Name: Title: Fax:

Size: px
Start display at page:

Download "Name: Title: Fax:"

Transcription

1 NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Suite 700 San Antonio, Texas (210) Please BID the following no later than 10:30am, January 31, 2018 January 3, 2018 SEALED BID Sealed Bids to be Marked Bid # Page 1 of 24 Price - F.O.B. - Destination (Price must be extended) Please Type or Print Company Name Above Classroom Furniture ARTICLES AND DESCRIPTION Northside Independent School District is receiving sealed bid proposals for Classroom Furniture, Bid # as per the attached specifications. Bids will be accepted at the office of the Director of Purchasing, 607 Richland Hills Drive, Suite 700, San Antonio, TX 78245, until 10:30 am, CST, Wednesday, January 31, 2018, at which time they will be opened and tabulated for School Board approval. Bidders are invited to be present for the bid opening. It is not the policy of Northside Independent School District to purchase on the basis of low bids alone; Best Value being the controlling factor. The District will evaluate each bid received and make award(s) based on the criteria enumerated in Texas Education Code (b). All proposals shall include the cost of transportation to various locations within Northside Independent School District, San Antonio, Texas. Any exceptions to or deviations from this, or any other terms and conditions listed in this bid, must be stated in writing and attached to this bid at the time of the bid opening. Bidders must fill in all blanks on items being bid, for example Bidder s Brand Name and Model Number, Unit Price and Total Price. The above information must be clear and concise. Unit Price and Total Columns must be figured correctly (if applicable) by the bidder or the bid may be rejected. This bid form must be used and all bids are to be signed below. Original signature required. Failure to follow these instructions could be cause for the bid not to be accepted. To insure proper receipt of bid response, please include Company Name, Bid Number and Bid Name on the outside of the delivery envelope or package. *********************************************************************************************************** This Bid is a firm offer which shall be irrevocable and open for acceptance for calendar days (60 calendar days unless otherwise specified) from the day set for submission of bids. When no bid is returned, the vendor is removed from our vendor list. NOTE: Use this form. If necessary to go into detail, attach a letter. Exclude Federal & State Tax. The right is reserved to accept or reject bids on each item separately or as a whole. Delivery Date A.R.O*: *After Receipt of Order Discount/ Payment Terms: Signature: Name: Title: (Original signature required) (Type or Print) (e.g. 2% 10, Net 30) By: George M. Ayala, Director of Purchasing Telephone: Fax:

2 TERMS & CONDITIONS Page 2 of 24 The Northside Independent School District ( District NISD ) is accepting sealed bids for the purchase of Classroom Furniture for one (1) new elementary school scheduled to open August Occupancy date for these schools is currently scheduled for June and July 2018 time frame. Exact dates are not available at this time but will be provided to the successful bidder(s) as soon as possible. In addition, the District seeks pricing for furniture to be purchased on an as-needed basis to fill furniture requirements as they arise. As required in Texas Education Code (b), in determining to whom to award this contract, the District shall consider: the purchase price, the reputation of the vendor and the vendor s goods or services, the quality of the vendor s goods or services, the extent to which the goods or services meet the district s needs, the vendor s past relationship with the district, the impact on the ability of the district to comply with laws and rules relating to historically underutilized businesses, the total long-term cost to the district to acquire the vendor s goods or services, whether the vendor or the vendor s ultimate parent company or majority owner: A) has its principal place of business in Texas or B) employs at least 500 persons in Texas and finally, any other relevant factor specifically listed in the request for bids or proposals. CONFLICT OF INTEREST DISCLOSURE: Pursuant to Chapter 176, Texas Local Government Code, vendors doing or seeking to do business with Northside ISD must submit a Conflict of Interest disclosure form if they have a business relationship as defined by Section (1-a) with a local government entity and meet the disclosure requirements of Section (a). A person commits an offense (Class C misdemeanor) if they knowingly violate Section , Local Government Code. The District's electronic Conflict of Interest Disclosure form can be found here: Certificate of Interested Parties: Effective January 1, 2016 all contracts executed by the Northside ISD Board of Trustees, regardless of the dollar amount, will require completion of Form 1295 "Certificate of Interested Parties", per the new Government Code Statute All vendors submitting a response to a formal Bid, RFP, SOQ or any contracts, contract amendments, renewals or change orders are required to complete the Form 1295 online through the State of Texas Ethics Commission website. Additional information can be found at: Northside Independent School District Vendor Verification Forms: All vendors submitting a response to a formal Bid, RFP, SOQ or any contracts, contract amendments, renewals or change orders are required to be complete the Forms attached to this bid document. CONTRACT PERIOD The contract term for this bid is one (1) year from contract award. INSURANCE REQUIREMENTS AND CERTIFICATION OF INSURANCE All vendors shall provide certification of insurance, which meets the requirements established by NISD (pages 9 & 10). Certification of Insurance must be submitted with their Bid. Failure to provide certification of insurance coverage could result in the disqualification of their Bid. CRIMINAL HISTORY BACKGROUND CHECK All vendors must complete the enclosed Senate Bill 9 Contractor Certification (pages 11 & 12) in accordance with State Law. RESIDENT CERTIFICATION All vendors must complete the enclosed Resident Certification (page 13) and return it with their bid. If this information is proprietary it may be submitted in a separate envelope marked Proprietary.

3 TERMS & CONDITIONS Page 3 of 24 DELIVERY AND INSTALLATION All items purchased under Schedule A require that the vendor deliver and install. The District considers successful delivery and installation critical to the success of opening a new school. All vendors will be required to furnish the District with information on delivery and installation crews they plan to use if they are awarded items on this bid. References are required from other Texas school Districts where the vendor has completed furniture installations during the School Year. Incomplete or inaccurate information supplied on the Furniture Installation (page 14) section of this bid is grounds for disqualification of potential vendors, at the District s discretion. Purchase orders may not be submitted at one time as delivery dates may vary between February 2018 and August The District will not store furniture pending installation. WARRANTY Warranties offered by prospective vendors are an important consideration for award. All furniture supplied under the terms and conditions of this bid must be covered by a manufacturer s warranty for a minimum of one (1) year from the date of acceptance; longer warranty periods will be a factor in determining the best value to the District. This warranty shall be for any defects in material, workmanship and installation. Any additional warranties should be stated in the Warranty Information (page14) section and will be considered in making the award. ALL warranty information MUST be provided for EVERY item bid. Failure to provide warranty information could result in the disqualification of your Bid. PRICE SCHEDULE A All furniture purchased under this schedule must be delivered and installed by the vendor. This price schedule will be used for all new schools and renovations/additions during the one (1) year contract period. All deliveries and installation schedules must be approved by the Director of Purchasing. All unit costs under Schedule A must include delivery and installation at any Northside Independent School District location. Furniture for these schools is listed under Schedule A. All quantities represent the District best estimate of furniture to be purchased and are subject to change. PRICE SCHEDULE B All furniture purchased under this schedule must be delivered to the District Warehouse facility or any other location within the Northside Independent School District. This Schedule will be used to spot purchase classroom furniture as the needs arise. There are no quantities given or guaranteed. Awards made for this section of the bid will be posted in the District Furniture Purchasing Guide and furnished to all schools and departments. Inside delivery is required for furniture purchased under Schedule B. COLOR CHARTS/SAMPLES/SPECIFICATIONS All vendors should include current color chart and or sample color chips with their bid. Sample furniture is not required for the bid opening but the District reserves the right to request sample furniture during the evaluation period. All samples, when requested by the Director of Purchasing, shall be delivered to the District warehouse facility. ALL SPECIFICATION INFORMATION MUST BE PROVIDED FOR EVERY ITEM BID. Failure to provide specifications could result in the disqualification of their Bid. QUESTIONS Any questions regarding the terms and conditions of this bid must be submitted to the Director of Purchasing, Northside Independent School District, pauline.frisch@nisd.net for clarification within 10 days of bid opening. GROUP AWARD The District reserves the right to group items for matching purposes and to make awards to one or more vendors. All District decisions and recommendations are final.

4 TERMS & CONDITIONS Page 4 of 24 CLEAN UP It will be the responsibility of the successful vendor to remove all packing, cardboard, straps, etc. (dunnage) from the school location on a daily basis. At no time will the vendor have access to District trash pick-up or dumpsters. DEVIATIONS AND EXCEPTIONS Deviations and exceptions from the terms, conditions, specifications, packaging, etc. shall be described fully by each vendor on an additional page (must be on company letterhead) and signed by the bidder or authorized agent for the bidder, and attached to the Invitation to Bid. In the absence of such statements, the bid will be accepted as in strict compliance with all terms, conditions, specifications, and the bidder shall be held liable. The Northside Independent School District will be the sole judge to determine if deviations/exceptions are acceptable in meeting the District needs. GREEN STATEMENT Furniture must meet or exceed VOC emissions standards of the Collaborative for High Performance Schools (CHPS) for Texas and be eligible for the CHPS credit. Copies of certifications or other CHPS acceptable documentation verifying that each piece/type of furniture meets or exceeds such standards must be submitted with this bid. Failure to submit certifications with your bid will be cause to disqualify your bid submission. The District must have your bid returned and on file in the Purchasing Department. Faxed or ed copies will not be accepted. ITEM SPECIFICATIONS Color Specifications: District standard laminate color for all tables (except science tables) and desks is Walnut. District standard color for all plastic chairs, hard chairs and stools is Navy. 1. Teacher Desk: Single locking pedestal, (right side), with center drawer. Pedestal dimensions will be a minimum 15-1/2 w x 25-1/4 d. Leg supports welded to frame with full chrome leg inserts; leg supports should not be attached with clips. Each leg will have an adjustable glide. The work surface will be highpressure laminate, top size will be 30 x 48 x1-1/8 thick with rounded corners and finished with T-band mold. Note: self-edged laminate square tops are not acceptable. Welded steel frame with modesty panel. Color: Mfg. Standard laminates and paint finish. 2. Standard Elementary Student Desk: Elementary open front student desk with metal frame and metal book box. The book box will be constructed of minimum 22-gauge steel with a continuous frame. The top will be a 9/16 MDF core. The work surface will be high-pressure laminate, top size will be 18 x 24 x 9/16 thick. The legs will be welded directly to the corners of the book box with the leg frames extending to underside of desktop. It will have curled edges and embossed pencil tray with no penetrations in the interior of the book box or rolled edges to damage books. Desk will be adjustable in height from in 1 increments with 1/8 adjustment on all four legs. The glides will be 1 nylon internal gripping. 3. Standard Middle School/High School Student Desk Combo: Student desk shall have an ergonomically designed and contoured polypropylene shell seat that offers upper back and lumbar support with lateral flexibility to accommodate various body types. A shell with a rigid back or back with a steel support tube is not acceptable. The shell will have no hole in the lower lumbar region. It will have contoured wrap-around flexible ribs which will allow flexibility in the upper back area while ensuring the lower back remains fully supported. The seat will be attached to the frame with concealed non-load bearing steel rivets. The frame legs will be a minimum 1-1/8 16-gauge steel tube. The work surface support will be a minimum 1-1/8 16-gauge steel tube that will be welded to the frame. The unit will have a minimum 1-1/8 16-gauge steel tube that connects the rear legs, work surface support tube and front legs. The seat support will be made of minimum 14-gauge steel punched for concealed rivets. The unit will have a fully enclosed book rack. The seat height will be 18, seat width will be minimum 17.25, seat depth will be a minimum 17.75, the frame width will be minimum 23.5, the frame depth

5 ITEM SPECIFICATIONS Page 5 of 24 will be minimum 36.5, the overall chair height will be minimum 32 and the work surface height will be The top will be a 9/16 MDF core with a high-pressure laminate top. The top size will be 18 x 24. The glides will be 1 nylon internal gripping. Color: Mfg. Standard laminates and paint finish. 4. Collaborative Style Shaped Elementary Student Desk: Shaped top, adjustable height with metal perforated book box. The top core will be ¾ 45lb particleboard with a flat 3mm hot glued edge band. The work surface will be high-pressure laminate, the approximate top size will be 26-1/2 wide and 30-1/2 long with an inside width of 26-3/8. The legs will be a 1-1/2 diameter or 1-1/4 wide 2 long 14- gauge leg and a 1-3/8 diameter or a 1-3/4 wide by 2 long 16-gauge lower leg insert. All of the glides will be adjustable that provide a minimum ¾ height adjustment. The upper leg will be a 13-gauge formed triangular steel flange that attaches to the underside of the work surface. The metal perforated book box will be constructed of 20-gauge perforated steel with a powder coat finish. Wire book boxes, or book boxes with large gaps or openings will not be considered. Exterior dimensions of the book box will be a minimum of 21-3/4 wide, 14-1/4 deep and 5-1/4 high. (or equal) 5. Collaborative Style Shaped Middle School/High School Student Desk: Shaped top, adjustable height with one backpack hook. The top core will be ¾ particleboard and it will have a flat 3mm hot glued edge band. The work surface will be high-pressure laminate, the approximate top size will be 26-1/2 wide and 30-1/2 long with an inside width of 26-3/8. The legs will be a 1-1/2 diameter or 1-1/4 wide by 2 long 14-gauge powder coat upper leg and a 1-3/8 diameter or a 1-3/4 wide by 2 long 16- gauge lower leg insert. All of the glides will be adjustable that provide a minimum ¾ height adjustment. The upper leg will be a 13-gauge formed steel flange that attaches to the underside of the work surface. The backpack hook will be constructed of a minimum #4 steel wire and a 14-gauge mounting plate that attaches to the underside of the work surface. (or equal) X 60 Classroom Tables: Tables will have a solid 1-1/8 45 lb. density particle board core with high-pressure laminate top and backer sheet to minimize warping. Edge T banding will be black vinyl plastic a minimum of 5/16 thick with a smooth surface. Banding will be spot nailed multiple times from bottom to prevent band from pulling away from edges. All tables will be adjustable height from in 1 increments with a 1/8 adjustment in each leg. Quick set leg attachments will be a minimum of formed 16-gauge steel in a triangle with 5/8 cover flange with clearance for the leg plate to be driven under flange. Leg attachment will be secured with 3/4 screws. The leg frames will be a minimum 13- gauge steel and the inserts will be minimum 1-1/8 18-gauge chrome plated steel. The glides will be 1 nylon internal gripping. All tables that are 60 in length or longer will have a minimum 1 x 1 16-gauge steel tube attached to the underside of the top running the length of the tabletop. Color: Mfg. Standard color X 72 Classroom Table: Specification same as Item number Round Classroom Table: Specification same as Item number Square Classroom Table: Specification same as Item number Square Classroom Table: Specification same as Item number Kidney Classroom Table: Specification same as Item number Computer Table: 30 x 60 high-pressure laminate top with a 1-1/8 particle board core and backer sheet. All tops will have vinyl T band edging that is spot nailed. All tops must include two cable management cut outs on the back side. The modesty panel will be a minimum 18-gauge steel with an epoxy powder coat finish and the height will be a minimum 15. The double pedestal leg will be a minimum 16-gauge 3/4 x 2 oval tube welded to a minimum 16-gauge ¾ x 2 oval feet. Legs shall adjust table height in 1 increments. All glides will be internal gripping 1-5/8 adjustable with a nylon base.

6 TERMS & CONDITIONS Page 6 of Science Tables: 24 x 60 chemical resistant high pressure laminate top with a 1-1/8 45 lb. density particle board core and backer sheet. All tops will have vinyl T band edging that is spot nailed. Tables will have a minimum 1 x 2 full perimeter 14-gauge apron attached to the top at least 8 Phillips head screws. The legs will be a minimum 14-gauge, 1-1/2 x 1-1/2 steel tube with a fixed height of 29. The legs will be attached to the table surface by two 5/16 bolts per leg connecting at each corner of the apron. The table will have a powder coat finish. All glides will be adjustable with a nylon base. 14. Roll-Away Cafeteria Tables: 12 L x 30 W x 29 H folding and rolling table. The table will have a torsion bar assist folding mechanism with a gravity lock. The tops will have a high-pressure laminate top with a minimum 5/8 MDF core sealed on the underside with a high-pressure laminate sheet. Edges of the top will be protected with a polyurethane epoxy resin material. The top will be supported by a minimum of two 1-7/8, 14-gauge steel tubes with a maximum 1-3/4 overhang. All leg and brace components will be a minimum 1.05 diameter, 14-gauge steel tubing. The casters will be a heavy duty, double ball-bearing type with a minimum load capacity of 275 lbs. each. The casters will be a minimum 4 diameter x 1-3/8 wide with non-marking/non-marring material. Tables will not have locking casters. All tables must be UL listed with the UL listing information on each table. Color: Mfg. Standard color. 15. Cafeteria Folding Table: 30 x 72 high pressure laminate top with a 3/4" particle board core. All tops will have vinyl T band edging that is spot nailed. The table will have a minimum 16-gauge continuous apron with radius corners and secured to the top with at least 20 Phillips head screws. The folding legs will be one continuous tube of minimum 1-1/8 18-gauge steel. The legs will be reinforced with a gauge tube cross member. Adjustable height legs will be minimum 18-gauge chrome plated in 1 increments with 1/8 adjustment in each leg. Adjustable from height from All glides will be 1 diameter internal gripping and have a nylon base. Color: Mfg. Standard color. 16. Study Carrel: The carrel will have a work surface, shelf and partitions with high pressure laminate tops and a 3/4" particle board core. The leg pedestals will have a minimum 14-gauge upper tube welded to a minimum 16-gauge top tube. The leg insert will be a minimum 1 x 2-1/4 16-gauge welded to a 1-1/4 square 11-gauge base tube. The stretcher assembly will be a minimum 16-gauge stretcher bar welded to two 13-gauge brackets. The stretcher assembly uses 5/16 bolts with lock washer and bolts both pedestals securely. The frame will have a powder coat finish with adjustable leg inserts. Adjustable height from The glides will be 1-1/8 diameter adjustable glides with nylon base. Work surface dimension is 24 x 36 and the shelf dimension is 10 x 36. Color: Mfg. Standard color. 17. Teacher Chair: Ergonomically designed and contoured polypropylene shell that offers upper back and lumbar support with lateral flexibility to accommodate various body types. The shell will be a one-piece, injection molded polypropylene. A shell with a rigid back or back with a steel support tube is not acceptable. The shell will have no hole in the lower lumbar region. It will have contoured wrap-around flexible ribs which will allow flexibility in the upper back area while ensuring the lower back remains fully supported. The seat will be attached to the frame with concealed non-load bearing steel rivets. The frame s legs will be a minimum 1-1/8 x 16-gauge tubular steel and will be welded to two minimum 14- gauge steel support brackets with a continuous weld at all four connection areas. The metal finish will be fully chromed. The casters will be 2 diameter rubber wheels with ball bearing swivels and chrome plated hoods. The seat height will be 18, the seat width will be minimum 17.25, the seat depth will be a minimum 17.75, the frame width will be minimum 20, the frame depth will be a minimum and the overall chair height will be a minimum Color: Mfg. Standard color. 18. Hard Plastic Student Chair: Solid (hard) plastic seat and back, scratch resistant. Seat support welded to frame. Chrome frame/legs with leveling nylon glides. Seat height 18 inch. Color: Mfg. Standard color. 19. Hard Plastic Student Chair with book rack: Solid (hard) plastic seat and back, scratch resistant. Seat support welded to frame. Chrome frame/legs with leveling nylon glides. Seat height 18 inch, with chrome heavy duty wire book rack welded to leg and frame. Color: Mfg. Standard color.

7 TERMS & CONDITIONS Page 7 of Upholstered Stacking Chair: The frame will have a minimum 7/8 square tube 18-gauge steel frame with 5/8 under seat and H-braces with powder-coated finish. A minimum 2 thick Grade A foam seat; cushion is double stitched with minimum 34 h x 16 w x 16 d waterfall seat. The back will have a hand hold for moving and stacking. The chairs will have a minimum of 2 stacking bars and 2 plastic stack bumpers. Color: Mfg. Standard color Nylon fabric Student Chair: Ergonomically designed and contoured polypropylene shell that offers upper back and lumbar support with lateral flexibility to accommodate various body types. The shell will be a onepiece, injection molded polypropylene. A shell with a rigid back or back with a steel support tube is not acceptable. The shell will have no hole in the lower lumbar region. It will have contoured wrap-around flexible ribs which will allow flexibility in the upper back area while ensuring the lower back remains fully supported. The seat will be attached to the frame with concealed non-load bearing steel rivets. The frame s legs will be a minimum 1-1/8 x18-gauge tubular steel and will be welded to two minimum 14- gauge steel support brackets with a continuous weld at all four connection areas. The metal finish will be fully chromed. The seat height will be 18, the seat width will be minimum 16, and the seat depth will be a minimum 16.5, the frame width will be minimum 17.75, the frame depth will be a minimum 20.5 and the overall chair height will be a minimum Color: Mfg. Standard color Student Chair: Specification is same as item number 21 above except the seat height will be 16, the seat width will be minimum 14, and the seat depth will be a minimum 14.5, the frame width will be minimum 16.5, the frame depth will be a minimum 18.5 and the overall chair height will be a minimum Student Chair: Specification is same as item number 21 above except the seat height will be 14, the seat width will be minimum 12.25, and the seat depth will be a minimum 12.75, the frame width will be minimum 14.75, the frame depth will be a minimum 17.5 and the overall chair height will be a minimum Sled-Base Stacking Chair: 18 student chair with Cantilever Base: The shell is one-piece structurally engineered injection-molded polypropylene/polyethylene with 10% glass fill. Shell construction yields a durable yet flexible shell with a clear aesthetic W x 1.06 H carrying handle shall be centered for best weight distribution. The 4-leg frame is constructed of 11/8 16 gauge tubular steel front and rear legs are fully welded to two 14-gauge U-channel support brackets. The frame will be constructed of 11/8 12 gauge tubular steel continuous one-piece leg that is fully welded to two 13-gauge u-channel support brackets with ¾ 14 gauge load tie-bar that is welded. Frame support brackets are attached to the seat shell using six T-30 wave-lock threaded screws. Four rubber bumpers are attached to the support brackets by #6 Phillip s screws. Rated for use up to 300 lbs. The frame will be fully chromed. Toe glides provide support on the ends of the frame tubes and included a 5/16 adjustable nylon button leveling glide. The seat height will be 18, the seat width will be a minimum of 16.5, and the seat depth will be a minimum of The overall height will be a minimum of 31, the front frame width will be a minimum of 16.9, the rear frame width will be a minimum of 20.9 and the frame depth will be a minimum of Color: Mfg. Standard color. Artcobell #ASCL18 or equal. 25. Folding Chairs: Minimum 18-gauge metal folding chair, 18-1/4 w x 20-1/4 x29-1/2 overall height. Two U-shaped double riveted cross braces with minimum 18-gauge steel tubing. Double hinges on each side. Sled base shall be smooth, without any type of glide, for ease of movement on carpeted surfaces. Color: Mfg. Standard color. 26. Stool: The seat will be a minimum 13-1/2 diameter molded polypropylene seat attached to support plate by four 3/16 steel barrel rivets. The seat support will be a minimum 13 diameter die formed 13-gauge steel plate welded to four minimum 1-1/8 18-gauge steel tubes. The inserts will be minimum 18-gauge steel inserts. Both the frame and inserts will be fully chromed. It will adjustable in height from 19 to 27-1/2 at 1 increments with 1/8 adjustment in each leg. The upper legs will be reinforced with a minimum 3/4" 18-gauge footrest welded to the outside of the legs. The glides will be 1 diameter internal gripping, self-leveling with a nylon base. Color: Mfg. Standard color.

8 TERMS & CONDITIONS Page 8 of File Cabinet, 4 Drawer: Legal size minimum 26-1/2 d x 18-1/4 w x 52 h with lock. Welded steel construction with spring loaded follower block and steel ball bearing suspension. The drawer pulls, label holder and thumb latch will be bright aluminum. High drawer sides to accept hanging files. 28. File Cabinet, 2 Drawer: Legal size minimum 26-1/2 d x 18-1/4 w x 29 h with lock. Welded steel construction with spring loaded follower block and steel ball bearing suspension. The drawer pulls, label holder and thumb latch will be bright aluminum. High drawer sides to accept hanging files. 29. Bookcase: Steel construction, welded with solid metal top and kick plate. Minimum height 59 inch with a minimum of three adjustable shelves and bottom shelf. All adjustable shelved adjust on 1/2 inch increments. Heavy gauge steel shelves with a load capacity of 102 lbs. per shelf. Depth minimum 12 with a minimum 34 width. Ship assembled one per carton. All surface to have baked enamel finish. Color: Mfg. Standard color. 30. First Aid Couch/Clinic Cot: The frame will have square tube legs and a full perimeter and minimum 16-gauge steel. The cushion will be a minimum 4 thick, polyfoam with a vinyl covering. The pillow will be detachable and the measurements will be a minimum 18 w x 25 l x 6 d. Fixed height legs with a black frame and nylon glide. QUESTIONS REGARDING BID PROCESS OR SPECIFICATIONS, CONTACT: George M. Ayala, Director of Purchasing (210) / pauline.frisch@nisd.net

9 INSURANCE REQUIREMENTS Page 9 of 24 Bidders shall provide evidence of insurability when their Bid is submitted to NISD. Awarded Contractor shall provide and maintain certain insurance in full force and effect at all times during the term of this Agreement and any extensions thereto. Such insurance is described as follows: Workers' Compensation: Employers' Liability: Statutory limits $500,000 Each Accident $500,000 Policy Limit $500,000 Each Employee Commercial General Liability: Each Occurrence: $1,000,000 Fire Damage: $50,000 Medical Expenses (any one person): $5,000 Personal &Adv Injury: $1,000,000 General Aggregate: $2,000,000 Products Comp. Operations: $1,000,000 Commercial General Liability must be issued on an occurrence basis Owner s & Vendor s Protective Liability: Bodily Injury: $500,000 Property Damage: $500,000 The OCPL policy must be endorsed to waive its right to use Owner s governmental immunity as a defense. Automotive Liability: $1,000,000 Combined Single Limit The automotive policy must be written to cover ANY AUTO. Excess Liability: $3,000,000 or more for each occurrence and aggregate. Umbrella liability policy shall be written on an occurrence basis. All policies shall include clauses whereby each underwriter agrees to waive its rights to subrogation against the Owner. The commercial General Liability, Automobile Liability, and Umbrella Liability policies shall be endorsed to add the Owner as an additional Insured. Maximum deductible shall be $5,000. Policies will be issued with 30 days written cancellation notice. Vendors shall notify NISD 60 days prior a cancellation of the insurance specified above.

10 CERTIFICATION OF INSURANCE Page 10 of 24 The undersigned, being the President or a Vice President of the Offeror, hereby certifies that the Offeror shall be able to procure and provide to Owner prior to work beginning on the project, evidence of insurance, all in accordance with the requirements set forth in the Proposal Documents. The undersigned shall reimburse Owner for all damages, costs, and expenses (including reasonable attorneys fees) which are incurred by Owner and which are related in any way to the falsity of any part of the certification set out herein. Dated and Effective the day of, 20. Original Signature Printed Name Position (President or Vice President) STATE OF TEXAS COUNTY OF BEXAR This instrument was acknowledged before me on the day of, 20 by. (NOTARY S SEAL) Notary Public, State of Texas My Commission Expires:

11 Page 11 of 24 Instructions to School District Contractors Regarding Criminal History Background Searches Under Senate Bill 9 Senate Bill 9 directs school district contractors to obtain state and national criminal history background searches on their employees who will have direct contact with students, and to receive those results through the DPS criminal history clearinghouse (Fingerprint-based Applicant Clearinghouse of Texas FACT). In order for contractors to receive the information through FACT, they must first establish an account with the DPS for FACT clearinghouse access. The Company owner must sign a user agreement with the DPS. To obtain the user agreement and more information, please contact: Access and Dissemination Bureau Texas Department of Public Safety Crime Records Service P. O. Box Austin, Texas FACT@txdps.state.tx.us Phone: (512) For fastest service, please or call. State in the message that you are a school district contractor and need to have an account established for DPS FACT clearinghouse access. Please include: Company Name Company Address Company Phone Name of Company point of contact Phone of Company point of contact Company to be used for notification of FACT records and messages The information in the DPS FACT Clearinghouse is confidential, and access must be restricted to the least number of persons needed to review the records. The account must include at least one designated supervisor to make necessary changes and to monitor the site s security and the access to the criminal history data retrieved. Additional users must be limited to those who need to request, retrieve, or evaluate data regarding the individual applicants. PLEASE NOTE: After you sign the DPS User Agreement for FACT, DPS will provide you with a revised FAST Fingerprint Pass that you will have to provide to your employees and applicants. Your employees and applicants will use that FAST Fingerprint Pass when scheduling their FAST fingerprinting. Criminal History Background Searches Under Senate Bill 9 The Contractor shall be responsible for compliance with all required provisions of Senate Bill 9 at no additional cost to the Owner. Senate Bill 9 requires finger printing, background checks and registration through the Texas Department of Public Safety (DPS) of all employees of the Contractor, Subcontractors, and material and/or any other type suppliers who may enter any site where Northside ISD students are or may be attending classes, or where students are on or may be on the site for any school purpose. All inquiries related to compliance with Senate Bill 9 shall be forwarded to: Employee Relations Officer Northside Independent School District The Contractor shall be responsible for all costs related to compliance with Senate Bill 9 and include those costs within its proposal. Employees of the Contractor shall not be permitted to access the site and begin work until such time as all provisions of Senate Bill 9 for each employee have been satisfied.

12 Senate Bill 9 Contractor Certification Contractor Employees Page 12 of 24 Introduction: Texas Education Code Chapter 22 requires service contractors to obtain criminal history record information regarding covered employees and to certify to the District that they have done so. Covered employees with disqualifying convictions are prohibited from serving at a school district. Definitions: Covered employees: All employees of a contractor who have or will have continuing duties related to the service to be performed at the District and have or will have direct contact with students. The District will be the final arbiter of what constitutes direct contact with students. Disqualifying conviction: One of the following offenses, if at the time of the offense, the victim was under 18 or enrolled in a public school: (a) a felony offense under Title 5, Texas Penal Code; (b) an offense for which a defendant is required to register as a sex offender under Chapter 62, Texas Code of Criminal Procedure; or (c) an equivalent offense under federal law or the laws of another state. On behalf of ( Contractor ), I certify that [check one]: [ ] None of Contractor s employees are covered employees, as defined above. Or [X] Some or all of Contractor s employees are covered employees. If this box is selected, I further certify that: (1) In the event Contractor is awarded this contract with the District, Contractor shall obtain all required criminal history record information, through the Texas Department of Public Safety, regarding its covered employees. None of the covered employees that have a disqualifying conviction shall be used to carry out the duties required of this contract. Contractor has taken reasonable steps to ensure that its employees who are not covered employees do not have continuing duties related to the contract services or direct contact with students (2) If Contractor receives information that a covered employee has a disqualifying conviction, Contractor will immediately remove the covered employee from contract duties and notify the District in writing within 3 business days. (3) Upon request, Contractor will make available for the District s inspection the criminal history record information of any covered employee. If the District objects to the assignment of a covered employee on the basis of the covered employee s criminal history record information, Contractor agrees to discontinue using that covered employee to provide services at the District. Noncompliance by Contractor with this certification may be grounds for contract termination. Name: Signature: Date:

13 Page 13 of 24 RESIDENT CERTIFICATION This Certification MUST be completed and submitted before a bid can be awarded to your company. This information may be placed in an envelope labeled Proprietary and is not subject to public view. In order for a bid to be considered, the following information must be provided. Failure to complete this certification will result in rejection of your bid: As defined by Texas House Bill 602, a nonresident bidder means a bidder whose principal place of business is not in the State of Texas, but excludes a contractor whose principal place of business in Texas. Check One Resident or Non-Resident I certify that my company is a Texas Resident Bidder I certify that my company is a Non Texas Resident Bidder If your company is a Non-resident Bidder, you must furnish the following information: What is your resident State? (The State your principal place of business is located.) City: State: Zip Code: Company Name: Street Address: Signature: Name: Company Official Type or Print Title: (Corp Seal)

14 FURNITURE INSTALLATION Page 14 of 24 Will installers be company employees? Name of installation supervisor: Does your firm use Manpower Agencies to do installations? If yes, name of agency: Number of installers assigned to: High School Middle School Elementary School Does your installation crew work on weekends and after hours? If no, explain installation crew schedule: Does your installation crew wear uniforms or identification badges? TEXAS REFERENCES # District Contact Person Date Telephone Number WARRANTY INFORMATION Please describe the warranty (terms, what is covered, exclusions, etc.): What is the length (# of years) of the warranty? Does this warranty apply to all furniture items being bid? (Circle one): YES NO If NO, please specify exceptions:

15 Page 15 of 24 BID SHEET A SCHEDULE All furniture purchased under this schedule must be delivered and installed by the vendor. This price schedule will be used for all new schools, renovations/additions and special projects during the one year contract period. Quantities indicated are estimates, and may increase or decrease. PLEASE NOTE: Item Numbers in Schedule A may not correspond with Item Numbers listed under Item Specifications; bidders should look at the item description. Item # DESCRIPTION Qty. Brand / Model # Unit Price Available in District Standard Color? Specs Attached Warranty Attached 1. Teacher Desk 61 Y / N Y / N Y / N 2. Standard Elementary Student Desk 674 Y / N Y / N Y / N 3. Student MS/HS Student Desk Combo 0 Y / N Y / N Y / N 4. Collaborative Style Shaped Elementary Desk 150 Y / N Y / N Y / N 5. Collaborative Style Shaped MS/HS Student Desk 0 Y / N Y / N Y / N 6. Classroom Table 24 x 60 0 Y / N Y / N Y / N 7. Classroom Table 36 x Y / N Y / N Y / N 8. Classroom Table 48 Round 15 Y / N Y / N Y / N 9. Classroom Table 48 Square 10 Y / N Y / N Y / N 10. Classroom Table 42 Square 5 Y / N Y / N Y / N Classroom Table 48 Kidney 11. Y / N Y / N Y / N Shape Computer Table 30 x Y / N Y / N Y / N 13. Science Table 24 X 60 0 Y / N Y / N 14. Roll-Away Cafeteria Table 27 Y / N Y / N Y / N Cafeteria Folding Table 30 x 15. Y / N Y / N Y / N Study Carrel 22 Y / N Y / N Y / N 17. Teacher Chair 64 Y / N Y / N Y / N 18. Hard Plastic Student Chair 0 Y / N Y / N Y / N Hard Plastic Student Chair w/ Book 19. Y / N Y / N Y / N Rack Upholstered Stacking Chair 90 Y / N Y / N Y / N 21. Student Chair Y / N Y / N Y / N 22. Student Chair Y / N Y / N Y / N 23. Student Chair Y / N Y / N Y / N 24. Sled-Base Stacking Chair 0 Y / N Y / N Y / N 25. Folding Chair 0 Y / N Y / N Y / N 26. Stool 0 Y / N Y / N Y / N 27. File Cabinet 4 Drawer 66 Y / N Y / N 28. File Cabinet 2 Drawer 0 Y / N Y / N 29. Bookcase Minimum Height Y / N Y / N 30. First Aid Couch/Clinic Cot 0 Y / N Y / N ****BIDDERS MUST USE THIS ENCLOSED BID SHEET**** Failure to follow these instructions could be cause for the bid not to be accepted.

16 Page 16 of 24 BID SHEET B SCHEDULE All furniture purchased under this schedule must be delivered to the District Warehouse facility or any other location within the Northside Independent School District. This Schedule B will be used to spot purchase classroom furniture as the needs arise. There are no quantities given or guaranteed. Awards made for this section of the bid will be posted in the District Furniture Purchasing Guide for the school year and furnished to all schools and departments. Available Unit in District Specs Warranty Price Standard Attached Attached Color? 1. Teacher Desk Y / N Y / N Y / N Item # DESCRIPTION Brand / Model # 2. Standard Elementary Student Desk Y / N Y / N Y / N 3. Student MS/HS Student Desk Combo Y / N Y / N Y / N 4. Collaborative Style Shaped Elementary Desk Y / N Y / N Y / N 5. Collaborative Style Shaped MS/HS Student Desk Y / N Y / N Y / N 6. Classroom Table 24 x 60 Y / N Y / N Y / N 7. Classroom Table 36 x 72 Y / N Y / N Y / N 8. Classroom Table 48 Round Y / N Y / N Y / N 9. Classroom Table 48 Square Y / N Y / N Y / N 10. Classroom Table 42 Square Y / N Y / N Y / N 11. Classroom Table 48 Kidney Shape Y / N Y / N Y / N 12. Computer Table 30 x 60 Y / N Y / N Y / N 13. Science Table 24 X 60 Y / N Y / N 14. Roll-Away Cafeteria Table Y / N Y / N Y / N 15. Cafeteria Folding Table 30 x 72 Y / N Y / N Y / N 16. Study Carrel Y / N Y / N Y / N 17. Teacher Chair Y / N Y / N Y / N 18. Hard Plastic Student Chair Y / N Y / N Y / N 19. Hard Plastic Student Chair w/ Book Rack Y / N Y / N Y / N 20. Upholstered Stacking Chair Y / N Y / N Y / N 21. Student Chair 18 Y / N Y / N Y / N 22. Student Chair 16 Y / N Y / N Y / N 23. Student Chair 14 Y / N Y / N Y / N 24. Sled-Base Stacking Chair Y / N Y / N Y / N 25. Folding Chair Y / N Y / N Y / N 26. Stool Y / N Y / N Y / N 27. File Cabinet 4 Drawer Y / N Y / N 28. File Cabinet 2 Drawer Y / N Y / N 29. Bookcase Minimum Height 59 Y / N Y / N 30. First Aid Couch/Clinic Cot Y / N Y / N ****BIDDERS MUST USE THIS ENCLOSED BID SHEET**** Failure to follow these instructions could be cause for the bid not to be accepted.

17 BID SHEET Page 17 of 24 Company Information: Please provide a brief profile of your company by answering the following questions: Company Name: Signature of Person Responsible for Bid: Name (Typed or Printed): Title: Address: City, State: Zip Code: Phone: Fax: Date: Contact Address: Order Address: Website: Does the vendor or the vendor s ultimate parent company or majority owner: Have its principal place of business in the State of Texas: Yes No Employ at least 500 persons in the State of Texas: Yes No

18 MINIMAL ESSENTIAL COVENANTS Page 18 of Northside Independent School District (Northside) considers cash discounts or discounts for prompt payment when evaluating bids (For example, 2% 10, Net 30 or 1% 15, Net 30). 2. When a brand name is used, it is for the purpose of establishing quality. Although certain manufacturer brand names and numbers may be specified, alternates can be considered at District s discretion. The bidder/proposer, by bidding an alternate, warrants that products being bid meet or exceed all stated specifications. When an alternate is bid, bidder/proposer must furnish complete and descriptive literature on item(s) bid. If an alternate is bid and descriptive literature is not included, the bid may be considered invalid and rejected. 3. The District reserves the right to reject any and/or all bids and to make awards on the individual items as they may appear to be most advantages to the District, to include award of different items to different vendors, and to waive all formalities in bidding. 4. The term As Specified or A/S will not be accepted. If bidding on a make or model other than specified, bidder/proposer is to list make and model of item being bid and must state any deviations from the item specified. The burden of proof of compliance with this specification will be the responsibility of the vendor. Samples of items which are not as specified must be available to the District within 72 hours after our request. 5. The bid is a firm offer which shall be irrevocable and open for acceptance for calendar days (60 calendar days unless otherwise specified) from the date set for submission of bids. A 60 day minimum is usually required for School Board approval. 6. Bids received after the due date and time specified will not be considered. 7. When a bid is not returned, the vendor s name is removed from the bidder list for this commodity. 8. Questions in regard to this bid must be submitted to the Director of Purchasing for clarification 10 days prior to bid opening. 9. Payment: Payment terms will be Net 30 after acceptance of delivery of goods or services. 10. Bidder/proposer hereby affirmatively states that it has not participated in any act of collusion, favoritism, gratuity, or inside dealings with any member of the staff of Northside or its Board of Trustees. 11. Any contract resulting from this solicitation shall be construed under and in accordance with the laws of the State of Texas. Any legal action or proceeding brought or maintained, directly or indirectly, as a result of this solicitation shall be heard and determined in the City of San Antonio, Bexar County, Texas. 12. Renewal, if applicable, of resulting Contract will be in accordance with Local Government Code concerning non-appropriation of funds for multi-year contracts. The Board of Trustees of Northside Independent School District, or its designee, reserve the right to rescind the Contract at the end of each fiscal year if it is determined that there are insufficient funds to extend the Contract. 13. All expenses resulting from preparation and responding to this bid/proposal shall be the sole responsibility of the bidder/proposer and not reimbursable. This provision includes, but is not limited to, bid bonds, performance and payment bonds, reproduction (copy) services, etc. 14. All purchases made as a result of this solicitation shall be delivered FOB: Inside Delivery at no additional charge to the District. 15. Contact between bidders/proposers and District staff other than those in the Purchasing Department during the bidding process or evaluation process is prohibited. Any attempt by a bidder/proposer to contact District staff outside the Purchasing Department may result in disqualification. 16. The District utilizes Electronic Funds Transfer (EFT) to pay for goods and services. Vendors awarded a contract as a result of this solicitation will be required to provide appropriate banking information to receive payment. 17. A Vendor awarded a Contract as a result of this solicitation shall defend, indemnify, and save whole and harmless Northside Independent School District and all of its officers, agents, and employees from and against all suits, actions, or claims of any character, name and description brought for or on account of any injuries or damages (including death) received or sustained by any person or property on account of, arising out of, or in contention with, any negligent act or omission of Vendor or any agent, employee, subcontractor or supplier of Vendor in the execution or performance of this Contract. The Vendor shall also defend and indemnify the Northside Independent School District against claims by any subcontractor, supplier, laborer, materialman or mechanic for payment for work or materials provided on behalf of the Vendor in the performance of the services contemplated herein, and all such claimants shall look solely to the Vendor and not Northside Independent School District for satisfaction of such claims.

19 Page 19 of 24 CERTIFICATE OF INTERESTED PARTIES FORM 1295 A person or business entity entering into a contract and/or agreement with NISD is required by the New Government Code Statute , to complete Form 1295 Certificate of Interested Parties. This form must be submitted online at Once the online submission has been processed and a claim number has been issued, the form must be printed with the claim number, notarized and then submitted along with the bid/quote/proposal document(s). If Form 1295 is not submitted along with your bid/quote/proposal response, your response may be considered non-responsive and will be disqualified.

20 NORTHSIDE ISD VENDOR CERTIFICATION FORMS Page 20 of 24 FELONY CONVICTION NOTIFICATION Texas Education Code, Section , Notification of Criminal History of Contractor, subsection (a), states a person or business entity that enters into a contract with a school district must give advance notice to the district if the person or an owner or operator of the business entity has been convicted of a felony. The notice must include a general description of the conduct resulting in the conviction of a felony. Subsection (b) states a school district may terminate a contract with a person or business entity if the district determines that the person or business entity failed to give notice as required by Subsection (a) or misrepresented the conduct resulting in the conviction. The district must compensate the person or business for services performed before the termination of the contract. CERTIFICATION OF COMPLIANCE WITH TEXAS FAMILY CODE PROVISION As per Section of the Texas Family Code, added by S.B. 84, Acts, 73rd Legislature, R.S. (1993), all bidders must complete and submit with the bid the following affidavit: I, the undersigned vendor, do hereby acknowledge that NO sole proprietor, partner, majority shareholder of a corporation, or an owner of 10% or more of another business entity is 30 days or more delinquent in paying child support under a court order or a written repayment agreement. I understand that under this provision, a sole proprietorship, partnership, corporation or other entity in which a sole proprietor, partner, majority shareholder or a corporation, or an owner of 10% or more of another entity is 30 days or more delinquent in paying child support under a court order or a written repayment agreement is NOT eligible to bid or receive a state contract. CERTIFICATION OF COMPLIANCE WITH HOUSE BILL 89 Vendor certifies that is in compliance with all applicable provisions of the House Bill 89. Purchases made in accordance under the provisions of Subtitle F, Title 10, Government Code Chapter 2270 must comply with the following: 1. Does not boycott Israel currently; and 2. Will not boycott Israel during the term of the contract the above-named Company, business or individual with Northside Independent School District. REQUIRED CONTRACT PROVISIONS FOR NON-FEDERAL ENTITY CONTRACTS UNDER FEDERAL AWARDS APPENDIX II TO 2 CFR PART 200 The following provisions are required and apply when federal funds are expended by Northside ISD for any contract resulting from this procurement process. (A) Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. Pursuant to Federal Rule (A) above, when federal funds are expended by Northside ISD, Northside ISD reserves all rights and privileges under the applicable laws and regulations with respect to this procurement in the event of breach of contract by either party.

September 12, 2017 REQUEST FOR BID. Sealed Bid to be marked Bid # Copier Paper ARTICLES AND DESCRIPTION

September 12, 2017 REQUEST FOR BID. Sealed Bid to be marked Bid # Copier Paper ARTICLES AND DESCRIPTION NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Suite 700 San Antonio, Texas 78245 (210) 397-8707 Please BID the following no later 10:30am, Oct. 19, 2017 September

More information

SEALED BID. September 29, 2017

SEALED BID. September 29, 2017 NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Suite 700 San Antonio, Texas 78245 (210) 397-8845 Please BID the following no later than 2:30pm, November 2, 2017 September

More information

SEALED BID. February 19, 2018

SEALED BID. February 19, 2018 NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Suite 700 San Antonio, Texas 78245 (210) 397-8707 Please BID the following no later than 10:30am, March 22, 2018 Please

More information

ARTICLES AND DESCRIPTION. specified) from the day set for submission of bids. When no bid is returned, the vendor is removed from our vendor list.

ARTICLES AND DESCRIPTION. specified) from the day set for submission of bids. When no bid is returned, the vendor is removed from our vendor list. NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Suite 700 San Antonio, Texas 78245 (210) 397-8845 Please BID the following no later than 2:00pm, June 5, 2018 May 2,

More information

ARTICLES AND DESCRIPTION

ARTICLES AND DESCRIPTION NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Dr., Suite 700 San Antonio, Texas 78245 (210) 397-8707 Please QUOTE the following no later than 10:30am, June 13, 2018 May

More information

Name: Title: Fax:

Name: Title: Fax: NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Suite 700 San Antonio, Texas 78245 (210) 397-8845 Please BID the following no later than 2:00pm, September 20, 2017

More information

SEALED BID. March 21, 2018

SEALED BID. March 21, 2018 NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Suite 700 San Antonio, Texas 78245 (210) 397-8707 Please BID the following no later than 2:00pm, April 24, 2018 Please

More information

SEALED BID. Security Cameras, Access Control, and Intrusion Devices. September 24, Sealed Bids to be marked Bid #

SEALED BID. Security Cameras, Access Control, and Intrusion Devices. September 24, Sealed Bids to be marked Bid # NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Suite 700 San Antonio, Texas 78245 (210) 397-8845 Please BID the following no later than 2:00PM, October 23, 2018 September

More information

SEALED BID. NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Suite 700 San Antonio, Texas (210)

SEALED BID. NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Suite 700 San Antonio, Texas (210) NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Suite 700 San Antonio, Texas 78245 (210) 397-8707 Please BID the following no later than 10:30am, Nov. 14, 2017 October

More information

January 3, 2018 SEALED BID. Sealed Bids to be marked Bid # Audio, Video & DVD Software

January 3, 2018 SEALED BID. Sealed Bids to be marked Bid # Audio, Video & DVD Software NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Ste 700 San Antonio, Texas 78245 Phone (210) 397-8707 Please BID the following no later than January 24, 2018, 10:30AM

More information

WRIGHT CITY R-II SCHOOL DISTRICT REQUEST FOR PROPOSAL Wright City West Elementary School Teacher Desks and Chairs June 27, 2018

WRIGHT CITY R-II SCHOOL DISTRICT REQUEST FOR PROPOSAL Wright City West Elementary School Teacher Desks and Chairs June 27, 2018 I. GENERAL CONDITIONS WRIGHT CITY R-II SCHOOL DISTRICT REQUEST FOR PROPOSAL Wright City West Elementary School Teacher Desks and Chairs June 27, 2018 The Wright City R-II School District (hereafter District

More information

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217 NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217 Request for Competitive Sealed Proposals will be received in the Office of the Executive Director of Procurement & ecommerce

More information

September 10, 2018 SEALED BID. Sealed Bids to be marked Bid # Science Lab Equipment ARTICLES AND DESCRIPTION

September 10, 2018 SEALED BID. Sealed Bids to be marked Bid # Science Lab Equipment ARTICLES AND DESCRIPTION NORTHSIDE INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 607 Richland Hills Drive, Suite 700 San Antonio, Texas 78245 (210) 397-8707 Please BID the following no later than 2:00pm, October 3, 2018 Please

More information

January 25, 2018 NOTICE OF INVITATION TO BID

January 25, 2018 NOTICE OF INVITATION TO BID Huffman Independent School District Purchasing Department 24302 FM 2100 ~ P.O. Box 2390 Huffman, TX 77336 Phone (281)324-7605 ~ Fax (281)324-4531 www.huffmanisd.net January 25, 2018 NOTICE OF INVITATION

More information

COMPANY NAME: RFP #

COMPANY NAME: RFP # NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217 Requests for Proposals will be received in the Office of the Executive Director of Procurement & ecommerce for DISTRICT WIDE

More information

N O T I C E T O B I D D E R S

N O T I C E T O B I D D E R S N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive bids until: Date of Award until August 31, 2015 FOR: Teaching Aids, Instruction & Curriculum Materials & Supplies

More information

Alief Independent School District

Alief Independent School District Alief Independent School District Bid Information Contact Information Ship to Information Bid Owner Mr. Adam Tabor Buyer Address 12102 High Star Address 12101 Seventh Street Email adam.tabor@aliefisd.net

More information

DESCRIPTION OF WORK. The bidder shall provide adequate proof of licensure and insurance.

DESCRIPTION OF WORK. The bidder shall provide adequate proof of licensure and insurance. Bismarck Public Schools Horizon, Simle and Wachter Middle Schools Furniture Bid Bismarck, North Dakota BID DOCUMENTS: SCOPE: 1. Description of Work 2. Advertisement of Bids 3. Furniture Specification 4.

More information

NAVARRO INDEPENDENT SCHOOL DISTRICT 6450 N. State Hwy 123 Seguin, TX (830)

NAVARRO INDEPENDENT SCHOOL DISTRICT 6450 N. State Hwy 123 Seguin, TX (830) April 13, 2016 NAVARRO INDEPENDENT SCHOOL DISTRICT 6450 N. State Hwy 123 Seguin, TX. 78155 (830) 372-1930 REQUEST FOR QUALIFICATIONS PROFESSIONAL ANNUAL AUDITING SERVICES FOR FISCAL YEAR ENDING August

More information

Taylor County Purchasing Agent

Taylor County Purchasing Agent Taylor County Purchasing Agent Scott Henderson 600 Pecan Street Abilene, Texas 79602 Phone - 325-738-8602 FAX - 325-674-1375 E-Mail henderss@taylorcountytexas.org INVITATION TO BID BID TITLE: JAIL FACILITY

More information

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

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

More information

LVIN ISD. Purchasing Department. Independent Contractor/Consultant Agreement CCA Packet

LVIN ISD. Purchasing Department. Independent Contractor/Consultant Agreement CCA Packet LVIN ISD Purchasing Department Independent Contractor/Consultant Agreement CCA Packet Contracts with a yearly aggregate under $10,000 within a specified AISD category. Valid per school year. New Vendor

More information

Vendor Information (SECTION TO BE COMPLETED BY VENDOR)

Vendor Information (SECTION TO BE COMPLETED BY VENDOR) SUBMIT BIDS TO: BID TITLE CITY OF TUSCALOOSA PURCHASING OFFICE P.O. BOX 2089 2201 UNIV. BLVD. TUSCALOOSA, AL 35403 TUSCALOOSA, AL 35401 TWO (2) TRASH TRAILER BODIES PAGE 1 OF 6 PAGES INVITATION TO BID

More information

INVITATION FOR BID. Serving Line Remodel for Eagle Glen and Bridle Ridge Elementary

INVITATION FOR BID. Serving Line Remodel for Eagle Glen and Bridle Ridge Elementary Child Nutrition Department 21005 S. School Road, PO Box 789, Peculiar, MO 64078 Phone: 816-892-1370 * Fax: 816-892-1387 www.raypec.k12.mo.us April 17, 2017 INVITATION FOR BID Items: Serving Line Remodel

More information

INVITATION PLEASE REFER TO BID NO TO BID

INVITATION PLEASE REFER TO BID NO TO BID INVITATION PLEASE REFER TO BID NO. 2018-013 TO BID BID DATE: 01/25/18 TO: VENDOR NAME: ADDRESS: QUOTE NOT LATER THAN: 02/28/2018 BY 4:00 PM (EST) FROM: PURCHASING DEPARTMENT COUNTY OF BERRIEN, MICHIGAN

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV.

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV. BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information

PROPOSALS MUST BE RECEIVED BY: 11:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019

PROPOSALS MUST BE RECEIVED BY: 11:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019 RESTROOM PARTITIONS FOR JAMES BRIDGER MIDDLE SCHOOL RFP# PROPOSALS MUST BE RECEIVED BY: 11:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019 Please mark your sealed envelope RFP # Proposal and deliver to the following

More information

N O T I C E T O B I D D E R S

N O T I C E T O B I D D E R S N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive bids on a continual basis: Until 4:30 p.m. (CST) Wednesday, May 31, 2017 FOR: Fundraiser Services RFP #16-01 Prospective

More information

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia, City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station #1 4539 Jonesboro Rd., Forest Park, Georgia, 30297. Mandatory Pre-Proposal Conference March 7, 2017 at 10 am Bid Deadline

More information

N O T I C E T O B I D D E R S

N O T I C E T O B I D D E R S N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive bids on a continual basis: Until 4:30 p.m. (CST) Tuesday, May 31, 2016 FOR: Fundraiser Services BID #15-01 Prospective

More information

Solicitation 640. Recycling Bins. Bid Designation: Public

Solicitation 640. Recycling Bins. Bid Designation: Public Solicitation 40 Recycling Bins Bid Designation: Public 2/10/201 :4 AM p. 1 BIDSYNC VENDOR BILLING AGREEMENT BidSync will contact the Accounts Payable personnel for your company for any billing related

More information

N O T I C E T O B I D D E R S

N O T I C E T O B I D D E R S N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive bids until: Tuesday, June 23, 2015 at 10:00 AM CST FOR: Fresh Apple Slices for Food Service RFP #15-02 Prospective

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

Early Learning Coalition of Duval Cypress Plaza Drive, Suite 201, Jacksonville, FL

Early Learning Coalition of Duval Cypress Plaza Drive, Suite 201, Jacksonville, FL Invitation to Negotiate for Office Workstations ITN Number: ITN-1718-01 8301 Cypress Plaza Drive, Suite 201 Jacksonville, FL 32256 http://www.elcduval.org The ( ELC ), a Florida not-for-profit organization

More information

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803

BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID # Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803 BRYAN INDEPENDENT SCHOOL DISTRICT INVITATION TO BID #16-3702 Awards & Trophies 101 NORTH TEXAS AVENUE BRYAN, TEXAS 77803 The undersigned hereby agrees to all terms and conditions set forth in the Invitation

More information

UNIVERSAL SCREENING ASSESSMENTS OPENING 2:00 P.M.

UNIVERSAL SCREENING ASSESSMENTS OPENING 2:00 P.M. 1. SCOPE 1.1. Hays Consolidated Independent School District (HCISD) requests proposals to provide online Universal Screening Assessments for reading and math for students in grades K-8 district-wide. 1.2.

More information

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

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

More information

BID DUE DATE Thursday, September 8, 2016 at 2:00 P.M.

BID DUE DATE Thursday, September 8, 2016 at 2:00 P.M. ARLINGTON ISD REQUEST FOR PROPOSAL RFP #17-22 PROPERTY AND CRIME INSURANCE RFP AVAILABLE ON Monday, August 15, 2016 BID DUE DATE Thursday, September 8, 2016 at 2:00 P.M. EFFECTIVE DATE October 25, 2016

More information

NORTHSIDE INDEPENDENT SCHOOL DISTRICT

NORTHSIDE INDEPENDENT SCHOOL DISTRICT RJB NORTHSIDE INDEPENDENT SCHOOL DISTRICT Request for Proposal #2018-135 for: INDEFINITE QUANTITY CONTRACT FOR SITE WORK Proposals Received until 2:00 PM, August 23, 2018 FACILITIES & OPERATIONS DEPARTMENT

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

Policy E-06: Added (c) to reflect policy (no change). April 1, 2013 Policy E-09: Added more information to reflect changes in QFR process.

Policy E-06: Added (c) to reflect policy (no change). April 1, 2013 Policy E-09: Added more information to reflect changes in QFR process. Alberta Health Alberta Aids to Daily Living Stationary Commodes, Mattress Overlays, Transfer Pole-Aids and Transfer Bed Rails Benefits Policy & Procedures Manual July 1, 2013 Transfer Bed Rails Benefits,

More information

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES EUSTACE INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES The intent of this Request for Qualifications (RFQ) is to solicit responses from Energy Service

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m. PUR884 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE September 6, 2017 at 2:00 p.m. The City of Rock Hill, South Carolina is seeking competitive proposals from qualified

More information

Hallsville Independent School District REQUEST FOR PROPOSALS. RFP# Waste Disposal and Cardboard Recycling Services

Hallsville Independent School District REQUEST FOR PROPOSALS. RFP# Waste Disposal and Cardboard Recycling Services Hallsville Independent School District REQUEST FOR PROPOSALS RFP# 2018-02 Waste Disposal and Cardboard Recycling Services Hallsville Independent School District is soliciting proposals for Waste Disposal

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

INVITATION TO BID Acoustical Ceiling Tile

INVITATION TO BID Acoustical Ceiling Tile October 10, 2016 REVISED 11/07/2016 RFP-1617-402 INVITATION TO BID Acoustical Ceiling Tile The Danville Public Schools Maintenance Department is requesting sealed bids for removal, furnish and install

More information

र य गक स थ न प द र न ह नगर, क र ल NATIONAL INSTITUTE OF TECHNOLOGY PUDUCHERRY Nehru Nagar, Karaikal Union Territory of Puducherry

र य गक स थ न प द र न ह नगर, क र ल NATIONAL INSTITUTE OF TECHNOLOGY PUDUCHERRY Nehru Nagar, Karaikal Union Territory of Puducherry र य गक स थ न प द र न ह नगर, क र ल 609 605 NATIONAL INSTITUTE OF TECHNOLOGY PUDUCHERRY Nehru Nagar, Karaikal 609 605 Union Territory of Puducherry Tender Document For Supply of Table and Chair at National

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

PROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES

PROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

INVITATION TO SUBMIT PROPOSAL

INVITATION TO SUBMIT PROPOSAL INVITATION TO SUBMIT PROPOSAL DISTRIBUTION/MAILOUT ISSUE DATE: 04-24-2018 The Alvin Independent School District will receive sealed PROPOSALS For PROPERTY INSURANCE as specified. Enclosed for your convenience

More information

Storage Cages for the Solid Waste Division of the Boone County Fiscal Court

Storage Cages for the Solid Waste Division of the Boone County Fiscal Court Boone County, Kentucky Bid #: 082517SCSW Storage Cages for the Solid Waste Division of the Boone County Fiscal Court ACCEPTANCE DATE: Prior to 2:00 p.m., August 31, 2017 Local time ACCEPTANCE PLACE Boone

More information

LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS

LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS LCRA INVITATION FOR BID LCRA-75 GENERAL REQUIREMENTS Date Issued: August 11, 2015 Bid Number: LCRA-75 The City of Sikeston Land Clearance for Redevelopment Authority (LCRA) is soliciting sealed bids for

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

N O T I C E T O B I D D E R S

N O T I C E T O B I D D E R S N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive bids on a continual basis: Until 4:30 p.m. (CST) Thursday, August 31, 2018 FOR: Fundraiser Services RFP #17-03 Prospective

More information

RFP # for Addition to Parks Recreation 190 Facility

RFP # for Addition to Parks Recreation 190 Facility City Of Hammond Purchasing Department RFP # 16-22 for Addition to Parks Recreation Building @ 190 Facility Proposals shall be faxed/emailed/hand delivered to the City Of Hammond, Purchasing Department

More information

INVITATION TO BID CITY OF JOHNSON CITY, TENNESSEE PURCHASING DEPARTMENT 423/

INVITATION TO BID CITY OF JOHNSON CITY, TENNESSEE PURCHASING DEPARTMENT 423/ INVITATION TO BID CITY OF JOHNSON CITY, TENNESSEE PURCHASING DEPARTMENT 423/975-2716 Bid Name / Number WASTE CONTAINERS CONTRACT / #5678 Due Day / Date / Time Wednesday / January 30, 2013 / 3:00 PM Bid

More information

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

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC16094 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

1.1. Hays Consolidated Independent School District (HCISD) requests proposals for Administrative Contracted Services.

1.1. Hays Consolidated Independent School District (HCISD) requests proposals for Administrative Contracted Services. 1. SCOPE 1.1. Hays Consolidated Independent School District (HCISD) requests proposals for Administrative Contracted Services. 1.2. HCISD is seeking to establish an agreement with business entities and/or

More information

Cypress-Fairbanks Independent School District

Cypress-Fairbanks Independent School District Cypress-Fairbanks Independent School District Bid Information Contact Information Ship to Information Bid Owner Olivia Ledesma - Bid Coordinator Address 12510 Windfern Rd. Address Various Campuses Email

More information

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid

More information

GENERAL CLAUSES AND CONDITIONS

GENERAL CLAUSES AND CONDITIONS INVITATION TO BID (ITB) NO. I035-2018 CLOSING DATE AND TIME: DECEMBER 12, 2017-2:00 P.M. ANNUAL TESTING SERVICES FOR POLICE ENTRANCE EXAMS BIDS SHALL BE SUBMITTED ON THIS FORM The City of Mesquite, Texas,

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

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

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

More information

BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL:

BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL: BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL: TO: Scott County Board of Commissioners Commissioners: The following Bid Proposal is for the sale of a rambler style, single-family

More information

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal Tire Disposal Lincoln County Solid Waste RFP #2015-0709 Tire Disposal 1. Introduction 1.1. Lincoln County Solid Waste is seeking proposals from qualified Contractors interested in providing a minimum of

More information

CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES

CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES CAMERON INDEPENDENT SCHOOL DISTRICT REQUEST FOR QUALIFICATIONS ENERGY SAVING PERFORMANCE CONTRACT TOTAL CAMPUS ENERGY OPTIMIZATION SERVICES The intent of this Request for Qualifications (RFQ) is to solicit

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m.

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m. PUR666 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE September 2, 2015 at 2:00 p.m. The City of Rock Hill, South Carolina is seeking competitive bids from qualified firms to provide

More information

( X ) INVITATION FOR BID VENDOR: BID OPENING:

( X ) INVITATION FOR BID VENDOR: BID OPENING: WICOMICO COUNTY PURCHASING DEPARTMENT 125 N. DIVISION STREET, ROOM 205 SALISBURY, MARYLAND 21801 ( X ) INVITATION FOR BID PROJECT: Two (2) 2014 Service Trucks w/ Crane DEPARTMENT: Public Works Solid Waste

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 (RFP) # ONE TON DUMP BOX / TOOL BOX / BOSS WIRING HARNESS / AND UNDERCARRIAGE POSTING DATE: FEBRUARY 24, 2016

REQUEST FOR PROPOSAL (RFP) # ONE TON DUMP BOX / TOOL BOX / BOSS WIRING HARNESS / AND UNDERCARRIAGE POSTING DATE: FEBRUARY 24, 2016 REQUEST FOR PROPOSAL (RFP) #16-015-30 2016 ONE TON DUMP BOX / TOOL BOX / BOSS WIRING HARNESS / AND UNDERCARRIAGE POSTING DATE: FEBRUARY 24, 2016 RESPONSE DEADLINE: MARCH 14, 2016 2:00 P.M. CENTRAL STANDARD

More information

KELTY TAPPY DESIGN, INC.

KELTY TAPPY DESIGN, INC. KELTY TAPPY DESIGN, INC. ARCHITECTURE PLANNING URBAN DESIGN FURNITURE BID DOCUMENTS LAGRANGE COUNTY PUBLIC LIBRARY Introduction Thank you for your interest in providing furniture-related items for the

More information

INVITATION TO BID The Lodge Indoor Pool Deck Chairs

INVITATION 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 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

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

Invitation To Bid B15/9886

Invitation To Bid B15/9886 Invitation To Bid B15/9886 4905 East Broadway, D-113 Bid No. B15/9886 Tucson, AZ 85709-1420 Requisition No. Telephone (520) 206-4759 Buyer J Posz Date Page 1 Of 4 Bid must be in this office on or before:

More information

RICE UNIVERSITY SHORT FORM CONTRACT

RICE UNIVERSITY SHORT FORM CONTRACT RICE UNIVERSITY SHORT FORM CONTRACT This Rice University Short Form Contract (this Contract ) is entered into by and between WILLIAM MARSH RICE UNIVERSITY, a Texas non-profit corporation (the University

More information

SPECIALIZED TUTORING LIVE INSTRUCTION OPENING 2:00 P.M.

SPECIALIZED TUTORING LIVE INSTRUCTION OPENING 2:00 P.M. 1. SCOPE 1.1. Hays Consolidated Independent School District (HCISD) requests proposals for Online Specialized Tutoring (Live Instruction) for students in secondary grades district-wide. 1.2. HCISD will

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

MUST BE SIGNED TO BE VALID

MUST BE SIGNED TO BE VALID INVITATION FOR BID 5790 TITLE: FOLDING CHAIR FOR ATHLETIC EVENTS DATE: NOVEMBER 12, 2015 BUYER: EMAIL: JESSICA KINDER BUYER jlkinder@semo.edu PHONE: (573) 651-2021 BID MUST BE RECEIVED NO LATER THAN: DATE:

More information

PINE TREE INDEPENDENT SCHOOL DISTRICT CONSULTING AGREEMENT

PINE TREE INDEPENDENT SCHOOL DISTRICT CONSULTING AGREEMENT PINE TREE INDEPENDENT SCHOOL DISTRICT CONSULTING AGREEMENT Campus/Dept Purchase Order # In order to be considered an independent contractor, you must not be an employee of the District, which includes

More information

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217

NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217 NORTH EAST INDEPENDENT SCHOOL DISTRICT 8961 Tesoro Drive San Antonio, TX 78217 Request for Proposals will be received in the Office of the Executive Director of Procurement & ecommerce for Special Education

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend HDC124 Housing Development Corporation of Rock Hill Request for Proposal CONSTRUCTION OF THREE NEW HOMES Cottages at Southend MANDATORY PRE-BID MEETING: 10 a.m. Wednesday, February 28, 2018 The Housing

More information

Scofield Ridge Homeowners Association

Scofield Ridge Homeowners Association Scofield Ridge Homeowners Association RFP #2012-003 Subject: Entrance Monument Design & Construction Due: March 30, 2012 2:00pm CST c/o Goodwin Management, Attn.: Debra Johnson * 11149 Research Blvd.,

More information

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

Notice to Bidders. No faxed or  ed bids will be accepted. Bids received after the closing time will not be accepted. KEN BASS DIRECTOR OF PURCHASING 214 NORTH 5 TH STREET WACO, TEXAS 76701 (254) 757-5016 FAX (254) 757-5068 Notice to Bidders Sealed bids will be received by the McLennan County Purchasing Department at

More information

County 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 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 information

Request for Qualifications Number 1470 General Construction Services

Request for Qualifications Number 1470 General Construction Services RICHARDSON INDEPENDENT SCHOOL DISTRICT PURCHASING DEPARTMENT 970 Security Row Richardson, TX 75081 Request for Qualifications Number 1470 General Construction Services Richardson Independent School District

More information

PINE TREE INDEPENDENT SCHOOL DISTRICT CONSULTING AGREEMENT

PINE TREE INDEPENDENT SCHOOL DISTRICT CONSULTING AGREEMENT PINE TREE INDEPENDENT SCHOOL DISTRICT CONSULTING AGREEMENT Campus/Dept Purchase Order Number In order to be considered an independent contractor, you must not be an employee of the District, which includes

More information

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

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

More information

SEVEN (7), 2017 OR NEWER GASOLINE POWERED, 1 TON 4x4 CREW CAB LONG BED PICKUP TRUCKS For the Boone County Public Works Department

SEVEN (7), 2017 OR NEWER GASOLINE POWERED, 1 TON 4x4 CREW CAB LONG BED PICKUP TRUCKS For the Boone County Public Works Department Boone County, Kentucky INVITATION FOR BID # 082417PW SEVEN (7), 2017 OR NEWER GASOLINE POWERED, 1 TON 4x4 CREW CAB LONG BED PICKUP TRUCKS For the Boone County Public Works Department ACCEPTANCE DATE: Prior

More information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

More information

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918)

BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK PHONE (918) FAX (918) BROKEN ARROW PUBLIC SCHOOLS 701 SOUTH MAIN BROKEN ARROW, OK 74012 PHONE (918) 259-5700 FAX (918) 259-4344 Request for Bid Foundation Repair North Intermediate High School #B12-29 Time and Date to be Returned:

More information

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Posting Date: April 22, 2013 Response Deadline: May 6, 2013 10:00 a.m. Central Daylight Time (CDT) To: John Machnik,

More information

Johnson County Board of Education Director of School Nutrition, Redessa Crawford Large Equipment Bid INVITATION FOR BID

Johnson County Board of Education Director of School Nutrition, Redessa Crawford Large Equipment Bid INVITATION FOR BID Johnson County School Nutrition Program Johnson County Board of Education Director of School Nutrition, Redessa Crawford Large Equipment Bid 2160 West Elm Street Wrightsville, GA 31096 INVITATION FOR BID

More information

REQUEST FOR FORMAL BID

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

More information

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

MUST BE SIGNED TO BE VALID

MUST BE SIGNED TO BE VALID INVITATION FOR BID 5781 TITLE: ADA COMPANION SEATING DATE: SEPTEMBER 30, 2015 BUYER: EMAIL: SARAH J. STEINNERD PURCHASING MANAGER ssteinnerd@semo.edu PHONE: (573) 651-2588 BID MUST BE RECEIVED NO LATER

More information

RFCSP EXCESS WORKERS COMPENSATION INSURANCE

RFCSP EXCESS WORKERS COMPENSATION INSURANCE Solicitation For Scope Direct all questions to: Pre-Bid Conference and Site Visitation: Send Response to Proposals will be received until: Public Opening Bid Security Anticipated Award Date NO BID NOTICE

More information

NOTICE TO PROPOSERS. Proposal envelopes must be plainly marked as described below: May 31, 2017 at 4:00 pm

NOTICE TO PROPOSERS. Proposal envelopes must be plainly marked as described below: May 31, 2017 at 4:00 pm ALDINE INDEPENDENT SCHOOL DISTRICT Carlotta Nicholas, Director of Purchasing 2520 W.W. Thorne Blvd. Houston, TX 77073 Phone 281-985-6141 Fax 281-985-6399 NOTICE TO PROPOSERS Aldine Independent School District

More information