Barrington Community Unit School District E. James Street Barrington, IL 60010
|
|
- Karin Barton
- 5 years ago
- Views:
Transcription
1 Barrington Community Unit School District E. James Street REQUEST FOR BID Apple ipad Air 2 Case BID DUE MARCH 30, 2017 Points of Contact: LeeAnn Taylor (847) or ltaylor@barrington220.org (bid questions) Matt Fuller (847) or mfuller@barrington220.org (product/specification questions) 1
2 BARRINGTON COMMUNITY UNIT SCHOOL DISTRICT 220 REQUEST FOR BID Apple ipad Air 2 Case PUBLIC NOTICE Barrington Community Unit School District 220 Board of Education is accepting bids for high-quality cases to protect Apple ipad Air 2 devices. Specifications and bid documents are available March 15, 2017, at the Barrington Community Unit School District 220 Administrative Center,, Barrington, Illinois or may be obtained by contacting LeeAnn Taylor, Director of Fiscal Services & Asset Management, at (847) All Bid documents are due on or before March 30, :00 AM at the above address at which time, date and place the bids will be publicly opened and the contents announced. Dated this 15th day of March, 2017 Board of Education Barrington Community Unit School District 220 County of Lake, State of Illinois Sandra Ficke-Bradford Secretary Board of Education 2
3 BARRINGTON COMMUNITY UNIT SCHOOL DISTRICT 220 Apple ipad Air 2 Case REQUEST FOR BID 1.0 REQUEST FOR BID 1.1 GENERAL REQUIREMENTS Barrington Community Unit School District 220 is seeking a vendor to provide high quality protective cases comparable to UZBL Shockwave ipad Air 2 case, red/black with clear plastic stand, with a custom printed logo to fit 670 ipad Air 2 devices for Barrington Community Unit School District 220 schools. It is the intent of the Barrington CUSD 220 Business Office to solicit pricing for these items to ensure cost-effective pricing and installation. Specific information on required specifications of the cases is included in the bid document. In the event the vendor bids a case which it proposes is comparable to the specified manufactured product, the vendor shall be responsible for demonstrating that its product is comparable and conforming to these specifications. The vendor shall furnish a sample of its proposed product for inspection ISSUING OFFICE Any questions pertaining to the bid should be directed to: Bid: LeeAnn Taylor Director of Fiscal Services & Asset Management (847) or ltaylor@barrington220.org Product/Specifications: Matt Fuller, Assistant Superintendent for Technology & Innovation (847) or mfuller@barrington220.org 1.4 CLARIFICATION OF BID If any person contemplating submitting a bid is in doubt as to the true meaning of any part of the specifications or other proposed contract documents, he/she may submit a written request for an interpretation thereof. The Barrington Community Unit School District 220 will not be responsible for any other explanations or interpretations of the proposed documents. In the case of any doubt or difference of opinion as to the true intent of the specifications and in the case of any dispute between the parties under the contract to be entered there under, the decision of the Barrington Community Unit School District 220 shall be final and binding. Under no circumstances will a request for clarification alter the submission deadline stated in paragraph SUBMISSION OF BIDS The bid documents are due on or before March 30, 2017, at 11:00 AM and must be delivered to: LeeAnn Taylor, Director of Fiscal Services & Asset Management BARRINGTON COMMUNITY UNIT SCHOOL DISTRICT East James Street
4 All bids (an original plus two (2) copies) must be submitted enclosed in a sealed envelope plainly marked Bid ipad Air 2 Cases. The envelope must be addressed and mailed or delivered to the individual specified above. Bidders shall be responsible for actual delivery of bids during business hours at the above address. It will not be sufficient to show that a Bid was mailed in time to be received before scheduled closing time for receipt of bids. Facsimile or submissions of bids are not acceptable. Bids received after the specified time and date will be rejected and returned unopened. 1.6 BID OPENING All bids will be opened on March 30, 2017, at 11:00 AM at the following location: BARRINGTON COMMUNITY UNIT SCHOOL DISTRICT East James Street TERMS AND CONDITIONS PRICES GOOD FOR 90 DAYS Price is guaranteed for ninety (90) days after the date of the bid opening during which time the Board may act on the bid. 2.2 WARRANTY OF SERVICE The bidder must warrant that it will provide appropriately trained and certified personnel with regards to the provision of services identified above and that these services will be provided regardless of conditions that may negatively impact on the ability of the vendor to deliver other services. The bidder shall state the warranty available for each item. 2.3 MODIFICATION OR WITHDRAWAL OF BIDS Any respondent may withdraw its bid at any time prior to the scheduled closing time for the receipt of bids but the respondent may not withdraw its bid for a period of ninety (90) days after the scheduled closing time for the receipt of bids. Modification or corrections of a previously submitted bid are to be addressed in the same manner as the original bid and will be considered by the Barrington Community Unit School District 220 if received prior to the scheduled closing time for receipt of bids. Oral or telephonic (facsimile) modifications or corrections will not be recognized or considered. 2.4 DEVIATIONS AND EXCEPTIONS Deviations and exceptions from terms, conditions, or specifications shall be described fully, on the bidder s letterhead, signed and attached to the bid. In the absence of such statement, the bid shall be accepted as in strict compliance with all terms, conditions, and specifications and the bidder shall be held liable. 2.5 NO RELIEF FOR OMISSIONS All bids shall be submitted with each space properly completed. No claim for relief because of
5 errors or omissions in the bid will be considered. Bidders will be held strictly to their bids as submitted. Should a bidder find any discrepancies in, or omissions from any of the documents, or be in doubt as to their meanings, the bidder shall submit questions in writing. Fax or all written questions regarding the bid to LeeAnn Taylor, Director of Fiscal Services & Asset Management at ltaylor@barrington220.org or fax ( ) who will issue any necessary clarifications to all prospective bidders by means of written addenda. Fax or all written questions regarding product information to Matt Fuller, Assistant Superintendent for Technology & Innovation at mfuller@barrington220.org who will issue any necessary clarifications to all prospective bidders by means of written addenda. 2.6 ACCEPTANCE - REJECTION The Barrington Community Unit School District 220 reserves the right to accept or reject any and all bids, to waiver any technicality in any bid submitted, and to separate and accept any part of a bid deemed to be in the best interest of the Barrington Community Unit School District 220. Bids will be dated and time marked by the Business Office on or before the date and time that the bid is due. Receipt of a bid by the mail system does not constitute receipt of a bid by the Business Office. 2.7 TAXES Community Unit School District 220 is a public body and exempt from taxes. Therefore, bids should not include sales or excise tax. The District is exempt from paying Illinois Use Tax (Illinois Revised Stature, Ch. 230, and Para ) and sales to the District are exempt from Illinois Retailer s Occupation Tax (Illinois Revised Statute, Ch. 230, and Para. 441). The District is exempt from paying Federal Excise Taxes (IRS Ch. 32, subchapter G, Para. 4221). 2.8 FINAL AGREEMENT The written contract with the successful vendor will be a purchase order and, with referenced parts and attachments, shall constitute the entire agreement and no other terms and conditions in any document, acceptance or acknowledgment shall be effective or binding unless expressly agreed to in writing by the Barrington Community Unit School District 220. Additional non-service items may be procured via a purchase order if not included as part of the service package. 2.9 APPLICABLE LAW The resulting contract shall be governed under the laws of the State of Illinois. The vendor shall at all times comply with and observe all federal and state laws, local laws, ordinances, and regulations which are in effect during the period of this contract and which in any manner affect the work or its conduct NON-DISCRIMINATION The Barrington Community Unit School District 220 is an Equal Opportunity Employer. The Board of Education has made it a matter of policy that it will not transact business with firms which are not in compliance with all Federal and State Statutes and Executive Orders pertaining to non-discrimination. The bidder must be in full compliance with the rules and regulations of the Illinois Fair Employment Practices Commission. A copy of the Board of Education Affirmative Action Statement along with other certifications is 5
6 attached hereto as Exhibit A and is required to be submitted with the bid CONTRACT ASSIGNMENT No right or duty in whole or in part of the vendor under this contract may be assigned or delegated without the prior written consent of the Barrington Community Unit School District 220 Chief Financial Officer or designee DISTRICT ABILITY TO NEGOTIATE While ipad Air 2 cases are inside of certain bidding limitations in Illinois, the District is requesting a bid from vendors. Following receipt of the bid the District may hold discussions with vendors regarding price and other conditions PUBLIC RECORDS ACCESS Bid openings are public unless otherwise specified. Records may not be available for public inspection prior to issuance of the notice of intent to award or the award of the contract CERTIFICATION OF GOOD FAITH 2.15 OSHA Bidders must certify that they are not barred from proposing on this project as a result of conviction for either bid-rigging or bid rotating under Article 33E of the Criminal Code of A certification form is provided in these specifications (Exhibit A), which must be signed by a duly authorized agent of the proposing company and returned with your bid. Failure to do so shall disqualify your bid. Seller shall agree to comply with the provisions of the Occupational Safety and Health Act of 1970 and the standards and regulations issued there under and shall certify that all units furnished under this bid will conform to and comply with said standards and regulations ARM S LENGTH TRANSACTION Bids will be considered only if: 1) Bids are made without any connection with any other person or firm submitting a bid, 2) Bids are in all respects fair and without collusion, and 3) No member of the Board of Education of this district, nor central administrative office of this district is directly or indirectly interested in the bid or in any portion of the profits thereof WRITTEN DOCUMENTS PREVAIL Any interpretation of the proposed documents will be made only by an addendum duly issued by the Director of Fiscal Services & Asset Management or designee. A copy of such addendum will be ed or mailed to each person receiving a set of such contract documents. Bidders shall acknowledge receipt of each addendum issued in the space provided on the addendum. Oral explanations will not be binding. 3.0 SPECIAL TERMS AND CONDITIONS The award shall be made to the vendor with the bid, which the Barrington Community Unit School District 220 determines is in the District s best interest. From the total information
7 required, determination shall be made by the Barrington Community Unit School District 220 of the vendor s demonstrated financial, managerial and operational ability and resources to serve the Barrington Community Unit School District 220. Only bids from financially responsible organizations or individuals, as determined by the Barrington Community Unit School District 220, shall be considered. 3.2 Prices quoted shall be all inclusive. Prices quoted shall include all costs for shipping, handling, delivery, installation, cabling, training, etc. F.O.B. destination at school locations. No additional shipping cost or other costs will be paid. In computing transportation cost, bidders should not include any Federal transportation tax because the Board is exempt. 3.3 Number of ipad Air 2 cases intended for purchase: The District intends on purchasing 670 ipad Air 2 cases, comparable to the UZBL Shockwave Rugged for the ipad Air 2. Case should include rugged protection from inside air cells and outer ribs, cushioning ribs for the most shock absorption, clear and durable built-in screen protector, a removable kickstand, forward facing audio for amplified sound, red and black case with clear stand, ability to scan asset tag through clear plastic, openings available for all external ports, and two-color custom printed logo. 4.0 CONTRACT CANCELLATION 4.1 The Barrington Community Unit School District 220 may cancel this contract for breach, as determined by the Barrington Community Unit School District 220, which shall consider such items as, but not limited to: insufficient insurance coverage, failure to provide required period statements, failure to enforce required standards of service, or quality of service is unsatisfactory to the Barrington Community Unit School District 220. This may include any cessation or diminution of service including, but not limited to, failure to maintain adequate personnel, whether arising from labor disputes, or otherwise any substantial change in ownership or proprietorship of the vendor which in the opinion of the Barrington Community Unit School District 220 is not in its best interest or failure to comply with the terms of the contract. 4.2 The Barrington Community Unit School District 220 shall provide five (5) calendar days written notice of contract breach and unless within five (5) calendar days such neglect has ceased and arrangements made to correct, the Barrington Community Unit School District 220 may cancel the contract by giving ten (10) days notice, in writing, by registered or certified mail of its intention to cancel this contract. 4.3 Should the Barrington Community Unit School District 220 breach any terms or provisions of this contract, the vendor shall serve written notice on the Barrington Community Unit School District 220 setting forth the alleged breach and demanding compliance with the contract. Unless within ten (10) calendar days after receiving such notice, the allegation shall be contested or such breach shall cease and arrangements are made for corrections. The vendor or the Barrington Community Unit School District 220 may cancel the contract by mutual agreement giving ten (10) days notice, in writing, by registered or certified mail of its intention to cancel this contract. 7
8 5.0 PARTIES TO THE CONTRACT 6.0 INSURANCE The contract shall be between the Barrington Community Unit School District 220 and the successful bidder for the provision of services according to the terms set forth herein. The Director of Fiscal Services & Asset Management or designee shall be the representative of the Barrington Community Unit School District 220 responsible for the administration of the contract. 6.1 Vendor shall provide a certificate of insurance with its Bid submission for no less than $1,000, coverage for general liability, comprehensive insurance, personal injury, Worker's Compensation and property loss. The Vendor shall be responsible for maintaining insurance coverage in force for the life of this contract and any extensions. 6.2 Should any of the above described insurance be canceled before the expiration date thereof, the issuing company will mail thirty (30) days written notice to Barrington Community Unit School District In addition, the Vendor shall to the fullest extent permitted by law, indemnify, keep and save harmless Barrington Community United School District 220, their agents, officials and employees against all injuries, deaths, losses, damages, claims, patent claims, suits, liabilities, judgments, costs and expenses which may in any way accrue against the Board of Education or officials of the school district in consequence of granting this contract or which may in any way result of it where it is alleged or determined that the act was caused through negligence or omission of the Vendor or its employees or agents. 6.4 The Vendor shall, at its own expense, appear, defend and pay all charges of attorneys and costs and other expense arising from it or incurred against Barrington Community Unit School District 220 in any such action. The Vendor shall at its own expense discharge the same. 6.5 The Vendor at the Vendor s own cost and expense shall procure and maintain all insurance required and shall name the Barrington Community Unit School District 220 as Additional Insured on all contracts, except Workers Compensation and Professional Errors & Omissions coverages. 7.0 ENTIRE AGREEMENT 8.0 LICENSING The contract award and purchase order with referenced parts and attachments shall constitute the entire agreement and no other terms and conditions in any document, acceptance or acknowledgment shall be effective or binding unless expressly agreed in writing by the Barrington Community Unit School District 220. As required, the Vendor shall be financially responsible for obtaining all required permits, licenses, fees, and bonding to comply with pertinent resolutions and policies, Barrington Community Unit School District 220 regulations, and municipal, state and federal laws. 9.0 EXCUSED PERFORMANCE 8 If, because of riots, war, public emergency or calamity, fire, flood, earthquake, act of God, government restriction, labor disturbance or strike, business operations at the Barrington Community Unit School District 220 are interrupted or stopped, performance of this contract, with
9 the exception of monies already due and owing, shall be suspended and excused to the extent commensurate with such interfering occurrence. The expiration date of this contract may be extended for a period of time equal to the time that such default in performance is excused ILLINOIS PREVAILING WAGE RATES Where applicable (i.e., installation work) a minimum wage rate shall be paid in accordance with provisions of the Illinois Prevailing Wage Act (820 ILCS 130/0.01 et. seq.) with subsequent amendments thereto, and Federal Minimum Wage Legislation, with subsequent amendments thereto. In complying with the requirements of these before mentioned laws, the vendor should give special attention to the provisions dealing with the submission and posting of certain specified forms and documents BIDDER S QUALIFICATIONS AND INFORMATION 11.1 QUALIFICATIONS AND REFERENCES List of minimum of three (3) clients (preferably school districts) currently using your company s cases and must indicate high quality of service has been performed consistently. Bidder must have been in business, providing certification service, for a minimum of three years prior to the opening date of this bid. 9
10 List References: COMPANY NAME & ADDRESS PHONE NUMBER CONTACT PERSON
11 1.0 OVERVIEW BARRINGTON COMMUNITY UNIT SCHOOL DISTRICT 220 Apple ipad Air 2 Cases REQUEST FOR BID SPECIFICATIONS Barrington Community Unit School District 220 is seeking a vendor to provide high-quality ipad Air 2 cases comparable to UZBL Shockwave ipad Air 2 case red/black with a kick-stand. The vendor selected must be able to meet and satisfy the requirements and specifications outlined in this document. 2.0 REQUIREMENTS/SPECIFICATIONS 2.1 Rugged protection from inside air cells and outer ribs 2.2 Cushioning ribs for the most shock absorption 2.3 Extremely clear and durable built-in screen protector 2.4 Removable kickstand 2.5 Red and black case with clear stand, ability to scan asset tag through clear plastic 2.6 Openings available for all external ports 2.7 Two-color custom printed logo 2.8 Pre-production sample required for approval prior to final product 2.9 No more than 3% over/under-run accepted 2.10 Order date will be early-april 2017 with delivery required on or before May 10, 2017 MISCELLANEOUS All equipment will be delivered to Barrington High School, 616 W Main Street,. Inventory will be checked upon all deliveries by the CUSD 220 receiving department. 11
12 BID FORM A Description of Items Requested Qty Item Description Unit Price Extended Price 670 ipad Air 2 cases, comparable to the UZBL Shockwave Rugged for ipad Air 2. Case should include rugged protection from inside air cells and outer ribs, cushioning ribs for the most shock absorption, clear and durable built-in screen protector, a removable kickstand, red and black case with stand, ability to scan asset tag through clear plastic, openings available for all external ports, and two-color custom printed logo. Total 12
13 CERTIFICATIONS EXHIBIT A 1. BID-RIGGING AND BID-ROTATION The undersigned Participant or contractor hereby certifies that he is not barred from bidding on this contract as a result of a violation or conviction of either the bid-rigging or bid-rotation provision of Article 33E of the Criminal Code of 1961 as amended. 2. NON-COLLUSION AFFIDAVIT The undersigned Participant or agent states that he has not, nor has any other member, representative, or agent of the firm, company, corporation or partnership represented by him, entered into any combination, collusion or agreement with any person relative to the price to be bid by anyone at such letting, nor to prevent any person from bidding nor to induce anyone to refrain from bidding, and this bid is made without reference to any other bid and without any agreement, understanding or combination with any other person in reference to such bidding. 3. SEXUAL HARASSMENT CLAUSE The undersigned Participant is in full compliance with the requirements of section of the Illinois Human Rights Act (Public Act ) effective July 1, 1993, with respect to sexual harassment policies. The terms of that law, as applicable, are hereby incorporated into this contract 4. EQUAL EMPLOYMENT OPPORTUNITY CLAUSE The undersigned hereby certifies that the Participant is in compliance with the Equal Employment Opportunity Clause and the Illinois Fair Employment Practices. 5. CRIMINAL BACKGROUND INVESTIGATIONS Contractor/vendor is in compliance with Senate Bill 540, P.A , effective as of January 1, 1990, which states that criminal background investigations must be conducted by the Department of State Police on all employees working for contractors doing business with the school district who come in daily contact with children. 6. ILLINOIS DRUG FREE WORKPLACE ACT The undersigned, having 25 or more employees, does hereby certify pursuant to section 3 of the Illinois Drug-Free Workplace Act (30 ILCS 580/3) that it shall provide a drug-free workplace for all employees engaged in the performance of work under the contract by complying with the requirements of the Illinois Drug-Free Workplace Act and, further certifies, that it is not ineligible for award of this contract by reason of debarment for a violation of the Illinois Drug-Free Workplace Act. 7. NO SMOKING CLAUSE Participant agrees that he, his employees and sub-contractors, will abide by the District 220 no smoking policy on any District 220 property. By signing and notarizing this document, I state and declare that the Participant/Contractor listed below and I are in compliance, and will comply, with all of the Certifications listed herein. Signature Firm Address Address Date Participant/Contractor Phone NOTARY signature/date NOTARY STAMP: 13
14 BID SIGNATURE FORM EXHIBIT B The signature below certifies that the entire bid document is in order and that all instructions, specifications, rules and regulations as stipulated by Barrington Community Unit School District 220, the State of Illinois and the Federal Government will be adhered to and complied with. BID FORM CONCERNING SPECIFICATIONS FOR: ipad Air 2 Cases We, the undersigned, propose to deliver the equipment and supplies specified and at the prices listed on the enclosed Bid forms. FIRM NAME: ADDRESS: TELEPHONE #: ADDRESS: AUTHORIZED SIGNATURE: 14
MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL
MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL 200 W. MAPLE AVE. MUNDELEIN, IL 60060 Issued for Bid: June 30, 2017 NOTICE OF INVITATION TO BID RE: MUNDELEIN
More informationCOUNTY OF COLE JEFFERSON CITY, MISSOURI
COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION
More informationSt. George CCSD #258
St. George CCSD #258 ATTENTION Please read specifications for complete proposal instructions! Specifications Mowing and Lawn Services Proposals Due At: St. George CCSD #258 5200 E. Center Street Bourbonnais,
More informationREQUEST FOR PROPOSAL
SKOKIE-MORTON GROVE SCHOOL DISTRICT 69 REQUEST FOR PROPOSAL Skokie-Morton Grove District 69 will accept sealed proposals for: Audit Services Submit your proposals to the attention of: Mr. Justin Attaway,
More informationChampaign Park District: Request for Bids for Playground Surfacing Mulch
May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be
More informationWest Ridge Park Ballfield Light Pole Structural Assessment
Request for Proposal Professional Services October 3, 2017 West Ridge Park Ballfield Light Pole Structural Assessment West Ridge Park 636 Ridge Rd. Highland Park, IL 60035 Submission Deadline: Tuesday,
More informationCHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois
CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois REFURBISHED LAPTOP COMPUTER UNITS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School District No. 4, Champaign
More informationRFP GENERAL TERMS AND CONDITIONS
RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00
More informationDEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM
PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,
More informationVendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:
Vendor Contract TERMS AND CONDITIONS OF PURCHASE 1. Acceptance. This Contract is conditional upon, and can be accepted only upon, the terms and conditions specified in this Contract. If Seller has previously
More informationBOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER
NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA
More informationWATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA
General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the
More informationPURCHASING 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 informationPURCHASING 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 informationTRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT
TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT This CONSULTING SERVICES AGREEMENT (this Agreement ) is entered into effective as of, by and between Trinity University, an agency and institution of higher
More informationPURCHASING 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 informationADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)
ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB
More information*Audio Video Design-Build Group Cypress, CA
EXHIBIT A Page 1 of 1 BID NO. 311 AUDIO VISUAL EQUIPMENT AND INSTALLATION IRVINE VALLEY COLLEGE MARCH 30, 2015 CONTRACTORS AMOUNT *Audio Video Design-Build Group Cypress, CA Digital Networks Group, Inc.
More information2018 Recreation Center Dectron Unit - R22 Refrigerant
Request for Proposals Equipment and Supplies March 5, 2018 2018 Recreation Center Dectron Unit - R22 Refrigerant Proposals Due: Thursday, March 15, 2018, 2:00pm Dan Voss Park District of Highland Park
More informationINVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler
INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,
More informationORANGE BOARD OF EDUCATION 637 ORANGE CENTER ROAD ORANGE, CT (203) SPECIFICATION COVER SHEET
ORANGE BOARD OF EDUCATION 637 ORANGE CENTER ROAD ORANGE, CT 06477 (203) 891-8020 SPECIFICATION COVER SHEET The Orange Board of Education reserves the right to reject any and all bids, or separate parts
More informationINTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS
INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS Except as otherwise provided on the face of this Purchase Order or Supply Contract (the Order ) which is attached hereto, the parties agree
More informationREQUEST FOR PROPOSAL BEVERAGE SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2016-P04
REQUEST FOR PROPOSAL BEVERAGE SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2016-P04 INTRODUCTION Illinois Valley Community College is accepting sealed proposals for beverage services for
More informationNOTICE 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 informationNotice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.
KEN BASS DIRECTOR OF PURCHASING 214 NORTH 5 TH STREET WACO, TEXAS 76701 (254) 757-5016 FAX (254) 757-5068 Notice to Bidders Sealed bids will be received by the McLennan County Purchasing Department at
More informationEL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT
EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed
More informationCOWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER
REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under
More informationGLENBARD TOWNSHIP HIGH SCHOOL DISTRICT # Crescent Boulevard, Glen Ellyn, IL , (630) , INVITATION TO BID
GLENBARD TOWNSHIP HIGH SCHOOL DISTRICT #87 596 Crescent Boulevard, Glen Ellyn, IL 60137-4297, (630) 469-9100, www.glenbard87.org INVITATION TO BID SCHOOL TOWEL SERVICE For GLENBARD TOWNSHIP HIGH SCHOOL
More informationINSTRUCTIONS 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 informationMEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).
MEMORANDUM DATE: March 1, 2015 TO: FROM: RE: All Interested Parties Municipal Employees Retirement System of Michigan Request For Proposal For Actuarial Audit Services The Municipal Employees Retirement
More informationPURCHASING 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
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 informationCity of Bowie Private Property Exterior Home Repair Services
City of Bowie Private Property Exterior Home Repair Services The City requires private property repair services for the Code Compliance Division of the Department of Community Services. Work is generated
More informationMONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES
MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES Notice is hereby given that sealed proposals will be received at the Finance Department,
More informationPUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION
PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and
More informationREQUEST 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 informationManalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA)
Manalapan Township Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Section 1: General Terms 1.1 Purpose and Response Date Manalapan Township hereby issues this Request for Proposals
More informationLEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR
MANALAPAN TOWNSHIP MONMOUTH COUNTY, NEW JERSEY Notice is hereby given that sealed proposals addressed to Rose LaFergola, RPPO/QPA, will be received on or before Friday, August 3, 2012 at 11:00 am at which
More informationCity of Albany, New York
City of Albany, New York REQUEST FOR PROPOSALS FOR THE PROVISION OF BOND COUNSEL SERVICES Proposal Number 2012-03 March 19, 2012 SECTION 1: PURPOSE 1.1 The City of Albany hereby requests proposals from
More informationINSTRUCTIONS TO VENDORS
REQUEST FOR PROPOSAL MANAGED PRINT SERVICES FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2018-P05 May 29, 2018 Illinois Valley Community College District No. 513 (the College) is accepting sealed
More informationINVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:
INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October
More informationBID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS
INVITATION TO BID from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233 BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS Sealed
More informationREQUEST 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 informationCITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR
CITY OF HONDO, TEXAS REQUEST FOR PROPOSAL FOR CASTRO AVE. AND F.M. 462 WATER IMPROVEMENTS PUBLISHED DATE: March 1, 2018 RESPONSE DUE DATE: April 24, 2018 Interested vendors must submit a RESPONSE PACKAGE
More informationPROPOSALS 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 informationCOUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1
CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2015 - Edition 1 THIS CONTRACT is made and entered into this day of, 20, by and between the COUNTY OF MARIN, hereinafter referred to as
More informationBOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL
BOROUGH OF ELMWOOD PARK REQUEST FOR QUALIFICATIONS AND PROPOSAL FOR MUNICIPAL BOND COUNSEL Date Issued: November 14, 2016 Return Date & Time: Return To: December 6, 2016, 11:00 AM Keith Kazmark, RMC/CMC/MMC
More informationCounty 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 informationCity of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole
Bid Package For Lease of Golf Carts City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN 37864-5500 Phone: (865) 868-1570 Fax: (865) 453-5518 Contact: Nicole Catlett Email: ncatlett@seviervilletn.org
More informationBROWNSVILLE 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 informationNEBBIOLO STANDARD TERMS & CONDITIONS OF SALE
NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE 1. GENERAL These Terms and Conditions of Sale ("Terms and Conditions") and any attached exhibits [together with those terms and conditions appearing on the
More informationREQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )
REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO (PPLD RFP #490-16-01) Pikes Peak Library District ( PPLD ) invites qualified
More informationPLEASANTVILLE HOUSING AUTHORITY
PLEASANTVILLE HOUSING AUTHORITY REQUEST FOR PROPOSALS/QUOTES - PROFESSIONAL SERVICES FEE ACCOUNTANT SUBMISSION DATE: Insert Date PUBLIC NOTICE FOR REQUEST FOR PROPOSALS/QOUTE - PROFESSIONAL SERVICE CONTRACT
More informationHOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES
HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS ORDINARY LEGAL SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et seq. PROPOSALS MUST BE SUBMITTED BY 11:00
More informationPURCHASING DEPARTMENT
PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us RFP P18-03 ADDITIONAL WIDE AREA NETWORK (WAN) February
More informationChapter 26. The Contract
Chapter 26. The Contract Summary This chapter identifies, in general terms, the required elements of a contract entered into for the procurement of goods or services. The specific elements of a contract
More informationSUU Contract for Workshops and Entertainment
SUU Contract for Workshops and Entertainment 1. PARTIES: This contract is between Southern Utah University, an institution of higher education of the State of Utah located at 351 West University Boulevard,
More informationUnited Silicon Carbide, inc. Standard Terms and Conditions of Sale
United Silicon Carbide, inc. Standard Terms and Conditions of Sale 1. APPLICABILITY. These terms and conditions (these Terms and Conditions ) shall apply to all sales by United Silicon Carbide, inc. (
More informationCITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015
CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015 OWNER: City of Des Plaines 1420 Miner Street Des Plaines, Illinois 60016 Owner will receive sealed proposals
More informationREQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO
REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO High Plains Library District (HPLD) invites qualified firm to submit a response to a Request for Proposal for legal
More informationNOTICE TO BIDDERS. Four (4) 2018 Harley Davidson Road King Police Model Motorcycles (FLHP) in solid luxury blue or equal
NOTICE TO BIDDERS NOTICE IS HERE BY GIVEN, that sealed Bids will be received by the Board of Commissioners of the City of Union City, County of Hudson, State of New Jersey on June 20, 2017 at 10:30 a.m.
More informationGALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f
GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room
More informationTOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S
TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos
More informationREQUESTS FOR PROPOSALS
REQUESTS FOR PROPOSALS Consulting Services for the Village of Oswego to Complete a Software Needs Assessment Village of Oswego 100 Parkers Mill Oswego, IL 60543 Proposals must be submitted by Thursday,
More informationVALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS
VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS These Standard Purchase Order Terms & Conditions, as set forth herein, are applicable to Purchase Orders issued by Valdosta State
More informationTELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1
TELEPHONE: 620/694-1970 OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO. 15-149 ADDENDUM NO. 1 July 22, 2015 TO ALL PROSPECTIVE BIDDERS: The Bid Documents for the Bid 15-149, are hereby amended
More informationFREIGHT CHARGES AND RISK OF LOSS. Unless stated otherwise, all items are shipped F.O.B. AAP manufacturing facility.
Sales Terms and Conditions These Sales Terms and Conditions shall be the sole terms and conditions governing the sale of goods by Arconic Architectural Products LLC ( AAP ) selling Products to a purchaser
More informationINVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.
INVITATION TO BID Notice to Bidders: Bids will be received by the Port of Shelton, 21 W Sanderson Way, Shelton, WA 98584 for the following work order: Work Order: Enter # and Name Here Pre-Bid Showing:
More informationBOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES
BOROUGH OF HIGHTSTOWN REQUEST FOR PROPOSAL GRANT WRITING & CONSULTING SERVICES Date Issued: November 13, 2017 Return Date & Time: Return To: December 14, 2017 no later than 11am Debra Sopronyi, Borough
More informationHOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES
HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et seq. PROPOSALS MUST BE SUBMITTED BY 11:00
More informationREQUEST FOR PROPOSAL (RFP)
REQUEST FOR PROPOSAL (RFP) Ladue School District hereby invites the submission of proposals for: Real Estate Broker Services The responsive Proposal will comply with all federal, state and local regulations.
More informationTOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES
TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.
More informationUnion College Schenectady, NY General Purchasing Terms & Conditions
Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase
More informationRFP # Wireless Network Equipment
VAIL UNIFIED SCHOOL DISTRICT NO. 20 VERIFICATION OF RECEIPT OF SOLICITATION RFP #18-007-19 Wireless Network Equipment NOTICE Complete and return this page immediately to verify receipt of solicitation
More informationBUSINESS ASSOCIATE AGREEMENT
BUSINESS ASSOCIATE AGREEMENT THIS BUSINESS ASSOCIATE AGREEMENT (the Agreement ) is entered into this day of, 20, by and between the University of Maine System acting through the University of ( University
More informationFIRE HYDRANT REPAIR/REPLACEMENT (AS NEEDED) INFORMAL QUOTATION (Construction Services under $100,000) CITY OF SPARKS, NEVADA
Informal Quotation Contract Page 1 FIRE HYDRANT REPAIR/REPLACEMENT (AS NEEDED) INFORMAL QUOTATION (Construction Services under $100,000) CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this
More informationCity 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 informationKELTY TAPPY DESIGN, INC.
KELTY TAPPY DESIGN, INC. ARCHITECTURE PLANNING URBAN DESIGN FURNITURE BID DOCUMENTS LAGRANGE COUNTY PUBLIC LIBRARY Introduction Thank you for your interest in providing furniture-related items for the
More informationREQUEST FOR PROPOSAL. UPS Maintenance
REQUEST FOR PROPOSAL UPS Maintenance DATE: February 7, 2008 QUESTIONS DUE BY: February 19, 2008 DUE DATE and BID OPENING: February 26, 2008 TIME OF BID OPENING: 2:00 P.M. EST LOCATION OF BID OPENING: 103
More informationIFB NUMBER: BID NUMBER, FISCAL YEAR NO Pre Bid needed for this solicitation IFB QUESTION DEADLINE January 24 th, 2014
The Bibb County School District takes this opportunity to announce that we are requesting bids for the purchase of Texas Instruments Calculators. All bids should be delivered to the Bibb County School
More informationREQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES
REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.
More informationSAN DIEGO CONVENTION CENTER CORPORATION
SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:
More informationTOWNSHIP OF BLOOMFIELD STANDARDIZED SUBMISSION REQUIREMENTS FOR PROFESSIONAL SERVICES INFORMATION FOR PROFESSIONAL SERVICES ENTITIES
TOWNSHIP OF BLOOMFIELD STANDARDIZED SUBMISSION REQUIREMENTS FOR PROFESSIONAL SERVICES INFORMATION FOR PROFESSIONAL SERVICES ENTITIES Section 1. RECEIPT AND OPENING OF SUBMISSIONS A. OWNER AND PROJECT The
More informationIn 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 informationSECTION 2 - STANDARD TERMS & CONDITIONS
SECTION 2 - STANDARD TERMS & CONDITIONS 1. Genesee County Purchasing Regulations: All procurements are conducted in accordance with the Genesee County Purchasing Regulations, a copy of which is on file
More informationREQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC
REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC This is a Federally Funded project. The Surveyor and Subcontractors on this project must comply with HUD contract provisions 24CFR
More informationCITY 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 upgrade of the existing A/V System for the City of Galesburg, Illinois Instructions to
More informationFLORIDA 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 informationVILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM
INVITATION FOR BIDDER'S PROPOSALS, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM OWNER: Village of Libertyville 200 East Cook Avenue Libertyville, Illinois 60048-2090 1. Invitation to Bid: Owner invites sealed
More informationOwner and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK
Ordinance No. 2016-12 CONSTRUCTION AGREEMENT FOR SIDEWALK INSTALLATION THIS CONSTRUCTION AGREEMENT FOR SIDEWALK INSTALLATION ( Agreement ) is dated as of the day of August, 2016 by and between Village
More informationREQUEST FOR SEALED PROPOSALS
REQUEST FOR SEALED PROPOSALS FOR PROFESSIONAL SERVICES UNDER A FAIR AND OPEN PROCESS CITY REDEVELOPMENT ATTORNEY 2015 CITY OF WOODBURY 33 DELAWARE STREET WOODBURY GLOUCESTER COUNTY NEW JERSEY, 08096 Proposal
More informationEUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES
EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES The intent of this Request for Qualifications (RFQ) is to solicit responses from Energy Service
More informationRequest for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015
Request for Proposal (RFP) For Printing Services RFP #15-001-44 Posting Date: March 18, 2015 Response Deadline: April 15, 2015 2:00 p.m. Central Standard Time (CST) To: Kristi Yates, Accountant Marinette
More informationWYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter
WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR Spray foam services At Wyoming County of Wyoming Animal shelter PRC # 2018009820 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the County of Wyoming
More informationREQUEST FOR QUOTE (RFQ) # FORESTRY HERBICIDE PURCHASE POSTING DATE: JULY 24, 2018
REQUEST FOR QUOTE (RFQ) #18-030-25 - FORESTRY HERBICIDE PURCHASE POSTING DATE: JULY 24, 2018 RESPONSE DEADLINE: AUGUST 6, 2018 4:30 P.M. CENTRAL STANDARD TIME (CST) TO: PETE VILLAS, ADMINISTRATOR MARINETTE
More informationLEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS
LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT
More informationKnox County Government and Strategic Equipment and Supply
Knox County Government and Strategic Equipment and Supply This Contract made and entered into this day of, 2010 by and between Knox County Schools, on behalf of Knox County Government, through its governing
More informationACA UNIFORM TERMS AND CONDITIONS
ACA UNIFORM TERMS AND CONDITIONS ARIZONA COMMERCE AUTHORITY (ACA) UNIFORM TERMS AND CONDITIONS 1. Definition of Terms As used in this Solicitation and any resulting Contract, the terms listed below are
More informationBROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)
BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK 74012 PHONE (918) 259-5700 FAX (918) 259-4344 Request for Bid Foundation Repair North Intermediate High School #B12-29 Time and Date to be Returned:
More informationINVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas
INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid
More information