INVITATION FOR BID FORM May 20, 2014 BID NO. 33S-14

Size: px
Start display at page:

Download "INVITATION FOR BID FORM May 20, 2014 BID NO. 33S-14"

Transcription

1 INVITATION FOR BID FORM May 20, 2014 BID NO. 33S-14 CADDO PARISH SCHOOL BOARD PO BOX MIDWAY STREET SHREVEPORT, LA Scott Sullivan PH: BID TITLE: INSPECTION AND REPAIR OF SPRINKLER SYSTEMS SEALED BIDS WILL BE ACCEPTED UNTIL: 10:30 A.M.CST ON TUESDAY, JUNE 3, 2014 IMPORTANT: The Instructions/Provisions (01/31/05) to bidders are available for download and printing at the CPSB website: (Click on Bids and RFP s) or may be picked up from the CPSB Purchasing Department, 1961 Midway Street. If you choose to access from the CPSB website, the Instructions/Provisions will be incorporated by reference with the same force and effect as if set forth in full text. Dates Advertised: M a y 20 & 27, 2014 TO BE COMPLETED BY BIDDER: Lisa S. Lloyd, Director of Purchasing LEGAL NAME OF BIDDER: MAILING ADDRESS: CITY, STATE, ZIP CODE: TELEPHONE NO: ( ) FAX NO: ( ) BIDDER CERTIFICATION AND IDENTIFICATION: I/We certify that this bid is made without prior understanding, agreement of connection with any corporation, firm, or person submitting a bid for the same materials, supplies or equipment, and is in all respects fair and without collusion or fraud. I/We further certify that none of the principals or majority owners of the firm or business submitting this bid are at the same time connected with or employed by the Caddo Parish School Board. ASSIGNMENT: The submission of a bid under the terms of these specifications constitutes agreement to the following antitrust provision: For good cause and as consideration for executing this purchase and/or contract, I/we hereby convey, sell, assign and transfer to the Caddo Parish School Board all rights, title and interest in and to all causes of action it may now or hereafter acquire under the antitrust laws of the United States and the State of Louisiana, relating to the particular goods or services purchased or acquired by the Caddo Parish School Board. We understand that other bid forms or supplementary statements (unless required by the specifications) dealing with the price quotation will be ignored. Current literature, catalogs, pictures and a complete identification of each item bid have been included and made a part of this bid. I/We understand this bid may be rejected for failure to fully describe the products bid herein. I/WE HAVE CHECKED THIS BID FOR MATHEMATICAL AND TYPOGRAPHICAL ERRORS. AUTHORIZED SIGNATURE: NAME (PRINTED/TYPED): DATE SIGNED: TITLE: BIDDER QUALIFICATION: The form of business organization under which this bid is submitted is as follows: A CORPORATION incorporated under the laws of the State of and (is) (is not) authorized to do business in the State of Louisiana. A PARTNERSHIP. Names of Partners: AN INDIVIDUAL trading and doing business under a name and style other than his own. The Owner s Name is: BID BOND: Not required for this solicitation. CONTRACT AND PERFORMANCE BOND: Not required for this solicitation. ACKNOWLEDGEMENT OF ADDENDA RECEIVED: Addendum No. 1 Dated: Addendum No. 2 Dated: Addendum No. 3 Dated: Addendum No. 4 Dated:

2 1. PREPARING AND SUBMITTING OF BIDS INSTRUCTIONS TO BIDDERS 1.1 INSTRUCTIONS. These instructions define the conditions of the bid solicitation and the specifications of the goods or services desired. 1.2 BID PROPOSAL FORM. The bid MUST be submitted on the form furnished by the Caddo Parish School Board or submitted using the official electronic bid site. No other form or format is acceptable The BID PROPOSAL FORM defines the requirements of the items to be purchased or the work to be done. The BID PROPOSAL FORM must be signed by the bidder in the space provided. The authority of the person signing the BID PROPOSAL FORM shall be in accordance with LRS 38: ITEM SPECIFICATIONS. Specifying of a certain brand, make or manufacturer is to denote the quality, type and standard of the article desired. Articles offered must be new merchandise (unless specifically excepted) and must be of equal or superior grade USE OF BRAND NAMES IN SPECIFICATIONS. It is recognized there may be other brands that could serve the needs of the school system. However, it should be understood by the bidder that the use of brand names and numbers in the specifications is to establish standards and styles of products that have been judged to meet the need of the school system. Such use of brand names is in no way designed or intended to restrict the bidding, but contrarily, to invite bids of comparable products that would equally satisfy the requirements stated herein. It is permissible to bid another brand, make and model product for evaluation as an approved equal to the specified brand. Equivalent brands that meet the approval of CPSB will be accepted ALTERNATES. Bidders shall bid only one product per item. Bidders shall not bid a primary item bid and then also include a second, alternate product item bid. The ONE product that is closest to meeting the specifications is sufficient BIDDER S IDENTIFICATION OF PRODUCTS BID. On blank lines provided, the bidder must insert the manufacturer s brand name and identifying numbers along with any other information necessary to identify sufficiently and completely the articles offered. Failure to do so may prevent consideration of the item bid REQUIRED LITERATURE. When the bid invitation is soliciting a bid for a product (as opposed to a service), each bidder is to enclose complete descriptive information to fully identify the product quoted. This may be in the form of a catalog, manufacturer s brochure, specification sheet, cut sheet, schematic, or other brand or product information. Failure to do so may prevent consideration of the item bid. 1.3 BIDDER QUALIFICATION FORM. This appears at the end of the BID PROPOSAL FORM and MUST be completed and made a part of the bid in order to qualify the bidder. The information that follows is required BIDDER S FORM OF BUSINESS ORGANIZATION. This is required for preparation of any contract documents for successful bidders. The bidder shall show the form of organization, e.g., Corporation, Partnership, An Individual, or Other BIDDER CERTIFICATION AND IDENTIFICATION. Failure to indicate the bidder s exact legal name may rule the bid irregular. An unsigned bid is considered a no bid." 1.4 BID ENVELOPE. The bid shall be submitted in a sealed envelope with the name and number of the bid and date of opening plainly shown on the face of the envelope. The bidder is requested to use the envelope provided by CPSB for this purpose. If descriptive product literature is too large for the bid envelope 2

3 provided by CPSB, a separate envelope may be used by the bidder. The separate envelope shall be properly labeled and submitted with the bid. 1.5 PRICES. The bidder shall quote only a net unit price for each item specified. The unit of purchase will be indicated on the BID PROPOSAL FORM. Where directed to do so on the BID PROPOSAL FORM, the bidder shall extend the unit price times the quantity to obtain and show a TOTAL NET BID. Note: Some BID PROPOSAL FORMS are structured to require only a unit price and prohibit an extended total. In all cases the requirements and price configurations of the BID PROPOSAL FORM shall prevail FREIGHT. All prices bid shall include PLATFORM DELIVERY FOB DESTINATION unless otherwise indicated. Platform delivery means that the bidder shall deliver and unload the purchased items to the dock of the designated point of receipt. Title passes at the point of delivery with receipt and acceptance of all items in good order. Claims for damaged freight claims are the responsibility of the successful bidder. Shipments must be received and accepted by a designated agent of the Caddo Parish School Board. All cartage, drayage, packing, handling, palletizing, etc., shall be included in the bid price. Separate allowances for freight, shipping or handling will not be permitted DISCOUNTS. Discounts for prompt payment as may be offered on the bid or on the invoice will be accepted. These discounts will not be considered in evaluating bids for purposes of determining a low bidder unless all other factors are equal. 1.6 ASSIGNMENT. The submission of a bid under the terms of these specifications constitutes agreement to the following antitrust provision: For good cause and as consideration for executing this purchase and/or contract, I/We hereby convey, sell, assign and transfer to the State of Louisiana all rights, title and interest in and to all causes of action it may now or hereafter acquire under the antitrust laws of the United States and the State of Louisiana, relating to the particular goods or services purchased or acquired by the State of Louisiana pursuant to this purchase made by its agency, The Caddo Parish School Board. 1.7 DEBARMENT CLAUSE: Before completing the Invitation For Bid Form, please read the following information: The prospective lower tier participant certifies, by submission of his bid, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in this transaction by any Federal or State Department or agency Where the Prospective participant is unable to certify any of the statements in this document, such prospective participant shall attach an explanation to this bid response. 1.8 PLACE, DATE AND HOUR. All bids shall be submitted to the PURCHASING OFFICE, CADDO PARISH SCHOOL BOARD, 1961 MIDWAY STREET, SHREVEPORT, LA or mailed to the PURCHAS- ING OFFICE, CADDO PARISH SCHOOL BOARD, P. O. BOX 32000, SHREVEPORT, LA , or submitted through the official electronic bid website The first page of the bid invitation and the BID PROPOSAL FORM designate the name and number of the bid and the date and hour of the bid opening. Bids will be received until the stated date and time. Irrespective of the reason, bids arriving after the stated date and time will not be accepted All bids shall be either hand delivered by the bidder or his agent in which instance the deliverer shall be handed a written receipt. Bids may also be sent by registered mail or by certified mail with a return receipt requested or by regular mail IMPORTANT. The responsibility for timely presentation (delivery) of a bid rests solely with the bidder. A bid delayed beyond the stated time and date through the mail, Federal Express, UPS, or other cannot and will not be accepted. 2. BID SAMPLES 3

4 2.1 CONDITIONS FOR REQUIREMENT. Bidders shall submit samples ONLY when directed to do so as follows: With the bid or delivered to the Caddo Parish School Board Purchasing Office, no later than the hour and date of the bid opening OR By specific instructions found in the specifications or on the BID PROPOSAL FORM OR By specific notification authorized by the Purchasing Office, made within seven (7) days after bid opening date, with samples to be submitted as directed within seven (7) days after notification. 2.2 IDENTIFICATION. Each sample shall be identified with the bidder s name, bid proposal number, bid item number, product trade name and identification (catalog number, model number, etc.) and/or as otherwise indicated on the BID PROPOSAL FORM. 2.3 PAYMENT FOR SAMPLES. CPSB will not buy samples and will not assume any cost incidental thereto. 2.4 RETURN OF SAMPLES. Samples not destroyed in testing may be claimed by unsuccessful bidders for fourteen (14) days after bid award date and by successful bidders for fourteen (14) days after final payment. CPSB will not assume responsibility for samples not claimed within the time specified and will not pay for samples damaged in testing. CPSB will assume that the bidder is donating samples not claimed within the allotted time-period. CPSB will not incur any shipping charges related to the return of bidder s samples. 3. CHANGE OR WITHDRAWAL OF BIDS 3.1 CHANGE OR WITHDRAWAL PRIOR TO BID OPENING. Should any bidder desire to change or withdraw a bid prior to the scheduled opening, the bidder may do so by making such request in writing to the Purchasing Office. This communication shall be received prior to the date and hour of the bid opening. 3.2 CHANGE AFTER BID OPENING BUT PRIOR TO BID AWARD. After bids are opened, they may not be changed except to correct patently obvious mathematical errors or clerical mistakes. Verification of the correct bid actually intended shall be submitted by the bidder to the Purchasing Office prior to the final award by CPSB. 3.3 WITHDRAWAL AFTER BID OPENING BUT PRIOR TO BID AWARD. After bids are opened, a bidder may request that his bid be withdrawn for good cause. Such request must be submitted in writing to the Purchasing Office prior to the final award by CPSB. If the Purchasing Office agrees that the request is valid, the bid may be withdrawn. It shall be understood that no bid can be withdrawn after Board approval without consideration of penalties. See Section REJECTION OF BIDS. CPSB reserves the right to reject any or all bids. 5. BID AWARDS 5.1 BASIS FOR AWARDS. The recommendation for a bid award is based on an evaluation of the bids submitted, and a contract (purchase) will be awarded by CPSB to the responsible bidder with the lowest total and who has complied with all bid requirements. 5.2 AVAILABILITY OF BID INFORMATION. At a public opening within the School Board offices, bids will be read aloud and then compiled in tabular form, a copy of which will be available for examination in the Purchasing Office. The recommendation for bid award will also be available for examination. Bidders submitting a response to the solicitation, whether successful or unsuccessful, will be provided a copy of the tabulated results by mail following award by CPSB upon written request. 5.3 INCREASE OR DECREASE IN BID QUANTITY. With mutual consent of the Purchasing Office and the successful bidder, the quantity of any item(s) included in the bid solicitation may be increased by twenty 4

5 percent (20%) or decreased by ten percent (10%) without Board approval. Any greater increase or decrease shall require Board approval. 5.4 OFFICIAL AWARD DATE. Awards become official at the time bids are accepted by CPSB during their regular session. 5.5 FILING OF OBJECTION TO BID AWARD. Any objection to an award by CPSB must be filed in writing and must be received by the Purchasing Office within two (2) business days following the official award. 5.6 FILING OF OBJECTION TO SPECIFICATIONS OR BID CONDITIONS. Objections to either the bid specifications or bid conditions must be filed in writing and must be received by the Purchasing Office at least five (5) days prior to the hour and date of the bid opening. 5.7 NOTIFICATION OF AWARD. The purchase order and/or contract mailed or delivered to the successful bidder is the official authorization to deliver materials or perform the services described therein. The time allowed for delivery or performance begins with the date of bid acceptance and approval by CPSB whether or not a purchase order or contract has been issued. 5.8 LOUISIANA PREFERENCE. In accordance with LRS 38:2252, Preference is hereby given to materials, supplies and provisions, produced, manufactured or grown in Louisiana, quality being equal to articles offered by competitors outside of the state PREFERENCE BIDDERS, PLEASE NOTE: LRS 38:2251, Sections (A) and (H) detail the conditions and requirements by which preference claims may be made for materials, supplies or equipment products manufactured, processed, produced, or assembled in Louisiana. To claim preference the bidder MUST fully comply with all requirements and conditions of the law. The bidder shall do the following: (1) Identify the specific Louisiana product by bid item number on the BID PROPOSAL FORM. If not so stated on the BID PROPOSAL FORM, preference will not be given. (2) Show the full name and complete address (location) of the manufacturer, processor, producer or assembler on the BID PROPOSAL FORM. If not so stated on the BID PROPOSAL FORM, preference will not be given. (3) Agree to sell the Louisiana product at the same price as the lowest acceptable bid offered on such product provided the Louisiana product bid is within TEN percent (10%) of the lowest acceptable bid. See LRS 38:2251(H)(1)(2). 6. FAILURE TO PERFORM (For bid purchases where bid security and performance bond has not been required as a condition of the bid.) 6.1 In the event a successful bidder fails to perform (deliver) on an awarded bid and where no bid security and performance security have been required, CPSB shall declare the bidder in default. CPSB then has the option of excusing the bidder if it determines good cause exists or it may require a penalty as liquidated damages. In the event a penalty is directed, it shall be the Board s option to invoke either or both of the following: (1) Payment to CPSB in the amount equal to five percent (5%) of the unit price bid times the quantity or $100.00, whichever is larger, and/or... (2) Forfeiture of the bidder s right to transact business with CPSB for a period of one year following the date the penalty in invoked. 7. DELIVERY, BILLING AND PAYMENT 7.1 DELIVERY. Weekends and holidays excepted, deliveries shall be FOB DESTINATION, PLATFORM DELIVERED to the location shown on the BID PROPOSAL FORM unless otherwise specified. A delivery ticket, waybill, bill of lading, or copy of the invoice shall accompany each delivery. 5

6 7.1.1 DELIVERY REQUIREMENT. Complete delivery is required as soon as possible but no later than the final completion date shown on the BID PROPOSAL FORM RECEIVING, INSPECTION AND TESTING. Delivered items that do not fulfill all requirements will be rejected and refused. Rejected merchandise shall be removed and promptly replaced by the successful bidder at no cost to CPSB. Delivered items shall be received by a designated agent of CPSB. 7.2 INVOICES. Unless other arrangements are made with the Purchasing Office, invoices must be those of the successful bidder and must show the purchase order number, complete unit description, quantity, price and total All invoices shall be submitted to the attention of the ACCOUNTS PAYABLE DEPARTMENT, CADDO PARISH SCHOOL BOARD, P. O. BOX 32000, SHREVEPORT, LA If applicable, federal tax exemption certificates will be signed by the Caddo Parish School Board. The federal tax exemption number is K. 7.3 PAYMENT. Unless otherwise specified payment will be made within thirty (30) days after delivery, authorized inspection and acceptance. Payment will be made to the successful bidder unless other payment arrangements are requested and approved by the Purchasing Office. 7.4 DISCOUNTS. Discounts offered for prompt payment will be accepted, but these discounts will not be considered in evaluating bids unless all other factors are equal. 8. DETERMINATION OF BIDS 8.1 Bidders are requested to bid on any or all items specified. In some instances items having commonality may be grouped together for a single award. Failure to bid all items contained within a group will cause rejection of the item grouping. The BID PROPOSAL FORM will designate the method of award if different from an individual item basis The responsible bidder meeting specifications and having the lowest acceptable bid price (as determined by the BID PROPOSAL FORM) will be awarded the business covered therein. Each bidder is to be responsible for the accuracy of the bid, and CPSB will assume that the TOTAL NET BID for each item (or group of items) is a correct and legitimate quotation. 9. RESERVATIONS BY BOARD 9.1 Limited funds are budgeted for the purchase of these items. Should the bid price be more than anticipated, CPSB reserves the right to reduce the quantity as appropriate to remain within the budgeted allocation for the purchase. 9.2 The Caddo Parish School Board may reject any bid for failure to comply with the following: (1) Any requirement stated herein (2) Any requirement appearing on the bid proposal form, (3) Any General bid conditions (4) Any Attachment thereto which becomes a part of the bid 6

7 BID PROPOSAL FORM REQUIREMENTS 10.0 BID FORM: This proposal shall be executed and submitted in accordance with the specifications. All articles and requirements contained in the Invitation for Bid(IFB) Instructions/Provisions to bidders (01/31/05) and on the Bid Proposal Form shall remain and become a part of the contract for INSPECTION AND REPAIR OF SPRINKLER SYSTEMS. All appropriate blank spaces shall be filled in. BID MUST BE SUBMITTED ON THIS FORM AND MAILED USING THE ENVELOPE SUBMISSION FORMAT ATTACHED. WE WILL NOT ACCEPT A FAXED BID FOR THIS SOLICITATION! 11.0 TERM OF AGREEMENT. This bid and contract shall continue from DATE OF ACCEPTANCE through JUNE 30, 2015 unless otherwise terminated or extended pursuant to the stated conditions. CPSB may cancel this agreement upon failure of the successful bidder to satisfactory comply with terms hereof RENEWAL OF AGREEMENT. At the option of either party, the bid and contract may be renewed for an additional one-year period: JULY 1, 2015 through JUNE 30, Renewal requires mutual agreement in writing by both parties. All bidders shall guarantee their prices for the duration of the initial term plus any extension of the agreement TERMINATION OF AGREEMENT. CPSB may cancel this agreement upon failure of the successful bidder to satisfactorily comply with the terms hereof The evaluation of the quality of services purchased will be continuous. Particular emphasis will be given to the capability and reliability of the successful bidder to provide quality service CPSB s schools in a timely and efficient manner In the event CPSB comes to believe the successful bidder is not providing services and performing in a manner required by these specifications, CPSB will place the successful bidder on notice to provide better quality services or else forfeit the contract Should the successful bidder not correct the stated problem areas and continue to be deficient in service requirements, CPSB will notify the bidder in writing of its intent to cancel the agreement and discontinue its purchases. NOTE: SMOKING IS PROHIBITED ON CADDO PARISH SCHOOL BOARD PROPERTY WORKMANSHIP: All skilled labor shall be performed in the best and most workmanlike manner by factory trained inspectors skilled in the trade, thus producing results of the first class only. CPSB must be satisfied with the inspector s credentials prior to beginning work INSURANCE: 15.1 All insurance shall be placed in a company admitted to do business in the State of Louisiana and having atleast an "A:6" or better rating according to the latest A. M. Best Report. It shall be the responsibility of the Contractor to provide evidence of compliance with this requirement at the time the contract is executed Workman's Compensation. As required by the State of Louisiana Contractor's Liability Insurance General Liability Limits: Bodily Injury $500,000 per occurrence Property Damage $100,000 per occurrence $500,000 aggregate 7

8 Coverage to Include: Premises/Operations Products/Completed Operations - (To be provided from contract award date until one year after acceptance by Owner). Independent Contractors Contractual Personal Injury Blasting, Collapse, or Underground (XCU) Exposures (where applicable) Broad Form General Liability Endorsement (or equivalent thereof) Automobile Liability Limits: Bodily Injury $250,000 per person $500,000 per occurrence Property Damage $100,000 per occurrence Alternative: $500,000 Combined Single Limit Employer's Liability Limits: $100, Umbrella Liability Limits: $1,000, Property Insurance. Builders risk insurance will be the responsibility of the successful bidder Certificates of the above listed policies shall be filed with the Caddo Parish School Board and CPSB shall be given ten (10) days notice prior to cancellation, material revision, or intention not to renew BID AWARDS 16.1 The recommendation for a bid award is based on an evaluation of the bids submitted, and a contract (purchase) will be awarded by Caddo Parish School Board to the responsible bidder with the lowest total and who has complied with all bid requirements INCREASE OR DECREASE IN BID QUANTITY. The quantity of any item(s) included in the bid solicitation may be increased by twenty percent (20%) or decreased by ten percent (10%) SPECIFICATIONS AND SCOPE OF WORK FOR INSPECTION OF SPRINKLER SYSTEMS: 18.1 Please submit a bid for the inspection of the Automatic Fire Sprinkler Systems for Caddo Parish Schools. Provide a separate line item for each system, (see bid proposal form). Upon inspection of each system, successful bidder shall verify the type of system as specified by Caddo Parish School Board. It is estimated that there are (213) two-hundred thirteen systems in the Caddo Parish School Board SCOPE OF WORK: Inspect the Fire Sprinkler System as per N.F.F.A. 25 and the State Fire Marshall s Office Tag and seal system upon completion of each inspection and promptly inform Caddo Parish School Board of any replacements, additions or repairs that may be required. Provide Caddo Parish School Board with quotation for each of these deficiencies Provide a copy of the report to Mr., Gary Brewer Supervisor of Maintenance, Pat Bird, Compliance Coordinator, and Tommy Cole Electrical Supervisor DETERMINATION OF BID. This bid will be awarded by item to the responsible bidder with the lowest acceptable TOTAL NET BID of unit prices for all of the sprinkler systems. The bidder with the lowest total net bid will be awarded the business covered therein. Each bidder shall be responsible for the accuracy of all unit prices. Failure to bid on all sprinkler systems will be cause for bid rejection. 8

9 19.0 SPECIFICATIONS AND SCOPE OF WORK FOR REPAIR OF SPRINKLER SYSTEMS: 19.1 Please submit a bid for the labor and materials to repair automatic fire sprinkler systems. The systems will be tagged red or yellow by the company that has our sprinkler inspection bid. At that time a copy of the inspection report will be sent to the successful bidder for repair SCOPE OF WORK: Upon completion of work, bidder shall contact Pat Bird, Compliance Coordinator, for a re-inspection of system. A copy of the work showing amount of hours plus materials involved shall be ed to Ms. Bird at pbird@caddo.k12.la.us. If company requires an assistant helper his cost per hour will be absorbed in mechanical hourly cost for repairs DETERMINATION OF BID. There is no way to determine the amount of hours or cost of materials to complete the repair to the system. Therefore this bid is based on the labor cost per hour only. 9

10 CADDO PARISH SCHOOL BOARD SHREVEPORT, LA BID PROPOSAL FORM BID FORM: This proposal shall be executed and submitted in accordance with the specifications, and all articles and requirements contained herein shall remain and become a part of the contract for this service. All appropriate blank spaces shall be filled in. BID MUST BE SUBMITTED ON THIS FORM. Inspection of System ITEM # Quantity Item Description Unit Price TOTAL NET BID DRY PIPE SPRINKLER SYSTEM 19 WET PIPE SPRINKLER SYSTEM 176 DOMESTIC WET PIPE SPRIN- KLER SYSTEM DRY STAND PIPE SYSTEM WET STAND PIPE SYSTEM FIRE PUMP RANGE HOOD PAINT BOOTH EA REINSPECTION TOTAL NET BID $ Repair of System LABOR COST ONLY PER HOUR $ 10

11 School PIPE SPKLR SYS PIPE SPRIN- KLER SYSTEM DOMESTIC PIPE SPKLR. SYSTEM STAND- PIPE SYSTEM STAND- PIPE SYSTEM FIRE PUMP SYSTEM RANGE HOOD PAINT BOOTH "DRY" "WET" "WET" "DRY" "WET" Alexander 2 Arthur Circle 2 Atkins 1 Barret 4 Bethune 3 Donnie Bickham Blanchard 2 Broadmoor 2 Byrd Caddo Career Center Caddo Magnet High Caddo Middle Magnet Captain Shreve 6 Cherokee Park 1 Claiborne 3 J.S. Clark 5 Creswell 2 Eden Gardens Elem 1 Eighty-First Street 2 Fair Park Forest Hill 3 Green Oaks 2 Hamilton Terrace 3 Herndon 6 Caddo Middle Career 1 Hillsdale 1 Huntington 3 8 Judson Keithville 1 2 Lakeshore Linear 2 Linwood 5 1 Midway 1 Mooretown 3 Mooringsport 3 North Highlands 3 Northside 1 Northwood 1 Oak Park 3 Oil city 3 Pine Grove 2 Queensborough 3 Ridgewood 2 Riverside 3 Shreve Island 2 Newton Smith 1 11

12 Southern Hills 5 South Highlands 1 3 Southwood 1 A.C. Steer 2 Summerfield 2 Summer Grove 4 Sunset Acres 3 Timmons 2 Turner 1 2 University 3 Vivian 1 3 B. T. Washington Werner Park 4 West Shreveport 1 Westwood 1 Woodlawn 3 Youree Drive 5 Central Office 1 Teacher's Resources 2 Warehouse 3 1 TOTALS GRAND TOTAL 12

13 FROM: BID NUMBER: BID TITLE: OPENING DATE: SEND TO: CADDO PARISH SCHOOL BOARD Purchasing Department 1961 Midway Street P.O. Box Shreveport, LA Attn Bidders: Use this print format on the outside of your envelope when responding to any formal bids or RFP s. We do not accept fax or electronic bid responses for any formal bids or RFP s except through the official electronic bid site Bid Express. 13

14 14

INVITATION FOR BID FORM October 26, 2017 BID NO. 08B-18

INVITATION FOR BID FORM October 26, 2017 BID NO. 08B-18 INVITATION FOR BID FORM October 26, 2017 CADDO PARISH SCHOOL BOARD Lisa S. Lloyd, CPPB PO BOX 32000 PH: 318-603-6481 1961 MIDWAY STREET SHREVEPORT, LA 71130-2000 lslloyd@caddoschools.org BID TITLE: SCHOOL

More information

INVITATION FOR BID FORM May 8, 2018 BID NO. 01C-19

INVITATION FOR BID FORM May 8, 2018 BID NO. 01C-19 INVITATION FOR BID FORM May 8, 2018 BID NO. 01C-19 CADDO PARISH SCHOOL BOARD Shari Foreman PO BOX 32000 Senior Buyer 1961 MIDWAY STREET PH: 318.603.6482 SHREVEPORT, LA 71130-2000 saforeman@caddoschools.org

More information

INVITATION FOR BID FORM December 4, 2018 BID NO. 12T-19

INVITATION FOR BID FORM December 4, 2018 BID NO. 12T-19 INVITATION FOR BID FORM December 4, 2018 BID NO. 12T-19 CADDO PARISH SCHOOL BOARD Shari Foreman PO BOX 32000 Senior Buyer 1961 MIDWAY STREET PH: 318.603.6482 SHREVEPORT, LA 71130-2000 saforeman@caddoschools.org

More information

BID TITLE: MARKER BOARDS AND BULLETIN BOARDS

BID TITLE: MARKER BOARDS AND BULLETIN BOARDS INVITATION FOR BID April 11, 2017 BID NO. 18M-17 CADDO PARISH SCHOOL BOARD Shari Foreman PO BOX 32000 Senior Buyer 1961 MIDWAY STREET PH: 318-603-6482 SHREVEPORT, LA 71130-2000 saforeman@caddoschools.org

More information

BID TITLE: STUDENT BACKPACKS & SUPPLIES

BID TITLE: STUDENT BACKPACKS & SUPPLIES INVITATION FOR BID November 1, 2018 BID NO. 10S-19 CADDO PARISH SCHOOL BOARD Shari Foreman PO BOX 32000 Senior Buyer 1961 MIDWAY STREET PH: 318-603-6482 SHREVEPORT, LA 71130-2000 saforeman@caddoschools.org

More information

INVITATION FOR BID March 1, 2018 BID NO. 15M-18

INVITATION FOR BID March 1, 2018 BID NO. 15M-18 INVITATION FOR BID March 1, 2018 BID NO. 15M-18 CADDO PARISH SCHOOL BOARD Shari Foreman PO BOX 32000 Senior Buyer 1961 MIDWAY STREET PH: 318.603.6482 SHREVEPORT, LA 71130-2000 saforeman@caddoschools.org

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

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

LIVINGSTON PARISH PUBLIC SCHOOLS INVITATION TO BID

LIVINGSTON PARISH PUBLIC SCHOOLS INVITATION TO BID LIVINGSTON PARISH PUBLIC SCHOOLS INVITATION TO BID FOR Band Storage for the 2018 School Year at Denham Springs High School, Denham Springs Junior High School, and Live Oak Junior High School Sealed Bid

More information

City of New Rochelle New York

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

More information

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

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

More information

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

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

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

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

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS Sealed bids will be received in the Jefferson Parish Sheriff s Purchasing Department,

More information

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

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

More information

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

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

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

More information

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

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

More information

ADVERTISEMENT FOR BID

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

More information

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following: THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.

More information

PURCHASING DEPARTMENT

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

More information

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

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

More information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Central Office

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Central Office Contract Number: ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION 03-3-766H Bid Opening Date: January 30, 2003 Time: 1:00 p.m. BID OPENING LOCATION:

More information

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax # City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax # 651-674-7546 Sealed Request for Proposals, plainly marked RFP # 12-2 Road Grading Services City

More information

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

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

More information

REQUEST FOR QUALIFICATIONS & PROPOSALS. Julie Wilkie Assistant City Manager:

REQUEST FOR QUALIFICATIONS & PROPOSALS. Julie Wilkie Assistant City Manager: REQUEST FOR QUALIFICATIONS & PROPOSALS PROJECT NAME: Continuing Professional Engineering Services DESCRIPTION: DATE ISSUED: 8/22/2018 The City of Greenwood is soliciting proposals from professional engineering

More information

1050 South Foster Drive, Baton Rouge, LA P.O. Box 2950, Baton Rouge, LA Phone (225) Fax (225)

1050 South Foster Drive, Baton Rouge, LA P.O. Box 2950, Baton Rouge, LA Phone (225) Fax (225) 1050 South Foster Drive, Baton Rouge, LA 70806 P.O. Box 2950, Baton Rouge, LA 70821-2950 Phone (225) 922-5650 Fax (225) 928-4392 Request for Proposal (RFP) RFP Number: 25-14, Professional Auditing Services

More information

Core Technology Services Division PO Box Grand Forks, ND

Core Technology Services Division PO Box Grand Forks, ND Division PO Box 13597 Bid Number: CTSIFB-15-01 Date Issued: January 27, 2015 Bid Title: Google Search Appliance Procurement Officer: Jerry Rostad Deadline for Questions: February 3, 2015 Telephone: 701-239-6668

More information

INVITATION TO BID BID NO WEIGHT ROOM EQUIPMENT FOR TROY SCHOOL DISTRICT

INVITATION TO BID BID NO WEIGHT ROOM EQUIPMENT FOR TROY SCHOOL DISTRICT INVITATION TO BID BID NO. 9844 WEIGHT ROOM EQUIPMENT FOR TROY SCHOOL DISTRICT The Troy School District will receive firm, sealed bids for furnishing, delivering and installing new Weight Room Equipment

More information

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION QUOTATION ACCEPTED ON F.O.B. DELIVERED BASIS ONLY PURCHASING DEPARTMENT P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 REQUEST FOR QUOTATION TERMS: NET 30 DAYS BID NUMBER 995100-2011 ROOFING DATED

More information

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

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

More information

City of 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

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

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

MANDATORY GENERAL TERMS AND CONDITIONS

MANDATORY GENERAL TERMS AND CONDITIONS MANDATORY GENERAL TERMS AND CONDITIONS A. PURCHASING M AN U AL / G O V E R NING R U LES: This s o l i c i t a t i o n and any resulting contract is s u b j e c t to the provisions of the Commonwealth of

More information

BID ON LIQUID ZINC ORTHOPHOSPHATE & LIQUID POLYPHOSPHATE

BID ON LIQUID ZINC ORTHOPHOSPHATE & LIQUID POLYPHOSPHATE Book No. BID ON LIQUID ZINC ORTHOPHOSPHATE & LIQUID POLYPHOSPHATE SUBMITTED BY: City of Oneida 109 North Main Street Oneida NY 13421 TABLE OF CONTENTS PAGE ADVERTISEMENT - INVITATION TO BID A - 1 INSTRUCTIONS

More information

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September

More information

INSTRUCTIONS TO BIDDERS

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

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

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

BID DOCUMENTS FOR. WTP VFD Replacement Bid

BID DOCUMENTS FOR. WTP VFD Replacement Bid BID DOCUMENTS FOR WTP VFD Replacement Bid CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 September 18, 2018 NOTICE TO BIDDERS WTP VFD REPLACEMENT BID FOR THE CITY OF OWOSSO, MICHIGAN Sealed proposals

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

Invitation to Bid BOE. Diesel Exhaust Fluid

Invitation to Bid BOE. Diesel Exhaust Fluid Invitation to Bid 20170811-02-BOE Diesel Exhaust Fluid Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN

More information

City of New Rochelle New York

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

More information

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

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

More information

NIAGARA FALLS WATER BOARD

NIAGARA FALLS WATER BOARD NIAGARA FALLS WATER BOARD REQUEST FOR BIDS BID #W01-11 Bids on items as specified herein will be accepted at City Hall until 11:00 A.M., and opened at 11:00 A.M. on March 7, 2011. Bidders must state when

More information

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 11135

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 11135 REQUEST FOR QUOTE # 11135 RFQ # 11135 Quotation Due By: 08/08/2012 10:00 AM CT REPLY TO: MK Monica Fowler PURCHASING DEPARTMENT 226 W DWAIN WILLIS AVE TO: PROVIDE COMPANY NAME, ADDRESS, E-MAIL PO BOX 409

More information

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building City of Forest Park Request for Proposals Automatic Fire Sprinkler System - Community Building Mandatory Pre-Bid Conference March 4, 2014 at 1:30 pm Bid Deadline March 14, 2014 at 2:00 pm Purpose: The

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Tracy Yogman Commissioner Mark Zulli Michael Lewis Deputy Commissioners City

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

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

CONTRACT DOCUMENTS and SPECIFICATIONS for Union County. Supplying and Delivering Precast Concrete Box Culverts

CONTRACT DOCUMENTS and SPECIFICATIONS for Union County. Supplying and Delivering Precast Concrete Box Culverts CONTRACT DOCUMENTS and SPECIFICATIONS for Union County Supplying and Delivering Precast Concrete Box Culverts PREPARED BY THE OFFICE OF: Jeff Stauch, P.E., P.S. Union County Engineer 233 W. Sixth St. Marysville,

More information

Installation of a Sliding Gate and Chain Link Fencing at the Harts Pond Pump Station in Berlin, CT for the New Britain Water Department

Installation of a Sliding Gate and Chain Link Fencing at the Harts Pond Pump Station in Berlin, CT for the New Britain Water Department Form Pur. 1 REQUEST FOR QUOTATION Bid No. 3547 Bid No. 3547 BIDS TO BE SUBMITTED TO: DEPARTMENT OF PURCHASES Issued: April 28, 2010 Date Submitted 27 WEST MAIN STREET, ROOM 401 NEW BRITAIN, CT 06051 Delivery:

More information

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16. Tennessee Technological University Date: 10/25/2016 Purchasing Office Contact: Emily Vaughn P. O. Box 5144, 1 William L. Jones Dr., Ste. 301 Phone: 931-372-3566 Cookeville, TN 38505-0001 Email: evaughn@tntech.edu

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

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

Request For Proposal (RFP) for

Request For Proposal (RFP) for Charter Township of Canton Request For Proposal (RFP) for DIGITAL MEDIA AND AUDIO VISUAL SERVICES Contact: Dave Harris Phone: 734 394-5274 E-mail: dave.harris@canton-mi.org Date Issued: 5/24/2018 Due Date

More information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 25, 2016 TO: RE: Prospective Proposers Request for Quotation (RFQ) Schedules & Maps Layout and Updates The Greater Dayton

More information

REQUEST FOR QUOTE # 16471

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

More information

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services ADVERTISEMENT FOR BIDS Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services until 11:00 a.m. on Thursday, December 11, 2015, at City Hall, One Municipal Plaza,

More information

TOWN OF LINCOLN GENERAL SPECIFICATIONS

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

More information

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building City of Forest Park Request for Proposals s 5977 Lake Dr. Community Building Mandatory Pre-Proposal Conference May 12, 2014 at 10:00 am Bid Deadline May 19, 2014 at 2:00 pm Purpose: The City of Forest

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. (12007) Self-Contained Breathing Apparatus (SCBA) (Per Attached Specifications) Bid Release: (July 13, 2011) Bid Questions Deadline: (July 22, 2011 at 10:00

More information

INSTRUCTIONS TO BIDDERS

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

More information

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309) CITY OF GALESBURG PURCHASING 55 W Tompkins St Galesburg, IL 61401 Phone: (309) 345-3678 INVITATION FOR BIDS For the purchase of new cylinders for self contained breathing apparatus (SCBA s) for the Galesburg

More information

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

SMALL ORDERS TERMS AND CONDITIONS - BLANKET 1. COMPLIANCE WITH LAWS Contractor must observe and comply with all applicable federal, state, county and municipal laws, statutes, regulations, codes, ordinances and executive orders, in effect now or

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

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

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

More information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment &

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment & Contract Number: ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION H-13-148R Bid Opening Date: March 27, 2013 Time: 11:00 a.m. BID OPENING LOCATION:

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

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. (15036) (CGC Golf Cart Batteries) Bid Release: (1-28-2015) Bid Questions Deadline: Bid Due Date: (2-05-2015) @ 10:00 am (2-11-2015) @ 3:00 pm Postal Return

More information

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent 6550 Walden Rd., Beaumont, Texas 77707 Phone: 409-842-1818 Fax: 409-842-2729 Legal Notice Advertisement

More information

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305) Visit our website for business opportunities at: www.miamigov.com/procurement PURCHASE ORDER/RELEASE NUMBER 14537 Show this number on all packages, invoices, and shipping papers. Page No. City of Miami

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

BID DOCUMENTS FOR ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT

BID DOCUMENTS FOR ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT BID DOCUMENTS FOR 2016-2017 ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 May 16, 2016 NOTICE TO BIDDERS 2016-2017 ACCU-TAB SL CAL HYPO

More information

Please include a business card with updated contact information in the packet.

Please include a business card with updated contact information in the packet. August 24, 2018 To Whom It May Concern: is requesting sealed bid proposals for BID# 19-001 DC3 Carl Perkins Grant Purchase Computers for Technical Center Computer Lab. If you have questions please see

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2065 515 North Avenue New Rochelle, NY 10801 Mark Zulu Commissioner City of New Rochelle New York REQUEST FOR BID To: All Prospective Bidders BID SPEC No. 5260 For:

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL RFP No. 12063 PAVEMENT MARKING ANNUAL ON-CALL CONTRACT Proposal Release: May 31, 2012 Proposal Questions Deadline: June 8, 2012 Proposal Due Date: June 14, 2012

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

AIA Document A701 TM 1997

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

More information

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

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Page 1 of 5 Bid No.: Date Released: September 25, 2017 SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Bid subject to the Standard Terms and Conditions provided. Bid must be received by: Date/Time:

More information

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

TOWN OF CUMBERLAND, RI BID #

TOWN OF CUMBERLAND, RI BID # TOWN OF CUMBERLAND, RI BID # 2014-0710-06 The Town of Cumberland is seeking competitive bid proposals for SITE CONSTRUCTION DESIGN AND CONSTRUCTION SUPERVISION FOR RENOVATING VALLEY FALLS VETERANS MEMORIAL

More information

Erie County Water Authority

Erie County Water Authority Erie County Water Authority 3030 Union Road Cheektowaga, New York 14227-1097 716-684-1510 FAX 716-684-3937 INVITATION TO BID Bids, as stated below, will be received and publicly opened by the Secretary

More information

BID NO be obtained. must be Rankin. no later. subsequently. addressed or. part; to. make awards. District, Troy, MI 48083

BID NO be obtained. must be Rankin. no later. subsequently. addressed or. part; to. make awards. District, Troy, MI 48083 INVITATION TO BID BID NO. 9827 AQUATIC SPORTS TIMING EQUIPMENT AND INSTALLATION TROY HIGH SCHOOL TROY SCHOOL DISTRICT The Troy School District will receive firm, sealed bids for furnishing, delivering

More information

TABLE OF CONTENTS LIQUID ALUM WATER POLLUTION CONTROL PLANT CONTRACT NO ENVIRONMENTAL SERVICES DEPARTMENT CITY HALL

TABLE OF CONTENTS LIQUID ALUM WATER POLLUTION CONTROL PLANT CONTRACT NO ENVIRONMENTAL SERVICES DEPARTMENT CITY HALL TABLE OF CONTENTS LIQUID ALUM WATER POLLUTION CONTROL PLANT CONTRACT NO. 2018-01 ENVIRONMENTAL SERVICES DEPARTMENT CITY HALL PLATTSBURGH, NEW YORK 12901 (518-563-7731) JONATHAN P. RUFF ENVIRONMENTAL MANAGER

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

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES Cecil County Government Purchasing Department Bid #13-13 SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE

More information

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 a REPLACEMENT STEPS FOR WILLIAM CHRISMAN RFP# 2019-PUR-038 PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019 Please mark your sealed envelope RFP #2019-PUR-038 Proposal and deliver

More information

Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES

Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES Request for Proposals RFP#8-012 FLEET MANAGEMENT SERVICES Prepared by: Ken Crawford DUE: April 17, 2018 2:00 PM Mountain Time Ogden City School District Purchasing Department Room #210 1950 Monroe Blvd.

More information

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

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

More information

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016 Charter Township of Canton Invitation To Bid for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016 Contact: Jason Lombardo Phone: 734 394-5473 E-mail: Jason.lombardo@canton-mi.org Date Issued: 09/29/2016

More information

Quotations for Small Purchase (QSP) Wilkinson Terrace Real Estate Appraisal Services CONDITIONS TO QUOTE - NONCONSTRUCTION

Quotations for Small Purchase (QSP) Wilkinson Terrace Real Estate Appraisal Services CONDITIONS TO QUOTE - NONCONSTRUCTION CONDITIONS TO QUOTE - NONCONSTRUCTION PROCEDURE: Quoters must submit proposed pricing where provided on the last page of this form only! The Agency will accept the proposed pricing by in-person delivery

More information

Professional Services and Bidding Construction Projects BILL NO. SPONSORED BY COUNCILMAN

Professional Services and Bidding Construction Projects BILL NO. SPONSORED BY COUNCILMAN Professional Services and Bidding Construction Projects BILL NO. SPONSORED BY COUNCILMAN ORDINANCE NO. AN ORDINANCE OF THE CITY OF, MISSOURI, ESTABLISHING POLICIES AND PROCEDURES FOR SELECTING PROFESSIONAL

More information

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019

PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019 REPLACEMENT OF INTERIOR AND EXTERIOR DOORS AT KORTE ELEMENTARY SCHOOL RFP# 2019-PUR-006 PROPOSALS MUST BE RECEIVED BY: 1:30 PM (CST) ON TUESDAY, FEBRUARY 26, 2019 Please mark your sealed envelope RFP #2019-PUR-006

More information

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID BID DOCUMENTS FOR 2018-2019 SAND, GRAVEL & LIMESTONE BID CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 June 11, 2018 NOTICE TO BIDDERS 2018-2019 SAND, GRAVEL & LIMESTONE BID FOR THE CITY OF

More information

ONONDAGA COUNTY WATER AUTHORITY PURCHASING POLICY

ONONDAGA COUNTY WATER AUTHORITY PURCHASING POLICY ONONDAGA COUNTY WATER AUTHORITY PURCHASING POLICY I. INTRODUCTION The Onondaga County Water Authority ( OCWA ) was created as a public benefit corporation, pursuant to Public Authorities Law Article 5,

More information