TOWN OF LINCOLN INVITATION TO BID 2018 TOWN CALENDAR RFP #

Similar documents
Town of Lincoln Request for Proposals RFP# Appraisal Request for Real Properties

County Tax Sale PLEASE MARK YOUR ENVELOPE "SEALED BID # RETURN ONE (1) ORIGINAL AND THREE (3) COPIES TO:

Fred Maxon Gail VanLinder Mary Watson Purchasing Director Purchasing Clerk Purchasing Clerk

Town of Manchester, Connecticut. General Services Department. Request for Qualifications Approved Real Estate Appraiser List RFQ No.

CITY OF ROCHESTER, NEW HAMPSHIRE INVITATION TO BID

INFORMATION FOR VENDORS DOING BUSINESS WITH THE CITY OF CORAL SPRINGS, FLORIDA FINANCIAL SERVICES DEPT

New 2017 Fairway Deep Tine Aerifier

CARLSBAD MUNICIPAL SCHOOLS INVITATION TO SUBMIT SEALED BID. BID # SAXON PHONICS NIGP Code: 78587

REQUEST FOR PROPOSALS

Invitation For Bid IFB 2895

CITY OF GAINESVILLE INVITATION TO BID

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES NOTICE TO BIDDERS

CHAPTER 304 TOWN OF SCARBOROUGH PURCHASING POLICY

COUNTY OF TANEY, MISSOURI

INVITATION TO BID. Outdoor Slide with Trailer for use at the North Little Rock Parks and Recreation Funland Amusement Park

REQUEST FOR PROPOSAL. Request Number

Prepared by Office of Procurement and Real Property Management. This replaces Administrative Procedure No. A8.215 dated November 2012 A8.

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES

Teaching today s learners for tomorrow s challenges

Chapter 8. Competitive Sealed Bidding: Addenda, Modifications, and Withdrawals

CITY OF ROCHESTER, NEW HAMPSHIRE INVITATION TO BID

ADDENDUM NO. 4. Modification to Part I, Section 2.0, Item J of the Project Book

INVITATION FOR BID Bid # 1021 EMS Ballistic Vests

Public Notice. Invitation to Bid Precast Concrete Box Culvert Purchase

Town of Caroline. Town Hall Exterior Painting Project

M.G.L. c. 30B Bidding Basics

OSWEGO COUNTY PURCHASING DEPARTMENT

Proposals are due by November 6, 2013 at 2 pm and will be considered for award by the Board of Selectmen on November 13, 2013.

NOTICE OF AVAILABILITY

Commercial and Industrial Revaluation. Lincoln County Tax Department. RFP # Commercial/Industrial Tax Appraisal

Town of Waldoboro ADMINISTRATIVE POLICY

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

INVITATION TO BID CITY OF WINSTON-SALEM

Public Notice. Invitation to Bid 2017 PRECAST CONCRETE BOX CULVERTS

Invitation for Sealed Bids

VALLEY TOWNSHIP ALLEGAN COUNTY, MICHIGAN MATERIALS COLLECTION AND DISPOSAL SERVICE

REQUEST FOR PROPOSAL BANKING SERVICES FOR HOWELL TOWNSHIP, NEW JERSEY

SPECIFICATIONS FOR. Birthing Simulator Lake Land College District Number 517 Mattoon, Illinois PROJECT NO Bid Date: June 15, 2017

Chapter 9. Competitive Sealed Bidding: Evaluating Bids

Surplus Sale of Property Located at 4402 Highway 24 Bourg, Louisiana

BID SPECIFICATIONS OF THE CITY OF LAREDO FOR THE PUBLIC SALE OF

COUNTY OF EL DORADO, CALIFORNIA DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

Broken Arrow Public Schools Independent School District NO S Main Street Broken Arrow, OK Phone (918)

Peninsula Township Requests for Proposal For Tree Removal at a Municipal Site

DALE COUNTY BOARD OF EDUCATION OFFICE OF SUPERINTENDENT DALE COUNTY GOVERNMENT BUILDING 202 S HWY 123, SUITE E. OZARK, ALABAMA

PERRY CITY UTAH REQUEST FOR PROPOSALS REAL ESTATE BROKER SERVICES

Town of North Castle New York REQUEST FOR PROPOSALS REAL ESTATE BROKER SERVICES

A. The purpose of this policy is to establish purchasing guidelines. This policy is applicable to all purchasing for the City of Moscow Mills.

SALE OF OBSOLETE/SCRAP VEHICLES TO BE SOLD AS ONE (1) LOT

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO /16. Sale of 1978 Mack Fire Truck. BID OPENING: June 10, 2016 at 11:00 a.m.

CALL FOR TENDER. Demolition and Removal of Vacant House, Foundation, and Decommissioning of Septic System. Tender AP

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

COUNTY OF EL DORADO, CALIFORNIA COMMUNITY DEVELOPMENT SERVICES DEPARTMENT OF TRANSPORTATION NOTICE TO BIDDERS

GENERAL INFORMATION AND SPECIFICATIONS FOR PROSPECTIVE CONTRACTORS SUBMITTING QUALIFICATIONS FOR 2019 CONTRACT FOR POSITION OF TOWNSHIP ENGINEER

Township of Salisbury Lehigh County, Pennsylvania REQUEST FOR PROPOSALS EMERGENCY SERVICES COMPREHENSIVE REVIEW

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid: HYDRATED LIME

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

SURPLUS PROPERTY BID PACKAGE

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

Contracts and Purchasing. Contracts and Purchasing. Competitive Bid Law Legal Authority for Boards. AASBO Certificate Program April 21 and 22, 2014

Invitation to Bid #12/13-09

City of Keller Glossary of Procurement Terms. Addendum: A written change to a Bid, Quote, RFQ, or RFP during the solicitation process.

City of Milton P.O. Box 909 MILTON, FL Phone: (850) Fax: (850)

BOARD OF TRUSTEES JEFFERSON TOWNSHIP, MONTGOMERY COUNTY, OHIO RESOLUTION NO 16-38

CHAPTER 34 BUILDING REGULATIONS

INVITATION FOR BID ROANOKE REGIONAL AIRPORT COMMISSION. January 29, 2019 at 2:00 P.M. in person, or by mail/carrier

SPECIFICATIONS AND PROPOSAL FOR GENERAL BANKING SERVICES FOR THE TOWNSHIP OF DEERFIELD September 1, 2013 August 31, 2016

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Graphic Design Training Services. office. 301 West Railroad Weslaco, Texas 78596

RFB # RV SALE OF SURPLUS PROPERTIES BID PACKAGE

REQUEST FOR PROPOSALS Professional Engineering Services for Lift Station In the Rural Municipality of Wellington

Abatement and Management Office Demolition at Parks Place IFB Number

REQUIREMENTS FOR CONSTRUCTION AND CONSTRUCTION RELATED CONTRACTS WITH VALUES OF LESS THAN $200,000

Charleston County School District. Procurement Services

DIVISION 2. PURCHASES, CONTRACTS AND SALE OF PROPERTY* Sec Purchasing agent. Sec Purchase and contractual requirements generally.

Project Manual. For. September 26, 2017

F A N N I N C O U N T Y, T E X A S

WYOMING COUNTY VETERAN SERVICES BID FOR PURCHASE OF A NEW 2019 MINI VAN APRIL 29, 11:00 AM IN THE WYO. CO. BOARD OF SUPERVISORS COMMITTEE ROOM

VILLAGE OF MUNDELEIN NORTH LAKE STREET FAÇADE IMPROVEMENT PROGRAM ARCHITECTURAL DESIGN SERVICES

RFB #RV SALE OF SURPLUS PROPERTIES CHARTER SCHOOL BID PACKAGE

CITY OF ADA, PURCHASING 512 North Stockton Street Ada, Oklahoma / x256 Fax 580/ BID NOTICE.

COUNTY OF COLUSA SHERIFF OFFICE

INVITATION FOR BIDS For a Lowboy Trailer (CIP# AEQ1702)

BID PROPOSAL FORMS FOR THE SALE OF REAL PROPERTY LOCATED IN THE CITY OF CORONA IN THE COUNTY OF RIVERSIDE

Chapter 5. Competitive Sealed Bidding: Procedure

EAST BATON ROUGE REDEVELOPMENT AUTHORITY ADMINISTRATIVE POLICY PROCUREMENT CONTRACTING AND DBE POLICY FOR FEDERALLY FUNDED PROJECTS.

Only Bidders that complete and return the enclosed Acknowledgement of Receipt Form will receive addendums, if issued.

PROCUREMENT POLICY PURCHASING GUIDELINES CONTRACT AND SURPLUS AUTHORITY

Broken Arrow Public Schools Independent School District NO S Main Street Broken Arrow, OK Phone (918)

BID SPECIFICATIONS AND LEASE AGREEMENT DOCUMENTS FOR BID NO LEASE-PURCHASE GOLF COURSE MOWERS AND UTILITY VEHICLES FOR THE CITY OF FAIRHOPE

COUNTY OF OSWEGO PURCHASING DEPARTMENT

Request for Bids (RFB) Packet #120-14

ROAD PAVING/BITUMINOUS CONCRETE

TRAFFIC MARKING PAINT & BEADS DURING 2019

REQUEST FOR PROPOSALS (RFP) FOR THE SALE OF REAL PROPERTY BY THE VILLAGE OF STICKNEY, ILLINOIS. Village Of Stickney. Attn: Office Of The Village Mayor

VILLAGE OF SCARSDALE 1001 POST ROAD SCARSDALE, NEW YORK SOLICITATION OF SEALED BIDS FOR 32 FERNCLIFF ROAD SCARSDALE, NEW YORK 10583

LISTING AND SALE OF NEIGHBORHOOD STABILIZATION PROGRAM HOMES TOTAL OF 10 + HOMES TO BE LISTED ONCE REHABILITATED

INVITATION TO BID. SURPLUS RAIL COAL CARS Quantity: Up to 260 Available * Rotary Aluminum Gondolas * Manufactured in 2009

ITB NO INVITATION TO BID SALE OF 36 PASSENGER BUS BIDS DUE SEPTEMBER 6, 2017 AT 2:00 PM

COUNTY OF OSWEGO PURCHASING DEPARTMENT

Transcription:

TOWN OF LINCOLN INVITATION TO BID 2018 TOWN CALENDAR RFP #2018-07 Sealed bids are due by 10:00 a.m. on Friday, October 20, 2017 Bid Specs are available online at: http://www.lincolnri.org/departments/list/purchasing.php#mobiletarget or can be picked up at: Lincoln Town Hall 100 Old River Road Lincoln, RI 02865 Hours 8:30 am 4:30 pm

TOWN OF LINCOLN INVITATION TO BID 2018 TOWN CALENDAR RFP #2018-07 The Town of Lincoln seeks bids for printing services of our 2018 Town Calendar. Sealed bids, in duplicate, clearly marked Town Calendar will be accepted in the office of the Finance Director, 100 Old River Road, Lincoln, RI 02865. Bids will be opened publicly in the Town Council Chambers at Lincoln Town Hall, 100 Old River Road, Lincoln, RI on Friday, October 20, 2017, at 10:00 a.m. Specifications are available at the Finance Office between the hours of 8:30 a.m. and 4:30 p.m. weekdays or online at www.lincolnri.org. The Town of Lincoln reserves the right to accept or reject, without prejudice, any or all proposals or to waive any irregularities therein, or to accept the proposal deemed to be in the best interest of the Town of Lincoln. Individuals requesting interpreter service for hearing impaired must request such service 48 hours in advance of the scheduled opening. John Ward Finance Director Town of Lincoln, RI

Town of Lincoln, Rhode Island Invitation to Bid Professional Printing Services RFP #2018-07 The Town of Lincoln, Rhode Island is soliciting bids from qualified companies to provide professional printing services for the production of our annual Town Calendar. The selected company must perform services and deliver the product no later than December 18, 2017. The Town will assign one contact person to assist in the production of the annual calendar. The Town of Lincoln reserves the right to accept or reject, without prejudice, any or all bids or to waive any irregularities therein, or to accept a bid deemed to be in the best interest of the Town of Lincoln. 1.0 scope of Services The following is a list of the requirements. Quantity 5000 Calendars Stock: Text 80# gloss text Cover 80# gloss cover Ink: 4 color process all pages Number of pages: 32 text plus 4 page cover (36 total pages) Finished size: 8 ½ x 11 Binding: Saddle stitched Drill hole: One 1/8 drill hole for hanging Bleeds on front cover only Software: PageMaker 7.0 with all photos, text and layout on disk to be supplied by the Town 2.0 Project Schedule The Town requires that the performance of this contract be completed and submitted to the Town no later than December 18, 2017. 3.0 Submission Two (2) copies of the bid shall be submitted no later than 10:00 a.m. on Friday, October 20, 2017. To: John Ward, Finance Director C/o Town of Lincoln, Rhode Island 100 Old River Road P.O. Box 100 Lincoln, Rhode Island 02865

BID PROPOSAL TO: JOHN WARD, FINANCE DIRECTOR TOWN OF LINCOLN 100 OLD RIVER ROAD P.O. BOX 100 LINCOLN, RI 02865 WE, THE UNDERSIGNED, PROPOSE TO FURNISH TO THE TOWN OF LINCOLN: 5,000 Calendars PER ATTACHED SPECIFICATIONS FOR THE PRICE(S) STATED BELOW: PRICE IN WORDS: PRICE IN FIGURES: DELIVERY: CALENDAR DAYS ARO. ACKNOWLEDGEMENT OF ADDENDA: DID YOU DEVIATE FROM THE SPECIFICATIONS IN ANY WAY: YES NO (IF YES, YOU MUST SUBMIT DETAILED DESCRIPTIONS OF ALL DEVIATIONS) BY: (SIGNATURE) (COMPANY NAME) (PRINT NAME AND TITLE) (ADDRESS) (DATE) (TELEPHONE)

TOWN OF LINCOLN GENERAL SPECIFICATIONS 1. RECEIPT AND OPENING OF PROPOSALS Sealed bids (proposals) will be accepted in the Office of the Finance Director, Town Hall, Lincoln, RI, until the time indicated on the attached advertisement for bids, for the commodities, equipment, or services listed in the specifications, and will be then publicly opened and read at the prescribed time in the Town Hall Council Chambers. 2. FORM OF BID Proposals shall be submitted in duplicate or as indicated in ad on form provided, with supplemental information, drawings, warranties and other required documentation, literature and material to be provided, with the bid, on the bidders own form. 3. SUBMISSION OF BIDS a. Envelopes containing bids must be sealed and addressed to the Finance Director, Town Hall, 100 Old River Road, P.O. Box 100, Lincoln, RI 02865 and must be marked with the name and address of the bidder, date and hour of opening, and name of item in bid call. b. The Purchasing Agent will decide when the specified time has arrived to open bids, and no bid received thereafter will be considered. c. Any bidder may withdraw his bid by written request at any time prior to the advertised time for opening. Telephone bids, amendments, or withdrawals will not be accepted. d. Unless otherwise specified, no bid may be withdrawn for a period of thirty (30) days from time of bid opening. e. Negligence on the part of the bidder in preparing the bid confers no rights for the withdrawal of the bid after it has been opened. f. Proposals received prior to the time opening will be securely kept, unopened. No responsibility will be attached to an officer or person for the premature opening of a proposal not properly addressed and identified. g. Any deviation from the specifications must be noted in writing and attached as part of the bid proposal. The bidder shall indicate the item or part with the deviation and indicate how the bid will be deviated from specifications.

4. RHODE ISLAND SALES TAX The Town is exempt from the payment of the Rhode Island Sales Tax under the 1956 General Laws of the State of Rhode Island, 44-18-30, Paragraph 1, as amended. 5. FEDERAL EXCISE TAXES The Town is exempt from the payment of any excise tax or federal transportation taxes. The price bid must be exclusive of taxes and will be so construed. 6. QUALIFICATION OF BIDDERS The Town may make such investigations as it deems necessary to determine the ability of the bidder to perform the work. The bidder shall furnish the Town with all such information and date for the purpose as may be requested. 7. ADDENDA AND INTERPRETATIONS No interpretation on the meaning of the plans, specifications or other contract document will be made to any bidder orally. Every request for such interpretations should be in writing addressed to the Town of Lincoln, Office of the Finance Director, 100 Old River Road, P.O. Box 100, Lincoln, RI 02865 and to be given considerations must be received at least seven (7) days prior to the date fixed for the opening of the bids. 8. DELIVERY All bids are to be FOB to the Town of Lincoln, 100 Old River Road, Lincoln, RI. No extra charges for delivery, handling or other services will be honored. Only inside delivery and set-up, where required, will be accepted. The vendor must notify the town of Lincoln 24 hours prior to delivery. All claims for damage in transit shall be the responsibility of the successful bidder. The Town will not make payment on damaged goods, they must be replaced or adjustments made at the option of the Town. The Town of Lincoln is only represented by the Finance Director in these matters and that division, or its appointed representative or agent, shall be the only entity to negotiate any settlements. Deliveries must be made during normal working hours. 9. BID SECURITY Only when requested, each bid must be accompanied by bid security in the form of a certified check, cashier s check, treasurer s check or bid bond in the amount of five percent (5%) of the total bid.

NOTICE TO VENDORS 1. Contracts shall be awarded by the Town council to the lowest responsible bidder. In determining lowest responsible bidder, in addition to price, the Town Council may consider: a. The ability, capacity and skill of the bidder to perform the contract or provide the service required; b. Whether the bidder can perform the contract or provide the service promptly or within the time specified without a delay or interference; c. The character, integrity, reputation, judgment, experience and efficiency of the bidder; d. The quality of performance of previous contracts or services; e. Previous and existing compliance by the bidder with laws and ordinances relating to the contract or service; f. The sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service; g. The quality, availability and adaptability of the supplies or contractual services to the particular use required; h. The ability of the bidder to provide future maintenance and service for the use of the subject contract; i. The number and scope of conditions attached to the bid. 2. No proposal will be accepted if made in collusion with any other bidder. 3. A bidder who is an out-of-state corporation shall qualify or register to transact business in this State, in accordance with RI General Laws (as amended), Sections 7-1.1-99. 7-1.1-105, and 7-1.1-106. 4. The Town of Lincoln reserves the right to reject any and all bid(s). 5. In determining the lowest responsible bidder, cash discounts for payment less than thirty (30) days will not be considered. 6. Where prices are the same, the Town of Lincoln reserves the right to award to one bidder, or to split the award.

7. Competitive prices may be obtained by all bidders attending formal bid opening. After a reasonable lapse of time, tabulation bids may be seen by applying in person at the Finance Department. Telephone or written requests for the above will not be honored. 8. As the Town of Lincoln is exempt from the payment of Federal Excise Taxes and Rhode Island Sales Tax, prices quoted are not to include these taxes. 9. In case of error in the extension of prices quoted, the unit price will govern. 10. The contractor will not be permitted to either assign or underlet the contract nor assign either legally or equitable any monies hereunder, or its claim thereto without the previous written consent of the Finance Director. 11. Delivery dates must be shown in your bid. If no delivery date is specified, it will be assumed that an immediate delivery from stock will be made. 12. A certificate of insurance may be required of a successful vendor. 13. Bids may be submitted on an equal in quality basis. We reserve the right to decide equality. Bidders must indicate brand or the make being offered and submit detailed specifications if other than brand requested. 14. All vendors doing business within the Town are subject to the requirements as stated in the Code of Ethics as established by the town Ordinance No. 92-15 (9/22/92). 15. For contracts involving construction, alteration and/or repair work, the provisions of State Labor Laws concerning payment of prevailing wage rates apply. (See RI General Laws Section 37-13-1 et seq, as amended.) 16. No goods should be delivered or work started without a Purchase Order. 17. The Town requests that you submit one original and one copy of your bid. 18. Compensation to the contractor for professional services shall be based upon and measured by the following elements which are set forth below: The successful bidder will submit to the Town of Lincoln an invoice for each completed project no later than the 2 nd week of every month. This invoice will then be added to the Town Council agenda; the Council meeting is the 3 rd Tuesday of every month. Following the review and acceptance of the Invoice by the town Council, a payment will be made to the Contractor within 30 days.

Additional Work: If, during the performance of this Agreement, other or additional services are required for this contract, the Town may order the contractor to perform such additional services; payment to the Contractor for the same shall be as provided above. In order to be eligible for payment for additional services, Contractor must receive, prior to commencement of work, authorization from the town of Lincoln. Abandonment of Project. If the Town of Lincoln shall at any time during the performance of this Agreement, deem it necessary for the town to abandon or involuntarily defer the work under this Agreement, the contractor shall be entitled to compensation for any work uncompensated, work performed prior to such time. Or compensation shall be withheld if the Town deems the work performed of poor quality Termination. In the event that either party shall default in its obligations to perform in accordance with this Agreement, the other party may demand, in writing to terminate this Agreement by giving 48 hours written notice.