in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in...

34
Invitation For Bid No: 18-41 Action Person: Miranda Duke Bid Due Date: June 7, 2018 2:00 PM CDT Bid Opening Location: Purchasing Office, 112 Spragins St. Huntsville, AL 35801 Huntsville Utilities is soliciting bids for the following item(s): Please provide a delivered price and availability on the following: Lot – Protective Relaying Panel(s), in compliance with the enclosed Huntsville Utilities Specification Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query we will consider the pre-approved manufacturers or a proven equivalent. If you propose an equivalent manufacturer, provide descriptive literature which demonstrates that our requirements are met. Huntsville Utilities is the sole judge of equivalency. Advise of manufacturer and model quoted. Advise of any price break quantities. Quote terms, availability, firm price, and FOB Huntsville, Alabama. However, we reserve the right to consider alternative pricing proposals or award of like items on a lot basis. Signed, dated and sealed proposals may be mailed to Huntsville Utilities Purchasing Office, PO Box 2048, Huntsville, Al. 35804 or delivered to Huntsville Utilities Purchasing Office, 112 Spragins St., Huntsville, Al. 35801 until 2:00 PM CDT on the above bid opening date. Envelopes containing bids must be marked with the Bid Opening information. Information must be placed on the outside of the envelope in the lower left hand corner and include: Bid Number; Opening Date; and Attn: Miranda Duke, Huntsville Utilities. Bids without the proper bid opening information may be considered non responsive. For window envelopes, this information should be visible. Your assistance is appreciated. Respectfully, Miranda Duke Buying Agent

Transcript of in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in...

Page 1: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query

Invitation For Bid No: 18-41Action Person: Miranda DukeBid Due Date: June 7, 2018 2:00 PM CDTBid Opening Location: Purchasing Office, 112 Spragins St. Huntsville, AL 35801

Huntsville Utilities is soliciting bids for the following item(s):

Please provide a delivered price and availability on the following:

Lot – Protective Relaying Panel(s), in compliance with the enclosed Huntsville Utilities Specification

Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form.

For purposes of this query we will consider the pre-approved manufacturers or a proven equivalent. If youpropose an equivalent manufacturer, provide descriptive literature which demonstrates that ourrequirements are met. Huntsville Utilities is the sole judge of equivalency.

Advise of manufacturer and model quoted. Advise of any price break quantities.

Quote terms, availability, firm price, and FOB Huntsville, Alabama. However, we reserve the right toconsider alternative pricing proposals or award of like items on a lot basis.

Signed, dated and sealed proposals may be mailed to Huntsville Utilities Purchasing Office, PO Box 2048,Huntsville, Al. 35804 or delivered to Huntsville Utilities Purchasing Office, 112 Spragins St., Huntsville,Al. 35801 until 2:00 PM CDT on the above bid opening date.

Envelopes containing bids must be marked with the Bid Opening information. Information must be placedon the outside of the envelope in the lower left hand corner and include: Bid Number; Opening Date; andAttn: Miranda Duke, Huntsville Utilities. Bids without the proper bid opening information may beconsidered non responsive. For window envelopes, this information should be visible.

Your assistance is appreciated.Respectfully,

Miranda DukeBuying Agent

Page 2: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query

Attachment ATerms & Conditions

It is the intent of Huntsville Utilities that this agreement will establish firm pricing upon award to suppliers for allmaterials for delivery to Huntsville Utilities’ designated locations in Madison County, Alabama, on the agreed upondelivery date, in accordance with Huntsville Utilities’ specifications and requirements.

As such, the following Terms & Conditions will define submission of proposal, and procedures and conduct uponreceipt of award. Quotation will be considered valid only if this document is returned signed with your bid proposal.

1. The invitation for bidding this contract is open to any business maintaining an establishment/warehouse inthe counties of Madison, Morgan, Limestone, Marshall, or Jackson, Alabama (It is desired, but not requiredthat the responsible bidder(s) have a presence in one of the aforementioned counties.), wherein thebusiness is properly licensed for the county of origin, and any other state or city licenses imposed forengaging in the type of activity for which this agreement will be awarded. For purposes of this contract, anestablishment is defined as a business employing a minimum of two employees during normal work week(9-5 work hours, approximate).

2. Huntsville Utilities will receive sealed bids until the date and time of bid opening. Bids will be opened noearlier than the indicated date and time. Evaluation and selection of successful bidders will be within thetimes and priorities of Huntsville Utilities.

3. Bids must be submitted in a sealed envelope. Each bidder’s sealed envelope should show in the lower leftcorner the bid number, the bid opening date and time, bid name and Attn: Miranda Duke. Responsibilityfor assuring bid arrival at bid opening location prior to bid opening time rests with the bidder. Proposalssent via facsimile machine will not be accepted. Proposals will not be accepted via telephone. HuntsvilleUtilities is under no obligation to pay postage due on bid packages.

4. Unsigned proposals will not be considered. Bidder’s name, address, telephone number, facsimile number,e-mail address (if available) and contact person(s) must be included.

5. Penciled bids will not be accepted. Errors will not be corrected after the bid opening; however we reservethe right during our evaluation process to verify entries that appear to be obvious arithmetic, typing, orsimilar errors.

6. Proposals may be withdrawn only by written request of the bidder, or by a superseding proposal.

7. Late bids will not be considered.

8. No Federal or State Taxes are to be included in your bid in whole or in part.

9. Huntsville Utilities reserves the right to reject any bid, in whole or in part.

10. Proposals must be received on the enclosed Proposal Forms. Bids not submitted on the enclosed ProposalForms will be rejected. Supplemental information may be included via separate letter with your proposal.

11. Each proposal should contain the following (as stipulated/defined on the actual Proposal Form):

a. Identification by manufacturer (and model/catalog number if available):All Proposals must identify the manufacturer and model/catalog number of each item quoted.

b. FOB Point:We require FOB at our receiving points. All proposals must be FOB destination at Huntsville Utilities’receiving points, freight prepaid and allowed as follows:

Page 3: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query

Attachment ATerms & Conditions

1) Title and risk of loss pass to Huntsville Utilities at destination points;2) Supplier prepays freight charges;3) Supplier must file claims for loss, damage, or overnight charges (if any) for good in transit, except

where superseded by Huntsville Utilities at time or order placement. Preference will be given toproposals that are FOB our receiving points where, in the judgment of Huntsville Utilities, two ormore proposals are in other respects substantially equivalent.

c. Payment Terms:Huntsville Utilities reserves the right to consider payment terms, discounts, or any alternative pricingproposals in awarding the contract.

12. Huntsville Utilities reserves the right to award this contract on a lot basis.

13. Upon award, Huntsville Utilities anticipates receiving only material, which meets the requirements of ourspecifications as found within the bid package. When a Huntsville Utilities specification is referenced ratherthan (or in addition to) an actual manufacturer’s stock number, the specification must be strictly adheredto. This includes both those specifications written/referenced by Huntsville Utilities and any othernationally recognized requirements (generally being latest revisions) or other specifications definedtherein. Bidders must submit affirmations that all products proposed do in fact meet all aspects ofHuntsville Utilities specifications. Exceptions to our specifications, narrative descriptions, or any otherrequirements to this contract must be called out either on your proposal form or by separate letter. Failureto adhere to this requirement may result in bid rejection. Exceptions cited after bidder’s receipt of awardand delivery of material which does not meet our requirements is grounds for: immediate termination ofcontract in its entirety; supplier/manufacturer probation; removal of supplier/manufacturer from approvedbidders list. Upon award, Huntsville Utilities will not accept alternate products without advance notificationand approval confirmed in writing by the Engineering Superintendent and the Purchasing representativeresponsible for administering the contract.

14. Bidder/Supplier shall warrant to Huntsville Utilities that each item purchased upon award as a result of thiscontract shall be as follows:A: Material delivered shall be new, unused material;B: Material shall conform in all respects to drawings, specifications, and all other conditions as stipulatedwithin this contact, including the Proposal Forms.C: Material shall be free from defects in design and workmanship until the expiration of twelve (12) monthsafter the date on which material was placed into service for the purpose for which it was purchased (exceptwhere otherwise noted or superseded via Huntsville Utilities specification).

15. If any material, or any part thereof, fails to meet the foregoing warranties listed in 16 above, and HuntsvilleUtilities notifies supplier within a reasonable time after such failure, supplier shall thereupon promptlycorrect such failure at its sole expense including all shipping costs, replacement costs, or other costsassociated with any consequential damages or delays to Huntsville Utilities.

16. Supplier shall indemnify Huntsville Utilities against any and all injury, death, and damage and loss to personsor property caused by materials properly installed for the function for which said material was purchased,furnished by supplier upon award of this contract, whether performed on the premise of Huntsville Utilitiesor elsewhere.

17. Orders as a result of this contract will normally be issued by individual purchase orders or releases.Orders/releases may be phone or faxed in to expedite delivery; however, a confirming, written purchaseorder/release will be furnished to supplier for each action originating from an award from this contract.

Page 4: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query

Attachment ATerms & Conditions

18. Each delivery from orders as a result of this contract must include a packing slip containing the following:Supplier’s driver will retain a receipted/signed copy of the packing slip.

A: Huntsville Utilities Purchase Order/Release Number;B: Huntsville Utilities Item Number for each item delivered (Huntsville Utilities Item Numbers are six digits,and will appear on all orders/releases);C: Generic description for each item delivered (Ex: 4/0, Three-Phase, etc.);D: Quantity ordered of each item;E: Unit of Measure of each item;F: Quantity shipped/delivered of each item (referencing Huntsville Utilities’ Item Number);G: Any single deliveries, which include materials from multiple orders/releases, must include separatepacking slips for each order/release.

19. All invoices from orders as a result of this contract must include the following:A: Huntsville Utilities Purchase Order/Release Number;B: Huntsville Utilities Item Number for each item invoiced (Huntsville Utilities Item Number is six digits, andwill appear on all orders/releases);C: Generic Description for each item invoiced (Ex: 4/0, Three-Phase, etc.);D: Quantity ordered of each item;E: Quantity invoiced of each item;F: Supplier’s unit price for each item (referencing Huntsville Utilities’ Item Number), extended and totaled;G: Any single deliveries that include materials from multiple orders/releases must be invoiced separatelyreferencing each order/release.

20. No guarantees are made as to quantities to be ordered.

Questions pertaining to the contract should be addressed to the administrator and contact person: Mrs.Miranda Duke (256-535-1436). Upon award, supplier is required to keep contact person informed of anynew products that offer cost savings due to price, quality, or other advantages to either replace orsupplement existing materials included in the contract.

I have reviewed the above 20 Terms and Condition for quoting and participating in the Huntsville Utilities solicitationand agree to adhere to same if awarded any or all parts of contact. (Separate letter must note Exceptions).

______________________________ _____________________________Organization Authorized Signature

______________________________ _____________________________Address Printed Name

______________________________ _____________________________E-Mail Title

______________________________ _____________________________City/State/Zip Date

Exceptions noted ______ No; ______Yes; (Check one only)(Separate letter must list Exceptions)

Page 5: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query

CONFLICT OF INTEREST

I. Has any person(s), officer(s), and/or official(s) employed by or associated with theHuntsville Utilities ever been employed, retained, induced, or directed to solicit or secure theAgreement?

____________ YES ____________ NO

II. In the event of any allegation of substance (determination of which will be made solely bythe Utilities) that Item I has been violated, will you, Contractor, cooperate fully with theUtilities in establishing whether or not the allegation is true?

____________ YES ____________ NO

If violation of Item I above is found to have occurred, the Agreement may be terminated by theUtilities.

Contractor:

________________________________________Company

________________________________________Address

________________________________________City/State/Zip

Signature ______________________________________

_______________________________________

Title

Page 6: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query

NONCOLLUSION AFFIDAVIT

I, _____________________________________, being duly sworn, depose and say:1. I am the person responsible within my firm for the final decision as to the price(s) and amount of this bid or,

if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below onhis or her behalf and on the behalf of my firm.

2. The price(s) and amount of this bid have been arrived at independently, without consultation, communication,or agreement for the purpose of restricting competition with any other CONTRACTOR, bidder, or potential bidder.

3. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidderor potential bidder on this project, and will not be so disclosed either directly or indirectly prior to bid opening.

4. No attempt has been made or will be made to solicit, cause, or induce any firm or person to submit or notsubmit a bid on this project, or to submit a bid higher than the bid of this firm, or submit intentionally high ornoncompetitive bid or other form of complementary bid.

5. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducementfrom, any firm or person to submit a complementary bid.

6. My firm has not offered or entered into a subcontracting agreement regarding the purchase of material orservices from any firm or person, or offered, promised, or paid cash or anything of value to any firm or person,whether in connection with this or any other project, in consideration for an agreement or promise by any firm orperson to refrain from bidding or to submit a complementary bid on the project.

7. My firm has not accepted nor been promised any subcontract or agreement regarding the sale of materials orservices to any firm or person, and has not been promised or paid in cash or anything of value to any firm or person,whether in connection with this or any other project, in consideration for my firm’s submitting a complementary bidor agreeing to do so, on this project.

8. I have made a diligent inquiry of all members, officers, employees, and agents of my firm withresponsibilities relating to the preparation, approval, or submission of my firm’s bid on this project and have beenadvised by each of them that he or she has not participated in any communication, consultation, discussion,agreement, collusion, act, or other conduct inconsistent with any of the statements and representation made in thisaffidavit.

_______________________________________

Signature and Company Position

____________________________________Typed Name and Company Position

____________________________________Company Name

____________________________________Date

Sworn to me this ___ day of ____________________

___________________________________________

Name

Page 7: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query

HUNTSVILLE UTILITIES ELECTRICAL ENGINEERING DEPARTMENT

PROTECTIVE RELAYING PANEL

1.0 GENERAL

1.1 This specification describes Huntsville Utilities requirements for construction of aprotective relay panel. Equipment to be mounted on the panel shall be furnished by thevendor.

1.2 This specification is for (2) panels at Old 431 Substation and (2) panels at MadisonSubstation for a total of (4) panels (listed with their respective drawings):

Panel No. 1 (transformer) and Panel No. 904 (breaker) – 19-inch panel spec, 19-inchpanel side views, panel-ct, panel-dc, and panel-schematic.

1.3 The vendor shall call attention to Huntsville Utilities discrepancies and/or errors in thedrawings. As drawings do change the vendor is to partner with Huntsville Utilities inproviding a working panel for its intended purpose. For this bid it is a panel protecting atransformer, breaker, and providing metering.

2.0 CONSTRUCTION

2.1 Physical Description

2.1.1 The panels shall be constructed according to referenced drawings. The panel is to utilize19-inch rack mount rails, panels and relays as shown. Panels to be No. 10 stretcherleveled cold rolled steel. Panels and framework to be thoroughly cleaned afterfabrication. All bends shall be of minimum radii, with all joints welded then groundsmooth on exterior surfaces. The entire panel both interior and exterior shall be free ofburrs.

2.1.2 The panels shall be punched and nameplate details applied according to the referenceddrawings.

2.2 Painting

2.2.1 Panel framework, side, rear and top covers to be given one coat of gray lacquer primer,Dupont Horizon group or equal, and two finish coats of ASA 61, light gray lacquer(Munsell notation 8.366 10/0/54).

2.2.2 Finish Quality: All painted surfaces shall be smooth and free of runs, sags, or other paintdefects.

2.2.3 Components on the interior of the panel shall be labeled. Nameplates are to be blackwith white letters (the same for front panel labels). Interior devices are: 501, 735, TS-100, TS-103, 387E, 351S, 387, TS-101, TS-102, BC, BB, BG, BO, BO2, BR, BN, BT,BQ, FL1, FL2, FL3, FL4, FL5, LA, LB, LC, LD, RA, RB, RC, and RD. This list is not

Page 8: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query

all-inclusive. Please see drawings for details.2.3 Mounted Equipment

The vendor shall furnish all equipment listed on the enclosed material lists. Thisequipment shall be mounted on the panels in accordance with the drawings. All factoryinstalled packing material for components shall be left intact.

2.4 Wiring

2.4.1 Assembled panels shall be wired in accordance with the attached drawings.

2.4.2 Connections to equipment terminals shall be made using tin plated copper, seamlesscrimp type insulated ring lugs except for connections to General Electric Company typeSB-1 switches where non-insulated ring lugs shall be used.

2.4.3 Wire runs between equipment terminals shall be without splices of any kind. Wire shallbe formed and bundled in a neat, organized fashion using nylon cable ties or plasticwiring troughs as appropriate.

2.4.4 Unless otherwise marked, terminal blocks shall be States Company type NT withmarking strips marked on topside only in accordance with the panel wiring diagram.Sliding link terminal blocks shall be arranged such that the normal closed link position ofthe link is toward the panel internal wiring. All terminal block points shall be easilyaccessible with a standard length screwdriver or nutdriver.

2.4.5 The Vendor shall share in assuring the panel(s) and its components perform per the one-line diagram provided in the drawing package, and shall call to the attention of HuntsvilleUtilities any problems and/or discrepancies.

2.4.6 Wiring shall have labels at each end indicating at a minimum the destinationpoint/terminal of the wire as well as the origin point/terminal.

2.5 Testing/Quality Assurance

2.5.1 Vertical Switchboards:

a. Completely assemble, wire, and operational test each switchboard.b. Perform manufacturer’s standard shop test.c. Test shall include, but not be limited to, the following:

1. Point-to-point bell check in accordance with wiring diagram.2. Unblock and mechanically check devices. Reblock prior to shipping.3. Connect test equipment into circuits to simulate operation of controlled

devices.4. Apply current and voltage to relays and meters to check for proper

operation and readings.

2.5.2 Test in accordance with applicable NEMA and ANSI Standards.

2.5.3 Provide results of tests.

Page 9: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query

2.6 Drawings

2.6.1 If a wiring diagram is not supplied with the solicitation for bids, the vendor is to factor inits cost for providing a wiring diagram and provide it as part of 2.6.2 below.

2.6.2 The Vendor, using Huntsville Utilities drawings (AutoCAD), shall supply HuntsvilleUtilities with an as-built set of drawings (AutoCAD 2017 LT compatible).

3.0 INSPECTION

3.1 Huntsville Utilities reserves the right, at Huntsville Utilities option, to inspect thefacilities where manufacture or assembly of any panels being built for Huntsville Utilitiesis performed at anytime. Under no circumstances shall the vendor, without priorapproval of Huntsville Utilities, substitute any equipment for any reason.

4.0 CRATING AND SHIPMENT

4.1 Crating: Each panel shall be individually crated and adequately braced for shipment tofully protect the panel or its components from damage during shipment.

4.2 Packing: Each panel shall be packed and shipped upright to prevent damage duringshipment, handling, and storage. This shall include the panels having all sides wrappedwith clear plastic wrap to prevent moisture or other contamination coming in contact withthe panel or its components.

5.0 SHIPPING AND TRANSPORTATION

5.1 Vendor to determine origin point of shipment, method of transportation, and routing ofshipment.

5.2 Proposal shall state method of shipment.

5.3 Shipments shall be freight prepaid, Freight on Board (FOB), to the delivery locationspecified.

5.4 Shipping and Installation Marks

5.4.1 Each packing list shall include the following:

5.4.1.1 Huntsville Utilities purchase order number.5.4.1.2 Huntsville Utilities contact person’s name.5.4.1.3 Package number on multiple package shipments.5.4.1.4 Partial shipment, final shipment, or complete shipment.

5.4.2 Boxes and crates shall have a packing list enclosed showing the parts contained therein.

5.4.3 Each shipping box, crate, bundle or component shall be stenciled with Huntsville Utilitiespurchase order number.

Page 10: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query

5.4.4 Delivery Location:

Huntsville Utilities Electric DepartmentChase Electric Service Center1145 Jordan RoadHuntsville, Alabama 35811or Substation Site

5.4.5 Delivery and Notification

5.4.5.1 Huntsville Utilities requires a minimum of 24 hours notice before deliveryfor scheduling of crane services and/or crews for unloading.

5.4.5.2 Notification telephone number is Kim Hensley @ 256-535-1395.

5.4.5.3 Notifications and shipments will be accepted between 7:00 a.m. and 3:00p.m., Monday through Friday, excluding holidays.

6.0 WARRANTY

6.1 A full 18-month warranty from date of shipment of all workmanship and materials shallbe provided.

7.0 INVOICES

7.1 All invoices issued shall show Huntsville Utilities purchase order (PO) number, thevendor’s order number and the serial number, if assigned, being invoiced.

8.0 DOCUMENTATION

8.1 Composite Instruction Books: The vendor shall provide a bound compositeinstruction book set for all components mounted on each panel for each paneldelivered. This instruction book set shall be secured to each panel such that no damageoccurs to any component on the panel during shipment or handling from the book setbreaking free.

9.0 PROPOSAL SUBMISSIONS

9.1 Proposals are to be submitted in duplicate.

9.2 Proposals are to be submitted with the attached Technical Proposal Form completed.

9.3 Technical Proposal Form sheets may be machine reproduced for placement in yourproposal.

9.4 Huntsville Utilities reserves the right to reject any proposal.

Page 11: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query

TECHNICAL PROPOSAL FORM - PROTECTIVE RELAY PANEL

1. Base Proposal Price for:

Two (2) lot of Panels

2. Delivery weeks After Receipt of Order (A.R.O.)

3. Have you submitted your proposal in duplicate? YES NO

Please submit an alternate cost proposal for all panels (the physical panel itself, no wiring) to bedone/supplied by Hardcraft. (www.hardcraft.com).

1. Base Proposal Price for:

Two (2) lot of Panels

2. Delivery weeks After Receipt of Order (A.R.O.)

3. Have you submitted your proposal in duplicate? YES NO

Submitted by:Firm Signature

Address Title

E-Mail Date

Page 12: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query
Page 13: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query
Page 14: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query
Page 15: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query
Page 16: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query
Page 17: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query
Page 18: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query
Page 19: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query
Page 20: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query
Page 21: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query
Page 22: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query
Page 23: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query
Page 24: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query
Page 25: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query
Page 26: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query
Page 27: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query
Page 28: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query
Page 29: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query
Page 30: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query
Page 31: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query
Page 32: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query
Page 33: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query
Page 34: in duplicate on the final pages of the enclosed Proposal Form. · Please submit your proposal in duplicate on the final pages of the enclosed Proposal Form. For purposes of this query