NOTICE OF REQUEST FOR QUOTATION for HIGH SCHOOL GRADUATION CAPS AND GOWNS
|
|
- Samantha Price
- 6 years ago
- Views:
Transcription
1 NOTICE OF REQUEST FOR QUOTATION for HIGH SCHOOL GRADUATION CAPS AND GOWNS NOTICE IS HEREBY GIVEN THAT TWIN RIVERS UNIFIED SCHOOL DISTRICT is seeking quotations from qualified vendors of HIGH SCHOOL GRADUATION CAPS & GOWNS for District high schools. The requested merchandise is intended for purchase by the students and families of Twin Rivers Unified School District ("TRUSD".) TRUSD is seeking, through this RFQ, to identify qualified vendors who will provide a fair and competitive offering to District families. A single vendor, or multiple vendors, may be selected to provide merchandise and services for up to three school years ( , , ) for students at up to 4 (four) comprehensive high schools, and 4 (four) alternative high school programs. Notwithstanding the intent of this RFQ, nothing in this RFQ shall be construed as a guarantee of selection of Vendor, or guarantee of a contract for any or all of Vendor's products or services. The purpose of this RFQ is to provide TRUSD with a Quotation of Vendor's offering, which Vendor, if selected, will provide to designated TRUSD high school students, under contracted pricing and terms, for up to three school years. Each Quotation must conform and be responsive to the requirements and specifications of this RFQ. Vendors must furnish their quotes on the form supplied in this RFQ. TRUSD reserves the right to accept or reject any or all Quotations in whole or in part/or waive any irregularity in any Quotation received. Responses to this RFQ are due by 3:00 p.m. on September 6, Vendors must sign and return the enclosed Quotation Sheet, along with the enclosed District Required Forms, and submit them with three samples of each quoted item. Responses must be received in a sealed envelope, addressed to: Twin Rivers Unified School District, Attn: Manager of Contract & E-Rate Services, 3222 Winona Way, North Highlands, CA Faxed or ed Quotations will not be accepted. All questions regarding this bid must be ed to debra.gordon@twinriversusd.org no later than Aug. 15, Please no telephone calls. A summary of questions and answers will then be ed out and posted on the Purchasing Dept. page of the TRUSD website at: Any changes/corrections or addenda to this RFQ will also be posted at this link, and ed to interested vendors. If you would like to receive updates concerning this RFQ, please send a request to debra.gordon@twinriversusd.org Thank you for your interest in Twin Rivers Unified School District. The District looks foward to receiving your company's response. RFQ High School Graduation Caps & Gowns Page 1 July 30, 2013
2 REQUEST FOR QUOTATION HIGH SCHOOL GRADUATION CAPS AND GOWNS TABLE OF CONTENTS Page No. Notice of Request for Quotation...1 Table of Contents...2 RFQ Instructions and Conditions RFQ Specifications...8 QUOTATION SHEET (fill in, sign & return with samples) District Required Forms (fill in and return with your Quotation Sheet) Contractor Qualification Certification Non-Collusion Affidavit Contractor Certification Alcohol-Tobacco Contractor Certification Drug Free Workplace RFQ High School Graduation Caps & Gowns Page 2
3 RFQ INSTRUCTIONS AND CONDITIONS Twin Rivers Unified School District ("TRUSD") hereby requests Vendor quotations for high school graduation caps and gowns, as specified herein. The requested merchandise is intended for purchase by the students and families of TRUSD. TRUSD is seeking, through this RFQ, to identify qualified vendors who will provide a fair and competitive offering to District families. A single vendor, or multiple vendors, may be selected to provide merchandise and services for up to three school years ( , , ) for students in up to 4 (four) comprehensive high schools, and 4 (four) alternative high school programs. READ ALL INSTRUCTIONS AND CONDITIONS CAREFULLY. TRUSD reserves the right to reject any or all quotations, to accept or reject any one or more items of a quotation, or to waive any irregularities of information in the quotation or bidding process. The quantities shown are believed to be accurate, however, TRUSD reserves the right to increase or reduce the numbers herein provided. Any Vendor responding to this RFQ shall not contact or lobby any TRUSD Board of Trustees member, District official, employee, or agent or representative during the RFQ process including up to the date of Board action, except as specified herein. Any party attempting to influence the selection of Vendor, including the submittal, review process or awarding of contract will have their firm's response rejected for violating this term and condition of the RFQ. Any party, individual, group or firm, not submitting a RFQ, but which may have a financial or business interest in a related contract award, shall not contact or lobby any TRUSD Board of Trustees member, District official, employee, or agent or representative during the RFQ process including up to the date of Board action. Any and all public comment regarding TRUSD's action in the award of this RFQ will be accepted on the date of Board action in a public meeting pursuant to the Brown Act. Vendors are advised to read this RFQ thoroughly and to any questions to: debra.gordon@twinriversusd.org. Questions will be accepted until Aug. 15, All questions received from Vendors, and TRUSD's responses, will be posted anonymously to the TRUSD website's Purchasing page at: If you are interested in receiving updates and Q&A concerning this RFQ, please your name/ address to debra.gordon@twinriversusd.org to be placed on the mailing list. 1. TERM OF CONTRACT The term of any resultant contract shall commence upon Board Approval for the school year, and may be renewed by mutual consent of TRUSD and Vendor yearly, for up to two additional school years. The contract may be terminated for Vendor's failure to comply with the RFQ instructions and conditions, failure to perform or provide the specified merchandise as offered by Vendor in response to this RFQ, or for price increases by Vendor. RFQ High School Graduation Caps & Gowns Page 3
4 2. SUBMISSION OF QUOTATIONS/RESPONSES Vendor Quotations in response to this RFQ must be received by Twin Rivers Unified School District by Sept. 6, 2013, 3:00 p.m., at the following address: TWIN RIVERS UNIFIED SCHOOL DISTRICT, ATTN: MANAGER OF CONTRACT & E-RATE SERVICES, 3222 WINONA WAY, NORTH HIGHLANDS, CA Three (3) complete copies of Vendor's Quotation, plus merchandise samples must be submitted, using the forms provided herewith. Quotations must be submitted in a sealed envelope. FAXED OR ED RESPONSES WILL NOT BE ACCEPTED. Any Quotations received after the deadline date and time will not be considered. At TRUSD's discretion, any incomplete or unsigned Quotations, or Quotations lacking the required forms, will be considered nonresponsive, and eliminated from further consideration. All Quotations received shall be opened and reviewed by a TRUSD committee consisting of related stakeholders. 3. FORMS Vendors are required to submit their responses (merchandise, services and pricing) on the designated enclosed form. Vendors are, in addition, required to complete, sign and return the enclosed NonCollusion Affidavit and Fingerprint/DOJ clearance forms. Vendor Quotations which are missing any of the required forms shall be deemed nonresponsive and will not be considered. 4. SPECIFICATIONS/PRODUCT OFFERING. Merchandise provided must conform to the specifications herein, and will be subjected to the inspection and approval of the Purchasing Department. All specifications are minimal requirements that must be met or exceeded. In addition to the specified items of this RFQ, Vendors are invited to list additional related items that are included their product or service offering. 5. VENDOR ERRORS AND CORRECTIONS Vendors are responsible for checking carefully all conditions and specifications. The Twin Rivers Unified School District will not be responsible for any error or omissions on the part of the Vendor in making a bid. Quotations may not be corrected after RFQ deadline. 6. ACCEPTANCE OF QUOTATIONS TRUSD reserves the right to reject any or all Quotations and to select individual items. Quotations may be rejected on grounds of non-responsiveness or non-responsibility. 7. ERRORS/OMISSIONS /ADDENDA Any changes to this RFQ as the result of errors or omissions on TRUSD's part shall be posted at and ed to Vendors who request to be placed on the list for notifications regarding this RFQ. Send requests to: debra.gordon@twinriversusd.org. 8. FAILURE TO COMPLY WITH INSTRUCTIONS Failure to comply with any of the instructions stated in the bidding documents may result in rejection of the Vendor's response. RFQ High School Graduation Caps & Gowns Page 4
5 9. WITHDRAWAL OF QUOTATION Any Vendor may withdraw his/her response to this Request for Quotation either personally or by ed request, prior to opening and review by TRUSD committee. 10. BRANDS All Vendors must indicate the manufacturer's brand name and model number of the item(s) on the Quotation form. Do not use "as specified" in responding to this requirement. Price will be the heaviestweighted factor, but not be the sole deciding factor, in the award of this contract. The Twin Rivers Unified School District further reserves the right to award the bid line by line, or all or none, depending on which is most advantageous to TRUSD schools. 11. MERCHANDISE SAMPLES Vendors must provide 3 identical samples of each merchandise item included in their Quotation. Samples must be received with Vendor's Quotation, clearly marked as being submitted by Vendor, and shall become the property of TRUSD. 12. TAXES Quotations should not include Federal Excise Tax, as the TRUSD is exempt from such tax and will furnish appropriate tax exemption certificates. The Twin Rivers Unified School District will pay California Sales Tax and Use Tax, if applicable, but the amount of this tax will be paid separately and should not be included in Vendor's Quotation. 13. SHIPPING/FOB DESTINATION PRICING All merchandise shall be shipped completely, contained in cardboard containers and appropriate packaging to prevent damage of merchandise. Shipment will be refused if shipped other than specified. Vendors must assume F.O.B. Destination and transportation charges to the school location(s) designated by TRUSD. TRUSD will not pay shipping and handling charges, nor pay for any fuel surcharges that are not indicated herein. 14. RFQ - VENDOR PREPARATION COSTS Vendors are to assume all costs associated with preparing and submitting their responses to this Request for Quotation. TRUSD neither implies nor accepts any responsibility for the cost of preparation of Vendors' Quotation/Response. 15. EVALUATION CRITERIA/AWARD OF CONTRACT Contract will be awarded to the responsible Vendor whose offering and quotation represents, in the sole discretion of TRUSD, the most advantageous combination of value to the District's students and families. As such, responses to this RFQ will be evaluated according to the following criteria: Vendor's fair and competitive pricing Vendor's qualifications as a competent manufacturer and/or distributor of equipment Vendor's years of industry experience RFQ High School Graduation Caps & Gowns Page 5
6 Vendor's experience in serving large public school districts Vendor's ability to meet the specific needs of TRUSD, its students and families Vendor's track record of timely, efficient and complete response to customer needs and deadlines Vendor's possession of adequate factory and/or distribution capacity, currently in active production, to produce and distribute the required items Quality, durability, design and beauty of Vendor's merchandise Vendor's overall value proposition to TRUSD students and families Vendor's "added value" to be defined by Vendor Vendor's Customer References 16. PREVIOUS PERFORMANCE TRUSD reserves the right to reject the response of any Vendor who cannot demonstrate the ability to provide the services required. Past service and delivery performance for a comparable organization is a factor in the determination of contract award. Vendors who have demonstrated unsatisfactory performance will be subject to disqualification from consideration of contract award. 17. LICENSING AND COMPETENCY OF VENDOR Vendor must be licensed in accordance with the law, be a factory authorized dealer or otherwise licensed or qualified to produce and deliver the required merchandise and services requested under this RFQ. Vendor must have successfully performed/delivered in projects of similar scope and size. A representative of TRUSD, prior to contract award may examine the business premises of any Vendor. Vendors shall agree to fully comply with all City, State and Federal laws, regulations and ordinances governing performance of the contract awarded. It will be the responsibility of the contractor to obtain any clearances necessary for completion of the contract. 18. INDEMNIFICATIONS AND INSURANCE Vendor shall be an independent contractor and not an agent or employee of District under this Contract. Contractor shall be responsible for any damage, loss or other claim arising out of the performance of its services under this Contract. Prior to commencement of services and during the life of this Contract, Contractor shall provide the District with a current certificate of policy evidencing its professional general liability insurance coverage in a sum not less than ONE MILLION AND NO/100 DOLLARS ($1,000,000) per occurrence, and such certificate or policy shall name the District as an additional insured. The District may waive this requirement for good cause demonstrated. Such waiver must be set forth in writing, including the good cause, and signed by an authorized District administrator. Under extreme situations, the District may also choose to increase this insurance requirement to protect the interests of the District, and will notify the Contractor in advance of the increased requirement. Contractor shall defend District from any claim arising from any act or omission of Contractor or its agents. District shall defend Contractor for any claim arising from any act or omission of a District employee, specifically recognizing that Contractor is not an employee of District and that District shall not indemnify Contractor in such claim. Contractor shall be responsible for carrying its own workers compensation insurance and health and welfare insurance. RFQ High School Graduation Caps & Gowns Page 6
7 19. NO GUARANTEE OF CONTRACT AWARD/NONEXCLUSIVITY This RFQ shall not be construed as a guarantee of contract award, or as a requirement on the part of TRUSD to select one Vendor exclusively. TRUSD, in its sole discretion, reserves the right to cancel or withdraw this RFQ, in whole or in part, and/or to award contracts to multiple vendors. 20. LIQUIDATED DAMAGES TRUSD shall hold the Vendor liable and responsible for all damages, which may be sustained because of Vendor's failure to comply with any condition herein. If the Vendor fails to furnish or deliver any materials, supplies, equipment or other services at the price quoted, or at a time and place stated, or otherwise fails to comply with the terms of any contract awarded pursuant to this RFQ, TRUSD may exercise the option to cancel or suspend Vendor's contract immediately, and purchase the items herein specified elsewhere, without further notice to the successful Vendor. Costs incurred by TRUSD as a result of cancellation will be deducted from any unpaid invoices. 21. NO MINIMUM/ MAXIMUM QUANTITIES/ORDERS/DISCOUNTS TRUSD does not guarantee minimum orders quantities, nor shall TRUSD be required to limit its order quantities. Vendors shall not specify minimum or maximum quantities or charges. Ordering shall be by the procedures, policies and forms used by the TRUSD. Vendor shall offer pricing to TRUSD that is equivalent or better than that offered to other customers. 22. FINGERPRINTING/DOJ REQUIREMENTS California Education Code Section requires entities providing services to the District to ensure the safety of pupils where employees of the entity or subcontractors will have contact with pupils. Successful Vendors shall submit within 45 days of contract award, a fully executed declaration, to be provided by TRUSD, regarding employee fingerprinting and criminal background checks for any employees who may come in contact with TRUSD students. 23. VENDOR REFERENCES Please include at least three (3) references with your Quotation packet, with a contact name, tele. number and address, please. References should be schools or organizations of similar scope and size to TRUSD, for whom you have provided like merchandise within the past three years. RFQ High School Graduation Caps & Gowns Page 7
8 REQUEST FOR QUOTATION HIGH SCHOOL GRADUATION CAPS AND GOWNS SPECIFICATIONS AND REQUIREMENTS List of Schools: Below is a list of the four comprehensive TRUSD high schools, and total (grades 9 12) enrollment numbers for Grant Union High School 1953 Rio Linda High School 1734 Foothill High School 1165 Highlands High School 936 In addition, TRUSD has one Adult School and 3 continuation schools. Twin Rivers Adult School 249 Keema Alternative School 678 Vista Nueva Technology HS 402 Pacific Career Technology HS 180 Again, please note that these are total enrollment numbers. Twin Rivers Unified School District ("TRUSD") hereby requests Vendor quotations for high school graduation caps and gowns, as specified herein. The requested merchandise is intended for purchase by the students and families of TRUSD. TRUSD is seeking, through this RFQ, to identify qualified vendors who will provide a fair and competitive offering to District families. A single vendor, or multiple vendors, may be selected to provide merchandise and services for up to three school years ( , , ) for students in up to 4 (four) comprehensive high schools, and 4 (four) alternative high school programs. Please provide your Quotation for the required items (cap, gown, tassel) on the following form (top section). Please indicate any "added value" or bundled items, or special pricing that contributes to your value proposition. In the second section, you may furnish pricing for optional specialty items. In addition to the Quotation form, you must return the Required District Forms included with this packet, along with 3 samples of each proposed merchandise item. Thank you for your interest in Twin Rivers Unified School District. company's Quotation. We welcome your RFQ High School Graduation Caps & Gowns Page 8
9 QUOTATION SHEET Instructions to Vendors: Please complete, sign and return this Quotation Sheet to Twin Rivers USD, along with three (3) samples of each product you are quoting, and any literature you wish to include. Minimum product specifications are provided below; you are welcome to exceed or better these expectations. MINIMUM PRODUCT SPECIFICATIONS Cap - 100% Polyester with corrugated cardboard inside cap Gown - 100% Polyester Fully Pleated Matte Finish with Nylon Zipper. Gowns must match specified school colors (up to three colors). Tassel - 9" long with 6" looped cord for hanging with charm of "year" of graduation included Please describe any related products or merchandise which your company typically provides as added value to the customer (i.e. bundled products, such as diplomas/diploma covers, etc.): PRICE QUOTATION Please provide your price quotation for Gowns, Caps and Tassels. If your company provides additional products which you would like us to consider in your overall value proposition, please indicate the product, fill in the itemized price, and include at least three samples with your response. Graduation Gowns, 100% Polyester with pleats, matte finish $ Each In up to three matched school colors Graduation Caps, 100% Polyester with corrugated cardboard inside cap $ Each Tassel - 9" long with 6" looped cord for hanging "year" charm $ Each "Added Value" Product (specify): $ Each "Added Value" Product (specify): $ Each "Added Value" Product (specify): $ Each Donation of Product Please indicate whether or not your company typically donates caps and gowns at no cost for students in financial need Yes No. If you checked "Yes," please indicate the quantity your company would be willing to donate each year. RFQ High School Graduation Caps & Gowns Page 9
10 SPECIALTY PRODUCTS (optional) Please provide your quote for the following related specialty products, if your company provides them: Honor Cord $ Each Valedictorian Medallion or Neck Ribbon $ Each Salutatorian Medallion or Neck Ribbon Staff Gown Academic Hoods for Faculty $ Each $ Each $ Each Please indicate any additional products that you would like to offer, with itemized pricing. IMPORTANT: PLEASE SIGN and DATE THIS QUOTATION, AND RETURN IT WITH THE DISTRICT REQUIRED FORMS, AND YOUR SAMPLES. UNSIGNED OR INCOMPLETE RESPONSES WILL NOT BE CONSIDERED. Vendor Name: Address: Fax No. Website: Tele. x Authorized Signature Date Title: RFQ High School Graduation Caps & Gowns Page 10
11 DISTRICT REQUIRED FORMS Fill in, sign and return all forms with your Quotation - Contractor Certification of Qualifications - Non-Collusion Affidavit - Contractor Certification re: Alcohol/Tobacco - Contractor Certification re: Drug Free Workplace
12 Qualification Certification I, the undersigned, certify and declare, with specific reference to the California False Claims Act, Government Code sections 12650, et seq., that I have reviewed all of the information presented in this submittal and know their contents. The matters stated in the submittal are true of my own knowledge and belief, except as to those matters stated on information and belief, and as to those matters I believe them to be true. I also hereby certify that the company submitting this proposal is in good standing with the Universal Service Administrative Company and the Schools and Libraries Division of the Federal Communications Commission, and that no funding has been withheld the company under the E-Rate program as a result or suspicion of fraud, misrepresentation, or intentional noncompliance with program requirements. Further, I certify in signing this form that I agree to abide by all rules, regulations, and requirements imposed upon a Service Provider by the Universal Service Administrative Company and the Schools and Libraries Division of the Federal Communications Commission. I declare under penalty of perjury that the foregoing is true and correct. DATE: CONTRACTOR NAME Signature Printed Name & Title
13 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID (Public Contract Code Section 7106) STATE OF CALIFORNIA County of (Authorized Representative), being first duly sworn, deposes and says that he/she is of, (Title) (Contractor/Company Name) the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her price or any breakdown thereof, or the contents thereof, or divulged information of date relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member of agent thereof to effectuate a collusive or sham bid. (Signature) (Typed Name) SUBSCRIBED BEFORE ME on this day of, 20. (Notary Public) My Commission Expires:
14 - Contractor s Certificate Regarding Alcoholic Beverage and Tobacco-Free Campus Policy The CONTRACTOR agrees that it will abide by and implement the TWIN RIVERS UNIFIED SCHOOL DISTRICT Alcoholic Beverage and Tobacco-Free Campus Policy, which prohibits the use of alcoholic beverages and tobacco products, at any time, on DISTRICT-owned or leased buildings, on DISTRICT property and in DISTRICT vehicles. The CONTRACTOR shall procure signs stating ALCOHOLIC BEVERAGE AND TOBACCO USE IS PROHIBITED and shall ensure that these signs are prominently displayed in all entrances to school property at all times. DATE: CONTRACTOR NAME Authorized Signature Printed Name & Title
15 Contractor s Certificate Regarding Drug-Free Workplace This Drug-Free Workplace Certification form is required from all successful bidders pursuant to the requirements mandated by Government Code sections 8350 et. seq., the Drug- Free Workplace Act of The Drug-Free Workplace Act of 1990 requires that every person or organization awarded a contract or grant for the procurement of any property or service from any State agency must certify that it will provide a drug-free workplace by performing certain specified acts. In addition, the Act provides that each contract or grant awarded by a State agency may be subject to suspension of payments or termination of the contract or grant, and the CONTRACTOR or grantee may be subject to debarment from future contracting, if the contracting agency determines that specified acts have occurred. Pursuant to Government Code section 8355, every person or organization awarded a contract or grant from a State agency shall certify that it will provide a drug-free workplace by doing all of the following: a) Publishing a statement, notifying employees that the unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance is prohibited in the person s or organization s workplace, and specifying actions which will be taken against employees for violations of the prohibition; b) Establishing a drug-free awareness program to inform employees about all of the following: 1) The dangers of drug abuse in the workplace; 2) The person s or organization s policy of maintaining a drugfree workplace; 3) The availability of drug counseling, rehabilitation and employeeassistance programs; and 4) The penalties that may be imposed upon employees for drug abuse violations; c) Requiring that each employee engaged in the performance of the contract or grant be given a copy of the statement required by subdivision (a) and that, as a condition of employment on the contract or grant, the employee agrees to abide by the terms of the statement. I, the undersigned, agree to fulfill the terms and requirements of Government Code section 8355 listed above and will (a) publish a statement notifying employees concerning the prohibition of controlled substance at the workplace, (b) establish a drug-free awareness
16 program, and (c) require each employee engaged in the performance of the contact be given a copy of the statement required by section 8355(a) and require such employee agree to abide by the terms of that statement. I also understand that if the DISTRICT OFFICE determines that I have either (a) made a false certification herein, or (b) violated this certification by failing to carry out the requirements of section 8355, that the contract awarded herein is subject to termination, suspension of payments, or both. I further understand that, should I violate the terms of the Drug-Free Workplace Act of 1990, I may be subject to debarment in accordance with the requirements of sections 8350 et. seq. I acknowledge that I am aware of the provisions of Government Code sections 8350 et. seq. and hereby certify that I will adhere to the requirements of the Drug-Free Workplace Act of Date: CONTRACTOR NAME Signature Printed Name & Title
LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID
DO NOT INCLUDE REYCLING FEE IN YOUR BID LINCOLN UNIFIED SCHOOL DISTRICT -- -- -- -- -- -- -- -- CHROMEBOOK BID INSTRUCTIONS TO BIDDERS SPECIFICATIONS BID OPENING JULY 6, 2015, 12:00PM EDUCATION CENTER
More informationTULARE COUNTY OFFICE OF EDUCATION. Router
TULARE COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL #18.06 Court Community Schools E-Rate Router Issuing Date: 1/10/18 Due Date and Time: 2/21/18 @ 2:00:00 pm Tulare County Office of Education 6200
More informationTULARE COUNTY OFFICE OF EDUCATION. Router
TULARE COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL #18.08 La Sierra Military Academy E-Rate Router Issuing Date: 1/17/18 Due Date and Time: 2/27/18 @ 2:00:00 pm Tulare County Office of Education 6200
More informationADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017
ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No. 17-001 Addendum #2 February 23, 2017 To All Prospective Bidders: The Fortuna Union High School
More informationRETIREE HEALTH BENEFITS TRUST
RETIREE HEALTH BENEFITS TRUST Request for Qualifications and Proposals (RFQ/P) #566 for Legal Services - Retiree Benefits Trust Fund Program REQUEST FOR QUALIFICATIONS and PROPOSALS (RFQ/P) #566 for Legal
More informationCorona-Norco Unified School District 2820 Clark Ave. Norco, CA Just in Time Classroom and Office Supplies Bid # 15/16-006
Corona-Norco Unified School District 2820 Clark Ave. Norco, CA 92860 Just in Time Classroom and Office Supplies Bid # 15/16-006 November 16, 2015 1 Just in Time Classroom and Office Supplies Bid # 15/16-006
More informationCorona-Norco Unified School District 2820 Clark Ave. Norco, CA Dairy Products. Bid # 14/15-002CNS
Corona-Norco Unified School District 2820 Clark Ave. Norco, CA 92860 Dairy Products Bid # 14/15-002CNS June 25, 2014 1 Dairy Products Bid # 14/15-002CNS Table of Contents Notice Inviting Bids....................
More informationBID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040
INVITATION TO BID DATE ISSUED: September 27, 2017 FOR: Professional janitorial services for a contract period of January 1, 2018 to December 31, 2018. This annual contract may be renewed for two (2) one
More informationSuite 300 Tenant Improvement
BID FORM FOR: Suite 300 Tenant Improvement UNIVERSITY OF CALIFORNIA Office of the President Sacramento, CA 95814 February 19, 2014 BID TO: Pamela Madison, Space Planning Manager University of California,
More informationOXNARD UNION HIGH SCHOOL DISTRICT. Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services
OXNARD UNION HIGH SCHOOL DISTRICT Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services The Oxnard Union High School District ( District ) is seeking Statements of Qualifications
More informationRequest for Proposal # Citrus Community College District VENDING SERVICES PROPOSAL
Request for Proposal #09-1718 Citrus Community College District VENDING SERVICES PROPOSAL Return Proposal to: Citrus Community College District Attn: Robert Lopez, Director of Purchasing 1000 W Foothill
More informationCITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID
CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID The City of Fernandina Beach, Florida is accepting competitive sealed bids for 2500 PSI & 3000 PSI CONCRETE The City will receive sealed bids at the
More informationREQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County
REQUEST FOR BIDS RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County Bid Solicitation: #2018-001-063 Bids Due: July 2, 2018 at 5:00 P.M. Housing
More informationRequest for Quotation RFQ# 101
DISTRICT BUSINESS OFFICE - PURCHASING 33 Gough Street, San Francisco, CA 94103 Phone: 415-487-2413 Fax: 415-241-2326 Request for Quotation RFQ# 101 Furnish light fixtures, delivered to 50 Ocean Avenue,
More informationRFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals
RFP-FD-09-01 - Replacement Mid-Mount Tower Ladder Required Submittals 1. All addenda (signed and dated) 2. Letter of Transmittal 3. Corporate Information 4. Summary of Litigation (if not applicable, please
More information2. Develop recommendations and best practices for the District to following in serving these students.
Homeless & Food Insecurity Services RFQ XXX Due no later than: Add Date, 2017 by 4pm to Purchasing, 33 Gough Street, San Francisco, CA 94103 khennig@ccsf.edu City College of San Francisco seeks a contractor(s)
More informationADDENDUM For Reference For Bidders
Castro Valley Unified School District CHABOT ELEMENTARY SCHOOL, MARSHALL ELEMENTARY SCHOOL, AND STANTON ELEMENTARY SCHOOL INTERIM HOUSING PORTABLES CONSTRUCTION, PART 2 ADDENDUM 02 04 For Reference For
More informationConvert Six East/West Tennis Courts to a North/South Orientation
Convert Six East/West Tennis Courts to a North/South Orientation Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org
More informationOppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407
TRUSTEES OF THE CALIFORNIA STATE UNIVERSITY FEE PROPOSAL FORM Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407 To the Trustees of
More informationPUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536
PUBLIC WORKS DEPARTMENT BID FORMS FOR LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL
More informationPart A: Upgrade cabling to Cat6 cabling with factory warranties at a minimum of 20 years for Murdock Elementary School and Willows High School
Willows Unified School District 823 West Laurel Street Willows CA 95988 (530) 934-6600 E-RATE YEAR 19 (2016/2017) RFP Willows Unified School District is seeking proposals for the upcoming Year 19 round
More informationPUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320
PUBLIC WORKS DEPARTMENT BID FORMS FOR ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL
More informationPUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM
PUBLIC WORKS DEPARTMENT BID FORMS FOR POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM-19-019 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID
More informationHOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES
REQUEST FOR PROPOSAL HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES August 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and
More informationPROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code
PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK Name of Bidder Business Address Phone No. City/State Zip Code TO THE BOARD OF SUPERVISORS OF hereinafter referred to as,
More informationReplace Transmission - Bulldozer
Replace Transmission - Bulldozer Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org Replace Transmission Bulldozer
More informationBID # EFI H1625 LED Wide Format Printer Fullerton College
BID # 1718-23 EFI H1625 LED Wide Format Printer Fullerton College REQUEST FOR INFORMATION DUE DATE: March 21, 2018 @ 5:00 P.M. BID DUE DATE: March 28, 2018 @ 2:00 P.M. TABLE OF CONTENTS NOTICE OF BID...1
More informationCompany Name: Address: Date: OFFICAL SIGNATURE PRINT
Section 3 Clause A. The work to be performed under this contract is subject to the requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The
More informationINVITATION TO BID The Lodge Indoor Pool Deck Chairs
INVITATION TO BID The Lodge Indoor Pool Deck Chairs The City of Des Peres is soliciting bids for seventy-five indoor pool deck chairs for The Lodge Des Peres. Bids will be accepted until 1:30 pm on Tuesday,
More informationINVITATION 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 informationFRONT END DOCUMENTS BIDS DUE BY: 2:00 PM, PST, THURSDAY, JANUARY 15, 2015, TO THE ADDRESS BELOW
By: Name: Title: By: Name: Title: Owner Contractor FRONT END DOCUMENTS JOB ORDER CONTRACTS (JOC) (JOC-001, JOC-002, JOC-003, JOC-004, JOC-005) BIDS DUE BY: 2:00 PM, PST, THURSDAY, JANUARY 15, 2015, TO
More informationGORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts
The Gordon County Board of Commissioners is accepting sealed written bids from qualified vendors to provide Public Works Related Materials and Services. Bid specifications and bid forms are attached. Your
More informationCentennial School District
Centennial School District Phone: 215-441-6000 x11011 Business Office Fax: 215-441-5105 433 Centennial Road www.centennialsd.org Warminster, PA 18974-5455 BID CONDITIONS AND SPECIFICATIONS CAPS AND GOWNS
More informationEXTERIOR STAIR AND HANDRAIL REPLACEMENT. Bid No. B15-08
UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING INFORMAL BIDDING (PROJECT VALUE BETWEEN $45,000 AND $175,000) BID AND CONTRACT DOCUMENTS EXTERIOR STAIR AND HANDRAIL REPLACEMENT Bid No. B15-08 Bid Due Date:
More informationThe Housing Authority of the Township of Middletown
The Housing Authority of the Township of Middletown 2 Oakdale Drive, Middletown, NJ 07748 Telephone: (732) 671-2990 Fax: (732) 671-4828 Susan Thomas, Executive Director Request for Proposals Special RAD
More informationREQUEST FOR PROPOSALS
MERCER COUNTY, OHIO REQUEST FOR PROPOSALS FOR MANAGEMENT OF PRISONER INMATE ACCOUNTS AND COMMISSARY VIA A KIOSK SYSTEM For Inquiries of Proposal, please contact: Submit Proposal to: Jodie Lange Mercer
More informationKERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST
KERN HEALTH SYSTEMS REQUEST FOR PROPOSAL SUBMISSION CHECKLIST Kern Health Systems (KHS) is a government agency dedicated to running a fair bidding program to foster high quality business relationships.
More informationBID NO VOLUME I. Date Due: May 30, 2018 at 9:00am
BID NO. 1807 Printing and Mailing of Adult Education Class Schedules VOLUME I Date Due: May 30, 2018 at 9:00am BID NO. 1807 Printing and Mailing of Adult Education Class Schedules - Page 1 TABLE OF CONTENTS
More informationPUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608
PUBLIC WORKS DEPARTMENT BID FORMS FOR 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL
More informationSTATEMENT OF CERTIFICATION OF COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY PROGRAM. I hereby certify that (Legal Name of Vendor)
STATEMENT OF CERTIFICATION OF COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY PROGRAM I hereby certify that (Legal Name of Vendor) is in compliance with the Civil Rights Acts of 1964; Executive Orders 11246
More informationPeralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department
501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department April 18, 2014 ADDENDUM No. 2 Re: RFP No., 13-14/26 Bond Underwriting Services PERALTA COMMUNITY
More informationCITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION
CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION INTRODUCTON The City of Fernandina Beach, Florida, is accepting sealed bids at the location
More informationROWLAND UNIFIED SCHOOL DISTRICT UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING INFORMAL BIDDING (PROJECT VALUE BETWEEN $45,000 AND $175,000)
1 ROWLAND UNIFIED SCHOOL DISTRICT UNIFORM PUBLIC CONSTRUCTION COST ACCOUNTING INFORMAL BIDDING (PROJECT VALUE BETWEEN $45,000 AND $175,000) BIDDING AND CONTRACT DOCUMENTS RFP 2018/19(R1-I) Shelyn Elementary
More informationCITY OF TITUSVILLE, FLORIDA
CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number
More informationMODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018
MODESTO CITY SCHOOLS BID NO. 18-4673 GASOLINE AND DIESEL FUEL DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018 MODESTO CITY SCHOOLS Purchasing Department 426 Locust Street Modesto, CA
More informationPUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531
PUBLIC WORKS DEPARTMENT BID FORMS FOR CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT
More informationVENDOR'S PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY TO SAN DIEGO COMMUNITY COLLEGE DISTRICT
VENDOR'S PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY TO SAN DIEGO COMMUNITY COLLEGE DISTRICT Vendor Name Phone Number Reporting Date Address 1. Recruitment of new employees: How many new employees do you intend
More 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 informationCHABOT-LAS POSITAS COMMUNITY COLLEGE DISTRICT. INVITATION FOR BID No
CHABOT-LAS POSITAS COMMUNITY COLLEGE DISTRICT INVITATION FOR BID No. 07-10 Dental Chairs, Operator Stools, and Accessories - Chabot College Bids Due: May 22, 2007at 2:00 P.M. Purchasing & Warehouse Services
More informationHORRY COUNTY SOLID WASTE AUTHORITY, INC.
HORRY COUNTY SOLID WASTE AUTHORITY, INC. The Horry County Solid Waste Authority, Inc. is requesting sealed proposal for 8 Yard Dumpster Service. All interested parties can obtain the RFP at www.solidwasteauthority.org.
More informationTULARE COUNTY OFFICE OF EDUCATION. Wireless Access Points
TULARE COUNTY OFFICE OF EDUCATION REQUEST FOR PROPOSAL #18.05 Court Community Schools E-Rate Wireless Access Points Issuing Date: 1/10/18 Due Date and Time: 2/21/18 @ 2:00:00 pm Tulare County Office of
More informationBID NO Tennis Court Renovations VOLUME I. Date Due: May 17th, 2018 at 10:30am
BID NO. 1806 Tennis Court Renovations VOLUME I Date Due: May 17th, 2018 at 10:30am BID NO. 1806 Tennis Court Renovations - Page 1 TABLE OF CONTENTS VOLUME 1 - PROCUREMENT AND CONTRACTING REQUIREMENTS 00
More informationNEW HAVEN UNIFIED SCHOOL DISTRICT REQUEST FOR BIDS. For PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS
S For PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS RFP # 740 PURCHASE OF PROJECTORS AND DOCUMENT CAMERAS NOTICE TO BIDDERS 1. NOTICE IS HEREBY GIVEN that the New Haven Unified School District is seeking
More informationGORDON COUNTY BOARD OF COMMISSIONERS COPIER BID. Company Name: Authorized Proposer: Date
Company Name: Authorized Proposer: Date Where is the location of your service organization assigned to handle this account. Is the service location servicing this account owned and a part of your Company?
More informationREQUEST FOR PROPOSAL (RFP)
MT. SAN JACINTO COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSAL (RFP) 2014-102, POLICE SERVICES RFP DEADLINE- December 10, 2014 at 2:00 p.m. Advertisement Dates: November 26, 2014 and December 3, 2014
More informationBid No. B17-13 Bldg 1300 HVAC
Bid No. B17-13 Bldg 1300 HVAC INFORMAL BID ***PREQUALIFIED CONTRACTORS ONLY*** BID DUE DATE: WEDNESDAY, April 19, 2017, 2:00P.M. CABRILLO COMMUNITY COLLEGE DISTRICT PURCHASING, CONTRACTS & RISK MANAGEMENT
More informationRutherford County Board of Education
Rutherford County Board of Education Marvin D. Odom, Director of Schools 2240 Southpark Drive Murfreesboro, TN 37128 (615) 893-5812 phone (615) 904-3766 Fax The Rutherford County Board of Education requests
More informationPURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:
PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org September 11, 2012 Ladies and Gentlemen: The City of Peachtree City will
More informationTown of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION
Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION The Board of Selectmen and Board of Education of the Town of Lebanon will be accepting bids for
More informationREQUEST FOR PROPOSALS INTERNAL CONNECTIONS NETWORK EQUIPMENT AND WIRELESS
Elverta Joint Elementary School District 7900 Eloise Ave. Sacramento, CA 95626 REQUEST FOR PROPOSALS E-Rate Yr 15 (2012-2013) INTERNAL CONNECTIONS NETWORK EQUIPMENT AND WIRELESS RFP # 2012-03 Request for
More 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 informationAlbany Parking Authority 25 Orange Street Albany, NY
Albany Parking Authority 25 Orange Street Albany, NY 12207-2224 REQUEST FOR PROPOSALS RFP-2019-01 Investment Services March 15, 2019 BID DUE DATE: April 3, 2019 This RFP has been developed specifically
More informationMattole Unified School District INVITATION FOR BIDS
Mattole Unified School District INVITATION FOR BIDS Proposition 39 Mattole Elementary HVAC Upgrade Project Bid No. 17-018 DEADLINE FOR SUBMITTING BIDS: 3:00 p.m., Friday, June 16, 2017 All bids must be
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 informationBAKER COUNTY BOARD OF COUNTY COMMISSIONERS
BAKER COUNTY BOARD OF COUNTY COMMISSIONERS MOSQUITO CONTROL SERVICES BID # 2016-04 BAKER COUNTY BOARD OF COUNTY COMMISSIONERS ADMINISTRATION OFFICE 55 N THIRD STREET MACCLENNY, FL 32063 PHONE: 904-259-3613
More informationBids received after the appointed date set for receipt will be returned unopened.
REQUEST FOR PROPOSAL (RFP) Item(s) up for Bid: Screen Printing and Embroidery Vendor Ripken Pigeon Forge LLC, (RPF) dba The Ripken Experience Pigeon Forge, (Temporary Mailing Address) Ripken Baseball C/O
More informationFortuna Elementary School District INVITATION FOR BIDS
Fortuna Elementary School District INVITATION FOR BIDS Proposition 39 Fortuna Middle School LED Lighting Project Bid No. 17-012 DEADLINE FOR SUBMITTING BIDS: 2 p.m., May 11, 2017 All bids must be submitted
More informationCITY OF MORRISTOWN, TENNESSEE INVITATION TO BID DEMOLITION OF PROPERTY INVITATION TO BID
INVITATION TO BID Office of Finance 100 West First North Street Morristown, TN 37814 INTRODUCTION The City of Morristown is accepting sealed bids for demolition of properties with specifications stated
More informationJEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS
JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS Sealed bids will be received in the Jefferson Parish Sheriff s Purchasing Department,
More informationPURCHASE LENOVO N23 CHROMEBOOKS
DUBLIN UNIFIED SCHOOL DISTRICT S For PURCHASE LENOVO N23 CHROMEBOOKS RFP #IT-2017-1 DUBLIN UNIFIED SCHOOL DISTRICT S #IT-2017-1 PURCHASE OF LENOVO N23 CHROMEBOOKS NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN
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 TO BID U Directional Boring Utility Department
INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to
More informationLA COSTA PRESSURE REDUCING STATION REPLACEMENT PROJECT
SET NO: San Diego County, California FINAL CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF: LA COSTA PRESSURE REDUCING STATION REPLACEMENT PROJECT APRIL 2017 BID FORM CHECKLIST (To be placed in the Bidder
More informationBid No. B17-07 HVAC Controls
Bid No. B17-07 HVAC Controls INFORMAL BID ***Pre-Qualified Contractors Only*** BID DUE DATE: WEDNESDAY, February 1, 2017, 2:00P.M. CABRILLO COMMUNITY COLLEGE DISTRICT PURCHASING, CONTRACTS & RISK MANAGEMENT
More informationRutherford County Board of Education
Rutherford County Board of Education Marvin D. Odom, Director of Schools 2240 Southpark Drive Murfreesboro, TN 37128 (615) 893-5812 phone (615) 904-3766 Fax The Rutherford County Board of Education requests
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 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 informationFUEL (GASOLINE AND DIESEL) BID PACKET Bid #123-07
FUEL (GASOLINE AND DIESEL) BID PACKET Bid #123-07 2007 Advertisement June 1, 2007 June 8, 2007 Schools Legal Service of Orange County 1 FUEL (GASOLINE AND DIESEL) BID PACKET Bid #123-07 Table of Contents
More informationM E M O R A N D U M. March 13, 2019
M E M O R A N D U M March 13, 2019 TO: FROM: RE: All Qualified Contractors Nicole Davis Redevelopment Authority of the City of York Repairs to Side Wall of 314 South George Street, York, PA. There will
More informationNotice to Bidders. Q6970 Exterior LED Lighting Projects. This quote is for lighting fixtures/material only. Do not include installation in quotes.
BID NO: Q6970 DATE ISSUED: 04/03/2014 DATE DUE: 04/29/2014 TIME DUE: 2:00 p.m. PAGE: 1 of 7 Notice to Bidders Sealed proposals will be received by the Purchasing Agent of the Des Moines Independent Community
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 informationNORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS
NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS The Northampton Area School District will receive sealed bids until 11:00 a.m., prevailing time, on March 9, 2018 for the following: General Supplies Cleaning
More informationCOAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2016 FOR CALIFORNIA ENVIRONMENTAL QUALITY ACT (CEQA) COMPLIANCE SERVICES
COAST COMMUNITY COLLEGE DISTRICT REQUEST FOR PROPOSALS #2016 FOR CALIFORNIA ENVIRONMENTAL QUALITY ACT (CEQA) COMPLIANCE SERVICES February 21, 2013 PROPOSALS DUE: By 4 p.m. - March 20, 2013 Coast Community
More informationPUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618
PUBLIC WORKS DEPARTMENT BID FORMS FOR FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618 DO NOT DETACH ANY OF THIS MATERIAL THIS CONSTITUTES YOUR BID PROPOSAL SUBMIT ONE ORIGINAL OF THIS BID PROPOSAL
More informationFLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES
SUBMIT BID TO: Florida State Fair Authority 4800 Hwy 301 North / P.O. Box 11766 Tampa, Fl. 33610 Tampa, Fl. 33680 (Orient Road Entrance) Attn: Phyllis J. Bridges Telephone Number: 813-621-7821 E-mail:
More informationFORTUNA ELEMENTARY SCHOOL DISTRICT INVITATION FOR BIDS
FORTUNA ELEMENTARY SCHOOL DISTRICT INVITATION FOR BIDS Proposition 39 South Fortuna Elementary School Furnace Replacement Bid No. 17-007 DEADLINE FOR SUBMITTING BIDS: 2:00pm, April 14, 2017 All bids must
More informationPURCHASING SPECIFICATION
PURCHASING SPECIFICATION Subject: REQUEST FOR HOTEL RATES TEMPORARY RELOCATION SERVICES Lead Education Awareness and Control [LEAC] Program / Request for Rates Page No: 1 of 9 Effective Date: June 4, 2012
More 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 informationREQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE
REQUEST FOR PROPOSALS Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE Issued by the: Economic Development Corporation of the City of Detroit
More informationINFORMATION FOR BID. Tee Shirts (School Nutrition)
BIBB COUNTY SCHOOL DISTRICT Procurement Services 4580 CAVALIER DRIVE Macon Georgia 31211 INFORMATION FOR BID For Tee Shirts (School Nutrition) April 14, 2016 IFB Number: 16-34 Due Date: 04/20/2016 Time
More informationCounty 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 informationTELECOMMUNICATION SERVICE Voice and Data Services. E-Rate YR 19 ( ) RFP # Request for Proposals Issued: February 2, 2016
RIVER DELTA UNIFIED SCHOOL DISTRICT 445 Montezuma Street Rio Vista, California 94571-1651 (707) 374-1700 Fax (707) 374-2995 www.riverdelta.k12.ca.us TELECOMMUNICATION SERVICE Voice and Data Services E-Rate
More informationRequest for Quotation
Request for Quotation Date: 01/30/2019 Quotation Number: 4488 Specification/Quotation Documents For: 1-Phase Pad Mount Transformers RFQ Due Date: 02/14/2019 @ 2:00pm **Please note we have had issues recently
More informationREQUEST 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 informationRequest for Services Evaluate Cell Tower Lease Rates
Request for Services Evaluate Cell Tower Lease Rates Contact Information: Gordon County Attn: Purchasing Director 201 North Wall Street Calhoun, Georgia 30701 (706) 879-2198 mvaughn@gordoncounty.org Cell
More informationUniversity of California, Riverside Barn Expansion
SUBCONTRACT BIDDING DOCUMENTS FOR University of California, Riverside Barn Expansion 950493 TABLE OF CONTENTS Cover Page Table of Contents Advertisement for Bids Instructions to Bidders Information Available
More informationCITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-13 UTILITIES
CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #16-13 UTILITIES INTRODUCTION The City of Fernandina Beach, Florida is accepting competitive sealed bids for 4,300 LF of 12 HDPE DIP DR 11 in 50 LF lengths.
More informationCounty of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE
County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE SECTION 1: PURPOSE. 1.1 The County of Greene hereby requests proposals from interested
More informationREQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1
A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The
More informationInvitation to Bid (ITB) for Athletic Trainers Services
Board of Education 157 W. Washington Street West Chicago, IL 60185 Invitation to Bid (ITB) for Athletic Trainers Services The Board of Education of is accepting sealed bids for Athletic Trainer Services.
More information