COUNCIL ROCK SCHOOL DISTRICT Administration & Business Office 30 North Chan.cellor Street Newtown., PA

Similar documents
INVITATION TO QUOTE. Line item bid entries are to be entered on-line as directed (same due date) in the you received with these documents.

Centennial School District

PENN CAMBRIA SCHOOL DISTRICT 201 6th Street, Cresson, Pennsylvania DIESEL FUEL BID. Instructions/Specifications/Bid Form

Centennial School District

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233

BETHLEHEM AREA SCHOOL DISTRICT 1516 SYCAMORE STREET BETHLEHEM PA REQUEST FOR BIDS TIRES & SERVICE School Year BIDS DUE: JUNE 4, 2018

INVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233

Centennial School District

Montgomery County Intermediate Unit 2 West Lafayette Street Norristown, Pa 19401

CAMBRIA/INDIANA SCHOOLS JOINT FUEL PURCHASING CONSORTIUM. c/o PENN CAMBRIA SCHOOL DISTRICT 201 6th Street, Cresson, Pennsylvania 16630

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

INVITATION TO BID (ITB) FOR FOOD PRODUCTS ISSUE DATE: NOVEMBER 2, 2018 DUE DATE: NOVEMBER 30, 2018

COPY PAPER BID #1711. Due Date: Monday, October 17, :00 A.M.

REQUEST FOR PROPOSALS EMERGENCY MEDICAL SERVICES (EMS) CITY OF YORK

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

Document Conversion/Migration

INSTRUCTION TO BIDDERS SPECIFICATIONS PROPOSAL BLANKS LUZERNE COUNTY COURT HOUSE FOR FILE CABINETS #REF # B1CH

INVITATION TO BID FOR AIR FILTERS ITB NO: DMS-15/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES

Tulsa Community College

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

ROCK SALT FOR ICE CONTROL

ITB-PW Concrete psi with Fiber Mesh. Required Submittals

State of Florida PUR 1001 General Instructions to Respondents

RETRO REFLECTIVE GLASS BEADS

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

Bids Due: March 16, 2018

The PTC reserves the right to reject any or all bids. PTC may terminate any resulting contract upon a thirty (30) day written notice.

BIDDING DOCUMENTS FOR. Supplemental Planting-Vegetative Berms. Contract No (717)

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

TERMS AND CONDITIONS OF THE INVITATION TO BID

DATE: June 7,

Addendum No.: 1. Bid No Veterans Resource Center Remodel, Relocation, DSA Requirements. Issued June 22, 2018

00400 BID FORMS AND SUPPLEMENTS

FLORIDA KEYS MOSQUITO CONTROL DISTRICT 5224 COLLEGE ROAD STOCK ISLAND, KEY WEST, FLORIDA RFP JET A FUEL

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

REQUEST FOR PROPOSALS

LED Lighting. 3.3 Bidder shall furnish the required information typed or written in ink.

RFQ-CD Re-Bid Wildfire Underbrush Mowing. Required Submittal Packet

This is NOT AN ORDER, it is an invitation for a competitive sealed proposal.

* BID FORM. RIO BRAVO-GREELY UNION SCHOOL DISTRICT, acting by and through its Governing Board, herein called DISTRICT.

DESIGN - BUILD PROPOSAL OF

ITB-CD Re-Bid Term Contract for Code Enforcement Mowing and General Clean Up Services. Required Submittal Packet. Revised per Addendum 2

BID INVITATION. Bid Invitation

LEGAL NOTICE - ADVERTISEMENT FOR BID

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING

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

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

ATTENTION ALL BIDDERS

IMPORTANT: Please review all the Terms and Conditions outlined in the Conditions and Instructions to Bidders section of this BID.

Carpet Replacement Project Des Peres Department of Public Safety

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date.

ATTENTION ALL BIDDERS

CITY OF HOPKINSVILLE

BID ON ALUMINUM SULFATE

Town of Templeton, Massachusetts Invitation for Bids Bulk Salt/Rock Salt

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

Cherokee County Board of Commissioners

Instructions to Bidders Page 1 of 8

Contract Description; Qualifications; Proposal.

ATTENTION ALL BIDDERS

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

INSTRUCTIONS TO BIDDERS Medical Center

SECTION INSTRUCTIONS TO BIDDERS

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR PURCHASE OF DISH PANS TO REDUCE INFILTRATION AND INFLOW

RFP FLORIDA KEYS MOSQUITO CONTROL DISTRICT REQUEST FOR PROPOSALS

BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE

Invitation to Bid (ITB) For Lawn Care Services ITB No: DMS 14/ The State of Florida Department of Management Services

INVITATION FOR BIDS. The South Western School District invites sealed bids for the purchase of athletic equipment and supplies.

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

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

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

Invitation For Bid (IFB) Bid Description: Citrix Presentation Server Enterprise Edition 1 Issued: May 22, 2008 THE CITY OF TULSA, OKLAHOMA

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY BOROUGH AUDITOR

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS

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

INVITATION TO BID ITB # 13-03D Ductile Iron Pipe

Furnish Traffic Safety Cones as specified below to be F.O.B. delivered to the locations listed, on or prior to the delivery date specified.

COUNTY OF OSWEGO PURCHASING DEPARTMENT

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

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

INVITATION FOR BID Annual Water Meter Purchase

Sunnyside Valley Irrigation District

INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO: DMS-14/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES

OSWEGO COUNTY PURCHASING DEPARTMENT


BID FORM EAST LINCOLN COUNTY SEWER IMPROVEMENTS WSP # I

1. System for Award Management.

REQUEST FOR PROPOSAL Enterprise Asset Management System

INVITATION TO BID INSTRUCTIONS TO BIDDERS

Bid #15-15 Goodyear Tires

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System

NOTICE TO VENDORS CONTRACT NO IB

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

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

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

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

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)

Transcription:

COUNCIL ROCK SCHOOL DISTRICT Administration & Business Office 30 North Chan.cellor Street Newtown., PA 18940 215-944-1050 October 13, 2011 Gentlemen: Attached herewith are instructions and proposal sheets covering the requirements for Athletic Equipment - Pole Vault Landing System that wil be used within the Council Rock School District, Bucks County, Pennsylvania during the school year 2011 = 2012. Please return your bid proposal in a sealed envelope on or before 2:00 PM November 1! 2011 clearly marked "SEALED BID - Athletic Equipment - Pole Vault Landing System # 11 =48" and submit it to: Nancy McGlade Purchasing Secretary Council Rock School District Council Rock School District is an equal opportunity education institution and wil not discriminate on the basis of race, color, national origin, sex or handicap in its activities, programs or employment practices as required by Title Vi, Title IX and Section 504. For information regarding civil rights or grievance procedures, contact Mr. Mark Klein, Title ix and Section 504 Coordinator, at Council Rock Administration Offices,. For information regarding services, activities and facilties that are accessible to and usable by handicapped persons contact Chè~~I~"sJ'"ibert, Director of Special Services. Respectfuli l, RWR/njm

COUNCIL ROCK SCHOOL DISTRICT 1. Bidders are expected to examine the specifications and all instructions. Failure to do so wil be at the bidders' risk. 2. Bidder shall furnish the information required by the Bid Form. The person signing the bid must initial erasures or other changes. Bid must be signed by an authorized officer or agent of the bidding company together with proof of corporate authority and the corporate seal affixed on the appropriate page of these specifications. 3. Unit prices for each unit bid shall be shown and such price shall include all packing and shipping cost. 4. The unit price quoted shall be the net price for each item. If the bidder submits a discount for the award total contract or any part thereof, such discount wil not be considered in making the Award of the Contract. 5. Quantities as listed on the specifications are the totals for all buildings of the Council Rock School District. However, when Award of Contract is made, it wil be made in the form of purchase orders for supplies for each of the buildings of the school district and to be delivered to each of such buildings free of all charges for transportation. 6. Brand names as used in the specifications, or catalog numbers from a designated supplier, are intended to be descriptive, but not restrictive, and are used to indicate the quality and characteristics of the item unless otherwise specified. When an item is bid that is not exactly as specified, the brand name and catalog number shall be given and the description of the item must appear in the vendor's catalog under the brand name and catalog number specified. A copy of the vendor's catalog must be included with the bid. 7. Where samples for specific items are required with the bid, these items are stipulated on the pages of the detailed specifications. If further sampling is deemed necessary, the bidder wil be required to furnish the sample upon request. All samples must be plainly marked with the name of the bidder and the item number the sample represents. The bidder must prepay all charges for transportation for such samples, including drayage. 8. Bids shall be submitted to the Council Rock Business Office,, as specified in the covering letter and clearly marked "SEALED BID - Athletic Equipment - Pole Vault Landing System Bid # 11 =48" 9. In the event no bid is to be submitted, a letter advising the school district of the decision and motive as to whether future bids are desired should be sent. 10. Bids and modifications or withdrawals thereof received after the time set for opening same wil not be considered. 11. Sealed Bids wil be received until 2:00 PM on November 1! 2011 and, at that time, publicly opened in the Council Rock Business Offce,,. 12. The member, officer, or employee of the bidder, who makes the final decision on prices, as attached, must execute the Non-Collusion Affidavit, and the amount quoted on the bid. 13. The contract to furnish the supplies wil be awarded to the responsible bidder whose bid, conforming to these instructions, wil be most advantageous to Council Rock School District, price

and other factors considered. 14. When contract and purchase orders are issued to the successful bidder, the Council Rock School District reserves the right to make an award on any item less than the quantity or more than the quantity bid upon at the unit price offered. 15. The award of contract and purchase order to the successful bidder shall be deemed to result in a binding contract. 16. The successful bidder may deliver all material any time after award of contract, but shall be on or before February 29,2012. Confirm delivery at least two (2) working days prior to delivery. 17. The School District wil accept deliveries of supplies during the weekdays, Monday thru friday, between the hours of 8:00 AM and 3:00 PM. NO DELIVERIES SHALL BE MADE ON SATURDAYS, OR SUNDAYS. 18. The Board of Directors of the Council Rock School District reserves the right to make award by items, classes, groups of items or as a whole, to reject any or all bids and to waive technicaliies or formalities in their execution and filing if deemed advantageous for the Council Rock School District. The School Board also reserves the right to reject any or all material furnished which, in their opinion, is not in strict compliance and conformity with the requirements of the specifications. The bidder, at his own expense must remove and replace any article so rejected by the Board. 19. If this Bid or any portion thereof is accepted within one hundred twenty (120) calendar days from the date of opening, the successful bidder agrees to furnish all of the items upon which prices are quoted, at the price set opposite each item, delivered to the building which wil be designated on the Award of Bid and Purchase Orders, with the time specified. 20. Bidder shall submit a Bid Bond in the amount often (10) percent of the total bid or a certified, bank cashier's or treasurer's check in the amount of five (5) percent of the total bid.

INSTRUCTIONS FOR NON-COLLUSION AFFIDAVIT 1. This Non-Collusion Affidavit is material to any contract awarded pursuant to this bid. According to the Pennsylvania Anti Bid-Rigging Act, 73 P.S. SS 1611 et seq., governmental agencies may require Non-Collusion Affidavits to be submitted together with bids. 2. This Non-Collusion Affidavit must be executed by the member, officer or employee of the bidder who makes the final decision on prices and the amount quoted in the bid. 3. Bid rigging and other efforts to restrain competition, and the making of false sworn statements in connection with the submission of bids is unlawful and may be subject to criminal prosecution. The person who signed the affdavit should examine it carefully before signing and assure himself or herself that each statement is true and accurate, making dilgent inquiry, as necessary, of all other persons employed by or associated with the bidder with responsibiliies for the preparation, approval or submission of the Bid. 4. In the case of a bid submitted by a joint venture, each party to the venture must be identified in the bid documents, and an Affdavit must be submitted separately on behalf of each party. 5. The term "complementary bid" as used in the Affidavit has the meaning commonly associated with the term in the bidding process, and includes the knowing submission of bids higher than the bid of another firm, any intentionally high or noncompetitive bid, and any other form of bid submitted for the purpose of giving a false appearance of competition. 6. Failure to file an Affidavit in compliance with these instructions wil result in disqualification of the bid.

NON-COLLUSION AFFIDAVIT State of County of : s.s. I state that I am of (Title) (Name of my Firm) and that I am authorized to make this affdavit on behalf of my firm, and its owners, directors, and officers. I am the person responsible in my firm for the price(s) and the amount of this bid. I state that: 1. The price(s) and amount of this bid have been arived at independently and without consultation, communication or agreement with any other contractor, bidder or potential bidder. 2. Neither the price(s) nor the amount of this bid, and neither the approximate price(s) nor approximate amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder and they wil not be disclosed before bid opening. 3. No attempt has been made or wil be made to induce any firm or person to refrain from bidding on this contract, or to submit a bid higher that this bid, or to submit any intentionally high or noncompetitive bid or other form of complementary bid. 4. The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive bid. 5., its affliates, subsidiaries, offcers directors and employees are not currently under investigation by any governmental agency and have not in the last four years been convicted or found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract, except as follows: I state that understands and acknowledges that the above (Name of Firm) representations are material and importnt, and wil be relied on by Council Rock School District in awarding the contract(s) for which this bid is submitted. I understand that my finn understands that any misstatement in this affidavit is and shall be treated as fraudulent concealment from Council Rock School District ofthe true facts relating to the submission for this contract. SWORN TO AND SUBSCRIBED (Names and Company Position) BEFORE ME THIS DAY of,20_ Notar Public My Commission Expires

COUNCIL ROCK SCHOOL DISTRICT "OR EQUAL" FEDERAL COURT SA YS "OR EQUAL" UP TO SPECIFYING SOURCE Affirming a decision handed down by the U.S. Court of Massachusetts, the federalist circuit cour in the case of Whitten Corp. vs. Paddock, Inc., was backed up the U.S. Supreme Court, which several weeks ago refused to hear further appeals. The decision is unique in that it defines the specifying party's clear authority at the federal level where previous decisions have been in lower courts. Four major rulings regarding specifications come from this landmark decision. 1. The court ruled that proprietary specifications are not a violation of anti-trust laws. Furher the court stated that trained professional -- specifiers -- make informed judgments on products that they feel best serve their client's needs. TECHNICALLY, FEW BRANDS OF MATERIALS OR EQUIPMENT ARE EXACTL Y ALIKE, AND IF THE SPECIFIED WANTS TO LIMIT THE SPECIFICATION TO ONE SOURCE HE HAS THE RIGHT TO DO SO AND ENFORCE IT. 2. The court rules that OTHER SUPPLIERS OR MANUFACTURERS CAN QUALITY AS "OR EQUAL" ONLY WHEN THE SPECIFIER CHOOSES TO WAIVE SPECIFICATIONS OR PERMIT THOSE SUPPLIERS OR MANUFACTURERS TO BID. However, it clearly stated that the specifying source is charged with the responsibilty and judgment for determining whether a proposed substitution is an "Or Equal". Further, where "Or Equal" is not stated in the specifications, it is stil the specifying source's decision as to what products do or do not quality as "Or Equal". 3. THE COURT STATED THAT THE SPECIFIER "...MAY WAIVE SPECIFICATIONS IN ORDER TO OBTAIN A MORE DESIRABLE PRODUCT FOR THE CLIENT". The Ìlúplication is again that only the specifier (from star to finish of the construction process) can ultimately decide that another desirable product is available in lieu of the product originally specified in the client's best interest. 4. THE COURT CONCLUDED, "THE BURDEN IS ON THE SUPPLIER OR MANUFACTURER WHO HAS NOT BEEN SPECIFIED TO CONVINCE THE SPECIFIER PROJECT". This is probably one of the most powerful cour judgments in construction law history to come down the road - IN THAT THE JUDGMENT NOW ESTABLISHES THE SPECIFIER'S LEGAL RIGHT TOWARD BRAND SELECTION. It should also merit very important better quality product and thereby get paid the necessary price to stay viable with it.

Council Rock School District BID PROPOSAL Athletic Equipment - Pole Vault landing System Bid #1148 We have examined your specifications, fully understand and accept all their terms and -conditions, and submit the following prices. Qty Description Unit Price 1 Gill Athletics Essentials Pole Vault Landing System VB-1273090; meets National Federation of High School Sports requirements, includes recommended preferred landing zone; Essentials employs a skirted mesh top that holds the units together for a snug fit; color/royal blue; 5 year limited warranty. SIZE: 19'9" x 20'2" x 26" H; Color: Blue 1 Weather Cover 26"; VB-1273106 for above Landing System; Color: Blue Authorized Signature Position with Firm Name of Firm Affix Corporate Seal Attest: Address of Firm City State Zip Code Telephone Number Fax Number E-mail address