CITY OF GAINESVILLE INVITATION TO BID

Size: px
Start display at page:

Download "CITY OF GAINESVILLE INVITATION TO BID"

Transcription

1 CITY OF GAINESVILLE INVITATION TO BID BID No ANNUAL CHEMICAL BID Bid Release: 12/14/18 Bid Due Date: 01/10/19 Postal Return Address: Courier Delivery Address: City of Gainesville City of Gainesville Purchasing Office Purchasing Office 757 Queen City Parkway 757 Queen City Parkway Gainesville, GA Gainesville, GA 30501

2 City of Gainesville Invitation to Bid BID No Annual Chemical Bid Sealed Bids will be received by the City of Gainesville, Attn: Amy Smith, 757 Queen City Parkway, Gainesville, GA until 2:00 P.M., 01/10/19, for the Purchase of Annual Chemicals. OVERVIEW The City of Gainesville, Georgia (Hereafter also referred to as The City ) seeks Bids to provide Chemicals for its - (a) Riverside Water Treatment Plant, 2120 Riverside Drive, Gainesville, GA (b) Lakeside Water Treatment Plant, 5640 Jim Crow Road, Flowery Branch, GA (c) Flatcreek Water Reclamation Facility, 2641 Old Flowery Branch Rd., Gainesville, GA and (d) Linwood Water Reclamation Facility, 500 Linwood Drive, Gainesville, GA Delivery of Chemicals is expected to be available for use at the Plants not later than July 1, BID CORRESPONDENT Upon Release of this Bid, all vendor communications concerning this acquisition must be directed to the Purchasing Department correspondent listed below: Amy J. Smith City of Gainesville Department of Water Resources 757 Queen City Parkway, Gainesville, GA Phone: FAX: asmith@gainesville.org Unauthorized contact regarding the Bid with other Gainesville City employees may result in disqualification. Any oral communications will be considered unofficial and non-binding on the City of Gainesville. Vendor should rely only on written statements issued by the Bid correspondent. BID QUESTIONS All questions must be submitted in writing to the Bid correspondent named above. Questions must be received by 10:00 a.m., 12/27/18. A list of questions and answers will be provided to all known Bidders and by request. Requests may be made to the Bid correspondent named above.

3 BID RESPONSE DATE AND LOCATION The Purchasing department must receive the vendors Bid in a sealed envelope, in its entirety, not later than 2:00 P.M., Eastern Standard Time in Gainesville, Georgia on 01/10/19. Bids arriving after the deadline will be returned unopened to their senders. All Bids and accompanying documentation will become the property of the City of Gainesville and may not be returned. One (1) original and (1) copy of this Bid must be submitted to allow for evaluation. Bids must be clearly marked on the outside of the package: Annual Chemical Bid Vendors assume the risk of the method of dispatch chosen. The City of Gainesville assumes no responsibility for delays caused by any delivery service. Postmarking by the due date will not substitute for actual Bid receipt. Late Bids will not be accepted nor will additional time be granted to any vendor. Bids may not be delivered by facsimile transmission or other telecommunication or solely by electronic means. Bid Schedule: Bid Release: 12/14/18 Bid Questions Deadline: Bid Due Date: Anticipated Award Date: 12/27/18 10:00 A.M. 01/10/19 2:00 P.M. EST 01/10/19 (subject to final Bid review) WAIVER OF TECHNICALITIES All items must meet or exceed specifications as stated by the City of Gainesville. The City of Gainesville reserves the right to waive any technicalities and to reject or accept any Bid in its entirety or to accept any portion thereof if it is determined that either method results in lower costs, better service, final satisfaction or is otherwise determined to be in the best interest of the City of Gainesville. Award may be made by item number or in total. Determination of best response to Bid will be the sole judgment of the City of Gainesville. Bids shall remain valid for ninety days for the date of Bid opening. BID REJECTION The City of Gainesville reserves the right to reject any or all Bids at any time without penalty. MODIFICATION OF BIDS Any clerical mistake that is patently obvious on the face of the Bid may, subject to the limitations described below, be corrected upon written request and verification submitted by the Bidders. A nonmaterial omission in a Bid may be corrected if the Administrative Service Department determines that correction to be in the City s best interest. Omissions affecting or relating to any of the following shall be deemed material and shall not be corrected after Bid opening: (1) Price Information; and (2) Any required Insurance WITHDRAWAL OF BIDS Bids may be withdrawn at any time prior to the Bid opening. After Bids have been publicly opened, withdrawal of a Bid shall be based upon the following:

4 The Bidders shall give notice in writing of his claim of right to withdraw his Bid due to an error within two business days after the conclusion of the Bid opening procedure. Bids may be withdrawn from consideration if the price is substantially lower than the other Bids due solely to a mistake therein, provided the Bid was submitted in good faith, and the mistake was a clerical mistake as opposed to a judgment mistake, and was actually due to an unintentional arithmetic error or an unintentional omission of a quantity of work, labor or material made directly in the compilation of the Bid, which unintentional arithmetical error or unintentional omission can be clearly shown by objective evidence drawn from inspection of original work papers, documents and materials used in the preparation of the Bid sought to be withdrawn. The Bidder s original work papers shall be the sole acceptable evidence of error and mistake if he elects to withdraw his Bid. If a Bid is withdrawn under the authority of this provision, the lowest remaining responsive Bid shall be deemed to be the low Bid. BIDDERS RESPONSIBILITY When determining whether a Bidder is responsible, or when evaluating a Bid, the following factors may be considered, any one of which will suffice to determine whether a Bidders is responsible or the Bid is the most advantageous to the City: The ability, capacity and skill of the Bidders to perform the contract or provide the equipment and/or service required. The character, integrity, reputation, judgment, experience and efficiency of the Bidders. Whether the Bidders can perform the contract within the time specified. The quality of performance of previous public and private contracts or services, including, but not limited to, the Bidder s failure to perform satisfactorily or complete any written contract. The City s termination for default of a previous contract with a Bidder, within the past three years, shall be deemed to be such a failure. The previous and existing compliance by the Bidders with laws relating to the contract or service. Evidence of collusion with any other Bidders, in which case colluding Bidders will be restricted from submitting further Bids on the subject project or future Bids, for a period not less than three years. The Bidders has been convicted of a crime of moral turpitude or any felony, excepting convictions that have been pardoned, expunged or annulled, whether in this state, in any other state, by the United States, or in a foreign country, province or municipality. Bidders shall affirmatively disclose to the City all such convictions, especially of management personnel or the Bidders as an entity, prior to notice of award or execution of a contract, whichever comes first. Failure to make such affirmative disclosure shall be grounds, in the City s sole option and discretion, for termination for default subsequent to award or execution of the contract. If the Bidders will be unable, financially or otherwise, to perform the work. At the time of the Bid opening, the Bidder is not authorized to do business in the Georgia, or otherwise lacks a necessary license, registration or permit. Any other reason deemed proper by the City.

5 NON-ENDORSEMENT As a result of the selection of a vendor to supply products and/or services to the City of Gainesville, the City of Gainesville is neither endorsing nor suggesting that the vendor s product is the best or only solution. The vendor agrees to make no reference to the City of Gainesville in any literature, promotional material, brochures, sales presentation or the like without the express written consent of the City of Gainesville. PROPRIETARY BID MATERIAL Any information contained in the Bid that is proprietary will be neither accepted nor honored. All information contained in this Bid is subject to public disclosure. RESPONSE PROPERTY OF THE CITY OF GAINESVILLE All material submitted in response to this request become the property of the City of Gainesville. Selection or rejection of a response does not affect his right. NO OBLIGATION TO BUY The City of Gainesville reserves the right to refrain from contracting with or purchasing from any vendor. The release of this Bid does not compel the City of Gainesville to purchase. COST OF PREPARING BIDS The City of Gainesville is not liable for any cost incurred by vendors in the preparation and presentation of Bids and demonstrations submitted in response to this Bid. NUMBER OF BID COPIES REQUIRED Vendors are to submit (1) original Bid and (1) copy. ADDENDA Bidders are responsible to check the City of Gainesville s website for the issuance of any addenda prior to submitting a Bid. The address is BID AWARD AND EXECUTION The City will select the Bid that, in its sole discretion, is the most responsive and responsible Bid to the City. The City reserves the right to make any award without further discussion of the Bid submitted; there may be no best and final offer procedure. Therefore, the Bid should be initially submitted on the most favorable terms the vendor can offer. The specification may be altered by the City of Gainesville based on the vendor s Bid and an increase or reduction of services with the manufacturer may be negotiated before Bid award and execution. LOCAL VENDOR PREFERENCE Local Vendor means a bidder or offeror which operates and maintains a brick and mortar business, i.e. a physical business address, within the city limits of the City of Gainesville, has a current business license, has paid in full all real and personal taxes owed the City, is considered a vendor in good standing with the City and can obtain an active vendor status. A local vendor may receive an opportunity to match for purchases, bids, Bid or contracts over $20,000 and less than $150,000. The local vendor may be given an opportunity to match the lowest price Bid, if the quotation or bid of the local vendor is within 3% of the lowest price Bid by a non-local vendor. In the event a local

6 vendor matches the lowest price Bid, including all other terms, quality, services and conditions, then the local vendor shall be awarded the contract. In the event the price Bid of more than one local vendor is within 3% of the lowest overall price Bid of a nonlocal vendor, the local vendor with the lowest Bid will be given the first opportunity to match the lowest overall price Bid. If this local vendor declines to match the price Bid, then the local vendor with the next lowest bid within 3% will be given the opportunity to match the lowest Bid. This process will continue with all local vendors having Bid within 3% of the lowest overall bid by a non-local vendor. Policy to be stated. This policy shall be so stated in all applicable solicitations. Exemptions. This provision does not apply to public works construction projects or road projects pursuant to the laws of the State of Georgia (O.C.G.A or 32-4). BID REQUIREMENTS/EVALUATION CRITERIA The City will evaluate all written submittals. It is incumbent upon the Bidders to demonstrate within their Bids how each requirement will be satisfied. All Bids must meet the specification as outlined in this Bid. The City reserves the right to investigate the qualifications and experience of the Bidders, or to obtain new Bids. Bids not sufficiently detailed or in an unacceptable form may be rejected by the City. Dates and documentation included in the Bid become public information upon opening the Bids. Interested firms must follow the process outlined in the following pages in submitting their Bid. The following criteria, not listed in order of importance, will be used to evaluate Bids. Terms, condition and pricing of purchase or lease agreement. Cost of amenities available for the product(s). Bidder Requirements Bidder must provide evidence, satisfactory to the City, of the following insurance requirements: o Owner requires the Contractor to have and maintain the following insurance coverage and indemnification provisions with the City of Gainesville named as an additional insured hereunder. o The Contractor agrees to provide and maintain insurance coverage until the contract is completed and to furnish certificates from its insurance carriers showing that it carries insurance in the following minimum limits: Bodily Injury by Accident: $ 100,000 each accident $1,000,000 per occurrence limit Comprehensive General Liability: $1,000,000 per occurrence Automobile Liability: $1,000,000 per occurrence for bodily injury $1,000,000 per occurrence for property damage

7 Workers Compensation Statutory Limits o Proof of Insurance The Contractor shall furnish the Owner with certificates showing the type, amount, class of operations covered, effective dates, and date of expiration of policies. Such certificates shall also contain substantially the following statement: The insurance covered by this certificate will not be cancelled or materially altered, except after thirty (30) days written notice has been received by the Owner. Product Requirements The following specifications are provided as a minimal requirement only. The City will consider any product that meets or exceeds the minimum requirements. Bidders shall provide information regarding the proposed product for evaluation by the City. (List Product Requirements) Number of Products to be purchased: It is the City s intent to purchase (Enter item being purchased). Bids should include pricing details for (Enter number and item being purchased). Responsibilities of the Bidder The Bidder, at its sole expense shall: Deliver, install, test and adjust product. If the City selects this option, provide routine maintenance and service included replacing all parts of Equipment which are faulty and/or worn out. Repair or replace inoperable items within 48 hours of notification by the City. Comply with all laws, ordinances, regulations, requirements and rules with respect to the maintenance of the (product).

8 City of Gainesville INVITATION TO BID Bid No Annual Chemical Bid Bid Certification Bidders must return the following certification with their Bids. With my signature, I certify that I am authorized to commit my firm to the Bid and that they information herein is valid for 90 days from this date. I further certify that all information presented herein is accurate and complete and that the scope of work can be performed as presented in this Bid upon the City s request. Bidders Signature Date Name (printed) Title Unofficial Witness Signature Date Name (printed) Title Company Address Phone Fax Address Notary Public Commission Expires:

9 BID NO FOR WATER & WASTEWATER TREATMENT CHEMICALS...Page 9 of 15 **** NOTICE: PRICES OFFERED SHALL BE GUARANTEED FOR 12 MONTHS - 7/1/2019 thru 6/30/2020 **** **** ALL CHEMICALS MUST HAVE NSF60 APPROVAL - IF APPLICABLE **** **** MSDS FOR EACH ITEM BID SHALL BE FURNISHED WITH BID **** ITEM ESTIMATED DESCRIPTION PRICE/UNIT QUANTITY 1. Approx. 40,000 lbs. Sodium Silicofluoride Na 2SiF 6 No Imports lb. bags per shipment NOTE DELIVERY REQUIREMENTS: must be doublepalleted, no longer than 35' trailer, driver shall furnish all necessary equipment and off-load product. lb. 2. Approx. 60 Tons Bulk Pneumatic Truck Delivery Hydrofluorosilicic Acid - 23% solution. Lab analysis must accompany every load. ton 3. 2,000-2,500 Tons, 4-10 Truckloads Per Month Tons - Bulk Pneumatic Truck Delivery Liquid Alum 17% (Aluminum Sulphate) Al 2O 3, Tank Truckload Lots Temperature of Alum no less than 100 degrees F. in winter months - no less than 80 degrees F. in summer months. Lakeside Plant, Jim Crow Rd. No higher than 90 degrees Farenheit. Undried Solar Salt - bulk only ton ton 5. Approx. 7,000 lbs. Potable Water Grade Coagulation Aid Polymer EQUIVALENT TO: IC 7219 OR KEYSTONE 1252 NOTE: Bidder shall provide 25 lb. sample lot Free of Charge for evaluation before Order will be placed. Dry lb. NOTE: please quote only dry and cationic charged product Dry Tons as needed Magnesium Hydroxide Mg(OH) 2-38%-65% (Liquid) - Bulk Delivery - Product Offered - Specify: Natural Product Synthetic Product dry ton dry ton 7. 48,000 gal., 4,500 gal. Per Shipment NOTE: Prior to any award, City of Gainesville will determine best response based on estimated annual consumption. If consumption varies more than 15% during the term of this Contract, City of Gainesville reserves the right to cancel and purchase from alternate source. Sodium Hypochlorite 12.5% Solution- Bulk Only gal.

10 BID NO FOR WATER & WASTEWATER TREATMENT CHEMICALS...Page 10 of 15 **** NOTICE: PRICES OFFERED SHALL BE GUARANTEED FOR 12 MONTHS - 7/1/2019 thru 6/30/2020 **** **** ALL CHEMICALS MUST HAVE NSF60 APPROVAL - IF APPLICABLE **** **** MSDS FOR EACH ITEM BID SHALL BE FURNISHED WITH BID **** ITEM ESTIMATED DESCRIPTION PRICE/UNIT QUANTITY 8. 80, ,000 gal., 4,000 gal. Per Shipment Sodium Hydroxide 50% Solution - Bulk Only gal , ,000 gal., 4,000 gal. Per Shipment Sodium Hydroxide 25% Solution - Bulk Only gal ,000 gal., 300 gal. Per Shipment Sulfuric Acid 93% Solution - Bulk Delivery - NOTE: vendor shall supply labor and all equipment (pump, hose, etc.) and shall off-load product into Citys 500 gallon bulk tank gal. 11. Approximately 10,000 gal. Citric Acid 50% Solution - BULK DELIVERY NSF Certified NOTE: vendor shall supply labor and all equipment (pump, hose, etc.) and shall off-load product into Citys 7,500 gallon bulk tank gal ,000 gal., 3,000 Gallons Per Shipment Sulfuric Acid 78% Solution Virgin Grade BULK DELIVERY - Iron content must be less than 50 PPM, Turbidity less than 20 NTU, and Color less than 40 APHA gal. Lab analysis must accompany every load.

11 BID NO FOR WATER & WASTEWATER TREATMENT CHEMICALS...Page 11 of 15 **** NOTICE: PRICES OFFERED SHALL BE GUARANTEED FOR 12 MONTHS - 7/1/2019 thru 6/30/2020 **** **** ALL CHEMICALS MUST HAVE NSF60 APPROVAL - IF APPLICABLE **** **** MSDS FOR EACH ITEM BID SHALL BE FURNISHED WITH BID **** ITEM ESTIMATED DESCRIPTION PRICE/UNIT QUANTITY 13. Approx. 28,000 lbs lb. Buckets per shipment Riverside Drive Water Plant Only Corrosion Inhibitor - DRY - Product shall be a granular mixture containing no metals and shall be a minimum of 85% total phosphate by weight. The product shall be a blend of potassium and sodium ortho/polyphosphate salts. The active ingredients shall be within a ratio of 1:1 to 2:1 poly to ortho by weight. The material shall be readily soluble in tap water (ph 7.2) to a concentration of 2 (two) pounds per gallon. Hot water will not be provided for makeup of solution to be fed. The phosphates in these specifications shall contain no soluble mineral or organic substance in quantities capable of producing a deleterious or injurious effect upon the health of those consuming water that has been properly treated with the phosphate. The successful bidder shall maintain corrosion rates equal to or better than our present program. Coldrolled mild steel coupons measuring mils/year (MPY) corrosion will be used. AT NO TIME should the corrosion rate exceed: 15 MPY during Summer months - OR - 7 MPY during Winter months. All corrosion analyses must be performed by an independent laboratory acceptable to City of Gainesville. Coupons shall be shipped directly to the City of Gainesville Water Works by the approved testing lab. The coupons will be installed in by-pass racks in the distribution system as designated by City of Gainesville for monitoring corrosion rates. Supplier of Corrosion Inhibitor shall be responsible for all costs associated with: Coupons, Analyses, and by-pass racks. Coupons and racks WILL become the property of City of Gainesville. NOTE: After using product and reviewing results of coupons in system, the Water Works may elect to change to an alternate source based on service, coupon data results or final satisfaction. BID MUST INCLUDE NEW FEED PUMPS, installation by City of Gainesville. Technical on-site assistance will be provided at a minimum of one day per month during the start-up phase and on an as needed basis thereafter. A product technical page, NSF approval, and MSDS is to be provided with the bid. Under SARA, Title III, CAS numbers for each ingredient must be furnished. The ingredients list may be cross-referenced with NSF to ensure accuracy. NOTE: Failure to provide this

12 BID NO FOR WATER & WASTEWATER TREATMENT CHEMICALS...Page 12 of 15 **** NOTICE: PRICES OFFERED SHALL BE GUARANTEED FOR 12 MONTHS - 7/1/2019 thru 6/30/2020 **** **** ALL CHEMICALS MUST HAVE NSF60 APPROVAL - IF APPLICABLE **** **** MSDS FOR EACH ITEM BID SHALL BE FURNISHED WITH BID **** ITEM ESTIMATED DESCRIPTION PRICE/UNIT QUANTITY information may result in disqualification of the bid. Product is to be bid by cost per million gallons treated with parts per million feed rate stated. An annual cost figure will be projected based on an average of 13 MGD. Both figures of cost will be shown on the bid. Product shall be bid FOB to the City of Gainesville Water Works - Riverside Plant, 2120 Riverside Drive, Gainesville, Ga NOTE DELIVERY REQUIREMENTS: trailer should be equipped with lift-gate for off-loading, driver shall furnish all necessary equipment and off-load product. Deliveries shall be as needed with five (5) days notice to the City of Gainesville Water Works. QUOTING: product name/manufacturer ( 0.7 PPM x Average 13 MGD Treated x 8.34 ) x 365 Days Production = % Pure lbs projected annual usage $ projected annual cost $ cost per pound

13 BID NO FOR WATER & WASTEWATER TREATMENT CHEMICALS...Page 13 of 15 **** NOTICE: PRICES OFFERED SHALL BE GUARANTEED FOR 12 MONTHS - 7/1/2019 thru 6/30/2020 **** **** ALL CHEMICALS MUST HAVE NSF60 APPROVAL - IF APPLICABLE **** **** MSDS FOR EACH ITEM BID SHALL BE FURNISHED WITH BID **** ITEM ESTIMATED DESCRIPTION PRICE/UNIT QUANTITY 14. Approx. 30,000 lbs. Bulk Pneumatic Truck Delivery Lakeside Water Plant Only Corrosion Inhibitor - LIQUID - Product shall be a liquid mixture containing no metals and shall be a minimum of 36% total phosphates by weight. The product shall be a blend of potassium and sodium ortho / polyphosphate salts. The phosphates in these specifications shall contain no soluble mineral or organic substance in quantities capable of producing a deleterious or injurious effect upon the health of those consuming water that has been properly treated with the phosphate. The successful bidder shall maintain corrosion rates equal to or better than our present program. Cold-rolled mild steel coupons measuring mils/year (MPY) corrosion will be used. AT NO TIME should the corrosion rate exceed: 15 MPY during Summer months - OR - 7 MPY during Winter months. All corrosion analyses must be performed by an independent laboratory acceptable to City of Gainesville. Coupons shall be shipped directly to the City of Gainesville Water Works by the approved testing lab. The coupons will be installed in by-pass racks in the distribution system as designated by City of Gainesville for monitoring corrosion rates. Supplier of Corrosion Inhibitor shall be responsible for all costs associated with: Coupons, Analyses, and by-pass racks. Coupons and racks WILL become the property of City of Gainesville. NOTE: After using product and reviewing results of coupons in system, the Water Works may elect to change to an alternate source based on service, coupon data results or final satisfaction. Technical on-site assistance will be provided at a minimum of one day per month during the start-up phase and on an as needed basis thereafter. A product technical page, NSF approval, and MSDS is to be provided with the bid. Under SARA, Title III, CAS numbers for each ingredient must be furnished. The ingredients list may be cross-referenced with NSF to ensure accuracy. NOTE: Failure to provide this information may result in disqualification of the bid. Product is to be bid by cost per million gallons treated with parts per million feed rate stated. An annual cost figure will be projected based on an average of 8.5 MGD. Both figures

14 BID NO FOR WATER & WASTEWATER TREATMENT CHEMICALS...Page 14 of 15 **** NOTICE: PRICES OFFERED SHALL BE GUARANTEED FOR 12 MONTHS - 7/1/2019 thru 6/30/2020 **** **** ALL CHEMICALS MUST HAVE NSF60 APPROVAL - IF APPLICABLE **** **** MSDS FOR EACH ITEM BID SHALL BE FURNISHED WITH BID **** ITEM ESTIMATED DESCRIPTION PRICE/UNIT QUANTITY of cost will be shown on the bid. Product shall be bid FOB to the City of Gainesville Water Works - Lakeside Plant, 5640 Jim Crow Road, Flowery Branch, Ga Deliveries shall be as needed with five (5) days notice to the City of Gainesville Water Works. Quoting: product name/manufacturer Stated PPM Feed Rate x Average 8.5 MGD = lbs. projected annual usage $ projected annual cost $ cost per lb

15 INVITATION TO BID Bid No Annual Chemical Bid Bid Certification This form must be completed and signed for bid to be considered. Postal Return Address: Courier Delivery Address: City of Gainesville City of Gainesville Purchasing Office Purchasing Office 757 Queen City Parkway 757 Queen City Parkway Gainesville, GA Gainesville, GA Bid Response: See Pages 9 14 Having read and responded to all attached specifications, the undersigned offers the above quoted prices, terms and conditions. Signed, sealed, and delivered In the presence of: Unofficial Witness (Name of Company) By: (Person authorized to sign binding contract) Title: Notary Public Commission Expires: Attest: (Officer of Company if Corporation) Title:

16 IMPORTANT NOTICE To: All Bidders Following Tabulation and Notification of Award - prices quoted shall remain firm for a twelve (12) month period - effective July 1, 2019 through June 30, unless 30 day written cancellation notice is issued by either City or supplier. Specifications have been included for specific delivery requirements for palleted chemical deliveries at the: Riverside Water Treatment Plant 2120 Riverside Drive Gainesville, Ga These revisions include, but are not limited to Items 1 & 13, and specify the limitation on truck / trailer size which can be handled at Riverside as well as pallet requirements - and state that the driver shall furnish all equipment and labor needed to off-load the product. Failure to comply with these instructions may result in the refusal of shipments at the Riverside Plant, and cancellation of any further product orders from the supplier.

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. (15036) (CGC Golf Cart Batteries) Bid Release: (1-28-2015) Bid Questions Deadline: Bid Due Date: (2-05-2015) @ 10:00 am (2-11-2015) @ 3:00 pm Postal Return

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. 12057 FY 2012 Full Depth Reclamation Project Bid Release: May 23, 2012 Contract Document Available Date: May 23, 2012 Mandatory Pre-Bid: June 19, 2012 Bid

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. (12007) Self-Contained Breathing Apparatus (SCBA) (Per Attached Specifications) Bid Release: (July 13, 2011) Bid Questions Deadline: (July 22, 2011 at 10:00

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. 15058 Three Hundred (300) Stretch Yoke Meter Boxes (Per Attached Specifications) Bid Release: June 5, 2015 Bid Questions Deadline: June 11, 2015 Bid Due Date:

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. 16027 Four (4) New 20 Ton Utility Tag Trailers (Per Attached Specifications) Bid Release: December 4, 2015 Bid Questions Deadline: December 10, 2015 Bid Due

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. 19009 One (1) New Tracked Hydraulic Excavator Bid Release: 10/10/18 Bid Questions Deadline: 10/17/18 Bid Due Date: 10/25/18 Postal Return Address: Courier

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. (15035) (Alta Vista Grave Digging and Final Disposition) Bid Release: (01/26/15) Bid Questions Deadline: Bid Due Date: (02/03/15 @ 10:00 am) (02/09/15 @ 2:00

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL RFP No. 12063 PAVEMENT MARKING ANNUAL ON-CALL CONTRACT Proposal Release: May 31, 2012 Proposal Questions Deadline: June 8, 2012 Proposal Due Date: June 14, 2012

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL RFP No. (14054) PROPERTY AND LIABILITY RISK MANAGEMENT AND INSURANCE BROKERAGE SERVICES Proposal Release: March 20, 2014 Proposal Questions Deadline: Proposal Due

More information

CITY OF GAINESVILLE REQUEST FOR PROPOSAL

CITY OF GAINESVILLE REQUEST FOR PROPOSAL CITY OF GAINESVILLE REQUEST FOR PROPOSAL PROPOSAL No. 18024 Cameras-Lakeside Plant (Per Attached Specifications) Proposal Release: March 9, 2018 Proposal Questions Deadline: Proposal Due Date: March 23,

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. 17045 Nutanix IT Network Upgrade 2017 Bid Release: May 25, 2017 Bid Questions Deadline: June 1, 2017 Bid Due Date: June 8, 2017 Postal Return Address: Courier

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. 15012 Equipment for Police Vehicles Bid Release: (July 28, 2014) Bid Questions Deadline: Bid Due Date: (August 5, 2014 @ 10:00 am (August 11, 2014 @ 2:00pm)

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION October 11, 2016 REQUEST FOR QUOTATION The Sheboygan Water Utility is accepting quotations for: 23% Hydrofluosilicic Acid H 2SiF 6, % 23-25 Heavy Metals (as Pb), %

More information

Appomattox River Water Authority

Appomattox River Water Authority Appomattox River Water Authority 21300 Chesdin Rd. - S. Chesterfield, VA 23803 - Phone (804) 590-1145 - Fax (804) 590-9285 ADVERTISEMENT FOR BIDS APPOMATTOX RIVER WATER AUTHORITY BID INVITATION NO: 18-0110

More information

Invitation To Bid - Water Treatment Chemicals Upper Oconee Basin Water Authority Bear Creek Reservoir and Water Treatment Facilities

Invitation To Bid - Water Treatment Chemicals Upper Oconee Basin Water Authority Bear Creek Reservoir and Water Treatment Facilities Invitation To Bid - Water Treatment Chemicals Sealed Bids for furnishing all materials, labor, tools, equipment and appurtenances necessary for providing annual supply of chemicals associated with potable

More information

ADVERTISEMENT FOR BIDS APPOMATTOX RIVER WATER AUTHORITY SOUTH CENTRAL WASTEWATER AUTHORITY

ADVERTISEMENT FOR BIDS APPOMATTOX RIVER WATER AUTHORITY SOUTH CENTRAL WASTEWATER AUTHORITY APPOMATTOX RIVER WATER AUTHORITY SOUTH CENTRAL WASTEWATER AUTHORITY 21300 Chesdin Road 900 Magazine Road Petersburg, VA 23803 Petersburg, VA 23803 ADVERTISEMENT FOR BIDS APPOMATTOX RIVER WATER AUTHORITY

More information

TABLE OF CONTENTS LIQUID ALUM WATER POLLUTION CONTROL PLANT CONTRACT NO ENVIRONMENTAL SERVICES DEPARTMENT CITY HALL

TABLE OF CONTENTS LIQUID ALUM WATER POLLUTION CONTROL PLANT CONTRACT NO ENVIRONMENTAL SERVICES DEPARTMENT CITY HALL TABLE OF CONTENTS LIQUID ALUM WATER POLLUTION CONTROL PLANT CONTRACT NO. 2018-01 ENVIRONMENTAL SERVICES DEPARTMENT CITY HALL PLATTSBURGH, NEW YORK 12901 (518-563-7731) JONATHAN P. RUFF ENVIRONMENTAL MANAGER

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. 12023 2011 or 2012 Chevrolet Caprice Police Patrol Vehicle (PPV) (Rebid) Bid Release: (September 22, 2011) Bid Questions Deadline: Bid Due Date: (September

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

ONONDAGA COUNTY WATER AUTHORITY PURCHASING POLICY

ONONDAGA COUNTY WATER AUTHORITY PURCHASING POLICY ONONDAGA COUNTY WATER AUTHORITY PURCHASING POLICY I. INTRODUCTION The Onondaga County Water Authority ( OCWA ) was created as a public benefit corporation, pursuant to Public Authorities Law Article 5,

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

CITY OF TRACY NOTICE INVITING BIDS

CITY OF TRACY NOTICE INVITING BIDS CITY OF TRACY San Joaquin County, California NOTICE INVITING BIDS SEALED PROPOSALS will be received at the Office of the City Clerk at the City Hall, City of Tracy, California until 2:00 on Thursday, April

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS Request for Bids SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS DONALD CERRONE, CHAIRMAN JOHN M WALSH, VICE-CHAIRMAN

More information

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

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

More information

TOWN OF LINCOLN GENERAL SPECIFICATIONS

TOWN OF LINCOLN GENERAL SPECIFICATIONS 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, Rhode Island, until the time

More information

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,

More information

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

More information

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

BID ON LIQUID ZINC ORTHOPHOSPHATE & LIQUID POLYPHOSPHATE

BID ON LIQUID ZINC ORTHOPHOSPHATE & LIQUID POLYPHOSPHATE Book No. BID ON LIQUID ZINC ORTHOPHOSPHATE & LIQUID POLYPHOSPHATE SUBMITTED BY: City of Oneida 109 North Main Street Oneida NY 13421 TABLE OF CONTENTS PAGE ADVERTISEMENT - INVITATION TO BID A - 1 INSTRUCTIONS

More information

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following: THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.

More information

WATER TREATMENT CHEMICALS

WATER TREATMENT CHEMICALS SPECIFICATIONS FOR WATER TREATMENT CHEMICALS CITY OF GREENVILLE, OHIO for January December 2017 Legal Advertisement NOTICE TO BIDDERS Sealed bids for the purchase of Water Treatment Chemicals for the City

More information

Invitation for Bid. Contract for Fleet Fueling Services

Invitation for Bid. Contract for Fleet Fueling Services CITY OF BRENHAM, TEXAS Invitation for Bid Contract for Fleet Fueling Services IFB Number: 15-008 Response Deadline: 2:00 P.M. CST, Tuesday, June 9, 2015 Submit to: This is a FORMAL solicitation and must

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library PINE MOUNTAIN REGIONAL LIBRARY SYSTEM Request for Quote Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library Submission Date/Time: March 22, 2019, 5:00 pm

More information

Notice Inviting Bids for. Chemicals for Water and Wastewater Treatment Specification No

Notice Inviting Bids for. Chemicals for Water and Wastewater Treatment Specification No Attachment 1 Notice Inviting Bids for Chemicals for Water and Wastewater Treatment Specification No. 91432 The City of San Luis Obispo is inviting sealed bids for supply and delivery of chemicals for the

More information

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Bid Opening Date/Time Tuesday, September 1, 2015 @ 2:15 p.m. local time City of

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders

More information

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

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

More information

2018 Bulk Magnesium Chloride. Bids Due and Opening Thursday, March 29, 2018 Time: 10:00 a.m.

2018 Bulk Magnesium Chloride. Bids Due and Opening Thursday, March 29, 2018 Time: 10:00 a.m. INVITATION TO BID Bid Package Montrose County 2018 Bulk Magnesium Chloride Bids Due and Opening Thursday, March 29, 2018 Time: 10:00 a.m. Location Montrose County Road and Bridge Office 949 N. 2 nd Street

More information

Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION

Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION Town of Lebanon Request for Proposals Fuel for Fiscal Year 2019 Proposal Specifications GENERAL INFORMATION The Board of Selectmen and Board of Education of the Town of Lebanon will be accepting bids for

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will

More information

ADDENDUM NO. 1. Provision of Various Wastewater Treatment Chemicals

ADDENDUM NO. 1. Provision of Various Wastewater Treatment Chemicals ADDENDUM No. 1 ITB TITLE: Provision of Various Wastewater Treatment Chemicals ISSUE DATE: March 21, 2019 To all potential offerors: This Addendum is being issued to amend and or clarify certain information

More information

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 ISSUE DATE: December 4, 2007 BIDS MUST BE RECEIVED BY: December

More information

CONSOLIDATED SCHOOL DISTRICT 158 SPECIFICATIONS FOR ICE MELT COMPOUND BID #

CONSOLIDATED SCHOOL DISTRICT 158 SPECIFICATIONS FOR ICE MELT COMPOUND BID # To All Bidders: Sealed bids will be received until 10:30 a.m. prevailing time, on Tuesday, June 17, 2014 by the Board of Education of Consolidated School District No. 158 of McHenry and Kane Counties,

More information

NIAGARA FALLS WATER BOARD

NIAGARA FALLS WATER BOARD NIAGARA FALLS WATER BOARD REQUEST FOR BIDS BID #W01-11 Bids on items as specified herein will be accepted at City Hall until 11:00 A.M., and opened at 11:00 A.M. on March 7, 2011. Bidders must state when

More information

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company: Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company: RFP No. DPL-CL-1904 Issued: September 25, 2018 Due Date: October 16, 2018 at 2:00 p.m. Page 2 of 11 DPL-CL-1904 The

More information

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY DISTRICT BOARD Megan Clark Russ Greenfield Larry Loder Craig K. Murray Judy Schriebman DISTRICT ADMINISTRATION Mark R. Williams, General Manager Michael Cortez, District Engineer Janice Mandler, Collection

More information

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 OWNER : THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297 Phone: 404.608.2300 Mandatory Pre-Bid Conference: Date: July 28,

More information

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE Specifications for Bid Crushed Limestone Deadline Date January 15, 2019 3:00 pm (956) 831-8273 Fax (956) 831-5106 1000 Foust

More information

PROPOSAL FOR 2019 MINERAL WELL BRINE

PROPOSAL FOR 2019 MINERAL WELL BRINE 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2019 MINERAL WELL BRINE BID OPENING: Thursday, November 15, 2018 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS

More information

INVITATION TO BID. The Sanitary District of Decatur, Illinois will receive bids as follows:

INVITATION TO BID. The Sanitary District of Decatur, Illinois will receive bids as follows: INVITATION TO BID The Sanitary District of Decatur, Illinois will receive bids as follows: Product: Liquid Sodium Hypochlorite Purchase Period: 1 year: May 1, 2018 through April 30, 2019 3 year: May 1,

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire Department of Public Works Boilers and Cooling Towers INVITATION TO BID Sealed bid proposals, plainly marked, Boilers and Cooling Towers Equipment Treatment

More information

SPECIFICATION PACKAGE. for PURCHASE OF COOLING TOWER CHEMICALS

SPECIFICATION PACKAGE. for PURCHASE OF COOLING TOWER CHEMICALS Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for PURCHASE OF COOLING TOWER CHEMICALS Bid Opening Date/Time Thursday, December 19, 2013 @ 2:00 p.m. local time City of Grand Island,

More information

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE ) BID DOCUMENT CITY OF BEVERLY HILLS PUBLIC WORKS DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed bids are requested on the list of materials, supplies,

More information

Invitation to Bid Instructions to Bidders Bid Sheet Bid Proposal Contract Checklist

Invitation to Bid Instructions to Bidders Bid Sheet Bid Proposal Contract Checklist City of Powell 270 North Clark Street - Powell,Wyoming 82435 {307) 754-5106 - FAX {307) 754-5385 April 9, 2019 Xxxxxxxxxxxxxx Xxxxxxxxxxxxxx Xxxxxxxxxxxxxx Xxxxxxxxxxxxxx SUBJECT: Key Card/Credit Card

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

More information

Connecticut Lottery Corporation 777 Brook Street Rocky Hill, CT INVITATION TO BID

Connecticut Lottery Corporation 777 Brook Street Rocky Hill, CT INVITATION TO BID Connecticut Lottery Corporation 777 Brook Street Rocky Hill, CT 06067 860-713-2795 INVITATION TO BID ITB Number: CLC201305 ITB Description: Poly Mailer Bags ITB Issue Date: August 13, 2013 Bid Due Date:

More information

Request for Bid #1667 (RFB) CONCRETE SERVICES

Request for Bid #1667 (RFB) CONCRETE SERVICES Request for Bid #1667 (RFB) CONCRETE SERVICES CLOSING LOCATION: ATHENS MUNICIPAL BUILDING ATTN: PURCHASING 815 North Jackson Street Athens, TN 37303 (423) 744-2780 ISSUED: April 6th, 2018 DUE: April 25th,

More information

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS INDEX ARTICLE 1 BIDDING DOCUMENTS 1 1.1 DEFINITIONS 1 ARTICLE 2 BIDDER S REPRESENTATIONS. 2 2.1 EACH BIDDER BY MAKING HIS BID REPRESENTS THAT: 2 ARTICLE

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID INVITATION TO BID BID No. 18011 FY2017 Street Resurfacing Project Bid Release: Mandatory Pre-Bid Date: Bid Questions Deadline: Bid Due Date: April 16, 2018 May 1, 2018 May 4, 2018 May 16, 2018 Postal Return

More information

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid TOWN OF CENTREVILLE Queen Anne s County, Maryland Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report Invitation for Bid Documents Available: Mandatory Pre-bid Meeting: Proposal

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

CITY OF MT. PLEASANT, MICHIGAN CONTRACT DOCUMENTS. For 2018 WATER TREATMENT PLANT CHEMICALS BID. KATHLEEN LING Mayor. NANCY RIDLEY City Manager

CITY OF MT. PLEASANT, MICHIGAN CONTRACT DOCUMENTS. For 2018 WATER TREATMENT PLANT CHEMICALS BID. KATHLEEN LING Mayor. NANCY RIDLEY City Manager CITY OF MT. PLEASANT, MICHIGAN CONTRACT DOCUMENTS For 2018 WATER TREATMENT PLANT CHEMICALS BID KATHLEEN LING Mayor NANCY RIDLEY City Manager Prepared By: Division of Public Works JOHN ZANG DPW Director

More information

MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES

MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES Notice is hereby given that sealed proposals will be received at the Finance Department,

More information

PROPOSAL FOR 2017 MINERAL WELL BRINE

PROPOSAL FOR 2017 MINERAL WELL BRINE 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2017 MINERAL WELL BRINE BID OPENING: Friday, February 24, 2017 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS

More information

WHITLEY COUNTY BOARD OF EDUCATION 300 MAIN STREET WILLIAMSBURG, KY INVITATION TO BID--

WHITLEY COUNTY BOARD OF EDUCATION 300 MAIN STREET WILLIAMSBURG, KY INVITATION TO BID-- *Complete and return one copy of this form with your bid. WHITLEY COUNTY BOARD OF EDUCATION 300 MAIN STREET WILLIAMSBURG, KY 40769 --INVITATION TO BID-- REFERENCE: CLOSING TIME OF BIDS: DEPARTMENT OR SCHOOL:

More information

MELBA SCHOOL DISTRICT

MELBA SCHOOL DISTRICT MELBA SCHOOL DISTRICT REQUEST FOR PROPOSAL ( RFP ) FOR EPSON 595wi SHORT THROW PROJECTORS (STP) FOR MELBA SCHOOL DISTRICT NO. 136 ( MSD ) DUE: MONDAY; MAY 9, 2016 AT 12:00PM (MT) 1 Initials INVITATION

More information

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES Department of General Services GSPUR-11D Rev. 1/17/03 GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES 1. SUBMISSIONS OF BIDS: a. Bids are requested for the item(s) described

More information

NOTICE OF PROPOSAL INVITATION

NOTICE OF PROPOSAL INVITATION NOTICE OF PROPOSAL INVITATION Proposal Name: Proposal Number: Transportation Fuels, Propane and Heating Oil TEC-103-16 Proposal Submission Deadline Date and Time: July 6, 2016 at 2:00 p.m. Contract Term:

More information

City of New Rochelle New York

City of New Rochelle New York Department of Finance Tel (914) 654-2072 515 North Avenue Fax (914) 654-2344 New Rochelle, NY 10801 Writer's Tel (914) 654-2353 Howard Rattner Commissioner City of New Rochelle New York REQUEST FOR QUOTATION

More information

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Invitation To Bid for DISCOVER PRINTING AND SORTING/DISTRIBUTION Contact: Peg Stevens Phone: 734 394-5469 E-mail: pstevens@canton-mi.org Date Issued: 10/18/2018 Due Date & Time:

More information

City of Portsmouth, New Hampshire Annual Chemicals for City Swimming Pools INVITATION TO BID

City of Portsmouth, New Hampshire Annual Chemicals for City Swimming Pools INVITATION TO BID City of Portsmouth, New Hampshire Annual Chemicals for City Swimming Pools INVITATION TO BID Sealed bid proposals, plainly marked, Annual Chemicals for City Swimming Pools Bid #34-07 on the outside of

More information

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid

More information

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street Indianapolis, IN 46221 ITQ Issue Date: November 29, 2017 Project Site: Contact:

More information

REQUEST FOR PROPOSAL SUPPLY OF

REQUEST FOR PROPOSAL SUPPLY OF TOWN OF SANDOWN, NH REQUEST FOR PROPOSAL SUPPLY OF #2 HEATING OIL, PROPANE GASOLINE AND DIESEL BID DUE DATE: September 6, 2018 Page 1 of 10 I. General Conditions 1. General Information: The Selectmen s

More information

Request for Proposal RFP # SUBJECT: Ergotron LX

Request for Proposal RFP # SUBJECT: Ergotron LX Request for Proposal RFP #13-1422 SUBJECT: Ergotron LX DATE OF ISSUE: July 3, 2013 TO RESPOND BY: RESPOND TO: July 19, 2013 @ 1500 Hours (3:00 PM Pacific Time) Leslie Burke, Purchasing Agent Purchasing

More information

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Just in Time Classroom and Office Supplies Bid # 15/16-006

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Just in Time Classroom and Office Supplies Bid # 15/16-006 Corona-Norco Unified School District 2820 Clark Ave. Norco, CA 92860 Just in Time Classroom and Office Supplies Bid # 15/16-006 November 16, 2015 1 Just in Time Classroom and Office Supplies Bid # 15/16-006

More information

INVITATION FOR BIDS FOR RUNWAY AND AIRCRAFT DEICER SOLICITATION NO

INVITATION FOR BIDS FOR RUNWAY AND AIRCRAFT DEICER SOLICITATION NO INVITATION FOR BIDS FOR RUNWAY AND AIRCRAFT DEICER SOLICITATION NO. 2014-10 Issue Date: August 17, 2014 Pre-bid Conference: Pre-bid Question Deadline: Bid Deadline: Purchasing Contact: None September 2,

More information

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #

CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP # CITY OF DUBLIN PURCHASING DEPARTMENT REQUEST FOR PROPOSAL LARGE FORMAT ALL-IN-ONE MULTIFUNCTION SYSTEM ENGINEERING COPIER RFP #13-09-001 The City of Dublin is accepting proposals for the purchase of a

More information

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax # City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax # 651-674-7546 Sealed Request for Proposals, plainly marked RFP # 12-2 Road Grading Services City

More information

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3. REQUEST FOR PROPOSALS To Provide Armored Car Services Notice is hereby given that sealed proposals will be received at the Finance Department, until May 9, 2013 at 2:00 p.m., local time to provide Armored

More information

Invitation for Bid. Contract for Fleet Fueling Services

Invitation for Bid. Contract for Fleet Fueling Services CITY OF BRENHAM, TEXAS Invitation for Bid Contract for Fleet Fueling Services IFB Number: Response Deadline: 18-008 2:00 P.M. CDST, June 8, 2018 Responses will be opened on this date and time at 200 W.

More information

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018 MODESTO CITY SCHOOLS BID NO. 18-4673 GASOLINE AND DIESEL FUEL DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018 MODESTO CITY SCHOOLS Purchasing Department 426 Locust Street Modesto, CA

More information

RFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT

RFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT SOUTHERN CALIFORNIA PUBLIC POWER AUTHORITY Request for Proposals for Critical Spare Parts for General Electric LM6000 PC Sprint Gas Turbines at the Canyon Power Plant, Anaheim, California RFP Date: October

More information

NIAGARA FALLS WATER BOARD

NIAGARA FALLS WATER BOARD NIAGARA FALLS WATER BOARD REQUEST FOR BIDS BID #W1-10 Bids on items as specified herein will be accepted at City Hall until 11:30 A.M., and opened at 11:30 A.M. on January 14, 2010. Bidders must state

More information

BERRIEN COUNTY ROAD DEPARTMENT

BERRIEN COUNTY ROAD DEPARTMENT PROPOSAL AND SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 1 SPECIFICATIONS FOR LIQUID CALCIUM CHLORIDE 38% It is the intent of the Berrien County Road Department to purchase all or part of its requirements

More information

GLENBARD TOWNSHIP HIGH SCHOOL DISTRICT # Crescent Boulevard, Glen Ellyn, IL , (630) , INVITATION TO BID

GLENBARD TOWNSHIP HIGH SCHOOL DISTRICT # Crescent Boulevard, Glen Ellyn, IL , (630) ,   INVITATION TO BID GLENBARD TOWNSHIP HIGH SCHOOL DISTRICT #87 596 Crescent Boulevard, Glen Ellyn, IL 60137-4297, (630) 469-9100, www.glenbard87.org INVITATION TO BID SCHOOL TOWEL SERVICE For GLENBARD TOWNSHIP HIGH SCHOOL

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL REQUEST FOR SEALED BID PROPOSAL OWNER: SAGINAW CHARTER TOWNSHIP PROJECT: BIOSOLIDS MANAGEMENT Bids will be received by Saginaw Charter Township at the Wastewater Treatment Plant, located at 5790 W. Michigan

More information

INVITATION FOR BID. Furnish: Outdoor Sign for Bowen Branch Library

INVITATION FOR BID. Furnish: Outdoor Sign for Bowen Branch Library INVITATION FOR BID Furnish: Outdoor Sign for Bowen Branch Library Company: IFB No. IFB-CL-1904 Date of Issue: July 13, 2018 Bid Due Date: August 1,2018 at 2:00p.m. IFB-CL-1904 The Detroit Public Library

More information

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

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

More information

GUADALUPE COUNTY INVITATION FOR BIDS FLEXIBLE BASE MATERIALS AND ASPHALTIC MATERIALS BID OPENING DATE: 2 PM TUESDAY, DECEMBER 14, 2010

GUADALUPE COUNTY INVITATION FOR BIDS FLEXIBLE BASE MATERIALS AND ASPHALTIC MATERIALS BID OPENING DATE: 2 PM TUESDAY, DECEMBER 14, 2010 OPENING DATE: 2 PM TUESDAY, DECEMBER 14, 2010 BID NUMBER 11-3570 SEALED BIDS, SUBJECT TO THE PROPOSAL DOCUMENTS HERETO ATTACHED, FOR FLEXIBLE BASE MATERIALS AND ASPHALTIC MATERIALS ARE BEING ACCEPTED.

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6104 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia, City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station #1 4539 Jonesboro Rd., Forest Park, Georgia, 30297. Mandatory Pre-Proposal Conference March 7, 2017 at 10 am Bid Deadline

More information

INVITATION FOR BIDS FOR AIRFIELD MARKING PAINT AND REFLECTIVE MEDIA SOLICITATION NO

INVITATION FOR BIDS FOR AIRFIELD MARKING PAINT AND REFLECTIVE MEDIA SOLICITATION NO INVITATION FOR BIDS FOR AIRFIELD MARKING PAINT AND REFLECTIVE MEDIA SOLICITATION NO. 2013-09 Issue Date: September 30, 2013 Pre-bid Conference: Pre-bid Question Deadline: Bid Deadline: Purchasing Contact:

More information

B. The Bid is made in compliance with the Bidding Documents.

B. The Bid is made in compliance with the Bidding Documents. SECTION 002113 INSTRUCTIONS TO BIDDERS ARTICLE 1 DEFINITIONS 1.1 Definitions set forth in the General Conditions of the Contract for Construction, AIA Document A201, or in other Contract Documents are

More information

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader. IMPORTANT This is NOT an order but a request for quotation. PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 13 REQUEST FOR QUOTATION REQ. NO. 3000000582 DATE: 11/10/2006 Quotes must be returned

More information