Overview for Contract Prior to utilizing a contract, the user should read the contract in it's entirety.

Size: px
Start display at page:

Download "Overview for Contract Prior to utilizing a contract, the user should read the contract in it's entirety."

Transcription

1 Overview for Contract Prior to utilizing a contract, the user should read the contract in it's entirety. DESCRIPTION CONTRACT INFO This contract is for the manufacture of PENNDOT Cut Card Forms used for vehicle registration renewals and other secure forms. The vendor is Moore Wallace North America and the salesperson is Dan Covell, Phone: (717) , ext. 1075; dan.covell@moorewallace.com Contract Number & Title Number of Suppliers PENNDOT JIT Forms 1 - Moore Wallace NA Validity Period 07/01/ /30/2008 DGS Point of Contact Toniann Noss -- Commodity Specialist Contact Phone # (717) tnoss@state.pa.us PRICING HIGHLIGHTS PROCESS TO PURCHASE Download contract from DGS website at and search under legacy no for complete contract information and attachments.

2 Page 1 SPECIAL CONTRACT TERMS AND CONDITIONS CONTRACT SCOPE/OVERVIEW: This Legacy Contract No (CN ) (identified here and in the other documents as the Contract ) will cover the requirements of the Pennsylvania Department of Transportation for Printing, Storage and Distribution of Just In Time (JIT) Continuous/Cut Sheet Forms. ORDER OF PRECEDENCE: These Special Contract Terms and Conditions supplement the Standard Contract Terms and Conditions For Statewide Contracts for Supplies. To the extent that these Special Contract Terms and Conditions conflict with the Standard Contract Terms and Conditions For Statewide Contracts for Supplies, these Special Contract Terms and Conditions shall prevail. TERM OF CONTRACT: The Contract shall commence on the Effective Date, which shall be no earlier than July 1, 2006 and expire on June 30, OPTION TO EXTEND: The Department of General Services reserves the right, upon notice to the Contractor, to extend the Contract or any part of the Contract for up to three (3) months upon the same terms and conditions. This will be utilized to prevent a lapse in Contract coverage and only for the time necessary, up to three (3) months, to enter into a new contract. OPTION FOR SEPARATE COMPETITIVE BIDDING PROCEDURE: The Department of General Services reserves the right to purchase supplies covered under this Contract through a separate competitive bidding procedure, whenever the department deems it to be in the best interest of the Commonwealth. The right will generally be exercised only when a specific need for a large quantity of the supply exists or the price offered is significantly lower than the Contract price. E-CATALOG: The Commonwealth may require the awarded bidder(s) to supply its price list/catalog and any updated price lists/catalogs in electronic format. Price lists/catalogs must be provided in one of the following formats: Word document, Excel spreadsheet, or PDF file on 3.5-inch diskette or CD-ROM. ADDRESS OF PURCHASE ORDER: Commonwealth agencies may issue purchase orders against this Contract for supplies required by the agencies (using agencies). Please state below where the Purchase Orders should be sent (name, address, city, state, zip code).

3 Page 2 SECURITY: Bidders are not required to submit a bid security with their bids. The awarded bidder(s) must, however, within ten (10) days after notification, submit performance security in the amount of $100, Performance security must be in the form of a specific performance bond, an annual bid and performance bond, an irrevocable letter of credit or a certificate of deposit, all in a form acceptable to the Commonwealth, or a certified check or a bank cashier's check drawn to the order of the "Commonwealth of Pennsylvania." All performance security shall be conditioned for faithful performance of the contract or purchase order(s). Failure to provide performance security within ten (10) days after notification may result in award to another bidder, and the bidder, who did not supply the performance security, shall be responsible for any increase in cost. Where the contractor does not comply with the contract, purchase order(s), or bid obligations, the amount of the Commonwealth's damages shall be liquidated to the amount of the proceeds of the check, performance bond, letter of credit, certificate of deposit, or escrow account or the Commonwealth may, at its option, sue the bidder or its surety for the damages it has suffered for any breach of contract, in which case security held by the Commonwealth shall be applied as a credit in such suit for damages. Checks deposited with the Commonwealth as a prerequisite to competitive bidding shall be placed in authorized state depositories by the Treasury Department as required by the Fiscal Code, 72 P.S. Section 301. Checks shall be returned to contractors upon completion of the performance of their obligations under the contract or purchase order(s). If an irrevocable letter of credit, certificate of deposit, or escrow account is submitted, the document must require the financial institution to pay to the Commonwealth, upon written notice, the amount demanded by the Commonwealth up to the amount of the irrevocable letter of credit, escrow account, or certificate of deposit. OPTION TO RENEW: This contract may be renewed for three (3) additional one (1) year terms, by mutual agreement between the Commonwealth and the Contractor. If the contract is renewed, the same terms and conditions shall apply. For each year the contract is renewed, security will be required for the extended period. CANCELLATION: The Commonwealth reserves the right to cancel this contract within 90 days written notice. In the event of cancellation, the Contractor shall be paid for the operations completed up to the time of cancellation, but in no case shall the Contractor be entitled to receive payment for uncompleted work, lost profits, or incidental or consequential damages because of such cancellation. COMPUTATION OF BID: Bidders must quote on all items in the Schedule of Prices. No Charge or No Bid for any item will not be accepted and will be cause for rejection. Award will be made to the bidder having the lowest aggregate total of all items in the Schedule of Prices, and whom the Commonwealth has determined is capable and qualified to meet all aspects of the contract requirements. Computations are for bidding purposes only, not a criterion as to the amount of printing to be produced on this contract in any given period. To arrive at total price, multiply the unit bid price by the estimated quantity required and enter into extended total column. SPECIAL REQUIREMENTS: The Department of General Services reserves the right to purchase items covered under this contract through a separate competitive bidding procedure, whenever the Department deems it to be in the best interest of the Commonwealth. SITE INSPECTION: The Commonwealth reserves the right to conduct an inspection of Contractor s facilities prior to award of contract to assure that all specifications can be met.

4 Page 3 2. CONTRACT SCOPE AND REQUIREMENTS 2.1 SCOPE (a) This contract is intended to provide a comprehensive forms management and on-demand distribution system for the PennDOT JIT Forms program. This will include development, design, manufacture, printing, storage and shipment (FOB destination) of continuous and cut sheet forms. Contractor will make deliveries as needed, based upon requirements agreed to by the Contractor and PENNDOT at the beginning of the contract. (b) The Contractor shall supply all materials and services necessary for the complete manufacture, printing, packing, storage and shipment of all forms covered by this contract. (c) This contract is intended to provide all forms included in this proposal and to provide for additional forms which can be reasonably construed as within the original scope of the contract. (d) The items covered by this contract may only be ordered by PennDOT. No other Agency may order a given item unless specifically authorized by the PennDOT Contract Manager and communicated in writing to the Contractor. 2.2 NEGOTIATIONS It is the intent of this contract to serve all of the continuous/cut sheet forms needs of the PennDOT JIT Forms program. Additional forms required by the PennDOT JIT Forms program may be added to the contract with the mutual agreement of the Contractor, DGS and PENNDOT. Pricing shall be based on specifications and estimated quantities to be purchased. Unit price shall be calculated through a comparison of the specifications of other items on the contract to determine the most similar item and the corresponding unit price. 2.3 ORDERING QUANTITIES/QUANTITY VARIATION (a) It shall be understood and agreed that any quantities listed in the proposal are estimates only and may be increased or decreased in accordance with the actual requirements of the PennDOT JIT Forms program, and that the Commonwealth, in accepting any bid, contracts and agrees to purchase only such quantities which represent the actual requirements of the PennDOT JIT Forms program. (b) Variation between quantities ordered and quantities delivered shall be limited to plus or minus five percent (5%). (c) Minimum order per form shall be 5,000 forms. (d) At PennDOT s option, SAP Funds Commitments will be established which will include the contract number, contract period, and line items covered. Invoices will be paid against these funds commitments. In that event, Contract Purchase Orders will not be issued for these items. 2.4 CHANGE OR TERMINATION OF AN ORDER WHEN THE CONTRACTOR IS NOT IN DEFAULT Order quantities may be changed or terminated at any time by PENNDOT by a phone call followed by written correspondence to the Contractor. PENNDOT is responsible for all services completed and all material ordered for the production at the time of change or termination.

5 Page 4 Payment for services completed and disposition of materials ordered will be included in the charge in a manner mutually agreeable to PENNDOT and the Contractor. 2.5 PRICE ADJUSTMENT CLAUSE It is recognized by the Commonwealth that during the term of this contract there may be changes relative to the industry and material costs. Therefore, during the term of this contract, the Commonwealth shall adjust prices every six months based upon the June, 2006 (unadjusted) Producer Price Index (PPI) Commodity Code , Custom Continuous Business Forms. The unadjusted June 2006 base is At each six-month interval, the current PPI (Code ) shall be compared with the established base and a multiplier shall be determined by dividing the current PPI by the established base PPI. The multiplier will be used to increase or decrease the contract prices by the same amount. The Commonwealth shall issue a Contract Change Notice every six months, after the award of the contract, informing the Contractor of such changes. In the event of no change in the PPI, or the change in unit price does not exceed 5% of the quoted bid price, no change notice shall be issued. 2.6 SHIPPING/STORAGE COSTS The contract prices for forms cover all costs of shipment FOB destination including local cartage and any other costs of inside delivery. This includes all shipments of forms from the Contractor's storage facility to a specified delivery location. All storage costs are to be included in the contract prices for the forms. No individual storage charges will be accepted. 2.7 PROOF OF SHIPMENT For any shipment, any one of the forms listed below, properly filled out, may be accepted as proof of shipment: (a) A true copy of a commercial bill of lading (b) Consignee's receipt of delivery (c) Carrier's paid freight bill 2.8 INVOICING (a) Invoices for payment shall be submitted to PENNDOT in triplicate. The Contractor will be required to work with PENNDOT in developing invoice format and methodology. (b) The Contractor cannot bill for items stored in their facility. (c) Payment will only be made for items which have been delivered to a PENNDOT-approved location, and for which proof of delivery is submitted with the invoice. Payment shall be made at the rate listed in the contract for each applicable item. (d) Payment should not be construed by the Contractor as acceptance of materials and supplies furnished under this contract. The Commonwealth reserves the right to conduct further testing and inspection after payment but within a reasonable time after delivery; and to reject the defective materials or supplies for failing to meet specifications. e) All shipments shall contain a packing list which includes, at a minimum: purchase order number, shipping address, form number, quantity shipped, sequential number series beginning and ending numbers, a listing of all missing numbers and the number of forms per individual roll if applicable. 2.9 LIQUIDATED DAMAGES

6 Page 5 If the contractor does not deliver printed items within specified time limits, the delay will interfere with the proper implementation of the Commonwealth s programs utilizing the item to the loss and damage of the Commonwealth. It would be impractical and extremely difficult to fix the actual damage sustained by reason of such action. The Commonwealth and the Contractor therefore presume that in the event of any such delay the amount of damage, which will be sustained from a delay, will be one percent (1%) of the dollar amount of the items that were not delivered in a timely manner. The Commonwealth and the Contractor agree that in the event of any such delay, the Contractor shall pay such amount as liquidated damages and not as a penalty. The Commonwealth at its option for amounts due the commonwealth as liquidated damaged may deduct such amounts from any money payable to the Contractor or may bill the Contractor as a separate item. The Commonwealth shall notify the Contractor in writing of any claims for liquidated damages pursuant to this paragraph before the date the Commonwealth deducts such sums from money payable to the Contractor. The time frame for delivery of printed items shall be as specified elsewhere in this contract or as otherwise agreed to by the Commonwealth and Contractor or specified on the order. If no time frame is specified or agreed to by the Commonwealth and Contractor, the time frame for delivery shall be thirty (30) calendar days. 3. CONTRACTOR REQUIREMENT 3.1 CONTRACTOR QUALIFICATIONS: By submitting a bid, the Contractor certifies that it has the following: (a) Capability of printing and manufacturing, storage and distribution of large volumes of continuous and cut sheet forms. (b) Ability to deliver stored items within 24 hours of delivery request. (c) A warehouse facility that is managed by the Contractor with sufficient capacity to store at least the volume of forms as shown on the Schedule of Prices under the "Storage/Delivery" column, which specifies quantities to be stored at Contractor's facility. (d) A security system that secures Contractor's warehouse against theft and unauthorized entry at all times. (e) Previous experience in printing and handling negotiable documents. 3.2 ACCOUNT REPRESENTATIVE Contractor must provide the name of the locally based (Central Pennsylvania) account representative who will be assigned to this contract. The representative will be expected to meet with PENNDOT staff on at least a monthly basis to discuss program requirements and to assist in development and design of forms and services to meet program requirements, and to oversee the implementation of such services and successful completion of all orders. In addition, the representative may be required to meet with PennDOT staff, within 24 hours of request, to review and resolve issues that interfere with PennDOT s program requirements, such as printing or delivery errors. 3.3 STORAGE/INVENTORY CONTROL (a) Contractor is required to provide storage of all forms included in this contract in a facility provided and managed by the Contractor in quantities designated by PENNDOT. This facility shall be located so as to provide delivery to PENNDOT within 24 hours. The storage site must be secure against theft and unauthorized entry at all times. Contractor is responsible for loss, damage or theft of any stored items. (b) Contractor will be required to provide forms to several locations: The DGS warehouse maintains a one to two month emergency supply of larger volume forms. Contractor is

7 Page 6 responsible for maintaining sufficient inventories in both the DGS warehouse and Contractor's warehouse, based on Contractor and PENNDOT analysis of historical and current usage figures. PENNDOT's Bureau of Information Systems (BIS) maintains less than a one-week supply of forms. Contractor will be required to make shipments from his warehouse twice per week, using quantities provided by BIS. For SA-1 and SA-2 forms, BIS will only order in full pallet quantities, and only full pallets will be accepted at this location. Contractor may also be required to deliver contract items occasionally to other locations in the Harrisburg area. (c) Contractor will provide a report to PENNDOT, on a weekly basis, detailing inventory on hand in the Contractor's warehouse facility. On a monthly basis, Contractor is required to take a physical inventory of all contract items stored at the DGS warehouse, provide written results of that inventory to PENNDOT, and work with PennDOT and the warehouse superintendent to resolve any discrepancies. 3.4 CONTRACT TRANSITION Because of the critical nature of the forms and services provided under this contract, there can be no interruption of services during the transition from the current Contractor to the new Contractor. Therefore, the incumbent Contractor and the new Contractor must work together with PENNDOT to assure a smooth transition. (a) Approximately two weeks prior to the end of the contract, the incumbent Contractor will provide to PENNDOT a physical count of all PENNDOT items in the Contractor s warehouse, along with a list of any open orders and the anticipated delivery date for each order. PENNDOT will provide a copy of the inventory and open orders list to the new Contractor. (b) Contractor may be required to accept and store forms from previous Contractor upon commencement of contract, up to a three month supply of any large volume forms. In this event, the new Contractor must accept delivery of this inventory from the incumbent Contractor's facility to their facility within one week of the start of the new contract. Previous Contractor will bill PENNDOT for these items in accordance with the provisions of their contract. No additional delivery charges will be allowed. Contractor will not be allowed to charge for delivery or storage of this existing inventory. (c) Contractor must conduct a physical inventory of all transferred items within two work days of transfer and provide a written report to PENNDOT, along with copies of all bills of lading or other delivery receipts that detail exact quantities transferred. (d) Upon commencement of contract, Contractor must provide the listed quantities of the following items for evaluation prior to regular production: ITEM QUANTITY 1. SA-1 3 rolls 2. SA-2 3 rolls 3. SA-2C 1,000 forms Delivery will be in accordance with the timeframes specified in Section 4.7 (Proofs). Contractor will invoice for each form at the unit price listed on the contract for these initial quantities. This is not part of the Document Test Run Section (4.11) of this contract. 3.5 PRINTING QUANTITIES (a) Contractor shall maintain sufficient inventory of large volume forms (identified as SAFETY STOCK items on the Schedule of Prices) to accommodate PENNDOT delivery requests as outlined elsewhere in this contract. The "Usual Print Schedule" column on the Schedule of Prices

8 Page 7 details the number of months' supply that generally will be requested for these Safety Stock items. Contractor may only print up to the maximum listed in this column, unless a larger quantity is agreed to by both Contractor and PENNDOT. (b) PennDOT will notify the Contractor in writing of items undergoing revision so that the Contractor may adjust printing workflow accordingly. If this notice is less than three months in advance and Contractor printed stock prior to notification, PennDOT will reimburse the Contractor for quantities of printed stock up to a three-month supply. 3.6 SUBCONTRACTING Contractor is prohibited from subcontracting or outsourcing any part of this contract without the express written approval of PENNDOT. Prospective Contractors must include details of any planned subcontracting or outsourcing with the Bid Proposal. 3.7 ON-TIME DELIVERY The Commonwealth is seeking suppliers to meet the scheduling needs of PennDOT with a 100% on time delivery rate for items on this contract. On time delivery shall be defined as all requested items delivered on or before the user-specified due date on the order or within the number of working days specified on the order, except in the case of author s alterations. This applies to final products as well as proofs. Orders will vary greatly in volumes and specifications, but the awarded Contractor will be expected to meet the delivery requirements for all orders. PennDOT will try to reduce the number of rush orders, with the understanding that occasionally rush orders will be necessary. In general, items will be due 30 days after proof approval, or receipt of order if exact reprint, unless otherwise specified in the purchase order. 3.8 DELAYED OR LOST SHIPMENTS Overdue shipments are the responsibility of the Contractor.. The Contractor must trace the items within 48 hours and, if needed, replace the items at no additional cost to the Commonwealth. The contractor's claim for such additional work must be made to the carrier. 3.9 ADJUSTMENT TO THE SHIPPING SCHEDULE In the event an adjustment of schedule has been requested by the contractor and is approved by PennDOT in writing, the contractor will be required to meet the adjusted shipping date and will be considered to be delinquent if he fails to do so OWNERSHIP All materials provided and/or created by or for the Commonwealth, including artwork negatives, film, digital files, and/or photographs used to produce any of the items under these contracts will become the property of the Commonwealth. No materials shall be altered in any way without the express written consent of PennDOT. The Contractor shall retain film negatives and/or digital files in its archive for the term of the contract. At the end of the contract, the Contractor shall contact PennDOT for approval before materials are properly discarded. 4.1 SCOPE 4. SPECIFICATIONS These specifications cover all operations, services and materials furnished by the Contractor which are required for the manufacture, printing, packaging, repackaging, storage and distribution of printed material as provided herein. 4.2 GENERAL SPECIFICATIONS

9 Page 8 All printed materials produced under this contract must be of first class workmanship and materials suitable for their intended use. All operations and materials such as printing, punching, perforating, registration, joining, and paper shall be such that will insure satisfactory operations over makes and types of equipment and usage specified. 4.3 TESTING The Commonwealth may require certain printed items to pass certain tests, such as ability to run them through equipment, durability, accuracy, or acceptability of features. The Commonwealth reserves the right to reject any items that do not pass the Commonwealth s test(s). The Contractor will be responsible for providing replacements of any failed items at no cost to the Commonwealth. The contractor may also be responsible for reimbursing the Commonwealth for any costs incurred by the Commonwealth as a result of the items failing the test(s). 4.4 NUMBERING When forms with consecutive numbers are ordered, a missing numbers list must be supplied. 4.5 INK COVERAGE Ink coverage must be full and uniform, free from grayness, pin points, feathering or other imperfections. PMS colored inks are required. 4.6 BACK PRINTING As required on specified forms. 4.7 PROOFS Electronic proofs will be the standard proofing method used by the Commonwealth. The Contractor shall provide to PennDOT, without charge, the following for the initial proof: (a) For monochrome and two-color printing -- Electronic proofs as PDF files within three (3) working days of receipt of all necessary artwork. (b) For three-color printing and beyond Two digital color matchprints within three (3) working days of receipt of all necessary artwork. (c) Contractor may also be required to furnish 2 transparencies of final design which includes all plates for all new or revised forms, at no charge. PennDOT may request exceptions to these standards at the time of order by requesting a specific type of proof, as needed. Once a proof is received, PennDOT shall make a good faith effort to return the proof within five (5) working days. In the event that copies, proofs, or other materials which are to be furnished by PennDOT are not furnished within this timeframe, the shipping date will be extended automatically by the number of workdays that the copies, proofs, or other materials are withheld from the Contractor. (The term "workdays" as used herein is defined as Monday through Friday of each week exclusive of the days on which Commonwealth holidays are observed.) Further extension of delivery dates must be requested in writing by the contractor and may be approved by PennDOT.

10 Page 9 All proofs shall be carefully read by the Contractor, who shall be responsible for the correct duplication of the copy furnished as printer s copy. The Contractor shall be held responsible for all errors that it may commit, and it shall be liable for all expenses incident to the reproduction of any printed matter in its corrected form when so required by PennDOT. If any job is rejected because of error attributable to the Contractor, it shall promptly reprint the job without extra charge and furnish all necessary printing paper, other materials and labor at its own cost. No charges for additional proofs necessary as the result of author s alternations will be allowed. Author s alterations may be charged in accordance with the hourly rate established in the Schedule of Prices. 4.8 TRANSMITTAL OF ART FILES AND PROOFS: The contractor shall be responsible for all costs involved in the transmittal of necessary art files and proofs between the PennDOT and the contractor. The contractor must provide a means for electronic transmittal, physical pick up and delivery, or the utilization of an express mail service. Such services must be available at least all weekdays (Monday through Friday) from 7 a.m. (EST) to 5 p.m. (EST). Note that the Commonwealth cannot send large files through , so the contractor must be able to receive files through other means. 4.9 AUTHOR'S ALTERATIONS Contractor shall be compensated on a per hour rate established in the Schedule of Prices for major alterations made after proofs are received. Major alterations are defined as those requiring significant copy and/format changes. For minor alterations, charges would not apply COMPOSITION For the most part, PennDOT will not require composition. All plate charges for all forms covered by this contract shall be included in the unit price bid. Composition charges shall not apply DOCUMENT TEST RUNS When new forms are developed or existing forms revised, Contractor may be required to furnish a test quantity. Minimum quantity shall be 5,000 forms. Printing will not be authorized until the forms have been successfully tested. Test quantity charges are as specified in the Schedule of Prices PACKAGING/PALLETIZING All shipments of forms must be packaged as per the individual form specifications, and must be palletized according to the attached DGS Supplier Shipping and Receiving Guidelines.. In addition, roll forms on this contract must be palletized according to the attached roll forms packaging diagram. All costs of packaging/palletizing must be included in the unit price bid. Separate charges for packaging or palletizing are not authorized SPECIFICATIONS (a) Initially, PENNDOT will furnish samples of all current forms and a specification sheet for each form covered by this contract. (b) Although the Commonwealth encourages Contractors to suggest changes to specifications where such changes will save the Commonwealth time, money or effectiveness of the printed

11 materials, no substitutions or changes to the specifications provided by PennDOT for items on this contract will be allowed without express written approval from PennDOT. Page 10

12 FULLY EXECUTED Contract Number: Contract Effective Date: 03/12/2008 Valid From: 07/01/2006 To: 06/30/2008 Page 1 of 6 All using Agencies of the Commonwealth, Participating Political Subdivision, Authorities, Private Colleges and Universities Your SAP Vendor Number with us: Supplier Name/Address: MOORE WALLACE NORTH AMERICA INC MOORE WALLACE 3102 PAYSPHERE CIRCLE CHICAGO IL US Supplier Phone Number: Supplier Fax Number: Contract Name: PC1CLNT110-COPA Purchasing Agent Name: Noss Toniann Phone: Fax: Please Deliver To: To be determined at the time of the Purchase Order unless specified below. Payment Terms NET 30 Solicitation No.: Supplier Bid or Proposal No. (if applicable): Issuance Date: Solicitation Submission Date: This contract is comprised of: The above referenced Solicitation, the Supplier's Bid or Proposal, and any documents attached to this Contract or incorporated by reference. Item Material/Service Desc Qty UOM Price Per Unit 190 Author's Alterations Hour Gross Price USD 1 H Gross Price USD 1 H Valid from 07/26/2006 to 07/22/2007 Gross Price USD 1 H Item Text $40.00 Per Hour 200 Document Test Runs Thousand Valid from 07/26/2006 to 07/22/2007 Gross Price USD 1 TS Total Information: Total Amount: SEE LAST PAGE FOR TOTAL OF ALL ITEMS Currency: USD Supplier's Signature Title Printed Name Date Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005.

13 FULLY EXECUTED Contract Number: Contract Effective Date: 03/12/2008 Valid From: 07/01/2006 To: 06/30/2008 Page 2 of 6 Supplier Name: MOORE WALLACE NORTH AMERICA INC Item Material/Service Desc Gross Price USD 1 TS Gross Price USD 1 TS Qty UOM Price Per Unit Total Item Text Document Test Runs (Unit price for test runs shall decrease $5.00/M for every 1M increase in quantity. Minimum charge for test runs shall not decrease below $50.00/M) $ Document Test Runs Thousand Valid from 07/26/2006 to 07/22/2007 Gross Price USD 1 TS Gross Price USD 1 TS Gross Price USD 1 TS Item Text Document Test Runs for Label/Form Combinations $ FORM DOT DL-28R Each Gross Price USD 1 TS Gross Price USD 1 TS Gross Price USD 1 TS FORM DOT DL Each Gross Price USD 1 TS Gross Price USD 1 TS Gross Price USD 1 TS FORM DOT DL-800C Each Information: Total Amount: SEE LAST PAGE FOR TOTAL OF ALL ITEMS Currency: USD Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005.

14 FULLY EXECUTED Contract Number: Contract Effective Date: 03/12/2008 Valid From: 07/01/2006 To: 06/30/2008 Page 3 of 6 Supplier Name: MOORE WALLACE NORTH AMERICA INC Item Material/Service Desc Qty UOM Price Per Unit Gross Price USD 1 TS Gross Price USD 1 TS Gross Price USD 1 TS FORM,DOT,DL-800CN Each Gross Price USD 1 TS Gross Price USD 1 TS Gross Price USD 1 TS FORM DOT MV-76A Thousand Gross Price USD 1 TS Gross Price USD 1 TS Gross Price USD 1 TS FORM DOT MV-94I Carton Gross Price USD 1 CAR Gross Price USD 1 CAR Gross Price USD 1 CAR FORM DOT MV Each Gross Price USD 1 TS Total Information: Total Amount: SEE LAST PAGE FOR TOTAL OF ALL ITEMS Currency: USD Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005.

15 FULLY EXECUTED Contract Number: Contract Effective Date: 03/12/2008 Valid From: 07/01/2006 To: 06/30/2008 Page 4 of 6 Supplier Name: MOORE WALLACE NORTH AMERICA INC Item Material/Service Desc Qty UOM Price Per Unit Gross Price USD 1 TS Gross Price USD 1 TS FORM DOT MV Each Gross Price USD 1 TS Gross Price USD 1 TS Gross Price USD 1 TS FORM,DOT,MV Each Gross Price USD 1 TS Gross Price USD 1 TS Gross Price USD 1 TS FORM,DOT,MV Each Gross Price USD 1 TS Gross Price USD 1 TS Gross Price USD 1 TS FORM,DOT,MV Each Gross Price USD 1 TS Gross Price USD 1 TS Total Information: Total Amount: SEE LAST PAGE FOR TOTAL OF ALL ITEMS Currency: USD Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005.

16 FULLY EXECUTED Contract Number: Contract Effective Date: 03/12/2008 Valid From: 07/01/2006 To: 06/30/2008 Page 5 of 6 Supplier Name: MOORE WALLACE NORTH AMERICA INC Item Information: Material/Service Desc Qty UOM Price Per Unit Gross Price USD 1 TS FORM DOT MV Each Gross Price USD 1 TS Gross Price USD 1 TS Gross Price USD 1 TS FORM DOT MV Each Gross Price USD 1 TS Gross Price USD 1 TS Gross Price USD 1 TS FORM,DOT,MV Each Gross Price USD 1 TS Gross Price USD 1 TS Gross Price USD 1 TS FORM DOT SA Each Gross Price USD 1 TS Gross Price USD 1 TS Gross Price USD 1 TS Total Total Amount: SEE LAST PAGE FOR TOTAL OF ALL ITEMS Currency: USD Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005.

17 FULLY EXECUTED Contract Number: Contract Effective Date: 03/12/2008 Valid From: 07/01/2006 To: 06/30/2008 Page 6 of 6 Supplier Name: MOORE WALLACE NORTH AMERICA INC Item Material/Service Desc Qty UOM Price Per Unit FORM DOT SA Each Gross Price USD 1 TS Gross Price USD 1 TS Gross Price USD 1 TS FORM DOT SA-2C Each Gross Price USD 1 TS Gross Price USD 1 TS Gross Price USD 1 TS FORM DOT MV Each Gross Price USD 1 TS Gross Price USD 1 TS Gross Price USD 1 TS General Requirements for all Items: Header Text ALL FORMS MUST MEET PENNDOT SPECIFICATIONS AS PROVIDED IN THE ATTACHMENTS. COJNTRACTOR COMPANY NAME IS MOORE WALLACE - SALESPERSON IS MR. DAN COVELL - TELEPHONE # IS (717) EXT. 107 No further information for this Contract Total Information: Total Amount: 900, Currency: USD Integrated Environment Systems Form Name: ZM_SFRM_STD_MMCOSRM_L, Version 1.0, Created on 06/27/2006, Last changed on 03/29/2005.

18 Contract Reference Number: SAP Contract Number: Collective Number: CN Change Number: 1 Change Effective Date: 07/23/2007 COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES HARRISBURG For: Department of Transportation Subject: Price Changes Contract Period: Effective date of July 1, 2006 and Termination date of June 30, 2008 Buyer Name: Robert Marason (717) Buyer rmarason@state.pa.us CHANGE SUMMARY: In accordance with the terms of the contract, the prices in this contract have been adjusted using the Bureau of Labor Statistics Price Index (PPI). Using the May 2007 base of 223.5, the prices are hereby increased by 4%. These prices are effective 7/23/2007. ALL OTHER TERMS AND CONDITIONS OF THIS AGREEMENT NOT CHANGED BY THIS CHANGE NOTICE REMAIN AS ORGINALLY WRITTEN.

19 Contract Reference Number: SAP/SRM Contract Number: Collective Number: CN Change Number: 2 Change Effective Date: 11/19/2007 COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES HARRISBURG For: Department of Transportation Subject: Continuous Cut Card Forms Contract Period: Effective date of July 1, 2006 and Termination date of June 30, 2008 Buyer Name: Toniann Noss (717) Buyer tnoss@state.pa.us CHANGE SUMMARY: Contract Reassignment This contract has been reassigned to Toniann Noss, Commodity Specialist. Her phone number is (717) and is tnoss@state.pa.us. ALL OTHER TERMS AND CONDITIONS OF THIS AGREEMENT NOT CHANGED BY THIS CHANGE NOTICE REMAIN AS ORGINALLY WRITTEN.

20 COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES HARRISBURG Contract Reference Number: SAP/SRM Contract Number: Collective Number: CN Change Number: 3 Change Effective Date: 2/6/2008 For: Department of Transportation Subject: Continuous Cut Card Forms Contract Period: Effective date of July 1, 2006 and Termination date of June 30, 2008 Buyer Name: Toniann Noss (717) Buyer tnoss@state.pa.us CHANGE SUMMARY: CORRECTIONS TO THE SPECIAL CONTRACT TERMS AND CONDITIONS The Price Adjustment Clause of the Special Contract Terms and Conditions was changed to reflect the correct Producer Price Index (PPI) Commodity Code , Custom Continuous Business Forms. The corrected unadjusted June 2006 base is The revised Special Contract Terms and Conditions have been posted to the contract on the DGS website. ALL OTHER TERMS AND CONDITIONS OF THIS AGREEMENT NOT CHANGED BY THIS CHANGE NOTICE REMAIN AS ORGINALLY WRITTEN.

21 Contract Reference Number: SAP Contract Number: Collective Number: CN Change Number: 4 Change Effective Date: 03/07/2008 COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES HARRISBURG For: Department of Transportation Subject: Custom Continuous Business Forms - Price Changes Contract Period: Effective date of July 1, 2006 and Termination date of June 30, 2008 Commodity Specialist: Toniann Noss (717) tnoss@state.pa.us CHANGE SUMMARY: In accordance with the terms of the contract, the prices in this contract have been adjusted using the Bureau of Labor Statistics Price Index (PPI). Using the November 2007 base of 242.5, the prices are hereby increased by 5%. These prices are effective 3/7/2008. ALL OTHER TERMS AND CONDITIONS OF THIS AGREEMENT NOT CHANGED BY THIS CHANGE NOTICE REMAIN AS ORGINALLY WRITTEN.

SPECIAL CONTRACT TERMS AND CONDITIONS

SPECIAL CONTRACT TERMS AND CONDITIONS Department of General Services GSPUR-13B Rev. 2/20/01 SPECIAL CONTRACT TERMS AND CONDITIONS ORDER OF PRECEDENCE: These Special Contract Terms and Conditions supplement the Standard Contract Terms and Conditions

More information

Overview for Contract Prior to utilizing a contract, the user should read the contract in it's entirety.

Overview for Contract Prior to utilizing a contract, the user should read the contract in it's entirety. Overview for Contract Prior to utilizing a contract, the user should read the contract in it's entirety. DESCRIPTION CONTRACT INFO Chemicals Soap Plant Contract Number & Title 6810-08 Chemicals Soap Plant

More information

SPECIAL CONTRACT TERMS AND CONDITIONS

SPECIAL CONTRACT TERMS AND CONDITIONS Department of General Services Page 1 of 2 GSPUR-13B Rev. 2/20/01 CONTRACT 6810-08 (RIP #3) SPECIAL CONTRACT TERMS AND CONDITIONS CONTRACT SCOPE/OVERVIEW: This Contract No. CN00006863 (Legacy Contract

More information

Chemicals, Mine Water Treatment ( ) Contract - Overview Prior to utilizing a contract, the user should read the contract in it's entirety.

Chemicals, Mine Water Treatment ( ) Contract - Overview Prior to utilizing a contract, the user should read the contract in it's entirety. Chemicals, Mine Water Treatment (6810-04) Contract - Overview Prior to utilizing a contract, the user should read the contract in it's entirety. DESCRIPTION - This contract covers the Commonwealth's requirements

More information

Crack and Joint Sealing Materials - Overview

Crack and Joint Sealing Materials - Overview Crack and Joint Sealing Materials - Overview MARKET DESCRIPTION Covers Commonwealth requirements for highway Crack and Joint Sealing Materials. Materials must conform and be tested to specifications PennDOT

More information

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS

Finance Chapter STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER DIVISION OF PURCHASING TABLE OF CONTENTS Finance Chapter 355-4-1 STATE OF ALABAMA DEPARTMENT OF FINANCE ADMINISTRATIVE CODE CHAPTER 355-4-1 DIVISION OF PURCHASING TABLE OF CONTENTS 355-4-1-.01 Repeal Of Previous Rules 355-4-1-.02 Definitions

More information

Overview for Contract Prior to utilizing a contract, the user should read the contract in it's entirety.

Overview for Contract Prior to utilizing a contract, the user should read the contract in it's entirety. Overview for Contract Prior to utilizing a contract, the user should read the contract in it's entirety. DESCRIPTION CONTRACT INFO Components for Modular Panels & Chairs. For Correctional Industries, Camp

More information

SPECIFICATIONS Sodium Chloride (Bulk Road Salt)

SPECIFICATIONS Sodium Chloride (Bulk Road Salt) SPECIFICATIONS Sodium Chloride (Bulk Road Salt) CONTRACT SCOPE/OVERVIEW: This Collective No. CN00037341 (identified here and in the other documents as the Contract ) will cover the requirements of Commonwealth

More information

Coal, Under 500 Tons ( ) Contract - Overview Prior to utilizing a contract, the user should read the contract in it's entirety.

Coal, Under 500 Tons ( ) Contract - Overview Prior to utilizing a contract, the user should read the contract in it's entirety. Coal, Under 500 Tons (9110-06) Contract - Overview Prior to utilizing a contract, the user should read the contract in it's entirety. DESCRIPTION CONTRACT INFO This contract covers the Commonwealth's requirements

More information

COUNTY OF ROCKLAND Department of General Services Purchasing Division

COUNTY OF ROCKLAND Department of General Services Purchasing Division COUNTY OF ROCKLAND Department of General Services Purchasing Division Title: Foods-Milk and Milk Products Contract Period: October 3, 2016 through October 2, 2017 Original Date of Issue: October 3, 2016

More information

SPECIAL CONTRACT TERMS AND CONDITIONS

SPECIAL CONTRACT TERMS AND CONDITIONS SPECIAL CONTRACT TERMS AND CONDITIONS CONTRACT SCOPE/OVERVIEW: This Contract No. 1105-02-SUP 2 SAP Contracts 4600010254, 4600010261 and 4600011279 (identified here and in the other documents as the Contract

More information

Rev A. Vendor Compliance Manual

Rev A. Vendor Compliance Manual 9004160 Rev A Vendor Compliance Manual Using the Vendor Compliance Manual This manual is designed to provide you with Automation Products Group, Inc. s (APG s) supply chain requirements. Please carefully

More information

Evaporated Salt ( ) Contract - Overview Prior to utilizing a contract, the user should read the contract in it's entirety.

Evaporated Salt ( ) Contract - Overview Prior to utilizing a contract, the user should read the contract in it's entirety. Evaporated Salt (6810-12) Contract - Overview Prior to utilizing a contract, the user should read the contract in it's entirety. DESCRIPTION CONTRACT INFO - Covers Commonwealth requirements for Evaporated

More information

Invitation for Bid No Package Contents

Invitation for Bid No Package Contents Invitation for Bid No. 17-31 Package Contents Huntsville Utilities Invitation for Bid No. 17-31 contains various tools and tool accessories for annual bid. The bid package should include the following

More information

Request for Quotation for Subscription Management Services Solicitation Number RFQ Subscription Service

Request for Quotation for Subscription Management Services Solicitation Number RFQ Subscription Service Request for Quotation for Subscription Management Services Solicitation Number 2019-2021 RFQ Subscription Service The Library Network (TLN) seeks price quotations from qualified vendors who will provide

More information

SPECIFICATIONS PART 1

SPECIFICATIONS PART 1 HIGH DENSITY FILING SYSTEMS & EQUIPMENT Page 1 SPECIFICATIONS PART 1 CONTRACT SCOPE/OVERVIEW: Any contract resulting from this Commonwealth Bid Invitation Number will cover the requirements of all Commonwealth

More information

UN HABITAT AFGHANISTAN REQUEST FOR QUOTATION (RFQ) RFQ NO: UN/H/KBL/2018/155. Title of Work:

UN HABITAT AFGHANISTAN REQUEST FOR QUOTATION (RFQ) RFQ NO: UN/H/KBL/2018/155. Title of Work: UN HABITAT AFGHANISTAN REQUEST FOR QUOTATION (RFQ) RFQ NO: UN/H/KBL/2018/155 Title of Work: Supply and Delivery of Personal Protection Equipment (PPE) for UN-Habitat Afghanistan 15 November 2018 1 RFQ

More information

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue Bidding Conditions March 22, 2018 (Project# 0192) at the Fresno Chaffee Zoo Project : Warthog Exhibit Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS Addendum - A document issued

More information

Commonwealth of Pennsylvania Invitation to Qualify For Electronic Waste Removal and Recycling Services PART I STATEMENT OF WORK

Commonwealth of Pennsylvania Invitation to Qualify For Electronic Waste Removal and Recycling Services PART I STATEMENT OF WORK Commonwealth of Pennsylvania Invitation to Qualify For Electronic Waste Removal and Recycling Services PART I STATEMENT OF WORK 1. Purpose: The purpose of this Electronic Waste (E-waste) Removal and Recycling

More information

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Number: B042911 IFB Due Date and Time: May 9th, 2011 5:00 p.m./mountain Time UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Title: DRY GOOD- COLOR COPIER Number of Pages: 08 ISSUING

More information

City of Jacksonville Finance Department

City of Jacksonville Finance Department City of Jacksonville Finance Department # 1 Municipal Drive Office Phone: (501) 982-4502 P.O. Box 126 Fax Number: (501) 985-9768 Jacksonville, AR. 72076 E-Mail: rbest@cityofjacksonville.net Cheryl Erkel

More information

Bidding Conditions Attachment C

Bidding Conditions Attachment C Bidding Conditions Attachment C REV Date: November 9, 2018 Project Name (Permit Nos. xxx) at the Fresno Chaffee Zoo Project No. xxxx Located at 894 West Belmont Avenue Fresno, CA 93728 Page 1 of 8 DEFINITIONS

More information

HP DesignJet Cash In & Trade Up April 2016 promotion

HP DesignJet Cash In & Trade Up April 2016 promotion HP DesignJet Cash In & Trade Up April 2016 promotion Terms and conditions A. HP DesignJet Cash In & Trade Up April 2016 program structure Within the framework of the HP DesignJet Cash In & Trade Up April

More information

BARBADOS WATER AUTHORITY

BARBADOS WATER AUTHORITY BARBADOS WATER AUTHORITY TENDER FOR BILL PRINTING SERVICES November 2016 1. GENERAL On October 17, 2013, the Barbados Water Authority (BWA) and the Canadian Commercial Corporation (CCC) signed an Agreement

More information

SKYSHOP USA AGREEMENT FOR SERVICES AND GENERAL OBLIGATIONS 1 SERVICES IN GENERAL: This agreement is entered into by and between Expedited Global

SKYSHOP USA AGREEMENT FOR SERVICES AND GENERAL OBLIGATIONS 1 SERVICES IN GENERAL: This agreement is entered into by and between Expedited Global SKYSHOP USA AGREEMENT FOR SERVICES AND GENERAL OBLIGATIONS 1 SERVICES IN GENERAL: This agreement is entered into by and between Expedited Global Group, LLC dba SkyShop USA, (hereinafter referred to as

More information

DESCRIPTION. BID Gasoline and Diesel Fuels

DESCRIPTION. BID Gasoline and Diesel Fuels REQUEST FOR BIDS/PROPOSALS COVERSHEET THE UNIVERSITY OF SOUTHERN MISSISSIPPI Procurement and Contract Services 118 College Drive #5003, Hattiesburg, Mississippi 39406-0001 Name: Company: Address: Date:

More information

Invitation for Bid - Standard Office Furniture / Task Chair

Invitation for Bid - Standard Office Furniture / Task Chair Invitation for Bid - Bid#2016-09-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement of goods and/or trade services as described

More information

Document B252TM 2007

Document B252TM 2007 Document B252TM 2007 Standard Form of Architect s Services: Architectural Interior Design for the following PROJECT: (Name and location or address) This document has important legal consequences. Consultation

More information

INVITATION FOR BID FORM May 20, 2014 BID NO. 32F-14

INVITATION FOR BID FORM May 20, 2014 BID NO. 32F-14 INVITATION FOR BID FORM May 20, 2014 BID NO. 32F-14 CADDO PARISH SCHOOL BOARD Scott Sullivan, Chief Buyer PO BOX 32000 1961 MIDWAY STREET PH: 318-603-6477 SHREVEPORT, LA 71130-2000 ssullivan@caddo.k12.la.us

More information

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee 38105-5029 ADDENDUM NO. 2 Issued: March 6, 2018 This addendum shall become and form a part of the

More information

Inland Building Systems Field Policy

Inland Building Systems Field Policy 6/23/2011/Page 1 of 6 Inland Building Systems Field Policy General Statement Inland Building Systems goal is to provide prompt assistance for all field issues caused as a result of an Inland error. Documented

More information

Warren State Hospital, Statement of Work Electrical Distribution Infrared Inspection ANTICIPATED PERIOD OF CONTRACT

Warren State Hospital, Statement of Work Electrical Distribution Infrared Inspection ANTICIPATED PERIOD OF CONTRACT ANTICIPATED PERIOD OF CONTRACT The anticipated term of contract: October 1, 2016 (or upon full execution of contract; whichever is later) through June 30, 2021. The Inspection Service and Reports will

More information

HOW TO USE THIS STANDARD LONG TERM AGREEMENT (LTA) TEMPLATE:

HOW TO USE THIS STANDARD LONG TERM AGREEMENT (LTA) TEMPLATE: HOW TO USE THIS STANDARD LONG TERM AGREEMENT (LTA) TEMPLATE: This agreement should be used when establishing a new Long Term Agreement (LTA) with a supplier, in line with UN Women Financial Rules and Regulations

More information

COUNTY OF ROCKLAND Department of General Services Purchasing Division

COUNTY OF ROCKLAND Department of General Services Purchasing Division COUNTY OF ROCKLAND Department of General Services Purchasing Division Title: Contract Period: Foods Halal Frozen Food Meals for the Rockland County Correctional Center May 1, 2018 through October 31, 2018

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS CONTENTS I. Bid Documents II. Ethical Business Practices III. Contractor Qualifications IV. Performance and Quality Standards V. Bid Evaluation VI. Contract Award VII. Work Operations

More information

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

More information

SUBMIT BIDS TO: Procurement and Contracts University Parkway Building 20E, Room 101 Pensacola, FL 32514

SUBMIT BIDS TO: Procurement and Contracts University Parkway Building 20E, Room 101 Pensacola, FL 32514 SUBMIT BIDS TO: Procurement and Contracts 11000 University Parkway Building 20E, Room 101 Pensacola, FL 32514 Access Bid Info on the Web: http://uwf.edu/procurement/ INVITATION TO BID (ITB) CONTRACTUAL

More information

NOTICE INVITING QUOTATIONS. File No. NITT/F.No. 020/PROJ/ /DAC Date:

NOTICE INVITING QUOTATIONS. File No. NITT/F.No. 020/PROJ/ /DAC Date: NATIONAL INSTITUTE OF TECHNOLOGY, TIRUCHIRAPPALLI - 620 015 DEPARTMENT OF ACADEMIC OFFICE NOTICE INVITING QUOTATIONS File No. NITT/F.No. 020/PROJ/2018-19/DAC Date: 10.10.2018 To Sealed quotations are invited

More information

INVITATION FOR BID Bid #872 - Printing Services

INVITATION FOR BID Bid #872 - Printing Services INVITATION FOR BID Bid #872 - Printing Services ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 FOR ADDITIONAL INFORMATION CONTACT: Cindy

More information

FRAMEWORK CONTRACT ON TRANSPORT No. /2017

FRAMEWORK CONTRACT ON TRANSPORT No. /2017 FRAMEWORK CONTRACT ON TRANSPORT No. /2017 Customer: Title of company: DeutschMann Internationale Spedition s.r.o. Seat of company: Dopravná 1907/3 075 01 Trebišov Represented by: Jozef Poništ Identification

More information

Please Deliver To: Payment Terms NET 30

Please Deliver To: Payment Terms NET 30 All using Agencies of the Commonwealth, Participating Political Subdivision, Authorities, Private Colleges and Universities Your SAP Vendor Number with us: 172608 Supplier Name/Address: ENVIRONMENTAL SYSTEMS

More information

Vendor Partnership Manual. Section 3 Terms & Conditions of Purchase Order

Vendor Partnership Manual. Section 3 Terms & Conditions of Purchase Order Vendor Partnership Manual Section 3 Terms & Conditions of Purchase Order No changes have occurred in this chapter since our last update in July 2017. Frequently Asked Questions Question If the purchase

More information

INVITATION FOR BID Medical Supplies 2016

INVITATION FOR BID Medical Supplies 2016 INVITATION FOR BID Medical Supplies 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Medical Supplies 2016 FOR

More information

BIDS SHALL BE PUBLICLY OPENED AT 10:00 AM, PREVAILING CHICAGO, IL TIME, ON April 18, 2011.

BIDS SHALL BE PUBLICLY OPENED AT 10:00 AM, PREVAILING CHICAGO, IL TIME, ON April 18, 2011. Specifications by cs Jacket 735-412/413 Reviewed by JH Page 1 of 9 BIDS SHALL BE PUBLICLY OPENED AT 10:00 AM, PREVAILING CHICAGO, IL TIME, ON April 18, 2011. ANY QUESTIONS BEFORE AWARD CONCERNING THESE

More information

RUSH REQUEST FOR QUOTATION (RFQ) THIS IS NOT AN ORDER!

RUSH REQUEST FOR QUOTATION (RFQ) THIS IS NOT AN ORDER! Page 1 of 6 RFQ #3079239 RUSH REQUEST FOR QUOTE (RFQ) 3079239 DUE DATE: ON OR BEFORE 11:00 A.M. PST ON Wednesday (6/08/2016) RUSH REQUEST FOR QUOTATION (RFQ) 3079239 THIS IS NOT AN ORDER! DATE: Monday

More information

State of Vermont Office of Purchasing and Contracting RFP: Polyethylene Waste Liners Questions & Answers

State of Vermont Office of Purchasing and Contracting RFP: Polyethylene Waste Liners Questions & Answers Office of Purchasing and Contracting RFP: Polyethylene Waste Liners Questions & Answers 1. Q. Can you supply us with the award pricing and winning from the last bid for the liners listed in the current

More information

REQUEST FOR QUOTATION (RFQ # ) FOUR PART FORM ITD 0502 Application For Report Of Sale And Application For Certificate Of Title

REQUEST FOR QUOTATION (RFQ # ) FOUR PART FORM ITD 0502 Application For Report Of Sale And Application For Certificate Of Title REQUEST FOR QUOTATION () FOUR PART FORM ITD 0502 The (ITD) is seeking quotes from printing companies to provide 70,000 copies of an ITD four part form per the specifications herein. 1. Timeline Questions

More information

National Transportation Specialists, LLC 1801 S Pennsylvania Avenue, PO Box 299 Morrisville, PA

National Transportation Specialists, LLC 1801 S Pennsylvania Avenue, PO Box 299 Morrisville, PA 1801 S Pennsylvania Avenue, PO Box 299 Morrisville, PA 19067-0299 Dear Carrier: Thank you for your interest in, a nationwide Logistics provider. To become a qualified carrier for, we require the following

More information

TERMS OF AGREEMENT AND TERMINATION. This agreement is made between and MILO TRANSPORTATION INC (MTI) on day of, 20.

TERMS OF AGREEMENT AND TERMINATION. This agreement is made between and MILO TRANSPORTATION INC (MTI) on day of, 20. MILO TRANSPORTATION INC. 525 S. Colfax Suite B. Griffith, IN 46319 PHONE# (888)881-6690 FAX# (219) 207-5635 TERMS OF AGREEMENT AND TERMINATION This agreement is made between and MILO TRANSPORTATION INC

More information

A TECHNICAL SPECIFICATIONS LOCK BOX PAYMENTS

A TECHNICAL SPECIFICATIONS LOCK BOX PAYMENTS JEA Solicitation #146-18 Customer Payment Processing Services - Bank to Bank Payments and Lockbox Payments APPENDIX A TECHNICAL SPECIFICATIONS LOCK BOX PAYMENTS The scope of Work is for lockbox payment

More information

CHAPTER 2: ADVANCED MATERIALS MANAGEMENT

CHAPTER 2: ADVANCED MATERIALS MANAGEMENT CHAPTER 2: ADVANCED MATERIALS MANAGEMENT Advanced Materials Management involves the purchasing, receipt and distribution of in-stock and non-stock items. It assumes that your initial inventory has already

More information

January 17, 2012 DEAR EXHIBITOR:

January 17, 2012 DEAR EXHIBITOR: January 17, 2012 DEAR EXHIBITOR: EXHIBITS, INC. is pleased to advise that we have been appointed the Official Service Contractor for the above named event. Below, you will find very important information

More information

WUPRPM Regulations and Procedures Effective: November 11, 2005 R. Purchasing and Financial Obligations Revision Date: July 1, 2015.

WUPRPM Regulations and Procedures Effective: November 11, 2005 R. Purchasing and Financial Obligations Revision Date: July 1, 2015. Table of Contents 1. Purpose... 3 2. Definitions... 3 3. Limits and Thresholds... 4 4. Competitive Bidding... 4 5. Request for Quotation/Request for Proposal... 5 6. Bid Information... 5 7. Bid Bonds...

More information

ANNEX CASH ON DELIVERY

ANNEX CASH ON DELIVERY ANNEX CASH ON DELIVERY 1. GENERAL OVERVIEW 1.1. This document (hereinafter the "Annex") exemplifies a comprehensive part of the agreement held between the parties with the acceptance/subscription of the

More information

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018 Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu

More information

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE U.S. Department of Transportation Federal Motor Carrier Safety Administration 400 7th Street SW Washington, DC 20590 SERVICE DATE February 08, 2007 LICENSE MC-587619-B CHOICE TRANSPORT, LLC COLUMBUS, NE

More information

Village of Algonquin Request for Proposals Accounting Services

Village of Algonquin Request for Proposals Accounting Services Village of Algonquin Request for Proposals Accounting Services Issue Date: February 1, 2018 Submission Deadline: March 2, 2018 5:00 p.m. CST PROPOSALS RECEIVED AFTER THE SUBMISSION DEADLINE WILL BE RETURNED

More information

LEASE AGREEMENT/ OWNER OPERATOR AGREEMENT

LEASE AGREEMENT/ OWNER OPERATOR AGREEMENT Global Expedited Logistics Corp. PO Box 3545 Bryan, Tx 77805 713-370-0523 henrywiese@hotmail.com Fax: 866-339-8884 LEASE AGREEMENT/ OWNER OPERATOR AGREEMENT Agreement No. AGREEMENT made this day of, 20,

More information

ORIGINAL BID - Invitation For Bid 1148-HOLIDAYTURKEY 08:45:52

ORIGINAL BID - Invitation For Bid 1148-HOLIDAYTURKEY 08:45:52 BID Effective Date: Page 1 of 5 Bid Invitation Number: Issuing Office: Kelly Richardson Commonwealth of Pennsylvania US 08/12/2016 Supplier Name/Address: 6100039403 Your SAP Vendor Number with us: Please

More information

Request For Proposal Of Printing and Design Services. Marketing Department

Request For Proposal Of Printing and Design Services. Marketing Department Request For Proposal Of Printing and Design Services Marketing Department Released on June 3, 2016 Mosaic Youth Theatre of Detroit Printing and Design Services REQUEST FOR PROPOSAL (RFP) BACKGROUND Mosaic

More information

WINTER SAND TENDER Friday September 7, 2018 at 1:10 p.m.

WINTER SAND TENDER Friday September 7, 2018 at 1:10 p.m. WINTER SAND TENDER 003-2018 Tender Number PW 003-2018 Sealed Tenders will be received by: Corporation of the Township of Strong 28 Municipal Lane, PO Box 1120 Sundridge, Ontario P0A 1Z0 Tender Closing

More information

Template proposed contract

Template proposed contract Template proposed contract Annex IV LONG TERM AGREEMENT LTA No: YEAR/No. DD/MM/YY Date: UNITED NATIONS ENTITY FOR GENDER EQUALITY AND THE EMPOWERMENT OF WOMEN (UN-Women) 220 East 42 nd Street New York,

More information

REQUEST FOR QUOTE RF44-Throwbot XT

REQUEST FOR QUOTE RF44-Throwbot XT REQUEST FOR QUOTE RF44-Throwbot XT Hard Copy Bids... Hard copy bids must be received on or before the due date and time listed above at the following physical location regardless of delivery method: 8543

More information

Supplier Policies & Procedures

Supplier Policies & Procedures 20.0 PERFORMANCE REQUIREMENTS Supplier Policies & Procedures True Value is committed to providing its Retailers with products that consistently meet or exceed their expectations for value and merchandise

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document B101 TM. Standard Form of Agreement Between Owner and Architect Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified

More information

SUPPLIER POLICIES AND PROCEDURES

SUPPLIER POLICIES AND PROCEDURES SUPPLIER POLICIES AND PROCEDURES Contents i. New Item Introduction... 3 ii. Return Privileges... 3 iii. Stock Issues... 3 iv. Pricing... 3 v. Invoice Payment & Reconciliation... 3 vi. Date Codes... 4 vii.

More information

Town of Bennington, Vermont Pleasant Street and School Street Sidewalk Installation STP EH08(11)

Town of Bennington, Vermont Pleasant Street and School Street Sidewalk Installation STP EH08(11) , Vermont Pleasant Street and School Street Sidewalk Installation STP EH08(11) Request for Qualifications Construction Inspection and Testing Services Issued: January 3, 2017 Due: January 24, 2017 I. INTRODUCTION

More information

CONTRACT AWARD NOTIFICATION

CONTRACT AWARD NOTIFICATION State of New York Executive Department Office Of General Services Procurement Services Group Corning Tower Building - 38th Floor Empire State Plaza Albany, New York 12242 http://www.ogs.state.ny.us CONTRACT

More information

INVITATION FOR INTERNATIONAL BID Tender. No. NCSC-0010/17

INVITATION FOR INTERNATIONAL BID Tender. No. NCSC-0010/17 INVITATION FOR INTERNATIONAL BID Tender. No. NCSC-0010/17 1. National Cement Share Company (NCSC) invites manufacturers or suppliers (Bidder) under international Competitive Bid (ICB) for the supply of:

More information

INVITATION FOR BID #2 FUEL OIL

INVITATION FOR BID #2 FUEL OIL Susquehanna Community SD (SCSD) INVITATION FOR BID #2 FUEL OIL April 1, 2019 INVITATION FOR BID #2 Fuel Oil The Susquehanna Community SD is soliciting sealed bids for #2 fuel oil for the period of September

More information

S AV I T R A N S P O R T. Terms and Conditions for Warehousing & Storage Services. Last update : 12/31/2015

S AV I T R A N S P O R T. Terms and Conditions for Warehousing & Storage Services. Last update : 12/31/2015 S AV I T R A N S P O R T Terms and Conditions for Warehousing & Storage Services Last update : 12/31/2015 Savitransport, Inc 148-08 Guy R. Brewer Blvd, Jamaica, NY, 11434 Tel: +1 (718) 656 9670 Fax: +

More information

DOWNLOAD PDF REPORT REQUIRED FOR SEPARATE FREIGHT SHIPMENTS 79 62

DOWNLOAD PDF REPORT REQUIRED FOR SEPARATE FREIGHT SHIPMENTS 79 62 Chapter 1 : Tracking, Track Parcels, Packages, Shipments DHL Express Tracking For sea freight carried in FCX arrangements involving multiple suppliers a separate cargo report will be required in respect

More information

COUNTY OF ROCKLAND Department of General Services Purchasing Division

COUNTY OF ROCKLAND Department of General Services Purchasing Division COUNTY OF ROCKLAND Department of General Services Purchasing Division Title: Foods Halal Frozen Food Meals for the Rockland County Correctional Center Contract Period: June, 2017 through October 31, 2017

More information

PARTS ORDERING AND RETURN POLICY PROCEDURES

PARTS ORDERING AND RETURN POLICY PROCEDURES PARTS ORDERING AND RETURN POLICY PROCEDURES JANUARY 2016 INTRODUCTION The following pages contain information relative to the Parts Ordering and Return Policies and Procedures established by Allied. This

More information

PGI PAPER SYSTEMS INCORPORATED TERMS AND CONDITIONS Effective Date: September 2018 PAPER SYSTEMS INCORPORATED P.O. Box 150, 185 S. Pioneer Boulevard Springboro. Ohio 45066 WARRANTY: All products are guaranteed

More information

PROCEDURE CITY OF GRANDE PRAIRIE PURPOSE SCOPE PROHIBITIONS:

PROCEDURE CITY OF GRANDE PRAIRIE PURPOSE SCOPE PROHIBITIONS: CITY OF GRANDE PRAIRIE PROCEDURE PROCEDURE NO: 310-2 PAGE: 1 OF 6 TITLE: Request for Quotation POLICY: 310 Purchasing Policy SECTION: APPROVAL DATE: APPROVED BY: City Manager REVISION DATE: DEPARTMENT:

More information

ABERDEEN SCHOOL DISTRICT NO South Third Street Aberdeen, SD 57401

ABERDEEN SCHOOL DISTRICT NO South Third Street Aberdeen, SD 57401 ABERDEEN SCHOOL DISTRICT NO. 6-1 1224 South Third Street Aberdeen, SD 57401 BID TITLE: TIME AND DATE DUE: LOCATION OF BID OPENING: Printer Toner and Ink 2:00 p.m. Central Daylight Time Tuesday, May 19,

More information

1. DEFINITIONS 2. ORDERS, PRICES AND FEES

1. DEFINITIONS 2. ORDERS, PRICES AND FEES Exhibit C GENERAL TERMS AND CONDITIONS - INTERNATIONAL The following are the Terms and Conditions under which TRANSCORE, LP, a Limited Partnership chartered in Delaware, United States of America or its

More information

INVITATION FOR BID (IFB):

INVITATION FOR BID (IFB): DATE: May 8, 2018 ADDENDUM NO. 1 INVITATION FOR BID (IFB): B180022132 RPD Furnish & Install Ballistic Glass Lobby Counters IFB #B180022132 WAS ISSUED: Wednesday April 25, 2018 RECEIPT DATE: May 23, 2018

More information

Please Sign and Date Above and Initial Each of the Following Pages and Fax Back to or scan & to

Please Sign and Date Above and Initial Each of the Following Pages and Fax Back to or scan &  to New Client Application and Duplication & Fulfillment Agreement Basic Information (Please print clearly) Company Name: Name of Primary Contact: Phone: Email: Physical Address: City: State: Zip: Billing

More information

BID PROPOSAL CONTRACT NO. AOPC

BID PROPOSAL CONTRACT NO. AOPC BID PROPOSAL CONTRACT NO. AOPC 201801.2 BID PROPOSAL INDEX PAGE NO. GENERAL INFMATION 2 BASE BIDS 3 BIDDER GANIZATION INFMATION 4 CERTIFICATION AND BID SIGNATURE 5 NOTE: Please read all pages of this Bid

More information

Mailing Equipment and Supplies, Contract #985-L1 Special Instructions and Contract Details

Mailing Equipment and Supplies, Contract #985-L1 Special Instructions and Contract Details TABLE OF CONTENTS Shipping Information Mailing Equipment and Supplies, Contract #985-L1 Special Instructions and Contract Details Machine Performance Standards Mailing Equipment Specifications Weighing

More information

Accessorial Charges Rules Tariff

Accessorial Charges Rules Tariff 950 SOUTH PINE ISLAND ROAD, A- 150 PLANTATION, FL 33324 PHONE: 954-727- 8133 Accessorial Charges Rules Tariff This Accessorial Charges Rules Tariff (hereinafter referred to as Tariff), containing rules,

More information

REQUEST FOR QUOTATION INVITATION

REQUEST FOR QUOTATION INVITATION REQUEST FOR QUOTATION INVITATION FOR: RE: DPS: Soft Body Armor Carriers and Pouches Small Orders Request for Quotation (RFQ) Specification Number: 89089 RFQ: 3624 Patricia Farina DPS Contract Administrator

More information

Hopewell Public Schools 103 N. 12 th Avenue Hopewell, VA 23860

Hopewell Public Schools 103 N. 12 th Avenue Hopewell, VA 23860 Hopewell Public Schools 103 N. 12 th Avenue Hopewell, VA 23860 To Whom It May Concern: Hopewell Public Schools is soliciting bids for Locksmith Services. All bids are due on May 31, 2016 at 2:15 pm, Eastern

More information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BIDS (BVB) FOR NOVELTY ITEMS & PROMOTIONAL TYPE CLOTHING ADDENDUM 1

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BIDS (BVB) FOR NOVELTY ITEMS & PROMOTIONAL TYPE CLOTHING ADDENDUM 1 SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Angeline C. Peralez Date Issued: July 27, 2012 BID NO.: 12-0403 FORMAL INVITATION FOR BEST VALUE BIDS (BVB) FOR NOVELTY ITEMS & PROMOTIONAL TYPE

More information

GENERAL TERMS and CONDITIONS OF SALE

GENERAL TERMS and CONDITIONS OF SALE GENERAL TERMS and CONDITIONS OF SALE between COMPANIES OF DEATEX GROUP ITALY Hereinafter also named Seller and hereinafter The Client or The buyer Preamble The present Agreement governs the partnership

More information

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT City of McMinnville, Community Development Department ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT Bid Document Nolan Ming 10/11/2017 ALL-IN-ONE

More information

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. INVITATION FOR BID Copier 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Digital Printer/Copier/Scanner FOR ADDITIONAL

More information

Esco Purchase Order Terms And Conditions

Esco Purchase Order Terms And Conditions Esco Purchase Order Terms And Conditions 1. ACCEPTANCE 1. These terms and conditions are the exclusive binding agreement between the parties covering the purchase of the products and services ordered and

More information

A SUPPLIER'S GUIDE TO GOODS PROCUREMENT IN THE GOVERNMENT OF PRINCE EDWARD ISLAND. Procurement Services Office of the Comptroller

A SUPPLIER'S GUIDE TO GOODS PROCUREMENT IN THE GOVERNMENT OF PRINCE EDWARD ISLAND. Procurement Services Office of the Comptroller A SUPPLIER'S GUIDE TO GOODS PROCUREMENT IN THE GOVERNMENT OF PRINCE EDWARD ISLAND Procurement Services Office of the Comptroller Revised: June 2009 This publication summarizes the steps involved in Goods

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

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

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

More information

CITY OF BELLINGHAM, WASHINGTON Purchasing-Vendor Guide

CITY OF BELLINGHAM, WASHINGTON Purchasing-Vendor Guide P U R C H A S I N G O F F I C E, 2 2 2 1 P A C I F I C S T, B E L L I N G H A M W A. 9 8 2 2 9 P H O N E 360-778-7750 F AX 3 6 0-778-7706 P U R C H A S I N G O F F I C E, 2 7 7 8-7 7 5 0 CITY OF BELLINGHAM,

More information

Terms and Conditions of Sale

Terms and Conditions of Sale Rev 12-1-17 General Information This price schedule supersedes any and all previous price schedules. We do not honor prices quoted from an obsolete price schedule nor do we honor prices for obsolete products

More information

P R I C E L I S T 1

P R I C E L I S T 1 2018 PRICE LIST 1 Three things can happen with sound in a space, it can bounce off walls and redirect the sound, it can transmit through thin walls, or it can be absorbed in acoustical material. Any space

More information

To Our Prospective Customer:

To Our Prospective Customer: To Our Prospective Customer: Thank you for your interest in doing business with Dallas Pen Company. Attached you will find the forms necessary for our consideration. Please execute all applicable forms

More information

Sincerely, Events Staff. Dear Iowa State University Spring 2018 Career Fair Exhibitor:

Sincerely, Events Staff. Dear Iowa State University Spring 2018 Career Fair Exhibitor: Dear Iowa State University Spring 2018 Career Fair Exhibitor: Thank you for planning to attend the Iowa State University Spring 2018 Career Fair in Hilton Coliseum and the Scheman Building on Tuesday,

More information