HomeMy WebLinkAboutCCF08082023CITY 4 !
DIAMOND BAR
C A L I F 0 R N f A
REQUEST FOR PROPOSAL
The City of Diamond Bar is currently accepting proposals for a provider to supply
apparel and sports medals for the Parks and Recreation Department during the
2023/2024 FY
Introduction
The City of Diamond Bar is seeking a provider for apparel for City recreational
programing during the 2023/2024 FY. Apparel would consist of, but not limited to: tee-
shirts (printed), hats, visors, basketball jerseys (youth and adult) and soccer jerseys
(youth and adult) and sports medals.
Scope of Work
To be considered, proposals must be submitted to the City of Diamond Bar by Tuesday,
August 8, 2023 at 5:30PM. All proposals must be itemized and include all fees associated
with cost, including tax, printing, design, delivery, and any other additional charges.
Please submit your quote based on the information provided.
Please quote on the following items:
Jerseys
• (200) Youth Jerseys - multiple jersey colors:
SIZE QTY: (50) Small, (50) Medium, (50) Large, (50) X - Large.
JERSEY STYLE: A4 dri-fit reversible basketball jersey (Style#: N2375/NB2375)
PRINTING: two sides/ one color (approx. 8" diameter front center logo and 6"
number on back).
All artwork will be provided by the City of Diamond Bar in (PDF, JPEG, PNG, EPS.)
• (200) Youth Jerseys - multiple jersey colors:
SIZE QTY: (50) Small, (50) Medium, (50) Large, (50) X - Large.
JERSEY STYLE: A4 dri-fit one sided soccer jersey (Style#: N3181 /NB3181)
PRINTING: two sides/ one color (I O'W" front center logo and 6" number on back).
All artwork will be provided by the City of Diamond Bar in (PDF, JPEG, PNG, EPS.)
Tee -Shirts
• (55) Adult Tee -Shirts:
SIZE QTY: (10) Medium, (20) Large, (20) X-Large, (5) XX-Large
SHIRT STYLE: 50/50 blend (Gildan) - Black
PRINTING: two sides/ one color (8" diameter front center logo and 3" letters
"COACH" across upper back).
All artwork will be provided by the City of Diamond Bar in (PDF, JPEG, PNG, EPS.)
(400) Youth Tee -Shirts:
SIZE QTY: (100) Small, (100) Medium, (100) Large, (100) X-Large
SHIRT STYLE: 50/50 blend (Gildan) - lime green (Style#8000/8000B)
PRINTING: two sides/ two colors front & two colors back (pocket logo 4"x2" and
large 11 "x7'/2" back center logo).
All artwork will be provided by the City of Diamond Bar in (PDF, JPEG, PNG, EPS.)
• (100) Adult Tee -Shirts:
SIZE QTY: (25) Small, (25) Medium, (25) Large, (25) X-Large
SHIRT STYLE: 50/50 blend (Gildan) - Royal Blue (Style#8000/8000B)
PRINTING: two sides/ two colors front & two colors back (pocket logo 4"x2" and
large11 "x7'/2" back center logo).
All artwork will be provided by the City of Diamond Bar in (PDF, JPEG, PNG, EPS.)
• (25) Adult Tee -Shirts:
SIZE QTY: (5) Small, (10) Medium, (5) Large, (5) X-Large
SHIRT STYLE: 50/50 blend (Gildan) - Light Blue (Style#8000/8000B)
PRINTING: two sides/ seven colors (pocket logo 4"x2" and large 10"x7" back
center logo).
All artwork will be provided by the City of Diamond Bar in (PDF, JPEG, PNG, EPS.)
Medals
• (425) 2'/2 inch illusion basketball medals with sublimated engraving on the back
and 1 inch neck ribbon (available in multiple colors).
(425) 3 Inch illusion soccer medals with sublimated engraving on the back and
1 inch neck ribbon (available in multiple colors).
Hats & Visors
• (25) Visors:
STYLE: Sports-Tek Dry Zone Colorblock Visor STC13 - Navy/ White
EMBRODIERY: two color city logo (centered)
All artwork will be provided by the City of Diamond Bar in (PDF, JPEG, PNG, EPS.)
• (50) Hats:
STYLE: NEW ERA - Navy (Style#NE204)
Embroidery: two color city logo (centered)
All artwork will be provided by the City of Diamond Bar in (PDF, JPEG, PNG, EPS.)
Contractor Reauirements
1. Fill out and submit the Cost Proposal - Bid Sheet on PlanetBids.
2. Contractor will be required to sign a Contractor Service Agreement and meet all
requirements outlined in the agreement including insurance and provide
documents prior to beginning work.
3. Please provide three references from either another municipality or closely
related customer to help with the selection.
4. Must be able to fulfill and deliver order within 10-12 working days.
5. Ability to provide additional shirts of an already placed order in a two -week
turnaround time.
b. Contractor must have a no minimum order requirement.
7. Delivery of all ordered items.
8. Ability to provide requested samples. Must have a minimum of 10 color options.
9. Must be able to accept payment in check form and provide itemized invoices.
10. Must be able to submit W-9 Form.
Selection Criteria
In reviewing and evaluating the response to this RFP, City staff will be considering the
following:
• Responsiveness and comprehensiveness of the proposal with respect to this
Request for Proposal (RFP).
• Availability of the company and their ability to meet the proposal scope of work.
• References
• Cost of quoted items.
Please provide three references from either another municipality or closely related
customer to help with the selection.
The City reserves the right to reject any or all proposals and may elect to make a
decision without further discussion or negotiation. This solicitation for proposals is not to
be construed as a contract or order of any kind. The City is not liable for any costs or
expenses incurred in the preparation of the proposal.
If you have any questions, please contact Andee Williams:
E-Mail: awilliams@diamondbarca gov
Phone: 909.839.7067
To be considered, proposals must be submitted to the City of Diamond Bar by
Tuesday, August 8, 2023 @ 5:30PM
Company Name r" s r ks n C
Address Z Q°1 S oU�Avi O n,VA A--C, L. a A a t i 4, 6
Name & Title Mai clnae'l ?Z? CA (V*\.o-A-q r
Phone L 0\, 3 4- 3 3 3
Email (Vn•t6Aac( — 5 o/GCS . caul
Athletic Jerseys
Item
Description
QTY
Cost/jersey
Total Cost
QTY: 50 each: small, medium,
large, x-large. STYLE: A4 dri-fit
reversible basketball jersey
Youth Jerseys
(style#N2375/NB2375). PRINT:
� � � • 1 S
� Z1 � sz�.
(mulitple jersey
Two sides/one color (approx. 8"
200
colors)
diameter front center logo and
6" number on back).
QTY: 50 each: small, medium,
large, x-large. STYLE: A4 dri-fit
one sided soccer jersey
Youth Jerseys
(style#N3181 /NB3181). PRINT:
U
1II60. ,
(mulitple jersey
Two sides/one color (approx.
200
colors)
10"x7" diameter front center
logo and 6" number on back).
Tee -Shirts
Item
Description
QTY
Cost/shirt
Total Cost
QTY: (10) medium, (20) large,
(20) Marge, (5) XX-Large. STYLE:
50/50 blend (Gildan) - BLACK.
Adult Tee -Shirts
PRINT: two sides/one color (8"
55
diameter front center logo and
3" letters "COACH" across upper
QTY: (100) Small, (100) Medium,
(100) Large, (100) X-Large. STYLE:
50/50 blend (Gildan) - lime
green (Style#8000/80008).
PRINTING: two sides/ two colors
25
2 too. a a
i
Youth Tee -Shirts
front & two colors back (pocket
400
logo 4"x2" and large 11 "x7'/2"
back center logo).
QTY: (25) Small, (25) Medium,
(25) Large, (25) X-Large. STYLE:
50/50 blend (Gildan) - Royal
ZS
c,2� oa
Blue (Style#8000/8000B).
S -
PRINTING: two sides/ two colors
Adult Tee -Shirts
front & two colors back (pocket
100
logo 4"x2" and largel 1 "x7'/2"
back center logo).
QTY: (5) Small, (10) Medium, (5)
Large, (5) X-Large. STYLE: 50/50
blend (Gildan) - Light Blue
1
Adult Tee -Shirts
(Style#8000/8000B). PRINTING:
25
two sides/ seven colors (pocket
logo 4"x2" and large 1 O'W"
back center logo.
Medals
Item
Description
QTY
Cost/medal
Total Cost
2'/2 inch illusion basketball
medals with sublimated
Basketball Medal
engraving on the back and
425
1 inch neck ribbon (available in
multiple colors).
3 Inch illusion soccer medals
with sublimated engraving on
SO
Soccer Medal
the back and 1 inch neck ribbon
425
(available in multiple colors).
Hats & Visors
Item
Description
QTY
Cost/item
Total Cost
STYLE: Sports-Tek Dry Zone
Visors
Colorblock Visor STC 13 - Navy/
White. EMBRODIERY: two color
25
city logo (centered)
STYLE: NEW ERA - Navy
Hats
(Style#NE204). Embroidery: two
a
color city logo (centered)
50
AKNOWLEDGEMENT OF REVIEW
"I affirm that I have reviewed the Request for Proposal (RFP). I have completed the Cost
Proposal - Bid Sheet to the best of my knowledge. I understand that all information submitted
about this RFP may be subject to the provisions of the Public Records Act. The City shall have
the right to terminate at any time any contract awarded to an RFP response that contains false
information."
Signature
,
Date
-� Z
Printed Name
;rye I GL�
Title
rva- I U
Company Name
r-V(xr,\C c:, o ( sm .��C
SERVICE AGREEMENT
THIS AGREEMENT (the "Agreement") is made as of August 18, 2021 by and
between the City of Diamond Bar, a municipal corporation ("City") and COMPANY
NAME, a California limited liability company ("Vendor ").
1. Vendor's Services.
Subject to the terms and conditions set forth in this Agreement Vendor shall
provide to the reasonable satisfaction of the City the Vendor services set forth in the
attached Exhibit "A", which is incorporated herein by this reference. As a material
inducement to the City to enter into this Agreement, Vendor represents and warrants
that it has thoroughly investigated the work and fully understands the difficulties and
restrictions in performing the work. Vendor represents that it is fully qualified to perform
such consulting services by virtue of its experience and the training, education and
expertise of its principals and employees.
Andee Williams, Recreation Supervisor, herein referred to as the "City's Project
Manager"), shall be the person to whom the Vendor will report for the performance of
services hereunder. It is understood that Vendor shall coordinate its services hereunder
with the City's Project Manager to the extent required, by the City's Project Manager,
and that all Vendor s required hereunder by Vendor shall be performed to the
satisfaction of the City's Project Manager and the City Manager.
2. Term of Agreement. This Agreement shall take effect July 1, 2021, and
shall continue until June 30 2022 ("Term"), unless earlier terminated pursuant to the
provisions herein.
The City shall have the option to extend this Agreement for up to three additional
years subject to the same terms and conditions contained herein, by giving Vendor
written notice of the exercise of this option at least thirty (30) days prior to the expiration
of the initial Term.
3. Payment.
Basic Fee Amount. Except as provided in Section 3.A, the CITY agrees to
compensate the Vendor, and the Vendor agrees to accept in full satisfaction for the
service provided for in Section 1, Payment will be made only after the conclusion of
services and submission of proper invoices in the form specified by City. Total payment
to Vendor pursuant to this Agreement shall not exceed $$$$$ per fiscal year.
1 Professional Services - Snow Services
1571951.1
A. Deductions. Should the Vendor fail to adhere to the time schedule set
forth in Exhibit A, the City may in the CITY's sole discretion either: (1)
immediately terminate this Agreement; or (2) deduct $100 from the fixed
fee prescribed in Section 4.1 for every fifteen (15) minutes that the Vendor
is late.
B. Payment shall constitute payment in full for all services, authorized costs
and authorized extra work covered by that invoice.
4. Change Orders. No payment for extra services caused by a change in
the scope or complexity of work, or for any other reason, shall be made unless and until
such extra services and a price therefore have been previously authorized in writing and
approved by the City Manager or his designee as an amendment to this Agreement.
The amendment shall set forth the changes of work, extensionof time, if any, and
adjustment of the fee to be paid by City to Vendor.
5. Status as Independent Vendor.
A. Vendor is, and shall at all times remain' as to City, a wholly independent
Vendor. Vendor shall have no power to incur any debt, obligation, or liability on behalf
of City or otherwise act on behalf of City as an agent, except as specifically provided
herein. Neither City nor any of its agents shall have control over the conduct of Vendor
or any of Vendor's employees, except as set forth in this Agreement. Vendor shall not,
at any time, or in any manner, represent that it or any of its agents or employees are in
any manner employees of City.
B. Vendor agrees to pay all required taxes on amounts paid to Vendor under
this Agreement, and to indemnify and hold City harmless from any and all taxes,
assessments, penalties, and interest asserted against City by reason of the
independent Vendor relationship created by this Agreement.
C. Vendor shall fully comply with Workers' Compensation laws regarding
Vendor and Vendor 's employees. Vendor further agrees to indemnify and hold City
harmless from any failure of Vendor to comply with applicable Worker's Compensation
laws.
D. Vendor shall, at Vendor's sole cost and expense fully secure and comply
with all federal, state and local governmental permit or licensing requirements, including
but not limited to the City of Diamond Bar.
E. In addition to any other remedies it may have, City shall have the right to
offset against the amount of any fees due to Vendor under this Agreement any amount
due to City from Vendor as a result of Vendor 's failure to promptly pay to City any
reimbursement or indemnification required by this Agreement or for any amount or
penalty levied against the City for Vendor's failure to comply with this Section.
2 Professional Services - Snow Services
1571951.1
6. Standard of Performance. Vendor shall perform all work at the standard
of care and skill ordinarily exercised by members of the profession under similar
conditions and represents that it and any subVendor s it may engage, possess any and
all licenses which are required to perform the work contemplated by this Agreement and
shall maintain all appropriate licenses during the performance of the work.
7. Indemnification.
Vendor shall indemnify, defend with counsel approved by City, and hold
harmless City, its officers, officials, employees and volunteers ("Indemnitees") from and
against all liability, loss, damage, expense, cost (including without limitation reasonable
attorneys' fees, expert fees and all other costs and fees of litigation) of every nature
arising out of or in connection with:
(1) Any and all claims under Workers' Compensation Act and other
employee benefit acts with respect to Vendor's employees or Vendor's Vendor
's employees arising out of Vendor's work under this Agreement; and
(2) Any and all claims arising out of Vendor's performance of work
hereunder or its failure to comply with any of its obligations contained in this
Agreement, regardless of City's passive negligence, but excepting such loss or
damage which is caused by the active negligence or willful misconduct of the
City. Should City in its sole discretion find Vendor's legal counsel unacceptable,
then Vendor shall reimburse the City its costs of defense, including without
limitation reasonable attorneys' fees, expert fees and all other costs and fees of
litigation. The Vendor shall promptly pay any final judgment rendered against the
Indemnitees. It is expressly understood and agreed that the foregoing provisions
are intended to be as broad and inclusive as is permitted by the law of the State
of California and will survive termination of this Agreement. Except for the
Indemnitees, this Agreement shall not be construed to extend to any third party
indemnification 'rights ;of any kind.
(3) The Vendor's obligations to indemnify, defend and hold harmless the
City shall survive termination of this Agreement.
8. Insurance.
A. Vendor shall at all times during the term of this Agreement carry, maintain,
and keep in full force and effect, with an insurance company authorized to do business
in the State of California and approved by the City the following insurance:
(1) a policy or policies of broad -form comprehensive general liability
insurance written on an occurrence basis with minimum limits of $1,000,000.00
combined single limit coverage against any injury, death, loss or damage as a
result of wrongful or negligent acts by Vendor, its officers, employees, agents,
and independent Vendor s in performance of services under this Agreement;
3 Professional Services - Snow Services
1571951.1
(2) property damage insurance with a minimum limit of $500,000.00 per
occurrence;
(3) automotive liability insurance written on an occurrence basis covering
all owned, non -owned and hired automobiles, with minimum combined single
limits coverage of $1,000,000.00; and
(4) Worker's Compensation insurance when required by law, with a
minimum limit of $500,000.00 or the amount required by law, whichever is
greater.
B. The City, its officers, employees, agents, and volunteers shall be named
as additional insureds on the policies as to comprehensive -general liability, property
damage, and automotive liability. The policies as to comprehensive general liability,
property damage, and automobile liability shall provide that they are primary, and that
any insurance maintained by the City shall be excess insurance only.
C. All insurance policies shall provide that the insurance coverage shall not
be non -renewed, canceled, reduced, or otherwise modified (except through the addition
of additional insureds to the policy) by the insurance carrier without the insurance carrier
giving City at least ten (10) days prior written notice thereof. Vendor agrees that it will
not cancel, reduce or otherwise modify the insurance coverage and in the event of any
of the same by the insurer to immediately notify the City.
D. All policies of insurance shall cover the obligations of Vendor pursuant to
the terms of this Agreement and shall be issued by an insurance company which is
authorized to do business in the _State of California or which is approved in writing by
the City; and shall be placed have a current A.M. Best's rating of no less than A-, VII.
E. Vendor shall submit to City (1) insurance certificates indicating compliance
with the minimum insurance requirements above, and (2) insurance policy
endorsements or a copy of the insurance policy evidencing the additional insured
requirements in this Agreement, in a form acceptable to the City.
F. Self -Insured Retention/Deductibles. All policies required by this
Agreement shall allow City, as additional insured, to satisfy the self -insured retention
("SIR") and/or deductible of the policy in lieu of the Vendor (as the named insured)
should Vendor fail to pay the SIR or deductible requirements. The amount of the SIR or
deductible shall be subject to the approval of the City. Vendor understands and agrees
that satisfaction of this requirement is an express condition precedent to the
effectiveness of this Agreement. Failure by Vendor as primary insured to pay its SIR or
deductible constitutes a material breach of this Agreement. Should City pay the SIR or
deductible on Vendor 's due to such failure in order to secure defense and
indemnification as an additional insured under the policy, City may include such
amounts as damages in any action against Vendor for breach of this Agreement in
addition to any other damages incurred by City due to the breach.
4 Professional Services - Snow Services
1571951.1
G. Subrogation. With respect to any Workers' Compensation Insurance or
Employer's Liability Insurance, the insurer shall waive all rights of subrogation and
contribution it may have against the Indemnitees.
H. Failure to Maintain Insurance. If Vendor fails to keep the insurance
required under this Agreement in full force and effect, City may take out the necessary
insurance and any premiums paid, plus 10% administrative overhead, shall be paid by
Vendor, which amounts may be deducted from any payments due Vendor.
I. Vendor shall include all
or shall furnish separate certificates
for review and approval. All insura
requirements stated herein.
subVendor s, if any, as insureds under its policies
and endorsements for each subVendor to the City
-ice for subVendor s shall be subject to all of the
9. Termination. The CITY may cancel the performance at any time with or without
cause. The Vendor may not cancel the performance for any reason (excluding force
majeure). In the event of such cancellation, the Vendor is responsible for all ensuing
damages to the City, including, but not limited to the cost associated with retaining a
replacement Vendor, unless the City subsequently agrees in writing to waive all or any
part of resulting damages.
10. Force Majeure.
A. The Vendor shall not be responsible for her/his failure to perform hereunder as a
result of unavoidable accident, acts of God, public enemies, pandemics, epidemics,
riots, strikes, civil commotion, or any other act reasonably beyond the control of the
Vendor.
B. The City shall not be responsible for any cancellation of the services as a result of
unavoidable accident, act of God, public enemies, pandemics, epidemics, riots, strikes,
civil commotion, or any other act reasonably beyond the control of the City.
11. Non -Discrimination and Equal Employment Opportunity.
A. Vendor shall not discriminate as to race, color, creed, religion, sex, marital
status, national origin, ancestry, age, physical or mental handicap, medical condition, or
sexual orientation, in the performance of its services and duties pursuant to this
5 Professional Services - Snow Services
1571951.1
Agreement, and will comply with all rules and regulations of City relating thereto. Such
nondiscrimination shall include but not be limited to the following: employment,
upgrading, demotion, transfers, recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation; and selection for training,
including apprenticeship.
B. Vendor will, in all solicitations or advertisements for employees placed by
or on behalf of Vendor state either that it is an equal opportunity employer or that all
qualified applicants will receive consideration for employment without regard to race,
color, creed, religion, sex, marital status, national origin, ancestry, age, physical or
mental handicap, medical condition, or sexual orientation.
C. Vendor will cause the foregoing provisions to be inserted in all
subcontracts for any work covered by this Agreement except contracts or subcontracts
for standard commercial supplies or raw materials.
12. Time Is of the Essence. Time is of the essence in this Agreement.
Vendor shall do all things necessary and incidental to the prosecution of Vendor's work.
13. Assignment. Vendor shall not assign or transfer any interest in this
Agreement nor the performance of any of Vendor 's obligations hereunder, without the
prior written consent of City, and any attempt by Vendor to so assign this Agreement or
any rights, duties, or obligations arising hereunder shall be void and of no effect.
14. Compliance with Laws. Vendor shall comply with all applicable laws,
ordinances, codes and regulations of the federal, state, and local governments.
15. Notices. Any notices, bills, invoices, or reports required by this
Agreement shall be deemed received on (a) the day of delivery if delivered by hand
during regular business hours or by facsimile before or during regular business hours;
or (b) on the third business day following deposit in the United States mail, postage
prepaid, to the addresses_ heretofore set forth in the Agreement, or to such other
addresses as the parties may, from time to time, designate in writing pursuant to the
provisions of this section.
"VENDOR " "CITY"
SQarts zrvc. City of Diamond Bar
Zaq S0,3j�n u.NANn A-ic 21810 Copley Drive
L -& eO ttiAf- c ok, C ► I A L Diamond Bar, CA 91765-4178
Attn.: cy. c V (�>c k,\ Attn.: Andee Williams
Phone: 4Lf q;�i - 33,g3 Phone: 909.839.7067
6 Professional Services - Snow Services
1571951.1
E-Mail: E-mail:
16. Governing Law. This Agreement shall be interpreted, construed and
enforced in accordance with the laws of the State of California. The venue for any
action brought under this Agreement shall be in Los Angeles County.
17. Counterparts. This Agreement may be executed in any number of
counterparts, each of which shall be deemed to be the original, and all of which together
shall constitute one and the same instrument.
18. Entire Agreement. This Agreement, and any other documents
incorporated herein by reference, represent the entire and integrated agreement
between Vendor and City. This Agreement supersedes all prior oral or written
negotiations, representations or agreements. This Agreement may not be amended,
nor any provision or breach hereof waived, except in a_ writing signed by the parties
which expressly refers to this Agreement. Amendments on behalf of the City will only
be valid if signed by a person duly authorized to do so under the City's Purchasing
Ordinance.
7 Professional Services - Snow Services
1571951.1
IN WITNESS of this Agreement, the parties have executed this Agreement as of the
date first written above.
" Vendor "
"City"
CITY OF DIAMOND BAR
By: By:
Printed Name: Daniel Fox, City Manager
Title:
By:
Printed Name:
Title:
ATTEST:
Kristna Santana, City Clerk
Approved as to form:
By:
Omar Sandoval, City Attorney
8 Professional Services - Snow Services
1571951.1
Andee Williams 909-839-7067
awilliams@diamondbarca.gov
Description
Scope of Services
The City of Diamond Bar is currently accepting proposals for a provider to supply apparel and sports medals for the Parks
and Recreation Department during the 2023/2024 FY
Special Notices
Electronic responses shall be submitted via the City's secure online bidding system. All required sections of the response
must be submitted via the website. Respondent is solely responsible for "on time" submission of their electronic response.
The Bid Management System will not accept late submittals and no exceptions shall be made. Respondents will receive a
confirmation number with a time stamp from the Bid Management System indicating that their response was submitted
successfully.
Vendor will be required to sign a Vendor Services Agreement and meet all requirements outlined in the agreement including
insurance and provide documents prior to scheduled dates. (See Sample Agreement)
Must be able to accept payment in check form and provide itemized invoices.
Vendor must provide Certificate of Liability Insurance $1,000,000.00 per occurrence and Additional Endorsement as required
by City policy. (See draft Vendor Services Agreement sample for specific additional requirements coverage)
In reviewing and evaluating the response to this RFP, City staff will be considering the following: Responsiveness and
comprehensiveness of the proposal with respect to this Request for Proposal (RFP), Availability of the company and their
ability to meet the proposal scope of work, Information obtained from references, and Cost of quoted items.
The City reserves the right to reject any or all proposals and may elect to make a decision without further discussion or
negotiation. This solicitation for proposals is not to be construed as a contract or order of any kind. The City is not liable for
any costs or expenses incurred in the preparation of the proposal.
The bidder is solely responsible for "on time" submission of their electronic bid. The City will only consider bids that have
been transmitted successfully and have been issued an a -bid confirmation number with a time stamp from the Bid
Management System indicating that bid was submitted successfully. Transmission of bids by any other means will not be
accepted. Bidder shall be solely responsible for informing itself with respect to the proper utilization of the bid management
system, for ensur
10