MINISTRY FOR SUSTAINABLE DEVELOPMENT, THE ENVIRONMENT AND CLIMATE CHANGE FORM OF QUOTATION

Similar documents
REQUEST FOR QUOTATION For the Provision of Services By Architects/Civil Engineer

Malta Resources Authority. Call for Quotations

QUOTE FOR THE SUPPLY AND INSTALLATION OF METAL GATES AT TRIQ IL-KUCCARD, HAL SAFI

SPECIFICATIONS AND CONDITIONS FOR THE PROVISION OF GRIT BLASTING SERVICES

Malta Resources Authority. Call for Quotations

Published Call for Quotations QMFA 080/2015

Bidding Documents. Procurement of Cloud-based Mobile CRM with Back-Office Services Education E-Governance PMU. Education & Literacy Department

SPECIAL CONDITIONS FOR THE UPGRADE OF EXISTING MICROSOFT EXCHANGE SERVER 2003 TO MICROSOFT EXCHANGE SERVER 2010

1. Technical Offer Submission Sheet

SERVICES TENDER FOR PAYROLL SERVICES TO MALTA ENTERPRISE AND MALTA INDUSTRIAL PARKS LTD. Participation Fee: No Charge

QUOTATION AND TENDER PROCESS

RFP for the provision of FINANCIAL AUDIT OF THE MG MTI (Market Transformation Initiative SIDA Farmed Fish.

Supplier prequalification Document

Malta Resources Authority Millennia, Aldo Moro Road, Marsa MRS 9065 Malta Telephone: (356) Fax: (356) Call for Quotations

SPECIAL CONDITION OF CONTRACTS

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015

STANDARD TENDER DOCUMENT FOR PROCUREMENT OF INSURANCE SERVICES

INVITATION TO TENDER SUPPY, INSTALLATION AND TRAINING ON THE USAGE OF COMPUTER ASSISTED AUDIT TOOLS & TECHNIQUES (CAAT) TENDER No.

TENDER FOR THE SUPPLY OF ENERGY EFFICIENT LAPTOPS AND REQUIRED SOFTWARE

Provide Maintenance and Supporting Service ( ) for Networking Equipment and Software in HKSTP

BUILDING MAINTENANCE. Tender for Supply and Installation of Inverter Based AC Units (Split Units) for PWD Workshop Store Room and Office

LOCAL COUNCILS ASSOCIATION SIBIT PROJECT

CONTRACT FOR CONSULTANCY SERVICES. Section 1 Form of Contract

TENDER NOTICE. SFI Manufacturing Private Limited (Co. Reg. No R) invites tenders for the following:

TERMS AND CONDITIONS

HIGHER EDUCATION LOANS BOARD HELB/T/09/

PREQUALIFICATION DOCUMENT FOR SUPPLIERS OF GOODS AND SERVICES ITEM:..

INSTRUCTIONS TO BIDDERS

Anglo American Procurement Solutions Site

CONDITIONS OF TENDER TENDER DESCRIPTION : THE CONSTRUCTION, MANAGEMENT AND OPERATION OF READY-MIX CONCRETE BATCHING PLANT AT

TENDER NO. REA/ /NT/060

PROVISION OF GROUP LIFE INSURANCE COVER FOR NATIONAL CONSTRUCTION AUTHORITY STAFF & BOARD MEMBERS OPEN TO INSURANCE UNDERWRITTERS ONLY

TENDER NO. NHC/INS/415/2013 FOR PROVISION OF GROUP LIFE INSURANCE COVER FOR NHC STAFF

Eskom Holdings SOC Ltd s Standard Conditions of Tender

REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO:

ICE Endex Auction Rules for marketing of RWE Gasspeicher s storage capacities at the Storage Epe H-Gas. As of 20 January 2016

CITY OF CHARLOTTETOWN. REQUEST FOR QUOTATIONS SUPPLY AND INSTALL LIGHTING Municipal Parking Garages

PROVISION OF LEGAL SERVICES

North American Development Bank. Model Bidding Document: Procurement of Goods, Works and Services

COUNTY OF TANEY, MISSOURI

TENDER DOCUMENT FOR SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF: LOT1: EMERGENCY VOICE ALARM COMMUNICATION SYSTEM KRA/HQS/NCB-012/

REQUEST FOR PROPOSALS (RFP) PL/RFP/2012/O/034

REQUEST FOR PROPOSAL RFP-20 Fleet Insurance Brokerage Services

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

Request for Proposal (RFP) for Services

Closing Location: AAMDC 2510 Sparrow Drive Nisku, Alberta T9N 8N5

KENYA PLANT HEALTH INSPECTORATE SERVICE (KEPHIS) TENDER FOR PROVISION OF LEGAL SERVICES FOR KEPHIS LAND TITLE DEEDS

LOCAL COUNCILS ASSOCIATION

Request for Quotation

Consultancy Service Tools For Promoting Entrepreneurship In Renewable Energy Access In Rural Areas

Tender Documents. Procurement of Works Medium Contracts (LUMP SUM CONTRACTS)

Request for Quote Number: PRC Baseball Diamond Backstop Re-Fence

Ref. No.: F.1/N.931/CASS/SPA/PSM 6 th November, Quotation for AMC of Bio-Metric Time Attendance Machines installed in the School.

Contents: 1 General. 1 General. 2 Tenderer s obligations. 3 The Procuring Department s undertakings. Republic of Botswana. OF TENDER Feb 2006

REQUEST FOR PROPOSAL FOR ACQUISITION OF INSURANCE COVER FOR THE CENTRAL BANK OF LESOTHO

15 For clarification and other details Please contact: 1. Asst. Manager Please Note:

Tender Document for consulting services for. Zambezi Water Resources Information System (ZAMWIS) Enhancement 2: Spatial Database and Platform

BANK Of ZAMBIA Tender for the Construction of a False Roof and Maintenance of Emergency Staircase at Old Bank of Zambia Building

Contract for Capital Purchase N [reference of the COMPANY]

PROVISION OF GROUP LIFE ASSURANCE AND FUNERAL EXPENSES COVER FOR NON PENSIONABLE STAFF TENDER NO. KRA/HQS/NCB-022/

BUILDING AND CONSTRUCTION AUTHORITY SINGAPORE CONDITIONS OF TENDER

KENYA NATIONAL BUREAU OF STATISTICS P.O. BOX NAIROBI TENDER NO. KNBS/T/30/ FOR PROVISION OF GOOGLE APP SERVICES

STANDARD PRE-QUALIFICATION DOCUMENT FOR THE PROCUREMENT OF WORKS (MAJOR CONTRACTS)

Certificate of Entitlement (COE) Bidding Agreement. VENDOR S NAME (Addresses and details of Head Office and Branch Office)

NATIONAL INDUSTRIAL TRAINING AUTHORITY

Renovation of Bathroom/Showers at MEPA, St. Francis Ravelin, Floriana (Ref: QT04/2015)

TENDER DOCUMENT FOR RISK MANAGEMENT POLICY (ALM Policy and Hedging Policy)

STATE BANK OF INDIA LOCAL HEAD OFFICE CHENNAI

JUST INVEST VIRTUAL OFFICE AGREEMENT

Village of Nakusp RFQ Source Protection Plan

BANKA SOCIETE GENERALE ALBANIA

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

REPUBLIC OF KENYA MINISTRY OF FOREIGN AFFAIRS AND INTERNATIONAL TRADE PRE-QUALIFICATION/REGISTRATION OF SUPPLIERS FY /

International Peace Support Training Centre Westwood Park P O Box Karen, Kenya

REQUEST FOR PROPOSAL FOR GYM AND RECREATIONAL FACILITITY MANAGEMENT SERVICES

KENYA MEDICAL TRAINING COLLEGE

Prequalification Document for Procurement of Works

PREQUALIFICATION DOCUMENT FOR PROVISION OF WEBSITE HOSTING AND MAINTENANCE SERVICES - TENDER NO KENAS NO/19/2013/2015

GENERAL SERVICES QUOTE FOR THE

Standard Bidding Documents. Procurement of Works

Request for Proposal Scanning of Policy and non policy documents at SBI Life HO

SUPPLY, DELIVERY, INSTALLATION AND COMMISSIONING OF ENTERPRISE RISK MANAGEMENT SOFTWARE.

KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT FOR INSURANCE BROKERAGE SERVICES FOR WORK INJURY BENEFITS ACT (WIBA) FOR YEAR 2014/2015

SUBSIDIARY LEGISLATION MOTOR VEHICLES INSURANCE REGULATIONS

SANITARY SECTION IIT Kharagpur

UNIVERSITY OF NAIROBI STANDARD TENDER DOCUMENT FOR SUPPLY, INSTALLATION AND COMMISSIONING OF EQUIPMENT

REPUBLIC OF MALTA. Commissioning of Scaffolding at Palazzo Parisio, Merchant Street and Melita Street, Valletta

Published Call for Quotations QMFA 043/2015

COUNTY OF COLE JEFFERSON CITY, MISSOURI

REQUEST FOR QUOTATIONS

Registration Form for DCB Business Internet Banking

REQUEST FOR PROPOSAL RFP Services. Ref: UIS-RFP (Please quote this UNESCO reference in all correspondence)

BUILDING AGREEMENT. between: ( the Owner ) and. ( the Builder )

D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSTRUCTIONS TO BIDDERS

TRUSTEES OF THE GOVERNOR WILLIAM STOUGHTON TRUST REQUEST FOR QUOTES FOR THE PROCUREMENT OF APPRAISAL SERVICES

Company means Jupiter Global Ltd., a member of the Hong Kong Association of Freight Forwarding and Logistics Limited trading under these Conditions.

REQUEST FOR PROPOSALS FOR A DOCUMENT MANAGEMENT SYSTEM

ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION

ARTWORK COMMISSION AGREEMENT

Video Production Services for the Ontario College of Trades (the College)

Transcription:

MINISTRY FOR SUSTAINABLE DEVELOPMENT, THE ENVIRONMENT AND CLIMATE CHANGE FORM OF QUOTATION Request for Quotations for the Installation of a Hoist/Goods Lift (partially incorporating Existing Material/Structure) in the Sample Laboratory at the Department of Fisheries & Aquaculture in Ghammieri, Ingieret Road, Marsa FREE OF CHARGE Closing Date 15/07/2014 1. With reference to Quotation : 27/2014 issued by the Director General, Fisheries and Aquaculture on the 1st July 2014 and in terms of the conditions therein mentioned and those thereto attached, I/we offer and bind myself/ourselves to carry out the works detailed on the Schedule of Rates and Prices in accordance with the specifications and conditions relating thereto: i) For the sum of (in words ) 2. I/We hereby acknowledge that I/We are fully cognizant of the contents of the aforesaid specifications and conditions of quotation. 4. I/we hereby undertake that this quotation will not be retracted or withdrawn for a period of Three (3) calendar months from the date of expiration of the period fixed for its delivery, inclusively but shall remain binding and may be accepted by Government at any time during the said period of Three (3) calendar months. Name ID (in Block Letters) Signature Date 1

1.0 Scope of Quotation 1.1 Introduction 1.1.1 This call for quotations, which is being issued by the Department of Fisheries and Aquaculture, hereinafter referred to as the Contracting Authority is for the Installation of a Hoist/Goods Lift (partially incorporating Existing Material/Structure) in the Sample Laboratory at the Department of Fisheries & Aquaculture in Ghammieri of the MSDEC. 1.1.2 The delivery period shall be a maximum of twenty working days from date of the Letter of Acceptance. If the bidder fails to declare the delivery period where indicated on the Schedule of Prices and Rates, it shall be construed that the delivery period quoted above has been accepted. 1.1.3 A sample quotation document in PDF format is available for viewing and downloading on the Ministry for Sustainable Development Environment and Climate Change website, http://www.msdec.gov.mt 1.1.4 This Document can also be collected, free of charge, from the Permanent Secretariat Offices, Procurement and Supplies Section, 6, Qormi Road, St. Venera SVR 1301 on any working day between 8:30 am and 12:00 noon. 1.1.5 In carrying out his/her obligations in pursuance of this, the tenderer shall ensure the applications of the principal of gender equality and shall thus inter alia refrain from discriminating on the grounds of gender, marital status of family responsibilities. Tenderers are to ensure that these principles are manifest in the organigram of the company where the principles aforementioned, including the selection criteria for access to all jobs or posts, at all levels of the occupation hierarchy are amply proven. In this document words importing one gender shall also include the other gender. 1.2 Quotation Documentation 1.2.1 Each submission for quotation must clearly indicate the details of the contractor responsible for such activity and rates and prices inclusive of VAT and all other charges as may be applicable. 1.2.2 A form entitled Schedule of Rates forms part of this quotation document. Prospective bidders are requested to complete the form, quoting unit prices inclusive of Customs Duty, Eco-Contribution, VAT, and any other charges, as and where applicable as required in the schedule of rates. This form must be filled in and submitted with the quotation document. Failure to fill in the form completely, or a form with incomplete information, or a form containing ambiguous financial information (e.g. rates, totals etc.) may disqualify the quotation submission. 1.2.3 Bidders shall complete the attached Quotation Form as required, also confirming their undertaking that their application will not be retracted or withdrawn for a period of three (3) calendar months from the closing date for the submission of applications. 1.2.4 Rates quoted should be in Euro. The quoted rates shall be fixed and no allowance will be made for any fluctuation or for any increase or decrease in the cost of labour and any other expenses. Each quotation submitted must be duly signed and stamped by an authorised representative of the Company. 2.0 Quotation Process 2.1 Method of submission 2.1.1 Quotations shall be submitted by the time and date indicated in the Government Gazette. Quotations are to be delivered to the following address: Ministry for Sustainable Development, the Environment and Climate Change Procurement and Supplies Section 6, Qormi Road St. Venera SVR 1301 2

Late submissions will not be accepted. Quotations should be closed in sealed opaque envelopes with the Quotation and Closing Date clearly marked on them and deposited in the quotation box by the time and date set for the submission of quotations. 2.1.2 The offers, all correspondence and documents related to the quotation exchanged by the bidder and the Contracting Authority must be written in the language of the procedure. 2.1.3 Each quotation submitted must be duly signed by the bidder and, in the case of a Registered Company, stamped and signed by an authorised representative of the Company. 2.1.4 In the Schedule of Rates, prices will be entered in the appropriate columns in Euro currency. The quotation evaluation committee will correct any mathematical errors that may be found in any offer as follows: i. where there is a discrepancy between amounts in figures and in words, the amount in words will prevail; and ii. where there is a discrepancy between the unit rate and the total amount derived from the multiplication of the unit and the quantity, the unit rate as tendered will prevail. 2.1.5 By submitting their offers, bidders shall be deemed: i) To have understood and accepted all the contents of the quotation document including any clarification letters that may have been issued during the tendering period; and ii) To be in a position to carry out all the services included in the quotation document. Bidders are required to endorse any clarification letter issued during the tendering period and to attach them to their submitted quotation. 2.1.6 It is the bidders sole responsibility to: i) read and understand the quotation document, and that their offer is made in accordance therewith; ii) familiarise themselves with the local conditions under which the contract is to operate, and to correlate their observations with the requirements of the contract; iii) base their offer upon the systems, and equipment required for the execution of the contract without exceptions. 2.1.7 Alternative proposals may be submitted. However, no alternative proposal will be considered unless a quotation strictly on the basis of this document is also submitted. If the bidder does decide to submit an alternative proposal, it must be accompanied by supporting information. Any alternative proposal involving modifications or qualifications to this document will be assessed on its merits and, if considered valid, may be accepted without recourse to re-tendering. 2.1.8 Cost of preparing tender No cost incurred by the tenderer in preparing and submitting the tender are reimbursable. All such cost will be borne by the tenderer. 2.1.9 Ownership of tenders The contracting Authority retains ownership of all tenders received under this tender procedure. Consequently, tenderers have no rights to have their tenders returned to them. 2.2 Award of Quotation 2.2.1 The Contracting Authority reserves the right to accept or reject any offer, even the most advantageous one, and to annul the tendering process and reject all quotations, at any time prior to the award of Contract, without thereby incurring any liability to the affected bidders. In so doing the Contracting Authority shall not 3

be liable to give any reason whatsoever. The Contracting Authority reserves the right to award the Quotation to more than one contractor. 2.2.2 The Contracting Authority shall base its consideration on the lowest priced offer compliant with specifications listed in clause 3. However it shall not be bound to accept the lowest or any quotation, and will not accept responsibility for any expense or loss which may be incurred by any bidder in the preparation of his quotation or the execution of any ensuing contract to perform the works. In so doing the Contracting Authority shall not be liable to give any reason whatsoever 2.1.3 Subject to Clauses 2.2.1 and 2.2.2, the Contracting Authority will issue a Letter of Acceptance for a Contract for the services detailed in this quotation document to the bidder whose offer has been determined to be substantially responsive to the quotation documents and who has quoted the most favourable tender rates. 2.2.4 This quotation will be awarded to the lowest priced offer fully compliant with the quotation specifications. For award, each item shall be considered individually, hence the quotation may be awarded partly to more than one tenderer depending on the price of each item. Because of this, bidders may quote for one or more items. 2.2.5 Contractors will be informed by the Contracting Authority of the award of quotation via the e-mail address submitted by Bidders in Details of Bidders Form. Bidders are obliged to reply immediately by sending a return receipt via e-mail in order to confirm that the original message was received. If the reply is not sent by contractors, the Contracting Authority will not be held responsible for any failure on the contractor s part 3.0 Specifications and Special Conditions 3.1 This quotation is for the Installation of a Hoist/Goods Lift (partially incorporating Existing Material/Structure) in the Sample Laboratory at the Department of Fisheries & Aquaculture in Ghammieri of the MSDEC. The following are the required technical specifications: 3.2 Goods lift/ hoist must be compliant with Product Safety Act Cap 427 LN 147 of 2009 and with Subsidiary Legislation 424.05 Work Places (Hoists and Lifts) Regulations LN 47 of 1964 as amended by Act XLIV of 1965; LN 48 of 1967 and 50 of 1982 and Act XXVII of 2000 3.3 Installer to produce proposal using already installed equipment 3.4 Installer must produce all documentation related to CE Mark 3.5 Installer must produce Declaration of Conformity 3.6 Potential installers shall inspect the site and the equipment already installed and they shall be instructed on what is needed. A site visit shall be organised so that those interested can attend 3.7 Four guides constructed in galvanised steel (angle iron) covered on all four sides with galvanised steel mesh with holes small enough to prevent introduction of fingers and other parts of the body 3.8 Two gates, one at ground level and one at first floor level should be installed and equipped with limit switches to stop hoist operation when opened. The gates should allow easy loading and unloading to/from the existing platform. 3.9 A lockable gate at the bottom of the machine should be included for easier cleaning 3.10 Controls should be located both at ground floor and at first floor and must include emergency stop buttons 3.11 The existing carrier/platform must be covered with galvanised steel mesh to prevent goods from falling between carriage and the sides of the mesh 3.12 Prospective bidders are required to submit detailed drawings of their proposal together with the submission of their quotation. 4

4.0 General Conditions 4.1 Additional information before the deadline for submission of tenders Bidders may submit queries by email to the following email address up to 8 th July 2014 till 10.00am indicating the Quotation and contract title: Contact name: Address: Email Mr. Walter Attard Procurement and Supplies Directorate contracts.msdec@gov.mt Reply to queries may be viewed from web site http://www.msdec.gov.mt Any prospective bidders seeking to arrange individual meetings with the Contracting Authority concerning this contract during the tendering period may be excluded from the quotation procedure 4.2 Alteration or withdrawal of Quotation Bidders may alter or withdrawn their offers by written notification prior the deadline for submission of quotations. No offers may be altered after this deadline. Any such notification of alteration or withdrawal shall be prepared and submitted in accordance with the Public Contracts Regulations 2005 (L.N. 299/2003). The outer envelope (and the relevant inner envelope) must be marked Alteration or Withdrawal as appropriate 4.3 Arbitration Any dispute, controversy or claim arising out of or relating to this contract, or breach, termination or invalidity thereof, shall be settled by arbitration in accordance with the rules of the Malta Arbitration Centre as at present in force. Any reference in the attached General Conditions to other arbitration procedures shall not apply. 4.4 Trading License Local bidders are requested to quote a valid Trading License number relative to the nature of the business or trade and which must also be related to the nature of the service/business covered by this contract in the appropriate space provided in the Details of Bidder. Failure to submit these details may invalidate the offer. Local bidders are also requested to quote their VAT Registration Number. 4.5 Occupational Health and Safety a. The contractor shall assume full responsibility and accountability, according to the current legislation, concerning the Health and Safety of his/her employees and/or his/her sub-contractors, including any third parties involved in the execution of this contract. b. The contractor shall be bound to conform with the Occupational Health and Safety Authority Act 2000 (Cap 424) and to all regulations/legal notice that form part of this Act; as well as any other national legislation, regulations, standards, and/or codes of practices in effect during the execution of the contract, regarding health-and-safety issues, as they apply for the contractor s particular operating situation and nature of work activities. 5

4.6 Addenda Addenda will be uploaded to website http://www.msdec.gov.mt No addenda will be issued later than three (3) days prior to the closing date of receipt of quotations except an addendum postponing the date for receipt of quotations or withdrawing the request for quotations. Prospective bidders shall ascertain, prior to submitting their quotations that they have received all addenda issued and shall acknowledge their receipt in their quotation. Each bidder shall ascertain, prior to submitting his Quotation, that he has received all addenda issued, and shall acknowledge their receipt in his Quotation. 4.7 Insurance The Contractor shall insure and indemnify the Government against all claims by third parties and for all injury to workmen or others. 4.8 Payments to Contractor The terms of Legal Notice 272/2012 shall be applicable with regards to payments by the Contracting Authority to the Contractor. These terms overrule payment terms specified in the General Conditions. 4.9 Data Protection The information furnished on this quotation document would be processed in accordance to the Data Protection Act 2001. The contents of this document are confidential and intended solely for the use of Contracting Authority, and will not be disclosed or copied without applicant s consent to anyone outside the Ministry for Resources and Rural Affairs unless permitted by the law 4.10 Performance of Contractor The officer in charge of this contract would be monitoring and assessing the contractor s performance throughout the execution of the contract. The contractor s assessment would be kept and analysed by the Quality Assurance Unit for use by the Ministry for Sustainable Development, the Environment and Climate Change in evaluating the Contractor s capabilities and performance. This evaluation may also be used in respect of recommendations that are made for the award of future contracts issued by the Ministry for Sustainable Development, the Environment and Climate Change. 4.11 General Conditions The full set of General Conditions for Supply / Works / Services Contracts (Versions 1.02 and 1.03 dated 1 December 2011 and 26 th April 2013) can be viewed/downloaded from: www.contracts.gov.mt/conditions It is hereby construed that the tenderers have availed themselves of these general conditions, and have read and accepted in full and without reservation the conditions outlined therein, and are therefore waiving any standard terms and conditions which they may have.. These general conditions will form an integral part of the contract that will be signed with the successful tenderer/s. 6

SCHEDULE OF PRICES and Rates Item Description Quantity Total Amount (Inc VAT) 1 Installation of a Hoist/Goods Lift (partiallyincorporating Existing Material/Structure) in the Sample Laboratory at the Department of Fisheries & Aquaculture in Ghammieri of the MSDEC. 1 TOTAL QUOTED PRICE (INCLUDING VAT) Tenderer s Declarations: I hereby declare that: 1 I am in a position to finalise the required works: within a maximum period of twenty working from date of Letter of Acceptance. 2 Any equipment I am offering is covered by a guarantee of 2 years 3 I also guarantee a minimum three (3) years after sales services and availability of spare parts. Name of Tenderer: Date: I.D. No.: Signature: 7

MINISTRY FOR SUSTAINABLE DEVELOPMENT, THE ENVIRONMENT ANDCLIMATE CHANGE PROCUREMENT AND SUPPLIES DIRECTORATE Details of Bidder Name of Bidder (in Block letters) Address Trading Licence Valid Up to E-mail Address _ Tel. /s. Fax /s. Mobile /s. VAT Registration. Signature Date I. D. Card. 8