 Single Limit. The Neuse Regional Water and Sewer Authority shall be listed as an additional insured on Comprehensive General Liability and Business Automobile Liability policies. Coverage for Workers Compensation shall be maintained at the limits required by the State of North Carolina. All such insurance shall be in form and substance satisfactory to NRWASA, and shall be maintained with responsible insurance carriers licensed to do business in the State of North Carolina. This certificate shall be in effect throughout the term of the contract and any subsequent renewals. If coverage term renewals fall within the contract period, it will be the Contractor's responsibility to ensure that his/her agency provides NRWASA with an updated certificate of insurance. Insurer shall provide thirty (30) days notice of cancellation of coverage to either/both entities. NRWASA reserves the right to reject any carrier of insurance shown in the certificate of insurance on the grounds of poor claim service or financial responsibility. 13. NC SALES TAX: NRWASA is exempt from Federal Excise Tax but not State and Local Sales Tax. Sales tax (if applicable) should not be included in bid prices, however, State and Local Sales tax must be included in invoices submitted for payment. 14. MINORITY BUSINESS PARTICIPATION: NRWASA encourages all businesses, including minority, women owned businesses to respond to all RFP s. 15. EQUAL EMPLOYMENT OPPORTUNITY/AFFIRMATIVE ACTION ASSURANCE: NRWASA is firmly committed to a policy of non-discrimination in employment. NRWASA is committed to achieving total equality of opportunity without regard to race, creed, color, national origin, religion, political affiliation, marital status or physical condition, sex or age (except where physical condition, sex or age are legitimate occupational qualifications) or any other merit-factor. NRWASA employees are treated equitably without regard to these non-merit factors throughout their employment. 16. EVALUATION AND SELECTION OF BIDS: While favorable pricing will be one element of the selection process, other factors will also be used in evaluating the bids. They include, but are not limited to, the following: evaluation of the written documentation submitted (i.e. management summary), results of reference checks of current customers, any past performance with NRWASA, service record with NRWASA location of service facility, availability of desired uniform garment, time specified for conducting measuring sessions, time estimate for inception of contract, as well as the ability of Contractor to correct problems and handle other issues. The statutory provisions controlling purchasing by local governments in N.C. (GS-143) includes selection standards for use in making of awards. The provision reads, "All contracts shall be awarded to the lowest responsive responsible Contractor, taking into consideration quality, performance, and the time specified in the bids for the performance of the contract". NRWASA reserves the right to accept or reject any or all bids and proposals and further specifically reserves the right to make the award or awards in the best interest of NRWASA. 17. PERIOD OF FIRM PRICING FOR BIDS SUBMITTED: For purposes of evaluation and award, all bids shall remain firm for no less than ninety (90) days. 4

Neuse Regional Water and Sewer Authority Uniform Rental Services TERMS & CONDITIONS 1. Intent: It is the intent of these uniform specifications to describe a working uniform suitable to employee needs. Contractors must submit with their proposals, manufacturers specifications, illustrations, and descriptive literature of the uniforms proposed to be furnished along with samples of shirts, pants and jackets labeled with the bid price and the vendor s name. This service must be furnished free of charge. Samples will be returned at bidder s expense on request or samples can be picked up at the office at 2811 Barrus Rd, La Grange, NC 28551. If the uniforms proposed do not meet specifications as written, the variations must be described in detail and attached to the proposal. 2. Quantities: The total quantity of employees to be covered by this contract is estimated to be seventeen (17) employees and is based on the current level of employment. This quantity may vary based on vacancies in personnel. NRWASA reserves the right to adjust this number up or down without penalty. 3. Prices: Prices quoted shall be net and shall include delivery of uniforms (ready for use), all transportation, preparation, setup charges, emblem application, outsize charges, damage/replacement charges and any other miscellaneous charges. Such miscellaneous charges shall be identified and included in prices submitted. The unit prices shall also include all environmental fees and energy surcharge fees. No additional charges will be permitted over and above the proposed rental rate per employee per week as identified in proposal response. 4. Accessories: Any appurtenances and/or accessories not mentioned in the specifications, but necessary to furnish a complete uniform, ready for use upon delivery, shall be furnished. 5. New Uniforms: It is the intent of NRWASA and this RFP that all employees be furnished new uniforms at contract inception. All garments supplied must be quality garments. NRWASA shall reserve the right to request an explanation and a review of any disputed replacement uniforms. NRWASA agrees to use all reasonable precautions to prevent the loss of the contractors uniforms and will cooperate by returning those uniforms turned in by discontinued employees. NRWASA will not be liable for the cost of replacing uniforms that show normal damage, staining, and wear and tear due to the nature of the water and sewer business. The successful Contractor will be allowed to make a one-time charge of ($1.00 per uniform) to cover the cost of preparing uniforms ordered for any employee who was terminated prior to or upon the initial delivery of uniforms. 5

The awarded Contractor shall be responsible for all inventory counts of outgoing and incoming uniforms to NRWASA locations. The route representative shall submit to NRWASA a check sheet of outgoing and incoming uniforms for each individual employee. Each garment is to be identified with tracking coding tape (or other means of identification) which specifically identifies each employee s uniforms to ensure garments are returned to the respective employee after each cleaning. Contractors shall submit information on their quality assurance program for ensuring accuracy in uniform deliveries with their offer. 6. Uniform Conditions: During the contract duration, employees are to be furnished good, serviceable garments, free from rips, tears, lost or broken buttons, defective fasteners and soils. The successful Contractor shall inspect, prior to delivery that each uniform is not in the aforementioned category. If the Contractor finds that the garment has one of said defects, he shall repair prior to the delivery to NRWASA. If such repair seriously affects the appearance of the garment, it shall be replaced with a new garment. Any uniform delivered in a condition that is deemed to be unacceptable based on the aforementioned reasons will be returned to the route representative for NRWASA. The rental for that garment will not be paid until the uniform in question is corrected. The Contractor shall have a maximum of five (5) working days to make the correction. Cost not paid for unserviceable uniforms shall be 1/10 of the weekly billing cost per garment that is out of service. The successful contractor shall have a repair/replace report form that NRWASA workers are to use to report problems with the uniforms. This report must be approved by the NRWASA Executive Assistant prior to contract inception. Uniforms are to be delivered on hangers, with final pressing to be pressed with no starch. Hangers for pants must have cardboard cover on hangers. 7. Number of Uniforms Issued: Approximately seventeen (17) employees will be furnished uniforms. However, due to variations in work requirements, personnel losses and additions, organizational changes and other factors, NRWASA reserves the right to deviate from this number as conditions warrant during the contract period. The contract is based on five (5) changes per week for employees. This constitutes a total of 11 uniforms and two jackets per uniformed employee. NRWASA reserves the right to reduce or increase the number of uniforms without any change in the cost per garment rental charge. 8. Uniform Marking/Public Employee Identification: All shirts will be embroidered with the NRWASA logo (WASA blue-pantone 287) above the left breast pocket. Successful Contractor will be responsible for the production. NRWASA will provide color code and font size information for the NRWASA logo to the successful Contractor. Approval of the prototype of the assignment Logo must be obtained by Debbie Purvis prior to production. 9. Delivery/Pickup Points: The successful Contractor shall deliver clean uniforms and pick up soiled uniforms at 2811 Barrus Rd, La Grange, NC 28551. 6

10. Rental Changes: The Contractor shall be notified by NRWASA verbally through its route representative when the uniform service is discontinued for an employee. When the employee s uniforms are accounted for, the rental will cease. The contractor will allow one week before invoicing NRWASA for any missing uniforms. When a new employee is to be provided uniforms, the route representative shall be notified by NRWASA and a complete set of new uniforms shall be furnished by the contractor within fifteen (15) calendar days or less. 11. Uniform Measurements: Upon notification of award, the successful Contractor shall immediately arrange to measure all employees who are to be furnished uniforms. NRWASA shall provide a schedule for measuring employees. The uniform company shall provide qualified personnel and take measurements in accordance with the work schedule. Since some employees will be absent at the time measurements are scheduled, the uniform company shall coordinate to insure that all employees are measured. 12. Billing Procedures: Billing tickets for pickup and delivery of uniforms shall be verified, signed and retained by NRWASA. Billing ticket/invoice information shall include the following: 1. Date of service 2. Name of employee receiving uniforms 3. Description and number of units received and their cost 4. Tax 5. Grand total The Contractor shall bill for services rendered weekly. Billing will be based on actual services rendered at bid prices. Contractor shall also furnish NRWASA a separate monthly statement, for the previous month s charges by the 5 th of the following month for reconciliation and payment purposes. The statement shall itemize the rental, tax and total from each weekly billing ticket and show the total rental, tax and grand total for the month. Terms of payment upon approval of invoice, shall be NET 45 days. NRWASA will pay the prior month charges by the second week of the following month, assuming receipt of statement on a timely basis. Uniform rental and billing shall be based on fifty-two (52) weeks per year per employee. Contractor will not charge NRWASA any fuel surcharges. If uniforms are delivered in a condition determined as not acceptable, by the NRWASA representatives assigned to oversee this contract, for employees use (such as wrinkled, bad zippers, missing buttons, torn holes, soils, not mended properly) and the uniform is returned to the company, NRWASA reserves the right to withhold payment on that uniform (as stated in Terms & Conditions) until the uniform is returned for regular usage. 13. Rates and Rate Modifications: Rates must remain fixed throughout the duration of the initial (21) month contract term. Rental rates shall be weekly per uniform per employee. If at the end of initial (21) month term (or any subsequent 12 month term), the contractor has an interest in continuing the contract, a written notice of intent must be submitted. This notice may include a request for an adjustment in rental rates to reflect changes in the cost of operation, but no more than 2% per 7

year. Requests must be received by NRWASA not less than 90 (ninety) days prior to the expiration of current year s contract. 14. Advertising: Contractor agrees not to use the award of this contract as a part of any commercial advertising without prior approval of NRWASA. 15. Other Conditions: As a result of any catastrophe such as a fire, flood, explosion, etc., that may damage the Contractor s facilities, they shall guarantee back-up facilities so that the uniform service will continue uninterrupted and further, if requested, shall supply a list of back-up facilities to NRWASA. 8

UNIFORM SPECIFICATIONS Neuse Regional Water & Sewer Authority Uniforms for Approximately Seventeen (17) Employees. Uniform Descriptions: Choice of Shirts: Men s Oxford Shirts: Classic Blue Oxford Cloth shirt, 60% cotton 40% poly. With top stitched button-down banded collar, back box pleat, seven button front and single left breast pocket, pressed. Each shirt will have NRWASA logo embroidered above the left breast pocket. Labels on bottom of each shirt, not in collar. Must have option for long tail shirts. Choice of Pants: a. Men s Flex Waist Pants: 65% polyester, 35% cotton blend, permanent press, wash and wear, minimum weight 7 ounces per square yard, heavy-duty zipper and button front closure. Pants shall not have cuffs. Color to be Khaki and shall have two (2) front pockets, two (2) rear pockets, b. Men s Pleated Pants: 65% polyester, 35% cotton, permanent press, wash and wear, minimum weight 7 ounces per square yard, heavy-duty zipper and zipper chain, pleated. Pants shall not have cuffs. Pants will be khaki in color with two (2) front pockets and two (2) rear pockets. c. Men s Flat Front Pants: 65% polyester, 35% cotton, permanent press, wash and wear, minimum weight 7 ounces per square yard, heavy-duty zipper and zipper chain. Pants shall not have cuffs. Pants will be Khaki in color with two (2) front pockets and two (2) rear pockets. Uniform Jackets: 65% polyester, 35% cotton twill shell, quilted permanent lining, adjustable 2 button cuffs, solid brass zippered front closure, left sleeve utility pocket, with either slash or inseam pockets on each side and available in waist length style. Jackets will be navy in color. Jackets will not be embroidered. 9

Attachment A NEUSE REGIONAL WATER AND SEWER AUTHORITY CONTRACT FOR SERVICES DESCRIPTION OF SERVICES: Contractor will provide uniform rental to Neuse Regional Water and Sewer Authority employees. AGREEMENT made and entered into this day of, 20, by and between (the Contractor) with a mailing address of and NEUSE REGIONAL WATER AND SEWER AUTHORITY, a body politic and corporate of the State of North Carolina, with a mailing address of 2811 Barrus Rd, La Grange, NC 28551. For the purposes of this contract award, the contract shall consist of: (1) the original Request for Proposal, (2) any addenda/amendments issued pursuant to the original request, (3) the successful Contractors response to this Request for Proposal, including signed addenda, (4) a certificate of insurance, and (5) the signed contract and all completed attachments. W I T N E S S E T H: In consideration of the mutual covenants and conditions herein contained, the parties hereto agree as follows: 1. Contractor Duties. The Contractor shall supply uniforms in accordance with the terms and conditions listed in the bid documents identified as Uniforms 2016/2017. 2. Term of Contract: The initial contract for NRWASA shall be for a (21) month period beginning upon the executing of the contract on or about October 1, 2016 and ending on or about June 30, 2018. We would like to get the contract to be on our physical year July-June. 3. Contract Renewals: The initial contract may be subsequently renewed in increments of twelve (12) months for three (3) additional twelve (12) month terms for a total of five (5) years or through June 30, 2021 at which time the service may be bid again, unless the Contractor and NRWASA express interest in renewing the contract for successive twelve (12) month terms in writing. This request must be submitted no later than ninety (90) days prior to the expiration date of the current term. 4. Cancellation/Termination of Contract: The contract may be terminated by either party upon a sixty (60) day written notice. 5. Temporary Contract Extensions: NRWASA reserves the option to temporarily extend any contract resulting from this request for proposal or any subsequent renewal for an additional sixty (60) calendar days from its expiration date for any reason. Rates charged during this extension period shall be the same as charged in the contract term being extended. 6. Assignment and Transferability of Contract: No assignments of the contract or any right accrued shall be made in whole or in part by the contractor without the expressed, written consent of NRWASA, which consent shall not be unreasonably withheld; in the event of any assignments, the assignee shall assume liability of the contractor. 7. Ownership of Merchandise: The rental merchandise provided under this rental agreement remains the property of the Contractor. 10

8. Rates and Rate Modifications: Rates must remain fixed throughout the duration of the initial (21) month contract term. Rental rates shall be weekly per uniform per employee. If at the end of initial (21) month term (or any subsequent 12 month term), the contractor has an interest in continuing the contract, a written notice of intent must be submitted. This notice may include a request for an adjustment in rental rates to reflect changes in the cost of operation in accordance with the Terms and Conditions section of the RFP #Uniforms 2016/2017. Requests must be received by NRWASA not less than 90 (ninety) days prior to the expiration of current year s contract. NRWASA has the right to review and accept or reject rate adjustment request. If accepted, the new rates would become effective on the subsequent contract renewal date for contract term and continue in effect through that contract period. If rate adjustment is rejected, contractor will have the opportunity to withdraw the rate request and continue the contract at existing rates. If parties involved are unable to resolve the pricing issue, the contract may be terminated by NRWASA with sixty (60) days written notice to the contractor. Consequently, NRWASA would be free to issue a new bid request to establish a new contractor to provide this service. 9. Payment terms: Terms are Net 45, made on monthly basis. 10. Insurance: Contractor s insurance coverage must meet or exceed the amounts and conditions listed in the Instructions to Contractors section (page 4) of RFP. 11. Indemnity. The Contractor shall indemnify and hold NRWASA harmless from any claims and losses, including reasonable attorney s fees, arising out of or resulting from the performance and execution of the work, to persons or property caused by the negligence of the Contractor, the Contractor s agents, employees and subcontractors. 12. Governmental Requirements. Contractor shall in performing the Work: a. obtain all permits and governmental approvals for conducting the Work, b. comply with all applicable governmental laws, rules and regulations, c. maintain in effect all licenses which the Contractor is required to possess, d. not discriminate against any of its employees or prospective employees because of race, religion, color, age, or national origin. 13. NRWASA s Representative. NRWASA designates Debbie Purvis, Executive Assistant, as its representative who shall have authority to transmit instructions, receive notices and information, and enunciate NRWASA s policies and decisions. 14. Subcontractors. Contractor will not use any subcontractors in connection with the contract unless such subcontractors were specifically agreed to by NRWASA. 15. Notices. All notices required under this agreement shall be in writing and mailed first class by US Mail, postage prepaid, to the address for each party set forth above. 16. Miscellaneous. This agreement shall be binding on the heirs, successors and assigns of the parties hereto. This document contains the entire understanding of the parties hereto except that any request for proposals submitted by NRWASA for the contract and any proposals by Contractor 11

for the contract are incorporated herein by reference and made a part of this agreement. This agreement shall be controlled by the laws of the State of North Carolina. 17. Dispute Resolution: Any dispute arising between or among the Parties listed in this agreement, including without limitation a breach of such agreement shall be subject to non-binding mediation in accordance with Rules as set forth for Mediated Settlement Conferences in Lenoir County Superior Court. 18. E-Verify: Bidders must comply with and shall not employ any subcontractor, supplier, or other individual or entity, whether initially or as a replacement, that does not comply with federal E-Verify requirements or against whom NRWASA may have reasonable objection. IN WITNESS WHEREOF, the parties hereto have executed this agreement as of the date and year first above written. CONTRACTOR NAME: ADDRESS: CITY/STATE BY: TITLE: PHONE: (SEAL) (TITLE) Subscribed and sworn to before me, this the day of,20. Notary Public County of, NC My Commission expires 12

Attachment B BID PROPOSAL RESPONSE SHEET Uniform Rental Services RFP Uniforms 2016/2017 Uniforms for Approximately Seventeen (17) Employees Each Employee will have 11 Shirts, 11 Pants and 2 Jackets Garment/Item Total Per Unit Cost per Total # of Employee Price Employee employees Uniform Jackets 2 17 Oxford Shirts 11 17 Cost per Week Employees have choice of: Flex waist Pants 11 17 Pleated Pants 11 17 Flat Front Pants 11 17 Additional Charges Embroidery Fees 11 17 List all other Fees CONTRACTOR NAME: Pricing as submitted is firm for the initial (21) month term, no more than a 2% increase each year for the additional 3 years. 13

Attachment C Uniform Rental Services RFP #Uniforms 2016/2017 Proposal submitted by: Contractor Name Mailing Address County State Zip Code Name of individual submitting bid Title Telephone no. Fax no. Email address: Location of nearest service facility Uniform measurement can be conducted within days after notification of award of contract and uniforms can be delivered within days following that date. Pursuant to and in compliance with the Request for Proposal, and the instructions to Contractors relating thereto, the terms of which are incorporated herein by reference thereto, the undersigned as Contractor offers and agrees, if this offer is accepted, to furnish and deliver, F.O.B., La Grange, North Carolina, the services/equipment/materials as specified in the specifications forming a part of these contract documents and in accordance with the addenda numbers. Addenda No. dated, Addenda No. dated, Addenda No. dated, SIGNATURE: DATE: 14

Attachment D Replacement Rates Uniform Rental Services RFP #Uniforms 2016/2017 NRWASA shall exercise reasonable control over uniforms furnished under this contract and shall cooperate with the contractor in returning to the route representative all uniforms turned in by discontinued employees. Upon termination of employment, the department will reimburse the contractor for any/all lost uniforms at the replacement rate noted below. Contractor replacements rates: Garment/Item Price each Oxford Shirts Flex Waist Pants Pleated Pants Flat Front Pants Uniform Jacket CONTRACTOR NAME: 15

Attachment E Uniform Rental Services RFP #Uniforms 2016/2017 CONTRACTOR REFERENCES Each contractor submitting a bid under this proposal must fill in the following: I. List four (4) accounts of comparable size which you are now servicing within or near Lenoir County or municipal accounts in North Carolina. Name of Company # of Employees Under Contract Name & Phone # of Contact Person Name of Company # of Employees Under Contract Name & Phone # of Contact Person Name of Company # of Employees Under Contract Name & Phone # of Contact Person Name of Company # of Employees Under Contract Name & Phone # of Contact Person 16

Attachment F ANTI-COLLUSION AFFIDAVIT STATE OF NORTH CAROLINA NEUSE REGIONAL WATER AND SEWER AUTHORITY, being first duly sworn deposes and says that: 1. He/She is the of attached bid; 2. He is fully informed respecting the preparation and contents of the attached bid and of all pertinent circumstances respecting such bid; 3. Such bid is genuine and is not collusive or sham bid; 4. Neither the said Contractor, nor any of its officers, partners, owners agents, representatives, employees or parties in interest, including this affiant, has in any way collude, conspired, connived or agreed, directly or indirectly, with any other Contractor, firm or person to submit collusive or sham bid in connection with the contract for which the attached bid has been submitted or to refrain from bidding in connection with such contract, or has in any manner, directly or indirectly sought by agreement or collusion or communication or conference with any other Contractor, firm or person to fix any overhead, profit, or cost element of the bid price of any other Contractor to secure through collusion, conspiracy, connivance or unlawful agreement any advantage against the Neuse Regional Water and Sewer Authority, or any person interested in the proposed contract; and 5. The price or prices quoted in the attached bid are fair and proper and are not contained by any collusion, conspiracy, connivance or unlawful agreement on the part of the Contractor or any of its agents, representatives, owners, employees, or parties, in interest, including this affiant. (SEAL) (TITLE) Subscribed and sworn to before me, this the day of,20. Notary Public County of, NC My Commission expires 17

Attachment G EXCEPTIONS TO THE BID Uniform Rental Services RFP #Uniforms 2016/2017 Please list here ALL exceptions to the Request for Proposals for Uniform Service (#Uniforms 2016/2017), specifications contained in the Uniform Description portion of the uniform specifications page. Failure to do so may result in disqualification of the bid. Any RFP clauses to which the Contractor does not take exception will assume to be agreed upon by the Contractor. For any exception, please reference with the appropriate section number. 18

(Affix Official/Notarial Seal) Attachment H Uniform Rental Services RFP #Uniforms 2016/2017 STATE OF NORTH CAROLINA NEUSE REGIONAL WATER AND SEWER AUTHORITY AFFIDAVIT Of COMPLIANCE with N.C. E-Verify Requirements 1. I am over the age of 18 years old and of sound and competent mind. 2. I am the (Owner, President, Manager, CEO, etc.) of, the Employer, and possess the full authority to speak for and on behalf of the Employer. 3. Employer understands that E-Verify means the federal E-Verify program operated by the United States Department of Homeland Security and other federal agencies, or any successor or equivalent program used to verify the work authorization of newly hired employees pursuant to federal law. 4. If the Employer has less than 25 eligible employees, it is not required to participate in the E-Verify process. 5. If the Employer has more than 25 eligible employees, the Employer is required to participate in the E-Verify process as written in Article 2 of Chapter 64 of the North Carolina General Statutes. 6. If the Employer has more than 25 eligible employees, the Employer has retained all verification records as required in Article 2 of Chapter 64 of the North Carolina General Statutes. 7. All subcontractors engaged by or to be engaged by Employer have or will have likewise complied with the provisions of Article 2, Chapter 64 of North Carolina General Statutes. 8. Employer will make all pertinent records available for review by the Neuse Regional Water & Sewer Authority and shall provide information concerning any change in its status pursuant to Article 2, Chapter 64 of North Carolina General Statutes. 9. I have personal knowledge of all facts attested herein. Employer Name Affiant Printed Name and Title Affiant Signature This the day of, 20. The person whose name appearing above appeared before me on the date listed above and displayed sufficient proof of identification and signed above affirming the statements contained herein. My Commission Expires: day of, 20. Notary Printed Name Notary Signature 19

Attachment I Uniform Rental Services RFP #Uniforms 2016/2017 Bid/RFP/RFQ Number (if applicable): Name of Supplier or Bidder: IRAN DIVESTMENT ACT CERTIFICATION REQUIRED BY N.C.G.S. 143C-6A-5(a) As of the date listed below, the supplier or bidder listed above is not listed on the Final Divestment List created by the State Treasurer pursuant to N.C.G.S. 143-6A-4. The undersigned hereby certifies that he or she is authorized by the supplier or bidder listed above to make the foregoing statement. Signature Date Printed Name Title Notes to persons signing this form: N.C.G.S. 143C-6A-5(a) requires this certification for bids or contracts with the State of North Carolina, a North Carolina local government, or any other political subdivision of the State of North Carolina. The certification is required at the following times: When a bid is submitted When a contract is entered into (if the certification was not already made when the vendor made its bid) When a contract is renewed or assigned N.C.G.S. 143C-6A-5(b) requires that contractors with the State, a North Carolina local government, or any other political subdivision of the State of North Carolina must not utilize any subcontractor found on the State Treasurer s Final Divestment List. The State Treasurer s Final Divestment List can be found on the State Treasurer s Website at the address www.nctreasurer.com/iran and will be updated every 180 days. 20

Attachment J Uniform Rental Services RFP #Uniforms 2016/2017 TAXPAYER IDENTIFICATION FORM NEUSE REGIONAL WATER & SEWER AUTHORITY 2811 Barrus Rd La Grange, NC 28551 PURSUANT TO INTERNAL REVENUE SERVICE REGULATIONS, VENDORS MUST FURNISH THEIR TAXPAYER IDENTIFICATION NUMBER TO PAYERS WHO MAY BE REQUIRED TO REPORT PAYMENTS MADE DURING THE YEAR TO THE IRS. FAILURE TO OBTAIN THIS NUMBER REQUIRES US TO WITHHOLD 31% FROM ALL PAYMENTS MADE. IN ORDER TO AVOID THIS REQUIRMENT, WE ASK THAT YOU COMPLETE THE FOLLOWING INFORMATION AND RETURN TO THE ABOVE ADDRESS PROMPTLY. WE CANNOT PROCESS YOUR PURCHASE ORDER/CONTRACT UNTIL THIS INFORMATION IS RECEIVED. 1. LEGAL NAME: 2. BUSINESS NAME: 3. REMIT TO ADDRESS: 4. PURCHASE ORDER ADDRESS: (If different than above) 5. TELEPHONE NO. FAX NO. AREA NUMBER AREA NUMBER 6. FEDERAL TAX ID #: - SOCIAL SECURITY # 7. PLEASE CHECK APPROPRIATE BOX: Individual/Sole Proprietor Corporation Partnership LLP Non-Profit Other WITHOLDING FROM NONRESIDENTS FOR PERSONAL SERVICES: EXEMPT ( NC WITHHOLDING EXEMPTION STATEMENT REQUIRED) COMPLETED BY: PLEASE PRINT NAME TITLE SIGNATURE DATE 21

Attachment K Uniform Rental Services RFP #Uniforms 2016/2017 Bid Document Submittal Checklist One Complete Copy of Proposal Must Be Submitted along with these completed attachments: 1. Management Summary (See Contractors Submittals item #6 a, Page 3) 2. Contract (Attachment A) 2. Bid Proposal Sheet (Attachment B) 3. Signed Proposal (Attachment C) 3. Replacement Rates (Attachment D) 4. References (Attachment E) 5. Anti-Collusion Affidavit (Attachment F) 6. Exceptions to the Bid (Attachment G) 7. Manufacturer's specifications, illustrations an descriptive literature for all uniform garments proposed (Terms and Conditions item #1, Page 5) 6. Information on their quality assurance program for ensuring accuracy in uniform deliveries (Terms and Conditions item #5, Page 5-6) 7. Affidavit of Compliance (Attachment H) 8. Iran Divestment Act Certification Required (Attachment I) 9. Taxpayer Identification Form (Attachment J) 10. Complete Checklist (Attachment K) This list is intended to be complete. However, it is the Contractor's responsibility to assure that all documentation requested/required in this RFP is submitted. Accordingly, if any addenda are issued relative to this RFP, they must also be signed and returned with response along with any documentation that may be requested or revised. Checklist submitted by: Contractor Representative 22