NORTH ST PAUL - MAPLEWOOD OAKDALE SCHOOLS. INDEPENDENT SCHOOL DISTRICT # E. 12 th AVENUE NORTH ST. PAUL, MN BID SPECIFICATIONS FOR:

Size: px
Start display at page:

Download "NORTH ST PAUL - MAPLEWOOD OAKDALE SCHOOLS. INDEPENDENT SCHOOL DISTRICT # E. 12 th AVENUE NORTH ST. PAUL, MN BID SPECIFICATIONS FOR:"

Transcription

1 NORTH ST PAUL - MAPLEWOOD OAKDALE SCHOOLS INDEPENDENT SCHOOL DISTRICT # E. 12 th AVENUE NORTH ST. PAUL, MN BID SPECIFICATIONS FOR: PRODUCE PRODUCTS NUTRITION SERVICES DISTRICT WIDE DUE: WEDNESDAY, APRIL 27, :00 P.M. SUBMIT TO: VICKY KORNEGOR PURCHASING OFFICE 1

2 NORTH ST. PAUL - MAPLEWOOD - OAKDALE SCHOOLS Independent School District E. 12 th Avenue North St. Paul, MN ADVERTISEMENT FOR BIDS PROJECT IDENTIFICATION: Sealed bids will be received for: PRODUCE PRODUCTS - NUTRITION SERVICES DISTRICT WIDE in accordance with plans and specifications prepared by Independent School District North St. Paul, Oakdale, Maplewood until: WEDNESDAY, APRIL 27, :00 P.M. at the ISD Education Center, 2520 E. 12 th Avenue, North St. Paul, Minnesota 55109, Attn: Purchasing Department at which time bids will be opened and read aloud. Items proposed at this opening will be considered by the School Board on Tuesday, May 24, PROJECT DESCRIPTION: Project consists of provision and delivery of produce products as specified to fourteen (14) ISD 622 sites. BID SECURITY: Each bid shall be accompanied by Bid Security in form of certified check, cashier s check or bid bond in amount of five (5) percent of Base Bid submitted, made payable to Owner, as guarantee that Bidder will, if awarded, enter into Contract in accordance with Contract Documents and submitted Bid. See Page 3 for details on bid security. PROCUREMENT OF DOCUMENTS: To obtain drawings and/or specifications, contact Vicky Kornegor, Purchasing Supervisor, at or by at: vkornegor@isd622.org PERFORMANCE AND PAYMENT BONDS: Contractor may be requested to provide a Performance Bond and a Payment Bond in the amount of 100 percent of the Contract Sum. OWNER S RIGHT TO REJECT BID: Owner reserves right to reject all Bids, to reject a Bid which is incomplete or irregular, to waive informalities or irregularities in a Bid received, and to accept, or reject a Bid, which in the Owner s judgment is in Owner s best interests. PREVAILING WAGE REQUIREMENTS: This project is subject to compliance with Schedule of Prevailing Wages issued by the Minnesota Department of Labor and Industry. BID REQUESTED BY: North St. Paul/Maplewood/Oakdale Schools Independent School District E. 12 th Avenue East North St. Paul, MN Attn: Vicky Kornegor/Purchasing Department 2

3 BID INFORMATION BID: Must be enclosed in a sealed envelope bearing the inscription: PRODUCE PRODUCTS NUTRITION SERVICES DISTRICT WIDE as well as the name and the address of the bidder. The Bid shall be submitted and directed to Vicky Kornegor, Supervisor of Purchasing, Independent School District 622, 2520 E. 12 th Avenue, North St. Paul, MN Envelopes containing bids must be sealed and plainly marked with the title, Produce Products - Nutrition Services District Wide, together with the name and address of the bidder. The bid will be opened at the District Service Center on the date stated below. All pricing must be in ink or typewritten, and must remain firm for sixty (60) days from the date of the bid opening. No pencil figures or erasures are permitted. The Bidder shall insert the net price per stated unit and the extension against each item bid. The prices must include delivery charges and installation when required. BID SUBMISSION: All bidders shall submit the completed Call for Bid Form. NO BID will be considered unless the Call for Bid Form is filled out in its entirety. Bids are due and will be publicly opened on: WEDNESDAY, APRIL 27, :00 P.M. at Independent School District 622/Education Center, 2520 E. 12 th Avenue, North St. Paul, MN in accordance with the specifications set forth herein and the other terms, conditions and instructions to the specifications. All bids received after the time stated will not be considered. The bidder assumes the risk of any delay in the mail or on the handling of mail by employees of the school district. Whether the bid is sent by mail or by means of personal delivery, the bidder assumes responsibility for having their bid clocked in on time at the place specified. Fax or telephone amendments will not be accepted at any time. A CERTIFIED CHECK OR BID BOND for 5% of the total amount of the bid must be enclosed with the bid. The bid bonds or checks of the three lowest bidders will be retained until the contract has been awarded and signed by all concerned, but no longer than 30 days. For bid bonds, form may be surety s standard form or AIA form A-31, duly executed by the bidder as principal, issued by a corporate surety company authorized to do business in the State of Minnesota, with copy of Power of Attorney attached, as well as proper acknowledgments. Bid bond to be based on the estimated annual usage for the attached Hot List of 36 items. Bid security shall be forfeited to Owner as liquidated damages in the event bidder is awarded a Contract and he fails or refuses to execute the Agreement and furnish specified bond within ten (10) days after award, provided Agreement is ready for signature. If Agreement has not been prepared within ten (10) days, Bidder shall have two (2) days after its preparation for execution. Payment: see paragraph for Performance and Payment Bond requirements. 3

4 INSTRUCTIONS TO BIDDERS NOTICE FOR BIDS: Sealed bids will be received to award a contract for the purpose of purchasing food products from a Prime Vendor. DEFINITIONS: When used in these specifications, the terms Owner, School Board, and District, refer to Independent School District 622. The term Contractor, Vendor or Bidder refers to the person, firm, or corporation who is submitting this Bid for consideration to furnish, deliver and/or install the specified merchandise. INQUIRIES REGARDING BID DISCREPANCIES OR AMBIGUITIES: All inquiries, requests for clarifications, requests for consideration of materials not specified and similar questions shall be directed to the District, in writing. Discrepancies or ambiguities in, or omissions from, the drawings, specifications or other Contract Documents, or should there be doubt as to their meaning, an interpretation shall be requested from the District, in writing. All inquiries, requests for clarification, requests for consideration of materials and products, must be received by the District ten (10) days prior to BID due date/time (unless longer periods are specified elsewhere in the specifications for certain work). It is the Bidder s responsibility to bring all discrepancies, ambiguities, omissions or matters in need of clarification to the attention of the District for interpretation and decision. Questions: Fax any questions to Vicky Kornegor at or any questions to vkornegor@isd622.org The question and the response will be faxed back to all vendors/contractors. ADDENDA AND INTERPRETATIONS: Replies to inquiries, requests for interpretations or clarifications, modifications, classifications, supplemental instructions and requests for consideration of materials which involve or provide information that is not already a part of the information will be contained in the form of written addenda and shall become a part of Contract Documents and incorporated in all BID s submitted. Any addenda will be provided to all registered bidders for this specific bid on record in the District Office. Bidders not on file, and who do not register as a bidder, are responsible for obtaining any additional addenda information. Bidders may register by sending contact information to vkornegor@isd622.org In the , identify yourself as a bidder for the Nutrition Services Prime Vendor Food Products, include the name of the company, contact person for any additional addenda, and address that all addenda should be sent to. All bidders submitting labor and/or supply BID s are responsible to ascertain what addenda have been issued prior to BID date, examining the addenda and determining the affect of addenda provisions on their BID. The District will not be responsible for, nor honor any claims resulting from, or alleged to be the result of misunderstanding by the bidder. Bidders shall state on the BID form the number of addenda received. THE RESPONSIVE BIDDER: is responsible to adequately examine the location(s) of the proposed work and/or deliveries, the specifications, and all contract forms, before submitting a BID. Submission of a BID shall be considered conclusive evidence that the Bidder has investigated, is satisfied with, and understands the conditions to be encountered in performing the work and the requirements of the specifications and contract. No extras will be allowed the Bidder as a result of misunderstanding of the extent of scope of the work as a result of his failure to study and record his own findings. Submission of a bid shall be proof that such examinations have been made and that the bidder has recorded his own investigation and has become thoroughly familiar with all contract documents, including all addenda. The failure or omissions of any Bidder to examine any form, instrument or documents shall in no way relieve any Bidder from any obligation in respect to his bid. 4

5 PREPARATION AND SUBMISSION OF BID: A. Submit BID in duplicate, including attachments, on the prescribed forms, which are furnished with the specifications, one of which MUST be an original, with full name and address of bidder. B. Do not stipulate any other conditions or alternates of qualifications. Owner will not accept any condition not contained in specifications or other documents. A response may be rejected if it is conditional or incomplete. Responses that contain conflicting false or misleading statements or that provide references that contradict or do not support an attribute or condition stated by the bidder may be rejected. C. Responses that do not comply with the provisions in the Call for Bid may be considered unresponsive and may be rejected. D. Bid prices must include prepaid freight, F.O.B. Destination. E. No facsimile copies will be accepted. F. Completely fill in all blank spaces on the BID Form, in ink in words and/or figures. G. On the Call for Bid Form (page 11), the Total Amount of Bid, shall be stated both in writing and in figures. In all cases, written and numerical figures must agree; otherwise at Owner s option, it may be cause for rejection of BID. Complete Call for Bid Form without interlineations, alteration, and erasure. H. Sign in longhand, executed by a principal duly authorized to enter into an agreement. If a Bidder is a co-partnership, then signatures on the BID shall be by an authorized member of the firm, with names and addresses of each member of partnership. TIME OF COMPLETION: The delivery or completion date will be a consideration in the awarding of contracts. The Bidder will include with their BID the delivery or completion dates for each item. The contractor shall furnish all items not later than the respective dates submitted with the BID, unless otherwise permitted an extension of time by an order in writing by the Owner. SERVICE FACILITIES: In considering the equipment, supplies, materials, and/or services BID, the Owner will take into account past performance of the Bidder and the service and maintenance facilities provided by the Bidder. BIDDER RESPONSIBILITY: Prior to making a decision, the School Board may require a Bidder to submit satisfactory evidence that they will provide the items for which the BID is submitted. The School Board may require the Bidder to submit to an oral interview with the School Administration to determine the Bidder s satisfactory service. The interview may serve to clarify any other matters deemed essential in determining appropriate action. A written statement as to the financial responsibility of the Bidder may be required. SUBMISSION OF CERTAIN DATA: Each Bidder may submit with their BID and, in any event, the Owner may require any Bidder to submit such information regarding its experience, financial conditions, liability insurance, and the equipment they propose to use as will satisfy the Owner that the Bidder is prepared to fulfill the contract. COMPLIANCE WITH FEDERAL AND STATE LAW: A Bidder must assure Independent School District 622 that they have complied with all applicable Federal and State laws, regulations and rules. All projects are subject to compliance with the prevailing wage schedule issued by the Minnesota Department of Labor and Industry. 5

6 TAXES: No direct charge may be made for federal, state or municipal sales and excise taxes, for which Independent School District 622 is exempt. The BID price shall not include the amount of any such tax. The Bidder shall pay all taxes imposed on any and all goods and/or services used so that there will be no liability on the part of the Owner for any type of tax assessed thereon. Minnesota Taxes: Instrumentalities of the State of Minnesota are not subject to the State of Minnesota Sales Tax pursuant to Minnesota Laws of 1967, Extra Session, Chapter 32, Article XIII, Section 25, Subd 1, Para. (J). Excise Taxes: Instrumentalities of the State of Minnesota are not subject to Federal Excise Taxes. Individual exemption certificates will be furnished upon request if needed by successful bidder(s) to reclaim such charges. PATENTS: The Bidder, publisher or author, manufacturer or agent, shall hold Independent School District 622, their officers, agents, and employees harmless from liability of any nature or kind whatsoever on account of the use of any copyrighted or un-copyrighted composition, secret process, article or appliance furnished or used under this BID. FEES: The contractor shall obtain and pay for all permits, fees, licenses, insurance, etc., necessary for the performance of the work included herein. OSHA AND WORKERS COMPENSATION: The responsible Bidder must comply with all OSHA rules and regulations, where applicable, and supply evidence of Workers Compensation Coverage. ACCIDENTS: The contractor shall hold the Owner harmless from any and all damages and claims which may arise by reason of any negligence on the part of the contractor, their agents or employees. In case any such action is brought against the Owner or any of their agents or employees, the contractor shall assume full responsibility for the defense thereof. Upon its failure to do so on the proper notice, the Owner reserves the right to defend such action and to charge all costs thereof to the contractor. The contractor will take all precautions necessary to protect the public against injury. QUANTITIES: Bidders attention is called to the fact that the estimate of quantities of each item shown in the BID is approximate and is given only as a basis of calculating the award to be made. The right is reserved by Independent School District 622 to increase or decrease the number of units ordered. OR EQUAL CLAUSE: Certain processes, types of equipment, goods and/or services are described in the specifications and on the drawings by means of manufacturer names and catalog/model numbers. In each instance where this occurs, it is understood and inferred that the words or equal follow such description. Such method of description is intended merely as a means of establishing a standard of comparison. The descriptions are not intended to restrict consideration of other types and/or kinds of goods and services that meet these specifications. If any Bidder desires to furnish an item differing from that mentioned in the specifications, they shall complete and submit the Request for Alternate Approval form, Attachment C as specified in the detailed conditions and provisions of the Bid specifications. Such materials will be given consideration. The Owner reserves the rights to approve the items that they feel are acceptable. NO PHONE CALLS PLEASE. SAMPLES: Bidders may be asked to submit samples of all articles BID. Samples submitted by the successful Bidder(s) should remain in the custody of the School District until all units purchased under the contract(s) have been delivered and accepted. The District reserves the right to disassemble any unit and to subject each unit to any tests necessary to determine its strength or character without being responsible for damage to the unit caused thereby. Failure to comply with this request may be cause to recommend rejection of the BID. 6

7 WITHDRAWAL OF BIDS: Any bidder may withdraw their bid at any time prior to the scheduled closing time for the receipt of bids (or authorized postponement thereof). Thereafter, no bid shall be withdrawn for a period of Sixty (60) days after the scheduled closing time for the receipt of bids. Once documents have been received by Independent School District 622 all documents become the property of North St. Paul, Maplewood, and Oakdale Independent School District 622. When documents are opened they become public information and any restrictions put upon the school district regarding the sharing of information or duplicating copies after opening will be grounds to reject all proposals. The Owner reserves the right to award a contract for a period of sixty (60) days after the scheduled closing date for receipt of bids. BID AWARD THE BID AWARD: will be based upon, but not necessarily limited to, the factors of: a) price, b) prior usage, c) quality of merchandise and guarantees offered, and results of testing, if any, d) ability of bidder to fulfill contract and specification requirements, e) prior knowledge or experience with the products proposed and/or bidder s past performance through the use of an Evaluation Matrix developed by ISD 622. In evaluating Bids, Owner will consider whether or not the Bids comply with prescribed requirements and such alternates being bid. Discrepancies in the multiplication of units of work and unit prices will be resolved in favor of the unit price. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. The School District and/or School Board shall have complete and absolute discretion in selecting the successful Bidder. The Owner reserves the right to award a contract for a period of sixty (60) days after the scheduled closing date for receipt of BID s. The award shall be based on, but not limited to these additional factors of: 1. The district s evaluation of the Bidder s ability to service the district in terms of its requirements as called for in the specifications. 2. The general reputation and experience of the Bidder in the industry. 3. The nature and extent of company data furnished with the BID or furnished upon request by the district at any time prior to bid award. 4. The financial responsibility of the Bidder. 5. The district s prior knowledge of and experience with the Bidder s past performance and quality of merchandise offered. The successful Bidder may be expected to furnish documentation of past performance as well as five (5) references. The district may ask the customer for order details and/or invoices. The successful Bidder may be asked to furnish the following company information to the school district after reviewing the BID s: 1. Length of time business has been established 2. Number of qualified sales and customer service personnel on staff Owner reserves the right to 1) award this contract in part or whole to a single bidder; 2) reject any or all bids, 3) award contract based on the investigation of bidders, as well as acceptance of alternates, including the bond alternate, all of which the Owner deems to be in his best interest, 4) waive informalities or minor irregularities in bids and waive minor irregularities or discrepancies in bidding procedure, 5) cancel a contract entered into with the successful bidder at any time, upon 30 days written notice, to the contract vendor if the District s standards are not met, 6) the District is solely responsible for rendering the decision in matters of interpretation of all terms and conditions. The Owner, in determining the lowest responsible vendor, will consider in addition to the Bid process, the quality, suitability and adaptability of the item(s) to be purchased for the use for which it is intended. Trade-in policy and allowances will be considered where appropriate. 7

8 POST - BID RESPONSIBILITIES BUSINESS CONDITIONS: The successful vendors/contractors shall enter into a formal contract in accordance with the conditions set forth herein and the BID specifications. The contract is scheduled to begin July 1, ASSIGNMENTS: The successful Bidder shall not assign the whole or any part of the award or any monies due or to become due, without written consent of Independent School District 622. If the Bidder assigns all or any part of any monies due or to become due under this contract, the instrument of assignment shall contain a clause that is agreeable to Independent School District 622, as to whom the assignee is. Any monies due or to become due to the Bidder shall be subject to prior liens of all persons, firms and corporations for the services rendered or materials supplied for the performance of the work called for in the contract. If the contract is to be a Lease/Purchase Agreement, a copy of that agreement may be attached to the specifications. This is the exact contract language for the Agreement. It is expected that an authorized representative will sign the Agreement. There shall be no modification(s). If the BID submitted involves a second party financier, an authorized representative of the financier must also sign the Request for BID Form submitted as an indication that the financier is aware of and accepts the terms and conditions of the Lease/Purchase Agreement. PERFORMANCE BOND: The successful bidder may be required to provide a PERFORMANCE BOND equal to 100% of the contract award. The Performance Bond must be furnished within 10 days of award notice of the contract. This is to assure faithful performance and absolute compliance with the requirements of the specifications, and it shall remain in effect for the life of said contract. The performance requirement may be waived, at the school district s discretion, for contracts limited to the purchase of finished tangible products. PAYMENT BOND: The successful bidder may be required to provide a Payment Bond if the contract involves persons furnishing labor and materials to be engaged under, or to perform, the contract, equal to 100% of the contract award. The Payment Bond must be furnished within 10 days of award notice of the contract. The required bond(s), acceptable in form and content must be on file with the School District before beginning work on the contract. See M. S to for information on Performance and Payment Bonds. LIABILITY INSURANCE: Contractor s liability insurance shall not be written for less than the limits of liability specified in the contract documents or required by law, whichever coverage is greater. Coverage shall be maintained without interruption from the date of commencement of the work until the date of final payment and termination. If the contract is to be a Lease/Purchase Agreement, a copy of that agreement may be attached to the specifications. This is the exact contract language for the Agreement. It is expected that an authorized representative will sign the Agreement. There shall be no modification(s). If the bid submitted involves a second party financier, an authorized representative of the financier must also sign the Bid Form submitted as an indication that the financier is aware of and accepts the terms and conditions of the Lease/Purchase Agreement. TERMS OF PAYMENT: Payments will be according to Minnesota Statute , currently providing for payment within 35 days after receipt of the merchandise or the invoice, whichever comes latest. Nothing in the Bidder s BID, contract, or invoice will override this provision. 8

9 PROMPT PAYMENT TO SUBCONTRACTORS: Contractor to comply with 2006 Minnesota Statute, Chapter regarding Prompt Payment to Subcontractors or the specification whichever is most stringent requires the prime contractor to pay any subcontractor or supplier within 10 days of the prime contractor s receipt of payment from the municipality for undisputed services or supplies provided by the subcontractor or supplier. Refer to the statute for additional information. AUDIT CLAUSE: The books, records, documents, and accounting procedures and practices of the successful Bidder, relevant to the contract, are subject to examination by Independent School District 622 or its designated representative and the State Auditor or Legislative Auditor as deemed appropriate (per Minnesota Statute 16C.05.) TRANSPORTATION: The Bidder is to assume all responsibility of transport of materials, including shipping schedules, freight charge, shortages, backorders, errors in quantities and/or qualities, damages in transit and any negotiations with freight carriers resulting from these discrepancies. The Owner will accept no responsibility for any items ordered, until such time as the material(s) specified are delivered, checked, and completely acceptable for use. DELIVERY TERMS: All shipments must be F. O. B. at the appropriate location in Independent School District 622. Deliveries will be to individual schools unless indicated otherwise in the specifications. The supplier will be asked to package the item(s) and mark for each location. Deliveries are scheduled once per week at (14) sites on Mondays before 10:00 a.m. When holidays or closing days fall on a scheduled delivery day, deliveries shall be arranged with the District in advance. Drivers shall deliver produce into designated storage areas at each location. Items which are delivered in packages, cartons, or crates are accepted only upon guarantee that upon removal from such packaging, they are found in first class condition without any defects either incurred in manufacturing or transit. Any items, which are rejected because of any kind of, damage or defect must be removed and replaced without additional charge to the owner. LEGAL RIGHT OF MATERIAL: The successful Bidder shall have full legal right to material delivered under this BID, and pay all rents and royalties of every description on any and all patents or patent rights covering said materials, or covering any process or machinery used in its construction. The successful Bidder agrees to indemnify and save Independent School District 622 entirely harmless from any and all claims, demands, damages, actions or causes of action arising from the use of any process, machinery or materials in the construction of same. MATERIALS REQUIRED: Materials bid must be in conformity with the specifications and will be subject to inspection and approval after delivery. Materials must comply in quality, type of material and method of manufacture with all applicable local or state laws pertaining thereto. The right is reserved to reject and return, at the risk and expense of the contractor, such portion of any shipment that may be defective or fail to comply with specifications, without validating the remainder of the order. CONTRACT TERM: This contract will be for a period of one (1) year, July 1, 2016 June 30, 2017 with the District s option to renew for three (3) additional one year terms upon mutual consent by both parties. Renewing one year contracts will be effective July 1 through June 30 of each fiscal year. Agreement to renew the contract must be reached and agreed upon by April 1 in each renewal year (May 1, 2017, 2018 and 2019). This contract also includes a thirty (30) day notice of cancellation if District s standards are not met. Contract term is stated as

10 GENERAL INFORMATION OWNER S RIGHT TO WITHHOLD CERTAIN AMOUNTS AND MAKE APPLICATIONS THEREOF: The Owner may withhold, in addition to any specified retained percentages, from payment to the contractor such an amount or amounts as may be necessary to cover: a. Payment that may be earned or due for just claims for labor or materials furnished in and about the work. b. For defective work not remedied. c. Failure of the contractor to make proper payments to their sub-contractors. d. Reasonable doubt that the contract can be completed for the balance unpaid. e. Evidence of damage to another contractor. CLARIFICATION: While the information contained in these specifications is correct to the best of our knowledge, Bidders are responsible for reviewing the exposures for the insurance required under these specifications and seeking clarification where necessary. INQUIRIES: Any questions concerning the meaning or intent of these specifications must be addressed to: North St Paul - Maplewood - Oakdale Schools Vicky Kornegor/Purchasing Supervisor ISD 622 Education Center 2520 East 12 th Avenue North St. Paul, MN Interpretation of the specifications will be made only by addenda, which will be mailed, to all known potential Bidders. Such addenda shall be binding on all Bidders. It shall be the duty of each Bidder to make certain that it has received copies of all addenda issued. 10

11 AFFIDAVIT OF NON-COLLUSION By submission of this BID, the Bidder certifies that: a. This BID has been independently submitted without collusion with any other Bidder or with any competitor; b. This BID has not been knowingly disclosed, nor will the BID be disclosed prior to the review of the BIDs for this project, to any other Bidder, competitor or potential competitor; c. No attempt has been or will be made to induce any other person, partnership or Corporation to submit or to refrain from submitting a BID; d. The person signing this BID certifies that they have fully informed themselves regarding the accuracy of the statements contained in this certification, and under the penalties being applicable to the Bidder as well as to the person signing in its behalf. Authorized Signature Company Title Address City State Zip Telephone/fax Date 11

12 CALL FOR BID FORM Product Products - Nutrition Services District Wide TO: North St Paul - Maplewood - Oakdale Schools Vicky Kornegor/Purchasing Supervisor ISD 622 Education Center 2520 East 12 th Avenue North St. Paul, MN To Whom It May Concern: The Undersigned, having familiarized themselves with local conditions affecting costs and with contract documents, including General Specifications, Detailed Specifications and BID Form on file in the Office of the Purchasing Supervisor, hereby proposed to furnish and install supplies/equipment in accordance with the specifications on file. (PLEASE PRINT OR TYPE) BID TITLE: DATE DUE: Produce Products - Nutrition Services District Wide Wednesday, April 27, :00 p.m. FIRM NAME ADDRESS BIDDING AGENT TELEPHONE/FAX AUTHORIZED SIGNATURE TITLE TOTAL AMOUNT OF BID: $ # OF ADDENDA RECEIVED: DATE 12

13 Site Listing/Telephone Numbers Nutrition Services Office Education Center Kitchen 2520 E. 12 th Avenue 2520 E. 12th Avenue North St. Paul, MN North St. Paul, MN Elementary Schools Carver Castle Cowern 2680 Upper Afton Rd th Street N N. Margaret St. Maplewood, MN Oakdale, MN North St. Paul, MN Eagle Point Oakdale Richardson th Street North 821 Glenbrook Ave. North 2615 First Street Oakdale, MN Oakdale, MN North St. Paul, MN Skyview Weaver Webster 1100 Heron Ave. N Birmingham Street 2170 East 7 th Avenue Oakdale, MN Maplewood, MN North St. Paul, MN Middle Schools John Glenn Maplewood Skyview 1560 E. County Rd. B 2410 Holloway Avenue 1100 Heron Ave. North Maplewood, MN Maplewood, MN Oakdale, MN High Schools Warehouse North Tartan Transportation/Warehouse 2416 East 11 th Avenue 828 Greenway Ave. North 2225 McKnight Road North St. Paul, MN Oakdale, MN North St. Paul, MN

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

INSTRUCTIONS TO BIDDERS

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

More information

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Bid Opening Date/Time Tuesday, September 1, 2015 @ 2:15 p.m. local time City of

More information

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

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

More information

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

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS BOARD OF EDUCATION 1 COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS The Board of Education of the Depew Union Free School District hereby invites the submission of sealed bids

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

INSTRUCTIONS TO BIDDERS

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

More information

AIA Document A701 TM 1997

AIA Document A701 TM 1997 Instructions to Bidders AIA Document A701 TM 1997 for the following PROJECT: (Name and location or address) Implementation of Master Plan Projects Phase I Genesee Community College One College Road Batavia,

More information

Document A701 TM. Instructions to Bidders

Document A701 TM. Instructions to Bidders Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address) St. Croix Regional Education District Technology Bid Package St. Croix River Educational District

More information

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

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

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS 1.1 Terms used in these Instructions to Bidders which are defined in the Contract Documents (see sample Agreement) have the meanings assigned to them therein. The

More information

MELBA SCHOOL DISTRICT

MELBA SCHOOL DISTRICT MELBA SCHOOL DISTRICT REQUEST FOR PROPOSAL ( RFP ) FOR EPSON 595wi SHORT THROW PROJECTORS (STP) FOR MELBA SCHOOL DISTRICT NO. 136 ( MSD ) DUE: MONDAY; MAY 9, 2016 AT 12:00PM (MT) 1 Initials INVITATION

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

East Central College

East Central College SECTION 00100 - INSTRUCTION TO BIDDERS 1. BIDDING GUIDELINES The submission of a Bid shall be deemed the Bidder's tacit acknowledgment and considered conclusive evidence that: 1. Each Bidder is responsible

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

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

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

More information

Union College Schenectady, NY General Purchasing Terms & Conditions

Union College Schenectady, NY General Purchasing Terms & Conditions Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Communications Tower BID OPENING DATE: August 25, 2014 TIME: 2:00 P.M.

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

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 ADVERTISEMENT FOR BIDS Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 3:00 PM (EDST) on February 12,

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT COUNTY OF OSWEGO PURCHASING DEPARTMENT BID #4-10 - SALE OF FERROUS METALS County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Fred M. Maxon,

More information

7/14/16. Hendry County Purchase Order Terms and Conditions

7/14/16. Hendry County Purchase Order Terms and Conditions Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen

More information

SECTION NOTICE TO BIDDERS

SECTION NOTICE TO BIDDERS SECTION 00 0030 NOTICE TO BIDDERS MAQUOKETA COMMUNITY SCHOOL AG LEARNING CENTER MAQUOKETA, IA NOTICE IS HEREBY GIVEN: Sealed bids for a Lump Sum Bid under a Single Construction Contract for the Maquoketa

More information

Town of Whitby Terms and Conditions

Town of Whitby Terms and Conditions Town of Whitby Terms and Conditions Part B - Standard Terms and Conditions 1. Definitions Town - The Corporation of the Town of Whitby, its successors and assigns. Bidder - The person, firm or corporation

More information

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB: Darlington County is requesting sealed bids for Asphalt Surface Treatment (Triple Treatment Type I) for all (8) eight roads in the Timberchase Subdivision. The roads consist of the following: 1. Timberchase

More information

PURCHASING DEPARTMENT

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

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: September 11, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 11 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: SEPTEMBER

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: OCTOBER 26, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL PAGE 1 of 10 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: NOVEMBER

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

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Street Expansion Joint / Driveway Joint repair due to Street Creep

More information

GOODS AND SERVICES BID SPECIFICATIONS: A GUIDE FOR NEW JERSEY LOCAL PUBLIC AGENCIES SECTION A. Instructions to Bidders and Statutory Requirements

GOODS AND SERVICES BID SPECIFICATIONS: A GUIDE FOR NEW JERSEY LOCAL PUBLIC AGENCIES SECTION A. Instructions to Bidders and Statutory Requirements GOODS AND SERVICES BID SPECIFICATIONS: A GUIDE FOR NEW JERSEY LOCAL PUBLIC AGENCIES SECTION A Instructions to Bidders and Statutory Requirements Instructions To Bidders And Statutory Requirements I. SUBMISSION

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided

More information

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE SECTION 1: PURPOSE. 1.1 The County of Greene hereby requests proposals from interested

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

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424 INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424 INVITATION TO BID (This invitation is issued for the purpose of establishing a

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders

More information

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 OWNER : THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 Phone: 404.608.2300 Mandatory Pre-Bid Conference: Date: July 28,

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

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

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR QUOTATION

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: OCTOBER 29, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 11 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: NOVEMBER

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINED TERMS SECTION 00200 INSTRUCTIONS TO BIDDERS 1.01 TERMS USED IN THESE INSTRUCTIONS TO BIDDERS WILL HAVE THE MEANINGS INDICATED IN THE GENERAL CONDITIONS AND SUPPLEMENTARY CONDITIONS. ADDITIONAL

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) Annual Contract for Letterhead, Envelopes and Business Cards BIDDER INSTRUCTIONS Montrose County is seeking sealed bids from qualified vendors to supply and print letterhead, envelopes,

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

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3 Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3 Bid Opening Date/Time Tuesday, October 23, 2012 @ 2:00 p.m. (local

More information

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility.

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility. Form Pur. 1 REQUEST FOR QUOTATION Bid No. 3355 Bid No. 3355 BIDS TO BE SUBMITTED TO: DEPARTMENT OF PURCHASES Issued: _5/8/2007 Date Submitted 27 WEST MAIN STREET, ROOM 401 NEW BRITAIN, CT 06051 Delivery:

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: MARCH 27, 2013 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 12 PAGES BIDS DUE:

More information

13164 University Elementary School - Roof Replacement NOTICE TO BIDDERS

13164 University Elementary School - Roof Replacement NOTICE TO BIDDERS SECTION 00 11 13 NOTICE TO BIDDERS 1.01 FROM: THE BOARD OF SCHOOL TRUSTEES (HEREINAFTER REFERRED TO AS OWNER): A. Monroe County Community School Corporation B. 315 E. North Drive C. Bloomington, IN 47401

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JUNE 14, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 12 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: JUNE 26,

More information

INSTRUCTIONS TO BIDDERS

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

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: AUGUST 13, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 10 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: AUGUST

More information

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP) Prince William County Service Authority (the Service Authority ) is accepting competitive sealed bids from qualified Contractors

More information

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch The St. Charles City-County Library is accepting bids pursuant to this Invitation for Bid from qualified

More information

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847) GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS 60025 (847) 657-3215 DATE: March 8, 2019 SPECIFICATIONS FOR: Spin Bikes and Software BIDS RECEIVED UNTIL: March 27, 2019 2:00pm at Park Center

More information

PURCHASING DEPARTMENT

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

More information

Demolition of Water Ground Storage Tanks

Demolition of Water Ground Storage Tanks Demolition of Water Ground Storage Tanks BID DOCUMENTS October 2014 Table of Contents DIVISION 00 BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT 00020 INVITATION TO BID 00100 INSTRUCTIONS

More information

a. Article(s) Goods and/or services described on the face of the Purchase Order

a. Article(s) Goods and/or services described on the face of the Purchase Order TERMS AND CONDITIONS LIBERTY MUTUAL STANDARD TERMS AND CONDITIONS V. 5.0 1. DEFINITIONS a. Article(s) Goods and/or services described on the face of the Purchase Order b. Customer Liberty Mutual Insurance

More information

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID INVITATION TO BID Sealed bid proposals, plainly marked "Electrical Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,

More information

MEDICAL OXYGEN SUPPLY & TANK RENTAL FOR THE PINES HEALTHCARE AND REHABILITATION CENTERS OLEAN, MACHIAS

MEDICAL OXYGEN SUPPLY & TANK RENTAL FOR THE PINES HEALTHCARE AND REHABILITATION CENTERS OLEAN, MACHIAS MINIMUM SPECIFICATIONS FOR MEDICAL OXYGEN SUPPLY & TANK RENTAL FOR THE PINES HEALTHCARE AND REHABILITATION CENTERS OLEAN, MACHIAS FOR THE PINES HEALTHCARE AND REHABILITATION OFFICE OF THE CLERK CATTARAUGUS

More information

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

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

More information

REQUEST FOR QUOTE # 16471

REQUEST FOR QUOTE # 16471 REQUEST FOR QUOTE # 16471 RFQ # 16471 Quotation Due By: Bid Due Time: 12/13/2013 10:00:00 AM VENDOR INFO: VENDOR #: 99999.00 NAME: CONTACT: ADDRESS 1: ADDRESS 2: CITY: STATE: ZIP: EMAIL: PHONE: FAX: REPLY

More information

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

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

More information

Request for Tender. Humidifier Replacement February 19, 2013

Request for Tender. Humidifier Replacement February 19, 2013 Request for Tender For: Humidifier Replacement February 19, 2013 1602 Telesat Court Rick Moore Supervisor, Property & Facility Management Telephone: 613 747-7800 Ext. 2872 Index of Sections Section A -

More information

BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO FOR

BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO FOR BID FORM FOR WEST GEAUGA LOCAL SCHOOLS DISTRICT MIDDLE SCHOOL SECURITY ENTRANCE 8611 CEDAR ROAD CHESTERLAND, OHIO 44026 FOR THE WEST GEAUGA LOCAL SCHOOLS DISTRICT BOARD OF EDUCATION BIDS DUE AT 12:00 P.M.

More information

Request for Proposal RFP # SUBJECT: Ergotron LX

Request for Proposal RFP # SUBJECT: Ergotron LX Request for Proposal RFP #13-1422 SUBJECT: Ergotron LX DATE OF ISSUE: July 3, 2013 TO RESPOND BY: RESPOND TO: July 19, 2013 @ 1500 Hours (3:00 PM Pacific Time) Leslie Burke, Purchasing Agent Purchasing

More information

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE TOWN OF HOPKINTON PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS The Bidder's attention is called to the forms and documents listed below which must be executed in full as required. Signature by the Bidder indicates that the information provided

More information

Request for Proposal for Natural Gas Supply

Request for Proposal for Natural Gas Supply Request for Proposal for Natural Gas Supply The Ware County Board of Commissioners is seeking sealed proposals for Natural Gas Supply. Sealed proposals will be received until Tuesday, March 8, 2011 at

More information

INVITATION TO BID (ITB) MONTROSE SHERIFF S OFFICE JAIL DIVISION INMATE COMMISSARY SERVICE

INVITATION TO BID (ITB) MONTROSE SHERIFF S OFFICE JAIL DIVISION INMATE COMMISSARY SERVICE INVITATION TO BID (ITB) MONTROSE SHERIFF S OFFICE JAIL DIVISION INMATE COMMISSARY SERVICE Montrose County, Colorado is seeking sealed bids from qualified firms experienced in and capable of providing and

More information

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS INVITATION TO BID from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233 BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS Sealed

More information

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid

More information

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE:

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE: KANSAS CITY KANSAS PUBLIC SCHOOLS / USD 500 PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS 66104 WEB SITE: WWW.KCKPS.ORG/PURCHASING PORCELAIN WHITEBOARDS WITH ALUMINUM FRAMES BID NO:

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

PROPOSAL WATER PLANT LAB SCADA SYSTEM/AUTOMATION UPGRADE ASSUMPTION PARISH WATERWORKS DISTRICT NO. 1 NAPOLEONVILLE, ASSUMPTION PARISH, LOUISIANA

PROPOSAL WATER PLANT LAB SCADA SYSTEM/AUTOMATION UPGRADE ASSUMPTION PARISH WATERWORKS DISTRICT NO. 1 NAPOLEONVILLE, ASSUMPTION PARISH, LOUISIANA PROPOSAL WATER PLANT LAB SCADA SYSTEM/AUTOMATION UPGRADE ASSUMPTION PARISH WATERWORKS DISTRICT NO. 1 NAPOLEONVILLE, ASSUMPTION PARISH, LOUISIANA Commissioners Keith Sheffie Jamie Boudreaux Charles Brown

More information

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT

More information

TOWN OF LINCOLN GENERAL SPECIFICATIONS

TOWN OF LINCOLN GENERAL SPECIFICATIONS TOWN OF LINCOLN GENERAL SPECIFICATIONS 1. RECEIPT AND OPENING OF PROPOSALS Sealed bids (proposals) will be accepted in the office of the Finance Director, Town Hall, Lincoln, Rhode Island, until the time

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: FEBRUARY 11, 2014 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 9 PAGES BIDS DUE:

More information

The vendor will provide at least one day of training at each location.

The vendor will provide at least one day of training at each location. SPECIFICATIONS The bid must include the price on a flat cost-per-copy basis. The cost to the school/district will be determined by multiplying the number of copies made by the quoted cost per copy. Copy

More information

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION

VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION VIRGIN ISLANDS PORT AUTHORITY ENGINEERING DIVISION SPECIFICATIONS FOR DEMOLITION OF BOURNEFIELD UNITS 208, 211, 217, 232, & 233 ST.THOMAS, UNITED STATES VIRGIN ISLANDS JUNE 2016 VIRGIN ISLANDS PORT AUTHORITY

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

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR BID

More information

INFORMATION FOR BIDDERS

INFORMATION FOR BIDDERS 1. Receipt and Opening of Bids INFORMATION FOR BIDDERS The Laguardo Utility District (herein called the Owner ), invites bids on the form attached hereto, all blanks of which must be appropriately filled

More information

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer:

SECTION INSTRUCTION TO BIDDERS. Bidders may obtain sets of Bidding Documents from Engineer: SECTION 00100 INSTRUCTION TO BIDDERS 1.01 SECURING DOCUMENTS Bidders may obtain sets of Bidding Documents from Engineer: Hethcoat & Davis, Inc. 278 Franklin Road, Suite 200 Brentwood, TN 37027 (615) 577-4300

More information

City of Albany, New York

City of Albany, New York City of Albany, New York REQUEST FOR PROPOSALS FOR THE PROVISION OF BOND COUNSEL SERVICES Proposal Number 2012-03 March 19, 2012 SECTION 1: PURPOSE 1.1 The City of Albany hereby requests proposals from

More information

REQUEST FOR PROPOSAL. Information Technology Support Services

REQUEST FOR PROPOSAL. Information Technology Support Services Request for Proposal 1 of 17 www.mdgreenview.ab.ca Box 1079, 4806-36 Avenue, Valleyview, AB T0H 3N0 (780) 524-7600, (780) 524-4307 fax REQUEST FOR PROPOSAL Information Technology Support Services Bid Closing

More information

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Tree Pruning & Removal Bids must be submitted to the City at the address below in a sealed envelope plainly marked as

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JUNE 2, 2015 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 12 PAGES BIDS DUE: JUNE

More information

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address)address): Orig A701-1997 THE OWNER: (Name, legal status and address)(name and address): THE ARCHITECT:

More information

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT REF #242013RFPSW DUE DATE: 4:00 PM, February 19, 2013 Luzerne County

More information