Laundry Services Request for Proposals

21
Page 1 of 21 Laundry Services Request for Proposals Issued: March 15, 2022 Responses Due: April 18, 2022

Transcript of Laundry Services Request for Proposals

Page 1 of 21

Laundry Services

Request for Proposals

Issued: March 15, 2022

Responses Due: April 18, 2022

Page 2 of 21

TABLE OF CONTENTS DEFINITIONS ................................................................................................................................. 4 1. GENERAL INFORMATION .......................................................................................................... 6 1.1 Introduction & Purpose .......................................................................................................... 6 1.2 Scope of Work ........................................................................................................................ 6 1.3 Background & Current Automatic Laundry Service Information ........................................... 6 1.4 Procuring & Contracting Agency ............................................................................................ 8 1.5 Clarifications and/ or Revisions to Specifications and Requirements ................................... 8 1.6 RFP Point of Contact ............................................................................................................... 8 1.7 News Releases ........................................................................................................................ 9 1.8 Tours ....................................................................................................................................... 9 1.9 Reasonable Accommodations ................................................................................................ 9 1.10 Calendar of Events ................................................................................................................ 9 1.11 Term ...................................................................................................................................... 9 2. PREPARING AND SUBMITTING A PROPOSAL ......................................................................... 10 2.1 General Instructions ............................................................................................................. 10 2.2 Non-Interference In Bid Process ........................................................................................... 10 2.3 Incurring Costs ...................................................................................................................... 10 2.4 Proposal Completeness ........................................................................................................ 10 2.5 Submitting a Proposal .......................................................................................................... 10 2.6 Proposal Organization and Format ...................................................................................... 10 2.7 Oral Presentations ................................................................................................................ 11 2.8 Withdrawal of Proposals ...................................................................................................... 11 3. PROPOSAL SELECTION AND AWARD PROCESS ...................................................................... 11 3.1 Preliminary Evaluation ......................................................................................................... 11 3.2 Evaluation Committee .......................................................................................................... 11 3.3 Accepted Proposals .............................................................................................................. 12 3.4 Evaluation Criteria ................................................................................................................ 12 3.5 Notification to Award ........................................................................................................... 12 4. MANDATORY ADMINSITRATIVE REQUIREMENTS ................................................................. 12 4.1 Separate Entities .................................................................................................................. 12 4.2 Data Ownership .................................................................................................................... 12 4.3 Rights to Electronic Information .......................................................................................... 12 4.4 Rights to Data ....................................................................................................................... 12 4.5 Legal Proceedings ................................................................................................................. 13 4.6 Bankruptcy ........................................................................................................................... 13 4.7 Insurance Coverage .............................................................................................................. 13 4.8 Commercial General Liability with Minimum Coverage ...................................................... 13 4.9 Auto Liability Insurance ........................................................................................................ 14 4.10 Workers Compensation Coverage ...................................................................................... 14 4.11 Employer’s Liability Insurance Minimum Coverage ........................................................... 14 4.12 Excess Liability .................................................................................................................... 14 4.13 Cyber Liability Insurance .................................................................................................... 14 4.14 Subcontractor Insurance Coverage .................................................................................... 14

Page 3 of 21

4.15 Certificates of Insurance and Other Requirements ........................................................... 15 4.16 Governing Law .................................................................................................................... 15 4.17 Cancellation/Termination .................................................................................................. 15 4.18 Equal Opportunity .............................................................................................................. 15 4.19 Sexual Harassment ............................................................................................................. 15 4.20 Health & Safety Protocols .................................................................................................. 15 4.21 Electronic Signature ............................................................................................................ 16 4.22 Other Terms & Conditions .................................................................................................. 16 5. GENERAL REQUIREMENTS ...................................................................................................... 16 5.1 Organization Background and Qualifications ...................................................................... 16 5.2 Customer and Client Relationship Management ................................................................. 16 5.3 Personnel Requirements ...................................................................................................... 16 5.4 Subcontractors ..................................................................................................................... 17 5.5 Service Providers & Subcontractors Listing.......................................................................... 17 5.6 References ............................................................................................................................ 17 6. AUTOMATED LAUNDRY SERVICE REQUIREMENTS ................................................................ 17 6.1 Laundry Areas ....................................................................................................................... 18 6.2 Laundry Equipment .............................................................................................................. 18 6.3 Laundry Payment Options .................................................................................................... 18 7.VALUE ADD AND OPTIONAL SERVICES .................................................................................... 19 8. FINANCIAL SPECIFICATIONS ................................................................................................... 19 8.1 Commissions ......................................................................................................................... 19 8.2 Accounting & Reporting ....................................................................................................... 19 8.3 Payments .............................................................................................................................. 19 8.4 Laundry Pricing ..................................................................................................................... 20 8.5 Investment ............................................................................................................................ 20 9. RESPONSIBILITIES ................................................................................................................... 20 9.1 College Responsibilities ........................................................................................................ 20 9.2 Contractor Responsibilities .................................................................................................. 20 REQUIRED SUBMISSION FORMS ................................................................................................ 21

Page 4 of 21

DEFINITIONS For the purposes of this RFP and resulting Contract, words and terms shall be given their ordinary and usual meanings. Where capitalized in this RFP and resulting Contract, the following words and terms shall have the meanings indicated.

“Confidential Information” means all tangible and intangible information and materials, including all Personally Identifiable Information, being disclosed in connection with the Contract, in any form or medium (and without regard to whether the information is owned by COF, COF member institutions, or by a third party), that satisfy at least one of the following criteria: (i) Personally Identifiable Information; (ii) Proprietary Information; (iii) non-public information related to COF Inc or Institution’s employees, customers, technology (including data bases, data processing and communications networking systems), schematics, specifications, and all information or materials derived therefrom or based thereon; or (iv) information expressly designated as confidential in writing by COF Inc. or Institutions. Confidential information includes all information that is restricted or prohibited from disclosure by state or federal law.

“Contract Term” means the initial term of the Contract and any renewals and/or extensions.

“Contract” means the final version of any contractually binding agreement between COF and the Vendor relating to the subject matter of this RFP; references to the Contract include all appendices, attachments and other documents attached thereto or incorporated therein by reference.

“Institution” or “College” means one of the five COF Member Institutions: Emmanuel College, Massachusetts College of Art and Design, Massachusetts College of Pharmacy and Health Sciences University, Simmons University, and Wentworth Institute of Technology. “Institution” or “College” may be used interchangeably.

“Key Personnel” means Contracted Personnel who play leading and critical roles in providing Services during the Contract Term.

“Mandatory” means a requirement labeled as such must be present in the proposed solution, exactly as stated, or the solution will not be considered by COF.

“May” indicates something that is not mandatory but permissible.

“Parties” means COF Inc, Member Institutions, and the Contractor, collectively.

“Party” means either COF Inc, an individual COF Member Institution, or the Contractor, individually.

“Personally Identifiable Information” means an individual’s last name and the individual’s first name or first initial, in combination with and linked to any of the following elements, if the element is not publicly available information and is not encrypted, redacted, or altered in any manner that renders the element unreadable: (a) the individual’s Social Security number; (b) the individual’s driver’s license number or state identification number; (c) the individual’s date of birth; (d) the number of the individual’s financial account, including a credit or debit card account number, or any security code, access code, or password that would permit access to the individual’s financial account; (e) the individual’s DNA profile; or (f) the individual’s unique biometric data, including fingerprint, voice print, retina or iris image, or any other unique physical characteristic.

“Proposal” means the complete response to this RFP submitted in the required manner and setting forth the Proposer’s prices for providing the products and services described in the RFP.

“Proposer” means the entity submitting a Proposal in response to this RFP.

“RFP” means this Request for Proposal.

“Service Level Agreement” (SLA) means an agreement between two or more parties, where one is the COF Customer, and the other is the Vendor or third-party Service Providers. SLAs specify in measurable terms, what services the provider(s) must furnish.

“Services” means all actions, recommendations, plans, research, customizations, modifications, documentation, maintenance, and support provided by the Vendor necessary to fulfill that which the Vendor is obligated to accomplish under the Contract.

Page 5 of 21

“Shall” indicates a mandatory requirement.

“Subcontract” means any contract, express or implied, between the Vendor and another party or between a Subcontractor and another party delegating or assigning, in whole or in part, the making or furnishing of any material or any service required for the performance of the Contract.

“Subcontractor” means a party to a Subcontract.

“Value Add/ Optional Services” means Service or Deliverable which may be considered for inclusion within the scope of the Contract, but not specifically requested under any Scope of Work in this RFP.

“Vendor” means a Proposer awarded a Contract.

Page 6 of 21

1. GENERAL INFORMATION 1.1 Introduction & Purpose The Colleges of the Fenway (COF) is a 25-year-old consortium and 501c3 non-profit organization based in Boston, Massachusetts comprised of Emmanuel College (EC), Massachusetts College of Art and Design (MA), Massachusetts College of Pharmacy and Health Sciences University (MCPHS), Simmons University (SU), and Wentworth Institute of Technology (WIT). With a combined student body population of over 20,000, COF seeks operating efficiencies and relationships with vendors and suppliers who provide high quality services and products to higher education clients.

COF invites qualified and responsible vendors with expertise in the operation of coinless laundry services for higher education institution clients in the Boston metropolitan area to submit proposals to install, maintain, and service automated coinless laundry machines on the campuses of participating member institutions: EC, MCPHS (Boston & Worcester campuses), SU, and WIT.

1.2 Scope of Work By soliciting proposals for the management of automated coinless laundry services on participating member College campuses, COF seeks to accomplish the following objectives: • Service. Meet or exceed specified service level agreement terms and offer effortless and accessible feedback

methods for community members to submit requests and service tickets. • Technology. Provide technology platforms to allow for multiple types of payment, provide laundry

customers with access to laundry monitoring, and generate reporting for administrators to track usage and revenues.

• Communication: Effectively communicate with campus stakeholders on service updates, issues impacting service, and resolutions.

• Community. Become a vested stakeholder in campus communities and align services with campus residential living and any related operational goals of the institutions.

• Value. Offer prices affordable to laundry customers. • Financial. Deliver financial return to institutions and provide regular reports to campus representatives. • Operations. Maintain sanitary machines on the campus’ facilities. Make recommendations for facility

updates to accommodate automated laundry machines. Regularly and thoroughly maintain equipment. Hire and employ friendly, trained, and qualified staff to service laundry machines. Efficiently manage the operations of laundry services on campuses.

• Sustainability. Source and provide sustainable resource efficient equipment and promote other business practices that reduce negative impacts on the environment.

1.3 Background & Current Automatic Laundry Service Information The members of the consortium created COF to enrich and expand opportunities for their students. COF students may cross register for classes at any member institution; can participate in shared sports, recreation, performing arts, and educational programs; and have access to dining, housing, and other campus services at other member College campuses. Of the five member institutions, four are participating in this Request for Proposal (RFP) - EC, MCPHS (Boston and Worcester campus), SU, and WIT. However, the selected Vendor should allow for inclusion of additional COF member Colleges- or changes to participation for any individual member College and party to the Contract resulting from this RFP- through mutually agreeable terms documented through an amendment process. Emmanuel College (EC) is a private Catholic, coeducational, liberal arts and sciences college founded by the Sisters of Notre Dame de Namur in 1919. EC is one of the fastest growing colleges in the region since becoming coeducational in 2000. EC is located at 400 The Fenway, Boston, MA 02115; www.emmanuel.edu.

Page 7 of 21

Founded in 1823, Massachusetts College of Pharmacy and Health Sciences University (MCPHS), is a private, not-for-profit, healthcare-focused university with a full spectrum of healthcare programs. MCPHS is located at 179 Longwood Avenue, Boston, MA 02115; www.mcphs.edu. Simmons University (SU) is a private women-focused undergraduate university and co-educational graduate school in Boston, Massachusetts, United States. It was established in 1899 by clothing manufacturer John Simmons. In 2018, it reorganized its structure and changed its name to a university. SU is located at 300 Fenway, Boston, MA 02115; www.simmons.edu. Founded in 1904, Wentworth Institute of Technology (WIT) is an independent coeducational college and a leader in technology offering bachelor’s degrees in twenty-two majors. WIT is located at 550 Huntington Avenue, Boston, MA 02115; www.wit.edu. Current Equipment Type & Location:

Institution Building Current Machines Emmanuel (EC) Various 25 Washers/ 27 Dryers MCPHS BOS (MCPHS) Fennel Hall 5 Washers/ 6 Dryers

New Residence Hall 8 Washers/ 8 Dryers Matricaria Hall 6 Washers/ 6 Dryers

Simmons (SU) Arnold 4 Washers/ 4 Dryers Dix 3 Washers/ 3 Dryers/ 1 Combo Evans 3 Washers/ 3 Dryers Mesick 5 Washers/ 5 Dryers Morse 3 Washers/ 3 Dryers Simmons 9 Washers/ 6 Dryers N Basement 3 Washers/ 2 Dryers Smith 4 Washers/ 4 Dryers South 4 Washers/ 4 Dryers

Wentworth (WIT) Edwards and Rodgers Hall 6 Washers/ 7 Dryers

Evans Way/Tudbury 13 Washers/ 13 Dryers 555 Huntington 12 Washers/ 12 Dryers Baker 6 Washers/ 6 Dryers 610 Huntington 16 Washers/ 16 Dryers

Note regarding Simmons University residential living changes in 2025: Construction of a new Living and Learning Center (LLC) on the Simmons Main Campus will start in September 2022 and is estimated to be completed by September 2025. The new Living and Learning Center will replace the existing Simmons residence campus and will house approximately 1,100 students and include a new dining and athletics facilities as well. The laundry facilities (all residential washers and dryers) for resident students will be in one central room located on one of the residential floors of the new LLC. The architects are designing the residential laundry facilities to accommodate approximately 35 pair of electric washers and dryers (1 washer and 1 dryer per pair), a combination of stack and single machines. In addition to that, 2 electric washers (40lb.) and 2 dryers (50lb.) will be needed for the athletics facilities. Current Laundry Customer Pricing:

Description Price Wash $1.50 Dry $1.50

Page 8 of 21

Campus Community Information (Fall 2021): Institution Undergraduates Graduates Residential

Students Employees

Emmanuel 1,755 0 1,466 346 MCPHS 3,099 920 715 588 Simmons 1,690 1,555 979 818 Wentworth 3,821 177 1,764 549 Total 8,665 1,097 3,945 1,483

. Academic Calendar Information:

• https://www.emmanuel.edu/academics/office-of-the-registrar/resources/academic-calendar.html • https://www.mcphs.edu/academics/academic-support-and-resources/registrar • https://www.simmons.edu/academics/academic-calendar • https://wit.edu/learning/academic-calendar

1.4 Procuring & Contracting Agency This RFP is issued by COF, the non-profit consortium organization operated jointly by the five COF member institutions. COF’s designated representatives shall be the sole point of contact for this RFP. The Contract resulting from this RFP shall be administered by COF and representatives from the COF Business Services Committee. This Committee is comprised of at least one business office, finance, purchasing, procurement, or administrative representative from each COF member institution, the COF Senior Director of Collaborative Business Services, and the COF Collaborative Business Services Assistant. This Committee will evaluate submitted Proposals.

1.5 Clarifications and/ or Revisions to Specifications and Requirements If a Proposer discovers any significant ambiguity, error, conflict, discrepancy, omission or other deficiency in this RFP, the Proposer shall immediately notify COF of the error by emailing [email protected] of such error and request modification or clarification to the RFP document. Any questions, exceptions or additions concerning the subject matter of the RFP document(s) shall not be considered unless submitted via e-mail (no phone calls, letters or similar written correspondence) on or before Wednesday April 6, 2022 to Sandy Occil at [email protected]. Questions shall be submitted via email with the Subject line “COF Automated Laundry Services RFP Question from (vendor name)” in the following format:

Document Section # Section Title Question (example) RFP 1.2 Scope of Work What constitutes resource efficient equipment? (example) Attachment A Financial Proposal

1 Commissions May we submit a sample revenue report with our financial proposal?

Responses to inquiries, if they change or clarify the RFP in a substantial manner, will be forwarded to all parties that have received a copy of the RFP. Answers will be compiled and sent to all invited bidders by close of business on Friday April 8, 2022.

1.6 RFP Point of Contact From the date of release of this RFP until Contract execution, all contacts with COF Inc. and COF member institution personnel regarding this RFP shall be made through the designated contacts responsible for managing this procurement process:

● Sandy Occil, Collaborative Business Services Assistant [email protected] ● Suzy Mason, Senior Director of Collaborative Business Services [email protected]

Page 9 of 21

1.7 News Releases A Proposer may not issue news releases or make any statements to the news media pertaining to the subject of this RFP or any Proposals or Contract resulting this procurement without the prior written approval of COF. Release of broadcast emails pertaining to this procurement shall not be made without prior written authorization of COF. The Proposer is bound by this clause from the time the RFP is issued until the time the Contract has expired.

1.8 Tours Proposers are invited to tour COF member Colleges to see the physical location of current laundry equipment on Tuesday April 5, 2022. Proposers should state the name(s), title(s), and contact emails for all visitors. Information for visitors should be submitted on or before Monday March 28, 2022. All campus visitors may be subject to COVID-19 screening tests, symptom free attestations and contact tracing procedures. COF reserves the right to cancel tour options based on current public health guidance or changes to campus visitor policies.

1.9 Reasonable Accommodations COF shall provide reasonable accommodations, including the provision of informational material in an alternative format, for qualified individuals with disabilities, upon request. If accommodations are needed during this procurement, contact Sandy Occil at [email protected].

1.10 Calendar of Events DATE EVENT

3/15/22 Date of Issue of the RFP

3/28/22 Deadline for Tour Attendee Information

4/5/22 Bidders Tour COF Facilities

4/6/22 Deadline for Written Bidder Questions

4/8/22 COF Responds to Written Bidder Questions

4/14/22 Bids Due

Week of 4/29/22 COF Selects Awardee

7/1/22 Contract Start Date**

*Questions shall be submitted in the format described above in Section 1.5- Clarifications and/or Revisions to the Specifications and Requirements.

**Contract start date is tentative based on equipment installation schedule.

1.11 Term Bidders are requested to provide proposal options for contract terms to include:

• An initial term of three (3) years and option to renew annually thereafter for up to three (3) years by mutual written consent, for a total contract term of up to six (6) years.

• An initial term of five (5) years and option to renew annually thereafter for up to three (3) years by mutual written consent, for a total contract term of up to eight (8) years.

• An initial term of seven (7) years with the option to renew annually thereafter for up to three (3) years by mutual written consent, for a total contract term of up to ten (10) years.

Page 10 of 21

The commencement date of the Contract resulting from this procurement will be July 1, 2022, unless otherwise determined individually by each College.

2. PREPARING AND SUBMITTING A PROPOSAL

2.1 General Instructions The evaluation and selection of a Vendor and the terms of the subsequent Contract shall be based on the information in the submitted Proposals and any presentations or interviews requested during the evaluation period. Failure to respond to each of the requirements as directed in the RFP may be the basis for rejecting a response.

2.2 Non-Interference In Bid Process Interference in the Bid Process by any Proposer, employee of a Proposing firm, persons with vested interests and/or persons with associated interests of the Proposer will disqualify the bid and/or proposal. Under the terms of the Bid Process, Interference will be described as any effort by any person as stated above to sway, coerce, influence, or otherwise affect the outcome of the bid process to their advantage by means beyond the process outlined in this RFP.

2.3 Incurring Costs COF shall not be responsible for any costs incurred by Proposer to prepare its Proposal, conduct its due diligence or negotiate any agreements. Such Proposal and business development costs shall be the responsibility of the Proposer.

2.4 Proposal Completeness Proposal responses to each of the requests for information and requirements in the numbered sections shall be in the same sequence and numbered as the RFP. Responses must be concise yet complete. Do not simply restate the Requirement verbatim as the response to a Requirement. Proposer shall not direct the reader to a website (or any other sources outside of the submitted Proposal) as part of its response to a requirement or question.

2.5 Submitting a Proposal Proposer shall submit proposals electronically through emailing proposal, spreadsheets, and any attachments to [email protected] by the due date.

2.6 Proposal Organization and Format A Proposer responding to this RFP must comply with the following format requirements. A Proposal shall be typed. The Proposal shall be organized and presented in the order and by the numbers assigned in the RFP with the following headings and subheadings. Each heading and subheading shall be separated and clearly marked.

(1) RFP Cover Sheet: The Proposal cover page must include, at a minimum, the RFP name, date, and the Proposer’s name.

(2) Transmittal Letter: Provide a transmittal letter that clearly identifies the Proposer’s organization and all Subcontractors. The Proposer’s transmittal letter shall be signed by an officer, principal or agent of the Proposer’s organization who is authorized to commit the Proposer to the terms and conditions of the Contract, which shall result from this procurement.

(3) Executive Summary: In a narrative format, Proposer shall provide a condensed overview of the contents of the Proposal, demonstrating an understanding of the services to be performed. Proposer shall present its understanding of the objectives of automated laundry services at COF. The Executive Summary will not be scored. It will be used to provide background and establish confidence in the Proposer’s solutions.

Page 11 of 21

(4) General Requirements: Provide a point-by-point response to each item specified in Section 5 of this RFP. (5) Laundry Service Requirements: Provide a point-by-point response to each requirement specified in

Section 6 of this RFP. (6) Value-Add and Optional Services: Response to this section is optional and will have no impact on

Proposers’ evaluation scores, however, if Proposer elects to provide any of its own suggestions, then a detailed description of such suggested services should be included in this section. Pricing or the financial impact for such services will be described in detail.

(7) Financial Proposal (Attachment A): Use Attachment A to propose pricing and commissions. Proposers should include financial projections demonstrating anticipated annual revenues for each College based on the number of current or proposed machines at each location, number of users, and the suggested pricing. Proposals shall clearly define costs and commissions.

(8) Mandatory Administrative Requirements (Attachment B): Review and complete the administrative requirements as instructed in Attachment B.

(9) Subcontractor List (Attachment C): If applicable, provide a list of all subcontractors proposed to deliver services in Attachment C.

(10) Equipment Specifications: Provide a specification sheet for proposed equipment to be installed for automated laundry services on campuses.

2.7 Oral Presentations Top scoring Proposer(s) based on an evaluation of the written Proposal may be requested to participate in a presentation to support and clarify Proposal(s). The presentations will be scheduled and held after receipt of the Proposals to provide an opportunity for the Proposer to clarify its Proposal and for the evaluation committee to ask questions. Proposer representative(s) attending the oral presentation shall be qualified to respond to questions related to the Proposal and its components. COF will furnish specific details concerning the presentations and any required materials at the time it notifies Proposers of the presentation request.

2.8 Withdrawal of Proposals The Proposal shall be irrevocable until Contract award unless the Proposal is withdrawn. A Proposer may withdraw a Proposal in writing at any time up to the Proposal closing date. To accomplish this, the written request must be signed by an authorized representative of the Proposer. If a previously submitted Proposal is withdrawn before the Proposal due date and time, the Proposer may submit another Proposal at any time up to the Proposal closing date.

3. PROPOSAL SELECTION AND AWARD PROCESS

3.1 Preliminary Evaluation All Proposals will be reviewed initially to determine if Proposal submission requirements are met (see Section 2-Preparing and Submitting a Proposal). Failure to meet a Proposal submission requirement may result in the rejection of the Proposal. Those Proposals that pass the initial evaluation will then have scores calculated based on the Proposer’s responses to this RFP. In the event there is an individual mandatory requirement that no Proposer can meet, COF reserves the right to eliminate that individual mandatory requirement. In such case, COF shall continue the evaluation of Proposals and select the Proposal that most closely meets the remaining requirements specified in the RFP.

3.2 Evaluation Committee An evaluation committee for this RFP shall consist of members of the COF Business Services Committee from EC, MCPHS, SU, and WIT and COF staff including the COF Senior Director of Collaborative Business Services and the COF Collaborative Business Services Assistant.

Page 12 of 21

3.3 Accepted Proposals The evaluation committee will evaluate and score all accepted Proposals against predetermined criteria. A uniform selection process, as outlined in this section, will be used to evaluate all Proposals using a point system. Proposers are advised that responses to requirements should clearly and completely describe how its services and products will meet those requirements. Failure to demonstrate in the Proposal response that the Proposer can meet the requirements stated may cause the rejection of the Proposal. The committee may review references, request presentations and demonstrations, and use those results in scoring the Proposals. Evaluation and selection of the Vendor, as well as any subsequent negotiations, will be based on the information submitted in the Proposals, references, requested presentations, and any requested product and service demonstrations. COF reserves the right to obtain additional information concerning any Proposer or Subcontractor associated with or named in the response to this RFP and to consider this information in evaluating the Proposals.

3.4 Evaluation Criteria Proposals will be scored in the following areas with the weights listed below:

Description Weights General Requirements 15% Laundry Requirements 70% Financial Proposal 15% Total Possible Score 100%

3.5 Notification to Award COF will notify selected awardee in writing during the week of April 29, 2022.

4. MANDATORY ADMINSITRATIVE REQUIREMENTS The following requirements are mandatory, and the Proposer shall satisfy them.

4.1 Separate Entities Proposers and the selected Vendor must consider each member College of the COF as a separate institution and submit their proposal separating out detailed information for each institution. Upon review of the proposal each College will decide individually its desire to participate in the program.

4.2 Data Ownership The COF shall own the rights to all data/records produced as part of the Contract resulting from this procurement. If the Proposer anticipates bringing pre-existing intellectual property into the project, the intellectual property shall be identified in its Proposal. If the Proposer identifies such intellectual property ("Background IP") in its Proposal, then the Background IP owned by the Proposer on the date of any subsequent Contract, as well as any modifications or adaptations thereto, remain the property of the Proposer.

4.3 Rights to Electronic Information COF owns the rights to all electronic information and all supporting documentation created as part of the awarded Contract.

4.4 Rights to Data The COF is the owner of all data made available by the COF to the Vendor or its agents, Subcontractors, or representatives under the Contract resulting from this procurement. The Vendor shall not use the COF’s data for

Page 13 of 21

any purpose other than providing the Services, nor shall any part of the COF’s data be disclosed, sold, assigned, leased, or otherwise disposed of to the public or to specific third parties or commercially exploited by or on behalf of the Vendor. No employees of the Vendor, other than those on a strictly need-to-know basis, shall have access to the COF’s data. The Vendor shall not possess any lien or assert any lien or other right against the COF’s data. Without limiting the generality of this Section, the selected Vendor must only use Personally Identifiable Information (PII) as strictly necessary to provide the Services and must disclose the information only to its employees who have a strict need to know the information. The Vendor must always comply with all laws and regulations applicable to Personally Identifiable Information.

4.5 Legal Proceedings For the last (5) five years Proposer shall disclose: (1) any criminal litigation, investigations or proceedings involving the Proposer or any Subcontractor, or any officers or directors of the Proposer or Subcontractor; and (2) any litigation, investigations or proceedings under the Sarbanes-Oxley Act involving the Proposer or any Subcontractor; and (3) any civil litigation, arbitration or proceeding to which Proposer or any Subcontractor is a party, and which involves: (i) disputes that might reasonably be expected to adversely affect the viability or financial stability of Proposer or any Subcontractor; or (ii) a claim or written allegation of fraud or dishonesty against Proposer or any Subcontractor by a governmental or public entity arising out of their business dealings with the governmental or public entity; or (iii) any other claim or action that could otherwise jeopardize the Proposer’s or its Subcontractor’s ability to honor its contractual commitments to COF. Any litigation, investigation, allegation, arbitration, or other proceeding must be disclosed and described in a written statement in Proposer’s response. The description shall include, but not be limited to the caption, case number, jurisdiction, and a short summary of the dispute and resolution. Details of settlements which are prevented from disclosure by the terms of the settlement may be withheld. If the Proposer is a subsidiary, the above-required information shall also be disclosed for all parent companies.

4.6 Bankruptcy The Proposer shall indicate if it or any affiliated corporations or business entities is or was involved in bankruptcy procedures, such as the readjustment of any of their respective debts, under the Bankruptcy Act within the last five (5) years, they must indicate so and summarize in a separate attachment all relevant details of the bankruptcy.

4.7 Insurance Coverage Proposers shall provide proof of the minimum levels of insurance coverage as indicated below. The insurance must protect the COF and Colleges from claims that may arise out of or result from the Vendor’s performance of services under the terms of the Contract resulting from this RFP, whether the services are performed by the selected Vendor, or by any Subcontractor, or by anyone directly or indirectly employed by any of them, or by anyone for whose acts they may be liable. The insurers selected by the awarded Vendor must have an A- or better, or as otherwise approved in writing by the COF, or if the ratings are no longer available, with a comparable rating from a recognized insurance rating agency. Where specific limits are shown, they are the minimum acceptable limits. If Vendor’s policy contains higher limits, the COF must be entitled to coverage to the extent of the higher limits. The Vendor is required to pay for and provide the type and amount of insurance below.

4.8 Commercial General Liability with Minimum Coverage ● $2,000,000 General Aggregate Limit other than Products/Completed Operations ● $2,000,000 Products/Completed Operations Aggregate Limit ● $1,000,000 Personal & Advertising Injury Limit ● $1,000,000 Each Occurrence Limit

Page 14 of 21

The Vendor must list the COF and Institutions as ADDITIONAL INSUREDS on the Commercial General Liability certificate. The Vendor also agrees to provide evidence that insurance policies contain a waiver of subrogation by the insurance company.

4.9 Auto Liability Insurance The Vendor must have Comprehensive automobile liability insurance, including the operation of owned, non-owned, and hired automobiles, covering bodily injury in the sum of not less than one-million dollars ($1,000,000) combined single limit. The Vendor also agrees to provide evidence that insurance policies contain a waiver of subrogation by the insurance company.

4.10 Workers Compensation Coverage Workers’ compensation coverage must be provided according to applicable laws governing the employees and employers work activities in the state of Massachusetts. If a self-insurer provides the applicable coverage, proof must be provided of approved self-insured authority by the jurisdiction of domicile. For employees working outside of the state of qualification, Vendor must provide appropriate certificates of insurance proving mandated coverage levels for the jurisdictions where the employees’ activities occur. Any certificates of insurance received must also provide a list of states where the coverage is applicable. The Vendor also agrees to provide evidence that insurance policies contain a waiver of subrogation by the insurance company.

4.11 Employer’s Liability Insurance Minimum Coverage ● $1,000,000 each accident ● $1,000,000 each employee by disease ● $1,000,000 aggregate disease

4.12 Excess Liability The COF requires Umbrella or Excess Liability Insurance in a minimum amount of five million dollars ($5,000,000.00), which must apply, at a minimum, to the insurance required in Subsection 4.8 (Commercial General Liability), 4.9 (Auto Liability) and 4.11 (Employer’s Liability) above.

4.13 Cyber Liability Insurance COF requires Network Security and Privacy/Cyber Liability insurance in the amount of $5,000,000 per claim and $5,000,000 annual aggregate, and shall cover all acts, errors, omissions, negligence, and network risks including coverage for unauthorized access, failure of security, breach of privacy perils, as well as notification costs and regulatory defense in the performance of service for COF. Such insurance shall be always maintained in force during the term of the agreement and for a period of three (3) years thereafter for services completed during the term of the agreement.

4.14 Subcontractor Insurance Coverage Except where the COF has approved in writing a Vendor subcontract with other insurance provisions, Vendor must require all its Subcontractors under the Contract resulting from this procurement to purchase and maintain the insurance coverage as described in this section for the Vendor in connection with the performance of work by those Subcontractors. Alternatively, Vendor may include any Subcontractors under Vendor’s insurance on the coverage required in this section. Subcontractor(s) must fully comply with the insurance coverage required in this section. Failure of Subcontractor(s) to comply with insurance requirements does not limit Vendor’s liability or responsibility.

Page 15 of 21

4.15 Certificates of Insurance and Other Requirements Vendor must furnish to the COF, certificate(s) of insurance verifying insurance coverage or providing satisfactory evidence of self-insurance as required in this section (the “Certificates”). The Certificate must be on the standard “accord” form or equivalent. All Certificate(s) are to be prepared and submitted by the Insurance Provider. Vendor or its insurance carrier must provide COF thirty (30) days’ notice if any insurance required hereunder is CANCELLED, MATERIALLY CHANGED, OR NOT RENEWED, except for ten (10) days for non-payment of premium. The Vendor is responsible to provide this notice upon receipt and must include the Contract affected. Before the Contract is signed, and not less than twenty (20) days before the insurance expiration date every year thereafter, the Vendor must provide evidence that COF and its agents, officers and employees are listed as additional insured under each commercial general liability and commercial automobile liability policy.

The Vendor must maintain all required insurance coverage throughout the term of the Contract resulting from this RFP and any extensions and, in the case of claims-made Commercial General Liability policies, must secure tail coverage for at least three years following the expiration or termination for any reason of the Contract. The minimum limits of coverage specified above are not intended and must not be construed; to limit any liability or indemnity of Vendor under the Contract to any indemnified party or other persons. Vendor is responsible for all deductibles regarding the insurance. If the Vendor fails to pay any premium for required insurance as specified in the Contract resulting from this RFP, or if any insurer cancels or significantly reduces any required insurance as specified in the Contract without the COF’s written consent, then the COF may, after the COF has given the Vendor at least thirty (30) days written notice, pay the premium or procure similar insurance coverage from another company or companies. The Vendor must pay that cost upon demand by COF.

4.16 Governing Law The Contract resulting from this RFP shall be governed by and construed in accordance with the laws of the Commonwealth of Massachusetts.

4.17 Cancellation/Termination If the Vendor defaults in its agreement to provide service in accordance with the contract terms, COF may take whatever action it deems necessary to provide alternate services and may, at its option, immediately cancel the Contract resulting from this RFP. Either party may terminate the Contract resulting from this RFP by providing the other party with a sixty (60) day notice in writing.

4.18 Equal Opportunity The awarded Vendor and all subcontractors working with COF and COF member Colleges, agree not to discriminate on the grounds of race, color, religion, gender, sexual orientation, national origin or citizenship status, age, disability, or veteran’s status and to provide reasonable accommodations to qualified individuals with disabilities.

4.19 Sexual Harassment COF is committed to providing a positive environment for all students and staff.  Sexual harassment, whether intentional or not, undermines the quality of this educational and working climate.  COF has a legal and ethical responsibility to ensure that all students and employees can learn and work in an environment free of sexual harassment.

4.20 Health & Safety Protocols Vendors agree to comply with all COF and COF member campus policies related to campus health and safety policies and procedures including but not limited to testing for certain infectious diseases prior to visiting campuses, masking, distancing, and attesting to being symptom free.

Page 16 of 21

4.21 Electronic Signature The parties agree that the submitted RFP attachments, transmittal letter and the subsequent Contract and any amendments resulting from this procurement may be executed using electronic contracting technology using symbols or other data in digital form and agree that such electronic signature is the legal equivalent of a manual signature binding the parties to the terms and conditions stated herein.

4.22 Other Terms & Conditions The awarded vendor may be required to execute the Commonwealth of Massachusetts Terms and Conditions acknowledgement. https://www.mass.gov/info-details/compliance-with-statewide-contract-rules

5. GENERAL REQUIREMENTS COF requires the Vendor to have the proven ability to deliver the types of services sought in this RFP. Responses that merely restate the requirement or only indicate an acknowledgement of understanding and a willingness to comply will be considered unresponsive.

5.1 Organization Background and Qualifications COF expects to engage a Vendor with an established history of providing the services required by this RFP and in the manner described in Subsection 1.2- Scope of Work, and Section 6- Automated Laundry Service Requirements. Proposer shall discuss its background, qualifications and experience installing, servicing, and managing automated laundry machines in residential housing facilities on college campuses. The Vendor shall have experience providing these services for other similarly sized institutions of higher education. Proposers shall provide the following information:

(1) Years of experience providing these services. (2) Number of employees with experience in delivering these services.

5.2 Customer and Client Relationship Management Successful and productive relationships between COF and the Vendor will be essential for a successful Contract. Proposer shall describe how it will ensure that the COF and each College are satisfied with all aspects of account management, equipment installation, service delivery. Response shall at a minimum answer the following questions and address how Subcontractors will be involved and included.

(1) Who will manage the account from a business and executive level? (2) How will client satisfaction be measured and reported? Proposer shall provide any available metrics

for its current customer base, e.g., retention rate, etc. (3) What are the processes and mechanisms for handling equipment maintenance issues? (4) What are the processes and mechanisms for handling refunds to laundry customers when there is an

equipment malfunction? (5) How are client satisfaction deficiencies addressed and resolved? (6) Are there any programs to collect COF client and laundry customer feedback? (7) Proposer shall describe the Service Level Agreement (SLA) metrics and standards it will use to ensure

COF Customer needs are met, including how each metric is measured, monitored, and reported. (8) Describe the process followed to identify and resolve SLA noncompliance including escalation,

credits, etc. What is the proposed escalation procedure, designated managers, and contact information, should issues need to be elevated?

5.3 Personnel Requirements The Vendor shall provide experienced personnel, capable of and devoted to the successful accomplishment of work to be performed under the Contract resulting from this RFP. The Vendor shall assign specific individuals to

Page 17 of 21

key positions (Key Personnel) in support of the Contract such as account manager, service technician, etc. Proposer shall provide an organization chart showing Key Personnel and their roles and responsibilities for COF laundry services (including the primary location of offices, etc.), the lines of communication between all parties and the hierarchy of responsibility between all parties (Vendor and any subcontractors). Proposers shall include a comprehensive summary of the experience and qualifications of all Key Personnel who will support COF with emphasis on engagements of similar scope and complexity. Proposers shall address the following requirements:

(1) Selected Vendor shall assign an account manager to oversee and direct the entire operation. (2) Hiring and dismissal of personnel will be at the sole discretion of the Selected Vendor; however, each

College may request reassignment or transfer of employees. (3) Employees assigned to the COF must be in complete and clean uniforms and must be properly groomed

prior to their arrival on campus. (4) All employees must be issued and wear name tags. (5) All employees must observe the rules and regulations of the individual Colleges, including but not limited

to: Parking Regulations, Escort Policies, Health and Safety Policies, and No Smoking Policies. (6) Selected Vendor must agree to conduct a complete background investigation on all employees assigned

to this account. Any areas of concern will be made known to the College.

5.4 Subcontractors The Vendor shall assume responsibility for coordination, control, performance and all acts and omissions of Subcontractors (which includes third-party equipment manufacturers). COF reserves the right to review agreements with Subcontractors. COF shall not have a contractual relationship with the Subcontractors for any services provided under the Contract resulting from this procurement. (Existing contracts between COF and any potential Subcontractor do not apply). Proposed Subcontractors may be required to participate in oral presentations and/or demonstrations.

5.5 Service Providers & Subcontractors Listing In response to this section, Proposer shall complete Attachment C – Service Provider Subcontractor Listing. Proposer shall explain its relationship with the Subcontractor, describe the role the Subcontractor will play and provide the name and a description of Subcontractor(s) relevant qualifications and capabilities.

5.6 References Proposers shall provide a minimum of three (3) references that have engaged the Proposer’s firm to provide automated laundry services at their facility. COF will use reference information to validate information provided in response to the RFP. COF may contact one or more references that have been provided by the Proposer or other sources that may not have been named by the Proposer but can assist COF in determining performance. For each reference, provide the following information in the order listed:

● Name of Entity ● Address (include City, State, Zip) ● Contact Name and Title ● Contact Phone Number ● Contact Email Address ● Contract start/end dates ● Contract description

6. AUTOMATED LAUNDRY SERVICE REQUIREMENTS The purpose of this section is to provide COF with an understanding of the Proposer’s approach to meeting the preferences and requirements listed below related to automated laundry services at participating COF member campuses.

Page 18 of 21

6.1 Laundry Areas (1) All automated laundry equipment will be installed in existing locations (listed in Subsection 3.1) and any new

locations identified by each College. (2) Proposers should describe their company’s willingness to pay for laundry area improvements at each College

including, but not limited to electrical, plumbing, venting, painting, lighting, and flooring repair or replacement.

(3) The Vendor shall assume complete responsibility for damages to the College’s premises and property when installing/fixing any machine.

(4) At the time of installation, repairs and whenever machines are replaced, the Vendor shall at its sole expense remove all trash/waste.

(5) The Vendor must provide signage with an overview and instructions for any 1-800 service number, website, and or mobile application for service requests that are in place that can be used by students as well as record keeping and monitoring procedures for maintenance requests. At the request of the Colleges, the Vendor must be able to provide any instructional signage in Braille to accommodate any visually impaired students.

6.2 Laundry Equipment (1) Except for the incumbent service provider, all Proposers should describe the process for implementing

new services at COF campuses- including the timeline and process for the installation of equipment. (2) COF strongly prefers new equipment of the most recent model. Updated equipment may be accepted if

in operable, and thoroughly refurbished condition. (3) All equipment will be subject to inspection and approval by each College prior to installation. (4) Inspections will be made to machines for any visible damage, debris, stains, significant dents, scratches,

writing or markings, residues, or other blemishes, which would detract from the aesthetics of the space. Any machine that does not conform to the College’s standards must be repaired or replaced in a timely manner.

(5) Industry improvements to laundry equipment occurring during the term of the contract will be incorporated by the Vendor in subsequent installations.

(6) Laundry equipment will be compatible in terms of decor when three or more machines are placed together at one location.

(7) Equipment and supplies will be maintained by the Vendor, adhering to the highest standards of cleanliness and sanitary practices. The Vendor will conduct equipment and facilities maintenance and sanitation inspections on a regular basis. The Vendor is responsible for implementing any corrective measures required resulting from these inspections within seven (7) days of the date of inspection.

(8) The Vendor will conduct a program of preventive maintenance and regular replacement of worn, damaged, or malfunctioning laundry equipment as outlined in the bid. The Colleges will not provide maintenance or repairs on any laundry equipment belonging to the Vendor.

(9) All washers and dryers must come equipped with a monitoring system with the capability to remotely alert the user of the wash and dry status. This system should also have the capability to notify the contractor of a machine malfunction.

6.3 Laundry Payment Options (1) The Vendor will install machines that accept the following forms of payment: cash, credit, debit, Google Pay,

Apple Pay, and any third-party campus cash program in which each College may participate. Currently, Colleges participate in a Fenway Card program managed by Transact Campus.

(2) The Vendor shall be required to purchase necessary card readers, displays and other peripherals as specified by each College for use with the campus card system. The Vendor shall have title to such equipment.

(3) The Vendor shall install said readers, displays and peripherals at its expense to the laundry machines on a timely basis as specified by each College.

(4) The Colleges shall provide data drops to the laundry locations for machine connection to the card system.

Page 19 of 21

(5) The vendor shall purchase card readers, displays and peripherals for its machines as spares. These spares will be used for quick replacement of malfunctioning equipment. The vendor shall have title to such spare equipment.

(6) Vendor shall repair or replace at its expense broken or malfunctioning readers, displays and peripherals. (7) In the event of replacement or the addition of laundry machines, the replacement or additional machines shall

be equipped with card readers for use with the campus card system. (8) Vendor shall make every effort to install and maintain readers on all types of laundry machines in its inventory.

This provision is subject to the readers being available for each machine type. (9) The Vendor shall develop and offer app-based solutions that allow users to pay using credit, debit, campus cash,

or third-party app-based payment platforms like Apply Pay and Google Pay.

7.VALUE ADD AND OPTIONAL SERVICES Proposers are encouraged to submit service descriptions and specifications for services that are extensions of the services within this RFP. Submission of this information does not obligate the COF or Colleges to purchase the service, although the COF may seek to include additional service types under the Contract where it makes both technological, service, and financial sense. Proposers may provide creative enhancements or business model improvements that have not been addressed previously in this document.

8. FINANCIAL SPECIFICATIONS 8.1 Commissions Commissions will be paid to each College on an individual basis. It is understood that each College will approve the price for automated laundry that is proposed by the Vendor as set forth in Attachment B (Financial Proposal). Should any College elect to update the laundry service business model to be open to students, the Vendor will work individual Colleges to mutually agree on an institutional fee-based model, eliminating the commissions proposed in this RFP and defined in the resulting Contract.

8.2 Accounting & Reporting (1) The Vendor will maintain complete and accurate records of automated laundry sales in accordance with

accepted industry accounting practices and will retain all such financial records and statements pertaining to the operations at each COF College for a period of five (5) years from the close of each year’s operation.

(2) The Selected Vendor’s records pertaining to the operations of this automated laundry service will be open for inspection and/or audit by a representative of the COF at any reasonable time.

(3) The Vendor will supply Colleges with a monthly report with information on total revenue generated and total commission paid to each College. The Vendor will supply COF with an annual report in July each year with information on total revenue generated at each College and the total commissions paid to each College for the period of performance between July 1st-June 30th each year of the Contract.

8.3 Payments (1) On a monthly basis, the Vendor will pay each College the commissions on the prior month’s total sales on

or before the 15th of the following month. Payment shall be accompanied by a detailed explanation of dollar sales and a composite statement of said dollar sales and commissions. Causes of abnormal revenue deviations will be noted by the Vendor as part of these statements.

(2) On the expiration of or termination of this contract, commissions due each College will be paid on sales until all equipment has been removed. The removal date will be indicated on the periodic statements.

(3) Upon reasonable request of the COF, the Vendor will meet with representatives of the COF and each College to review each periodic statement, explain deviations, discuss problems, and pursue mutual agreement on courses of action to improve the results of the required services included in the Contract resulting from this procurement.

Page 20 of 21

(4) Periodic statement adjustments required because of review and/or audit will be identified and reflected on the statement for the next period.

8.4 Laundry Pricing (1) Vendor will propose pricing for each type of laundry cycle. Colleges must approve in writing of these

prices and any price changes during the Contract period. (2) Average price point increases proposed by Vendor will not be greater than the Consumer Price Index (CPI)

for the Metropolitan Boston Standard Metropolitan Statistical Area (SMSA).

8.5 Investment COF recognizes that many contractors include a pledge to invest monies toward the support of College programs, scholarships, or improvement of facilities. If Proposers are including transition bonuses, retention bonuses (incumbent only), or any additional support for College programs, scholarships, or improvement of facilities, their proposals must clearly state the investment amount..

9. RESPONSIBILITIES 9.1 College Responsibilities

(1) Each College will determine the broad policy under which the laundry areas will operate. (2) Each College in consultation with the Vendor will determine the initial locations and number of

automated laundry machines desired if different from current arrangements. (3) Each College will be permitted to independently verify satisfactory appearance of machines and the

installation locations. (4) Each College will provide utility services reasonably required for efficient operation of automated laundry

machines but will not guarantee an uninterrupted supply of heat and electricity except that it will exercise due diligence in restoring service following any disruption of service. The College will not be liable for any loss which may result from the failure of any such utility service.

(5) Each College will furnish consumer trash removal and extermination services for the laundry areas. (6) Each College will furnish the automated laundry service areas with complete building maintenance

services including, without limitation, the replacement of light bulbs and fixtures, cleaning of walls, windows, ceilings, ducts, and light fixtures.

(7) Each College will make capital expenditures, improvements, repairs, and maintenance work deemed necessary or appropriate by each College, at its sole discretion, in and around the laundry service areas.

(8) Each College will, at its sole cost and expense, keep the premises and all property contained therein, insured against loss or damage from fire, explosion or other cause normally covered by standard broad form property insurance policies. Each College will also, at its sole cost and expense, maintain a comprehensive General Liability policy in such amounts as are standard and customary in the College’s industry.

9.2 Contractor Responsibilities (1) The Vendor will be responsible for the entire automated laundry service operation (except for the

provision of space, utilities, and routine housekeeping). Responsibilities include service, repair/maintenance regardless of cause, parts, vandalism, clothing claims, and insurance.

(2) all supplies, equipment specified, and all management and labor necessary for the efficient, sanitary, and ecologically sound operation of the services outlined in this RFP.

(3) Labeling, signage, instructions communicating how to use equipment, how to pay, and how to request support.

(4) The Vendor will stay informed to changing laundry trends. Accordingly, the Vendor is expected to initiate ideas which in each College’s opinion are economically and financially feasible.

Page 21 of 21

(5) The Vendor will obtain all requisite permits and licenses and operate and maintain the automated laundry service in accordance with the standards of quality, cleanliness, safety, and health as established by law, provided, however, that any structural, mechanical, or equipment changes required to comply with applicable laws, regulations, codes, and/or other standards will be made by COF at each College’s sole cost and expense.

(6) The Vendor will comply with all laws, rules, and regulations of any federal, state, and local governments, bureau, or departments applicable to said laundry facilities.

(7) The Vendor shall provide and maintain machines such that continuous service is always available. Continuous service shall be defined as an adequate amount of fully operational machines on all floors of all residential facilities. Residents shall not be inconvenienced and made to travel to alternate floors of their buildings to wash their laundry.

(8) The Vendor will ensure that biannually a meeting between COF and the Account Manager designated by the Vendor is established to review requirements and performance of the automated laundry service operations. Additional meetings may be held individually with each College.

(9) COF reserves the right to require additional machines be installed at existing or new locations as needed and conditions indicate. During the period of this contract, or any extension thereof, COF reserves the right to add or delete specific services and/or locations at the prevailing contract prices. The contractor will be given seven (7) days’ notice in writing, to effect requested changes.

(10) The Vendor shall provide a minimum of one (1) educational program per semester of each academic year for the term of the contract, including any extensions of said contract. Educational programming should include information regarding proper techniques for cleaning of clothing as well as information regarding proper operation of laundry equipment. All programming shall be approved in advance by the College’s Residential Life and/ or Facilities departments in August of each year for the impending academic year.

REQUIRED SUBMISSION FORMS The following forms are required:

● RFP Cover Sheet ● Transmittal Letter ● Executive Summary ● Proposal ● Attachment A - Financial Proposal ● Attachment B - Administrative Requirements ● Attachment C - Subcontractor List ● Proposed Equipment List & Specifications