Request for Price Proposal Parking Lot Striping Paint

Similar documents
Attachment 1 Federal Requirements for Procurements in Excess of $150,000 Not Including Construction or Rolling Stock Contracts

1. Communications with Bidders

Deadline to receive Sealed Bids is Thursday, September 21, 2017 at 9:00 a.m. EST.

PROTEST INSTRUCTIONS

BROCKTON AREA TRANSIT AUTHORITY

REQUEST FOR PROPOSALS

Diesel Engine Replacement for. Gillig Low Floor Buses

City of Tacoma Protest Policy. Excerpt from Purchasing Policy Manual

CITY OF CHICAGO DEPARTMENT OF PROCUREMENT SERVICES

Attachment C Federal Clauses & Certifications

RFQ REQUEST FOR QUOTES ON DEMAND FACILITIES ELECTRICAL MAINTENANCE SERVICES JANUARY 2008

FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS FOR PROFESSIONAL SERVICES CONTRACTS > $10,000

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

Athens Public Transit Request for Quotation

X. FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS

Butler County Regional Transit Authority

Request for Proposal. RFP # Non-Profit, Sports Photography

Request for Qualifications for Landscaping Services for the San Joaquin Council of Governments

CITY OF CULVER CITY 9770 CULVER BOULEVARD, CULVER CITY, CALIFORNIA

REQUEST FOR PROPOSAL Enterprise Asset Management System

AGREEMENT FOR ADVERTISING SERVICES I. GENERAL

REQUEST FOR PROPOSAL Police Department Roof System Renovation

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR PURCHASE OF DISH PANS TO REDUCE INFILTRATION AND INFLOW

Civil Engineering Services Overflow Parking Lot

INVITATION FOR BID Chipeta Lake Park Tree Trimming

BID PROTEST PROCEDURES

CHICAGO PARK DISTRICT DEPARTMENT OF PURCHASING SOLICITATION AND CONTRACTING PROCESS PROTEST PROCEDURES. October 2, 2013

REQUEST FOR PROPOSAL. GENERAL COUNSEL (Outside)

CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED

Invitation to Bid (ITB) For Lawn Care Services ITB No: DMS 14/ The State of Florida Department of Management Services

REQUEST FOR EXPRESSIONS OF INTEREST & QUALIFICATIONS Newark Pennsylvania Station Food and/or Food/Retail Concession(s)

Tulsa Community College

City of Alexandria Purchasing Department P.O. Box 71 Alexandria, Louisiana

NEIGHBORWORKS TRAINING INSTITUTE REQUEST FOR BIDS SECURITY GUARDS

INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO: DMS-14/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES

March 9, 2018 REQUEST FOR PROPOSALS TO TRANSPORT AND RECYCLE ELECTRONIC WASTE FOR THE SONOMA COUNTY WASTE MANAGEMENT AGENCY

INVITATION FOR BID Annual Water Meter Purchase

Request for Proposal To Audit Southeast/South-Central Educational Cooperative for Fiscal Year March 21, 2016

One (1) Original in Hardcopy

COVER PAGE. Bid Proposal # 2151 PETROLEUM PRODUCTS

Iowa Public Employees Retirement System Request for Proposal Design and Construction Contract Administration Services

ADVERTISEMENT FOR BID Section Page 1 of 6

DOCUMENT INSTRUCTIONS TO BIDDERS

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

Location & Subject Matter Substance of Change Proposed Changes

Montgomery County Intermediate Unit 2 West Lafayette Street Norristown, Pa 19401

REQUEST FOR PROPOSALS FOR INDEPENDENT ENGINEER SERVICES FOR POST CLOSURE CARE AT ORDOT CLOSURE FACILITY PROJECT NO.: RECEIVER-RFP ADDENDUM NO.

TABLE OF CONTENTS. Page

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

The Consultant selected by the IDA will perform the following services:

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:

MARYLAND STATE TREASURER LOUIS L. GOLDSTEIN TREASURY BUILDING ANNAPOLIS, MARYLAND 21401

DIVISION PROCUREMENT CONTRACTS FOR GOODS AND SERVICES DIVISION PROCUREMENT CONTRACTS FOR GOODS AND SERVICES GENERALLY; EXCEPTIONS

PARK HILL SCHOOL DISTRICT Nutrition Services Department 8500 NW Riverpark Drive Pillar 116 Parkville, MO 64152

I. OVERVIEW. A. Purchases below statutory bid threshold

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m.

APPENDIX F PUBLIC PRIVATE PARTNERSHIP PROCUREMENT PROCEDURES

Bids Due: March 16, 2018

SECTION INSTRUCTIONS TO BIDDERS

BACKGROUND: THE STATE AND THE GRANTEE AGREE AS FOLLOWS:

Invitation for Bid (IFB) For THE JOHNSTOWN INCLINED PLANE: FABRICATE AND ASSEMBLE TRACK CABLE SHEAVE WHEEL ASSEMBLIES

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING

LETTER OF INTEREST NOTICE FOR RAPID RE-HOUSING PROGRAM

REQUEST FOR PROPOSALS SECURITY SERVICES LEHIGH AND NORTHAMPTON TRANSPORTATION AUTHORITY (LANTA)

REQUEST FOR PROPOSALS NO VISUALIZE 2045 DATABASE PROJECT. Offerors shall submit one (1) original and

REQUEST FOR PROPOSALS For the Provision of Auditing Services. Issued by: River Parishes Transit Authority. Issued: December 14, 2018

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

Charleston Area Regional Transportation Authority (CARTA) Bus Shelter & Amenities Request for Proposals

KENTUCKY EDUCATIONAL DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS. for. Guaranteed Energy Savings Contracts. Addendum #1

INVITATION TO BID FOR AIR FILTERS ITB NO: DMS-15/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES

ATTENTION ALL BIDDERS

ATTENTION ALL BIDDERS

REGULATORY PERMIT APPLICATION

TERMS AND CONDITIONS OF THE INVITATION TO BID

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

Invitation for Bid (IFB) Uniform Rental Services

LIVINGSTON PARISH COUNCIL. Request for Qualifications for. Professional Services for the Livingston Parish Road Overlay Project

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

SOLICITATION AND AWARD PROTESTS RULE (RULE NO.004)

Request for Proposals (RFP) for Court Reporting Services. RFP No: OAG 14/15-3 The State of Florida Office of the Attorney General

REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas 66603

RFP Issued: Tuesday, November 10, Amended December 7, 2015 Pages 2, 10, and 11

Legal Services for Representation to Indigent Parents RFP Laramie County

ATTENTION ALL BIDDERS

Worcester Regional Transit Authority. Request for Proposals (RFP) # FOR. On-Call Bus Stop Sign Installation, Removal, and Maintenance

Template for Request for Expressions of Interest (REOI)

THE PLACER COUNTY TRANSPORTATION PLANNING AGENCY, THE SOUTH PLACER REGIONAL TRANSPORTATION AUTHORITY,

Addendum # 1 BL Rhodes Jordan Park Multi-Purpose Field Conversion

REQUEST FOR PROPOSALS Galax Water Treatment Plant and Galax Wastewater Treatment Facility Control System Integration Service Term Contract

Town of Templeton, Massachusetts Invitation for Bids Bulk Salt/Rock Salt

Enhanced Mobility of Seniors and Individuals with Disabilities Program

WASHINGTON COUNTY PUBLIC SCHOOLS Downsville Pike, Hagerstown, Maryland 21740

Section 5310 (Formerly Section 16)/ Community Transportation NON-VEHICLE 8/20/2009

79th OREGON LEGISLATIVE ASSEMBLY Regular Session. Senate Bill 1565

GENERAL TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852G002

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

CITY OF SPRING HILL, TENNESSEE REQUEST FOR PROPOSAL FOR. Sandblasting & Painting of Fire Hydrants

Transcription:

Request for Price Proposal Parking Lot Striping Paint Summary Piedmont Authority for Regional Transportation is seeking price proposals from qualified vendors who specialize in painting services to furnish all labor, equipment and materials necessary to repaint striping for pedestrian areas in Coble Transportation Center (CTC) passenger facility. The information below is detailed specifications and requirements for the project. A site tour can be scheduled for the interested vendors between July 19-24, 2018. Vendors are encouraged to visit the work site to familiarize themselves with all the existing conditions that may affect the work involved. The price proposals are due by July 27, 2018 and should be mailed to David Morris, PART Director of Operations, 107 Arrow Road, Greensboro, NC-27409. The selected vendor shall comply with all local, state, and federal directives, ordinances, rules, orders, and laws as applicable in performing the work. Building Information The Passenger Building is located at 8310, West Market Street, Greensboro, NC-27409 The curb area for painting is approximately 1700 linear feet. There are 5 crosswalks and 1 double centerline to be painted The CTC Facility operates within the following hours: Mon-Fri 6 AM-9 PM, Sat 6 AM-7PM and Sun closed. Scope of Work and Other Requirements Scope of Work Edge Line (Yellow Color): curbs at CTC facility to be painted with matching yellow color stripe as highlighted in the CTC map in Attachment 1. Paint curb stripe 1 wide. Crosswalk Line (White Color):

I. Modify 2 car parking spaces to pedestrian crosswalks. One is located near the PART Admin facility and another near the Brush road entrance for CTC passenger facility. II. Paint the 2 existing crosswalks and 1 new crosswalk Double Centerline (Yellow Color): near the Brush Road CTC facility entrance Material: Epoxy paint for both yellow and white stripes This project will require coordination with the Director of Operations. Regular routes would be running Monday to Saturday and work needs to be planned so the PART Express services are not affected. Requirements The following documents are not required to be included in the Vendor s proposal. However, the Vendor must be able to provide the following prior to execution of project. A copy of the current business license A copy of certificate of liability insurance and workers compensation Completed W-9 Form Federal and State Certifications and assurances may be required to be completed by the selected vendor if federal/state funds are utilized in this procurement. A list of the compliance forms is provided in Attachment 2. Site Tour Please contact Supriya Raghav, PART Regulatory Affairs Specialist at supriyar@partnc.org or 336-291- 4322 to schedule a site visit between July 19-24, 2018. This is not a requirement but a recommendation. Submittal Requirements Submissions that do not include each of the requirements listed below will not be considered. 1. An overview of the company 2. References from at least three current or past clients with a similar project 3. A timeline to complete the project 4. Cost to perform the work including labor, material and equipment Please mail the price proposals by July 27, 2018 to: David Morris, PART Director of Operations 107 Arrow Road Greensboro, NC-27409 Contract(s) will be awarded to the most responsive, responsible and most qualified bidder. PART reserves the right to reject all the bids.

Protest Procedure This section describes the policies and procedures governing the receipt and resolution of vendor protests in connection with this Request for Proposal (RFP). The procedure shall be as follows: a. Pre-Proposal Protests All protests concerning solicitation specifications, criteria and/or procedures shall be submitted in writing (defined as being sent or received via letter or facsimile on official firm/agency letterhead or by electronic mail) to the PART Executive Director as specified below not later than 10 business days prior to the deadline for submission of bids/proposals. The PART Executive Director may, within his or her discretion, postpone the deadline for submission of bids/proposals, but in any case, shall provide a written response to all protests not later than five (5) business days prior to the deadline for submission of bids/proposals. If the deadline for submission of bids/proposals is postponed by the PART Executive Director as the result of a protest the postponement will be announced through an addendum to the solicitation. The decision by the PART Executive Director shall be the final agency decision on the matter but shall be subject to judicial review as set forth by FTA below. b. Pre-Award Protests With respect to protests made after the deadline for submission of bids/proposals but before contract award by PART, protests shall be limited to those protests alleging a violation of Federal or State law, a challenge to the bids/proposals evaluation and award process, PART s failure to have or follow its protest procedures or its failure to review a complaint or protest. Such protests shall be submitted in writing (defined as being sent or received via letter or facsimile on official firm/agency letterhead or by electronic mail) to the PART Executive Director as specified below not later than five (5) business days after the Recommendation for Contract Award announcement by PART. The PART Executive Director may, within his or her discretion, postpone the award of the contract, but in any case, shall provide a written response to all protests not later than three (3) business days prior to the date that PART shall announce the contract award. The decision by the PART Executive Director shall be the final agency decision on the matter but shall be subject to judicial review as set forth or review by FTA as specified below. c. Requirements for Protests All protests must be submitted to PART in writing (defined as being sent or received via letter or facsimile on official firm/agency letterhead or by electronic mail), with sufficient documentation, evidence and legal authority to demonstrate that the Protestor is entitled to the relief requested. The protest must be certified as being true and correct to the best knowledge and information of the Protestor, be signed by the Protestor, and be notarized. The protest must also include a mailing address to which a response should be sent.

Protests received after the deadlines for receipt of protests specified above are subject to denial without any requirement for review or action by PART. All protests must be directed in writing (defined as being sent or received via letter or facsimile 0on official firm/agency letterhead or by electronic mail) to: PART Executive Director Piedmont Authority for Regional Transportation 107 Arrow Road, Greensboro, NC 27409 E-mail: scottr@partnc.org Fax: 336-662-9253 d. Protest Response - The PART Executive Director shall issue written responses to all protests received by the required protest response dates. All protest responses shall be transmitted by first-class U.S. Postal Service to the address indicated in the protest letter. For convenience, PART will also send a copy of the response to a protest to the Protester by facsimile and/or electronic mail if a facsimile number and/or electronic mail address are indicated in the protest letter. The protest response transmitted by U.S. Postal Service shall be the official PART response to the protest and PART will not be responsible for the failure of the Protester to receive the protest response by either facsimile or electronic mail. e. Review of Protests by FTA All protests involving contracts financed with federal assistance shall be disclosed to the FTA in accordance with FTA Circular 4220.1F. Protesters shall exhaust all administrative remedies with PART prior to pursuing protests with FTA. FTA limits its reviews of protests to: a grantee s failure to have or follow its protest procedures; a grantee s failure to review a complaint or protest when presented an opportunity to do so; or violations of Federal law or regulation. Appeals to FTA must be received by the cognizant FTA regional or headquarters office within five (5) working days of the date the Protester has received actual or constructive notice of PART s final decision or within five (5) working days of the date the Protester has identified other grounds for appeal to FTA. PART is an Equal Opportunity/Affirmative Action Employer that does not discriminate on the basis of race, color, national origin, sex, religion, age, or disability in employment or the provision of services.

ATTACHMENT 1 CTC Passenger Facility Map

ATTACHMENT 2 List of the compliance forms Federally Required and Other Model Contract Clauses 1. No Government Obligation to Third Party 2. Program Fraud and False or Fraudulent Statements 3. Access to Records and Reports 4. Federal Changes 5. Termination 6. Energy Conservation Requirement 7. Civil Rights Requirements 8. DBE (Disadvantage Business Enterprise) 9. Transit Employees Protective Arrangements 10. Drug and Alcohol Testing 11. Incorporation of FTA Terms 12. Recycled Products 13. Compliance with NC E-Verify 14. Iran Divestment Act