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

Size: px
Start display at page:

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

Transcription

1 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.: Date ed: September 7, 2017 before: BID FORM This Quotation must be delivered 11:00 a.m. September 21, 2017 Submit Bid to Purchasing Agent 777 North F Street, San Bernardino, California The Board of Education of the San Bernardino City Unified School District will receive sealed bids on Plumbing Supplies and Materials Bid No , on or before 11:00 a.m., September 21, Bid proposals will be received at the Board of Education BID BOX, located in the main Foyer at SAN BERNARDINO CITY UNIFIED SCHOOL DISTRICT, 777 North F Street, San Bernardino, CA 92410, and shall be opened at the above stated time and place. All proposals must be clearly marked on the outside of a sealed envelope with the Vendor s company name and the Bid Number. It is the Vendor s sole responsibility to ensure that its proposal is received at the correct location and by the time of opening. No vendor may withdraw its proposal for a period of 60 days after the date set for the opening. Lenore McCall Lenore McCall Buyer Purchasing Services Debra Love Debra Love Director of Purchasing Purchasing Services TABLE OF CONTENTS Page Nos. Notice Inviting Bids 2 General Bid Instructions and Conditions 3-8 Additional Pricing Information 9-13 Bid Sheets 14 Non-Collusion Affidavit 15 Vendors Application 16 Equal Opportunity Certification 17 Debarment Certification 18 Vendor Tax Information (W-9 Form) 19

2 Page 2 of 19 NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that sealed bids will be received in the Board of Education BID BOX located in the main Foyer at SAN BERNARDINO CITY UNIFIED SCHOOL DISTRICT, 777 North F Street, San Bernardino, CA 92410, on or before September 21, 2017 at 11:00 A.M. for: Bid No , Plumbing Supplies and Materials Bid forms on which the bid must be presented, specifications, terms, conditions, and instructions required for bidding may be secured at above department or downloaded from the District website at Bids will be received at the BID BOX, SAN BERNARDINO CITY UNIFIED SCHOOL DISTRICT, 777 North F Street, San Bernardino, California, 92410, and shall be opened at the above stated time and place. All bids must be clearly marked on the outside of the envelope with the bidder s company name and the Bid Number It is the bidder s sole responsibility to ensure that their bid is received in the bid box on time. No bidder may withdraw their bid for a period of sixty (60) days after the date set for the opening of bids. The District may award any, all, or none of this bid. Purchase is contingent upon availability of funds. Local and minority bidders are specifically encouraged to submit bids. Publication dates are: September 7, 2017 and September 14, 2017 Bid Opening: September 21, 2017 at 11:00 a.m. SAN BERNARDINO CITY UNIFIED SCHOOL DISTRICT By: Lenore McCall, Buyer, Purchasing Services San Bernardino City Unified School District, San Bernardino, CA (909)

3 Page 3 of SUBMITTING BIDS: Each bid must be received in the Board of Education Bid Box located in the main Foyer at San Bernardino City Unified School District, 777 North F Street, San Bernardino, California, by the time prescribed on the face of the bid form. Only bids submitted on the District bid forms shall be accepted. All attachments to the proposal shall include the bidder s company name. All bids shall be signed with the firm name and by a responsible officer or employee. Each bid shall be in a sealed envelope bearing the bid number, the date and hour specified for public opening. It is the bidder s sole responsibility to see that their bid is received by the date and time specified and in the Bid Box located at the Board of Education Building Lobby, 777 N. F Street, San Bernardino, CA The bid proposal must be signed by a person duly authorized to bind the bidder to the bid. By signing, the authorized person is agreeing to all terms, conditions, instructions, specifications and requirements of this bid document, including all amendments and attachments. 2. BID RESPONSE DEADLINE: The bid must be received on or before the time indicated in the Notice Inviting Bids. Bids delivered or received after the opening date and time will not be accepted. Bids submitted after the deadline will be returned unopened and the bidder will be disqualified. Bids received by mail after the opening date and time will be returned to the bidder. Faxed or ed bids will not be accepted. After Bid opening and during the evaluation period, the District will not release any information on the bids received. 3. CORRECTIONS: All prices and notations shall be typewritten or in ink. No erasures will be permitted. Mistakes may be crossed out and corrections made adjacent and shall be initialed in ink by person signing bid. Verify your bids before submission. 4. BID MODIFICATIONS/QUALIFICATIONS BY BIDDER: The full and complete bid response requirement shall remain constant regardless of any other products and services, or approach to the solution the bidder may offer in the bid response. A bid response to any specific item of this bid with terms such as negotiable, will negotiate or similar, may be considered non-responsive to that specific item. Partial responses, changes to, additions, deletions, or exceptions to this bid by the bidder, which are not specifically called for in the bid documents, may result in the District s rejection of the bid. 5. ACCEPTANCE: Bid on each item separately. Prices shall be stated in units specified. The Board will not be responsible for errors in extensions. The right is reserved to reject any and all bids or portions of bids; to waive any irregularities or informalities in any bid or in the bidding; and to accept or reject any items in the bid. Vendors are to bid only one piece of equipment per line and one price per line, multiple equipment and pricing offers will not be accepted. One bid per vendor, multiple bids will not be accepted. Only one price per equipment and one item may be quoted per line item. The District will not accept multiple bids, equipment offers or pricing structure per line number. 6. TIE BIDS: In the event that there are two or more identical lowest or highest bids, as the case may be, submitted to the District, a decision will be made in accordance with Public Contract Code FAILURE TO PROVIDE REQUESTED INFORMATION: Failure of a bidder to provide any required documentation or information requested in this package may result in the rejection of their bid. 8. BID EVALUATION CLARIFICATION: The District reserves the right to obtain clarification of any point in a bidder s submittal or to obtain additional information. The District reserves the right to conduct on District

4 Page 4 of 19 site, telephone or , conversations with the bidders to clarify bid proposals and other documents, ask questions or obtain additional information. The bidder s inability to respond to this request may be cause for disqualification of their bid. 9. SUBSTITUTIONS: Use of patent or proprietary names or the names of manufacturers in these specifications shall be deemed to be used for the purpose of facilitating a description and shall be deemed to be followed by the words or unless the bid specifically requires no substitutions. The bidder may offer any materials or products which shall be substantially to that so indicated or specifically provided; however, the bidder shall furnish samples and/or full descriptive information covering the product bid on, properly marked, showing item number and page number on each sample, or description, before closing time of bid. Bidder shall provide a comparative analysis for each item being offered as an. 10. QUALITY: All workmanship, materials, and articles incorporated in the items covered by this specification shall be of the best available grade of their respective kinds of the purpose for which the items are to be used. All equipment shall be new unless otherwise specified. 11. BONDS: No bidder s bond or certified check is required, unless directed in the supplemental bid conditions. 12. DEFECTS AND COMPLIANCE: Bidders shall guarantee all items purchased under this bid to be in compliance with the bid specifications and shall be free of defects. Should any problems arise due to defective material(s) or faulty workmanship, or if the product is not in compliance with bid specifications and requirements, the vendor shall replace the product at no charge, including labor, material and transportation costs, to the complete satisfaction of the District. If the vendor is unable to meet the District requirements, the District reserves the right to receive a full refund check from the vendor for the unsatisfactory merchandise, including all labor, materials and transportation costs. Repeated failure to provide product on time and/or product(s) which do not meet the specifications, will constitute grounds for termination of the contract. If determined by the District, after a written warning to the successful bidder and a reoccurrence of the same failure, the contract may be terminated. If so, a letter of cancellation shall be mailed by the Purchasing Department to the vendor. At the time of termination, payment of invoices for products and/or services already received and approved in accordance with bid documents shall be the responsibility of the District. The District shall not be responsible for any loss of profits resulting from cancellation of a portion of any order at the time of termination. The rights and remedies of the District provided above shall not be exclusive and are in addition to any other rights and remedies provided by law. Unless a prior written agreement has been reached with the District, failure to comply with the promised delivery schedule or failure to provide an acceptable product, releases the District from all obligations. In addition, the vendor will be responsible for the cost difference of purchasing items from the next lowest responsible bidder meeting all District specifications and conditions. If next lowest responsible bidder is unable to supply the items, the District reserves the right to purchase the items from another source and bill the difference from any unpaid balance owed the original awarded bidder. 13. PATENT INFRINGEMENTS: The successful bidder shall hold the San Bernardino City Unified School District, its officers, agents, servants and employees, harmless from liability of any nature or kind on

5 Page 5 of 19 account of use of any copyrighted or uncopyrighted composition, secret process, patented invention, article, or appliance, furnished or used, under this bid. 14. DELIVERY: It is understood that the bidder agrees to deliver prepaid all items on which bids are accepted to the address indicated on the bid form. All costs for delivery, equipment, transportation fuel, mileage, drayage, freight, etc. or the packing of said articles are to be borne by the bidder. 15. SALES TAX AND ENVIRONMENTAL FEES: (A) Do not include California State Sales Tax in bid. Said tax will be added to invoice and paid by the District. (B) Do not include Federal Excise Tax or Use Tax in the bid. The District is not subject to same. (C) Do not include an environmental recycling fee for monitors, said fee will be added to invoice and paid by the District. 16. DISCOUNT: Cash discount when stated on bid shall be allowed on all payments that are processed by the District with reasonable promptness after acceptance of material and receipt of vendor s invoice. Cash discount for a period of less than thirty (30) days will not be considered in determining low bidder. 17. NON-BIDDERS: If bid is not made, please notify the District if you wish to remain on the mailing list. 18. INTERPRETATIONS OF BID DOCUMENTS: All interpretations of the bid conditions and/or specifications shall be made only by written addendum. The District shall not be responsible for any other explanation or interpretation of the bid document. 19. LEGAL REQUIREMENTS: All bidders are required to comply with and be bound by all applicable provisions of law whether or not referred to herein. 20. AWARD OF BID: Award will be made to the lowest responsive/responsible bidder(s) meeting District specifications and requirements. This bid implies no obligation to buy. The District reserves the right to refrain the award of this bid. The District reserves the right to award to one, or to multiple vendors, and may award any, all or none of this bid. In addition, the District may award all of the bid and refrain from entering into an agreement or placing orders for any or all of the items awarded. THERE SHALL BE NO MINIMUM OR MAXIMUM CONTRACT OR PURCHASE ORDER QUANTITIES. The award is subject to acceptance by the District s Board of Education. The District reserves the right to reject all bids and not award a contract. If there is a discrepancy between the unit price bid and the extended price, unit prices shall prevail. 21. REJECTION OF BIDS: The District reserves the right to accept or reject any or all bids or portions of bids, to waive any irregularities or informalities in any bid or in the bidding. 22. COMMUNICATION OF AWARD: Bid awards made by the Board of Education shall not become binding upon the District until communication in writing to the successful bidder. 23. SAFETY REGULATIONS: All equipment and supplies furnished, and/or all work performed, shall meet all applicable safety regulations of the Division of Occupational Safety and Health of the State of California and Health Codes of the State of California. 24. AFFIRMATIVE ACTION: The bidder shall certify that he is an Equal Opportunity Employer and has made a good faith effort to improve minority employment and agrees to meet federal and state guidelines. No discrimination shall be made in the employment of persons upon public works in this project because of the sex, race, color, national origin or ancestry, religion, or handicap of such personnel. Complete the enclosed certification document and return it with your bid. This document should be submitted with each bid.

6 Page 6 of TERMINATION FOR CONVENIENCE: The District may terminate this agreement for any reason whatsoever. The District will give 10 days written notice. 26. ALTERNATE SOURCES: Nothing in this agreement shall prohibit the District from acquiring the same type or equivalent material or service from other sources, when deemed to be in the best interest of the District. 27. UNIT PRICES: Pricing shall be per unit. The pricing per unit shall include all costs (excluding tax and environmental fees) and shall be delivered F.O.B. Destination. 28. SPECIFICATIONS: The District shall be the sole judge as to whether items bid are to the District specifications and whether the successful bidder meets the Districts requirements and specifications. The District has standardized on particular products. Where specific product codes or model numbers are required in this bid, equivalent products may be acceptable. The vendor should provide documentation ensuring that product equivalents meet the specifications of this bid and District requirements. The District retains the right to reject any provided equivalents if, in its opinion, the product equivalent does not meet the bid or District requirements. The District shall be the sole judge as to whether products or services bid are or meet the District requirements. Product information sheets (ex: literature, specifications, drawings) should be submitted with bid, if bidding on items other than the manufacturer/model stated in District bid. 29. BID QUANTITIES: The quantities listed herein are estimates. The District reserves the right to order more, less or none of the quantity indicated or to withdraw a line item or the entire bid. 30. FUNDS: Purchase is contingent upon availability of funds. 31. BID TERM: The bid term will commence upon award by the Board of Education, and shall continue for an initial term of one (1) year. Pricing shall be held firm for the duration of the year. 32. BID EXTENSION: The District reserves the right to extend the bid on a year to year basis, not to exceed three (3) years (including the first year) at the discretion of the successful bidder and the District, if it is in the best interest of the District. 33. PRICE ESCALATION: After the initial one (1) year term, prices may increase in accordance with the terms of this price escalation clause. A maximum price increase of no more than five (5%) per year, or in accordance with the U.S. Department of Labor, Bureau of Labor Statistics, Consumer Price Index All Urban Consumers Los Angeles, All Items, for Los Angeles/Riverside/Orange County, twelve (12) month percentage change, whichever is less, may be negotiated subject to the existing market conditions and approval by the District. The successful bidder must substantiate such price increases by providing documentation that is acceptable and to the complete satisfaction of the District in order to justify the increase. 34. PRICE DECREASES: Bidders are required to pass price reductions immediately through to the San Bernardino City Unified School District as market prices drop for these products throughout the duration of the bid award and any extensions. In addition, the District reserves the right to extend this bid for additional years under any price decreases provided by the successful bidder if it is in the best interest of the District. 35. DELIVERY: Upon placement of a purchase order or item request using a blanket purchase order the successful bidder shall deliver materials within a twenty-four (24) hour period unless other delivery times or arrangements have been agreed to by the District and vendor.

7 Page 7 of 19 Items shall be required to be delivered to the San Bernardino City Unified School District Maintenance & Operations Department, 956 West 9 th Street, San Bernardino, California, 92411, unless otherwise indicated on the purchase order.. All items are F.O.B. Destination, no freight/shipping charges. All products and services are subject to final inspection and acceptance by the District. Such final inspection shall be made within a reasonable time after delivery. Pick up and delivery shall be made between 7:00 a.m. and 3:00 p.m. weekdays, unless other delivery times are agreed to by the District and the vendor. 36. PRODUCT AVAILABILITY: By submitting a bid, the vendor indicates that he has the ability to provide product to the District by the time indicated in the bid response. 37. INVOICES: Invoices must be clearly itemized, including the unit price and purchase order number. Invoices determined to be incorrect shall be returned and not paid until a credit for the invoice or a corrected invoice is supplied. Payment will be made within thirty (30) days of receipt of correct invoices and merchandise. 38. W-9 FORM: The attached W-9 Form must be completed and included with the submittal of bid. 39. INSPECTION OF VENDOR FACILITIES: All qualifying vendors are subject to inspection of facilities by the District. 40. ADDENDUM: If it becomes necessary to revise any part of this bid, an addendum will be posted on the District website. The addendum must be signed and included in your bid package. Any clarifications or corrections to this bid shall be made by written amendment. Any amendments to this bid will be posted to the District website at Each Bidder is solely responsible for checking the website for amendment postings. Request to amend any part of this bid must be done in writing by no later than 11:00 a.m., September 18, BID WITHDRAWAL: Prior to the bid opening date and time, a bid may be withdrawn at the bidders request. No bidder may withdraw their bid for a period of sixty (60) days from the bid opening. 42. SAFETY DATA SHEETS: Safety Data Sheets (SDS) should be submitted as required by law and as a result of this bid. Payment will be delayed until the required SDS is received and accepted by Maintenance and Operations. 43. LAWS: All codes, laws, ordinances, rules, regulations, orders and other legal requirements of the city, county, state, federal and other public authorities which bear on items provided in this bid shall be adhered to, as applicable. Latest editions shall be applicable unless specified otherwise. This bid is governed by and construed in accordance with the laws of the State of California. Each and every provision of law and clause required by law to be inserted in this bid shall be deemed to be inserted herein and the bid shall be read and enforced as though it were included herein and if through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon application of either party, the bid shall forthwith be physically amended to make such insertion or correction. The bidder and the District agree that if any provision of this contract is found to be illegal or unenforceable, such term or provision shall be deemed stricken and the remainder of the bid shall remain

8 Page 8 of 19 in full force and effect. Either party having knowledge of such term or provision shall promptly inform the other of the presumed no-applicability of such provision. Should the offending provision go to the heart of the bid, the bid shall be terminated in a manner commensurate with the interests of both parties, to the maximum extent reasonable. 44. CONTACTS: Please provide us with the following information: Local Contact Phone No. Business License Number Expiration Date 45. VENDOR APPLICATION: Each bidder shall be required to complete the Vendor Application included with these bid documents. 46. REFERENCES: Each bidder shall include with his bid a list of businesses including other school districts, if any, for which they have provided the same products and/or services as required herein. 47. EXPERIENCE: The bidder, by submitting a bid, indicates that he has the ability to fulfill the terms and conditions of the bid and has been successful in supplying the products and/or services associated with this bid for a period of at least five (5) years. 48. DEBARMENT, SUSPENSION & EXCLUSION: The successful bidder shall certify, that neither it nor its principals is presently debarred, suspended, proposed for debarment; declared ineligible, or voluntarily excluded from participation in the transaction by any Federal department agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contract and subcontracts. Were the bidder or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this proposal. (See Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion.) 49. SIGNATURES: Original signatures are required on all bids. All prices and notations must be typed or legibly written in ink. Bids must not be written in pencil. Mistakes may be crossed out and correction inserted adjacent, and the correction must be initialed in ink by the person signing the proposal. 50. PIGGYBACKABLE BID: In accordance with Public Contract Code Section 20118, other school districts in the State of California may purchase under the same terms and conditions of this bid if it is determined to be in their best interest. If so, the San Bernardino City Unified School District waives its right and prefers that each school district work directly with the successful bidder. Sales to the other district will be made at the discretion of the successful bidder. 51. NEW EQUIPMENT: All items must be new and manufacturer s warranty should be included in specifying each item 52. WARRANTY: Vendors shall specify warranty period on bid form for all products. Minimum term of warranties shall apply for parts and labor. DISTRICT CONTACT: All contact with the District regarding this bid shall be made through the Buyer, Lenore McCall, at (909) , unless otherwise authorized by the Buyer. It is extremely important that all bidders read and adhere to the terms and conditions, specifications and all bid documents included herein: Questions regarding this bid must be ed to San Bernardino City Unified School District by 11:00 am September 18, 2017 and directed to the attention of Lenore McCall at: lenore.mccall@sbcusd.k12.ca.us, Buyer, Purchasing Services, (909)

9 Page 9 of 19 SUPPLEMENTAL BID CONDITIONS 1. SCOPE OF WORK: The purpose of this bid is to purchase plumbing supplies and materials and related supplies on an as needed basis, for installation at various school sites and administrative offices in the District. Installation to be performed by the District. 2. DELIVERY: Upon placement of a Purchase Order or verbal request using a Blanket Purchase Order, the successful bidder shall deliver materials within twenty-four (24) hours of the purchase order or request using a Blanket Purchase Order, unless other delivery times or arrangements have been agreed to by the District and Vendor. 3. NEW MODELS/DISCONTINUED PRODUCT: By submitting a bid, vendor agrees to offer updated models as available under the same Terms and Conditions, throughout the term of the bid, and all extensions. See Price Escalation/Decreased clause. 4. QUANTITIES: Quantities shown are for bidding purposes only, the District does not guarantee them as minimum or maximum quantities to be furnished. 5. PRICING: Bid prices must remain in effect for a minimum of one (1) year from the bid award date. 6. TERM OF AWARD: This bid is to be in force for a period renewable in twelve-month increments up to a maximum of three (3) years from date of the award. 7. DAMAGED ITEMS: Successful bidder will be required to replace any damaged items before acceptance is made by the District. 8. EQUAL: Items submitted as Equal to the items requested on the Bid Sheet must be clearly noted as such and those specifications must be submitted with the sealed bid response. See Item 9 Substitutions and 28 Specifications located under General Bid Instructions and Conditions. Some of the Supplies and Material being requested are for existing equipment and must conform to the specifications of the supplies and materials being requested. The Bidder providing an supply or material must provide a comparative analysis for each item being substituted as an. Failure to provide the side by side comparison may be cause for rejection of your bid. 9. CATALOG DISCOUNT: The bid will be awarded based on the base price of the specific items requested in the bid proposal. Award of catalog percent discounts located on the Additional Pricing Information sheet will be incidental and supplemental to line item specification, pages 11-14, and will not be the basis for bid award.

10 Page 10 of 19 ADDITIONAL PRICING INFORMAITON DISCOUNT FROM VENDORS MANUFACTURERS CATALOG PRICING The District may purchase additional items of this commodity type that are not specifically listed in this bid. Bidders are to provide percentile discounts for their full line of products. This District will not base the award of the bid on this/these offerings. Bidder agrees to provide additional product and materials in accordance with the bid documents for a percentage discount from a vendor s most recent Published Catalog/List Price. All shipping cost are to be included in determination of discounts offered here. Percentage discount must remain firm for the duration of the initial contract year, and for additional contract years at the discretion of the successful bidder and the District, if it is in the best interest of the District. Price lists submitted must be current and in effect at the time of the bid opening. Bidder should provide a dated copy of the current catalog and Published Catalog List Price for any offered product line. The District reserves the right to accept or reject any general discount when making an award. Vendors Submitted Mfg. Price List (List the Mfg. Name/Brand Below) % Discount off Published Vendor Price List Example(s): Mfg. Sloan 18% off List Mfg. Nibco 24% off List % % % %

11 Page 11 of 19 BID SHEETS BIDDER MUST NOT WRITE IN THESE COLUMNS ITEM AND DESCRIPTION Specify brand on which quotation is made in column provided Lavatory (single hole) American Standard or Lavatory (4 Center) American Standard or Toilet Bowl (F.V. Type) American Standard or Toilet Bowl (Handicap) American Standard or Toilet w/tank (W.H. Type) American Standard or Kinder Toilet (F.V. Type) American Standard or Urinal American Standard or DRKAD-2517 Classroom Sink Elkay or B2155 Frontless Toilet Seat Bemis or QUANTITY UNIT 50 EA 15 EA 60 EA 10 EA 5 EA 10 EA 10 EA 15 EA 150 EA 10. VRK 5010 Cartridge Haws or 50 EA Drinking Fountain (2 bubbler) Haws or 1430 Drinking Fountain (2 bubbler alum) Haws or 5017 Drinking Fountain Classroom Haws or 5 EA 5 EA 40 EA Bubbler Head Haws or 10 EA pb Bubbler Valve Haws or kitchen Faucet Chicago or 333 Single hole lav. Faucet Chicago or center lav. Faucet Chicago or 350 Single handle single hole Chicago or 50 2 handle single hole Faucet Chicago or 1013 CP Angle Stop Chicago or XT R.H. Stem Chicago or 10 EA 20 EA 75 EA 25 EA 5 EA 5 EA 10 EA 25 EA BIDDER USE THESE COLUMNS ONLY BRAND OR TRADE NO. UNIT PRICE TOTAL AMOUNT

12 Page 12 of 19 BID SHEETS BIDDER MUST NOT WRITE IN THESE COLUMNS ITEM AND DESCRIPTION Specify brand on which quotation is made in column provided XT L.H. Stem Chicago or E 3JKCP Aerator Female Chicago or E 12JKABCP Aerator Male Chicago or A-72- A Outside Cover Sloan or A-71-A Inside Cover Sloan or A-19-AL Relief Valve Sloan or A-19-AU Relief Valve Sloan or QUANTITY UNIT 25 EA 100 EA 100 EA 10 EA 300 EA 300 EA 100 EA 30. A-15-A Disc Sloan or 200 EA BIDDER USE THESE COLUMNS ONLY BRAND OR TRADE NO. UNIT PRICE TOTAL AMOUNT 31. A-156-A Diaphragm Sloan or 500 EA 32. A-163 Guide Assg. Sloan or 300 EA 33. A-38-A Toilet kit Sloan or 300 EA 34. A-42-A Urinal kit Sloan or 200 EA Royal closet Valve Sloan or 186 Royal urinal Valve Sloan or 50 EA 25 EA 37. EL-128 Flush Actuator or 50 EA X 2 No Hub Coupling Anaco or 3 X 3 No Hub Coupling Anaco or 1.5 X 2 No Hub Coupling Anaco or 1-1/2 ABS Pipe 20 Standard or 100 EA 20 EA 25 EA 100 EA ABS Pipe 20 Standard or 200 EA x 1-1/2 ABS San Tee Nibco or ½ Ball Valve sweat style Full Port or 10 EA 25 EA

13 Page 13 of 19 BID SHEETS BIDDER MUST NOT WRITE IN THESE COLUMNS ITEM AND DESCRIPTION Specify brand on which quotation is made in column provided ½ Ball Valve iron pipe Full Port or 1 Ball Valve iron pipe Full Port or 2 Ball Valve iron pipe Full Port or 1 Copper MIP male adapter fitting or QUANTITY UNIT 25 EA 10 EA 1 EA 2 EA Copper 90 elbow fitting or 1 EA BIDDER USE THESE COLUMNS ONLY BRAND OR TRADE NO. UNIT PRICE TOTAL AMOUNT Copper coupling fitting or 10 EA 51. ½ Copper MIP male adapter fitting or 10 EA 52. ½ Copper 90 elbow fitting or 60 EA 53. ¾ Copper MIP male adapter fitting or 20 EA 54. ½ Copper pipe Type L or 120 EA 55. 3/4 Copper pipe Type L or 20 EA Copper pipe Type L or 20 EA 57. ¾ dielectric union or 20 EA dielectric union or 8 EA 59. #1 Bowl wax ring or 25 EA 60. #4 Bowl wax ring 4 horn X tra wax or 4 EA 61. ¾ gal pipe 21 or 20 EA gal pipe 21 or 20 EA 63. ¾ gal cap fitting or 20 EA gal 90 fitting or or 20 EA ½ x18 gas flex connector w valve or ¾ x24 water heater flex Copper or 25 EA 25 EA

14 Page 14 of 19 BID SHEETS BIDDER MUST NOT WRITE IN THESE COLUMNS ITEM AND DESCRIPTION Specify brand on which quotation is made in column provided QUANTITY UNIT BIDDER USE THESE COLUMNS ONLY BRAND OR TRADE NO. UNIT PRICE TOTAL AMOUNT 67. 7/8 Unistrut 10 or 25 EA /8 Unistrut 10 or 25 EA LB Solder Canfield 100% water safe or ½ gal nipple tray asst. nipples or ¾ gal nipple tray asst. nipples or ¾ brass nipple tray asst. nipples or 1 brass nipple tray asst. nipples or 15 EA 15 EA 15 EA 20 EA 5 EA NOTE: FOR ABOVE ITEMS, BIDDERS SHALL CALCULATE TOTAL BID AMOUNT BEFORE SALES TAX, BY ADDING ALL AMOUNTS IN UNIT PRICE COLUMN, AND ENTERING THAT AMOUNT IN THE SPACE BELOW: TOTAL BID AMOUNT: $ Equipment with additional options and/or standard features other than those listed above may be considered if offered at no additional cost. District to solely determine if desirable, viable and cost-effective or if deemed in the best interest of the District. NOTE: Should the unit models listed above become unavailable, obsolete or superseded during the effective period of the bid, the vendor may offer an or superior quality unit model replacement, provided that such unit will meet or exceed the design intent and application as the original model The undersigned has read the specifications, instructions and conditions, and all supplementary conditions or instructions included herein, is familiar with and understands the provisions and proposes and agrees to furnish and deliver the goods and/or services in strict accordance with these specifications, instructions, conditions and provisions, and the prices quoted herein: Name of Firm By SIGNATURE AND TITLE Printed Name Delivery Days from date of Purchase Order Cash Discount % Address Phone Fax Address:

15 Page 15 of 19 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID (Public Contract Code Section 7106) STATE OF CALIFORNIA ) ) ss. COUNTY OF SAN BERNARDINO ), being first duly sworn, deposes and says that he or she is of, the party making the foregoing proposal; that the proposal is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the proposal is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham proposal, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham proposal, 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 price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the proposal are true; and, further, that the bidder has not, directly or indirectly, submitted his or her 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 proposal. (Signature) State of California County of (Typed Name)

16 Page 16 of 19 VENDOR APPLICATION When completed mail to: San Bernardino City Unified School District Purchasing Department 777 N. F Street, San Bernardino, CA (909) Business Name: *Business License Number: Expiration Date: Representative Name: Title Business Address: Number of years in business: address: Business Telephone Number: Fax Number: Products or Services Provided: Comments: List of References Where Your Company Provided Products/Services: (Preferably other school districts) Other Schools or Business Name/Address 1. Contact Phone Dates of Service Products/Service By signing below, I certify under penalty of perjury that the information provided is true and correct to the best of my knowledge. I understand it is the vendor s responsibility to update the above information as needed. I further agree that as a vendor of the District this company will conform to all Federal, State, County and City laws, ordinances, codes and regulations covering the products, work or services provided, including but not limited to, obtaining a *San Bernardino City business license as required by the San Bernardino City Clerk s Office. I understand that it is the vendor s total responsibility to determine specific details of such requirements and warrant that all work performed, or provided, totally conforms to such legal requirements. I understand the submission of this application does not guarantee that this company will be used as a vendor for the District or requested to quote on any or all requirements. I understand it is the vendor s responsibility to follow up and request the opportunity to quote. I understand the District reserves the right to use, any, or all vendors for the submission of quotes. Formal bids are advertised in The Sun newspaper s legal ads. Authorized Vendor Representative Signature Date Name Title

17 Page 17 of 19 Equal Opportunity Certification When completed mail to: San Bernardino City Unified School District 777 N. F Street San Bernardino, CA (909) Company Address City State Zip Telephone Fax Number of Employees Please check one of the following categories. This company is: Minority Owned Woman Owned Disadvantaged Disabled Veteran Owned None of the Other Categories Please check and complete below. This company is: Independently Owned and Operated: An Affiliate of A Subsidiary of Parent Company Address A Division of By signing below, I certify that we are an Equal Opportunity Employer and have made a good faith effort to improve Minority, Women and Disabled Veteran employment. Signature Printed Name Title Date

18 Page 18 of 19 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION FAR Subpart 9.4 Debarment, Suspension, and Ineligibility I am aware of and hereby certify that neither nor Name of Bidder its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. I further agree that I will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offeror/contractor or any lower participant is unable to certify to this statement, it shall attach an explanation to this solicitation proposal. IN WITNESS WHEREOF, this instrument has been duly executed by the Principal of the above named bidder on the day of 20 for the purposes of submission of this bid. (Corporate Seal) By Signature Typed or Printed Name Title Date As the awardee under this RFP, I hereby certify that the above certification remains valid as of the date of contract award, specifically, as of the day of 20 for the purposes of award of this contract. (Corporate Seal) By Signature Typed or Printed Name Title

19 Page 19 of 19

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

CORONA-NORCO UNIFIED SCHOOL DISTRICT 2820 Clark Avenue Norco, CA NOTICE TO PROPOSERS. RFP No. 2018/19-027

CORONA-NORCO UNIFIED SCHOOL DISTRICT 2820 Clark Avenue Norco, CA NOTICE TO PROPOSERS. RFP No. 2018/19-027 Page 1 of 19 CORONA-NORCO UNIFIED SCHOOL DISTRICT 2820 Clark Avenue Norco, CA 92860 NOTICE TO PROPOSERS For estem Furniture and Equipment at Roosevelt High School NOTICE IS HEREBY GIVEN that the CORONA-NORCO

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

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

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

More information

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

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

More information

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

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

More information

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

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

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

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

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

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

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

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: OCTOBER 23, 2013 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 12 PAGES BIDS DUE:

More information

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

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

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

NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS

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

More information

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

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

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

More information

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

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

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

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

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BIDS. For PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BIDS. For PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS S For PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS RFP # 740 PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS NOTICE TO BIDDERS 1. NOTICE IS HEREBY GIVEN that the New Haven Unified School District is seeking

More information

RFP # Before 2:00pm

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

More information

REQUEST FOR PROPOSAL RFP #14-03

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

More information

REQUEST FOR SEALED BID PROPOSAL

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

More information

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 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

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

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

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

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

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

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

University of California, Riverside Barn Expansion

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

More information

REQUEST FOR 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

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

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Payment Terms: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC18006 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

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

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

INSTRUCTIONS TO BIDDERS

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

More information

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES I. PURPOSE AND INTENT The City of Easton (hereinafter City ) is currently seeking proposals from qualified Third-Party Agencies (hereinafter

More information

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 ISSUE DATE: December 4, 2007 BIDS MUST BE RECEIVED BY: December

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

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

REQUEST FOR SEALED BID PROPOSAL

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

More information

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

INSTRUCTIONS TO BIDDERS

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

More information

TULARE COUNTY OFFICE OF EDUCATION. Router

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

More information

NOTICE INVITING BIDS

NOTICE INVITING BIDS NOTICE INVITING BIDS 1. Notice is hereby given that the Governing Board of Santa Rosa City Schools ( District ), of the County of Sonoma, State of California, will receive sealed bids for the Santa Rosa

More information

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

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

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

REQUEST FOR SEALED BID PROPOSAL

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

More information

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

REQUEST FOR FORMAL BID

REQUEST FOR FORMAL BID REQUEST FOR FORMAL BID THE UNIVERSITY OF ALABAMA IN HUNTSVILLE PROCUREMENT SERVICES 301 SPARKMAN DRIVE HUNTSVILLE, ALABAMA 35899 PHONE (256) 824-6484 ALL BIDS WILL BE PUBLICLY OPENED ON THE OPENING DATE

More information

REQUEST FOR FORMAL BID

REQUEST FOR FORMAL BID REQUEST FOR FORMAL BID THE UNIVERSITY OF ALABAMA IN HUNTSVILLE PROCUREMENT SERVICES 301 SPARKMAN DRIVE HUNTSVILLE, ALABAMA 35899 PHONE (256) 824-6484 ALL BIDS WILL BE PUBLICLY OPENED ON THE OPENING DATE

More information

TELECOMMUNICATION SERVICE Internet Service RFP # Attention: Technology Department

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

More information

RETIREE HEALTH BENEFITS TRUST

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

More information

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

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

More information

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

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

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

REQUEST FOR SEALED BID PROPOSAL

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

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: APRIL 7, 2016 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 11 PAGES BIDS DUE: APRIL

More information

Company: Legal Status: Ordering Address: Phone: Remit Address: Payment Terms:

Company: Legal Status: Ordering Address: Phone:   Remit Address: Payment Terms: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC18028 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

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

ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION

ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION Page 1 OF 6 ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION DEPARTMENT OF TRANSPORTATION POLICY It is the policy of the Department of Transportation that socially and economically disadvantaged

More information

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

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

More information

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

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

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

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

More information

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

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

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

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

More information

~ INVITATION TO BID ~ JOHNSTON COMMUNITY SCHOOL DISTRICT 5608 MERLE HAY ROAD JOHNSTON, IA 50131

~ INVITATION TO BID ~ JOHNSTON COMMUNITY SCHOOL DISTRICT 5608 MERLE HAY ROAD JOHNSTON, IA 50131 ~ INVITATION TO BID ~ JOHNSTON COMMUNITY SCHOOL DISTRICT 5608 MERLE HAY ROAD JOHNSTON, IA 50131 Furniture and Equipment for the Repurposed Wallace Elementary School and Johnston Early Learning Center Reference

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

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

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

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

More information

REQUEST FOR 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

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

REQUEST FOR FORMAL BID

REQUEST FOR FORMAL BID REQUEST FOR FORMAL BID THE UNIVERSITY OF ALABAMA IN HUNTSVILLE PROCUREMENT SERVICES 301 SPARKMAN DRIVE HUNTSVILLE, ALABAMA 35899 PHONE (256) 824-6484 ALL BIDS WILL BE PUBLICLY OPENED ON THE OPENING DATE

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

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

INVITATION FOR BID BID NO. B Premium Pyxis Medstation 4000

INVITATION FOR BID BID NO. B Premium Pyxis Medstation 4000 INVITATION FOR BID BID NO. B017003 Premium Pyxis Medstation 4000 ARKANSAS TECH UNIVERSITY Procurement and Risk Management Services Young Building East End 203 West O Street Russellville, AR 72801-2222

More information

TULARE COUNTY OFFICE OF EDUCATION. Router

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

More information

JOHNSTON COUNTY DEPARMENT OF BUILDINGS & GROUNDS REQUEST FOR PROPOSALS #: 18-RFP Fire Extinguisher Maintenance and Inspections

JOHNSTON COUNTY DEPARMENT OF BUILDINGS & GROUNDS REQUEST FOR PROPOSALS #: 18-RFP Fire Extinguisher Maintenance and Inspections JOHNSTON COUNTY DEPARMENT OF BUILDINGS & GROUNDS REQUEST FOR PROPOSALS #: 18-RFP-0001 Fire Extinguisher Maintenance and Inspections Date of Issue: February 13, 2018 Responses Due: February 28, 2018 at

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

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JUNE 14, 2017 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 10 PAGES BIDS DUE: JUNE

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JUNE 10, 2015 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 11 PAGES BIDS DUE: JUNE

More information

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

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL. For PURCHASE OF PERIPHERALS FOR MAC MINI

NEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL. For PURCHASE OF PERIPHERALS FOR MAC MINI For PURCHASE OF PERIPHERALS FOR MAC MINI [FEDERAL RACE-TO-THE-TOP GRANT (RTTT-D)] RFP #761 S #761 PURCHASE OF PERIPHERALS FOR MAC MINI DEPLOYMENT FEDERAL RACE TO THE TOP GRANT (RTTT D) NOTICE TO BIDDERS

More 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

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

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

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

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

City of Newnan, Georgia

City of Newnan, Georgia City of Newnan, Georgia Invitation to Bid Mill & Resurfacing of Various Streets- 2017 Issue Date: May 25, 2017 Issued By: Inquiries: Proposals Due: Bid Opening: City of Newnan Public Works Department 25

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

ADDENDUM For Reference For Bidders

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

More information