BID INVITATION. Bid Invitation
|
|
- Maryann Townsend
- 6 years ago
- Views:
Transcription
1 BID INVITATION Anti-Skid Material 2018 BUYER / TELEPHONE Wayne A Burke / FAX: WBURKE@paturnpike.com PRINT NAME Vendor Number : Vendor Contact : SIGNATURE TELEPHONE FAX QUOTATIONS ARE TO BE ON F.O.B. DELIVERED BASIS. IF F.O.B. SOURCE, EXACT FREIGHT COST MUST BE INCLUDED. REQUEST FOR BID SUMMARY INFORMATION WILL BE GIVEN ONLY WHEN ACCOMPANIED BY STAMPED, SELF-ADDRESSED ENVELOPE. NO TELEPHONE OR INQUIRIES HONORED. BID DELIVERY SUBMISSION ADDRESS PENNSYLVANIA TURNPIKE COMMISSION P.O. Box Harrisburg, PA Telephone: BID DELIVERY GROUND ADDRESS STRATEGIC SOURCING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION 700 S. Eisenhower Blvd. Middletown, PA Bid Conditions Furnish ANTI-SKID MATERIAL in accordance with the updated attached "Specifications for Anti-Skid Materials," Dated April 2018, to be FOB Delivered to the locations listed below. IMPORTANT: Anti-skid should not be delivered by the vendor without prior notice. Deliveries cannot be arranged until material testing has been performed. Terry Dreher or his designee must be notified that the material is available for testing. Terry Dreher Work: (724) Cell: (724) BONDING: Bid security in the form of bond or check is not required for this bid. Performance bond will not be required of successful bidder(s). Disregard Section I.C. BONDING of the attached conditions and instructions. All other terms apply PRICE: The bid submitted by the successful Bidder will be incorporated into any resulting Contract and the Bidder will be required to provide the awarded item(s) at the prices quoted in its Bid. 1. Delivery fuel surcharges are not permissible 2. Contractor will be responsible for all tolls required for delivery or performance of service 3. Item pricing shall not change during the first twelve (12) months after the effective date of this Contract. After twelve (12) months, price change requests may be submitted in writing forty-five (45) days prior to the expiration of the anniversary date of the Contract. All requests must be accompanied by appropriately documented market
2 Page 2 / * Anti-Skid Material 2018 justification. Any price changes must be approved by the Commission in writing in order to be effective. SPECIAL REQUEST PRICE ADJUSTMENTS prior to the 45 day contract expiration date must be made in writing addressed to the Buyer. This request must include vendor business case to support requested price adjustment. The Buyer may require additional support documentation as part of the evaluation process. TAXES: Sales made to the are exempt from the provisions of the fair trade law, the Pennsylvania Sales Tax, and certain Federal Excise Taxes. The Commission is exempt from all excise taxes imposed by the Internal Revenue Serviceand has accordingly registered with the Internal Revenue Service to make tax free purchases under Registration No K. (EIN: ). It is the bidder's responsibility to contact the Pennsylvania Department of Revenue or the Internal Revenue Service to determine the applicability of taxes. Generally though, direct sales to the Commission (an instrumentality of the Commonwealth of Pennsylvania) of tangible personal property that will not become a permanent part of real estate are exempt from Pennsylvania sales tax. Any other applicable tax may not be stated as a separate line item in the bid. Relevant exemption numbers and certificates are available by request to purchasing@paturnpike.com. SUPPLIES DELIVERY: Vendor must show, upon delivery, a packing slip with the complete Purchase Order reference number. 1. All item(s) shall be delivered F.O.B. Destination. The Contractor agrees to bear the risk of loss, injury, or destruction of the item(s) ordered prior to receipt of the items by the Commission. Such loss, injury, or destruction shall not releasethe Contractor from any contractual obligations. Except as otherwise provided in this contract, all item(s) must be delivered within the time period specified. Time is of the essence and, in addition to any other remedies, the Contract is subject to termination for failure to deliver as specified. 2. Unless otherwise stated in this Contract, delivery must be made within ten (10) days after the Effective Date. 3. Deliveries to be made Monday through Friday, between the hours of 7:30 AM and 2:30 PM (excluding holidays) unless other prior arrangements are approved by the Strategic Sourcing Department. EXCEPTIONS: 1. When entering a bid for items from a manufacturer other than the referenced manufacturer shown for each item, the Bidder must show for each item the stock/part number and manufacturer of the item you propose to furnish in the space provided. Illustrated bulletin or specification of alternate units proposed to be furnished must accompany your bid. Failure to do so will be deemed sufficient reason for rejection of your bid. 2. The bidder shall list on a separate sheet of paper any variations from, or exceptions to, the conditions and specifications of this bid. This sheet shall be labeled EXCEPTIONS TO BID CONDITIONS AND SPECIFICATIONS and shall be attached to the bid. QUESTIONS: All questions regarding this Request for Quotation must be submitted in writing to the address of the Buyer provided in the bid document. Questions received within 48 hours prior to the bid due date and time will be answered at the discretion of the Commission. All questions received will be answered in writing and/or formally issued as an addendum at the discretion of the Buyer. The Buyer shall not be bound by any verbal information that is not either contained within the Request for Quotation or formally issued as an addendum. The Commission does not consider questions to be a protest of the specifications or of the solicitation.
3 Page 3 / * Anti-Skid Material 2018 Included with this RFX: Specifications for Anti-Skid Materials, Dated April BID SEALED. The bid must be signed by the owner, if the bidder is a sole proprietor; or by a general partner, if the bidder is a partnership. If the bidder is a corporation, the bid must be signed by the president or vice-president, and attested by the secretary or treasurer or assistant secretary or treasurer. A corporate bidder may, in the alternative, execute a bid other than by the formality set forth above, by signing such bid by an officer, employee or agent having express authority by reason of a power of attorney identifying that officer or agent by name and title; a copy of the power of attorney (signed by the president or vice-president, attesting to the corporate minutes setting forth the resolution of authority and certified by the secretary or treasurer or assistant secretary or treasurer) shall be attached to each such bid. In compliance with the within proposal, and subject to all the conditions thereof, the undersigned offers and agrees, if this bid be accepted, to furnish any or all items upon which prices are quoted, at the price set opposite each item, delivered at the point(s) specified. This bid will remain firm for sixty (60) days. Executed at this day of ************************************************************************ ********************* (IF A SOLE PROPRIETOR or PARTNERSHIP): BY OWNER/PARTNER: Bid invitation number: Bid Due Date & Time: Page 2 / 5 TITLE: Type or Print Name ************************************************************************ ******************** (IF A CORPORATION): BY OFFICER:
4 Page 4 / * Anti-Skid Material 2018 TITLE: Type or Print Name ATTEST: TITLE: Details TON 8669 Anti-skid should not be delivered by the vendor without prior notice. Deliveries cannot be arranged until material testing has been performed. Terry Dreher or his designee must be notified that the material is available for testing. Harrison City Maint Bldg - MP Sandy Hill Rd. (Westmoreland Co.) Irwin, PA US TON 8669
5 Page 5 / * Anti-Skid Material 2018 Donegal Maint Bldg - MP Clay Pike Road (Westmoreland Co.) Acme, PA US TON 8669 Greensburg Maint Bldg - MP G7.2 NB 241 AKH Maint. Lane (Westmore. Co.) Jeanette, PA US TON 8669
6 Page 6 / * Anti-Skid Material 2018 Laurel Hill Salt Stor - MP 99.4 EB Westmoreland County Jeanette, PA US TON 8669 Beaver Valley Salt Stor - MP 9.4WB EXIT 10 New Galilee, PA US
7 Page 7 / * Anti-Skid Material TON 8669 Smithfield Salt Storage MP M4.7 NB Rt. 43 Tpk Ext (Fayette Co) George Twp Smithfield, PA US TON 8669 Zelienople Salt Storage MP 21.7 EB RD 1 Snyder Drive (Beaver Co) Rochester, PA US
8 Page 8 / * Anti-Skid Material TON 8669 Everett Maint Bldg - MP Ashcom Road (Bedford Co.) Everett, PA US TON 8669 Burnt Cabins Maint Bldg - MP Locke Road (Huntingdon Co.) Shade Gap, PA US
9 Page 9 / * Anti-Skid Material TON 8669 Sideling Hill Salt Stor - MP WB Fulton County Breezewood, PA US TON 8669
10 Page 10 / 15 Anti-Skid Material 2018 Newville Maint Bldg - MP Center Road (Cumberland C) Newville, PA US TON 8669 New Cumberland Maint Bldg - MP Marsh Run Road (York Co.) New Cumberland, PA US TON 8669
11 Page 11 / 15 Anti-Skid Material 2018 Mt. Gretna Maint Bldg - MP Pinch Road (Lancaster Co.) Manheim, PA US TON 8669 Devault Maint Bldg - MP Valley Hill Rd(Chester) Malvern, PA US
12 Page 12 / 15 Anti-Skid Material TON 8669 Please see attached specifications (April 2018). Plymouth Meeting Maint - MP W Germantown Pike(Montgomery Co.) Plymouth Meeting, PA US Item Revised AntiSkid Specifications 2018 attachme nts
13 PENNSYLVANIA TURNPIKE COMMISSION HARRISBURG, PENNSYLVANIA SPECIFICATIONS FOR ANTI-SKID MATERIALS April 2018 A. GENERAL: This specification describes the materials to be used on ice or snow-covered pavement surfaces. Only materials not containing substances such as metal or glass, substances which may be harmful to automotive equipment and vehicles, and materials reasonably free of deleterious substances or foreign materials will be acceptable. Deleterious substances or foreign materials include, but are not limited to dirt, shale, slate, and incinerated bituminous coal mine waste. Reference should be made to Section 703.4, Pub. 408, current edition and applicable additions and revisions. B. DESCRIPTION: Anti-Skid materials shall be the following: 1) Type AS1 either natural or manufactured sand or a combination of the two conforming to the following requirements: Compact Bulk Density (Unit Weight). Minimum 70 pounds per cubic foot and not exceeding 110 pounds per cubic foot determined according to AASHTO T 19. Crushed Fragments. If natural sand is furnished, not less than 35% of the fragments retained on the 2.36 mm (No.8) sieve are required to be crushed fragments, determined according to ASTM D Iron. Total of individual anti-skid particles containing metallic iron may not exceed 1.0% by mass (weight) of material, determined by dividing the mass (weight) of such particles retained on the 4.75 mm (No. 4) sieve by the total dry mass (weight) of the sample. C. GRADATIONS: It will be essential for the materials supplied to conform to the following gradation table: AntiSkid Type 31.5mm (1 1/4") 19.0mm (3/4") 12.5mm (1/2") Maximum Percent Passing Sieve 9.5mm (3/8") 4.75mm (No.4) 2.36mm (No.8) 300µm (No. 50) 150µm (No. 100) AS µm (No. 200)* AS ** AS AS *Determined by PTM No. 100 **If the total percent passing the 2.36 m (No.8) sieve is less than 25%, then the total percent passing the 75µm (No. 200) sieve is allowed to be 0-5. D. CERTIFICATION AND STOCKPILE INSPECTION: Vendor will maintain a minimum stockpile of onehundred (100) cubic yards of material at all times. The Commission reserves the right to verify material availability at said stockpile. E. WEIGHING: All shipments will be accepted by weight. Shipments must be weighed by a licensed Public Weigh Master and accompanied by a Weigh Master's certificate. The scale used must be approved by the Department of Agriculture Bureau of Standard Weights and Measures, or tested and approved by a Scale Repair Service with testing capabilities with appropriate weights and
14 procedures as contained in Scale Code NBS Handbook 44. Weights used to conduct tests must be certified to be within Class F tolerances. The Weigh Master's certificate must be in conformance with Pennsylvania Code Title 70. In addition, a digital printer must be used if the source has that capability in its scale. The Commission reserves the right to have truck deliveries check weighed at independent weighing station. NOTE: Deliveries will only be accepted after a employee has verified weighing of material with vendor's representative at vendor's location and has initialed weight slip. F. DELIVERY: Material shall be delivered to the stockpiles as directed by the District Superintendent. VENDOR MUST INFORM APPROPRIATE DISTRICT SUPERINTENDENT PRIOR TO START OF DELIVERY. Upon arrival at stockpile, vendor's driver will be required to contact a representative at that location for stockpile unloading instructions. Material will be unloaded in segregated stockpiles to await sampling. The contractor will furnish an original and two copies of the invoice. In cases where computerization required the vendor to retain the original copy, two copies of the delivery ticket will be acceptable; however, one of the copies must be stamped or indicated: "ORIGINAL DUE TO COMPUTERIZATION OR AUTOMATIC MACHINE ACCOUNTING" G. TESTING/SAMPLING: It will be necessary to test the material for moisture content when shipping to stockpiles. Tests should be conducted in accordance with PTM No. 513 (Pennsylvania Test Method), Results should be verified by a representative. A minimum of two tests per day will be required. When conditions exist, which would cause a change in moisture content, additional tests are required. After the total shipment has been delivered, an average of all the moisture content tests will be determined and an adjustment of the delivery tonnage will be deducted from the aggregate tonnage shipped. Payment will be based on the calculated oven dry weight. Samples will be extracted from the segregated stockpile for each material release. Inspectors will extract samples and either run appropriate gradation tests or submit samples to PennDOT for gradation testing. NOTE: Commission personnel may conduct pre-delivery sampling and gradation testing, but payments will be based on segregated delivery stockpile sampling and gradation testing. H. MATERIAL ACCEPTANCE/REJECTION: Acceptance of material will be determined within fifteen (15) days of delivery. Rejection of materials will be determined within fifteen (15) days. Vendor will be notified. Material rejected will remain on a segregated stockpile awaiting removal by vendor for up to ninety (90) days. Failure on the part of the vendor to remove rejected materials after 90 days will result in removal via discretion of the Commission. MATERIAL WILL NOT BE USED AS ANTI- SKID. I. INVOICING: When billing the contractor will furnish an original and two copies of the invoice. In cases where computerization requires the vendor to retain the original copy of the invoice, three copies of the billing will be acceptable, however, one of the copies must be stamped or designated the "ORIGINAL DUE TO COMPUTERIZED OR AUTOMATIC ACCOUNTING." J. QUALIFICATION: Anti-Skid Material must be furnished by vendors on an approved PennDOT list as appearing in PennDOT Bulletin #14. Selected vendors must also provide their firm's license number as required by the Commonwealth of Pennsylvania - Surface Mining Conservation and Reclamation Act dated May 31, 1945 as amended or provide documentation why such license is not required. Revised 4/2018
15 PENNSYLVANIA TURNPIKE COMMISSION CONDITIONS AND INSTRUCTIONS TO BIDDERS The foregoing proposal is subject to the following conditions and instructions, all interpretations of which shall be at the sole discretion of the. A. DEFINITION OF TERMS: "APPROVED EQUAL" Wherever in these proposal forms and specifications an article or material is defined by using a trade name or the name and catalog number of a manufacturer or vendor, the term "OR APPROVED EQUAL", if not inserted therewith, shall be implied. It is understood that any reference to a particular manufacturer's product, either by trade name or by limited description, has been made solely for the purpose of more clearly indicating the minimum standard of quality desired. The term "OR APPROVED EQUAL" is defined as meaning any other make equal in material, workmanship, and service, and as efficient and economical in operation. An article meeting these conditions may be accepted, unless specifically noted otherwise in the bid document. If for any reason the bidder cannot quote quality, quantity or size of the item required, it shall be the bidder's responsibility to make a separate notation of any deviations from that shown on the Request for Quotation form. IF YOU QUOTE ON ITEMS OTHER THAN THOSE SPECIFIED, indicate THE PART NUMBER and describe item you propose to furnish. Descriptive bulletin and specifications of items you propose to furnish must accompany your proposal. B. EXECUTION OF PROPOSAL 1. All blank spaces in the proposal and bid shall be filled in clearly where indicated, either typed or written in ink. Altering or changing any part of this proposal or bid will be sufficient reason for rejection. No bid price will be considered unless the bid price is firm without qualifications. 2. It is the bidder's responsibility to contact the Pennsylvania Department of Revenue or the Internal Revenue Service to determine the applicability of taxes. Generally though, direct sales to the Commission (an instrumentality of the Commonwealth of Pennsylvania) of tangible personal property that will not become a permanent part of real estate are exempt from Pennsylvania sales tax. Any other applicable tax may not be stated as a separate line item in the bid. Successful bidders will be required to furnish Tax Exemption Forms with their invoices. Relevant exemption numbers and certificates are available on request from the Strategic Sourcing Department. 3. Bidders shall submit a separate unit price for each item, a total bid, a total lump sum bid covering all items in each group, and a total lump sum bid covering all items of all groups. Award will be made on separate unit price, total bid, or a total lump sum bid covering all items in each group, or a total lump sum bid for all items of all groups, whichever is to the best interest of the. In case of a discrepancy, the unit price will be considered as the price bid. The extension figures are only for the information of the Commission and will not be considered as part of the bid. 4. Unless specifically noted as a bid requirement, time, terms of delivery, and cash discounts offered by any bidder shall not be considered in making an award. However, if cash discounts are offered by any bidder, the reserves the right to take advantage of such offer. C. FURNISHING OF SAMPLES Samples, if required, must be furnished at the expense of the bidder and will become the property of the. D. WITHDRAWL OF BIDS PRIOR TO BIDDING Each bidder who submits his bid specifically waives any right to withdraw it except as hereinafter provided. Bidders will be given permission to withdraw any bid after it has been deposited with the Commission, provided the bidder makes his request by telephone, FAX or in writing to the Strategic Sourcing Department. Withdrawal by telephone, FAX or in writing must be made not later than twenty-four (24) hours before the time fixed for the bid opening. Requests pertaining to withdrawal by telephone or FAX must be confirmed in writing by the bidder and must reach the Strategic Sourcing Department,, not later than one (1) hour prior to the time fixed for the opening of bids. E. ACCEPTANCE OR REJECTION OF BID; CONFORMITY TO SPECIFICATION; ELIGIBILITY FOR AWARD 1. The reserves the right to reject any and all bids, to waive technical defects, and to accept or reject any part of any bid if, in its judgment, the best interests of the Pennsylvania Turnpike Commission are thereby served. 2. The Commission may reject all bids not meeting specifications. 3. No award will be made to any bidder who, in the opinion of the Commission of the Pennsylvania Turnpike Commission, is in default of any bid, purchase order, or contract with the, prior
16 to the date of the bid under consideration. 4. TIE BIDS: In the event of tie bids, time, terms of delivery and terms of payment may be considered as factors in making an award. If a tie bid award cannot be resolved under this provision, the bid may be awarded to the vendor whose shipping point is the closest to the point of delivery. H. UNDERTAKING BY BIDDER In submitting the foregoing bid, the bidder certifies that: 1. The bidder will save harmless and fully indemnify the and all its officers or agents from all damages, costs, or expense that may at any time be imposed or claimed for infringement of any patent right of any person, association, or corporation as a result of the use of the Pennsylvania Turnpike Commission or any of its officers, agents, or employees, or articles supplied under this contract and of which the contractor is not the patentee, assignee, or licensee. 2. The prices in this bid are neither directly nor indirectly the result of any agreement with any other bidder. 3. Prices quoted are for acceptance within (60) days. The prices on any purchase resulting from this quotation shall remain firm until the completion of the order or for the duration of the period specified. I. DELIVERY OF MATERIALS; INSPECTION; REMEDIES OF COMMISSION FOR NON-CONFORMITY TO SPECIFICATIONS 1. Delivery must be made strictly in accordance with the proposal. The material listed in the proposal must be delivered F.O.B. the point or points shown on the proposal. Delivery must be made on, or before, the date specified in the proposal. 2. If upon inspection of the material, any article that is defective or fails in any way to meet the terms of the contract or purchase order will be rejected. The decision of the shall be final and the rejected material will be replaced by, and at the expense of, the supplier. 3. If a supplier furnishes articles not meeting specifications, and does not replace such articles, or if there is a failure to deliver any purchase within the specified time, the Commission may purchase the same in the open market and deduct the expense, including any excess in price over that called for in the contract, from the amount due the supplier from the. If the amount due the supplier is not sufficient to meet such expenses in excess price paid for, the Commission may proceed against the supplier or his sureties or both. 4. All materials, equipment, and supplies must conform to the regulations of the Pennsylvania Turnpike Commission or the Department of Labor & Industry or any other of the Departments of the Commonwealth of Pennsylvania, with established standards. J. NO SUBLETTING OR ASSIGNMENT No contract may be assigned, sublet, or transferred without prior written consent of the Pennsylvania Turnpike Commission. K. CAUSE FOR REMOVAL FROM BID LIST Any vendor not responding two (2) consecutive times or any vendor who does not receive an award for a period of five (5) years shall be purged from the mailing list, unless specifically noted otherwise in the bid document. A "NO BID" is considered a reply. L. NON-DISCRIMINATION CLAUSE The 's Non-Discrimination Clause shall be considered a part of this proposal. Copies of the Non-Discrimination Clause can be obtained by contacting the Strategic Sourcing Department. M. NON-WAIVER OF ADDITIONAL RIGHTS The enumeration in these Conditions and Instructions of certain rights and remedies in the Commission shall not be construed to preclude the exercise by the Commission of other and additional rights and remedies which are available generally at law or which may be implied from the foregoing. N. The Contracting Officer for this bid and for any Purchase Orders issued as a result of this bid is the Director of Procurement and Logistics. O. Request for bid summary information will be given only when accompanied by stamped, self-addressed envelope. No telephone or inquiries honored.
17 QUOTATION DELIVERY INSTRUCTIONS: (DO NOT DISCARD) Formal Bid Quotation _ QUOTATION ENCLOSED (Check One) BID NO-BID Bid # Due Date:06/05/2018 PENNSYLVANIA TURNPIKE COMMISSION STRATEGIC SOURCING DEPARTMENT P.O. Box Harrisburg, PA _ * Unless otherwise specified on the bid document, all bid quotations must be returned in a sealed envelope addressed exactly as shown above. The label may be cut out and affixed firmly to the response envelope. Failure to address envelope properly and include bid number and due date on face of envelope will be deemed sufficient reason for rejection of quotation. * For Overnight or Express Delivery of bid documents, quotation must be sealed in a separate envelope addressed exactly as shown above. The sealed quotation may then be sent to: 700 South Eisenhower Boulevard Middletown, PA * Please note that use of U.S. Mail, FedEx, UPS, or other delivery method does not guarantee delivery to the Strategic Sourcing Department of the PA Turnpike Commission located at 700 South Eisenhower Boulevard, Middletown, PA by the announced bid opening time. All bidders should allow sufficient delivery time to ensure timely receipt of their bids. Informal Bid Quotation * If allowed by special bid conditions on the bid invitation document, completed proposal may be returned via FAX or no later than the stated due date and time. Please indicate the Bid Number in the Subject line of your response to the buyer referenced on the bid document.
Furnish Traffic Safety Cones as specified below to be F.O.B. delivered to the locations listed, on or prior to the delivery date specified.
BID INVITATION BUYER / TELEPHONE Wayne A Burke / 717-831-7319 FAX: 717-986-9678 EMAIL : WBURKE@paturnpike.com TRAFFIC SAFETY CONES-2018 PRINT NAME Vendor Number : Vendor Contact : SIGNATURE TELEPHONE FAX
More 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 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 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 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 informationBID NUMBER DATED 04/28/16 BUYER Wayne Burke DUE DATE 05/18/16 PAGE 1
QUOTATION ACCEPTED ON F.O.B. DELIVERED BASIS ONLY Strategic Sourcing Department PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 REQUEST FOR QUOTATION TERMS: NET 30 DAYS
More informationPURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION
PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 REQUEST FOR QUOTATION TERMS: NET 30 DAYS BID NUMBER 801023-2015 Aggregates DATED 7/29/2015 DUE
More informationBID NUMBER DATED 05/19/17 BUYER Karen Ruch DUE DATE 06/05/17. PAGE 1
QUOTATION ACCEPTED ON F.O.B. DELIVERED BASIS ONLY Strategic Sourcing Department PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 REQUEST FOR QUOTATION TERMS: NET 30 DAYS
More informationBID NUMBER DATED 04/07/16 BUYER Karen Ruch Phone: DUE DATE 05/02/16 PAGE 1
QUOTATION ACCEPTED ON F.O.B. DELIVERED BASIS ONLY Strategic Sourcing Department PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 REQUEST FOR QUOTATION TERMS: NET 30 DAYS
More informationStrategic Sourcing Department PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION
QUOTATION ACCEPTED ON F.O.B. DELIVERED BASIS ONLY Strategic Sourcing Department PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 REQUEST FOR QUOTATION TERMS: NET 30 DAYS
More informationBID NUMBER DATED 03/05/18 BUYER Wayne Burke DUE DATE 03/22/18. PAGE 1
QUOTATION ACCEPTED ON F.O.B. DELIVERED BASIS ONLY Strategic Sourcing Department PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 REQUEST FOR QUOTATION TERMS: NET 30 DAYS
More informationBID NUMBER DATED 06/14/18 BUYER Karen Ruch DUE DATE 07/12/18. PAGE 1
QUOTATION ACCEPTED ON F.O.B. DELIVERED BASIS ONLY PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 REQUEST FOR QUOTATION TERMS: NET 30 DAYS BID
More informationBID INVITATION. Bid Invitation. Description: HERBICIDE SPRAY UNIT-D1-5/30/2018 Bid invitation nbr:
BID INVITATION Bid Invitation BUYER / TELEPHONE Wayne A Burke / 717-831-7319 FAX: 717-986-9678 EMAIL : WBURKE@paturnpike.com Description: HERBICIDE SPRAY UNIT-D1-5/30/2018 Bid invitation nbr: 6100005461
More informationBOROUGH OF FOX CHAPEL BIDS FOR RUBBISH CONTAINER BINS. CONTRACT NUMBERS and 08-06
BIDS FOR RUBBISH CONTAINER BINS CONTRACT NUMBERS 08-05 and 08-06 December 2008 FOX CHAPEL BOROUGH County of Allegheny, Commonwealth of Pennsylvania BIDS FOR RUBBISH CONTAINER BINS CONTRACT NUMBERS 08-05
More informationRequest for Proposal. INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA
Request for Proposal INDEPENDENT CONTRACTOR ATTORNEY ACE CODE ENFORCEMENT Ref #121817RFPSOL LUZERNE COUNTY PENNSYLVANIA DUE DATE: 4:00 p.m. January 19, 2018 Luzerne County Purchasing Department Attention:
More informationRETRO REFLECTIVE GLASS BEADS
RETRO REFLECTIVE GLASS BEADS The Reno-Tahoe Airport Authority Purchasing and Materials Management Division is currently accepting sealed bids for retro reflective glass beads, Invitation to Bid Number
More informationBID INVITATION. Bid Invitation. Description: Gate Parts-District 4-FEMO-5/2017 Bid invitation nbr:
BD NVTATON Bid nvitation BUYER / TELEPHONE Wayne A Burke / 717-831-7319 FAX: 717-986-9678 EMAL : WBURKE@paturnpike.com Description: Gate Parts-District 4-FEMO-5/2017 Bid invitation nbr: 6100005328 Bid
More informationSTANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS
STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS City of Thunder Bay Supply Management Division Page 1 of 6 SCOPE The following Standard Terms and Conditions for Tenders,
More informationTIME ADDRESS MUNICIPAL CONTACT PHONE NUMBER
(11-08) PROPOSAL AND CONTRACT FOR EQUIPMENT AND/OR MATERIALS ONLY * INSTRUCTIONS ON PAGE 3 (THIS PROPOSAL INCLUDES INSTRUCTIONS TO BIDDERS) A. DEPOSIT OF PROPOSALS.. 1. All envelopes containing Bid proposals
More informationBETHLEHEM AREA SCHOOL DISTRICT 1516 SYCAMORE STREET BETHLEHEM PA REQUEST FOR BIDS TIRES & SERVICE School Year BIDS DUE: JUNE 4, 2018
BETHLEHEM AREA SCHOOL DISTRICT 1516 SYCAMORE STREET BETHLEHEM PA 18017 REQUEST FOR BIDS TIRES & SERVICE 2018-2019 School Year BIDS DUE: JUNE 4, 2018 TIME: 1:00 P.M. BETHLEHEM AREA SCHOOL DISTRICT 1516
More 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 informationREQUEST FOR BID # TIRE DISPOSAL SERVICES
REQUEST FOR BID # 201705-376 TIRE DISPOSAL SERVICES BID SCHEDULE & DEADLINES: May 13, 2017 June 13, 2017 June 5, 2017 at 2:00 P.M. June 13, 2017 at 5:00 P.M. June 14, 2017 at 9:30 A.M. Bid Release Date
More informationNORTH TEXAS MUNICIPAL WATER DISTRICT
NORTH TEXAS MUNICIPAL WATER DISTRICT Official Bid Supplemental Information for Annual Contract Purchase of Water and Wastewater Chemicals BIDS DUE BEFORE 2:00 P. M. 4/12/2017 INCLUDED: 1. General Conditions
More informationCOUNTY OF OSWEGO PURCHASING DEPARTMENT
COUNTY OF OSWEGO PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Daniel Stevens, Purchasing Director May 18, 2017
More informationDe-Icing Fluid. 3.3 Bidder shall furnish the required information typed or written in ink.
The Reno-Tahoe Airport Authority Purchasing and Materials Management Section is currently accepting sealed bids for de-icing fluid, Invitation to Bid Number 13/14-03, on behalf of the Airfield Maintenance
More informationRequest for Proposal DOCUMENT SCANNING FOR LUZERNE COUNTY CHILDREN & YOUTH REF #82917RFPSO LUZERNE COUNTY PENNSYLVANIA
Request for Proposal DOCUMENT SCANNING FOR LUZERNE COUNTY CHILDREN & YOUTH REF #82917RFPSO LUZERNE COUNTY PENNSYLVANIA DUE DATE: October 12, 2017 at 4:00PM EST Luzerne County Purchasing Department Attention:
More informationLED 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 informationBID NUMBER DATED 03/02/16 BUYER Karen Ruch DUE DATE 04/04/16 PAGE 1
QUOTATION ACCEPTED ON F.O.B. DELIVERED BASIS ONLY Strategic Sourcing Department PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 REQUEST FOR QUOTATION TERMS: NET 30 DAYS
More informationSECTION 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 informationLEGAL NOTICE - RFP WANTED. Automated Refuse Container Lids, For 300 Gallon Capacity Containers GENERAL INFORMATION AND INSTRUCTIONS
RFP PACKAGE NO. 14-18 CITY OF BEVERLY HILLS PUBLIC WORKS SERVICES-SOLID WASTE DIVISION 345 FOOTHILL ROAD BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - RFP WANTED Automated Refuse Container Lids, For 300
More informationINVITATION TO QUOTE. Line item bid entries are to be entered on-line as directed (same due date) in the you received with these documents.
January 04, 2018 INVITATION TO QUOTE To whom this may concern: We are seeking quotes on Spring Athletic Supplies 2018 (Quote #3802/3640). We expect to purchase the goods by February 16, 2018 with delivery
More 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 informationSHEET A CONTRACT CONTRACT EFFECTIVE DATE July 1, 2000 COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF GENERAL SERVICES HARRISBURG
Correctional Industries is in the process of implementing a new electronic catalog. Their catalog is located at www.pci.state.pa.us. Please use this website to obtain current prices, product numbers and
More informationPurchasing Department 4880 Bulls Bay Highway Jacksonville, FL 32219 PH (904) 858-4848 FAX (904) 858-4868 December 18, 2009 RFQ/ITB RECOMMENDATION FOR AWARD NO.: 020-10/DB GSA 2 CORE CITY/NORTH SIDE RFP
More informationINVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW
INVITATION TO BID Sealed bids will be received by the City of Foley at Foley City Hall, 407 East Laurel Avenue, Foley, Alabama 36535 or P.O. Box 1750, Foley, Alabama 36536 until 11:00 a.m., Tuesday, December
More informationTHE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES
THE CITY OF BRENTWOOD 2348 Brentwood Blvd. Brentwood, MO 63144 REQUEST FOR PROPOSAL FOR ROLL OFF DUMPSTER SERVICES 2013-2014 THIS IS NOT AN ORDER 1 CITY OF BRENTWOOD NOTICE FOR PROPOSAL City of Brentwood
More informationINVITATION TO BID INSTRUCTIONS TO BIDDERS
INVITATION TO BID INSTRUCTIONS TO BIDDERS Scope: A contract will be awarded with the requirement to supply, Sodium Acetate or Sodium Formate based solid deicing product to the Susquehanna Area Regional
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 informationINSTRUCTIONS TO BIDDERS Medical Center
Revisions: Revisions were made to these Instructions to Bidders to conform to recent changes to the Code of Virginia and to changes in policy. Revised paragraphs are indicated by a vertic al line in the
More informationSunnyside Valley Irrigation District
2019 Perforated HDPE Pipe Bid Package Sealed bids will be received until 11:00 am. January 4th, 2019 at Field Office 1105 Yakima Valley Hwy. P.O. Box 239 Sunnyside, WA 98944 509-837-6980 Project Contact:
More informationCOVER PAGE. Bid Proposal # Ready Mix Concrete
COVER PAGE Bid Proposal # 2175 Ready Mix Concrete Sealed bids and electronic submitted bids for the above will be received until 10:00 AM CST, Tuesday, April 3, 2018 and publicly opened in the City of
More informationOSWEGO COUNTY PURCHASING DEPARTMENT
OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com/admin-purchasing.shtml Philip R. Church, Director January
More informationREQUEST FOR QUOTATION
4 World Trade Center, 150 Greenwich Street,21st Floor,New York, NY 10007 REQUEST FOR QUOTATION Page 1 Of 8 Vendor No. Collective/Bid # / Bid Due Date 0000054998 / 12/12/2018 Bids must be received no later
More informationBID ON ALUMINUM SULFATE
Book No. BID ON ALUMINUM SULFATE SUBMITTED BY: City of Oneida 109 North Main Street Oneida NY 13421 TABLE OF CONTENTS PAGE ADVERTISEMENT - INVITATION TO BID A - 1 INSTRUCTIONS TO BIDDERS B - 1,2 PROPOSAL
More 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 informationINVITATION TO BID MAIL DATE: 06/20/2013
INVITATION TO BID MAIL DATE: 06/20/2013 City of Fort Walton Beach, Florida BID NO: ITB 13-019 Purchasing Department 105 Miracle Strip Pkwy OPENING DATE: 07/23/2013 Fort Walton Beach, Florida 32548 Telephone:
More informationTERMS AND CONDITIONS OF THE INVITATION TO BID
TERMS AND CONDITIONS OF THE INVITATION TO BID 1. PREPARATION OF BID. a) Bidders are expected to examine the drawings, specifications, and all instructions. Failure to do so shall be at the bidder=s risk.
More informationINVITATION TO BID INSTRUCTIONS TO BIDDERS
Exhibit A INVITATION TO BID INSTRUCTIONS TO BIDDERS Scope: A contract will be awarded with the requirement to supply, IT SAN Hard Drives and Support to the Susquehanna Area Regional Airport Authority (S.A.R.A.A.).
More informationINVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233
INVITATION TO BID from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233 BID PROPOSAL NO. 1000 DESCRIPTION: RENEWAL OF CISCO SMARTNET MAINTENANCE
More informationBID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE
Book No. BID ON LIQUID CHLORINE & SODIUM HYPOCHLORITE SUBMITTED BY: City of Oneida 109 North Main Street Oneida NY 13421 TABLE OF CONTENTS PAGE ADVERTISEMENT - INVITATION TO BID A - 1 INSTRUCTIONS TO BIDDERS
More informationCarpet Replacement Project Des Peres Department of Public Safety
Carpet Replacement Project Des Peres Department of Public Safety Notice is hereby given that the City of Des Peres is seeking proposals from qualified vendors for the installation of carpet for the Public
More informationINVITATION TO BID. from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233
INVITATION TO BID from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233 BID PROPOSAL NO. 1023 DESCRIPTION: RENEWAL OF CISCO SMARTNET MAINTENANCE
More informationUNICEF MOLDOVA United Nations Children s Fund Telephone
UNICEF MOLDOVA United Nations Children s Fund Telephone 373 22 22 00 45 131, 31 August 1989 Str., Facsimile 373 22 22 02 44 UN House, Chisinau chisinau@unicef.org Republic of Moldova www.unicef.md Date:
More informationCAMBRIA/INDIANA SCHOOLS JOINT FUEL PURCHASING CONSORTIUM. c/o PENN CAMBRIA SCHOOL DISTRICT 201 6th Street, Cresson, Pennsylvania 16630
To assure the Board of Directors that all bidders are being offered an equal opportunity to bid and that all bidders are bidding on equal materials and conditions, the following must be adhered to. Any
More informationREQUEST FOR QUOTATION (RFQ) 3/5/2010 REFERENCE: RFQ-SS-Motorbike-CSAC
NAME & ADDRESS OF FIRM: TYPE: (please mark one) REQUEST FOR QUOTATION (RFQ) 3/5/2010 REFERENCE: RFQ-SS-Motorbike-CSAC-174-2010 Individual Partnership Corporation CONTACT PERSON: TELEPHONE No. EMAIL ADDRESS:
More informationFLORIDA KEYS MOSQUITO CONTROL DISTRICT 5224 COLLEGE ROAD STOCK ISLAND, KEY WEST, FLORIDA RFP JET A FUEL
FLORIDA KEYS MOSQUITO CONTROL DISTRICT 5224 COLLEGE ROAD STOCK ISLAND, KEY WEST, FLORIDA RFP 2017-04 JET A FUEL Submissions must be in an envelope separate from any express mail or courier envelopes, as
More informationSECTION 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 informationQuotations submitted by hand/mail should be in sealed envelopes and sent to the following address:
NAME & ADDRESS OF FIRM: TYPE: (please mark one) REQUEST FOR QUOTATION (RFQ) 10 September 2012 REFERENCE: RFQ-SS-GDS-DGU-UNDP-071-2012 Individual Partnership Corporation CONTACT PERSON: TELEPHONE No. EMAIL
More informationCITY OF HOPKINSVILLE
CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: WINDOW TINT TREATMENT FILM FOR CITY OF HOPKINSVILLE POLICE HEADQUARTERS
More informationTENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES
TENDER DOCUMENT FOR THE PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES TENDER NAME: PROCUREMENT OF RETIREMENT FUND ADMINISTRATION SERVICES TENDER NUMBER: PODCPF/TENDER/1/2013 SECRETARIAT OFFICE,
More informationREQUEST FOR QUOTATION (RFQ) (Goods) NAME & ADDRESS OF FIRM DATE: March 3, 2017
REQUEST FOR QUOTATION (RFQ) (Goods) Dear Sir / Madam: NAME & ADDRESS OF FIRM DATE: March 3, 2017 REFERENCE: 2017/PROC/UNDP-MMR/RFQ/007 We kindly request you to submit your quotation for USB Memory Stick
More informationREQUEST FOR BID # DEDICATED INTERNET ACCESS SERVICE 100M
REQUEST FOR BID # 201608-347 DEDICATED INTERNET ACCESS SERVICE 100M BID SCHEDULE & DEADLINES: August 20 September 20, 2016 September 12, 2016 at 2:00 P.M. September 20, 2016 at 2:00 P.M. September 21,
More informationQUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT center Street. Des Moines, Iowa QUOTE # Q7088
QUOTE DOCUMENTS FOR CALLANAN GYM FLOOR REPLACEMENT 3010 center Street Des Moines, Iowa 50312 QUOTE # Q7088 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, IA 50316 DES
More information+++++ TENDER NO: 7 OF SUPPLY OF OFFICE FURNITURE
1 +++++ TENDER NO: 7 OF 2018-19 SUPPLY OF OFFICE FURNITURE 1 2 NGWENYA TOWN BOARD TENDER NO: 7 OF 2018-19 SUPPLY OF OFFICE FURNITURE TABLE OF CONTENTS DETAILS PAGE 1. Preamble and General Conditions 3
More informationREQUEST 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 informationBid No: SMA Buyer : Sandra Montalvo Tel. No: (956) REQUEST FOR BIDS HIDALGO COUNTY PRECINCT NO. 2
Bid No: 2016-176-00-00-SMA Buyer : Sandra Montalvo Tel. No: (956) 318-2626 REQUEST FOR BIDS HIDALGO COUNTY PRECINCT NO. 2 Lime Road Material and Services BID OPENING DATE: June 00, 2016 Contact Person:
More informationIMPORTANT: Please review detail information in the Terms and Conditions section of this BID.
QUOTATION ACCEPTED ON F.O.B. DELIVERED BASIS ONLY Strategic Sourcing Department PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX 67676 HARRISBURG, PA 17106 (717) 939-9551 REQUEST FOR QUOTATION TERMS: NET 30 DAYS
More informationInvitation for Bid Caustic Soda 50% T. F. Green Airport, Warwick, RI
Invitation for Bid. 28475 Caustic Soda 50% T. F. Green Airport, Warwick, RI August 27, 2018 The Rhode Island Airport Corporation (RIAC) is seeking bids to provide, on an as-needed basis approximately nine
More informationARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES
DATE: 10/11/2013 ARLINGTON HEIGHTS PARK DISTRICT INVITATION FOR QUOTES The Arlington Heights Park District shall receive written quotes for Flora and Commemorative Bronze Signs at Arlington Heights Park
More informationPortable Toilet Rental & Septic Waste Removal Contract Overview Prior to utilizing a contract, the user should read the contract in it's entirety.
Portable Toilet & Septic Waste Removal Contract Overview Prior to utilizing a contract, the user should read the contract in it's entirety. CONTRACT DESCRIPTION This contract provides all using Commonwealth
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 informationFLORIDA 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 informationBERRIEN COUNTY ROAD COMMISSION
PROPOSAL AND SPECIFICATIONS FOR DENSE GRADED AGGREGATES (M.D.O.T. SPEC. 22A) (M.D.O.T. SPEC. 23A) (M.D.O.T. SPEC. 22A SLAG) BOARD OF COUNTY ROAD COMMISSIONERS OF THE COUNTY OF BERRIEN 2860 EAST NAPIER
More informationBid #15-15 Goodyear Tires
April 10. 2015 LEGAL NOTICE Sealed Bids will be received by the Oswego County Purchasing Department, 46 East Bridge Street, Oswego, New York until 2:00 p.m., Tuesday, May 5. 2015 for the Purchase of: GOODYEAR
More informationREQUISITION & PROPOSAL
DATE: 9/3/14 MCDUFFIE COAL TERMINAL DEPARTMENT ORIGINATING DEPT NO. 106 NAMES OF ARTICLES, SPECIFICATIONS AND PURPOSE The Alabama State Port Authority McDuffie Terminal will be accepting proposals on the
More information( ) SAP Vendor: AGREEMENT FOR INSTALLATION OF UTILITY FACILITY ON STRUCTURE
BRIDGE D-401 AGRMT No: (8.12.2005) SAP Vendor: AGREEMENT FOR INSTALLATION OF UTILITY FACILITY ON STRUCTURE THIS AGREEMENT, numbered in COMMONWEALTH files, made and entered into this day of, by and between
More informationSubject: Supply and Delivery of Personal Protective Devices (PPD) - Respirators (N95 masks)
Request for Quotation Date: 10 August 2012 Dear Sir/Madam, Subject: Supply and Delivery of Personal Protective Devices (PPD) - Respirators (N95 masks) 1. We hereby solicit your quotation for the supply
More informationTiffany Strine SECRETARY Sealed Proposals will be received on or before 8:30 A.M. on the above Letting Date West Canal Road TIME
2018 Seal MS-944 (7-09) PROPOSAL AND CONTRACT ( WHEN EXECUTED ) INSTRUCTIONS ON PAGE 4 THIS PROPOSAL INCLUDES INSTRUCTIONS TO BIDDERS A. DEPOSIT OF PROPOSALS. All envelopes containing Bid proposals shall
More information1. Furnish and Install New Chain Link Fence 1608 LF $ $ (6 Steel Chain Link Fence with 3 Strands of Barbed Wire)
Bid Number: M-12-076P ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION Bid Opening Date: May 1, 2012 Time: 11:00 a.m. BID OPENING LOCATION: MAIL TO:
More informationTOWN OF LABRADOR CITY FORM OF TENDER TLC RESIDENTIAL GARBAGE COLLECTION CONTRACT TENDER OF ADDRESS TELEPHONE NUMBER
TOWN OF LABRADOR CITY FORM OF TENDER TLC-13-18 RESIDENTIAL GARBAGE COLLECTION CONTRACT TENDER OF ADDRESS TELEPHONE NUMBER 1. The undersigned bidder has carefully examined the proposed project and all conditions
More informationCOUNTY OF LOUISA, VIRGINIA
COUNTY OF LOUISA, VIRGINIA INVITATION FOR BID (IFB) FOR CONSTRUCTION OF TWO PRE-ENGINEERED METAL BUILDINGS IFB# ED-17-02 OCTOBER 4, 2016 Issue Date: October 4, 2016 INVITATION FOR BID (IFB) IFB# ED-17-02
More informationFLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO /13 DESKTOP LIVE SCAN PLUS SYSTEM FLORENCE COUNTY SHERIFFS OFFICE
FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO. 05-12/13 DESKTOP LIVE SCAN PLUS SYSTEM FLORENCE COUNTY SHERIFFS OFFICE 1 TABLE OF CONTENTS ITEM DESCRIPTION PAGE NUMBER INVITATION-TO-BID 3 SCOPE OF
More informationProposal must provide warranty for all material and construction. See the specifications on the building.
1 INTRODUCTION: Oklahoma Turnpike Authority 3500 Martin Luther King Ave. Oklahoma City. OK 73111 Invitation to Bid To Provide & Erect Three (3) Metal Buildings To House Front End Loaders Turner Turnpike
More informationREQUEST FOR QUOTATION (RFQ) (Goods and services)
REQUEST FOR QUOTATION (RFQ) (Goods and services) Qualified Ugandan Companies DATE: 5 th November, 2015 REFERENCE: RFQ: Topographic Maps DRM (Busoga Sub Region) Dear Sir / Madam: We kindly request you to
More informationREQUEST FOR QUOTATION (RFQ)
REQUEST FOR QUOTATION (RFQ) NAME & ADDRESS OF FIRM: TYPE: (please mark one) Individual Partnership Corporation 24 November 2010 REFERENCE: RFQ-SS HESCOBAGS-OPS-306-2010 CONTACT PERSON: TELEPHONE No. EMAIL
More informationINVITATION TO BID. Sealed Bid, Stone, Gravel & Washed Sand
INVITATION TO BID The City of Rochester, New Hampshire is accepting sealed bids for Stone, Gravel & Washed Sand. Bids must be submitted in a sealed envelope plainly marked: Sealed Bid, Stone, Gravel &
More 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 informationCity of Mexico Beach Replacement of Fire Department Roofing Shingles
City of Mexico Beach Replacement of Fire Department Roofing Shingles 2018 BID INFORMATION, REQUIREMENTS, INSTRUCTIONS AND SPECIFICATIONS BID INFORMATION BIDS DUE BY: Thursday, April 19 th, 2018 at 2:00
More informationTENDER NO: 13 OF PRINTING OF COUNCIL DOCUMENTS
TENDER NO: 13 OF 2018-19 PRINTING OF COUNCIL DOCUMENTS Civic centre Offices Plot 93 & 94,Jacaranda Road. P. O. Box 57 Siteki Swaziland 1. PREAMBLE: The SITEKI TOWN COUNCIL requires a competent, registered
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 informationPENN CAMBRIA SCHOOL DISTRICT 201 6th Street, Cresson, Pennsylvania DIESEL FUEL BID. Instructions/Specifications/Bid Form
To assure the Board of Directors that all bidders are being offered an equal opportunity to bid and that all bidders are bidding on equal materials and conditions, the following must be adhered to. Any
More informationCity of Beacon Beacon, New York 12508
City of Beacon Beacon, New York 12508 Dear Sirs: Notice is hereby given that sealed proposals are sought and requested for the following: BID OPENING INFORMATION Name: Park Pavilion Bid #: 080117 Date:
More informationCalhoun Community College will receive sealed bids for the following item(s): Bid #19-14: Iron Worker and Band Saw Machine
March 5, 2019 To Whom It May Concern: Calhoun Community College will receive sealed bids for the following item(s): Bid #19-14: Iron Worker and Band Saw Machine Bids will be received in the Business Office
More informationInvitation for Bid (BID) Interest Form. BID Form #1
Invitation for Bid (BID) Interest Form BID Form #1 Instructions: If your firm/company is interested in responding to this BID, then BID Form #1 MUST be submitted to the Procurement Dept. immediately following
More informationDocument Conversion/Migration
Request for Proposals Luzerne County Clerk Of Courts Document Conversion/Migration Ref #111516RFPCOC LUZERNE COUNTY PENNSYLVANIA DUE DATE: January 26, 2017 at 4:00 pm Luzerne County Purchasing Department
More informationCITY OF HAYS, KANSAS BID PROPOSAL REQUEST FOR. Wastewater Treatment Plant Chemicals TABLE OF CONTENTS
CITY OF HAYS, KANSAS BID PROPOSAL REQUEST FOR Wastewater Treatment Plant Chemicals TABLE OF CONTENTS INVITATION TO BID PAGE 1 BID INSTRUCTIONS PAGE 2 GENERAL INFORMATION/TAXES/LEGAL NOTICES PAGE 3-4 ITEM
More informationROCK SALT FOR ICE CONTROL
ATHENS COUNTY ENGINEER S OFFICE 2014 ROCK SALT FOR 2014-2015 ICE CONTROL ATHENS COUNTY, OHIO BID NOTICE PROPOSAL SPECIFICATIONS ATHENS COUNTY ENGINEER: Jeff Maiden, P.E., P.S. ATHENS COUNTY COMMISSIONERS:
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 informationREQUEST FOR BID # JAIL WATER SOFTENER SYSTEM
REQUEST FOR BID # 201710-385 JAIL WATER SOFTENER SYSTEM BID SCHEDULE & DEADLINES: Oct. 7, 2017 Nov. 7, 2017 Oct. 30, 2017 at 2:00 P.M. Nov. 7, 2017 at 5:00 P.M. Nov. 8, 2017 at 9:30 A.M. Bid Release Date
More 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