152 - Labor & Materials Necessary to Re-Upholster Chairs

expired opportunity(Expired)
From: Cleveland(City)
142

Basic Details

started - 03 Apr, 2024 (27 days ago)

Start Date

03 Apr, 2024 (27 days ago)
due - 18 Apr, 2024 (12 days ago)

Due Date

18 Apr, 2024 (12 days ago)
Bid Notification

Type

Bid Notification
142

Identifier

142
City of Cleveland

Customer / Agency

City of Cleveland
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

INVITATION TO BID Page 1 of 5 (This is not an order.) Buyer: Jules Gilliam 216-664-2621 jgilliam@city.cleveland.oh.us CITY OF CLEVELAND Requestor: Michael Mystic Division of Purchases & Supplies 216-265-6080 601 Lakeside Avenue mmystic@clevelandairport.com Room 128 Cleveland, OH 44114 Procurement Folder RFB No. RFB Description 145817 RFB 3001 202400000000152 Labor & Materials Necessary to Re-Upholster Chairs RFB Closing Date/Time Department/Division Public Bid Opening Date/Time April 18, 2024 3:00 PM 3001 April 18, 2024 3:00 PM SCHEDULE OF EVENTS Event Description Event Date Group/ Line# Commodity Description Item Quantity/ UOM Service Dates Catalog Discount 1 / 1 Labor & Materials Necessary to Re-Upholster Chairs From To Furnish all labor, material, and equipment necessary to re-upholster approximately 75 seats and 75 seat backs on multi-seat seating
units at Cleveland Hopkins International Airport. . -Seat to be re-upholstered in commercial grade vinyl -Materials specified to be Produratect-A -Nominal weight to be 32oz per yard -Material to possess a minimum, of 20,000 double rubs in heavy canvas -Material to pass flammability requirement MVSS 302 -Abrasion resistant -Contents to be 100% virgin vinyl . . Seat bottoms and back rests will be provided to the successful bidder for re-upholstering. They will be removed, dropped off, picked up and re-installed by the Building Maintenance Department. Include all labor cost in bid. No deposits will be given to place a work order. Seat coverings to be repaired in a timely manner for customer service comfort needs at CHIA. . . 24" x 24" x 4" (old seat will be provided) Price per Seat $_________________________ . 24" x 24" x 4" (old back will be provided) Price per Back $__________________________ . 60" x 20" x 3" (to include foam rubber) Price per Seat Cushion $__________________________ . 24" x 24" x 2" (to include foam rubber) Price per Cushion $__________________________ . Miscellaneous Items Not Listed: Price discount if any____________________________% . Labor Rate per Hour $______________________ . . *****Samples of current material available by contacting the Building Maintenance Department at (216)265-6080***** . INVITATION TO BID Page 2 of 5 (This is not an order.) Buyer: Jules Gilliam 216-664-2621 jgilliam@city.cleveland.oh.us CITY OF CLEVELAND Requestor: Michael Mystic Division of Purchases & Supplies 216-265-6080 601 Lakeside Avenue mmystic@clevelandairport.com Room 128 Cleveland, OH 44114 Procurement Folder RFB No. RFB Description 145817 RFB 3001 202400000000152 Labor & Materials Necessary to Re-Upholster Chairs RFB Closing Date/Time Department/Division Public Bid Opening Date/Time April 18, 2024 3:00 PM 3001 April 18, 2024 3:00 PM *****The Bid Must Be Submitted to: CityofClevelandbids@Clevelandohio.Gov - ONLY***** . . . *****Purchase Order Valid for One (1) Year or Until Funds Are Exhausted Whichever Occurs First***** . *****Services & Orders Are To Be Provided After Prior Departmental Approval***** . *****Services & Orders Are To Be Provided As Needed***** . *****Purchase Order Not to Exceed $8,000.00***** . *****Quantities & Orders May Vary***** . Ship To: Vendor Response CHIA CENTRAL RECEIVING Contract Amount CHIA CENTRAL RECEIVING $ 19451 FIVE POINTS RD Cleveland, OH 44135 Group/ Line# Commodity Description Item Quantity/ UOM Service Dates Catalog Discount 1 / 2 Insurance Requirements From To INSURANCE REQUIREMENTS: Contractor shall, at its own expense, maintain general public liability and motor vehicle insurance insuring Contractor and the City against liability from loss of life or damage or injury to persons or property arising from Contractor's operations at Cleveland Hopkins International Airport. Said policy or policies shall have limits for each occurrence of not less than a combined single limit of Two million Dollars ($2,000,000.00). All policies shall include the City and all if its officers, employees, and agent as additional insured. GENERAL: Contractor personnel engaged in this project shall be under the direct control of the Department of Port Control Airport personnel while in secured areas of Cleveland Hopkins International Airport. Secure areas for the purpose of this contract shall be defined as those areas in which individuals are required to undergo a Criminal Records Check (CHRC) prop to allowing unescorted access authority, to include any aircraft movement areas, aircraft loading ramps, or any aircraft parking areas. All contractor employees must be under continuous line-of- sight escort by designated Airport representatives who have escorted access authority. THERE WILL BE NO EXCEPTIONS. IDENTIFICATION: Contractor employees shall be subject to a name comparison with Department of Homeland Security, Transportation Security Administration, No Fly and Selectee Lists. All contractor employees must have readily available government issued identification, i.e. driver's license, etc. for positive identification and name comparison. Any Contractor employee who cannot positively identify themselves by the aforementioned method, or whose make appears on the federally issued No Fly and Selectee Lists, shall be denied access to any secured area of the airport. The main contractor is responsible for furnishing the Airfield Services Office with 24-hour emergency contact numbers (phone and/or pager) to include the main contractor's superintendent and a representative from each subcontractor. This requirement is to ensure that in the event the project site is involved in an emergency situation, or is a condition exists that presents a potential safety and/or security hazard. INVITATION TO BID Page 3 of 5 (This is not an order.) Buyer: Jules Gilliam 216-664-2621 jgilliam@city.cleveland.oh.us CITY OF CLEVELAND Requestor: Michael Mystic Division of Purchases & Supplies 216-265-6080 601 Lakeside Avenue mmystic@clevelandairport.com Room 128 Cleveland, OH 44114 Procurement Folder RFB No. RFB Description 145817 RFB 3001 202400000000152 Labor & Materials Necessary to Re-Upholster Chairs RFB Closing Date/Time Department/Division Public Bid Opening Date/Time April 18, 2024 3:00 PM 3001 April 18, 2024 3:00 PM TOOLS: *** *** * *Security is the responsibility of everyone who works at or performs work-related duties at Cleveland Hopkins International Airport. Airport employees and contractors who use tools on a daily basis at out airport have the increased responsibility to ensure they are controlled in a safe and effective manner. All employees and contractors shall only possess and use those tools and equipment within the secure area necessary to perform the assigned task. All tools, regardless of their apparently harmless nature, shall be strictly controlled and shall not be left unattended at any time for any reason. VEHICLES: Any vehicle required to access the airfield during this contract shall be provided a continuous escort by Cleveland Hopkins International Airport and shall be provided a similar escort when departing the airfield. All vehicles are required to display on both sides of the vehicle professionally made company logos for security and identification purposes. The minimum size for such required signage is 24" x 24" overall dimensions with a minimum of 2" lettering. No paper or cardboard type signage and/or logos will be approved. All vehicles are subject to inspection when they enter or at any time deemed appropriate while they are within the secure areas of the area. Aircraft always have the right of way. Vehicles that traverse Cleveland Hopkins International Airport shall adhere to the 15-mph hour speed limit. VEHICLE PARKING: Contractor vehicles, equipment, and supplies may not be placed within ten (10) feet of any airport fence. Vendors are instructed to submit all invoices directly to Airport Finance, at the billing address printed on the Purchase Orders: Cleveland Airport Systems P.O. Box 81009 Ship To: Vendor Response CHIA CENTRAL RECEIVING Contract Amount CHIA CENTRAL RECEIVING $ 19451 FIVE POINTS RD Cleveland, OH 44135 Vendor Response Vendor Total Amount for Items Vendor Total Amount for Services Payment Discount Offer $ $ % Day(s) TERMS OF DELIVERY Price quoted shall be F.O.B. delivered to the place designated on purchase order. No other terms will be acceptable. Delivery quoted must be stated in terms of work days after receipt of the order. All charges for shipping must be included within the Unit Price for each item quote unless otherwise designated by a separate line with a specified dollar amount inclusive of all shipping charges. No freight charges will be considered nor processed for payment unless apart of the original quote submitted prior to bid award. INVITATION TO BID Page 4 of 5 (This is not an order.) Buyer: Jules Gilliam 216-664-2621 jgilliam@city.cleveland.oh.us CITY OF CLEVELAND Requestor: Michael Mystic Division of Purchases & Supplies 216-265-6080 601 Lakeside Avenue mmystic@clevelandairport.com Room 128 Cleveland, OH 44114 Procurement Folder RFB No. RFB Description 145817 RFB 3001 202400000000152 Labor & Materials Necessary to Re-Upholster Chairs RFB Closing Date/Time Department/Division Public Bid Opening Date/Time April 18, 2024 3:00 PM 3001 April 18, 2024 3:00 PM EVALUATION CRITERIA Group/ Line # Evaluation Criteria Description Response Type 1 / 1 Lowest and best bidder under Chapter 181 C.O. NONE BIDDER AGREES TO COMPLY WITH ALL TERMS AND CONDITIONS BELOW AND ON REVERSE SIDE OF THIS BID Shipping/Freight Charges ALL CHARGES FOR SHIPPING MUST BE INCLUDED WITHIN THE UNIT PRICE OF EACH QUOTE UNLESS OTHERWISE DESIGNATED BY A SEPARATE LINE ITEM WITH A SPECIFIED DOLLAR AMOUNT INCLUSIVE OF ALL SHIPPING CHARGES. NO FREIGHT CHARGES WILL BE CONSIDERED NOR PROCESSED FOR PAYMENT UNLESS APART OF THE ORIGINAL QUOTE SUBMITTED PRIOR TO BID AWARD. Call Buyer Only Bidders must address all questions to the Buyer (See Above.) Do NOT contact the "Requestor." Contract only the Buyer listed above. MSDS required A Material Safety Data Sheet is required to be shipped with each specific applicable item on this PO. No Price increase This Purchase Order does not permit price increases. Missing information It is each bidder's individual responsibility to determine for themselves, in advance of bid submission, the accuracy and completeness of any and all information in an RFB. If a potential bidder does not notify the Division of Purchases and Supplies in advance of the bid opening date of any possible discrepancy then any such discrepancy or erratum cannot be the basis for a protest of award. Contact the Buyer immediately if there is a question of accuracy or completeness in these bid documents. INVITATION TO BID Page 5 of 5 (This is not an order.) Buyer: Jules Gilliam 216-664-2621 jgilliam@city.cleveland.oh.us CITY OF CLEVELAND Requestor: Michael Mystic Division of Purchases & Supplies 216-265-6080 601 Lakeside Avenue mmystic@clevelandairport.com Room 128 Cleveland, OH 44114 Procurement Folder RFB No. RFB Description 145817 RFB 3001 202400000000152 Labor & Materials Necessary to Re-Upholster Chairs RFB Closing Date/Time Department/Division Public Bid Opening Date/Time April 18, 2024 3:00 PM 3001 April 18, 2024 3:00 PM BIDDER MUST COMPLETE & SIGN BELOW NAME OF THE FIRM: STREET ADDRESS: CITY: STATE: ZIP CODE: FED ID # / SSN #: PHONE NO.: FAX NO.: EMAIL ADDRESS: PLEASE PRINT CONTACT NAME: AUTHORIZED SIGNATURE: DATE: All bids and related documents must be enclosed in a sealed envelope and marked with the RFB number. RETURN BID TO: Division of Purchases & Supplies 601 Lakeside Ave Room 128, City Hall Cleveland, OH 44114 Effective Immediately: In accordance with Codified Ordinance 181.13 (l) the City shall receive competitive sealed bids through email. All City of Cleveland bids estimated to be less than 50K in value will be submitted and received electronically via email. All bids must be emailed to CityofClevelandbids@clevelandohio.gov. Upon receipt of your bid, you will receive a reply indicating your bid has been received. Bidder's Instructions See enclosed Terms & Conditions. Read and follow all terms and conditions of the bid. Bids must be submitted to CityofClevelandbids@clevelandohio.gov, the Document ID Number and Buyer’s Name must be identified in the email subject line. Also clearly state the Document ID Number, Bid Description, Buyer's Name and Closing Date. . Bids received after the Closing Date, Closing Time and sent to any other email address not identified in the Bidders Instruction cannot be considered. Northern Ireland Affidavit must be completed, signed and included with each bid. The bid must be submitted to: CityofClevelandbids@Clevelandohio.Gov Bids received after the Closing Date, Closing Time and sent to any other email address not identified in the Bidders Instruction cannot be considered. The bid documents must include:  The Document ID Number and Buyers Name in email subject line  PDF File of Request For Bid Form  Terms & Conditions.  Northern Ireland Affidavit. Contact the Buyer immediately at the number on the Bid Form if you do not have all the required documents. Subject: Submission of NORTHERN IRELAND FAIR EMPLOYMENT PRACTICES DISCLOSURE Each bidder and/or appropriate parties should complete the DISCLOSURE and submit it with the bid, if possible. If not submitted with the bid, it must be completed and submitted to the Commissioner of Purchases and Supplies prior to any contract being awarded by the City. If a bidder or appropriate parties fail to complete and submit it, they shall not be eligible for a contract award. NORTHERN IRELAND FAIR EMPLOYMENT PRACTICES DISCLOSURE INSTRUCTIONS: Pursuant to Codified Ordinance Sec. 181.36, the information requested on this page must be supplied by all Contractors and any Subcontractors having more than a fifty percent (50%) interest in the proposed contract prior to any contract being awarded by the City of Cleveland. Any Contractor or Subcontractor who is deemed to have made a false statement shall be declared to have acted in default of its contract and shall be subject to the remedies for default contained in its contract. For failure to cure such a default, the Contractor or Subcontractor shall be automatically excluded from bidding for the supply of any goods or services for use by the City for a period of two years. CHECK WHICHEVER IS APPLICABLE: A. ( ) The undersigned or any controlling shareholder,* subsidiary, or parent corporation of the undersigned is NOT ENGAGED IN ANY BUSINESS OR TRADING FOR PROFIT IN NORTHERN IRELAND. (If paragraph A. is checked, proceed to the signature line.) B. ( ) The undersigned or any controlling shareholder,* subsidiary, or parent corporation IS ENGAGED IN ANY BUSINESS OR TRADING FOR PROFIT IN NORTHERN IRELAND. (If paragraph B. is checked, please either check the stipulation contained in paragraph C. or attach documentation that shows that the undersigned has complied with the stipulation contained in paragraph C. C. ( ) The undersigned and all enterprises identified in paragraph B. are TAKING LAWFUL AND GOOD FAITH STEPS TO ENGAGE IN FAIR EMPLOYMENT PRACTICES WHICH ARE RELEVANT TO THE STANDARDS EMBODIED IN THE “MacBRIDE PRINCIPALS FOR FAIR EMPLOYMENT IN NORTHERN IRELAND.” A copy of the MacBride Principles can be obtained from the Office of the Commissioner of Purchases and Supplies. In lieu of checking this paragraph, the undersigned must attach documentation which the undersigned believes shows compliance with the stipulation contained in this paragraph C. _____________________________ Name of Contractor or Subcontractor By: __________________________ Title:__________________________ *"Controlling shareholder” means any shareholder owning more than fifty percent (50%) of the stock in the corporation or more than twenty-five percent (25%) of the stock in the corporation if no other shareholder owns a larger share of stock in the corporation.

601 Lakeside Ave. Room 128 Cleveland, Ohio 44114Location

Address: 601 Lakeside Ave. Room 128 Cleveland, Ohio 44114

Country : United StatesState : Ohio

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.