INVITATION FOR BID # R UTILITY VEHICLES (ELECTRIC AND GASOLINE POWERED) TERM CONTRACT

Size: px
Start display at page:

Download "INVITATION FOR BID # R UTILITY VEHICLES (ELECTRIC AND GASOLINE POWERED) TERM CONTRACT"

Transcription

1 PROCUREMENT AND CONTRACTS P.O. BOX STOCKTON STREET RADFORD, VA INVITATION FOR BID # R UTILITY VEHICLES (ELECTRIC AND GASOLINE POWERED) TERM CONTRACT FEBRUARY 13, 2012 RADFORD UNIVERSITY IS A PROUD MEMBER OF VASCUPP (VIRGINIA ASSOCIATION OF STATE COLLEGE & UNIVERSITY PURCHASING PROFESSIONALS) Page 1

2 INVITATION FOR BID IFB # R ISSUE DATE: February 13, 2012 TITLE: (Electric and Gasoline Powered) COMMODITY CODE: ISSUING AGENCY: AGENCY WHERE WORK WILL BE PEFORMED: PERIOD OF PERFORMANCE: SEALED BIDS DUE DATE/TIME: QUESTIONS/INQUIRIES: RADFORD UNIVERSITY Procurement and Contracts David E. Armstrong Complex, 501 Stockton St. Post Office Box 6885 Radford, VA Radford University, Radford, VA. Upon Execution of Contract for a Period One (1) year with Four (4) one-year renewal options. February 29, 2012 up to 2:00 PM. BIDS RECEIVED AFTER THE DUE DATE AND TIME CANNOT BE ACCEPTED. all inquiries for information to: Teresa C. Anders at tanders@radford.edu IF BIDS ARE MAILED, SEND DIRECTLY TO RADFORD UNIVERSITY, PROCUREMENT AND CONTRACTS, POST OFFICE BOX 6885, RADFORD, VA IF BIDS ARE HAND DELIVERED OR SENT BY COURIER, DELIVER TO: Radford University, Procurement and Contracts, David E. Armstrong Complex, 501 Stockton St., Radford, VA In compliance with this Invitation for Bids and to all conditions imposed therein, the undersigned offers and agrees to furnish the goods/services described at the prices indicated in SECTION (7), Pricing Schedule. *YOU ARE REQUIRED TO RETURN ALL PAGES OF THE BID DOCUMENT AND ANY DELIVERABLES SPECIFIED. Legal Name and Address of Firm (Please Print) Date: Signature (In Ink): Print Name: Title: FEI/FIN/SS No.: Telephone: eva Vendor ID or DUNS No.: Fax: Check all that apply: Corporation Partnership Proprietorship Individual Woman-Owned Minority-Owned Small Business Department of Minority Business Enterprise (DMBE) Certification No. and Expiration Date: ( for additional information. Note: This public body does not discriminate against faith-based organizations in accordance with 36 of the Governing Rules 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 Page 2

3 Table of Contents 1. PURPOSE: GENERAL: SCOPE OF WORK GENERAL TERMS AND CONDITIONS SPECIAL TERMS AND CONDITIONS.8 6. METHOD OF PAYMENT.8 7. PRICING SCHEDULE ATTACHMENTS.12 Attachment A: Special Terms and Conditions Attachment B: Vendor Data Sheet Page 3

4 1. PURPOSE: The intent and purpose of this Invitation for Bids (IFB) is to establish a term contract with one qualified contractor for furnishing Electric and Gas Powered Utility Carts at Radford University, located in the city of Radford, Virginia, hereinafter referred to as the Agency or the University. Response shall be in the form of a SEALED BID consisting of this IFB inclusive of all bid documents and requested deliverables. 2. GENERAL: A. Issuing/Contracting Office: This IFB is issued by Radford University s Procurement and Contracts Department. The Procurement and Contracts Department is the sole point of contact for the purpose of this IFB, resulting bids, and any resulting contract(s), unless otherwise stated herein. B. Background: 1. Nestled in the New River Valley of the Blue Ridge Mountains in Radford, Virginia, Radford University is student-centered and focused on providing outstanding academic programs for its more than 9,000 students. Well known for its strong faculty/student bonds, innovative use of technology in the learning environment and vibrant student life on a beautiful campus, the University offers many opportunities to get involved and succeed in and out of the classroom. 2. As stated in the University s Strategic Plan, 7-17, Forging a Bold New Future, the mission of the institution is as follows: Radford University serves the Commonwealth of Virginia and the nation through a wide range of academic, cultural, human service, and research programs. First and foremost, the University emphasizes teaching and learning and the process of learning in its commitment to the development of nature, responsible, well-educated citizens. RU develops students creative and critical thinking skills, teaches students to analyze problems and implement solutions, helps students discover their leadership styles, and fosters their growth as leaders. Toward these ends, the University is student-focused and promotes a sense of caring and of meaningful interaction among all members of the University community. Research is viewed as a vital corollary to the teaching and learning transaction as it sustains and enhances the ability to teach effectively. Radford University believes in the dynamics of change and has strong commitment to continuous review, evaluation, and improvement in the curriculum and all aspects of the University, so as to meet the changing needs of society. 3. In the U.S. News and World Report s 2010 Guide to America s Best Colleges, Radford University was named one of the nation s Top Up-and-Coming Schools. The University has continued its rise in these rankings, moving from 51 st in 2005 to 38 th in 2011 in the south for seven consecutive years. Additionally, in the past year the University was named in the Princeton Review s Guide to 286 Green Colleges as well as Blue Ridge Outdoors list of the greenest colleges in the Southeastern United States. 4. Currently, the University has a fleet of approximately 25 utility vehicles of a similar model as specified within the IFB. There are other makes and models utilized on campus as well. The University expects to purchase between one and six utility vehicles within the first year of the contract. Page 4

5 C. Addendums: Any changes resulting from the University s requirements will be issued in the form of a written addendum and will be posted on the eva website, and the Public Posting Board located in the Procurement and Contracts Department in the David E. Armstrong complex at Radford University. It is the sole responsibility of the bidder to check the eva web page for all changes to the IFB prior to bid submission. Failure to do so may cause your bid to be determined non-responsive. Radford University will not mail or fax these documents. D. Correspondence: Questions regarding the meaning or interpretation of this IFB, attachments, specifications, etc. shall be requested in writing and must be submitted to reach the Contract Officer prior to 8:00 a.m. on February 24, Answers will be provided by an addendum to all prospective contractors. Submit direct questions or correspondence regarding the IFB to: Radford University Teresa C. Anders, VCO Procurement and Contracts Post Office Box 6885 Radford, Virginia Phone: (540) Fax: (540) tanders@radford.edu 3. SCOPE OF WORK/DESCRIPTION OF ITEMS: Contractor shall furnish (as detailed in the following specifications) and deliver utility vehicles, both electric and gasoline powered, to Radford University. The specifications provided are for the Club Car Carryall 6, 4x2 model utility cart. This shall be the equal to or better standard. Club Car s website is If a different model/brand is provided cut sheets should be provided with the bid document. Model: Club Car Carryall 6 4x2(Most recent model year available) STANDARD SPECIFICATIONS or if bidding on equal to or better provide Model/Mfg Number: Specs Carryall 6 Electric Carryall 6 Gas Power Source Electric Gas Engine Kawasaki 4-cycle, OHV, 351 cc, singlecylinder, air-cooled, pressurelubricated, spin-on oil filter. Drive Motor 48-volt shunt/sepex Horsepower 3.7 3,400 rpm(continuous) 21 2,000 rpm (peak) ,600 rpm, exceeds SAE J1940 Performance Standards Governor Automatic ground speed sensing, internally geared-in unitized transaxle Governed RPM 3050+/-30 Ignition Electronic with electronic limiter Drive Unit 12.3:1 direct-drive axle, doublereduction helical gear Unitized transaxle with helical gears; 11.8:1 forward, 17.1:1 reverse Electrical System 48-volt 12-volt, 500 cca 105 min reverse Batteries Eight 6-volt, Standard: 115 Heavy Duty; 145 minutes@75 amps Charger On-board with reel, automatic, computer-controlled 48-volt DC, 17 amp, UL and CUL listed Controller 500 amp solid state Page 5

6 Specs Carryall 6 Electric Carryall 6 Gas Steering Self-adjusting rack and pinion Self-adjusting rack and pinion Front Suspension Independent leaf spring with dual hydraulic shocks Independent leaf spring with dual hydraulic shocks Rear Suspension Leaf springs with dual hydraulic shocks Leaf springs with dual hydraulic shocks Brakes 4-wheel mechanical drum 4-wheel mechanical drum Park Brake Foot-operated, multi-lock Foot-operated, multi-lock Stabilizer Bar No Yes Frame Chassis Aluminum I-beam Aluminum I-beam Body Color Matching paint over-molded in color Matching paint over-molded in color Front Body ArmorFlex ArmorFlex Rear Body All aluminum All aluminum Light Package Standard Standard Front Tires 18 x , 6-ply rated, premium tread 18 x , 6-ply rated, premium tread Rear Tires 18 x , 6-ply rated, premium 18 x , 6 ply rated premium tread tread Instrumentation Battery capacity indicator, Battery warning light Battery capacity indicator, Battery warning light Cargo Bed Size 70.5 in x 45.1 in x 9.3 in (17.1 ft 3) cm x cm x 23.5 cm 70.5 in x 45.1 in x 9.3 in (17.1 ft 3) cm x cm x 23.5 cm Flat Bed Size 67.6 in x 44.2 in (171.8 cm x cm) 67.6 in x 44.2 in (171.8 cm x cm) Bed Height 27 (68.6 cm) 27 in (68.6 cm) Bed Capacity 1,000 lb (499.4 kg) 1,000 lb (499.4 kg) Total Vehicle 1,500 lb (681 kg) 1,500 lb (681 kg) Seating Capacity 2 2 Overall Length 134 in (340.4 cm) 134 in (340.4 cm) Overall Width 49.3 in (125.2 cm) 49.3 in (125.2 cm) Overall Height 48 in (121.9 cm) 49 in (121.9 cm) Wheelbase 98.5 in (250.2 cm) 98.5 in (250.2 cm) Ground Clearance 4.5 in (11.4 cm) 4.5 in (11.4 cm) Fuel Tank Capacity 6 gallons (22.7 L) Tread 34.5 in/38.5 in (87.6 cm/98.8 cm) 34.5 in/38.5 in (87.6 cm/98.8 cm) Dry Weight Less Batteries 743 lb (337.3 kg) 868 lb (394.1 kg) Outside Radius Circle 24.7 ft (7.5 m) dia 24.7 ft (7.5 m)dia Turning Radius 12 ft (3.7 m) 12 ft (3.7 m) Intersecting Aisle Radius 90 in (228.6 cm) 90 in (228.6 cm) Speed Range 5-17 mph ( kph) mph ( kph) Vehicle Warranty 2-year limited, 4-year limited battery 2-year limited AVAILABLE OPTIONS: Optional Accessory Carryall 6 Electric Carryall 6 Gas Weather Protection Ambulance Canopy ASI Safety with Wiper Cab Assembly Cab Attachment Adapter Kit Can Fan/Defogger Canopy Top Beige (Standard Length) Canopy Top Beige (Extended Length) Page 6

7 Optional Accessory Carryall 6 Electric Carryall 6 Gas Canopy Top Beige (for use with van box) Canopy Top White Canopy Top White (Extended Length) Canopy Top white (for use with van box) Enclosure 3 sided, white Enclosure Beige (use with canopy & van box) Enclosure White (use with canopy & van box) ROPS Seat Belt Kit 3 Sided Enclosure White (canopy required) Hinged Windshield Kit One-Piece Tinted Windshield Exterior: Bed Mat Cab Safety Strobe Toolbox Flat Bed West Coast Style Mirror Outside Mirror Set of 2 Beige Black Blue Burgundy Dark Grey Green Light Grey Red White Interior: Cab Inside Review Mirror Lighting & Electronics: Cab Accessory Switch Panel Cab Interior Dome Light Safety Stobe Light with Post Mount Work Lights, Set of 2 Performance: Communication Display Module Spark Arrestor Display Module Implements & Attachments: Triple Ball Pintle Hitch Combo Additional Options and Accessories: Turn Signals Locking Glove Box Wheel Covers Page 7

8 Additional Options and Accessories: Heavy Duty Battery Battery Warning Indicator Fuel Gauge and Hour Meter Custom Van Box Electric Bed Lift 2 Inch Rear Receiver Hitch Cab Heater Swisher Dump Cart Stake Side Kit Tire: 18 x , 6 ply rated premium tread 4. GENERAL TERMS AND CONDITIONS: The standard General Terms and Conditions may be accessed by clicking on the following lick which directs you to the University s website. RADFORDUNIVERSITY.pdf. It is the sole responsibility of the bidder to access and print the referenced terms and conditions. These terms and conditions are made part of this Invitation for Bid by reference. 5. SPECIAL TERMS AND CONDITIONS: See Attachment A. 6. METHOD OF PAYMENT: The Contractor shall submit a fully itemized invoice that references the Radford University contract number, material description, quantities and unit prices. Payment will be made thirty days after receipt of proper invoice for the amount due, or thirty days after receipt of goods/services, whichever is the later, in accordance with Commonwealth of Virginia Prompt Payment Legislation. Mail invoices to: RADFORD UNIVERSITY ACCOUNTS PAYABLE POST OFFICE BOX 6906 RADFORD, VIRGINIA Page 8

9 7. PRICING SCHEDULE: The Contractor agrees to provide the goods/services in compliance with the scope of work as well as the terms and conditions at the firm fixed price as follows: Section A: Model: Club Car Carryall 6 4x2(Most recent model year available) STANDARD SPECIFICATIONS Specs Carryall 6 Electric Carryall 6 Gas Power Source Electric Gas Engine Kawasaki 4-cycle, OHV, 351 cc, single-cylinder, aircooled, pressure-lubricated, spin-on oil filter. Drive Motor 48-volt shunt/sepex Horsepower 3.7 3,400 rpm(continuous) 21 2,000 rpm (peak) ,600 rpm, exceeds SAE J1940 Performance Standards Governor Automatic ground speed sensing, internally geared-in unitized transaxle Governed RPM 3050+/-30 Ignition Electronic with electronic limiter Drive Unit 12.3:1 direct-drive axle, double-reduction helical gear Unitized transaxle with helical gears; 11.8:1 forward, 17.1:1 reverse Electrical System 48-volt 12-volt, 500 cca 105 min reverse Batteries Eight 6-volt, Standard: 115 Heavy Duty; 145 minutes@75 amps Charger On-board with reel, automatic, computercontrolled 48-volt DC, 17 amp, UL and CUL listed Controller 500 amp solid state Steering Self-adjusting rack and pinion Self-adjusting rack and pinion Front Suspension Independent leaf spring with dual Independent leaf spring with dual hydraulic shocks hydraulic shocks Rear Suspension Leaf springs with dual hydraulic shocks Leaf springs with dual hydraulic shocks Brakes 4-wheel mechanical drum 4-wheel mechanical drum Park Brake Foot-operated, multi-lock Foot-operated, multi-lock Stabilizer Bar No Yes Frame Chassis Aluminum I-beam Aluminum I-beam Body Color Matching paint over-molded in color Matching paint over-molded in color Front Body ArmorFlex ArmorFlex Rear Body All aluminum All aluminum Light Package Standard Standard Front Tires 18 x , 6-ply rated, premium tread 18 x , 6-ply rated, premium tread Rear Tires 18 x , 6-ply rated, premium tread 18 x , 6 ply rated premium tread Instrumentation Battery capacity indicator, Battery warning Battery capacity indicator, Battery warning light light Cargo Bed Size 70.5 in x 45.1 in x 9.3 in (17.1 ft 3) cm x cm x 23.5 cm 70.5 in x 45.1 in x 9.3 in (17.1 ft 3) cm x cm x 23.5 cm Flat Bed Size 67.6 in x 44.2 in (171.8 cm x cm) 67.6 in x 44.2 in (171.8 cm x cm) Bed Height 27 (68.6 cm) 27 in (68.6 cm) Bed Capacity 1,000 lb (499.4 kg) 1,000 lb (499.4 kg) Total Vehicle 1,500 lb (681 kg) 1,500 lb (681 kg) Seating Capacity 2 2 Overall Length 134 in (340.4 cm) 134 in (340.4 cm) Overall Width 49.3 in (125.2 cm) 49.3 in (125.2 cm) Page 9

10 Specs Carryall 6 Electric Carryall 6 Gas Overall Height 48 in (121.9 cm) 49 in (121.9 cm) Wheelbase 98.5 in (250.2 cm) 98.5 in (250.2 cm) Ground Clearance 4.5 in (11.4 cm) 4.5 in (11.4 cm) Fuel Tank Capacity 6 gallons (22.7 L) Tread 34.5 in/38.5 in (87.6 cm/98.8 cm) 34.5 in/38.5 in (87.6 cm/98.8 cm) Dry Weight Less 743 lb (337.3 kg) 868 lb (394.1 kg) Batteries Outside Radius Circle 24.7 ft (7.5 m) dia 24.7 ft (7.5 m)dia Turning Radius 12 ft (3.7 m) 12 ft (3.7 m) Intersecting Aisle 90 in (228.6 cm) 90 in (228.6 cm) Radius Speed Range 5-17 mph ( kph) mph ( kph) Vehicle Warranty 2-year limited, 4-year limited battery 2-year limited BASE PRICE $ $ Section B: AVAILABLE OPTIONS: Optional Accessory Carryall 6 Electric Cost Carryall 6 Gas Cost Weather Protection Ambulance Canopy $ $ ASI Safety with Wiper Cab Assembly Cab Attachment Adapter Kit Cab Fan/Defogger Canopy Top Beige (Standard Length) Canopy Top Beige (Extended Length) Canopy Top Beige (for use with van box) Canopy Top White Canopy Top White (Extended Length) Canopy Top white (for use with van box) Enclosure 3 sided, white Enclosure Beige (use with canopy & van box) Enclosure White (use with canopy & van box) ROPS Seat Belt Kit 3 Sided Enclosure White (canopy required) Hinged Windshield Kit One-Piece Tinted Windshield Exterior: Bed Mat Cab Safety Strobe Toolbox Flat Bed West Coast Style Mirror Outside Mirror Set of 2 Page 10

11 Optional Accessory Carryall 6 Electric Cost Carryall 6 Gas Cost Beige $ $ Black Blue Burgundy Dark Grey Green Light Grey Red White Interior: Cab Inside Rearview Mirror Lighting & Electronics: Cab Accessory Switch Panel Cab Interior Dome Light Safety Stobe Light with Post Mount Work Lights, Set of 2 Performance: Communication Display Module Spark Arrestor Display Module Implements & Attachments: Triple Ball Pintle Hitch Combo Additional Options and Accessories: Turn Signals Locking Glove Box Wheel Covers Heavy Duty Battery Battery Warning Indicator Fuel Gauge and Hour Meter Custom Van Box Electric Bed Lift 2 Inch Rear Receiver Hitch Cab Heater Swisher Dump Cart Stake Side Kit Tire: 18 x , 6 ply rated premium tread Section C: Delivery Fees It is the preference of the university for deliveries to be F.O.B. Destination; however, if delivery fees are applicable please indicate the added cost per delivery in this section: $ Delivery Fees Section D: Replacement Parts All replacements parts will be provided at a percentage off of current list price. Quotes shall provide the current list cost, the percentage of discount allowed based on the contract, and the resulting net costs. The percentage of discount is: %. This percentage of discount will not be calculated to determine the low bid. Page 11

12 8. ATTACHMENTS: Attachment A Special Terms and Conditions Attachment B Vendor Reference Data Sheet Page 12

13 ATTACHMENT A SPECIAL TERMS AND CONDITIONS 1. ADDITIONAL INFORMATION: Radford University reserves the right to ask any bidder to submit information missing from its bid, to clarify its bid and to submit additional information which the University deems desirable. 2. ADDITIONAL GOODS AND SERVICES: The University may acquire other goods and services that the supplier provides than those specifically solicited. The University reserves the right, subject to mutual agreement, for the Contractor to provide additional goods and/or services under the same pricing, terms, and conditions and to make modifications or enhancements to the existing goods and services. Such additional goods and services may include other products, components, accessories, subsystems, or related services that are newly introduced during the term of this contract. Such additional goods and services will be provided to the University at favored nations pricing, terms, and conditions. 3. ADVERTISING: In the event a contract is awarded for supplies, equipment, or services resulting from this bid/proposal, no indication of such sales or services to Radford University will be used in product literature or advertising. The contractor shall not state in any of its advertising or product literature that Radford University has purchased or uses any of its products or services, and the contractor shall not include Radford University in any client list in advertising and promotional materials. 4. ASSIGNMENT OF CONTRACT: The contractor cannot assign a contract in whole or in part without the prior written consent of the University. 5. AUDIT: The contractor shall 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. The agency, its authorized agents, and/or state auditors shall have full access to and the right to examine any of said materials during said period. 6. AVAILABILITY OF FUNDS: It is understood and agreed between the parties herein that the University shall be bound hereunder only to the extent of the funds available or which may hereafter become available for the purpose of this contract. 7. AWARD: The Commonwealth will make the award(s) on total sum basis to the lowest responsive and responsible bidder. The Procurement and Contracts Department reserves the right to conduct any test it may deem advisable and to make all evaluations. The Commonwealth 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 the procuring public body to be in its best interest. 8. BID ACCEPTANCE PERIOD: Any bid in response to this solicitation shall be valid for a period of sixty (60) days. At the end of the sixty (60) days the bid may be withdrawn at the written request of the bidder. If the bid is not withdrawn at that time it remains in effect until an award is made or the solicitation is canceled. Page 13

14 9. BID EVALUATION PROCEDURES: Bids will be evaluated on the basis of an estimated total. The estimated total shall be the summation of the contractor s firm fixed price for each required line item. Contractor Do not fill in the blank spaces. Section A: Qty: (1 Each)Carryall 6 Electric Qty: (1 Each) Carryall 6 Gas BASE PRICE $ /Each $ /Each Section B: AVAILABLE OPTIONS: Optional Accessory Carryall 6 Electric Cost Carryall 6 Gas Weather Protection ASI Safety with Wiper $ $ Cab Fan/Defogger $ $ Enclosure 3 sided, $ $ white ROPS Seat Belt Kit $ $ Exterior: Cab Safety Strobe $ $ West Coast Style $ $ Mirror Red $ $ Interior: Safety Stobe Light with $ $ Post Mount Additional Options and Accessories: Battery Warning Indicator $ $ Fuel Gauge and Hour Meter $ $ Cab Heater $ $ OPTIONS COST: $ $ Cost Section C: Delivery Fees It is the preference of the university for deliveries to be F.O.B. Destination; however, if delivery fees are applicable please indicate the added cost per delivery in this section: $ Delivery Fees TOTAL SUM ELECTRIC UTILITY CART: $ GASOLINE POWERED: $ Total sum to determine lowest bid will be the sum of sections A+B+C=TOTAL SUM. This example is only intended to reflect the procedure to be used. 10. BID PRICES: Bid shall be in the form of a firm unit price for each item during the contract period. 11. CANCELLATION OF CONTRACT: Radford University 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 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 contract of the obligation to deliver and/or perform on all outstanding orders issued prior to the effective date of cancellation. Page 14

15 12. CONTRACT ADMINISTRATION: Radford University assigns Contract Administrators to each contract awarded. The Contract Administrator shall be the initial point of contact for the Contractor. Contract Administrators are charged with ensuring the terms and conditions of the contract are followed, payments are made in accordance to the contractual pricing schedule, and reporting noncompliance issues to the Procurement and Contracts Department at Radford University. Contract Administrators do not have the authority to authorize changes and/or modifications to the contract. Should noncompliance issues exist and cannot be resolved at this level or changes/modifications to the contract are required, the assigned Contract Officer in the Procurement and Contracts Department must be notified immediately by the Contract Administrator. The assigned Contract Administrator is Julio Stephens. His contact information is as follows: Name: Stephens, Julio Title: Sustainability Coord Office (540) Phone: Department: Facilities Mgmt Sustainability Building: David E Armstrong Complex 153 Office Box: Box CONTRACT PARTICIPATION: Under the authority of 6 of the Rules Governing Procurement of Goods, Services, Insurance and Construction by a Public Institution of Higher Education of the Commonwealth of Virginia (copy available at Cooperative Procurement, it is the intent of this solicitation and resulting contracts to allow for cooperative procurement. Accordingly, any public, body, public or private health or educational institutions or lead issuing institution s affiliated corporations may access any resulting contract if authorized by the contractor. Participation in this cooperative procurement is strictly voluntary. If authorized by the Contractor(s), the resultant contract(s) may be extended to the entities indicated above to purchase at contract prices in accordance with the contract terms. The Contractor shall notify the lead-issuing institution 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(s) to include contractual disputes, invoicing and payments without direct administration from Radford University. Radford University 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 Radford University 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(s) does not preclude any participating entity from using other contracts or competitive processes as the need may be. Please contact the buyer for additional information. 14. CONTRACTOR S TITLE TO MATERIALS: No materials or supplies for the work shall be purchased by the contractor or by any subcontractor subject to any chattel mortgage or under a conditional sales or other agreement by which an interest is retained by the seller. The contractor warrants that he has clear title to all materials and supplies for which he invoices for payment. Page 15

16 15. DELIVERY: State your earliest firm delivery or performance date:, This date may be a factor in making the award. 16. DELIVERY NOTIFICATION: Radford University shall be notified forty-eight (48) hours prior to delivery of any items so that personal may be available to allow access to the building and verify items received. Notification shall be made to: Name: Julio Stephens Phone #: (540) eva BUSINESS-TO-GOVERNMENT CONTRACTS AND ORDERS: The solicitation/contract will result in multiple purchase order(s) with the eva transaction fee specified below assessed for each order: A. for orders issued prior to August 16, 2006, the Vendor Transaction Fee is 1%, capped at a maximum of $500 per order. B. For orders issued August 16, 2006 thru June 30, 2011, the Vendor Transaction Fee is: i. DMBE-certified Small Business: 1% Capped at $500 per order. ii. Businesses that are not DMBE-certified Small Businesses: 1% Capped at $1,500 per order. C. For orders issued July 1, 2011 through June 30, 2012, the Vendor Transaction Fee is: i. DMBE-certified Small Businesses: 0.75% Capped at $500 per order. ii. Businesses that are not DMBE-certified Small Businesses: 0.75% Capped at $1,500 per order. D. For orders issued July 1, 2012 and after, the Vendor Transaction Fee is: i. DMBE-certified Small Businesses: 1% Capped at $500 per order. ii. Businesses that are not DMBE-certified Small Businesses: 1% Capped at $1,500 per order. The specified vendor transaction fee will be invoiced, by the Commonwealth of Virginia Department of General Services, approximately 30 days after the corresponding purchase order is issued and payable 30 days after the invoice date. Any adjustments, (increases/decreases) will be handled through purchase order changes. The eva Internet electronic procurement solution, website portal streamlines and automates government purchasing activities in the Commonwealth. The portal is a gateway for vendors to conduct business with state agencies and public bodies. Vendors desiring to provide goods and/or services to the Commonwealth are encouraged to participate in the eva Internet e-procurement solution and agree to comply with the following: If this solicitation is for a term contract, failure to provide an electronic catalog (price list) or index page catalog for items awarded will be just cause for the Commonwealth to reject your bid/offer or terminate this contract for default. The format of this electronic catalog shall conform to the eva Catalog Interchange Format (CIF) Specification that can be accessed and downloaded from Contractors should Catalog or Index Page information to eva-catalog-manager@dgs.virginia.gov. 18. EXAMINATION OF DOCUMENTS AND SITE: The failure or omission of any bidder to receive or examine any form, instrument, addendum or other document or to visit the site and acquaint her/himself with conditions therein existing shall in no way relieve any bidder from any obligations with respect to his bid or to the contract. The submission of a bid shall be taken as Prima Facia evidence of compliance with this section. 19. IDENTIFICATION OF 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 identified as follows: Page 16

17 From: Name of Bidder: IFB# R Address: Due Date: February 29, 2012 Time: 2:00 PM IFB Title:, Electric and Gasoline Powered City, State, Zip Code Contract Officer: Teresa C. Anders, VCO This envelope should be addressed as direct on the Invitation for Bids Face Sheet of this solicitation. 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. Bids may be hand delivered to the designated location in the office issuing the solicitation. No other correspondence or other bids should be placed in the envelope. 20. INDEMNIFICATION: Contractor agrees to indemnify, defend and hold harmless the Commonwealth of Virginia, its officers, agents, and employees from any claims, damages and actions of any kind or nature, whether at law or in equity, arising from or caused by the use of any materials, goods, or equipment of any kind or nature furnished by the contractor/any services of any kind or nature furnished by the contractor, provided that such liability is not attributable to the sole negligence of the using agency or to failure of the issuing agency to use the materials, goods, or equipment in the manner already and permanently described by the contractor on the materials, goods or equipment delivered. 21. LATE BIDS: It is the bidder s sole responsibility to ensure bids are received by the due date and time indicated on the face sheet of the bid document. The official time used to record receipt of bids is the time posted on the electronic date/time stamp machine located in the Procurement and Contracts Department in the David E. Armstrong Complex at Radford University. Bids received after the date and time designated on the bid document are automatically disqualified and will not be considered. Disqualified bids are returned to the bidder unopened. The University is not responsible for delays in the delivery of mail by the U.S. Postal Service, private couriers, or the internal university mail system. It is the sole responsibility of the Bidder to ensure that its bid reaches the Procurement and Contracts office by the designated date and hour. Bid receipts and openings scheduled during a period of suspended state business operations will be rescheduled for processing at the same time on the next regularly scheduled business day. 22. MAINTENANCE MANUALS: The contractor shall provide with each piece of equipment an operations and maintenance manual with wiring diagrams, parts list, and a copy of all warranties. 23. MANUFACTURE S ACKNOWLEDGEMENT: Contractor shall submit a manufacturer s acknowledgement within fourteen (14) days from the date the purchase order was issued verifying that the order has been received by the manufacturer. The acknowledgement shall show that items have been ordered as specified, and the expected delivery date is the same as the purchase order. Contractors who do not submit the acknowledgement within the specified time frame may be considered to be in default. If a contractor encounters a problem with submitting the manufacturer s acknowledgement, they shall notify Radford University s Office of Procurement and Contracts with the earliest firm date that acknowledgement shall be received. Upon notification, if it is found to be in the best interest of the University, an extension may be approved. If the new date is not approved or met, the contractor may be placed in immediate default. 24. NAME OF MANUFACTURER AND SHIPPING POINT: Each bidder shall supply in the space below the name and address of the manufacturer of each item offered and the shipping point. Item Number(s) Manufacturer Address Page 17

18 Shipping Point 25. PARKING POLICY: All contractors vehicles parked on the Radford University campus must be registered with the Radford University Parking Services Department and display a valid contractor s parking pass. A pass may be obtained by filling out an application for a Radford University Contractor s Parking Pass and submitting it to the Radford University Parking Services Department. Contractors should be aware that vehicles parked on the Radford University campus without a parking pass or permit are subject to ticketing and fines. Operating vehicles on sidewalks, plazas, and areas heavily occupied by pedestrians is prohibited. In the unlikely event a driver should find it necessary to drive on Radford University sidewalks, plazas and areas heavily used by pedestrians, the driver must yield to pedestrians. For a complete list of parking regulations, please go to Radford University Parking Services may also be contacted by calling (540) The safety of our students, faculty and staff is of paramount importance to us. Accordingly, violators may be charged. 26. PRODUCT INFORMATION: The bidder shall clearly and specifically identify the product being offered and enclose complete and detailed descriptive literature, catalog cuts and specifications with the bid/proposal to enable the University to determine if the product offered meets the requirements of the solicitation. Failure to do so may cause the bid/proposal to be considered nonresponsive. 27. PRODUCT AVAILABILTIY / SUBSTITUTION: Substitution of a product, brand or manufacturer after the award of contract is expressly prohibited unless approved in writing by the Contract Officer. The University may, at is discretion, require the contractor to provide a substitute item of equivalent or better quality/subject to the approval of the Contract Officer, for a price no greater than the contract price, if the product for which the contract was awarded becomes available to the contractor. 28. REFERENCES: Bidder shall provide a list of at least four (4) references where similar goods and/or services have been provided. Each reference shall include the name of the organization, the complete mailing address, the name of the contact person and telephone number. See Attachment B Vendor Reference Data Sheet. 29. RENEWAL OF CONTRACT: This contract may be renewed by the Commonwealth for four (4) successive one year periods under the terms and conditions of the original contract except as stated in A. and B. below. Price increases may be negotiated only at the time of renewal. Written notice of the Commonwealth s intention to renew shall be given approximately 90 days prior to the expiration date of each contract period. A. If the Commonwealth elects to exercise the option to renew the contract for an additional one-year period, the contract price(s) for the additional one-year shall not exceed the contract price(s) of the original contract increased/decreased by more than the percentage increase/decrease of the services category of the Consumer Price Index of the United States Bureau of Labor Statistics for the latest twelve months for which statistics are available. B. If during any subsequent renewal periods, the Commonwealth elects to exercise the option to renew the contract, the contract price(s) for the subsequent renewal period shall not exceed the contract price(s) of the previous renewal period increased/decreased by more than the percentage increase/decrease of the services category of the CPI-W section of the Consumer Price Index of the United States Bureau of Labor Statistics for the latest twelve months for which statistics are available. 30. SMALL BUSINESS SUBCONTRACTING AND EVIDENCE OF COMPLIANCE: Page 18

19 A. It is the goal of the Commonwealth that 40% of its purchases are made from small businesses. This includes discretionary spending in prime contracts and subcontracts. All potential bidders/offerors are required to submit a Small Business Subcontracting Plan. Unless the bidder/offeror is registered as a DMBE-certified small business and where it is practicable for any portion of the awarded contract to be subcontracted to other suppliers, the contractor is encouraged to offer such subcontracting opportunities to DMBE-certified small businesses. This shall not exclude DMBEcertified women-owned and minority-owned businesses when they have received DMBE small business certification. No bidder/offeror or subcontractor shall be considered a Small Businesses, a Women-Owned Business or a Minority-Owned Businesses unless certified as such by the Department of Minority Business Enterprise (DMBE) by the due date for receipt of bids or proposals. If a small business subcontractors are used, the prime contractor agrees to report the use of small business subcontractors by providing the purchasing office at a minimum the following information: name of small business with the DMBE certification number or FEIN, phone number, total dollar amount subcontracted, category type (small, women-owned, minority-owned), and type of product/service provided. This information shall be submitted to: Radford University Procurement and Contracts Office, ATTN: SWAM Subcontracting Compliance, Post Office Box 6885, Radford, Virginia B. Each prime contractor who wins an award in which the provision of a small business subcontracting plan is a condition of the award, shall deliver to the contracting agency or institution with every request for payment, evidence of compliance (subject only to insubstantial shortfalls and to shortfalls arising from subcontractor default) with the small business subcontracting plan. This information shall be submitted to: Radford University Procurement and Contracts Office, ATTN: SWAM Subcontracting Compliance, Post Office Box 6885, Radford, Virginia When such business has been subcontracted to these firms and upon completion of the contract, the contractor agrees to furnish the purchasing office at a minimum the following information: name of firm with the DMBE certification number of FEIN number, phone number, total dollar amount subcontracted, category type (small, women-owned, or minority-owned), and type of product or service provided. Payment(s) may be withheld until compliance with the plan is received and confirmed by the agency or institution. The agency or institution reserves the right to pursue other appropriate remedies to include but not be limited to, termination for default. C. Each prime contractor who wins an award valued over $200,000 shall deliver to the contracting agency or institution with every request for payment, information on use of subcontractors that are not DMBE-certified small businesses. When such business has been subcontracted to these firms and upon completion of the contract, the contractor agrees to furnish the purchasing office at a minimum the following information: name of firm, phone number, FEIN number, total dollar amount subcontracted, and type of product or service provided. This information shall be submitted to: Radford University Procurement and Contracts Office, ATTN: SWAM Subcontracting Compliance, Post Office Box 6885, Radford, Virginia (Buyers should be sure to attach form S001 as Attachment to any solicitation where these Special Terms and Conditions are used. This is required in solicitations where the value is over $100,000 or where a small business subcontracting plan is a condition of award (i.e. RFP s as there are 20 points assigned to this criterion or IFB s with a potential value of $100,000 or greater) 31. SPECIAL DISCOUNTS: The contractor shall extend any special educational or promotional sale prices or discount immediately to the University during the term of the contract. Such notices shall also advise the duration of the specific sale or discount price. 32. USE OF RECYCLED MATERIALS: Notwithstanding the prohibition against used, damaged or obsolete items, vendors are encouraged to use secondary or recycled materials in the manufacture of products to the maximum extent practicable without jeopardizing the performance or intended end use of the product Page 19

20 unless such use is precluded due to health and welfare of safety requirements or product specifications contained herein. Please provide the following information in this regard: A. Do any of the goods offered contain recycled materials? Yes No B. If so, please qualify the recycled material content. 33. WARRANTY (COMMERCIAL): The contractor agrees that the goods 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 goods or services and that the rights and remedies provided therein are in addition to and do not limit those available to the University by any other clause of this solicitation. A copy of this warranty should be furnished with the bid. Page 20

21 ATTACHMENT B VENDOR DATA SHEET *Note: The following information is required as part of your response to this solicitation. Failure to complete and provide this sheet may result in finding your bid/offer nonresponsive. Qualifications: The vendor must have the capability and capacity in all respects to satisfy fully all of the contractual requirements. Vendor s Primary Contact: NAME: PHONE: Year s in Business: Indicate the length of time you have been in business providing this type of good or service: YEARS: MONTHS: References: Indicate below a listing of at least four (4) current or recent accounts, either commercial or governmental, that your company is servicing, has serviced, or has provided similar goods/services. Include the length of service and the name, address and telephone number of the point of contact. Company: Contact: Phone: ( ) Fax: ( ) Project: Dates of Service: $ Value: Company: Contact: Phone: ( ) Fax: ( ) Project: Dates of Service: $ Value: Page 21

22 VENDOR DATA SHEET Company: Contact: Phone: ( ) Fax: ( ) Project: Dates of Service: $ Value: Company: Contact: Phone: ( ) Fax: ( ) Project: Dates of Service: $ Value: I certify the accuracy of this information. Signed: Title: Date: Page 22

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309) CITY OF GALESBURG PURCHASING 55 W Tompkins St Galesburg, IL 61401 Phone: (309) 345-3678 INVITATION FOR BIDS For the purchase of (1) utility vehicle to be utilized by the Galesburg Water Division Instructions

More information

Boise State University. Request for Quote RFQ CF passenger 4x4 Utility Vehicle

Boise State University. Request for Quote RFQ CF passenger 4x4 Utility Vehicle Boise State University Request for Quote RFQ CF17-084 2-passenger 4x4 Utility Vehicle Schedule of Events RFQ issue date Feb. 23, 2017 RFQ closing date Mar. 03, 2017 5:00 PM Product 1 each Kubota RTV-X900

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

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

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

INVITATION FOR BIDS FOR TRACTOR AND PULL TYPE SCRAPER NOVEMBER 22, 2005 HARNETT COUNTY

INVITATION FOR BIDS FOR TRACTOR AND PULL TYPE SCRAPER NOVEMBER 22, 2005 HARNETT COUNTY INVITATION FOR BIDS FOR TRACTOR AND PULL TYPE SCRAPER NOVEMBER 22, 2005 HARNETT COUNTY LILLINGTON, NORTH CAROLINA QUOTE # SW001 2005 INVITATION TO BID FOR A TRACTOR AND PULL TYPE SCRAPER Sealed bids will

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

University of Massachusetts Lowell. BID REQUEST 2012 FORD CLUB WAGON Bid Number # CL12-EP-0025

University of Massachusetts Lowell. BID REQUEST 2012 FORD CLUB WAGON Bid Number # CL12-EP-0025 University of Massachusetts Lowell BID REQUEST 2012 FORD CLUB WAGON Bid Number # CL12-EP-0025 Introduction The University of Massachusetts Lowell (UMASS LOWELL) invites bids for a 2012 OR CURRENT FORD

More information

( X ) INVITATION FOR BID VENDOR: BID OPENING:

( X ) INVITATION FOR BID VENDOR: BID OPENING: WICOMICO COUNTY PURCHASING DEPARTMENT 125 N. DIVISION STREET, ROOM 205 SALISBURY, MARYLAND 21801 ( X ) INVITATION FOR BID PROJECT: Two (2) 2014 Service Trucks w/ Crane DEPARTMENT: Public Works Solid Waste

More information

SEVEN (7), 2017 OR NEWER GASOLINE POWERED, 1 TON 4x4 CREW CAB LONG BED PICKUP TRUCKS For the Boone County Public Works Department

SEVEN (7), 2017 OR NEWER GASOLINE POWERED, 1 TON 4x4 CREW CAB LONG BED PICKUP TRUCKS For the Boone County Public Works Department Boone County, Kentucky INVITATION FOR BID # 082417PW SEVEN (7), 2017 OR NEWER GASOLINE POWERED, 1 TON 4x4 CREW CAB LONG BED PICKUP TRUCKS For the Boone County Public Works Department ACCEPTANCE DATE: Prior

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 Quotation

Request for Quotation City Hall 501-3 rd Ave., Box 190 Fernie, BC V0B 1M0 www.fernie.ca Request for Quotation PICK UP TRUCK Issue Date: December 13, 2016 Quotations marked Quotation will be received at the City of Fernie, City

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

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER City of Los Banos Public Works Department 411 Madison Avenue Los

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

CONTRACTOR SHALL BE A MEMBER OF EVA TO BE AWARDED THIS CONTRACT. REGISTRATION INFORMATION IS FOUND ON PAGE 14 OF THIS SOLICITATION.

CONTRACTOR SHALL BE A MEMBER OF EVA TO BE AWARDED THIS CONTRACT. REGISTRATION INFORMATION IS FOUND ON PAGE 14 OF THIS SOLICITATION. INVITATION FOR BIDS IFB Issue Date: November 7, 2006 IFB#214-06-Fencing Softball Field Title: Softball Field Fencing Using Agency and/or Location Where Work Will Be Performed Longwood University Materiel

More information

STATE BOARD FOR COMMUNITY COLLEGES

STATE BOARD FOR COMMUNITY COLLEGES COMMONWEALTH OF VIRGINIA STATE BOARD FOR COMMUNITY COLLEGES TIDEWATER COMMUNITY COLLEGE GREEN DISTRICT ADMINISTRATION BLDG OFFICE OF MATERIEL MANAGEMENT & PROCUREMENT SUITE 506 121 COLLEGE PLACE NORFOLK,

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 purchase of one new one-ton heavy duty pickup truck with tow/haul package for the

More information

INVITATION FOR BIDS (IFB) IFB GMU

INVITATION FOR BIDS (IFB) IFB GMU Purchasing Department Mailing Address: 4400 University Drive, Mailstop 3C5 Street Address: 4441 George Mason Boulevard, 4 th Floor, Suite 4200 Fairfax, VA 22030 Voice: 703.993.2580 Fax: 703.993.2589 INVITATION

More information

BID # Ambulance E450 Van Chassis

BID # Ambulance E450 Van Chassis INVITATION FOR BID BID #1011 - Ambulance E450 Van Chassis St. Charles County Ambulance District ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS,

More information

INVITATION FOR BIDS LONGWOOD UNIVERSITY MATERIEL MANAGEMENT 201 HIGH STREET FARMVILLE, VIRGINIA 23909

INVITATION FOR BIDS LONGWOOD UNIVERSITY MATERIEL MANAGEMENT 201 HIGH STREET FARMVILLE, VIRGINIA 23909 ISSUE DATE: January 15, 2004 IFB# 214:04-PBXMAIN INVITATION FOR BIDS TITLE: PBX MAINTENANCE AND SERVICE ISSUING AGENCY: COMMONWEALTH OF VIRGINIA LONGWOOD UNIVERSITY MATERIEL MANAGEMENT 201 HIGH STREET

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

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m. PUR884 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE September 6, 2017 at 2:00 p.m. The City of Rock Hill, South Carolina is seeking competitive proposals from qualified

More information

GENERAL TERMS AND CONDITIONS

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

More information

OLD DOMINION UNIVERSITY INVITATION FOR BIDS SEALED - IFB # CCC

OLD DOMINION UNIVERSITY INVITATION FOR BIDS SEALED - IFB # CCC OLD DOMINION UNIVERSITY INVITATION FOR BIDS SEALED - IFB #12-221-0009-CCC Title: Dormitory Fixtures Issue Date: October 5, 2011 Due Date and Time: October 17, 2011 NLT 2:00 PM Local Time (mailed or hand

More information

Request for Quotation

Request for Quotation City Hall 501-3 rd Ave., Box 190 Fernie, BC V0B 1M0 www.fernie.ca Request for Quotation MECHANICAL SWEEPER Issue Date: March 1, 2017 Quotations marked RFQ will be received at the City of Fernie, City Hall,

More information

Bulloch County Board of Commissioners 115 N Main Street Statesboro, GA NOTICE OF SOLICITATION INVITATION TO BID

Bulloch County Board of Commissioners 115 N Main Street Statesboro, GA NOTICE OF SOLICITATION INVITATION TO BID Bulloch County Board of Commissioners 115 N Main Street Statesboro, GA 20458 NOTICE OF SOLICITATION INVITATION TO BID The Bulloch County Board of Commissioners (herein after referred to as Bulloch County

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

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

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION David M. Louis, C.P.M., CPPO, CPPB Director Jon Drake, C.P.M. Deputy Director DATE: January 26, 2010 TO: ALL PROSPECTIVE BIDDERS RE:

More information

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

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

More information

INVITATION FOR BID IFB GMU-GMU March 14, Chi Nguyen, Katherine Sirotin,

INVITATION FOR BID IFB GMU-GMU March 14, Chi Nguyen, Katherine Sirotin, Purchasing Department 4400 University Drive, Mailstop 3C5 Fairfax, VA 22030 Voice: 703.993.2580 Fax: 703.993.2589 http://fiscal.gmu.edu/purchasing/ INVITATION FOR BID IFB GMU-GMU-1567-19 ISSUE DATE: TITLE:

More information

JEKYLL ISLAND STATE PARK AUTHORITY Request For A Sealed Quotation. Date Released June 30, 2016 Bid Opening: Tuesday July 26, :00PM ET

JEKYLL ISLAND STATE PARK AUTHORITY Request For A Sealed Quotation. Date Released June 30, 2016 Bid Opening: Tuesday July 26, :00PM ET JEKYLL ISLAND STATE PARK AUTHORITY Request For A Sealed Quotation Date Released June 30, 2016 Bid Opening: Tuesday July 26, 2016 3:00PM ET Request for Quotation RFQ #328 For the Project: Golf Carts & Utility

More information

INVITATION FOR BIDS FOR A PURCHASE OF 9 VEHICLES TO BE USED BY MONROE COMMUNITY MENTAL HEALTH AUTHORITY

INVITATION FOR BIDS FOR A PURCHASE OF 9 VEHICLES TO BE USED BY MONROE COMMUNITY MENTAL HEALTH AUTHORITY INVITATION FOR BIDS FOR A PURCHASE OF 9 VEHICLES TO BE USED BY MONROE COMMUNITY BID # 12-16-0001 BID DUE DATE: JANUARY 13, 2017 BID DUE TIME: 3:00 P.M. Invitation for Bids Notice is hereby given that the

More information

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2016/2017 MODEL PNEUMATIC COMPACTOR

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2016/2017 MODEL PNEUMATIC COMPACTOR CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2016/2017 MODEL PNEUMATIC COMPACTOR City of Los Banos Public Works Department 411 Madison Avenue

More information

Invitation for Sealed Bids

Invitation for Sealed Bids Commonwealth of Virginia Invitation for Sealed Bids Title: Medeco Locks and Keys Due Date: August 18, 2016 Contact Information: Pamela S. Mackey, VCO Senior Contract Specialist pmackey@valottery.com; 804

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

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

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST PUR421 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 2013 @ 10:00 AM The City of Rock Hill, South Carolina is seeking competitive bids from qualified firms to provide

More information

City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire Public Works Department INVITATION TO BID Sealed bid proposals, plainly marked "WATER DEPARTMENT 2 WD ½ TON PICK UP TRUCK Bid #40-07 on the outside of the envelope,

More information

Invitation for Sealed Bids

Invitation for Sealed Bids Commonwealth of Virginia Invitation for Sealed Bids Title: Print Job Vendor Due Date: February 19, 2019 Contact Information: Matthew Sullivan Strategic Sourcing Specialist msullivan@valottery.com, 804-692-7642

More information

Vendor Information (SECTION TO BE COMPLETED BY VENDOR)

Vendor Information (SECTION TO BE COMPLETED BY VENDOR) SUBMIT BIDS TO: BID TITLE CITY OF TUSCALOOSA PURCHASING OFFICE P.O. BOX 2089 2201 UNIV. BLVD. TUSCALOOSA, AL 35403 TUSCALOOSA, AL 35401 ZERO TURN RADIUS MOWERS PAGE 1 OF 7 PAGES INVITATION TO BID BIDS

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

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC

INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX NORTH ASHLEY ST. VALDOSTA, GEORGIA #LC INVITATION TO BID PURCHASING DEPARTMENT P.O. BOX 1349 327 NORTH ASHLEY ST. VALDOSTA, GEORGIA 31601 #LC-2018-7004 FOR: 3 New Model Half Ton Trucks for Public Works OPENING DATE: March 9, 2018 TIME: 10:00

More information

City of Portsmouth Portsmouth, New Hampshire Public Works Department Parking Division Bid # INVITATION TO BID

City of Portsmouth Portsmouth, New Hampshire Public Works Department Parking Division Bid # INVITATION TO BID Public Works Department Parking Division INVITATION TO BID The City of is seeking bids for an Electric Utility Vehicle for parking enforcement. Sealed bid proposals, plainly marked Bid #03-09 Electric

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

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Planning Department Half Ton Regular Cab 4x4 Pick-Up Truck 2

A summary of the vehicle to be purchased: Department Type of Vehicle Quantity Planning Department Half Ton Regular Cab 4x4 Pick-Up Truck 2 City of Cartersville P.O. Box 1390 1 North Erwin Street Cartersville, GA 30120 DATE: October 5, 2017 TO: FROM: RE: Automobile Dealers Fleet Sales Personnel Tom Rhinehart, Finance Director Vehicle Bids

More information

GASOLINE POWERED, ¾ TON 4X4 EXTENDED CAB WITH LONG BOX PICK-UP TRUCK For the Boone County Parks & Recreation Department

GASOLINE POWERED, ¾ TON 4X4 EXTENDED CAB WITH LONG BOX PICK-UP TRUCK For the Boone County Parks & Recreation Department Boone County, Kentucky INVITATION FOR BID #012216PKS GASOLINE POWERED, ¾ TON 4X4 EXTENDED CAB WITH LONG BOX PICK-UP TRUCK For the Boone County Parks & Recreation Department ACCEPTANCE DATE: Prior to 2:00

More information

INVITATION FOR BIDS (IFB) Title: Jeffers Auditorium HVAC System Replacement & Interior Alterations Project Code:

INVITATION FOR BIDS (IFB) Title: Jeffers Auditorium HVAC System Replacement & Interior Alterations Project Code: INVITATION FOR BIDS (IFB) Issue Date: March 27, 2008 IFB# 214-08-Jeffers HVAC Title: Jeffers Auditorium HVAC System Replacement & Interior Alterations Project Code: 214-770121-06021 Issuing Agency: Using

More information

REQUEST FOR PROPOSAL. Specifications and Proposal Documents for One New 2017 SUV 4 x 4

REQUEST FOR PROPOSAL. Specifications and Proposal Documents for One New 2017 SUV 4 x 4 February 6, 2017 REQUEST FOR PROPOSAL Specifications and Proposal Documents for One New 2017 SUV 4 x 4 RFP-FY17-FEB003 RFP Due February 22, 2017 @ 2:00 pm(local time) Bidder Name: Page 1 of 16 SECTION

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

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

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912)

INVITATION TO BID. If you have any questions concerning this bid, you may call Elizabeth Hope at (912) INVITATION TO BID The Ware County Board of Commissioners is now accepting sealed bids for the purchase of one (1) 2016 Dump Truck for use by the Ware County Public Works Department. Ware County has no

More information

PLEASE READ ALL SPECIFICATIONS AND REQUIREMENTS OF THIS BID CAREFULLY AS CHANGES, ADDITIONS OR DELETIONS TO THIS BID MAY HAVE BEEN MADE.

PLEASE READ ALL SPECIFICATIONS AND REQUIREMENTS OF THIS BID CAREFULLY AS CHANGES, ADDITIONS OR DELETIONS TO THIS BID MAY HAVE BEEN MADE. ATTENTION BIDDERS: PLEASE READ ALL SPECIFICATIONS AND REQUIREMENTS OF THIS BID CAREFULLY AS CHANGES, ADDITIONS OR DELETIONS TO THIS BID MAY HAVE BEEN MADE. Please note that the vendor selected by the bid

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

TOWN OF CHRISTIANSBURG PURCHASING OFFICE 100 EAST MAIN ST. CHRISTIANSBURG, VA PH: FAX:

TOWN OF CHRISTIANSBURG PURCHASING OFFICE 100 EAST MAIN ST. CHRISTIANSBURG, VA PH: FAX: TOWN OF CHRISTIANSBURG PURCHASING OFFICE 100 EAST MAIN ST. CHRISTIANSBURG, VA 24073 PH: 540-382-6128 FAX: 540-382-3762 SECTION I: INSTRUCTIONS TO Proposers Request for Proposal July 5, 2016 RFP Number:

More information

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016 Charter Township of Canton Invitation To Bid for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016 Contact: Jason Lombardo Phone: 734 394-5473 E-mail: Jason.lombardo@canton-mi.org Date Issued: 09/29/2016

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

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3 Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3 Bid Opening Date/Time Tuesday, October 23, 2012 @ 2:00 p.m. (local

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

REQUEST FOR PROPOSALS. RFP NUMBER AND TITLE: SET ASIDE FOR SMALL BUSINESSES Outplacement Services

REQUEST FOR PROPOSALS. RFP NUMBER AND TITLE: SET ASIDE FOR SMALL BUSINESSES Outplacement Services Office of Purchasing REQUEST FOR PROPOSALS ISSUE DATE: August 23, 2012 RFP NUMBER AND TITLE: SET ASIDE FOR SMALL BUSINESSES - 13-18 Outplacement Services COMMODITY CODE: 95260, 95285, 91885, 85200, 95259

More information

NORFOLK STATE UNIVERSITY UNSEALED REQUEST FOR PROPOSALS (URFP) SET-ASIDE FOR DMBE-CERTIFIED SMALL BUSINESSES

NORFOLK STATE UNIVERSITY UNSEALED REQUEST FOR PROPOSALS (URFP) SET-ASIDE FOR DMBE-CERTIFIED SMALL BUSINESSES NORFOLK STATE UNIVERSITY UNSEALED REQUEST FOR PROPOSALS (URFP) SET-ASIDE FOR DMBE-CERTIFIED SMALL BUSINESSES Issue Date: August 23, 2011 URFP: 21312104ODA Title: Hand Sanitizer Dispensers (Campus-Wide)

More information

REQUEST FOR PROPOSAL # R15-004

REQUEST FOR PROPOSAL # R15-004 PROCUREMENT AND CONTRACTS P.O. BOX 6885 501 STOCKTON STREET RADFORD, VA 24142 REQUEST FOR PROPOSAL # R15-004 NAME OF RFP: OUTDOOR WARNING AND PUBLICE ANNOUNCEMENT SYSTEM OCTIOBER 10, 2014 RADFORD UNIVERSITY

More information

Bid Chevrolet Silverado 2500HD 4WD Crew Cab 167.7" Work Truck INVITATION TO BID

Bid Chevrolet Silverado 2500HD 4WD Crew Cab 167.7 Work Truck INVITATION TO BID City of Portsmouth Portsmouth, New Hampshire Fire Department Bid 23-14 2014 Chevrolet Silverado 2500HD 4WD Crew Cab 167.7" Work Truck INVITATION TO BID Sealed bid proposals, plainly marked City of Portsmouth

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

Oyster River Cooperative School District Business Administrator s Office

Oyster River Cooperative School District Business Administrator s Office Oyster River Cooperative School District Business Administrator s Office November 3, 2016 Subject: Enclosures: Request for Lease proposal 77-Passenger School Bus Lease Request for Lease proposal General

More information

Invitation for Bid - Moody Center for the Arts / Theatrical Lighting

Invitation for Bid - Moody Center for the Arts / Theatrical Lighting Invitation for Bid - Moody Center for the Arts / Theatrical Lighting Bid#2016-10-001 Instructions to Bidders 1. General Information Rice University is issuing this Invitation for Bid (IFB) for the procurement

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

Request for Bid (RFB)

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

More information

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

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

More information

REQUEST FOR BIDS FOR THE CITY OF MT. JULIET, TN

REQUEST FOR BIDS FOR THE CITY OF MT. JULIET, TN REQUEST FOR BIDS FOR THE CITY OF MT. JULIET, TN Request for Proposal Ford F-150 SuperCab 4x4 145 X1E-100A SuperCab 6.5 bed 4x4 Issued By: City of Mt. Juliet, TN 2425 N. Mt. Juliet Rd. (615) 754-2554 Date

More information

Invitation To Bid. for

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

More information

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

Invitation To Bid. for

Invitation To Bid. for Charter Township of Canton Invitation To Bid for DISCOVER PRINTING AND SORTING/DISTRIBUTION Contact: Peg Stevens Phone: 734 394-5469 E-mail: pstevens@canton-mi.org Date Issued: 10/18/2018 Due Date & Time:

More information

Invitation For Bid. Uniforms IFB U

Invitation For Bid. Uniforms IFB U Prince George County SCHOOL BOARD Operations Office 6410 Courts Drive Prince George, Virginia 23875 804-733-2700 Fax 804-861-5271 Invitation For Bid Uniforms IFB-19-1807-7U This procurement is governed

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

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

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

More information

Only Bidders that complete and return the enclosed Acknowledgement of Receipt Form will receive addendums, if issued.

Only Bidders that complete and return the enclosed Acknowledgement of Receipt Form will receive addendums, if issued. INVITATION TO BID: BID NUMBER: 16-17-10 PURCHASE OF THREE (3) NEW 2017 TRUCK CAB & CHASSIS ONLY NIGP COMMODITY CODE: 065-12 Fire Department Kathleen Begay, Purchasing Coordinator Phone: 505-334-4556 Fax:

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 RFP P18-03 ADDITIONAL WIDE AREA NETWORK (WAN) February

More information

REQUEST FOR QUOTATIONS

REQUEST FOR QUOTATIONS 2013-17 REQUEST FOR QUOTATIONS The City of Dawson Creek is requesting quotations for the supply and delivery of: - One (1) 2013 Dual Engine, Self-Propelled Snowblower This is a Request for Quotations only.

More information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV.

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY PURCHASE OF SIGNS AND SIGN ACCESSORIES (DATE): NOV. BID RESPONSE LABEL Proposals sent by U.S. Mail should be addressed to Director of General Services, Town of Manchester, 494 Main Street, P.O. Box 191, Manchester, CT 06045-0191. Proposals hand delivered

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

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 BID B11-16 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 Gym www.forsyth.k12.ga.us Floor Work April 10, 2018 To: All Bidders

More information

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES October 2, 2015 HUMAN RESOURCES DEPARTMENT 200 AVERY AVENUE MORGANTON, NORTH CAROLINA REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES GENERAL INFORMATION Burke County is located in western

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

Vendor Information (SECTION TO BE COMPLETED BY VENDOR)

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

More information

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

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

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. A n E q u a l O p p o r t u n i t y U n i v e r s i t y INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. INVITATION NO.: UK-1912-19 Issue Date:

More 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

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

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015

REQUEST FOR PROPOSAL AUDIT SERVICES. Cumberland Mountain Community Services Board RFP#: AUDIT Issue Date May 27, 2015 REQUEST FOR PROPOSAL AUDIT SERVICES Cumberland Mountain Community Services Board RFP#: AUDIT2015-2017 Issue Date May 27, 2015 Cumberland Mountain Community Services requests qualified independent certified

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

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

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

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. 19009 One (1) New Tracked Hydraulic Excavator Bid Release: 10/10/18 Bid Questions Deadline: 10/17/18 Bid Due Date: 10/25/18 Postal Return Address: Courier

More information

TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020

TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020 TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852P020 Issue Date: January 24, 2018 Title: Healthy Communities Action Teams to Prevention Childhood Obesity Issuing Agency: Virginia Foundation

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information

PROPOSAL FOR 2018 HIGH-CUBE VAN BODY

PROPOSAL FOR 2018 HIGH-CUBE VAN BODY 840 S. Telegraph Road Monroe, Michigan 48161 Phone: (734) 240-5102 Fax: (734) 240-5101 PROPOSAL FOR 2018 HIGH-CUBE VAN BODY BID OPENING: Wednesday, April 4, 2018 at 10:00 a.m. BOARD OF COUNTY ROAD COMMISSIONERS

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

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB) Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY 14456 Request for Bids (RFB) Herbicide control of water chestnut in the Finger Lakes PRISM Region Release Date: May 11, 2018 Bid due date and

More information