REQUEST FOR PROPOSAL For UNIFORM SERVICES RFP No. G068

Similar documents
Request for Proposals

Request for Proposals #G053. Parking Lot Seal Coating. Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301

GOLDEN EMPIRE TRANSIT DISTRICT REQUEST FOR PROPOSAL FOR SECURITY GUARD SERVICES RFP # G056

Bus Stop Shelter Concrete Pads Request for Proposal #G052

REQUEST FOR PROPOSAL UNIFORM RENTAL SERVICES

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

Request for Proposals (RFP)

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

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

SECTION IV CONTRACT BID NUMBER

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

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

Request for Proposal (RFP) For. On-Board Video Surveillance System RFP # G061. Issued by:

PROPOSAL REQUEST. Sumner County Sheriff s Office

APPENDIX 15 LABOR CODE REQUIREMENTS

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

CONSTRUCTION AGREEMENT

Cherokee Nation

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

PROPOSAL REQUEST For Scanners and Printers. For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

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

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

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

Housing Authority of the Cherokee Nation REQUEST FOR BIDS

Send or hand-deliver proposals to: City of Alhambra - Utilities Department Attention: Dennis Ahlen 111 South First Street Alhambra, California

Invitation For Bid. Uniforms IFB U

Cherokee Nation

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

REQUEST FOR PROPOSAL. Spokane Tribal Benefits Broker

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

C17FT RPM PHASE ONE - March 20, 2017 BROADWAY SUBSTATION UPGRADE

City of Bowie Private Property Exterior Home Repair Services

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

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

PROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

PROPOSAL REQUEST. Sumner County Emergency Medical Service

Invitation to Bid CO WIRE BASKETS. Sumner County Sheriff s Office /Jail

Housing Authority of the Cherokee Nation REQUEST FOR BIDS HANDICAP RENOVATION

Server Storage Upgrade

Invitation to Bid IN-CAR CAMERA S

Invitation to Bid ROBOTIC CAMERA SYSTEM

INFORMATION FOR BID. Tee Shirts (School Nutrition)

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

Request for Qualifications Number 1470 General Construction Services

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

Invitation to Bid. DESCRIPTION OF WORK: New, Domestically Produced Turnout Frogs conforming to the attached Pan Am Railways specifications.

ADDENDUM #5 NIB #

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

Invitation to Bid BULK MOTOR OIL

Request for Proposals: Environmental Site Assessment for Single Property

CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR

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

Request for Bid/Proposal

THE SUMNER COUNTY REGISTER OF DEEDS

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

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

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

REQUEST FOR PROPOSALS FOR Stormwater Utility Feasibility Study

INSTRUCTIONS TO BIDDERS

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

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

Network Cabling Upgrade/Renovation. Request for Proposal

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

The City of Moore Moore, Oklahoma

INSTRUCTIONS TO BIDDERS

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

PENINSULA AIRPORT COMMISSION REQUEST FOR PROPOSALS #63017 LEGAL SERVICES FOR PENINSULA AIRPORT COMMISSION

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

Champaign Park District: Request for Bids for Playground Surfacing Mulch

January 18, Request for Proposals. for

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

A competitive bidding process shall be utilized to the greatest extent possible for all construction contracts.

TCL&P Facilities HVAC Improvements (specifications attached)

Request for Proposal # Executive Recruitment Services

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

IFB: MDI-SAB-14-B-0003 NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000

REQUEST FOR PROPOSALS. Western Municipal Water District. Water Meter Reading Services (Annual Contract)

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

PROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM

HOUSING DEVELOPMENT DIVISION Request for Quotation (RFQ) for Rehabilitation Construction Contract

City of New Rochelle New York

STATEMENT OF BIDDER'S QUALIFICATIONS

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

REQUEST FOR BIDS MINOR REPAIRS

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas

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

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

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Just in Time Classroom and Office Supplies Bid # 15/16-006

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

City of Seneca Planning & Development REQUEST FOR PROPOSALS JANITORIAL SERVICES RFP

NOTICE TO GENERAL CONTRACTORS PROJECT VALUED BY THE STATE ARMORY BOARD, OVER $150,000

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES

Transcription:

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 LATE BIDS WILL BE REJECTED There will not be a public opening for this IFB For further information regarding this RFP contact Susan Eagle Via Email: seagle@getbus.org Issued: March 18, 2016

GOLDEN EMPIRE TRANSIT DISTRICT UNIFORM SERVICES Request for Proposals #G068 NOTICE IS HEREBY GIVEN that sealed Proposals are invited by the Golden Empire Transit District, a public transit district, for: Uniform Services, all in strict conformance with Contract Documents and Specifications therefore, entitled Uniform Services being on file in the offices of the Golden Empire Transit District at 1830 Golden State Avenue, Bakersfield, California. Each bid must be contained in a sealed envelope stating: Uniform Services Attention: Purchasing Agent and filed at the offices of the Golden Empire Transit District, 1830 Golden State Avenue, Bakersfield, California, 93301-1012 at or before 4:00 PM PST, April 20, 2016. Copies of the Contract Documents and Specifications may be obtained at the office of the Purchasing Agent of the Golden Empire Transit District at 1830 Golden State Avenue, Bakersfield, California or by email Susan Eagle - seagle@getbus.org. Each bid shall be submitted on a form prepared by the Golden Empire Transit District. No Bid may be withdrawn for a period of one hundred and twenty (120) days after opening. The District will not reimburse the bidders for cost incurred in the preparation of their Proposals. All bidders are required to read and completely familiarize themselves with the Scope of Work and to submit all necessary paperwork required of the bidder as specified in Part I Terms and Conditions. The District reserves the right to postpone Bid opening, accept or reject any and all Proposals and to waive any informality in any Bid, all as the District deems to being in its own best interests.

GOLDEN EMPIRE TRANSIT DISTRICT Request for Proposals Uniforms Services RFP # G068 Golden Empire Transit District is requesting the submission of Proposals for employee uniform and supplies services. All submissions must be received in the GET office located at 1830 Golden State Avenue, Bakersfield, CA 93301, no later than 4:00 P.M. on April 20, 2016. Please state on outside of envelope UNIFORM SERVICES Uniform services shall be provided for the Maintenance and Operation Departments. The Maintenance Department has 46 maintenance employees and together both departments have 27 Executive staff that the District provides uniforms for. Each employee and Executive staff is supplied with 11 sets of uniforms. All Proposals must be submitted in accordance with the requirements outlined. SCOPE OF WORK The following information is provided to assist the proposer in understanding the scope of services needed by Golden Empire Transit. Golden Empire Transit operates a maintenance facility where employees are required to wear uniforms. The maintenance facility operates seven (7) days per week. Due to the nature of the mechanical work involved, the employees will require changing of uniforms daily. The laundry service shall supply, maintain, and launder an adequate supply of garments and other items to provide one clean uniform per maintenance employee per day. Due to the nature of the business uniforms become stained and soiled from everyday normal wear and tear. Golden Empire Transit expects the contractor to maintain the uniforms in acceptable condition. EXPECTATIONS OF QUALITY Garments furnished at the beginning of the contract shall be new. Used garments will not be accepted. MAINTENANCE UNIFORMS - Garments shall be made of a polyester\cotton blend fabric. The work shirt fabric color shall be a light gray with a high visibility reflective striping in short and long sleeve. Name patches shall be sewn on shirts and coveralls above the right breast pocket and the work pants shall be a charcoal gray. Some maintenance employees are supplied with shorts for the summer months and rotate from pants to shorts for the summer. It s the contractors responsibility to supply and launderer these garments. Size, quantity, and uniform color are subject to the District approval. The vendor will need to supply three sets of coveralls and one lab coat weekly. Sizes will be determined by the District. Golden Empire Transit shall furnish employees names at time of award.

MAINTENANCE EXECUTIVE UNIFORMS Executive work shirts shall be made of a polyester\cotton blend fabric. Staff will advise the vendor of what colors will be requested. The vendor will need to supply a combination of both long and short sleeve shirts and black pleated work pants. Golden Empire Transit shall furnish employees names at time of award. The contractor shall launder, press and bag garments to prevent wrinkling. OPERATIONS EXECUTIVE UNIFORMS Executive work shirts shall be made of a polyester\cotton blend fabric. Staff will advise the vendor of what colors will be requested. The vendor will need to supply a combination of both long and short sleeve shirts and black pleated work pants. Golden Empire Transit shall furnish employees names at time of award. The contractor shall launder, press and bag garments to prevent wrinkling. MISC. ITEMS- The proposer shall provide 24 dust mops, shop towels; floor mats sizes 3x4, 4x6 and 3x10 per week. Garment bins will be provided by the vendor to collect soiled uniforms. Laundry service shall launder or otherwise clean garments and other items in the best commercial fashion. The service shall repair damaged or worn garments to maintain a "like new" appearance. Golden Empire Transit will not accept unclean, torn, badly faded, or damaged garments. Golden Empire Transit will not be subject to any additional charges for uniforms replaced for normal wear and tear, faded, size exchange, extra long tails, abnormal sizes and supplying uniforms for new employees. Items no longer usable due to normal wear and tear or excessive shrinkage during laundering shall be replaced by the laundry service. Shop towels shall only be subject to a cleaning charge. The District will only accept replacement charges for missing shop rags. Oily or stained rags will not be considered damaged or be subject to replacement charges. PICKUP AND DELIVERY The laundry service shall pick-up soiled laundry and deliver clean laundry to designated points within the Golden Empire Transit 1830 Golden State Ave. The laundry service shall pick-up soiled floor mats and replace with clean floor mats in the maintenance building. The laundry service may establish a pick-up and delivery schedule to suit its own needs. PENALTIES The Contractor will be required to submit a weekly inventory report and will have 24 hours to supply any missing garments. Replacement garments shall be delivered within fifteen (15) days and failure to provide these garments will result in penalties of five (5) dollars a day per garment. The District will advise the vendor in writing within 24 hours of any contractual infractions. These penalized amounts will be deducted from the vendor s monthly invoice.

AGENCY CONTACT The Purchasing Agent at Golden Empire Transit will be the contact administrator at the time of award. Changes or additions made by anyone other than the Purchasing Agent will not be accepted or paid for by Golden Empire Transit. VENDOR CONTACT The Contractor shall make a representative available to assist Golden Empire Transit in measuring and fitting of personnel for the initial stock. The Contractor shall also designate an inside representative, who will be available to assist authorized Golden Empire Transit personnel with questions and/or problems that may arise on a day-to-day basis. Golden Empire Transit shall not be responsible for requests made by un-authorized personnel. TERM OF CONTRACT This Agreement will become effective when contract is awarded to the successful bidder and will continue for a period of two years. The contract may be extended for an additional year if prices and terms/conditions stay the same as stated in the contract. CANCELLATION If the laundry service fails to comply with the conditions of these specifications, if pricing is no longer competitive, or if the quality of the garments or other items provided deteriorates, Golden Empire Transit may cancel the contract by providing a thirty (30) day written notification of intent to cancel. AWARD OF CONTRACT Within 120 days of the deadline for submittal of Proposals, Golden Empire Transit District will decide to award a contract or reject all Proposals, unless an extension is made. The formal acceptance by Golden Empire Transit District of the proposer s Bid shall be a Notice to Proceed issued by Golden Empire Transit District. Upon execution and submission of all required documentation, Golden Empire Transit District will issue a Notice to Proceed evidencing its formal acceptance and award of the contract. Nothing in this section shall be construed to permit Proposer to alter its Bid after it has been submitted pursuant to the terms of the Request for Proposals.

PART I COMMERCIAL TERMS AND CONDITIONS Proposals are requested for the Scope of Work enclosed. 1. CONTRACT DOCUMENTS a. All terms and conditions included in this solicitation will be incorporated into any resultant contract. b. It is the intent of the District to award a firm fixed price contract for this procurement. c. The District is exempt from Federal Excise and Transportation Taxes. The District will furnish necessary exemption certificate upon request. Any sales tax, use tax, imposts, revenues, excise or other taxes, which are now or which may hereafter be imposed by Congress, by a state or any political subdivision hereof and applicable to the sale or the material delivered as a result of Bid and which, by the terms of the tax law, must be passed directly to GET and will be paid by GET. 2. FORM OF PROPOSALS Proposals shall be submitted only on the Bid Form, provided herein. Proposals submitted on any other form will be considered non-responsive and WILL BE REJECTED. The only acceptable method of modifying a Bid is by letter, if it is received by the person assigned to open Proposals prior to the time set for opening of Proposals. 3. RECEIPT OF PROPOSALS a. Sealed Proposals, an original and two (2) copies will be received by: Golden Empire Transit District 1830 Golden State Avenue Bakersfield, CA 93301 The Bid opening may occur at the time and date specified in the Scope of Work. b. The District reserves the right to postpone Bid opening for its own convenience, to reject any or all Proposals, and to cancel the requirements at any time prior to Bid opening and return all Proposals unopened.

4. DISCREPANCIES If a Contractor becomes aware of any discrepancy, ambiguity, error or omission, it shall be reported immediately to the Chief Executive Officer, who will determine the necessity for clarification. 5. APPEAL PROCEDURES Requests for approved equals, clarifications of specifications, and protest of specifications must be received by the District in writing 10 workdays before Bid due date. Requests must be addressed as listed in Item 3 and be clearly marked on the outside of the envelope: "NOT A BID". Any request for an approved equal or protest of the specifications must be fully supported with technical data, test results, or other pertinent information as evident that the substitute offered is equal to or better than the specification requirements. The burden of proof as to the equality, substitutability, and the compatibility of proposed alternates or equals shall be upon the Contractor, who shall furnish all necessary information at no cost to the District. The District shall be the sole judge as to the quality, substitutability and compatibility of the proposed alternates or equals. 6. ADDENDA a. Clarification or any other notice of a change in the Bid Documents will be issued only by the Purchasing Agent and only in the form of written addenda mailed, emailed or otherwise delivered to the address of record of each Contractor. Each addendum will be numbered and dated. Oral statements or any instructions in any form, other than addenda as described above, shall have no consideration. b. Each addenda received during the Bid period shall be acknowledged in the designated space on the Bid Form with the information therein requested. If none are received, the words "no addenda received" shall be written in the said space. 7. RECEIVING PROPOSALS Proposals received will be kept unopened until the time fixed for the Bid opening. The person whose duty it is to open the Proposals will determine when the time stated above has arrived and no Bid received thereafter will be considered.

8. WITHDRAWAL OF PROPOSALS Proposals may be withdrawn only by signature of Contractor, provided the request is received by the person whose duty it is to open Proposals prior to the time fixed for Bid opening. Each Bid opened will be considered to be a valid offer, and may not be withdrawn for a period of thirty (30) calendar days following opening of Proposals, unless the Contractor is given written notice that the Bid is unacceptable. 9. EVALUATION OF PROPOSALS Proposals will be evaluated as stated in the Scope of Work. 10. AWARD OR REJECTION OF BID a. The contract will be awarded to the responsible Contractor whose offer conforming to the solicitation will be most advantageous to Golden Empire Transit District. b. Discount offered by the Contractor will not be used in the evaluation or award process. Golden Empire Transit District reserves the right to accept other than the lowest price Bid. c. The District reserves the right to REJECT ANY OR ALL Proposals or any item or part thereof, or to waive any informality in Proposals when it is in the best interest of the District to do so. d. The District also reserves the right to award its total requirements to one Contractor or to apportion those requirements among several Contractors, as the District may deem it to be in its best interest. e. Each offer shall be submitted on the most favorable terms, from a price and technical standpoint that the Contractor can submit to Golden Empire Transit. 11. PRE-CONTRACTUAL EXPENSES Contractors are responsible for all pre-contractual expenses. Pre-contractual expenses are defined as expenses incurred by the Contractor in 1) preparing the Bid in response to this invitation; 2) submitting that Bid to the District; 3) negotiating with the District any matter related to this Bid; or 4) any other expenses incurred by Contractor prior to date of award.

12. PAYMENT a. Payment Schedule and Invoicing 1. Payment for equipment, material, and/or services shall be made 30 days after receipt of invoice. a. Proper and complete billing (including support) is received by District. b. Acceptance by the District of the equipment, materials and / or services in accordance with the Scope of Work. c. Contractual agreements set forth between the District and the Contractor. b. Prime Contractor and Subcontractor Payments (if applicable) Prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 10 days from receipt of each payment the prime contractor receives from the District. The prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor s work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the District. 13. DELAYS a. Unavoidable Delays If services under the contract should be unavoidably delayed, the District's Manager shall extend the time for completion of the contract for the determined number of days of excusable delay. A delay is unavoidable only if the delay was not reasonably expected to occur in connection with or during the Contractor's performance, and was not caused directly or substantially by acts, omissions, negligence or mistakes of the Contractor, the Contractors subs, or their agents, and was substantial and in fact caused the Contractor to delay performance dates, and could not adequately have been guarded against by contractual or legal means. Delays beyond control of the District or caused by the District will be sufficient justification for delay of services and Contractor will be allowed a day for day extension.

b. Notification of Delays The Contractor shall notify the District Staff as soon as the Contractor has, or should have, knowledge that an event has occurred which will delay performance. Within five (5) calendar days, the Contractor shall confirm such notice in writing, furnishing as much detail as available. c. Request for Extension The Contractor agrees to supply, as soon as such data are available, any reasonable proofs that are required by the District's Manager to make a decision on any request for extension. The District's Manager shall examine the request and any documents supplied by the Contractor and shall determine if the Contractor is entitled to an extension and the duration of such extension. The District's Manager shall notify the Contractor of his decision in writing. It is expressly understood and agreed that the Contractor shall not be entitled to damages or compensation and shall not be reimbursed for losses on account of delays resulting from any cause under this provision. 14. CHANGE ORDERS a. Contractor Changes Any proposed change in this contract shall be submitted to the District's Manager for prior written approval. b. District Changes 1. No change in this contract shall be made unless the District's Manager issues his prior written approval thereto. Oral change orders are not permitted. The Contractor shall be liable for all costs resulting from, and/or for satisfactorily correcting any specification change not properly ordered by written modification to the contract and signed by the District's Manager. 2. Contractor is expected to proceed with change and if District is responsible for a delay in delivery of services, a day for day extension to the delivery of services will be allowed. 3. Within seven (7) calendar days after receipt of the written change order to modify the contract, the Contractor shall submit to the District a

detailed price and schedule Bid for the work to be performed. This Bid shall be accepted or modified by negotiations between the Contractor and the District. At the time a detailed modification shall be executed in writing by both parties. Disagreements that cannot be resolved with negotiations shall be resolved in accordance with the contract disputes clause. Regardless of any disputes, the Contractor shall proceed with the work ordered. 15. INSURANCE a. During the performance hereunder and at Contractor's sole expense, Contractor shall procure and maintain the following insurance and shall not of its own initiative cause such insurance to be cancelled or materially changed during the course of herein contract for Bid. 1. Workers' Compensation Insurance with the limits established and required by the State of California; 2. Comprehensive General Liability, Product/Completed Operations Liability, Contractual Liability, Independent Contractors Liability, and Automobile Insurance with at least the following limits of liability: a. Primary Bodily Injury Liability limits of $1,000,000 per occurrence; b. Primary Property Damage Liability limits of $1,000,000 per occurrence. b. Prior to the District's issuance of a CONTRACT, the Contractor must furnish to the District a Certificate of Insurance, which shall certify the Contractor's insurance policy adequately covers the above listed requirements. Documents may be delivered or mailed to said office. Language on the certificate shall confirm the following: 1. The District is designated as an additional insured on the Comprehensive Liability and Automobile Liability Insurance described hereinabove. 2. The coverage shall be primary as to any other insurance with respect to performance hereunder. 3. Thirty (30) day s written notice of cancellation or material change to District.

To: Golden Empire Transit District GOLDEN EMPIRE TRANSIT DISTRICT REQUEST FOR PROPOSAL UNIFORM SERVICES RFP #G068 Addendum Acknowledgement Form Pursuant to and in compliance with your Statement of Qualifications, calling for proposals and related documents. The undersigned proposer, having familiarized him or herself with the terms and conditions of the contract, the local conditions affecting the performance of the contract the cost of work at the place where the work is to be done and the drawings and specifications and other contract documents, proposes and agrees to perform the contract within the time stipulated, including all of its component parts and everything required to be performed, and to provide and furnish any and all of the labor, materials, tools, expendable equipment, and all applicable taxes, utility and transportation services necessary to perform the contract and complete in workmanlike manner all of the work require in connection with this proposal and all in strict conformity with the drawings and specification and other contract documents, including addenda number. The proposer has carefully examined the plans and specification for this project prepared and furnished by Golden Empire Transit District and acknowledges their sufficiency. It is understood and agreed that the work under the contract shall commence by the proposer, if awarded the contract, on the date to be stated in Golden Empire Transit District s Notice to Proceed. I, the proposer identified below, declare under penalty of perjury that the information provided and representations made in this proposal are true and correct and that this declaration was executed on, 2016,. NAME OF PROPOSER: CORPORATE OR COMPANY NAME: ADDRESS: TELEPHONE: FAX: SIGNATURE:

GOLDEN EMPIRE TRANSIT DISTRICT REQUEST FOR PROPOSAL UNIFORM SERVICES #G068 RETURN THIS FORM WITH YOUR PROPOSAL Disadvantaged Business Enterprise hereby certifies that all reasonable efforts have been made to secure maximum disadvantaged business enterprise (DBE) participation in this contract. * BY: Authorized Official Title Please include on a separate sheet the names, addresses of all DBEs contacted or that will participate in the contract, the scope of work, dollar amount of for each participating DBE. Also describe all efforts which have been made to secure maximum DBE participation. All participating DBEs must complete the DBE affidavit, attached. AFFIDAVIT OF DISADVANTAGED BUSINESS ENTERPRISE I hereby declare and affirm that I am a qualifying DBE as describe in 49 CFR part 26 and that I will provide information to document this fact. I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE FOREGOING STATEMENTS ARE TRUE AND CORRECT, AND THAT I AM AUTHORIZED, ON BEHALF OF THE ABOVE FIRM, TO MAKE THIS AFFIDAVIT. BY: Title: Date:

RETURN THIS FORM WITH YOUR BID REQUIREMENT CERTIFICATE OF NONDISCRIMINATION Respondent hereby certifies under penalty of perjury under the laws of the State of California, that it does not unlawfully discriminate against any employee or applicant for employment with regard to race, color, religion, sex or national origin, ancestry, physical handicap, medical condition, marital status, or age; that it is in compliance with all applicable federal, state, and local directives and executive orders regarding nondiscrimination in employment; and that it agrees to pursue positively and aggressively the principle of equal opportunity in employment. Respondent and its subconsultants shall employ with the provisions of the Fair Employment and Housing Act (Gov. Code Section 12900 et seq.) and the applicable regulations promulgated there under Cal. Admin. Code, Title 2, Sec 7285.0 et seq.). Respondent agrees specifically: * To establish or observe employment policies which actively promote opportunities for minority persons and women at all job levels. * To communicate this policy to all persons concerned, including all company employees, outside recruiting services, especially those serving minority communities and women, and to the minority communities and women at large. * To state in all solicitations or advertisements for employees that the Proposer will consider all qualified applicants for employment without regard race, color, religion, age, sex or national origin. Please include any additional information available regarding equal opportunity employment programs now in effect within you company, e.g. an Affirmative Plan and/or Policy statement. CERTIFIED BY: SIGNATURE NAME & TITLE

Golden Empire Transit District Bid Form Uniform Services Uniforms Amount Weekly Optional Year Short sleeve shirts / each Long sleeve shirts / each Work pants Executive shirts Executive pants Shorts Coveralls Lab Coats Miscellaneous Items Garment Lockers 3x4 Entrance mats 4x6 Entrance mats 3x10 Entrance mats Shop Towels Dust mop heads Service Charges Other Charges Employee Name Badge Company Emblem Garment Preparation (Name of Firm) (Title of Signatory) (Signature) (Date)

FILL OUT SECTION A OR B OF THIS FORM RETURN THIS FORM WITH YOUR BID SECTION A CERTIFICATION OF PRIMARY PARTICIPANT REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS The Primary Participant (applicant for an FTA grant or cooperative agreement, or potential contractor for a third party contract), certifies to the best of its knowledge and belief that it and its principles: 1. Are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by an Federal debarment or agency. 2. Have not within a three year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or Local) transaction or contract under a public transaction; violation of Federal or State antitrust statues or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; 3. Are not presently indicated for or otherwise criminally or civilly charged by a governmental entity (Federal, State or Local) with commission of any of the offenses enumerated in paragraph (2) of this certification; and 4. Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or Local) terminated for default. (If the primary participant (applicant for and FTA grant, or cooperative agreement, or potential third party contractor) is unable to certify to any of the statements in this certification, the participant shall attach an explanation to this certification.)

THE PRIMARY PARTICIPANT (APPLICANT FOR AN FTA GRANT OR COOPERATIVE AGREEMENT, OR POTENTIAL CONTRACTOR FOR A MAJOR THIRD PARTY CONTRACT),, CERTIFIES OR AFFIRMS THE TRUTHFULNESS AND ACCURACY OF THE CONTENTS OR THE STATEMENTS SUBMITTED ON OR WITH THIS CERTIFICATION AND UNDERSTANDS THAT THE PROVISIONS OF 31 U.S.C. SECTION 3801 ET SEQ. ARE APPLICABLE THERETO. Signature and Title of Authorized Official The undersigned chief legal counsel for the hereby certifies that the has authority under State and Local law to comply with the subject assurances and that the certification above has been legally made. Signature of Applicant's Attorney Date