BID PROPOSAL G EVC South Campus Development Fixed Lecture Tables

Size: px
Start display at page:

Download "BID PROPOSAL G EVC South Campus Development Fixed Lecture Tables"

Transcription

1 SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT BID PROPOSAL G EVC South Campus Development Fixed Lecture Tables Opening Time & Date 3:00 P.M June 24, 2015 Opening Location District Purchasing Department San Jose/Evergreen Community College District 40 South Market San Jose, CA Contact Cindy Giesing, Purchasing Agent (408) ********************************************************************************************************************************* EACH PROSPECTIVE BIDDER MUST SUBMIT AN INTERESTED BIDDER to Cindy Giesing, Purchasing Agent (408) with copy to Landon Stoddard, Gilbane Project Engineer at to receive the Bid Packet and to be included in future communications about this project. Use the following format: Subject Line: Interested Bidder for G EVC SCD Fixed Lecture Tables Body: We are interested in the following project: G EVC SCD Fixed Lecture Tables Company Name: Address: Phone: Contact Person Company Name: Address: Phone: ********************************************************************************************************************************* It is the policy of the San Jose/Evergreen Community College District that no person or firm shall be excluded from participation in, denied the benefits of, or otherwise be discriminated against in the award and performance of any District contract on the grounds of race, creed, color, national origin, age, sex, or sexual orientation; and that barriers to effective participation traditionally encountered by minorities and females be minimized.

2 SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT TABLE OF CONTENTS This Bid Proposal packet includes the following documents: - Cover -Table of Contents Page 2 - Notice to Bidders Page 3 - Instructions to Bidders Page 4 - Bid Specifications Page 10 - Drawings & Materials List Attachment A - Bid Question Form Page 13 - Bid Proposal Form Page 14 - Proposed Subcontractors Form Page 18 - Workers Compensation Certification Form Page 20 - Drug Free Workplace Certification Form Page 21 - Construction Careers Agreement, including Attachment B Appendix A (Agreement to be Bound) Form and Appendix B (Notice to Contractors) Form - Small Disadvantaged Business Utilization Form Page 23 - Statement of Non-Collusion Form Page 25 - Certificate of Non-Discrimination By Suppliers Form Page 26 - Bidder's References Form Page 27 - Bidder Business Structure Form Page 28 - W9 Form - Business Enterprise Certification Form Page 30 - Insurance Indemnity Requirements Page 31 - Sample Independent Contractor Agreement Attachment C In order to preserve uniformity and to facilitate the award of the bid proposal, no bid proposals will be considered unless made upon forms furnished by the San Jose/Evergreen Community College District. Removal of any part may invalidate the bid. Bid Proposal G EVC South Campus Development Fixed Tables Page 2

3 SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT NOTICE TO BIDDERS The San Jose/Evergreen Community College District, 40 South Market Street San Jose, California hereby invites sealed proposals for the following: BID G EVC SCD Fixed Lecture Tables Bid packets must be obtained from District Purchasing. All prospective bidders must contact Cindy Giesing to request Bid Documents in order to be on the Distribution List for future communications about this project: (408) Completed proposals shall be made on forms and be in accordance with bid conditions and specifications prepared by the District. The District will receive sealed proposals with the bid number and name referenced on the outside at the District Office, 1st Floor Reception Desk, 40 South Market Street, San Jose, CA at 3:00 p.m. on June 24, Advertise: 06/08/15 & 06/15/15 Board of Trustees San Jose/Evergreen Community College District Bid Proposal G EVC South Campus Development Fixed Tables Page 3

4 INTRODUCTION AND BACKGROUND: SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT INSTRUCTIONS TO BIDDERS Evergreen Valley College is one of two campuses served by the San Jose Evergreen Community College District. The District has received Measure G2010 bond funding to improve the educational experience by upgrading existing facilities and constructing new facilities. At Evergreen Valley College, the South Campus Development (a new Math/Science complex, including classrooms, lab space, and a fitness center) is currently under construction. Included are three auditorium style lecture halls. This bid is to provide and install fixed tables in the three lecture halls. Installation labor will be covered under our Bond Projects Labor Agreement, the Construction Careers Agreement. Installation must be coordinated with the overall building construction schedule, and the fixed tables must be installed by December 1. Consequently, time is of the essence in the purchase and installation of the items on this bid San Jose/Evergreen Community College District is also referred to as SJ/ECCD. South Campus Development is also referred to as SCD. BID CALENDAR: Notice to Bidders published..june 8 & 15 Questions due by before.june 18 at 5:00 pm Final Addendum (if needed) issued.june 20 Bid Due Date.June 24 at 3:00 pm Notice of Intent to Award..June 30 Board of Trustees Award..July 14 Notice of Award..July 15 Purchase Order issued..july 21 (field verification, factory order, shipment, delivery and installation) INSTALLATION COMPLETE.October 23 OCCUPANCY READY (Punch list items complete).november 30 Bid Proposal G EVC South Campus Development Fixed Tables Page 4

5 BID MATERIALS AND INFORMATION: This bid and all subsequent documents may only be obtained from and questions directed to: Cindy Giesing, Purchasing Agent San Jose/Evergreen Community College District 40 South Market St San Jose, CA (408) (408) FAX ***************************************************************************************************************************** In order to receive the Bid Packet and to be included in future communications about this project, EACH PROSPECTIVE BIDDER MUST SUBMIT AN INTERESTED BIDDER to Cindy Giesing, Purchasing Agent (408) with copy to Landon Stoddard, Gilbane Project Engineer at Use the following format: Subject Line: Interested Bidder for G EVC SCD Fixed Lecture Tables Body: We are interested in the following project: G EVC SCD Fixed Lecture Tables Company Name: Address: Phone: Contact Person Company Name: Address: Phone: Bid documents, including floor plan drawings, are available for download from the District Purchasing web page: ***************************************************************************************************************************** EXAMINATION OF BID DOCUMENTS: Before submitting a bid, the bidder shall thoroughly familiarize himself with all bid documents referred to in the Bid Proposal, and any addenda issued before the bid opening. Such addenda shall form part of the bid response. It shall be the bidder's responsibility to ascertain that his bid takes into account all information contained in addenda issued prior to the bid opening. EXAMINATION OF ACTUAL CONDITIONS: The bidder must satisfy himself by personal examination and by such other means as the bidder may prefer as to the actual conditions and requirements under which the bid shall be made. Such examination must be upon the notification and approval of the District Purchasing Department. QUESTIONS AND ADDENDA: If, after inspection and examination by the bidder, there are any existing conditions or requirements of the bid which are not completely understood by the bidder, he shall submit a Bid Question Form to the District Purchasing Department. All Bid Question Forms must be ed to Cindy Giesing at cynthia.giesing@sjeccd.edu with copy to Landon Stoddard at lstoddard@gilbaneco.com by 5:00 pm on June 18, Questions will be answered by Addendum. All Addenda will be shared with all Interested Bidders. Any Addenda issued during the time of bidding shall form a part of the Bid Proposal Packet issued to bidders for the preparation of their proposals and shall constitute a part of the contract documents. When submitting a Bid, each Bidder must acknowledge receipt of all Addenda by initialing the appropriate line on the Bid Proposal Form. Bid Proposal G EVC South Campus Development Fixed Tables Page 5

6 BID PROPOSAL FORMS In order to preserve uniformity and to facilitate the award of Purchase Orders, no bids will be considered unless made upon forms furnished by the SJ/ECCD. No telegraphic or telephonic proposal or modifications will be considered. Bid Proposal must include this Bid Packet filled out in its entirety. Any additional documents must be attached to the back of this Bid Proposal. All information required by the bid forms must be completely and accurately provided. Numbers shall be stated in both words and in figures. Conflicts between a number as stated in words and in figures are governed by the words. All prices and notations must be typed or written in ink. Bids must not be written in pencil. Mistakes may be crossed out and correction inserted in adjacent, but the correction must be initialed in ink by the person signing the proposal. No corrections or changes can be made after the time for opening bids. Signatures of all individuals must be in long hand. Statements or communications which serve to qualify the bid may void such bid as to the items qualified. Partially completed Bid Proposals or Bid Proposals submitted on other than the bid forms included herein shall be deemed non-responsive and will be rejected. Bid proposals not conforming to these Instructions to Bidders and the Notice to Bidders may be deemed non-responsive and rejected. BID SUBMISSION: Bid Proposals shall be submitted to security personnel at the reception desk at the SJECCD District Office, 40 South Market St., San Jose, CA before the date and time specified in the Notice to Bidders. No late bids will be accepted. Bid proposals submitted after the advertised Bid Due Date and Time are non-responsive and will be returned to the Bidder unopened. Whether bids are sent by mail or delivered in person, the bidder shall be responsible for the delivery of the bid to the District Purchasing Department, San Jose/Evergreen Community College District, 40 South Market St., San Jose, CA on or before the advertised date and hour for the opening of the bid. If the mail or personal delivery is delayed beyond the date and hour set for the bid opening, such delayed bids shall not be considered and shall be returned unopened. The Bid Proposal shall be submitted in a sealed envelope bearing on the outside the Bidder s name and address along with an identification of the Work for which the Bid Proposal is submitted. Bidders must submit one (1) original (hard copy) of their respective response to this RFP. DOCUMENTS ACCOMPANYING BID PROPOSAL FORM: The following forms must be submitted with the Bid Proposal Form: a. Proposed Subcontractors Form b. Workers Compensation Certification Form c. Drug Free Workplace Certification Form d. Construction Careers Agreement Appendix A e. Construction Careers Agreement Appendix B f. Small Disadvantaged Business utilization Form g. Statement of Non Collusion Form h. Certificate of Non-Discrimination by Suppliers Form i. Bidder s References Form j. Bidder Business Structure Form k. W9 Form l. Business Enterprise Certification Form Bid Proposal G EVC South Campus Development Fixed Tables Page 6

7 In addition, if Bidder is proposing an or equal product substitution, Product Substitution Information must be included (See Product Substitution Information below). Attach any Vendor Quotes after the above required forms. ACCEPTANCE, CHANGES, REJECTION OR WITHDRAWAL OF BIDS: The Bid Proposal submitted by the Bidder shall remain open and valid and shall be subject to acceptance by SJ/ECCD for ninety (90) days after the bid opening date. Changes to a bid shall not be allowed after bid opening. The bidder may withdraw their bid at any time before the bid opening. In no case may a bid be withdrawn after the bid opening date without express approval from the Governing Board of the San Jose/Evergreen Community College District. Request for withdrawal of a bid must be submitted in writing by the bidder to SJ/ECCD. AWARD OF CONTRACT: The San Jose/Evergreen Community College District reserves the right to reject any and all bids or to waive any informality and/or irregularity in any Bid Proposal or in the bidding procedure. The District reserves the right to be the sole judge of the acceptability of a quoted product. Award of the bid shall be made to the lowest responsive bidder offering material meeting all specifications, terms and conditions specified herein as determined by the San Jose/Evergreen Community College District. This bid will be awarded in the best interest of the District. After Bid Proposals are received, opened, and evaluated, the District will issue a Notice of Intent to Award to the selected vendor. The District will prepare an Independent Contractor Agreement (ICA) with the selected vendor and will present to the Board of Trustees for official award at their next regularly scheduled meeting. INVOICING AND PAYMENT: One hundred percent (100%) of payments will be processed through SJ/ECCD's normal accounts payment process. Invoices must be submitted to the District and must reference this Bid number and the resulting purchase order number. Materials and their proper installation must be certified by Gilbane project management prior to processing of the invoice for payment. EVIDENCE OF RESPONSIBILITY: Upon the request of SJ/ECCD, a bidder shall submit to SJ/ECCD, within five (5) days after request, satisfactory evidence showing the bidder's financial resources, the bidder's experience in the type of work required by the District, the bidder's organization available for the performance of the contract and any other required evidence of the bidder's qualification to perform the proposed contract. The district may consider such evidence before making its decision awarding the bid. Failure to submit evidence of a bidder's responsibility to perform may result in rejection of the bid. BIDDERS INTERESTED IN MORE THAN ONE BID PROPOSAL; NON-COLLUSION DECLARATION: No person, firm, corporation or other entity shall submit or be interested in more than one Bid Proposal for the same Work, provided, however, a person, firm or corporation that has submitted a sub-proposal to a Bidder or who has quoted prices for materials to a Bidder is not thereby disqualified from submitting a sub-proposal, quoting prices to other Bidders or submitting a Bid Proposal for the proposed Work to the District. Bid Proposal G EVC South Campus Development Fixed Tables Page 7

8 PROJECT WORKFORCE, INCLUDING INSTALLATION SUBCONTRACTORS: Designation of Subcontractors; Subcontractors List. Each Bidder shall submit a list of its proposed Subcontractors (with the location of business and the contractor s license numbers) for the proposed Work as required by the Subletting and Subcontracting Fair Practices Act (California Public Contract Code ) on the form furnished. The failure of any Bid Proposal to include all information required by the Subcontractors List will result in rejection of the Bid Proposal for non-responsiveness. Work of Subcontractors. All Contract Documents are intended to be complementary and the organization or arrangement of the Specifications and Drawings shall not limit the extent of the Work of the Contract Documents. Accordingly, all Bidders are encouraged to disseminate all of the Specifications, Drawings, and other Contract Documents to all persons or entities submitting sub-ids to the Bidder. The omission of any portion or item of Work from the Bid Proposal or from the sub-bidders sub-bids which is/are necessary to produce the intended results and/or which are reasonably inferable from the Contract Documents shall not be a basis for adjustment of the Contract Price of the Contract Time. Workers Compensation Insurance. Pursuant to California Labor code 3700, the successful Bidder and its subcontractor shall secure Workers compensation insurance for its employees engaged in the Work of the Contract. Subcontractor s License. No bid Proposal will be considered from a Bidder whose installation Subcontractor, at the time Bid Proposals are opened, is not licensed to perform the Work of the Contract Documents, in accordance with the Contractors License Law, California Business & Professions Code This requirement will not be waived by the District or its Board of Trustees. Contractor s Registration. No Bid Proposal will be considered from a Bidder who, at the time Bid Proposals are opened, is not registered with the California Department of Industrial Relations to perform work on public projects, in accordance with Labor code and All Subcontractors identified in a Bidder s Subcontractor List shall be DIR Registered Contractors. If awarded the Contract for the Work, at all times during performance of the Work, the Bidder and all Subcontractors, of any tier, shall be DIR Registered Contractors. Anti-discrimination. It is the policy of the District that there be no discrimination against any prospective or active employee engaged in the Work because of race, creed, color, national origin or ancestry, sex, gender, gender identity, gender expression, age, medical condition, genetic information, physical disability, mental disability, or sexual orientation. All Bidders agree to comply with the District s anti-discrimination policy and all applicable Federal and California anti-discrimination laws including by not limit to the California Fair Employment & Housing Act beginning with California Government Code and California Labor Code In addition, all Bidders agree to require like compliance by any Subcontractor employed by them on the work of the contract. Compliance with Immigration Reform and Control Act of The Bidder is solely and exclusively responsible for employment of individuals for the Work of the Contract in conformity with the immigration Reform and Control Act of 1986, 8 USC 1101 et seq. (the IRCA ); the successful Bidder shall also require that any person or entity employing labor in connection with any of the Work of the Contract shall so similarly comply with the IRCA. Drug Free Workplace Certificate. In accordance with California Government Code , the Drug Free Workplace Act of 1990, the Bidder is required to execute the Drug Free Workplace Certificate and submit with his Bid Proposal. The successful Bidder will be required to implement and take the affirmative action measures outlined in the Drug Free workplace Certificate and in California Government Code Failure of the successful Bidder to comply with the measures outlined in the Drug Free Workplace Certificate and in California Government Code 8350 et seq. may result in penalties, including without limitation, the termination of the Agreement, the suspension of any payment of the Contract Price otherwise due under the Contract Documents and/or debarment of the successful Bidder. Bid Proposal G EVC South Campus Development Fixed Tables Page 8

9 Construction Careers Agreement. All Bidders must submit with their Bid Proposal executed copies of the Construction Careers Agreement s Appendix A Agreement to be Bound and Appendix B Construction Technology Program Agreement of Contractors for each company on their Proposed Subcontractor s List. Note: All tiers of Subcontractors, whether required to be listed by statute or not, shall execute both Appendix A Agreement to be Bound and Appendix B -Construction Technology Program Agreement of Contractors of the Construction Careers Agreement, as well as the Contractor Work-Assignment Form included at the end of this Section, prior to the beginning of any work. Bid Proposal G EVC South Campus Development Fixed Tables Page 9

10 SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT BID SPECIFICATIONS PRODUCT: KI Seminar tables have been chosen for this installation. A listing of required materials (provided by KI) is provide in Attachment A. Also provided are floor plan drawings, including product detail and installation notes. Finishes, trim, edging and other details will be determined after the vendor is selected. OR EQUAL : A Bidder may submit a bid for product different than the product specified provided that the proposed substitute product is equal in quality and utility. A Bidder proposing substitute product must provide complete information to support the quality and utility of the proposed substitution. The following information (at minimum) must be included with the Bid Proposal: 1. Detailed materials listing, including quantity of each item 2. Installation drawings of floor plan layout with product dimensions & detail 3. Product and material details, including illustrations, specifications, and warranty 4. Reference example(s) of installation using the quoted product, preferably in the Bay area and/or in a higher education setting The District shall be the sole judge of the acceptability of any proposed substitute quoted. Samples: If the bidder is bidding on a brand mentioned as a standard of quality and utility, a sample need not be submitted unless otherwise specified. If the bidder is bidding on a brand other than the one specified, SJ/ECCD reserves the right to request a sample be submitted within five (5) days after opening of bid. Bidders are to clearly mark and identify their samples with brand, number and bidder s name. This information is to be securely attached to the sample. The sample submitted shall be the exact article the bidder proposes to furnish! Samples shall be submitted free of expense to the District prior to the bid opening time, and will be picked up by bidder. All samples are subject to reasonable tests to determine durability, equality, meeting of specification, quality of workmanship, etc. Any bidder not wishing his sample to be marked, chipped, worn, cut, broken or otherwise defaced must so state clearly on the sample. Any sample left with the District without instructions for a period of 100 days shall be considered abandoned and shall become the property of the District. DEMONSTRATION PRIOR TO ORDER: SJ/ECCD reserves the right to request that bid items be available for demonstration to SJ/ECCD personnel within five (5) days after the opening of the bid. The demonstration items must be located in the Bay Area within a 50 mile (maximum) distance from the College. Such demonstration shall be waived by the College District if the District personnel are sufficiently familiar with the items bid that a demonstration would not be necessary. Any items that are bid, and are not available for demonstration, may be rejected by SJ/ECCD as not proven satisfactory for SJ/ECCD use. PRICING: Complete Bid: In the Base Bid Amount, include everything that is needed to achieve a complete and timely installation. The vendor is responsible for supplying any and all additional parts (ie, braces, brackets, screws, etc) for complete installation of the intended product. Bid Proposal G EVC South Campus Development Fixed Tables Page 10

11 Taxes: Do not include sales tax in completing the Bid Proposal Form. Transportation Charges: Prices quoted are to include all transportation charges to points within SJ/ECCD as identified in this bid proposal. Therefore, all transportation charges from bidder and/or manufacturer's site to SJ/ECCD shall be paid by the bidder (F.O.B. destination, freight prepaid and allowed). Container Costs: All costs for containers shall be borne by the bidder. All products shall conform to the provisions set forth in the federal, county, state and city laws for their production, handling, processing and labeling. Packages shall be so constructed to insure safe transportation to point of delivery. PRODUCT QUALITY AND WARRANTY: Federal And/Or State Safety Regulations: The articles covered by this bid and any purchase order for furnishing any articles listed in the Bid Proposal must conform with the safety orders of the State of California, Division of Industrial Safety or the regulations of the Federal Occupational Safety and Health Administration as set forth in the Federal Register, whichever is the more restrictive. New Equipment: Bid forms call for all equipment furnished to the SJ/ECCD to be of new manufacturer. Current Manufacturer: All equipment furnished to SJ/ECCD must be currently manufactured with a parts availability period 5 to 7 years from date of purchase by SJ/ECCD. The bidder warrants that any and all equipment he bids is of current manufacturer. Warranty: All material and equipment furnished under this specification shall be guaranteed in writing for a period of one (1) year free labor and parts (excluding expendable parts) from the date of the final acceptance against defective material, design and workmanship and all apparatus shall perform in accordance with their individual specifications. If warranty is other than specified, please provide warranty information on Bid Form. Service: The equipment manufacturer or bidder must have maintenance service capabilities available to service the equipment bid. Such maintenance service is to be on call for SJ/ECCD during and after the warranty period. Bidder is to list location of the service center nearest the College District. Instruction And Training: All equipment furnished must have complete and detailed written operating, care and maintenance instructions. In addition, if bidding on brand other than specified, selected SJ/ECCD personnel must receive instructions on the equipment bid from qualified personnel of the successful bidder. Such training shall be waived by SJ/ECCD if District personnel are sufficiently familiar with the equipment bid. Service Manuals/Parts List: Service manuals and parts list must be furnished with all furniture furnished INSTALLATION SCOPE: It is the responsibility of the Contractor to field verify all necessary measurements and situations, and to customize the table installation to provide a good fit with smooth seams and level surfaces. The electrical connections between tables is included in the installation scope. The electrical components and all installation of them is to be included in the scope of this bid. The hardwired connection from the tables to the building source is to be done by others and is excluded from the scope of this bid. Communication cabling is not included in this project. All data communication will be wireless. Bid Proposal G EVC South Campus Development Fixed Tables Page 11

12 PROJECT SCHEDULE: Installation of Fixed Lecture Tables must be complete before the new building is commissioned. Vendor and installation subcontractor must work closely with the District s Bond Program Management firm, Gilbane Building company, and with the District s construction Contractor, Blach Construction, to assure timely delivery and installation of the fixed lecture tables. Board of Trustees Award..July 14 Purchase Order issued..july 21 (field verification, factory order, shipment, delivery and installation) INSTALLATION COMPLETE.October 23 (inspection & punch list items) OCCUPANCY READY (Punch list items complete).november 30 LIQUIDATED DAMAGES: Delivery and installation of articles bid must be completed on or before the date/time specified above and on the Purchase Order issued. Since time is of the essence and since any order placed is with reliance upon the bidder's delivery and installation promise, such installation and delivery must be completed as specified in the bid. Failure of the bidder to complete the installation as specified in the bid, shall result in the deduction from the purchase price of $300 per day for each day that the installation is delayed. Said deduction to be stipulated by and between the parties as liquidated damages and not as penalty for the failure to deliver. This deduction will be made from the invoice at the time of payment. CONTRACTOR S RESPONSIBILITIES: Furnish All Necessary Tools And Equipment: In the performance of any operations hereunder, contractor shall furnish at its own expense and cost any and all necessary labor bonds, permits, materials, supplies, machinery, equipment, tools, transportation and anything else necessary to perform and complete the work covered by this Agreement, other than items which SJ/ECCD specifically agrees in writing to furnish. Contractor and any of its subcontractors shall assume all risks for any damage to or destruction of contractor s tools, machinery, equipment or materials of any kind or character resulting from any cause unless otherwise specified. All materials shall be new and of a grade and quality adequate for the required use and Contractor warrants that the quality of the work done and materials used will be to the highest standard now prevailing in the industry for work of such nature in every respect. Safety: Installation Contractor must maintain a safe work area and must abide by all construction site safety requirements, including Personal Protective Equipment. Before beginning work on site, employees of the Installation Contractor must complete safety orientation as required by the construction General Contractor (Blach) and the District s Bond Program Management firm (Gilbane) Installation must be done in strict conformance to drawings provided herein. Any changes must be pproved in writing by Gilbane project manager prior to implementation. Bid Proposal G EVC South Campus Development Fixed Tables Page 12

13 BID QUESTION FORM Last Date and Time questions can be received is June 18, :00 pm To: San Jose Evergreen Community College District 40 South Market St. San Jose, CA Attention: Cindy Giesing cynthia.giesing@sjeccd.edu Cc: lstoddard@gilbaneco.com Bid Package #G EVC South Campus Development Fixed Lecture Tables -- Bid Question From : Company Attention: Date: Re: Reference: Drawing No. Detail(s) Spec. Section Paragraph(s) Bid Proposal Page: Question: Bid Proposal G EVC South Campus Development Fixed Tables Page 13

14 Question Included in Addendum No. Dated By: Date: SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT BID PROPOSAL FORM TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of Bidder) (Address) (City, State, Zip Code) (Federal Tax I. D.) (Telephone/Fax) (Contractor s License Number) (Contractor s DIR Registration Number) [ Address of Bidder s Representative(s)] [Name(s) of Bidder's Authorized Representative(s)] 1. Bid Proposal 1.1 Base Bid Proposal Amount. The undersigned Bidder proposes and agrees to perform the Contract including, without limitation, providing and furnishing any and all of the labor, materials, tools, equipment and services necessary to perform the contract & complete the Evergreen Valley College South Campus Development Fixed Lecture Tables project for the sum of: $. Dollars 1.2 Basis of Base Bid Proposal Amount. Bid Proposal G EVC South Campus Development Fixed Tables Page 14

15 IS THE ABOVE BID IS FOR COMPLETE INSTALLATION OF KI SEMINAR TABLES AS SPECIFIED IN BID PROPOSAL PACKET? YES NO If NO, complete information to support the quality and utility of the proposed substitution MUST ACCOMPANY THIS BID PROPOSAL FORM, including: a. Detailed materials listing, including quantity of each item b. Installation drawings of floor plan layout with product dimensions & detail c. Product and material details, including illustrations, specifications, and warranty d. Reference example(s) of installation using the quoted product, preferably in the Bay area and/or in higher education setting The Bidder confirms that it has checked all of the above figures. Furthermore, the Bidder understands that neither the District nor any of its agents, employees or representatives shall be responsible for any errors or omissions on the part of the undersigned Bidder in preparing and submitting this Bid Proposal. The Contract Award will be pursuant to Instructions to Bidders, and will be awarded in the best interest of the District. 1.3 Warranty: The Bid price above includes the following warranty coverage: Manufacturers warranty of materials: Additional warranty of materials: Installation warranty: 1.4 Acknowledgment of Bid Addenda. The Bidder confirms that this Bid Proposal incorporates, and is inclusive of, all items or other matters contained in Addenda issued by or on behalf of the District. Addenda # to the Bid Documents has been received & acknowledged. (initial) Addenda # to the Bid Documents has been received & acknowledged. (initial) Addenda # to the Bid Documents has been received & acknowledged. (initial) Addenda # to the Bid Documents has been received & acknowledged. (initial) 2. Documents Accompanying Bid. The Bidder has submitted with this Bid Proposal the following: Bid Proposal G EVC South Campus Development Fixed Tables Page 15

16 2.1 Proposed Subcontractors Form 2.2 Workers Compensation Certification Form 2.3 Drug Free Workplace Certification Form 2.4 Construction Careers Agreement Appendix A 2.5 Construction Careers Agreement Appendix B 2.6 Small Disadvantaged Business utilization Form 2.7 Statement of Non Collusion Form 2.8 Certificate of Non-Discrimination by Suppliers Form 2.9 Bidder s References Form 2.10 Bidder Business Structure Form 2.11 W9 Form 2.12 Business Enterprise Certification Form The Bidder acknowledges that if this Bid Proposal and the foregoing documents are not fully in compliance with applicable requirements set forth in the Notice to Bidders, the Instructions to Bidders and in each of the foregoing documents, the Bid Proposal may be rejected as nonresponsive. 3. Award of Contract. If the Bidder submitting this Bid Proposal is awarded the Contract, the undersigned will execute and deliver to the District the Agreement in the form attached hereto within five (5) working days after notification of award of the Contract. Concurrently with delivery of the executed Agreement to the District, the Bidder awarded the Contract shall deliver to the District Certificates of Insurance evidencing all insurance coverages required under the Contract Documents. Failure of the Bidder awarded the Contract to strictly comply with the preceding may result in the District s rescission of the award of the Contract and forfeiture of the Bidder s Bid Security. In such event, the District may, in its sole and exclusive discretion elect to award the Contract to the responsible Bidder submitting the next lowest Bid Proposal, or to reject all Bid Proposals. 4. Installation Sub-Contractor's License. The Installation Subcontractor proposed by undersigned Bidder is currently and duly licensed in accordance with the California Contractors License Law, California Business & Professions Code , under the following classification B or C-5 or C-6 bearing License Number, with expiration date of. The Bidder certifies that: (a) its Installation Subcontractor is duly licensed, in the necessary class(es), for performing the Work of the Contract Documents; (b) that such license shall be in full force and effect throughout the duration of the performance of the Work under the Contract Documents; and (c) that all Subcontractors providing or performing any portion of the Work shall be so properly licensed to perform or provide such portion of the Work. 5. Bidder and Installation Sub-Contractor s Registration. Each Bidder submitting a proposal to complete the work, labor, materials and/or services ( Work ) subject to this procurement must be a Department of Industrial Relations registered contractor pursuant to Labor Code ( DIR Registered Contractor ). A Bidder who is not a DIR Registered Contractor, when submitting a proposal for the Work is deemed not qualified and the proposal of such a Bidder will be rejected for non-responsiveness. Pursuant to Labor Code , all Subcontractors identified in a Bidder s Subcontractors List shall be DIR Registered Contractors. If awarded the Contract for the Work, at all times during performance of the Work, the Bidder and all Subcontractors, of any tier, shall be DIR Registered Contractors. 6. Designation of Subcontractors: Subcontractors List. Each Bidder shall submit a list of its proposed Subcontractors (with location of businesses and contractors license numbers) for the proposed Work as required by Bidletting and Subcontracting Fair Practices Act (California Public Contract Code ) on the form published. The failure of any Bid Proposal to include information required by the Subcontractors List will result in a rejection of the Bid Proposal for nonresponsiveness.. Bid Proposal G EVC South Campus Development Fixed Tables Page 16

17 7. Acknowledgment and Confirmation. The undersigned Bidder acknowledges its receipt, review and understanding of the Drawings, the Specifications and other Contract Documents pertaining to the proposed Work. The undersigned Bidder certifies that the Contract Documents are, in its opinion, adequate, feasible and complete for providing, performing and constructing the Work in a sound and suitable manner for the use specified and intended by the Contract Documents. The undersigned Bidder certifies that it has, or has available, all necessary equipment, personnel, materials, facilities and technical and financial ability to complete the Work for the amount bid herein within the Contract Time and in accordance with the Contract Documents. By: (Signature) (Corporate Seal) (Typed or Printed Name) Title: Bid Proposal G EVC South Campus Development Fixed Tables Page 17

18 SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT PROPOSED SUBCONTRACTORS FORM Public Contract Codes sections , the Subletting and Subcontracting Fair Practices Act Failure to comply with the requirements of PCC provides that the awarding authority can cancel the contract or assess a penalty of up to 10% of the subject subcontract to the prime Contractor. Violation of this Chapter can constitute grounds for disciplinary action by the Contractors State License Board (CLSB). Pursuant to Public Contract Code Section 4104(a)(1), list the name, the location of the place of business, and the California contractor license number of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement according to detailed drawings contained in the plans and specifications, in an amount in excess of one-half of 1 percent of the prime contractor's total bid. Pursuant to PCC 4104(3)(b), the prime Contractor shall list only one Subcontractor for each portion as is defined by the prime Contractor in its bid. Contractor Registration. Each bidder submitting a proposal to complete the work, labor, materials and/or services ( Work ) subject to this procurement must be a Department of Industrial Relations registered contractor pursuant to Labor Code ( DIR Registered Contractor ). A Bidder who is not a DIR Registered Contractor when submitting a proposal for the Work is deemed not qualified and the proposal of such a Bidder will be rejected for non-responsiveness. Pursuant to Labor Code , all Subcontractors identified in a Bidder s Subcontractors List shall be DIR Registered Contractors. If awarded the Contract for the Work, at all times during performance of the Work, the Bidder and all Subcontractors, of any tier, shall be DIR Registered Contractors. Construction Careers Agreement. In the performance of public works construction (specifically, for this bid, fixed furniture installation), all contractors and subcontractors of any tier on this project will be subject to, and will be required to be bound by the Construction Careers Agreement (PSA) between San Jose / Evergreen Community College District and the Santa Clara & San Benito Counties Building and Construction Trades Council. The PSA can be found at: % pdf Bidder: Bidder's Authorized Representative(s): PROPOSED SUBCONTRACTORS: 1. Portion of Work: Name of Subcontractor: Business Location of Subcontractor: Subcontractor s CSLB License Number: Subcontractor s DIR Registration Number: Bid Proposal G EVC South Campus Development Fixed Tables Page 18

19 2. Portion of Work: Name of Subcontractor: Business Location of Subcontractor: Subcontractor s CSLB License Number: Subcontractor s DIR Registration Number: 3. Portion of Work: Name of Subcontractor: Business Location of Subcontractor: Subcontractor s CSLB License Number: Subcontractor s DIR Registration Number: Bid Proposal G EVC South Campus Development Fixed Tables Page 19

20 SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT CERTIFICATE OF WORKERS' COMPENSATION INSURANCE FORM I, the (Name) (Title) of (Contractor Name),declare, state and certify that: 1. I am aware that California Labor Code 3700(a) and (b) provides: "Every employer except the state shall secure the payment of compensation in one or more of the following ways: (a) By being insured against liability to pay compensation in one or more insurers duly authorized to write compensation insurance in this state. (b) By securing from the Director of Industrial Relations a certificate of consent to self-insure either as an individual employer, or one employer in a group of employers, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to self-insure and to pay any compensation that may become due to his or her employees." 2. I am aware that the provisions of California Labor Code 3700 require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of this Contract. (Contractor Name) By: (Signature) (Typed or printed name) (Date) Bid Proposal G EVC South Campus Development Fixed Tables Page 20

21 SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT DRUG-FREE WORKPLACE CERTIFICATION FORM I,, am the of (Print Name) (Title) (Contractor Name). I declare, state and certify to all of the following: 1. I am aware of the provisions and requirements of California Government Code 8350 et seq., the Drug Free Workplace Act of I am authorized to certify, and do certify, on behalf of Contractor that a drug free workplace will be provided by Contractor by doing all of the following: A. Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensation, possession or use of a controlled substance is prohibited in Contractor's workplace and specifying actions which will be taken against employees for violation of the prohibition; B. Establishing a drug-free awareness program to inform employees about all of the following: (i) (ii) (iii) (iv) The dangers of drug abuse in the workplace; Contractor's policy of maintaining a drug-free workplace; The availability of drug counseling, rehabilitation and employee-assistance programs; and The penalties that may be imposed upon employees for drug abuse violations; C. Requiring that each employee engaged in the performance of the Contract be given a copy of the statement required by subdivision (A), above, and that as a condition of employment by Contractor in connection with the Work of the Contract, the employee agrees to abide by the terms of the statement. 3. Contractor agrees to fulfill and discharge all of Contractor's obligations under the terms and requirements of California Government Code 8355 by, inter alia, publishing a statement notifying employees concerning: (a) the prohibition of any controlled substance in the workplace, (b) establishing a drug-free awareness program, and (c) requiring that each employee engaged in the performance of the Work of the Contract be given a copy of the statement required by California Government Code 8355(a) and requiring that the employee agree to abide by the terms of that statement. 4. Contractor and I understand that if the District determines that Contractor has either: (a) made a false certification herein, or (b) violated this certification by failing to carry out and to implement the requirements of California Government Code 8355, the Contract awarded herein is subject to termination, suspension of payments, or both. Contractor and I further understand that, should Contractor violate the terms of the Drug-Free Workplace Act of 1990, Contractor may be subject to debarment in accordance with the provisions of California Government Code 8350, et seq. Bid Proposal G EVC South Campus Development Fixed Tables Page 21

22 5. Contractor and I acknowledge that Contractor and I are aware of the provisions of California Government Code 8350, et seq. and hereby certify that Contractor and I will adhere to, fulfill, satisfy and discharge all provisions of and obligations under the Drug-Free Workplace Act of I declare under penalty of perjury under the laws of the State of California that all of the foregoing is true and correct. Executed at (City and State) this day of, 201. (Signature) (Handwritten or Typed Name) Bid Proposal G EVC South Campus Development Fixed Tables Page 22

23 SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT SMALL AND DISADVANTAGED CONTRACTOR/SUPPLIER UTILIZATION FORM Small and Disadvantaged Business Enterprises. The District has set a goal of 15% combined utilization of small and disadvantaged contractors & suppliers on all projects unless otherwise noted. If there is no anticipated participation of small and disadvantaged businesses on this project, a justification letter must be submitted with the bid for SJECCD s review. Contractor Name Project Name EVC South Campus Development Fixed Lecture Tables Bid No. G Sub/Supplier, Contact Name, & Phone M B E W B E D V B E S B E Describe Work Contract Amount Sub/Supplier: Contact Name: Phone: Sub/Supplier: Contact Name: Phone: Sub/Supplier: Contact Name: Phone: Sub/Supplier: Contact Name: Phone: Sub/Supplier: Contact Name: Phone: Bid Proposal G EVC South Campus Development Fixed Tables Page 23

24 TOTAL M/W/DV/SBE Contract Amount $ TOTAL BASE BID Amount $ % M/W/DV/SBE Contract Amount of % BASE BID JUSTIFICATION LETTER ATTACHED (No small & disadvantaged participation is anticipated) (Signature) (Address) (Name Printed or Typed) (City, State) ( ) (Area Code and Telephone Number) Bid Proposal G EVC South Campus Development Fixed Tables Page 24

25 SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT STATEMENT OF NON-COLLUSION FORM I,, (name) (title) of hereby certify: That all statements of fact in this proposal are true. That such proposal was not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization or corporation; That such proposal is genuine and not collusive or sham; That said bidder has not, directly or indirectly, by agreement, communication, or conference with any, attempted to induce action prejudicial to the interest of the San Jose/Evergreen Community College District, or of any other bidder or anyone else interested in the proposed contract; and further That prior to the public opening and reading of proposals, said bidder: A. Did not, directly or indirectly, induce or solicit anyone else to submit a false or sham proposal; B. Did not directly or indirectly, collude, conspire, connive, or agree with anyone else that said bidder or anyone else would submit a false or sham proposal, or that anyone should refrain from bidding or withdraw his proposal; C. Did not, in any manner, directly or indirectly, seek by agreement, communication, or conference with anyone to raise or fix the proposal price of said bidder or of anyone else, or raise or fix any overhead, profit, or cost element of his proposal price, or of that of anyone else; D. Did not, directly or indirectly, submit his proposal price or any breakdown thereof, or the contents thereof, or divulge information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, or to any individual or group of individuals, except to the San Jose/Evergreen Community College District, or to any person or persons who have a partnership or other financial interest with said bidder in his business. I certify (declare) under penalty of perjury that the foregoing is true and correct. Signature & Date: Print Name & Title: Bid Proposal G EVC South Campus Development Fixed Tables Page 25

26 SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT CERTIFICATE OF NON-DISCRIMINATION BY SUPPLIERS FORM As suppliers of goods or services to the San Jose/Evergreen Community College District, the firm listed below certifies that it does not discriminate in its employment with regards to race, creed, color or national origin; that it is in compliance with all Federal, State, and local directives and executive orders regarding nondiscrimination in employment; and that it agrees to demonstrate positively and aggressively the principal of equal opportunity in employment. We agree specifically: 1. To establish or observe employment policies which affirmatively promote opportunities for minority persons at all job levels. 2. To communicate this policy to all persons concerned, including company employees, outside recruiting services, especially those serving minority communities and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the company. Signature & Date Print Name & Title Bid Proposal G EVC South Campus Development Fixed Tables Page 26

27 SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT BIDDER'S REFERENCES FORM Each bidder must provide the following information for at least three (3) customers to whom the bidder has sold material the same as or similar in specifications and capability to that material specified in this bid proposal. (Responses to reference checks will be considered in the award of the bid proposal.) 1. Customer Name: Address: City, State, Zip: Contact person name: Phone: Purchase & installation project description (name, date, product installed): 2. Customer Name: Address: City, State, Zip: Contact person name: Phone: Purchase & installation project description (name, date, product installed): 3. Customer Name: Address: City, State, Zip: Contact person name: Phone: Purchase & installation project description (name, date, product installed): Bid Proposal G EVC South Campus Development Fixed Tables Page 27

28 SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT BIDDER BUSINESS STRUCTURE FORM Each bid must give the full business address of the bidder and must be signed by the bidder with his or her usual signature. 1. Bids by partnerships must furnish the full names of all partners and must be signed in the partnership name by a general partner with authority to bind the partnership in such matters. 2. Bids by corporations must be signed with the legal name of the corporation, followed by the signature and designation of the President, Secretary, or other person authorized to bind the corporation in this matter. The name of each person signing shall also be typed or printed below the signature. When requested by SJ/ECCD, satisfactory evidence of the authority of the Officer signing on behalf of the corporation shall be furnished. 3. No bid is valid unless signed by the person authorized to execute bids on behalf of the firm. A bidder's failure to properly sign required forms may result in rejection of the bid. Please print or type the following information: A. Nature of firm (sole proprietorship, partnership, corporation.): B. Corporation organized under the laws of the State of: C. Names and titles of individual members of the sole proprietorship, partnership, corporation: Signature & Date Print Name & Title Bid Proposal G EVC South Campus Development Fixed Tables Page 28

29 Bid Proposal G EVC South Campus Development Fixed Tables Page 29

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID DO NOT INCLUDE REYCLING FEE IN YOUR BID LINCOLN UNIFIED SCHOOL DISTRICT -- -- -- -- -- -- -- -- CHROMEBOOK BID INSTRUCTIONS TO BIDDERS SPECIFICATIONS BID OPENING JULY 6, 2015, 12:00PM EDUCATION CENTER

More information

Suite 300 Tenant Improvement

Suite 300 Tenant Improvement BID FORM FOR: Suite 300 Tenant Improvement UNIVERSITY OF CALIFORNIA Office of the President Sacramento, CA 95814 February 19, 2014 BID TO: Pamela Madison, Space Planning Manager University of California,

More information

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Just in Time Classroom and Office Supplies Bid # 15/16-006

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Just in Time Classroom and Office Supplies Bid # 15/16-006 Corona-Norco Unified School District 2820 Clark Ave. Norco, CA 92860 Just in Time Classroom and Office Supplies Bid # 15/16-006 November 16, 2015 1 Just in Time Classroom and Office Supplies Bid # 15/16-006

More information

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Dairy Products. Bid # 14/15-002CNS

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Dairy Products. Bid # 14/15-002CNS Corona-Norco Unified School District 2820 Clark Ave. Norco, CA 92860 Dairy Products Bid # 14/15-002CNS June 25, 2014 1 Dairy Products Bid # 14/15-002CNS Table of Contents Notice Inviting Bids....................

More information

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 PUBLIC WORKS DEPARTMENT BID FORMS FOR ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL

More information

SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT. BID PROPOSAL G New District Office Furniture

SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT. BID PROPOSAL G New District Office Furniture BID PROPOSAL G2010.0105 New District Office Furniture Opening Time & Date 3:00 P.M August 21, 2014 3:00 PM Opening Location District Purchasing Department San Jose/Evergreen Community College District

More information

TULARE COUNTY OFFICE OF EDUCATION. Router

TULARE COUNTY OFFICE OF EDUCATION. Router TULARE COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL #18.06 Court Community Schools E-Rate Router Issuing Date: 1/10/18 Due Date and Time: 2/21/18 @ 2:00:00 pm Tulare County Office of Education 6200

More information

TABLE OF CONTENTS FOR DARK FIBER EQUIPMENT AT SANTA CLARA COUNTY OFFICE OF EDUCATION CONSORTIUM

TABLE OF CONTENTS FOR DARK FIBER EQUIPMENT AT SANTA CLARA COUNTY OFFICE OF EDUCATION CONSORTIUM TABLE OF CONTENTS FOR DARK FIBER EQUIPMENT AT SANTA CLARA COUNTY OFFICE OF EDUCATION CONSORTIUM 1. Instructions and Conditions Pages 2-7 2. Specifications Pages 8-9 3. Bid Form Pages 10-13 4. Attachments

More information

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536 PUBLIC WORKS DEPARTMENT BID FORMS FOR LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL

More information

TULARE COUNTY OFFICE OF EDUCATION. Router

TULARE COUNTY OFFICE OF EDUCATION. Router TULARE COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL #18.08 La Sierra Military Academy E-Rate Router Issuing Date: 1/17/18 Due Date and Time: 2/27/18 @ 2:00:00 pm Tulare County Office of Education 6200

More information

EXTERIOR STAIR AND HANDRAIL REPLACEMENT. Bid No. B15-08

EXTERIOR STAIR AND HANDRAIL REPLACEMENT. Bid No. B15-08 UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING INFORMAL BIDDING (PROJECT VALUE BETWEEN $45,000 AND $175,000) BID AND CONTRACT DOCUMENTS EXTERIOR STAIR AND HANDRAIL REPLACEMENT Bid No. B15-08 Bid Due Date:

More information

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040 INVITATION TO BID DATE ISSUED: September 27, 2017 FOR: Professional janitorial services for a contract period of January 1, 2018 to December 31, 2018. This annual contract may be renewed for two (2) one

More information

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017 ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No. 17-001 Addendum #2 February 23, 2017 To All Prospective Bidders: The Fortuna Union High School

More information

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 PUBLIC WORKS DEPARTMENT BID FORMS FOR CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT

More information

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM PUBLIC WORKS DEPARTMENT BID FORMS FOR POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM-19-019 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID

More information

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608 PUBLIC WORKS DEPARTMENT BID FORMS FOR 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

More information

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

BID # EFI H1625 LED Wide Format Printer Fullerton College

BID # EFI H1625 LED Wide Format Printer Fullerton College BID # 1718-23 EFI H1625 LED Wide Format Printer Fullerton College REQUEST FOR INFORMATION DUE DATE: March 21, 2018 @ 5:00 P.M. BID DUE DATE: March 28, 2018 @ 2:00 P.M. TABLE OF CONTENTS NOTICE OF BID...1

More information

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407 TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY FEE PROPOSAL FORM Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407 To the Trustees of

More information

ROWLAND UNIFIED SCHOOL DISTRICT UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING INFORMAL BIDDING (PROJECT VALUE BETWEEN $45,000 AND $175,000)

ROWLAND UNIFIED SCHOOL DISTRICT UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING INFORMAL BIDDING (PROJECT VALUE BETWEEN $45,000 AND $175,000) 1 ROWLAND UNIFIED SCHOOL DISTRICT UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING INFORMAL BIDDING (PROJECT VALUE BETWEEN $45,000 AND $175,000) BIDDING AND CONTRACT DOCUMENTS RFP 2018/19(R1-I) Shelyn Elementary

More information

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

More information

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department April 18, 2014 ADDENDUM No. 2 Re: RFP No., 13-14/26 Bond Underwriting Services PERALTA COMMUNITY

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) E-RATE YEAR 15 (2012/2013) RFP 6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) Anderson Union School District Anderson Union High School District (AUHSD) is seeking proposals for the upcoming Year

More information

BIDDING DOCUMENTS FOR THE MT. SAN JACINTO COMMUNITY COLLEGE DISTRICT FOR MT. SAN JACINTO COLLEGE FACILITIES RENOVATION PROJECT AUDIOVISUAL SYSTEMS

BIDDING DOCUMENTS FOR THE MT. SAN JACINTO COMMUNITY COLLEGE DISTRICT FOR MT. SAN JACINTO COLLEGE FACILITIES RENOVATION PROJECT AUDIOVISUAL SYSTEMS BIDDING DOCUMENTS FOR THE MT. SAN JACINTO COMMUNITY COLLEGE DISTRICT FOR MT. SAN JACINTO COLLEGE FACILITIES RENOVATION PROJECT AUDIOVISUAL SYSTEMS DSA Application No. N/A Informal Bid No. 2018-006 MT.

More information

University of California, Riverside Barn Expansion

University of California, Riverside Barn Expansion SUBCONTRACT BIDDING DOCUMENTS FOR University of California, Riverside Barn Expansion 950493 TABLE OF CONTENTS Cover Page Table of Contents Advertisement for Bids Instructions to Bidders Information Available

More information

HVAC Remodel Second Floor North Center Building

HVAC Remodel Second Floor North Center Building Invitation For Bid 01/02-08 Purchasing Services HVAC Remodel Second Floor North Center Building ISSUE DATE: 8:00 a.m., Wednesday, December 5, 2001 MANDATORY PRE-BID MEETING: 10:00 a.m., Wednesday, December

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information

SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT. San Jose, California PROJECT MANUAL. Bid Document G

SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT. San Jose, California PROJECT MANUAL. Bid Document G SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT San Jose, California PROJECT MANUAL Bid Document G2010.0076 Physical Security, #31311 San Jose` City Community

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

NOTICE TO CONTRACTORS CALLING FOR BIDS CITRUS COMMUNITY COLLEGE DISTRICT

NOTICE TO CONTRACTORS CALLING FOR BIDS CITRUS COMMUNITY COLLEGE DISTRICT NOTICE TO CONTRACTORS CALLING FOR BIDS DISTRICT: PROJECT DESCRIPTION: DATE/TIME FOR SUBMITTAL OF BID PROPOSAL: PLACE FOR SUBMITTAL OF BID PROPOSALS: BID AND CONTRACT DOCUMENTS AVAILABLE AT: CITRUS COMMUNITY

More information

ADDENDUM NO. 1. Coast Community College District. GWC Athletic Track Preparation BID NO: 2095 NOTICE TO BIDDERS ON THE ABOVE PROJECT:

ADDENDUM NO. 1. Coast Community College District. GWC Athletic Track Preparation BID NO: 2095 NOTICE TO BIDDERS ON THE ABOVE PROJECT: ADDENDUM NO. 1 Coast Community College District PROJECT: GWC Athletic Track Preparation BID NO: 2095 NOTICE TO BIDDERS ON THE ABOVE PROJECT: This addendum forms a part of the contract documents and modifies

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # ) REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO (PPLD RFP #490-16-01) Pikes Peak Library District ( PPLD ) invites qualified

More information

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Request for Proposals For Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Page 1 of 17 Request For Proposals Table of Contents SECTION 1: GENERAL INFORMATION

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

Invitation to Bid BOE. Diesel Exhaust Fluid

Invitation to Bid BOE. Diesel Exhaust Fluid Invitation to Bid 20170811-02-BOE Diesel Exhaust Fluid Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK Name of Bidder Business Address Phone No. City/State Zip Code TO THE BOARD OF SUPERVISORS OF hereinafter referred to as,

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INFORMATION FOR BID. Tee Shirts (School Nutrition) BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time

More information

ADDENDUM NO. 1. TECHNICAL EDUCATION BUILDING ROOM 101 REMODEL BID# AVC2016/ Project #16-252

ADDENDUM NO. 1. TECHNICAL EDUCATION BUILDING ROOM 101 REMODEL BID# AVC2016/ Project #16-252 ADDENDUM NO. 1 BID# AVC2016/2017-10 Project #16-252 Antelope Valley Community College District Lancaster, CA November 15, 2016 Ledesma & Meyer Construction Co., Inc. 9441 Haven Avenue Rancho Cucamonga,

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. BIDDER'S PLEDGE AND AGREEMENT Each Bidder acknowledges that this is a public project involving public funds, and that the Owner expects and requires that each successful Bidder

More information

Botetourt County Public Schools

Botetourt County Public Schools Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed

More information

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO REQUEST FOR PROPOSAL For 21c Roof Replacement PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO PPLD RFP # 490-18-05 The Pikes Peak Library District (PPLD) invites qualified Roofing Contractors (The Company

More information

REQUEST FOR FORMAL BID

REQUEST FOR FORMAL BID REQUEST FOR FORMAL BID THE UNIVERSITY OF ALABAMA IN HUNTSVILLE PROCUREMENT SERVICES 301 SPARKMAN DRIVE HUNTSVILLE, ALABAMA 35899 PHONE (256) 824-6484 ALL BIDS WILL BE PUBLICLY OPENED ON THE OPENING DATE

More information

Bid No. B17-13 Bldg 1300 HVAC

Bid No. B17-13 Bldg 1300 HVAC Bid No. B17-13 Bldg 1300 HVAC INFORMAL BID ***PREQUALIFIED CONTRACTORS ONLY*** BID DUE DATE: WEDNESDAY, April 19, 2017, 2:00P.M. CABRILLO COMMUNITY COLLEGE DISTRICT PURCHASING, CONTRACTS & RISK MANAGEMENT

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

MANDATORY GENERAL TERMS AND CONDITIONS

MANDATORY GENERAL TERMS AND CONDITIONS MANDATORY GENERAL TERMS AND CONDITIONS A. PURCHASING M AN U AL / G O V E R NING R U LES: This s o l i c i t a t i o n and any resulting contract is s u b j e c t to the provisions of the Commonwealth of

More information

BID FOR LUMP SUM CONTRACT

BID FOR LUMP SUM CONTRACT SECTION 1.A BID FOR LUMP SUM CONTRACT Date: BID OF (hereinafter called "Bidder") a corporation* organized and existing under laws of the State of, a partnership* consisting of, an individual* trading as,

More information

Part A: Upgrade cabling to Cat6 cabling with factory warranties at a minimum of 20 years for Murdock Elementary School and Willows High School

Part A: Upgrade cabling to Cat6 cabling with factory warranties at a minimum of 20 years for Murdock Elementary School and Willows High School Willows Unified School District 823 West Laurel Street Willows CA 95988 (530) 934-6600 E-RATE YEAR 19 (2016/2017) RFP Willows Unified School District is seeking proposals for the upcoming Year 19 round

More information

FRONT END DOCUMENTS BIDS DUE BY: 2:00 PM, PST, THURSDAY, JANUARY 15, 2015, TO THE ADDRESS BELOW

FRONT END DOCUMENTS BIDS DUE BY: 2:00 PM, PST, THURSDAY, JANUARY 15, 2015, TO THE ADDRESS BELOW By: Name: Title: By: Name: Title: Owner Contractor FRONT END DOCUMENTS JOB ORDER CONTRACTS (JOC) (JOC-001, JOC-002, JOC-003, JOC-004, JOC-005) BIDS DUE BY: 2:00 PM, PST, THURSDAY, JANUARY 15, 2015, TO

More information

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571 SEPTEMBER 23, 2014 ADDENDUM #1 TO BID NO: SB05-PO1415 KIT CARSON PARK WELL PUMP REPLACEMENT The following items have been

More information

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Page 1 of 5 Bid No.: Date Released: September 25, 2017 SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Bid subject to the Standard Terms and Conditions provided. Bid must be received by: Date/Time:

More information

PROPOSAL REQUIREMENTS AND CONDITIONS

PROPOSAL REQUIREMENTS AND CONDITIONS 1.01 QUALIFICATION OF THE BIDDERS PROPOSAL REQUIREMENTS AND CONDITIONS A. The Jurisdiction reserves the right to reject any bid that is not responsive to the proposal form or contract documents, or not

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

CONTRACT FOR SERVICES RECITALS

CONTRACT FOR SERVICES RECITALS CONTRACT FOR SERVICES THIS AGREEMENT is entered into between the (hereinafter Authority ) and [INSERT NAME] (hereinafter Contractor ) and sets forth the terms of this Agreement. Authority and Contractor

More information

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES Cecil County Government Purchasing Department Bid #13-13 SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE

More information

2. Develop recommendations and best practices for the District to following in serving these students.

2. Develop recommendations and best practices for the District to following in serving these students. Homeless & Food Insecurity Services RFQ XXX Due no later than: Add Date, 2017 by 4pm to Purchasing, 33 Gough Street, San Francisco, CA 94103 khennig@ccsf.edu City College of San Francisco seeks a contractor(s)

More information

NOTICE OF REQUEST FOR QUOTATION for HIGH SCHOOL GRADUATION CAPS AND GOWNS

NOTICE OF REQUEST FOR QUOTATION for HIGH SCHOOL GRADUATION CAPS AND GOWNS NOTICE OF REQUEST FOR QUOTATION for HIGH SCHOOL GRADUATION CAPS AND GOWNS NOTICE IS HEREBY GIVEN THAT TWIN RIVERS UNIFIED SCHOOL DISTRICT is seeking quotations from qualified vendors of HIGH SCHOOL GRADUATION

More information

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618 PUBLIC WORKS DEPARTMENT BID FORMS FOR FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL

More information

Bid No. B17-07 HVAC Controls

Bid No. B17-07 HVAC Controls Bid No. B17-07 HVAC Controls INFORMAL BID ***Pre-Qualified Contractors Only*** BID DUE DATE: WEDNESDAY, February 1, 2017, 2:00P.M. CABRILLO COMMUNITY COLLEGE DISTRICT PURCHASING, CONTRACTS & RISK MANAGEMENT

More information

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE HOUSING AUTHORITY PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT

More information

ADDENDUM #5 NIB #

ADDENDUM #5 NIB # HVAC Replacement Project at the District Office Construction Services ADDENDUM #5 THIS ADDENDUM INCLUDES: Due to delay at DSA, the project time line is revised as follows: 1) NIB TIME LINE revised: Replace

More information

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals RFP-FD-09-01 - Replacement Mid-Mount Tower Ladder Required Submittals 1. All addenda (signed and dated) 2. Letter of Transmittal 3. Corporate Information 4. Summary of Litigation (if not applicable, please

More information

SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT. BID PROPOSAL G AutoTech Moving Services. Opening Time & Date November 17, 2015 at 3:00 PM

SAN JOSE/EVERGREEN COMMUNITY COLLEGE DISTRICT. BID PROPOSAL G AutoTech Moving Services. Opening Time & Date November 17, 2015 at 3:00 PM BID PROPOSAL G2010.0130 AutoTech Moving Services Opening Time & Date November 17, 2015 at 3:00 PM Opening Location District Purchasing Department San Jose/Evergreen Community College District 40 South

More information

NOTICE TO CONTRACTORS CALLING FOR BIDS COAST COMMUNITY COLLEGE DISTRICT

NOTICE TO CONTRACTORS CALLING FOR BIDS COAST COMMUNITY COLLEGE DISTRICT NOTICE TO CONTRACTORS CALLING FOR BIDS COAST COMMUNITY COLLEGE DISTRICT NOTICE IS HEREBY GIVEN that the Coast Community College District acting by and through its Governing Board will receive sealed bids

More information

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.

More information

BID NO VOLUME I. Date Due: May 30, 2018 at 9:00am

BID NO VOLUME I. Date Due: May 30, 2018 at 9:00am BID NO. 1807 Printing and Mailing of Adult Education Class Schedules VOLUME I Date Due: May 30, 2018 at 9:00am BID NO. 1807 Printing and Mailing of Adult Education Class Schedules - Page 1 TABLE OF CONTENTS

More information

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid TOWN OF CENTREVILLE Queen Anne s County, Maryland Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report Invitation for Bid Documents Available: Mandatory Pre-bid Meeting: Proposal

More information

BID NO Tennis Court Renovations VOLUME I. Date Due: May 17th, 2018 at 10:30am

BID NO Tennis Court Renovations VOLUME I. Date Due: May 17th, 2018 at 10:30am BID NO. 1806 Tennis Court Renovations VOLUME I Date Due: May 17th, 2018 at 10:30am BID NO. 1806 Tennis Court Renovations - Page 1 TABLE OF CONTENTS VOLUME 1 - PROCUREMENT AND CONTRACTING REQUIREMENTS 00

More information

Housing Authority of the County of San Joaquin

Housing Authority of the County of San Joaquin Housing Authority of the County of San Joaquin Scope of Work For Invitation for Bid No.1011-027: Water System Rehabilitation Project, Harney Lane Migrant Center Introduction: The Housing Authority of the

More information

Request for Proposals

Request for Proposals RFP #G058 Request for Proposals A/E Design Consulting Services Issued by: Golden Empire Transit District 1830 Golden State Ave Bakersfield, CA 93301 Proposals must be submitted No later than 1:00 PM March

More information

REQUEST FOR PROPOSALS INTERNAL CONNECTIONS NETWORK EQUIPMENT AND WIRELESS

REQUEST FOR PROPOSALS INTERNAL CONNECTIONS NETWORK EQUIPMENT AND WIRELESS Elverta Joint Elementary School District 7900 Eloise Ave. Sacramento, CA 95626 REQUEST FOR PROPOSALS E-Rate Yr 15 (2012-2013) INTERNAL CONNECTIONS NETWORK EQUIPMENT AND WIRELESS RFP # 2012-03 Request for

More information

SANTA CLARA COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL FOR AUDIT OF THE JUNE 30, 2017 CASH BALANCE OF ALUM ROCK UNION ELEMENTARY SCHOOL DISTRICT

SANTA CLARA COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL FOR AUDIT OF THE JUNE 30, 2017 CASH BALANCE OF ALUM ROCK UNION ELEMENTARY SCHOOL DISTRICT SANTA CLARA COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL FOR AUDIT OF THE JUNE 30, 2017 CASH BALANCE OF ALUM ROCK UNION ELEMENTARY SCHOOL DISTRICT NOTICE IS HEREBY GIVEN that the Santa Clara County

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B12-01 Hand Soap & Sanitizer Date: June 22, 2011 To: All

More information

REQUEST FOR PROPOSALS FISCAL AGENT SERVICES FOR THE MONTANA AVENUE BUSINESS IMPROVEMENT DISTRICT CITY OF SANTA MONICA

REQUEST FOR PROPOSALS FISCAL AGENT SERVICES FOR THE MONTANA AVENUE BUSINESS IMPROVEMENT DISTRICT CITY OF SANTA MONICA REQUEST FOR PROPOSALS FISCAL AGENT SERVICES FOR THE MONTANA AVENUE BUSINESS IMPROVEMENT DISTRICT CITY OF SANTA MONICA Introduction & Summary The City of Santa Monica (the City ) is distributing this Request

More information

ORANGE BOARD OF EDUCATION 637 ORANGE CENTER ROAD ORANGE, CT (203) SPECIFICATION COVER SHEET

ORANGE BOARD OF EDUCATION 637 ORANGE CENTER ROAD ORANGE, CT (203) SPECIFICATION COVER SHEET ORANGE BOARD OF EDUCATION 637 ORANGE CENTER ROAD ORANGE, CT 06477 (203) 891-8020 SPECIFICATION COVER SHEET The Orange Board of Education reserves the right to reject any and all bids, or separate parts

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

NOTICE INVITING BIDS

NOTICE INVITING BIDS NOTICE INVITING BIDS 1. Notice is hereby given that the Governing Board of Santa Rosa City Schools ( District ), of the County of Sonoma, State of California, will receive sealed bids for the Santa Rosa

More information

Documents For HVAC Bid HVAC Bid # Proposal Opening Date & Time: Thursday, March 12, 2:00 p.m.

Documents For HVAC Bid HVAC Bid # Proposal Opening Date & Time: Thursday, March 12, 2:00 p.m. Merced Community College District Purchasing Department 3600 M Street Merced, CA 95348 Phone: (209) 384-6300 FAX: (209) 384-6310 Documents For HVAC Bid 2015-03 HVAC Bid #2015-03 Proposal Opening Date &

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 BID B11-16 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 Gym www.forsyth.k12.ga.us Floor Work April 10, 2018 To: All Bidders

More information

Office Janitorial Services at One Administration Building

Office Janitorial Services at One Administration Building REQUEST FOR QUOTES - SERVICES CONTRACT Office Janitorial Services at One Administration Building Contract Number: 18-S-0024 NO PRE-BID MEETING FOR THIS REQUEST Contract Administrator: RON HANIUK PH: 541-682-2583

More information

~ INVITATION TO BID ~ JOHNSTON COMMUNITY SCHOOL DISTRICT 5608 MERLE HAY ROAD JOHNSTON, IA 50131

~ INVITATION TO BID ~ JOHNSTON COMMUNITY SCHOOL DISTRICT 5608 MERLE HAY ROAD JOHNSTON, IA 50131 ~ INVITATION TO BID ~ JOHNSTON COMMUNITY SCHOOL DISTRICT 5608 MERLE HAY ROAD JOHNSTON, IA 50131 Furniture and Equipment for the Repurposed Wallace Elementary School and Johnston Early Learning Center Reference

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) MOTOR FUEL & FUEL MANAGEMENT CONTROL SYSTEM SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 PH: 276-386-6521 FAX: 276-386-9198 ISSUE DATE 06/8/2018

More information

PROJECT MANUAL FOR. Building 28 A & B Exterior Painting BID NO. 3165

PROJECT MANUAL FOR. Building 28 A & B Exterior Painting BID NO. 3165 PROJECT MANUAL FOR Building 28 A & B Exterior Painting BID NO. 3165 OWNER MT. SAN ANTONIO COLLEGE 1100 N. Grand Avenue Walnut, CA 91789 (909) 594-5611 July 2017 TABLE OF CONTENTS DIVISION 0 BIDDING AND

More information

REQUEST FOR FORMAL BID

REQUEST FOR FORMAL BID REQUEST FOR FORMAL BID THE UNIVERSITY OF ALABAMA IN HUNTSVILLE PROCUREMENT SERVICES 301 SPARKMAN DRIVE HUNTSVILLE, ALABAMA 35899 PHONE (256) 824-6484 ALL BIDS WILL BE PUBLICLY OPENED ON THE OPENING DATE

More information

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16. Tennessee Technological University Date: 10/25/2016 Purchasing Office Contact: Emily Vaughn P. O. Box 5144, 1 William L. Jones Dr., Ste. 301 Phone: 931-372-3566 Cookeville, TN 38505-0001 Email: evaughn@tntech.edu

More information

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT Sealed proposals, addressed to the Supervisor of Purchases, City of Middletown, Room 112, Municipal Building, Middletown, Connecticut, 06457 will be received

More information

RETIREE HEALTH BENEFITS TRUST

RETIREE HEALTH BENEFITS TRUST RETIREE HEALTH BENEFITS TRUST Request for Qualifications and Proposals (RFQ/P) #566 for Legal Services - Retiree Benefits Trust Fund Program REQUEST FOR QUALIFICATIONS and PROPOSALS (RFQ/P) #566 for Legal

More information

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860) TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT 06045-0191 (860) 647-3031 FAX (860) 647-5206 REQUEST FOR PROPOSAL NO. 17/18-15 FINANCIAL ADVISORY SERVICES

More information

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS Sealed bids will be received in the Jefferson Parish Sheriff s Purchasing Department,

More information

CITY OF FORTUNA WASTEWATER TREATMENT PLANT CHLORINE CONTACT BASIN IMPROVEMENTS PROJECT

CITY OF FORTUNA WASTEWATER TREATMENT PLANT CHLORINE CONTACT BASIN IMPROVEMENTS PROJECT CITY OF FORTUNA CONTRACT DOCUMENTS AND SPECIFICATIONS WASTEWATER TREATMENT PLANT CHLORINE CONTACT BASIN IMPROVEMENTS PROJECT CITY OF FORTUNA P.O. BOX 545 621 ELEVENTH STREET FORTUNA, CALIFORNIA 95540 TELEPHONE

More information

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018 MODESTO CITY SCHOOLS BID NO. 18-4673 GASOLINE AND DIESEL FUEL DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018 MODESTO CITY SCHOOLS Purchasing Department 426 Locust Street Modesto, CA

More information

BID # 6859 HUMAN SERVICES AGENCY CALL CENTER NEW ANCILLARY FURNITURE AND ASSOCIATED SERVICES

BID # 6859 HUMAN SERVICES AGENCY CALL CENTER NEW ANCILLARY FURNITURE AND ASSOCIATED SERVICES BID # 6859 HUMAN SERVICES AGENCY CALL CENTER NEW ANCILLARY FURNITURE AND ASSOCIATED SERVICES COUNTY OF SAN JOAQUIN 44 N. SAN JOAQUIN STREET, SUITE 540 STOCKTON, CA. 95202 FOR: HUMAN SERVICES AGENCY DEPARTMENT

More information

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS

NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS NOTICE INVITING SEALED BIDS FOR THE SR-91 EASTBOUND ON- AND OFF-RAMPS AT BELLFLOWER BOULEVARD PHASE 2 LANDSCAPE IMPROVEMENTS IN THE CITY OF BELLFLOWER SPECIFICATIONS NO. 16/17-02 The City of Bellflower

More information

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B17-08 Patch Cables Date: February 23, 2017 To:

More information

COVINA-VALLEY UNIFIED SCHOOL DISTRICT

COVINA-VALLEY UNIFIED SCHOOL DISTRICT COVINA-VALLEY UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL ENERGY PERFORMANCE CONTRACTING SERVICES RFP NO. 15-16-105 REQUEST FOR PROPOSAL SUBMITTAL DEADLINE NOVEMBER 6, 2015 AT 11:00AM SUBMIT TO: COVINA-VALLEY

More information