Delivery Dates Orders for specific quantities will be ordered as needed throughout the bid period. The District will determine exact delivery dates.

Size: px
Start display at page:

Download "Delivery Dates Orders for specific quantities will be ordered as needed throughout the bid period. The District will determine exact delivery dates."

Transcription

1 B7165 FY14-15 Individually Quick Frozen (IQF) Fruits & Vegetables Contract Period Bid to be effective for school year for deliveries beginning immediately, through June 30, The District reserves the option to renew the contract for four (4) additional years after the original contract period. The amounts of the contract for the second through fifth years are to be negotiated at the close of each preceding year. Background As part of the Des Moines Public School District s continued efforts to provide healthy options for its students, the Food & Nutrition Department is seeking bids for Individually Quick Frozen (IQF) Fruits & Vegetables. Additionally, in an effort to support local farmers (as encouraged by the USDA, the Iowa Department of Education, and the Iowa Department of Agriculture s Farm to School program), preference will be given to Iowa-grown fruits and vegetables. General Bids will be evaluated on the basis of price, specifications, and qualitative characteristics of product, including: color, appearance, taste, texture, size/shape, uniformity, consistency, and so forth. In accordance with Commodity Distribution Reform Act and WIC amendments of 1987 (H.R section 3 (h) (1), preference will be given to vendors that supply food products that are produced in the United States. When a brand is given, it is intended to indicate the quality and grade desired. Bidder must indicate on Form of Proposal the pack size, the brand name and code number, (if used by the bidder) which would be furnished if awarded. Bidder must also indicate the bid unit price on Form of Proposal. Please indicate on the Form of Proposal the name, title and phone number of person to be contacted for information concerning bid. Where conflicts may arise between the General Terms and Conditions and Special Conditions, Special Conditions will prevail. District expectation is firm prices for the period ending June 30, Bid pricing shall include all charges of packing and transporting to the District. Prices quoted will not include Federal Excise Tax or State Sales Tax. The District is a Tax-exempt organization. Bidders are required to bid and deliver all items listed, as well as items, which may be added and prices negotiated at a later date. Any questions concerning a distributor s capability to deliver an item must be raised with the District prior to the Bidder s submission. Award of Bid The District intends to award on an all or none basis for this request for bid. The District s evaluation of bids will reflect this geographic preference, as Iowa-grown fruits and vegetables will receive a 15% price preference. The District will evaluate pricing for three (3) IQF fruit and vegetable items for this bid. The intent is to award the bid to one vendor based on this pricing. The District reserves the right to request pricing on additional items as other seasonal fruits and vegetables become available. The District further reserves the right to request samples of products to test prior to awarding the bid. Delivery Dates Orders for specific quantities will be ordered as needed throughout the bid period. The District will determine exact delivery dates. Deliveries All food items to be delivered freight prepaid to Food and Nutrition Management Warehouse, nd Avenue, Des Moines, Iowa All food containers shall be in good condition upon arrival at the warehouse or product will be rejected. All frozen products and products requiring refrigeration must be delivered in refrigerated trucks with product at proper temperature at time of delivery. Frozen products must show no evidence of thawing or re-freezing. Shipments, which do not meet these standards, will be rejected. Only truck deliveries are accepted--no rail delivery. All truck deliveries must be made Monday through Friday between hours 7:00 a.m. and 2:00 p.m. 1

2 Deliveries Facilities are available for unloading either palletized product (will exchange 4-way pallets) or for unloading product on slip sheets. The District requires deliveries approximately nine months of the year. Abbreviated deliveries in June and July will be required as needed. NOTE: The awardee must notify the Central Nutrition Center (CNC) if a scheduled delivery will be late, failure to do so may result in the delivery not being accepted by the CNC, and consistently late deliveries may result in the review and termination of the contract by the District for poor performance by the awardee. Quantities The quantities shown on the specifications are estimates ONLY, based on anticipated use. They are submitted as information for the bidder. The District makes no guarantee of product usages. Actual quantities may be higher or lower than estimates and will be ordered as needed. Purchases on some food items will depend upon availability of USDA commodities. Nutritional Information The successful bidder will supply the District with a printed copy of product specification sheets with nutrient analysis information as requested by Food & Nutrition Management Director. Pack Size Bidders state "How Packed." If bidder wishes to offer a pack size which is larger from the pack shown, state the size offered, convert the number of units to conform to your pack size and enter this information on the form. The District reserves the right to reject larger or smaller pack sizes. Descriptions and Standards of Identity All products must conform to U.S. minimum standards of identity as authorized by the Pure, Food, Drug and Cosmetic Act and the supporting regulations in 21 CFR. Failure to comply places the bidder in violation of the contract with the school district as well as federal law. Packaging Product shall be packed in accordance with good commercial practices and comply with all Federal, State and Municipal pure food laws. Containers shall be plainly marked with name of the product and weight of the package. Waxed carton, poly lined box or metal containers with tight fitting lids accepted. The lot and manufacturer shall be identified by a code on the container or label. Date of pack to be available upon request. Rounding When a product unit is stated as case or pound, decimals should be carried out two (2) places. For items in a unit of "each," decimals will be carried out three (3) places (to the 1/2-cent). Sample:.3589 would be.360. Continual Product Performance Checks Random sampling and testing of products received will be performed. Should any item fail to meet specifications, quality or condition as awarded, the District shall require the vendor to remove any such item from the Food & Nutrition Management Warehouse, provide full credit for the total amount of product removed, and provide reimbursement for any costs incurred. If Federal/State reimbursement is lost because of failure to meet the terms of this contract, the District will require the bidder to pay a dollar amount equal to the cost of the product and reimbursement lost. Lines of Communication Communications between the District and Distributor will be in writing as appropriate. and fax will also be accepted. The District and the Awardee will designate a representative to deal with day-to-day logistical matters. The Awardee will assign one dedicated customer service contact to handle the District account. 2

3 Lines of Communication The District will require a meeting with the Awardee s sales representative designee upon award notification and again in July Other meetings will be scheduled as needed; Matters of policy for the District are to be referred to Food & Nutrition Management Director. Bidder Qualifications Bidder must be deemed qualified, in the judgment of the District to perform as required herein. For any bid on which bidder includes qualifying exceptions, bid may not be considered. A bid may be rejected if a bidder fails to meet any one of the following qualifications. Product Line It must be clearly evident to the District Food and Nutrition Management Department that a bidder is capable of delivering promptly all items on the bid list and acquiring, on short notice, any peripheral items which might be required. Capacity A bidder must clearly demonstrate to the District Food and Nutrition Management Department the capacity, both physically and financially, to supply items to the District in economical quantities as required. Facilities and Equipment A bidder must have adequate warehouse for supplying contract products. Conditions for storing chilled and frozen products and delivery temperatures of frozen and chilled food shall be in accord with all State and Federal Codes and Standards. Sanitation Requirements District officials may routinely inspect the successful bidder's facilities. Facilities and operating practices must be continuously in compliance with all the Federal, State and local laws and regulations. Reliability A bidder must have a successful record of service, particularly with respect to delivering all items on a regularly scheduled basis, at favorable prices. If the school district does not have adequate historical data to determine the contractor's ability to comply with the service level requirement outlined in the Bid, three (3) letters of reference from previous school district customers shall be provided. Additional large corporation (non-school district) references may be required. Accounting Practices A successful bidder must clearly demonstrate to the District Food and Nutrition Management Department its capability to provide accurate, reliable and timely reports specific to the district, in terms of invoices, statements, credits and utilization reports. Food Recall: Awardee shall be expected to voluntarily comply with all Federal, State and local mandates regarding the identification and recall of foods from the commercial and consumer marketplace. Awardee shall have a process in place to effectively respond to a food recall; the process must include accurate and timely communications to the Food and Nutrition Management Department and assurance that unsafe products are identified and removed from Food and Nutrition Management warehouse site in an expedient, effective and efficient manner. Awardee shall maintain all paperwork required for immediate and proper notification of recalls for full and split cases. Awardee will define their policy and procedures for handling food recalls on Certification Statement Regarding Food Laws. 3

4 Biosecurity Awardee must have a written policy regarding biosecurity and the food supply, in accordance with the Bioterrorism Act 2002 under the US Department of Health and Human Services, Food and Drug Administration and under the USDA, Food Safety and Inspection Service. Awardee will define their biosecurity policy and procedures on Certification Statement Regarding Food Laws. State and Federally Required Contractual Provisions Awardee must have obtained, and will continue to maintain during the entire term of this Contract, all permits, approvals or licenses necessary for lawful performance of its obligations under this Contract. In addition, Awardee is responsible to abide by all applicable Federal and State laws and policies of the Iowa Department of Education and State and Local Boards of Education, as applicable, when providing services under this Contract, including but not limited to: Buy American Statement Districts participating in the federal school meal programs are required to purchase domestic commodities and products for school meals to the maximum extent practicable. Domestic commodity or product means an agricultural commodity that is produced in the US and a food product that is processed in the US substantially (at least 51 percent) using agricultural commodities that are produced in the US (7CFR210.21, ). Federal regulations require that all foods purchased for CNP be of domestic origin to the maximum extent practicable. While rare, two (2) exceptions may exist when: The product is not produced or manufactured in the US in sufficient, reasonable and available quantities of a satisfactory quality, such as bananas and pineapple; and Competitive Proposals reveal the cost of a domestic product is significantly higher than a non-domestic product All products that are normally purchased by Awardee as non-domestic and bid as part of this Bid must be identified with the normal country of origin. Awardee shall outline their procedures to notify the District when products are purchased as non-domestic. Iowa Gift Law Awardee shall comply with the gift law set out in Iowa Code Chapter 68B, as well as Iowa Code section of the Code of Iowa, which states that it is a felony to offer, promise or give anything of value or benefit to a person serving in a public capacity including a District employee or board member with the intent to influence that person s act, opinion, judgment or exercise of discretion with respect to the person s duties. Food Laws Awardee shall operate in accordance with all applicable laws, ordinances, regulations and rules of federal, state and local authorities, including but not necessarily restricted to a Hazard Analysis and Critical Control Point (HACCP) plan. Districts may inspect Awardee s facilities and vehicles. Awardee must have documented their company s compliance with Good Agricultural Practices (GAPs), Standard Operating Procedures (SOPs), Sanitary Standard Operating Procedures (SSOPs) and Good Management Practices (GMPs) for farm and field operations, packing facilities, cold storage operations, produce shippers, and their distribution facilities, if appropriate. Products must be held at the proper temperatures and humidity as recommended by packers, manufacturers, or current Iowa Food Code, so as to maintain the products and packages at optimum levels of quality and condition. Selected Awardee shall be liable for the safety and appearance of products and packaging materials. Any products or packages received that are out of condition, as per HACCP or other applicable guidelines will be returned for full credit. 4

5 Food Laws DMPS reserves the right to request dock inspection reports/documentation including, but not limited to Brix and Blemish reports, conduct on-site inspections of Awardee s facilities, delivery vehicles and records, at any time during the Contract period. Temperature logs will be available for review, at any time during the Contract period. The warehouse and delivery vehicles must be clean, be free of insects and rodents, and be adequate for storing and delivering products (dry, chilled, and frozen). The Certification Statement Regarding Food Laws and Certification Statement Regarding Buy American must be signed by an authorized person and attached with the formal proposal. Upon request from DMPS, Awardee shall provide Their current Hazard Analysis and Critical Control Point plan. Latest facility inspection forms and comments from applicable federal, state, and local agencies. Procedures for food safety and sanitation, including procedures used for product holds or recalls. We ask that you wait for a request before submitting this information Labor and Civil Rights Laws Selected Awardee shall comply with applicable Federal, State and local laws and regulations pertaining to wages, hours, and conditions of employment. In connection with Selected Awardee performance of work under this Contract, Selected Awardee agrees not to discriminate against any employee(s) or applicant(s) for employment because of sex, age, race, color, religion, creed, sexual orientation, gender identity, national origin, or disability. Selected Awardee shall also comply with applicable Civil Rights laws as amended including but not limited to Title VI of the Civil Rights Act of 1964; Title IX of the Education Amendments of 1972; Section 504 of the Rehabilitation Act of 1973; the Age Discrimination Act of 1975; Title 7 CFR parts 15, 15a, and 15b; the Americans with Disabilities Act; and FNS Instruction 113-6, Civil Rights Compliance and Enforcement in School Nutrition Programs. Sex Offenders Awardee shall comply with Iowa Code Chapter 692A, as amended, which generally prohibits individuals who have been convicted of a sex offense against a minor from being present on school grounds or operating, managing, being employed by, or acting as a contractor or volunteer at an school. Smoking Awardee shall comply with all prohibitions on smoking in the Districts facilities and grounds pursuant to the Iowa Smoke Free Air Act and other applicable laws or policies. Unauthorized Aliens The employment of unauthorized aliens by Selected Awardee is considered a violation of federal law. If Awardee knowingly employs unauthorized aliens, such a violation shall be cause for termination of Contract. Breach of Contract and Remedies If Awardee fails to comply with any of the terms and conditions of this agreement; the District has the option to send Awardee a ten (10) business day Notice to Cure the defect or breach. During the ten-day Notice to Cure, the parties may meet and confer to discuss the resolution of the defect or breach. 5

6 Breach of Contract and Remedies If there is not a satisfactory resolution at the end of the ten-day Notice to Cure, the District has the option to immediately cancel all or any part of the order. Such cancellation shall not be deemed a waiver by the District of any rights or remedies for any breach by the Awardee and the District expressly reserve all rights and remedies provided by statute or common law in the event of such breach. Without limiting the foregoing, the District may, at its option, require the Awardee to repair or replace, at the Awardee s expense, any products or goods, which breach the Awardee warranty, wherever located. If DMPS Food and Nutrition Management or an authorized agent or dealer must replace any product as a result of the Awardee breach, then the Awardee agrees to reimburse the District and/or agent for labor and costs incurred in performing such work. In the event of nonconformity, non-delivery, partial delivery or late delivery, the District, at its option, cancel the contract or place the products in the open market after due notice and recover from the Awardee the anticipated difference between the market price at the time of replacement and the contract price. The remedies of the District are cumulative, and additional to any/or other further remedies provided by law. No waiver of any breach shall constitute a waiver of any other breach. Inquiries Inquiries regarding the content of this bid request will be taken until 12/11/14. Inquiries should be sent to mark.mattiussi@dmschools.org by the end of business on 12/11/14. Inquiries received after this date will not be accepted. Responses will be posted on our Public Entity Use The selected bidder must allow other public entities to utilize this bid by entering into separate negotiations with the public entities. Other public entity pricing, terms and conditions and special arrangements will be contracted independently from any agreement reached between the selected bidder and the DMPS. The DMPS will not be responsible for any contract entered into by the selected bidder and another public entity. The DMPS does not guarantee any level of business activity between the selected bidder and other public entities and has provided its own estimated usage as a guide for the bidders, and does not guarantee its purchases. 6

7 Special Terms & Conditions of Acceptance* Federal Program Regulations The Child Nutrition Programs receiving goods and services under this Contract are Federally-funded programs operated under the authority of the United States Department of Agriculture (USDA). This Bid and the subsequent Contract shall comply with 7 CFR Subchapter A, Parts 3015 and 3016, and applicable cost circulars issued by the Office of Management and Budget (OMB) including A-87 Cost Principals, A102 Grants and Cooperative Agreements, and A133 Audit Requirements, and any other pertinent state or federal laws, regulations, and/or directives. In compliance with this Bid, and subject to all conditions required herein, the undersigned offers and agrees to furnish and deliver any or all services and products upon which prices are proposed, at the prices set correlating to each product, within the time specified. By responding to this Bid, Distributor certifies that the Proposal is made without prior understanding, agreement, or connection with any firm, corporation, or person submitting a Proposal for the same products, and is in all respects fair and without collusion or fraud. Distributor also certifies no one connected to this company has had any connection with the development or drafting of this Bid. Under penalty of perjury, the undersigned Distributor certifies that this Proposal has not been arrived at collusively or otherwise in violation of Federal or State (Iowa) laws or regulations. By signing this Special Terms and Conditions of Acceptance, the individual whose name is shown below assures that Distributor has read and understands all the terms and conditions in this document and agrees to be bound by them, and is authorized to submit Proposals on behalf of Distributor. The Proposal submitted by Distributor conforms to all specifications, the General Terms and Conditions, ( Terms-n-Conditions-New.pdf) and any other instructions, requirements, or schedules outlined or included in this Bid. Concerns or Objections (if any): Organization Name (print) Name of Company Representative (print) Title of Company Representative (print) Signature: Date: / / *All general terms and conditions also apply please visit our to review a complete summary of those conditions, where the general terms conflict with the special terms, the special terms will prevail. 7

8 Certification Regarding Buy American Provision Distributor certifies, by submission of this proposal, that it: Understands the Buy American provision required by USDA rules, Agrees to the maximum extent possible to ensure that all products provided under this proposal will meet this provision Will clearly identify products proposed that do not meet this provision Will provide documentation as required to demonstrate compliance Describe how DMPS will be notified when agricultural products are not substantially produced or processed in the US: Organization Name (print) Name of Company Representative (print) Title of Company Representative (print) Signature: Date: / / 8

9 Certification Statement Regarding Food Laws Distributor certifies, by submission of this proposal, that it: Complies with all applicable food laws Follows written HACCP plan Provides documentation of compliance upon request Notifies customers promptly of findings of non-compliance Assists customers with Manufacturer or Supplier s non-compliance Describe procedures used to ensure products are stored and transported according to all federal/state laws that govern food supply chain, including, but not limited to maintaining appropriate temperatures of TCS foods, local farms safety and sanitation practices, recall, and bio security procedures. Organization Name (print) Name of Company Representative (print) Title of Company Representative (print) Signature: Date: / / 9

10 Insurance Requirements Awardee shall submit to the District certificates of insurance, prior to beginning work under this contract and no later than ten (10) days after award of the contract. All policies of insurance required herein shall be written by insurance companies licensed to conduct the business of insurance in Iowa, and acceptable to the District, and shall carry the provision that the insurance will not be cancelled or materially modified without thirty days (30) prior written notice to the District. The certificates of insurance shall list the Des Moines Public Schools as the additional insured for the specified project as outlined in this Bid. Awardee must provide evidence of insurance coverage for professional liability insurance to cover all of the areas for which they are submitting a proposal. This professional liability shall be written on claims made form with a retroactive date no later than the date of their proposed contract with the Des Moines Independent Community School District. The coverage shall be written with a limit not less than $2 million for any one claim, with an aggregate not less than $2 million for all claims in a policy period. The Awardee must provide a statement saying that such coverage shall be written exclusively to cover the Des Moines contract or as an alternative guarantee that the aggregate has not already been impaired by other claims if this policy covers other activities and other services for other clients. Other forms of insurance which must be maintained during the entire term of the contract and any extensions shall be of the following forms and limits: Forms Limits Workers' Compensation Statutory Automobile Liability $1,000,000 Combined Single Limit Commercial General Liability, $1,000,000 Combined Single Limit (Including Contractual Liability & Products Completed Operations Coverage) Umbrella/Excess Liability $2,000,000 The establishment of minimum limits of insurance by the Des Moines Public Schools does not reduce or limit the liability or responsibilities of the Successful Bidder. 10

11 Physical Facilities Plant Address: Vendor Information Form Warehouse Address: Corporate Address: (If different than plant address) Company History Structure of Company :( i.e. Corporation, partnerships, privately held) Years in Business: Key Management Personnel: Company Contacts Contact Person for bid information: Name (Print or Type): Title: Phone Cell: Fax: Contact Person for Product Information (ingredient listings and nutrient analysis) Name (Print or Type): Title: Phone: Cell: Fax: Contact Person for Customer Service (questions on orders incorrect products, damage, billing, credits) Name (Print or Type): Title: Phone: Cell: Fax: Customer Service Hours: After Hours Emergency Contact: Name (Print or Type): Title: Phone: Cell: Fax: 11

12 Vendor Information Form Financial History List the name of three major suppliers and contact information: Reference # 1: Reference # 2: Reference # 3: Service History List the name of three school districts or other customers similar in size to DMPS currently utilizing your products with contact information: Reference # 1: Reference # 2: Reference # 3: Inventory Procedures / Fill Rate Describe the procedures in place to assure availability of inventory: List the average percent fill rate of orders for stocked items: Describe the IQF process used: Invoices & Standard Reports Please attach a sample invoice copy. Please also attach a sample copy of standard reports available to the District including purchase history, fill rate percent, statement of account and credits. Organization Name (print) Name of Company Representative (print) Title of Company Representative (print) Signature: Date: / / 12

13 Form of Proposal Item Producer Name & Location Pack Size Est Qty. Price / Case Extension Sweet Corn 20 # case 500 cases $ $ Farm Name: Address: City: State: Zip: IQF whole kernel, yellow sweet corn from fresh, clean, sound, succulent kernels of sweet corn. Husk and silk removed, sorted, trimmed, and washed. Kernels removed from the cob. Picked and frozen the same day. The corn shall be thoroughly inspected throughout the IQF process to remove defective pieces. Packaged promptly after IQF freezing. The product will be free from all contamination, extraneous material, and foreign objects. No sodium, sugar, additives, or preservatives added to the corn. U.S. Grade A Is your pricing firm through 6/30/2015? If "No" how long is your pricing firm? Note any variances in your product or pack size: Producer (if different than farm) Name: Address: City: State: Zip: Item Producer Name & Location Pack Size Est Qty. Price / Case Extension Apples 20 # case 500 cases $ $ Farm Name: Address: City: State: Zip: IQF apple slices, from sound and properly ripened apples. The fresh apple shall be free of rot, stems, and other foreign material. The fruit shall be washed, peeled, cored, and sliced. The fruit shall be thoroughly inspected throughout the IQF process to remove defective pieces. Packaged promptly after IQF freezing. The product will be free from all contamination, extraneous material, and foreign objects. No sodium, sugar, additives, or preservatives added to the apples. U.S. Grade A Producer (if different than farm) Name: Address: City: State: Zip: Is your pricing firm through 6/30/2015? If "No" how long is your pricing firm? Note any variances in your product or pack size and list apple varieties: 13

14 Form of Proposal Item Producer Name & Location Pack Size Est Qty. Price / Case Extension Bolero Carrots 20 # case 250 cases $ $ Farm Name: Address: City: State: Zip: IQF Bolero carrots from clean, sound, fresh roots of the carrot plant. Washed, sorted, trimmed and cut in a wavy/crinkle cut. Characteristic good flavor and aroma, texture must be uniformly tender with no fibrous or mushy pieces. Thoroughly inspected throughout the IQF process to remove defective pieces. Packaged promptly after IQF freezing. The product will be free from all contamination, extraneous material, and foreign objects. No sodium, sugar, additives, or preservatives added to the carrots. U.S. Grade A Producer (if different than farm) Name: Address: City: State: Zip: Is your pricing firm through 6/30/2015? If "No" how long is your pricing firm? Note any variances in your product or pack size: *District makes no guarantees regarding estimated usage Period of Contract This contract is for the period beginning immediately through June 30, The District reserves the option to renew the contract with the successful bidder for up to four additional years. The amount of the contract for the second through the fifth year shall be negotiated at the close of each preceding year. The renewal option may not be exercised if it is not in the District s best interest. The undersigned bidder certifies, by responding to this proposal, that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal, State or Local department or agency. Delivery shall be to the Des Moines Independent Community School District Food & Nutrition Center. Bidder Name: Street Address: City / State / Zip: Signed By: Title: Phone: Fax: 14

REVISED. Fire Extinguisher Testing Per the worksheet, special instructions, terms and conditions, general terms and conditions

REVISED. Fire Extinguisher Testing Per the worksheet, special instructions, terms and conditions, general terms and conditions FORM OF PROPOSAL Des Moines Public Schools No: Q7406 Division of Purchasing Date Issued: 3/21/16 1915 Prospect Rd Suite 1200 Date Due: 4/12/16 (Revised) Des Moines, IA 50310 Time: 3:00 p.m. Phone (515)242-7751

More information

REQUEST FOR PROPOSAL (RFP) PRIME VENDOR - FOOD. Proposal Reference Number: RFP Date of request: Friday, March 16, 2018

REQUEST FOR PROPOSAL (RFP) PRIME VENDOR - FOOD. Proposal Reference Number: RFP Date of request: Friday, March 16, 2018 REQUEST FOR PROPOSAL (RFP) PRIME VENDOR - FOOD Proposal Reference Number: RFP 8178 Date of request: Friday, March 16, 2018 Completed proposal must be submitted no later than Friday, April 13, 2018 by 3:00

More information

FORM OF PROPOSAL Des Moines Public Schools Division of Purchasing Date Issued: 2/19/ Prospect Road Date Due: 3/5/13

FORM OF PROPOSAL Des Moines Public Schools Division of Purchasing Date Issued: 2/19/ Prospect Road Date Due: 3/5/13 FORM OF PROPOSAL Des Moines Public Schools No: Q6712 Division of Purchasing Date Issued: 2/19/13 1915 Prospect Road Date Due: 3/5/13 Suite 103 Time: 9:00 a.m. Des Moines, IA 50310 Phone (515)242-7751 Fax

More information

MURFREESBORO CITY SCHOOLS DEPARTMENT OF NUTRITION Milk and Dairy Products BID

MURFREESBORO CITY SCHOOLS DEPARTMENT OF NUTRITION Milk and Dairy Products BID MURFREESBORO CITY SCHOOLS DEPARTMENT OF NUTRITION Milk and Dairy Products BID GENERAL Attached are instructions and conditions for submitting a Milk and Dairy Products Bid for Murfreesboro City Schools.

More information

INFORMAL BID FRESH BAKED PIZZA

INFORMAL BID FRESH BAKED PIZZA UNITED TOWNSHIP HIGH SCHOOL DISTRICT 30 1275 AVENUE OF THE CITIES EAST MOLINE, IL 61244-4100 (309) 752-1637 INFORMAL BID FRESH BAKED PIZZA United Township High School will accept informal bids for fresh

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

Notice to Bidders. Q6970 Exterior LED Lighting Projects. This quote is for lighting fixtures/material only. Do not include installation in quotes.

Notice 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 information

INVITATION FOR SEALED BID FOR MILK AND MILK PRODUCTS (IFB) Invitation to Submit Bid. Date IFB Issued: May 3 rd 2016

INVITATION FOR SEALED BID FOR MILK AND MILK PRODUCTS (IFB) Invitation to Submit Bid. Date IFB Issued: May 3 rd 2016 INVITATION FOR SEALED BID FOR MILK AND MILK PRODUCTS (IFB) Invitation to Submit Bid Date IFB Issued: May 3 rd 2016 Description: Bid Deadline: and Opening This IFB is issued with the intent of entering

More information

Attention Vendors: Sincerely, Lisa Leggett Lisa Leggett School Nutrition Director Crisp County Schools

Attention Vendors: Sincerely, Lisa Leggett Lisa Leggett School Nutrition Director Crisp County Schools Crisp County Schools OFFICE OF THE SUPERINTENDENT Post Office Box 729 Cordele, Georgia 31010-0729 PHONE:229-276-3400 FAX:229-276-3406 Dr. David Mims, SUPERINTENDENT OF SCHOOLS May 6, 2016 Invitation To

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements: Vendor Contract TERMS AND CONDITIONS OF PURCHASE 1. Acceptance. This Contract is conditional upon, and can be accepted only upon, the terms and conditions specified in this Contract. If Seller has previously

More information

For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates

For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates PURCHASE ORDER TERMS AND CONDITIONS For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates 1. GENERAL 1.1 As used in this document, the term Purchase Order

More information

Agreement to Furnish Food Service (Public Schools Only)

Agreement to Furnish Food Service (Public Schools Only) North Carolina Department of Health and Human Services Division of Public Health Branch Special Nutrition Programs Child and Adult Care Food Program Agreement to Furnish Food Service (Public Schools Only)

More information

Notice to Bidders.

Notice to Bidders. BID NO: Q6800 DATE ISSUED: 09/12/2013 DATE DUE: 09/24/2013 TIME DUE: 2:00 p.m. Notice to Bidders Quotes will be received by the Purchasing Agent of the Des Moines Independent Community School District

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS Bismarck Public Schools Child Nutrition - Milk, Dairy and Juice Products Bismarck, North Dakota ADVERTISEMENT FOR BIDS Notice is hereby given that sealed bids for Milk, Dairy and Juice Products, for Bismarck

More information

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April

More information

Name of Food Service Management Company:

Name of Food Service Management Company: CHILD AND ADULT CARE FOOD PROGRAM AGREEMENT FOR FOOD SERVICE Complete and submit original to the State Agency, one copy to the Food Service Management Company (FSMC) and retain one copy for your files.

More information

Name of Food Service Management Company:

Name of Food Service Management Company: North Carolina Department of Health and Human Services Division of Public Health Women s & Children s Health Section Branch Special Nutrition Programs Child and Adult Care Food Program AGREEMENT FOR FOOD

More information

Request for Proposals Food Services Providers for FY

Request for Proposals Food Services Providers for FY Menlo Park City School District 181 Encinal Avenue Atherton, CA 94027 Request for Proposals Food Services Providers for FY 2016-2017 The Menlo Park City School District is a K-8 school district serving

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

17146 Manchester RD Director, Child Nutrition Services Wildwood, MO SOLICITATION TO BID

17146 Manchester RD Director, Child Nutrition Services Wildwood, MO SOLICITATION TO BID Child Nutrition Services/Warehouse Carmen Fischer, MS, RD, LD 17146 Manchester RD Director, Child Nutrition Services Wildwood, MO 63040-1001 Growing Together, Learning for Life (636) 733-3251 (636) 458-7282

More information

ARCHIVED - MAY 20, 2014

ARCHIVED - MAY 20, 2014 TEXAS POLICY In Texas, organizations contracting directly with the Texas Department of Agriculture (TDA) to operate nutrition programs federally funded through the United States Department of Agriculture

More information

Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS

Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS 1. PURCHASE ORDER DEFINED: The term "purchase order" as used in these terms and conditions means the document entitled "Purchase

More information

DUBUQUE COMMUNITY SCHOOL DISTRICT Fresh Fruit & Vegetable Program Service Provider Request for Proposal

DUBUQUE COMMUNITY SCHOOL DISTRICT Fresh Fruit & Vegetable Program Service Provider Request for Proposal DUBUQUE COMMUNITY SCHOOL DISTRICT Fresh Fruit & Vegetable Program Service Provider Request for Proposal Dubuque Community School District (DCSD) is seeking a vendor to provide individual servings of produce

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

Pittsburgh, PA 15213

Pittsburgh, PA 15213 The Board of Public Education of the School District of Pittsburgh Administration Building, 341 South Bellefield Avenue Pittsburgh, PA 15213 Inquiry Number 8796 Sealed bids for material listed herein will

More information

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16. Tennessee Technological University Date: 10/25/2016 Purchasing Office Contact: Emily Vaughn P. O. Box 5144, 1 William L. Jones Dr., Ste. 301 Phone: 931-372-3566 Cookeville, TN 38505-0001 Email: evaughn@tntech.edu

More information

Invitation to Bid. Attached you will find a Bid Form. If you have any questions, feel free to call or me directly.

Invitation to Bid. Attached you will find a Bid Form. If you have any questions, feel free to call or  me directly. Invitation to Bid To whom this may concern: Galway Co op/propane4less.com is a cooperative originally formed with 14 members in Galway, New York in May of 2006. Today we have over 1,900 members and cover

More information

THE SCHOOL DISTRICT OF LANCASTER

THE SCHOOL DISTRICT OF LANCASTER THE SCHOOL DISTRICT OF LANCASTER Request for Proposal (RFP) # 3714 National School Lunch Pre-packaged Fresh Fruit and Vegetables and Fresh Fruit and Vegetable Grant Programs for the School District of

More information

Compliance with and Enforcement of the Buy American Provision in the National School Lunch Program

Compliance with and Enforcement of the Buy American Provision in the National School Lunch Program Food and Nutrition Service Park Office Center 3101 Park Center Drive Alexandria VA 22302 DATE: February 03, 2016 MEMO CODE: SUBJECT: TO: SP-24-2016 Compliance with and Enforcement of the Buy American Provision

More information

Procurement Federal Programs

Procurement Federal Programs 626. ATTACHMENT Procurement Federal Programs This document is intended to integrate standard district purchasing procedures with additional requirements applicable to procurements that are subject to the

More information

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS BOARD OF EDUCATION 1 COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS The Board of Education of the Depew Union Free School District hereby invites the submission of sealed bids

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

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

GENERAL TERMS AND CONDITIONS OF PURCHASE. Applegate EDM General Terms and Conditions of Purchase are applicable to all purchase orders;

GENERAL TERMS AND CONDITIONS OF PURCHASE. Applegate EDM General Terms and Conditions of Purchase are applicable to all purchase orders; GENERAL TERMS AND CONDITIONS OF PURCHASE Applegate EDM General Terms and Conditions of Purchase are applicable to all purchase orders; 1) Applegate EDM General Terms and Conditions of Purchase are applicable

More information

INVITATION TO BID CAFETERIA TABLES CAFETERIA TABLES FOR BATE MIDDLE SCHOOL FOOD SERVICE DEPARTMENT. Notice Date: 12/13/18. Closing Date: 12/28/18

INVITATION TO BID CAFETERIA TABLES CAFETERIA TABLES FOR BATE MIDDLE SCHOOL FOOD SERVICE DEPARTMENT. Notice Date: 12/13/18. Closing Date: 12/28/18 INVITATION TO BID CAFETERIA TABLES CAFETERIA TABLES FOR BATE MIDDLE SCHOOL FOOD SERVICE DEPARTMENT Notice Date: 12/13/18 Closing Date: 12/28/18 Opening Date: 12/31/18 Opening Location: Danville Independent

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

Deluxe Corporation Purchase Terms and Conditions

Deluxe Corporation Purchase Terms and Conditions Deluxe Corporation Purchase Terms and Conditions The following standard purchase terms and conditions only apply to purchasing transactions (including but not limited to purchase orders) that do not have

More information

Combi Oven IFB Invitation for Bid Bid Number (FS )

Combi Oven IFB Invitation for Bid Bid Number (FS ) Combi Oven IFB Invitation for Bid Bid Number (FS 2016-17-03) Date: Thursday, February 23, 2017 Contract period: 16-17 school year, ending on June 30, 2017, with two year minimum warranty of equipment installation

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

Amendments to Spot Call Butter Contract

Amendments to Spot Call Butter Contract Special Executive Report S-7552 January 19, 2016 Amendments to Spot Call Butter Contract Effective Sunday, January 31, 2016 for trade date Monday, February 1, 2016, Chicago Mercantile Exchange Inc. ( CME

More information

Procurement Federal Programs

Procurement Federal Programs 626. ATTACHMENT Procurement Federal Programs This document is intended to integrate standard district purchasing procedures with additional requirements applicable to procurements that are subject to the

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

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR]

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR] APSU Contract Number C-18-0000 AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [CONTRACTOR] This Agreement is made this [date] day of [month], 20, by and between Austin Peay State University, hereinafter

More information

Des Moines Public Schools Purchasing Department PROFESSIONAL SERVICES AGREEMENT

Des Moines Public Schools Purchasing Department PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is entered into the date listed below written between the Des Moines Public Schools (District) and Hawkeye Van Ginkel Lawn & Snow 5750 Metro East Drive POB 57369 Pleasant Hill. Iowa 50327

More information

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND. [Must match name on W9 or SW9]

AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND. [Must match name on W9 or SW9] APSU Contract Number AGREEMENT BETWEEN AUSTIN PEAY STATE UNIVERSITY AND [Must match name on W9 or SW9] This Agreement is made this [date] day of [month], 2018, by and between Austin Peay State University,

More information

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Request for Proposals For Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving Page 1 of 17 Request For Proposals Table of Contents SECTION 1: GENERAL INFORMATION

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring Issue Date: Monday September 15, 2014 Bid

More information

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1 CAO Contract Log # COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT 2015 - Edition 1 THIS CONTRACT is made and entered into this day of, 20, by and between the COUNTY OF MARIN, hereinafter referred to as

More information

7/14/16. Hendry County Purchase Order Terms and Conditions

7/14/16. Hendry County Purchase Order Terms and Conditions Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen

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

ORANGE BOARD OF EDUCATION 637 ORANGE CENTER ROAD ORANGE, CT (203) SPECIFICATION COVER SHEET

ORANGE BOARD OF EDUCATION 637 ORANGE CENTER ROAD ORANGE, CT (203) SPECIFICATION COVER SHEET ORANGE BOARD OF EDUCATION 637 ORANGE CENTER ROAD ORANGE, CT 06477 (203) 891-8020 SPECIFICATION COVER SHEET The Orange Board of Education reserves the right to reject any and all bids, or separate parts

More information

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Page 1 of 5 Bid No.: Date Released: September 25, 2017 SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Bid subject to the Standard Terms and Conditions provided. Bid must be received by: Date/Time:

More information

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

DESERT COMMUNITY COLLEGE DISTRICT   General Terms and Conditions DESERT COMMUNITY COLLEGE DISTRICT www.collegeofthedesert.edu General Terms and Conditions 1. PURCHASE ORDER DEFINED: The term purchase order as used in these terms conditions means the document entitled

More information

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES Cecil County Government Purchasing Department Bid #13-13 SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE

More information

NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165

NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165 NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165 Wilmington, NC 28403 Telephone: (910) 798-7187 Fax: (910) 798-7806 Lisa Wurtzbacher, CPA Chief Financial Officer Barbara D. McClure,

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

TJC Purchase Order Terms and Conditions

TJC Purchase Order Terms and Conditions TJC Purchase Order Terms and Conditions 1. DELIVERY; SUBSTITUTIONS; INVOICES: Goods shall be delivered and services performed during normal business hours. Goods shall be delivered to the College s address

More information

PFCS Food Services RFP. Paulo Freire Charter School Food Service Proposal Evaluation Criteria

PFCS Food Services RFP. Paulo Freire Charter School Food Service Proposal Evaluation Criteria Paulo Freire Charter School Food Service Proposal Evaluation Criteria After determining that a proposal satisfies the mandatory requirements stated in the RFB, the Paulo Freire Charter School shall use

More information

REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386

REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386 2626 Courtland Street Duluth, MN 55806-1894 phone 218.722.3336,fax 218.727.7471, www.wlssd.com Western Lake Superior Sanitary District REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386

More information

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

PROPOSALS 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 information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

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 FOR BID FOOD PRODUCTS

INVITATION FOR BID FOOD PRODUCTS 0 Camden County Board of Education School Nutrition Program INVITATION FOR BID FOOD PRODUCTS Issued on: May 25, 2018 Bid Due Date: June 26, 2018 In accordance with Federal Law and U.S. Department of Agriculture

More information

Hall County Board of Education. School Nutrition Program 711 Green Street Gainesville, GA INVITATION TO BID NOI Pizza Processing ITB

Hall County Board of Education. School Nutrition Program 711 Green Street Gainesville, GA INVITATION TO BID NOI Pizza Processing ITB Hall County Board of Education School Nutrition Program 711 Green Street Gainesville, GA 30501 INVITATION TO BID NOI Pizza Processing ITB 19-003 Issued on: February 21, 2018 Final Date for Written Questions:

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

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BIDS SNOW REMOVAL AND SANDING USM GORHAM 1.0 GENERAL INFORMATION

More information

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

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

More information

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS Except as otherwise provided on the face of this Purchase Order or Supply Contract (the Order ) which is attached hereto, the parties agree

More information

Agency Agreement. Parent Organization: Date: Program Name: Program #: Program Phone: Primary Contact: Contact Phone: Contact

Agency Agreement. Parent Organization: Date: Program Name: Program #: Program Phone: Primary Contact: Contact Phone: Contact Agency Agreement Parent Organization: Date: Program Name: Program #: City: Zip: Program Phone: Primary Contact: Contact Phone: Contact Email: The above-named agency agrees to and will comply with the following

More information

SUU Contract for Workshops and Entertainment

SUU Contract for Workshops and Entertainment SUU Contract for Workshops and Entertainment 1. PARTIES: This contract is between Southern Utah University, an institution of higher education of the State of Utah located at 351 West University Boulevard,

More information

Invitation to Bid BOE. Diesel Exhaust Fluid

Invitation to Bid BOE. Diesel Exhaust Fluid Invitation to Bid 20170811-02-BOE Diesel Exhaust Fluid Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN

More information

REGIONAL TRANSPORTATION COMMISSION OF SOUTHERN NEVADA STANDARD PURCHASE ORDER TERMS AND CONDITIONS

REGIONAL TRANSPORTATION COMMISSION OF SOUTHERN NEVADA STANDARD PURCHASE ORDER TERMS AND CONDITIONS REGIONAL TRANSPORTATION COMMISSION OF SOUTHERN NEVADA STANDARD PURCHASE ORDER TERMS AND CONDITIONS 1. DEFINITIONS (Goods, Services) RTC means the Regional Transportation Commission of Southern Nevada.

More information

Botetourt County Public Schools

Botetourt County Public Schools Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed

More information

Notice to Bidders. Q7163 Exterior Lighting Retrofit Phase III

Notice to Bidders. Q7163 Exterior Lighting Retrofit Phase III BID NO: Q7163 DATE ISSUED: 12/15/2014 DATE DUE: 1/8/2015 TIME DUE: 2:00 p.m. PAGE: 1 of 11 Notice to Bidders Sealed proposals will be received by the Purchasing Agent of the Des Moines Independent Community

More information

Andersonville Farmers Market 2016 New Vendor Application Checklist

Andersonville Farmers Market 2016 New Vendor Application Checklist Andersonville Farmers Market 2016 New Vendor Application Checklist Your application WILL NOT be processed until the following items are received: ALL VENDORS: $25 Non-refundable application fee (checks

More information

Request for Proposal (RFP) For 2014 Liquid Asphalt Materials

Request for Proposal (RFP) For 2014 Liquid Asphalt Materials Request for Proposal (RFP) For 2014 Liquid Asphalt Materials Posting Date: March 13, 2014 Response Deadline: March 27, 2014 3:00 p.m.central Standard Time (CST) To: Raymond G Palonen, Highway Commissioner

More information

General Services Purchasing Division 201 W. Colfax Avenue, Dept. 304 Denver, CO P: F:

General Services Purchasing Division 201 W. Colfax Avenue, Dept. 304 Denver, CO P: F: GENERAL CONDITIONS OF PURCHASE: 1. Non-Exclusive: This Purchase Order is non-exclusive. City does not guarantee any minimum purchase other than as provided herein 2. Inspection and Acceptance: Vendor shall

More information

UNIVERSITY OF OKLAHOMA Purchasing Department 840 Research Parkway, Suite 172 Oklahoma City, OK 73104

UNIVERSITY OF OKLAHOMA Purchasing Department 840 Research Parkway, Suite 172 Oklahoma City, OK 73104 UNIVERSITY OF OKLAHOMA Purchasing Department 840 Research Parkway, Suite 172 Oklahoma City, OK 73104 Kenna Ford, Senior Buyer Email: kenna-ford@ouhsc.edu Phone 405-271-8001 X-44476 Fax 405-271-1724 BOARD

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

GREENWICH PUBLIC SCHOOLS Purchasing Department 290 Greenwich Avenue Greenwich, Connecticut (203) Fax (203)

GREENWICH PUBLIC SCHOOLS Purchasing Department 290 Greenwich Avenue Greenwich, Connecticut (203) Fax (203) GREENWICH PUBLIC SCHOOLS Purchasing Department 290 Greenwich Avenue Greenwich, Connecticut 06830 (203) 625-7411 Fax (203) 625-0109 EUGENE H. WATTS Senior Buyer June 18, 2018 Dear Sir/Madam: You are invited

More information

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

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

TOTAL COST ITEM # QUANTITY UNIT DESCRIPTION Unit Cost FOR 2 UNITS

TOTAL COST ITEM # QUANTITY UNIT DESCRIPTION Unit Cost FOR 2 UNITS Form of Proposal Purchasing Department Bid No: Q6815 Des Moines Independent Community School District Issued: 10/22/2013 1915 Prospect Road, Room 103, Des Moines, IA 50310 Due: 11/01/2013 FAX # (515) 242-7550

More information

UCSD AGREEMENT # 015/SD/1210 SIGMA ALDRICH INC, CHEMICALS AND REAGENTS

UCSD AGREEMENT # 015/SD/1210 SIGMA ALDRICH INC, CHEMICALS AND REAGENTS UCSD AGREEMENT # 015/SD/1210 SIGMA ALDRICH INC, CHEMICALS AND REAGENTS THIS UCSD AGREEMENT ( Agreement ) is made and entered into this 1 st day of January, 2010 by and between The Regents of the University

More information

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

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

More information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment &

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment & Contract Number: ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION H-13-148R Bid Opening Date: March 27, 2013 Time: 11:00 a.m. BID OPENING LOCATION:

More information

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

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

More information

Mail Bids to: TENNESSEE STATE UNIVERSITY OFFICE OF PROCUREMENT 3500 John A. Merritt Boulevard, Box 9633 Nashville, Tennessee

Mail Bids to: TENNESSEE STATE UNIVERSITY OFFICE OF PROCUREMENT 3500 John A. Merritt Boulevard, Box 9633 Nashville, Tennessee Mail Bids to: TENNESSEE STATE UNIVERSITY OFFICE OF PROCUREMENT 3500 John A. Merritt Boulevard, Box 9633 Nashville, Tennessee 37209-56 INVITATION TO BID ITB Date ITB# JUNE, 202 Requisitioner BUNCH Telephone

More information

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M.

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M. THE CORPORATION OF THE DISTRICT OF SAANICH Purchasing Services Section 2 nd Floor - 770 Vernon Avenue, Victoria, BC V8X 2W7 Telephone: (250) 475-1775 Fax: (250) 475-5460 Email: purchase@saanich.ca QUOTATION

More information

GENERAL TERMS and CONDITIONS

GENERAL TERMS and CONDITIONS GENERAL TERMS and CONDITIONS PLATYPUS TECHNOLOGIES LLC (hereinafter "PLATYPUS") agrees to sell its products under the Terms and Conditions below. 1. Acceptance Governing Provisions: By purchasing and accepting

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

Request for Proposal. RFP # Towing Services Inoperable Vehicles

Request for Proposal. RFP # Towing Services Inoperable Vehicles County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0601-1 This procurement is governed

More information

INVITATION TO BID FOOD PRODUCTS ITB

INVITATION TO BID FOOD PRODUCTS ITB Hall County Board of Education School Nutrition Program INVITATION TO BID FOOD PRODUCTS ITB 19-007 Issued on: April 16, 2018 Final Date for Written Questions: April 24, 2018 Bid Due Date: May 9, 2018 In

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

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015 REQUEST FOR PROPOSAL AUDIT SERVICES Cumberland Mountain Community Services Board RFP#: AUDIT2015-2017 Issue Date May 27, 2015 Cumberland Mountain Community Services requests qualified independent certified

More information

TOWN OF ROCKLAND. Request for Proposal SNOW & ICE REMOVAL

TOWN OF ROCKLAND. Request for Proposal SNOW & ICE REMOVAL TOWN OF ROCKLAND BROWN COUNTY, WISCONSIN Request for Proposal SNOW & ICE REMOVAL Issued February 23, 2015 DEADLINE 12:30 PM Monday, March 16, 2015 CONTACT: DENNIS CASHMAN CHAIRMAN 1712 BOB-BEA-JAN ROAD

More information

Purchase Agreement For Scan-Based Trading ( SBT ) Suppliers of CVS Pharmacy, Inc.

Purchase Agreement For Scan-Based Trading ( SBT ) Suppliers of CVS Pharmacy, Inc. Purchase Agreement For Scan-Based Trading ( SBT ) Suppliers of CVS Pharmacy, Inc. This purchase agreement (this Agreement ) is entered into by and between [Legal Name of SBT Supplier] ( Supplier ) and

More information

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES Friendship is soliciting proposals and qualification statements from parties having specific interests

More information

AGREEMENT BETWEEN TENNESSEE TECHNOLOGICAL UNIVERSITY AND

AGREEMENT BETWEEN TENNESSEE TECHNOLOGICAL UNIVERSITY AND AGREEMENT BETWEEN TENNESSEE TECHNOLOGICAL UNIVERSITY AND THIS AGREEMENT is made this day of, 20 by and between TENNESSEE TECHNOLOGICAL UNIVERSITY, hereinafter referred to as "University," and hereinafter

More information

Union College Schenectady, NY General Purchasing Terms & Conditions

Union College Schenectady, NY General Purchasing Terms & Conditions Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase

More information