State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR BID RFQ #2014/17-07

Size: px
Start display at page:

Download "State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR BID RFQ #2014/17-07"

Transcription

1 State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR BID RFQ #2014/17-07 Gasoline, Ultra-Low Sulfur Diesel Fuel, #2 Fuel Oil and Propane Release of RFQ: April 23, 2015 Due Date: May 18, 2015

2 REQUEST FOR BID GASOLINE, DIESEL FUEL, #2 FUEL OIL & PROPANE TABLE OF CONTENTS BID INSTRUCTIONS... 1 Address Instructions... 1 Delivery... 1 Bid Format... 1 Decisions Regarding Bids... 2 Bidder Inquires... 2 RFQ Enhancements... 2 Review Criteria... 3 Estimated Time Table... 3 Bid Validity... 3 Proprietary Information....3 GENERAL TERMS AND CONDITIONS... 4 Mandatory Requirements... 4 OBJECTIVES BID RESPONSE REQUIRED SPECIFICATIONS... 10

3 Petroleum Products Descriptions & ASTM Specifications 1. E10-87 Octane Gasoline w/10% Ethanol Meets ASTM D b Standard Specification for Automotive Spark Ignition Engine Fuel. 2. Heating Oil 0.2 WT% Sulfur Maximum Meets D396 Standard Specification for Fuel Oils 3. FOR OFF-ROAD DIESEL 15ppm Sulfur Maximum Dyed Ultra Low Sulfur Diesel Fuel Meets ASTM D Standard Specification for Diesel Fuel Oils. 4. FOR HIGHWAY DIESEL 15ppm sulfur maximum ULSD B2 Biodiesel Blend Meets ASTM D Standard Specification for Diesel Fuel Oils. Meets ASTM D a Standard Specification for Biodiesel Fuel Blend Stock (B100) for middle Distillate Fuels.

4 STATE COLLEGE AREA SCHOOL DISTRICT REQUEST FOR BID (RFQ) GASOLINE, ULTRA-LOW SULFER DIESEL FUEL, #2 FUEL OIL & PROPANE The State College Area School District, through this request for bid, is seeking a provider of gasoline, ultra-low sulfur diesel fuel, #2 fuel oil and propane for the upcoming 2015/16 fiscal year effective July 1, 2015 through June 30, Bid Instructions Address Instructions Suppliers should prepare an original written bid and one (1) copy signed by an officer of the company who is authorized to bind the company by contract. Such bids shall be on the forms provided and submitted in a sealed envelope marked Gasoline, Diesel Fuel, #2 Fuel Oil & Propane bid, request for bid #2014/15-07, and addressed to the following: State College Area School District Ms. Mary Jenn Dorman, Board Secretary 131 West Nittany Avenue State College, PA Delivery Bids must be received to the above address no later than 1:30 p.m., prevailing time on Monday, May 18, Facsimile transmissions are not acceptable. Bids submitted or received after that date will not be accepted or considered. Bidders may submit changes or addenda to their response in writing, signed in original ink by the original bid signatory, and cross referenced clearly to the relevant bid section, in a sealed envelope, prior to the bid due date. Such changes/addenda must meet all requirements of the request for bid. Bidders may not make unilateral changes, to include supplementation, unless specifically requested by the District as part of the evaluation and/or negotiating process as detailed within the Decisions Regarding Bids paragraph on page 2 of this request for bid. Bids may be withdrawn up to 48 hours after the bid due date. The method of transmittal of the RFQ is at the Supplier s risk. Bid Format

5 Request for Bid Gasoline, Diesel Fuel, #2 Fuel Oil & Propane Bids should be prepared simply and economically, providing a concise description of the supplier s ability to meet requirements of the RFQ. All responses should be submitted on the forms provided within this RFQ. Decisions Regarding Bids The State College Area School District (SCASD) reserves the right to: Make all decisions regarding this bid, including, without limitation, the right to decide whether a bid does or does not substantially comply with the requirements of this RFQ. Accept, reject, or negotiate modifications in any terms of Supplier s bids or any parts thereof. Reject any or all bids received. Waive any irregularity or technicality within a Supplier s bid. The SCASD shall not be responsible for any cost incurred by the Supplier in the preparation of this bid. It must be specifically understood that this RFQ does not create any obligation on the part of the SCASD to enter into any contract or undertake any financial obligation with respect to the requirement referred to herein. Any Supplier, who expends time or money prior to award, does so at the Supplier s own risk and expense. The Supplier understands that, if selected, the SCASD reserves the right to provide its opinion publicly and privately regarding the Supplier s performance. Bidder Inquiries No negotiations, decisions, or actions shall be executed by any Supplier as the result of any oral discussions with any SCASD employee. Only those communications that are in writing shall be considered valid. Facsimile inquires are acceptable at The SCASD shall only consider communications from bidders that are in writing or ed. Inquires concerning this RFQ shall be submitted to: State College Area School District Mr. Kevin M. Stahl, Manager of Purchasing 131 West Nittany Avenue State College, PA kms57@scasd.org Answers to a Supplier s inquiries will be made available in writing to all RFQ recipients. Please include a return facsimile number or address to facilitate a response. RFQ Enhancements 2

6 Request for Bid Gasoline, Diesel Fuel, #2 Fuel Oil & Propane RFQ recipients are encouraged to provide the SCASD with useful information that will improve the quality and/or price of all RFQs. In the event that an RFQ recipient shares such useful information with the SCASD, and such information requires a modification of the specifications, all RFQ recipients will be notified of the information and the amendment to the specifications and be entitled to modify their bid, only with respect to the modification of the specifications, within a period of time stipulated by the SCASD. Review Criteria The SCASD will review all valid bids with particular emphasis on: 1. Supplier s conformance to RFQ specifications, requirements, terms, conditions, and provisions. 2. Extent of Supplier s experience, stability, supporting resources, and management to service the district. 3. Supplier s overall financial package including early payment discounts. 4. Cost of goods and/or services to be purchased by the SCASD. 5. Innovative offering and solutions to further enhance the partnership beyond the bid. 6. Given all other factors being equal, a preference will be given to those firms whose principal place of business is located within the Commonwealth of Pennsylvania or who will manage the contracted project entirely from its office within the Commonwealth of Pennsylvania. Estimated Time Table Issue RFQ April 23, 2015 Last Day for Inquiries May 11, 2015 RFQ Submittal May 18, 2015 Commence Contract July 1, 2015 Bid Validity Bids should be considered valid for at least 180 days from the proposal submission deadline or as mutually agreed between the parties. Proprietary Information Bids submitted become the property of the SCASD and may be reviewed and evaluated by district personnel and/or agents or consultants of the SCASD, except for competitors, at the discretion of the SCASD regardless of statements contained within the Supplier s response to the contrary. The 3

7 Request for Bid Gasoline, Diesel Fuel, #2 Fuel Oil & Propane SCASD has the right to use any or all concepts presented in any reply to the RFQ. Selection or rejection of a proposal does not affect this right. Information provided by the SCASD to the requesting Supplier for the purpose of providing a response to the RFQ is the property of the SCASD. As such, said information is to be kept in strictest confidence and used only for the intended use of this RFQ. This RFQ shall not be distributed to others without the express written consent of the SCASD. General Terms and Conditions Definitions Contract means the entire written agreement between the parties, including, but not limited to, the request for bid and its specifications, terms and conditions, solicitation instructions, solicitation addenda, contract amendments, and any SCASD purchase order issued. Contractor means a person or organization with whom the State College Area School District (SCASD) has contracted for the provision of goods and services under a contract, and is synonymous with Vendor, Seller, Bidder or Supplier. Service means all benefits provided to the district from the Supplier. SCASD means the State College Area School District and is synonymous with Buyer, District, or Owner. Mandatory Requirements Contract Term The contract will be for a period not to exceed July 1, 2015 through June 30, 2016 for the petroleum products specified herein. Contract Law Any contract resulting from this RFQ will be subject to the laws of the Commonwealth of Pennsylvania and the Pennsylvania Department of Education Public School Code. The total contract shall include this request for bid, the Supplier s bid response, and the negotiated and executed contract between the parties. Contract Assignment No portion of any resulting contract may be sublet, subcontracted, or otherwise assigned by the Supplier without the prior written consent of the SCASD. 4

8 Request for Bid Gasoline, Diesel Fuel, #2 Fuel Oil & Propane Indemnification The work performed by the Supplier shall be at the risk of the Supplier exclusively. To the fullest extent permitted by law, the Supplier shall indemnify, defend (at Supplier s sole expense) and hold harmless the Owner, joint ventures, representatives, members, designees, officers, directors, employees, agents, successors and assigns ( Indemnified Parties ) from and against any and all claims for bodily injury, death or damage to property, demands, damages, actions, causes of actions, suits, losses, judgments, obligations and any liabilities, costs and expenses (including but not limited to investigative and repair costs, attorneys fees and costs) ( Claims ) which arise or are in any way connected with the work performed, materials furnished, or services provided under this agreement by Supplier or its agents. These indemnity and defense obligations shall apply to any acts or omissions, negligent or willful misconduct of the Supplier, its employees or agents, whether active or passive. Said indemnity and defense obligations shall further apply, whether or not said claims arise out of the concurrent act, omission or negligence of the Indemnified Parties, whether active or passive. Supplier shall not be obligated to indemnify or defend Owner for claims found to be due to the sole negligence or willful misconduct of Indemnified Parties. Supplier s indemnification and defense obligations hereunder shall extend to claims occurring after this agreement is terminated as well as while it is in force, and shall continue until it is finally adjudicated and any and all actions against the indemnified parties for such matters which are indemnified hereunder are fully and finally barred by applicable laws. Contract Changes During the period of the contract, no changes will be permitted to any of the conditions and specifications unless the Supplier receives written approval through the SCASD for such changes. Contract Cancellation Cancellation for cause: The SCASD may terminate this agreement for cause based upon the failure of the Supplier to comply with the terms and/or conditions of the agreement provided that the SCASD shall give the Supplier written notice specifying the Supplier s failure. If within 30-days after receipt of such notice, the Supplier shall not have either corrected such failure or proceeded diligently to complete such correction, then the SCASD may, at its option, place the Supplier in default and the contract shall terminate on the date specified in such notice. In addition, the SCASD is authorized and empowered to have such other party or parties complete the work in conformance with the specifications, in such manner, as it shall select at the expense of the successful RFP vendor, or to cancel the contract reserving to the district all rights for damages that may be incurred by the SCASD. 5

9 Request for Bid Gasoline, Diesel Fuel, #2 Fuel Oil & Propane Risk of Loss, Destruction or Damage The SCASD will not be responsible for any theft, destruction of, or damage to equipment from any cause, with the exception of negligence or willful acts by an employee(s), agents of the SCASD, sub-contractors, or students. SCASD will notify the Supplier immediately of any theft, destruction or damage, then at the Supplier s option, the equipment can either be repaired so that it is in good condition and working order, or replaced with similar aged equipment or newer. Assignment/Subcontract/Successors Supplier shall not assign, sell, transfer, or subcontract rights, or delegate responsibilities, in whole or in part, without the prior written approval of the SCASD. No such written approval shall relieve Supplier of any obligations, and any transferee or subcontractor shall be considered the agent of the Supplier. The Supplier shall remain liable to the SCASD as if no such assignment, transfer, or subcontract had occurred. A financing arrangement will not be considered a subcontract. Right to Audit The awarded Supplier is responsible for keeping accurate and reasonable records related to its performance and obligations under any executed agreement. In particular, records will be kept documenting any price, cost or budget computations required under the contract. The Supplier agrees that the SCASD or its duly authorized representative has the right to audit any directly pertinent books, documents, papers and records related to transactions and/or performance of the terms and conditions of any contract. The Supplier shall make available to the SCASD or its agents all such records and documents for audit on the Supplier s premises during regular and reasonable working hours. The Supplier further agrees to disclose within 90 days of receipt, any independent auditors reports, which bear directly on the performance or administration of the agreement. The right to audit shall include periodic examinations of records throughout the term of the contract and for a period of seven (7) years after its termination. The right to audit shall also apply to agents and subcontractors hired by the Supplier for the purpose of fulfilling the contract. In the event that audits discover substantive findings related to fraud, misrepresentation or nonperformance, the SCASD may recoup the costs of the audit work from the Supplier as well as any legal remedies available under applicable law. Permits, Licenses, Taxes and Certificate of Authority 6

10 Request for Bid Gasoline, Diesel Fuel, #2 Fuel Oil & Propane The Supplier shall procure all necessary permits and licenses and abide by all applicable laws, regulations, and ordinances of all federal, state, and local governments under which the contract will be performed. The Supplier must furnish certification of authority to conduct business in the Commonwealth of Pennsylvania as a condition of contract award. Such registration is obtained from the Secretary of State, who will also provide the certification thereof. The Supplier need not be registered as a prerequisite for responding to this request for bid. The Supplier shall be responsible for any and all taxes and assessments arising out of the operation, but not limited to, payroll and personal property taxes, franchise taxes, sales and use taxes, and income taxes. All prices stated shall be net prices including delivery and exclusive of taxes from which the SCASD is exempt. Exemption certificates will be provided by the SCASD upon request by the awarded Supplier. W-9 Form In accordance with federal law, the awarded Supplier must complete, sign and return to the SCASD the Internal Revenue Service Request for Taxpayer Identification Number and Certification form. This is commonly referred to as the W-9 form. Payments will not be rendered by the SCASD for Supplier performance until such has been received. Insurance Upon execution of an agreement, and prior to the Supplier s commencing any work or services, the Supplier shall carry commercial general liability insurance on ISO form CG (or a substitute form providing equivalent coverage) and the Supplier shall provide the SCASD with a Certificate of Insurance and Additional Insured Endorsement on ISO form CG (or a substitute form providing equivalent coverage) or the combination of ISO forms CG and CG (or a substitute form providing equivalent coverage) naming the SCASD as Additional Insureds thereunder. Additional Insured coverage shall apply as primary insurance with respect to any other insurance afforded to the SCASD. The coverage available to the SCASD, as Additional Insureds, shall not be less than $1 million Each Occurrence, $2 million General Aggregate, $2 million Products/Completed Operations Aggregate, and $1 million Personal and Advertising Injury limits. Such insurance shall cover liability arising from premises, operations, independent contractors, productscompleted operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). There shall be no endorsement or modification of the Commercial General Liability form arising from pollution, explosion, collapse, 7

11 Request for Bid Gasoline, Diesel Fuel, #2 Fuel Oil & Propane underground property damage or work performed by the Supplier. All coverage shall be placed with an insurance company duly admitted in the State of Pennsylvania and shall be reasonably acceptable to the SCASD. All Suppliers insurance carriers must maintain an A.M. Best rating of B++ or better. Coverage shall be afforded to the Additional Insureds whether or not a claim is in litigation. The insurance coverage required in the previous paragraph shall be of sufficient type, scope and duration to ensure coverage for the SCASD for liability related to any manifestation date within the applicable statutes of limitation and/or repose which pertain to any work performed by or on behalf of the SCASD. Each Certificate of Insurance shall provide that the insurer must give the SCASD at least 30 days prior written notice of cancellation and termination of the Supplier s coverage thereunder. Not less than two weeks prior to the expiration, cancellation or termination of any such policy, the Supplier shall supply the SCASD with a new and replacement Certificate of Insurance and Additional Insured endorsement as proof of renewal of said original policy. Said new and replacement endorsements shall be similarly endorsed in favor of the SCASD as set forth above. Additionally, and prior to commencement of the work, the Supplier shall provide the SCASD with a Certificate of Insurance showing liability insurance coverage for the Supplier and any employees for Workers Compensation, Employers Liability and Automobile Liability. In the event any of these policies are terminated, Certificates of Insurance showing replacement coverage shall be provided to the SCASD. Coverage limits shall be no less than the following: Workers Compensation and Employers Liability Insurance: As required by law and affording 30 days written notice to the SCASD prior to cancellation or non-renewal. Limits are to be a minimum of $100,000. each Accident; $500,000. Disease policy limit; $100,000. Disease each Employee. Business Automobile Liability Insurance: Written in the amount of not less than $1 million Each Accident. Umbrella Liability Insurance: The coverage shall not be less than $2 million Each Occurrence, $2 million Aggregate. Such insurance shall provide coverage over and above the stated General and Automobile liability limits. Discrimination Prohibited According to 62 Pa.C.S.A. 3701, the Contractor agrees that: 1. In the hiring of employees for the performance of work under the contract or any subcontract, no contractor, subcontractor or any 8

12 Request for Bid Gasoline, Diesel Fuel, #2 Fuel Oil & Propane person acting on behalf of the contractor or subcontractor shall by reason of gender, race, creed or color discriminate against any citizen of this Commonwealth who is qualified and available to perform the work to which the employment relates. 2. No contractor or subcontractor or any person on their behalf shall in any manner discriminate against or intimidate any employee hired for the performance of work under the contract on account of gender, race, creed, or color. 3. The contract may be canceled or terminated by the government agency, and all money due or to become due under the contract may be forfeited for a violation of the terms or conditions of that portion of the contract. Human Relations Act The provisions of the Pennsylvania Human Relations Act, Act 222 of October 27, 1955 (P.L. 744) (43 P.S. Section 951, et. seq.) of the Commonwealth of Pennsylvania prohibit discrimination because of race, color, religious creed, ancestry, age, sex, national origin, handicap or disability, by employers, employment agencies, labor organizations, Suppliers and others. The Supplier shall agree to comply with the provisions of this Act as amended that is made part of this specification. Your attention is directed to the language of the Commonwealth s non-discrimination clause in 16 PA. Code Competent Workmen No workmen shall be regarded as competent first class, within the meaning of this act, except those who are duly skilled in their respective branches of labor, and who shall be paid not less than such rates of wages and for such hours work as shall be established and current rates of wages paid for such hours by employers or organized labor in doing of similar work in the district where work is being done. Cash Allowances Cash allowances are prohibited. Standard of Quality The various materials and products specified in the specifications by name or description are given to establish a standard of quality and of cost for bid purposes. It is not the intent to limit the Bidder, the bid or the evaluation of the bid to any one material or product specified but rather to describe the minimum standard. When proprietary names are used, they shall be followed by the words or alternatives of the quality necessary to meet the specifications. A bid containing an alternative, which does not meet the specifications, may be declared non-responsive. A bid containing an 9

13 Request for Bid Gasoline, Diesel Fuel, #2 Fuel Oil & Propane alternative may be accepted but, if an award is made to that bidder, the bidder will be required to replace any alternatives, which do not meet the specifications. Performance and Labor and Material Payment Bonds Upon request, the Supplier/Contractor shall provide a performance bond and a labor and material payment bond, each in the amount of 10% of the contract price, before the award of the contract. (Sections 756 and 757 of the Public School Code of 1949, as amended, and the Public Works Contractors Bond Law of 1967). Non-Collusion Affidavit The Supplier/Contractor, in accordance with Pennsylvania Department of Education requirements, must sign an affidavit of non-collusion which has been attached hereto. This document must be signed and returned with the proposal response submitted. Objectives This request for bid is for the purpose of soliciting contract bids for providing gasoline, diesel fuel, #2 fuel oil and propane for the SCASD for the upcoming 2015/16 fiscal year. The selected Supplier will be expected to enter into a written contract with the SCASD, which will include the terms of this RFQ. Bid Response Required Please respond where requested on the enclosed bid forms provided. Pricing is requested in both fixed and variable formats. Specifications/ General Conditions 1. Sealed bids will be accepted for furnishing and/or delivering approximately: 25,000 gallons of gasoline (fueling facility) 10,000 gallons of gasoline (delivered) 85,000 gallons of ultra-low sulfur diesel fuel (fueling facility) 6,000 gallons of ultra-low sulfur diesel fuel (delivered) 20,000 gallons of #2 fuel oil (delivered) 9,100 gallons of propane (delivered) Prices are to be effective for deliveries for the contract period July 1, 2015 through June 30,

14 Request for Bid Gasoline, Diesel Fuel, #2 Fuel Oil & Propane 2. For bidding purposes, gasoline, diesel and #2 fuel oil shall be defined as follows: Gasoline Unleaded mid-range gasoline shall be 87 octane and in accordance with ASTM D4814 (latest issue). Ultra-Low Sulfur Diesel Fuel - Diesel fuel shall be supplied in accordance with ASTM-D with a maximum sulfur content of 15PPM. #2 Fuel Oil - #2 fuel oil shall be supplied in accordance with ASTM Bids must be presented on the forms provided by the district and signed by an officer of the Supplier authorized to bind the Supplier by contract. 4. Bidders must state the unit price for each item, give extensions, and grand totals. The unit price shall govern if any discrepancy occurs between the unit price and the extension of a given item. 5. All prices stated shall be net prices, including delivery (where applicable) to the building specified and exclusive of taxes from which the district is exempt. Exemption certificates will provided upon request from the successful Bidder. 6. All commodities (items) bid must conform to the descriptions and specifications detailed within this RFQ. 7. The Board of School Directors reserves the right to reject any and/or all bids, in whole or in part; to make awards on a line item basis, by parts or in bulk; to waive minor defects or irregularities, and to cancel the contract any time that the conditions are not complied with (as defined herein) if deemed in the best interest of the district. 11

15 Request for Bid Gasoline, Diesel Fuel, #2 Fuel Oil & Propane 8. Fuel shipped shall be of the same kind, grade, and quality specified, and delivered as specified. Any fuel rejected as unsuitable or nonconforming shall be returned immediately and proper fuel furnished in accordance with specifications, all at the sole expense of the Supplier. 9. Acceptance of the gasoline and/or #2 fuel oil shall not constitute final acceptance by the District. 10. In the event that the successful Bidder shall fail to furnish and deliver an order, or any portion thereof, or fail to replace any commodities rejected, the district reserves the right to cancel the remainder of the order and seek the required commodities elsewhere at the sole expense of the successful Bidder. 11. The contract(s) will be awarded within forty-five (45) days after the due date established for this request for bid, and all bids must remain valid and acceptable for this timeframe. 12. These specifications and general conditions are considered an integral part of this request for bid and are hereby incorporated in any resultant award. 13. It shall be explicitly agreed and understood that the quantities listed in this bid request are estimates only and may be increased or decreased based upon actual district demand and that the District, in accepting any bid or portion thereof, contracts and agrees to purchase the gasoline, diesel fuel, #2 fuel oil and propane only in such quantities as the actual requirements of the District would dictate. 14. A letter of bid award will be issued for this contract authorizing the 12

16 Request for Bid Gasoline, Diesel Fuel, #2 Fuel Oil & Propane awarded Supplier to make deliveries and/or supply pump access keys or gasoline cards. 15. Three (3) bid prices will be evaluated. The first price will be a fixed price guaranteed firm for the period July 1, 2015 through June 30, The 2 nd price will be subject to change according to the following conditions: For Fueling Facility Bids: The Supplier must supply documentation of their cost(s) along with the bid, for a given commodity, effective May 11, All future price changes during the contract term, based upon global market conditions and prevailing prices, must be fully documented to the complete satisfaction of the Manager of Purchasing. No changes will be permitted without complete cost documentation at the sole discretion of the District. If price changes occur for a given commodity more than once in a given week, all changes for that week will predicated on the price at week s end. For Fuel Deliveries: The Supplier must supply documentation of their cost(s) along with the bid, for a given commodity, effective May 11, At the point of each delivery, or at any time requested by the Manager of Purchasing, the awarded Supplier must verify their current cost for the given commodity to the complete satisfaction of the Manager of Purchasing. The 3 rd price is a scenario in which the district will prepay for the entire year s usage in advance of the 2015/16 fiscal year at prices effective May 11, Requirements shown on the enclosed bid sheets are based upon actual or anticipated quantities received during the 2014/15 fiscal year or July 1, 2014 through June 30, Gasoline and #2 fuel oil shall be delivered within forty-eight (48) hours after order placement via telephone, or as otherwise agreed upon by the district and the awarded Supplier. Normal use requirements shall be ordered at least five (5) days prior to 13

17 Request for Bid Gasoline, Diesel Fuel, #2 Fuel Oil & Propane the required delivery date. Bid prices shall be all inclusive and include all transportation, delivery, and handling charges. Delivery requirements during inclement weather or similar emergencies that cannot be fulfilled upon request will be accomplished within 24 to 48 hours. 18. Computerized bills of lading, metered slips from terminal loading, sealed compartments, and/or metered delivery tickets are acceptable delivery receipts. Delivery documents must be presented to the receiving agency before unloading. Documents will be signed after unloading and verification of quantities received has been made. All commodities delivered will be F.O.B. destination, freight allowed. 19. If the supply from the primary refinery is temporarily interrupted during the contract term through no fault of the awarded Supplier, the District will require immediate notification. Such notification will be followed up promptly by the awarded Supplier with written documentation from the refinery source certifying the temporary interruption of supply. The awarded Supplier will make every reasonable effort to obtain an alternate source of supply for the district s requirements, be it on the spot market or otherwise, at the lowest possible price. 20. Gasoline deliveries must be made between 7:00 a.m. and 3:30 p.m., Monday through Friday, nationally recognized holidays excepted. Fuel oil deliveries must be made before 7:00 a.m. or after 3:30 p.m., Monday through Friday, nationally recognized holidays excepted. Exceptions to this delivery schedule may be agreed upon be the mutual consent of the Director of Purchasing and the awarded Supplier. 21. Tank capacities for the State College Area School District are as follows: Maintenance Storage Building (gasoline, 2,000 gallons) Logan Avenue, State College, PA.,

18 Request for Bid Gasoline, Diesel Fuel, #2 Fuel Oil & Propane Maintenance Storage Building (diesel, 275 gallons, above ground) Logan Avenue, State College, PA., Houserville Elementary (oil, 10,000 gallons) 217 School Street, State College, Pa Lemont Elementary (oil, 10,000 gallons) 675 Elmwood Street, Lemont, PA., SCASD Bus Garage (oil, two (2) 275 gallon tanks or 550 gallons). 750 West Cherry Lane, State College, PA., Propane deliveries will be as follows: Houserville and Ferguson Township elementary buildings each to receive a minimum of 300 gallons bi-monthly or six (6) times per year. Lemont Elementary to receive approximately 100 gallons per year. Tanks for Lemont and Houserville elementary buildings to be provided and installed by the awarded vendor at no additional cost to the District. 22. The awarded Supplier is to direct all invoices for the State College Area School District tanks to: State College Area School District Physical Plant 131 West Nittany Avenue State College, PA The quality of gasoline, diesel fuel, #2 fuel oil and propane offered under this specification shall conform with general conditions, instructions, and specifications as set forth. Each Bidder shall fill the bid sheet in with particulars and data contained herein shall, for the successful Bidder, 15

19 Request for Bid Gasoline, Diesel Fuel, #2 Fuel Oil & Propane be considered a criterion upon which all gasoline, diesel fuel, #2 fuel oil and propane furnished under this contract will be judged. Samples of gasoline, #2 fuel oil, diesel fuel and propane will be taken regularly from deliveries and tested by the District to check their conformity with the specifications contained herein. If the District or its representatives find that any delivery of gasoline, diesel fuel, #2 fuel oil or propane deviates from these specifications, or is otherwise defective in quality to such a degree that proper use and combustion efficiency are interfered with, the shipment may be rejected and subsequently removed immediately at the awarded Supplier s expense without interruption of the heating plant s operation. In such cases when the quality of any given shipment is questioned by the District, the awarded Supplier shall have the right to independently test the shipment in question provided that a district representative is present at the time the representative sample is taken. In the event of conflicting test results, the representative sample will be submitted to a 3 rd laboratory, agreeable to both parties, and the test findings of this laboratory will be the sole determinant as to the true disposition of the commodity in question. The costs of testing by the 3 rd laboratory shall paid for by the party adjudged to be incorrect in the initial testing. 24. Gasoline, diesel fuel, #2 fuel oil and propane must meet or exceed all applicable Commonwealth of Pennsylvania and Federal standards. 25. Winterized diesel fuel shall be supplied during the winter months (November 1 March 31 inclusive). 26. The awarded Supplier s fueling facility must have an unobstructed entry and exit, and be free of other vehicular and/or pedestrian traffic. The fueling facility must be safely accessible 24 hours per day, 365 days per year. 16

20 Request for Bid Gasoline, Diesel Fuel, #2 Fuel Oil & Propane 27. The awarded Supplier is to provide pump access keys and/or gas cards for each district vehicle, plus two (2) spare keys and/or gas cards for the district s Director of Transportation. 28. The awarded Supplier s fueling facility must be located within 2.5 miles via public roadway from the District s Bus Garage, 750 West Cherry Lane, State College, PA., Most SCASD vehicles have as much as 8.5 inches space between the fuel tank access door on the vehicle body and the fuel tank opening. Each fuel pump filling nozzle must be equipped with a splash back collar to protect against accidental splashing. 30. The vehicle fueling area must be kept void of spilled fuel. 31. Does your firm currently offer 5% biodiesel? Yes ( ) No ( ) If yes, please state your cost for B5 effective May 11, Cost 17

21 Request for Bid Gasoline, Diesel Fuel, #2 Fuel Oil & Propane 18

22 Bus Garage (weekly deliveries) #2 Fuel (Heating) Oil Base Bid July 1, 2015 through June 30, 2016 We have carefully examined the administrative and contractual information, notice to Bidders, general conditions, instructions, and specifications, and according to same, submit this bid and agree to furnish #2 fuel (heating) oil to the State College Area School District for the prices detailed herein. This bid is subject to all of the terms of these specifications and we now agree to enter into a written contract to provide #2 fuel (heating) oil as required. The prices quoted herein are exclusive of federal excise and Pennsylvania state sales tax. Based upon the specifications, the following bid information is presented below. Please note that all blanks must be completed or the bid will be rejected. Price One: Fixed price from 7/1/15 through 6/30/16 Price Two: Supplier cost as of May 11, 2015 Fixed mark up for Total variable price effective May 11, 2015 Price differential from weekly computation, including all delivery, mark up, and miscellaneous charges. Price Three: State College Area School District to prepay for the entire year s usage at the price effective May 11, _

23 #2 Fuel (Heating) Oil- approximately 2,500 gallons Company Name: Bid must be signed by owner, partner, corporate office, or other authorized designee: Authorized signature: Title: Date: Telephone: Facsimile: Person to contact regarding bid: Telephone

24 Houserville and Lemont (bulk delivery) #2 Fuel (Heating) Oil Base Bid July 1, 2015 through June 30, 2016 We have carefully examined the administrative and contractual information, notice to Bidders, general conditions, instructions, and specifications, and according to same, submit this bid and agree to furnish #2 fuel (heating) oil to the State College Area School District for the prices detailed herein. This bid is subject to all of the terms of these specifications and we now agree to enter into a written contract to provide #2 fuel (heating) oil as required. The prices quoted herein are exclusive of federal excise and Pennsylvania state sales tax. Based upon the specifications, the following bid information is presented below. Please note that all blanks must be completed or the bid will be rejected. Price One: Fixed price from 7/1/15 through 6/30/16 Price Two: Supplier cost as of May 11, 2015 Fixed mark up for Total variable price effective May 11, 2015 Price differential from weekly computation, including all delivery, mark up, and miscellaneous charges. Price Three: State College Area School District to prepay for the entire year s usage at the price effective May 11, _

25 #2 Fuel (Heating) Oil- approximately 17,500 gallons Company Name: Bid must be signed by owner, partner, corporate office, or other authorized designee: Authorized signature: Title: Date: Telephone: Facsimile: Person to contact regarding bid: Telephone

26 Diesel Fuel Base Bid (Delivered) July 1, 2015 through June 30, 2016 We have carefully examined the administrative and contractual information, notice to Bidders, general conditions, instructions, and specifications, and according to same, submit this bid and agree to furnish diesel fuel to the State College Area School District for the prices detailed herein. This bid is subject to all of the terms of these specifications and we now agree to enter into a written contract to provide diesel fuel as required. The prices quoted herein are exclusive of federal excise and Pennsylvania state sales tax.. Based upon the specifications, the following bid information is presented below. Please note that all blanks must be completed or the bid will be rejected. Price One: Fixed price from 7/1/15 through 6/30/16 Price Two: Supplier cost as of May 11, 2015 Fixed mark up for Total variable price effective May 11, 2015 Price Three: State College Area School District to prepay for the entire year s usage at the price effective May 11, Diesel Fuel- approximately 6,000 gallons

27 Company Name: Bid must be signed by owner, partner, corporate office, or other authorized designee: Authorized signature: Title: Date: Telephone: Facsimile: Person to contact regarding bid: Telephone

28 Diesel Fuel Base Bid (Fueling Facility) July 1, 2015 through June 30, 2016 We have carefully examined the administrative and contractual information, notice to Bidders, general conditions, instructions, and specifications, and according to same, submit this bid and agree to furnish diesel fuel to the State College Area School District for the prices detailed herein. This bid is subject to all of the terms of these specifications and we now agree to enter into a written contract to provide diesel fuel as required. The prices quoted herein are exclusive of federal excise and Pennsylvania state sales tax.. Based upon the specifications, the following bid information is presented below. Please note that all blanks must be completed or the bid will be rejected. Price One: Fixed price from 7/1/15 through 6/30/16 Price Two: Supplier cost as of May 11, 2015 Fixed mark up for Total variable price effective May 11, 2015 Price Three: State College Area School District to prepay for the entire year s usage at the price effective May 11, Diesel Fuel- approximately 85,000 gallons

29 Company Name: Bid must be signed by owner, partner, corporate office, or other authorized designee: Authorized signature: Title: Date: Telephone: Facsimile: Person to contact regarding bid: Telephone

30 Gasoline Base Bid (Delivered) July 1, 2015 through June 30, 2016 We have carefully examined the administrative and contractual information, notice to Bidders, general conditions, instructions, and specifications, and according to same, submit this bid and agree to furnish gasoline to the State College Area School District for the prices detailed herein. This bid is subject to all of the terms of these specifications and we now agree to enter into a written contract to provide gasoline as required. The prices quoted herein are exclusive of federal excise and Pennsylvania state sales tax.. Based upon the specifications, the following bid information is presented below. Please note that all blanks must be completed or the bid will be rejected. Price One: Fixed price from 7/1/15 through 6/30/16 Price Two: Supplier cost as of May 11, 2015 Fixed mark up for Total variable price effective May 11, 2015 Price Three: State College Area School District to prepay for the entire year s usage at the price effective May 11, Gasoline- approximately 10,000 gallons

31 Company Name: Bid must be signed by owner, partner, corporate office, or other authorized designee: Authorized signature: Title: Date: Telephone: Facsimile: Person to contact regarding bid: Telephone

32 Gasoline Base Bid (Fueling Facility) July 1, 2015 through June 30, 2016 We have carefully examined the administrative and contractual information, notice to Bidders, general conditions, instructions, and specifications, and according to same, submit this bid and agree to furnish gasoline to the State College Area School District for the prices detailed herein. This bid is subject to all of the terms of these specifications and we now agree to enter into a written contract to provide gasoline as required. The prices quoted herein are exclusive of federal excise and Pennsylvania state sales tax. Based upon the specifications, the following bid information is presented below. Please note that all blanks must be completed or the bid will be rejected. Price One: Fixed price from 7/1/15 through 6/30/16 Price Two: Supplier cost as of May 11, 2015 Fixed mark up for Total variable price effective May 11, 2015 Price Three: State College Area School District to prepay for the entire year s usage at the price effective May 11, Gasoline- approximately 25,000 gallons

33 Company Name: Bid must be signed by owner, partner, corporate office, or other authorized designee: Authorized signature: Title: Date: Telephone: Facsimile: Person to contact regarding bid: Telephone

34 Houserville Elementary and Ferguson Township Elementary (bimonthly deliveries) Propane Base Bid July 1, 2015 through June 30, 2016 We have carefully examined the administrative and contractual information, notice to Bidders, general conditions, instructions, and specifications, and according to same, submit this bid and agree to furnish propane to the State College Area School District for the prices detailed herein. This bid is subject to all of the terms of these specifications and we now agree to enter into a written contract to provide propane as required. The prices quoted herein are exclusive of federal excise and Pennsylvania state sales tax. Based upon the specifications, the following bid information is presented below. Please note that all blanks must be completed or the bid will be rejected. Price One: Fixed price from 7/1/15 through 6/30/16 Price Two: Supplier cost as of May 11, 2015 Fixed mark up for Total variable price effective May 11, 2015 Price differential from weekly computation, including all delivery, mark up, and miscellaneous charges. Price Three: State College Area School District to prepay for the entire year s usage at the price effective May 11, _

35 Propane - approximately 9,000 gallons Company Name: Bid must be signed by owner, partner, corporate office, or other authorized designee: Authorized signature: Title: Date: Telephone: Facsimile: Person to contact regarding bid: Telephone

36 Lemont Elementary Propane Base Bid July 1, 2015 through June 30, 2016 We have carefully examined the administrative and contractual information, notice to Bidders, general conditions, instructions, and specifications, and according to same, submit this bid and agree to furnish propane to the State College Area School District for the prices detailed herein. This bid is subject to all of the terms of these specifications and we now agree to enter into a written contract to provide propane as required. The prices quoted herein are exclusive of federal excise and Pennsylvania state sales tax. Based upon the specifications, the following bid information is presented below. Please note that all blanks must be completed or the bid will be rejected. Price One: Fixed price from 7/1/15 through 6/30/16 Price Two: Supplier cost as of May 11, 2015 Fixed mark up for Total variable price effective May 11, 2015 Price differential from weekly computation, including all delivery, mark up, and miscellaneous charges. Price Three: State College Area School District to prepay for the entire year s usage at the price effective May 11, _ Propane - approximately 100 gallons

37 Company Name: Bid must be signed by owner, partner, corporate office, or other authorized designee: Authorized signature: Title: Date: Telephone: Facsimile: Person to contact regarding bid: Telephone

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01 State College Area School District 131 West Nittany Avenue State College, PA 16801-4899 REQUEST FOR PROPOSAL RFP #2010/11-01 RFP Title: Labor Negotiator Release of RFP: July 28 2010 Due Date: September

More information

REQUEST FOR PROPOSALS for UNDERWRITING SERVICES PROPOSED GENERAL OBLIGATION BOND ISSUE, SERIES OF 2015 RFP # 2014/15-04

REQUEST FOR PROPOSALS for UNDERWRITING SERVICES PROPOSED GENERAL OBLIGATION BOND ISSUE, SERIES OF 2015 RFP # 2014/15-04 REQUEST FOR PROPOSALS for UNDERWRITING SERVICES PROPOSED GENERAL OBLIGATION BOND ISSUE, SERIES OF 2015 RFP # 2014/15-04 Issued by: STATE COLLEGE AREA SCHOOL DISTRICT November 26, 2014 TABLE OF CONTENTS

More information

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFQ #

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFQ # State College Area School District 131 West Nittany Avenue State College, PA 16801-4899 REQUEST FOR PROPOSAL RFQ #2014-15-02 Release of RFQ: April 20, 2015 Due Date: May 12, 2015 REQUEST FOR PROPOSAL

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 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

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

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

Master Service Agreement (Updated 9/15/2015)

Master Service Agreement (Updated 9/15/2015) Master Service Agreement (Updated 9/15/2015) This Master Service Agreement is entered into this day of 20 by and between Multifamily Management, Inc. (MMI) ( Management Agent ), as Agent for Owner, and

More information

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

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

More information

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

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

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Champaign Park District: Request for Bids for Playground Surfacing Mulch May 14, 2018 Dear Potential Bidder: The Champaign Park District is requesting bids for the purchase of playground surfacing mulch (FIBAR). Enclosed is a copy of the bid information. Sealed bids shall be

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

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

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

More information

City of New Rochelle New York

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

More information

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

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

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

REQUEST FOR PROPOSAL SUPPLY OF

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

More information

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

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

More information

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424 INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424 INVITATION TO BID (This invitation is issued for the purpose of establishing a

More information

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

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

More information

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB) Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY 14456 Request for Bids (RFB) Herbicide control of water chestnut in the Finger Lakes PRISM Region Release Date: May 11, 2018 Bid due date and

More information

GLENDALE SCHOOL DISTRICT 1466 BEAVER VALLEY ROAD FLINTON, PA NOTICE--- GLENDALE FUEL OIL, ON & OFF-ROAD DIESEL FUEL, 87 OCTANE GASOLINE

GLENDALE SCHOOL DISTRICT 1466 BEAVER VALLEY ROAD FLINTON, PA NOTICE--- GLENDALE FUEL OIL, ON & OFF-ROAD DIESEL FUEL, 87 OCTANE GASOLINE 1466 BEAVER VALLEY ROAD FLINTON, PA 16640 --NOTICE--- GLENDALE FUEL OIL, ON & OFF-ROAD DIESEL FUEL, 87 OCTANE GASOLINE Glendale School District is now accepting sealed bids for each of the following: fuel

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

Invitation To Bid. for

Invitation To Bid. for PLYMOUTH TOWNSHIP POLICE DEPARTMENT Thomas J. Tiderington, Chief of Police 9955 N Haggerty Rd Plymouth, MI 48170 (734) 354-3232 Invitation To Bid for TOWING SERVICES Contact: Lieutenant Daniel Kudra Phone:

More information

Annual Fuel Bid - #01-09

Annual Fuel Bid - #01-09 PORTSMOUTH, NH Purchasing Department Annual Fuel Bid - #01-09 INVITATION TO BID Sealed bid proposals, plainly marked with the Annual Fuel Bid, Bid #01-09 on the outside of the mailing envelope and the

More information

W I T N E S S E T H:

W I T N E S S E T H: GENERAL CONTRACTORS SUBCONTRACT AGREEMENT THIS CONTRACT, made and entered into the day of, 20, by and between, a Tennessee, having its principal place of business at, hereinafter referred to as "Contractor"

More information

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements: Vendor Contract TERMS AND CONDITIONS OF PURCHASE 1. Acceptance. This Contract is conditional upon, and can be accepted only upon, the terms and conditions specified in this Contract. If Seller has previously

More information

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES INTRODUCTION A. Overview The Sullivan County Land Bank Corporation ( SCLBC ) is issuing this Request for Qualifications ("RFQ") to obtain Accounting

More information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

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

More information

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

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April

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

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

More information

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD. SPECIFICATIONS AND BID FORMS FOR INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883 BID: #16-007- BOE Due on

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

PROPOSAL LIQUID CALCIUM CHLORIDE

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

More information

CITY OF 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

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) MOTOR FUEL & FUEL MANAGEMENT CONTROL SYSTEM SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251 PH: 276-386-6521 FAX: 276-386-9198 ISSUE DATE 06/8/2018

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

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

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

P R O P O S A L F O R M

P R O P O S A L F O R M GRAVEL 22A & 23A P R O P O S A L F O R M Bid Due: May 18, 2018-9:00 am To: Grand Traverse County Road Commissioners 1881 LaFranier Road Traverse City, MI 49696 The undersigned hereby certifies that they

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

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID The City of Fernandina Beach, Florida is accepting competitive sealed bids for 2500 PSI & 3000 PSI CONCRETE The City will receive sealed bids at the

More information

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP). MEMORANDUM DATE: March 1, 2015 TO: FROM: RE: All Interested Parties Municipal Employees Retirement System of Michigan Request For Proposal For Actuarial Audit Services The Municipal Employees Retirement

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

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

PURCHASE ORDER TERMS & CONDITIONS

PURCHASE ORDER TERMS & CONDITIONS 1. DEFINITIONS: District: Vendor: Order: PURCHASE ORDER TERMS & CONDITIONS Sierra Joint Community College District Person, firm or corporation supplying the goods or services under the Order and includes

More information

Annual Fuel Bid - #01-08

Annual Fuel Bid - #01-08 PORTSMOUTH, NH Purchasing Department Annual Fuel Bid - #01-08 INVITATION TO BID Sealed bid proposals, plainly marked with the Annual Fuel Bid, Bid #01-08 on the outside of the mailing envelope and the

More information

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas REQUEST FOR PROPOSAL CONCESSION OPERATIONS for The City of Sherman, Texas Prepared By: City of Sherman Finance Department 405 N. Rusk St. P.O. Box 1106 Sherman, Texas 75091-1106 Craig Long Budget Analyst

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

BERRIEN COUNTY ROAD DEPARTMENT

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

More information

(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

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

Request For Proposal (RFP) for

Request For Proposal (RFP) for Charter Township of Canton Request For Proposal (RFP) for DIGITAL MEDIA AND AUDIO VISUAL SERVICES Contact: Dave Harris Phone: 734 394-5274 E-mail: dave.harris@canton-mi.org Date Issued: 5/24/2018 Due Date

More information

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN SEALED BIDS DUE: SEPTEMBER 27, 2018 BY 2:00 PM Procurement & Contracts Administrator Department of Finance Midland County Services Building

More information

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services City of Jeffersontown Request for Qualifications ON-CALL Electrical Services Table of Contents Request of Qualifications I. Invitation and Instructions to Interested Firms II. III. IV. General Provisions

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/ Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR 72201 Phone 501/ 340-8390; Fax 501/ 340-8352 RFP #: RFP-17-005 REQUEST FOR PROPOSAL for FORENSIC AUDIT YORKWOOD IMPROVEMENT

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

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

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

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

GENERAL TERMS AND CONDITIONS

GENERAL TERMS AND CONDITIONS GENERAL TERMS AND CONDITIONS The following terms and conditions apply to all contracts or purchase agreements made with The College of New Jersey unless specifically deleted on this form. Vendors submitting

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

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

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

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

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

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS FOR THE INSTALLATION OF BARRIER GATES, DUMPSTER ENCLOSURES, BOLLARDS, AND A CANTILEVER GATE FOR ANSONIA PUBLIC SCHOOLS ANSONIA, CONNECTICUT

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

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

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 removal of wood waste for the Forestry Division Instructions to Bidders 1. An advertisement

More information

SERVICE AGREEMENT CONTRACT NO.

SERVICE AGREEMENT CONTRACT NO. SERVICE AGREEMENT CONTRACT NO. THIS SERVICE AGREEMENT dated 20 between STOCKTON UNIVERSITY (the "UNIVERSITY") and (the SERVICE PROVIDER ), with a business address at. 1.1 Services. ARTICLE 1 SCOPE OF SERVICES

More information

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

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

More information

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES 2. CRITICAL DATES 6. FORM OF AGREEMENT BETWEEN SMG AND RESPONDENT 3.

More information

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

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

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

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT SPECIFICATIONS AND BID FORMS FOR WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: #15-013 BOE Due on

More information

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

CITY OF OAK HARBOR REQUEST FOR PROPOSAL CITY OF OAK HARBOR REQUEST FOR PROPOSAL WHIDBEY ISLAND MARATHON SHUTTLE SERVICE 2016 CALENDAR OF EVENTS Request for Proposals Published.. February 13, 2016 Closing Date for Receipt of Proposals.. February

More information

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535 EQUIPMENT WITH OPERATOR P R O P O S A L F O R M Due Date: April 21, 2016-9:00 am MITN Code: 97535 To: Grand Traverse County Road Commissioners 1881 LaFranier Road Traverse City MI 49696 The undersigned

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

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

DESERT COMMUNITY COLLEGE DISTRICT   General Terms and Conditions DESERT COMMUNITY COLLEGE DISTRICT www.collegeofthedesert.edu General Terms and Conditions 1. PURCHASE ORDER DEFINED: The term purchase order as used in these terms conditions means the document entitled

More information

West Ridge Park Ballfield Light Pole Structural Assessment

West Ridge Park Ballfield Light Pole Structural Assessment Request for Proposal Professional Services October 3, 2017 West Ridge Park Ballfield Light Pole Structural Assessment West Ridge Park 636 Ridge Rd. Highland Park, IL 60035 Submission Deadline: Tuesday,

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 Proposal (RFP) For 2014 Liquid Asphalt Materials

Request for Proposal (RFP) For 2014 Liquid Asphalt Materials Request for Proposal (RFP) For 2014 Liquid Asphalt Materials Posting Date: March 13, 2014 Response Deadline: March 27, 2014 3:00 p.m.central Standard Time (CST) To: Raymond G Palonen, Highway Commissioner

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 DIVISION OF ENGINEERING & CONSTRUCTION

More information

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

More information

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR MANALAPAN TOWNSHIP MONMOUTH COUNTY, NEW JERSEY Notice is hereby given that sealed proposals addressed to Rose LaFergola, RPPO/QPA, will be received on or before Friday, August 3, 2012 at 11:00 am at which

More information

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water)

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water) MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water) THIS MASTER PURCHASE AGREEMENT (this Agreement ) is made and entered into this day of, 201 (the Effective Date ), by and between

More information

PROPOSAL FOR 2019 MINERAL WELL BRINE

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

More information

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) Chain Link Fence Installation at CBJ Wastewater Facilities CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) ENGINEERING DEPARTMENT Chain Link Fence Installation at CBJ Wastewater Facilities QUOTES ARE DUE PRIOR TO 2:00 p.m., March 12, 2014 RESPONDING

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