REQUEST FOR BID # 13-01SN Rehabilitation Exercise Equipment- College Police Miramar College

Size: px
Start display at page:

Download "REQUEST FOR BID # 13-01SN Rehabilitation Exercise Equipment- College Police Miramar College"

Transcription

1 Rehabilitation Exercise Equipment College Police Miramar College Page 1 of 20 REQUEST FOR BID # 13-01SN Rehabilitation Exercise Equipment- College Police Miramar College SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM # 270 SAN DIEGO, CA BUYER: BERNARD SENA, CPPO, C.P.M., MBA, PURCHASING AND CONTRACT SERVICES BSENA@SDCCD.EDU (619) (619) (FAX)

2 Rehabilitation Exercise Equipment College Police Miramar College Page 2 of 20 PROPOSAL COVER PAGE The San Diego Community College District (hereinafter referred to as the "District") is requesting bids for a single therapeutic and rehabilitation exercise station. This item will be used in the College Police Training Facility at San Diego Miramar College. This specific piece of equipment is requested based on size limitations and specific functionality, special unique training and rehabilitation characteristics, including design, limited space requirements, specific dimension and operational specification. It is needed for current and future College Police Officers where injury rehabilitation, specific program work and strengthening requires that equipment have specific capabilities, meet safety requirements and can be used without additional building structural modification and/or additional equipment. Sealed proposals will be received until 2:00 p.m. on Tuesday, June 05, A mandatory walk through will be held on Thursday, May 24, 2012 at 11:30 a.m. at: San Diego Miramar College Black Mountain Road Room T-122-A San Diego, CA All inquiries for information should be directed in writing to: The proposal should be mailed or delivered directly to: Bernard Sena, Buyer Purchasing and Contracts Services San Diego Community College District 3375 Camino del Rio South, Suite #270 San Diego, CA bsena@sdccd.edu Telephone: San Diego Community College District Purchasing and Contract Services Attention: Bernard Sena, RFB #13-01SN 3375 Camino del Rio South, Suite #270 San Diego, CA Offer and Agreement: In compliance with this Request For Proposal #12-21, and to all the conditions imposed herein, the undersigned offers and agrees to furnish the services in accordance with the attached signed proposal or as mutually agreed upon by subsequent negotiation. Name and Address of Firm: Date: Print Name: Signature in Ink of Authorized Representative Title: Address: Zip Code Telephone Number: ( )

3 Rehabilitation Exercise Equipment College Police Miramar College Page 3 of 20 Bidders are encouraged to register (if not already registered) on the District Website: Questions regarding this solicitation should be directed to Bernard Sena, CPPO, C.P.M., Buyer, Purchasing and Contract Services, phone (619) , fax (619) , or bsena@sdccd.edu I. GENERAL TERMS AND CONDITIONS A. SUBMITTING OFFERS 1. Response to Solicitation All responses to this RFB must be submitted in electronic format on a CD or USB thumb drive. All files must be submitted as originally downloaded format (i.e., Excel, Word, PDF). Signature Page and Response Sheet must be submitted as hard copies. Signature Page must contain original signature. Oral changes to an offer will not be accepted. A response must be separately recorded for each item. Prices must be stated in unit of issue specified within the solicitation. If the unit of issue specified does not represent the trade standard, or if Bidder s standard unit of issue is different from the unit of issue specified by the District, the Bidder must properly note the firm's unit of issue within its response. 2. Submittal of Response The response must be submitted in a separate, sealed envelope or package with the District's solicitation number printed on the outside. Response is to be in the following two formats/forms: A. CD/Thumb Drive to include: 1. Signature Page 2. Response Section (s) in original Excel format a. Mandatory Forms b. Vendor s pamphlets, catalogs, etc. 3. Hard copy: a. Signature Page (original) b. Response Section (s) Responses must be received and stamped in the District's Purchasing and Contract Services Office, Suite 270, no later than 2:00 PM, PST, on Tuesday, June 05, Any bid received after the scheduled time of opening or with insufficient postage shall be refused and returned to the Bidder unopened. This submittal will be recognized as the official response. 3. Alternate Offers Bidders shall quote on only one product for each solicitation item listed herein, and shall submit only one offer. Alternate offers will not be considered. Bidders offering more than one product and/or unit price per item may result in the bid/proposal determined non-responsive.

4 Rehabilitation Exercise Equipment College Police Miramar College Page 4 of Changes after Opening Bidders should verify their offers before submission to the District. An offer cannot be withdrawn after public opening. No offer can be corrected or altered after being opened. The District will not be responsible for errors or omissions on the part of bidders in making up their offers. 5. Designation of Subcontractors Each vendor shall submit with its offer a list of the proposed subcontractors. This list must include the names, addresses, and particular function of the proposed subcontractors. If the vendor fails to specify a subcontractor for any portion of the work to be performed under the contract, the vendor shall be deemed to have agreed to perform such portion, and shall not be permitted to subcontract that portion of the work except under the conditions hereinafter set forth. Subletting or subcontracting of any portion of the work as to which no subcontractor was designated in the original offer shall only be permitted in cases of public emergency or necessity, and then only after a finding reduced to writing as a public record of the District. If subcontractors or contract labor is used, Vender shall be considered the employer corporation and shall be solely responsible for the payment of all federal, state, and local taxes arising of our or in connection with performance under this contract. No subcontract shall be let or offered without prior notification and written approval of San Diego Community College District. 6. Trade Discounts Trade discounts should be computed into unit price offered by the Bidder and only the net amount shown on the offer. 7. Taxes State and local retail sales tax, and use tax, if applicable, will be paid separately by the District and are not to be included in the offer. The District is exempt from federal excise and transportation taxes. The District will provide its exemption number to the successful Bidder, if applicable. 8. Failure to Bid Bidders who choose not to bid on this solicitation should return the bid marked "NO BID" and state the reasons. Failure to do so will result in removal of the Bidder's name from the District's bid list. 9. Withdrawal of Offers Any Bidder may withdraw his or her offer, either personally or by written request, at any time prior to the scheduled closing time for receipt of offers. 10. Bidders Interested In More Than One Offer No person, firm or corporation shall be allowed to make or file more than one offer for the same goods and services. 11. Affirmative Action Plan All Bidders making an offer are required to file an Affirmative Action Plan and Certificate of Compliance with Federal and State Laws on Equal Employment Opportunity and the District Policy on Affirmative Action (Vendors).

5 Rehabilitation Exercise Equipment College Police Miramar College Page 5 of Minority, Woman and Disabled-Veteran-Owned Business Enterprise Certification All Bidders doing business with the District are required to file a "Minority, Woman and Disabled Veteran-Owned Business Enterprise Program Certification" form for the offering firm or any listed subcontractors as part of the offer. Failure to provide the certification may result in the rejection of the bid/proposal as non-responsive. A copy of a certification is attached. 13. Release of Information Vendors making offers as a result of this solicitation will be notified of Purchasing and Contract Services' recommendation for award to the District's Board of Trustees, in advance of the Board's decision. This will be the only information released after all offers are read aloud, and before the District's Board of Trustees awards the contract. 14. Calendar of Events/Bid Time Table/Schedule The following is the timetable that the District expects to follow. Any activity may be altered by the District, if necessary, to conduct a thorough evaluation. Bid/RFP Publication May 22, 2012 and May 29, 2012 Written Questions May 23, 2012 through May 25, 2012 Mandatory Site Walk Through May 24, 2012, 11:30 am Room T122A Unsealing/Opening June 05, 2012, 2:00 pm, Room 220 Anticipated Award July 19, 2012 B. EVALUATION OF OFFERS/AWARD OF CONTRACT 1. Cover Letter The cover letter should be a maximum length of two pages. a. Name and address of the Respondent; b. Name, title and telephone number of the individual authorized to negotiate and execute the Agreement; c. A commitment to provide the services/products described, d. Receipt (including addendum number and date) of each one of the addenda, if any. 2. Submission Check List The District reserves the right to reject any and all submittals that do not respond to all instructions in this RFB. Respondents must submit the required number of sets of all requested information, including but not limited to the following: Cover Letter-Including Authorized Dealer Verification Acknowledgement that Respondent received each addendum Experience and Qualifications (Respondent) References Attachment (Respondent) Completed Attachment for Affirmative Action Program Completed Attachment for Minority, Woman & Disabled Veteran-Owned Business Enterprise Certification Proposal with Product Specifications Work Plan and Costs

6 Rehabilitation Exercise Equipment College Police Miramar College Page 6 of Award District staff will evaluate offers to determine the lowest, responsive, and responsible bid/proposal meeting terms, conditions, and specifications of the solicitation. The lowest offer will be determined by adding the cost of the equipment/systems, training, and post-purchase warranty/maintenance. The District can only consider the lowest offer for award. The next lowest offer will be considered for award in the event that the lowest offer is disqualified. Ability to commission the equipment/systems, quality of references, District s direct experiences with the bidder, punctuality in responses to request for service, quality of proposed products and assembly, system performance and configuration will be factors used to select among the lowest offer. A SINGLE INDIVIDUAL ITEM, AS STATED WITHIN SECTION III BIDDER S RESPONSE SECTION WILL BE AWARDED AS A SINGLE LOT-ALL COMPONENTS OF THE ITEM SPECIFICATIONS MUST BE BID FOR AWARD. A SINGLE LOT WILL BE AWARDED TO ONE COMPANY. 4. Proposed Equal Product The specifications contained herein describe the specific and required products and/or services considered acceptable to the District. Prior to the offering of the RFB, this specific brand and model exercise station was arrived at by and through extensive end user and Purchasing Research. Various other brands and models were physically evaluated, considered and compared for variance, numerous and many possible attributes and capabilities. Consideration was given to other brands, size, mechanics, configurations, space requirements, space limitations, optimizing features, materials, and restrictions, Equal products may be offered and given full consideration by the District Evaluation Committee. The Committee will evaluate and determine if alternate brands offered meet or exceed specifications for consideration. The evaluation of equal and non-responsive offers will be at the sole discretion of the District Evaluation Committee. Review of any/all submitted documentation, examination of any alternate offering, and determination as to whether an offering meets the specifications contained herein as acceptable shall be made by the District. The District s decision will be final. (See Exhibit A for named Brand, Model and contained Specifications). The opinion of the District shall be final. 5. Equipment Installation After awarding of the contract, the District requires the Bidder/Supplier to deliver, assemble/set up, install and ensure the equipment is fully operational and complete. The installation is required to be scheduled and coordinated with Kevin , Location Police Substation Room # T112A, Alternatively the communication only may be directed through District Police Head The District reserves the right to adjust the installation timeline. C. LEGAL ISSUES 1. Acceptance of Offer A Bidder's offer is subject to acceptance by the District at any time within ninety (90) days after opening of same, unless otherwise stipulated herein. Terms and

7 Rehabilitation Exercise Equipment College Police Miramar College Page 7 of 20 conditions additional to or not identical to the terms and conditions contained herein are not solicited and may render the bid/proposal non-responsive. 2. Assignment of Contract Contractor shall not assign, transfer, convey, sublet, or otherwise dispose of the items appearing in this solicitation, which he or she may be awarded, or any rights accruing there under, title or interest therein, funds to be received hereunder, or any power to execute the same without the prior consent, in writing, of the District. Notice is hereby given that the District will not honor any assignment made by the contractor unless the District has consented in writing. 3. Cancellation of Contract The District reserves the right to cancel the contract resulting from this solicitation in its entirety upon thirty (30) days' written notice at no cost except for products/services rendered. Such cancellation would be reserved for unsatisfactory service, discontinuation in District funding, reduction in enrollment, or change in scope of District programs and/or policies. 4. Excuse for Nonperformance Contractor shall be excused from performance hereunder during the time and to the extent that they are prevented from obtaining, delivering or performing in the customary manner by act of God, fire, strike, partial or total interruption of, loss or shortage of transportation facilities, lockout, commandeering of raw materials, products, plants or facilities by the government, when satisfactory evidence thereof is presented to the District, providing it is satisfactorily established that the nonperformance is not due to the fault or negligence of the contractor. 5. Hold Harmless Contractor agrees to indemnify, defend and to hold free and harmless the District, its officers, employees and agents, from all loss, liability, damages, costs or expenses (including reasonable legal expenses and court costs) that may or might at any time arise or be asserted against District, its officers, employees and agents, arising by reason of, in the course of, or in connection with, the performance of this contract including any loss, liability, damages, costs or expenses resulting from the sole negligence of the contractor, or both contractor and District, but excluding any loss, liability, damages, costs or expense resulting from the sole negligence of the District. The indemnification shall include, but is not limited to, liability of any nature or kind whatsoever, on account of use by the publisher or author, manufacturer or agent, of any copyrighted or uncopyrighted composition, secret process, patented or unpatented invention, article or appliance furnished or used under this solicitation and any resulting contract. 6. Protection of Work and Property The Contractor shall be responsible for all damages to persons or property that occur as a result of his/her fault or negligence in connection with the execution of this contract and shall be responsible for the proper care and protection of District property and all materials provided. All work shall be performed solely at the Contractor's risk. Contractor shall take all necessary precautions for safety of all personnel on the work site and shall comply with all applicable safety laws and codes to prevent accidents or injury to persons on or about the premises where work is being performed.

8 Rehabilitation Exercise Equipment College Police Miramar College Page 8 of Right to Reject/Waive The District reserves the right to reject any or all offers, or to waive any minor irregularities or informalities in any offer, or in the solicitation process. The District also reserves the right to waive minor variations in specifications and evaluate offerings and make awards considering the equipment and services being offered. Offers varying from District specifications in any major detail are not solicited and are automatically disqualified. The District's opinion shall be final. 8. Insurance Contractor shall provide and maintain public liability and property damage insurance in an amount not less than $1,000,000.00; fire insurance in an amount not less than full replacement cost, and insurance covering special hazards such as automotive and trucks, in an amount not less than $1,000,000.00, as shall protect Contractor and the District from all claims for personal injury, including accidental death, as well as all claims of property damage arising from operations under this contract. District shall be added as an insured under said policies of insurance. Said policies of insurance shall provide for a 30-day written notice to District before cancellation or material change. Contractor shall require its subcontractors, if any, to take out and maintain similar public liability and property damage insurance in amounts as hereinafter set forth. Contractor shall not commence work nor shall it allow any subcontractor to commence work under this contract until it has obtained all required insurance and certificates, which have been delivered to and approved by the District Purchasing and Contract Services Director. D. DELIVERY/INVOICING 1. Conformity to Specifications All products and services furnished as a result of this solicitation must comply with the specifications cited herein. Materials, equipment, and services provided are subject to inspection and approval after delivery. The District reserves the right to reject any portion of a shipment or service that is defective or fails to comply with the specifications, without invalidating the remainder of the order. Such rejection will be at the risk and expense of the contractor. All equipment must be new; never pre-owned or used. Demonstrator units are considered used and are not acceptable to the District. 2. Delivery Terms Delivery terms are FOB Destination San Diego Miramar College. The delivery point will be provided by the District on the Purchase Order. Prices offered shall reflect FOB Destination/Inside Delivery/Installation (e.g., no delivery charge). Note: Delivery does not constitute acceptance. 3. Invoicing / Payment Terms The District s payment terms are Net 30 days after receipt of invoice and acceptance of products/services. Invoices citing cash discounts for early payment of invoices of less than 15 days will be paid as NET 30. Cash discounts, when given, will be figured from date of receipt of auditable invoices, provided complete delivery and acceptance of the order has been made. If tests are necessary, cash discounts will be figured from date of acceptance of test report.

9 Rehabilitation Exercise Equipment College Police Miramar College Page 9 of 20 E. SPECIAL TERMS AND CONDITIONS 1. Pricing All equipment prices offered must be firm and fixed for 180 days. 2. Warranty The District requires that all equipment/systems purchased under this contract include a minimum one year on-site full parts and labor warranty covering installation, parts, labor, transportation, firmware, upgrades, bug fixes, and all other related repair/service costs. In no case shall the on-site warranty period be less than one-year from receipt of the equipment by the District. Equipment failures that occur during the warranty period must be replaced or repaired by the contractor, onsite (Monday through Friday, 8 AM 5 PM) at no charge. All parts must be shipped as advance replacements, prior to the return of any defective parts. Response time for services shall be within 4 business hours of call from District staff. A technician must be on-site within twenty-four hours from the time a call for service is placed. The District reserves the right to extend the response time requirement as the need arises. 3. Post-Warranty Service Maintenance Contract After the expiration of the one-year, on-site warranty, the District requests the offering of an optional three-year maintenance/service period extension with the Supplier/Contractor. Excluding installation, the maintenance agreement shall include the same requirements as stipulated in Section II, E, 2, Warranty. The cost of the post-warranty maintenance shall be as offered in the Bid Response Information Only Section and will be included as an information only item and not part of the bid award or evaluation. 4. Training and Manuals One hard copy of all training manuals is required with bid submission. 5. Cancellation for Default by Contractor The District may by written notice terminate a Purchase Order and/or Contract resulting from this solicitation for Contractor s default, in whole or in part, at any time, if Contractor refuses or fails to comply with the provisions of said Purchase Order or Contract, or so fails to make progress as to endanger performance and does not cure such failure within a reasonable period of time, or fails to make deliveries of the materials or perform the services within the time specified or any written extension thereof. In such event, the District may purchase or otherwise secure the materials or services, and except as otherwise provided herein, Contractor shall be liable to the District for any reprocurement costs incurred by the District in excess of the costs which the District would have had to pay under this Contract. The District shall recover such excess costs by any means necessary including but not limited to deducting the amount from any outstanding invoices from the vendor for other products or services, or through litigation. 6. Qualifications All bidders must be an authorized dealer for sales, service and installation by the offered equipment manufacturer to sell and service the equipment/systems offered and must have in their employ, continuously during the contract period or any extension thereof, service and support personnel who have had training in the maintenance, support, and repair of the equipment offered.

10 Rehabilitation Exercise Equipment College Police Miramar College Page 10 of Access to District Facilities The contractor shall obtain prior permission from the District's point of contact to enter offices to perform work under this contract. The contractor's access to secured areas will be provided by appointment and coordinated by the District's point of contact with San Diego Community College District College Police. 8. Equipment Installation Contractor shall install and assemble equipment offered at no additional cost to the District. Installation must be accomplished in accordance with the manufacturer's recommendations, and include: a. Shipment, delivery, and movement to the Miramar College campus installation point. Bidder is responsible for providing all labor, supervision, equipment, tools, insurance, transportation, etc., necessary to deliver, off-load, and install equipment/systems. Off-load ramps, docks, or forklifts may not be available at all delivery sites. Delivery may involve multi-level sites. Access will be provided in the form of stairs, elevators, or ramps; b. Complete Commission/Installation of equipment with start-up supplies installed; c. Installation will occur during the District's standard working days and hours, and shall not take longer than one (1) working day. The District reserves the right to waive this time requirement. 9. Technical/Repair Support Bidder shall have a service facility located within San Diego County, capable of repairing, servicing, and maintaining the equipment offered within a twenty-four hour response time. II. BIDDER S RESPONSE SECTION Bidders must submit price bids in this section. Any pricing submitted on a vendor s own form will not be considered as an official bid, but for information purposes only. When completing this section, you must indicate the manufacturer/model number being bid in the Manufacturer/Model# column and provide all/any information and descriptive detail. Bidders must provide a response evidencing the comprehensive use and dynamic strength and durability in using the equipment. Equipment must be able to accommodate optional standard weight expansion without changing cables and pulley systems and be of high rigor and robust nature for a high range of tolerance of added weights. A. REHABILITATION EXERCISE EQUIPMENT BASE REQUIREMENTS Physical therapy is a major component of the use of this equipment. The rehabilitation equipment station must accommodate at minimum 3 concurrent and simultaneous machine activities. The following list contains specific required law enforcement needs and must be present for a responsive submission: 1- Core strength building design with adjustable safety limit blocking required for unsupervised workouts and by multiple officers at the same time. 2- Design must be compatible with use in limited available space (132 x 150 ), limited

11 Rehabilitation Exercise Equipment College Police Miramar College Page 11 of 20 door dimensions for entry doors during delivery (32.5 ), ceiling height (107 ), and preinstalled flooring (1/4 rubber on concrete). 3- Multi / full-function commercial-design that is easily configured (one hand adjust) for varying officer dimensions (4 10 / 6 5 ) allowing full-range body movements (double pulley design), small increments of adjustment, 4- Smooth movement (wide cable & track design) and large range weight capacity (accommodating exercises for physical therapy and strength building). 5- Functional Based Design targeting law enforcement patterns of injury rehabilitation, injury prevention, and fine & gross motor skills development associated with various police patrol methods, police equipment, assigned duties, and offensive & defensive tactics demands. 6- Must be designed with low maintenance requirements with quick access in service and parts, and a company with a proven track record with the district, including on warranty issues. 7- The facility where this is to be furnished is a LEED certification Platinum building and paid for by local taxpayers. Environmental factors will be considered and a factor in furtherance of proceeding with our LEED certification and the qualifications of a bidder. B. EQUIPMENT/SPECIFIC SPECIFICATIONS- Personal Training System, Hoist, Model # PTS-ENS3, Specifications: US / METRIC Length: 91.00" / 231 cm Width: 81.75" / 208 cm (including Olympic bar) 62.25" / 158 cm (NOT including Olympic bar) Height: 92.00" / 234 cm Machine Weight: 1,134 lbs. / 514 kg PTS Dual Action Smith (PTS-1000) PTS Lat Pulldown/Low Row Option (PTS-LAT) PTS Dual Hi-Lo Option (PTS-HILO) PTS Weight Stack Shields - 3 Pairs (PTS-SH) Choice of 1 workout bench listed below: PTS Flat/Incline Bench (PTS-164) 6 Position F.I.D. Bench (HF-4165)

12 Rehabilitation Exercise Equipment College Police Miramar College Page 12 of 20 C. PRICE RESPONSE In this section Bidders are required to bid firm fixed pricing for all equipment and maintenance costs. The District will determine the lowest bid by adding the cost of the equipment including one-year warranty, maintenance and training and commission/installation. The District has identified a manufacturer and model of equipment that meets our needs. Please note that only responses included in this section will be acceptable as part of the bid. Bidders are welcome to include documentation to substantiate their bid below, but failure to provide the information below in the format required may result in a bid being determined nonresponsive. ITEM 1- Personal Training System, Hoist, Model # PTS-ENS3, Specifications: US / METRIC Length: 91.00" / 231 cm Width: 81.75" / 208 cm (including Olympic bar) 62.25" / 158 cm (NOT including Olympic bar) Height: 92.00" / 234 cm Machine Weight: 1,134 lbs. / 514 kg PTS Dual Action Smith (PTS-1000) PTS Lat Pulldown/Low Row Option (PTS-LAT) PTS Dual Hi-Lo Option (PTS-HILO) PTS Weight Stack Shields - 3 Pairs (PTS-SH) Choice of 1 workout bench listed below: PTS Flat/Incline Bench (PTS-164) 6 Position F.I.D. Bench (HF-4165) Brand, Model# QTY 1 $ EA 1 LOT TOTAL$

13 Rehabilitation Exercise Equipment College Police Miramar College Page 13 of 20 INFORMATION ONLY SECTION ADDITIONAL OPTIONAL WARRANTY -3 YEAR PERIOD After the expiration of the required three-year, on-site warranty, the District requests the offering of an optional three-year maintenance/ service period extension with the Supplier/Contractor. Excluding installation, the maintenance agreement shall include the same requirements as stipulated in Section II, E, 2, Warranty. This cost of the post-warranty maintenance has no bearing or relationship to that as offered in the Bid Response Section and is for Information Only purposes and is not part of the bid award or evaluation. 3-YEAR ADDITIONAL WARRANTY PERIOD $

14 Rehabilitation Exercise Equipment College Police Miramar College Page 14 of 20 ATTACHMENT A BID PROPOSAL CHECK LIST All bids must contain the following forms; the District may waive minor bid irregularities but failure to meet the above requirements may be cause for the bid to be rejected. The following documents are to be submitted in a sealed envelope for each Bid Package. Cover Page Bid Proposal Check List, Attachment A References Attachment D Non-Collusion Affidavit Attachment E Workers Compensation Certification Attachment F Minority, Woman and Disabled Veteran Owned Business Enterprise Certification Attachment G Statement of Certification of Compliance with Equal Opportunity Program Attachment H (3 Pages)

15 Rehabilitation Exercise Equipment College Police Miramar College Page 15 of 20 ATTACHMENT D REFERENCES Contractor must be able to present evidence of satisfactory experience in providing audit services. List references for educational or governmental entities that can be contacted for an assessment of past client satisfaction. List dates and number of years each Reference has been using your firm s auditing services. Name of Entity: Address: City / State / Zip Code: Contact Person: Phone Number / Ext: Title: Dates & # of Years Using Your Firm s Services: FAX #: Name of Entity: Address: City / State / Zip Code: Contact Person: Phone Number / Ext: Title: Dates & # of Years Using Your Firm s Services: FAX #: Name of Entity: Address: City / State / Zip Code: Contact Person: Phone Number / Ext: Title: Dates & # of Years Using Your Firm s Services: FAX #: Contractor s Signature: Date: Contractor Printed Name:

16 Rehabilitation Exercise Equipment College Police Miramar College Page 16 of 20 ATTACHMENT E NON-COLLUSION AFFIDAVIT State of California, County of, being first duly sworn, deposes and says that he or she is (name) of (company) the party making the foregoing bid: That 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 a 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 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 fix any overhead, profit, or cost element of the bid, or of that of any other bidder, or to secure any advantage against the public body awarding the contract or 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 certify (or declare) under the penalty of perjury that the foregoing is true and correct. Contractor s Signature Date

17 Rehabilitation Exercise Equipment College Police Miramar College Page 17 of 20 Labor Code section 3700 relevant parts provides: ATTACHMENT F WORKERS COMPENSATION CERTIFICATION Every employer except the State shall secure the payment of compensation in one or more of the following ways: (a) By being insured against liability to pay compensation in one or more insurers duly authorized to write compensation insurance in this state. (b) By securing from the Director of Industrial Relations a certificate of consent to self-insure, which may be given upon furnishing proof satisfactory to the Director of Industrial Relations of ability to selfinsure and to pay any compensation that may become due to his/her employees. I am aware of the provisions of section 3700 of the Labor Code which require every employer to be insured against liability of worker s compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Contractor s Signature Date (In accordance with article 5 (commencing at section 1860), chapter 1, part 7, division 2 of the Labor Code, the above certification must be signed and filed with the District prior to performing any work under this contract.)

18 Rehabilitation Exercise Equipment College Police Miramar College Page 18 of 20 ATTACHMENT G San Diego Community College District MINORITY, WOMAN AND DISABLED VETERAN-OWNED BUSINESS ENTERPRISE CERTIFICATION Each bidder is required to complete the certification below and return it to the Purchasing and Contract Services office, San Diego Community College District, as part of the Bid package. 1. Is your firm a Minority Business Enterprise as designed below in terms YES NO (a) through (c)? (a) A sole proprietorship which is owned by a minority (i.e., American Indian or Alaskan native, Asian or Pacific Islander, African-American, or Hispanic), or a corporation, partnership, or firm, 51 percent of the stock, partnership interest, or other interests of which are owned by one or more minorities; and (b) Managed by, and the daily business operations are controlled by, one or more minorities; and (c) With its home office located in the United States, which is not a branch or subsidiary of a foreign corporation, firm, or other business. 2. Is your firm a Woman-Owned Business Enterprise as defined below in YES NO items (a) through (c)? (a) A sole proprietorship which is owned by a woman, or a corporation, partnership, or firm, in which 51 percent of the stock, partnership interests, or other interests of which are owned by one or more women; and (b) Managed by, and the daily business operations are controlled by, one or more women; and (c) With its home office located in the United States, which is not a Branch or subsidiary of a foreign corporation, firm, or other business. 3. Is your firm a Disabled Veteran-Owned Business Enterprise as defined YES NO below in item (a)? (a) A business enterprise certified as a disabled veteran business enterprise by the Office of Small and Minority Business, pursuant to Military and Veterans Code Section 999, or a business enterprise that certifies that it has met such standards. I certify that I have made a diligent effort to ascertain the facts with regard to representations made herein and, to the best of my knowledge and belief, similar information for subcontractors can be supplied if requested/required. I also understand that any misrepresentations may be grounds for termination of contract(s) or disqualification as non-responsive in the issuing or award of future contract(s). Name/Title of CEO or Authorized Officer Company Name Signature Date

19 Rehabilitation Exercise Equipment College Police Miramar College Page 19 of 20 ATTACHMENT H STATEMENT OF CERTIFICATION OF COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY PROGRAM (1 OF 2) I hereby certify that (Legal Name of Contractor) is in compliance with the Civil Rights Acts of 1964; Executive Orders and 11375; Department of Labor and Treasury Regulations 41CFR, Chapter 60; California Fair Employment Practices Act; and any other applicable federal and state laws and regulations relative to equal opportunity employment, including laws and regulations hereinafter enacted. I further certify that the above named contractor is in compliance with San Diego Community College District Policies and Procedures Attached hereto is the Equal Employment Opportunity Plan of the above named Contractor. This contractor agrees to comply with the terms and conditions of such plan, if awarded business by the San Diego Community College District, and further agrees that the plan and this certificate are to be incorporated in and become a part of each contract document between the District and the above named Contractor. The below must be signed by the person who has primary responsibility for the administration of the above named organization s Equal Employment Opportunity Program. Print Name Signature Date EEO Compliance approved by: Return this form to: SAN DIEGO COMMUNITY COLLEGE DISTRICT Business Services - Purchasing Department 3375 Camino del Rio South Equal Opportunity & Diversity Officer San Diego, CA Shawn P. Larry, J.D., PHR

20 Rehabilitation Exercise Equipment College Police Miramar College Page 20 of 20 ATTACHMENT H CONTRACTOR S PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY TO SAN DIEGO COMMUNITY COLLEGE DISTRICT (2 OF 2) Contractor Name Phone Number Reporting Date Address 1. Recruitment of new employees: How many new employees do you intend to hire during the next year? 2. My current (above reporting date) work force is composed of the following ethnic/racial distribution: CRAFT JOB LEVEL ABBVN * MAL E HISPANIC FEMAL E MAL E AFRICAN AMERICAN FEMAL E MAL E AMERICAN INDIAN FEMAL E MAL E TOTAL MINORITY FEMAL E TOTAL CAUCASIAN MAL E FEMAL E TOTAL ABBREVIATIONS: S = SUPERVISOR, F = FOREMAN, J = JOURNEYMAN, A = APPRENTICE, T = TRAINEE OTHERS = SPECIFY, INCLUDING NONCRAFT TYPES, EO = EQUAL EMPLOYMENT OPPORTUNITY 3. How does your organization s EEO Plan intend to make any discrepancies within the above job categories consistent with your Affirmative Action Plan? You may provide a copy of your organization s Affirmative Action Plan in response to this question. 4. Please provide an outline of the services and programs that your organization will offer which are responsive to insuring the promoting a diverse workforce. Please provide a sufficient description of the EEO services and programs. You may provide a copy of your organization s Affirmation Action Plan in response to this question. 5. My signature below indicates that: I have primary responsibility for the administration of the above named organization s EO/AA program; the information stated in the document is complete and accurate to the best of my knowledge; and that the necessary records will be maintained and will be available for inspection by authorized personnel of the San Diego Community College District. Print Name Signature Date

STATEMENT OF CERTIFICATION OF COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY PROGRAM. I hereby certify that (Legal Name of Vendor)

STATEMENT OF CERTIFICATION OF COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY PROGRAM. I hereby certify that (Legal Name of Vendor) STATEMENT OF CERTIFICATION OF COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY PROGRAM I hereby certify that (Legal Name of Vendor) is in compliance with the Civil Rights Acts of 1964; Executive Orders 11246

More information

VENDOR'S PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY TO SAN DIEGO COMMUNITY COLLEGE DISTRICT

VENDOR'S PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY TO SAN DIEGO COMMUNITY COLLEGE DISTRICT VENDOR'S PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY TO SAN DIEGO COMMUNITY COLLEGE DISTRICT Vendor Name Phone Number Reporting Date Address 1. Recruitment of new employees: How many new employees do you intend

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

SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM # 270 SAN DIEGO, CA 92108

SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM # 270 SAN DIEGO, CA 92108 REQUEST FOR BID (RFB) #13-14SN HEAVY DUTY TRUCK ALIGNMENT SYSTEM FOR THE ADVANCED TRANSPORTATION TECH CENTER DIESEL TECHNOLOGY PROGRAM AT SAN DIEGO MIRAMAR COLLEGE SAN DIEGO COMMUNITY COLLEGE DISTRICT

More information

REQUEST FOR BID (RFB) #16-01 CNC VERTICAL MACHINING CENTER FOR THE MACHINE TECHNOLOGY PROGRAM AT SAN DIEGO CITY COLLEGE

REQUEST FOR BID (RFB) #16-01 CNC VERTICAL MACHINING CENTER FOR THE MACHINE TECHNOLOGY PROGRAM AT SAN DIEGO CITY COLLEGE REQUEST FOR BID (RFB) #16-01 CNC VERTICAL MACHINING CENTER FOR THE MACHINE TECHNOLOGY PROGRAM AT SAN DIEGO CITY COLLEGE SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM # 270 SAN DIEGO,

More information

REQUEST FOR RFB #13-09 SN BOOKSTORE FIXTURES MATH & SOCIAL SCIENCE BLDG - CITY

REQUEST FOR RFB #13-09 SN BOOKSTORE FIXTURES MATH & SOCIAL SCIENCE BLDG - CITY Purchasing and Contract Services Page 1 of 17 REQUEST FOR RFB #13-09 SN BOOKSTORE FIXTURES MATH & SOCIAL SCIENCE BLDG - CITY SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM # 270 SAN

More information

REQUEST FOR PROPOSAL (RFP) # Parking Citation Services

REQUEST FOR PROPOSAL (RFP) # Parking Citation Services Closing Date: June 15, 2017, 2:00 PM REQUEST FOR PROPOSAL (RFP) # 17-09 Parking Citation Services SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM # 270 SAN DIEGO, CA 92108 BUYER: EDWARD

More information

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department April 18, 2014 ADDENDUM No. 2 Re: RFP No., 13-14/26 Bond Underwriting Services PERALTA COMMUNITY

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

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

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

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

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

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

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

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 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

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

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

More information

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

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 PUBLIC WORKS DEPARTMENT BID FORMS FOR CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT

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

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

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

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608 PUBLIC WORKS DEPARTMENT BID FORMS FOR 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL

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

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

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618 PUBLIC WORKS DEPARTMENT BID FORMS FOR FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL

More information

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

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

More information

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

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

More information

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

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

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

More information

EXTERIOR STAIR AND HANDRAIL REPLACEMENT. Bid No. B15-08

EXTERIOR STAIR AND HANDRAIL REPLACEMENT. Bid No. B15-08 UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING INFORMAL BIDDING (PROJECT VALUE BETWEEN $45,000 AND $175,000) BID AND CONTRACT DOCUMENTS EXTERIOR STAIR AND HANDRAIL REPLACEMENT Bid No. B15-08 Bid Due Date:

More information

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT

INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT INVITATION TO BID CITY OF DES PERES ACTIVITY ROOMS FLOORING REPLACEMENT The City of Des Peres is soliciting bids from qualified vendors to remove, furnish and install new flooring in activity rooms A and

More information

OXNARD UNION HIGH SCHOOL DISTRICT. Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services

OXNARD UNION HIGH SCHOOL DISTRICT. Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services OXNARD UNION HIGH SCHOOL DISTRICT Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services The Oxnard Union High School District ( District ) is seeking Statements of Qualifications

More information

RFP GENERAL TERMS AND CONDITIONS

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

More information

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

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,

More information

Attachment A Required Submission Documents BIDDER INFORMATION

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

More information

GENERAL TERMS AND CONDITIONS

GENERAL TERMS AND CONDITIONS GENERAL TERMS AND CONDITIONS The following terms and conditions apply to all contracts or purchase agreements made with The College of New Jersey unless specifically deleted on this form. Vendors submitting

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

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

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

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

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

More information

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

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

More information

City of Columbia Community Development Department 1225 Lady St., Suite 102 Columbia, SC NOTE: May be printed on agency letterhead

City of Columbia Community Development Department 1225 Lady St., Suite 102 Columbia, SC NOTE: May be printed on agency letterhead City of Columbia Community Development Department 1225 Lady St., Suite 102 Columbia, SC 29201 NOTE: May be printed on agency letterhead Request for Proposal (Consultant Services) RFP Number: RFP-CD01-10115

More information

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

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

More information

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

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660 CITY OF MOBILE REQUEST FOR QUOTES July 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Location: Project Number: Service Contract Window Cleaning Mobile

More information

PURCHASING DEPARTMENT

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

More information

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

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

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

COUNTY OF OSWEGO PURCHASING DEPARTMENT

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

More information

RFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT

RFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY Request for Proposals for Critical Spare Parts for General Electric LM6000 PC Sprint Gas Turbines at the Canyon Power Plant, Anaheim, California RFP Date: October

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Champaign Park District: Request for Bids for Playground Surfacing Mulch May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT This agreement is entered into as of, 2004, by and between Rensselaer Polytechnic Institute (hereinafter called Rensselaer"), a non-profit educational institution with

More information

SANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP #

SANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP # SANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP # 02182019 TITLE: USING AGENCY: Steed Hall Greenhouse Renovations Sandhills Community College ISSUE DATE: February 18, 2019 ISSUING AGENCY: Sandhills

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

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

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015 Request for Proposal (RFP) For Printing Services RFP #15-001-44 Posting Date: March 18, 2015 Response Deadline: April 15, 2015 2:00 p.m. Central Standard Time (CST) To: Kristi Yates, Accountant Marinette

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 RFP P18-03 ADDITIONAL WIDE AREA NETWORK (WAN) February

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

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

More information

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

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

PURCHASE ORDER TERMS & CONDITIONS

PURCHASE ORDER TERMS & CONDITIONS 1. DEFINITIONS: District: Vendor: Order: PURCHASE ORDER TERMS & CONDITIONS Sierra Joint Community College District Person, firm or corporation supplying the goods or services under the Order and includes

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

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO BID COVER SHEET JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO **************************************** PROPOSAL CONTRACT DOCUMENTS FOR FIRE STA TION #202 3650 Hoover Road Concrete Rear Replacement

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

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

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

More information

PURCHASING DEPARTMENT

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

More information

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

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

More information

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE Specifications for Bid Crushed Limestone Deadline Date January 15, 2019 3:00 pm (956) 831-8273 Fax (956) 831-5106 1000 Foust

More information

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

INVITATION 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: 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 information

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # ) REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO (PPLD RFP #490-16-01) Pikes Peak Library District ( PPLD ) invites qualified

More information

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid TOWN OF CENTREVILLE Queen Anne s County, Maryland Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report Invitation for Bid Documents Available: Mandatory Pre-bid Meeting: Proposal

More information

INFORMATION FOR BID. Tee Shirts (School Nutrition)

INFORMATION FOR BID. Tee Shirts (School Nutrition) BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time

More information

REQUEST FOR 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

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

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

More information

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

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

More information

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE 1. DEFINITIONS 1 2. COMPOSITION OF THE ARCHITECT-ENGINEER 1 3. INDEPENDENT CONTRACTOR 1 4. RESPONSIBILITY OF THE ARCHETECT-ENGINEER

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

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

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

More information

COVINA-VALLEY UNIFIED SCHOOL DISTRICT

COVINA-VALLEY UNIFIED SCHOOL DISTRICT COVINA-VALLEY UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL ENERGY PERFORMANCE CONTRACTING SERVICES RFP NO. 15-16-105 REQUEST FOR PROPOSAL SUBMITTAL DEADLINE NOVEMBER 6, 2015 AT 11:00AM SUBMIT TO: COVINA-VALLEY

More information

Scofield Ridge Homeowners Association

Scofield Ridge Homeowners Association Scofield Ridge Homeowners Association RFP #2012-003 Subject: Entrance Monument Design & Construction Due: March 30, 2012 2:00pm CST c/o Goodwin Management, Attn.: Debra Johnson * 11149 Research Blvd.,

More information

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

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

More information

FREIGHT CHARGES AND RISK OF LOSS. Unless stated otherwise, all items are shipped F.O.B. AAP manufacturing facility.

FREIGHT CHARGES AND RISK OF LOSS. Unless stated otherwise, all items are shipped F.O.B. AAP manufacturing facility. Sales Terms and Conditions These Sales Terms and Conditions shall be the sole terms and conditions governing the sale of goods by Arconic Architectural Products LLC ( AAP ) selling Products to a purchaser

More information

RFB TITLE: N Kawai Digital Piano

RFB TITLE: N Kawai Digital Piano SOLICITATION #: RFB 90003674N REQUEST FOR BID VENDOR ( BIDDER ) NAME AND ADDRESS:, BID DUE DATE AND TIME: October 12, 2016 @ 3:00 P.M. EST. RETURN BID TO: Procurement Contracting and Payment Services (PCPS)

More information

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Posting Date: April 22, 2013 Response Deadline: May 6, 2013 10:00 a.m. Central Daylight Time (CDT) To: John Machnik,

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

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

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

BID NUMBER FROM: City of Branson Date: March 6, W. Maddux St., Suite 200 3:00 p.m., April 30, 2014

BID NUMBER FROM: City of Branson Date: March 6, W. Maddux St., Suite 200 3:00 p.m., April 30, 2014 BID NUMBER 2083-30 FROM: City of Branson Date: March 6, 2014 Purchasing Office Date and Time Returnable: 110 W. Maddux St., Suite 200 3:00 p.m., April 30, 2014 Branson, MO 65616 Buyer: David D. Rockhill,

More information

SAN BERNARDINO CITY UNIFIED SCHOOL DISTRICT PLEASE QUOTE YOUR PRICES F.O.B. OUR WAREHOUSE, SAN BERNARDINO, CALIFORNIA BID FORM

SAN 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.: 17-24 Date Emailed: March 29, 2018 BID FORM This Quotation

More information

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS

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

More information

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS REQUEST FOR PROPOSAL No. 2018-621 RESIDENTIAL CURBSIDE TEXTILE RECYCLING SERVICE The City of Conroe is seeking proposals from qualified firms

More information

CITY OF LOS ANGELES NONDISCRIMINATION EQUAL EMPLOYMENT PRACTICES AFFIRMATIVE ACTION

CITY OF LOS ANGELES NONDISCRIMINATION EQUAL EMPLOYMENT PRACTICES AFFIRMATIVE ACTION CITY OF LOS ANGELES NONDISCRIMINATION EQUAL EMPLOYMENT PRACTICES AFFIRMATIVE ACTION CONSTRUCTION & NONCONSTRUCTION CONTRACTORS (VENDORS, SUPPLIERS, CONSULTANTS) Los Angeles Administrative Code (LAAC),

More information

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

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

More information

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS The Competitive Solicitation Acknowledgement Form must be completely filled in. This may be done on line then printed or you may

More information