STATE AGENCIES ARE REQUIRED TO Sample Clauses

STATE AGENCIES ARE REQUIRED TO. Solicit a minimum of three written quotes from MPA awarded vendors for each project. • At least one Certified Minority Business Enterprise “MBE” must be solicited. The MPA Award Webpage indicates vendors under the Certified Minority Business heading with a “Y”. WORK ORDER CAPS: • Cap is $150,000 • Contact the buyer to request prior written approval from the Purchasing Agent for any project anticipated to exceed $150,000. • Request the Division of Purchases to solicit any project anticipated to exceed $150,000 that have not been granted prior written approval of the Purchasing Agent.
AutoNDA by SimpleDocs
STATE AGENCIES ARE REQUIRED TO. Use the Blanket Purchase Agreements Issued for the Line Items as shown below. VENDOR AWARDS CONTACT INFORMATION: Group A: Lines 1 through 8 (RFQ # 7550611) Purchase Order # 3471136 Vendor Name: HOMESTEAD BAKING CO. New Accounts Contact Name: XXXXXXX XXXXXXXXX Tel: 000-000-0000 Email: XXXXXXX@XXXXXXXXXXXXXXX.XXX Groups B & C: Lines 9 through 26 (RFQ # 7550189) Purchase Order # 3470918 Vendor Name: SUPERIOR BAKERY INC. New Accounts Contact Name: XXXXXX XXXXXXXX Tel: 000-000-0000 Email: XXXXXXXXXXXXXX@XXXXXXXXXXXXXX.XXX DIVISION OF PURCHASES CONTACT: Name: XXXXXX X. XXXXXX Title: BUYER II Tel: 000-000-0000 Email: XXXXXX.XXXXXX@XXXXXXXXXX.XX.XXX RFQ 7550189 Fresh Bread, Bagels and Rolls Helpful Tips: - Vendor data entry areas are shaded yellow - Your version of excel may open in a protected view and require you to select "enable editing" - If you have difficulty viewing the spreadsheet, increase the "zoom level" MPA-77 BID OPENING DATE: 3/18/16 @ 11:00 AM EST BLANKET REQUIREMENT: 4/1/16 - 3/31/17 Monday, Tuesday, Wednesday, Thursday, Friday as requested by Agency. Delivery by 6:00 AM. Saturday delivery to the ACI may be required for some products. Please indicate whether or not you are able to meet this requirement YES YES NO Vendor Please Type Vendor Name in the yellow shaded box Superior Bakery NOTE: ALL PRICES PROPOSED BELOW ARE BASED OFF NET 30 DAY TERMS NOTE: ALL VENDORS RESPONDING TO THE WITHIN SOLICITATION MUST COMPLETE A PROMPT PAYMENT DISCOUNT (“PPD”) FORM AS PART OF THIS MASTER PRICE AGREEMENT SOLICITATION. THE PPD FORM IS LOCATED IN THE BID SOLICIATATION Items State Requirements Vendor Response Item No. Group B Item Unit Of Measure Estimated Purchase Quantities per UOM Usable Slices (Minimum Required) Quantity per Package (Minimum Required) Weight in Ounces (Minimum Required) Usable Slices (Minimum Required or Greater) Quantity per Package (Minimum Required or Greater) Weight in Ounces (Minimum Required or Greater) Bid Price Price per Ounce Price per Item 9 FRANKFURT ROLLS, SLICED Dozen 30,484 12 18 12 18 $ 1.40 $ 0.08 $ 0.12 10 HAMBURGER BUNS, SLICED Dozen 26,852 12 18 12 18 $ 1.52 $ 0.08 $ 0.13 11 WIENER ROLLS, 5.5" - 6", SPLIT ON SIDE Dozen 25 12 18 12 18 $ 1.70 $ 0.09 $ 0.14 12 DINNER ROLLS - WHITE Dozen 3,073 12 12 12 12 $ 1.10 $ 0.09 $ 0.09 13 DINNER ROLLS - WHEAT Dozen 1,695 12 12 12 12 $ 1.20 $ 0.10 $ 0.10 14 SALAD ROLLS Dozen 919 12 12 12 12 $ 1.36 $ 0.11 $ 0.11 15 HAMBURGER BUNS, SLICED, (80% WHEAT / 20 % WHITE) Package 1,165 12 24 12 24 $...
STATE AGENCIES ARE REQUIRED TO. Solicit a Minimum of 3 (three) Written Quotes for Each Project. Of the 3 (three), at least one Certified Minority Business Enterprise should be solicited whenever possible; MPA Award Webpages identify MPA Purchase Orders that are a Certified Minority Business Enterprise at the time of award (Ref: Purchases Business Processes xxxx://xxx.xxxxxxxxxx.xx.xxx/StateAgencyInfoCenter/AgencyLogin.aspx ). WORK ORDER CAPS and PAYMENT TERMS: • Payment will be on a time and material basis, with the rates to be listed on the Purchase Agreement.
STATE AGENCIES ARE REQUIRED TO. Obtain a work order number from State Fleet prior to any work being performed. Please contact Xxxxxx Xxxxxxxx at State Fleet at 000-000-0000 for work orders. VENDOR AWARDS CONTACT INFORMATION: Purchase Order # 3408209 Vendor Name: Interstate Diesel Equipment Inc. Contact Name: Xxxxxx Xxxxxxxxx Tel: 000-000-0000 Purchase Order # 3408211 Vendor Name: RBG Inc. Contact Name: Xxxxx Xxxxxxxx Tel: 000-000-0000 ALL ATTACHMENTS ARE DENOTED BY ☒, AND APPEAR IN THE FOLLOWING ORDER: ☒ CONTRACT USER GUIDE ☐ SAMPLE AGENCY NOTIFICATION LETTER TO VENDOR ☐ CHANGE ORDER TO ORIGINAL PURCHASE ☐ ALL PRIOR CHANGE ORDERS TO ORIGINAL PURCHASE (sequential order is most recent to #1) ☒ ORIGINAL PURCHASE AWARD (VENDOR AWARD) ☐ VENDOR AMENDMENT/S ☐ PRODUCT AND PRICING (IF NOT INCLUDED ON PURCHASE ORDER) ☐ SPECIAL INSTRUCTIONSTERMS AND CONDITIONS ☐ SUPPLEMENTAL ANALYSIS INFO – SEE MPA SEARCH RESULTS WEBPAGE ☐ OTHER – DESCRIPTION: DIVISION OF PURCHASES CONTACT: Name: Xxxx Xxxx Title: Chief Buyer Tel: 000-000-0000
STATE AGENCIES ARE REQUIRED TO. Use the Blanket Purchase Agreements Issued for the Line Items as shown below. VENDOR AWARDS CONTACT INFORMATION: Lines 1 through 19 Purchase Order # 3417044 Vendor Name: XXXXXX & SONS BAKERY INC. New Accounts Contact Name: XXXXXXX XXXXXXXXX Tel: 000-000-0000 Email: XXXXXXXXXX@XXXXXXXXXXXX.XXX Lines 20 through 26 Purchase Order # 3417061 Vendor Name: SUPERIOR BAKERY INC. New Accounts Contact Name: XXXXXX XXXXXXXX Tel: 000-000-0000 Email: XXXXXXXXXXXXXX.XXX Lowest Weight Per Bid Spec Est Qty Per Bid Spec BID AWARDED TOTAL LOW- LINES 1-19and LINES 20-26 Awarded Vendor Low Meas Vendor Common Denominator Per Oz Price [Quoted Price / Lowest Measure (to the 3rddec.)] Vendor Pricing By Ounce [(Bid Spec Estim Qty*Bid Spec Lowest Minimum Per Oz Weight)*Calculat ed Vendor Common Denominator Per Oz Bid Price] BID AWARDED TOTAL LOW- LINES 1-19and LINES 20-26 Low Meas Vendor Common Denominator Per Oz Price [Quoted Price / Lowest Measure (to the 3rddec.)] Vendor Pricing By Ounce [(Bid Spec Estim Qty*Bid Spec Lowest Minimum Per Oz Weight)*Calculat ed Vendor Common Denominator Per Oz Bid Price] BID AWARDED TOTAL LOW- LINES 1-19and LINES 20-26 Low Meas Vendor Common Denominator Per Oz Price [Quoted Price / Lowest Measure (to the 3rddec.)] Vendor Pricing By Ounce [(Bid Spec Estim Qty*Bid Spec Lowest Minimum Per Oz Weight)*Calculat ed Vendor Common Denominator Per Oz Bid Price] Line Description Unit Weight Count QUOTE PRICE XXXXXX & SONS XXXXXX QUOTE PRICE HOMESTEAD BAKING COMPANY INC. QUOTE PRICE SUPERIOR BAKERY 1 MPA-77 - 4/1 2015 - 3/31/2016 WHITE PULLMAN LOAVES 20 OZ TO 24 OZ Loaf 20 ###### $ 1.12 $ 161,280.00 22 oz,wt 20/slices .896lb/.056 slice 22 0.051 146,618.18 $ 1.22 $ 175,680.00 24 wt, 26 slices/ .813 pd/.049 slice 24 0.051 146,400.00 N/B N/B N/B 2 MPA-77 - 4/1/2015 - 3/31/2016 WHEAT PULLMAN - 6,000 LOAVES, 21 OZ TO 24 OZ/XX Xxxx 21 7,921 $ 1.18 $ 9,346.78 20 oz,wt/20/slices/ .944 pd/.059 slice 21 0.056 9,346.78 $ 1.28 $ 10,137.60 24 wt/26 slices/.853 pd/.049slice 24 0.053 8,871.52 N/B N/B N/B 3 MPA-77 - 4/1/2015 - 3/31/2016 RYE PULLMAN, SEEDLESS - LOAVES, 21 OZ TO 24 OZ Loaf 21 1,305 $ 1.53 $ 1,996.65 24 oz,wt/ 16/slices /1.02 lb/.095 slice 21 0.073 1,996.65 $ 2.05 $ 2,675.25 32wt/20 slices/.064 pd/.102 slice 32 0.064 1,755.63 N/B N/B N/B 4 MPA-77 - 4/1/2015 - 3/31/2016 - TEXAS STYLE TOAST, 3/4 " SLICE - 10 - 14 SLICES PER LOAF Loaf 16 1,769 $ 1.12 $ 1,981.28 16 oz. 13 slice 10 0.112 3,170.05 $ 1.37 $ 2,423.53 16 oz./10 slices 16 0.086 2,423.53 N/B N/B N/B 5 MPA-7...

Related to STATE AGENCIES ARE REQUIRED TO

  • Contract Use by State Agencies To the extent applicable, the Contract does not prohibit state agencies from using their delegated purchasing authority to procure similar goods and services from other sources.

  • NON-STATE AGENCIES PARTICIPATION IN CENTRALIZED CONTRACTS New York State political subdivisions and others authorized by New York State law may participate in Centralized Contracts. These include, but are not limited to local governments, public authorities, public school and fire districts, public and nonprofit libraries, and certain other nonpublic/nonprofit organizations. See "Participation in Centralized Contracts" in Appendix B, General Specifications January 2015 22772 Project Based Information Technology Consulting (Statewide). Upon request, all eligible non-State agencies must furnish Contractors with the proper tax exemption certificates and documentation certifying eligibility to use State contracts. Questions regarding an organization's eligibility to purchase from New York State Contracts may also be directed to OGS Customer Services at 000-000-0000.

  • OFFICE OF MANAGEMENT AND BUDGET (OMB) AUDIT REQUIREMENTS The parties shall comply with the requirements of the Single Audit Act of 1984, P.L. 98-502, ensuring that the single audit report includes the coverage stipulated in 2 CFR 200.

  • Audit Requirements for Recipients of State Financial Assistance For purposes of this paragraph, the word "Contractor" shall be deemed to mean "nonstate entity," as that term is defined in section 4-230 of the Connecticut General Statutes. The Contractor shall provide for an annual financial audit acceptable to the Client Agency for any expenditure of State awarded funds made by the Contractor. Such audit shall include management letters and audit recommendations. The State Auditors of Public Accounts shall have access to all records and accounts for the fiscal year(s) in which the award was made. The Contractor shall comply with federal and State single audit standards as applicable.

  • Certain State Law Requirements for Contracts The contents of this Section are required by Texas Law and are included by County regardless of content.

  • Data Submission Requirements As part of its registration and sponsorship of Registered Names in the Registry TLD, Registrar shall submit to the Registry System complete data as required by technical specifications of the Registry System that are made available to Registrar from time to time. Registrar hereby grants Registry Operator a non-exclusive, royalty free, non-transferable, limited license to such data for propagation of and the provision of authorized access to the TLD zone files and as otherwise required for Registry Operator to meet its obligations to ICANN and/or for Registry Operator’s operation of the Registry TLD.

  • Food Service Waste Reduction Requirements Contractor shall comply with the Food Service Waste Reduction Ordinance, as set forth in San Francisco Environment Code Chapter 16, including but not limited to the remedies for noncompliance provided therein.

  • Compliance with Audit and Reporting Requirements; Maintenance of Records A. The Grantee shall submit to an audit of funds paid through this Grant Agreement and shall make all books, accounting records and other documents available at all reasonable times during the term of this Grant Agreement and for a period of three (3) years after final payment for inspection by the State or its authorized designee. Copies shall be furnished to the State at no cost

  • Changes to the Department's Requirements 5.1 The Department shall notify the Contractor of any material change to the Department's requirement under this Contract.

  • ECR Number Environmental Commitment Record Requirements Description of ADOT Responsibilities TMP-3 The following measures will be implemented for the Selected Alternative: • All equipment exhaust systems will be in good working order. Properly designed engine enclosures and intake silencers will be used. • Equipment will be maintained on a regular basis. New equipment will be subject to new product emission standards. • Stationary equipment will be located as far away from sensitive receivers as possible. • Construction-related noise generators will be shielded from noise receivers (e.g., use temporary enclosures to shield generators or crushers, take advantage of site conditions to provide topographic separation). • Construction alerts will be distributed to keep the public informed of construction activities, and a toll-free number for construction-related complaints will be provided. • During the design phase, hours of operation will be evaluated to minimize disruptions during construction. ADOT to oversee for compliance TMP-4 Congestion from construction-related traffic will create temporary impacts in the project vicinity. The magnitude of these impacts will vary depending on the location of the sources of the fill material and of the disposition sites for surplus material, the land uses along the routes, the duration of hauling operations, staging locations, and the construction phasing. To identify acceptable routes and times of operation, ADOT, or its representative, will prepare an agreement with local agencies regarding hauling of construction materials on public streets. ADOT to oversee for compliance TP Attachment 000-0 Xxxxx Xxxxxxxx Xxxxxxx Project Record of Decision (ROD) Developer’s Environmental Commitment Requirements The following table includes the Project-specific environmental commitments as written in the ROD, with minor modifications for clarification purposes. As it relates to these Technical Provisions, references to freeway, project, South Mountain Freeway, proposed action, proposed freeway, and Selected Alternative mean the Project, and references to contractor mean Developer. Developer shall comply with and perform all of the contractor and ADOT requirements, including the ADOT obligations, commitments, and responsibilities, identified in the following table, except to the extent of those requirements that are specifically identified in the third column, entitled “Description of ADOT Responsibilities,” which are not delegated to Developer.

Time is Money Join Law Insider Premium to draft better contracts faster.