![Request for Proposal 16071JL](https://data.docslib.org/img/3a60ab92a6e30910dab9bd827208bcff-1.webp)
City of Dayton, Ohio Department of Central Services Division of Purchasing OPERATIONS AND MAINTENANCE OF BAGGAGE HANDLING SYSTEM AND PASSENGER BOARDING BRIDGES AND ANCILLARY EQUIPMENT REQUEST FOR PROPOSAL (RFP) No. 16071JL November, 2016 TABLE OF CONTENTS SECTION 1 – PROPOSAL INSTRUCTIONS ........................................................................................................................ 3 1.01 Communications Regarding this Project. ..................................................................................................... 3 1.02 RFP Schedule. ............................................................................................................................................... 3 1.03 Pre-Proposal Meeting. ................................................................................................................................. 3 1.04 Site Visit. ....................................................................................................................................................... 3 1.05 Submitting a Proposal. ................................................................................................................................. 4 1.06 Required Proposal Contents. ....................................................................................................................... 4 1.07 Items that Disqualify a Vendor Immediately. .............................................................................................. 5 1.08 Criteria. ......................................................................................................................................................... 5 SECTION 2 – SCOPE OF PROJECT ................................................................................................................................... 6 2.01 Purpose and Need / Project Description. ..................................................................................................... 6 2.02 Background Information. ............................................................................................................................. 6 2.03 Scope of Work / Project Requirements........................................................................................................ 6 2.04 Pricing Structure. ........................................................................................................................................ 17 SECTION 3 – REQUIREMENTS AND CONDITIONS FOR ALL PROPOSERS ...................................................................... 18 3.01 Tax Exemption. ........................................................................................................................................... 18 3.02 Proposer Affidavit. ..................................................................................................................................... 18 3.03 Procurement Enhancement Program. ....................................................................................................... 18 3.04 Proposer’s Financial Obligation to the City. ............................................................................................... 18 3.05 Proposer’s Incurred Costs. ......................................................................................................................... 18 3.06 Affirmative Action Assurance (AAA)........................................................................................................... 18 3.07 Standard Agreement Terms for Professional Services ............................................................................... 18 ARTICLE 1. TERM ................................................................................................................................................. 19 ARTICLE 2. SERVICES TO BE PERFORMED BY CONTRACTOR ............................................................................... 19 ARTICLE 3. COMPENSATION ................................................................................................................................ 19 ARTICLE 4. CITY’S RESPONSIBILITIES .................................................................................................................... 19 ARTICLE 5. STANDARD OF CARE .......................................................................................................................... 19 ARTICLE 6. INDEMNIFICATION............................................................................................................................. 19 ARTICLE 7. INSURANCE ........................................................................................................................................ 19 ARTICLE 8. OWNERSHIP OF DOCUMENTS AND INTELLECTUAL PROPERTY ......................................................... 20 ARTICLE 9. TERMINATION ................................................................................................................................... 20 ARTICLE 10. STANDARD TERMS ........................................................................................................................ 20 A. DELAY IN PERFORMANCE ........................................................................................................................... 20 City of Dayton, Ohio i Request for Proposal 16071JL B. GOVERNING LAW AND VENUE ................................................................................................................... 20 C. COMMUNICATIONS ................................................................................................................................... 21 D. EQUAL EMPLOYMENT OPPORTUNITY ........................................................................................................ 21 E. WAIVER ...................................................................................................................................................... 21 F. SEVERABILITY ............................................................................................................................................. 21 G. INDEPENDENT CONTRACTOR ..................................................................................................................... 21 H. ASSIGNMENT .............................................................................................................................................. 22 I. THIRD PARTY RIGHTS ................................................................................................................................. 22 J. AMENDMENT ............................................................................................................................................. 22 K. POLITICAL CONTRIBUTIONS ....................................................................................................................... 22 L. INTEGRATION ............................................................................................................................................. 22 EXHIBIT A– LETTER OF TRANSMITTAL........................................................................................................................ A-1 EXHIBIT B – REFERENCES FOR PROPOSING COMPANY ............................................................................................. B-1 EXHIBIT C – PRODUCT MANUFACTURE LABOR STANDARDS: VENDOR COMPLIANCE FORM ................................... C-1 EXHIBIT D – EXPERIENCE AND QUALIFICATIONS ....................................................................................................... D-1 EXHIBIT E – PRICING SCHEDULE ................................................................................................................................ E-1 EXHIBIT F – PRICING FORM ........................................................................................................................................ F-1 EXHIBIT G – PRICING SCHEDULE ................................................................................................................................ G-1 EXHIBIT H – EQUIPMENT INVENTORY ....................................................................................................................... H-1 City of Dayton, Ohio ii Request for Proposal 16071JL SECTION 1 – PROPOSAL INSTRUCTIONS 1.01 COMMUNICATIONS REGARDING THIS PROJECT. Please direct all communications regarding the RFP Process to: City of Dayton, Division of Purchasing, Room 514 Javon Lewis CPPB 101 West Third Street Dayton, Ohio 45402 Telephone: (937) 333-4003 Fax: (937) 234-1600 E-Mail: [email protected] All communications/questions concerning this RFP must be submitted in writing referencing the specific paragraph and page number. The deadline for questions is listed in Section 1.02 (RFP Schedule). Written responses will be prepared by the City and posted on the city’s web site by the date listed in Section 1.02. Changes to this RFP will be made only by formal written correspondence issued by the City. A copy of this proposal and any additional documentation may be found at the City of Dayton’s website at: http://www.daytonohio.gov/bids.aspx 1.02 RFP SCHEDULE. The following is the anticipated schedule for the RFP Process: Issue RFP: November 15, 2016 Pre-Proposal Meeting and Site Visit: Meeting and Site Visit will be held at Dayton International Airport 3600 Terminal Drive, Vandalia, OH 45377 at 11:30 AM local (Dayton OH) time on November 30, 2016. Attendees meet at the Airport Atrium, near front doors by US Air Ticket Counter.
Details
-
File Typepdf
-
Upload Time-
-
Content LanguagesEnglish
-
Upload UserAnonymous/Not logged-in
-
File Pages33 Page
-
File Size-