Lakeshore 5% Lakeshore Learning Materials Lakeshore Elementary 5% Contract Reference Number: Website for on-line ordering with Bid terms:

Size: px
Start display at page:

Download "Lakeshore 5% Lakeshore Learning Materials Lakeshore Elementary 5% Contract Reference Number: Website for on-line ordering with Bid terms:"

Transcription

1 Lakeshore 5% Lakeshore Learning Materials Lakeshore Elementary 5% Contract Reference Number: Website for on-line ordering with Bid terms: No Vendor Contact: Dan Parravano Phone Number: Fax Number: Discount Exceptions: General Freight Terms: Freight Free, Prepaid & Included: Yes $ Minimum: within miles: Prepaid & Added to Invoice: % added to order: Actual amount billed General Freight Terms Exceptions: Other Exceptions: Delivery ARO: 7-10 days P-Card Accepted: Yes Vendors' Principal Place of Business: California

2

3

4

5

6 Gommitted to Excellence Procurement Services CR 561 'Tavares'FL (352) Fax: (352) ' Superintendent: Susan Moxley, Ed.D. School Board Membets: District I B ll Math as District 2 Rosanne Brandeburg District 3 Marc Dodd D strict 4 Debbie Stivender District 5 Stephanie Luke September 29,2016 ffi Mr.Rafael Muro Lakeshore Learning Materials 2695 E. Dominguez St. Carson, CA RENEWAL OPTION Re: Bid 37458M Catalog Discounts - Mr. Muro, Dear$ils- enavideq Lakeshore, Lakeshore Elementary The above referenced contract is currentìy awarded to your company, but unfortunately will expire on December 31, The School Board of Lake County would be interested in the renewal of this contract, per contract specifications, by your company if possible. please complete the form below to indicate whether you wish to renew. Please return to our office no later than October 14,2016. A sworn statement under section (3), (a), Florida Statutes, on Public Entity Crimes has also been included. please fill out and return signed original before the commencement of contract on December 31, Thank you in advance for your assistance in this contract renewal. Please contact Deb Gardner a or gardnerd@lake.k12.fl.us, if you have any questions. Sincerely, )l _t. 1..,,, ;.! _,i:. Pamela Hayes, MPA, CPPO, ARM Purchasing Manager taxesnore Learning Materials is in agreementf or the renewal of the above referenced bid at the original bid prices. Period of agreementshall be an additional twelve months, expiring on December13,2017' Please Check One: I agree to extend at original contract prices K Yes trno Authbrizéd Signature Date fn" f-axe County School Board approves the renewal of the above referenced bid at the original bid prices. Period of agreement shall be an additional twelve months, expiring on December 13,2017. E Approves n Disapproves Pamela Hayes, Purchasing Man "Equal Oppo tunity in Education and Employment"

7 SWORN STATEMENT UNDER SECTION (3)(a), FLORIDA STATUTES. ON PUBLIC ENTITY CRIMES This form must be signed and sworn to in the presence of a notary public or other officer authorized to administer oaths. 1. This sworn statement is submitted to uy Lake County School Board (Print name of the public entity) Rafael Muro (Print individual's name and title) for Lakeshore Equipme rning Materials (Print name of entity submitting sworn statement) Whose business address s: 2695 E. Dominquez St. *r*n. "O n0rn5 (lf applicable) its Federal Employer ldentifìcation Number (FEIN) is (lf the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: On the attached sheet.) Required as per IRS Form W I understand that a "public entity crime" as defined in Paragraph (1Xg), Florida Statutes. means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including but not limited to, and bid or contract for goods or services to be provided to any public entity or agency or political subdivision or any other state or of the Unites States, and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. I understate that "convicted" or "conviction" as defined in Paragraph (1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. I understand that "affiliate" as defined in Paragraph (1)(a), Florida Statutes means: 1. A predecessor or successor of a person convicted of a public entity crime: or: 2. An entity under the control of any natural person who is active in the;management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those offices, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not fair market value under an arm's length agreement, shall be a facie case that one person controls another person. A person who knowingly enters into a join venture with a person who has been convicted of a public entity crime in Florida during the proceeding 36 months shall be considered an affiliate. I understand that a "person" as defined in Paragraph (1Xc), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders,

8 employees, members, and agents who are active in management of the entity. 6. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting those sworn statements. (P/ease indicate which statement applies.) / { Neither the entity submitted this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity nor affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1,1989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, member, or agents who are active in management of the entity, or an affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1,1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, member, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, However, there has been subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearing and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach a copy of the final order) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE publ c ENTITY IDENT F ED tn PARAGRAPH I (ONE) ABOVE ls FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A GONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECT]ON , FLORIDA STATUTES, FOR CATEGORY TWO OR ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM, STATE or California county or Los Angeles (Date) PERSONALLY APPEARED BEFORE ME, the undersigned authority, Rafael Muro (Name of individual signing) who, after first being sworn by me, affixed his/her signature in the space provided above on this_ day of 2_. (NOTARY PUBLTC) My Com ission Expires:

9 GALIFORiI A JURAT WITH AFFIANT STATEMEI{T GOVERNMENT CODE S 8202 S-See Attached Document (Notary to cross out lines 1-6 below) Ü $ee Staiement Below (Lines 1-6 to be completed only by document signer[s], nof Notary) Signature of Document Signer No. 1 Signature of Document Signer No.2 (if any) A notary public or other officer completing this cerlificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of County of Subscribed and sworn to (sraffi) by before me on this 1W day or ftdp þ4*,20 /þ, (1) (and RENE S SUZUKI 0ommission # Notary Public - Calilorflia Los Angeles Coung Comm. proved to me on to be the oersr the basis of satisfactory evidence before me. Signature of Notary Public Sea/ Place Notary SealAbove OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Signer(s) Other Than Named Above: Document National Notary Association US NOTARY ( ) ltem #5910

10 LAKE COUNTY SCHOOLS Leading our Children to Success Procurement Services CR 561 Tavares FL (352) Fax: (352) Superintendent: Susan Moxley, Ed.D. School Board Members: District 1 Bill Mathias District 2 Rosanne Brandeburg District 3 Tod Howard District 4 Debbie Stivender District 5 Kyleen Fischer December 20, NOTICE OF AWARD Ms. Mariela Benavides Lakeshore Learning Materials 2695 E. Dominguez St. Carson, CA RE: Bid #3745BM Catalog Discounts Dear Ms. Benavides: At their meeting held on December 16, 2013, the Lake County School Board approved the award of the above referenced bid for the catalog(s) and/or website(s) shown below. The bid proposal we received from your company will serve as the contract and will be in effect from January 1, 2014 through December 31, Purchase orders will be issued as needed. Please note that it is your responsibility to label and distribute approved printed catalogs to LCSB schools and departments. As new catalogs become available it is your responsibility to 1) submit them to the Procurement Services Department for approval; and 2) label and deliver to the schools and departments. Lakeshore Lakeshore Elementary On-line internet ordering may be allowed only if a web portal designed specifically for LCSB has been reviewed and approved by the Procurement Services Department. Such approval must be obtained prior to sending any information to the schools and departments. The Procurement Services Department must be notified of any website modifications, changes, or additions that could affect connectivity to the website during the term of this contract. A complete copy of the award recommendation letter and the bid tabulation may be viewed on the LCSB Procurement Services Department s website located at We look forward to working with you. If you have questions, please contact me at or piersonc@lake.k12.fl.us. Sincerely, Crystal Pierson, CPPB Certified Purchasing Agent Equal Opportunity in Education and Employment

11 Vendor Name: Lakeshore Learning Materials ATTACHMENT 1 COST PROPOSAL FORM Vendor Bid/Contract Reference# (if applicable): _3=-7:...4.:..::5~B:..:.:M:.:.. _ Catalog Name (Only one (1) catalog per Cost Proposal Form. Duplicate form as needed.): Lakeshore 2013 Catalog Number: -'2::0~1.:..::3:.. _ Catalog Issue Date: January 2013 Vendor has a website catalog that can be configured specifically for use by Lake County Schools for on-line ordering reflecting the special pricing offered: GJ Yes D No CHOOSE ONLY ONE OF THE FOLLOWING DISCOUNT OPTIONS: 1. Percentage Discount offered on.]!items listed in catalog: 5 % OR Percentage Discount offered by category (Vendor must provide definitive guidelines to ascertain the category in which a given item may be included.): CATEGORY DEFINE CATEGORY %DISCOUNT Supplies: Equipment: Other (Specify): % % % Discount Exceptions: :N...:.o~n'-!.:e~---- General Freight Terms (Check all that apply.) GJ Freight Free, Prepaid & Included $ minimum D within miles Prepaid & Added to Invoice D We bill % of total order- Add D We bill actual amount % to each order General Freight Terms Exceptions: --!..:N~o~n~e:. _ OtherExceptions: --!..:N~o~n~e Delivery after Receipt of Order: 7-10 business ealerelar days. Vendor's representative name for ordering purposes and questions: Representative's Name: Dan Parravano Phone Number: (800) Fax Number: {310) Address: dparravano@lakeshorelearning.com Page 14 of 22 Bid #3745BM- Catalog Discounts

12 Vendors' product lines for the Printed Catalog/Price List referenced on this Cost Proposal Form A include supplies and equipment within the following categories (check all that apply): Q] Art [1] Audio Visual [1] Classroom I Teaching Aids D Health Care [1] Library I Media [1] Music I Band D Office [1] Physical Education I Athletic [1] Science [1] Special Needs I Therapeutic Devices [1] Technology D Vocational We submit our prices and agree to adhere to all terms and conditions included in Bid #3745BM - Catalog Discounts. Company: Lakeshore Learning Materials Mailing Address: 2695 E Dominguez St. (Street) Carson. CA "'~ (C:ty, State Zip) }59!~ S1gnature:...l>..._ Jl'L\~~~-=,:...::::.-'-=~~ Type name: Mariela Benavides Title: Bid Coordinator Telephone# (800) Date Fax# (310) biddeot@lakeshorelearning.com INFORMATION ITEMS ONLY Indicate additional percentage discount if estimated number of actual orders per item exceeds 10% of the estimated quantities during each term of the agreement: N/A % The District utilizes a P-Card and in some cases would make purchases utilizing the P-Card. Indicate if your firm has the capability of accepting the P-Card for purchases at no additional charge to the District. GJ Yes DNa Since the use of a P-Card provides earlier payment to the Vendor indicate if your firm would negotiate an additional discount to the District when a P-Card is used. DYes Q] No Page 15 of 22 Bid #3745BM- Catalog Discounts

13 Vendor Name: Lakeshore Learning Materials ATTACHMENT 1 COST PROPOSAL FORM Vendor Bid/Contract Reference# (if applicable): -=-37.:...4..:..::5:..::B:..:.M:.:. _ Catalog Name (Only one (1) catalog per Cost Proposal Form. Duplicate form as needed.): Lakeshore Elementa!Y Catalog Number: _2::;0::..1:...:3~-2::;0::..1.:...4, _ Catalog Issue Date: Februrarv 2013 Vendor has a website catalog that can be configured specifically for use by Lake County Schools for on-line ordering reflecting the special pricing offered: [YJ Yes D No CHOOSE ONLY ONE OF THE FOLLOWING DISCOUNT OPTIONS: 1. Percentage Discount offered on all items listed in catalog: 5 % OR Percentage Discount offered by category (Vendor must provide definitive guidelines to ascertain the category in which a given item may be included.): CATEGORY Supplies: Equipment: Other (Specify): Discount Exceptions: _...:N..:.:o~n.!.::e::... _ General Freight Terms (Check all that apply.) [YJ Freight Free, Prepaid & Included D $ minimum 0 within miles Prepaid & Added to Invoice D We bill % of total order- Add D We bill actual amount DEFINE CATEGORY % to each order %DISCOUNT % % -----% General Freight Terms Exceptions:...!..!N:.::::o.!.!n!::.e Other Exceptions:...!..!N:.::::o.!.!n!::.e Delivery after Receipt of Order: business ealerelar days. Vendor's representative name for ordering purposes and questions: Representative's Name: Dan Parravano Phone Number: (800) Fax Number: (31 0) Address: dparravano@lakeshorelearning.com Page 14 of 22 Bid #3745BM- Catalog Discounts

14 Vendors' product lines for the Printed Catalog/Price List referenced on this Cost Proposal Form A include supplies and equipment within the following categories (check all that apply): ~ D [1] [1] Art Audio Visual Classroom I Teaching Aids Health Care Library I Media Music I Band ~ [1] D Office Physical Education I Athletic Science Special Needs I Therapeutic Devices Technology Vocational We submit our prices and agree to adhere to all terms and conditions included in Bid #3745BM - Catalog Discounts. Company: Lakeshore Learning Materials Mailing Address: 2695 E Dominguez St. (Street) (City, State Zip) S~n~ure: - Type name: Mariela Benavides Title: Bid Coordinator Telephone# (800) Fax# (310) Date 8/13/2013 biddept@lakeshorelearning.com INFORMATION ITEMS ONLY Indicate additional percentage discount if estimated number of actual orders per item exceeds 10% of the estimated quantities during each term of the agreement: N/A % The District utilizes a P-Card and in some cases would make purchases utilizing the P-Card. Indicate if your firm has the capability of accepting the P-Card for purchases at no additional charge to the District. [1] Yes 0No Since the use of a P-Card provides earlier payment to the Vendor indicate if your firm would negotiate an additional discount to the District when a P-Card is used. DYes [1] No Page 15 of22 Bid #3745BM- Catalog Discounts

15 ATTACHMENT 2 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -- Lower Tier Covered Transactions This certification is required by the Department of Education regulations implementing Executive Order 12549, Debarment and Suspension, 34 CFR Part 85, for all lower tier transactions meeting the threshold and tier requirements stated at Section Instructions for Certification 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," " person," "primary covered transaction,"" principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include the clause titled DCertification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion-Lower Tier Covered Transactions, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may but is not required to, check the Nonprocurement List. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals are 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. NAME OF APPLICANT Lakeshore Learnina Materials PRINTED NAME AND TITLE OF AUTHORIZED REPRESENTATIVE PR/AWARD #AND/OR PROJ NAME 3745BM DATE (Replaces GCS-009 (REV.12/88), which is obsolete) 8/13/2013 Page 16 of 22 Bid #3745BM- Catalog Discounts

16 ATTACHMENT 3 SWORN STATEMENT UNDER SECTION (3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES This form must be signed and sworn to in the presence of a notary public or other officer authorized to administer oaths. 1. This sworn statement is submitted to School Board of Lake County, Florida by Mariela Benavides. Bid Coordinator (Print individual's name and title) for Lakeshore Learning Materials (Print name of entity submitting sworn statement) Whose business address is: 2695 E Dominguez St.. Carson. CA (If applicable) its Federal Employer Identification Number (FEIN) is (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement on the attached sheet.) Required as per IRS Form W I understand that a "public entity crime" as defined in Paragraph (1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including but not limited to, and bid or contract for goods or services to be provided to any public entity or agency or political subdivision or any other state or of the Unites States, and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. I understate that "convicted" or "conviction" as defined in Paragraph (1 )(b), Florida Statutes. means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 4. I understand that "affiliate" as defined in Paragraph (1)(a), Florida Statutes means: A A predecessor or successor of a person convicted of a public entity crime or; B. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those offices, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not fair market value under an arm's length agreement, shall be a facie case that one person controls another person. A person who knowingly enters into a join venture with a person who has been convicted of a public entity crime in Florida during the proceeding 36 months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph (1 )(c), Florida Statutes. means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, Page 17 of 22 Bid #3745BM- Catalog Discounts

17 ~,.._ l < executives, partners, shareholders, employees, members, and agents who are active in management of the entity. 6. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting those sworn statements. (Please indicate which statement applies.) [] Neither the entity submitted this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity nor affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, D The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, member, or agents who are active in management of the entity, or an affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, D The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, member, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, However, there has been subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearing and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach a copy of the final order) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC E, PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOU PRO~~D IN SECTION , FLORIDA STATUTES, FOR CATEGORY TWO OR AN 1 Y~C NG~~0 E INFORMATION CONTAINED IN THIS FORM., N\ Jb 8/13/2013 wg;;at&e) -:::(D:o=-:ate"'-7-)=:...:...:: STATE OF California COUNTY OF Los Angeles PERSONALLY APPEARED BEFORE ME, the undersigned authority, Mariela Benavides (Name of individual signing) who, after first being this 13th day of, ~tkd by me, affixed his/her signature in the space provided above on Page 18 of22 Bid #3745BM- Catalog Discounts

18 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE 8202 ~ee Attached Document (Notary to cross out lines 1-6 below) D See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) Signature of Document Signer No. 1 State of Califomia~ County of ADRIANA l. GOWING Commiss1on # ~ Notary Public California I z Los Angeles County ~ J M~ tov': ;x~r~s ge! b2}&1:l Signature of Document Signer No. 2 (if any) Subscribed and sworn to on this ( ~ay of ~aji= ;]. by Date _ / ~ Y~r (1) At~<...' 114U~~ 7 ~ Nam9fofS~~ (2). ~ proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. r Place Notary Sea/ Above Signatur OPTIONAL rhough the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. further Description of Any Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: National Notary Association NationaiNotary.org US NOTARY ( ) Item #591 0

19 PROJECT IDENTIFICATION: Bid #3745BM- Catalog Discounts SOCIAL SECURITY NUMBER: ~94.:.,...-.!..:15::.::2~58~1!...!4"----: (lf the entity has no FEIN, include the Social Security Number of the individual signing this swom statement on the attached sheet.) Required as per IRS Fonn W-9. Page 19 of 22 Bid #3745BM- Catalog Discounts

20 ~. ATTACHMENT 4 NON-COLLUSION AFFIDAVIT State of California County of Los Angeles Mariela Benavides (Print Name) being first duly sworn, deposes and says that: ( 1) He/she is the Bid Coordinator I Representative of the Proposer that has (Owner, Partner, Officer, Representative or Agent) submitted the attached Proposal; (2) He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said Proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Proposer, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Proposer, firm or person to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Proposer, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Proposer or any other of its agents representatives, owners, employees or parties in interest, 1f?,D including this affiant. elivered in the presence of: l ~-+--,_*T~~ BY:~,~A~/+\~~----~ <::::7 \ Mariela Benavides (Printed Name) Bid Coordinator (Title) Page 20 of 22 Bid #3745BM- Catalog Discounts

21 ...,.. CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE f" See Attached Document (Notary t<;9oss out lines 1-6 below) D See Statement Below (Lines 1-9-fO be completed only by document signer[s], not Notary) -~~- '> Signature of Document Signer No. 1 Stateof~ia County of IQ. ADRIA~A > lfo,k l. GOWING Commrssron # j :~ Notary Public California f ~ los Angeles County - MyComm. Expires Dec 12, 2016 I Signature of Document Signer No. 2 (if any) Subscribed and sworn!~ore me on this ~~~ay of, 20_/2 by ~-o / nth Year (1) I ~~ /3z/l&IA~ I 7 (2) ttic<.-r Nam~f Signefpf proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Place Notary Sea/ Above Signaturf{ ~~t:u' OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Further Description of Any Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: National Notary Association NationaiNotary.org US NOTARY ( ) Item #5910

22 Name of bidder: ATTACHMENT 5 BIDDER'S STATEMENT OF PRINCIPAL PLACE OF BUSINESS (To be completed by each Bidder) Lakeshore Learning Materials Identify the state in which the bidder has its principal place of business: --"C<->a"'-l.:..:.ifo::=.!rn..:..:i_,.,a' INSTRUCTIONS: IF your principal place of business above is located within the State of Florida, provide the information as indicated above and return this form with your bid response. No further action is required. IF your principal place of business is outside of the State of Florida, the following must be completed by an attorney and returned with your bid response. Failure to comply shall be considered to be non-responsive to the terms of this solicitation. OPINION OF OUT-OF-STATE BIDDER'S ATTORNEY ON BIDDING PREFERENCES (To be completed by the Attorney for an Out-of-State Bidder) NOTICE: Section (2), Fla. Stat., provides that "a vendor whose principal place of business is outside this state must accompany any written bid, proposal, or reply documents with a written opinion of an attorney at law licensed to practice law in that foreign state, as to the preferences, if any or none, granted by the law of that state [or political subdivision thereof] to its own business entities whose principal places of business are in that foreign state in the letting of any or all public contracts." See also: Section (1), Fla. Stat. LEGAL OPINION ABOUT STATE BIDDING PREFERENCES (Please Select One) The bidder's principal place of business is in the State of and it is my legal opinion that the laws of that state do not grant a preference in the letting of any or all public contracts to business entities whose principal places of business are in that state. _X The bidder's principal place of business is in the State of california and it is my legal opinion that the laws of that state grant the following preference(s) in the letting of any or all public contracts to business entities whose principal places of business are in that state: [Please describe applicable preference(s) and identify applicable state law(s)]: 5~ preference for gyalified local small businesses (1ridependent, non~ominant, ga~ j~e:] rror~f ~ill) :ew~&t~. l ggv:~~pff48~gder~~.;e~e~ft) fg g et seq. LEGAL OPINION ABOUT POLITICAL SUBDIVISION BIDDING PREFERENCES (Please Select One) The bidder's principal place of business is in the political subdivision of and it is my legal opinion that the laws of that political subdivision do not grant a preference in the letting of any or all public contracts to business entities whose principal places of business are in that political subdivision. I..os Angeles _x The bidder's principal place of business is in the political subdivision of County and it is my legal opinion that the laws of that political subdivision grant the following preference(s) in the letting of any or all public contracts to business entities whose principal places of business are in that political subdivision: [Please describe applicable preference{s) and identify applicable authority granting the preference(s)]:. ~ nrataran~a r~r ~Arrified small business WhiCh ~6~at rl in councymfor-at least a year. ::>ee Signature of out-of-state bidder's attorney:.""'---.&&.,_.jl~"'-+~...:-:;~;;. z:::==~-~ Printed name of out-of-state bidder's attorney: ~Mi":" ~c':'ha~e::l~el.i..l. -:-Chal.dd~i,J,t=-:---: :: Address of out-of-state bidder's attorney: W Olympic Blvd, I..os Angeles, CA Telephone Number of out-of-state bidder's attorney: ( 310) address of out-of-state bidder's attorney: mxc._ msk com.~ Attorney's states of bar admission: Page 21 of 22 Bid #37 45BM - Catalog Discounts

23 COMPANY NAME: Lakeshore Learning Materials INVITATION TO BID SCHOOL BOARD OF LAKE COUNTY PURCHASING DEPARTMENT COUNTY ROAD 561 TAVARES, FLORIDA The School Board of Lake County, Tavares, Florida solicits your company to submit a bid on our Bid #3745BM- Catalog Discounts. All terms and conditions below are a part of this Invitation to Bid (ITS) and no bids will be accepted unless the Vendor complies with all conditions required herein. Rights are reserved by the School Board of Lake County to accept or reject any and all bids and to waive all technicalities and award in the best interest of the Board. The Board does not sign contract forms provided by Vendors. The bid, request for proposal, or invitation to negotiate with the Vendor's signature will constitute an offer to sell to the Board under the stated terms and conditions. All prospective vendors are hereby cautioned not to contact any Board member of the School Board of Lake County or any other employee, officer, staff or agent, nor to attempt to persuade or promote through other channels. All contacts must be channeled through the Procurement Department. Failure to comply with these procedures shall be cause for disqualification of firm's Submittal. From the notice of publication until 72 hours after the posting of the recommendation of award only the Purchasing Department should be contacted concerning any questions concerning this bid. No other employee, officer, staff or agent of the School Board should be contacted during this period. All questions/concerns shall be directed, in writing, to: Beth Minnix, Certified Purchasing Agent minnixb@lake.k12.fl.us Fax: Address: CR 561 Tavares, Florida Formal bid openings will no longer be held for bids other than construction. Only the names of the bidders will be read. 1. BIDDERS RESPONSIBILITY: Before submitting their bid, each Vendor is required to carefully examine the invitation to bid specifications and to completely familiarize themselves with all of the terms and conditions that are contained within this bid. Ignorance on the part of the Vendor will in no way relieve them of any of the obligations and responsibilities, which are a part of this bid. 2. SCOPE OF WORK I SPECIFICATIONS: The purpose and intent of this bid is to establish and document purchase terms for a fixed discount and freight terms commensurate with the potential purchasing volume of Lake County Schools from a variety of vendor's catalogs. Vendors with product lines that include supplies and equipment within the following categories will be considered: A. Art B. Audio Visual C. Classroom I Teaching Aids D. Health Care Page 1 of 22 Bid #3745BM- Catalog Discounts

24 employee working solely for the Successful Vendor(s) any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. In the event of a breach of this provision, the School Board shall have the right to terminate this Agreement without further liability, and at its discretion, deduct from the contract price, or otherwise recover, the full amount of any such fee, commission, percentage, gift, or consideration paid in breach of this Agreement. 38. OWNERSHIP OF DOCUMENTS: All data, specifications, calculations, estimates, plans, drawings, construction documents, photographs, summaries, reports, memoranda, and other documents, instruments, information and material prepared or accumulated by the Successful Vendor(s) (or by such sub-consultants and specialty consultants) in rendering services hereunder shall be the sole property of the School Board who may have access to the reproducible copies at no additional cost other than printing. Provided, that the Successful Vendor(s) shall in no way be liable or legally responsible to anyone for the School Board's use of any such materials for another Project, or following termination. All original documents shall be permanently kept on file at the office of the Successful Vendor(s). 39. INDEPENDENT CONTRACTOR(S): The Successful Vendor(s) agrees that he or she is an independent contractor(s) and not an agent, joint venturer, or employee of the School Board, and nothing in this Agreement shall be construed to be inconsistent with this relationship or status. None of the benefits provided by The SCHOOL BOARD to its employees, including but not limited to, workers' compensation insurance, unemployment insurance, or retirement benefits, are available from the School Board to the Successful Vendor(s). Further, Successful Vendor(s) will be responsible for paying its own Federal income tax and self-employment tax, or any other taxes applicable to the compensation paid under this Agreement. The Successful Vendor(s) shall be solely and entirely responsible for his or her acts during the performance of this Agreement. 40. ASSIGNMENT: Neither party shall have the power to assign any of the duties or rights or any claim arising out of or related to the Agreement, whether arising in tort, contract, or otherwise, without the written consent of the other party. These conditions and the entire Agreement are binding on the heirs, successors, and assigns of the parties hereto. 41. NO THIRD PARTY BENEFICIARIES: This Agreement gives no rights or benefits to anyone other than the Successful Vendor(s) and the School Board. 42. JURISDICTION: The laws of the State of Florida shall govern the validity of this Agreement, its interpretation and performance, and any other claims related to it. In the event of any litigation arising under or construing this Agreement, venue shall lie only in Lake County, Florida. 43. CONTACT PERSON: The primary contact person under this Agreement for the Successful Vendor(s) shall be Mariela Benavides. The primary contact person under this Agreement for the SCHOOL BOARD shall be Deborah Gardner, Purchasing Department. 44. Approval of Personnel: The School Board reserves the right to approve the contact person and the persons actually performing the services on behalf of the Successful Vendor(s) pursuant to this Agreement. If School Board, in its sole discretion, is dissatisfied with the contact person or the person or persons actually performing the services on behalf of the Successful Vendor(s) pursuant to this Agreement, School Board may require that the Successful Vendor(s) assign a different person or persons to be the contact person or to perform the Successful Vendor(s) services hereunder. 45. DISCLOSURE OF CONFLICT: The Successful Vendor(s) has an obligation to disclose to the School Board any situation that, while acting pursuant to this Agreement, would create a Page 9 of 22 Bid #3745BM- Catalog Discounts

25 potential conflict of interest between the Successful Vendor(s) and his duties under this Agreement. 46. BACKGROUND INVESTIGATIONS: The Successful Vendor(s) represents and warrants to the School Board that the Successful Vendor(s) has read and is familiar with Florida Statute Sections , , , and regarding background investigations. Successful Vendor(s) covenants to comply with all requirements of the above-cited statutes and shall provide School Board with proof of compliance upon request. Successful Vendor(s) agrees to indemnify and hold harmless the School Board, its officers, agents, and employees from any liability in the form of physical injury, death, or property damage resulting from the Successful Vendor(s)'S failure to comply with the requirements of this paragraph or Florida Statute Sections , , and DEFAULT; LIQUIDATED DAMAGES: In the event of default by Successful Vendor(s) for failure to perform under this Agreement the Successful Vendor(s) shall pay the School Board as liquidated damages a minimum amount of either 10% of the total price of the Contract or $5,000.00, whichever amount is larger. 48. ATTORNEYS' FEES: In the event litigation is required by either party to enforce the terms of this Agreement, the prevailing party of such action shall, in addition to all other relief granted or awarded by the court, be entitled to judgment for reasonable attorney's fees, incurred by reason of such action and all costs of arbitration or suit and those incurred in preparation thereof at both the trial and appellate levels, and in bankruptcy proceedings. 49. MODIFICATIONS AND AMENDMENTS: This Agreement may be modified or amended only by a written document signed by authorized representatives of the Successful Vendor(s) and School Board. 50. SUBCONTRACTS AND ASSIGNMENT: Successful Vendor(s) shall not subcontract or assign any of the work contemplated under this Agreement without first obtaining written approval from the School Board. Any subcontractor(s) or assignee shall be bound by the terms of this Agreement, including, but not limited to, the fingerprinting, insurance and indemnification provisions. 51. ENTIRE AGREEMENT: This constitutes the entire agreement between School Board and Successful Vendor(s) and supersedes any prior or contemporaneous understanding or agreement with respect to the services contemplated herein. 52. SEVERABILITY CLAUSE: If any provision of this Agreement is held in whole or in part to be unenforceable for any reason, the remainder of that provision and/or the entire agreement shall be severable and remain in effect. 53. NOTICES: A. All notices, demands, or other writings required to be given or made or sent in this Agreement, or which may be given or made or sent, by either party to the other, shall be deemed to have been fully given or made or sent when in writing and addressed as follows: School Board: Procurement Services CR 561 Tavares, Florida Vendor: Page 10 of 22 Bid #3745BM- Catalog Discounts Lakeshore Learning Materials 2695 E Dominguez St. Carson. CA 90895

Pearson Education, Inc. Pearson Career & Technical Education 0% Contract Reference Number: Website for on-line ordering with Bid terms:

Pearson Education, Inc. Pearson Career & Technical Education 0% Contract Reference Number: Website for on-line ordering with Bid terms: Pearson Education, Inc. Pearson Career & Technical Education 0% Contract Reference Number: Website for on-line ordering with Bid terms: No Vendor Contact: Customer Service email: k12cs@custhelp.com Phone

More information

Valiant National AV Supply Valiant National AV Supply 5%

Valiant National AV Supply Valiant National AV Supply 5% Valiant National AV Supply Valiant National AV Supply 5% X 9/20/2017 LAKE COUNTY SCHOOLS Leading our Children to Success Procurement Services 29529 CR 561 Tavares FL 32778 (352) 253-6760 Fax: (352)

More information

Constructive Playthings Constructive Playthings 15% Contract Reference Number: Website for on-line ordering with Bid terms:

Constructive Playthings Constructive Playthings 15% Contract Reference Number: Website for on-line ordering with Bid terms: Constructive Playthings Constructive Playthings 15% Contract Reference Number: 8315JB Website for on-line ordering with Bid terms: No Vendor Contact: Jordan Bryant email: bids@constructiveplaythings.com

More information

CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION CONTRACTS/SUBCONTRACTS

CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION CONTRACTS/SUBCONTRACTS CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION CONTRACTS/SUBCONTRACTS This certification is required by the regulations implementing Executive Order 12549, Debarment

More information

CERTIFICATION FORMS FORM 1 OF 3 CERTIFICATION & SWORN STATEMENT PURSUANT TO SECTION (3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES

CERTIFICATION FORMS FORM 1 OF 3 CERTIFICATION & SWORN STATEMENT PURSUANT TO SECTION (3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES FORM 1 OF 3 CERTIFICATION & SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES 1. This sworn statement and certification is submitted to CareerSource Palm Beach

More information

LEGAL AD. Invitation to Bid Bid No For the purchase of 1 new Motor Grader

LEGAL AD. Invitation to Bid Bid No For the purchase of 1 new Motor Grader LEGAL AD Invitation to Bid Bid No. 2018-11 For the purchase of 1 new Motor Grader The Baker County Board of Commissioners will be accepting bids until June 21, 2018 at 3:30pm. Specifications may be obtained

More information

CITY OF MIAMI DEPARTMENT OF COMMUNITY DEVELOPMENT

CITY OF MIAMI DEPARTMENT OF COMMUNITY DEVELOPMENT CITY OF MIAMI DEPARTMENT OF COMMUNITY DEVELOPMENT REQUEST FOR QUALIFICATIONS: GENERAL CONTRACTORS SPECIALIZING IN ELECTRICAL, PLUMBING, ROOFING, LEAD HAZARD CONTROL, AND NEW RESIDENTIAL CONSTRUCTION FOR

More information

Request for Qualifications RFQ #

Request for Qualifications RFQ # Professional Engineering, Surveying and Environmental Continuing Contract Services Request for Qualifications RFQ #2018-02 Facilities & Operations St. Johns County School District 3740 International Golf

More information

Newman Adaptive/Alert Seats 15% Pennsylvania

Newman Adaptive/Alert Seats 15% Pennsylvania Fitness on the Job, Inc. dba Newman Adaptive/Alert Seats Contract Reference Number: Website for on-line ordering with Bid terms: Vendor Contact: email: Phone Number: Newman Adaptive/Alert Seats 15% No

More information

School Nurse Supply, Inc. School Nurse Supply, Inc. 7% Contract Reference Number: Website for on-line ordering with Bid terms:

School Nurse Supply, Inc. School Nurse Supply, Inc. 7% Contract Reference Number: Website for on-line ordering with Bid terms: School Nurse Supply, Inc. School Nurse Supply, Inc. 7% Contract Reference Number: Website for on-line ordering with Bid terms: No Vendor Contact: Jeff Giesel email: jgiesel@schoolnursesupplyinc.com Phone

More information

ADDENDUM #3 May 30, 2017 ROLL-ON/ROLL-OFF DOCK REPLACEMENT GORDON A. FINCH MOLASSES DOCK TERMINAL ST. CROIX, U.S. VIRGIN ISLANDS

ADDENDUM #3 May 30, 2017 ROLL-ON/ROLL-OFF DOCK REPLACEMENT GORDON A. FINCH MOLASSES DOCK TERMINAL ST. CROIX, U.S. VIRGIN ISLANDS ADDENDUM #3 May 30, 2017 ROLL-ON/ROLL-OFF DOCK REPLACEMENT GORDON A. FINCH MOLASSES DOCK TERMINAL ST. CROIX, U.S. VIRGIN ISLANDS This addendum modifies or interprets the proposal documents by additions,

More information

CODE ENFORCEMENT MAGISTRATE RFP

CODE ENFORCEMENT MAGISTRATE RFP CODE ENFORCEMENT MAGISTRATE RFP-003-2016 TOWN OF EATONVILLE PROCUREMENT DIVISION 307 E KENNEDY BLVD. EATONVILLE FLORIDA 32751 PHONE: (407) 623-8908 EMAIL: echua@townofeatonville.org Prepared by: Roger

More information

DESIGN - BUILD PROPOSAL OF

DESIGN - BUILD PROPOSAL OF DESIGN - BUILD PROPOSAL OF (Proposer's Firm Name) (Prequalified Name, if Applicable) (Proposing Firm's Physical Address - City - State -- Zip) F.E.I.D. No. Telephone No. FAX No. Email Address for constructing

More information

FLORIDA KEYS MOSQUITO CONTROL DISTRICT 5224 COLLEGE ROAD STOCK ISLAND, KEY WEST, FLORIDA RFP JET A FUEL

FLORIDA KEYS MOSQUITO CONTROL DISTRICT 5224 COLLEGE ROAD STOCK ISLAND, KEY WEST, FLORIDA RFP JET A FUEL FLORIDA KEYS MOSQUITO CONTROL DISTRICT 5224 COLLEGE ROAD STOCK ISLAND, KEY WEST, FLORIDA RFP 2017-04 JET A FUEL Submissions must be in an envelope separate from any express mail or courier envelopes, as

More information

Attachment C Federal Clauses & Certifications

Attachment C Federal Clauses & Certifications 1.0 No Obligation by the Federal Government. (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or

More information

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner QUOTE DOCUMENTS FOR KING PARKING EXPANSION 1849 Forest Avenue Des Moines, Iowa QUOTE # Q6747 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, Iowa 50316 DES MOINES PUBLIC

More information

Certifications. Form AD-1047 (1/92)

Certifications. Form AD-1047 (1/92) Form AD-1047 (1/92) Certifications The following instructions and forms are included for informational purposes only. Certifications are accomplished by signing Form CSREES-2002, Proposal Cover Page. Please

More information

NEW YORK CITY TRANSIT AUTHORITY. Division of Materiel. Schedule F

NEW YORK CITY TRANSIT AUTHORITY. Division of Materiel. Schedule F NEW YORK CITY TRANSIT AUTHORITY Schedule F FEDERAL CERTIFICATION, DISCLOSURE, DISADVANTAGED BUSINESS ENTERPRISE AND EQUAL EMPLOYMENT OPPORTUNITY FORMS Page No. Certification Regarding Debarment, Suspension,

More information

APPENDIX A INITIAL TECHNICAL PROPOSAL FORMS. 3. Acknowledgement of Receipt of Addenda Form

APPENDIX A INITIAL TECHNICAL PROPOSAL FORMS. 3. Acknowledgement of Receipt of Addenda Form APPENDIX A INITIAL TECHNICAL PROPOSAL FORMS 1. Transmittal Letter 2. Bid/Proposal Affidavit 3. Acknowledgement of Receipt of Addenda Form 3. MBE Attachment M1-A This form MUST be provided or the Proposal

More information

RFQ-CD Re-Bid Wildfire Underbrush Mowing. Required Submittal Packet

RFQ-CD Re-Bid Wildfire Underbrush Mowing. Required Submittal Packet RFQ-CD-09-011 Re-Bid Wildfire Underbrush Mowing Required Submittal Packet 1. The following eleven (11) pages, filled out completely, returned as Section 1 - Required Submittals 2. All addenda (signed and

More information

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088 QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT 3010 center Street Des Moines, Iowa 50312 QUOTE # Q7088 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, IA 50316 DES

More information

ATTACHMENT A. CERTIFICATION REGARDING MINORITY BUSINESS ENTERPRISES (applicable if an MBE goal is set)

ATTACHMENT A. CERTIFICATION REGARDING MINORITY BUSINESS ENTERPRISES (applicable if an MBE goal is set) ATTACHMENT A BID/PROPOSAL AFFIDAVIT Page 1 of 7 A. AUTHORIZED REPRESENTATIVE I HEREBY AFFIRM THAT: I am the (title) and the duly authorized representative of (business) and that I possess the legal authority

More information

RFP FLORIDA KEYS MOSQUITO CONTROL DISTRICT REQUEST FOR PROPOSALS

RFP FLORIDA KEYS MOSQUITO CONTROL DISTRICT REQUEST FOR PROPOSALS RFP 2018-05 FLORIDA KEYS MOSQUITO CONTROL DISTRICT REQUEST FOR PROPOSALS Notice is hereby given that the Board of Commissioners for the Florida Keys Mosquito Control District, at 503 107 th Street, Marathon,

More information

U.S. DEPARTMENT OF AGRICULTURE. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions

U.S. DEPARTMENT OF AGRICULTURE. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions U.S. DEPARTMENT OF AGRICULTURE Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions This certification is required by the regulations implementing

More information

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT TO IB PAGE TO: Clerk of the Board INLAND VALLEY DEVELOPMENT AGENCY 1601 E. Third Street San Bernardino, CA 92408 BID: Pursuant to your published Notice

More information

CERTIFICATION OF PROSPECTIVE CONTRACTOR REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION

CERTIFICATION OF PROSPECTIVE CONTRACTOR REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION BIDDER/PROPOSER: CERTIFICATION OF PROSPECTIVE CONTRACTOR REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION PRIMARY COVERED TRANSACTIONS MUST BE COMPLETED BY BIDDER FOR CONTRACT VALUE

More information

McCRACKEN COUNTY BOARD OF EDUCATION

McCRACKEN COUNTY BOARD OF EDUCATION McCRACKEN COUNTY BOARD OF EDUCATION INVITATION TO BID OFFICE SUPPLIES The McCracken County Board of Education invites you to submit a sealed bid for Office Supplies, as shown in the following pages, for

More information

ITB-PW Concrete psi with Fiber Mesh. Required Submittals

ITB-PW Concrete psi with Fiber Mesh. Required Submittals Required Submittals 1. All addenda (signed and dated) 2. Summary of Litigation (if not applicable, please state so) 3. License Sanctions (if not applicable, please state so) 4. References 5. The following

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

ISLANDER LANDING GEAR OVERHAUL

ISLANDER LANDING GEAR OVERHAUL FLORIDA KEYS MOSQUITO CONTROL DISTRICT 5224 COLLEGE ROAD STOCK ISLAND, KEY WEST, FLORIDA RFP 2017-01 ISLANDER LANDING GEAR OVERHAUL Submissions must be in an envelope separate from any express mail or

More information

REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES RFQ NO. NBV

REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES RFQ NO. NBV REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES RFQ NO. NBV 2019-001 Public Notice is hereby given that North Bay Village, Florida is soliciting qualifications from Florida Licensed Attorneys and/or Firms

More information

RFP FLORIDA KEYS MOSQUITO CONTROL DISTRICT REQUEST FOR PROPOSALS

RFP FLORIDA KEYS MOSQUITO CONTROL DISTRICT REQUEST FOR PROPOSALS RFP 2018-06 FLORIDA KEYS MOSQUITO CONTROL DISTRICT REQUEST FOR PROPOSALS Notice is hereby given that the Board of Commissioners for the Florida Keys Mosquito Control District, at 503 107 th Street, Marathon,

More information

ATTACHMENT U.3. Representations, Certifications and Other Statements of Offerors/Bidders

ATTACHMENT U.3. Representations, Certifications and Other Statements of Offerors/Bidders ATTACHMENT U.3 Representations, Certifications and Other Statements of Offerors/Bidders Company Name Page 1 of 13 REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS/BIDDERS The following

More information

ITB-CD Re-Bid Term Contract for Code Enforcement Mowing and General Clean Up Services. Required Submittal Packet. Revised per Addendum 2

ITB-CD Re-Bid Term Contract for Code Enforcement Mowing and General Clean Up Services. Required Submittal Packet. Revised per Addendum 2 ITB-CD-09-10 Re-Bid Term Contract for Code Enforcement Mowing and General Clean Up Services Required Submittal Packet Revised per Addendum 2 1. All addenda (signed and dated) 2. The following fourteen

More information

BUSINESS PROPOSAL FORM 1 PROPOSAL TRANSMITTAL LETTER. (To be typed on Proposer s Letterhead)

BUSINESS PROPOSAL FORM 1 PROPOSAL TRANSMITTAL LETTER. (To be typed on Proposer s Letterhead) BUSINESS PROPOSAL FORM 1 PROPOSAL TRANSMITTAL LETTER (To be typed on Proposer s Letterhead) John Dettle Engineering Manager Public Works Department City of Torrance 20500 Madrona Avenue Torrance, CA 90503

More information

WASHINGTON COUNTY PUBLIC SCHOOLS Downsville Pike, Hagerstown, Maryland 21740

WASHINGTON COUNTY PUBLIC SCHOOLS Downsville Pike, Hagerstown, Maryland 21740 WASHINGTON COUNTY PUBLIC SCHOOLS 10435 Downsville Pike, Hagerstown, Maryland 21740 MANDATORY BID/PROPOSAL AFFIDAVIT COMAR 21.05.08.07 Bidder shall complete and submit this bid/proposal affidavit to the

More information

MARYLAND STATE TREASURER LOUIS L. GOLDSTEIN TREASURY BUILDING ANNAPOLIS, MARYLAND 21401

MARYLAND STATE TREASURER LOUIS L. GOLDSTEIN TREASURY BUILDING ANNAPOLIS, MARYLAND 21401 NANCY K. KOPP TREASURER BERNADETTE T. BENIK DIRECTOR OF OPERATIONS MARYLAND STATE TREASURER LOUIS L. GOLDSTEIN TREASURY BUILDING ANNAPOLIS, MARYLAND 21401 May 7, 2009 Re: Request for Proposals for General

More information

5.; <. (3. ; 5 )$ )!!,5. 2*3 = ( ; ;. ( 5

5.; <. (3. ; 5 )$ )!!,5. 2*3 = ( ; ;. ( 5 ! "#$!%&'(&) *+"#$!%&'(&'," -./ 0 " 1.2 *3#2*3% 4.45 "67 8 9 : " 5)' )!! 5.;

More information

shipped by common carrier

shipped by common carrier MFAC, LLC Contract Reference Number: Website for on-line ordering with Bid terms: Vendor Contact: email: Phone Number: Fax Number: Discount Exceptions: General Freight Terms: Freight Free, Prepaid & Included:

More information

Tulsa Community College

Tulsa Community College Tulsa Community College Request for Proposal For Banking Services Project #: RFP-17001-BC RFP Issue Date: October 14, 2016 Proposal Due Date/Time: October 28, 2016 2:00 PM CST Submit Proposals to: Tulsa

More information

FEDERAL CERTIFICATIONS Sponsored Center

FEDERAL CERTIFICATIONS Sponsored Center The undersigned states that: FEDERAL CERTIFICATIONS Sponsored Center 1. He or she is the duly authorized representative of the Contractor named below; 2. He or she is authorized to make, and does hereby

More information

Streaming Agent Referral Agreement

Streaming Agent Referral Agreement STREAMGUYS Authorized Streaming Agent Agreement Please complete and fax back entire agreement to us at 1-707-516-0009 Streaming Agent Referral Agreement This Streaming Agent Referral Agreement ( Agreement

More information

INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Name: Individual: Business: (mark one)

INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Name: Individual: Business: (mark one) INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Part One: University Information ( University or KSU) Contracting University Department/Office: Contracting

More information

LOAN GUARANTEE AGREEMENT. dated as of [ ], 20[ ] among. THE HOLDERS identified herein, their successors and permitted assigns, and

LOAN GUARANTEE AGREEMENT. dated as of [ ], 20[ ] among. THE HOLDERS identified herein, their successors and permitted assigns, and [FLOATING RATE GUARANTEED OBLIGATIONS] LOAN GUARANTEE AGREEMENT dated as of [ ], 20[ ] among THE HOLDERS identified herein, their successors and permitted assigns, and THE UNITED STATES DEPARTMENT OF ENERGY,

More information

Request for Proposal 2019 Calendar Year

Request for Proposal 2019 Calendar Year Borough of Lavallette Planning Board Request for Proposal 2019 Calendar Year Subject: Planning Board Attorney Introduction The Borough of Lavallette is a town of approximately 2,300 residents on the barrier

More information

Mosquito Control Adulticides. Cut along the outer border and affix this label to your sealed envelope to identify it as a Sealed Proposal.

Mosquito Control Adulticides. Cut along the outer border and affix this label to your sealed envelope to identify it as a Sealed Proposal. FLORIDA KEYS MOSQUITO CONTROL DISTRICT 5224 COLLEGE ROAD STOCK ISLAND, KEY WEST, FLORIDA RFP 2018-02 Mosquito Control Adulticides Submissions must be in an envelope separate from any express mail or courier

More information

PROPOSAL SUBMISSION AGREEMENT

PROPOSAL SUBMISSION AGREEMENT PROPOSAL SUBMISSION AGREEMENT THIS PROPOSAL SUBMISSION AGREEMENT (this Agreement ) is made and entered into effective on, 2014 (the Effective Date ), by, a ( Bidder ), in favor of Entergy Arkansas, Inc.

More information

BID SUBMISSION DOCUMENTS FOR BOBBITT MID-RISE CARPET REPLACEMENT

BID SUBMISSION DOCUMENTS FOR BOBBITT MID-RISE CARPET REPLACEMENT BID SUBMISSION DOCUMENTS FOR BOBBITT MID-RISE CARPET REPLACEMENT Please read carefully all information contained in the Project Manual and follow instructions for completion of each document required.

More information

BULK USER AGREEMENT RECITALS

BULK USER AGREEMENT RECITALS BULK USER AGREEMENT This BULK USER AGREEMENT ( Agreement ) is entered into this day of 20 by and between the ( Company ), and the Recorder of County, Indiana (the County Recorder or County ). Both shall

More information

This is NOT AN ORDER, it is an invitation for a competitive sealed proposal.

This is NOT AN ORDER, it is an invitation for a competitive sealed proposal. 9701 S. JACKSON RD. PHARR, TX 78577 This is NOT AN ORDER, it is an invitation for a competitive sealed proposal. PROPOSAL RECEIVING DATE: June 14, 2018 TIME: 9:00a.m. PROPOSAL OPENING DATE: June 14, 2018

More information

EXHIBIT 3 - FORMS REQUIRED FOR SUBMISSION WITH PROPOSAL ATTACHMENT A BUSINESS OVERVIEW AND QUESTIONNAIRE FORM TABLE 1 GENERAL INFORMATION

EXHIBIT 3 - FORMS REQUIRED FOR SUBMISSION WITH PROPOSAL ATTACHMENT A BUSINESS OVERVIEW AND QUESTIONNAIRE FORM TABLE 1 GENERAL INFORMATION ATTACHMENT A BUSINESS OVERVIEW AND QUESTIONNAIRE FORM TABLE 1 GENERAL INFORMATION Organization Doing Business As: Business Address of Principle Office: Main Telephone Number: Fax Number: Web Site Address:

More information

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017 SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL Issued: June 2, 2017 Proposals Due: Thursday, June 22, 2017 SCOTT COUNTY CDA, Shakopee,

More information

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ]

EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT VIRGINIA DEPARTMENT OF TRANSPORTATION 1401 EAST BROAD STREET RICHMOND, VA ATTN: [ ] EXHIBIT F-1 (I) FORM OF DESIGN-BUILD LETTER OF CREDIT IRREVOCABLE STANDBY DESIGN-BUILD LETTER OF CREDIT ISSUER PLACE FOR PRESENTATION OF DRAFT APPLICANT BENEFICIARY [ ] [Name and address of banking institution

More information

00400 BID FORMS AND SUPPLEMENTS

00400 BID FORMS AND SUPPLEMENTS 00400 BID FORMS AND SUPPLEMENTS TABLE OF CONTENTS Item Number Bid Form...... 00410 1 Bid Bond...... 00430 1 List of Proposed Subcontractors...... 00440 1 List of Proposed Material Suppliers...... 00440

More information

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

Bidders shall execute the following forms and return the signed original with their proposal. Required Forms Bidders shall execute the following forms and return the signed original with their proposal. Bid Certification Bidder certifies that they have not offered any pecuniary benefit or thing

More information

State of Florida PUR 1001 General Instructions to Respondents

State of Florida PUR 1001 General Instructions to Respondents State of Florida PUR 1001 General Instructions to Respondents Contents 1. Definitions. 2. General Instructions. 3. Electronic Submission of Responses. 4. Terms and Conditions. 5. Questions. 6. Conflict

More information

CONTRACT FOR SALE AND PURCHASE

CONTRACT FOR SALE AND PURCHASE CONTRACT FOR SALE AND PURCHASE THIS CONTRACT FOR SALE AND PURCHASE ("Agreement") is entered into on this day of, 20, by and between BROWARD COUNTY, a political subdivision of the State of Florida ("COUNTY''

More information

REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System

REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System Issued by: The City of Sandusky, Ohio Issued: October 16, 2013 Contact Person: Donald Rumbutis City of

More information

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR MUNICIPAL PROSECUTOR The Borough of Lavallette, located on a barrier

More information

CITY OF PALMETTO COMMUNITY REDEVELOPMENT AGENCY REQUEST FOR PROPOSAL TH AVENUE WEST

CITY OF PALMETTO COMMUNITY REDEVELOPMENT AGENCY REQUEST FOR PROPOSAL TH AVENUE WEST 705 10 TH AVENUE WEST January 22, 2015 Proposals Must Be Submitted No Later Than Wednesday, February 25, 2014 at 2:00pm EST The City of Palmetto s Community Redevelopment Agency (CRA) is requesting sealed

More information

Sunnyside Valley Irrigation District

Sunnyside Valley Irrigation District 2019 Perforated HDPE Pipe Bid Package Sealed bids will be received until 11:00 am. January 4th, 2019 at Field Office 1105 Yakima Valley Hwy. P.O. Box 239 Sunnyside, WA 98944 509-837-6980 Project Contact:

More information

INVITATION TO BID FOR AIR FILTERS ITB NO: DMS-15/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES

INVITATION TO BID FOR AIR FILTERS ITB NO: DMS-15/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES 4050 Esplanade Way Tallahassee, Florida 32399-0950 Tel: 850.488.2786 Fax: 850.922.6149 Rick Scott, Governor Chad Poppell, Secretary INVITATION TO BID FOR AIR FILTERS ITB NO: DMS-15/16-038 THE STATE OF

More information

Consultant Allies Terms and Conditions

Consultant Allies Terms and Conditions This Consultant Allies Member Agreement (this Agreement ) constitutes a binding legal contract between you, the Member ( Member or You ), and Consultant Allies, LLC, ( Consultant Allies ), which owns and

More information

Contract to Purchase Pre-Plated Meals

Contract to Purchase Pre-Plated Meals COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF EDUCATION 333 MARKET STREET HARRISBURG, PA 17126-0333 www.pde.state.pa.us Contract to Purchase Pre-Plated Meals Propel Charter Schools, Inc 103-02-000-2 July

More information

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF SERVICES-BOROUGH RISK MANAGER. ISSUE DATE: October 30, DUE DATE: December 1, 2017

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF SERVICES-BOROUGH RISK MANAGER. ISSUE DATE: October 30, DUE DATE: December 1, 2017 REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF SERVICES-BOROUGH RISK MANAGER ISSUE DATE: October 30, 2017 DUE DATE: December 1, 2017 Issued By: Borough of Oakland GLOSSARY The following definitions shall

More information

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK REQUEST FOR PROPOSALS RFP 11-13 SEASONAL ARTIFICIAL ICE SKATING RINK Page 2 of 13 REQUEST FOR PROPOSALS (RFP) 11-13 SEASONAL ARTIFICIAL ICE SKATING RINK Sealed Proposals for Purchasing RFP 11-13 Seasonal

More information

CITY OF NORTH LAS VEGAS BID PROPOSAL., (hereinafter called Bidder)* a *, organized and existing under the laws of the State of

CITY OF NORTH LAS VEGAS BID PROPOSAL., (hereinafter called Bidder)* a *, organized and existing under the laws of the State of CITY OF NORTH LAS VEGAS BID PROPOSAL Bid No.1343 Labor Commission Bid No. PWP-CL-2009-337 Bid of, doing business as:, (hereinafter called Bidder)* a *, organized and existing under the laws of the State

More information

CITY OF CAPE CORAL REQUEST FOR QUALIFICATIONS LETTER OF INTEREST- UNIONILABOR NEGOTIATOR. RFQ CM10-24lKS

CITY OF CAPE CORAL REQUEST FOR QUALIFICATIONS LETTER OF INTEREST- UNIONILABOR NEGOTIATOR. RFQ CM10-24lKS CITY OF CAPE CORAL REQUEST FOR QUALIFICATIONS LETTER OF INTEREST- UNIONILABOR NEGOTIATOR RFQ CM10-24lKS 1 FLORIDA The City of Cape Coral Financial Services Department PO Box 150027 Cape Coral, FL 33915-0027

More information

Certified Partner Agreement. THIS AGREEMENT ( Agreement ) is made and entered into on, between the City of Sacramento ( City ) and BACKGROUND

Certified Partner Agreement. THIS AGREEMENT ( Agreement ) is made and entered into on, between the City of Sacramento ( City ) and BACKGROUND Certified Partner Agreement THIS AGREEMENT ( Agreement ) is made and entered into on, between the City of Sacramento ( City ) and ( Owner ). BACKGROUND A. City operates a website ( City Website ) that

More information

Interstate Commission on the Potomac River Basin 30 West Gude Dr., Suite 450 Rockville, MD

Interstate Commission on the Potomac River Basin 30 West Gude Dr., Suite 450 Rockville, MD Interstate Commission on the Potomac River Basin 30 West Gude Dr., Suite 450 Rockville, MD 20850 301-984-1908 www.potomacriver.org Request for Proposal A Review of the Potomac River Low Flow Allocation

More information

SOUTHERN CALIFORNIA EDISON COMPANY ENERGY SERVICE PROVIDER SERVICE AGREEMENT

SOUTHERN CALIFORNIA EDISON COMPANY ENERGY SERVICE PROVIDER SERVICE AGREEMENT Agreement Number: This Energy Service Provider Service Agreement (this Agreement ) is made and entered into as of this day of,, by and between ( ESP ), a organized and existing under the laws of the state

More information

TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS

TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS NOTICE TO BIDDERS INSTRUCTIONS TO BIDDERS AFFIDAVIT OF NON-COLLUSION CERTIFICATION OF COMPLIANCE

More information

REMOTE DEPOSIT ANYWHERE AGREEMENT

REMOTE DEPOSIT ANYWHERE AGREEMENT PLEASE READ THIS TIOGA STATE BANK REMOTE DEPOSIT ANYWHERE CAREFULLY AND KEEP A COPY FOR YOUR REFERENCE. 1. DEFINITIONS: In this Agreement, the words "you" or "your" mean the consumer or business that has

More information

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project

September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project Addendum No. 6 Dear Contractor: This addendum is being issued to the contract for construction on State

More information

Persons submitting this form should refer to the regulations referenced below for complete instructions:

Persons submitting this form should refer to the regulations referenced below for complete instructions: Certification of Drug-Free Work Environment Certifications Regarding Debarment, Suspension and Other Responsibility Matters, Drug-Free Workplace Requirements and Lobbying Persons submitting this form should

More information

FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS FOR PROFESSIONAL SERVICES CONTRACTS > $10,000

FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS FOR PROFESSIONAL SERVICES CONTRACTS > $10,000 FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS FOR PROFESSIONAL SERVICES CONTRACTS > $10,000 1.0 GENERAL This Contract is subject to the terms of a financial assistance contract between the Santa Cruz Metropolitan

More information

Sub Agent Information Sheet

Sub Agent Information Sheet Sub Agent Information Sheet Owner/Manager Name: Company Name: EIN # : Street Address: City, State, Zip: Phone (cell): Phone (other): Fax Number: E---Mail Address: Additional Contact Information (if applicable):

More information

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT COUNTY OF OSWEGO PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Daniel Stevens, Purchasing Director May 18, 2017

More information

SERVICES AGREEMENT No.

SERVICES AGREEMENT No. SERVICES AGREEMENT No. This is a services agreement ( Agreement ) by and between the WOODS HOLE OCEANOGRAPHIC INSTITUTION (WHOI), a corporation with its principal place of business in Woods Hole, Massachusetts,

More information

PARTICIPATING ADDENDUM NASPO ValuePoint Body Armor Products Administered by the State of Colorado (hereinafter Lead State )

PARTICIPATING ADDENDUM NASPO ValuePoint Body Armor Products Administered by the State of Colorado (hereinafter Lead State ) PARTICIPATING ADDENDUM NASPO ValuePoint Body Armor Products Administered by the State of Colorado (hereinafter Lead State ) MASTER AGREEMENT Central Lake Armor Express, Inc. dba Armor Express Master Agreement

More information

Competitive Solicitation Invitation To Negotiate ENGLISH AS A SECOND LANGUAGE (ESL) SERVICES

Competitive Solicitation Invitation To Negotiate ENGLISH AS A SECOND LANGUAGE (ESL) SERVICES EXHIBIT A PROPOSAL REGISTRATION FORM Interested vendors must register using this Form in order to receive notice of any addenda or notification to these documents. Please email the completed form to Florida

More information

SPFA CERTIFICATION AGREEMENT

SPFA CERTIFICATION AGREEMENT SPFA CERTIFICATION AGREEMENT THIS AGREEMENT is made as of (the "Effective Date") by and between the SPRAY POLYURETHANE FOAM ALLIANCE ( SPFA ), a 501(c)(6) nonprofit corporation organized and operating

More information

2 C.F.R and 2 C.F.R. Part 200, Appendix II, Required Contract Clauses

2 C.F.R and 2 C.F.R. Part 200, Appendix II, Required Contract Clauses 2 C.F.R. 200.326 and 2 C.F.R. Part 200, Appendix II, Required Contract Clauses Requirements under the Uniform Rules. A non-federal entity s contracts must contain the applicable contract clauses described

More information

Required Federal Forms

Required Federal Forms ATTACHMENT D Required Federal Forms Forms to be Submitted with the Proposal 10-F: Certification of Consultant, Commissions & Fees 10-O1: Consultant Proposal DBE Commitment 15-H: 12-G: 10-P: 10-Q: Good

More information

INVITATION TO BID ISSUE DATE: March 21, 2017

INVITATION TO BID ISSUE DATE: March 21, 2017 INVITATION TO BID ISSUE DATE: March 21, 2017 City of Fort Walton Beach, Florida BID NO: ITB 17-011 Purchasing Division 105 Miracle Strip Pkwy SW OPENING DATE: April 25, 2017 Fort Walton Beach, Florida

More information

EQUIPMENT LEASE ORIGINATION AGREEMENT

EQUIPMENT LEASE ORIGINATION AGREEMENT EQUIPMENT LEASE ORIGINATION AGREEMENT THIS EQUIPMENT LEASE ORIGINATION AGREEMENT (this "Agreement") is made as of this [ ] day of [ ] by and between Ascentium Capital LLC, a Delaware limited liability

More information

31414 ADOPTED BOARD OF TRUSTEES COMMUNITY COLLEGE DISTRICT NO. 508 MAY 3,

31414 ADOPTED BOARD OF TRUSTEES COMMUNITY COLLEGE DISTRICT NO. 508 MAY 3, 31414 ADOPTED BOARD OF TRUSTEES COMMUNITY COLLEGE DISTRICT NO. 508 MAY 3, 2012 1.03 BOARD OF TRUSTEES OF COMMUNITY COLLEGE DISTRICT NO. 508 COUNTY OF COOK AND STATE OF ILLINOIS RESOLUTION TO AMEND DEBARMENT

More information

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 24909

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 24909 CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 24909 SECTION I -- GENERAL INFORMATION A. Legal name of the Disclosing Party submitting the

More information

Getty Realty Corp. (Exact name of registrant as specified in charter)

Getty Realty Corp. (Exact name of registrant as specified in charter) Section 1: 8-K (FORM 8-K) UNITED STATES SECURITIES AND EXCHANGE COMMISSION Washington, D.C. 20549 FORM 8-K CURRENT REPORT Pursuant to Section 13 or 15(d) of the Securities Exchange Act of 1934 Date of

More information

Bids Due: March 16, 2018

Bids Due: March 16, 2018 4050 Esplanade Way Tallahassee, FL 32399-0950 Tel: 850-488-2786 Fax: 850-922-6149 Rick Scott, Governor Erin Rock, Secretary STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES DIVISION OF STATE PURCHASING

More information

REQUEST FOR PROPOSALS EMERGENCY MEDICAL SERVICES (EMS) CITY OF YORK

REQUEST FOR PROPOSALS EMERGENCY MEDICAL SERVICES (EMS) CITY OF YORK 1 REQUEST FOR PROPOSALS EMERGENCY MEDICAL SERVICES (EMS) CITY OF YORK Proposal Submittal Due Date Monday, October 2, 2017 2:00 P.M. 2 TABLE OF CONTENTS Page Introduction 3 Background 3 Specifications (Spec)

More information

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 34282

CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 34282 CITY OF CHICAGO ECONOMIC DISCLOSURE STATEMENT and AFFIDAVIT Related to Contract/Amendment/Solicitation EDS # 34282 SECTION I -- GENERAL INFORMATION A. Legal name of the Disclosing Party submitting the

More information

EDGAR CERTIFICATIONS ADDENDUM FOR PROCUREMENT CONTRACTS

EDGAR CERTIFICATIONS ADDENDUM FOR PROCUREMENT CONTRACTS EDGAR CERTIFICATIONS ADDENDUM FOR PROCUREMENT CONTRACTS The following certifications and provisions are required and apply when Texarkana Independent School District ( TISD ) expends federal funds for

More information

ATTACHMENT ALTERNATIVE TECHNICAL CONCEPT (ATC) SUMMARY FORM

ATTACHMENT ALTERNATIVE TECHNICAL CONCEPT (ATC) SUMMARY FORM ATC ID Number: ATTACHMENT 3.4.3.2 ALTERNATIVE TECHNICAL CONCEPT (ATC) SUMMARY FORM ATC Name-Description: OFFEROR: DATE ATC SUBMITTED: NOTE: ATC Summary shall be limited to four pages, 12-pt font, single

More information

County of Collier CLERK OF THE CIRCUIT COURT COLLIER COUNTY COURTHOUSE

County of Collier CLERK OF THE CIRCUIT COURT COLLIER COUNTY COURTHOUSE County of Collier CLERK OF THE CIRCUIT COURT COLLIER COUNTY COURTHOUSE 3315 TAMIAMI TRL E STE 102 NAPLES, FL 34112-5324 Dwight E. Brock - Clerk of Circuit Court Clerk of Courts Comptroller Auditor Custodian

More information

AGREEMENT FOR SERVICES OF INDEPENDENT CONTRACTOR

AGREEMENT FOR SERVICES OF INDEPENDENT CONTRACTOR AGREEMENT FOR SERVICES OF INDEPENDENT CONTRACTOR THIS AGREEMENT (hereafter Agreement) is made by and between the County of Santa Barbara, a political subdivision of the State of California (hereafter COUNTY)

More information

OHIO MEDICAID SUPPLEMENTAL REBATE AGREEMENT

OHIO MEDICAID SUPPLEMENTAL REBATE AGREEMENT Ohio Department of Medicaid OHIO MEDICAID SUPPLEMENTAL REBATE AGREEMENT This Agreement is entered into by the following parties on the date last signed below: Pharmaceutical Manufacturer ( Manufacturer

More information

DEPARTMENT OF PUBLIC WORKS. Road Division ADDENDUM #1 COUNTY OF MERCED DEPARTMENT OF PUBLIC WORKS REQUEST FOR PROPOSAL:

DEPARTMENT OF PUBLIC WORKS. Road Division ADDENDUM #1 COUNTY OF MERCED DEPARTMENT OF PUBLIC WORKS REQUEST FOR PROPOSAL: DEPARTMENT OF PUBLIC WORKS Road Division Dana S. Hertfelder Director 345 West 7th Street Merced, CA 95340 Phone: (209) 385-7601 Fax: (209) 722-7690 www.co.merced.ca.us Equal Opportunity Employer ADDENDUM

More information

AGREEMENT. between BROWARD COUNTY, FLORIDA. and. for BILLING RELATED TO THE SOUTHWEST REGIONAL LANDFILL

AGREEMENT. between BROWARD COUNTY, FLORIDA. and. for BILLING RELATED TO THE SOUTHWEST REGIONAL LANDFILL AGREEMENT between BROWARD COUNTY, FLORIDA and for BILLING RELATED TO THE SOUTHWEST REGIONAL LANDFILL This Agreement ( Agreement ) is entered into by and between BROWARD COUNTY, a political subdivision

More information

PORTLAND STATE UNIVERSITY REQUEST FOR QUOTATIONS #21841 Avaya Telephone Sets

PORTLAND STATE UNIVERSITY REQUEST FOR QUOTATIONS #21841 Avaya Telephone Sets PORTLAND STATE UNIVERSITY REQUEST FOR QUOTATIONS #21841 Avaya Telephone Sets Portland State University (PSU) Purchasing Rules, Policies and Guidelines allows PSU departments to use an Informal Procurement

More information