<<

Bid Numbcr: .+001 0- I 05 1 0

Date: Fcbruar1 17 . 2020

LOI.JISIANA DEL'IA COMMUNITY COLLEGE 7500 Millhaven Road Monroe. LA 71203-6922 (318) 678-6290

INVITA'IION FOR BID: Sealed bid, subject to the conditions herqin stated and atlached hereto. will be received until March 9. 2020 @ 2:00 P.M.CST and then publiclr opened fbr lurnishing the items and,lor services described below for the Campus of Louisiana Delta Community College. l he bids will be opened at LDCC Purchasing Office, 6220 East ]'exas Street, Building J. Bossier City, LA 7l I I l.

DESCRIPTION PROVIDE CNC MANT]FACTURING EQUIPMENT AS PER ATTACI IED SPECIIiICATIONS PLEASE FILL IN ALL BLANK SPACES

I erms will be and shipment u'ill be received rvithin _- dals after receipt olan order ln compliance with and subject to the conditions thereol the undersigned oflers and agrees ifthis bid be accepted within 60 days from date ofopening to furnish any or all ofthe items (or scctions) at the price set opposite each item (or section).

Vendor Name Signature Aurhorit), (RE: [-. R. S 39: 1594)

Address f itlc

Cif,. State and Zip Ta\ Identifi cation Number

ielephone Numbcr Fax Number

[,ouisiana Contractor's Nurnbcr Datc

Acceotance Au ard

Date of Alvard and [xecution

Reco m ln c ndat iorl

Approved Cayle Doucet Chief Purchasing Of ficer INS I I{I.JCI IONS TO t} ID DERS

l. Bid Fonns All written bids, unless otherwise provided lor, rnust be submitled on, and in accordance with, forms provided, properly signed. Bids submined in the following manner will not be accepted.

l Bid containing no signature indicating intenl to be bound, 2 Bid filled out in pencil; and Bid not submitted on the state's standard forms.

Bids must be received at the address specificd in the Invitation for Bids prior to bid opening time in order to be considered. Any bid received after bid opening time will be rctained in bid file unopened. Telegraphic and fax alterations to bids received before bid opening time u'illbe considered provided lonnal bid and written alteration have been received and time-stamped beforc bid opening tirre.

Special Ensure consideration, all bids should be submitted in the special bid envelope if furnished for that purpose. In the event bid contains bulky subject material, the special bid envelope should bc finnly aifixed to the mailing envelope.

3. Prices The bidder must state the prices (wrinen in ink, in figures) i'or which he proposes to furnish each item and shall shou,the total extended amount lor each based on the quantities shown. In , however. ofconflict between the unit price and the extended amount, the unit price shall govem. Unit prices should be inclusive ofany fieight charges.

4. F.O.B. Bid should be FOB Destination/Agency, title passing upon acceptance of merchandise. I-ailure to comply with this requirement may disqualily your bid.

5. Standard of Quality Any product or service bid shall conlorrn to all applicable Federai and State laws and regulations and the specifications contained in the IFB. Unless otheru'ise specilred in the lFB. any manufacturer's name, trade name, brand name. or catalog number used in specifications is lor the purpose ofdescribing the qualily level and characteristic required. Bidder nrust specify the brand and model number ofthe product offered in this bid. Bids not specifying brand and rnodel number shall be considered as otfering the exact products specified in the IFB.

6 Descriptive Information Bidders proposing an equivalent brand or model should submit with thc bid information (such as illustralions. descriptive literature. technical data) sufficient for l-DCC Purchasing to evaluate quality. suitability, and compliance with the specifications in the IFB. Failure to submit descriptive inibrmation may cause bid to be rejected. Any change made to a manufacturer's published specifications submitted fol a product shall be verifiable by the manufacturer. Il item(s) bid do not fully comply with specifications (including brand and/or product number), bidder must state in what respect the item(s) deviate. Failurc to note exceptions on the bid form will not relieve the successful bidder(s) h'om supplying the actual products requested.

Manulacturer's Numbers and Trade Names Where manufacturer's product is named or specified. it is understood that ''or equal'' shall apply, whcther stat€d or not. Such name and number is meant to establish the standard, ry'pe. quality. style. etc. LDCC shall be the solejudge as to whether or not the equipment 's uppll off'ered is equal to that spccified.

,1 Bid o cntng Bidders mal,altend the bid opening, but no inlormation or opinions concerning thc ultimate contract award will be given at the bid opening or during the evaluation process. Bids may be examined 72 hours after request is made. Information penaining to completed files may be secured by appointment only to thc Purchasing Dept. at LDCC. written bid tabulations willnot be fumished. Copies willnot be fumished. 8. Award Award will be n]ade to the louest responsible bidder, taking into consideration the quality of the products to be supplied, their conformity with specifications, the purposes for which they are required, and the time tbr delivery. Louisiana Delta Community College reserves the right to award items separately, grouped or on an all-or-none basis and to reject any or all bids and to u'aive anl informalities.

() Purchas e Ordcr' lf any bid or bids are accepted, an initial purchase order or orders lor the entire number of units or part thereof, will be issued not later than thiny (30) days after receipt of bids by the Owner to the lowest bidder offering products which. in the opinion ofthe College. meet the rcquirements ofthese specifications. l-DCC reserves the right to cancel anl order resulting lrom this solicitation uith 30 days written notice.

10. Conditions of Purchase Orders We will not in any rnanner be responsible for goods delivered or work done lor our accounl without a written order. No allou'ance for boxing or crating. Ifyoucannotfill order as directed, return foradvice. Quantities in excess of the order may be returned or held subject to shipper's order. expense and risk. By accepting the order you hereby warant that the merchandise to be furnished lrereunder will be in full conformity with the specifications. drawing or sample and agree that this warrant shall survive acceptance of the merchandise and that you will bear the cost of inspecting merchandise rejected. tl ll nd Acce tanc0 Upon delivery of each item to the Agency. inspection of the itern will be rnade by Louisiana Delta Community College, or their representative, at the point ofdeliverl'. or in special cases, at point oforigin. Acceptance ofthe item rvill be made after inspection dctermines that all requirements of the specifications and the proposal have heen met.

12. Refct All rejected goods will be at seller's risk and expense. subject to seller's prompt advice as to disposition. Unless otherwise arranged all re.jected goods rvill be returned and charged back including all transportation and handling costs. A11 packages must reflect the LDCC purchase order number or it will be refused and retumed at vendor's expense.

13. PaYment Terms Cash discounts lor less than 30 days or lcss than l% or greater than 5% uill be accepted. but will not be considered in deternrining awards. On indcfinite quantity ternrs contracts, cash discounts will be accepted and taken but u.ill not be considered in detennining arvards. Bids containing 'pa)menl in advance" or "COD" requirements rlay be rejected. Paymentisto bemade within 30 days after receipt of properly execuled invoice or delivery, whichever is later. lnvoices shall be submitted to: Louisiana Delta Comrnunity College, Accounts Payable,7500 Millhaven Road, Monroe. LA 71203, attn: Wendell Coplin. We must pay fiom ORIGINAL, ITEMIZED invoices as required by the State Legislative Auditor.

11. U.S.TaxpayerldentificatioqNuobet Enter your taxpayer identification number in the appropriate space on the Specit'ications and Bid Form Page Fot individuals and sole proprietors, this is ),our social security number. For other entities, il is lour employer identification number. PAYMENT CANNOT BE PROCLSSED wlTHoUT YOUR l Ax l.D. NUMBER

15. Taxes 'Ihe State is exempt lrom sales/use tax. Vendor is responsible lor including all applicable taxcs in the bid price.

16. Nerv Products Unless specifically cailed for in the lFB, all products for purchase must be ncw, never previously used, and the cunent model and,/or packaging. No remanufactured, demonstrator, uscd or irregular product wil) be considered fbr purchase unless otherwise specified in the IFB. l'he manufacturer's standard warrant)- uill apply unless otherwise specified in the IFB.

17. Contract Renewals Upon Agreentent of Louisiana Delta Community College Purchasing and the coniractor, an open-ended requirements contract may be extended tbr 2 additional 12-rnonth periods at the same prices. terms and conditions. In such cases. the total conffacl term cannot exceed 36 monlhs lll ContrilctCrrrcellation Louisiana Delta Community College has the right to cancel any contract, in accordance with purchasing rules and regulations, for cause, including but nor limited to, the lollowing: (l) lailurc to deliver with the time specified in the contract; (2) failure of the product or service to meet specifications. conform to sarrple quality or to be delivered in good conditions; (3) misrcpresentation b) the contractort, (4) fraud. collusion. conspiracy or other unlawful means of obtaining any contract with [-ouisiana Delta Community College: (5) conflict of contract provisions with constitutional or statutory provisions of state or federal law: (6) any other breach of contract.

19. Default of contractor Failure to deliver within the time specified in the bid will constitute a default and may cause cancellation of the contract. Where the Louisiana Delta Community College Purchasing has determined the contractor to be in det'ault, LDCC Purchasing reserves thc right to purchase any or all products or services covered by the contract on the open market and to charge th€ contractor with cost in excess ofthe contract price. Until such assessed charges have been paid, no subsequent bid frorn the defaulting contractor will be considered.

20 Davis llacon Acl The Davis-Bacon Acr, Unired Srates Code. Title 40, Chapter i. Section 276(a) requires all laborers and mechanics employed by contractors and subcontractors who work on construction projects Iinanced by federal assistance to be paid wages not lcss than those established by the Secretary of Labor for the locality ofthe project when required by federal grant program legislation.

2l . Order of Prioritv In the event there is a conflict betrveen the lnstructions to Bidders or Ceneral Conditions and the Special Conditions, the Special Conditions shall govem.

22. Applicable Law Allcontracts shall be construed in accordance with and govemed b;-. the larvs ofthe State ofLouisiana

23. EEOC COI\4PLIANCE By submitting and signing this bid, bidder certifies that he agrecs to adhere to the mandates indicated by Title VI and VII of the Civil Rights Act of 1964. as arnended; 'fhe Vietnam Era Vetcran's Readjustment Assistance Act of 1974; Section 503 ofthe Rehabilitation Act of 1973; Section 202 ofExecutive Order 11246, as amended; and Thc Americans with Disabilities Act of 1990, Title IX olthe Education amendments ol 1972, The Age Acts of I 975, and b idder agrees to abide by the requirements o f the American of Disabilities Act of I 990. B idder agrees not to discriminate in its employment practices. and will render services under any contract entercd into as a result of this solicitation without regard to race. color, religion, national origin, veteran status, political affiliation, or disabilities, any act of discrimination committed by bidder. or lailure to comply with these statutory obligations when applicable, shall be grounds for termination ofany contract entered into as a result of this solicitation.

24. Special Accommqdiliqq Any ''Qualified lndividual with a Disability' as deflncd by the American with Disabilities Act who has submitted a bid and desires to attend the bid opening. n'rust notil)' this office in rvriting not Iater than 7 days prior to the bid opening date of their need lor special accommodations. lf the request cannol be reasonable provided, the individual will be informed prior to the bid opening.

25. Indemnitv Contractor agrees, upon receipt of written notice of a claim or action, to defend the clairn or action. or take other appropriate measure, to indemnify. and hold harmless, the state, its officers, its agents and its employees from and against all claims and actions for bodily injury. death or propen)- damages caused by the lault of the contractor, its officers, its agents, or its erlployees. Contractor is obligated to indemnify only to the extent ofthe t'ault oflhe contractor, its officers. its agents, or its employees. however. the contractor shallhave no obligation as sct fofih above with respect to any claim or action from bodily injury, death or propeny damages arising out of the fault ofthe state, its officers, its agents or its employees. Contractor agrees to investigate. handle. respond to. provide defense for and defend any such clairrs, demand, or suit at its sole cxpense and agrees to bear all other costs and expenses related thereto, even if it (claims. etc.) is groundless. lalse or fiaudulent. The State of Louisiana may, but is not required to, consult with the Contractor in lhe defense of claims, but this shall not affect the Contractor's responsibility for the handling ofand expenses for all claims. 26. ln accordance with the provisions olR.S. i9:2182. in awarding contracts after August 15.2010, any public entity is authorized to reject a proposal or bid form, or not award the conlract to, a business in which any individual with an ownership interest of llve percent or more. has been convicted of. or has entered a plea of guilty or nolo contendere to any state lelony or equivalent federal felony crime committed in the solicitation or execution ofa contract or bid au,arded under the larvs govcrning public contracts under the provisions of Chapter l0 of Title 38 ofthe Louisiana Revised Statues of 1950. Professional, Personal, Consulting, and Social Services Procurement undcr the Provisions ofChapter l6 olTitle 39. or the Louisiana Procurement Code under the provisions ofChapter l7 of Title 39.

Fcderal Clauses, Il Applicable

]7, ,.\N II.KI('KBACK ( I,AI]SI,

lhe (\rntractor herebr agrees to adhcre to lhe mandate dictatcd b\ the Copelanrl Anli-Kickhack Act which providcs that oach Contraclor or subgrilntce shall bc prohihiled liom inducing. h) an) ,n.ans. ln) pcrson emplo)cd in the conlpletion of *ork. to errc up anr parl ol thc compcnsation to \\hich hc is othelrr isc entitlcd.

:Ii. CLI]A\ AIR ACT

'lhe Contractor hercb) agrces to adherc 1() thc pro\isions \rhich requirc compliancc \rith all applicable standards. ordcrs or requirements issued under Section 306 of thc Clean Air Act which prohibits the use under non-ericmpl |cderal conlracts. grants. or loans of facilities includcd on the FIPA lisl ol Violaling Facililies.

19. E\I,RCY POl.lC Y A\D ( o\SLltVA I lO\ ,\CT

'Ihc Contraclor hcrehl rccognizcs thc nlandator\ standarrls and policics rcllling lo encrB\ efllcienc\ \\hrch are containcd in lhc Stalc cnerg) conscr\alion pliln issucd in compliancc Nith lhc Irncrg) Polic) and Conserratron Acl (l'.1..9.1-l6l).

10. ( 1.1A\ \\',,\ Il ti A( l lhe Contractor hcrcbl agrees to adhcre to the pro!isrons rvhich require cornpliance with all applicahle standards. ordcrs, or rcquirements issued under Section 508 ofthc Clean \\'arcr Act !\hich prohibits thc use under non-e\.mpt Ircderal contracls. grants or loans ol facilities included on thc EI'A List of Violating Facilities.

3 L AN'l l-LOllllY ING AND DllBr\R\,1EN I AC I l he Contraclor \l ill be expected to conlpl) uilh Fedcral statues rcquircd in lhc Anti-Lobh)ing Act and thc l)ebarmcnt Act

12. Conrracr work llours and Saltrr Slanda s Act (10 ti.S.C. l70l-1708)

\\'herc applicable. all contracts arrartlcd b1 lhc non-Fcdcral cntit\ in e\ccss oi S100.000 that invol\e thc emplolment ol' mcchanics or laborcrs must includc a provision lbr compliance with 40 U.S.C. 3702 and 3704. as supplcmented by Dcpanment of Labor regulations (29 CFR I']art 5). Undcr.l0 L:.S.C.3702 oflhcAct. each contraclor musl be required to compulc the rvages ofevcrv mechanic and lahorer on thc basis ola standarcl work rveck of .10 hours. Work in e\cess ofthe standard $ork ueek is permissible pro\ided that thc \rorker is compensaled ir1 a rate ofnol less than one and a halt times the basic rate ol pay lbr all hours $orked in e\ccss of40 hours in the work *eek. The requirements ol40 U.S.C. 3704 are applicable to construction rvork and provide that no laborer or mechanic must be requircd lo *ork in surroundinSs or under rvorking conditions which are LrnsanitaD,. hazardous or dangcrous. Ihese requirements do nol apply to thc purchases of supplies or materials or transmission of intelligence.

13. Ceniiication ol No Suspcnsion ofI)ebarnrent

Ily signing and submitting an) proposal tbr $25.000 or more. lhe bidder ccftilies thal lhcir compan]. an)'subcontractors. or principals arc nol suspended or debarrcd b) thc C.neral Ser\iccs Adnlinistration (GSA) in accordance \\ilh the rcquircment ln Audit Requiremonts in Subparl F ol the Olfice oi Managemcnt and lludget s []nili)rm Adminislralivc Requircments. Cost l'>rinciples and Audit Requirements lbr Federal A$ards (l:ormcrl) OMB Circular A-13]).

A list ol parties \rho havc heen suspended or debarred can be \ie$cd !ia thc interncl al h lrps: l{ \4andatorv l)isclosure I.lnder lhe tlniform Guidance (200.111. shown belou) [,ouisiana Dolla Community College is obligated to disclose to the I,cderal anarding agenc) (or a pass-through ifrve are a sub-recipient). an) violations of []cderal criminal larl involving liaird. bribery or gratuit) violations potentiall]- aIfeclinE thc Federal ANard.

200.I ll Mandalor-1 Disclosures 'lhe non-lrcdcral entity or applicant for a Ircderal award nrust disclose. in a limely manncr. in writing to the federal awarding agenc).or pass-through entil) all violalions ol Fcdcral cflminal la$ in!olving tiaud. brihcry. or graluitl riolalions potcntialll aiticting the l:ederal award. F'ailure to make rcquired disclosures can result in an) ol'the remedics described in {200 338 llemediis for noncompliance. including susp.nsion or dcharmcnl. (Sccalso2Cll{partl80and32tl.S.C.332l). 35. In accordance with Louisiana La*. All Corporations (Sec LA I1.S. l2:262.1) and limilcd liabilit) companies (See LA R.S. 12t13011.2) musr be rcgistered and in good standing rvith thc l,ouisiana Secrelar! oi Slatc in order to hold a purchase order and/or contract over $25-000.

36. All bid amounts shall hc submitled in L.lnited Stale Dollars.

37. Riphls 10 In\enlions \4adc L, nder a (-'ontruct or Asreemcnl

If the Pedcral a\\ard mecls rhe dcllnirion ol'-lirndin8 aSreemcnr" undcr l7 CI-'R S.l0l.l (a) and the recipicnt or subrecipi(nl \lishes lo cnler into a contracl !rith a small business lirm or nonprotit organization regarding thc substitLrtron of partirs. assignmcnl or perlbnnancc o l-c\ pcrimental. dcvelopmenlal. or rcscarch work undcr that lunding agrecnrcnt.'the recipient or surbrccipicnr rnust complr rrith thc requiremcnts ol 37 CfR l'anl0l. ltights10 In\cntions \'lade b) Nonprollt Organizalrons and Snrall business Firnrs Llndcr Co\crnmcnl (iranls. Contracls ilnd Cooperalr\c Agreemenls-: and an) implemynling regulations issucd b) thc a\\arding agenc).

38 'lermination for Causc

The Statc may terminate this Contract tbr causc based upon the f'ailure ol the Contractor lo comply wilh thc tcrms and/or conditions oflhe Contracl: providcd that the State shallgive the Conlraclor \r'ritten noticc specifying the ( o[tfactor's i'ailure. If \iithin lhirt) (30) dals after receipt ofsuch notice. the Contractor shall nol have either corrcctcd such iililure or. in the casc of failure rvhich cannol be correcled in rhin) (10) da) s. begun in good f'aith to correct said lailure and thcrcalier proceeded diligenll) to complcte such correction. then thc Slatc ma). a1 ils option. place thc Contractor in def'ault and thc Conlract shall lerminatc on the datc spccilicd in such notice. Ihc Conlractor ma) c\crcise an)'rights available to it under l.ouisiana larv 10 lerminatc ior cause upon thc l'ailure ofthe State to compl) $ith thc lcrms and conditions ol this conlracl: provided thal the Contractor shallgive the Stalc written notice spccil.\ing the State's lailure and a reasonable opportunitl- Ibr thc state to curc the delect.

39. Ierminalion lbr Convenience

The State ma) terminate the Contract at an),time b) giving thinyi30) days wriften nolice to the Contraclor.'lhe Contractor shall bc cnlitled to paymcnt Ibr deli\erables in progress, to the cxtcnt work has been perlbrmed satislactorill'.

40. Standard Preference A. ln accordance with Louisiana Revised Statutes 39: 1595. a preference not to exceed l0o/o may be allowed for and paper products manufactured or convened in Louisiana of equal quality. For paper supplied in wrapped reams! each canon and each individual ream shall be clearly labeled with the name ofthe manufacturer or converter and the location within Louisiana where such paper is manulactured or converted. For paper and paper products supplied in bulk or in other forms, the smallest unit of packaging shall be clearly labeled with the name olthe manufacturer or convener and the location within Louisiana rvhere such paper or paper product is manufactured or converted.

Do you claim this preference? Yes

Specify Itern Number(s)

Name and location within Louisiana where such paper or product is manufactured or convened_

I] A preference may be allowed for products manufactured, produced, grown, or assembled in Louisiana of equal quality.

Do you claim this preference? Yes Specifi ltern Number(s)

Specily location within Louisiana where this product is manufactured, produced, grown or assembled

Ifso, do you certiry that at least fifiy percent (50%) ofyour Louisiana business workforce is comprised of Louisiana residents? Yes No

(Note: lf more space is required. include on separate sheel. Failure to specify above infortnation may cause elimination from preferences). ,11. Preference lor United States Products

In accordance with the provisions of R.S. 39:1595.7. in the event a contract is not entered into for products purchased under the provisions of R.S. i9:1595, each procurement officer, purchasing agent, or sirnilar official who procures or purchases materials, supplies, products, provisions, or equipment under the provisions of this chapter may purchase such materials, supplies, products, provisions, or equipment rvhich are manufactured in the tlnited States. and rvhich are equal in quality to other materials, supplies products. provisions, or cquipment. provided that all of the follou'ing conditions are met:

(l) The cost ofsuch items does not exceed the cost ofother items which are manufactured outside the United Srates by more than five percent.

(2) The vendor ofsuch items agrecs to sell the items at the same price as the lowest bid offered on such items.

(3) In cases where more than one bidder oflers items manufactured in the United States rvhich are within five percent ofthe lorvest bid, the bidder offering the lowest bid on such items is entitled to accept the price ofthe louest bid made on such items.

(4) The vendor cenifies that such items are rnanufactured in the United States

For thc purposes olthis prefercnce.

( I ) "Manufactured in the United States" means produced by a process in which the manufacturing, final assembly, processing, packaging, testing, and an) other process that adds value. quality. or reliability to assembled articles, materials, or supplies, occur in the United States.

(2) "United States" means the United States and an)' place subject to the .jurisdiction of the United States.

Do you claim this preference? YES

Specill line number( s ):

Specily the location uithin the United States where this product is manufactured

(NOTE: If more space is required. include on a separate sheet.) 42. Prohibition of Dis criminatorr Bovcotls of Israel ln accordancc with Executive Order Nunrber JBt', 20i8-15. effcctivc May 22.2018, for any contract for S100.000 or more and for any contmctor rvith live or more enrplolees. Contractor, or any Subcontractor, shall certiry it is not engaging in a boycott of Israel, and shall, lor the duration of this contract. reliain liorn a boycott of lsrael. LDCC reserves the right to terminate this contract if the Contractor, or an1 Subcontractor. engages in a boycott of lsrael during the term of the Contract.

43. LegislatorsProhibited According to t-A R.S. 42: I l3(D) the College is prohibited fiom entering into any contract or subcontract with a Legislator or person who has been cenified b) the Secretary ofState as elected to the l-egislature or spouse ofa Legislator, or any corporation! pannership. or other legal entity in which the l-cgislator or his/her spouse owns an interest. except publicly traded corporations. Dach bidder must retum the encloscd Disclosure [:orm as part of his/her bid.

.1,1. ScoDe oI Contract Funhermore submittal of any terms and conditions contrary to those of the State ol Louisiana may cause your bid to be rejected. By signing this form, terms and conditions which rnay be included in your bid are nullified, and the contractor agrees that this contract shall be construed in accordance with and governed by the laws ofthe State of Louisiana.

(Members oi iirm or person authorized to sign bids for corporation) BIDDERS MUST SIGN IN INK

I M PORTANT Signature Authority: ln Accordance nith L.ll.S.39:1591(C)(1) requires evidence ofauthorit! to sign and submit bids to Louisiana Dclta CommunitY Collegc. You must indicatc rvhich of thc follorving apply to the signer of this bid. l. The signer of this bid is either a currcnt corporate officer uho is listed on the most currcnt annurl report on file lvith the Secretary of State or a member of a partnership or partnership in commendam as reflected in the most current partnership records on filc $ith the Sccretary of State. A copy of the annual report or partnership record must be submittcd to this office if requested. Thc signer of the bid is a representative of the bidder authorized to submit this bid as evidenc€d by documents such as, corporate resolution, certification as to corporatc principal., ctc, lf this applies a copl ofthe rcsolution, certification. or othcr supportile documents must be submittcd to this oIfice iI requested. L The bidder has filed rvith the Sccretar) of State an affidavit or rcsolution or othcr acknowledged/authentic documcnt indicating that thc signer is authorized to submit bids for public contracts. A cop)' of the applicable docu ment m ust be su b mitted to this office if requested. ,{. The signer of the bid has been designated b!' the bidder as authorized to submit bids on the bidder's vendor registration on file with this office.

WE ARE AN EQUAL OPPORTUNII'Y COLI,E(;I] I)ISCLOSURE FORM

Each Bidder is to disclosc thc following infbrmation by answering Ycs or No 10 the lollowing cluestions

l. Is the Bidder a Legislator or person rvho has been cenified b) the Secretary ofState as elccted to the Legislator? Ycs .\o

ls the Bidder a spouse ofa Legislator? Yes No

Ifthe Bidder is a corporation, partnership, or other legal entity. does a Legislator or his spouse own any interest in that corporation, partnership or other legal entity? Yes No

,1 If the Bidder is a corporation, is it a publicly traded corporation? Yes __No (lombincd Re.ommended Language for Invitations to llid (lTt|) Veteran-Owned and Service-Connect€d Disabled Yeteran-Otr ned (\'eteran Initiati\ c) and Louisiana Initiativc for Small Entreprcncurships (Hudson Initiative) Progr^m l his proclrrcfient has bccn designated as suilablc lbr Louisiana ceniiicd small erltreprcneurships participalion

The Slale ot l,ouisiana Vcteran and Hudson Initiali\ es small cnlrrprencurship progranrs are dcsigned 1() pro\ ide additional opponunirics fbr I-ouisiana-based small enlrcprcneurships (somctimes rclerred lo as l-aVel s and Sll s respecti!el) ) lo pa,1icipate in contracting and procurement with thc state. A cerlilied Vcleran-Owned and Scrvice-('onncctcd Disabl€d veteran-O\\ned small enlrcpreneurship (l-aVet) and a Louisiana lniliali\c tbr Small Entrcprencurships (Hudson InitiatiYc) are businesses that have been certified by thc Louisiana Depaflment ol Economic [)cvelopment. AII eligiblc vendors arc encouragcd to bccom€ cerlilled. Qualification requiremenls and online ccnification are availablc at hltDs:/'/smallbiz.louisianalbr\rard.com/index 2.asp.

Bidders that are not eligiblc lor ccrtification are encouraged to use Veteran-O\\n.d and Ser\icc-Connected [)isabled Vcteran- Owncd and l{udson Initiativc small entrcprencurships rvhere sub-contracling opportunities exist. 'l'o be rcsponsive k) this solicitalion. the biddcr shall bc cither a Vcteran-O\r'ned or Ser\ ice-Connected l)isabled Vetcran-O\lncd or I ludson Initiati\ c small entrcpreneurship or hare put lbrlh a good-lirirh elft)n 10 Lrsc cenilird Vctcran-O\\ncd or Scr\icc-Connectcd Disablcd Vetcran-O\rncd and Iludson Iniliativc snrall entlcprencu|ships as sLrh-contractors(s) l)1 signing and submitling this bid. thc biJJ(r ccflilics cornnllani( \\ rth th . r(qJrramcnt.

For a good laith ellbrt. wrillen notillcation is thc prefened method to in,brm [.ouisiana certilicd Veleran Iniliilti\,e and Hudson Initiatirc small entreprencurships o1-potcnlial subcontracling opponunities. A currcnt list ol ccnificd Vetcran-O\\'ned and Service-Connected Disabled Veteran-O$ ned and [{udson Initiali!e small cntrepreneurships may he obtained tirrr thc l-ouisiana llconomic Development Cenilication S)stem at htlps://smallbiz.louisianati)rr\ard.com,/indc\ 2.aso. Addilionall]. a current list ol'Hudson Initiati!e small enlreprencurships. which have bccn ceftilied b) thc Louisiana Dcpanment ol [-]conomic Devclopment and have opted to enroll in the Slale ofl-ouisiana I)rocurement and Contract (t-al'Af--) Netruork. may be acccs.erl ln'rn hrto. \!\\\\nrd doil.l,rulsi.lnu po \,rosD/lanac'Vendorrsrch\cn.aso. You mr\ then deternrinc the scarch criteria (i.c. alphabclized list olallccltillcd rendors. bl commodities. clc.). and select Small|'

Copics ofnotillcalion to al least three (or more) cenified Veleran Initiati\c and lludson Iniliative small entrcpreneurshipsTrill satisli the notilication requircments. Notilication must bc pro\ idcd to thc ceItilicd entrcpreneurships bl thc bidder in rvriting no less than tirc rrorking dals prior o thc dale o, bid opcning. Notillcalion must include thc scope ol \\ork. location lo review plans and specifications (il'applicable), inli)rmalion aboul rcquircd qualilicalrons and spccilicalions- an) bonding and insurance inlbrmation and/or requirements (ifapplicable). and the namc ol'a pcrson to contact. If a certilled Vctcran-Owned or Serricc- Connected Disabled Veteran-Owncd or Hudson Initiative small cntrepreneurshlp \{as not selectcd, the biddcr must certiry and maintain rvrittenjustificalion ofthe selection process-'lhe state reserves the righl to request confirmation ofthis information at any time.

In the e!enl queslions arisc after an at\ard is madc relalive ro lhe bidder's good laith ellbns. the bidder u ill hc required to provide supporting documentation io demonstratc its good laith subconlracting plan $as actually follo\red. li il is at any timc delcrmined lhat the contractor did not in Iact peribrm its Bood laith subcontractinB plan. the contracl a\rard or the existing contract ma\ be terminaled.

Contractors \\ill be rcquired lo repo Vetcran-O$nrd and Serr icc-Connected I)isabled Veteran-O\!ncd and l{udson lnitixti!e small entrepreneurship subcontraclor or distribulor padicipation and the dollar amount ol each. (Agencies should indicale theirspecAc requiremenl, i.e \rheretosendinlornotionancl*hen-)tilllbid.alierclcorlien.elc)

'Ihe stalutes (R.S 39:2171 e/ seq.) concerning the Veteran Initialive may be viewed at htto:/\rN\\.lcsis.statc.la.us lss'lss 'tdoc.67l-s0.| and the stalutes (R.S 39.2001 et. seq I concerning the lludson Initiative ma) be !ie$cd al rrr *.l stale.lil us lss lss.as 'ldoc=9(r The rulcs lbr the Veteran Initiati!c (LAC lgrVll.Chapters ll and l5) and fbr lhe lludson Iniliative (LAC I9:VIIl.Chaptcrs ll and l3) ma)- be !iewcd at hllD:' \\\\ \.doa.louisi ana.por'/oso se se.htm

The State rcquires competiti\e pricing. qualillcalions. and demonslrated competencies in the scleclion ol contraclors. li ),ou are a Cenified Small l-ntrepreneur (Hudson lnitiative). Veleran O$ned Small Ilntrepreneurs. or Scrvicc-Connccled Disahled Vcteran-O$ned (Veteran Iniliali\e) \endor. pleasc slale )our Cenilicalion Number bclo\l.

Ccnillcarion No. dJtc ol ccnr jlcatron.:-_ BID FORM

Lou is iana l)clta Communit! Collcse Bid lirr CNC Manufacturi ns Eouinment Bitl Numbcr: 10010-10510 Bid l)ate: l\Iarch 9,2020 @ 2:00 P.M., CSf

t.init Extendcd Item Descrintio n ()uantil\ l'rice P ricc

L Meclab The complete package See attached specifi cations

Festo 5 56276 or equal 3 each

Quoting Model No Manufactured Bv

2. 6 Axis Robot with controller w/pendan See attached specifications ABB IRB I 20 or equal leach

Quoting Model No Manulactured Bv

Sealcd Bids must bc mailed to the follol'ing addrcss in order to be considcred for award. Fax or email bids will not be accepted.

Bossier Parish Communitl' Collegc Attn: ()aylc Doucet 6220 East Texas Street Bossicr City, LA 7l I I 1 556 276 Table Too Mechatronics

Automation technoloov learni svstem - Bid Soecifications

The complete automation technology learning system.

The complete package consists of three stations, stacking magazine station conveyor station and handling slatron, a compressor, three interface modules to connect the PC to the station, three CDs with complele aulomation system simulation and conlroller soltware and extensive learning and trainrng documenls and comprehensive accessories. The package conlarns eveMhing requ red for successful lesson planning.

The hardware

The automat on technology learning system rs delrvered in practrcal, stackable Systarners, which funclion as storage unils as well as transport packaging

The aulomation technology learnrng system rs delivered fully assembled and ready for tmmediale use

The automat on technology learning system is sturdy and fully capable of withstanding the rigors of a school environment.

The individuai slatrons have drfferent functions

The Stackrng Magazine station contarns a work prece storage and a feed separator The Conveyor stalron can transporl and sort work pieces The Handling statron can grp the work pteces and deposit them at defined pornts

The accompanying documents on electronic format on a CD-ROM

The complete packa0e rncludes a CD-ROM with

. Start-up rnstructrons detailed step-by-slep inslructrons showrng how to connect the stalions to the computer and how lo write simple programs. with teacheis lips for lesson planning . Theoretical text wrth the fundamenlals of pneumatics electrical engineering, electrlcal actuators, sensors and control technology. . Book of exercises with 5-7 exercrses per stalron and prepared worksheets in ' doc format with solutions, these can be easrly adapted to meet your parlrcular requlremenis . Prepared PowerPoint presentations wtth extensive vlsual matenals for use in class . Videos . Electronic book of 'fundamentals of automalion technology" . -echnrcal dala for all componenls

Control with the Fluid power and aulomation system simulation and control sottware

The stations are controlled wtth the Flutd power and automatlon system simulation and control software and the EasyPort rnterface Fluid power and aulomatron system srmulation and control soitware ls the application for creating andsimulating pneumaticand electrical circuls and programmable logic controllers Wthits universal PC rnlerface, the flurd power and automatton system slmulat on and control software can control the automation technology learning system stations dtreclly As a result. the pupils can follow a continuous functronal charn lrom the clrcuil dtagram lo simu ation lo control

Since the fluid power and automatron system s rnulatron and control soitware ls supplled wlth 18 licenses Students can use it to try out the r soluttons tn simulatlon before tesllng them on lhe real station. Moreover, lhe fluld power and automation system simulation and control software provldes rnformalion at the click of a mouse button aboul a lcomponents. and many inlormative anrmated sequences

The complete package

Contarns everything you need for workrng with the automallon technolooy learning system

. 1 Stackrng lvagazine station . 1 Conveyor slation . 1 Handling station . 1 compressor 110 V wrlh connector . 3 x EasyPort@ to connect the stalrons to the computer . 3 x power supply unil w(h connector . Fluid power and automatron system srmulation and control software (18 licenses) . Documents on CD-ROM . Work pieces . Tools . screw sel . Stacking Station Details

Pneumatically actuated stacking magazine w lh rntegrated, pneumatic pressJit unit. Controlled via 2 solenoid valves, 1 rnagnetic proximity switch for detecting lhe cylrnder pos tron. all electrical connections can be plugged in assembled on an aluminum slotted profile plale, sheet metal parts in stainless steel lncluding the fluid power and automation system srmulation and control sottware. The stacking magazrne station can be connecled mechanically to the conveyor and handllng stations. Delivered in a stackable, sturdy plastrc .

The station rs controlled usrng the flujd power and automation system simulation and conlrol software. This requires an interface between the PC and lhe station. which can be delivered as an accessory

Function of the slacking magazrne station

Storing work preces rn any order Separating work pieces Pressing lrd onto contarner

Stalron componenls

. Stacking magazine module . Press-fit unlt . l\4ultr-pin plug distributor with 12 slots. 3-pin M8 plug Sub-D '15 plug . 1412-way double solenord valves with manual override with detent, 2 connecting cables, 3-pin N.48 plug . 1 4/2-way single solenord valve with manual overflde wlth detent, connecting cable, 3-pin lV18 plug can be converted to 3/2-way function . 1 double-actrng cylrnder. 10 mm drameler, 50 mm stroke with 2 one-way flow control valves . 1 single-acting cylrnder, 10 mm, 40 mm slroke with one-way flow control valve . 1 magnetic proximrty switch wrth 3-pin lV8 connectang plug . 3/2-way shut-off valve . Y-distributor . Blanking plugs for valve . 1 receiving tray. low. height 39 mm with 4 lateral drill holes, dlameler 4 2 mm. 16 mm space for mountrng sensors and actuators . Cable duct . Aluminum slotted profile plate 298 mm x 200 mm x 20 mm, 20 rnm distance between slots . Tool set, comprisrng a screwdriver, Allen key, open-ended spanner, tubing cutter . 6 m tubino 4 mm in drameler . 3m tubing 6 mm in diarneter . screw set . Cable connector . Self- . 5 black . 5 black as work preces, 40 mm in diameler, height 25 mm . Sturdy plastic box, stackable, dimensions 281 x377 x272 mm . Equipmenl tray to frt plastrc box CD with. - Software for creating pneumatic, electric and logic circulls, simulatrng crrcurts and controlling the station lncludes exlensrve teaching materials rn Gerrnan, English, Spanish and French. - Textbook on "Basic pnnciples of automation technolooy" rn PDF format wrth over '100 pages in German, English. Spanrsh and French - Comm ssroning instructions with teacher's tips in PDF formal with over 100 pages in German. English, Spanrsh and French - Book ol exerclses with over 20 exercrses in 'doc format in German, English, Spanish and French - PowerPornt presentatron wrth extensrve visual matenal - Collection of animation videos - Videos of actual production plants - Technical drawings and exploded vrews of the slatron in PDF lormat

Conveyor Station Details

Conveyor dnven by a 24 V DC geared motor wrth inductrve sensor lighl barrier and electrically driven /defleclor, all eleclrcal connections can be plugged in. Fully mounled on an aluminum slotted profile plate. sheet metal parts rn slarnless steel Can be connected mechanrcally to the stacklng magazrne and handlrng statons Delrvered in a stackable, sturdy plastic box. The station rs conlrolled using the flurd power and automaiion system srmulation and control soflware This requrres an interface befween the PC and the station, whrch can be delrvered as an accessory.

Statron components

Conveyor module with DC geared motor, incl relay polaflty reversal clrcurt, connecting cable with 3-pin N48 plug foMard and reverse operation can also be selected via pushbutton. band height 6'1 mm. band width 42 mm, band length 298 mm, 13 lateral holes 4 2 mm rn diameter. 16 mm gap for mountrng sensors and actuators Solenoid as stopper or deflector rnc connectrng cable with 3'prn l\48 connecting plug [,4ultr-pin plug distributor wilh l2slots 3 pin N48 plug subDl5plug lnductive sensor rncl connect ng cable wilh 3-pin lV8 plug mounlrng accessories for mountrng on conveyor. stackrng magazrne and handlrng stations Oplical sensor (llght barrler) wrth 3 pin IVB plug. mounting accessories for attachiog to conveyor, stacking magazrne and handllng stations Aluminum slotted profrle p ate 298 mm x 200 mm x 20 mm, 20 mm drslance belween slots 1 chule wilh lateral drill holes 4 2 mm rn diameter. gap of 16 mm for mounling sensors and actuators Tool set, comprising a screwdriver, Allen key, open-ended spanner Screw set Cable af)nnector Self-adhesive labels, 5 black lids, 5 srlver colored containers as work pieces,40 mm in diameter, herght 25 mm Sturdy plastic box. siackable. dimensions 176 x375 x274 mm Equipment tray to fil plaslic box CD with. - Software for creatrng pneumatrc, eleclrical and logic circurls, srmulattng crrcuits and controlling the station. lncludes extensive teaching materials ln German, English, Spanish and French. - Textbook on "Basic principles of automation technology" in PDF forrnat with over 100 pages rn German. Englrsh. Spanrsh and French - Commrssroning rnstructrons wrth leacheas tips rn PDF formal with over 100 pages in German, English. Spanish and French - Book of exercrses with over 20 exercrses rn ' doc format rn German, Englrsh. Spanish and French - PowerPoint presenlatron with extensive visual matenal - Collection of anrmatron vrdeos - Videos of actual production planls - Technical drawngs and exploded views of lh€ stalion rn PDF format

l-landling Station Details

Pneumatlc handling wrth two axes and pneumatrcally actuated two Jaw gnpper controlled vra 3 solenord valves, 4 magnetic proximrly swltches for delectlng the axrs positron, all electrical connectrons can be plugged in. Fully mounted on an aluminum slotled profile plate, sheet melal parts in stainless steel The handlrng station can be connected mechanrcally lo the conveyor and stackrng magazine statrons Delivered in a stackable. sturdy plaslic box The station is conkolled using the fluid power and automaiion system simulation and control software Thrs requires an nterface between lhe PC and the station, which can be delivered as an accessory

. Statron componenls multr-prnpugdiskbutorwrthl2slots,3-pinM8plug,sub-D15plug, 2 4/2-way double solenod valves \,vrth manual overnde wilh detenl. 2 connecting cables, 3'prn M8 plug . 1 4/2-way slnole solenoid valve with manual override with detent. connecting cabie, 3-pin lv18 plug, can be mnverted lo 3/2 function . 1 gulded, double-acting cylinder,20 mm diameter, 60 mm stroke with 2 one-way flow control valves . 1 guided. double-acling cylinder, 12 mm diameter, 40 mm stroke wrth 2 one-way flow control valves . 1 pneumalic two,jaw gripper, with mountrng for magnetic proxrmity swrtch . 4 magnetic proxim ty switches incl connecting cable with 3-pin MB connecling plug . 3/2-way shut-off valve . 2 Y-drslributors . Cable dirct . Alumrnum slotted prof le plate 298 mm x 200 mm x 20 mm 20 mm drstance belween slots . 2 receiving trays, high, helghl6l mmwilh2lateral drill holes. diameter4.2 mm. 16 mm space for mounting sensors and actualors . Tool set comprising a screwdriver, Allen key. open-ended spanner, tubing cutter . 6 m tubing 4 mm in diameter . 3 m tubrng 6 mm rn drameter . Screw set . Cable connector . Self-adhesive labels . 5 black lrds, 5 black conta ners as work preces,40 mm rn diameter heighl 25 mm . Sturdy plaslrc box, stackable, dimensrons 395 x 360 x 272 mm . Equrpment tray to fit plaslrc box . CD wrth - Software for creatrng pneumalic eleckic and logic crrcuits. simulating clrcurts and controlling the statron. lncludes exlensrve teachlng matenals rn German. Englrsh. Spanrsh and French. - Textbook on "Basic principles of automation technology" in PDF format wilh over 100 pages in German, Englrsh, Spanrsh and French - Commissionrng instructions wrth teacher's tips rn PDF lormat with over 100 pages rn German. Englrsh, Spanish and French - Book of exercrses wih over 20 exercises rn ' doc formal n German, English, Spanrsh and French - PowerPoint presentation wllh extensrve visual material - Colleclion of anrmatron videos - Videos of actual production plants - Technical d.awrnos and exploded views of the station rn PDF formal Specifications tbr I{B 120 ltrdurlrral Rabal

RB 120 rndustrial robot #1515

The iRB 120 robot is the latest add tion to ABB's new fourthgeneration of robotic technology and ABB'S smellest robot ever produced. ldea for material handling and assembly app rcations, the new IRB 120 robot provides an agile, compact and liBhtweight solution with superior control and path accuracy.

Compact and lightweight As the smallest robot from AB8, the IRB 120 offers all the functionality and expertise of the ABB range in a much smaller package. lts reduced weight of only 25 kg and compact design enables it to be mounted virtually anywhere, whether it is inside a cell, on top of a machine or close to other robots on the production line.

Multipurpose deal fora wide.ange of industries includingthe electronic,food and beverage, machinery, solar, pharmaceutical, medrcai and research sectors, the IRB 120 joins AB8's fo!rth- Benerat on of new robotic technology.

A white finish clean Room l5O class 5 version enhances thls versatility by makinE it suitable for environment with stringent cleanliness standard.

Food Grade Lubrication This Food Grade Lubrication (NSF H1)option includes Clean Room l50 Class 5 which ensure uncompromising safety and hygiene for food and beverage applications. The Clean Room ISO 5 design eliminates the potential for contamination of the food handling area. This option provides smooth surfaces and special paint for easier cleaning

Easy to integrate Weighing in at only 25k9, this robot arm rs truly the most portable and easy to integrate on the ma.ket. lt can be mounted at any angle without any restriction. The smooth sLlrfaces are easy to clean and the cables for air and customer srgnals are internally routed, all the way from the foot to the wri5t, ensuring that integration is effort,ess.

Optimized work ng range ln addition to a horizontal reach of 580 mm, the robot has best in class stroke and the ability to reach 112 mm below its base. Furthermore, the IRB 120 has a verv compact turninB radius, whlch is enabled by the robots symmetric architecture, without offset on axis 2. This ensures the robot can be mounted close to other equipment and the slim wrist enables the arm to reach closer to its application.

Fast, accurate and agile Designed with a light, alumlnum structure, the power- ful compact motors ensure the robot is enabled with a fast acceleration, and can deliver accuracy and agility in any application. Using the IRB 120T variant, cycle'times can be reduced up to 25% where the work piece needs extensive re orientation and axis 4,5 and 6 are predominantly used. This faster versions is well suited for pick and packint applications and guided operations to8ether with PickMaster 3'".

lRC5 Compact controller - optimised for small robots ABB's oew lRC5 Compact controller takes the capabilities of the extremely powerful lRC5 controller and presents them in a truly compact format.

The new Compact controller brings accuracy and motlon control to applications, which previously had been exclusive to large installations.

ln addition to space saving benefits, the new controller also enables easy commissioning throuth one phase power input, external connectors for all signals and a built-in expandable 16 in, 16 out, l/o system. Env ronment Ambrent temperature for Robot manipulator During operation +5"C (41"F) to +45"C (122"F) Relative transponation and storage -25"C (-13"F) to +55"C (131"F) For short periods up to +70"C (158'F) Relative humidity Max 95% Options Clean Room ISO class 5 (certified by IPA)* t Noise level Max 70 dB {A) Safety Safety and emergency stops 2-channel safety circ!its supervrsion 3-position enabl,ng device Emission EN4C/EMl-shielded

Specification Variants Reach Payload Armload IRB 120-3/0.6 580 mm 3 kg (4kg)+ 0.3 kg

Features lntegrated siBnal supply

10 signals on w.ist lntegrated air supp y 4 air on wrist (5 bar) Posltion repeatability 0 01 mm Robot mountlng Any angle Degree of protection lp30 Contro,lers lRC5 Compact / lRC5 Single cabinet

Movement

Axis movements WorkinB range

Maximum speed IRB 120 IRB 120T Axis 1 Rotation +165'to -165" 250 "/s 250'/s Axis 2 Arm +110'to - 110' 250 "/s 250 "/s Axis 3 Arm +70" to '110" 250 "/s 250 "/s Axis 4 Wrist +160'to'160'320 "/s 420 "/s

Axis 5 Bend +120' to - 12O' 320'ls 590 " /s Axis 6 Turn +400" to -400' 420 "/s 600 '/s

Performance

IRB 120 tRB 1207

1kgpickingcycle25x300x25mm0.58s0.52s25x300x25with180"axis6reorientation0.92s0.69

5

Acce eration time 0'1 m/s 0.07 s 0.07 s

Electrical connections Supply voltate 200-600 V, 50/60 Hz

Rated power Transformer rating 3.0 kVA Power consumption 0.25 kW

Phvsical Dimensjon robot base 180 x 180 mm Dimension robot height 700 mm Wei8ht 25 kg

Wo.l.nB range at wftst center & load dragrarl s80

411

580

982

165"

155"

R580 R12l Minimum turninB radius axis 1

R169.4

580

471

580

r12

982

165"

R580

R12l Minimum tlrrning radius axis 1

R169.4

1kc

0.30 o.25

0.20

0.15

0.10

0.05

0.00 0.00 0.05 0.10 0.15 0.20

1.5 k8

2kg

2.5 kg

3kB

L-distance {m)

Z-distance (m)

+ *' - With vertical wrist ISO class 4 can be reached under certain conditions Data and dimensions may be changed without notice F.O.B. Destination. The unit price ol'each item must be inclusive oflreight charges order to be considered fbr award. The bid price for each item is to be quoted on a "net" basis and F.O.B. I-DCC Destination. i.e. title passing upon receipt and inclusive olall delivery charges. Bids other than F.O.B. LDCC Destination may be rejected. Bids indicating estimated freight charges may be rejected. Bidders who do not quote "net'' item prices and u'ho separatell' quote an overall "lump sum" freight cost or discount lor all items shall be considcred as submitting an "all-or- none" bid 1br evaluation and award purposes; and risk rejection if award is made on an item basis. Prices shall be firm lor acceptance for a minimum ol'30 days. unless otheruise specitied. Bids conditioned with a shorter acceptance period mal be rejected. Prices are to be quoted in the unit/packaging specilied (e.g. each, 12lbox, etc), or may be rejected. In the event ofextension errors, the unit price bid shall prevail. Unit prices must be shovnn. or bid will be rejected. t.ot.Ist,\\.\ t) t- t..f.\ ('o)l )lL\ I I\'Col.l-lr(;I..

I}ID II,ESPO\S[] FOIiN,I

BIDDER'S NAME:

IELEPHONE NO, I]AX NUMBEI{:

ADDIT[:SS: MAII,ING CIl'Y S IA II, /.tP

SCOPE: Provide CNC Manufacturing Equipment as per attached Speciiications and Requirements and bid response form.

I/u'e do hereby acknowledge receipt olthe following addenda (if any):

No. Dated No. Dated

T o The Vendor: Whenever brand name specifications or catalogue numbers are used to describe the standard of qualit). performance and other characteristics. the use ofsuch specifications shall not restrict unless otherwise specified, the submission ofequivalent products.

'faxes: Arry taxes, other than state sales and use tax. shall be inclLrded rvithin the bidder's unit price The College is currently exempt frorr state sales and use tax.

Signature to the Bid Response Form shall be construed ofacceptance ofthe Invitation to Bid in its entirety.

A I.JTI IORIZED OFFIC IrR: (S ignature) ( Print or Type Name) t'lTt_E: DA'I t.,: (] ERl IFICATIo\ STA'f E]\I t'\T

Ihe undersigned hereby acknorvledges she/he has read and understands all requirements and specilications ofthe lnvitation to Bid (lTB). including any attachments.

OFFICIAL CONTACT. 'l-he Collegc requcsls that the tliddcr designate onc person to rcceive all documcnls and the method in $hich the documenls are best delirered. ldentili the Contact name and flll in the inlbrmalion hclo\\: (Prinl Clcarl)') l)irtc Ol llcial Contact -\'-anrc

A. E-mail Address

B. Tclcphonc numbcr $ lth area codc: ( )

C. Facsimile Number with area code: (_)_

Ilidder cenifics that the above inlbrmation is true and grants perrnission to the College to contact lhe abo!e named person or otherwise verili thc inlbrmation provided. B) its :iubmission ol this I I B and authorized signature bclor. llidder certilics thali

L Thc information contained in ils responsc lo this ITB is accurate: 2. Bidder complies $ ith each ol the mandatoq requirements lisled in lhe I l ll and \\ ill mcct or exceed thc requirements specified thereinl 3. Bidder agrces to provideall tasks. services and delirerables listed in ScopcofScrvictslbrlhetotal coststatedonBid Form: 4. Bidder accepts the procedures. e\aluation criteria. mandator) contracl terms. and all other administrative requirements set lbrth in the I l-B. 5. Bidder confirms that its bid uill bc considered \alid unlil a\\ard is made. 6. In making this bid. each bidder reprcsents thatr Ihey have read and understand thc bid documents andthebid ismade in accordance herewith. and the bid is based upon thc specilications described in the bid documenls without exception. 7. Bidder certifies. by signing and submitting a proposal of $25.000 or more. that their company. an."" subcontractors, or principlcs are not suspended or debarred h1 thc General Serr ices Administration (GSA) in accordance with the requirements in OMll Circular A- 133. (A list ol partics who have becn suspendcd or debarrcd can be viewed via the intcrnet at g!^!.gpls.gq!).

lille

Oiljcial Compan) Name

I:cdeml Idcntillcation NLrrnber

Slrccl ,\ddrc\s

(lit):

Statc Z\.

SICNATt,RE of Uidder's Authorizod Representntive (Signature MtiS f bc IIANI) SI(;NED and should be in ULUE ink) l)rle