The University of Wisconsin-River Falls (UWRF) is seeking proposals for an outdoor sculpture of a falcon. Strong preference will be given to the proposal that can have the artwork installed by May 2021. If that deadline is not achievable, submit a proposed deadline for installation. The sculpture will reside outside a newly renovated building, which will become a gateway to the university. As the university mascot is a falcon (Peregrine falcon), the sculpture should be a depiction of a falcon, but not the school’s mascot. It is intended that this sculpture may become somewhat of a talisman-like focal point, where visitors, students, and their families may take photos. Artists are urged to consider the physical placement, lighting, material, and size in their proposals. One proposal will be selected and awarded a $75,000–$100,000 budget to support its conceptualization, creation, and installment. Deadline is October 4, 2019. Jurors: UWRF Art Department faculty and administrative staff.
ABOUT THE UNIVERSITY: Founded in 1874, the University of Wisconsin-River Falls is one of 13 comprehensive universities in the prestigious University of Wisconsin System. Located in the beautiful St. Croix Valley just 30 minutes from the Twin Cities, UWRF is a leader in exemplary teaching, undergraduate research, and sustainability. Our mission is to help prepare students to be productive, creative, ethical, engaged citizens and leaders with an informed global perspective.
ELIGIBILITY: Artists 18 years of age or older are invited to submit proposals individually or collaboratively.
SELECTION CRITERIA: Proposals will be judged on artistic merit, capability, budget, and impact as evidenced by past work, supporting materials, and educational effectiveness around leading a student-centered activity. A panel including UWRF Art Department faculty and administrative staff will review proposals and select one project for funding. Ideal proposals will support the mission of the University of Wisconsin-River Falls and be site-specific.
GUIDELINES:
Proposals are accepted for individual and collaborative works. Artwork proposals are limited to a permanent, freestanding, site-specificsculpture of a Falcon. Artists are urged to consider the physical placement, lighting, material, and size in their proposals. Preference will be given to site specific proposals. Due to the permanence of the installation, seasonal or ephemeral work will not be given consideration. It is expected that the selected sculpture will remain in good working order over time, withstanding harsh Wisconsin weather. Materials used in construction should be safe, appropriate to a public outdoor environment, and should not negatively impact landscaping, the university environment, and guests. Certain work might require the submission of additional information or materials for consideration.
BUDGET: Artist is responsible for all associated expenses related to design, fabrication, transportation, installation of the falcon sculpture. Artists should factor these costs into their $75,000–$100,000 budget. Please include a specific budget in your proposal.
INSTALLATION: Work is to be installed by May 2021. Costs related to transport and installation of the work will be the responsibility of the artist unless otherwise stipulated. Limited assistance from UWRF’s Facilities Management department is available on a case-by-case basis at the University’s discretion. UWRF will provide electricity, signage, and basic maintenance of site. Upon installation, UWRF will assume limited liability for any gross damage (unrepairable by the artist) or theft of the artwork, excluding ceramic, glass, and other fragile sculpture materials or damage resulting from faulty construction or materials.
DURATION: Duration of installation is permanent.Work is to be continuously displayed with open access. UWRF will retain ownership of the work.
APPLICATION MATERIALS/REQUIREMENTS: You must set up an account with CaFÉ in order to submit your entry. CaFÉ will guide you through application process. Submission must include the following items listed below. Please put first and last name on each document.
Resume. Two-page max.
Artist Statement. One-page max.
Proposal. Five-page max.Proposal should be clear, specific, andoutline a plan. Consideration should be given to Guidelines, Budget, and Installation.
Budget. Two-page max. Budget should support activities, purchases, costs, etc., related to proposal.
10 images. Video (3 max) and/or audio (3 max) are accepted. You are encouraged to include a rendering of proposed project as one of your images or videos.Image files should be labeled with last name, first name, and number, indicating your preferred viewing order. For example, John Doe would save as doejoe1.jpg for first image.
Image list:Title, material(s), size, year completed, dimensions, and optional descriptionfor each image.
NOTIFICATION: You will be notified by email of application status by November 15, 2019. No phone calls, please.
FOR FURTHER INFORMATION For further information about UWRF or the call, please send inquirty to art.department@uwrf.edu
SPECIAL TERMS AND CONDITIONS OF BID
The University reserves the right to negotiate special terms and conditions when it is in the best interest of the University to do so. The Bidder shall not submit its own Contract document as a substitute for the University's Special Terms and Conditions.
Bidders shall accept all terms and conditions or submit point-by-point exceptions along with proposed alternative language for each point. The University may or may not consider any of the Bidder's suggested revisions. Any changes or amendment to any of the terms and conditions will occur only if the change is in the best interest of the University.
BACKGROUND CHECKS
Due to the nature of this solicitation, the University reserves the right to conduct background checks on the organization, its officers and employees, and subcontractors, if applicable, in order to determine whether any conviction exists that is substantially related to the solicited Commodity or service, or if such conviction may otherwise adversely affect the Bidder's ability to perform under the resulting Contract. The University is the sole determinant of whether the results of a background check(s) will negatively impact the Contractor's ability to meet contractual obligations and requirements.
TOBACCO-FREE ENVIRONMENT
UW-River Falls is tobacco free. No smoking or tobacco products will be permitted on campus (to include parking lots), or in campus buildings.
SAFETY DATA SHEETS
If any item(s) on this order is a hazardous chemical, as defined under OSHA 29 CFR 1910.1200, or an infectious agent, as defined by Wis. Stat. §101.58, the Contractor shall include the appropriate Safety Data Sheet(s) with the initial shipment and with the first shipment after a Safety Data Sheet is updated. The Contractor shall send the initial or updated Safety Data Sheet(s) with a complete container, partial container or single product. The distributor, manufacturer, or Contractor may make access to Safety Data Sheets available online via their website; however, Safety Data Sheets shall be provided as stated herein, regardless of online availability, to meet State of Wisconsin and United States Department of Labor, Occupational Safety and Health Administration (OSHA) requirements.
Safety Data Sheets shall be provided as stated herein to:
University of Wisconsin-River Falls
Risk Management, Mathew Duff, 25 North Hall
410 S 3RD ST
River Falls, WI 54022
CERTIFICATES OF INSURANCE
At the time that the Notice of Intent to Award is issued, the winning Contractor will be required to provide copies of applicable insurance certificates. The University will evaluate all insurance certificates for compliance. Should the appropriate Certificates of Insurance not be received within 30 days of the award, the University reserves the right to cancel the award or Contract and make another award. No work on the project may start without receipt of the appropriate Certificate of Insurance being received by the University.
The Certificates of Insurance shall be provided as stated herein to:
University of Wisconsin-River Falls
Risk Management, Mathew Duff, 25 North Hall
410 S 3RD ST
River Falls, WI 54022
BID ACCEPTANCE AND AWARD
BIDDER REFERENCES/CLIENT LIST
The Bid shall include Bidder references by completing Bidder Required Form (below), listing at least one but preferably three names or companies with whom the Bidder has done business similar in size and scope within the last ten years. The University will determine which reference(s) to contact in order to assess the quality of the product or service.
USE OF SUBCONTRACTORS
The Contractor will be responsible for the Contract performance of its subcontractors. The Contract will be between the University and the awardee. The Contractor will be responsible for its subcontractors' performance of the pertinent Contract obligations including related Specifications, insurance requirements, and applicable regulations. The Bidder shall identify any potential subcontractor it intends to use to provide the product or service it will provide if awarded the Contract.
All subcontractors shall be approved in writing by the University. Any proposed substitution of an approved subcontractor shall be submitted in writing to the University 30 days prior to implementation of the substitution, and include the substitute's qualifications, the reason for the change, and the intended effective date of the substitution. Failure to notify the University may result in cancellation of the Contract without notice and without penalty to the University.
REQUIRED FORMS
In order for any application to be considered, the following forms/information must be completed and accompany the response. Failure to provide the forms/information with the submittal may disqualify the application.
1. STANDARD TERMS AND CONDITIONS RFB/RFP (DOA-3054)
2. BIDDER REQUIRED FORM (DOA-3832)
Wisconsin Department of Administration
Chs. 16, 19, 51
DOA-3054 (R 03/2019)
Page 1 of 4
Standard Terms and Conditions
(Request for Bids / Proposals)
1.0 SPECIFICATIONS: The specifications in this request are the minimum acceptable. When specific manufacturer and model numbers are used, they are to establish a design, type of construction, quality, functional capability and/or performance level desired. When alternates are bid/proposed, they must be identified by manufacturer, stock number, and such other information necessary to establish equivalency. The State of Wisconsin shall be the sole judge of equivalency. Bidders/proposers are cautioned to avoid bidding alternates to the specifications which may result in rejection of their bid/proposal.
2.0 DEVIATIONS AND EXCEPTIONS: Deviations and excep¬tions from original text, terms, conditions, or specifications shall be described fully, on the bidder's/proposer's letter¬head, signed, and attached to the request. In the absence of such statement, the bid/proposal shall be accepted as in strict compliance with all terms, conditions, and specifica¬tions and the bidders/proposers shall be held liable.
3.0 QUALITY: Unless otherwise indicated in the request, all material shall be first quality. Items which are used, demonstrators, obsolete, seconds, or which have been discontinued are unacceptable without prior written approval by the State of Wisconsin.
4.0 QUANTITIES: The quantities shown on this request are based on estimated needs. The state reserves the right to increase or decrease quantities to meet actual needs.
5.0 DELIVERY: Deliveries shall be F.O.B. destination freight prepaid and included unless otherwise specified.
6.0 PRICING AND DISCOUNT: The State of Wisconsin quali¬fies for governmental discounts and its educational institu¬tions also qualify for educational discounts. Unit prices shall reflect these discounts.
6.1 Unit prices shown on the bid/proposal or contract shall be the price per unit of sale (e.g., gal., cs., doz., ea.) as stated on the request or contract. For any given item, the quantity multiplied by the unit price shall establish the extended price, the unit price shall govern in the bid/proposal evaluation and contract administration.
6.2 Prices established in continuing agreements and term contracts may be lowered due to general market conditions, but prices shall not be subject to increase for ninety (90) calendar days from the date of award. Any increase proposed shall be submitted to the contracting agency thirty (30) calendar days before the proposed effective date of the price increase and shall be limited to fully documented cost increases to the contractor which are demonstrated to be indus¬trywide. The conditions under which price increases may be granted shall be expressed in bid/proposal documents and contracts or agreements.
6.3 In determination of award, discounts for early payment will only be considered when all other con¬ditions are equal and when payment terms allow at least fifteen (15) days, providing the discount terms are deemed favorable. All payment terms must allow the option of net thirty (30).
7.0 UNFAIR SALES ACT: Prices quoted to the State of Wisconsin are not governed by the Unfair Sales Act.
8.0 ACCEPTANCE-REJECTION: The State of Wisconsin reserves the right to accept or reject any or all bids/proposals, to waive any technicality in any bid/proposal submitted, and to accept any part of a bid/proposal as deemed to be in the best interests of the State of Wisconsin.
Bids/proposals MUST be date and time stamped by the soliciting purchasing office on or before the date and time that the bid/proposal is due. Bids/proposals date and time stamped in another office will be rejected. Receipt of a bid/proposal by the mail system does not constitute receipt of a bid/proposal by the purchasing office.
9.0 METHOD OF AWARD: Award shall be made to the lowest responsible, responsive bidder unless otherwise specified.
10.0 ORDERING: Purchase orders or releases via purchasing cards shall be placed directly to the contractor by an authorized agency. No other purchase orders are authorized.
11.0 PAYMENT TERMS AND INVOICING: The State of Wisconsin normally will pay properly submitted vendor invoices within thirty (30) days of receipt providing goods and/or services have been delivered, installed (if required), and accepted as specified.
Invoices presented for payment must be submitted in accordance with instructions contained on the purchase order including reference to purchase order number and submittal to the correct address for processing.
A good faith dispute creates an exception to prompt payment.
12.0 TAXES: The State of Wisconsin and its agencies are exempt from payment of all federal tax and Wisconsin state and local taxes on its purchases except Wisconsin excise taxes as described below.
The State of Wisconsin, including all its agencies, is required to pay the Wisconsin excise or occupation tax on its purchase of beer, liquor, wine, cigarettes, tobacco products, motor vehicle fuel and general aviation fuel. However, it is exempt from payment of Wisconsin sales or use tax on its purchases. The State of Wisconsin may be subject to other states' taxes on its purchases in that state depending on the laws of that state. Contractors perform¬ing construction activities are required to pay state use tax on the cost of materials.
13.0 GUARANTEED DELIVERY: Failure of the contractor to adhere to delivery schedules as specified or to promptly replace rejected materials shall render the contractor liable for all costs in excess of the contract price when alternate procurement is necessary. Excess costs shall include the administrative costs.
14.0 ENTIRE AGREEMENT: These Standard Terms and Conditions shall apply to any contract or order awarded as a result of this request except where special requirements are stated elsewhere in the request; in such cases, the special requirements shall apply. Further, the written contract and/or order with referenced parts and attach-ments shall constitute the entire agreement and no other terms and conditions in any document, acceptance, or acknowledgment shall be effective or binding unless expressly agreed to in writing by the contracting authority.
15.0 APPLICABLE LAW AND COMPLIANCE: This contract shall be governed under the laws of the State of Wisconsin. The contractor shall at all times comply with and observe all federal and state laws, local laws, ordinances, and regulations which are in effect during the period of this contract and which in any manner affect the work or its conduct. The State of Wisconsin reserves the right to cancel this contract if the contractor fails to follow the requirements of s. 77.66, Wis. Stats., and related statutes regarding certification for collection of sales and use tax. The State of Wisconsin also reserves the right to cancel this contract with any federally debarred contractor or a contractor that is presently identified on the list of parties excluded from federal procurement and non-procurement contracts.
16.0 ANTITRUST ASSIGNMENT: The contractor and the State of Wisconsin recognize that in actual economic practice, overcharges resulting from antitrust violations are in fact usually borne by the State of Wisconsin (purchaser). Therefore, the contractor hereby assigns to the State of Wisconsin any and all claims for such overcharges as to goods, materials or services purchased in connection with this contract.
17.0 ASSIGNMENT: No right or duty in whole or in part of the contractor under this contract may be assigned or dele¬gated without the prior written consent of the State of Wisconsin.
18.0 WORK CENTER CRITERIA: A work center must be certi¬fied under s. 16.752, Wis. Stats., and must ensure that when engaged in the production of materials, supplies or equipment or the performance of contractual services, not less than seventy-five percent (75%) of the total hours of direct labor are performed by severely handicapped individuals.
19.0 NONDISCRIMINATION / AFFIRMATIVE ACTION: In connection with the performance of work under this contract, the contractor agrees not to discriminate against any employee or applicant for employment because of age, race, religion, color, handicap, sex, physical condition, developmental disability as defined in s. 51.01(5), Wis. Stats., sexual orientation as defined in s. 111.32(13m), Wis. Stats., or national origin. This provision shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including appren¬ticeship. Except with respect to sexual orientation, the contractor further agrees to take affirmative action to ensure equal employment opportunities.
19.1 Contracts estimated to be over fifty thousand dollars ($50,000) require the submission of a written affirmative action plan by the contractor. An exemp¬tion occurs from this requirement if the contractor has a workforce of less than fifty (50) employees. Within fifteen (15) working days after the contract is awarded, the contractor must submit the plan to the contracting state agency for approval. Instructions on preparing the plan and technical assistance regarding this clause are available from the contracting state agency.
19.2 The contractor agrees to post in conspicuous places, available for employees and applicants for employ-ment, a notice to be provided by the contracting state agency that sets forth the provisions of the State of Wisconsin's nondiscrimination law.
19.3 Failure to comply with the conditions of this clause may result in the contractor's becoming declared an "ineligible" contractor, termination of the contract, or withholding of payment.
19.4 Pursuant to s. 16.75(10p), Wis. Stats., contractor agrees it is not, and will not for the duration of the contract, engage in a prohibited boycott of the State of Israel as defined in s. 20.931(1)(b). State agencies and authorities may not execute a contract and reserve the right to terminate an existing contract with a company that is not compliant with this provision. This provision applies to contracts valued $100,000 or over.
19.5 Pursuant to 2019 Wisconsin Executive Order 1, contractor agrees it will hire only on the basis of merit and will not discriminate against any persons performing a contract, subcontract or grant because of military or veteran status, gender identity or expression, marital or familial status, genetic information or political affiliation.
20.0 PATENT INFRINGEMENT: The contractor selling to the State of Wisconsin the articles described herein guarantees the articles were manufactured or produced in accordance with applicable federal labor laws. Further, that the sale or use of the articles described herein will not infringe any United States patent. The contractor covenants that it will at its own expense defend every suit which shall be brought against the State of Wisconsin (provided that such contractor is promptly notified of such suit, and all papers therein are delivered to it) for any alleged infringement of any patent by reason of the sale or use of such articles, and agrees that it will pay all costs, damages, and profits recov¬erable in any such suit.
21.0 SAFETY REQUIREMENTS: All materials, equipment, and supplies provided to the State of Wisconsin must comply fully with all safety requirements as set forth by the Wisconsin Administrative Code and all applicable OSHA Standards.
22.0 WARRANTY: Unless otherwise specifically stated by the bidder/proposer, equipment purchased as a result of this request shall be warranted against defects by the bidder/proposer for one (1) year from date of receipt. The equipment manufacturer's standard warranty shall apply as a minimum and must be honored by the contractor.
23.0 INSURANCE RESPONSIBILITY: The contractor perform¬ing services for the State of Wisconsin shall:
23.1 Maintain worker's compensation insurance as required by Wisconsin Statutes, for all employees engaged in the work.
23.2 Maintain commercial liability, bodily injury and prop¬erty damage insurance against any claim(s) which might occur in carrying out this agreement/contract. Minimum coverage shall be one million dollars ($1,000,000) liability for bodily injury and property damage including products liability and completed operations. Provide motor vehicle insurance for all owned, non-owned and hired vehicles that are used in carrying out this contract. Minimum coverage shall be one million dollars ($1,000,000) per occurrence combined single limit for automobile liability and property damage.
23.3 The state reserves the right to require higher or lower limits where warranted.
24.0 CANCELLATION: The State of Wisconsin reserves the right to cancel any contract in whole or in part without penalty due to nonappropriation of funds or for failure of the contractor to comply with terms, conditions, and specifica¬tions of this contract.
25.0 VENDOR TAX DELINQUENCY: Vendors who have a delinquent Wisconsin tax liability may have their payments offset by the State of Wisconsin.
26.0 PUBLIC RECORDS ACCESS: It is the intention of the state to maintain an open and public process in the solicita¬tion, submission, review, and approval of procurement activities. Bid/proposal openings are public unless otherwise speci¬fied. Records may not be available for public inspection prior to issuance of the notice of intent to award or the award of the contract. Pursuant to §19.36 (3), Wis. Stats., all records of the contractor that are produced or collected under this contract are subject to disclosure pursuant to a public records request. Upon receipt of notice from the State of Wisconsin of a public records request for records produced or collected under this contract, the contractor shall provide the requested records to the contracting agency. The contractor, following final payment, shall retain all records produced or collected under this contract for six (6) years.
27.0 PROPRIETARY INFORMATION: Any restrictions on the use of data contained within a request, must be clearly stated in the bid/proposal itself. Proprietary information submitted in response to a request will be handled in accordance with applicable State of Wisconsin procurement regulations and the Wisconsin public records law. Proprie¬tary restrictions normally are not accepted. However, when accepted, it is the vendor's responsibility to defend the determination in the event of an appeal or litigation.
27.1 Data contained in a bid/proposal, all documentation provided therein, and innovations developed as a result of the contracted commodities or services cannot be copyrighted or patented. All data, docu¬mentation, and innovations become the property of the State of Wisconsin.
27.2 Any material submitted by the vendor in response to this request that the vendor considers confidential and proprietary information, and which qualifies as a trade secret, as provided in s. 19.36(5), Wis. Stats., or material which can be kept confidential under the Wisconsin public records law, must be identified on a Designation of Confidential and Proprietary Informa¬tion form (DOA-3027). Bidders/proposers may request the form if it is not part of the Request for Bid/Request for Proposal package. Bid/proposal prices cannot be held confidential.
28.0 DISCLOSURE: If a state public official (s. 19.42, Wis. Stats.), a member of a state public official's immediate family, or any organization in which a state public official or a member of the official's immediate family owns or controls a ten percent (10%) interest, is a party to this agreement, and if this agreement involves payment of more than three thousand dollars ($3,000) within a twelve (12) month period, this contract is voidable by the state unless appro¬priate disclosure is made according to s. 19.45(6), Wis. Stats., before signing the contract. Disclosure must be made to the State of Wisconsin Ethics Board, 44 East Mifflin Street, Suite 601, Madison, Wisconsin 53703 (Telephone 608-266-8123).
State classified and former employees and certain University of Wisconsin faculty/staff are subject to separate disclosure requirements, s. 16.417, Wis. Stats.
29.0 RECYCLED MATERIALS: The State of Wisconsin is required to purchase products incorporating recycled mate¬rials whenever technically and economically feasible. Bidders are encouraged to bid products with recycled content which meet specifications.
30.0 MATERIAL SAFETY DATA SHEET: If any item(s) on an order(s) resulting from this award(s) is a hazardous chemi¬cal, as defined under 29CFR 1910.1200, provide one (1) copy of a Material Safety Data Sheet for each item with the shipped container(s) and one (1) copy with the invoice(s).
31.0 PROMOTIONAL ADVERTISING / NEWS RELEASES: Reference to or use of the State of Wisconsin, any of its departments, agencies or other subunits, or any state offi¬cial or employee for commercial promotion is prohibited. News releases pertaining to this procurement shall not be made without prior approval of the State of Wisconsin. Release of broadcast e-mails pertaining to this procurement shall not be made without prior written authorization of the contracting agency.
32.0 HOLD HARMLESS: The contractor will indemnify and save harmless the State of Wisconsin and all of its officers, agents and employees from all suits, actions, or claims of any character brought for or on account of any injuries or damages received by any persons or property resulting from the operations of the contractor, or of any of its contractors, in prosecuting work under this agreement.
33.0 FOREIGN CORPORATION: A foreign corporation (any corporation other than a Wisconsin corporation) which becomes a party to this Agreement is required to conform to all the requirements of Chapter 180, Wis. Stats., relating to a foreign corporation and must possess a certificate of authority from the Wisconsin Department of Financial Institutions, unless the corporation is transacting business in interstate commerce or is otherwise exempt from the requirement of obtaining a certificate of authority. Any foreign corporation which desires to apply for a certificate of authority should contact the Department of Financial Institutions, Division of Corporation, P. O. Box 7846, Madison, WI 53707-7846; telephone (608) 261-7577.
34.0 WORK CENTER PROGRAM: The successful bidder/proposer shall agree to implement processes that allow the State agencies, including the University of Wisconsin System, to satisfy the State's obligation to purchase goods and services produced by work centers certified under the State Use Law, s.16.752, Wis. Stat. This shall result in requiring the successful bidder/proposer to include products provided by work centers in its catalog for State agencies and campuses or to block the sale of comparable items to State agencies and campuses.
35.0 FORCE MAJEURE: Neither party shall be in default by reason of any failure in performance of this Agreement in accordance with reasonable control and without fault or negligence on their part. Such causes may include, but are not restricted to, acts of nature or the public enemy, acts of the government in either its sovereign or contractual capacity, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes and unusually severe weather, but in every case the failure to perform such must be beyond the reasonable control and without the fault or negligence of the party.
STATE OF WISCONSIN
DEPARTMENT OF ADMINISTRATION
DOA-3832 (R 03/2019)
S. 16.72 WIS. STATS
Applicant Required Form
Instructions: Applicant is required to complete all sections of this form. (Note: If the agency checks the box preceding Section 5 indicating that section is not applicable to the bid/proposal, Bidder may skip Section 5. Bidder may not skip any other sections of this form).
To be completed by the agency:
Agency Name
University of Wisconsin-River Falls
Solicitation Title
Falcon Sculpture Solicitation Reference Number
n/a
Section 1: Applicant Information
Applicant/Company Name: E-Mail Address:
Phone Number:
Toll Free Phone:
Fax:
Address:
City: State:
Zip:
Mailing Address for Purchase Orders (if different than above)
Address:
City:
State:
Zip:
Section 2: Bidder Contacts
List the name and title of the person to contact for questions related to each of the topics below (if different than above):
Topic
E-Mail Address Phone
Proposal
Section 3: Reference
Provide company name, address, contact person, telephone number, and appropriate information on the product(s) and/or service(s) used with requirements like those included in this solicitation document. If vendor is proposing any arrangement involving a third party, the named references should also be involved in a similar arrangement.
Company Name:
Address (including City, State, Zip):
Contact Person:
E-Mail Address:
Phone:
List Product(s) and/or Service(s) Used:
Company Name:
Address (including City, State, Zip):
Contact Person:
E-Mail Address:
Phone:
List Product(s) and/or Service(s) Used:
Company Name:
Address (including City, State, Zip):
Contact Person:
E-Mail Address:
Phone:
List Product(s) and/or Service(s) Used:
Company Name:
Address (including City, State, Zip):
Contact Person:
E-Mail Address:
Phone:
List Product(s) and/or Service(s) Used:
Section 4: Designation of Confidential and Proprietary Information
The attached material submitted in response to this bid/proposal includes proprietary and confidential information which qualifies as a trade secret, as provided in s. 19.36(5), Wis. Stats., or is otherwise material that can be kept confidential under the Wisconsin Open Records Law. As such, we ask that certain pages, as indicated below, of this bid/proposal response be treated as confidential material and not be released without our written approval.
Prices always become public information when bids/proposals are opened, and therefore cannot be kept confidential.
Other information cannot be kept confidential unless it is a trade secret. Trade secret is defined in s. 134.90(1)(c), Wis. Stats., as follows: “Trade Secret” means information, including a formula, pattern, compilation, program, device, method, technique or process to which all the following apply:
1. The information derives independent economic value, actual or potential, from not being generally known to, and not being readily ascertainable by proper means by, other persons who can obtain economic value from its disclosure or use.
2. The information is the subject of efforts to maintain its secrecy that are reasonable under the circumstances.
We request that the following pages not be released:
Section Page # Topic
Using the boxes below, indicate your agreement with the following statements:
0 0 In the event the designation of confidentiality of this information is challenged, the bidder/proposer hereby agrees to provide legal counsel or other necessary assistance to defend the designation of confidentiality and agrees to hold the state harmless for any costs or damages arising out of the state’s agreeing to withhold the materials.
0 The state considers other markings of confidential in the bid/proposal document to be insufficient. The bidder/proposer agrees to hold the state harmless for any damages arising out of the release of any materials unless they are specifically identified above.
Agency Only:
1 Section 5 is not applicable to this bid/proposal. If this box is checked, Bidder may skip to Section 6.
Section 5: Bidder Agreement: Wisconsin’s Cooperative Purchasing Service
Wisconsin statutes (s. 16.73, Wis. Stats.) establish authority to allow Wisconsin municipalities to purchase from state contracts. Participating in the service gives vendors opportunities for additional sales without additional bidding. Municipalities use the service to expedite purchases. A “municipality” is defined as any county, city, village, town, school district, board of school directors, sewer district, drainage district, vocational, technical and adult education district, or any other public body having the authority to award public contracts (s. 16.70(8), Wis. Stats.). Federally recognized Indian tribes and bands in this state may participate in cooperative purchasing with the state or any municipality under ss. 66.0301(1) and (2), Wis. Stats.
Interested municipalities:
• Will contact the contractor directly to place orders referencing the state agency contract number; and
• Are responsible for receipt, acceptance, and inspection of commodities directly from the contractor, and making payment directly to the contractor.
The State of Wisconsin is not party to these purchases or any dispute arising from these purchases and is not liable for delivery or payment of any of these purchases.
Bidders/Proposers may or may not agree to furnish the commodities or services of this bid/proposal to Wisconsin municipalities. A vendor’s decision on participating in these services has no effect on awarding this contract.
Bidder: Please indicate your willingness to furnish the commodities or services to Wisconsin municipalities by checking the appropriate box below.
0 I Agree to furnish the commodities or services of this bid/proposal to Wisconsin municipalities with any special conditions noted below.
0 I Do Not Agree to furnish the commodities or services to Wisconsin municipalities.
A vendor in the service may specify a minimum order sizes by volume or dollar amount, additional charges beyond normal delivery areas, or other minimal charges for municipalities.
Special Conditions (if applicable):
Section 6: Bidder Identification N/A
Section 7: Certifications N/A
Section 8: Signature
Name of Authorized Company Representative:
Title:
Phone:
Fax:
Signature of Above
Date:
Email:
This document can be made available in alternate formats to individuals with disabilities upon request.