LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

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

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

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING

5.; <. (3. ; 5 )$ )!!,5. 2*3 = ( ; ;. ( 5

REQUEST FOR BIDS FOR AUTOMOTIVE EQUIPMENT RFB # AVC2016/

McCRACKEN COUNTY BOARD OF EDUCATION

TERMS AND CONDITIONS OF THE INVITATION TO BID

ALEXANDRIA HOUSING AUTHORITY P.O. Box 8219 Alexandria, Louisiana Phone (318) Fax (318)

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

AUTOMOTIVE STORAGE FACILITY BID F-460 Bid Deadline September 15, 2:00 p.m.

REQUEST FOR BID. Bid Number Softball Field Netting Barrier Orange Coast College

REQUEST FOR QUALIFICATIONS FOR PEER REVIEW AND ON-CALL CONSULTING ENGINEER SERVICES FOR PLANNING & DEVELOPMENT

PUBLIC WORKS DEPARTMENT DELLA STREET SANITARY SEWER REHABILITATION PROJECT NO. M17025

SECTION A - INSTRUCTIONS

San Francisco Unified School District CUPCCAA PROJECT <$45K - $175K>

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

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

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

LAKE METROPARKS SPEAR ROAD CONCORD TWP., OHIO THE PRINTING OF LAKE METROPARKS PARKS PLUS! QUARTERLY PUBLICATION BID #

CUPCCAA Project Packet. 825 Shotwell Street. San Francisco, CA Bid Date:02/09/2016

COUNTY OF OSWEGO PURCHASING DEPARTMENT

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

DATE: June 7,

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

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

Bid Submittals: Responses must be submitted to: Hand Delivery, FedEx, UPS, other. Pomona, CA Pomona, CA 91766

TO ALL PROSPECTIVE BIDDERS:

PUBLIC WORKS DEPARTMENT POLICE DEPARTMENT UNDER FREEWAY PARKING LOT IMPROVEMENTS PROJECT NO. PW1621

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

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

REQUEST FOR PROPOSAL Enterprise Asset Management System

LEGAL NOTICE - ADVERTISEMENT FOR BID

INSTRUCTIONS TO BIDDERS Medical Center

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

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

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

Request for Bids (RFB) Fire Extinguisher Services (Service/Price Agreement)

Sunnyside Valley Irrigation District

ATTENTION ALL BIDDERS

SOLICITATION # EATONTON-PUTNAM SENIOR CITIZEN CENTER CONGREGATE MEALS PROGRAM

PUBLIC WORKS DEPARTMENT POLICE DEPARTMENT UNDER FREEWAY PARKING LOT IMPROVEMENTS PROJECT NO. PW1621

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

REQUEST FOR BID 3D PRINTER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2017-B02

Folsom Cordova Unified School District

Cherokee County Board of Commissioners

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

Carpet Replacement Project Des Peres Department of Public Safety

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

SPECIFICATIONS. Autoclave/Sterilizer FOR. Lake Land College District Number 517 Mattoon, Illinois PROJECT NO Bid Date; May 22, 2018

TABLE OF CONTENTS DEFINITION NOTICE INVITING BIDS INSTRUCTIONS TO BIDDERS PROPOSAL BID PROPOSAL Part 1 NON-COLLUSION AFFIDAVIT Part 1 UNIT PRICE LIST

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

RETRO REFLECTIVE GLASS BEADS

Public Notice Advertisement for Bids

WESTERN HEIGHTS SCHOOL DISTRICT

SAMPLE. It is agreed that this proposal may not be withdrawn within a period of thirty (30) days after the date set for the opening thereof.

SPECIFICATIONS AND CONTRACT DOCUMENTS FOR THE TO FURNISH PRE-ENGINEERED STEEL BUILDING

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

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

ROCK SALT FOR ICE CONTROL

CITY OF WESTERVILLE WATER DIVISION. Contract Bid Documents and Specifications for 2016 WATER METERS. Bid Opening Thursday, March 3, :00 PM

Tulsa Community College

INVITATION TO BID MAIL DATE: 06/20/2013

ITB-PW Concrete psi with Fiber Mesh. Required Submittals

INVITATION FOR BID Annual Water Meter Purchase

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.

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

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

Saddles for Sale RFSB # N

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

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

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

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

PUBLIC WORKS DEPARTMENT

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

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

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

ATTENTION ALL BIDDERS

BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE

The Arlington Heights Park District reserves the right to waive any informality in the quotes received according to its own judgment.

CITY OF NORTH LAS VEGAS BID PROPOSAL., (hereinafter called Bidder)* a *, organized and existing under the laws of the State of

REQUEST FOR PROPOSAL Police Department Roof System Renovation

INVITATION TO BID. City of Fort Oglethorpe POLICE DEPARTMENT 900 City Hall Drive Fort Oglethorpe, Georgia Phone: Fax:

BID ON ALUMINUM SULFATE

BERKELEY COUNTY WATER & SANITATION SOLID WASTE MANAGEMENT FACILITY COMPETITIVE SEALED BID

INVITATION TO BID ISSUE DATE: Nov. 16, 2017 BID REQUESTED:

Request for Proposal 2019 Calendar Year

ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT # North Orlando Smith Road Oglesby, Illinois Passenger Shuttle Bus - Bid # PR-08-13

Document Conversion/Migration

BOROUGH OF HOPATCONG REQUEST FOR PROPOSALS PROFESSIONAL SERVICES

Sealed Bid, Sweeper Brooms & Parts Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

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

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)

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

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

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

1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB # V

COVER PAGE. Bid Proposal # Ready Mix Concrete

ATTENTION ALL BIDDERS

Competitive Solicitation Invitation To Negotiate ENGLISH AS A SECOND LANGUAGE (ESL) SERVICES

Transcription:

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 SCHOOL DISTRICT -- -- -- -- -- -- -- -- INSTRUCTIONS TO BIDDERS 1. Proposals: Proposals (bids), to receive consideration, should be made in accordance with the following instructions: A. Proposals shall be made on the form provided by the District, a copy of which is included in these bid documents. All items on the form should be filled out; numbers should be stated both in writing and in figures and the signatures of all individuals must be in longhand. All prices and notations must be typed or written in ink; bids must not be written in pencil. Mistakes may be crossed out and correction inserted adjacent; but the person signing the proposal should initial the correction in ink. A person must sign the bid or persons duly authorized to sign the bid on behalf of the bidder. The completed form should be without interlineations, alterations, or erasures. B. Proposals shall not contain any recapitulation of the work to be done. C. Should a bidder find discrepancies in or omissions from the documents, or should he be in doubt as to their meaning, he should at once notify the District s representative, Anthony Martinez, amartinez@lusd.net, who will send written addendum to all bidders, if necessary. District will not be responsible for any instructions. No interpretations will be issued later than three (3) days prior to the date set for the opening of bids so that all inquiries can be answered in writing and distributed to all bidders in the form of addenda to the contract in ample time before the bid opening date. D. All addenda or bulletins issued during the biding period are to be included in the proposal, and they will become a part of the contract for the project. F. Proposals shall be addressed to the District and shall be delivered to the district enclosed in an opaque sealed envelope, addressed to the Associate Superintendent Business Services, and marked Proposal. Each envelope shall bear the title of the work and name of the bidder. No telephonic or telegraphic bids or amendments to bids shall be effective. The bid opening and hand delivery of bids on the day of the bid opening shall take place at and be made to the Associate Superintendent Business Services. It is the sole responsibility of the bidder to see that his bid is received in proper time. Any bid received after the scheduled closing time for receipt of bids will be returned to the bidder unopened. G. All items must have a vendor product number on the bid form. 2. Withdrawal of Proposals: Proposals may be withdrawn personally, by written request, or by telegraphic request prior to the time fixed for opening of proposals. 3. Opening of Proposals: Proposals will be opened and read at or about the time set in the advertised Notice Inviting Bids. Bidders, or their representatives, and other interested persons may be present at the opening of proposals.

Instructions to Bidders Page 2 4. Award or Rejection of Bids: The contract, if awarded, will be awarded to the lowest responsible bidder based on the lowest total bid or lowest bid for individual supplies received and in compliance with these instructions and the advertised Notice Inviting Bids, provided his bid is reasonable and it is to the interest of the District to accept it. The competency and the responsibility of bidders and of their proposed subcontractors will be considered in making the award of contract. Any bidder before being awarded a contract may be required to furnish evidence satisfactory to the District that he and his proposed subcontractors have sufficient means and experience in supplying the product to assure completion of the contract in satisfactory manner. The District reserves the right to reject the bid of any bidders who has previously failed to perform properly or to complete on time contracts with the District of a nature similar to this project. The District reserves the right to reject any or all bids or alternates and waive any informality or irregularity in the bids or in the biding. 5. Form of Contract: The form of contract, which the successful bidder will be required to execute, if awarded the bid, is a District Purchase Order referencing Bid specifications and other contract documents, which is set forth herewith. 6. Equals: Pursuant to section 3400 of the Public Contract Code, any item or requirement calling for a designated material, product, thing, or service by specific brand or trade name shall be construed as being followed by the words or equal so that bidders may furnish any material, product, thing or service which is in all respects equal to the item specified, including but not limited to size, quality, guarantees, materials. The proposal equal must in all respects be equal to or better than the item for which it is proposed to be substituted. 7. Anti-Discrimination: The successful bidder shall not discriminate against any employee or applicant for employment because of race, creed, color, national origin or ancestry, handicap, marital status or sex. The contractor will comply with all provisions of Executive Order No. 10925 of March 6, 1961, as amended, and all rules, regulations and relevant orders of the President s Committee on Equal Employment Opportunity created thereby. The Contractor shall also comply with the California Fair Employment and Housing Act (Gov. Code, #12900 et. seq.). 8. Federal or State Regulations: The bidder s proposal and any contract entered into are subject to all applicable statutes of the United States or of the State and all applicable regulations and orders of the Federal or State Governments now in effect or which shall be in effect during the period of such contract. 9. Familiarity with Materials: All bidders must be familiar with the materials/or equipment to be used, and bidders must be approved by the manufacturer. 10. Delivery: Time and manner of delivery are essential factors in proper performance under the contract. The contractor shall be responsible for delivery and shall pay all cost, including drayage, freight and packing, for delivery F.O.B location specified on the purchase order. Each item shall be securely and properly packed, and clearly marked as to contents. All shipments shall be accompanied by a packing slip, and the District purchase order number shall appear on all cases and packages.

Instructions to Bidders Page 3 11. Invoices and Payments: Unless otherwise specified, the bidder shall render invoices in triplicate for services delivered under the contract, to Lincoln Unified School District, Attention: Accounts Payable, 2010 W. Swain Road, Stockton, CA 95207. Invoices shall be submitted immediately in a form acceptable to the District, under the same firm name as shown on the contract. The bidder shall list separately any taxes payable by the District. All invoices shall reference District purchase order number. 12. Default by Bidder: The District shall hold the bidder responsible for any damages which may be sustained because of failure or neglect of the bidder to comply with any terms or conditions listed herein. If the bidder neglects to provide services listed herein at the prices specified or otherwise fails or neglects to comply with the terms of the contract, the District may upon written notice to the bidder, cancel the contract in its entirety or cancel or rescind any or all items affected by such default. 13. Termination: The Lincoln Unified School District (District) reserves the right to terminate the referenced Bid and all documents associated with the Bid, in its sole discretion at any time, with or without cause, upon written notice to the other party. In the event of termination, notice shall be deemed served on the date of mailing and shall be effective immediately. The District shall not be responsible for any costs to Bidder prior to termination.

NONCOLLUSION AFFIDAVIT Chromebook Bid State of California ) )ss. County of ) (Name), being first duly sworn, deposes and says that he/she is (title) of the (Co. Name) party making the attached bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of, 20 at California. Date: Signature of Bidder Subscribed and sworn to (or affirmed) before me on this day of, 2013, by, proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature of Notary

LINCOLN UNIFIED SCHOOL DISTRICT -- -- -- -- -- -- -- -- SPECIFICATIONS BID FORM Bid ad dates: November 15 and 20, 2013 Questions due by: November 22, 2013, 3:00pm Final Addendum: November 26, 2013 Bid Opening: December 3, 2013, 2:00pm Chromebook: Quantity: 735 Samsung Chromebook XE303C12 or equivalent Exynos 5 1.7 GHz Chrome OS 16 GB Flash 2 GB RAM 11.6" wide 1366 x 768 / HD silver Price Each: $ X 735 = $ License: Quantity 735 ACAD Google ChromeOS MGT LIC + SUP 3Y Price Each: $ X 735 = $ Cart: Quantity: 21 Anthro ADV Chromebook Charger Cart 36-U Price Each: $ X 21 = $

Lincoln Unified School District Chromebook Bid Form, page 2 Total Bid: $ Total Amount Proposal Written in Words: dollars Amount Written in Words. In the evaluation and award of this proposal, the total amount proposal as written in words will be considered. Where there is a discrepancy between words and figures, WORDS WILL GOVERN. Where there is a discrepancy between item unit price and extended total, UNIT PRICE WILL GOVERN Signature: Date: The person above must be authorized to negotiate and sign the terms and conditions of any agreement between vendor and Lincoln Unified School District. Name Title Company Address City, State, Zip Phone Fax Cell phone E-mail Include other important contact info: