METROPOLITAN GOVERNMENT OF NASHVILLE AND DAVIDSON COUNTY BY AND THROUGH THE METROPOLITAN BOARD OF PUBLIC EDUCATION INVITATION TO BID

Size: px
Start display at page:

Download "METROPOLITAN GOVERNMENT OF NASHVILLE AND DAVIDSON COUNTY BY AND THROUGH THE METROPOLITAN BOARD OF PUBLIC EDUCATION INVITATION TO BID"

Transcription

1 METROPOLITAN GOVERNMENT OF NASHVILLE AND DAVIDSON COUNTY BY AND THROUGH THE METROPOLITAN BOARD OF PUBLIC EDUCATION INVITATION TO BID THE METROPOLITAN NASHVILLE PUBLIC SCHOOLS (MNPS), ON BEHALF OF METROPOLITAN NASHVILLE BOARD OF PUBLIC EDUCATION, WILL RECEIVE AND PUBLICLY OPEN SEALED BIDS IN THE PURCHASING DEPARTMENT, 2601 BRANSFORD AVENUE, NASHVILLE, TENNESSEE SUBJECT TO THE INSTRUCTIONS, CONDITIONS, SPECIFICATIONS, ADDENDA, AND ANY OTHER ELEMENTS OF THIS INVITATION TO BID ( ITB ), INCLUDING THOSE INCORPORATED BY REFERENCE. This Invitation to Bid document is prepared in a Microsoft Word format. Any alterations to this document made by the bidder may be grounds for rejection of bid, cancellation of any subsequent award, or any other legal remedies available to MNPS. DATE ISSUED: 05/24/17 ITB TITLE: Pointing Improvement at various school locations COMMODITY CODE(S): 7215, MNPS CONTACT: Mace Neal TELEPHONE NUMBER: (615) FAX NUMBER: (615) ADDRESS: mace.neal@mnps.org All bid responses must be received and time-stamped in the MNPS Purchasing Department by no later than June 7, 2017 at 10: 00 am Central Time, on at which time all bids will be publicly opened and read aloud. SUBMIT SEALED BID RESPONSE TO: Metropolitan Nashville Public Schools Attn: Mace Neal ITB B17-24 Purchasing Department Room A Bransford Avenue Nashville, Tennessee Bid envelope must include the ITB number, the bid opening date, and the Bidder s address. Failure to provide this information on the envelope may result in the bid not being considered. Do not submit bids electronically or by fax. Rev Page 1 of 13

2 NOTICE TO BIDDERS MNPS CONTRACT # Any changes to this ITB will be posted as Amendments on the Metro Nashville Public Schools Purchasing web site ( ements). Check the expanded bid Information page via the link, in the Item Name column, for any amendments to this ITB. INSTRUCTIONS AND CONDITIONS 1. This document constitutes the complete set of specification requirements and bid response forms. The Bidder is responsible for insuring that all pages and all addenda to this ITB are completed and submitted with the bid, as required. Bidders should closely examine this ITB package, and immediately direct any questions regarding the completeness of this ITB package, and any addenda hereto, to the MNPS contact shown on the cover page. Unless otherwise directed in writing by the Purchasing Department, the Bidder must submit all bid responses on the bid response form(s) provided with this ITB. 2. Any Bidder desiring an explanation or interpretation of this ITB, drawings, specifications, etc., must request such explanation in writing no later than 05/26/17 close of business. Any information provided by MNPS to a Bidder concerning this ITB shall be in the form of a written addendum furnished to all Bidders. 3. All bid responses must be typewritten or written legibly in ink and signed by an individual authorized to bind the bidder. Properly notarized signatures are required where indicated; failure to comply with this requirement shall be cause for rejection of the bid response. Erasures, white-outs, type-overs, and other modifications must be initialed. Bidders are cautioned to verify their bid response prior to submission. 4. This award may be made by line item or as a complete package. This will be a decision of MNPS after bid analysis. 5. If more than one item is listed, any item(s) not bid upon should be indicated No Bid. Any and all items left blank will be considered a No Bid for that item. 6. A Bidder desiring to bid No Charge for an item must so indicate; otherwise the bid will be construed as incomplete and may be rejected. 7. Bidders are cautioned that any condition, qualification, provision, or comment in the bid response, or in other correspondence transmitted with the bid response, which in any way modifies, takes exception to, or is inconsistent with the specifications, requirements, or any of the terms, conditions, or provisions of this ITB, shall be sufficient cause for the rejection of the bid response as non-responsive. 8. Bid responses must be submitted in a sealed, properly marked envelope, on or before the date and time specified for the receipt of bid responses. No late bid responses will be accepted. MNPS shall not be responsible for delivery delays associated with mail carriers or couriers. 9. MNPS will not accept bid responses submitted by fax or electronic mail. 10. Any contract awarded pursuant to this ITB shall be awarded to the lowest responsive and responsible Bidder whose bid response meets the requirements and criteria set forth in this ITB. A responsive bidder means a Bidder who has submitted a bid response which conforms in all material respects to the ITB. A responsible bidder means a person who has the capacity in all respects to fully perform the ITB requirements, and the integrity and reliability which will assure good faith performance. 11. Bid responses may be modified, replaced, or withdrawn by written notice, if received by the MNPS office specified herein prior to the date and time specified for bid responses. 12. Certain mistakes in a bid response may be corrected so long as the intended correct bid response is clearly evident. 13. Substitutions will not be permitted unless specifically provided for in this ITB. If this ITB specifies that substitutions are permitted, any particular manufacturer, brand, model, make, or detailed description set forth in the specifications is for descriptive purposes only and a Bidder may substitute equivalent articles so long as they are of similar character, quality, design, function, and performance as that specified, and will serve the purpose for which the article is to be used equally well as that specified, and is equally suited to the needs of MNPS as that specified. If bidding a substitute article, a Bidder must provide the manufacturer s name and catalogue reference, specifications for the substitute article, and/or other information that will enable MNPS to make the determination of similarity, serviceability and suitability of the substitute. MNPS reserves the right, through the Director of Purchasing, to be the sole judge in making such determination. UNLESS Rev Page 2 of 13

3 THIS ITB SPECIFIES THAT A SUBSTITUTE ARTICLE IS PERMITTED, IT IS UNDERSTOOD THAT THE ARTICLE TO BE PROVIDED BY THE BIDDER WILL BE OF THE SAME MANUFACTURE, BRAND, MODEL, AND MAKE AND WILL MATCH THE DETAILED DESCRIPTION SET FORTH IN THE SPECIFICATIONS. 14. BY SUBMITTING A BID, THE BIDDER AGREES TO BE BOUND BY THE TERMS AND CONDITIONS SET FORTH BELOW, WHICH BECOME THE CONTRACT UPON ACCEPTANCE BY MNPS, ASSIGNMENT OF A MNPS CONTRACT NUMBER, AND APPROVALS BY THE BOARD OF EDUCATION AND THE METRO NASHVILLE GOVERNMENT: a) The Bidder shall not assign, transfer, convey or otherwise dispose of this ITB, or the right, title or interest in or to the same or any part thereof, without the prior written consent of MNPS, and the Bidder shall not assign by power of attorney or otherwise any of the moneys to become due and payable under this ITB. Breach of this provision shall be a material breach. b) It is understood that it is necessary for MNPS to have a continuous and uninterrupted flow of supplies and materials and services and the awarded bidder must furnish and make the deliveries of supplies, materials, and services accordingly. c) Should the Bidder fail to fulfill, in a timely and proper manner, its obligations under this ITB, or if it should violate any of the terms of this ITB, MNPS shall have the right to immediately terminate the award. MNPS may terminate the award at any time, with or without cause, upon thirty (30) days written notice to Bidder. Should funding for this ITB be discontinued, MNPS shall have the right to terminate the award immediately upon written notice to the Bidder. d) Bidder warrants that for a period of one year from the date of delivery, the goods provided, including software, shall be free of any defects that interfere with or prohibit the use of the goods for the purposes for which they were obtained. During the warranty period, MNPS may, at its option, and in lieu of immediate termination, request that the Bidder repair or replace any defective goods or correct performance by written notice to the Bidder. In that event, Bidder shall take corrective action within thirty (30) days. Exercise of this option shall not relieve Bidder of any liability to MNPS for damages sustained by virtue of Bidder s breach. e) Bidder shall, at its own expense, be entitled to and shall have the duty to defend any suit which may be brought against MBPE to the extent that it is based on a claim that the products or services furnished infringe a copyright, Trademark, Service Mark, or patent. Bidder shall further indemnify and hold harmless MBPE against any award of damages and costs made against MBPE by a final judgment of a court of last resort in any such suit. MBPE shall provide Bidder immediate notice in writing of the existence of such claim and full right and opportunity to conduct the defense thereof, together with all available information and reasonable cooperation, assistance and authority to enable Bidder to do so. No costs or expenses shall be incurred for the account of Bidder without its written consent. MBPE reserves the right to participate in the defense of any such action. Bidder shall have the right to enter into negotiations for and the right to effect settlement or compromise of any such action, but no such settlement or compromise shall be binding upon MBPE unless approved by the Metro Department of Law Settlement Committee and, where required, the Metro Council. If the products or services furnished under this ITB are likely to, or do become, the subject of such a claim of infringement, then without diminishing Bidder's obligation to satisfy the final award, Bidder may at its option and expense: i. Procure for MBPE the right to continue using the products or services. ii. iii. iv. Replace or modify the alleged infringing products or services with other equally suitable products or services that are satisfactory to MBPE, so that they become non-infringing. Remove the products or discontinue the services and cancel any future charges pertaining thereto. Provided, however, that Bidder will not exercise option b.iii. until Bidder and MBPE have determined that options b.i. and b.ii. are impractical. f) These terms may be modified only by written amendment executed by all parties and their signatories hereto. g) No waiver of any provision herein shall affect the right of any party thereafter to enforce such provision or to exercise any right or remedy available to it in the event of any other default. h) Bidder agrees that, in the event either party deems it necessary to take legal action to enforce any provision herein, and in the event MNPS prevails, Bidder shall pay all expenses of such action including MNPS s attorney fees and costs at all stages of the legal action. i) This document sets forth the entire agreement between the parties with respect to the subject matter thereof and shall govern the respective duties and obligations of the parties. j) The validity, construction and effect of this ITB, and any and all extensions and/or modifications thereof shall be governed by the laws of the State of Tennessee. Rev Page 3 of 13

4 Rev Page 4 of 13 MNPS CONTRACT # k) Should any provision of this ITB be declared to be invalid by any court of competent jurisdiction, such provision shall be served and shall not affect the validity of the remaining provisions of the contract. l) Bidder shall maintain insurance sufficient to cover any claims arising from the acts of the Bidder in connection with the performance under this ITB and subject to the approval of MNPS (see the Insurance Requirements section of this ITB). m) Bidder certifies, to the best of its knowledge and belief, that neither the Bidder nor its Principals are suspended, debarred, or proposed for debarment by the Federal Government. Bidders must complete and submit Attachment F (Certification Regarding Debarment or Suspension) with the bid. n) Bidder shall maintain documentation for all charges against MNPS. The books, records, and documents of Bidder, insofar as they relate to work performed or money received under this ITB, shall be maintained for a period of five (5) full years from the date of final payment and will be subject to audit, at any reasonable time and upon reasonable notice by MNPS or its duly appointed representatives. The records shall be maintained in accordance with generally accepted accounting principles. o) Bidder shall indemnify and hold harmless MNPS, its officers, agents and employees from: i. Any claims, damages, costs and attorney fees for injuries or damages arising, in part or in whole, from the negligent or intentional acts or omissions of Bidder, its officers, employees and/or agents, including its sub or independent contractors, in connection with the performance under this ITB, and, Bidder shall pay MNPS any expenses incurred as a result of Bidder s failure to fulfill any obligation in a professional and timely manner under this ITB. ii. iii. iv. Any claims, damages, penalties, costs and attorney fees arising from any failure of Bidder, its officers, employees and/or agents, including it sub or independent contractors, to observe applicable laws, including, but not limited to, labor laws and minimum wage laws. MNPS will not indemnify, defend or hold harmless in any fashion the Bidder from any claims, regardless of any language in any attachment or other document that the Bidder may provide. Bidder shall pay MNPS any expenses incurred as a result of Bidder s failure to fulfill any obligation in a professional and timely manner under this ITB. p) No party shall have any liability to the other hereunder by reason of any delay or failure to perform any obligation or covenant if the delay or failure to perform is occasioned by force majeure, meaning any act of God, storm, fire, casualty, unanticipated work stoppage, strike, lockout, labor dispute, civil disturbance, riot, war, national emergency, act of Government, act of public enemy, or other cause of similar or dissimilar nature beyond its control. q) Bidder affirms that by its employment policy, standards and practices, it does not subscribe to any personnel policy which permits or allows for the promotion, demotion, employment, dismissal or laying off of any individual due to the individual s race, creed, color, national origin, age or sex and it is not in violation of and will not violate any applicable laws concerning the employment of individuals with disabilities. r) It is the policy of MNPS not to discriminate on the basis of age, race, sex, color, national origin, or disability in its hiring and employment practices, or in admission to, access to, or operation of its programs, services, and activities. With regard to all aspects of this contract, Bidder certifies and warrants it will comply with this policy. s) Bidder understands that is shall be a breach of ethical standards for any person to offer, give or agree to give any employee or former employee, or for any employee or former employee to solicit, demand, accept or agree to accept from another person, a gratuity or an offer of employment in connection with any decision, approval, disapproval, recommendation, preparation of any part of a program requirement or a purchase request, influencing the content of any specification or procurement standard, rendering of advice, investigation, auditing or in any other advisory capacity in any proceeding or application, request for ruling, determination, claim or controversy or other particular matter, pertaining to any program requirement of a contract or subcontract or to any solicitation or proposal therefore. t) Bidder also understands that it shall be a breach of ethical standards for any payment, gratuity or offer of employment to be made by or on behalf of a subcontractor under a contract of the prime contractor or higher tier subcontractor or any person associated therewith, as an inducement for the award of a subcontract or order. u) Bidder also understands that it shall be a breach of ethical standards for a person to be retained, or to retain a person to solicit or to secure an Metropolitan Board of Public Education contract upon the agreement or understanding for a contingent fee, except for retention of bona fide employees or bona fide established commercial selling agencies for the purpose of securing business. v) A breach of ethical standards could result in civil and/or criminal sanctions and/or debarment or suspension from being a contractor or subcontractor under Metropolitan Board of Public Education contracts.

5 w) AWARD LENGTH AND PRICING Rev Page 5 of 13 MNPS CONTRACT # i. If an award is made, it will be effective for the specific purchase of the item(s) specified herein and will not cover any additional purchase obligations for either MNPS or the Bidder. The award resulting from the ITB will become effective once it is signed and approved by the Metropolitan Nashville Clerk s office. MNPS contemplates that the award term will begin on or about 06/07/2017 and continue through 12/31/2017 or once all items are delivered, whichever occurs sooner. All warranty obligations of the product will be maintained for the specified time period noted in the specifications section of this ITB. Warranty dates will begin on the day the products are delivered to MNPS. ii. iii. In no event shall the term of the award exceed five (5) years. Unit prices shall be fixed for the term of the award. x) INSURANCE REQUIREMENTS Any Bidder receiving an award shall be required to provide proof of this insurance, in the form of a Certificate of Insurance. The Bidder must provide MNPS with original Certificates of Insurance within fifteen days of notification of award. General Liability and automobile liability policies must be endorsed to include Metro Nashville Public Schools as an additional insured with respect to liability arising out of work or operations performed by on behalf of the Bidder. The following insurance(s) shall be required: i. General Liability Insurance in the amount of one million ($1,000,000) dollars ii. iii. Automobile Liability Insurance in the amount one million ($1,000,000) dollars (if Bidder will be making on-site deliveries) Worker s Compensation Insurance with statutory limits required by the State of Tennessee or other applicable laws and Employer s Liability Insurance with limits of no less than one hundred thousand ($100,000.00) dollars, as required by the laws of Tennessee. (Not required for companies with fewer than five (5) employees.) y) CRIMINAL BACKGROUND CHECKS. Contractor shall comply with Public Chapter 587 of 2007, as codified in Tennessee Code Annotated Section , which requires all contractors to facilitate a criminal history records check conducted by the Tennessee Bureau of Investigation and the Federal Bureau of Investigation for each employee prior to permitting the employee to have contact with students or enter school grounds when students are present. 15. BIDDER, BY SIGNING AND SUBMITTING THIS BID, does further declare, in determining the prices and/or amounts of the bid, that Bidder has not colluded with any other person, firm, corporation or association in arriving at said prices and/or amounts or in any way violated the terms, conditions and/or spirit of the provisions of 15 U.S.C. 1 through 7 (Sherman Anti-Trust Act), and shall so indicate by signing and returning Attachment E (Certification of Independent Price Determination). 16. Bidder is entitled to protest to the MNPS Director of Purchasing in connection with this ITB or award therefrom. Bidder also has the right to appeal the decision of the Director of Purchasing to the Procurement Appeals Board. This appeal must be filed in accordance with MNPS Policy FMp The MNPS Director of Purchasing does hereby expressly reserve the right to reject any and all bid responses, the right to request additional information, the right to clarify bids, the right to make an award for some, but not all, of the articles or items in the ITB, and does further expressly reserve the right to waive minor irregularities. MNPS does not warrant or guarantee that an award will be made as a result of this ITB. 18. Price quoted must be the price for new merchandise that is free from defects. 19. Deliveries of all items shall be made as stated in the bid specifications. In the appropriate blank on the bid response form, the Bidder must indicate the best delivery date after receipt of order. Deliveries resulting from this ITB are to be made during the normal working hours of MNPS. Time is of the essence and the Bidder s delivery date must be specified and adhered to. Should the Bidder fail to deliver items on or before its stated date, MNPS reserves the right to cancel the order or award. The Bidder shall be responsible for making any and all claims against carriers for missing or damaged items. 20. Delivered items will not be considered accepted until an authorized agent for MNPS has, by inspection or test of such items, determined that they fully comply with specifications. MNPS may return, for full credit and at no expense to MNPS, any item(s) received which fail to meet the specifications as stated in this ITB. 21. All deliveries made pursuant to this ITB must be made pursuant to a written purchase order of the MNPS Director of Purchasing. MNPS assumes no liability for goods and/or services provided without a written purchase order from the Director of Purchasing. Unless otherwise specified in this ITB, delivery charges are to be prepaid and included in the bid price.

6 22. MNPS is exempt from federal and state taxes. Upon request, the Director of Purchasing will provide an exemption certificate to the Bidder. Vendors doing business with MNPS shall not be exempted from paying sales tax to their suppliers for materials to fulfill contractual obligations to MNPS, nor shall any vendor be authorized to use the MNPS Tax Exemption Number in securing such materials. 23. If Bidder subcontracts any portion of the contract for any reason, it must provide, in writing, the name and address of the subcontractor, name of the person to be contacted including telephone number and extent of work to be performed. This information should be submitted with bid response; however, if not included, it shall be the responsibility of the Bidder to submit to the Director of Purchasing the subcontractor for approval prior to commencement of work. MNPS reserves the right to reject a bid response of any Bidder if, in the sole discretion of MNPS, the bid response names a subcontractor who has previously failed in the proper performance of an award or failed to deliver on time contracts of a similar nature, or who is not in a position to perform properly under the award. 24. Payment will be made by MNPS after goods and/or services have been received, accepted, and properly invoiced as indicated in this ITB and/or purchase order. Invoices must bear the purchase order number. 25. The Bidder must strictly comply with federal, state, and local laws, building codes, and safety codes. Equipment must meet all federal and state safety regulations for grounding of electrical equipment and for lockout/tagout processes. 26. Bidder certifies that all material, equipment, processes, etc., contained in its bid response meets all OSHA, ANSI, NFPA and all other federal and state requirements. Bidder further certifies that, if the material, equipment, etc., delivered is subsequently found to be deficient in any of the aforementioned requirements in effect on the date of delivery, all costs necessary to bring the material, equipment, processes, etc., into compliance shall be borne by the Bidder. 27. BIDDER REGISTRATION Bidder is invited to complete Metro s On-line vendor registration prior to submitting a bid. Instructions for registering can be found at Rev Page 6 of 13

7 ATTACHMENT A GENERAL SPECIFICATIONS This invitation to Bid encompasses the pointing improvement at various Metro Nashville Public Schools. * The Cohn School - Alternative Learning Center 1. Cut out all coping head joints at top of building the whole perimeter and bed joints only on east side under coping exterior and interior l.f. 2. East side parapet. A section has movement and needs to be demo and reinstalled with new block and brick. 36ft.long x 38 tall. Top course of block will be a poured bond beam with rebar horizontal and vertical rebar 4ft. o/c, all cells with rebar will be grouted solid square feet 3. Cut out and tuck-point limestone entrance and 1st floor band, pilasters using new material Square pressure cleaning. 15,225 LF tuck-pointing 4. Repair damaged limestone at ground level front of building west side. Using Jahn patching material * McGavock High School Caulking: 1. Exterior windows and doors in brick jams only. 10,354 LF 2. Rock band exterior joint LF 3. Exterior expansion joints in brick LF 4. Exterior steps, patio areas flat work and next to building Sq. Ft. 5. Louvers and vents exterior. 580 LF 6. Stain-less steel metal flashing top of 1st floor LF Brick repair and miscellaneous pointing: 1. Exterior brick replacement and pointing. Misc. pointing exterior all of school. 2. Retaining walls exterior. Misc. pointing of cracks, pressure cleaning of walls steps and sidewalks 3. Fill holes in concrete 1 area. * Warner Elementary School 1. Coping-caulking head joints. 3 bands of the entire school 2. Limestone- entrance caulking 3. Expansion joints caulking. -Entire school 4. Chimney remove top 4 of non-functioning chimney 5. Jahn patching three areas at front 6. Concrete repair on the 1948 year building, southwest portion of the campus. 7. Miscellaneous brick repair on rear of building Site Visits will be held on Wednesday May 31, 2017 beginning at 9:00 am at location 1: 1. McGavock High School 3150 McGavock Pike Nashville, TN The Cohn Learning Center 4805 Park Ave. Nashville, TN Warner Elementary 626 Russell St. Nashville, TN Rev Page 7 of 13

8 ATTACHMENT B SPECIAL CONDITIONS Rev Page 8 of 13

9 ATTACHMENT C BIDDER INFORMATION MNPS CONTRACT # All Bidders are to complete this form in order to be responsive. (Please Print or Type) Company Name: Contact: Address: City/ST/Zip: Phone: Fax: Company Federal Tax ID # Experience: Number of years the company has been in business: References: (a) List accounts you have recently supplied items similar to those listed on this ITB. Account Years Supplied THIS BID RESPONSE SHALL BE REJECTED IF SIGNATURE IS NOT PROPERLY NOTARIZED AND AFFIXED WHERE INDICATED Authorized Signature and Date: Name Printed and Title: Personally appeared, who is the of and as such is authorized to execute this document. Sworn to and subscribed before me this day of, Notary Public: My Commission Expires: Rev Page 9 of 13

10 ATTACHMENT D BID RESPONSE MNPS CONTRACT # Itm No Qty Unit Description Extended Price 1. The Cohn School - Alternative Learning Center 2. McGavock High School 3. Warner Elementary School ALL UNIT PRICES ARE TO BE INCLUSIVE OF FREIGHT, DUTIES, AND ANY OTHER LOGISTICS COSTS Years of Commercial Experience years Previous Experience with School District years Warranty: Please provide warranty information for project. ACCEPTANCE Accepted as to items numbered Date Director of Purchasing Rev Page 10 of 13

11 ATTACHMENT D (cont.) BID RESPONSE MNPS CONTRACT # Discount (No discount under thirty (30) days will be considered) % 30 days % ( th) prox. If the Contract is awarded, the price(s) will be in effect for the length of the Contract. If this is a one-time open market purchase, will awarded bidder honor price(s) for other Metropolitan Government agencies? Yes No Will awarded bidder honor price(s) for other local governments and Local Education Authorities in Tennessee? Yes No In compliance with this ITB, and subject to all conditions thereof, the undersigned agrees that if this bid response is accepted within days from the date of opening, to furnish any or all of the items upon which price(s) are quoted, at the price set opposite each item, and unless otherwise specified, within days after receipt of order. Rev Page 11 of 13

12 ATTACHMENT E CERTIFICATION OF INDEPENDENT PRICE DETERMINATION (A) By submission of this bid, the Bidder certifies and in case of a joint bid, each party thereto certifies as to its own organization, that in connection with this procurement: 1. The prices in this bid have been arrived at independently, without consultation, communication, agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; 2. Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the Bidder and will not knowingly be disclosed by the Bidder prior to opening in the case of an advertised procurement, or prior to award in the case of negotiated procurement, directly or indirectly to any other Bidder or to any competitor; 3. No attempt has been made or will be made by the Bidder to induce any person or firm to submit or not to submit an offer for the purpose of restricting competition. (B) Each person signing this offer certifies that: 1. He or she is the person in the Bidder s organization responsible within that organization for the decision as to the prices being offered herein and that he or she has not participated, and will not participate, in any action contrary to (A)(3) above; Or, 2. He or she is not the person in the Bidder s organization responsible within that organization for the decision as to the prices being offered herein, but that he or she has been authorized in writing to act as agent for the persons responsible for such decision in certifying that such persons have not participated and will not participate, in any action contrary to (A)(1) through (A)(3) above, and as their agent does herby so certify, and he or she has not participated, and will not participate, in any action contrary to (A)(1) through (A)(3) above. Signature of Bidder s Authorized Representative Title Date In accepting this bid, the sponsor certifies that the sponsor s officers, employees or agent have not taken any action which may have jeopardized the independence of the bid referred to above. Signature of Bidder s Authorized Representative Rev Page 12 of 13

13 ATTACHMENT F Certification Regarding Debarment or Suspension In compliance with contracts and grants agreements applicable under the U.S. Federal Awards Program, the following certification is required by all Bidder submitting a bid response: 1. The Bidder certifies, to the best of its knowledge and belief, that neither the Bidder nor its Principals are suspended, debarred, proposed for debarment, or declared ineligible for the award of contracts from the United States federal government procurement or nonprocurement programs, or are listed in the List of Parties Excluded from Federal Procurement and Nonprocurement Programs issued by the General Services Administration. 2. Principals, for the purposes of this certification, means officers, directors, owners, partners, and persons having primary management or supervisory responsibilities within a business entity (e.g., general manager, plant manager, head of a subsidiary, division, or business segment, and similar positions). 3. The Bidder shall provide immediate written notice to the Metro Nashville Public Schools Director of Purchasing if, at any time prior to award, the Bidder learns that this certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. This certification is a material representation of fact upon which reliance will be placed when making the award. If it is later determined that the Bidder rendered an erroneous certification, in addition to other remedies available to Metro Nashville Public Schools, the Metro Nashville Public Schools Director of Purchasing may terminate the award resulting from this solicitation for default. Printed Name of Representative: Signature/Date: / Rev Page 13 of 13

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO 63144 REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES 2013-2014 THIS IS NOT AN ORDER 1 CITY OF BRENTWOOD NOTICE FOR PROPOSAL City of Brentwood

More information

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 dstevens@oswegocounty.com Daniel Stevens Tamara Allen Purchasing

More information

ATTENTION ALL BIDDERS

ATTENTION ALL BIDDERS ETOWAH COUNTY COMMISSION 800 Forrest Avenue, Gadsden, AL 35901 REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: BID NO. FY 2018-2019-05 UNFINISHED TRAFFIC SIGNS AND POSTS The Etowah

More information

Georgia State University Standard Purchase Order Terms & Conditions for Goods and Services

Georgia State University Standard Purchase Order Terms & Conditions for Goods and Services Georgia State University Standard Purchase Order Terms & Conditions for Goods and Services Please note that these Purchase Order Terms and Conditions may be supplemented by additional terms or modified

More information

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350

CITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350 CITY OF PROSSER REQUEST FOR PROPOSAL To Provide On Call Electrical Services Located at: 601 7 TH STREET PROSSER, WASHINGTON 99350 Instructions To Contractors, Pricing Forms, Business Questionnaire, Agreement,

More information

INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Name: Individual: Business: (mark one)

INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Name: Individual: Business: (mark one) INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Part One: University Information ( University or KSU) Contracting University Department/Office: Contracting

More information

TERMS AND CONDITIONS OF THE INVITATION TO BID

TERMS AND CONDITIONS OF THE INVITATION TO BID TERMS AND CONDITIONS OF THE INVITATION TO BID 1. PREPARATION OF BID. a) Bidders are expected to examine the drawings, specifications, and all instructions. Failure to do so shall be at the bidder=s risk.

More information

MEMORANDUM OF AGREEMENT by and between THE CITY OF BOISE CITY and [SELECTED APPLICANT]

MEMORANDUM OF AGREEMENT by and between THE CITY OF BOISE CITY and [SELECTED APPLICANT] MEMORANDUM OF AGREEMENT by and between THE CITY OF BOISE CITY and [SELECTED APPLICANT] THIS MEMORANDUM OF AGREEMENT (the Agreement ) is made and entered into this day of, 201, by and between the city of

More information

ATTENTION ALL BIDDERS

ATTENTION ALL BIDDERS ETOWAH COUNTY COMMISSION 800 Forrest Avenue, Gadsden, AL 35901 REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: BID NO. FY 2016-2017-18 AGGREGATE The Etowah County Commission is soliciting

More information

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall Request For Proposals 2018-1 202 Hwy 124 E ADA Door Opener Hallsville City Hall The City of Hallsville, Missouri (the City ) seeks bids from qualified contractors for all materials and labor to install

More information

City of Mexico Beach Replacement of Fire Department Roofing Shingles

City of Mexico Beach Replacement of Fire Department Roofing Shingles City of Mexico Beach Replacement of Fire Department Roofing Shingles 2018 BID INFORMATION, REQUIREMENTS, INSTRUCTIONS AND SPECIFICATIONS BID INFORMATION BIDS DUE BY: Thursday, April 19 th, 2018 at 2:00

More information

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS 1. PREPARATION OF BID FORM: The District invites proposals on the form(s) enclosed to be submitted

More information

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT COUNTY OF OSWEGO PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Daniel Stevens, Purchasing Director May 18, 2017

More information

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING September 12, 2018 REQUEST FOR PROPOSALS For Road Striping City of Spring Hill, Tennessee Sealed Proposals will be received

More information

ROGERS CORPORATION - TERMS AND CONDITIONS OF PURCHASE

ROGERS CORPORATION - TERMS AND CONDITIONS OF PURCHASE ROGERS CORPORATION - TERMS AND CONDITIONS OF PURCHASE THE FOLLOWING TERMS AND CONDITIONS, AND THOSE SPECIFIED ON THE FACE OF THIS PURCHASE ORDER, SHALL EXCLUSIVELY GOVERN THE PURCHASE OF ALL MATERIALS

More information

Rutherford County Board of Education

Rutherford County Board of Education Rutherford County Board of Education Bill C. Spurlock, Director of Schools 2240 Southpark Drive Murfreesboro, TN 37128 (615) 893-5812 phone (615) 904-3766 Fax The Rutherford County Board of Education requests

More information

SAN ANTONIO WATER SYSTEM SERVICES AGREEMENT AGREEMENT FOR. THIS IS A SERVICE AGREEMENT (this Agreement ) by and between

SAN ANTONIO WATER SYSTEM SERVICES AGREEMENT AGREEMENT FOR. THIS IS A SERVICE AGREEMENT (this Agreement ) by and between SAN ANTONIO WATER SYSTEM SERVICES AGREEMENT AGREEMENT FOR THIS IS A SERVICE AGREEMENT (this Agreement ) by and between (the Contractor ), and San Antonio Water System, municipally-owned utility of the

More information

CITY OF DES PLAINES PROPOSAL AND CONTRACT FOR PURCHASE AND DELIVERY OF PRODUCTS BARRACUDA BACKUP SERVER ISSUED: APRIL 2016

CITY OF DES PLAINES PROPOSAL AND CONTRACT FOR PURCHASE AND DELIVERY OF PRODUCTS BARRACUDA BACKUP SERVER ISSUED: APRIL 2016 CITY OF DES PLAINES PROPOSAL AND CONTRACT FOR PURCHASE AND DELIVERY OF PRODUCTS BARRACUDA BACKUP SERVER ISSUED: APRIL 2016 OWNER: City of Des Plaines (the City ) 1420 Miner Street Des Plaines, Illinois

More information

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088 QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT 3010 center Street Des Moines, Iowa 50312 QUOTE # Q7088 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, IA 50316 DES

More information

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M. CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER 10-01-02 OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M. The Request for Proposal and related documents may be

More information

Tulsa Community College

Tulsa Community College Tulsa Community College Request for Proposal For Banking Services Project #: RFP-17001-BC RFP Issue Date: October 14, 2016 Proposal Due Date/Time: October 28, 2016 2:00 PM CST Submit Proposals to: Tulsa

More information

SEALED BID - REQUEST FOR PROPOSALS # FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS

SEALED BID - REQUEST FOR PROPOSALS # FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS DATE: October 25, 2016 SEALED BID - REQUEST FOR PROPOSALS # 11-14-16-01 FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS Website: http://www.dcschools.com CONTACT PERSON: Alan Hagy,

More information

Sunnyside Valley Irrigation District

Sunnyside Valley Irrigation District 2019 Perforated HDPE Pipe Bid Package Sealed bids will be received until 11:00 am. January 4th, 2019 at Field Office 1105 Yakima Valley Hwy. P.O. Box 239 Sunnyside, WA 98944 509-837-6980 Project Contact:

More information

AGREEMENT FOR PROFESSIONAL SERVICES Contract No.

AGREEMENT FOR PROFESSIONAL SERVICES Contract No. AGREEMENT FOR PROFESSIONAL SERVICES Contract No. This AGREEMENT FOR PROFESSIONAL SERVICES ( AGREEMENT ) is made and entered into effective as of the day of, 20, by and between the CITY OF ALHAMBRA, a charter

More information

SECTION A - INSTRUCTIONS

SECTION A - INSTRUCTIONS SECTION A - INSTRUCTIONS 1. INTRODUCTION The Long Beach Unified School District (District) is seeking sealed bids from qualified vendors (Bidder), to provide classroom medical/science equipment. The intent

More information

The Board of Regents of the University System of Georgia by and on behalf of the Abraham Baldwin Agricultural College (ABAC)

The Board of Regents of the University System of Georgia by and on behalf of the Abraham Baldwin Agricultural College (ABAC) The Board of Regents of the University System of Georgia by and on behalf of the Abraham Baldwin Agricultural College (ABAC) Standard Purchase Order Terms and Conditions For Goods and Services Please note

More information

CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No

CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE BID No. 2017-07 See, Attached List of City Owned Surplus Real Estate which is Available Bid Opening Date: January 26, 2018 at 2:00

More information

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW INVITATION TO BID Sealed bids will be received by the City of Foley at Foley City Hall, 407 East Laurel Avenue, Foley, Alabama 36535 or P.O. Box 1750, Foley, Alabama 36536 until 11:00 a.m., Tuesday, December

More information

Calhoun Community College will receive sealed bids for the following item(s): Bid #19-14: Iron Worker and Band Saw Machine

Calhoun Community College will receive sealed bids for the following item(s): Bid #19-14: Iron Worker and Band Saw Machine March 5, 2019 To Whom It May Concern: Calhoun Community College will receive sealed bids for the following item(s): Bid #19-14: Iron Worker and Band Saw Machine Bids will be received in the Business Office

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS 1. SERVICES & DELIVERABLES. Seller agrees to provide to CORTEC PRECISION SHEETMETAL (or its subsidiaries, if such subsidiaries are designated as the contracting parties

More information

SALE OF GRU MILLHOPPER ELECTRIC SYSTEMS CONTROL PROPERTY LOCATED AT 4322 N.W. 53 RD AVENUE, GAINESVILLE, FLORIDA

SALE OF GRU MILLHOPPER ELECTRIC SYSTEMS CONTROL PROPERTY LOCATED AT 4322 N.W. 53 RD AVENUE, GAINESVILLE, FLORIDA GAINESVILLE REGIONAL UTILITIES CITY OF GAINESVILLE, FLORIDA Invitation to Bid No. 2011-103 Issue Date: February 28, 2012 Non Mandatory Site Visit Dates and Times: March 14, 2012 @ 9:00-9:50a; 10:00-10:50a

More information

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B Prince George County SCHOOL BOARD Operations Office 6410 Courts Drive Prince George, Virginia 23875 804-733-2700 Fax 804-861-5271 Invitation For Bid Filters, Brake Drums & Brake Shoes IFB-19-1807-4B This

More information

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m.

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m. INVITATION FOR BID KITCHEN EQUIPMENT - POS BID DUE: Tuesday, November 20, 2018 at 10:30 a.m. Joppa-Maple Grove School District #38 911 Joppa North Ave. Joppa, IL 62953 Contents Section I Information for

More information

ATTENTION ALL BIDDERS

ATTENTION ALL BIDDERS ETOWAH COUNTY COMMISSION 800 Forrest Avenue, Gadsden, AL 35901 REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: The Etowah County Commission is soliciting sealed bids for the above

More information

Request for Proposal. RFP # Non-Profit, Sports Photography

Request for Proposal. RFP # Non-Profit, Sports Photography 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 # 17-0303-1, Sports Photography This procurement

More information

CANADIAN COUNCIL OF MINISTERS OF THE ENVIRONMENT INC. (CCME)

CANADIAN COUNCIL OF MINISTERS OF THE ENVIRONMENT INC. (CCME) CANADIAN COUNCIL OF MINISTERS OF THE ENVIRONMENT INC. (CCME) PROFESSIONAL SERVICES CONTRACT THIS AGREEMENT made in duplicate as of the xx th day of Month, 2016; BETWEEN: Name of Contractor Address City,

More information

The intent of this bid is to purchase soccer uniforms to be issued by the Parks & Recreation Department to youth soccer program participants.

The intent of this bid is to purchase soccer uniforms to be issued by the Parks & Recreation Department to youth soccer program participants. July 18 th, 2016 The City of North Lauderdale is currently soliciting price quotations for the purchase of soccer uniforms for the Parks and Recreation Department s Youth Soccer League. QUOTATIONS WILL

More information

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner QUOTE DOCUMENTS FOR KING PARKING EXPANSION 1849 Forest Avenue Des Moines, Iowa QUOTE # Q6747 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, Iowa 50316 DES MOINES PUBLIC

More information

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS SECTION TITLE F G H General Information About the IFB General Instructions for Bidders General Conditions for Bidders 18 SECTION F

More information

COLLIER COUNTY SHERIFF S OFFICE Standard Contract Provisions

COLLIER COUNTY SHERIFF S OFFICE Standard Contract Provisions COLLIER COUNTY SHERIFF S OFFICE Standard Contract Provisions The following are standard requirements of the Collier County Sheriff's Office (CCSO) for use in Non- Standard (Contractor/Consultant/Vendor

More information

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M. REQUEST FOR PROPOSAL ARCHITECTURAL SERVICES Proposals will be received by the City of Topeka, Kansas at the Contracts & Procurement Office until 2:00 PM, local time March 14, 2008 for the purpose of furnishing

More information

Carpet Replacement Project Des Peres Department of Public Safety

Carpet Replacement Project Des Peres Department of Public Safety Carpet Replacement Project Des Peres Department of Public Safety Notice is hereby given that the City of Des Peres is seeking proposals from qualified vendors for the installation of carpet for the Public

More information

LEGAL NOTICE - ADVERTISEMENT FOR BID

LEGAL NOTICE - ADVERTISEMENT FOR BID LEGAL NOTICE - ADVERTISEMENT FOR BID The Brick Township Municipal Utilities Authority, County of Ocean, State of New Jersey, will receive sealed bids for: SENSUS METERING EQUIPMENT AND APPURTENANCES All

More information

DISTRIBUTOR AGREEMENT

DISTRIBUTOR AGREEMENT DISTRIBUTOR AGREEMENT THIS AGREEMENT is made this day of, 19, by and between [Name of Company], with its principal place of business located at [Address] (the "Company") and [Name of Distributor], [Address]

More information

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK REQUEST FOR PROPOSALS RFP 11-13 SEASONAL ARTIFICIAL ICE SKATING RINK Page 2 of 13 REQUEST FOR PROPOSALS (RFP) 11-13 SEASONAL ARTIFICIAL ICE SKATING RINK Sealed Proposals for Purchasing RFP 11-13 Seasonal

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS SECTION 00200 INSTRUCTIONS TO BIDDERS PARAGRAPH TITLE PAGE NO. 1. FORMAT 3 2. SPECIFICATION LANGUAGE 3 3. GENERAL DESCRIPTION OF THE PROJECT 3 4. QUALIFICATION OF CONTRACTORS 3 5. DOCUMENT INTERPRETATION

More information

COVER PAGE. Bid Proposal # Ready Mix Concrete

COVER PAGE. Bid Proposal # Ready Mix Concrete COVER PAGE Bid Proposal # 2175 Ready Mix Concrete Sealed bids and electronic submitted bids for the above will be received until 10:00 AM CST, Tuesday, April 3, 2018 and publicly opened in the City of

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION 4 World Trade Center, 150 Greenwich Street,21st Floor,New York, NY 10007 REQUEST FOR QUOTATION Page 1 Of 8 Vendor No. Collective/Bid # / Bid Due Date 0000054998 / 12/12/2018 Bids must be received no later

More information

STANDARD TERMS AND CONDITIONS ACKNOWLEDGEMENT DELUXE PLASTICS

STANDARD TERMS AND CONDITIONS ACKNOWLEDGEMENT DELUXE PLASTICS STANDARD TERMS AND CONDITIONS ACKNOWLEDGEMENT DELUXE PLASTICS 1. Acceptance. This acknowledgment shall operate as Deluxe Plastics ( Deluxe ) acceptance of Buyer s purchase order, but such acceptance is

More information

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17

Invitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17 TABLE OF CONTENTS Invitation for Informal Bid (IFIB) Summary. 3 Exhibit A Proposal / Bid Forms.. 7 Agreement. 12 Payment Bond 14 Performance Bond 17-2 - INVITATION FOR INFORMAL BID (IFIB) SUMMARY NOTICE

More information

REQUEST FOR PROPOSAL Enterprise Asset Management System

REQUEST FOR PROPOSAL Enterprise Asset Management System City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Enterprise Asset Management System Issue Date: Thursday April 9, 2015 Bid Number: 15 019 Agent/Contact:

More information

REQUEST FOR PROPOSAL Police Department Roof System Renovation

REQUEST FOR PROPOSAL Police Department Roof System Renovation City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Police Department Roof System Renovation Issue Date: Thursday September 18, 2014 Bid Number:

More information

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number: INVITATION TO BID Date: April 13, 2018 From: KENAI PENINSULA BOROUGH SCHOOL DISTRICT Purchasing Department 139 East Park Avenue Soldotna, Alaska 99669 (907)714-8876 BID NUMBER: #125-18 BID DUE DATE: 4:00

More information

INVITATION TO BID. ITB Pavement Marking

INVITATION TO BID. ITB Pavement Marking INVITATION TO BID ITB-12-2018 Pavement Marking The City of Murfreesboro ( City ) will receive and publicly open sealed bids in the City Manager s Office, Post Office Box 1139, 111 West Vine Street, Murfreesboro,

More information

INVITATION TO BID INSTRUCTIONS TO BIDDERS

INVITATION TO BID INSTRUCTIONS TO BIDDERS Exhibit A INVITATION TO BID INSTRUCTIONS TO BIDDERS Scope: A contract will be awarded with the requirement to supply, IT SAN Hard Drives and Support to the Susquehanna Area Regional Airport Authority (S.A.R.A.A.).

More information

PORTLAND STATE UNIVERSITY REQUEST FOR QUOTATIONS #21841 Avaya Telephone Sets

PORTLAND STATE UNIVERSITY REQUEST FOR QUOTATIONS #21841 Avaya Telephone Sets PORTLAND STATE UNIVERSITY REQUEST FOR QUOTATIONS #21841 Avaya Telephone Sets Portland State University (PSU) Purchasing Rules, Policies and Guidelines allows PSU departments to use an Informal Procurement

More information

Authorizing the City Manager to execute an Agreement between the City of Columbia and Passport Parking

Authorizing the City Manager to execute an Agreement between the City of Columbia and Passport Parking RESOLUTION NO.: R-2015-004 Authorizing the City Manager to execute an Agreement between the City of Columbia and Passport Parking BE IT RESOLVED by the Mayor and City Council this_ day of, 2015, that the

More information

IRVINE UNIFIED SCHOOL DISTRICT

IRVINE UNIFIED SCHOOL DISTRICT IRVINE UNIFIED SCHOOL DISTRICT ADDENDUM NO. 1 RENTAL OF: TEMPORARY FENCING & MISC. ITEMS BID NO. 2017/2018-2FA BID DUE DATE: NOVEMBER 13 @ 11:00 A.M. This addendum forms a part of the contract and modifies

More information

TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS

TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS NOTICE TO BIDDERS INSTRUCTIONS TO BIDDERS AFFIDAVIT OF NON-COLLUSION CERTIFICATION OF COMPLIANCE

More information

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI Invitation for Bid. 28475 Caustic Soda 50% T. F. Green Airport, Warwick, RI August 27, 2018 The Rhode Island Airport Corporation (RIAC) is seeking bids to provide, on an as-needed basis approximately nine

More information

GENERAL TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852G002

GENERAL TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852G002 GENERAL TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852G002 Issue Date: May 18, 2017 Title: VFHY Graphic Art and/or Design Issuing Agency: Virginia Foundation for Healthy Youth (VFHY)

More information

INSTRUCTIONS TO BIDDERS Medical Center

INSTRUCTIONS TO BIDDERS Medical Center Revisions: Revisions were made to these Instructions to Bidders to conform to recent changes to the Code of Virginia and to changes in policy. Revised paragraphs are indicated by a vertic al line in the

More information

TERMS AND CONDITIONS OF SALE MEDICAL EQUIPMENT

TERMS AND CONDITIONS OF SALE MEDICAL EQUIPMENT FUJINON Inc. Web Version: 01 (March 1, 2011) TERMS AND CONDITIONS OF SALE MEDICAL EQUIPMENT 1. Each quotation provided by FUJINON INC. (the Seller ), together with the Terms and Conditions of Sale provided

More information

Attachment C Federal Clauses & Certifications

Attachment C Federal Clauses & Certifications 1.0 No Obligation by the Federal Government. (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or

More information

CITY OF WHITE HOUSE REQUEST FOR SEALED BIDS FOR HESTER DRIVE AND MILLING CONTRACT

CITY OF WHITE HOUSE REQUEST FOR SEALED BIDS FOR HESTER DRIVE AND MILLING CONTRACT CITY OF WHITE HOUSE REQUEST FOR SEALED BIDS FOR HESTER DRIVE AND 2016-2017 MILLING CONTRACT July 28, 2016 105 College Street White House, Tennessee, 37188 CITY OF WHITE HOUSE REQUEST FOR BID HESTER DRIVE

More information

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES DATE: 10/11/2013 ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES The Arlington Heights Park District shall receive written quotes for Flora and Commemorative Bronze Signs at Arlington Heights Park

More information

FLORIDA DEPARTMENT OF TRANSPORTATION

FLORIDA DEPARTMENT OF TRANSPORTATION FLORIDA DEPARTMENT OF TRANSPORTATION ADDENDUM NO. 1 DATE: 5/4/2010 RE: BID/RFP #: RFP-DOT-09/10-9041-LG BID/RFP TITLE: Custodial Services for the Haydon Burns Building and Other FDOT Facilities in Tallahassee

More information

GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE. between the City of and

GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE. between the City of and GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE between the City of and [Insert Vendor's Co. Name] THIS AGREEMENT is made by and between the City of, a Washington municipal corporation (hereinafter

More information

these specifications shall be made based on this statement.

these specifications shall be made based on this statement. The Town of Front Royal invites the submission of sealed bids from qualified Contractors, licensed to work in Virginia, capable of satisfying the Town's needs, in accordance with the enclosed scope of

More information

REQUEST FOR PROPOSAL (RFP) # FY DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA)

REQUEST FOR PROPOSAL (RFP) # FY DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) REQUEST FOR PROPOSAL (RFP) # FY 2014-2015-001 DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) TERMS AND CONDITIONS FORMS AND AGREEMENT PREPARED

More information

Request for Quotation Q. Steamboat Springs Emergency Solar Tower Phones

Request for Quotation Q. Steamboat Springs Emergency Solar Tower Phones Request for Quotation 792-18Q Steamboat Springs Emergency Solar Tower Phones Due: April 6, 2018 2:00 p.m. Mountain Time Buyer: Colorado Mountain College Purchasing Department 802 Grand Avenue Glenwood

More information

LEGAL NOTICE - RFP WANTED. Automated Refuse Container Lids, For 300 Gallon Capacity Containers GENERAL INFORMATION AND INSTRUCTIONS

LEGAL NOTICE - RFP WANTED. Automated Refuse Container Lids, For 300 Gallon Capacity Containers GENERAL INFORMATION AND INSTRUCTIONS RFP PACKAGE NO. 14-18 CITY OF BEVERLY HILLS PUBLIC WORKS SERVICES-SOLID WASTE DIVISION 345 FOOTHILL ROAD BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - RFP WANTED Automated Refuse Container Lids, For 300

More information

THIS AGREEMENT is made with effect as of, 20 (the "Effective Date") BETWEEN AIR BARRIER ASSOCIATION OF AMERICA INC. ( ABAA ) and

THIS AGREEMENT is made with effect as of, 20 (the Effective Date) BETWEEN AIR BARRIER ASSOCIATION OF AMERICA INC. ( ABAA ) and THIS AGREEMENT is made with effect as of, 20 (the "Effective Date") BETWEEN AIR BARRIER ASSOCIATION OF AMERICA INC. ( ABAA ) and ( Installer Licensee ) Name: Address: City, State, ZIP Code: WHEREAS, ABAA

More information

State of Iowa, Board of Regents Standard Terms and Conditions

State of Iowa, Board of Regents Standard Terms and Conditions State of Iowa, Board of Regents Standard Terms and Conditions 1. Supplier s Responsibility. Supplier shall obtain all necessary permits and comply with all applicable laws, ordinances, rules, regulations,

More information

Request for Proposal. INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA

Request for Proposal. INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA Request for Proposal INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA DUE DATE: 4:00 p.m. January 19, 2018 Luzerne County Purchasing Department Attention:

More information

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work)

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work) General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work) U.S. Department of Housing and Urban Development Office of Public and Indian Housing Office of Labor Relations

More information

Bid No: SMA Buyer : Sandra Montalvo Tel. No: (956) REQUEST FOR BIDS HIDALGO COUNTY PRECINCT NO. 2

Bid No: SMA Buyer : Sandra Montalvo Tel. No: (956) REQUEST FOR BIDS HIDALGO COUNTY PRECINCT NO. 2 Bid No: 2016-176-00-00-SMA Buyer : Sandra Montalvo Tel. No: (956) 318-2626 REQUEST FOR BIDS HIDALGO COUNTY PRECINCT NO. 2 Lime Road Material and Services BID OPENING DATE: June 00, 2016 Contact Person:

More information

1. Furnish and Install New Chain Link Fence 1608 LF $ $ (6 Steel Chain Link Fence with 3 Strands of Barbed Wire)

1. Furnish and Install New Chain Link Fence 1608 LF $ $ (6 Steel Chain Link Fence with 3 Strands of Barbed Wire) Bid Number: M-12-076P ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION Bid Opening Date: May 1, 2012 Time: 11:00 a.m. BID OPENING LOCATION: MAIL TO:

More information

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work)

General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work) General Conditions for Non-Construction Contracts Section I (With or without Maintenance Work) U.S. Department of Housing and Urban Development Office of Public and Indian Housing Office of Labor Relations

More information

General Terms and Conditions for Goods 1. ACCEPTANCE OF THE PURCHASE ORDER This Purchase Order may only be accepted by the Supplier's signing and returning an acknowledgement copy of it or by timely delivery

More information

PARTICIPATING ADDENDUM NASPO ValuePoint Body Armor Products Administered by the State of Colorado (hereinafter Lead State )

PARTICIPATING ADDENDUM NASPO ValuePoint Body Armor Products Administered by the State of Colorado (hereinafter Lead State ) PARTICIPATING ADDENDUM NASPO ValuePoint Body Armor Products Administered by the State of Colorado (hereinafter Lead State ) MASTER AGREEMENT Central Lake Armor Express, Inc. dba Armor Express Master Agreement

More information

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS SECTION 1. BID FORM A. GENERAL SECTION 00 21 13 INSTRUCTIONS TO BIDDERS (1) Sealed bids will be received in the office of the Director of Administration, City Hall, Covington, Louisiana, 317 N. Jefferson

More information

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID LINCOLN UNIFIED SCHOOL DISTRICT -- -- -- -- -- -- -- -- CHROMEBOOK BID INSTRUCTIONS TO BIDDERS SPECIFICATIONS BID OPENING DECEMBER 3, 2013, 2:00PM EDUCATION CENTER 2010 W. SWAIN ROAD STOCKTON LINCOLN UNIFIED

More information

2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo)

2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo) INVITATION TO BID CITY OF CHEYENNE, WYOMING PURCHASING DIVISION ROOM 307 MUNICIPAL BUILDING 2101 O NEIL AVENUE, CHEYENNE, WY82001 PHONE: (307) 637-6345 (This is not an order) BID OPENING DATA BID NUMBER:

More information

REQUEST FOR STATEMENTS OF QUALIFICATIONS TO PROVIDE CERTAIN INFORMATION TECHNOLOGY DESIGN, HOSTING & MAINTENANCE SERVICES (RFQ # ) ISSUED BY

REQUEST FOR STATEMENTS OF QUALIFICATIONS TO PROVIDE CERTAIN INFORMATION TECHNOLOGY DESIGN, HOSTING & MAINTENANCE SERVICES (RFQ # ) ISSUED BY REQUEST FOR STATEMENTS OF QUALIFICATIONS TO PROVIDE CERTAIN INFORMATION TECHNOLOGY DESIGN, HOSTING & MAINTENANCE SERVICES (RFQ #2018-03) ISSUED BY NASSAU COUNTY INDUSTRIAL DEVELOPMENT AGENCY I. Overview

More information

INVITATION FOR BID ¾ TON 2DR UTILITY TRUCK

INVITATION FOR BID ¾ TON 2DR UTILITY TRUCK INVITATION FOR BID 2016-03 2016 ¾ TON 2DR UTILITY TRUCK Issue Date June 20, 2016 Bids Due July 20, 2016 at 5:00 p.m. (Bid Opening) TO BE OPENED AT REGULARLY SCHEDULED CITY COUNCIL MEETING ON THURSDAY JULY

More information

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT 06045-0191 CONTRACT PROPOSAL FOR WATER SLIDE FOR WADDELL POOL RFP 15/16-87 DATE OF RFP OPENING: MAY

More information

Diesel Engine Replacement for. Gillig Low Floor Buses

Diesel Engine Replacement for. Gillig Low Floor Buses JACKSON AREA TRANSPORTATION AUTHORITY INVITATION FOR BID (IFB 2016-01) Diesel Engine Replacement for Gillig Low Floor Buses Issue date: January 13, 2017 Bid due date and time: February 10, 2017 by 3 P.M.

More information

McCRACKEN COUNTY BOARD OF EDUCATION

McCRACKEN COUNTY BOARD OF EDUCATION McCRACKEN COUNTY BOARD OF EDUCATION INVITATION TO BID OFFICE SUPPLIES The McCracken County Board of Education invites you to submit a sealed bid for Office Supplies, as shown in the following pages, for

More information

ASSOCIATION OF UNIVERSITIES FOR RESEARCH IN ASTRONOMY, INC. FIXED PRICE PROFESSIONAL SERVICES AGREEMENT NO. Recitals:

ASSOCIATION OF UNIVERSITIES FOR RESEARCH IN ASTRONOMY, INC. FIXED PRICE PROFESSIONAL SERVICES AGREEMENT NO. Recitals: ASSOCIATION OF UNIVERSITIES FOR RESEARCH IN ASTRONOMY, INC. FIXED PRICE PROFESSIONAL SERVICES AGREEMENT NO. THIS FIXED PRICE PROFESSIONAL SERVICES AGREEMENT NO. is made effective this day of, 2017 by and

More information

Annex III. General Terms and Conditions

Annex III. General Terms and Conditions Annex III General Terms and Conditions 1. ACCEPTANCE OF THE PURCHASE ORDER This Purchase Order may only be accepted by the Supplier's signing and returning an acknowledgement copy of it or by timely delivery

More information

GENERAL TERMS & CONDITIONS FOR SUPPLYING MATERIALS AND SERVICES TO COCA-COLA SABCO MOZAMBIQUE (GTCCCSM)

GENERAL TERMS & CONDITIONS FOR SUPPLYING MATERIALS AND SERVICES TO COCA-COLA SABCO MOZAMBIQUE (GTCCCSM) Signed for (all pages) on behalf of SUPPLIER and hereby warrants that (s)he is duly authorised to sign and accept this complete GTCCCSM, consisting of 9 (nine) pages and all it Appendices, on behalf of

More information

REQUEST FOR QUOTATION (RFQ) 3/5/2010 REFERENCE: RFQ-SS-Motorbike-CSAC

REQUEST FOR QUOTATION (RFQ) 3/5/2010 REFERENCE: RFQ-SS-Motorbike-CSAC NAME & ADDRESS OF FIRM: TYPE: (please mark one) REQUEST FOR QUOTATION (RFQ) 3/5/2010 REFERENCE: RFQ-SS-Motorbike-CSAC-174-2010 Individual Partnership Corporation CONTACT PERSON: TELEPHONE No. EMAIL ADDRESS:

More information

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520)

City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520) City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona 85635 (520) 458-3315 Fax (520) 452-7025 NOTICE OF REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS NUMBER: PROPOSAL

More information

Saddles for Sale RFSB # N

Saddles for Sale RFSB # N PROCUREMENT, CONTRACTING AND PAYMENT SERVICES REQUEST FOR SURPLUS BIDS (RFSB) Issued: June 15, 2016 Saddles for Sale RFSB #90003634N West Virginia University Board of Governors on behalf of West Virginia

More information

Credit Application and Agreement (Please Type or Print)

Credit Application and Agreement (Please Type or Print) Credit Application and Agreement (Please Type or Print) Contractor Section I APPLICANT LEGAL NAMES(S) OF INDIVIDUAL(S) FIRM CORP HEREINAFTER REFERRED TO AS APPLICANT PHONE NO. FAX NO. STREET ADDRESS CITY

More information

MASTER PURCHASE AGREEMENT

MASTER PURCHASE AGREEMENT MASTER PURCHASE AGREEMENT This Master Purchase Agreement dated as of January 6, 2003 is by and between the County of Allegheny ( County ) and Zep Manufacturing Company, a division of Acuity Specialty Products

More information

Request for Proposal DOCUMENT SCANNING FOR LUZERNE COUNTY CHILDREN & YOUTH REF #82917RFPSO LUZERNE COUNTY PENNSYLVANIA

Request for Proposal DOCUMENT SCANNING FOR LUZERNE COUNTY CHILDREN & YOUTH REF #82917RFPSO LUZERNE COUNTY PENNSYLVANIA Request for Proposal DOCUMENT SCANNING FOR LUZERNE COUNTY CHILDREN & YOUTH REF #82917RFPSO LUZERNE COUNTY PENNSYLVANIA DUE DATE: October 12, 2017 at 4:00PM EST Luzerne County Purchasing Department Attention:

More information

BOROUGH OF HOPATCONG REQUEST FOR PROPOSALS PROFESSIONAL SERVICES

BOROUGH OF HOPATCONG REQUEST FOR PROPOSALS PROFESSIONAL SERVICES REQUEST FOR PROPOSALS PROFESSIONAL SERVICES MUNICIPAL PROSECUTOR, TAX MAP REVISION and G.I.S SERVICES, RISK MANAGER, LAND SURVEYOR, LAND USE ATTORNEY, MUNICIPAL PLANNER, MUNICIPAL ENGINEERS, MUNICIPAL

More information

Prufrex USA, Inc. TERMS AND CONDITIONS OF PURCHASE

Prufrex USA, Inc. TERMS AND CONDITIONS OF PURCHASE Prufrex USA, Inc. TERMS AND CONDITIONS OF PURCHASE 1 Contract Formation: These Terms and Conditions of Purchase (the "Terms and Conditions") apply to any purchases by Prufrex USA, Inc., its subsidiaries,

More information