COMM01\lWEALTH OF VIRGINIA STANDARD CONTRACT

Size: px
Start display at page:

Download "COMM01\lWEALTH OF VIRGINIA STANDARD CONTRACT"

Transcription

1 COMM01\lWEALTH OF VIRGINIA STANDARD CONTRACT Contract Number: VTG This contract entered into this 15th day of August 2016, by Chandler Concrete of Virginia, Inc., hereinafter called the "Contractor" and Commonwealth of Virginia, Virginia Polytechnic Institu.te and Staie University called "Virginia Teet." WITNESSETH that the Contractor and Virginia Tech, in consideration of the mutual covenants, promises and agreements herein contained, agree as follows: SCOPE OF CONTRACT: The Contractor shall provide the ready mix concrete to Virginia Tech as set forth in the Contract Documents. PERIOD OF COl\TTRACT: Froir. August 15, 2016 through August 14, COMPENSATION AND METHOD OF PAYMENT: in accordance with the Contract Documents. The Contractor shall be paid by Virginia Tech CONTRACT DOCUMENTS: The Contract Documents shall consist of this signed contract, Invitation ror Bid number dated June 28, 2016, and the bid submitted by the Contractor dated July 7, 2016, all of which Contract Documents are incorporated herein. In WITNESS WHEREOF, the parties have caused this Contract to be duly executed intending to be bound thereby. ~~~tr~ <? 5? ::::> (Signature) nnfl Ou~~ - ~e-rbo \ Name and Title 1'-\jl;" vrr~ 0 ~ By. ~-4Jrx~d Ma..')' W. Helmick Director of Procurement

2 DATE INVITATION FOR SEALED BID# THIS IS NOT AN ORDER VIRGINIA POLYTECHNIC INSTITUTE AND ST ATE UNIVERSITY PROCUREMENT DEPARTMENT (MC 0333) NORTH END CENTER, SUITE 2100, VIRGINIA TECH, 300 TURNER STREET NW BLACKSBURG, VIRGINIA BID RETURN DATE AND HOUR BID OPENING DATE AND HOUR June 28, 2016 July 12, PM BIDDERS ADDRESS ADDRESS ALL INQUIRIES AND CORRESPONDENCE TO: Anthony S. Beeken, VCO, CUPO Contracts Officer/Buyer Senior ADDRESS: TELEPHONE NUMBER (540) FAX NUMBER (540) AFTER HOUR MESSAGES (540) COMMODITY: Ready Mix Concrete SEE ATTACHED SPECIAL INSTRUCTIONS I. Faxed/ responses to Sealed Bids cannot be sent directly to the Procurement Department, see "Facsimile Bids" of the attached General Terms and Conditions. 2. Responses must be submitted on this form and the attachment (s) provided. 3. Responses should be signed below. 4. Responses will be received in the Virginia Polytechnic Institute and State University, Procurement Department (MC 0333),North End Center, Suite 2100, Virginia Tech, 300 Turner Street, NW, Blacksburg, VA until the bid opening date and hour or, if specified, the bid return date and hour shown above. 5. Contact the buyer listed above for bid award information. Enclose a self-addressed stamped envelope if you wish to obtain price information. 6. DELIVERY IS F.O.B. DESTINATION UNLESS OTHERWISE NOTED IN THE BODY OF THE BID. 7. Any ADDENDUM issued for this solicitation may be accessed at Since a paper copy of the addendum will not be mailed to you, we encourage you to check the web site regularly. 8. Bidders must take cognizance of the fees associated with the ev A Business-To-Government Vendor Registration requirement described herein and at and submit prices accordingly. CERTIFICATION: IN ACCORDANCE WITH THIS INVITATION FOR SEALED BID AND SUBJECT TO ALL TERMS AND CONDITIONS CONTAINED HEREIN INCLUDING THE GENERAL TERMS AND CONDITIONS SHOWN AT http> html.docs tcnm GTC BID 0I pdf TH E UNDERSIGNED OFFERS AND AGREES TO FURNISH THE GOODS OR SERVICES FOR THE PRICE(S) OFFERED. FULL LEGAL NAME (PRINT) FEDERAL TAXPAYER NUMBER (ID#) DELIVERY DATE (Company name as it appears with your Federal Taxpayer Number) BUSINESS NAME/OBA NAME/TA NAME (If different than the Full Legal Name) FEDERAL TAXPAYER NUMBER (If different than ID# above) BILLING NAME (Company name as it appears on your invoice) FEDERAL TAXPAYER NUMBER (If different than ID# above) PURCHASE ORDER ADDRESS PAYMENT ADDRESS CONTACT NAME/TITLE (PRINT) SIGNATURE (IN INK) DATE ADDRESS TELEPHONE NUMBER TOLL FREE TELEPHONE NUMBER FAX NUMBER *BUSINESS CLASSIFICATION I D LARGE I D SMALL I D MINORITY-OWNED I D WOMEN-OWNED *Business Classification definitions can be viewed at httn: \\ \\ \\.nrocurc1rn:nl. vt.cdu \' cndor class.html *Is your Classification certified by the Virginia Department of Small Business and Supplier Diversity I If yes, provide Certification Number: (SBSD)? D Yes D No

3 *For assistance with certification questions, lease visit: htt. \\ww.dmhc.yiroinia. O\ Is any member of the firm an employee of the Commonwealth of Virginia who has a personal interest in this contract pursuant to the Code of Virginia? YES NO SIGNATURE Date: (IN INK) Note: This public body does not discriminate against faith-based organizations in accordance with the Code of Virginia, or against a bidder or offeror because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment. THIS IS NOT AN ORDER ~ """" '''""' 2

4 I. PURPOSE: VIRGINIA POLYTECHNIC INSTITUTE AND STATE UNIVERSITY (VIRGINIA TECH) INVITATION FOR SEALED BID NUMBER Ready Mix Concrete The intent and purpose of this Invitation or Sealed Bid is to establish a term contract with one or more qualified sources that can provide ready mix concrete for Virginia Polytechnic Institute and State University (Virginia Tech), an agency of the Commonwealth of Virginia. II. EVA BUSINESS-TO-GOVERNMENT ELECTRONIC PROCUREMENT SYSTEM: The eva Internet electronic procurement solution streamlines and automates government purchasing activities within the Commonwealth of Virginia. Virginia Tech, and other state agencies and institutions, have been directed by the Governor to maximize the use of this system in the procurement of goods and services. We are, therefore, requesting that your firm register as a trading partner within the eva system. There are registration fees and transaction fees involved with the use of eva. These fees must be considered in the provision of quotes, bids and price proposals offered to Virginia Tech. Failure to register within the eva system may result in the quote, bid or proposal from your firm being rejected and the award made to another vendor who is registered in the eva system. Registration in the eva system is accomplished on-line. Your firm must provide the necessary information. Please visit the eva website portal at and register both with eva and Ariba. This process needs to be completed before Virginia Tech can issue your firm a Purchase Order or contract. If your firm conducts business from multiple geographic locations, please register these locations in your initial registration. For registration and technical assistance, reference the evacustomercare@dgs.virginia.gov, or call or eva website at: Ill. CONTRACT PARTICIPATION: College of Wilham and Mary George Mason University James Madison Universily Old Dominion University Radford University The University of Virg1ma Virginia Commonwealth University Virgm1a Military Institute Virginia Tech It is the intent of this solicitation and resulting contract to allow for cooperative procurement. Accordingly, any public body, public or private health or educational institutions, or Virginia Tech's affiliated corporations and/or partnerships may access any resulting contract if authorized by the contractor. Participation in this cooperative procurement is strictly voluntary. If authorized by the Contractor, the resultant contract may be extended to the entities indicated above to purchase at contract prices in accordance with contract terms. The Contractor shall notify Virginia Tech in writing of any such entities accessing the contract. No modification of this contract or execution of a separate contract is required to participate. The Contractor will provide semi-annual usage reports for all entities accessing the Contract. Participating entities shall place their own orders directly with the Contractor and shall fully and independently administer their use of the contract to include contractual disputes, invoicing and payments without direct administration from Virginia Tech. Virginia Tech shall not be held liable for any costs or damages incurred by any other participating entity as a result of any authorization by the Contractor to extend the contract. It is understood and agreed that Virginia Tech is not responsible for the acts or omissions of any entity, and will not be considered in default of the contract no matter the circumstances. Use of this contract does not preclude any participating entity from using other contracts or competitive processes as the need may be. 3

5 IV. SCOPE OF SERVICE: The contractor shall provide ready mixed concrete delivered to Virginia Tech's Blacksburg, Virginia campus or Virginia Tech work sites near Blacksburg, Virginia, inclusive of all associated freight costs, on an as needed basis when ordered by Virginia Tech. All ready mix concrete work shall conform to Standards and Specifications, including, but not limited to VDOT Road and Bridge Standards, and VDOT Road and Bridge Specifications. A. TYPES OF CONCRETE REQUIRED: psi Concrete: shall be Class A4 Concrete for General Use in accordance with VDOT Section 219, unless specifically noted otherwise below: a. Cement shall be Type II, or may be Type I when fly ash is used. b. Fine Aggregate shall be natural Sand only. c. Corse Aggregate shall be VA #57, Grade A Stone. d. Air-Entraining Admixtures shall be used to provide specified air entrainment (6.5% +/- 1.5%) e. No other admixtures shall be used unless directed otherwise by Virginia Tech. f. Concrete shall contain a minimum of 635 ib. cement per cubic yard (CY) of concrete. g. Slump shall be a maximum of (4) four inches psi Concrete: Shall be Class A3 Concrete for General Use in accordance General Road and Bridge Specifications. a. Cement shall be Type II, or may be Type I when fly ashy is used. b. Fine Aggregate may be natural or manufactured, in accordance with VDOT, Section19. c. Coarse Aggregate shall be VA #57, Grade A Stone. d. Air-Entraining Admixtures shall be used to provide specified air (6%+/- 2%) e. No other admixtures shall be used unless directed otherwise by Virginia Tech. f. Concrete shall contain a minimum of 588 lbs. of cement per cubic yards of concrete. g. Slump shall be a maximum of 5 (five) inches psi, Curb Mix Concrete: Shall be Class A-3 HE Concrete for Posts and Rails in accordance with VDOT, Section 219, unless specifically noted otherwise below: a. Cement shall be Type II, or may be Type I when fly ash is used. b. Fine Aggregate shall be Natural Sand only. c. Coarse Aggregate shall be VA #7 Grade A Stone. d. Air-entraining Admixtures shall be used to provide air entrainment of (7% +/- 2%) e. No other admixtures shall be used unless directed by Virginia Tech. f. Concrete shall contain a minimum of 635 lbs. of cement per cubic yard of concrete. g. Slump shall be a maximum of 5". 4

6 psi, River Rock Aggregate Concrete: Shall be Class A4 Concrete for General Use with River Rock and River Sand Aggregates in order to match Exposed Aggregate Concrete on the Virginia Tech Campus in color and texture. a. Cement shall be Type II, or may be Type I when fly ash is used. b. Fine Aggregate shall be Brown River Sand, in accordance with VDOT, Section 202. c. Coarse Aggregate shall be Brown River Rock, graded in accordance with VA # psi, Conduit Encasement Concrete: Shall be Class B2 Concrete, to be used only in conduit encasement and other applications where unreinforced concrete is to be used for protection only, not requiring structural stability. This concrete shall be in conformance with VDOT, Section 19, of Class B2 Concrete, unless specifically noted otherwise below. a. Fine Aggregate shall be natural or manufactured. b. Coarse Aggregate shall be natural or manufactured. c. Fly Ash may be used as specified. d. Air-Entraining Admixtures are not required. e. No other admixtures shall be used unless directed otherwise by Virginia Tech. f. Concrete shall contain a minimum of 494 lbs. of cement per cubic yard of concrete. g. Slump may be 4-6" psi, Curb Mix Concrete: Shall be Class A-3 HE Concrete a. Cement shall be Type II, or may be Type I when fly ash is used. b. Fine Aggregate shall be Natural Sand only. c. Coarse Aggregate shall be VA #57Grade A Stone. d. Air-Entraining Admixtures shall be used to provide air entrainment of (7% +/- 2%) e. No other admixtures shall be used unless directed otherwise by Virginia Tech. f. Concrete shall contain a minimum of 635 lbs. of cement per cubic yard of concrete. g. Slumps maximum - 5" psi, Flowable Fill: Shall have a design compressive strength of approximately 1000 psi at 28 days after the installation of the fill when tested in accordance with AASHTO-T-23. Flowable fill composite material shall comply with all specification requirements of VDOT. 8. GENERAL NOTES: a. The quantities of fine and coarse aggregates necessary to conform to specifications in regard to consistency and workability shall be determined by the method described in "Recommended Practice for Selecting Proportions for Normal Weight Concrete" (ACI 21) and the actual quantities used shall not deviate more than plus or minus (5) five per cent from such quantities. b. The concrete shall provide minimum slump as permissible per Section IV., SCOPE OF SUPPLY. c. The quantity of admixture varies considerably and must be initially established by trial and error by the producer of the concrete or the contractor with subsequent adjustment during batching to maintain the desired results within the range as specified in Section IV., SCOPE OF SUPPLY. 5

7 B. DELIVERY SCHEDULE: 1. Concrete shall be delivered to multiple job sites located on Virginia Tech's Blacksburg, Virginia campus or Virginia Tech work sites near Blacksburg, Virginia, as directed by Virginia Tech. 2. Under normal circumstances, orders for concrete will be placed by Virginia Tech (24) twenty four hours ahead of time and shall be confirmed within (2) two hours of the requested delivery time. Orders may be cancelled by Virginia Tech at that time due to weather or unforeseen conditions. 3. Concrete shall be delivered at the requested time,+/- (30) thirty minutes. Virginia Tech reserves the right to refuse concrete delivered earlier or later than +/- (30) thirty minutes of the requested time of delivery. 4. In emergency situations as determined by Virginia Tech, (occurring approximately (24) Twenty-four to (30) thirty times per year), orders may be placed four hours ahead of time. C. OTHER REQUIREMENTS: 1. Concrete shall be placed within (1.5) one and a half hours of the time of batching, unless otherwise directed by Virginia Tech. 2. When requested by Virginia Tech, extra concrete chutes shall be provided by the contractor with concrete orders at no additional cost to Virginia Tech. 3. All orders delivered shall be accompanied by a ticket showing the following as a minimum: a. Concrete Mix b. Time of Batching c. Time of Delivery d. Quantity e. Work Order (will be provided by Virginia Tech when the concrete is ordered) f. Virginia Tech Contract Number 4. PARKING POLICY: All contractor vehicles parked on Virginia Tech property must display a parking permit. Contractors shall note that vehicles parked on Virginia Tech property without a parking pass or permit are subject to ticketing and fines. a. For overnight parking, the contractor's company owned vehicles shall use the parking lot in front of the Virginia Tech Printing Services and Surplus Property offices located at 1411 South Main Street also known as the old Kmart parking lot. Privately owned vehicle (POV) may park at this location. No overnight (24 hours) parking is allowed on Virginia Tech property. If parking POV's on Virginia Tech property, Virginia Tech Parking Services will identify which lot the POV shall park in. To be entitled to park in these lots, the contractor shall be required to buy a daily, weekly, monthly or annual permit from Virginia Tech Parking Services. It shall be the responsibility of the contractor to shuttle their employees to the job site. If the need arises, Virginia Tech may direct that the contractor owned vehicles be parked in a location or locations other than 1411 South Main Street, Blacksburg, Virginia. b. TURF PERMITS: These permits are issued by Parking Services to all vehicles requiring temporary parking on the grass except for construction equipment such as loaders and graders. Parking Services shall decide who can obtain a Turf Permit. This permit does not allow parking on sidewalks and plazas. As a courtesy, please do not park under trees. c. SIDEWALK POLICY: Sidewalk access to land - locked buildings is only allowed along designated routes. Vehicle pull - offs are designated at land locked building sites to move parked vehicles off sidewalks (but not onto turf). Parking an unattended vehicle on a sidewalk is strictly prohibited by state law and shall be subject to fines. The vehicle operator shall be made aware that extreme 6

8 caution shall be used to operate vehicle in a way that will not be a hazard or hindrance to pedestrians using the sidewalk. The contractor shall be responsible for any damage to the turf and anything that is located adjacent to the sidewalk. The procedure to obtain a permit to operate vehicles on a sidewalk is the same as outlined for Turf Policy. Any vehicle parked illegally on a sidewalk shall be subject to ticketing, fines and towing if necessary. d. UNIFORMS: All employees of the contractor and any subcontractor of the contractor shall wear uniforms or other appropriate Virginia Tech approved attire at all times to designate their affiliation with the contractor. e. DUTY TO PROTECT PROPERTY: The contractor shall continuously maintain adequate protection of all his work from damage and shall protect all other property from damage, injury or loss arising in connection with the work. The contractor shall make good any such damage, injury or loss except such as may be directly the result of errors in the contract documents or such as shall be caused directly by Virginia Tech. f. SAFETY PRECAUTIONS: The contractor shall comply with the rules and regulations of OSHA and the Department of Labor. The contractor alone shall be responsible for the safety, efficiency, adequacy of his plant, appliances, and methods and for any damage which may result from their improper construction, maintenance or operation. The contractor shall erect and properly maintain at all times, as required by the conditions and progress of the work, proper safeguards for the protection of workers and the public and shall post danger warnings against any hazards created by the construction operations. The contractor shall designate a responsible member of his organization on the work whose duty shall be the prevention of accidents. In the absence of notice to the contrary, filed with Virginia Tech in writing with a copy delivered to the Virginia Tech Police Department, this person shall be the Superintendent of the contractor. g. INVOICES: Invoices shall be submitted by the contractor within (1) one week after performance of work and shall show the contract number and the contract number. V. METHOD OF PAYMENT: Virginia Tech will authorize payment to the contractor after each satisfactory delivery of ready mix concrete and receipt of the contractor's invoice. Payment can be expedited through the use of the Wells One AP Control Payment System. Virginia Tech strongly encourages participation in this program. For more information on this program please refer to Virginia Tech's Purchasing website: or contact the person in Procurement Department identified in the IFB. VI. INVOICES: Invoices for goods or services provided under any contract resulting from this solicitation shall be submitted to: Virginia Polytechnic Institute and State University Accounts Payable North End Center, Suite 3300, Virginia Tech 300 Turner Street NW Blacksburg, Virginia VII. CONTRACT ADMINISTRATION: A. Anthony Watson, Associate Director of Buildings and Grounds, Facilities Department, at Virginia Tech or his designee, shall be identified as the Contract Administrator and shall use all powers under the contract to enforce its faithful performance. B. The Contract Administrator, or his designee, shall determine the amount, quantity, acceptability, fitness of all aspects of the services and shall decide all other questions in connection with the services. The Contract Administrator, or his designee, shall not have authority to approve changes in the services which alter the 7

9 concept or which call for an extension of time for this contract. Any modifications made must be authorized by the Virginia Tech Procurement Department through a written amendment to the contract. VIII. PRICE SCHEDULE: (TO BE COMPLETED BY BIDDER): The Bidder agrees to provide the following as described herein and in accordance with the terms and conditions contained herein for the following prices: psi Concrete, less than 3 CY order: $ /CY psi Concrete, 3 CY order or greater: psi Concrete, less than 3 CY order: psi Concrete, 3 CY order or greater: $ /CY psi Curb Mix Concrete, less than 3 CY order: psi Curb Mix Concrete, 3 CY order or greater: $ /CY psi River Rock, Aggregate Concrete, less than 3 CY order: psi River Rock, Aggregate Concrete, 3 CY order or greater: psi Conduit Encasement Concrete, less than 3 CY order: $ /CY psi Conduit Encasement Concrete, 3 CY order or greater: psi Curb Mix Concrete, less than 3 CY order: $ /CY psi Curb Mix Concrete, greater than 3 CY order: $ /CY psi Flowable Fill: 14. Duct Bank 4000 psi (dump load and leave) $ /CY IX. BID EVALUATION PROCEDURE: 1. BIDDERS SHOULD NOT FILL IN THE BLANK SPACES. This example is only intended to illustrate the evaluation procedure to be utilized. 2. Bids will be evaluated on the basis of the lowest grand total price from responsive, responsible bidders. The low bidder will be determined by use of the prices provided by the bidder in Section VIII. PRICING SCHEDULE in the following hypothetical scenario: During the contract period, the Contractor provides services in the quantities listed below. Description Minimum/Maximum Amount Per Order Estimated Quantity Unit Price Total psi Concrete < 3 CY order 300 CY $ /CY $ 8

10 psi Concrete psi Concrete psi Concrete psi Curb Mix Concrete psi Curb Mix Concrete 3 CY order or > 1200 CY $ /CY $ < 3 CY order 40CY $ /CY 3 CY order or > 160CY $ /CY < 3 CY order $ $ 3 CY order or > 40CY $ :/CY $ psi River Rock psi River Rock psi psi < 3 CY order 10CY $ /CY $ 3 CY order or > 40 CY $ --'/CY $ < 3 CY order 200CY $ /CY $ 3 CY order or > 600 CY $ :/CY $ psi psi < 3 CY order 50 CY $ /CY $ > 3 CY order or > 50 CY $ --'/CY $ 13. Flowable Fill > 3 CY order or > 200 CY $ /CY $ 14. Duct Bank > 3 CY order 27 CY $ /CY $ X. ADDENDUM: Grand Total $ XI. Any ADDENDUM issued for this solicitation may be accessed at Since a paper copy of the addendum will not be mailed to you, we encourage you to check the web site regularly. CONTROLLING VERSION OF SOLICITATION: The PDF version of the solicitation and any addenda issued by Virginia Tech Procurement Services is the mandatory controlling version of the document. Any modification of/or additions to the solicitation by the Bidder shall not modify the official version of the solicitation issued by Virginia Tech Procurement Services. Such modifications or additions to the solicitation by the Bidder may be cause for rejection of the bid; however, Virginia Tech reserves the right to decide, on a case by case basis, in its sole discretion, whether to reject such a bid. XII. TERMS AND CONDITIONS: This solicitation and any resulting contract/purchase order shall be governed by the attached terms and conditions. XIII. ATTACHMENTS: Attachment A - Terms and Conditions Attachment B - Standard Contract Form 9

11 ATTACHMENT A TERMS AND CONDITIONS Bid General Terms and Conditions See BID pdf Special Terms and Conditions 1. AUDIT: The Contractor hereby agrees to retain all books, records, and other documents relative to this contract for five (5) years after final payment, or until audited by the Commonwealth of Virginia, whichever is sooner. Virginia Tech, its authorized agents, and/or State auditors shall have full access to and the right to examine any of said materials during said period. 2. AVAILABILITY OF FUNDS: It is understood and agreed between the parties herein that Virginia Tech shall be bound hereunder only to the extent of the funds available or which may hereafter become available for the purpose of this agreement. 3. AWARD OF CONTRACT: Virginia Tech will make the award on a grand total price basis to the lowest responsive and responsible bidder. The Virginia Tech Procurement Department also reserves the right to reject any or all bids, in whole or in part, to waive informalities and to delete items prior to making the award, whenever it is deemed in the sole opinion of Virginia Tech to be in its best interest. Virginia Tech reserves the right to award more than one contract as a result of this solicitation. 4. BID PRICES: Bid shall be in the form of a firm unit price for each item during the contract period. 5. CANCELLATION OF CONTRACT: Virginia Tech reserves the right to cancel and terminate any resulting contract, in part or in whole, without penalty, upon 60 days written notice to the Contractor. In the event the initial contract period is for more than 12 months, the resulting contract may be terminated by either party, without penalty, after the initial 12 months of the contract period upon 60 days written notice to the other party. Any contract cancellation notice shall not relieve the Contractor of the obligation to deliver and/or perform on all outstanding orders issued prior to the effective date of cancellation. 6. CONTRACT DOCUMENTS: The contract entered into by the parties shall consist of the Invitation for Bids, the signed Bid submitted by the Contractor, the Commonwealth Standard Contract Form (copy attached), the General Terms and Conditions, Special Terms and Conditions, the specifications including all modifications thereof, all of which shall be referred to collectively as the Contract Documents. 7. CONTRACT PERIOD: The contract shall be for a period of one ( 1) year. 8. FINAL INSPECTION: At the conclusion of the work, the Contractor shall demonstrate to the authorized Virginia Tech representatives that the work is fully operational and in compliance with contract specifications and codes. Any deficiencies shall be promptly and permanently corrected by the Contractor at the Contractor's sole expense prior to final acceptance of the work. 9. IDENTIFICATION OF SEALED BID ENVELOPE: If a special envelope is not furnished, or if return in the special envelope is not possible, the signed bid should be returned in a separate envelope or package, sealed and addressed as follows: VIRGINIA POLYTECHNIC INSTITUTE AND STATE UNIVERSITY Procurement Department (MC 0333) North End Center, Suite 2100, Virginia Tech 300 Turner Street NW Blacksburg, Virginia Reference the opening date and hour, and Bid Number in the lower left corner of the envelope or package. If a bid not contained in the special envelope is mailed, the bidder takes the risk that the envelope, even if marked as described above, may be inadvertently opened and the information compromised which may cause the bid to be disqualified. No other correspondence or other bids should be placed in the envelope. Bids may be hand delivered to the Virginia Tech Procurement Department. 10

12 1 O. INSURANCE: By signing and submitting a bid under this solicitation, the Bidder certifies that if awarded the contract, it will have the following insurance coverages at the time the work commences. Additionally, it will maintain these during the entire term of the contract and that all insurance coverages will be provided by insurance companies authorized to sell insurance in Virginia by the Virginia State Corporation Commission. During the period of the contract, Virginia Tech reserves the right to require the Contractor to furnish certificates of insurance for the coverage required. INSURANCE COVERAGES AND LIMITS REQUIRED: A. Worker's Compensation - Statutory requirements and benefits. B. Employers Liability-$100, C. General Liability - $500, combined single limit. Virginia Tech and the Commonwealth of Virginia shall be named as an additional insured with respect to goods/services being procured. This coverage is to include Premises/Operations Liability, Products and Completed Operations Coverage, Independent Contractor's Liability, Owner's and Contractor's Protective Liability and Personal Injury Liability. D. Automobile Liability - $500, The contractor agrees to be responsible for, indemnify, defend and hold harmless Virginia Tech, its officers, agents and employees from the payment of all sums of money by reason of any claim against them arising out of any and all occurrences resulting in bodily or mental injury or property damage that may happen to occur in connection with and during the performance of the contract, including but not limited to claims under the Worker's Compensation Act. The contractor agrees that it will, at all times, after the completion of the work, be responsible for, indemnify, defend and hold harmless Virginia Tech, its officers, agents and employees from all liabilities resulting from bodily or mental injury or property damage directly or indirectly arising out of the performance or nonperformance of the contract. 11. NOTICES: Any notices to be given by either party to the other pursuant to any contract resulting from this solicitation shall be in writing, hand delivered or mailed to the address of the respective party at the following address: If to Contractor: Attention: Address Shown On Bid Cover Page Name of Person Signing Bid If to Virginia Tech: Virginia Polytechnic Institute and State University Attn: Anthony S. Beeken Procurement Department (0333) North End Center, Suite 2100, Virginia Tech 300 Turner Street NW Blacksburg, Virginia And Virginia Polytechnic Institute and State University Attn: Anthony Watson Facilities Department Sterrett Facilities Complex 230 Sterrett Drive Blacksburg, Virginia PRICE ESCALATION/DEESCALATION: Price adjustments for changes in the contractor's price of materials, labor, and transportation may be permitted. Request for price adjustments for any other reasons will not be granted. No price increases will be authorized for 365 calendar days after the effective date of the contract. Upward price adjustments may be permitted only at the end of this period and each 365 days thereafter and only where verified to the satisfaction of the Virginia Tech Procurement Department. However, "across the board" price decreases are subject to implementation at any time and shall be immediately conveyed to Virginia Tech. Contractor shall give not less than 30 days advance notice of any desired price increase to the Virginia Tech Procurement Department. Any approved price changes will be effective only at the beginning of the calendar month following the end of the full 30 day notification period. The Contractor shall document the amount and proposed effective date of any general change in the price of materials, labor, and transportation. Only general "across the board" price increases will be considered and must affect all suppliers of the commodities or goods. Documentation shall be supplied with the Contractor's request for increase which will: (1) verify that the requested price increase is general in scope and not applicable just to Virginia Tech; and (2) verify the amount or percentage of increase which is being passed on to the Contractor by the Contractor's suppliers. Failure by the Contractor to supply the aforementioned verification with the request for price increase will result in a delay of the effective date of such increase. The Virginia Tech Procurement 11

13 Department may verify such change in price independently. The Virginia Tech Procurement Department may make such verification as it deems adequate. However, any increase which the Virginia Tech Procurement Department determines is excessive, regardless of any documentation supplied by the Contractor, may be cause for cancellation of the contract by the Virginia Tech Procurement Department. The Virginia Tech Procurement Department will notify the contractor in writing of the effective date of any increase which is approved. However, the Contractor shall fill all purchase orders received prior to the effective date of the price adjustment at the old contract prices. The contractor is further advised that price decreases which affect the price of materials, labor, and transportation are required to be passed on to Virginia Tech immediately. Failure to do so will result in action to recoup such amounts. 13.QUANTITIES: Quantities set forth in this solicitation are estimates only, and the Contractor shall supply at bid prices actual quantities as ordered, regardless of whether such total quantities are more or less than those shown. 14.RENEWAL OF CONTRACT: This contract may be renewed by Virginia Tech upon written agreement of both parties for four successive one year periods, under the terms of the current contract, and at a reasonable time (approximately 90 days) prior to the expiration. 15.SAFETY: The Contractor bears sole responsibility for the safety of its employees. The Contractor shall take all steps necessary to establish, administer, and enforce safety rules that meet the regulatory requirements of the Virginia Department of Labor and Industry (VDU) and the Occupational Safety and Health Administration (OSHA). The contractor shall take steps as necessary to protect the safety and health of university employees, students, and visitors during the performance of their work. In addition, the contractor must also provide the university with a written safety program that it intends to follow in pursuing work under this contract. By entering into a contract with Virginia Tech, the contractor and its subcontractors agree to abide by the requirements described in Safety Requirements for Contractors and Subcontractors located on Virginia Tech's Environmental, Health and Safety Services (EHSS) web site at this URL safety.php. A copy of the publication may also be obtained by contacting EHSS at 540/ No work under this contract will be permitted until the university is assured that the contractor has an adequate safety program in effect. 16.SEVERAL LIABILITY: Virginia Tech will be severally liable to the extent of its purchases made against any contract resulting from this solicitation. Applicable entities described herein will be severally liable to the extent of their purchases made against any contract resulting from this solicitation. 17.WARRANTY (COMMERCIAL): The Contractor agrees that the supplies or services furnished under any award resulting from this solicitation shall be covered by the most favorable commercial warranties the contractor gives any customer for such supplies or services and that the rights and remedies provided therein are in addition to and do not limit those available to Virginia Tech by any other clause of this solicitation. A copy of this warranty must be furnished with the bid. 18.WORK SITE DAMAGES: Any damage to existing utilities, equipment or finished surfaces resulting from the performance of this contract shall be repaired to the Owner's satisfaction at the Contractor's expense. 12

14 ATTACHMENT B Standard Contract form for reference only Bidders do not need to fill in this form COMMONWEAL TH OF VIRGINIA STANDARD CONTRACT Contract Number: This contract entered into this day of 20_, by, hereinafter called the "Contractor" and Commonwealth of Virginia, Virginia Polytechnic Institute and State University called "Virginia Tech". WITNESSETH that the Contractor and Virginia Tech, in consideration of the mutual covenants, promises and agreements herein contained, agrees as follows: SCOPE OF CONTRACT: The Contractor shall provide the to Virginia Tech as set forth in the Contract Documents. PERIOD OF CONTRACT: From through COMPENSATION AND METHOD OF PAYMENT: The Contractor shall be paid by Virginia Tech in accordance with the contract documents. CONTRACT DOCUMENT: The contract documents shall consist of this signed contract, Invitation For Bid Number dated, together with all written modifications thereof and the bid submitted by the Contractor dated, all of which contract documents are incorporated herein. In WITNESS WHEREOF, the parties have caused this Contract to be duly executed intending to be bound thereby. Contractor: Virginia Tech By: By: Title: Title: ~ ~ 13

15 DATE INVITATION FOR SEALED BID# THIS IS NOT A.NORDER VIRGINIA POLYTECHNIC INSTITUTE A~D ST A TE UNIVERSITY PROCUREMENT DEPARTMENT (MC 0333) NORTH END CEJ\TER, SUITE 2100, VIRGINIA TECH, 300 TURNER STREET N". BLACKSBURG, VIRGINIA BID RETURN DA TE AND HOUR BID OPENING DATE AND HOUR June Julv PM BIDDERS ADDRESS ADDRESS ALL INQUIRIES AND CORRESPONDENCE TO Anthony S. Beeken, VCO, CUPO Contracts Officer/Buyer Senior ADDRESS: abeekenl(/!vt.edu TELEPHONE NUMBER (540) FAX NUMBER (540) AFTER HOUR MESSAGES (540) COMMODITY: Ready Mix Concrete SEE ATTACHED SPECIAL INSTRUCTIONS 1. Faxed/ responses to Sealed Bids cannot be sent directly to the Procurement Department. see "Facsimile Bids" of the attached General Terms and Conditions. Responses must be submitted on this form and the attachment (s) provided. Responses should be signed below. 4. Responses will be received in the Virginia Polytechnic institute and State University, Procurement Department (MC 0333 ).North End Cente~. Sune Virginia Tech. 300 Turner Street NV-', Blacksburg, VA until the bid opening date and hour or. if specified, the bid return date and hou~ shown above. Contact the buyer listed above for bid award information. Enclose a self-addressed stamped envelope if you wish to obtain price infomrntion. 6. DELIVERY IS F.0.B. DESTINATION UNLESS OTHERWISE NOTED IN THE BODY OF THE BID. 7. Any ADDENDUM issued for this solicitation may be accessed at Since a paper copy of the addendum will not be mailed to you. we encourage you to check the web site regular]~. 8. Bidders must take cognizance of thr fees associated with the ev A Busines~-To-Government Vendor Registration requirement described herein and at and submit prices accordinglv. CERTIFICATION: IN ACCORDANCE WITH THIS INVITATION FOR SEALED BID AND SUBJECT TO ALL TERMS AND CONDITIONS CONTAINED HEREIN INCLUDING THE GENERAL TERMS AND CONDITIONS SHO\VN AT \'t.eduihtml.docs1ten11s1gtc BID 0I pdf THE UNDERSIGNED OFFERS AND AGREES TO FURNISH THE GOODS OR SERVICES FOR THE PRICE<S) OFFERED. FULL LEGAL NAME IPRINTi FEDERAL TAXPAYER NUMBER!ID# 1 DELl\"ERY DA TE (.:.:omnany name as 11 appear" with your federal Taxpayer Number1 7~ /,i- (lf J1t1en:nt than tne Full Legal I\ame1 FEDE!Ll\.L T AXP A YEP-. NUMB Ek nf J1fferent than ID#..tlmve I BILLING NA.,\1E (Lornpany name as 11 appears on your mvo1ce1 FEDERAL TAXPAYER NUMBER (lf different tnan ID;; abow PURCHASE ORDER ADDRESS PAYMENT ADDRESS p D f2;p [... \ 2 lflo '2.. "P D Got:- I Z.. % '7- RoAno'hc=: DA 21..tD-Z.-S..cAl-...") o~ \ja 24-D'Z...5 CONTACTNAMETITLE (PRINT! I SIGNATURE (IN INK! I~ I TOLL FREE TELEPHONE NUMBER I DATE I 7;,, ;,' TELEPH01'i"E NUMBER b<~+.qvlu\_ e 5 ''fo. 3'f S. 3'0'+~ \~.-cone r-t-..k.cm. Qd. lco-z. 'BUSINESS CLASSIFIC A D SMALL D MINORITY-OWNED I D WOMEN-OWNED 'Busmess Classification definiuons can be \ iewed at httrl;_''\\w\\.~,m 1 t.ed~ '\'endor'cias,_1_11m! 'Is your Classification certified by the Virgmrn Department of Small Bus mess and Supplier Diversirv 1 If ves. provide Certification Number 1 ISBSDl 0 0 Yes EfNo

16 for assistance with cert1ficjt1on questions. rlease visit: h.t.tr: Is any member of the firm an employee of the Commonwealth of Virginia who has a personal interest in this contract pursuant to the Code of Virginia? YES NO_---"-', SIGNATURE (IN INK) zh I Jl, ' Date: Note: This public body does not discriminate against faith-based organizations in accordance with the Code of Virginia, or against a bidder or offeror because of race, religion, color, sex, national origin, age, disability, or any other basis prohibited by state law relating to discrimination in employment. THIS IS NOT AN ORDER "'''~'"''"'"'" 2

17 I. PURPOSE: VIRGINIA POLYTECHNIC INSTITUTE AND STATE UNIVERSITY (VIRGINIA TECH) INVITATION FOR SEALED BID NUMBER Ready Mix Concrete The intent and purpose of this Invitation or Sealed Bid is to establish a term contract with one or more qualified sources that can provide ready mix concrete for Virginia Polytechnic Institute and State University (Virginia Tech), an agency of the Commonwealth of Virginia. II. EVA BUSINESS-TO-GOVERNMENT ELECTRONIC PROCUREMENT SYSTEM: The eva Internet electronic procurement solution streamlines and automates government purchasing activities within the Commonwealth of Virginia. Virginia Tech, and other state agencies and institutions, have been directed by the Governor to maximize the use of this system in the procurement of goods and services. We are, therefore, requesting that your firm register as a trading partner within the eva system. There are registration fees and transaction fees involved with the use of ev A. These fees must be considered in the provision of quotes, bids and price proposals offered to Virginia Tech. Failure to register within the eva system may result in the quote, bid or proposal from your firm being rejected and the award made to another vendor who is registered in the eva system. Registration in the eva system is accomplished on-line. Your firm must provide the necessary information. Please visit the eva website portal at buyer-vendor.htm and register both with eva and Ariba. This process needs to be completed before Virginia Tech can issue your firm a Purchase Order or contract. If your firm conducts business from multiple geographic locations, please register these locations in your initial registration. For registration and technical assistance, reference the evacustomercare@dgs.virginia.aov, or call or CONTRACT PARTICIPATION: eva website College of William and Mary George Mason Universlry Jame:s Madison- Un!Verstty Did Oominion UniverSJt'; Radford Umversily The Umvers.1ty of Virgin1~ V~ginia Commonwealth Universit1 Virginia Mihtllry institute Virginia Teet It is the intent of this solicitation and resulting contract to allow for cooperative procurement. Accordingly, any pubiic body, public or private health or educational institutions, or Virginia Tech s affiliated corporations and/or partnerships may access any resulting contract if authorized by the contractor. Participation in this cooperative procurement is strictly voluntary. If authorized by the Contractor, the resultant contract may be extended to the entities indicated above to purchase at contract prices in accordance with cornract terms. The Contractor shall notify Virginia Tech in writing of any such entities accessing the contract. No modification of this contract or execution of a separate contract is required to participate. The Contractor will provide semi-annual usage reports for all entities accessing the Contract. Participating entities shall place their own orders directly with the Contractor and shall fully and independently administer their use of the contract to include contractual disputes, invoicing and payments without direct administration from Virginia Tech. Virginia Tech sr,all not be held liable for any costs or damages incurred by any other participating entity as a result of any authorization by the Contractor to extend the contract. It is understood and agreed that Virginia Tech is not responsible for the acts or omissions of any entity, and will not be considered in default of the contract no matter the circumstances. Use of this contract does not preclude any participating entity from using other contracts or competitive processes as the need may be. 3

18 IV. SCOPE OF SERVICE: The contractor shall provide ready mixed concrete delivered to Virginia Tech s Blacksburg. Virginia campus or Virginia Tech work sites near Blacksburg. Virginia, inclusive of all associated freight costs, on an as needed basis when ordered by Virginia Tech. All ready mix concrete work shall conform to Standards and Specifications, including, but not limited to VDOT Road and Bridge Standards, and VDOT Road and Bridge Specifications. A. TYPES OF CONCRETE REQUIRED: psi Concrete: shall be Class A4 Concrete for General Use in accordance with VDOT Section 219, unless specifically noted otherwise below: a. Cement shall be Type II, or may be Type I when fly ash is used. b. Fine Aggregate shall be natural Sand only. c. Corse Aggregate shall be VA #57, Grade A Stone. d. Air-=:ntraining Admixtures shall be used to provide specified air entrainment (6.5% +/- 1.5%) e. No other admixtures shall be used unless directed otherwise by Virginia Tech. f. Concrete shall contain a minimum of 635 ib. cement per cubic yard (CY) of concrete. g. Slump shall be a maximum of (4) four inches psi Concrete: Shall be Class A3 Concrete for General Use in accordance General Road and Bridge Specifications. a. Cement shall be Type I!, or may be Type I when fly ashy is used. b. Fine Aggregate may be natural or manufactured. in accordance with VDOT, Section19. c. Coarse Aggregate shall be VA #57, Grade A Stone. d. Air-Entraining Admixtures shall be used to provide specified air (6%+/- 2%) e. No other admixtures shall be used unless directed otherwise by Virginia Tech. f. Concrete shall contain a minimum of 588 lbs. of cement per cubic yards of concrete. g. Slump shall be a maximum of 5 (five) inches psi. Curb Mix Concrete: Shall be Class A-3 Ht: Concrete for Posts and Rails in accordance with VDOT, Section 219, unless specifically noted otherwise below: a. Cement shall be Type II, or may be Type I when fly ash is used. b. Fine Aggregate shall be Natural Sand only. c. Coarse Aggregate shall be VA #7 Grade A Stane. d. Air-entraining Admixtures shall be used to provide air entrainment of (7% +/- 2%) e. No other admixtures shall be used unless directed by Virginia Tech. f. Concrete shall contain a minimum of 635 lbs. of cement per cubic yard of concrete. g. Slump shall be a maximum of 5''. 4

19 psi. River Rock Aggregate Concrete: Shall be Class A4 Concrete for General Use with River Rock and River Sand Aggregates in order to match Exposed Aggregate Concrete on the Virginia Tech Campus in color and texture. a. Cement shall be Type II, or may be Type I when fly ash is used. b. Fine Aggregate shall be Brown River Sand, in accordance with VDOT, Section 202. c. Coarse Aggregate shall be Brown River Rock, graded in accordance with VA # psi, Conduit Encasement Concrete: Shall be Class B2 Concrete, to be used only in conduit encasement and other applications where unreinforced concrete is to be used for protection only, not requiring structural stability. This concrete shall be in conformance with VDOT, Section 19, of Class B2 Concrete, unless specifically noted otherwise below. a. Fine Aggregate shall be natural or manufactured. b. Coarse Aggregate shall be natural or manufactured. c. Fly Ash may be used as specified. d. Air-Entraining Admixtures are not required. e. No other admixtures shall be used unless directed otherwise by Virginia Tech. f. Concrete shall contain a minimum of 494 lbs. of cement per cubic yard of concrete. g. Slump may be 4-6'' psi. Curb Mix Concrete: Shall be Class A-3 HE Concrete a. Cement shall be Type II, or may be Type I when fly ash is used. b. Fine Aggregate shall be Natural Sand only. c. Coarse Aggregate shall be VA #57Grade A Stone. d. Air-Entraining Admixtures shall be used to provide air entrainment of (7% +/- 2%) e. No other admixtures shall be used unless directed otherwise by Virginia Tech. f. Concrete shall contain a minimum of 635 lbs. of cement per cubic yard of concrete. g. Slumps maximum - 5" psi, Flowabie Fill: Shall have a design compressive strength of approximately 1000 psi at 28 days after the installation of the fill when tested in accordance with AASHTO-T-23. Flowable fill composite material shall comply with all soecification requirements of VDOT. 8. GENERAL NOTES: a. The quantities of fine and coarse aggregates necessary to conform to specifications in regard to consistency and workability shall be determined by the method described in "Recommended Practice for Selecting Proportions for Normal Weight Concrete" (ACI 21) and the actual quantities used shall not deviate more than plus or minus (5) five per cent from such quantities. b. The concrete shall provide minimum slump as permissible per Section IV., SCOPE OF SUPPLY. c. The quantity of admixture varies considerably and must be initially established by trial and error by the producer of the concrete or the contractor with subsequent adjustment during batching to maintain the desired results within the range as specified in Section IV., SCOPE OF SUPPLY. 5

Invitation for Bid For. Term Contract. Gasoline and Diesel Fuel for the Tidewater AREC. July 13, 2018

Invitation for Bid For. Term Contract. Gasoline and Diesel Fuel for the Tidewater AREC. July 13, 2018 Invitation for Bid 0056643 For Term Contract Gasoline and Diesel Fuel for the Tidewater AREC July 13, 2018 Note: This public body does not discriminate against faith-based organizations in accordance with

More information

Invitation for Bid# For. Tailor Shop Press. October 17, 2017

Invitation for Bid# For. Tailor Shop Press. October 17, 2017 Invitation for Bid#0052649 For Tailor Shop Press October 17, 2017 Note: This public body does not discriminate against faith-based organizations in accordance with the Code of Virginia, 2.2-4343.1 or against

More information

COMMONWEALTH OF VIRGINIA ST AND ARD CONTRACT

COMMONWEALTH OF VIRGINIA ST AND ARD CONTRACT COMMONWEALTH OF VIRGINIA ST AND ARD CONTRACT Contract Number: VTG-340-2017 This contract entered into this 3rd day of August 2016, by Lhoist No1ih America of Virginia, Inc., hereinafter called the "Contractor"

More information

Thank you for responding to my letter of May 1, 2017 and agreeing to renew the contract. The contract will now expire August 14, 2018.

Thank you for responding to my letter of May 1, 2017 and agreeing to renew the contract. The contract will now expire August 14, 2018. !IJVirginiaTech / 0 cop Procurement Department (MC 0333) North End Center, Suite 2100, Virginia Tech 300 Turner Street NW Blacksburg, Virginia 24061 540/231-6221 Fax: 540/231-9628 www. procurement.vt.edu

More information

Request for Proposal # For. Custom Metal Outdoor Site Furnishings. August 15, 2018

Request for Proposal # For. Custom Metal Outdoor Site Furnishings. August 15, 2018 Request for Proposal # 0057144 For Custom Metal Outdoor Site Furnishings August 15, 2018 Note: This public body does not discriminate against faith-based organizations in accordance with the Code of Virginia,

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

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

Request for Proposal # For. Athletics Viewing Towers. March 1, 2019

Request for Proposal # For. Athletics Viewing Towers. March 1, 2019 Request for Proposal # 0058668 For Athletics Viewing Towers March 1, 2019 Note: This public body does not discriminate against faith-based organizations in accordance with the Code of Virginia, 2.2-4343.1

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

MANDATORY GENERAL TERMS AND CONDITIONS

MANDATORY GENERAL TERMS AND CONDITIONS MANDATORY GENERAL TERMS AND CONDITIONS A. PURCHASING M AN U AL / G O V E R NING R U LES: This s o l i c i t a t i o n and any resulting contract is s u b j e c t to the provisions of the Commonwealth of

More information

Request for Bid #1667 (RFB) CONCRETE SERVICES

Request for Bid #1667 (RFB) CONCRETE SERVICES Request for Bid #1667 (RFB) CONCRETE SERVICES CLOSING LOCATION: ATHENS MUNICIPAL BUILDING ATTN: PURCHASING 815 North Jackson Street Athens, TN 37303 (423) 744-2780 ISSUED: April 6th, 2018 DUE: April 25th,

More information

Request for Proposal. RFP # Recreation T-Shirts

Request for Proposal. RFP # Recreation T-Shirts County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-1212-1 This procurement is governed

More information

Request for Proposal. RFP # Towing Services Inoperable Vehicles

Request for Proposal. RFP # Towing Services Inoperable Vehicles County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0601-1 This procurement is governed

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

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

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

COUNTY OF PRINCE EDWARD, VIRGINIA

COUNTY OF PRINCE EDWARD, VIRGINIA COUNTY OF PRINCE EDWARD, VIRGINIA Invitation for Bids For Stripping and Waxing of VCT Floors in County Courthouse Issue Date: Monday, April 20, 2009 Due Date and Time: Send Proposals To: All inquiries:

More information

Request for Proposal # for. Web-Based Client Relationship Management Tool for MBA Programs

Request for Proposal # for. Web-Based Client Relationship Management Tool for MBA Programs Request for Proposal #648257 for Web-Based Client Relationship Management Tool for MBA Programs February 4, 2009 1 RFP 648257 GENERAL INFORMATION FORM QUESTIONS: All inquiries for information regarding

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

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION] P.O. Number [INSTRUCTIONS FOR COMPLETING THIS FORM ARE IN ITALICS AND BRACKETS. PLEASE COMPLETE EVERY FIELD AND DELETE ALL INSTRUCTIONS INCLUDING THE BRACKETS.] STATE OF MINNESOTA MINNESOTA STATE COLLEGES

More information

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

Invitation To Bid. for

Invitation To Bid. for PLYMOUTH TOWNSHIP POLICE DEPARTMENT Thomas J. Tiderington, Chief of Police 9955 N Haggerty Rd Plymouth, MI 48170 (734) 354-3232 Invitation To Bid for TOWING SERVICES Contact: Lieutenant Daniel Kudra Phone:

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

Appomattox River Water Authority

Appomattox River Water Authority Appomattox River Water Authority 21300 Chesdin Rd. - S. Chesterfield, VA 23803 - Phone (804) 590-1145 - Fax (804) 590-9285 ADVERTISEMENT FOR BIDS APPOMATTOX RIVER WATER AUTHORITY BID INVITATION NO: 19-0207

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

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

More information

COMMONWEALTH OF VIRGINIA STANDARD CONTRACT

COMMONWEALTH OF VIRGINIA STANDARD CONTRACT COMMONWEALTH OF VRGNA STANDARD CONTRACT Contract Number: VTG-361-2017 This contract entered into this 15th day of August 2016, by Construction Materials Company dba CONROCK, hereinafter called the "Contractor"

More information

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

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

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2.

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2. IMPORTANT PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 13 REQUEST FOR SEALED BID REQ. NO. 3000000603 DATE: 2/28/07 (PUBLIC OPENING) Bids must be returned on or before 10:00 a.m., Wednesday,

More information

Core Technology Services Division PO Box Grand Forks, ND

Core Technology Services Division PO Box Grand Forks, ND Division PO Box 13597 Bid Number: CTSIFB-15-01 Date Issued: January 27, 2015 Bid Title: Google Search Appliance Procurement Officer: Jerry Rostad Deadline for Questions: February 3, 2015 Telephone: 701-239-6668

More information

ADDENDUM NO. 1 GENERAL CLARIFICATIONS

ADDENDUM NO. 1 GENERAL CLARIFICATIONS ADDENDUM NO. 1 UA RESEARCH AND TECHNOLOGY PARK PEDESTRIAN IMPROVEMENTS Facilities Management Division University of Arkansas Fayetteville, Arkansas Plans No. 018-0073 October 22, 2018 The Specifications

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

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401 REQUEST FOR BIDS SNOW REMOVAL AND SANDING USM GORHAM 1.0 GENERAL INFORMATION

More information

Mold Remediation and Clean Up of Central High School

Mold Remediation and Clean Up of Central High School GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone

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 Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

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

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

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season Posting Date: January 8, 2014 Response Deadline: January 29, 2014 3:00 p.m.central Standard Time (CST) To: Raymond

More information

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,

More 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

PURCHASE ORDER ACKNOWLEDGEMENT

PURCHASE ORDER ACKNOWLEDGEMENT PURCHASE ORDER These Terms and Conditions shall apply to this Purchase Order attached hereto as Exhibit A and to all subsequent transactions (whether or not a Purchase Order is used) between Marquette

More information

GROUNDS MAINTENANCE AGREEMENT

GROUNDS MAINTENANCE AGREEMENT GROUNDS MAINTENANCE AGREEMENT THIS AGREEMENT is entered into this day of, 2012, by and between the City of Plant City ( City ) and Company ), whose address is. WHEREAS, City desires to retain Company to

More information

BID FOR LUMP SUM CONTRACT

BID FOR LUMP SUM CONTRACT SECTION 1.A BID FOR LUMP SUM CONTRACT Date: BID OF (hereinafter called "Bidder") a corporation* organized and existing under laws of the State of, a partnership* consisting of, an individual* trading as,

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

More information

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

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

More information

Knox County Government and Strategic Equipment and Supply

Knox County Government and Strategic Equipment and Supply Knox County Government and Strategic Equipment and Supply This Contract made and entered into this day of, 2010 by and between Knox County Schools, on behalf of Knox County Government, through its governing

More information

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16. Tennessee Technological University Date: 10/25/2016 Purchasing Office Contact: Emily Vaughn P. O. Box 5144, 1 William L. Jones Dr., Ste. 301 Phone: 931-372-3566 Cookeville, TN 38505-0001 Email: evaughn@tntech.edu

More information

VIRGINIA DEPARTMENT OF TRANSPORTATION INVITATION FOR BIDS (IFB)

VIRGINIA DEPARTMENT OF TRANSPORTATION INVITATION FOR BIDS (IFB) VIRGINIA DEPARTMENT OF TRANSPORTATION INVITATION FOR BIDS (IFB) Issue Date: June 25, 2013 IFB# 151135, Lynchburg District Office, Appomattox, Dillwyn & Halifax Residencies Commodity Code: 93634 Issuing

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

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

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

More information

Thank you for responding to my letter of May 9, 2018 and agreeing to renew the contract. T he contract will now expire August 14, 2019.

Thank you for responding to my letter of May 9, 2018 and agreeing to renew the contract. T he contract will now expire August 14, 2019. WFi? VIRGINIA VU TECH Procurement 300 Turner Street NW North End Center, Ste 2100 Blacksburg, Virginia 24061 P: (540) 231-622 1 F: (540) 231-9628 www.procurement. vt.edu June 12, 2018 Rockingham Redi-Mix,

More information

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS I N V I T A T I O N T O B I D B I D # 1 0-17 FINANCE DEPARTMENT GREGORY N. L HEUREUX Finance Director KRISTIE BRADBURY Deputy Finance Director COLLEEN C. SELBERG Purchasing Agent DOOR AND WINDOW REPLACEMENT

More information

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling

TOWN OF BARNSTABLE INVITATION FOR BID. Barnstable School Department Hyannis, MA. Refuse Collection and Disposal and Recycling TOWN OF BARNSTABLE INVITATION FOR BID Barnstable School Department Hyannis, MA Refuse Collection and Disposal and Recycling May 30, 2013 IFB Due: 7/10/13, no later than 2 pm It is the responsibility of

More information

Invitation to Bid BOE. Diesel Exhaust Fluid

Invitation to Bid BOE. Diesel Exhaust Fluid Invitation to Bid 20170811-02-BOE Diesel Exhaust Fluid Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN

More information

Request for Proposal RFP # SUBJECT: Ergotron LX

Request for Proposal RFP # SUBJECT: Ergotron LX Request for Proposal RFP #13-1422 SUBJECT: Ergotron LX DATE OF ISSUE: July 3, 2013 TO RESPOND BY: RESPOND TO: July 19, 2013 @ 1500 Hours (3:00 PM Pacific Time) Leslie Burke, Purchasing Agent Purchasing

More information

England s Pleasant View Homeowner s Association REQUEST FOR PROPOSALS

England s Pleasant View Homeowner s Association REQUEST FOR PROPOSALS England s Pleasant View Homeowner s Association PO Box 16651 Missoula, MT 59808 Email: groundscommittee@pleasantviewhomes.org REQUEST FOR PROPOSALS Snow Removal Services Issued on: September 4 th, 2013

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed bids

More information

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name: INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JUNE 14, 2017 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 PAGE 1 OF 10 PAGES BIDS DUE: JUNE

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B Sealed bids will be received by the Gratiot Community Airport at the City of Alma municipal office at 525 East Superior Street, P.O.

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: OCTOBER 29, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 11 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: NOVEMBER

More information

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 ISSUE DATE: December 4, 2007 BIDS MUST BE RECEIVED BY: December

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

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services ADVERTISEMENT FOR BIDS Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services until 11:00 a.m. on Thursday, December 11, 2015, at City Hall, One Municipal Plaza,

More information

INVITATION FOR BIDS (IFB) ISSUE DATE: 3/5/14 IFB # TITLE: Golf Cart and Utility Vehicle Rentals COMMODITY CODE: 97538

INVITATION FOR BIDS (IFB) ISSUE DATE: 3/5/14 IFB # TITLE: Golf Cart and Utility Vehicle Rentals COMMODITY CODE: 97538 PROCUREMENT SERVICES INVITATION FOR BIDS (IFB) ISSUE DATE: 3/5/14 IFB # 14-44 TITLE: Golf Cart and Utility Vehicle Rentals COMMODITY CODE: 97538 ISSUING AGENCY: LOCATION WHERE WORK WILL BE PERFORMED: COMMONWEALTH

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

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

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PUR939 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CONSTRUCTION OF THREE NEW HOMES AT VILLAGE AT ARCADE MILL MANDATORY PRE-BID MEETING: 8:30 A.M. MAY 31, 2018 The City of Rock Hill, South Carolina

More information

DOING BUSINESS WITH NEWPORT NEWS PUBLIC SCHOOLS... A VENDOR S GUIDE TO UNDERSTANDING NNPS PROCUREMENT PRACTICES

DOING BUSINESS WITH NEWPORT NEWS PUBLIC SCHOOLS... A VENDOR S GUIDE TO UNDERSTANDING NNPS PROCUREMENT PRACTICES DOING BUSINESS WITH NEWPORT NEWS PUBLIC SCHOOLS.... A VENDOR S GUIDE TO UNDERSTANDING NNPS PROCUREMENT PRACTICES July 2014 NEWPORT NEWS PUBLIC SCHOOLS (NNPS) PURCHASING DEPARTMENT The following Purchasing

More information

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Page 1 of 5 Bid No.: Date Released: September 25, 2017 SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Bid subject to the Standard Terms and Conditions provided. Bid must be received by: Date/Time:

More information

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017

COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT. Date of Issue: September 25, 2017 COUNTY OF WISE, VIRGINIA REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL CONSULTING SERVICES BROWNFIELDS GRANT Date of Issue: September 25, 2017 Due Date for Proposal: October 6, 2017 COUNTY OF WISE, VA REQUEST

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

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID

BID DOCUMENTS FOR SAND, GRAVEL & LIMESTONE BID BID DOCUMENTS FOR 2018-2019 SAND, GRAVEL & LIMESTONE BID CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 June 11, 2018 NOTICE TO BIDDERS 2018-2019 SAND, GRAVEL & LIMESTONE BID FOR THE CITY OF

More information

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 CITY COLLEGE OF SAN FRANCISCO REQUEST FOR QUALIFICATIONS #029 ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029 Respond to: Purchasing/City College of San Francisco 33 Gough Street San

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: September 11, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 11 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: SEPTEMBER

More information

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Invitation To Bid for PURCHASE OR LEASE OF CARDIVASCULAR EQUIPMENT 2018 Contact: Jennifer Franz Phone: 734 394-5482 E-mail: jennifer.franz@canton-mi.org Date Issued: 8/23/2018

More information

Botetourt County Public Schools

Botetourt County Public Schools Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed

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

Pittsburgh, PA 15213

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

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS 1. ANTI-DISCRIMINATION: By submitting their proposals, offerors certify to the Commonwealth that they will conform to the provisions of the Federal Civil Rights Act of

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: OCTOBER 26, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL PAGE 1 of 10 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: NOVEMBER

More information

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018

REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date April 23, 2018 REQUEST FOR PROPOSALS FINANCIAL STATEMENT AUDIT SERVICES Cumberland Mountain Community Services Board RFP#: AUDIT2018-2020 Issue Date April 23, 2018 Cumberland Mountain Community Services requests qualified

More information

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

Northern Town of La Ronge Box Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE Northern Town of La Ronge Box 5680 1212 Hildebrand Drive La Ronge, Saskatchewan S0J 1L0 TENDER TOWN OF LA RONGE Equipment Rental Services 2018 ERS01-2018 - 1 - Town of La Ronge Table of Contents: Acknowledgement

More information

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

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

More information

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services City of Portsmouth Portsmouth, New Hampshire Department of Public Works Plumbing and Heating Repair Services INVITATION TO BID Sealed bid proposals, plainly marked, (Plumbing and heating Repair Services

More information

INVITATION TO BID Install Spray Foam Polyurethane Roof

INVITATION TO BID Install Spray Foam Polyurethane Roof November 7, 2016 RFP-1617-404 INVITATION TO BID Install Spray Foam Polyurethane Roof The Danville Public Schools Maintenance Department is requesting sealed bids for furnish and install Polyurethane Seamless

More information

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS REQUEST FOR BID Electrical Supplies BID #

RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS REQUEST FOR BID Electrical Supplies BID # RICHARDSON INDEPENDENT SCHOOL DISTRICT 400 S. GREENVILLE AVENUE RICHARDSON, TEXAS 75081 REQUEST FOR BID Electrical Supplies BID #07050805 The Richardson Independent School District (RISD) is currently

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 PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET, 8 th Fl., ALBANY, NY 12207

More information

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) May 26, 2017

CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) May 26, 2017 CITY OF RICHMOND DEPARTMENT OF PROCUREMENT SERVICES RICHMOND, VIRGINIA (804) 646-5716 May 26, 2017 Invitation for Bid M170020519 Tire Installation for Medium Duty, Heavy Duty, Commercial, Fire Apparatus,

More information

NOTICE TO BIDDERS BID #FY150019

NOTICE TO BIDDERS BID #FY150019 December 3, 2014 NOTICE TO BIDDERS BID #FY150019 will receive bids for. General Terms and Conditions, and Specifications requested are detailed on the following pages. There will be a public opening of

More information

(e-procurement System)

(e-procurement System) B I D D I N G D O C U M E N T For Procurement of Design, Supply, Installation and commissioning of Transmission Substations and Lines - (AFD) Project (e-procurement System) IPC No: KP1/6A.1/PT/1/18/A69

More information

REQUEST FOR SEALED BID PROPOSAL

REQUEST FOR SEALED BID PROPOSAL DATE: JUNE 14, 2018 REQUEST FOR SEALED BID PROPOSAL CITY OF SAGINAW- PURCHASING OFFICE RM #105, CITY HALL Page 1 of 12 1315 S. WASHINGTON AVENUE SAGINAW, MICHIGAN 48601 (989) 759-1483 BIDS DUE: JUNE 26,

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

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals RFP-FD-09-01 - Replacement Mid-Mount Tower Ladder Required Submittals 1. All addenda (signed and dated) 2. Letter of Transmittal 3. Corporate Information 4. Summary of Litigation (if not applicable, please

More information

Request for Proposals for Agent of Record/Insurance Broker Services

Request for Proposals for Agent of Record/Insurance Broker Services County of Charlotte PO Box 608 250 LeGrande Ave; Suite A Charlotte Court House, VA 23923 Request for Proposals for Agent of Record/Insurance Broker Services Note: This public body does not discriminate

More information

COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY

COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY COMMONWEALTH OF VIRGINIA GENERAL TERMS AND CONDITIONS RADFORD UNIVERSITY Note: For service contracts clauses, Q, R, and S are normally not applicable and may be omitted. For goods contracts, omit clause

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