REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s...

33
RFP Equipment-Materials-Supplies – 8/01/14 Page 1 of 33 ___________________________________________________________________________________________________ KANSAS CITY AREA TRANSPORTATION AUTHORITY Procurement Department 1350 East 17 th Street Kansas City, MO 64108 ___________________________________________________________________________________________________ REQUEST FOR PROPOSALS TOC Proposal No. 15-7004-32 Uniforms for Drivers and Supervisors Date: January 26, 2015 Contact: Mike Sartin Senior Buyer Telephone: (816) 346-0366 Fax: (816) 346-0336 Email: [email protected]

Transcript of REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s...

Page 1: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 1 of 33

___________________________________________________________________________________________________

KANSAS CITY AREA TRANSPORTATION AUTHORITY

Procurement Department

1350 East 17th Street

Kansas City, MO 64108 ___________________________________________________________________________________________________

REQUEST FOR PROPOSALS TOC

Proposal No. 15-7004-32

Uniforms for Drivers and Supervisors

Date: January 26, 2015

Contact: Mike Sartin

Senior Buyer

Telephone: (816) 346-0366

Fax: (816) 346-0336

Email: [email protected]

Page 2: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 2 of 33

INTRODUCTION TOC

Date: January 26, 2015

Subject: RFP # 15-7004-32

RFP Name: Uniforms for Drivers and Supervisors

The Kansas City Area Transportation Authority (KCATA) grants an annual uniform allowance to its bus operators

and supervisors. KCATA requires the services of a qualified contractor to provide uniforms and accessories on a as

needed bases to its 473 full and part time drivers and 33 supervisors that will be purchasing items throughout the

year. The uniform allowance for CY2015 is $325.95 for full time drivers and supervisors and $150.00 for part time

drivers. The contractor shall carry adequate inventory of uniforms. The term of the contract shall be a three-year

contract beginning February 27, 2015 and ending February 26, 2018 with an additional two-year

option to extend.

If you have any questions, technical, contractual, or administrative, please e-mail them to Mike Sartin at

[email protected]. Questions will be received until 4:00 pm CST on February 4, 2015. Your proposal must be

received with all required submittals as stated in the RFP no later than 4:00 pm CST on February 13, 2015 at:

Kansas City Area Transportation Authority

Attn: Mike Sartin

Procurement Department

1350 East 17th Street

Kansas City, Missouri 64108

Overview

The Kansas City Area Transportation Authority (“KCATA” or “Authority”) is the bi-state regional transit

authority for the seven-county (Cass, Clay, Jackson, and Platte in Missouri; and Johnson, Leavenworth, and

Wyandotte in Kansas) metropolitan area. The Authority provides transit service seven days per week and

provides approximately 16 million transit trips per year on Metro bus and MAX services, Share-A-Fare

paratransit service, and the AdVANtage Vanpool program.

John Hays

Senior Procurement Manager

Page 3: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 3 of 33

TABLE OF CONTENTS TOC

Contents

REQUEST FOR PROPOSALS TOC 1

INTRODUCTION TOC 2

SECTION 1 - PROPOSAL CALENDAR TOC 5

SECTION 2 - SCOPE OF WORK/SERVICES TOC 6

A. Expectation 6

SECTION 3 - PROPOSAL INSTRUCTIONS TOC 9

1. General Information TOC 9

2. Reservations TOC 9

3. Proposer’s Responsibilities TOC 9

4. Authorization to Propose TOC 10

5. Withdrawal & Incomplete Proposals TOC 10

6. Modification of Proposals TOC 10

7. Approved Equals TOC 10

8. Unbalanced Proposals TOC 10

9. Protests TOC 10

10. Disclosure of Proprietary Information TOC 11

11. Disadvantaged Business Enterprise (DBE) Requirements TOC 12

SECTION 4 - PROPOSAL SUBMISSION, EVALUATION AND AWARD TOC 13

1. Proposal Format TOC 13

2. Volume I - Cost/Price Proposal TOC 13

3. Technical Proposal Page Limit TOC 14

4. Volume II - Technical Proposal TOC 14

5. Volume III – Contractual TOC 16

6. Basis for Contract Award TOC 18

7. Proposal Evaluation Criteria TOC 18

8. Presentations/Interviews/Written Responses TOC 19

SECTION 5 - CONTRACT TERMS AND CONDITIONS TOC 20

1. ACCEPTANCE OF MATERIALS – NO RELEASE TOC 20

2. CONTRACTOR’S RESPONSIBILITY TOC 20

3. DEBARMENT AND SUSPENSION CERTIFICATION (Applies to all contracts greater than $25K)

TOC 20

Page 4: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 4 of 33

4. EMPLOYEE ELIGIBILITY VERIFICATION (Applies to all contracts greater than $5K) TOC 20

5. ENVIRONMENTAL REGULATIONS (Applies to all contracts greater than $100K) TOC 21

6. LOBBYING RESTRICTIONS TOC 21

7. NOTIFICATION AND COMMUNICATION TOC 21

8. SUBCONTRACTORS TOC 22

9. UNAVOIDABLE DELAYS TOC 23

10. U.S. PRODUCT AND SERVICE PREFERENCE (Applies to all contracts greater than $100K)

TOC 23

11. WARRANTY; WARRANTY OF TITLE TOC 24

SECTION 6 – ATTACHMENTS TOC 25

ATTACHMENT J - PROPOSAL RESPONSE FORM 26

ATTACHMENT J - PROPOSAL RESPONSE FORM 28

ATTACHMENT J - PROPOSAL RESPONSE FORM 30

ATTACHMENT J - PROPOSAL RESPONSE FORM 32

Page 5: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 5 of 33

SECTION 1 - PROPOSAL CALENDAR TOC

RFP Advertised January 26, 2015

RFP Issued January 26, 2015

Questions, Comments, Requests for Clarifications & Requests for

Approved Equals Due to KCATA February 04, 2015

By 4:00 pm CST.

KCATA Responds to Proposer Questions, Comments, Requests for

Clarification & Requests for Approved Equals February 06, 2015

By 4:00 pm CST.

RFP Closing February 13, 2015

Contract Award (Tentative) February 27, 2015

Page 6: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 6 of 33

SECTION 2 - SCOPE OF WORK/SERVICES TOC

Where the word “KCATA” is used in this document, reference is made to the Kansas City Area

Transportation Authority.

A. Expectation

1. It is the intent of the KCATA management to provide a uniform that operators and

supervisors will take pride in wearing, and that reflects the professionalism of the KCATA.

It is important that the garments fit well, comfortable, and easy to care for. Employee

satisfaction in the uniform is paramount.

2. KCATA does allow the proposers the flexibility to submit the latest fashion and best

quality garments available. Please note that approved equals or better must be pre-

approved by KCATA. Please see section 3.7B for more information on approved equals.

3. Operators and Supervisors wear the same uniform. As of January 2015, 473 operators and

33 supervisors are eligible for uniforms. This number will vary as new operators become

eligible, operators retire, etc. Payment will be made only for garments ordered and

received.

B. The KCATA will provide the contractor with a list of operators/supervisors (clients) eligible for

the uniform allowance at the beginning of the contract years. There will be additions to the list

throughout the year. Updates will be sent to the contractor in the form of email or fax.

C. It is essential for the contractor to track orders for each client and invoice KCATA only for items

ordered and received by the client. Each client will have an annual allotment for his/her uniform

allowance. Graduating students will have a smaller annual allowance and contractor will be

notified by email or fax upon graduation. The client may choose garments only from the

approved list and in any combination not to exceed the annual allotment.

If the client chooses to purchase additional items at their own expense it is the responsibility of

the contractor to place a separate order for the additional items and collect any charges directly

from the client. The client must sign for the items received and the KCATA will process all

invoices for payment that have a signature from the client for the items being invoiced. Quality

control and tracking are critical to the contractor because KCATA will only pay for the number

and types of authorized items up to each client allotment.

D. Standard Uniform

1. Trouser – Navy blue 55/45 worsted wool first alternation at no charge to the client or

KCATA.

Sizes must be available from extra small to 4XL in both men’s and women’s.

Page 7: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 7 of 33

Approximately 26% of the orders will be for sizes XL and over.

b. With pleats – men and women’s

c. Without pleats – men and women’s

2. Jacket – Navy blue 55/45 worsted wool

Furnished patches must be sewn on jacket sleeve (one patch per jacket). The jacket must

be available lined and unlined. Proposer may submit one men’s and one women’s jacket

with a zip in zip out lining or one men’s lined and one men’s unlined along with one

women’s lined and one women’s unlined jacket. All jackets should be available in

regular and long. Pockets are important to most operators.

3. Shirts – (2) Light Blue – two pockets. Women’s shirt is to have 3” or more size pockets.

Shirts should button down the front shirts and have buttons on the cuff

a. Men’s – one long sleeve and one short sleeve.

b. Women’s – one long sleeve and one short sleeve.

4. Caps – Two styles are to be available.

a. Flex fit baseball cap with Metro logo embroidered at no additional charge

b. Air mesh cap.

5. Neckties (4)

a. Men’s – four-in-hand style (designed).

b. Men’s – four-in-hand style (navy blue).

c. Women’s – string crossover (or alternate).

F. Optional Accessories

1. Skorts – Navy, women summer option knee length only

2. Dickie – Navy, with patch (provided) turtle neck

3. Sweater – Cardigan style or pullover style

4. Turtle Neck – Long sleeve, lightweight

5. Mock Turtle Neck - Long sleeve, lightweight

6. Polo Shirts – Long and short

7. Blue Denim Shirts – Long and short sleeve

8. Bates Leather shoes

9. Bates Leather boots

10. Bates Oxford shoes

Page 8: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 8 of 33

11. Rubber over shoes

12. Eisenhower Ike Jackets

13. Polyester summer trousers

14. 75/25 Pleated trousers

15. Gloves – black wrist

16. Parka with snap on hood

An operator shall have the option of having the uniform jacket lined and having pleats put in

uniform trousers, but with no additional uniform cost to the Authority or employee. Authority

insignia patches will not be required on uniform shirts, but will be required on uniform jackets.

Alterations will be provided at no charge to the employee or KCATA upon the additional

purchase of uniforms.

.

Page 9: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 9 of 33

SECTION 3 - PROPOSAL INSTRUCTIONS TOC

1. General Information TOC

A. The terms “solicitation” and “Request for Proposals (RFP)” are used interchangeably, and the terms

“offer” and “proposal” are used interchangeably. The terms “Proposer,” “Contractor” and

“Offeror” are also used interchangeably.

B. Interested firms may submit proposals until proposal closing at 4:00 pm Central Time Zone on

February 13, 2015. Proposals received after the time specified may not be considered for award.

Proposals received via facsimile (fax) or electronic mail (e-mail) will not be considered. Proposals

must be delivered or mailed to KCATA’s Procurement Department at 1350 E. 17th Street, Kansas

City, MO 64108, attention Mike Sartin.

C. Submitting a proposal constitutes a firm offer to KCATA for ninety (90) days from the closing date.

D. KCATA is not responsible for any cost or expense that may be incurred by the Proposer before the

execution of a contract, including costs associated with preparing a proposal or interviews.

E. The Kansas City Area Transportation Authority is exempt from federal excise, federal transportation

and state sales tax and such taxes shall not be included in bid prices/price quotations or proposals.

Nevertheless, the Offeror is not exempt from these taxes when purchasing materials directly from

its supplier.

2. Reservations TOC

A. KCATA reserves the right to waive informalities or irregularities in proposals, to accept or reject

any or all proposals, to cancel this RFP in part or in its entirety, and to re-advertise for proposals if it

is in the best interest of the Authority. KCATA shall be the sole judge of what is in its best interest

with respect to this RFP.

B. KCATA also reserves the right to award a contract solely on the basis of the initial proposal without

interviews or negotiations. Therefore, offers should be submitted to KCATA on the most favorable

terms possible, from a cost or price and technical standpoint.

3. Proposer’s Responsibilities TOC

A. By submitting a proposal, the Proposer represents that:

1. The Proposer has read and understands the RFP and the proposal is made in accordance with

the RFP requirements and instructions; and agrees to furnish and deliver the items or perform

services as described herein for the consideration stated in accordance with the terms and

conditions listed in the KCATA RFP. The rights and obligations of the parties to any resultant

purchase order/contract shall be subject to and governed by this document and any documents

attached or incorporated herein by reference.

2. The Proposer possesses the capabilities, resources, and personnel necessary to provide

efficient and successful service to KCATA; and

3. It is authorized to transact business in the State of Missouri.

B. Before submitting a proposal the Proposer should make all investigations and examinations

necessary to ascertain site or other conditions and requirements affecting the full performance of

the contract.

Page 10: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 10 of 33

4. Authorization to Propose TOC

If an individual doing business under a fictitious name makes the proposal, the proposal should so state.

If the proposal is made by a partnership, the full names and addresses of all members of the

partnership must be given and one principal member should sign the proposal. If a corporation makes

the proposal, an authorized officer should sign the proposal in the corporate name. If the proposal is

made by a joint venture, the full names and addresses of all members of the joint venture should be

given and one authorized member should sign the proposal.

5. Withdrawal & Incomplete Proposals TOC

A. Proposals may be withdrawn upon written request received by KCATA before proposal closing.

Withdrawal of a proposal does not prejudice the right of the Proposer to submit a new proposal,

provided the new proposal is received before the closing date.

B. Incomplete proposals may render the proposal non-responsive.

6. Modification of Proposals TOC

Any proposal modifications or revisions received after the time specified for proposal closing may not

be considered.

7. Approved Equals TOC

A. Wherever brand, manufacturer, or product names are used, they are included only for the purpose

of establishing a description of minimum quality of the requested item unless otherwise specified.

This inclusion is not to be considered as advocating or prescribing the use of any particular brand

or item or product. However, approved equals or better must be pre-approved by the KCATA.

B. All requests for approved equals shall be received in writing. Any changes to the specifications

will be made by addendum. Proposers may discuss the specification with the KCATA Procurement

Department; however, requests for changes shall be written and documented.

C. When an approved equal is requested, the bidder shall demonstrate the quality of its product to the

KCATA, and shall furnish sufficient technical data, test results, etc., to enable the KCATA to

determine whether the Proposer's product is or is not equal to specifications.

8. Unbalanced Proposals TOC

KCATA may determine that an offer is unacceptable if the prices proposed are materially unbalanced.

An offer is materially unbalanced when it is based on prices significantly less than cost for some work

and prices which are significantly overstated in relation to cost for other work.

9. Protests TOC

A. The following protest procedures will be employed for this procurement. For the purposes of these

procedures, “days” shall mean business days of KCATA administrative personnel which are days

other than a Saturday, Sunday or legal holiday observed by KCATA for such administrative

personnel.

B. Pre-Submittal - A pre-submittal protest is received prior to the proposal due date. Pre-submittal

protests must be received by the Authority, in writing and addressed to the KCATA Senior Manager

of Procurement, no later than five (5) days before the bid closing date.

C. Post-Submittal/Pre-Award - A post-submittal/pre-award protest is a protest against making an

award and is received after receipt of proposals but before award of a contract. Post-submittal

Page 11: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 11 of 33

protests must be received by the Authority, in writing and addressed to the KCATA Senior Manager

of Procurement, no later than five (5) days after the bid closing date.

D. Post-Award - Post-Award protests must be received by the Authority, in writing and addressed to

the KCATA Senior Manager of Procurement, no later than five (5) days after the date of the Notice of

Intent to Award.

E. The KCATA Senior Manager of Procurement shall respond in writing within five (5) days from the

date of the written request. If the protester is not satisfied with the response of the KCATA Senior

Manager of Procurement, the protester may appeal in writing to the KCATA General Manager

within five (5) days from the date of the KCATA Senior Manager of Procurement’s response.

F. The KCATA General Manager will decide if the protest and the appeal (if any) have been given fair

and reasonable consideration, or if additional consideration is warranted. The KCATA General

Manager’s response will be provided within ten (10) days after receipt of the request. The KCATA

General Manager’s decision is final and no further action on the protest shall be taken by the

KCATA.

G. By written notice to all parties, the KCATA Senior Manager of Procurement may extend the time

provided for each step of the protest procedures, extend the date of notice of award, or postpone

the award of a contract if deemed appropriate for protest resolution.

H. Protesters shall be aware of the Federal Transit Administration's (FTA) protest procedures with the

FTA Regional Office (ref: FTA Circular 4220.1F) If federal funding is involved, FTA will review

protests from a third party only when: 1) a grantee does not have a written protest procedure or

fails to follow its procedure, or fails to review a complaint or protest; or 2) violations of specific

federal laws or regulations have occurred.

I. An appeal to FTA must be received by FTA’s regional office within five (5) working days of the date

the protester learned or should have learned of KCATA’s decision. Protests shall be addressed to:

Regional Administrator, FTA Region 7, 901 Locust, Room 404, Kansas City, Missouri, 64106.

10. Disclosure of Proprietary Information TOC

A. A proposer may restrict the disclosure of scientific and technological innovations in which it has a

proprietary interest, or other information that is protected from public disclosure by law, which is

contained in the proposal by:

(1) marking each page of each such document prominently in at least 16 point font with the words

“Proprietary Information;”

(2) printing each page of each such document on a different color paper than the paper on which

the remainder of the proposal is printed; and

(3) segregating each page of each such document in a sealed envelope, which shall prominently

display, on the outside, the words “Proprietary Information” in at least 16 point font, along with

the name and address of the Proposer.

B. After either a contract is executed pursuant to this RFP, or all proposals are rejected, the proposals

will be considered public records open for inspection. If access to documents marked “Proprietary

Information,” as provided above, is requested under the Missouri Sunshine Law, Section 610 of the

Revised Statutes of Missouri, the KCATA will notify the Proposer of the request and the Proposer

shall have the burden to establish that such documents are exempt from disclosure under the law.

Notwithstanding the foregoing, in response to a formal request for information, the KCATA reserves

the right to release any documents if the KCATA determines that such information is a public record

pursuant to the Missouri Sunshine Law.

Page 12: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 12 of 33

11. Disadvantaged Business Enterprise (DBE) Requirements TOC

A. This Contract is subject to the Requirements of Title 49, Code of Federal Regulations Part 26,

Participation by Disadvantaged Business Enterprises in Department of Transportation Financial

Assistance Programs. KCATA’s overall goal for DBE participation is 12.5%. A separate contract goal has not been established for this procurement.

B. Non-discrimination - Proposers shall not discriminate on the basis of race, color, national origin,

or sex in the performance of this project. The Proposer shall carry out applicable requirements of

49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the Proposer

to carry out these requirements is a material breach of the resulting contract, which may result in

the termination of the contract or such other remedy as KCATA deems appropriate.

C. DBE Certification - DBE firms may participate as prime Contractors, subcontractors or suppliers.

KCATA will only recognize firms that are certified as DBEs under the DOT guidelines found in 49

CFR Part 26. Firms must be certified as a DBE by a member of the Missouri Regional Certification

Committee, which includes KCMO, MoDOT, City of St. Louis, Metro in St. Louis or KCATA. A list of

certified firms may be found at www.modot.mo.gov/ecr/index.htm. MBE and WBE certifications

from other agencies will not be considered.

D. DBE Requirements - Please see Section 6 for DBE requirements applicable to this RFP and any

resulting contract. Section 6 forms and/or waivers must be completed with great care by each

offeror to ensure that the offer is acceptable.

Page 13: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 13 of 33

SECTION 4 - PROPOSAL SUBMISSION, EVALUATION AND AWARD TOC

1. Proposal Format TOC

Proposal package consists of two (2) sealed packages.

One of the sealed packages should contain one (1) original and two (2) complete copies of the original

proposal and cost. The package should be marked RFP 15-7004-32, technical and cost proposal.

The second sealed package should contain samples of uniforms. The package should be marked

RFP 15-7004-32. KCATA will return samples when proposal is complete.

A. The proposal package consists of three (3) volumes.

B. The originals of volumes 1 and 2 shall be unbound. All copies of volumes 1, 2 and 3 shall be

separately collated in 3-Ring Binders, and all copies and originals shall have the RFP number and

name, the offerors identity, volume number and volume title printed on the cover page.

C. Volumes shall be submitted in the following order:

1. Volume I – Cost/Price Proposal

a. One (1) original and two (2) copies

2. Volume II – Technical Proposal

a. One (1) original and two (2) copies

3. Volume III – Contractual

a. One (1) original and two (2) copies of the completed signed solicitation documents to

include DBE & subcontractor documents, Receipt of Addenda form (if issued) and the

documents listed in Section 4.4 below.

2. Volume I - Cost/Price Proposal TOC

A. KCATA anticipates awarding a fixed price contract.

B. KCATA will evaluate cost/price proposals for reasonableness, completeness, and realism as

appropriate.

C. Detailed and summary cost proposal forms are attached as Attachment J. Proposers are asked to

submit detailed budgets by task and in summary format. The task budget for each task should

present a breakdown of number of hours and fully loaded hourly rates by firm, position and name.

D. Proposers are also asked to submit estimated travel expenses by task and in summary format.

KCATA’s Travel Policy for Contractors (Attachment C) applies to this procurement.

E. The costs/prices included in the cost/price proposal should include all items of labor materials, and

other costs necessary to perform the contract. Any items omitted from this RFP which are clearly

necessary for the completion of the work being proposed should be considered part of the work

though not directly specified or called for in this RFP.

F. The Kansas City Area Transportation Authority is exempt from federal excise, federal transportation

and state sales tax and such taxes shall not be included in bid prices/price quotations or proposals.

Nevertheless, the Offeror is not exempt from these taxes when purchasing materials directly from

its supplier.

Page 14: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 14 of 33

G. Cost/price must be fair and reasonable and a proposal bond in the amount of five percent (5%) of

the full expected cost of services to be performed based on the first year of the contract, reflected

in U.S. dollars must be enclosed in the original cost proposal envelope.

1. The bond must be written by a licensed surety firm. Failure to submit a bond with the proposal

will result in the proposal being considered non-responsive.

2. A performance bond in the amount of ten percent (10%) of the full expected cost of year one

service of the contract may be required within ten (10) days from Notice of Intent to Award and

prior to final award of a contract.

3. Technical Proposal Page Limit TOC

A. The technical proposal page limit is 40 pages. If a Proposer submits a proposal exceeding this

limit, KCATA will consider the pages up to the allowable number and discard all subsequent pages.

B. The following are excluded from the page count:

Title Page

Table of Contents

Letter of Transmittal

Tabs or Indices

Additional lists of references

Résumé/background information (please restrict to a maximum of three (3) pages per

individual)

C. One page is defined as one side of a single, 8-1/2 x 11” page, with 11 point minimum font size for

the substantive text. Any page over this size will be counted as two (2) pages. Any page or partial

page with substantive text, tables, graphics, charts, résumés, etc. will be counted as one (1) page.

Proposers may use their discretion for the font size of other materials (e.g. graphics, charts).

4. Volume II - Technical Proposal TOC

A. Each technical proposal should enable the evaluation committee to make a thorough evaluation and

arrive at a sound determination as to whether or not the proposal will meet KCATA’s requirements.

Each technical proposal must be specific, detailed and complete as to clearly and fully demonstrate

that the Proposer has a thorough knowledge and understanding of the requirements and has valid

and practical solutions for technical problems. Statements which paraphrase the requirements or

state that “standard procedures will be employed” are inadequate to demonstrate how the

Proposer will comply with the requirements of this procurement.

B. To achieve a uniform review process and obtain the maximum degree of compatibility, technical

proposals must be organized as follows:

1. Title Page

Show the RFP number and title, the name of the firm, address, telephone number(s), name and

title of contact person, telephone number(s), email address, facsimile number and date.

2. Letter of Transmittal

The letter should be addressed to Senior Procurement Manager, John Hays and signed by a

corporate officer with authority to bind the firm. The letter must contain the following:

a. Identification of proposing firm(s), including name, address, telephone number(s) and

email addresses of each subcontractor.

b. Proposed working relationship among proposing firms (e.g., prime, subcontractor), if

Page 15: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 15 of 33

applicable.

c. Name, title, address, telephone number and email address of the contact person for the

project.

d. Briefly state that the Firm understands the services to be performed and make a positive

commitment to provide the services as specified.

3. Key Personnel Experience and Qualifications

a. Provide a brief synopsis of the firm, including when and where incorporated, major

business activities, and a listing of officers of the company. State whether the firm is local,

regional, or national and how long the firm has been in existence under current

ownership/management.

b. This section should demonstrate the Proposer’s experience, skills and qualifications of the

Project Manager and other key personnel in meeting client goals, objectives and schedules.

Describe direct past experiences. Detail any plans on services the Proposer will provide

that are not specifically required in this RFP.

c. Provide resumes for the proposed Project Manager and other key personnel and discuss

the unique qualifications these individuals bring to the project.

d. The offeror shall demonstrate past performance related to the scope of work. The offeror

shall provide three (3) contract references both for itself and for any major subcontractor to

enable KCATA to assess the quality of the offeror’s major subcontractors past performance.

The referenced contracts shall be similar in scope, magnitude and complexity to that

contemplated in this RFP. The following information shall be included for each contract:

1. Name and address of contracting activity, state or local governments agency or

commercial customer;

2. Contract type;

3. Contract value;

4. Brief description of services required under the contract, including performance

location(s) and performance period;

5. Name, telephone number, and e-mail address of individual able to provide

information about offeror’s past performance.

4. Program Management

a. Present the management approach to be followed and the management techniques

required for implementation and control of the work. At minimum address and include a

service start-up plan and schedule.

b. Provide an organizational chart showing how the project will be staffed in all functional

areas. Indicate the number of employees of each type. Indicate how the on-site staff will be

supported by other regional or national staff and the reporting relationships between on-

site staff and other firm management staff, if applicable.

c. Define and identify the proposed key on-site project staff. Provide resumes and references

for all key staff. Indicate whether each has worked in operations similar to what is

requested in the RFP and in what capacity they served at these other operations.

Page 16: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 16 of 33

5. Other

6. Exceptions, and Omissions

a. Exceptions. The proposal should clearly identify any exceptions to the requirements set

forth in this RFP.

b. Omissions. The Contractor will be responsible for providing all services, equipment,

facilities, and functions which are necessary for the safe, reliable, efficient, and well-

managed operation of the program, within the general parameters described in this RFP,

and consistent with established industry practices, regardless of whether those services,

equipment, facilities, and functions are specifically mentioned in this RFP or not. The

Proposer should clearly identify any omissions to the requirements set forth in the RFP.

5. Volume III – Contractual TOC

A. Financial Condition of the Firm. Financial data will be held in confidence and will not become part

of the procurement file or the awarded contract file. In this section the Proposer must submit

information demonstrating that it is financially sound and has the necessary financial resources to

perform the contract in a satisfactory manner. The Proposer is required to permit KCATA to inspect

and examine its financial statements. The Proposer shall submit the firm’s most recent unaudited

financial statements as well as two (2) years of its most recent audited annual financial statements.

These statements consist of Statement of Financial Position (Balance Sheet), Results of Operations

(Income Statement), Statement of Cash Flow, and Statement of Retained Earnings, and applicable

footnotes. Supplementary financial information may be requested as necessary.

B. Disclosure of Investigations/Actions. Proposer must provide a detailed description of any

investigation or litigation, including administrative complaints or other administrative proceedings,

involving any public sector clients during the past five (5) years including the nature and status of

the investigation, and, for any litigation, the caption of the action, a brief description of the action,

the date of inception, current status, and, if applicable, the disposition.

C. Debarment

1. The Proposer must certify that is not included in the “U. S. General Services

Administration’s List of Parties Excluded from Federal Procurement or Non-procurement

Programs.”

2. The Proposer agrees to refrain from awarding any subcontractor of any amount (at any tier)

to a debarred or suspended subcontractor, and to obtain a similar certification from any

subcontractor (at any tier) seeking a contract exceeding $25,000.

3. The Proposer agrees to provide KCATA with a copy of each conditioned debarment or

suspension certification provided by a prospective subcontractor at any tier, and to refrain

from awarding a subcontract with any party that has submitted a conditioned debarment or

suspension certification until FTA approval is obtained.

D. Lobbying

1. Pursuant to Public Law 104-65, the Proposer is required to certify that no Federal funds were

used to influence or attempt to influence an officer or employee of any Federal department

or agency, a member of Congress or State legislature, an officer or employee of Congress

or State legislature, or an employee of a member of Congress or State legislature regarding

the project(s) included in this contract.

Page 17: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 17 of 33

2. Proposers who use non-Federal funds for lobbying on behalf of specific projects or

proposals must submit disclosure documentation when these efforts are intended to

influence the decisions of Federal officials. If applicable, Standard Form-LLL, "Disclosure

Form to Report Lobbying", is required with the Proposer's first submission initiating the

KCATA's consideration for a contract. Additionally, Disclosure forms are required each

calendar quarter following the first disclosure if there has been a material change in the

status of the previous disclosure. A material change includes: 1) a cumulative increase of

$25,000 or more in the amount paid or expected to be paid for influencing or attempting to

influence a covered Federal action; 2) a change in the person(s) or individual(s) influencing

or attempting to influence a covered Federal action; or 3) a change in the officer(s) or

employee(s) or Member(s) contacted to influence or attempt to influence a covered Federal

action.

3. The Proposer is required to obtain the same certification and disclosure from all

subcontractors (at all tiers) when the Federal money involved in the subcontract is $100,000

or more. Any disclosure forms received by the Proposer must be forwarded to the KCATA.

E. Employee Eligibility Verification

1. The Proposer is required by sworn affidavit and provision of documentation, to affirm its

enrollment and participation in a Federal work authorization program with respect to

employees working in connection with the contracted services.

2. The Proposer shall also affirm that it does not knowingly employ any person in connection

with the contracted services who does not have the legal right or authorization under

Federal law to work in the United States as defined in 8 U.S.C. §1324a(h)(3).

3. The Proposer is required to obtain the same affirmation from all subcontractors at all tiers.

F. Proposer Status and Affirmative Action

1. Vendor Registration. All firms doing business with the KCATA shall complete a Vendor

Registration Form (Attachment A). However, bidders that have previously submitted a form

within the past two (2) years need not submit a Vendor Registration Form. It is the vendors’

responsibility to keep a current Form on file with the KCATA Procurement Department.

2. Affirmative Action Compliance.

a) Contractors and subcontractors agree to comply with Federal Transit Law, specifically

49 U.S.C. 5332 which prohibits discrimination, including discrimination in employment

and discrimination in business opportunity.

b) Firms that have not filed an Affirmative Action compliance certification with the KCATA

in the past year shall submit an Attachment B.

c) An exemption from filing an Affirmative Action Program may be requested if your firm

has fewer than fifty (50) employees. To do so, a signed, notarized Attachment B shall be

submitted.

d) A current Certificate of Affirmative Action compliance from a local government agency

may be submitted in lieu of a program or policy statement.

e) For questions on these requirements, or assistance in completing the forms, please

contact KCATA’s Contracting/Supplier Diversity Coordinator at (816) 346-0224.

Page 18: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 18 of 33

G. Buy America

1. Pursuant to 49 U.S.C. 5323 (j) and 49 CFR Part 661, federal funds may not be obligated unless

steel, iron, and manufactured products used in this project are produced in the United States,

unless a waiver has been granted by the Federal Transit Administration or the product is

subject to a general waiver.

2. The Proposer shall certify that steel, iron, and manufactured products used in this project are

produced in the United States.

6. Basis for Contract Award TOC

A. This is a “Best Value,” competitive, negotiated source selection. Award of contract, if any, will be

made to the responsive and responsible Proposer whose offer conforming to the solicitation is

judged by an integrated assessment of the evaluation criteria to be the most advantageous to the

Authority, price/cost and other factors considered. For this procurement, all evaluation factors

other than cost/price, when combined are more important than cost/price.

B. KCATA may select other than the lowest cost/priced, technically acceptable offer if it is determined

that the additional technical merit offered is worth the additional cost in relation to other proposals

received. KCATA is more concerned with obtaining excellent technical features than with making

an award at the lowest overall cost/price to the Authority. However, the Authority will not make an

award at a significantly higher overall cost to achieve only slightly superior technical features.

C. Offerors are further cautioned that KCATA may not necessarily make an award to the Proposer with

the highest technical ranking if doing so would not represent the best value to KCATA. For

evaluation purposes, if proposals become more technically equivalent, then cost/price becomes

more important and may be the deciding factor.

7. Proposal Evaluation Criteria TOC

In addition to cost/price, proposals will be evaluated by the evaluation committee on the basis

of the following criteria which is listed in order of importance to the evaluation committee. Each

technical proposal should enable the evaluation committee to make a thorough evaluation

and arrive at a sound determination as to whether or not the proposal will meet KCATA’s

requirements. Each technical proposal must be so specific, detailed and complete as to

clearly and fully demonstrate that the proposer has a thorough knowledge and

understanding of the requirements and has valid and practical solutions for technical

problems. Statements which paraphrase the requirements or attest that “standard

procedures will be employed” are inadequate to demonstrate how the proposer will

comply with the requirements of this procurement.

B. Proposals will be evaluated by the evaluation committee on the bases of the following

criteria.

Evaluation Criteria

1. Uniform overall appearance

style/design

fabric content

color appeal

Page 19: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 19 of 33

stitching quality

reinforced stress points

convenience, size, and location of pockets

quality of fasteners, zippers, buttons, etc.

2. Cost / Price

3. Experience and Qualifications

4. Past Performance and References

5. Management Approach & Quality Assurance

C. The Proposers are required to submit garments that will meet the requirements and fulfill the

expectations of KCATA management in terms of quality and style. The proposer may submit more

than one unit. A unit is one sample of each item listed in Scope of Work Section. If a vendor submits

more than one unit, each unit must be clearly marked.

8. Presentations/Interviews/Written Responses TOC

After the closing date, selected Proposers with the highest evaluation score(s) may be invited to

interview with the evaluation committee concerning its technical proposal. The evaluation committee

may also require a Proposer(s) to submit written responses to questions regarding its proposal.

Proposers selected for interview will be notified.

Page 20: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 20 of 33

SECTION 5 - CONTRACT TERMS AND CONDITIONS TOC

Standard Contract Terms and Conditions can be obtained by going to:

http://www.kcata.org/about_kcata/entries/TermsAndConditions

Your signature of this document indicates your acceptance of this document as incorporated therein.

ADDITIONS AND/OR EXCEPTIONS

1. ACCEPTANCE OF MATERIALS – NO RELEASE TOC

Acceptance of any portion of the products, equipment or materials prior to final acceptance shall not release

the Contractor from liability for faulty workmanship or materials, or for failure to fully comply with all of the

terms of this Contract. KCATA reserves the right and shall be at liberty to inspect all products, equipment or

materials and workmanship at any time during the contract term, and shall have the right to reject all

materials and workmanship which do not conform with the conditions, Contract requirements and

specifications; provided, however, that KCATA is under no duty to make such inspection, and Contractor

shall (notwithstanding any such inspection) have a continuing obligation to furnish all products, services,

equipment or materials and workmanship in accordance with the instructions, Contract requirements and

specifications. Until delivery and acceptance, and after any rejections, risk of loss will be on the Contractor

unless loss results from negligence of KCATA.

2. CONTRACTOR’S RESPONSIBILITY TOC

No advantage shall be taken by the Contractor or its subcontractor of the omission of any part or detail

which goes to make the equipment complete and operable for use by KCATA. In case of any variance, this

specification shall take precedence over Contractor's or subcontractor's own specifications. The Contractor

shall assume responsibility for all materials and services used whether the same is manufactured by the

Contractor or purchased ready made from a source outside the Contractor's company.

3. DEBARMENT AND SUSPENSION CERTIFICATION (Applies to all contracts greater

than $25K) TOC

A. The Contractor, its principals and any affiliates, shall certify that it is not included in the “U.S.

General Services Administration’s List of Parties Excluded from Federal Procurement or Non-

procurement Programs,” as defined at 49 CFR Part 29, Subpart C.

B. The Contractor agrees to refrain from awarding any subcontract of any amount (at any tier) to a

debarred or suspended subcontractor, and to obtain a similar certification from any

subcontractor (at any tier) seeking a contract exceeding $25,000.

C. The Contractor agrees to provide KCATA a copy of each conditioned debarment or suspension

certification provided by a prospective subcontractor at any tier, and to refrain from awarding a

subcontract with any party that has submitted a conditioned debarment or suspension

certification until FTA approval is obtained.

4. EMPLOYEE ELIGIBILITY VERIFICATION (Applies to all contracts greater than

$5K) TOC

A. To comply with Section 285.500 RSMo, et seq., the Contractor is required by sworn affidavit to affirm

Page 21: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 21 of 33

its enrollment and participation in a federal work authorization program with respect to the

employees working in connection with the contracted services. The Contractor shall also affirm that

it does not knowingly employ any person in connection with the contracted services who does not

have the legal right or authorization under federal law to work in the United States as defined in 8

U.S.C. §1324a(h)(3). The Contractor is required to obtain the same affirmation from all

subcontractors at all tiers with contracts exceeding $5,000.

B. A federal work authorization program is any of the electronic verification of work

authorization programs operated by the United States Department of Homeland Security (E-

Verify) or an equivalent federal work authorization program operated by the United States

Department of Homeland Security to verify information of newly hired employees, under the

Immigration Reform and control Act of 1986 (IRCA), P.L.99-603.

5. ENVIRONMENTAL REGULATIONS (Applies to all contracts greater than $100K) TOC

A. Clean Air - The Contractor agrees to comply with all applicable standards, orders, or regulations

issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §7401 et seq. The Contractor agrees to

report, and to require each subcontractor at every tier receiving more than $100,000 from this

Contract to report any violation of these requirements resulting from any project implementation

activity to KCATA. KCATA will in turn, report each violation as required to assure notification to FTA

and the appropriate U.S. EPA Regional Office.

B. Clean Water - The Contractor agrees to comply with all applicable standards, orders, or regulations

issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. § 1251 et seq. The

Contractor agrees to report, and requires each subcontractor at every tier receiving more than

$100,000 from this Contract to report any violation of these requirements resulting from any project

implementation activity to KCATA. The Contractor understands that KCATA will in turn, report each

violation as required to assure notification to FTA and the appropriate U.S. EPA Regional Office.

C. Recovered Materials/Recycled Products - To the extent practicable and economically feasible, the

Contractor agrees to provide a competitive preference for products and services that conserve natural

resources and protect the environment and are energy efficient. Examples of such products may

include, but are not limited to products described in U.S. Environmental Protection Agency guidelines

at 40 CFR Part 247, which implements Section 6002 of the Resource Conservation and Recovery Act, as

amended (42 U.S.C. 6962), and Executive Order 12873. The Contractor also agrees to include these

requirements in each subcontract at every tier receiving more than $10,000.

6. LOBBYING RESTRICTIONS TOC

A. The Contractor is bound by its certification contained in its offer to the Authority regarding the use of

federal or non-federal funds to influence, or attempt to influence any federal officer or employee

regarding the award, execution, continuation, or any similar action of any federal grant or other

activities as defined in 31 U.S.C. 1352, and 49 CFR Part 20. The Contractor agrees to comply with this

requirement throughout the term of the Contract.

B. The Contractor agrees to include these requirements in all subcontracts at all tiers exceeding $100,000

and to obtain the same certification and disclosure from all subcontractors (at all tiers).

7. NOTIFICATION AND COMMUNICATION TOC

A. Issues regarding the contract document, changes, amendments, etc. are the responsibility of KCATA’s

Procurement Department. All notices and communications on all matters regarding this Contract may

be given by Procurement Representative noted below:

Page 22: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 22 of 33

If to KCATA: Mike Sartin, Senior Buyer

(816)346- 0366

Kansas City Area Transportation Authority

1350 East 17th Street

Kansas City, MO 64108

B. The Contractor shall notify KCATA immediately when a change in ownership has occurred, or is certain

to occur.

8. SUBCONTRACTORS TOC

A. Subcontractor Payments - See Requests for Payment Provisions.

B. Adequate Provision(s) in Subcontract(s) - Any subcontracts related to this Contract must contain

adequate provisions to define a sound and complete agreement. In addition, all subcontracts shall

contain contractual provisions or conditions that allow for:

1. Administrative, contractual, or legal remedies in instances where subcontractors violate or breach

contract terms, including sanctions and penalties as may be appropriate.

2. Termination for cause and for convenience including the manner by which it will be effected and the

basis for settlement.

3. The following provisions if included in this Contract:

Buy America

Cargo Preference

Civil Rights

Clean Air

Clean Water

Debarment and Suspension

DBE Requirements

Disclaimer of Federal Government Obligations or Liability

Employee Eligibility Verification

Employee Protections (Davis Bacon and Copeland Anti-Kickback Acts)

Employee Protections (Contract Work Hours and Safety Standards Act)

Energy Conservation

Federal Changes

Fly America

Fraud and False or Fraudulent Statements or Related Acts

Incorporation of FTA Terms

Lobbying Restrictions

National Intelligent Transportation Systems Architecture & Standards

Ownership, Identification, and Confidentiality of Work

Rights in Data and Patent Rights

Privacy Act Requirements

Prohibited Weapons and Materials

Record Retention and Access

Recovered Materials

Seismic Safety

C. The Contractor will take such action with respect to any subcontractor as KCATA or the U.S. Department

of Transportation may direct as means of enforcing such provisions.

D. KCATA reserves the right to review the Contractor’s written agreement with its subcontractors (DBE and

non-DBE) to confirm that required federal contract clauses are included.

Page 23: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 23 of 33

E. KCATA may perform random audits and contact minority subcontractors to confirm the reported DBE

participation.

9. UNAVOIDABLE DELAYS TOC

A. Delays - 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 Contractor’s suppliers, or their agents, and was

substantial and in fact caused the Contractor to miss delivery or performance dates, and could not

adequately have been guarded against by contractual or legal means.

B. Notification of Delays - The Contractor shall notify the Program Manager as soon as the Contractor

has, or should have, knowledge that an event has occurred which will cause an unavoidable delay.

Within five (5) days, the Contractor shall confirm such notice in writing furnishing as much as detail as is

available.

C. Request for Extension - The Contractor agrees to supply, as soon as such data is available, any

reasonable proof that is required by the Program Manager to make a decision on any request for

extension. The Program 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 Program Manager shall notify the Contractor of its 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.

10. U.S. PRODUCT AND SERVICE PREFERENCE (Applies to all contracts greater than

$100K) TOC

A. Buy America -

1. The Contractor agrees to comply with 49 U.S.C. §5323(j), and 49 CFR. Part 661, which

provide that federal funds may not be obligated unless steel, iron, and manufactured

products used in FTA-funded projects are produced in the United States, unless a waiver

has been granted by FTA or the product is subject to a general waiver. General waivers are

listed in 49 CFR 661.7 and include final assembly in the United States for 15 passenger vans

and 15 passenger wagons produced by Chrysler Corporation, microcomputer equipment &

software. Separate requirements for rolling stock are set out at 5323(j)(2)(C) and 49 CFR

Part 661.11. Rolling stock not subject to a general waiver must be manufactured in the

United States and have a 60 percent domestic content.

2. The Contractor further agrees to include these requirements in all subcontracts exceeding

$100,000.

B. Cargo Preference -

1. In the event that ocean shipment is required for any material or commodity pursuant to this

agreement, the Contractor agrees to utilize United States-Flag commercial vessels to ship at

least fifty percent (50%) of the gross tonnage (computed separately for dry bulk carriers, dry

cargo liners, and tankers) involved, to the extent such vessels are available at fair and

reasonable rates for the United States-Flag commercial vessels.

2. The Contractor further agrees to furnish within 20 working days following the date of loading for

shipments originating within the United States or within 30 working days following the date of

loading for shipments originating outside the United States, a legible copy of a rated "on board"

commercial ocean bill-of-lading in English for each shipment of cargo described in the

Page 24: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 24 of 33

paragraph above to KCATA (through the Prime Contractor in the case of subcontractor bill-of-

lading) and to the Office of Cargo Preference, Maritime Administration (MAR-590), 400 Seventh

Street, S.W., Washington, DC, 20590.

3. The Contractor further agrees to include these requirements in all subcontracts issued pursuant

to this Contract when the subcontract may involve the transport of equipment, materials or

commodities by ocean liner and exceeds $100,000.

C. Fly America -

The Contractor agrees to comply with 49 U.S.C. 40118 (the “Fly America” Act) in accordance with the

General Service Administration’s regulations at 41 CFR Part 301-10, which provide that recipients and

sub-recipients of federal funds and their Contractors are required to use J.S. Flag air carriers for U.S.

Government-financed international air travel and transportation of their personal effects or property, to

the extent such service is available, unless travel by foreign air carrier is a matter of necessity, as

defined by the Fly America Act. The Contractor shall submit, if a foreign air carrier was used, an

appropriate certification or memorandum adequately explaining why service by a U.S. flag air carrier

was not available or why it was necessary to use a foreign air carrier and shall, in any event, provide a

certificate of compliance with the Fly America requirements. The Contractor agrees to include the

requirements of this section in all subcontracts that may involve international air transportation and

exceed $100,000.

11. WARRANTY; WARRANTY OF TITLE TOC

A. The Contractor agrees that equipment, materials or services furnished under this Agreement, shall be

covered by the most favorable warranties the Contractor gives to any customer of such equipment,

materials or services and that the rights and remedies provided herein are in addition to and do not

limit any rights afforded to KCATA by any other clause in this Contract.

B. The Contractor warrants to KCATA, that all products, equipment and materials furnished under this

Contract will be of highest quality and new unless otherwise specified by KCATA, free from faults

and defects and in conformance with the Contract. All work not so conforming to these standards

shall be considered defective. If required by KCATA, the Contractor shall furnish satisfactory

evidence as to the kind and quality of products, equipment and materials. Further, at a minimum, all

such products, equipment or materials must be free of defects in workmanship or materials,

merchantable, comply with all applicable specifications and laws and be suitable for its intended

purposes. The workmanship must be the best obtainable in the various trades.

C. Upon final acceptance by KCATA of all work to be performed by the Contractor, KCATA shall so notify

the Contractor in writing. The date of final acceptance shall commence the warranty period.

Page 25: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 25 of 33

SECTION 6 – ATTACHMENTS TOC

DOCUMENT/FORM REQUIREMENTS

The following form(s) marked with is/are required to be submitted with your IFB/RFP/RFQ to be considered

responsive. As a responsible/responsive supplier you are required to submit the noted document(s) to the

Buyer Representative by the closing date and time of the IFB/RFP/RFQ. The electronic copy of these forms can

be obtained by going to:

http://www.kcata.org/about_kcata/entries/vendor forms

Attachment A – Vendor Registration

Attachment B – Affirmative Action Certification Process

Attachment C - Schedule of Participation by Contractor & Subcontractors

Attachment D - Travel Policy & Hotel Rates for Contractors

Attachment E.1 – EEO-1 Workforce Analysis Report

Attachment E.2 – Letter of Intent to Subcontract

Attachment E.3 – Contractor Utilization – Request for Waiver

Attachment F.1 - Affidavit of Primary Participants Regarding Employee Eligibility Verification

Attachment F.2 - Affidavit of Lower-Tier Participants Regarding Employee Eligibility Verification

Attachment G.1 – Certification of Primary Participant Regarding Debarment, Suspension, and

Other Responsibility Matters

Attachment G.2 – Certification of Lower-Tier Participants Regarding Debarment, Suspension,

and Other Ineligibility and Voluntary Exclusion

Attachment H.1 – Certification of Primary Participants Regarding Restrictions on Lobbying

Attachment H.2 – Certification of Lower-Tier Participants Regarding Restrictions on Lobbying

Attachment I.1 - Buy America Certification Form – For Buses, Rolling Stock and associated

equipment

Attachment I.2 - Buy America Certification Form – For Steel or Manufactured Products

Other:

Page 26: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 26 of 33

ATTACHMENT J - PROPOSAL RESPONSE FORM TOC

KANSAS CITY AREA TRANSPORTATION AUTHORITY

ITEM # DESCRIPTION QUANTITY UNIT

PRICE TOTAL

1

2

3

4

5

Men’s Trousers/Slacks Navy (55/45 Worsted

Wool)

a. with pleats

b. without pleats

(lead time to fill order)__________________

Women’s Trousers/Slacks Navy (55/45

Worsted Wool)

a. with pleats

b. without pleats

(lead time to fill order) __________________

Jackets (Navy)

a. zip-in lining

b. unlined

c. lined

(lead time to fill order)__________________

Men’s Shirts (Lt. Blue)

a. long sleeve

b. short sleeve

(lead time to fill order) ___________________

Women’s Shirts (Lt. Blue)

a. Long Sleeve

b. short sleeve

(lead time to fill order) __________________

Approx. 330

(mixed)

Approx. 177

(mixed)

Approx. 330

(mixed)

Approx. 177

(mixed)

Approx. 510

(mixed)

$__________

$__________

$__________

$__________

$__________

$__________

$__________

$_________

$_________

$_________

$_________

$__________

$__________

$__________

$__________

$_________

$_________

$_________

$__________

$__________

$__________

$__________

Page 27: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 27 of 33

The undersigned, acting as an authorized agent or officer for the Offeror, does hereby agree to the following:

1. The offer submitted is complete and accurate, including all forms required for submission in accordance

with the terms and conditions listed in this Request for Proposals and any subsequent Addenda. The

Offeror shall immediately notify the KCATA in the event of any change.

2. The quantities specified are based upon the best available estimates and do not determine the actual

amount the Authority shall order during the contract period. The quantities are subject to change.

Payments will be based on actual quantities order based on the unit rates quoted.

3. The undersigned agrees to furnish and deliver the items or perform services as described herein for

the consideration stated in accordance with the terms and conditions listed in the KCATA RFP. The rights

and obligations of the parties to any resultant purchase order/contract shall be subject to and governed

by this document and any documents attached or incorporated herein by reference.

Company Name (Type/Print) Date

Address/City/State/Zip

Authorized Signature Title

Name (Type/Print) Telephone # Fax #

E-mail address

Page 28: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 28 of 33

ATTACHMENT J - PROPOSAL RESPONSE FORM TOC

KANSAS CITY AREA TRANSPORTATION AUTHORITY

ITEM

#

DESCRIPTION QUANTITY UNIT PRICE TOTAL

6.

7.

.

Cap (Navy)

a. flex fit baseball (with patch)

b. Lancaster pilot

(lead time to fill order)

__________________

Neckties

a. men’s (Navy clip-on)

b. men’s (Navy four-in-hand style)

c. women’s cross/over tie (Navy)

(lead time to fill order)_______________

OPTIONAL ACCESSORIES

Women’s Coulotte/Skorts (knee length

no exceptions)

Unisex Turtleneck Dickie

Sweater

Turtle Neck Sweater-Light Weight, long

sleeve

Approx. 500

(mixed)

Approx. 510

(mixed)

1

1

1

1

$___________

$___________

$___________

$___________

$___________

$____________

$____________

$____________

$____________

$__________

$__________

$___________

$___________

$___________

$____________

$____________

$____________

$____________

Page 29: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 29 of 33

The undersigned, acting as an authorized agent or officer for the Offeror, does hereby agree to the following:

1. The offer submitted is complete and accurate, including all forms required for submission in accordance

with the terms and conditions listed in this Request for Proposals and any subsequent Addenda. The

Offeror shall immediately notify the KCATA in the event of any change.

2. The quantities specified are based upon the best available estimates and do not determine the actual

amount the Authority shall order during the contract period. The quantities are subject to change.

Payments will be based on actual quantities order based on the unit rates quoted.

4. The undersigned agrees to furnish and deliver the items or perform services as described herein

for the consideration stated in accordance with the terms and conditions listed in the KCATA RFP. The

rights and obligations of the parties to any resultant purchase order/contract shall be subject to and

governed by this document and any documents attached or incorporated herein by reference.

Company Name (Type/Print) Date

Address/City/State/Zip

Authorized Signature Title

Name (Type/Print) Telephone # Fax #

E-mail address

Page 30: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 30 of 33

ATTACHMENT J - PROPOSAL RESPONSE FORM TOC

KANSAS CITY AREA TRANSPORTATION AUTHORITY

ITEM

#

DESCRIPTION QUANTITY UNIT PRICE TOTAL

8.

9.

.

10.

11.

12.

13.

Men’s Shirt (White)

a. long sleeve

b. short sleeve

(lead time to fill order) ______________

Women’s Shirt (White)

a. long sleeve

b. short sleeve

(lead time to fill order) ______________

Men’s Trousers/Slack 55/45 (Navy)

a. with pleats

b. without pleats

(lead time to fill order)______________

Women’s Trouser/Slack 55/45 (Navy)

a. with pleats

b. without pleats

(lead time to fill order)________________

Men’s Blazer 55/45 (Navy or Grey)

(Lead time to fill order)______________

Women’s Blazer 55/45 (Navy or Grey)

(lead time to fill order)_______________

Approx. 11

(mixed)

Approx. 4

(mixed)

Approx. 11

(mixed)

Approx. 4

(mixed)

Approx. 11

Approx. 4

$___________

$___________

$___________

$___________

$___________

$___________

$____________

$____________

$____________

$____________

$__________

$__________

$__________

$__________

$___________

$___________

$___________

$___________

$___________

$___________

Vendors are requested to provide a projected yearly percentage increase. KCATA has the right to request

a sampling of costs for audit purposes.

Contract Year 2 Percent increase on all items from original pricing ___________%

Contract Year 3 Percent increase on all items from original pricing ___________%

Optional Year 1 Percent increase on all items from original pricing ___________%

Optional Year 2 Percent increase on all items from original pricing ___________%

Page 31: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 31 of 33

The undersigned, acting as an authorized agent or officer for the Offeror, does hereby agree to the following:

1. The offer submitted is complete and accurate, including all forms required for submission in accordance

with the terms and conditions listed in this Request for Proposals and any subsequent Addenda. The

Offeror shall immediately notify the KCATA in the event of any change.

2. The quantities specified are based upon the best available estimates and do not determine the actual

amount the Authority shall order during the contract period. The quantities are subject to change.

Payments will be based on actual quantities order based on the unit rates quoted.

5. The undersigned agrees to furnish and deliver the items or perform services as described herein

for the consideration stated in accordance with the terms and conditions listed in the KCATA RFP. The

rights and obligations of the parties to any resultant purchase order/contract shall be subject to and

governed by this document and any documents attached or incorporated herein by reference.

Company Name (Type/Print) Date

Address/City/State/Zip

Authorized Signature Title

Name (Type/Print) Telephone # Fax #

E-mail address

Page 32: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 32 of 33

ATTACHMENT J - PROPOSAL RESPONSE FORM TOC

MORE OPTIONAL ACCESSORY NOT PART OF STANDARD UNIFORMS

OPT. STANDARD UNIFORM Price Each MISC. ITEMS CONT. Price

Each

Windbreaker with Liner (Navy) X-Long Clip on Tie

Campaign cap or air man’s cap Cap snake band

Navy Mesh Cap Cover

MISC. ITEMS Black Crew Length Socks

Polo Shirt (s/s navy) Black Over the Calf Socks

Polo Shirt (s/s lt. blue) Men’s Leather Dura Shock Shoes

Polo Shirt (s/s ash grey) Women’s Leather Dura Shock Shoes

Polo Shirt (l/s navy) Bates Men’s Leather Boots

Polo Shirt (l/s lt. blue) Bates Women’s Leather Boots

Polo Shirt (l/s ash grey) Bates Women’s Ox Black Shoes

Ike Jacket Navy Blue Bates Men’s Ox Black Shoes

Gloves Black wrist Rubber Overshoe

Winter Jacket (Navy) Navy Turtle Neck, long sleeve

lightweight

Winter Jacket (Navy) Navy Mock Turtle Neck long sleeve

lightweight

All Weather Gloves

Parka

Snap on Hood for Parka

Rain Coat Short (Navy)

Rain Coat Long (Navy)

Men’s 75/25 Pleated Trousers (Navy)

Women’s 75/25 Pleated Trousers (Navy)

Men’s Poly summer Trousers (Navy)

Page 33: REQUEST FOR PROPOSALS - KCATA · be available lined and unlined. Proposer may submit one men’s and one women’s jacket with a zip in zip out lining or one men’s lined and one

RFP Equipment-Materials-Supplies – 8/01/14 Page 33 of 33

Women’s Poly summer Trousers (Navy)

Navy Turtle Neck Sweater

Navy Turtle Neck Dickie

Zip up Front Sweater (navy)

V-Neck Sweater (Navy)

V-Neck Sweater Vest (Navy)

Coulotte/Skorts Navy, women below knee

1 ½ Blk Leather Dress Belt w/buckle

1 ½ Blk Leather Velcro Tip Belt

Clip on Tie Regular Length Designed

The undersigned, acting as an authorized agent or officer for the Offeror, does hereby agree to the following:

1. The offer submitted is complete and accurate, including all forms required for submission in accordance

with the terms and conditions listed in this Request for Proposals and any subsequent Addenda. The

Offeror shall immediately notify the KCATA in the event of any change.

2. The quantities specified are based upon the best available estimates and do not determine the actual

amount the Authority shall order during the contract period. The quantities are subject to change.

Payments will be based on actual quantities order based on the unit rates quoted.

6. The undersigned agrees to furnish and deliver the items or perform services as described herein

for the consideration stated in accordance with the terms and conditions listed in the KCATA RFP. The

rights and obligations of the parties to any resultant purchase order/contract shall be subject to and

governed by this document and any documents attached or incorporated herein by reference.

Company Name (Type/Print) Date

Address/City/State/Zip

Authorized Signature Title

Name (Type/Print) Telephone # Fax #

E-mail address