NEW CASTLE COUNTY Purchasing Division 87 Read s Way New Castle, DE (302)

Size: px
Start display at page:

Download "NEW CASTLE COUNTY Purchasing Division 87 Read s Way New Castle, DE (302)"

Transcription

1 Sealed proposals for: Wastewater Cloth Disk Filters, Bid # will be received until 2:00 p.m., Wednesday, October 8, 2014, in the, New Castle County Government Center,, (Telephone: ). Minority and Women-owned Business Enterprises (MWBE) will be afforded full opportunity to submit proposals, and will not be subject to discrimination on the basis of race, color, national origin, sex, religion, age, disability, or sexual orientation in the consideration of this award. INSTRUCTIONS TO BIDDERS Bid envelopes will carry a clear notation in the lower left quadrant, BID FOR Wastewater Cloth Disk Filters, Bid # Any questions concerning the bid(s) should be directed to the at. Bidders are responsible for obtaining the bid specifications and all addendums from the New Castle County Purchasing website at Fax bids will not be accepted. New Castle County reserves the right to divide the award unless stated otherwise in the specifications. Awards, if any, will be made by the to the lowest and best responsible bidder. The County reserves the right to reject all bids and to waive minor irregularities. NOTE: If required by State of Federal regulations, vendors will provide the M.S.D.S. sheets for the above projects. Pursuant to County Ordinance , , and Delaware State Law, no contract will be awarded to any vendor unless before or in conjunction with the actual award of the contract to such vendor, has submitted proof satisfactory to the County or to the awarding agency, or the designated representative of the County or the awarding agency, as the case may be, that it and each and every subcontractor named by it in its bid, if any, will at the time it submits such proof have valid and effective licenses required by the State and the County, and the political subdivisions, if any, in which the project is located, and the United States government, in order for each of them (i) to do business therein; (ii) to comply with all tax laws thereof; and (iii) to perform the labor and/or supply the material involved in the performance of the contract. Mailing address: New Castle County Government Center 9/10/14 Bid # Page 1 of 21

2 GENERAL A. New Castle County is seeking a bid for quantity two (2) cloth filters, including controls and appurtenances as specified in the attached document. B. Bids will be awarded based on lump sum prices in accordance with the attached requirements. INSURANCE Workers Compensation & Employer s Liability Insurance Vendor shall purchase and keep in force and effect workers compensation insurance that will provide the applicable statutory benefits for all of the vendor s employees who may or do suffer covered injuries or diseases while involved in the performance of their work for the Vendor; and, even if permitted to do so by statute, Vendor shall not reject any workers s compensation insurance option that, in the absence of such a rejection, would be applicable to any of the said employees. The policy providing the workers compensation insurance shall include: (1) broad form all-states coverage; (2) an endorsement that specifically waives any subrogation rights the insurer would otherwise have against New Castle County, its officials or employees. Vendor shall purchase, and keep in force and effect, Employers Liability insurance with maximum limits for each employee of $1,000,000 for each bodily injury by accident, or occupational disease, and $1,000,000 aggregate maximum limits for all bodily injuries by accidents and occupational diseases within the coverage period, regardless of the number of employees who may sustain bodily injuries by accident or occupational disease. Automobile and General Liability Insurance Vendor shall purchase: (1) motor vehicle liability coverage, for owned, hired and non-owned vehicles, covering any and all claims for bodily injury and property damage that arise out of Vendor s performance of work for New Castle County, (2) comprehensive Commercial General Liability (CGL) insurance with limits of no less than $1,000,000 each occurrence and $2,000,000 annual aggregate. The CGL policy shall be extended by endorsement or otherwise to also include (a) coverage for Contractual Liability assumed by Vendor, with defense provided in addition to and separate from policy limits for indemnities of the named insured, (b) coverage for Independent Contractor Liability providing coverage in connection with such portion of the Services being subcontracted prior to any of the Services being subcontracted, in accordance with the terms and conditions of this Agreement, (c) coverage for Broad Form Property Damage Liability, (d) coverage for Personal Injury and Advertisers Liability, (e) products and completed operations. 9/10/14 Bid # Page 2 of 21

3 ( ) Professional Liability Insurance (applicable if checked) Each vendor of professional services for whom this provision is applicable shall provide professional liability insurance with limits of at least $1,000,000 per occurrence and $3,000,000 annual aggregate. All insurance required under this contract except workers compensation, employers liability, and professional liability (if applicable) shall be provided on a policy(s) that specifically names New Castle County, its officials and employees as additional insureds. Each policy shall provide an endorsement that specifically waives any subrogation rights the insurer would otherwise have against New Castle County, its officials or employees. Each policy shall be endorsed to require the insurer to give New Castle County at least thirty (30) days advance written notice of the insurer s intention to cancel, refuse to renew, or otherwise terminate the policy, suspend or terminate any coverage under the policy, or reduce any policy limits, increase any policy deductibles, or otherwise modify or alter any terms or conditions of the policy or renewal issued by the same insurer. Each policy shall be written by a carrier licensed by the State of Delaware to do insurance business of the type involved in the State of Delaware, and which has, and maintains for the life of this contract, at least an A rating from the A.M. Best Agency with Stable outlook. Any change in this rating or outlook must be related to New Castle County by the Vendor or insurance carrier as soon as possible upon learning of same; and the Vendor shall use due diligence with its insurance broker or carrier to keep track of same. All insurance required under this contract except workers compensation, employer s liability and professional liability shall expressly provide that such insurance shall be primary insurance; and any similar insurance in the name of Vendor shall be excess and non-contributing. Deductibles for insurance provided under this contract shall not exceed five percent (5%) of policy limits. BASIS OF AWARD The Division of Purchasing shall award this contract to the lowest responsible and responsive bidder(s) who best meets the terms and conditions of the bid. The award will be made on the basis of price, product evaluation, and prior history of service capability. 9/10/14 Bid # Page 3 of 21

4 ADDITIONS DELIVERY The Division of Purchasing reserves the right to reject any or all bids in whole or in part, to make multiple awards, partial awards, award by types, award by sections, item by item, or lump sum total, whichever may be most advantageous to New Castle County. There is no guarantee that New Castle County will grant to any awardee any request for services and/or products. Pursuant to County Code, New Castle County reserves the right to purchase goods, contractual, and professional services from other governments and cooperative purchasing agreements when it is determined by the Office of Administrative Services to be in the best interest of the County. New Castle County may require other related services, products, and/or equipment not specifically listed including but not limited to Filters and Filter Components. Vendor may be given the opportunity to provide a quote. Should New Castle County deem the quote to be non-competitive, New Castle County reserves the right to seek proposals from other vendors. F.O.B. destination: Various New Castle County locations. FORM OF PROPOSAL Please quote prices on the attached pricing page. Proposal must be signed by an official of the firm. Vendor shall quote lump sum prices for the example of work defined. MSDS If required by State or Federal regulations, the successful vendor must provide the M.S.D.S. sheets to the Risk Management Division and to the requesting department. NOTE It is the intent of New Castle County that minority-owned businesses shall have the maximum feasible opportunity to participate in the performance of contracts in the capacity of prime vendor. 9/10/14 Bid # Page 4 of 21

5 INDEMNITY Vendor shall indemnify, defend, and hold harmless New Castle County from and against any and all claims, demands, suits, judgments, costs, and expenses asserted by a person or persons, including but not limited to, agents, employees, or volunteers of vendor, by reason of death or injury to persons, or loss or damage to property, resulting from operations or use of services, products and/or equipment purchased hereunder, or sustained in or upon the premises of the County. FUNDING OUT MINORITY The continuation of this contract is contingent upon funding appropriated by County Council. Minority and Women-owned Business Enterprises (MWBE) will be afforded full opportunity to submit proposals, and will not be subject to discrimination on the basis of race, color, national origin, sex, religion, age, disability, or sexual orientation in the consideration of this award. SUPPLIER DIVERSITY New Castle County encourages supplier diversity among firms. Please provide information on your firm s effort to encourage supplier diversity in your workforce and in the selection of sub-contractors. DELAWARE LABOR New Castle County encourages the use of Delaware Labor. SPECIFICATIONS AND REQUIREMENTS PART 1 GENERAL 1.1 SCOPE OF WORK A. Furnish all materials, equipment and appurtenances required to provide two (2) cloth disk filters. The filters shall be factory assembled and tested, and ready for operation with all control equipment and accessories as specified herein. 9/10/14 Bid # Page 5 of 21

6 1.2 QUALITY ASSURANCE A. The disk filter manufacturer shall have experience in the design and manufacture of the specified technology for a minimum of five (5) years, and shall be able to demonstrate a minimum of ten (10) installations within the United States in municipal wastewater applications similar to that herein specified. B. The Manufacturer shall provide a written warranty against defects in materials and workmanship. Manufacturer shall warrant the goods provided by the Manufacturer to be free from defects in materials and workmanship under normal conditions and use for a period of one (1) year from the date the goods are put into service. 1.3 DESIGN CRITERIA A. Each filter shall be capable of filtering effluent from an activated sludge process under the following conditions: MGD average daily flow MGD maximum daily flow. B. Filter influent total suspended solids concentration shall be 5 mg/l average and 15 mg/l peak at average daily flow rate. C. Filter effluent total suspended solids concentration shall not be greater than 5 mg/l based on a monthly average. D. The following drawings are included and incorporated as part of the design criteria. Critical dimensions for the cloth filters are noted on the drawings. Suppliers which do not meet the critical dimensions are acceptable only if they prove that their filters will fit within the space allocated; that they provide revised engineering drawings (Sheets 4,5 & 6); and they provide any and all additional material, piping and equipment necessary to accommodate their revised layout. 1. Sheet 4 Filter & UV Building Plan 2. Sheet 5 Filter & UV Building Sections 3. Sheet 6 Filter & UV Building Sections 9/10/14 Bid # Page 6 of 21

7 1.4 SUBMITTALS A. Submit for review four (4) copies shop drawings providing the following: 1. Complete description in sufficient detail to permit a line by line comparison with the specification requirements. 2. Dimensions and installation requirements. 3. Descriptive information including catalog and manufacturer s specifications for major components. 4. Electric schematics and layouts. 5. Hydraulic profile through unit at average and peak flows. i. Performance data which demonstrates that the cloth media is capable of operating at the solids loadings stated in the design criteria. ii. iii. Four (4) hard copies of Operational and Maintenance Manuals. Electronic file(s) of the equipment drawings and the O&M Manual. PART PRODUCTS 2.1 BASIS OF DESIGN A. The equipment described herein is based upon the Model ADFP-54x4E-PC Aqua Disk Filters, manufactured by Aqua-Aerobic Systems, Inc. of Rockford, Illinois, or New Castle County approved equal. All filters must meet or exceed the performance specified herein and to conform to the dimensional requirements as shown on the drawings. B. Each filter unit shall include: 1. Tank assembly 2. Centertube Assembly with Cloth Media Discs 3. Drive Assembly 4. Backwash/Waste System 5. Automatic Valves 6. Electrical Controls with Internal Components as specified. 7. Pressure Transducer 8. Float Switch 9/10/14 Bid # Page 7 of 21

8 9. Vacuum Transmitter C. All motors, pumps, and bearings shall be designed for continuous duty and long operating life in a high humidity atmosphere. All motors and pumps shall be 460 volt, 60 hertz, 3 phase. 2.2 FILTER DISK TANK A. Each tank assembly shall be painted steel. Entire tank construction shall have a minimum thickness of 10 gauge. Each tank shall be provided with an integral solid waste collection manifold. Each tank drain shall be provided with a manually operated brass ball valve, shipped loose. B. The tank finish shall be: 2.3 DRIVE ASSEMBLY 1. Interior - Near white sandblast (SSPC-SP10), painted with Tnemec N69 polyamide epoxy (color safety blue ) 2 coats 4-6 mils each for 8-12 mils DFT. 2. Exterior - Commercial sandblast (SSPC-SP6), painted Tnemec N69 polyamide epoxy (color safety blue ) 2 coats 3-4 mils each, 1 coat Tnemec 175 Endura shield 2-3 mils for 8-11 mils DFT). 3. Or, New Castle County approved equal coating system. A. Each filter shall include an adjustable drive assembly with a gearbox, drive sprocket, drive chain and a 304 stainless steel chain guard. Belt driven systems will not be acceptable. The gearbox shall be parallel in-line helical type, AGMA class 1 with a ½ HP drive motor rated for 460 volt, 3 phase, 60 HZ. The drive sprocket shall be nylon. The chain shall be acetal with 304 stainless steel link pins. Drive assembly shall only rotate disks during backwash. 2.4 CENTER TUBE ASSEMBLY A. Each center tube assembly shall include a minimum 3/16 inch 304 stainless steel center tube weldment, driven sprocket, wheel assemblies, 304 stainless steel disk segment rods and frame and cloth assemblies. Each center tube assembly shall also include a Viton V-Ring effluent port seal. The driven sprocket shall be multi segment made of U.H.M.W. polyethylene. All fasteners shall be 316 stainless steel. 9/10/14 Bid # Page 8 of 21

9 2.5 FILTER CLOTH ASSEMBLIES A. Each tank shall include four (4) cloth disk assemblies. Each cloth disk assembly shall be comprised of six (6) individual segments, each consisting of a cloth media sock supported by an injection molded polypropylene co-polymer frame. Cloth/frame assemblies shall be constructed such that each segment is easily removable from the center tube, without special tools, to allow for removal and replacement of the cloth at the point of installation. Systems requiring special tools and/or the return of media segments to the factory for replacement are not acceptable. B. Cloths shall be of fiber pile construction with polyester backing material having a nominal filtration rating of 10 microns. Granular media and screens having structured identical openings shall not be allowed. The cloth media shall have an active filter depth of 3 to 5 mm to provide additional capture of solids across a broader particle range. The cloth depth shall also provide storage of captured solids, reducing backwash volumes while maintaining an operational headloss. Woven mesh or microstrainer type disk with no filtration depth are not acceptable. C. Each cloth disk assembly shall have a minimum of 53.8 square feet of effective submerged filtration area. Effluent filtration area is defined as only the portion of the disk that is submerged during filtration. Any disk area that is not submerged shall not be considered as effective area. Each disk shall be divided into no more than six (6) segments and shall be easily removable for service. D. During filtration, the filter unit shall operate in a static condition with no moving parts. The filter system shall provide for the collection of filtered solids on the outside of the cloth media surface to allow for the direct contact of cleaning systems. Filtered effluent shall be used for backwashing. The filter flow path shall be from the outside of the disk to the inside. Systems with flow paths from the inside to the outside of the disk are not acceptable. 2.6 BACKWASH A. The backwash function shall incorporate a pump that draws filter effluent through the cloth, thereby removing accumulated solids from the cloth surface. Designs that utilize high pressure spray as the sole means of solids removal are not acceptable. 9/10/14 Bid # Page 9 of 21

10 B. Each backwash/sludge discharge assembly shall include an external piping assembly, backwash system assembly and one backwash pump. The external piping assembly shall include backwash valves, two 3 bronze recirculation ball valves, 3 manually operated bronze gate valve for flow control, 0-30 inches mercury vacuum gauge, pressure gauge. The backwash assembly shall include 304 stainless steel backwash shoe supports with end springs, UHMW backwash shoes, polypropylene quick couplers, wire reinforced flexible hose, and 304 backwash manifold with stainless steel hose clamps and a PVC sludge collection manifold. Valves shall be Nibco, Appollo or approved equal. 1. Vacuum Gauge - The vacuum gauge shall have a minimum 3.5" dial with all stainless steel welded construction, 0-30" Hg vacuum range, liquid filled, 1/4" NPT process connection, 316 stainless steel bourdon tube and tip material, and bronze socket material, Ashcroft or approved equal. 2. Pressure Gauge - The pressure gauge shall have a 2.5" dial with a black painted steel case, 0-30 psi, heat resistant polycarbonate window, 1/4" NPT process connection, C shaped bronze bourdon tube, and brass socket material, Ashcroft or approved equal. C. Filter Backwash Pumps: The backwash pumps shall be a Gorman Rupp model 12B20-B, externally mounted centrifugal pump or a New Castle County approved equal. Pump shall be provided with a 3 HP, 460 volt, 3-phase, 60 HZ motor and operate at a variable RPM. Pump shall be rated for 130 gpm at 47.3 ft TDH. D. Filtering shall not be interrupted during normal backwashing and sludge discharge. E. Each filter shall include two (2), 2-inch backwash valves. Valves shall be 3 piece, grooved end, ASTM A351 Grade CF8M stainless steel body, 316 stainless steel ball and stem, fullport, installed with painted cast iron Victaulic couplings, with a 115 volt, 1 phase, 60 Hz open/close service electric actuator. Valve/actuator combination shall be manufactured by TCI/RCI, Nibco or equal. Valve actuator shall include a compartment heater and thermostat, with limit switch feedback to the microprocessor in both the open and closed positions. F. Each filter shall include one (1), 2-inch waste valve. Valve shall be 3 piece, grooved end, ASTM A351 Grade CF8M stainless steel body, 316 stainless steel ball and stem, fullport, installed with painted cast iron Victaulic couplings, with a 115 volt, 1 phase, 60 Hz open / close service electric actuator. Valve / actuator combination shall be manufactured by TCI 9/10/14 Bid # Page 10 of 21

11 / RCI, Nibco or equal. Valve actuator shall include a compartment heater and thermostat, with limit switch feedback to the microprocessor in both the open and closed positions. 2.7 PRESSURE TRANSMITTER A. Furnish one IFM Effector PX series pressure transmitter unit constructed of stainless steel for each filter. Unit shall monitor the water level in the filter tank. Transmitter shall utilize a ceramic sensing element. Transmitter output shall be a 4-20 ma signal over a 0-100" liquid range. Electrical connection shall be 2-wire, loop powered through a cable comprised of 22 AWG conductors. Transmitter shall be flush mounted to the tank wall. 2.8 HIGH LEVEL FLOAT SWITCH A. A float switch shall be furnished to indicate emerging overflow level. The float switch shall be Anchor Scientific Model GSI 40NONC-STO. The float shall contain a mercury switch, chemical resistant polypropylene casing hermetically sealed and a PVC #18 AWG three conductor cable. Switch rating shall be 4.5 amps non-inductive at 120 Vac VACUUM TRANSMITTER A. The vacuum transmitter shall have stainless steel welded parts and provide a 4-20 ma signal over a range of 1 standard atmosphere to full vacuum. Transmitter shall be an IFM Effector PX series or approved equal SPARE PARTS A. Two (2) frame and cloth assemblies. B. Four (4) filter cloths. C. One (1) backwash/solids valve and actuator. D. One (1) Viton V-ring effluent port\centertube seal CONTROLS A. The automatic and manual controls for operation of the Disk Filter system shall be furnished fully assembled, factory tested, wired and pre-programmed in a NEMA rated and 9/10/14 Bid # Page 11 of 21

12 UL certified control enclosure. Controls shall be provided as described herein. Thecontrol system shall include the following control components and practices: 1. Control Panel Wiring and Assembly a. All control enclosures shall be custom assembled and wired in an Underwriters Laboratories (UL) certified cabinet shop using quality materials and labor. 2. Conduit a. All wiring of pre-assembled and mounted external electrical components to control panels or junction boxes shall be protected with rigid PVC nonmetallic schedule 40 conduit and fittings. Conduit shall be sized for adequate spare capacity. All conduit unions and fittings shall be solvent cemented in accordance with instructions from the manufacturer. All conduit shall be supported every at a maximum interval of 3 feet. 3. Control Panel Quality Assurance a. All Control panels shall be UL certified and tested prior to releasing for shipment shall be completed. b. Upon the successful completion of the control testing of the enclosure assembly, all applicable documentation, i.e., finalized drawing set, signed control checklist cover page, device data sheets, etc., shall be placed in the drawing pocket of the enclosure. 4. Control Enclosure a. The automatic controls shall be provided in a type 4X NEMA rated 304 fiberglass wall mounted enclosure that provides insulation and protection for electrical controls and components from highly corrosive environments indoors and outdoors. Enclosure shall include a 10 gauge mild steel sub-panel mounted with collar studs. 5. Corrosion Inhibitor a. Each control enclosure assembly shall be provided with corrosion inhibitors to protect interior electrical components from damage caused by high humidity. The corrosion inhibitors shall be installed prior to shipment to provide protection during shipment and storage of the enclosure. The corrosion inhibitor shall be Hoffman AHC15E or approved equal. 9/10/14 Bid # Page 12 of 21

13 6. Main Disconnect Circuit Breaker a. An automatic molded case 3-pole disconnect breaker shall be provided in the control enclosure. The primary function of the disconnect switch shall be to provide a means to manually open a circuit and automatically open a circuit under overload or short circuit conditions. The disconnect shall have a door mounted operating mechanism. Power distribution connectors shall be mounted integrally to the circuit breaker for multiple load connections. Integral connectors shall be provided. 7. Power Distribution Fusing a. Properly rated fuses and fuse blocks shall be provided for primary and secondary protection of the transformer and overload protection for each motor starter supplied in the control enclosure. Each fuse shall be equipped with a thermoplastic cover to protect against accidental contact. 8. Transformer a. A step-down multi-tap transformer shall be supplied when there is a necessity to reduce incoming 3-phase power to 120 VAC single phase. The transformer power wire connections (incoming and outgoing) shall be protected with a cover to protect against accidental contact. Primary and secondary fuse protection shall be provided. 9. Circuit Breakers 10. Fuses a. All single-phase branch or supplementary circuits shall be protected with a single-pole, C-Curve rated circuit breaker. The circuit breaker shall also provide the capability of shutting down power to a particular circuit for trouble shooting or service without shutting down the primary power to the enclosure. a. Properly rated fuses and fuse blocks shall be provided for protection of individual control devices (discrete and analog signals) mounted outside of the enclosure. Each fuse shall be housed in a hinged type fuse block to protect against contact with the fuse. 11. Motor Starter 9/10/14 Bid # Page 13 of 21

14 a. A UL listed Self-Protected Combination Motor Controller shall be provided for all motors. The starter shall combine all the functions of a disconnect, circuit breaker, contactor and overload relay in a coordinated motor controller. The starter shall be an NEMA rated starter, provide a minimum 42 ka interrupt rating, a padlockable isolation knob and a 600 VAC insulation rating. Contactor coil voltage shall be rated for 120 VAC. Mechanical-life of 15 million make/break operations. Overload protection shall be class 10 and be ambient compensated. Motor starters shall be Schneider Electric TESYS U or approved equal. 12. Variable Frequency Drive a. UL listed Variable Frequency Drive (VFD) shall be provided to control the backwash pump for the filter. The VFD s shall control motor speed via a manual setting. It functions only as a manual adjustment to the motor speed So that the appropriate backwash rate is provided. The VFD output frequency shall be programmable. The VFD shall be provided in a NEMA Type 20 panel mount packaged and rate for an operating temperature of -4 0 to F. The VFD shall have a 65 ka maximum short circuit rating when protected with an Allen Bradley 140M motor circuit protector of Class CC/J fuse. The VFD shall be Allen-Bradley Power Flex or approved equal. 13. Terminal Blocks a. Standard feed-through screw terminal blocks, DIN rail mounted, shall be supplied for all point to point wiring connections. All terminals shall be numbered per the wiring schematic with printed markers. 14. Control Relays a. Control relays for general control purposes shall be supplied with a pilot light to indicate when the coil is in an energized state. The relay socket shall be panel or DIN rail mounted inside the enclosure. 15. Ground Fault Duplex Receptacle a. A ground fault circuit interrupter (GFCI) duplex receptacle shall be provided for instrument, i.e., programming terminal, Ethernet hub, modem, etc., use only. The receptacle shall be protected with a 5 Amp circuit breaker to prevent usage other than instruments. 9/10/14 Bid # Page 14 of 21

15 16. High Frequency Noise Filter a. An active tracking filter shall be provided to protect the PLC and instrument receptacle power feed from high-frequency noise and low-energy transients. 17. Power Supply a. An industrial grade, compact power supply shall be supplied to provide 24 VDC power to such rated components. The power supply shall be DIN rail mounted and functional with 120 or 230 VAC (single and three phase) incoming control power. The power supply shall have a green LED which shall be illuminated when output voltage is OK. 18. Operator Devices a. Operator devices (pushbutton and selector switches) shall be mounted through the control enclosure door for manual operation of the Filter system. Transformer type pilot lights and illuminated pushbuttons shall be provided for indication of an operation status. 19. Programmable Logic Controller a. Automatic operation of the Filter shall be controlled through a Allen Bradley MicroLogix 1400 programmable logic controller (PLC) mounted inside the main control panel. The PLC components shall consist of a base unit, expansion I/O modules, and memory module. The PLC user memory shall consist of a minimum of 20K words of program and data. All PLC hardware shall be UL listed and operate at an ambient temperature of -4 0 to F. b. The base unit shall house embedded inputs, outputs, power supply, and communication (Ethernet, RS-232, RS-485) ports. The base unit shall also provide the interface to expansion I/O when required by an application. The power supply input range shall be rated for 100 to 240V AC at 47 to 63 Hz with a maximum power consumption of 100 VA. The embedded discrete inputs shall be rated for 120V AC and the discrete (relay) outputs shall be rated for 265V AC/125V DC. Embedded analog I/O shall be voltage (+/- 10V) inputs and outputs. Each I/O point shall have LED status indication. The base unit shall have one (1) RS-232-C serial port, one (1) RS-485 serial port, and one (1) RJ-45 port which supports 10/100 Mbps EtherNet/IP. These ports shall be capable of local and remote programming, troubleshooting and data manipulation. The PLC base unit shall be an Allen Bradley 1766-L32AWAA or approved equal. 9/10/14 Bid # Page 15 of 21

16 c. The expansion digital input module shall have an operating voltage of 79 to 132V AC at 47 to 63 Hz. The module shall have an LED status indication of each point. The digital expansion input module shall be an Allen Bradley 1762-IA8 or approved equal. d. The controller shall be shipped with a memory module for user program and data backup. The memory module shall be an Allen Bradley 1766-MM1 or New Castle County approved equal. e. An Ethernet switch shall be provided inside the control enclosure to provide connectivity between the PLC, operator interface and plant networking. The switch shall support both 10 and 100 Mbit/s operation and provide for store and forward switching mode. The switch shall have five (5) 10/100 base-t f. ports with RJ-45 sockets and shall support auto-crossing, auto-negotiation and auto-polarity. Maximum distance for twisted pair cable shall be 100 meter. The unit shall be DIN rail mounted and require 24VDC/100mA power. Diagnostic LEDs for power, link status, data and data rate shall be provided. The Ethernet switch shall be UL listed and manufactured by Hirchmann/Spider 5TX or approved equal. 20. Human Machine Interface a. The control system shall be equipped with an operator interface that provides control display screens. These screens shall be used by the operator to monitor and control filter status, setpoint and alarm information. b. The interface shall allow the operator access to adjust the following operating parameters: 1. Backwash interval, backwash duration, solids waste interval, solids waste duration, number of backwashes between solids waste interval. The operator interface shall provide information to assist the operator in assessing the status of the filter system. The interface screen shall display, at minimum, the following parameters: 1. Water level in the filter, time since last backwash, time since last solids waste withdrawal, elapsed time on the drive motor, elapsed time on the backwash/waste pump(s), total backwash time and cycles, total solids waste withdrawal time and cycles. 9/10/14 Bid # Page 16 of 21

17 The operator interface shall allow the operator to: 1. Initiate backwash 2. Control all electric actuated valves The interface shall display the alarm history. The alarm history shall include the time and date of the most recent 25 alarms along with the descriptionof the alarm. The interface shall also display current alarms, including the date, time and a description of the alarm. As a diagnostic aid to the operator, the interface shall display the time between backwashes for the most recent 40 backwashes. PART 3 - EXECUTION c. The operator interface shall be a NEMA Type 12, 13, 4X rated, 6.5" diagonal, color touchscreen display with Ethernet and serial communications. The interface shall be a liquid crystal display (LCD). The display type shall be color active matrix thin-film transistor (TFT) with 640x480 pixel resolution. The rate operating temperature shall be 32 0 to F. The operator interface shall be an Allen Bradley PanelView Plus DELIVERY A. Deliver the equipment to the designated New Castle County location. Delivery shall be coordinated with the Chief of Plant Operations. Deliveries are accepted from 7AM to 3PM; Monday through Friday. Unless specifically approved, the equipment shall be supplied in a single delivery. New Castle County will not be responsible for storage and/or coordination of drop shipments or third party shipments. Crating, packaging and delivery vehicle type may require special considerations to accommodate the offloading ability at the New Castle County site. The supplier is responsible for coordination of the delivery means and methods. 3.2 MANUFACTURER S SERVICES A. The equipment manufacturer shall furnish the services of a factory trained representative for a minimum of two (2) trips and five (5) eight-hour days at the jobsite to inspect the equipment installation, supervise the initial operation of the equipment, instruct the plant operating personnel in proper operation and maintenance, and provide process assistance. 9/10/14 Bid # Page 17 of 21

18 B. Issue a manufacturer s field report attesting to conformance with installation and operation specifications. FORM OF PROPOSAL 1. On the attached form. Vendors must complete all pricing information requested and all company information. Bid must be signed by an officer authorized to bind the firm. 2. Bidders must submit all information and documentation as specified herein with their bid. Failure to submit the required information may result in the rejection of your bid. 3. Bidders must identify any exceptions taken to the bid documents. 4. Bidders proposing or equal equipment or components must provide sufficient detail in their proposal to perform a line by line comparison to the bid specifications. PRICING PAGE Quantity (2) cloth filters as referenced in the bid specifications: Lump Sum to supply quantity two (2) cloth filters $ Name of Company 9/10/14 Bid # Page 18 of 21

19 Address Telephone No. Fax No. Signature Federal Tax I.D. No. Printed Name (REQUIRED) Date Exceptions taken to bid specifications? Yes No If yes, provide detailed description of exceptions taken (attach additional sheets as necessary) 9/10/14 Bid # Page 19 of 21

20 NEW CASTLE COUNTY, DELAWARE PROCUREMENT AFFIDAVIT AUTHORIZED REPRESENTATIVE I HEREBY AFFIRM THAT: I am the (title), and I am duly authorized to represent and bind (business) (the Business ), and that I possess the legal authority to make this Affidavit on behalf of myself and the Business for which I am acting. I FURTHER AFFIRM THAT: Neither I, nor to the best of my knowledge, information, and belief, the Business, nor any of its officers, directors, partners, members, affiliates, or any of its employees directly involved in obtaining or performing contracts with public bodies has been excluded from receiving Federal contracts, certain subcontracts, and certain Federal financial and non-financial assistance and benefits, pursuant to the provisions of 31 U.S.C. 6101, note, E.O , E.O , 48 CFR 9.404, and each agency s codification of the Common Rule for non-procurement suspension and debarment. 9/10/14 Bid # Page 20 of 21

21 I DO SOLEMNLY DECLARE AND AFFIRM UNDER THE PENALTIES OF PERJURY THAT THE CONTENTS OF THIS AFFIDAVIT ARE TRUE AND CORRECT TO THE BEST OF MY KNOWLEDGE, INFORMATION, AND BELIEF, AFTER DILIGENT INQUIRY. Date: By: Name: Title: (Authorized Representative and Affiant) 9/10/14 Bid # Page 21 of 21

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, will be received until 2:00 p.m., Wednesday, December 17, 2014, in the Purchasing Division,,, New Castle, DE 19720 (Telephone: 302-395-5250). Minority and Women-owned Business Enterprises

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

NEW CASTLE COUNTY Purchasing Division 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division 87 Read s Way New Castle, DE (302) Sealed proposals for: Various Computer Peripherals, Bid #16A-070 will be received until 2:00 p.m. Wednesday, April 22, 2015 in the, New Castle County Government Center,, (Telephone: 302-395-5250). Minority

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, will be received until 2:00 p.m., Wednesday, September 10, 2014, in the Purchasing Division,,, New Castle, DE 19720 (Telephone: 302-395-5250). Minority and Women-owned Business Enterprises

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for: Records Storage, Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, (302/395-5250) by 2:00 p.m. Wednesday, December

More information

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S.

SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO S. SUPERSTITION MOUNTAINS COMMUNITY FACILITIES DISTRICT NO. 1 5661 S. Ironwood Drive Apache Junction Arizona 85120 Phone (480) 941-6754 Fax (480) 671-3180 www.smcfd.org BID PACKAGE PROJECT 18.C.18 Issue Date:

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) New Castle County is seeking professional psychological service providers to submit priced proposals to provide psychological evaluations/testing as part of the stress reduction and critical incident program

More information

New Castle County Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

New Castle County Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) New Castle County ( County ) is seeking proposals for professional services from Land Survey firms ( Surveyors ) for survey services related to the design and construction of Special Services Projects

More information

NEW CASTLE COUNTY Purchasing Division 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division 87 Read s Way New Castle, DE (302) New Castle County is seeking unpriced proposals for Construction Management- Agency (CMa) services including involvement during the programming and design phases, as well as, oversight and management during

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS Sealed proposals for: Ink and Toner Cartridges, Bid #16A-140R will be received until 2:00 p.m. Wednesday, August 12, 2015 in the, New Castle County Government Center,, (Telephone: 302-395-5250). Minority

More information

BID DOCUMENTS FOR. WTP VFD Replacement Bid

BID DOCUMENTS FOR. WTP VFD Replacement Bid BID DOCUMENTS FOR WTP VFD Replacement Bid CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 September 18, 2018 NOTICE TO BIDDERS WTP VFD REPLACEMENT BID FOR THE CITY OF OWOSSO, MICHIGAN Sealed proposals

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for: Bulletproof Vests, will be received until 2:00 p.m. Wednesday, May 14, 2014 in the, New Castle County Government Center,, (Telephone: 302-395-5250). Minority and Women-owned Business

More information

Faxed & ed responses are not acceptable - Return bid form in a sealed envelope with the bid number noted on the outside.

Faxed &  ed responses are not acceptable - Return bid form in a sealed envelope with the bid number noted on the outside. 4905 East Broadway, D-232 Bid No. B15/9903 Tucson, AZ 85709-1420 Requisition No. R0054391 Telephone (520) 206-4759 Buyer Philip Quintanilla Date 4/22/15 Page 1 Of 4 Bid must be in this office on or before:

More information

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Invitation To Bid for COLOR COPIER Contact: Michael Siegrist Phone: 734 394-5120 E-mail: michael.siegrist@canton-mi.org Date Issued: 10/4/2018 Due Date & Time: 3:00 p.m., Thursday,

More information

REQUEST FOR BID POLE BUILDING CONSTRUCTION

REQUEST FOR BID POLE BUILDING CONSTRUCTION IONIA COUNTY BUILDINGS AND GROUNDS 100 Library Street, Ionia, Michigan 48846 Joe Cusack, Physical Plant Director Office: 616-527-5345 REQUEST FOR BID POLE BUILDING CONSTRUCTION The County of Ionia is accepting

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL REQUEST FOR SEALED BID PROPOSAL OWNER: SAGINAW CHARTER TOWNSHIP PROJECT: OXIDATION DITCH VFD Bids will be received by Saginaw Charter Township at the Wastewater Treatment Plant, located at 5790 W. Michigan

More information

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1 TELEPHONE: 620/694-1970 OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO. 15-149 ADDENDUM NO. 1 July 22, 2015 TO ALL PROSPECTIVE BIDDERS: The Bid Documents for the Bid 15-149, are hereby amended

More information

City of Waukegan 100 N. Martin Luther King Jr. Ave. Waukegan, IL (847) (847) fax BID DOCUMENTS FOR OUTDOOR WARNING SIREN SYSTEM

City of Waukegan 100 N. Martin Luther King Jr. Ave. Waukegan, IL (847) (847) fax BID DOCUMENTS FOR OUTDOOR WARNING SIREN SYSTEM City of Waukegan 100 N. Martin Luther King Jr. Ave. Waukegan, IL 60085 (847)599-2513 (847)360-9744 fax BID DOCUMENTS FOR OUTDOOR WARNING SIREN SYSTEM BID OPENING: July 5 th, 2017 TABLE OF CONTENTS 1) NOTICE

More information

Pump Controllers Industrial / Commercial / Municipal

Pump Controllers Industrial / Commercial / Municipal February 009 1-1 Product Description Eaton s Cutler-Hammer custom Pump Controllers are designed for use in a variety of Industrial, Commercial and Municipal pumping applications from simplex and duplex

More information

ALL TERRAIN SLOPE MOWER

ALL TERRAIN SLOPE MOWER Cecil County Government Purchasing Department Bid #13-14 ALL TERRAIN SLOPE MOWER CECIL COUNTY GOVERNMENT: DEPARTMENT OF PUBLIC WORKS SOLID WASTE DIVISION CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE

More information

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CHAMPAIGN 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 information

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897 The Town of Wilton 238 Danbury Rd Wilton, CT 06897 The Town of Wilton is requesting sealed proposals for the provision of a new potable water supply to Fire House #2 located at 707 Ridgefield Rd, Wilton,

More information

1. Intake Radio Site, (IRS), N, W General Scope: One indoor rack with two hot standby radios and equipment.

1. Intake Radio Site, (IRS), N, W General Scope: One indoor rack with two hot standby radios and equipment. I. General Requirements A. This bid is to furnish and deliver Microwave Communications equipment, as well as support for initial onsite installation utilizing Installation will be done by SFPUC. Installation

More information

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT SPECIFICATIONS AND BID FORMS FOR WESTON SCHOOL DISTRICT BOILER CLEANING MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: # 17-002BOE_

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

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

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

Request for Bids (RFB) For Recycling Facility Compactor and Installation Town of Rockingham, Vermont

Request for Bids (RFB) For Recycling Facility Compactor and Installation Town of Rockingham, Vermont Request for Bids (RFB) For Recycling Facility Compactor and Installation Town of Rockingham, Vermont 1. INVITATION TO BID 1.1 The Town of Rockingham, VT is seeking sealed bids on a 2018 stationary compactor,

More information

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR REPLACEMENT OF HVAC EQUIPMENT AT Highland High School, 1800 Bench

More information

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation Posting Date: April 22, 2013 Response Deadline: May 6, 2013 10:00 a.m. Central Daylight Time (CDT) To: John Machnik,

More information

BID PACKAGE LEGAL NOTICE - BIDS WANTED. Water Well and Pump Related Maintenance and Repair Services GENERAL INFORMATION AND INSTRUCTION

BID PACKAGE LEGAL NOTICE - BIDS WANTED. Water Well and Pump Related Maintenance and Repair Services GENERAL INFORMATION AND INSTRUCTION BID PACKAGE CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 (310) 285-2440 LEGAL NOTICE - BIDS WANTED Water Well and Pump Related Maintenance and Repair

More information

The Hotel Roanoke & Conference Center Invitation for Bid

The Hotel Roanoke & Conference Center Invitation for Bid The Hotel Roanoke & Conference Center Invitation for Bid Date: September 27, 2017 Bid Name: IFB-18-12 Rebuild Chiller #2 Legal Name of Bidder: Bid Opening Date: Wednesday, November 15, 2017 Bid Opening

More information

Glenwood/Bell Street Well Pump and Piping Construction

Glenwood/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 information

CARRY STAINLESS STEEL SUBMERSIBLE TURBINE PUMP CP06 SERIES - 3 PHASE OWNERS MANUAL

CARRY STAINLESS STEEL SUBMERSIBLE TURBINE PUMP CP06 SERIES - 3 PHASE OWNERS MANUAL CARRY STAINLESS STEEL SUBMERSIBLE TURBINE PUMP CP06 SERIES - 3 PHASE OWNERS MANUAL CP06 SERIES - 3 PHASE HIGH VOLUME STAINLESS STEEL VERTICAL TURBINE SUBMERSIBLE PUMP MODEL NUMBER EXPLANATION 2019 MODEL

More information

Response Deadline: May 16th, 2016 MANDATORY WALKTHROUGH May 3rd at 10AM

Response Deadline: May 16th, 2016 MANDATORY WALKTHROUGH May 3rd at 10AM HUNTINGDON AREA SCHOOL DISTRICT REQUEST FOR PROPOSAL High School Camera Issue Date: April 18th, 2016 Response Deadline: May 16th, 2016 MANDATORY WALKTHROUGH May 3rd at 10AM 1.0 INTRODUCTION The Huntingdon

More information

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid

More information

MACOMB COUNTY DEPARTMENT OF ROADS

MACOMB COUNTY DEPARTMENT OF ROADS MACOMB COUNTY DEPARTMENT OF ROADS RFP#-11-02 Issue Date: March 10, 2011 DIRECTOR OF ROADS FINANCE DIRECTOR PURCHASING DIRECTOR Robert Hoepfner, P.E. Michelle M Mykytiak JoAnna K. Strizic Request for Proposal:

More information

SPECIFICATIONS FOR SALE OF INDUSTRIAL AUTOMATION CONTROL SYSTEMS & PLCS REQUEST FOR PROPOSAL 17-06

SPECIFICATIONS FOR SALE OF INDUSTRIAL AUTOMATION CONTROL SYSTEMS & PLCS REQUEST FOR PROPOSAL 17-06 SPECIFICATIONS FOR SALE OF INDUSTRIAL AUTOMATION CONTROL SYSTEMS & PLCS REQUEST FOR PROPOSAL 17-06 Return responses no later than: MONDAY, NOVEMBER 14, 2016 by 2:00PM (EST) to the Attn: Jacksonville Port

More information

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA SITE ADDRESS: BIDS DUE: NEILLS CREEK PARK 3885 NEILLS CREEK RD ANGIER, NC 27501 TUESDAY, APRIL 17th @ 2:00 PM HARNETT

More information

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

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

More information

MUST SUBMIT THIS PAGE WITH PROPOSAL

MUST SUBMIT THIS PAGE WITH PROPOSAL REQUEST FOR BIDS FOR THE CITY OF KEARNEY CEMETERY PUMPING STATION SUBMITTAL DUE DATE: 2:00 p.m., on Tuesday, November 15, 2018 BIDS MUST BE MAILED OR DELIVERED TO: City of Kearney, Attn: Lauren Brandt,

More information

MODIFIED REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR FD Training & Logistics Facility Geothermal Test Well Activity ID

MODIFIED REQUEST FOR PROPOSALS. PROFESSIONAL SERVICES FOR FD Training & Logistics Facility Geothermal Test Well Activity ID CITY OF DES MOINES ENGINEERING DEPARTMENT MODIFIED REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR FD Training & Logistics Facility Geothermal Test Well Activity ID 21-2011-001 1. Purpose: The City of

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

CITY OF ORTING. 110 Train St SE BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS

CITY OF ORTING. 110 Train St SE BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS Project No.: PW PW2018-02 Budget Item: 104-594-36-60-01 Project Name: Cemetery Irrigation Installation (RFP) Table of Contents Invitation to Bid Bidders

More information

BID ADDENDUM DOCUMENT PAGE: 001 BIDDERS YOU MUST SIGN, DATE, AND RETURN THIS ADDENDUM WITH THIER BID.

BID ADDENDUM DOCUMENT PAGE: 001 BIDDERS YOU MUST SIGN, DATE, AND RETURN THIS ADDENDUM WITH THIER BID. BID ADDENDUM DOCUMENT PAGE: 001 CITY AND COUNTY OF SAN FRANCISCO PURCHASING CENTRAL OFFICE - ROOM 43 0 CITY HALL, 1 DR CARLTON B GOODLETT PLACE SAN FRANCISCO, CA 94102 BUYER : HOWARD TEVELSON PHONE : (415)

More information

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017 GENERATOR RFP# PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON MONDAY, DECEMBER 4, 2017 Please mark your sealed envelope RFP # Proposal and deliver to the following address and person: Purchasing Supervisor

More information

HCG PURCHASING CO-OP INVITATION TO BID

HCG PURCHASING CO-OP INVITATION TO BID HCG PURCHASING CO-OP INVITATION TO BID #1186 HOT MIX ASPHALT #1187 HOT MIX ASPHALT EXCAVATION BY COLD PLANER (MILLING) #1188 LINE PAINTING Sealed bids for Hot Mix Asphalt, Hot Mix Asphalt Excavation by

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

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

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

More information

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will

More information

Bridgeville School District

Bridgeville School District Bridgeville School District Request for Quotes revised* Informal quotes for project with estimated value under $15,000 *Revised October 30, 2017 to correct installation complete date deletions shown in

More information

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

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

More information

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

RFP # for Addition to Parks Recreation 190 Facility

RFP # for Addition to Parks Recreation 190 Facility City Of Hammond Purchasing Department RFP # 16-22 for Addition to Parks Recreation Building @ 190 Facility Proposals shall be faxed/emailed/hand delivered to the City Of Hammond, Purchasing Department

More information

2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2.

2. Attachments a) Design Drawings Drawing(s) Revision Revision Date Specifications (T1.1-T2.8) N/A N/A A /06/17 A1.1 N/A N/A A2. contractor ract and Scope of Work 8.812 ract To: contractor: LBA Construction LLC 2733 Ross Clark Circle Dothan, Alabama 36301 Scope: Window Film: Provide and install 7 mil shatter resistant window film

More information

BID DOCUMENTS FOR THERMAL IMAGING CAMERA

BID DOCUMENTS FOR THERMAL IMAGING CAMERA BID DOCUMENTS FOR THERMAL IMAGING CAMERA CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 September 3, 2015 NOTICE TO BIDDERS THERMAL IMAGING CAMERA FOR THE CITY OF OWOSSO, MICHIGAN Bids will be

More information

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

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

More information

TOWN 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 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 information

INSTRUCTIONS TO BIDDERS Thermal Imaging Camera and Equipment

INSTRUCTIONS TO BIDDERS Thermal Imaging Camera and Equipment INSTRUCTIONS TO BIDDERS Thermal Imaging Camera and Equipment Mountain View Fire and Rescue District is the entity issuing this invitation for bids. The District is a municipal corporation and political

More information

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID # INVITATION TO BID PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #2018-20 Issued By: Baker County Board of County Commissioners 55 N. 3 rd St. Macclenny, FL 32063 (904) 259-3613 Website: http://www.bakercountyfl.org

More information

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

INVITATION TO BID Town Hall First Floor Renovation Project, Windsor CT. Town Hall First Floor Renovation Project, Windsor CT. INVITATION TO BID 1. Sealed bids are invited by the Town of Windsor Public Building Commission, Windsor, CT, hereinafter called the Owner, for the Project: "Town Hall First Floor Renovation Project, Windsor

More information

Town of Holly Springs

Town of Holly Springs Meeting Date: March 20, 2018 Town of Holly Springs Town Council Meeting Agenda Form Town Clerk s Office Use: Agenda Item #: 8h Attachment #: 3h Agenda Placement: Consent Agenda (Special Recognitions (awards,

More information

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Invitation To Bid for WIRELESS INTERCOM HEADSET SYSTEM Contact: Deputy Director of Fire Christopher Stoecklein Phone: 734 394-5455 E-mail: christopher.stoecklein@canton-mi.org

More information

BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF ST. CLAIR PROPOSAL FOR NEW FUELING FACILITY AT CAPAC WAREHOUSE

BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF ST. CLAIR PROPOSAL FOR NEW FUELING FACILITY AT CAPAC WAREHOUSE INSTRUCTIONS TO BIDDERS: This Proposal shall be legibly prepared with ink. UNIT PRICES, and LUMP SUM BIDS when called for on the itemized bid sheet, shall be entered with ink, in the Unit Price column.

More information

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

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

More information

List Price Sheet March 28, 2016

List Price Sheet March 28, 2016 List Price Sheet March 28, 2016 Welcome to Clear Water Manufacturing In this booklet you will find products for the water and wastewater treatment industry. Whether you re involved in building water or

More information

List Price Sheet

List Price Sheet List Price Sheet November 2012 Welcome to Clear Water Manufacturing In this booklet you will find products for the water and wastewater treatment industry. Whether you re involved in building water or

More information

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

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

More information

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

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

ADDENDUM #1 RFQ M1201M. 06/07/13 Please replace Chiller Maintenance Specifications with the attached Chiller Maintenance Specifications.

ADDENDUM #1 RFQ M1201M. 06/07/13 Please replace Chiller Maintenance Specifications with the attached Chiller Maintenance Specifications. ADDENDUM #1 RFQ M1201M 06/07/13 Please replace Chiller Maintenance Specifications with the attached Chiller Maintenance Specifications. Please replace M1201M Pricing Proposal with the attached M1201M Pricing

More information

REQUEST FOR QUOTATION (RFQ) TITLE: Kit Carson Emergency Siren Project

REQUEST FOR QUOTATION (RFQ) TITLE: Kit Carson Emergency Siren Project REQUEST FOR QUOTATION (RFQ) RFQ # Q18-04 CLOSING DATE: 4/20/2018 TITLE: Kit Carson Emergency Siren Project CLOSING TIME: 10:00 A.M. (our clock) INTENT Larimer County Purchasing Department, on behalf of

More information

Interconnection of Electric Generators

Interconnection of Electric Generators Interconnection of Electric Generators (GENERATING CAPACITY OF NOT MORE THAN 25 KILOWATTS) Public Utility #1 of Ferry County Republic Washington November 15, 2007 Table of Contents Chapter 1 Purpose and

More information

(1) Standby Commercial Drive Sewer Lift Station Sealed Bid (Bid ) Town of Salem, NH

(1) Standby Commercial Drive Sewer Lift Station Sealed Bid (Bid ) Town of Salem, NH ` (1) Standby Generator @ Commercial Drive Sewer Lift Station Sealed Bid (Bid-2017-025) Town of Salem, NH August 4, 2017 SALEM PURCHASING Christine Wholley, Purchasing Agent 603-890-2090 fax 603-890-2091

More information

NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165

NEW 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 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

BID NO be obtained. must be Rankin. no later. subsequently. addressed or. part; to. make awards. District, Troy, MI 48083

BID NO be obtained. must be Rankin. no later. subsequently. addressed or. part; to. make awards. District, Troy, MI 48083 INVITATION TO BID BID NO. 9827 AQUATIC SPORTS TIMING EQUIPMENT AND INSTALLATION TROY HIGH SCHOOL TROY SCHOOL DISTRICT The Troy School District will receive firm, sealed bids for furnishing, delivering

More information

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

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

More information

STANDARD INTERCONNECTION AGREEMENT FOR INTERCONNECTED CUSTOMER-OWNED BATTERY SUBSYSTEMS 1 KW OR MORE

STANDARD INTERCONNECTION AGREEMENT FOR INTERCONNECTED CUSTOMER-OWNED BATTERY SUBSYSTEMS 1 KW OR MORE STANDARD INTERCONNECTION AGREEMENT FOR INTERCONNECTED CUSTOMER-OWNED BATTERY SUBSYSTEMS 1 KW OR MORE This Agreement is made and entered into this day of, 20, by and between, (hereinafter called "Customer"),

More information

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin Request for Proposals 2018 Erosion Control Project Madison, Wisconsin November, 2018 SECTION TABLE OF CONTENTS PAGE ADVERTISEMENT... A 1 PROPOSAL... P 1 CONTRACT..... C 1 REQUEST FOR PROPOSAL...... 1 6

More information

BID DOCUMENTS FOR STRYKER POWER-PRO XT COT

BID DOCUMENTS FOR STRYKER POWER-PRO XT COT BID DOCUMENTS FOR STRYKER POWER-PRO XT COT CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 September 1, 2016 NOTICE TO BIDDERS STRYKER POWER-PRO XT COT FOR THE CITY OF OWOSSO, MICHIGAN Bids will

More information

REQUEST FOR PROPOSAL (RFP) # ONE TON DUMP BOX / TOOL BOX / BOSS WIRING HARNESS / AND UNDERCARRIAGE POSTING DATE: FEBRUARY 24, 2016

REQUEST FOR PROPOSAL (RFP) # ONE TON DUMP BOX / TOOL BOX / BOSS WIRING HARNESS / AND UNDERCARRIAGE POSTING DATE: FEBRUARY 24, 2016 REQUEST FOR PROPOSAL (RFP) #16-015-30 2016 ONE TON DUMP BOX / TOOL BOX / BOSS WIRING HARNESS / AND UNDERCARRIAGE POSTING DATE: FEBRUARY 24, 2016 RESPONSE DEADLINE: MARCH 14, 2016 2:00 P.M. CENTRAL STANDARD

More information

RECITALS. Now, Therefore, in consideration of the mutual covenants and agreements herein set forth, the Parties do hereby agree as follows:

RECITALS. Now, Therefore, in consideration of the mutual covenants and agreements herein set forth, the Parties do hereby agree as follows: LEE COUNTY ELECTRIC COOPERATIVE STANDARD INTERCONNECTION AGREEMENT FOR CUSTOMER-OWNED RENEWABLE GENERATION SYSTEMS GREATER THAN 100 KW AND LESS THAN OR EQUAL TO 1 MW TIER 3 This Interconnection Agreement

More information

Vendor Information (SECTION TO BE COMPLETED BY VENDOR)

Vendor Information (SECTION TO BE COMPLETED BY VENDOR) SUBMIT BIDS TO: BID TITLE CITY OF TUSCALOOSA PURCHASING OFFICE P.O. BOX 2089 2201 UNIV. BLVD. TUSCALOOSA, AL 35403 TUSCALOOSA, AL 35401 TWO (2) TRASH TRAILER BODIES PAGE 1 OF 6 PAGES INVITATION TO BID

More information

REQUISITION & PROPOSAL

REQUISITION & PROPOSAL DATE: 12/19/17 MCDUFFIE COAL TERMINAL DEPARTMENT ORIGINATING DEPT NO. UPON REQUEST NAMES OF ARTICLES, SPECIFICATIONS AND PURPOSE The Alabama State Port Authority will be accepting proposals on the following

More information

Request for Bid (RFB)

Request for Bid (RFB) Request for Bid (RFB) Boone County Purchasing 613 E. Ash Street, Room 109 Columbia, MO 65201 Robert Wilson, Buyer Phone: (573) 886-4393 Fax: (573) 886-4390 Email: RWilson@boonecountymo.org Bid Data Bid

More information

SOUTHEAST LOUISIANA FLOOD PROTECTION AUTHORITY WEST CONSTRUCTION PROPOSAL FOR WEST JEFFERSON LEVEE DISTRICT

SOUTHEAST LOUISIANA FLOOD PROTECTION AUTHORITY WEST CONSTRUCTION PROPOSAL FOR WEST JEFFERSON LEVEE DISTRICT SOUTHEAST LOUISIANA FLOOD PROTECTION AUTHORITY WEST CONSTRUCTION PROPOSAL FOR WEST JEFFERSON LEVEE DISTRICT WEST JEFFERSON LEVEE DISTRICT BID NO. 209 PROCUREMENT AND INSTALLATION OF CARGO ELEVATOR WEST

More information

CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS (RFP) WIRELESS NETWORK

CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS (RFP) WIRELESS NETWORK CITY OF BIRMINGHAM 151 MARTIN STREET, BIRMINGHAM, MICHIGAN 48009 POST OFFICE BOX 3001, BIRMINGHAM, MICHIGAN 48012 Phone (248) 644-1800/ Fax (248) 644-5614 CITY OF BIRMINGHAM, MICHIGAN REQUEST FOR PROPOSALS

More information

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole Bid Package For Lease of Golf Carts City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN 37864-5500 Phone: (865) 868-1570 Fax: (865) 453-5518 Contact: Nicole Catlett Email: ncatlett@seviervilletn.org

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

INVITATION TO BID (ITB)

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

More information

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST)

More information

SAMPLE SUBCONTRACTOR AGREEMENT

SAMPLE SUBCONTRACTOR AGREEMENT SAMPLE SUBCONTRACTOR AGREEMENT This Agreement, as negotiated herein, is entered into by and between, Subcontractor and, Contractor on this day of, 20. Subcontractor,, agrees to provide the following described

More information

ILLINOIS VALLEY COMMUNITY COLLEGE (Purchasing Department) 815 N. Orlando Smith Ave. Oglesby, Illinois REQUEST FOR PROPOSAL

ILLINOIS VALLEY COMMUNITY COLLEGE (Purchasing Department) 815 N. Orlando Smith Ave. Oglesby, Illinois REQUEST FOR PROPOSAL ILLINOIS VALLEY COMMUNITY COLLEGE (Purchasing Department) 815 N. Orlando Smith Ave. Oglesby, Illinois 61348 REQUEST FOR PROPOSAL June 2, 2008 Illinois Valley Community College PR09-01 Illinois Valley Community

More information

Request for Quotation Page One

Request for Quotation Page One Request for Quotation Page One THIS IS NOT AN ORDER Purchasing Department 1600 Hampton Street, Suite 606 Columbia, SC 29208 (803) 777-4115 Quotation must be received no later than: 10:00 AM Send Quotation

More information

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES Cecil County Government Purchasing Department Bid #13-13 SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES CECIL COUNTY PURCHASING DEPARTMENT 200 CHESAPEAKE

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

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

City Of Hammond Purchasing Department. Request for Pricing: RFP For Construction of Metal Building at 190 Maintenance Yard

City Of Hammond Purchasing Department. Request for Pricing: RFP For Construction of Metal Building at 190 Maintenance Yard 1 City Of Hammond Purchasing Department Request for Pricing: RFP 15-42 For Construction of Metal Building at 190 Maintenance Yard Proposals shall be faxed/emailed/hand delivered to the City Of Hammond,

More information

BID DOCUMENTS FOR ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT

BID DOCUMENTS FOR ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT BID DOCUMENTS FOR 2016-2017 ACCU-TAB SL CAL HYPO TABLETS FOR USE IN WATER TREATMENT CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 May 16, 2016 NOTICE TO BIDDERS 2016-2017 ACCU-TAB SL CAL HYPO

More information