Quote No. D Q1 Addendum No. 002 Page 1 of 5

Size: px
Start display at page:

Download "Quote No. D Q1 Addendum No. 002 Page 1 of 5"

Transcription

1 Quote No. D Q1 Addendum No. 002 Page 1 of 5 ATTENTION ALL POTENTIAL BIDDERS: PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA MOTOROLA RADIO CAPACITY PLUS TRBO NSM ADDENDUM NO. 002 DATE OF ADDENDUM: April 30, 2012 MUST ADDENDUM. READ CAREFULLY AND FOLLOW ALL INSTRUCTIONS. Information included in this Addendum will have a material impact on the submittal for this solicitation. All MUST addenda are considered a matter of responsiveness and must be returned with your Quotation. MUST addenda must be returned with your Quotation submittal or acknowledged on the Quote Sheet Form. All revised Quote Sheets must be returned with your Quotation. Failure of a Submitter to or acknowledge the addenda and shall be cause for rejection of the bid. Return Addendum with QUOTATION Submittal or Acknowledge on the Bid Sheet TO ALL PROSPECTIVE BIDDERS, PLEASE NOTE THE FOLLOWING CHANGES AND CLARIFICATIONS: 1. QUOTE OPENING. The Quote Opening Date has been revised as follows: Thursday, May 3, 2012 at 5:00 p.m. 2. SHIPPING: F.O.B. DELIVERY POINT All prices quoted must be F.O.B. delivery point. Title and risk of loss or damage to all items shall be the responsibility of the contractor until accepted by the County. 3. The Quote Sheets have been revised and are attached. These bid sheets MUST be completed and returned with your quotation submittal. 4. All other terms, condtions and specification remain unchanged for this Quotation No. D Q1. 5. *Motorola Rebate Savings may be a factor in the award. Total price must be factored and itemized on Quote Sheet. NAME OF COMPANY: Addendum Form 3 02/23/2012

2 Quote No. D Q1 Addendum No. 002 Page 2 of 5 Quote Sheet Motorola Radio Capacity Plus TRBO Solution Equipment Vendor Requirements: Vendor affirms that it is a Motorola Radio Solutions Authorized Dealer/Seller of MOTOTRBO Digital product(s) offered herein on or before the opening date, and warranty offered is the manufacturer s warranty with Broward County recorded as the original purchaser. YES NO Specifications: Broward County reserves the right to request proof thereof prior to award. All prices submitted are to be on the form below. Prices quoted should be in unit of measure shown. Commodity No. / Line Description 1. CC# MOTOTRBO XPR MHZ 4W 160CH GPS Manufacture Part Number: AAH55TDH9LA1AN including: 1.a QA02005AA - CONNECT PLUS TRUNKING OPERATION 1.b QA01227AC - USER GUIDE 1.c QA00985AA - GPS FLD MNP ANT MHZ Qty. / Unit Unit Price Total Unit Price Installation and/or Programming not included. Programming - Does not include Template Creation 2. CC# CONNECT PLUS FEATURE LICENSE KEY Manufacture Part Number: HKLN4457A 25 / 25 / 3. CC# MOTOTRBO XPR M 1-40W 160CH GPS Manufacture Part Number: AM27TRH9LA1A including: 3.a QA CONNECT PLUS TRUNKING OPERATION Installation and/or Programming not included. Programming - Does not include Template Creation 4. CC# CONNECT PLUS FEATURE LICENSE KEY Manufacture Part Number: HKLN / 200 / Addendum Form 3 02/23/2012

3 Quote No. D Q1 Addendum No. 002 Page 3 of 5 Commodity No. / Line Description 5. CC# MOTOTRBO XPR M 1-40W 160CH GPS Manufacture Part Number: AAM27TRH9LA1AN including: 5.a B65CK - STD MOUNTING BRACKET 5.b QA00588AE - CONNECT PLUS TRUNKING OPERATION 5.c B71FG- STD MICROPHONE Qty. / Unit Unit Price Total Unit Price Installation and/or Programming not included. Programming - Does not include Template Creation 6. CC# CONNECT PLUS FEATURE LICENSE KEY Manufacture Part Number: HKLN4457A 7. CC# POWER SUPPLY 14V 15A UNI 110/240 VAC Manufacture Part Number: HPN4007C 8. CC# LTD DESKTOP MOBILE MIC Manufacture Part Number: RMN5050A 9. CC# BASE TRAY W/O SPKR ARIANE Manufacture Part Number: GLN7318A 10. CC# IMPRES MUC W/DISPLAY - US/NA PLUG Manufacture Part Number: WPLN4219A 11. CC# KIT,MOTOTRBO REMOTE MNT ADAPTOR KIT Manufacture Part Number: PMLN CC# KIT,CABLE,MOTOTRBO REMOTE 5 METER Manufacture Part Number: PMKN4073A 13. CC# MODEL II HANDSET KIT Manufacture Part Number: HMN4098A 14. CC# CPS R6.0 GLOBAL MOTOTRBO Manufacture Part Number: RVN5115T Includes Programming software for XPR Radio 10 / 10 / 20 / 15 / 15 / 200 / 200 / 200 / Addendum Form 3 02/23/2012

4 Quote No. D Q1 Addendum No. 002 Page 4 of 5 Commodity No. / Line Description 15. CC# XPR MOBILE PROGRAMMING CABLE Manufacture Part Number: PMKN4010B 16. CC# XPRPORTABLE PROGRAMMING CABLE Manufacture Part Number: PMKN4012B 17. CC# MOTOTRBO XPR M 1-40W 160CH GPS Manufacture Part Number: AAM27TRH9LA1AN including: 17.a QA00588AA - CONNECT PLUS TRUNKING OPERATION Installation and/or Programming not included. Programming - Does not include Template Creation 18. CC# CONNECT PLUS FEATURE LICENSE KEY Manufacture Part Number: HKLN4457A 19. CC# KEY LOCK TRUNNION Manufacture Part Number: RLN6079A 20. CC# MOTOTRBO BASE STATION, MTR 3000 BASE RADIO Manufacture Part Number: T3000A INCLUDING: 20.a X540MT - UHF 100W POWER ( ) 20.b X153BA - RACK MOUNT HARDWARE 21. CC# MOTOTRBO MTR3000 CAPACITY PLUS SW UPGRADE Manufacture Part Number: HKLN4439A 22. CC# HP PROCURVE SWITCH (J9019B) US/CAN PLUG Manufacture Part Number: DSJ9019B 23. CC# RACK MT ADAPTER PLATE, 19 IN FOR DSOP820B, DSOP820B2 & DSNSOP820B Manufacture Part Number: DS CC# SDMOFR03RXCK, 3 CH RX CABLE KIT, SHORT DUAL RACK Manufacture Part Number: DSSDMOFR03RXCK Qty. / Unit Unit Price Total Unit Price 2 / 2 / 36 / 36 / 30 / 3 / 3 / Addendum Form 3 02/23/2012

5 Quote No. D Q1 Addendum No. 002 Page 5 of 5 Commodity No. / Line Description 25. CC# SDMOFR03TXCK, 3 CH TX CABLE KIT, SHORT DUAL RACK Manufacture Part Number: DSSDMOFR03TXCK 26. CC# MOTOTRBO MTR3000 MTRBO ENHANCED GPS PER REPEATER Manufacture Part Number: HKLN CC# TRBOnet APPLICATION SOFTWARE PACKAGE Manufacture Part Number: TRBOnet Basic TRBOnet Package includes the following licences: 1 - TRBOnet.Enterprise Server License 1 - Dispatch Console Licenses 15 - Subscriber Unit Licenses 27.a CC# TRBOnet Additional Subscriber Units Manufacture Part Number: TRBOnet 27.b CC# TRBOnet Additional Dispatch Console Licenses Manufacture Part Number: TRBOnet Qty. / Unit Unit Price Total Unit Price 335 / 3 / Total Price *Less Motorola Two-Way Radios Rebate Savings/Incentive Net Total Price *Rebate Savings to be reflected in the Net Total Price. Addendum Form 3 02/23/2012

6 Quote No. D Q1 Addendum No. 001 Page 1 of 1 ATTENTION ALL POTENTIAL BIDDERS: PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA MOTOROLA RADIO CAPACITY PLUS TRBO NSM ADDENDUM NO. 001 DATE OF ADDENDUM: April 16, 2012 SHOULD ADDENDUM. Information included in this Addendum is for clarification purposes. This Addendum SHOULD be acknowledged on the Bid Sheet Form/Bid Tender Form or returned with your Bid submittal. TO ALL PROSPECTIVE BIDDERS, PLEASE NOTE THE FOLLOWING CHANGES AND CLARIFICATIONS: 1. The Quote Opening Date has been delayed until further notice. 2. Addendum No. 002 will be issued to address questions received on Friday, April 13, NAME OF COMPANY: Addendum Form 3 02/23/2012

7 Page: 1 of 22 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated at the address indicated UNTIL THE CLOSE OF BUSINESS AT 5:00 PM ON 04/16/2012 * QUOTES MAY BE FAXED TO (954) QUOTATION REQUEST Board of County Commissioners, Broward County, Florida PURCHASING DIVISION 115 S. Andrews Avenue Room 212 Fort Lauderdale, Florida QUOTATION MUST BE SIGNED IN INK By signature I acknowledge and agree to pages 1 thru 22 and abide by all conditions contained in this quotation as well as any special instruction sheet(s) if applicable. Payment terms 30 Days from receipt of materials and/or services and receipt of a proper invoice; delivery FOB Destination. Company Name: (Please Print) Address: Quotation No.: D Q1 Date: 4/11/2012 Purchasing Agent: Leahann Licata Phone number: Requisition No. RQS MT Signature: Name / Title: (Please Print) Date: PH: FX: Fixed Contract: Quotations are hereby requested on a fixed basis to provide Motorola Radio Capacity Plus TRBO Solution Equipment for the Broward County Transit Department in accordance with the specifications as set forth in this quotation request. Terms & Conditions: Attached Terms and Conditions dated December 15, 2011, numbered 1 thru 33, apply to this solicitation. For quotations over $50,000, an original signed copy of the Quote Request must be submitted to the Purchasing Division prior to award. Quotations must be received in the Purchasing Division by the time and date requested in the upper left corner of this document. Quotations may be faxed to (954) Prices shall be quoted F.O.B. Destination, freight included and shall be inclusive of all costs. Current and/or anticipated applicable fuel costs should be considered and included in the price quoted.

8 Page: 2 of 22 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated at the above address UNTIL THE CLOSE OF BUSINESS AT 5:00 PM ON 04/16/2012 * QUOTES MAY BE FAXED TO (954) QUOTATION REQUEST Board of County Commissioners, Broward County, Florida PURCHASING DIVISION 115 S. Andrews Avenue Room 212 Fort Lauderdale, Florida Quotation No.: D Q1 Date: 4/11/2012 Purchasing Agent: Leahann Licata Phone number: Requisition No. RQS MT Company Name: (Please Print) Signature: For All Commodity Contracts (Fixed or Open End): Vendor represents that its business is regularly engaged in and routinely sells the product(s) offered within this quotation request. YES NO Vendor affirms that it is an authorized dealer/seller of the product(s) offered herein on or before the opening date, and warranty offered is the manufacturer s warranty with Broward County recorded as the original purchaser. YES NO Broward County reserves the right to request proof thereof prior to award. For All Contracts: Quotation responses shall be on this form and must be signed or they may be declared non-responsive. Quotations must be typed or printed in ink. Signatures should be in "blue" ink. If a specific basis for award is not established in this quotation request, the award shall be to the responsible Vendor with the lowest responsive bid meeting the written specifications. Addenda to Quotation Requests: Quotation Requests may require Addenda be issued to them. An Addendum in some way modifies information from the original quotation request, i.e., to announce changes in the quote opening date, specifications, terms, conditions, or modifications to the bid sheet. In addition, some addenda are mandatory (i.e. MUST be acknowledged and returned with your quotation prior to the opening). Anyone quoting or contemplating quoting should check the Purchasing Division s website for posted addenda if you did not receive the initial quotation request by . All vendors shall be responsible for monitoring this website for posted addenda. Award Options: As the best interest of the County may require, the right is reserved to make award(s) by individual commodities, group of commodities, all or none or any combination thereof. Local Business Tax Receipt Requirements: All vendors maintaining a business address within Broward County must have and provide a copy of a current Broward County Local Business Tax Receipt prior to contract award. The Contractor should provide a copy of their Local Business Tax Receipt within five (5) business days upon the request of the Purchasing Agent. Failure to do so may result in your quote being deemed non-responsive. For further information on obtaining or renewing your firm s Local Business Tax Receipt, contact the Records, Taxes and Treasury Division at (954)

9 Page: 3 of 22 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated at the above address UNTIL THE CLOSE OF BUSINESS AT 5:00 PM ON 04/16/2012 * QUOTES MAY BE FAXED TO (954) QUOTATION REQUEST Board of County Commissioners, Broward County, Florida PURCHASING DIVISION 115 S. Andrews Avenue Room 212 Fort Lauderdale, Florida Quotation No.: D Q1 Date: 4/11/2012 Purchasing Agent: Leahann Licata Phone number: Requisition No. RQS MT Company Name: (Please Print) Signature: Contacts: For technical questions regarding the commodities/services listed in this quote, contact Ian Pereira, Senior IT Specialist of the Enterprise Technology Services/Broward County Transit Division at or by at ipereira@broward.org. For information regarding bidding procedures, terms and conditions, contact Leahann Licata, of the Purchasing Division,at or by at llicata@broward.org. Insurance Requirements: Insurance Requirements for Automobile Liability are not applicable where delivery will be made by a third party carrier. All vendors that will be making deliveries in their own vehicles are required to provide proof of insurance for Automobile Liability and other pertinent coverages per the attached sample, prior to award. If deliveries are being made by a third party carrier, other pertinent coverages listed on the certificate are still required. If available, vendor should submit Certificate of Insurance (COI) with their Quotation. The vendor recommended for award should submit satisfactory COI no later than 5 business days of request or their Quotation may be rejected. Prior to submission, vendor should ensure that all insurance requirements conform to attached sample. Manufacturer/Brand/Model Specific Request: This is a manufacturer/brand/model specification. No substitutions will be allowed.

10 Page: 4 of 22 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated at the above address UNTIL THE CLOSE OF BUSINESS AT 5:00 PM ON 04/16/2012 * QUOTES MAY BE FAXED TO (954) QUOTATION REQUEST Board of County Commissioners, Broward County, Florida PURCHASING DIVISION 115 S. Andrews Avenue Room 212 Fort Lauderdale, Florida Quotation No.: D Q1 Date: 4/11/2012 Purchasing Agent: Leahann Licata Phone number: Requisition No. RQS MT Company Name: (Please Print) Signature: Contractor Responsibilities: The CONTRACTOR will be responsible for the provision and performance of all equipment, materials, offered in their Quote. The CONTRACTOR is in no way relieved of the responsibility for the performance of all equipment furnished, or of assuring the timely delivery of materials, equipment, etc. even though it is not of their own manufacture. CONTRACTOR shall perform the Work with its own organization, amounting to not less than one hundred percent of the Contract Price. The Contract Administrator will document the contractor s performance by completing a Vendor Performance Evaluation Form. A blank Performance Evaluation Form may be viewed at: and will be completed by the Contract Administrator based upon the following factors: i. For any fixed construction or services contract valued at $50,000 or more upon completion of the contract. ii. For any hardware or software implementation contracts valued at $20,000 or more as part of the final acceptance. iii. For any fixed commodities contract valued at $250,000 or more upon complete delivery of the commodities iv. For Master (open-end) Agreements and other continuing contracts by each using agency whose cumulative annual usage of the agreement exceeds $50,000, prior to any renewal, termination and upon the agreement expiration. v. For Work Authorizations valued at $30,000 or more, issued under a Library of Professional Consultant Services, a Library of Environmental Consultant Services, or other two-party agreement, upon project completion. vi. For contracts where the Office of Economic and Small Business Development (OESBD) has established goals, based on compliance with established goals and requirements. vii. The Contract Administrator may also initiate an interim evaluation at any time during the term for any contract. Federally Funded Projects: If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the County's Local Vendor Ordinance, Domestic Partnership Ordinance and Procurement Code will not be applied in the procurement process. Subcontracting: Not Applicable Special Notice/OSHA: Special notice: In accordance with OSHA Regulation 29 CFR (k) (2), bidders are notified of the presence of asbestos containing material and/or presumed asbestos containing material at some Broward County locations.

11 Page: 5 of 22 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated at the above address UNTIL THE CLOSE OF BUSINESS AT 5:00 PM ON 04/16/2012 * QUOTES MAY BE FAXED TO (954) QUOTATION REQUEST Board of County Commissioners, Broward County, Florida PURCHASING DIVISION 115 S. Andrews Avenue Room 212 Fort Lauderdale, Florida Quotation No.: D Q1 Date: 4/11/2012 Purchasing Agent: Leahann Licata Phone number: Requisition No. RQS MT Company Name: (Please Print) Signature: For IT Purchases: Date Standards: CONTRACTOR warrants that each item of software that it delivers, develops, modifies, or recommends to COUNTY for use under this Contract shall be able to accurately store and process date/time data in four (4) digit year fields (including, but not limited to, calculating, comparing, interfacing and sequencing) from, into, and between the nineteenth through the twenty-second centuries, and leap year calculations. The duration of this warranty and the remedies available to COUNTY for breach of this warranty shall be as defined in, and subject to, the terms and limitations of CONTRACTOR s warranties contained in this Contract; provided that notwithstanding any provision to the contrary in any such warranty provision(s), or in the absence of any such warranty provision(s), the remedies available to COUNTY under this warranty shall include repair or replacement, at no cost to COUNTY of any of the products whose noncompliance is discovered and made known to CONTRACTOR in writing, within three (3) year(s) after acceptance of the deliverables by COUNTY. Nothing in this warranty shall be construed to limit any rights or remedies COUNTY may otherwise have under this Contract. For Office of Transportation Purchases: This quotation request is Race Neutral and shall be state-funded. E Verify Program Certification (applicable only for state funded contracts): On January 4, 2011, Governor Scott issued Executive Order which requires Broward County, as a party to any State funded contracts, to participate in the Employment Eligibility Verification Program ( E Verify Program ) administered by the U.S. Department of Homeland Security ( DHS ). The Employment Eligibility Verification Program contractor Certification (Attachment B ) should be furnished within five (5) business days after request by the Purchasing Agent but prior to recommendation of award to the Board of County Commissioners. Failure to provide this certification may result in your bid being deemed non-responsive.

12 Page: 6 of 22 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated at the above address UNTIL THE CLOSE OF BUSINESS AT 5:00 PM ON 04/16/2012 * QUOTES MAY BE FAXED TO (954) QUOTATION REQUEST Board of County Commissioners, Broward County, Florida PURCHASING DIVISION 115 S. Andrews Avenue Room 212 Fort Lauderdale, Florida Quotation No.: D Q1 Date: 4/11/2012 Purchasing Agent: Leahann Licata Phone number: Requisition No. RQS MT Company Name: (Please Print) Signature: Non-Collusion Statement: By signing this offer, the vendor certifies that this offer is made independently and free from collusion. Vendor shall disclose below, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section (1) (c), Fla. Stat. (1989), who is an officer or director of, or has a material interest in, the vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. For purposes hereof, a person has a material interest if he or she directly or indirectly owns more than 5 percent of the total assets or capital stock of any business entity, or if he or she otherwise stands to personally gain if the contract is awarded to this vendor. Failure of a vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code. NAME RELATIONSHIPS In the event the vendor does not indicate any relationship by leaving the above section blank, the County will take this to mean the vendor means no such relationships exist. NAME OF COMPANY:

13 Page: 7 of 22 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated at the above address UNTIL THE CLOSE OF BUSINESS AT 5:00 PM ON 04/16/2012 * QUOTES MAY BE FAXED TO (954) QUOTATION REQUEST Board of County Commissioners, Broward County, Florida PURCHASING DIVISION 115 S. Andrews Avenue Room 212 Fort Lauderdale, Florida Quotation No.: D Q1 Date: 4/11/2012 Purchasing Agent: Leahann Licata Phone number: Requisition No. RQS MT Company Name: (Please Print) Signature: Vendor Requirements: Vendor affirms that it is a Motorola Radio Solutions Authorized Dealer/Seller of MOTOTRBO Digital product(s) offered herein on or before the opening date, and warranty offered is the manufacturer s warranty with Broward County recorded as the original purchaser. YES NO Specifications: Broward County reserves the right to request proof thereof prior to award. All prices submitted are to be on the form below. Prices quoted should be in unit of measure shown. Commodity No. / Line Description 1. CC# MOTOTRBO XPR MHZ 4W 160CH GPS Manufacture Part Number: AAH55TDH9LA1AN INCLUDING: 1.a QA02005AA - CONNECT PLUS TRUNKING OPERATION 1.b QA01227AC - USER GUIDE 1.c QA00985AA - GPS FLD MNP ANT MHZ Qty. / Unit Unit Price Total Unit Price Installation and/or Programming not included. Programming - Does not include Template Creation 2. CC# CONNECT PLUS FEATURE LICENSE KEY Manufacture Part Number: HKLN4457A 25 / 25 / 3. CC# MOTOTRBO XPR M 1-40W 160CH GPS Manufacture Part Number: AM27TRH9LA1A INCLUDING: 3.a QA CONNECT PLUS TRUNKING OPERATION Installation and/or Programming not included. Programming - Does not include Template Creation 4. CC# CONNECT PLUS FEATURE LICENSE KEY Manufacture Part Number: HKLN / 200 /

14 Page: 8 of 22 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated at the above address UNTIL THE CLOSE OF BUSINESS AT 5:00 PM ON 04/16/2012 * QUOTES MAY BE FAXED TO (954) QUOTATION REQUEST Board of County Commissioners, Broward County, Florida PURCHASING DIVISION 115 S. Andrews Avenue Room 212 Fort Lauderdale, Florida Quotation No.: D Q1 Date: 4/11/2012 Purchasing Agent: Leahann Licata Phone number: Requisition No. RQS MT Company Name: (Please Print) Signature: Commodity No. / Line Description 5. CC# MOTOTRBO XPR M 1-40W 160CH GPS Manufacture Part Number: AAM27TRH9LA1AN INCLUDING: 5.a B65CK - STD MOUNTING BRACKET 5.b QA00588AE - CONNECT PLUS TRUNKING OPERATION 5.c B71FG- STD MICROPHONE Qty. / Unit Unit Price Total Unit Price Installation and/or Programming not included. Programming - Does not include Template Creation 6. CC# CONNECT PLUS FEATURE LICENSE KEY Manufacture Part Number: HKLN4457A 7. CC# POWER SUPPLY 14V 15A UNI 110/240 VAC Manufacture Part Number: HPN4007C 8. CC# LTD DESKTOP MOBILE MIC Manufacture Part Number: RMN5050A 9. CC# BASE TRAY W/O SPKR ARIANE Manufacture Part Number: GLN7318A 10. CC# IMPRES MUC W/DISPLAY - US/NA PLUG Manufacture Part Number: WPLN4219A 11. CC# KIT,MOTOTRBO REMOTE MNT ADAPTOR KIT Manufacture Part Number: PMLN CC# KIT,CABLE,MOTOTRBO REMOTE 5 METER Manufacture Part Number: PMKN4073A 13. CC# MODEL II HANDSET KIT Manufacture Part Number: HMN4098A 10 / 10 / 20 / 15 / 15 / 200 / 200 / 200 /

15 Page: 9 of 22 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated at the above address UNTIL THE CLOSE OF BUSINESS AT 5:00 PM ON 04/16/2012 * QUOTES MAY BE FAXED TO (954) QUOTATION REQUEST Board of County Commissioners, Broward County, Florida PURCHASING DIVISION 115 S. Andrews Avenue Room 212 Fort Lauderdale, Florida Quotation No.: D Q1 Date: 4/11/2012 Purchasing Agent: Leahann Licata Phone number: Requisition No. RQS MT Company Name: (Please Print) Signature: Commodity No. / Line Description 14. CC# CPS R6.0 GLOBAL MOTOTRBO Manufacture Part Number: RVN5115T INCLUDES PROGRAMMING SOFTWARE FOR XPR RADIO 15. CC# XPR MOBILE PROGRAMMING CABLE Manufacture Part Number: PMKN4010B 16. CC# XPRPORTABLE PROGRAMMING CABLE Manufacture Part Number: PMKN4012B 17. CC# MOTOTRBO XPR M 1-40W 160CH GPS Manufacture Part Number: AAM27TRH9LA1AN INCLUDING: 17.a QA00588AA - CONNECT PLUS TRUNKING OPERATION Installation and/or Programming not included. Programming - Does not include Template Creation 18. CC# CONNECT PLUS FEATURE LICENSE KEY Manufacture Part Number: HKLN4457A 19. CC# KEY LOCK TRUNNION Manufacture Part Number: RLN6079A 20. CC# MOTOTRBO BASE STATION, MTR 3000 BASE RADIO Manufacture Part Number: T3000A INCLUDING: 20.a X540MT - UHF 100W POWER ( ) 20.b X153BA - RACK MOUNT HARDWARE 21. CC# MOTOTRBO MTR3000 CAPACITY PLUS SW UPGRADE Manufacture Part Number: HKLN4439A Qty. / Unit Unit Price Total Unit Price 2 / 2 / 36 / 36 / 30 / 3 / 3 /

16 Page: 10 of 22 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated at the above address UNTIL THE CLOSE OF BUSINESS AT 5:00 PM ON 04/16/2012 * QUOTES MAY BE FAXED TO (954) QUOTATION REQUEST Board of County Commissioners, Broward County, Florida PURCHASING DIVISION 115 S. Andrews Avenue Room 212 Fort Lauderdale, Florida Quotation No.: D Q1 Date: 4/11/2012 Purchasing Agent: Leahann Licata Phone number: Requisition No. RQS MT Company Name: (Please Print) Signature: Commodity No. / Line Description 22. CC# HP PROCURVE SWITCH (J9019B) US/CAN PLUG Manufacture Part Number: DSJ9019B 23. CC# RACK MT ADAPTER PLATE, 19 IN FOR DSOP820B, DSOP820B2 & DSNSOP820B Manufacture Part Number: DS CC# SDMOFR03RXCK, 3 CH RX CABLE KIT, SHORT DUAL RACK Manufacture Part Number: DSSDMOFR03RXCK 25. CC# SDMOFR03TXCK, 3 CH TX CABLE KIT, SHORT DUAL RACK Manufacture Part Number: DSSDMOFR03TXCK 26. CC# MOTOTRBO MTR3000 MTRBO ENHANCED GPS PER REPEATER Manufacture Part Number: HKLN CC# TRBOnet APPLICATION SOFTWARE PACKAGE Manufacture Part Number: TRBOnet Basic TRBOnet Package includes the following licences: 1 - TRBOnet.Enterprise Server License 1 - Dispatch Console Licenses 15 - Subscriber Unit Licenses 27.a CC# TRBOnet ADDITIONAL SUBSCRIBER UNITS Manufacture Part Number: TRBOnet 27.b CC# TRBOnet ADDITIONAL DISPATCH CONSOLE LICENSES Manufacture Part Number: TRBOnet Qty. / Unit Unit Price Total Unit Price 335 / 3 / Total Price

17 Page: 11 of 22 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated at the above address UNTIL THE CLOSE OF BUSINESS AT 5:00 PM ON 04/16/2012 * QUOTES MAY BE FAXED TO (954) QUOTATION REQUEST Board of County Commissioners, Broward County, Florida PURCHASING DIVISION 115 S. Andrews Avenue Room 212 Fort Lauderdale, Florida Quotation No.: D Q1 Date: 4/11/2012 Purchasing Agent: Leahann Licata Phone number: Requisition No. RQS MT Company Name: (Please Print) Signature: Delivery: Delivery is desired within 45 calendar days after receipt of Purchase Order. Failure to meet this delivery date may be deemed as non-responsive. Please indicate delivery time after receipt of Purchase Order: calendar days. Please indicate if delivery will be made by: Common Carrier Company Vehicle Other Warranty: Warranty will be for year(s), not to be less than one (2) years. Purchasing Cards (P-Cards): The County is considering making faster payments to our vendor community, in doing so we would prefer to make payment using Visa credit card. Would your company accept Visa credit card as payment from Broward County? YES NO ADDENDA: LIST BELOW ALL ADDENDA (IDENTIFIED BY NUMBER) THAT YOUR COMPANY HAS RECEIVED AND HEREBY ACKNOWLEDGES SINCE ISSUANCE OF THIS QUOTE: Ship To: (All commodities unless otherwise indicated) Ian Pereira Broward County Transit 3201 West Copans Road Pompano Beach, FL

18 Page 12 of 22 QUOTATION NO. D Q1 VENDOR QUESTIONNAIRE INFORMATION CONTAINED IN THIS DOCUMENT WILL BE USED BY THE COUNTY IN DETERMINING THE RESPONSIBILITY OF A RESPONDENT. THERE MUST BE A RESPONSE TO ALL QUESTIONS IN THIS DOCUMENT. INFORMATION MUST EITHER BE PROVIDED OR AN INDICATION OF NONE (IF APPROPRIATE). DO NOT USE N/A AS A RESPONSE TO ANY QUESTION. THIS COMPLETED FORM, INCLUDING A RESPONSE TO ALL QUESTIONS, SHOULD BE SUBMITTED WITH THE SOLICITATION; HOWEVER, IT MUST BE SUBMITTED WITHIN FIVE (5) WORKING DAYS OF THE COUNTY S REQUEST. FAILURE TO PROVIDE THE COMPLETED FORM MAY RESULT IN THE SOLICITATION BEING DEEMED NON-RESPONSIVE. The undersigned authorized representative of the Respondent certifies the truth and accuracy of all statements and the answers contained herein. 1. How many years has your organization been in business? 1A. What type of service/commodity does your company offer? 2. What is the last project of this nature that you have completed? 3. Have you ever failed to complete any work or not timely shipped commodities awarded to you? If yes, when and why? 3A. Give owner names, addresses and telephone numbers, and surety and project names, for all projects for which you have performed work, where your surety has intervened to assist in completion of the project, whether or not a claim was made. NAME OF COMPANY:

19 Page 13 of 22 QUOTATION NO. D Q1 VENDOR QUESTIONNAIRE (Continued) 4. Give names, addresses and telephone numbers of three individuals, corporations, agencies, or institutions for which you have performed work of a similar nature or sold similar commodities to in the past three (3) years: 4.1 (Organization/Company) (Project Name) (Contact Name) (Address) (Phone No.) (Contract Number) (Project Value) (Date Services Provided) Scope of Project 4.2 (Organization/Company) (Project Name) (Contact Name) (Address) (Phone No.) (Contract Number) (Project Value) (Date Services Provided) Scope of Project 4.3 (Organization/Company) (Project Name) (Contact Name) (Address) (Phone No.) (Contract Number) (Project Value) (Date Services Provided) Scope of Project NAME OF COMPANY:

20 Page 14 of 22 QUOTATION NO. D Q1 VENDOR QUESTIONNAIRE (Continued) 5. List the following information concerning all contracts in progress as of the date of submission of this solicitation. (In case of co-venture, list the information for all co-venturers.) NAME OF PROJECT OWNER OF PHONE NO. TOTAL CONTRACT VALUE DATE OF COMPLETION PER CONTRACT % OF COMPLETION TO DATE (Continue list on insert sheet, if necessary.) 6. Has a representative of the Respondent completely inspected the proposed project site and does the Respondent have a complete plan for its performance? 7. State the name of your proposed project manager and superintendent and give details of his or her qualifications and experience in managing similar work. 8. State the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business and the address of the place of business. (If a corporation, state the name of the president and secretary. If a partnership, state the names of all partners. If a trade name, state the names of the individuals who do business under the trade name). 8.1 The correct name of the Respondent: NAME OF COMPANY:

21 Page 15 of 22 QUOTATION NO. D Q1 VENDOR QUESTIONNAIRE (Continued) 8.2 The business is a (Sole Proprietorship) (Partnership) (Corporation): 8.3 The address of principal place of business: 8.4 The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: 8.5 List all organizations which were predecessors to Respondent or in which the principals or officers of the Respondent were principals or officers. 9. List and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Respondent, its parent or subsidiaries or predecessor organizations during the past three (3) years. Include in the description the disposition of each such petition. 10. List and describe all successful Performance or Payment Bond claims made to your surety(ies) during the last three (3) years. The list and descriptions should include claims against the bond of the Respondent and its predecessor organization(s). NAME OF COMPANY:

22 Page 16 of 22 QUOTATION NO. D Q1 VENDOR QUESTIONNAIRE (Continued) 10.1 Has the Respondent, its principals, officers or predecessor organization(s) been debarred or suspended from bidding by any government during the last three (3) years? If yes, provide details. 11. LITIGATION HISTORY REQUIREMENT The County will consider a vendor's litigation history information in its review and determination of responsibility. All vendors are required to disclose to the County all "material" cases filed or resolved in the three (3) year period ending with the solicitation response due date, whether such cases were brought by or against the vendor, any parent or subsidiary of the vendor, or any predecessor organization. If the vendor is a joint venture, the information provided should encompass the joint venture (if it is not newly-formed for purposes of responding to the solicitation) and each of the entities forming the joint venture. For purpose of this disclosure requirement, a case includes lawsuits, administrative hearings and arbitrations. A case is considered to be "material" if it relates, in whole or in part, to any of the following: 1. A similar type of work that the vendor is seeking to perform for the County under the current solicitation; 2. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation; 3. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract; 4. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary); or 5. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants. Notwithstanding the descriptions listed in paragraphs 1 5 above, a case is not considered to be "material" if the claims raised in the case involve only garnishment, auto negligence, personal injury, or a proof of claim filed by the vendor. For each material case, the vendor is required to provide all information identified in the form attached as Attachment "A". A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the vendor's subcontractors/subconsultants proposed to work on this project. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the vendor being deemed non-responsive. Prior to making such determination, the vendor will have the ability to clarify the submittal and to explain why an undisclosed case is not material. NAME OF COMPANY:

23 Page 17 of 22 QUOTATION NO. D Q1 VENDOR QUESTIONNAIRE (Continued) 12. Only Applicable to Living Wage Contracts Not Applicable NAME OF COMPANY:

24 Page 18 of 22 QUOTATION NO. D Q1 ATTACHMENT A LITIGATION HISTORY FORM Party Vendor is Plaintiff Vendor is Defendant Case Name Case Number Date Filed Name of Court or other tribunal Type of Case Claim or Cause of Action and Brief description of each Count Brief description of the Subject Matter and Project Involved Civil Criminal Administrative/Regulatory Bankruptcy Disposition of Case Pending Settled Dismissed (Attach copy of any applicable Judgment, Settlement Agreement and Satisfaction of Judgment.) Opposing Counsel Judgment Vendor s Favor Judgment Against Vendor If Judgment Against, is Judgment Satisfied? Yes Name: Phone number: No NAME OF COMPANY:

25 Page 19 of 22 QUOTATION NO. D Q1 VENDORS LIST (NON-CERTIFIED SUBCONTRACTORS AND SUPPLIERS INFORMATION) Finance And Administrative Services Department Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, Florida Fax THIS FORM SHOULD BE SUBMITTED WITH THE BID; OR IF NOT SUBMITTED WITH BID, IT MUST BE SUBMITTED WITHIN 5 CALENDAR DAYS OF REQUEST FROM THE COUNTY Provide this information for any sub vendor(s) who will provide a service to the County for this solicitation. This includes major suppliers as well. 1. Firm s Name: 2. Firm s Address: 3. Firm s Telephone Number: Firm Address: 4. Contact Name and Position: 5. Alternate Contact Name and Position: 6. Alternate Contact Telephone Number: Address: 7. Bid/Proposal Number: Contracted Amount: 8. Type of Work/Supplies Bid: Award Date: 1. Firm s Name: 2. Firm s Address: 3. Firm s Telephone Number: Firm Address: 4. Contact Name and Position: 5. Alternate Contact Name and Position: 6. Alternate Contact Telephone Number: Address: 7. Bid/Proposal Number: Contracted Amount: 8. Type of Work/Supplies Bid: Award Date: I certify that the information submitted in this report is in fact true and correct to the best of my knowledge Signature Title Date Note: the information provided herein is subject to verification by the Purchasing Division. Use additional sheets for more subcontractors or suppliers as necessary.

26 Page 20 of 22 QUOTATION NO. D Q1

27 Page 21 of 22 QUOTATION NO. D Q1

28 Page 22 of 22 QUOTATION NO. D Q1 ATTACHMENT B EMPLOYMENT ELIGIBILITY VERIFICATION PROGRAM CONTRACTOR CERTIFICATION On January 4, 2011, Governor Scott issued Executive Order which requires Broward County as a party to any State funded contracts to participate in the Employment Eligibility Verification Program ( E-Verify Program ) administered by the U.S. Department of Homeland Security ( DHS ). The E-Verify Program can be found at and click on the E-Verify Homepage Link on the right side of the page. The County has entered into a Memorandum of Understanding with DHS governing the E-Verify Program. As a result of the adoption of the terms and conditions of the Memorandum of Understanding with DHS and Executive Order 11-02, any Contractor performing work pursuant to the State funded contract issued by the County is required to use the E-Verify Program to confirm employment eligibility of its current and prospective employees. The undersigned contractor hereby certifies that it will enroll and participate in the E-Verify Program, in accordance with the terms and conditions governing the use of the program by: (1) Verifying the employment eligibility of all persons employed during the contract term by the contractor to perform the work under this contract. (2) Enrolling in the E-Verify Program within thirty (30) days of the effective date of this contract by obtaining a copy of the Edit Company Profile page and make such record available to Broward County within seven days of request from the County. (3) Requiring all persons, including subcontractors, assigned by the Contractor to perform work under this contract to enroll and participate in the E-Verify Program within ninety (90) days of the effective date of this contract or within ninety (90) days of the effective date of the contract between the Contractor and the subcontractor, whichever is later. The Contractor shall obtain from the subcontractor a copy of the Edit Company Profile screen indicating enrollment in the E-Verify Program and make such record available to the County within seven calendar days from the County s request. (4) Displaying the notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system. (5) Initiate E-Verify verification procedures for new employees within 3 business days after the actual work start date of each new hire and thereafter shall respond appropriately to any additional requests from DHS or Social Security Administration (SSA). (6) Maintain records of its participation and compliance with the provisions of the E-Verify Program and make such records available to the County within seven days of County s request. (Contractor s Signature) STATE OF (Print Vendor Name) COUNTY OF The foregoing instrument was acknowledged before me this day of, 20, By (Name of person who's signature is being notarized) As of (Title) (Name of Corporation/Company) known to me to be the person described herein, or who produced (Type of Identification) as identification, and who did/did not take an oath. NOTARY PUBLIC: (Signature) (Print Name) My commission expires:

29 Page 1 of 3 STANDARD QUOTATION REQUEST TERMS AND CONDITIONS ALL QUOTATIONS ARE SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS DEFINITIONS - The Board of County Commissioners is hereinafter referred to as the Board. The Director of Purchasing is hereinafter referred to as the Director. This Quotation Request implies no obligation on the part of the Broward County Purchasing Division. The Director reserves the right to reject any or all quotations, or to accept any part of any quotation and reject the other part if in his or her opinion such action would be in the best interest of the Board. Upon acceptance of this quotation by the County, the terms of the quotation shall apply to all orders issued as a result of such acceptance. The Vendor agrees that the provisions included within this quotation form shall prevail over any conflicting provision within any standard form contract of the Vendor regardless of any language in Vendor s contract to the contrary. Any order resulting from this quotation will be subject to the following express conditions and agreements on the part of the successful Vendor. - DO NOT INCLUDE MORE THAN ONE QUOTE PER ENVELOPE 1. VENDOR: a. EXECUTION OF QUOTE: A. Quote must contain the signature of an individual authorized to bind the quoter. Quote must be typed or printed in ink. The ink should be blue ink. All corrections made by quoter to their quote must also be initialed. The Vendor s company name should also appear on each page of the quote sheet if required. B. No award will be made to a quoter who is delinquent in payment of any taxes, fees, fines, contractual debts, judgments, or any other debts due and owed to the County, or is in default on any contractual or regulatory obligation to the County. By signing and submitting this quote, quoter attests that it is not delinquent in payment of any taxes, fees, fines, contractual debts, judgments or any other debts due and owed to the County, nor is it in default on any contractual or regulatory obligation to the County. In the event the quoter's statement is discovered to be false, quoter will be subject to debarment and the County may terminate any contract it has with quoter. C. Quoter certifies by signing the quote that no principals or corporate officers of the firm were principals or corporate officers in any other firm which may be presently suspended or debarred from doing business with Broward County, unless so noted in the quote documents. D. By signing this quote, quoter attests that any and all statements, oral, written or otherwise, made in support of this quote, are accurate, true and correct. Quoter acknowledges that inaccurate, untruthful, or incorrect statements made in support of this quote may be used by the County as a basis for rejection of this quote, rescission of the award, or termination of the contract acknowledges that the termination of the contract because of a determination of an inaccurate, untruthful, or incorrect statement made in support of this quote may also serve as the basis for debarment of quoter pursuant to Section of the Broward County Administrative Code. b. PRICING Vendor shall insert unit price and extension against each item. In the event of a discrepancy between the unit price and the extension Group and/or Total, the unit price will govern. c. The vendor, in submitting this quotation certifies that the prices quoted herein are not higher than the prices at which the same item(s) or service(s) is sold in approximately similar quantities under similar terms and conditions to any purchaser whomsoever. d. DISCOUNTS - Vendor may offer a cash discount for prompt payment. However, such discounts will not be considered in determining the lowest net cost for quote evaluation purposes. Vendor should reflect any discounts to be considered in the quote evaluation in the unit price quoted. Payment discounts should be for a period of at least 30 calendar days. e. UNBALANCED QUOTATIONS - A group quote, showing evidence of obviously unbalanced quoting, may be declared unacceptable and rejected. f. F.O.B. DELIVERY POINT - All prices quoted must be F.O.B. delivery point, unloaded inside and assembled unless otherwise indicated. Vendor must indicate F.O.B. point and approximate shipping cost, and method of shipment if quoting other than delivery to destination. Title and risk of loss or damage to all items shall be the responsibility of the contractor until accepted by the County. g. TAXES - Broward County is exempt from Federal Excise and Florida Sales taxes on direct purchase of tangible property. Exemption numbers appear on the purchase order. The Contractor shall pay all applicable sales, consumer, land use, or other similar taxes required by law. The Contractor is responsible for reviewing the pertinent State Statutes involving the sales tax and complying with all requirements. h. OR EQUAL QUOTING - Unless otherwise stated, when a standard is used it indicates character and quality of the article and the Vendor may offer an equal subject to approval by the Director. If vendor fails to name a substitute, he or she will be required to furnish the standard specified. i. Quotations to be considered shall be received no later than the day stated. Quotations sent by /fax/mail are sent at the risk of the vendor. j. Quotation Requests will not be accepted from vendor in arrears to the Board upon debt or contract nor from a defaulter upon obligations to the Board. k. TIE QUOTES - The award on tie quotes will be decided by the Director in accordance with the provisions of the Procurement Code. l. MISTAKES - Quoters are cautioned to examine all specifications, drawings, delivery instructions, unit prices, extensions and all other special conditions pertaining to the quote. Failure of the quoter to examine all pertinent documents shall not entitle them to any relief from the conditions imposed in the contract. In case of mistakes in extension, the unit price shall govern. Multiplication or addition errors are deemed clerical errors and shall be corrected by the County. 2. INTERPRETATIONS: Any questions concerning conditions and specifications of this quote shall be directed in writing to the Purchasing Division a minimum of 24 hours prior to quote opening. No interpretation(s) shall be considered binding unless provided to all Quoters in writing by the Director of Purchasing. 3. SAMPLES: Samples, or drawings required shall be delivered free of charge as requested. If not mutilated or destroyed in the examination, Vendor will be notified to remove same at their expense. If samples are not removed within thirty (30) calendar days after written notice to the Vendor, they shall be considered as abandoned and the County shall have the right to dispose of them as its own property. 4. AWARDS: a. If a specific basis of award is not established in the Quotation Request, the award shall be to the responsible Vendor with the lowest responsive quote meeting the written specifications. b. As the best interest of the County may require, the right is reserved to make award(s) by individual commodities or services, group of commodities or services, all or none or any combination thereof. When a group is specified, all items within the group must be quoted. A vendor desiring to quote No Charge on an item in a group must so indicate; otherwise the quote for the group will be construed as incomplete and may be rejected. However, if all vendors do not quote all items within a group, the County reserves the right to award on an item by item basis. c. The Director reserves the right, in accordance with the Procurement Code, to waive any informalities, technicalities, and irregularities, or to reject any or all quotations, or any part of any quotations, and accept the quotations deemed most advantageous and in the best interest of the County. 5. TIME FOR PERFORMANCE: In all instances when the Quotation Request fails to state the time within which performance is to be completed and the vendor fails to state a time, the time for full and complete performance shall be twenty (20) calendar days from date of purchase order. Delivery time will be computed in calendar days from the date on the order. 6. DELIVERY: a. INSPECTION shall be made at the point of delivery unless otherwise specified. b. CONTAINERS AND REELS - All containers and reels shall become the property of the Board unless otherwise specified. c. DELIVERY HOURS - Delivery shall be made between 9 A.M. and 4 P.M. Monday through Friday except holidays and at other times by special arrangements. d. MARKING - Each container or multiple units, or items otherwise packaged shall bear a label, imprint, stencil or other legible markings stating name of manufacturer or supplier, Purchase Order Number and any other markings required by specifications, or other acceptable means of identifying Vendor and Purchase Order Number. The goods must be suitably packed for shipment by common carrier. e. NEW MERCHANDISE - Unless otherwise stated in the quotation, deliveries must consist only of new and unused merchandise and shall be the current standard production model available at the time of quote. f. DELIVERY TIME - Delivery time shall be computed in calendar days from the issuance date of purchase order. Although, actual requested date or number of calendar days for delivery may be specified, state number of calendar days required to make delivery and installation after issuance of purchase order or request for services in space provided. However goods required for daily consumption, or where the delivery is an emergency, a replacement, or is overdue, the convenience of the Division shall govern. If, in calculating the number of calendar days from the order date, the delivery date falls on a Saturday, Sunday or holiday, delivery shall be made no later than next succeeding business day. Delivery time may be considered in determining award. 7. DELAYS/NON-DELIVERY/REJECTIONS: a. VENDOR S FAULT - If the vendor fails to make delivery within the time specified or if the delivery is rejected, the Director may obtain such commodities or any part thereof from other sources in the open market or on contract. Additional costs incurred and/or liquidated damages may become charges against the Vendor. b. BEYOND VENDOR S CONTROL - When, due to causes beyond the Vendor s control, the vendor fails to make delivery, or delivery is rejected, the Director may allow additional time or may obtain the supplies elsewhere without liability on the part of the Vendor to the Board or the Board to the Vendor. c. REJECTED MERCHANDISE - The Director may withhold acceptance of, or reject any goods which are found, upon examination, not to meet the specification requirements. Upon written notification of rejection, goods shall be removed within five (5) calendar days by the Vendor. Rejected goods left longer than thirty (30) calendar days will be regarded as abandoned and the Board shall have the right to dispose of them as its own property. On foodstuffs and drugs, no written notice or rejection need be given. Upon verbal notice to do so, the Vendor shall immediately remove and replace such rejected merchandise at the Vendor s expense. Rejection for nonconformance, failure to provide services conforming to specifications, or failure to meet delivery schedules may result in contractor being found in default. 8. PAYMENT AND COLLECTION OF CHARGES: Payment for all goods and services shall be made in a timely manner and in accordance with Florida Statutes, Section , Florida Prompt Payment Act and the Broward County Prompt Payment Ordinance (No ), as amended. All Applications for Payment shall be submitted to Broward County Accounting Division. Payment will be made by the County after commodities/services have been received, accepted and properly invoiced as indicated in the contract and/or order. Invoices must bear the purchase order number. Quotation Request Terms & Conditions 1-33 Revised 12/15/2011

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida Page: 1 of 19 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated

More information

(ADDENDUM COVER SHEET)

(ADDENDUM COVER SHEET) (ADDENDUM COVER SHEET) Bid No. X0945118Q1 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA A D D E N D U M NO. 2 AUTOMATIC ESCALATOR CLEANER (NON-SHELTERED MARKET) DATE OF ADDENDUM:

More information

Quotation No. X Q1 Addendum No. 2 Page 1 of 1

Quotation No. X Q1 Addendum No. 2 Page 1 of 1 ATTENTION ALL POTENTIAL BIDDERS: PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA Shipping Containers (Sheltered Market) ADDENDUM NO. 2 DATE OF ADDENDUM: 4/17/2012 Quotation No.

More information

ADDENDUM NO. 1. Date of Addendum: February 12, 2013

ADDENDUM NO. 1. Date of Addendum: February 12, 2013 Solicitation No. M1100807Q1 Addendum No. 1 Finance and Administration Services Department PURCHASING DIVISION 115 S. Andrews Avenue, Room 212, Fort Lauderdale, Florida 33301 954-357-6066 FAX 954-357-8535

More information

Quotation No. L Q1

Quotation No. L Q1 Quotation No. L0889906Q1 TO ALL PROSPECTIVE BIDDERS: PLEASE NOTE THE FOLLOWING CHANGES: PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA A D D E N D U M NO. 1 GREEN TINTED IMPACT

More information

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida Page: 1 of 27 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated

More information

Quote No. E Q1 Addendum No. 2 Page 1 of 2

Quote No. E Q1 Addendum No. 2 Page 1 of 2 Quote No. E0990608Q1 Addendum No. 2 Page 1 of 2 ATTENTION ALL POTENTIAL BIDDERS: PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA Barricades, Lights and Signs (SM) ADDENDUM NO.

More information

TMS 2000 Tank Management System (SHELTERED MARKET)

TMS 2000 Tank Management System (SHELTERED MARKET) Quote No. Z0922507Q1 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA A D D E N D U M NO. 2 TMS 2000 Tank Management System (SHELTERED MARKET) DATE OF ADDENDUM: April 25, 2011

More information

Quote No. G Q1 Addendum No. 1 Page 1 of 1

Quote No. G Q1 Addendum No. 1 Page 1 of 1 Quote No. G1035611Q1 Addendum No. 1 Page 1 of 1 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA CONFERENCE ROOM CHAIRS ADDENDUM NO. 1 DATE OF ADDENDUM: April 27, 2012 ATTENTION

More information

Answer: This is an open term contract and quantities listed are an estimated annual quantity that will be ordered throughout the year.

Answer: This is an open term contract and quantities listed are an estimated annual quantity that will be ordered throughout the year. ATTENTION ALL POTENTIAL BIDDERS: PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA TRASH CAN LINERS ADDENDUM NO. 1 DATE OF ADDENDUM: 2/22/2012 Quotation No. X1014403Q1 Addendum

More information

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the Purchasing Agent stated at the address

More information

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated at the address

More information

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida Page: 1 of 25 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated

More information

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida Page: 1 of 22 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated

More information

Addendum No. 2. Solicitation Title: THIS. Page 1 of 1. Excellence in

Addendum No. 2. Solicitation Title: THIS. Page 1 of 1. Excellence in Solicitation No. A1245201Q11 Addendum No. 2 Finance and Administration Services Department PURCHASING DIVISION 115 S. Andrews Avenue, Room 212, Fort Lauderdale, Florida 33301 954-357-6066 FAX 954-357-8535

More information

Quote No. E Q1 Addendum No. 1 Page 1 of 1

Quote No. E Q1 Addendum No. 1 Page 1 of 1 Quote No. E09445505Q1 Addendum No. 1 Page 1 of 1 ATTENTION ALL POTENTIAL QUOTERS: PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA Concrete Gravel Mix, Bolts, and Screws ADDENDUM

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida Page: 1 of 26 Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated

More information

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida

QUOTATION REQUEST Board of County Commissioners, Broward County, Florida Quotations for furnishing items or services stated below subject to terms and conditions provided, will be received by the Director of Purchasing, attention of the purchasing agent stated at the address

More information

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS BOARD OF EDUCATION 1 COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS The Board of Education of the Depew Union Free School District hereby invites the submission of sealed bids

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

REQUEST FOR PROPOSAL. UPS Maintenance

REQUEST FOR PROPOSAL. UPS Maintenance REQUEST FOR PROPOSAL UPS Maintenance DATE: February 7, 2008 QUESTIONS DUE BY: February 19, 2008 DUE DATE and BID OPENING: February 26, 2008 TIME OF BID OPENING: 2:00 P.M. EST LOCATION OF BID OPENING: 103

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B17-08 Patch Cables Date: February 23, 2017 To:

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders

More information

Quote No. V Q1 Addendum No. 2 Page 1 of 1

Quote No. V Q1 Addendum No. 2 Page 1 of 1 Addendum No. 2 Page 1 of 1 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA Executive Office Furniture ADDENDUM NO. 2 DATE OF ADDENDUM: April 30, 2012 ATTENTION ALL POTENTIAL BIDDERS:

More information

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B12-01 Hand Soap & Sanitizer Date: June 22, 2011 To: All

More information

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC16094 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS

TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS 1. ACCEPTANCE This Purchase Order ( PO ) constitutes a binding contract between the Vendor and Tyler Independent School District (

More information

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954)

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 Table of Contents Procurement Authority... 4 Scope of Service... 5 Submittal

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B17-02 HP OEM Toner & Ink Date: October 5, 2016

More information

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid

More information

Request for Quotation

Request for Quotation Return this Quote document via FAX or E-MAIL no later than 3:00 PM, TUESDAY, 01/26/16 to: Attention: ANDREA PARKS STAHL, SR. BUYER Telephone: Fax No.: 210-567-2897 E-mail: PARKSA@UTHSCSA.EDU Facsimile

More information

BIDDER ACKNOWLEDGEMENT MUST BE SIGNED AND RETURNED WITH YOUR BID

BIDDER ACKNOWLEDGEMENT MUST BE SIGNED AND RETURNED WITH YOUR BID SUBMIT BID TO: Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, Florida 33301-1801 954-357-6066 BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA INVITATION FOR BID

More information

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305) Visit our website for business opportunities at: www.miamigov.com/procurement PURCHASE ORDER/RELEASE NUMBER 14537 Show this number on all packages, invoices, and shipping papers. Page No. City of Miami

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

7/14/16. Hendry County Purchase Order Terms and Conditions

7/14/16. Hendry County Purchase Order Terms and Conditions Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us RFP P18-03 ADDITIONAL WIDE AREA NETWORK (WAN) February

More information

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

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 ADVERTISEMENT FOR BIDS Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 3:00 PM (EDST) on February 12,

More information

Workforce Management Consulting Services

Workforce Management Consulting Services Request for Proposal #40604 Workforce Management Consulting Services For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 BID B11-16 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 Gym www.forsyth.k12.ga.us Floor Work April 10, 2018 To: All Bidders

More information

City of Forest Park Request for Proposals. Secure Access Control Systems

City of Forest Park Request for Proposals. Secure Access Control Systems City of Forest Park Request for Proposals Secure Access Control Systems Mandatory Pre-Proposal Conference March 9, 2016 at 10 am Bid Deadline March 25, 2016, at 2pm Purpose: The City of Forest Park is

More information

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017 SUBMIT BIDS TO: University of West Florida Office of Procurement and Contracts ATTN: Alicia Waymack Building 20W, Room 159 11000 University Parkway Pensacola, FL 32514 Access Bid Info on the Web: http://uwf.edu/offices/procurement/vendorsonly/open-solicitations/

More information

RLI No. R R1 Addendum No. 1 Page 1 of 1

RLI No. R R1 Addendum No. 1 Page 1 of 1 RLI No. R1018714R1 Addendum No. 1 Page 1 of 1 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA RLI R1018714R1 - Health Insurance Portability and Accountability Act (HIPAA) and

More information

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

More information

Description Cost PRE-BID CONFERENCE

Description Cost PRE-BID CONFERENCE IMPORTANT This is NOT an order but a request for sealed bid. PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 10 (Plus Attachment A ) REQUEST FOR SEALED BID REQ. NO. 10082841 DATE: 5/31/06 Bids

More information

Date Of Addendum: January 13, 2014

Date Of Addendum: January 13, 2014 Solicitation No. K1186209Q1 Addendum No. 1 Finance and Administration Services Department PURCHASING DIVISION 115 S. Andrews Avenue, Room 212, Fort Lauderdale, Florida 33301 954-357-6066 FAX 954-357-8535

More information

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader. IMPORTANT This is NOT an order but a request for quotation. PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 13 REQUEST FOR QUOTATION REQ. NO. 3000000582 DATE: 11/10/2006 Quotes must be returned

More information

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES Department of General Services GSPUR-11D Rev. 1/17/03 GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES 1. SUBMISSIONS OF BIDS: a. Bids are requested for the item(s) described

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company

More information

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

DESERT COMMUNITY COLLEGE DISTRICT   General Terms and Conditions DESERT COMMUNITY COLLEGE DISTRICT www.collegeofthedesert.edu General Terms and Conditions 1. PURCHASE ORDER DEFINED: The term purchase order as used in these terms conditions means the document entitled

More information

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID U Directional Boring Utility Department INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to

More information

NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS

NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS The Northampton Area School District will receive sealed bids until 11:00 a.m., prevailing time, on March 9, 2018 for the following: General Supplies Cleaning

More information

Company: Legal Status: Ordering Address: Phone: Remit Address: Payment Terms:

Company: Legal Status: Ordering Address: Phone:   Remit Address: Payment Terms: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC18028 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract. State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR BID

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954)

Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL (954) FAX (954) Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 (954) 357-6065 FAX (954) 357-8535 Table of Contents Procurement Authority... 4 Project Funding Source... 5 Scope

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

REQUEST FOR QUOTE # 16471

REQUEST FOR QUOTE # 16471 REQUEST FOR QUOTE # 16471 RFQ # 16471 Quotation Due By: Bid Due Time: 12/13/2013 10:00:00 AM VENDOR INFO: VENDOR #: 99999.00 NAME: CONTACT: ADDRESS 1: ADDRESS 2: CITY: STATE: ZIP: EMAIL: PHONE: FAX: REPLY

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

Union College Schenectady, NY General Purchasing Terms & Conditions

Union College Schenectady, NY General Purchasing Terms & Conditions Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase

More information

CHARLESTON COUNTY PARK AND RECREATION COMMISSION

CHARLESTON COUNTY PARK AND RECREATION COMMISSION CHARLESTON COUNTY PARK AND RECREATION COMMISSION REQUEST FOR PROPOSAL HOLIDAY FESTIVAL OF LIGHTS ORNAMENTS 2015-20 MARCH 25, 2015 1 RFP2015-020 Request for Proposal 2015-020 Holiday Festival of Lights

More information

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS Except as otherwise provided on the face of this Purchase Order or Supply Contract (the Order ) which is attached hereto, the parties agree

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

Watershed Educational Campaign Project

Watershed Educational Campaign Project Request for Proposal 40686 Watershed Educational Campaign Project For Grand River Dam Authority PROPOSALS TO BE SUBMITTED TO: Grand River Dam Authority Central Purchasing Unit 226 West Dwain Willis Avenue

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE:

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE: KANSAS CITY KANSAS PUBLIC SCHOOLS / USD 500 PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS 66104 WEB SITE: WWW.KCKPS.ORG/PURCHASING PORCELAIN WHITEBOARDS WITH ALUMINUM FRAMES BID NO:

More information

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017 2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION PART A 2018 Instructions; Appeals Process PART B 2018 Questionnaire PART C 2018 Questionnaire Scoring PART

More information

PROPOSAL REQUIREMENTS AND CONDITIONS

PROPOSAL REQUIREMENTS AND CONDITIONS 1.01 QUALIFICATION OF THE BIDDERS PROPOSAL REQUIREMENTS AND CONDITIONS A. The Jurisdiction reserves the right to reject any bid that is not responsive to the proposal form or contract documents, or not

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INFORMATION FOR BID. Tee Shirts (School Nutrition) BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF

More information

BID DOCUMENTS FOR. WTP VFD Replacement Bid

BID DOCUMENTS FOR. WTP VFD Replacement Bid BID DOCUMENTS FOR WTP VFD Replacement Bid CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 September 18, 2018 NOTICE TO BIDDERS WTP VFD REPLACEMENT BID FOR THE CITY OF OWOSSO, MICHIGAN Sealed proposals

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

More information

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # ) REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO (PPLD RFP #490-16-01) Pikes Peak Library District ( PPLD ) invites qualified

More information

Madera Unified School District

Madera Unified School District Madera Unified School District Contractor Prequalification Procedures Prequalification Application PREQUALIFICATION PROCEDURES tice is hereby given by Madera Unified School District ( District ) that general

More information

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES

TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES TOWN OF PEMBROKE PARK REQUEST FOR PROPOSALS (RFP) PROFESSIONAL FINANCIAL ACCOUNTING SERVICES I. PROJECT DESCRIPTION Town of Pembroke Park, Florida ( Town ) is soliciting proposals from interested accounting

More information

REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT. Section 1 Additional Administrative Information

REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT. Section 1 Additional Administrative Information REQUEST FOR BID (RFB) CLARIFICATIONS DOCUMENT Section 1 Additional Administrative Information 1.1 Purchasing Agent The Purchasing Agent identified in the RFB cover sheet is the sole point of contact regarding

More information

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT Sealed proposals, addressed to the Supervisor of Purchases, City of Middletown, Room 112, Municipal Building, Middletown, Connecticut, 06457 will be received

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL by The University of Texas System Administration for Selection of a Vendor to Provide Services related to U.T. System-wide Information Technology (IT) Audit Risk Assessment Methodology

More information

PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA A D D E N D U M NO. 2 REFRIGERANT - AUTOMOTIVE NON-SHELTERED MARKET

PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA A D D E N D U M NO. 2 REFRIGERANT - AUTOMOTIVE NON-SHELTERED MARKET PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA A D D E N D U M NO. 2 REFRIGERANT - AUTOMOTIVE NON-SHELTERED MARKET DATE OF ADDENDUM: April 4, 2011 TO ALL PROSPECTIVE BIDDERS:

More information

The City of Moore Moore, Oklahoma

The City of Moore Moore, Oklahoma The City of Moore Moore, Oklahoma BID #1516-007 Construction Services Asbestos Removal for Royal Park Development Tract City of Moore Office of City Clerk, Purchasing Division 301 N. Broadway Avenue, Suite

More information

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520) REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical

More information

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals RFP-FD-09-01 - Replacement Mid-Mount Tower Ladder Required Submittals 1. All addenda (signed and dated) 2. Letter of Transmittal 3. Corporate Information 4. Summary of Litigation (if not applicable, please

More information

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,

More information

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS REQUEST FOR PROPOSAL (RFP) ENERGY SAVINGS PERFORMANCE CONTRACTING PROJECT INSTRUCTIONS TO BIDDERS 1. INTRODUCTION Van Dyke Public Schools is requesting proposals from Energy Services Companies (ESCOs)

More information

GENERAL CLAUSES AND CONDITIONS

GENERAL CLAUSES AND CONDITIONS INVITATION TO BID (ITB) NO. I035-2018 CLOSING DATE AND TIME: DECEMBER 12, 2017-2:00 P.M. ANNUAL TESTING SERVICES FOR POLICE ENTRANCE EXAMS BIDS SHALL BE SUBMITTED ON THIS FORM The City of Mesquite, Texas,

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID The City of Fernandina Beach, Florida is accepting competitive sealed bids for 2500 PSI & 3000 PSI CONCRETE The City will receive sealed bids at the

More information