<<

Auburn University Department of Athletics Request for Proposal

ATM (Automated Teller Machines) Contract RFP No. B0006812

Due: 11:00a.m. CST on August 3, 2012

TABLE OF CONTENTS

Section I Request for Proposal

Section II Instructions to Proposers

Section III Form of Proposal

Section IV Bid Conditions

Section V Evaluation Criteria

Section VI AU General Terms and Conditions

Attachment A RFP Contract Form

Attachment B Calendar of Events

Attachment C Disclosure Statement

Attachment D Pricing Matrix

Attachment E ATM Locations Offered

2

Auburn University Athletics ATM Services Contract

Section I. Request for Proposal

A. Expectations for the Auburn University ATM Services Contract

This Request for Proposal (RFP) is issued to solicit proposals from qualified, experienced, financially sound and responsible financial institutions, as defined below, to provide comprehensive automated teller machine (ATM) services for Auburn University’s Department of Intercollegiate Athletics. The primary objective of this RFP is to provide the highest level of ATM service and convenience for students, faculty, staff and campus visitors at on-campus athletics venues, at the best offer.

It is the intent of Auburn University Athletics to award a single contract to one successful Supplier of ATM services at the following three (3) campus locations:

A minimum of (8) ATMs located at Jordan-Hare Stadium.

A minimum of (2) ATMs located at .

A minimum of (1) ATM located at .

NOTE: While we have only identified the locations listed above, AU’s intent is to add more locations in the future when new locations are identified by AU or Supplier. ATMs can be moved from location to location depending on the time of year. For example, the ATMs inside Jordan-Hare Stadium can be removed following football season.

The Suppliers will supply all labor, equipment, support services, maintenance and materials for the ATMs.

1. Scope of Services See Attachment E for ATM locations offered. Full service ATM services, at a minimum must include cash withdrawals. The Supplier may provide additional ATM services to users that are unique to its product lines or that are common to normal ATM services offered. The Supplier must be a member of one or more national and/or regional real-time processing and financial information management systems (i.e., Cirrus, Mac).

Even though the Supplier will make its own determination of the brand and model of ATM equipment to be provided, that equipment must adhere to reasonable standards of quality, functional efficiency and appearance. Also, the Supplier, in providing ATM services, must adhere to all requirements of the American with Disabilities Act.

2. Installation Complete Date The ATM machinery must be 100% installed and operational by September 1, 2012, or at a later date if permitted in writing by the University due to circumstances beyond the control of the Supplier.

A timeline outlining the schedule for installation must be included in the proposal.

3. Equipment As indicated above, the Supplier shall make its own determination of the brand and model of the ATM’s to be provided as long as said equipment adheres to reasonable standards of quality, functional efficiency and appearance. The Supplier will be required to service, provide supplies and maintain all equipment during the contract period. The Supplier will also be required to

3

prominently display their name and contact information, via telephone and email, on the ATM, preferably on the top of the machine.

4. Installation and Maintenance Costs The Supplier will agree to either replace faulty equipment where such is found to have a history of poor service or provide and install additional pieces of equipment within fourteen (14) days of the request by the University. Neither the Supplier nor Auburn University will undertake any addition, subtraction, removal or relocation of any equipment without prior approval or consent of both parties.

Auburn University will provide the necessary utility service required for the operation of the equipment. The University will make every attempt to deliver electrical service within 10 (10) feet of equipment requiring such service. The Supplier will be responsible for the cost of installing the ATM, including but not limited to, electrical hookup and installation of a dedicated phone line, coordinated with the University Office of Information Technology, Telephone Services.

Following installation, the Supplier will be responsible for coordination and approval of any additional work efforts with the AU Athletics Facilities Division, all service and repair costs of the ATM, and all charges related to phone line services. Installation of electrical power, communications via telephone lines and any other installation requirements will be coordinated with and approved by AU Athletics Facilities Division. The Supplier will be responsible for the cost of all work done by the University or others as the University may assign for the installation.

The University reserves the right to request replacement of any equipment that is not meeting the University expectations.

5. Liability The Supplier will bear any losses sustained due to theft of monies and/or damage to its equipment due to vandalism, robbery, or any other cause or action while installed at Auburn University. The University will reasonably cooperate in protecting against such occurrences. All equipment repairs shall be performed in a timely manner satisfactory to the University.

B. Background Information

The University currently provides a total of ten (10) ATMs in Jordan-Hare Stadium, the Auburn Arena and Plainsman Park. Service is currently provided by a single supplier.

C. Proposal Overview and Definitions

Auburn University is requesting sealed proposals from qualified financial institutions to establish a pricing agreement (contract) with a supplier to service the University’s needs for ATM services with a minimum of administrative effort and the best offer.

Proposals will be received in the AU Procurement and Payment Services office at 311 Ingram Hall, Auburn University, AL until 10:30am CST on August 3, 2012. After 10:30 and until the 11:00am CST bid opening, bids must be hand delivered to 138 S. Gay St. Proposals will be publicly opened at 11:00am CST on August 3, 2012.

Throughout the remainder of this Request for Proposal, all entities involved will be referred to as follows: • Auburn University will be referred to as “University” or “AU”. • ATM provider will be referred to as “Contractor” or “Supplier”. • This document will be referred to as “RFP”. • Area for deliveries to be referred to as “Campus-wide”. It is expected, however, that the Supplier will service only those ATM locations in the Athletics-designated areas of campus. Financial institutions will be defined as a bank or savings association which is organized and existing under

4

the laws of this state, any other state of the United States, or the United States, and which is authorized pursuant to the laws of this state or the United States to conduct, and is conducting, the business of making loans and taking deposits in this state.

Code of (1975) Section 41-14A-2

All inquiries regarding this proposal and its contents should be directed to:

Missty C. Kennedy Manager, Procurement Services (334) 844-7771 E-mail: [email protected]

5

Section II. Instructions to Proposers

A. Proposal Response

• Proposals should be addressed and delivered to the Procurement and Payment Services office, Auburn University, 311 Ingram Hall, Auburn University, Alabama, 36849-5101, on or before the time and date set for closing. Proposals should be in a sealed envelope marked: Company Name RFP Number Data and Time Proposal is Due

• Proposers may withdraw proposals at any time prior to the time and date set for opening.

• The University reserves the sole and exclusive right to reject or accept any or all proposals and to waive any informality in proposal. The best interest of the University and their subsequent facilities shall be considered as the number one determining factor in selecting or not selecting a Proposer.

• No department, school, or office at the University has the authority to solicit official proposals other than Procurement and Payment Services. All solicitation is performed under the direct supervision of the Executive Director of Procurement and Payment Services and in complete accordance with the University policies and procedures.

• The University reserves the right to conduct discussions with proposers, and to accept revisions of proposals, and to negotiate price changes. The University will make reasonable efforts to protect proprietary information but all records are subject to State of Alabama open records laws.

• Proposers submitting proposals which meet the selection criteria and which are deemed to be the most advantageous to the University may be requested to give an oral presentation to a selection committee. Procurement and Payment Services will schedule the presentations.

• The University is committed to the development of Small Business and Small Disadvantaged business (SB & SDB) suppliers. If subcontracting is necessary, the contractor will make every effort to use SB & SDB in the performance of this contract. Reporting will be required throughout the duration of the contract indicating the extent of SB & SDB participation.

• PCI COMPLIANCE

• SECURITY (BACKGROUND CHECKS, ETC)

• The Suppliers shall indemnify, defend, and hold harmless the University, its officers, agents, and employees from any claims, damages, and actions of any kind or nature arising from or caused by the use of any materials, goods, equipment, or services furnished by the Supplier, provided that such liability does not attribute to the sole negligence of the University.

• Read and comply with all instructions, specifications, General Terms and Conditions, and Bid Conditions.

• Immigration The successful Supplier(s) will have to attest to the following:

“By signing this contact, the contracting parties affirm, for the duration of the agreement, that they will not violate federal immigration law or knowingly employ, hire for employment, or continue to employ an unauthorized alien within the state of Alabama, Furthermore, a

6 contracting party found to be in violation of this provision shall be deemed in breach of the agreement and shall be responsible for all damages resulting therefrom.”

7

Section III. Form of Proposal

A. Proposal Format

• Submit one (1) original and two (2) copies of the offeror’s proposal in hard copy form. Failure to include the original response and all signed copies may be grounds for rejection of your initial response without further evaluation.

• Original proposal and all copies must be on 8-½ x 11 text weight paper, using binding tabs that will facilitate the distribution and evaluation of the proposals.

• The original hard copy response must be in a standard size 3 ring binder or binders, tabbed and numbered as described on the following page.

o Copies must be bound but may be bound using alternative binding.

o If there is any information or required submittals which due to size or binding cannot be incorporated following the proper tab, the offeror must provide information following the numbered tab, telling the evaluator where the information can be found in the response.

• Copies may be submitted in bulk.

• The outer carton of the response must include the name of Company, RFP number, and due date and time.

• Questions and requests for information may not be rearranged, regrouped, or divided in any way.

• No telephone, facsimile or telegraphic proposals will be considered. Proposals received after the time for closing will be returned to the proposer unopened.

B. Tabular / Paginated Format

• Tab 1: A one to two page executive summary of the offeror's proposal, including brief descriptions of the company’s expertise procuring a contract the size and scope described in the RFP, and how the proposer plans to address the University’s requirements.

• Tab 2: Supplier Qualifications

The purpose of the Supplier Qualifications section is to determine the ability of the Supplier to respond to this Request for Proposal. Suppliers must describe and offer evidence of their ability to meet each of the qualifications listed below.

1. Please provide the address, telephone, and fax number of the office that will provide services and a brief narrative describing the history of your company. Identify the number of employees in your company, the ownership, and if the company has ever filed for bankruptcy, been in loan default, or if there are any pending liens, claims or lawsuits against the company? If so, please describe.

2. Provide the Suppliers most recent FDIC Quarterly Call Report.

8

3. If the Supplier has had a contract terminated for default in the past five years, describe such incident. Submit full details for the default including the other parties’ name, address, and phone number. Present the Suppliers position on the matter. The University will evaluate the facts and may, at its sole discretion, reject the proposal on the grounds of the past experience. If the supplier has experienced no such termination for default in the past five years, so indicate.

• Tab 3: Services Defined The University expects the Supplier to provide on-going services to maintain the equipment as installed at Auburn University. Suppliers should provide information about the following services:

A. Supplier’s Services 1. Provide a brief narrative of how your firm proposes to accomplish the services described in this RFP with specific reference to the requirements listed in Section I, part A. Suppliers shall specifically state their understanding of the needs of Auburn University, the background and capabilities of their firm regarding the stated needs, and why they believe that they are the best qualified to meet those needs.

2. Include the on-call procedure for emergencies that occur outside of regularly staffed hours.

3. Explain the Supplier warranties (including up-time %), help desk, technical support, hours of availability, etc.

4. The Supplier must be able to implement ATM services at Auburn University September 1, 2012, or at a later date if permitted in writing by the University due to circumstances beyond the control of the Supplier.

B. Equipment The Supplier shall provide brand, model number, and specification sheets for all equipment (and related equipment) it intends to furnish. Specification sheets shall include dimensions, utility requirements, capability, type of transaction acceptance mechanism and a description of how each piece of equipment operates.

C. System Maintenance Plan 1. Explain and propose a schedule and methodology for providing regular maintenance services for the installed equipment, including the installation of new products. What level of support would you company provide during this contract?

2. Provide the response times to a problem site. Do you guarantee response time?

• Tab 4: Completed and signed RFP contract form and RFP proposal certification form, as per Attachments A and C.

• Tab 5: Contact name(s) and title(s) of the individual(s) responsible for the company’s proposal and negotiation during this RFP process.

• Tab 6: The financial statements of the company for the past three years. If the company is a division of a larger corporation, the statements must be submitted for the corporation as a whole and for that division of the corporation.

• Tab 6: A listing of the company projects/customers similar in size and scope to the services described in the RFP. This list must include the name, address, telephone, and email

9

address of the client contract administrator. If applicable, please list examples of services rendered in the state of Alabama, particularly within institutions of higher learning.

• Tab 7: Description of the process of producing “best value” for the University and its users, through creative marketing and/or other programs.

• Tab 8: Exceptions to any terms and conditions.

• Tab 9: Additional comments.

• Tab 10: Vendor Disclosure Statement.

• Tab 11: Immigration

• Tab 12: Implementation Methodology and Schedule 1. Provide a detailed plan and schedule for the successful implementation of ATM services by September 1, 2012, or at a later date if permitted in writing by the University due to circumstances beyond the control of the Supplier.

2. Also, please provide a statement that the Supplier has the resources available to assure meeting an aggressive implementation schedule.

• Tab 13 (Attachment D – Pricing Matrix)

10

Section IV. Bid Conditions

A. Functional Requirements of Contract to be Awarded

i. Term The University proposes the initial term of the agreement for ATM services shall be three (3) years, with two (2) one-year renewal options, with the consent of both parties. The contract will become effective on September 01, 2012.

B. ATM Service Level Expectations

i. Payment Terms

All payments should be remitted to:

Auburn University Athletics C/o Jon Sirico PO Box 351 Auburn University, AL. 36849

Payments are due to the AU Athletics Department no more than 30 days following the final sporting event held in each venue. Additional payments are due by June 1 of each contract year.

Proposed changes for transaction charges must be submitted in writing, with justification, subject to approval by AU Athletics Department 90 days prior to the end of any anniversary date.

ii. Customer Support

Each Contractor shall have a single point of contact for any customer support.

Customers shall have access to their corresponding customer service representative during normal business hours of every business day (7:45am (CST) to 4:45pm (CST)). In addition, customers shall have access to an alternative for customer service after normal business hours.

iii. Business Review Meetings

In order to maintain the partnership between the University and the Contractor, the University requires a Business Review meeting. This meeting shall be held on at least an annual basis, if not more frequently. The business review meeting shall include, but not be limited to, the following: • Review of Contractor performance as determined by Service Level Agreement metrics • Review of minimum required reports (see Section IV. xiv - Reporting)

iv. Reporting

Minimum required reports, in electronic format, are the following:

Quarterly Reports & Statistics • Total number of transactions • Service statistics • Total dollar amount

11

Section V. Evaluation Criteria

The objective of this process is to identify the Best Value suppliers that can serve the University well and provide attractive pricing. The University shall determine the award after evaluating each response on the following points. For the basis of award, each of the points will be considered in the listed order:

1) Pricing – 50%

2) Customer Service – 35% • Easily identifiable and accessible help for the ATM user (how should contact be made if the user experiences problems or needs other related assistance) • Problem Resolution

3) Maintenance and Appearance of ATM – 15%

12

Section VI. AU General Terms and Conditions

1.0 – General Terms and Conditions 1.4 – Any deviation from these general terms and 1.1 – These terms and conditions are hereby conditions or exceptions taken shall be described fully incorporated into this quote/bid and apply in like force to and appended to the bid form on the bidder’s letterhead any subsequent contract order resulting from this bid and over the signature of the person authorized to sign quote/bid. Some conditions listed herein may not apply the bid form. Such appendages shall be considered part due to the nature of the product or service, or the of the bidder’s bid form. In the absence of any statement manner in which it is procured. of deviation or exception, the bid shall be accepted as being in strict compliance with all terms and conditions. 1.2 – Whenever and wherever items of materials or equipment have been identified by describing a 1.5 – There are no Federal or State laws that prohibit proprietary product, the identification is intended to be vendors from submitting bids/quotes lower than a price descriptive, but not restrictive, and is used to indicate or bid given to the U. S. Government. the quality and characteristics of products that will be satisfactory to the University. Bids offering equal or 1.6 – The successful bidder may be required to furnish a alternate materials and equipment will be considered for monthly or quarterly summary of purchases made under award provided such items are clearly identified in the the provision of the contract. The format and frequency bids, and are determined by Auburn University to be of of the report will be determined by the University. equal value in all material respects to the proprietary items specified. 1.7 – Auburn University reserves the right to require a performance bond from the successful bidder at the Unless the firm submitting the bid has clearly indicated discretion of the University’s Procurement Professional. in its bid that it is offering an “equal,” or “alternate” items Unless specifically to the contrary in the bid documents, the bid shall be considered as offering the items as the cost of the bond shall be paid for entirely by the specified in the invitation for bids/ quotations. successful bidder.

If the firm submitting the bid plans to furnish an equal or When required, the proper and timely submission of any alternate items , the brand name and identifying performance and payment bonds is a material condition numbers and/or letters are to be inserted in the spaces for award/performance of this order. Vendor is not provided or shall be otherwise clearly identified in the authorized to proceed with work and/ or deliveries bid. The evaluation of the bids and the determination as unless all required bonds have been obtained, are to quality of the product offered shall be the acceptable to and received by the University. responsibility of Auburn University. The bid award shall be based on the information furnished by the bidder or 1.8 – Failure of the successful bidder to adhere to identified in the bid, as well as information reasonably delivery schedules as specified or to promptly replace available to the Procurement Services. rejected materials shall render the successful bidder liable for the difference between the “open market” and 1.3 – The University will consider acceptable substitutes the quoted price where emergency purchases become that meet, or exceed the quality of materials and necessary. workmanship of the items specified in the bid/quotation. Substitutions shall be of the same general design, size 1.9 - Any and all items received under a resulting and style. contract will be subject to inspection and testing to determine the quality and to ascertain that they meet All proposed substitutes submitted must be specifications. accompanied by illustrations showing the design and style. Each illustration is to have on it, or attached to it, 1.10 – Samples, when required, must be furnished free the item number of the specified piece to which it is an of expense after the opening of the bid and if not alternate. Sizes shall also be included. destroyed, will upon request, be returned at the bidder’s expense. Request for the return of samples must be All substitutes shall be listed in the spaces provided. made within ten days following the opening of Should additional space be required, the bidder shall bids/quotations, unless otherwise stated. Each use separate sheet of paper to list alternates. Any individual sample must be labeled with the bidder’s additional list should be prepared in like form to the bid name and item number. document. 1.11 – Deliveries shall be F.O.B. Auburn University Auburn University will consider all proposed; however, it (destination). Delivery by the successful bidder to the is not bound to any which, in the University’s opinion, is common carrier will not constitute delivery to the not in the University’s best interest. University.

13

1.12 - Successful bidder must agree to replace, free of 1.19 – The successful bidder must provide service charge, all defective items delivered under contract. All manuals with full documentation and schematics when transportation charges covering return and replacement applicable and appropriate. of items is to be done by the successful bidder. 1.20 – The apparent silence of this specification and any 1.13 - Payment for any item delivered may be withheld supplemental specifications as to any details, or the until all items and conditions have been complied with in omission from it of a detailed description concerning any full. point shall be regarded as meaning that the best commercial practices are to prevail, and that only 1.14 - It is agreed and understood that the bidders may materials of first quality and correct type, size, and attend the bid opening and may inspect the bid design are to be used. All workmanship is to be first tabulation. However, no information will be given out as quality. All interpretations of this specification shall be to opinion concerning the ultimate outcome while made on the basis of this statement. consideration of the award is in progress. Information regarding disposition will be available after an award is 1.21 – Should it become necessary in order to evaluate made and upon request. a bidder’s qualifications, the University may require the bidder to furnish information as indicated below: 1.15 – The successful bidder shall maintain, or have 1. Financial resources available for his own use, an inventory sufficient to 2. Personnel resources make delivery within the time specified in this 3. Executive or key person resumes bid/quotation, provided that no default shall occur to 4. Evidence of ability to meet delivery schedule deliver in less than the number of days stated in this 5. Ability to meet specification quality requirements bid/quotation from the date of receipt of notice to 6. Availability of production capacity ship/deliver. 1.22 – In the event that the successful bidder fails to 1.16 – Auburn University is not necessarily bound to make delivery of acceptable goods on or before the accept the lowest bid if that bid is contrary to the best agreed delivery date and the University expends interest of the University. In making an award, intangible unreasonable time, effort, telephone calls and factors such as the service capability, integrity, facilities, correspondence, the University will bill the supplier at a equipment, reputation and past performance of the firm reasonable cost for such and deduct it from the submitting the bid may be weighed. When other factors applicable invoice. are clearly stated in the bid document, they will also be used in determining an award. 1.23 – Any Purchase Order/contract resulting from this bid/quotation can be cancelled without penalty if any of In the case of a tie for low cost, the Procurement Official the following conditions exist: may use the following: If one of the bidders has an a. Breach of contract existing contract and performance on an existing b. The vendor fails to furnish a satisfactory contract is satisfactory, this bidder gets the award. performance bond within the time specified when such a bond is required. Conversely, if performance on an existing contract is c. Failure of the vendor to make delivery within the documented as not satisfactory, award goes to the other time specified. tie bidder. If one tie bidder is local, preference may be d. In the event material, supplies or equipment given to that bidder. furnished does not meet specifications. e. Where the contract was obtained by fraud, 1.17 – All additional charges such as shipping, collusion, conspiracy or any other unlawful means. installation, insurance or other cost must be fully itemized with the bid/quote. Charges not specified at the The Purchase Order/contract may also be cancelled by time of the bid/quote will not be honored. convenience by any party. The effective date of cancellation shall be thirty days of written notice of intent 1.18 – It is mutually agreed by and between Auburn by one of the parties. The vendor will, however, will be University and the bidder that the University’s required to honor all orders that were prepared and acceptance of the bidder’s offer by the issuance of a dated prior to the date of cancellation, if required to do Purchase Order shall create a contract between the two so by the University. parties. Any exceptions taken by the bidder, which are not included in the Purchase Order, will not be a part of 1.24 – The University reserves the right to award as the contract. Therefore, in the event of a conflict many term contracts for the supply of any class or type between the terms and conditions of this bid/quote and of commodity as may be to the best interest of the information submitted by a bidder, the terms and University. conditions of this bid/quotation and resulting Purchase Order will govern. 1.25 – This section will apply when items in the bid/quotation are requested to be on a “furnish and install” basis. The successful bidder will have the

14 complete responsibility for the items or system until it is conform to and comply with such applicable standards in place and working. Any special installation and regulations. All applicable contracts will comply with preparation and requirement will be submitted to the the Davis-Bacon Act. University after the receipt of a purchase order. All transportation and cooperation arrangements will be 1.30 – ADVERTISING. No advertising or publicity matter responsibility of the successful bidder. The delivery of having or containing any reference to Auburn University equipment will be coordinated so that items will be or any of its faculty/staff shall be made by successful delivered directly to the installation site. This will bidder or any one in successful bidder’s behalf unless minimize the risk of damage and avoid double handling successful bidder has written consent of the University. by University personnel. No public release of information, news release, 1.26 – Any alleged oral agreement made by a bidder or announcement, denial or confirmation of this order or contractor, with any university department or employee the subject matter hereof, shall be made without the will be disregarded. University’s prior written approval.

1.27 – Prompt payment discounts (“cash discounts”) will 1.31 - LAW. The laws of the State of Alabama shall not be considered in determining the lowest bidder. govern any order, and the venue of any action brought hereunder may be laid in or transferred to the County of 1.28 – Successful bidder may be required to furnish Lee, State of Alabama. policies or certificates of insurance, with Auburn University, its Board of Trustees, Faculty, Staff, and 1.32 – PAYMENT TERMS. Unless otherwise specified agents named as additional insured, as follows: in the purchase Order/contract terms of payment are “Net 30 days.” 1. a. Workman’s Compensation – Statutory b. Employer’s Liability - $1,000,000.00 1.33 – INSOLVENCY. If vendor ceases to conduct normal business operations (including inability to meet 2. Comprehensive General Liability its obligations), of if any proceedings under bankruptcy or insolvency laws is brought by or against vendor, or a a. General Aggregate - $1,000,000.00 receiver for vendor is appointed or applied for, or vendor b. Products-Complete - $1,000,000.00 makes an assignment for the benefit or creditors, the Operations Aggregate University may terminate this order, without liability, c. Personal & Advertising - $1,000,000.00 except for deliveries previously made and for supplies injury completed and subsequently in accordance with the d. Each occurrence or single limits of - terms or the order. In the event of the vendor’s $1,000,000.00 insolvency, the University shall have the right to procure the balance of this order from others without liability. 3. Automobile Liability 1.34 - CANCELLATION FOR LACK OF FUNDING. This a. Bodily injury - $1,000,000.00 Each Person purchase order/contract may be cancelled without $1,000,000.00 Each Occurrence further obligation on the part of Auburn University in the b. Property damage or combined single event that sufficient, appropriated funding is unavailable $1,000,000.00 each occurrence limit of to assure full performance of its terms. The Vendor shall $1,000,000 be notified in writing of such non-appropriation at the earliest opportunity. Due to the nature of some projects, Auburn University reserves the right to require additional limits of liability 1.35 - Contractor certifies that neither it, nor any of its coverage. employees who will provide or perform services under this contract, have been debarred, suspended, or 1.29 - Successful bidder agrees to comply with the declared ineligible as defined in the Federal Acquisition conditions of all applicable Federal Non-Discrimination Regulation (FAR 48 C.F.R Ch 1 Subpart 9.4). and Equal Opportunity laws, the Federal Occupational Contractor will immediately notify the University if the Safety and Health Act of 1970 (OSHA), the Washington Contractor or any of its employees who will provide or Industrial Safety Act of 1973 (WISHA), as amended, perform services under this contract is placed on the and the standards and regulations issued there under, Consolidated List of Debarred, Suspended, and and certifies that all items furnished and purchased will Ineligible Contractors.

15

Attachment A. RFP Contract Form

This agreement is entered into this ______day of ______, 2012, by and between Auburn University, party of the first part (hereinafter called the “University”) and ______, party of the second part (hereinafter called the “Supplier”).

WITNESSETH that the contract, in consideration of premises of the mutual covenants, considerations, and agreements herein contained, agree as follows:

STATEMENT OF SERVICES TO BE PERFORMED: The supplier shall furnish all labor, materials, supplies and equipment required to provide comprehensive automated teller machine (ATM) services for Auburn University’s Department of Intercollegiate Athletics in strict and entire conformity with the request for proposal B0006812, dated August 3, 2012 requiring response by 11:00a.m. CST on August 3, 2012.

INCORPORATION OF TERMS OF REQUEST FOR PROPOSAL: All the requirements, terms and conditions of Request for Proposal B0006812 dated August 3, 2012 and the consistent requirements, terms and conditions of the proposal from ______in response to the request for proposal are hereby incorporated into and made a part of this agreement as fully and to the same effect as if the same had been set forth at length in the body of this agreement. If any requirements, terms and conditions of proposal are inconsistent with other terms of the contract, those inconsistent terms in proposal will be of no force or effect.

TERM OF CONTRACT: The length of time for this agreement will cover a period of three (3) years, beginning at date of award and may be renewed for two (2) additional on year periods upon mutual agreement of both parties.

TERMINATION CLAUSE: Either party may terminate this agreement effective thirty (30) days after providing written notice to the other party that such party has breached any material provisions of this agreement if such other party fails to cure said breach within the thirty (30) day notice period. Such notice shall set forth the basis of the termination.

The contract may also be cancelled by convenience by either party. The effective date of cancellation shall be thirty (30) days after written notice of intent by one of the parties. The vendor will, however, be required to honor all orders placed prior to the date of cancellation if required to do so by the University.

The Supplier and the University for themselves, their successors, executors, administrators, and assigns, hereby agree to the full performance of the covenants herein contained.

IN WITNESS THEREOF, the parties hereto on the day and year first above written have executed this agreement in four counterparts each of which shall have without proof or accounting for the other counterparts, be deemed an original thereof.

Auburn University Supplier

Signature: Signature:

Shawn Corrigan Asmuth Name / Title: Executive Director of Procurement and Payment Services Name / Title:

Date: Date:

16

Attachment B. Calendar of Events

Release of RFP July 24, 2012 RFP Proposals August 3, 2012 Due Date Contract Award Week of August 6, 2012

Contract Start Date September 1, 2012

All inquiries regarding this proposal and its contents should be directed to:

Missty C. Kennedy Procurement Manager (334) 844-7771 E-mail: [email protected]

17

Attachment C. Vendor Disclosure Statement

See attachment for details.

Attachment D. Pricing Matrix

See attachment for details.

Attachment E. ATM Locations Offered See attachment for details.

18

Pricing Matrix – Attachment D The Financial Proposal Form shall contain the proposed annual lease payment to be paid to the University and include detailed information of charges (type of charges and unit transaction costs) that will be assessed to ATM users. Amount

Location #1: Jordan-Hare Stadium Amount of proposed annual lease payment $______Per unit transaction charges: Type of charge ______$______$______$______

Location #2: Auburn Arena Amount of proposed annual lease payment $______Per unit transaction charges: Type of charge ______$______$______$______

Location #3: Plainsman Park Amount of proposed annual lease payment $______Per unit transaction charges: Type of charge ______$______$______$______

19

Attachment E. – ATM LOCATIONS OFFERED

Location #1: Jordan-Hare Stadium

8 ATMs at this location are subject to this Request for Proposal

ATMs will be available on nights and weekends during home football games, other home sporting events, or other special events.

Location #2: Auburn Arena

2-3 ATM at this location is subject to this Request for Proposal

Hours available: Monday – Friday 8:00 am – 4:00 pm

ATMs will be available on nights and weekends during home basketball games and gymnastics meets, other home sporting events, or other special events.

Location #3: Plainsman Park

1-2 ATM at this location is subject to this Request for Proposal

Hours available: Monday – Friday 8:00 am – 4:00 pm

ATMs will be available on nights and weekends during home baseball games, other home sporting events, or other special events.

20