Miscellaneous Audio Visual & Video Equipment
|
|
|
- William Warren
- 9 years ago
- Views:
Transcription
1 REQUEST FOR PROPOSALS AND INVITATION TO NEGOTIATE THIS IS NOT AN ORDER Date: August 13, 2012 Proposal: CMD Attn: Christine M. Detwiler Purchasing Coordinator Phone: Fax: Miscellaneous Audio Visual & Video Equipment Proposals must be received, by the due date/time specified above at the location below. Proposals received after the due date/time will not be opened and will be returned to the vendor, if requested. Any questions regarding the specific items on this proposal may be directed to: Christine M. Detwiler, Purchasing Coordinator, By signing this document I am agreeing, on behalf of my firm, to the specifications of this RFP and accepting, without exception or amendment, the University s Standard RFP Agreement Terms (Section III). All purchase orders resulting from this RFP shall be subject to these instructions, terms and requirements that shall be incorporated therein. Submitted by: Company Authorized Signature Date (Printed Name) (Title) 1. Read instructions attached before preparing the Proposal. 2. All quotes will be considered F.O.B. DEST, Freight Prepaid and Allowed shipping terms 3. The bidder shall bear full responsibility in their choice of agents to deliver their bid to the Procurement Services on or before the time indicated. 4. This form must be completed and returned with the proposal. A signature is required on all returned proposals. Fax Mail Hand carry Not Applicable Not Applicable Youngstown State University Attn: Christine M. Detwiler Attn: Procurement Services One University Plaza Youngstown, OH Youngstown State University Attn: Christine M. Detwiler Attn: Procurement Services One University Plaza Jones Hall 2 nd floor, Rm 2013 Youngstown, OH
2 REQUEST FOR PROPOSAL Table of Contents INDEX Table of Contents 2 SECTION I. Project Summary 3 SECTION II. Definitions 4 SECTION III. Standard RFP Agreement Terms 5-11 SECTION IV. RFP Response Instructions SECTION V. Scope of Work and Bid Specifications SCHEDULES Schedule A (Vendor Data Sheet) Schedule B (Miscellaneous Audio Visual & Video Equipment Pricing Proposal Form) 20 Schedule C (Certification Form) 21 Schedule D (Inquiry Form) 22 Schedule E (Market Basket) See Separate Attachment included w/proposal 2
3 1. Project Description: SECTION I PROJECT SUMMARY Youngstown State University requests proposals from qualified vendors to supply Miscellaneous Audio Visual & Video Equipment as described herein. Should your organization offer related Audio Visual & Video Equipment products or services not addressed in this RFP and you wish to offer those products or services to the University, you should include and clearly identify your offer for those additional items within your proposal and include as Schedule F. The University reserves the right to review or not to review any additional offerings and to select any additional offerings that are determined to be in the best interest of the University and its members. 2. Program Specifications: The University wishes to enter into an agreement whereby a preferred vendor relationship is established with one or multiple vendors for the purchase and delivery of Miscellaneous Audio Visual & Video Equipment type items. This Audio Visual & Video Equipment Program will be designed in such a manner that the University will be able to purchase Audio Visual & Video Equipment items from the selected vendor(s) at the most favorable pricing structure and with guaranteed delivery terms. Vendors should provide their pricing for this RFP with the standard delivery method for all members being FOB: Destination, Freight Prepaid and Allowed shipping terms. Please keep in mind that the University may be willing to look at specific program changes or additions offered. The final agreement will be negotiated with the selected vendor(s). 3. Scope of This Agreement This RFP is for Miscellaneous Audio Visual & Video Equipment for the University. The 2012 fiscal year annual usage for Audio Visual Equipment was $350, (This total is atypical. The University had a proposal in FY 12 for a campus wide AV project in the amount of $207,621.56). The University cannot guarantee any specific contract usage on this agreement for future years. 4. Price Structure The University prefers a price structure of discount off current list but will entertain any price structure, A vendor supplying an alternate price structure must explain, define, and detail the program including invoicing. The program must also be uncomplicated to evaluate and administer. YSU reserves the right not to evaluate or consider an alternate price structure if it appears to be vague, complicated, or cost prohibitive to evaluate, monitor, and/or administer. 3
4 SECTION II Definitions Relative to this document, and any addenda incorporated therein, the following definitions apply. General: Addendum: Written instruments, issued solely by the Youngstown State University (YSU), that details amendments, changes or clarifications to the specifications and terms and conditions of this RFP. Such written instruments shall be the sole method employed by YSU to amend, change or clarify this RFP, and any claims (from whatever source) that verbal amendments, changes or clarifications have been made shall be summarily rejected by YSU. Agreement, Contract or Purchase Order: Award resulting from the Request for Proposal or Request for Quotation. EDGE Program: Encouraging Diversity Growth and Equity program as defined in the Ohio Revised Code Section 123 and 125. May, Should: Indicates something that is requested but not mandatory. If the Proposer fails to provide requested information, YSU may, at its sole option, either request that the Proposer provide the information or evaluate the proposal without the information. MBE: A minority owned or controlled business as defined in Ohio Revised Code Section and certified by the State of Ohio Equal Opportunity Commission. Proposal Closing Date: The date and time that is specified in this RFP which the proposal must be received by Purchasing Coordinator in Procurement Services in accordance with Section II Paragraph 1 of this RFP. Proposals received after such date and time will not be considered. Proposal, Quotation: Response provided by Proposer. Proposer/Bidder: Respondent to the Request for Proposal. RFP: Request for Proposal. Shall, Must, Will: Indicates a mandatory requirement. Failure to meet mandatory requirements will invalidate the proposal, or result in rejection of a proposal as non-responsive. YSU: Youngstown State University. 4
5 SECTION III Standard RFP Agreement Terms Proposers are cautioned to read this entire document carefully and to prepare and submit their response providing all requested information in accordance with the terms and conditions set forth herein. To be considered, Proposers must submit a complete response to this RFP in the format detailed by the specifications. Proposals must be dated, signed by an official authorized to bind the Proposer to the terms of their proposal and submitted to YSU in accordance with the instructions, terms and conditions of this RFP. See Section V, Background, Scope of Work and Bid Specifications for selection criteria. YSU reserves the right to: Reject any or all proposals received in response to this RFP; Request clarification from any Proposer on any or all aspects of its proposal; Cancel and/or reissue this RFP at any time; Retain all quotations or proposals submitted in response to this RFP; and, Invite some, all, or none of the Proposer(s) for interviews and further negotiations/discussion. YSU reserves the right to negotiate the pricing and all terms and conditions associated with this RFP process with the selected vendor(s). Instructions 1. Advertising: No Bidder providing products or services to YSU shall appropriate or make use of their name or other identifying marks or property in its advertising. 2. Auditing Policy: The selected vendor(s) on this agreement will be required to cooperate with any outside auditor employed by YSU for the sake of monitoring that the vendor is complying with the terms of this agreement. If discrepancies are found and they appear to be unintentional, the successful vendor will correct the situation and return any overpayments that may have been made by any YSU member. Any appearance of intentional wrong doing by the vendor will be cause for the immediate cancellation of any agreement entered into by YSU and the selected vendor and the difference of overpayment shall be reimbursed to that institution. 3. Awards: Any agreement entered into as a result of this inquiry may be awarded to one supplier or to several as multiple awards, whichever is in the best interest of the purpose and intent of YSU. YSU reserve the right of judgment concerning quality of product, service and the supplier(s) capability to service the agreement. Unless the Proposer states otherwise, YSU reserves the right to award by items, groups of items, or as a whole, whichever is deemed most advantageous to YSU. If an award is made, the vendor(s) determined to have offered the best overall value to YSU shall be accepted. 4. Bid Response: It is the sole responsibility of the bidder to submit their bid response ON TIME and at the location shown within this RFP. Requests for extension of the due date or time may not be considered. LATE BIDS, OR FAX RESPONSES WILL NOT BE ACCEPTED. 5
6 5. Campaign Contributions: Company hereby certifies that all applicable parties listed in Division (l)(3) or (J)(3) of O.R.C. Section are in full compliance with Divisions (l)(1) and (J)(1) of O.R.C. Section Cancellation/Termination: Consistent failure by the selected vendor to meet the terms and conditions of a resultant agreement, deemed by YSU, in its sole discretion, to be a material subject of the agreement, including, but not limited to delivery, required service levels, quality, and invoice discrepancies, will constitute a default of the agreement by the vendor. In the event that said default continues for a period of thirty (30) days after the vendor receipt of notice-of-default from YSU, YSU reserves the right to immediately terminate the agreement. Termination shall in no way limit YSU to recover damages that occur as a result of the vendor s breach. In addition, either party may cancel a resultant agreement, for any reason, after ninety (90) days from the effective date of the agreement by giving the other party ninety (90) days prior written notice of intent. 7. Cancellation for Lack of Funding: The resultant agreement may be canceled without any further obligation on the part of YSU in the event that sufficient appropriated funding is unavailable to assure full performance of its terms. The supplier(s) shall be notified in writing of such nonappropriation at the earliest opportunity. 8. Cash Discount: Any cash discount offered will be accepted and YSU will endeavor to use same; however, only 30 days or more discounts will be considered in computing the net figure of supplier proposal for award decisions. Requests for plus discount for nonpayment of invoice beyond due date will become a consideration in proposal awards. 9. Compliance: Bidder(s) warrant that both in submission of its proposal and performance of any resultant purchase order or contract, Bidder will comply with all applicable Federal, state, and local laws, regulations, rules, or ordinances. 10. Conflicts of Interest Compliance: No personnel of Company or member of the governing body of any locality or other public official or employee of any such locality in which, or relating to which, the work under this Agreement is being carried out, and who exercise any functions or responsibilities in connection with the review or approval of this Agreement or carrying out of any such work, shall, prior to the completion of said work, voluntarily acquire any personal interest, direct or indirect, which is incompatible or in conflict with the discharge and fulfillment of his or her functions and responsibilities with respect to the carrying out of said work. Any such person who acquires an incompatible or conflicting personal interest, on or after the effective date of this Agreement, or who involuntarily acquires any such incompatible or conflicting personal interest, shall immediately disclose his or her interest to Agency in writing. Thereafter, he or she shall not participate in any action affecting the work under this Agreement, unless Agency shall determine in its sole discretion that, in the light of the personal interest disclosed, his or her participation in any action would not be contrary to the public interest. Company represents, warrants, and certifies that it and its employees engaged in the administration or performance of the Agreement are knowledgeable of and understand the Ohio Ethics and Conflicts of Interest laws and Executive Order No O1S. Contractor further represents, warrants, and certifies that neither Contractor nor any of its employees 6
7 will do any act that is inconsistent with such laws and Executive Order. The Governor s Executive Orders may be found by accessing the following website: O5/Default.aspx. 11. Declaration Regarding Material Assistance/Non Assistance To A Terrorist Organization: Company hereby represents and warrants to YSU that it has not provided any material assistance, as that term is defined in O.R,C. Section (C), to any organization identified by and included on the United States Department of State Terrorist Exclusion List and that it has truthfully answered no to every question on the Declaration Regarding Material Assistance/Non-Assistance to a Terrorist Organization. Contractor further represents and warrants that it has provided or will provide such to YSU prior to execution of this Agreement. If these representations and warranties are found to be false, this Agreement is void ab initio and Contractor shall immediately repay to YSU any funds paid under this Agreement. Please review the following link regarding Demonstration of Material Assistance with Homeland Security: Ethical Conduct: It is expected that once an agreement is issued, suppliers (awarded or not awarded) will not undertake any actions that might interfere with, or be detrimental to, the contractual obligations of YSU. YSU reserves the right to take any and all actions deemed appropriate in response to unethical conduct by a vendor. Such actions include, but are not limited to, establishing guidelines for campus visits by a vendor, and/or removal of a vendor from YSU s Bidders list(s). Apart from the contact required for any on-going business at YSU, vendors are specifically prohibited from contacting any individual at, or associated with YSU regarding this RFP. Vendor communication shall be limited to the contact named on the cover page of this document. A vendor s failure to adhere to this prohibition may, at YSU s sole discretion, disqualify the vendor s proposal. 13. Evaluation: If an award is made, the Proposer(s) whose proposal, in the sole opinion of YSU represents the best overall value to YSU will be selected. Factors which determine the award are detailed more fully in the specifications, including but not limited to: the proposal s responsiveness to all specifications in the RFP; quality of the Proposer s products or services; ability to perform the contract; and general responsibility as evidence by past performance. Price/discounts, although a factor, will not be the sole determining factor in award of the agreement. 14. Findings For Recovery (Ohio Revised Code Section 9.24): Ohio Revised Code (O.R.C.) Section 9.24, prohibits the State from awarding a contract to any offeror(s) against whom the Auditor of State has issued a finding for recovery if the finding for recovery is unresolved at the time of award. By submitting a proposal, offeror warrants that it is not now, and will not become subject to an unresolved finding for recovery under O.R.C. 9.24, prior to the award of any contract arising out of this RFP, without notifying YSU of such finding. 15. Hold Harmless: It is understood that the Bidder, if awarded a Price Agreement or Purchase Order, agrees to protect, defend, and save harmless YSU, its Board of Trustees, Directors, employees and buyers from any suits or demands for payment that may be brought against it for use of any patented material, process, article or device that may 7
8 enter into the manufacture or construction, or form a part of the works covered by either order or contract. 16. Incurred Expenses: The Proposer(s), by submitting a proposal, agrees that any cost incurred by responding to this RFP, or in support of activities associated with this RFP, shall be the Proposer(s) sole responsibility and may not be billed to YSU. YSU will incur no obligation of liability whatsoever to anyone resulting from issuance of, or activities pertaining to this RFP. 17. Informal Proposals: RFP s are informal proposals and will not be read at a public opening. Written requests for proposal results must include the RFP Proposal number and closing date. If Proposer wishes to obtain a copy of the proposal tabulation and/or evaluation form once award is complete, Proposer should include a self-addressed, stamped envelope with its quote. 18. Insurance Requirements: The selected vendor(s) shall procure and maintain, at its expense, during the term of this proposal, including renewal options, at least the following insurance, covering work performed: COVERAGE LIMITS A. Workman's Compensation - As required by Ohio Law B. Employer's Liability - $500,000 each occurrence C. General Liability - $1,000,000 each occurrence $2,000,000 annual aggregate D. Auto Liability - $1,000,000 combined single limit Bodily injury and physical damage The vendor shall name YSU as an additional insured on each policy and respective Certificate of Insurance shall expressly provide that no less than 30 days prior written notice shall be given to YSU in the event of cancellation, non-renewal, expiration or material alteration of the coverage contained in such policy or evidenced by such Certificate of Insurance. Upon request, the vendor agrees to furnish insurance certificates, showing the vendor's compliance with this section. The vendor, its employees and subcontractors shall comply with YSU s safety procedures while on YSU premises, provided such procedures are conspicuously and legibly posted in the working area or have been delivered, in writing, to the vendor prior to the commencement of work on YSU premises. 19. Invoicing: Award recipients invoice must match the resultant YSU purchase order on a line-by-line basis. The invoice must be identical in terms of cost; units specified; quantity ordered; and item descriptions. Unless specifically exempted, unit prices must be entered and item total extended on each invoice. Complete invoicing specifications are to be negotiated with individual institutions. 20. New Products/Services: New related product lines/services, not available at the time of bidding, may be added during the course of this agreement by the awarded vendor(s). Requests to add new related product lines/services must be submitted to YSU s Director of Procurement Services. 21. Non-Discrimination: In submitting its proposal, or performing that which results from an award by YSU, the successful Bidder agrees not to discriminate against any employee or 8
9 applicant for employment with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment because of race, color, creed, religion, sexual orientation, national origin, sex, age, handicap or Vietnam era veteran status. The successful Bidder further agrees that every sub-contract for parts and/or service for any ensuing order will contain a provision requiring non-discrimination in employment as specified above. This covenant is required pursuant to Executive Order 11246, Laws and Regulations of the State of Ohio. Any breach thereof may be regarded as material breach of contract or purchase order. 22. No Proposal Requirement: If any vendor is unable to provide a proposal, they are asked to date and sign the cover sheet, indicate NO BID, provide a brief explanation, and return the cover sheet before the Proposal Closing Date. Failure to extend this courtesy may jeopardize consideration for receiving future proposal inquiries. 23. Pricing: Firm prices, and/or discounts for the full term of the price agreement are required and offers of guaranteed price stability will be a consideration in award. Price changes will not be granted which include additional vendor markup. Price decreases due to market changes, manufacturing costs, etc. will be accepted anytime during the contract term. Pricing will remain firm for the initial 1-year period of the agreement. Price increases after the 1 st year may be proposed by the vendor(s) not to exceed Consumer Price Index increase over the prior year. All requests must be in writing and approved by the University. Review proposals carefully, since it shall not be corrected after the Proposal Closing Date. Any agreement or purchase order resulting from this inquiry shall require the successful Proposer to adhere to all specified conditions. Failure by the Proposer to meet delivery schedules: to deliver within a reasonable time, as interpreted solely by YSU; to make replacement of rejected articles; or any other failure to perform in accordance with the terms and conditions of the inquiry and resultant agreement shall allow YSU, at its sole discretion, to rescind or cancel the agreement and purchase in the open market articles or services of comparable grade to replace those rejected or not delivered. Proposer agrees to reimburse YSU for any expense incurred in excess of the original contract price on all such purchases. YSU reserves the right to negotiate a greater discount or seek competitive bids based upon significant increases in volume. 24. Proposal Submittal: Proposals should follow the chronology of the RFP. Proposers may return proposals to YSU prior to the Proposal Closing Date due date/time (as determined by the clock in YSU Procurement Services office) by first class certified mail, return-receipt requested, express mail, and/or hand-delivery. Proposals will be accepted only if the cover page is signed and dated. Any proposal that does not include price, payment terms, and a reasonable delivery promise may be considered an incomplete proposal. Proposals received after the Proposal Closing Date will not be considered. Office hours for receipt of proposals or quotes are normally Monday through Friday, 8 AM to 11:30 AM and 1:00 PM to 5 PM, local time. Requests for extension of Proposal Closing Date will not be granted unless YSU determines, at its sole discretion, that the original Proposal Closing Date appears impractical. Notice of any extension will be provided in the form of an Addendum, posted to YSU web site, and ed to the selected firms being invited to respond to this RFP. 9
10 25. Proprietary Information: All evaluation criteria for proposals are non-proprietary and subject to public disclosure after contract award. All proposals, except for items reasonably identified by Bidder as trade secrets or proprietary information, are subject to public disclosure under Ohio Revised Code Section Bidder shall be solely responsible for protecting its own trade secret or proprietary information, and will be responsible for all costs associated with protecting this information from disclosure. YSU shall keep one (1) copy of proposals in accordance with its records retention schedule. 26. Provisions: If any provisions in the resultant agreement are held to be invalid, void, or unenforceable, the remaining provisions shall nevertheless continue in full force and effect without being impaired or invalidated in any way. 27. Purpose and Intent: YSU requests proposals offering educational discounts/pricing for the services shown within this RFP. Consideration will only be given to companies qualified and authorized to provide these services. YSU reserves the right to judge whether separate or combined awards are in the YSU s best interest and award accordingly. Any contingency on total award, combination of items or minimum order, must be clearly defined in your RFP response. The resultant price agreement will provide a discount pricing structure and reduce repetitive competitive bidding. 28. Quality of Service: The successful vendor(s) must be prepared to furnish continual top quality service to YSU. Failure to do so may be considered just cause for cancellation of the agreement. 29. Quantity and Commitments: YSU does not obligate itself to procure the volume of material projected unless specifically addressed within the RFP document. Discounts or prices offered must remain for the initial term of the agreement unless specifically addressed in the vendors response and agreed to by YSU. The requirements may exceed the volume estimated and the supplier(s) will be required to furnish all requirements as shown on purchase orders issued from YSU that are dated prior to the termination date of the agreement (by mailing date). 30. Reports: Awarded supplier(s) will be required to provide to YSU, any and all requested reports, at no charge, at the address shown on page 1, quarterly usage reports which will include total purchase dollars for the reporting time period. Failure to provide these reports may result in cancellation of the agreement. The address to submit these reports is found on cover page ( 1) of this RFP. 31. Sales Tax: YSU, as instrumentalities of the State of Ohio, is exempt from Ohio sales tax and Federal excise tax, including Federal transportation tax. An exemption certificate will be furnished upon request. 32. Specifications: Proposals are requested on the services specified. Supplier must provide proposal exactly as specified on this RFP. Proposer may also offer alternatives. YSU reserves the sole right to determine if any alternates offered will be accepted. 33. State Law: Any agreement entered into as a result this solicitation will be governed by the laws of the State of Ohio. 34. Use of Designs, Data, Etc. Bidder agrees that it will keep confidential the features of any equipment, tools, gauges, patterns, designs, drawings, engineering data or other 10
11 technical or proprietary information furnished by the buyer and use such items only in the production of items awarded as a result of this inquiry and not otherwise, unless the buyer s written consent is first obtained. Upon demand or completion of resultant purchase order, Bidder shall return all such items to YSU or make other disposition thereof as may be directed or approved by YSU. 35. YSU Rights: YSU reserves the right to reject all, some, or none of the received proposals and to waive informalities contained in proposals that are not inconsistent with law. YSU may also waive any minor defects in the proposal and also reserves the right to negotiate the final terms of the agreement with the vendor(s) determined to be a finalist for selection on this solicitation. 11
12 SECTION IV RFP Response Instructions PROJECT SUMMARY: YSU is seeking proposals for Miscellaneous Audio Visual & Video Equipment See Schedule B. 1. RFP SCHEDULE OF EVENTS YSU will make every effort to adhere to the schedule detailed below: RFP Issued to Website August 13, 2012 RFP Issued via August 10, 2012 RFP Proposal Inquiry Form Due August 17, 2012 Responses to Proposal Inquiry Form Posted to University website by end of Business August 21, 2012 RFP Proposal Due Date August 27, RFP INSTRUCTIONS Proposers Must Submit The Following: The following MUST be included in the proposal-response package by the proposal duedate/time; failure to do so MAY invalidate the proposal response. Signed and dated RFP cover sheet. Schedule A: Vendor Data Sheet - Respond to all items in Schedule A: failure to do so may invalidate proposal from consideration. Schedule B: Proposal Form (Signed and Completed) Schedule C: Certification Form (Signed and Completed) Schedule D: Inquiry Form (Signed and Completed) Schedule E: Market Basket Schedule F: Additional AV Equipment not listed in this RFP to be provided by vendor Vendor must provide their proposals exactly as specified in this RFP. Vendor will need to comply with all Federal, State, and Local regulations as required for hazardous materials. Each Proposer shall be responsible for compliance. 12
13 3. RFP Questions Applicable Attachments: (One printed hardcopy and one electronic file completed in Excel format and included with the vendor s proposal). Submit any minimum order amount, standard return policy and restocking charges (if applicable). Vendor must provide their proposals exactly as specified in this RFP. Provide a list of references with a minimum of three (3) institutions of similar size and scope if available, with contact person(s) name, title, address, t telephone number and . References should include any current Ohio colleges or universities, number of years servicing the account and the dollar volume of the account. Please also list any lost accounts during the last two years and the reason why. Bidders are required to submit a copy of their most recent financial statement. The financial condition of a bidder may be a very important factor in the selection process. The UNIVERSITY reserves the right to request additional financial information from any bidder at any time during the selection process. Return Goods Policy: All proposals must include information on your returned goods policy. This should include information on restocking charges, your policy on returns caused by an UNIVERSITY member s negligence or by a vendor error, and items that are lost or damaged in transit. Proposers must submit questions as listed in above schedule using SCHEDULE D: YSU INQUIRY FORM. Questions submitted by the deadline will be answered no later than listed in above in the form of an addendum. All questions may be submitted by to Jerry Brandenstein, Software Specialist, Media & Academic Computing at [email protected] (Phone: ). Questions will not be accepted after due date and time listed in above schedule. During YSUs competitive proposal process, up to and including the issuance of an agreement letter, under no circumstances may a Proposer contact other individuals at YSU to discuss any aspect of this inquiry or attempt to influence the process. Failure of a Proposer to comply with this protocol may invalidate their proposal response. Any questions pertaining to the technical requirements of this RFP must be directed solely to: Christine M. Detwiler Purchasing Coordinator Procurement Services Youngstown State University Jones Hall, Room 2013 One University Plaza Youngstown, OH Phone: Fax: [email protected] 13
14 4. Proposal Closing Date and Location Responses to this RFP must be received by due date as listed on cover sheet. Vendors must deliver all RFP responses to: Christine M. Detwiler Purchasing Coordinator Procurement Services Youngstown State University Jones Hall, Room 2013 One University Plaza Youngstown, OH Reference: RFP No CMD (this information should appear prominently on the exterior envelope). 5. Response Format Responses must address all aspects of the RFP and should follow the chronology of the RFP. You must answer and complete all information required. Provide one complete hard copy of your response to the RFP clearly labeled MASTER. Should a discrepancy arise between various copies of the RFP, information contained in the MASTER copy shall prevail over conflicting information. In addition, vendors must also include one (1) electronic copy of its response, preferably in MS Word or Excel. All information requested in the RFP must be submitted in a manner consistent with Schedule A, Vendor Data Sheet, Schedule B, Proposal Form, and Schedule C, Certification Form. Please submit hardcopy Proposal in a 3-ring binder or loose-leaf on 8½ x11, letter sized paper, if necessary. Each proposal should be prepared simply and economically, providing a straightforward concise description of the approach and ability to meet YSU requirements. It is the responsibility of the Proposer to submit their bid response ON TIME and at the proper location shown within this RFP. Requests for extension of the due date or time may not be considered. LATE BIDS, OR FAX RESPONSES WILL NOT BE ACCEPTED. 14
15 SELECTION CRITERIA: SECTION V BACKGROUND, SCOPE OF WORK AND BID SPECIFICATIONS The selection of the successful vendor(s) for this proposal will be determined solely by YSU. All proposals will be reviewed very closely for areas such as, but not limited to the following: - Adherence with specifications - Product net pricing. (Pricing will not be the sole determining factor in the selection process.) - Vendor s ability to perform on a consistent basis. - Does the vendor have similar contracts in place? - Ability of the vendors program to meet YSU s needs. - Discount and shipping terms offered. - Any other information that may be provided that is deemed relevant to the selection process.. TERM OF PROPOSAL: Three years with two one year extensions. Pricing based on current list. CERTIFIED MINORITY BUSINESS ENTERPRISE (MBE) and EDGE VENDORS: YSU encourages submissions by MBE and EDGE vendors. The University goals are consistent with the State of Ohio legislative mandates regarding the State of Ohio Certified MBE and EDGE vendors. A list of certified vendors may be found at GENERAL PROGRAM DESCRIPTION PRICING: A single or multiple vendors will be selected to supply the University with their daily needs of Miscellaneous Audio Visual & Video Equipment. Interested vendors should complete and include with their proposal, Schedule B, which specifically addresses the following product categories. 1) Miscellaneous Audio Visual & Video Equipment 2) Design Services 3) Equipment Installation The University reserves the right to request additional information or to reject any proposal, if the information is in an unacceptable format as determined by University. PROGRAM TERMS: The selected vendor(s) are expected to carry in stock, or have access to, a complete line of Audio Visual and Video equipment items and be willing and able to supply the majority of these items to the University within one (1) business day of order placement. Vendors should explain the expected delivery time for non-stock items. 15
16 The University will need access to vendor catalogs and an electronic version if available. Each vendor should indicate if catalogs will be supplied at no charge. The selected vendor(s) will be responsible for the delivery of all packages, whether delivered via the vendors own trucks and drivers or by a third party delivery system. Bidders must thoroughly explain their proposed delivery system. Interested vendors should submit proposals that outline and fully explain their program and how it could enhance our process or be tailored to fit the needs of the University. All products offered must be new, unused, the latest design and technology, the most current product lines and not previously delivered to another customer. PRODUCT LINE: The University intends to select one or multiple vendors that have offered quality Audio Visual & Video Equipment that they are authorized to sell. The depth of the lines, products carried, and the quality of those products will be very important criteria in the selection process. The proposals must include a current catalog(s) showing the brand names of products carried in inventory and the additional lines that may be ordered if required. The University reserves the right to request additional information or samples of products that are not familiar to our Audio Visual staff. The University supports the use of recycled and environmentally friendly products, please specify any of the products you offer that meet this description. SCOPE OF WORK The University requests proposals for educational pricing and service for miscellaneous audio and video equipment and supply requirements, including but not limited to: 1. Audio: Amplifiers, receivers, MP3 player, CD player, microphones, mixer and tape players/recorders. 2. Video: VCR, televisions, overhead projectors, multimedia projectors, DVD players, ½ inch beta sp, ½ inch VHS equipment, ¾ inch umatic equipment, color monitors, LD players, LCD projectors, video Cameras, digital cameras, color cameras, still video printers, synchronizers, smart board. 3. Film: 16 mm automatic loading and projections, audio-viewers, film to video, slide projectors, and lenses. 4. Other: carrels, carts, control systems, tripods and accessories. To reduce the on-going cost of maintenance and repair services, the University is trying to standardize selected audio and video equipment manufacturer s brands. These brands may include, but are not limited to: 3M Advance AGK Altinex Ambico Ampro AMX Corp Amx Corp. Analog Way Anchor Apollo Ashley Atlec Lansing Audio Tecnica Barco Bogen Bretford Buhl Industries Buhl Optical Co. Cannon Carver Chief Communication Specialties Crestron Electronics Crown CTI Dalite Draper Dukane EIKI Electohome Electrovoice Elmo Epson Extron 16
17 For A Getrag Gyration Hamilton In-Focus Systems Inline JBL JVC Kodak Kramer Labelon Laird Telemedia Lectrosonics LG Lowell Luxor Mackie Marantz Marshall Furniture Middle Atlantic Mitsubishi Navitar Industries NEC N-View N-View Panasonic Parkervision Peavy Peerless PhonicEar Pinnacle Systems Pioneer Polycom Power R Prime Image Pro-Co Proxima QSC Quickset Rane RCA RDL Recordex RGB Spectrum Samsung Sanyo Sayett Sennheiser Sharp Shure Smart Smart Softboard Sony Sony Beta SP Tandberg Tascam Tech Electronics Telex TOA Toshiba Totevision Van-San Corp Varitronics Vega Williams Sound Videotek Viewsonic Corp Winsted Wohler Zenith 17
18 SCHEDULE A Vendor Data Sheet Respond to all items in Schedule A: failure to do so will invalidate your proposal. Discounts listed as a part of Schedule A MUST INCLUDE F.O.B. DESTINATION, FREIGHT PRE-PAID AND ALLOWED, SHIPPING TERMS all shipping and delivery charges must be included in price discount in Schedule B. The University reserves the right to request (at its sole discretion) from some or all of the respondents, any further information or documentation that it deems necessary for the issuance of an agreement. Do not include descriptive product literature with your request unless specifically called for in Schedule B. 1. Complete Vendor Data Sheet and sign below. Company Name: Address: Fed Tax ID: Telephone #: Web Site: FAX #: Contact Name: Contact Telephone #: Contact FAX #: Contact Address: Contact Address: State of Ohio Certified Minority Business Enterprise (check one, and attach current certification): Yes No State of Ohio Certified EDGE Vendor check one, and attach current certification): Yes No Payment Terms: Delivery ARO: Signature) (Title) (Date) 18
19 2. If awarded an agreement, please indicate if you will extend the quoted discount/prices and terms to the other members of the Inter University Council Purchasing Group. If you agree, additional negotiations may be required. Check one and sign below. Yes No Signature) (Title) (Date) 3. Electronic Ordering. Check as applicable and sign below. Is Vendor SciQuest Enabled? Yes No Would Vendor be willing to become SciQuest Enabled? Yes No Does Vendor offer any other type of Electronic Ordering System?. None: Name of Electronic Ordering System: (Please Describe) Signature) (Title) (Date) 4. Does your company have their own installers? Check as applicable and sign below. Vendor has own installers Vendor subs out Installation Check Here for No Install Work Yes No Yes No Signature) (Title) (Date) 5. Ability to assign designated representative. Check as applicable and sign below. Yes No Signature) (Title) (Date) 19
20 SCHEDULE B Miscellaneous Audio Visual & Video Equipment Pricing Proposal Form Please provide your quote for all items shown below, whether volume is indicated or not: It is the Proposer s responsibility to make sure that the packaging/unit price and extended price is accurate. In the event of a discrepancy, the unit price shall prevail. Discounts listed as a part of Schedule B must include F.O.B. Destination, Freight Pre-Paid and Allowed, shipping terms with all shipping and delivery charges included within the price discount. Please submit a separate Excel file with your specific unit pricing. Misc. Audio Visual & Video Equipment Brands Offered Discount from Current Manufacturer s List Price 1 % 2 % 3 % 4 % 5 % 6 % 7 % 8 % 9 % 10 % Bidders Hourly Rate for Design Services and/or Installation Design $ per Hr. Installation $ per Hr. Design $ per Hr. Installation $ per Hr. Design $ per Hr. Installation $ per Hr. Design $ per Hr. Installation $ per Hr. Design $ per Hr. Installation $ per Hr. Design $ per Hr. Installation $ per Hr. Design $ per Hr. Installation $ per Hr. Design $ per Hr. Installation $ per Hr. Design $ per Hr. Installation $ per Hr. Design $ per Hr. Installation $ per Hr. Catalog and Pricing Attached (Circle One) Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No (Please include a separate electronic file to show your current electronic catalogs and the current unit pricing.) Company Name: Date: Authorized Signature: 20
21 SCHEDULE C Youngstown State University CERTIFICATION FORM (Please check and/or complete the appropriate response see shaded areas) 1. Minority Business Enterprise- The Bidder [ ] is [ ] is not a minority business enterprise. A minority business is defined as an individual, partnership, corporation, or joint venture of any kind that is owned and controlled by United States citizens, residents of Ohio, who are certified by the state of Ohio Equal Opportunity Center, and who are members of one of the following economically disadvantaged groups: African-Americans, Native-Americans, Asian-Americans, and Hispanic-Americans. 2. Buy American-The goods [ ] are [ ] are not produced or mined in the United States of America, its possessions, or Puerto Rico. 3. Buy Ohio-Note: Economic preference shall be awarded to Ohio Bidders and Bidders from Border states (Indiana, Kentucky, Michigan, New York, Pennsylvania, and West Virginia), provided those states do not impose economic restraints on products produced or mined in Ohio. An Ohio Bidder describes one who offers Ohio products (defined to mean products which are mined, excavated, produced, manufactured, raised, or grown in the state by a person where the input of Ohio products, labor, skill or other services constitutes no less than 25 percent of the manufactured cost) or a Bidder who demonstrates significant Ohio economic presence (defined to mean business organization that: have sales offices, divisions, sales outlets or manufacturing facilities in Ohio or facilities demonstrate a significant capital investment in Ohio; pay required taxes to the state of Ohio; and are registered and licensed to do business in the state of Ohio with the office of Secretary of State). The Bidder [ ] is [ ] is not considered a Bidder from a Border State or an Ohio Bidder, as described above. 4. Conflict of Interest- 4-a. [ ] The Bidder certifies that none of the company s directors or principal officers is employed by or affiliated with Youngstown State University. 4-b. Should any of the Bidder s directors or principal officers also be employed by or be affiliated with the University, the Bidder will so certify by listing their name(s) and title(s) below: Name of Company Director or Principal Officer Affiliated With or Employed by the University Title Failure to complete this document with requested information concerning any of the representations cited above may disqualify your proposal. The Inter-University Council Purchasing Group, at its discretion, may disqualify your proposal if any such representations are deemed inaccurate or any such employment of affiliation creates a potential conflict of interest. Signed: Title: Company Name: Supplier Federal Tax I.D. Number 21
22 SCHEDULE D UNIVERSITY INQUIRY FORM INQUIRY NAME: Audio Visual & Video Equipment RFP Question Deadline: NLT August 17, 2012 by 5:00 p.m. EST Questions received prior to the deadline will be addressed via an Addendum posted to the UNIVERSITY web site. INQUIRY NUMBER: CMD Audio Visual & Video Equipment RFP INQUIRY DUE DATE (Questions): TODAY S DATE: COMPANY NAME COMPANY REPRESENTATIVE: TELEPHONE NUMBER: FAX NUMBER and/or PLEASE BE SPECIFIC ABOUT YOUR INQUIRY AND/OR CLARIFICATION. RFP PAGE NUMBER Forward completed form by to the attention of: Youngstown State University Jerry Brandenstein Media & Academic Computing [email protected] 22
To Whom It May Concern:
To Whom It May Concern: The Ohio Treasurer of State ( Treasurer ) may be eligible for an initial allocation of 100,000 student loan accounts to become a Not-For-Profit Direct Loan Servicer, as permitted
THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS
THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent
Page 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/
PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )
PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list
COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments
COUNTY OF SARPY, NEBRASKA SPECIFICATIONS VOIP Phones For the Various County Departments PROPOSALS DUE: Thursday, 2:00 p.m., June 13, 2013 1 P age P:\VOIP Phones\RFP_VOIP.docx General Information Notice
INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM
200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM
REQUEST FOR PROPOSAL
YOUNGSTOWN STATE UNIVERSITY REQUEST FOR PROPOSAL AND INVITATION TO NEGOTIATE Cover Sheet Date Issued: June 7, 2016 Due Date/Time: June 29, 2016 2:00 PM RFP No: #16-06072016 Student Regalia Proposals must
STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010
STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP# 05122010 Fiscal Year 2011 1 TABLE OF CONTENTS Part 1 - Informational...3 Part 2 - Operating Environment...8 Part
REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES. Union County Emergency Medical Services
REQUEST FOR PROPOSAL OF EMERGENCY MEDICAL TRANSPORTATION BILLING SERVICES Union County Emergency Medical Services 1 DEFINITIONS For the purposes of this Request for Proposal, "Proposer" shall mean contractors,
SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department
SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Jail Boiler Replacement Project For the Facilities Management Department PROPOSALS DUE: 2:00 p.m., Thursday, November 20, 2014 1 P age P:\Jail Boiler Replacement
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.
CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue
AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401
AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401 The Arapahoe Library District (ALD) is seeking competitive proposals from qualified, reliable Vendors to hire a professional audio/visual company.
CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS
TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule
NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS
NEGAUNEE PUBLIC SCHOOLS REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS On a PERFORMANCE CONTRACTING BASIS July 26, 2010 NOTICE IS HEREBY GIVEN THAT THE BOARD OF EDUCATION OF NEGAUNEE
COLONIAL HEIGHTS PUBLIC SCHOOLS REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR-13-01 FEBRUARY 19, 2013
COLONIAL HEIGHTS PUBLIC SCHOOLS REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR-13-01 FEBRUARY 19, 2013 Page 1 of 9 REQUEST FOR PROPOSAL (RFP) Issue Date: Tuesday, February 19, 2013
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016
NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES 2015 2016 Notice is hereby given that the Board of Education of the Newburgh Enlarged City School District,
RFQ No. 4856B-0-2016/MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM
REQUEST FOR QUOTATION City of Norfolk (Please include your company name and address below) Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM Mail or fax reply to: Office of the Purchasing Agent Attn:
Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS 66603 Phone 785.251-4490 [email protected]
SECTION I Shawnee County is requesting qualifications/proposals for the renovation of 2600 SW East Circle Drive, Topeka, Kansas 66606 which will be utilized by the Shawnee County Health Agency per the
GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011
GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker
OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE. (Project)
OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE (Project) PART I GENERAL TERMS AND CONDITIONS 1. REQUIREMENTS 1.1. Pricing will be per unit shown and charges will be totaled in the extension
Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014
Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT 2013-2014 THIS CONTRACT is hereby entered into by the Ceres Unified School District, hereinafter referred to as DISTRICT, and CONTRACTOR MAILING
MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.
MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day
RFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE
RFQ # 15-008-10 CONSULTANT SERVICES REPLACEMENT OF ELECTION SYSTEM MANAGEMENT SOFTWARE I. INTRODUCTION Shelby County Government (the County ), is soliciting services of a qualified election management
REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor
Department of Public Services REQUEST FOR QUOTES FOR On-Call Plumbing Contractor November 2013 One Detjen Drive Crestwood, Missouri 63126 314-729-4720 Fax 314-729-4729 http://www.ci.crestwood.mo.us 1 Request
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority
REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office [email protected]
TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES
TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES The Trustees of the Governor William Stoughton Trust (hereinafter the Trustees ) issue this
AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:
AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES THIS AGREEMENT, effective this 20th day of April in the year, 2015, between: MARTIN COUNTY BOARD OF COUNTY COMMISSIONERS, a political subdivision
COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP. Issue Date: August 22, 2008 RFP #: 1642
COUNTY OF YORK, VIRGINIA REQUEST FOR PROPOSALS RFP Issue Date: August 22, 2008 RFP #: 1642 Title: Applicant Tracking Software Classification Code: 20851 Issuing Agency: Using Agency And/Or Location Where
HOW TO DO BUSINESS WITH THE STATE OF ALASKA
State of Alaska Department of Administration Division of General Services HOW TO DO BUSINESS WITH THE STATE OF ALASKA REVISED AUGUST 2013 PREPARED BY THE DIVISION OF GENERAL SERVICES, PURCHASING SECTION:
REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO:
REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: April
Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078
Request for Proposal Uintah High School Yearbook Publishing & Printing Services Uintah School District 635 West 200 South Vernal Utah, 84078 Deadline for Submittal June 18, 2014 2:00 p.m. Uintah School
Request for Proposal Hewlett Packard Network Switches and Peripherals
Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology [email protected]
REQUEST FOR QUOTATION
REQUEST FOR QUOTATION Nutrition Services Solicitation Number: QT1604 Description: Kitchen Appliances for Nutrition Services Date: September 30, 2015 SUBMIT OFFER BY: October 14, 2015 by 2:00 PM PROCUREMENT
Robla School District
Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School
AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott Ave.
Date: 03/07/2014 RFP # 2014-6 Request for Proposal for: Paper Shredding / Document Destruction Services AT: 1. Norridge Village Hall - 4000 N. Olcott Ave. and 2. Norridge Police Department - 4020 N. Olcott
AGREEMENT FOR PROFESSIONAL SERVICES
AGREEMENT FOR PROFESSIONAL SERVICES This Agreement is made this day of 20, by and between Long Island University ( University ), an educational institution incorporated and doing business under the laws
NORTH CAROLINA STATE UNIVERSITY AGREEMENT
STATE OF NORTH CAROLINA Rev. 11/12 WAKE COUNTY NORTH CAROLINA STATE UNIVERSITY AGREEMENT THIS AGREEMENT ( Agreement ) made and entered into this day of 20, by and between ( Contractor ), and North Carolina
REQUEST FOR PROPOSALS
ROWAN COUNTY 130 West Innes Street Salisbury, NC 28144 Tel: (704) 216-8174 Email: [email protected] REQUEST FOR PROPOSALS FOR REPLACEMENT OF COMMERCIAL ROOFTOP AIR CONDITIONING UNIT Issued
AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES
AGREEMENT FOR FINANCIAL AND ACCOUNTING CONSULTATION SERVICES THIS AGREEMENT is made as of December 1, 2003, by and between the San Francisquito Creek Joint Powers Authority, a body corporate and politic
PRINCE EDWARD COUNTY REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR 13-05. March 7 th, 2013
PRINCE EDWARD COUNTY REQUEST FOR PROPOSAL (RFP) FOR MEDICAL AND MEDI-GAP INSURANCE RFP# HR 13-05 March 7 th, 2013 Page 1 of 8 Issue Date: March 7, 2013 REQUEST FOR PROPOSAL (RFP) RFP# HR-13-05 Title: Medical
Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement
THIS INDEPENDENT CONTRACTOR SERVICES AGREEMENT (this Agreement ) is made this day of, 20 (the Effective Date ), regardless of the date of execution, by and between Sierra Field Services, Inc., a Nevada
CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 June 17, 2015
CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 June 17, 2015 Request for Proposals #JD150021703 Insurance Agent /Broker of Record Services Questions concerning requirements
SOLICITATION QUOTATION BLANKET ORDER
SEALED BID PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION SOLICITATION QUOTATION BLANKET ORDER Contact Information: Oakland County Purchasing Division Building
REQUEST FOR PROPOSAL NO. RFP09503 MIDDLE SCHOOL AND HIGH SCHOOL YEARBOOKS. Submittal Deadline: October 29, 2015. Time: 10:00 a.m.
Seattle Public Schools Contracting Services 2445 Third Avenue South Seattle, WA 98134 Telephone: (206) 252-0566 Fax: (206) 743-3018 [email protected] REQUEST FOR PROPOSAL NO. RFP09503
a. Proposals shall be submitted in a sealed envelope and addressed as follows:
1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and
LEARNING CENTER WELCOME VIDEO
REQUEST FOR QUOTATIONS (RFQ) LEARNING CENTER WELCOME VIDEO Solicitation No. 16-033 32-505 Harry Oliver Trail Thousand Palms, CA 92276 ATTN: Contracts Assistant Phone: (760) 343-3456 Fax: (760) 343-3845
AGREEMENT BETWEEN THE OHIO ATTORNEY GENERAL AND NAME OF CONTRACTOR
AGREEMENT BETWEEN THE OHIO ATTORNEY GENERAL AND NAME OF CONTRACTOR THIS AGREEMENT is between the Ohio Attorney General (hereinafter the Attorney General ), 30 East Broad Street, 17th Floor, Columbus, Ohio
COUNTY OF TANEY, MISSOURI
COUNTY OF TANEY, MISSOURI REQUEST FOR BID For WORKERS COMPENSATION INSURANCE Taney County, Missouri RFB# 201202-168 Workers Compensation Insurance Release Date: February 25, 2012 Submittal Deadline: March
BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS
BID PACKAGE CITY OF BEVERLY HILLS INFORMATION TECHNOLOGY DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed proposals are requested on the list of materials,
NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES
NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES The City of Novi will receive sealed proposals for Consultant - Architectural Façade Services according to the
STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS
MAIL BIDS TO: STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT 06904 (203) 977-5011 RFP 14-08 REQUESTING DEPT: PURCHASING TITLE OF RFP: E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC
DUE DATE: August 23, 2011-2:00 p.m.
REQUEST FOR PROPOSALS CREDIT CARD MERCHANT SERVICES RFP 11-08 DUE DATE: August 23, 2011-2:00 p.m. CITY OF LEAGUE CITY 300 W Walker League City, TX 77573 281-554-1001 www.leaguecity.com 1 TERMS AND CONDITIONS
CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID
CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID ITB # 1002 ITEM: Storage Area Network Equipment, Installation & Support DEADLINE: Friday, February
MANTON CONSOLIDATED SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS
MANTON CONSOLIDATED SCHOOLS REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS On a PERFORMANCE CONTRACTING BASIS July 16, 2010 1 NOTICE IS HEREBY GIVEN THAT THE BOARD OF EDUCATION OF MANTON
NORTH CAROLINA STATE UNIVERSITY MASSAGE THERAPIST AGREEMENT
STATE OF NORTH CAROLINA WAKE COUNTY Rev. 3/14 NORTH CAROLINA STATE UNIVERSITY MASSAGE THERAPIST AGREEMENT THIS AGREEMENT ( Agreement ) is made by and between ( Contractor ), and North Carolina State University,
L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming
L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming Request for Proposals to provide Landscape Architect Due Date Proposal Submissions Monday, June 15, 2015 by 5:00 p.m. RFP15-15008 Solicited by: Department
BUYING AGENCY AGREEMENT
THIS AGREEMENT ( Agreement ) is made this day of, 20xx, by and between, with its principal place of business at referred to hereinafter as Buyer, and, with its principal office at, hereinafter referred
AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE
AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS HEALTH SCIENCE CENTER AT SAN ANTONIO and PROJECT ARCHITECT for A PROJECT OF LIMITED SIZE OR SCOPE This Agreement is made as of, 20 (the Effective Date ), by and
TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12
TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #2015-12 Sealed bids are due by 10:30 am on Friday, January 30, 2015 Bid Specs are
CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716. Date: May 17, 2015
CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 Date: May 17, 2015 Request for Proposal # F150019592 Cost Allocation Services Questions concerning requirements of
Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1
Invitation to Bid Asphalt Restoration and Spot Repairs For Hardin County Water District No. 1 Prepared by: Hardin County Water District No. 1 1400 Rogersville Road Radcliff, KY 40160 Phone: 270-351-3222
REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015
REQUEST FOR PROPOSALS LIBRARY SECURITY CAMERA SYSTEM NOVEMBER 3, 2015 PROJECT NAME: Library Security Camera System Request for Proposals ISSUANCE DATE: November 3, 2015 CLOSING DATE: December 1, 2015 INTRODUCTION
City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software
City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software RFP GENERAL INFORMATION RFP Notification: Notice is hereby given that proposals will be received by the City of Bellevue,
REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT
REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT WOODY WHITE, CHAIRMAN BETH DAWSON, VICE-CHAIRMAN JONATHAN BARFIELD, JR. BRIAN BERGER THOMAS WOLFE CHRIS COUDRIET, COUNTY
SAMPLE SERVICES CONTRACT
SAMPLE SERVICES CONTRACT The parties to this contract are the SAN DIEGO COUNTY WATER AUTHORITY, a county water authority, (the Water Authority) and, [a / an], having its principal place of business at
SAMPLE CONTRACT LANGUAGE. 2.0 Terms and Conditions. 2.1 Scope of Services: Contractor will perform the services described in Exhibit A
SAMPLE CONTRACT LANGUAGE 2.0 Terms and Conditions The parties agree to the terms and conditions listed below: 2.1 Scope of Services: Contractor will perform the services described in Exhibit A 2.2 Payments:
SELLING TERMS AND CONDITIONS
SELLING TERMS AND CONDITIONS 1. The Agreement. All sales by Sterling Machinery, Inc., an Arkansas corporation (the Seller ) to the purchaser of Seller s Goods (the Buyer ) shall be governed by the following
EXHIBIT 1 Standard Contract Addendum
EXHIBIT 1 Standard Contract Addendum This Standard Contract Addendum ( Addendum ) is between Texas Southern University ( University ) and the other party ( Contracting Party ) indicated in the signature
NPSA GENERAL PROVISIONS
NPSA GENERAL PROVISIONS 1. Independent Contractor. A. It is understood and agreed that CONTRACTOR (including CONTRACTOR s employees) is an independent contractor and that no relationship of employer-employee
COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. VENDING MACHINE SERVICES SUBMITTAL DEADLINE July 23, 2014 RFP NUMBER 14-002
REQUEST FOR PROPOSAL VENDING MACHINE SERVICES SUBMITTAL DEADLINE July 23, 2014 RFP NUMBER 14-002 SCOPE OF SERVICES 1. PURPOSE The County of Cowley is seeking a vendor to supply vending machine services
PROCUREMENT DEPARTMENT 2 MONTGOMERY STREET, 3 RD FL. JERSEY CITY, NJ 07302 ADDENDUM # 2
PROCUREMENT DEPARTMENT 2 MONTGOMERY STREET, 3 RD FL. JERSEY CITY, NJ 07302 1/26/2015 ADDENDUM # 2 To prospective Proposer(s) on RFP # 41008 for ONE-YEAR PORT AUTHORITY OF NEW YORK & NEW JERSEY COMMERCIAL
PROPOSAL COVER SHEET
PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION PROPOSAL COVER SHEET Contact Information: Oakland County Purchasing Division Building 41 West - Lower Level
PURCHASE ORDER TERMS AND CONDITIONS
PURCHASE ORDER TERMS AND CONDITIONS 1. DEFINITIONS: In these Terms and Conditions and all documents related to the Purchase Order: Purchaser means the entity issuing the Purchase Order as identified on
Request for Proposals
City of Sonora Request for Proposals City of Sonora Microenterprise Technical Assistance Program Lead Technical Assistance Consultant City of Sonora Community Development Department 94 N. Washington Street
SERVICE AGREEMENT CONTRACT NO. ARTICLE 1 SCOPE OF SERVICES
SERVICE AGREEMENT CONTRACT NO. THIS AGREEMENT dated 20 between the STOCKTON UNIVERSITY (the "UNIVERSITY") and (Name of Company), with a business address at ("the Service Provider ). 1.1 The Services ARTICLE
LIVINGSTON COUNTY MICHIGAN
LIVINGSTON COUNTY MICHIGAN REQUEST FOR PROPOSALS - RFP-LC-14-19 TRANSCRIPTION SERVICES INTRODUCTION Livingston County is soliciting proposals from interested, qualified and experienced vendors for TRANSCRIPTION
CITY OF CHILLICOTHE REQUEST FOR PROPOSALS
CITY OF CHILLICOTHE REQUEST FOR PROPOSALS The City of Chillicothe is accepting sealed proposals for a Financial and Payroll software system for the Chillicothe Auditor s office. Proposal Must Be Sealed,
REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits
REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits The City of Louisville, Colorado is accepting proposals for the purpose of performing sales and use tax, and franchise fee compliance
a. Proposals shall be submitted in a sealed envelope and addressed as follows:
1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL HVAC SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and qualified
REQUEST FOR PROPOSALS ADVERTISING SERVICES
LOWER MANHATTAN DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS ADVERTISING SERVICES The Lower Manhattan Development Corporation, a subsidiary of the New York State Urban Development Corporation d/b/a Empire
SEALED BID SOLICITATION QUOTATION
SEALED BID PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION SOLICITATION QUOTATION Contact Information: Oakland County Purchasing Division Building 41 West
Invitation for Bids. For. Solarwinds Software Modules IFB 15-86
Invitation for Bids For IFB 15-86 The Office of Contracting & Procurement 201 Mullica Hill Road Glassboro, NJ 08028 Linden Hall, Room 136 Phone: 856.256.4171 Email: [email protected] Table of Contents Administration
AGREEMENT FOR PROFESSIONAL SERVICES - ARCHITECTS
AGREEMENT FOR PROFESSIONAL SERVICES - ARCHITECTS This Agreement is made this day of 20, by and between Long Island University ( University ), an educational institution incorporated and doing business
UNIVERSITY OF CALIFORNIA, REQUEST FOR PROPOSAL # UCM1019DG
UNIVERSITY OF CALIFORNIA BERKELEY DAVIS IRVINE LOS ANGELES MERCED RIVERSIDE SAN DIEGO SAN FRANCISCO SANTA BARBARA SANTA CRUZ UNIVERSITY OF CALIFORNIA, MERCED 5200 LAKE ROAD MERCED, CALIFORNIA 95343 (209)
Center Unified School District
8408 Watt Ave., Antelope, CA 95843 916-338-6337 / Fax 916-338-6339 BOARD OF TRUSTEES Gary Blenner Raymond F. Bender Matthew L. Friedman Libby Williams Donald E. Wilson SUPERINTENDENT Dr. Kevin Jolly, Ed.D
Purchase Order Terms and Conditions Beloit College
Purchase Order Terms and Conditions Beloit College Accounting Office 608-363-2205 (Tim Miles Controller) 608-363-2206 (Deb Sperry Accounts Payable) 608-363-2897 (fax) The purpose of these terms and conditions
Agent Agreement WITNESSETH
PATRIOT NATIONAL UNDERWRITERS, INC. Agent Agreement THIS AGENT AGREEMENT (the Agreement ) is made and entered into by and between Patriot National Underwriters, Inc., a Texas corporation ( Patriot ), and
REQUEST FOR PROPOSALS
PLYMOUTH-CANTON COMMUNITY SCHOOLS REQUEST FOR PROPOSALS Assignment of Rights to Wireless Telecommunication Lease, Tower and/or Tower Management Agreement Plymouth-Canton Community Schools E.J. McClendon
REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT
REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT Proposals will be received until Friday, May 22, 2015 4:00 p.m. CST General Information Questions: All inquiries for information regarding this solicitation
Attachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016
1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne
CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support
CITY OF DALLAS Request for Competitive Sealed Proposal (RFCSP) BUZ1524 For SCADA Repair, Parts and Support Purpose The purpose of this specification is to establish a thirty-six (36) month service agreement
ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT
APPENDIX A ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT - --------- PROJECT DATED AS OF ASBESTOS/LEAD SURVEY AND CONSULTING
Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1
P a g e 1 Request for Proposal Architectural/Engineering Services Adapt/SouthRiver CHC RFP for Architectural/Engineering Services P a g e 2 Introduction (SRCHC), a Federally Qualified Health Center, is
