REQUEST FOR BIDS FOR 2015 OR NEWER 40-YARD FRONT LOADER GARBAGE TRUCK CITY OF LANCASTER, OHIO SANITATION DEPARTMENT
|
|
- Miranda Gilbert
- 5 years ago
- Views:
Transcription
1 REQUEST FOR BIDS FOR 2015 OR NEWER 40-YARD FRONT LOADER GARBAGE TRUCK CITY OF LANCASTER, OHIO SANITATION DEPARTMENT ISSUE DATE: April 2, 2015 CONTACT PERSON: Paul Martin, Superintendent Lancaster Sanitation Department 743 South Ewing Street Lancaster, Ohio
2 I ntroduction. The City of Lancaster, Ohio (the City ) is soliciting bids for the purchase of the following piece of equipment: 2015 or Newer Mack, Model MRU w heel t ruck with 210 wheelbase. All interested vendors are encouraged to submit a bid. Submission of Bids. Bids must be clearly marked on the outside of the envelope as follows: Sanitation Department / Front-Loader Truck Bid City of Lancaster Director of Public Safety and Service 104 East Main Street Lancaster, OH A WARD OF CONTRACT. THE CITY OF LANCASTER DIRECTOR OF PUBLIC SERVICE AND SAFETY (THE D IRECTOR ) RESERVES THE RIGHT TO REJECT ANY OR ALL PROPOSALS, IN PART OR IN WHOLE, IN THE EXERCISE OF HIS SOLE DISCRETION. BID PRICE SHALL NOT ALONE BE THE DETERMINING FACTOR IN SELECTING THE BEST BID, BUT RATHER THE MERITS AND ADVANTAGES OF EACH BID TO THE CITY OF LANCASTER SHALL BE TAKEN INTO CONSIDERATION IN SELECTING THE MOST APPROPRIATE BID FOR AWARD OF THE CONTRACT. B id Deadline. Bids must be submitted to the Director at the address listed above no later than 11:00 A.M on April 28 th Bids received after this deadline will be returned, unopened, to the bidder. Contact Person. All questions regarding this bid solicitation should be directed to: Paul Martin, Superintendent Lancaster Sanitation Department 743 South Ewing Street Lancaster, Ohio pmartin@ci.lancaster.oh.us B onding. All bids must be accompanied by a bid bond or certified check, payable to the City, in an amount equal to f ive percent (5%) of the total bid submitted, as a guarantee that if the bid is accepted a contract will be entered into. Upon award the contract, the chosen bidder must provide a performance bond, payable to the City, equal to ten percent (10%) of the total amount of the contract, which will remain in place for the duration of the c ontract. All bonds, be it a bid bond, performance bond, or any other type of bond, shall meet with the approval of the Director. I nstallation and Delivery. Only those bids that meet with the specifications set forth in Appendix A below will be considered. All equipment must be ready for use by the City, in accordance with its design and intended purpose, upon delivery. Any bid for equipment which fails to meet with the specifications set forth below will not be considered.
3 EXHIBIT A 2015 OR NEWER 40-YARD FRONT LOADER HIGH COMPACTION GARBAGE TRUCK DETAILED SPECIFICATIONS MODEL 2015 or Newer Mack Model MRU Wheel Truck with 210 Wheelbase GENERAL SERVICE TYPE OF SERVICE: commercial VEHICLE USE & BODY: refuse front loader COMMODITIES: refuse VEHICLE TYPE: straight truck without trailer ENGINE ENGINE: Mack MP7 with 325 hp or higher TRANSMISSION AND EQUIPMENT TRANSMISSION: Allison 4500-RDS 6-speed automatic rugged duty service (includes transmission cooler and external oil cooler, internal filter and oil level sensor) Front mount PTO FRONT AXLE FRONT AXLE: 20,000 lbs. capacity SPRINGS: Front Multileaf 20,000 lbs. ground load rating REAR AXLE REAR AXLE/SUSPENSION: 46,000 lbs. capacity TIRES, FRONT Two (2) Goodyear or Bridgestone tubeless radial tires 425/65R22.5 (16 ply or better) TIRES, REAR Eight (8) Goodyear or Bridgestone tubeless radial tires 11R22.5 (14 ply or better) FUEL / TANK FUEL TANK: RH 80-gallon aluminum Diesel CAB EXTERIOR MIRRORS: RH & LH bright finish heated w/stainless steel arms and brackets MIRRORS: E3 convex type bright finish, LH top and bottom & RH bottom (7.5 diameter), mounted to mirror brackets Outside fire extinguisher (20 lbs.) mounted on driver s side CAB INTERIOR Air-conditioning integral with heater AM/FM radio
4 PAINT PAINT / CAB EXTERIOR: single color white (high gloss) PAINT / CAB: urethane base coat w/o clear coat PAINT / CAB INTERIOR: same as cab exterior PAINT / CHASSIS RUNNING GEAR: black urethane FRONT WHEELS: finished white REAR WHEELS: finished white 40 YARD FULL EJECT FRONT LOADER BODY BODY SPECIFICATIONS Body Floor: 3/16 AR200 Body Sides: 1/8 AR500 Body Roof: 10 gauge AR200 Side access door with ladder Access ladder to top of body (fold down style) HOPPER SPECIFICATIONS Floor Wear Area: 3/16 AR400 Hopper Side Walls: 3/16 AR200 or better Hydraulically controlled sliding hopper door Hopper size: 12 cubic yards TAILGATE SPECIFICATIONS Rear Walls: 1/8 AR450 Side Walls: 10 gauge AR200 Automatic locking tailgate (higher wet load seal) and service prop PACKER/EJECTOR SPECIFICATIONS Lower Face Plate: 1/4 AR200 Upper Face Plate: 3/16 AR200 Face Support: 3/8 GRD 50 high strength steel Packer Sides: 10 Gauge GRD 50 high strength steel Floor Track: 1/4 GRD 80 high strength Steel ARM ASSEMBLY Arm Construction: 3/16 ASTM A656 GRD 80 high strength steel Internal reinforcement FORK ASSEMBLY Fork Torque Tube Construction: ASTM DOM 513 GRB Torque Tube: 4 OD with 3/8 wall DOM round tube Pillow Blocks: 6 x 8 x 3 A36 steel HYDRAULICS Pump Make/Model: Commercial Intertech P365
5 Pump Size: 2½ (Gear) Pump Flow: RPM Control Valves: Intertech VA35, MRV setting 2500 psi Oil Reservoir: 50 gallons Filter: Parker 40 CN Suction Strainer: 100 mesh stainless steel with magnets CYLINDERS Ejector Cylinder: 3 Stage 170 stroke Arm Cylinder: 4 bore x 2 rod size x 46 stroke Fork Cylinder: 3 ½ bore x 2 rod size x 36 stroke Tailgate Cylinder: 3 ¼ bore x 2 rod size x 38 stroke OPERATIONS AND PERFORMANCE Controls: Joystick Compaction Force: 125,000 lbs. Main system pressure: 2500 psi Hooper light PAINTING Packer and components steel shot blasted prior to priming with high solids epoxy primer. Finish coat high solids acrylic urethane. Solid white standard. Camera System Color monitor with 32 GB DVR with four (4) cameras mounted at: rear, hooper, front, side LITERATURE Must include full set of operation, maintenance and parts manuals, as well as electrical schematics for packer body. PARTS AND SERVICE CENTERS Please include addresses, hours of operation, and contact information for closest authorized parts and service companies for the truck and packer body. WARRANTIES Please include warranty information on truck unit and packer unit from date of delivery. List warranties also on hydraulic pump, valves, and cylinders.
6 BID PROPOSAL BY MY SIGNATURE BELOW, I CERTIFY THAT : (1) I AM A DULY AUTHORIZED AGENT OF THE BIDDER REFERENCED BELOW AND I HAVE THE AUTHORITY TO CONTRACTUALLY BIND THE BIDDER ; (2) I HAVE READ AND UNDERSTAND THE TERMS AND CONDITIONS SET FORTH IN THE AFOREMENTIONED BID SOLICITATION DOCUMENT ISSUED BY THE CITY OF LANCASTER; AND (3) I AM OFFERING, ON BEHALF OF THE B IDDER LISTED BELOW, TO PROVIDE THE CITY OF LANCASTER, OHIO WITH THE MATERIALS, EQUIPMENT AND/OR SERVICES AS SPECIFIED IN TH AT BID SOLICITATION, UPON THE TERMS AND CONDITIONS THEREIN SPECIFIED, AND UPON THE PRICE AND DELIVERY TERMS LISTED BELOW. QTY UNIT ITEM DESCRIPTION Price for Each 1 EA 2015 FRONT LOADER GARBAGE TRUCK $ PRICE IN WRITING: ADDITIONAL TERMS: DELIVERY WITHIN CALENDAR DAYS AFTER RECEIPT OF ORDER. PRICES ARE TO BE QUOTED F.O.B. CITY OF LANCASTER, SANITATION DEPARTMENT, 743 SOUTH EWING ST., LANCASTER, OHIO BIDDER NAME: ADDRESS: AUTHORIZED SIGNATURE: X (Signature must be in writing in other than black ink) TITLE: DATE: ***Specifications are meant to be descriptive and in no way restrictive. ***
7 BID CONTRACT FOR ONE 2015 OR NEWER 40-YARD FRONT LOADER GARBAGE TRUCK FOR THE CITY OF LANCASTER SANITATION DEPARTMENT
8 CONTRACT THIS CONTRACT made and entered into this day of, 20, by and between the City of Lancaster, Ohio ( the City ) and ( Seller ), upon the following terms and conditions: ARTICLE 1. GENERAL COVENANTS Seller shall f urnish the City with one 40 - Yard Front Load Garbage Truck ( model year 2015 or n ewer ), deliver y to be made to the City F.O.B. City of Lancaster Sanitation Department, 743 South Ewing Street, Lancaster, Ohio pursuant to the terms and conditions set forth in the bid solicitation prepared and issued by the City on, 2015 and the bid proposal dated, 2015, each of which are attached hereto as Exhibit A and B respectively and i ncorporated as if fully rewritten herein. T he City, in consideration of S eller s performance as set forth above, will pay Seller the sum of (the Sales Price ). ARTICLE 2. WARRANTIES Seller warrants that the goods, equipment, and/or materials contemplated under this Contract are: (1) fit and sufficient for the purpose intended ; (2) merchantable, of a good quality, and free from defects, whether patent or latent, in material or workmanship ; and (3) in conformance with the specifications incorporated by reference in Article 1, Paragraph (A) above. ARTICLE 3. PERFORMANCE BOND Seller will furnish a performance payment bond as security for the faithful performance of all its obligations under th is Contract. The bond shall be in an amount as required by the bid specifications incorporated by reference in Article 1, Paragraph (A) above. Prior to execution of th is C ontract, the City may require Seller to furnish such other bonds, in such form and with such sureties as the City may deem necessary. ARTICLE 4. EQUAL EMPLOYMENT During the performance of this Contract, Seller agrees to comply with all Federal, state and/or local non-discrimination provisions as required by law and fully incorporated herein.
9 ARTICLE 5. MEDIATION All disputes, differences, and controversies arising out of or in connection with this Contract may be settled and finally determined by mediation in the City of Lancaster, Ohio by mutual consent of the parties. ARTICLE 6. ENTIRE AGREEMENT This Contract constitutes t he entire a greement between the parties and supersedes any prior understandings or agreements regarding t h is subject matter. No changes, alterations, modifications, additions, or qualifications to the terms of this Contract shall be binding upon the parties unless made in writing and signed by all parties. ARTICLE 7. UNENFORCEABLE PROVISIONS If any term, covenant, warranty, paragraph, clause, condition, or provision of this Contract is held by a court of competent jurisdiction to be invalid, void, or unenforceable, the remainder of the provisions of this Contract shall remain in full force and effect and shall in no way be affected, impaired, or invalidated and this Contract shall be construed as if the invalid, void or unenforceable provision were omitted. ARTICLE 8. NO WAIVER OF RIGHTS Failure by either p art y to insist on or enforce any of their rights shall not constitute a waiver of any of the party s legal rights, or of that party s right to insist upon strict compliance with the provisions of this Contract. ARTICLE 9. ASSIGNMENT Neither party may assign, transfer or vest in any other company, entity or person any of its rights or obligations under this Contract without the prior written consent of the other party. ARTICLE 10. SUCCESSORS & ASSIGNS This Contract shall be binding upon, and shall inure to the benefit of, the parties hereto and to their respective successors and assignees permitted under the terms of this Contract. ARTICLE 11. GOVERNING LAW This Contract shall be governed by and construed in accordance with the laws of the State of Ohio. ARTICLE 12. INDEMNIFICATION Seller shall defend, indemnify, and hold harmless the City and all of its agents, officers and employees from and against any and all cost, expense, claims, demands, and damage of any kind (collectively Claims ), including but not limited to, any and all costs, expenses, and
10 attorneys fees incurred by the City in the defense or handling of any c laim caused by, related to, or arising out of this Contract. Seller s indemnification does not include issues arising out of the bid selection procedure. ARTICLE 13. OBLIGATION TO PAY The obligation to pay on the part of the City shall not accrue until the Director of Public Safety and Service for the City certif ies that the Seller has fully performed as required under the terms of this Contract. IN WITNESS WHEREOF, the C ity has affixed its corporate name and seal by signature of its Director of Public Safety and Service, and Seller has affixed its name and seal by signature of its duly authorized agent. THE CITY OF LANCASTER, OHIO Brian S. Kuhn, Service-Safety Director SELLER Name: Title: Approved by the Board of Control of the City of Lancaster, Ohio (R C ) David S. Smith, Mayor Approved as to form: Randall T. Ullom, Law Director Brian S. Kuhn, Service-Safety Director
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 informationInvitation to Bid Instructions to Bidders Bid Specifications Bid Proposal Bid Sheet Contract Checklist
270 North Clark Street Powell, Wyoming 82435 (307) 754-5106 FAX (307) 754-5385 June 21, 2018 SUBJECT: Refuse Containers To Whom It May Concern: This letter is your notification of the City of Powell's
More informationCOUNTY OF VICTORIA INVITATION TO BID, BID SPECIFICATIONS AND BID FORMS FOR ONE (1) USED WATER TRUCK
COUNTY OF VICTORIA INVITATION TO BID, BID SPECIFICATIONS AND BID FORMS FOR ONE (1) USED 2010-2012 WATER TRUCK BIDS WILL BE RECEIVED UNTIL 10:00 A.M. MONDAY, MARCH 28, 2016 AT THE OFFICE OF BEN ZELLER,
More informationBULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA INVITATION FOR BID
BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA 30458 INVITATION FOR BID Sealed bids from suppliers will be received by the Bulloch County Board of Commissioners (herein
More informationINVITATION FOR BID Regenerative Air Sweeper Purchase
Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 INVITATION FOR BID Regenerative Air Sweeper Purchase Issue Date: November 7, 2016 Bid Number: 16-086 Agent/Contact: John Harris
More informationOffice 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 informationDISTRICT OF KITIMAT PURCHASING DEPARTMENT
DISTRICT OF KITIMAT PURCHASING DEPARTMENT 206 ENTERPRISE AVENUE, KITIMAT, B.C.,V8C 2C7 PH: (250) 632-8925 FAX: (250) 632-4650 INVITATION TO TENDER U ntil the time designated in the attached schedule as
More informationONE (1) OR MORE NEW 75 CUBIC YARD CLOSED TOP EJECTOR TRAILERS
August 23, 2010 LEGAL NOTICE Sealed Bids will be received by the Oswego County Purchasing Department, 46 East Bridge Street, Oswego, New York until 2:00 pm., Thursday, September 9, 2010 for the purchase
More informationINVITATION FOR BID ¾ TON 2DR UTILITY TRUCK
INVITATION FOR BID 2016-03 2016 ¾ TON 2DR UTILITY TRUCK Issue Date June 20, 2016 Bids Due July 20, 2016 at 5:00 p.m. (Bid Opening) TO BE OPENED AT REGULARLY SCHEDULED CITY COUNCIL MEETING ON THURSDAY JULY
More informationOffice 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 informationTender T Supply One 1500 Series Service Vehicle
Tender T1.2018 Supply One 1500 Series Service Vehicle Municipality of the County of Victoria Tender # T1.2018 TENDER Instructions to Bidders SEALED TENDERS will be received by the undersigned up to 1 PM,
More informationPRISONER TRANSPORT VEHICLE CARGO VAN
REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: April 6, 2017 BID NUMBER: #B1700090 DESCRIPTION: PRISONER TRANSPORT VEHICLE CARGO VAN (QTY 1) DEPARTMENT: SHERIFF S OFFICE BID
More informationBERKELEY COUNTY WATER & SANITATION SOLID WASTE MANAGEMENT FACILITY COMPETITIVE SEALED BID
BERKELEY COUNTY WATER & SANITATION SOLID WASTE MANAGEMENT FACILITY COMPETITIVE SEALED BID BID TITLE: Three (3) New 2013 Stationary Compactors CLOSING DATE AND TIME: THURSDAY, DECEMBER 13, 2012 @ 2:00 PM
More informationREQUEST FOR QUOTATIONS (RFQ)
REQUEST FOR QUOTATIONS (RFQ) PROCUREMENT OF COMMERCIAL VEHICLES FOR KILINOCHCHI, JAFFNA & AMPARA DATE: November 12, 2017 REFERENCE: RFQ - GLED/2017/42 Dear Sir / Madam: We kindly request you to submit
More informationCITY OF BERKLEY, MICHIGAN 4-TON ASPHALT RECYCLER & HOT BOX TRAILER REQUEST FOR PROPOSAL
REQUEST FOR PROPOSAL The City is accepting bids for the purchase of a 4-Ton Asphalt Recycler and Hot Box Trailer from a qualified vendor. Official bids must be submitted electronically via Michigan Intergovernmental
More information1 Page. SPECIFICATIONS FOR ONE (1) SECURITY GATE SYSTEM Addendum #1-all changes in blue color
1 Page SPECIFICATIONS FOR ONE (1) SECURITY GATE SYSTEM Addendum #1-all changes in blue color TABLE OF CONTENTS Call for Bids... Section I Bid Proposal... Section II Instructions to Bidders... Section III
More informationCITY OF IOWA CITY 410 E. Washington St., Iowa City, Iowa
Bid #16-227, Page 1 CITY OF IOWA CITY 410 E. Washington St., Iowa City, Iowa 52240-1826 319-356-5000 REQUEST FOR BID THIS IS NOT AN ORDER STATE BELOW THE PRICE AND DELIVERY FOR ITEMS DESCRIBED HEREIN,
More informationIMPORTANT: 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 informationCITY OF MORRISTOWN, TENNESSEE INVITATION TO BID COMMERCIAL MOWER INVITATION TO BID. Office of Finance 100 West First North Street Morristown, TN 37814
INVITATION TO BID Office of Finance 100 West First North Street Morristown, TN 37814 INTRODUCTION The City of Morristown is accepting sealed bids for a new commercial mower. Proposer shall return bids
More informationFour (4) bi-fuel compressed natural gas (CNG) and gasoline ½-ton pickup trucks.
REQUEST FOR BID WELD COUNTY, COLORADO 1150 O STREET GREELEY, CO 80631 DATE: October 20, 2017 BID NUMBER: B1800007 DESCRIPTION: CNG ½-Ton Trucks DEPARTMENT: PUBLIC WORKS Trucking, Mining, Engineering Division
More informationPAINT REMOVAL VEHICLE PROCUREMENT CONTRACT # REQUEST FOR BIDS
PAINT REMOVAL VEHICLE PROCUREMENT CONTRACT #15-41-9999-003 REQUEST FOR BIDS SPOKANE AIRPORT BOARD JANUARY 4, 2015 BID DOCUMENTS ANNOUNCEMENT CONTRACT SPECIFICATIONS INSTRUCTIONS TO BIDDERS SPECIAL PROVISIONS
More information1992 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 informationGOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE. between the City of and
GOODS & SERVICES AGREEMENT FOR ORDINARY MAINTENANCE between the City of and [Insert Vendor's Co. Name] THIS AGREEMENT is made by and between the City of, a Washington municipal corporation (hereinafter
More informationTown of Litchfield Department of Public Works
Town of Litchfield Department of Public Works Invitation to Bid (1) Four Wheel Drive ¾ Ton 2019 Regular Cab Pickup Litchfield, Connecticut The Town of Litchfield is accepting bids for the delivery of a
More informationGENERAL INSTRUCTIONS
GENERAL INSTRUCTIONS 1. General: Sealed bids for one (1) new RAM PROMASTER 1500 Low Roof (a/k/a Standard Roof) 118 wheelbase cargo van for the Westmoreland County Area Agency on Aging will be received
More informationRequest For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall
Request For Proposals 2018-1 202 Hwy 124 E ADA Door Opener Hallsville City Hall The City of Hallsville, Missouri (the City ) seeks bids from qualified contractors for all materials and labor to install
More informationSOFTWARE LICENSE AGREEMENT UC-SDRL Research Software
SOFTWARE LICENSE AGREEMENT UC-SDRL Research Software Structural Dynamics Research Lab Mechanical and Materials Engineering College of Engineering and Applied Science University of Cincinnati 598 Rhodes
More informationWebsite: 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 informationMUNICIPALITY OF THE DISTRICT OF WEST HANTS INFORMATION TO TENDERERS SECTION 1. P.O. Box 3000, 76 Morison Drive. Windsor West Hants Ind.
MUNICIPALITY OF THE DISTRICT OF WEST HANTS INFORMATION TO TENDERERS SECTION 1 Municipality: Municipality of the District of West Hants P.O. Box 3000, 76 Morison Drive Windsor West Hants Ind. Park Windsor,
More informationCITY OF DOUGLAS Contract Documents & Specifications for a New Specified Reel Grinder Douglas Community Club (Golf Course)
CITY OF DOUGLAS Contract Documents & Specifications for a New Specified Reel Grinder Douglas Community Club (Golf Course) Public Works Dept. 420 W. Grant Street PO Box 1030 Douglas, WY 82633 Page 1 of
More informationLEGAL 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 informationCONTRACT DOCUMENTS FOR. Dinosaur Crossing 24 Material Supply Inquiry No St. George, Utah 08/16/16. Prepared By: John Cazier
CONTRACT DOCUMENTS FOR Dinosaur Crossing 24 Material Supply Inquiry No. 16-0035 St. George, Utah 08/16/16 Prepared By: John Cazier City of St. George Water Services Department St. George, Utah (435) 627-4800
More informationAUBURN UNIVERSITY OFFICE OF INNOVATION ADVANCEMENT AND COMMERCIALIZATION. Ready To Sign non-exclusive licensing program
AUBURN UNIVERSITY OFFICE OF INNOVATION ADVANCEMENT AND COMMERCIALIZATION Ready To Sign non-exclusive licensing program Instructions for Execution 1. Save this license agreement file to your hard drive.
More informationKEN BASS DIRECTOR OF PURCHASING Phone: NORTH 5 TH STREET Fax: NOTICE TO BIDDERS
KEN BASS DIRECTOR OF PURCHASING Phone: 254-759-5627 214 NORTH 5 TH STREET Fax: 254-757-5068 WACO, TEXAS 76701 Email: ken.bass@co.mclennan.tx.us NOTICE TO BIDDERS Sealed bids will be received by the McLennan
More informationInvitation to Bid. Subject: Procurement of Diesel Generators Ref: ITB/KRT/10/038
Invitation to Bid Dear Sir/Madam, Date: 23/06/2010 Subject: Procurement of Diesel Generators Ref: ITB/KRT/10/038 1. We hereby solicit your bid for the supply of following goods. Supply, delivery and installation
More informationPROPOSAL SUBMISSION AGREEMENT
PROPOSAL SUBMISSION AGREEMENT THIS PROPOSAL SUBMISSION AGREEMENT (this Agreement ) is made and entered into effective on, 2014 (the Effective Date ), by, a ( Bidder ), in favor of Entergy Arkansas, Inc.
More informationBID INVITATION. Bid Invitation
BID INVITATION BUYER / TELEPHONE Wayne A Burke / 717-831-7319 FAX: 717-986-9678 EMAIL : WBURKE@paturnpike.com PRINT NAME Vendor Number : Vendor Contact : SIGNATURE TELEPHONE FAX EMAIL QUOTATIONS ARE TO
More informationCITY 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 informationPUBLIC WORKS COMMISSION OF THE CITY OF FAYETTEVILLE. December 5, Mark Cannady, Procurement Supervisor
DARSWEIL L. ROGERS, COMMISSIONER WADE R. FOWLER, JR., COMMISSIONER RALPH HUFF, COMMISSIONER EVELYN O. SHAW, COMMISSIONER DAVID W. TREGO, CEO/GENERAL MANAGER PUBLIC WORKS COMMISSION OF THE CITY OF FAYETTEVILLE
More informationBASIC SALES TRANSACTION AGREEMENT
BASIC SALES TRANSACTION AGREEMENT This Basic Sales Transaction Agreement (this Agreement ) is entered into effective (the Effective Date ) between Saijoinx Co., Ltd., a Corporation having its h ead office
More informationSealed 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 informationincorporated into this Agreement as Exhibit "I", and made a part of this Agreement by reference
STATE OF SOUTH CAROLINA ) PURCHASE AND SALE AGREEMENT ) COUNTY OF CHARLESTON ) THIS AGREEMENT ("Agreement") is made and entered into this day of, 2019, by and between the City of Isle of Palms, S.C., a
More informationABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS
ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS 1. PREPARATION OF BID FORM: The District invites proposals on the form(s) enclosed to be submitted
More informationSealed Bid, Dump Bodies and Plow Equipment Packages 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 a Two Dump Bodies and Plow Equipment Packages. Bids must be submitted to the City at the address below in a sealed envelope
More informationCITY OF DUBLIN INVITATION TO BID Bid # Issue Date: December 15, 2017 DUE DATE AND TIME: January 11, 2018, AT 2:00 P.M.
CITY OF DUBLIN INVITATION TO BID Bid #17-12-002 Issue Date: December 15, 2017 DUE DATE AND TIME: January 11, 2018, AT 2:00 P.M. The City of Dublin will receive sealed bids for furnishing supplies or services
More informationCITY OF HAYS, KANSAS BID PROPOSAL REQUEST FOR. Portable Air Compressor TABLE OF CONTENTS
CITY OF HAYS, KANSAS BID PROPOSAL REQUEST FOR Portable Air Compressor TABLE OF CONTENTS INVITATION TO BID PAGE 1 BID INSTRUCTIONS PAGE 2-3 GENERAL/ TECHNICAL SERVICES/TAXES/LEGAL NOTICES PAGE 4-5 ITEM
More informationCONTRACT. This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and
CONTRACT SECTION 070 CONTRACT CONTRACT This agreement, made and entered into this day of, 2013, in Reno, Nevada, by and between the City of Reno, hereinafter called the City, and Anchor Concrete, hereinafter
More informationLower 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 informationTOHOPEKALIGA WATER AUTHORITY WATER, REUSE, AND WASTEWATER SYSTEM DEVELOPER'S SERVICE AGREEMENT
This Document Prepared by: David Thomas After Recording Return to: Theresa Hunter 951 Martin Luther King Blvd. Kissimmee, FL 32741 Parcel ID Number: TOHOPEKALIGA WATER AUTHORITY WATER, REUSE, AND WASTEWATER
More information2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo)
INVITATION TO BID CITY OF CHEYENNE, WYOMING PURCHASING DIVISION ROOM 307 MUNICIPAL BUILDING 2101 O NEIL AVENUE, CHEYENNE, WY82001 PHONE: (307) 637-6345 (This is not an order) BID OPENING DATA BID NUMBER:
More information3/12/14. TERMS AND CONDITIONS TO SUPPLY and SALES AGREEMENTS
1 Universal Environmental Services LLC, 411 Dividend Drive Peachtree City, GA. 30269 3/12/14 TERMS AND CONDITIONS TO SUPPLY and SALES AGREEMENTS Acceptance of Terms: Seller's acceptance of Buyer's order
More informationINVITATION 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 informationNON-STANDARD SERVICE CONTRACT
NON-STANDARD SERVICE CONTRACT THE STATE OF TEXAS COUNTY OF THIS CONTRACT is made and entered into by and between, hereinafter referred to as "Developer", and Talty Water Supply Corporation, hereinafter
More informationBaltimore Gas and Electric Company Electricity Supplier Cash Collateral Agreement. THIS ELECTRIC SUPPLIER CASH COLLATERAL AGREEMENT ( Agreement ) is
Baltimore Gas and Electric Company Electricity Supplier Cash Collateral Agreement THIS ELECTRIC SUPPLIER CASH COLLATERAL AGREEMENT ( Agreement ) is made this day of, 20, by _, a corporation whose principal
More informationATTENTION ALL BIDDERS
ETOWAH COUNTY COMMISSION 800 Forrest Avenue, Gadsden, AL 35901 REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: BID NO. FY 2015-2016-05 32' ENCLOSED CAR TRAILER - COMMAND POST - SHERIFF'S
More informationINTRODUCING BROKER AGREEMENT
3.2 IB shall be responsible for delivering to and obtaining from Customers and returning to PFD all documentation, including, without limitation, forms, agreements, financial statements, power of attorney
More informationINVITATION TO BID for HOTMIX SURFACE TREATMENT
SALEM CITY PUBLIC WORKS DEPARTMENT 30 West 100 South Salem, Utah 84653 (801) 423-2770 INVITATION TO BID for HOTMIX SURFACE TREATMENT CLOSING DATE FOR RECEIPT OF BIDS: Wednesday, April 25, 2018 TIME: PLACE:
More informationJOINT MARKETING AND SALES REFERRAL AGREEMENT
This Referral Agreement (the Agreement) is made effective as of 2012 (the Effective Date) by and between Aerospike, Inc., a Delaware corporation, with an address at 2525 E. Charleston Road, Suite 201,
More informationNON-EXCLUSIVE LICENSE FOR USE OF SCHOOL WORDMARKS AND LOGOS
NON-EXCLUSIVE LICENSE FOR USE OF SCHOOL WORDMARKS AND LOGOS THIS LICENSE AGREEMENT (hereinafter "Agreement") is entered into by and between Greenville Independent School District, an independent school
More informationROAD USE AGREEMENT. WHEREAS, Operator intends to engage in Natural Gas Activities at various locations in the Municipality; and
ROAD USE AGREEMENT This ROAD USE AGREEMENT ( Agreement ) is entered into this day of, 2011 by and between, a municipal corporation in the State of New York having a mailing address of ( Municipality )
More informationREQUEST 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 informationROGERS CORPORATION - TERMS AND CONDITIONS OF PURCHASE
ROGERS CORPORATION - TERMS AND CONDITIONS OF PURCHASE THE FOLLOWING TERMS AND CONDITIONS, AND THOSE SPECIFIED ON THE FACE OF THIS PURCHASE ORDER, SHALL EXCLUSIVELY GOVERN THE PURCHASE OF ALL MATERIALS
More informationSPECIFICATIONS 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 informationMARKET PARTICIPANT SERVICE AGREEMENT. This MARKET PARTICIPANT SERVICE AGREEMENT is dated this day of, 2013 and is entered into by and between:
MARKET PARTICIPANT SERVICE AGREEMENT This MARKET PARTICIPANT SERVICE AGREEMENT is dated this day of, 2013 and is entered into by and between: having its registered and principal place of business located
More informationINVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date.
INVITATION TO BID The Arlington Heights Park District will receive sealed bids for: PURCHASE OF TWO ZERO- TURN LAWN MOWERS at the Park District office at 410 N. Arlington Heights Road, until 11:00 AM on
More informationCITY OF ENID RIGHT-OF-WAY AGREEMENT
CITY OF ENID RIGHT-OF-WAY AGREEMENT This Right-of-Way Agreement ( Agreement ) is entered into by and between the City of Enid, an Oklahoma Municipal Corporation, hereinafter referred to as City, and hereinafter
More informationPARK HILL SCHOOL DISTRICT NUTRITION SERVICES DEPARTMENT 8500 NW Riverpark Drive Pillar 116 Parkville, MO Phone/Fax / 4099
PARK HILL SCHOOL DISTRICT NUTRITION SERVICES DEPARTMENT 8500 NW Riverpark Drive Pillar 116 Parkville, MO 64152 Phone/Fax 816 359 4090/ 4099 Invitation for Bid 80 Quart Mixer Bid Due Date: Thursday, February
More informationEQUIPMENT CONSIGNMENT AGREEMENT. This Agreement is made and entered into as of this day of, 20, by and between ( Customer ), and ( Dealer ).
EQUIPMENT CONSIGNMENT AGREEMENT This Agreement is made and entered into as of this day of, 20, by and between ( Customer ), and ( Dealer ). In consideration of the mutual obligations and undertakings hereafter
More informationEXHIBIT A FIRE HYDRANT METER USE AGREEMENT
EXHIBIT A STATE OF TEXAS COUNTY OF DENTON TOWN OF FLOWER MOUND FIRE HYDRANT METER USE AGREEMENT This AGREEMENT is made between (hereinafter called the CONTRACTOR ) and the Town of Flower Mound, Texas,
More informationCONSIGNMENT AGREEMENT - FINE JEWELRY
CONSIGNMENT AGREEMENT Contemplating a Vendor and Retailer Relationship concerning Fine Jewelry AGREEMENT made to be effective as of, by and between, a corporation located at ("Vendor") and a corporation
More informationCITY OF WHITE HOUSE REQUEST FOR BID FOR PORTLAND ROAD LIFT STATION DRY PIT SUBMERSIBLE PUMP. August 22, 2017
CITY OF WHITE HOUSE REQUEST FOR BID FOR PORTLAND ROAD LIFT STATION DRY PIT SUBMERSIBLE PUMP August 22, 2017 105 College Street White House, Tennessee, 37188 Page 1 of 9 CITY OF WHITE HOUSE REQUEST FOR
More informationIndependent Contractor Agreement Accountant
Form: Independent Contractor Agreement Accountant Description: This is a sample form of Independent Contractor Agreement between a company and an independent accountant. The work responsibilities are set
More informationCITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING
CITY OF SPRING HILL, TENNESSEE CONTRACT DOCUMENTS & SPECIFICATIONS FOR ROAD STRIPING September 12, 2018 REQUEST FOR PROPOSALS For Road Striping City of Spring Hill, Tennessee Sealed Proposals will be received
More informationCONTRACT STATE OF SOUTH CAROLINA COUNTY OF GEORGETOWN
STATE OF SOUTH CAROLINA CONTRACT COUNTY OF GEORGETOWN THIS AGREEMENT, entered into this day of, 20 and effective immediately by and between, doing business as a (individual/partnership/corporation), with
More information2017 FOOD TRUCK AGREEMENT Between the City of Des Moines and for Food and Beverage Sales in the City of Des Moines Marina
2017 FOOD TRUCK AGREEMENT Between the City of Des Moines and for Food and Beverage Sales in the City of Des Moines Marina This is an Agreement between the City of Des Moines, a municipal corporation of
More informationAdministrative Report
ITEM NO 8 Administrative Report Council Action Date: April 14, 2015 To: From: Subject: MAYOR AND CITY COUNCIL Mike Goodson, City Manager RESOLUTION No. 7710 - A RESOLUTION OF THE CITY COUNCIL OF THE CITY
More informationPurchase Agreement TERMS AND CONDITIONS PRICES PAYMENT AND PAYMENT TERMS. Bright Ideas. Better Solutions. Benchmark is Branch Automation.
Purchase Agreement The following terms and conditions shall apply to the sale of goods or products ( goods or products ) associated with your invoice: TERMS AND CONDITIONS The obligations and rights of
More informationFORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER
FORM OF AGREEMENT BETWEEN CONSTRUCTOR AND OWNER This AGREEMENT made the Day day of MONTH in the year Two Thousand Fourteen BY AND BETWEEN CONSTRUCTOR, hereinafter called the, and the Board of Regents,
More informationAMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTES (RFQ) PURCHASE AND SALE OF ONE (1) FORKLIFT AUGUST 28, 2008
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
More informationOSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk
OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 dstevens@oswegocounty.com Daniel Stevens Tamara Allen Purchasing
More informationTERMS AND CONDITIONS OF SALE MEDICAL EQUIPMENT
FUJINON Inc. Web Version: 01 (March 1, 2011) TERMS AND CONDITIONS OF SALE MEDICAL EQUIPMENT 1. Each quotation provided by FUJINON INC. (the Seller ), together with the Terms and Conditions of Sale provided
More informationOne Technology Court, Montgomery, AL Telephone:
One Technology Court, Montgomery, AL 36116 Telephone: 334-242-4158 Ed Castile Director Don Carson Business Manager Invitation to Bid 897 Rebid - AIDT Project Support Custom Built 32 Enclosed Gooseneck
More informationASSET PURCHASE AGREEMENT
ASSET PURCHASE AGREEMENT THIS ASSET PURCHASE AGREEMENT (the Agreement ) is made this day of, 2015 ( Effective Date ) by and between ("Seller"), and ("Buyer"). The parties agree as follows: 1. Purchased
More informationKent State University FlashCard Agreement
FlashCard Agreement AGREEMENT THIS AGREEMENT, made and entered into this day of ( Effective Date ) between ("KSU"), 104 KSC, Kent, Ohio 44242 and ( Merchant ) and having a place of business at _. RECITALS:
More informationFINAL AGREEMENT FOR LAND DIVISION IMPROVEMENTS IN ACCORDANCE WITH THE TOWN OF WESTPORT CODE FOR TOWN OF WESTPORT, DANE COUNTY, WISCONSIN
FINAL AGREEMENT FOR LAND DIVISION IMPROVEMENTS IN ACCORDANCE WITH THE TOWN OF WESTPORT CODE FOR (Subdivision Name or CSM No.) (Include Phase If Applicable) TOWN OF WESTPORT, DANE COUNTY, WISCONSIN THIS
More informationIndependent Contractor Agreement Real Estate Agent
Form: Independent Contractor Agreement Real Estate Agent Description: This is a sample form of Independent Contractor Agreement between a company and an independent real estate agent. The work responsibilities
More informationFOOD TRUCK APPLICATION: FOOD TRUCK FESTIVAL AT THE MOUNT JUNE 24 th & 25th FOOD TRUCK NAME: CONTACT NAME: CONTACT PHONE NUMBER: - - CONTACT STREET:
FOOD TRUCK APPLICATION: FOOD TRUCK FESTIVAL AT THE MOUNT JUNE 24 th & 25th FOOD TRUCK NAME: CONTACT NAME: CONTACT PHONE NUMBER: - - CONTACT STREET: CITY: STATE: ZIP: CONTACT EMAIL: NATURE OF FOOD ITEMS
More informationBID INVITATION. Contract Negotiation
BID INVITATION Fuel Additives Contract Bid Due 4.7.17. BUYER / TELEPHONE Michael Etnyre / 717-831-7245 FAX: 717-986-9678 EMAIL : METNYRE@paturnpike.com PRINT NAME Vendor Number : Vendor Contact : SIGNATURE
More informationThe PTC reserves the right to reject any or all bids. PTC may terminate any resulting contract upon a thirty (30) day written notice.
BID INVITATION BUYER / TELEPHONE Michael Etnyre / 717-831-7245 FAX: 717-986-9678 EMAIL : METNYRE@paturnpike.com PRINT NAME Vendor Number : Vendor Contact : SIGNATURE TELEPHONE FAX EMAIL QUOTATIONS ARE
More information! DOCUMENT ID: PH-2016SEP22
PHOTOGRAPHY SERVICE AGREEMENT This Photography Service Agreement (the Agreement ) is made by and between the homecoin website user (the User ), the photographer (the Photographer ) selected to take the
More informationCITY OF SPRING HILL, TENNESSEE
CITY OF SPRING HILL, TENNESSEE REQUEST FOR PROPOSALS Smith & Wesson 9mm Semi-Automatic Handguns, Full Size and Shield with trade-in allowance for current department issued Glock.40 Caliber Handguns. Sealed
More informationCONTRACT FOR ROOF REMOVAL AND REPLACEMENT - Milford Middle School
CONTRACT FOR ROOF REMOVAL AND REPLACEMENT - Milford Middle School THIS AGREEMENT made this day of, 2013 between the Milford School District, a New Hampshire school district having a usual place of business
More informationMASTER PURCHASE AGREEMENT
MASTER PURCHASE AGREEMENT This Master Purchase Agreement dated as of January 6, 2003 is by and between the County of Allegheny ( County ) and Zep Manufacturing Company, a division of Acuity Specialty Products
More informationWILLIAM MARSH RICE UNIVERSITY SPONSORED COURSE AGREEMENT. Comp 410/539. Agreement No.
WILLIAM MARSH RICE UNIVERSITY SPONSORED COURSE AGREEMENT Comp 410/539 Agreement No. THIS SPONSORED COURSE AGREEMENT, dated as of ( Agreement ), is made and entered into by and between with a principal
More informationSTANDARD TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES
. DEFINITIONS: In this document the following words shall have the following meanings: 1.1 "Agreement" means these Terms and Conditions; 1.2 "Customer" means the organisation or person who purchases goods
More informationEXHIBIT CONSTRUCTION CONTRACT BOND
Bond Number: Bond Number: EXHIBIT CONSTRUCTION CONTRACT BOND This Agreement made the day of, 20, between, a corporation organized and existing under the laws of the State of Florida, with its principal
More informationCITY OF IOWA CITY 410 E. Washington St., Iowa City, Iowa
Bid #16-241, Page 1 CITY OF IOWA CITY 410 E. Washington St., Iowa City, Iowa 52240-1826 319-356-5000 REQUEST FOR BID THIS IS NOT AN ORDER STATE BELOW THE PRICE AND DELIVERY FOR ITEMS DESCRIBED HEREIN,
More informationMEMO Reynolds Street, Suite 200, Brunswick, GA Phone: /Fax: Date: May 31, 2012
MEMO COMMUNITY Jachens DEVELOPMENT Land Surveying, DEPARTMENT Inc. P.O. Box 1720 Hinesville, GA 31310-8720 Phone - 912.572.3395 1725 Reynolds Street, Suite 200, Brunswick, GA 31520 Phone: 912-554-7428/Fax:
More informationTOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT
TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT 06045-0191 CONTRACT PROPOSAL FOR WATER SLIDE FOR WADDELL POOL RFP 15/16-87 DATE OF RFP OPENING: MAY
More informationCITY OF PROSSER REQUEST FOR PROPOSAL. To Provide. On Call Electrical Services. Located at: TH STREET PROSSER, WASHINGTON 99350
CITY OF PROSSER REQUEST FOR PROPOSAL To Provide On Call Electrical Services Located at: 601 7 TH STREET PROSSER, WASHINGTON 99350 Instructions To Contractors, Pricing Forms, Business Questionnaire, Agreement,
More information