Cape Cod Community College Iyannough Road West Barnstable, MA Bid# Laser Cutter Machine for Engineering Program

Size: px
Start display at page:

Download "Cape Cod Community College Iyannough Road West Barnstable, MA Bid# Laser Cutter Machine for Engineering Program"

Transcription

1 Cape Cod Community College 2240 Iyannough Road West Barnstable, MA Bid# Laser Cutter Machine for Engineering Program General Information and Bid Submission Requirements Cape Cod Community College (CCCC), an agency of the Commonwealth of Massachusetts, is soliciting bids for the purchase of a laser cutter machine for use in the engineering program curriculum 1. Unless otherwise specified in this BID, all communications, responses, and documentation must be in English, all measurements must be provided in feet, inches, and pounds and all cost proposals or figures in U.S. currency. All times listed in this BID are Eastern Standard Time. All responses must be submitted in accordance with the specific terms of this BID. No electronic responses may be submitted in response to this BID. Bids must be submitted on the forms supplied by the College for receipt NO LATER THAN February 28, 2017 at 2 P.M., at which time they will be publicly opened and read. Mail or deliver bids, SEALED AND NOTING BID # Laser Cutter Machine for Engineering Program to ATTN: AlenaVolynkina, Procurement Department, Nickerson Administration Building RM115 at 2240 Iyannough Road, West Barnstable, MA No fax or responses will be accepted. Prices quoted must be available for acceptance for at least sixty (60) days after the bid opening date unless otherwise noted in your bid. All prices must be submitted on a net basis. Cash, trade and quantity discounts to be reflected in bid prices. Delivery free of all charges to Cape Cod Community College, West Barnstable, MA. Bidders are prohibited from communicating directly with any employee of the College except as specified in this BID and no other individual employee or representative is authorized to provide any information or respond to any question or inquiry concerning this BID. Bidders may the contact person at procurement@capecod.edu, for this BID in the event this BID is incomplete or the bidder is having trouble obtaining any required attachments electronically through CommBuys. Should the bidder find discrepancies in or omissions from the specifications, or shall be in doubt as to their meaning, he/she shall at once notify the College procurement . The College will not be responsible for any oral instructions. In turn, if the College desires, it will post responses on CommBuys. 1 The CCCC Engineering Program is partially funded by a $20,000,000 grant awarded by the U.S. Department of Labor s Employment and Training Administration, Grant # TC A-25 Cape Cod Community College BID Laser Cutter Machine for Engineering Program

2 Bid #17-04 Description: The College would like to purchase a laser cutter machine for use in their engineering program curriculum. The College reserves the right to accept the proposal deemed best for the Commonwealth of Massachusetts and the College. The College will award the bid to one vendor based on price, delivery date, and references. Upon inspection at the time of delivery, any materials not in accordance with specifications will be returned at the Contractor s expense. Schedule of Events Bid Posted on CommBuys Questions Due Responses will be Issued on Commbuys Sealed Bids Due Award Date Feb 13, 2017 by 5:00 PM Feb 16, 2017 by 2:00 PM Feb 17, 2017 by 5:00 PM Feb 28, 2017 by 2:00 PM March 2, 2017 by 5:00 PM Bids will be publically opened in the Administration Building, Room 115 At 2:00 PM on February 28, Late bids will not be accepted. All questions to be forwarded to procurement via procurement@capecod.edu If at the time of the scheduled bid opening, Cape Cod Community College is closed due to uncontrolled events such as fire, snow, ice, wind, or building evacuation, the bid opening will be postponed until 2:00 PM on the next normal business day. Bids will be accepted until that date and time. Cape Cod Community College BID Laser Cutter Machine for Engineering Program

3 Purchase Description: General Description: Cape Cod Community College is currently inviting competitive sealed bids for the purchase of a laser cutter machine. A full description of the item being requested is provided on the bid pricing sheet (Table 1). CCCC will consider bids for only new equipment. Pricing: All bidders must provide both a unit price and a total price on the bid pricing sheet. Information must also be supplied about the date equipment will be delivered to the College, shipping and handling charges, brand name and model number, length of warranty if greater than one (1) year, and maximum guarantee to response time to service calls, if applicable The bidder must agree that no other customer of similar size and similar terms and conditions shall receive a lower price for the same commodity and service during the contract period, unless this same lower price is immediately effective for the Commonwealth. The bidder must also agree to provide current or historical pricing offered or negotiated with other governmental or private entities at any time during the contract period upon the request of the contract manager. Brand Name or Equal: Unless otherwise specified in this BID, any reference to a particular trademark, trade name, patent, design, type, specification, producer or supplier is not intended to restrict this BID to any manufacturer or proprietor or to constitute an endorsement of any commodity or service, and the department may consider clearly identified offers of substantially equivalent commodities and services submitted in response to such reference. Alternatives: A response that fails to meet any material term or condition of the BID, including the submission of required forms may be deemed unresponsive and disqualified. Unless otherwise specified, bidders may submit responses proposing alternatives that provide equivalent, better or more cost effective performance than achievable under the stated BID specifications. These alternatives may include related commodities or services that may be available to enhance performance during the period of the contract. The response should describe how any alternative achieves equivalent or better performance to that of the BID specifications. The College will determine if a proposed alternative method of performance achieves equivalent or better performance. The goal of this BID is to provide the best value of commodities and services to achieve the procurement goals of the department. Bidders that propose discounts, uncharged commodities and services or other benefits in addition to the BID specifications may receive a preference under this BID. Contractors may also propose alternatives for equivalent, better or more costeffective performance than specified under the Contractor s original response to enable the department to take advantage of enhanced technologies, commodities or services that become available during the term of the contract. Method of acquisition: The method of acquisition is outright purchase. Cape Cod Community College BID Laser Cutter Machine for Engineering Program

4 Service and Warranty Terms: Unless otherwise specified or negotiated and accepted by both the successful bidder and the department, this contract will assume the following warranty: Equipment must include a minimum written warranty of one (1) year for materials or workmanship and two (2) years for the laser tube from the date of final acceptance. Final acceptance date is the date when setup, configuration, and satisfactory operational performance are achieved. In addition, the contractor shall pay for freight charges for all items that are returned under warranty. All service is to be performed by Manufacturer Authorized Service technicians, with a response time to formulate a plan to address the concern of no more than 48 hours, if applicable. Bid Requirements: The bidder must meet all of the requirements listed below to be deemed a responsible and responsive bidder. 1. Bidders MUST return all completed required forms in their sealed bid package to CCCC by the 2 PM deadline on February 28, The six (6) required forms are: a. Bidder information sheet b. Tax compliance c. Non-collusion d. Debarment and suspension e. Business references. f. Bid pricing sheet (Table 1) 2. Bidders must comply with all Bid Submission Requirements listed on page 1. Responses must follow pricing details described in the Purchase Description section on pages 3 and All equipment provided must meet the preferred product specifications detailed on the bid pricing sheet (Table 1). 4. All equipment must be acceptable for use in an engineering training program. 5. On-site set-up and training on the functionality and proper maintenance of the laser is required. 6. Only vendors that can deliver items by March 30, 2017 will be considered due to program and funding requirements. 7. All bidders must have been in the business of selling similar equipment to institutions or organizations for the purpose of education and training for a minimum of five (5) years. References: Bidders must submit a list of the (3) most recent customers who have purchased equipment similar to what is requested in this bid during the past 18 month period. References will be checked. NOTE: Poor references may be a basis for a determination that the vendor is not a responsible bidder. Bid Pricing Sheets: The bid pricing sheet(s) must be completed in full. Rule for Award: A contract will be awarded to the responsive and responsible bidder offering the lowest price for the laser cutter machine and is able to meet the specified delivery date. (1 award in total) Cape Cod Community College BID Laser Cutter Machine for Engineering Program

5 Bid/Response Rejection: The College reserves the right to reject any or all bids (responses), in whole or in part and for any reason deemed necessary. Contract award, full or in part, is subject to the availability of federal grant funds. Tie Breaker: In the event the College receives tied bids, wherein two or more responsive and responsible vendors provide the same bid price, the college will use a coin toss to resolve the tied bid situation in the procurement office in the presence of a witness. Bidders will be notified in the event of a tie and if available tied vendor(s) may attend the coin toss at the date and time specified by the college. Additional Terms and Conditions Commonwealth Terms and Conditions: The department is not obligated and should not complete, sign or execute any vendor s contract or other terms and conditions. It must be clearly understood that the Commonwealth Terms and Conditions supersede any contractor or vendor contract, invoice or other terms and conditions. If, by chance, any said contractor or vendor contracts, invoices or other terms and conditions are signed, it is immediately considered void. Reasonable Accommodation: Bidders with disabilities or hardships that seek reasonable accommodation, which may include the receipt of BID information in an alternative format, must communicate such requests in writing to the contact person. Requests for accommodation will be addressed on a case-by-case basis. A bidder requesting accommodation must submit a written statement that describes the bidder s disability and the requested accommodation to the contact person for the BID. The College reserves the right to reject unreasonable requests. Public Records: All responses and information submitted in response to this BID are subject to the Massachusetts Public Records Law, M.G.L., Chapter 66, Section 10, and to Chapter 4, Section 7, Subsection 26. Any statements in submitted responses that are inconsistent with these statutes shall be disregarded. Best Value Selection and Negotiation: The College may select the response(s) that demonstrates the best value overall, including proposed alternatives that will achieve the procurement goals of the department. The College and a selected bidder, or a contractor, may negotiate a change in any element of contract performance or cost identified in the original BID or the selected bidder s or contractor s response that results in lower costs or a more cost effective or better value than was presented in the bidder s or contractor s original response. Costs: Costs that are not specifically identified in the bidder s response, and accepted by a department as part of a contract, will not be compensated under any contract awarded pursuant to this BID. The Commonwealth will not be responsible for any costs or expenses incurred by bidders responding to this BID. CommBuys: This BID has been distributed electronically using the CommBuys system. Bidders are solely responsible for obtaining and completing the required attachments that are identified in this BID and for checking COMMBUYS for any addenda or modifications that are subsequently made to this ID or attachments. The Commonwealth and its subdivisions accept no liability and will provide no accommodation to bidders who fail to check for amended BIDs and submit inadequate or incorrect responses. Bidders are advised to check the COMMBUYS posting after the responses to questions have been Cape Cod Community College BID Laser Cutter Machine for Engineering Program

6 posted to ensure that they have the most recent information. Bidders may not alter (manually or electronically) the BID language or any BID component files. Modifications to the body of the BID, specifications, terms and conditions, or that change the intent of this BID are prohibited and may disqualify a response. Subcontracting Policies: Prior approval of the department is required for any subcontracted service of the contract. Contractors are responsible for the satisfactory performance and adequate oversight of its subcontractors. Subcontractors are required to meet the same state and federal financial and program reporting requirements and are held to the same reimbursable cost standards as contractors. Indemnification: Unless otherwise exempted by law, the contractor shall indemnify and hold harmless the State, its agents, officers and employees against any and all claims, liabilities and costs for any personal injury or property damages, patent or copyright infringement or other damages that the State may sustain which arise out of or in connection with the Contractor s performance of a Contract, including but not limited to the negligence, reckless or intentional conduct of the contractor, its agents, officers, employees or subcontractors. The Contractor shall at no time be considered an agency or representative of the Department or the State. After prompt notification of a claim by the State, the Contractor shall have an opportunity to participate in the defense of such claim and any negotiated settlement agreement or judgment. The State shall not be liable for any costs incurred by the Contractor arising under this paragraph. Any indemnification of the Contractor shall be subject to appropriate and applicable law. Non-Discrimination in Employment: The Contractor shall not discriminate against any qualified employee or applicant for employment because of race, color, national origin, age, sex, sexual orientation, gender identity, religion, genetic information maternity leave, military service, marital status or disability. The Contractor agrees to comply with applicable federal and state statues, rules and regulations prohibiting discrimination in employment, including Title VII of the Civil Rights Act of 1964, the Age Discrimination in Employment Act of 1967, Section 504 of the Rehabilitation Act of 1973, the Americans with Disabilities Act of 1990, Massachusetts General Laws, Chapter 151B and all administrative and executive orders, where applicable. Contract Expansion: If additional funds become available during the contract duration period, the department reserves the right to increase the maximum obligation to some or all contracts executed as a result of this BID or to execute contracts with contractors not funded in the initial selection process, subject to available funding, satisfactory contract performance and service or commodity need. Emergency Standby Commodities and/or Services: Due to a declaration of a state of emergency where the safety and well-being of Commonwealth citizens are at risk, the Commonwealth of Massachusetts may request specific commodities and/or services from its Contractors. Contractors may be called upon to supply and/or deliver to the Commonwealth on a priority basis such commodities and/or services currently under contract. Such accommodations may be requested from a Contractor during an actual emergency. To accommodate such requests, Contractors may be requested and must make every effort to service these requests to the best of their ability from regular sources of supply at the rates set forth in any standard contract resulting from this BID. Cape Cod Community College BID Laser Cutter Machine for Engineering Program

7 Return Policy: The bidder must include their written return policy with their responses. Replacements will be delivered as in accordance with the department s request. If no return policy is specified and therefore accepted as part of this contract, then their contract will assume that the department can return items to the contractor for up to one year for a full refund. In addition, there will be no charge for returns, e.g., freight, restocking, etc. Purchase Order Numbers: Contractors will be responsible for obtaining an approved purchase order number from the procuring fiscal department for all services and/or outright purchases. This purchase order number should appear on all correspondence such as the invoice, packing slip or work order. No service or delivery shall be performed unless an approved purchase order number is assigned or unless an authorized College employee has expressed that the purchase of item or service is an emergency. In the case of an emergency, the contractor shall immediately call the appropriate fiscal office for verification on that day or the next business day, if it is on a weekend or holiday. Payment: Invoices should be sent to the Accounts Payable Department after the delivery or service performance. Invoices should be mailed to Accounts Payable at 2240 Iyannough Road. Invoices shall be date stamped when received by the AP department. It is highly encouraged that the contractors attach the work order or delivery slip that is signed by the receiving department. Delivery Terms. All equipment must be delivered no later than the delivery date listed on the bid pricing sheet(s) to the appropriate site as designated by a school employee. All prices must be F.O.B. Cape Cod Community College Facilities, 2240 Iyannough Road, West Barnstable, MA, with no shipping, freight, delivery, handling, fuel charges or any other additional charge not included in the bid. Payments of this nature will not be processed under this contact. Order Receipt and/or Work Completion Receipt: The contractor is required to obtain department employee signatures as verification of shipment and/or work completion. It is highly encouraged that a copy of said document is attached to their invoice. Work orders or work completions shall state the number of hours and the exact times in which the contractor performed their service. Non-collusion: Respondents certify that submitted cost proposals are arrived at independently and without consultation, communication, or agreement with any other contractor, vendor, or potential vendor. Respondents further certify that cost proposals are made without previous understanding, agreement, or connection with any person, firm or corporation making a proposal for the same item(s) and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action. Respondents agree that no member of the firm s ownership, management or staff has a vested interest in any aspect or department of Cape Cod Community College Community College. Any or all proposals will be rejected if there is reason to believe that collusion exists between proposers, and respondents understand that any misstatement in this affidavit is and shall be treated as fraudulent concealment of the true facts relating to submission of cost proposals under this IFB. Debarment: Respondents certify, to the best of their knowledge and belief, that the firm and its principals: a. are not presently debarred, suspended, proposed for debarment, declared ineligible, Cape Cod Community College BID Laser Cutter Machine for Engineering Program

8 or voluntarily excluded from covered transactions by any Federal or state department or agency; b. have not within a three (3) year period preceding this Contract been convicted of, or had a civil c. judgment rendered against them from commission of fraud, or a criminal offense in connection with obtaining or attempting to obtain, or performing a public (Federal, State or Local) transaction or grant under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification, or destruction of records, making false statements, or receiving stolen property; are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or Local) with commission of any of the offenses listed in section b. above; and d. have not within a three (3) year period preceding this Contract had one or more public transactions (Federal, State, or Local) terminated for cause or default. Contract Termination: The College reserves the right to amend or terminate the contract in whole, or with any number of contractors, with or without cause, at any time, without prior notice and upon any time felt necessary by the department. VENDOR Requirements Upon Award: The Awarded Contractor(s) shall execute the Commonwealth of MA Standard Contact Form, W-9 Taxpayers ID form, and Commonwealth Terms & Conditions within 10 working days of receipt of notification of award from the College. Cape Cod Community College BID Laser Cutter Machine for Engineering Program

9 Bid Required Form Attachment A Bidder Information Sheet Company Name: Size of Company: Incorporation Status: Years of Operation: Contact Individual: Address: Telephone Number: Fax: : I have received and reviewed all of the proposal information and attachments to BID #17-04 Authorized Signature: Date: (Sign in Ink)

10 Attachment B CERTIFICATE OF COMPLIANCE WITH STATE TAX LAW AND UNEMPLOYMENT COMPENSATION CONTRIBUITON REQUIREMENTS Pursuant to M.G.L. Chapter 62C, S 49A, and MGL Ch.151A, Section 19A, I Name & Title _, authorized signatory for whose principal place of business is located at do hereby certify under penalties of perjury that the above business has filed all state tax returns and paid all taxes as required by law and has complied with all state laws pertaining to contributions to the unemployment compensation fund and to payments in lieu of contributions. The Business Organization Social Security Number or Federal Identification Number is _. Signed under the penalties of perjury this day of, Authorized Signature* Title *must be signed in ink

11 Certification of Non Collusion Attachment C The undersigned certifies under penalties of perjury that this Bid or Proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word person shall mean any natural person, business, partnership, corporation, union, committee, club, or other organization, entity, or group of individuals. Authorized Signature* Date Printed Name of person signing bid or proposal*) (Name of business) *must be signed in ink

12 IFB REQUIRED FORM Attachment D Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion Lower Tier Covered Transactions (Executive Orders and 12689) As required by 2 CFR 200 Section : For all contracts the non-federal entity (CCCC) shall obtain from the contractor a certification that neither the contractor nor any of its principal employees are listed on the General Services Administration s List of Parties Excluded from Federal Procurement or Nonprocurement Programs. 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 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.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. COMPANY NAME AWARD/BID NUMBER AND/OR PROJECT NAME PRINTED NAME AND TITLE OF AUTHORIZED REPRESENTATIVE SIGNATURE DATE Debarment and Suspension (E.O, and 12689) Certification Page 1

13 Attached E REQUIRED FORM (IFB 17-04) Cape Cod Community College Procurement Department Business References Please submit a list of the (3) most recent customers who have purchased equipment similar to what is requested in this bid during the past 18 month period. References will be checked Reference: Address: Contact: Phone: Fax: Description and date(s) of supplies or services provided: Reference: Address: Contact: Phone: Fax: Description and date(s) of supplies or services provided: Reference: Address: Contact: Phone: Fax: Description and date(s) of supplies or services provided: Attach additional sheets if necessary.

14 CCCC Bid # Attachment F Cape Cod Community College Procurement Department Table 1: Bid Pricing Sheet Ref: Bid Laser Cutter Machine for Engineering Program Please fill in all of the blanks in the table below. Item and Item Specifications Quantity Needed Date Must be at the College* Unit Price Shipping & Handling Cost Total Price Delivery Date Brand Name & Model Number Length of Warranty if Greater than One (1) Year Maximum Guarantee Response Time to Service Calls (NA, if not applicable) Item 1: Laser Cutter Machine See preferred item specifications below 1 3/30/17 *Delivery Information Item is to be delivered to Cape Cod Community College, Facilities, 2240 Iyannough Road, West Barnstable, MA by 3/30/2017. F-1

15 CCCC Bid # Attachment F Detailed Item Specifications: Laser Cutter Please review the required specifications and indicate if your product meets the specification stated Feature Required Specifications Check the box if product meets specification Engraving Area 16" x 12" (406 x 305 mm) Maximum Material 4.5" (114 mm) Thickness Laser Wattage 40 watts Laser Source Air Assist Intelligent Memory Capacity Print Driver Visible Pointer Relocatable Home Operating Modes Motion Control System X-Axis Bearings Belts Digitally controlled, air-cooled CO2 laser tubes that are fully modular, permanently aligned and field replaceable. Air assist curtain, air assist pump Multiple file storage up to 64 MB. Rolling buffer allows files of any size to be engraved. User-friendly print driver that allows control of all of the laser's features from one interface and supports a wide range of software packages - from design programs to spreadsheet applications to CAD drawing packages. Since the laser beam is invisible, a visible pointer system that allows a visual reference for locating where the laser will fire. When engraving items that are not easily placed at the top corner of the laser, one can easily set a new home position by hand. Optimized raster, vector or combined modes. High-speed micro stepper motors. Shielded Roller Bearing Assembly on a Ceramic Coated Aluminum Guide Rail. B-style Kevlar Belts. F-2

16 CCCC Bid # Attachment F Feature Required Specifications Check the box if product meets specification Resolution User controlled from 100 to 1000 dpi. Speed and Power Control Computer or manually control speed and power in 1% increments to 100%. Vector color mapping links speed, power and focus to any RGB color. Print Interface 10 Base-T Ethernet or USB Connection. Compatible with Windows 7/8/10. Size (W x D x H) Weight Electrical Requirements Maximum Table Weight Ventilation System Software Set-up and Training Less than 30 x30 x12 Less than 125 lbs Auto-switching power supply accommodates 110 to 240 volts, 50 or 60 Hz, single phase, 15 amp AC. Static table weight of 50 lbs (22.7 kg) and a lifting table weight of 25 lbs (11.5 kg) CFM ( m3/hr) external exhaust to the outside Software required to operate laser functions On-site installation and training on machine functionality and proper maintenance of laser. Set-up and training can occur after 3/30/17 delivery based on mutual agreement. Delivery MUST be taken by 3/30/17 for funding purposes. F-3

Cape Cod Community College 2240 Iyannough Road West Barnstable, MA Bid# 17-03

Cape Cod Community College 2240 Iyannough Road West Barnstable, MA Bid# 17-03 Cape Cod Community College 2240 Iyannough Road West Barnstable, MA 02668 Bid# 17-03 Four-to-Eight Passenger Twin Turbine Powered Business Jet Aircraft for Educational Training Use General Information and

More information

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

DESERT COMMUNITY COLLEGE DISTRICT   General Terms and Conditions DESERT COMMUNITY COLLEGE DISTRICT www.collegeofthedesert.edu General Terms and Conditions 1. PURCHASE ORDER DEFINED: The term purchase order as used in these terms conditions means the document entitled

More information

Pittsburgh, PA 15213

Pittsburgh, PA 15213 The Board of Public Education of the School District of Pittsburgh Administration Building, 341 South Bellefield Avenue Pittsburgh, PA 15213 Inquiry Number 8796 Sealed bids for material listed herein will

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

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY PRICE PROPOSAL DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY For the following Package: Contract Number: ET-0056-B01 Contract Name/Description: A. Chester Redshaw Elementary

More information

PROPOSAL REQUEST. Sumner County Emergency Medical Service

PROPOSAL REQUEST. Sumner County Emergency Medical Service PROPOSAL REQUEST Mechanical CPR Device For the Sumner County Emergency Medical Service SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 20180801-CO July 2018-June 2019 Introduction Sumner County

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

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY

PRICE PROPOSAL. DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY PRICE PROPOSAL DESIGN-BUILD PRICE PROPOSAL SUBMISSION to NEW JERSEY SCHOOLS DEVELOPMENT AUTHORITY For the following Package: Contract Number: ET-0061-B01 Contract Name/Description: New Joseph C. Caruso

More information

PROPOSAL REQUEST. Sumner County Sheriff s Office

PROPOSAL REQUEST. Sumner County Sheriff s Office PROPOSAL REQUEST Mobile In-Car Camera Systems for use in Patrol Vehicles For the Sumner County Sheriff s Office Sumner County Government Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

More information

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee

PROPOSAL REQUEST Type I and Type II Ambulances. Sumner County Emergency Medical Services Gallatin, Tennessee PROPOSAL REQUEST Type I and Type II Ambulances For the Sumner County Emergency Medical Services Gallatin, Tennessee SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Bid # 34-130717 July, 2013 Introduction

More information

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND. [Must match name on W9 or SW9]

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND. [Must match name on W9 or SW9] APSU Contract Number AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [Must match name on W9 or SW9] This Agreement is made this [date] day of [month], 2018, by and between Austin Peay State University,

More information

Invitation to Bid CO WIRE BASKETS. Sumner County Sheriff s Office /Jail

Invitation to Bid CO WIRE BASKETS. Sumner County Sheriff s Office /Jail Invitation to Bid 20181101-CO WIRE BASKETS Sumner County Sheriff s Office /Jail Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport

More information

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs

North Carolina Department of Health and Human Services Women's and Children's Health Nutrition Services Branch Special Nutrition Programs North Carolina Department of Health and Human Services Women's and Children's Health Branch Special Nutrition Programs AGREEMENT BETWEEN SPONSORING ORGANIZATION AND DAY CARE HOME (DCH) PROVIDER Instructions:

More information

PROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office

PROPOSAL REQUEST NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office PROPOSAL REQUEST 20160621-01 NEW ENVER TITLED 2016 OR 2017 FORD POLICE INTERCEPTOR For Sumner County Sheriff s Office SUMNER COUNTY BOARD OF EDUCATION SUMNER COUNTY, TENNESSEE Purchasing Staff Contact:

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

Invitation To Bid B15/9886

Invitation To Bid B15/9886 Invitation To Bid B15/9886 4905 East Broadway, D-113 Bid No. B15/9886 Tucson, AZ 85709-1420 Requisition No. Telephone (520) 206-4759 Buyer J Posz Date Page 1 Of 4 Bid must be in this office on or before:

More information

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will

More information

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR]

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR] APSU Contract Number C-18-0000 AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR] This Agreement is made this [date] day of [month], 20, by and between Austin Peay State University, hereinafter

More information

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM Invitation to Bid 20150224 RFP-VISITOR MANAGEMENT SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin,

More information

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES

TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES TRAVERSE CITY HOUSING COMMISSION REQUEST FOR PROPOSALS FOR ARCHITECTURAL/ENGINEERING SERVICES PROPOSALS MUST BE SUBMITTED BY 4:00 PM DECEMBER 29, 2016 TO: MR. TONY LENTYCH EXECUTIVE DIRECTOR TRAVERSE CITY

More information

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC16094 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

REVISED. Fire Extinguisher Testing Per the worksheet, special instructions, terms and conditions, general terms and conditions

REVISED. Fire Extinguisher Testing Per the worksheet, special instructions, terms and conditions, general terms and conditions FORM OF PROPOSAL Des Moines Public Schools No: Q7406 Division of Purchasing Date Issued: 3/21/16 1915 Prospect Rd Suite 1200 Date Due: 4/12/16 (Revised) Des Moines, IA 50310 Time: 3:00 p.m. Phone (515)242-7751

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

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

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

PROPOSAL REQUEST For Scanners and Printers. For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

PROPOSAL REQUEST For Scanners and Printers. For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE PROPOSAL REQUEST For Scanners and Printers For the SUMNER COUNTY CIRCUIT COURT CLERK SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Gallatin, Tennessee Bid# 16-150223 February, 2015 Introduction Sumner

More information

INVITATION FOR BID B Purchasing Department 300 South Broadway St. Louis, MO SPECIFICATIONS FOR EPILOG MINI LASER ENGRAVER SYSTEM

INVITATION FOR BID B Purchasing Department 300 South Broadway St. Louis, MO SPECIFICATIONS FOR EPILOG MINI LASER ENGRAVER SYSTEM INVITATION FOR BID B0003724 Purchasing Department 300 South Broadway St. Louis, MO 63102 SPECIFICATIONS FOR EPILOG MINI LASER ENGRAVER SYSTEM FOR ADDITIONAL INFORMATION, CONTACT: Cynthia Green, Assistant

More information

Invitation to Bid IN-CAR CAMERA S

Invitation to Bid IN-CAR CAMERA S Invitation to Bid 121515 IN-CAR CAMERA S Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for 121515

More information

THE SUMNER COUNTY REGISTER OF DEEDS

THE SUMNER COUNTY REGISTER OF DEEDS PROPOSAL REQUEST Maintenance for Server Hardware & Software FOR THE SUMNER COUNTY REGISTER OF DEEDS SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Gallatin, Tennessee Bid # 26-140519 May, 2014 Introduction

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

REQUEST FOR PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES. RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 12:00 p.m.

REQUEST FOR PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES. RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 12:00 p.m. REQUEST FOR PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 2018 @ 12:00 p.m. DATE THAT SEALED BID PROPOSALS WILL BE PUBLICLY OPENED: June

More information

Invitation to Bid BULK MOTOR OIL

Invitation to Bid BULK MOTOR OIL Invitation to Bid 20151020 BULK MOTOR OIL Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for 20151020

More information

Invitation to Bid ROBOTIC CAMERA SYSTEM

Invitation to Bid ROBOTIC CAMERA SYSTEM Invitation to Bid 012716 ROBOTIC CAMERA SYSTEM Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN 37066 for

More information

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

Notice to Bidders. No faxed or  ed bids will be accepted. Bids received after the closing time will not be accepted. KEN BASS DIRECTOR OF PURCHASING 214 NORTH 5 TH STREET WACO, TEXAS 76701 (254) 757-5016 FAX (254) 757-5068 Notice to Bidders Sealed bids will be received by the McLennan County Purchasing Department at

More information

Contractor Information. Contract Details. Effective Date: August 1, Termination Date: August 1, 2018

Contractor Information. Contract Details. Effective Date: August 1, Termination Date: August 1, 2018 oetc.org 14145 SW Galbreath Drive Sherwood, Oregon 97140 (503) 625-0501 (800) 650-8250 Fax: (503) 625-0504 OETC Volume Price Agreement: #15-02R-Schoology This Agreement is made and entered into by the

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

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of

More information

SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES

SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES INVITATION FOR BID (IFB) SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING EDGES TOWN OF LONGMEADOW MASSACHUSETTS May 16, 2012 1 INVITATION FOR BID (IFB): SNOW PLOW BLADES, GRADER BLADES AND LOADER CUTTING

More information

Request for Quotation For Lawn Care Treatment

Request for Quotation For Lawn Care Treatment PAGE 1 OF 11 Request for Quotation For Lawn Care Treatment Head Start of Greater Dallas, Inc. is requesting quotes on Lawn Care Treatment which is designed to deliver positive results for weed control

More information

Request for Qualifications Number 1470 General Construction Services

Request for Qualifications Number 1470 General Construction Services RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 970 Security Row Richardson, TX 75081 Request for Qualifications Number 1470 General Construction Services Richardson Independent School District

More information

PROPOSAL REQUEST BOE-1 Locking Safety Tiles & Accessories Shredded Rubber Playfill Mulch/Chips For Sumner County Schools

PROPOSAL REQUEST BOE-1 Locking Safety Tiles & Accessories Shredded Rubber Playfill Mulch/Chips For Sumner County Schools PROPOSAL REQUEST 20170606-BOE-1 Locking Safety Tiles & Accessories Shredded Rubber Playfill Mulch/Chips For Sumner County Schools SUMNER COUNTY BOARD OF EDUCATION SUMNER COUNTY, TENNESSEE Purchasing Staff

More information

PROPOSAL REQUEST. Bid # CO. CHILLED WATER LINE REPLACEMENT HVAC Project SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE

PROPOSAL REQUEST. Bid # CO. CHILLED WATER LINE REPLACEMENT HVAC Project SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE PROPOSAL REQUEST Bid # 20170615CO CHILLED WATER LINE REPLACEMENT HVAC Project SUMNER COUNTY GOVERNMENT SUMNER COUNTY, TENNESSEE Advertisement Date: June 4, 2017 Deadline: June 15th, 2017 at 10:00 am Introduction

More information

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES Department of General Services GSPUR-11D Rev. 1/17/03 GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES 1. SUBMISSIONS OF BIDS: a. Bids are requested for the item(s) described

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS International Republican Institute 1225 Eye St. NW, Suite 700 Washington, DC 20005 (202) 408-9450 (202) 408-9462 fax www.iri.org @IRIGlobal Procurement Number: ASIA2016IND09o Open

More information

Invitation to Bid ALL ALUMINUM ELEVATED WELDED ANGLE BLEACHERS FOR SUMNER COUNTY SCHOOLS

Invitation to Bid ALL ALUMINUM ELEVATED WELDED ANGLE BLEACHERS FOR SUMNER COUNTY SCHOOLS Invitation to Bid ALL ALUMINUM ELEVATED WELDED ANGLE BLEACHERS FOR SUMNER COUNTY SCHOOLS Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education,

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

City of Bowie Private Property Exterior Home Repair Services

City of Bowie Private Property Exterior Home Repair Services City of Bowie Private Property Exterior Home Repair Services The City requires private property repair services for the Code Compliance Division of the Department of Community Services. Work is generated

More information

REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT

REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT Regular Meeting Agenda Item 8B January 21, 2014 Action REQUEST TO APPROVE AWARD OF CONTRACT FOR NATC METAL CLASSROOM DESIGN-BUILD PROJECT Recommendation: Staff will make a recommendation to award a contract

More information

INVITATION FOR BID. For FUEL MANAGEMENT SYSTEM (GASOLINE CARDS) ISSUE DATE: MARCH 2, 2016 RESPONSE DEADLINE: MARCH 28, 2016 (2:00 P.M.

INVITATION FOR BID. For FUEL MANAGEMENT SYSTEM (GASOLINE CARDS) ISSUE DATE: MARCH 2, 2016 RESPONSE DEADLINE: MARCH 28, 2016 (2:00 P.M. Workforce Solutions Alamo 115 E Travis, Suite 220 San Antonio, Texas 78205 INVITATION FOR BID For FUEL MANAGEMENT SYSTEM (GASOLINE CARDS) ISSUE DATE: MARCH 2, 2016 RESPONSE DEADLINE: MARCH 28, 2016 (2:00

More information

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 ISSUE DATE: December 4, 2007 BIDS MUST BE RECEIVED BY: December

More information

UMASS MEMORIAL MEDICAL CENTER, INC. CONTRACT FOR PURCHASE OF GOODS

UMASS MEMORIAL MEDICAL CENTER, INC. CONTRACT FOR PURCHASE OF GOODS UMASS MEMORIAL MEDICAL CENTER, INC. CONTRACT FOR PURCHASE OF GOODS This Contract ( Contract ) is made by and between UMass Memorial Medical Center, Inc. a Massachusetts non-profit corporation ( UMMMC )

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

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS INVITATION FOR BIDS CATCH BASIN CLEANING SERVICES March 29, 2018 Town Hall 10 Central Street Manchester-By-The-Sea, MA 01944 (P) 978-526-1242 (F) 978-526-2007

More information

INVITATION TO BID 285(Rev 7/94) PAGE :

INVITATION TO BID 285(Rev 7/94) PAGE : PAGE : 1 RETURN BID TO : SEALED BID DMB - ACQUISITION SERVICES DUE : 10/16/2007 03:00 PM P O BOX 30026 LANSING, MI, 48909. DATE ISSUED: BID NUMBER: 09/06/07 071I8200005 -------------------------------------

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

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039

REQUEST FOR PROPOSAL FOR. American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039 REQUEST FOR PROPOSAL FOR American Indian Vocational Rehabilitation (AIVR) Hearing Aids PROPOSAL NO. FY2016/039 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX 100

More information

SECTION IV CONTRACT BID NUMBER

SECTION IV CONTRACT BID NUMBER SECTION IV CONTRACT BID NUMBER 171006 THIS AGREEMENT made and entered into this day of, 2017, between PUBLIC UTILITY DISTRICT NO. 1 OF CLALLAM COUNTY (hereinafter called the "District") and, located at

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

LVIN ISD. Purchasing Department. Independent Contractor/Consultant Agreement CCA Packet

LVIN ISD. Purchasing Department. Independent Contractor/Consultant Agreement CCA Packet LVIN ISD Purchasing Department Independent Contractor/Consultant Agreement CCA Packet Contracts with a yearly aggregate under $10,000 within a specified AISD category. Valid per school year. New Vendor

More information

SUU Contract for Workshops and Entertainment

SUU Contract for Workshops and Entertainment SUU Contract for Workshops and Entertainment 1. PARTIES: This contract is between Southern Utah University, an institution of higher education of the State of Utah located at 351 West University Boulevard,

More information

Application for Eligibility by Non-Profit Tax Exempt Health or Education Organization FOR STATE USE ONLY

Application for Eligibility by Non-Profit Tax Exempt Health or Education Organization FOR STATE USE ONLY Application for Eligibility by Non-Profit Tax Exempt Health or Education Organization Eligibility may be granted to non-profit, tax-exempt educational and health organizations such as medical institutions,

More information

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

More information

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April

More information

IFB NUMBER: BID NUMBER, FISCAL YEAR NO Pre Bid needed for this solicitation IFB QUESTION DEADLINE January 24 th, 2014

IFB NUMBER: BID NUMBER, FISCAL YEAR NO Pre Bid needed for this solicitation IFB QUESTION DEADLINE January 24 th, 2014 The Bibb County School District takes this opportunity to announce that we are requesting bids for the purchase of Texas Instruments Calculators. All bids should be delivered to the Bibb County School

More information

LOCKHEED MARTIN CORPORATION CORPDOC 2B

LOCKHEED MARTIN CORPORATION CORPDOC 2B LOCKHEED MARTIN CORPORATION CORPDOC 2B FEDERAL ACQUISITION REGULATION (FAR) AND NATIONAL AERONAUTICS AND SPACE ADMINISTRATION FAR SUPPLEMENT (NASA FARS) FLOWDOWN PROVISIONS FOR SUBCONTRACTS/PURCHASE ORDERS

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements: Vendor Contract TERMS AND CONDITIONS OF PURCHASE 1. Acceptance. This Contract is conditional upon, and can be accepted only upon, the terms and conditions specified in this Contract. If Seller has previously

More information

FORM OF PROPOSAL Des Moines Public Schools Division of Purchasing Date Issued: 2/19/ Prospect Road Date Due: 3/5/13

FORM OF PROPOSAL Des Moines Public Schools Division of Purchasing Date Issued: 2/19/ Prospect Road Date Due: 3/5/13 FORM OF PROPOSAL Des Moines Public Schools No: Q6712 Division of Purchasing Date Issued: 2/19/13 1915 Prospect Road Date Due: 3/5/13 Suite 103 Time: 9:00 a.m. Des Moines, IA 50310 Phone (515)242-7751 Fax

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, will be received until 2:00 p.m., Wednesday, December 17, 2014, in the Purchasing Division,,, New Castle, DE 19720 (Telephone: 302-395-5250). Minority and Women-owned Business Enterprises

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

OETC Volume Price Agreement

OETC Volume Price Agreement 471 High Street SE Suite 10 Salem, Oregon 97301 oetc.org (800) 650-8250 Fax: (503) 625-0504 OETC Volume Price Agreement Section I. OETC-18R-ITSM This agreement is made and entered into by the Organization

More information

Washington University in St. Louis

Washington University in St. Louis General Terms and Conditions 1. General Unless specified to the contrary in writing, on the face of the order or by attachment hereto, the following terms and conditions shall apply to the purchase of

More information

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address: Payment Terms:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Payment Terms: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC18006 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

PROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM

PROPOSAL DEADLINE: NOVEMBER 26, 2018 by 12PM LOWER RIO GRANDE VALLEY DEVELOPMENT COUNCIL REQUEST FOR PROPOSAL Vinyl Bus Wrap Production and Installation Services No: 2018-06 VINYL BUS WRAP PRODUCTION AND INSTALLATION SERVICES ON PUBLIC TRANSPORTATION

More information

ANNUAL SUPPLIER REPRESENTATIONS AND CERTIFICATIONS

ANNUAL SUPPLIER REPRESENTATIONS AND CERTIFICATIONS Page: 1 of 10 Date: 12AP16 ANNUAL SUPPLIER REPRESENTATIONS AND CERTIFICATIONS If Offeror has completed the annual representations and certifications electronically, via the System for Award Management

More information

Request for proposals to provide volume price agreement and fulfillment of: IT Service Management Software

Request for proposals to provide volume price agreement and fulfillment of: IT Service Management Software Request for proposals to provide volume price agreement and fulfillment of: IT Service Management Software A Joint Cooperative Procurement by the public K-12 and Higher Education members of the Organization

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

Appomattox River Water Authority

Appomattox River Water Authority Appomattox River Water Authority 21300 Chesdin Rd. - S. Chesterfield, VA 23803 - Phone (804) 590-1145 - Fax (804) 590-9285 ADVERTISEMENT FOR BIDS APPOMATTOX RIVER WATER AUTHORITY BID INVITATION NO: 19-0207

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

REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, :00PM

REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, :00PM REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, 2018 2:00PM PROPOSER S CERTIFICATION We offer to furnish Lewis-Palmer School District the materials, supplies,

More information

INVITATION FOR BID BID NO. B Premium Pyxis Medstation 4000

INVITATION FOR BID BID NO. B Premium Pyxis Medstation 4000 INVITATION FOR BID BID NO. B017003 Premium Pyxis Medstation 4000 ARKANSAS TECH UNIVERSITY Procurement and Risk Management Services Young Building East End 203 West O Street Russellville, AR 72801-2222

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

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

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

Request for Quotes (RFQ) For Graphic design services

Request for Quotes (RFQ) For Graphic design services Request for Quotes (RFQ) For Graphic design services Issued by: Washington County Department of Public Health and Environment (PHE) Date: 10/27/2016 The issuance of this RFQ constitutes only an invitation

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

(a) Master Agreement issued by Company and executed between the parties. (b) The terms of the Supplier Agreement issued by Company

(a) Master Agreement issued by Company and executed between the parties. (b) The terms of the Supplier Agreement issued by Company This Purchase Order is between Anthem, Inc., on behalf of itself and its affiliates (individually and collectively, "Anthem"), and Supplier. The parties agree as follows: 1. Deliverables and Price. All

More information

REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME

REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME REQUEST FOR BIDS MAJOR REPAIR REPLACEMENT MOBILE HOME SOLICITATION #A10-03-17-3483 TULSA COUNTY Bid Due Date: May 17, 2017 @ 5:00 P.M. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah,

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

ADVERTISEMENT FOR BID

ADVERTISEMENT FOR BID ADVERTISEMENT FOR BID Lake Charles Harbor and Terminal District 751 Bayou Pines East, Suite P (70601) P.O. Box 3753 Lake Charles, LA 70602 The Lake Charles Harbor and Terminal District (Port of Lake Charles)

More information

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) May 26, 2017

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) May 26, 2017 CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 May 26, 2017 Invitation for Bid M170020519 Tire Installation for Medium Duty, Heavy Duty, Commercial, Fire Apparatus,

More information

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole Bid Package For Lease of Golf Carts City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN 37864-5500 Phone: (865) 868-1570 Fax: (865) 453-5518 Contact: Nicole Catlett Email: ncatlett@seviervilletn.org

More information

VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS

VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS These Standard Purchase Order Terms & Conditions, as set forth herein, are applicable to Purchase Orders issued by Valdosta State

More information

2013 ANNUAL REPRESENTATIONS AND CERTIFICATIONS SUBMITTED TO NAVISTAR DEFENSE, LLC

2013 ANNUAL REPRESENTATIONS AND CERTIFICATIONS SUBMITTED TO NAVISTAR DEFENSE, LLC 2013 ANNUAL REPRESENTATIONS AND CERTIFICATIONS SUBMITTED TO NAVISTAR DEFENSE, LLC The company / individual below represents and certifies to Navistar Defense, LLC, and its subsidiaries and affiliates (hereinafter,

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

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1 CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2015 - Edition 1 THIS CONTRACT is made and entered into this day of, 20, by and between the COUNTY OF MARIN, hereinafter referred to as

More information

Solicitation WE WE U.S Upgrade:VMWare vsphere 6 Enterprise to vsphere 6. Bid designation: Public

Solicitation WE WE U.S Upgrade:VMWare vsphere 6 Enterprise to vsphere 6. Bid designation: Public 5 Solicitation WE0013-15 WE0013-15 U.S Upgrade:VMWare vsphere 6 Enterprise to vsphere 6 Bid designation: Public San Diego Superior Court 4/27/2015 12:43 PM p. 1 6 WE0013-15 U.S Upgrade:VMWare vsphere 6

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

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