REGION 3 EDUCATION SERVICE CENTER Regional Purchasing Cooperative 1905 Leary Ln, Victoria, TX Phone: (361) Fax: (361)

Similar documents
Texas Rising Star Assessor Services RFQ. Cover Sheet

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

SERVICE CONTRACT BETWEEN KIPP, Inc. AND <<Service Provider s Legal Name>>

LVIN ISD. Purchasing Department. Independent Contractor/Consultant Agreement CCA Packet

N O T I C E T O B I D D E R S

SEALED BID. September 29, 2017

Qualifications will be accepted until 10:00 AM on Monday August 15, 2016.

Contract Attachment 2 Federal Required Assurances CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE

N O T I C E T O B I D D E R S

Alief Independent School District

ARTICLES AND DESCRIPTION. specified) from the day set for submission of bids. When no bid is returned, the vendor is removed from our vendor list.

Bidders shall execute the following forms and return the signed original with their proposal.

REQUEST FOR QUOTES for FOSTER SUCCESS CONFERENCE RELEASE DATE: JUNE 18, 2018

N O T I C E T O B I D D E R S

PINE TREE INDEPENDENT SCHOOL DISTRICT CONSULTING AGREEMENT

N O T I C E T O B I D D E R S

REQUEST FOR PROPOSALS

Request for Quotation For Lawn Care Treatment

REQUEST FOR PROPOSALS

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs

NAVARRO INDEPENDENT SCHOOL DISTRICT 6450 N. State Hwy 123 Seguin, TX (830)

PROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM

SEALED BID. February 19, 2018

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

RFCSP EXCESS WORKERS COMPENSATION INSURANCE

Employers Training Resource Program Year Youth Subrecipients

PINE TREE INDEPENDENT SCHOOL DISTRICT CONSULTING AGREEMENT

Request for Proposal (RFP) The Rhodes School. Project: 13 Unit Modular Move

Request for Proposals (RFP) CONTRACTED SERVICES PROPOSAL

N O T I C E T O B I D D E R S

REQUEST FOR PROPOSAL BRIDGEPORT ISD. PROPOSAL TITLE: Mowing and Weed Eating Services Proposal

BID DUE DATE Thursday, September 8, 2016 at 2:00 P.M.

January 25, 2018 NOTICE OF INVITATION TO BID

Human Resources and/or Student Medical Consultant RFQ September 2, 2014 at 11:00 am

Beaumont Independent School District

Katy ISD Independent Contractor Checklist

GRAND PRAIRIE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS. Program Management Services for Facilities Construction/Upgrades/Maintenance

INVITATION TO SUBMIT PROPOSAL

REQUEST FOR PROPOSAL. RFP No. TMC

INVITATION FOR BID. For FUEL MANAGEMENT SYSTEM (GASOLINE CARDS) ISSUE DATE: MARCH 2, 2016 RESPONSE DEADLINE: MARCH 28, 2016 (2:00 P.M.

Austin Independent School District Contract and Procurement Services 1111 West 6th Street Suite A330 Austin, Texas

Fort Worth Independent School District REQUEST FOR PROPOSALS (RFP)

RFP# ATHLETIC TRAINER SUPPLIES RFP Opening Date: April 13, p.m.

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

RAYMONDVILLE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT BID SPECIFICATIONS FOR: CHARTER BUS SERVICES DISTRICT WIDE RFP #19-011

COMPANY NAME: RFP #

RETURN WITH STATEMENT OF INTEREST

SUPPLEMENTAL CONDITIONS (For Federally Assisted Projects for Single Family Housing Rehabilitation)

REQUEST FOR PROPOSALS

Notice to Responders Cover Sheet. Request for Proposal #1476 Medical Supplies & Related Items

REQUEST FOR PROPOSAL FOR _HVAC Replacement & Repair Services For October 1, 2017 through September 30, 2018

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent

REQUEST FOR PROPOSALS (RFP) Minnesota Department of Transportation (MnDOT) Bidding and Estimating Educational Program


January 3, 2018 SEALED BID. Sealed Bids to be marked Bid # Audio, Video & DVD Software

REQUEST FOR APPLICATIONS FOR. Merchandise Cards

ARTICLES AND DESCRIPTION

BAYONNE BOARD OF EDUCATION. Insurance Brokerage Services: Property and Casualty and Workmen s Compensation

***UPDATED*** Request for Proposal. KIPP, Inc. Tutoring Services

Federal Certification Forms

Copiers District-Wide RFQ #18-009

REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL SERVICES

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217

Provider/Payee Agreement

REQUEST FOR PROPOSAL (RFP) CONSTRUCTION MANAGER-AT-RISK LAKE TRAVIS HIGH SCHOOL - PERFORMING ARTS CENTER (PAC) and FIRST FLOOR OF C-WING RENOVATIONS

REQUEST FOR PROPOSALS

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

September 12, 2017 REQUEST FOR BID. Sealed Bid to be marked Bid # Copier Paper ARTICLES AND DESCRIPTION

REQUEST FOR PROPOSAL (RFP) PROPOSAL TITLE: Awards, Trophies, Plaques and Related Items, RFP #

FORM OF PROPOSAL Des Moines Public Schools Division of Purchasing Date Issued: 2/19/ Prospect Road Date Due: 3/5/13

Renville County Purchasing Procedures (Procurement Policy)

Meredith Barton Vice-President of Operations 3/23/2017

Webb County Purchasing Department

Meredith Barton Vice-President of Operations 10/11/18

REQUEST FOR PROPOSAL (RFP) PROPOSAL TITLE: Apparel, Uniforms and Accessories (Supplemental II), RFP #

Pharmacy Provider Enrollment Application

Hallsville Independent School District REQUEST FOR PROPOSALS. RFP# Waste Disposal and Cardboard Recycling Services


Children with Special. Services Program Expedited. Enrollment Application

BRYAN INDEPENDENT SCHOOL DISTRICT REQUEST FOR PROPOSAL # ANNUAL FINANCIAL AUDIT

Sherman Independent School District Vendor Application

HADDON TOWNSHIP BOARD OF EDUCATION 500 RHOADS AVENUE WESTMONT, NJ REQUEST FOR PROPOSAL

ANNUAL SUPPLIER REPRESENTATIONS AND CERTIFICATIONS

Request for Proposal Transition/Vocational Services RFP No

Procurement Using State Funds Whenever the estimated cost of furniture, supplies or equipment (except books) will cost:

Request for Qualifications Number 1470 General Construction Services

REQUEST FOR QUALIFICATIONS (RFQ)

Meredith Barton Vice-President of Operations 9/6/18

Procurement System Deep Dive FEBRUARY 2, 2017

7. CASH DISCOUNTS: The Raymondville Independent School District considers cash discounts or discounts for prompt payment when evaluating bids.

Pittsburgh, PA 15213

RFQu # Musical Instruments July 25, 2018

Texas School for the Blind and Visually Impaired



INVITATION TO BID CAFETERIA TABLES CAFETERIA TABLES FOR BATE MIDDLE SCHOOL FOOD SERVICE DEPARTMENT. Notice Date: 12/13/18. Closing Date: 12/28/18

THIRD PARTY ADMINSTRATORS FOR EMPLOYEE BENEFITS

Transcription:

1905 Leary Ln, Victoria, TX 77901 Phone: (361) 573-0731 Fax: (361) 576-4804 Forms Checklist (This forms checklist is provided for your convenience. Please complete and return all of the attached forms): Bid Certification Form A Additional Company Information Form B Dealerships Listing Form C Out of State Certification Form D Historically Underutilized Business (HUB) Certification Form E (If HUB, attach a copy of your certificate) Felony Conviction Disclosure Statement Form F Certification Regarding Lobbying (Federal) Form G (Submit Standard Form-LLL if required) Debarment, Suspension, Ineligibility Certification (Federal) Form H Specific Terms and Conditions Form I Deviations/Compliance Form Form J Attachments HUB Certification Form (if applicable) Disclosure Form to Report Lobbying (Form-LLL) (if applicable)

Bid Certification Bid Name: EARLY INTERVENTION SERVICES - OT, ST, CM/SC, PT, NU, SST Bid Number: RFP 12-009-16 Location of Bid Opening: 1905 Leary Ln, Victoria, TX 77901 Bid Opening & Deadline Date and Time: December 08, 2016 @ 2:00 P.M. Minimum Contract Time Period: January 1, 2017 Through August 31, 2017 Unless otherwise stated, this contract is for original contract period with an option to renew annually for an additional five (5) Years if agreed upon by Region 3 Education Service Center and Vendor. Unless informed otherwise, the renewal shall be automatic on anniversary date. The undersigned authorized representative of bidding company indicated below hereby acknowledges/certifies: 1. That he/she is authorized to enter into contractual relationships on behalf of the bidding company indicated below, and 2. That he/she has carefully examined this Bid Notice, the accompanying Bid Forms (whether in printed or electronic form), and the General Terms and Conditions and Item Specifications associated with this Bid Invitation, and 3. That he/she proposes to supply any products or services submitted under this Bid Invitation at the prices quoted and in strict compliance with the General Terms and Conditions, and Item Specifications associated with this Bid Invitation, unless any exceptions are noted in writing with this bid response, and 4. That if any part of this bid is accepted, he/she will furnish all products or services awarded under this bid at the prices quoted and in strict compliance with the General Terms and Conditions, and Item Specifications associated with this Bid Invitation, unless any exceptions are noted in writing with this bid response, and 5. That any and all exceptions to the General Terms or Conditions of this bid have been noted in writing in this bid response, and that no other exceptions to the General Terms or Conditions will be claimed. Name of Bidding Company Date Address City, State, Zip Printed Name of Authorized Representative Telephone Number of Authorized Representative Position or Title of Authorized Representative E-mail address of Authorized Representative Website Address Form A

Additional Company Information Contact Person Information: If contact person or mailing address is different than Form A, please specify below: Mailing Address: Contact Person Position or Title of Contact Person Phone Number of Contact Person Fax Number of Contact Person Email address of Contact Person ISO Certified Entity: The cooperative and its members have the assurance that the quality of products and services received will be as expected when purchased from an organization that is registered to the appropriate ISO 9000 standard. Therefore, to assist in this endeavor to purchase quality products, the cooperative and/or its members may give preference to suppliers that are ISO (International Organization for Standardization) certified. Is your company ISO Certified? Yes No Certification: I certify that the information provided above is correct. Form B

Dealerships Listing If your company has more than one location that will be servicing this contract, please list each location below. If additional sheets are required, please duplicate this form as necessary or attach list with requested information. (Please Print) Company Name Address City State Zip Phone Number Fax Number Email Address Contact Person Company Name Address City State Zip Phone Number Fax Number Email Address Contact Person Form C

Out Of State Certification As defined by Texas House Bill 602, a nonresident bidder means a bidder whose principal place of business is not in Texas, but excludes a contractor whose ultimate parent company or majority owner has its principal place of business in Texas. I certify that my company is a Resident Bidder : I certify that my company qualifies as a Nonresident Bidder (NOTE: You must furnish the following information: ) Indicate the following information for your Resident State : (The state your principal place of business is located in) Address City State Zip Code A. Does your resident state require bidders whose principal place of business is in Texas to underbid bidders whose resident state is the same as yours by a prescribed amount or percentage to receive a comparable contract? ( Resident State means the state in which the principal place of business is located.) Yes No B. What is the prescribed amount or percentage? $ or % Certification: I certify that the information provided above is correct. Form D

(Hub) Certification Bidding companies that have been certified by the Texas Building and Procurement Commission (TBPC) as Historically Underutilized Business (HUB) entities are encouraged to indicate their HUB status when responding to this Bid Invitation. The electronic catalogs will indicate HUB certifications for vendors that properly indicate and document their HUB certification on this form. I certify that my company has been certified by the Texas Building and Procurement Commission as a Historically Underutilized Business (HUB), and I have attached a copy of our HUB Certification to this form. (Required documentation for recognition as a HUB). Minority Small Business Woman Owned My company has NOT been certified by the Texas Building and Procurement Commission as a Historically Underutilized Business (HUB). Form E

Felony Conviction Disclosure Statement State of Texas Legislative Senate Bill No. 1, Section 44.034, Notification of Criminal History, Subsection (1), states a person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator has been convicted of a felony. A notice must include a general description of the conduct resulting in the conviction of a felony. Subsection (b) states a school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business entity for services performed before the termination of the contract. I, the undersigned agent for the firm named below, certify that the information concerning notification of felony conviction has been reviewed by me and the following information furnished is true to the best of my knowledge. My firm is a publicly-held corporation; therefore, this reporting requirement is not applicable. My firm is not owned or operated by anyone who has been convicted of a felony. My firm is owned or operated by the following individual(s) who has/have been convicted of a felony: Form F

Certification Regarding Lobbying (Federal) Applicable to Grants, Subgrants, Cooperative Agreements, and Contracts Exceeding $100,000 in Federal Funds. Submission of this certification is a prerequisite for making or entering into this transaction and is imposed by section 1352, Title 31, U.S. Code. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with the awarding of a Federal contract, the making of a Federal grant, the making of a Federal loan, the entering into a cooperative agreement, and the extension, continuation, renewal, amendment, or modification of a Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of congress, or an employee of a Member of Congress in connection with this Federal grant or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, disclosure Form to Report Lobbying, in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all covered subawards exceeding $100,000 in Federal funds at all appropriate tiers and that all subrecipients shall certify and disclose accordingly. Disclosure of lobbying activities form can be found at http://www.whitehouse.gov/sites/default/files/omb/grants/sflllin.pdf Form G

Debarment, Suspension, Ineligibility Certification Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 7 CFR Part 3017, Section 3017.510, Participants responsibilities. The regulations were published as Part IV of the January 30, 1989, Federal Register (pages 4722-4733). (Before completing certification, read attached instructions.) (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. Date Instructions For Suspension/Debarment Certification Statement 1. By signing and dating the certification statement, the bidder certifies that neither it nor any of its principals (e.g., key employees) has been proposed for debarment, debarred or suspended by a federal agency on the date signed. 2. The prospective bidder shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective bidder learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 3. Federal and State penalties exist for vendors and districts that knowingly enter into contracts with suspended/debarred persons. Form H

Specific Terms and Conditions The following conditions apply for the delivery of services: Evaluations/Re-Evaluation/Direct Therapy/Services Documentation 1. The service provider will conduct therapy specific or comprehensive evaluations and reevaluations as needed for children referred by Region 3 ESC through the Early Childhood Intervention Program (ECI), serving children from birth to three years of age. 2. For each evaluation, the service provider will forward to Region 3 ESC: a) A report of the evaluation within two weeks of the evaluations. b) An instructional program based on the evaluation to include: a. Measurable goals and strategies b. Recommendations c) Consultation with the parents and Region 3 ESC staff on the development of skills needed for therapeutic implementation and training in appropriate developmental practices. 3. The service provider will be available to provide home-based services and provide a home program for implementation by the family as needed. Documentation must be submitted weekly, Monday by 5pm. Any documentation from work completed the last week of the month should be submitted within 3 days of the end of the month. Documentation must be on ECI forms as provided or electronic forms as provided. If contractor elects to use their laptop (non-apple) system for the documentation, the contractor must bring the computer to the ECI office to have the ProMedDa software removed by an ECI staff member. Billing and Invoices The service provider agrees the program will bill and collect Medicaid or Insurance for all eligible clients with revenue going to the program. Individual service provider also agrees to provide supporting documentation meeting current billing requirements to allow billing through the Region3 Education Service Center. Payment to the service provider will be provided by the ESC within 30 working days from the receipt of statement. Payment for services rendered will be contingent upon the receipt of the written or electronic report of progress notes. Invoices must be received no later than 30 days after the end of the month the services were delivered. Failure to submit an invoice in this manner can result in nonpayment. Additional information may be required on invoices as requested by ECI program. Certification/License/Credentials All fees and expenses associated with continuing education, licensure, certifications, etc. (ex. PT licensure, CPR certification) will be the responsibility of the contractor. Licensure and certification must remain current and copies must be submitted to the billing department upon initial award of bid and upon renewal. Contractor must also participate with billing department in the credentialing process, provide requested information, and complete required annual training. All certifications/licensure Form I

Specific Terms and Conditions requirements will be on file with the Region 3 Education Service Center prior to the implementation of any contracted services. Fingerprinting/Criminal Background Check The service provider will provide the Region 3 Education Service Center with current, annual proof at the beginning of the contract year or renewal of a criminal records check/fingerprinting at their own cost assuring the service provider has not been convicted of any crimes listed in the Texas Early Childhood Intervention Texas Administrative Code (TAC). If the criminal history contains any of the crimes prohibiting the person from providing services in ECI according to TAC, the contract will be terminated. This information will be on file with the Region 3 Educational Service Center prior to the implementation of any contracted services. If bidder is an incorporated business, company is required to have its employees fingerprinted before providing services for ECI program. If an issue comes up on company employee, company is required to not allow employee to work with ECI children and immediately notify ECI Director of issue. If not an incorporated business, individual needs to indicate they have been fingerprinted and are in ESC 3 fingerprint database OR have not been fingerprinted and are not in the ESC 3 fingerprint database. If they have not been fingerprinted and are not in ESC 3 fingerprint database, individual must be fingerprinted prior to being awarded bid and working with ECI children. Travel Travel reimbursement must be billed either as a per mile rate or as an hourly rate. The awarded vendor will not be paid for travel time (hourly rate for traveling) plus mileage. This is duplicative billing and the Department of Assistive and Rehabilitative Services Early Childhood Intervention Program will not reimburse for both mileage and travel time. Hours of Service/Caseload There is no guarantee or minimum of work, caseload, or hours of service and it can frequently vary. Work is on an as needed and as assigned basis. The hours assigned are based on family and program needs as determined by the Region 3 ESC ECI Program Administrators based on information from a child s team. A contractor can be awarded a bid and have no children assigned to them at any point during the course of that year, depending on family and program need with is determined at the sole discretion of the ECI Program Administrators or their designees. A contractor may also have as many children on a caseload as they determine that they can serve depending upon the assigned amount form the ECI Program Administrator or authorized designee. Services are generally provided between 8am-5pm, though some after-hours services may be required due to family or program needs. Services are provided year-around (September 1-August 31). Services are provided within the context of the model of ECI, which focuses on parent instruction rather than solely medical model intervention. Services are generally provided in homes, daycares, or other community settings where the child plays (natural environments). Services are delivered with and in the presence of the parent/caregiver. Form I

Liability Insurance Specific Terms and Conditions Region 3 ESC ECI provides liability coverage for contract staff doing authorized work for ECI with ECI patients. Providers can obtain their own liability coverage as well but ECI should not be charged additional costs related to liability insurance. Rate ** Note: all of the listed services require specific credentials, licensure, or certification. Only vendors with the necessary licensure, certification, or credentials to deliver these services in Texas will be considered in the bidding process. Specialized Skills Training (SST) providers must be a Fully Qualified Early Intervention Specialist through the Texas Department of Assistive and Rehabilitative Services. Case Manager (CM)/ Service Coordination (SC) providers must have completed the Texas Department of Assistive and Rehabilitative Services Case Management training and have recent ECI experience. Occupational Therapist, Physical Therapist, Speech Language Pathologist, Registered Licensed Dietician must be licensed with the appropriate state licensing board in Texas. The rate for the services mentioned above is: Occupational Therapy (OT) Physical Therapy (PT) Speech Therapy (ST) Nutritional Services (NU) Specialized Skills Training (SST) Case Management (CM)/ Service Coordination (SC) $ per hr Direct Services $ per hr Direct Services $ per hr Direct Services $ per hr Direct Services $ per hr Direct Services $ per hr Direct Services $ per hr Required Training (8-12 hrs before provide services) $ per mile For Travel Form I

Specific Terms and Conditions Indicate Primary Geographical areas of service (Please check counties served). Note: Areas not indicated as primary (checked) will be considered as secondary (backup) service areas. Coverage areas vary by program need. Contractor should bid for any county they could possibly serve in times of need. Austin County Calhoun County Colorado County DeWitt County Goliad County Jackson County Karnes County Lavaca County Matagorda County Refugio County Victoria County Wharton County Evaluation Factors and Points Available The evaluations committee will conduct a comprehensive, fair and impartial evaluation of all proposals received in response to this RFP. Each proposal received will be analyzed to determine overall responsiveness and completeness as defined in the scope section and in the instructions on submitting a proposal. Failure to comply with the instructions or to submit a complete proposal may deem a proposal non-responsive and may at the discretion of the Evaluation Committee be eliminated from further evaluation. Proposal (professional, complete, detailed) 10 Reputation of Proposer and of the Proposer s goods or services Extent to which the goods or services meet the Service Center s needs 15 35 Proposer s past relationship with the Service Center 10 Price Proposal 30 Total Possible Points: 100 Points of Contact: Primary Contact regarding Specific Terms and Conditions: Margaret Parsons, Early Childhood Intervention Coordinator mparsons@esc3.net 361-573-0731 ext 248 ESC Purcahsing Agent: Deanna Wigzell dwigzell@esc3.net 361-573-0731 ext 256 Form I

Deviations/Compliance Form If the undersigned bidder intends to deviate from the General Terms and Conditions or Item Specifications listed in this bid invitation, all such deviations must be listed on this page, with complete and detailed conditions and information included or attached. The Cooperative will consider any deviations in its bid award decisions, and the Cooperative reserves the right to accept or reject any bid based upon any deviations indicated below or in any attachments or inclusions. In the absence of any deviation entry on this form, the bidder assures the Cooperative of their full compliance with the General Terms and Conditions, Item Specifications, and all other information contained in this Bid Invitation. No Deviations Deviations as listed List any deviations your company is submitting below: Form J