PACKAGE FOR BID 2708

Size: px
Start display at page:

Download "PACKAGE FOR BID 2708"

Transcription

1 CLOVIS UNIFIED SCHOOL DISTRICT PACKAGE FOR BID 2708 Erate Network Equipment Form 470# January 9, 2018 Clovis Unified School District Purchasing Department 1450 Herndon Avenue Clovis, CA Janice Nye

2 CLOVIS UNIFIED SCHOOL DISTRICT BID 2708 Erate - Network Equipment TABLE OF CONTENTS DESCRIPTION Notice to Bidder Instructions to Bidder Noncollusion Affidavit ERATE Instructions Proposal Form Cost Analysis Form (if applicable) Listing Job Reference Listing Addenda

3 NOTICE TO BIDDERS Notice is hereby given that the Board of Education for the Clovis Unified School District will receive sealed bids at 1450 Herndon Avenue, Clovis, CA 93611, up to 11:30 AM on Tuesday. January 9, 2018 for Bid 2708 Erate- Network Equipment, for the School Year. Bid forms are available in the Purchasing Office located at 1450 Herndon Avenue, Clovis, CA as well as at the USAC EPC Portal website at and the CUSD Purchasing Department web site located here: Bids will be opened in the Purchasing Office of the Clovis Unified School District located at 1450 Herndon Avenue, Clovis, CA on January 9, The Board reserves the right to reject any or all bids, to be the sole judge of suitability of proposals and to waive any informality in bids received. Bid Security. Bid Proposals must be accompanied with a certified cashier's check or bidder's bond for an amount not less than ten percent (10%) of the amount of the base bid. The cashier s check or bid bond shall be made payable to the order of the Clovis Unified School District Commencement of the project is 100% contingent upon the approval of E- rate funding from the Universal Service Fund Schools and Libraries Program. Even after award of contracts, the Clovis Unified School District may or may not proceed with the project, in whole or in part, even in the event E-rate funding is approved. Execution of the project, in part or in whole, is solely at the discretion of Clovis Unified School District. Service Providers wishing to bid do so solely at their own risk. The Clovis Unified School District is not liable or responsible for any costs, loss, fees, or expenses, of any kind, associated with bid and/or a decision not to proceed with the project, even after award of the contract. By submitting a bid, each bidder agrees to bear all of its own costs, fees, expenses, and losses, of any and all kind, should the Clovis Unified School District cancel the project. Published: Dates: (1) December 7, 2017 (2) December 14, 2017 CLOVIS UNIFIED SCHOOL DISTRICT Michael Johnston Associate Superintendent of Administrative Services

4 State of California ) ) ss. County Of Fresno ) CLOVIS UNIFIED SCHOOL DISTRICT NONCOLLUSION DECLARATION BID 2708 Erate - Network Equipment I,, being duly sworn, declare that I am of the party making the forgoing bid and the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any other bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Dated this day of, 2018 at, California Signature Title Print Name

5 E-RATE SUPPLEMENTAL TERMS AND CONDITIONS Signed copy to be returned with bid response. The Telecommunications Act of 1996 established a fund by which Schools and Libraries across the Country could access discounts on eligible telecommunications products and services. The program is commonly known as the E-rate Program. The eligibility for discounts on internet access, telecommunications products and services, internal connection products, services and maintenance is determined by the Federal Communications Commission (FCC). Funding is made available upon application approval by the Schools and Libraries Division (SLD) of the Universal Service Administrative Company (USAC), which was established by the Act. The amount of discount is based on the numbers of students receiving free and reduced price meals. 1) E-RATE CONTINGENCY The project herein may be contingent upon the approval of funding from the Universal Service Fund s Schools and Libraries Program, otherwise known as E-rate. Even after award of contract(s) and/or E-rate funding approval is obtained, the District may or may not proceed with the project, in whole or in part. Execution of the project, in whole or in part, is solely at the discretion of the District. 2) SERVICE PROVIDER REQUIREMENTS The District expects Service Providers to make themselves thoroughly familiar with any rules or regulations regarding the E-rate program. a. Service Providers are required to be in full compliance with all current requirements and future requirements issued by the SLD throughout the contractual period of any contract entered into as a result of this RFP. b. Service Providers are responsible for providing a valid SPIN (Service Provider Identification Number). More information about obtaining a SPIN may be found at this website: c. Service Providers are responsible for providing a valid Federal Communications Commission (FCC) Registration Number (FRN) at the time the bid is submitted. More information about obtaining an FRN may be found at this website: d. Service Providers are responsible for providing evidence of FCC Green Light Status at the time the bid is submitted. Any potential bidder found to be in Red Light Status will be disqualified from participation in the bidding process and will be considered non-responsive. More information about FCC Red and Green Light

6 Status may be found at this website: e. Products and services must be delivered before billing can commence. At no time may the Service Provider invoice before April 1, f. Prices must be held firm for the duration of the associated E-rate Funding Year(s) or until all work associated with the project is complete (including any contract and USAC approved extensions). g. Goods and services provided shall be clearly designated as E-rate Eligible. Noneligible goods and services shall be clearly called out as 100% non-eligible or shall be cost allocated to show the percentage of eligible costs per SLD guidelines. h. Within one (1) week of award, the awarded Service Provider must provide the District a bill of materials using a completed USAC Item 21 Template. Subsequent schedules of values and invoices for each site must match Item 21 Attachment or subsequent service substitutions. i. In the event of questions during an E-rate pre-commitment review, postcommitment review and/or audit inquiry, the awarded Service Provider is expected to reply within 3 days to questions associated with its proposal. j. The awarded Service Provider is required to send copies of all forms and invoices to the District prior to invoicing USAC for pre-approval. Failure to comply with this requirement may result in the District placing the vendor on an Invoice Check with the USAC k. Services providers must comply with the FCC rules for Lowest Corresponding Price ("LCP"). Further details on LCP may be obtained at USAC's website: 3) SERVICE PROVIDER ACKNOWLEDGEMENTS a. The Service Provider acknowledges that no change in the products and/or services specified in this document will be allowed without prior written approval from the district and a USAC service substitution approval with the exception of a Global Service Substitutions. b. The Service Provider acknowledges that all pricing and technology infrastructure information in its bid shall be considered as public and non-confidential pursuant to (2)(i)(ii).

7 c. The Service Provider acknowledges that its offer is considered to be the lowest corresponding price pursuant to (b). Should it not be the lowest corresponding price, the service provider must disclose the conditions leading to the applicant being charged in excess of lowest corresponding price. d. This offer is in full compliance with USAC s Free Services Advisory There are no free services offered that would predicate an artificial discount and preclude the applicant from paying its proportionate non-discounted share of costs. The service provider agrees to provide substantiating documentation to support this assertion should the applicant, USAC, or the FCC request it. 4) STARTING SERVICES/ADVANCE INSTALLATION The annual E-rate Funding Year begins on July 1 and expires on June 30 of each calendar year. Regardless of the contract effective date, E-rate eligible goods and/or services requested in this RFP shall be delivered no earlier than the start of the 2018 funding year (July 1, 2018 for Category 1 Services and April 1, 2018 for Category 2). If Category 1 services (Telecommunication Services and Internet access) will begin on or shortly after July 1 of a funding year, the service provider, in some cases, may need to undertake some construction and installation work prior to the beginning of that funding year. Within the limitations indicated below, the infrastructure costs of a service provider can be deemed to be delivered at the same time that the associated Category 1 services begin. That is, if services begin on July 1, then the delivery of service provider infrastructure necessary for those services can be considered as also delivered on July 1. EARLY FUNDING CONDITIONS Category 1 There are four conditions that must be met in order for USAC to provide support in a funding year for Category 1 infrastructure costs incurred prior to that funding year. Initiation of installation cannot take place before selection of the service provider pursuant to a posted Form 470 and in any event no earlier than six months prior to July 1 of the funding year. The Category 1 service must depend on the installation of the infrastructure. The underlying Category 1 service cannot have a service start date prior to July 1 of the funding year.

8 No invoices can be submitted to USAC for reimbursement prior to July 1 of the funding year. For more information, please refer to the FCC Order involving the Nassau County Board of Cooperative Educational Services (DA , released December 6, 2002). This FCC decision only applies to Priority 1 services (telecommunications services and Internet access). The complete text can be found at the following URL: Category 2 There is one condition that allows USAC to provide support in a funding year for Category 2 installation costs incurred prior to that funding year. We also amend our rules for category two non-recurring services to permit applicants to seek support for category two eligible services purchased on or after April 1, three months prior to the start of funding year on July 1. This will provide schools with the flexibility to purchase equipment in preparation for the summer recess and provide the maximum amount of time during the summer to install these critical networks. For more information, please refer to the FCC Report and Order and Further Notice of Proposed Rulemaking (FCC 14-99, released July 23, 2014). This FCC decision only applies to Category 2 services (Internal Connections). 5) INVOICING a. The Service Provider agrees to bill and receive a portion of the payment for the provisions of goods and services described herein directly from USAC via the Form 474 Service Provider Invoice (SPI). The District will only be responsible for paying its non-discounted share of costs and does not intend to use the BEAR process (Form 472). The maximum percentage the District will be liable for is the prediscount amount minus the funded amount as shown on the FCC Form 471 Block 5 and any identified ineligible costs. Upon the successful receipt or posting of a Funding Commitment Decision Letter from the SLD and submission and certification of Form 486, the District shall pay only the discounted amount beginning with the billing cycle immediately following said approval. Alternatively, should the District decide that it is in the best interest of the District to file a Form 472, the District will inform the Service Provider of its intent.

9 b. All Service Provider invoicing to USAC must be completed within 120 days from the last day of service. Should the Service Provider fail to invoice USAC in a timely manner, the District will only be responsible for paying its non-discounted share. 6) FCC/SLD AUDITABILITY The E-rate program requires that all records be retained for at least ten (10) years from the last date of service provided on a particular funding request. Respondent hereby agrees to retain all books, records, and other documents relative to any Agreement resulting from this RFP for ten (10) years after final payment. The District, its authorized agents, and/or auditors reserves the right to perform or have performed an audit of the records of the Respondent and therefore shall have full access to and the right to examine any of said materials within a reasonable period of time during said period. 7) PROCUREMENT OF ADDITIONAL GOODS AND/OR SERVICES/COTERMINOUS EXPIRATION During the term of any Agreement resulting from this RFP, the District may elect to procure additional or like goods and/or services offered by the Respondent. Such services shall be negotiated and obtained via an official amendment to this Agreement and approval by the District s Governing Board. All terms, conditions, warranties, obligations, maintenance and support of said goods or services shall have a coterminous expiration date with the original date of this Agreement. The District shall not enter into a separate Agreement for said goods or services. Respondents must state in their proposal that they acknowledge, accept and are in agreement with coterminous expiration conditions. I, the undersigned, as an authorized agent of (Service Provider Name), hereby certify that I have read the E-rate Supplemental Terms and Conditions, am fully compliant and intend to cooperate with the E-rate process as outlined above. Signature: Title: Phone Number: Service Provider Name:

10 EVALUATION AND SELECTION CRITERIA The District, in compliance with Federal Communications Commission (FCC) rules, will award to the vendor(s) providing the most cost-effective service offering. Per the Sixth Report and Order, FCC , FCC rules dictate the following: (c)(2)(vii) All bids submitted for eligible products and services will be carefully considered, with price being the primary factor, and the bid selected will be for the most cost-effective service offering consistent with Ordering Services (a) Selecting a provider of eligible services. In selecting a provider of eligible services, schools, libraries, library consortia, and consortia including any of those entities shall carefully consider all bids submitted and must select the most cost-effective service offering. In determining which service offering is the most cost-effective, entities may consider relevant factors other than the prediscount prices submitted by providers, but price should be the primary factor considered. Therefore, the District may consider factors other than price alone in the consideration of bids; price for E- rate eligible goods and services will be the primary factor considered. SELECTION CRITERIA: No. Factor Weight 1 Cost of eligible goods and services 35% 2 Compatibility with existing systems 25% 3 Long Term Cost Effectiveness and Manageability 20% 4 Prior experience with the District 20% Total 100%

11 Continued INSTRUCTIONS TO BIDDERS PAGE 11 INSTRUCTIONS TO BIDDERS Bid documents are available at: CLOVIS UNIFIED SCHOOL DISTRICT Purchasing Department 1450 E. Herndon Avenue Clovis, California 936l ATTN: Janice Nye Phone (559) Bid Proposal: No bid proposals shall receive consideration by the Clovis Unified School District for Bid No unless made in accordance with the following instructions: 1. Deadline For Receipt of Proposals. Bid proposals must be sealed and filed with the Purchasing Department located at 1450 Herndon Avenue, Clovis, California , on or before 11:30 AM on January 9, All bids must be received on or prior to that date and time, after which bids will be opened and read in public. The District suggests that bids be hand delivered in order to insure their timely receipt. 2. Requests for Information. Any questions or inquiries relative to the bid should be directed via to the designee specified for receipt of bid proposals, Janice Nye, at no later than Friday Dec 23 rd at noon All addendum(s), questions and answers will be posted to the district s website at in addition to the E-rate EPC website at Please Follow the Form 470 to receive all EPC updates pertaining to the Form Bid Proposal Forms. Bid proposals must be made on a form obtained from the District. All items on the form should be filled out. Numbers should be stated in figures, and the signatures of all individuals must be in longhand. The completed form should be without interlineations, alterations, or erasures. 4. Non-collusion Affidavit. Each bidder must return a fully executed non-collusion affidavit, as required by Public Contract Code section 7106, with the completed bid proposal. The non-collusion affidavit is included in this bidding package. 5. Clarification's. Questions regarding documents, discrepancies, omissions or doubt as to meanings will be clarified by the designee of this bid.

12 Continued INSTRUCTIONS TO BIDDERS PAGE Execution of Forms. Each bid must give the full business address of the bidder and must be signed by the bidder with his or her usual signature. Bids by partnerships must furnish the full names of all partners and must be signed in the partnership name by a general partner with authority to bind the partnership in such matters. Bids by corporations must be signed with the legal name of the corporation, followed by the signature and designation of the president, secretary, or other person authorized to bind the corporation in this matter. The name of each person signing shall also be typed or printed below the signature. When requested by the District, satisfactory evidence of the authority of the officer signing on behalf of the corporation shall be furnished. A bidder's failure to properly sign required forms may result in rejection of the bid. 7. Bid Security. Bid Proposals must be accompanied with a certified cashier's check, or bidder's bond for an amount not less than ten percent (10%) of the amount of the base bid. The cashier s check or bid bond shall be made payable to the order of the Clovis Unified School District. If the bid bond accompanies the proposal, the bond shall be secured by a surety company satisfactory to the District. Failure to provide bid security or bid security in the proper amount, may result in rejection of the bid. 8. Withdrawal of Bid Proposals. Bid proposals may be withdrawn by the bidders prior to the time fixed for the opening of bids, but may not be withdrawn for a period of Forty Five (45) days after the opening of bids. A successful bidder shall not be relieved of the bid submitted without the District's consent or bidder's recourse to Public Contract Code Section 5100 et. seq. 9. Addenda or Bulletins. Any addenda or bulletins issued during the time of bidding shall form a part of documents issued to bidders for the preparation of their proposals and shall constitute a part of the contract documents. 10. Award of Contract. The District reserves the right to reject any and all bid proposals, to contract work with whomever and in whatever manner the District decides, to abandon the work entirely and to waive any informality or nonsubstantive irregularity as the interest of the District may require. The District reserves the right to award this bid by line item or in total which ever may be in the best interest of the District. 11. Rejection of Bids. The District reserves the right to accept or reject any and all bids, or any portion or combination thereof, or award on the basis of the total bid. 12. Execution of Contract. The successful bidder shall, within fourteen (14) calendar days of notice of award of the contract, sign and deliver to the District the executed contract. In the event the bidder to whom an award is made fails or refuses to execute the contract within fourteen (14) calendar days from the date of receiving notification that the contract has been awarded to the bidder, the District may declare the bidder's bid deposit or bond forfeited as damages caused by the failure of the bidder to enter into the contract, and may award the work to the next lowest responsible bidder, or may reject all bids and call for new bids.

13 Continued INSTRUCTIONS TO BIDDERS PAGE Documents. Each bidder shall be required to return to the District all documents in an unmutilated condition and without any marks or annotations. All documents used or prepared during the project shall be the exclusive property of the District. 14. Evidence of Responsibility. Upon the request of the District, a bidder shall submit promptly to the District satisfactory evidence showing the bidder's financial resources, the bidder's experience in the type of work being required by the District, the bidder's organization available for the performance of the contract and any other required evidence of the bidder's qualifications to perform the proposed contract. The District may consider such evidence before making its decision awarding the proposed contract. Failure to submit evidence of a bidder's responsibility to perform the proposed contract may result in rejection of the bid. 15. Taxes. Taxes shall NOT be included in the unit prices of the materials, but may be provided as part of the Cost Analysis. The District will pay only the State sales and use taxes. Federal excise taxes are not applicable to school districts. 16. Bid Exception. All exceptions which are taken in response to this bid must be stated clearly. The taking of bid exceptions or providing false, incomplete or unresponsive statements may result in the disqualification of the bid. Allowance of exceptions will be determined by the Board of Trustees, whose decisions shall be final. Any bid exceptions or additional conditions requested after bid closure, which are not detailed within the bid response, may result in disqualification of the bid. No oral or telephonic modification of any bid submitted will be considered and a telegraphic modification may be considered only if the postmark evidences that a confirmation of the telegram duly signed by the bidder was placed in the mail prior to the opening of the bids. 17. Discounts. Any discount which the bidder desires to provide the District must be stated clearly on the bid form itself so that the District can calculate properly the net cost of the bid proposal. Offers of discounts or additional services not delineated on the bid form will not be considered by the District in the determination of the lowest responsible bidder. 18. Prices. Bidders must quote prices F.O.B. Clovis Unified School District unless otherwise noted. Prices should be stated in the units specified and bidders should quote each item separately. 19. Quantities. The quantities shown are approximate. The District reserves the right to increase or decrease quantities as desired. 20. Samples. On request, samples of the products being bid shall be furnished to the District at no charge. 21. Special Brand Names. In describing any item, the identification of a particular manufacturer or special brand does not restrict bidding to that manufacturer or special brand, but is intended only to indicate the quality and type of item desired.

14 Continued INSTRUCTIONS TO BIDDERS PAGE 14 Bidders may furnish any material, product, thing or service of comparable quality or utility. IF A BIDDER IS REQUESTING SUBSTITUTION OF AN EQUAL ITEM, THE BIDDER MUST CLEARLY INDICATE THE SUBSTITUTION ON THE BID PROPOSAL FORM. THE MAKE AND GRADE OF THE ARTICLE ON WHICH A BID IS SUBMITTED MUST BE STATED IN THE PROPOSAL AND ILLUSTRATIONS, CATALOG AND ALL NECESSARY INFORMATION SUBMITTED SO THAT THE DISTRICT CAN MAKE A COMPLETE EVALUATION OF THE QUALITY AND UTILITY OF THE SUBSTITUTE BRAND BID. The District encourages alternate brands to be bid. The District reserves the right to make all decisions on product and vendor selection in determining whether a substitute brand is of comparable quality or utility to the brand name specified. TRADE NAMES AND ALTERNATIVES For convenience in designation on the plans or in the specifications, certain articles or materials to be incorporated in the work may be designated under a trade name or in the name of a manufacturer. Whenever in specifications any materials, process, or article is indicated or specified by grade, patent, or proprietary name or by name of manufacturer, such specification shall be deemed to be used for the purpose of facilitating description of material, process or article desired and shall be deemed to be followed by the words "or equal," and service provider may, unless otherwise stated, offer any material, process or article which shall be substantially equal or better in every respect to that so indicated or specified. Burden of proof as to equality of any material, process or article shall rest with service provider. Service Provider shall submit request together with substantiating data for substitution of any "or equal" item within the response by the closing of bids. Provision authorizing submission of "or equal" justification data shall not in any way authorize an extension of time of bid response. Please note: All or equal components must not void and must be supported by corresponding manufacturer warranty. The District retains the right to be sole judge as to whether equivalency has been proven and whether alternatives will be accepted.

15 Continued INSTRUCTIONS TO BIDDERS PAGE Container Costs and Delivery. All costs for containers shall be borne by the bidder. All products shall conform to the provisions set forth in the federal, county, state and city laws for their production, handling, processing and labeling. Packages shall be so constructed to insure safe transportation to point of delivery. 23. Bid Negotiations. A bid response to any specific item of this bid with terms such as negotiable, will negotiate or similar, will be considered as non-compliance with that specific term. 24. Indemnity. The bidder must hold harmless and fully indemnify the District, its Board of Trustees, officers, employees and agents from all damages or claims for damages, costs or expenses that may at any time arise out of the bidder's performance of, or failure to perform acts, required by the contract documents, including but not limited to infringement or use of any copyrighted composition, secret process, patented or unpatented invention, article or appliance furnished or used in connection with this bid. 25. In the event of any conflict or ambiguity between these instructions and state or federal law or regulations, the latter shall prevail. Additionally, all equipment to be supplied or services to be performed under the bid proposal shall conform to all applicable requirements of local, state and federal law. 26. Substitute Security. In accordance with Section 4590 of the Government Code, the District will permit the substitution of securities for any moneys withheld by the District to insure performance under the contract. At the request and expense of the bidder, securities equivalent to the amount withheld shall be deposited with the District, or with a state or federally chartered bank as an escrow agent, who shall pay such moneys to the bidder upon satisfactory completion of the contract. Securities eligible for investment under this Section shall include those listed in Government Code Section or bank and savings and loan certificates of deposit. The bidder shall be the beneficial owner of any securities substituted for moneys withheld and shall receive any interest thereon. 27. If the bidder defaults, the District may procure the articles or services from other sources and may recover the loss occasioned thereby from any unpaid balance due the bidder or by proceeding against a bidder's bond, if any, or by suit against the bidder. The prices paid by the District shall be considered the prevailing market prices at the time such purchase is made. 28. Governing Law and Venue. In the event of litigation, the bid documents, and related matter shall be governed by and construed in accordance with the laws of the State of California. Venue shall be with the appropriate state or federal court located in Fresno County.

16 Continued INSTRUCTIONS TO BIDDERS PAGE Delivery Deadline. The equipment/materials sought by this bid proposal must be delivered in satisfactory condition to the location specified by the District in the bid proposal on or before delivery time as indicated by vendor. To be compliant with ERATE program guidelines, no product or service to be received prior to April 1, This time limit is of the essence of the contract. A bidder's failure to provide the equipment/materials to the District by the contract date shall subject the bidder to liquidated damages in the amount of $ for each and every calendar day by which completion is delayed beyond the contract date. Submission of a bid proposal constitutes the bidder's promise to pay liquidated damages as set forth above and the bidder s agreement that the actual occurrence of damages and the actual amount of damages which the District would suffer if the requirements were not completed by the contract date is impracticable and extremely difficult to fix. Damages which the District would suffer in the event of delay are dependent on many circumstances and factors but would include the loss of use of the materials, disruption of school activities, cost of administration and supervision, and the loss suffered by the public and the District by reason of delay in completion of the contract. Accordingly, bidder agrees that the amount set forth herein as liquidated damages shall be presumed to be the amount of damages actually sustained by the bidder's failure to complete the project by the contract date. If the bidder becomes liable to the District for liquidated damages, the District shall, in addition to all other remedies provided by law, have the right to deduct the amount of liquidated damages owed from the contract sum or to deduct the amount of liquidated damages owed by the bidder from moneys previously retained from the bidder. If the sum deducted by the District is insufficient to discharge the bidder's liability for liquidated damages, the bidder and its sureties shall remain liable to the District until all such liabilities are fully satisfied. 30. Participation. Bidder agrees to extend the terms of the resulting contract to other political subdivisions, municipalities and tax supported agencies. Such participating governmental bodies shall make purchases in their own name, make payment directly to the bidder, and be liable directly to the bidder, holding Clovis Unified School District harmless. The successful bidder will invoice each Agency separately. Invoices must show each Agency's purchase order number, and be mailed as directed by each separate Agency. 31. Internet Access. It is the responsibility of all potential bidders who gain access to bid documents through the internet, to contact the District and/or EPC website for the most updated information with the Company Name, Address, Telephone and Fax Number. This will ensure notification of any bid changes through addendum.

17 CLOVIS UNIFIED SCHOOL DISTRICT PROPOSAL FORM - BID 2708 Clovis Unified School District Purchasing Department 1450 Herndon Avenue Clovis, CA The undersigned, doing business under the firm name of having carefully examined the Notice to Bidders, the Instructions to Bidders, and all of the contract documents for the proposed network equipment perform the contract, including all of its component parts, and to furnish all materials and labor called for by them for the entire order, including all taxes as follows: Aggregate 1 Erate Items $ Aggregate 2 Non Erate Items $ Bid will be awarded to one Bidder Proposals are being solicited for the ERATE Funding Year. Bid pricing is to reflect the prices that will be in effect April 1, 2018 and be valid through September 30, Two Year contract pricing is requested. Bid price to include all necessary services, equipment, materials, delivery costs, labor, taxes, and freight. Clovis Unified has specified District Standardized product by make, model and item number. Product deemed equivalent will be evaluated and considered for award. I hereby certify under penalty of perjury under the laws of the State of California that the information submitted herein is true and correct. SUBMITTED BY: COMPANY NAME ADDRESS SIGNATURE TYPE OR PRINT SIGNATURE NAME TITLE PHONE NUMBER / FAX NUMBER DATE ERATE PROGRAM SPIN NUMBER

18 CLOVIS UNIFIED SCHOOL DISTRICT Bid 2708 Erate - Network Equipment for Multiple Sites JOB REFERENCES Bidders must submit a list of at least three (3) clients of similar service volume completed within the last two (2) years for reference purposes. DATE SERVICE LOCATION CONTACT PERSON TELEPHONE NUMBER NAME OF BIDDER

19 CLOVIS UNIFIED SCHOOL DISTRICT Bid #2708 Erate - Network Equipment ADDENDA The undersigned acknowledges receipt of the following Addenda and the cost, if any, of such revisions has been included in the Lump Sum Grand Total of proposal. Addenda Number Addenda Number Addenda Number Addenda Number Addenda Number Dated Dated Dated Dated Dated

20 Pricing Submission Instructions: All proposals are required to be submitted by school as well as a summary page and include the following: *EQUIPMENT SUMMARY TABLE: Part # Description QTY UNIT TOTAL AIR-ANT2524DW-R Dual-band (White) dipole (4 required) 2/4 dbi Dipole 68 AIR-ANT2544V4M-R Cisco Aironet 2.4-GHz/5-GHz MIMO Wall-Mounted Omnidirectional Antenna for indoor/outdoor use 2 AIR-AP2802E-B-K9 Dual-band, controller-based 19 AIR-AP2802I-B-K9 Dual-band, controller-based 403 GLC-LH-SMD= cisco compatible GLC-LH-SMD= module 100 GLC-T= Cisco compatible GLC-T= module 4 LIC-CT A 50 AP Adder License for the L-LIC-CT A 25 AP Adder License for the SFP-10G-ER= Cisco compatible SFP-10G-ER= module 4 WS-C2960X-24PD-L Catalyst 2960-X 24 GigE PoE 370W 2 x 10G SFP+ LAN Base 12 WS-C2960X-48LPD-L Catalyst 2960-X 48 GigE PoE 370W 2 x 10G SFP+ LAN Base 20 WS-C4510R+E Catalyst 4500E 10 slot chassis for 48Gbps/slot fan no ps 1 WS-X45-SUP8-E Catalyst 4500 E-Series Supervisor 8-E 1 WS-X4748-UPOE+E Catalyst 4500E 48-Port UPOE 10/100/1000(RJ45) 1 Fiber Patch Cables FISMLCLC1M FISMLCLC3M FISMLCLC5M FISMLCSC3M FISMLCSC5M FIMMLCLC1M FIMMLCLC2M FIMMLCLC3M 1m LC-LC 9/125 OS1 Duplex Singlemode Fiber Optic Cable - Yellow 150 3m LC-LC 9/125 OS1 Duplex Singlemode Fiber Optic Cable - Yellow 75 5m LC-LC 9/125 OS1 Duplex Singlemode Fiber Optic Cable - Yellow 75 3m LC-SC 9/125 OS1 Duplex Singlemode Fiber Optic Cable - Yellow 25 5m LC-SC 9/125 OS1 Duplex Singlemode Fiber Optic Cable - Yellow 100 1m LC-LC 50 micron OS1 Duplex Multimode Fiber Optic Cable - aqua 100 2m LC-LC 50 micron OS1 Duplex Multimode Fiber Optic Cable - aqua 50 3m LC-LC 50 micron OS1 Duplex Multimode Fiber Optic Cable - aqua 50

21 FIMMLCSC3M 3m LC-SC 50 micron OS1 Duplex Multimode Fiber Optic Cable - aqua 10 Cat6 copper patch cables Equal to CCX Part #: C BLU Equal to CCX Part #: C BLU Equal to CCX Part #: C BLU Equal to CCX Part #: C PUR Cat 6 patch cord, 1 ft - blue Cat 6 patch cord, 3 ft - blue Cat 6 patch cord, 5 ft - blue Cat 6 patch cord, 1 ft - purple * The District has standardized on Cisco equipment, however, equivalent products will be considered. If proposing equivalent product please submit data verifying equivalency with proposal. Please note: All or equal components must not void and must be supported by corresponding manufacturer warranty. The District retains the right to be sole judge as to whether equivalency has been proven and whether alternates will be accepted. * The following tables represent the equipment allocations by site: Site: Clovis West High School 1070 E. Teague Ave. Fresno, CA AIR-ANT2524DW-R Dual-band (White) dipole (4 required) 2/4 dbi Dipole 2 AIR-ANT2544V4M-R Cisco Aironet 2.4-GHz/5-GHz MIMO Wall- Mounted Omnidirectional Antenna for indoor/outdoor use 19 AIR-AP2802E-B-K9 Dual-band, controller-based 62 AIR-AP2802I-B-K9 Dual-band, controller-based 100 GLC-LH-SMD= cisco compatible GLC-LH-SMD= module 4 GLC-T= Cisco compatible GLC-T= module 1 LIC-CT A 50 AP Adder License for the L-LIC-CT A 25 AP Adder License for the SFP-10G-ER= Cisco compatible SFP-10G-ER= module 12 WS-C2960X-24PD-L Catalyst 2960-X 24 GigE PoE 370W 2 x 10G SFP+ LAN Base 20 WS-C2960X-48LPD-L Catalyst 2960-X 48 GigE PoE 370W 2 x 10G SFP+ LAN Base 1 WS-C4510R+E Catalyst 4500E 10 slot chassis for 48Gbps/slot fan no ps 1 WS-X45-SUP8-E Catalyst 4500 E-Series Supervisor 8-E 1 WS-X4748-UPOE+E Catalyst 4500E 48-Port UPOE 10/100/1000(RJ45) Fiber Patch Cables 100 FISMLCLC1M 1m LC-LC 9/125 OS1 Duplex Singlemode Fiber

22 Optic Cable - Yellow 50 FISMLCLC3M 3m LC-LC 9/125 OS1 Duplex Singlemode Fiber Optic Cable - Yellow 50 FISMLCLC5M 5m LC-LC 9/125 OS1 Duplex Singlemode Fiber Optic Cable - Yellow 25 FISMLCSC3M 3m LC-SC 9/125 OS1 Duplex Singlemode Fiber Optic Cable - Yellow 100 FISMLCSC5M 5m LC-SC 9/125 OS1 Duplex Singlemode Fiber Optic Cable - Yellow 100 FIMMLCLC1M 1m LC-LC 50 micron OS1 Duplex Multimode Fiber Optic Cable - aqua 50 FIMMLCLC2M 2m LC-LC 50 micron OS1 Duplex Multimode Fiber Optic Cable - aqua 50 FIMMLCLC3M 3m LC-LC 50 micron OS1 Duplex Multimode Fiber Optic Cable - aqua 10 FIMMLCSC3M 3m LC-SC 50 micron OS1 Duplex Multimode Fiber Optic Cable - aqua Cat6 copper patch cables 1000 Equal to CCX Part #: C BLU 500 Equal to CCX Part #: C BLU 200 Equal to CCX Part #: C BLU 50 Equal to CCX Part #: C PUR Cat 6 patch cord, 1 ft - blue Cat 6 patch cord, 3 ft - blue Cat 6 patch cord, 5 ft - blue Cat 6 patch cord, 1 ft - purple Site: Clovis High School 1055 S. Fowler, Clovis, CA AIR-AP2802I-B-K9 Dual-band, controller-based Fiber Patch Cables 50 FISMLCLC1M 1m LC-LC 9/125 OS1 Duplex Singlemode Fiber Optic Cable - Yellow 25 FISMLCLC3M 3m LC-LC 9/125 OS1 Duplex Singlemode Fiber Optic Cable - Yellow 25 FISMLCLC5M 5m LC-LC 9/125 OS1 Duplex Singlemode Fiber Optic Cable - Yellow Cat6 copper patch cables 250 Equal to CCX Part #: C BLU 200 Equal to CCX Part #: C BLU 200 Equal to CCX Part #: C BLU 50 Equal to CCX Part #: C PUR Cat 6 patch cord, 1 ft - blue Cat 6 patch cord, 3 ft - blue Cat 6 patch cord, 5 ft - blue Cat 6 patch cord, 1 ft - purple

23 Site: Gettysburg Elementary 2100 Gettysburg Clovis, CA AIR-AP2802I-B-K9 Dual-band, controller-based Site: Garfield Elementary 1315 N. Peach Ave. Clovis, CA AIR-AP2802I-B-K9 Dual-band, controller-based Site: Jefferson Elementary 1880 Fowler Ave. Clovis, CA AIR-AP2802I-B-K9 Dual-band, controller-based Site: Miramonte Elementary 1590 Bellaire Clovis, CA AIR-AP2802I-B-K9 Dual-band, controller-based Site: Temperance Kutner 1448 N Armstrong Clovis, CA AIR-AP2802I-B-K9 Dual-band, controller-based Site: Community Day School 1715 David E Cook Way Clovis, CA AIR-AP2802I-B-K9 Dual-band, controller-based

24 Site: Clark Intermediate th Street Clovis, CA AIR-AP2802I-B-K9 Dual-band, controller-based Site: Clovis Online School 1655 David E Cook Way Clovis, CA AIR-AP2802I-B-K9 Dual-band, controller-based Site: Copper Hills Elem E. Plymouth Fresno, CA AIR-AP2802I-B-K9 Dual-band, controller-based Site: Dry Creek Elem 1273 N. Armstrong Ave Clovis, CA AIR-AP2802I-B-K9 Dual-band, controller-based Site: Fort Washington Elem 960 E. Teague Ave Fresno, CA AIR-AP2802I-B-K9 Dual-band, controller-based Site: Freedom Elem 2955 Gettysburg Clovis, CA AIR-AP2802I-B-K9 Dual-band, controller-based Site: Fugman Elem N Cedar Ave Fresno, CA AIR-AP2802I-B-K9 Dual-band, controller-based

25 Site: Roger Oraze Elem 3468 N. Armstrong Ave Fresno, CA AIR-AP2802I-B-K9 Dual-band, controller-based Site: Pinedale Elem 7171 N. Sugar Pine Ave. Pinedale, CA AIR-AP2802I-B-K9 Dual-band, controller-based Site: Sierra Vista Elem 510 Barstow Ave. Clovis, CA AIR-AP2802I-B-K9 Dual-band, controller-based Site: Tarpey Elem 2700 Minnewawa Ave Clovis, CA AIR-AP2802I-B-K9 Dual-band, controller-based Site: Valley Oak Elem 465 E. Champlain Ave. Fresno, CA AIR-AP2802I-B-K9 Dual-band, controller-based * The District has standardized on Cisco equipment, however, equivalent products will be considered. If proposing equivalent product please submit data verifying equivalency with proposal. Please note: All or equal components must not void and must be supported by corresponding manufacturer warranty. The District retains the right to be sole judge as to whether equivalency has been proven and whether alternates will be accepted.

PACKAGE FOR BID 2689

PACKAGE FOR BID 2689 CLOVIS UNIFIED SCHOOL DISTRICT PACKAGE FOR BID 2689 Erate District Firewall Equipment February 23, 2017 Clovis Unified School District Purchasing Department 1450 Herndon Avenue Clovis, CA 93611 Janice

More information

TULARE COUNTY OFFICE OF EDUCATION. Router

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

More information

WIRELESS EQUIPMENT. E-Rate Yr 20 ( ) RFP # Request for Proposals Issued: February 6, 2017

WIRELESS EQUIPMENT. E-Rate Yr 20 ( ) RFP # Request for Proposals Issued: February 6, 2017 WIRELESS EQUIPMENT E-Rate Yr 20 (2017-2018) RFP # 2017-100 Request for Proposals Issued: February 6, 2017 Deadline for Submittal of Proposals: March 7, 2017 Before 2:00pm Attention: Michael Borgaard Elverta

More information

TULARE COUNTY OFFICE OF EDUCATION. Router

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

More information

INVITATION FOR BID. LAN HARDWARE BID/E-RATE 2015/16 IFB No

INVITATION FOR BID. LAN HARDWARE BID/E-RATE 2015/16 IFB No PURCHASING DEPARTMENT 135 Van Ness Avenue, Room 123 San Francisco, Ca. 94102 T 415.241.6468 F 415.241.6487 WWW.SFUSD.EDU INVITATION FOR BID LAN HARDWARE BID/E-RATE 2015/16 MAIL OR DELIVER BIDS TO: San

More information

REQUEST FOR PROPOSALS INTERNAL CONNECTIONS NETWORK EQUIPMENT AND WIRELESS

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

More information

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

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

More information

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

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

CATEGORY 2 CABLING INFRASTRUCTURE RFP #

CATEGORY 2 CABLING INFRASTRUCTURE RFP # CATEGORY 2 CABLING INFRASTRUCTURE E-Rate Year 20 (2017-2018) RFP # 2017-102 Request for Proposals Issued: January 23, 2017 Deadline for Submittal of Proposals: March 7, 2017 Before 2:00pm Attention: Facilities

More information

RFP # Before 2:00pm

RFP # Before 2:00pm NETWORK EQUIPMENT SHASTA ELEMENTARY SCHOOL E-Rate Yr. 19 (2016-2017) RFP # 2016-107 Request for Proposals Issued: January 7, 2016 Deadline for Submittal of Proposals: February 9, 2016 Before 2:00pm Attention:

More information

22888 Foresthill Road Foresthill, CA (530) (530) Fax. fusd.org. E-Rate Yr. 19 ( ) RFP #

22888 Foresthill Road Foresthill, CA (530) (530) Fax. fusd.org. E-Rate Yr. 19 ( ) RFP # 22888 Foresthill Road Foresthill, CA 95631 (530)367-2966 (530)367-4526 Fax fusd.org BROADBAND SERVICE E-Rate Yr. 19 (2016-2017) RFP # 2016-101 Request for Proposals Issued: February 2, 2016 Deadline for

More information

CABLING PROJECT RFP #

CABLING PROJECT RFP # CABLING PROJECT E-Rate Yr. 19 (2016-2017) RFP # 2016-104 Request for Proposals Issued: November 23, 2015 Deadline for Submittal of Proposals: January 6, 2016 Before 2:00pm Attention: Aaron Thornsberry

More information

TULARE COUNTY OFFICE OF EDUCATION. Wireless Access Points

TULARE COUNTY OFFICE OF EDUCATION. Wireless Access Points TULARE COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL #18.05 Court Community Schools E-Rate Wireless Access Points Issuing Date: 1/10/18 Due Date and Time: 2/21/18 @ 2:00:00 pm Tulare County Office of

More information

RFP # Before 2:00pm

RFP # Before 2:00pm NETWORK EQUIPMENT E-Rate Yr. 19 (2016-2017) RFP # 2016-100 Request for Proposals Issued: November 23, 2015 Deadline for Submittal of Proposals: January 6, 2016 Before 2:00pm Attention: Aaron Thornsberry

More information

TROY CITY SCHOOL SYSTEM. Request for Proposal (RFP) BID NUMBER: TCS-NTWK-2017

TROY CITY SCHOOL SYSTEM. Request for Proposal (RFP) BID NUMBER: TCS-NTWK-2017 April 6, 2017 To: Subject: All Prospective Bidders (RFP) Bid Number: TCS-NTWK-2017 Enclosed is a copy of the Invitation to Bid (ITB) for Bid Number: TCS-NTWK-2017 for the Troy City School District. The

More information

TELECOMMUNICATION SERVICE Internet Service RFP # Attention: Technology Department

TELECOMMUNICATION SERVICE Internet Service RFP # Attention: Technology Department Visions In Education, A San Juan Unified School District Charter School TELECOMMUNICATION SERVICE Internet Service E-Rate Yr 17 (2014-2015) RFP # 2014-100 Request for Proposals Issued: November 14, 2013

More information

E-RATE YEAR 14 (2011/2012) RFP Paradise Unified School District

E-RATE YEAR 14 (2011/2012) RFP Paradise Unified School District E-RATE YEAR 14 (2011/2012) RFP Paradise Unified School District Paradise Unified School District is seeking proposals for the upcoming Year 14 round of E-Rate. The District is seeking proposals for: Fiber

More information

LINCOLN UNIFIED SCHOOL DISTRICT

LINCOLN UNIFIED SCHOOL DISTRICT LINCOLN UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL Network Cabling, E-Rate YR 19 (2016-2017) NETWORK CABLING RFP 2016-02 RFP Release Date: April 22 nd, 2016 Mandatory Site Walk Date: Monday, May 9 th,

More information

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019 Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at

More information

Job Location Contact name and telephone number Date of contract Project Description Equipment/Service Installed

Job Location Contact name and telephone number Date of contract Project Description Equipment/Service Installed SUMMARY The Visions in Education Charter School is seeking quotes for MIFI or Equivalent type devices for Internet Service to all our classrooms for both single and multi-year contracts. We have an estimated

More information

Morgan Hill Unified School District Concord Circle Morgan Hill, CA 95037

Morgan Hill Unified School District Concord Circle Morgan Hill, CA 95037 15600 Concord Circle Morgan Hill, CA 95037 REQUEST FOR PROPOSAL Fiber Interconnectivity Services for E-Rate Year 2018-2019 (Yr. 21) RFP # 2018-101 Request for Proposal Issued: January 9, 2018 Deadline

More information

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

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

More information

TELECOMMUNICATION SERVICE Voice and Data Services. E-Rate YR 19 ( ) RFP # Request for Proposals Issued: February 2, 2016

TELECOMMUNICATION SERVICE Voice and Data Services. E-Rate YR 19 ( ) RFP # Request for Proposals Issued: February 2, 2016 RIVER DELTA UNIFIED SCHOOL DISTRICT 445 Montezuma Street Rio Vista, California 94571-1651 (707) 374-1700 Fax (707) 374-2995 www.riverdelta.k12.ca.us TELECOMMUNICATION SERVICE Voice and Data Services E-Rate

More information

KERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST

KERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST KERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST Kern Health Systems (KHS) is a government agency dedicated to running a fair bidding program to foster high quality business relationships.

More information

ETHERNET BROADBAND SERVICE. E-Rate Yr 19 ( ) RFP # Request for Proposals Issued: January 20, 2016

ETHERNET BROADBAND SERVICE. E-Rate Yr 19 ( ) RFP # Request for Proposals Issued: January 20, 2016 ETHERNET BROADBAND SERVICE E-Rate Yr 19 (2016-2017) RFP # 2016-101 Request for Proposals Issued: January 20, 2016 Deadline for Submittal of Proposals: February 18, 2016 Before 2:00pm Attention: Brian Chenoweth

More information

Request for Proposal. Internal Connections - Network Switch Equipment. Houston County Public Library. Erate Funding Year. July 1, 2017 through

Request for Proposal. Internal Connections - Network Switch Equipment. Houston County Public Library. Erate Funding Year. July 1, 2017 through Request for Proposal Internal Connections - Network Switch Equipment Houston County Public Library Erate Funding Year July 1, 2017 through June 30, 2018 Request for Proposal Internal Connections Network

More information

RFP # Before 2:00pm

RFP # Before 2:00pm Loomis Union School District 3290 Humphrey Road, Loomis, CA 95650 (916) 652-1800 www.loomis-usd.k12.ca.us Building Excellence in Education since 1856 NETWORK INFRASTRUCTURE EQUIPMENT E-Rate Yr. 19 (2016-2017)

More information

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

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

More information

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

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

E-Rate FY2017. CATEGORY 1 ETHERNET SERVICES Wide Area Network / Metropolitan Area Network (WAN/MAN) Orchard Ranch Elementary RFP#

E-Rate FY2017. CATEGORY 1 ETHERNET SERVICES Wide Area Network / Metropolitan Area Network (WAN/MAN) Orchard Ranch Elementary RFP# Board of Education Hallie Romero Susan Duane Julie Constant Gary Miller Alisa Fong Derk Garcia, Superintendent E-Rate FY2017 CATEGORY 1 ETHERNET SERVICES Wide Area Network / Metropolitan Area Network (WAN/MAN)

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

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

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

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

More information

Request for Proposal #2018-SVUSD-WAN. Multi-year Contract for E-rate Eligible Wide Area Network (WAN) Services

Request for Proposal #2018-SVUSD-WAN. Multi-year Contract for E-rate Eligible Wide Area Network (WAN) Services Request for Proposal #2018-SVUSD-WAN Multi-year Contract for E-rate Eligible Wide Area Network (WAN) Services FCC FORM 470 # 180003308 Sonoma Valley Unified School District IT Department & Fiscal Services

More information

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

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

More information

MORENO VALLEY UNIFIED SCHOOL DISTRICT Alessandro Blvd. Moreno Valley, CA 92553

MORENO VALLEY UNIFIED SCHOOL DISTRICT Alessandro Blvd. Moreno Valley, CA 92553 MORENO VALLEY UNIFIED SCHOOL DISTRICT 25634 Alessandro Blvd. Moreno Valley, CA 92553 BID NO. 15-16-26 E-RATE XIX (19) OUTDOOR AP EQUIPMENT (2016-2017) Project Manager: Aaron Barnett Table of Contents Page

More information

BID NO Window Replacements at Mt. Diablo High School Volume I. DATE DUE: 01/04/2019 at 10:00 am

BID NO Window Replacements at Mt. Diablo High School Volume I. DATE DUE: 01/04/2019 at 10:00 am BID NO. 1814 Window Replacements at Mt. Diablo High School 2019 Volume I DATE DUE: 01/04/2019 at 10:00 am 1 P a g e DOCUMENT 00 01 10 TABLE OF CONTENTS - CONTRACT DOCUMENTS PROCUREMENT AND CONTRACTING

More information

Suite 300 Tenant Improvement

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

More information

PURCHASING DEPARTMENT

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

More information

PLACENTIA-YORBA LINDA UNIFIED SCHOOL DISTRICT. BID E-Rate Eligible Network Equipment. Notice Inviting Bid BID DUE DATE

PLACENTIA-YORBA LINDA UNIFIED SCHOOL DISTRICT. BID E-Rate Eligible Network Equipment. Notice Inviting Bid BID DUE DATE PLACENTIA-YORBA LINDA UNIFIED SCHOOL DISTRICT BID 216-07 E-Rate Eligible Network Equipment Notice Inviting Bid BID DUE DATE Thursday, February 25, 2016 at 10:00:00 A.M. SUBMIT BIDS TO: Purchasing Department

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

Preparing each student to succeed in a rapidly changing world WIRELESS EQUIPMENT. E-Rate Yr 18 ( ) RFP #

Preparing each student to succeed in a rapidly changing world WIRELESS EQUIPMENT. E-Rate Yr 18 ( ) RFP # Preparing each student to succeed in a rapidly changing world San Juan Unified School District Charter School Jody Graf, Ed.D. Executive Director WIRELESS EQUIPMENT E-Rate Yr 18 (2015-2016) RFP # 2015-100

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

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

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

RETIREE HEALTH BENEFITS TRUST

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

More information

BID # EFI H1625 LED Wide Format Printer Fullerton College

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

More information

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

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JUNE 14, 2017 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 10 PAGES BIDS DUE: JUNE

More information

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

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

More information

ADDENDUM #5 NIB #

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

More information

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

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

More information

University of California, Riverside Barn Expansion

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

More information

Request for Proposal Internet Access

Request for Proposal Internet Access Philadelphia/Neshoba County Public Library Request for Proposal Internet Erate Funding Year July 1, 2015 through June 30, 2016 REQUEST FOR PROPOSAL Internet Philadelphia/Neshoba County Public Library January

More information

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

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

More information

Request for Proposal # Citrus Community College District VENDING SERVICES PROPOSAL

Request for Proposal # Citrus Community College District VENDING SERVICES PROPOSAL Request for Proposal #09-1718 Citrus Community College District VENDING SERVICES PROPOSAL Return Proposal to: Citrus Community College District Attn: Robert Lopez, Director of Purchasing 1000 W Foothill

More information

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

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

More information

Fortuna Elementary School District INVITATION FOR BIDS

Fortuna Elementary School District INVITATION FOR BIDS Fortuna Elementary School District INVITATION FOR BIDS Proposition 39 Fortuna Middle School LED Lighting Project Bid No. 17-012 DEADLINE FOR SUBMITTING BIDS: 2 p.m., May 11, 2017 All bids must be submitted

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

REQUEST FOR PROPOSAL (RFP)

REQUEST FOR PROPOSAL (RFP) MT. SAN JACINTO COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSAL (RFP) 2014-102, POLICE SERVICES RFP DEADLINE- December 10, 2014 at 2:00 p.m. Advertisement Dates: November 26, 2014 and December 3, 2014

More information

5. BID FORMS TABLE OF CONTENTS

5. BID FORMS TABLE OF CONTENTS 5. BID FORMS TABLE OF CONTENTS SECTION 1 BID FORM SECTION 2 BID DATA FORMS 2.A LIST OF PROPOSED SUBCONTRACTORS 2.B BID BOND SECTION 3 NON-COLLUSION AFFIDAVIT SECTION 4 BIDDER INFORMATION FORM 4.A INFORMATION

More information

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

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

More information

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

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

More information

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

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

Mattole Unified School District INVITATION FOR BIDS

Mattole Unified School District INVITATION FOR BIDS Mattole Unified School District INVITATION FOR BIDS Proposition 39 Mattole Elementary HVAC Upgrade Project Bid No. 17-018 DEADLINE FOR SUBMITTING BIDS: 3:00 p.m., Friday, June 16, 2017 All bids must be

More information

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

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

More information

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

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

More information

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID #

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID # BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID # 2018-12 AT CASTLE AUTOMOTIVE TECHNOLOGY 2245 JETSTREAM DRIVE BUILDING #325 ATWATER, CA 95301 MERCED COUNTY OFFICE OF EDUCATION

More information

PURCHASE LENOVO N23 CHROMEBOOKS

PURCHASE LENOVO N23 CHROMEBOOKS DUBLIN UNIFIED SCHOOL DISTRICT S For PURCHASE LENOVO N23 CHROMEBOOKS RFP #IT-2017-1 DUBLIN UNIFIED SCHOOL DISTRICT S #IT-2017-1 PURCHASE OF LENOVO N23 CHROMEBOOKS NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN

More information

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

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

More information

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

NEWMAN CROWS LANDING UNIFIED SCHOOL DISTRICT 1162 Main Street Newman, CA REQUEST FOR PROPOSAL

NEWMAN CROWS LANDING UNIFIED SCHOOL DISTRICT 1162 Main Street Newman, CA REQUEST FOR PROPOSAL NEWMAN CROWS LANDING UNIFIED SCHOOL DISTRICT 1162 Main Street Newman, CA 95360 REQUEST FOR PROPOSAL DISTRICT WIRELESS UPGRADE AND CABLING: INTERNAL CONNECTIONS E-RATE YEAR 19 RFP NO. 2016/001 LEGAL NOTICE

More information

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

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

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JUNE 10, 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 11 PAGES BIDS DUE: JUNE

More information

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

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

More information

Request for Proposal No WAN. Multi-year Contract for E-rate Eligible Wide Area Network (WAN) Services

Request for Proposal No WAN. Multi-year Contract for E-rate Eligible Wide Area Network (WAN) Services Request for Proposal No. 2018-WAN Multi-year Contract for E-rate Eligible Wide Area Network (WAN) Services FCC FORM 470 No. 180001520 Albany Unified School District 1051 Monroe Street Albany, CA 94706

More information

Request for Proposal #2018-WAN. Multi-year Contract for E-rate Eligible Wide Area Network (WAN) Services

Request for Proposal #2018-WAN. Multi-year Contract for E-rate Eligible Wide Area Network (WAN) Services Request for Proposal #2018-WAN Multi-year Contract for E-rate Eligible Wide Area Network (WAN) Services Tracy Unified School District Information System and Educational Technology (ISET) 1945 W. Lowell

More information

PROPOSAL REQUIREMENTS AND CONDITIONS

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

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: APRIL 7, 2016 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 11 PAGES BIDS DUE: APRIL

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

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

COVINA-VALLEY UNIFIED SCHOOL DISTRICT 519 E. BADILLO STREET COVINA, CA (626) EXT (626) (FAX) REQUEST FOR PROPOSAL

COVINA-VALLEY UNIFIED SCHOOL DISTRICT 519 E. BADILLO STREET COVINA, CA (626) EXT (626) (FAX) REQUEST FOR PROPOSAL COVINA-VALLEY UNIFIED SCHOOL DISTRICT 519 E. BADILLO STREET COVINA, CA 91723 (626) 974-7600 EXT. 2128 (626) 974-7032 (FAX) REQUEST FOR PROPOSAL DISTRICT-WIDE WIRELESS UPGRADE AND CABLING: INTERNAL CONNECTIONS

More information

PURCHASING SPECIFICATION

PURCHASING SPECIFICATION PURCHASING SPECIFICATION Subject: REQUEST FOR HOTEL RATES TEMPORARY RELOCATION SERVICES Lead Education Awareness and Control [LEAC] Program / Request for Rates Page No: 1 of 9 Effective Date: June 4, 2012

More information

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

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

More information

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

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

More information

FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS

FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS For The Corporation of the City of Thunder Bay -- Corporate Information and Technology -- Legal Name of Firm Mailing Address City Postal

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

FORTUNA ELEMENTARY SCHOOL DISTRICT INVITATION FOR BIDS

FORTUNA ELEMENTARY SCHOOL DISTRICT INVITATION FOR BIDS FORTUNA ELEMENTARY SCHOOL DISTRICT INVITATION FOR BIDS Proposition 39 South Fortuna Elementary School Furnace Replacement Bid No. 17-007 DEADLINE FOR SUBMITTING BIDS: 2:00pm, April 14, 2017 All bids must

More information

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract. State of Oklahoma Capital Assets Management Construction and Properties Bid Affidavits In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public

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

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

ADDENDUM For Reference For Bidders

ADDENDUM For Reference For Bidders Castro Valley Unified School District CHABOT ELEMENTARY SCHOOL, MARSHALL ELEMENTARY SCHOOL, AND STANTON ELEMENTARY SCHOOL INTERIM HOUSING PORTABLES CONSTRUCTION, PART 2 ADDENDUM 02 04 For Reference For

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: OCTOBER 23, 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

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: MARCH 22, 2016 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 10 PAGES BIDS DUE:

More information

Pittsburg Unified School District Request for Proposal #2016-WAN. E-Rate Proposal for Wide Area Network (WAN) Services

Pittsburg Unified School District Request for Proposal #2016-WAN. E-Rate Proposal for Wide Area Network (WAN) Services Pittsburg Unified School District Request for Proposal #2016-WAN E-Rate Proposal for Wide Area Network (WAN) Services FCC FORM 470 # 160024760 Pittsburg Unified School District Educational Technology Department

More information

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

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

More information

NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS

NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS The Northampton Area School District will receive sealed bids until 11:00 a.m., prevailing time, on March 9, 2018 for the following: General Supplies Cleaning

More information