STATE OF NORTH CAROLINA. Boiler Repair

Size: px
Start display at page:

Download "STATE OF NORTH CAROLINA. Boiler Repair"

Transcription

1 STATE OF NORTH CAROLINA NC DEPARTMENT OF PUBLIC SAFETY Invitation for Bid #: 19-IFB LTA Boiler Repair Issued: November 21, 2017 Bid Opening Date: December 7, 2017 At 2:00 pm ET Direct all inquiries concerning this IFB to: Traci Faircloth Departmental Purchasing Agent Phone:

2 STATE OF NORTH CAROLINA 19-IFB LTA For internal State agency processing, including tabulation of bids in the Interactive Purchasing System (IPS), please provide your company s Federal Employer Identification Number or alternate identification number (e.g. Social Security Number). Pursuant to North Carolina General Statute (b) this identification number shall not be released to the public. This page will be removed and shredded, or otherwise kept confidential, before the procurement file is made available for public inspection. This page is to be filled out and returned with your bid. Failure to do so may subject your bid to rejection. ID Number: Federal ID Number or Social Security Number Vendor Name

3 STATE OF NORTH CAROLINA DEPARTMENT OF PUBLIC SAFETY Refer ALL Inquiries regarding this IFB to: Traci Faircloth Telephone No Invitation for Bids # 19-IFB LTA Bids will be publicly opened: December 7, 2017 at 2:00 PM Contract Type: Agency Specific Description (Commodity No.) Boiler Maintenance and Repair Using Agency: NCDPS - National Guard Sanford Requisition No.: RQ EXECUTION In compliance with this Invitation for Bid, and subject to all the conditions herein, the undersigned Vendor offers and agrees to furnish and deliver any or all items upon which prices are bid, at the prices set opposite each item within the time specified herein. By executing this bid, the undersigned Vendor certifies that this bid is submitted competitively and without collusion (G.S ), that none of its officers, directors, or owners of an unincorporated business entity has been convicted of any violations of Chapter 78A of the General Statutes, the Securities Act of 1933, or the Securities Exchange Act of 1934 (G.S ), and that it is not an ineligible Vendor as set forth in G.S False certification is a Class I felony. Furthermore by executing this bid, the undersigned certifies to the best of Vendor s knowledge and belief, that it and its principals are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal or State department or agency. As required by G.S , the undersigned Vendor certifies that it, and each of its sub-contractors for any Contract awarded as a result of this IFB, complies with the requirements of Article 2 of Chapter 64 of the NC General Statutes, including the requirement for each employer with more than 25 employees in North Carolina to verify the work authorization of its employees through the federal E-Verify system. G.S and Executive Order 24 (2009) prohibit the offer to, or acceptance by, any State Employee associated with the preparing plans, specifications, estimates for public Contract; or awarding or administering public Contracts; or inspecting or supervising delivery of the public Contract of any gift from anyone with a Contract with the State, or from any person seeking to do business with the State. By execution of any response in this procurement, you attest, for your entire organization and its employees or agents, that you are not aware that any such gift has been offered, accepted, or promised by any employees of your organization. Failure to execute/sign bid prior to submittal shall render bid invalid and it WILL BE REJECTED. Late bids cannot be accepted. VENDOR: STREET ADDRESS: P.O. BOX: ZIP: CITY & STATE & ZIP: TELEPHONE NUMBER: TOLL FREE TEL. NO: PRINCIPAL PLACE OF BUSINESS ADDRESS IF DIFFERENT FROM ABOVE (SEE INSTRUCTIONS TO VENDORS ITEM #11): PRINT NAME & TITLE OF PERSON SIGNING ON BEHALF OF VENDOR: FAX NUMBER: VENDOR S AUTHORIZED SIGNATURE: DATE: Offer valid for at least 60 days from date of bid opening, unless otherwise stated here: days. After this time, any withdrawal of offer shall be made in writing, effective upon receipt by the agency issuing this IFB. ACCEPTANCE OF BID If any or all parts of this bid are accepted by the State of North Carolina, an authorized representative of the Department of Public Safety shall affix his/her signature hereto and this document and all provisions of this Invitation for Bid along with the Vendor bid response and the written results of any negotiations shall then constitute the written agreement between the parties. A copy of this acceptance will be forwarded to the successful Vendor(s). FOR STATE USE ONLY: Offer accepted and Contract awarded this day of, 20, as indicated on the attached certification, by (Authorized Representative of NC Department of Public Safety. Page 1 of 31

4 THIS PAGE IS INTENTIONALLY LEFT BLANK Page 2 of 31

5 Table of Contents 1.0 PURPOSE AND BACKGROUND INVITATION FOR BIDS DOCUMENT E-PROCUREMENT SOLICITATION BID QUESTIONS BID SUBMITTAL BID CONTENTS DEFINITIONS, ACRONYMS, AND ABBREVIATIONS NOTICE TO VENDORS REGARDING TERMS AND CONDITIONS CONTRACT MONITORING METHOD OF AWARD AND BID EVALUATION PROCESS METHOD OF AWARD CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION9 3.3 BID EVALUATION PROCESS PERFORMANCE OUTSIDE THE UNITED STATES INTERPRETATION OF TERMS AND PHRASES REQUIREMENTS PRICING FINANCIAL STABILITY PRODUCT SPECIFICATIONS GENERAL SPECIFICATIONS CERTIFICATION AND SAFETY LABELS ATTACHMENT A: PRICING FORM ATTACHMENT B: LOCATION OF WORKERS UTILIZED BY VENDOR ATTACHMENT C: INSTRUCTIONS TO VENDORS ATTACHMENT D: NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS 24 ATTACHMENT E: CERTIFICATION OF FINANCIAL CONDITION ATTACHMENT F: ALCOHOL/DRUG-FREE WORK PLACE POLICY Page 3 of 31

6 1.0 PURPOSE AND BACKGROUND The N.C. Department of Public Safety, National Guard is seeking a vendor to provide all resources necessary to repair the boiler at the NC National Guard in Sanford, NC, as defined in this contract. Bids shall be submitted in accordance with the terms and conditions of this IFB and any addenda issued hereto. 2.1 INVITATION FOR BIDS DOCUMENT The IFB is comprised of the base IFB document, any attachments, and any addenda released before Contract award. All attachments and addenda released for this IFB in advance of any Contract award are incorporated herein by reference. 2.2 E-PROCUREMENT SOLICITATION ATTENTION: This is an E-Procurement solicitation. See paragraph #17 of Attachment E: North Carolina General Contract Terms and Conditions. The Terms and Conditions made part of this solicitation contain language necessary for North Carolina s Statewide E- Procurement Services. It is the Vendor s responsibility to read these terms and conditions carefully and to consider them in preparing the offer. By execution of its bid, Vendor agrees to and acknowledges acceptance of all terms and conditions, including those related to E-Procurement usage. General information on the E-Procurement Services can be found at: IFB SCHEDULE The table below shows the intended schedule for this IFB. The Contract Lead will make every effort to adhere to this schedule. Action Responsibility Date and Time Issue IFB State November 21, 2017 Hold Pre-bid Meeting/Site Visit State November 28, 2017 at 9:00 AM Submit Written Questions Vendors November 29, 2017 by 2:00 PM Provide Responses to Questions State December 1, 2017 Submit Bids Vendors December 7, 2017 by 2:00 PM Mandatory Site Visit Date: November 28, 2017 Time: 9:00 AM Eastern Time Contact #: Instructions: It shall be MANDATORY that each Vendor representative be present for a pre-bid site visit on November 28, Attendees shall meet promptly at 9:00 AM Eastern Time at the Sanford National Guard Readiness Center located at 2214 Nash Street Sanford, NC. All attendees shall sign in upon arrival. LATE ARRIVALS WILL NOT BE ALLOWED TO SIGN IN, NOR SHALL THEIR BID BE CONSIDERED. Late arrivals may be excluded from the meeting room until all on-time attendees have completed sign-in and the sign-in sheet secured. Once the sign-in process is complete, all other persons wishing to attend may do so to the extent that space and circumstances allow. On-time attendance will be strictly enforced. The purpose of this visit is for all prospective Vendors to apprise themselves with the conditions and requirements which will affect the performance of the work called for by this Invitation for Bids. Vendors shall stay for the duration of the site visit. No allowances will be made for unreported conditions that a prudent Vendor would recognize as affecting the work called for or implied by this bid. Page 4 of 31

7 Vendors are cautioned that any information released to attendees during the site visit, other than that involving the physical aspects of the facility referenced above, and which conflicts with, supersedes, or adds to requirements in this Invitation for Bid, must be confirmed by written addendum before it can be considered to be a part of this bid. 2.4 BID QUESTIONS Purpose: Upon review of the IFB documents, Vendors may have questions to clarify or interpret the IFB in order to submit the best bid possible. To accommodate the Bid Questions process, Vendors shall submit any such questions by the above due date. Instructions: Written questions shall be ed to traci.faircloth@ncdps.gov by the date and time specified above. Vendors will enter IFB # 19-IFB LTA Questions as the subject for the . Questions submittals will include a reference to the applicable IFB section and be submitted in a format shown below: Reference IFB Section, Page Number Vendor Question Vendor question? Questions received prior to the submission deadline date, the State s response, and any additional terms deemed necessary by the State will be posted in the form of an addendum to the Interactive Purchasing System (IPS), and shall become an Addendum to this IFB. No information, instruction or advice provided orally or informally by any State personnel, whether made in response to a question or otherwise in connection with this IFB, shall be considered authoritative or binding. Vendors shall be entitled to rely only on written material contained in an Addendum to this IFB. 2.5 BID SUBMITTAL Instructions: Sealed bids, subject to the conditions made a part hereof and the receipt requirements described below, shall be received at the address indicated in the table below, for furnishing and delivering those items as described herein. Refer to the BID CONTENTS section herein for details on required content of submitted bids. OFFICE ADDRESS FOR DELIVERY BY ANY OTHER MEANS, SPECIAL DELIVERY, OVERNIGHT DELIVERY, OR BY ANY OTHER CARRIER BID NUMBER: 19-IFB LTA Attn: Traci Faircloth North Carolina Department of Public Safety Purchasing and Logistics 3030 Hammond Business Place Raleigh, NC IMPORTANT NOTE: It is the responsibility of the Vendor to have the signed bid physically in this Office by the specified time and date of opening, regardless of the method of delivery. This is an absolute requirement. The time of delivery will be marked on each bid when received, and any bid received after the bid submission deadline will not be accepted or evaluated. Sealed bids, subject to the conditions made a part hereof, will be received at the address indicated in the table in this Section, for furnishing and delivering the commodity as described herein. All risk of late arrival due to unanticipated delay whether delivered by hand, U.S. Postal Service, courier or other delivery service or method is entirely on the Vendor. Note that the U.S. Postal Service generally does not deliver mail to the street address above, but to the State s Mail Service Center. Vendors are cautioned that bids sent via U.S. Mail, including Express Mail, may not be delivered by the Mail Service Center to the agency s purchasing office on the due date in time to meet the bid deadline. All Vendors are urged to take the possibility of delay into account when submitting a bid. Page 5 of 31

8 Vendors shall deliver one (1) signed, original executed bid response, one (1) copy of the signed original executed bid, of its bid to the address identified in the table in this Section. The Vendor must also submit one (1) signed, executed electronic copy and one (1) signed, executed redacted electronic copy of its bid on USB Flash Drive(s). The files should not be password-protected and should be capable of being copied to other media. Include only bids in response to this IFB in a sealed package. Address package and insert bid number as shown in the table in this Section. Bids shall be marked on the outside of the sealed envelope with the Vendor s name, Bid number and date and time of opening. If Vendor is submitting more than one bid, each bid shall be submitted in separate sealed envelopes and marked accordingly. For delivery purposes, separate sealed bids from a single Vendor may be included in the same outer package. Attempts to submit a Bid via facsimile (FAX) machine, telephone or electronic means, including but not limited to , in response to this Invitation for Bids will not be accepted. Bids are subject to rejection unless submitted with the information above included on the outside the sealed bid package. Critical updated information may be included in Addenda to this IFB. It is important that all Vendors proposing on this IFB periodically check the State s IPS website for any Addenda that may be issued prior to the bid opening date. All Vendors shall be deemed to have read and understood all information in this IFB and all Addenda thereto. Contact with anyone working for or with the State regarding this IFB other than the State Contract Lead named on the face page of this IFB in the manner specified by this IFB shall constitute grounds for rejection of said Vendor s offer, at the State s election. 2.6 BID CONTENTS For each of Vendor s bid, Vendors shall populate all attachments of this IFB that require the Vendor to provide information and include an authorized signature where requested, as outlined below. Vendor IFB responses shall include the following items and they should be arranged in the following order: a) Completed and signed version of EXECUTION PAGE, along with the body of the IFB (pages 2-18) and signed receipt pages of any addenda released in conjunction with this IFB, (if required to be returned). b) Completed version of ATTACHMENT A: PRICING FORM c) Completed version of ATTACHMENT B: LOCATION OF WORKERS UTILIZED BY VENDOR d) ATTACHMENT C: INSTRUCTIONS TO VENDORS e) ATTACHMENT D: NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS f) Completed and signed version of ATTACHMENT E: CERTIFICATION OF FINANCIAL CONDITION g) ATTACHMENT F: ALCOHOL/DRUG-FREE WORKPLACE POLICY Page 6 of 31

9 2.7 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS a) AGENCY SPECIFIC TERM CONTRACT: A contract generally intended to cover all normal requirements for a commodity for a specified period of time based on estimated quantities for a single entity. b) BAFO: Best and Final Offer, submitted by a Vendor to alter its initial bid, made in response to a request by the issuing agency. c) BUYER: The employee of the State or Other Eligible Entity that places an order with the Vendor. d) CONTRACT LEAD: Representative of the Department of Public Safety who corresponds with potential Vendors in order to identify and contract with that Vendor providing the greatest benefit to the State and who will administer the contract for the State. e) E-PROCUREMENT SERVICES: The program, system, and associated services through which the State conducts electronic procurement. f) FOB-DESTINATION: Title changes hand from Vendor to purchaser at the destination point of the shipment; Vendor owns commodity in transit and files any claims, and Vendor pays all freight and any related transportation charges. A solicitation may request Vendors to separately identify freight charges in its bid, but no amount or charge not included as part of the total bid price will be paid. g) IFB: Invitation for Bids. h) LOT: A grouping of similar products within an IFB. i) ON-TIME DELIVERY: The delivery of all items within a single order to the receiving point designated by the ordering entity within the delivery time required. j) QUALIFIED BID: A responsive bid submitted by a responsible Vendor. k) STATE: The State of North Carolina, including any of its sub-units recognized under North Carolina law. l) STATE AGENCY: Any of the more than 400 sub-units within the executive branch of the State, including its departments, boards, commissions, institutions of higher education and other institutions. m) VENDOR: Supplier, bidder, proposer, company, firm, corporation, partnership, individual or other entity submitting a response to an Invitation for Bids. 2.8 NOTICE TO VENDORS REGARDING TERMS AND CONDITIONS It shall be the Vendor s responsibility to read the Instructions, the State s terms and conditions, all relevant exhibits and attachments, and any other components made a part of this IFB, and comply with all requirements and specifications herein. Vendors also are responsible for obtaining and complying with all Addenda and other changes that may be issued in connection with this IFB. If Vendors have questions, issues, or exceptions regarding any term, condition, instruction or other component within this IFB, those must be submitted as questions in accordance with the BID QUESTIONS sections herein. If the State determines that any changes will be made as a result of the points raised, then such decisions will be communicated in the form of an IFB addendum. The State may also elect to leave open the possibility for later negotiation of specific components of the Contract that have been addressed during the question and answer period. Other than through this process, the State will reject and shall not be required to evaluate or consider any additional or modified terms and conditions or Instructions to Vendor submitted with Vendor s response. This applies to any language appearing in or attached to the document as part of the Vendor s response that purports to vary any terms and conditions or Vendors instructions herein or to render the bid non-binding or subject to further negotiation. By execution and delivery of a bid in response to this Invitation for Bids, Vendor agrees that any additional or modified terms and conditions, including Instructions to Vendors, whether submitted purposely or inadvertently, or any purported condition to the offer shall have no force or effect, and will be disregarded. Noncompliance with, or any attempt to alter or delete, this paragraph shall constitute sufficient grounds to reject Vendor s bid as nonresponsive. Page 7 of 31

10 If a Vendor desires modification of the terms and conditions of this solicitation, it is urged and cautioned to inquire during the question period, in accordance with the instructions in Section 2.4 Bid Questions, about whether a specific, proposed modification is acceptable to or will be considered by the State. Identification of objections or exceptions to the State s terms and conditions in the bid itself shall not be allowed and shall be disregarded or the bid rejected. By executing and submitting its bid in response to this IFB, Vendor understands and agrees that the State may exercise its discretion not to consider any and all proposed modifications a Vendor may request and may accept Vendor s bid under the terms and conditions in this IFB. 2.9 CONTRACT MONITORING Per NC Senate Bill 1213 (Session Law ) any contract which results from the award of this Invitation for Bid shall include contract monitoring as a regular process of evaluating post award Vendor contract performance based on measurable deliverables and verifying Vendor compliance with the terms and conditions in the contract. The general purpose of monitoring will be to 1) improve Vendor contract performance through early identification of questions and issue resolution; 2) identify potential contract problems, financial or technical, that may require additional scrutiny; 3) evaluate Vendor contract performance controls to ensure there is a reliable basis for validating deliverables and minimizing risk of contract default; 4) assure that Vendor financial documentation is adequate and accurate as it relates to contract payments. Specifically, contract monitoring may include but are not limited to the following areas; Verify contractor performance for purposes of payment; Identify material breach of contract by assessing the difference between contract performance and material nonperformance; Determine if corrective action is necessary and take such action if required; 3.0 METHOD OF AWARD AND BID EVALUATION PROCESS 3.1 METHOD OF AWARD All qualified bids will be evaluated and award or awards will be based on lowest responsive bid meeting specifications, as determined by a consideration of: 1) Price 2) Quality of item offered 3) General reputation and performance capabilities of bidder 4) Suitability of item(s) for intended use 5) Conformity with intent of specifications herein 6) Guaranteed delivery schedule 7) Evaluation of references, if required 8) Evaluation of samples The right is reserved to award this contract to a single overall bidder on all items, or to make awards on the basis of individual items or groups of items, whichever shall be considered by the State to be most advantageous or to constitute its best interest. Bidders should show unit prices, but are requested also to offer a lump sum price. The right is also reserved to not make a total award to a bidder for less than: $1,000 on contracts valued at less than $25,000; or $2,500 on contracts valued at over $25,000. The status of a Vendor s e-procurement Services account(s) that is in arrears by 91 days or more at the time of bid opening shall be considered a relevant factor in determining whether to award a Contract under this IFB. Page 8 of 31

11 3.2 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION During the evaluation period from the date bids are opened through the date the contract is awarded each Vendor submitting a bid (including its representatives, sub-contractors and/or suppliers) is prohibited from having any communications with any person inside or outside the using agency, issuing agency, other government agency office, or body (including the purchaser named above, department secretary, agency head, members of the general assembly and/or governor s office), or private entity, if the communication refers to the content of Vendor s bid or qualifications, the contents of another Vendor s bid, another Vendor s qualifications or ability to perform the contract, and/or the transmittal of any other communication of information that could be reasonably considered to have the effect of directly or indirectly influencing the evaluation of bids and/or the award of the contract. A Vendor not in compliance with this provision shall be disqualified from contract award, unless it is determined in the State s discretion that the communication was harmless, that it was made without intent to influence and that the best interest of the State would not be served by the disqualification. A Vendor s bid may be disqualified if its sub-contractor and supplier engage in any of the foregoing communications during the time that the procurement is active (i.e., the issuance date of the procurement to the date of contract award). Only those discussions, communications or transmittals of information authorized or initiated by the issuing agency for this IFB or general inquiries directed to the purchaser regarding requirements of the IFB (prior to bid submission) or the status of the contract award (after submission) are excepted from this provision. 3.3 BID EVALUATION PROCESS The State shall review all Vendor responses to this IFB to confirm that they meet the specifications and requirements of the IFB. 1. Bids are requested for services as specified. The State reserves the right to reject any bid on the basis of fit, form and function as well as cost. All information furnished on this bid may be used as a factor in determining the award of this contract. 2. At that date and time specified as the bid opening, the package containing the bids from each responding firm will be opened publicly and the name of the Vendor announced. 3. The State shall review all Vendor responses to this IFB to confirm that they meet the specifications and requirements of the IFB. The State reserves the right to waive any minor informality or technicality in bids received. 4. For all responses that pass the initial review process, the State will review and assess the Vendors pricing. The State may request additional formal responses or submissions from any or all Vendors for the purpose of clarification or to amplify the materials presented in any part of the bid. Vendors are cautioned, however, that the State is not required to request clarification, and often does not. Therefore, all bids should be complete and reflect the most favorable terms available from the Vendor. Prices bid cannot be altered or modified as part of a clarification. 5. Bids will be evaluated, based on the award criteria identified in Section 3.1 METHOD OF AWARD. Vendors are cautioned that this is a request for offers, not an offer or request to contract, and the State reserves the unqualified right to reject any and all offers at any time if such rejection is deemed to be in the best interest of the State. The State reserves the right to reject all original offers and request one or more of the Vendors submitting bids within a competitive range to submit a best and final offer (BAFO), based on discussions and negotiations with the State, if the initial responses to the IFB have been evaluated and determined to be unsatisfactory. Upon completion of all evaluations, the State will make Award(s) based on the evaluation and post the award(s) to IPS under the IFB number for this solicitation. Award of a Contract to one Vendor does not mean that the other bids lacked merit, but that, all factors considered, the selected bid was deemed most advantageous and represented the best value to the State. Page 9 of 31

12 3.4 PERFORMANCE OUTSIDE THE UNITED STATES Vendor shall complete ATTACHMENT B: LOCATION OF WORKERS UTILIZED BY VENDOR. In addition to any other evaluation criteria identified in this IFB, the State may, for purposes of evaluating proposed or actual contract performance outside of the United States, also consider how that performance may affect the following factors to ensure that any award will be in the best interest of the State: a) Total cost to the State b) Level of quality provided by the Vendor c) Process and performance capability across multiple jurisdictions d) Protection of the State s information and intellectual property e) Availability of pertinent skills f) Ability to understand the State s business requirements and internal operational culture g) Particular risk factors such as the security of the State s information technology h) Relations with citizens and employees i) Contract enforcement jurisdictional issues 3.5 INTERPRETATION OF TERMS AND PHRASES This Invitation for Bids serves two functions: (1) to advise potential Vendors of the parameters of the solution being sought by the Department; and (2) to provide (together with other specified documents) the terms of the Contract resulting from this procurement. As such, all terms in the Invitation for Bids shall be enforceable as contract terms in accordance with the General Contract Terms and Conditions. The use of phrases such as shall, must, and requirements are intended to create enforceable contract conditions. In determining whether bids should be evaluated or rejected, the Department will take into consideration the degree to which Vendors have proposed or failed to propose solutions that will satisfy the Department s needs as described in the Invitation for Bids. Except as specifically stated in the Invitation for Bids, no one requirement shall automatically disqualify a Vendor from consideration. However, failure to comply with any single requirement may result in the Department exercising its discretion to reject a bid in its entirety. 4.0 REQUIREMENTS This Section lists the requirements related to this IFB. By submitting a bid, the Vendor agrees to meet all stated requirements in this Section as well as any other specifications, requirements and terms and conditions stated in this IFB. If a Vendor is unclear about a requirement or specification or believes a change to a requirement would allow for the State to receive a better bid, the Vendor is urged and cautioned to submit these items in the form of a question during the question and answer period in accordance with Section PRICING Bid price shall constitute the total cost to State for delivery fully assembled and ready for use, including all applicable charges for shipping, delivery, handling, administrative and other similar fees. Vendor shall not invoice for any amounts not specifically allowed for in this IFB. Complete ATTACHMENT A: PRICING FORM and include with Bid. 4.2 WARRANTY Manufacturer s standard warranty shall apply. Vendors shall include a copy of the manufacturer s standard warranty with the bid response. Vendor warrants that all equipment furnished under this IFB will be new, of good material and workmanship. The warranty will be for a minimum period of twelve (12) months from date equipment is put into operation. Such warranty shall cover the cost of all defective parts replacement, labor, freight, and technicians travel at no additional cost to the State. Page 10 of 31

13 The report of a problem does not presuppose that every call must result in an on-site visit for service/repair. The Vendor and/or service sub-contractor shall utilize best efforts to resolve problems in a timely fashion through the use of acceptable servicing methods to include, but not limited to, verbal problem analysis and remote diagnosis. The warranty requirement does not impose any additional duty on the State to make other than normal and good faith problem resolution efforts or expenditures of time. Vendor is responsible for compliance with warranty terms by any thirdparty service provider. Vendor is authorized by manufacturer to repair equipment offered during the warranty period? YES NO Will the Vendor provide warranty service? YES NO, an authorized third party will perform warranty service Contact information for warranty service provider: Company Name: Company Address: Contact Person (name): Contact Person (phone number): Contact Person ( ): 4.3 FINANCIAL STABILITY Each Vendor shall certify it is financially stable by completing the ATTACHMENT E: CERTIFICATION OF FINANCIAL CONDITION. The State is requiring this certification to minimize potential performance issues from Contracting with a Vendor that is financially unstable. From the date of the Certification to the expiration of the Contract, the Vendor shall notify the State within thirty (30) days of any occurrence or condition that materially alters the truth of any statement made in this Certification. 5.0 PRODUCT SPECIFICATIONS 5.1 GENERAL SPECIFICATIONS Base Bid: Remove existing natural gas, water boiler and replace with two individual, Natural Gas fired modular boilers, with each one having an approximate input of 500 MBH and output of 425 MBH. Boilers are to communicate with each other by way of communication cable. Each modular unit must be able to stand alone, have circulation pump (size as required), and capable of independent operation with cut off valves on intake and outlet of each unit so that it can be isolated for repairs. Install a new sediment/air separator, on new primary loop, new backflow preventer before the water make up. Water make up with copper pipe and ball valves and new pressure reducing valve to be installed. The existing expansion tanks to be removed and new expansion tank with bladder installed. Pipe running from the system heating to the expansion tank will need to be ¾ or larger copper pipe PART 1 - GENERAL SUMMARY A. Section includes gas-fired, copper finned-tube hydronic heating boilers B. Related Sections (not applicable) 1. Building Services Piping Division Breeching, Chimneys, and Stacks (Venting) Division HVAC Instrumentation and Controls Division Electrical Division Page 11 of 31

14 1.2 REFERENCES A. ANSI Z21.13/CSA 4.9 B. ASME, Section IV C UMC, Section D. National Fuel Gas Code E. I=B=R F. NEC G. ASME CSD-1, SUBMITTALS A. Product data sheet (including dimensions, rated capacities, shipping weights, accessories) B. Wiring diagram C. Warranty information D. Installation and operating instructions 1.4 QUALITY ASSURANCE A. Regulatory Requirements 1. ANSI Z21.13/CSA 4.9 B. Certifications 1. CSA 2. ASME H Stamp and National Board Listed 3. ISO HEAT EXCHANGER WARRANTY A. Ten-year Heat exchanger warranty against leaks and thermal shock B. One year warranty on all parts - PRODUCTS 1.6 MANUFACTURER A. Lockinvar Copper Fin II or approved equal 1. Copper finned-tube hydronic boiler(s) 1.7 BOILERS A. General 1. The boiler(s) shall be fired with natural gas at approximate rated input of 500 MBH each. Output of 425 MBH each 2. The boiler(s) shall be CSA tested and certified with a minimum thermal efficiency of 82 percent at full fire. 3. The boiler(s) shall be ASME inspected and H-stamped and National Board registered for 160 PSIG working pressure, complete with a Manufacturer's Data Report. B. Heat Exchanger 1. The heat exchanger shall be of a single-bank, horizontal-grid design integral copper fin tubes, each end of which is rolled into an ASME boiler-quality steel tube sheet. 2. The heat exchanger shall be sealed to 160 PSIG rated standard headers. 3. The low water volume heat exchanger shall be explosion-proof on the water side and shall carry a Tenyear warranty against thermal shock caused by boiler operation with large temperature changes, not exceeding 150ºF between the water temperature at the boiler inlet and the boiler outlet temperature up to 230ºF maximum. 4. The headers shall be secured to the tube sheet by stud bolts with flange nuts to permit inspection and maintenance without removal of external piping connections. Page 12 of 31

15 5. The boiler(s) shall be capable of operating at inlet water temperatures as low as 105 F without condensation or have a Low Temperature recirculation valve. C. Burners 1. The stainless steel alloy burners shall be of the raised port design with primary fixed air ports, capable of quiet extinction without flashback at the orifice at firing rates between 20% and 100%, or Proportional firing of 4:1 Turndown and mounted in a slide out burner drawer for ease of inspection. D. Pilot Control System 1. The boiler(s) shall be equipped with a 100 percent safety shutdown system. The pilot ignition shall be (a) or (b) a. Standard models ( ) shall have an electronic intermittent ignition system with electronic flame supervision having a nominal 0.8 second flame response time. b. Standard models ( ) shall have an electronic ignition system with electronic flame supervision having a nominal 0.8 second flame response time, requiring a manual reset on flame failure. 2. The ignition shall be Spark Ignition or hot surface ignition with full flame rectification to ensure consistent operation. 3. The igniter will be located away from the water inlet to protect the device from condensation during startup. 4. The ignition control module shall include two LED s that indicates flame presence and/or system status. E. Gas Train 1. The boiler(s) shall have a firing/leak test valve and pressure test port as required by CSD The boiler(s) shall have dual gas valve seats per ANSI Z21.13/CSA Gas control trains shall have a redundant safety shut-off feature, main gas regulator, shut-off cock and plugged pressure tapping to meet the requirements of ANSI Z21.13/CSA 4.9. F. Boiler Control 1. The following safety controls shall be provided: a. High limit control. b. Flow switch, mounted and wired. c PSIG ASME pressure relief valve, piped by the installer to an approved drain. d. Temperature and pressure gauge. G. Firing Mode 1. The boiler(s) shall be equipped to (a), (b), a. Provide full modulation of gas input to any load condition as low as 20% of the full rating of the boiler (5:1 ratio) without flashback, burning at orifices or improper combustion. b. Or proportional Firing at 4:1 turndown H. Boiler Diagnostics 1. Provide ignition module indicating the following flashes by LED signal: I. Combustion Chamber: The lightweight, high-temperature, multi-piece, interlocking castable combustion chamber liner shall reduce standby radiation losses, reducing jacket losses and increasing unit efficiency. J. Venting 1. When routed vertically, the boiler s flue material and size shall be in accordance with the National Fuel Gas Code, ANSI Z223.1/NFPA 54 latest edition (Category I). K. Cabinet 1. The corrosion-resistant galvanized steel jackets shall be finished with a baked-on epoxy powder coat which is suitable for outdoor installation, applied prior to assembly for complete coverage, and shall incorporate louvers in the outer panels to divert air past heated surfaces. 2. The boiler(s), if located on a combustible floor, shall require an optional separate combustible floor base. L. Operating Controls 1. The boiler(s) shall feature an optional staged controller with adjustable outdoor reset, mounted and wired. Page 13 of 31

16 2. Water and air temperature sensors for all digital controllers shall be shipped loose for field installation by installing contractor. Boiler Pump - Refer to Equipment Schedule M. Cold Water Start System 1. The boiler(s) shall be configured with a cold water start automatic proportional bypass system that ensures the boiler will experience inlet temperatures in excess of 105ºF within 7 minutes to avoid damaging condensation. The unit will automatically shut down if the inlet temperature is not achieved within the 7-minute time frame. 2. The cold water start system shall be configured with a modulating three-way valve that is controlled by a system-matched PID controller. The PID controller temperature sensor shall be located in the inlet header of the boiler. 3. The control shall have a temperature setting dial located on the face of the board. The temperature range of the dial shall be 105ºF to 120ºF. The PID Logic shall be capable of limiting system overshoot to a maximum of 10ºF on initial start-up or call-for-heat. 4. The cold water start system shall be completely wired and mounted at the factory. 5. The control shall have the following diagnostic LED s: a. Call for heat b. Start-up mode c. Inlet temperature error d. Sensor out of range 6. The controller shall have the capability to add optional alarm contacts. 1.8 SOURCE QUALITY CONTROL A. The boiler(s) shall be completely assembled, wired, and fire-tested prior to shipment from the factory. B. The boiler(s) shall be furnished with the sales order, ASME Manufacturer s Data Report, inspection sheet, wiring diagram, rating plate and Installation and Operating Manual. PART 2 - EXECUTION 2.1 INSTALLATION A. Must comply with: 1. Local, state, provincial, and national codes, laws, regulations and ordinances 2. National Fuel Gas Code, NFPA 54/ANSI Z223.1 latest edition 3. National Electrical Code, ANSI/NFPA 70 latest edition 4. Standard for Controls and Safety Devices for Automatically Fired Boilers, ANSI/ASME CSD-1, when required 5. Canada only: CAN/CSA B149 Installation Code and CSA C22.1 CEC Part I 6. Manufacturer s installation instructions, including required service clearances and venting guidelines B. Manufacturer s representative to verify proper and complete installation. Page 14 of 31

17 2.2 START-UP A. Shall be performed by factory-trained personnel or approved equal personnel. B. Test during operation and adjust if necessary: 1. Safeties (2.2 - F) 2. Operating Controls (2.3) 3. Static and full load gas supply pressure 4. Gas manifold and blower air pressure C. Submit copy of start-up report to: NC NATIONAL GUARD FACILITY MAINTENANCE DEPARTMENT 4203 REEDY CREEK ROAD Raleigh, North Carolina TRAINING A. Provide factory-authorized service representative to train maintenance personnel on procedures and schedules related to start-up, shut-down, troubleshooting, servicing, and preventive maintenance. B. Schedule training at least seven days in advance. BOILER INSPECTION: It shall be the responsibility of the contractor to complete the installation of the fired and unfired pressure vessels and their safety devices, in accordance with the requirements of the latest Edition of the North Carolina Boiler Inspection Law, Rules, and Regulations. This contractor shall have the equipment, which is installed under this contract, inspected and approved by the State of North Carolina, Department of Boiler Inspections. This contractor shall be responsible for notifying the State Boiler Inspector, in writing, or by phone call, at least two (2) weeks prior to the date of completion, of all equipment requiring inspection. Furnish and install a suitable metal frame, having a removable glass cover, for posting the certificates of inspection, furnished by the North Carolina Department of Labor, Boiler Bureau. Certificates are to be installed by this contractor before requesting final inspection of the completed job by the Owner. Final payment will not be made until certificate of inspection has been duly framed and posted. All fees and expenditures, necessary for this requirement, will be paid by the contractor. GENERAL NOTES: 1. Replace boiler assembly with two new Natural Gas fired boilers. 2. Dispose of the old boiler and accessories in a proper manner & within environmental laws. 3. Electrical connections shall be made by a licensed electrician as required per the latest edition of the N.E.C., NC Office of State Construction Electrical Guidelines Manual and the NC Dept. of Insurance. 4. Conductors to be properly sized for loads required. 5. All Conduits shall be ¾ EMT or larger. Page 15 of 31

18 6. Each new boiler shall have rated input of approximately 500 MBH and output of 425 MBH and meets specs for Lockinvar CHN0502-N9. 7. Main Gas piping from outside to branch at each boiler, shall be POC at JFHQNC-Construction & Facilities Management Office (CFMO) is CW5 Freeman , Andy Spence or Brian Fisher Layout of boiler and piping shall be consistent with general accepted piping principals, with gas exhaust vent piping as short as possible. Piping shall be plumb and level. 10. New copper water make up piping shall be installed per drawings will replace old water makeup. 11. Primary piping system loop will be piped the same size as the existing 4 main piping. 12. Each boiler piping will have a low temperature protection valve (LTV), with bypass and set at 135 degrees F. inlet water temperature, to protect the heat exchanger from condensation. This valve will need to meet or exceeds specs of Fluid Power Energy # A2010 Low Thermostatic Valve 2 threaded. 13. Existing expansion tanks to be removed and one new bladder type meeting specs for Bell & Gossett D80V or better. 14. Sediment/air removal separator shall be installed that will be able to remove particles 15 microns and up, such as the TACO 4900 or Bell & Gossett SRS 4 Flanged or equivalent and be 4 to match primary loop piping, with a full size ball valve on the drain of the sediment/air separator. Drain to be piped to floor. 15. Install vent pipes & Barometric dampers per manufactures, if needed, recommendations to ensure proper draft requirements are met. 16. Concrete housekeeping pad/pads for boilers and new domestic hot water heater, to be approximately 4 thick w/fiber mesh reinforcement with the strength to be a minimum of 3,000 PSI in 28 days. 17. Connect all existing piping to boilers as necessary to make system operational. 18. All piping will be insulated per code. 19. Install supply and return temperature sensors in primary loop for boiler operations. 20. Install outdoor temperature sensor to boiler, so boilers will shut down when temperature is above 65 degrees. 21. Install a Stainless Steel indirect domestic hot water heater, Squire SIT Hook up existing domestic hot water piping to new domestic hot water tank. SEQUENCE of OPERATION: 1. Install an Outdoor temperature sensor to lead boiler. 2. There will need to be a 2 wire twisted shielded communications cable between the boilers. 3. Boiler will tell all circulator pumps, to go on standby when outside temperature is below 65 degrees. Each zone pump will come on if that zone thermostat calls for heating. Above 65 degrees boiler will tell all circulator pumps not to run. 4. The call for heat is from sensors located in the primary loop. 5. Boiler should then start the boiler unit pump. 6. Boilers should then start the process of firing the burners. 7. Boilers must fire in stages and be wired to use a cascade effect where one boiler will become fully loaded before the second boiler starts heating. 8. After primary loop temperature is satisfied the boilers will shut off. 9. Boiler will alternate running, so as to get even boiler wear. This is an automatic built in feature with Lockinvar boilers. 10. Install emergency shut off switch per code as required. Field locate at each door. Page 16 of 31

19 11. Boilers to be of staged or proportional firing or of the modulating type controls. 12. Boiler to have Low water/flow cut off controls. 13. Maximum set point for primary loop temperature is approximately 165 degrees. 14. Offset temperature of primary loop piping no more than 8 degrees above or below Boilers to operate on outdoor air temperature reset. 16. When outdoor air temperature is 60 degrees loop temperature should be about When outdoor air temperature is 25 degrees loop temperature should be maxed at 165 degrees. Specifications for Labor: Contractor will remove and haul off all parts of the old boiler as well as any excess materials and dispose of. Contractor will remove old boiler concrete pad or add to it to have space to install the 2 new boilers on the elevated pad. Contractor is responsible for any and all permits, application fees, inspections and any other cost that are required to complete this project. Additionally inspect the equipment for any hidden damages or required repairs that are in addition to the approved work on the PO that is issued. Specifications for Material: 2 each Copper finned water tube boilers Model # CHN502 Misc. materials to include piping, fittings, Air separator with expansion tank, circulator pumps and pipe valves. Contractor will provide startup of system, instruction to unit personnel on proper operation and provide all manuals and documentation. Contractor will provide one year warranty on all workmanship and standard warranty on material as per manufacture specification. Job site to be kept clean and safe during process and inspected by unit personnel upon completion of work. REQUIREMENTS VENDOR S RESPONSE Specifications Product/Service Offered Meets Specification Can you supply and install the items as specified? YES NO 5.1 CERTIFICATION AND SAFETY LABELS PRODUCT SAFETY LISTING: All manufactured items and/or fabricated assemblies subject to operation under pressure, operation by connection to an electric source, or operation involving a connection to a manufactured, natural, or LP gas source shall be constructed and approved in a manner acceptable to the appropriate state inspector which customarily requires the label or re-examination listing or identification marking of the appropriate safety standard organization; such as the American Society of Mechanical Engineers for pressure vessels; the Underwriters Laboratories and /or National Electrical Manufacturers Association for electrically operated assemblies; or the American Gas Association for gas operated assemblies, where such approvals of listings have been established for the type of device offered and Page 17 of 31

20 furnished. A list of acceptable marks is available on the Division of Purchase and Contract website at: The CE label is not acceptable. Further, all items furnished shall meet all requirements of the Occupational Safety and Health Act (OSHA), and state and federal requirements relating to clean air and water pollution. Having the appropriate certification or safety label affixed to any device delivered pursuant to this solicitation, under the conditions described above, is a material condition of any contract awarded as a result of this solicitation. All costs for product and industry certifications and listings required to supply conforming products to the State as described in this IFB are the sole responsibility of the Vendor. The certification or safety label shall be affixed and be visible on the OUTSIDE of the all products that require a certification or safety label in order to pass the State Quality Acceptance Inspection. Attachments to this IFB begin on the next page This Space is Intentionally Left Blank Page 18 of 31

21 ATTACHMENT A: PRICING FORM FURNISH AND DELIVER: Item # QTY. UOM DESCRIPTION UNIT PRICE EXTENDED PRICE 1 1 LOT Materials for Boiler Repair Sanford.2 each Copper finned water tube boilers Model # CHN502 or equivalent.. Misc. materials per specs to include piping, fittings, Air separator with expansion tank, circulator pumps and pipe valves. Manufacturer: Model #: 2 1 DOLLAR Labor TOTAL EXTENDED PRICE: $ RECYCLED CONTENT: If the products offered herein contain any recycled content, indicate the material and content percentage: Material: Percentage %: This Space is Intentionally Left Blank Page 19 of 31

STATE OF NORTH CAROLINA

STATE OF NORTH CAROLINA STATE OF NORTH CAROLINA Division of Purchase and Contract Invitation for Bid #: 201801064 Automated Filing System Date Issued: July 10, 2018 Bid Opening Date: August 2, 2018 At 2:00 PM ET Direct all inquiries

More information

STATE OF NORTH CAROLINA

STATE OF NORTH CAROLINA STATE OF NORTH CAROLINA Fayetteville Technical Community College Invitation for Bid #: 96-1836 Graphing Calculator Bundle Date of Issue: May 11, 2018 Bid Opening Date: May 22, 2018 At 2:00 PM ET Direct

More information

STATE OF NORTH CAROLINA

STATE OF NORTH CAROLINA STATE OF NORTH CAROLINA University of North Carolina School of the Arts Invitation for Bid #: 62-00316 Dance Tower Date of Issue: May 1, 2018 Bid Opening Date: May 15, 2018 at 3:00PM ET Direct all inquiries

More information

STATE OF NORTH CAROLINA

STATE OF NORTH CAROLINA STATE OF NORTH CAROLINA Department of Transportation Invitation for Bid #: 54-MCD-11799893 HDPE Pipe Date of Issue: April 25, 2018 Bid Opening Date: May 7, 2018 At 02:00PM ET Direct all inquiries concerning

More information

STATE OF NORTH CAROLINA

STATE OF NORTH CAROLINA STATE OF NORTH CAROLINA DEPARTMENT OF HEALTH AND HUMAN SERVICES Invitation for Bid #: 30-0057-18 Promotional Item with imprint - No Show Cuff Socks for walking and running Date of Issue: March 29, 2018

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.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

STATE OF NORTH CAROLINA

STATE OF NORTH CAROLINA STATE OF NORTH CAROLINA Department of State Treasurer Request for Proposal #: 07-S12038 Bond Counsel Pool Date of Issue: January 19, 2016 Expression of Interest Due Date: February 1, 2016 Proposal Due

More information

STATE OF NORTH CAROLINA

STATE OF NORTH CAROLINA STATE OF NORTH CAROLINA Walter B. Jones, Alcohol and Drug Abuse Treatment Center Invitation for Bid #: 30-21337404 Transportation Services Date Issued: June 27, 2018 Bid Opening Date: July 17, 2018 At

More information

STATE OF NORTH CAROLINA

STATE OF NORTH CAROLINA STATE OF NORTH CAROLINA Division of Purchase and Contract Invitation for Bid #: 201801001 Lighting Instruments Date Issued: June 18, 2018 Bid Opening Date: June 28, 2018 At 2:00 pm ET Direct all inquiries

More information

STATE OF NORTH CAROLINA

STATE OF NORTH CAROLINA STATE OF NORTH CAROLINA Department of Transportation Invitation for Bid #: 54-CA-11793742 PA System for Raleigh Union Station Date of Issue: April 26, 2018 Bid Opening Date: May 9, 2018 At 2:00 PM ET Direct

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

STATE OF NORTH CAROLINA

STATE OF NORTH CAROLINA STATE OF NORTH CAROLINA DEPARTMENT OF TRANSPORTATION Invitation for Bid #: 54-01-11775847 AGGREGATE Date of Issue: April 24, 2018 Bid Opening Date: May 3, 2018 At 2:00 PM EST Direct all inquiries concerning

More information

STATE OF NORTH CAROLINA

STATE OF NORTH CAROLINA STATE OF NORTH CAROLINA Division of Purchase and Contract Invitation for Bid #: 201601123 Lathe and Metalworking Machines-All Types & Accessories Date of Issue: September 1, 2016 Bid Opening Date: September

More information

Cumberland County Schools

Cumberland County Schools Cumberland County Schools INVITATION FOR BIDS DUE DATE FOR BID: 3:00 pm (ET) October 31, 2017 Refer all inquiries to: Kevin Coleman Item: Windows Laptops Telephone No: 910-678-2549 E-Mail: kevincoleman@ccs.k12.nc.us

More information

STATE OF NORTH CAROLINA

STATE OF NORTH CAROLINA STATE OF NORTH CAROLINA Fayetteville Technical Community College Invitation for Bid #: 96-1901 Fusion Splicer Date Issued: July 23, 2018 Bid Opening Date: August 2, 2018 At 2:00 PM ET Direct all inquiries

More information

STATE OF NORTH CAROLINA

STATE OF NORTH CAROLINA STATE OF NORTH CAROLINA DIVISION OF PURCHASE AND CONTRACT Invitation for Bid #: 201701624 Treated Lumber Date Issued: December 19, 2017 Bid Opening Date: January 4, 2018 At 2:00 pm ET Direct all inquiries

More information

STATE OF NORTH CAROLINA

STATE OF NORTH CAROLINA STATE OF NORTH CAROLINA Division of Purchase and Contract Invitation for Bid #: 201801026 Erosion Control Products Date Issued: July 5, 2018 Bid Opening Date: July 24, 2018 At 2:00 PM ET Direct all inquiries

More information

NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS

NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS 1. PERFORMANCE AND DEFAULT: If, through any cause, Vendor shall fail to fulfill in timely and proper manner the obligations under this contract, the

More information

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

More information

COLORADO DEPARTMENT OF LABOR AND EMPLOYMENT DIVISION OF OIL AND PUBLIC SAFETY BOILER AND PRESSURE VESSEL REGULATIONS

COLORADO DEPARTMENT OF LABOR AND EMPLOYMENT DIVISION OF OIL AND PUBLIC SAFETY BOILER AND PRESSURE VESSEL REGULATIONS COLORADO DEPARTMENT OF LABOR AND EMPLOYMENT DIVISION OF OIL AND PUBLIC SAFETY BOILER AND PRESSURE VESSEL REGULATIONS 7 C.C.R. 1101-5 Effective: July 1, 2017 ARTICLE 1 GENERAL PROVISIONS... 3 ARTICLE 2

More information

INVITATION TO BID. Condensing Boilers For Chippewa Valley Technical College 620 West Clairemont Avenue Eau Claire WI

INVITATION TO BID. Condensing Boilers For Chippewa Valley Technical College 620 West Clairemont Avenue Eau Claire WI INVITATION TO BID Condensing Boilers For Chippewa Valley Technical College 620 West Clairemont Avenue Eau Claire WI 54701-6162 BID NO. 17-530 Bid Due Date: October 25, 2016 Sealed bids marked "Bid No.

More information

13 NCAC is amended with changes as published in 31:09 NCR as follows:

13 NCAC is amended with changes as published in 31:09 NCR as follows: 1 1 1 1 1 1 1 1 0 1 0 1 1 NCAC 1.01 is amended with changes as published in 1:0 NCR 0- as follows: 1 NCAC 1.01 DEFINITIONS The following definitions shall apply throughout the rules Rules in this Chapter

More information

The amendments to these regulations are created pursuant to , and (1)(a) of the Colorado Revised Statutes (CRS).

The amendments to these regulations are created pursuant to , and (1)(a) of the Colorado Revised Statutes (CRS). DEPARTMENT OF LABOR AND EMPLOYMENT BOILER AND PRESSURE VESSEL REGULATIONS 7 CCR 1101-5 [Editor s Notes follow the text of the rules at the end of this CCR Document.] ARTICLE 1 Section 1-1 GENERAL PROVISIONS

More information

University of North Carolina at Charlotte

University of North Carolina at Charlotte STATE OF NORTH CAROLINA University of North Carolina at Charlotte Invitation for Bid #66-80208RL Dead, Dying, Hazard Tree Removals Date of Issue: Monday, April 23, 208 Bid Opening Date: Friday, May 4,

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

STATE OF NORTH CAROLINA

STATE OF NORTH CAROLINA STATE OF NORTH CAROLINA Department of Administration Division of Purchase and Contract Invitation for Bid #: 201800961 White Boxer Shorts Date Issued: June 13, 2018 Bid Opening Date: June 25, 2018 At 2:00

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

CITY OF TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number

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

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE EXHIBIT 1 Solicitation Date: PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE State of Florida, Department of Military Affairs HEREINAFTER REFERRED

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

STATE OF NORTH CAROLINA

STATE OF NORTH CAROLINA STATE OF NORTH CAROLINA DIVISION OF PURCHASE AND CONTRACT Invitation for Bid #: 201800507 Packaged Stand by Generator & Automatic Transfer Switch System Date Issued: April 4, 2018 Bid Opening Date: April

More information

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3 Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3 Bid Opening Date/Time Tuesday, October 23, 2012 @ 2:00 p.m. (local

More information

City of Biddeford, Maine

City of Biddeford, Maine City of Biddeford, Maine P.O. Box 586 205 Main Street Biddeford, ME 04005 PUBLIC NOTICE REQUEST For PROPOSAL (RFP) HVAC System Replacement Biddeford Wastewater Treatment Plant Administration Building The

More information

University of North Carolina at Charlotte

University of North Carolina at Charlotte STATE OF NORTH CAROLINA University of North Carolina at Charlotte Request for Proposal # 66-180101TS Parking Decks Interior Cleaning Program Date of Issue: Thursday, December 21, 2017 Proposal Opening

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B17-08 Patch Cables Date: February 23, 2017 To:

More information

Using Agency Name: Vance-Granville Community College (See page 2 for mailing instructions.) Agency Requisition No

Using Agency Name: Vance-Granville Community College (See page 2 for mailing instructions.) Agency Requisition No VANCE-GRANVILLE COMMUNITY COLLEGE INVITATION FOR BIDS NO. 129-012208 PO BOX 917 200 COMMUNITY COLLEGE RD. HENDERSON, NC 27536 Refer ALL Inquiries to: Ken Lewis Telephone No. 252-738-3304 E-Mail: lewis@vgcc.edu

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST PUR421 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 2013 @ 10:00 AM The City of Rock Hill, South Carolina is seeking competitive bids from qualified firms to provide

More information

PROJECT Boiler System Replacement Technology Center

PROJECT Boiler System Replacement Technology Center VAN BUREN INTERMEDIATE SCHOOL DISTRICT PROJECT Boiler System Replacement Technology Center Owner Van Buren Intermediate School District 490 S. Paw Paw Street Lawrence, MI 49064 INVITATION TO BID PROJECT:

More information

The amendments to this rule are created pursuant to , and (1)(a) of the Colorado Revised Statutes (CRS).

The amendments to this rule are created pursuant to , and (1)(a) of the Colorado Revised Statutes (CRS). DEPARTMENT OF LABOR AND EMPLOYMENT Division of Oil and Public Safety BOILER AND PRESSURE VESSEL 7 CCR 1101-5 [Editor s Notes follow the text of the rules at the end of this CCR Document.] ARTICLE 1 Section

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

REQUEST FOR QUOTATION Wake County Public School System

REQUEST FOR QUOTATION Wake County Public School System REQUEST FOR QUOTATION Wake County Public School System Purchasing Department WCPSS RESERVES THE RIGHT TO AWARD LINE BY LINE OR TO THE OVERALL LOWEST BIDDER. 1551 Rock Quarry Road ALL APPLICABLE SHIPPING

More information

REQUEST FOR QUOTE Wake County Public School System

REQUEST FOR QUOTE Wake County Public School System REQUEST FOR QUOTE Wake County Public School System Purchasing Department 1551 Rock Quarry Road Raleigh NC 27610 (919) 694-8729 FAX (919) 856-8107 5/10/18 2:00 PM 10 DAYS ARO COMPANY QUOTING: QUOTATION

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

STATE OF NORTH CAROLINA

STATE OF NORTH CAROLINA STATE OF NORTH CAROLINA Department of Transportation Invitation for Bid #: 54-MCD-11807868R Headwall Date Issued: July 2, 2018 Bid Opening Date: July 12, 2018 At 2:00PM ET Direct all inquiries concerning

More information

INSTRUCTIONS TO BIDDERS Thermal Imaging Camera and Equipment

INSTRUCTIONS TO BIDDERS Thermal Imaging Camera and Equipment INSTRUCTIONS TO BIDDERS Thermal Imaging Camera and Equipment Mountain View Fire and Rescue District is the entity issuing this invitation for bids. The District is a municipal corporation and political

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

Invitation for Bid - Moody Center for the Arts / Theatrical Lighting

Invitation for Bid - Moody Center for the Arts / Theatrical Lighting Invitation for Bid - Moody Center for the Arts / Theatrical Lighting Bid#2016-10-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement

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

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

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

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS 11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction

More information

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S.

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S. SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO. 1 5661 S. Ironwood Drive Apache Junction Arizona 85120 Phone (480) 941-6754 Fax (480) 671-3180 www.smcfd.org BID PACKAGE PROJECT 18.C.18 Issue Date:

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

WAKE COUNTY PUBLIC SCHOOL INVITATION FOR BIDS NO SYSTEM Bids will be publicly opened: MARCH 24, 2015 PURCHASING DEPARTMENT

WAKE COUNTY PUBLIC SCHOOL INVITATION FOR BIDS NO SYSTEM Bids will be publicly opened: MARCH 24, 2015 PURCHASING DEPARTMENT Page: 1 WAKE COUNTY PUBLIC SCHOOL INVITATION FOR BIDS NO. 15-342 SYSTEM Bids will be publicly opened: MARCH 24, 2015 PURCHASING DEPARTMENT Refer ALL Inquiries to: RICK HUNTER E-Mail: rhunter@wcpss.net

More information

Request for Risk Management and Insurance Broker Services

Request for Risk Management and Insurance Broker Services TO: Prospective Vendors DATE: 08/01/ SUBJECT: Services Request for Proposal for Risk Management and Insurance Brokerage You are invited to submit Proposals for Risk Management and Insurance Brokerage Services

More information

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR REPLACEMENT OF HVAC EQUIPMENT AT Highland High School, 1800 Bench

More information

Request for Quotation

Request for Quotation City Hall 501-3 rd Ave., Box 190 Fernie, BC V0B 1M0 www.fernie.ca Request for Quotation PICK UP TRUCK Issue Date: December 13, 2016 Quotations marked Quotation will be received at the City of Fernie, City

More information

ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO.: DMS-14/15-004

ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO.: DMS-14/15-004 4050 Esplanade Way Tallahassee, Florida 32399-0950 Tel: 850.488.2786 Fax: 850. 922.6149 Rick Scott, Governor Craig J. Nichols, Agency Secretary ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE

More information

MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL

MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL 200 W. MAPLE AVE. MUNDELEIN, IL 60060 Issued for Bid: June 30, 2017 NOTICE OF INVITATION TO BID RE: MUNDELEIN

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

Request for Quotation

Request for Quotation City Hall 501-3 rd Ave., Box 190 Fernie, BC V0B 1M0 www.fernie.ca Request for Quotation MECHANICAL SWEEPER Issue Date: March 1, 2017 Quotations marked RFQ will be received at the City of Fernie, City Hall,

More information

EXHIBIT 1. PROJECT NAME & LOCATION: NTC Orlando NGA Wall Stabilization, 8385 Daetwyler Drive, Orlando, Florida,

EXHIBIT 1. PROJECT NAME & LOCATION: NTC Orlando NGA Wall Stabilization, 8385 Daetwyler Drive, Orlando, Florida, EXHIBIT 1 Solicitation Date: June 8, 2018 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED CONTRACTORS BY THE STATE OF FLORIDA DEPARTMENT OF MILITARY AFFAIRS HEREINAFTER REFERRED TO AS OWNER, FOR CONSTRUCTION

More information

City of Forest Park Request for Proposals. Secure Access Control Systems

City of Forest Park Request for Proposals. Secure Access Control Systems City of Forest Park Request for Proposals Secure Access Control Systems Mandatory Pre-Proposal Conference March 9, 2016 at 10 am Bid Deadline March 25, 2016, at 2pm Purpose: The City of Forest Park is

More information

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP")

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS (RFP) CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP") May 12, 2017 CHARLOTTE PUBLIC SCHOOLS A. Instructions REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES PART

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

Barrington Community Unit School District E. James Street Barrington, IL 60010

Barrington Community Unit School District E. James Street Barrington, IL 60010 Barrington Community Unit School District 220 310 E. James Street REQUEST FOR BID Apple ipad Air 2 Case BID DUE MARCH 30, 2017 Points of Contact: LeeAnn Taylor (847) 842-3550 or ltaylor@barrington220.org

More information

University of North Carolina at Wilmington

University of North Carolina at Wilmington University of North Carolina at Wilmington Request for Proposal #: 72-PCWP18151 Snack Vending Services Date of Issue: 04/26/18 Proposal Opening Date: 06/07/18 At 3:00 PM ET Bid Opening Location: UNCW Purchasing

More information

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA SITE ADDRESS: BIDS DUE: NEILLS CREEK PARK 3885 NEILLS CREEK RD ANGIER, NC 27501 TUESDAY, APRIL 17th @ 2:00 PM HARNETT

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

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 BID B11-16 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 Gym www.forsyth.k12.ga.us Floor Work April 10, 2018 To: All Bidders

More information

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

More information

Request for Bid (RFB)

Request for Bid (RFB) Request for Bid (RFB) Boone County Purchasing 613 E. Ash Street, Room 109 Columbia, MO 65201 Robert Wilson, Buyer Phone: (573) 886-4393 Fax: (573) 886-4390 Email: RWilson@boonecountymo.org Bid Data Bid

More information

REQUEST FOR QUOTATION Wake County Public School System

REQUEST FOR QUOTATION Wake County Public School System REQUEST FOR QUOTATION Wake County Public School System Purchasing Department 1551 Rock Quarry Road Raleigh NC 27610 QUOTATION NO DATE bamartin@wcpss.net 17-402 4-21-17 The above number must appear on all

More information

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC16094 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park Issued By: Town Manager 3150 Southwest 52 nd Avenue Pembroke Park,

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

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

N O T I C E T O B I D D E R S N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive bids until: Date of Award until August 31, 2015 FOR: Teaching Aids, Instruction & Curriculum Materials & Supplies

More information

Core Technology Services Division PO Box Grand Forks, ND

Core Technology Services Division PO Box Grand Forks, ND Division PO Box 13597 Bid Number: CTSIFB-15-01 Date Issued: January 27, 2015 Bid Title: Google Search Appliance Procurement Officer: Jerry Rostad Deadline for Questions: February 3, 2015 Telephone: 701-239-6668

More information

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building City of Forest Park Request for Proposals Automatic Fire Sprinkler System - Community Building Mandatory Pre-Bid Conference March 4, 2014 at 1:30 pm Bid Deadline March 14, 2014 at 2:00 pm Purpose: The

More information

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Invitation To Bid for COLOR COPIER Contact: Michael Siegrist Phone: 734 394-5120 E-mail: michael.siegrist@canton-mi.org Date Issued: 10/4/2018 Due Date & Time: 3:00 p.m., Thursday,

More information

BID T Polishing Machines/Equipment and Accessories

BID T Polishing Machines/Equipment and Accessories Addendum April 8, 2009 TO: FROM: RE: ALL VENDORS SHARON O NEAL SENIOR BUYER ADDENDUM TO BID T051514 Polishing Machines/Equipment and Accessories To be opened on 4/15/09 at 2:00 PM Be advised that the bid

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

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us RFP P18-03 ADDITIONAL WIDE AREA NETWORK (WAN) February

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

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal

Tire Disposal. Lincoln County Solid Waste. RFP # Tire Disposal Tire Disposal Lincoln County Solid Waste RFP #2015-0709 Tire Disposal 1. Introduction 1.1. Lincoln County Solid Waste is seeking proposals from qualified Contractors interested in providing a minimum of

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

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

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305) Visit our website for business opportunities at: www.miamigov.com/procurement PURCHASE ORDER/RELEASE NUMBER 14537 Show this number on all packages, invoices, and shipping papers. Page No. City of Miami

More information

SANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP #

SANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP # SANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP # 02182019 TITLE: USING AGENCY: Steed Hall Greenhouse Renovations Sandhills Community College ISSUE DATE: February 18, 2019 ISSUING AGENCY: Sandhills

More information

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M.

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M. THE CORPORATION OF THE DISTRICT OF SAANICH Purchasing Services Section 2 nd Floor - 770 Vernon Avenue, Victoria, BC V8X 2W7 Telephone: (250) 475-1775 Fax: (250) 475-5460 Email: purchase@saanich.ca QUOTATION

More information

FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS

FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS FORM OF TENDER 12/2017 SUPPLY AND DELIVER VARIOUS CISCO COMPONENTS For The Corporation of the City of Thunder Bay -- Corporate Information and Technology -- Legal Name of Firm Mailing Address City Postal

More information

EXTENDED WARRANTY PROGRAM GUIDE. Qualifying Qualifying is easy. To participate, you must be registered with Factory Assurance Southwest ( FAS ).

EXTENDED WARRANTY PROGRAM GUIDE. Qualifying Qualifying is easy. To participate, you must be registered with Factory Assurance Southwest ( FAS ). FACTORY ASSURANCE SOUTHWEST Division of Factory Reps Southwest P.O. Box 64935, Lubbock, Texas 79464 Phone (806) 771-0019 Fax (806) 799-4375 www.fasouthwest.com EXTENDED WARRANTY PROGRAM GUIDE Qualifying

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 Tracy Yogman Commissioner Mark Zulli Michael Lewis Deputy Commissioners City

More information

PUBLIC NOTICE FUEL OIL #2 LARGE TANK. Specification and bid proposal forms are available from November 15 through November 29, 2018 at:

PUBLIC NOTICE FUEL OIL #2 LARGE TANK. Specification and bid proposal forms are available from November 15 through November 29, 2018 at: 1.0 PUBLIC NOTICE PUBLIC NOTICE The School Committees from the following schools and municipalities hereby invite bids for the 2019 2020 school year: ASHBURNHAM/WESTMINSTER, AUBURN, AYER/SHIRLEY, BERLIN/BOYLSTON,

More information

Combi Oven IFB Invitation for Bid Bid Number (FS )

Combi Oven IFB Invitation for Bid Bid Number (FS ) Combi Oven IFB Invitation for Bid Bid Number (FS 2016-17-03) Date: Thursday, February 23, 2017 Contract period: 16-17 school year, ending on June 30, 2017, with two year minimum warranty of equipment installation

More information

INVITATION TO BID (ITB) MONTROSE SHERIFF S OFFICE JAIL DIVISION INMATE COMMISSARY SERVICE

INVITATION TO BID (ITB) MONTROSE SHERIFF S OFFICE JAIL DIVISION INMATE COMMISSARY SERVICE INVITATION TO BID (ITB) MONTROSE SHERIFF S OFFICE JAIL DIVISION INMATE COMMISSARY SERVICE Montrose County, Colorado is seeking sealed bids from qualified firms experienced in and capable of providing and

More information

REQUEST FOR PROPOSAL TRUCK SCALE REPLACEMENT PROJECT OVERVIEW PRE-PROPOSAL MEETING TIME AND DATE: 10:00AM, JULY 11, 2018

REQUEST FOR PROPOSAL TRUCK SCALE REPLACEMENT PROJECT OVERVIEW PRE-PROPOSAL MEETING TIME AND DATE: 10:00AM, JULY 11, 2018 REQUEST FOR PROPOSAL TRUCK SCALE REPLACEMENT PROJECT OVERVIEW REQUEST FOR PROPOSAL (RFP) NOTICE DATE: JUNE 20, 2018 PRE-PROPOSAL MEETING TIME AND DATE: 10:00AM, JULY 11, 2018 RFP OPENING TIME AND DATE:

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Street Expansion Joint / Driveway Joint repair due to Street Creep

More information

CAR 7-1 PURCHASING REGULATION CAR 7-1 OPR: Finance 4/90 (Revised 2/10)

CAR 7-1 PURCHASING REGULATION CAR 7-1 OPR: Finance 4/90 (Revised 2/10) CAR 7-1 PURCHASING REGULATION CAR 7-1 OPR: Finance 4/90 (Revised 2/10) Purpose Section I Scope II Definitions III Responsibility IV Using Department IV A Purchasing Function IV B Property Disposal V I.

More information