Form No Dtmb 3521 PDF Details

Form No. DTMB 3521 is a Michigan State tax form that must be filed by any individual or business entity that conducts business in the state of Michigan. The form is used to report and pay taxes on business income and activities. The deadline for filing this form is April 15th of each year. Filing this form late may result in fines and penalties. Contact the Michigan Department of Treasury for more information about Form No. DTMB 3521.

QuestionAnswer
Form NameForm No Dtmb 3521
Form Length103 pages
Fillable?No
Fillable fields0
Avg. time to fill out25 min 45 sec
Other namesNEMA, NTCIP, addendum to west michigan regional purchase agreement, MDOT

Form Preview Example

Form No. DTMB-3521 (Rev. 4/2012)

AUTHORITY: Act 431 of 1984

COMPLETION: Required

PENALTY: Contract change will not be executed unless form is filed

STATE OF MICHIGAN

DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET

PROCUREMENTMay 19, 2014 P.O. BOX 30026, LANSING, MI 48909

OR

525 W. ALLEGAN, LANSING, MI 48933

CHANGE NOTICE NO. 4

to

CONTRACT NO. 071B9200263

between

THE STATE OF MICHIGAN

and

NAME & ADDRESS OF CONTRACTOR:

PRIMARY CONTACT

EMAIL

 

 

 

 

Ledstar, Inc.

 

 

 

 

 

 

 

 

 

Milan Patel

 

 

 

 

 

milan@ledstar.com

 

 

131 Westcreek Drive

 

 

 

 

 

 

 

 

 

TELEPHONE

 

 

 

 

CONTRACTOR #, MAIL CODE

 

 

 

Woodbridge, Ontario, L4L 9N6

 

 

 

 

(905) 265-7800 ext. 206

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

STATE CONTACTS

 

 

 

AGENCY

 

 

 

NAME

 

PHONE

 

 

EMAIL

 

 

 

CONTRACT COMPLIANCE

 

 

 

MDOT

 

Michele Mueller

 

(248) 431-1443

 

 

 

mmuellerm2@michigan.gov

 

 

INSPECTOR

 

 

 

 

 

 

 

 

 

 

BUYER

 

 

 

DTMB

 

 

Sue Cieciwa

 

(517) 284-7007

 

 

 

cieciwas@michigan.gov

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

CONTRACT SUMMARY:

 

 

 

 

 

 

 

 

DESCRIPTION: Dynamic Message Signs – Michigan Department of Transportation

 

 

 

 

 

INITIAL EFFECTIVE DATE

 

 

INITIAL EXPIRATION

 

 

INITIAL AVAILABLE

 

EXPIRATION DATE BEFORE CHANGE(S)

 

 

 

 

 

DATE

 

 

 

 

OPTIONS

 

 

 

 

 

 

NOTED BELOW

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

July 21, 2009

 

 

 

July 20, 2012

 

 

 

2, one year

 

 

 

 

 

July 20, 2014

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

PAYMENT TERMS

 

 

 

F.O.B

 

 

 

SHIPPED

 

 

SHIPPED FROM

 

 

 

Net 45 Days ARO

 

 

 

Delivered

 

 

 

90-120 Days ARO

 

 

 

 

 

Canada

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

ALTERNATE PAYMENT OPTIONS:

 

 

 

 

 

 

 

 

AVAILABLE TO MiDEAL PARTICIPANTS

 

 

 

P-card

Direct Voucher (DV)

 

 

 

Other

 

 

Yes

 

No

 

 

MINIMUM DELIVERY REQUIREMENTS:

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

1 Unit

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

DESCRIPTION OF CHANGE NOTICE:

EXTEND CONTRACT

EXERCISE CONTRACT

EXTENSION BEYOND

LENGTH OF

EXPIRATION DATE

EXPIRATION DATE

OPTION YEAR(S)

CONTRACT OPTION YEARS

OPTION/EXTENSION

AFTER CHANGE

No

Yes

 

 

Six Months

January 20, 2015

VALUE/COST OF CHANGE NOTICE:

ESTIMATED REVISED AGGREGATE CONTRACT VALUE:

$360,000.00

$4,612,808.00

Effective June 10, 2014, this Contract is EXTENDED six months, therefore the Contract expiration date is hereby CHANGED to January 20, 2015. In addition, this Contract is hereby INCREASED by $360,000.00

All other terms, conditions, specifications, and pricing remain unchanged.

Per agency request dated May 2, 2014, DTMB, Procurement request dated May 13, 2014, vendor agreement by email dated May 13, 2014.

Form No. DTMB-3521 (Rev. 4/2012)

AUTHORITY: Act 431 of 1984

COMPLETION: Required

PENALTY: Contract change will not be executed unless form is filed

STATE OF MICHIGAN

DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET

PROCUREMENT

P.O. BOX 30026, LANSING, MI 48909

OR

530 W. ALLEGAN, LANSING, MI 48933

CHANGE NOTICE NO. 3

to

CONTRACT NO. 071B9200263

between

THE STATE OF MICHIGAN

and

NAME & ADDRESS OF CONTRACTOR:

PRIMARY CONTACT

EMAIL

 

 

 

 

 

Ledstar, Inc.

 

 

 

 

 

 

 

 

 

 

Milan Patel

 

 

 

 

 

 

milan@ledstar.com

 

 

 

131 Westcreek Drive

 

 

 

 

 

 

 

 

 

 

TELEPHONE

 

 

 

CONTRACTOR #, MAIL CODE

 

 

 

 

Woodbridge, Ontario, L4L 9N6

 

 

 

 

(905) 265-7800 ext. 206

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

STATE CONTACTS

 

 

 

AGENCY

 

 

 

 

 

NAME

 

 

PHONE

 

 

 

EMAIL

 

 

 

 

CONTRACT COMPLIANCE

 

 

 

MDOT

 

 

Michele Mueller

 

248-431-1443

 

 

 

muellerm2@michigan.gov

 

 

 

INSPECTOR

 

 

 

 

 

 

 

 

 

 

 

BUYER

 

 

 

DTMB

 

 

Jim Wilson

 

517-241-1916

 

 

 

Wilsonj4@michigan.gov

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

CONTRACT SUMMARY:

 

 

 

 

 

 

 

 

 

 

 

DESCRIPTION: Dynamic Message Signs - MDOT

 

 

 

 

 

 

 

 

 

 

 

 

INITIAL EFFECTIVE DATE

 

 

INITIAL EXPIRATION

 

 

 

INITIAL AVAILABLE

 

 

EXPIRATION DATE BEFORE CHANGE(S)

 

 

 

 

 

 

DATE

 

 

 

 

OPTIONS

 

 

 

 

 

 

 

NOTED BELOW

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

July 21, 2009

 

 

 

July 20, 2012

 

 

 

 

2, one year

 

 

 

 

 

 

 

July 20, 2013

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

PAYMENT TERMS

 

 

 

F.O.B

 

 

 

SHIPPED

 

 

 

SHIPPED FROM

 

 

 

 

Net 45 ARO

 

 

 

Delivered

 

 

 

90-120 Days ARO

 

 

 

 

 

 

Canada

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

ALTERNATE PAYMENT OPTIONS:

 

 

 

 

 

 

 

 

 

AVAILABLE TO MiDEAL PARTICIPANTS

 

 

 

 

P-card

Direct Voucher (DV)

 

 

 

 

Other

 

 

 

Yes

 

No

 

 

 

MINIMUM DELIVERY REQUIREMENTS:

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

 

1 Unit

DESCRIPTION OF CHANGE NOTICE:

EXTEND CONTRACT

EXERCISE CONTRACT

EXTENSION BEYOND

LENGTH OF

EXPIRATION DATE

EXPIRATION DATE

OPTION YEAR(S)

CONTRACT OPTION YEARS

OPTION/EXTENSION

AFTER CHANGE

No

Yes

 

 

1 year

July 20, 2014

VALUE/COST OF CHANGE NOTICE:

ESTIMATED REVISED AGGREGATE CONTRACT VALUE:

$0.00

$4,252,808.00

Effective June 12, 2013, the contract exercises an option year. New contract end date is July 20, 2014

Form No. DTMB-3521 (Rev. 4/2012)

AUTHORITY: Act 431 of 1984

COMPLETION: Required

PENALTY: Contract change will not be executed unless form is filed

STATE OF MICHIGAN

DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET June 28, 2012

PROCUREMENT

P.O. BOX 30026, LANSING, MI 48909

OR

530 W. ALLEGAN, LANSING, MI 48933

CHANGE NOTICE NO. 2

to

CONTRACT NO. 071B9200263

between

THE STATE OF MICHIGAN

and

NAME & ADDRESS OF CONTRACTOR:

PRIMARY CONTACT

EMAIL

 

 

 

Ledstar, Inc.

 

 

 

 

Milan Patel

 

 

milan@ledstar.com

 

131 Westcreek Drive

 

 

 

 

TELEPHONE

 

 

CONTRACTOR #, MAIL CODE

 

Woodbridge Ontario, L4L 9N6

 

 

(905) 265-7800 Ext. 206

 

 

 

 

 

 

 

 

 

 

 

 

 

STATE CONTACTS

 

AGENCY

 

 

NAME

PHONE

 

EMAIL

 

CONTRACT COMPLIANCE

 

MDOT

 

Michele Mueller

(248) 431-1443

 

 

muellerm2@michigan.gov

 

INSPECTOR:

 

 

 

 

 

 

 

 

 

 

Don

 

 

 

 

 

BUYER:

 

DTMB

 

Mandernach

(517) 241-7233

 

 

mandernachd@michigan.gov

 

CONTRACT SUMMARY:

DESCRIPTION: Dynamic Message Signs - MDOT

INITIAL EFFECTIVE

INITIAL

AVAILABLE

 

 

DATE

EXPIRATION DATE

OPTIONS

CURRENT EXPIRATION DATE

7/21/2009

7/20/2012

2, 1 Yr. Options

7/20/2012

 

PAYMENT TERMS

F.O.B

SHIPPED

SHIPPED FROM

 

Net 45 ARO

Delivered

90 - 120 Days ARO

Canada

 

ALTERNATE PAYMENT OPTIONS:

 

AVAILABLE TO MiDEAL PARTICIPANTS

P-card

Direct Voucher (DV)

Other

YES

NO

MINIMUM DELIVERY REQUIREMENTS:

1 Unit

DESCRIPTION OF CHANGE NOTICE:

OPTION EXERCISED:

NO

YES

IF YES,EFFECTIVE DATE OF CHANGE:

7/21/2012

NEW EXPIRATION DATE:

7/20/2013

Effective immediately, the first of the two available option years will be utilized.

All other terms, condition, specifications, and pricing remain the same.

Per agency (ITRAC request C20120618-093821 dated 6/27/2012) and Vendor (dated 6/28/2012) agreement, and DTMB Procurement approval.

VALUE/COST OF CHANGE NOTICE:

$0.00

ESTIMATED REVISED AGGREGATE CONTRACT VALUE:

$4,252,808.00

Form No. DMB 234 (Rev. 1/96)

AUTHORITY: Act 431 of 1984

COMPLETION: Required

PENALTY: Contract will not be executed unless form is filed

STATE OF MICHIGAN

DEPARTMENT OF MANAGEMENT AND BUDGET November 8, 2011

PROCUREMENT

P.O. BOX 30026, LANSING, MI 48909

OR

530 W. ALLEGAN, LANSING, MI 48933

CHANGE NOTICE NO. 1

OF

CONTRACT NO. 071B9200263 between

THE STATE OF MICHIGAN

and

NAME & ADDRESS OF CONTRACTOR

Ledstar, Inc.

131 Westcreek Drive

Woodbridge Ontario, L4L 9N6

Email: Milan@ledstar.com

TELEPHONE Milan Patel

(905) 265-7800 Ext. 206

CONTRACTOR NUMBER/MAIL CODE

BUYER/CA (517) 373-7374

Klatra Pickett

Contract Compliance Inspector: Michelle R. Mueller: muellerm2@michigan.gov (248-483-5133)

Dynamic Message Signs – MDOT

CONTRACT PERIOD: 3 yrs. + 2 one-year options

From: July 21, 2009

To: July 20, 2012

TERMS

 

SHIPMENT

 

Net 45 ARO

 

 

90 to 120 Days ARO

F.O.B.

 

SHIPPED FROM

Delivered

 

 

Canada

MINIMUM DELIVERY REQUIREMENTS

1 Unit

MISCELLANEOUS INFORMATION:

NATURE OF CHANGE(S):

For maintenance access, currently the large dynamic message signs are not set up for rear door entry. On October 21, 2011, the Michigan Department of Transportation (MDOT) received additional federal funding for eight (8) custom rear door access (parts and labor) and design, engineering and drawings. This contract will be INCREASED by $14,658.00. This is allowed under current contract language.

All other terms, conditions, specifications, and pricing remain unchanged.

AUTHORITY/REASON(S):

Per Purchase Request (PRF) from MDOT, dated 10/12/2011.

INCREASE: $14,658.00

TOTAL REVISED ESTIMATED CONTRACT VALUE: $4,252,808.00

Form No. DMB 234 (Rev. 1/96)

AUTHORITY: Act 431 of 1984

COMPLETION: Required

PENALTY: Contract will not be executed unless form is filed

STATE OF MICHIGAN

DEPARTMENT OF MANAGEMENT AND BUDGET

PURCHASING OPERATIONS

P.O. BOX 30026, LANSING, MI 48909

OR

530 W. ALLEGAN, LANSING, MI 48933

CONTRACT NO.

 

071B9200263

 

between

 

 

THE STATE OF MICHIGAN

 

and

 

 

NAME & ADDRESS OF CONTRACTOR

 

 

TELEPHONE Milan Patel

 

 

 

(905) 265-7800 Ext. 206

Ledstar, Inc.

 

 

CONTRACTOR NUMBER/MAIL CODE

131 Westcreek Drive

 

 

 

 

Woodbridge Ontario, L4L 9N6

 

 

BUYER/CA (517) 241-2619

Email: Milan@ledstar.com

Seleana Samuel

Contract Compliance Inspector: Michelle R. Mueller: muellerm2@michigan.gov (248-483-5133)

Dynamic Message Signs – MDOT

CONTRACT PERIOD: 3 yrs. + 2 one-year options

From: July 21, 2009

To: July 20, 2012

TERMS

 

SHIPMENT

 

Net 45 ARO

 

 

90 to 120 Days ARO

F.O.B.

 

SHIPPED FROM

Delivered

 

 

Canada

MINIMUM DELIVERY REQUIREMENTS

1 Unit

MISCELLANEOUS INFORMATION:

The terms and conditions of this Contract are those of ITB #071I9200147, this Contract Agreement and the vendor's quote dated April 4, 2009. In the event of any conflicts between the specifications, and terms and conditions, indicated by the State and those indicated by the vendor, those of the State take precedence.

Estimated Contract Value: $4,238,150.00

THIS IS NOT AN ORDER: This Contract Agreement is awarded on the basis of our inquiry bearing the ITB No. 071I9200147. Orders for delivery will be issued directly by the Department of Transportation through the issuance of a Purchase Order Form.

All terms and conditions of the invitation to bid are made a part hereof.

FOR THE CONTRACTOR:

Ledstar, Inc.

Firm Name

Authorized Agent Signature

Authorized Agent (Print or Type)

Date

FOR THE STATE:

Signature

Anthony DesChenes, Director

Name/Title

Commodities Division, Purchasing

Operations

Division

Date

 

 

Table of Contents

 

DEFINITIONS

1

Article 1 – Statement of Work (SOW)

3

1.010

 

Project Identification

3

1.011

 

Project Request

3

1.012

 

Background

3

1.020

 

Scope of Work and Deliverables

3

1.021

 

In Scope

3

1.022

 

Work and Deliverable

3

1.030

 

Roles and Responsibilities

3

1.031

 

Contractor Staff, Roles, and Responsibilities

3

1.040

 

Project Plan

4

1.041

 

Project Plan Management

4

1.042

 

Reports

4

1.050

 

Acceptance

4

1.051

 

Criteria

4

1.052

 

Final Acceptance

5

1.060

 

Proposal Pricing

5

1.061

 

Proposal Pricing

5

1.062

 

Price Term

5

1.063

 

Tax Excluded from Price

5

1.064

 

Holdback – Deleted Not Applicable

5

1.070

Commodity Requirements and Terms

5

Product Quality

5

1.0701

Specifications

6

1.0702

Alternate Bids – Deleted Not Applicable

6

1.0703

Research and Development

6

1.0704

Quality Assurance Program

6

1.0705

Warranty for Products or Services

6

1.0706

Training

7

1.0707

Special Programs (Deleted Not Applicable)

7

1.0708

Security

7

Delivery Capabilities

8

1.0709

Time Frames

8

1.0710

Minimum Order

8

1.0711

Packaging

8

1.0712

Palletizing – Deleted Not Applicable

8

1.0713

Delivery Term

8

1.0714

Contract Performance (Deleted Not Applicable)

8

1.0715

Place of Performance

8

1.0716

Environmental Requirements (Deleted Not Applicable)

9

1.0717

Subcontractors

9

1.0718

Reports and Meetings – Deleted Not Applicable

9

1.0719

Samples/Models – Deleted Not Applicable

9

1.080

Additional Requirements

9

1.081

 

Additional Terms and Conditions specific to this Contract

9

Article 2, Terms and Conditions

10

2.000

 

Contract Structure and Term

10

2.001

 

Contract Term

10

2.002

 

Options to Renew

10

2.003

Legal Effect

10

2.004

Attachments & Exhibits

10

2.005

Ordering

10

2.006

Order of Precedence

10

2.007

Headings

11

2.008

Form, Function & Utility

11

2.009

Reformation and Severability

11

2.010

Consents and Approvals

11

2.011

No Waiver of Default

11

2.012

Survival

11

2.020

Contract Administration

11

2.021

Issuing Office

11

2.022

Contract Compliance Inspector (CCI)

11

2.023

Project Manager

12

2.024

Change Requests

12

2.025

Notices

13

2.026

Binding Commitments

13

2.027

Relationship of the Parties

13

2.028

Covenant of Good Faith

13

2.029

Assignments

13

2.030

General Provisions

14

2.031

Media Releases

14

2.032

Contract Distribution

14

2.033

Permits

14

2.034

Website Incorporation

14

2.035

Future Bidding Preclusion

14

2.036

Freedom of Information

14

2.037

Disaster Recovery

14

2.040

Financial Provisions

14

2.041

Fixed Prices for Services/Deliverables

14

2.042

Adjustments for Reductions in Scope of Services/Deliverables

15

2.043

Services/Deliverables Covered

15

2.044

Invoicing and Payment – In General

15

2.045

Pro-ration

15

2.046

Antitrust Assignment

15

2.047

Final Payment

15

2.048

Electronic Payment Requirement

16

2.050

Taxes

16

2.051

Employment Taxes

16

2.052

Sales and Use Taxes

16

2.060

Contract Management

16

2.061

Contractor Personnel Qualifications

16

2.062

Contractor Key Personnel

16

2.063

Re-assignment of Personnel at the State’s Request

17

2.064

Contractor Personnel Location

17

2.065

Contractor Identification

17

2.066

Cooperation with Third Parties

17

2.067

Contract Management Responsibilities

17

2.068

Contractor Return of State Equipment/Resources

18

2.070

Subcontracting by Contractor

18

2.071

Contractor full Responsibility

18

2.072

State Consent to delegation

18

2.073

Subcontractor bound to Contract

18

2.074

Flow Down

18

2.075

Competitive Selection

19

2.080

State Responsibilities

19

2.081

Equipment

19

2.082

Facilities

19

2.090

Security

19

2.091

Background Checks

19

2.092

Security Breach Notification

19

2.093

PCI Data Security Requirements – Delete Not Applicable

19

2.100

Confidentiality

20

2.101

Confidentiality

20

2.102

Protection and Destruction of Confidential Information

20

2.103

Exclusions

20

2.104

No Implied Rights

21

2.105

Respective Obligations

21

2.110

Records and Inspections

21

2.111

Inspection of Work Performed

21

2.112

Examination of Records

21

2.113

Retention of Records

21

2.114

Audit Resolution

21

2.115

Errors

21

2.120

Warranties

22

2.121

Warranties and Representations

22

2.122

Warranty of Merchantability

23

2.123

Warranty of Fitness for a Particular Purpose

23

2.124

Warranty of Title

23

2.125

Equipment Warranty- (Reserved)

23

2.126

Equipment to be New

24

2.127

Prohibited Products

24

2.128

Consequences For Breach

24

2.130

Insurance

24

2.131

Liability Insurance

24

2.132

Subcontractor Insurance Coverage

26

2.133

Certificates of Insurance and Other Requirements

26

2.140

Indemnification

26

2.141

General Indemnification

26

2.142

Code Indemnification

27

2.143

Employee Indemnification

27

2.144

Patent/Copyright Infringement Indemnification

27

2.145

Continuation of Indemnification Obligations

27

2.146

Indemnification Procedures

27

2.150

Termination/Cancellation

28

2.151

Notice and Right to Cure

28

2.152

Termination for Cause

28

2.153

Termination for Convenience

29

2.154

Termination for Non-Appropriation

29

2.155

Termination for Criminal Conviction

30

2.156

Termination for Approvals Rescinded

30

2.157

Rights and Obligations upon Termination

30

2.158

Reservation of Rights

30

2.160

Termination by Contractor

30

2.161

Termination by Contractor

30

2.170

Transition Responsibilities

31

2.171

Contractor Transition Responsibilities

31

2.172

Contractor Personnel Transition

31

2.173

Contractor Information Transition

31

2.174

Contractor Software Transition

31

2.175

Transition Payments

31

2.176

State Transition Responsibilities

32

2.180

Stop Work

32

2.181

Stop Work Orders

32

2.182

Cancellation or Expiration of Stop Work Order

32

2.183

Allowance of Contractor Costs

32

2.190

Dispute Resolution

33

2.191

In General

33

2.192

Informal Dispute Resolution

33

2.193

Injunctive Relief

33

2.194

Continued Performance

33

2.200

Federal and State Contract Requirements

34

2.201

Nondiscrimination

34

2.202

Unfair Labor Practices

34

2.203

Workplace Safety and Discriminatory Harassment

34

2.204

Prevailing Wage

34

2.210

Governing Law

35

2.211

Governing Law

35

2.212

Compliance with Laws

35

2.213

Jurisdiction

35

2.220

Limitation of Liability

35

2.221

Limitation of Liability

35

2.230

Disclosure Responsibilities

35

2.231

Disclosure of Litigation

35

2.232

Call Center Disclosure – Delete Not Applicable

36

2.233

Bankruptcy

36

2.240

Performance

36

2.241

Time of Performance

36

2.242

Service Level Agreements (SLAs)- (Reserved)

37

2.243

Liquidated Damages – (Reserved)

37

2.244

Excusable Failure

37

2.250

Approval of Deliverables

37

2.251

Delivery Responsibilities

37

2.252

Delivery of Deliverables

38

2.253

Testing

38

2.254

Approval of Deliverables, In General

38

2.255

Process For Approval of Written Deliverables

39

2.256

Process for Approval of Services

39

2.257

Process for Approval of Physical Deliverables

40

2.258

Final Acceptance

40

2.260

Ownership

40

2.261

Ownership of Work Product by State

40

2.262

Vesting of Rights

40

2.263

Rights in Data

40

2.264

Ownership of Materials

41

2.270

State Standards

41

2.271

Existing Technology Standards

41

2.272

Acceptable Use Policy

41

2.273

Systems Changes

41

2.280

Extended Purchasing – Deleted Not Applicable

41

2.281

MiDEAL – Deleted Not Applicable

41

2.282

State Employee Purchases Deleted Not Applicable

41

2.290

Environmental Provision

41

2.291

Environmental Provision

41

2.300

Other Provisions

43

 

2.311 Forced Labor, Convict Labor, Forced or Indentured Child Labor, or Indentured Servitude

 

 

Made Materials

43

Attachment A, Specifications for Dynamic Message Sign, Large

Attachment B, Specifications for Dynamic Message Sign, Small

Attachment C, Price Proposal

Attachment D, Criteria for Dynamic Message Sign, Large

Attachment E, Criteria for Dynamic Message Sign, Small