AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTES (RFQ) PURCHASE AND SALE OF ONE (1) FORKLIFT AUGUST 28, 2008

Size: px
Start display at page:

Download "AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTES (RFQ) PURCHASE AND SALE OF ONE (1) FORKLIFT AUGUST 28, 2008"

Transcription

1 AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTES (RFQ) PURCHASE AND SALE OF ONE (1) FORKLIFT AUGUST 28, 2008 RFQ NO. 2008FSM-1019 MICHAEL J KEYSER Chief Executive Officer Page 1 of 17

2

3 QUOTE SUBMITTAL CHECKLIST 1 Dates: a. Pick up documents after AUGUST 28, 2008 b. Quotes due at procurement office no later than 2:00 PM, September 29, Quote Submittal Requirements: a. Quote Transmittal Form (See Attachment A) b. Quote form completely filled out (See Attachment B) c. Offeror Qualification Data Sheet (See Attachment C) d. Name of partners (See Attachment C) e. For offerors claiming to be local offerors, business license, and article of incorporation / partnership. f. Equipment specifications (See Attachment D) g. An original and five (5) copies of the quote 3 Selected Offeror: a. Sign award letter within 7 days of receiving it. Page 3 of 17

4 NOTICE TO OFFERORS 1 Solicitation Sealed quotes are solicited for the for the American Samoa Power Authority ( ASPA ) in the village of Tafuna in the Territory of American Samoa. 2 Scope of Work a. General: i. The specifications set forth in Attachment D describe ASPA s minimum purchase requirements for this purchase and sale of one (1) forklift. ii. Warranty: Products must include separate written description of manufacturer s warranty with explicit instructions as to how warranty repairs/returns will be handled. Additional supplier/distributor warranties shall be accepted and considered in the awarding of points. The complete description of required deliverables is listed in Attachment D, which is incorporated herein as if fully set forth. 3 Receipt and Opening of Quotes Qualified offerors must submit a sealed envelope or labeled RFQ NO. 2008FSM-1019, attention Ioana Uli, and showing date and time of the quote opening. An original and five (5) copies of the quote must be received in the Procurement Office at Satala no later than 2:00 PM, American Samoa Time, on or before September 29, Quotes transmitted by electronic means, such as via the Internet, shall be accepted. It shall be the sole responsibility of the offeror to confirm receipt by ASPA. Quotes may be transmitted via Air Mail Delivery through Registered, Certified USPS Express Mail, or use of DHL or Fed Ex, but all must be postmarked no later than ten (10) days prior to the quote opening date. The only acceptable evidence of date of mailing is a U.S. Postal Service postmark or similar mark by DHL or FED Ex. Mail to: to: ASPA Satala Office Attn: Procurement Manager PO Box PPB Pago Pago, AS 96799; and/or ioana@aspower.com; Late quotes will not be opened or considered and will be considered as non-responsive. All offerors shall provide sufficient written and verifiable information that responds to the specifications of this RFQ, and in accordance with the scope of work, or shall be considered nonresponsive. 4 Pre-Quote Questions/Clarifications Any pre-quote questions and/or clarifications shall be submitted to cherim@aspower.com in writing (through electronic mail or hard copy) no later than 4:00 p.m. on September 12, ASPA shall issue addenda to address any questions and/or clarifications as necessary. 5 Qualification of Offerors Page 4 of 17

5 ASPA may make such investigations as it deems necessary to determine the ability of the offeror to perform the work, and the offeror shall furnish to ASPA such information and data for this purpose as ASPA may request, or the offeror may be deemed non-responsive. The offeror shall submit at least that information required by the section entitled Offeror s Qualification Data. 6 Multiple Quotes: Collusion If any one party submits more than one quote or a quote in the name of its clerk, partner or other person, all quotes submitted by said party may be rejected by ASPA. This shall not prevent an offeror from submitting alternate quotes when called for. A party who has proposed prices on materials is not thereby disqualified from quoting prices to other offerors or from submitting a quote directly to ASPA. If ASPA believes that collusion exists among any offerors, none of the participants in such collusion shall be considered. Quotes in which the contract prices are unbalanced or unrealistic may be rejected at ASPA s sole discretion. 7 Successful offeror s License Offerors from off-island shall be licensed in accordance with the provisions of its state and country and shall be skilled and regularly engaged in the general type and size of work called for under this RFQ. All local offerors shall have an American Samoa business license prior to execution of contract and/or issuance of a Purchase Order. 8 Offeror s Understanding Each offeror shall inform itself of, and shall comply with, federal and territorial statutes and ordinances relative to the executing of the work. This requirement includes, but is not limited to, applicable regulations concerning wage rates, nondiscrimination in the employment of labor, protection of public and employee safety and health, environmental protection, historic preservation, the protection of natural resources, fire protection, burning and non-burning requirements, permits, fees, and similar subjects. The offeror agrees to the requirements of Executive Order no , as amended, including specifically the provisions of the equal employment opportunity clause. 9 Quote Form Submittal All blank spaces in the quote form must be completed in ink. Quote shall be in United States dollars in both words and figures where required. No changes shall be made in the phraseology of the forms. Written amounts shall govern in cases of discrepancy between the amounts stated in writing and the amounts stated in figures. In case of discrepancy between unit prices and totals, unit prices will prevail. Any quote shall be deemed informal which contains omissions, erasure, alterations or additions of any kind, or prices uncalled for, or in which any of the prices are obviously unbalanced, or which in any manner shall fail to conform to the conditions of the Notice to Offerors. The offeror shall sign the quote in the space provided. If the offeror is a corporation, the legal name of the corporation shall be set for the above, together with the signature of the officer or officers authorized to sign contracts on behalf of the corporation. The typewritten name shall be inserted with each signature. If the offeror is a partnership, the true name of the firm shall be set forth above, together with the signature of the partner or partners authorized to sign contracts in behalf of the partnership. If signature is by an agent, other than an officer of a corporation or a member of a partnership, a notarized power-of-attorney must be on file with ASPA prior to opening of quotes or submitted with the quote, otherwise the quote will be regarded as not properly authorized. 10 Preparation Instructions The quote must contain three (3) parts. Offerors shall prepare all quotes in detail as follows: Page 5 of 17

6 a. Shipping and Handling. Quotes shall include shipping and handling via CIF Pago Port. Quotes shall also include the handling time between and transporting proposed items. b. Quote Price. Offerors must set forth the quote price for each item as stated on the Quote Form, which is incorporated herein as if fully set forth. c. Warranty Description. Offerors must describe their approach in providing and addressing any warranties and service plans. 11 American Samoa Licences, Permits, Taxes and Import Duties The successful offeror shall be cognizant of and comply with all American Samoa Government (ASG) laws and ordinances pertaining to licenses, permits, tax structure and import duties. Additionally, the successful offeror shall: a. Business License: Successful local offerors shall have or obtain an ASG business license in order to perform the required contractual work. 12 Withdrawal of Quote Any quote may be withdrawn prior to the scheduled time for the opening of quotes by notifying ASPA in a written request. No quote may be withdrawn after the time schedule for opening of quotes. 13 Opening and Comparison of Quotes In accordance with ASPA Procurement Rule 3-110, quotes will be opened and recorded as part of the record for the Source Evaluation Board on the assigned date and at the time indicated above at the Procurement Office in Satala or in another place designated by the ASPA Procurement Manager in writing. 14 Evaluation Criteria These criteria will be used by the SEB to evaluate quotes: 0-15 points Shipping and handling cost to the west coast and handler s experience 0-15 points Warranty description/inclusiveness 0-70 points Price 100 Points Total (best possible score) In accordance with Section 33, ASPA reserves the right to award by item, groups of items, sections or total quote, whichever is in the best interest of ASPA. ASPA may reject any quote, in whole or in part, or reject all quotes if it determines that the lowest quote exceeds the funds available for purchase, or if the lowest quote is considered in excess of current reasonable market prices. 15 Delivery a. Date the items will arrive at CIF PAGO port destination 16 Payment Page 6 of 17

7 Payment terms are net 60 days after receiving and passing inspection at the ASPA Tafuna Warehouse. ASPA will not pay any penalties or late fees. 17 Bill of Sale Successful offeror shall render Bill(s) of Sale for each item delivered under this solicitation. Failure to comply with this requirement will result in rejection of delivery. The Bill(s) of Sale must accompany the items delivered but will not be considered as an invoice for payment. Supplier shall bill the ASPA in accordance with billing instructions as indicated on the Purchase Order. 18 Manufacturer s Certificate Successful offeror is required, upon delivery of any item under this solicitation, to furnish a certificate from the manufacturer indicating that the goods meet the specifications. Failure to comply with this request will result in rejection of delivery. 19 Tied Quotes If one or more offerors quote the same unit price or total amount, whether in whole or in part, the Procurement Manager shall have the authority to award the quote to any one of the offerors based on scoring on other criteria, or by drawing lots in public, at ASPA s sole discretion. The Procurement Manager also has the authority to reject all such quotes. 20 Brand Names Any reference in the solicitation to a manufacturer's brand name or number is due solely to ASPA s lack of a satisfactory specification for the commodity s description. Such reference is intended to be descriptive, but not restrict, and is intended to be included for the sole purpose of indicating to prospective offerors a description of the article or services that will be satisfactory. Quotes on comparable items will be considered provided the offeror clearly states in its quote the exact item it is offering and how it differs from ASPA s specification and/or description. 21 Inspection All supplies, materials, equipment, or services delivered under the Purchase Order shall be subjected to the inspection and/or test conducted by ASPA at destination. If in any case the supplies, materials, equipment, or services are found to be defective in material, workmanship, performance, or otherwise do not conform to the specifications, then ASPA shall have the right to reject the items or require that they be corrected at no additional cost to ASPA. The number of days required for correction will be determined by ASPA. 22 Seller s Invoices Invoices shall be prepared and submitted in quadruplicate (one copy shall be marked "original") unless otherwise specified. Invoices shall be "certified true and correct" and shall contain the following information: Purchase Order number (if any) item numbers, description of supplies or services, sizes, quantities, unit prices, shipping and handling insurance, extended total, and any other non product costs associated with this order. Bill of lading number and weight of shipment will be shown for shipments made on Government bills of lading. 23 Justification of Delay If the offeror is not able to meet the specified pick-up and/or delivery date, it is required to notify the Procurement Manager of such delay. [Notification shall be in writing and shall be received by the Procurement Manager at least twenty-four (24) hours before the specified Page 7 of 17

8 delivery date.] Notification of delay shall include an explanation of the causes and reasons for the delay including statement(s) from supplier or shipping company causing the delay. ASPA reserves the right to reject delay justification if, in the opinion of the Procurement Manager such justification is not adequate. 24 Basis of Award A Source Evaluation Board ( SEB ) will evaluate quotes. The Chief Financial Officer ( CFO ), based on recommendations by the Procurement Manager, shall choose SEB members. Submission of a quote shall constitute a waiver of any challenge or dispute of SEB members, as well as the choice of methodology set forth on the SEB score sheets. The award will be made by ASPA in accordance with the evaluation criteria set forth herein and with ASPA s Procurement Rules. A determination shall be made by the SEB of those responsible offerors whose quotes have the potential of being selected for award. The determination shall be included in the contract file. Discussions may be conducted by the SEB with those responsible offerors whose quotes are determined to have a reasonable chance of being selected for award. These discussions shall only be conducted for obtaining clarification from the offeror on its quote to ensure full understanding of and responsiveness to the RFQ requirements. Discussions shall be conducted individually with each offeror and care shall be exercised to ensure that no information derived from competing quotes is disclosed. All offerors with whom discussions are conducted shall be accorded an opportunity to revise their quotes in response to specific quotes will be evaluated by a Source Evaluation Board (SEB). The results of the evaluation will be documented, and a written recommendation by the SEB will be sent to the Procurement Manager. The Procurement Manager, upon receiving the SEB s written recommendation, shall forward to the division manager for routing through the CFO, to the Board of Directors and the CEO for final approval. ASPA reserves the right to make the award to the offeror that submits the quote, which meets the requirements set forth herein and is in the best interest of ASPA after taking into consideration the aforementioned factors. ASPA also reserves the right to select portions of a quote, or to reject any and all quotes. 25 Assignment The successful offeror shall not assign, transfer, convey, or otherwise dispose of the award, or its right, title or interest therein, or its power to execute the purchase, to any other persons, firms or corporations without the previous consent in writing of ASPA. 26 Offeror s Qualification Data It is the intention of ASPA to award a purchase order(s) only to the offeror who is able to furnish satisfactory evidence that it has the requisite experience and ability and that it has sufficient capital, facilities, and equipment to enable it to perform the work successfully shall submit as part of the total quote package. 27 Representation Regarding Ethics in Public Procurement The offeror represents that it has not knowingly influenced and promises that it will not knowingly influence an ASPA employee to breach any of the ethical standards and represents that it has not violated, it is not violating, and promises that it will not violate the prohibition against gratuities and kickbacks set forth in the ASPA Procurement Rules. 28 Representation Regarding Contingent Fees The offeror represents that it has not retained a person to solicit or secure an ASPA purchase order upon an agreement or understanding for a commission, percentage, brokerage, or contingent fee; except for retention of bona fide employees or bona fide established commercial selling agencies for the purpose of securing business. Page 8 of 17

9 29 Compliance With Laws Offerors awarded purchase orders under this Solicitation shall comply with the applicable standards, provisions, and stipulations of all pertinent Federal and/or local laws, rules, and regulations relative to the performance of this contract and the furnishing of goods. 30 Change Orders Any change order issued relative to awards made under this solicitation will be subject to and in accordance with the provisions of the ASPA Procurement Rules. 31 Conditions This RFQ does not commit ASPA to award a purchase order or to pay any cost incurred in the preparation of a quote. ASPA reserves the right to: 1. Reject all quotes and reissue a new or amended RFQ; 2. Request additional information from any offeror submitting a quote; 3. Select an offeror based on criteria other than the lowest cost; 4. Negotiate any contract terms with the winning offeror; and/or 5. Waive any non-material violations of rules set up in this RFQ at its sole discretion. ASPA reserves the right to issue any addendums to this RFQ. Offerors shall send ASPA a signed form confirming receipt of any addendums, and shall submit supporting/additional information as required by any addendums. In the event that an offeror fails to acknowledge receipt of any such addendum in the space provided, its quote shall be considered irregular and will be accepted by ASPA only if it is in ASPA s best interest. In the event that addenda are not received until after the offeror has submitted its quote, a supplementary quote may be submitted revising the original.. Such supplementary quotes must be received by ASPA prior to the scheduled time for opening of quotes. 32 Award, Cancellation, and Rejection Award shall be made to the lowest responsible and responsive offeror per unit, whose quote is determined to be the most advantageous to the ASPA, taking into consideration the evaluation factors set forth in this solicitation. No other factors or criteria shall be used in the evaluation. The right is reserves as the interest of ASPA may require waiving any minor irregularity in quotes received. The Procurement Manager shall have the authority to award, cancel, or reject quotes received in whole or in part for any one or more items if she determines it is in the best public interest. The award issued to the lowest responsible and responsive offeror results in the issuance of a Purchase Order without further action by either party. In case of an error in the extension of prices, unit price will govern. It is the policy of ASPA to award purchase orders to qualified offerors. ASPA reserves the right to increase or decrease the quantity of the items for award and make additional awards for the same type items, the vendor aggress to such modifications; and additional awards based on the quote prices for a period of thirty (30) days after the original award. No award shall be made under this solicitation that shall require advances payment. Page 9 of 17

10 ATTACHMENT A Transmittal Form Date: AMERICAN SAMOA POWER AUTHORITY Gentlemen/Ladies: The undersigned (hereafter called an Offeror), a organized and/or Hereby proposes and agrees to furnish all the necessary information to RFQ NO. 2008FSM-1019 in accordance with the Scope of Work, equipment specifications, and other procurement requirements specified in this document for the prices stated in the itemized quote form(s) attached hereto, plus any and all sums to be added and/or deducted resulting from all extra and/or omitted work in accordance with the unit and/or lump sum prices stated in the itemized quote form attached hereto. The undersigned has read and understands the quote requirements, and is familiar with and knowledgeable of the local conditions at the place where the work is to be performed. The undersigned has read the RFQ Instructions and equipment specifications attached hereto to ascertain that all of the requirements are submitted in the quote envelope in single at the date and time for quote opening. Signed Seal Date: Page 10 of 17

11 ATTACHMENT B Quote Form TO: American Samoa Power Authority, Attn: Procurement Manager ADDRESS: PO Box PPB, Pago Pago, American Samoa TITLE: RFQNO. 2008FSM-1019 Offeror: DATE:, 2008 Gentlemen/Ladies: The undersigned, (hereafter called an Offeror ) (Corporation, LLC, Sole Proprietorship, Partnership or Individual), hereby proposes and agrees to furnish all the necessary information to above quote in accordance with the Equipment specifications, and Scope of Work, and other procurement requirements specified in these documents for the prices stated in the itemized quote form(s) attached hereto, plus any and all sums to be added and/or deducted resulting from all extra and/or omitted work in accordance with the unit and/or lump sum prices stated in the itemized quote form attached hereto. QUOTE. Please see Attachment D for equipment specifications. Offerors may quote on all or any of the requested items or group of items. The total quote price must include all shipping, handling, and stevedoring charges to a major west coast port city. Heavy Equipment Description Unit Price (USD) Shipping Quote to CIF Pago Port Total Price (USD) One (1) FORKLIFT Generation Division TOTAL [Signature Page Follows] Page 11 of 17

12 IN WITNESS THEREOF, the undersigned has caused this instrument to be executed by its duly authorized officers on this day of, OFFEROR: By: Date: Name: Title: Seal Page 12 of 17

13 ATTACHMENT C Offerors Qualification Sheet 1. Name of Organization: 2. Address: 3. Telephone: (Home Office) Business Telephone: Address: Fax Number: Tax Identification Number: 4. Contact Person: 5. Type of Business: Corporation Partnership Sole Proprietorship Joint Venture LLC Note: For local corporations Articles of Incorporation must be on record with the Treasurer of American Samoa. Copies of partnership agreements and articles of incorporation must be submitted to ASPA with quote form and relevant documents. Place of Organization or State of Incorporation: Owner s Names and Addresses (if not a Corporation): For Corporations: Names and Addresses of Directors, Officers, and Stockholders with 20% or greater interest in the company. Page 13 of 17

14 Individual States and Territories of the United States where company is registered as a foreign corporation. 7. List three major projects of a similar nature, which have been completed by the Offeror within the last three (3) years, the total dollar amount of each project and the owner/contract person as a reference. a. Name of Awarding Agency or Owner for which work was performed: Nature and Scope of Contract: Name, Address and Phone Number of Agency Contact Person: Total Dollar Value: Date Completed If not completed, why? Was the contract performed under joint venture, if so with whom and under what arrangement? Page 14 of 17

15 b. Name of Awarding Agency or Owner for which work was performed: Nature and Scope of Contract: Name, Address and Phone Number of Agency Contact Person: Total Dollar Value: Date Completed If not completed, why? Was the contract performed under joint venture, if so with whom and under what arrangement? c. Name of Awarding Agency or Owner for which work was performed: Nature and Scope of Contract: Name, Address and Phone Number of Agency Contact Person: Page 15 of 17

16 Total Dollar Value: Date Completed If not completed, why? Was the contract performed under joint venture, if so with whom and under what arrangement? 8. List the names and addresses of at least two (2) references, at least one of which should be a bank or other lending institution, governmental agency, or bonding company. Page 16 of 17

17 ATTACHMENT D Equipment Specifications 1. One (1) FORKLIFT Generation Division a. General: b. Other: i. Year: 2008 ii. Type: Fork Truck Counterbalanced iii. Engine: I.C. iv. Fuel: Diesel v. Class: IV vi. Transmission: Two Speed Power shift vii. Lift Capacity: 11,000 lbs minimum viii. Tires: Pneumatic ix. Lift Cylinders: Tilt, 6 minimum forward/back x. Mast: Three stage xi. Max Fork Height: 170 minimum xii. Fork Length: 60 i. Fold down non-suspension vinyl seat, with seat belt ii. Warning light device, cab mounted strobe iii. Back up alarm iv. Lights: stop, back up, tail lights v. Side shifting forks vi. Load back rest vii. Overhead guard viii. Rear view mirrors ix. Tilt steering *FORKLIFT must come with factory warranty. Page 17 of 17

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

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

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

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

Diesel Engine Replacement for. Gillig Low Floor Buses

Diesel 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 information

Office of the Director of Procurement Issued: Monday, October 23, Proposals Due by 12:00 NOON, EST on Wednesday, November 15, 2017 to:

Office of the Director of Procurement Issued: Monday, October 23, Proposals Due by 12:00 NOON, EST on Wednesday, November 15, 2017 to: REQUEST FOR PROPOSAL TO PROVIDE FOR PURCHASE ONE (1) HALF TON 4x2 EXTENDED-CAB TRUCK TO THE BRUNSWICK-GLYNN COUNTY JOINT WATER AND SEWER COMMISSION SOLICITATION NO. 18-006 Office of the Director of Procurement

More information

SECTION A - INSTRUCTIONS

SECTION A - INSTRUCTIONS SECTION A - INSTRUCTIONS 1. INTRODUCTION The Long Beach Unified School District (District) is seeking sealed bids from qualified vendors (Bidder), to provide classroom medical/science equipment. The intent

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

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

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

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

Invitation 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 information

REQUEST FOR BID # TIRE DISPOSAL SERVICES

REQUEST 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 information

REQUEST FOR BID # JAIL WATER SOFTENER SYSTEM

REQUEST 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 information

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW

INVITATION 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 information

Website: INVITATION TO BID Excavator

Website:  INVITATION TO BID Excavator City of North Augusta, South Carolina Bid# 4220-EXC-2015 Streets and Drains North Augusta, South Carolina 29841 MAIL DATE: DECEMBER 18, 2014 Office (803) 441-4295 Fax (803) 441-4243 OPENING DATE: JANUARY

More information

REQUEST FOR BID # DEDICATED INTERNET ACCESS SERVICE 100M

REQUEST 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 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

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

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

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

LED Lighting. 3.3 Bidder shall furnish the required information typed or written in ink.

LED Lighting. 3.3 Bidder shall furnish the required information typed or written in ink. The Reno-Tahoe Airport Authority Purchasing and Materials Management Division is currently accepting sealed bids for a light emitting diode (LED) system, Invitation to Bid Number 12/13-03, on behalf of

More information

INVITATION TO BID MAIL DATE: 06/20/2013

INVITATION TO BID MAIL DATE: 06/20/2013 INVITATION TO BID MAIL DATE: 06/20/2013 City of Fort Walton Beach, Florida BID NO: ITB 13-019 Purchasing Department 105 Miracle Strip Pkwy OPENING DATE: 07/23/2013 Fort Walton Beach, Florida 32548 Telephone:

More information

ATTENTION ALL BIDDERS

ATTENTION 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 information

Office of the Director of Procurement Issued: Friday, May 20, Proposals Due by 12:00 NOON, EST on Tuesday, June 7, 2016 to:

Office of the Director of Procurement Issued: Friday, May 20, Proposals Due by 12:00 NOON, EST on Tuesday, June 7, 2016 to: REQUEST FOR PROPOSAL RFP # 17-011 TO PROVIDE FOR PURCHASE ONE (1) FULL SIZE CARGO VAN WITH SHELVING TO THE BRUNSWICK-GLYNN COUNTY JOINT WATER AND SEWER COMMISSION Office of the Director of Procurement

More information

CONDITIONS OF TENDERING (E-SUBMISSION)

CONDITIONS OF TENDERING (E-SUBMISSION) INDEX CLAUSE PAGE NO. DESCRIPTION NO. 1 TENDER DOCUMENT B 2 2 COMPLIANCE WITH CONDITIONS OF TENDERING B 2 3 ADDENDA B 2 4 COMPLETION OF TENDER B 2 5 DEVIATION FROM SPECIFICATION B 2 6 DRAWINGS, PROPOSALS

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

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

Request for Proposal. RFP # Non-Profit, Sports Photography

Request for Proposal. RFP # Non-Profit, Sports Photography County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0303-1, Sports Photography This procurement

More information

ATTENTION ALL BIDDERS

ATTENTION 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 information

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS

City of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS SECTION 1. BID FORM A. GENERAL SECTION 00 21 13 INSTRUCTIONS TO BIDDERS (1) Sealed bids will be received in the office of the Director of Administration, City Hall, Covington, Louisiana, 317 N. Jefferson

More information

Page 1 of 21. CCU Chairman. General Manager. Accountability. Value REQUEST GPA-RFP requirements; a. b. Date of. required in. Labor.

Page 1 of 21. CCU Chairman. General Manager. Accountability. Value REQUEST GPA-RFP requirements; a. b. Date of. required in. Labor. Page 1 of 21 SIMON A. SANCHEZ II JOAQUIN C. FLORES, P.E. CCU Chairman General Manager Telephone Nos. (671) 648-3054/55 or Facsimile (671) 648-3165 Accountability Impartiality Competence Openness Value

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

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

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

CITY OF LEESBURG FLORIDA INVITATION FOR BID (IFB) Wireless Mobile Column Lift (Truck Lift)

CITY OF LEESBURG FLORIDA INVITATION FOR BID (IFB) Wireless Mobile Column Lift (Truck Lift) CITY OF LEESBURG FLORIDA IFB TITLE: INVITATION FOR BID (IFB) Wireless Mobile Column Lift (Truck Lift) IFB Number: Contracting Buyer: John Brandt Bid Due Date: November 16, 2017 Pre-Bid Meeting: N/A Bid

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

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 Bid #1012 Ambulance Graphics

INVITATION FOR BID Bid #1012 Ambulance Graphics INVITATION FOR BID Bid #1012 Ambulance Graphics St. Charles County Ambulance District ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376

More information

INDEPENDENT PROSECUTOR (SPECIAL ASSISTANT ATTORNEY GENERAL) PROFESSIONAL SERVICES

INDEPENDENT PROSECUTOR (SPECIAL ASSISTANT ATTORNEY GENERAL) PROFESSIONAL SERVICES INDEPENDENT PROSECUTOR (SPECIAL ASSISTANT ATTORNEY GENERAL) PROFESSIONAL SERVICES REQUEST FOR PROPOSAL NO. 001-2016 Office of the Attorney General 590 S. Marine Corps Drive ITC Building, Suite 706, 7 th

More information

COVER PAGE. Bid Proposal # Ready Mix Concrete

COVER 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 information

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:

INVITATION 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 information

De-Icing Fluid. 3.3 Bidder shall furnish the required information typed or written in ink.

De-Icing Fluid. 3.3 Bidder shall furnish the required information typed or written in ink. The Reno-Tahoe Airport Authority Purchasing and Materials Management Section is currently accepting sealed bids for de-icing fluid, Invitation to Bid Number 13/14-03, on behalf of the Airfield Maintenance

More information

1 CORPORATION of the TOWN of SMITHS FALLS COMMUNITY SERVICES & PUBLIC WORKS AND UTILITIES CONTRACT #_17-CS-02_

1 CORPORATION of the TOWN of SMITHS FALLS COMMUNITY SERVICES & PUBLIC WORKS AND UTILITIES CONTRACT #_17-CS-02_ 1 Purchase of Trucks Sealed Tenders will be received in envelopes clearly marked as to contents by the Town Clerk at her office in the Town Hall, 77 Beckwith Street North, Smiths Falls, Ontario, until

More information

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS SECTION TITLE F G H General Information About the IFB General Instructions for Bidders General Conditions for Bidders 18 SECTION F

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

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

Sealed Bid, 1 Ton Cargo Van Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Sealed Bid, 1 Ton Cargo Van 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 1 Ton Cargo Van Bids must be submitted to the City at the address below in a sealed envelope plainly marked as follows:

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

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

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

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

NOTICE OF REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND RELATED SERVICES. This is a REQUEST FOR PROPOSAL by UMATILLA SCHOOL DISTRICT

NOTICE OF REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND RELATED SERVICES. This is a REQUEST FOR PROPOSAL by UMATILLA SCHOOL DISTRICT NOTICE OF REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND RELATED SERVICES This is a REQUEST FOR PROPOSAL by UMATILLA SCHOOL DISTRICT FOR ARCHITECTURAL AND RELATED SERVICES IN RELATION TO THE 2016 BOND ISSUE

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

SEALED BID - REQUEST FOR PROPOSALS # FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS

SEALED BID - REQUEST FOR PROPOSALS # FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS DATE: October 25, 2016 SEALED BID - REQUEST FOR PROPOSALS # 11-14-16-01 FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS Website: http://www.dcschools.com CONTACT PERSON: Alan Hagy,

More information

GENERAL TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852G002

GENERAL TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852G002 GENERAL TERMS AND CONDITIONS FOR REQUEST FOR BEST VALUE PROPOSALS (RFP) #852G002 Issue Date: May 18, 2017 Title: VFHY Graphic Art and/or Design Issuing Agency: Virginia Foundation for Healthy Youth (VFHY)

More information

STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS

STANDARD 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 information

PURCHASING ORDINANCE

PURCHASING ORDINANCE PURCHASING ORDINANCE TABLE OF CONTENTS Page Number I. GENERAL PROVISIONS 7 1.1 Purpose 7 1.2 Applicability 7 1.3 Severability 7 1.4 Property Rights 7 1.5 Singular-Plural Gender Rules 7 1.5.1 Singular-Plural

More information

ATTENTION ALL BIDDERS

ATTENTION 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 information

Request for Bids (RFB) Fire Extinguisher Services (Service/Price Agreement)

Request for Bids (RFB) Fire Extinguisher Services (Service/Price Agreement) long beach unified school district Purchasing and Contracts Branch 2201 East Market Street Long Beach, California 90805-5556 Request for Bids (RFB) 36-1617 (Service/Price Agreement) RELEASED ON: 3/15/2017

More information

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE PROCUREMENT OF SUPPLIES. SERVICES, BOND COUNSEL AND LEGAL COUNSEL

RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE PROCUREMENT OF SUPPLIES. SERVICES, BOND COUNSEL AND LEGAL COUNSEL RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING CORPORATION FOR THE PROCUREMENT OF SUPPLIES. SERVICES, BOND COUNSEL AND LEGAL COUNSEL RULES OF THE RHODE ISLAND HEALTH AND EDUCATIONAL BUILDING

More information

ATTENTION ALL BIDDERS

ATTENTION 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 2018-2019-06 INMATE UNIFORMS The Etowah County Commission

More information

INVITATION TO BID. Bids shall be submitted on the forms provided, properly signed and returned in a sealed Opaque envelope clearly marked with the:

INVITATION TO BID. Bids shall be submitted on the forms provided, properly signed and returned in a sealed Opaque envelope clearly marked with the: Douglas County School District No. 4 Purchasing Department 1419 NW Valley View Drive Roseburg OR 97471 Phone 541 440 4020 Fax 541 440 4000 INVITATION TO BID ITB Number and Name: 16 640 Disposable Gloves

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

City of Alexandria Purchasing Department P.O. Box 71 Alexandria, Louisiana

City of Alexandria Purchasing Department P.O. Box 71 Alexandria, Louisiana Joe C. Despino Purchasing Manager City of Alexandria Purchasing Department P.O. Box 71 Alexandria, Louisiana 71309-0071 Office: (318) 441-6180 Fax: (318) 619-3412 Request for Quote will be received until

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

REQUEST 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 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 information

REQUEST FOR QUOTATION

REQUEST 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 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

CITY OF PEACHTREE CITY MICROSOFT OFFICIAL LICENSE ADDENDUM #1

CITY OF PEACHTREE CITY MICROSOFT OFFICIAL LICENSE ADDENDUM #1 PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org CITY OF PTREE CITY MICROSOFT OFFICIAL LICENSE ADDENDUM #1 The part numbers

More information

TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS. Public Procurement Board. Accra, Ghana

TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS. Public Procurement Board. Accra, Ghana TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS Public Procurement Board Accra, Ghana October 2003 i Table Contents Table Contents... i Introduction and Instructions... 1 Section I. Invitation for

More information

these specifications shall be made based on this statement.

these specifications shall be made based on this statement. The Town of Front Royal invites the submission of sealed bids from qualified Contractors, licensed to work in Virginia, capable of satisfying the Town's needs, in accordance with the enclosed scope of

More information

SAN ANTONIO WATER SYSTEM SERVICES AGREEMENT AGREEMENT FOR. THIS IS A SERVICE AGREEMENT (this Agreement ) by and between

SAN ANTONIO WATER SYSTEM SERVICES AGREEMENT AGREEMENT FOR. THIS IS A SERVICE AGREEMENT (this Agreement ) by and between SAN ANTONIO WATER SYSTEM SERVICES AGREEMENT AGREEMENT FOR THIS IS A SERVICE AGREEMENT (this Agreement ) by and between (the Contractor ), and San Antonio Water System, municipally-owned utility of the

More information

TML MultiState IEBP Executive Director EXECUTIVE SEARCH FIRM SERVICES Request for Qualifications

TML MultiState IEBP Executive Director EXECUTIVE SEARCH FIRM SERVICES Request for Qualifications TML MultiState IEBP Executive Director EXECUTIVE SEARCH FIRM SERVICES Request for Qualifications For more information contact: Daniel E. Migura Jr. Phone: 512-719-6557 1821 Rutherford Lane, Suite #300

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

BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE

BID 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 information

SPECIFICATIONS. Autoclave/Sterilizer FOR. Lake Land College District Number 517 Mattoon, Illinois PROJECT NO Bid Date; May 22, 2018

SPECIFICATIONS. Autoclave/Sterilizer FOR. Lake Land College District Number 517 Mattoon, Illinois PROJECT NO Bid Date; May 22, 2018 SPECIFICATIONS FOR Autoclave/Sterilizer Lake Land College District Number 517 Mattoon, Illinois 61938 PROJECT NO. 2018-008 Bid Date; May 22, 2018 SECTION 000101 TABLE OF CONTENTS SECTION DESCRIPTION 001113

More information

Commercial Front Loader Garbage Truck

Commercial Front Loader Garbage Truck INVITATION TO BID City of Cartersville, Georgia TO WHOM IT MAY CONCERN: The City of Cartersville Public Works Department will receive sealed bids for the purchase of: Commercial Front Loader Garbage Truck

More information

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m.

INVITATION FOR BID KITCHEN EQUIPMENT - POS. BID DUE: Tuesday, November 20, 2018 at 10:30 a.m. INVITATION FOR BID KITCHEN EQUIPMENT - POS BID DUE: Tuesday, November 20, 2018 at 10:30 a.m. Joppa-Maple Grove School District #38 911 Joppa North Ave. Joppa, IL 62953 Contents Section I Information for

More information

LEGAL AD. Invitation to Bid Bid No For the purchase of 1 new Motor Grader

LEGAL AD. Invitation to Bid Bid No For the purchase of 1 new Motor Grader LEGAL AD Invitation to Bid Bid No. 2018-11 For the purchase of 1 new Motor Grader The Baker County Board of Commissioners will be accepting bids until June 21, 2018 at 3:30pm. Specifications may be obtained

More information

LIVINGSTON PARISH COUNCIL. Request for Qualifications for. Professional Services for the Livingston Parish Road Overlay Project

LIVINGSTON PARISH COUNCIL. Request for Qualifications for. Professional Services for the Livingston Parish Road Overlay Project LIVINGSTON PARISH COUNCIL Request for Qualifications for Professional Services for the 2013 Livingston Parish Road Overlay Project August 22, 2013 Table of Contents I. Introduction... 1 II. Submission

More information

Invitation For Bid (IFB) Bid Description: Citrix Presentation Server Enterprise Edition 1 Issued: May 22, 2008 THE CITY OF TULSA, OKLAHOMA

Invitation 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 information

REQUEST FOR PROPOSAL RFP 10-09, ONLINE AUCTION SERVICES

REQUEST FOR PROPOSAL RFP 10-09, ONLINE AUCTION SERVICES City of Fayetteville, Arkansas Purchasing Division Room 306 113 W. Mountain Fayetteville, AR 72701 Phone: 479.575.8220 TDD (Telecommunication Device for the Deaf): 479.521.1316 REQUEST FOR PROPOSAL: DEADLINE:

More information

Iowa Public Employees Retirement System Request for Proposal Design and Construction Contract Administration Services

Iowa Public Employees Retirement System Request for Proposal Design and Construction Contract Administration Services Iowa Public Employees Retirement System Request for Proposal Design and Construction Contract Administration Services Request for Proposal Number: O-2016-1 IPERS will receive sealed proposals until 3:00

More information

REQUEST FOR PROPOSAL (RFP) # FY DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA)

REQUEST FOR PROPOSAL (RFP) # FY DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) REQUEST FOR PROPOSAL (RFP) # FY 2014-2015-001 DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA) TERMS AND CONDITIONS FORMS AND AGREEMENT PREPARED

More information

Southwest Virginia Regional Jail Authority

Southwest Virginia Regional Jail Authority REQUEST FOR PROPOSAL CORRECTIONAL OFFICER UNIFORMS PAGE 1 Southwest Virginia Regional Jail Authority RFP Correctional Officer Uniforms Due Date: June 26, 2013 REQUEST FOR PROPOSAL CORRECTIONAL OFFICER

More information

NORTH TEXAS MUNICIPAL WATER DISTRICT

NORTH TEXAS MUNICIPAL WATER DISTRICT NORTH TEXAS MUNICIPAL WATER DISTRICT Official Bid Supplemental Information for Annual Contract Purchase of Water and Wastewater Chemicals BIDS DUE BEFORE 2:00 P. M. 4/12/2017 INCLUDED: 1. General Conditions

More information

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Tools and Maintenance Shop Equipment. office.

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Tools and Maintenance Shop Equipment. office. The Lower Rio Grande Valley Development Council (LRGVDC) Invitation to Bid (ITB): Tools and Maintenance Shop Equipment Quotes Due Not Later than: Issuing Office: Friday, March 25 th, 2016 at 12:00 Noon

More information

Standard Conditions of Sale and Terms of Delivery of

Standard Conditions of Sale and Terms of Delivery of Standard Conditions of Sale and Terms of Delivery of I. General 1. These Standard Conditions of Sale and Terms of Delivery (hereinafter referred to as Terms of Delivery ) apply exclusively to our goods

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

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

VILLAGE OF ALLEGANY SIDEWALK BID NOTICE TO CONTRACTORS

VILLAGE 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 information

Document Conversion/Migration

Document Conversion/Migration Request for Proposals Luzerne County Clerk Of Courts Document Conversion/Migration Ref #111516RFPCOC LUZERNE COUNTY PENNSYLVANIA DUE DATE: January 26, 2017 at 4:00 pm Luzerne County Purchasing Department

More information

TENDER DOCUMENTS. Procurement of Goods. International Competitive Tendering. Public Procurement Board. Accra, Ghana

TENDER DOCUMENTS. Procurement of Goods. International Competitive Tendering. Public Procurement Board. Accra, Ghana TENDER DOCUMENTS Procurement of Goods International Competitive Tendering Public Procurement Board Accra, Ghana October 2003 Introduction and Instructions These Tender Documents (TD) have been prepared

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

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

BID ON ALUMINUM SULFATE

BID ON ALUMINUM SULFATE Book No. BID ON ALUMINUM SULFATE 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 B - 1,2 PROPOSAL

More information

REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/DDR/KRT/2011/006 DATE: 20 Feb 2011

REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/DDR/KRT/2011/006 DATE: 20 Feb 2011 REQUEST FOR QUOTATION (RFQ) REFERENCE: RFQ/DDR/KRT/2011/006 DATE: 20 Feb 2011 NAME & ADDRESS OF FIRM: DATE: REFERENCE: Dear Sir / Madam: You are kindly requested to submit your quotation for the following

More information

UNICEF MOLDOVA United Nations Children s Fund Telephone

UNICEF MOLDOVA United Nations Children s Fund Telephone UNICEF MOLDOVA United Nations Children s Fund Telephone 373 22 22 00 45 131, 31 August 1989 Str., Facsimile 373 22 22 02 44 UN House, Chisinau chisinau@unicef.org Republic of Moldova www.unicef.md Date:

More information

S.I. 7 of 2014 PUBLIC PROCUREMENT ACT. (Act No. 33 of 2008) PUBLIC PROCUREMENT REGULATIONS, 2014 ARRANGEMENTS OF REGULATIONS PART 1 - PRELIMINARY

S.I. 7 of 2014 PUBLIC PROCUREMENT ACT. (Act No. 33 of 2008) PUBLIC PROCUREMENT REGULATIONS, 2014 ARRANGEMENTS OF REGULATIONS PART 1 - PRELIMINARY [27th January 2014] Supplement to Official Gazette 939 S.I. 7 of 2014 PUBLIC PROCUREMENT ACT (Act No. 33 of 2008) PUBLIC PROCUREMENT REGULATIONS, 2014 ARRANGEMENTS OF REGULATIONS PART 1 - PRELIMINARY 1.

More information

LEGAL NOTICE REQUEST FOR BID SEALED BID For. Reinforcing Steel for Freymuth Road Box Culvert. For

LEGAL 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 information