INVITATION FOR BID (This is not an order) February 11, 2011

Similar documents
SUU Contract for Workshops and Entertainment

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

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

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

Invitation to Bid BOE. Diesel Exhaust Fluid

MANDATORY GENERAL TERMS AND CONDITIONS:

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment &

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

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:

INSTRUCTIONS TO BIDDERS

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

INVITATION FOR BID BID NO. B Premium Pyxis Medstation 4000

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

Description Cost PRE-BID CONFERENCE

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

Mail Bids to: TENNESSEE STATE UNIVERSITY OFFICE OF PROCUREMENT 3500 John A. Merritt Boulevard, Box 9633 Nashville, Tennessee

CITY OF HUTCHINSON BID FORM Page 1 of 2

INVITATION TO BID 285(Rev 7/94) PAGE :

PURCHASING DEPARTMENT

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION

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

PURCHASING DEPARTMENT

CITY OF TITUSVILLE, FLORIDA

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

STATE OF UTAH SOLICITATION NO. JG Oct 8, :00:00 PM MDT

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Core Technology Services Division PO Box Grand Forks, ND

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment and

The vendor will provide at least one day of training at each location.

ATTENTION ALL BIDDERS MANDATORY PRE-BID MEETING TUESDAY FEBRUARY 19, 2:00 P.M.

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) May 26, 2017

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

PURCHASING DEPARTMENT

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV.

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

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

Union College Schenectady, NY General Purchasing Terms & Conditions

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

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

ATTENTION ALL BIDDERS MANDATORY PRE-BID MEETING WEDNESDAY, MARCH 8, 10:00 A.M.

Invitation to Bid BOE. Fluorescent Bulbs

Appomattox River Water Authority

PLYMOUTH TUBE COMPANY ( PLYMOUTH ) ORDER ACKNOWLEDGEMENT / INVOICE TERMS AND CONDITIONS Effective 07/01/2014

Botetourt County Public Schools

SUPPLIER - TERMS AND CONDITIONS Materials and Goods

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

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Central Office

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

EL PASO OFFICE PRODUCTS El Paso, TX. 1 Appt. Book-Daily, 4.88" x 8, Black AAGG Ea. $ 11.25

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

Request for Proposal - RFP

VIRGINIA DEPARTMENT OF TRANSPORTATION INVITATION FOR BIDS (IFB)

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/

MANDATORY GENERAL TERMS AND CONDITIONS

BID DOCUMENTS FOR ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT

MOBILE LAPTOP CHARGING CARTS BID: # BOE

INSTRUCTIONS TO BIDDERS

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA (912)

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION

Atlantis Industries Corporation Terms and Conditions

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

Invitation For Bid. Uniforms IFB U

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap

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

~ INVITATION TO BID ~ JOHNSTON COMMUNITY SCHOOL DISTRICT 5608 MERLE HAY ROAD JOHNSTON, IA 50131

08 May 2012 Post Date

PURCHASING DEPARTMENT

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

BID PRICE SHEET, BID # OFFICE SUPPLIES FOR THE COUNTY OF EL PASO TERM: AUGUST 3, AUGUST 2, 2016

FIXTURE TERMS & CONDITIONS Materials & Goods

REQUEST FOR FORMAL BID

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2.

Pittsburgh, PA 15213

REQUEST FOR QUOTATION

REQUEST FOR FORMAL BID

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

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) March 15, 2018

Washington University in St. Louis

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

R E Q U E S T F O R B I D. UNIFIED SCHOOL DISTRICT NO POYNTZ AVENUE MANHATTAN, KS

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Invitation to Bid. Attached you will find a Bid Form. If you have any questions, feel free to call or me directly.

INDEPENDENT CONTRACTOR AGREEMENT

R E Q U E S T F O R B I D. UNIFIED SCHOOL DISTRICT NO POYNTZ AVENUE MANHATTAN, KS

IFB NUMBER: BID NUMBER, FISCAL YEAR NO Pre Bid needed for this solicitation IFB QUESTION DEADLINE January 24 th, 2014

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Purchase Order Terms and Conditions

Uniform (Embroidery/Screening) Request for Proposals RFP#

TABLE OF CONTENTS FOR DARK FIBER EQUIPMENT AT SANTA CLARA COUNTY OFFICE OF EDUCATION CONSORTIUM

Notice to Bidders. Q6970 Exterior LED Lighting Projects. This quote is for lighting fixtures/material only. Do not include installation in quotes.

Supplier Application PART 1 of 3

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

Invitation To Bid. for

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

Request for Quotation

PAN OSTON PURCHASE ORDER TERMS & CONDITIONS

REQUEST FOR FORMAL BID

Solicitation TM Zebra G-Series GX430t Label Printers and Zebra Z-Select 4000D Labels. Bid designation: Public

Transcription:

Salt Lake City School District Bid Number: TH1224-OS INVITATION FOR BID (This is not an order) February 11, 2011 Company Name: Bid Due: FRI, FEB 25, 2011 BY 11:00 AM MST COMPANY INFORMATION: FED ID : Contact Person: Ordering Address: Telephone: ( ) Fax: ( ) Remit Address: E-mail: Discount Terms: Review attached Instructions & General Provisions sheet. Bid MUST be received by the above due date. Bid must be in a sealed envelope marked with the Bid Number. If you do not wish to bid, please return your bid marked "NO BID." Bid MUST be signed to be accepted. Faxed IFB s will NOT be accepted! This Invitation for Bid implies no obligation on the part of the Salt Lake School District. Delivery will be made Price guaranteed until (date) days after receipt of order. Total Price Including Freight (FOB Destination) $ MAIL BID TO: Salt Lake City School District Purchasing Department 118 440 East 100 South Salt Lake City, UT 84111-1802 Total Price Less Freight (FOB Destination) $ Questions concerning this Bid should be directed to: Tonya Hodges, Buyer Acknowledgement of Amendments through number: Tel. (801) 578-8261 Fax (801) 578-8262 SPECIAL INSTRUCTIONS: [ X ] None [ ] Bond will be required: [ ] Bid, [ ] Performance/Payment (100%) [ ] Pre-Bid Meeting: When/Where - Item(s) or Services to be purchased: (See below or attached documents) Description Brand & Model Quantity Unit Unit Price Extended Price OFFICE SUPPLIES FOR DISTRICT STOREROOM PER ATTACHED LIST BID AWARD WILL BE BASED ON THE BEST VALUE FOR SALT LAKE CITY SCHOOL DISTRICT, AND MAY INCLUDE BUT NOT BE LIMITED TO:, DELIVERY TIME, QUALITY OF PRODUCT, AND SERVICE HISTORY. We agree to furnish the services and products as indicated above to the Salt Lake City School District per their instructions and specifications. Authorized Signature: Title (print): Date: IFB Form 12/03 The Salt Lake City School District does not discriminate on the basis of age, color, disability, national origin, pregnancy, race, religion, or sex.

BID TH1224-OS OFFICE SUPPLIES FOR DISTRICT STOREROOM QTY SLCSD MODEL 1 50 PKG 120370 BAND, RUBBER, 12, 1-3/4" x 1/16", 1/4 PKG, GENERAL 12 OR APPROVED 2 50 PKG 120380 BAND, RUBBER, 16, 2-1/2" x 1/16", 1/4 PKG, GENERAL 16, OIC 86016 OR APPROVED 3 50 PKG 120390 BAND, RUBBER, 32, 3" x 1/8", 1/4 PKG, GENERAL 32, OIC 86032 OR APPROVED 4 300 EA 120420 BASKET, WIRE LETTER, FELLOWS 60012, OR GENERAL 27303 OR APPROVED 5 1500 PKG 122680 CARD, INDEX, WHITE PLAIN (UNRULED), 3" x 5", 100/PKG, OXFORD 30 OR APPROVED 6 1000 PKG 122690 CARD, INDEX, WHITE RULED, 3" X 5", 100/PKG, OXFORD 31 OR APPROVED 7 50 BOX 123680 CLAMP, JUMBO 1, 12/BOX, ACCO 72610, LEONARD 401, IDEAL 1, OR APPROVED 8 1000 EA 123940 9 100 PKG 145492 CLIPBOARD, 9" X 12-1/2", OIC 83140 OR APPROVED CORRECTION TAPE, WITE-OUT 2/PKG, SANFORD 6624, BIC WOTAPP21 OR APPROVED 10 50 BOX 130690 11 500 EA 130610 12 20 BOX 131100 13 80 BOX 131110 ENVELOPE, 10 WHITE REG PLAIN WOVEN, 500/BX, QP 11126, CO125 OR APPROVED ENVELOPE, 10" x 13" KRAFT, INTER- DEPARTMENT, QUALITY PARK 63562, COLUMBIAN CO880 OR APPROVED FASTENER, PAPER 1, 3/8", ROUND HEAD FASTENER, 100/BOX, GENERAL 1RH OR APPROVED FASTENER, PAPER 2, 1/2", ROUND HEAD FASTENER, 100/BX, GENERAL 2RH OR APPROVED 14 350 BOX 131390 FOLDER, MANILA LETTER SIZE, 1/2 CUT, 100/BOX, AMPAD 221 1/2 OR APPROVED Page 1 of 3 2/11/2011

BID TH1224-OS OFFICE SUPPLIES FOR DISTRICT STOREROOM QTY SLCSD MODEL 15 150 SET 135395 16 150 SET 17 50 BOX 135362 18 24 BOX 135392 19 50 PKG 137068 20 50 ROLL 168000 21 100 BOX 137758 22 50 BOX 137772 23 150 BOX 137812 24 50 BOX 137814 25 700 BOX 137754 26 50 BOX 131391 MARKER, DRY ERASE, 4/SET, ASS'T COLORS, CHISEL TIP, SANFORD 83074 OR 80074, CRAYOLA 98-8626, BIC DECP41-AST, ZEBRA Z- WM 67004 OR APPROVED MARKER, DRY ERASE, 4/SET, BLACK, CHISEL TIP, SANFORD 83661 OR 80661, BIC DECP41- BLACK OR APPROVED MARKER, PERMANENT, CHISEL TIP, 12/BOX, BLACK, FABER 3000, BIC GPMM11-BK OR DIXON 99007) $ $ MARKER, PERMANENT, CHISEL TIP, 12/BOX, RED, FABER 3000, BIC GPMM11-RD OR DIXON 99001) $ $ NOTE-PAD, POST IT LARGE, 3" x 3", 100/PAD, 12/PKG, YELLOW, 3M POST-IT BRAND 654YW-12 ONLY NO SUBSTITUTE $ $ PAPER, ADDING MACHINE, 2-1/4" X 150' ROLL, NCR 879053EA, NCR 90740385 OR APPROVED PEN, BALLPOINT, 12/BOX, BLACK MEDIUM POINT, BIC GSM11, ZEBRA Z-1 23810 OR PAPERMATE) $ $ PEN, BALLPOINT, 12/BOX, RED FINE POINT, BIC GSF11, ZEBRA Z-1 23730 OR APPROVED EQUAL (PLEASE DO NOT QUOTE PAPERMATE) $ $ PEN, FELT TIPPED BLACK (FLAIR TYPE) FINE POINT, 12/BOX, FABER 38011 OR APPROVED PEN, FELT TIPPED BLUE (FLAIR TYPE) FINE POINT, 12/BOX, FABER 38013 OR APPROVED PEN, MICRO ROLLER BLACK, 12/BOX, SANFORD 60143, BIC RE11, ZEBRA REGAL ROLLER 44710 OR APPROVED PENDAFLEX, HANGING FILE FOLDER LEGAL SIZE, 25/BOX, OXFORD 81622 OR APPROVED Page 2 of 3 2/11/2011

BID TH1224-OS OFFICE SUPPLIES FOR DISTRICT STOREROOM QTY SLCSD MODEL 27 100 BOX 131392 28 50 EA 133500 PENDAFLEX, HANGING FILE FOLDER LETTER SIZE, 25/BOX, OXFORD 81602 OR APPROVED 3-HOLE PAPER PUNCH, DESKTOP, SWINGLINE 74020, SCHOOL SMART 025983, ELMERS 1518 OR APPROVED 29 100 EA 143900 30 200 EA 143870 31 15 EA 143890 STAPLE REMOVER, OIC SR-R, STANDARD 32002 OR APPROVED STAPLER, 6" ARM, STANDARD, ELMERS/RAPID 73602, SCHOOL SMART 038178 OR APPROVED EQUAL $ $ STAPLER, HEAVY DUTY, HUNT/BOSTON 73-135, ELMERS/RAPID 73110, OD 767 OR APPROVED 32 100 BOX 143910 STAPLES, 1/4", 5000/BX, 200 STAPLES PER STRIP, TO FIT ALL STANDARD STAPLERS $ $ 33 50 ROLL 144401 TAPE, BOOKGUARD 3" x 15 YDS, CLEAR POLY, 3M 845-3 OR APPROVED 34 750 ROLL 144560 35 600 ROLL 144650 TAPE, MASKING 3/4" X 60 YD, HIGHLAND 2600, 3M HIGHLAND 2307 OR APPROVED TAPE, PERMANENT MENDING 3/4" X 1296", 1" CORE, 3M HIGHLAND 6200 OR APPROVED 36 250 EA 137550 WHITE BOARD CLEANER, 8 OZ BTL, SANFORD EXPO 81803 OR APPROVED TOTAL $ Page 3 of 3 2/11/2011

SLCSD INVITATION FOR BIDS INSTRUCTIONS AND GENERAL PROVISIONS: 1. BID PREPARATION: (a) All prices and notations must be in ink or typewritten. (b) Price each item separately. Unit price shall be shown and a total price be shall entered for each item bid. (c) Unit price will govern if there is an error in the extension. (d) Delivery time is critical and must be adhered to as bid. (e) Wherever in this document an item is defined by using a trade name of a manufacturer and/or model number, it is intended that the words or approved equal apply. Or approved equal means any other brand that is equal in use, quality, economy and performance to the brand listed. If the bidder lists a trade name and/or catalog number in the bid, the Department will assume the item meets the specifications unless the bid clearly states or is an alternate, and describes specifically how it differs from the item specified. MULTIPLE OR ALTERNATE BIDS WILL NOT BE ACCEPTED UNLESS SO STATED IN THE SPECIFICATIONS. (f) By signing the bid, the bidder certifies that all of the information provided is accurate, and that the prices bid are correct. (g) This bid may not be withdrawn for a period of 60 days from bid due date. 2. SUBMITTING THE BID: (a) The bid must be signed in ink, sealed in a properly addressed envelope and either mailed or delivered to the Salt Lake City School District, Purchasing Department, Room 118, 440 East, 100 South, Salt Lake City, Utah 84111 by the Due Date and Time. The Bid Number and Due Date must appear on the outside of the envelope. (b)bids, modifications, or corrections received after the closing time on the Due Date will be considered late and handled in accordance with the Utah Procurement Rules, section R33-109. (c) Your bid will be considered only if it is submitted on the forms provided by the Department. Facsimile transmission of bids to the Department will not be considered. (d) All prices quoted must be both F.O.B. Origin per paragraph 1.(c) and F.O.B. Destination. Additional charges including but not limited to delivery, drayage, express, parcel post, packing, cartage, insurance, license fees, permits, cost of bonds, or for any other purpose must be included in the bid for consideration and approval by the Department. Upon award of the contract, the shipping terms will be F.O.B. Destination, Freight Prepaid with freight charges to be added to the invoice unless otherwise specified by the Department. (e) All purchases are subject to the Utah Procurement Code, Title 63, Chapter 56 Utah Code Annotated 1953, as amended, and the Procurement Rules as adopted by the Utah State Procurement Policy Board (Utah Administrative Code Section R33), and The Salt Lake City School Board, Policy ED 4.01. 3. FAILURE TO BID: Failure to respond may result in the removal of your firm from the bidder s list for the commodity(s) listed, unless you advise the Department in writing prior to the due date that you desire to receive future invitations to bid on this commodity(s). Three consecutive no responses will automatically result in removal. 4. PROPRIETARY INFORMATION: Suppliers are required to mark any specific information contained in their bid which is not to be disclosed to the public or used for purposes other than the evaluation of the bid. Each request for nondisclosure must be accompanied by a specific justification explaining why the information is to be protected. Pricing and service elements of any bid will not be considered proprietary. Bids submitted may be reviewed and evaluated by any persons at the discretion of the School District. 5. BONDS: The School District has the right to require a bid bond, payment bond and/or a faithful performance bond from the bidder in an amount not to exceed the amount of the contract. 6. SAMPLES: Samples of item(s) specified in this bid, when required by the Department, must be furnished free of charge to the Department. Any item not destroyed by tests may, upon request made at the time the sample is furnished, be returned at the bidder s expense. 7. WARRANTY: The contractor/supplier agrees to warrant and assume responsibility for all products (including hardware, firmware, and/or software products) that it licenses, contracts, or sells to the School District under this contract for the period of one year, unless otherwise specified and mutually agreed upon elsewhere in this contract. The contractor (seller) acknowledges that all warranties granted to the buyer by the Uniform Commercial Code of the State of Utah apply to this contract. Product liability disclaimers and/or warranty disclaimers from the seller are not applicable to this contract unless otherwise specified and mutually agreed upon elsewhere in this contract. In general, the contractor/supplier warrants that: (1) the product will do what the salesperson said it would do, (2) the product will live up to all specific claims that the manufacturer makes in their advertisements, (3) the product will be suitable for the ordinary purposes for which such product is used, (4) the product will be suitable for any special purposes that the School District has relied on the contractor s skill or judgement to consider when it advised the School District about the product, (5) the product has been properly designed and manufactured, and (6) the product is free of significant defects or unusual problems about which the School District has not been warned. Remedies available to the School District include the following: The contractor/seller will repair or replace (at no charge to the School District) the product whose nonconformance is discovered and made known to the contractor/seller in writing. If the repaired and/or replaced product proves to be inadequate, or fails of its essential purpose, the contractor/seller will refund the full amount of any payments that have been made. Nothing in this warranty will be construed to limit any rights or remedies the School District may otherwise have under this contract. 8. DEPARTMENT APPROVAL: Purchase orders placed or contracts written by the School District, as a result of this bid, will not be legally binding without the written approval of the director of the Purchasing Department. 9. AMENDMENTS: It may be necessary to issue amendments to the original specifications or bid documents. Bidders are responsible to verify whether or not they have received the latest amendments. Also, the terms of the contract shall not be waived, altered, modified, supplemented or amended in any manner whatsoever without the prior written approval of the Director of Purchasing. 10. AWARD OF CONTRACT: (a) The contract will be awarded with reasonable promptness, by written or oral notification, to the lowest responsible bidder that meets the specifications. Consideration will be given to the quality of the product(s) to be supplied, conformity to the specifications, the purpose for which required, delivery time required, discount terms and other criteria set forth in this invitation to bid. (b) The bids are opened publicly in the presence of one or more witnesses. The name of each bidder, and the amount of the bid is recorded. Each bid and the record is open to public inspection. (c) The School District may accept any item or group of items, or overall low bid, and has the right to cancel this invitation to bid at any time prior to the award of contract. (d) The School District can reject any and all bids, if the School District believes it would serve the best interest of the District. (e) Before or after the award of a contract, the School District has the right to inspect the bidder's premises and all business records to determine the holder s ability to meet contract requirements. (f) The School District does not guarantee to make any purchase under the awarded contract(s). Estimated quantities are for bidding purposes only, and not to be interpreted as a guarantee to purchase any amount. 11. CANCELLATION: Unless otherwise stated in the special terms and conditions, any contract entered into as a result of this bid may be canceled without cause by the School District upon 60 days written notice, prior to the effective date of cancellation. Cancellation may be in whole or in part. Cancellation of the contract due to Contractor default may be immediate. 12. ANTI-DISCRIMINATION ACT: The bidder agrees to abide by the provisions of the Utah Anti-discrimination Act 34 Chapter 35, U.C.A. 1953, as amended, and Title VI and Title VII of the Civil Rights Act 1964 (42 USC 2000e), which prohibit discrimination against any employee or applicant for employment, or any applicant or recipient of service, on the basis of race, religion, color, or national origin; and further agrees to abide by Executive Order No. 11246, as amended, which prohibits discrimination on the basis of sex; 45 CFR 90 which prohibits discrimination on the basis of age, and Section 504 of the Rehabilitation Act of 1973 or the Americans with Disability Act of 1990, which prohibits discrimination on the basis of disabilities. Also bidder agrees to abide by Utah s Executive Order, dated March 17, 1993, which prohibits sexual harassment in the workplace. Vendor must include this provision in every subcontract or purchase order relating to purchases by the School District to insure that the subcontractors and vendors are bound by this provision. 13. REGULATORY COMPLIANCE: The contractor/seller represents and warrants that the goods or services furnished hereunder (including all labels, packaging and containers for said goods) comply with all applicable standards, rules and regulations in effect under requirements of all Federal, State and local laws, rules and regulations as applicable, including the Occupational Safety and Health Act as amended, with respect to design, construction, manufacture or use for their intended purpose of said goods or services. As applicable, the contractor/seller shall furnish Material Safety Data Sheets in compliance to all laws. 14. TAXES: The Salt Lake City School District is exempt from the payment of Fed Excise Taxes & State Sales Tax: 11906942-005-STC General Provisions 3/08 The Salt Lake City School District does not discriminate on the basis of age, color, disability, national origin, pregnancy, race, religion, or sex. Inquiries may be directed to the Advocacy & Equity Dept. 440 E 100 S, SLC, UT 84111, (801) 578-8251 or the Office of Civil Rights, Denver, CO, (303) 844-5695