Committed to Excellence

Size: px
Start display at page:

Download "Committed to Excellence"

Transcription

1 Committed to Excellence Procurement Services CR 561 Tavares FL (352) Fax: (352) Superintendent: School Board Members: Susan Moxley, Ed.D. District 1 Bill Mathias District 2 Kristi Burns, Ph.D. District 3 Marc Dodd District 4 Sandy Gamble District 5 Stephanie Luke February 22, 2017 NOTICE OF AWARD Mr. Ran Garver Interline Brands, Inc./Supplyworks 701 San Marco Blvd. Jacksonvill, FL RE: Bid #4422DG Janitorial Supplies Warehouse Stock Items 15, & Dear Mr. Garver, At their meeting held on February 13, 2017, the Lake County School Board approved the award of the above referenced bid as listed below. A complete copy of the award recommendation letter and the bid tabulation are posted on the Lake County School Board s Procurement Service s website located at AFP Industries, Inc., located in Miami, FL... Items 38 & 72 Bayse Janitor Supply, Inc., located in Eustis, FL... Items 1, 3, 5, 10,, 13, 48-50, 52, 54, 55, 58 & 71 Cypress Supply, Inc., located in Longwood, FL... Items 17-23, 56-57, 59, & Dade Paper Co., located in Orlando, FL... Items 2, 4, 7, 24-26, 34-35, & 60 Gem Supply Co., located in Orlando, FL... Items 27, & 53 Genesis II, In., located in Rock Hill SC... Items Interline Brands Inc. /SupplyWorks, located in Jacksonville, FL...Items 15, & Pancar Industrial Supply, located in Miami, FL... Items 6, 9, 11, 28-33, 40 & 44 Peninsular Paper Company Central FL, located in Winter Park, FL... Items 16, 36 & 45 Pyramid School Products, located in Tampa, FL... Items 8, 14, 37, 43, 46-47, 51, 61 & 64 Resource One, Inc., located in Ocala, FL... Item 70 The contract will be in effect through February, Purchase orders will be issued as needed. We look forward to working with you. If you have questions, please contact Deb Gardner at or gardnerd@lake.k.fl.us. Sincerely, Pamela Hayes, MPA, CPPO, ARM Purchasing Manager Equal Opportunity in Education and Employment

2 Sup pi Sales Support Information For service calls on the contract please call: Account Executive: John Govich Mobile: Ofjice: Fax: Address: Website: Remit to Address: PO Box Atlanta, Ga Any questions or concerns regarding the bid please contact the Bids Department Please send all bids and all correspondence to: Interline Brands Inc. I Supply Works Attn: Bids Department, 15th Floor 701 San Marco Blvd Jacksonville Florida Doug Cooley, Bid /RFP Compliance Administrator x Bids-RFP@interlinebrands.com Interline Brands Inc. I SupplyWorks 701 San Marco Blvd. Jacksonville, Florida Office: Fax:

3 Cost Proposal Form Bid : #4422DG Bid Name: Janitorial Supplies for Warehouse Stock Bid Opening: December 1, 2:00 PM Vendor Name: Vendor Address: E Q) -'II: Est. Qty. U/M Item Description Brooms & Accessories Broom, angle, with flagged poly bristle tips, 48 Y>" x 11 Y>" x 5 Y." ea. ABCO #00402-UPC or equal. CARLISLE Minimum quantity order is 48 ea. LCSB Stock #60950) CSM $5.34 $1, Special Exceptions I Considerations Broom, com, domestic weight, 4 row stitching, 16" straw, 7/8" x 3' ea. hardwood handle. ABCO #00303NB or equal. Minimum guanti!y order is 200 ea. ICLCSB Stock #25020) CARLISLE REN03998 Items #3 and #4: Broom, push, solid wood head, 6 rows of 3" horsehair blend bristles, 5' threaded hardwood handle, must have flat brushing surface with bristles all the same length: 3 72 ea. 24" Push Broom ABCO #BH11004 with #01102 handle or equal. CARLISLE Minimum guanti!y order is 24 ea. LCSB Stock #25050) REN03979/REN03985 $5.99 $.30 $3, $ " Push Broom ABCO #BH with # metal tipped handle or 4 36 ea. equal. Minimum guanti!y order is ea. (LCSB Stock #25060) $17.99 $ CARLISLE REN03980/REN03985 Interline erands, lne. d/b/a SupplyWorks

4 E Est. ~'*" Qty. U/M Item Description 5 36 ea. Broom Handle Only, 5'x 15/16" diameter, threaded end, hardwood. ABCO # or equal. Minimum guanti~ order is ea. {LCSB Stock #25090) CARLISLE REN ea. Broom Handle Only, 6'x 15/16" diameter, threaded end, hardwood. Magnolia #A-72 or equal. Minimum guantiw order is ea. (LCSB #251 00) CARLISLE REN ea. Dust Pan, ", 2Q-gauge steel. Continental #715 or equal. Minimum guantiw order is 24 ea. (LCSB Stock #25220) ImpaCT IMP ea. Dust Pan, lobby type, long plastic handle. Continental #9 or equal. Minimum guanti~ order is 48 ea. (LCSB Stock #25230) APPEAL APP ea. Total Brooms & Accessories DustMoe,s Dust Mop 18" x 5", replacement dust mop pad only, machine washable, looped ends, microfiber, must be compatible with frame included in Item #10. Rubbermaid FGJ852 or equal. Minimum guantiw order is 60 ea. (LCSB Stock #25251) RUBBERMAID FGJ852 $2.58 $3.51 $3.44 $7.88 $11.48 Special Exceptions I Considerations $92.88 $ " METEL THREAD $165. $2, $8, $4, Interline Brands, Inc. d/b/a SupplyWorks

5 E Est..l!l'*l: Qty. U/M ea. Item Description Replacement clip on dust mop frame, 18" x 5", zinc-plated, rust resistant, must be compatible with handle included in Item #13. ABCO #BH or equal. Minimum quantity order is ea. (LCSB Stock #60792) $2.11 $50.64 Special Exceptions I Considerations RENOWN REN026-IB ea. Dust Mop, 48" x 5", replacement dust mop pad only, machine washable, looped ends, microliber, must be compatible with frame included in Item #. cotton yam with ties. Rubbermaid FGJ857 or equal. Minimum quantity order is 36 ea. (LCSB Stock #25281) $25.90 $3, RUBBERMAID FGJ ea. Replacement Clip on dust mop frame 48"X 5", zinc-plated, rust resistant, must be compatible with handle in item #13 ABCO #BH or equal. Minimum quantity order is ea. (LCSB Stock #25282) $3.98 $ ea. RENOWN REN02616-IB Dust Mop Handle, Clip-on, heavy duty. Snaps onto the Clip-on frames, 180", swivel head with sliding nylon lock, 15/16" dia X 60" long, double lacquered wood handle. Must be compatible with items# 10 & #. ABCO #01406-NB or equal. Minimum quantity order is 24 ea. (LCSB Stock #60791) $6.62 $ CARLISLE REN02619 Floor Finish Sr.stem Total Dust Mops $9, ea. Replacement mop head for 18" finish mop, 18" X 5" looped fringe tightly twisted rayon synthetic blend mop. Rubbermaid #E052 or equal. Minimum quantity order is 48 ea. $14.88 $2, Interline Brands, Inc. d/b/a SupplyWorks

6 E Est..s'll: Qty. U/M (LCSB Stock #60793) Item Description Special Exceptions I Considerations 15 ea. RUBBERMAID E0 52 Floor finish bucket, 22-quart bucket with casters, lid, handle and 2 sieves Rubbermaid E051 or equal. Minimum quantity order is 6 ea. (LCSB Stock #60794) $76.95 $ RUBBERMAID RCPQ93000BU(OLDE051) 1 Total Floor Finish System Floor Machine Pads Pad, floor machine, 19" diameter x ~ or better thickness, black, ea. stripping. Norton or equal. Minimum quantity order is 250 ea. (LCSB Stock #25710) $2.34 $3, $3, m ren ea. Pad, floor machine, 19" diameter x ~ or better thickness, green, heavy scrubbing. Norton or equal. Minimum quantity order is 25 ea. (LCSB Stock #25711) $2.34 $ ea. 3m ren Pad, floor machine, 19" diameter x ~ or better thickness, beige, buff/polish, 1500 RPM. Norton or equal. Minimum quantity order is 25 ea. (LCSB Stock #257) $2.49 $ ea. 3m ren Pad, floor machine, 19" diameter x W' or better thickness, red, spray buff, 300 RPM. Norton or equal. Minimum quantity order is 50 ea. (LCSB Stock #25714) $2.34 $ M Interline Brands, Inc. d/b/a SupplyWorks

7 E Est. ~'II: Qty. U/M ea. REN Item Description Pad, floor machine, 19" diameter x W or better thickness, hogs hair, for burnishing and polishing high gloss floors. Norton or equal Minimum quantity order is 20 ea. (LCSB Stock #25715} $2.49 $49.80 Special Exceptions I Considerations ea. 3M REN Pad, dual floor machine, 13"diameter x 'W' or better thickness, black, heavy duty stripping, 350 RPM. Norton or equal. Minimum quantity order is 25 ea. (LCSB Stock #25716} $1.32 $ ea. 3M REN Pad, dual floor machine, 13" diameter x ~" or better thickness, red, spray buffing, 800 RPM. Norton or equal. Minimum quantity order is 25 ea. (LCSB Stock #25717} $1.32 $ ea. 3M REN Pad, dual floor machine, 13" diameter x 'W' or better thickness, white, extra fine polishing pad, 1000 RPM. Norton or equal. Minimum quantity order is 15 ea. (LCSB Stock #25718} $1.32 $ M REN Microfiber Products Total Floor Machine Pads $3, pkg Microfiber doth, 16" x 16", 300 g wt., Blue, doths per package. CONTICO E or equal. Minimum quantity order is 24 pkgs. (LCSB Stock #25842} $8.52 $ Interline Brands, Inc. d/b/a SupplyWorks

8 E Est. 2'11: Qty. U/M RENOWN REN03695-IB Item Description Special Exceptions I Considerations Cloths per pkg Pkg per case pkg 200 Microfiber cloth, 16" x 16", 300 g wt., Red, cloths per package. CONTICO E or equal. Minimum guantity order is 24 [!kgs. (LCSB Stock #25843) RENOWN REN03697-IB $8.52 $ Cloths per pkg Pkg per case pkg 200 Microfiber cloth, 16" x 16", 300 g wt., Yellow, cloths per package. CONTICO E or equal. Minimum guanti!y order is 24 11kgs. (LCSB Stock #25844) RENOWN REN03699-IB $8.52 $ Cloths per pkg Pkg per case 27 kits 200 Microfiber Cleaning Dolly Kit, includes metal dolly with 6" wheels, and two (2) 6-gallon buckets with handles and re-sealable lids. CPI #PTDOLL Y or equal. Minimum guanti!y order is 6 kits. (LCSB Stock #25845) nib #VALUE! ea. Pocket Microfiber Pocket Mop Pad, 18", looped with 16" pocket, with bonding yam, Blue, for use with Pocket Microfiber Frame (Item #32). CPI #WAVEPOCKET18B or equal. Minimum guantity order is 48 ea. n/b #VALUE! (LCSB Stock #25846) Interline Brands, Inc. d/b/a Supp!yWorks

9 E Est. ~'*" Qty. UIM ea. Item Description Mop Handle, heavy-duty, telescopic, adjusts 39.5"-72", for use with Pocket Microfiber Frame (Item #32). CPI #ehandle or equal. Minimum quantity order is ea. (LCSB Stock #25847) n/b #VALUE! Special Exceptions I Considerations ea. Pocketmop Microfiber Frame, 16" x 5". CPI #POCKETFRAME or equal. Minimum quantity order is ea. (LCSB Stock #25848) n/b #VALUE! 31 ea. Dilution Bucket, 1.5 gallon, with handle, blue, for use with Microfiber Cleaning Dolly Kit Item #29. CPI #ANTA 5B or equal. Minimum quantity order is 6 ea. (LCSB Stock #25851) $9.16 $ ea. MICROFIBERANDMORE MMOMB2GAL 10 Microfiber Hand Held Surface Frame, 9" x 4", with hook & loop backing. CPI #TROWEL or equal. For use with Item # 35. Minimum quantity order is ea. (LCSB Stock #25852) n/b #VALUE! ea. Microfiber Cleaning Pad, 10" x 5", white, for use with Microfiber Hand Held Surface Frame (Item #34).CPI #SNOWTROWELB9 or equal. Minimum quantity order is 48 ea. (LCSB Stock #25853) n/b #VALUE! iea. Total Microfiber Products Moe. Buckets & Accessories- No Substitutions I Mop Bucket, 35 quart, four 3" casters, oval, yellow, plastic. I $ #VALUE/ $2, I Interline Brands, Inc. d/b/a SupplyWorks

10 E Est. 2'11: Qty. U/M Item Description Continental #335-3YW. NO SUBSTITUTIONS Minimum quantity order is 20 ea. (LCSB Stock #25610) Special Exceptions I Considerations ea. Mop Bucket Wringer, downward press, yellow, plastic. Continental #SW7YW. NO SUBSTITUTIONS Minimum quanti~ order is 20 ea. (LCSB Stock #25630) $61.99 $3, ea. Total Mop Buckets & Accessories Mops 54" Hea~ Du~ Clam11 S~le Head, holds a oz. mop head. Impact Tymsaver II #61 or equal. Minimum quantity order is 48 ea. (LCSB Stock #2551 0) $7.40 $6, $1, RUBBERMAID REN ea. 60" Hea~ Du~ Wood Handle with Clear Finish, metal screw clam11 ~ has a 7" wide frame and a wing nut style fastener. Holds oz. mop head. ABC0-003-NB or equal. Minimum quantity order is 144 ea. (LCSB Stock #25511) $5.92 $2, RUBBERMAID REN dz Mop Heads, 20 oz. Cotton Blend, blue color, 4-ply, heavy-duty, machine washable, looped-ends, 5" tape sewn across the center, tail bands, packaged per case. Better Brush Minimum quantity order is 40 dz. (LCSB Stock #25550) $48.60 $6, APPEAL APP dz Mop Heads, 24 oz. Rayon, white color, 8-ply, heavy-duty, looped-ends, 1-1/4" tape sewn across the center, tail, packaged per case. Respect of Florida # or equal. $33.48 $2, Interline Brands, Inc. d/b/a SupplyWorks

11 E Est. ~'It: Qty. U/M Item Description Minimum quantity order is 24 dz. (LCSB Stock #25600) Special Exceptions I Considerations APPEAL APP18014 Restroom Accessories Total Mops $13, ea. Paper Towel Dispenser, for single fold towels, white enameled metal, with lock and key. Continental #630W or equal. Minimum quantity order is 48 ea. (LCSB Stock #25200) $21.18 $4, ea. CONTINENTAL 630W 6 Sanitary napkin disposal receptacle, " X 8.25" X 4.5", white metal with flip top opening, wall or stall mounted. Continental #250W or equal. Minimum quantity order is ea. (LCSB Stock #25920) $23.00 $1 ' CONTINENTAL 250W box Sanitary napkin disposal liners, kraft waxed liners with gusset, 500 per box, 7.5" X 3.5" X 10.25". Hospeco KL -260 or equal. Minimum quanti!y order is 40 boxes. (LCSB Stock #25930) $.42 $1, Hospeco KL260 Liners per box Boxes per case ea Toilet Tissue Dispenser, no removable parts, metal, 5"x3"x2". Continental #RT22 or equal. Minimum quantity order is 96 ea. (LCSB Stock #25210) $3.42 $ PROPLUS lnterhne 8rand3, Inc. dfbia SupplyWorks

12 E Q) -=~~: Est. Qty. U/M Item Description Soecial Exceotions I Considerations ea. Wastepaper Basket, fireproof, paneled steel, rolled top, color gray. Continental #71 N GY or equal. Minimum quantity order is 60 ea. (LCSB Stock #25830) UNITED UNRWB26GR 6 Total Restroom Accessories Misc. Cleaning Supplies $.53 $2, QT $10, case Absorbent Strips, 36"L x 4.5"W, absorbent fibers and moisture proof backing prevents chemicals and liquids from spreading into areas not being cleaned, 10 strips per package, 4 pkg. per case TOLCO # or equal. Minimum quantity order is 10 case (LCSB Stock #25321) $59.60 $1, Strips per pkg Pkg per case ABSORBANTS MIDWEST ABS ea. Bottle only, plastic, 32 oz. with embossed graduations and dilution ratios, round, must work with hand-operated sprayer (Item #47). CONTINENTAL 932CG. Minimum quantity order is 200 ea. (LCSB Stock #60956) $0.50 $ Impact Tymsaver II #61 or equal. REN ,200 ea. Bottle sprayer only, hand operated, chemical resistant, to fit 32 oz. plastic bottles, must work with 32 oz. plastic bottle (Item #46). CONTINENTAL 3303RDWH. Minimum quantity order is 200 ea. (LCSB Stock #60955) $0.78 $ IMPACT REN Interline 8rancls, Inc. d/b/a SupplyVVmks

13 E Est. 2U: Qty. U/M Item Description Special Exceptions I Considerations ea. Hi-Duster Kit, includes 18" flexible wand and chenille microfiber dusting sleeve, machine washable, must be com!;!atible with telesco!;!ic handle included in Item #50. SSS NexGen #19073 or equal. Minimum quantity order is 60 ea. (LCSB #60941) $16.18 $3, ea. RUBBERMAID FGQ8500BK 1 Hi-Duster Replacement Dusting Sleeve, 18", chenille microfiber, machine washable, must be compatible with Hi-Duster Kit included in Item #48. SSS NexGen #19072 or equal. Minimum quantity order is 48 ea. (LCSB #60947) $6.29 $ RUBERMAID FGQ85100GR ea. Telescopic Extension Pole, extends from 26" - 48", must be compatible with Hi-Dust Kit included in Item # 48 SSS NexGen #19074 or equal. Minimum quantity order is 48 ea. (LCSB #60948) $3.99 $ " TELESCOPING CARLISLE CSM ea. Janitor's Cart, blue plastic, 55"x 30"x 36", with 25 gallon yellow zippered vinyl bag, 8" rear wheels, 3" non-marking swivel casters. Continental #CMC 184BL or equal. Minimum quantity order is 4 ea. (LCSB Stock #60000) CONTINENTAL 184BL 1 $92.30 $1, ea. Odor Absorbent Powder. to contain and deodorize body fluid spills, congealing action for easy disposal, 1 lb. plastic bottle with sprinkler lid, light fragrance. AMR #P or equal. Minimum quantity order is 60 ea. $6.79 $1, Interline Brands, Inc. d/b/a SupplyWorks

14 E Est. ~'II: Qty. U/M (LCSB Stock #25650) Item Description Special Exceptions I Considerations Weight per bottle Bottles per case pair BIGD REN03020-BD 1# 6 Stripping Shoes, Black, provides floor traction while stripping or mopping floors, reusable, strap-on design, one size fits all, 3/8" thick sole pad. PAWS #13062 or equal. Minimum guantitv order is 100 pair. (LCSB Stock #25709) $8.95 $7, PAWS Pairs per case: ea. Swivel Scrub Brush, heavy-duty plastic block, without handle. Magnolia #401 0 or equal. Minimum guantitv order is ea. (LCSB Stock #60936) $24.00 $ CARLISLE REN03695-IB ea. Toilet Bowl Brush, tampico bristles, 4W'x 6" twisted wire head, 15" handle. ABCO #BH18001 or equal. Minimum guantitv order is 48 ea. (LCSB Stock #25790) $1.82 $ ea. CARLISLE REN03926 Toilet Bowl Mop, )4'', plastic handle with eyelet-angled head, acrylic fiber head with linear polyethylene handle. Wilen #WJ51000 or equal. Minimum guantitv order is 144 ea. (LCSB Stock #25800) $0.52 $3.00 IMPACT REN inter1ine Grand.:-, inc. d/b/a SupplyWorks

15 E Est.!!!'II: Qty. U/M sets Item Description Upright Scrubber Set, (Doodle Bug Kit) universal locking collar that accepts any standard handle, holds 4"x10" pads; set indudes 1 fine/white pad and 1 coarse/brown pad. This set must be packaged together in one box. Talco # White and Brown Pads or equal. Minimum guanti~ order is sets. (LCSB Stock #60937) $.85 $ Special Exceptions I Considerations ea. 3M REN Grout Brush, Nylon Bristles, 7/8in. Trim, 8 1/8 in. Handle. Durable plastic handle for grout & crevices. Proline BRU9008 or equal. Minimum guanti~ order is 24 ea. (LCSB Stock #60934) $0.99 $ boxes IMPACT REN Scouring Pad, Nylon, Heavy Duty, Scouring Pad, 6"x9", Green. Premiere Pads #186 or equal. Minimum guanti~ order is 15 boxes. (LCSB Stock #25708) $6.40 $5.00 3M REN /BX ea. Garbage can, 44 Gallon Utility container, Durable, bottom designed to support garbage can dolly. Rubbermaid Brute or Must work with #61. NO SUBSTITUTIONS Minimum guantl~ order is ea. (LCSB Stock #25831) $38.80 $1, RCP264300GY 4/CS ea. Garbage Can Dolly. Easy mobility and maneuverability of heavy loads up to 350 lbs, All plastic construction, rust resistant, heavy duty wheels w/swivel capabilities. Rubbermaid Brute 2640 or equal. Must fit #62. NO SUBSTITUTIONS Minimum guanti~ order is 5 ea. (LCSB Stock #25832) $36.75 $2, jea. RCP264000BLA 2/CS jextension Cord, 10', Orange, outdoor, 13 amp. Total Misc. Cleaning Sue.e.lies Misc. Hardware $2.931 $24,2.38 $70.32 I Interline Brands, Inc. d!b!a Supply Works

16 E Est. ~'It: Qty. U/M Item Description Ace Hardware # or equal. Minimum quantity order is ea. (LCSB Stock #26302) Special Exceptions I Considerations ea. SOUTHWIRE EACH Extension Cord, 25', Orange, outdoor, 15 amp. Ace Hardware #34083 or equal. Minimum quantity order is ea. (LCSB Stock #26303) $6.15 $ SOUTHWIRE EACH ea. Home and Garden Sprayer, pump-up, 2-gallon poly tank, pressure relief valve, long reach steel wand, adjustable brass nozzle. Ace Hardware # or equal. Minimum quantity order is 5 ea. (LCSB Stock #60940) $23.00 $ ea. RLF RLF1972 EACH Home and Garden Sprayer, pump-up, 1-gallon poly tank, pressure relief valve, long reach steel wand, adjustable brass nozzle. Ace Hardware # or equal. Minimum quantity order is 5 ea. (LCSB Stock #60944) $19.00 $ ea. RLF 2201HD EACH Putty Knife, 1.25" wide steel blade, chisel. Ace Hardware #04908 or equal. Minimum quantity order is 48 ea. (LCSB Stock #26270) $0.54 $86.40 INTERLINE 8108 EACH lntertlne Brands, Inc. dfbia Supp!yWorks

17 E Est. ~'It: a_~ U/M Item Description Special Exceptions I Considerations 67 ea. Safety Gas Can, 5 gallon, deep drawn 2 piece no weld construction, 24 gauge hot dipped galvanized steel, spring closing lid with neoprene gasket includes funnel, meets OSHA and NFPA code 30 requirements, Type I, ULand ULC listed, FM approved. Ace Hardware #72158 or equal. Minimum quantity order is 6 ea. (LCSB Stock #26033) $32.82 $ JUSTRITE EACH 68 ea. EPA Gas Can, 1 gallon for mixing. Ace Hardware # or equal (LCSB Stock #26034) MIDWEST MWC00 EACH ea. indirect vent ports to reduce fogging, fits over personal glasses, meets Ace Hardware #26221 or equal. Minimum quantity order is 24 ea. (LCSB Stock #26035) LEGENDFORCE EACH ea. Scraper, 4" blade, 4' handle. Continental #2562 or equal. Minimum quantity order is ea. (LCSB Stock #60945) UNGER REN03880-IB EACH Scraper Replacement Blades only, 4", 10 blades/package. Blades 71 0 pkg must come in own package container Continental #2557 or equal. Minimum quantity order is 20 pkg. (LCSB Stock #60946) UNGER REN Total Misc.Hardware $7.00 $1.62 $5.49 $3.35 $84.00 $ $ $ $2, lnter1ine Brands, Jno: d/b/a SupplyW~rY.

18 E Est..S!'II: Qty. U/M 72 ea. INTERIOR Entrance Mat Item Description Misc. Items 3'X5' Waterhog Classic #200 or equal. Minimum guanti~ order is 6 ea. {LCSB Stock #601 00) $55.75 $ Special Exceptions I Considerations 73 ea. ANDERSEN 200 EACH INTERIOR Entrance Mat 4'X 6' Waterhog Classic #200 or equal. Minimum guanti~ order is 6 ea. {LCSB Stock #60101) $85.00 $1, ea. ANDERSEN 200 EACH EXTERIOR Entrance Mat 3'X 5' Super Scrape #555 or equal. Minimum guanti~ order is 6 ea. {LCSB Stock #601 02) $52.50 $ ea. ANDERSEN 555 EACH EXTERIOR Entrance Mat 4'X 6' Super Scrape #555 or equal. Minimum guanti~ order is 6. {LCSB Stock #60103) $84.00 $1, ANDERSEN 555 EACH Total Misc. Items $3, Additional percentage discount off balance of line for items not specified: % Interline Brands, Inc. dfbia Supp!yWorks

19 Signature and Information Form Subcontractors must be approved by the District. If the vendor elects to subcontract, it will be at no additional cost to the Lake County School Board. Subcontracting any of the Lake County School Board's projects will in no way relieve the vendor from fulfilling all obligations arising under this contract. For reimbursement of subcontracting, the vendor must submit a copy of the subcontractor's invoice and have received prior approval from a representative of the Lake County School Board. We have reviewed in its entirety this Invitation to Bid and agree to adhere to all of the terms and conditions included herein. DYes ~No, list of exceptions that we would like to be considered is attached. We submit our prices and agree to adhere to all terms and conditions and to make delivery within 3-5 days after receipt of orders or continuous delivery as specified. Company: Interline Brands Inc./ SupplyWorks Mailing Addres City: Jacksonville State: E1 Zip:32207 Signature: ~r-~r ~~~ t::2. an arver Title: _M_ercha _ ndising Compr~ance Manager Type name: 4& 6 A.eV e/!j Telephone #:?a()- tf-7' - ~~.3D x f~ Date: ~ -1'~ Bids-RFP@inleriinebrands.com Fax#: ~a- $t7"- Sfi/P Primary Contact for Work Type name: John Govich Title: Account Executive Telephone #: Fax#: address that will accept Lake County School Board Purchase Orders: Bids-RFP@interiinebrands.com Remit to address for payment: Company Interline Brands Inc. I SupplyWorks Address:701 San Marco Blvd. *15th Floor City: Jacksonville State: Fl. Zip:32207 *Bids Department #4422DG - Janitorial Supplies for Warehouse Stock Page 1 of 13

20 INFORMATION ITEMS ONLY (This information will not affect the contract award). Indicate additional percentage discount if estimated number of actual orders per item exceeds 10% of the estimated quantities during each term of the agreement: Q% The District utilizes a P-Card and in some cases would make purchases utilizing the P-Card. Indicate if your firm has the capability of accepting the P-Card for purchases at no additional charge to the District. [8:1 Yes D No Since the use of a P-Card provides earlier payment to the vendor indicate if your firm would negotiate an additional discount to the District when a P-Card is used. DYes [8:1 No You agree to sell to other governmental agencies under this bid award subject to the same terms and conditions, including pricing. [8:1 Yes DNa #4422DG - Janitorial Supplies for Warehouse Stock Page 2 of 13 Interline Brands, Inc. d/b/a SupplyWorks

21 REFERENCE FORM (Duplicate as needed) FOR: Interline Brands Inc. SupplyWorks Name of Reference: Pinellas County Schools Address: South Belcher Road City: Largo State: FL Zip: Contact Person: Doug Abbott Phone: Private Sector: DYes [;gl No Public Sector: [;gl Yes D No School/University: [;gl Yes D No Annual Dollar Volume: $ If school/university, please identify: School Please state if services rendered by vendor were obtained by RFP, bid, contract, agreement, or other (specify): [;gl Length of Account: Months 15 Years State if bid, contract, agreement has been renewed: DYes [;gl No If bid, contract, agreement has been renewed, state length of time: Months Years If bid, contract, agreement. has not been renewed, state the reason for non-renewal: THIS SPACE FOR LAKE COUNTY SCHOOL BOARD USE ONLY Additional information provided by reference: #4422DG - Janitorial Supplies for Warehouse Stock Page 3 of 13

22 REFERENCE FORM (Duplicate as needed) FOR: Interline Brands Inc. I SupplyWorks Name of Reference: Charter Schools USA Address: 800 Corporate Drive. Ste.4 City: Fort Lauderdale State: FL. Zip: Contact Person: Keith Jaggon Phone: X 1488 Private Sector: DYes [2J No Public Sector: [2J Yes D No School/University: [2J Yes D No Annual Dollar Volume: $ If school/university, please identify: School Please state if services rendered by vendor were obtained by RFP, bid, contract, agreement, or other (specify): [2J Length of Account: Months 1 Years State if bid, contract, agreement has been renewed: DYes [2J No If bid, contract, agreement has been renewed, state length of time: Months Years If bid, contract, agreement has not been renewed, state the reason for non-renewal: THIS SPACE FOR LAKE COUNTY SCHOOL BOARD USE ONLY Additional information provided by reference: #4422DG - Janitorial Supplies for Warehouse Stock Page 4 of 13

23 REFERENCE FORM (Duplicate as needed) FOR: Interline Brands Inc. I SUpplyWorks Name of Reference: City of Tampa I Tampa Convention Center Address: 333 S. Franklin Stree City: Tampa State: FL Zip: Contact Person: Jeff A. Miller Phone: Private Sector: DYes [8J No Public Sector: [8J Yes D No School/University: DYes [8J No Annual Dollar Volume: $ If school/university, please identify: Convention Center Please state if services rendered by vendor were obtained by RFP, bid, contract, agreement, or other (specify): [8J Length of Account: Months ~Years State if bid, contract, agreement has been renewed: DYes [8J No If bid, contract, agreement has been renewed, state length of time: Months Years If bid, contract, agreement has not been renewed, state the reason for non-renewal: THIS SPACE FOR LAKE COUNTY SCHOOL BOARD USE ONLY Additional information provided by reference: #4422DG - Janitorial Supplies for Warehouse Stock Page 5 of 13

24 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- Lower Tier Covered Transactions This certification is required by the Department of Education regulations implementing Executive Order 549, Debarment and Suspension, 34 CFR Part 85, for all lower tier transactions meeting the threshold and tier requirements stated at Section Instructions for Certification 1. By signing and submitting this proposal, the prospective lower tier participant is providing the certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms "covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," " person," "primary covered transaction," " principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this proposal that it will include the clause titled o Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion-Lower Tier Covered Transactions, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that it is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may but is not required to, check the Nonprocurement List. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. NAME OF APPLICANT Brands Inc. Sup I Works ~NO TITLE OF AUTHORIZED REPRESENTATIVE PRIAWARD NUMBER AND/OR PROJECT NAME 1/. I lf(j DATE 4422DG Janitorial Su plies #4422DG - Janitorial Supplies for Warehouse Stock Page 6 of 13 Interline Brands, Inc. d/b/a SupplyWorks

25 ED ,9/90 (Replaces GCS-009 (REV./88), which is obsolete) SWORN STATEMENT UNDER SECTION (3) (a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES This form must be signed and sworn to in the presence of a notary public or other officer authorized to administer oaths. 1. This sworn statement is submitted to School Board of Lake County by Ran Garver, Merchandising Compliance Manager for Interline Brands Inc. I SupplyWorks Whose business address is: 701 San Marco Blvd Jacksonville Florida (If applicable) its Federal Employer Identification Number (FEIN) is: (If the entity has no FEIN, include the Social Security Number of the individual signing this swam statement on the attached sheet.) Required as per IRS Form W I understand that a "public entity crime" as defined in Paragraph (1 )(g), Florida Statutes. means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including but not limited to, and bid or contract for goods or services to be provided to any public entity or agency or political subdivision or any other state or of the Unites States, and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. I understate that "convicted" or "conviction" as defined in Paragraph (1} (b), Florida Statutes. means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 4. I understand that "affiliate" as defined in Paragraph (1 )(a), Florida Statutes means: A. A predecessor or successor of a person convicted of a public entity crime or; B. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those offices, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not fair market value under an arm's length agreement, shall be a facie case that one person controls another person. A person who knowingly enters into a join venture with a person who has been convicted of a public entity crime in Florida during the proceeding 36 months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph (1) (c), Florida Statutes. means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of the entity. #4422DG - Janitorial Supplies for Warehouse Stock Page 7 of 13

26 6. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting those sworn statements. (Please indicate which statement applies.) [8] Neither the entity submitted this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity nor affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, D The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, member, or agents who are active in management of the entity, or an affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, D The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, member, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, However, there has been subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearing and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach a copy of the final order) I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION IDA STATUTES, FOR CATEGORY TWO OR ANY CHANGE IN THE INFORMATION CO t FORM. state of Ronda l (S~nature) I I!p (Date) COUNTY OF---':D_I~U:.LV!... 'fj_._i_ PERSONALLY APPEARED BEFORE ME, the undersigned authority, -"Ran Garver (Name of individual signing) #4422DG - Janitorial Supplies for Warehouse Stock Page 8 of 13

27 PROJECT IDENTIFICATION: Bid #4422DF Bid Name: Janitorial Supplies for Wasehouse Stock SOCIAL SECURITY NUMBER: , (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement on the attached sheet.) Required as per IRS Form W-9. #4422DG - Janitorial Supplies for Warehouse Stock Page 9 of 13 Interline Brands, Inc. d/b/a SupplyWorks

28 NON-COLLUSION AFFIDAVIT State of Florida County of Duval Ran Garver being first duly sworn deposes and says that: (1 ~ he is the Representative of the Proposer that has submitted the attached Proposal; (2) Q she is fully informed respecting the preparation and contents of the attached Proposal and of all pe~nt circumstances respecting such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said Proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or Indirectly, with any other Proposer, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Proposer, firm or person to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Proposer, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person Interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement rmq_ on the part of the Proposer or any other of Its agents representatives, owners, employees or parties in interest, including this affiant. Sig ed, sealed, and delivered In the presence of:.,,,...,,,, ',,~,,,.:.~ B~''' BY: ~' ~...,,,., ~~ ~poltci. ~n ",!IIIIi, 'QP ' u " ~A:... 0 {<. #~~. Ran Garver Print Name. rlercfla!idl I com n Iii! Title: :.;.. M. s ng p i3nce :mage ()_..#Jl= l~l SEAL \5l : : :. a 1 ~ 1978 : : ~... $ ~ A,.,, *, ' ~...;~... ~...,...,,,,...,,,,,,, JERS,,... #4422DG - Janitorial Supplies for Warehouse Stock Page 10 of 13

29 INFORMATION ONLY (This information will not affect the contract award) Lake County School Board CONDITIONS FOR EMERGENCY/HURRICANE OR DISASTER It is hereby made part of this invitation to bid that, before, during, and after a public emergency, hurricane, disaster, flood, or acts of God, that the School Board of Lake County, Florida, shall require a "first priority" basis for goods and services. It is vital and imperative that the majority of citizens are protected from any emergency situation which threatens public health and safety, as determined by the School Board of Lake County, Florida. Vendor/Contractor agrees to rent/sell/lease all goods and services to the School Board of Lake County, Florida, as opposed to a private citizen on a first priority basis. Vendor/Contractor shall furnish a 24-hour phone number in the event of such an emergency. by understand and agree to the above statement. Signature Ran Garver Print Name Interline Brands Inc. I SupplyWorks Name of Company Merchandising Compliance Manager Title Emergency Contact: John Govich Emergency Telephone Number: (813) Home Telephone Number: Beeper or Cell Phone Number: (813) Address: jgovich@supplyworks.com D I cannot comply with this request. Signature Name of Company Print Name Title #4422DG - Janitorial Supplies for Warehouse Stock Page 11 of 13

30 Name of bidder: BIDDER'S STATEMENT OF PRINCIPAL PLACE OF BUSINESS (To be completed by each Bidder) Interline Brands Inc. I SupplyWorks Identify the state in which the bidder has its principal place of business: :...F..:.. Io::::..:...: ri-=dc:::a= INSTRUCTIONS: IF your principal place of business above is located within the State of Florida, provide the information as indicated above and return this form with your bid response. No further action is required. IF your principal place of business is outside of the State of Florida, the following must be completed by an attorney and returned with your bid response. Failure to comply shall be considered to be non-responsive to the terms of this solicitation. OPINION OF OUT-OF-STATE BIDDER'S ATIORNEY ON BIDDING PREFERENCES (To be completed by the Attorney for an Out-of-State Bidder) NOTICE: Section (2), Fla. Stat., provides that "a vendor whose principal place of business is outside this state must accompany any written bid, proposal, or reply documents with a written opinion of an attorney at law licensed to practice law in that foreign state, as to the preferences, if any or none, granted by the law of that state [or political subdivision thereof] to its own business entities whose principal places of business are in that foreign state in the letting of any or all public contracts." See also: Section (1), Fla. Stat. LEG ABOUTS (Please Select One) The bidder's principal place of business is i e State of and it is my legal opinion that the laws of that state do not grant a preference in the ing of any or all public contracts to business entities whose principal places of business are in that state. The bidder's principal place of business is in the State f and it is my legal opinion that the laws of that state grant the following preference(s) in the I tting of any or all public contracts to business entities whose principal places of business are in that state: [Pie se describe applicable preference(s) and identify applicable state law(s)]: LEGAL OPINION ABOUT POLITICAL SUBDIVISION Bl (Please Select One) The bidder's principal place of business is i he political subdivision of and it is my legal opinion that the laws of that political subdivision d ot rant a reference in the letting of any or all public contracts to business entities whose principal places of bu ness are in that political subdivision. The bidder's principal place of busi ss is in the political subdivision of and it is my legal opinion that the laws of that political subdi sian grant the following preference(s) in the letting of any or all public contracts to business entities whose pri ipal places of business are in that political subdivision: [Please describe applicable preference(s) and identify plicable authority granting the preference(s)]: #4422DG - Janitorial Supplies for Warehouse Stock Page of 13

31 Address of out-of-state bidder's attorney: Telephone Number of out-of-state bidder's attorney: (_) - address of out-of-state bidder's attorney: Attorney's states of bar admission: #4422DG - Janitorial Supplies for Warehouse Stock Page 13 of 13

Enclosed, for your records, is an executed copy of your agreement with the Lake County School Board.

Enclosed, for your records, is an executed copy of your agreement with the Lake County School Board. LAKE COUNTY SCHOOLS Leading our Children to Success Procurement Services 29529 CR 561 Tavares FL 32778 (352) 253-6760 Fax: (352) 253-6761 http://lake.k12.f/.us January 16, 2015 Ms. Heather Aberle Tri-Ed/Northern

More information

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID U Directional Boring Utility Department INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to

More information

INVITATION TO BID-R Frieda Zamba Pool Renovations

INVITATION TO BID-R Frieda Zamba Pool Renovations INVITATION TO BID-R-06-01 Frieda Zamba Pool Renovations Purpose: The City of Palm Coast is requesting bids from general contractors for the renovations of the Frieda Zamba Pool. The outdoor, unsheltered

More information

SUBCONTRACTOR PRE-QUALIFICATION STATEMENT

SUBCONTRACTOR PRE-QUALIFICATION STATEMENT SUBCONTRACTOR PRE-QUALIFICATION STATEMENT Instructions: All subcontractor and supplier firms (a.k.a. Subcontractor ) soliciting to bid projects with (hereinafter referred to as Jacquin & Sons ) are required

More information

Contract Reference Number: Website for on-line ordering with Bid terms:

Contract Reference Number: Website for on-line ordering with Bid terms: Diskovery Educational Systems Contract Reference Number: Website for on-line ordering with Bid terms: Vendor Contact: email: Phone Number: Fax Number: Discount Exceptions: General Freight Terms: Freight

More information

INVITATION TO BID SCHOOL BOARD OF LAKE COUNTY PURCHASING DEPARTMENT COUNTY ROAD 561 TAVARES, FLORIDA

INVITATION TO BID SCHOOL BOARD OF LAKE COUNTY PURCHASING DEPARTMENT COUNTY ROAD 561 TAVARES, FLORIDA COMPANY NAME: INVITATION TO BID SCHOOL BOARD OF LAKE COUNTY PURCHASING DEPARTMENT 29529 COUNTY ROAD 561 TAVARES, FLORIDA 32778-2496 The School Board of Lake County, located in Tavares, Florida, solicits

More information

APAC Paper & Packaging Corp Supplies. Audio Visual Equipment &

APAC Paper & Packaging Corp Supplies. Audio Visual Equipment & Line Item #1 BOTTLE, PLASTIC, GRADUATED, W/TRIGGER SPRAYER 24 OZ. Quantity: 144 Manufacturer: Continental Model Number: 924B & 110220 0.60 Line Item #2 BOTTLE, PLASTIC, GRADUATED, W/TRIGGER SPRAYER 32

More information

REQUEST FOR PROPOSALS FOR $3,700,000 LINE OF CREDIT NON-REVOLVING TAX-EXEMPT NON-BANK QUALIFIED SPECIAL ASSESSMENTS PROGRAM PROJECT #: LOC-1501

REQUEST FOR PROPOSALS FOR $3,700,000 LINE OF CREDIT NON-REVOLVING TAX-EXEMPT NON-BANK QUALIFIED SPECIAL ASSESSMENTS PROGRAM PROJECT #: LOC-1501 REQUEST FOR PROPOSALS FOR $3,700,000 LINE OF CREDIT NON-REVOLVING TAX-EXEMPT NON-BANK QUALIFIED SPECIAL ASSESSMENTS PROGRAM PROJECT #: LOC-1501 Distributed: December 4, 2015 Responses Due: January 6, 2016

More information

INVITATION FOR BID PAINTING SERVICES PALATKA HOUSING AUTHORITY

INVITATION FOR BID PAINTING SERVICES PALATKA HOUSING AUTHORITY INVITATION FOR BID PAINTING SERVICES PALATKA HOUSING AUTHORITY The PHA plans to issue an IFB on August 29, 2013 for Painting Services. Sealed bids will be accepted by the Palatka Housing Authority (PHA),

More information

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts The Gordon County Board of Commissioners is accepting sealed written bids from qualified vendors to provide Public Works Related Materials and Services. Bid specifications and bid forms are attached. Your

More information

BAKER COUNTY BOARD OF COUNTY COMMISSIONERS

BAKER COUNTY BOARD OF COUNTY COMMISSIONERS BAKER COUNTY BOARD OF COUNTY COMMISSIONERS MOSQUITO CONTROL SERVICES BID # 2016-04 BAKER COUNTY BOARD OF COUNTY COMMISSIONERS ADMINISTRATION OFFICE 55 N THIRD STREET MACCLENNY, FL 32063 PHONE: 904-259-3613

More information

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING

FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING INVITATION TO BID FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING BID #2018-13 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904)

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID The City of Fernandina Beach, Florida is accepting competitive sealed bids for 2500 PSI & 3000 PSI CONCRETE The City will receive sealed bids at the

More information

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park Issued By: Town Manager 3150 Southwest 52 nd Avenue Pembroke Park,

More information

INVITATION TO BID The Lodge Indoor Pool Deck Chairs

INVITATION TO BID The Lodge Indoor Pool Deck Chairs INVITATION TO BID The Lodge Indoor Pool Deck Chairs The City of Des Peres is soliciting bids for seventy-five indoor pool deck chairs for The Lodge Des Peres. Bids will be accepted until 1:30 pm on Tuesday,

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION INTRODUCTON The City of Fernandina Beach, Florida, is accepting sealed bids at the location

More information

Invitation to Bid-B A Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance

Invitation to Bid-B A Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Invitation to Bid-B-06-01-A Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Purpose: The City of Palm Coast, Flagler County, Florida is accepting proposals to provide underbrush mowing (Fire

More information

City of Seneca Planning & Development REQUEST FOR PROPOSALS JANITORIAL SERVICES RFP

City of Seneca Planning & Development REQUEST FOR PROPOSALS JANITORIAL SERVICES RFP City of Seneca Planning & Development REQUEST FOR PROPOSALS JANITORIAL SERVICES RFP 2019-001 THIS IS NOT AN ORDER PROJECT REQUEST NUMBER: RFP 2019-001 DATE OF INVITATION: APRIL 4, 2019 PROPOSALS WILL BE

More information

3B 72) 1.0 INTRODUCTION

3B 72) 1.0 INTRODUCTION 1.0 INTRODUCTION Peace River Manasota Regional Water Supply Authority Request for Statement of Qualifications From s For Regional Integrated Loop System Phase 3B Interconnect Project (Preymore Interconnect

More information

Request for Quotation RFQ# 101

Request for Quotation RFQ# 101 DISTRICT BUSINESS OFFICE - PURCHASING 33 Gough Street, San Francisco, CA 94103 Phone: 415-487-2413 Fax: 415-241-2326 Request for Quotation RFQ# 101 Furnish light fixtures, delivered to 50 Ocean Avenue,

More information

INVITATION TO BID SCHOOL BOARD OF LAKE COUNTY PURCHASING DEPARTMENT COUNTY ROAD 561 TAVARES, FLORIDA

INVITATION TO BID SCHOOL BOARD OF LAKE COUNTY PURCHASING DEPARTMENT COUNTY ROAD 561 TAVARES, FLORIDA COMPANY NAME: Insert Company Name INVITATION TO BID SCHOOL BOARD OF LAKE COUNTY PURCHASING DEPARTMENT 29529 COUNTY ROAD 561 TAVARES, FLORIDA 32778-2496 The School Board of Lake County, located in Tavares,

More information

--DELIVERIES ARE TO BE TAILGATED --ONLY BID AND DELIVER AMOUNTS STATED --PRICES SHALL BE EXTENDED NO FARTHER THAN TWO PLACES PAST THE DECIMAL--

--DELIVERIES ARE TO BE TAILGATED --ONLY BID AND DELIVER AMOUNTS STATED --PRICES SHALL BE EXTENDED NO FARTHER THAN TWO PLACES PAST THE DECIMAL-- CHAMPAIGN COMMUNITY SCHOOL DISTRICT NO. 4 CHAMPAIGN, ILLINOIS BID SPECIFICATIONS CUSTODIAL SUPPLIES (15-16 SCHOOL YEAR) --DELIVERIES ARE TO BE TAILGATED --ONLY BID AND DELIVER AMOUNTS STATED --S SHALL

More information

*Pricing is firm from March 1, February 28, Allied Eagle AWARDED VENDOR APAC PAPER & PACKAGING CORP.

*Pricing is firm from March 1, February 28, Allied Eagle AWARDED VENDOR APAC PAPER & PACKAGING CORP. Line Item #1 ABSORBENT, BLOOD BORNE PATHOGENS/BODY FLUIDS # 24 1 LB. BAGS Manufacturer: Voban Model Number: 55130 Line Item #2 BOTTLE, PLASTIC, GRADUATED, W/TRIGGER SPRAYER 24 OZ. Manufacturer: Continental

More information

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Paving Materials - Signs

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Paving Materials - Signs The Gordon County Board of Commissioners is accepting sealed written bids from qualified vendors to provide Paving and Related Materials and Services. Bid specifications and bid forms are attached. Your

More information

APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION

APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION Construction Purchasing Department 3661 Interstate Park Rd. N., 2 nd Floor Riviera Beach, FL 33404 Phone:

More information

INVITATION TO BID CONSTRUCTION BID EXTEND FIRE TRUCK BAY AT FIRE STATION 20 BID #

INVITATION TO BID CONSTRUCTION BID EXTEND FIRE TRUCK BAY AT FIRE STATION 20 BID # INVITATION TO BID CONSTRUCTION BID EXTEND FIRE TRUCK BAY AT FIRE STATION 20 BID #2016-08 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904) 259-3613 Website:

More information

THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA RENEWAL VENDOR PREQUALIFICATION PROGRAM

THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA RENEWAL VENDOR PREQUALIFICATION PROGRAM THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA RENEWAL VENDOR PREQUALIFICATION PROGRAM Pursuant to State Requirements for Educational Facilities, Chapter 4, Section 4.1 Prequalification of Contractors

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-13 UTILITIES

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-13 UTILITIES CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-13 UTILITIES INTRODUCTION The City of Fernandina Beach, Florida is accepting competitive sealed bids for 4,300 LF of 12 HDPE DIP DR 11 in 50 LF lengths.

More information

Campbell Supply Company Captial Sanitary Egan Supply Company Fastenal First Choice Genisis Hillyard Iowa DM Supply

Campbell Supply Company Captial Sanitary Egan Supply Company Fastenal First Choice Genisis Hillyard Iowa DM Supply Des Moines Independent Community School District Division of Purchasing 1915 Prospect Road Suite 1200 Instructions: We do not guarantee the required quantities as these are estimates only; based on an

More information

AWARDED VENDOR APAC PAPER & PACKAGING CORP. NO AWARD Unit Price. Brand. Allied Building Service. Allied Building Service. Allied Building Service

AWARDED VENDOR APAC PAPER & PACKAGING CORP. NO AWARD Unit Price. Brand. Allied Building Service. Allied Building Service. Allied Building Service Line Item #1 ABSORBENT, BLOOD BORNE PATHOGENS/BODY FLUIDS # 24 1 LB. BAGS Manufacturer: Voban Model Number: 55130 NO AWARD Unit Price Line Item #2 BOTTLE, PLASTIC, GRADUATED, W/TRIGGER SPRAYER 24 OZ. Manufacturer:

More information

REQUEST FOR QUOTE 18-PRW SPECIFICATIONS FOR PORTABLE RESTROOM/WASH STATION RENTAL & CLEANING SERVICES FOR THE JACKSONVILLE PORT AUTHORITY

REQUEST FOR QUOTE 18-PRW SPECIFICATIONS FOR PORTABLE RESTROOM/WASH STATION RENTAL & CLEANING SERVICES FOR THE JACKSONVILLE PORT AUTHORITY REQUEST FOR QUOTE 18-PRW SPECIFICATIONS FOR PORTABLE RESTROOM/WASH STATION RENTAL & CLEANING SERVICES FOR THE JACKSONVILLE PORT AUTHORITY Return responses no later than THURSDAY, NOVEMBER 16, 2017 by 2:00PM

More information

INVITATION TO BID PW CONTRACTUAL CLEANING SERVICES FOR THE CITY OF PALM COAST, FLORIDA

INVITATION TO BID PW CONTRACTUAL CLEANING SERVICES FOR THE CITY OF PALM COAST, FLORIDA INVITATION TO BID PW-05-05 CONTRACTUAL CLEANING SERVICES FOR THE CITY OF PALM COAST, FLORIDA The purpose of this Invitation to Bid is for contractual cleaning services for the City of Palm Coast buildings

More information

GORDON COUNTY BOARD OF COMMISSIONERS COPIER BID. Company Name: Authorized Proposer: Date

GORDON COUNTY BOARD OF COMMISSIONERS COPIER BID. Company Name: Authorized Proposer: Date Company Name: Authorized Proposer: Date Where is the location of your service organization assigned to handle this account. Is the service location servicing this account owned and a part of your Company?

More information

Polk County Workforce Development Board, Inc.

Polk County Workforce Development Board, Inc. Polk County Workforce Development Board, Inc. Request for Proposal For Furniture Purchase & Installation including Carpet and Paint RFP PWDB-14-YLWH-01 ISSUE DATE: September 15, 2014 PROPOSALS DUE: September

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

Convert Six East/West Tennis Courts to a North/South Orientation

Convert Six East/West Tennis Courts to a North/South Orientation Convert Six East/West Tennis Courts to a North/South Orientation Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

More information

Request for Services Evaluate Cell Tower Lease Rates

Request for Services Evaluate Cell Tower Lease Rates Request for Services Evaluate Cell Tower Lease Rates Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org Cell

More information

INVITATION TO BID VEHICLE MAINTENANCE AND REPAIRS FOR COUNTY EMS AND FLEET VEHICLES BID #

INVITATION TO BID VEHICLE MAINTENANCE AND REPAIRS FOR COUNTY EMS AND FLEET VEHICLES BID # INVITATION TO BID VEHICLE MAINTENANCE AND REPAIRS FOR COUNTY EMS AND FLEET VEHICLES BID #2016-06 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904) 259-3613

More information

City and County of Denver D E N V E R I N T E R N A T I O N A L A I R P O R T

City and County of Denver D E N V E R I N T E R N A T I O N A L A I R P O R T Page Attachment 6, Mandatory RFP Questions I. ATTACHMENT 2, PROPOSAL FORMS Attachment 2, Part Proposal Acknowledgement Letter City and County of Denver D E N V E R I N T E R N A T I O N A L A I R P O R

More information

Contract Attachment 2 Federal Required Assurances CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE

Contract Attachment 2 Federal Required Assurances CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE CERTIFICATION REGARDING ENVIRONMENTAL TOBACCO SMOKE Department of Health and Human Services Division of Mental Health, Developmental Disabilities and Substance Abuse Services Certification for Contracts,

More information

1.0 INTRODUCTION. Request for Qualifications Phase 1 Interconnect Project Directional Drill Subcontractor Page 1 of 21

1.0 INTRODUCTION. Request for Qualifications Phase 1 Interconnect Project Directional Drill Subcontractor Page 1 of 21 1.0 INTRODUCTION Peace River Manasota Regional Water Supply Authority Request for Statement of Qualifications From s For Regional Integrated Loop System Phase 1 Interconnect Project (U.S. 17 to Punta Gorda)

More information

Replace Transmission - Bulldozer

Replace Transmission - Bulldozer Replace Transmission - Bulldozer Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org Replace Transmission Bulldozer

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6104 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

CONTRACTOR PRE-QUALIFICATION APPLICATION FORM

CONTRACTOR PRE-QUALIFICATION APPLICATION FORM The School Board of Broward County, Florida Abby M. Freedman, Chair Nora Rupert, Vice Chair Robin Bartleman Heather P. Brinkworth Patricia Good Donna P. Korn Laurie Rich Levinson Ann Murray Dr. Rosalind

More information

CATEGORY REPORT BAG-PAPER

CATEGORY REPORT BAG-PAPER 12# WOLF 40# BASIS WEIGHT WHITE BAG 500/ BAG-GW12 80982 500/ 19.000 00079594809825 7 1/16" x 4 1/2" x 13 3/4" 8 X 3 X 2 INCH HEALTH GARDS NECESSITIES COURTESY BAGS PRINTED WHITE 500/CS HOS-HOTEL-50 HOTEL-500

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) Purchasing Division INVITATION TO BID (ITB) 18-038 CONCRETE CULVERTS (Annual Bid) April 2018 TABLE OF CONTENTS INVITATION...3 SECTION I. GENERAL TERMS AND CONDITIONS... 4 SECTION II. THE COUNTY S RESERVATION

More information

RFQu # Musical Instruments July 25, 2018

RFQu # Musical Instruments July 25, 2018 RFQu # 18-178 Musical Instruments July 25, 2018 Collier County Public Schools (CCPS) will accept submittals for RFQu (Request for Qualifications) #18-178 Musical Instruments. Products and services requested

More information

Attachment A Required Submission Documents BIDDER INFORMATION

Attachment A Required Submission Documents BIDDER INFORMATION Company Name: BIDDER INFORMATION Company Address: Authorized By (typed or printed name): Title: Authorized Signature: Date: Telephone Number: Fax Number : Email Address: Company s Web Page: Remit to Name:

More information

ST. JOHNS RIVER STATE COLLEGE FOUNDATION, INC ST. JOHNS AVENUE PALATKA, FLORIDA (386)

ST. JOHNS RIVER STATE COLLEGE FOUNDATION, INC ST. JOHNS AVENUE PALATKA, FLORIDA (386) ST. JOHNS RIVER STATE COLLEGE FOUNDATION, INC. 5001 ST. JOHNS AVENUE PALATKA, FLORIDA 32177 (386) 312-4270 REQUEST FOR PROPOSAL THE ST. JOHNS RIVER STATE COLLEGE FOUNDATION, INC. IS ACCEPTING SEALED PROPOSALS

More information

Bid: Floor Cleaning (Kitchens & Dining Rooms) Due: May 3, 10:00 a.m.

Bid: Floor Cleaning (Kitchens & Dining Rooms) Due: May 3, 10:00 a.m. DOTHAN CITY SCHOOLS Invitation to Bid Bid: Floor Cleaning (Kitchens & Dining Rooms) Due: May 3, 2017 @ 10:00 a.m. The Dothan City Board of Education will accept bids until 10:00 a.m. on Wednesday, May

More information

Policy E-06: Added (c) to reflect policy (no change). April 1, 2013 Policy E-09: Added more information to reflect changes in QFR process.

Policy E-06: Added (c) to reflect policy (no change). April 1, 2013 Policy E-09: Added more information to reflect changes in QFR process. Alberta Health Alberta Aids to Daily Living Stationary Commodes, Mattress Overlays, Transfer Pole-Aids and Transfer Bed Rails Benefits Policy & Procedures Manual July 1, 2013 Transfer Bed Rails Benefits,

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-09 FLEET DIVISION (Garage, Golf & Airport)

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-09 FLEET DIVISION (Garage, Golf & Airport) CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-09 FLEET DIVISION (Garage, Golf & Airport) INTRODUCTION The City of Fernandina Beach, Florida is accepting competitive sealed bids for annual requirements

More information

REQUEST FOR PROPOSALS FEMA CONSULTANT SERVICES DUPLIN COUNTY, NORTH CAROLINA SUBMISSION DATE: October 19, 2018

REQUEST FOR PROPOSALS FEMA CONSULTANT SERVICES DUPLIN COUNTY, NORTH CAROLINA SUBMISSION DATE: October 19, 2018 REQUEST FOR PROPOSALS FEMA CONSULTANT SERVICES DUPLIN COUNTY, NORTH CAROLINA SUBMISSION DATE: October 19, 2018 1 P a g e DESCRIPTION OF SERVICES The County of Duplin, P.O. Box 950, Kenansville, North Carolina,

More information

Texas Rising Star Assessor Services RFQ. Cover Sheet

Texas Rising Star Assessor Services RFQ. Cover Sheet ATTACHMENT A Texas Rising Star Assessor Services RFQ Individual/Organization Name Mailing Address City, State, Zip Physical Address (if different) Contact Person & Telephone & Fax number & E-mail Cover

More information

Return responses no later than. FRIDAY, SEPTEMBER 29, 2017 by 2:00 PM (EST)

Return responses no later than. FRIDAY, SEPTEMBER 29, 2017 by 2:00 PM (EST) REQUEST FOR QUOTE FOR CONTRACT NO.: EQ-1610 REBUILD 250 HP GENERAL ELECTRIC MOTOR FOR THE JACKSONVILLE PORT AUTHORITY Return responses no later than FRIDAY, SEPTEMBER 29, 2017 by 2:00 PM (EST) to Jacksonville

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID # UTILITIES

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID # UTILITIES CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID # 16-14 UTILITIES INTRODUCTION The City of Fernandina Beach, Florida is accepting competitive sealed bids for work on the North Fletcher Drainage Project

More information

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC

REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC REPRESENTATIONS AND CERTIFICATIONS SAVANNAH RIVER REMEDIATION LLC SRR-PPS-2009-00012, Rev 2 SECTION A, APPLICABLE TO ALL OFFERS... 2 1. Certification and Agreement... 2 2. Authorized Negotiators... 2 3.

More information

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above. AGREEMENT BETWEEN DEPARTMENT AND CONTRACTOR STATE PROJECT NO.: STATE MINORITY VENDOR DESIGNATION DRAWINGS: FDACS PROJECT NAME AND LOCATION: SPECIFICATIONS: THIS AGREEMENT made this day of in the year.

More information

Town of Micanopy REQUEST FOR QUALIFICATIONS CONTINUING PROFESSIONAL SERVICES FOR ENGINEERING SERVICES RFQ

Town of Micanopy REQUEST FOR QUALIFICATIONS CONTINUING PROFESSIONAL SERVICES FOR ENGINEERING SERVICES RFQ MICANOPY, SEMINOLE CHIEF Town of Micanopy REQUEST FOR QUALIFICATIONS CONTINUING PROFESSIONAL SERVICES FOR ENGINEERING SERVICES RFQ Town Administrator 706 NE Cholokka Blvd. P.O. Box 137 Micanopy, Florida,

More information

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE REQUEST FOR PROPOSALS Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE Issued by the: Economic Development Corporation of the City of Detroit

More information

Public Legal Notice ADVERTISEMENT REQUEST FOR PROPOSAL #ELCMDM FOR EXTERNAL AUDITING SERVICES

Public Legal Notice ADVERTISEMENT REQUEST FOR PROPOSAL #ELCMDM FOR EXTERNAL AUDITING SERVICES Public Legal Notice ADVERTISEMENT REQUEST FOR PROPOSAL #ELCMDM2012-001 FOR EXTERNAL AUDITING SERVICES Early Learning Coalition of Miami-Dade/Monroe, Inc. request written proposals for External Auditing

More information

REQUEST FOR PROPOSAL INVESTMENT MONITOR/ CONSULTANT

REQUEST FOR PROPOSAL INVESTMENT MONITOR/ CONSULTANT WEST PALM BEACH POLICE PENSION FUND REQUEST FOR PROPOSAL INVESTMENT MONITOR/ CONSULTANT The Board of Trustees of the West Palm Beach Police Pension Fund is seeking proposals from qualified proposers to

More information

REQUEST FOR PROPOSALS FOR THE CITY OF FORT MEADE, FLORIDA. RFP #18-03 Construction Services for City Mobile Home Park:

REQUEST FOR PROPOSALS FOR THE CITY OF FORT MEADE, FLORIDA. RFP #18-03 Construction Services for City Mobile Home Park: REQUEST FOR PROPOSALS FOR THE CITY OF FORT MEADE, FLORIDA RFP #18-03 Construction Services for City Mobile Home Park: Craft Shack/Laundry Building Roofing, Flooring, and related repairs Issued By: Purchasing

More information

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BIDS. For PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BIDS. For PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS S For PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS RFP # 740 PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS NOTICE TO BIDDERS 1. NOTICE IS HEREBY GIVEN that the New Haven Unified School District is seeking

More information

Janitorial Supplies/Paper Products

Janitorial Supplies/Paper Products Janitorial Supplies/Paper Products Pollock Paper (primary) Matera Paper Empire Paper Products/Services Towels, tissue, restroom maintenance supplies, floor care supplies & equipment, cleaners, trash receptacles,

More information

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS

REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS OR QUOTERS The offeror represents and certifies as part of the offer that: (Check or complete all applicable boxes or blocks.) 1. TYPE

More information

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803 BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID #16-3702 Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803 The undersigned hereby agrees to all terms and conditions set forth in the Invitation

More information

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

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County REQUEST FOR BIDS RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County Bid Solicitation: #2018-001-063 Bids Due: July 2, 2018 at 5:00 P.M. Housing

More information

OFFICIAL BID FORM & BID DOCUMENTS

OFFICIAL BID FORM & BID DOCUMENTS OFFICIAL BID FORM & BID DOCUMENTS TOWN OF LAKE PLACID 2019-01 LAKE JUNE PARK PAVILION AND RESTROOM IMPROVEMENTS BIDS DUE 1:00 PM, Wednesday February 27, 2019 SUBMIT SEALED BIDS TO: TOWN OF LAKE PLACID

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-10 MARINA

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-10 MARINA CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-10 MARINA INTRODUCTION The City of Fernandina Beach, Florida is accepting competitive sealed bids for annual requirements for MARINA GASOLINE AND

More information

Dedicated to Excellence... People Serving People

Dedicated to Excellence... People Serving People Dedicated to Excellence..... People Serving People Purchasing Department 519 East 7th Street (32401) Phone 850-872-3070 Fax 850-872-3069 www.pcgov.org INVITATION FOR BIDS STAINLESS STEEL CABINETRY AND

More information

REQUEST FOR QUOTES for FOSTER SUCCESS CONFERENCE RELEASE DATE: JUNE 18, 2018

REQUEST FOR QUOTES for FOSTER SUCCESS CONFERENCE RELEASE DATE: JUNE 18, 2018 REQUEST FOR QUOTES for FOSTER SUCCESS CONFERENCE RELEASE DATE: JUNE 18, 2018 Equal Opportunity Employer/Program Auxiliary Aids and service are available upon request to individuals with disabilities Relay:

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #10-20 MAINTENANCE/STREETS

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #10-20 MAINTENANCE/STREETS CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #10-20 MAINTENANCE/STREETS INTRODUCTION The City of Fernandina Beach, Florida is accepting competitive sealed bids for STREET ASPHALT PAVING & PATCHING.

More information

INVITATION FOR SEALED BID

INVITATION FOR SEALED BID INVITATION FOR SEALED BID DATE ISSUED: February 13, 2019 BID DESCRIPTION: Custodial Supplies UNION PUBLIC SCHOOLS PURCHASING DEPT. 8506 EAST 61 ST STREET TULSA, OKLAHOMA 74133 Brian Peck, Procurement Manager

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV.

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV. BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Planning Department Half Ton Regular Cab 4x4 Pick-Up Truck 2

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Planning Department Half Ton Regular Cab 4x4 Pick-Up Truck 2 City of Cartersville P.O. Box 1390 1 North Erwin Street Cartersville, GA 30120 DATE: October 5, 2017 TO: FROM: RE: Automobile Dealers Fleet Sales Personnel Tom Rhinehart, Finance Director Vehicle Bids

More information

Invitation to Bid Network/Communication Systems Cabling, Maintenance and Supplies /2016

Invitation to Bid Network/Communication Systems Cabling, Maintenance and Supplies /2016 Invitation to Bid Network/Communication Systems Cabling, Maintenance and Supplies 5-2015/2016 Due: August 20, 2015, @ 2:00 PM, Local Time Pensacola State College is soliciting sealed bids for the above

More information

REQUEST FOR QUALIFICATIONS (RFQ)

REQUEST FOR QUALIFICATIONS (RFQ) Wayne Metropolitan Community Action Agency WRAP Water Conservation Plumbing Repair Services REQUEST FOR QUALIFICATIONS (RFQ) Issued: Tuesday, December 11, 2018 Posted at: waynemetro.org/request-for-proposal/

More information

ADDENDUM #001. This Addendum includes the Department s answers to written questions received.

ADDENDUM #001. This Addendum includes the Department s answers to written questions received. ADDENDUM #001 Solicitation : Solicitation Title: Opening Date/Time: FDC ITB-18-020 Mattresses and Pillows August 22, 2017 at 2:00 p.m. (Eastern Time) Addendum : 001 Failure to file a protest within the

More information

PURCHASE OF HIGH DENSITY POLYETHYLENE (HDPE) AND PVC PIPES & FITTINGS. Quotation Number 14-Q06/PF

PURCHASE OF HIGH DENSITY POLYETHYLENE (HDPE) AND PVC PIPES & FITTINGS. Quotation Number 14-Q06/PF PURCHASE OF HIGH DENSITY POLYETHYLENE (HDPE) AND PVC PIPES & FITTINGS May 21, 2014 Quotation Number 14-Q06/PF PURCHASING SERVICES CONTACT: Phillip Ford, Purchasing Supervisor; pford@swa.org, Telephone

More information

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL. For PURCHASE OF PERIPHERALS FOR MAC MINI

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL. For PURCHASE OF PERIPHERALS FOR MAC MINI For PURCHASE OF PERIPHERALS FOR MAC MINI [FEDERAL RACE-TO-THE-TOP GRANT (RTTT-D)] RFP #761 S #761 PURCHASE OF PERIPHERALS FOR MAC MINI DEPLOYMENT FEDERAL RACE TO THE TOP GRANT (RTTT D) NOTICE TO BIDDERS

More information

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to which this document (Federal Emergency

More information

Invitation to Bid-B Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance

Invitation to Bid-B Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Invitation to Bid-B-05-01 Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Purpose: The City of Palm Coast, Flagler County, Florida is accepting proposals to provide underbrush mowing

More information

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor

BAY CITY HOUSING COMMISSION. Bid for Replacing Suspended Ceiling Panels at Maloney Manor BAY CITY HOUSING COMMISSION 315 14 th Street ~ Bay City, Michigan 48708 (989) 892-9581 fax (989) 892-5818 tdd (800) 545-1833 ext 561 Bid for Replacing Suspended Ceiling Panels at Maloney Manor The Bay

More information

Request for Qualifications (RFQ) AQUATIC ENGINEER FOR HISTORIC SPRING PARK POOL & INTERACTIVE WATER FEATURE

Request for Qualifications (RFQ) AQUATIC ENGINEER FOR HISTORIC SPRING PARK POOL & INTERACTIVE WATER FEATURE Request for Qualifications (RFQ) AQUATIC ENGINEER FOR HISTORIC SPRING PARK POOL & INTERACTIVE WATER FEATURE RFQ: 04-15-02 Project Name: Aquatic Engineer for Historic Spring Park Pool & Interactive Water

More information

WRIGHT CITY R-II SCHOOL DISTRICT REQUEST FOR PROPOSAL Wright City West Elementary School Teacher Desks and Chairs June 27, 2018

WRIGHT CITY R-II SCHOOL DISTRICT REQUEST FOR PROPOSAL Wright City West Elementary School Teacher Desks and Chairs June 27, 2018 I. GENERAL CONDITIONS WRIGHT CITY R-II SCHOOL DISTRICT REQUEST FOR PROPOSAL Wright City West Elementary School Teacher Desks and Chairs June 27, 2018 The Wright City R-II School District (hereafter District

More information

ITB Document and updates are on the College website:

ITB Document and updates are on the College website: INVITATION TO BID Cosmetology Kits ITB #17-005 INVITATION TO BID ITB 18-005-Welding Equipment Date Issued: October 26, 2017 ITB Document and updates are on the College website: http://www.daytonastate.edu/bussvcs/bids.html

More information

INVITATION TO BID ISSUE DATE: Nov. 17, 2015

INVITATION TO BID ISSUE DATE: Nov. 17, 2015 INVITATION TO BID ISSUE DATE: Nov. 17, 2015 City of Fort Walton Beach, Florida BID NO: ITB 16-002 Purchasing Division 105 Miracle Strip Pkwy SW OPENING DATE: Dec. 15, 2015 Fort Walton Beach, Florida 32548

More information

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums:

If Applicable Bidder acknowledges, by initialing, receipt of the following Addendums: ATTACHMENT A COVER SHEET FOR PROPOSAL Proposals must include this cover sheet (or this sheet reproduced on company letterhead) or PAGE 1 of the proposal. This attachment is provided as a fillable form.pdf

More information

2014 NEW JERSEY SUPPLEMENTAL NUTRITION ASSISTANCE PROGRAM EMPLOYMENT AND TRAINING PROVIDER (NJ SNAP ETP) PROJECT

2014 NEW JERSEY SUPPLEMENTAL NUTRITION ASSISTANCE PROGRAM EMPLOYMENT AND TRAINING PROVIDER (NJ SNAP ETP) PROJECT 2014 NEW JERSEY SUPPLEMENTAL NUTRITION ASSISTANCE PROGRAM EMPLOYMENT AND TRAINING PROVIDER (NJ SNAP ETP) PROJECT REQUEST FOR PROPOSALS LIST OF ATTACHMENTS ATTACHMENT A ATTACHMENT B ATTACHMENT C ATTACHMENTS

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

REQUEST FOR PROPOSALS BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

REQUEST FOR PROPOSALS BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE REQUEST FOR PROPOSALS BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE conduct business. The goal of Motor City Match is to help start new, permanent businesses in Detroit s commercial corridors by

More information

INVITATION TO BID NATURAL GAS POWERED EMERGENCY GENERATOR ITB #

INVITATION TO BID NATURAL GAS POWERED EMERGENCY GENERATOR ITB # INVITATION TO BID NATURAL GAS POWERED EMERGENCY GENERATOR ITB #2017-07 Closing Date: April 6 th, 2017 Closing Time: 10:00 AM EST Date Issued: March 19 th, 2017 Page 1 of 21 CITY OF APOPKA, FLORIDA CITY

More information

INVITATION TO BID OUTDOOR POOL LARGE UMBRELLAS

INVITATION TO BID OUTDOOR POOL LARGE UMBRELLAS INVITATION TO BID OUTDOOR POOL LARGE UMBRELLAS DEPARTMENT OF PARKS AND RECREATION The City of Des Peres is soliciting bids from qualified vendors to purchase and for the installation of large outdoor umbrellas

More information

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS

U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to

More information

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017 SUBMIT BIDS TO: University of West Florida Office of Procurement and Contracts ATTN: Alicia Waymack Building 20W, Room 159 11000 University Parkway Pensacola, FL 32514 Access Bid Info on the Web: http://uwf.edu/offices/procurement/vendorsonly/open-solicitations/

More information

Federal Certification Forms

Federal Certification Forms Federal Certification Forms Document 1. HUD Certificate Regarding Debarment and Suspension Instructions for Completion Submit with contract at execution. 2. EEO Certification Submit with contract at execution.

More information

Attention Vendors: Sincerely, Lisa Leggett Lisa Leggett School Nutrition Director Crisp County Schools

Attention Vendors: Sincerely, Lisa Leggett Lisa Leggett School Nutrition Director Crisp County Schools Crisp County Schools OFFICE OF THE SUPERINTENDENT Post Office Box 729 Cordele, Georgia 31010-0729 PHONE:229-276-3400 FAX:229-276-3406 Dr. David Mims, SUPERINTENDENT OF SCHOOLS May 6, 2016 Invitation To

More information