SURPLUS PROPERTY SALE. Yes No Grand Total: $
|
|
- Elmer Benson
- 5 years ago
- Views:
Transcription
1 RETURN BIDS TO: CITY OF TACOMA BID PROPOSAL PAGE BID NO.: PG N PURCHASING DIVISION BUYER: Chuck Blankenship Tacoma Public Utilities Building North PHONE: South 35th St. FAX: Tacoma, WA DATE: March 3, 2015 SURPLUS PROPERTY SALE BIDS will be received until 11:00 a.m., Wednesday, March 18, 2015 FOR: Purchase of items listed below. Weights and quantities are estimated. Items will be sold as-is and where-is, and in accordance with instructions attached hereto. Freight costs and arrangements are the responsibility of the bidder. Bids must be submitted on this form. LOCATION OF SURPLUS PROPERTY: See Details Below VIEWING CONTACT: Jeromy Adams: QUANTITY DESCRIPTION UNIT PRICE TOTAL ALL PRICES QUOTED SHALL BE F.O.B. ORIGIN 1 LOT CUSHMAN and CUSTER SUBSTATION TRANSFORMERS XXXXXX LOT $ Is the transformer being purchased for: Scrap Re-use Sub-Total: $ Is the transformer being dismantled to allow for shipping: Sales Tax: $ Yes No Grand Total: $ * SOLD AS IS - WHERE IS * This Sale May be Subject to Council or Utility Board Approval GOOD FAITH DEPOSIT: Find attached deposit in the form of Certified or Cashier's check in an amount not less than five (5) percent of the total bid (cash not accepted). Check No.: N/A Date: N/A Amount: N/A Bidder certifies that this purchase is for resale in the regular course of business, or is to be used as an ingredient or component part of a new article of tangible personal property to be produced for sale, or is a chemical to be used in processing an article to be produced for sale. Resale No.: If not applicable, Washington State sales tax will apply and will be added to the bid amount. Signed: (Authorized Signature as required) The Undersigned hereby agrees to purchase any or all items described above in accordance with conditions and instructions contained in this bid call: Bidder: Address: Printed Name/Title Signed: City/State/Zip: Phone: Fax: Date: PG N 1
2 Bid Submittal Check Sheet Your bid proposal must be received in the Purchasing Division by 11:00 a.m., Wednesday, March 18, Faxed bid submittals are acceptable. The following items make up your bid submittal package: 1. Signed Bid Proposal Page 2. Transformer dismantling information (provide on your own form) 3. Provide a brief work plan (provide on your own form) 4. Summary of PCB management procedures (provide on your own form) 5. Any additional information required in specification Failure to comply may result in your bid being declared non-responsive and rejected. Documents required after award: Payment Proof of Insurance Hold Harmless Form Detailed Work Plan, if applicable PG N 2
3 Submittal Information CITY OF TACOMA GENERAL INSTRUCTIONS FOR BIDDING ON SURPLUS PROPERTY Bids must be delivered to the office designated on the Bid Proposal Page, on or before the time mentioned thereon. Any bid received after the established opening time will not be considered, and will be returned to the bidder unopened. Faxed bid submittals are acceptable. When specified by the City, bids must be accompanied by a Certified or Cashier's check as a bid and performance guarantee (good faith deposit) in an amount not less than five percent (5%) of the amount of the bid, made payable to "Treasurer, City of Tacoma." Cash will not be accepted. Deposit checks will be returned to unsuccessful bidders after award of the bid to the successful bidder. The deposit of successful bidder shall be applied to the purchase price. If the successful bidder fails to consummate the purchase, such deposit shall be forfeited as liquidated damages to the City of Tacoma. Bids must be valid for a minimum of 30 days after the opening date. Bidders may inspect the items offered for sale at the location indicated on the attached form. The City reserves the right to reject any or all bids received, to award any or all of the various items to separate bidders, to waive any informalities in the bids, and to award as best serves the interest of the City. Disclaimer of Warranty All items are sold AS-IS and WHERE-IS, with all faults. The Seller makes no warranty, express or implied with respect to the condition of the goods. SELLER SPECIFICALLY DISCLAIMS ANY AND ALL UCC WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. Quantities/Payment Unless otherwise indicated, quantities and/or weights are estimates only. Buyer shall not be entitled to any price adjustment in the event of variance in the estimated quantity. The total sale amount will be based on the unit prices quoted and the total quantity or weight as determined by scale weight at the time material is picked up. Within one week from date of notification of award, the successful bidder must make payment in full for all items awarded. Payment for metals or other items that must be weighed shall be based on the estimated quantities as shown in the bid call, with final payment adjustment to be made based on actual weights picked up as ascertained by the scale tickets. All payments are to be by Certified or Cashier's check, made payable to "Treasurer, City of Tacoma." Any material, equipment or other items bid upon must be removed by the successful bidder within thirty calendar days from date of notification of award, unless stated otherwise under special instructions. Material bid on may be added to by like material through normal course of operation of the City of Tacoma between the time of the bid opening and the time the salvage is picked up. However, all material in any designated bin or location must be removed during the normal course of pick-up by the successful bidder. The successful bidder will be required to pay Washington State sales tax, unless he/she is a qualified dealer, in which case he/she must furnish his/her resale number, as indicated on the bid form. Hazardous/Toxic Substances The Buyer shall abide by all local, state and federal laws and regulations pertaining to the use, transport, handling, reclamation, and disposal of hazardous or toxic substances, including but not limited to the following: The Toxic Substance Control Act; the Resource Conservation and Recovery Act; the Comprehensive Environmental Response, Compensation and Liability Act; the Hazardous Materials Transportation Act; the Hazardous Waste Management Act; the Occupational Safety and Health Act; and the Washington Industrial Safety and Health Act. Indemnification - Hold Harmless Purchaser acknowledges that pursuant to the terms of this agreement, Purchaser is totally responsible for the safety of all persons and property in the performance of this contract. Purchaser assumes the risk of all damages, loss, cost, penalties and expense and agrees to indemnify, defend and hold harmless the City of Tacoma, from and against any and all liability which may accrue to or be sustained by the City of Tacoma on account of any claim, suit or legal action made or brought against the City of Tacoma for the death of or injury to persons (including Purchaser's or subcontractor's employees) or damage to property involving Purchaser, or subcontractor(s) and their employees or agents, or for any other cause arising out of and in connection with or incident to the performance of the contract except for injuries or damages caused by the sole negligence of the City. In this regard, Purchaser recognizes that Purchaser is waiving immunity under Industrial Insurance Law, Title 51 RCW. This Document1 PG N 3
4 General Information and Technical Information Surplus Cushman and Custer Substation Transformers Specification No.: PG N Scope of Bid Tacoma Public Utilities (TPU), Tacoma Power, is soliciting bids for the sale of four (4) surplus Substation Transformers known as Cushman and Custer Substation Transformers. These items will be sold as one lot. Pricing Prices shall be FOB origin, AS-IS WHERE-IS. The Lot bid price shall be full and complete compensation for the four surplus substation transformers. Any and all costs associated with moving the transformers shall be borne by the awarded bidder. Cost to Prepare Proposal Tacoma Power will not be liable for any cost incurred by the Bidder in preparation of a bid proposal submitted in response to this Request for Bids. Bid Evaluation Criteria The contract will be awarded to the highest responsive, responsible bidder complying with the specifications, provided such bid is reasonable and it is in the best interest of Tacoma Power. All other elements or factors, which are not specifically provided for in the contract, which would affect the final cost to and benefits to be derived by TPU, will be considered in determining the award of this contract. The final award decision will be based on the best interests of Tacoma Power Pick-Up Pick-up shall be FOB origin, AS-IS/WHERE-IS. No surcharge will be allowed. Awarded vendor is responsible for all costs related to moving the transformers. Payment Payment, including Washington State Sales Tax (if applicable), must be received prior to moving the transformers from Tacoma Power s property. All payments must be paid to Tacoma Power within ten (10) business days from notification of award. Payments shall be in the form of a certified or cashier s check. Insurance Vendor is required to provide and keep current insurance per City of Tacoma requirements. Work Plan Bidder is to provide a brief work plan with their bid submittal that includes general information about their process for removing the transformers, including bushing removal/delivery to the transformer shop for draining, general process for dismantling the transformers and, expected schedule (including weekend and overtime work), for Tacoma Power planning needs and general process for preventing oil spills. Please provide this information on your own forms PG N 4
5 PCB Management Procedures Some of the equipment in this offering contains low level PCBs (<50 ppm). All equipment containing >2 ppm PCB must be managed in accordance with federal rules, regulations, and requirements for ppm PCBs per Washington State regulations. Bidders must submit a summary of their standard PCB management procedures with their bids. Please provide this information on your own forms. PCB management procedures that are determined to be inadequate by Tacoma Power may be grounds for bid dismissal. Contact Jeromy Adams at if you have any questions about this requirement. PG N 5
6 TACOMA POWER SUBSTATION EQUIPMENT SURPLUS Custer and Cushman No. 1 Substation Transformers All transformers and equipment are available as is, where is. All equipment will be drained of insulating oil by Tacoma Power; however, residual oil will be present and should be anticipated by the bidder. The currently available equipment is a single 20 MVA transformer that weighs approximately 77,400 pounds, without oil located at the Custer substation and three single phase 8 MVA transformers that weigh approximately 85,000 pounds without oil located at the Cushman Switchyard substation. The oil will be removed from all equipment just prior to the availability date. No onsite demolition will be allowed, however, it is anticipated that the transformers may need to be partially dismantled to allow transport. All work must be completed within the allowed time frames. The bidder MUST indicate in their bid if any part of the equipment will be removed or dismantled to allow shipping of the equipment. They MUST clearly identify the type of work to be performed and include plans to perform the work and prevent any loss of oil or other contaminants to the substation soils. Any failure to supply the requested information may result in bid disqualification. It is assumed that all equipment will be reused or scrapped for metals recovery/recycling. The PCB content of all equipment, except for fluid filled bushings, is known to be 3.9 parts per million (ppm) or less and is listed on the attached inventories. The bidder MUST indicate on their proposal whether the equipment will be scrapped or if it is intended for reuse. The successful bidder will remove the bushings from all equipment that is scheduled to be scrapped and transport the bushings in leak proof containers to the Tacoma Power Transformer Shop located at 3628 So. 35 th St., Tacoma, WA The Transformer Shop will require 24 hours notice to ensure that personnel and equipment will be available. The bushings will be off-loaded by Tacoma Power, tested for PCB level, and drained of all fluids. Bushings with PCB levels greater than 45 ppm will be retained by Tacoma Power for proper PCB disposal. Bushings containing 45 ppm PCB or less will be picked up by the bidder within two weeks of notification of availability. Bushings on equipment intended for reuse will not be tested or drained by Tacoma Power. The equipment is located at the following location(s): Custer Substation Transformer 8315 Terrace Rd SW PG N 6
7 Lakewood, WA Drawings showing the transformer dimensions and locations in the substation, and nameplate of the transformer are attached to this document. Please contact Jeromy Adams if any additional information is needed. The Custer substation transformer must be removed from the facility according to the schedule described below. Special Conditions Custer Substation Transformer Schedule: The transformer is anticipated to be available starting April 1, The timing for removal of the transformer is critical to allow for site work and replacement of the transformer according to Tacoma Power s schedule. The anticipated transformer availability schedule is listed above; however, the schedules may shift depending on Tacoma Power s needs. The contractor will be provided two weeks notice of the availability of the transformer. On that day the transformer will be drained of oil and available for removal. The contractor will be allowed two working days to remove the transformer from the substation. If the availability of the transformer is delayed, 2 full days will still be available for removal. Cushman Substation Transformer N391 STANDSTILL DR. S. HOODSPORT, WA. Drawings showing the transformer dimensions and locations in the substation, and nameplate of the transformer are attached to this document. Please contact Jeromy Adams if any additional information is needed. The Cushman substation transformers must be removed from the facility according to the schedule described below. Schedule: The transformers are anticipated to be available approximately June 1 st, The timing for removal of these transformers is somewhat delicate and may be adjusted slightly as necessary. The schedules may shift depending on Tacoma Power s needs. The contractor will be provided two weeks notice of the availability of these transformers. On that day the transformer will be drained of oil and available for PG N 7
8 removal. The contractor will be allowed two working days to remove the transformer from the substation. If the availability of the transformer is delayed, 2 full days will still be available for removal. All equipment may be examined prior to the bid deadline. Contact Jeromy Adams at to arrange a visit or for any other questions regarding this offering. All work in the substations or on Tacoma Power property will be attended by a qualified Tacoma Power electrician as required by state electrical safety regulations. Tacoma Power will supply a qualified electrician between the hours of 8 am to 12 pm and 12:30 pm to 4:30 pm for 2 normal work days for each substation transformer at no charge to the contractor. The contractor may arrange for additional hours at their own expense according to the cost schedule listed below. The contractor must provide at least 24 hours notice of any schedule extension beyond the times listed above. All additional work, including normal lunch periods, extended work days, and weekends, will be the responsibility of the contractor at the following rates: Cost for on-site supervision: $97 per hour for weekdays between 8 am to 12 pm and 12:30 pm to 4:30 pm, not including ½ hour for lunch between noon and 12:30 pm. $155/hour for all additional overtime and lunch periods worked by the on-site supervising electrician. If the contractor fails to complete equipment removal from the station by the end of the allowed time, they will not be allowed into the substation and all remaining electrical equipment will be forfeit in the interest of preparing the site for necessary construction. There will be no refunds for failure to meet this schedule. Training: Prior to entering the substations, all workers are required to receive mandatory substation safety training provided by Tacoma Power. This includes transient workers such as truck and rental delivery drivers. The training is provided at no cost during regular work hours and takes between 1 1 ½ hours. The contractor must notify Tacoma Power at least 48 hours in advance of any requested training. Oil Spill Prevention: Washington state environmental regulations require the reporting and cleanup of all oil spills, even very small spills. The contractor will not be allowed to spill any oil during removal of the transformer. This includes oil from the transformer and equipment used during the removal process, including hydraulic systems. Oil contaminated materials will not be allowed to be placed on unprotected soils and the contractor must be prepared for all weather conditions. Work practices that are considered unsafe or likely to result in oil contamination will be stopped by the Tacoma Power supervisor until deficiencies PG N 8
9 are corrected. No additional removal time will be allowed for work stopped due to improper practices. All oil spilled will be remediated to state and Tacoma Power standards at the contractor s cost. Work Plan: The contractor must supply a brief work plan with their bid that includes general information about their process for removing the equipment including bushing removal/delivery to the transformer shop, general process for dismantling the equipment, expected schedule (including weekend and overtime work) for Tacoma Power planning needs, and the general process for preventing oil spills. The bidder with the highest acceptable bid will be notified and must supply a detailed work plan within 7 days. The specific requirements for the work plan will be detailed by Tacoma Power when the notification is made. A detailed work plan may not be necessary depending on the plan submitted with the bid. Failure to supply an acceptable work plan within 7 days may be grounds to reject the bid. Safety: The contractor must abide by all safety regulations while working on Tacoma Power property. Special attention includes, but is not limited to, fall protection, confined space entry, and lead exposure for work on the equipment. All high voltage power lines located near the equipment will be de-energized and there should be enough clearance to place a crane to lift the equipment for loading/size reduction purposes. The contractor must maintain proper clearance, as directed by the on-site safety watch, from all energized lines. Every Tacoma Power employee is acutely aware of safe operating practices and is authorized to stop any work they consider to be unsafe. The contractor will abide by any direction to stop work for safety reasons upon notice by any Tacoma Power employee. The contractor will immediately correct any condition or practice determined to be unsafe. No time extension will be allowed for work stoppage due to unsafe work practices. PG N 9
10 PG N 10
11 PG N 11
12 PG N 12
13 PG N 13
14 PG N 14
15 PG N 15
16 PG N 16
17 PG N 17
18 PG N 18
19 PG N 19
20 APPENDICES: 1. Standard Insurance Requirements 2. Hold Harmless Form PG N 20
21 INSURANCE CERTIFICATE REQUIREMENTS Please furnish the Purchasing Division with a Certificate of Insurance with the following liability limits based on the contract amount: CONTRACT AMOUNT LIABILITY LIMITS $ 25,000 and Under $ 500,000 Combined Single Limit $500,000 and Under $1,000,000 Per Occurrence / $2,000,000 Aggregate Over $500,000 $5,000,000 Total Coverage A. Umbrella excess liability may be used to reach the limits stated above. Coverage must include: 1. Comprehensive General Liability 2. Automobile Liability - Hired and Non-Owned 3. Contractual Coverage 4. Broad Form Property Damage 5. Underground Explosion and Collapse Hazard (if necessary by the nature of the work) 6. Any additional coverage specifically required by the City's specification B. The following general requirements apply: 1. Insurance carrier must be authorized to do business in the State of Washington. 2. Coverage must include personal injury, protective and employer liability. 3. Contractor must provide with the certificate (a) evidence of the amount of any deductible or self-insured retention under the policy, and (b) policy endorsement(s) that verify compliance with the additional insured and the primary/non-contributory requirements specified in Section C. 1 and C. 2. below. 4. It is the contractor's responsibility to keep an up-to-date Certificate of Insurance on file with the City throughout the contract. 5. Contractor s insurance must be primary and non-contributory over any insurance the City may maintain, that is, any such City insurance shall be excess to limits stated in the certificate. C. The following statements are required on the Certificate of Insurance: 1. "The City of Tacoma is named as an additional insured" ("as respects a specific contract" or "for any and all work performed with the City" may be included in this statement). 2. "This insurance is primary and non-contributory over any insurance or self-insurance the City may have" ("as respects a specific contract" or "for any and all work performed with the City" may be included in this statement). 3. "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice to the Certificate Holder named." Language such as, endeavor to mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. See example below. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS The below listed certificated holder is added as an additional insured as respects any and all work performed with the City (or as respects project ). This insurance is primary over any insurance or self-insurance the City may have for any and all work performed with the City (or as respects project ). CERTIFICATE HOLDER ADDITIONAL INSURED; INSURER LETTER: CANCELLATION CITY OF TACOMA PO BOX TACOMA WA Should any of the above described policies be cancelled before the expiration date thereof, the issuing company will endeavor to mail 30 days written notice to the certificate holder named to the left, but failure to do so shall impose no obligation or liability of any kind upon the company, it s agents or representatives. Insurance-Standard Revised 04/24/12 PG N 21
22 CITY OF TACOMA Indemnification--Hold Harmless SURPLUS PROPERTY DISPOSAL/SPECIFICATION NO. PG N FROM (Dept): Tacoma Power TO (Purchaser/Recipient): Purchaser/Recipient acknowledges that pursuant to the terms of this agreement, Purchaser/Recipient is totally responsible for the safety of all persons and property in the performance of this contract. Purchaser/Recipient assumes the risk of all damages, loss, cost, penalties and expense and agrees to indemnify, defend and hold harmless the City of Tacoma, from and against any and all liability which may accrue to or be sustained by the City of Tacoma on account of any claim, suit or legal action made or brought against the City of Tacoma for the death of or injury to persons (including Purchaser/Recipient s or subcontractor s employees) or damage to property involving Purchaser/Recipient, or subcontractor(s) and their employees or agents, or for any other cause arising out of and in connection with or incident to the performance of the contract except for injuries or damages caused by the sole negligence of the City. In this regard, Purchaser/Recipient recognizes that Purchaser/Recipient is waiving immunity under Industrial Insurance Law, Title 51 RCW. This indemnification extends to the officials, officers and employees of the City and also includes attorney s fees and the cost of establishing the right to indemnification thereunder in favor of the City of Tacoma. ITEM: (1) Lot Custer and Cushman Substation Transformers $ PURCHASER/RECIPIENT: ADDRESS: CITY & STATE: ZIP CODE PHONE: NAME: DATE: SIGNATURE: All items are sold/donated/salvaged AS-IS and WHERE-IS, with all faults. Freight costs and arrangements are the responsibility of the bidder. The City of Tacoma makes no warranty, express or implied, with respect to the condition of the goods. The City of Tacoma specifically DISCLAIMS ANY AND ALL UCC WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. PG N 22
INVITATION TO BID. Surplus Property. ITB Closing (Due Date & Time) August 24, 2015 at 2:00PM
INVITATION TO BID Surplus Property ITB Closing (Due Date & Time) August 24, 2015 at 2:00PM Issued by Sherman County School District 65912 High School Loop Moro, Oregon 97039 August 17, 2015 SURPLUS PROPERTY
More informationSURPLUS PROPERTY SALE
RETURN BIDS TO: CITY OF TACOMA REQUEST FOR BID BID NO.: PG15-0151N PURCHASING DIVISION BUYER: Chuck Blankenship Tacoma Public Utilitities Admin. Building N. PHONE: 253-502-8163 3628 South 35th St. FAX:
More informationPIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL
PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED
More informationHOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES
REQUEST FOR PROPOSAL HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES August 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and
More informationPIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL
PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED
More informationSubcontract Agreement
S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor
More information**AMENDED** PLEASE FAX YOUR QUOTE TO: RFQ NO Send your quote to: Maria Salazar Today is: December 1, 2016
**AMENDED** RFQ #2840 Sale of Surplus Scrap Metal PLEASE FAX YOUR QUOTE TO: RFQ NO. 2840 Send your quote to: Maria Salazar Today is: December 1, 2016 Department: Purchasing Phone: 805/875-8001 Fax Number:
More informationKING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT
DECEMBER 23, 2015 Owner: King County Library System 960 Newport Way N.W. Issaquah, WA. 98027 GENERAL INFORMATION A. The Vendor is to provide all labor, material, equipment, first thirty (30) day storage
More informationP 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 informationTOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)
TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT 06045-0191 (860) 647-3031 FAX (860) 647-5206 REQUEST FOR PROPOSAL FOR ELECTRONICS RECYCLING RFP NO. 17/18-91
More informationRequest for Quotation
Request for Quotation Date: 10/09/2018 Quotation Number: 4275 Specification/Quotation Documents For: LTC Transformer Test RFQ Due Date: 10/23/2018 at 2:00pm **Please note we have had issues recently with
More informationSPECIFICATION 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 informationEQUIPMENT 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 informationREQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority
REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and Economic Development 747 Market Street
More informationAGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES
AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE
More informationGLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)
GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS 60025 (847) 657-3215 DATE: March 8, 2019 SPECIFICATIONS FOR: Spin Bikes and Software BIDS RECEIVED UNTIL: March 27, 2019 2:00pm at Park Center
More informationMIDLAND 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 informationRFQ #2766 Sale of Surplus Scrap Metal
RFQ #2766 Sale of Surplus Scrap Metal RFQ NO. 2766 Today is: August 6, 2014 Phone: 805/875-8001 Email: m_villarreal@ci.lompoc.ca.us Re: Sale of Surplus Scrap Material For Department Use Qty Description
More informationINVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas
INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid
More informationFATIGUE 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 informationPIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR QUALIFICATIONS (RFQ) for ENGINEERING SERVICES FOR HVAC AND RELATED DESIGN
PIERCE COUNTY LIBRARY SYSTEM REQUEST FOR QUALIFICATIONS (RFQ) for ENGINEERING SERVICES FOR HVAC AND RELATED DESIGN PART 1: INTRODUCTION, PURPOSE, TIMELINE The Pierce County Library System (Library) is
More informationT E N D E R Tender # T Washroom Upgrades Carnegie Building
T E N D E R Tender # 2010-085102T Washroom Upgrades Carnegie Building Sealed tenders addressed to the Purchasing Agent, c/o Materials and Fleet Management, 2 nd Floor, 175 Rothesay Avenue, P.O. Box 1971,
More informationCONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION
CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION 1.1 General: The intent of these specifications is to provide the Town
More informationREQUEST FOR QUOTATION
REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT Washington
More informationOGC-S Owner-Contractor Construction Agreement
Owner-Contractor Construction Agreement This agreement is entered into as of ( Effective Date ) between Lone Star College (the "College"), a public junior college pursuant to Section 130.004 of the Texas
More informationINSURANCE AND INDEMNIFICATION MANUAL. Supplement to Policy 560 i
INSURANCE AND INDEMNIFICATION MANUAL Supplement to Policy 560 Table of Contents.1 INTRODUCTION... 1.2 EXHIBIT I INSURANCE AND INDEMNITY REQUIREMENTS FOR CONSTRUCTION AND SERVICE CONTRACTS... 1 2.1 INDEMNIFICATION/HOLD
More informationRECEIPT / ACCEPTANCE FORM HUNTSMAN INTERNATIONAL LLC ( Huntsman ) Bulk and Packed Motor Carrier Pick-Up and Delivery Policy
RECEIPT / ACCEPTANCE FORM HUNTSMAN INTERNATIONAL LLC ( Huntsman ) Bulk and Packed Motor Carrier Pick-Up and Delivery Policy EMAIL: huntsman_pup@huntsman.com For a current copy of the Bulk and Packed Motor
More informationT E N D E R Tender # T Bike Trails Parking and Pump Track
T E N D E R Tender # 2010-081208T Bike Trails Parking and Pump Track Sealed tenders addressed to the Purchasing Agent, c/o Materials and Fleet Management, 2 nd Floor, 175 Rothesay Avenue, P.O. Box 1971,
More informationCITY 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 informationTHE MTA IS ACCEPTING INFORMAL BIDS FOR THE SALE OF 27 SURPLUS STORAGE CONTAINERS.
LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY PROCUREMENT DEPARTMENT ONE GATEWAY PLAZA LOS ANGELES, CALIFORNIA 90012-2932 TEL. (213) 922-1092 REQUEST FOR BID BID NO. O51209-S THIS IS NOT AN
More informationENERGY EFFICIENCY CONTRACTOR AGREEMENT
ENERGY EFFICIENCY CONTRACTOR AGREEMENT 2208 Rev. 2/1/13 THIS IS AN AGREEMENT by and between PUBLIC UTILITY DISTRICT NO. 1 OF SNOHOMISH COUNTY (the District ) and a contractor registered with the State
More informationCONTRACTOR PRE-QUALIFICATION FORM
Doc..: Rev../Date: C 3/28/2017 Page: 1 of 13 GENERAL INFORMATION 1 Person Completing this PQF: Title: Telephone: Fax: E-mail Address: 2 Contact for Requesting Bids: Title: Telephone: Fax: E-mail Address:
More informationREQUEST 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 informationTHE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:
THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.
More informationSale Agreement - Bill of Sale #4415. Newfield Exploration Co. Property / Exhibit A. Lot Number Description Location Price () Return To
Seller Buyer Newfield Exploration Co Property / Exhibit A Lot Number Description Location Price () Pick up Date Return To support@networkintl.com Effective Date In witness... Seller Newfield Exploration
More informationWHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602
http://www.asdd.com/ WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602 WHEN: 10:00 A.M., CDT, March 16, 2016 INSPECTION: REQUIREMENTS: By appointment between the hours of 9:00 A.M. and 3:00
More informationREQUEST FOR QUOTATION
REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: Phone Number: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT
More informationSANDY 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 informationHAZARDOUS WASTE AGREEMENT
HAZARDOUS WASTE AGREEMENT This Agreement, made and entered into as of this day of, 20, by and between Alaska Marine Lines, Inc., a Washington corporation, ("Carrier") with its principal place of business
More informationTERMS AND CONDITIONS OF SALE
TERMS AND CONDITIONS OF SALE 1. Acceptance; Agreement. These Terms and Conditions supersede all other terms and conditions, oral or written, and all other communications between the parties suggesting
More informationHOUSING CONSTRUCTION CONTRACT (Projects up to $10,000)
HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000) THIS CONTRACT is by and between the Stockbridge-Munsee Community ( TRIBE ), for its Division of Community Housing, whose address is N8618 Oak St.,
More informationAGREEMENT Between The Northwest Seaport Alliance and Seattle City Light For Terminal 5 Modernization. Recitals
AGREEMENT Between The Northwest Seaport Alliance and Seattle City Light For Terminal 5 Modernization This Agreement is made and entered into this day of, 2016, by and between the City of Seattle, a municipal
More informationBernards (Project Name) CCIP Insurance Manual
Bernards (Project Name) CCIP Insurance Manual Policy Year: xxxx-xxxx Alliant Version 01 1 Table of Contents 1.1 INTRODUCTION... 3 1.2 Overview... 3 1.3 About this Manual... 4 2.0 PROJECT DIRECTORY... 5
More informationQUOTATION ONLY -- NOT AN ORDER
QUOTATION ONLY -- NOT AN ORDER CONTRACTOR: DATE: September 11, 2018 NOTE: RE: Quotations must be received by 1:00 p.m., September 21, 2018 Pacific Daylight Time, to be considered. INSTALLATION OF UNDGROUND
More informationCompany: 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 informationINSTRUCTIONS TO BIDDERS DEICING FLUID
ISSUED: 09-06-2017 REVISED: 10-02-2017 INSTRUCTIONS TO BIDDERS The Capital Region Airport Authority (CRAA) hereby invites from persons, firms, or corporations, who meet the qualifications hereinafter set
More informationJACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES
JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: 1285-44202 HIGH POWER LINE REPAIR SERVICES Jacksonville Aviation Authority Procurement Department 14201 Pecan Park Road, 2 nd Floor Jacksonville,
More informationINSURANCE REQUIREMENTS Chicago Department of Aviation Certified Service Provider Program ( CSPP )
INSURANCE REQUIREMENTS Chicago Department of Aviation Certified Service Provider Program ( CSPP ) A Certified Service Provider ( CSP ) must provide and maintain at its own expense, during the term of its
More informationSacramento Regional Solid Waste Authority (SWA)
SACRAMENTO REGIONAL SOLID WASTE AUTHORITY Sacramento Regional Solid Waste Authority (SWA) APPLICATION for CERTIFICATION or ANNUAL RECERTIFICATION as a C&D SORTING FACILITY SECTION A: Applicant Information
More informationMASTER 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 informationCounty 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 informationPADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT
PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT This Agreement is made and entered into as of, 20, by and between the PADRE DAM MUNICIPAL WATER DISTRICT (hereinafter referred to as the
More informationCITY OF TACOMA Water Supply
CITY OF TACOMA Water Supply ADDENDUM NO. 1 DATE: 6/29/2018 REVISIONS TO: Request for Bids Specification No. 2018 Cathodic Protection Installations NOTICE TO ALL BIDDERS: This addendum is issued to clarify,
More informationTHIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921
THIS IS NOT AN ORDER!! DATE: April 19, 2013 REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921 R.F.Q. NO. 14-02 Return quotes to: Tanya Adams, Recycling Coordinator
More informationPURCHASE ORDER TERMS & CONDITIONS. Order Acceptance
PURCHASE ORDER TERMS & CONDITIONS Order Acceptance A. This Purchase order is limited to the terms and conditions contained on the face herein. Any additional or different terms proposed by Seller in any
More informationSCRAP METAL, OBSOLETE PERSONAL PROPERTY AND OTHER SALVAGE DISPOSAL POLICY TEXAMERICAS CENTER
SCRAP METAL, OBSOLETE PERSONAL PROPERTY AND OTHER SALVAGE DISPOSAL POLICY TEXAMERICAS CENTER 107 Chapel Lane New Boston, TX 75570 Revised: November 27, 2012 by Resolution # 20121127-05 TAC Salvage Policy
More informationDescription 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 informationHourly 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 informationINVITATION TO BID COMMERCIAL FLOORING CONTRACTORS
FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS
More informationNOTICE IS HEREBY GIVEN
Ontario County Purchasing Department 20 Ontario Street Canandaigua New York 14424 www.ontario.ny.us Phone 585-396-4442 Fax 585-396-4250 NOTICE IS HEREBY GIVEN that the County of Ontario (the County ) will
More informationCASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for
CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for SMALL CONSTRUCTION CONTRACT Typical CLWA services that would use Small Contracts with
More informationTacoma Power Conservation Contractor Agreement
Tacoma Power THIS AGREEMENT is made and entered into this day of, 2012 ( Effective Date ) by and between the City of Tacoma, Department of Public Utilities, Light Division, Tacoma Power (hereinafter referred
More informationREQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for SOLID WASTE & DISPOSAL SERVICE RFP - SOLID WASTE & DISPOSAL SERVICE
REQUEST FOR SEALED PROPOSAL ADVERTISEMENT for SOLID WASTE & DISPOSAL SERVICE RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 The City of College Park is accepting sealed proposals from qualified vendors
More informationGALESBURG 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 informationAlabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL
Alabama State Port Authority Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL INVITATION TO BID The Alabama State Port Authority is accepting Sealed Bids on approximately two (2) 27 deep
More informationa. 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 informationCity of Portsmouth, New Hampshire Annual Chemicals for City Swimming Pools INVITATION TO BID
City of Portsmouth, New Hampshire Annual Chemicals for City Swimming Pools INVITATION TO BID Sealed bid proposals, plainly marked, Annual Chemicals for City Swimming Pools Bid #34-07 on the outside of
More informationValley Regional Fire Authority Invitation to Bid
VRFA 16-01: General Contractor for Facility Improvements at Fire Stations 31 and 38 Responses due by 5:00 pm PST on September 14, 2016 1.0 Introduction. The Valley Regional Fire Authority (VRFA) is seeking
More informationCHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS
CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS REPAIR PARKING LOT SEAL COATING TOWN HALL & POLICE DEPARTMENT BID: 03182019: DEADLINE: Thursday, April 11, 2019,
More informationRequest for Proposals for Grinding and Disposal of Wood Waste Debris for the City of Sioux Falls. April 30, City of Sioux Falls, South Dakota
Request for Proposals for Grinding and Disposal of Wood Waste Debris for the City of Sioux Falls April 30, 2013 City of Sioux Falls, South Dakota RFP No. 13-0082 S:\AS\Pur\10\13-0082.docx Table of Contents
More informationTRANSIENT CAMP REMEDIATION RFP#P2017(18) - 15
TRANSIENT CAMP REMEDIATION RFP#P2017(18) - 15 PROPOSAL INFORMATION Proposal Name: Transient Camp Remediation RFP#P2017(18)-15 Date Issued: 1/30/17 Contact Person: Mary Anderson, Natural Resources Manager
More informationPROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL
CONTRACTOR 17GRAVEL2 PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL Furnish, Haul and Spread processed road gravel (22-A Modified or 21AA) at various locations in
More informationFLORIDA 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 informationPROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS
CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS, REQUIRED INSURANCE and CALIFORNIA LABOR CODE REQUIREMENTS for PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS
More informationPROPOSAL 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 informationREQUEST FOR QUOTATION RECYCLING OF USED COOKING OIL SWA 16-Q05/SB
REQUEST FOR QUOTATION RECYCLING OF USED COOKING OIL SWA 16-Q05/SB November 18, 2015 PURCHASING SERVICES CONTACT: Saundra L. Brady, CPPB, Purchasing Director, sbrady@swa.org TELEPHONE NUMBER: 561-640-4000
More informationHobart & 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 informationCounty 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 informationADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services
ADVERTISEMENT FOR BIDS Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services until 11:00 a.m. on Thursday, December 11, 2015, at City Hall, One Municipal Plaza,
More informationApplication Requirements This Application will not be processed unless all required information is provided.
LIVINGSTON COUNTY SEPTAGE RECEIVING STATION HAULER APPLICATION Livingston County Department of Public Works 2300 E. Grand River Ave., Suite 105 Howell, MI 48843 517-546-0040 Application Requirements This
More informationJOLIET JUNIOR COLLEGE REQUEST FOR QUOTATION DIVERSITY & INCLUSION CLIMATE ASSESSMENT
You are invited to submit a quote for. Please include delivery charges in your pricing. The College is exempt from all sales tax. Quotes are due by 10:00 am on September 4, 2018. Joliet Junior College
More informationINVITATION 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 informationGreater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402
Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 January 3, 2017 TO: RE: Prospective Proposers Request for Quotation (RFQ) RFQ 17-01 First Aid Kits, Installation, and Vendor
More informationTown 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 informationTRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS
TOWN OF QUEENSBURY TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS 2016 BID DOCUMENTS Notice to Bidders Instructions to Bidders Bid Proposal Affidavit of Non-Collusion Certification of Compliance
More informationNEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165
NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165 Wilmington, NC 28403 Telephone: (910) 798-7187 Fax: (910) 798-7806 Lisa Wurtzbacher, CPA Chief Financial Officer Barbara D. McClure,
More informationSTANDARD TERMS AND CONDITIONS OF MLI-ISSUED PURCHASE ORDER
Page 1 of 7 STANDARD TERMS AND CONDITIONS OF MLI-ISSUED PURCHASE ORDER This purchase order ( PO ), which includes the following standard terms and conditions along with any specific terms and provisions,
More informationCITY 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 informationREQUEST FOR PROPOSALS # WAKE COUNTY, NORTH CAROLINA SOLID WASTE MANAGEMENT DIVISION
Proposal Title: RFP SCRAP TIRE RECYCLING REQUEST FOR PROPOSALS #18-095 WAKE COUNTY, NORTH CAROLINA SOLID WASTE MANAGEMENT DIVISION Wake County is Requesting Proposals for the collection, transportation
More informationCity of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga
City of Forest Park Request for Proposals Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga. 30297 Mandatory Pre-Proposal Conference at August 19, 2014 at 10:00 am Proposal Deadline September
More informationPROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017
GENERATOR RFP# PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017 Please mark your sealed envelope RFP # Proposal and deliver to the following address and person: Purchasing Supervisor
More informationTHE STANDARD VENDOR APPOINTMENT AGREEMENT FOR PRODUCTS TO BE SOLD THROUGH [WEBSITE]
THE STANDARD VENDOR APPOINTMENT AGREEMENT FOR PRODUCTS TO BE SOLD THROUGH [WEBSITE] This Standard Vendor Appointment Agreement (the Agreement ) is by and between [NAME OF COMPANY] (that owns and controls
More informationSOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR
SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR Bid #08-15 Sealed bids for a three year, annually renewable contract to provide School Fencing Repairs and installation
More informationDescription. 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 informationDate: 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 informationINVITATION TO BID (ITB)
INVITATION TO BID (ITB) Annual Contract for Letterhead, Envelopes and Business Cards BIDDER INSTRUCTIONS Montrose County is seeking sealed bids from qualified vendors to supply and print letterhead, envelopes,
More informationCounty 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 informationPurchase Order Terms and Conditions
Purchase Order Terms and Conditions 1. These terms and conditions together with the terms and conditions on the face of the Purchase Order, and any specifications, drawings, instructions or other written
More informationSMALL WORKS ROSTER APPLICATION FORM
SMALL WORKS ROSTER APPLICATION FORM BETHEL SCHOOL DISTRICT NO. 403 PURCHASING 516 176 TH STREET EAST SPANAWAY WA 98387 Telephone: (253) 683-6078 Fax: (253) 683-6079 Per RCW 25A.335.190, the undersigned
More informationResponsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the Construction of [PROJECT TITLE]
Responsibility Statement and Questionnaire CITY OF NAPA PUBLIC WORKS DEPARTMENT NAPA, CALIFORNIA [DATE] Responsibility Determination for General Contractors Who May Desire to Submit Bid Proposals for the
More information