SURPLUS PROPERTY SALE

Size: px
Start display at page:

Download "SURPLUS PROPERTY SALE"

Transcription

1 RETURN BIDS TO: CITY OF TACOMA REQUEST FOR BID BID NO.: PG N PURCHASING DIVISION BUYER: Chuck Blankenship Tacoma Public Utilitities Admin. Building N. PHONE: South 35th St. FAX: Tacoma, WA DATE: March 3, 2015 SURPLUS PROPERTY SALE BIDS will be received until: 11:00 a.m., Wednesday, March 18, 2015 FOR: Purchase of items listed below. Weights and quantities are estimated. Items will be sold as-is and where-is, and in accordance with instructions attached hereto. Freight costs and arrangements are the responsibility of the bidder. Bids must be submitted on this form. GOOD FAITH DEPOSIT REQUIRED: YES NO LOCATION OF SURPLUS PROPERTY: 3628 South 35 th St Tacoma WA VIEWING CONTACT: Jeromy Adams , the undersigned hereby agrees to purchase items as indicated below, at prices shown for each: QUANTITY DESCRIPTION UNIT PRICE TOTAL ALL PRICES QUOTED SHALL BE F.O.B. ORIGIN 1 Lot Surplus Distribution Transformers. (See attached detailed listing). _XXXXX_ LOT $ Vendor confirms that all transformers will be removed within 60 days of notice that all documentation is complete and equipment is available for pick-up: Sales Tax: $ YES NO Total: $ Only firms that have been pre-approved by the City of Tacoma for their abilities to properly manage residual levels of PCB's will be allowed to bid. * SOLD AS IS - WHERE IS * This Sale May be Subject to Council or Utility Board Approval GOOD FAITH DEPOSIT: Find attached deposit in the form of Certified or Cashier's check in an amount not less than five (5) percent of the total bid (cash not accepted). Check No.: N/A Date: N/A Amount: $N/A Bidder certifies that this purchase is for resale in the regular course of business, or is to be used as an ingredient or component part of a new article of tangible personal property to be produced for sale, or is a chemical to be used in processing an article to be produced for sale. Resale No.: If not applicable, Washington State sales tax will apply and will be added to the bid amount. Signed: (Authorized Signature as required) The Undersigned hereby agrees to purchase any or all items described above in accordance with conditions and instructions contained in this bid call: Bidder: Address: Printed Name/Title Signed: City/State/Zip: Phone: Fax: Date: PG N 1

2 Bid Submittal Checklist Your bid proposal must be received in the Purchasing Division by 11:00 a.m., Wednesday, March 18, Faxed bid submittals are acceptable. The following items make up your bid submittal package: 1. Completed Request For Bid Page Failure to comply may result in your bid being declared non-responsive and rejected. Documents required after award: Payment Proof of Insurance Hold Harmless Form Resellers Certificate, if applicable PG N 2

3 Submittal Information CITY OF TACOMA GENERAL INSTRUCTIONS FOR BIDDING ON SURPLUS PROPERTY Bids must be delivered to the office designated on the attached form, on or before the time mentioned thereon. Any bid received after the established opening time will not be considered, and will be returned to the bidder unopened. Faxed bids are acceptable. When specified by the City, bids must be accompanied by a Certified or Cashier's check as a bid and performance guarantee (good faith deposit) in an amount not less than five percent (5%) of the amount of the bid, made payable to "Treasurer, City of Tacoma." Cash will not be accepted. Deposit checks will be returned to unsuccessful bidders after award of the bid to the successful bidder. The deposit of successful bidder shall be applied to the purchase price. If the successful bidder fails to consummate the purchase, such deposit shall be forfeited as liquidated damages to the City of Tacoma. Bids must be valid for a minimum of 30 days after the opening date. Bidders may inspect the items offered for sale at the location indicated on the attached form. Please contact Jeromy Adams at to schedule a viewing. The City reserves the right to reject any or all bids received, to award any or all of the various items to separate bidders, to waive any informalities in the bids, and to award as best serves the interest of the City. Only firms that have been pre-approved by the City of Tacoma for their abilities to properly manage residual levels of PCB's will be allowed to bid. To be added to the pre-approved list and be able to bid on future surplus distribution transformer opportunities please contact Jeromy Adams at Disclaimer of Warranty All items are sold AS-IS and WHERE-IS, with all faults. The Seller makes no warranty, express or implied with respect to the condition of the goods. SELLER SPECIFICALLY DISCLAIMS ANY AND ALL UCC WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. Quantities/Payment Unless otherwise indicated, quantities and/or weights are estimates only. Buyer shall not be entitled to any price adjustment in the event of variance in the estimated quantity. The total sale amount will be based on the unit prices quoted and the total quantity or weight as determined by scale weight at the time material is picked up. Within one week from date of notification of award, the successful bidder must make payment in full for all items awarded. Payment for metals or other items that must be weighed shall be based on the estimated quantities as shown in the bid call, with final payment adjustment to be made based on actual weights picked up as ascertained by the scale tickets. All payments are to be by Certified or Cashier's check, made payable to "Treasurer, City of Tacoma." Any material, equipment or other items bid upon must be removed by the successful bidder within one week from date of notification of award, unless stated otherwise under special instructions. Material bid on may be added to by like material through normal course of operation of the City of Tacoma between the time of the bid opening and the time the salvage is picked up. However, all material in any designated bin or location must be removed during the normal course of pick-up by the successful bidder. The successful bidder will be required to pay Washington State sales tax, unless he/she is a qualified dealer, in which case he/she must furnish his/her resale number, as indicated on the bid form. Hazardous/Toxic Substances The Buyer shall abide by all local, state and federal laws and regulations pertaining to the use, transport, handling, reclamation, and disposal of hazardous or toxic substances, including but not limited to the following: The Toxic Substance Control Act; the Resource Conservation and Recovery Act; the Comprehensive Environmental Response, Compensation and Liability Act; the Hazardous Materials Transportation Act; the Hazardous Waste Management Act; the Occupational Safety and Health Act; and the Washington Industrial Safety and Health Act. Indemnification - Hold Harmless Purchaser acknowledges that pursuant to the terms of this agreement, Purchaser is totally responsible for the safety of all persons and property in the performance of this contract. Purchaser assumes the risk of all damages, loss, cost, penalties and expense and agrees to indemnify, defend and hold harmless the City of Tacoma, from and against any and all liability which may accrue to or be sustained by the City of Tacoma on account of any claim, suit or legal action made or brought against the PG N 3

4 City of Tacoma for the death of or injury to persons (including Purchaser's or subcontractor's employees) or damage to property involving Purchaser, or subcontractor(s) and their employees or agents, or for any other cause arising out of and in connection with or incident to the performance of the contract except for injuries or damages caused by the sole negligence of the City. In this regard, Purchaser recognizes that Purchaser is waiving immunity under Industrial Insurance Law, Title 51 RCW. This indemnification extends to the officials, officers and employees of the City and also includes attorney's fees and the cost of establishing the right to indemnification hereunder in favor of the City of Tacoma. PG N 4

5 CITY OF TACOMA Indemnification--Hold Harmless SURPLUS PROPERTY DISPOSAL/SPECIFICATION NO. PG N FROM (Dept): Generation TO (Purchaser/Recipient): Purchaser/Recipient acknowledges that pursuant to the terms of this agreement, Purchaser/Recipient is totally responsible for the safety of all persons and property in the performance of this contract. Purchaser/Recipient assumes the risk of all damages, loss, cost, penalties and expense and agrees to indemnify, defend and hold harmless the City of Tacoma, from and against any and all liability which may accrue to or be sustained by the City of Tacoma on account of any claim, suit or legal action made or brought against the City of Tacoma for the death of or injury to persons (including Purchaser/Recipient s or subcontractor s employees) or damage to property involving Purchaser/Recipient, or subcontractor(s) and their employees or agents, or for any other cause arising out of and in connection with or incident to the performance of the contract except for injuries or damages caused by the sole negligence of the City. In this regard, Purchaser/Recipient recognizes that Purchaser/Recipient is waiving immunity under Industrial Insurance Law, Title 51 RCW. This indemnification extends to the officials, officers and employees of the City and also includes attorney s fees and the cost of establishing the right to indemnification thereunder in favor of the City of Tacoma. ITEM: (1) Lot of Surplus Distribution Transformers $ PURCHASER/RECIPIENT: ADDRESS: CITY & STATE: ZIP CODE PHONE: NAME: DATE: SIGNATURE: All items are sold/donated/salvaged AS-IS and WHERE-IS, with all faults. Freight costs and arrangements are the responsibility of the bidder. The City of Tacoma makes no warranty, express or implied, with respect to the condition of the goods. The City of Tacoma specifically DISCLAIMS ANY AND ALL UCC WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. PG N 5

6 INSURANCE CERTIFICATE REQUIREMENTS Please furnish the Purchasing Division with a Certificate of Insurance with the following liability limits based on the contract amount: CONTRACT AMOUNT LIABILITY LIMITS $ 25,000 and Under $ 500,000 Combined Single Limit $500,000 and Under $1,000,000 Per Occurrence / $2,000,000 Aggregate Over $500,000 $5,000,000 Total Coverage A. Umbrella excess liability may be used to reach the limits stated above. Coverage must include: 1. Comprehensive General Liability 2. Automobile Liability - Hired and Non-Owned 3. Contractual Coverage 4. Broad Form Property Damage 5. Underground Explosion and Collapse Hazard (if necessary by the nature of the work) 6. Any additional coverage specifically required by the City's specification B. The following general requirements apply: 1. Insurance carrier must be authorized to do business in the State of Washington. 2. Coverage must include personal injury, protective and employer liability. 3. Contractor must provide with the certificate (a) evidence of the amount of any deductible or self-insured retention under the policy, and (b) policy endorsement(s) that verify compliance with the additional insured and the primary/non-contributory requirements specified in Section C. 1 and C. 2. below. 4. It is the contractor's responsibility to keep an up-to-date Certificate of Insurance on file with the City throughout the contract. 5. Contractor s insurance must be primary and non-contributory over any insurance the City may maintain, that is, any such City insurance shall be excess to limits stated in the certificate. C. The following statements are required on the Certificate of Insurance: 1. "The City of Tacoma is named as an additional insured" ("as respects a specific contract" or "for any and all work performed with the City" may be included in this statement). 2. "This insurance is primary and non-contributory over any insurance or self-insurance the City may have" ("as respects a specific contract" or "for any and all work performed with the City" may be included in this statement). 3. "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice to the Certificate Holder named." Language such as, endeavor to mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. See example below. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS The below listed certificated holder is added as an additional insured as respects any and all work performed with the City (or as respects project ). This insurance is primary over any insurance or self-insurance the City may have for any and all work performed with the City (or as respects project ). CERTIFICATE HOLDER ADDITIONAL INSURED; INSURER LETTER: CANCELLATION CITY OF TACOMA PO BOX TACOMA WA Should any of the above described policies be cancelled before the expiration date thereof, the issuing company will endeavor to mail 30 days written notice to the certificate holder named to the left, but failure to do so shall impose no obligation or liability of any kind upon the company, it s agents or representatives. Insurance-Standard Revised 04/24/12 PG N 6

7 General Information and Technical Information Surplus Distribution Transformers Specification No.: PG N Scope of Bid Tacoma Public Utilities (TPU), Tacoma Power, is soliciting bids for the sale of one lot of Distribution Transformers that shall be made up of Load 4, Load 5, Load 6, Load 7, and Load 9. Pricing Prices shall be FOB origin, AS-IS WHERE-IS. The Lot bid price shall be full and complete compensation for all of the distribution transformers. Any and all costs associated with moving the transformers shall be borne by the awarded bidder. Cost to Prepare Proposal Tacoma Power will not be liable for any cost incurred by the Bidder in preparation of a bid proposal submitted in response to this Request for Bids. Bid Evaluation Criteria The contract will be awarded to the highest responsive, responsible bidder complying with the specifications, provided such bid is reasonable and it is in the best interest of Tacoma Power. All other elements or factors, which are not specifically provided for in the contract, which would affect the final cost to and benefits to be derived by TPU, will be considered in determining the award of this contract. The final award decision will be based on the best interests of Tacoma Power Pick-Up Pick-up shall be FOB origin, AS-IS/WHERE-IS. No surcharge will be allowed. Awarded vendor is responsible for all costs related to moving the transformers. Payment Payment, including Washington State Sales Tax (if applicable), must be received prior to moving the transformers from Tacoma Power s property. All payments must be paid to Tacoma Power within ten (10) business days from notification of award. Payments shall be in the form of a certified or cashier s check. Insurance Vendor is required to provide and keep current insurance per City of Tacoma requirements.

8 The City of Tacoma is surplusing the following lot of distribution transformers: PG N 7

9 Tacoma Public Utilities Surplus Utility Equipment Inventory Division: Power Type of Equipment: Distribution Transformers Number or Amount of Equipment: 410 Legend: Manufacturer: ABB ABB Corp, ABC A.B. Chance, BS Balteau-Standard, CEN Central, CM Central Maloney, COR Cortr, CTC CTC Corp, DOW Dowzer Electric, DS Delta Star, EC EC Corp, ESC Esco, FED Federal-Pacific, FP Ferranti-Packard, FTW FT Way, GAR Gardner, GE General Electric, HDE Hevi-Duty Electric, HIL Hill, HKP H.K. Porter, HOW Howard Ind., KUH Kuhlman, LAR Larkin, LM Line Material, MAG Magnatek, ME McGraw-Edison, MIL Mille, MOL Moloney, NI Nissho Iwai, NW Northwest, PEN Pennslyvania, PIO Pioneer, PIT Pittsburg, RAP Rapid, RTE RTE Corp, SOR Sorgel, SPO Spokane, SQU Square D, STA Standard, TCL Tacoma City Light, TIE Tierney, WAG Wagner, WEA Weaver, WES,W Westinghouse, WOL - Wolf PG N 8

10 Type: IN Indoor, NW Network, OH Overhead, PD Padmount, RO Regulated Output, UG Underground, ST Station Type, VT Vault Type The attached inventory of distribution transformers is located at Tacoma Power s Administrative facility at: 3628 South 35 th Street Tacoma, WA All transformers must be removed by the winning bidder within 60 days of notice that all documentation is complete and the equipment is available for pickup. Purchaser must give 2 full business days notice prior to scheduling a pickup by calling Jeromy Adams at to ensure that personnel and equipment are available to load the transformers. Failure to meet these requirements may be grounds for removing purchaser from the approved surplus transformer bidders list. Bidders must acknowledge their ability to remove the equipment within 60 days with their bid documents. PG N 9

11 2014 LOAD 4 CITY MID Manufacturer WES 79JG $779 7/13/ PD < WES 79JG $779 7/17/ PD < HOW $943 12/1/ PD < WES 80JG $1,118 7/16/ PD < WES 80JG $1,118 7/14/ PD < WES 80JG $1,118 7/14/ PD < WES 79JG $779 7/18/ PD < WES 79JG $779 7/18/ PD < WES 79JG $779 7/10/ PD < RTE $788 4/5/ PD <1 1 X WES 86JL $1,690 11/24/ PD Manf < STA PID-2099 $974 5/6/ PD X WES 75M $877 2/1/ PD <1 1 X STA PJD-1620 $848 4/1/ PD <1 1 X WES 81JH $1,212 8/20/ PD < WES 75M $877 12/1/ PD <1 1 X RTE /1/ PD FC pg.4 <2 1 X RTE $788 4/5/ PD <1 1 X RTE $751 12/28/ PD <1 1 X RTE $788 4/5/ PD <1 1 X ME 74ZJ $708 10/1/ PD <1 1 X RTE $686 5/1/ PD < RTE $686 5/1/ PD < RTE $788 3/28/ PD <1 1 X 25 DISPOSAL COMPANY ACQUISITION VALUE ROW 1 $20,653 WEIGHT ROW 1 14,380 lbs. ROW 1 Page 1 of 1 PG N 10

12 DISPOSAL COMPANY 2014 LOAD 4 ROW 2 CITY MID Manufacturer WES 85JF $1,198 6/24/ PD Manf < WES 87JD $1,135 4/6/ PD Manf < WES 81JH $1,212 8/20/ PD < RTE $788 4/5/ PD <1 2 X RTE $788 3/28/ PD <1 2 X RTE $788 3/28/ PD <1 2 X WES 79JG $779 7/24/ PD < STA PEF-4046 $1,036 8/1/ PD <1 2 X WES 87JM $1,013 12/28/ PD Manf < RTE $788 4/5/ PD <1 2 X WES 79JG $779 7/12/ PD < WES 79JG $779 7/18/ PD < HOW $943 12/1/ PD < RTE $788 4/5/ PD <1 2 X WES 79JG $779 7/12/ PD < RTE $788 3/28/ PD <1 2 X WES 79JG $779 7/24/ PD < HOW $1,016 12/1/ PD <1 2 X HOW $1,320 4/7/ PD < ABC 78J57946 $953 10/1/ PD < WES 81JH $1,212 8/20/ PD < WES 80JG $1,118 7/23/ PD < HOW $961 3/18/ PD < HOW $1,320 4/7/ PD < Page 1 of 1 ACQUISITION VALUE ROW 2 $23,060 WEIGHT ROW 2 14,318 lbs. PG N 11

13 DISPOSAL COMPANY 2014 LOAD 4 ROW 3 CITY MID Manufacturer ABB 91J $1,138 2/13/ PD MANF < HOW $1,450 3/12/ PD MANF < ME 73ZL $1,030 8/1/ PD <1 3 X WES 75M $680 1/1/ PD <1 3 X STA PIE-2170 $974 5/10/ PD X WES 75M $680 12/1/ PD <1 3 X WES 75M $680 12/1/ PD <1 3 X WES 79JG $779 7/24/ PD < ME 74VA $837 2/1/ PD <1 3 X RTE $788 4/5/ PD <1 3 X RTE $788 3/28/ PD <1 3 X HOW $1,128 8/10/ PD MANF < RTE $1,034 6/1/ PD < ABC 76D /1/ PD FC pg. 16 <2 3 X WES 75M $680 12/1/ PD <1 3 X STA PEG-4392 $732 1/1/ PD <1 3 X ME 75VN44A012 $720 12/1/ PD WES 80JG $1,118 8/5/ PD < ME 73ZL $1,030 8/1/ PD <1 3 X ME 73ZL $1,030 8/1/ PD <1 3 X RTE $788 4/5/ PD <1 3 X RTE $788 4/5/ PD <1 3 X WES 79JG $779 7/13/ PD < WES 79JG $779 7/18/ PD < ACQUISITION VALUE ROW 3 $20,430 Page 1 of 1 WEIGHT ROW 3 15,642 lbs. PG N 12

14 TOTAL ACQUISITION VALUE $64,143 TOTAL LOAD WEIGHT 44,340 lbs. PG N 13

15 2014 LOAD 5 DISPOSAL COMPANY ROW 1 CITY MID Manufacturer DS W $1,180 8/1/1971 2, PD < SPO C $1,630 4/1/1968 1, PD X GE L451987T74A $1,579 5/1/1974 1, PD < RTE $3,096 5/1/1968 3, PD RTE $2,744 6/1/1968 2, PD < RTE $3,181 1/1/1976 2, PD <1 1 X GE L451996T74A $1,579 6/1/1974 1, PD <1 1 X RTE $1,831 9/1/1968 2, PD RTE $1,831 12/1/1968 2, PD < ABB 92J $3,455 9/3/1992 1, PD Manf < WES 79JL $1,908 11/13/1979 1, PD < WES 82JE $11,815 8/1/1982 5, PD < DS W $1,291 8/1/1971 2, PD <1 1 X WES 79JL $2,944 11/19/1979 2, PD < DS W $1,291 10/1/1971 2, PD <1 1 X ACQUISITION VALUE ROW 1 $41,355 Page 1 of 1 TOTAL LOAD WEIGHT 35,240 lbs. PG N 14

16 DISPOSAL COMPANY 2014 LOAD 6 ROW 1 CITY MID Manufacturer Page 1 of RTE $362 5/16/ OH <1 1 X RTE $1,248 12/1/ OH <1 1 X RTE $427 8/22/ OH <1 1 X RTE $1,157 8/20/ OH <1 1 X CM $415 7/3/ OH < RTE $290 10/1/ OH <1 1 X AC $331 5/1/ OH X FP $395 11/1/ OH <1 1 X AC $271 4/1/ OH NW /1/ OH FC pg.7 <2 1 X NW 5W45471 $ OH WES 65AG635 $217 9/1/ OH < CM $592 11/14/ OH <1 1 X RTE $434 6/30/ OH <1 1 X KUH $677 12/1/ OH < WAG $174 5/1/ OH <1 1 X RTE $362 12/6/ OH <1 1 X WAG $174 6/1/ OH <1 1 X RTE $290 8/1/ OH <1 1 X RTE $362 5/16/ OH <1 1 X RTE $326 8/1/ OH <1 1 X WAG $279 2/1/ OH <1 1 X RTE $326 8/1/ OH <1 1 X RTE $326 8/1/ OH <1 1 X AC $164 6/10/ OH <1 1 PG N 15

17 2014 LOAD 6 DISPOSAL COMPANY ROW 1 CITY MID Manufacturer RTE $290 5/1/ OH <1 1 X KUH $670 8/3/ OH < STA PEG-4546 $320 7/1/ OH <1 1 X WAG $279 12/1/ OH <1 1 X WAG $279 7/1/ OH <1 1 X FP $395 12/1/ OH X GE N YEW $777 5/19/ OH <1 1 X AC $216 5/1/ OH AC $267 11/29/ OH WAG $268 5/1/ OH <1 1 X WES 63D4357 $402 6/1/ OH X Page 2 of 2 ACQUISITION VALUE ROW 1 $13,882 PG N WEIGHT ROW 1 11,458 lbs. 16

18 2014 LOAD 6 DISPOSAL COMPANY ROW 2 CITY MID Manufacturer Page 1 of AC $193 10/1/ OH <1 2 X WAG $268 5/1/ OH <1 2 X LM HV $315 6/1/ OH <1 2 X WAG $279 9/1/ OH <1 2 X LM G47J4718 $485 1/8/ OH <1 2 X DS W $176 8/4/ OH <1 2 X GE N531408YLUA $1,634 1/7/ OH < RTE $559 10/5/ OH <1 2 X GE N YJW $786 9/1/ OH <1 2 X GE N YJTA $558 9/10/ OH < RTE $293 4/1/ OH <1 2 X WAG $268 1/1/ OH <1 2 X WAG $279 7/1/ OH <1 2 X FP $428 9/1/ OH <1 2 X RTE $303 1/1/ OH <1 2 X AC $331 4/1/ OH RTE $303 1/1/ OH <1 2 X RTE $303 1/1/ OH <1 2 X DOW 81D $923 9/15/ OH <1 2 X WAG $279 11/1/ OH <1 2 X CM $415 7/3/ OH < RTE $434 10/11/ OH <1 2 X HOW $812 4/27/ OH Manf < CM $589 7/31/ OH Manf <1 2 X DS W $176 6/1/ OH X PG N 17

19 DISPOSAL COMPANY 2014 LOAD 6 ROW 2 CITY MID Manufacturer LM HV $315 6/1/ OH <1 2 X LM HV $315 6/1/ OH <1 2 X LM HV $315 6/1/ OH <1 2 X GE M888159YGRA $338 8/10/ OH < RTE $362 12/13/ OH <1 2 X RTE $290 7/1/ OH <1 2 X RTE $376 9/22/ OH <1 2 X RTE $411 5/31/ OH < WAG $ OH <1 2 X RTE $878 8/1/ OH <1 2 X WES 65AE13245 $217 6/1/ OH < GE N YBX $742 2/1/ OH MANF < Page 2 of 2 ACQUISITION VALUE ROW 2 $16,216 PG N WEIGHT ROW 2 12,160 lbs. 18

20 2014 LOAD 6 DISPOSAL COMPANY ROW 3 CITY MID Manufacturer Page 1 of PEN T $195 6/1/ OH <1 3 X WAG $268 5/1/ OH <1 3 X RTE $434 11/17/ OH <1 3 X RTE $434 11/17/ OH <1 3 X RTE $326 5/1/ OH <1 3 X RTE $561 2/1/ OH MANF <1 3 X RTE $737 5/1/ OH <1 3 X RTE $434 11/17/ OH <1 3 X CM $1,005 10/11/ OH MANF <1 3 X GE P YWF $617 9/23/ OH MANF < MOL $120 1/1/ OH WES S-56H2116 $120 1/1/ OH < MOL $120 1/1/ OH CM $521 2/10/ OH MANF < RTE $674 7/23/ OH <1 3 X STA PEJ-6629 $320 1/1/ OH <1 3 X RTE $373 1/1/ OH <1 3 X WES 89A $636 6/15/ OH MANF < GE N YBX $800 2/15/ OH <1 3 X FP $428 11/1/ OH X LM GV $486 7/1/ OH <1 3 X RTE $495 3/12/ OH <1 3 X RTE $290 11/1/ OH <1 3 X RTE $290 11/1/ OH <1 3 X WAG $174 6/1/ OH <1 3 X PG N 19

21 2014 LOAD 6 DISPOSAL COMPANY ROW 3 CITY MID Manufacturer WAG $174 6/1/ OH <1 3 X WES 73AL5618 $212 11/1/ OH <1 3 X WAG $174 6/1/ OH <1 3 X RTE $683 8/1/ OH <1 3 X RTE $683 7/1/ OH <1 3 X WAG $279 6/1/ OH <1 3 X AC $193 10/1/ OH X DS W $176 8/4/ OH X DS W $176 8/4/ OH X AC $216 5/1/ OH < RTE $625 7/27/ OH <1 3 X Page 2 of 2 ACQUISITION VALUE ROW 3 $14,449 WEIGHT ROW lbs. TOTAL ACQUISITION VALUE $44,547 PG N 20 TOTAL LOAD WEIGHT 34,258 lbs.

22 DISPOSAL COMPANY 2014 LOAD 7 ROW 1 CITY MID Manufacturer Page 1 of KUH $688 12/1/ OH pg 10 < RTE $290 7/1/ OH <1 1 X RTE $1,155 6/9/ OH <1 1 X RTE $495 6/1/ OH <1 1 X RTE $720 7/1/ OH <1 1 X STA PJF-2656 $676 1/26/ OH <1 1 X STA PEJ-6294 $320 10/1/ OH <1 1 X ME 78VK $396 3/1/ OH < RTE $326 9/1/ OH <1 1 X RTE $855 11/1/ OH <1 1 X GE L229770K73AA 1/1/ OH FC pg 11 <2 1 X DS W $741 4/1/ OH X SPO C672544N $397 3/1/ OH X AC $331 5/1/ OH X WAG $174 6/1/ OH <1 1 X WAG $279 7/1/ OH <1 1 X RTE $290 7/1/ OH <1 1 X WAG $279 1/1/ OH <1 1 X RTE $290 11/1/ OH <1 1 X FP $395 12/1/ OH <1 1 X RTE $428 7/1/ OH <1 1 X FP $395 11/1/ OH <1 1 X KUH $825 12/12/ OH <1 1 X AC $201 5/1/ OH < RTE $386 9/28/ OH <1 1 X PG N 21

23 2014 LOAD 7 DISPOSAL COMPANY ROW 1 CITY MID Manufacturer RTE $720 7/1/ OH <1 1 X ME 80VN $479 12/1/ OH < ME 80VN $479 12/1/ OH < WAG $279 1/1/ OH <1 1 X WES 73AK21276 $212 11/1/ OH <1 1 X GE N YJW $786 9/1/ OH Manf <1 1 X RTE $290 7/1/ OH <1 1 X RTE $290 7/1/ OH <1 1 X RTE $1,155 7/9/ OH <1 1 X WES 87A $579 6/15/ OH Manf <1 1 X WAG $286 2/1/ OH <1 1 X ACQUISITION VALUE ROW 1 $16,887 WEIGHT ROW 1 14,364 lbs. Page 2 of 2 PG N 22

24 2014 LOAD 7 DISPOSAL COMPANY ROW 2 CITY MID Manufacturer Page 1 of NW $ OH WAG $174 8/1/ OH X AC $298 4/1/ OH AC $417 1/1/ OH WAG $181 3/12/ OH <1 2 X WAG $174 7/1/ OH <1 2 X CM $475 11/3/ OH < CM $475 11/3/ OH < RTE $290 10/1/ OH <1 2 X CM $475 11/3/ OH < GE N YEW $777 5/19/ OH <1 2 X LM HV $315 6/1/ OH <1 2 X GE N YEW $777 5/11/ OH <1 2 X GE N YKW $706 10/3/ OH <1 2 X GE N502551YGUA $1,516 8/9/ OH <1 2 X WES 89A $454 5/8/ OH Manf < AC $331 1/1/ OH X RTE $427 6/26/ OH <1 2 X RTE $290 5/1/ OH <1 2 X RTE $464 1/1/ OH <1 2 X RTE $362 10/17/ OH <1 2 X WAG $174 1/1/ OH <1 2 X RTE $376 1/16/ OH < RTE $428 1/1/ OH <1 2 X ME 78VK $396 7/1/ OH <1 2 PG N 23

25 DISPOSAL COMPANY 2014 LOAD 7 ROW 2 CITY MID Manufacturer STA PEH-5420 $320 8/1/ OH <1 2 X STA PEH-5416 $320 8/1/ OH <1 2 X ME 78VK $396 5/1/ OH < RTE $362 3/1/ OH <1 2 X WAG $279 8/1/ OH <1 2 X RTE $326 4/1/ OH <1 2 X RTE $495 10/1/ OH <1 2 X RTE $730 8/1/ UG <1 2 X GE N502566YGUA $1,516 8/9/ OH <1 2 X KUH $565 10/1/ OH < KUH $801 1/9/ OH <1 2 X ACQUISITION VALUE ROW 2 $17,087 WEIGHT ROW 2 12,006 lbs. Page 2 of 2 PG N 24

26 2014 LOAD 7 DISPOSAL COMPANY ROW 3 CITY MID Manufacturer Page 1 of GE N YEW $777 5/19/ OH <1 3 X KUH $677 1/4/ OH < ABB 93A $701 3/5/ OH Manf < GE P YWF $909 9/27/ OH Manf < RTE $434 10/20/ OH <1 3 X KUH $617 9/1/ OH < WES 86A $955 9/9/ OH < GE E K $ OH GE N YEW $777 5/19/ OH <1 3 X AC $ OH AC $194 3/1/ OH X GE /1/ RO < RTE $386 9/22/ OH <1 3 X FP $428 12/1/ OH X AC $194 3/1/ OH X SPO C $428 9/1/ OH X ME 78VK $396 3/1/ OH < KUH $688 10/16/ OH < KUH $688 10/16/ OH < CM $505 11/3/ OH < CM $592 11/1/ OH < NW /1/ OH FC pg 11 <2 3 X RTE $293 4/1/ OH <1 3 X DS W $282 4/1/ OH <1 3 X KUH $565 10/1/ OH <1 3 PG N 25

27 DISPOSAL COMPANY 2014 LOAD 7 ROW 3 CITY MID Manufacturer RTE $376 8/20/ OH < RTE $427 8/22/ OH <1 3 X WAG $279 1/1/ OH <1 3 X WAG $279 2/1/ OH <1 3 X WAG $419 9/1/ OH <1 3 X DOW 81D $949 9/4/ OH <1 3 X WES 67AK13622 $ OH < DOW 81D $949 9/4/ OH <1 3 X DOW 81D $949 9/1/ OH <1 3 X GE N502558YGUA $1,517 9/1/ OH <1 3 X DOW 81D $949 9/4/ OH <1 3 X ACQUISITION VALUE ROW 3 $19,184 Page 2 of 2 WEIGHT ROW lbs. TOTAL ACQUISITION VALUE $53,158 TOTAL LOAD WEIGHT 39,580 lbs. PG N 26

28 DISPOSAL COMPANY 2014 LOAD 9 ROW 1 CITY MID Manufacturer Page 1 of WES 73AK20327 $212 1/1/ OH <1 1 X RTE $1,157 8/16/ OH <1 1 X DS W $283 3/28/ OH <1 1 X GE N493558YGUA $1,588 7/13/ OH <1 1 X GE N493557YGUA $1,588 7/13/ OH <1 1 X RTE $993 8/1/ UG <1 1 X GE N493556YGUA $1,588 7/13/ OH <1 1 X WAG $181 6/1/ OH <1 1 X WAG $174 5/1/ OH <1 1 X WAG $174 6/1/ OH <1 1 X STA PEH-5603 $320 9/1/ OH <1 1 X RTE $428 7/1/ OH <1 1 X LM GV $315 9/1/ OH <1 1 X DS W $415 7/15/ OH <1 1 X WES 84A $735 11/1/ OH < RTE $428 7/1/ OH <1 1 X RTE $411 11/17/ OH < CM $505 9/1/ OH < AC $267 8/11/ OH RTE $334 10/26/ OH < RTE $334 10/26/ OH < RTE $334 10/26/ OH < RTE $434 10/20/ OH <1 1 X SPO C $428 11/1/ OH X DS W $176 8/2/ OH <1 1 PG N 27

29 2014 LOAD 9 DISPOSAL COMPANY ROW 1 CITY MID Manufacturer WES 82A $1,011 7/28/ OH < RTE $437 7/23/ OH <1 1 X RTE $437 7/23/ OH <1 1 X RTE $434 1/1/ OH <1 1 X RTE $437 7/23/ OH <1 1 X GE N493913YGUA $698 7/8/ OH < GE N YKW $730 9/30/ OH < AC $267 11/29/ OH AC $217 6/1/ OH GE N YEW $777 5/18/ OH < DS W $282 12/1/ OH <1 1 X ACQUISITION VALUE ROW 1 $19,529 WEIGHT ROW 1 12,760 lbs. Page 2 of 2 PG N 28

30 2014 LOAD 9 DISPOSAL COMPANY ROW 2 CITY MID Manufacturer Page 1 of DS W $282 1/1/ OH <1 2 X ABB 96A /1/ OH Manf < WES 71AA4476 1/1/ OH FC pg X FP $395 1/1/ OH X DS W $238 8/4/ OH X DS W $176 1/1/ OH X CM $415 6/27/ OH < WAG $279 1/1/ OH <1 2 X LM HV $315 1/1/ OH <1 2 X RTE $755 1/1/ UG <1 2 X WAG $279 2/19/ OH <1 2 X WAG $174 5/1/ OH <1 2 X WAG $279 12/1/ OH <1` 2 X WAG $181 8/1/ OH <1 2 X WAG $174 6/1/ OH <1 2 X WES 74AA3449 $212 1/1/ OH <1 2 X WES 74AA3447 $212 1/1/ OH <1 2 X AC $267 5/1/ OH GE N359382YJTA $558 8/31/ OH LM GV $517 12/1/ OH < NW /1/ OH FC pg.4 <2 2 x LM GV $517 12/1/ OH < LM GV $517 12/1/ OH < RTE $362 6/1/ OH <1 2 X GE N YEW $721 5/5/ OH <1 2 PG N 29

31 DISPOSAL COMPANY 2014 LOAD 9 ROW 2 CITY MID Manufacturer RTE $290 7/1/ OH <1 2 X CM $1,626 8/27/ OH <1 2 X KUH $565 10/1/ OH < CM $589 8/1/ OH <1 2 X RTE $176 11/1/ OH < AC $221 12/1/ OH < GE P YMY $710 8/1/ OH < ABB 96A /1/ OH Manf <1 2 X RTE $411 5/1/ OH < DS W $282 12/1/ OH <1 2 X AC $217 6/1/ OH ACQUISITION VALUE ROW 2 $12,912 WEIGHT ROW 2 12,044 lbs. Page 2 of 2 PG N 30

32 2014 LOAD 9 DISPOSAL COMPANY ROW 3 CITY MID Manufacturer Page 1 of WES 64M132PR 628 RCL WES 64M136PR 642 RCL < ME 78VK $396 4/9/ OH < RTE $370 7/1/ OH <1 3 X GE N YJW $706 9/30/ OH <1 3 X RTE $559 12/7/ OH <1 3 X DOW 81D $923 9/22/ OH <1 3 X RTE $885 6/16/ OH <1 3 X ME 78VK $942 4/1/ OH < RTE $434 5/1/ OH <1 3 X WES 82A $1,011 7/28/ OH < WAG $279 1/1/ OH <1 3 X AC $194 1/1/ OH X WAG $279 9/1/ OH <1 3 X WAG $174 6/1/ OH <1 3 X WAG $268 5/1/ OH <1 3 X WAG $279 1/1/ OH <1 3 X WAG $181 8/1/ OH <1 3 X WES 63AE8174 $238 6/1/ OH <1 3 X WAG $ OH <1 3 X WES 65AL4086 $ OH < WES 84A $747 8/2/ OH <1 3 X LM HV $315 6/1/ OH <1 3 X LM HV $315 6/1/ OH <1 3 X RTE $373 5/16/ OH <1 3 X PG N 31

33 DISPOSAL COMPANY 2014 LOAD 9 ROW 3 CITY MID Manufacturer RTE $373 5/16/ OH <1 3 X WES 86A $701 9/15/ OH Manf < RTE $293 4/1/ OH <1 3 X LM GV $315 10/1/ OH <1 3 X RTE $329 10/14/ OH <1 3 X RTE $885 7/14/ OH <1 3 X RTE $801 9/16/ OH <1 3 X DS W $176 5/1/ OH X AC $180 5/1/ OH FP $395 11/1/ OH X RTE $434 10/14/ OH <1 3 X ACQUISITION VALUE ROW 3 $15,168 Page 2 of 2 WEIGHT ROW 3 12,716 lbs. TOTAL ACQUISITION VALUE $47,609 TOTAL LOAD WEIGHT 37,520 lbs. PG N 32

SURPLUS PROPERTY SALE. Yes No Grand Total: $

SURPLUS PROPERTY SALE. Yes No Grand Total: $ RETURN BIDS TO: CITY OF TACOMA BID PROPOSAL PAGE BID NO.: PG15-0152N PURCHASING DIVISION BUYER: Chuck Blankenship Tacoma Public Utilities Building North PHONE: 253-502-8163 3628 South 35th St. FAX: 253-502-8372

More information

INVITATION TO BID. Surplus Property. ITB Closing (Due Date & Time) August 24, 2015 at 2:00PM

INVITATION TO BID. Surplus Property. ITB Closing (Due Date & Time) August 24, 2015 at 2:00PM INVITATION TO BID Surplus Property ITB Closing (Due Date & Time) August 24, 2015 at 2:00PM Issued by Sherman County School District 65912 High School Loop Moro, Oregon 97039 August 17, 2015 SURPLUS PROPERTY

More information

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED

More information

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES

HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES REQUEST FOR PROPOSAL HOUSING QUALITY STANDARDS (HQS) & UNIFORM PHYSICAL CONDITIONS STANDARDS (UPCS) INSPECTION SERVICES August 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and

More information

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL 930 TACOMA AVE S RM 1046 TACOMA WA 98402-2176 AND WILL BE RECEIVED

More 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

**AMENDED** PLEASE FAX YOUR QUOTE TO: RFQ NO Send your quote to: Maria Salazar Today is: December 1, 2016

**AMENDED** PLEASE FAX YOUR QUOTE TO: RFQ NO Send your quote to: Maria Salazar Today is: December 1, 2016 **AMENDED** RFQ #2840 Sale of Surplus Scrap Metal PLEASE FAX YOUR QUOTE TO: RFQ NO. 2840 Send your quote to: Maria Salazar Today is: December 1, 2016 Department: Purchasing Phone: 805/875-8001 Fax Number:

More information

OGC-S Owner-Contractor Construction Agreement

OGC-S Owner-Contractor Construction Agreement Owner-Contractor Construction Agreement This agreement is entered into as of ( Effective Date ) between Lone Star College (the "College"), a public junior college pursuant to Section 130.004 of the Texas

More information

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

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

More information

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860) TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT 06045-0191 (860) 647-3031 FAX (860) 647-5206 REQUEST FOR PROPOSAL FOR ELECTRONICS RECYCLING RFP NO. 17/18-91

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More 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

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

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

More information

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

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC16094 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

RFQ #2766 Sale of Surplus Scrap Metal

RFQ #2766 Sale of Surplus Scrap Metal RFQ #2766 Sale of Surplus Scrap Metal RFQ NO. 2766 Today is: August 6, 2014 Phone: 805/875-8001 Email: m_villarreal@ci.lompoc.ca.us Re: Sale of Surplus Scrap Material For Department Use Qty Description

More information

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM Bid Opening Date/Time Tuesday, September 1, 2015 @ 2:15 p.m. local time City of

More information

Sale Agreement - Bill of Sale #4415. Newfield Exploration Co. Property / Exhibit A. Lot Number Description Location Price () Return To

Sale Agreement - Bill of Sale #4415. Newfield Exploration Co. Property / Exhibit A. Lot Number Description Location Price () Return To Seller Buyer Newfield Exploration Co Property / Exhibit A Lot Number Description Location Price () Pick up Date Return To support@networkintl.com Effective Date In witness... Seller Newfield Exploration

More information

Subcontract Agreement

Subcontract Agreement S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor

More information

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

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

More information

THE MTA IS ACCEPTING INFORMAL BIDS FOR THE SALE OF 27 SURPLUS STORAGE CONTAINERS.

THE MTA IS ACCEPTING INFORMAL BIDS FOR THE SALE OF 27 SURPLUS STORAGE CONTAINERS. LOS ANGELES COUNTY METROPOLITAN TRANSPORTATION AUTHORITY PROCUREMENT DEPARTMENT ONE GATEWAY PLAZA LOS ANGELES, CALIFORNIA 90012-2932 TEL. (213) 922-1092 REQUEST FOR BID BID NO. O51209-S THIS IS NOT AN

More information

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY 2013 Tacoma Community Redevelopment Authority City of Tacoma Community and Economic Development 747 Market Street

More information

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will

More information

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

PIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR QUALIFICATIONS (RFQ) for ENGINEERING SERVICES FOR HVAC AND RELATED DESIGN

PIERCE COUNTY LIBRARY SYSTEM. REQUEST FOR QUALIFICATIONS (RFQ) for ENGINEERING SERVICES FOR HVAC AND RELATED DESIGN PIERCE COUNTY LIBRARY SYSTEM REQUEST FOR QUALIFICATIONS (RFQ) for ENGINEERING SERVICES FOR HVAC AND RELATED DESIGN PART 1: INTRODUCTION, PURPOSE, TIMELINE The Pierce County Library System (Library) is

More 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

QUOTATION ONLY -- NOT AN ORDER

QUOTATION ONLY -- NOT AN ORDER QUOTATION ONLY -- NOT AN ORDER CONTRACTOR: DATE: September 11, 2018 NOTE: RE: Quotations must be received by 1:00 p.m., September 21, 2018 Pacific Daylight Time, to be considered. INSTALLATION OF UNDGROUND

More information

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

ENERGY EFFICIENCY CONTRACTOR AGREEMENT ENERGY EFFICIENCY CONTRACTOR AGREEMENT 2208 Rev. 2/1/13 THIS IS AN AGREEMENT by and between PUBLIC UTILITY DISTRICT NO. 1 OF SNOHOMISH COUNTY (the District ) and a contractor registered with the State

More information

INSURANCE AND INDEMNIFICATION MANUAL. Supplement to Policy 560 i

INSURANCE AND INDEMNIFICATION MANUAL. Supplement to Policy 560 i INSURANCE AND INDEMNIFICATION MANUAL Supplement to Policy 560 Table of Contents.1 INTRODUCTION... 1.2 EXHIBIT I INSURANCE AND INDEMNITY REQUIREMENTS FOR CONSTRUCTION AND SERVICE CONTRACTS... 1 2.1 INDEMNIFICATION/HOLD

More information

RECEIPT / ACCEPTANCE FORM HUNTSMAN INTERNATIONAL LLC ( Huntsman ) Bulk and Packed Motor Carrier Pick-Up and Delivery Policy

RECEIPT / ACCEPTANCE FORM HUNTSMAN INTERNATIONAL LLC ( Huntsman ) Bulk and Packed Motor Carrier Pick-Up and Delivery Policy RECEIPT / ACCEPTANCE FORM HUNTSMAN INTERNATIONAL LLC ( Huntsman ) Bulk and Packed Motor Carrier Pick-Up and Delivery Policy EMAIL: huntsman_pup@huntsman.com For a current copy of the Bulk and Packed Motor

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

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

ENERGY STAR SMART THERMOSTAT REBATE APPLICATION

ENERGY STAR SMART THERMOSTAT REBATE APPLICATION ENERGY STAR SMART THERMOSTAT Smart thermostat must be purchased and installed by December 31, 2018. Application must be submitted within 60 days of purchase or by February 28, 2019, whichever comes first.

More information

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847) GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS 60025 (847) 657-3215 DATE: March 8, 2019 SPECIFICATIONS FOR: Spin Bikes and Software BIDS RECEIVED UNTIL: March 27, 2019 2:00pm at Park Center

More information

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance PURCHASE ORDER TERMS & CONDITIONS Order Acceptance A. This Purchase order is limited to the terms and conditions contained on the face herein. Any additional or different terms proposed by Seller in any

More information

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT

PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT PADRE DAM MUNICIPAL WATER DISTRICT PROFESSIONAL SERVICES AGREEMENT This Agreement is made and entered into as of, 20, by and between the PADRE DAM MUNICIPAL WATER DISTRICT (hereinafter referred to as the

More information

Blanket Purchase Agreement: Revision No: 14 Page 1 of 4 Pinellas County Purchasing Department Board of County Commissioners Pinellas County 400

Blanket Purchase Agreement: Revision No: 14 Page 1 of 4 Pinellas County Purchasing Department Board of County Commissioners Pinellas County 400 Blanket Purchase Agreement: 402630 Revision No: 14 Page 1 of 4 Pinellas County Purchasing Department Board of County Commissioners Pinellas County 400 S Ft Harrison Ave 6 th Floor Annex Bldg Clearwater

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

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

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT COUNTY OF OSWEGO PURCHASING DEPARTMENT BID #4-10 - SALE OF FERROUS METALS County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Fred M. Maxon,

More information

City of Beverly Hills Beverly Hills, CA

City of Beverly Hills Beverly Hills, CA City of Beverly Hills Beverly Hills, CA REQUEST FOR PROPOSAL For Professional Services for Conducting a Department Needs Assessment and Developing a Grant Funding Strategy to Support City Priority Projects

More information

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE AGREEMENT BETWEEN THE City OF BEVERLY HILLS AND [Consultant S NAME] FOR [BRIEFLY DESCRIBE PURPOSE OF THIS CONTRACT] NAME OF Consultant: insert name of

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Street Expansion Joint / Driveway Joint repair due to Street Creep

More information

SURPLUS BID ATTACHMENT

SURPLUS BID ATTACHMENT SACRAMENTO MUNICIPAL UTILITY SMUD INSTRUCTIONS TO BIDDERS SURPLUS BID ATTACHMENT 1. INSPECTION: This material should be carefully inspected before bidding and any questions regarding quantities or specifications

More information

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed INVITATION TO BID Sealed bids will be received by the Kent County Road Commission, 1500 Scribner Avenue NW, Grand Rapids, Michigan 49504 until Thursday, November 29, 2018, 8:30 AM deadline, at which time

More information

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

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

More information

Company: Legal Status: Ordering Address: Phone: Remit Address: Payment Terms:

Company: Legal Status: Ordering Address: Phone:   Remit Address: Payment Terms: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC18028 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

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

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the complete removal and replacement of existing roof at 659 Knox Rd 1440 North for

More information

SMALL WORKS ROSTER APPLICATION FORM

SMALL WORKS ROSTER APPLICATION FORM SMALL WORKS ROSTER APPLICATION FORM BETHEL SCHOOL DISTRICT NO. 403 PURCHASING 516 176 TH STREET EAST SPANAWAY WA 98387 Telephone: (253) 683-6078 Fax: (253) 683-6079 Per RCW 25A.335.190, the undersigned

More 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

Description Cost PRE-BID CONFERENCE

Description Cost PRE-BID CONFERENCE IMPORTANT This is NOT an order but a request for sealed bid. PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 10 (Plus Attachment A ) REQUEST FOR SEALED BID REQ. NO. 10082841 DATE: 5/31/06 Bids

More 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

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap INVITATION FOR BID B0003736 Purchasing Department 3221 McKelvey Rd Bridgeton, MO 63044 SPECIFICATIONS FOR Trailer Graphic Wrap FOR ADDITIONAL INFORMATION, CONTACT: KeJuan Torrence, Buyer Phone: (314) 539

More information

Tacoma Power Conservation Contractor Agreement

Tacoma Power Conservation Contractor Agreement Tacoma Power THIS AGREEMENT is made and entered into this day of, 2012 ( Effective Date ) by and between the City of Tacoma, Department of Public Utilities, Light Division, Tacoma Power (hereinafter referred

More information

Reno/Tahoe International Airport P.O. Box Reno, NV (775) (775)

Reno/Tahoe International Airport P.O. Box Reno, NV (775) (775) Reno/Tahoe International Airport P.O. Box 12490 Reno, NV 89510-2490 (775)328-6400 (775)328-6510 DATE: March 28, 2012 TO: Informal Bidders SUBJECT: Informal Bid 11/12-14 Project SCOPE AND INTENT The Purchasing

More information

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

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL

Alabama State Port Authority INVITATION TO BID. Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL Alabama State Port Authority Project Name Axis Damaged Steel I-Beam Disposal Location Axis, AL INVITATION TO BID The Alabama State Port Authority is accepting Sealed Bids on approximately two (2) 27 deep

More information

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for SOLID WASTE & DISPOSAL SERVICE RFP - SOLID WASTE & DISPOSAL SERVICE

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for SOLID WASTE & DISPOSAL SERVICE RFP - SOLID WASTE & DISPOSAL SERVICE REQUEST FOR SEALED PROPOSAL ADVERTISEMENT for SOLID WASTE & DISPOSAL SERVICE RFP - SOLID WASTE & DISPOSAL SERVICE - 050318 The City of College Park is accepting sealed proposals from qualified vendors

More information

Instructions to Bidders Page 1

Instructions to Bidders Page 1 INSTRUCTIONS TO BIDDERS FOR EASTERN WASHINGTON UNIVERSITY FACILITY CONSTRUCTION PART 0 GENERAL CONDITIONS 0.01 EXPLANATION TO PROSPECTIVE BIDDERS A. Any prospective bidder desiring an explanation or interpretation

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

Sacramento Regional Solid Waste Authority (SWA)

Sacramento Regional Solid Waste Authority (SWA) SACRAMENTO REGIONAL SOLID WASTE AUTHORITY Sacramento Regional Solid Waste Authority (SWA) APPLICATION for CERTIFICATION or ANNUAL RECERTIFICATION as a C&D SORTING FACILITY SECTION A: Applicant Information

More information

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

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

More information

Fontaine Commercial Trailer. Terms and Conditions of Purchase Guide

Fontaine Commercial Trailer. Terms and Conditions of Purchase Guide Guide TERMS AND CONDITIONS OF PURCHASE 1. Acceptance; Agreement. These Terms and Conditions supersede all other terms and conditions, oral or written, and all other communications between the parties suggesting

More information

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS, REQUIRED INSURANCE and CALIFORNIA LABOR CODE REQUIREMENTS for PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

More information

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address: Payment Terms:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone:   Remit Address: Payment Terms: Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC18006 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS

More information

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION 1.1 General: The intent of these specifications is to provide the Town

More information

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid. To the Board of County Commissioners of Olmsted County, Minnesota: Bidders: In accordance with the advertisement of Olmsted County inviting proposals for the furnishing and application of dust control

More information

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

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Communications Tower BID OPENING DATE: August 25, 2014 TIME: 2:00 P.M.

More information

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following: THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS This entire Bid Package, which includes the following: Notice Inviting Bids, Bid Proposal Forms, and County of Inyo Standard Contract No.

More 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

INSTRUCTIONS TO BIDDERS DEICING FLUID

INSTRUCTIONS TO BIDDERS DEICING FLUID ISSUED: 09-06-2017 REVISED: 10-02-2017 INSTRUCTIONS TO BIDDERS The Capital Region Airport Authority (CRAA) hereby invites from persons, firms, or corporations, who meet the qualifications hereinafter set

More information

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for SMALL CONSTRUCTION CONTRACT Typical CLWA services that would use Small Contracts with

More information

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602

WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602 http://www.asdd.com/ WHERE: 250 North Water Street, Killian Room, Mobile, Ala 36602 WHEN: 10:00 A.M., CDT, March 16, 2016 INSPECTION: REQUIREMENTS: By appointment between the hours of 9:00 A.M. and 3:00

More information

LEGAL NOTICE INVITATION TO SUBMIT QUOTATIONS

LEGAL NOTICE INVITATION TO SUBMIT QUOTATIONS LEGAL NOTICE INVITATION TO SUBMIT QUOTATIONS The Town of Smyrna will accept quotations on barricades and cones for the Fire Department. Bidders shall submit sealed quotations in the format specified in

More information

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS ARTICLE 5- Bonds and Insurance 5.1 PERFORMANCE AND OTHER BONDS: 5.1.1 CONTRACTOR shall furnish performance and payment Bonds,

More information

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of January, 2016, by and between the CITY OF TUMWATER, a Washington municipal

More information

BID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013

BID INVITATION (THIS IS NOT AN ORDER) 2:00 P.M., TUESDAY, OCTOBER 15, 2013 BID INVITATION (THIS IS NOT AN ORDER) FROM: FINANCE DEPARTMENT DATE: SEPTEMBER 27, 2013 CITY OF WEATHERFORD BID NUMBER: 2014-001 P.O. BOX 255 BID TITLE: HIGHWAY MOWING & LITTER PICK-UP WEATHERFORD, TX.

More information

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS FACILITIES COORDINATOR 800 Church Street, Suite B60, Waycross, GA 31501 Phone: 912 287 4480 Cell: 912 281 9964 Fax: 912 287 4482 Email: sbaxley@warecounty.com INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

More information

INSURANCE REQUIREMENTS Chicago Department of Aviation Certified Service Provider Program ( CSPP )

INSURANCE REQUIREMENTS Chicago Department of Aviation Certified Service Provider Program ( CSPP ) INSURANCE REQUIREMENTS Chicago Department of Aviation Certified Service Provider Program ( CSPP ) A Certified Service Provider ( CSP ) must provide and maintain at its own expense, during the term of its

More 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

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders

More information

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921 THIS IS NOT AN ORDER!! DATE: April 19, 2013 REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921 R.F.Q. NO. 14-02 Return quotes to: Tanya Adams, Recycling Coordinator

More information

ROCHESTER SCHOOLS MODERNIZATION PROJECT PHASE 2b School Without Walls Commencement Academy INSURANCE REQUIREMENTS

ROCHESTER SCHOOLS MODERNIZATION PROJECT PHASE 2b School Without Walls Commencement Academy INSURANCE REQUIREMENTS INSURANCE REQUIREMENTS 00 73 16-1 SECTION 00 73 16 - INSURANCE REQUIREMENTS Contractor shall obtain at its own cost and expense all the insurance described below (the Required Insurance ) that will protect

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

SUPPLIER - TERMS AND CONDITIONS Materials and Goods

SUPPLIER - TERMS AND CONDITIONS Materials and Goods SUPPLIER - TERMS AND CONDITIONS Materials and Goods 1. BINDING EFFECT; ACCEPTANCE. This purchase order and all subsequent purchase orders delivered by Buyer to Seller (each, an "order"), shall be governed

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) INVITATION TO BID (ITB) Annual Contract for Letterhead, Envelopes and Business Cards BIDDER INSTRUCTIONS Montrose County is seeking sealed bids from qualified vendors to supply and print letterhead, envelopes,

More information

GENERAL TERMS AND CONDITIONS

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

More information

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.

More information

INVITATION FOR BID B Purchasing Department 3221 McKelvey Road Bridgeton, MO SPECIFICATIONS FOR WINDOW TREATMENTS

INVITATION FOR BID B Purchasing Department 3221 McKelvey Road Bridgeton, MO SPECIFICATIONS FOR WINDOW TREATMENTS INVITATION FOR BID B0003792 Purchasing Department 3221 McKelvey Road Bridgeton, MO 63044 SPECIFICATIONS FOR WINDOW TREATMENTS FOR ADDITIONAL INFORMATION, CONTACT: Cynthia Green, Assistant Controller Phone:

More information

ATTACHMENT B SALE # CGS4 GENERAL PURPOSE. PowerGyp70 CGS SALES AGREEMENT By and Between SOUTH CAROLINA PUBLIC SERVICE AUTHORITY And

ATTACHMENT B SALE # CGS4 GENERAL PURPOSE. PowerGyp70 CGS SALES AGREEMENT By and Between SOUTH CAROLINA PUBLIC SERVICE AUTHORITY And ATTACHMENT B SALE # CGS4 GENERAL PURPOSE PowerGyp70 CGS SALES AGREEMENT By and Between SOUTH CAROLINA PUBLIC SERVICE AUTHORITY And THIS POWERGYP70-CGS SALES AGREEMENT (the Agreement ) is entered into as

More information

Proposal Request Contracted Service for Security System Maintenance Fiscal Years

Proposal Request Contracted Service for Security System Maintenance Fiscal Years Proposal Request Contracted Service for Security System Maintenance Fiscal Years 2017-19 GENERAL INFORMATION Purpose: Background: Job Sites: The City of Benicia is soliciting proposals for maintenance

More information

BID NUMBER FROM: City of Branson Date: March 6, W. Maddux St., Suite 200 3:00 p.m., April 30, 2014

BID NUMBER FROM: City of Branson Date: March 6, W. Maddux St., Suite 200 3:00 p.m., April 30, 2014 BID NUMBER 2083-30 FROM: City of Branson Date: March 6, 2014 Purchasing Office Date and Time Returnable: 110 W. Maddux St., Suite 200 3:00 p.m., April 30, 2014 Branson, MO 65616 Buyer: David D. Rockhill,

More information

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance. INVITATION TO BID Notice to Bidders: Bids will be received by the Port of Shelton, 21 W Sanderson Way, Shelton, WA 98584 for the following work order: Work Order: Enter # and Name Here Pre-Bid Showing:

More information

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader. IMPORTANT This is NOT an order but a request for quotation. PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 13 REQUEST FOR QUOTATION REQ. NO. 3000000582 DATE: 11/10/2006 Quotes must be returned

More 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 January 3, 2017 TO: RE: Prospective Proposers Request for Quotation (RFQ) RFQ 17-01 First Aid Kits, Installation, and Vendor

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

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

More information

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

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