NOTICE INVITING BIDS FOR PURCHASE AND REMOVAL OF SURPLUS PASSENGER CARS/RAIL EQUIPMENT

Size: px
Start display at page:

Download "NOTICE INVITING BIDS FOR PURCHASE AND REMOVAL OF SURPLUS PASSENGER CARS/RAIL EQUIPMENT"

Transcription

1 NOTICE INVITING BIDS FOR PURCHASE AND REMOVAL OF SURPLUS PASSENGER CARS/RAIL EQUIPMENT Notice is hereby given that sealed bids for Purchase and Removal of Surplus Passenger Cars as described herein will be received by the Executive Director of the North Coast Railroad Authority ("NCRA") until the time of Proposal Opening, at which time the proposals so received will be publicly opened and read aloud. Proposal Opening will be held at: 419 Talmage Road, Suite M Ukiah, Ca on Wednesday, May 25, 2011 at 3:00 p.m. PROPOSALS RECEIVED AFTER THIS TIME AND DATE WILL NOT BE ACCEPTED OR CONSIDERED. Contract Documents specifying the requirements for purchase and removal of the equipment, the terms of the Contract and the details of the bidding procedure may be secured from the EXECUTIVE DIRECTOR of NCRA at the address above. All inquiries concerning the Technical Specifications, Contract Documents, Bid Procedure and Legal Requirements must be communicated in writing to the undersigned by U.S. or express mail to NCRA, 419 Talmage Road, Suite M, Ukiah, CA 95482; by fax to (707) or by to ncra.mstogner@sbcglobal.net. All proposals must be submitted on standard proposal forms provided by NCRA. The bidder shall provide the original (unbound) and 11 copies of the bid. Fax copies of bids will not be allowed. NCRA reserves the right to reject any or all bids. NCRA Mitch Stogner Executive Director (707)

2 NOTE If a potential bidder/proposer received this solicitation document through some means other than from NCRA (including from the NCRA Internet web site), it is the responsibility of the potential bidder to advise the NCRA of its intention to submit a bid so that any addenda or other correspondence related to this solicitation will be sent to the potential bidder/proposer. Transmittal of this information must be in writing, by U.S. Mail, fax, or . Transmittal of this information via telephone is not acceptable. Please submit bids on enclosed bid form only. Forward to: NCRA Mitch Stogner 419 Talmage Road, Ste M Ukiah, Ca It is highly recommended that all bids be hand delivered. If mailing, The envelope is to be clearly marked on the outside with the following notation: Bid on Railroad Passenger Cars/Rail Equipment opening at NCRA s office, on Wednesday, May 25, 2011 at 3:00 p.m.. Bids will NOT be considered unless: 1. Original documents are received. 2. Bid proposal is signed. 3. Signatures are legible - No initials. 4. $ Non- Refundable Deposit (Deposit of winning bidder shall go toward the purchase price). 2

3 Bid RAILROAD PASSENGER CARS To: NCRA Date Mitch Stogner, Executive Officer The undersigned (Corporate Name of Bidder) agrees to purchase from NCRA, California, at the prices bid below, in accordance with the General and Special Conditions on file in the office of NCRA, a copy of which is attached hereto and is made a part of this bid: Item Quantity Location Bid Price Car # 544 Mendocino 1 Scotia $ Car # 546 Humboldt 1 Scotia $ Car # Sonoma 1 Scotia $ Car # 151 Hidden Lake Ranch 1 Asti $ Car # 510 Tuolumne 1 Healdsburg $ Car # 660 Hercules Steam Generator 1 Willits $ Car # 1016 Gallery Car 1 Willits $ Car # 1023 Gallery Car 1 Willits $ Car # 1210 Power Baggage 1 Willits $ TOTAL BID $ TOTAL BID $ Earliest equipment removal date after date of bid opening (Latest removal date acceptable is July 31, 2011) The prices bid shall include total bid price for passenger car purchase. The Bidder hereby acknowledges that Addenda Nos. to this bid have been received, if any (Bidder insert Addendum No. of each Addendum received). Bidder understands failure to acknowledge any addenda issued may cause the bid to be considered nonresponsive. Bidder may contact NCRA to confirm the number of addenda (if any) that have been sent. 3

4 It is understood that this bid shall remain open and shall not be withdrawn for a period of thirty (30) days from the date prescribed for the opening of the bid. It is further agreed that the passenger cars will be removed from premises by July 31, 2011or a penalty of $500 per day will be due and payable monthly from purchaser. It is understood that security of stored passenger cars is the responsibility of the purchaser. If passenger cars are damaged due to purchaser s inability to secure the cars NCRA will request that the cars be removed within thirty days of complaint. NCRA has arranged for three inspection dates. Upon receipt of non-refundable fee of $500.00, a reservation for supervised inspection can be made. Please contact Heather Lindsteadt at to begin the registration process. Respectfully submitted, (Mailing Address) (City, State & Zip) / (Telephone / Fax) (Corporate Name of Bidder) By: (Signature) (Print Name & Title) 4

5 Introduction Mission The Mission of the North Coast Railroad Authority is to provide a unified & revitalized rail infrastructure meeting the freight and passenger needs of Northwestern California; a first class service working in partnership with others to build and sustain the economy of the region. History The North Coast Railroad Authority (NCRA) was formed in 1989 by the California Legislature under the North Coast Railroad Authority Act, Government Code Sections 93000, et seq. The Act was intended to ensure continuation of railroad service in Northwestern California and envisioned the railroad playing a significant role in the transportation infrastructure serving a vital part of the State that suffers from restricted access and limited transport options. In 1992, the State purchased the railroad line from Willits north. In 1995, a separate transaction added the railroad line from Healdsburg north to the NCRA's holdings and provided for a joint powers authority, the Northwestern Sonoma Marin Area Regional Transit (SMART) to own the right of way from Healdsburg south to Schellville in Sonoma County, where the railroad then feeds a 12-mile shortline through Napa County which connects to the Union Pacific mainline at Fairfield-Suisun in Solano County. Commitment of Bidders By submitting a proposal, the signers are acknowledging that they have read and understand the terms of the proposal and commit to meeting the equipment removal schedule outlined elsewhere in this contract. 5

6 GENERAL CONDITIONS 1. DEFINITIONS: 2. BIDS: In these specifications the word "NCRA," means North Coast Railroad Authority. The term "Bidder," means the person, firm, or corporation submitting a bid on purchase and removal of passenger cars as listed. The term "Contractor," means the person, firm, or corporation with whom the Contract is made by said NCRA, or the agent or legal representative who may be appointed to represent such party, firm, or corporation in the execution of this Contract. Bids, to receive consideration, shall be made in accordance with the following instructions: (a) Bid must be for ALL cars listed in the Bid form and bid shall be separated as follows: Group # 1 Car Numbers , 1023, 1210 Group # 2 Car Numbers - 660, 151, 510, 542, 544, 546 (b)bids shall be made as indicated on the forms contained in the documents attached hereto and entitled "BID," properly executed in ink, with all blank spaces filled in. The signatures of all persons signing the bid shall be in longhand. The original completed Bid Form shall be without alterations or erasures. Additional information may be submitted by the bidder on a separate sheet. (c)before submitting a bid, bidders should inform themselves completely as to all existing conditions and limitations. The bid shall include the purchase price of one or all passenger car/s. (d)each bid, along with 11 copies of bid, shall be enclosed in a sealed envelope addressed to NCRA, Attention Mitch Stogner, 419 Talmage Road, Suite M, Ukiah, Ca The outside of the envelope shall be plainly marked with Bidder's name and address and Bid on Railroad Passenger Cars/Rail Equipment opening at NCRA s office, on Wednesday, May 25, 2011 at 3:00 p.m.. (e)all bids received after the scheduled closing time for receipt of bids shall NOT be accepted or considered and shall be returned to the bidder unopened. 3. WITHDRAWAL OF BID: Any bidder may withdraw his bid, either personally or by written request, at any time prior to the scheduled closing time for receipt of bids. 4. INTERPRETATION: If a prospective bidder is in doubt as to the true meaning of any part of the "Notice Inviting Bids," "General Conditions," or the "Specifications," or finds 6

7 discrepancies in or omissions in the same, he may submit to NCRA a written request for an interpretation or a correction thereof. Any interpretations or corrections of the proposed documents will be made only by addendum mailed or delivered to each person receiving a set of such documents. Such addendum shall be considered as part of the Contract. 5. AWARD OF CONTRACT OR REJECTION OF BIDS: The Contract will be awarded within thirty (30) calendar days after the opening of bids. NCRA, however, reserves the right: (1) to award bids received on the basis of individual items, or groups of items, or on the entire list of items; (2) to reject any or all bids, or any part thereof; (3) to waive any informality in bids; and (4) to accept the bid that is in the best interest of NCRA. NCRA s decision shall be final. 6. BIDDER REVIEW AND PROTEST PROCEDURES The following procedures shall be used by Bidders seeking review of the Contract Documents or the Contract process: (a) General. A Bidder may discuss the Contract Documents with NCRA. Such discussions do not, however, relieve Bidders from the responsibility of submitting written, documented requests as required by these procedures. Bidder requests and protests shall be addressed to the Executive Director, North Coast Railroad Authority, 419 Talmage Rd., Suite M, Ukiah, CA NCRA will decide the merits of the request or protest and render a determination. The protest resolution record will be provided to the protesting Bidder upon request. (b) Pre Bid Opening Protests. Prior to bid opening, a bidder may submit to NCRA protests regarding the procurement process or on items in the Contract Documents. Any such protest shall be received by NCRA, in writing, not less than 7 working days before the date of scheduled Bid Opening. Any protest shall be fully supported with technical data, test results, or other pertinent information as evidence that the protest should be upheld. NCRA will make a determination of each Bidder protest. That written determination will be mailed or otherwise furnished to the Bidder. (c) Post Bid Opening Protest. Protests based upon alleged improprieties in the procurement or the procurement process which can only be apparent after Bid Opening or the closing date for receipt of additional post Bid Opening documentation shall be filed no later than three working days following the issuance of a Notice of Recommended Award. Protests shall contain a statement of the grounds for protests and supporting documentation. Final NCRA decision on the protest will be mailed or otherwise furnished to bidder prior to award of the contract. 7. ASSIGNMENT OF CONTRACT: No assignment by the Purchaser of any contract to be entered into hereunder or any part thereof, or of funds to be received hereunder by the Contract, will be 7

8 recognized by NCRA unless such assignment has had the prior approval of the said NCRA. 8. REMOVAL, EXTENSIONS OF TIME: Applications for extension of time beyond guaranteed removal time shall be made in writing to NCRA not less than seven (7) calendar days from the beginning of any condition that will cause delay. Allowances may be made for delay of removal due to any causes clearly beyond the control of the Contractor. 9. BIDDER SPECIFICATIONS: Each Bidder must attach to his bid, purchase price, removal date, removal method, any permits that may be required for removal of passenger cars. Bidder acknowledges that passenger cars may be contaminated with asbestos, fluids, and other toxic substances and will make NCRA aware of how bidder plans to safely remove passenger cars. It is the sole responsibility of the purchaser to remove cars and contents in whole, as-is, with no disassembly occurring on NCRA property. 10. ERRORS AND OMISSIONS: The Bidder will not be allowed to take advantage of any error or omission in the Specifications or in the "Bidder s Specifications." Full instructions will always be given when such error or omission is discovered. 11. DEVIATIONS: If there are any deviations from the specifications set forth herein, the bidder shall note the deviations in his bid. Failure to note a deviation from the specifications may be grounds for rejection by NCRA of that particular bid. 12. PAYMENT TERMS: Payment will be required 10 days after NCRA and Bidder acceptance of Contract. 13. MATERIALS, WORKMANSHIP, AND DESIGN: All work must be done and completed in a thorough, workmanlike manner by mechanics skilled in their various trades, notwithstanding any omission from the Specifications. The Bidder shall be held to guarantee all material, apparatus, and equipment to fulfill all requirements and special guarantees set forth in the Specifications. 14. PREPARATION FOR SHIPMENT: The successful bidder shall prepare passenger cars and materials for removal and transport off of NCRA property in such a manner as to protect them from 8

9 damage in transit and as directed in the Special Conditions section of this document, NCRA shall not be held responsible if the passenger cars are damaged during removal or transport off of NCRA property. It is the sole responsibility of the purchaser to remove cars and contents in whole, as-is, with no disassembly occurring on NCRA property. 15. FAILURE TO MEET REQUIREMENTS OF SPECIFICATIONS AND GUARANTEES: All expenses of removal, or alteration to passenger cars, shall be borne by the successful bidder. 16. TERMINATION OF CONTRACT: NCRA may, by giving ten- (10) calendar days written notice to the Bidder to, terminate this contract prior to the designated completion date FOR DUE CAUSE. Due cause for termination shall be, but not limited to, the best interests of NCRA, failure of the bidder to remove purchased equipment, and failure of successful bidder to compensate NCRA for purchase of equipment. NCRA may, upon giving thirty- (30) calendar days written notice to successful bidder, terminate the contract with or without cause. Upon termination or other expiration of the contract, each party will assist the other party in orderly termination of the contract and the transfer of all assets, tangible and intangible, as may facilitate the orderly, non-disrupted business continuation of each party. 17. HOLD HARMLESS: Bidder hereby agrees to protect, defend, indemnify and hold harmless, NCRA, its officers, elected or appointed officials, employees, agents and volunteers from and against any and all claims, damages, losses, expenses, judgments, demands, penalties, fines, defense costs, and consequential damage and liability of any kind of nature, however caused, arising directly or indirectly out of the obligations or operations herein undertaken by Bidder, caused in whole or in part by any act or omission of the Bidder, any subcontractors, any directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, including but not limited to concurrent active or passive negligence, except where caused by the active negligence, sole negligence or willful misconduct of NCRA. Bidder will conduct all defense at its sole cost and expense and NCRA shall have right to approve or disapprove Bidders legal counsel. NCRA shall be reimbursed for all costs and attorney s fees incurred by NCRA in enforcing this obligation. This indemnity shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by Vendor. 18. APPLICABLE LAW AND JURISDICTION This Contract incorporates provisions required by the laws of the State of California and the Federal Government. It shall be Contractor's responsibility to determine the applicability of State and Federal laws, rules and regulations to the work to be performed under this Contract. 9

10 California law shall govern this Contract. Any lawsuit or legal action arising from this Contract shall be commenced and prosecuted in the courts of Mendocino County, California. 19. PROHIBITED INTERESTS No NCRA board member, officer, employee, or agent shall have any direct or indirect interest in this Contract or its proceeds during or within one year after, that person's tenure with NCRA. 10

11 OVERVIEW SPECIAL CONDITIONS North Coast Railroad Authority has passenger cars that are currently located in Willits, Ca, Scotia, Ca, Healdsburg, Ca and Asti, Ca and are in varying condition. It is the responsibility of the Bidder to contact NCRA and request additional information pertaining to the passenger cars listed. Any Bidder interested in viewing the passenger cars should attend this site visit should contact NCRA to register for a site visit. Purchaser is solely responsible for removal of passenger cars no later than July 31, It is the sole responsibility of the purchaser to remove cars and contents in whole, as-is, with no disassembly occurring on NCRA property. Removal of passenger cars are required to be done in an environmentally sound manner and in accordance with all State and Federal rules, regulations and laws. NCRA is not liable for any damage caused to the passenger cars, or the land under the cars after purchase, and during removal. It is the responsibility of the purchaser to have all of the necessary permits for removal of the passenger cars. Please note section 9 Bidder Specifications. NCRA requires a Certificate of Liability insurance naming NCRA as additionally insured for the amount of $1,000,000 for the duration of the contract. 11

12 Item Quantity Location Bid Price Car # 544 Mendocino 1 Scotia $ Additional Notes Car # 546 Humboldt 1 Scotia $ Additional Notes Car # Sonoma 1 Scotia $ Additional Notes Car # 151 Hidden Lake Ranch 1 Asti $ Additional Notes Car # 510 Tuolumne 1 Healdsburg $ Additional Notes Car # 660 Hercules Power 1 Willits $ Additional Notes Car # 1016 Gallery Car 1 Willits $ Additional Notes Car # 1023 Gallery Car 1 Willits $ Additional Notes Car # 1210 Power Baggage 1 Willits $ Additional Notes TOTAL BID $ 12

ABC 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 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 information

Saddles for Sale RFSB # N

Saddles 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 information

1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB # V

1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB # V PROCUREMENT, CONTRACTING AND PAYMENT SERVICES REQUEST FOR SURPLUS BIDS (RFSB) Issued November 14, 2014 1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB #90003366V

More information

SECTION INSTRUCTIONS TO BIDDERS

SECTION INSTRUCTIONS TO BIDDERS SECTION 00200 INSTRUCTIONS TO BIDDERS PARAGRAPH TITLE PAGE NO. 1. FORMAT 3 2. SPECIFICATION LANGUAGE 3 3. GENERAL DESCRIPTION OF THE PROJECT 3 4. QUALIFICATION OF CONTRACTORS 3 5. DOCUMENT INTERPRETATION

More information

CITY OF APOPKA BID NAME: SURPLUS SALE BID NUMBER: # BID DEPOSIT REQUIRED: BID CLOSING DATE: July 9, 2018 BID CLOSING TIME: 10:00 A.M.

CITY OF APOPKA BID NAME: SURPLUS SALE BID NUMBER: # BID DEPOSIT REQUIRED: BID CLOSING DATE: July 9, 2018 BID CLOSING TIME: 10:00 A.M. CITY OF APOPKA PURCHASING DIVISION BID NAME: SURPLUS SALE BID NUMBER: #2018-18 BID DEPOSIT REQUIRED: No REFER ALL QUESTIONS REGARDING THIS BID TO: PURCHASING DIVISION EMAIL: Purchase@apopka.net BID CLOSING

More information

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

LINCOLN 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 information

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES

THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO 63144 REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES 2013-2014 THIS IS NOT AN ORDER 1 CITY OF BRENTWOOD NOTICE FOR PROPOSAL City of Brentwood

More information

Tulsa Community College

Tulsa 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 information

Addendum No.: 1. Bid No Veterans Resource Center Remodel, Relocation, DSA Requirements. Issued June 22, 2018

Addendum No.: 1. Bid No Veterans Resource Center Remodel, Relocation, DSA Requirements. Issued June 22, 2018 PASADENA AREA COMMUNITY COLLEGE DISTRICT 1570 E. COLORADO BLVD. PASADENA, CALIFORNIA 91106 2003 Addendum No.: 1 Bid No. 1020 Veterans Resource Center Remodel, Relocation, DSA Requirements Issued June 22,

More information

ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES

ARLINGTON 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 information

INSTRUCTIONS TO BIDDERS Medical Center

INSTRUCTIONS TO BIDDERS Medical Center Revisions: Revisions were made to these Instructions to Bidders to conform to recent changes to the Code of Virginia and to changes in policy. Revised paragraphs are indicated by a vertic al line in the

More information

REQUEST FOR BID. Bid Number Softball Field Netting Barrier Orange Coast College

REQUEST FOR BID. Bid Number Softball Field Netting Barrier Orange Coast College REQUEST FOR BID Bid Number 2041 Softball Field Netting Barrier Orange Coast College 1 Coast Community College District 1370 Adams Avenue Costa Mesa, California 92626 (714) 438-4680 TABLE OF CONTENTS BID

More information

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1077 FOR SALE OF ABANDONED/UNCLAIMED PROPERTY

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1077 FOR SALE OF ABANDONED/UNCLAIMED PROPERTY PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1077 FOR SALE OF ABANDONED/UNCLAIMED PROPERTY BIDS MUST BE SUBMITTED TO: CLERK OF THE COUNCIL C/O COUNTY EXECUTIVE OFFICE 930 TACOMA AVE S RM

More information

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid

CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid 2015-021 January 28, 2015 1 BID FORM... 3 METHOD OF AWARD... 3 INTRODUCTION... 5 SPECIFICATIONS... 5 BID OPENING INFORMATION:... 5 WRITTEN

More information

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

REQUEST 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 information

IRVINE UNIFIED SCHOOL DISTRICT

IRVINE UNIFIED SCHOOL DISTRICT IRVINE UNIFIED SCHOOL DISTRICT ADDENDUM NO. 1 RENTAL OF: TEMPORARY FENCING & MISC. ITEMS BID NO. 2017/2018-2FA BID DUE DATE: NOVEMBER 13 @ 11:00 A.M. This addendum forms a part of the contract and modifies

More information

AUTOMOTIVE STORAGE FACILITY BID F-460 Bid Deadline September 15, 2:00 p.m.

AUTOMOTIVE STORAGE FACILITY BID F-460 Bid Deadline September 15, 2:00 p.m. NOTICE INVITING BIDS NOTICE IS HEREBY GIVEN that the DISTRICT of San Bernardino County, California, acting by and through its Governing Board, will receive sealed bids for the award of a contract for:

More information

TERMS AND CONDITIONS OF THE INVITATION TO BID

TERMS 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 information

City 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 (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 information

TOWN 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 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 information

Appendix 1. Form of Preliminary Operating Agreement. [See attached]

Appendix 1. Form of Preliminary Operating Agreement. [See attached] Appendix 1 Form of Preliminary Operating Agreement [See attached] PHASE 1 RAILYARD - PRELIMINARY OPERATING AGREEMENT (FORMER OAKLAND ARMY BASE) This Preliminary Operating Agreement (this Agreement ), entered

More information

City of Malibu Request for Proposals (RFP) for Government Relations and Lobbying Services

City of Malibu Request for Proposals (RFP) for Government Relations and Lobbying Services City of Malibu Request for Proposals (RFP) for Government Relations and Lobbying Services INTRODUCTION The City of Malibu (City) is requesting proposals from firms to provide contracting services for government

More information

BID INVITATION. Bid Invitation

BID 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 information

City of Mexico Beach Replacement of Fire Department Roofing Shingles

City 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 information

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

ATTACHMENT 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 information

DOCUMENT INSTRUCTIONS TO BIDDERS

DOCUMENT INSTRUCTIONS TO BIDDERS DOCUMENT 00 21 13 Bidders shall follow the instructions in this document, and shall submit all documents, forms, and information required for consideration of a Bid. Oakland Unified School District ( District

More information

QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088

QUOTE 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 information

REQUEST FOR PROPOSAL Enterprise Asset Management System

REQUEST FOR PROPOSAL Enterprise Asset Management System City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Enterprise Asset Management System Issue Date: Thursday April 9, 2015 Bid Number: 15 019 Agent/Contact:

More information

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

OSWEGO 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 information

Furnish Traffic Safety Cones as specified below to be F.O.B. delivered to the locations listed, on or prior to the delivery date specified.

Furnish Traffic Safety Cones as specified below to be F.O.B. delivered to the locations listed, on or prior to the delivery date specified. BID INVITATION BUYER / TELEPHONE Wayne A Burke / 717-831-7319 FAX: 717-986-9678 EMAIL : WBURKE@paturnpike.com TRAFFIC SAFETY CONES-2018 PRINT NAME Vendor Number : Vendor Contact : SIGNATURE TELEPHONE FAX

More information

CITY 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: 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 information

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY 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 information

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

Request 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 information

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING

CITY 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 information

SALE OF GRU MILLHOPPER ELECTRIC SYSTEMS CONTROL PROPERTY LOCATED AT 4322 N.W. 53 RD AVENUE, GAINESVILLE, FLORIDA

SALE OF GRU MILLHOPPER ELECTRIC SYSTEMS CONTROL PROPERTY LOCATED AT 4322 N.W. 53 RD AVENUE, GAINESVILLE, FLORIDA GAINESVILLE REGIONAL UTILITIES CITY OF GAINESVILLE, FLORIDA Invitation to Bid No. 2011-103 Issue Date: February 28, 2012 Non Mandatory Site Visit Dates and Times: March 14, 2012 @ 9:00-9:50a; 10:00-10:50a

More information

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR

INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR INSTRUCTIONS TO BIDDERS REQUEST FOR QUALIFICATIONS AND PROPOSAL THE BOROUGH OF LAVALLETTE, COUNTY OF OCEAN, NEW JERSEY 2019 CALENDAR YEAR MUNICIPAL PROSECUTOR The Borough of Lavallette, located on a barrier

More information

The PTC reserves the right to reject any or all bids. PTC may terminate any resulting contract upon a thirty (30) day written notice.

The 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 information

San Francisco Unified School District CUPCCAA PROJECT <$45K - $175K>

San Francisco Unified School District CUPCCAA PROJECT <$45K - $175K> San Francisco Unified School District CUPCCAA PROJECT A.D.A. SITE IMPROVEMENTS OF UPPER PLAY YARD AT NORIEGA EARLY EDUCATION SCHOOL 1775 44 TH Avenue, San Francisco, CA 94122 CUPCCAA Project

More information

CITY 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 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 information

Purchasing Department 4880 Bulls Bay Highway Jacksonville, FL 32219 PH (904) 858-4848 FAX (904) 858-4868 December 18, 2009 RFQ/ITB RECOMMENDATION FOR AWARD NO.: 020-10/DB GSA 2 CORE CITY/NORTH SIDE RFP

More information

GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE. between the City of and

GOODS & 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 information

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No. SPECIFICATIONS Renovations and Additions to the Coffee Springs Senior Center Coffee Springs, Alabama G Mark Pepe Architect 307 West Adams Street Dothan, Alabama 36303 (334) 712-9721 (334) 699-2028 Facsimile

More information

CITY OF FAIRBANKS BID REQUEST FOR FURNISHING LED STREET LIGHT FIXTURES (MATERIALS ONLY) THE CITY OF FAIRBANKS PUBLIC WORKS DEPT BID NUMBER: FB-14-41

CITY OF FAIRBANKS BID REQUEST FOR FURNISHING LED STREET LIGHT FIXTURES (MATERIALS ONLY) THE CITY OF FAIRBANKS PUBLIC WORKS DEPT BID NUMBER: FB-14-41 CITY OF FAIRBANKS BID REQUEST FOR FURNISHING (MATERIALS ONLY) TO THE CITY OF FAIRBANKS PUBLIC WORKS DEPT BID NUMBER: FB-14-41 BID OPENING DATE/TIME: NOVEMBER 28, 2014 11:00 AM PURCHASING JOAN HANCOCK PHONE:

More information

ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT # North Orlando Smith Road Oglesby, Illinois Passenger Shuttle Bus - Bid # PR-08-13

ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT # North Orlando Smith Road Oglesby, Illinois Passenger Shuttle Bus - Bid # PR-08-13 February 12, 2008 ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT #513 815 North Orlando Smith Road 15-Passenger Shuttle Bus - Bid # PR-08-13 (IVCC) is accepting sealed bids for the leasing of two (2) 15-passenger

More information

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M. REQUEST FOR PROPOSAL ARCHITECTURAL SERVICES Proposals will be received by the City of Topeka, Kansas at the Contracts & Procurement Office until 2:00 PM, local time March 14, 2008 for the purpose of furnishing

More information

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

BERKELEY 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 information

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY RECONDITION MUFFIN MONSTER ELECTRIC (DATE): DEC.

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY RECONDITION MUFFIN MONSTER ELECTRIC (DATE): DEC. 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

INVITATION FOR BID Annual Water Meter Purchase

INVITATION FOR BID Annual Water Meter Purchase Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 INVITATION FOR BID Annual Water Meter Purchase Issue Date: February 16, 2017 Bid Number: 17-006 Agent/Contact: David Bries Submissions

More information

Mesquite Independent School District

Mesquite Independent School District Mesquite Independent School District Request For Proposal for: SALE OF SURPLUS IMACS (October 2017) Proposal # 2018-002 Proposal Due: Thursday, October 12, 2017, No Later Than: 2:00 P.M. Place: MISD Purchasing

More information

2 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)

2 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 information

802-18Q. Defibrillator. Due: 06/15/2018 2:00 p.m. MST

802-18Q. 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 information

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System)

Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System) BIDDING DOCUMENT for Procurement of Single Phase Pre-Paid Meters and Miniature Circuit Breakers for The Last Mile Connectivity Project (AFD/EU) (e-procurement System) 1. SUPPLY OF SINGLE PHASE PRE-PAID

More information

QUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner

QUOTE 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 information

LEGAL NOTICE - ADVERTISEMENT FOR BID

LEGAL NOTICE - ADVERTISEMENT FOR BID LEGAL NOTICE - ADVERTISEMENT FOR BID The Brick Township Municipal Utilities Authority, County of Ocean, State of New Jersey, will receive sealed bids for: SENSUS METERING EQUIPMENT AND APPURTENANCES All

More information

IMPORTANT: Please review all the Terms and Conditions outlined in the Conditions and Instructions to Bidders section of this BID.

IMPORTANT: Please review all the Terms and Conditions outlined in the Conditions and Instructions to Bidders section of this BID. 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 information

SAMPLE TENDER DOCUMENTS REQUEST FOR TENDER # 2018-XXX. Contract # XXXX-XXXX #Project Name #Project Limits #Project Description

SAMPLE TENDER DOCUMENTS REQUEST FOR TENDER # 2018-XXX. Contract # XXXX-XXXX #Project Name #Project Limits #Project Description SAMPLE TENDER DOCUMENTS REQUEST FOR TENDER # 2018-XXX Contract # XXXX-XXXX #Project Name #Project Limits #Project Description ELECTRONIC BID SUBMISSIONS ONLY Bid Submissions shall be received by the Bidding

More information

Authorizing the City Manager to execute an Agreement between the City of Columbia and Passport Parking

Authorizing 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 information

REQUEST FOR BIDS FOR AUTOMOTIVE EQUIPMENT RFB # AVC2016/

REQUEST FOR BIDS FOR AUTOMOTIVE EQUIPMENT RFB # AVC2016/ Antelope Valley College District Business Services - Purchasing and Contract Services 3041 W. Avenue K Lancaster, CA 93536-5426 661-722-6310 purchasing@avc.edu REQUEST FOR BIDS FOR RFB # AVC2016/2017-16

More information

RETRO REFLECTIVE GLASS BEADS

RETRO REFLECTIVE GLASS BEADS RETRO REFLECTIVE GLASS BEADS The Reno-Tahoe Airport Authority Purchasing and Materials Management Division is currently accepting sealed bids for retro reflective glass beads, Invitation to Bid Number

More information

Deadline to receive Sealed Bids is Thursday, September 21, 2017 at 9:00 a.m. EST.

Deadline 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 information

Request 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 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 information

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR PURCHASE OF DISH PANS TO REDUCE INFILTRATION AND INFLOW

CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR PURCHASE OF DISH PANS TO REDUCE INFILTRATION AND INFLOW CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR PURCHASE OF DISH PANS TO REDUCE INFILTRATION AND INFLOW January 25, 2019 REQUEST FOR PROPOSALS For Purchase of Dish Pans to Reduce

More information

CUPCCAA Project Packet. 825 Shotwell Street. San Francisco, CA Bid Date:02/09/2016

CUPCCAA Project Packet. 825 Shotwell Street. San Francisco, CA Bid Date:02/09/2016 San Francisco Unified School District Proposition A Bond Project CUPCCAA PROJECT Cesar Chavez Elementary School Window Shades Installation Project Number 11497 825 Shotwell Street San Francisco,

More information

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M. CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER 10-01-02 OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M. The Request for Proposal and related documents may be

More information

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

FLORIDA DEPARTMENT OF LAW ENFORCEMENT FLORIDA DEPARTMENT OF LAW ENFORCEMENT February 15, 2011 With this sheet you have received solicitation documents for the following: Solicitation No. Number of Addenda as of above date: Item(s) of Bid ITB

More information

San Francisco Unified School District. CUPCCAA PROJECT <$45K - $175K> 2 nd FLOOR CARPET REPLACEMENT RPA OFFICES PROJECT #12016

San Francisco Unified School District. CUPCCAA PROJECT <$45K - $175K> 2 nd FLOOR CARPET REPLACEMENT RPA OFFICES PROJECT #12016 San Francisco Unified School District Facilities Design & Construction Project CUPCCAA PROJECT 2 nd FLOOR CARPET REPLACEMENT RPA OFFICES PROJECT #12016 555 Franklin Street San Francisco,

More information

Republic of Uganda. Bidding Document for Framework Contracts for Supplies

Republic of Uganda. Bidding Document for Framework Contracts for Supplies Republic of Uganda Bidding Document for Framework Contracts for Supplies Subject of Procurement: Supply of Electrical [Lot 1] and Plumbing Materials [Lot 2] Under Framework Contract Procurement Reference

More information

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI

Invitation 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 information

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014

Bid Addendum #1 Bid # 13/14-01FA: Furniture and Equipment Bid Issued March 19, 2014 Bid Addendum #1 Bid # 13/14-01FA: Issued March 19, 2014 *This addendum forms a part of the Agreement documents and modifies the original bid documents. The following revisions, clarifications, deletions

More information

19 (including this cover page) and 11 pages Form of Contract

19 (including this cover page) and 11 pages Form of Contract Organization for Security and Co-operation in Europe Office in Baku Fund Administration Unit The Landmark, Nizami 96, AZ1010 Baku Telephone: +994124972373 Telefax: +994124972377 13 October 2008 TO: Attn:

More information

FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO /13 DESKTOP LIVE SCAN PLUS SYSTEM FLORENCE COUNTY SHERIFFS OFFICE

FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO /13 DESKTOP LIVE SCAN PLUS SYSTEM FLORENCE COUNTY SHERIFFS OFFICE FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO. 05-12/13 DESKTOP LIVE SCAN PLUS SYSTEM FLORENCE COUNTY SHERIFFS OFFICE 1 TABLE OF CONTENTS ITEM DESCRIPTION PAGE NUMBER INVITATION-TO-BID 3 SCOPE OF

More information

CONTRACT AWARD. Period of Contract: August 1, 2011 through July 31, 2012 (With the option to renew for four additional 12-month periods)

CONTRACT AWARD. Period of Contract: August 1, 2011 through July 31, 2012 (With the option to renew for four additional 12-month periods) Date of Award: July 27, 2011 CONTRACT AWARD Contract ID: 00000000000000000000##### Replaces Contract: 0###0 Procurement Officer: Telephone: 785/###-#### E-Mail Address: Web Address: Item: Agency/Business

More information

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED BEDFORD COUNTY R E Q U E S T F O R P R O P O S A L S CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED PUBLIC

More information

INFORMATION PACKET FOR: REQUEST FOR PROPOSAL for DEBT COLLECTION SERVICES

INFORMATION PACKET FOR: REQUEST FOR PROPOSAL for DEBT COLLECTION SERVICES INFORMATION PACKET FOR: REQUEST FOR PROPOSAL for DEBT COLLECTION SERVICES OFFERED BY MASON COUNTY CLERK OF SUPERIOR COURT 417 N. 4 TH St. P. O. Box 340 Shelton, WA 98584 360-427-9670 x346 Bid Delivery:

More information

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT NAIROBI CITY COUNTY ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT FOR THE SUPPLY AND DELIVERY OF ONE (1) NO. 18M 3 (20 TON) POTHOLE PATCHING TRUCK FOR THE ROADS, PUBLIC WORKS & TRANSPORT SECTOR

More information

INVITATION TO BID. Sealed Bid, Stone, Gravel & Washed Sand

INVITATION TO BID. Sealed Bid, Stone, Gravel & Washed Sand INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Stone, Gravel & Washed Sand. Bids must be submitted in a sealed envelope plainly marked: Sealed Bid, Stone, Gravel &

More information

REQUEST FOR PROPOSAL Police Department Roof System Renovation

REQUEST FOR PROPOSAL Police Department Roof System Renovation City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Police Department Roof System Renovation Issue Date: Thursday September 18, 2014 Bid Number:

More information

RFP ATTACHMENT I: ACKNOWLEDGEMENT OF RFP TERMS AND CONDITIONS

RFP ATTACHMENT I: ACKNOWLEDGEMENT OF RFP TERMS AND CONDITIONS HOW TO RESPOND TO THIS ATTACHMENT By submitting a Proposal, the Proposer, on behalf of itself and its Partners/Subconsultants acknowledges and agrees that: 1. PROPOSER AUTHORIZATION: The signatories are

More information

Request for Proposal. Physical Security Professional Review. ASIS Chapter Calgary / Southern Alberta

Request for Proposal. Physical Security Professional Review. ASIS Chapter Calgary / Southern Alberta Request for Proposal Physical Security Professional Review ASIS Chapter 162 - Calgary / Southern Alberta August 2013 Table of Contents 1. Project Scope... 4 1.1 Introduction... 4 1.2 Purpose... 4 1.3 Project

More information

Georgia State University Standard Purchase Order Terms & Conditions for Goods and Services

Georgia State University Standard Purchase Order Terms & Conditions for Goods and Services Georgia State University Standard Purchase Order Terms & Conditions for Goods and Services Please note that these Purchase Order Terms and Conditions may be supplemented by additional terms or modified

More information

The intent of this bid is to purchase soccer uniforms to be issued by the Parks & Recreation Department to youth soccer program participants.

The intent of this bid is to purchase soccer uniforms to be issued by the Parks & Recreation Department to youth soccer program participants. July 18 th, 2016 The City of North Lauderdale is currently soliciting price quotations for the purchase of soccer uniforms for the Parks and Recreation Department s Youth Soccer League. QUOTATIONS WILL

More information

* BID FORM. RIO BRAVO-GREELY UNION SCHOOL DISTRICT, acting by and through its Governing Board, herein called DISTRICT.

* BID FORM. RIO BRAVO-GREELY UNION SCHOOL DISTRICT, acting by and through its Governing Board, herein called DISTRICT. * BID FORM TO: RIO BRAVO-GREELY UNION SCHOOL DISTRICT, acting by and through its Governing Board, herein called DISTRICT. Pursuant to and in compliance with your Notice Inviting Bids and other documents

More information

TOWN 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 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 information

GENERAL TERMS & CONDITIONS FOR SUPPLYING MATERIALS AND SERVICES TO COCA-COLA SABCO MOZAMBIQUE (GTCCCSM)

GENERAL 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 information

SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE

SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE SPECIFICATIONS FOR THE TRANSPORTATION AND DISPOSAL OF MUNICIPAL SEWAGE SLUDGE CAKE August 18, 2015 GENERAL SPECIFICATIONS 1. SPECIFICATIONS The specifications are described as including and incorporating

More information

INVITATION TO BID ITB # 13-03D Ductile Iron Pipe

INVITATION TO BID ITB # 13-03D Ductile Iron Pipe PERSONS RECEIVING THIS ITB FROM THE INTERNET OR BY FAX MUST CALL (501) 223-1562 or E-MAIL AND REGISTER THEMSELVES AS A BIDDER. FAILURE TO REGISTER AS A BIDDER MAY RESULT IN YOU MISSING A BID AMENDMENT,

More information

INVITATION TO BID INSTRUCTIONS TO BIDDERS

INVITATION 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 information

AGREEMENT FOR PROFESSIONAL SERVICES

AGREEMENT FOR PROFESSIONAL SERVICES AGREEMENT FOR PROFESSIONAL SERVICES This Agreement is made and entered into as of [date] by and between the City of Malibu (hereinafter referred to as the "City"), and (hereinafter referred to as "Consultant").

More information

COUNTY OF COLE MISSOURI

COUNTY OF COLE MISSOURI COUNTY OF COLE MISSOURI REQUEST FOR BID 2019-04: MOSQUITO SPRAY MATERIALS SUBMISSIONS SHALL BE ACCEPTED THROUGH THURSDAY, FEBRUARY 7, 2019 AT 3:30 P.M. CENTRAL AND RECEIVED AT: COLE COUNTY COMMISSION 311

More information

Sealed Bid, Sweeper Brooms & Parts Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Sealed Bid, Sweeper Brooms & Parts Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Sweeper Broom & Parts Bids must be submitted to the City at the address below in a sealed envelope plainly marked as

More information

Sunnyside Valley Irrigation District

Sunnyside 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 information

CONTRACT BETWEEN THE HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN AND COMPANY NAME INTRODUCTION

CONTRACT BETWEEN THE HOUSING AUTHORITY OF THE COUNTY OF SAN JOAQUIN AND COMPANY NAME INTRODUCTION CONTRACT BETWEEN THE AND COMPANY NAME INTRODUCTION This contract by and between the Housing Authority of the County of San Joaquin (hereinafter HACSJ ) and Company Name (hereinafter Contractor ) is hereby

More information

LEGAL NOTICE - RFP WANTED. Automated Refuse Container Lids, For 300 Gallon Capacity Containers GENERAL INFORMATION AND INSTRUCTIONS

LEGAL NOTICE - RFP WANTED. Automated Refuse Container Lids, For 300 Gallon Capacity Containers GENERAL INFORMATION AND INSTRUCTIONS RFP PACKAGE NO. 14-18 CITY OF BEVERLY HILLS PUBLIC WORKS SERVICES-SOLID WASTE DIVISION 345 FOOTHILL ROAD BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - RFP WANTED Automated Refuse Container Lids, For 300

More information

Yurok Tribe Planning and Community Development Klamath, California. Yurok Justice Center Bid Documents EXHIBIT B: BID FORM

Yurok Tribe Planning and Community Development Klamath, California. Yurok Justice Center Bid Documents EXHIBIT B: BID FORM Yurok Tribe Planning and Community Development Klamath, California Yurok Justice Center Bid Documents THE PROJECT AND THE PARTIES 1.1 TO: A. Owner: Yurok Indian Tribe EXHIBIT B: BID FORM 1.2 SUBMITTED

More information

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR OFFERORS

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR OFFERORS PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR OFFERORS SECTION TITLE F G H General Information About the RFP General Instructions for Offerors General Conditions for Offerors 18 SECTION

More information

BYLAWS OF The BRITISH COLUMBIA BLACK HISTORY AWARENESS SOCIETY

BYLAWS OF The BRITISH COLUMBIA BLACK HISTORY AWARENESS SOCIETY BYLAWS OF The BRITISH COLUMBIA BLACK HISTORY AWARENESS SOCIETY These are the Bylaws as amended by Special Resolution at the General Business Meeting held on January 21, 2018. Table of Contents PART 1 INTERPRETATION...2

More information

Bid #15-15 Goodyear Tires

Bid #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 information

PENN CAMBRIA SCHOOL DISTRICT 201 6th Street, Cresson, Pennsylvania DIESEL FUEL BID. Instructions/Specifications/Bid Form

PENN 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 information

Wyandotte Municipal Services

Wyandotte Municipal Services Electric, Steam, Water Cable Television and High Speed Internet Service since 1889 An Equal Opportunity Employer Wyandotte Municipal Services Expedited Generator Interconnection Requirements INTRODUCTION

More information

INDEPENDENT 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. 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 information