Burbank-Glendale-Pasadena Airport Authority ( Authority ) NOTICE INVITING BIDS REQUEST FOR BID # ADM COPIER LEASE & MAINTENANCE SERVICE

Size: px
Start display at page:

Download "Burbank-Glendale-Pasadena Airport Authority ( Authority ) NOTICE INVITING BIDS REQUEST FOR BID # ADM COPIER LEASE & MAINTENANCE SERVICE"

Transcription

1 Burbank-Glendale-Pasadena Airport Authority ( Authority ) NOTICE INVITING BIDS REQUEST FOR BID # ADM COPIER LEASE & MAINTENANCE SERVICE NIGP COMMODITY CODES Copy Machines Copy Machines Multi-function Office Machines PRE-BID CONFERENCE/ JOB WALK NONE Electronic Bids Due No Later Than: JUNE 30, 2015 at 2:00 pm Submit Electronic Bids Online At: Bid forms, instructions to bidders, general terms and conditions, special provisions and copies of the scope of work and specifications are attached hereto. All bids MUST BE MADE on the Bid forms provided or in the specific format specified by the Purchasing Agent in the attached documents. Questions? Questions regarding this procurement should be submitted via the Online Q & A Section through Planet Bids. Please submit questions no later than 5:00 pm June 22, Q & A is for bidders who have questions regarding the service set forth herein. Visit: Click in the Q&A tab, click on Ask Question button, submit your question. The Burbank-Glendale-Pasadena Airport Authority reserves the right to accept or reject any and all bids. Sherri Himelstein, CPPB Purchasing Manager, shimelstein@bur.org,

2 EXHIBIT A SCOPE OF WORK A. OVERVIEW: 1. Authority is soliciting bids from qualified firms to provide, install, and perform maintenance and repair services for multifunction copiers (Lease and Maintenance Service). 2. Authority seeks bids to meet its requirements. B. TERM: 1. The term of the contract is for a five-year period. C. STATEMENT OF WORK/PERFORMANCE SPECIFICATIONS: 1. Background: Authority is requesting bids for replacement of our current fleet of copiers on a lease basis. Additionally, this bid is for full maintenance services of the equipment, including supplies (excluding paper and staples), toner, and drum replacement, training, peripheral equipment and software upgrades. 2. Objective: The objective of this IFB is to replace Authority s current copier equipment with like equipment. 3. Purpose: To provide copiers on a lease basis and provide maintenance for copiers, to be furnished on contract throughout the airport. 4. Contract Period: Authority intends to award a contract to supply equipment, supplies and maintenance for a five-year base period. 5. Copy Volumes: Authority is currently making approximately 56,000 copies per year. However, this is a historical figure and may not represent future usage and is not considered a guaranteed volume. Volumes may decrease or increase. 6. Delivery Time: Contractor must make delivery for all products within thirty (30) days from receipt of order. Delivery in excess of thirty days does not meet Authority s requirements and will not be considered. 7. Set-Up: The Contractor must deliver and set-up copiers on site at the location specified by Authority. 8. Supplies: The Contractor will make available with the order for equipment, a start-up kit of supplies, so when equipment is delivered the copiers may be set up immediately. 9. Training: The Contractor will provide training as required. 10. All equipment must be new with no used or refurbished parts. 11. All equipment replaced under this IFB shall be the most current production units, new, with an available supply of replacement parts guaranteed through the duration of the contract. 12. If an awarded model is discontinued during the term of the contract, the Contractor must provide Authority with a comparable substitute at the prices quoted for the original model and its accessories. 13. Authority reserves the right to accept the substitute based on its determination of comparability. Page 2

3 14. Loss/Damage. The Contractor shall be responsible for the risk of loss and/or damage to equipment and accessories leased under this IFB, except in the case of negligence, misuse or abuse on part of Authority personnel. 15. Training: Contractor shall provide on-site training to Authority staff upon award of the contract, and on an annual basis thereafter, and on upgrades as necessary. Cost The total cost for each copier shall be submitted at Authority s online bidding system at Include a specification sheet for each model as well. 16. Existing Equipment: Replacement copiers must meet the minimum specifications of Authority s current equipment. Authority s current equipment is as follows: CURRENT EQUIPMENT TYPE MFG MODEL NO. TYPE WITH FINISHER SPEED PPM DEPARTMENT LOCATION 1 RICOH BLACK & WHITE X 25 POLICE Terminal A MP 2550 SPF 1 RICOH BLACK & WHITE 25 FIRE Hangar 35 2 RICOH BLACK & WHITE X 50 PARKING Terminal A 2 RICOH MP 5000 SPF BLACK & WHITE X 50 PURCHASING Terminal A 2 RICOH BLACK & WHITE X 50 HUMAN RESOURCES Terminal A 1 RICOH BLACK & WHITE X 25 MAINTENANCE 7901 San Fernando MP 2550 SPF 1 RICOH BLACK & WHITE X 25 ENGINEERING Terminal A 3 RICOH MP 8001 SP COLOR X 80 RECEPTIONIST Terminal A 1 RICOH BLACK & WHITE 25 PARKING Terminal A MP 2550 SPF 1 RICOH BLACK & WHITE 25 ACCOUNTING Terminal A 4 RICOH MP C2550 SPF COLOR 25 SECURITY & BADGING Terminal A 1 NEED NEW MACHINE BLACK & WHITE 25 AIRSIDE & LANDSIDE OPERATIONS Million Air Building D. COPIER MAINTENANCE: 1. Service calls: Tools, equipment and skill used in the accomplishment of the needed service shall meet the manufacturer s specifications. The service representative shall have the training and experience level to perform prompt, efficient and accurate service on each type of model of equipment for which the Contractor is responsible. Service calls are not limited and will be taken during normal business hours between Monday through Friday, during daytime operating hours 8:00 am to 5:00 pm. 2. Preventative Maintenance: Contractor shall provide all material, equipment, parts, and labor necessary to perform scheduled preventative maintenance and on demand repair services as needed. Page 3

4 3. Authority locations: 2627 Hollywood Way, Terminal A, Burbank, CA San Fernando Road, Burbank, CA Clybourn Avenue 2 nd Floor and Fire Station 4. The Contractor shall provide maintenance and upgrades to all units on the equipment list. Maintenance shall include all parts including drums, labor and travel costs for unlimited onsite service. 5. Check in for Service Calls: Contractor shall check-in and check-out with Authority receptionist when servicing equipment. 6. Technician Certification: The Contractor shall provide a Technician Certified on all proposed copiers. 7. Warranty: The Contractor must provide warranty information for each model. Warranty shall include replacement of all parts including drums under the service agreement and to include replacement of equipment if necessary. 8. Other Services: The Contractor will provide and maintain a History Record for each machine. The record shall contain the following information: Model number, Serial Number, Date and Description of each service call, date of inspection and initials of the Vendor s Service Technician. An inspection acknowledgement list will be furnished to Authority for each visit, to be left with the using Department. 9. Billing of Maintenance: Authority will only pay maintenance and per copy charges in arrears. 10. Exclusions: Any repairs, damage or loss caused by other than normal and reasonable use, that are not to be covered by this contract. Estimate for work required for the above reasons will be submitted in advance by the Contractor to the Information Technology Department prior to work being accomplished. Authorization for the work described above will be a separate Purchase Order issued by the Purchasing Department. 11. Additions/Deletions to Maintenance: Authority reserves the right to add/delete equipment to/from the contract. The Contractor will provide additions/deletions to maintenance on a monthly basis, annually pro-rated. 12. Parts: All parts will meet manufacturer s specifications. No used parts will be installed. Original equipment manufacturer (OEM) parts only. 13. Response time: Under normal circumstances, a response time shall not be longer than eight (8) business hours. Authority expects service calls to be performed within 2 to 4 hours on an average. (For example: If a service call is placed in the A.M., Authority will expect to see a service technician in the P.M. and the machine to be operational within 2 to 4 hours form the time the call was placed.) 14. Any variance in excess of eight (8) hours will be coordinated at the time of the service request and a written report provided to Information Technology Department as to why the variance occurred. Page 4

5 15. Loaner Machines: a. If contract machine remains inoperable for more than forty-eight (48) hours, a loaner machine will be provided within eight (8) additional business hours until the inoperable equipment is repaired and returned to Authority. b. If a loaner is not furnished and the equipment remains inoperable for more than forty-eight (48) hours, the Contractor will issue an invoice credit equal to that month s charges (lease, copies, etc.) for the inoperable equipment. 16. Service Level: Authority shall have the right to terminate the lease agreement or demand a new replacement with similar specifications (or better) if the equipment a. Has been deemed t be a problem by the Information Technology Department due to five (5) service calls within a month. b. If there are more than three (3) service calls within a week to repair the same recurring malfunction or problem. c. Terminate the lease agreement for cause as stated above with no early termination penalty charges or other financial obligations to the contractor and the lessor. 17. The Authority may, at his discretion, terminate the lease agreement if the service response times are not fulfilled by the Contractor and if the equipment is deemed deficient and not performing according to specifications. E. BACKGROUND AND EXPERIENCE: Contractors bid shall provide documentation of the firm s background and specific expertise in providing sales, service and technical support for Copier equipment. A. Minimum Qualification of Bidders All bidders must meet the following criteria: a. Have at least three (3) years of experience in providing sales, service and technical support for copier equipment; b. Provide at least five (5) references for which like services have been performed within the past five (5) years; c. Have no unsatisfactory record of performance with any public agency; and d. Have the administrative and fiscal capability to provide and manage the proposed services. B. Equipment Standards a. Document feeders should handle at least 80 originals. b. Multiple paper sources (not including bypass tray) for multiple product selections. c. User-adjustable trays to hold minimum of 500 sheets and support paper sizes up to 11 x 17. d. Should support paper weights up to 110# card stock or 90# index. e. All devices shall have an interrupt mode to accommodate walkup users. f. Job assembly function to scan a single copy job and make multiple sets. Page 5

6 g. Minimum 512 MB printer memory and 120 GB Hard Disk Drive. h. Integrated network interface to provide direct network connection. i. Network interface must simultaneously support multiple protocols. j. Support Printer Command Language (PCL), PostScript and XML Paper Specification (XPS) printing. k. Entire job queue to be accessible via the walkup user interface or from the user s PC. l. Product to have a minimum of 600 x 600 DPI printing and copying at rated speed. m. Supporting Software: Administrator software to assist with the network installation. n. Provide a Hotline/Help Desk, staffed during all Authority operation hours. o. Document Management: Scan to , Scan to PDF C. Records a. Service Reports. Bids shall also include provisions for monthly service reports to be provided to the Purchasing Department. Reports should include, at a minimum, the following information on each machine: i. Usage volumes monthly, average six month, and average twelve month. ii. Total downtime for each month. iii. Actual response time for each service call. iv. Complete service call record for the last six service calls. v. Full service records and reports should also be available upon request to show the complete history of each machine. This will help document and troubleshoot chronic issues. D. Meter Readings a. Contractor shall obtain monthly meter readings using on-site visits by an authorized representative. b. Contractor shall obtain readings on all machines at each site at one time during the month, using the same reporting method (readings which can be accessed electronically by the Contractor exempt from this provision) for all contract equipment. c. Contractor shall create a back-up plan to ensure that meter readings are obtained on every machine each month at each location. d. Invoicing. Invoices must be based on actual meter readings, not estimated volumes. **End of EXHIBIT A Scope of Work** Page 6

7 F. BID DOCUMENTS, BID PRICING, SUBMITTING BID: A. BID DOCUMENTS: 1. GO TO THE AUTHORITY VENDOR PORTAL at to obtain bid information; bid documents; submit questions online, submit bids online; receive automated notification of bids, request for proposals, addenda; view job walk attendees, bid results, and awards. 2. OBTAIN BID DOCUMENTS: a. Prospective bidders must register or update vendor profile: Click on New Vendor Registration, complete all applicable fields under all of the tabs. Bidders must be registered to download bid documents. b. Prospective bidders must download all bid documents/addenda: Click on Bid Opportunities, double-click on desired bid, Click on Documents/Attachments tab and Addenda & tab, and doubleclick on all attachments. Review/print all posted information under all of the tabs. 3. ASK QUESTIONS: a. Prospective bidders must submit their questions electronically by the Q&A deadline: Click on the Q&A tab, click on the Ask Question button, Type in your question, use document, page, and paragraph references. Questions will be reviewed and answered as quickly as possible, which may take several days. b. Review all Q&A prior to submitting their bid; frequent review is recommended. B. SUBMITTING BID: 1. Prospective bidders must submit bids in electronic only format at Click on the ebid button, enter prices in the Line Items tab. Bidders may change or withdraw their bid any time prior to the bid close. 2. Scan and attach the following required documents to your ebid: (This list may not be allinclusive; additional items may be required elsewhere in bid specifications. Failure to provide required documents with bid may cause the bid to be deemed non-responsive.) i. Non-Collusion Affidavit ii. Equipment Cost Form (One for each copier type) iii. References iv. Background and Company Information Page 7

8 Burbank-Glendale-Pasadena Airport Authority Instructions to Bidders & Bid Terms and Conditions 1. Method of Submission: No bid or proposal will be considered for award unless properly submitted in the Authority s electronic bid management system, or, if required to be submitted by hard copy, on the bid proposal forms furnished by the Purchasing Agent, completely filled out and properly delivered. When bids on certain items are optional, bidders shall indicate no bid or 0 in the space provided for an item for which no bid is being offered. For bids submitted in paper format, all forms must be properly signed by the bidder, and delivered under sealed copy plainly marked with the bid # and title on the outside of the envelope, and delivered to the Office of the Purchasing Agent, 2627 Hollywood Way, Terminal A 2 nd Floor, Burbank, CA Formal bids may not be submitted by fax or regular Bid Due Date & Public Opening: All bids, must be physically received in the Office of the Purchasing Agent, or submitted in the electronic bid system on or before the closing time indicated on the bid documents. Bids mailed or delivered to the wrong location, or which for any other reason do not arrive in the Purchasing offices or electronic bid file by the due date and time are considered late and will be rejected. Bids will be publically opened in the Purchasing Offices immediately following the due date and time. 3. Specifications and Qualifications: Bidders shall carefully review all specifications, drawings, scopes of work, and any other bid requirements, including but not limited to; insurance, bonding, licensing, references, affidavits, certifications, etc. that may be called for in the bid documents, in order to ensure qualifications and submission of a responsive bid or proposal. All requirements specified in the bid documents will be made a part of any contract with the successful bidder. 4. Timing of Award/Bid Withdrawal: Awards will be made by the Authority within ninety (90) days from the date bids are opened, unless a different timeline is provided in the bid documents. Any bid may be withdrawn up until the date and time for opening. Any bid not so withdrawn shall constitute an irrevocable offer, which may not be withdrawn prior to award by the Authority within the number of days specified in the bid documents. 5. Questions: Any questions concerning this bid request are to be directed to the Purchasing Agent in writing or by no later than seven (7) calendar days prior to the scheduled bid submittal date. Attempts to obtain information from other Authority employees or contractors during the bid cycle may disqualify a bidder. All known bidders will be notified of any revision, deletion, or addition made as a result of such inquiries by the posting of an addendum on the Authority s Planet Bid Portal. Bidders should check the website for any addendums prior to submitting their bid. 6. Price errors/discrepancies: In the event of discrepancies between totals, unit price extensions and summaries of totals, the unit price correctly extended will control. 7. Single or Multiple Awards: If more than one item appears on the bid proposal form and no statement to the contrary is set forth therein, the Authority reserves the right to: a. Make multiple awards based upon prices submitted; or Page 8

9 b. Make one award based upon the total price of all items. Bidders have the option of stipulating all or nothing or any combination of items on their proposal unless otherwise stated in the bid specifications. 8. Open Competition: The Authority encourages all qualified business firms to submit proposals. The Purchasing Department will assist by providing detailed instructions, procurement policies, and other relevant information upon request to any potential bidder seeking assistance. 9. Federally Funded Projects: For projects designated as federally funded, the successful bidder must certify prior to award that it has a written affirmative action program and complies with all federal, state, and municipal laws and regulations pertaining to affirmative action and nondiscrimination. Vendor must also certify that they have not been disbarred and comply with any additional Federal regulations that may be indicated within the specific bid documents. When this provision is applicable to the bid, this certification shall be made on the bid form that will be provided with the bid documents. 10. New Materials: Unless a bid specification calls for used, refurbished or recycled materials, all items or materials bid and supplied to the Authority are to be new, unused products. 11. Alternates/Substitutions: When bidding an item believed to be equal to that specified where equals are called for, sufficient supporting data is to accompany your bid to enable the Authority to determine whether the proposed item is equal. Vendors should refer to the specification pages to determine if alternate products or specifications will be considered, and to determine any pre-qualification requirements that may be applicable. 12. Exceptions: Exceptions to the Authority s specifications, terms or conditions taken at time of, or after bid submittal, may render the bid non-responsive and result in disqualification. Vendors wishing to request such exceptions are requested to notify the Buyer of such request no later than seven (7) days prior to the bid due date, to allow for consideration and notification of acceptance or rejection of such request. 13. Lowest Responsive and Responsible Bidder: It is understood that, except as may be otherwise expressly provided in the Specifications, the award will be made to the lowest responsive and responsible bidder where the bids are for identical items or supplies, subject to the right to reject any and all bids. When bids call for articles or supplies that are similar but of different brand or make, the Authority may accept the bid of the bidder who submits the article or supply which, in the Authority s judgment, is deemed best for the Authority although it may not be the lowest bid. 14. Informality or Irregularity: The Authority reserves the right to waive any informality or irregularity in a bid when it is to the advantage and best interest of the Authority to do so. It is further understood that if the bidder to whom any award is made fails to enter into a contract in a timely manner, award may be made to the next lowest responsible bidder who shall be bound to perform as if he had received the award in the first instance. 15. Discounts/Rebates: Any and all discounts or proposed rebates must be incorporated as reductions in the bid prices and not shown separately. The price as shown in the unit price and its extension shall be the price used in determining the award. 16. Payment Terms: Standard payment terms are Net 30 days. Payment will be made within thirty days of acceptance of goods or services and receipt of invoice, whichever occurs last. Discount Page 9

10 payment terms may be offered; however, they will not be considered in determining lowest responsive bid award. 17. Delivery Terms: Unless specified otherwise in the bid documents, all items are to be priced with freight and/or delivery charges included in the price quoted. Shipping terms to be FOB delivered to the Authority specified location. 18. Taxes: Bidders should submit their bid prices without including State sales taxes. The Authority pays State sales tax at the Authority rate in effect at the time of purchase, and will include sales tax on the Purchase Order issued to the successful bidder. 19. Non-Collusion: By submitting a bid, bidder certifies they have not divulged, discussed or compared their bid with other bidders, nor colluded with any other bidder or parties to the request for bid. Bidders must sign and submit the Authority s Non-Collusion Affidavit with their bid. 20. Applicable Laws: All applicable laws and regulations of the State of California, County of Los Angeles, and City of Burbank will apply to any resulting agreement, contract or Purchase Order. Bidders are responsible to comply with any and all Federal, State, and local rules, regulations and requirements applicable to their provision of goods and/or services to the Authority. 21. Patents, Royalties and License Fees: Should any articles being bid be protected by patent, copyright, royalties and/or license fees, the successful bidder shall include any such royalties or license fees in their bid price, and defend all suits or claims for infringement of any patent right against the Authority. Successful bidder shall hold the Authority harmless from any loss on account thereof and cost and attorney s fees incurred therefore. 22. Quality Guaranty: All items furnished shall be new, of good workmanship, in full accordance with the specifications, and free of defects. Items will be subject to inspection by the Authority. If any product or service delivered shows evidence of shipping damage or defects, does not meet applicable specifications, or does not perform to the standards represented by the supplier, the Authority shall reject same. Supplier will refund money which has been paid and bear all costs of removal and return of the products. Unless otherwise specified, all products provided shall have a manufacturer s warranty of at least twelve (12) months on workmanship, parts, and labor. 23. Hold Harmless and Indemnification: The successful bidder shall agree to indemnify, defend and hold harmless the Authority (including its officers and employees) from and against any and all claims of any kind or nature presented against the Authority arising out of vendor s (including vendor s employees, representatives, products and subcontractors) performance under any purchase order or agreement resulting from this bid, excepting only such claims, costs or liability which may arise out of the sole negligence of the Authority. 24. Bonding and Insurance Requirements: Some procurements may require bonding and/or insurance. Specific requirements will be stated in the applicable bid documents. In the event bonding is required, bonds shall be submitted in a form acceptable to the Authority (samples will be included in the documents). Checks or letters of credit will not be accepted in lieu of bonding. When work will be performed on Authority property, the Authority s standard insurance requirements will apply, unless otherwise indicated in the bid specifications. Authority to be named as an Additional Insured. All policies shall provide for a minimum of 30 Page 10

11 days written notice of any change or cancellation. Insurance policies to be in a form and written through companies acceptable to the Authority. 25. Addenda: Any changes, deletions, or additions to this bid solicitation will be made by addendum numbered sequentially and posted on Planet Bids Vendor Portal. In order to ensure that your bid is predicated upon having received such addenda, please submit signed addenda with the bid submittal. Bidders submitting their bids on line will enter this information electronically in space provided. 26. Right to Reject: The Authority reserves the right to accept or reject any and all bids. Page 11

12 EQUIPMENT COST FORM (ONE FOR EACH COPIER TYPE) Please include Specification Sheet for Each Model MODEL TYPE# DIGITAL/COLOR (CIRCLE) DESCRIPTION/FEATURES: EQUIPMENT PRICING MONTHLY LEASE BASE MODEL OPTIONAL FEATURES MAINTENANCE Full coverage maintenance for equipment as listed above. Includes all parts and labor, unlimited service calls. Allows Copies per month Overage Per copy Monthly Charge Page 12

13 SUPPLIES Toner Developer Fuser Oil Supply Cost per copy /Case Qty/case Yield/case Supply Cost per month Above pricing includes everything necessary to perform the requirements of the contract. All costs necessary to complete the terms of this bid must be included in the appropriate box(es). Include all direct and indirect costs including labor, wages, travel, lodging, meals, rentals, installation, delivery, and other pricing elements that are necessary to fulfill the requirements of the contract. Attach additional sheets to fully disclose and detail pricing information, if needed. Bidder s Company Name (Corp./partner/proprietor) Principle Office Address City, State, Zip Phone Number Fax Number Federal Employer I.D. Number Title of Person Authorized to Sign Print Name Signer of Contract Authorized Signature Date Signed Page 13

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

Cherokee County Water and Sewerage Authority

Cherokee County Water and Sewerage Authority Cherokee County Water and Sewerage Authority August 30, 2018 The Cherokee County Water and Sewerage Authority is accepting proposals from qualified vendors for multifunction printers and copiers. Sealed

More information

I. SUBMISSION DEADLINE

I. SUBMISSION DEADLINE REQUEST FOR PROPOSALS FOR MULTIFUNCTION COPIER/SCANNER/PRINTER/FAX SERVICES Cincinnati Museum Center ( CMC ) invites proposals from qualified and experienced companies that will provide full-service copy/scanner/print/fax

More information

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Invitation To Bid for COLOR COPIER Contact: Michael Siegrist Phone: 734 394-5120 E-mail: michael.siegrist@canton-mi.org Date Issued: 10/4/2018 Due Date & Time: 3:00 p.m., Thursday,

More information

REQUEST FOR PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES. RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 12:00 p.m.

REQUEST FOR PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES. RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 12:00 p.m. REQUEST FOR PROPOSALS June 9, 2018 FOR COMPREHENSIVE COPIER SERVICES RESPONSE DEADLINE FOR SEALED BID PROPOSALS: June 28, 2018 @ 12:00 p.m. DATE THAT SEALED BID PROPOSALS WILL BE PUBLICLY OPENED: June

More information

Van Dyke Public Schools Request for Proposal Copiers August 2, 2013

Van Dyke Public Schools Request for Proposal Copiers August 2, 2013 Page 1 of 11 Van Dyke Public Schools Request for Proposal Copiers August 2, 2013 Introduction Van Dyke Public Schools is seeking to replace approximately 16 multi-function, printer, scanner, copiers. The

More information

REQUEST FOR PROPOSAL RFP #14-03

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

More information

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

More information

Central Pierce Fire & Rescue Request for Proposal Asset Financing

Central Pierce Fire & Rescue Request for Proposal Asset Financing Central Pierce Fire & Rescue Request for Proposal Asset Financing Pierce County Fire Protection District #6 (Central Pierce Fire & Rescue) is accepting SEALED PROPOSALS from qualified providers of financing

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

PURCHASING DEPARTMENT

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

More information

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

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847) GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS 60025 (847) 657-3215 DATE: March 8, 2019 SPECIFICATIONS FOR: Spin Bikes and Software BIDS RECEIVED UNTIL: March 27, 2019 2:00pm at Park Center

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

COVINA-VALLEY UNIFIED SCHOOL DISTRICT

COVINA-VALLEY UNIFIED SCHOOL DISTRICT COVINA-VALLEY UNIFIED SCHOOL DISTRICT Request for Proposal - RFP 16-17-106 of Multi-function Digital Copier Equipment and Service RESPONSE DUE: Friday, March 24, 2017 at 10:00 a.m. PST Covina-Valley Unified

More information

CITY OF SAINT CHARLES, MISSOURI INVITATION FOR BID BID NUMBER 4126 FOUR (4) NEW DIGITAL COLOR COPY MACHINES MAY 1, 2015

CITY OF SAINT CHARLES, MISSOURI INVITATION FOR BID BID NUMBER 4126 FOUR (4) NEW DIGITAL COLOR COPY MACHINES MAY 1, 2015 CITY OF SAINT CHARLES, MISSOURI INVITATION FOR BID BID NUMBER 4126 FOUR (4) NEW DIGITAL COLOR COPY MACHINES MAY 1, 2015 INCLUDED ARE: Bid Instructions Terms and Conditions Specifications Bid Form CITY

More information

Color Copier/Printer Lease

Color Copier/Printer Lease ILLINOIS VALLEY COMMUNITY COLLEGE 815 North Orlando Smith Ave. Oglesby, IL 61348 REQUEST FOR PROPOSAL PR10-P06 COLOR COPIER/PRINTER LEASE October 23, 2009 Illinois Valley Community College is accepting

More information

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name: INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October

More information

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

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

More information

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85. Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,

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

NUTANIX 1450 SERVER AND SUPPORT

NUTANIX 1450 SERVER AND SUPPORT INVITATION FOR BIDS (IFB) 5-3147 NUTANIX 1450 SERVER AND SUPPORT ORANGE COUNTY TRANSPORTATION AUTHORITY 550 South Main Street P.O. Box 14184 Orange, CA 92863-1584 (714) 560-6282 Key IFB Dates Issue Date:

More information

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

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

More information

REQUEST FOR BID North Fraser Street Georgetown, SC Contact: Daniella Howard, Purchasing Agent Phone:

REQUEST FOR BID North Fraser Street Georgetown, SC Contact: Daniella Howard, Purchasing Agent   Phone: REQUEST FOR BID REQUESTOR: PROJECT: City of Georgetown 1134 North Fraser Street Georgetown, SC 29440 Contact: Daniella Howard, Purchasing Agent Email: dhoward@cogsc.com Phone: 843.545.4043 Citywide Asphalt

More information

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP # CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #13-09-001 The City of Dublin is accepting proposals for the purchase of a

More information

Quote- RFQ Keldric Owens. Technology Manager.

Quote- RFQ Keldric Owens. Technology Manager. Solicitation Type & Number Quote- RFQ2017-005 Date of Quote Announcement/Request August 30, 2017 Solicitation Title Request for Qualifications/Questions Deadline Quote Due Date Time Housing Authority of

More information

Request for Proposals RFP Copiers, and Related Services and Software

Request for Proposals RFP Copiers, and Related Services and Software Request for Proposals RFP 12.20.2017 Copiers, and Related Services and Software SULLIVAN COUNTY COMMUNITY COLLEGE SUNY Sullivan is issuing a Request for Proposals RFP 12.20.2017 Copiers, Copy Related Services

More information

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) E-RATE YEAR 15 (2012/2013) RFP 6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) Anderson Union School District Anderson Union High School District (AUHSD) is seeking proposals for the upcoming Year

More information

MELBA SCHOOL DISTRICT

MELBA SCHOOL DISTRICT MELBA SCHOOL DISTRICT REQUEST FOR PROPOSAL ( RFP ) FOR EPSON 595wi SHORT THROW PROJECTORS (STP) FOR MELBA SCHOOL DISTRICT NO. 136 ( MSD ) DUE: MONDAY; MAY 9, 2016 AT 12:00PM (MT) 1 Initials INVITATION

More information

No late bids will be considered.

No late bids will be considered. CITY OF LEAGUE CITY NOTICE TO BIDDERS BID# 14-017 CITY STREET SWEEPING The City of League City is now accepting sealed bids for services to be rendered in the regular and routine sweeping of certain streets

More information

REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, :00PM

REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, :00PM REQUEST FOR PROPOSAL COPIERS AND COPIER MAINTENANCE YOUR PROPOSAL MUST BE RECEIVED BEFORE June 28, 2018 2:00PM PROPOSER S CERTIFICATION We offer to furnish Lewis-Palmer School District the materials, supplies,

More information

PURCHASING DEPARTMENT

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

More information

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION BID PACKAGE CITY OF BEVERLY HILLS INFORMATION TECHNOLOGY DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed proposals are requested on the list of materials,

More information

Request for Proposals. Copiers

Request for Proposals. Copiers Request for Proposals Copiers Submittal Deadline: June 22, 2015 Background Information The Erie County Industrial Development Agency is a corporate governmental agency, constituting a public benefit corporation

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

Invitation for Bid - Moody Center for the Arts / Theatrical Lighting

Invitation for Bid - Moody Center for the Arts / Theatrical Lighting Invitation for Bid - Moody Center for the Arts / Theatrical Lighting Bid#2016-10-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement

More information

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

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

More information

Request For Proposals. For Copier. For GREENVILLE UTILITIES COMMISSION

Request For Proposals. For Copier. For GREENVILLE UTILITIES COMMISSION Request For Proposals For Copier For GREENVILLE UTILITIES COMMISSION Of the City of Greenville, North Carolina 401 South Greene Street Greenville, North Carolina 27834 Issue Date June 19, 2017 Response

More information

Ohio Public Employees Retirement System. Request for Proposal

Ohio Public Employees Retirement System. Request for Proposal Ohio Public Employees Retirement System For: Multi-Functional Copier Replacement Date: April 14, 2015 Project Name: Black & White and Color Copiers 277 East Town Street Columbus, Ohio 43215 1-800-222-PERS

More information

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

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

More information

City of New Rochelle New York

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

More information

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

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

More information

REQUEST FOR PROPOSALS FOR DIGITAL PRODUCTION COPIER. City of Goleta City Clerk s Office 130 Cremona Drive, Suite B Goleta, CA 93117

REQUEST FOR PROPOSALS FOR DIGITAL PRODUCTION COPIER. City of Goleta City Clerk s Office 130 Cremona Drive, Suite B Goleta, CA 93117 April 19, 2017 CITY COUNCIL Paula Perotte Mayor Stuart Kasdin Mayor Pro Tempore Roger S. Aceves Councilmember Michael T. Bennett Councilmember Kyle Richards Councilmember CITY MANAGER Michelle Greene REQUEST

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

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

Request for Proposal for Natural Gas Supply

Request for Proposal for Natural Gas Supply Request for Proposal for Natural Gas Supply The Ware County Board of Commissioners is seeking sealed proposals for Natural Gas Supply. Sealed proposals will be received until Tuesday, March 8, 2011 at

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

COUNTY OF OSWEGO PURCHASING DEPARTMENT

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

More information

Request for Bid/Proposal

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

More information

HVAC Remodel Second Floor North Center Building

HVAC Remodel Second Floor North Center Building Invitation For Bid 01/02-08 Purchasing Services HVAC Remodel Second Floor North Center Building ISSUE DATE: 8:00 a.m., Wednesday, December 5, 2001 MANDATORY PRE-BID MEETING: 10:00 a.m., Wednesday, December

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

Uniform (Embroidery/Screening) Request for Proposals RFP#

Uniform (Embroidery/Screening) Request for Proposals RFP# Uniform (Embroidery/Screening) Request for Proposals RFP#2018-07 1.0 INTRODUCTION The purpose of this Request for Proposal (RFP) by the City of Springville, Utah (City) is to solicit sealed proposals from

More information

CITY OF VANDALIA, OHIO INVITATION TO BID FOR Copier Lease. Bid Due Date and Hour: 10:00 AM, April 9, 2018

CITY OF VANDALIA, OHIO INVITATION TO BID FOR Copier Lease. Bid Due Date and Hour: 10:00 AM, April 9, 2018 CITY OF VANDALIA, OHIO INVITATION TO BID FOR 2018 Copier Lease Bid Due Date and Hour: 10:00 AM, April 9, 2018 City Manager s Office City of Vandalia 333 James E. Bohanan Memorial Drive Vandalia, OH 45377

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

Huntingdon Area School District 2400 Cassady Avenue, Suite 2 Huntingdon, PA Specifications and Quotation Form For Copier & Service Bid

Huntingdon Area School District 2400 Cassady Avenue, Suite 2 Huntingdon, PA Specifications and Quotation Form For Copier & Service Bid Huntingdon Area School District 2400 Cassady Avenue, Suite 2 Huntingdon, PA 16652 Specifications and Quotation Form For Copier & Service Bid Quotation Form Due Date: 2 PM, June 6, 2018 Huntingdon Area

More information

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

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

More information

GENERAL INFORMATION 1. SCOPE:

GENERAL INFORMATION 1. SCOPE: GENERAL INFORMATION 1. SCOPE: 1.1 The Wayne-Finger Lakes BOCES and Participants require TRASH BAGS. The BOCES and Participants have agreed to form a Cooperative Bid Group as authorized by General Municipal

More information

CHARLESTON COUNTY PARK AND RECREATION COMMISSION

CHARLESTON COUNTY PARK AND RECREATION COMMISSION CHARLESTON COUNTY PARK AND RECREATION COMMISSION REQUEST FOR PROPOSAL HOLIDAY FESTIVAL OF LIGHTS ORNAMENTS 2015-20 MARCH 25, 2015 1 RFP2015-020 Request for Proposal 2015-020 Holiday Festival of Lights

More information

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

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

More information

City of New Rochelle New York

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

More information

SECTION NOTICE TO BIDDERS

SECTION NOTICE TO BIDDERS SECTION 00 0030 NOTICE TO BIDDERS MAQUOKETA COMMUNITY SCHOOL AG LEARNING CENTER MAQUOKETA, IA NOTICE IS HEREBY GIVEN: Sealed bids for a Lump Sum Bid under a Single Construction Contract for the Maquoketa

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY 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 information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

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

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

More information

REQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY

REQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY City of Central Falls REQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY Issue Date: Monday, May 1, 2017 The submission deadline

More information

REQUEST FOR PROPOSAL. Village of Lemont Two Multi Functional Copiers. May 7, Deadline for submission: 12:00 p.m. (noon) on May 24, 2012

REQUEST FOR PROPOSAL. Village of Lemont Two Multi Functional Copiers. May 7, Deadline for submission: 12:00 p.m. (noon) on May 24, 2012 REQUEST FOR PROPOSAL Village of Lemont Two Multi Functional Copiers May 7, 2013 Deadline for submission: 12:00 p.m. (noon) on May 24, 2012 Responses should be emailed to: George J. Schafer Assistant Village

More information

Request for Proposal: Copier Fleet Minooka Elementary School

Request for Proposal: Copier Fleet Minooka Elementary School 1 Minooka 201 CCSD Aaron Souza Director of I.T. 305 W. Church St Minooka, IL 60447 Office: 815 467 5740 asouza@min201.org Request for Proposal: Copier Fleet Minooka Elementary School 2 Table of Contents

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 Communications Tower BID OPENING DATE: August 25, 2014 TIME: 2:00 P.M.

More information

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520) REQUEST FOR PROPOSALS Energy Performance Contracting Services INTRODUCTION The City of Coolidge will accept competitive sealed proposals for energy performance contracting services at the address or physical

More information

All shipments, shipping papers, invoices and correspondence must be identified with the City of Los Angeles' Contract Purchase Order Number.

All shipments, shipping papers, invoices and correspondence must be identified with the City of Los Angeles' Contract Purchase Order Number. VendorlD: 0000013838 City of Los Angeles, California ID 1 Dates Maximum City of Los Angeles' vendors are required to have on file an approved Affirmative Action Plan and Certification. Contact Buyer at

More information

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION BID PACKAGE CITY OF BEVERLY HILLS INFORMATION TECHNOLOGY DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed proposals are requested on the list of materials,

More information

IFB NUMBER: BID NUMBER, FISCAL YEAR NO Pre Bid needed for this solicitation IFB QUESTION DEADLINE January 24 th, 2014

IFB 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 information

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS NOTICE TO BIDDERS Notice is hereby given that the City of Livermore invites sealed bids for FIRE AND BURGLAR ALARM MONITORING SERVICES IN CITY OWNED BUILDINGS. Each bid shall be in accordance with the

More information

Widget, Inc. Sales Agreement

Widget, Inc. Sales Agreement Widget, Inc. Sales Agreement Please read the agreement(s) below carefully. Widget, Inc. will accept your order only after you have accepted the terms of this sales agreement. By acknowledgement of this

More information

INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS. REGARDING: IFB Title: Courthouse Signage IFB No

INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS. REGARDING: IFB Title: Courthouse Signage IFB No INVITATION FOR BIDS SUPERIOR COURT OF CALIFORNIA COUNTY OF STANISLAUS REGARDING: IFB Title: Courthouse Signage IFB No. 14155004 BIDS DUE: February 20, 2015 NO LATER THAN 4:00 P.M. PACIFIC TIME 1 rev 9/24/12

More information

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017 GENERATOR RFP# PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017 Please mark your sealed envelope RFP # Proposal and deliver to the following address and person: Purchasing Supervisor

More information

PURCHASING DEPARTMENT

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

More information

OSCEOLA COUNTY BOARD OF COUNTY COMMISSIONERS PROCUREMENT SERVICES OFFICE REQUEST FOR QUOTATION RFQ IS WIDE FORMAT PRINTING EQUIPMENT

OSCEOLA COUNTY BOARD OF COUNTY COMMISSIONERS PROCUREMENT SERVICES OFFICE REQUEST FOR QUOTATION RFQ IS WIDE FORMAT PRINTING EQUIPMENT OSCEOLA COUNTY BOARD OF COUNTY COMMISSIONERS PROCUREMENT SERVICES OFFICE REQUEST FOR QUOTATION RFQ-14-03834-IS WIDE FORMAT PRINTING EQUIPMENT BIDDER INFORMATION: Company Name:... Address:... Address:...

More information

HILLSBOROUGH COUNTY AVIATION AUTHORITY

HILLSBOROUGH COUNTY AVIATION AUTHORITY HILLSBOROUGH COUNTY AVIATION AUTHORITY INVITATION TO QUOTE FOR Security Access Control Software Maintenance QUOTE NUMBER: 14-534-805 ISSUE DATE: July 16, 2014 1.0 Background and Contact Information 1.01

More information

INSTRUCTIONS TO VENDORS

INSTRUCTIONS 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 information

PLEASANTVILLE HOUSING AUTHORITY

PLEASANTVILLE 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 information

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

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

More information

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

HEATING AND COOLING SYSTEM MAINTENANCE

HEATING AND COOLING SYSTEM MAINTENANCE TOWN OF HOPKINTON HEATING AND COOLING SYSTEM MAINTENANCE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS AND SPECIFICATIONS Heating

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

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

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

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P April 5, 2016 Re: P2016-02, Backflow Testing To Small Works Roster: Fire Protection and Plumbing Contractors REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA PROJECT: BACKFLOW TESTING BID#P2016 02

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) Annual Contract for Letterhead, Envelopes and Business Cards BIDDER INSTRUCTIONS Montrose County is seeking sealed bids from qualified vendors to supply and print letterhead, envelopes,

More information

NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE

NEBBIOLO 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 information

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

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

More information

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

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

More information

INVITATION TO BID (Request for Proposal)

INVITATION TO BID (Request for Proposal) INVITATION TO BID (Request for Proposal) February 13, 2017 PROJECT Staff Desktop Computers PROJECT DESCRIPTION Ninety (90) new computers, monitors and related equipment. BID RECEIVING Date: February 27,

More information

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

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

More information

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

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

More information

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL 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 information

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018 RETURN PROPOSALS TO: Rhetta Hogan Finance Department City of Yreka 701 Fourth Street Yreka, CA 96097 DEADLINE FOR

More information

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO:

REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: REQUEST FOR PROPOSAL FINANCIAL AUDIT SERVICES RETURN TO: Fayetteville School District Business Office ATTN: Lisa Morstad 1000 W, Stone Street Fayetteville, AR 72701 THIS IS NOT A COMPETITIVE BID. The request

More information

City of Forest Park Request for Proposals. Secure Access Control Systems

City of Forest Park Request for Proposals. Secure Access Control Systems City of Forest Park Request for Proposals Secure Access Control Systems Mandatory Pre-Proposal Conference March 9, 2016 at 10 am Bid Deadline March 25, 2016, at 2pm Purpose: The City of Forest Park is

More information