INVITATION FOR BIDS FOR RUNWAY AND AIRCRAFT DEICER SOLICITATION NO
|
|
- Melina West
- 5 years ago
- Views:
Transcription
1 INVITATION FOR BIDS FOR RUNWAY AND AIRCRAFT DEICER SOLICITATION NO Issue Date: August 17, 2014 Pre-bid Conference: Pre-bid Question Deadline: Bid Deadline: Purchasing Contact: None September 2, 2014 at 4:00 PM Local Time September 8, 2014 at 2:30 PM Local Time MidAmerica St. Louis Airport Department of Engineering and Planning 9768 Airport Blvd. Mascoutah, IL Alice Tejada Phone: Fax: DESCRIPTION: Bids are being solicited for the purpose of contracting for liquid runway deicer, Types I and IV Aircraft Deicing/Anti-icing Fluid, and pelletized solid deicing agent. This solicitation may be downloaded from the MidAmerica St. Louis Airport website at: or, by submitting an request to Purchasing Contact. Bids must be in the actual possession of the Department of Engineering and Planning at the location indicated on or prior to the exact date and time indicated above. Late bids shall not be accepted. Published by authority of the Public Building Commission, St. Clair County, IL.
2 INSTRUCTIONS 1) PRE-BID INFORMATION AND QUESTIONS: Each bid that is timely received will be evaluated on its merit and completeness of all requested information. In preparing bids, Bidders are advised to rely only upon the contents of this IFB and accompanying documents and any written clarifications or addenda issued by the Owner. If a Bidder finds a discrepancy, error, or omission in the IFB package, or requires any written addendum thereto, the Bidder is requested to notify the Purchasing contact noted on the cover of this IFB, so that written clarification may be sent to all prospective Bidders. THE OWNER IS NOT RESPONSIBLE FOR ANY ORAL INSTRUCTIONS. All questions must be submitted in writing to the Purchasing contact before the Pre-Bid Question Deadline indicated on the front of this document. 2) IFB MODIFICATIONS: The Owner has the right to correct, modify or cancel the IFB, in whole or in part, or to reject any Bid, in whole or in part. If any such changes are made, all known recipients of the IFB will be sent a copy of such changes. 3) BID SUBMISSION: a) The Bidder must include the following items, or the bid may be deemed non-responsive: i) All forms contained in this IFB, fully completed b) Bids must be submitted to MidAmerica St. Louis Airport, Department of Engineering and Planning, 9768 Airport Blvd., Mascoutah, IL 62258, before the date and time indicated as the deadline. It is each Bidder s responsibility to insure that its bid is received by the Department of Engineering and Planning prior to the deadline. This responsibility rests entirely with the Bidder, regardless of delays resulting from postal handling or for any other reasons. Bids will be accepted from 8:00 a.m. to 4:00 p.m. Local Time, Monday through Friday, except for legal holidays observed by the Owner. The Department of Engineering and Planning timestamp shall be the official time. The bids will be opened in the order received and recorded as such time indicated as the deadline c) Submission of a bid establishes a conclusive presumption that the Bidder is thoroughly familiar with the Invitation for Bids (IFB), and that the Bidder understands and agrees to abide by each and all of the stipulations and requirements contained therein. d) All prices and notations must be typed or printed in ink. No erasures are permitted. Mistakes may be crossed out and corrections must be initialed in ink by the person(s) signing the bid. e) Bids shall be submitted to MidAmerica St. Louis Airport, Department of Engineering and Planning using the information on the attached Bid Form and Price Page via or hardcopy only. f) All costs incurred in the preparation and presentation of the bid are the Bidder s sole responsibility; no pre-bid costs will be reimbursed to any Bidder. All documentation submitted with the bid will become the property of the Owner. h) Bids must be held firm for a minimum of 90 days. Bidder is not barred from bidding on the contract as a result of a conviction for either bid-rigging or bid rotating under the provisions contained in Sections 33 E-3, 33 E-4, and 33 E-11 of the Criminal Code of 1961 and Section E-4 of the Illinois Revised Statutes. i) EXCEPTIONS: Bidder shall clearly identify any proposed deviations from the Terms or Scope in the Request for Bid. Each exception must be clearly defined and referenced to the proper paragraph in this IFB. The exception shall include, at a minimum, the Bidder's proposed substitute language and opinion as to why the suggested substitution will provide equivalent or better service and performance. If no exceptions are noted in the Bidder's bid, the Owner will assume complete conformance with this specification and the successful Bidder will be required to perform accordingly. Bids not meeting all requirements may be rejected. 1
3 j) DUPLICATE BIDS: No more than one (1) bid from any Bidder, including its subsidiaries, affiliated companies, and franchises will be considered by the Owner. In the event multiple bids are submitted in violation of this provision, the Owner will have the right to determine which bid will be considered, or at its sole option, reject all such multiple bids. k) WITHDRAWAL: Bids may only be withdrawn by written notice prior to the date and time set for the opening of bids. No Bid may be withdrawn after the deadline for submission. l) REJECTION: OWNER shall have the right to reject any or all Bids. A Bid not accompanied by data required by the Bidding Documents, or a Bid which is in any way incomplete or irregular is subject to rejection. m) PROCUREMENT POLICY: Procurement for the Owner will be handled in a manner providing fair opportunity to all businesses. This will be accomplished without abrogation or sacrifice of quality and as determined to be in the best interest of the Owner. St. Clair County promotes equal opportunities and encourages participation by Disadvantage Business Enterprise and Small Business firms. n) BID SIGNATURES: Bids must be signed by an authorized official of the Bidder. Each signature represents binding commitment upon the Bidder to provide the goods and/or services offered to the Owner if the Bidder is determined to be the highest responsive Bidder. o) CONTRACT AWARD: i. It is the intent of the OWNER to award a Contract to the lowest responsive, responsible Bidder provided the Bid has been submitted in accordance with the requirements of the Bidding Documents and does not exceed the funds available. The OWNER shall have the right to waive informalities and irregularities in a bid received and to accept the Bid which, in the OWNER'S judgment, is in the OWNER'S own best interests. ii. OWNER shall have the right to accept Alternates in any order or combination or, to not accept any, unless specifically otherwise provided. iii. OWNER shall have the right to reject any unit prices for additions to or deductions from the Work as given in the Bid, if the prices are considered excessive or unreasonable, or to accept any unit prices which may be considered fair and reasonable. iv. Contract Term a) The contract is for a term of 1 year, effective October 18, 2014 thru October 17, b) The Contract may be extended annually for up to two (2) additional years. c) The unit price may be subject to change at the time of renewals only as a result of a substantial change in the price of raw materials. The Owner will only consider a price increase if sufficient documentation is provided to support an increase. A fully documented request must be received a minimum of ninety (90) days prior to the expiration of the term. p) POST-BID INFORMATION: i. The Vendor shall submit all Certificates of Insurance (see Appendix A). ii. The Vendor shall submit Vendor/Contractor Profile Form. iii. The Vendor shall submit IRS Form W-9. 2
4 SPECIFICATIONS/SCOPE OF WORK 1) INTRODUCTION: Through this Invitation for Bids (IFB), St. Clair County, Illinois, through the Public Building Commission d/b/a MidAmerica St. Louis Airport (Owner) hereby invites businesses who meet the qualifications set forth herein to submit bids to provide liquid runway deicer and pelletized solid deicing agent at MidAmerica St. Louis Airport (Airport). 2) SCOPE OF SERVICES: Vendor must be able to deliver deicing products, per specifications, as needed including weekends and legal holidays as instructed by the Owner when order is placed. a) Routine Delivery Non-critical deliveries will be expected within five (5) working days. Emergency deliveries do not apply to this purchase. b) Delivery equipment must have capability to pump Type I Aircraft Deicing/Anti-Icing Fluid Runway Deicer into above ground storage tanks. Connections are made through industry standard 2 Victaulic couplings. Storage tank capacity for bulk load quantity order is 9,000 gallons. Orders and deliveries are taken in Full Tanker Truckloads. c) The Owner is responsible for the condition of the Owner s tank and the Bidder should not take this under consideration while preparing their bid. However, the Owner will consider recommendations of the successful bidder regarding product compatibility prior to delivery or acceptance of any material. 3) SPECIFICATIONS: a) Liquid Runway Deicer Liquid Runway Deicer shall comply with SAE AMS1435; Fluid, Generic, Deicing/Anti-Icing Runways and Taxiway; current version. b) Type I Aircraft Deicing/Anti-Icing Fluid Type I Aircraft Deicing/Anti-Icing Fluid shall comply with SAE AMS1424; Deicing/Anti-Icing Fluid, Aircraft, SAE Type I; current version. Preferred blend ratio for Dilute Fluid is 55/45 (45% water). c) Type IV Aircraft Deicing/Anti-Icing Fluid Type IV Aircraft Deicing/Anti-Icing Fluid shall comply with SAE AMS1428; Fluid, Aircraft Deicing/Anti-Icing, Non-Newtonian (Pseudoplastic), SAE Types II, III, and IV; current version. d) Solid Runway Deicer Solid/Pelletized Runway Deicer shall comply with SAE AMS1431; Compound, Solid Deicing/Anti-Icing Runways and Taxiways; current version. e) Chemical used to dye the fluids must be EPA-approved for use in a sensitive wetland runoff environment. 4) ESTIMATED QUANTITIES: In 2012, the Owner used approximately 10,000 gallons of liquid runway deicer, 5,000 gallons of Type I Aircraft Deicing fluid, 250 gallons of Type IV Aircraft Deicing fluid, and 2,000 pounds of Solid Runway Deicer. However, the quantity stated is only an estimate and the Owner reserves the right to increase or decrease amounts as circumstances may require. 5) SUBMITALLS: Vendor must provide Owner with a lab certification stating the chemical(s) conform to the applicable specification and a material safety data sheet (MSDS) for handling the product. Vendor must provide environmental data to include but, not limited to, information on pollutants the Environmental Protection Agency (EPA) and the Illinois State Department of Natural Resources (IDNR) request of the Owner in their discharge reporting requirements. 3
5 STANDARD TERMS AND CONDITIONS OF AGREEMENT 1) Assignment/Transfer: Assignment or transfer of this contract without written consent of the Public Building Commission of St. Clair County, Illinois d/b/a MidAmerica St. Louis Airport (Owner) may be construed by the Owner as a breach of contract sufficient to cancel this agreement at the discretion of the Owner. 2) Inspection: All goods and services shall be subject to inspection and approval by Owner at all reasonable times including inspection during manufacture. Inspection and approval by Owner at Contractor s plant does not preclude rejection for defects upon discovery by subsequent inspection. Any goods and services rejected by Owner shall be promptly repaired or replaced at Seller s expense. Any and all costs incurred by Owner in connection with the return of goods rejected by Purchaser as defective shall be at Contractor s risk and expense. 3) Risk of Loss: Regardless of FOB point, Vendor agrees to bear all risks of loss, injury or destruction of goods and materials ordered herein which occur prior to delivery and acceptance; and such loss, injury, or destruction shall not release Seller from any obligation hereunder. 4) Warranty: Vendor warrants that it has good and merchantable title to the goods sold hereunder and that said goods shall conform to the descriptions and applicable specifications and samples. Such goods shall be of good merchantable quality and fit for the known purposes for which sold, and are free and clear of all liens and encumbrances. Vendor and Owner agree that this order does not exclude, or in any way limit, other warranties provided for in this agreement or by law. 5) Excise and Sales Tax: The OWNER is not subject to the Illinois state and/or municipal or county retailer's occupation tax, or any other sales or use taxes. VENDOR shall not include in their Bids the cost of such taxes. Such taxes, if included, must be deducted by the VENDOR when submitting invoice for payment. 6) Invoices: Provided that an Application for Payment is received no later than the 5 th day of any given month, the OWNER shall make payment to the VENDOR no later than the 5 th day of the following month. If an Application for Payment is received after the 5 th day of the month, payment will not be made until the 5 th day of the month after the following month. In order to insure timely payment, Vendor must send Applications for Payment to: MidAmerica St. Louis Airport Attn: Brian Gieseking 8837 Air Service Dr. Mascoutah, IL ) Governing Law: The Contract shall be governed by the laws of the State of Illinois with venue and jurisdiction in the St. Clair County Circuit Court 8) Amendments: No amendment, modification, or supplement to this contract shall be binding unless it is in writing and signed by authorized representatives of the parties. 9) Termination: When in Owner s best interest, Owner may unilaterally cancel this agreement at any time, whether or not Vendor is in default of any of its obligations hereunder. Under any such cancellation, Vendor agrees to waive any claim for damages, including loss of anticipated profit on account hereof. However, the Owner agrees that Vendor shall be paid for items and/or services already accepted by Owner, but in no event shall the Owner be liable for any loss of profits on the 4
6 order or portion thereof so terminated. Either party may terminate this agreement at any time for the failure of the other to comply with any of its material terms and conditions. 10) Waiver of Breach: No waiver by either party of any breach of any of the covenants or conditions herein contained performed by the other party shall be construed as a waiver of any succeeding breach of this same or of any other covenant or condition. 11) Complete Agreement: The parties agree that the conditions of purchase stated herein and all statements on the reverse side hereof or attachments hereto set forth their entire agreement and there are no promises or understandings other than those stated herein, and that any prior negotiations between the Vendor and Owner or terms or conditions of sales set forth in the Seller s quotation or order or sales acknowledgement shall not constitute a part of the agreement between the Purchaser and Seller concerning this purchase. The term agreement as used in this clause shall include any future written amendments, modifications, or supplements made in accordance herewith. 12) Liability and Indemnity: Vendor agrees to protect, defend, reimburse, indemnify and hold the Owner, its officers, affiliates, employees and agents harmless at all times from and against any and all claims, liabilities, expenses, losses, demands, damages, fines and causes of action of every kind and character made, incurred, sustained or initiated by any party hereto, any party acquiring any interest hereunder, any agent or employee of any party hereto, any third or other party whomsoever, or any governmental agency, arising out of, incident to, or in connection with this contract, or in the performance, nonperformance or purported performance of the work or services or breach of the terms hereof, except when Owner is solely at fault. 13) Insurance: Vendor, at its own expense and in its own name, must provide and keep in force during the term of this Agreement, the following insurance coverages, provided by a company(s) licensed to conduct business in the State of Illinois, acceptable to Owner, with limits not less than indicated for the respective items or as otherwise agreed. See Appendix A. 14) Records: The Owner reserves the right to inspect all vendor documents relating to this agreement for up to three (3) years after expiration. 5
7 BID FORM Failure to complete this form shall result in your bid being deemed nonresponsive and rejected without any further evaluation. TO: MidAmerica St. Louis Airport: OFFER The Undersigned hereby offers and agrees to furnish the goods and/or services in compliance with all terms, scope of work, conditions, specifications, and addenda in the Request for Bid. ADDENDA: The undersigned has read, understands and is fully cognizant of the Information to Bidders, Offer and Form of Agreement, all Exhibits thereto, together with any written addendum issued in connection with any of the above. The undersigned hereby acknowledges receipt of the following addendum(s):,,, (write none if none). In addition, the undersigned has completely and appropriately filled out all required forms. OBLIGATION: The undersigned, by submission of this Bid Form, hereby agrees to be obligated, if selected as the Contractor, to provide the stated goods and/or services to the Owner, for the term as stated herein, and to enter into an Agreement with the Owner, in accordance with the Conditions, Scope and Terms, as well as the Form of Agreement, together with any written addendum as specified above. COMPLIANCE: By submitting this Bid Form, the Bidder represents that: 1) the Bidder is in compliance with any applicable provisions of the Owner s Ethics Ordinance, and 2) if awarded a contract to provide the Construction, Goods or Services required in the IFB, the Bidder will comply with the Owner s Ethics Ordinance. NONCOLLUSION: The undersigned, by submission of this Bid Form, hereby declares that this Bid is made without collusion with any other business making any other Bid, or which otherwise would make a Bid. BID PRICE: The undersigned agrees to abide by the pricing contained on the Price Page. 6
8 I certify, under penalty of perjury, that I have the legal authorization to bind the firm hereunder: Company Name Address City State Zip Signature of Person Authorized to Sign For clarification of this offer, contact: Name: Phone: Fax: Printed Name Title Affix Seal Federal Tax ID Acknowledged before me by (name) as (title) of (company) this (day) of, Notary Signature: My Commission Expires: ACCEPTANCE OF OFFER: The Offer is hereby accepted. The Vendor is now bound to sell the materials or services listed by the attached contract and based upon the Invitation for Bids, including all terms, conditions, specification, amendments, etc. and the Vendor s Offer as accepted by the Owner. This contract shall henceforth be referred to as Contract No The Vendor has been cautioned not to commence any billable work or to provide any material or service under this contract until Vendor receives a purchase order and/or a notice to proceed from the Owner. COUNTERSIGNED: M. Tim Cantwell, Airport Director Date 7
9 PRICE PAGE Failure to complete this form shall result in your bid being deemed nonresponsive and rejected without any further evaluation. 1 Liquid runway deicer (potassium acetate) $ /GALLON 2 Type I Aircraft Deicing/Anti-Icing Fluid $ /GALLON 3 Type IV Aircraft Deicing/Anti-Icing Fluid $ /GALLON PLEASE PROVIDE PRICING FOR ITEMS 4a & 4b: 4a Solid Runway Deicer $ /LB for 55 lb bag Contractor to specify bag size if other than 55lb. bag. 4b Solid Runway Deicer $ /LB for 2,205 lb bulk bag Contractor to specify bulk bag size if other than 2,205 lb. bag 8
10 APPENDIX A Contractor agrees: St. Clair County Standard Insurance Certificate Requirements Revised February 8, To procure and maintain for the life of their agreement, insurance coverage conforming to the minimum requirements stated below, and naming MidAmerica St. Louis Airport, St. Clair County and the Public Building Commission of St. Clair County as Additional Insured" on a primary/noncontributory basis on the Commercial General Liability and Automobile Liability policies. These policies as well as the workers compensation policies are to be endorsed with a waiver of subrogation in favor of same. All policies of insurance shall provide St. Clair County no less than 30 days advance written notice of any material change, cancellation or non renewal. All coverages shall be provided by insurance companies authorized to transact business under the Iaw of the State of Illinois, and acceptable to St. Clair County. The insurance companies providing coverage shall have a Best's Policyholder's Rating of "'A" or better, and a Financial Rating of not less than "VII." Contractor shall provide a standard ACORD Certificate(s) of Insurance as proof of insurance, and required Additional Insured" clauses, prior to the commencement of any agreement. Original certificate(s) shall be sent to: MidAmerica St. Louis Airport Department of Engineering & Planning 9768 Airport Blvd., #3 Mascoutah, IL alice.tejada@flymidamerica.com A. Commercial General Liability Coverage shall be on an occurrence form providing the following coverages: Premises/Operations Products/Completed Operations Contractual Liability Independent Contractors Broad Form Property Damage Fire Legal Liability Personal Injury Medical Expense Limits for Commercial General Liability, including personal injury shall be no less than $1,000,000 per occurrence, $2,000,000 aggregate, $2,000,000 completed operations. B. Automobile Liability Coverage shall be afforded on all owned, non owned and hired vehicles whether private passenger or other than private passenger, and shall include Uninsured and Underinsured Motorists. Limits for the Automobile liability, Uninsured and Underinsured Motorists coverages, shall be no less than $1,000,000 combined single limit for Bodily Injury and Property Damage. C. Workers Compensation/Employer s Liability Workers Compensation coverage shall be afforded for all operations conducted under this Agreement as required by the State of Illinois statute. Coverage for Employer's Liability shall be no less than $1,000,000 for each accident, $1,000,000 disease each employee, and $1,000,000 disease each policy limit. APPENDIX A
11 APPENDIX A D. Umbrella Liability Umbrella Liability providing coverage at least as broad as the underlying Commercial General Liability, Watercraft Liability (if required), Automobile Liability and Employers Liability, shall be no less than $1,000,000 each occurrence and $2,000,000 aggregate. E. Pollution Liability Pollution Liability that covers bodily injury and property damage liability arising from removal/abatement operations, with limits not less than $1,000,000. If you do not conduct these activities, this coverage does not apply. 2. These insurance requirements shall be subject to annual review, and may be modified due to changes in Contractor's operations or exposures, or necessitated by changes in legal requirements or insurance industry standard coverages. APPENDIX A
INVITATION FOR BIDS FOR AIRFIELD MARKING PAINT AND REFLECTIVE MEDIA SOLICITATION NO
INVITATION FOR BIDS FOR AIRFIELD MARKING PAINT AND REFLECTIVE MEDIA SOLICITATION NO. 2013-09 Issue Date: September 30, 2013 Pre-bid Conference: Pre-bid Question Deadline: Bid Deadline: Purchasing Contact:
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 informationCHEROKEE 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 informationSAN DIEGO CONVENTION CENTER CORPORATION
SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:
More informationCHEROKEE 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 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 informationCHEROKEE 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 informationC I T Y O F D E A R B O R N Home Town of Henry Ford JOHN B. O REILLY, JR., MAYOR
C I T Y O F D E A R B O R N Home Town of Henry Ford JOHN B. O REILLY, JR., MAYOR INVITATION TO BID FOR DEMOLITION AND CONSTRUCTION OF A COMFORT STATION AT FORD FIELD CONTROL NO. 123560A Issue Date: February
More informationCITY 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 informationTOWN 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 informationREQUEST 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 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 informationCOUNTY 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 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 information2018 Recreation Center Dectron Unit - R22 Refrigerant
Request for Proposals Equipment and Supplies March 5, 2018 2018 Recreation Center Dectron Unit - R22 Refrigerant Proposals Due: Thursday, March 15, 2018, 2:00pm Dan Voss Park District of Highland Park
More informationGLENBARD TOWNSHIP HIGH SCHOOL DISTRICT # Crescent Boulevard, Glen Ellyn, IL , (630) , INVITATION TO BID
GLENBARD TOWNSHIP HIGH SCHOOL DISTRICT #87 596 Crescent Boulevard, Glen Ellyn, IL 60137-4297, (630) 469-9100, www.glenbard87.org INVITATION TO BID SCHOOL TOWEL SERVICE For GLENBARD TOWNSHIP HIGH SCHOOL
More informationPUBLIC 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 informationINSTRUCTIONS TO BIDDERS
11/21/2011 HENNEPIN COUNTY PURCHASING INSTRUCTIONS TO BIDDERS TABLE OF CONTENTS 1. DEFINITIONS...1 2. BIDDER'S PREBID DOCUMENT REVIEW...2 2.1. Availability of Documents 2 2.2. Interpretation or Correction
More informationWYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter
WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR Spray foam services At Wyoming County of Wyoming Animal shelter PRC # 2018009820 NOTICE TO BIDDERS NOTICE IS HEREBY GIVEN that the County of Wyoming
More 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 informationBERRIEN 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 informationMONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES
MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES Notice is hereby given that sealed proposals will be received at the Finance Department,
More informationINVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.
A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:
More informationCity 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 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 information(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 informationRFP March 8, 2018 by 3:00 p.m. March 1, 2:00 p.m. in New Residence Halls Classroom (115C)
Request for Proposals t o provide Janitorial Services Residence Halls RFP-18111 Due Date Proposal Submissions March 8, 2018 by 3:00 p.m. MANDATORY Pre-Proposal Meeting March 1, 2018 @ 2:00 p.m. in New
More informationWest 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 informationTOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling
TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of
More informationPROPANE 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 informationCounty 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 informationRFP 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 informationVILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM
INVITATION FOR BIDDER'S PROPOSALS, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM OWNER: Village of Libertyville 200 East Cook Avenue Libertyville, Illinois 60048-2090 1. Invitation to Bid: Owner invites sealed
More 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 informationCOUNTY OF OSWEGO PURCHASING DEPARTMENT
COUNTY OF OSWEGO PURCHASING DEPARTMENT BID #4-10 - SALE OF FERROUS METALS County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Fred M. Maxon,
More informationDEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM
PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,
More informationBROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone
BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE Specifications for Bid Crushed Limestone Deadline Date January 15, 2019 3:00 pm (956) 831-8273 Fax (956) 831-5106 1000 Foust
More informationChampaign 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 informationINVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:
INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October
More informationCITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit
CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will
More 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 informationREQUEST FOR PROPOSAL (RFP) FOR: RFP # LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018
REQUEST FOR PROPOSAL (RFP) FOR: RFP # 18-040-57 LEACHATE HAULING MAR-OCO LANDFILL POSTING DATE: OCTOBER 17, 2018 RESPONSE DEADLINE: DECEMBER 4, 2018 4:00 P.M. CENTRAL STANDARD TIME (CST) TO: PAUL KLOSE
More informationWESTERN 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 informationINVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler
INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,
More informationCity 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 BID
More informationSMALL ORDERS TERMS AND CONDITIONS - BLANKET
1. COMPLIANCE WITH LAWS Contractor must observe and comply with all applicable federal, state, county and municipal laws, statutes, regulations, codes, ordinances and executive orders, in effect now or
More informationNOTICE 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 informationCity of Brentwood, Missouri. Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex.
Request for Proposals For Ice Rink Water Treatment Service for the Brentwood Recreation Complex December 4, 2016 Submission Deadline: 12:00 p.m. December 20, 2016 1. REQUEST FOR PROPOSAL The City of Brentwood
More informationCHARLOTTE DOUGLAS INTERNATIONAL AIRPORT INVITATION TO BID
CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT INVITATION TO BID The City of Charlotte ( City ) hereby invites informal bids for the following project (the Project ) at Charlotte Douglas International Airport
More informationRICE UNIVERSITY SHORT FORM CONTRACT
RICE UNIVERSITY SHORT FORM CONTRACT This Rice University Short Form Contract (this Contract ) is entered into by and between WILLIAM MARSH RICE UNIVERSITY, a Texas non-profit corporation (the University
More informationRequest for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019
Request for Proposal Internet Access Peach Public Libraries E-Rate Funding Year 2018 July 1, 2018 - June 30, 2019 FY2018 Form 471 Window The FCC Form 471 must be certified on or before March 22, 2018 at
More informationJEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent
JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent 6550 Walden Rd., Beaumont, Texas 77707 Phone: 409-842-1818 Fax: 409-842-2729 Legal Notice Advertisement
More informationREQUEST FOR PROPOSAL (RFP)
REQUEST FOR PROPOSAL (RFP) Ladue School District hereby invites the submission of proposals for: Real Estate Broker Services The responsive Proposal will comply with all federal, state and local regulations.
More informationDAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL
DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA 52803 REQUEST FOR PROPOSAL Proposal # 680 The Davenport Community School District invites written sealed proposal for Replacement
More informationADDENDUM 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 informationScofield Ridge Homeowners Association
Scofield Ridge Homeowners Association RFP #2012-003 Subject: Entrance Monument Design & Construction Due: March 30, 2012 2:00pm CST c/o Goodwin Management, Attn.: Debra Johnson * 11149 Research Blvd.,
More informationINVITATION TO BID BIDDER COMPANY NAME. ITEM #42 CALCIUM CHLORIDE-PREWETTING (This is a sealed Bid)
INVITATION TO BID BIDDER COMPANY NAME Prepared by: Genesee County Road Commission Purchasing Administration Building 211 West Oakley Street Flint, MI 48503 Joyce McClane, CPPB Purchasing Manager (810)
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 informationCONSOLIDATED SCHOOL DISTRICT 158 SPECIFICATIONS FOR ICE MELT COMPOUND BID #
To All Bidders: Sealed bids will be received until 10:30 a.m. prevailing time, on Tuesday, June 17, 2014 by the Board of Education of Consolidated School District No. 158 of McHenry and Kane Counties,
More informationMaster 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 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 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 informationMUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL
MUNDELEIN ELEMENTARY SCHOOL DISTRICT 75 BID PACKAGE FOR CHILLER REPLACEMENT AT LINCOLN SCHOOL 200 W. MAPLE AVE. MUNDELEIN, IL 60060 Issued for Bid: June 30, 2017 NOTICE OF INVITATION TO BID RE: MUNDELEIN
More informationREQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT
REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT REF #242013RFPSW DUE DATE: 4:00 PM, February 19, 2013 Luzerne County
More informationINVITATION 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 informationADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport
ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B Sealed bids will be received by the Gratiot Community Airport at the City of Alma municipal office at 525 East Superior Street, P.O.
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 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 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 informationCONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,
CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION THIS AGREEMENT, made this day of, 2018, signed between Nampa & Meridian Irrigation District, hereafter referred to as "NMID" and, of (address), hereinafter
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 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 informationINVITATION FOR BID B Purchasing Department 3221 McKelvey Road Bridgeton, MO SPECIFICATIONS FOR WINDOW TREATMENTS
INVITATION FOR BID B0003792 Purchasing Department 3221 McKelvey Road Bridgeton, MO 63044 SPECIFICATIONS FOR WINDOW TREATMENTS FOR ADDITIONAL INFORMATION, CONTACT: Cynthia Green, Assistant Controller Phone:
More informationEXHIBIT C - Contract for Residential Fire Sprinkler Demonstration Trailer
EXHIBIT C - Contract for Residential Fire Sprinkler Demonstration Trailer CONTRACTOR: 20 East Main Street Ashland, Oregon 97520 Telephone: 541/488-6002 Fax: 541/488-5311 DATE AGREEMENT PREPARED: BEGINNING
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 informationCHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois
CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois REFURBISHED LAPTOP COMPUTER UNITS RFP SPECIFICATIONS I. INTRODUCTION Background The Champaign Community Unit School District No. 4, Champaign
More informationCHARLOTTE DOUGLAS INTERNATIONAL AIRPORT INVITATION TO BID. Revised bid per addendum # 1
CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT INVITATION TO BID Revised bid per addendum # 1 The City of Charlotte ( City ) hereby invites informal bids for the following project (the Project ) at Charlotte
More informationEvaluation 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 informationSUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION
Page 1 of 5 Bid No.: Date Released: September 25, 2017 SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Bid subject to the Standard Terms and Conditions provided. Bid must be received by: Date/Time:
More informationINDEPENDENT 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 information6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)
E-RATE YEAR 15 (2012/2013) RFP 6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) Anderson Union School District Anderson Union High School District (AUHSD) is seeking proposals for the upcoming Year
More information**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 informationTOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid
TOWN OF CENTREVILLE Queen Anne s County, Maryland Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report Invitation for Bid Documents Available: Mandatory Pre-bid Meeting: Proposal
More informationBarrington Community Unit School District E. James Street Barrington, IL 60010
Barrington Community Unit School District 220 310 E. James Street REQUEST FOR BID Apple ipad Air 2 Case BID DUE MARCH 30, 2017 Points of Contact: LeeAnn Taylor (847) 842-3550 or ltaylor@barrington220.org
More informationPURCHASING DEPARTMENT
PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders
More informationTABLE OF CONTENTS LIQUID ALUM WATER POLLUTION CONTROL PLANT CONTRACT NO ENVIRONMENTAL SERVICES DEPARTMENT CITY HALL
TABLE OF CONTENTS LIQUID ALUM WATER POLLUTION CONTROL PLANT CONTRACT NO. 2018-01 ENVIRONMENTAL SERVICES DEPARTMENT CITY HALL PLATTSBURGH, NEW YORK 12901 (518-563-7731) JONATHAN P. RUFF ENVIRONMENTAL MANAGER
More informationADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT
ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT Effective August 22, 2018, Addendum No. 1 and the applicable attachment(s) is associated with the Invitation for Bid (IFB) seeking bids
More informationWATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA
General Services Contract (Rev 3/30/09) Page 1 WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA THIS CONTRACT made and entered into on this 9th day of April, 2012, by and between the
More information7/14/16. 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 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 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 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 informationREQUEST FOR PROPOSAL BEVERAGE SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2016-P04
REQUEST FOR PROPOSAL BEVERAGE SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2016-P04 INTRODUCTION Illinois Valley Community College is accepting sealed proposals for beverage services for
More informationNorthern Town of La Ronge Box Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE
Northern Town of La Ronge Box 5680 1212 Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE Equipment Rental Services 2018 ERS01-2018 - 1 - Town of La Ronge Table of Contents: Acknowledgement
More informationCITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015
CITY OF DES PLAINES INVITATION TO BID AND CONTRACT IT NETWORK FIREWALLS & SUPPORT ISSUED: JULY 2015 OWNER: City of Des Plaines 1420 Miner Street Des Plaines, Illinois 60016 Owner will receive sealed proposals
More informationINTERNATIONAL 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 informationST. LOUIS COMMUNITY COLLEGE E-BID FORM
ST. LOUIS COMMUNITY COLLEGE E-BID FORM General Requirements St. Louis Community College (the College ) requires that all bids be received in the College s Purchasing Department by emailing to cgreen2@stlcc.edu
More informationGlenwood/Bell Street Well Pump and Piping Construction
SPECIFICATIONS BID 1-16 Glenwood/Bell Street Well Pump and Piping Construction THE CITY OF AVON PARK FLORIDA December 21 th, 2015 NOTICE TO BIDDERS INVITATION TO BID -- BID # 1-16 The City of Avon Park
More informationADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE
ADVERTISEMENT FOR BIDS City of Northport, Alabama Bid File Number 17-03 LAWN MAINTENANCE SERVICE Separate sealed BIDS for Lawn Maintenance/Cutting Service will be received by THE CITY OF NORTHPORT in the
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 information