rivirginiatech 1 August Julian "Pete" Price Solution Systems Inc., dba Sanico 875 Park Street Christiansburg, VA Dear Mr.

Size: px
Start display at page:

Download "rivirginiatech 1 August Julian "Pete" Price Solution Systems Inc., dba Sanico 875 Park Street Christiansburg, VA Dear Mr."

Transcription

1 rivirginiatech 1 Procurement Department (MC 0333) North End Center, Suite Virginia Tech 300 Turner Street NW Blacksburg. Virginia / Fax: 540/ vt.edu August Julian "Pete" Price Solution Systems Inc., dba Sanico 875 Park Street Christiansburg, VA Dear Mr. Price: Subject: Virginia Tech Contract #UCP-TG Commodity/Service: Janitorial Supplies Thank you for responding to my letter of July 28, 2016 and agreeing to renew the contract. The contract will now expire December 31, The attached form shows your company information as listed in the university's vendor database. If any of this information changes, please make corrections directly on the form. and return to me. It is essential that this information be accurate in order for payments to be processed in a timely manner. We look forward to working with you for an additional year. Sincerely, Trisha Wilson, CPPB Senior Buyer/ Contracts Officer Telephone: ( 540) TW/tdj c: F.M. Pro Mark Helms Invent the Future VIRGINIA POLYTECHNIC INSTITUTE AND STATE UNIVERSITY An equal opportunity aff1rmat1ve action institution

2 VENDOR INFORMATION FORM 7/13/ for office use Solution Systems Inc. FULL LEGAL NAME (Company Name as it appears with your Feaeral Taxpayer Number) FEDERAL TAXPAYER NUMBER Sanico BUSINESS NAME/ OBA NAME/TA NAME (lf different than Full Legal Name) FEDERAL TAXPAYER NUMBER (If different than ID# above) Sanico Solutions BILLING NAME (Company name as it appears on your invoice) FEDERAL TAXPAYER NUMBER (if different than ID# above) PURCHASE ORDER ADDRESS: PAYMENT ADDRESS: P 0 BOX ADDRESS 1 PAYMENT P 0 BOX ADDRESS Park Street 875 Park Stree; STREET ADDRESS 2 PAYMENT STREET ADDRESS 2 Christiansourg CITY Christiansburg CITY VA STATE ZIP CODE VA STATE ZIP CODE Julian "Pete" Price CONT ACT PERSON PHONE NUMBER pete@sanicosolutions.com TOLL FREE NUMBER FAX NUMBER

3 lllvirginiatech I Procurement Department (MC 0333) North End Center, Suite 2100, Virginia Tech 300 Turner Street NW Blacksburg, Virginia / Fax: 540/ July 28, 2016 Julian "Pete" Price Solution Systems Inc., dba Sanico 875 Park Street Christiansburg, VA Dear Mr. Price: Subject: Virginia Tech Contract #UCP-TG Commodity/Service: Janitorial Supplies This is to inform you that the subject contract expires December 31, Since the university would like to renew the contract for an additional year, please advise concerning your intention by signing in the appropriate space listed below. A signed copy of this letter should be received in Procurement by August 29, In addition, review the attached form, which shows your company information as listed in the university's vendor database. If any of this information has changed, make corrections directly on the form, and return with this letter. It is essential this information be accurate for payments to be processed in a timely manner. Virginia Tech recommends that our vendors utilize the Wells One AP Control Payment System for payment of all invoices and strongly encourages all vendors under contract with the university to participate in this program. If your firm is not enrolled in the program, refer to our website: vt.cdu/v cndor/w cllsone.html or contact me directly for more information. ~y,. ~.W~ Trisha Wilson, CPPB Senior Buyer/ Contracts Officer Telephone: (540) Solution Systems Inc., dba Sanico a rees to renew the contract for an additional year under the terms and conditions of the subject contract. ',/- Authorized Signature: Name: Title: We currently participate in the Wells One Program. We would like to participate in the Wells One Program Solution Systems Inc., dba Sanico does not agree to renew the contract for an additional year. Authorized Signature: Date: Name: Title: TW/tdj Approved: Invent the Future VIRGINIA POLYTECHNIC INSTITUTE AND STATE UNIVERSITY An equal opportunity, affirmative action institution

4 VENDOR INFORMATION FORM 7/13/ for office use Solution Systems Inc. FULL LEGAL NAME (Company Name as it appears with your Federal Taxpayer Number) FEDERAL TAXPAYER NUMBER Sanico BUSINESS NAME/ OBA NAME/TA NAME (If different than Full Legal Name) FEDERAL TAXPAYER NUMBER (If different than ID# above) Sanico Solutions BILLING NAME (Company name as it appears on your invoice) FEDERAL TAXPAYER NUMBER (if different than ID# above) PURCHASE ORDER ADDRESS: PAYMENT ADDRESS: P 0 BOX ADDRESS 1 PAYMENT P 0 BOX ADDRESS Park Street 875 Park Street STREET ADDRESS 2 PAYMENT STREET ADDRESS 2 Christiansburg CITY Christiansburg CITY VA STATE ZIP CODE VA STATE ZIP CODE Julian "Pete" Price CONTACT PERSON PHONE NUMBER pete@sanicosolutions.com TOLL FREE NUMBER FAX NUMBER

5 !I Virginia Tech I Procurement Department (MC 0333) North End Center, Suite 2100, Virginia Tech 300 Turner Street NW Blacksburg, Virginia / Fax: 540/ October l 5, 20 l 5 Julian "Pete" Price Solution Systems lnc., dba Sanico 875 Park Street Christiansburg, VA Dear Mr. Price: Subject: Virginia Tech Contract #UCP-TG Commodity/Service: Janitorial Supplies Thank you for responding to my letter of October 6, 20 l 5 and agreeing to renew the contract for an additional year. The contract will now expire December 31, The attached fonn shows your company infonnation as listed in the university's vendor database. If any of this information changes, please make corrections directly on the fonn, and return to me. It is essential that this infonnation be accurate in order for payments to be processed in a timely manner. We look forward to working with you for an additional year. Sincerely, TW/tdj c: F.M. Pro Wyatt Sasser Trisha Wilson Senior Buyer I Contracts Officer Telephone: (540) Invent the Future VIRGINIA POLYTECHNIC INSTITUTE ANO STATE UNIVERSITY An equal opportun11y. affirmative action institution

6

7

8

9 ... ' COMMONWEALTH OF VIRGINIA STANDARD CONTRACT Contract Number: UCP-TG This contract entered into this 1st day of January 2015, by Solution Systems Inc.dba Sanico, hereinafter called the ''Contractor" and the Commonwealth of Virginia, Virginia Polytechnic Institute and State University called "Virginia Tech." WITNESSETH that the Contractor and Virginia Tech, in consideration of the mutual covenants, promises and agreements herein contained, agree as follows: SCOPE OF CONTRACT: The Contractor shall provide janitorial supplies to Virginia Tech as set forth in the Contract Documents. PERIOD OF CONTRACT: From January 1, 2015 through December 31,2015 COMPENSATION AND METHOD OF PAYMENT: The Contractor shall be paid in accordance with the contract documents. CONTRACT DOCUMENTS: The Contract Documents shall consist of this signed contract, Request for Proposal (RFP) number dated April 18, 2014, the proposal submitted by the Contractor dated May 15, 2014 and Attachment A-1, all of which Contract Documents are incorporated herein. In WITNESS WHEREOF, the parties have caused this Contract to be duly executed intending to be bound thereby. M. Dw ;~h+ Ghet+tn 0r. M. Dwight elton Jr. Vice President for Finance and Chief Financial Officer

10 .. '. Ill Virginia Tech Request for Proposal # for Janitorial Supplies April18, 2014

11 '. I. RFP GENERAL INFORMATION FORM QUESTIONS: All inquiries for information regarding this solicitation should be directed to: Trisha Wilson, Phone: (540) , DUE DATE: Sealed Proposals \\~ll be received until May 15, 2014 at 3:00PM. Failure to submit proposals to the correct location by the designated date and hour will result in disqualification ADDRESS: Proposals should be mailed or band delivered to: Virginia Polytechnic Institute And State University (Virginia Tech), Procurement Department (MC 0333) North End Center, Suite 2100, Virginia Tech, 300 Turner Street NW, Blacksburg, Virginia Reference the Opening Date and Hour, and RFP Number in the lower left comer of the return envelope or package. PRE-PROPOSAL CONFERENCE: See Section IX. for information regarding a pre-proposal conference. TYPE OF BUSI.l\'ESS: (Please check all applicable classifications). If your classification is certified by the Virginia Department of Minority Business Enterprise, provide your certification number:. For certification assistance, please visit: bttp:/ Large Small business - An independently owned and operated business which, together with affiliates, has 250 or fewer employees or average annual gross receipts of$10 million or less averaged over the previous three years. Department of Minority Business Enterprise (DMBE) certifu:d women-owned and minority-owned business shall also be considered small business when they have received DMBE small business certification. Women-owned business- A business concern that is at least 51% owned by one or more women who are U.S. citizens or legal resident aliens, or in the case of a corporation, partnership, or limited liability company or other entity, at least 51% of the equity ownership interest is owned by one or more women who are citizens of the United States or non-citizens who are in full compliance with the United States immigration law, and both the management and daily business operations are controlled by one or more women who are U. S. citizens or legal resident aliens. Minority-owned business- A business concern that is at least 51% owned by one or more minority individuals (see Section , Code of Virginia) or in the case of a corporation, partnership, or limited liability company or other entity, at least 51% of the equity ownership interest in the corporation, partnership, or limited liability company or other entity is owned by one or more minority individuals and both the management and daily business operations are controlled by one or more minority individuals. 6. COMPANY lnformatlon/signature: In compliance with this Request For Proposal and to all the conditions imposed therein and hereby incorporated by reference, the undersigned offers and agrees to furnish the services in accordance with the attached signed proposal and as mutua II IY agree d upon b JY su b sequent negottat10n. FULL LEGAL NAME (PRJNT) FEDERAL TAXPAYER NUMBER (ld#) (Company name as it appears with your Federal Ta."Payer Number) BUSINESS NAME/DBA NAME/T A NAME (lfdift1:r-e'nt than the Full Legal Namej FEDERAL TAXPAYER NUMBER (If different thnn ID# abovo) BeLLING NAME (Company name as it appears on your invoice) FEDERAL TAXPAYER NUMBER (If different than ID# above) PURCHASE ORDER ADDRESS PAYMENT ADDRESS CONTACT NAME!fiTLE (PRINT) SIGNATURE (IN INK) DATE ADDRESS TELEPHONE NUMBER TOLL FREE TELEPHONE NUMBER FAX NUMBER TO RECEIVE E-PROCUREMENT ORDERS 03/18/2013 2

12 \., I. PURPOSE: The purpose of this Request for Proposal (RFP) is to solicit sealed proposals to establish one or more contract(s) through competitive negotiations for janitorial supplies by Virginia Polytechnic Institute and State University (Virginia Tech), an agency of the Commonwealth ofvirginia. U. CONTRACT PERIOD: The term of this contract is for one year(s), or as negotiated. There will be an option for four one-year renewals, or as negotiated. III. BACKGRotJND: Virginia Polytechnic Institute and State University (Virginia Tech) is Virginia's largest university with over 28,000 students, 6,500 faculty and staff with an annual operating budget in excess of $1.2 billion. Virginia Tech is located in Blacksburg, Virginia, approximately 40 miles southwest of Roanoke, Virginia, the major commercial hub of the area. In addition to the university's main campus in Blacksburg, major off campus locations include twelve agriculture experiment research stations, the Marion DuPont Scott Equine Medical Center and graduate centers in Roanoke and Fairfax, Virginia. Regularly scheduled air service is provided at the Roanoke Regional Airport. Virginia Tech purchases a large volume and variety of janitorial supplies. These supplies are used by various departments that are responsible for cleaning and stocking administrative buildings, residential balls, academic buildings and recreational centers. Virginia Tech desires janitorial supplies to be delivered directly to the location where they are needed and as they are needed. Virginia Tech spends approximately $550, on janitorial supplies each year. Large volume users include Housing, Dining Services and Physical Plant. Other users include The Inn at Virginia Tech and Skelton Conference Center and Student Centers and Activities (SCA). Housing and Dining Services orders a large percentage of the supplies during the months of August through May, to coincide with the academic school year. A listing of the estimated annual product usage for high volume items is provided in Attachment C. The total estimated annual product usage is ahown in Attachment D. In addition, Virginia Tech has locations throughout the state, which use janitorial supplies. Virginia Tech is not liable for any usage variations from these locations. IV. EVA BUSINESS-TO-GOVERNMENT ELECTRONIC PROCUREMENT SYSTEM: The eva Internet electronic procurement solution streamlines and automates government purchasing activities within the Commonwealth of Virginia. Virginia Tech, and other state agencies and institutions, have been directed by the Governor to maximize the use of this system in the procurement of goods and services. We are, therefore, requesting that your firm register as a trading partner within the eva system. There are registration fees and transaction fees involved with the use of eva. These fees must be considered in the provision of quotes, bids and price proposals offered to Virginia Tech. Failure to register within the eva system may result in the quote, bid or proposal from your firm being rejected and the award made to another vendor who is registered in the eva system. Registration in the eva system is accomplished on-line. Your firm must provide the necessary information. Please visit the eva website portal at and register both with eva and Ariba. This process needs to be completed before Virginia Tech can issue your firm a Purchase Order or contract. lf your ftrm conducts business from multiple geographic locations, please register these locations in your initial registration. For registration and technical assistance, reference the eva website at: ev ACustomerCare@dgs.virginia.gov, or call or V. CONTRACT PARTICIPATION:

13 ... College of William and Mary George Mason University James Madison University Old Dominion University Radford University The Universrty of Virginia Virginia Commonwealth University Virginia Military Institute Virginia Tech It is the intent of this solicitation and resulting contract to allow for cooperative procurement Accordingly, any public body, public or private health or educational institutions, or Virginia Tech's affiliated corporations and/or partnerships may access any resulting contract if authorized by the contractor. Participation in this cooperative procurement is strictly voluntary. If authorized by the Contractor, the resultant contract may be extended to the entities indicated above to purchase at contract prices in accordance with contract terms. The Contractor shall notify Virginia Tech in writing of any such entities accessing the contract. No modification of this contract or execution of a separate contract is required to participate. The Contractor will provide semi-annual usage reports for all entities accessing the Contract. Participating entities shall place their own orders directly with the Contractor and shall fully and independently administer their use of the contract to include contractual disputes, invoicing and payments without direct administration from Virginia Tech. Virginia Tech shall not be held liable for any costs or damages incurred by any other participating entity as a result of any authorization by the Contractor to extend the contract. It is understood and agreed that Virginia Tech is not responsible for the acts or omissions of any entity, and will not be considered in default of the contract no matter the circumstances. Use of this contract does not preclude any participating entity from using other contracts or competitive processes as the need may be. VI. STATEMENT OF NEEDS: A. General Requirements: The Contractor(s) shall provide all materials, labor, equipment, supplies and transportation to distribute janitorial supplies to departments at Virginia Tech on an as-needed basis. B. Inventory: I. The Contractor(s) shall stock and/or have available an inventory including, but not limited to, the following types of products: paper goods, cleaners, manual equipment, trash can liners, floor care products and miscellaneous specialty items (i.e. body spill kits/components, sharps containers, etc.) 2. The Contractor(s) shall maintain sufficient stock level to accomplish delivery requirements and to ensure a minimum 95% fill rate for all items included in the Contractor's catalog/price list. 3. The Contractor(s) shah notify the appropriate department as soon as it is known that an ordered item is out of stock and will not be available for requested delivery. C. Ordering: 1. The Contractor(s) shall have ordering procedures that are user-friendly and efficient. A customized catalog/price list and order form complete with item description, price and reference number should be available to all departments at the university. An internet based ordering system is preferred. The system should be capable of taking orders, confirming stock on hand, confrrming orders and order tracking. 2. The Contractor(s) shall accommodate various ordering methods from multiple ordering sites, including the use of standing orders for specific department's needs, over a specified period of time. 3. The Contractor(s) should not specify minimum order quantities nor charge additional fees for small quantity orders. D. Delivery: 1. The Contractor(s) shall deliver and unload supplies as required to any location, inside or outside, on the Virginia Tech campus. Generally, Housing and Dining Services will require weekly deliveries, and Physical Plant will require monthly deliveries, but this schedule is subject to change. Daily deliveries are sometimes necessary. Many departments do not schedule deliveries and will require supplies on an as- 4

14 needed basis. An estimated one-week delivery schedule for Housing and Dining Services is shown in Attachment E. 2. The Contractor(s) shall be responsible for the transportation or delivery charges of all items delivered on thls contract. Individual orders shall be packaged to ensure security and to prevent damage from exposure to outside elements. 3. The Contractor(s) shall adhere to the normal business hours of the university (8:00am to 5:00pm, Monday through Friday) and the holidays observed by the university, unless other arrangements have been agreed upon by the department and the Contractor. Physical Plant's normal business hours are 5:30am to 1:30 pro, Monday through Friday. 4. For Housing and Dining Services and Physical Plant, the Contractor(s) shall allow for a Virginia Tech employee to accompany the driver during deliveries in order to unlock stockrooms. 5. Virginia Tech reserves the right to cancel any item on order not delivered within the specified delivery time and obtain the item from another vendor. 6. Due to space constraints, only single-axle trucks should be used for delivery of goods on campus. E. Pricing: The Contractor(s) shah provide a favorable pricing policy. F. Reservations: Virginia Tech reserves the right to bid or purchase separately any items if it is deemed to be in the best interest of Virginia Tech. This includes, but may not be limited to, items not in stock at the time of the order, compatible items not in stock, items which are deemed to be of an inferior quality, or over-pricing on similar items. Virginia Tech also reserves the right to purchase separately any items which need to be purchased more quickly elsewhere due to an emergency, or in order to prevent discomfort to Virginia Tech clients, waste of labor dollars or other inconvenient circumstances. VII. PROPOSAL PREPARATION AND SUBMISSION: A. General Requirements 1. RFP Response: ln order to be considered for selection, Offerors must submit a complete response to thls RFP. One original and five copies of each proposal must be submitted to: Procurement Department (MC 0333) North End Center, Suite 2100, Virginia Tech 300 Turner Street NW Blacksburg, Virginia Reference the Opening Date and Hour, and RFP Number in the lower left hand corner of the return envelope or package. No other distribution of the proposals shall be made by the Offeror. 2. Proposal Preparation: a. Proposals shall be signed by an authorized representative of the Offeror. All information requested should be submitted. Failure to submit all information requested may result in Virginia Tech requiring prompt submission of missing information and/or giving a lowered evaluation of the proposal. Proposals which are substantially incomplete or lack key information may be rejected by Virginia Tech at its discretion. Mandatory requirements are those required by law or regulation or are such that they cannot be waived and are not subject to negotiation. b. Proposals should be prepared simply and economically providing a straightforward, concise description of capabilities to satisfy the requirements of the RFP. Emphasis should be on completeness and clarity of content.

15 .. c. Proposals should be organized in the order in which the requirements are presented in the RFP. AJI pages of the proposal should be numbered. Each paragraph in the proposal should reference the paragraph number of the corresponding section of the RFP. It is also helpful to cite the paragraph number, subletter, and repeat the text of the requirement as it appears in the RFP. If a response covers more than one page, the paragraph number and sub letter should be repeated at the top of the next page. The proposal should contain a table of contents which cross references the RFP requirements. Information which the offeror desires to present that does not fall within any of the requirements of the RFP should be inserted at an appropriate place or be attached at the end of the proposal and designated as additional material. Proposals that are not organized in this manner risk elimination from consideration if the evaluators are unable to find where the RFP requirements are specificajiy addressed. d. Each copy of the proposal should be bound in a single volume where practical. All documentation submitted with the proposal should be bound in that single volume. e. Ownership of all data, material and documentation originated and prepared for Virginia Tech pursuant to the RFP shall belong exclusively to Virginia Tech and be subject to public inspection in accordance with the Virginia Freedom of Information Act. Trade secrets or proprietary information submitted by an Offeror shall not be subject to public disclosure under the Virginia Freedom of Information Act. However, to prevent disclosure the Offeror must invoke the protections of Section F of the Code of Virginia, in writing, either before or at the time the data or other materials is submitted. The written request must specifically identify the data or other materials to be protected and state the reasons why protection is necessary. The proprietary or trade secret material submitted must be identified by some distinct method such as highlighting or underlining and must indicate only the specific words, figures, or paragraphs that constitute trade secret or proprietary information. The classification of an entire proposal document, line item prices and/or total proposal prices as proprietary or trade secrets is not acceptable and may result in rejection of the proposal. 3. Oral Presentation: Offerors who submit a proposal in response to this RFP may be required to give an oral presentation of their proposal to Virginia Tech. This will provide an opportunity for the Offeror to clarify or elaborate on the proposal but will in no way change the original proposal. Virginia Tech will schedule the time and location of these presentations. Oral presentations are an option of Virginia Tech and may not be conducted. Therefore, proposals should be complete. B. Specific Requirements Proposals should be as thorough and detailed as possible so that Virginia Tech may properly evaluate your capabilities to provide the required services. Offerors are required to submit the following information/items as a complete proposal: 1. Price a. Summarize the Offeror's proposed pricing policy, including commodities or supplies, discounts offered, types of price Lists or catalogs to be used. Explain how prices will be conveyed to departments through the use of price lists, catalogs, etc. Describe the plan on how the contractor(s) will price items to Virginia Tech. b. Plan for conveying price changes if Virginia Tech elects to renew the contract. c. Submit best pricing for high volume items in Attachment C. Prices should be listed by case and per unit as applicable. 2. Plan for Providing Services a. Explanation of Offeror's general approach to providing services. b. Location and description of the warehouse(s) that would be used to service the contract. c. Listing of all Virginia counties/regions that offeror is willing to service d. Describe Offeror's inventory in terms of volume, quality, brands and variety of items. 6

16 .. e. Describe the Offeror' s ability to interface with the Virginia Tech HokieMart electronic purchasing system. f. Describe the proposed delivery plan, lead times and proposed delivery times. Include your willingness to deliver emergency shipments. g. Identify which products are certified as eco-friendly products and describe the vendor's eco-friendly program. See attachment D, for some Certified Green items currently used. h. Describe Offeror's invoicing procedure including sample copies of sales tickets, delivery tickets, invoices and other related documentation. 1. Describe Offeror's return policy procedures detailing vendor notification, method of return, restocking fees, etc. Explain how credits will be handled. j. Statement of your willingness to provide training as needed to Virginia Tech. k. Statement of your willingness to provide sample products for testing to Virginia Tech. I. Describe and provide samples of reports that would be available to Virginia Tech (i.e. usage reports, annual sales by location, minority and women owned subcontracting figures, etc.) m. Describe ability to provide dispensers for paper products, chemicals, etc. n. Explanation of how the Offeror plans to meet chemical container labeling and material safety data sheet regulations. Currently the MSDS is changing. Explain how the Offeror plans to update Virginia Tech as these changes are implemented. o. Statement of Offeror's willingness to break cases and sell single units. 3. Qualifications and Experience List the qualifications and experience of the Offeror in providing the goods described herein. 4. Small, Women-owned and Minority-owned Business (SWAM) Utilization: Describe your plan for utilizing small businesses and businesses owned by women and minorities if awarded a contract. Describe your ability to provide statistical reporting on actual SWAM subcontracting when requested. Specify if your business or the business or businesses that you plan to subcontract with are certified by the Department of Minority Business Enterprise. If your business can not be classified as SWAM, describe your plan for utilizing SWAM subcontractors if awarded a contract. Describe your ability to provide reporting on SWAM subcontracting spend when requested. If your firm or any business that you plan to subcontract with can be classified as SWAM, but has not been certified by the Virginia Department of Minority Business Enterprise (DMBE), it is expected that the certification process will be initiated no later than the time of the award. If your firm is currently certified, you agree to maintain your certification for the life of the contract. For assistance with SWAM certification, visit the DMBE website at vire:in1a.!!o\. 5. The return ofthe Generallnformation Form and addenda, if any, signed and filled out as required. VIII. SELECTION CRITERIA AND AWARD: A. Selection Criteria Proposals will be evaluated by Virginia Tech using the following: Maximum Point 1

17 Criteria Value I. Price Plan for Providing Services Qualifications and Experience SWAM Utilization 10 B. Award Total 100 Selection shall be made of two or more offerors deemed to be fully qualified and best suited among those submitting proposals on the basis of the evaluation factors included in the Request for Proposal, including price, if so stated in the Request for Proposal. Negotiations shall then be conducted with the offerors so selected. Price shall be considered, but need not be the sole determining factor. After negotiations have been conducted with each offeror so selected, Virginia Tech shall select the offeror which, in its opinion, has made the best proposal, and shall award the contract to that offeror. Virginia Tech may cancel this Request for Proposal or reject proposals at any time prior to an award. Should Virginia Tech determine in writing and in its sole discretion that only one offeror has made the best proposal, a contract may be negotiated and awarded to that offeror. The award document will be a contract incorporating by reference all the requirements, terms and conditions of this solicitation and the Contractor's proposal as negotiated. See Attachment B for sample contract form. Virginia Tech reserves the right to award more than one contract as a result of this solicitation. Virginia Tech reserves the right to award separate contracts to separate contractors for any individual product. Additionally, Virginia Tech reserves the right to award multiple separate contracts to multiple separate contractors for any individual product. IX. OPTIONAL PRE-PROPOSAL CONFERENCE: An optional pre-proposal conference will be held on April 30, 2014 at 10:00 am in the Physical Plant Classroom in the Sterrett Facilities Complex, Blacksburg, VA The purpose of this conference is to allow potential Offerors an opportunity to present questions and obtain clarification relative to any facet of this solicitation. While attendance at this conference will not be a prerequisite to submitting a proposal, offerors who intend to submit a proposa} are- encouraged to attend. Bring a copy of this solicitation with you. Any changes resulting from this conference will be issued in a written addendum to this solicitation. It is strongly recommended that you obtain a Virginia Tech parking permit for display on your vehicle prior to attending the conference. Parking permits are available from the Virginia Tech Parking Services Department located at 605 Research Center Drive, phone: (540) , parking@vt.edu. X. INVOICES: -or- Invoices for goods or services provided under any contract resulting from this solicitation shall be submitted to: Virginia Polytechnic Institute and State University Accounts Payable North End Center, Suite 3300, Virginia Tech 300 Turner Street NW Blacksburg, Virginia

18 . XI. METHOD OF PAYMENT: Virginia Tech will authorize payment to the contractor as negotiated in any resulting contract from the aforementioned Request for Proposal. Payment can be expedited through the use of the Wells One AP Control Payment System. Virginia Tech strongly encourages participation in this program. For more information on this program please refer to Virginia Tech's Procurement website: or contact the person in Procurement Department identified in the RFP. XII. ADDENDUM: Any ADDENDUM issued for this solicitation may be accessed at Since a paper copy of the addendum will not be mailed to you, we encourage you to check the web site regularly. XIII. CONTRACT ADMINISTRATION: A. Wyatt Sasser, Director of Custodial Services, Facilities Services, at Virginia Tech or his designee, shall be identified as the Contract Administrator and shall use all powers under the contract to enforce its faithful performance. B. The Contract Administrator, or his designee, shall determine the amount, quantity, acceptability, fitness of all aspects of the services and shall decide all other questions in connection with the services. The Contract Administrator, or his designee, shall not have authority to approve changes in the services which alter the concept or which call for an extension of time for this contract. Any modifications made must be authorized by the Virginia Tech Procurement Department through a written amendment to the contract. XIV. COMMUNICATIONS: Communications regarding this Request for Proposals (RFP) shall be formal from the date of issue for this RFP, until either a Contractor has been selected or the Procurement Department rejects all proposals. Formal communications will be directed to the Procurement Department. Informal communications, including but not limited to request for information, comments or speculations regarding this RFP to any University employee other than a Procurement Department representative may result in the offending Offeror's proposal being rejected. XV. TERMS AND CONDITIONS: This solicitation and any resulting contract/purchase order shall be governed by the attached terms and conditions. XVI. ATTACHMENTS: Attachment A - Terms and Conditions Attachment B- Standard Contract Form Attachment C- Annual Product Usage-High Volume Items Attachment D- Annual Product Usage-Housing, Dining & Physical Plant Attachment E- Delivery locations Attachment F-Virginia Tech map 9

19 ATTACHMENT A TERMS AND CONDITIONS A. RFP General Terms and Conditions vt.edu/htm l.docs/terms/gtc RFP I pdf B. Special Terms and Conditions l. AUDIT: The Contractor hereby agrees to retain all books, records, and other documents relative to this contract for five (5) years after final payment, or until audited by the Commonwealth of Virginia, whichever is sooner. Virginia Tech, its authorized agents, and/or the State auditors shall have full access and the right to examine any of said materials during said period. 2. AVAILABILITY OF FUNDS: It is understood and agreed between the parties herein that Virginia Tech shall be bound hereunder only to the extent of the funds available or which may hereafter become available for the purpose of this agreement. 3. CANCELLATION OF CONTRACT: Virginia Tech reserves the right to cancel and terminate any resulting contract, in part or in whole, without penalty, upon 60 days written notice to the Contractor. In the event the initial contract period is for more than 12 months, the resulting contract may be terminated by either party, without penalty, after the initial 12 months of the contract period upon 60 days written notice to the other party. Any contract cancellation notice shall not relieve the Contractor of the obligation to deliver and/or perform on all outstanding orders issued prior to the effective date of cancellation. 4. CONTRACT DOCUMENTS: The contract entered into by the parties shall consist of the Request for Proposal including all modifications thereof, the proposal submitted by the Contractor, the written results of negotiations, the Commonwealth Standard Contract Form, all of which shall be referred to collectively as the Contract Documents. 5. IDENTIFICATION OF PROPOSAL ENVELOPE: If a special envelope is not furnished, or ifreturn in the special envelope is not possible, the signed proposal should be returned in a separate envelope or package, sealed and addressed as follows: VIRGINIA POL YTECHNlC INSTITUTE AND STATE UNNERSITY Purchasing Department (0333) 270 Southgate Center Blacksburg, VA Reference the opening date and hour, and RFP Number in the lower left corner of the envelope or package. If a proposal not contained in the special envelope is mailed, the Offeror takes the risk that the envelope, even if marked as described above, may be inadvertently opened and the information compromised which may cause the proposal to be disqualified. No other correspondence or other proposals should be placed in the envelope. Proposals may be band delivered to the Virginia Tech Purchasing Department. 6. INDEPENDENT CONTRACTOR: The contractor shall not be an employee of Virginia Tech, but shall be an independent contractor. Nothing in this agreement shall be construed as authority for the contractor to make commitments which shall bind Virginia Tech, or to otherwise act on behalf of Virginia Tech, except as Virginia Tech may expressly authorize in writing. 7. INSURANCE: By signing and submitting a proposal under this solicitation, the Offeror certifies that if awarded the contract, it will have the following insurance coverages at the time the work commences. Additionally, it will maintain these during the entire term of the contract and that all insurance coverages will be provided by insurance companies authorized to sell insurance in Virginia by the Virginia State Corporation Commission. During the period of the contract, Virginia Tech reserves the right to require the Contractor to furnish certificates of insurance for the coverage required. INSURANCE COVERAGES AND LIMITS REQUIRED: A. Worker's Compensation- Statutory requirements and benefits. B. Employers Liability- $100,

20 C. General Liability - $500, combined single limit. Virginia Tech and the Commonwealth of Virginia shall be named as an additional insured with respect to goods/services being procured. This coverage is to include Premises/Operations Liability, Products and Completed Operations Coverage, Independent Contractor's Liability, Owner's and Contractor's Protective Liability and Personal Injury Liability. D. Automobile Liability - $500, E. Builders. Risk - For all renovation and new construction projects under $100,000 Virginia Tech will provide All Risk- Builders Risk Insurance. For all renovation contracts, and new construction from $100,000 up to $500,000 the contractor will be required to provide All Risk - Builders Risk Insurance in the amount of the contract and name Virginia Tech as additional insured. All insurance verifications of insurance will be through a valid insurance certificate. The contractor agrees to be responsible for, indemnify, defend and hold harmless Virginia Tech, its officers, agents and employees from the payment of all sums of money by reason of any claim against them arising out of any and all occurrences resulting in bodily or mental injury or property damage that may happen to occur in connection with and during the performance of the contract, including but not limited to claims under the Worker's Compensation Act. The contractor agrees that it will, at all times, after the completion of the work, be responsible for, indemnify, defend and hold harmless Virginia Tech, its officers, agents and employees from all liabilities resulting from bodily or mental injury or property damage directly or indirectly arising out of the performance or nonperformance of the contract. 8. MINORITY BUSINESS, WOMEN-OWNED BUSINESSES SUBCONTRACTING AND REPORTING: Where it is practicable for any portion of the awarded contract to be subcontracted to other suppliers, the contractor is encouraged to offer such business to minority and/or women-owned businesses. Names of firms may be available from the buyer and/or from the Division of Purchases and Supply. When such business has been subcontracted to these firms and upon completion of the contract, the contractor agrees to furnish the purchasing office the following information: name of firm, phone number, total dollar amount subcontracted and type of product/service provided. 9. NOTICES: Any notices to be given by either party to the other pursuant to any contract resulting from this solicitation shall be in writing, hand delivered or mailed to the address of the respective party at the following address If to Contractor: Attention: Address Shown On RFP Cover Page Name Of Person Signing RFP Ifto Virginia Tech: Virginia Polytechnic Institute and State University Attn: Trisha Wilson ProcureUlentDepartment(0333) North End Center, Suite Turner St. NW Blacksburg, VA and Virginia Polytechnic Institute and State University Attn: Wyatt Sasser Facilities Services-Housekeeping (0478) Grounds Building Blacksburg, VA 2406 I I 0. SEVERAL LIABILITY: Virginia Tech will be severally liable to the extent of its purchases n1ade against any contract resulting from this solicitation. Applicable departments, institutions, agencies and Public Bodies of the Commonwealth of Virginia will be severally liable to the extent of their purchases made against any contract resulting from this solicitation. 11. WORK SITE DAMAGES: Any damage to existing utilities, equipment or finished surfaces resulting fron1 the performance of this contract shall be repaired to the Owner's satisfaction at the Contractor's expense. II

21 ATTACHMENT B Standard Contract form for reference only Offerors do not need to fill in this form COMMONWEALTH OF VIRGINIA STANDARD CONTRACT Contract Number: This contract entered into this day of 20, by hereinafter called the "Contractor" and Commonwealth of Virginia, Virginia Polytechnic Institute and State University called "Virginia Tech". WITNESSETH that the Contractor and Virginia Tech, in consideration of the mutual covenants, promises and agreements herein contained, agrees as follows: SCOPE OF CONTRACT: The Contractor shall provide the to Virginia Tech as set forth in the Contract Documents. PERIOD OF CONTRACT: From through COMPENSATION AND METHOD OF PAYMENT: The Contractor shall be paid by Virginia Tech in accordance with the contract documents. CONTRACT DOCUMENT: The contract documents shall consist of this signed contract, Request For Proposal Number dated, together with all written modifications thereof and the proposal submitted by the Contractor dated and the Contractor's letter dated, all of which contract documents are incorporated herein. In WITNESS WHEREOF, the parties have caused this Contract to be duly executed intending to be bound thereby. Contractor: By: Virginia Tech By: Title:

22 Line # PRODUCTS 1 SCOTT SURPASS 1 PLY TOILET PAPER 2 OPTICORE TOILET TISSUE 3 ECOSOFT 2PL Y TOILET TISSUE SNGL RL 4 ECOSOFT 2PL Y TOIL T TISSUE JR JUMBO 5 BA YWEST 1 PLY JRT SR TOWEL 6 ECOSOFT ROLL TOWEL NAT 7 ECOSOFT MUL TIFOLD TOWEL NATURAL 8 ECOSOFT SINGLEFOLD TOWEL NATURAL 9 ECOSOFT MUL TIFOLD TOWEL WHITE 10 MEGA HARD ROLL TOWEL 11 BA YWEST ROLL PAPER TOWELS NATURL 12 LATEX DISPOSABLE GLOVE SMALL 13 LATEX DISPOSABLE GLOVES MEDIUM 14 LATEX DISPOSABLE GLOVE LARGE 15 LATEX DISPOSABLE GLOVE XLARGE 16 POWDER FREE LATEX GLOVES SMALL 17 GLOVES LATEX MED POWDER FREE 18 GLOVES LATEX LARGE POWDER FREE 19 POWDER FREE LATEX GLOVES XL 20 MEDIUM POWDER FREE NITRILE GLOVE 21 POLY BAG 24X24 2MIL CLR 22 ROLL BAG 30"X37" 12MIC CLEAR 23 43"X48" LLDPE 1.5MIL BLACK 24 44"X48" 2MIL BLACK LRG ROLL LINERS.' 25 43"X47"LLDPE 1.5 MIL BLACK 100/ 26'. ROLL BAG 30X37 12MIC 500/CS 20/ ATTACHMENT C ESTIMATED HIGH VOLUME ANNUAL PRODUCT USAGE HOUSING. DINING. PHYSICAL PLANT. SCA High Volume Items Estimated Brand Pack Size Usage Name 80/1210CT 1711 cs 36/CS 60 cs 96/CS 25 cs 12/CS 216 cs 6/4000" 850 cs 6/630' 1640 cs 200ct/20pklcs 246 cs 268ct/15pk/cs 2451 cs 200ct/20/pk/cs 76 cs 1000' 12/C 382 cs 800' 2790 cs 100/ BX 2451 BX 100/ BX 4686 BX 100/ BX 4520 BX 100/BX 804 BX 100/ BX 1074 BX 100/BX 1930 BX 100/ BX 1415 BX 100/ BX 1011 BX 100/ BX 183 BX 500/CS 400 cs 100/cs 158 cs 100/cs 263 cs 100/CS 175 cs 100/cs 696 cs 500/cs 113 cs ---- ~----L_- Brand Pack/Unit Bid ld Cost

23 27 ROLL BAG 40X48 16MIC 250/CS 10/ 250/cs 1375 cs 28 ROLL BAG 40"X48" 16 MlC 250/CS 114 cs 29 ANTIMICROBIAL SOAP 12/800ML 201 cs 30 DA YCON PINK LOTION SOAP 12/800Ml 37 cs 31 FOAMING HAND SOAP 6/CS 440 cs 32 ULTRAGREEN ANTIBACTERIAL GEL 8lt/cs 43 cs 33 TERRY CLOTH WIPERS 25 LB BOX 45 cs 34 #77 SANIBAG 7 I/2 W X 10 HX 3D 500/cs 86 cs 35 AEROGREEN PK8 59 cs 36 GALLON SANIDET 1 gal 204 EA 37 COMET CLEANSER oz/ case 1128 EA 38 COMET LIQUID CLEANSER 9/320Z 49 cs TlLEX SOAP SCUM REMOVER 9/32 oz 43 cs TILEX INSTANT MILDEW REMOVER 9qt/cs 81 cs 41 WET TASK HYDRO KNIT 6/60 CT 35 cs 42 ACIDE SANICIDE DISIN/DEOD 200Z 570 EA 43 CREW RESTROOM /FLOOR SURF ACE NA 4/1gal 30 cs 44 DA YCON LOW ACID BOWL CLNR 12/32 Oz 660 EA 45 FIGHT BAC RTU 12 QTS/CS 35 cs 46 GREEN EARTH PEROXIDE CLEANER 4/1gal 394 cs 47 QUAT-STAT 2LT 747 EA 48 G-FORCE SUPER STRIPPER 1.5 GAL 170 EA 49 EXPRESS FLOOR FINISH, 5 GALLON 172 EA DOODLEBUG SCRUB PAD BLUE 20/cs 153 PK 51 3M HI-PRODUCTIVITY STRIP PAD 17 5/cs 28 cs

24 Line Attachment D Annual Usage for Dining, Housing & Physical Plant Estimated # Class Item Description Usea2e Unit 1 AEROSOLS ACIDE SANICIDE DISIN/DEOD 20 OZ 570 EA 2 AEROSOLS AFURN FINE FURNITURE POLISH EA 3 AEROSOLS EASY OFF AERO OVEN CLEANER 12/1 108 EA 4 AEROSOLS AST AIN SS CLNR & PROTECTOR EA 5 AEROSOLS A GLASS GLASS CLEANER 20 OZ 6/CS 84 EA AGUM CHEWING GUM REMOVER 6 AEROSOLS A EA 7 HYQ OCEAN BREEZE AEROSOL AEROSOLS REFILL 48 EA 8 AEROSOLS SHELIA SHJNE AEROSOL SS CLEANER 48 EA 9 AEROSOLS HYQ LINEN FRESH AEROSOL REFILL 36 EA 10 AEROSOLS ASTRIP BASEBOARD STRIPPER 20 OZ 24 EA ADA YSH DA YSHEEN CLNR & POLISH 11 AEROSOLS 2 18 EA EASY OFF NON CAUSTIC OVEN 12 AEROSOLS CLEAN 16 cs 13 AEROSOLS L YSOL AEROSOL FOAMING CLEANER, 14 cs 14 AEROSOLS AINSECT AEROSOL INSECTICIDE EA 15 ADUST AERO DUST TOP DUST AEROSOLS CONTRO 6 EA 16 AEROSOLS FLEA & ROACH ROOM FOGGER 50Z 6 EA GUARDSMAN POLISH AEROSOLS OZ.WOODSCEN 4 EA AEROSOL REFILL MANDARIN 18 AEROSOLS ORANGE 2 EA 20 CLEANERS COMET CLEANSER 21 OZ 24 PER CASE 1128 EA DA YCON LOW ACID BOWL CLNR 21 CLEANERS 12/ EA 22 CLEANERS GREEN EARTH PEROXIDE CLEANER 394 cs 23 CLEANERS ANTIMICROBIAL SOAP 12/800ML 201 cs 24 CLEANERS GALLON SANlBET 192 EA 25 CLEANERS EXPRESSFLOORFINISH,5GALLON 172 EA 26 CLEANERS G-FORCE SUPER STRIPPER 1.5 GAL 154 EA 27 CLEANERS TIL EX INSTANT MILDEW REMOVER 9/ 81 cs 28 CLEANERS AEROGREEN PK8 59 cs 29 CLEANERS COMET LIQUID CLEANSER 9/320Z 49 cs 30 CLEANERS READY FLOOR NEUTRALIZER G 48 EA 31 CLEANERS TILEX SOAP SCUM REMOVER 9/32 OZ 43 cs 32 CLEANERS UL TRAGREEN ANTIBACTERIAL GEL, 1 43 cs 33 CLEANERS DA YCON PINK LOTION SOAP l2/800m 37 cs 34 CLEANERS RESCUE96SOLVENTSPOTTERFOR 37 EA 35 CLEANERS GALLON BETCO RTU FLOOR SEALER 36 EA 36 CLEANERS FIGHT BAC RTU 12/QTS/CS 35 cs 37 CLEANERS NEUTRAL CLEANER 1.5 GAL 35 EA

25 38 CLEANERS CREW RESTROOM /FLOOR SURF ACE NA 30 cs 39 CLEANERS GONE li CARPET SPOITER 6PK/QTS 25 EA 40 CLEANERS RENEGADE 24:1 ULTRA STRIPPER 6/ 24 EA 41 TILEGUARD GROUT CLEANERS COATING, WHITE,3 24 EA 42 CONCERN ORGANIC DEGREASER & CLEANERS DEO 21 EA 43 CLEANERS CARPET CLEANING SYSTEM I.5 GAL 20 EA 44 CLEANERS 20 SECOND ANTIMICROBIAL LOTION 17 EA 45 CLEANERS INDUS PLUS NON-BUTYL DEGREASER 16 EA 46 CLEANERS PINK LOTION HAND SOAP 1.5 GAL 12 EA FRESH'N CLEAN PRESPRA Y & 47 CLEANERS BONNET 11 EA 48 CLEANERS GP FORWARD CLEANER 4/1 GAL CASE 10 cs 49 CLEANERS BATHROOM CLEANER 1.5 GAL 8 EA 50 CLEANERS SHEILA SHINE LIQUID METAL POLIS 7 GAL 51 CLEANERS AFBC ACID FREE BATHROOM CLNR, 6 6 EA 52 CLEANERS BLEACH 6 GAL PER CASE 5 cs 53 CLEANERS LIQUID COMET WITH BLEACH QTS 5 cs 54 CLEANERS PURELL INSTANT SANITIZER 4 OZ 5 cs 55 CLEANERS AERO INSTANT HAND SANTIZER 500M 4 cs 56 CLEANERS CAREFREE FLOOR FINISH 5GAL 4 EA 57 CLEANERS DE-FOAMER 1.5 GAL 4 EA 58 CLEANERS LIQUID CARWASH CONCENTRATE EA 59 CLEANERS NEVER DULL METAL POLISH I 2/ EA 60 CLEANERS RINSE FREE BUILD-UP STRIPPER 1. 4 EA 61 CLEANERS BATH N BOWL TILE & GROUT CLEANE 2 EA 62 CLEANERS TFX TOUCH FREE REFILL 1200ML 2/ 2 cs 63 CLEANERS ARMOUR ALL RESTORER 6/QTS/CS 1 cs 64 INDUSTRIAL PLUS NON-BUTYL CLEANERS DEGRE 1 EA 65 CLEANERS 120Z PROVON HAND & BODY LOTION 1 cs 66 CLEANERS TWINKLE POLISH 12/170Z/CS 1 cs 67 CONTAINER S & LIDS RECYCLE BIN, BLUE 204 EA 68 CONTAINER S&LIDS 25"2-SIDE ENGLISH "CAUTION WET 78 EA 69 CONTAINER S&LIDS PLAS CASTERS FOR /80/81 18 EA 70 CONTAINER S&LIDS 3540 SLIM JIM WSTE RECPT. RECTG 6 EA CONTAINER 71 S & LIDS 6140 SANITARY NAPKIN RECEPTACLE 6 EA CONTAINER MOPPING TROLLY DOWN PRESS 72 S & LIDS YELLW 6 EA CONTAINER WA VEBRAKE SIDE PRESS COMBO 73 S&LIDS BROW 6 EA CONTAINER 74 S& LIDS 2619 LID FOR BRUTE 20-GAL, WHIT 2 EA

26 CONTAINER 75 S&LIDS 2655 BRUTE CONTAINER 55-GAL, GR 2 EA 76 CONTAINER S&LIDS FLOOR AND CARPET SWEEPER 2 EA 77 CONTAINER S&LIDS l/2 CU YD UTILITY DUTY TILT TRU 1 EA CONTAINER 78 S&LIDS 3959 WASTE CAN BASE 50-GAL BEIG 1 EA CONTAINER GROUNDSKEEPER., TUSCAN,SANDSTO 79 S&LIDS NE 1 EA CONTAINER 80 S&LIDS TOILET BOWL BRUSH HOLDER, 24/C 1 EA 81 CONTAINRS &LIDS WASTE CONT SM 13 5/8 QT GRAY LIDS 1 EA 82 DISIN/DEOD 2LT QUAT-STAT 747 EA 83 DEODRANE URINAL SCREEN WITH DISIN/DEOD BLO 60 EA WALL HUNG DEODORANT BLOCK, 84 DISIN/DEOD 6/16 50 PK 85 DISIN/DEOD BIO ENzyME ODOR& STAIN ELIMINA 28 EA 86 DISIN/DEOD DX50 BIOENITME ODOR ELIM 6 X 1 24 EA 87 DISIN/DEOD PINE QUAT DISINFECT ANT CLEANER 12 EA A404 ROUND URINAL DEODORANT 88 DISIN/DEOD BLO 10 DOZ LEMON WATER SOLVABLE 89 DISIN/DEOD DEODORANT 10 EA 90 BB4A 40Z BOWL BLOCK WIHANGER DISIN/DEOD DO 7 DOZ 91 DISIN/DEOD NEUTRAL DISINFECT ANT CLEANER l. 4 EA 92 DISIN/DEOD 151 BIG-D DEODORANT,GRANULAR 25 2 EA 93 DISIN/DEOD PINE QUAT DISINFECT ANT CLEANER, 1 EA 94 DRY GOODS LATEX DISPOSABLE GLOVES MEDIUM 4686 BX 95 DRY GOODS LATEX DISPOSABLE GLOVE LARGE 4520 BX 96 DRYGOODS LATEX DISPOSABLE GLOVE SMALL 2451 BX 97 DRY GOODS GLOVES LATEX MED POWDER FREE 1930 BX 98 DRY GOODS GLOVESLATEXLARGEPOWDERFREE 1415 BX 99 POWDER FREE LATEX GLOVES DRY GOODS SMALL 1074 BX 100 DRY GOODS POWDER FREE LATEX GLOVES XL 1011 BX 101 DRYGOODS LATEX DISPOSABLE GLOVE XLARGE 804 BX 102 DRY GOODS #200 BOWL MOP 571 EA 103 DRY GOODS 3M POT 'N PAN HANDLER, 40/CS 480 EA 104 DRY GOODS 32 OZ WHT.TRIGGER W/ 9 l/2" DIP 361 EA 105 DRYGOODS 32 OZ PLASTIC BOTTLE 297 EA 106 DRY GOODS 9" PLASTIC BLOCK SCRUB BRUSH 209 EA 107 DRY GOODS MEDIUM POWDER FREE NITRILE GL V 183 BX 108 DRY GOODS 8242 DOODLEBUG SCRUB PAD BLUE 153 PK IRON STYLE SCRUB BRUSH 109 DRY GOODS ASSORTED 147 EA 110 DRYGOODS BRILLO STEEL WOOL SOAP PADS PK 111 DRY GOODS BROOM #30 5 SEW 38"HANDLE 112 EA

27 112 DRYGOODS 17" BLACK STRIPPING PAD 100 EA 113 DRYGOODS BROOM ANGLE LARGE PLASTIC 95 EA 114 DRY GOODS 5 MIL. MED. DISP. VINYL GLOVES 80 BX LARGE POWDER FREE NITRILE 115 DRY GOODS GLOVE 77 BX 116 DRY GOODS XL POWDER FREE NITRILE GLOVES 64 BX 117 DRY GOODS GLACIER MELT 50# BAG 55 EA 118 DRYGOODS BIG PRO DUSTER L/H 30: TO 44" 50 EA 119 DRY GOODS 20" ERASER BURNISH PADS, 5/CS 45 EA 120 DRY GOODS TERRY CLOTH WIPERS 25 LB BOX 45 cs 121 DRY GOODS MOPSTICK,QUICK CHANGE WING NUT 36 EA 122 DRY GOODS 8541 DOODLEBUG SCRUB PADS,BRN 35 PK 123 DRY GOODS SMALL POWDER FREE NITRILE GLOVE 34 BX 124 DRYGOODS LOBBY PRO UPRIGHT DUSTPAN 12" 32 EA 125 DRY GOODS FLAGGED SIL VERTONE PLASTIC COUN 31 EA 126 DRY GOODS 17" DOMINATOR STRIPPING PAD 30 cs 127 DRYGOODS DA YCON ICE CRYSTALS PLUS 50# BX 30 EA 128 DRY GOODS 3M HI-PRODUCTIVITY STRIP PAD cs 129 DRY GOODS 60"GRA Y GRIPPER FIBERGLASS MOPH 28 EA 130 DRY GOODS ICE LIQUID PLUS 1.5 GAL 28 EA 131 DRY GOODS 3M 17'' BLUE CLEANER PAD 5/CS 25 EA 132 DRY GOODS SWINGER LOOP FINISH MOP LARGE 25 EA 133 DRYGOODS 8 OZ MEASURING CUP 24 EA 134 DRYGOODS BROOM, 4 SEW BLENDED 20 EA 135 DRYGOODS YELLOW LATEX LINED GLOVES LARGE 2 0 PR 136 DRY GOODS YELLOW LATEX LINED GLOVES MED 20 PR 137 DRY GOODS 2000 DA YCON DOODLE BUG HOLDER 16 EA 138 DRY GOODS CHEMICAL RESIST ANT TRIGGER 9.5" 15 EA 139 DRY GOODS IMPACT 320Z PLASTIC BOTTLE GEN 15 EA 140 DRY GOODS YELLOW LA TEXINEOPRENE LINED GLO 15 PR 141 DRYGOODS HANDLE 1 1/8 X 60" TAPERED HARD 14 EA 142 DRYGOODS SA CELLULOSE SPONGES 7 1/2 X 4 12 EA 143 DRY GOODS ACRYLIC BOWL MOP 12 EA 144 DRY GOODS ORANGE TRIGGER FOR 32 OZ SPRAY 12 EA 145 DRY GOODS SS GROUT CLEANING BRUSH 12/CS 12 EA 146 DRYGOODS 17"SPINKLEAN SCRUB BONNET W /SCR 10 EA 147 DRYGOODS 21" HIGH PRO STRIP PADS 5/CS 10 cs 148 DRYGOODS UNGER SMART MOP MICRO MOP RED 9 EA 149 DRY GOODS 20" DOMIATOR STRIPPING PAD 5/CS 8 cs 150 DRY GOODS L~GERSvnVELCORNERBRUSH 8 EA 151 DRY GOODS LOBBY PRO UPRIGHT DUST PAN 7 EA 152 DRYGOODS PULSE II AEROSOL DISP 7 EA

28 DRYGOODS CORN BROOM, LOBBY 46" OVERALL 3 6 EA 154 DRY GOODS DAYCON 17" THICK STRIPPING PAD- 6 cs 155 DRYGOODS GLOVES POWDER FREE NITRILE MED 6 BX 156 DRYGOODS HANDLE 15/16X54" METAL THREADED 6 EA 157 DRYGOODS HANDLE 15/16X60 METAL THREATED 6 EA 158 DRY GOODS WILEN FINISH MOP LG "SMOOTHJE" 6 EA 159 DRYGOODS 14" VISA STRIP WASHER/SQUEEGEE 5 EA 160 DRY GOODS 19" ERASER BURNISH PAD PINK 5/C 5 cs 161 DRY GOODS DAYCON 20" SUPER POLISH PAD-WHI 5 cs 162 DRY GOODS PROTEAM PRODUSTER DISP SLEEVE 5 PK 163 DRY GOODS REPLACEMENT VINL Y BAG FOR JANIT 5 EA 164 DRY GOODS XLARGES~GERLOOPMOPBLUE 5 EA 165 DRY GOODS Ill WHITEWALL TIRE BRUSH 4 EA 166 DRY GOODS 14"BACKFLIP SCRUB N QK.RELEASE 4 EA 167 DRY GOODS 22" MOSS WATER HAND HDUTY FLOOR 4 EA 168 DRY GOODS 9" POLYSTYRENE VEHICLE BRUSH GR 4 EA 169 DRYGOODS B822 BOBRICK SOAP DISPENSER 4 EA 170 DRY GOODS BROOM, #32 BLACK 4 SEW, WIRE BA 4 EA 171 DRY GOODS GLOVE LARGE STEEL MESH 4 EA 172 DRY GOODS OPTI LOC 12' THREE SECTION EXT. 4 EA 173 DRY GOODS REPLACEMENT ASHTRAY FOR EA 174 DRY GOODS #96 3M GENERAL SCOURING PAD 3/2 3 PK 175 DRYGOODS 1606 PLASTIC DECK SCRUB BRUSH, 3 EA 176 DRYGOODS 17'' PINK ERASER PADS 3 cs 177 DRY GOODS 3M 7440 HEAVY DUTY PAD 40/CS 3 cs 178 DRY GOODS 3M DOODLEBUG HI-PRO PAD 4/lOCT 3 PK 179 DRY GOODS ABSORBENT SOCK 3"X4' 3 cs 180 DRY GOODS BLU NEO/YEL LATEX GLOVE,FLOCK L 3 EA 181 DRY GOODS SQUEEGEE CHANNEL & RUBBER 12" 3 EA 182 DRYGOODS SYPHON DRUM PUMP 3 EA 18" SANITARY BRUSH SQUEEGE 183 DRYGOODS COMB 2 EA 184 DRY GOODS 3M HI-PRODUCTIVITY STRIP PAD 20 2 cs 185 DRY GOODS DAYCON 19" SUPER POLISH PAD-WHI 2 cs 186 DRY GOODS DA YCON 20" STRIPPING PAD BLACK 2 cs 187 DRY GOODS DOUBLE ROLL TT DISPENSER 2 EA DRY GOODS GLOVE MEDIUM STEEL MESH 2 EA 189 DRY GOODS GLOVE SMALL STEEL MESH 2 EA 190 DRY GOODS SINGLE FOLD TOWEL DISPENSER 2 EA 191 DRYGOODS UNGER PRO FLAT DUSTER 2 EA 192 DRYGOODS 14" SOFT REPLACEMENT RUBBER 1 EA 193 DRY GOODS 18' EXTENSION POLE 3 SECTION 1 EA 194 DRYGOODS 20" CHAMPAGNE HIGH SPEED BURNIS 1 cs 195 DRYGOODS 4" ERGO TEC SCRAPER 1 EA

29 196 DRY GOODS COMP SPRAYER ACID/DEGREASER 1 EA 197 DRY GOODS DUST MASK DISPOSABLE NON-TOXIC 1 EA 198 DRY GOODS EZ SCRUB EXPRESS BOTTLES 12/BAG 1 DZ 199 DRY GOODS EZSCRUBEXPRESSCADDY 1 EA 200 DRY GOODS EZ SCRUB EXPRESS FLAT MOP TOOL 1 EA 201 DRY GOODS EZ SCRUB FLAT MOP 18" GREEN 1 EA 202 DRY GOODS QUICK RELEASE MASTER HANDLE 1 EA SMART MOP PACK W/BRUSHAND 203 DRY GOODS HOSE 1 EA 204 DRY GOODS UNGER SMART MOP MOP HOLDER 1 EA 205 DRY GOODS WHITE PLASTIC TOILET BOWL BRUSH 1 EA 206 DRY GOODS WOOD HNDL WILONG MET CLAMP&MET 1 EA 207 DRYGOODS ZIMGOROUND.040 ZIM-GRIT SCRUB 1 EA ELECTRICA 208 L AAA PROCELL IND ALK BATTERY 4PK 2 PK ELECTRICA 209 L D-CELLPROCELL BATTERY 12PK 1 PK 211 FLOOR MAINTAINER PLUS 1.5 GAL 46 EA 212 FLOOR BUCKEYE CITATION FLOOR FINISH G 44 EA 213 FLOOR WATER BASE CONCRETE SEAL & FINI 16 EA 214 FLOOR RTU EXPRESS 6PKIQTS 6 EA 215 FLOOR WIW AX FLOOR FINISH 4/GAL/CS 4 cs 216 FLOOR UNDER COA TER-SEALER, I.5 GAL 2 EA 217 FLOOR HIGH SPEED SPRAY BUFF 1.5 GAL 1 EA 218 FLOOR PROFI FLOOR CLEANER 4/GAL/CS 1 cs FOOD 219 SERVICES ALUMINUM FOIL 18" X 500' ROLL 4 EA FOOD 220 SERVICES FOIL 12"X500' BWK cs 221 FOOD SERVICES FOIL 18"X500' BWK cs 222 GLASS ERGOTEC 14" SQUEEGEE 2 EA RAZOR BLADE SCRAPER W/5 223 HARDWARE BLADESS 171 EA 224 HARDWARE CHEMICAL SPLASH SAFETY GOGGLES 70 EA 225 HARDWARE GOGGLE SPLASH 29 EA 226 HARDWARE MOLDED THERMO PLASTIC HARD HAT, 25 EA 227 HARDWARE INDUSTRIAL RUBBER KNEE PADS 21 PR 228 HARDWARE SINGLE EDGE RAZOR BLADES 100/PK 19 PK 229 HARDWARE 3" FLEX PUTTY KNIFE 1 2 EA 230 HARDWARE 18" POLY SNOW SHOVEL 10 EA 231 HARDWARE BLADES FOR SCRAPER 4" 10 PER PK 7 PK 232 HARDWARE NON-TOXIC PARTICLE MASK, 50/PKG 6 PK 233 HARDWARE SCRAPER48"L/H W/4" BLADE UNOR 6 EA 234 HARDWARE 3M 21" ERASER BURNISH PADS SICS 5 cs 235 HARDWARE FACE SHEILDS 24/CS 4 cs 6

30 236 HARDWARE DAYCON 20"GREEN SCRUBBING PADS 1 cs 237 HARDWARE EYEWASH STATION, 2-32 OZ FLLLED 1 EA 238 HARDWARE FIRST AID KlT 25 PERSON 1 EA 239 HVAC ECOSOFT MUL TIFOLD TOWEL WlllTE 61 cs 240 JANITORJAL DIRTEX SPRAY CLEANER 18 OZ. 12 EA 241 MACHINES 3120 DUAL MOTOR UPRIGHT 15" 6 EA 242 MACHINES CLEANFIX ROYAL UPRJGHT VAC 13" 3 EA 243 MACHINES CMPS-lT CLEAN MAX UPRJGHT V AC 2 EA 244 MACHINES LOW SPD BUFFER 17'' 1.5HP MONG. 1 EA NOT FOR 245 RESALE BRUTE CONT.. 20 GAL, WHITE 2 EA NOT FOR 246 RESALE MALISH NP9200 PLATE 1 EA 247 PAPER SCOTT SURPASS!PLY 80/1210CT WH 1711 cs 248 PAPER ECOSOFT ROLL TOWEL NAT 6/630' 1640 cs 249 PAPER ECOSOFT MULTIFOLD TOWEL NATURAL 236 cs 250 PAPER MEGA HARD ROLL TOWEL 1000' 12/C 202 cs 251 PAPER #77 SANIBAG 7 112WXlOHX3D, cs 252 PAPER MAIN STREET IPL Y JRT SR 6/4000" 39 cs 253 PAPER WET TASK HYDRO KNIT 6/60 CT 35 cs 254 PAPER ECOSOFT ROLL TOWEL WlllTE 6/630' 29 cs 255 PAPER ECOSOFT C-FOLD NAT WHT 16/ cs 256 PAPER SCOTT SURPASS ROLL TOWEL 12/ cs 257 PAPER CORONET M-FOLD 16/250CT WHITE 4 10 cs 258 PAPER IDS 1 PLY TISSUE 4.5X cs 259 PAPER HALF FOLD TOILET SEAT COVERS 2 cs 260 PAPER FACIAL TISSUE WlllTE 2-PLY 30/CS 1 cs 261 PAPER KLEENEX FACIAL /WHT/36/100 CT 1 cs 262 PAPER MAINSTREET TISSUE lply cs 263 PARTS PAJ>ER BAG 3PLY 8/PK W/2 EXHAUST 34 PK 264 PARTS VAC BAGS FOR WINDSOR DURA V AC PK 265 PARTS QUARTERV A CIT AIL V AC FILTER BAG p 13 PK 266 PARTS GASKET 11 EA 267 PARTS EXHAUST FILTER 10/PACK 8 PK 268 PARTS KNOB. RND D. L 8 EA 269 PARTS SCREW 8 EA 270 PARTS SCREW 8 EA 271 PARTS BELT, ROYAL V AC 7 EA 272 PARTS WINDSOR PAPER BAGS,PK/1 O,VERSAM 7 PK 273 PARTS BRUSH 6 EA 274 PARTS BEARING BALL 4 EA 275 PARTS CORD AND TERMINAL ASSEMBLY 4 EA 276 PARTS DOOR LATCH 4 EA

31 277 PARTS EUREKA ZIPPER BAG 4 EA 278 PARTS SKIRT 4 EA 279 PARTS LIGHTED ROCKER SWITCH FOR CON CO 3 EA 280 PARTS PLUG, BRUSH DRIVE 3 EA 281 PARTS U & U-3 PANASONlC VAC BAG 12/PK 3 PK 282 PARTS 32 OZ INDUSTRIAL FUNNEL 2 EA 283 PARTS BLADE FRONT URETHANE 2 EA 284 PARTS BLADE REAR URETHANE 2 EA 285 PARTS COVER, BELT, (RM-CO) 2 EA 286 PARTS GASKET, FOAM, EDGE (FR) 2 EA 287 PARTS KIT, Cl, BLADES, URETHANE 2 EA 288 PARTS KNOB, NOMAD, SQUEEGEE 2 EA 289 PARTS LABEL (SPDSCRUB 2601) 2 EA 290 PARTS SUPPORT RIGHT FOR 3120 V AC 2 EA 291 PARTS BAG10PACK 1 PK 292 PARTS BOLT SHLD.25DXl.25 # SHE 1 EA 293 PARTS BOOT SWITCH L BLK 1 EA 294 PARTS BRUSH CARBON 4PK 1 PK 295 PARTS BRUSH CRBN MOTOR ELE. 1 EA 296 PARTS BRUSH, CARBON KIT 1 EA 297 PARTS CASTEX LID, CLEAR 1 EA 298 PARTS CASTEX V AC MOTOR 1 EA 299 PARTS COVER ASSEMBLY 1 EA 300 PARTS DRAIN PLUG ASSEMBLY 1 EA 301 PARTS FILTER 1 EA 302 PARTS FILTER BAGS F/PROLUX VAC 10/PK 1 PK 303 PARTS FLL TER, EXHAUST 1 EA 304 PARTS HANDLE ASSM FOR 1500XP 1 EA 305 PARTS HANDLE PIVOT KIT 1 EA 306 PARTS MAL-GRIT SCRUB BRUSH, 18" 1 EA 307 PARTS MALISH 15" POLY BRUSH 1 EA 308 PARTS SOLUTION BAG 1 EA 309 PARTS SWITCH,ROCKER FOR 1400XP VACUUM 1 EA 310 PARTS VIBRA GROOMER n 12" 1 EA 311 PLUMBING PLUNGER BELL CUP FORCE FLO 6" 26 EA POLYLINER 312 s 43"X47"LLDPE 1.5 MIL BLACK 100/ 696 cs POLYLINER 313 s 43"X48" LLDPE 1.5MIL BLACK 219 cs POLYLINER 314 s ROLL BAG 30"X37" 12MIC CLEAR 158 cs POLYLINER 315 s ROLL BAG 40X48 16MIC 250/CS 10/ 124 cs POLYLINER 316 s ROLL BAG 40"X48" 16 MIC 250/CS 114 cs

32 POLYLINER 317 s ROLL BAG 30X37 l2mic 500/CS 20/ 113 cs POLYLINER 318 s POLY BAG l6x24 2MfL 500/CS CLR 40 cs POLYLINER 319 s 38X58" LLDPE.15 MIL BLACK *SEA 36 cs POLYLINER 320 s POL YLINERS 44X48 2MIL I OROLLS/1 34 cs 321 POLYLINER s 24X33 lmil BLACK LINER 20/25CT/ 17 cs POLYUNER 322 s POL YLINER 24X24 6MfC 20/50CT BL 9 cs POLYLINER 323 s POL YLINER 17X 18 1 MIL BLK l MICS 6 cs POLYLINER 324 s POL YLINER 24X33 l MIL 500/CS BLA 1 cs POLYLINER 325 s POLYLINER 44X48 2MIL 100/CS BLA 1 cs POLYLINER 326 s ROLL BAG 24X33 6MIC 20/SOCT CLE 1 cs Green Certified Items 327 Johnson Diversey 328 Johnson Diversey 329 Johnson Diversey 330 Johnson Diversey 334 Johnson Diversey 335 Johnson Diversey 336 Johnson Diversey 337 Johnson Diversey GlanceNA Stride Citrus AlphaHP Crew Bath and Scale Micro fiber Cloths Micro fiber mop Aquario Floor Finish Freedom Stripper 9

33 ATTACHMENT E DELIVERY LOCATIONS Building Location Elevator Dock Residential: Johnson Hall Basement Yes No O'Shaughnessey Hall 2nd floor Yes No Miles Hall 1 51 floor Yes No Newman Hall I 51 floor Yes No Barringer Hall 1 51 floor Yes No Vawter Hall 1 sl floor Yes No Thomas Hall 1 sl floor No No Rasche Hall 1 sl floor Yes No Brodie Hall 1 51 floor Yes No Monteith Hall 1 51 floor No No Lee Hall Ground Yes No Pritchard Hall Ground Yes No Ambler Johnston Hall 1st floor Yes No Hillcrest Hall Basement Yes No Cochrane Hall 1 51 floor Yes No Campbell Hall-East 1 sl floor No No Slusher Wing 2nd floor Yes No New Residence-East I 51 floor Yes No Harper I 51 floor Yes No Payne I 51 floor Yes No Special Purpose Housing Yes No (18 units) Schultz 1st floor No Yes Graduate Life Center 1st floor Yes No Donaldson Brown Physical Plant: Femoyer 2nd floor No No Gym Ground Yes No Henderson I 51 floor Yes No Hutcheson 1' 1 floor Yes No Major William 1' 1 floor Yes No Price 1 51 floor Yes No Saunders Ground Yes Yes Burruss I 51 floor Yes Yes Cowgill I 51 floor Yes No Davidson I 51 floor Yes No Derring I st floor Yes Yes Hahn! 51 floor Yes No Hancock 1 51 floor Yes No Holden! 51 floor Yes No McBryde 4rd floor Yes No Durham Hall I st floor Yes Yes Norris I st floor Yes No Pamplin Ground Yes No Patton I st floor Yes No Randolph I st floor Yes No Robeson 2nd floor Yes No Whittemore 4th floor Yes No 10

34 DELIVERY LOCATIONS Building Location Elevator Dock Williams Basement Yes No Annaerobe/CCMID 1 51 or 2nd floor No No Cheatham 1 51 floor Yes Yes Engle/Fralin I 51 floor Yes Yes Food Science I 51 floor No Yes EHSS Litton Reaves 1 51 floor Yes Yes Vet Med Building I 1 51 floor Yes Yes Vet Med Building 2 1st floor Vet Med Building 3 1st floor Yes Yes Vet Med Building 4 I 51 floor Yes Yes Wallace 4th floor Yes No Agnew Basement No No Arch. Annex Basement No No Lane Hall 1st floor No No Media Building I sr floor No No PAB 2nd floor No No Art Design 1' 1 floor No No Sandy! 51 floor No No Shanks Basement Yes No Smyth 1 sr floor No No Ware Lab I 51 floor No No Burchard 1 51 floor Yes Yes Building floor No No Seitz ptfl no Power House 1' 1 fl no 1 sl aid Basement no Latham 1' 1 fl no Sterrett I 51 fl no ROTC 2nd fl No No Bishop Favaro )S'fl no Chern Physics I 51 fl yes Kelly Hall }Slfl no VBI I I Sl fl yes VBI2 Student Services 15I fl no Life Science 15I fl no 103 Grounds I 51 fl yes Dining Services: Shultz Dining Hall I 51 floor Yes Yes Owens P 1 floor Yes Yes Dietrick 1 51 floor Yes Yes Cochrane I 51 floor No Yes Southgate Center Warehouse I 51 floor No Yes Squires Center 1 51 floor Yes Yes Graduate Life Center- Donaldson Brown I 51 floor No Yes Squires Student Center 2nd floor Yes Yes Athletics Cassell Coliseum Basement Yes Yes Lane Stadium Basement Yes No II

35 The Inn at Virginia Tech, And Skelton Conference Center I 51 floor Yes Yes 12

36 ATTACHMENT F VIRGINIA TECH MAP For tbe most up-to-date maps go to '~'='.;; - t f 1 2 H J s a , \,.,.--"" l II..""""J~ B"t_.-11n, T~~l",_--- \. ' 13

37 ... I, Virginia Tech Request for Proposal# for Janitorial Supplies Proposal Given By: Sanico 875 Park Street Christiansburg, VA (540) May

38 t t t a t t Table of Contents General Information Form Specific Requirements (VII, B) Price (B, 1} Summary (B, 1, a} Price Changes (B, 1, b) Pricing Submission (B, 1, c) Plan for Providing Services (B, 2) Table of Contents General Approach (B, 2, a) Warehouse Information (B, 2, b) Virginia Coverage (B, 2, c) Inventory (B, 2, d) Order Placement (B, 2, e) Delivery (B, 2, f) Eco-Friendly Products (B, 2, g) Invoicing (B, 2, h) Returns (B, 2, i) Training (B, 2, j) Samples (B, 2, k) Reporting (B, 2, I) Dispensers (B, 2, m) Container Labeling, MSDS, Etc. (B, 2, n) Breaking Cases and Selling Single Units (B, 2, o) Qualifications & Experience (B, 3) SWAM (B, 4) Appendix A -Invoicing Samples (B, 2, h) Samples of Sales Orders, Delivery Tickets, and Invoices Appendix B- Reporting Samples (B, 2, I)

39 RFP GENERAL INFORMATION FORM 1. OUESTI0NS: All inquiries for infonnation regarding this solicitation should.b~directed tp;ttisha Wilson, P.hQ~e; (540) 2.3:1 oj402;.e-mall: 2. DUE DATE; Sealed Proposals will be received until May IS, 2014 at3:00 P-M. Failureto s11bmit proj>osals to the corr-ect-location by the designated date and hour will result in disqualification. 3. ADDRESS: Proposals should be mailed or hana delivered to: Virginia Pt)lytechni'c_Imtitute And St,ate.i.J.iiivcrsiiy.(Vitgmi~~'l);ch}i-Procuremen). Department (MC 0333) North End Center, Suite 2100, VIrginia Tech, JOO -nim~ Street NW, '&.iacksbutg.. Vi;ginla 240~1. Refetence the Opening Dale and Hour, and RFP Number in the lower left comer of the re.tum envelo_pe or package. 4. PRE-PROPOSAL CONFERENCE: See Section IX. for infonnation-re-garding a pre,proposal conference. 5. TY~E-OF BUSI~ESS; (P!ease check ~II applica. b~e cl.~ssificatio']lyo\l~~las~if!~tj<m is.certiped b~ ~~~-~~ni_!i Depawnent. of.minority Busmess Enterpnse, provide YQI!T certrficabon number._fil(,(,.. For c:ertificaltoit asststancc:.:please.v)stt: va.us/swamcert.htrnl Large,/ Small business ~ An independently OWI_led.ancj.Opc:Ijlted'l:>I!Siness.which,. togeiher with ilfij!lat~. hi$ ;25.0,or 'ftv(er :empiqy. es-.or..avc[a;ge annual gross receipts of S1 0 millipn Of l~s-ttv«:raged.over.lft6-prt\'ious:th~ years. Dejlattm_ertt of.miiiqnt;y;lf~i{t~s~teftfri.~.q?mbe) certified women-'owned -and minonty,.owned-business. ~all!11so!)~ co~idereq.l!inlill.business whcn-:.tlic;y.ll~lle: ~ei;zeii 'PM.B.E small business certification. Women-owned business - A business concern that is at least 51% owned by one or more WOJDCI)' who arc U: S. citizens or-legal resident aliens, or in the case of a corporation, pattne.rship, or limi(ed liability company or Qtherc.entity, at'least 51 o/o -of the eql.!ity -Qwn~p int_!:resl is owned by one or more women wha arecitizens.of the Uniteq Stat~- or non-citizens who :are in :full compll:~nce,'liih:.the'uruted- ~iates immigration law, and both the management and. daily business o,perations -art;: 'cojilrouc<~ by one or more 'v.omerl \vlio. are ij, S,. cit~cils.or legal resident aliens. Minority-owned business - A business coocem.thal is ai.leas~ 51% o)vned by. one or. morc minoricy in~!:vicfuals. {'s.ee, Section !, Code of Virginia) or in the case ofa corporatiol}. partnership,. ot'jimjtcd ~iilbilizy c~mpaf!y or. -ot~er.entit}!,. at.leas.t ~]%. otihe ~l.lity ownership interest in the corporation, pmtnership, or lliru.ted: ll~bility:!=omp~y.or:o~hei;>entltyis own~<fby: dnc;pr ni9rc;;nnnpnty-iitdividuals and both the management-and daily-business l}p~ations are ~pnirolt (!;by oneor. more tilitiont)"iiidiyiduals. 6. COMPANY INF0RMATIONISIGNATU,_R:E:. Jn g!ji_pliancc: \yitli 1b,is. ~equ~:fi'qr }lro,rpsat:&.ilijjo ~lp,tl!e ~ew:ijtlcprs-;ip~jios.~ 'tl}~ijt 811d' hereby incorporated by reference, tht UrtdetSigne9 Offers and.agrees,to' fumi'sh the ser-vic~ in a'i:co)'ili!ili;e.!wilh 1he ~ita!:h«l:signed -propqsal 'BJld as rnutualt a eed.u n'b subs u.ent ne <ithition. PULL LEGAL NAME (PRINT) (C'o~ny nt~me u it :~ppcars with your fcdccal Tai.pl}'-T Number) fejy}s BUSINESS NAMEf.DBAN MElrA NAME FEDERAL TAXPAY ERNI:JMBER. (tfdif{c:ta~lllw\'io. abo\'c) (lfdilfacm th:!d lhcfuu!.q:al N;uuc) BILLING NAME f~deraltaxfaye~~ber 1CWUJ~DY name as il appeal's" on }'OUr i.q\'oit'c.) (t(difton:o!oihjll Whbo~! PI:JRCHASE ORDER ADORE $.J.. ~75' 'P~rk 61 ree-f C/hr/SJ-1"A11stJut' Jlf) ;JY!)73. CONTACT NAME/TITLE (PRJNT) J"khl:t, ''Pefe ADDRESS 2

40 Pricing A. Summary and Explanation Page 6, B.l.a: {(Summarize the Offeror's proposed pricing policy, including commodities or supplies, discounts offered, types of price lists or catalogs to be used. Explain how prices will be conveyed to departments through the use of price lists, catalogs, etc. Describe the plan on how the contractor(s) will price items to Virginia Tech." All contract items may currently be found in Hokie Mart. In addition 550 items commonly purchased by the departments are in Hokie Mart. We have completed a price schedule based on the High Volume list provided in the RFP # Our entire catalog with pictures and pricing is available online at our website Special pricing is already reflective on items the University has purchased in the past. Virginia Tech will be given a minimum of 20% off any published manufacturer's list price. Pricing files will be updated as new items are added. Hard and digital copies of the catalog are available as requested. B. Plan for Price Changes: Page 6, B.l.b: "Offeror's plan for conveying price changes if Virginia Tech elects to renew the contract-!1-(as- provided for in Section II. Contract Period.) Sanico would guarantee pricing of the first year. After the first year with the exception of paper, liners and gloves pricing for contract items would increase no more than three percent. The price increase for paper, liners and gloves would not exceed the documented increases as supported by three suppliers. Sanico would communicate in writing any price increases to the university with a minimum of 30 days notice previous to each renewal option with documentation of actual cost or price increases from our vendors. If there is no such increase in cost of operation or price increase, then Sanico will pass no increase on the Virginia Tech. Sanico agrees to pass appropriate price decreases on to the university or recommend lower cost alternatives as they are available. C. Pricing Page 6, 8.1.c: {(Submit best pricing for high volume items is attachment C. Prices should be listed by case and per unit as applicable. Sanico is submitting best pricing on the following two pages. All items match the brand and the specs given. Of the 51 items listed Virginia Tech pricing is unchanged from the current contract on 38% items. Due to increased volume and the loyalty of the university we have been able to negotiate better pricing from our vendors. This allows Sanico to offer lower prices on 34% of the items. Among the products remaining unchanged or decreasing in cost are all of the paper currently sold and all but one of the liners and hand soaps. 3

41 ' ATTACHMENT C ESTIMATED HI Gil VOLu;ME ANNUAL PRODUCT USAGI<: --. lng. PHYSICAL P LANt. SCA Hig~ Volume"ltems Line Estimated Brand Brand Pack/Unit Bid # PRODUCTS Pack Size UsagE,: 'Name ID Cost 1 scqrt surpass IPLY TOILltrPAPER. sott210ct 1111.cs Sc()tr 05JIJ~. 'ifo/i~j/)&t I) {p.01 t-.s 2 OPTlCORETOILETTISSUE 36/CS 60 CS () 0 -JiCNe fj,jtjq{) 1'3~/Jft,.(t,.l'.":l1,g.~ t:.s 3 ECOSOFT2PLYTOJLET'T1SSUE 'SNGLRL 9.6/CS 25 CS f<:.t> S,ff f.itj&f~ fti/~;.ij()c:-t -'J&f.gt.j ~ 4 ECOS<)FT 2PLY TOlLT TISS,UETfUU~BO 12/CS 216 CS l'lf~~rye- I ao'f J:i/JI()() t-r jij,:j5 C..S, 5 BA:YWEST tply JR,T sr TOWEL 6t4ooo" s5o cs 1 [Gp sdf't' "/bolo ~~ '1PtrJir :18 3tf t:~, 6 ECOSOFTROLLTO~LNAT 6/630' CS.~ s~fr 3/5()0 t,}~j3f)f1 ~&J.JS' C4 ' 7 ECOSOFTMULTIFOLDTOWELNATDRAL 200cV:ZQpl</cs 246 CS ~ s~flr 1/ttJfJD ~$'D,;I-}/1#nlrlu J1.3tf ~.S 8 ECoSoFTSINGLEFOLDTOWEL"NA:TliRAt 268ctll5.pklcs 2451 cs: UP SDPr 1415()0 ~sp~tlu.ljd Ji.~t./ &S 9 ECOSOFTMULTIFOLDTOWELWHIT 20.0ct/20/pk/cs 76 CS ~ s~fr J./fS()() ;JSP~+/Jt.D!IM 'Jd Od. ~~ l O MEGA HARD ROLL TOWEL I OQO' 12/C 3 2 CS s~ off (1 /()00 IJlt>O' ~~~ '--" {pi{, Of) t.s 11 BAYWESTROLLPAPER row.er,s:t-ratur.l 600' 279o cs [~ SDit l"::?) 3 otj i()o'/t,e.s.~.oo t"j 12 LATEXDISPOSABLEGLOVESMA:LL 10.0/BX 24SI BX flmer~te- qqq-} /()() hfijf '3 /if b ~ 13 LAtEXDISPOSABLEOLOV:ESMEPIUM 100/BX BX IJ~er~te.- t:jqtf-~ )/)0 ). 1 y 3.J '1 J.bv 14 LATEX DISPOSABLE GLOVE LARGE 100/BX 4520 BX WJt:-f'Mrt.; tlljlf... 3 J/)b,k~y g. jtj JJ 4 y 15 LATEX DISPOSABLE GLOVE XLAROE 100/ BX 804- BX htnet"uu~ 'qtj'f-l{ JJ)b ). 1'f 3. Jtf J..~JYJ 16 POWDERFREELATEXGLO'vESSMALL 100/BX 1074 BX ff.'m«cai'~ t/jcj-1 }6_() hl'l l-{.2!:/ ),,y 17 OLOVESLATEXMEDPOWDERFREE 100/BX 1930 BX f-l1j'jel"aat-t.; fotj'{-'j. JD() J 1 x i/.':)!1 1:, 1 ~ 18 GLOVES LATEX LARGE POWDER FREE. looibx 1415 BX h~iyit:#'cptr {,1'/ -.3 ]bo b~y L/ ~~ CPY 19. POWDERFREELATEXGLOVESXL loo/bx 10li BX tj~;oe.~~"'f/ lfl19- LJ j/)() bl't 4.:Jq b~'i 20 MEDiuM powder FREE NITruLE olove 1oot Bx - 1s3 Bx flmyu,. I:Joc;q.. a N/) JJ~",.:Jo k~y 21 POLY BAG 24X24 2MIL clr 50otcs 4oo cs O»~ec,e;. lta'i~vh l'l!j!j/,.j5 t:,},t:j ~ c.s 22 ROLL BAG 30"X37" 12MIC CLEAR 100/cs 158 cs Loi~Jn~"A 1 &. 8R3P.J111 ~[()oft-< at;.q 1./,.~ 23 43"X48"LLDPE1.5MILBLACK 100/cs 263 cs Omu.n QIW/ 3 t.{g,./ }/)0/~ d.o.t:)t, ts 24 44"X48" 2MILBLACKLRGROLLLINERS 100/CS 175 CS IJ.m-:~u~ [p~~ii!n.t- }/)1;/e,t; ;){p.j./3 U ~ 43"X47"LLDPE 1.5MILBLACK 100/ 100/cs 696 CS Om~a '8~3LJ'KH /Pi/tJ 'do 'f(, M 26 ROLLBAG30X3712MlC500/CS20/ 500/cs 113 CS C.,Jpn:~~ 8R3031U t)j~/u d0vql./ &c.s -z

42 = ROLL ~;JAG 40X48 16MIC 250/CS 10/ - 250/cs 13?5 cs v--6~11.'" l &;. ~ll!jmuj.., ;)S{)/u ;}_~. '/_lf_ c..r ROLL BAG 40"X48" 16 MIC 250/CS 114 CS IC.o/ptll~o/ s,:t:)8h'1p'/itf J!>7J/_I..s :;;;.1/tJ ~ ANTIMICROBIAL SOAP l2/800ml 201 cs ~r,j t.j~ Jf R~~ Ja/tiD,, J~ 4tJ.JJ Cf DAYCON PrNK LOTION SOAP li/800ml 37 ' cs &ani w~lt INJ.bt"UJAI }d/fi/j,i/~ ~tf.{d; Vf FOAMING HAND SOA:P 6/CS 440 cs SID/r() l :ltff3~ fo '-. fp.iflttv~. (po..?j : ULTRAGREEN ANTIBACTERIAl. OEL Slt/cs 43 cs IJ)eh us IJ - 11SJa7 ~It- Its.5"()-1{/) c..s. TERRY CLOTH WIPER:S 25LBBOX 45 cs 3:}. IAn~JJ,, w,d,.~!do -~u,w :J ~ JSJJ, b~ ~ 7'1 u ' 34 #11 SANIBAG 7 l/2' W X 10 HX 3 D' 500/cs 86 cs IJ.ItJ, v >~J'lP..-&0 77JMi&u. /}{){)/~ J(/./1/ ~s 35 AEROGREEN PK8 59 cs I~U5/l 51~6() g.. Jllers/~ SS.7S cs 36 GALLON SANIBET 1 gal 204 EA lbjt"# ~nilttji 3()SIJ4/ &t:.//l-'1 11.3a e4 COMET: CLEANSER ozl ca~e ' 37 1I28 EA CtJtr~e-f 3atta1 i:j~ ~J._.k,~ _bstj ~ 38 COM~ LIQUID CLEANSER 9/320Z 49 cs Co~t~e-1" 53~35 q/:g:; D"'b I~ l.f3.[,j ~ 39 TILEX SOAP SCUM REMOVER 9/32 oz 43 cs ln.bl( 3:'f/r.,/) 'I 'li11jj '1: J'u /.11./. (p1_ 6.$ 40 TILEX INSTANT MILDEW REMOVffi 9qt/cs 81 cs J; Jey 35/,0P f.jat' 1 C.S Lf'{_ (, 7 e:..f 41 WET TASK HYDRO KNIT 6160 CT 35 cs Wei Ta.sk ()(,~/ ~~ ~Oe'f Ia '-10 {)/) t.s 42 ACibE SANICIDE DISIN/DEOD 400Z 570 EA Ot:.l!el~n'~ lsfnz-~.z:~ J0Q"0 'c., _a.t,ij eet 43 CREW RESTROOM /FLOOR SURF ACE NA 4/lgal 30 cs IDlver~il~~~ 0lf1.31 '7/6,4/ki~J )53/XJ I'~ 44 DA YCON LOW ACID BOWL CLNR 12/32 Oz 660 EA ~&l~&t. fi1:jj~ J:J ~.,.lis dr01 &J 45 FfGHT BAC RTU 12QTS/CS 35 cs ~h'~m&: J:J t~ I::.,. 3Jdtl u 46 GREEN EARTH PEROXIDE CLEANER 4/lgal 394 cs 'Beru lr~e.. ~!.'?.1 t.pl/ l/ r, ~""'# l~j l./1 ~ 47 QUAT-STAT 2L'r 747 EA IBeJeo aklot.51. r'3 "'olfi' ~ 'It!eAU. J.A..,t;'O ~ 48 G-FORCE SUPER STRIPPER l.sgal 170 EA I1J4 v,.oa (;,"Fr;~ (;,'FfJ/IGJ ~ ~L } {,~//,11 ~ I(.). {JLL/7 eq 49 EXPRESS FLOOR FINISH, 5 GALLON 172 EA Bet~!- ~.Dr#IIJ (,t>"""s()s.'i QQ "'" Pc; l'l lf!l e.q DOODLEBUG SCRUB PAD BLUE 20/cs 153 PK 1r~ml~r ~.21./2.6'~'Jak 7 Off oj: 51 3MHI-PRODUCT1VlTY STRIP PAD 11 5/cs 28 cs 3m 0~1S' 6 11!..5 1 ~lo-k~ ~ Ul

43 - Plan for Providing Services A. General Approach Page 6, B.2.a. "Explanation of Offerors general approach to providing services. II Virginia Tech has been an integral part of the success of Sanico since During the last 10 years in which we have had the privilege of being a Hokie Mart supplier we have continued to identify needs, solve problems and bring innovations to the university. It is our goal to improve, better understand and anticipate the future cleaning challenges at Virginia Tech. In order to accomplish this goal Sanico will strive to be proactive. Last year Virginia Tech participated in a national survey conducted by Prolink of which Sanico is a member. There was 771 participates who identified the top expectations of janitorial suppliers. The top three were: 1. Accurate deliveries with few backorders 2. Quick response to questions and concerns 3. Willingness to go the extra mile to solve problems Our commitment to Virginia Tech is to continue to make these our top three priorities, continue to identify the university's priorities and build our program accordingly. This is our "Approach to Providing Services". Sanico's warehouse is close, we currently deliver five days per week, run emergency deliveries the same day. We have provided value added services including: Two GHS(Giobal Harmonization System) training classes on the new OSHA regulations (2013) Three seminars last year conducted by key professional from national organizations Annual product introduction/training seminars Assistance in location cleaning personnel and contractors Loaning of equipment during break downs or key clean up needs (10 last year) Provided 1,344 dispensers in the past contract year at no charge B. Warehouse Information Page 6, B.2.b: "Location and description of the warehouse(s) that would be used to service the contract. II Sanico's warehouse, located at 875 Park Street, Christiansburg, Virginia is a 40,000 square foot distribution center servicing Southwester Virginia, Eastern Tennessee, and West Virginia. 6

44 C. Virginia Coverage Page 6, B.2.c: "Listing of all Virginia counties/regions that offeror is willing to service." Sanico can service all counties and regions in Virginia by utilizing our personal delivery trucks, United Parcel Service, or various freight lines. D. Inventory: Page 6, B.2.d: "Describe the Offeror's inventory in terms of volume, quality, brands and variety of items." Sanico's inventory volume is averages $500,000. We have the ability to provide a full line of janitorial supplies and hardware items. This would include paper goods, cleaners, manual equipment, trash can liners, floor care products and miscellaneous specialty items (i.e. body spill kits/components, sharps containers, etc}. We represent such prominent companies as Kimberly Clark, 3M, Impact, Rubbermaid, Bay West, Nobles, Pro-Team, Claire, SCA, Sanifresh, Wilen, Unger, Windsor, Minuteman, Buckeye International, and Proctor & Gamble. In 2012 Sanico became member of the Prolink buying group which ga'le us ~ccess to over seventy different suppliers as well as a network of over 100 other distributors from across the country. Sanico currently has 1,364 items with multiple items available as special order. We keep a two month inventory on hand to meet with the changing demand of Virginia Tech. We have vast experience in inventory management systems and would share such knowledge as appropriate to the various departments within the university for their use. Sanico invested in a modern computer system 2 years ago. The DDI program purchased is industry specific. It provides better inventory management and order tracking. DDI is an industry leader recognized by the ISSA (International Sanitary Supply Association), the most recognized cleaning association in the world. Our current year to date fill rate for stock items is 99%. In the event of a backorder, we will notify the appropriate department immediately and recommend a suitable substitute item or date for availability. E. Order Placement Page 7, B.2.e: "Describe the Offeror's ability to interface with the Virginia Tech HokieMart electronic purchasing system." Sanico is already a member of the Hokie Mart electronic purchasing system. We are familiar with the system and have worked within the system since it was introduced. This is the way we currently receive 95% of orders placed by Virginia Tech. As an added convenience Sanico will accept orders over the phone and we do have online ordering through our website and online catalog. 7

45 : F. Delivery: Page 7, B.2.f: "Describe the proposed delivery plan, lead times and proposed delivery times. Include your willingness to deliver emergency shipments." Sanico delivers to Blacksburg five days per week. We routinely deliver rush orders the same day often within a few hours. Sanico utilizes short trucks and mobile carts to deliver and unload all supplies to any inside or outside location as desired by Virginia Tech throughout the campus. We deliver to over 225 locations on campus including delivery to the each of the 30 different storage areas for the Residential Facilities. In addition to the campus deliveries we ship product to Blackstone and across the Chesapeake Bay to the Eastern Shore AREC in Painter Virginia. There are no additional delivery fees for deliveries made to any of these locations and there is no minimum order fee. Sanico is responsible for transportation of all items delivered on this contract. When possible, individual orders will be packaged for security and to prevent exposure to outside elements Sanico agrees to adhere to the normal business hours of the university (8:00 am to 5:00 pm., Monday through Friday) and the holidays observed by the university, unless we agree to other arrangements with the university. Should the need arrive we are available outside the normal business hours. We will continue to make arrangements for the Physical Plant deliveries between the hours of 5:00 am to 1:30 pm. Sanico agrees to allow for a Virginia Tech employee to accompany our driver during deliveries to Residential, Dining and Physical Plant in order to unlock stockrooms. Sanico understands and agrees that Virginia Tech reserves the right to cancel any item not delivered within the specified delivery time and obtain the item from another vendor ~ Sanico will use only single axle trucks for delivery on camp.us. bur proximity to the campus and our access to smaller step vans would help us optimize the difficult delivery areas on campus and we would use them when appropriate. 8

46 G. Ec.o-Friendly Products: Page 7, B.2.g: "Identify which products are certified as eco-friendly products and describe the vendor's eco-friendly program." Sanico has made it a top priority to offer eco-friendly products within each line of product that we carry. Sanico is active in Green training and familiar with GS-37, and LEED Building Certification. Pete Price the president of Sanico has received CIMS (Cleaning Industry Management Standard) Green Building certification. The following products are certified Green items. Ecosoft Paper Products Betco Green Earth Peroxide Cleaner Buckeye Eco Chemicals Deb/SBS Aeroblue Hand Wash Vondrehle Paper Products Daycon GS-37 Chemicals Brulin Terragreen Chemicals Kaivac Kaiblooey Restroom Cleaner Currently with the exception of roll towels at the dining halls all of the paper we sell Virginia Tech is Green Seal Certified. The natural roll towels sold to dining has a 100% recycled content. All of our low density trash liners are manufactured with a 60-80% recycled content which meets or exceeds the all Federal guidelines for "Post Consumer Content". Sanico has recently begun stocking 100% degradable liners in our warehouse. Our Prolink floor pads are 11 Full Cycle" which means not only are they made of recycled content but once they have "Enhanced Biodegradation" which will reduce landfill waste. We also stock floor mats made from recycled tires. Sanico has sold environmentally friendly LEEDS certified equipment to the university. Sanico is currently exploring a new chemical system that produces a disinfectant, glass, and all-purpose cleaner with just water and minerals. Sanico is in very close proximity to the Virginia Tech campus reducing our I/ carbon footprint" during our daily business activities. We make every effort to buy locally reducing fuel and transportation costs. Liners, paper and hand soap have been purchased from Kentucky and North Carolina. Our floor pads and mats ship out of Georgia. We utilize a master supplier who ships from warehouses in Charlotte and Raleigh North Carolina. 9

47 H. Invoicing: Page 7, B.2.h: "Describe Offeror's invoicing procedure including sample copies of sales tickets, delivery tickets, invoices and other related documentation." Sanico has the ability to invoice in multiple fashions based on the university's preference. We can do the following: Standard Invoicing: Batch invoicing: Invoices are generated after a delivery is received and signed for and mailed to the university. All invoices will have a distinct, vendor assigned numbers for easy identification. (Please see Appendix A for invoice, sales order, and delivery ticket examples.) Invoices are generated, retained and batch mailed to the university on a monthly basis. Invoices can be separated by location, division (Residential Dining, Physical Plant, etc.). Electronic Invoicing: Invoices can be electronically compiled and e mailed individually or batched. Sanico retains all signature delivery tickets if needed for reference. I. Returns: Page 7, B.2.i: "Describe Offeror's return policy procedures detailing vendor notification, method of return, restocking fees, etc. Explain how credits will be handled." There will be no restocking charge for any stocking items returned to Sanico. In the event of a return, the university should notify Sanico through standard means (phone, fax or ) of the need for a pick up. Sanico will pick up the item(s) and a credit will be issued. A credit memo will be created and sent to the university. That credit can be applied to future payments as noted by the university. All credit balances will be reflected on the monthly statements provided to the university. In the event of the return of a non-stocking or "special order", the university will be charged the standard restocking fee charged to Sanico by that vendor. 10

48 J. Training: Page 7, B.2.j: "Statement of your willingness to proved training as needed to Virginia Tech." Sanico takes great pride in the training we can offer. In the past year we utilized industry experts from across the nation to hold four different training seminars involving equipment usage and training on the new OSHA regulations. We have also completed equipment installation and training on new equipment purchased by the university. A summary of the training provided in the past year may be found under our General Approach (page 6}. K. Samples: Page 7, B.2.k: "Statement of your willingness to provide sample products for testing to Virginia Tech." Sanico would continue to provide samples for any designated item offered to the University for Consideration. All samples are a true representative sample of the actual material offered for sale. All samples are properly labeled or tagged with the name of the manufacturer and Sanico's name. A MSDS/SDS will be sent with all chemical samples. Bid samples, if needed, will be provided at no charge to Virginia Tech. It is our desire to provide products that the university deems acceptable and will work diligently with the university to provide such samples. l. Reporting: Page 7, B.2.1: "Describe and provide samples of reports that would be available to Virginia Tech (i.e. usage reports, annual sales by location, minority and women owned subcontracting figures, etc.)" Sanico has fulfilled every report request during the past five years. This includes reports broken down by individual dining halls and combined usage for all dining. halls.. Sanico_has also provided ~epp[ts _q.f."green products", dollar amounts spent on repairing equipment as well as documentatio-~ - ofv.fith - pictures ()fmad1-ines-fraded as equipment is updated. (See Appendix B, for usage report samples.) Usage reports may be requested and received by mail, fax or electronically via e mail. These report may also be sent in an excel worksheet that enables university personnel to readily manipulate and sort the information to meet their needs. 11

49 M. Dispensers: Page 7, B.2.m: "Describe ability to provide dispensers for paper products, chemicals, etc." Sanico has provided 1,344 different dispensers in the past contract year. Sanico will continue provide necessary new and replacement dispenser to Virginia Tech at no charge based on reasonable annual product usage. These dispensers include paper, hand soap and chemical dilution control systems. It was suggested the academic building replace folded towel dispensers with roll towels. New dispensers were provided by Sanico at no charge to the university which resulted in a paper cost savings of almost $8,000 in 2013 as opposed to Labor savings also resulted due to a decrease in the number of times the dispensers needed to be refilled. We will continue to explore innovative new and replacement dispensers to reduce waste and time. N. Container Labeling, MSDS, Etc.: Page 7, B.2.n: "Explanation of how the Offeror plans to meet chemical container labeling and material safety data sheet regulations. Currently the MSDS is changing. Explain how the Offeror plans update Virginia Tech as these changes are implemented" All chemical products supplied by Sanico meet OSHA requirements for proper container labeling. In addition, Sanico will continue supply the necessary OSHA approved secondary container labels for all cleaning chemicals at no charge. Sanko will provide MSDS/SDS (Material Safety Data Sheet/Safety Data Sheet) for all chemicals to be used by Virginia Tech. Sanico has taken a proactive role in updating Virginia Tech in regards to the new Global Harmonized System (GHS) for Hazard Classification and Labeling of Chemical as mandated by OSHA. Through our partnership with Prolink Sanico held 2 training sessions on campus to help the university meet the December 2013 deadline for employee training. These sessions were open to all the departments and training materials were provided. Tnis is an ongoing conversion-pro-cess that once it is complete will provide uniformity among the different chemical suppliers and simplification for the end user. We are aware of the deadlines will update labels and Safety Data Sheets as they become available at no cost to the University. Will also provide the Prolink Hazard Communication Power Point Presentation at no charge upon request. 12 -

50 0. Breaking Cases and Selling Single Units: Page 7, B.2.o: "Statement of Offero~s willingness to break cases and sell single units." Sanico will gladly break cases of product and sell single units when requested. 13

51 Qualifications & Experience Sanico Qualifications & Experience: Page 7, 8.3: "List the qualifications and experience of the Offeror in providing the goods described herein." Company Name: Solutions Systems, Inc. Dba Sanico Address: Date of Incorporation: 875 Park Street Christiansburg, VA State of Incorporation: Virginia Types of services provided: Central warehouse, distribution, customer service department, marketing, training, sales office, consulting/strategic planning, maintenance and repair, and pick-up convenience at office/warehouse. Number of years providing janitorial supplies at this location: 40 Number of years in business under present name: 40 Type of Organization: Small Business Name of Principal and Title: Julian H. Price, President/Owner Personnel Qualifications and Experience: Sanico personnel have a total of over 75 years' experience in janitorial and supply distribution. 14

52 Sanico Qualifications & Experience (cont'd): Page 7, B.3: "List the qualifications and experience of the Offeror in providing the goods described herein." The following are key personnet which would be involved at Virginia Tech, additional information on each individual is available upon request: Julian "Pete" Price Virginia Tech Class of 1974 Owner/President Wanda Hale Operations Manager 27 Years Customer Service & Distribution Experience Darlene Rosenbaum Virginia Tech Class of 2002 Accounting/Hokie Mart Support Jay Phillips Equipment Specialist 15 years Janitorial & Maintenance Experience Dewayne Shelton New River Community College University of Kansas Eleanor Inman Virginia Tech Class of 2001 Mike Spencer 15 Years Delivery Experience Sales/Tech Support Sales Support Lead Driver 15

53 Small, Women-Owned and Minority-Owned Business (SWAM) Utilization Page 7, 8.4: "Describe your plan for utilizing small businesses and businesses owned by women and minorities if awarded a contract. Describe your ability to provide statistical reporting on actual SWAM subcontracting when requested. Specify if your business or the business or businesses that you plan to subcontract with are certified by the Department of Minority Business Enterprise. 11 "If your business can not be classified as SWAM, describe you plan for utilizing SWAM subcontractors if awarded a contract. Describe your ability to provide reporting on SWAM subcontracting spend when requested. If your firm or any business that you plan to subcontract with can be classified as Swam, but has not been certified by the Virginia Department of Minority Business Enterprise (DMBE), it is expected the certification process will be initiated no later than the time of the award. If you firm is currently certified, you agree to maintain your certification for the life of the contract. For assistance with SWAM certification, visit the DMBE website at virginia.gov. 11 Sanico currently utilizes locally owned small businesses whenever possible. These expenditures for the past year include: Professional Fees $12, yearly Accounting & Computer Support Fuel $30, yearly Computer Hardware $10, yearly Building Repairs & Maintenance $12, yearly Local Truck & Van Purchases $160, contract period This is the entire contract period with Virginia Tech Sanico does not currently subcontract any part of our business. If we find the need for this in the future, we will utilize the services of SWAM businesses if feasible and report all information that is requested. Solution Systems Dba Sanico is a certified SWAM vendor. We were participants of the SWAM vendor show held at The Inn in Our SWAM. Certification # is : 16

54 ..' -.,.. '._.. Appendix A 17

55 s 8 T,. 0 TEL: FA..\: VPI & SU Housekeeping Housing Accounts Payable North End Center Suite Turner Street NW Mail Code Blacksburg VA PARK STREET CHRISTIANSBURG, VA s H T I 0 p JJJ!ll!llllt Rei SALESORi 16:07 05/12/14 17 : 01 05/09/14 Page 1/1 BR/WHSE 'OSBR RBP: 01/01 EI VPI & SU Student Services ATT: Kim New Hall West Blacksburg VA Tel Fax Tel Attn ORDER CUSTOMER CUSTOMER P/0 TERMS TAX DATE 05/ 09/ 14 NUMBER NUMBER P CODE Net 30 CODE 03/0.000% SHIP VIA SALES PERSON VA Tech Accounts JOB ID/NAME LN# Q-ORD Q-PCK Q-B/0 Q-SHP B-LOC PRODUCT UOM UNIT-PRICE 1) 5 ***** Special Instructions ***** * DELIVER ON TUESDAYS ONLY * *~************************** *** -~'5;. ~: 3 B4348H B4348H 43x47 Black Trash Can Liner, 100/cs $ ) ) cs Deb/SBS Blue Foaming ~ / d.i Hand & Bo d y So g,~ f'ocf S'" es. ''"k ~ (f.j;; 1 ffil ~ w cs Germstar Maxi-Pack Original Hand Sanitizer, 6x32 oz. cartridges/cs $ $ Order Total )1 df t ~ j;ti Ill'~ r.'e~ t "~ TOT: Received in Good Condition: X: Ship Date Volume Weight - Pieces - Pallet - Pkgs -- Ctns Lnth Picked by_ Packed by_ Checked by _ Loaded by _

56 .. ant co TEL: fij FAX: Shipment Confir.mc ~ ~!! Vi'WW.sauicosolutiom.com 875 PARK STREET CHRISTLI\NSBURG, VA s VPI & SU Housekeeping Housing s 0 T Accounts Payable H T L 0 North End Center Suite 3300 I 0 D 300 Turner Street NW Mail Code P,Blacksburg VA :48 05/06/ 08:38 05/05/ /01 EI Page 1, Order # 8/0 Rel BR/WBSB USER R VPI & SU Student Services ATT: Donna Lee Hall Blacksburg VA Tel Fax Tel Attn., ORDER CpSTOMER CUSTOMER P/0 TERMS DATE NUMBER NUMBER CODE 05/05! P Net 30 TAX CODE 03/0.000% SHIP VIA Tic KW/002 SALES PERSON VA Tech Accounts JOB ID/N~ LN# Q-ORD Q-SHP Q-B/0 PRODUCT UOM UNIT-PRICE DISC% EXTENSION.. 1) c: 6 ***** Special Instructions ***** * DELIVER ON TUESDAYS ONLY * ********************************** cs $ Blue Mist 1-Ply Toilet Tissue, 96/1000 sheet 2) ~ ~ (31300) cs $ (31300) Natural Proprietary Roll Towel, aoo jroll, 6/cs 3) ~ cs $ Deb/SBS Blue Foaming Hand & Body Soap, 8 Liters/ Order Total.. 95 '! TOT:!20 20 Ship Date 05/07/14 Volume Picked by RL Weight -- Pieces -- Packed by _ Pallet-- Pkgs -- Checked by PP Ctns Lnth Loaded by _ 19

57 .. TEL: FAX: INVOJ Sold To 875 PARK STREET CHRISTli\NSBURG, VA VPI & su Housekeeping Housing Accounts Payable North End Center Suite Turner Street NW Mail Code 0 12 Blacksburg VA Ship To VPI & SU Student Services ATT: Donna Lee Hall Blacksburg VA Archive Copy Pay By 06/07/2014 Merchandise Freight Mise Charges Sub Total Taxable Tax C03> TOTAL $958. :

58 Appendix B 21

59 I I ' Usage Report i Squire's Food Court I I July 1, June 30, [---- ' I Product# ProdDesc UM QtyShp UnitPrice Extension ' i88012-n 88012~N Vondrehle Preserve cs , ! Germstar Maxi-Pack cs ~ ~ ~ J~ OTIS?N GJLOTION {BWK 8100) Pink cs ! YELLOW YELLOW Wet Floor EA f- - j SODEB Aerogreen Foaming cs r DubiSoft White Premium cs A 932A Large Angle Broom EA Lobby Dust Pan EA i Piy Toilet Tissue, cs Lysol Foaming cs T 5704 Trigger Sprayer for 32 EA RBLSSSAX RBLSSSAX 44"x55" Black Trash cs Blue Mist 1-Piy Toilet cs P56-ROLL PSG-ROLL 44x48 Heavy cs VALH4348N16 VALH4348N16 43x48 Clear Trash cs _H_~_550 _LH_M2~L_ HM550 (HM22) 22" Moss Heavy EA _ ~ ~~~ 32 oz. Plastic Bottle EA ~] ~ All Angle Blue & White EA A15011 A15011 Lemon cs Toilet Bowl Brush EA MT412 MT412 60" Threaded Metal Tip EA Vondrehle Double Roll EA Total 4,

60 ' Owens Din t 23

61 ' 24

62 ,.. Usage Report West End Market r--- July 1, June 30, Product# ProdOesc UM QtyShp UnitPrice Extension Easy Off Non-Caustic cs Betco Bol Maid 9% HCI cs Betco ph7 Neutral cs Betco Speedex RTU Heavy cs Brulin Quat IV cs Terragreen Blue cs Terragreen Neutral cs Terra Green cs CLX 35417CLX Clorox Clean-Up w/ cs Buckeye Blue cs Buckeye Straight Up cs BRILLO BRILLO Brillo Steel Wool Soap BX SANI-ZYME QUART SANI-ZYME QUART Enzymatic EA WDS10MG WDSlOMG-BOX EcoFresh Wave BX DP10 Door Pod Dispenser EA DPR10 Santa Barbara Sea Breeze EA KRYNUS KRYNUS Non Para Urinal Screen BX pp 10 PeePod Urinal Cleaner and EA R50 Fan Pod Refill -- Sweetest Pea EA Bobrick Tissue EA A 932A Large Angle Broom EA MT412 MT412 60" Threaded Metal Tip EA Q412 Q412 Rubbermaid 18" EA Q560 Q560 18" Wet/Dry Microfiber EA Q760 Q760 Rubbermaid Adjustable EA Instant Replay EA LARGE 1200LARGE Chameleon Powder cs Deb/SBS Epi San w/ cs Germstar Maxi-Pack cs , ' Deb/SBS Instant Foaming cs Germstar Original cs Technical Concepts cs , GJLOTION GJLOTION (BWK 8100) Pink cs , IFS400ML IFS400ML Deb/SBS Instant Foam cs NA50 NA50 Natural Alternative Ice EA Blue Mist 1-Piy Toilet cs Vondrehle 1-Piy JRT cs ~ 480 (48000) 480 (48000) Natural Multifold cs , W 545-W Vondrehle White cs r N N Vondrehle Preserve cs , ~ ~ _3 Vacuum Bags, Versamatic PKG B4348H B4348H 43x47 Black Trash cs , LABOR Labor/Service/Repair of HR ,812.08

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS Delivery Method: Prequalification for Design-Bid-Build Contracts Issue Date: November 17, 2017 Project Name: SWaM 18-20 Pre-qualified Contractors Term Project Code: SWaM-18-20 Commodity/Service: Construction

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS Issue Date: August 11, 2013 Title: Issuing Agency & Address Location of Work: RFQ#: SWaM-2013-15 Pre-Qualified Contractors Term Small, Women, and Minority Owned (SWaM) Contractors for Renovation, Replacement

More information

Invitation for Bid - Standard Office Furniture / Task Chair

Invitation for Bid - Standard Office Furniture / Task Chair Invitation for Bid - Bid#2016-09-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement of goods and/or trade services as described

More information

Town of Saugeen Shores Department of Community Services

Town of Saugeen Shores Department of Community Services Town of Saugeen Shores Department of Community Services TENDER- Supply and Delivery of Janitorial/ Maintenance Supplies (Reference No: 2015.6760.4710) Purpose: The Town of Saugeen Shores invites companies

More information

Request for Proposal # For. Design, Install and Replacement of Fixed Seating for Athletics Department Facilities

Request for Proposal # For. Design, Install and Replacement of Fixed Seating for Athletics Department Facilities Request for Proposal #0041791 For Design, Install and Replacement of Fixed Seating for Athletics Department Facilities Date November 24, 2015 RFP 0041791 GENERAL INFORMATION FORM 1. QUESTIONS: All inquiries

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

More information

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014

REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES. Issue Date: April 30, Due Date: June 6, 2014 REQUEST FOR PROPOSALS: CEO COMPENSATION AND EVALUATION SERVICES Issue Date: April 30, 2014 Due Date: June 6, 2014 In order to be considered, proposals must be signed and returned via email to rwhitmore@wested.org

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 11, DUE DATE: December 28, 2017 REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: December 11, 2017 DUE DATE: December 28, 2017 Issued by: Rahway Parking Authority NOTE: In the event an interested

More information

REQUEST FOR PROPOSAL FOR HOUSEKEEPING SUPPLIES, CONSULTATION, AND RELATED SUPPORT SERVICES

REQUEST FOR PROPOSAL FOR HOUSEKEEPING SUPPLIES, CONSULTATION, AND RELATED SUPPORT SERVICES Kearney R-1 School District 1002 South Jefferson Kearney, Missouri 64060 REQUEST FOR PROPOSAL FOR HOUSEKEEPING SUPPLIES, CONSULTATION, AND RELATED SUPPORT SERVICES Reference No.: Title: Due Date/Time:

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: December 20, DUE DATE: January 11, 2019. NOTE: In the event an interested firm has downloaded these specifications from the TPA website, you are responsible for providing the TPA via email at Trentonparkingph@aol.com your contact information,

More information

INVITATION TO BID P. O. BOX E. CENTRAL AVENUE VALDOSTA, GEORGIA GREG BROWN, CPPB, CPPO PURCHASING AGENT

INVITATION TO BID P. O. BOX E. CENTRAL AVENUE VALDOSTA, GEORGIA GREG BROWN, CPPB, CPPO PURCHASING AGENT INVITATION TO BID PURCHASING DEPARTMENT P. O. BOX 1125 216 E. CENTRAL AVENUE VALDOSTA, GEORGIA 31601 BID #34-17-18 FOR: Janitorial Supplies Contract OPENING DATE: May 22,2018 TIME: 10:45 AM EST EST GREG

More information

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018

REQUEST FOR QUOTES (RFQ) # Horseback Riding Lessons Issue Date: May 1, 2018 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-38 Horseback Riding Lessons Issue Date: May 1, 2018 Project Name:

More information

Hobbs Municipal Schools P.O. Box 1030 Hobbs, New Mexico Invitation to Bid COMPANY SIGNATURE ADDRESS NAME (PRINT) TITLE TELEPHONE DATE

Hobbs Municipal Schools P.O. Box 1030 Hobbs, New Mexico Invitation to Bid COMPANY SIGNATURE ADDRESS NAME (PRINT) TITLE TELEPHONE DATE Hobbs Municipal Schools P.O. Box 1030 Hobbs, New Mexico 88241 Invitation to Bid SUBJECT: Custodial Services BID NUMBER: 1819 09 OPENING DATE: May 6, 2019 @ 10:00 am PLACE OF OPENING: Hobbs Municipal Schools

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017.

REQUEST FOR QUALIFICATIONS. FOR THE PROVISION OF LEGAL SERVICES General Counsel. ISSUE DATE: August 10, DUE DATE: August 23, 2017. REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF LEGAL SERVICES General Counsel ISSUE DATE: August 10, 2017 DUE DATE: August 23, 2017 Issued by: Trenton Parking Authority NOTE: In the event an interested

More information

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES

Quad Cities Chamber of Commerce. Request for Proposals for HUMAN RESOURCES MANAGED SERVICES Quad Cities Chamber of Commerce Request for Proposals for HUMAN RESOURCES MANAGED SERVICES Project Manager: Leslie Anderson, Vice President Finance landerson@quadcitieschamber.com 1601 River Dr., Suite

More information

October 25, 2018 RFP # REQUEST FOR PROPOSAL

October 25, 2018 RFP # REQUEST FOR PROPOSAL JEFFERSON COUNTY DEPARTMENT OF HEALTH 401 14 th Street South, Birmingham, AL 35233 (205) 930-1961/Fax (205) 930-1060 Hazel Collins Purchasing Agent October 25, 2018 RFP #19-10-03 REQUEST FOR PROPOSAL Sealed

More information

AGENDA March 26, :30 P.M. City Council Chambers

AGENDA March 26, :30 P.M. City Council Chambers 03-26-12 Committee of the Whole Meeting http://www.darien.il.us/government/minutes/2012/council/120326/age... 1 of 1 1/19/2015 9:26 PM AGENDA March 26, 2012 6:30 P.M. City Council Chambers 1. CALL TO ORDER

More information

New carrier setup checklist

New carrier setup checklist New carrier setup checklist Signed Contract Carrier Broker Contract with completed Addendum including flat rate agreed upon. Copy of Interstate Authority Certificate of Liability Insurance (CLI) with KCG

More information

SPECIFICATIONS JANITORIAL SERVICES

SPECIFICATIONS JANITORIAL SERVICES SPECIFICATIONS JANITORIAL SERVICES 1. TERM OF CONTRACT Contract shall exist for (12) months beginning on Notice to Proceed date. The Town reserves the right to extend this Agreement on an annual basis

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: CITY OF HOPKINSVILLE COMMERCIAL CLEANING MAINTENANCE

More information

Virginia Tech Contract #VTG Commodity/Service: Design, Install and Replacement of Fixed Seating

Virginia Tech Contract #VTG Commodity/Service: Design, Install and Replacement of Fixed Seating Wr-i? VIRGINIA VU TECH Procurement 300 Turner Street NW North End Center, Ste 2100 Blacksburg, Virginia 24061 P: (540) 23 1-6221 F: (540) 23 1-9628 www.procurement.vt.edu June 19, 2018 Irwin Seating Company

More information

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE U.S. Department of Transportation Federal Motor Carrier Safety Administration 400 7th Street SW Washington, DC 20590 SERVICE DATE February 08, 2007 LICENSE MC-587619-B CHOICE TRANSPORT, LLC COLUMBUS, NE

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS UTILITY BILLING SOFTWARE DUE DATE: NO LATER THAN 5:00 PM EASTERN TIME, MARCH 11, 2016 QUESTIONS: JESSICA MARTIN-LANE JESSICA@MARTIN-MCGILL.COM NOTE: THE COUNTY OF HARNETT RESERVES

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) DESIGN CONSULTANT FOR EXPANSION JOINT REPLACEMENT Small Business Reserve Procurement M&T BANK STADIUM MSA Project No. 19-021 ISSUE DATE: October

More information

a''.~~...-~,_,,-~d;;_:

a''.~~...-~,_,,-~d;;_: COMMONWE H CF VIRGINIA DARO CONTRACT ontract umber: VT '-424-2017 Th15 contract entered into thi~ 20th

More information

Request for Proposal Internet Access Columbus Urban League

Request for Proposal Internet Access Columbus Urban League Request for Proposal Internet Access Columbus Urban League 1 REQUEST FOR PROPOSAL Internet Access Columbus Urban League The Columbus Urban League invites vendors to submit proposals in accordance with

More information

STATE OF UTAH "BEST VALUE" COOPERATIVE CONTRACT CONTRACT NUMBER: MA338 Page 1 of 6

STATE OF UTAH BEST VALUE COOPERATIVE CONTRACT CONTRACT NUMBER: MA338 Page 1 of 6 STATE OF UTAH "BEST VALUE" COOPERATIVE CONTRACT CONTRACT NUMBER: MA338 Page 1 of 6 June 26 2015 Revision number: Purchasing Agent: Micah Richards Phone #: 801-538-3148 Email: micahrichards@utah.gov Item:

More information

SPECIFICATION NO. TxDOT * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS

SPECIFICATION NO. TxDOT * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS SPECIFICATION NO. TxDOT 961-30-16 * REVISED: AUGUST 2017 CRIMINAL BACKGROUND CHECKS PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification may

More information

Invitation to Bid CUSTODIAL SUPPLY

Invitation to Bid CUSTODIAL SUPPLY Invitation to Bid CUSTODIAL SUPPLY 2013-2014 Responses to an Invitation to Bid will be received by the Purchasing Coordinator, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for

More information

State of North Carolina Department of Health and Human Services

State of North Carolina Department of Health and Human Services State of North Carolina Department of Health and Human Services REQUEST FOR PROPOSAL (RFP) Addendum #6 Date: September 5, 2018 RFP Number: 30-180397 RFP Description: Independent Verification and Validation

More information

MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK

MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK MASSACHUSETTS STATE COLLEGE BUILDING AUTHORITY REQUEST FOR QUALIFICATIONS TRADE CONTRACTOR SERVICES PART I PROJECT INFORMATION AND DESCRIPTION OF WORK DATE ISSUED: January 10, 2018 DEADLINE FOR WRITTEN

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

MARYLAND STADIUM AUTHORITY

MARYLAND STADIUM AUTHORITY MARYLAND STADIUM AUTHORITY REQUEST FOR QUALIFICATIONS (RFQ) GENERAL CONTRACTOR RENOVATIONS TO OPERATIONS OFFICE M&T BANK STADIUM MSA Project No. 19-013 ISSUE DATE: October 9, 2018 MARYLAND STADIUM AUTHORITY

More information

REQUEST FOR BIDS Supply and Delivery of Swimming Pool Chemicals FY 1819

REQUEST FOR BIDS Supply and Delivery of Swimming Pool Chemicals FY 1819 REQUEST FOR BIDS Supply and Delivery of Swimming Pool Chemicals FY 1819 Objective: Pleasant Hill Recreation & Park District (District) is seeking competitive sealed bids for the supply and delivery of

More information

Invitation to Negotiate

Invitation to Negotiate Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of

More information

Village of Algonquin Request for Proposals Accounting Services

Village of Algonquin Request for Proposals Accounting Services Village of Algonquin Request for Proposals Accounting Services Issue Date: February 1, 2018 Submission Deadline: March 2, 2018 5:00 p.m. CST PROPOSALS RECEIVED AFTER THE SUBMISSION DEADLINE WILL BE RETURNED

More information

City of Dawson Creek Request for Proposals No

City of Dawson Creek Request for Proposals No City of Dawson Creek Request for Proposals No. 2011-29 SANITARY SEWER MASTER PLAN The City of Dawson Creek is requesting proposals for the creation of a Sanitary Sewer Master Plan. All contract documents

More information

REQUEST FOR QUOTATIONS Crushed Gravel

REQUEST FOR QUOTATIONS Crushed Gravel REQUEST FOR QUOTATIONS 2018-06 Crushed Gravel The City of Dawson Creek requests quotations for the supply and delivery of approximately 2000 tonnes of ¾ crushed gravel (1000 tonnes per year for two years)

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the

More information

Request For Proposal Of Printing and Design Services. Marketing Department

Request For Proposal Of Printing and Design Services. Marketing Department Request For Proposal Of Printing and Design Services Marketing Department Released on June 3, 2016 Mosaic Youth Theatre of Detroit Printing and Design Services REQUEST FOR PROPOSAL (RFP) BACKGROUND Mosaic

More information

Human Resources Consultant Compensation and Pay Equity Request for Proposal

Human Resources Consultant Compensation and Pay Equity Request for Proposal The Township of Nipissing 45 Beatty Street Nipissing, ON P0H 1W0 Lead Contact: Charles Barton, CAO-Clerk Email: admin@nipissingtownship.com Phone: 705-724-2144 Fax: 705-724-5385 Human Resources Consultant

More information

Invitation to Bid CUSTODIAL SUPPLIES

Invitation to Bid CUSTODIAL SUPPLIES Invitation to Bid 20150414-02 CUSTODIAL SUPPLIES Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066

More information

Invitation to Bid CUSTODIAL SUPPLIES

Invitation to Bid CUSTODIAL SUPPLIES Invitation to Bid CUSTODIAL SUPPLIES Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for CUSTODIAL

More information

Gadsden City Schools

Gadsden City Schools Bid # 2017-08 Specifications and Proposal For Athletic Uniform Contract Bid Opening: May 31, 2017 10:00 a.m. Note: All questions concerning these specifications and proposal should be directed in writing

More information

Request for Proposal For: 2018 American Bar Association Temporary Services

Request for Proposal For: 2018 American Bar Association Temporary Services Table of Contents Bid Timetable [2] 1.0 General Bid Information [3] 2.0 Proposal Requirements [5] 3.0 Criteria for Selection [7] 4.0 Specifications and Work Statement [7] Appendix A: Bidder Response Sheet

More information

INVITATION FOR BID FORM May 20, 2014 BID NO. 32F-14

INVITATION FOR BID FORM May 20, 2014 BID NO. 32F-14 INVITATION FOR BID FORM May 20, 2014 BID NO. 32F-14 CADDO PARISH SCHOOL BOARD Scott Sullivan, Chief Buyer PO BOX 32000 1961 MIDWAY STREET PH: 318-603-6477 SHREVEPORT, LA 71130-2000 ssullivan@caddo.k12.la.us

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) 38 Liberty Street Concord, New Hampshire 03301 REQUEST FOR PROPOSAL (RFP) Bathroom Renovations 2016 Rundlett Middle School Concord School District The Concord School District is looking for a contractor

More information

PLEASE QUOTE PRICES FOB DESTINATION TO BE DELIVERED TO ITEM DESCRIPTION/SPECIAL INSTRUCTIONS QUANTITY UNIT PRICE EXTENDED PRICE

PLEASE QUOTE PRICES FOB DESTINATION TO BE DELIVERED TO ITEM DESCRIPTION/SPECIAL INSTRUCTIONS QUANTITY UNIT PRICE EXTENDED PRICE 35 Carolina Avenue A2N 3P8 www.cna.nl.ca/tenders DATE OF INVITATION: 14 Apr 2014 RE-TENDER NUMBER: 2014-10 Closing : 23 Apr 2014 2:00 P.M. Newfoundland Local Public Opening: 23 Apr 2014 2:05 P.M. Newfoundland

More information

BILLBOARD RENTAL AGREEMENT P.O. BOX 6502 LAUREL, MS (601) (601) fax ~FOR OFFICE USE ONLY~ Cust. Key: New Renewal Effective Dat

BILLBOARD RENTAL AGREEMENT P.O. BOX 6502 LAUREL, MS (601) (601) fax ~FOR OFFICE USE ONLY~ Cust. Key: New Renewal Effective Dat BILLBOARD RENTAL AGREEMENT P.O. BOX 6502 LAUREL, MS 39441 (601) 428-4014 (601) 428-1948 fax ~FOR OFFICE USE ONLY~ Cust. Key: New Renewal Effective Date: From: To: This Billboard Rental Agreement is made

More information

National Transportation Specialists, LLC 1801 S Pennsylvania Avenue, PO Box 299 Morrisville, PA

National Transportation Specialists, LLC 1801 S Pennsylvania Avenue, PO Box 299 Morrisville, PA 1801 S Pennsylvania Avenue, PO Box 299 Morrisville, PA 19067-0299 Dear Carrier: Thank you for your interest in, a nationwide Logistics provider. To become a qualified carrier for, we require the following

More information

Request for Proposal for Cleaning Services. City of Columbus 300 E. Maple Columbus, KS

Request for Proposal for Cleaning Services. City of Columbus 300 E. Maple Columbus, KS Request for Proposal for Cleaning Services City of Columbus 300 E. Maple Columbus, KS 66725 620-429-2159 Introduction City of Columbus is soliciting proposals for cleaning services for the following City

More information

TENDER DOCUMENT. 7 th Generation Core i7 Branded Laptop. Computer Cell, Research Center, UET, Lahore. Tel:

TENDER DOCUMENT. 7 th Generation Core i7 Branded Laptop. Computer Cell, Research Center, UET, Lahore. Tel: TENDER DOCUMENT 7 th Generation Core i7 Branded Laptop Computer Cell, Research Center, UET, Lahore. Tel: +92-42-99029101 1 REQUEST FOR PROPOSALS TERMS AND CONDITIONS For Procurement of 7 th Generation

More information

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF CLAIMS LITIGATION INVOICE REVIEW SERVICES GSMJIF. ISSUE DATE: October 2, 2017 NOTE: The GSMJIF will consider qualifications only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this Request

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017 REQUEST FOR QUOTES (RFQ) #2017-25 Issue Date: December 5, 2017 Procurement & Contract Services Klamath Falls: Wilsonville: 541.885.1133 (office) 503.821.1266 (office) 3201 Campus Dr. 27500 SW Parkway Ave.

More information

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS Finance Chapter 355-4-1 STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER 355-4-1 DIVISION OF PURCHASING TABLE OF CONTENTS 355-4-1-.01 Repeal Of Previous Rules 355-4-1-.02 Definitions

More information

DESCRIPTION. BID Gasoline and Diesel Fuels

DESCRIPTION. BID Gasoline and Diesel Fuels REQUEST FOR BIDS/PROPOSALS COVERSHEET THE UNIVERSITY OF SOUTHERN MISSISSIPPI Procurement and Contract Services 118 College Drive #5003, Hattiesburg, Mississippi 39406-0001 Name: Company: Address: Date:

More information

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX

BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA OFC FAX BERRYESSA UNION SCHOOL DISTRICT PURCHASING DEPARTMENT 1376 PIEDMONT RD SAN JOSE, CA 95132 408-923-1871 OFC 408-926-8329 FAX PREQUALIFICATION PACKAGE INSTRUCTIONS FOR PROSPECTIVE MEP SUBCONTRACTORS FEBRUARY

More information

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/11/055

INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/11/055 REQUEST FOR QUOTATION INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) Request for Quotation to supply: SIMULTANIOUS INTERPRETATION SYSTEM IRAQ RFQ/11/055 May 26, 2011 Page 2 of 11 Table of Contents

More information

REQUEST FOR PROPOSALS AUDIT

REQUEST FOR PROPOSALS AUDIT REQUEST FOR PROPOSALS 2017-18 AUDIT PROFESSIONAL AUDIT SERVICES ANNUAL FINANCIAL STATEMENT PROPOSAL DEADLINE DATE Tuesday, February 6, 2018 at 3:00pm SUBMIT PROPOSAL TO: Ahmad Sheikholeslami Chief Business

More information

INVITATION FOR BIDS. Issued by WORKFORCE SOLUTIONS SOUTHEAST TEXAS. For. Janitorial Services Port Arthur Workforce Center of Southeast Texas

INVITATION FOR BIDS. Issued by WORKFORCE SOLUTIONS SOUTHEAST TEXAS. For. Janitorial Services Port Arthur Workforce Center of Southeast Texas INVITATION FOR BIDS Issued by WORKFORCE SOLUTIONS SOUTHEAST TEXAS For Janitorial Services Port Arthur Workforce Center of Southeast Texas BID RELEASE #WDB 2016-002 Bid Package Availability Bid packages

More information

PIEDMONT VIRGINIA COMMUNITY COLLEGE VII. FISCAL POLICIES AND PROCEDURES VII 3.0 PURCHASING INFORMATION VII 3.3 PURCHASING & CONTRACTING POLICY

PIEDMONT VIRGINIA COMMUNITY COLLEGE VII. FISCAL POLICIES AND PROCEDURES VII 3.0 PURCHASING INFORMATION VII 3.3 PURCHASING & CONTRACTING POLICY PIEDMONT VIRGINIA COMMUNITY COLLEGE VII. FISCAL POLICIES AND PROCEDURES VII 3.0 PURCHASING INFORMATION VII 3.3 PURCHASING & CONTRACTING POLICY Policy #: VII 3.3 Effective: July 1, 1993 Revised: September

More information

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications: Borough of Park Ridge Request for Qualifications from Engineering Firms Interested in Serving as Borough Engineer to the Borough of Park Ridge For the Period January 1, 2019 through December 31, 2019 Dated:

More information

OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE

OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE Due Date: August 3, 2017 1.0 Overview The Outagamie County Department of Recycling

More information

**BID NO: 3823 Service Contract JANITORIAL

**BID NO: 3823 Service Contract JANITORIAL Lauderdale County Board of Supervisors 410 Constitution Ave, 11 th Floor Meridian, Mississippi 39301 601-482-9746 Main 601-482-9744 Fax Information Packet TERM BIDS FOR PERIOD JULY 1, 2018 THROUGH JUNE

More information

HOW TO USE THIS STANDARD LONG TERM AGREEMENT (LTA) TEMPLATE:

HOW TO USE THIS STANDARD LONG TERM AGREEMENT (LTA) TEMPLATE: HOW TO USE THIS STANDARD LONG TERM AGREEMENT (LTA) TEMPLATE: This agreement should be used when establishing a new Long Term Agreement (LTA) with a supplier, in line with UN Women Financial Rules and Regulations

More information

TEXAS DEPARTMENT OF TRANSPORTATION COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE

TEXAS DEPARTMENT OF TRANSPORTATION COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. COLLECTION AND REMOVAL OF COMPOSTABLE MATERIALS YARD AND FOOD WASTE PUBLICATION This specification is a product of the Texas Department of Transportation

More information

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)

HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) SOLICITATION TYPE: DESCRIPTION: Request For Proposals Paperless Invoice Automation Software ISSUE DATE: 04/03/2018 DUE DATE: 04/20/2018

More information

BROKERAGE DIVISION 101 East Town Place, Suite 120 St. Augustine, FL PH: FAX: TERMINAL PHONE #:

BROKERAGE DIVISION 101 East Town Place, Suite 120 St. Augustine, FL PH: FAX: TERMINAL PHONE #: US 1 LOGISTICS, LLC AMERICA 1 LOGISTICS, LLC, FREEDOM 1, LLC WHITE RIVER TRANSPORTATION, LLC TRANSPORT LEASING SYSTEMS, LLC LONGBOW TRANSPORTATION & LOGISTICS, LLC LIONHART TRANSPORTATION, LLC HOMELAND

More information

Architectural Services

Architectural Services Architectural Services 2016 Capital Improvement Program Request for Proposal Number: 18-20 Title of the Projects: Renovations to Weaver Middle School Procurement Department Bibb County School District

More information

As a state agency, the College administration is required to develop procedures for Construction Manager selection.

As a state agency, the College administration is required to develop procedures for Construction Manager selection. COLLEGE of CENTRAL FLORIDA ADMINISTRATIVE PROCEDURE Title: Construction Management Selection Process Page 1 of 2 Implementing Procedure For F.S. 1013.45 Date Approved: 09/11/02 Division: Administration

More information

Railroad Commission of Texas Mentor Protégé Program

Railroad Commission of Texas Mentor Protégé Program Railroad Commission of Texas Mentor Protégé Program December 3, 2002 1 1.0 Description The Railroad Commission of Texas Mentor/Protégé Program is developed in accordance with Government Code 2161.065 and

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017

More information

TEXAS DEPARTMENT OF TRANSPORTATION SOLICITING AND SELLING OF ADVERTISING SPACE IN TRAVEL PUBLICATIONS

TEXAS DEPARTMENT OF TRANSPORTATION SOLICITING AND SELLING OF ADVERTISING SPACE IN TRAVEL PUBLICATIONS TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. * SOLICITING AND SELLING OF ADVERTISING SPACE IN TRAVEL PUBLICATIONS PUBLICATION This specification is a product of the Texas Department of Transportation

More information

Ground Transportation Management Services

Ground Transportation Management Services ONE (1) HARDCOPY ORIGINAL AND ONE (1) ELECTRONIC COPY FLASH DRIVE MUST BE SUBMITTED REQUEST FOR INFORMATION - RFI #PGT-2018-002 Ground Transportation Management Services Department of Ground Transportation

More information

TEXAS DEPARTMENT OF TRANSPORTATION DISPLACEMENT AND CONTROL OF BIRD INFESTATION

TEXAS DEPARTMENT OF TRANSPORTATION DISPLACEMENT AND CONTROL OF BIRD INFESTATION TEXAS DEPARTMENT OF TRANSPORTATION * DISPLACEMENT AND CONTROL OF BIRD INFESTATION PUBLICATION This specification is a product of the Texas Department of Transportation (TxDOT). This specification may not

More information

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications:

Introduction. Definitions. The following definitions shall apply to and are used in this Request for Qualifications: Borough of Park Ridge Request for Qualifications From Engineering Firms Interested in Serving as Environmental Engineer to the Borough of Park Ridge Board of Public Works For the Period January 1, 2019

More information

INVITATION TO BID TO OPERATE A CONCESSION AT THE BIGHT CULTURE MARKET RESTAURANT FACILITY, PROVIDENCIALES, TURKS AND CAICOS ISLANDS

INVITATION TO BID TO OPERATE A CONCESSION AT THE BIGHT CULTURE MARKET RESTAURANT FACILITY, PROVIDENCIALES, TURKS AND CAICOS ISLANDS INVITATION TO BID TO OPERATE A CONCESSION AT THE BIGHT CULTURE MARKET RESTAURANT FACILITY, PROVIDENCIALES, TURKS AND CAICOS ISLANDS The Permanent Secretary for the Ministry of Tourism, Environment, Heritage

More information

COMPETITIVE BID FOR 19-HRPPS/MB

COMPETITIVE BID FOR 19-HRPPS/MB COMPETITIVE BID FOR HR/PAYROLL SYSTEM WITH PAYROLL PROCESSING SERVICES 19-HRPPS/MB October 30, 2018 HEALTH CARE DISTRICT OF PALM BEACH COUNTY 1515 N. FLAGLER DRIVE, SUITE 101 PALM SPRINGS, FL 33401 1-1

More information

Highlands Housing Authority

Highlands Housing Authority Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 REQUEST FOR PROPOSALS for CONCRETE SIDEWALK REPAIRS at JENNIE PARKER MANOR HIGHLANDS,

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: July 24, 2018

REQUEST FOR QUOTES (RFQ) # Issue Date: July 24, 2018 Procurement Division Public Services Building 2051 Kaen Road Oregon City, OR 97045 (503) 742-5444 (Office) REQUEST FOR QUOTES (RFQ) #2018-58 Issue Date: July 24, 2018 Project Name: Diesel Tank Mold Removal

More information

CONSIGNMENT AGREEMENT

CONSIGNMENT AGREEMENT PO Box 16080, Austin, TX 78761 Telephone (512) 451-8298 FAX (512) 453-6149 CONSIGNMENT AGREEMENT This Consignment Agreement (the Agreement ), made by and between GT Distributors located at 2545 Brockton

More information

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) REQUEST FOR PROPOSAL (RFP) "Empanelment of HR Consultants for Recruitment Services Issue Date: 21 st June 2017 Last Date for Receipt of Proposal at SBI: 30 th June 2017 State Bank of India Central Recruitment

More information

All required information must be completed in full, in ink, or typewritten.

All required information must be completed in full, in ink, or typewritten. THE CITY OF BOZEMAN 20 E. OLIVE ~ P.O. BOX 1230 BOZEMAN, MONTANA 59771-1230 IT DEPARTMENT PHONE: (406) 582-2277 E-MAIL: smcmahan@bozeman.net City of Bozeman, Montana Request for Proposals For E-Discovery

More information

PROCEDURE CITY OF GRANDE PRAIRIE PURPOSE SCOPE PROHIBITIONS:

PROCEDURE CITY OF GRANDE PRAIRIE PURPOSE SCOPE PROHIBITIONS: CITY OF GRANDE PRAIRIE PROCEDURE PROCEDURE NO: 310-2 PAGE: 1 OF 6 TITLE: Request for Quotation POLICY: 310 Purchasing Policy SECTION: APPROVAL DATE: APPROVED BY: City Manager REVISION DATE: DEPARTMENT:

More information

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245 DEMOLITION BID BID OPENING November 20, 2018, 8:00pm Village of Germantown 306 Prairie St. Germantown, IL 62245 Important Bids will not be reviewed without the following information fully completed and

More information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BIDS (BVB) FOR NOVELTY ITEMS & PROMOTIONAL TYPE CLOTHING ADDENDUM 1

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BIDS (BVB) FOR NOVELTY ITEMS & PROMOTIONAL TYPE CLOTHING ADDENDUM 1 SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Angeline C. Peralez Date Issued: July 27, 2012 BID NO.: 12-0403 FORMAL INVITATION FOR BEST VALUE BIDS (BVB) FOR NOVELTY ITEMS & PROMOTIONAL TYPE

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT RFP # 1710002 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTE ( RFQ )

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTE ( RFQ ) AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTE ( RFQ ) PURCHASE AND DELIVERY OF ONE (1) 2012/2013 MIDSIZE 4-DOORS 4x2 PICK UP TRUCK June 11, 2012 RFQ NO. FY12.1088.FSM ANDRA SAMOA

More information

LOWER MANHATTAN DEVELOPMENT CORPORATION

LOWER MANHATTAN DEVELOPMENT CORPORATION LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR QUALIFICATIONS for PHOTOCOPYING AND RELATED SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development

More information

REQUEST FOR QUALIFICATIONS Quantity Surveyor Pre-qualified List for Partnerships British Columbia Inc. RFQ #: 3567

REQUEST FOR QUALIFICATIONS Quantity Surveyor Pre-qualified List for Partnerships British Columbia Inc. RFQ #: 3567 REQUEST FOR QUALIFICATIONS Quantity Surveyor Pre-qualified List for Partnerships British Columbia Inc. RFQ #: 3567 Submission Time: Submission Location: 2:00 p.m. (local time) on December 22, 2010 Partnerships

More information

RFQ Drainage Ditching and Culvert Replacement

RFQ Drainage Ditching and Culvert Replacement RFQ 2016-26 Drainage Ditching and Culvert Replacement The City of Dawson Creek requests quotes for drainage ditching and replacement of culverts in the area of 7 th Street and 122 nd Avenue. All contract

More information

in the event of default on payment, CLIENT agrees to pay STRATUS costs for collection and/or attorney fees.

in the event of default on payment, CLIENT agrees to pay STRATUS costs for collection and/or attorney fees. This Agreement, dated January 17, 2016 is made between Stratus Building Solutions ( STRATUS ) and East End Prep School ( CLIENT ). Both STRATUS and CLIENT agree that STRATUS will begin service on July

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

Fill material and Top Soil

Fill material and Top Soil CITY OF CONWAY SOUTH CAROLINA BID PACKAGE: 7-2018 Fill Material and Top Soil Fill material and Top Soil BID OPENING: 2:00 PM at Conway Public Works Complex 2940 Jerry Barnhill Blvd Conway SC Thursday,

More information

City of Jacksonville Finance Department

City of Jacksonville Finance Department City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel

More information