3001357 MY17 149343 7
User Manual: MY17
Open the PDF directly: View PDF  .
.
Page Count: 32

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  December 8, 2008 
 PURCHASING OPERATIONS 
  P.O. BOX 30026, LANSING, MI 48909  
 OR 
  530 W. ALLEGAN, LANSING, MI  48933 
 CHANGE NOTICE NO. 4 
TO 
  CONTRACT NO.   071B3001357   
 between 
  THE STATE OF MICHIGAN 
 and 
NAME & ADDRESS OF VENDOR  TELEPHONE   (717) 355-4763 
  New Holland North America, Inc.  Tim Sumner 
  500 Diller Avenue  VENDOR NUMBER/MAIL CODE 
  P. O. Box 1895  -  Mail Station 248   
  New Holland,  PA  17557  BUYER   (517) 241-1647 
 Email: tim.sumner@newholland.com Irene Pena 
Contract Administrator: Irene Pena 
Agriculture Equipment and Tractors  - Optional Use  - Statewide 
CONTRACT PERIOD:   From:  August 1, 2003 To:  August 1, 2009 
TERMS SHIPMENT 
 N/A   N/A 
F.O.B. SHIPPED FROM 
 N/A   N/A 
MINIMUM DELIVERY REQUIREMENTS 
 N/A 
THIS CONTRACT IS AVAILABLE TO LOCAL UNITS OF GOVERNMENT. 
NATURE OF CHANGE (S): 
  The attached price list was effective September 1, 2008 and is hereby incorporated into 
  this Contract.  
  All other terms, conditions, specifications and pricing remains unchanged.  
AUTHORITY/REASON: 
 Per DMB Purchasing Operations 
TOTAL ESTIMATED CONTRACT VALUE REMAINS:     $500,000.00



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  July 31, 2008 
 PURCHASING OPERATIONS 
  P.O. BOX 30026, LANSING, MI 48909  
 OR 
  530 W. ALLEGAN, LANSING, MI  48933 
 CHANGE NOTICE NO. 3 
TO 
  CONTRACT NO.   071B3001357   
 between 
  THE STATE OF MICHIGAN 
 and 
NAME & ADDRESS OF VENDOR  TELEPHONE   (717) 355-4763 
  New Holland North America, Inc.  Tim Sumner 
  500 Diller Avenue  VENDOR NUMBER/MAIL CODE 
  P. O. Box 1895  -  Mail Station 248   
  New Holland,  PA  17557  BUYER   (517) 241-1647 
 Email: tim.sumner@newholland.com Irene Pena 
Contract Administrator: Irene Pena 
Agriculture Equipment and Tractors  - Optional Use  - Statewide 
CONTRACT PERIOD:   From:  August 1, 2003 To:  August 1, 2009 
TERMS SHIPMENT 
 N/A   N/A 
F.O.B. SHIPPED FROM 
 N/A   N/A 
MINIMUM DELIVERY REQUIREMENTS 
 N/A 
THIS CONTRACT IS AVAILABLE TO LOCAL UNITS OF GOVERNMENT. 
NATURE OF CHANGE (S): 
  Effective immediately this Contract is hereby EXTENDED through August 1, 2009.  
  The buyer has been changed to Irene Pena.  
  All other terms, conditions, specifications and pricing remains unchanged.  
AUTHORITY/REASON: 
 Per DMB Purchasing Operations 
TOTAL ESTIMATED CONTRACT VALUE REMAINS:     $500,000.00 

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  December 18, 2006 
 PURCHASING OPERATIONS 
  P.O. BOX 30026, LANSING, MI 48909  
 OR 
  530 W. ALLEGAN, LANSING, MI  48933 
 CHANGE NOTICE NO. 2 
TO 
  CONTRACT NO.   071B3001357   
 between 
  THE STATE OF MICHIGAN 
 and 
NAME & ADDRESS OF VENDOR  TELEPHONE   (717) 355-4763 
  New Holland North America, Inc.  Tim Sumner 
  500 Diller Avenue  VENDOR NUMBER/MAIL CODE 
  P. O. Box 1895  -  Mail Station 248   
  New Holland,  PA  17557  BUYER   (517) 241-2619 
   Seleana Samuel 
Contract Administrator: Seleana Samuel 
Agriculture Equipment and Tractors  - Optional Use  - Statewide 
CONTRACT PERIOD:   From:  August 1, 2003 To:  August 1, 2008 
TERMS SHIPMENT 
 N/A   N/A 
F.O.B. SHIPPED FROM 
 N/A   N/A 
MINIMUM DELIVERY REQUIREMENTS 
 N/A 
THIS CONTRACT IS AVAILABLE TO LOCAL UNITS OF GOVERNMENT. 
NATURE OF CHANGE (S): 
 The TSA series tractors are replaced with a new series of tractors (T6000 series) and the 
TM175 and TM190 are replaced with the T7000 series.   
 The T6000 Delta models T6020, T6030, and T6050 replace the TSA standard models 
TS110A, TSA115A, and TS130A.  The T6000 Plus models T6010, T6030, T6050, and T6060 
replace the TS100A, TS115A, TS125A and TS135A.  In addition, there is an additional 
model T6020 Plus. 
 The T7040 and T7050 replace the TM175 and TM190 and there will also be two new 
models, T7030 and T7060.   
 The contractor will honor the 27% discount off of list price for all T6000 standard models, 
29% off of list for all T6000 Plus models, and 33% off list for the T7000 models.   
  Please refer to the revised price schedule for revised pricing. 
AUTHORITY/REASON: 
 Per vendor contact (Tim Sumner) dated December 1, 2006 and DMB/Purchasing 
Operations.  
TOTAL ESTIMATED CONTRACT VALUE REMAINS:     $500,000.00 

PRICING DISCOUNT SCHEDULE
ALL PRICES ARE BASED ON DISCOUNTS OFF OF MANUFACTURER'S CURRENT SUGGESTED LIST PRICE.
STATE OF MICHIGAN PRICING OF NEW HOLLAND EQUIPMENT                     12/1/06
ITEM DESCRIPTION DISCOUNT PERCENTAGE 
OFF LIST PRICE
MY Series Lawn/Yard Tractors - 16 to 19 Hp 26%
 Models - MY16, MY17, and MY19
GTA Series Garden Tractors - 18 to 22 Hp 23%
 Models - GTA18, GTA20 and GTA22
MC Mowers Commercial Mowers - 22 to 35 Gross Hp 30%
 Models - MC22, MC28 and MC35
TZ Tractors Compact Diesel Tractors - 13.7 to 19.0 PTO Hp  21%
 Models - TZ18DA, TZ22DA, and TZ25DA
TC Tractors Compact Diesel Tractors - 17.5 to 28.9 PTO Hp  24%
 Models - TC23DA, TC26DA, TC31DA and TC34DA 
TC Tractors Compact Diesel Tractors - 25.5 PTO Hp  6%
 Model - TC30
TC Tractors Compact Diesel Tractors - 29.1 to 47.0 PTO Hp  22%
 Models - TC35DA, TC40DA, TC45DA, TC48DA, and TC55DA
TN Tractors All Purpose Tractors - 45 PTO Hp 20%
 Models - TN60A and TN60DA
TN Tractors All Purpose Tractors - 57 to 77 PTO Hp 23%
 Models - TN70A, TN70DA, TN75A, TN75DA, TN85A,
 TN85DA, TN95A and TN95DA 
TB Tractors Specialty Tractors - 80 to 96 PTO Hp 23%
 Models - TB100, TB110, and TB120
TL Tractors All Purpose Tractors - 66 to 82 PTO Hp 31%
 Models - TL80A, TL90A and TL100A
TS-A & T6000 Tractors Standard Tractors - 90 to 110 PTO Hp  27%
*  Models - TS110A, TS115A, TS130A, T6020, T6030, T6050
TS-A & T6000 Tractors Plus Tractors - 80 to 120 PTO Hp  29%
 Models - TS100A, TS115A, TS125A and TS135A
* T6010, T6020, T6030, T6050, T6070
TM & T7000 Tractors All Purpose Tractors - 95 to 180 PTO Hp 33%
 Models - TM120, TM130, TM140, TM155, TM175
*  TM190, T7030, T7040, T7050, T7060
TG Tractors High Horsepower Tractors 28%
 Models - TG215, TG245, TG275 and TG305
TV145 Bi-Directional Four Wheel Drive Tracotor 20%
 Model - TV145 
TJ Tractors  Four Wheel Drive Tractors 27%
 Models - TJ280, TJ330, TJ380, TJ430, TJ480, TJ530
HW Windrowers Self Propelled Windrowers - 87 to 166 Hp Base Unit  28%
 with 12 to 18 Ft Headers
FX Forage Harvestor Self Propelled Forage Harvestor - 360 to 525 Hp 23%
 Models FX30, FX40 and FX60
CR Combines Self Propelled Twin Rotor Combines - 255 to 370 Hp 26%
 Models - CR920, CR940, CR960 and CR970
NH Pull Type Impl New Holland Pull Type Hay, Forage and Material   25%
 Handling Implements
Tractor Attachments Front End Loaders, Mowers, Snow Blowers, Tillers, 15%
 Blades, Post Hole Diggers and Backhoes 
PLEASE ALLOW 30 - 180 DAYS FOR DELIVERY
* New Product offerings

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  May 22, 2006 
 PURCHASING OPERATIONS 
  P.O. BOX 30026, LANSING, MI 48909  
 OR 
  530 W. ALLEGAN, LANSING, MI  48933 
 CHANGE NOTICE NO. 1 
TO 
  CONTRACT NO.   071B3001357   
 between 
  THE STATE OF MICHIGAN 
 and 
NAME & ADDRESS OF VENDOR  TELEPHONE   (717) 355-4763 
  New Holland North America, Inc.  Tim Sumner 
  500 Diller Avenue  VENDOR NUMBER/MAIL CODE 
  P. O. Box 1895  -  Mail Station 248   
  New Holland,  PA  17557  BUYER   (517) 241-2619 
   Seleana Samuel 
Contract Administrator: Seleana Samuel 
Agriculture Equipment and Tractors  - Optional Use  - Statewide 
CONTRACT PERIOD:   From:  August 1, 2003 To:  August 1, 2008 
TERMS SHIPMENT 
 N/A   N/A 
F.O.B. SHIPPED FROM 
 N/A   N/A 
MINIMUM DELIVERY REQUIREMENTS 
 N/A 
THIS CONTRACT IS AVAILABLE TO LOCAL UNITS OF GOVERNMENT. 
NATURE OF CHANGE (S): 
  Effective May 2, 2006 the Buyer for this Contract has been changed to Seleana Samuel. 
  In addition, Vendor contact person has been changed to Tim Sumner. 
Effective June 1, 2006, pricing for this Contract will be based on the 2006 New Holland 
Suggested List Price dated June 1, 2006.  The discount structure is attached.  
  All other specifications, terms and conditions remain the same.  
AUTHORITY/REASON: 
  In accordance with Section I-X PRICE ADJUSTMENTS of the Contract. 
TOTAL ESTIMATED CONTRACT VALUE REMAINS:     $500,000.00 


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 
  ACQUISITION SERVICES  January 27, 2004 
  P.O. BOX 30026, LANSING, MI 48909  
 OR 
  530 W. ALLEGAN, LANSING, MI  48933 
 NOTICE 
OF 
  CONTRACT NO.   071B3001357   
 between 
  THE STATE OF MICHIGAN 
 and 
NAME & ADDRESS OF VENDOR  TELEPHONE   (717) 355-1966 
  New Holland North America, Inc.  Robert Jackson 
  500 Diller Avenue  VENDOR NUMBER/MAIL CODE 
  P. O. Box 1895  -  Mail Station 248   
  New Holland,  PA  17557  BUYER   (517) 241-2619 
    Duane Cortright, CPPB 
Contract Administrator:  Duane Cortright, CPPB 
Agriculture Equipment and Tractors  -  Optional Use  -  Statewide 
CONTRACT PERIOD:    From:  August 1, 2003 To:  August 1, 2008 
TERMS SHIPMENT 
 N/A   N/A 
F.O.B. SHIPPED FROM 
 N/A   N/A 
MINIMUM DELIVERY REQUIREMENTS 
 N/A 
THIS CONTRACT IS AVAILABLE TO LOCAL UNITS OF GOVERNMENT. 
TOTAL ESTIMATED CONTRACT VALUE:     $500,000.00 

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 
 ACQUISITION SERVICES 
  P.O. BOX 30026, LANSING, MI 48909  
 OR 
  530 W. ALLEGAN, LANSING, MI  48933 
  CONTRACT NO.   071B3001357   
 between 
  THE STATE OF MICHIGAN 
 and 
NAME & ADDRESS OF VENDOR  TELEPHONE   (717) 355-1966 
  New Holland North America, Inc.  Robert Jackson 
  500 Diller Avenue  VENDOR NUMBER/MAIL CODE 
  P. O. Box 1895  -  Mail Station 248   
  New Holland,  PA  17557  BUYER   (517) 241-2619 
    Duane Cortright, CPPB 
Contract Administrator:  Duane Cortright, CPPB 
Agriculture Equipment and Tractors  -  Optional Use  -  Statewide 
CONTRACT PERIOD:    From:  August 1, 2003 To:  August 1, 2008 
TERMS SHIPMENT 
 N/A   N/A 
F.O.B. SHIPPED FROM 
 N/A   N/A 
MINIMUM DELIVERY REQUIREMENTS 
 N/A 
MISCELLANEOUS INFORMATION: 
THIS CONTRACT IS AVAILABLE TO LOCAL UNITS OF GOVERNMENT. 
TOTAL ESTIMATED CONTRACT VALUE:     $500,000.00 
THIS IS NOT AN ORDER:  This Contract Agreement is awarded on the basis of our inquiry 
bearing the ITB No.    N/A  .  Orders for delivery of equipment will be issued directly by all State 
Agencies through the issuance of a Purchase Order Form. 
All terms and conditions of the invitation to bid are made a part hereof. 
FOR THE VENDOR: 
FOR THE STATE: 
Firm Name   Signature 
    Duane Cortright, CPPB 
Authorized Agent Signature   Name 
    Tactical Purchasing, Acquisition Services
Authorized Agent (Print or Type)   Title 
Date   Date 

CONTRACT NO. 071B3001357 
TABLE OF CONTENTS 
SECTION I - GENERAL CONTRACT PROVISIONS....................................................1 
I-A GENERAL .....................................................................................................................1 
I-B ISSUING OFFICE.........................................................................................................1 
I-C CONTRACT ADMINISTRATOR................................................................................1 
I-D CONTRACT TERM ......................................................................................................2 
I-E ENTIRE AGREEMENT AND ORDER OF PRECEDENCE ...................................2 
I-F NO WAIVER OF DEFAULT........................................................................................2 
I-G REVISIONS, CONSENTS, AND APPROVALS ......................................................2 
I-H SEVERABILITY............................................................................................................2 
I-I SURVIVOR....................................................................................................................2 
I-J GOVERNING LAW ......................................................................................................3 
I-K RELATIONSHIP OF THE PARTIES (INDEPENDENT CONTRACTOR) ...........3 
I-L HEADINGS....................................................................................................................3 
I-M INCURRING COSTS....................................................................................................3 
I-N NEWS RELEASES ......................................................................................................3 
I-O CONTRACTOR RESPONSIBILITIES.......................................................................3 
I-P PERFORMANCE REVIEWS ......................................................................................4 
I-Q AUDIT OF CONTRACT COMPLIANCE...................................................................4 
I-R SAFETY AND ACCIDENT PREVENTION...............................................................4 
I-S WORKPLACE SAFETY AND DISCRIMINATORY HARASSMENT ...................4 
I-T ASSIGNMENT ..............................................................................................................4 
I-U DELEGATION...............................................................................................................5 
I-V DISCLOSURE...............................................................................................................5 
I-W TAXES............................................................................................................................5 
I-X PRICE ADJUSTMENTS..............................................................................................5 
I-Y ADDITIONAL PRODUCTS/SERVICES....................................................................6 
I-Z CONTRACTOR'S LIABILITY INSURANCE............................................................6 
I-AA INDEMNIFICATION .....................................................................................................7 
I-BB CONTRACT DISTRIBUTION .....................................................................................9 
I-CC ACCOUNTING RECORDS.........................................................................................9 
I-DD NON-DISCRIMINATION CLAUSE............................................................................9 
I-EE CANCELLATION........................................................................................................10 

I-FF NOTICE AND RIGHT TO CURE..............................................................................11 
I-GG ELECTRONIC FUNDS TRANSFER .......................................................................11 
I-HH MODIFICATION OF CONTRACT............................................................................12 
I-II UNFAIR LABOR PRACTICES ................................................................................12 
I-JJ FORM, FUNCTION, AND UTILITY .........................................................................12 
I-KK CONTRACT PAYMENT SCHEDULE.....................................................................12 
I-LL PROHIBITED PRODUCTS.......................................................................................12 
I-MM RIGHT TO KNOW ACT (Act 80 of 1986) ..............................................................13 
I-OO QUALITY ASSURANCE...........................................................................................13 
I-PP INSPECTION...............................................................................................................14 
SECTION II - GENERAL PROCUREMENT PROCEDURES ........................................15 
II-A PROCUREMENT........................................................................................................15 
II-B TRADE-IN....................................................................................................................15 
II-C MULTIPLE DISCOUNTS ..........................................................................................16 
II-D CONTRACTOR CONTACTS ...................................................................................16 
II-E ADDITIONAL INFORMATION .................................................................................16 
SECTION III – PRICING DISCOUNT SCHEDULE.....................................................17 
Attachments: 
 Preference Certification 
  Non-State Agency Statement 

TERMS AND CONDITIONS                                      CONTRACT NO. 071B3001357  
G:\common\contract\2003\3001357 
 1
 SECTION I - GENERAL CONTRACT PROVISIONS 
I-A GENERAL 
The Contract is issued as an “Optional Use” Contract for Agricultural Equipment and 
Tractors for the State of Michigan.  Exact quantities to be purchased are unknown, 
however the Contractor will be required to furnish all such materials and services as may 
be ordered during the CONTRACT period.  Quantities specified if any, are estimates 
based on prior purchases, and the State is not obligated to purchase in these or any 
other quantities.  Orders for delivery will be issued directly to the Contractor by various 
State Agencies on the Purchase Order Contract Release Form. 
The Contract will be a Unit Price Contract. 
Attached is a listing of State agencies and/or locations who may order from the Contract.  
The listing shall not limit participation of additional agencies/locations as the need may 
develop at the same prices, terms and conditions.  Orders may also be issued by local 
units of government (see attached Non-State Agency Statement). 
I-B ISSUING OFFICE 
The Contract is issued by Acquisition Services, State of Michigan, Department of 
Management and Budget, hereinafter known as Acquisition Services, for the various 
state agencies, hereinafter known as State agencies.  Where actions are a combination 
of those of Acquisition Services and the State agencies, the authority will be known as 
the State. 
Acquisition Services is the sole point of contact in the State with regard to all 
procurement and contractual matters relating to the commodities and/or services 
described herein.   Acquisition Services is the only office authorized to change, modify, 
amend, alter, clarify, etc., the specifications, terms, and conditions of the Contract.   
Acquisition Services will remain the SOLE POINT OF CONTACT throughout the 
procurement process.   All communications covering this procurement must be 
addressed to: 
 Department of Management and Budget 
Acquisition Services 
Attn: Duane S. Cortright, Buyer, CPPB 
2nd Floor, Mason Building 
P.O. Box 30026 
Lansing, Michigan 48909 
(517) 241-2619 
e-mail:  cortrightd1@michigan.gov 
I-C CONTRACT ADMINISTRATOR 
Upon receipt at Acquisition Services of the properly executed Contract Agreement(s), it 
is anticipated that the Director of Acquisition Services will direct that all State agencies 
be allowed to administer the Contract on a day-to-day basis during the term of the 
Contract.  However, administration of the Contract implies no authority to change, 
modify, clarify, amend, or otherwise alter the terms, conditions, and specifications of 
such Contract(s).  That authority is retained by Acquisition Services. 

TERMS AND CONDITIONS                                      CONTRACT NO. 071B3001357  
G:\common\contract\2003\3001357 
 2
I-D CONTRACT TERM 
The term of this Contract will be 3 (three) years and will commence with the issuance of 
a Contract.  This will be approximately February 1, 2004 through January 31, 2007.  At 
the sole option of the State, the Contract may be extended for up to 2 (two) additional 
years.  Contractor performance, quality of products, price, and the Contractor’s ability to 
deliver on time are some of the criteria that will be used as a basis for any decision by 
Acquisition Services to extend the Contract. 
I-E  ENTIRE AGREEMENT AND ORDER OF PRECEDENCE 
The following documents constitute the complete and exclusive agreement between the 
parties.  The following order of precedence shall apply (in descending order): 
A.  Any contract resulting from the State and Contractor negotiations. 
B.  Any addenda to those negotiations. 
C.  The Contractor’s response to those negotiations. 
The State of Michigan shall not be bound by any part(s) of the Contractor's response to 
the negotiations which contains information, options, conditions, terms, or prices neither 
requested nor discussed during negotiations.  In the event of any conflicts between the 
specifications, terms and conditions indicated by the State and those indicated by the 
Contractor, those of the State take precedence.  The contract supercedes all proposals 
or other prior agreements, oral or written, and all other communications between the 
parties relating to this subject. 
I-F  NO WAIVER OF DEFAULT 
The failure of a party to insist upon strict adherence to any term of the Contract shall not 
be considered a waiver or deprive the party of the right thereafter to insist upon strict 
adherence to that term or any other term of the Contract. 
I-G  REVISIONS, CONSENTS, AND APPROVALS 
The Contract may not be modified, amended, extended, or augmented except by a 
writing executed by the parties hereto, and any breach or default by a party shall not be 
waived or released other than in writing signed by the other party. 
I-H SEVERABILITY 
Each provision of the Contract shall be deemed to be severable from all other provisions 
of the Contract and, if one or more of the provisions of the Contract shall be declared 
invalid, the remaining provisions of the Contract shall remain in full force and effect. 
I-I SURVIVOR 
Any provisions of the Contract that impose continuing obligations on the parties 
including, but not limited to the Contractor’s indemnity and other obligations shall survive 
the expiration or cancellation of the Contract for any reason. 

TERMS AND CONDITIONS                                      CONTRACT NO. 071B3001357  
G:\common\contract\2003\3001357 
 3
I-J GOVERNING LAW 
The Contract shall in all respects be governed by, and construed in accordance with, the 
laws of the State of Michigan.  Any dispute arising herein shall be resolved in the State 
of Michigan. 
I-K  RELATIONSHIP OF THE PARTIES (INDEPENDENT CONTRACTOR) 
The relationship between the State and the Contractor is that of client and independent 
Contractor.  No agent, employee, or servant of the Contractor or any of its 
subcontractors shall be or shall be deemed to be an employee, agent, or servant of the 
State for any reason.  The Contractor will be solely and entirely responsible for its acts 
and the acts of its agents, employees, servants and subcontractors during the 
performance of this Contract. 
I-L HEADINGS 
Captions and headings used in the Contract are for information and organization 
purposes.  Captions and headings, including inaccurate references, do not, in any way, 
define or limit the requirements or terms and conditions of this Contract. 
I-M INCURRING COSTS 
The State of Michigan is not liable for any cost incurred by the Contractor prior to signing 
of the Contract.  The State fiscal year is October 1st through September 30th.  The 
Contractor(s) should realize that payments in any given fiscal year are contingent upon 
enactment of legislative appropriations.  Total liability of the State is limited to terms and 
conditions of the Contract. 
I-N NEWS RELEASES 
News releases (including promotional literature and commercial advertisements) 
pertaining to the ITB and Contract or project to which it relates shall not be made without 
prior written State approval, and then only in accordance with the explicit written 
instructions from the State.  No results of the activities associated with the ITB and 
Contract are to be released without prior written approval of the State and then only to 
persons designated. 
I-O CONTRACTOR RESPONSIBILITIES 
The Contractor will be required to assume responsibility for all contractual activities, 
whether or not that Contractor performs them.  Further, the State will consider the 
Contractor to be the sole point of contact with regard to contractual matters, including 
payment of any and all charges resulting from the anticipated Contract.  If any part of the 
work is to be subcontracted, the Contract must include a list of subcontractors, including 
firm name and address, contact person and a complete description of work to be 
subcontracted.  The State reserves the right to approve subcontractors and to require 
the Contractor to replace subcontractors found to be unacceptable.  The Contractor is 
totally responsible for adherence by the subcontractor to all provisions of the Contract.  
Any change in subcontractors must be approved by the State, in writing, prior to such 
change. 

TERMS AND CONDITIONS                                      CONTRACT NO. 071B3001357  
G:\common\contract\2003\3001357 
 4
I-P PERFORMANCE REVIEWS 
Acquisition Services in conjunction with the State agencies may review with the 
Contractor their performance under the Contract.  Performance reviews shall be 
conducted quarterly, semi-annually or annually depending on Contractor’s past 
performance with the State.  Performance reviews shall include, but not limited to, 
quality of products/services being delivered and provided, timeliness of delivery, 
percentage of completion of orders, the amount of back orders, status of such orders, 
accuracy of billings, customer service, completion and submission of required 
paperwork, the number of substitutions and the reasons for substitutions, and other 
requirements of the Contract. 
Upon a finding of poor performance, which has been documented by Acquisition 
Services, the Contractor shall be given an opportunity to respond and take corrective 
action.  If corrective action is not taken in a reasonable amount of time as determined by 
Acquisition Services, the Contract may be canceled for default.  Delivery by the 
Contractor of unsafe and/or adulterated or off-condition products to any State agency is 
considered a material breach of Contract subject to the cancellation provisions contained 
herein. 
I-Q  AUDIT OF CONTRACT COMPLIANCE 
 The Contractor agrees that the State may, upon 24-hour notice, perform an audit at 
Contractor’s location(s) to determine if the Contractor is complying with the requirements 
of the Contract.  The Contractor agrees to cooperate with the State during the audit and 
produce all records and documentation that verifies compliance with the Contract 
requirements. 
I-R  SAFETY AND ACCIDENT PREVENTION 
 In performing work under this Contract on State premises, the Contractor shall conform 
to any specific safety requirements contained in the Contract or as required by law or 
regulation.  The Contractor shall take any additional precautions as the State may 
reasonably require for safety and accident prevention purposes.  Any violation by the 
Contractor of such safety requirements, rules, laws or regulations shall be a material 
breach of the Contract subject to the cancellation provisions contained herein. 
I-S  WORKPLACE SAFETY AND DISCRIMINATORY HARASSMENT 
 In performing services for the State pursuant to this Contract, the Contractor shall 
comply with Department of Civil Service Rules 2-20 regarding Workplace Safety and 1-
8.3 regarding Discriminatory Harassment.  In addition, the Contractor shall comply with 
Civil Service Regulations governing workplace safety and discriminatory harassment 
and any applicable state agency rules on these matters that the agency provides to the 
Contractor.  Department of Civil Service Rules and Regulations can be found on the 
Department of Civil Service website at www.michigan.gov/mdcs. 
I-T ASSIGNMENT 
The Contractor shall not have the right to assign the Contract or to assign or delegate 
any of its duties or obligations under the Contract to any other party (whether by 
operation of law or otherwise), without the prior written consent of the State.  Any 

TERMS AND CONDITIONS                                      CONTRACT NO. 071B3001357  
G:\common\contract\2003\3001357 
 5
purported assignment in violation of this Section shall be null and void.  Further, the 
Contractor may not assign the right to receive money due under the Contract without the 
prior written consent of the Director of Acquisition Services. 
I-U DELEGATION 
The Contractor shall not delegate any duties or obligations under the Contract to a 
subcontractor other than a subcontractor named and approved in the bid unless the 
Director of Acquisition Services has given written consent to the delegation. 
I-V DISCLOSURE 
All information in a bidder’s proposal and the Contract is subject to the provisions of the 
Freedom of Information Act.  1976 Public Act No.  442, as amended, MCL 15.231, et 
seq. 
I-W TAXES 
A.  Sales Tax: For purchases made directly by the State of Michigan, the State is 
exempt from State and Local Sales Tax.  Prices shall not include such taxes.  
Exemption Certificates for State Sales Tax will be furnished upon request. 
 B.  Federal Excise Tax: The State of Michigan may be exempt for Federal Excise Tax, 
or such taxes may be reimbursable, if articles purchased under this Contract are 
used for the State’s exclusive use.  Certificates exclusive use for the purposes of 
substantiating a tax-free, or tax-reimbursable sale will be sent to the Contractor 
upon request.  If a sale is tax exempt or tax reimbursable under the Internal 
Revenue Code, prices shall not include the Federal Excise Tax. 
 C.  Contractors are expected to collect and pay all applicable federal, state, and local 
employment taxes for all persons involved in the resulting Contract.  Also, bidders 
shall maintain appropriate payroll information on a system that can produce any 
reports that may be needed by Acquisition Services. 
I-X PRICE ADJUSTMENTS 
Prices quoted are the maximum for a period of 365 days from the date the Contract 
becomes effective, or upon publication of annual dealer price listings. 
Prices are subject to change at the end of each 365 day period.  Such changes shall be 
based on changes in actual costs incurred.  Documentation of such changes must be 
provided with the request for price change in order to substantiate any requested 
change.  Acquisition Services reserves the right to consider various pertinent information 
sources to evaluate price increase requests (such as the CPI and PPI, US City Average, 
as published by the US Department of Labor, Bureau of Labor Statistics).  Acquisition 
Services also reserves the right to consider other information related to special 
economic and/or industry circumstances, when evaluating a price change request.  
Changes may be either increases or decreases, and may be requested by either party.  
Approved changes shall be firm for the remainder of the contract period unless further 
revised at the end of the next 365 day period. 

TERMS AND CONDITIONS                                      CONTRACT NO. 071B3001357  
G:\common\contract\2003\3001357 
 6
Requests for price changes shall be RECEIVED IN WRITING AT LEAST TEN DAYS 
PRIOR TO THEIR EFFECTIVE DATE, and are subject to written acceptance before 
becoming effective.  In the event new prices are not acceptable, the CONTRACT may 
be cancelled.  The continued payment of any charges due after September 30th of any 
fiscal year will be subject to the availability of an appropriation for this purpose. 
I-Y ADDITIONAL PRODUCTS/SERVICES 
The State reserves the right to add an item(s) that is not described on the item listing 
and is available from the Contract vendor.  The item(s) may be included on the Contract, 
only if prior written approval has been granted by Acquisition Services. 
I-Z  CONTRACTOR'S LIABILITY INSURANCE 
The Contractor is required to provide proof of the minimum levels of insurance coverage as 
indicated below.  The purpose of this coverage shall be to protect the State from claims 
which may arise out of or result from the Contractor’s performance of services under the 
terms of this Contract, whether such services are performed by the Contractor, or by any 
subcontractor, or by anyone directly or indirectly employed by any of them, or by anyone for 
whose acts they may be liable. 
The Contractor waives all rights against the State of Michigan, its departments, divisions, 
agencies, offices, commissions, officers, employees and agents for recovery of damages to 
the extent these damages are covered by the insurance policies the Contractor is required 
to maintain pursuant to this Contract.  The Contractor also agrees to provide evidence that 
all applicable insurance policies contain a waiver of subrogation by the insurance company. 
All insurance coverages provided relative to this Contract/Purchase Order is PRIMARY and 
NON-CONTRIBUTING to any comparable liability insurance (including self-insurances) 
carried by the State.   
The Insurance shall be written for not less than any minimum coverage herein specified or 
required by law, whichever is greater.  All deductible amounts for any of the required 
policies are subject to approval by the State.  
The State reserves the right to reject insurance written by an insurer the State deems 
unacceptable. 
BEFORE THE CONTRACT IS SIGNED BY BOTH PARTIES OR BEFORE THE 
PURCHASE ORDER IS ISSUED BY THE STATE, THE CONTRACTOR MUST FURNISH 
TO THE DIRECTOR OF ACQUISITION SERVICES, CERTIFICATE(S) OF INSURANCE 
VERIFYING INSURANCE COVERAGE.  THE CERTIFICATE MUST BE ON THE 
STANDARD “ACCORD” FORM.  THE CONTRACT OR PURCHASE ORDER NO. MUST 
BE SHOWN ON THE CERTIFICATE OF INSURANCE TO ASSURE CORRECT FILING.  
All such Certificate(s) are to be prepared and submitted by the Insurance Provider and not 
by the Contractor.  All such Certificate(s) shall contain a provision indicating that coverages 
afforded under the policies WILL NOT BE CANCELLED, MATERIALLY CHANGED, OR 
NOT RENEWED without THIRTY (30) days prior written notice, except for 10 days for non-
payment of premium, having been given to the Director of Acquisition Services, Department 
of Management and Budget.  Such NOTICE must include the CONTRACT NUMBER 
affected and be mailed to: Director, Acquisition Services, Department of Management and 
Budget, P.O. Box 30026, Lansing, Michigan 48909. 

TERMS AND CONDITIONS                                      CONTRACT NO. 071B3001357  
G:\common\contract\2003\3001357 
 7
The Contractor is required to provide the type and amount of insurance checked (;) below: 
;  1.  Commercial General Liability with the following minimum coverages: 
 $2,000,000 General Aggregate Limit other than Products/Completed Operations 
$2,000,000 Products/Completed Operations Aggregate Limit 
$1,000,000 Personal & Advertising Injury Limit 
$1,000,000 Each Occurrence Limit 
$500,000 Fire Damage Limit (any one fire) 
The Contractor must list the State of Michigan, its departments, divisions, 
agencies, offices, commissions, officers, employees and agents as 
ADDITIONAL INSUREDS on the Commercial General Liability policy.   
;  2.  If a motor vehicle is used to provide services or products under this Contract, the  
Contractor must have vehicle liability insurance on any auto including owned, 
hired and non-owned vehicles used in Contractor‘s business for bodily injury and 
property damage as required by law. 
 The Contractor must list the State of Michigan, its departments, divisions, 
agencies, offices, commissions, officers, employees and agents as ADDITIONAL 
INSUREDS on the vehicle liability policy. 
;  3.  Worker’s disability compensation, disability benefit or other similar employee 
benefit act with minimum statutory limits.    NOTE:  (1) If coverage is provided by a 
State fund or if Contractor has qualified as a self-insurer, separate certification 
must be furnished that coverage is in the state fund or that Contractor has 
approval to be a self-insurer;  (2)  Any citing of a policy of insurance must include 
a listing of the States where that policy’s coverage is applicable;  and  (3)  Any 
policy of insurance must contain a provision or endorsement providing that the 
insurers’ rights of subrogation are waived.  This provision shall not be applicable 
where prohibited or limited by the laws of the jurisdiction in which the work is to be 
performed. 
;  4.  Employers liability insurance with the following minimum limits: 
 $100,000 each accident 
$100,000 each employee by disease 
$500,000 aggregate disease 
I-AA INDEMNIFICATION 
A. General Indemnification 
 To the fullest extent permitted by law, the Contractor shall indemnify, defend and 
hold harmless the State, its departments, divisions, agencies, sections, 
commissions, officers, employees and agents, from and against all losses, 
liabilities, penalties, fines, damages and claims (including taxes), and all related 
costs and expenses (including reasonable attorneys' fees and disbursements and 
costs of investigation, litigation, settlement, judgments, interest and penalties), 
arising from or in connection with any of the following: 

TERMS AND CONDITIONS                                      CONTRACT NO. 071B3001357  
G:\common\contract\2003\3001357 
 8
 1.  any claim, demand, action, citation or legal proceeding against the State, its 
employees and agents arising out of or resulting from (1) the product 
provided or (2) performance of the work, duties, responsibilities, actions or 
omissions of the Contractor or any of its subcontractors under this Contract. 
 2.  any claim, demand, action, citation or legal proceeding against the State, its 
employees and agents arising out of or resulting from a breach by the 
Contractor of any representation or warranty made by the Contractor in the 
Contract; 
 3.  any claim, demand, action, citation or legal proceeding against the State, its 
employees and agents arising out of or related to occurrences that the 
Contractor is required to insure against as provided for in this Contract; 
 4.  any claim, demand, action, citation or legal proceeding against the State, its 
employees and agents arising out of or resulting from the death or bodily injury 
of any person, or the damage, loss or destruction of any real or tangible 
personal property, in connection with the performance of services by the 
Contractor, by any of its subcontractors, by anyone directly or indirectly 
employed by any of them, or by anyone for whose acts any of them may be 
liable; provided, however, that this indemnification obligation shall not apply to 
the extent, if any, that such death, bodily injury or property damage is caused 
solely by the negligence or reckless or intentional wrongful conduct of the 
State; 
 5.  any claim, demand, action, citation or legal proceeding against the State, its 
employees and agents which results from an act or omission of the 
Contractor or any of its subcontractors in its or their capacity as an employer 
of a person. 
B.  Patent/Copyright Infringement Indemnification 
 To the fullest extent permitted by law, the Contractor shall indemnify, defend and 
hold harmless the State, its employees and agents from and against all losses, 
liabilities, damages (including taxes), and all related costs and expenses (including 
reasonable attorneys' fees and disbursements and costs of investigation, litigation, 
settlement, judgments, interest and penalties) incurred in connection with any 
action or proceeding threatened or brought against the State to the extent that 
such action or proceeding is based on a claim that any piece of equipment, 
software, commodity or service supplied by the Contractor or its subcontractors, or 
the operation of such equipment, software, commodity or service, or the use or 
reproduction of any documentation provided with such equipment, software, 
commodity or service infringes any United States or foreign patent, copyright, trade 
secret or other proprietary right of any person or entity, which right is enforceable 
under the laws of the United States.  In addition, should the equipment, software, 
commodity, or service, or the operation thereof, become or in the Contractor's 
opinion be likely to become the subject of a claim of infringement, the Contractor 
shall at the Contractor's sole expense (i) procure for the State the right to continue 
using the equipment, software, commodity or service or, if such option is not 
reasonably available to the Contractor, (ii) replace or modify the same with 
equipment, software, commodity or service of equivalent function and performance 
so that it becomes non-infringing, or, if such option is not reasonably available to  

TERMS AND CONDITIONS                                      CONTRACT NO. 071B3001357  
G:\common\contract\2003\3001357 
 9
Contractor, (iii) accept its return by the State with appropriate credits to the State 
against the Contractor's charges and reimburse the State for any losses or costs 
incurred as a consequence of the State ceasing its use and returning it. 
C.  Indemnification Obligation Not Limited 
 In any and all claims against the State of Michigan, or any of its agents or 
employees, by any employee of the Contractor or any of its subcontractors, the 
indemnification obligation under the Contract shall not be limited in any way by the 
amount or type of damages, compensation or benefits payable by or for the 
Contractor or any of its subcontractors under worker's disability compensation acts, 
disability benefits acts, or other employee benefits acts.  This indemnification 
clause is intended to be comprehensive.  Any overlap in subclauses, or the fact 
that greater specificity is provided as to some categories of risk, is not intended to 
limit the scope of indemnification under any other subclause. 
D.  Continuation of Indemnification Obligation 
 The duty to indemnify will continue in full force and affect not withstanding the 
expiration or early termination of the Contract with respect to any claims based on 
facts or conditions, which occurred prior to termination. 
I-BB CONTRACT DISTRIBUTION 
Acquisition Services shall retain the sole right of Contract distribution to all State 
agencies and local units of government unless other arrangements are authorized by 
Acquisition Services. 
I-CC ACCOUNTING RECORDS 
The Contractor and all subcontractors shall maintain all pertinent financial and 
accounting records and evidence pertaining to the Contract in accordance with generally 
accepted principles of accounting and other procedures specified by the State of 
Michigan.  Financial and accounting records shall be made available, upon request, to 
the State of Michigan, its designees, or the Michigan Auditor General at any time during 
the Contract period and any extension thereof, and for three years from expiration date 
and final payment on the Contract or extension thereof. 
I-DD NON-DISCRIMINATION CLAUSE 
In the performance of a Contract or purchase order, the Contractor agrees not to 
discriminate against any employee or applicant for employment, with respect to their hire, 
tenure, terms, conditions or privileges of employment, or any matter directly or indirectly 
related to employment, because of race, color, religion, national origin, ancestry, age, 
sex, height, weight, marital status, physical or mental handicap or disability.  The 
Contractor further agrees that every subcontract entered into for the performance of any 
Contract or purchase order resulting herefrom will contain a provision requiring non-
discrimination in employment, as herein specified, binding upon each subcontractor.  This 
covenant is required pursuant to the Elliot Larsen Civil Rights Act, 1976 Public Act 453, 
as amended, MCL 37.2201, et seq, and the Persons With Disabilities Civil Rights Act, 
1976 Public Act 220, as amended, MCL 37.1101, et seq, and any breach thereof may be 
regarded as a material breach of the Contract or purchase order. 

TERMS AND CONDITIONS                                      CONTRACT NO. 071B3001357  
G:\common\contract\2003\3001357 
 10
I-EE CANCELLATION 
The State may cancel this Contract without further liability or penalty to the State, its 
departments, divisions, agencies, offices, commissions, officers, agents, and employees 
for any of the following reasons: 
1.  Material Breach by the Contractor.  In the event that the Contractor breaches any 
of its material duties or obligations under the Contract, which are either not capable 
of or subject to being cured, or are not cured within the time period specified in the 
written notice of breach provided by the State, or pose a serious and imminent 
threat to the health and safety of any person, or the imminent loss, damage or 
destruction of any real or tangible personal property, the State may, having 
provided written notice of cancellation to the Contractor, cancel this Contract in 
whole or in part, for cause, as of the date specified in the notice of cancellation. 
In the event that this Contract is cancelled for cause, in addition to any legal 
remedies otherwise available to the State by law or equity, the Contractor shall be 
responsible for all costs incurred by the State in canceling the Contract, including 
but not limited to, State administrative costs, attorneys fees and court costs, and 
any additional costs the State may incur to procure the services required by this 
Contract from other sources.  All excess re-procurement costs and damages shall 
not be considered by the parties to be consequential, indirect or incidental, and 
shall not be excluded by any other terms otherwise included in the Contract. 
In the event the State chooses to partially cancel this Contract for cause charges 
payable under this Contract will be equitably adjusted to reflect those services that 
are cancelled. 
In the event this Contract is cancelled for cause pursuant to this section, and it is 
therefore determined, for any reason, that the Contractor was not in breach of 
contract pursuant to the provisions of this section, that cancellation for cause shall 
be deemed to have been a cancellation for convenience, effective as of the same 
date, and the rights and obligations of the parties shall be limited to that otherwise 
provided in the Contract for a cancellation for convenience. 
2.  Cancellation For Convenience By the State.  The State may cancel this Contract 
for its convenience, in whole or part, if the State determines that such a 
cancellation is in the State’s best interest.  Reasons for such cancellation shall be 
left to the sole discretion of the State and may include, but not limited to (a) the 
State no longer needs the services or products specified in the Contract, (b) 
relocation of office, program changes, changes in laws, rules, or regulations make 
implementation of the Contract services no longer practical or feasible, and (c) 
unacceptable prices for additional services requested by the State.  The State may 
cancel the Contract for its convenience, in whole or in part, by giving the Contractor 
written notice 30 days prior to the date of cancellation.  If the State chooses to 
cancel this Contract in part, the charges payable under this Contract shall be 
equitably adjusted to reflect those services that are cancelled. 

TERMS AND CONDITIONS                                      CONTRACT NO. 071B3001357  
G:\common\contract\2003\3001357 
 11
3. Non-Appropriation.  In the event that funds to enable the State to effect continued 
payment under this Contract are not appropriated or otherwise made available.  
The Contractor acknowledges that, if this Contract extends for several fiscal years, 
continuation of this Contract is subject to appropriation or availability of funds for 
this project.  If funds are not appropriated or otherwise made available, the State 
shall have the right to cancel this Contract at the end of the last period for which 
funds have been appropriated or otherwise made available by giving written notice 
of cancellation to the Contractor.  The State shall give the Contractor written notice 
of such non-appropriation or unavailability within 30 days after it receives notice of 
such non-appropriation or unavailability. 
4. Criminal Conviction.  In the event the Contractor, an officer of the Contractor, or an 
owner of a 25% or greater share of the Contractor, is convicted of a criminal 
offense incident to the application for or performance of a State, public or private 
Contract or subcontract; or convicted of a criminal offense including but not limited 
to any of the following: embezzlement, theft, forgery, bribery, falsification or 
destruction of records, receiving stolen property, attempting to influence a public 
employee to breach the ethical conduct standards for State of Michigan 
employees; convicted under State or federal antitrust statutes; or convicted of any 
other criminal offense which in the sole discretion of the State, reflects upon the 
Contractor’s business integrity. 
5. Approvals Rescinded.  The State may terminate this Contract without further 
liability or penalty in the event any final administrative or judicial decision or 
adjudication disapproves a previously approved request for purchase of personal 
services pursuant to Constitution 1963, Article 11, section 5, and Civil Service Rule 
7.  Termination may be in whole or in part and may be immediate as of the date of 
the written notice to Contractor or may be effective as of the date stated in such 
written notice. 
I-FF  NOTICE AND RIGHT TO CURE 
In the event of a curable breach by the Contractor, the State shall provide the Contractor 
written notice of the breach and a time period to cure said breach described in the 
notice.  This section requiring notice and an opportunity to cure shall not be applicable in 
the event of successive or repeated breaches of the same nature or if the State 
determines in its sole discretion that the breach poses a serious and imminent threat to 
the health or safety of any person or the imminent loss, damage or destruction of any 
real or tangible personal property. 
I-GG ELECTRONIC FUNDS TRANSFER 
Electronic transfer of funds is available to State contractors.  Vendors are encouraged to 
register with the State of Michigan Office of Financial Management so the State can 
make payments related to this Contract electronically at www.cpexpress.state.mi.us. 

TERMS AND CONDITIONS                                      CONTRACT NO. 071B3001357  
G:\common\contract\2003\3001357 
 12
I-HH MODIFICATION OF CONTRACT 
Acquisition Services reserves the right to modify this contract at any time during the 
contract term.  Such modification may include changing the locations to be serviced, 
additional locations to be serviced, method or manner of performance of the work, 
number of days service is to be performed, addition or deletion of tasks to be performed, 
addition or deletion of items, and/or any other modifications deemed necessary.  Any 
changes in pricing proposed by the Contractor resulting from the proposed changes are 
subject to acceptance by the State.  Changes may be increases or decreases.  IN THE 
EVENT PRICES ARE NOT ACCEPTABLE TO THE STATE, THE CONTRACT SHALL 
BE SUBJECT TO COMPETITIVE BIDDING BASED UPON THE NEW 
SPECIFICATION. 
I-II UNFAIR LABOR PRACTICES 
Pursuant to 1980 Public Act 278, as amended, MCL 423.231, et seq, the State shall not 
award a Contract or subcontract to an employer whose name appears in the current 
register of employers failing to correct an unfair labor practice compiled pursuant to 
Section 2 of the Act.  A Contractor of the State, in relation to the Contract, shall not enter 
into a Contract with a subcontractor, manufacturer, or supplier whose name appears in 
this register.  Pursuant to Section 4 of 1980 Public Act 278, MCL 423.324, the State may 
void any Contract if, subsequent to award of the Contract, the name of the Contractor as 
an employer, or the name of the subcontractor, manufacturer or supplier of the 
Contractor appears in the register. 
I-JJ  FORM, FUNCTION, AND UTILITY 
If the Contract is for use of more than one State agency and if the good or service 
provided under this Contract do not the meet the form, function, and utility required by a 
State agency, that agency may, subject to State purchasing policies, procure the good or 
service from another source. 
I-KK  CONTRACT PAYMENT SCHEDULE 
 The specific payment schedule for the Contract(s) will be mutually agreed upon by the 
State and the Contractor(s).  The schedule should show payment amount and should 
reflect actual work done by the payment dates, less any penalty cost charges accrued by 
those dates.  As a general policy statements shall be forwarded to the designated 
representative by the 15th day of the following month. 
I-LL PROHIBITED PRODUCTS 
The State will not accept salvage, distressed, outdated or discontinued merchandise.  
Shipping of such merchandise to any State agency, as a result of an order placed 
against the Contract, shall be considered default by the Contractor of the terms and 
conditions of the Contract and may result in cancellation of the Contract by the State.  
The brand and product number offered for all items shall remain consistent for the term 
of the Contract, unless Acquisition Services has approved a change. 

TERMS AND CONDITIONS                                      CONTRACT NO. 071B3001357  
G:\common\contract\2003\3001357 
 13
I-MM  RIGHT TO KNOW ACT (Act 80 of 1986)  
The "Right to Know Act" is intended to provide protection and information to employees 
who encounter hazardous substances in the workplace.  To comply with this act, it is 
necessary that you fulfill the following: 
Labels on all incoming containers of hazardous chemicals must (1) clearly State the 
identity of the contents, (2) display appropriate hazard warning(s), (3) include first aid 
information, and (4) list the name and address of the chemical manufacturer, importer, or 
other responsible party. 
Material Safety Data Sheets must be included with shipment of chemical or hazardous 
material to the receiving State agency.  It is necessary to send this document only on the 
first shipment for each chemical formulation or hazardous material ordered by a specific 
agency except when there has been a change in the formulation of the specified 
chemical or hazardous material, in which case, a revised material safety data sheet shall 
accompany the first shipment of the changed formulation.  It is the responsibility of the 
shipping vendor to maintain this record.  The receiving agency will not accept first 
shipment unless the above is complied with.  It is recommended that OSHA Material 
Safety Data Sheet No. 174 be used. 
I-NN  ASSIGNMENT OF ANTITRUST CAUSE OF ACTION 
 For and in consideration of the opportunity to submit a quotation and other good and 
valuable consideration, the bidder hereby assigns, sells and transfers to the State of 
Michigan all rights, title and interest in and to all causes of action it may have under the 
antitrust laws of the United States or this State for price fixing, which causes of action 
have accrued prior to the date of payment and which relate solely to the particular 
goods, commodities, or services purchased or procured by this State pursuant to this 
transaction. 
I-OO QUALITY ASSURANCE 
The State reserves the right to periodically test products which have been received to 
verify compliance with specifications.  If laboratory analysis shows that the product does 
not meet specifications or fails to perform satisfactorily at any time, the Contractor shall be 
responsible for: 
1.  All costs of testing and laboratory analysis. 
2.  Disposal and/or replacement of all products which fail to meet specifications. 
3.  All costs of repair and/or replacement of equipment deemed to have been damaged 
by substandard products as determined by the State. 

TERMS AND CONDITIONS                                      CONTRACT NO. 071B3001357  
G:\common\contract\2003\3001357 
 14
I-PP INSPECTION  
All goods are subject to inspection and testing.  In the event goods are defective in 
material or workmanship, or otherwise fail to meet the requirements of the Contract, the 
State shall have the right to reject the goods or retain the goods and correct the defects.  
The Contractor shall pay the State for expenses incurred in correcting defects.  Rejected 
goods will be held for 45 days after delivery.  The Contractor must arrange for the return of 
said goods, including paying for handling, packing, and transportation costs.  The State 
has the authority to dispose of the goods without further liability to the State in the event 
the Contractor fails to make arrangements within the specified time period. 

TERMS AND CONDITIONS                                      CONTRACT NO. 071B3001357  
G:\common\contract\2003\3001357 
 15
 SECTION II - GENERAL PROCUREMENT PROCEDURES 
II-A PROCUREMENT 
 The following procedure is required to procure complete New Holland products 
ordered from the State of Michigan “Optional Use” Contract. 
A.  Contact your local New Holland dealer.  If not know, check local yellow pages or 
contact New Holland Government/Fleet Department at 717/355-4977.  The New 
Holland dealer will assist customer in selecting the correct products and factory 
options to satisfy customer requirements, answer any questions regarding product 
specifications, and provide product coding and current State of Michigan Contract 
pricing for the New Holland product. 
B.  Agencies, and Eligible Customers, will issue purchase orders directly to the local 
New Holland Dealer that will service equipment.  The New Holland dealer will 
obtain the product from dealer/field inventory or factory order equipment, perform 
all prep and delivery work and issue invoice for the product directly to agency upon 
delivery.  All payments are to be made directly to the delivering dealership using 
the correct mail code. 
 C.  Purchase Orders must contain the following information: 
 Name of delivering New Holland dealer. 
Complete list of models, product codes and quantity of units. 
Contract pricing for each product (obtained from price sheets or dealer). 
Listing of any/all trade-in equipment with the trade-in allowance provided 
by New Holland dealer. 
II-B TRADE-IN 
 If an Agency has a trade-in machine(s), they should contact the local New Holland 
dealer to obtain value estimate of unit(s).  Multiple dealers may be contacted to 
determine the best value to Agency if necessary.  The dealer offering the best trade-in 
allowance should be selected to purchase the new product.  The Purchase Order for 
the new product must show the State of Michigan Contract price for new product AND 
the trade-in allowance listed separately.  In addition, the New Holland dealer’s invoice 
must show the State of Michigan Contract price for new product AND trade-in 
allowance listed separately. 

TERMS AND CONDITIONS                                      CONTRACT NO. 071B3001357  
G:\common\contract\2003\3001357 
 16
II-C MULTIPLE DISCOUNTS 
 MULTIPLE UNIT PURCHASE DISCOUNT AVAILABLE TO STATE AGENCIES ONLY, 
and are as follows: 
 3 to 5 units  -  Additional 2% discount 
6 or more units – Additional 3% discount 
REQUIREMENTS FOR MULTIPLE UNIT PURCHASE: 
 Product MUST be engine powered, self-propelled units. 
ALL products must be ordered on a single Purchase Order. 
II-D CONTRACTOR CONTACTS 
 Company Address  -  New Holland North America, Inc. 
500 Diller Ave. 
P.O. Box 1895 – Mail Station 248 
New Holland, PA  17557 
Company Contact  -   Robert Jackson 
Government/Fleet Sales Department 
phone: 717/355-1966   fax: 717/355-1487 
II-E ADDITIONAL INFORMATION 
 1.  All discounts are expressed as a percentage discount from Manufacturer’s Current 
Suggested List Price as authorized by Acquisition Services in effect on date of 
Purchase Order. 
2.  Purchase Orders will be issued to the local New Holland dealer to make delivery of 
product.  Upon delivery, New Holland dealer will invoice the Customer/Agency for 
the product.  Customer/Agency will remit payment directly to the delivering dealer. 
 3.  Manufacturer’s new product offerings will be submitted to Acquisition Services for 
approval to add to Contract Listing as product is made available AND appropriate 
discount is agreed upon between Contractor and the State. 
 4.  Field installed tractor attachments (such as front-end loaders, mowers, snow 
blowers, etc.) are shown as a separate item in the State of Michigan Pricing table.  
Service and Repair Parts are not considered a part of this contract. 
 5.  Multiple Unit Pricing Discount is available to State Agencies ONLY. 
 6.  All pricing is F.O.B. Delivered to Agency location by closest available New Holland 
Dealer with the appropriate equipment contract. 
 7.  New Holland standard warranty coverage will apply on all New Holland products 
purchased from this Contract. 
 8.  Cooperative Purchase – This Contract Agreement, with the exception of multiple 
unit discounts, is available to the State of Michigan Extended Purchasing Group. 

TERMS AND CONDITIONS                                      CONTRACT NO. 071B3001357  
G:\common\contract\2003\3001357 
 17
SECTION III – PRICING DISCOUNT SCHEDULE 
ALL PRICES ARE BASED UPON DISCOUNTS OFF MANUFACTURER’S CURRENT PUBLISHED LIST PRICE. 
 STATE OF MICHIGAN PRICING OF NEW HOLLAND EQUIPMENT                         5/22/03 
ITEM DESCRIPTION 
DISCOUNT OFF 
LIST PRICE 
LS Series  Lawn/Yard Tractors  -  15 to 20 HP 
Models  -  LS35, LS45 and LS55  26% 
GT Series  Garden Tractors  -  18 to 22 HP 
Models  -  GT18, GT20 and GT22  23% 
MC Mowers  Commercial Mowers  -  22 to 35 Gross HP 
Models  -  MC22, MC28 and MC35  30% 
TC Tractors  Compact Diesel Tractors  -  17.5 to 28.6 PTO HP 
Models  -  TC18, TC21, TC24, TC29 and TC33  24% 
TC Tractors  Compact Diesel Tractors  -  25.5 PTO HP 
Model  -  TC30  6% 
TC Tractors  Compact Diesel Tractors  -  29.6 to 39.6 PTO HP 
Models  -  TC35, TC40 and TC45  22% 
TN Tractors  All Purpose Tractors  -  42 to 62 PTO HP 
Models  -  TN55, TN55D, TN55S, TN65, TN65D, 
TN65S, TN70, TN70D, TN70S, TN75, TN75D, 
TN75S 
23% 
TB Tractors  Specialty Tractors  -  80 to 90 PTO HP 
Models  -  TB100 and TB110  23% 
TL Standard Tractors  All Purpose Tractors  -  66 to 82 PTO HP 
Models  -  TL80S, TL90S and TL100S  31% 
TL Deluxe Tractors  All Purpose Deluxe Tractors – 66 to 82 PTO HP 
Models  -  TL80D, TL90D and TL100D  32% 
TS-A Tractors  All Purpose Tractors – 80 to 115 PTO HP 
Models  -  TS100A, TS115A, TS125A and TS135A  29% 
TM Tractors  All Purpose Tractors – 95 to 160 PTO HP 
Models  -  TM120, TM130, TM140, TM155. TM175 
and TM190 
33% 
TG Tractors  High Horsepower Tractors 
Models  -  TG210, TG230, TG255 and TG285  28% 
TV140 and TV145  Bi-Directional 4-Wheel Drive Tractors 
Models  -  TV-140 and TV145  20% 
TJ Tractors  Four-Wheel Drive Tractors 
Models  -  TJ275, TJ325, TJ375, TJ425, TJ450, 
TJ500 
27% 
HW Windrowers  Self-Propelled Windrowers – 87 to 166 HP Base 
Unit 
With 12 to 18 foot Headers 
28% 
FX Forage Harvestor  Self-Propelled Forage Harvestor – 360 to 525HP 
Models  -  FX30, FX40 and FX60  23% 
CR Combines  Self-Propelled Twin Rotor Combines – 255 to 370 
HP 
Models  -  CR920, CR940, CR960 and CR970 
26% 
NH Pull Type Impl  New Holland Pull-Type Hay, Forage and Material 
Handling Implements  25% 
Tractor Attachments  Front-End Loaders, Mowers, Snow Blowers, 
Tillers, Blades, Post Hole Diggers and Backhoes  15% 
PLEASE ALLOW 30-180 DAYS FOR DELIVERY 

 PREFERENCE CERTIFICATION 
FAILURE TO COMPLETE AND RETURN THIS FORM MAY DISQUALIFY THE BIDDER 
AUTHORITY:  To comply with Michigan Public Act 237 of 1988, a bidder submitting a bid of 
$100,000 or more must complete Section A OR B below. 
 SECTION A 
I certify that ______________________________________________________ qualifies as a 
Michigan business for the purpose of claiming a reciprocal preference against out-of-state firms.  
During the 12 months immediately preceding this bid deadline or, if the business is newly 
established, for the period the business has been in existence, the business has (check all 
which apply): 
   Filed a Michigan single business tax return showing a portion or all of the income tax 
base allocated or apportioned to the State of Michigan pursuant to the Michigan Single 
Business Tax Act, Act No. 228 of the Public Acts of 1975, being Sections 208.1 to 
208.145 of the Michigan Compiled Laws. 
OR: 
   Filed a Michigan income tax return showing income generated in or attributed 
  to the State of Michigan.  OR: 
   Withheld Michigan income tax from compensation paid to the bidder's owners and 
  remitted the tax to the Department of Treasury. 
I certify that I have personal knowledge of such filing or withholding, that it was more than a 
nominal filing for the purpose of gaining the status of a Michigan business, and that it indicates a 
significant business presence in the state, considering the size of the business and the nature of 
its activities. 
I authorize the Michigan Department of Treasury to verify that the business has or has not met 
the criteria for a Michigan business indicated above and to disclose the verifying information to 
the procuring agency. 
____________________________________________________________________________
_________ 
 Authorized Representative (type or print) Authorized Representative (signature)
 Date 
   ⎜      ⎜ 
   ⎜      ⎜ 
(OR) SECTION B 
I certify that __________________________________________________maintains its 
principal place of business in the State of ________________________________. 
____________________________________________________________________________
_________ 
 Authorized Representative (type or print)   Authorized Representative (signature)
 Date 
     ⎜      ⎜ 
     ⎜       ⎜ 

A BUSINESS THAT PURPOSELY OR WILLFULLY SUBMITS A FALSE CERTIFICATION 
THAT IT IS A MICHIGAN BUSINESS OR FALSELY INDICATES THE STATE IN WHICH IT 
HAS ITS PRINCIPAL PLACE OF BUSINESS IS GUILTY OF A FELONY, PUNISHABLE BY A 
FINE OF NOT LESS THAN $25,000. 
 NON-STATE AGENCY STATEMENT: 
Act Number 431 of the Public Acts of 1984 permits the State of Michigan, Department of 
Management and Budget, to provide purchasing services to local units of government and 
school districts.  As a result of the enactment of this legislation, the Extended Purchasing 
Program has been developed.  This program extends the use of State contracts to program 
members.  The governmental agency must enter into an agreement with the State of Michigan 
to become authorized to participate, thus ensuring that local units of government secure a 
greater return for the expenditure of public funds.  It is the policy of Acquisition Services, 
Department of Management and Budget, that the final approval to utilize any such Contract in 
this manner must come from the Contract vendor. 
In such cases, Contract vendors supply merchandise at the established State of Michigan 
Contract prices and terms.  Inasmuch as these are non-State agencies, all purchase orders will 
be submitted by, invoices will be billed to, and payment will be remitted by the authorized 
Extended Purchasing member on a direct and individual basis in accordance with Contract 
terms. 
Therefore, it is required that all bidders indicate, by checking the appropriate box below, 
whether they will (first box) or will not (second box) honor orders on any Contract resulting from 
this Request for Quotation from State of Michigan authorized Extended Purchasing members.  It 
is the responsibility of the Contractor to ensure the non-State agency is an authorized Extended 
Purchasing member prior to extending the State Contract price. 
BIDDER MUST CHECK ONE BOX BELOW 
 [     ]  Commodities and/or services on this Request for Quotation will be 
supplied to State of Michigan departments and agencies, and authorized 
Extended Purchasing Program members in accordance with the terms 
and prices quoted.  Upon request, a complete listing of eligible 
participants in the Extended Purchasing Program will be provided if this 
option is selected. 
[     ]  Commodities and/or services on the Request for Quotation will not be 
supplied to State of Michigan authorized Extended Purchasing members.  
We will supply to State of Michigan departments and agencies only. 
 Vendor Name 
  Authorized Agent Name (print or type) 
 Authorized Agent Signature