request for proposal by the state of ohio …...forklift rodeo arena and courses exhibitor lounge...

26
REQUEST FOR PROPOSAL by the STATE OF OHIO OHIO BUREAU OF WORKERS' COMPENSATION for The Ohio Safety Congress & Expo: Event Decorator & Service Contractor Bid #B04002 July 11, 2003

Upload: others

Post on 06-Aug-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: REQUEST FOR PROPOSAL by the STATE OF OHIO …...Forklift rodeo arena and courses Exhibitor lounge Show management booth equipment Entrance units Show Installation (cont.) Meeting room

REQUEST FOR PROPOSAL

by the

STATE OF OHIO

OHIO BUREAU OF WORKERS' COMPENSATION

for

The Ohio Safety Congress & Expo: Event Decorator & Service Contractor

Bid #B04002

July 11, 2003

Page 2: REQUEST FOR PROPOSAL by the STATE OF OHIO …...Forklift rodeo arena and courses Exhibitor lounge Show management booth equipment Entrance units Show Installation (cont.) Meeting room

3

TABLE OF CONTENTS

Section Page I. PROJECT SUMMARY

1.0 Rationale for the Request For Proposal 6 1.1 Show Information 6 1.2 Show Dates 6 II. TIME FRAME 2.0 Calendar of Events 6 III. PROPOSAL INQUIRIES AND SUBMISSIONS 3.0 Mandatory Pre-Submission Letter of Intent 7 3.1 Questions 7 3.2 Communication Restrictions 3.3 Proposal Submission 7 3.4 Changes to this Proposal 8 IV. GENERAL TERMS AND CONDITIONS 4.0 General 8 4.1 Resulting Contract 8 4.2 Governing Law-Severability 9 4.3 Compliance with Applicable Laws 9 4.4 Publicity 9 4.5 Conditions Precedent 9 4.6 Equal Opportunity 9 4.7 Method of Remuneration and Billing Procedures 9 4.8 Workers’ Compensation 10 4.9 Public and Professional Liability Insurance 10 4.10 Performance Bond 10 4.11 Vendor’s Liability 11 4.12 Contract Compliance and Termination 11 4.13 Default by the Vendor 11 4.14 Liquidated Damages 11 4.15 Inspection of Time Records and Work Papers 12 4.16 Subcontracting 12 4.17 Drug-Free Workplace 12 4.18 Ohio Elections Law 12 4.19 Other Expenses 12

Page 3: REQUEST FOR PROPOSAL by the STATE OF OHIO …...Forklift rodeo arena and courses Exhibitor lounge Show management booth equipment Entrance units Show Installation (cont.) Meeting room

4

TABLE OF CONTENTS (Cont.)

Section Page V. SCOPE OF SERVICES 5.0 Scope of Services 12 5.1 Requirements 12-15 1. Time Line/Action Schedule 2. Show Floor Layout 3. On-Site Planning 4. Show Installation Registration Area Lead retrieval service desk Information area Exhibit area Forklift rodeo arena and courses Exhibitor lounge Show management booth equipment Entrance units Show Installation (cont.) Meeting room equipment Storage room Signage Material Handling – Cincinnati 2004 Material Handling – Columbus 2005 Labor 5.2 Exhibitor Manual 15 5.3 Exhibitor Services 16 5.4 Facility 16 5.5 Post-Event Survey 16 5.6 On-Site Management 16 5.7 Historical Information 16 Columbus 2000 Columbus 2001 Cleveland 2002 Columbus 2003 VI. Proposal

6.0 Proposal 176.1 Evaluation for Event Awareness 176.2 Cover Letter 176.3 Time Line/Action Schedule 186.4 Proposed Floor Plan 186.5 Cost 186.6 Proof of Insurance and Workers’ Compensation Coverage 186.7 Vendor Credentials 186.8 Graphics 186.9 Inventory List 186.10 Conflicts of Interest 18

Page 4: REQUEST FOR PROPOSAL by the STATE OF OHIO …...Forklift rodeo arena and courses Exhibitor lounge Show management booth equipment Entrance units Show Installation (cont.) Meeting room

5

VII. EVALUATION OF PROPOSAL7.0 Proposal Evaluation 187.1 BWC Selection Committee 197.2 Evaluations Approach 197.3 Phase I Minimum Requirements 19

A. Administrative RequirementsB. Proposal Rejection Criteria

7.4 Phase II Point Scale Rating 19-20A. Event AwarenessB. Cost to BWC-DSHC. Cost to ExhibitorsD. Vendor CredentialsE. Graphics CapabilitiesF. Project Approach

VIII. AWARD OF CONTRACT8.0 Award Procedure 218.1 Contract Execution 21

9.0 SHOW MANAGEMENT RATES9.1 Cincinnati 2004 22-249.2 Columbus 2005 25-27

Page 5: REQUEST FOR PROPOSAL by the STATE OF OHIO …...Forklift rodeo arena and courses Exhibitor lounge Show management booth equipment Entrance units Show Installation (cont.) Meeting room

6

REQUEST FOR PROPOSAL

by the STATE OF OHIO

OHIO BUREAU OF WORKERS' COMPENSATION for

The Ohio Safety Congress & Expo: Event Decorator & Service Contractor PLEASE READ ALL CONDITIONS AS SET FORTH IN THIS REQUEST FOR PROPOSALS (RFP)FOR A FULL UNDERSTANDING OF THE REQUIREMENTS.

I. PROJECT SUMMARY

1.0 RATIONALE FOR THE REQUEST FOR PROPOSAL The Ohio Bureau of Workers’ Compensation (BWC) is an agency of the State of Ohio responsible foradministering the workers’ compensation insurance program in Ohio. During the month of March,2004 and 2005, BWC hosts the Ohio Safety Congress & Expo. 1.1 SHOW INFORMATION The Ohio Safety Congress & Expo is a three day event that includes approximately 150 educationalsessions and at least 200 exhibitors utilizing 225-275 10’ x 10’ exhibit booth spaces. The event isdesigned to educate Ohio employers and employees in the newest safety standards and techniquesused in today’s workplace. The expo area provides the attendees an opportunity to view the newestsafety equipment, rehabilitation services, and claims management services available to Ohioemployers and employees.

BWC is seeking a Vendor to perform as event decorator & service contractor for the Ohio SafetyCongress & Expo. The Vendors responsibilities include but are not limited to the production of a floorplan for the 2004 and 2005 show, installation of registration counters, installation of information area,installation of entrance units, set-up of exhibit floor to include forklift rodeo courses and arena area,hang banners and signs, pick up and deliver show management freight to and from the show, andprovide rental of furniture, carpet etc. to exhibitors.

1.2 DATES March 23-25, 2004 Cincinnati Convention Center 525 Elm St. Cincinnati, Ohio 45202 March 29-31, 2005 Columbus Convention Center 400 North High St. Columbus, Ohio 43215

II. TIME FRAME

2.0 CALENDAR OF EVENTS The following time frames have been established: RFP issued – July 11, 2003 Letter of Intent due – July 17, 2003 Questions deadline – July 21, 2003 Proposals due 2:00 p.m. – August 7, 2003 Project begins (estimated) – August 14, 2003 Project ends – 30 days after close of show, 2005

Page 6: REQUEST FOR PROPOSAL by the STATE OF OHIO …...Forklift rodeo arena and courses Exhibitor lounge Show management booth equipment Entrance units Show Installation (cont.) Meeting room

7

III. PROPOSAL INQUIRIES AND SUBMISSIONS

3.0 MANDATORY PRE-SUBMISSION LETTER OF INTENT In order to be eligible to submit a proposal in response to this RFP, an authorized legalrepresentative from each Vendor desiring to respond to this RFP shall submit a letter indicating theintent to submit a proposal. The letter will ensure all Vendors have the same information and havebeen provided an equitable knowledge base in the event it becomes necessary for BWC to revisethis RFP. Vendors may submit the Letter of Intent by fax or Email to the following locations: By email to: [email protected] By fax to: Safety & Hygiene Meetings & Conventions Department Attention: Ken Fox, (614) 365-4971 Vendors who do not submit a timely Letter of Intent are deemed ineligible to submit a proposal.Letters of Intent must be received by – Thursday, July 17, 2003. 3.1 QUESTIONS Questions shall be submitted only by those vendors submitting a Letter of Intent. Questions shall besubmitted in writing to Safety & Hygiene Meetings & Conventions Department, Attention: Ken Fox,13430 Yarmouth Drive Pickerington, Ohio 43147, by email [email protected] or by fax (614)365-4971. Questions shall be received by Monday, July 21, 2003. 3.2 COMMUNICATION RESTRICTIONS In order to ensure fairness and parity among prospective Vendors, from the time of the release of thisRFP until a Vendor is selected and a contract is awarded; Vendors shall not communicate with anyBWC staff concerning this RFP. If the Vendor attempts or undertakes an unauthorizedcommunication, BWC reserves the right to reject that Vendor’s proposal, without evaluation. BWCshall not be responsible for any Vendor's reliance on any information regarding this Request forProposal or any work hereunder if the information was provided by any source other than through theinquiry process in Section 3.2. 3.3 PROPOSAL SUBMISSION It is absolutely essential that Vendors carefully review all elements in their final proposal. Oncereceived by BWC, a proposal cannot be altered. Three complete, signed, and sealed copies of eachproposal shall be submitted for evaluation. Proposals shall be clearly marked “Ohio Bureau ofWorkers’ Compensation BID No. B04002 OHIO SAFETY CONGRESS & EXPO EVENT DECORATOR& SERVICE CONTRACTOR on the outside of the envelope. FAX or electronic mail transmissions willnot be accepted. All copies must be received by BWC together in one package. Proposals must be received in the Purchasing Department by 2:00 P.M. on August 7, 2003.Proposals inappropriately addressed or delivered elsewhere risk untimely re-routing to the PurchasingDepartment. Any proposals received in the Purchasing Department after the deadline will be markedas untimely and will not be opened or evaluated regardless of the reason for late receipt. If mailing proposals, Vendors should allow for sufficient mailing time to ensure timely receipt by thePurchasing Department. All mail and deliveries can be expected to undergo package securityscreening (amounting to approximately one hour) before receipt in the Purchasing Department.Vendors must anticipate this additional time when arranging for mail or delivery of proposals. Ifattending the opening, Vendors must bring photo identification and should allow for additional timefor personal security screening (amounting to approximately twenty minutes) and for package securityscreening (amounting to approximately one hour) if they are also delivering their proposals in personat that time. Submit three complete, signed and sealed copies of the proposal to:

Page 7: REQUEST FOR PROPOSAL by the STATE OF OHIO …...Forklift rodeo arena and courses Exhibitor lounge Show management booth equipment Entrance units Show Installation (cont.) Meeting room

8

BY MAIL OR HAND-DELIVERY:

Ohio Bureau of Workers’ Compensation Purchasing

30 W. Spring Street, Level 24 Columbus, Ohio 43215-2256

All material submitted to and accepted by BWC in response to the RFP shall become the property ofBWC and will be retained by BWC in accordance with the Ohio Public Records Act and the OhioRecords Retention Act. THE CONTENTS OF PROPOSAL ARE SUBJECT TO THE OHIO PUBLICRECORDS ACT, SECTION 149.43, OF THE OHIO REVISED CODE, UNLESS OTHERWISEEXCEPTED BY LAW. If the proposal includes information that the proposer in good faith believes isexempt from the provisions of the Ohio public records laws, the proposer must put such information inseparate sealed envelopes with each copy of the proposal. After a contract is awarded, if BWCdetermines that the information sealed by any proposer appears not to be exempt and may bereleased upon a proper request, the Vendor will be advised of BWC’s intent to release theinformation. 3.4 CHANGES TO THIS PROPOSAL All Vendors submitting the Letter of Intent will be sent a written addendum to this RFP in the eventthat BWC finds it necessary to modify one or more portions of this RFP after it has been released.Should BWC issue an addendum to this RFP, additional time may be given to all prospectiveVendors, if appropriate, to extend the deadline to accommodate needed changes in the proposals.

IV. GENERAL TERMS AND CONDITIONS

4.0 GENERAL BY SUBMITTING A PROPOSAL, THE VENDOR ACKNOWLEDGES THAT VENDOR HAS READ THISRFP, UNDERSTANDS IT, AND AGREES TO BE BOUND BY ITS REQUIREMENTS, TERMS, ANDCONDITIONS. BWC RESERVES THE RIGHT TO DISQUALIFY ANY PROPOSAL WHICH TAKESEXCEPTION TO OR LIMITS THE RIGHTS OF BWC UNDER THE RFP. BWC RESERVES THE RIGHTTO REFUSE ACCEPTANCE OF ANY PROPOSAL WHICH IS NOT PROPERLY SUBMITTED INACCORDANCE WITH THE REQUIREMENTS OF THIS RFP. FURTHERMORE, BWC RESERVES THERIGHT TO REJECT ANY AND ALL PROPOSALS, INCLUDING THE SELECTED PROPOSAL, ATANY TIME PRIOR TO EXECUTION OF A CONTRACT. BWC RESERVES THE RIGHT TO CANCELTHIS RFP AT ANY TIME PRIOR TO EXECUTION OF A CONTRACT. Headings used in this RFP are for convenience only and shall not affect the interpretation of any ofthe terms and conditions hereof. In BWC's sole discretion, BWC may waive minor defects that are not material when no prejudice willresult to the rights of any other Vendors, the public, or BWC. BWC is not liable for any cost incurred by any Vendor in the preparation and submission of anyproposal, or in anticipation of the award of a contract. Moreover, BWC is not liable for any costincurred by any selected Vendor prior to the execution of a contract by all parties. All disbursementsmade for the contract shall be only for obligations incurred on or after the effective date of thecontract. 4.1 RESULTING CONTRACT Any contract resulting from this RFP shall consist of this RFP and any written addenda issued byBWC, the proposal and the executed contract.

Page 8: REQUEST FOR PROPOSAL by the STATE OF OHIO …...Forklift rodeo arena and courses Exhibitor lounge Show management booth equipment Entrance units Show Installation (cont.) Meeting room

9

4.2 GOVERNING LAW - SEVERABILITY The validity, construction and performance of any contract resulting from this RFP and the legalrelations among the parties to any contract shall be governed by and construed in accordance withthe laws of the State of Ohio. If any provision of any contract resulting from this RFP or theapplication of any such provision shall be held by an Ohio court of competent jurisdiction to becontrary to law, the remaining provisions of the contract shall remain in full force and effect. Theparties agree to submit irrevocably to the jurisdiction of Ohio courts. 4.3 COMPLIANCE WITH APPLICABLE LAWS The Vendor agrees to comply with all applicable federal, state, and local laws in the conduct of thework hereunder. The Vendor accepts full responsibility for payment of all taxes and insuranceincluding workers’ compensation insurance premiums, unemployment compensation insurancepremiums, all income tax deductions, social security deductions, and any and all other taxes orpayroll deductions required for all employees engaged by the Vendor in the performance of the workauthorized by this contract. BWC does not agree to pay any taxes. Failure to have workers’compensation or other required insurance in accordance with the RFP shall deem any resultingcontract voidable at BWC’s sole discretion. 4.4 PUBLICITY Any use or reference to any resulting contract by the selected Vendor to promote, solicit, ordisseminate information regarding the scope of the contract is prohibited, unless otherwise agreed toin writing by BWC. BWC agrees to be used as a reference by the successful Vendor in other State ofOhio situations where the Vendor may wish to make a proposal. 4.5 CONDITIONS PRECEDENT It is expressly understood by the parties that the contract is not binding on BWC until such time as allnecessary funds are made available and forthcoming from the appropriate State agencies, and suchexpenditure of funds is approved by the Administrator after execution of the contract by the Vendorbut before execution by BWC. No contract shall be binding upon either party until receipt by thecontracting Vendor of a copy of a fully executed contract, and compliance with any and all conditionsprecedent. 4.6 EQUAL OPPORTUNITY In fulfilling the obligations and duties of any contract resulting from this RFP, the Consultant shall notdiscriminate against any employee or applicant for employment on the basis of race, religion, nationalorigin, color, gender, sexual orientation, age, Vietnam-era Veteran status, or disability as defined inthe Americans with Disabilities Act. The Consultant shall ensure that applicants are hired and that employees are treated duringemployment without regard to any of the listed factors. Such action shall include, but not be limited tothe 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, includingapprenticeship. The Consultant agrees to post in conspicuous places, available to employees and applicants foremployment, notices stating that the Consultant complies with all applicable federal and statenondiscrimination laws. The Consultant shall incorporate the foregoing requirements of this section inall of its contracts for any of the work prescribed herein (other than subcontractors for standardcommercial supplies or chemical supplies), and shall require all of its subcontractors for any part ofsuch work to incorporate such requirements in all subcontracts for such work. 4.7 METHOD OF REMUNERATION AND BILLING PROCEDURES

Upon delivery of goods or performance of the service, as described on any purchase order placedagainst the contract awarded, the Vendor shall submit hard copy (in duplicate) invoices directly toBWC Accounts Payable. A proper invoice is defined as being free from defects, discrepancies, errors,or other improprieties and shall include, but may not be limited to:

Page 9: REQUEST FOR PROPOSAL by the STATE OF OHIO …...Forklift rodeo arena and courses Exhibitor lounge Show management booth equipment Entrance units Show Installation (cont.) Meeting room

10

a. Vendor’s name and address as designated in the RFP;

b. Vendor’s federal employer identification (E.I.) number;

c. The Purchase Order number authorizing the purchase of services;

d. Description, including time period (date received and date reported), of services deliveredor rendered as specified in the Purchase Order.

Defective invoices shall be returned to the Vendor noting areas for correction. When such notificationof defect is sent, the required payment date shall be thirty (30) days after receipt of the correctedinvoice.

Section 126.30 of the Ohio Revised Code, and any applicable rules thereto, are applicable to anyresulting contract and require payment of interest if, upon receipt of a proper invoice, payment is notmade within thirty (30) calendar days, unless otherwise agreed in writing. The interest charge shall beat the rate per calendar month which equals one-twelfth of the rate per annum prescribed by Section5703.47 of the Ohio Revised Code, unless this calculation yields an amount less than ten dollars($10.00) in which case no interest shall be paid. In the event that BWC does fail to make promptpayment, the contracting Vendor is entitled to the interest allowed by law. In no event shall suchfailure to make prompt payment be deemed a default or breach of contract on the part of BWC.Further, payment shall be made to the Vendor, in the Firm’s Federal E.I. number, as provided for inthe response to the RFP. The date of the warrant issued in payment shall be considered the datepayment is made. The Vendor’s payment shall not be initiated before a proper invoice is received byBWC.

Invoices shall be received by BWC no later than ten days after the event.

4.8 WORKERS’ COMPENSATION The Vendor shall submit a copy of the certificate proving that the Vendor and agents are covered byworkers’ compensation. The Vendor is responsible for ensuring contractually that any subcontractorsmaintain workers’ compensation insurance at all times during the term of the resulting contract.Failure to maintain coverage at any time during the term of any contract shall be deemed a materialbreach of the contract. Such breach shall render the contract voidable in its entirety at BWC’s solediscretion. 4.9 PUBLIC AND PROFESSIONAL LIABILITY INSURANCE Each Vendor shall carry public and professional liability insurance with limits of not less than$500,000. Failure to maintain coverage at any time during the term of any contract shall be deemeda material breach of the contract. Such breach shall render the contract voidable in its entirety atBWC’s sole discretion. Prior to the award of the contract, the Administrator shall require the selected Vendor to submit toKen Fox, Division of Safety & Hygiene Meetings & Conventions Department a copy of the certificateof insurance within five business days, after notification. Failure to currently maintain the requiredcoverage amounts will not disqualify a Vendor during evaluation. Failure to provide the certificate ofcoverage within the stated time period will result in the Vendor being deemed non-responsive, andthe proposal will be immediately disqualified. 4.10 PERFORMANCE BOND BWC may, at its sole discretion, require that a performance bond in the amount of $75,000. As partof the evaluation process, the Vendor, if required to provide to Ken Fox, Division of Safety & HygieneMeetings & Conventions Department the said performance bond, shall do so within ten (10) businessdays after notification. Failure to provide the performance bond on demand within the stated timeperiod will result in the proposal being immediately disqualified with no further consideration given forpotential awarding of the contract. The purpose of the bond is to ensure proper performance by theVendor on any contract awarded pursuant to this RFP. A standard bond form from any companyauthorized to do business within the State of Ohio is acceptable. The bond shall be made payable tothe Treasurer, State of Ohio, referencing the applicable proposal number. The bond shall become

Page 10: REQUEST FOR PROPOSAL by the STATE OF OHIO …...Forklift rodeo arena and courses Exhibitor lounge Show management booth equipment Entrance units Show Installation (cont.) Meeting room

11

effective upon written notification that the Vendor has been selected for the contract. The bond shallremain in effect for the duration of the awarded contract and any extensions thereto. Any action onthe part of the Vendor or its bonding company to revoke or cancel the bond prior to the expiration ofthe contract or extension thereto, will be considered a breach of contract and may result in theimmediate cancellation of the contract. Should this occur, the Vendor will be held liable for anyadditional costs incurred by the State in seeking replacement goods or services. 4.11 VENDOR’S LIABILITY The Vendor’s entire liability and BWC’s remedies for claims it may have related to or arising out of thecontract for any cause and regardless of the form of action shall include all legal and equitableremedies. 4.12 CONTRACT COMPLIANCE AND TERMINATION During the term of this contract, BWC-Division of Safety & Hygiene shall be responsible for monitoringthe Vendor’s performance and compliance with the terms and conditions of the contract. It isspecifically understood that the nature of the services to be rendered pursuant to any contractresulting from this RFP are of such a nature that BWC is the sole judge of the adequacy of suchservices. BWC reserves the right to cancel the contract at any time without cause upon five daysnotice. Upon cancellation, other than for the default of the Vendor, BWC shall pay the Vendor forservices rendered prior to the effective date of the cancellation. If BWC’s representative observesany infraction(s), such shall be documented and notice conveyed to the Vendor for immediatecorrection. Continued failures on the Vendor’s part to comply with the terms and conditions of theensuing contract may constitute an event of default. Unremedied infraction(s) persisting beyond tendays after notice to the Vendor may constitute an event of default. 4.13 DEFAULT BY THE VENDORBWC declares and the Vendor acknowledges that BWC may suffer damages due to the failure of theVendor to act in accordance with the requirements, terms, and conditions of the contract. BWCdeclares and the Vendor agrees that such failure shall constitute an event of default on the part ofthe Vendor. The Vendor agrees that if BWC does not give prompt notice of such a failure, BWC hasnot waived any of its rights or remedies.

The following four paragraphs provide examples of default.

The Vendor shall have the Ohio Safety Congress & Expo Exhibit Area installed and dismantled bythe designated time outlined in Section 5.0 Scope of Services.

The Vendor shall designate a mutually agreed upon representative to work with the BWC-DHS stafffor the length of the contract. The designated representative is required to be at the show duringinstallation and during all published show hours. Unless the Vendor is given the approval from BWC-DSH, it shall not assign a different representative during the planning and production of the entireevent.

The vendor shall meet all timelines established by the BWC-DSH staff and the vendor representative.

All graphics, entrance units, carpet, drape and other materials and equipment used by the Vendorshall be subject to the approval of BWC-DSH. If any materials or equipment are not approved by theBWC-DSH staff, the Vendor shall replace them to the satisfaction of the BWC-DSH staff.

BWC-DSH reserves the right to inspect all facilities, equipment, and materials used by the vendor.

If the Vendor fails to remedy any situations satisfactorily, BWC-DSH shall consider this a default ofthe contract.

4.14 LIQUIDATED DAMAGES In the event that the Vendor fails to cure a default or breaches any term or condition of the contract,the Vendor agrees to reimburse BWC for any actual and direct losses incurred by BWC. In the eventthat the direct losses or direct damages are uncertain or difficult to ascertain by BWC, the Vendoragrees to pay BWC liquidated damages of $75,000. In addition, the Vendor agrees that BWC shall

Page 11: REQUEST FOR PROPOSAL by the STATE OF OHIO …...Forklift rodeo arena and courses Exhibitor lounge Show management booth equipment Entrance units Show Installation (cont.) Meeting room

12

have the right to terminate the contract either in whole or in part, without liability to BWC whatsoever.The Vendor agrees that the liquidated damages are not a penalty. 4.15 INSPECTION OF TIME RECORDS AND WORKPAPERS BWC reserves the right to inspect the records and work-papers of The Vendor’s organization todetermine the validity of billings for work performed. Adequate records to support these chargesmust be maintained. Documentation must be retained for review for at least three (3) yearssubsequent to final payment. 4.16 SUBCONTRACTING No subcontracting will be permitted without prior written approval by the Administrator of BWC or hisdesignee. However, the BWC’s approval will not serve to modify or abrogate the responsibility of theVendor for the acts, omissions, nonfeasance, malfeasance, or misfeasance of any and allsubcontractors. 4.17 DRUG-FREE WORKPLACE The Vendor agrees to comply with all applicable state and federal laws regarding a drug-freeworkplace. The Vendor shall make a good faith effort to ensure that all of its employees, if working onstate property, will not purchase, use or possess illegal drugs or alcohol or abuse prescription drugsin any way. 4.18 OHIO ELECTIONS LAW The selected Vendor affirms that, as applicable to the selected Vendor, no party listed in Division (I)or (J) of Section 3517.13 of the Ohio Revised Code or spouse of such party has made, as anindividual, within the two previous calendar years, one or more contributions totaling in excess of$1,000.00 to the Governor of Ohio or to his campaign committees. 4.19 OTHER EXPENSESThe Vendor shall include travel and hotel expenses in their fees.

V. SCOPE OF SERVICES

5.0 SCOPE OF SERVICESThe Ohio Bureau of Workers’ Compensation’s Division of Safety & Hygiene (BWC-DSH) is seeking aVendor to perform tradeshow management services for the Ohio Safety Congress & Expo. The OhioSafety Congress & Expo is an educational conference and expo designed to assist Ohio employersand employees in understanding all facets of safety in the workplace and provides all attendees anopportunity to review the new safety products and services our exhibitors have to offer. The OhioSafety Congress & Expos’ exhibit area provides interactive learning opportunities for BWC’s Safety &Hygiene’s customers on all aspects of work place safety in a tradeshow environment.

5.1 REQUIREMENTS1. Time Line/Action Schedule

The Vendor shall prepare a time line/action schedule of all show management activities,included but not limited to design of floor plan including layout for at least 265 – 10’ x 10’exhibit booths, a 270’ x 120’ area for the Ohio Forklift Rodeo Championship, and 14registration counters in halls A or B. in Cincinnati and hall C in Columbus. Outlines anddescriptions of the rodeo courses are included in this RFP.

Page 12: REQUEST FOR PROPOSAL by the STATE OF OHIO …...Forklift rodeo arena and courses Exhibitor lounge Show management booth equipment Entrance units Show Installation (cont.) Meeting room

13

2. Show Floor LayoutDesign of the show floor layout shall be subject to the approval of the facility, BWC-DSH, andfire safety officials. Show floor layout must be available in electronic format. Vendor shallprovide updated floor plans upon request and be flexible and accommodating to BWC-DSHrequests to adjust the floor plan.

Coordination of the booths and the numerical assignment of booth numbers for eachexhibitor at each location shall be the responsibility of the selected Vendor and BWC-DSHstaff. The Vendor shall ensure that all safety precautions are met at each Ohio SafetyCongress & Expo location.

3. On-Site PlanningThe Vendor’s representative shall attend a meeting arranged by BWC-DSH staff to take placeat the facility 4-6 months prior to the show.

4. Show InstallationBWC-DSH staff has the right to adjust the dates, quantities, and equipment specifications asneeded. The Vendor shall install and dismantle the registration area, lead retrieval servicedesk, information area, exhibit floor, show management booth, entrance units, meeting roomequipment, signage, storage room, and forklift rodeo arena area as outlined below.

Registration area:� Install Monday, March 22, 2004 8 a.m. – 10 a.m. and Monday, March 28, 2005 8

a.m. – 10 a.m.� Twelve-Fifteen two-tier registration counters, minimum 8’ for each counter with custom

headers� 15‘ high pipe and drape behind each counter� 3’ high pipe and drape between registration counters� fourteen 8’ x 40” tables installed behind registration counters, skirted on 4 sides� twelve 6’ x 40” tables skirted on 4 sides� twenty adjustable cushioned office chairs with rollers� twelve waste baskets� six 22” x 28” sign holders

Lead retrieval service desk:� Install Monday, March 22, 2004 8 a.m. – 10 a.m. and Monday, March 28, 2005 8

a.m. – 10 a.m.a. two registration counters with custom headersb. three 6’ x 30” skirted tablesc. two adjustable cushioned office chairs with rollersd. 50 ln ft. of 8’ drapee. two wastebaskets

Information area� Install Monday, March 22, 2004 8 a.m. – 10 a.m. and Monday, March 28, 2005 8

a.m. – 10 a.m.� one information counter and header� two adjustable cushioned office chairs with rollers� 20 ln ft. of 8’ drape

Page 13: REQUEST FOR PROPOSAL by the STATE OF OHIO …...Forklift rodeo arena and courses Exhibitor lounge Show management booth equipment Entrance units Show Installation (cont.) Meeting room

14

Exhibit area� Install Monday, March 22, 2004 and Monday, March 28, 2005� approximately 250 - 10’ x 10’ exhibit booth spaces� approximately 3 – 20’ x 20’ exhibit booth spaces� approximately 15 non revenue booth spaces. Configuration to be determined� approximately 900 sq. ft area with 3’ drape to showcase exhibitor products� cabaret or pedestal tables for exhibitor showcase 2 tiers, first tier will have 40” tables

and second row will have 30” tables� approximately 250 - 7” x 44” exhibitor identification signs� approximately 4500 ln ft. of 10’ aisle carpet� approximately 400 ln ft. of 8’ aisle carpet� 10 aisle signs suspended from ceiling� Vacuum aisle carpet prior to opening of show and Wednesday evening

Forklift rodeo arena courses.� Install Monday, March 22, 2004 a.m. and Monday, March 28, 2005 a.m. Course

selection may be altered for 2005.Approximately 475 ft of floor tape as follows:

� Pallet Ballet – 32’ x 49’� Hot Shot – 45’ x 55’� Fox Trot – 55’ x 45’� Circle – 50’ x 50’� New Course – 35‘ x 50’

Exhibitor lounge� 30’ x 30’ area with 8’ pipe and drape� approximately 90 sq. ft. of carpet

Show management booth equipment� Install Monday, March 22, 2004 2 p.m. and Monday, March 28, 2005 2 p.m.� Two 6’ x 40” skirted tables� Two 6’ x 30” skirted tables� Two 8’ x 30” skirted tables� 20’ x 80’ carpet in front of and inside of booth to offset it from other booths

Entrance units� Vendor shall provide two custom entrance units with 3 towers, graphics and logos in

show colors for entrance to the exhibit hall. Vendor shall provide ideas, concepts, andgraphics to BWC-DSH no later than 90 days before show opening.

� Vendor shall provide one entrance unit with 2-3 towers plus graphics and logos inshow colors to complement entrance to main ballroom. Show management must beprovided with ideas, concepts, and graphics no later than 90 days before showopening

� Vendor shall provide one or two custom entrance units, 1-2 towers, indicating meetingroom numbers and directionals. Vendor shall provide ideas, concepts, and graphicsto BWC-DSH no later than 90 days before show opening

Meeting room equipment� Installation time to be determined by BWC-DSH 30 days prior to show� At least 60 ft. of 12’ drape for meeting rooms� At least 60 ft. of 8’ drape for meeting rooms� At least 60’ of 15’ high drape for ballrooms

Page 14: REQUEST FOR PROPOSAL by the STATE OF OHIO …...Forklift rodeo arena and courses Exhibitor lounge Show management booth equipment Entrance units Show Installation (cont.) Meeting room

15

Storage room� Installation time to be determined by BWC-DSH 30 days prior to show� 50 ft. of 8’ drape� 8 – 6’ skirted tables� fifteen easels� 10 – two way, fully charged radios with ear pieces and chargers

Signage� All signage and graphics will be made available to BWC-DSH for approval 75 days

prior to show opening� All signs and graphics must be in digital format. Hand painted or vinyl signs will not be

accepted.� The Vendor is required to be able to reproduce graphic elements used in event

marketing materials.� Approximately twenty – 22” x 28” signs with ten words or more� Approximately twenty – 22” x 28” signs with ten words or less� Approximately fifteen – 28” x 44” signs with ten words or less� Approximately fifteen – 28” x 44” signs with ten words or more

Material Handling-Cincinnati 2004� Vendor shall pick up BWC-DSH freight in Pickerington, Ohio the week prior to the

opening of the show� Vendor shall transport approximately 8,000 lbs. of BWC-DSH freight from

Pickerington, Ohio to Cincinnati Convention Center.� Vendor shall transport approximately 8,000 lbs of BWC-DSH freight from Cincinnati

Convention Center to Pickerington, Ohio the week after the close of the show

Material Handling-Columbus 2005� Vendor shall pick up BWC-DSH freight in Pickerington, Ohio the week prior to the

opening of the show� Vendor shall transport approximately 8,000 lbs. of BWC-DSH freight from

Pickerington, Ohio to Columbus Convention Center.� Vendor shall transport approximately 8,000 lbs of BWC-DSH freight from Columbus

Convention Center to Pickerington, Ohio the week after the show.

Labor� Hang banners� Erect show management booth. Two persons needed to assist in the construction of

80’ of hard wall booth� Mark forklift rodeo course� Load and unload and move freight

5.2 Exhibitor ManualThe Vendor shall provide BWC-DSH with approximately fifty exhibitor manuals. Forms andservices included in the exhibitor manual are at the discretion of the BWC-DSH. All formsin the exhibitor manuals for ordering furniture, booth rentals, booth accessories, carpet,vacuuming, etc. must be available in electronic format as well as hard copy. Electronicand hard copy of the 2004 Exhibitor Manual provided to BWC-DSH staff by November 3,2003 and Electronic and hard copy of the 2005 Exhibitor Manual provided to BWC-DSHstaff by November 4, 2004.

Page 15: REQUEST FOR PROPOSAL by the STATE OF OHIO …...Forklift rodeo arena and courses Exhibitor lounge Show management booth equipment Entrance units Show Installation (cont.) Meeting room

16

5.3 Exhibitor ServicesStandard Furniture Rental Offered to Exhibitors but not limited to:

� The Vendor will rent furniture, booths, accessories, carpet, etc. at the prices stated inthe exhibitor manual.

� Discounts will be offered to exhibitors who sign up early.� Advance shipment of exhibitor freight will be accepted by Vendor� Vendor will make no less than ten carts and/or dollies available to vendors for move

in/move out.� 2’ x 6’ x 30” skirted table� 2’ x 8’ x 30” skirted table� 2’ x 6’ x 40” skirted table� 2’ x 8’ x 40” skirted table� 9’ x 10’ carpet� 9’ x 20’ carpet� Armless chair� Wastebasket� BWC-DSH offers to exhibitors a standard booth package at a reduced rate that

consists of a 9’ x 10’ piece of carpet, upholstered armchair, 2’ x 6’ 30” skirted table,and wastebasket. Vendor will provide a quote for this package.

5.4 FacilityBWC-DSH will arrange a meeting with the Vendor’s representative at the facility 4-6 monthsprior to the show date. In conjunction with BWC-DSH, the Vendor will make necessaryarrangements for facility services and maintain ongoing communications with each facility andBWC-DSH staff in regards to the Ohio Safety Congress & Expo.

5.5 Post-Event SurveyThe Vendor shall provide BWC-DSH staff with an itemized list of all materials and servicessupplied to exhibitors throughout the course of the event. Itemized lists are due 30 days afterthe close of the event.

5.6 On-Site ManagementThe Vendor shall provide a minimum of three supervisory staff to coordinate all exhibitactivities on site and have staff available during event installation and dismantle as detailedin the conference date/location listing, Section 5.0, Scope of Services.

5.7 HISTORICAL INFORMATIONColumbus 2000� Exhibitor booth cost was $750 per 10’ x 10’ booth before December 1 and $700 for each

additional booth. After December 1, the cost per 10’ x 10’ booth was $850 and $800 foreach additional booth.

� The number of exhibitors was 209 and occupied 255 10’ x 10’ booths� Attendance for the show was 6,341

Columbus 2001� Exhibitor booth cost was $750 per 10’ x 10’ booth before December 1 and 700 for each

additional booth. After December 1, the cost per 10’ x 10’ booth was $850 and $800 foreach additional booth.

� The number of exhibitors was 216 and occupied 263 booths� Attendance for the show was 6,462

Page 16: REQUEST FOR PROPOSAL by the STATE OF OHIO …...Forklift rodeo arena and courses Exhibitor lounge Show management booth equipment Entrance units Show Installation (cont.) Meeting room

17

Cleveland 2002� Exhibitor booth cost was $750 per 10’ x 10’ booth before December 1 and 700 for each

additional booth. After December 1, the cost per 10’ x 10’ booth was $850 and $800 foreach additional booth.

� The number of exhibitors was 210 and occupied 253 booths� Attendance for the show was 5,061

Columbus 2003� Exhibitor booth cost was $750 per 10’ x 10’ booth before November 15 and 700 for each

additional booth. November 15, the cost per 10’ x 10’ booth was $850 and $800 for eachadditional booth.

� The number of exhibitors was 200 and occupied 250 booths� Attendance for the show was 5,567

VI. PROPOSAL

6.0 PROPOSAL To be considered, proposers must submit a complete, signed and sealed response to this Requestfor Proposal in accordance with Section 3.4 of this RFP. All three copies of the proposal must bemarked “Bid No B04002 OHIO SAFETY CONGRESS & EXPO SERVICE CONTRACTOR on theoutside of the envelope, and must be received on or before 2:00 P.M. on August 7, 2003. Proposalsmust be signed by an official authorized to bind the Vendor. No faxed or electronically mailed copieswill be accepted. Any proposal received after the specified time, or improperly marked, prepared or submitted will notbe eligible for consideration and will be rejected. Proposals that do not comply with all of therequirements of this RFP shall be rejected as non-responsive. The proposal must remain valid for theterm of the proposed contract, and this validity statement must also appear in the response. All proposals submitted in response to this RFP will become the property of BWC and are subject tothe Ohio Public Records Law. As a public record, all proposals will be available to the public forinspection unless subject to a statutory exception from the Ohio Public Records Law. All material submitted becomes the property of the BWC and may be returned only at BWC’s option.BWC reserves the right to use any or all ideas presented in response to this Request for Proposal.Selection or rejection of any given proposal does not affect this right. BWC is not liable for any cost incurred by a Vendor in the preparation and submission of anyproposal, or in anticipation of the award of a contract. Moreover, BWC is not liable for any costincurred by any Vendor prior to the execution of a contract. A respondent of this Request for Proposal must include in its proposal sufficient information to permitBWC to effectively evaluate its qualifications. At a minimum, the following information must besubmitted: 6.1 EVALUATION FOR EVENT AWARENESS The evaluation for event awareness consists of scoring the Vendor’s ability to illustrate to the reviewpanel their knowledge of the event. The Vendor should describe the level of contact to the event. 6.2 COVER LETTER A cover letter in the form of a standard business letter that shall be signed by an individualauthorized to legally bind the Vendor must be provided. The letter shall provide the name andtelephone number of a contact person with authority to answer questions regarding the proposal.The letter shall also provide a statement that the proposal remains valid for the term of the proposedcontract.

Page 17: REQUEST FOR PROPOSAL by the STATE OF OHIO …...Forklift rodeo arena and courses Exhibitor lounge Show management booth equipment Entrance units Show Installation (cont.) Meeting room

18

6.3 TIME LINE/ACTION SCHEDULEThe service contractor Vendor shall prepare a time line/action schedule of all show managementactivities, design of floor layout, exhibitor installation and dismantle and other.

6.4 PROPOSED FLOOR PLANThe vendor shall submit a proposed floor plan for the 2004 event to include exhibit area, forkliftrodeo area, and exhibitor lounge for hall A & B of the Cincinnati Convention Center. The vendor shallsubmit a proposed floor plan for the 2005 event to include exhibit area, forklift rodeo area, andexhibitor lounge. Plans for the 2005 event are to be submitted by May 14, 2004.

6.5 COST The Vendor shall submit a price quote based on a per facility basis, as facility needs may vary. Eachof the facility costs will be combined for a total amount. Attached is an itemized list of decoratorrequirements for the 2004 and 2005 show. Please indicate the per unit cost and total for each item.

6.6 PROOF OF INSURANCE AND WORKERS’ COMPENSATION COVERAGE The Vendor shall provide a copy of a current Ohio certificate of workers’ compensation coverage, ifappropriate, or insurance policy for workers’ compensation coverage.

6.7 VENDOR CREDENTIALS The Vendor shall provide a list of eight references consisting of four national shows larger than theOhio Safety Congress & Expo and four shows that are comparable in size and scope of the OhioSafety Congress & Expo. BWC requires the Vendor to provide a history statement to include the number of years of experiencein tradeshow management. Vendor shall include an inventory list and statement of financial position. References must include contact name, telephone number and description of tradeshowmanagement services provided for each reference. Each reference shall include name and locationof event, number of attendees, number of exhibitors, and number of years providing services to thatevent. 6.8 GRAPHICSThe Vendor shall submit three 8in. X 10in. color photographs of registration counters, entrance units,and show floor layouts of at least two different Expo Areas from events/conferences the Vendorinstalled. The Vendor must prove their ability to create graphic elements digitally with formats that arecompatible with those used by the BWC’s graphics department. BWC’s graphics department usesvector images. Jpegs and bitmaps are not compatible with BWC’s graphics.

6.9 INVENTORY LISTVendors shall provide an inventory of equipment and materials included but not limited to the itemslisted in section 9.0 Show Management Rates, and any other items appropriate in the planning andproduction of the Ohio Safety Congress & Expo. 6.10 CONFLICTS OF INTEREST The Vendor must present a statement with the submission of a proposal that it presently has nointerest and shall not acquire any interest, direct or indirect, which would conflict, in any manner ordegree, with the performance of services that are required to be performed under the contract. TheVendor must affirm that no person having such interest shall be employed in the performance of thecontract. The Vendor shall likewise advise BWC in the event it acquires such interest during thecourse of the contract.

VII. EVALUATION OF PROPOSAL 7.0 PROPOSAL EVALUATION BWC will evaluate proposals based on the categories outlined in section 7.3 Phase I MinimumRequirements and 7.4 Phase II Point Scale Rating.

Page 18: REQUEST FOR PROPOSAL by the STATE OF OHIO …...Forklift rodeo arena and courses Exhibitor lounge Show management booth equipment Entrance units Show Installation (cont.) Meeting room

19

7.1 BWC SELECTION COMMITTEE A selection committee composed of BWC-DSH personnel will evaluate the proposals. Thecomposition of the committee will remain consistent for all responses. The selection committee will beresponsible for documenting and tabulating the scores for all responses. 7.2 EVALUATIONS APPROACH BWC-DSH’s approach to evaluation of responses to this proposal will consist of the following twophases: Phase I Verifies compliance by a respondent to the minimum requirements of the RFP.

This phase is simply making sure the respondent addressed each minimumrequirement.

Phase II Evaluates the response based upon a point scale rating of the content and

technical requirements. 7.3 PHASE I MINIMUM REQUIREMENTS The first phase of the evaluation process consists of a review of all proposals received to ensure thateach proposal meets the minimum administrative and professional requirements identified below: Administrative Requirements 1. The Vendor must submit three copies of the proposal by the deadline. 2. The Vendor must sign and seal all three copies of the proposal. 3. The Vendor Proposal must include:

• Awareness of Event• Cover Letter• Time line/action schedule• Proposed Floor Plan• 9.0 SHOW MANAGEMENT (BWC-DSH) RATES• Proof of Insurance and Proof of Workers’ Compensation Coverage• Vendor Credentials• Graphics• Inventory List• Conflict of Interest Statement

Proposal Rejection Criteria The following list details some of the most common submission errors that shall be grounds forrejection of proposal.• failure to sign all copies of the Proposal;• failure to identify RFP Bid Number and OHIO SAFETY CONGRESS & EXPO: EVENT

DECORATOR AND SERVICE CONTRACTOR on the outside envelope;• failure to submit three copies for evaluation purposes;• failure to meet the deadline for submission;• mailing proposal with insufficient postage; and,• taking exception to mandatory technical terms, conditions, and requirements of the contract.

Proposals that have been determined not to have met one or more of the mandatory requirementswill be excluded from any further consideration or scoring.

7.4 PHASE II POINT SCALE RATINGProposals that have met the minimum requirements will undergo detailed evaluation based upon apoint scale rating of the content and technical requirements. A maximum point value has beenassigned to each requirement. An evaluator will assign a score, from zero to the maximum scoreavailable, depending on the Vendor’s response to the requirement. The maximum points totaled forall six categories listed below is 100 points.

Page 19: REQUEST FOR PROPOSAL by the STATE OF OHIO …...Forklift rodeo arena and courses Exhibitor lounge Show management booth equipment Entrance units Show Installation (cont.) Meeting room

20

Category Maximum PointsEvent Awareness 10Cost to show management 20Cost to exhibitors 20Vendor Credentials 15Graphics capabilities 15Project Approach 20Total 100

A. Event Awareness 10 Points The evaluation for event awareness consists of scoring the Vendor’s ability to illustrate to thereview panel their knowledge of the event. The Vendor should describe the level of contactto the event.

B. Cost to show management (BWC-DSH) 20 PointsThe evaluation for cost to show management consists of scoring the cost of the proposedevent decorator and service contractor contract in relation to the average costs of all vendors.Vendors costs must be based on the requirements identified in Scope of Services, Section5.0 and shall be prepared according to the specifications in Show Management Rates,Section 9.0

The calculation of the points from the cost is as follows:Average cost is the average of the total proposed cost to BWC of all vendors.Maximum raw cost score is the largest raw cost score of all vendors.

Calculation:Raw cost score = [100 x (Average cost – Vendor cost)/Average cost] + 100Points = Raw cost score x 20/Maximum raw cost score

C. Cost to exhibitors 20 PointsThe evaluation for cost to exhibitors consists of scoring the cost of the proposed eventdecorator and service contractor contract in relation to the average costs of all vendors.Vendors costs must be based on the requirements identified in Scope of Services, Section5.0 and shall be prepared according to the specifications in exhibitor rates, Section 9.0. Per-unit cost for each item will be calculated by using the average of the discount and floor cost.

The calculation of the points from the cost is as follows:Average cost is the average of the total proposed cost to BWC of all vendors.Maximum raw cost score is the largest raw cost score of all vendors.

Calculation:Raw cost score = [100 x (Average cost – Vendor cost)/Average cost] + 100Points = Raw cost score x 20/Maximum raw cost score

D. Vendor Credentials 15 PointsA maximum of 20 points will be awarded based on the degree of experience in providingevent decorator and service contractor services to events similar to the Ohio Safety Congress& Expo. The Vendor shall demonstrate proven experience in tradeshow management byproviding documentation of events they have contracted with.

BWC requires the Vendor to provide a history statement to include the number of years ofexperience in tradeshow management. Vendor shall include an inventory list and statementof financial position.

BWC reserves the right to verify all references submitted by the vendor.

Page 20: REQUEST FOR PROPOSAL by the STATE OF OHIO …...Forklift rodeo arena and courses Exhibitor lounge Show management booth equipment Entrance units Show Installation (cont.) Meeting room

21

E. Graphics capabilities 15 PointsA maximum of twenty points will be awarded based on the ability of the Vendor to re-creategraphic elements used in event marketing materials. Points will be awarded based on theability to create graphic elements digitally with compatible formats used by BWC’s graphicsdepartment as described in section 6.7 Graphics.

F. Project Approach 20 PointsThe evaluation of project approach shall be based on the time line/action plan submitted bythe Vendor and the Vendor’s demonstrated ability to think clearly, creatively, and logically.The action plan will be evaluated for its comprehensiveness, creativity and clarity.

VIII. AWARD OF CONTRACT

8.0 AWARD PROCEDUREThe overall point score for those proposals scored in the final phase will determine the selectedVendor. All Vendors shall be notified by letter of the selection decision. No information will bereleased by BWC until the official announcement of award. All offers tendered in response to thisRFP shall remain open for a period of 45 days from the date upon which proposals submitted inresponse hereto are due.

BWC reserves the right to reject any and all proposals received in response to this RFP. Theevaluation committee may waive minor defects that are not material when no prejudice will result tothe rights of any other Vendors, the public, or BWC.

If BWC awards a contract pursuant to this RFP, and the Contractor is unable or unwilling to performthe work within a reasonable time after the contract award under the terms and conditions of theRFP, BWC reserves the right to deem the inability or unwillingness to perform the work to be awithdrawal of that Contractor’s proposal and BWC may evaluate any remaining proposals for award ofthe contract.

8.1 CONTRACT EXECUTIONBWC will provide the successful Vendor a contract for execution. If Vendor fails to execute suchcontract within a reasonable time, BWC reserves the right to reject the proposal and award thecontract to the next highest scoring Vendor until a contract is negotiated, or BWC decides not tocontract.

Page 21: REQUEST FOR PROPOSAL by the STATE OF OHIO …...Forklift rodeo arena and courses Exhibitor lounge Show management booth equipment Entrance units Show Installation (cont.) Meeting room

22

9.0 SHOW MANAGEMENT (BWC-DSH) RATES

9.1 Cincinnati 2004

SHOW MANAGEMENT RATES 2004 Qty Unit

Per Unit TotalRegistration Area

Registration Counter and Header (14) 14 eachStanchions and Rope (250 ln ft) 250 ln ft6’ X 30” Skirted Table (12) 14 each8’ X 40” Tables Skirted 4 Sides (14) 14 each3’ Drape (150 ln ft) 150 ln ft4’ X 8’ Velcro Vertical Panels (2) 2 eachAdjustable, cushioned office chair, with rollers (20) 20 eachWastebaskets 12 eachBadge Recycle Boxes 2 each3' High Drape between registration counters 50 ln ft15' High Drape behind registration counters 200 ln ft22 x 28 sign holders 6 each

Lead Retrieval Service Desk

Registration Counter and Header 2 each6’ X 30” Skirted Table (3) 3 eachWastebasket 1 eachAdjustable, cushioned office chair, with rollers (2) 2 each8’ Drape (50 ln ft) 50 ln ft

Information Area

Information Counter and Header 1 eachAdjustable, cushioned office chair, with rollers (2) 2 each4' x 6' tack board 2 each8’ Drape (20 ln ft) 20 ln ft

Exhibit Floor - Hall A & B

10’ X 10’ Booth (approx. 250) 300 each20’ X 20’ Booth (approx. 3) 3 eachNon-revenue booth (approx. 15) 20 each7” X 44” Exhibitor Identification Sign (approx. 250) 250 ln ft8’ Wide Aisle Carpet 1500 ln ft9’ Wide Aisle Carpet 3750 ln ft8’ Blockout Drapery 200 ln ftAisle Signs 10 each

Page 22: REQUEST FOR PROPOSAL by the STATE OF OHIO …...Forklift rodeo arena and courses Exhibitor lounge Show management booth equipment Entrance units Show Installation (cont.) Meeting room

23

Exhibit Lounge Qty Unit Per Unit Total

8' Masking Drape (120 ln ft.) 120 ln ft30' x 30' Carpet 90 sq.yd

SHOW MANAGEMENT RATES

Show Management Booth

6' x 40" skirted tables (2) 4 each6' x 30" skirted tables (2) 4 each8' x 30" skirted tables (2) 4 eachCarpet 20' X 40' 80 sq. yd

Entrance Units Hall B

Exhibit HallCustom Entrance Unit with Towers, graphics and logos inshow colors

2 each

Entrance Unit - Meeting Rooms B200-C226Custom Entrance Unit to compliment Ballroom 1 each

Meeting Room Equipment

8’ Back Drape 100 ln ftStage Skirting 100 ln ft16’ Back Drape 250 ln ft21' Back Drape 250 ln ftSkirted head tables 12 each

Signage

22" x 28" Signs - 10 words or less 20 each28" x 44" Signs - 10 words or less 15 each

Storage Room

Easels 15 each8' Drape 50 ln ft6' Skirted Tables 6 eachTwo Way Radios with ear pieces and chargers 9 each

Forklift Rodeo

3' High Drape 350 ln ft8' High Drape 750 ln ft8' Skirted Tables 5 each

Page 23: REQUEST FOR PROPOSAL by the STATE OF OHIO …...Forklift rodeo arena and courses Exhibitor lounge Show management booth equipment Entrance units Show Installation (cont.) Meeting room

24

Material Handling Qty Unit Per Unit Total

Transport show management freight from Pickerington toCincinnati Convention Center (Roundtrip)

8,000lb.

each

Load / Unload Show Management Freight 250 cwt.Labor - Hang Banners, Erect Show Management Booth, etc. Straight Time 40 hours Overtime 10 hours

Subtotals

EXHIBITOR RATES

Standard Furniture Rental Discount Floor

2’ X 6’ X 30” Skirted Table2’ X 8’ X 30” Skirted Table2’ X 6’ X 40” Skirted Table2’ X 8’ X 40” Skirted Table9’ X 10’ Carpet9’ X 20’ CarpetArmless ChairWastebasketShow Management Booth Package ( 9' x 10' carpet, upholstered armchair, 6' x2' x 30" skirted table, wastebasket)

Audio Visual Equipment

19” TV, VHS Video Player, Cart

Material Handling

Advanced Shipments Received at WarehouseOn-site Shipments Received at FacilityBooth Installation Labor - Straight TimeBooth Installation Labor - Overtime

Indicate Overtime Hours

Floor Plan Production

Design & Produce floor plan for Halls A & B to accommodate 265 - 10' x 10' exhibit booths and 270'x120'area for forklift rodeo competition in halls A & B and riser seating for approx. 400 people.

Page 24: REQUEST FOR PROPOSAL by the STATE OF OHIO …...Forklift rodeo arena and courses Exhibitor lounge Show management booth equipment Entrance units Show Installation (cont.) Meeting room

25

9.2 Columbus 2005

SHOW MANAGEMENT RATES 2005 Qty Unit

Per Unit TotalRegistration Area

Registration Counter and Header (14) 14 eachStanchions and Rope (250 ln ft) 250 ln ft6’ X 30” Skirted Table (12) 14 each8’ X 40” Tables Skirted 4 Sides (14) 14 each3’ Drape (150 ln ft) 150 ln ft4’ X 8’ Velcro Vertical Panels (2) 2 eachAdjustable, cushioned office chair, with rollers (20) 20 eachWastebaskets 12 eachBadge Recycle Boxes 2 each3' High Drape between registration counters 50 ln ft15' High Drape behind registration counters 200 ln ft22 x 28 sign holders 6 each

Lead Retrieval Service Desk

Registration Counter and Header 2 each6’ X 30” Skirted Table (3) 3 eachWastebasket 1 eachAdjustable, cushioned office chair, with rollers (2) 2 each8’ Drape (50 ln ft) 50 ln ft

Information Area

Information Counter and Header 1 eachAdjustable, cushioned office chair, with rollers (2) 2 each4' x 6' tack board 2 each8’ Drape (20 ln ft) 20 ln ft

Exhibit Floor - Hall A & B

10’ X 10’ Booth (approx. 250) 300 each20’ X 20’ Booth (approx. 3) 3 eachNon-revenue booth (approx. 15) 20 each7” X 44” Exhibitor Identification Sign (approx. 250) 250 ln ft8’ Wide Aisle Carpet 1500 ln ft9’ Wide Aisle Carpet 3750 ln ft8’ Blockout Drapery 200 ln ftAisle Signs 10 each

Page 25: REQUEST FOR PROPOSAL by the STATE OF OHIO …...Forklift rodeo arena and courses Exhibitor lounge Show management booth equipment Entrance units Show Installation (cont.) Meeting room

26

Exhibit Lounge Qty Unit Per Unit Total

8' Masking Drape (120 ln ft.) 120 ln ft30' x 30' Carpet 90 sq.yd

SHOW MANAGEMENT RATES

Show Management Booth

6' x 40" skirted tables (2) 4 each6' x 30" skirted tables (2) 4 each8' x 30" skirted tables (2) 4 eachCarpet 20' X 40' 80 sq. yd

Entrance Units Hall B

Exhibit HallCustom Entrance Unit with Towers, graphics and logos inshow colors

2 each

Entrance Unit - Meeting Rooms B200-C226Custom Entrance Unit to compliment Ballroom 1 each

Meeting Room Equipment

8’ Back Drape 100 ln ftStage Skirting 100 ln ft16’ Back Drape 250 ln ft21' Back Drape 250 ln ftSkirted head tables 12 each

Signage

22" x 28" Signs - 10 words or less 20 each28" x 44" Signs - 10 words or less 15 each

Storage Room

Easels 15 each8' Drape 50 ln ft6' Skirted Tables 6 eachTwo Way Radios with ear pieces and chargers 9 each

Forklift Rodeo

3' High Drape 350 ln ft8' High Drape 750 ln ft8' Skirted Tables 5 each

Page 26: REQUEST FOR PROPOSAL by the STATE OF OHIO …...Forklift rodeo arena and courses Exhibitor lounge Show management booth equipment Entrance units Show Installation (cont.) Meeting room

27

Material Handling Qty Unit Per Unit Total

Transport show management freight from Pickerington toCincinnati Convention Center (Roundtrip)

8,000lb.

each

Load / Unload Show Management Freight 250 cwt.Labor - Hang Banners, Erect Show Management Booth, etc. Straight Time 40 hours Overtime 10 hours

Subtotals

EXHIBITOR RATES

Standard Furniture Rental Discount Floor

2’ X 6’ X 30” Skirted Table2’ X 8’ X 30” Skirted Table2’ X 6’ X 40” Skirted Table2’ X 8’ X 40” Skirted Table9’ X 10’ Carpet9’ X 20’ CarpetArmless ChairWastebasketShow Management Booth Package ( 9' x 10' carpet, upholstered armchair, 6' x2' x 30" skirted table, wastebasket)

Audio Visual Equipment

19” TV, VHS Video Player, Cart

Material Handling

Advanced Shipments Received at WarehouseOn-site Shipments Received at FacilityBooth Installation Labor - Straight TimeBooth Installation Labor - Overtime

Indicate Overtime Hours

Floor Plan Production

Design & Produce floor plan for Halls A & B to accommodate 265 - 10' x 10' exhibit booths and 270'x120'area for forklift rodeo competition in halls A & B and riser seating for approx. 400 people.