MINNESOTA STATE COLLEGES AND UNIVERSITIES ST. CLOUD STATE UNIVERSITY



Similar documents
REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM

REQUEST FOR PROPOSAL CENTRALIZED TICKETING SYSTEM ST. CLOUD STATE UNIVERSITY TH AVENUE SOUTH ST. CLOUD, MN

Company Name Bid Title Bid Number Date and Time of opening

HADDONFIELD PUBLIC SCHOOLS ONE LINCOLN AVENUE HADDONFIELD, NJ Phone: , X 215 Fax:

REQUEST FOR PROPOSAL

MINNESOTA STATE COLLEGES AND UNIVERSITIES

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

MIDDLESEX COUNTY JOINT HEALTH INSURANCE FUND

REQUEST FOR QUOTATION Quote # CAR WASH PUMP REPLACEMENT (This Is Not A Sealed Bid)

MINNESOTA STATE COLLEGES AND UNIVERSITIES

COUNTY OF UNION, NEW JERSEY

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

REQUEST FOR QUOTATION

REQUEST FOR PROPOSAL BID # ELECTRONIC CHECK PROCESSING SOFTWARE AND RELATED EQUIPMENT. August 10, 2015

REQUEST FOR QUALIFICATIONS FOR FORENSIC ACCOUNTING SERVICES

ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS. HVAC SERVICE AND MAINTENANCE Saint Clair County MidAmerica Saint Louis Airport.

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

THE HUDSON COUNTY IMPROVEMENT AUTHORITY AFFIRMATIVE ACTION COMPLIANCE/MANDATORY EEO LANGUAGE N.J.S.A.

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1

BOROUGH OF KENILWORTH

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

REQUEST FOR QUOTES (RFQ) FOR PLUMBING SERVICES. RFQ Release Date: August 3, Quote Due Date: August 21, 2015 at 5:00 p.m.

REQUEST FOR PROPOSAL FOR RISK MANAGEMENT CONSULTANT

WOODBURY CITY BOARD OF EDUCATION 25 N. Broad Street Woodbury, NJ (856) (856)

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

Each interested firm shall submit the following information: 3. Experience related to representation of public entities;

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

COUNTY OF UNION, NEW JERSEY

How To Build A Data Backup System In Town Of Trumbull

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

Air Conditioning Maintenance Services

1. Legal research and/or advisory opinions as needed; 2. Research and draft ordinances and/or resolutions;

RFQ No. 4856B /MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 2:00 PM

Invitation for Bids # Hampton Roads Transit has a need for the item/service described below. Please provide a proposal. Monitoring Service

CITY OF CLOQUET, MN APPLICATION FOR A PUBLIC DANCE LICENSE

1. Provide advice and opinions regarding workers compensation issues, as needed;

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

NOTICE OF REQUEST, SOLICITATION AND INVITATION FOR PROPOSALS FOR LIBRARY ATTORNEY FOR MOUNT LAUREL LIBRARY, BURLINGTON COUNTY

General Proposed application must meet or exceed the technical requirements listed below.

CITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID

2014 Mechanical, Gas Piping, and Accessory Licensing Application

TOWNSHIP OF BERKELEY HEIGHTS

PINE HILL BOARD OF EDUCATION Pine Hill, New Jersey REQUESTS FOR PROPOSALS OCCUPATIONAL THERAPY SERVICES NOTICE OF SOLICITATION

REQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.

BOROUGH OF ELMWOOD PARK REQUEST FOR PROPOSAL PAYROLL SERVICES

REQUEST FOR PROPOSAL

Stephenson County, Illinois

IMPORTANT NOTE TO POTENTIAL BIDDERS

IV. Orders, Quotations, Bids and Request for Proposal (RFP) Requirements

Each interested firm shall submit the following information: 4 Experience related to representation of public entities;

Each interested firm shall submit the following information: 4. Experience related to providing software to public entities;

CITY OF UNION CITY REQUEST FOR PROPOSALS ( RFP ) TO PROVIDE GPS FLEET MANAGEMENT SYSTEM FOR UNION CITY VEHICLES

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

GENERAL TERMS & CONDITIONS OF QUOTE

2014 Inlet Rehab Project II Various Locations

PROPOSAL FOR RISK MANAGEMENT CONSULTANT

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

How To Do Business With Omaha Public Schools

INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities

Request for Quotation For Design and Printing

INVITATION TO BID CITY OF HOPKINSVILLE

All necessary documents can be downloaded from the official Guttenberg website,

Town of Guttenberg Hudson County, NJ Notice for R.F.Q. and R.F.P. (Request for Qualifications) (Request for Proposals)

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS

Warner Robins Housing Authority

REQUEST FOR PROPOSAL (RFP)

TOWN OF GROTON INVITATION TO BID ARCHIVING SYSTEM

Aitkin County Land Department nd St. NW Room 206 Aitkin, MN 56431

Request for Proposals (RFP) No Work Order and Asset Management Software

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

STATE OF MINNESOTA OFFICE OF THE STATE AUDITOR

Department of Purchasing & Contract Compliance

TOWNSHIP OF CRANFORD OFFICE OF THE TOWNSHIP CLERK 8 SPRINGFIELD AVENUE CRANFORD, NEW JERSEY Tara Rowley, RMC Municipal Clerk

REQUEST FOR QUALIFICATIONS FOR AMBULANCE BILLING SERVICES

OSWEGO COUNTY PURCHASING DEPARTMENT

CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI INVITATION TO BID

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

Request for Proposal # Interactive Digital Signage Kiosks

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

All necessary documents can be downloaded from the official Guttenberg website,

LEGAL NOTICE REQUEST FOR BID SEALED BID For SQL MONITORING SOFTWARE RE-BID. For ST. CHARLES COUNTY GOVERNMENT ST.

Each interested firm shall submit the following information: 4. Experience related to providing software to public entities;

TOWN of NEW BOSTON. Bid Package. Refurbishment and Upgrade of Basement of the New Boston Town Hall

DIGITAL CONTENT MANAGEMENT SYSTEM

Specifications for Furnishing and Delivery of. One (1) 2015 Ford Escape Sports Utility Vehicle or Equal

Solicitation Addendum One (1) RFQ CARPET CLEANING SERVICES

MINNESOTA STATE COLLEGES AND UNIVERSITIES

1. Applicants must provide information requested in the section titled Required Information.

MINNESOTA STATE COLLEGES AND UNIVERSITIES

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

All necessary documents can be downloaded from the official Guttenberg website,

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

STATE OF LOUISIANA. Office of State Procurement INVITATION TO BID. Ship To Address: SOS PURCHASING DEPT ESSEN LANE BATON ROUGE, LA 70809

ELEVATOR MAINTENANCE

Transcription:

F.Y.: 2014 Cost Center: Obj. Code: Amount: Vendor #: Bid #: 141304 MINNESOTA STATE COLLEGES AND UNIVERSITIES ST. CLOUD STATE UNIVERSITY Contact Person: Lisa Sparks, Director of Purchasing St. Cloud State University 720 4th Avenue South, AS 122 St. Cloud, MN 56301-4498 Telephone: (320) 308-4788 Date: 9/17/2013 Please submit bid ON THIS FORM, showing your lowest price, terms, time for acceptance, and earliest delivery date, on the items listed below. Catalog references are descriptive but not restrictive, and indicate the quality desire. Please show catalog references, trade names, or other complete description on the items you proposed to furnish. Return one copy to us properly filled out with unit and total prices on each item. Faxed bids will not be accepted. Bids containing any alteration or erasure will be rejected unless initialed as required by law. Bids made in pencil will be rejected. Bids awarded based on lot bid. St. Cloud State University reserves the right to reject any and all Offers and to waive any informalities contained in such Offers. Specifications and Request for Proposal forms may be obtained from: www.stcloudstate.edu/businessservices/ under News & Announcements. Offers are to be submitted in a sealed envelope addressed to the Director of Purchasing at the above address and clearly marked in the lower left corner "RFB COMMERCIAL GRADE KITCHEN EQUIPMENT" Point of Destination: St. Cloud State University, Maintenance Building Date Delivery Required: _N/A A bid must be received not later than 3:00 P.M in the Business Office, on 10/1/2013. In compliance with the above invitation for bids, and subject to all the conditions thereof, the undersigned offers, and agrees, if this bid is accepted within thirty (30) days from the date of the opening, to furnish delivered to point of destination any or all items upon which prices are quoted, at the price set opposite each item. Item No. Description of Article or Service Quantity Unit Price Total GARVEY/ATWOOD: REPLACE OVEN, STEAMER, ICE MACHINE, AND OIL FILTER All model references are descriptive but not restrictive, and indicate the quality desired. Approved equivalents will be accepted. 1. COMBI Oven Groen Model No (2)CBE-10GC ComboEase Combination Steamer/Oven, gas, 73-1/2" H, double stacked, boilerless, semi-automatic pre-programmed cleansing, superheated steam, dual water connection, electronic timer, capacity (20) racks, hands-free door latch, stainless steel construction with polished interior, stand with casters, 150,000 BTU 12 months parts and labor warranty, standard 153119 PureSteem Water Treatment System, head and filter/treatment cartridge Two year boiler warranty with PureSteem Water Filtration System (2) 115v/60/1-ph, 12 amps, direct Door hinged on left, std 14475 Single Water Connection (requires 1/2" cold water connection), no electrical connection required

2. Boilerless Steamer: Groen Model No. (2) SSB-5GF SmartSteam 100 Convection Steamer, gas, double-stacked, open leg stand bullet feet, (5) 12 x 20 x 2-1/2" pans capacity per compartment, boilerless, door, stainless steel interior & exterior, single water connection, 62,000 BTU each 2 years parts & labor, 5 year cavity warranty, standard 149100 SmartSteam water treatment kit Door hinged on left, std. (requires 1/2" cold water connection), no electrical connection required 3. Ice Cuber: Scotsman Model No. C0530MA-1 Prodigy Ice Maker, Cube Style, air-cooled, self-contained condenser, up to 525-lb production/24 hours, stainless steel finish, medium cube size, 115v/60/1-ph, 15.2 amps, ENERGY STAR 3 year parts and labor warranties 5 year parts & labor warranties on Evaporator 5 year parts on compressor and condenser ADS-AP1 AquaPatrol Water Filtration System, single system, designed for ice makers & beverage equipment, cubers up 650 lbs., flakers, nuggets & nugget dispensers up to 1,200 lbs. 4. COMBI Oven Groen Model No CBE-10G STD ComboEase Combination Oven-Steamer, gas, 68-1/4" H, boilerless, semiautomatic pre-programmed cleansing, superheated steam, dual water connection, electronic timer, capacity (10) racks, hands-free door latch, stainless steel construction with polished interior, stand with casters, 75,000 BTU 12 months parts and labor warranty, standard 153119 PureSteem Water Treatment System, head and filter/treatment cartridge Two year boiler warranty with PureSteem Water Filtration System 120v/60/1-ph, 12 amps, direct Door hinged on left, std 144475 Single Water Connection (requires 1/2" cold water connection), no electrical connection required. 5. Boilerless Steamer: Groen Model No (2)SSB-10GF SmartSteam 100 Convection Steamer, gas, double-stacked, open leg stand bullet feet, (10) 12 x 20 x 2-1/2" pans capacity per compartment, boilerless, door, stainless steel interior & exterior, single water connection, 100,000 BTU each 2 year parts & labor, 5 year cavity warranty, standard 149100 SmartSteam water treatment kit (2) 120v/60/1-ph, 15.0 amp (direct) Door hinged on left, std (requires 1/2" cold water connection), no electrical connection required 6. Mobile Fryer Filter Miroil Model No. HOD0640 Oil Filter Machine, with an operated hot oil pump, also use as Discard Trolley with #D900B EZ Flow reusable filter/ fryers with drain valves included, oil capacity to 70 lb., high mobility on 8" wheels, low profile clad steel basin, 2

silicone jacketed Teflon hose Limited 1 year warranty on machine and limited 6 month warranty on filter Floor fryers with drain valves use HD or HOD machine & drain down filters for 1 way pumping 7. Delivery and Installation TOTAL LOT BID _ ** INCLUDE CERTIFICATE OF COMPLIANCE - INCLUDE IF BID IS IN EXCESS OF $100,000 (ATTACHED) CERTIFICATE OF INSURANCE The Contractor shall maintain, during the life of this Contract, the following minimum insurance requirements: General Liability: $2 Million Combined Single Limit per Occurrence, or $2 Million Aggregate Single Limit per Occurrence; Automobile Liability: $2 Million Combined Single Limit per Occurrence, or $2 Million Aggregate Single Limit per Occurrence and Workers Compensation in accordance with statutory requirements. It is understood that this is NOT a Purchase Order but a request for bid. All shipments to the STATE are Exempt from Sales and Transportation Tax. The following information must be filled in; otherwise bid may not be considered. In stock for immediate delivery, Item No. TERMS. Discount offered for less than 30 days will not be considered in making award. M.S.16A. 41, Subd.1, prohibits the State from paying in advance. Targeted Vendor * Economically Disadvantaged Vendor * * Must be certified as such by the Department of Administration, State of Minnesota, under the targeted group small business procurement program. Firm Name Signature in Ink By Print Name/Title Address City, State, Zip Vendor s Phone No. ( ) SCSU007 02/17/00 Date of Bid

AFFIRMATIVE ACTION COMPLIANCE MINNESOTA STATE COLLEGES AND UNIVERSITIES A Certificate of Compliance is required for bids or proposals in excess of $100,000 Vendors are cautioned to read closely the attached Notice to Vendors, Affirmative Action Certificate of Compliance. The following information must be completed by the vendor and returned with the [bid or proposal]. Failure to do so may result in rejection of the [bid or proposal]. Vendors are cautioned to read closely the attached Notice to Vendors, Affirmative Action Certificate of Compliance. The following information must be completed by the vendor and returned with the [bid or proposal]. Failure to do so may result in rejection of the [bid or proposal]. BOX A: 1. Have you employed more than 40 full-time employees within Minnesota on a single working day during the previous 12 months? YES NO If your answer is NO, proceed to BOX B. If your answer is YES, your response will be rejected unless your firm or business has a Certificate of Compliance issued by the State of Minnesota, Commissioner of Human Rights, or has submitted an Affirmative Action plan to the Commissioner of Human Rights for approval by the time the responses are due for any solicitation in excess of $100,000. 2. Please check one of the following statements: YES, we have a current Certificate of Compliance that has been issued by the State of Minnesota, Commissioner of Human Rights (include a copy of your certificate with your response). NO, we do not have a Certificate of Compliance; however, we submitted an Affirmative Action plan to the Commissioner of Human Rights for approval on _, 19. The plan must be approved by the Commissioner of Human Rights before any contract or agreement can be executed. PLEASE NOTE: Minnesota vendors must have a certificate issued by the Minnesota Department of Human Rights. Affirmative Action plans approved by the federal government, a county, or a municipality must still be reviewed and approved by the Minnesota Department of Human Rights for a certificate to be issued.

BOX B: 1. Have your employed more than 40 full-time employees on a single working day during the previous 12 months in a state in which you have your primary place of business and that primary place of business is outside of the State of Minnesota, but inside the United States? YES NO If your answer is NO, proceed to BOX C. If your answer is YES, MnSCU cannot execute a contract with your firm or business unless it is in compliance with the Minnesota Human Rights certification requirements. It is the sole responsibility of the vendor to apply for and obtain human rights certification prior to contract award or execution as applicable. You may achieve compliance with the Human Rights Act by having either a current Certificate of Compliance issued by the State of Minnesota, Commissioner of Human Rights, or by certifying that you are in compliance with federal Affirmative Action requires. 2. Please check one of the following statements: YES, we have a current Certificate of Compliance issued by the Minnesota Department of Human Rights (include copy of your certificate with your response). a YES, we are in compliance with federal Affirmative Action requirements. NO, we do not have a current Certificate of Compliance and we cannot certify that we are in compliance with federal Affirmative Action requirements. BOX C: 1. If your answers to BOX A (Question 1) and Box B (Question 1) were NO, you are not subject to the Minnesota Human Rights Act certification requirement. Please, however, check one of the following: NO, we have not employed more than 40 full-time employees within Minnesota on a single working day during the previous 12 months and have not employed more than 40 full-time employees on a single working day during the previous 12 months in the state in which our principal place of business is located. We are a business with our primary place of business outside of the State of Minnesota that has not employed more than 40 fulltime employees within Minnesota on a single working day during the previous 12 months. For further information regarding Minnesota Human Rights requirements, contact the Department of Human Rights, Compliance Services, 190 East 5 th Street, Suite 700, St. Paul, MN 55101; Voice: 651.296.5663; Toll Free: 800.657.3704; or TTY: 651.296.1283. For further information regarding federal Affirmative Action requirements, call 800.669.4000 or visit its web site at http://www.eeoc.gov/. By signing this statement the vendor certifies that the information filled in is accurate. PUR010.doc NAME OF FIRM: AUTHORIZED SIGNATURE OF [RESPONDER OR BIDDER]: TITLE: DATE:

MINNESOTA STATE COLLEGES AND UNIVERSITIES NOTICE TO VENDORS AFFIRMATIVE ACTION CERTIFICATION OF COMPLIANCE The amended Minnesota Human Rights Act (Minn. Stat. 363.073) divides the contract compliance program into two categories. Both categories apply to any contracts for goods or services in excess of $100,000. The first category applies to businesses that have had more than 40 full-time employees within Minnesota on a single working day during the previous 12 months. The businesses in this category must have submitted an Affirmative Action plan to the Commissioner of the Department of Human Rights prior to the due date of the response and must have received a Certificate of Compliance prior to the execution of the contract or agreement. The secondary category applies to businesses that have had more than 40 full-time employees on a single working day in the previous 12 months in the state in which they have their primary place of business. The businesses in this category must have either a current Certificate of Compliance previously issued by the Department of Human Rights or certify to MnSCU that they are in compliance with federal Affirmative action requirements before execution of the contract. For further information, contact the Department of Human Rights, 190 East 5 th Street, Suite 700, St. Paul, MN 55101; Voice: 651.296.5663; Toll Free: 800.657-3704; or TTY: 651.296.1283. MnSCU is under no obligation to delay the award or the execution of a contract until a vendor has completed the Human Rights certification process. It is the sole responsibility of the vendor to apply for and obtain a Human Rights certificate prior to contract award or execution as applicable. DISABLED INDIVIDUAL CLAUSE A. A vendor shall not discriminate against any employee or applicant for employment because of physical or mental disability in regard to any position for which the employee or applicant for employment is qualified. The vendor agrees to take disabled individuals without discrimination based on their physical or mental disability in all employment practices such as the following: employment, upgrading, demotion or transfer, recruitment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection of training, including apprenticeship. B. The vendor agrees to comply with the rules and relevant order of the Minnesota Department of Human Rights issued pursuant to the Minnesota Human Rights Act. C. In the event of the vendor noncompliance with the requirements of this clause, actions for noncompliance may be taken in accordance with Minnesota Department of Human Rights issued pursuant to the Minnesota Human Rights Act. D. The vendor agrees to post in conspicuous places, available to employees and applicants for employment, notices in a form to be prescribed by the Commissioner of the Minnesota Department of Human Rights. Such notices shall state the vendor obligation under the law to take affirmative action to employ and advance in employment qualified disabled employees and applicants for employment, and the rights of applicants and employees. E. The vendor shall notify each labor union or representative of workers with which it has a collective bargaining agreement or other order understanding, that the vendor is bound by the terms of Minnesota Statutes 363.073 of the Minnesota Human Rights Act and is committed to take affirmative action to employ and advance in employment physically and mentally disabled individuals. It is hereby agreed between the parties that Minnesota Statutes, Section 363.073 and Minnesota Rules, Parts 5000.3400 to 5000.3600 are incorporated into any order of Minnesota Statute 363.073 and Minnesota Rules, Parts 5000.3400 to 5000.3600 is available from Public Documents Division, 117 University Avenue, St. Paul, Minnesota 55155, (612) 297-3000. By signing this statement the vendor certifies that the information filled in is accurate. NAME OF FIRM: SIGNATURE OF [RESPONDER OR BIDDER]: TITLE: DATE: