PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) CONTRACT NEGOTIATION

Size: px
Start display at page:

Download "PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) CONTRACT NEGOTIATION"

Transcription

1 P.O. BOX HARRISBURG, PA 706 (77) BID NUMBER DATED 0/03/4 Contract Negotiator Karen Ruch DUE DATE 0/24/4 Buyer Chuck Gress PAGE This request for quotation cancels and supersedes our previous request on which bids were due 9/0/204. VENDOR PEST CONTROL SERVICE Provide Pest Control Service on a quarterly basis from October, 204 through September 30, 206 (24 months, 8 services) with an option to renew for an additional two-year contract under the same terms and conditions if agreeable to both PTC and Vendor. One service is quarterly pest control application for insects such as, but not limited to, ants, waterbugs, silverfish, fleas, ground beetles, ticks, spiders, roaches, mice and rats. Please see attached PTC Specifications titled Specification for Quarterly Pest Control at PTC. The Commission is also requesting quotes for the option to switch to monthly service at select locations as needed during the contract period. The PTC reserves the right to reject any or all bids. PTC may terminate any resulting contract upon a thirty (30) day written notice. Time for bid opening is :00 AM, local time. PTC will only provide the original bid document. Please make a copy for your records. All bids must be received and time-stamped in the Strategic Sourcing Department located at 700 S. Eisenhower Blvd., Middletown, PA, no later than the assigned bid opening time, or they will be refused and returned. Please note that use of U.S. Mail, FedEx, UPS, or other delivery method does not guarantee delivery to the Strategic Sourcing Department of the PA Turnpike Commission by the announced bid opening time. All bidders should allow sufficient delivery time to ensure timely receipt of their bids. Bid Response: All bid quotations must be returned in sealed envelope addressed exactly as shown on the attached Quotation Delivery Instructions. Failure to address envelope properly and include all essential information will be deemed sufficient reason for rejection of quotation. Bonding. Bid security in the form of bond or check is not required for this bid. Performance bond will not be required of successful bidder(s). This sealed bid is subject to the terms of the attached conditions and instructions. There will be a non-mandatory pre-bid meeting at the Central Administration Building on Tuesday, October 4, 204 at 0:30 A.M. for discussion of bid and to tour the Administration Building. Bidders interested in the pre-bid and tour must contact Karen Ruch (kruch@paturnpike.com) to register to attend. No other pre-bid date will be scheduled. Bidders are encouraged to visit a selection of representative locations to gather the necessary information to prepare a bid response. Bidders attending the pre-bid meeting will be furnished with an Introduction Letter. This letter will allow inspection personnel from the Bidder to inspect other PTC properties as needed. Vendor Contact Information Respondent s Name Title Fax Phone

2 P.O. BOX HARRISBURG, PA 706 (77) BID NUMBER DATED 0/03/4 Contract Negotiator Karen Ruch DUE DATE 0/24/4 Buyer Chuck Gress PAGE 2 Insurance Requirements: Services shall not commence until the successful Contractor has obtained all of the insurance as listed on the attached Insurance Requirements specification and such insurance has been approved by the Commission. If Bidder has the required insurance coverage, please attach certificate(s) giving evidence of coverage to your bid proposal. References: All vendors must submit three (3) references with their proposal. Failure to provide this information shall be cause for rejection of proposal General Contract Terms. Taxes: The Pennsylvania Turnpike Commission is exempt from Federal and State Excise Taxes. No tax shall be included in the bid price. Inspection & Rejection: No item(s) received by the Commission shall be deemed accepted until the Commission has had a reasonable opportunity to inspect the item(s). Any item(s) which is discovered to be defective or fails to conform to the specification may be rejected upon initial inspection or at any later time if the defects contained in the item(s) were not reasonably ascertainable upon the initial inspection. It shall thereupon become the duty of the Vendor to remove rejected item(s) from the premises without expense to the Commission within fifteen (5) days after notification. Upon notice of rejection, the Vendor shall immediately replace all such rejected item(s) with others conforming to the specifications and which are not defective. Invoicing: Vendor must furnish itemized Invoices which clearly reference the Purchase Order reference number. Delivery fuel surcharges are not permissible. Contractor will be responsible for all tolls required for delivery or performance of service. Adjustments: Item pricing shall not change during the first twelve (2) months after the effective date of this Contract. After twelve (2) months, price change requests may be submitted in writing forty-five (45) days prior to the expiration of the anniversary date of the Contract. All requests must be accompanied by appropriately documented market justification. Any price changes must be approved by the Commission in writing in order to be effective. SPECIAL REQUEST PRICE ADJUSTMENTS prior to the 45 day contract expiration date must be made in writing addressed to the Buyer. This request must include vendor business case to support requested price adjustment. The Buyer may require additional support documentation as part of the evaluation process. Evaluation & Award: It is the intention of the PA Turnpike Commission to award contract(s) in a manner most beneficial to the Commission. The contract shall be awarded to the responsible bidder(s) whose bid results in the lowest projected cost to the PTC. Exceptions: The bidder shall list on a separate sheet of paper any variations from, or exceptions to, the conditions and specifications of this bid. This sheet shall be labeled EXCEPTIONS TO BID CONDITIONS AND SPECIFICATIONS and shall be attached to the bid.

3 P.O. BOX HARRISBURG, PA 706 (77) BID NUMBER DATED 0/03/4 Contract Negotiator Karen Ruch DUE DATE 0/24/4 Buyer Chuck Gress PAGE I. PEST CONTROL QUARTERLY SERVICE Vendor must submit bid based on a minimum of one district within each section. Section A: Fare Collection Locations Note: Interchanges have separate, free-standing utility sheds. Line LOCATION DISTRICT 6 GATEWAY INT. 2 M.P..4 BURKEY ROAD ENON VALLEY, PA 620 WARRENDALE INT PLAZA LANE WARRENDALE, PA 5086 BUTLER VALLEY INT. 39 M.P. 39., R.D. 2 GIBSONIA, PA 5044 ALLEGHENY VALLEY INT. 48 M.P. 47.7, R.D. 2 CHESWICH, PA 5024 MT. JACKSON INT. M.P. 6.28, ROUTE 08 NEWCASTLE, PA 602 WEST TOLL 376 MILEPOST 8.09 NEW CASTLE, PA 602 MORAVIA INT. M.P. 9.96, ROUTE 68 WAMPUM, PA 657 DISTRICT 6 FARE COLLECTION OFFICE MILEPOST 25.7 ROUTE 35 NEW GALILEE, PA 64 BEAVER FALLS INT. M.P , WALLACE RUN ROAD BEAVER FALLS, PA 500 EAST TOLL 376 M.P. 30.5, ROUTE 5 BEAVER FALLS, PA 500 DISTRICT PITTSBURGH INT. 57 M.P. 56.5, R.D. TURTLE CREEK, PA 545 IRWIN INT. 67 M.P. 67.4, ROUTE 30 IRWIN, PA 5642 Bldgs Booths COLUMN A COLUMN A x 8 OPTION Total (Quarterly Service) (8 Services) (Monthly Service)

4 P.O. BOX HARRISBURG, PA 706 (77) BID NUMBER DATED 0/03/4 Contract Negotiator Karen Ruch DUE DATE 0/24/4 Buyer Chuck Gress PAGE 4 Line LOCATION ROUTE 66 INTERCHANGE M.P. G9.40 DELMONT, PA 5626 ROUTE 30 INTERCHANGE M.P. G7.77 JEANETTE, PA 5644 ROUTE 30 INTERCHANGE M.P. G6.30 GREENSBURG, PA 560 MAINLINE INTERCHANGE M.P. G4.70 GREENSBURG, PA 560 ROUTE 36 INTERCHANGE M.P. G4.03 GREENSBURG, PA 560 NEW STANTON INT. 75 M.P. 75.5, RT. 9 & I-70 NEW STANTON, PA 5672 MON FAYETTE M MAINLINE TOLL PLAZA, RT. 43 JEFFERSON HILLS, PA 5025 MON FAYETTE RAMP FINLEYVILLE ELRAMA RD. GASTON VILLE, PA 5336 MON FAYETTE RAMP CRACKER JACK ROAD, M.P MONONGAHELA, PA 5063 COYLE CURTIN INT. RAMP M39 MON-FAYETTE EXPRESSWAY M8 Mon-FayetteExpressway 74 Upper Middletown road Smock PA 5480 M9 Mon-FayetteExpressway 098 Fox Ridge Road New Salem PA 5468 CALIFORNIA INT. M.P.4.96 MON-FAYETTE EXP.WAY R.D., BOX 283 COAL CENTER, PA 5423 MAINLINE PLAZA M.P. 4.7, MON-FAYETTE EXP.WAY RUBLES MILL ROAD SMITHFIELD, PA 5478 RAMP 5 - MON-FAYETTE EXPSWY MP 5 ROUTE 43 NORTH UNION TOWNSHIP PA 540 Bldgs Booths COLUMN A COLUMN A x 8 OPTION Total (Quarterly Service) (8 Services) (Monthly Service)

5 P.O. BOX HARRISBURG, PA 706 (77) BID NUMBER DATED 0/03/4 Contract Negotiator Karen Ruch DUE DATE 0/24/4 Buyer Chuck Gress PAGE 5 Line LOCATION RAMP 22 - MON-FAYETTE EXPSWY MP 22 ROUTE 43, REDSTONE WAY GRINDSTONE PA 5442 RAMP 26 - MON-FAYETTE EXPSWY MP 26 ROUTE 43, LUZERNE TOWNSHIP BROWNSVILLE PA 547 DISTRICT 2 DONEGAL INT. 9 M.P. 90.7, RT. 3 & 7 DONEGAL, PA 5628 SOMERSET INT. 0 M.P. 09.9, WATERWORKS ROAD SOMERSET, PA 550 BEDFORD INT. 46 M.P RD 2 BUSINESS RT. 220 BEDFORD, PA 5522 DISTRICT 2 FARE COLLECTION MILEPOST ASHCOM ROAD EVERETT, PA 5537 BREEZEWOOD INT. 6 M.P. 62.8, MI. S. OF RT. 30 BREEZEWOOD, PA 5533 FORT LITTLETON INT. 80 M.P. 79.5, ROUTE 522 FORT LITTLETON, PA 7223 WILLOW HILL INT. 89 M.P. 88.6, RT. 75 PATH VALLEY RD. WILLOW HILL, PA 727 BLUE MOUNTAIN INT. 20 M.P CUMBERLAND HIGHWAY RT. 997 NEWBURG, PA 7240 DISTRICT 3 CARLISLE, INT. 226 M.P & RT. CARLISLE, PA 703 GETTYSBURG PIKE INT. 236 M.P. 236 & RT. 5 MECHANICSBURG, PA 7055 HARRISBURG WEST INT. 242 M.P. 24.9, R.D. NEW CUMBERLAND, PA 7070 DISTRICT 3 FARE COLLECTION OFFICE M.P R.D. NEW CUMBERLAND, PA 7070 Bldgs Booths COLUMN A COLUMN A x 8 OPTION Total (Quarterly Service) (8 Services) (Monthly Service)

6 P.O. BOX HARRISBURG, PA 706 (77) BID NUMBER DATED 0/03/4 Contract Negotiator Karen Ruch DUE DATE 0/24/4 Buyer Chuck Gress PAGE 6 Line LOCATION HARRISBURG EAST INT. 247 M.P , I283 HIGHSPIRE, PA 7034 LEBANON-LANCASTER INT. 266 M.P , 308 LEBANON ROAD MANHEIM, PA 7545 READING-LANCASTER INT. 286 M.P , 36 REAR LAUSCH ROAD DENVER, PA 757 MORGANTOWN INT. 298 M.P. 298, RT. 0 MORGANTOWN, PA 9543 DOWNINGTOWN INT. 32 M.P. 32, RT. 00 POTTSTOWN PIKE UWCHLAND, PA 9480 DISTRICT 4 VALLEY FORGE INT. 326 M.P SCHUYKILL EXP.WAY KING OF PRUSSIA, PA 9406 NORRISTOWN INT. 333 M.P. 333., GERMANTOWN PIKE PLYMOUTH MEETING, PA 9462 MID COUNTY INT. 20 M.P , GERMANTOWN PK & RT. 476 PLYMOUTH MEETING, PA 9462 FORT WASHINGTON INT. 339 M.P , ROUTE 309 FORT WASHINGTON, PA 9034 WILLOW GROVE INT. 343 M.P , ROUTE 6 WILLOW GROVE, PA 9090 PHILADELPHIA INT. 35 M.P. 35.3, ROUTE BENSALEM, PA 9020 DELAWARE VALLEY INT. 358 M.P , ROUTE 3 BRISTOL, PA 9007 DELAWARE RIVER BRIDGE INT. 359 M.P. 358., AIRPORT RD. & GREEN LN. BRISTOL, PA 9007 VIRGINIA DRIVE SLIP RAMP FORT WASHINGTON PA 9034 PHOENIXVILLE-MALVERN SLIP RAMP MP 320, SR 29 MALVERN PA 9355 Bldgs Booths COLUMN A COLUMN A x 8 OPTION Total (Quarterly Service) (8 Services) (Monthly Service)

7 P.O. BOX HARRISBURG, PA 706 (77) BID NUMBER DATED 0/03/4 Contract Negotiator Karen Ruch DUE DATE 0/24/4 Buyer Chuck Gress PAGE 7 Line LOCATION STREET ROAD SLIP RAMP MP 352 BENSALEM PA 9020 DISTRICT 5 LANSDALE INT. 3, RT. 9 M.P. A30.3, RT. 63 KULPSVILLE, PA 9443 QUAKERTOWN INT. 44, RT. 9 M.P. A43.9, RD 2, BOX 342 QUAKERTOWN, PA 895 LEHIGH VALLEY INT. 56, RT. 9 M.P. A57.2, RT. 22 ALLENTOWN, PA 805 DISTRICT 5 FARE COLLECTION MILEPOST A MOUNTAIN ROAD SLATINGTON, PA 8080 MAHONING VALLEY INT. 74, RT. 9 M.P. A75.7, 649 INT. RD. ON RT209 LEHIGHTON, PA 8235 POCONO INT. 95, RT. 9 M.P. A94.7, JUNCTION I80 & RT940 WHITE HAVEN, PA 866 WILKES BARRE INT. 05, RT. 9 M.P. A05.3, RT. 5 BEAR CREEK, PA 860 WYOMING VALLEY INT. 5, RT. 9 M.P. 2.6, RT. 35 PITTSTON, PA 8640 KEYSER AVE. INT. MILEPOST A2.5, KEYSER AVE. TAYLOR, PA 857 CLARK SUMMIT TOLL PLAZA 3 M.P. 30, EXIT 58 OFF I8, RT. 9 CLARK SUMMIT, PA 84 Bldgs Booths COLUMN A COLUMN A x 8 OPTION Total (Quarterly Service) (8 Services) (Monthly Service)

8 P.O. BOX HARRISBURG, PA 706 (77) BID NUMBER DATED 0/03/4 Contract Negotiator Karen Ruch DUE DATE 0/24/4 Buyer Chuck Gress PAGE 8 Section B: Maintenance/PA State Police/Engineering Locations Line LOCATION DISTRICT HOMEWOOD MAINTENANCE BUILDING M.P FOXWOOD ROAD WAMPUM, PA 657 SEARIGHTS MAINT. BLDG. MILEPOST UPPER MIDDLETOWN ROAD SMOCK, PA 5480 GIBSONIA MAINTENANCE WAREHOUSE M.P HABERLEIN ROAD GIBSONIA, PA 5044 GIBSONIA MAINTENANCE FACILITY M.P HABERLEIN ROAD GIBSONIA, PA 5044 GIBSONIA ENGINEERING TRAILER M.P HARRISON CITY MAINT. FACILITY M.P (WESTMORELAND CO.) R.D. 6, BOX 397-B HARRISON CITY, PA 5636 DONEGAL MAINT. BUILDING MILEPOST 88.8 R.D., BOX 33 ACME, PA 560 JEFFERSON HILLS MAINT. FACILITY M.P. M5.4 NB 4000 ROUTE 43 JEFFERSON HILLS, PA 5025 JEFFERSON HILLS STATE POLICE MP 50. NB 770 GILL HALL RD JEFFERSON HILLS PA 5025 GREENSBURG MAINT. FACILITY M.P. G7.2 NB R.D. 2, BOX 352 JEANETTE, PA 5644 DISTRICT 2 Bldgs COLUMN A COLUMN A x 8 OPTION Total (Quarterly Service) (8 Services) (Monthly Service)

9 P.O. BOX HARRISBURG, PA 706 (77) BID NUMBER DATED 0/03/4 Contract Negotiator Karen Ruch DUE DATE 0/24/4 Buyer Chuck Gress PAGE 9 Line LOCATION SOMERSET MAINTENANCE FACILITY M.P. 3.9 (SOMERSET CO.) 202 MENSER ROAD SOMERSET, PA 550 SOMERSET STATE POLICE FACILITY (UNDER CONSTRUCTION) M.P. 3.9 (SOMERSET CO.) 77 MENSER ROAD SOMERSET, PA 550 SOMERSET ENG. TRAILER M.P. 3.9, 202 MENSER ROAD SOMERSET, PA 550 ALLEGHENY TUNNEL MILEPOST 22. SOMERSET COUNTY, PA TRAINING SITE M.P. 22. WEST PORTAL ALLEGHENY TUNNEL KEGG MAINT. BUILDING MILEPOST 32.2 R.D., BOX 97.0 MANNS CHOICE, PA 5550 EVERETT MAINTENANCE WAREHOUSE & RADIO COMMUNICATIONS BUILDING MILEPOST ASHCOM ROAD EVERETT, PA 5537 EVERETT MAINTENANCE FACILITY MILEPOST ASHCOM ROAD EVERETT, PA 5537 EVERETT STATE POLICE MP ASHCOM ROAD EVERETT PA 5537 BURNT CABINS MAINT. BUILDING MILEPOST HC 62, BOX 522 SHADE GAP, PA 7255 TUSCARORA TUNNEL MILEPOST 86. BLUE-KITT TUNNELS EAST & WEST PORTALS MILEPOST 97.4 DISTRICT 3 Bldgs COLUMN A COLUMN A x 8 OPTION Total (Quarterly Service) (8 Services) (Monthly Service)

10 P.O. BOX HARRISBURG, PA 706 (77) BID NUMBER DATED 0/03/4 Contract Negotiator Karen Ruch DUE DATE 0/24/4 Buyer Chuck Gress PAGE 0 Line LOCATION NEWVILLE MAINT. BUILDING MILEPOST CENTER ROAD NEWVILLE, PA 724 NEW CUMBERLAND MAINTENANCE FACILITY MILEPOST MARSH RUN ROAD NEW CUMBERLAND, PA 7070 MT. GRETNA MAINT. BUILDING MILEPOST PINCH ROAD MANHEIM, PA 7545 BOWMANSVILLE MAINTENANCE BUILDING MILEPOST PANORAMA DRIVE DENVER, PA 757 DISTRICT 4 DEVAULT MAINTENANCE BUILDING MILEPOST 36.2 RT., BOX 44 VALLEY HILL ROAD MALVERN, PA 9355 PLYMOUTH MEETING MAINT. BUILDING MILEPOST GERMANTOWN PIKE PLYMOUTH MEETING, PA 9462 NEW PLYMOUTH MEETING MAINT. (UNDER CONSTRUCTION) M.P. 333., GERMANTOWN PIKE PLYMOUTH MEETING, PA 9462 PLYMOUTH MEETING WAREHOUSE & TRADES 80 GALLAGHER RD PLYMOUTH MEETING PA 9462 TREVOSE MAINT. BUILDING MILEPOST 353. PA TURNPIKE & GALLOWAY ROAD BENSALEM, PA 9020 DISTRICT 5 QUAKERTOWN MAINT. BUILDING MILEPOST A43.7 R.D. 2, BOX 345 QUAKERTOWN, PA 895 SLATINGTON MAINT. BUILDING MILEPOST A70. R.D. 4, BOX 400 SLATINGTON, PA 8080 LEHIGH TUNNEL NORTH & SOUTH PORTALS MILEPOST A70.7 Bldgs COLUMN A COLUMN A x 8 OPTION Total (Quarterly Service) (8 Services) (Monthly Service)

11 P.O. BOX HARRISBURG, PA 706 (77) BID NUMBER DATED 0/03/4 Contract Negotiator Karen Ruch DUE DATE 0/24/4 Buyer Chuck Gress PAGE Line LOCATION EASTERN TRAINING SITE M.P. A70.3 LEHIGH TUNNEL POCONO MAINT. BUILDING MILEPOST A94.6 BOX 8, STAR ROUTE WHITE HAVEN, PA 866 WYOMING VALLEY MAINT. BUILDING MILEPOST A4.6 ROUTE 35 PITTSTON, PA 8640 WYOMING VALLEY ENG. TRAILER MILEPOST A4.6 Bldgs 2 COLUMN A COLUMN A x 8 OPTION Total (Quarterly Service) (8 Services) (Monthly Service) Section C: Administrative Locations Line LOCATION WESTERN REGIONAL OFFICE 2200 NORTH CENTER AVENUE NEW STANTON, PA 5672 CENTRAL ADMINISTRATION BUILDING 700 SOUTH EISENHOWER BLVD. MIDDLETOWN, PA 7057 PA TURNPIKE TIP BUILDING 2850 TURNPIKE INDUSTRIAL DRIVE MIDDLETOWN, PA 7057 PTC WAREHOUSE 275 SOUTH FRONT STREET STEELTON, PA 73 EASTERN REGIONAL OFFICE MILEPOST 330.E 25 FLINT HILL ROAD KING OF PRUSSIA, PA 9406 Bldgs COLUMN A COLUMN A x 8 OPTION Total (Quarterly Service) (8 Services) (Monthly Service) II. POWER SPRAYING & SPECIAL APPLICATIONS Power Spray for Infestations - Vendor must agree to offer power spray service on an as-needed basis at any contracted location, in accordance with Section E of the attached specifications. If it is agreed that power spray is required, the vendor must provide a quotation for power spraying of the affected Fare Collection offices, Maintenance buildings, Administrative Offices or Trailers, and a separate Purchase Order will be issued for the service. Special Applications Vendor must agree to offer additional pest control services not covered under quarterly application, as stated in Section D.7 of the attached specifications. Special services shall be quoted on an as needed basis, and a separate Purchase Order will be issued for the service.

12 August, 200 page SPECIFICATIONS FOR QUARTERLY PEST CONTROL AT PTC A. SCOPE OF QUARTERLY SERVICE. Inspection of interior of building including, but not limited to the following: basement, tunnels, mechanical rooms, storage areas, offices, bathrooms, hallways, break rooms, locker rooms, etc. 2. Inspection and treatment of exterior of building. 3. Treatment of interior of building as necessary. 4. Treatment of Toll Booths. 5. Inspection and treatment of the exterior of the utility sheds located at Interchanges. 6. Interior and exterior structural problems should be noted on a quarterly basis and submitted with the service call slip at the time of quarterly service as outlined under "REPORTS". 7. Upon each visit the technician will update the service log that will be provided to the PTC by the successful vendor. This log will be kept at each PTC location and will contain the following: Pest sighting sheet log MSDS sheets for all products used at that location. Copy of PTC Pest Control Service Specifications. List of rodent control devices deployed and the corresponding room numbers/names. B. PEST CONTROL PRODUCTS. Non-pesticide methods of control are to be utilized whenever possible. However, when a pesticide must be used in order to provide necessary control, the products and techniques used must be chosen to minimize the exposure to people and the environment. 2. All products must be approved by the Commonwealth of Pennsylvania Department of Agriculture for the control of insects such as ants, waterbugs, silverfish, fleas, moths, ticks, mayflies, spiders, centipedes, roaches and rodents (mice and rats). 3. Vendor must maintain all applicable Commonwealth of Pennsylvania pesticide applicator certifications to perform services under this contract. C. ON-SITE PROCEDURE. Meet PTC contact person. 2. Discuss current conditions and changes since last visit. 3. Check sighting log. 4. Perform inspection. 5. Complete services as appropriate. 6. Meet with PTC contact person to explain what was done, what they can expect as a result of what was done, and what to do if there is a problem prior to the next scheduled visit. 7. Update log and service slip. D. SPECIAL APPLICATIONS/PROCEDURES. The removal of bee nests is required as part of this contract. 2. Locked bait stations are to be used around perimeter of buildings. 3. Pest Control for interchanges (Fare Collection Facilities) must include rodent control and removal of dead rodents in all utility tunnels. 4. Rodent control must include maintenance of traps and the removal of dead rodents from appliances at least once for every 2 week period, from locked outdoor bait stations, the tunnels or indoor glue boards or mechanical traps as required. 5. The cafeteria at the Central Administration Building will require service two times per month. 6. Treatment of the windows at the Central Office Building is handled as part of the window washing contract and is not part of this contract. 7. Although not required under the quarterly pest control service, vendor must have capability to resolve other pest control issues such as, but not limited to groundhogs, termites, mayflies, moths, etc. PTC Pest Control Specifications

13 August, 200 page 2 E. POWER SPRAYING. Power spraying of facilities to control insects & pests under this contract will be optional. PTC personnel and vendor must agree on the need to power spray a facility. If necessary, all power spraying must be done with non-handheld equipment. 2. Special power spray service for ticks may also be required at the Willow Grove Interchange or other Interchanges. Power spray service for ticks may include power wash and exterior spray around toll booths, buildings, and weeds surrounding the Interchange as well as treatment of grass and forested areas adjacent to the Interchange. F. BUSINESS HOURS. All Interchanges and associated buildings and all Maintenance sheds and associated buildings should receive service between the hours of 7:30 AM and 2:30 PM, Monday through Friday, with the following exceptions: a. The following Interchanges work 6:00 AM to 2:00 PM daylight shift. These locations will have to be serviced accordingly to enable the technician to meet with an ADM, shift leader or janitor. - All District 4 Interchanges District 5 Interchanges 3, 32 and 33 only. 2. The Central Administrative Building (CO), Eastern Regional Office (ERO) and Western Regional Office (WRO), should be serviced after 3:30 PM using the receipt procedure explained under REPORTS. G. PTC HOLIDAYS (Pest Control Service cannot be performed on the following holidays except in emergency situations) New Year's Day Martin Luther King Jr.'s Birthday Washington's Birthday Good Friday Memorial Day Independence Day Labor Day Veteran's Day Thanksgiving Day Christmas Day H. TECHNICIANS. Technicians must be individually licensed by the Commonwealth of Pennsylvania Department of Agriculture. 2. Technicians must be uniformed and drive a marked business licensed vehicle. 3. Technicians must present a professional appearance and must be able to communicate effectively in English. I. RESPONSE TIME Call back for return service should be within 24 hours. Emergency service call response will be within 8 hours. Vendor will provide telephone number for after-hours service. PTC Pest Control Specifications

14 August, 200 page 3 J. UNSATISFACTORY SERVICE There will be "NO CHARGE" for a return visit if service is unsatisfactory to control pest conditions that existed at the time of quarterly service. K. ADDITIONAL CHARGES There will be no additional charges for any pests covered under this agreement. Any extraordinary services that exceed the spirit of the contract will continue to be discussed on an individual site basis and bid estimates submitted to the Purchasing Department. L. REPORTS. A statement must be presented by the vendor to the Location Supervisor listing products used after each service. 2. A service ticket signed by the technician and PTC Supervisor must be left with Location Supervisor. Unmanned interchanges are the exception. 3. Vendor must provide at least bi-annual "conditions reports" by location from every location serviced, to include comments from technicians and PTC personnel and any extraordinary services requested or provided. This report must be provided to PTC Buyer at Central Administration Building by March 5 and September 5 for periods ending February 28 and August 3. M. SUB-CONTRACTING No sub-contracting will be permitted without written approval of the PTC. N. CANCELLATION OF CONTRACT The PTC may cancel this contract due to unsatisfactory service at any time upon 30-day written notice. PTC Pest Control Specifications

15 PA Turnpike Commission Strategic Sourcing & Asset Management Department Insurance Requirements A. General Insurance Requirements. Services shall not commence until the Contractor has obtained, at their own expense, all of the insurance as required hereunder and such insurance has been approved by the Commission; nor shall the Contractor allow any Subcontractor to commence work on any Commission projects until all insurance required of the Subcontractor has been so obtained and approved by the Contractor. Approval of insurance required of the Contractor will be granted only after submission to the Commission, original certificates of insurance signed by the representatives of the insurers or, at the Commission s request, certified copies of the required insurance policies. 2. All insurance required herein Insurance shall be written on an occurrence basis and not a claims-made basis. 3. The Commission, its commissioners, agents, servants, employees and representatives shall be named as additional insured on the Contractor s liability (General Liability, Automobile Liability and Umbrella Liability insurance) insurance program with respect to the liability arising out of the Contractor s work (including products and completed operations as well as ongoing operations) and the certificate of insurance, or the certified policy, if required, must also state this. This coverage should be provided, along with evidence of such coverage, for a period of two years after completion of the project. 4. All insurance policies required hereunder shall be endorsed to provide that the policy is not subject to cancellation, nonrenewal, or material reduction in coverage until thirty (30) days prior written notice has been given to the Owner. 5. Insurance provided to the Commission as specified herein shall be primary and non-contributory. 6. No acceptance and/or approval of any insurance by the Commission shall be construed as relieving or excusing the Contractor or the Contractor s Surety (if applicable) from any liability or obligation imposed upon either or both of them by provisions of this Contract. 7. All insurance companies shall have an AM Best s rating of A- or better and be licensed to do business in the State of Pennsylvania. 8. There shall be no liability upon the Commission, public officials, their employees, their authorized representatives, or agents either personally or as officials of the Commission in carrying out any of the provisions of the Contract nor in exercising any power or authority granted to them by or within the scope of the Contract, it being understood that in all such matters they act solely as agents and representatives of the Commission. 9. Waiver of Rights of Recovery and Waiver of Rights of Subrogation: a. The Contractor and subcontractors waive all rights of recovery against the Owner and all the additional insureds for loss or damage covered by any of the insurance maintained by the contractor or subcontractor. b. If any of the policies of insurance required under this contract require an endorsement to provide for the waiver of subrogation, then the named insured of such policies will cause them to be so endorsed. 0. Any type of insurance or any increase in limits of liability not described above which the contractor requires for its own protection or on account of statute shall be its own responsibility and at its own expense. PTC Insurance Requirements SSAM Department page

16 B. Contractor Liability Insurance Requirements The Contractor shall purchase the following insurance coverage s for the minimum limits specified below or required by law. Commercial General Liability insurance for bodily injury, personal injury, and property damage including loss of use, etc. with minimum limits of: $,000,000 each occurrence; $,000,000 personal and advertising injury; $2,000,000 general aggregate; and $2,000,000 products/completed operation aggregate. This insurance shall include coverage for all of the following Coverage is to be provided by the standard Commercial General Liability insurance policy ( Occurrence Form ); General aggregate limit applying on a per project/ location basis; Liability arising from premises and operations; Liability arising from the actions of independent contractors; Contractual liability including protection for the Contractor from bodily injury and property damage claims arising out of liability assumed under this Contract; Liability arising from the explosion, collapse or underground (XCU) hazards (If Applicable) Products/Completed Operations Coverage must be maintained for a period of at least two (2) years after final payment (including coverage for the Additional Insureds as set forth in these Insurance Requirements). Business Auto Liability insurance with a minimum limit of $,000,000 per accident and including, but not limited to, coverage for all of the following: Liability arising out of the ownership, maintenance or use of any auto; Auto non-ownership and hired car coverage Contractual Liability Coverage (including Liability for Employee Injury assumed under a Contract as provided in the standard ISO policy form) Workers Compensation insurance with statutory benefits as required by any state or federal law, including standard other states coverage; employer s liability insurance with minimum limits of: $,000,000 each accident for bodily injury by accident; $,000,000 each employee for bodily injury by disease; and $,000,000 policy limit for bodily injury by disease.. Including Waiver of Right to Recover from Others Endorsement (WC ) where permitted by state law. 2. United States Longshore & Harbor Workers Act Coverage, where applicable; and 3. Maritime Coverage under the Jones Act, where applicable. Umbrella Liability or Excess Liability insurance with minimum limits of: $5,000,000 per occurrence; $5,000,000 aggregate for other than products/completed operations and auto liability; and $5,000,000 products/completed operations aggregate. Policy to apply excess of the Commercial General Liability (following form, Per Project / location), Commercial Automobile Liability and Employers Liability Coverage. PTC Insurance Requirements SSAM Department page 2

17 PTC FORM 79-B (Rev. 2/3) (Continuation of Proposal) Sales made to the Pennsylvania Turnpike Commission are exempt from the provisions of the fair trade law, the Pennsylvania Sales Tax, and certain Federal Excise Taxes. CASH DISCOUNT OFFERED: Bidder hereby agrees that in the event of an award if payment is made within ( ) days after receipt of material he will offer the Pennsylvania Turnpike Commission a % discount. (NOTE: Discount offered will not be used for the purpose of evaluating lowest bid received.) The Bidder agrees that the Commission may set off the amount of any state tax liability or other obligation of the Contractor or its subsidiaries to the Commonwealth of PA against any payments due the Contractor under any contract with the Commission. BID In compliance with the within proposal, and subject to all the conditions thereof, the undersigned offers and agrees, if this bid be accepted, to furnish any or all items upon which prices are quoted, at the price set opposite each item, delivered at the point(s) specified. This bid will remain firm for sixty (60) days. Executed at this day of City, State Month, Year (IF A SOLE PROPRIETOR): Name of Company Owner (SEAL) TYPE OR PRINT NAME HERE (IF A PARTNERSHIP): Name of Company Owner (SEAL) TYPE OR PRINT NAME HERE (IF A CORPORATION): (See Instructions) Attest: Name of Company BY: Title Title Type or Print Name Here Address Telephone No. Please check all that apply to your business: Minority Business Enterprise Woman Business Enterprise Small Business Enterprise Veteran Business Enterprise Service Disabled Veteran-Owned Business Enterprise

18 PTC FORM 79-2 (Rev. 2/3) Harrisburg, Pennsylvania GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS The foregoing proposal is subject to the following conditions and instructions, all interpretations of which shall be at the sole discretion of the Pennsylvania Turnpike Commission: A. DEFINITION OF "APPROVED EQUAL": Wherever in these proposal forms and specifications an article or material is defined by using a trade name or the name and catalog number of a manufacturer or vendor, the term "OR APPROVED EQUAL", if not inserted therewith, shall be implied. It is understood that any reference to a particular manufacturer's product, either by trade name or by limited description, has been made solely for the purpose of more clearly indicating the minimum standard of quality desired. The term "OR APPROVED EQUAL" is defined as meaning any other make equal in material, workmanship, and service, and as efficient and economical in operation. An article meeting these conditions may be accepted, unless specifically noted other wise in the bid document. B. EXECUTION OF PROPOSAL. All blank spaces in the proposal and bid shall be filled in clearly where indicated, either typed or written in ink. Altering or changing any part of this proposal or bid will be sufficient reason for rejection. 2. It is the bidder's responsibility to contact the Pennsylvania Department of Revenue or the Internal Revenue Service to determine the applicability of taxes. Generally though, direct sales to the Commission (an instrumentality of the Commonwealth of Pennsylvania) of tangible personal property that will not become a permanent part of real estate are exempt from Pennsylvania sales tax. Any other applicable tax may not be stated as a separate line item in the bid. Successful bidders will be required to furnish Tax Exemption Forms with their invoices. Relevant exemption numbers and certificates are available by request to purchasing@paturnpike.com. 3. Bidders shall submit a separate unit price for each item, a total bid, a total lump sum bid covering all items in each group, and a total lump sum bid covering all items of all groups. Award will be made on separate unit price, total bid, or a total lump sum bid covering all items in each group, or a total lump sum bid for all items of all groups, whichever is to the best interest of the Pennsylvania Turnpike Commission. In case of a discrepancy, the unit price will be considered as the price bid. The extension figures are only for the information of the Commission and will not be considered as part of the bid. 4. The bid must be signed by the owner, if the bidder is a sole proprietor; or by a general partner, if the bidder is a partnership. If the bidder is a corporation, the bid must be signed by the president or vice-president, and attested by the secretary or treasurer or assistant secretary or treasurer. A corporate bidder may, in the alternative, execute a bid other than by the formality set forth above, by signing such bid by an officer, employee or agent having express authority by reason of a power of attorney identifying that officer or agent by name and title; a copy of the power of attorney (signed by the president or vice-president, attesting to the corporate minutes setting forth the resolution of authority and certified by the secretary or treasurer or assistant secretary or treasurer) shall be attached to each such bid. 5. Unless specifically noted as a bid requirement, time, terms of delivery, and cash discounts offered by any bidder shall not be considered in making an award. However, if cash discounts are offered by any bidder, the Pennsylvania Turnpike Commission reserves the right to take advantage of such offer. 6. In the event of tie bids, time, terms of delivery and terms of payment shall be considered as factors by the Commission in making an award. C. BONDING Proposal, performance, and payment guaranty to be provided in accordance with terms set forth in the RFQ document. D. FURNISHING OF SAMPLES Samples, if required, must be furnished at the expense of the bidder and will become the property of the Pennsylvania Turnpike Commission. E. QUESTIONS All questions regarding this Request for Quotation must be submitted in writing to the address of the Buyer provided in the bid document. Questions received within 48 hours prior to the bid due date and time will be answered at the discretion of the Commission. All questions received will be answered in writing and/or formally issued as an addendum at the discretion of the Buyer. The Buyer shall not be bound by any verbal information that is not either contained within the Request for Quotation or formally issued as an addendum. The Commission does not consider questions to be a protest of the specifications or of the solicitation. F. ELECTRONIC VERSIONS OF THE REQUEST FOR QUOTATION If the RFQ is being made available by electronic means, and the Bidder electronically accepts the RFQ, the Bidder acknowledges and accepts full responsibility to insure that no changes are made to the RFQ. In the event of a conflict between a version of the RFQ in the Bidder s possession and the Commission s version of the RFQ, the Commission s version shall govern. G. WITHDRAWAL OF BID PRIOR TO OPENING Each bidder who submits his bid specifically waives any right to withdraw it except as hereinafter provided. Bidders will be given permission to withdraw any bid after it has been deposited with the Commission, provided the bidder makes his request by telephone or in writing to the Manager of Strategic Sourcing and Asset Management. Withdrawal by telephone or in writing must be made not later than twenty-four (24) hours before the time fixed for the bid opening. Requests pertaining to withdrawal by telephone must be confirmed in writing by the bidder and must reach the Manager of Strategic Sourcing and Asset Management, Pennsylvania Turnpike Commission, not later than one () hour prior to the time fixed for the opening of bids. PA Turnpike Commission GENERAL CONDITIONS & INSTRUCTIONS TO BIDDERS Page

19 PTC FORM 79-2 (Rev. 2/3) H. ACCEPTANCE OR REJECTION OF BID; CONFORMITY TO SPECIFICATION; ELIGIBILITY FOR AWARD. The Pennsylvania Turnpike Commission reserves the right to reject any and all bids, to waive technical defects, and to accept or reject any part of any bid if, in its judgment, the best interests of the Pennsylvania Turnpike Commission are thereby served. 2. The Commission may reject all bids not meeting specifications. 3. No award will be made to any bidder who, in the opinion of the Manager of Strategic Sourcing and Asset Management of the Pennsylvania Turnpike Commission, is in default of any bid, purchase order, or contract with the Pennsylvania Turnpike Commission, prior to the date of the bid under consideration. I. BID RESULTS. Request for bid summary information for this RFQ will be given only when accompanied by stamped self-addressed envelope. No telephone inquiries honored. 2. Request for previous bid results or any other details of previous purchases or contracts is considered a request for public records under the Right-to-Know Law (RTKL), Act 3 of 2008 and shall comply with the Commission s policies, process and procedures for requesting such records. RTKL requests may be submitted online at J. UNDERTAKING BY BIDDER In submitting the foregoing bid, the bidder certifies that:. The bidder shall be responsible for all damage to life and property due to negligence or other tortious acts, errors, and omissions arising from or related to the work of this Agreement. The bidder shall indemnify and hold harmless the Commission, and their agents and employees from and against all liability, claims, damage, losses, and expenses arising from or related to the work of the bidder or that of the bidder's employees or subcontractors. This indemnification provision shall survive the termination of this contract. 2. The prices in this bid are neither directly nor indirectly the result of any agreement with any other bidder. 3. To the best of the knowledge of the person signing the proposal for the Bidder and except as otherwise disclosed by the Bidder in its proposal, the Bidder has no outstanding, delinquent obligations to the Commonwealth including, but not limited to, any state tax liability not being contested on appeal or other obligation of the Bidder that is owed to the Commonwealth. 4. The Bidder is not currently under suspension or debarment by the Commonwealth, or any other state, or the federal government, and if the Bidder cannot certify, then it shall submit along with the proposal a written explanation of why such certification cannot be made. 5. Each Bidder, by submitting its proposal, authorizes all Commonwealth agencies to release to the Commission information related to liabilities to the Commonwealth including, but not limited to, taxes, unemployment compensation, and workers compensation liabilities. K. DELIVERY OF MATERIALS; INSPECTION; REMEDIES OF COMMISSION FOR NON-CONFORMITY TO SPECIFICATIONS. Delivery must be made strictly in accordance with the proposal. The material listed in the proposal must be delivered F.O.B. the point or points shown on the proposal. Delivery must be made on, or before, the date specified in the proposal. 2. If upon inspection of the material, any article that is defective or fails in any way to meet the terms of the contract or purchase order will be rejected. The decision of the Pennsylvania Turnpike Commission shall be final and the rejected material will be replaced by, and at the expense of, the supplier. 3. If a supplier furnishes articles not meeting specifications, and does not replace such articles, or if there is a failure to deliver any purchase within the specified time, the Commission may purchase the same in the open market and deduct the expense, including any excess in price over that called for in the contract, from the amount due the supplier from the Pennsylvania Turnpike Commission. If the amount due the supplier is not sufficient to meet such expenses in excess price paid for, the Commission may proceed against the supplier or his sureties or both. 4. All materials, equipment, and supplies must conform to the regulations of the Pennsylvania Turnpike Commission or the Department of Labor & Industry or any other of the Departments of the Commonwealth of Pennsylvania, with established standards. 5. In accordance with the provisions of the Act of 978, No. 3, 73 P.S. 88 et seq., as amended by Act No. 6 of 982 and Act. No. 44 of 984 (Steel Products Procurement Act), all vendors, suppliers, or contractors shall use or furnish only steel products produced in the United States in the performance of the contract or purchase order. L. NO SUBLETTING OR ASSIGNMENT No contract may be assigned, sublet, or transferred without prior written consent of the Pennsylvania Turnpike Commission. M. CAUSE FOR REMOVAL FROM BID LIST Any vendor not responding two (2) consecutive times or any vendor who does not receive an award for a period of five (5) years shall be purged from the mailing list, unless specifically noted otherwise in the bid document. A "NO BID" is considered a reply. N. NON-DISCRIMINATION CLAUSE The Pennsylvania Turnpike Commission's Non-Discrimination Clause shall be considered a part of this proposal. Copies of the Non- Discrimination Clause can be obtained by contacting the Purchasing Office. O. NON-WAIVER OF ADDITIONAL RIGHTS The enumeration in these Conditions and Instructions of certain rights and remedies in the Commission shall not be construed to preclude the exercise by the Commission of other and additional rights and remedies which are available generally at law or which may be implied from the foregoing. P. CONTRACTING OFFICER for this bid and for any Purchase Orders issued as a result of this bid is the Manager of Strategic Sourcing and Asset Management. PA Turnpike Commission GENERAL CONDITIONS & INSTRUCTIONS TO BIDDERS Page2

20 QUOTATION DELIVERY INSTRUCTIONS: (DO NOT DISCARD) QUOTATION ENCLOSED (Check One) BID NO-BID Bid Due Date 0/24/4 STRATEGIC SOURCING DEPARTMENT P.O. BOX HARRISBURG, PA All bid quotations must be returned in a sealed envelope addressed exactly as shown above. The label may be cut out and affixed firmly to the response envelope. Failure to address envelope properly and include bid number and due date on face of envelope will be deemed sufficient reason for rejection of quotation. For Overnight or Express Delivery of bid documents, quotation must be sealed in a separate envelope addressed exactly as shown above. The sealed quotation may then be sent to: Pennsylvania Turnpike Commission 700 South Eisenhower Boulevard Middletown, PA 7057 Please note that use of U.S. Mail, FedEx, UPS, or other delivery method does not guarantee delivery to the Strategic Sourcing Department of the PA Turnpike Commission located 700 South Eisenhower Boulevard, Middletown, PA by the announced bid opening time. All bidders should allow sufficient delivery time to ensure timely receipt of their bids.

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) CONTRACT NEGOTIATION

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) CONTRACT NEGOTIATION QUOTATIONS TO BE ON FOB DELIVERED BASIS PURCHASING DEPARTMENT PO BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 CONTRACT NEGOTIATION TERMS: NET 30 DAYS BID NUMBER 501000-2013 DATED 03/05/13 Contract Negotiator

More information

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION QUOTATION ACCEPTED ON FOB DELIVERED BASIS ONLY PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION PO BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 REQUEST FOR QUOTATION TERMS: NET 30 DAYS BID NUMBER

More information

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION QUOTATION ACCEPTED ON F.O.B. DELIVERED BASIS ONLY PURCHASING DEPARTMENT P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 REQUEST FOR QUOTATION TERMS: NET 30 DAYS BID NUMBER 995100-2011 ROOFING DATED

More information

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION QUOTATION ACCEPTED ON F.O.B. DELIVERED BASIS ONLY PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 REQUEST FOR QUOTATION TERMS: NET 30 DAYS BID

More information

BID NUMBER Gasoline/Ethanol DATED 7/29/2015

BID NUMBER Gasoline/Ethanol DATED 7/29/2015 QUOTATION ACCEPTED ON F.O.B. DELIVERED BASIS ONLY PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 CONTRACT NEGOTIATION TERMS: NET 30 DAYS BID NUMBER

More information

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) CONTRACT NEGOTIATION

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) CONTRACT NEGOTIATION QUOTATION ACCEPTED ON F.O.B. DELIVERED BASIS ONLY PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 CONTRACT NEGOTIATION TERMS: NET 30 DAYS BID NUMBER

More information

BID NUMBER PW-2018 DATED 03/22/18 BUYER Karen Ruch DUE DATE 04/17/18. PAGE 1

BID NUMBER PW-2018 DATED 03/22/18 BUYER Karen Ruch DUE DATE 04/17/18.  PAGE 1 QUOTATION ACCEPTED ON F.O.B. DELIVERED BASIS ONLY Strategic Sourcing Department PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 REQUEST FOR QUOTATION TERMS: NET 30 DAYS

More information

BID NUMBER DATED 10/26/2016. PAGE 1

BID NUMBER DATED 10/26/2016. PAGE 1 QUOTATION ACCEPTED ON F.O.B. DELIVERED BASIS ONLY PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 CONTRACT NEGOTIATION TERMS: NET 30 DAYS BID NUMBER

More information

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION QUOTATION ACCEPTED ON F.O.B. DELIVERED BASIS ONLY PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 REQUEST FOR QUOTATION TERMS: NET 30 DAYS BID

More information

BID NUMBER B-2015 REBID - partial DATED 09/03/15 BUYER Karen Ruch DUE DATE 09/14/15 PAGE 1

BID NUMBER B-2015 REBID - partial DATED 09/03/15 BUYER Karen Ruch DUE DATE 09/14/15  PAGE 1 QUOTATION ACCEPTED ON F.O.B. DELIVERED BASIS ONLY Strategic Sourcing Department PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 REQUEST FOR QUOTATION TERMS: NET 30 DAYS

More information

Strategic Sourcing Department PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

Strategic Sourcing Department PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION QUOTATION ACCEPTED ON F.O.B. DELIVERED BASIS ONLY Strategic Sourcing Department PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 REQUEST FOR QUOTATION TERMS: NET 30 DAYS

More information

BID NUMBER FC-2018 DATED 05/18/18 BUYER Karen Ruch DUE DATE 06/12/18. PAGE 1

BID NUMBER FC-2018 DATED 05/18/18 BUYER Karen Ruch DUE DATE 06/12/18.  PAGE 1 QUOTATION ACCEPTED ON F.O.B. DELIVERED BASIS ONLY Strategic Sourcing Department PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 REQUEST FOR QUOTATION TERMS: NET 30 DAYS

More information

BID NUMBER DATED 03/08/13 BUYER Karen Ruch Phone: DUE DATE 04/09/13 PAGE 1 VENDOR Name & address

BID NUMBER DATED 03/08/13 BUYER Karen Ruch Phone: DUE DATE 04/09/13   PAGE 1 VENDOR Name & address QUOTATION ACCEPTED ON F.O.B. DELIVERED BASIS ONLY PURCHASING DEPARTMENT P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 REQUEST FOR QUOTATION TERMS: NET 30 DAYS BID NUMBER 631000-2013 DATED 03/08/13

More information

BID NUMBER DATED 12/11/17 BUYER Karen Ruch DUE DATE 01/03/18. PAGE 1

BID NUMBER DATED 12/11/17 BUYER Karen Ruch DUE DATE 01/03/18.  PAGE 1 QUOTATION ACCEPTED ON F.O.B. DELIVERED BASIS ONLY Strategic Sourcing Department PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 REQUEST FOR QUOTATION TERMS: NET 30 DAYS

More information

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS

CITY OF LIVERMORE BID #4050 FOR: FIRE AND BURGLAR ALARM MONITORING NOTICE TO BIDDERS NOTICE TO BIDDERS Notice is hereby given that the City of Livermore invites sealed bids for FIRE AND BURGLAR ALARM MONITORING SERVICES IN CITY OWNED BUILDINGS. Each bid shall be in accordance with the

More information

Snow Removal Services Request for Proposals December 1, April 30, 2019

Snow Removal Services Request for Proposals December 1, April 30, 2019 Township of Warminster Snow Removal Services Request for Proposals December 1, 2017- April 30, 2019 Sealed proposals will be received by Warminster Township at the Township Administrative Offices at 401

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

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid. To the Board of County Commissioners of Olmsted County, Minnesota: Bidders: In accordance with the advertisement of Olmsted County inviting proposals for the furnishing and application of dust control

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 ADVERTISEMENT FOR BIDS Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 3:00 PM (EDST) on February 12,

More information

Model #48TTF007501BW Efficiency rating 9 EER Replace with three new Bryant High Efficiency roof top package Heating & Cooling Units:

Model #48TTF007501BW Efficiency rating 9 EER Replace with three new Bryant High Efficiency roof top package Heating & Cooling Units: Town of Ballston Community Library will be receiving bids for replacement of three roof top package Heating & Cooling units at 2 Lawmar Lane, Burnt Hills, NY 12027. The Town of Ballston requires that all

More information

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent 6550 Walden Rd., Beaumont, Texas 77707 Phone: 409-842-1818 Fax: 409-842-2729 Legal Notice Advertisement

More information

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry No. RFQ-3006DF DATE: 29 Please quote the lowest prices at which you will furnish

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

SMALL ORDERS TERMS AND CONDITIONS - BLANKET 1. COMPLIANCE WITH LAWS Contractor must observe and comply with all applicable federal, state, county and municipal laws, statutes, regulations, codes, ordinances and executive orders, in effect now or

More information

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES DATE: April 8, 2016 PROPOSAL: Q16-131 The Town of Chapel Hill Business Management

More information

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS INVITATION TO BID from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233 BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS Sealed

More information

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office SERVICES CONTRACT/P. O. # Title: THIS CONTRACT, and amendments and supplements thereto, is

More information

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019 Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at

More information

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time

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

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT Washington

More information

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS 1. Notice to Bidders 2. Bid Form 3. Instructions, Project Scope and Specifications 4. Patriot Park Concession Operation Agreement between Park Board and

More information

Pest Control Services

Pest Control Services Pest Control Services Quotation #276 Issue Date: Friday, September 1, 2017 Jan Romer, Buyer Issued by: The Thames Valley District School Board Return Date: 4:00:00 pm, local time, Friday, September 15,

More information

TERMS AND CONDITIONS

TERMS AND CONDITIONS TERMS AND CONDITIONS 1. Agreement; Modification of Terms. These terms and conditions (the Terms ) apply to all orders for, and all sales and rentals of, all equipment ( Equipment ) described in the quotation,

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

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864) City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Construction Service for Piedmont Community

More information

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651

REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 REQUEST FOR PROPOSALS FOR REMOVAL AND REPLACEMENT OF RV POWER PEDESTALS AT 6201 W PARK ST MISSAUKEE LAKE PARK LAKE CITY MI 49651 MISSAUKEE COUNTY PO BOX 800 LAKE CITY MI 49651 (231) 839-4967 November 30,

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

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

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT DECEMBER 23, 2015 Owner: King County Library System 960 Newport Way N.W. Issaquah, WA. 98027 GENERAL INFORMATION A. The Vendor is to provide all labor, material, equipment, first thirty (30) day storage

More information

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin Request for Proposals 2018 Erosion Control Project Madison, Wisconsin November, 2018 SECTION TABLE OF CONTENTS PAGE ADVERTISEMENT... A 1 PROPOSAL... P 1 CONTRACT..... C 1 REQUEST FOR PROPOSAL...... 1 6

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: Phone Number: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT

More information

REQUEST FOR QUOTE # 16471

REQUEST FOR QUOTE # 16471 REQUEST FOR QUOTE # 16471 RFQ # 16471 Quotation Due By: Bid Due Time: 12/13/2013 10:00:00 AM VENDOR INFO: VENDOR #: 99999.00 NAME: CONTACT: ADDRESS 1: ADDRESS 2: CITY: STATE: ZIP: EMAIL: PHONE: FAX: REPLY

More information

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016 1.0 EXECUTIVE SUMMARY 1.1 The Cyril E. King Airport (CEKA), St. Thomas, Virgin Islands is owned and operated by The Virgin Islands Port Authority. The CEKA is located at #70 Lindbergh Bay. The CEKA enplanes

More information

Proposal No:

Proposal No: City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures

More information

QUOTATION ONLY -- NOT AN ORDER

QUOTATION ONLY -- NOT AN ORDER QUOTATION ONLY -- NOT AN ORDER CONTRACTOR: DATE: September 11, 2018 NOTE: RE: Quotations must be received by 1:00 p.m., September 21, 2018 Pacific Daylight Time, to be considered. INSTALLATION OF UNDGROUND

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS Jefferson County School District No. R-1, State of Colorado, hereinafter called the "Owner", has advertised for bids to be submitted for the construction work specified in the advertisement.

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

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

Invitation to Bid For Printing PIKEPASS Fulfillment Folders (ITB # )

Invitation to Bid For Printing PIKEPASS Fulfillment Folders (ITB # ) 1 INTRODUCTION: Oklahoma Turnpike Authority 3500 Martin Luther King Ave. Oklahoma City, OK 73111 Invitation to Bid For Printing PIKEPASS Fulfillment Folders (ITB #2017-003) The Oklahoma Turnpike Authority

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY Prepared by Community College of Allegheny County Purchasing Department College Office 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233 (412)

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: MARCH 27, 2013 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 12 PAGES BIDS DUE:

More information

Rodent Baiting Vacant & Demolished Properties, Sewers, Baiting & Followup Baiting of Residential Areas

Rodent Baiting Vacant & Demolished Properties, Sewers, Baiting & Followup Baiting of Residential Areas RICH FITZGERALD COUNTY EXECUTIVE On behalf of the City of Pittsburgh WILLIAM PEDUTO MAYOR DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry

More information

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid

More information

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: 1285-44202 HIGH POWER LINE REPAIR SERVICES Jacksonville Aviation Authority Procurement Department 14201 Pecan Park Road, 2 nd Floor Jacksonville,

More information

REQUEST FOR PROPOSALS FOR PRE-EMPLOYMENT BACKGROUND SCREENING SERVICES ISSUING OFFICE. Pennsylvania Turnpike Commission. Office of Human Resources

REQUEST FOR PROPOSALS FOR PRE-EMPLOYMENT BACKGROUND SCREENING SERVICES ISSUING OFFICE. Pennsylvania Turnpike Commission. Office of Human Resources REQUEST FOR PROPOSALS FOR PRE-EMPLOYMENT BACKGROUND SCREENING SERVICES ISSUING OFFICE Pennsylvania Turnpike Commission Office of Human Resources RFP NUMBER 13-10380-4465 DATE OF ISSUANCE September 16,

More information

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM INVITATION FOR BIDDER'S PROPOSALS, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM OWNER: Village of Libertyville 200 East Cook Avenue Libertyville, Illinois 60048-2090 1. Invitation to Bid: Owner invites sealed

More information

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 11135

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 11135 REQUEST FOR QUOTE # 11135 RFQ # 11135 Quotation Due By: 08/08/2012 10:00 AM CT REPLY TO: MK Monica Fowler PURCHASING DEPARTMENT 226 W DWAIN WILLIS AVE TO: PROVIDE COMPANY NAME, ADDRESS, E-MAIL PO BOX 409

More information

April 15, 2013 PEST CONTROL BID Page 1 of 13

April 15, 2013 PEST CONTROL BID Page 1 of 13 INVITATION TO BID PEST CONTROL SERVICES The Ware County Board of Commissioners is seeking bids from Contractors to provide Pest Control services for all the county buildings listed in the bid package.

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Promotional Tee Shirts, Long Sleeve Shirts, Zip Hoodies, and Pullover Hoodies RFP NUMBER: 16877 DATED: 3/15/2018 TABLE OF

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

SUBCONTRACT CONSTRUCTION AGREEMENT

SUBCONTRACT CONSTRUCTION AGREEMENT SUBCONTRACT CONSTRUCTION AGREEMENT THIS SUBCONTRACT CONSTRUCTION AGREEMENT, made and executed this day of, 20, by and between SHERWOOD CONSTRUCTION, INC (hereinafter referred to as "Contractor"), and (hereinafter

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

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will

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

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES

REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES REQUEST FOR PROPOSAL FOR GENERAL REASSESSMENT SERVICES 1. GENERAL STATEMENT OF PURPOSE Scott County is soliciting proposals for the services of a qualified contractor to perform a general reassessment

More information

7/14/16. Hendry County Purchase Order Terms and Conditions

7/14/16. Hendry County Purchase Order Terms and Conditions Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen

More information

COUNTY EXECUTIVE On behalf of the City of Pittsburgh

COUNTY EXECUTIVE On behalf of the City of Pittsburgh County of Allegheny RICH FITZGERALD COUNTY EXECUTIVE On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES 206 COURTHOUSE PITTSBURGH PA 15219 City

More information

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85. Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,

More information

REQUEST FOR PROPOSALS FOR. Job Order Contracting Program Consultant ISSUING OFFICE. Pennsylvania Turnpike Commission

REQUEST FOR PROPOSALS FOR. Job Order Contracting Program Consultant ISSUING OFFICE. Pennsylvania Turnpike Commission REQUEST FOR PROPOSALS FOR Job Order Contracting Program Consultant ISSUING OFFICE Pennsylvania Turnpike Commission Facilities and Energy Management Operations Department RFP NUMBER 13-40130-4390 DATE OF

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the complete removal and replacement of existing roof at 659 Knox Rd 1440 North for

More information

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE TOWN OF HOPKINTON PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

Scofield Ridge Homeowners Association

Scofield Ridge Homeowners Association Scofield Ridge Homeowners Association RFP #2012-003 Subject: Entrance Monument Design & Construction Due: March 30, 2012 2:00pm CST c/o Goodwin Management, Attn.: Debra Johnson * 11149 Research Blvd.,

More information

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION Notice is hereby given that the City of Highwood is seeking bids for Roadway Snow Removal and

More information

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-04 Pest Control

DAVID L. LAWRENCE CONVENTION CENTER. REQUEST FOR PROPOSAL RFP09-04 Pest Control DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL RFP09-04 Pest Control THE DAVID L. LAWRENCE CONVENTION CENTER REQUEST FOR PROPOSAL TABLE OF CONTENTS TABLE OF CONTENTS Page ANNOUNCEMENT 3 1. INTRODUCTION

More information

ROAD COMMISSION FOR IONIA COUNTY

ROAD COMMISSION FOR IONIA COUNTY ROAD COMMISSION FOR IONIA COUNTY 170 E. Riverside Drive P.O. Box 76 Ionia, Michigan 48846 Phone (616) 527-1700 Fax (616) 527-8848 CHARLES G. MINKLEY KENNETH L. GASPER ALBERT A. ALMY KAREN D. BOTA ROBERT

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

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

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation This is a form agreement for discussion purposes only. It does not constitute a binding offer or contract of Drexel University until all of the terms have been approved and this agreement is executed by

More information

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT

Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT Delaware Solid Waste Authority Southern Solid Waste Management Center Construction of Cell 3 Disposal Area Contract DSWA 332 AGREEMENT THIS AGREEMENT made and entered into this day of, 19, by and between

More information

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED: TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS

More information

RFP for Convenience Centers and a Transfer Station for Solid Waste and Recycling for Fannin County, GA

RFP for Convenience Centers and a Transfer Station for Solid Waste and Recycling for Fannin County, GA RFP for Convenience Centers and a Transfer Station for Solid Waste and Recycling for Fannin County, GA TABLE OF CONTENTS Section Number/Description 1.0 Introduction/Overview 1.1 Purpose/Objective 1.2 Background

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

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES RFP 2017-17 Due September 27, 2017 Room 123 304 NW 2 nd Street Okeechobee, FL 34972 1 INSTRUCTIONS TO BIDDERS In order to be considered responsive,

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: OCTOBER 29, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 11 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: NOVEMBER

More information

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN

REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT RFQ # STORM WEATHER WARNING SERVICES PUBLIC WORKS DEPARTMENT FOR THE CITY OF MIDDLETOWN REQUEST FOR QUOTATION MIDDLETOWN, CONNECTICUT Sealed proposals, addressed to the Supervisor of Purchases, City of Middletown, Room 112, Municipal Building, Middletown, Connecticut, 06457 will be received

More information

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,

More information

HEATING AND COOLING SYSTEM MAINTENANCE

HEATING AND COOLING SYSTEM MAINTENANCE TOWN OF HOPKINTON HEATING AND COOLING SYSTEM MAINTENANCE Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833 BID INFORMATION, REQUIREMENTS AND SPECIFICATIONS Heating

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: September 11, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 11 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: SEPTEMBER

More information

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT REF #242013RFPSW DUE DATE: 4:00 PM, February 19, 2013 Luzerne County

More information

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860) TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT 06045-0191 (860) 647-3031 FAX (860) 647-5206 REQUEST FOR PROPOSAL FOR ELECTRONICS RECYCLING RFP NO. 17/18-91

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) Annual Contract for Letterhead, Envelopes and Business Cards BIDDER INSTRUCTIONS Montrose County is seeking sealed bids from qualified vendors to supply and print letterhead, envelopes,

More information

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT INVITATION TO BID Contractor Services Associated with: WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT 06095 THIS IS AN INVITATION FOR BIDS AND THE TOWN

More information

REQUEST FOR INFORMAL BID

REQUEST FOR INFORMAL BID REQUEST FOR INFORMAL BID The State of Florida Department of Transportation request written bids to provide Landscape Fertilization and Pest Control Maintenance 12/1/2013 TO 11/30/2016. Details of the services

More information

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864) City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal for Removal of Asbestos Materials October 30,

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JUNE 2, 2015 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 12 PAGES BIDS DUE: JUNE

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