County of Allegheny City of Pittsburgh

Size: px
Start display at page:

Download "County of Allegheny City of Pittsburgh"

Transcription

1 County of Allegheny City of Pittsburgh DAN ONORATO LUKE RAVENSTAHL COUNTY EXECUTIVE MAYOR On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES 206 COURTHOUSE PITTSBURGH PA Inquiry No. RFQ-3012GL DATE: January 15, 2013 Please quote the lowest prices at which you will furnish and DELIVER F.O.B. Point of Delivery, PRESCRIPTION SAFETY GLASSES SERVICES, ETC in accordance with articles of agreement or any other instructions attached to this inquiry. Quotes will be received until 3:00 P.M on: December, 13, 2010 Quotes should be faxed to the attention of Glenn Loper at * Quotes can be mailed to the following address: Allegheny County Division of Purchasing and Supplies, 436 Grant Street, 206 Courthouse, Pittsburgh PA Attn: Glenn Loper. In arriving at the inquiry price, the quoter shall take into consideration all discounts for cash and all other credits and allowances. Amending the inquiry by quoting a discount or other uncalled for allowances may be cause for rejection of the quote. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ THIS IS IN NO SENSE TO BE CONSTRUED AS AN ORDER ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ALL ITEMS UNDER THIS INQUIRY MUST BE AMERICAN MADE PRESCRIPTION SAFETY GLASSES SERVICES, ETC THE CITY OF PITTSBURGH IS SOLICITING BIDS FOR SERVICES TO PROVIDE PRESCRIPTION SAFETY GLASSES, TO INCLUDE ALL LENSES, FRAMES ACCESSORIES, AND ACCOUTRIMENTS FOR VARIOUS CITY EMPLOYEES. THE SUCCESSFUL BIDDER WILL BE REQUIRED TO VISIT VARIOUS CITY WORKSITES, MEASURE EMPLOYEES AS NEEDED, MAKE LENSES OF GLASS, PLASTIC AND POLYCARBONATE TO PRESCRIPTIONS PROVIDED BY THE EMPLOYEES, FIT SAID LENSES TO SUCH FRAMES AS MAY BE REQUIRED BY THE CITY, AFFIX PERMANENTSIDE SHIELDS, AND ASSURE BOTH THAT SUCH FRAMES FIT THE AFOREMENTIONED EMPLOYEES, AND THAT PRESCRIPTIONS ARE CORRECTLY PLACED ON LENSES. ITEM ESTIMATED QUANTITY DESCRIPTION Price 1-A 200 each LENSES AND FRAMES: Bidders MUST quote a discount percentage: From all price lists detailed below %

2 RFQ# 3012GL PAGE 2 OF 5 ITEM ESTIMATED QUANTITY DESCRIPTION Price 1-B PRICE LIST NAME, OR NUMBER: Must include pricing for lenses, grinding to prescriptions, frames, accessories, etc. Effective Date: THE AWARD OF THIS CONTRACT SHALL BE BASED ON THE TOTAL COST OF SAFETY GLASSES A DERIVED FROM THE ABOVE DISCOUNTED PRICE LISTS. SEVERAL EXAMPLES OF THIS PROCESS A LISTED BELOW; BIDDERS ARE REQUIRED TO SHOW COSTS FOR EACH BASED ON THE DISCOUN PRICE LISTS. SUCH PRICES SHALL BE CONSIDERED FIRM AND MUST MATCH DISCOUNTED PRICE LIST PRICING. CLASS #1 BOTTOM TIER CERTIFIED SAFETY FRAME WITH PERMANENT SIDE SHIELDS, POLYCARBONATE SINGLE VISION LENSES, WITH EYEGLASS CASE: $ / PAIR CLASS #2 VENDOR SPECIFIED TIER FRAMES W/ SHIELDS, TRI-FOCAL POLYCARB LENSES +: ANTI- SCRATCH COAT+ UV PROTECTIVE COAT+ SUPERTHIN, HI-BALLISTIC LENSES. $ / PAIR BIDDERS MUST APPEND A COMPLETE LIST OF ALL OPTIONS, FRAME GROUPS, COATINGS ETC. INCLUDED IN EACH CLASS ABOVE AND EVERY ITEM MUST BE LISTED AND PRICED INDIVIDUALL EXCEPT WHERE SUCH ITEM IS INCLUDED AT NO CHARGE.(N/C). GAS MASK SPECTACLE KITS each MSA MILLENIUM ADVANTAGE: $ each Gas mask spectacle kit (for insertion into facepiece) Delivery: Standard Delivery, New Safety Glasses: Days Delivery: Standard Delivery, Replacement Frames: Days Period of Contract: January 1, 2011 through December 31, 2011 with a one (1) year option. 90 day extension from January 1, 2013 thru March 31, 2013 per Glenn Loper via January 15, BID SPECIFICATIONS 1. FAILURE TO LIST PRICE LISTS OR PROVIDE DISCOUNTS AS REQUIRED ABOVE SHALL CONSTITUTE CAUSE FOR REJECTION OF BID. ADDITIONALLY, NO CHARGES SHALL BE APPLICABLE OTHER THAN THOSE COVERED BY THE PRICE LISTS AND DISCOUNTS THEREFROM. 2. THE SUCCESSFUL BIDDER SHALL BE REQUIRED TO VISIT VARIOUS CITY SITES ON AN AS NEEDED BASIS, APPROXIMATELY 2-4 TIMES PER YEAR, OR ON SUCH A MUTUALLY AGREED TO SCHEDULE AS MAY BE DEVELOPED. REPLACEMENT GLASSES MAY BE HANDLED BY SUCH OTHER METHODS AS MAY BE AGREED TO AFTER THE COMPLETION OF ANY AND ALL INITIAL FITTING VISITS. 3. IT SHALL BE THE SOLE RESPONSIBILITY OF THE SUCCESSFUL BIDDER TO ENSURE THAT PRESCRIPTION ARE CORRECTLY PLACED AS PER MEDICAL INSTRUCTIONS AND INDUSTRY STANDARDS. 4. THE APPROXIMATE ANNUAL QUANTITIES LISTED ABOVE ARE FOR THE SOLE PURPOSE OF EVALUATING THE LOW BIDDER AND SHALL NOT BE CONSTRUED AS AN

3 RFQ# 3012GL PAGE 3 OF 5 ACCURATE APPROXIMATION OF QUANTITIES TO BE HANDLED UNDER THIS CONTRACT. THE CITY RESERVES THE RIGHT TO USE MORE OR LESS THAN THE QUANTITIES INDICATED. 5. THE MAJORITY OF THE USAGE UNDER THIS CONTRACT WILL BE ADMINISTERED BY THE SAFETY DIVISION OF THE DEPARTMENT OF PERSONNEL & CIVIL SERVICE. EXCEPT WHERE OTHERWISE SPECIFIED. ANY ISSUES WHICH MAY ARISE SHALL BE BROUGHT TO THE ATTENTION OF SAID DIVISION. ISSUES OF A CONTRACTUAL NATURE ARE TO BE REVIEWED WITH THE DEPARTMENT OF FINANCE, BUREAU OF PROCUREMENT. 6. ALL OVERTIME MUST BE PRE-APPROVED IN WRITING BY THE DIRECTOR OF THE USER DEPARTMENT AND/ OR BY THE CITY DEPARTMENT O F PERSONNEL & CIVIL SERVICE, SAFETY DIVISION MANAGER. 7. THE SAFETY DIVISION WILL APPROVE ONE (1) OR MORE FRAMES TO BE USED BY CITY PERSONNEL WHERE USAGE OF SAFETY GLASSES IS REQUIRED. NO EXCEPTIONS TO THE STANDARD FRAMES WILL BE PERMITTED EXCEPT WITH SPECIFIC WRITTEN PRE- APPROVAL OF THE SAFETY DEPARTMENT. 8. THE CITY RESERVES THE RIGHT TO PERFORM SIMILAR WORK UNDER SEPARATE CONTRACTS. 9. THE DIRECTOR OF THE DEPARTMENT OF PUBLIC WORKS, OR REPRESENTATIVES OF DEPARTMENTS ORDERING WORK DONE, SHALL HAVE ACCESS TO THE SHOP AND METHODS OF THE SUCCESSFUL BIDDER AT ANY TIME FOR INSPECTION OF WORK DONE UNDER THIS CONTRACT. 10. THE VENDOR MAY SUBMIT FIRM BIDDING FOR ONE (1) OR TWO (2) YEARS; THE CITY OF PITTSBURGH SHALL HAVE THE RIGHT TO AWARD THIS CONTRACT FOR ONE (1) OR TWO (2) YEARS (IF BID), AT ITS SOLE DISCRETION. INSURANCE The supplier shall obtain and maintain during the life of the Contract, with an insurance supplier rated not less than A- by A.M. Best, authorized to do business in the Commonwealth of Pennsylvania, the following insurance requirements: Automobile Liability. Bodily injury and property damage liability covering all non-owned and hired automobiles for limits of not less than $1,000,000 bodily injury each person, each accident and $1,000,000 property damage, or $1,000,000 combined single limit - bodily injury and property damage. Bodily injury and property damage liability covering all owned automobiles for limits of not less than $300,000 bodily injury each person, each accident and $300,000 property damage, or $300,000 combined single limit bodily injury and property damage. Commercial General Liability. Bodily injury and property damage liability as shall protect the Supplier and any subcontractor performing work under the Contract, from claims of bodily injury or property damage which arise from operation of the Contract, whether such operations are performed by the supplier, any subcontractor, or anyone directly or indirectly employed by either. The amounts of such insurance shall not be less than $1,000,000 bodily injury each occurrence/aggregate and $1,000,000 property damage each occurrence/aggregate, or $1,000,000 bodily injury and property damage combined single limits each occurrence/aggregate. This insurance shall include coverage for products, operations, personal injury liability and contractual liability, assumed under the indemnity provision of the Contract. Professional Liability. Coverage as shall protect the Supplier and any subcontractor performing work under the Contract, from claims errors and omissions which arise from operation of the Contract, whether such operations are performed by the Supplier, any subcontractor, or anyone directly or indirectly employed by either. The amounts of such insurance shall not be less than $1,000,000 each occurrence/aggregate and $1,000,000 excess liability, each occurrence/aggregate. Worker s Compensation and Employers Liability. The supplier shall meet the statutory requirements of the

4 RFQ# 3012GL PAGE 4 OF 5 Commonwealth of Pennsylvania, $100,000 per accident limit, $500,000 disease per policy limit, $100,000 disease each employee limit. Proof of Insurance. The supplier shall not commence any work in connection with the Contract until it has obtained all of the foregoing types of insurance and proof of such insurance has been approved by County. The supplier shall not allow any subcontractor to commence work on its subcontract until all similar insurance required of the subcontractor has been obtained and approved. Deductibles. The County shall be exempt from, and in no way liable for any sums of money, which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the supplier and/or subcontractor providing such insurance. Additional Insured. Allegheny County and the City of Pittsburgh shall be named as an additional insured for operations or services rendered under the general liability coverage. The supplier s insurance shall be primary of any self-funding and/or insurance otherwise carried by the County and City for all loss or damages arising from the supplier operations under this agreement. Certificates of such insurance will be furnished to the County and City and shall contain the provision that the County and City be given thirty (30) days written notice of any intent to amend or terminate by either the insured or the insuring supplier. Documents. Should any or all of the required insurance coverage be self-funded/self-insured, a copy of the Certificate of Self-Insurance or other documentation from the County Department of Insurance shall be furnished. If any part of the work under the Contract is sublet, the subcontractor shall be required to meet all insurance requirements set forth in the Contract, provided that types and amounts of insurance to be maintained by each subcontractor shall be adjusted to an amount reasonably necessary to cover the risks associated with such subcontractor s role in the project. The parties stipulate that the supplier will maintain each type of insurance set forth above at a coverage level equal to at least half of the amount set forth above for such type of insurance. However, nothing contained herein shall relieve the supplier from meeting all insurance requirements or otherwise being responsible for the subcontractor. No program of self-insurance shall apply to any of the foregoing coverages without prior approval of the County. The successful bidder shall be responsible to require his sub-contractors to comply with all of the insurance requirements of this agreement. The Director may waive or modify any of the insurance requirements at his discretion. The use of the name of a manufacturer or of any special brand or make in describing an item does not restrict bidders to that manufacturer. The means or the method used is simply to indicate the character or quality of the articles desired; however, the articles on which bids are submitted must be of such character or quality that they will serve the purpose for which they are to be used equally as well as that specified. If bidding on other than the make, model or brand specified the manufacturer's name and catalogue reference must be given. ANTI-SWEATSHOP PROVISIONS By executing the proposal document, the Supplier certifies that nothing has come to its attention that would lead it to believe that any of the goods or products provided herein were made under sweatshop conditions, as defined by Part 9, as amended, of Article 903 of the County s Administrative Code (Ordinance Number OR) If the County is presented with information that would lead the County to reasonably believe that the Supplier or its suppliers may be obtaining goods or products for sale, re-sale, lease or rental to the County that where made under sweatshop condition, upon request of the County, the Supplier shall disclose information, data and materials reflecting Supplier s practices as they pertain to the procurement and manufacturing of goods/products in compliance with the Anti-Sweatshop provisions of the County s Administrative Code. Period of Contract: January 1, 2011 through December 31, 2011 with a one (1) year option. 90 day extension from January 1, 2013 thru March 31, 2013 per Glenn Loper via January 15, 2013.

5 RFQ# 3012GL PAGE 5 OF 5 OPTION TO EXTEND The Division of Purchasing and Supplies, reserves the right, upon notice to the supplier, to extend the Contract or any part of the Contract for up to three (3) months, upon the same terms and conditions after the indicated expiration date as described in the Contract. This will be utilized to prevent a lapse in Contract coverage for the goods or services indicated on the Contract, and only for the time necessary to enter into a new Contract. When applicable, an extension notice will be issued defining the exact extension of the Contract; all other terms and conditions of the extended Contract will remain in full force and effect. The County reserves the right to reject any and all quotes, also the right to waive any minor discrepancies in the quotes when deemed to be in the best interest of the County. The County reserves the right to acquire more, less, or none at all of the quantities stated throughout the life of the contract. The County retains the right to terminate this contract upon thirty (30) days written notice. Quote will be returned and unopened if received later than the date and time specified. Return these sheets with prices filled in and signed by the duly authorized officer of your company. Do you agree to make available to the Councils of Government, Municipalities, Authorities and School Districts within Allegheny County, all items contained in this inquiry at the price quoted for the entire Contract Period? (Please be advised as this is a co-operative Inquiry, this optional contract availability is not applicable to the City of Pittsburgh as your act of submitting a quote enables both entities to use the resultant contract.) YES NO Do you agree to make available to all political sub-division and authorities of the Commonwealth of Pennsylvania all items contained in this inquiry at the price quoted for the entire Contract Period? (Please be advised as this is a co-operative Inquiry, this optional contract availability is not applicable to the City of Pittsburgh as your act of submitting a quote enables both entities to use the resultant contract.) YES NO COMPANY NAME: ADDRESS: PHONE NO: FAX NO: CONTACT PERSON: AUTHORIZED SIGNATURE TITLE OF AUTHORIZED SIGNER

6 County of Allegheny City of Pittsburgh DAN ONORATO LUKE RAVENSTAHL COUNTY EXECUTIVE MAYOR On behalf of the City of Pittsburgh DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES 206 COURTHOUSE PITTSBURGH PA Inquiry No. RFQ-3012GL DATE: January 15, 2013 Please quote the lowest prices at which you will furnish and DELIVER F.O.B. Point of Delivery, PRESCRIPTION SAFETY GLASSES SERVICES, ETC in accordance with articles of agreement or any other instructions attached to this inquiry. Quotes will be received until 3:00 P.M on: December, 13, 2010 Quotes should be faxed to the attention of Glenn Loper at * Quotes can be mailed to the following address: Allegheny County Division of Purchasing and Supplies, 436 Grant Street, 206 Courthouse, Pittsburgh PA Attn: Glenn Loper. In arriving at the inquiry price, the quoter shall take into consideration all discounts for cash and all other credits and allowances. Amending the inquiry by quoting a discount or other uncalled for allowances may be cause for rejection of the quote. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ THIS IS IN NO SENSE TO BE CONSTRUED AS AN ORDER ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ ALL ITEMS UNDER THIS INQUIRY MUST BE AMERICAN MADE PRESCRIPTION SAFETY GLASSES SERVICES, ETC THE CITY OF PITTSBURGH IS SOLICITING BIDS FOR SERVICES TO PROVIDE PRESCRIPTION SAFETY GLASSES, TO INCLUDE ALL LENSES, FRAMES ACCESSORIES, AND ACCOUTRIMENTS FOR VARIOUS CITY EMPLOYEES. THE SUCCESSFUL BIDDER WILL BE REQUIRED TO VISIT VARIOUS CITY WORKSITES, MEASURE EMPLOYEES AS NEEDED, MAKE LENSES OF GLASS, PLASTIC AND POLYCARBONATE TO PRESCRIPTIONS PROVIDED BY THE EMPLOYEES, FIT SAID LENSES TO SUCH FRAMES AS MAY BE REQUIRED BY THE CITY, AFFIX PERMANENTSIDE SHIELDS, AND ASSURE BOTH THAT SUCH FRAMES FIT THE AFOREMENTIONED EMPLOYEES, AND THAT PRESCRIPTIONS ARE CORRECTLY PLACED ON LENSES. ITEM ESTIMATED QUANTITY DESCRIPTION Price 1-A 200 each LENSES AND FRAMES: Bidders MUST quote a discount percentage: From all price lists detailed below %

7 RFQ# 3012GL PAGE 2 OF 5 ITEM ESTIMATED QUANTITY DESCRIPTION Price 1-B PRICE LIST NAME, OR NUMBER: Must include pricing for lenses, grinding to prescriptions, frames, accessories, etc. Effective Date: THE AWARD OF THIS CONTRACT SHALL BE BASED ON THE TOTAL COST OF SAFETY GLASSES A DERIVED FROM THE ABOVE DISCOUNTED PRICE LISTS. SEVERAL EXAMPLES OF THIS PROCESS A LISTED BELOW; BIDDERS ARE REQUIRED TO SHOW COSTS FOR EACH BASED ON THE DISCOUN PRICE LISTS. SUCH PRICES SHALL BE CONSIDERED FIRM AND MUST MATCH DISCOUNTED PRICE LIST PRICING. CLASS #1 BOTTOM TIER CERTIFIED SAFETY FRAME WITH PERMANENT SIDE SHIELDS, POLYCARBONATE SINGLE VISION LENSES, WITH EYEGLASS CASE: $ / PAIR CLASS #2 VENDOR SPECIFIED TIER FRAMES W/ SHIELDS, TRI-FOCAL POLYCARB LENSES +: ANTI- SCRATCH COAT+ UV PROTECTIVE COAT+ SUPERTHIN, HI-BALLISTIC LENSES. $ / PAIR BIDDERS MUST APPEND A COMPLETE LIST OF ALL OPTIONS, FRAME GROUPS, COATINGS ETC. INCLUDED IN EACH CLASS ABOVE AND EVERY ITEM MUST BE LISTED AND PRICED INDIVIDUALL EXCEPT WHERE SUCH ITEM IS INCLUDED AT NO CHARGE.(N/C). GAS MASK SPECTACLE KITS each MSA MILLENIUM ADVANTAGE: $ each Gas mask spectacle kit (for insertion into facepiece) Delivery: Standard Delivery, New Safety Glasses: Days Delivery: Standard Delivery, Replacement Frames: Days Period of Contract: January 1, 2011 through December 31, 2011 with a one (1) year option. 90 day extension from January 1, 2013 thru March 31, 2013 per Glenn Loper via January 15, BID SPECIFICATIONS 1. FAILURE TO LIST PRICE LISTS OR PROVIDE DISCOUNTS AS REQUIRED ABOVE SHALL CONSTITUTE CAUSE FOR REJECTION OF BID. ADDITIONALLY, NO CHARGES SHALL BE APPLICABLE OTHER THAN THOSE COVERED BY THE PRICE LISTS AND DISCOUNTS THEREFROM. 2. THE SUCCESSFUL BIDDER SHALL BE REQUIRED TO VISIT VARIOUS CITY SITES ON AN AS NEEDED BASIS, APPROXIMATELY 2-4 TIMES PER YEAR, OR ON SUCH A MUTUALLY AGREED TO SCHEDULE AS MAY BE DEVELOPED. REPLACEMENT GLASSES MAY BE HANDLED BY SUCH OTHER METHODS AS MAY BE AGREED TO AFTER THE COMPLETION OF ANY AND ALL INITIAL FITTING VISITS. 3. IT SHALL BE THE SOLE RESPONSIBILITY OF THE SUCCESSFUL BIDDER TO ENSURE THAT PRESCRIPTION ARE CORRECTLY PLACED AS PER MEDICAL INSTRUCTIONS AND INDUSTRY STANDARDS. 4. THE APPROXIMATE ANNUAL QUANTITIES LISTED ABOVE ARE FOR THE SOLE PURPOSE OF EVALUATING THE LOW BIDDER AND SHALL NOT BE CONSTRUED AS AN

8 RFQ# 3012GL PAGE 3 OF 5 ACCURATE APPROXIMATION OF QUANTITIES TO BE HANDLED UNDER THIS CONTRACT. THE CITY RESERVES THE RIGHT TO USE MORE OR LESS THAN THE QUANTITIES INDICATED. 5. THE MAJORITY OF THE USAGE UNDER THIS CONTRACT WILL BE ADMINISTERED BY THE SAFETY DIVISION OF THE DEPARTMENT OF PERSONNEL & CIVIL SERVICE. EXCEPT WHERE OTHERWISE SPECIFIED. ANY ISSUES WHICH MAY ARISE SHALL BE BROUGHT TO THE ATTENTION OF SAID DIVISION. ISSUES OF A CONTRACTUAL NATURE ARE TO BE REVIEWED WITH THE DEPARTMENT OF FINANCE, BUREAU OF PROCUREMENT. 6. ALL OVERTIME MUST BE PRE-APPROVED IN WRITING BY THE DIRECTOR OF THE USER DEPARTMENT AND/ OR BY THE CITY DEPARTMENT O F PERSONNEL & CIVIL SERVICE, SAFETY DIVISION MANAGER. 7. THE SAFETY DIVISION WILL APPROVE ONE (1) OR MORE FRAMES TO BE USED BY CITY PERSONNEL WHERE USAGE OF SAFETY GLASSES IS REQUIRED. NO EXCEPTIONS TO THE STANDARD FRAMES WILL BE PERMITTED EXCEPT WITH SPECIFIC WRITTEN PRE- APPROVAL OF THE SAFETY DEPARTMENT. 8. THE CITY RESERVES THE RIGHT TO PERFORM SIMILAR WORK UNDER SEPARATE CONTRACTS. 9. THE DIRECTOR OF THE DEPARTMENT OF PUBLIC WORKS, OR REPRESENTATIVES OF DEPARTMENTS ORDERING WORK DONE, SHALL HAVE ACCESS TO THE SHOP AND METHODS OF THE SUCCESSFUL BIDDER AT ANY TIME FOR INSPECTION OF WORK DONE UNDER THIS CONTRACT. 10. THE VENDOR MAY SUBMIT FIRM BIDDING FOR ONE (1) OR TWO (2) YEARS; THE CITY OF PITTSBURGH SHALL HAVE THE RIGHT TO AWARD THIS CONTRACT FOR ONE (1) OR TWO (2) YEARS (IF BID), AT ITS SOLE DISCRETION. INSURANCE The supplier shall obtain and maintain during the life of the Contract, with an insurance supplier rated not less than A- by A.M. Best, authorized to do business in the Commonwealth of Pennsylvania, the following insurance requirements: Automobile Liability. Bodily injury and property damage liability covering all non-owned and hired automobiles for limits of not less than $1,000,000 bodily injury each person, each accident and $1,000,000 property damage, or $1,000,000 combined single limit - bodily injury and property damage. Bodily injury and property damage liability covering all owned automobiles for limits of not less than $300,000 bodily injury each person, each accident and $300,000 property damage, or $300,000 combined single limit bodily injury and property damage. Commercial General Liability. Bodily injury and property damage liability as shall protect the Supplier and any subcontractor performing work under the Contract, from claims of bodily injury or property damage which arise from operation of the Contract, whether such operations are performed by the supplier, any subcontractor, or anyone directly or indirectly employed by either. The amounts of such insurance shall not be less than $1,000,000 bodily injury each occurrence/aggregate and $1,000,000 property damage each occurrence/aggregate, or $1,000,000 bodily injury and property damage combined single limits each occurrence/aggregate. This insurance shall include coverage for products, operations, personal injury liability and contractual liability, assumed under the indemnity provision of the Contract. Professional Liability. Coverage as shall protect the Supplier and any subcontractor performing work under the Contract, from claims errors and omissions which arise from operation of the Contract, whether such operations are performed by the Supplier, any subcontractor, or anyone directly or indirectly employed by either. The amounts of such insurance shall not be less than $1,000,000 each occurrence/aggregate and $1,000,000 excess liability, each occurrence/aggregate. Worker s Compensation and Employers Liability. The supplier shall meet the statutory requirements of the

9 RFQ# 3012GL PAGE 4 OF 5 Commonwealth of Pennsylvania, $100,000 per accident limit, $500,000 disease per policy limit, $100,000 disease each employee limit. Proof of Insurance. The supplier shall not commence any work in connection with the Contract until it has obtained all of the foregoing types of insurance and proof of such insurance has been approved by County. The supplier shall not allow any subcontractor to commence work on its subcontract until all similar insurance required of the subcontractor has been obtained and approved. Deductibles. The County shall be exempt from, and in no way liable for any sums of money, which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the supplier and/or subcontractor providing such insurance. Additional Insured. Allegheny County and the City of Pittsburgh shall be named as an additional insured for operations or services rendered under the general liability coverage. The supplier s insurance shall be primary of any self-funding and/or insurance otherwise carried by the County and City for all loss or damages arising from the supplier operations under this agreement. Certificates of such insurance will be furnished to the County and City and shall contain the provision that the County and City be given thirty (30) days written notice of any intent to amend or terminate by either the insured or the insuring supplier. Documents. Should any or all of the required insurance coverage be self-funded/self-insured, a copy of the Certificate of Self-Insurance or other documentation from the County Department of Insurance shall be furnished. If any part of the work under the Contract is sublet, the subcontractor shall be required to meet all insurance requirements set forth in the Contract, provided that types and amounts of insurance to be maintained by each subcontractor shall be adjusted to an amount reasonably necessary to cover the risks associated with such subcontractor s role in the project. The parties stipulate that the supplier will maintain each type of insurance set forth above at a coverage level equal to at least half of the amount set forth above for such type of insurance. However, nothing contained herein shall relieve the supplier from meeting all insurance requirements or otherwise being responsible for the subcontractor. No program of self-insurance shall apply to any of the foregoing coverages without prior approval of the County. The successful bidder shall be responsible to require his sub-contractors to comply with all of the insurance requirements of this agreement. The Director may waive or modify any of the insurance requirements at his discretion. The use of the name of a manufacturer or of any special brand or make in describing an item does not restrict bidders to that manufacturer. The means or the method used is simply to indicate the character or quality of the articles desired; however, the articles on which bids are submitted must be of such character or quality that they will serve the purpose for which they are to be used equally as well as that specified. If bidding on other than the make, model or brand specified the manufacturer's name and catalogue reference must be given. ANTI-SWEATSHOP PROVISIONS By executing the proposal document, the Supplier certifies that nothing has come to its attention that would lead it to believe that any of the goods or products provided herein were made under sweatshop conditions, as defined by Part 9, as amended, of Article 903 of the County s Administrative Code (Ordinance Number OR) If the County is presented with information that would lead the County to reasonably believe that the Supplier or its suppliers may be obtaining goods or products for sale, re-sale, lease or rental to the County that where made under sweatshop condition, upon request of the County, the Supplier shall disclose information, data and materials reflecting Supplier s practices as they pertain to the procurement and manufacturing of goods/products in compliance with the Anti-Sweatshop provisions of the County s Administrative Code. Period of Contract: January 1, 2011 through December 31, 2011 with a one (1) year option. 90 day extension from January 1, 2013 thru March 31, 2013 per Glenn Loper via January 15, 2013.

10 RFQ# 3012GL PAGE 5 OF 5 OPTION TO EXTEND The Division of Purchasing and Supplies, reserves the right, upon notice to the supplier, to extend the Contract or any part of the Contract for up to three (3) months, upon the same terms and conditions after the indicated expiration date as described in the Contract. This will be utilized to prevent a lapse in Contract coverage for the goods or services indicated on the Contract, and only for the time necessary to enter into a new Contract. When applicable, an extension notice will be issued defining the exact extension of the Contract; all other terms and conditions of the extended Contract will remain in full force and effect. The County reserves the right to reject any and all quotes, also the right to waive any minor discrepancies in the quotes when deemed to be in the best interest of the County. The County reserves the right to acquire more, less, or none at all of the quantities stated throughout the life of the contract. The County retains the right to terminate this contract upon thirty (30) days written notice. Quote will be returned and unopened if received later than the date and time specified. Return these sheets with prices filled in and signed by the duly authorized officer of your company. Do you agree to make available to the Councils of Government, Municipalities, Authorities and School Districts within Allegheny County, all items contained in this inquiry at the price quoted for the entire Contract Period? (Please be advised as this is a co-operative Inquiry, this optional contract availability is not applicable to the City of Pittsburgh as your act of submitting a quote enables both entities to use the resultant contract.) YES NO Do you agree to make available to all political sub-division and authorities of the Commonwealth of Pennsylvania all items contained in this inquiry at the price quoted for the entire Contract Period? (Please be advised as this is a co-operative Inquiry, this optional contract availability is not applicable to the City of Pittsburgh as your act of submitting a quote enables both entities to use the resultant contract.) YES NO COMPANY NAME: ADDRESS: PHONE NO: FAX NO: CONTACT PERSON: AUTHORIZED SIGNATURE TITLE OF AUTHORIZED SIGNER

11 Spec #i3012 MODIFICATION TO CONTRACT NUMBER i3012 THIS MODIFICATION TO CONTRACT NUMBER i3012 in accordance with Allegheny County is entered into as of this 15th day of January, 2013 by and between Shannon Safety Products ( SUPPLIER ) and the COUNTY OF ALLEGHENY ( COUNTY ). RECITALS WHEREAS, SUPPLIER and the COUNTY entered into a contract as of the approval of whereby SUPPLIER agreed to provide certain products and related services; and WHEREAS, SUPPLIER and the COUNTY desire to ratify and confirm the terms of CONTRACT NUMBER i3012 as modified hereby on behalf of SUPPLIER; and NOW, THEREFORE, SUPPLIER and the COUNTY, intending to be legally bound, hereby agree as follows: Modification. CONTRACT NUMBER i3012 is modified as follows: Period of Contract: January 1, 2011 through December 31, 2011 with a one (1) year option. 90 day extension from January 1, 2013 thru March 31, 2013 per Glenn Loper via January 15, IN WITNESS WHEREOF, the parties hereto through their duly authorized officers have executed this Agreement as of the date first written above. SUPPLIER By: Name: Title: COUNTY OF ALLEGHENY By: Name: John Deighan Title: Chief Purchasing Officer

COUNTY EXECUTIVE On behalf of the City of Pittsburgh

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

More information

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

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

More information

COUNTY EXECUTIVE On behalf of the City of Pittsburgh

COUNTY EXECUTIVE On behalf of the City of Pittsburgh RICH FITZGERALD COUNTY EXECUTIVE On behalf of the City of Pittsburgh LUKE RAVENSTAHL MAYOR DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING AND SUPPLIES 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry

More information

DEPARTMENT OF EMERGENCY SERVICES GAS MONITORS AND AIR FLOW CALIBRATORS

DEPARTMENT OF EMERGENCY SERVICES GAS MONITORS AND AIR FLOW CALIBRATORS COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry No. RFQ-3263AD DATE: June 30, 2015 Please quote the lowest prices at which you will

More information

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

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

More information

INFECTIOUS WASTE REMOVAL AND DISPOSAL SERVICE

INFECTIOUS WASTE REMOVAL AND DISPOSAL SERVICE COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry No. RFQ-3145NC DATE: December 11, 2012 Please quote the lowest prices at which you

More information

PORTABLE VIDEO/ SPEAKER SYSTEMS FOR OUTDOOR PARK THEATRES

PORTABLE VIDEO/ SPEAKER SYSTEMS FOR OUTDOOR PARK THEATRES COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219 Inquiry No. RFQ-2809FA This Letter Agreement is made and entered into the 15 th day of October,

More information

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

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

More information

CONTRACTING OPPORTUNITY DESCRIPTION AND APPLICATION FORM

CONTRACTING OPPORTUNITY DESCRIPTION AND APPLICATION FORM Application Number: 30276 CONTRACTING OPPORTUNITY DESCRIPTION AND APPLICATION FORM Title: Goods/Services to be Provided: Optical Services for Prescription Safety Eyeglasses PGW seeks a consultant to provide

More information

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL DATE October 26, 2009 Human Resources DEPARTMENT ORIGINATING DEPT NO. Upon request The Alabama State Port Authority will be accepting bids on the following services or approved equal. Safety frames, prescription

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY DIVISION OF ENGINEERING & CONSTRUCTION

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

More information

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX 20500 EL PASO, TEXAS 79998-0500 GENERAL CONDITIONS OF CONTRACT All Offerors must agree to the conditions as stated without alterations. Proposed

More information

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

SOUTH 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 information

BID PROPOSAL NO. 969 DESCRIPTION: ADRESSABLE AMPLIFIED SPEAKERS

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

More information

Pittsburgh, PA 15213

Pittsburgh, PA 15213 The Board of Public Education of the School District of Pittsburgh Administration Building, 341 South Bellefield Avenue Pittsburgh, PA 15213 Inquiry Number 8796 Sealed bids for material listed herein will

More information

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

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

More information

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

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

More information

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

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

More information

BID # EFI H1625 LED Wide Format Printer Fullerton College

BID # EFI H1625 LED Wide Format Printer Fullerton College BID # 1718-23 EFI H1625 LED Wide Format Printer Fullerton College REQUEST FOR INFORMATION DUE DATE: March 21, 2018 @ 5:00 P.M. BID DUE DATE: March 28, 2018 @ 2:00 P.M. TABLE OF CONTENTS NOTICE OF BID...1

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

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

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS FLOORING PROJECT JAY FOOD DISTRIBUTION STORE AND WAREHOUSE JAY, OK Bid Due Date: August 31, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918)

More information

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

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

More information

Champaign Park District: Request for Bids for Playground Surfacing Mulch

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

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

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

More information

REQUEST FOR QUOTATION

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

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS Membrane Roof and Skylights Bid Due Date: April 27, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST

More information

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

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

More information

RFP GENERAL TERMS AND CONDITIONS

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

More information

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

More information

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

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

More information

STATEMENT OF WORK. Installations, Repair and/or Maintenance of Sewage and Drain Lines. Presque Isle State Park (Erie County)

STATEMENT OF WORK. Installations, Repair and/or Maintenance of Sewage and Drain Lines. Presque Isle State Park (Erie County) STATEMENT OF WORK Installations, Repair and/or Maintenance of Sewage and Drain Lines Presque Isle State Park (Erie County) I. SCOPE OF WORK: The Pennsylvania Department of Conservation and Natural Resources,

More information

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

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

More information

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

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

More information

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL

NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL NEW YORK LIQUIDATION BUREAU REQUEST FOR PROPOSAL DOCUMENT SHREDDING February 26, 2015 The New York Liquidation Bureau ( NYLB ) carries out the responsibilities of the Superintendent of Financial Services

More information

TOWN 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 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 information

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

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

More information

CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT

CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT THIS AGREEMENT is made and entered into on this day of, 20, by and between the CITY OF STOCKTON, hereinafter referred to as "CITY,

More information

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT THE STATE OF TEXAS COUNTY OF GALVESTON CONTRACT FOR - ARCHITECT THIS AGREEMENT, entered into as of this 9TH day of January, 2017, by and between the City of Friendswood, Texas (hereinafter called the CITY

More information

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB: Darlington County is requesting sealed bids for Asphalt Surface Treatment (Triple Treatment Type I) for all (8) eight roads in the Timberchase Subdivision. The roads consist of the following: 1. Timberchase

More information

CITY OF ROMULUS CHAPTER 39: PURCHASING

CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS CHAPTER 39: PURCHASING CITY OF ROMULUS ORDINANCE NO. AN ORDINANCE TO AMEND PORTIONS OF CHAPTER 39 AND TO ADD ADDITIONAL SECTIONS TO CHAPTER 39 OF THE PURCHASING ORDINANCE OF THE CITY OF

More information

Northern Town of La Ronge Box Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE

Northern 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 information

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE SECTION 1: PURPOSE. 1.1 The County of Greene hereby requests proposals from interested

More information

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

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

More information

REQUEST FOR PROPOSAL 3102 TRUCK DRIVING SIMULATOR

REQUEST FOR PROPOSAL 3102 TRUCK DRIVING SIMULATOR REQUEST FOR PROPOSAL 3102 TRUCK DRIVING SIMULATOR Prepared by Community College of Allegheny County Purchasing Department Office of College Services 800 Allegheny Avenue Pittsburgh, Pennsylvania 15233

More information

Insurance Requirements for Contractors

Insurance Requirements for Contractors Insurance Requirements for Contractors I. CONTRACTOR S LIABILITY AND WORKERS COMPENSATION INSURANCE Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries

More information

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

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the removal of wood waste for the Forestry Division Instructions to Bidders 1. An advertisement

More information

ADVERTISEMENT 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 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

Request for Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services

Request for Qualifications RFQ # Continuing Services Contracts for Professional Surveying Services Request for Qualifications RFQ #18-001 Continuing Services Contracts for Professional Surveying Services City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 (407) 656-4111 LEGAL ADVERTISEMENT

More information

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

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

More information

Suite 300 Tenant Improvement

Suite 300 Tenant Improvement BID FORM FOR: Suite 300 Tenant Improvement UNIVERSITY OF CALIFORNIA Office of the President Sacramento, CA 95814 February 19, 2014 BID TO: Pamela Madison, Space Planning Manager University of California,

More information

APPENDIX G WATER DISTRICT MAIN EXTENSION AGREEMENT

APPENDIX G WATER DISTRICT MAIN EXTENSION AGREEMENT APPENDIX G WATER DISTRICT MAIN EXTENSION AGREEMENT MONROE COUNTY WATER AUTHORITY WATER DISTRICT MAIN EXTENSION AGREEMENT This WATER DISTRICT MAIN EXTENSION AGREEMENT ( Agreement ) by the MONROE COUNTY

More information

Housing Authority of the Cherokee Nation REQUEST FOR BIDS HANDICAP RENOVATION

Housing Authority of the Cherokee Nation  REQUEST FOR BIDS HANDICAP RENOVATION Housing Authority of the Cherokee Nation www.cherokee.org REQUEST FOR BIDS HANDICAP RENOVATION Kenneth Henson / Cherokee County Solicitation # 2015-001- 051 Bid Due Date: April 16th, 2015 at 10:00 A.M.

More information

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid

More information

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

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

More information

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL REQUISITION & PROPOSAL DATE 12/17/18 DEPARTMENT ORIGINATING DEPT NO. UPON REQUEST TO: Prospective Bidders Please procure the following and DELIVER TO: P.O. BOX 1588 MOBILE, ALABAMA 36633 ATTN: D.W. Lynd

More information

Sayreville Housing for Seniors Corporation Gillette Manor

Sayreville Housing for Seniors Corporation Gillette Manor Sayreville Housing for Seniors Corporation Gillette Manor 650 Washington Road Sayreville, NJ 08872 732-316-0177 732-721-0062 fax Request for Proposals Door Access Control Upgrades at Gillette Manor Sayreville,

More information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

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

More information

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

More information

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

WATER 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 information

REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386

REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386 2626 Courtland Street Duluth, MN 55806-1894 phone 218.722.3336,fax 218.727.7471, www.wlssd.com Western Lake Superior Sanitary District REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386

More information

INVITATION 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: 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 information

REQUEST FOR BIDS RENOVATION

REQUEST FOR BIDS RENOVATION REQUEST FOR BIDS RENOVATION NATASHA KIRK UNIT ADAIR COUNTY Bids Due: November 7th, 2017 @ 10:00 a.m. Housing Authority of the Cherokee Nation P.O. Box 1007 Tahlequah, OK 74465 1 (918) 456-5482 Housing

More information

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

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

More information

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

PROPOSAL 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 information

Citylink Bus Maintenance Facility Exterior Maintenance

Citylink Bus Maintenance Facility Exterior Maintenance Invitation to Bid Project No. ID-2016-012-00, 2014/2015 Tribal Transit Program Bids will be received by the Citylink Public Transit System at the Citylink Bus Maintenance Facility, located at 420 12 th

More information

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

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

More information

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

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

More information

CITY OF MIAMI OKLAHOMA OFFICE OF THE PURCHASING AGENT

CITY OF MIAMI OKLAHOMA OFFICE OF THE PURCHASING AGENT 1 ` CITY OF MIAMI OKLAHOMA OFFICE OF THE PURCHASING AGENT RFQ (Formal Bid) Bid #C18-37 Annual, Bermuda Sod Oct. 17, 2017 1. Sealed bids will be received by Krista Duhon, Purchasing agent for the City of

More information

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

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

More information

REQUEST FOR QUOTATION

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

More information

Cherokee Nation

Cherokee Nation Cherokee Nation www.cherokee.org REQUEST FOR BIDS Kitchen Remodel Tahlequah, Ok Bid Due Date: June 25, 2018 CHEROKEE NATION P.O. Box 948 Tahlequah, OK 74465 (918) 453-5000 1 CHEROKEE NATION BID REQUEST

More information

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

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

More information

DOCUMENTS TABLE OF CONTENTS. 1. Instructions to Bidders 2. Specifications 3. City and Borough of Sitka Standard Terms and Conditions 4.

DOCUMENTS TABLE OF CONTENTS. 1. Instructions to Bidders 2. Specifications 3. City and Borough of Sitka Standard Terms and Conditions 4. DOCUMENTS TABLE OF CONTENTS 1. Instructions to Bidders 2. Specifications 3. City and Borough of Sitka Standard Terms and Conditions 4. Bid Form INSTRUCTIONS TO BIDDERS SITKA, ALASKA 1. Bidders shall submit

More information

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

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

More information

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES Department of General Services GSPUR-11D Rev. 1/17/03 GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES 1. SUBMISSIONS OF BIDS: a. Bids are requested for the item(s) described

More information

Webb County Purchasing Department

Webb County Purchasing Department Webb County Purchasing Department Invitation to Bid (ITB) Bid 2017-17 Annual Contract for Fire Extinguishers Due: May 09, 2016 before 2:00p.m. Public Notice Notice is hereby given that Webb County is currently

More information

REQUEST FOR QUOTATION RECYCLING OF USED COOKING OIL SWA 16-Q05/SB

REQUEST 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 information

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 February 7, 2017 TO: Prospective Quoters RE: Request for Quotation (RFQ) 17-02 Graphics Material for Buses The Greater Dayton

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B17-08 Patch Cables Date: February 23, 2017 To:

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Boilers and Cooling Towers Equipment Treatment Programs INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire Department of Public Works Boilers and Cooling Towers INVITATION TO BID Sealed bid proposals, plainly marked, Boilers and Cooling Towers Equipment Treatment

More information

APPENDIX A. Main Extension Agreement (MEA)

APPENDIX A. Main Extension Agreement (MEA) APPENDIX A Main Extension Agreement (MEA) Monroe County Water Authority MAIN EXTENSION AGREEMENT This MAIN EXTENSION AGREEMENT (the Agreement ) by the Monroe County Water Authority, a New York public benefit

More information

Proposal No:

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

More information

EXHIBIT G. Insurance Requirements. [with CCIP]

EXHIBIT G. Insurance Requirements. [with CCIP] SECTION 1 GENERAL INSURANCE REQUIREMENTS EXHIBIT G Insurance Requirements [with CCIP] A. CCIP. Contractor has implemented a Contractor Controlled Insurance Program ( CCIP ) to furnish certain insurance

More information

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL REQUISITION & PROPOSAL DATE 9-6-18 DEPARTMENT TO: Prospective Bidders Please procure the following and DELIVER TO: P.O. BOX 1588 MOBILE, ALABAMA 36633 ATTN: D.W. Lynd NAMES OF ARTICLES, SPECIFICATIONS

More information

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE:

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE: KANSAS CITY KANSAS PUBLIC SCHOOLS / USD 500 PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS 66104 WEB SITE: WWW.KCKPS.ORG/PURCHASING PORCELAIN WHITEBOARDS WITH ALUMINUM FRAMES BID NO:

More information

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

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

More information

CITY OF GREENVILLE Danish Festival City

CITY OF GREENVILLE Danish Festival City REQUEST FOR QUOTE GREENVILLE CITY HALL EXECUTIVE OFFICE Work-center PROJECT The City of Greenville is requesting bids for the purchase and installation of one work-center in the City Hall building. Base

More information

CITY OF MIAMI OKLAHOMA OFFICE OF THE PURCHASING AGENT

CITY OF MIAMI OKLAHOMA OFFICE OF THE PURCHASING AGENT 1 ` CITY OF MIAMI OKLAHOMA OFFICE OF THE PURCHASING AGENT RFQ (Formal Bid) Bid #C18-36 Annual, Bulk Oil Tuesday, Oct. 17, 2017 1. Sealed bids will be received by Krista Duhon, Purchasing agent for the

More information

ADDENDUM NO. 1 INVITATION FOR BID B303 ROOF REPAIRS & REPLACEMENT

ADDENDUM 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 information

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County REQUEST FOR BIDS RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County Bid Solicitation: #2018-001-063 Bids Due: July 2, 2018 at 5:00 P.M. Housing

More information

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016

CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco. Contract No Pier 23 Roof Repair. ADDENDUM No. 1 Issued: December 16, 2016 CITY AND COUNTY OF SAN FRANCISCO Port of San Francisco Contract No. 2784 Pier 23 Roof Repair ADDENDUM No. 1 Issued: December 16, 2016 The following clarifications, changes, additions or deletions are incorporated

More information

TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT

TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT TRINITY UNIVERSITY CONSULTING SERVICES AGREEMENT This CONSULTING SERVICES AGREEMENT (this Agreement ) is entered into effective as of, by and between Trinity University, an agency and institution of higher

More information

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE

REQUEST FOR PROPOSALS. Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE REQUEST FOR PROPOSALS Small Business and Commercial Corridor Revitalization Program BUSINESS PLANNING AND FINANCIAL PLANNING ASSISTANCE Issued by the: Economic Development Corporation of the City of Detroit

More information

REQUIRED BID FORMS SECTION

REQUIRED BID FORMS SECTION REQUIRED BID FORMS SECTION The following must be completed and submitted in the order specified with the bid or as instructed in the Notice Inviting Bids: Prime Contractor s Proposal Bid Security Bid Bond

More information

ADVERTISEMENT FOR BID

ADVERTISEMENT FOR BID ADVERTISEMENT FOR BID Lake Charles Harbor and Terminal District 751 Bayou Pines East, Suite P (70601) P.O. Box 3753 Lake Charles, LA 70602 The Lake Charles Harbor and Terminal District (Port of Lake Charles)

More information

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services

Request for Qualifications RFQ # Continuing Services Contracts for Professional Engineering Services Request for Qualifications RFQ #13-001 Continuing Services Contracts for Professional Engineering Services City of Winter Garden 300 West Plant Street Winter Garden, FL 34787 (407) 656-4111 LEGAL ADVERTISEMENT

More information

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR ASPHALTIC CONCRETE MATERIALS FOR HIGHWAY DEPARTMENT DUE BY: March 29, 2017 at 10:00 AM 1.0 Specifications The Highway Department is requesting proposals for asphaltic

More information

Request for Quotation

Request for Quotation Page One Quotation must be received Send quotation to above address Quotation Number: Date No Later Than: Attention of: Print company name and address: Please quote your lowest delivered price of the items(s)

More information

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project # PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #00-00-0000 Page 1 Contract # THIS AGREEMENT, made and entered into this day of, 2014, by and between SPOKANE AIRPORT, by and through its

More information