PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

Size: px
Start display at page:

Download "PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:"

Transcription

1 PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax: December 8, 2011 Ladies and Gentlemen: The City of Peachtree City will be accepting sealed bids from authorized distributors and installers for the purchase and/or installation of aftermarket accessories for nine (9) 2012 Chevrolet Caprice PPV vehicles. Bids will be received by Angela Egan, Purchasing Agent, at City Hall, 151 Willowbend Road, Peachtree City, Georgia until 11:00 a.m. Thursday, January 12, 2012 at which time and place the bids will be opened and read aloud. Bids received after the set time will not be considered. All bids must strictly conform to the bid specifications. Specifications and bid forms are available on the City s web site at Bids are to be submitted in a sealed envelope, with the name of the bid (Accessories #12-119BPD) clearly marked on the front. The date and time of the opening are also to be included, along with the name of the company submitting the bid. The bid made by any company or firm must be signed in the name of such company or firm in a legal manner by a duly authorized officer; and the principal place of business must be shown (no post office boxes). No bids may be withdrawn for a period of ninety (90) days after the scheduled time to receive the bids. Any request for clarification must be submitted in writing (hand delivery, , fax, or regular mail) to the Purchasing Agent by the close of business, five business days prior to the submission of bids. Any clarification issued will be in the form of an addendum to the bids instructions, plans, or specifications not later than seventy-two (72) hours prior to the time of submission of bids. Any addendums will also be placed on the City s website at It is the bidder s ultimate responsibility to ensure that they have all applicable addenda prior to bid submittal. This may be accomplished via contact with the Purchasing Agent or by visiting the City s website prior to bid submittal. The City reserves the right to bid a project in phases and award the contract on the phases it deems to be in the City s best interest. The City will choose the lowest, best, responsible or responsive bidder(s). The City will exercise its discretion in awarding the contract to the bidder(s) who best satisfies the needs of the City. The City reserves the right to negotiate with the firm awarded the contract, after the contract is signed. The City also reserves the right to reject any and all bids and to waive any and all irregularities. Bids will not be accepted from any person, firm, or corporation who is in arrears in any debt or obligation to the City of Peachtree City or any other governmental entity. Sincerely, Angela Egan Purchasing Agent ARE/BID- # BPD ACCESSORIES Attachment

2 SPECIFICATIONS BID # BPD 2012 CHEVROLET CAPRICE PPV AFTERMARKET ACCESSORIES AND INSTALLATION Specifications cover the purchase and/or installation of aftermarket accessories for nine (9) 2012 Chevrolet Caprice PPV vehicles. The City expects to purchase a total of nine (9) police pursuit vehicles from a Chevrolet dealer. All vehicles shall be delivered to installer provided the physical location for delivery is within a thirty (30) mile radius. Bidder shall include all necessary transportation costs to have vehicles delivered to installation site if location is outside this area. Bidders price shall also include all transportation costs to deliver vehicles to the City s Public Works Facility after installation is complete. SPECIFICATIONS FOR 2012 CHEVROLET CAPRICE PPV VEHICLES ALL AFTERMARKET AND/OR ADDITIONAL EQUIPMENT SHALL BE WIRED TO THE VEHICLES AUXILIARY BATTERY UTILIZING THE PDU42W-S (D&R ELECTRONICS POWER DISTRIBUTION UNIT) EXCLUSIVELY UNLESS PERMISSION TO DEVIATE IS OBTAINED FROM THE CITY S PURCHASING AGENT (VIA THE POLICE DEPARTMENT AND THE CITY FLEET MANAGER) WITH DETAILED INFORMATION AS TO WHY THE CHANGES ARE REQUIRED. REQUIREMENTS PURCHASE & INSTALL WHELEN LIBERTY SERIES LIGHTBAR* WHELEN LEDS (WHITE) VERTEX QTY 4 LIGHTING DESCRIPTION/PART NUMBER QTY 1 - SZ8JJJJ* QTY 1 SXTDLED* QTY 4 SLZJ* QTY 1 SPX33000* QTY 1 SPALF1* QTY 1 MKEZ81* *see attached configuration worksheet VTX609W WHELEN SPLIT LEDS (RED/BLUE) VERTEX QTY 4 WHELEN TRUNK LIGHT (BLUE) AND BRACKET *trunk lights only to be on when light bar has been activated VTX609J TIR3 RSB02ZCR (2/CAR) RBKT4 TRUNK MOUNT BRACKETS (1 SET) WHELEN WIDE ANGLE SUPER LED (RED/BLUE) W/ BLACK HOUSING QTY 4 WIONJ WHELEN PAR-46 SUPER LED SPOTLIGHT REPLACMENT WHELEN HEADLIGHT FLASHER WIG-WAG WHELEN CENCOM GOLD WHELEN 20 MIC EXTENSION WHELEN TRIM RING FOR CENCOM P46SLC SSFPOSI6 CCSRN2 CCMICX20 CCTRIM WHELEN SIREN SPEAKER AND BRACKET WHELEN HOWLER AND BRACKET SIREN SA315P/SAK45 HOWLER, HWLCC11

3 KUSTOM RADAR WITH DASH MOUNT RADAR EQUIPMENT RAPTOR RP1, DUAL KA-BAND ANTENNA, SAME DIRECTION MOVING MODE, WIRED REMOTE, SEPARABLE DISPLAY PRO-GARD A SERIES PRISONER TRANSPORT PARTITION; POLY SLIDER WINDOW W/ EXPANDED METAL INSERT PRO-GARD - RECESSED PANEL (SPACE SAVER) PRO-GARD - PAIR, 20, BUCKET SEAT EXTENSION PANELS PRO-GARD REAR TRANSPORT SEAT, GREY ABS CONTOURED SEAT, PADDED BACK PRO-GARD ABS FLOOR PAN PRO-GARD PAIR, ¼ POLY WINDOW BARRIER, FOR USE WITH O.E.M. DOOR PANELS PRO-GARD PUSHBUMPER, BLK POWDER COATED STEEL STANDARD PUSH BUMPER P5314CC11A RP53CC11 SP53BSCC11 SCS53CC11 FP53CC11 WBP53NCC11 PB53CC11 PRO-GARD VERTICAL SPACE SAVER WEAPON 7200 SERIES FOR REMINGTON 870 MOUNT & SIG 516 RIFLE, HANDCUFF KEY PRO-GARD TRUNK ORGANIZER HAVIS SHIELD FULL WIDTH SLIDE OUT TRUNK TRAY HAVIS SHIELD EQUIPMENT CONSOLE, 14 LOW PROFILE, CAPRICE HAVIS TOP MOUNT ARM REST HAVIS 5.5 HEAVY DUTY TELESCOPING POLE HAVIS SWING ARM W/ MOTION ADAPTER HAVIS UNIVERSAL LAPTOP MOUNT TO53CC11 C-TTB-CAPR-1 C-VS-1400LP-CAPR-1 C-ARM-103 C-HDM-201 C-MD-102 UT-X HAVIS SHIELD EQUIPMENT PLATES & FILLERS C-EB25-CDR-1P (MOTOROLA CDM1250) 3 C-EB25-XTL-1P (MOTOROLA XTL2500) 2.5 C-EB40-CCS-1P (WHELEN CENCOM) 4 C-CUP2-I (INTERNAL CUP HOLDER) 4 C-FP-05 (0.5 FILLER PLATE) HAVIS EXTERNAL MOUNT MAPLIGHT HAVIS MIC CLIP BRACKET (QTY 3) STREAMLIGHT FLASHLIGHT STOP STICKS FIRE EXTINGUISHER W/ C-ML-MCB C-MCB SL-20XP LED 3 EACH - 3 W/SLEEVE, REEL AND TRUNK MOUNT 10 LB. CLASS A, B, C

4 VERTICAL MOUNTING BRACKET 18 ORANGE REFLECTIVE CONES, 5 PER CAR MEET MUTCD REQUIREMENTS SAFE T CONNECT JUMPER CABLES SELECTABLE PASSENGER AIRBAG DEACTIVATION SWITCH D&R ELECTRONICS POWER DISTRIBUTION UNIT WITH WATCH DOG D&R ELECTRONICS DUAL 12 V OUTLET POWER ACCESSORY CLORE AC-STC254 PRO-GARD/AOI passenger side only PDU42W-S CA-0101 TREMCO ANTI-THEFT DEVICE CAPRICE 2012 THOR 1000W POWER INVERTER TH MHZ 3 DB GAIN ANTENNA BLACK VHF 5 DB GAIN WHIP ANTENNA VHF MOTOROLA RADIO STATEBAND (PROGRAMMING LIST TO BE PROVIDED) BLACK CDM1250 (AAM25KKD9AA2N) WITH REMOTE MOUNT KIT REQUIREMENTS INSTALLATION ONLY MOTOROLA RADIO 800MHZ INSTALLATION OF VIDEO SYSTEM RADIO DESCRIPTION/PART NUMBER M20URS9PW1 N COBAN TECH EDGE VIDEO SYSTEM WITH REAR CAMERA, CRASH SENSOR, WIRELESS DOWNLOAD ANTENNA, and GPS. REQUIRES COBAN INSTALLATION CERTIFICATION ALL BASIC REQUIREMENTS SHALL BE INSTALLED BY CERTIFIED TECHNICIAN(S)/SPECIALIST(S) AND A CERTIFIED ELECTRICAL TECHNICIAN/SHOP TO MAINTAIN ALL WARRANTIES ON THE EQUIPMENT INSTALLED. CERTIFICATES OF STATUS SHALL BE CURRENT AND COPIES OF SAID CERTIFICATES SHALL BE INCLUDED IN BID PACKAGE AS WELL AS FINAL DELIVERY PAPERWORK PRIOR TO TAKING CUSTODY OF THE VEHICLES. ABSOLUTELY NO DEVIATION FROM THESE BID SPECIFICATIONS MAY BE MADE WITHOUT THE EXPRESS WRITTEN PERMISSION OF THE PURCHASING AGENT. ALL LEFT OVER, UNUSED OR SPARE/EXTRA, INSTALLATION EQUIPMENT, PARTS, RESIDUAL PAPERWORK, INSTALLATION GUIDES, LABELS, LENSES, AND/OR MATERIALS PURCHASED THROUGH THIS BID, OR FROM MONIES PROVIDED BY THE CITY FOR THE PURCHASE OF EQUIPMENT, SHALL BE DEEMED TO BE THE PROPERTY OF THE CITY OF PEACHTREE CITY AND SHALL BE TRANFERRED TO THE CITY OF PEACHTREE CITY AT THE TIME OF DELIVERY OF THE VEHICLES. THIS SHALL INCLUDE, BUT NOT BE LIMITED TO EXTRA STOP STICKS, SPOTLIGHT BULBS, LED UNITS, ANTENNAS, CHARGERS, OWNER S MANUALS, ETC. ANY QUESTIONS, PROBLEMS, OR CONCERNS, NO MATTER HOW SEEMINGLY INSIGNIFICANT, MUST BE ADDRESSED IN WRITING AND A WRITTEN RESPONSE PROVIDED BY THE CITY BEFORE MODIFYING OR CHANGING ANY PART DESCRIBED, OR ANY INSTALLTION AS DESIGNATED IN THIS BID. ALL

5 FUSES, CABLES, WIRES AND RELAYS SHALL BE LABELED AND COLOR CODED TO DENOTE THE USE FOR EACH WIRE. THIS SHALL BE REFLECTED ON THE EVTM AND WIRING SCHEMATIC/DIAGRAM. WARRANTY WORK SHALL BE COMPLETED AT THE POLICE DEPARTMENT, PUBLIC WORKS, OR OTHER LOCATION APPROVED BY THE CITY. AN ATTEMPT TO REPAIR OR CORRECT WARRANTY ISSUES SHALL BE MADE WITHIN 3 BUSINESS DAYS AFTER NOTIFICATION. All installation work must have a one year warranty on labor.

6 BID TENDER FORM BID # BPD 2012 CHEVROLET CAPRICE PPV AFTERMARKET ACCESSORIES AND INSTALLATION SUBMITTED BY: NAME OF FIRM: PHONE: BIDDER S NAME: FAX: ADDRESS: AUTHORIZED SIGNATURE: CELL: This bid covers the purchase and/or installation of aftermarket accessories for NINE (9) 2012 CHEVROLET CAPRICE PPV. VENDOR INFORMATION: Bidders shall indicate EXACTLY what they are offering in each one of the following blanks in the "BIDDER'S RESPONSE" column. If this is not done, or it is incomplete, YOUR BID WILL NOT BE CONSIDERED FOR AWARD. DO NOT USE COMPLY", "OK", "YES", "SAME", an "X", a "V" CHECKMARK or a (") DITTO MARK. SUPPORTING DATA: Bidders must furnish catalog pages, specification sheets, or similar data to support statements made in BIDDER'S RESPONSE column. Failure to furnish required data, MAY BE CONSIDERED AS CAUSE FOR REJECTION OF BID CHEVROLET CAPRICE PPV VEHICLE ACCESSORIES REQUIREMENTS DESCRIPTION/PART NUMBER BIDDER'S RESPONSE PURCHASE & INSTALL WHELEN LIBERTY SERIES QTY 1 - SZ8JJJJ* LIGHTBAR QTY 4 SLZJ* QTY 1 SXTDLED* QTY 1 SPX33000* QTY 1 SPALF1* QTY 1 MKEZ81* *see attached configuration worksheet WHELEN CORNER LEDS (WHITE) VERTEX QTY 4 WHELEN SPLIT LEDS (RED/BLUE) VERTEX- QTY 4 VTX609W VTX609J WHELEN TRUNK LIGHT* TIR3, RSB02ZCR, BLUE (2/CAR) *trunk lights only to be on when RBKT4, TRUNK MOUNT lightbar has been activated BRACKETS (1 SET) WHELEN WIDE ANGLE SUPER WIONJ (RED/BLUE) W/ BLACK HOUSING - QTY 4 WHELEN LED SPOTLIGHT REPLACMENT P46SLC

7 PAGE 2 OF 4 WHELEN HEADLIGHT FLASHER WIG WAG SSFPOS16 WHELEN CENCOM GOLD CCSRN2 WHELEN 20 MIC EXTENSION CCMICX20 WHELEN TRIM RING FOR CENCOM CCTRIM WHELEN SIREN SPEAKER AND BRACKET SA315/SAK45 WHELEN HOWLER SIREN AND BRACKET HOWLER, HWLCC11 KUSTOM RADAR WITH DASH BRACKET RAPTOR RP1, DUAL KA-BAND ANTENNA, SAME DIRECTION MOVING MODE, WIRED REMOTE, SEPARABLE DISPLAY PRO-GARD 5300A SERIES P5314CC11A, POLY-SLIDER PRISONER TRANSPORT WINDOW W/ EXPANDED PARTITION METAL INSERT PRO-GARD RECESSED PANEL RP53CC11 (SPACE SAVER) PRO-GARD PAIR 20, BUCKET SEAT EXTENSION PANELS SP53BSCC11 PRO-GARD REAR TRANSPORT SCS53CC11, COUNTOURED SEAT SEAT PADDED BACK PRO-GARD ABS FLOOR PAN FP53CC11 PRO-GARD ¼ POLY WINDOW WBP53NPCC11 BARRIER FOR USE W/ OEM DOOR PANELS PRO-GARD PUSH BUMPER PB53CC11, BLK POWDER COATED, STEEL STANDARD PRO-GARD VERTICAL SPACE 7200 SERIES FOR REMINGTON 870 SAVER WEAPON MOUNT (PISTOL GRIP, SIDE SADDLE) & SIG 516 RIFLE, W/ HANDCUFF KEY PRO-GARD TRUNK ORGANIZER TO53CC11 HAVIS SHIELD FULL WIDTH EQUIPMENT TRAY C-TTB-CAPR-1 HAVIS SHIELD EQUIPMENT C-VS-1400LP-CAPR-1, 14 CONSOLE LOW PROFILE HAVIS TOP MOUNT ARM REST C-ARM-103 HAVIS 5.5 HD TELESCOPING POLE C-HDM-201 HAVIS SWING ARM W/MOTION ADAPTER C-MD-102

8 PAGE 3 OF 4 HAVIS UNIVERSAL LAPTOP MOUNT UT-X HAVIS SHIELD EQUIP PLATES C-EB25-CDR-1P (CDM1250) C-EB25-XTL-1P (XTL2500) C-EB40-CCS-1P (CENCOM) C-CUP2-I (INTERNAL CUP HOLDER) C-FP-05 (0.5 FILLER) HAVIS SHIELD MAPLIGHT C-ML-MCB, EXTERNAL MOUNT HAVIS SHIELD DUAL MIC CLIP C-MCB (QTY 3) STREAMLIGHT FLASHLIGHT SL-20XP LED STOP STICKS FIRE EXTINGUISHER W/ VERTICAL MOUNTING BRACKET 3 EACH - 3 W/SLEEVE, REEL AND TRUNK MOUNT 10 LB. CLASS A, B, C 18 ORANGE REFLECTIVE CONES 5 PER CAR, MEET MUTCD REQUIREMENTS SAFE T CONNECT JUMPER CALBES CLORE AC-STC254 SELECTABLE AIRBAG DEACTIVATION SWITCH A.O.I./PRO-GARD PASSENGER SIDE ONLY POWER DISTRIBUTION UNIT D&R ELECTRONICS WITH WATCH DOG PDU42W-S DUAL 12 V POWER OUTLET CA-0101, D&R ELECTRONICS ANTI-THEFT DEVICE TREMCO CAPRICE 2012 POWER INVERTER* THOR 1000W, TH MHZ 3 DB GAIN ANTENNA BLACK VHF 5 DB GAIN WHIP ANTENNA BLACK VHF MOTOROLA RADIO STATEBAND (PROGRAMMING LIST TO BE PROVIDED) WITH REMOTE MOUNT KIT AAM25KKD9AA2N (CDM1250) *CITY STAFF TO ADVISE PLACEMENT OF ALL EQUIPMENT INSTALLATION ONLY MOTOROLA RADIO 800MHZ M21URM9W2AN (XTL2500) THE CITY WILL PROVIDE TO INSTALLER. DO NOT INCLUDE PURCHASE PRICE IN BID. CITY TO SUPPLY NEW. *CITY STAFF TO ADVISE PLACEMENT INSTALLATION OF VIDEO SYSTEM COBAN TECHNOLOGIES, TO BE COORDINATED WITH PROJECT MANAGER

9 DELIVERY DATE: PAYMENT: THIRTY (30) DAYS FROM DATE OF VEHICLE DELIVERY UPON DELIVERY OF ALL COMPLETE VEHICLES (NO PARTIAL PAYMENTS!) PAGE 4 OF 4 WARRANTY PARTS: ONE YEAR WARRANTY LABOR: ONE YEAR Including Addenda, the undersigned, having become thoroughly familiar with the terms and conditions affecting the performance and costs of the work, and having fully read and understood all bid documents, graphics, photographs and attachments and all particulars, hereby proposes and agrees to fully perform the work within calendar days and in strict accordance with the Contract Documents, including furnishing any and all labor and materials, and to do all of the work in accordance with the Contract Documents for the following sum of: BASE BID (DELIVERED) PER CAPRICE: EXTENDED BASE BID (DELIVERED) CAPRICE: (QTY 9) $ $

10 BID CONDITIONS 1. CERTIFICATION. The Bidder hereby certifies that they have carefully examined all of the applicable Bid/Contract Documents for the material or service specified herein, understands the nature and scope of the work to be done, and that their Bid is based upon the terms, specifications, requirements and conditions. The Bidder further agrees that the performance time specified is a reasonable time. By their signature on the response to the bid or the bid Response Form, the Bidder certifies that their Bid is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a Bid for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud, so that all Bids for the purchase will result from free, open and competitive bidding among all vendors. Further, the Bidder certifies that they understand collusive bidding/proposing is a violation of Federal law and can result in fines, prison sentences, and civil damage awards. The Bidder further certifies that they are authorized to sign this Bid for the Bidder. 2. CONFLICT OF INTEREST. By submission of a bid, the Bidder agrees that at the time of submittal, they: (1) have no interest (including financial benefit, commission, finder s fee, or any other remuneration) and shall not acquire any interest, either direct or indirect, that would conflict in any manner or degree with the performance of Bidder s services, or (2) will not benefit from an award resulting in a Conflict of Interest. A Conflict of Interest shall include employment or elected office with Peachtree City or any of its component units. Bidders shall identify any interests, and the individuals involved, on separate paper with the response and shall understand that Peachtree City, at the discretion of the Purchasing Director in consultation with legal counsel, may reject their bid. 3. REBATES TO PEACHTREE CITY EMPLOYEES. Any employee or any official of the Peachtree City or any of its component units, elective or appointive, who shall take, receive or offer to take or receive, either directly or indirectly, any rebate, percentage of contract, money or other things of value, as in inducement or intended inducement, in the procurement of business, or the giving of business for, or to, or from, any person, partnership, firm or corporation, offering, bidding for, or in open market seeking to make sales to Peachtree City shall be deemed guilty of a felony and upon conviction such person or persons shall be subject to punishment or a fine in accordance with State and/or Federal laws. 4. BIDDER S OFFER. The Bidder responding offers to furnish all materials, labor, supplies, equipment and incidentals necessary to provide the equipment/materials/services described herein and in any applicable related documents (e.g., Notification of Solicitation, Request for Information, Addenda, Contract, Bonds, Insurance, Plans, etc.). It shall be understood that the Bidder's sureties and insurers are subject to the approval of the City of Peachtree City. 5. DISCUSSION WITH BIDDERS. Peachtree City may award a purchase contract, based on initial offers received, without discussion of such offers. A Bidder s initial offer should therefore be based on the most favorable terms available from a price and technical standpoint. Peachtree City may, however, have discussion with those Bidders that it deems in its discretion to fall within a competitive range. It may also request best and final offers from such Bidders, and make an award and/or conduct negotiations thereafter. The Peachtree City reserves the right to negotiate separately with any Bidder after the closing of this Bid when such action is considered in its best interest. Subsequent negotiations may be conducted, but such negotiations will not constitute acceptance, rejection, or a counteroffer on the part of Peachtree City. 6. CONTACTING PEACHTREE CITY PERSONNEL. Bidders shall make NO CONTACTS - either written or verbal - with any Peachtree City employee or elected official, with the exception of the Purchasing Agent, during the period beginning with the issuance of this document through approval of award unless authorized herein. Any attempt by a vendor/bidder to influence a member or members of the aforementioned may be grounds to disqualify the Bidder from participation in the selection process of this Bid. 7. RESPONSE SUBMITTAL. Return your signed Bid in a sealed envelope, marked with the Bidder name, Bid number, and Bid closing time and date. Bids shall be returned to the Purchasing Agent, Peachtree City, 151 Willowbend Road, Peachtree City, GA 30269, on or before the date and time specified. The time of receipt shall be determined by the clock in the City Hall lobby. Late Bids will not be accepted. A Public Bid opening will be held at the date and time stated in the bid or RFP. Peachtree City will not be held responsible for the failure of any mail/delivery service (e.g., U.S. Mail, hand-delivered, UPS, Federal Express, or other express mail delivery services) to deliver a Bid response prior to the stated Bid due date and time. 8. FACSIMILE RESPONSES. Peachtree City will NOT accept responses transmitted via facsimile unless stated to the contrary within this document. 9. PEACHTREE CITY RIGHTS. If determined to be in its best interest, the Peachtree City reserves the right to: (1) reject any Bid, if determined to be non-responsive in any form to this and/or related documents, (2) reject all Bids, (3) to accept any item or items in the Bids, and, (4) to waive any irregularity in the Bids.

11 10. SAMPLES. It shall be understood that ownership of all data, materials, and documentation prepared for and submitted to Peachtree City in response to this Bids shall belong exclusively to Peachtree City and will be considered a record prepared and maintained or received in the course of operations of a public office or agency and subject to public inspection in accordance with the Georgia Open Records Act, Official Code Annotated, Section , et.seq., unless otherwise provided by law. 11. BIDDER EXPENSES. Peachtree City will not be responsible for any expenses incurred by any Bidder in the development of a response to this Request for Bid including any onsite (or otherwise) interviews and/or presentations, and/or supplemental information provided, submitted, or given to Peachtree City and/or its representatives. Further, Peachtree City shall reserve the right to cancel the work described herein prior to issuance and acceptance of any contractual agreement/purchase order by the recommended Bidder even if the City has formally accepted a recommendation. 12. LOWEST RESPONSIBLE BIDDER. Peachtree City interprets the term "lowest responsible Bidder" as requiring the Peachtree City to determine which Bid is most suitable for its intended use or purpose. The Peachtree City can determine any differences or variations in the quality or character of the material, goods, wares, or services performed or provided by the respective Bidders. If there is any variance or conflict, the Bid specifications or requirements shall control. 13. PURCHASE ORDER. A purchase order constitutes the Peachtree City s offer to the Bidder upon the terms and conditions stated herein, and shall become a binding contract on the terms set forth herein when it is accepted either by acknowledgment or performance. Peachtree City will issue a purchase order/contract for the acquisition of products/services specified as a result of an award made in reference to this document. Contract documents shall be subject to any regulations governed by the laws of the State of Georgia and any local resolutions specifically applicable to the purchase. Any dispute arising out of the contract documents or their interpretation shall be litigated only within the courts of the State of Georgia. Contracts entered into on the basis of submitted Bids are revocable if contrary to applicable law. 14. CONTRACTS. If applicable, the Bidder agrees to execute and deliver to Peachtree City a contract in accordance with the Contract Documents (if applicable) within ten days of notice of the award to the Bidder. The Bidder agrees that the surety/deposit given concurrently herewith shall become the property of Peachtree City in the event the Bidder fails to execute and deliver such contract within the specified time. In the further event of such failure, the Bidder shall be liable for Peachtree City s actual damages that exceed the amount of the surety 15. TAXPAYER IDENTIFICATION NUMBER. A valid federal tax identification number must be provided to the Peachtree City before any purchase orders can be issued and/or payments can be made. 16. TERMINATION. If the Bidder refuses or fails to make delivery of the services within the times specified herein or in the purchase order or contract, Peachtree City may, by written notice, terminate the purchase order OR contract.

12

13

14 Compliance with Georgia Security & Immigration Compliance Act of 2006 Required for all vendors providing the City with a service House Bill 2, Section 1 (b)(1) No public employer shall enter into a contract pursuant to this chapter for the physical performance of services within this state unless the contractor registers and participates in the federal work authorization program to verify information of all newly hired employees or subcontractors. Before a bid for any such service is considered by a public employer, the bid shall include a signed, notarized affidavit from the contractor attesting to the following: (A) The affiant has registered with and is authorized to use the federal work authorization program; (B) The user identification number and date of authorization for the affiant; and (C) The affiant is using and will continue to use the federal work authorization program throughout the contract period. An affidavit required by this subsection shall be considered an open public record once a public employer has entered into a contract for services; provided, however, that any information protected from public disclosure by federal law shall be redacted. The website address for Homeland Security registration is: (Please note: https is correct.) Sample forms are attached. Change Order Form In addition successful bidder will be required to comply with the City s change order procedures for any deviations, also see attached.

15 CONTRACTOR AFFIDAVIT AND AGREEMENT CITY OF PEACHTREE CITY The City of Peachtree City and Contractor agree that compliance with the requirements of the Immigration Reform and Control Act of 1986 (IRCA), P.L and O.C.G.A and Rule of the Rules of the Georgia Department of Labor (the Acts) is a condition of this Agreement for the physical performance of services. By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A , stating affirmatively that the individual, firm, or corporation which is contracting with The City of Peachtree City has registered with and is participating in a federal work authorization program known as E-verify (web address operated by the United States Citizenship and Immigration Services Bureau of the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act of 1986 (IRCA), P.L ], in accordance with the applicability provisions and deadlines established in O.C.G.A The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with the physical performance of services pursuant to this contract with The City of Peachtree City, contractor will secure from such subcontractor(s) similar verification of compliance with O.C.G.A on the Subcontractor Affidavit provided in Rule or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to The City of Peachtree City at the time the subcontractor(s) is retained to perform such service. EEV / Basic Pilot Program* User Identification Number BY: Authorized Signature Officer or Agent (Contractor Name) Date Registered Date Title of Authorized Officer or Agent of Contractor Printed Name of Firm Printed Name of Authorized Officer or Agent Subscribed and sworn before me on this the day of, 20 My Commission Expires: Notary Public Signature As of the effective date of O.C.G.A , the applicable federal work authorization program is the EEV / Basic Pilot Program operated by the U. S. Citizenship and Immigration Services Bureau of the U.S. Department of Homeland Security, in conjunction with the Social Security Administration (SSA). (End of Form)

16 CITY OF PEACHTREE CITY 151 WILLOWBEND ROAD PEACHTREE CITY, GEORGIA CHANGE ORDER# NEW PURCHASE ORDER # DATE PROJECT KNOWN AS: TO: (CONTRACTOR) In accordance with the terms of your contract with the City of Peachtree City, you are hereby directed to comply with the change of plans and/or specifications described herein. The contract price is hereby increased/decreased/no change by $ because of such change. The total adjusted contract price to date thereby is $. The time provided for contract completion in the contract is /unchanged. This document shall become an amendment to the contract and all provision of the contract shall apply hereto. Description of Change: (Be very specific.) The above-described change in plans and/or specifications is necessary for the following reasons: (Be very specific.) Accepted by Contractor By: Title: APPROVED: $ ORIGINAL CONTRACT AMOUNT $ TOTAL PREVIOUS CONTRACT CHANGES $ TOTAL BEFORE THIS CHANGE ORDER $ AMOUNT OF THIS ORDER $ REVISED CONTRACT AMOUNT Project Manager Division Director/Chief Purchasing Agent Finance Director City Manager PUR - 4/2008

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax: PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org December 6, 2017 Ladies and Gentlemen: The City of Peachtree City will be

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

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax: PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org December 6, 2017 Ladies and Gentlemen: The City of Peachtree City will be

More information

CITY OF PEACHTREE CITY RFP # PPW TOWABLE, ARTICULATING BOOM LIFT ADDENDUM #1

CITY OF PEACHTREE CITY RFP # PPW TOWABLE, ARTICULATING BOOM LIFT 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 PEACHTREE CITY RFP # 13-128PPW TOWABLE, ARTICULATING BOOM LIFT ADDENDUM

More information

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax:

PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA Phone: Fax: PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org October 28, 2016 Ladies and Gentlemen: The City of Peachtree City will be

More information

CITY OF PEACHTREE CITY UNIFORM SERVICES

CITY OF PEACHTREE CITY UNIFORM SERVICES PURCHASING DEPARTMENT 151 Willowbend Road Peachtree City, GA 30269 Phone: 770-487-7657 Fax: 770-631-2505 www.peachtree-city.org CITY OF PEACHTREE CITY UNIFORM SERVICES ADDENDUM #1 The following questions

More information

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

Invitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI Invitation for Bid. 28475 Caustic Soda 50% T. F. Green Airport, Warwick, RI August 27, 2018 The Rhode Island Airport Corporation (RIAC) is seeking bids to provide, on an as-needed basis approximately nine

More information

CITY OF SPRING HILL, TENNESSEE REQUEST FOR PROPOSAL FOR

CITY OF SPRING HILL, TENNESSEE REQUEST FOR PROPOSAL FOR CITY OF SPRING HILL, TENNESSEE REQUEST FOR PROPOSAL FOR EQUIPMENT FOR TWO (2) 2014 CHEVROLET IMPALA PURSUIT DETECTIVE VEHICLES, RFP # 2013 08-29 / POLICE DEPARTMENT Sealed Proposals will be received by

More information

REQUEST FOR QUOTATION For Purchase and Installation of a SMART board System

REQUEST FOR QUOTATION For Purchase and Installation of a SMART board System REQUEST FOR QUOTATION For Purchase and Installation of a SMART board System QUOTE NUMBER: 12-0056-6 The Number Must Appear On All Quotations and Related Correspondence. Quotation must be received NO LATER

More information

REQUEST FOR QUOTATION For Uniterruptible Power Supply Battery Repalcement and Service

REQUEST FOR QUOTATION For Uniterruptible Power Supply Battery Repalcement and Service REQUEST FOR QUOTATION For Uniterruptible Power Supply Battery Repalcement and Service QUOTE NUMBER: 15-0018-6 The Number Must Appear On All Quotations and Related Correspondence. Quotation must be received

More information

CITY OF SPRING HILL, TENNESSEE REQUEST FOR PROPOSAL FOR

CITY OF SPRING HILL, TENNESSEE REQUEST FOR PROPOSAL FOR CITY OF SPRING HILL, TENNESSEE REQUEST FOR PROPOSAL FOR EQUIPMENT FOR NINE (9) 2014 CHEVROLET IMPALA PURSUIT PATROL VEHICLES, RFP # 2013-08-29 / POLICE DEPARTMENT Sealed Proposals will be received by the

More information

REQUEST FOR QUOTATION FOR BATTERIES FOR VOTING MACHINES FOR CHATHAM COUNTY

REQUEST FOR QUOTATION FOR BATTERIES FOR VOTING MACHINES FOR CHATHAM COUNTY REQUEST FOR QUOTATION FOR BATTERIES FOR VOTING MACHINES FOR CHATHAM COUNTY QUOTE NUMBER: 14-0054-5 The Number Must Appear On All Quotations and Related Correspondence. Quotation must be received NOT LATER

More information

The Number Must Appear On All Quotations and Related Correspondence.

The Number Must Appear On All Quotations and Related Correspondence. REQUEST FOR QUOTATION ENGINEERING SERVICES FOR REMOVAL/REPLACEMENT OF BOILERS AND HOT WATER PUMPS AT THE CHATHAM COUNTY DETENTION CENTER QUOTE NUMBER: 15-0081-7 The Number Must Appear On All Quotations

More information

REQUEST FOR PROPOSAL(S) FOR THE CITY OF MT. JULIET, TN

REQUEST FOR PROPOSAL(S) FOR THE CITY OF MT. JULIET, TN REQUEST FOR PROPOSAL(S) FOR THE CITY OF MT. JULIET, TN Request for Quote to Purchase Emergency Vehicle Equipment Issued By: City of Mt. Juliet, TN 2425 N. Mt. Juliet Rd. (615) 754-2554 Date of Issue: July

More information

REQUEST FOR QUOTATION For Muster Room Classroom Tables for the Chatham County Detention Center

REQUEST FOR QUOTATION For Muster Room Classroom Tables for the Chatham County Detention Center REQUEST FOR QUOTATION For Muster Room Classroom Tables for the Chatham County Detention Center QUOTE NUMBER: 12-0036-3 The Number Must Appear On All Quotations and Related Correspondence. Quotation must

More information

REQUEST FOR QUOTATION For Purchase and Installation of an Interactive Projector/Whiteboard System

REQUEST FOR QUOTATION For Purchase and Installation of an Interactive Projector/Whiteboard System REQUEST FOR QUOTATION For Purchase and Installation of an Interactive Projector/Whiteboard System QUOTE NUMBER: 13-0086-6 The Number Must Appear On All Quotations and Related Correspondence. Quotation

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

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 QUOTATION For EMC SAN Drive & DAE Equipment

REQUEST FOR QUOTATION For EMC SAN Drive & DAE Equipment REQUEST FOR QUOTATION For EMC SAN Drive & DAE Equipment QUOTE NUMBER: 17-0118-6 The Number Must Appear On All Quotations and Related Correspondence. Quotation must be received NO LATER THAN: 2:00 PM on

More information

QUOTE NUMBER: The Number Must Appear On All Quotations and Related Correspondence.

QUOTE NUMBER: The Number Must Appear On All Quotations and Related Correspondence. REQUEST FOR QUOTATION For Pumping and Disposal of the Grease Trap for the Chatham County Detention Center located at 1050 Carl Griffin Drive, Savannah, Georgia QUOTE NUMBER: 11-0017-3 The Number Must Appear

More information

Date Issued: February 7, 2018 Invitation To Bid No.:

Date Issued: February 7, 2018 Invitation To Bid No.: Date Issued: February 7, 2018 Invitation To Bid No.: 18-005 The City of Decatur will accept sealed bids for the following material, equipment or services for the Police Department. Description: AR-15 Rifles

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

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

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

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

DATE: June 7,

DATE: June 7, M E M O R A N D U M TO: FROM: Prospective Bidders Johnna M. Allen, Purchasing Director RE: Request for Bid - #024-16 DATE: June 7, 2016 ---------------------------------------------------------------------------------------------------------------------

More information

SECTION INSTRUCTIONS TO BIDDERS

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

More information

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS 1 Date Issued: January 16, 2019 Bid Number: 19-29 The City of Sikeston is soliciting bids for a Haulotte 6543 A Pull Behind Lift. The sealed bids

More 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

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

INVITATION FOR BID Chipeta Lake Park Tree Trimming

INVITATION FOR BID Chipeta Lake Park Tree Trimming Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 INVITATION FOR BID Chipeta Lake Park Tree Trimming Issue Date: 1-08-2018 Bid Number: 17-059 Agent/Contact: John Malloy Submissions

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

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

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

Dear Independent Contractor,

Dear Independent Contractor, RE: Affidavit of Exception Requirements Dear Independent Contractor, This letter is in reference to the Security & Immigration documents that have been provided by the DeKalb County School District (DCSD)

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

This is NOT AN ORDER, it is an invitation for a competitive sealed proposal.

This is NOT AN ORDER, it is an invitation for a competitive sealed proposal. 9701 S. JACKSON RD. PHARR, TX 78577 This is NOT AN ORDER, it is an invitation for a competitive sealed proposal. PROPOSAL RECEIVING DATE: June 14, 2018 TIME: 9:00a.m. PROPOSAL OPENING DATE: June 14, 2018

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

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

BOARD OF COUNTY COMMISSIONERS

BOARD OF COUNTY COMMISSIONERS BOARD OF COUNTY COMMISSIONERS PROJECT: NEW MINI HYDRAULIC EXCAVATOR REQUEST FOR PROPOSAL #2015-113 PROPOSAL DUE: APRIL 22, 2014 2PM EST REQUEST FOR PROPOSAL NEW MINI HYDRAULIC EXCAVATOR RFP#2015-113 DUE:

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

SOLICITATION # EATONTON-PUTNAM SENIOR CITIZEN CENTER CONGREGATE MEALS PROGRAM

SOLICITATION # EATONTON-PUTNAM SENIOR CITIZEN CENTER CONGREGATE MEALS PROGRAM SOLICITATION #060115-001 EATONTON-PUTNAM SENIOR CITIZEN CENTER CONGREGATE MEALS PROGRAM Eatonton City Council 201 N. Jefferson Avenue P.O. BOX 3820 Eatonton, Georgia 31024 June 8, 2015 10:00AM RETURN ENTIRE

More information

BOROUGH OF HOPATCONG REQUEST FOR PROPOSALS PROFESSIONAL SERVICES

BOROUGH OF HOPATCONG REQUEST FOR PROPOSALS PROFESSIONAL SERVICES REQUEST FOR PROPOSALS PROFESSIONAL SERVICES MUNICIPAL PROSECUTOR, TAX MAP REVISION and G.I.S SERVICES, RISK MANAGER, LAND SURVEYOR, LAND USE ATTORNEY, MUNICIPAL PLANNER, MUNICIPAL ENGINEERS, MUNICIPAL

More information

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT COUNTY OF OSWEGO PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Daniel Stevens, Purchasing Director May 18, 2017

More information

Request for 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

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

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING

CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING CONTRACT DOCUMENTS AND SPECIFICATIONS STREET SWEEPING City of Des Peres Department of Public Works 12325 Manchester Road Des Peres, MO 63131 February 2016 INVITATION FOR BIDS Sealed bids for the Street

More 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

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

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

More information

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

INVITATION TO BID FOR AIR FILTERS ITB NO: DMS-15/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES

INVITATION TO BID FOR AIR FILTERS ITB NO: DMS-15/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES 4050 Esplanade Way Tallahassee, Florida 32399-0950 Tel: 850.488.2786 Fax: 850.922.6149 Rick Scott, Governor Chad Poppell, Secretary INVITATION TO BID FOR AIR FILTERS ITB NO: DMS-15/16-038 THE STATE OF

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

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 SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS Date Issued: September 28, 2018 Bid Number: 19-20, 19-21 and 19-22 The City of Sikeston is soliciting bids for the demolition and disposal of 315

More 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

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

THE CITY OF NEW YORK DEPARTMENT OF INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS

THE CITY OF NEW YORK DEPARTMENT OF INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS THE CITY OF NEW YORK DEPARTMENT OF INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS SOLICITATION OF PROPOSALS REGARDING FRANCHISES, IN THE CITY OF NEW YORK, AUTHORIZING THE INSTALLATION OF LANDLINE FACILITIES

More information

CITY OF HOPKINSVILLE

CITY OF HOPKINSVILLE CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: WINDOW TINT TREATMENT FILM FOR CITY OF HOPKINSVILLE POLICE HEADQUARTERS

More information

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA 30458

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA 30458 BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA 30458 INVITATION TO BID Carpet Cleaning Service for Statesboro Bulloch County Parks and Recreation Department Sealed bids

More information

CITY OF DUBLIN INVITATION TO BID BID # Issue Date: December 2, OPENING DATE AND TIME: December 21, 2016 at 2:00 P.M.

CITY OF DUBLIN INVITATION TO BID BID # Issue Date: December 2, OPENING DATE AND TIME: December 21, 2016 at 2:00 P.M. CITY OF DUBLIN INVITATION TO BID BID #16-12-002 Issue Date: December 2, 2016 OPENING DATE AND TIME: December 21, 2016 at 2:00 P.M. The City of Dublin will receive sealed bids for furnishing supplies or

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

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

INVITATION TO BID. City of Fort Oglethorpe POLICE DEPARTMENT 900 City Hall Drive Fort Oglethorpe, Georgia Phone: Fax:

INVITATION TO BID. City of Fort Oglethorpe POLICE DEPARTMENT 900 City Hall Drive Fort Oglethorpe, Georgia Phone: Fax: INVITATION TO BID City of Fort Oglethorpe POLICE DEPARTMENT 900 City Hall Drive Fort Oglethorpe, Georgia 30742 Phone: 706-866-2512 Fax: 706-866-2532 POLICE DEPARTMENT MOBILE DATA TERMINALS & VEHICLE MOUNTS

More information

TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS

TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS NOTICE TO BIDDERS INSTRUCTIONS TO BIDDERS AFFIDAVIT OF NON-COLLUSION CERTIFICATION OF COMPLIANCE

More information

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

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall Request For Proposals 2018-1 202 Hwy 124 E ADA Door Opener Hallsville City Hall The City of Hallsville, Missouri (the City ) seeks bids from qualified contractors for all materials and labor to install

More information

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA INVITATION FOR BID

BULLOCH 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 information

ITB-PW Concrete psi with Fiber Mesh. Required Submittals

ITB-PW Concrete psi with Fiber Mesh. Required Submittals Required Submittals 1. All addenda (signed and dated) 2. Summary of Litigation (if not applicable, please state so) 3. License Sanctions (if not applicable, please state so) 4. References 5. The following

More 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

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

The Consultant selected by the IDA will perform the following services:

The Consultant selected by the IDA will perform the following services: Request for Proposals for Consulting Forestry Services Carroll County Industrial Development Authority October 20, 2014 I. Consulting Forester Services a. Background: The Carroll County Industrial Development

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

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT Solicitation Number: Bid Title: Number of Addenda as of above date: New Generation Glock Pistols None Commodity Code: 680-450 Date and Time Due: April

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

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

SUBMITTALS. DEADLINE All Bids must be received by the Borough no later than the date outlined in this IFB.

SUBMITTALS. DEADLINE All Bids must be received by the Borough no later than the date outlined in this IFB. SUBMITTALS DEADLINE All Bids must be received by the Borough no later than the date outlined in this IFB. SUBMITTALS One copy of the bid documents, including the price proposal, must be submitted in a

More information

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

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

More information

SUBMIT REPLY TO: Department of Law Enforcement Office of General Services 2331 Phillips Road Tallahassee, FL Telephone Number: (850)

SUBMIT REPLY TO: Department of Law Enforcement Office of General Services 2331 Phillips Road Tallahassee, FL Telephone Number: (850) FLORIDA DEPARTMENT OF LAW ENFORCEMENT INVITATION TO BID Acknowledgement Form Page 1 of 19 pages Agency Release Date: Wednesday, May 4, 2016 Solicitation Number: Bids are Due: Tuesday, May 24, 2016 2:00

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

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

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

More information

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT 06045-0191 CONTRACT PROPOSAL FOR WATER SLIDE FOR WADDELL POOL RFP 15/16-87 DATE OF RFP OPENING: MAY

More information

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date.

INVITATION 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 information

IRVINE UNIFIED SCHOOL DISTRICT

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

More information

REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System

REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System REQUEST FOR PROPOSALS For the Installation and Maintenance of a Backup and Disaster Recovery System Issued by: The City of Sandusky, Ohio Issued: October 16, 2013 Contact Person: Donald Rumbutis City of

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 2015-2016-05 32' ENCLOSED CAR TRAILER - COMMAND POST - SHERIFF'S

More information

PUBLIC WORKS COMMISSION OF THE CITY OF FAYETTEVILLE. December 5, Mark Cannady, Procurement Supervisor

PUBLIC 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 information

PART I - GENERAL INFORMATION

PART I - GENERAL INFORMATION REQUEST FOR PROPOSALS GRAND TRAVERSE COUNTY BALLOT PRINTING 2018 ELECTIONS PART I - GENERAL INFORMATION 1-1. PURPOSE The Grand Traverse County Election Commission is requesting proposals from qualified

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

CITY OF FREEPORT Water & Sewer Commission GIS DATA COLLECTION EQUIPMENT 524 W. STEPHENSON STREET FREEPORT, IL BID DOCUMENTS MARCH 2012

CITY OF FREEPORT Water & Sewer Commission GIS DATA COLLECTION EQUIPMENT 524 W. STEPHENSON STREET FREEPORT, IL BID DOCUMENTS MARCH 2012 CITY OF FREEPORT Water & Sewer Commission GIS DATA COLLECTION EQUIPMENT BID DOCUMENTS MARCH 2012 CITY OF FREEPORT 524 W. STEPHENSON STREET FREEPORT, IL 61032 BID SUBMITTAL 10:00 AM, FRIDAY, MARCH 23, 2012

More information

1911/1936 & Turner Creek Districts Sanitary Sewer I&I Abatement Project Phase 2

1911/1936 & Turner Creek Districts Sanitary Sewer I&I Abatement Project Phase 2 DATE ISSUED: March 8, 2019 BID DOCUMENTS FOR: 1911/1936 & Turner Creek Districts Sanitary Sewer I&I Abatement Project Phase 2 Sanitary Sewer Line Rehabilitation, Pipe Lining, Pipe Bursting BID NUMBER:

More information

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT

ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT ATTACHMENT NO. 1 BIDDER S PROPOSAL ACKNOWLEDGEMENT TO IB PAGE TO: Clerk of the Board INLAND VALLEY DEVELOPMENT AGENCY 1601 E. Third Street San Bernardino, CA 92408 BID: Pursuant to your published Notice

More information

Cherokee County Board of Commissioners

Cherokee County Board of Commissioners Cherokee County Board of Commissioners Department of Transportation 1130 Bluffs Parkway Canton, Georgia 30114 Bid Documents SR 92/Cherokee 75 Parkway Traffic Signal Installation BID NO.: 2014-43 BID DATE:

More information

RFQ-CD Re-Bid Wildfire Underbrush Mowing. Required Submittal Packet

RFQ-CD Re-Bid Wildfire Underbrush Mowing. Required Submittal Packet RFQ-CD-09-011 Re-Bid Wildfire Underbrush Mowing Required Submittal Packet 1. The following eleven (11) pages, filled out completely, returned as Section 1 - Required Submittals 2. All addenda (signed and

More information

Washington Military Department Statement of Work Microsoft Surface Professional Tablet Computer RFP-14-PUR-015

Washington Military Department Statement of Work Microsoft Surface Professional Tablet Computer RFP-14-PUR-015 Washington Military Department Statement of Work Microsoft Surface Professional Tablet Computer RFP-14-PUR-015 The Washington Military Department s mission is to minimize the impact of emergencies and

More information

Town of Litchfield Department of Public Works

Town 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 information

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF SERVICES-BOROUGH RISK MANAGER. ISSUE DATE: October 30, DUE DATE: December 1, 2017

REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF SERVICES-BOROUGH RISK MANAGER. ISSUE DATE: October 30, DUE DATE: December 1, 2017 REQUEST FOR QUALIFICATIONS FOR THE PROVISION OF SERVICES-BOROUGH RISK MANAGER ISSUE DATE: October 30, 2017 DUE DATE: December 1, 2017 Issued By: Borough of Oakland GLOSSARY The following definitions shall

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

PRISONER TRANSPORT VEHICLE CARGO VAN

PRISONER 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 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 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

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax:

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax: COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA 19601 Tel: 610-478-6168 Fax: 610-898-7404 Kelly A. Laubach, CPPB, Director of Contracts and Procurement

More information