TRINITY RIVER AUTHORITY OF TEXAS BIDDING INSTRUCTIONS

Size: px
Start display at page:

Download "TRINITY RIVER AUTHORITY OF TEXAS BIDDING INSTRUCTIONS"

Transcription

1 TRINITY RIVER AUTHORITY OF TEXAS BIDDING INSTRUCTIONS Items below apply to and become a part of terms and conditions of bid. Any exceptions thereto must be in writing REQUIREMENTS FOR SUBMITTING BIDS 1.01 Bids must be submitted on the Trinity River Authority (AUTHORITY) Bid Specification Forms. Each bid is to be scanned then uploaded on this website (WEBSITE), completely properly identified and signed. Additionally, line item pricing may be required to be keyed in onto this WEBSITE Bid proposals must be uploaded onto the WEBSITE no later than the date and time stated on the bid form Bids will not be accessible for submittal to the WEBSITE after the bid closing time. Late bids will not be considered under any circumstance Telegraphic or facsimile responses to any invitation for bids will not be considered If your firm has chosen not to bid, please indicate so on the WEBSITE Bids cannot be altered or amended after bid opening time. No bid can be withdrawn after opening time without approval from the AUTHORITY, based on a written acceptable reason as determined by the AUTHORITY A deposit may be requested by the AUTHORITY of BIDDERS for Bid Specifications. Deposits shall be refunded upon the return of Bid Specifications in good condition within 30 days of bid opening PRE-BID CONFERENCES It is recommended that all prospective BIDDERS attend scheduled pre-bid conferences. The purpose of these conferences is to clearly communicate the scope and intent of the bid and to allow the BIDDER to offer comments and/or suggestions on the specifications prior to bid opening time in the event changes are necessary. Certain pre-bid conferences will be designated as mandatory. Failure to attend a mandatory pre-bid shall disqualify a BIDDER INSTRUCTIONS FOR COMPLETING BID SPECIFICATION FORM(S) 3.01 Questions requiring only clarification of instructions or specifications will be handled verbally. If any question results in a change to the bid, the change(s) will be forwarded to all BIDDERS by way of written addendum. Any and all addendums are to be considered as a part of the specifications. As such, they must be signed, dated, and attached to the specifications prior to submittal when Page 1 of 8

2 uploading onto the website. Direct all questions via the WEBSITE Bids cannot be altered or amended after opening time. Alterations may be made up to opening time; through the WEBSITE, original scanned bid should be deleted and replaced with the corrected document Bid must be submitted on the AUTHORITY S Bid Specification Forms. All information must be typewritten or printed in ink BIDDER shall provide: full name of firm; both physical and mailing address; telephone number of firm; type of ownership (e.g., corporation, partnership, sole proprietorship); firm s vendor identification number assigned by the Comptroller of Public Accounts of Texas (or Federal employer s identification number or individual s social security number); name of the authorized agent for the firm; and the agent s title or authority to bind the firm in a contract. BIDDER shall also provide the name and telephone number of the customer representative who will represent the firm and provide necessary services to the AUTHORITY Failure to designate the BIDDING FIRM S name and/or failure of the BIDDER S authorized agent to manually sign each Bid Specification Form page and any addendums (if required) may disqualify the entire bid Signing the bid with a false statement shall void the submitted bid or any resulting contracts, and the BIDDER shall be removed from all bid lists and approved vendor lists The Texas Resident Bidder Certification Form must be completed by each BIDDER and submitted with the bid proposal on the WEBSITE s appropriate section. See EVALUATION AND ACCEPTANCE OF BIDS.) Section A Historically Underutilized Business (HUB) Status Form must be completed and submitted with the bid proposal on the WEBSITE s appropriate section by BIDDERS that qualify for that status. See Section for definition AUTHORITY bids require pricing per unit as stated in the Bid Specifications and/or extensions if requested. If no unit of measure is stated in the specifications, then the BIDDER shall state prices according to the lowest unit of accepted standards within the particular industry, and so note the unit designation by the unit price. If a trade discount is shown on the bid, it shall be deducted and net line extensions shown. BIDDER guarantees and warrants that product(s) offered will meet or exceed specifications identified in this invitation for bids. Unit prices shall be noted on the appropriate item line on the Bid Specification Form. Quote unit price, show extended price on quantity (if noted), and show page sub-total and bid grand total All bid quotations must include all the various features needed to satisfy the performance and/or material specifications. No amounts will be paid for the items bid in excess of the amounts quoted Quote F.O.B. destination. If otherwise, quote exact cost to deliver to the AUTHORITY S Page 2 of 8

3 designated location Purchases made for AUTHORITY use are exempt from State of Texas Sales Tax and Federal Excise Tax. Do not include tax in bid price quotation. A tax exemption certificate will be furnished upon request All prices quoted shall comply with all Federal and State laws and municipal ordinances Any and all guarantees and warranties shall be fully stated by the BIDDER on the Bid Specification Form or attached with the bid proposal All items bid shall be new, in first-class condition, including containers suitable for shipment and storage, unless otherwise indicated in the specifications Any catalog, brand name, or manufacturer's reference used in the Bid Specifications is descriptive only (not restrictive), and is used to indicate type and quality desired. Bids on brands of like nature and quality will be considered unless otherwise noted in the specifications. If bidding on other than reference specifications, BIDDERS are to indicate in the Bid Specifications; manufacturer, manufacturer's part number, brand or trade name, and other description of product offered. If other than brand(s) specified is offered, illustrations and complete description of product offered; are requested to be made part of the bid. If BIDDER takes no exception to specification or reference data in the bid, BIDDER will be required to furnish brand names, number, etc., as specified in the Bid Specifications Any terms and conditions attached to a bid will not be considered unless the BIDDER specifically references them on the Bid Specification Form. WARNING: Such terms and conditions may result in disqualification of the bid (bids with the laws of a state other than Texas, requirements for prepayment, limitations on remedies, etc.) Bid prices, once accepted by the AUTHORITY at the designated Board of Directors meeting, shall be firm for the entire stated contract period, unless otherwise noted by the BIDDER and accepted by the AUTHORITY. Bids subject to unlimited price increases will not be considered Unless specifically stated in the Bid Specifications, the quantities shown on the form are estimates based on projected use or past use. It is specifically understood and agreed that these quantities are approximate and any increased quantities will be paid at the SUCCESSFUL BIDDER'S quoted unit price. It is further understood that the SUCCESSFUL BIDDER shall not have any claim against the AUTHORITY for orders less than the estimated amount. Page 3 of 8

4 4.00 ADDITIONAL REQUIREMENTS 4.01 BIDDER must provide two copies of illustrative literature or pamphlets on the product(s) offered Samples, when requested, must be furnished free of charge to the AUTHORITY and will not be returned. Each sample should be marked with BIDDER S name, address, and specification number. Do not enclose samples with the bid proposal, unless otherwise indicated in the specifications BIDDERS must submit a Material Safety Data Sheet with the bid proposal for any chemical quoted DELIVERY REQUIREMENTS 5.01 Delivery shall be made to the Trinity River Authority Central Regional Wastewater System facility, located at 6500 West Singleton Blvd., Dallas, Texas, unless otherwise stated in the Bid Specifications The perfect tender rule of the Uniform Commercial Code applies to this agreement. Specifically, Subchapter F, 2.601, et, seq., of the Texas Business and Commerce Code Title 1, Chapter 2, subchapter F is made a part of this agreement for all purposes. If the product or goods delivered do not meet requirements, consignor may be required to remove the material or goods from the premises of the AUTHORITY at consignor's expense, unless a price adjustment is agreed upon by the consignor and the AUTHORITY The bid proposal shall indicate the number of calendar days required to deliver non-emergency material to the AUTHORITY'S designated location under normal conditions. Failure to state delivery time obligates the SUCCESSFUL BIDDER to complete all deliveries within 14 calendar days after receipt of order unless otherwise specified in Bid Specifications. Delivery time will be a consideration in the award. Unrealistically short or long delivery may cause a bid to be disregarded. Consistent failure to meet delivery promises without valid reason may result in the SUCCESSFUL BIDDER'S removal from future bid lists and termination of the contract If delay is foreseen, SUCCESSFUL BIDDER shall give written notice to the Purchasing Agent of the Central Regional Wastewater System. The AUTHORITY has the right to extend the delivery date if the reasons appear valid. SUCCESSFUL BIDDER must keep the Purchasing Agent updated concerning the status of all orders. Default in promised delivery or failure to meet specifications authorizes the AUTHORITY to purchase supplies elsewhere and charge the full increase, if any, in cost and handling to the defaulting BID VENDOR No substitutions or cancellations are permitted without prior written approval by the Bid Contract Coordinator of the Central Regional Wastewater System Delivery shall be made between 7:00 a.m. and 3:00 p.m. Monday through Friday excluding AUTHORITY holidays, unless specifically stated in the Bid Specifications or prior approval for late delivery has been obtained from the AUTHORITY. Page 4 of 8

5 5.07 It shall be stated by the AUTHORITY in the Bid Specifications the conditions for an emergency delivery. If an emergency delivery is required and no time is specified, it shall be assumed that an emergency delivery shall be made within 24 hours after receipt of verbal order Non-requested, broken, or faulty items delivered by the SUCCESSFUL BIDDER shall be returned, at no cost to the AUTHORITY, within 14 days of receipt by the AUTHORITY All packing lists, bills of lading, and correspondence with the AUTHORITY must state the AUTHORITY'S purchase order number SPECIAL CONDITIONS 6.01 BIDDER shall pay all royalties and license fees and shall provide for the use of any design, device, material or process covered by a patent or copyright by suitable legal agreement with the patentee, licensee, or owner. The AUTHORITY shall not be responsible for any such royalty or license fees. The SUCCESSFUL BIDDER shall indemnify the AUTHORITY and defend all suits or claims for the infringement of any patent or copyright rights and shall save the AUTHORITY harmless from any loss on account thereof BIDDER hereby assigns to the AUTHORITY any and all claims for overcharges associated with this contract that arise under the antitrust laws of the United States or the State of Texas No right or interest in this contract shall be assigned or delegation of any obligation made by the SUCCESSFUL BIDDER without the written permission of the AUTHORITY. Any attempted assignment or delegation by the SUCCESSFUL BIDDER shall be void for all purposes unless made in conformity with this paragraph EVALUATION AND ACCEPTANCE OF BIDS 7.01 All information provided by the BIDDER shall be used by AUTHORITY management in its recommendation to the Board of Directors of the lowest and best bid Award of bid, if it be awarded, shall be to that responsible BIDDER whose bid, conforming to the Bid Specifications will be most advantageous to the AUTHORITY, price and other factors considered. Other factors may include, but are not limited to: delivery; efficiency; quality; experience; service record; service facilities; business classification; and adaptability of equipment or services to the needs of the AUTHORITY The AUTHORITY reserves the right to accept or reject all or any part of any bid, waive minor technicalities or deficiencies, and award the bid to best serve the interests of the AUTHORITY The AUTHORITY is eligible to participate in the purchasing programs of the State of Texas General Services Commission under the Texas Local Government Code. The AUTHORITY may compare Page 5 of 8

6 the bids with comparable item(s) in the State of Texas Cooperative Purchasing Program (Cooperative) and reserves the right to reject all bids and purchase the bid item(s) directly from the Cooperative's designated contract vendor if this action best serves the AUTHORITY S interests Bids shall be evaluated in whole, by group of items, or on an item-by-item basis, whichever is deemed to be in the best interest of the AUTHORITY In case of errors in extension, the unit price will be used to calculate an accurate extended price Any bid with more than a 30% error rate in unit and/or extension quotes may be considered as nonresponsive Any items designated as no bid by a BIDDER shall have the highest bid price received for that item substituted for the purpose of fair evaluation of the total bid Any bid with "no bid" on over 5% of the items specified may be classified as non-responsive In evaluating a bid of a nonresident bidder, an amount, equal to the amount a Texas resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in the state in which the nonresident bidder s principal place of business is located, will be added. The amount added is for evaluation purposes only and under no condition shall an amount in excess of the bid be awarded. See Section 3.07 for definition of nonresident bidder Authorized AUTHORITY personnel shall have access to any BIDDER S place of business for the purpose of inspecting merchandise both before and after award of the bid contract. Tests shall be performed on samples submitted with the bid or samples taken off regular shipments. In the event products tested fail to meet or exceed all conditions and requirements of the specification, the cost of the sample used and the cost of testing shall be borne by the BIDDER. Any tests that are requested as part of the bid specifications shall be at the BIDDER S expense In case of tie bids, a drawing will be held with a representative from each respective firm present The AUTHORITY reserves the right, after evaluation of all bids received, to make no recommendation to its Board of Directors regarding the award of any bid in the event non-responsive, non-conforming or otherwise unacceptable bids are received, or if budgetary constraints or other unanticipated factors exist Bids shall be officially awarded by the AUTHORITY S Board of Directors at the meeting designated on the Bid Specification, or, in certain cases as authorized by the Board of Directors, by the AUTHORITY S General Manager The SUCCESSFUL BIDDER shall be notified by mail. Page 6 of 8

7 7.16 Either party may dissolve this bid, once accepted, by informing the other party upon written 60 days notice prior to cancellation Neither SUCCESSFUL BIDDER nor AUTHORITY shall be liable to the other for any delay in or failure of performance of any requirement included in any contract resulting from this bid caused by force majeure. The existence of such causes of delay or failure shall extend the period of performance only until after the causes of delay or failure have been removed, provided that the non-performing party exercises all reasonable due diligence to perform. Force majeure is defined as acts of God, war, fires, explosions, hurricanes, floods, or other causes that are beyond the reasonable control of either party and that by exercise of due foresight such party could not reasonably have been expected to avoid, and which, by the exercise of all reasonable due diligence, such party is unable to overcome. Matters of the SUCCESSFUL BIDDER S finances or costs of supplies to the SUCCESSFUL BIDDER shall not constitute a force majeure. Each party must inform the other in writing, with proof of receipt, within forty-eight hours of the existence of such force majeure, or otherwise such non-performing party waives this right as a defense to a claim of breach of contract PAYMENT 8.01 The AUTHORITY shall pay from invoice only, not from statements. Invoices should be submitted within 10 calendar days after receipt by the AUTHORITY of the goods or services The AUTHORITY shall issue a different purchase order number for each order. The SUCCESSFUL BIDDER must submit 3 copies of an itemized invoice for each purchase order after each delivery. All invoices shall include the following information: invoice number; purchase order number; company name; address; city; state; zip code; telephone number; quantity shipped; part number; item description; unit costs; extended line costs; discount or discount rate to be deducted; total cost; date of order; name of AUTHORITY person that placed the order; and any freight and/or demurrage costs The AUTHORITY shall make payment within 30 days upon receipt of invoice, or goods or services, whichever is later All payments relative to this bid contract will be made only to the firm designated on the Bid Specification Form, not to the firm s customer representative, if different BIDDER AFFIRMATION 9.01 By signing this bid, a BIDDER affirms that they have not given, offered to give, nor intend to give at any time hereafter, any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor, or service to any agent of the AUTHORITY in connection with the submitted bid. Page 7 of 8

8 10.00 HISTORICALLY UNDERUTILIZED BUSINESS (HUB) The AUTHORITY S goal is to achieve at least 25% usage of Historically Underutilized Businesses in the following areas: Construction, Supplies, Professional Services, Other Services and Investments. If the contract goal is not met, evidence of good faith efforts must be presented by the contracting firm or supplier. It is the intent of the AUTHORITY to involve HUBS in all phases of its procurement practices and provide them equal opportunity to compete for contracts and bids required by the AUTHORITY The notarized HUB Status Form must be submitted with the bid proposal, if applicable. Failure to submit HUB documentation as required will result in the bid being considered non-hub, and evaluated as such Definition of HUB Historically underutilized business means: (a) (b) (c) (d) (e) A corporation formed for the purpose of making a profit in which at least 51% of all classes of the shares of stock or other equitable securities are owned by one or more persons who are socially disadvantaged because of their identification as members of certain groups, including Black Americans, Hispanic Americans, women, Asian Pacific Americans, and Native Americans, who have suffered the effects of discriminatory practices or similar insidious circumstances over which they have no control; A sole proprietorship created for the purpose of making a profit that is 100% owned, operated, and controlled by a person described by Paragraph (a) of this subdivision; A partnership formed for the purpose of making a profit in which at least 51% of the assets and interest in the partnership is owned by one or more persons described by Paragraph (a) of this subdivision. Those persons must have a proportionate interest in the control, operation, and management of the partnership affairs; A joint venture in which each entity in the joint venture is a historically underutilized business under this subdivision; or A supplier contract between a historically underutilized business under this subdivision and a prime contractor under which the historically underutilized business is directly involved in the manufacture or distribution of the supplies or materials or otherwise warehouses and ships the supplies. Page 8 of 8

9 ATTACHMENT A TRINITY RIVER AUTHORITY OF TEXAS NORTHERN REGION FACILITY LOCATIONS CENTRAL REGIONAL WASTEWATER SYSTEM 6500 West Singleton Boulevard Dallas, Texas No Charge for Deliveries made at this Location TEN MILE CREEK REGIONAL WASTEWATER SYSTEM Malloy Bridge Road Ferris, Texas Additional Delivery Charge: TARRANT COUNTY WATER SUPPLY PROJECT Trinity Blvd Euless, Texas Additional Delivery Charge: RED OAK CREEK REGIONAL WASTEWATER SYSTEM 908 Bells Chapel Road Waxahachie, Texas Additional Delivery Charge: DENTON CREEK REGIONAL WASTEWATER SYSTEM 1687 N. Hwy 377 Roanoke, Texas Additional Delivery Charge:

10 TRINITY RIVER AUTHORITY OF TEXAS HUB STATUS FIRM'S NAME is certified as a HUB. A person commits a criminal offense if the person intentionally applies as an historically underutilized business for an award of a purchasing contract or public works contract and the person knowingly does not meet the definition of an historically underutilized business in the Texas Government Code. Please state how your firm qualifies: A copy of the certification from is attached. AUTHORIZED AGENT'S SIGNATURE DATE Subscribed and sworn to before me by the above named on this the day of, 19. Notary Public in and for County, for the State of.

11 TRINITY RIVER AUTHORITY OF TEXAS RESIDENT BIDDER CERTIFICATION Pursuant to Texas Government Code Chapter 2252, Subchapter A (Nonresident Bidders), the Trinity River Authority requires a residence certification in connection with bids. The Government Code defines a resident bidder as a person [or company] whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. TEX. GOV T CODE (4). It likewise defines a nonresident bidder as a person [or company] who is not a resident. TEX. GOV T CODE (3). Please complete the appropriate portion of the following certification. I certify that is a Resident Bidder of Texas as defined in [Company Name] the Texas Government Code. FIRM S AUTHORIZED AGENT TITLE AUTHORIZED AGENT S SIGNATURE DATE I certify that is a Nonresident Bidder as defined in [Company Name] the Texas Government Code and our principal place of business is. [City and State] FIRM S AUTHORIZED AGENT TITLE AUTHORIZED AGENT S SIGNATURE DATE

Request for Quotation

Request for Quotation Return this Quote document via FAX or E-MAIL no later than 3:00 PM, TUESDAY, 01/26/16 to: Attention: ANDREA PARKS STAHL, SR. BUYER Telephone: Fax No.: 210-567-2897 E-mail: PARKSA@UTHSCSA.EDU Facsimile

More information

No late bids will be considered.

No late bids will be considered. CITY OF LEAGUE CITY NOTICE TO BIDDERS BID# 14-017 CITY STREET SWEEPING The City of League City is now accepting sealed bids for services to be rendered in the regular and routine sweeping of certain streets

More information

INVITATION TO BID NO MPDMS

INVITATION TO BID NO MPDMS INVITATION TO BID NO. 00802945 - MPDMS http://www.utexas.edu/admin/purchasing/ Return sealed bids to: THE UNIVERSITY OF TEXAS AT AUSTIN Purchasing Office 2200 Comal Street Austin, Texas 78722-2596 Phone

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

INVITATION TO BID FAILURE TO SIGN WILL DISQUALIFY BID Bid No. FIRE-EXT-FY15

INVITATION TO BID FAILURE TO SIGN WILL DISQUALIFY BID Bid No. FIRE-EXT-FY15 INVITATION TO BID FAILURE TO SIGN WILL DISQUALIFY BID Bid No. FIRE-EXT-FY15 Due Date: August 22, 2014 at 3:00 P.M. Signature City Zip Show bid opening and bid invitation number in lower left hand corner

More information

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

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

More information

County of Gillespie. Bid Package for 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

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

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

More information

CITY OF 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

NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS

NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS NORTHAMPTON AREA SCHOOL DISTRICT REQUEST FOR BIDS The Northampton Area School District will receive sealed bids until 11:00 a.m., prevailing time, on March 9, 2018 for the following: General Supplies Cleaning

More information

MPS TERMS AND CONDITIONS FOR BIDS

MPS TERMS AND CONDITIONS FOR BIDS MPS TERMS AND CONDITIONS FOR BIDS Scope These terms and conditions shall apply to any and all award(s) resulting from a formal bid, except as follows: In the event of a conflict between these terms and

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

GENERAL CONDITIONS. 6. BID PRICES are to remain firm for one (1) year from date of award, unless otherwise specified.

GENERAL CONDITIONS. 6. BID PRICES are to remain firm for one (1) year from date of award, unless otherwise specified. GENERAL CONDITIONS THE WORDS BIDS, PROPOSALS, QUOTES AND THEIR DERIVATIVES MAY BE USED INTERCHANGEABLY IN THESE TERMS AND CONDITIONS. THESE TERMS AND CONDITIONS ARE APPLICABLE ON ALL BIDS, PROPOSALS, QUOTES,

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

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

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

UCSD AGREEMENT # 015/SD/1210 SIGMA ALDRICH INC, CHEMICALS AND REAGENTS

UCSD AGREEMENT # 015/SD/1210 SIGMA ALDRICH INC, CHEMICALS AND REAGENTS UCSD AGREEMENT # 015/SD/1210 SIGMA ALDRICH INC, CHEMICALS AND REAGENTS THIS UCSD AGREEMENT ( Agreement ) is made and entered into this 1 st day of January, 2010 by and between The Regents of the University

More information

TERMS AND CONDITIONS: ITEMS BELOW APPLY TO AND BECOME PART OF BID/PURCHASE ORDER ANY EXCEPTIONS THERETO MUST BE IN WRITING

TERMS AND CONDITIONS: ITEMS BELOW APPLY TO AND BECOME PART OF BID/PURCHASE ORDER ANY EXCEPTIONS THERETO MUST BE IN WRITING TERMS AND CONDITIONS: ITEMS BELOW APPLY TO AND BECOME PART OF BID/PURCHASE ORDER ANY EXCEPTIONS THERETO MUST BE IN WRITING 1. BIDDING REQUIREMENTS: 1.1 Bidders must comply with all rules, regulations and

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

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

If you would like additional information concerning our purchasing procedures, please contact:

If you would like additional information concerning our purchasing procedures, please contact: Administrative Services 2147-TAMU College Station, TX 77843-2147 Tel. 979-845-4786 Fax. 979-458-1217 agrilifeas.tamu.edu October 15, 2018 TO BIDDER: Transmitted herewith is Invitation For Bid #B960004.

More information

JACQUELINE M. IZZO MAYOR

JACQUELINE M. IZZO MAYOR JACQUELINE M. IZZO MAYOR ZACH CORTESE PURCHASING AGENT PURCHASING DEPARTMENT ROME CITY HALL 198 N. WASHINGTON STREET ROME, NEW YORK 13440-5815 (315) 339-7665 FAX (315) 838-1165 zcortese@romecitygov.com

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

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

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# B12-01 Hand Soap & Sanitizer Date: June 22, 2011 To: All

More information

SURPLUS BID ATTACHMENT

SURPLUS BID ATTACHMENT SACRAMENTO MUNICIPAL UTILITY SMUD INSTRUCTIONS TO BIDDERS SURPLUS BID ATTACHMENT 1. INSPECTION: This material should be carefully inspected before bidding and any questions regarding quantities or specifications

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

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

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

More information

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

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) E-RATE YEAR 15 (2012/2013) RFP 6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) Anderson Union School District Anderson Union High School District (AUHSD) is seeking proposals for the upcoming Year

More information

Union College Schenectady, NY General Purchasing Terms & Conditions

Union College Schenectady, NY General Purchasing Terms & Conditions Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase

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

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

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

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

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

More information

TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS

TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS TYLER INDEPENDENT SCHOOL DISTRICT PURCHASE ORDER TERMS AND CONDITIONS 1. ACCEPTANCE This Purchase Order ( PO ) constitutes a binding contract between the Vendor and Tyler Independent School District (

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 Communications Tower BID OPENING DATE: August 25, 2014 TIME: 2:00 P.M.

More information

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR Spray foam services At Wyoming County of Wyoming Animal shelter PRC # 2018009820 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the County of Wyoming

More information

Erie County Water Authority

Erie County Water Authority Erie County Water Authority 3030 Union Road Cheektowaga, New York 14227-1097 716-684-1510 FAX 716-684-3937 INVITATION TO BID Bids, as stated below, will be received and publicly opened by the Secretary

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

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

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

More information

NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE

NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE 1. GENERAL These Terms and Conditions of Sale ("Terms and Conditions") and any attached exhibits [together with those terms and conditions appearing on the

More information

Taylor County Purchasing Agent

Taylor County Purchasing Agent Taylor County Purchasing Agent Scott Henderson 600 Pecan Street Abilene, Texas 79602 Phone - 325-738-8602 FAX - 325-674-1375 E-Mail henderss@taylorcountytexas.org INVITATION TO BID BID TITLE: JAIL FACILITY

More information

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility.

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility. Form Pur. 1 REQUEST FOR QUOTATION Bid No. 3355 Bid No. 3355 BIDS TO BE SUBMITTED TO: DEPARTMENT OF PURCHASES Issued: _5/8/2007 Date Submitted 27 WEST MAIN STREET, ROOM 401 NEW BRITAIN, CT 06051 Delivery:

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL by The University of Texas System Administration for Selection of a Vendor to Provide Services related to U.T. System-wide Information Technology (IT) Audit Risk Assessment Methodology

More information

Dickinson College Purchase Order Terms and Conditions

Dickinson College Purchase Order Terms and Conditions Dickinson College Purchase Order Terms and Conditions Policy/Procedure This policy covers: A. Introduction B. Terms and Conditions A. Introduction Financial Operations does not require the use of a purchase

More information

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS Except as otherwise provided on the face of this Purchase Order or Supply Contract (the Order ) which is attached hereto, the parties agree

More information

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2.

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2. IMPORTANT PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 13 REQUEST FOR SEALED BID REQ. NO. 3000000603 DATE: 2/28/07 (PUBLIC OPENING) Bids must be returned on or before 10:00 a.m., Wednesday,

More information

INVITATION FOR BID B Purchasing Department 3221 McKelvey Road Bridgeton, MO SPECIFICATIONS FOR WINDOW TREATMENTS

INVITATION FOR BID B Purchasing Department 3221 McKelvey Road Bridgeton, MO SPECIFICATIONS FOR WINDOW TREATMENTS INVITATION FOR BID B0003792 Purchasing Department 3221 McKelvey Road Bridgeton, MO 63044 SPECIFICATIONS FOR WINDOW TREATMENTS FOR ADDITIONAL INFORMATION, CONTACT: Cynthia Green, Assistant Controller Phone:

More information

RFQ # LAN : Black Double Processed Mulch

RFQ # LAN : Black Double Processed Mulch REQUEST FOR QUOTES THIS IS NOT A PURCHASE ORDER RFQ # LAN-2019-001: Black Double Processed Mulch The Columbus Regional Airport Authority, hereafter referred to as the Authority, is seeking quotes for the

More information

For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates

For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates PURCHASE ORDER TERMS AND CONDITIONS For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates 1. GENERAL 1.1 As used in this document, the term Purchase Order

More information

PURCHASE ORDER ACKNOWLEDGEMENT

PURCHASE ORDER ACKNOWLEDGEMENT PURCHASE ORDER These Terms and Conditions shall apply to this Purchase Order attached hereto as Exhibit A and to all subsequent transactions (whether or not a Purchase Order is used) between Marquette

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

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

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

More information

SPECIAL PROVISION. Disadvantaged Business Enterprise/Historically Underutilized. in State Funded Construction

SPECIAL PROVISION. Disadvantaged Business Enterprise/Historically Underutilized. in State Funded Construction 1993 Specifications SPECIAL PROVISION Disadvantaged Business Enterprise/Historically Underutilized Business in State Funded Construction The purpose of this Special Provision is to carry out the Texas

More information

Purchase Order Terms and Conditions

Purchase Order Terms and Conditions Purchase Order Terms and Conditions Policy/Procedure Financial Operations does not require the use of a Purchase Order (PO) to procure goods or services through the Banner system. However, departments

More information

2. AMENDMENTS TO BID:

2. AMENDMENTS TO BID: GENERAL INFORMATION 1. SCOPE: 1.1 The Wayne-Finger Lakes BOCES and component School Districts require CALCULATORS. The BOCES and School Districts have agreed to form a Cooperative Bid Group as authorized

More information

Company: Legal Status: Ordering Address: Phone: Remit Address: Payment Terms:

Company: Legal Status: Ordering Address: Phone:   Remit Address: Payment Terms: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC18028 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

TERMS AND CONDITIONS OF PURCHASE

TERMS AND CONDITIONS OF PURCHASE TERMS AND CONDITIONS OF PURCHASE 1. GENERAL: For purposes of these Terms and Conditions of Purchase, the term Talbots shall mean The Talbots, Inc. The term Order shall mean, collectively: (i) a written

More information

AM07 - Texas A&M AgriLife Extension Service Purchase Order

AM07 - Texas A&M AgriLife Extension Service Purchase Order Page 1 of 3 AM07 - Texas A&M AgriLife Extension Service Purchase Order P.O. Date: 10/12/2016 Purchase Order Number AM07-17-P034870 SHOW THIS NUMBER ON ALL PACKAGES, INVOICES AND SHIPPING PAPERS. V E N

More information

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 10629

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 10629 REQUEST FOR QUOTE # 10629 RFQ # 10629 Quotation Due By: 04/02/2012 09:00 AM CT REPLY TO: P Teresa J. West PURCHASING DEPARTMENT 226 W DWAIN WILLIS AVE TO: PROVIDE COMPANY NAME, ADDRESS, E-MAIL PO BOX 409

More information

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

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Payment Terms: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC18006 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

Request for Quotation Q. SVC Cardio and Strength Equipment

Request for Quotation Q. SVC Cardio and Strength Equipment Request for Quotation 741-16Q SVC Cardio and Strength Equipment Due: 01/05/16 2:00 p.m. Mountain Time Buyer: Colorado Mountain College Purchasing Department 802 Grand Avenue Glenwood Springs, CO 81601

More information

NOTICE TO BIDDERS BID # ALL AMERICA 10K & FUN RUN MEDALS

NOTICE TO BIDDERS BID # ALL AMERICA 10K & FUN RUN MEDALS NOTICE TO BIDDERS The City of Edinburg is soliciting sealed bids to be received by the City Secretary s Office located at 415 W. University Drive, Edinburg, Texas 78541. City of Edinburg normal business

More information

Invitation to Bid BOE. Diesel Exhaust Fluid

Invitation to Bid BOE. Diesel Exhaust Fluid Invitation to Bid 20170811-02-BOE Diesel Exhaust Fluid Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN

More information

AGREEMENT Between TEXAS BOARD OF NURSING And BEVERLY SKLOSS, MSN, RN

AGREEMENT Between TEXAS BOARD OF NURSING And BEVERLY SKLOSS, MSN, RN STATE OF TEXAS COUNTY OF TRAVIS AGREEMENT Between TEXAS BOARD OF NURSING And BEVERLY SKLOSS, MSN, RN The Texas Board of Nursing, hereinafter referred to as the Board, and Beverly Skloss, MSN, RN, hereinafter

More information

INVITATION TO BID FAILURE TO SIGN WILL DISQUALIFY BID Bid No. UPHOLSTERY-FY18

INVITATION TO BID FAILURE TO SIGN WILL DISQUALIFY BID Bid No. UPHOLSTERY-FY18 INVITATION TO BID FAILURE TO SIGN WILL DISQUALIFY BID Bid No. UPHOLSTERY-FY18 Signature City Zip Due Date: 08/31/17, at 3:00 P.M. Show bid opening and bid invitation number in lower left hand corner of

More information

BID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013

BID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013 BID INVITATION (THIS IS NOT AN ORDER) FROM: FINANCE DEPARTMENT DATE: SEPTEMBER 27, 2013 CITY OF WEATHERFORD BID NUMBER: 2014-001 P.O. BOX 255 BID TITLE: HIGHWAY MOWING & LITTER PICK-UP WEATHERFORD, TX.

More information

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Page 1 of 5 Bid No.: Date Released: September 25, 2017 SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Bid subject to the Standard Terms and Conditions provided. Bid must be received by: Date/Time:

More information

One Technology Court, Montgomery, Alabama Telephone: Bid Invitation 874 Maritime Training Center Vending Services

One Technology Court, Montgomery, Alabama Telephone: Bid Invitation 874 Maritime Training Center Vending Services One Technology Court, Montgomery, Alabama 36116 Telephone: 334-242-4158 Ed Castile Director Don Carson Business Manager Bid Invitation 874 Maritime Training Center Vending Services Bid Must Be Received

More information

a. Article(s) Goods and/or services described on the face of the Purchase Order

a. Article(s) Goods and/or services described on the face of the Purchase Order TERMS AND CONDITIONS LIBERTY MUTUAL STANDARD TERMS AND CONDITIONS V. 5.0 1. DEFINITIONS a. Article(s) Goods and/or services described on the face of the Purchase Order b. Customer Liberty Mutual Insurance

More information

Description Cost PRE-BID CONFERENCE

Description Cost PRE-BID CONFERENCE IMPORTANT This is NOT an order but a request for sealed bid. PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 10 (Plus Attachment A ) REQUEST FOR SEALED BID REQ. NO. 10082841 DATE: 5/31/06 Bids

More information

INVITATION FOR BID BID NO. B Premium Pyxis Medstation 4000

INVITATION FOR BID BID NO. B Premium Pyxis Medstation 4000 INVITATION FOR BID BID NO. B017003 Premium Pyxis Medstation 4000 ARKANSAS TECH UNIVERSITY Procurement and Risk Management Services Young Building East End 203 West O Street Russellville, AR 72801-2222

More information

REQUEST FOR QUOTATION For CHAIRS FOR THE CHATHAM COUNTY E911 CALL CENTER QUOTE NUMBER:

REQUEST FOR QUOTATION For CHAIRS FOR THE CHATHAM COUNTY E911 CALL CENTER QUOTE NUMBER: REQUEST FOR QUOTATION For CHAIRS FOR THE CHATHAM COUNTY E911 CALL CENTER QUOTE NUMBER: 18-0094-5 The Number Must Appear On All Quotations and Related Correspondence. Quotation must be received NO LATER

More information

REQUEST FOR FORMAL BID

REQUEST FOR FORMAL BID REQUEST FOR FORMAL BID THE UNIVERSITY OF ALABAMA IN HUNTSVILLE PROCUREMENT SERVICES 301 SPARKMAN DRIVE HUNTSVILLE, ALABAMA 35899 PHONE (256) 824-6484 ALL BIDS WILL BE PUBLICLY OPENED ON THE OPENING DATE

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PRECEDENCE If there is a conflict between these terms, the information on the face of this PO, or any attachments to the PO, the terms on the face of the PO shall take precedence over these terms, and

More information

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Central Office

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Central Office Contract Number: ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION 03-3-766H Bid Opening Date: January 30, 2003 Time: 1:00 p.m. BID OPENING LOCATION:

More information

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap INVITATION FOR BID B0003736 Purchasing Department 3221 McKelvey Rd Bridgeton, MO 63044 SPECIFICATIONS FOR Trailer Graphic Wrap FOR ADDITIONAL INFORMATION, CONTACT: KeJuan Torrence, Buyer Phone: (314) 539

More information

REQUEST FOR QUOTE # 16305

REQUEST FOR QUOTE # 16305 REQUEST FOR QUOTE # 16305 RFQ # 16305 PPD Quotation Due By: Bid Due Time: 11/12/2013 9:00:00 AM VENDOR INFO: VENDOR #: 99999.00 NAME: CONTACT: ADDRESS 1: ADDRESS 2: CITY: STATE: ZIP: EMAIL: PHONE: FAX:

More information

ACA UNIFORM TERMS AND CONDITIONS

ACA UNIFORM TERMS AND CONDITIONS ACA UNIFORM TERMS AND CONDITIONS ARIZONA COMMERCE AUTHORITY (ACA) UNIFORM TERMS AND CONDITIONS 1. Definition of Terms As used in this Solicitation and any resulting Contract, the terms listed below are

More information

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS Sealed bids will be received in the Jefferson Parish Sheriff s Purchasing Department,

More information

Homewood Products Corporation, Selling Policy 100 Pittsburgh, PA USA Terms and Conditions of Sale

Homewood Products Corporation, Selling Policy 100 Pittsburgh, PA USA Terms and Conditions of Sale Homewood Products Corporation Selling Policy 100 Pittsburgh, PA USA15206 June 1, 2017 Terms and Conditions of Sale Products and Renewal Parts Domestic Sales Terms and Conditions of Sale Homewood Products

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

PLYMOUTH TUBE COMPANY ( PLYMOUTH ) ORDER ACKNOWLEDGEMENT / INVOICE TERMS AND CONDITIONS Effective 07/01/2014

PLYMOUTH TUBE COMPANY ( PLYMOUTH ) ORDER ACKNOWLEDGEMENT / INVOICE TERMS AND CONDITIONS Effective 07/01/2014 PLYMOUTH TUBE COMPANY ( PLYMOUTH ) ORDER ACKNOWLEDGEMENT / INVOICE TERMS AND CONDITIONS Effective 07/01/2014 1. ACCEPTANCE THE TERMS AND CONDITIONS AS HEREIN SET FORTH ARE INCORPORATED INTO PLYMOUTH S

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# B17-02 HP OEM Toner & Ink Date: October 5, 2016

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JUNE 14, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 12 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: JUNE 26,

More information

INVITATION TO BID. ONE (1) Zero Turn Mower

INVITATION TO BID. ONE (1) Zero Turn Mower April 22, 2009 INVITATION TO BID ONE (1) Zero Turn Mower Sealed bids will be received at Gardiner City Hall, 6 Church Street, Gardiner, Maine, until 11:00 a.m. on, May 6, 2009, for One (1) Zero Turn Mower

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

TJC Purchase Order Terms and Conditions

TJC Purchase Order Terms and Conditions TJC Purchase Order Terms and Conditions 1. DELIVERY; SUBSTITUTIONS; INVOICES: Goods shall be delivered and services performed during normal business hours. Goods shall be delivered to the College s address

More information

The vendor will provide at least one day of training at each location.

The vendor will provide at least one day of training at each location. SPECIFICATIONS The bid must include the price on a flat cost-per-copy basis. The cost to the school/district will be determined by multiplying the number of copies made by the quoted cost per copy. Copy

More information

GENERAL CLAUSES AND CONDITIONS

GENERAL CLAUSES AND CONDITIONS INVITATION TO BID (ITB) NO. I035-2018 CLOSING DATE AND TIME: DECEMBER 12, 2017-2:00 P.M. ANNUAL TESTING SERVICES FOR POLICE ENTRANCE EXAMS BIDS SHALL BE SUBMITTED ON THIS FORM The City of Mesquite, Texas,

More information

REQUEST FOR FORMAL BID

REQUEST FOR FORMAL BID REQUEST FOR FORMAL BID THE UNIVERSITY OF ALABAMA IN HUNTSVILLE PROCUREMENT SERVICES 301 SPARKMAN DRIVE HUNTSVILLE, ALABAMA 35899 PHONE (256) 824-6484 ALL BIDS WILL BE PUBLICLY OPENED ON THE OPENING DATE

More information

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

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

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: OCTOBER 26, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL PAGE 1 of 10 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: NOVEMBER

More information

REQUEST FOR QUOTE # 16070

REQUEST FOR QUOTE # 16070 REQUEST FOR QUOTE # 16070 RFQ # 16070 CFC Quotation Due By: Bid Due Time: 09/19/2013 9:00:00 AM VENDOR INFO: VENDOR #: 99999.00 NAME: CONTACT: ADDRESS 1: ADDRESS 2: CITY: STATE: ZIP: EMAIL: PHONE: FAX:

More information

CITY OF DAPHNE P.O. BOX MAIN STREET DAPHNE, ALABAMA 36526

CITY OF DAPHNE P.O. BOX MAIN STREET DAPHNE, ALABAMA 36526 CITY OF DAPHNE P.O. BOX 400 1705 MAIN STREET DAPHNE, ALABAMA 36526 RECYCLED CRUSHED CONCRETE AGGREGATE BID DOCUMENT #2018-L RECYCLED ROCK MATERIAL SUBMIT TWO (2) COPIES OF BID SUBMITTAL (One Original &

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information

OSCEOLA COUNTY BOARD OF COUNTY COMMISSIONERS PROCUREMENT SERVICES OFFICE REQUEST FOR QUOTATION RFQ IS WIDE FORMAT PRINTING EQUIPMENT

OSCEOLA COUNTY BOARD OF COUNTY COMMISSIONERS PROCUREMENT SERVICES OFFICE REQUEST FOR QUOTATION RFQ IS WIDE FORMAT PRINTING EQUIPMENT OSCEOLA COUNTY BOARD OF COUNTY COMMISSIONERS PROCUREMENT SERVICES OFFICE REQUEST FOR QUOTATION RFQ-14-03834-IS WIDE FORMAT PRINTING EQUIPMENT BIDDER INFORMATION: Company Name:... Address:... Address:...

More information

REQUEST FOR QUOTE # 22137

REQUEST FOR QUOTE # 22137 REQUEST FOR QUOTE # 22137 RFQ # 22137 T Quotation Due By: Bid Due Time: 04/27/2018 10:00:00 AM VENDOR INFO: VENDOR #: 99999.00 NAME: CONTACT: ADDRESS 1: ADDRESS 2: CITY: STATE: ZIP: EMAIL: PHONE: FAX:

More information

INDEPENDENT CONTRACTOR AGREEMENT

INDEPENDENT CONTRACTOR AGREEMENT INDEPENDENT CONTRACTOR AGREEMENT This agreement is entered into as of, 2004, by and between Rensselaer Polytechnic Institute (hereinafter called Rensselaer"), a non-profit educational institution with

More information