THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES
|
|
- Anna O’Neal’
- 5 years ago
- Views:
Transcription
1 THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES THIS IS NOT AN ORDER 1
2 CITY OF BRENTWOOD NOTICE FOR PROPOSAL City of Brentwood ROLL OFF DUMPSTER SERVICES Notice is hereby given that sealed bids for the City of Brentwood Roll Off Dumpster Services will be received by the City Clerk Administrator at city hall, 2348 Brentwood Blvd., Brentwood MO 63144, until 10:00 a.m. Thursday September 26, The Bids will be publicly opened and read on the same day at 10:15 a.m. All bids shall be made in duplicate on the printed forms found in the contract documents. Bids must be submitted in a sealed envelope marked City of Brentwood Roll Off Dumpster Services. Bid documents are available for pickup on or after Tuesday September 3, 2013 at Brentwood Public Works, 8330 Manchester Rd. Brentwood MO, or on line at brentwoodmo.org. The City of Brentwood hereby reserves the right to reject any and all bids, to waive any informalities in the bids received, and to accept the bid or bids that in its judgment will be in the best interest of the City of Brentwood. Office of the City Clerk Administrator 2
3 Description The City of Brentwood is receiving sealed bids for ROLL OFF DUMPSTER SERVICES specified on the Bid Schedule. Two (2) hard copies of the bids must be sealed and received in the Office of the City Clerk by 10am on September 26, Faxed or ed bids will not be considered. The date and time received as noted on each bid by the City shall be final and conclusive evidence of the timeliness of each bid received. Opening Location The Bids will be opened 10:15 am on September 26, 2013 in the Brentwood City Hall located at 2348 Brentwood Blvd., Brentwood, MO, All bidders or their representatives are invited to attend the Bid opening. Bid Delivery Requirements Any Bids received after the stated time and date will not be considered. It shall be the sole responsibility of the bidder to have their Bid delivered to the Brentwood Public Works Department for receipt on or before the due date and time indicated. If a Bid is sent by U.S. Mail, the bidder shall be responsible for its timely delivery. Bids delayed by the mail shall not be considered, shall not be opened, and shall be rejected. Bids sent by will not be accepted. Sealed and Marked If sent by mail, two original signed Bid shall be submitted in one sealed package, clearly marked on the outside of the package. City of Brentwood City Clerk Administrator Roll Off Dumpster Services Proposal 2348 Brentwood Blvd Brentwood, MO Legal Name and Signature Bids shall clearly indicate the legal name, address, and telephone number of the bidder (company, firm, corporation, partnership, or individual). Bids shall be manually signed. The signer shall have the authority to bind the company to the submitted Bid. Failure to sign the Bid shall invalidate same, and it shall not be considered for award. Corrections No erasures are permitted. If a correction is necessary, draw a single line through the entered figure and enter the corrected figure above it. Corrections must be initialed by the person signing the Bid. Clarifications Any inquiries or suggestions concerning interpretation, clarification, or additional information pertaining to the Bid shall be made through Public Works Project Manager Ben von Harz in writing or through at bvonharz@brentwoodmo.org. 3
4 The City of Brentwood Public Works Department shall not be responsible for oral interpretations given by any City employee representative, or others. Contract Period and Effective Date The initial Contract term shall commence upon final execution of the contract by the City and shall expire THREE (3) years from that date and shall have the option of two (2) ONE (1) year extensions. The contract shall be contingent upon annual appropriation by the Board of Aldermen of the City of Brentwood. Expenses All expenses for making Bids to the City are to be borne by the bidder. Irrevocable Offer Any Bid may be withdrawn up until the due date and time set for opening of the Bid. Any Bid not so withdrawn shall, upon opening constitute an irrevocable offer for a for a minimum period of 90 days to sell the City the goods or services set forth in the Bid, until one or more of the Bids have been accepted by the City. Responsive and Responsible Bidder To be responsive, a bidder shall submit a Bid which conforms in all service respects to the requirements set forth in the invitation for Bid. To be a responsible bidder, the bidder shall have the capability in all respects to perform fully the contract requirements, and the tenacity, perseverance, experience, integrity, reliability, capacity, facilities, equipment and credit which will ensure goof faith performance. The lowest responsible bidder shall mean the bidder who makes the lowest Bid to sell goods or services of a quality which conforms closest to the quality of goods or services set forth in the specifications or otherwise required by the City and who is known to be fit and capable to perform the Bid as made. Reserved Rights The City reserves the right to make such investigations as it deems necessary to make the determination of the bidder s responsiveness and responsibility. Such information may include, but shall not be limited to: current financial statement, verification of availability of equipment and personnel, and past performance records. Collusion By offering a submission to this invitation for Bid, the bidder certifies the bidder has not divulged, discussed, or compared the Bid with other bidders and has not colluded with any other bidder or parties to this bid whatsoever. Non Collusion Affidavit is attached to bid documents and must be completed and submitted with bid documents. Liability and Indemnity In no event shall the City be liable to the Contractor for special, indirect, or consequential damages, except those caused by the City s gross negligence or willful or wanton misconduct arising out of or in any way connected with a breach of this contract. The maximum liability of the City shall be limited to the amount of money to be paid or received by the City under this contract. 4
5 The Contractor shall indemnify and hold the City harmless from all wages or overtime compensation due any employees in rendering services pursuant to this agreement or any subcontract, including payment of reasonable attorney s fees and costs in the defense of any claim made under the Fair Labor Standards Act, the Missouri Prevailing Wage Law or any other federal or state law. Insurance The insurance specifications shall meet the following minimum credentials: Workers Compensation and Employers Liability (E.L. Each Accident) General Liability General Aggregate $2,000, Product, Completed Operations Aggregate $2,000, Personal injury $1,000, Each Occurrence $1,000, Fire Legal Liability Damage $100, Medical Expense $10, Automobile Liability Combined Single Limit $1,000, Excess Liability Each Occurrence $1,000, Aggregate $2,000, Disease, Policy Limit $500, Disease, Each Employee $100, The successful contractor must provide a Certificate of Insurance and Endorsement satisfactory to the City naming the City of Brentwood as additional insured. This certificate shall remain in force for the length of the contract and extensions. The City shall be given (30) days written notice prior to cancellation. Prices Bid Give both unit price and extended total. Price must be stated in units of quantity and specified in the bidding specifications. In case of discrepancy in computing the amount of the Bid, the unit price of the Bid will govern. Discounts Any and all discounts except cash discounts for prompt payments must be incorporated as a reduction in the Bid price and not shown separately. The price as shown on the Bid shall be the price used in determining award(s). 5
6 Deviations to Specifications and Requirements When bidding on an or equal, Bids must be accompanied with all descriptive information necessary for an evaluation of the proposed material or equipment such as the detailed drawings and specifications, certified operation and test data, and experience records. Failure of any bidder to furnish the data necessary to determine whether the product is equivalent, may be cause for rejection of the specific items(s) to which it pertains. All deviations from the specifications must be noted in detail by the bidder. Any deviation from the specifications as written and accepted by the City may be grounds for rejection of the material and/or equipment when delivered. Quality Guaranty If any product delivered does not meet applicable specifications or if the product will not produce the effect that the bidder represents to the City, the bidder shall pick up the product from the City at no expense. Also, the bidder shall refund the City any money which has been paid for same. The bidder will be responsible for attorney fees in the event the bidder defaults and court action is required. Quality Terms The City reserves the right to reject any or all material if, in its judgment, the item reflects unsatisfactory workmanship, manufacturing, or shipping damages. Tax-Exempt The City is exempt from sales tax and Federal Excise Taxes. Awards As the best interest of the City may require, the right is reserved to make awards by item, group of items, all or none or a combination thereof; to reject any and all Bids or waive any minor irregularity or technicality in Bids received. Awards will be made to the Bidder whose Bid (1) meets the specifications and all other requirements of the Invitation for Bid and (2) is the lowest and best Bid, considering price, delivery, responsibility of the bidder, and all other relevant factors. Regulations It shall be the responsibility of each bidder to assure compliance with OSHA, EPA, Federal, State of Missouri and City rules, regulations, or other requirements, as each may apply. Termination of Award Any failure of the bidder to satisfy the requirements of the City shall be reason for termination of the award. Any Bid may be rejected in whole or in part for good cause when in the best interest of the City. Royalties and Patents The successful bidder(s) shall pay all royalties and license fees for equipment or processes in conjunction with the equipment being furnished. Bidder shall defend all suits or claims for infringement of any patent right and shall hold the City harmless from loss on account or cost and attorney s fees incurred. 6
7 Budgetary Constraints The City reserves the right to reduce or increase the quantity, retract any item from the Bid, or upon notification, terminate entire agreement without any obligations or penalty based upon availability of funds. Affidavit for Service Contracts The Bidder represents, in accordance with RSMO that they have not employed, or subcontracted with, unauthorized aliens in connection with the scope of work to be done under the Bid and agrees to provide an affidavit to the City of Brentwood affirming that they have not, and will not in connection with the Bid, knowingly employ, or subcontract with, any person who is an unauthorized alien. Affidavit of Work Authorization RSMo form is attached to the bid documents and must be completed and submitted with bid. Inspections and Acceptance No item(s) received by the City pursuant to this contract shall be deemed accepted until the City has had reasonable opportunity to inspect the item(s). Any item(s) which are discovered to be defective or which do not conform to any warranty of the Seller upon inspection may be returned at the seller s expense for full credit or replacement. If at a later time, the defects were not ascertainable upon the initial inspection may also be returned at the Seller s expense for full credit or replacement. The City s return of defective items shall not exclude any other legal, equitable or contractual remedies the City may have. Definitions Household Waste shall mean any and all accumulations of waste material from the operation of a home. Household waste shall include all bulky wastes, yard toys and building material waste from residential projects. Yard Waste shall mean any and all accumulations of grass, leaves, branches, shrubs, vines, trees, tree stumps, and other similar items generated by the City and homeowner s maintenance of lawns, shrubs, gardens and trees. 7
8 Company Name: Roll Off Dumpster Services Bid Schedule Date: Mayor and Board of Alderman In accordance with the advertisement inviting bids for ROLL OFF DUMPSTER SERVICES for the City of Brentwood, subject to conditions and requirements of the contract and scope of work, including Addenda # s and, hereto attached, which so far as they relate to the bid, are made a part of it, the undersigned here will propose to begin the specified pricing upon receipt of notice to proceed, the following prices: Description Unit Cost Total Cost 20-Cubic Yard Roll Off Dumpster Initial Delivery and Removal: Each x1 Each Household Items Disposal Cost (all inclusive): Each x1 Each Yard Waste Disposal Cost (all inclusive): Each x1 Each Festival Waste Disposal Cost (all inclusive) Each x1 Each Weekly Rate: / Week x1 / Week Fuel Surcharge: Each x1 Each 30-Cubic Yard Roll Off Dumpster Initial Delivery and Removal Each x1 Each Household Items Disposal Cost (all inclusive) Each x1 Each Yard Waste Disposal Cost (all inclusive) Each x1 Each Festival Waste Disposal Cost (all inclusive) Each x1 Each 8
9 Weekly Rate: / Week x1 / Week Fuel Surcharge: Each x1 Each 40-Cubic Yard Roll Off Dumpster Initial Delivery and Removal Each x1 Each Household Items Disposal Cost (all inclusive) Each x1 Each Yard Waste Disposal Cost (all inclusive) Each x1 Each Weekly Rate: / Week x1 / Week Fuel Surcharge: Each x1 Each Total Roll Off Dumpster Services Cost: Total Roll Off Dumpster Services Cost in Words: Dollars Authorized Signature: Date: Title: 9
10 THE CONTRACT DOCUMENTS: The Advertisement, Information for Bidders, the Specifications, including Addenda Nos.,, and, the Bid, and together with this Agreement, form the Contract. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed as of the day and year first above written in three (3) counterparts, each of which shall, for all purposes, be deemed an original. CITY OF BRENTWOOD MISSOURI (Owner) By (Pat Kelly, Mayor) ATTEST (Bola Akande, City Administrator) (Contractor) By ATTEST: (Title) 10
11 Affidavit of Work Authorization Comes now (name) as (office held) first being duly sworn, on my oath, affirm (company name) is enrolled and will continue to participate in a federal work authorization program in respect to employees that will work in connection with the contracted services related to the City of Brentwood Roll Off Dumpster Services for the duration of the contract, if awarded in accordance with RSMo Chapter (2). I also affirm that (company name) does not and will not knowingly employ a person who is an unauthorized alien in connection with the contracted services related to the City of Brentwood Roll Off Dumpster Services for the duration of the contract, if awarded. In Affirmation thereof, the facts stated above are true and correct (The undersigned understands that false statements made in this filing are subject to the penalties provided under Section , RSMo). Signature Title Printed Name Date Subscribed and sworn to before me the day of. I am commissioned as a notary public within the county of, State of, and my commission expires on. Signature of notary Date 11
12 Non-Collusion Affidavit NCA-1 being duly sworn in oath deposed and states: That in connection with this procurement, a. The prices in this bid have been arrived at independently, without consultation, communication, or agreement, for the purpose of restricting competition as to any matter relating to such prices with any other bidder or with any competitor; b. The prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening directly or indirectly to any other bidder; or to any competitor; and, c. No attempt has been made or will be made by the bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition. The undersigned further states: a. He is the person in the bidders organization responsible within that organization for the decision as to the prices being bid herein and that he has not participated, and will not participate, in any action contrary to (I) (a) through (I) (c) above. b. He is not the person in the bidder s organization responsible within that organization for the decision as to the prices being bed herein but that he has been authorized in writing to act as agent for the persons responsible for such decision in certifying that such persons have not participated, and will not participate, in any action contrary to (I) (a) through (I) (c) above, and as their agent does hereby so certify; and he has not participated, and will not participate in any action contrary to (I) (a) through (I) (c) above. The Contractor hereby attests to their intent to comply with the American with Disabilities Act. (ADA). It is expressly understood that the foregoing statements, representations, and promises are made as a condition to the right of the bidder to receive payment under any award made hereunder. For Corporations (NAME, INDICATE IF CORPORATION, PARTNERSHIP OR SOLE PROPRIETOR) (Corporate Seal) (OFFICE HELD IN BIDDER ORGANIZATION) ATTEST: By Subscribed and sworn to before me this day of, 20 My commission expires on: Notary Public 12
Carpet Replacement Project Des Peres Department of Public Safety
Carpet Replacement Project Des Peres Department of Public Safety Notice is hereby given that the City of Des Peres is seeking proposals from qualified vendors for the installation of carpet for the Public
More informationCONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING
CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING City of Des Peres Department of Public Works 12325 Manchester Road Des Peres, MO 63131 February 2016 INVITATION FOR BIDS Sealed bids for the Street
More informationQUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088
QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT 3010 center Street Des Moines, Iowa 50312 QUOTE # Q7088 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, IA 50316 DES
More informationQUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner
QUOTE DOCUMENTS FOR KING PARKING EXPANSION 1849 Forest Avenue Des Moines, Iowa QUOTE # Q6747 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, Iowa 50316 DES MOINES PUBLIC
More informationCITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS
CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS Date Issued: September 28, 2018 Bid Number: 19-20, 19-21 and 19-22 The City of Sikeston is soliciting bids for the demolition and disposal of 315
More informationINVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date.
INVITATION TO BID The Arlington Heights Park District will receive sealed bids for: PURCHASE OF TWO ZERO- TURN LAWN MOWERS at the Park District office at 410 N. Arlington Heights Road, until 11:00 AM on
More informationARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES
DATE: 10/11/2013 ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES The Arlington Heights Park District shall receive written quotes for Flora and Commemorative Bronze Signs at Arlington Heights Park
More informationABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS
ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS 1. PREPARATION OF BID FORM: The District invites proposals on the form(s) enclosed to be submitted
More informationRequest For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall
Request For Proposals 2018-1 202 Hwy 124 E ADA Door Opener Hallsville City Hall The City of Hallsville, Missouri (the City ) seeks bids from qualified contractors for all materials and labor to install
More informationREQUEST FOR BID # TIRE DISPOSAL SERVICES
REQUEST FOR BID # 201705-376 TIRE DISPOSAL SERVICES BID SCHEDULE & DEADLINES: May 13, 2017 June 13, 2017 June 5, 2017 at 2:00 P.M. June 13, 2017 at 5:00 P.M. June 14, 2017 at 9:30 A.M. Bid Release Date
More informationOSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk
OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 dstevens@oswegocounty.com Daniel Stevens Tamara Allen Purchasing
More informationTOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS
TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS NOTICE TO BIDDERS INSTRUCTIONS TO BIDDERS AFFIDAVIT OF NON-COLLUSION CERTIFICATION OF COMPLIANCE
More informationCOUNTY OF OSWEGO PURCHASING DEPARTMENT
COUNTY OF OSWEGO PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Daniel Stevens, Purchasing Director May 18, 2017
More informationROGERS CORPORATION - TERMS AND CONDITIONS OF PURCHASE
ROGERS CORPORATION - TERMS AND CONDITIONS OF PURCHASE THE FOLLOWING TERMS AND CONDITIONS, AND THOSE SPECIFIED ON THE FACE OF THIS PURCHASE ORDER, SHALL EXCLUSIVELY GOVERN THE PURCHASE OF ALL MATERIALS
More informationVILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS
VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS SEALED PROPOSALS for Proposed Sidewalk construction at various locations throughout the Village of Allegany, NY will be received at the office of
More informationSunnyside Valley Irrigation District
2019 Perforated HDPE Pipe Bid Package Sealed bids will be received until 11:00 am. January 4th, 2019 at Field Office 1105 Yakima Valley Hwy. P.O. Box 239 Sunnyside, WA 98944 509-837-6980 Project Contact:
More informationCity of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520)
City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona 85635 (520) 458-3315 Fax (520) 452-7025 NOTICE OF REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS NUMBER: PROPOSAL
More informationInvitation for Informal Bid (IFIB) Summary. 3. Exhibit A Proposal / Bid Forms.. 7. Agreement. 12. Payment Bond 14. Performance Bond 17
TABLE OF CONTENTS Invitation for Informal Bid (IFIB) Summary. 3 Exhibit A Proposal / Bid Forms.. 7 Agreement. 12 Payment Bond 14 Performance Bond 17-2 - INVITATION FOR INFORMAL BID (IFIB) SUMMARY NOTICE
More informationATTENTION ALL BIDDERS
ETOWAH COUNTY COMMISSION 800 Forrest Avenue, Gadsden, AL 35901 REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: BID NO. FY 2016-2017-18 AGGREGATE The Etowah County Commission is soliciting
More informationPrufrex USA, Inc. TERMS AND CONDITIONS OF PURCHASE
Prufrex USA, Inc. TERMS AND CONDITIONS OF PURCHASE 1 Contract Formation: These Terms and Conditions of Purchase (the "Terms and Conditions") apply to any purchases by Prufrex USA, Inc., its subsidiaries,
More informationPURCHASE ORDER TERMS AND CONDITIONS
PURCHASE ORDER TERMS AND CONDITIONS 1. SERVICES & DELIVERABLES. Seller agrees to provide to CORTEC PRECISION SHEETMETAL (or its subsidiaries, if such subsidiaries are designated as the contracting parties
More informationINVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW
INVITATION TO BID Sealed bids will be received by the City of Foley at Foley City Hall, 407 East Laurel Avenue, Foley, Alabama 36535 or P.O. Box 1750, Foley, Alabama 36536 until 11:00 a.m., Tuesday, December
More informationDATE: June 7,
M E M O R A N D U M TO: FROM: Prospective Bidders Johnna M. Allen, Purchasing Director RE: Request for Bid - #024-16 DATE: June 7, 2016 ---------------------------------------------------------------------------------------------------------------------
More informationCity of Mexico Beach Replacement of Fire Department Roofing Shingles
City of Mexico Beach Replacement of Fire Department Roofing Shingles 2018 BID INFORMATION, REQUIREMENTS, INSTRUCTIONS AND SPECIFICATIONS BID INFORMATION BIDS DUE BY: Thursday, April 19 th, 2018 at 2:00
More informationSTATE OF ALABAMA ) CONCESSION CONTRACT STATE PARK MONTGOMERY COUNTY ) BETWEEN DEPARTMENT OF CONSERVATION AND NATURAL RESOURCES AND CONCESSIONAIRE
STATE OF ALABAMA ) CONCESSION CONTRACT STATE PARK MONTGOMERY COUNTY ) BETWEEN DEPARTMENT OF CONSERVATION AND NATURAL RESOURCES AND CONCESSIONAIRE THIS AGREEMENT by and between the STATE OF ALABAMA, DEPARTMENT
More informationTHIS CONTRACT is executed as of this day of, 2017, effective as of October 1, 2017 (the Effective Date ), by and between the CITY OF
CONTRACT BETWEEN THE CITY OF JACKSONVILLE AND REPUBLIC SERVICES OF FLORIDA, LIMITED PARTNERSHIP d/b/a SOUTHLAND RECYCLING SERVICES FOR RECEIPT, PROCESSING AND SALE OF RESIDENTIAL RECYCLING MATERIALS THIS
More informationINVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:
INVITATION TO BID Date: April 13, 2018 From: KENAI PENINSULA BOROUGH SCHOOL DISTRICT Purchasing Department 139 East Park Avenue Soldotna, Alaska 99669 (907)714-8876 BID NUMBER: #125-18 BID DUE DATE: 4:00
More informationINDEPENDENT CONTRACTOR AGREEMENT
INDEPENDENT CONTRACTOR AGREEMENT This Independent Contractor Agreement (this Agreement ), effective as of, 2017 (the Effective Date ), is by and between, a New York corporation having a principal place
More informationCITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS
CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS 1 Date Issued: January 16, 2019 Bid Number: 19-29 The City of Sikeston is soliciting bids for a Haulotte 6543 A Pull Behind Lift. The sealed bids
More informationATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT
ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT TO IB PAGE TO: Clerk of the Board INLAND VALLEY DEVELOPMENT AGENCY 1601 E. Third Street San Bernardino, CA 92408 BID: Pursuant to your published Notice
More informationREQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK
REQUEST FOR PROPOSALS RFP 11-13 SEASONAL ARTIFICIAL ICE SKATING RINK Page 2 of 13 REQUEST FOR PROPOSALS (RFP) 11-13 SEASONAL ARTIFICIAL ICE SKATING RINK Sealed Proposals for Purchasing RFP 11-13 Seasonal
More informationCITY OF HOPKINSVILLE
CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: WINDOW TINT TREATMENT FILM FOR CITY OF HOPKINSVILLE POLICE HEADQUARTERS
More informationCredit Application and Agreement (Please Type or Print)
Credit Application and Agreement (Please Type or Print) Contractor Section I APPLICANT LEGAL NAMES(S) OF INDIVIDUAL(S) FIRM CORP HEREINAFTER REFERRED TO AS APPLICANT PHONE NO. FAX NO. STREET ADDRESS CITY
More informationMcCRACKEN COUNTY BOARD OF EDUCATION
McCRACKEN COUNTY BOARD OF EDUCATION INVITATION TO BID OFFICE SUPPLIES The McCracken County Board of Education invites you to submit a sealed bid for Office Supplies, as shown in the following pages, for
More informationPROFESSIONAL SERVICES AGREEMENT
PROFESSIONAL SERVICES AGREEMENT THIS PROFESSIONAL SERVICES AGREEMENT, dated as of, 20 (this Agreement ), is made and entered into by and between William Marsh Rice University, a Texas non-profit corporation
More informationTulsa Community College
Tulsa Community College Request for Proposal For Banking Services Project #: RFP-17001-BC RFP Issue Date: October 14, 2016 Proposal Due Date/Time: October 28, 2016 2:00 PM CST Submit Proposals to: Tulsa
More informationINDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Name: Individual: Business: (mark one)
INDEPENDENT CONTRACTOR TERMS OF AGREEMENT Return to the Division of Human Resources when complete. Part One: University Information ( University or KSU) Contracting University Department/Office: Contracting
More informationThe PTC reserves the right to reject any or all bids. PTC may terminate any resulting contract upon a thirty (30) day written notice.
BID INVITATION BUYER / TELEPHONE Michael Etnyre / 717-831-7245 FAX: 717-986-9678 EMAIL : METNYRE@paturnpike.com PRINT NAME Vendor Number : Vendor Contact : SIGNATURE TELEPHONE FAX EMAIL QUOTATIONS ARE
More informationINVITATION TO QUOTE. Line item bid entries are to be entered on-line as directed (same due date) in the you received with these documents.
January 04, 2018 INVITATION TO QUOTE To whom this may concern: We are seeking quotes on Spring Athletic Supplies 2018 (Quote #3802/3640). We expect to purchase the goods by February 16, 2018 with delivery
More informationDeadline to receive Sealed Bids is Thursday, September 21, 2017 at 9:00 a.m. EST.
(ADVERTISEMENT) OWNER: Middle Kentucky CAP, Inc. 171 Howell Heights Jackson, KY 41339 INVITATION FOR BID (IFB) Middle Kentucky CAP is seeking sealed bids for blacktop paving. installation to _171 Howell
More informationPENN CAMBRIA SCHOOL DISTRICT 201 6th Street, Cresson, Pennsylvania DIESEL FUEL BID. Instructions/Specifications/Bid Form
To assure the Board of Directors that all bidders are being offered an equal opportunity to bid and that all bidders are bidding on equal materials and conditions, the following must be adhered to. Any
More informationREQUEST FOR PROPOSAL Youth Sports Officiating Services
REQUEST FOR PROPOSAL 2018 Youth Sports Officiating Services SUBMITTAL DEADLINE 3:00pm on February 5, 2018 Any questions regarding this submission of the Request for Proposal shall be submitted to the City
More informationOSWEGO COUNTY PURCHASING DEPARTMENT
OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com/admin-purchasing.shtml Philip R. Church, Director January
More informationTOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT
TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT 06045-0191 CONTRACT PROPOSAL FOR WATER SLIDE FOR WADDELL POOL RFP 15/16-87 DATE OF RFP OPENING: MAY
More informationTERMS AND CONDITIONS OF THE INVITATION TO BID
TERMS AND CONDITIONS OF THE INVITATION TO BID 1. PREPARATION OF BID. a) Bidders are expected to examine the drawings, specifications, and all instructions. Failure to do so shall be at the bidder=s risk.
More informationRFQ-CD Re-Bid Wildfire Underbrush Mowing. Required Submittal Packet
RFQ-CD-09-011 Re-Bid Wildfire Underbrush Mowing Required Submittal Packet 1. The following eleven (11) pages, filled out completely, returned as Section 1 - Required Submittals 2. All addenda (signed and
More informationCITY OF DES PLAINES PROPOSAL AND CONTRACT FOR PURCHASE AND DELIVERY OF PRODUCTS BARRACUDA BACKUP SERVER ISSUED: APRIL 2016
CITY OF DES PLAINES PROPOSAL AND CONTRACT FOR PURCHASE AND DELIVERY OF PRODUCTS BARRACUDA BACKUP SERVER ISSUED: APRIL 2016 OWNER: City of Des Plaines (the City ) 1420 Miner Street Des Plaines, Illinois
More informationDISTRIBUTOR AGREEMENT
DISTRIBUTOR AGREEMENT THIS AGREEMENT is made this day of, 19, by and between [Name of Company], with its principal place of business located at [Address] (the "Company") and [Name of Distributor], [Address]
More informationInvitation For Bid. Filters, Brake Drums & Brake Shoes IFB B
Prince George County SCHOOL BOARD Operations Office 6410 Courts Drive Prince George, Virginia 23875 804-733-2700 Fax 804-861-5271 Invitation For Bid Filters, Brake Drums & Brake Shoes IFB-19-1807-4B This
More information2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo)
INVITATION TO BID CITY OF CHEYENNE, WYOMING PURCHASING DIVISION ROOM 307 MUNICIPAL BUILDING 2101 O NEIL AVENUE, CHEYENNE, WY82001 PHONE: (307) 637-6345 (This is not an order) BID OPENING DATA BID NUMBER:
More informationAUTONOMIE COMMERCIAL SOFTWARE LICENSE AGREEMENT
AUTONOMIE COMMERCIAL SOFTWARE LICENSE AGREEMENT This Agreement is made between the UChicago Argonne, LLC, as operator of Argonne National Laboratory under Contract No. DE-AC02-06CH11357 ("Licensor") with
More informationCherokee County Board of Commissioners
Cherokee County Board of Commissioners Department of Transportation 1130 Bluffs Parkway Canton, Georgia 30114 Bid Documents SR 92/Cherokee 75 Parkway Traffic Signal Installation BID NO.: 2014-43 BID DATE:
More informationREQUEST FOR BID # JAIL WATER SOFTENER SYSTEM
REQUEST FOR BID # 201710-385 JAIL WATER SOFTENER SYSTEM BID SCHEDULE & DEADLINES: Oct. 7, 2017 Nov. 7, 2017 Oct. 30, 2017 at 2:00 P.M. Nov. 7, 2017 at 5:00 P.M. Nov. 8, 2017 at 9:30 A.M. Bid Release Date
More informationInvitation to Bid. FUNDING: The project shall be funded entirely with County funds, and shall be governed by strict guidelines for use of funds.
Invitation to Bid Bridge #101 over Snake Creek New Bridge Construction Mayes County, Oklahoma NBI No. 07190, County Bid No. BR101SNAKE PROJECT DESCRIPTION: Mayes County will be accepting lump sum bids
More informationAuthorizing the City Manager to execute an Agreement between the City of Columbia and Passport Parking
RESOLUTION NO.: R-2015-004 Authorizing the City Manager to execute an Agreement between the City of Columbia and Passport Parking BE IT RESOLVED by the Mayor and City Council this_ day of, 2015, that the
More informationINVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233
INVITATION TO BID from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233 BID PROPOSAL NO. 1000 DESCRIPTION: RENEWAL OF CISCO SMARTNET MAINTENANCE
More informationGOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE. between the City of and
GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE between the City of and [Insert Vendor's Co. Name] THIS AGREEMENT is made by and between the City of, a Washington municipal corporation (hereinafter
More informationATTENTION ALL BIDDERS
ETOWAH COUNTY COMMISSION 800 Forrest Avenue, Gadsden, AL 35901 REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: BID NO. FY 2018-2019-05 UNFINISHED TRAFFIC SIGNS AND POSTS The Etowah
More informationRequest for Proposal. INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA
Request for Proposal INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA DUE DATE: 4:00 p.m. January 19, 2018 Luzerne County Purchasing Department Attention:
More informationBOROUGH OF FOX CHAPEL BIDS FOR RUBBISH CONTAINER BINS. CONTRACT NUMBERS and 08-06
BIDS FOR RUBBISH CONTAINER BINS CONTRACT NUMBERS 08-05 and 08-06 December 2008 FOX CHAPEL BOROUGH County of Allegheny, Commonwealth of Pennsylvania BIDS FOR RUBBISH CONTAINER BINS CONTRACT NUMBERS 08-05
More informationITB-PW Concrete psi with Fiber Mesh. Required Submittals
Required Submittals 1. All addenda (signed and dated) 2. Summary of Litigation (if not applicable, please state so) 3. License Sanctions (if not applicable, please state so) 4. References 5. The following
More informationCITY OF RICHMOND PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS: That place of business is located at CITY OF RICHMOND PERFORMANCE BOND, the Contractor ( Principal ) whose principal and ( Surety ) whose address for delivery of Notices
More informationCalhoun Community College will receive sealed bids for the following item(s): Bid #19-14: Iron Worker and Band Saw Machine
March 5, 2019 To Whom It May Concern: Calhoun Community College will receive sealed bids for the following item(s): Bid #19-14: Iron Worker and Band Saw Machine Bids will be received in the Business Office
More informationINVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233
INVITATION TO BID from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233 BID PROPOSAL NO. 1023 DESCRIPTION: RENEWAL OF CISCO SMARTNET MAINTENANCE
More informationDiesel Engine Replacement for. Gillig Low Floor Buses
JACKSON AREA TRANSPORTATION AUTHORITY INVITATION FOR BID (IFB 2016-01) Diesel Engine Replacement for Gillig Low Floor Buses Issue date: January 13, 2017 Bid due date and time: February 10, 2017 by 3 P.M.
More informationCITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING
CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING September 12, 2018 REQUEST FOR PROPOSALS For Road Striping City of Spring Hill, Tennessee Sealed Proposals will be received
More informationSOLICITATION # EATONTON-PUTNAM SENIOR CITIZEN CENTER CONGREGATE MEALS PROGRAM
SOLICITATION #060115-001 EATONTON-PUTNAM SENIOR CITIZEN CENTER CONGREGATE MEALS PROGRAM Eatonton City Council 201 N. Jefferson Avenue P.O. BOX 3820 Eatonton, Georgia 31024 June 8, 2015 10:00AM RETURN ENTIRE
More informationINVITATION TO BID INSTRUCTIONS TO BIDDERS
Exhibit A INVITATION TO BID INSTRUCTIONS TO BIDDERS Scope: A contract will be awarded with the requirement to supply, IT SAN Hard Drives and Support to the Susquehanna Area Regional Airport Authority (S.A.R.A.A.).
More informationLEGAL NOTICE REQUEST FOR BID SEALED BID For. Reinforcing Steel for Freymuth Road Box Culvert. For
LEGAL NOTICE REQUEST FOR BID SEALED BID 15-150 For Reinforcing Steel for Freymuth Road Box Culvert For ST. CHARLES COUNTY GOVERNMENT ST. CHARLES, MISSOURI St. Charles County is seeking bids for Reinforcing
More informationInvitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI
Invitation for Bid. 28475 Caustic Soda 50% T. F. Green Airport, Warwick, RI August 27, 2018 The Rhode Island Airport Corporation (RIAC) is seeking bids to provide, on an as-needed basis approximately nine
More informationInvitation For Bid (IFB) Bid Description: Citrix Presentation Server Enterprise Edition 1 Issued: May 22, 2008 THE CITY OF TULSA, OKLAHOMA
Page 1 of 16 THE CITY OF TULSA, OKLAHOMA NOTICE OF INVITATION TO BID NOTICE is hereby given that the CITY OF TULSA, OKLAHOMA will receive sealed bids for the following: BID # 07-751 DESCRIPTION: Citrix
More informationITB-CD Re-Bid Term Contract for Code Enforcement Mowing and General Clean Up Services. Required Submittal Packet. Revised per Addendum 2
ITB-CD-09-10 Re-Bid Term Contract for Code Enforcement Mowing and General Clean Up Services Required Submittal Packet Revised per Addendum 2 1. All addenda (signed and dated) 2. The following fourteen
More informationATTENTION ALL BIDDERS
ETOWAH COUNTY COMMISSION 800 Forrest Avenue, Gadsden, AL 35901 REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: The Etowah County Commission is soliciting sealed bids for the above
More informationRequest for Quotation Q. Steamboat Springs Emergency Solar Tower Phones
Request for Quotation 792-18Q Steamboat Springs Emergency Solar Tower Phones Due: April 6, 2018 2:00 p.m. Mountain Time Buyer: Colorado Mountain College Purchasing Department 802 Grand Avenue Glenwood
More informationCentral Unified School District Request for Proposal
Central Unified School District Request for Proposal Auditing Services RFP Number 55 Print Date: 2/6/2004 10:19 AM REQUEST FOR PROPOSALS AUDITING SERVICES TABLE OF CONTENTS Notice of Request for Proposals
More informationGENERAL TERMS & CONDITIONS FOR SUPPLYING MATERIALS AND SERVICES TO COCA-COLA SABCO MOZAMBIQUE (GTCCCSM)
Signed for (all pages) on behalf of SUPPLIER and hereby warrants that (s)he is duly authorised to sign and accept this complete GTCCCSM, consisting of 9 (nine) pages and all it Appendices, on behalf of
More informationBETHLEHEM AREA SCHOOL DISTRICT 1516 SYCAMORE STREET BETHLEHEM PA REQUEST FOR BIDS TIRES & SERVICE School Year BIDS DUE: JUNE 4, 2018
BETHLEHEM AREA SCHOOL DISTRICT 1516 SYCAMORE STREET BETHLEHEM PA 18017 REQUEST FOR BIDS TIRES & SERVICE 2018-2019 School Year BIDS DUE: JUNE 4, 2018 TIME: 1:00 P.M. BETHLEHEM AREA SCHOOL DISTRICT 1516
More informationBERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA
BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA Request for Proposal (RFP) For Patrol Rifles Bid Proposals due no later than 4:00 PM, Wednesday, August 20, 2014 at the County Council
More informationBid #15-15 Goodyear Tires
April 10. 2015 LEGAL NOTICE Sealed Bids will be received by the Oswego County Purchasing Department, 46 East Bridge Street, Oswego, New York until 2:00 p.m., Tuesday, May 5. 2015 for the Purchase of: GOODYEAR
More informationLINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID
LINCOLN UNIFIED SCHOOL DISTRICT -- -- -- -- -- -- -- -- CHROMEBOOK BID INSTRUCTIONS TO BIDDERS SPECIFICATIONS BID OPENING DECEMBER 3, 2013, 2:00PM EDUCATION CENTER 2010 W. SWAIN ROAD STOCKTON LINCOLN UNIFIED
More informationBID INVITATION. Bid Invitation
BID INVITATION BUYER / TELEPHONE Wayne A Burke / 717-831-7319 FAX: 717-986-9678 EMAIL : WBURKE@paturnpike.com PRINT NAME Vendor Number : Vendor Contact : SIGNATURE TELEPHONE FAX EMAIL QUOTATIONS ARE TO
More informationRequest for Proposal DOCUMENT SCANNING FOR LUZERNE COUNTY CHILDREN & YOUTH REF #82917RFPSO LUZERNE COUNTY PENNSYLVANIA
Request for Proposal DOCUMENT SCANNING FOR LUZERNE COUNTY CHILDREN & YOUTH REF #82917RFPSO LUZERNE COUNTY PENNSYLVANIA DUE DATE: October 12, 2017 at 4:00PM EST Luzerne County Purchasing Department Attention:
More informationSTANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS
STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS City of Thunder Bay Supply Management Division Page 1 of 6 SCOPE The following Standard Terms and Conditions for Tenders,
More informationBID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE
Book No. BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE SUBMITTED BY: City of Oneida 109 North Main Street Oneida NY 13421 TABLE OF CONTENTS PAGE ADVERTISEMENT - INVITATION TO BID A - 1 INSTRUCTIONS TO BIDDERS
More informationREQUEST FOR QUALIFICATIONS FOR PEER REVIEW AND ON-CALL CONSULTING ENGINEER SERVICES FOR PLANNING & DEVELOPMENT
REQUEST FOR QUALIFICATIONS FOR PEER REVIEW AND ON-CALL CONSULTING ENGINEER SERVICES FOR PLANNING & DEVELOPMENT TOWN OF COVENTRY, RHODE ISLAND Department of Planning & Development 1670 Flat River Road Coventry,
More informationENTERPRISE STATE COMMUNITY COLLEGE
March 4, 2019 To Whom It May Concern: Enterprise State Community College Business Office in Enterprise, AL will receive SEALED BIDS, Bid Inquiry No. 201920, for Floor Stripping and Waxing in Wallace Hall,
More informationSTANDARD TERMS AND CONDITIONS OF SALE
1. Sale And License STANDARD TERMS AND CONDITIONS OF SALE 1.1 Controlling Conditions of Sale. All purchases and sales of Products, including all parts, kits for assembly, spare parts and components thereof
More informationTOWN OF BELVILLE PHASE II - DEBRIS REMOVAL CONTRACT PART I INSTRUCTIONS TO BIDDERS
PART I INSTRUCTIONS TO BIDDERS NOTICE Upon receiving this proposal by internet or email, email traciedavis@townofbelville.com to register as a prospective respondent. Failure to register as a prospective
More information802-18Q. Defibrillator. Due: 06/15/2018 2:00 p.m. MST
802-18Q Defibrillator Due: 06/15/2018 2:00 p.m. MST Buyer: CMC Purchasing Department 802 Grand Avenue / Glenwood Springs, CO 81601 / bids@coloradomtn.edu Section I: Introduction Colorado Mountain College
More informationMesquite Independent School District
SOLICITATION NUMBER: RFP No. 2018-031 SOLICITATION NAME: Sale of Surplus IMacs, Laptops,Tablets and Desktops BIDS DUE: Monday, April 19, 2018 No Later Than: 2:00PM SUBMIT BIDS TO: Attn: Purchasing Department
More informationCITY OF FREEPORT Water & Sewer Commission GIS DATA COLLECTION EQUIPMENT 524 W. STEPHENSON STREET FREEPORT, IL BID DOCUMENTS MARCH 2012
CITY OF FREEPORT Water & Sewer Commission GIS DATA COLLECTION EQUIPMENT BID DOCUMENTS MARCH 2012 CITY OF FREEPORT 524 W. STEPHENSON STREET FREEPORT, IL 61032 BID SUBMITTAL 10:00 AM, FRIDAY, MARCH 23, 2012
More informationSaddles for Sale RFSB # N
PROCUREMENT, CONTRACTING AND PAYMENT SERVICES REQUEST FOR SURPLUS BIDS (RFSB) Issued: June 15, 2016 Saddles for Sale RFSB #90003634N West Virginia University Board of Governors on behalf of West Virginia
More informationREQUEST FOR QUOTATION
4 World Trade Center, 150 Greenwich Street,21st Floor,New York, NY 10007 REQUEST FOR QUOTATION Page 1 Of 8 Vendor No. Collective/Bid # / Bid Due Date 0000054998 / 12/12/2018 Bids must be received no later
More informationCOVER PAGE. Bid Proposal # Ready Mix Concrete
COVER PAGE Bid Proposal # 2175 Ready Mix Concrete Sealed bids and electronic submitted bids for the above will be received until 10:00 AM CST, Tuesday, April 3, 2018 and publicly opened in the City of
More informationSeptember 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project
September 16, 2016 CCTA Contract No. 427 Caltrans Contract No. 04-4H1604 Balfour Interchange Project Addendum No. 6 Dear Contractor: This addendum is being issued to the contract for construction on State
More informationMASTER TERMS AND CONDITIONS FOR PURCHASE ORDERS
MASTER TERMS AND CONDITIONS FOR PURCHASE ORDERS ALL PURCHASE ORDERS BETWEEN Expert Global Solutions, INC ( EGS ) its subsidiaries and affiliates AND VENDOR ( VENDOR ) ARE SUBJECT TO THE FOLLOWING MASTER
More informationREQUEST FOR BID # DEDICATED INTERNET ACCESS SERVICE 100M
REQUEST FOR BID # 201608-347 DEDICATED INTERNET ACCESS SERVICE 100M BID SCHEDULE & DEADLINES: August 20 September 20, 2016 September 12, 2016 at 2:00 P.M. September 20, 2016 at 2:00 P.M. September 21,
More informationCITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350
CITY OF PROSSER REQUEST FOR PROPOSAL To Provide On Call Electrical Services Located at: 601 7 TH STREET PROSSER, WASHINGTON 99350 Instructions To Contractors, Pricing Forms, Business Questionnaire, Agreement,
More informationThe Arlington Heights Park District reserves the right to waive any informality in the quotes received according to its own judgment.
DATE: 01/28/2014 ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES The Arlington Heights Park District shall receive written quotes for Message Repeaters at Arlington Heights Park District, 410 N.
More informationSTATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS
STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS 375-040-55 Page 1 of 7 1. SERVICES AND PERFORMANCE Purchase Order No.: Appropriation Bill Number(s) / Line Item Number(s)
More information