28.07.2013 Views

1 REQUEST FOR QUOTATION QUOTATION DUE DATE: JUNE 13 ...

1 REQUEST FOR QUOTATION QUOTATION DUE DATE: JUNE 13 ...

1 REQUEST FOR QUOTATION QUOTATION DUE DATE: JUNE 13 ...

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

County of San Diego Date Issued: May 28, 20<strong>13</strong><br />

<strong>REQUEST</strong> <strong>FOR</strong> <strong>QUOTATION</strong><br />

THIS IS NOT AN ORDER<br />

<strong>QUOTATION</strong> <strong>DUE</strong> <strong>DATE</strong>: <strong>JUNE</strong> <strong>13</strong>, 20<strong>13</strong> <strong>FOR</strong> IN<strong>FOR</strong>MATION, PLEASE CONTACT<br />

RFQ No. 6016 Billie English, Procurement Specialist<br />

MAIL, FAX, EMAIL OR DELIVER TO: (858) 505-6344<br />

County of San Diego<br />

Department of Purchasing and Contracting<br />

billie.english@sdcounty.ca.gov<br />

5560 Overland Avenue, Suite 270<br />

San Diego, CA 92123-1204<br />

AWARD: Will be based on:<br />

Fax To: (858) 715-6453 ALL OR NONE EACH LOT<br />

Quotations must be received at the above address on or before TOTAL PRICE EACH ITEM<br />

5:00 pm on the quote due date. If mailed, the above RFQ No. OTHER (SEE PRICING SCHEDULE)<br />

MUST be included on the front of the envelope.<br />

SUBJECT TO ACCEPTANCE WITHIN: 60 Days<br />

DESCRIPTION<br />

THE COUNTY OF SAN DIEGO, SHERIFF’S DEPARTMENT OF, HAS A REQUIREMENT <strong>FOR</strong> RADIO BATTERIES IN<br />

ACCORDANCE WITH THE TERMS & CONDITIONS CONTAINED WITHIN.<br />

INITIAL CONTRACT TERM: <strong>DATE</strong> OF AWARD THRU 30-JUN-2014<br />

1 ST OPTION PERIOD: 01-JUL-2014 THRU 30-JUN-2015<br />

2 ND OPTION PERIOD: 01-JUL-2015 THRU 30-JUN-2016<br />

PRICING SUBMITTED IS TO REMAIN FIRM <strong>FOR</strong> EACH YEAR IN THE TERM PERIOD IDENTIFIED ABOVE. BIDDERS ARE<br />

REQUIRED TO SUBMIT PRICING ON ALL ITEMS IN LOT BIDDING <strong>FOR</strong> ALL YEARS, IN ORDER TO BE CONSIDERED<br />

RESPONSIVE. AWARD WILL BE MADE TO THE LOWEST RESPONSIVE, RESPONSIBLE BIDDER.<br />

QUESTIONS AND <strong>REQUEST</strong>S <strong>FOR</strong> CLARIFICATION RELATED TO DEFINITION OR INTERPRETATION OF THIS RFQ<br />

SHALL BE <strong>REQUEST</strong>ED IN WRITING PRIOR TO THE CLOSE OF BUSINESS <strong>JUNE</strong> 4, 20<strong>13</strong>. THOSE RECEIVED AFTER THIS<br />

<strong>DATE</strong> MAY NOT BE ANSWERED AT THE DISCRETION OF THE COUNTY<br />

PLEASE POST YOUR QUOTE ON BUYNET AND FAX OR EMAIL ALL ATTACHMENT TO BUYER. INCLUDE TECHNICAL<br />

SPECIFICATIONS, STATING BRAND AND PART NUMBER WITH YOUR FAX OR EMAIL.<br />

Bidder acknowledges Addendum No. 1 2 3 4 5<br />

BELOW TO BE COMPLETED BY BIDDER<br />

PAYMENT TERMS ARE NET 30 UNLESS OTHERWISE INDICATED: _____ % _____days<br />

NAME AND ADDRESS OF BIDDER (Type or Print) NAME, TITLE & CONTACT IN<strong>FOR</strong>MATION OF PERSON<br />

AUTHORIZED TO SIGN OFFER (Type or Print)<br />

Bidder/Company Name Name of Authorized Representative<br />

Address Title of Authorized Representative<br />

City, State, Zip Email Address<br />

( )<br />

( )<br />

Telephone Number Telephone Number of Authorized Representative<br />

Website Address Signature of Authorized Representative<br />

( )<br />

Fax Number Date<br />

Evaluation and Award. Quotes are subject to acceptance at any time within 60 days after opening of same, unless otherwise stipulated by the County. This RFQ is an<br />

informed negotiated procurement process. Lowest price may not always be the sole criteria for award of an RFQ. The County reserves the right to waive a variation in<br />

specification if, in the opinion of the County, such variation does not materially change the item or its performance within parameters acceptable to the County. The County<br />

reserves the right to reject any or all quotes and to accept or reject any item(s) thereon, or waive any informality in the quote. The County reserves the right to perform a<br />

pre-award survey of the offeror to determine capability to perform, including but not limited to facilities, financial responsibility, materials/supplies, and past performance.<br />

The determination of the County as to the offeror’s prospective ability to perform the contract shall be conclusive. Any order resulting from this solicitation is subject to the<br />

County’s Terms and Conditions of Purchase.<br />

1


SAMPLE County of San Diego SAMPLE<br />

REPLACE WITH COMPLETED<br />

& SIGNED <strong>FOR</strong>M<br />

Department of Purchasing and Contracting REPLACE WITH COMPLETED<br />

REPRESENTATIONS AND CERTIFICATIONS<br />

& SIGNED <strong>FOR</strong>M<br />

The following representations and certifications are to be completed, signed and returned with the offer.<br />

1. NOT-<strong>FOR</strong>-PROFIT ORGANIZATIONS<br />

Attach proof of status and omit Paragraph 3.<br />

2. INTERLOCKING DIRECTORATE<br />

In accordance with Board of Supervisors Policy A-79, if Offeror is<br />

a non-profit as indicated in paragraph 1 above, Offeror is required<br />

to identify any related for-profit subcontractors in which an<br />

interlocking directorate, management or ownership relationship<br />

exists. By submission of this offer, Offeror certifies it will not enter<br />

into a subcontract relationship with a related for-profit entity if<br />

Offeror is a non-profit entity. If Offeror is a non-profit and will be<br />

subcontracting with a related for-profit entity, Offeror must list the<br />

entity(ies) on an attached separate sheet listing them all and the<br />

contract must be approved by the Board of Supervisors<br />

3. BUSINESS REPRESENTATION<br />

3.1. REPRESENTATION AS DISABLED VETERANS<br />

BUSINESS ENTERPRISE<br />

“Disabled Veterans Business Enterprise” means a business<br />

which is at least fifty-one (51%) owned and operated by one<br />

or more veterans with a service related disability as certified<br />

by Equal Opportunity Management Office (EOMO), California<br />

Department of General Services, Office of Small Business<br />

and members of Joint Agencies Contracting Opportunities<br />

(JACO), (California Military and Veterans code, Article 6,<br />

section 999).<br />

This Offeror represents as a part of this offer that the<br />

ownership, operation and control of the business are in<br />

accordance with the specific definition in 3.1. I am currently<br />

certified by:<br />

Certifying Government Agency:<br />

Certification #:<br />

4. CERTIFICATE REGARDING DEBARMENT, SUSPENSION AND<br />

RELATED MATTERS<br />

Offeror hereby certifies to the best of its knowledge that neither it<br />

nor any of its officers:<br />

4.1. Are presently debarred, suspended, proposed for debarment,<br />

declared ineligible, or voluntarily excluded from covered<br />

transactions by any Federal department or agency; and<br />

4.2. Have within a three (3) year period preceding this agreement<br />

been convicted of or had a civil judgment rendered against<br />

them for commission of fraud or criminal offense in<br />

connection with obtaining, attempting to obtain, or performing<br />

a public (Federal, State, or local) transaction or contract<br />

under a public transaction; violation of Federal or State<br />

antitrust statutes or commission of embezzlement, theft,<br />

forgery, bribery, falsification or destruction of records, making<br />

false statements, or receiving stolen property; and<br />

4.3. Are presently indicted for or otherwise criminally or civilly<br />

charged by a government entity (Federal, State, or local) with<br />

the commission of any of the offenses enumerated in<br />

paragraph 4.2 of this certification; and<br />

2<br />

4.4. Have within a three (3) year period preceding this agreement<br />

had one or more public transactions (Federal, State or local)<br />

terminated for cause or default.<br />

4.5. Are presently the target or subject of any investigation,<br />

accusation or charges by any Federal, State or local law<br />

enforcement, licensing or certification body and if they are, the<br />

appropriate information is included in the proposal, as<br />

requested in the Submittal Requirements.<br />

4.6. Contractor will report in writing to the County Department of<br />

Purchasing and Contracting within five business days of<br />

knowing or have any reason to know any change in status as<br />

certified in the preceding paragraphs 4.1 through 4.5, and that<br />

occur prior to award (in the case of bids) and contract<br />

execution (in the case of negotiated procurements).<br />

4.7. Offeror and its proposed subcontractors, agents and<br />

5.<br />

consultants have not previously contracted with the County to<br />

perform work on this project (e.g. preparing components of the<br />

statement of work or plans and specifications for this project).<br />

If Offeror or any of its subcontractors, agents or consultants,<br />

have previously contracted with the County to perform work on<br />

this project, Offeror shall identify those previous agreement(s)<br />

and submit that list along with the proposal.<br />

CERTIFICATE OF CURRENT COST OR PRICING<br />

This is to certify that, to the best of my knowledge and belief, cost<br />

and/or pricing data submitted with this offer, or specifically<br />

identified by reference if actual submission of the data is impracticable,<br />

is/are accurate, complete, and current as of the date<br />

signed below.<br />

6. CERTIFICATE OF INDEPENDENT PRICING<br />

By submission of this offer, each Offeror certifies, and in the case<br />

of a joint offers, each party thereto certifies as to its own<br />

organization, that in relation to this procurement:<br />

6.1. The prices in this offer have been arrived at independently,<br />

without consultation, communication, or agreement, for the<br />

purpose of restricting competition, as to any matter relating to<br />

such prices with other Offeror; with any competitor; or with any<br />

County employee(s) or consultant(s) involved in this or related<br />

procurements; and<br />

6.2. Unless otherwise required by law, the prices which have been<br />

quoted in this offer have not been knowingly disclosed by the<br />

Offeror and will not knowingly be disclosed by the Offeror prior<br />

to opening, in the case of a bid, or prior to award, in the case<br />

of a proposal, directly or indirectly to any other Offeror or to<br />

any competitor; and<br />

6.3. No attempt has been made or will be made by the Offeror to<br />

induce any other person or firm to submit or not to submit an<br />

offer for the purpose of restricting competition.<br />

7. The Offeror understands that prior to receiving a contract award<br />

from the County, the Offeror must submit a completed IRS W-9<br />

form to provide a Federal Tax ID number, or if not available, to<br />

provide a Social Security Number (SSN).<br />

CERTIFICATION<br />

The information furnished in Paragraphs 1 through 7 is certified to be factual and correct as of the date submitted and this certification is made<br />

under penalty of perjury under the laws of the State of California.<br />

Name: Signature:<br />

Title: Date:<br />

Company/Organization:<br />

SUBMIT THIS <strong>FOR</strong>M AS DIRECTED IN THE <strong>REQUEST</strong> <strong>FOR</strong> SOLICITATION DOCUMENTS OR WITH THE OFFER<br />

DPC 201 (07-28-11 – C0014 & P0027)<br />

SAMPLE - REPLACE WITH COMPLETED & SIGNED <strong>FOR</strong>M - SAMPLE


County of San Diego<br />

SCOPE OF WORK/SPECIFICATIONS<br />

1. GENERAL<br />

The San Diego County Sheriff's Department would like to obtain a one (1) year Blanket Purchase Agreement (BPA) with two<br />

(2) optional years for the purchase of radio batteries.<br />

2. SPECIFICATIONS<br />

Item Radio<br />

Manufacturer and<br />

1<br />

Model (s)<br />

Motorola<br />

XTS3000,<br />

XTS5000<br />

EF Johnson<br />

5100-ES<br />

Item Radio<br />

Manufacturer and<br />

2<br />

3<br />

4<br />

5<br />

Models(s)<br />

Motorola<br />

XTS2500<br />

Motorola<br />

HT1000,<br />

MTS2000<br />

Motorola<br />

HT1000,<br />

MTS2000<br />

Motorola<br />

HT750, HT1250<br />

Item Radio<br />

Manufacturer and<br />

6<br />

7<br />

Models(s)<br />

BK RADIO<br />

GPH5102XCMD<br />

BK RADIO<br />

GPH5102XCMD<br />

OEM<br />

LOT 1<br />

Voltage Capacity Battery Type<br />

Battery Part #<br />

(MAH)<br />

Minimum<br />

RNN4006B 7.5 4000 Ni-MH<br />

OEM<br />

Battery Part #<br />

LOT 2<br />

3<br />

Voltage Capacity<br />

Minimum<br />

Battery Type<br />

NTN9858 7.5 2100 Ni-MH<br />

NTN7144 7.5 1500 Ni-CAD<br />

WPNN40<strong>13</strong>A 7.5 2000 Ni-MH<br />

HNN9009AR 7.5 1900 Ni-MH<br />

OEM<br />

LOT 3<br />

Voltage Capacity Battery Type<br />

Battery Part #<br />

LAA0193 10.0 1400 Ni-Cad<br />

LAA0170 10.0 2200 Lithium Ion


3. REQUIREMENTS<br />

3.1 All batteries shall be fully functional on listed radios in a manner that is equal to or greater than the original<br />

manufacturer's as far as color match to radio, fit, operational voltage, capacity, and battery type or chemistry (NiCad,<br />

Ni-MH, Lithium Ion). Case material construction shall be the same or similar quality.<br />

3.2 No minimum purchase shall be required.<br />

3.2 Vendor shall be able to accept the County of San Diego Sheriff's Department Procurement ("P") Card for purchases.<br />

3.2.1 Vendor is required to have a CA Resellers Permit Number.<br />

3.3 Pricing shall be for three (3) separate lots. Each lot shall be bid on separately. The vendor is not required to bid on<br />

each lot. All items in each lot must be quoted for your quote to be considered for that lot.<br />

3.4 When requested, the winning vendor shall provide the San Diego County Sheriff's Department with one (1) battery<br />

sample for each model in the lot that they have submitted the winning bid on. Once tested to determine if sample<br />

meets specifications, sample shall be returned to the vendor at the vendor's expense.<br />

3.4.1 Testing will be done using industry standard test equipment for the electrical compatibility and then a visually<br />

fit-check.<br />

3.5 The San Diego County Sheriff's Department shall test each sample battery for the following:<br />

3.5.1 Battery case material and construction shall be the same or similar quality of the original equipment<br />

manufacturer.<br />

3.6.2. Physical fit of battery on radios.<br />

3.6.3 Electrical contact integrity to insure they make contact and that batteries don’t lose contact during normal<br />

use.<br />

3.6.4 Capacity Batteries will be charged / discharged the sample a number of times (3, minimum) in a dynamic<br />

charger rated for the OEM battery. The test battery has to meet spec on all three tests.<br />

3.6.5. Operational Voltage We test the operating battery voltage under normal operating load.<br />

3.7. Date of manufacture must be clearly labeled on battery.<br />

3.7.1. Label must not use a code that requires a manufacturer's specific conversion chart to determine age of battery.<br />

4. USAGE<br />

4.1. The estimated annual usage is as follows:<br />

4.1.1. Lot 1: 500<br />

4.1.2. Lot 2: 800<br />

4.1.3. Lot 3: 100<br />

4


5. ORDER AND DELIVERY SPECIFICATIONS<br />

5.1. The County shall be given credit for damaged and returned items within five (5) business days.<br />

5.2. All batteries ordered shall be delivered within thirty (30) calendar days from the date the order was placed. If the<br />

delivery date falls on a County Holiday, the delivery shall take place on the next County Business day following the<br />

holiday.<br />

5.3. There shall be no restocking fee or other charges for return of damaged or incorrect items.<br />

5.4. Delivery hours shall be between the hours of 8:00 a.m. and 4:00 p.m., Monday through Friday or by mail from the<br />

United States Postal Service.<br />

5.5. The facility is unable to accept deliveries on County Holidays.<br />

5.6. All orders shall be shipped FOB destination to the location that initiated the order or to the address specified by<br />

person placing order.<br />

5.7. All invoices shall be shipped to the location that initiated the order.<br />

5


LOT 1<br />

ITEM DESCRIPTION MFG/MODEL QUOTING<br />

1<br />

Motorola XTS3000, XTS5000 .<br />

EF Johnson 5100-ES.<br />

OEM NUMBER: RNN4006B.<br />

LOT 2<br />

ITEM DESCRIPTION MFG/MODEL QUOTING<br />

2<br />

3<br />

4<br />

5<br />

Motorola XTS2500.<br />

OEM NUMBER: NTN9858<br />

Motorola HT1000, MTS2000.<br />

OEM NUMBER: NTN7144<br />

Motorola HT1000, MTS2000.<br />

OEM NUMBER: WPNN40<strong>13</strong>A<br />

Motorola HT750, HT1250.<br />

OEM NUMBER: HNN9009AR<br />

LOT 3<br />

ITEM DESCRIPTION MFG/MODEL QUOTING<br />

6<br />

7<br />

BK RADIO GPH5102XCMD.<br />

OEM NUMBER: LAA0193<br />

BK RADIO GPH5102XCMD.<br />

OEM NUMBER: LAA0193<br />

VENDOR/CONTACT:<br />

PHONE / EMAIL:<br />

CA RESELLER NUMBER:<br />

QUOTED LEAD TIME:<br />

ESTIMATED<br />

QTY<br />

UNIT OF<br />

MEASURE<br />

RFQ 6016<br />

PRICING SCHEDULE<br />

BASE PERIOD, <strong>DATE</strong> OF AWARD<br />

THROUGH 30-JUN-2014<br />

1ST OPTION PERIOD, 01-JUL-2014<br />

THROUGH 30-JUN-2015<br />

2ND OPTION PERIOD, 01-JUL-2015<br />

THROUGH 30-JUN-2016<br />

UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL<br />

TOTAL ALL YEARS<br />

500 EA $0.00 $0.00 $0.00 $0.00<br />

LOT 1 BASIS OF AWARD $0.00<br />

BASE PERIOD, <strong>DATE</strong> OF AWARD 1ST OPTION PRICING, 01-JUL-2014 2ND OPTION PERIOD, 01-JUL-2015<br />

THROUGH 30-JUN-2014<br />

THROUGH 30-JUN-2015<br />

THROUGH 30-JUN-2016<br />

ESTIMATED<br />

QTY<br />

UNIT OF<br />

MEASURE<br />

UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL<br />

TOTAL ALL YEARS<br />

200 EA $0.00 $0.00 $0.00 $0.00<br />

200 EA $0.00 $0.00 $0.00 $0.00<br />

200 EA $0.00 $0.00 $0.00 $0.00<br />

200 EA $0.00 $0.00 $0.00 $0.00<br />

LOT 2 BASIS OF AWARD $0.00<br />

BASE PERIOD, <strong>DATE</strong> OF AWARD 1ST OPTION PERIOD, 01-JUL-2014 2ND OPTION PERIOD, 01-JUL-2015<br />

THROUGH 30-JUN-2014<br />

THROUGH 30-JUN-2015<br />

THROUGH 30-JUN-2016<br />

ESTIMATED<br />

QTY<br />

UNIT OF<br />

MEASURE<br />

UNIT PRICE TOTAL UNIT PRICE TOTAL UNIT PRICE TOTAL<br />

TOTAL ALL YEARS<br />

50 EA $0.00 $0.00 $0.00 $0.00<br />

50 EA $0.00 $0.00 $0.00 $0.00<br />

SAMPLE<br />

6<br />

REPLACE THIS SAMPLE PRICING SCHEDULE WITH YOUR PRINTED PRICING SCHEDULE<br />

LOT 3 BASIS OF AWARD $0.00


DELIVERY LOCATION:<br />

County of San Diego<br />

Sheriff’s Department<br />

5555 Overland Ave, Bldg 5, Ste 5105<br />

San Diego, CA 92123<br />

DELIVERY TIME:<br />

Monday through Friday<br />

Between 8:00 AM through 4:00 PM<br />

County of San Diego<br />

SPECIAL INSTRUCTIONS OF <strong>REQUEST</strong> <strong>FOR</strong> <strong>QUOTATION</strong><br />

DELIVERY DOCUMENTS MUST REFLECT THE FOLLOWING MINIMUM IN<strong>FOR</strong>MATION:<br />

Name of Contact Person<br />

Company Name<br />

Ordering Organization and Location<br />

Purchase Order Number<br />

Quantity, Description, Unit Price and Extended Price<br />

Quote must meet specifications provided.<br />

Quote F.O.B. Destination pricing only.<br />

Do not include sales tax in unit price.<br />

Shipping and handling costs to be included in unit price.<br />

7


County of San Diego<br />

TERMS AND CONDITIONS OF <strong>REQUEST</strong> <strong>FOR</strong> <strong>QUOTATION</strong><br />

AUTOMATIC CONTRACT RENEWAL: Unless County notifies Contractor in writing, not less than 30 days prior to the expiration date<br />

that they do not intend to renew the Agreement will be automatically renewed for another year. Term not to exceed 30-June-2016.<br />

SECURITY: San Diego County Penal Statute requires that no packaging can be provided in glass or metal containers or any packaging that is<br />

determined to have sharp edges or which can be used as a weapon. Foil lids or wrappers are acceptable.<br />

SAMPLE: Sample, at supplier’s expense, may be required for evaluation by the requiring department. Sample must be provided within<br />

twenty-four (24) hours after notification. Delivery of sample must be scheduled with buyer. The county shall have the right to review sample<br />

and to determine if such sample is acceptable. The county’s decision to award is contingent upon its acceptance of the products provided in the<br />

sample. During the term of the award, the county must approve any substitutions from the initial sample in writing in advance of substitution.<br />

In no event shall the vendor be permitted to increase prices on the basis of substituted item(s).<br />

Sample, if not destroyed by tests, will, upon request, be returned at supplier’s expense. Supplier must advise buyer at time of sending sample<br />

that they must be returned, provide return address and Federal Express account number.<br />

ESTIMATED QUANTITIES: The Estimated Quantities in the Pricing Schedule are provided solely for evaluation of quotes. They represent<br />

approximate anticipated use based on historical consumption. If the County’s actual requirements do not result in orders in the quantities<br />

described as “estimated” in the Schedule, that fact shall not constitute the basis for price adjustment.<br />

BRAND NAME OR EQUAL: If items called for in this request for quote have been identified in the schedule by a "brand name or equal"<br />

description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products<br />

(including products of brand name manufacturer s other than the one described by the brand name) to be considered for award if such products<br />

are determined by the county to meet fully the salient characteristic requirements listed in the request.<br />

Unless the offeror clearly indicates in the quote that an "or equal" product is being offered, quote shall be considered as offering the brand name<br />

product specified.<br />

If the offeror proposes to furnish an "equal” product, the brand name, if any, of the product to be furnished shall be inserted in the space<br />

provided in the request for quote, or such product shall be clearly identified in the quote. The evaluation of the quote and the determination as<br />

to equality of the product offered shall be the responsibility of the county and will be based upon the information furnished by the offeror, or<br />

identified in the quote as well as other information reasonably available to the purchasing activity. Caution to offerors: the purchasing activity<br />

is not responsible for locating or securing any information which is not identified in the quote and reasonably available to the purchasing<br />

activity. Accordingly, to insure that sufficient information is available, the offeror must furnish, as part of the quote, all descriptive material<br />

(such as cuts, illustrations, drawings, or other information) necessary for the purchasing activity to (i) determine whether the product offered<br />

meets the salient characteristic requirements of the request for quote, and (ii) establish exactly what the offeror proposes to furnish and what the<br />

county is binding itself to purchase by making an award. The information furnished may include specific references to information previously<br />

furnished or to information otherwise available to the purchasing activity.<br />

If the offeror proposes to modify a product so as to make it conform to the requirements of the request for quote, he shall (i) include in the quote<br />

a clear description of such modifications and (ii) clearly mark any description to show the proposed modifications.<br />

Modifications proposed after quote opening to make a product conform to a brand name product referenced in the request for quote will not be<br />

considered.<br />

DUTY TO INQUIRE: Should the firm find discrepancies in or omissions from the RFQ, plans, specifications or other documents, or should<br />

the firm be in doubt as to their meaning, the firm must at once notify the Procurement Specialist, in writing. If the point in question is not<br />

clearly and fully set forth, a written addendum will be issued and posted on the County’s Web site “BUYNET.” It is the firm’s responsibility<br />

to register for the corresponding commodity code and to periodically check the Web site for such addenda. The County will not be<br />

responsible for any oral instructions nor for any written materials provided by any County personnel that are not also posted on the BuyNet<br />

website.<br />

AVAILABILITY OF FUNDING: The County's obligation for payment of any contract beyond the current fiscal year end is contingent upon<br />

the availability of funding from which payment can be made. No legal liability on the part of the County shall arise for payment beyond June<br />

30 of the calendar year unless funds are made available for such performance.<br />

8


CALI<strong>FOR</strong>NIA REVENUE AND TAXATION CODE SECTION 18662: In compliance with California Revenue and Taxation code section<br />

18662, if you are a non resident of California (out-of-state invoices) who receives California source income, the County will pay California Use<br />

Tax directly to the State of California per permit no. SR FH 25-632384. Fifteen (15) business days prior to the first payment, new suppliers or<br />

suppliers with expired forms or forms with incorrect information, must submit new forms to the County (forms are available from the Franchise<br />

Tax Board website listed below).<br />

Under certain circumstances you may be eligible for reduced or waived nonresident withholding. If you have already received a waiver or a<br />

reduced withholding response from the State of California and the response is still valid, submit the response to the County in lieu of the forms.<br />

Failure to submit the required forms will result in withholding of payments. Refer to the Franchise Tax Board websites (listed below) for tax<br />

forms and information on nonresident withholding, including waivers or reductions. The County will not give you any tax advice. It is<br />

recommended you speak with your tax adviser and/or the State of California for guidance.<br />

FRANCHISE TAX BOARD WEBSITES:<br />

http://www.ftb.ca.gov<br />

http://www.ftb.ca.gov/individuals/Withholding_Definitions.shtml<br />

http://www.ftb.ca.gov/individuals/wsc/Processing_Changes_for_2010.shtml<br />

http://www.ftb.ca.gov/individuals/wsc/forms_and_publications.shtml<br />

http://www.ftb.ca.gov/individuals/wsc/decision_chart.shtml<br />

9

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!