k%\ty SCHOOLS June 16,201 1 Mr. Keith Erskine Ferguson Enterprises 974 Explorer Cove Altamonte Springs, FL 32701
|
|
- Osborn Watson
- 6 years ago
- Views:
Transcription
1 k%\ty SCHOOLS Leading our Children to Success Purchasing Department CR 56 Tavares FL (352) Fax: (352) htdp:/nake.kl2.fl.us June 6,20 Mr. Keith Erskine Ferguson Enterprises 974 Explorer Cove Altamonte Springs, FL 3270 NOTICE OF AWARD Superintendent: Susan Moxley, Ed.D. School Board Members: District Jim Miller District 2 Rosanne Brandeburg District 3 Tod Howard District 4 Debbie Stivender District 5 Kyleen Fischer RE: Bid #3378DG - Plumbing Parts and Supplies - Lot #I Dear Mr. Erskine, At their meeting held on June 3, 20, the Lake County School Board approved the award of the above referenced bid as listed below. A complete copy of the award recommendation letter and the bid tabulation may be viewed on the Lake County Schools Purchasing Department website located at Lot #I... Ferguson Enterprises, Inc., located in Altamonte Springs, FL Lot #2... Interline Brands, Inc. dba Trayco, located in Florence, SC Lot #3... Orlando Winnelson, Co., located in Orlando, FL Lot #4... Interline Brands dba Sexauer, located in Jacksonville, FL Lot #5... HD Supply, located in Lady Lake, FL Lot #6... HD Supply, located in Lady Lake, FL The bid we received from your company will serve as the contract and will be in effect from June 3,20 through June 2,202. Purchase orders will be issued as needed. We look forward to working with you. If you have questions, please contact me at or gardnerd@lake.ki2.flsus. Deborah Gardner Assistant Purchasing Agent -- "Equal Opportunity in Education and Employment"
2 ATTACHMENT I COST PROPOSAL FORM Similar items have been grouped into lots to facilitate this bid. Equivalent items will be considered unless otherwise stated on the Cost Proposal Form. Items that are required to match existing equipment will have "No Substitutes" noted. All equivalent items must have manufacturer and manufacturer part number to be considered. Vendors are encouraged to bid on all items within each lot; however, they will not be disqualified for not proposing on every item within a given lot. All prices shall include delivery to the School Board designated destination. Balance of line discount from MSRP for information only. Est. Annual Lot - Drinking Fountain - Bubblers - Etc. I Self-Closing Drinking Fountain Central 0364-L Paragon Lav I I Iblfg. Name & Mfg. Number $4.88 $89.28 I 6 Bubbler Cart, #50222C Replacement, Elkay 9275-C, or equivalent Push Button Kit Halsey Taylor TC Lead Free Cartridge Pro Flo 770 PFSBLF (LCSB 32054) I I or equivalent I I I 7 50 Mfg. Name PROFLB Mfg. Number PF20050RK $.00 $ I Total Lot #l: I $ Balance of line discount from MSRP for Lot #l: 25% Lot 2 - Repair Parts Supply Tube, PVC Lavatory, 38" x 20". with ferrel Mfg. Name PROFLO & Mfg. Number PF3820LR. Supply Tube, PVC Lavatory, W" x 2" 9 5 Mfg. Name JONES STEPHENS & Mfg. Number SO4409 Supply Tube, PVC Lavatory, U" x 36" Supply Tube, PVC Closet, 38" x 2" 54 Mfg. Name PROFLO & Mfg. Number PF382CRX Tank Ball, Triple Seal, Solder Seal #B-25, or equivalent 2 2 Seat Disc, Screw Type Fit, American Standard Solder Seal #B- 295V, or equivalent 3 Flapper Tank Ball, Korky Plus, or equivalent $2.OO $85.75 $3 $2.93 $26.00 $54.50 $76.80 $ $ $2.96 $2.36 $Ail $2.60 $.3 $2.62 $.48 $.48 Page 2 of 3
3 - C, * Est. ~nnual Float Ball, Plastic 5 Mfg. Name PROFLO & Mfg. Number PFTBSP Cover, Sink Hole, Stainless Steel, %" diameter $.88 - $.& Disc, Molded, Sloan #A- 5-A No Substitutes $ $ Diaphragm, Sloan #A-56-A No Substitutes $3.8 - $ Mfg.NamePROFLO&Mfg.NumberPFGDlOO $.05 Water Control Valve, Brass, American Standard # or N30 0, or equivalent Mfg. Name WALRICH & Mfg. Number Tank Lever, Brass CP, Southern Specialty Mfg. #I 93 Deluxe, or equivalent $ $ Beehive Strainer, Urinal, 3 /6" center, 3 3/4 OD CP. American I I I Standard 027-2, or equivalent I I I Mfg. Name & Mfg. Number Mfg. Name KOHLER & Mfg. Number K96-IVA Basket Strainer, Standard Duo, Elkay #LK-35, or equivalent $ $40. $5.68 $ Sink Strainer Pro Plus # 644 or equivalent $37.20 $ Mfg. Name PROFLO & Mfg. Number PF432SS P-Trap, %", 7 gauge CP, with Brass Nut, Less Clean Out $ $ Mfg. Name PROFLO & Mfg. Number PFPTBIOO P-Trap, %", 7 gauge CP, with Brass IVut, Less Clean Out $0.92 $ Mfg. Name PROFLO & Mfg. Number PFPTB07 P-Trap, Repair, W, 7 gauge CP, with Brass Nut, Less Clean $4.30 $ Mfg. Name KEENEY & Mfg. Number KEE30RPC $36.72 P-Trap, Repair, %", 7 gauge CP, with Brass Nut, Less Clean i $ I Mfg. Name KEENEY & Mfg. Number KEE305RPC $47.00 $94.00 Page 3 of 3
4 3 90 Mfg. Name PROFLO & Mfg. Number PFTSCOF2000WH $ 3.20 $ Toilet Seat, Regular Open Front, Stainless Steel Fittings, White, Bemis #955C, or equivalent Wax Seal, Regular (Anchor Bowl Ring), Solder Seal #G-236, or equivalent Mfg. Name PROFLO & Mfg. Number PFWR $.62 - Wax Seal, Deep (Universal Bowl Rirlg), Solder Seal #G-237, or equivalent Mfg. Name PROFLO & Mfg. Number PFWRWH Union, Compression, Brass, %'I OD $.84 $ Mfg. Name PROFLO & Mfg. Number PFCUB Union, Compression, Brass, 56" OD $.05 - $ Mfg. Name PROFLO & Mfg. Number PFCU56 Union, Compression, Brass, 38" OD $.20 - $ Mfg. Name PROFLO & Mfg. Number PFCUC Union, Compression, Brass, OD $ -.I5 $ Mfg. Name PROFLO & Mfg. Number PFCUD Union, Compression, Brass, 58" OD $.74 - $ Mfg. Name PROFLO & Mfg. Number PFCUE Union, Compression, Brass, 3/4" OD $ $ Mfg. Name PROFLO & Mfg. Number PFCUF Ferrule, Brass, %'I OD $ $ Mfg. Name PROFLO & Mfg. Number PFCSB Ferrule, Brass, 38" OD $04 - $ Mfg. Name PROFLO & Mfg. Number PFCSC Ferrule, Brass, %" OD $06 - $fl 43 Mfg. Name PROFLO & Mfg. Number PFCSD Bolt, Closet, %" x 2 %", Solid Brass with Heavy Nickel Plated Brass Nut and Stainless Steel Washer $.I3 - $.I Mfg. Name PROFLO & Mfg. Number PF9004 Closet Rebuilding Kit, Sloan Royal # (A-36-A), or equivalent $.05 - $ Mfg.Name & Mfg. Number $ $ Page 4 of 3
5 E u - Est. Annual Quantity Description IVut, Supply, CP Brass, 38" OD Unit Cost Total Cost Mfg. Name BRASSCRAFT & Mfg. Number 66C Nut, Supply, CP Brass, W" OD $46 47 Mfg. Name BRASSCRAFT & Mfg. Number 68C Vacuum Breaker, %I" x 9" CP, Sloan #V-500-AA, or equivalent $ Vacuum Breaker, %'I x 9" CP, Sloan #V-500-AA, or equivalent $ Vacuum Breaker, W" x 9" CP, Sloan #V-500-AA, or equivalent $5.8 $ Vacuum Breaker Repair Kit, Sloan # (V-55-A), or equivalent $4.46 $ Mfg. Name Spanner Flange & Mfg. Number $2.0 - $ Mfg. Name FERNCO & Mfg. Number SF00 Spud, Cast Brass, " x %", with Flange Washer, Brass Lock Nut and Galvanized Friction Ring $ $ Mfg. Name PROFLO & Mfg. Number PF05 Spud, Cast Brass, %'I x %", with Flange Washer, Brass Lock Nut and Galvanized Friction Ring $ $ Mfg. Name PROFLO & Mfg. Number PF06 Spud, Cast Brass, %'I x %'I, with Flange Washer, Brass Lock Nut and Galvanized Friction Ring $ $ Mfg. Name PROFLO & Mfg. Number PF08 Spud, Cast Brass, %" x %'I, with Flange Washer, Brass Lock Nut and Galvanized Friction Ring $ $ Mfg. Name PROFLO & Mfg. Number PF07 Spud, Cast Brass, W" x W", with Flange Washer, Brass Lock Nut and Galvanized Friction Ring $ $ Mfg. Name PROFLO & Mfg. Number PF03 Spud, Cast Brass, 2" x XI", with Flange Washer, Brass Lock Nut and Galvanized Friction Ring $ $ Mfg. Name PROFLO & Mfg. Number PF02 Spud, Cast Brass, 2" x W", with Flange Washer, Brass Lock Nut and Galvanized Friction Ring $ $ IVlfg. Name PROFLO & Mfg. Number PFl 0 $ $79.20 Page 5 of 3
6 pp CI - * 60 Est. Annual Quantity Spud, Cast Brass, 2" x 2", with Flange Washer, Brass Lock Nut and Galvanized Friction Ring - Mfg. Name PROFLO & Mfg. Number PFIOO Flush Valve, Closet, Sloan #I 0 Regal, or equivalent 6 23 Flush Valve, Urinal, Sloan #I 86 Regal, or equivalent $62.00 $ Mfg. Name & Mfg. Number $62.00 $ Basin Faucet-Central Brass #0239-P Plain no index No Substitutes Threaded Tube, /4" x 2" CP, Threaded Both Ends, 7 gauge Mfg. Name PROFLO & Mfg. Number PFETB408 Threaded Tube, %" x 2" CP, Threaded Both Ends, 7 gauge Mfg. Name PROFLO & Mfg. Number PFETB409 Solder Extension Tube CP, W x 8", 7 gauge Mfg. Name PROFLO & Mfg. Number PFETB502 Solder Extension Tube CP, %" x 8", 7 gauge Mfg. Name KEENEY & Mfg. Number 227PC Solder Extension Tube CP, W x 2", 7 gauge $23.69 $5.35 $8.59 $6.53 $7.22 $47.38 $96.30 $= $6.53 $ Mfg. Name PROFLO & Mfg. Number PFETB500 Slip Extension Tube with CB Nut, /4" x 8" CP, 7 gauge Mfg. Name PROFLO & Mfg. Number PFETB606 Slip Extension Tube with CB Nut, %" x 8" CP 7 GA Mfg. Name PROFLO & Mfg. Number PFETB607 Flanged Tailpiece, /2" x 8", CP 7 GA $0.72 $8.89 $9.29 $75.04 $ $74.32 Aqua Seal Trim, Hot, A/S # Aqua Seal Trim, Cold, A/S # REVISED - Page 6 of 3 Bid #3378DG - Plumbing Parts and Supplies 3378DG Addendum Page 2 of 2
7 Page 6 of 3
8 8 200 Mfg.Name & Mfg. Number T&S Brass 238AC Metering Cartridge, Cold Push Button (LCSB Stock 32467) or equivalent $ $ T&S Brass 238AH Metering Cartridge, Hot Push Button (LCSB Stock 32467) or equivalent $8.36 $ Fluidmaster 400a toilet tank fill valve or equivalent I $8.36 $ Mfg. Name FLUIDMASTER & Mfg. Number PRO45 $ $ Sloan Universal Urinal Foam Gasket or equivalent 85 0 Iblfg. Name PROFLO & Mfg. Number PFTBG Sloan H-553 O-Ring ( ) or equivalent $.75 - $ in. OD Poly-B, Plastic Ferrule or equivalent $.83 - $ Mfg. Name PROFLO & Mfg. Number PFPCSC T&S Brass Stem Assy 64L Hot or equivalent MfChNarne & Mfg. Number T&S Brass Stem Assy 66L Cold or equivalent I Balance of line discount from MSRP for Lot #2: Lot 3 - Pipe (Unit Price Per Foot) PVC, SCH 40, W" diameter x 20' long I $.I5 - $ $ 5.00 $ $6.80 $ Total Lot #2: $ % ' PVC, SCH 40, 3/4" diameter x 20' long $.30/ft 9 300' Mfg.Name & Mfg. Number PVC, SCH 40, I" diameter x 20' long $.33lft $ ' ~t Iblfg. Name & Mfg. Number PVC, SCH 40, 27' diameter x 20' long $.55/ft $ ' PVC, SCH 40, %'I diameter x 20' long $mft $ ' Mfg. Name & Mfg. Number $.6Olft - $20.00 Page 7 of 3
9 - * Est. Annual Quantity pp Description PVC, SCH 40, 2" diameter x 20' long ' PVC, SCH 40, 3" diameter x 20' long $.8O/ft - $ ' PVC, SCH 40, 4" diameter x 20' long $.7O/ft - $ ' Copper, Hard, Type L, %" $2.34/ft $ ' Copper, Hard, Type L, 3/4" $.5/ft - $5.OO 99 00' Mfg.Name & Mfg. Number Copper, Hard, Type L, " $2.45/ft $ ' Mfg.Name & Mfg. Number Copper, Hard, Type L, %' $3.79/ft $ ' Mfg.Name & Mfg. Number Copper, Hard, Type L, %" $Eft $ ' Mfg.Narne & Mfg. Number Copper, Hard, Type L, 2" $6.95/ft $ ' Mfg.Name Copper, Soft, Type L, %" & Mfg. Number $ 0.98ft $ ' ~t Mfg. Name. & Mfg. Number Copper, Soft, Type L, 38" $.90/ft $ ' Mfg.Name Copper, Soft, Type L, %" & Mfg. Number $.4/ft - $ ' Mfg. Name Copper, Soft, Type L, 3/4" & Mfg. Number $.92/ft - $ ' Mfg. Name & Mfg. Number Total Lot #3: Balance of line discount from MSRP for Lot #: $3.08/ft - 0% $657.OO $ Lot 4 - Incidental Plumbing Supplies PVC Cement, % pint (LCSB Stock 32068) Mfg. Name OA-rEY & Mfg. Number 303 PVC Cement, pint size (LCSB Stock 32067) $2.94 $ Mfg. Name OATEY & Mfg. Number 3 04 $ $5.52 Page 8 of 3
10 -* Est. Annual Quantity Description PVC Cement, quart size (LCSB Stock 32066) 0 20 Mfg. Name OATEY & Mfg. Number 305 PVC Cleaner, pint size (LCSB Stock 32040) $ $ Mfg. Name OATEY & Mfg. Number Oil, Cutting, quart size (LCSB Stock 32069) $3.00 $ Mfg. Name OATEY & Mfg. Number Solder, 5050, I # (LCSB Stock 32043) $6.99 $ Mfg. Name LENOX & Mfg. Number WS0098 Lead Free Solder 955 (LCSB Stock 32042) Lenox WS508 $8.50 $ Mfg. Name OATEY & Mfg. Number 2207 Regular Flux Paste 40z LA-CO 2294 (LCSB Stock 32044) $2.22 $6.I Mfg. Name & Mfg. Number Emery Cloth, %" x 0' fine (LCSB Stock 32045) $ $ Mfg. Name PROSELECT & Mfg. Number PS0403 Emery Cloth, %" x 0' medium (LCSB Stock 32045) $ $ Mfg. Name PROSELECT & Mfg. Number PS0603 Tape, Teflon, %" x 260' (LCSB 32046) Mfg. Name PROSELECT & Mfg. Number PSlTD260 Hanger Iron, 3/4" galvanized (LCSB Stock 32047) $ $3 $ $ Mfg. Name PROFLO & Mfg. Number PF0G28F0 Plumber's Putty, 4 ounces (LCSB Stock 32048) $88 - $ Mfg. Name OATEY & Mfg. Number 3 66 Sloan SV-38-A Flushometer Repair Kit 3.5 GPF $.07 - $ Mfg.Name & Mfg. Number Sloan SV-42-A Flushometer Repair Kit.0 GPF $28.00 $ Mfg. Name & Mfg. Number Total Lot #4: Balance Of Line Discount From MSRP For Lot #4: $28.00 $ $ % Lot 5 - Valves Check, Brass domestic W" (LCSB Stock 3505) 23 Mfg. Name NlBCO & Mfg. Number T480 Check, Brass domestic %" FIP (LCSB Stock 3506) $6.78 $ Mfg. Name NlBCO & Mfg. Number T480 $20.62 $20.62 Page 9 of 3
11 8 * - Est. Annual Quantity pp Description Check, Brass, domestic " FIP Mfg. Name NIBCO & Mfg. Number T480 Check, Swing Brass, domestic %" FIP (LCSB Stock 3507) 26 Mfg. Name NIBCO & Mfg. Number T43Y Check, Swing Brass, domestic %" FIP (LCSB Stock 350 9) $37.40 $ Mfg. Name NlBCO & Mfg. Number T43Y Check, Swing Brass, domestic %" FIP (LCSB Stock 35020) $37.40 $ Mfg. Name NIBCO & Mfg. Number T43Y Check, Swing Brass, domestic " FIP (LCSB Stock 3502) $4.80 $ Mfg. Name NlBCO & Mfg. Number T43Y Check, Swing Brass, domestic % "FlPl (LCSB Stock 35022) $57.75 $ Mfg. NameNlBCO&Mfg. NumberT43Y Check, Swing Brass, domestic %" FIP (LCSB Stock 35023) $8.95 $ Mfg. Name IVIBCO & Mfg. Number T43Y Check, Swing Brass, domestic 2" FIP (LCSB Stock 35024) $95.70 $ Mfg. Name NlBCO & Mfg. Number T43Y Foot, Brass, domestic " FIP (LCSB Stock 35027) $40.25 $ Mfg. Name AMERICAN GRANBY & Mfg. Number LF5000S Foot, Brass, domestic 5$" FIP (LCSB Stock 35028) $ 6.00 $ Mfg. Name AMERICAN GRANBY & Mfg. Number LF5000S Foot, Brass, domestic W" FIP (LCSB Stock 35029) $ 8.00 $ Mfg. Name AMERICAN GRANBY & Mfg. Number LF5000S Hose Bibb, Brass, domestic W" MIP (LCSB Stock 35047) $29.00 $ Mfg. Name ARROWHEAD & Mfg. Number - 30 Hose Bibb, Brass, domestic 3/4" MIP (LCSB Stock 35048) $5.25 $ Mfg. Name ARROWHEAD & Mfg. Number Sillcock, Brass, domestic W" FIP (LCSB Stock 35049) $ $ Mfg. Name ARROWHEAD & Mfg. Number Sillcock, Brass, domestic 3/4" FIP (LCSB Stock 35050) $5.88 $ Mfg. Name ARROWHEAD & Mfg. Number Gate, Brass, domestic W" FIP (LCSB Stock 35033) $6.4 $ Mfg. Name NIBCO & Mfg. Number TI 3 Gate, Brass, domestic %" FIP (LCSB Stock 35034) $9.24 $22.80 $9.24 $ Page 20 of 3
12 Mfg. Name NlBCO & Mfg. Number TI 3 * Est. Annual Description Gate, Brass, domestic " FIP (LCSB Stock 35035) Unit Cost 42 Mfg. Name NlBCO & Mfg. Number TI 3 Gate, Brass, domestic '/4" FIP (LCSB Stock 35036) $29.20 $ Mfg. Name NlBCO & Mfg. Number TI 3 Gate, Brass, domestic W" FIP (LCSB Stock 35037) $44.40 $ Mfg. Name NlBCO & Mfg. Number TI3 Gate, Brass, domestic 2" FIP (LCSB Stock 35038) $5.20 $ Mfg. Name NlBCO & Mfg. Number TI 3 Gate, Brass, domestic 2 W" FIP (LCSB Stock 35039) $62.00 $ Mfg. Name NlBCO & Mfg. Number T3 Ball Lever, Brass, domestic W" FIP (LCSB Stock 3504) $75.20 $ Mfg. Name NlBCO & Mfg. Number T58570 Ball Lever, Brass, domestic %" FIP (LCSB Stock 35042) $8.08 $ Mfg. Name NlBCO & Mfg. Number T58570 Ball Lever, Brass, domestic " FIP (LCSB Stock 35043) $3.2 $ Mfg. Name NlBCO & Mfg. Number T58570 Ball Lever, Brass, domestic '/4" FIP (LCSB Stock 35044) $ 6.56 $ Mfg. Name NlBCO & Mfg. Number T58570 Ball Lever, Brass, domestic U" FIP (LCSB Stock 35048) $39.20 $ Mfg. Name NlBCO & Mfg. Number T58570 Ball Lever, Brass, domestic 2" FIP (LCSB Stock 35046) $5.60 $ Mfg. Name NlBCO & Mfg. Number T58570 Square Head Gas Cock, Brass, domestic %" FIP (LCSB Stock 35052) $88.80 $ Mfg. Name A.Y. MCDONALD & Mfg. Number 0640 Square Head Gas Cock, Brass, domestic 3/4" FIP (LCSB Stock 35053) $ 0.52 $ Mfg. Name A.Y. MCDONALD & Mfg. Number 0604 Square Head Gas Cock, Brass, domestic " FIP (LCSB Stock 35054) $2.92 $ Mfg. Name A.Y. MCDONALD & Mfg. Number 0604 Square Head Gas Cock, Brass, domestic XI" FIP (LCSB Stock 35055) Page 2 of 3
13 - E a * Est. Annual u Square Head Gas Cock, Brass, domestic %" FIP (LCSB Stock 35056) 57 Mfg. Name A.Y. MCDONALD & Mfg. Number 0604 Square Head Gas Cock, Brass, domestic 2" FIP (LCSB Stock 35057) 58 7 Mfg. Name A.Y. MCDONALD & Mfg. Number 0604 White PVC Ball Valve % in. Slip x Slip Mfg. Name PROFLO & Mfg. Number PFPSBVD White PVC Ball Valve % in. Slip x Slip $ $ Mfg. Name PROFLO & Mfg. Number PFPSBVF White PVC Ball Valve in. Slip x Slip $3.98 $ Mfg. Name PROFLO & Mfg. Number PFPSBVG White PVC Ball Valve - % in. Slip x Slip $4.3 $ Mfg. Name PROFLO & Mfg. Number PFPSBVJ White PVC Ball Valve 2 in. Slip x Slip $ $ & Mfg. Number Kitchen Sink Faucet, Gerber # (LCSB Stock 32002), or equivalent $24.00 $ Wall Mount, Central Brass #I0047 UA (LCSB Stock 320), or equivalent $52.00 $ Centerset 4" Single Body Dbl. Handle, Central Brass #37-A (LCSB Stock 3203), or equivalent $ $ Lavatory, Single Faucet, Cross Handle Central Brass 239P (LCSB Stock 32024), or equivalent $6.79 $23.69 $67.90 $23.69 Page 22 of 3
14 325 6), or equivalent We submit our prices and agree to adhere to all terms and conditions and to make delivery within 30 days after receipt of orders or continuous delivery as specified. Company: FERGUSON ENT. City:ALTAMONTE SPGS Type name: KEITH ERSKINE Telephone #: Fax #: Title: SALES Date: Page 23 of 3
15 INFORMATION ITEMS ONLY (This information will not affect the contract award). lndicate additional percentage discount if estimated number of actual orders per item exceeds 0% of the estimated quantities during each term of the agreement: 2% The District utilizes a P-Card and in some cases would make purchases utilizing the P-Card. lndicate if your firm has the capability of accepting the P-Card for purchases at no additional charge to the District. [XI Yes No Since the use of a P-Card provides earlier payment to the vendor indicate if your firm would negotiate an additional discount to the District when a P-Card is used. Yes You agree to sell to other governmental agencies under this bid award subject to the same terms and conditions, including pricing. IXI Yes Page 24 of 3
16 ATTACHMENT 2 REFERENCE FORM (Duplicate as needed) FOR: FERGUSON ENT. Name of Reference: Address: Y a bf YJJ ' h&~b City: state: FL zip: 325'0% Contact Pers -ie Phone: w320-7yb4' Private Sear: 0 Yes &NO Public No SchoollUniversity: Annual Dollar Volume: $, If school/university, please identify: _ Please state if sewices rendered b vendor were obtained by RFP, bid, contract, agreement, or other (SP~W: Q&.C - 4 pdrj Length of Account: Months Years State if bid, contract, agreement has been renewed: a Yes n No If bid, contract, agreement has been renewed, state kngth of time:. Months Years If bid. contract, agreement has not been renewed, state the reason for non-renewal: THIS SPACE FOR LAKE COUNTY SCHOOL UOARD USE ONLY Additional information provided by reference: d Pago 2s of a 7sRumbing P8fb and Supplies uu07 :Q n7 'QI. 'hsw TOTQL P. 82
17 ATTACHMENT 3 Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -- Lower Tier Covered Transactions This certification is required by the Department of Education regulations implementing Executive Order 2549, Debarment and Suspension, 34 CFR Part 85, for all lower tier transactions meeting the threshold and tier requirements stated at Section Instructions for Certification. 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 OCertification 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. ch 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 ( The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. NAME OF APPLICANT PRIAWARD NUMBER AND/OR PROJECT NAME FERGUSON ENT. - PRINTED NAME AND TITLE OF AUTHORIZED REPRESENTATIVE Page 26 of 3
18 ATTACHMENT 4 SWORN STATEMENT UNDER SECTION (3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES This form must be signed and sworn to in the presence of a notary public or other officer authorized to administer oaths.. This sworn statement is submitted to LAKE COUNTY SCHOOL BOARD by KEITH ERSKINE,SALES for FERGUSON ENTERPRISES Whose business address is: 974 EXPLORER COVE,ALTAMON'rE SPRINGS FL 3270 (If applicable) its Federal Employer Identification Number (FEIN) is: (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement on the attached sheet.) Required as per IRS Form W I understand that a "public entity crime" as defined in Paragraph ()(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including but not limited to, and bid or contract for goods or services to be provided to any public entity or agency or political subdivision or any other state or of the Unites States, and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 3. I understate that "convicted" or "conviction" as defined in Paragraph ()(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July, 989, as a result of a jury verdict, no~jury trial, or entry of a plea of guilty or nolo contendere. 4. I understand that "affiliate" as defined in Paragraph ()(a), Florida Statutes means: A. A predecessor or successor of a person convicted of a public entity crime or; B. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those offices, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not fair market value under an arm's length agreement, shall be a facie case that one person controls another person. A person who knowingly enters into a join venture with a person who has been convicted of a public entity crime in Florida during the proceeding 36 months shall be considered an affiliate. 5. I understand that a "person" as defined in Paragraph ()(~), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of the entity. 6. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting those sworn statements. (Please indicate which statement applies.) Page 27 of 3 Bid #3378DG - Plumbing Parts and Supplies
19 Neither the entity submitted this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity nor affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July, 989. The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, member, or agents who are active in management of the entity, or an affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July, 989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, member, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July, 989. However, there has been subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearing and the Final Order entered by the Hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. (Attach a copy of the final order) I UNDERSTAND 'THAT THE SUBMISSION OF THlS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH (ONE) ABOVE IS FOR THAT PUBI-IC ENTITY ONLY AND, THAT THlS FORM IS VALID THROUGH DECEMBER 3 OF THE CALENDAR YEAR IN WHICH IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN AMOUNT PROVIDED IN SECTION , FLORIDA STATUTES, 0 OR ANY CHANGE IN THE INFORMATION CONTAINED IN THlS FORM. STATE OF COUNTY OF,6&lc/Z?~ PERSO-NALLY APPEARED BEFORE ME, the undersigned authority, h &sk~ h y ~ (Name of individual signing) who, after first being sworn by me, affixed hislher signature in the space provided above on this \b " day of, x u. My Commission Expires: / / Page 28 of 3 Bid #3378DG - Plumbing Parts and Supplies
20 ATTACHMENT 5 NON-COLLUSION AFFIDAVIT State of FLORIDA County of SEMINOLE being first duly sworn, deposes and says that: () Helshe is the Owner, Partner, Officer, Representative, or Agent of the Proposer that has submitted the attached Proposal; (2) Helshe is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal; (3) Such Proposal is genuine and is not a collusive or sham Proposal; (4) Neither the said Proposer nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Proposer, firm, or person to submit a collusive or sham Proposal in connection with the Work for which the attached Proposal has been submitted; or to refrain from proposing in connection with such Work; or have in any manner, directly or indirectly, sought by agreement or collusion, or communication, or conference with any Proposer, firm or person to fix any overhead, profit, or cost elements of the Proposal price or the Proposal price of any other Proposer, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed Work; (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Proposer or any other of its agents representatives, owners, employees or parties in interest, including this affiant. livered in the presence of: BY: KEITH ERSKINE SALES Page 30 of 3 Bid #3378DG - Plumbing Parts and Supplies
21 k%kty SCHOOLS Leading our Children to Success Purchasing Department CR 56 Tavares. FL (352) Fax: (352) Superintendent: Susan Moxley, Ed.D. School Board Members: District I Jim Miller District 2 Rosanne Brandeburg District 3 Tod Howard District 4 Debbie Stivender District 5 Kyleen Fischer May 2, 20 ADDENDUM #I Bid #3378DG - Plumbinn Parts and Supplies This addendum serves to provide revised page 6 of the Cost Proposal Form and answers to questions received for Bid #3378DG - Plumbing Parts and Supplies. This addendum, a list of questions and answers, and revised page 6 of the Cost Proposal Form is posted on our website as a Word Form and a PDF file. To download this document, go to under QUICKLINKS click on Bid Opportunities and scroll down the table to the bid title and click for a list of all of the current information and documents published for this ITB. Revised Page 6 of the Cost Proposal with signed acknowledgement must be submitted in order for your proposal to be considered. Please note that the opening date has not been changed. All bids are due in the Purchasing Department, County Road 56, Tavares, Florida by no later than 2:00 PM, local time, on Friday, May 20, 20. ADDENDUM #I- Questions and Answers Bid #3378DG- Plumbinn Parts and Supplies. Items #72 and #73 are not available from American Standard, can they be purchased from an after market company? Maintenance has aqreed to remove "NO SUBSTITUES" from these items. 2. Item #80 Zurn Double Foot Pedal Valve #Z Is that the correct part number? is incorrect The correct part number is Acknowledgement of Addendum by Vendor: This addendum shall be completed by Vendor and returned with the Bid Package. If a Bid package has already been submitted, this addendum must be submitted to the above address in a sealed envelope, which is marked on the outside: Addendum to Bid #3378DG Plumbing Parts and Supplies. This is to acknowledge receipt of this addendum, which will become a part of the proposal document. This addendum must be signed and returned in order for your proposal to be considered. FERGUSON ENT. Company Name KEITH ERSKINE SALES Title 5/4/ Date "Equal Opportunity in Education and Employment"
22 COMPANY IVAME: FERGUSON ENTERPRISES,INC. INVITATION TO BID SCHOOL BOARD OF LAKE COUNTY PURCHASING DEPARTMENT COUNTY ROAD 56 TAVARES, FLORIDA The School Board of Lake County, located in Tavares, Florida, solicits your company to submit a bid on our Bid #3378DG - Plumbinrr Parts and Supplies. All terms and conditions below are a part of this Invitation to Bid (ITB) and no bids will be accepted unless the vendor complies with all conditions required herein. Rights are reserved by the,school Board of Lake County to accept or reject any and all bids and to waive all technicalities and award in the best interest of the Board. The Board does not sign contract forms provided by vendors. The bid, request for proposal, or invitation to negotiate with the vendor's signature will constitute an offer to sell to the Board under the stated terms and conditions. From the notice of publication until 72 hours after the posting of the recommendation of award only the Purchasing Department should be contacted concerning any questions concerning this bid. No other employee, officer, staff or agent of the School Board should be contacted during this period. All questionslconcerns shall be directed, in writing, to: Deborah Gardner Gardnerd@lake.kl2.fl.us Fax: Address: CR 56 Tavares, Florida BIDDERS RESPONSIBILITY: Before submitting their bid, each bidder is required to carefully examine the invitation to bid specifications and to completely familiarize themselves with all of the terms and conditions that are contained within this bid. Ignorance on the part of the bidder will in no way relieve them of any of the obligations and responsibilities, which are a part of this bid. 2. SCOPE OF WORK SPECIFICATIONS: The intent of this bid is to establish firm process for the purchase of plumbing parts and supplies as described herein on an "as needed" basis for use by Lake County Schools. 3. The forms included within this ITB may be completed on-line using Microsoft wordg or simply printed and completed by hand. Areas where information may be inserted while on-line are indicated by a gray form field box and then the complete document can be printed. Original signatures from an authorized representative of the company shall be affixed where indicated within this document before submitting to the Purchasing Department. 4. All bids shall be filed in the Purchasing Department of the Lake County School Board, County Road 56, Tavares, Florida 32778, prior to 2:00 PM, local time, Friday, May 20, 20 and clearly marked "Bid #3378DG to be opened May " Bids will be opened and tabulated at this time. Bids received after this time will not be considered. All bids shall be submitted, in a sealed package or envelope, on the attached bid form properly extended and signed by an authorized representative; place bid number and opening date of bid on envelope. Faxed or ed bids will not be accepted. Page of 3
23 3. OWNERSHIP OF DOCUMENTS: All data, specifications, calculations, estimates, plans, drawings, construction documents, photographs, summaries, reports, memoranda, and other documents, instruments, information and material prepared or accumulated by the AWARDED VENDOR(S) (or by such sub-consultants and specialty consultants) in rendering services hereunder shall be the sole property of the SCHOOL BOARD who may have access to the reproducible copies at no additional cost other than printing. Provided, that the AWARDED VENDOR(S) shall in no way be liable or legally responsible to anyone for the SCHOOL BOARD'S use of any such materials for another PROJECT, or following termination. All original documents shall be permanently kept on file at the office of the AWARDED VENDOR(S). INDEPENDENT CONTRACTOR(S): The AWARDED VENDOR(S) agrees that he or she is an independent contractor(s) and not an agent, joint venturer, or employee of the SCHOOL BOARD, and nothing in this Agreement shall be construed to be inconsistent with this relationship or status. None of the benefits provided by the SCHOOL BOARD to its employees, including but not limited to, workers' compensation insurance, unemployment insurance, or retirement benefits, are available from the SCHOOL BOARD to the AWARDED VENDOR(S). Further, AWARDED VENDOR(S) will be responsible for paying its own Federal income tax and self-employment tax, or any other taxes applicable to the compensation paid under this Agreement. The AWARDED VENDOR(S) shall be solely and entirely responsible for his or her acts during the performance of this Agreement. 33. ASSIGNMENT: Neither party shall have the power to assign any of the duties or rights or any claim arising out of or related to the Agreement, whether arising in tort, contract, or otherwise, without the written consent of the other party. These conditions and the entire Agreement are binding on the heirs, successors, and assigns of the parties hereto. 34. NO THIRD PARTY BENEFICIARIES: This Agreement gives no rights or benefits to anyone other than the AWARDED VENDOR(S) and the SCHOOL BOARD. 35. JURISDICTION: The laws of the State of Florida shall govern the validity of this Agreement, its interpretation and performance, and any other claims related to it. In the event of any litigation arising under or construing this Agreement, venue shall lie only in Lake County, Florida. 36. TERM AND TERMINATION: The term of this Agreement shall be June 3, 20 through June 2, 202. This Agreement may be renewed for two (2) additional one-year periods, if mutually agreed to by both parties. Any renewals shall be in writing and signed by both parties. All or part of this Agreement may be terminated by the SCHOOL BOARD, with or without cause, for its convenience, upon no less than fifteen (5) days written notice to the AWARDED VENDOR(S) of such intent to terminate. In such event, the AWARDED VENDOR(S) will be entitled to compensation for services competently performed up to the date of termination. 37. CONTACT PERSON: The primary contact person under this Agreement for the AWARDED VENDOR(S) shall be KEITH ERSKINE. The primary contact person under this Agreement for the SCHOOL BOARD shall be Mr. Patrick Russell - Maintenance Manaqer. 38. Approval of Personnel: The SCHOOL BOARD reserves the right to approve the contact person and the persons actually performing the services on behalf of the AWARDED VEIVDOR(S) pursuant to this Agreement. If SCHOOL BOARD, in its sole discretion, is dissatisfied with the contact person or the person or persons actually performing the services on behalf of the AWARDED VENDOR(S) pursuant to this Agreement, SCHOOL BOARD may require that the AWARDED VENDOR(S) assign a different person or persons to be the contact person or to perform the AWARDED VENDOR(S) services hereunder. Page 7 of 3
24 20 West Burleigh Boulevard Tavares. Florida AWARDED VENDOR(S): FERGUSON ENT. 974 EXPLORER COVE ALTAMONTE SPRINGS,FL 3270 B. All notices required, or which may be given hereunder, shall be considered properly given if () personally delivered, (2) sent by certified United States mail, return receipt requested, or (3) sent by Federal Express or other equivalent overnight letter delivery company. C. The effective date of such notices shall be the date personally delivered, or if sent by mail, the date of the postmark, or if sent by overnight letter delivery company, the date the notice was picked up by the overnight delivery company. D. Parties may designate other parties or addresses to which notice shall be sent by notifying, in writing, the other party in a manner designated for the filing of notice hereunder. 48. COMPANY SECURITY: The AWARDED VENDOR(S)'s personnel will not be permitted in any area of the Owner's facilities except the designated Work areas. The Owner will designate means of egress and ingress. The Owner will provide the necessary security passes, which shall be carried at all times by the AWARDED VENDOR(S)'s personnel. 49. CODE OF CONDUCT: The AWARDED VENDOR(S) shall have an established program to review with its employees the following Code of Conduct prior to AWARDED VENDOR(S)'s employees coming onto the Owner's property. Owner reserves the right to take whatever action it deems appropriate when a violation of the Code of Conduct occurs. This includes, but is not limited to, barringlremoving AWARDED VENDOR(S)'s employee(s) from the property andlor any legal recourse available. The Code of Conduct shall include but not be limited to the following: A. Employees shall be required to dress appropriately. Shoes and shirts are required at all times. No apparel with inappropriate or offensive sayings or pictures shall be worn. B. Alcohol, Tobacco, & Drug Abuse Policy - It is the policy of the Owner that the possession, use, consumption, distribution, transfer, manufacture or sale of alcohol, tobacco, illegal drugs or prescription drugs without a valid prescription on Owner's property is strictly prohibited. C. Miscellaneous Conduct - Use of profane, abusive, or threatening language, or fighting or threatening bodily injury to any person is prohibited. Practical joking or horseplay has no place on Owner's property and is prohibited. The bringing of firearms or other weapons into the work place is strictly prohibited. Gambling in any form, including the selling of chances or lottery tickets is not allowed upon the property of the Owner. D. Theft, Destruction of Property - AWARDED VENDOR(S)'s employees shall not take items of Owner's property. AWARDED VENDOR(S)'s employees shall not damage or handle in a destructive manner any of Owner's property or equipment. E. ting - eating is not allowed except in designated places. F. Cleanliness - AWARDED VENDOR(S)'s employees shall keep their places of work machinery, or other Owner's property used by them in a clean and orderly condition. Marking on walls, posts or machinery is prohibited. Sanitary facilities and break areas are Page 9 of 3
Enclosed, for your records, is an executed copy of your agreement with the Lake County School Board.
LAKE COUNTY SCHOOLS Leading our Children to Success Procurement Services 29529 CR 561 Tavares FL 32778 (352) 253-6760 Fax: (352) 253-6761 http://lake.k12.f/.us January 16, 2015 Ms. Heather Aberle Tri-Ed/Northern
More informationINVITATION TO BID U Directional Boring Utility Department
INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to
More informationINVITATION TO BID SCHOOL BOARD OF LAKE COUNTY PURCHASING DEPARTMENT COUNTY ROAD 561 TAVARES, FLORIDA
COMPANY NAME: INVITATION TO BID SCHOOL BOARD OF LAKE COUNTY PURCHASING DEPARTMENT 29529 COUNTY ROAD 561 TAVARES, FLORIDA 32778-2496 The School Board of Lake County, located in Tavares, Florida, solicits
More informationINVITATION TO BID-R Frieda Zamba Pool Renovations
INVITATION TO BID-R-06-01 Frieda Zamba Pool Renovations Purpose: The City of Palm Coast is requesting bids from general contractors for the renovations of the Frieda Zamba Pool. The outdoor, unsheltered
More informationContract Reference Number: Website for on-line ordering with Bid terms:
Diskovery Educational Systems Contract Reference Number: Website for on-line ordering with Bid terms: Vendor Contact: email: Phone Number: Fax Number: Discount Exceptions: General Freight Terms: Freight
More informationSUBCONTRACTOR PRE-QUALIFICATION STATEMENT
SUBCONTRACTOR PRE-QUALIFICATION STATEMENT Instructions: All subcontractor and supplier firms (a.k.a. Subcontractor ) soliciting to bid projects with (hereinafter referred to as Jacquin & Sons ) are required
More informationHOBBS MUNICIPAL SCHOOLS P.O. Box 1030 Hobbs, New Mexico PRICE INQUIRY
HOBBS MUNICIPAL SCHOOLS P.O. Box 1030 Hobbs, New Mexico 88241 PRICE INQUIRY SUBJECT: Plumbing Supplies BID NUMBER: OPENING DATE: PLACE OF OPENING: May 21st, 2010 2:00 p.m. Hobbs Municipal Schools Administration
More informationFURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING
INVITATION TO BID FURNISH AND INSTALL ALUMINUM AWNINGS AT BAKER COUNTY ANIMAL CONTROL BUILDING BID #2018-13 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904)
More informationCITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID
CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID The City of Fernandina Beach, Florida is accepting competitive sealed bids for 2500 PSI & 3000 PSI CONCRETE The City will receive sealed bids at the
More informationBAKER COUNTY BOARD OF COUNTY COMMISSIONERS
BAKER COUNTY BOARD OF COUNTY COMMISSIONERS MOSQUITO CONTROL SERVICES BID # 2016-04 BAKER COUNTY BOARD OF COUNTY COMMISSIONERS ADMINISTRATION OFFICE 55 N THIRD STREET MACCLENNY, FL 32063 PHONE: 904-259-3613
More informationCITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION
CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION INTRODUCTON The City of Fernandina Beach, Florida, is accepting sealed bids at the location
More informationCITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-13 UTILITIES
CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-13 UTILITIES INTRODUCTION The City of Fernandina Beach, Florida is accepting competitive sealed bids for 4,300 LF of 12 HDPE DIP DR 11 in 50 LF lengths.
More informationTOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park
TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park Issued By: Town Manager 3150 Southwest 52 nd Avenue Pembroke Park,
More informationINVITATION TO BID CONSTRUCTION BID EXTEND FIRE TRUCK BAY AT FIRE STATION 20 BID #
INVITATION TO BID CONSTRUCTION BID EXTEND FIRE TRUCK BAY AT FIRE STATION 20 BID #2016-08 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904) 259-3613 Website:
More informationREQUEST FOR PROPOSALS FOR $3,700,000 LINE OF CREDIT NON-REVOLVING TAX-EXEMPT NON-BANK QUALIFIED SPECIAL ASSESSMENTS PROGRAM PROJECT #: LOC-1501
REQUEST FOR PROPOSALS FOR $3,700,000 LINE OF CREDIT NON-REVOLVING TAX-EXEMPT NON-BANK QUALIFIED SPECIAL ASSESSMENTS PROGRAM PROJECT #: LOC-1501 Distributed: December 4, 2015 Responses Due: January 6, 2016
More informationINVITATION FOR BID PAINTING SERVICES PALATKA HOUSING AUTHORITY
INVITATION FOR BID PAINTING SERVICES PALATKA HOUSING AUTHORITY The PHA plans to issue an IFB on August 29, 2013 for Painting Services. Sealed bids will be accepted by the Palatka Housing Authority (PHA),
More informationAPPLICATION FOR RENEWAL VENDOR PREQUALIFICATION
THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA APPLICATION FOR RENEWAL VENDOR PREQUALIFICATION Construction Purchasing Department 3661 Interstate Park Rd. N., 2 nd Floor Riviera Beach, FL 33404 Phone:
More informationREQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#
REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street
More informationContract 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 informationTHE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA RENEWAL VENDOR PREQUALIFICATION PROGRAM
THE SCHOOL DISTRICT OF PALM BEACH COUNTY, FLORIDA RENEWAL VENDOR PREQUALIFICATION PROGRAM Pursuant to State Requirements for Educational Facilities, Chapter 4, Section 4.1 Prequalification of Contractors
More informationREQUEST FOR QUALIFICATIONS (RFQ)
Wayne Metropolitan Community Action Agency WRAP Water Conservation Plumbing Repair Services REQUEST FOR QUALIFICATIONS (RFQ) Issued: Tuesday, December 11, 2018 Posted at: waynemetro.org/request-for-proposal/
More informationInvitation to Bid-B A Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance
Invitation to Bid-B-06-01-A Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Purpose: The City of Palm Coast, Flagler County, Florida is accepting proposals to provide underbrush mowing (Fire
More informationNorth 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 informationINVITATION TO BID The Lodge Indoor Pool Deck Chairs
INVITATION TO BID The Lodge Indoor Pool Deck Chairs The City of Des Peres is soliciting bids for seventy-five indoor pool deck chairs for The Lodge Des Peres. Bids will be accepted until 1:30 pm on Tuesday,
More informationGORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts
The Gordon County Board of Commissioners is accepting sealed written bids from qualified vendors to provide Public Works Related Materials and Services. Bid specifications and bid forms are attached. Your
More informationINVITATION TO BID (ITB)
Purchasing Division INVITATION TO BID (ITB) 18-038 CONCRETE CULVERTS (Annual Bid) April 2018 TABLE OF CONTENTS INVITATION...3 SECTION I. GENERAL TERMS AND CONDITIONS... 4 SECTION II. THE COUNTY S RESERVATION
More informationCITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID # UTILITIES
CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID # 16-14 UTILITIES INTRODUCTION The City of Fernandina Beach, Florida is accepting competitive sealed bids for work on the North Fletcher Drainage Project
More informationINVITATION TO BID VEHICLE MAINTENANCE AND REPAIRS FOR COUNTY EMS AND FLEET VEHICLES BID #
INVITATION TO BID VEHICLE MAINTENANCE AND REPAIRS FOR COUNTY EMS AND FLEET VEHICLES BID #2016-06 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904) 259-3613
More informationRFQu # Musical Instruments July 25, 2018
RFQu # 18-178 Musical Instruments July 25, 2018 Collier County Public Schools (CCPS) will accept submittals for RFQu (Request for Qualifications) #18-178 Musical Instruments. Products and services requested
More informationCITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #14-05
CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #14-05 The City of Fernandina Beach, Florida is accepting competitive sealed bids for the Demolition of one single-family home and construction of new
More informationPolk County Workforce Development Board, Inc.
Polk County Workforce Development Board, Inc. Request for Proposal For Furniture Purchase & Installation including Carpet and Paint RFP PWDB-14-YLWH-01 ISSUE DATE: September 15, 2014 PROPOSALS DUE: September
More information3B 72) 1.0 INTRODUCTION
1.0 INTRODUCTION Peace River Manasota Regional Water Supply Authority Request for Statement of Qualifications From s For Regional Integrated Loop System Phase 3B Interconnect Project (Preymore Interconnect
More informationDedicated to Excellence... People Serving People
Dedicated to Excellence..... People Serving People Purchasing Department 519 East 7th Street (32401) Phone 850-872-3070 Fax 850-872-3069 www.pcgov.org INVITATION FOR BIDS STAINLESS STEEL CABINETRY AND
More informationREQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County
REQUEST FOR BIDS RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County Bid Solicitation: #2018-001-063 Bids Due: July 2, 2018 at 5:00 P.M. Housing
More informationPittsburgh, 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 informationCITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-09 FLEET DIVISION (Garage, Golf & Airport)
CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-09 FLEET DIVISION (Garage, Golf & Airport) INTRODUCTION The City of Fernandina Beach, Florida is accepting competitive sealed bids for annual requirements
More informationTexas 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 informationGORDON COUNTY BOARD OF COMMISSIONERS COPIER BID. Company Name: Authorized Proposer: Date
Company Name: Authorized Proposer: Date Where is the location of your service organization assigned to handle this account. Is the service location servicing this account owned and a part of your Company?
More informationREQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE
REQUEST FOR PROPOSALS Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE Issued by the: Economic Development Corporation of the City of Detroit
More informationReplace Transmission - Bulldozer
Replace Transmission - Bulldozer Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org Replace Transmission Bulldozer
More informationRFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals
RFP-FD-09-01 - Replacement Mid-Mount Tower Ladder Required Submittals 1. All addenda (signed and dated) 2. Letter of Transmittal 3. Corporate Information 4. Summary of Litigation (if not applicable, please
More informationCITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #10-20 MAINTENANCE/STREETS
CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #10-20 MAINTENANCE/STREETS INTRODUCTION The City of Fernandina Beach, Florida is accepting competitive sealed bids for STREET ASPHALT PAVING & PATCHING.
More informationINVITATION TO BID SCHOOL BOARD OF LAKE COUNTY PURCHASING DEPARTMENT COUNTY ROAD 561 TAVARES, FLORIDA
COMPANY NAME: Insert Company Name INVITATION TO BID SCHOOL BOARD OF LAKE COUNTY PURCHASING DEPARTMENT 29529 COUNTY ROAD 561 TAVARES, FLORIDA 32778-2496 The School Board of Lake County, located in Tavares,
More informationRequest for Qualifications (RFQ) AQUATIC ENGINEER FOR HISTORIC SPRING PARK POOL & INTERACTIVE WATER FEATURE
Request for Qualifications (RFQ) AQUATIC ENGINEER FOR HISTORIC SPRING PARK POOL & INTERACTIVE WATER FEATURE RFQ: 04-15-02 Project Name: Aquatic Engineer for Historic Spring Park Pool & Interactive Water
More informationREQUEST FOR PROPOSAL INVESTMENT MONITOR/ CONSULTANT
WEST PALM BEACH POLICE PENSION FUND REQUEST FOR PROPOSAL INVESTMENT MONITOR/ CONSULTANT The Board of Trustees of the West Palm Beach Police Pension Fund is seeking proposals from qualified proposers to
More informationSAN BERNARDINO CITY UNIFIED SCHOOL DISTRICT PLEASE QUOTE YOUR PRICES F.O.B. OUR WAREHOUSE, SAN BERNARDINO, CALIFORNIA BID FORM
Page 1 of 19 SAN BERNARDINO CITY UNIFIED SCHOOL DISTRICT PLEASE QUOTE YOUR PRICES F.O.B. OUR WAREHOUSE, SAN BERNARDINO, CALIFORNIA TO: BID NO.: 17-08 Date E-mailed: September 7, 2017 before: BID FORM This
More informationInvitation to Bid-B Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance
Invitation to Bid-B-05-01 Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Purpose: The City of Palm Coast, Flagler County, Florida is accepting proposals to provide underbrush mowing
More informationCITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-10 MARINA
CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-10 MARINA INTRODUCTION The City of Fernandina Beach, Florida is accepting competitive sealed bids for annual requirements for MARINA GASOLINE AND
More informationITB Document and updates are on the College website:
INVITATION TO BID Cosmetology Kits ITB #17-005 INVITATION TO BID ITB 18-005-Welding Equipment Date Issued: October 26, 2017 ITB Document and updates are on the College website: http://www.daytonastate.edu/bussvcs/bids.html
More informationDedicated to Excellence... People Serving People
Dedicated to Excellence... People Serving People Purchasing Department 519 East 7th Street (32401) Phone 850-872-3070 Fax 850-872-3069 www.pcgov.org INVITATION FOR BIDS SPLASH PAD SURFACING The City of
More informationRequest for Services Evaluate Cell Tower Lease Rates
Request for Services Evaluate Cell Tower Lease Rates Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org Cell
More informationNEW 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 informationST. JOHNS RIVER STATE COLLEGE FOUNDATION, INC ST. JOHNS AVENUE PALATKA, FLORIDA (386)
ST. JOHNS RIVER STATE COLLEGE FOUNDATION, INC. 5001 ST. JOHNS AVENUE PALATKA, FLORIDA 32177 (386) 312-4270 REQUEST FOR PROPOSAL THE ST. JOHNS RIVER STATE COLLEGE FOUNDATION, INC. IS ACCEPTING SEALED PROPOSALS
More informationFRANKLIN COUNTY EMERGENCY MANAGEMENT FRANKLIN COUNTY, FLORIDA
FRANKLIN COUNTY EMERGENCY MANAGEMENT FRANKLIN COUNTY, FLORIDA REQUEST FOR QUALIFICATION FOR EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES The Board of County Commissioners
More informationCONTRACTOR PRE-QUALIFICATION APPLICATION FORM
The School Board of Broward County, Florida Abby M. Freedman, Chair Nora Rupert, Vice Chair Robin Bartleman Heather P. Brinkworth Patricia Good Donna P. Korn Laurie Rich Levinson Ann Murray Dr. Rosalind
More informationTown of Micanopy REQUEST FOR QUALIFICATIONS CONTINUING PROFESSIONAL SERVICES FOR ENGINEERING SERVICES RFQ
MICANOPY, SEMINOLE CHIEF Town of Micanopy REQUEST FOR QUALIFICATIONS CONTINUING PROFESSIONAL SERVICES FOR ENGINEERING SERVICES RFQ Town Administrator 706 NE Cholokka Blvd. P.O. Box 137 Micanopy, Florida,
More informationOFFICIAL BID FORM & BID DOCUMENTS
OFFICIAL BID FORM & BID DOCUMENTS TOWN OF LAKE PLACID 2019-01 LAKE JUNE PARK PAVILION AND RESTROOM IMPROVEMENTS BIDS DUE 1:00 PM, Wednesday February 27, 2019 SUBMIT SEALED BIDS TO: TOWN OF LAKE PLACID
More informationCITY OF TITUSVILLE, FLORIDA
RFQ #: 15-Q-055 Due Date: August 7, 2015 @ 3:00 pm Mail Date: July 21, 2015 Buyer: Jesus M. Vieiro 321-567-3733 Respond: 555 South Washington Avenue (PO Box 2806) Titusville, Florida 32796 (32781-2806)
More informationReturn responses no later than. FRIDAY, SEPTEMBER 29, 2017 by 2:00 PM (EST)
REQUEST FOR QUOTE FOR CONTRACT NO.: EQ-1610 REBUILD 250 HP GENERAL ELECTRIC MOTOR FOR THE JACKSONVILLE PORT AUTHORITY Return responses no later than FRIDAY, SEPTEMBER 29, 2017 by 2:00 PM (EST) to Jacksonville
More informationREQUEST FOR QUOTE 18-PRW SPECIFICATIONS FOR PORTABLE RESTROOM/WASH STATION RENTAL & CLEANING SERVICES FOR THE JACKSONVILLE PORT AUTHORITY
REQUEST FOR QUOTE 18-PRW SPECIFICATIONS FOR PORTABLE RESTROOM/WASH STATION RENTAL & CLEANING SERVICES FOR THE JACKSONVILLE PORT AUTHORITY Return responses no later than THURSDAY, NOVEMBER 16, 2017 by 2:00PM
More informationConvert Six East/West Tennis Courts to a North/South Orientation
Convert Six East/West Tennis Courts to a North/South Orientation Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org
More informationREQUEST FOR PROPOSALS BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE
REQUEST FOR PROPOSALS BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE conduct business. The goal of Motor City Match is to help start new, permanent businesses in Detroit s commercial corridors by
More informationLINCOLN 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 informationCity of Seneca Planning & Development REQUEST FOR PROPOSALS JANITORIAL SERVICES RFP
City of Seneca Planning & Development REQUEST FOR PROPOSALS JANITORIAL SERVICES RFP 2019-001 THIS IS NOT AN ORDER PROJECT REQUEST NUMBER: RFP 2019-001 DATE OF INVITATION: APRIL 4, 2019 PROPOSALS WILL BE
More informationInvitation to Bid Network/Communication Systems Cabling, Maintenance and Supplies /2016
Invitation to Bid Network/Communication Systems Cabling, Maintenance and Supplies 5-2015/2016 Due: August 20, 2015, @ 2:00 PM, Local Time Pensacola State College is soliciting sealed bids for the above
More informationINVITATION TO BID (ITB)
Purchasing Division INVITATION TO BID (ITB) 18-021 DITCH CLEANING, ISTOKPOGA WATERSHED DISTRICT (Annual Bid) January 2018 1 of 25 TABLE OF CONTENTS INVITATION...3 SECTION I. GENERAL TERMS AND CONDITIONS...
More informationFEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS
FEDERAL EMERGENCY MANAGEMENT AGENCY S GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to which this document (Federal Emergency
More informationINVITATION TO BID. ITB WDSC-TV Cameras
INVITATION TO BID ITB 18-017 WDSC-TV Cameras Date Issued: May 11, 2018 Daytona State College is seeking bids from qualified firms to provide (services/equipment). Details and requirements needed by the
More informationINVITATION TO BID ITB HAZARDOUS WASTE COLLECTION AND DISPOSAL
INVITATION TO BID ITB 19-004 HAZARDOUS WASTE COLLECTION AND DISPOSAL Date Issued: September 19, 2018 Daytona State College is seeking proposals from qualified firms for the collection and disposal of hazardous
More informationDRAWINGS: 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 informationLAKE COUNTY SCHOOLS. June 12, Mr. Nate Brogan Reliance Communications, Inc. 603 Mission Street Santa Cruz, California 95060
LAKE COUNTY SCHOOLS Leading our Children to Success Procurement Services 29529 CR 561 Tavares FL 32778 (352) 253-6760 Fax: (352) 253-6761 http://lake.k12.fl.us Superintendent: School Board Members: Susan
More informationBRYAN 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 informationRequest for Proposal
H. INVITATION TO BID ATC Water Chiller ITB #17-003 Request for Proposal RFP #18-002: Food Service Consultant Date Issued: November 1, 2017 Daytona State College is seeking proposals for a Food Service
More informationBid: Floor Cleaning (Kitchens & Dining Rooms) Due: May 3, 10:00 a.m.
DOTHAN CITY SCHOOLS Invitation to Bid Bid: Floor Cleaning (Kitchens & Dining Rooms) Due: May 3, 2017 @ 10:00 a.m. The Dothan City Board of Education will accept bids until 10:00 a.m. on Wednesday, May
More informationREQUEST FOR QUALIFICATIONS ECONOMIC DEVELOPMENT STRATEGY
REQUEST FOR QUALIFICATIONS ECONOMIC DEVELOPMENT STRATEGY Notice is hereby given that the Santa Rosa County Board of County Commissioners is calling for and requesting qualifications for professional consulting
More informationESCAMBIA COUNTY FLORIDA REQUEST FOR LETTERS OF INTEREST
ESCAMBIA COUNTY FLORIDA REQUEST FOR LETTERS OF INTEREST Supervisor of Elections Navy Boulevard Warehouse Renovations AE Selection Solicitation Identification Number PD 17-18.010 Letters of Interest Will
More informationNEW 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 informationINVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:
INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October
More informationRequest for Quotation RFQ# 101
DISTRICT BUSINESS OFFICE - PURCHASING 33 Gough Street, San Francisco, CA 94103 Phone: 415-487-2413 Fax: 415-241-2326 Request for Quotation RFQ# 101 Furnish light fixtures, delivered to 50 Ocean Avenue,
More informationAttachment A Required Submission Documents BIDDER INFORMATION
Company Name: BIDDER INFORMATION Company Address: Authorized By (typed or printed name): Title: Authorized Signature: Date: Telephone Number: Fax Number : Email Address: Company s Web Page: Remit to Name:
More informationU.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS
U.S. DEPARTMENT OF HOMELAND SECURITY'S URBAN AREAS SECURITY INITIATIVE GRANT PROGRAM REQUIREMENTS FOR PROCUREMENT CONTRACTS I. DEFINITIONS A. Agreement means the agreement between City and Contractor to
More informationTRAVERSE 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 informationCOUNTY 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 informationTown of Belleair, Florida
Ver. 1/24/18 Town of Belleair, Florida CONTRACT BIDDING DOCUMENTS (Construction- no federal funds) FOR: Pinellas Rd. Roadway and Drainage Improvements RFB NO. PW18-1 Addenda posted online at: www.townofbelleair.com/bids
More informationCompany Name: Address: Date: OFFICAL SIGNATURE PRINT
Section 3 Clause A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The
More informationREPRESENTATIONS, 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 informationTHE CITY OF DAYTONA BEACH INTERNATIONAL SPEEDWAY BLVD. / HALIFAX RIVER PEDESTRIAN BRIDGE PAINTING
THE CITY OF DAYTONA BEACH INTERNATIONAL SPEEDWAY BLVD. / HALIFAX RIVER PEDESTRIAN BRIDGE PAINTING INVITATION TO BID No. 0316-2860 CONTRACT NO. 2014-025 PROJECT SPECIFIC CONSTRUCTION SERVICES THE CITY OF
More informationIf 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 information1.0 INTRODUCTION. Request for Qualifications Phase 1 Interconnect Project Directional Drill Subcontractor Page 1 of 21
1.0 INTRODUCTION Peace River Manasota Regional Water Supply Authority Request for Statement of Qualifications From s For Regional Integrated Loop System Phase 1 Interconnect Project (U.S. 17 to Punta Gorda)
More informationREQUEST FOR PROPOSALS FEMA CONSULTANT SERVICES DUPLIN COUNTY, NORTH CAROLINA SUBMISSION DATE: October 19, 2018
REQUEST FOR PROPOSALS FEMA CONSULTANT SERVICES DUPLIN COUNTY, NORTH CAROLINA SUBMISSION DATE: October 19, 2018 1 P a g e DESCRIPTION OF SERVICES The County of Duplin, P.O. Box 950, Kenansville, North Carolina,
More informationPublic Legal Notice ADVERTISEMENT REQUEST FOR PROPOSAL #ELCMDM FOR EXTERNAL AUDITING SERVICES
Public Legal Notice ADVERTISEMENT REQUEST FOR PROPOSAL #ELCMDM2012-001 FOR EXTERNAL AUDITING SERVICES Early Learning Coalition of Miami-Dade/Monroe, Inc. request written proposals for External Auditing
More informationREPRESENTATIONS 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 informationOKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES
OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,
More informationBIDDING AND CONTRACT DOCUMENTS ITB
BIDDING AND CONTRACT DOCUMENTS MARTIN LUTHER KING JR. BOULEVARD SIDEWALK EXTENSION HIGHLANDS COUNTY PROJECT NO. 15005 ENGINEERING DEPARTMENT 505 S. COMMERCE AVENUE SEBRING, FLORIDA (863) 402-6877 August
More informationPRICE 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 informationINVITATION TO BID (ITB)
Purchasing Division INVITATION TO BID (ITB) 18-020 TRAFFIC CONTROL DEVICES, MATERIALS AND HARDWARE (Annual Bid) January 2018 TABLE OF CONTENTS INVITATION...3 SECTION I. GENERAL TERMS AND CONDITIONS...
More informationGORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Paving Materials - Signs
The Gordon County Board of Commissioners is accepting sealed written bids from qualified vendors to provide Paving and Related Materials and Services. Bid specifications and bid forms are attached. Your
More informationFederal 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 informationREQUEST FOR PROPOSALS FOR THE CITY OF FORT MEADE, FLORIDA. RFP #18-03 Construction Services for City Mobile Home Park:
REQUEST FOR PROPOSALS FOR THE CITY OF FORT MEADE, FLORIDA RFP #18-03 Construction Services for City Mobile Home Park: Craft Shack/Laundry Building Roofing, Flooring, and related repairs Issued By: Purchasing
More informationThe Housing Authority of the Township of Middletown
The Housing Authority of the Township of Middletown 2 Oakdale Drive, Middletown, NJ 07748 Telephone: (732) 671-2990 Fax: (732) 671-4828 Susan Thomas, Executive Director Request for Proposals Special RAD
More information