REQUEST FOR PROPOSAL
|
|
|
- Willis Hancock
- 9 years ago
- Views:
Transcription
1 YOUNGSTOWN STATE UNIVERSITY REQUEST FOR PROPOSAL AND INVITATION TO NEGOTIATE Cover Sheet Date Issued: June 7, 2016 Due Date/Time: June 29, :00 PM RFP No: # Student Regalia Proposals must be received by the due date/time specified above at the location below. Proposals received after the due date/time may be returned, unopened, to the Vendor. Sign and deliver proposal, cover sheet, and schedules to: Mailing Address: Anthony Spano, Purchasing Coordinator, Procurement Services Jones Hall 2 nd Floor Youngstown State University One University Plaza Youngstown, Ohio Phone: [email protected] No Fax or Bids Permitted Envelopes must be sealed and designated- RFP# Student Regalia Note: 1. No public proposal opening will be held due to the complexity of responses and need for committee review. 2. Completed Proposal Packages need to be received via a packet that includes: an original printed hard copy, a flash drive or CD copy. Copies are not acceptable. 3. Final results will be posted on the Procurement Services Competitive Event website Competitive Events_m1361.html This RFP is drafted from YSU s standard template and some Terms and Conditions noted may not be applicable to the proposal requested. By signing this document I am agreeing, on behalf of my firm, to the specifications of this RFP and accepting, without exception or amendment, Youngstown State University (YSU) s Purchase Order Terms and Conditions - YSU PO Terms & Conditions. All purchase orders resulting from this RFP shall be subject to these instructions, terms and requirements that shall be incorporated therein. 1 (Must be signed or the proposal will be returned to the Vendor) This is a two-year contract, beginning FY17 through FY18, calendar dates: 7/1/2016-6/30/2018, with an option for a 3 rd, 4 th and/or 5 th year renewal (FY19: 7/1/2018-6/30/2019, FY20: 7/1/2019-6/30/2020, FY21: 7/1/2020-6/30/2021) (See Terms of Proposal, Page 14). Submitted by: Company Authorized Signature Name (Printed Name) (Title) (Date) 1 Should a bidder take exception to YSU s Standard RFP Agreement Terms (Section II cited within) the bidder must submit such exceptions and/or amendments in writing to the contact above at least five (5) business days prior to the Proposal Closing Date. YSU reserves the right to reject some, all or none of the proposed exceptions and/or amendments and assert its Standard RFP Agreement Terms as described herein. 1
2 REQUEST FOR PROPOSAL Table of Contents YOUNGSTOWN STATE UNIVERSITY REQUEST FOR PROPOSAL AND INVITATION TO NEGOTIATE Cover Sheet... 1 SCHEDULE OF EVENTS/BACKGROUND INFORMATION... 3 SECTION I Definitions... 4 SECTION II YSU Standard RFP Instructions and Agreement Terms... 5 SECTION III RFP Response Instructions SECTION IV Background, Scope of Work and Proposal Specifications
3 SCHEDULE OF EVENTS/BACKGROUND INFORMATION RFP Timeline and Schedule RFP ISSUED via Website and/or June 7, 2016 RFP VENDOR QUESTIONS DUE: June 13, 2016 end of business day RESPONSES and/or Addendum from YSU TO QUESTIONS (Post on Website): June 17, 2016 end of business day RFP CLOSING DATE: June 29, 2016 at 2 p.m. University Background Information YSU, an urban research university, emphasizes a creative, integrated approach to education, scholarship, and service. YSU places students at its center; leads in the discovery, dissemination, and application of knowledge; advances civic, scientific, and technological development; and fosters collaboration to enrich the region and the world. YSU consists of the College of Graduate Studies and six undergraduate colleges: the Williamson College of Business Administration; the Beeghly College of Education; the College of Creative Arts & Communication; the Bitonte College of Health and Human Services; the College of Liberal Arts and Social Sciences; and the College of Science, Technology, Engineering and Mathematics. Degrees offered include associate, bachelor s, master s, and doctorate. YSU is located on a 145-acre campus near downtown Youngstown, Ohio and is equidistant (approximately 60 miles) from both Pittsburgh and Cleveland. Fall 2015 enrollment is 12,471. More information about YSU is available online at 3
4 SECTION I Definitions Relative to this document, and any addenda incorporated therein, the following definitions apply. Addendum: A written instrument, issued solely by YSU that details amendments, changes or clarifications to the specifications and terms and conditions of this RFP. Such written instrument 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 RFP or Request for Quotation. Bidder, Vendor, Supplier: Respondent to the RFP or Request for Quotation. CMV/MBE: A minority owned or controlled business as defined in the Ohio Revised Code Section (E)(1) and certified by the State of Ohio Equal Opportunity Commission. 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 Vendor fails to provide requested information, YSU may, at its sole option, either request that the Vendor provide the information or evaluate the proposal without the information. Proposal, Quotation: Response provided by Vendor. Proposal Closing Date: The date and time specified in this RFP by which the quotation or proposal must be received by YSU Procurement Services in accordance with Section II Paragraph 30 of this RFP. Proposals received after such date and time may not be considered. RFP: Request for Proposal Shall, Must, Will: This indicates a mandatory requirement. Failure to meet mandatory requirements may invalidate the proposal, or result in rejection of a proposal or quotation as non-responsive. 4
5 SECTION II YSU Standard RFP Instructions and Agreement Terms Vendors 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, Vendors 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 Vendor to the terms of the proposal and submitted to YSU in accordance with the instructions, terms and conditions of this RFP. Youngstown State University reserves the right to: Accept or reject any or all proposals, or any part thereof, or to withhold the award and to waive, or decline to waive, irregularities in any proposal when determined that it is in its best interest to do so; Hold all proposals for a period of up to ninety (90) days after the opening date and to accept a proposal not withdrawn before the scheduled proposal opening date; Waive any informality or technicality contained in any proposal received; Waive any minor or major defect in the proposal: Conduct discussions with respondents and accept revisions of proposals after the closing date; Make an award based upon various selection criteria; Request clarification from any Vendor on any or all aspects of its proposal; Cancel and/or reissue this RFP at any time; Retain all proposals submitted in response to this RFP; Invite some, all, or none of the Vendor(s) for interviews, demonstrations, presentations and further discussion; Negotiate a possible contract and potentially solicit "best and final offers" from some or all Respondents prior to or during this negotiation process; Award to one, some, or none of the Vendors who submit proposals. Proposals received after the time for closing may be considered invalid. If an award is made, it shall be made to the responsible Vendor whose proposal is determined to be the most advantageous to YSU. Financial consideration alone will not be the sole determining factor in the selection process. 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. Proposal results will not be distributed until such time as an award is made. Results may then be requested in writing or by visiting the Procurement Services website. YSU invites and encourages MBE/EDGE Vendors to respond to this RFP. Agreement Terms and Instructions: 1. Advertising: No Vendor providing products or services to YSU, shall appropriate or make use of the name or other identifying marks or property in its advertising. 2. Agreement Extension: YSU reserves the right to extend the agreement beyond the normal expiration date if YSU determines it to be in their best interest and the selected Vendor(s) agrees to the extension. 3. Assignment: Any agreements entered into as a result of this offering may not be assigned by the selected Vendor without the expressed written consent of YSU. 4. 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 5
6 correct the situation and return any overpayments that may have been made by YSU. 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. The difference of overpayment shall be reimbursed to YSU. 5. Awards: Any agreement entered into as a result of this inquiry may be awarded to one Vendor or to several as multiple awards, whichever is in the best interest of the purpose and intent of YSU. YSU reserves the right to judgment concerning quality of product, service and the Vendor(s) capability to service the agreement. Unless the Vendor 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. 6. Campaign Contributions: Vendor 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: Any resultant agreement may be canceled by either the selected Vendor or YSU at any time without cause during its term upon 30 days written notice to the other party. The inability of the selected Vendor to provide sufficient skilled laborers at the required service level and/or to perform services on a timely basis may serve as grounds for contract termination. Poor performance as demonstrated by slow response time, failure to adhere to safety practices and regulations, failure to pursue the work with diligence, poor productivity/inefficient work and/or poor workmanship, may, without limitation, constitute grounds for immediate termination of the agreement by YSU. YSU reserves the right to remove any Vendor, or its employee and/or sub-contractor whose conduct is deemed unsatisfactory by YSU. Termination of the agreement shall in no way limit the parties remedies at law and equity. 8. 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 Vendor(s) shall be notified in writing of such non-appropriation at the earliest opportunity. 9. Cash Discount: YSU may use any cash terms offered and these may be considered in determining the Vendor s final net price depending on the discount period. In the event that YSU is entitled to a cash discount, the period of computations will commence on the date of delivery or receipt of a correctly completed invoice, whichever is later. If an adjustment is necessary due to damage, the cash discount period shall commence on the date final approval for payment is authorized. If a discount is part of the contract, but the invoice does not reflect the existence of a cash discount, YSU is entitled to a cash discount with the period commencing on the date it is determined that a cash discount applies. YSU has expanded and continues to expand their procurement card program. Whether the proposal includes an option for payment by credit card may be relevant in the University s selection and award process. Proposals submitted shall identify if payments via credit card are acceptable to your firm at the price(s) quoted. Added fees or surcharges that apply for payments via credit cards must be identified in the Vendor s proposal and will be used in the selection criteria. 10. Commitment: YSU does not obligate itself to procure the volume of services projected within the RFP document. Discounts or prices offered must remain for the term of the agreement unless specifically addressed in the Vendors response and agreed to by YSU. Price reductions shall be passed on to YSU when and as they occur, whether due to changes in manufacturer s pricing, incentives, rebates, etc. The requirements may exceed the volume estimated and the Vendor(s) will be required to furnish all requirements as shown on purchase orders issued from YSU that are dated prior to termination date of the agreement (by mailing date). The resulting price agreement does not preclude competitive bidding for the acquisition of any item(s) or products(s) that may be included herein. 11. Compliance: Vendor(s) warrant that both in submission of its proposal and performance of any resultant purchase order or contract, Vendor will comply with all applicable Federal, state, and local laws, regulations, rules, and/or ordinances. 6
7 12. Confidential Information: Any and all information, the release of which is prohibited by state or federal law or regulation, is subject to the protections of the Family Educational Rights and Privacy Act (FERPA), or protected by the Gramm Leach Bliley Act (GLBA) and obtained by the Vendor resulting contract constitutes Confidential Information. Vendor agrees to hold the Confidential Information in strictest confidence. Vendor shall not use or disclose Confidential Information received from or on behalf of University or any of its students, faculty, or staff except as permitted or required by contract or by law, or as otherwise agreed to in writing by University. Vendor shall implement, maintain, and use appropriate administrative, technical, and physical security measures to preserve the confidentiality, integrity, and availability of all electronically maintained or transmitted Confidential Information. Service Organization Control (SOC) Audit reports must be available if applicable to this event. Vendor shall abide by the Privacy and Security Rules as set forth by the Health Insurance Portability and Accountability Act of 1996 (HIPAA). 13. Conflicts of Interest and Ethics 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 YSU in writing. Thereafter, he or she shall not participate in any action affecting the work under this Agreement, unless YSU 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. Vendor 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 K. Vendor further represents, warrants, and certifies that neither Vendor nor any of its employees 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: Governor's Executive Orders K. 14. Ethical Conduct: It is expected that once an agreement is issued, Vendors (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 Vendor s list(s). 15. Consistent failure of Vendor(s) to meet YSU s terms and conditions, deemed by YSU in its sole discretion, and to be a material breach including but not limited to delivery, required service levels, quality, invoice inaccuracies, etc., will constitute a default of the agreement by the Vendor. In the event that the said default continues for a period of thirty (30) days after the Vendor s receipt of the notice of default, YSU reserves the right to immediately terminate the agreement. Termination shall in no way limit YSU s right to recover damages that arose as a result of the Vendor s breach. 16. Drug Free Safety Program: The selected Vendor must be enrolled in, and in good standing with, a Drug Free Work Place Program approved by the Ohio Bureau of Workers Compensation at time of contract execution with YSU. They also must comply with Ohio Revised Code Section regarding it and any sub-contractor s drug free work place program requirements. 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 universities regarding this RFP. Vendor communication shall be limited to the contact named in this RFP document. A Vendor s failure to adhere to this prohibition may, at YSU s sole discretion, disqualify the Vendor s proposal. 7
8 17. Evaluation: If an award is made, the Vendor(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 Vendor s products or services; ability to perform the contract; general responsibility as evidence by past performance; and other selection criteria listed within this RFP. Price/discounts, although a factor, will not be the sole determining factor in award of the agreement. YSU will determine the weighting factors that will be assigned. 18. 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 Vendor 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, Vendor 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. 19. Freight Terms: All prices quoted must be F.O.B. Destination, Freight Pre-Paid and Allowed. Unless clearly stated otherwise by the Vendor, prices quoted shall include all charges for transportation, packaging, crate containers, etc., necessary to complete delivery on an F.O.B. Destination, Freight Pre- Paid and Allowed basis. 20. Hold Harmless: It is understood that the Vendor, if awarded a Price Agreement or Purchase Order, agrees to protect, defend, and save harmless YSU from any claims suits or demands for payment that may be brought against it due to the acts errors or omissions of Vendor in providing the services under this agreement and for use of any patented material, process, article or device that may enter into the manufacture or construction, or form a part of the works covered by either order or contract. 21. Incurred Expenses: The Vendor(s), by submitting a proposal, agrees that any costs incurred by responding to this RFP or in support of activities associated with this RFP shall be the Vendor(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. 22. Minimum Insurance Coverage s and Requirements: The selected Vendor(s) shall obtain and maintain the minimum insurance coverage s set forth below. By requiring such minimum insurance, YSU shall not be deemed or construed to have assessed the risk that may be applicable to the selected Vendor(s). The selected Vendor(s) shall assess its own risks and, if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The selected Vendor(s) is not relieved of any liability or other obligations assumed or pursuant to the contract by reason of its failure to obtain or maintain insurance in sufficient amounts, duration, or types. Coverages: A. Commercial General Liability: ISO form CG0001 or its equivalent. Coverage to include: Premises and Operations Personal Injury/Advertising Injury Products/Completed Operations Liability assumed under an Insured Contract (including tort liability of another assumed in a business contract) Independent Contractors B. Automobile Liability: Coverage to include: Owned Vehicles Leased Vehicles Hired Vehicles Non-Owned and Employee Non-Owned Vehicles Personal Injury Protection (where applicable) 8
9 Limits Required: C. Workers Compensation Statutory: Ohio Workers Compensation (Coverage A) through State Fund or Self Insurance D. Employers Liability: Ohio Stop Gap Liability evidenced either on General Liability or Other Workers Compensation insurance E. Liquor Liability: If the selected Vendor(s) is operating a business that distributes, sells, or serves alcoholic beverages or if their activities require a liquor license, they must maintain liquor liability insurance that includes YSU, their Board of Regents/Trustees, officers, employees, agents, and volunteers as additional insured s. The selected Vendor(s) shall carry the following limits of liability: Commercial General Liability General Aggregate $2,000,000 Products/Completed Operations Aggregate $2,000,000 ch Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Damage to Rented Premises $100,000 Medical Payments (Any One Person) $10,000 Liquor Liability (if applicable) ch Occurrence $1,000,000 Aggregate $1,000,000 Automobile Liability Bodily Injury/Property Damage (ch Accident) $1,000,000 Personal Injury Protection, if applicable Statutory Workers Compensation (Workers Compensation) Statutory Employers Liability $500,000 $500,000 $500,000 Additional Requirements: Commercial General Liability (CGL) must include coverage for liability arising from productscompleted operations and liability assumed under an insured contract. If the CGL insurance has a general aggregate limit, then ISO endorsement CG2504 (03/97 Edition) or its equivalent must be added. The Designated Location(s) General Aggregate Limit must be maintained for the duration of the agreement, and the limit must be twice the minimum required occurrence limit. The selected Vendor(s) shall name YSU and its Board of Trustees, officers, employees, agents, and volunteers as Additional Insured s on ISO endorsement CG 2026 or its equivalent. The CGL policy shall contain no endorsement or modification limiting the scope of coverage for liability assumed under a contract or liability arising from pollution. All Policies Must be written on a primary basis, non-contributory with any other insurance coverage s and/or self-insurance carried by YSU. Must include a Waiver of Subrogation Clause. 9
10 May not be non-renewed, cancelled, or materially changed or altered unless thirty (30) days advance written notice via certified mail is provided to YSU. 23. Invoicing: Award recipients must match the resultant YSU s purchase order and invoice 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. 24. 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), with prior approval of YSU. Requests to add new related product lines/services must be submitted to the YSU Director of Procurement Services. 25. Non-Discrimination: In submitting their proposal, or performing that which results from an award by YSU, the successful Vendor agrees not to discriminate against any employee or 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 Vendor 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. 26. Orders, Delivery and Billings: Orders will come from YSU as the need occurs. Delivery of services must be as specified in the RFP and/or as directed by YSU. Invoicing must also be as directed by YSU. Continued failure to meet delivery requirements is cause for cancellation of the agreement (Uniform Commercial Code Section(s) and 2-713). 27. Prohibition Of Offshore Outsourcing: The Vendor affirms to have read and understands Executive Order K and shall abide by those requirements in the performance of this Contract, and shall perform no services required under this Contract outside of the United States. Governor's Executive Order K. The Vendor also affirms, understands, and agrees to immediately notify YSU of any change or shift in the location(s) of services performed by the Vendor or its sub-contractors under this Contract, and no services shall be changed or shifted to a location(s) that is (are) outside of the United States. The Vendor also agrees to disclose if requested by YSU all of the following: The location where all services under this Contract will be performed by any Vendor; The location where any state data associated with any of the services the Vendor is performing under this Contract, or seek to provide will be accessed, tested, maintained, backed-up or stored; The principle location of business for any Vendors supplying services under this Contract. If any Vendor performs services under this Contract outside of the United States, the performance of such services shall be treated as a material breach of the Contract. YSU is not obligated to pay and shall not pay for such services. If any Vendor performs any such services, Vendor shall immediately return to YSU all funds paid for those services. YSU may also recover from the Vendor all costs associated with any corrective action YSU may undertake, including but not limited to an audit or a risk analysis, as a result of the Vendor performing services outside the United States. YSU may, at any time after the breach, terminate the Contract, upon written notice to the Vendor. YSU may recover all accounting, administrative, legal and other expenses reasonably necessary for the preparation of the termination of the Contract and costs associated with the acquisition of substitute services from a third party. 10
11 If YSU determines that actual and direct damages are uncertain or difficult to ascertain, YSU in its sole discretion may recover a payment of liquidated damages in the amount of two percent of the value of the Contract. YSU in its sole discretion may provide written notice to Vendor of a breach and permit the Vendor to cure the breach. Such cure period shall be no longer than 21 calendar days. During the cure period, YSU may buy substitute services from a third party and recover from the Vendor any costs associated with acquiring those substitute services. Notwithstanding YSU permitting a period of time to cure the breach or the Vendor s cure of the breach, YSU does not waive any of its rights and remedies provided YSU in this Contract, including but not limited to recovery of funds paid for services the Vendor performed outside of the United States, costs associated with corrective action, or liquidated damages. The Vendor will not assign any of its rights, nor delegate any of its duties and responsibilities under this Contract, without prior written consent of YSU. Any assignment or delegation not consented to may be deemed void by YSU. 28. Pricing: Vendors are asked to thoroughly explain their pricing structure in their response. YSU reserves the right to negotiate this and other pertinent terms with the selected finalist(s) and this could become one of the selection criteria used in the award process. 29. Proposal Submittal: Vendors may return proposals to YSU prior to the RFP Closing due date/time, as determined by the clock in Procurement Service s main office, by first class certified mail, return-receipt requested, express mail, courier, and/or hand-delivery. Proposals will be accepted only if the cover page is signed and dated. Any proposal that does not include all elements as specified herein may be considered an incomplete proposal and may not be considered for award. Proposals received after the RFP Closing Date will not be considered. Office hours for receipt of proposals or quotes are normally Monday through Friday, 8:00 AM to 5:00 PM, local time. Requests for extension of RFP Closing Date will not be granted unless YSU determines, at its sole discretion, that the original RFP Closing Date appears impractical. Notice of any extension will be provided in the form of an Addendum, posted to YSU website University Competitive Events. Review proposals carefully, since it shall not be corrected after the RFP Closing Date. Any agreement or purchase order resulting from this inquiry shall require the successful Vendor(s) to adhere to all specified conditions. Failure by the Vendor(s) to meet schedules: to complete the deliverables within a reasonable time, as interpreted solely by YSU; 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. 30. 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 Vendor as trade secrets or proprietary information, are subject to public disclosure under Ohio Revised Code Section Vendor 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. 31. 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. 32. 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. 33. Quantity and Commitments: YSU does not obligate themselves to procure the volume of services projected unless specifically addressed within the RFP document. Discounts or prices offered must remain for the 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 Vendor(s) will be required to 11
12 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). 34. Reports: Awarded Vendor(s) will be required to provide to YSU any and all agreed upon reports, at no charge. Failure to provide these reports may result in cancellation of the agreement. 35. Safety Procedures: The Vendor, its employees and sub-contractors 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. 36. Sales Tax: YSU, as an instrumentality 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 by YSU upon request. 37. Samples: Any samples required for award evaluation must be furnished as requested, free of any expense. Unless destruction of sample is necessary for testing purposes, or retention of sample is required as a quality standard for future items shipped, samples will be returned to Vendor, at Vendor s expense, upon request. Unless otherwise requested or necessary, samples become the property of YSU. 38. Specifications: Proposals are requested for services specified. Instructions are for descriptive purposes only and to guide the Vendor in interpretation of the performance desired, and shall not be construed to exclude proposals offering other types of service unless otherwise noted. If the description of your offer differs in any way, you must give complete detailed description of your proposal. Vendor must provide proposal exactly as specified on this RFP. Vendor may also offer alternatives. YSU reserves the sole right to determine if any alternates offered will be accepted. 39. State Law: Any agreement entered into as a result this solicitation will be governed by the laws of the State of Ohio. 40. Title and Risk of Loss: Vendor shall retain title and bear the risk of any loss or damage to the items purchased until they are delivered at the specified F.O.B. point and upon such delivery, title shall pass and Vendor's responsibility for loss or damage shall cease except as resulting from Vendor's negligence or failure to comply. Passing of title upon such delivery shall not constitute acceptance of the items by YSU. Delivery location is Central Receiving, 235 West Rayen Avenue, Youngstown, Ohio ( ). Deliveries accepted between 7:30 am 3:30 pm. 41. Use of Data: Vendor agrees that it will keep confidential the features of any technical or proprietary information furnished by YSU and use such items only in the production of items awarded as a result of this inquiry and not otherwise, unless YSU s written consent is first obtained. 12
13 SECTION III RFP Response Instructions RFP Questions Vendors must submit questions to All questions must be submitted via as indicated on the Schedule of Events. Questions submitted by the deadline will be answered in the form of an addendum posted to YSU website. Contact person is Procurement Services, During YSU competitive proposal process, up to and including the issuance of an award letter, under no circumstances may a Vendor contact other individuals at YSU to discuss any aspect of this inquiry or attempt to influence the process. Failure of a Vendor to comply with this protocol may invalidate their proposal response. Proposal Package Requirements The following MUST be included in the proposal-response package by the proposal due-date/time; failure to do so may invalidate the proposal response. Signed and dated RFP cover sheet Vendor must provide their proposals exactly as specified in this RFP. Responses must address all aspects of the RFP and should follow the chronology of the RFP. Agree to any other terms required within this RFP Respond to other items as directed. Minority Business Participation: YSU has a goal consistent with the State of Ohio legislative mandate to help members procure a percentage of its goods and services from State Certified Minority Vendors (CMV) and/or Encouraging Diversity Growth and Equity (EDGE) Vendors. To help YSU in this effort, Vendors are asked to confirm their MBE and/or EDGE certification eligibility. 13
14 SECTION IV Background, Scope of Work and Proposal Specifications RFP No: # Student Regalia Selection Criteria: 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: 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 other similar contracts in place? Ability of the vendor to meet the needs of the University Discount and shipping terms offered Any other information that may be provided that is deemed relevant to the selection process Additional items listed on the request for Publications Estimate Other items determined to be relevant Terms of Proposal: This is a two-year contract, beginning FY17 through FY18, calendar dates: 7/1/2016-6/30/2018, with an option for a 3 rd 4 th and/or 5 th year renewal (FY19: 7/1/2018-6/30/2019, FY20: 7/1/2019-6/30/2020, FY21: 7/1/2020-6/30/2021). Please note: Terms of the contract will not be considered complete until all materials are delivered in accordance with the specifications. 14
15 CAP & Gown Bid Specifications and All Undergraduate and Master gown sets are to be black with a black zipper and seams on side, 4 sided one size fits all hats, with plain black tassels. The Doctoral gown sets are custom black gowns with red velvet on the front and arms, with silver cording, the YSU Seal, and the Y trademark on the front velvet, with one-size fits all tams, and old gold colored tassels. All gowns shall be sized in 2 inch sizes (for example ). Larger or plus sizes must also be available. 2. Estimated quantities are provided below. for each graduation may vary. A possible Doctoral gown, hood, cap & gold tassel may be required without much prior notice. 3. All gowns are to be alphabetized and divided between undergraduate and graduate levels at the factory. We shall provide orders electronically. 4. Youngstown State University shall return unused gowns, except doctoral, which are custom. 5. Delivery must be made at least two (2) weeks prior to each graduation. Same-day delivery will sometimes be needed. You will be notified along with order, the date the regalia must be received by the University. 6. This agreement shall begin with the December 2016 Fall Commencement and end with the May 2018 Spring Commencement with the option to renew for three (3) additional one year periods. Please quote price as package (gown, cap and tassel; or gown, hood, cap and tassel for masters and doctoral degree) as well as ala carte. Also please quote price for Doctoral Speaker Hoods (generally a better grade hood that our regular doctoral student graduates), and bright gold honor cords (double 3-ply cords) and variegated red, white, and blue Americana honor cords (double 3- ply cords). Also Quote as Follows (Separate Purchase Price): Doctoral Speaker Hood $ Bachelor Gown $ Cap $ Tassel $ Master Gown $ Hood $ Cap $ Tassel $ Custom Doctoral Gown $ Hood $ Cap $ Tassel $ Cord $ 15
16 Estimated Quantities for Commencements December 2016 Commencement 625 Bachelor Gowns with Cap & Tassel (set) $ $ 625 Recycled Bachelor Gowns with Cap & Tassel (set) $ $ 150 Master Gowns with Hood, Cap & Tassel (set) $ $ 150 Recycled Master Gowns with Hood, Cap & Tassel (set) $ $ 5 Custom Doctoral Gowns with Hood, Cap & Tassel (set) $ $ 5 Recycled Custom Doctoral Gowns with Hood, Cap & Tassel (set) $ $ May 2017 Commencement 1200 Bachelor Gowns with Cap & Tassel (set) $ $ 1200 Recycled Bachelor Gowns with Cap & Tassel (set) $ $ 300 Master Gowns with Hood, Cap & Tassel (set) $ $ 300 Recycled Master Gowns with Hood, Cap & Tassel (set) $ $ 40 Custom Doctoral Gowns with Hood, Cap & Tassel (set) $ $ 40 Recycled Custom Doctoral Gowns with Hood, Cap & Tassel (set) $ $ 16
17 Estimated Quantities for Commencements December 2017 Commencement 650 Bachelor Gowns with Cap & Tassel (set) $ $ 650 Recycled Bachelor Gowns with Cap & Tassel (set) $ $ 175 Master Gowns with Hood, Cap & Tassel (set) $ $ 17 Recycled Master Gowns with Hood, Cap & Tassel (set) $ $ 5 Custom Doctoral Gowns with Hood, Cap & Tassel (set) $ $ 5 Recycled Custom Doctoral Gowns with Hood, Cap & Tassel (set) $ $ Qu May 2018 Commencement 1200 Bachelor Gowns with Cap & Tassel (set) $ $ 1200 Recycled Bachelor Gowns with Cap & Tassel (set) $ $ 300 Master Gowns with Hood, Cap & Tassel (set) $ $ 300 Recycled Master Gowns with Hood, Cap & Tassel (set) $ $ 40 Custom Doctoral Gowns with Hood, Cap & Tassel (set) $ $ 40 Recycled Custom Doctoral Gowns with Hood, Cap & Tassel (set) $ $ 17
18 Prices are to remain firm for the duration of the Contract and be Quoted FOB YSU. 1. Read instructions attached before preparing quotation. 2. All quotes will be considered F.O.B. DEST unless otherwise indicated. 3. The bidder shall bear full responsibility in their choice of agents to deliver their bid to the Purchasing Department on or before the time indicated. 18
19 Reference Form Provide at least three (3) college or university references (including a contact person, title, telephone number and address) for which the proposer has successfully received a like printing agreement. 1. Organization Name Contact/Title Telephone Number Address Relevant Information as listed above (continue on another sheet if necessary) 2. Organization Name Contact/Title Telephone Number Address Relevant Information as listed above (continue on another sheet if necessary) 3. Organization Name Contact/Title Telephone Number Address Relevant Information as listed above (continue on another sheet if necessary) Submitted by: Company Name: (three references) Authorized Signature: Title: Print Name: Date: 19
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/
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:
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
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
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
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
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
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
Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015
New York State Department of Environmental Conservation Division of Lands and Forests Invasive Species Coordination Unit 625 Broadway, Floor 5 Albany, NY 12233-4250 Request for Quotation (RFQ) Hydrilla
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
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]
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
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
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
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
The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision.
May 19th, 2016 RE: REQUEST FOR QUOTES 2016 Sidewalk Replacement The West Lafayette Engineering Department is requesting quotes for sidewalk repairs needed in the Barbarry Subdivision. The enclosed Quote
INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES
INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES This Independent Contractor Agreement for Services ( Agreement ) is made as of, 2012, between the Culver City Unified School District ("District")
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]
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
INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4
1THE PHILADELPHIA PARKING AUTHORITY RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4 Prior to commencement of the contract and until completion of your work, shall, at its sole expense,
To: From: Patricia Baskerville, PCS Email: Email: [email protected] Phone: (000) Date: June 12, 2015 Pages: 10
Armond Budish Cuyahoga County Executive Cuyahoga County Division of Senior and Adult Services To: From: Patricia Baskerville, PCS Email: Email: [email protected] Phone: (000) Date: June
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
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
HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT
HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT Proposals will be received in the New Hanover County Finance, 230 Government Center
Attachment A Terms and Conditions RFX No. 3000005987 TITLE: Quality Control Standards DHH Office of Public Health
Bidder: Bid delivery instructions for State Procurement: Bidders are hereby advised that the U.S. Postal Service does not make deliveries to our physical location: Bids may be mailed through the U.S. Postal
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
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,
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
Attachment 4. Contractor Insurance Requirements
GROUP 33700 FINE & COARSE AGGREGATES Page 1 of 7 Attachment 4 Contractor Insurance Requirements The prospective awardee shall be required to procure, at its sole cost and expense, all insurance required
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
REQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL PURCHASING DEPARTMENT P.O. BOX 1349 300 N. PATTERSON ST. VALDOSTA, GEORGIA 31601 #LC-2016-09R FOR: Security Guard Services DUE DATE: April 20, 2016 Proposals Due By: 10:00 am EST Amy
Attachment 4: Insurance Requirements
The prospective awardee shall be required to procure, at its sole cost and expense, all insurance required by this Section and, unless otherwise required by this Section, provide proof of the same within
How To Write A Contract Between College And Independent Contractor
Independent Contractor Agreement (Long Form) This Agreement is made between Babson College ("College"), a Massachusetts non-profit corporation with a principal place of business at 231 Forest Street, Babson
Terms and Conditions for Purchase Orders for Recycling Materials
Terms and Conditions for Purchase Orders for Recycling Materials This Agreement is made by and between AEROJET-GENERAL CORPORATION, an Ohio corporation with a place of business at Rancho Cordova, California
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
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
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
CONSULTANT AGREEMENT
CONSULTANT AGREEMENT AGREEMENT made this day of, 20, by and between PACE UNIVERSITY, One Pace Plaza, New York, New York 10038 (hereinafter referred to as Pace ), and [FULL LEGAL NAME OF CONSULTANT], with
CARVER COUNTY INDEPENDENT CONTRACTOR/PROFESSIONAL SERVICE AGREEMENT
CARVER COUNTY INDEPENDENT CONTRACTOR/PROFESSIONAL SERVICE AGREEMENT This Agreement is entered into by and between the County of Carver, 600 East 4 th Street, Chaska, Minnesota 55318, through (Division),
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
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,
BRITISH SOCCER CAMP A G R E E M E N T
THE STATE OF TEXAS * COUNTY OF CORYELL * KNOW ALL MEN BY THESE PRESENTS: BRITISH SOCCER CAMP A G R E E M E N T This agreement is made and entered into this the 20th day of January, 2015 by and between
NEW YORK STATE OFFICE OF GENERAL SERVICES SURPLUS PROPERTY SALE - CABOOSE
NEW YORK STATE OFFICE OF GENERAL SERVICES SURPLUS PROPERTY SALE - CABOOSE Seller s Disclosure/Bidders Acknowledgment of Terms, Conditions, and Other Requirements NYS Surplus Property CABOOSE Buyers are
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
BENTON COUNTY PERSONAL SERVICES CONTRACT
BENTON COUNTY PERSONAL SERVICES CONTRACT This is an agreement by and between BENTON COUNTY, OREGON, a political subdivision of the State of Oregon, hereinafter called COUNTY, and, hereinafter called CONTRACTOR.
Attachment A Terms and Conditions
Bidder: BID DELIVERY INSTRUCTIONS FOR STATE PROCUREMENT: BIDDERS ARE HEREBY ADVISED THAT THE U.S. POSTAL SERVICE DOES NOT MAKE DELIVERIES TO OUR PHYSICAL LOCATION: BIDS MAY BE MAILED THROUGH THE U.S. POSTAL
Attachment 04 Contractor s Insurance Requirements
GROUP 31503 BITUMINOUS CONCRETE Page 1 of 5 Attachment 04 Contractor s Insurance Requirements The prospective awardee shall be required to procure, at its sole cost and expense, all insurance required
Appendix J Contractor s Insurance Requirements
Appendix J Contractor s Insurance Requirements Page 1 of 7 Appendix J Contractor s Insurance Requirements During the term of this Contract, the Contractor shall maintain in force, at its sole cost and
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
CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION
CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION The City of San Jose is seeking to contract with a law firm or attorney licensed by
MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES
MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES THIS AGREEMENT is made and entered into this day of, 2007, by and between the University of Washington ( Owner ) and, ( Project
INDEPENDENT CONTRACTOR AGREEMENT
INDEPENDENT CONTRACTOR AGREEMENT This Agreement is hereby entered into between the ESCONDIDO UNION HIGH SCHOOL DISTRICT, hereinafter referred to as District, and hereinafter referred to as Contractor.
AGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC
AGREEMENT BETWEEN THE COUNTY OF TEHAMA AND TAX SALE SERVICES OF CALIFORNIA, LLC This agreement is entered into between the Tehama County Tax Collector, ( County ) and Tax Sale Services of California, LLC.
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
STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT
STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT Contract #: Total Obligation: AGREEMENT BETWEEN: The Georgia Department of Transportation s location identified in Paragraph 101A
CONSULTANT AGREEMENT. THIS CONSULTANT S AGREEMENT (the Agreement ) is effective this day of
CONSULTANT AGREEMENT THIS CONSULTANT S AGREEMENT (the Agreement ) is effective this day of, 2011, by and between the TOWN OF UNIVERSITY PARK (the Town ), a municipal corporation of the State of Maryland,
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
WITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows:
NORTH CAROLINA RANDOLPH COUNTY CONTRACT THIS CONTRACT, made and entered into this day of, 2015 by and between Randolph County, a political subdivision of the State of North Carolina, hereinafter referred
How To Perform A Contract With A Community College District
INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES This Independent Consultant Agreement for Professional Services ( Agreement ) is made and entered into as of the 21 st day of January 2015 by
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
City of Boulder, Colorado. Request for Proposals RFQ #74-2012. Pest Control
City of Boulder, Colorado Request for Proposals RFQ #74-2012 The City of Boulder is soliciting Statements of Qualification and hourly billing rates from contractors with experience in General Scope of
INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES CONSULTING EDUCATION MASTER PLANNING SERVICES
INDEPENDENT CONSULTANT AGREEMENT FOR PROFESSIONAL SERVICES CONSULTING EDUCATION MASTER PLANNING SERVICES This Independent Consultant Agreement for Professional Services ( Agreement ) is made and entered
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
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
ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552
ROCKDALE COUNTY, GEORGIA April 4, 2011 WINDOWS 2008/EXCHANGE 2010 UPGRADE REQUEST FOR BID #11-15 ROCKDALE COUNTY FINANCE DEPARTMENT PROCUREMENT OFFICE 958 MILSTEAD AVENUE CONYERS, GA 30012 770-278-7552
EXHIBIT A (of Request for Proposal)
EXHIBIT A (of Request for Proposal) INDEPENDENT CONTRACTOR AGREEMENT FOR SPECIAL SERVICES This Independent Contractor Agreement for Services ( Agreement ) is made as of, 2016 between the Dublin Unified
AGREEMENT WITH FOR PROFESSIONAL CONSULTANT SERVICES FOR
AGREEMENT WITH FOR PROFESSIONAL CONSULTANT SERVICES FOR This Agreement, made and entered into this day of,, by and between the CITY OF SAN MATEO, a municipal corporation existing under the laws of the
AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000)
AISD PROJECT NO. PROJECT TITLE AND ADDRESS: AGREEMENT BETWEEN OWNER AND ARCHITECT/ENGINEER (Small Projects-Construction Costs Generally Under $100,000) This Agreement ( Agreement ) is made as of the day
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
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
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
Department of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 12CT86224YA PROJECT TITLE: Maintenance contract for MicroStation Software for Water
CAP CONSULTING SERVICES AGREEMENT
CAP CONSULTING SERVICES AGREEMENT This Agreement is made on this day of, by and between the College of American Pathologists, a not-for-profit Illinois corporation with offices at 325 Waukegan Road, Northfield,
HACC, Central Pennsylvania s Community College Harrisburg, Pa.
RFP15-03 Integrated Marketing Communications Services HACC, Central Pennsylvania s Community College Harrisburg, Pa. Request for Proposal RFP15 03 For Integrated Marketing Communications Services Issued:
ARCHITECTURAL SERVICES CONTRACT. THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and
ARCHITECTURAL SERVICES CONTRACT STATE OF TEXAS COUNTY OF NUECES THIS CONTRACT FOR ARCHITECTURAL SERVICES is made by and between the County of Nueces, hereinafter called County and hereinafter called Architect
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
How To Work With The City Of Riverhead
MEMORANDUM OF UNDERSTANDING BETWEEN RIVERSIDE COMMUNITY COLLEGE DISTRICT and CITY OF RIVERSIDE THIS MEMORANDUM OF UNDERSTANDING ( MOU ) is made and entered into this day of, 2012 ( Effective Date ), by
5. Preparation of the State and Federal Single Audit Reports.
THE CITY OF GROTON REQUEST FOR PROPOSAL FOR AUDITING SERVICES RFP 15-01 (Revised 5/28/15) 1. Introduction The City of Groton, Connecticut (the City) is soliciting proposals for purpose of obtaining the
CULVER CITY UNIFIED SCHOOL DISTRICT INDEPENDENT CONTRACTOR AGREEMENT FOR PROFESSIONAL SERVICES (SPECIAL SERVICES) CONSULTING SERVICES
CULVER CITY UNIFIED SCHOOL DISTRICT INDEPENDENT CONTRACTOR AGREEMENT FOR PROFESSIONAL SERVICES (SPECIAL SERVICES) CONSULTING SERVICES This Independent Contractor Agreement for Special Services ( Agreement
LIVINGSTON COUNTY, MICHIGAN REQUEST FOR PROPOSAL Web/IVR Based Self-Service Employee Benefits System RFP # LC-07-02
LIVINGSTON COUNTY, MICHIGAN REQUEST FOR PROPOSAL Web/IVR Based Self-Service Employee Benefits System RFP # LC-07-02 1. INTRODUCTION & GENERAL INFORMATION Livingston County Purchasing is requesting sealed
Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing
CITY OF DEARBORN ADVERTISEMENT FOR NATURAL GAS PROVIDER TO THE CITY OF DEARBORN, MICHIGAN Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing Agent, 2951 Greenfield, Dearborn,
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
Vendor Insurance Requirements Revised 5-12-15
Page 1 of 13 Vendor Insurance Requirements Revised 5-12-15 A Vendor shall be required to procure, at its sole cost and expense, all insurance required by Sections 2 and 3 of this Attachment 5 and, unless
REQUEST FOR PROPOSAL (RFP)
Request for Proposal, Page 1 of 13 REQUEST FOR PROPOSAL (RFP) RFP NUMBER AND TITLE: PLACE OF OPENING: 1213-05 : TypeWell, CART, Sign Language Interpreting, Captioned Media and Alternate Format Text, and
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
EXPERIENTIAL EDUCATION AGREEMENT BETWEEN THE ADMINISTRATORS OF THE TULANE EDUCATIONAL FUND, THROUGH ITS COMMUNITY FOR PUBLIC SERVICE AND
EXPERIENTIAL EDUCATION AGREEMENT BETWEEN THE ADMINISTRATORS OF THE TULANE EDUCATIONAL FUND, THROUGH ITS COMMUNITY FOR PUBLIC SERVICE AND THIS EXPERIENTIAL EDUCATION AGREEMENT ( Agreement ) is made by and
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
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
IMPORTANT! - Please use the attached Application for Payment. All payment requests must be submitted on our form. Thank you!
` SUBCONTRACTOR: PHONE PROJECT: LOCATION: Page 1 of 6 SUBCONTRACT (SHORT FORM) JOB NO.: COST CODE: PRICE: This agreement is made and effective, by and between SUN CONSTRUCTION & FACILITY SERVICES, INC.
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
