Diesel Engine Replacement for. Gillig Low Floor Buses
|
|
- Shannon Gordon
- 5 years ago
- Views:
Transcription
1 JACKSON AREA TRANSPORTATION AUTHORITY INVITATION FOR BID (IFB ) 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. EDT Contact Information: Penny Maher Facilities Manager 2350 E. High Street Jackson, MI Penny.maher@jacksontransit.com
2 Table of Contents SECTION 1. INTRODUCTION... 3 SECTION 2. SPECIFICATIONS PURPOSE USAGE PRODUCT QUALITY WARRANTY CUSTOMER SERVICE DELIVERY MINIMUM REQUIREMENTS FOR PRICING... 4 SECTIO N 3. BID SUBMISSION SUBMISSION OF BIDS EQUAL EMPLOYMENT OPPORTUNITY DISADVANTAGED BUSINESS ENTERPRISES INELIGIBLE BIDDERS... 5 SECTION 4. BID FORMAT BID CONTENT/FORMAT INFORMATION REQUIRED FROM THE BIDDER... 5 SECTION 5. GENERAL BID CONDITIONS NOTICE OF FORMAL SOLICITATION METHOD OF RESPONSE ACCEPTANCE OF TERMS AND CONDITIONS FALSE, INCOMPLETE OR UNRESPONSIVE STATEMENTS CLEAR AND CONCISE SUBMISSION... 6 SECTION 6. INFORMATION FOR THE CONTRACTOR CONTRACT DOCUMENTS DATE AND PLACE FOR DELIVERING BIDS PRINTED FORM FOR BIDS OMISSIONS AND DISCREPANCIES ACCEPTANCE OR REJECTION OF BIDS ACCEPTANCE OF BID AND THE EFFECT TIME FOR EXECUTING CONTRACT AND DAMAGES FOR FAILURE TO EXECUTE PRIME CONTRACTOR RESPONSIBILITIES... 7 Attachment A: Bid Protest Procedures... 8 Attachment B: Price Proposal Form...10 Attachment C: Checklist for Bid Submission...12 Attachment D: ISL for Urban Bus & Shuttle (EPA 07) Overview or equal...14 Attachment E: Federal Certifications Materials and Supplies More Than $100,
3 SECTION 1. INTRODUCTION The Jackson Area Transportation Authority (JATA) is the public transportation provider serving the Jackson area. JATA operates nine fixed-routes in the City of Jackson and provides demand-response service throughout Jackson County. The administration building is located at 2350 E. High Street, Jackson, Michigan. SECTION 2. SPECIFICATIONS 2.1 PURPOSE JATA is seeking engine replacements for Gillig Low Floor Buses. The current engines are Cummins ISL. Please reference the Attachment D for specifications. Or equal replacement engines are acceptable. If an engine VIN number is needed please use JATA makes no representations, warranties or agreements with respect to this IFB. In addition, JATA makes no commitment to purchase any products or services or take any other action, including but not limited to, awarding a contract to the Supplier submitting the low responsive and responsible bid. JATA reserves the right to amend or cancel this IFB at any time for sound, documentable reasons. All amendments to this IFB shall be in writing. 2.2 USAGE Engines will be replacing high mileage engines in current Gillig fleet. JATA agrees to purchase a minimum of 2 and up to 7 engines. 2.3 PRODUCT QUALITY JATA is committed to the principal of zero defects and will insist on that same commitment on the part of the Bidder. The Bidder shall make adequate provisions to ensure that the parts, materials and workmanship meets or exceeds the specifications of this IFB. The Bidder shall establish and maintain quality control procedures throughout the entire contract period. 2.4 WARRANTY The warranty must cover engines for two (2) years with unlimited miles. 2.5 CUSTOMER SERVICE The successful bidder shall respond to JATA s inquiries within (2) business days of receipt of contract. 2.6 DELIVERY Title and risk of loss shall not pass from the Bidder until the product or service has been received and accepted. Mere acknowledgement by JATA of receipt shall not be deemed as acceptance. If acceptance is revoked, BIDDER bears the risk of loss thereafter. Engines purchased shall be delivered within seven (7) business days from receipt of order, at no additional charge, to the specified JATA location. On rare occasions, emergency deliveries during weekends or after normal business hours may be required. Bidder must have the ability to accommodate these emergencies at no additional cost to JATA. 3
4 2.7 MINIMUM REQUIREMENTS FOR PRICING Bids shall include all requested deliverables as indicated in Section 2.0 Specifications on the Price Proposal Form (Attachment B). Delivery shall be F.O.B. destination and at no additional charge to JATA and must be delivered within seven (7) business days from receipt of order. Bids must remain valid for a period of one-hundred and eighty (180) days from the date received. Prices quoted shall be a firm fixed price from date of contract. JATA shall receive the benefit of any decrease in price that may occur. Any increase in contract or price revisions shall be based on industry price changes and supported by adequate detail to document same. Any cost revisions shall not be allowed or implemented without prior consent of JATA, in which case revision shall take effect thirty (30) days after the revisions are approved. SECTIO N 3. BID SUBMISSION 3.1 SUBMISSION OF BIDS Sealed bids must be received by JATA on or before 3:00 P.M. (EDT), Friday, February 10, Bids submitted by facsimile or will not be accepted. Sealed envelopes containing the bid response must be labeled with the bid name, number, due date and your firm s name. Submit one (1) original and two (2) additional copies of the bid, The original proposal must be marked ORIGINAL. Any electronic altering of this bid document shall be grounds for rejection of your bid submission. All bids become the property of JATA. JATA will not photocopy your bid documents for the purpose of complying with this provision requiring duplicate copies. Failure to provide the required number of complete duplicate copies may result in rejection of your bid. Bids received in response to this IFB shall be considered received at the time actually received by the addressee or designated agent. Late bids shall not be considered. Bids shall be publicly opened and read aloud at the JATA Board Room located in the administration building at 2350 E. High Street, Jackson, MI at 3:15 P.M. (EDT) Friday, February 10, JATA reserves the right to waive any informality in the Invitation for Bid; to reject any or all bids for sound, documentable reasons; and award to the lowest responsive and responsible bidder based on the per unit price of each engine. JATA also reserves the right to use whatever reasonable and prudent evaluation techniques it deems appropriate to determine if a bidder qualifies as responsive and responsible. In the event of a tie, JATA will hold a public drawing to determine which vendor will receive the award. Any questions or request for clarification regarding this Invitation for Bid must be presented by Friday, January 20, 2017 and sent to: Penny Maher Facilities Manager Penny.maher@jacksontransit.com JATA will consider no telephone inquiries regarding the IFB, and will consider no in-person inquiries. In the event that a firm attempts to contact any official, employee or representative of JATA in any manner contrary to the above requirements, said firm may be disqualified for further consideration. Questions and answers will be ed to all bidders sent an Invitation for Bid, and to all bidders to have submitted bids or questions and will be posted on JATA s website at 4
5 3.2 EQUAL EMPLOYMENT OPPORTUNITY Contractor will be required to comply with all applicable Equal Employment Opportunity laws and regulations. 3.3 DISADVANTAGED BUSINESS ENTERPRISES JATA hereby notifies all Bidders that it will affirmatively ensure that in regard to any contract entered into pursuant to its advertisement, Disadvantaged Business Enterprise will be afforded full opportunity to submit bids in response to this IFB and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. 3.4 INELIGIBLE BIDDERS All Bidders will be required to certify that they are not on the Federal Excluded List of Ineligible Contractors. JATA reserves the right to reject any bid if the contractor fails to comply. SECTION 4. BID FORMAT 4.1 BID CONTENT/FORMAT To enable consistent bid evaluation, the following Bid Contents/Formatting guidelines have been developed. FAILURE TO SUBMIT THE REQUESTED DOCUMENTS COULD RESULT IN DETERMINING THE SUBMISSION AS NON-RESPONSIVE AND REJECTED. Bids shall be submitted in the following format: Information Required from the Bidder (Detailed in Section 4.2) Signed and Completed Bid Price Proposal Form (Attachment B) Material Specifications Signed Federal Clauses and Certifications as Applicable (Attachment E) Submittal Checklist (Attachment C) 4.2 INFORMATION REQUIRED FROM THE BIDDER Business Organization: State the full name and address of your organization, years in business and if applicable, the branch office or other subordinate element that will perform or assist in performing the work. Indicate whether you operate as an individual, partnership or corporation; if as a corporation includes the state in which you are incorporated. Indicate whether you are certified Disadvantaged Business Enterprise (DBE). Prior Experience: Proposals submitted shall include three (3) references of similar Contracts that your firm has performed in the past. SECTION 5. GENERAL BID CONDITIONS 5.1 NOTICE OF FORMAL SOLICITATION Notwithstanding any other provision of this IFB, all Bidders are hereby specifically advised that this IFB is a form solicitation for bids only and is not intended and it not to be construed as an 5
6 offer to enter into an agreement or engage into any formal competitive bidding or negotiation pursuant to any statue, ordinance, rule or regulation. 5.2 METHOD OF RESPONSE Responses to this IFB shall be made according to the specifications and instructions contained herein. Failure to adhere to instructions may be cause for rejection of any bid. 5.3 ACCEPTANCE OF TERMS AND CONDITIONS Bidders understand and agree that submission of a bid will constitute acknowledgment and acceptance of, and a willingness to comply with, all the terms, conditions, and criteria contained in this IFB, except as otherwise specified in the bid. Any and all parts of the submitted bid may become part of any subsequent Agreement between the selected Contractor and JATA. 5.4 FALSE, INCOMPLETE OR UNRESPONSIVE STATEMENTS False, incomplete, or unresponsive statements in connection with a bid may be sufficient cause for rejection of the bid. The evaluation and determination of the fulfillment of the above requirement will be JATA s responsibility and its judgment shall be final. 5.5 CLEAR AND CONCISE SUBMISSION Bids shall provide a straightforward, concise delineation of the Bidder s capability to satisfy the requirements of the IFB. Each bid shall be submitted in the requested format and provide all required information, including but not limited to information, if requested, relating to capability, experience, financial resources, management structure and key personnel, and other information as specified in Section 2 and outlined in Section 4 and otherwise required in this IFB. Each bid shall be signed in ink by a duly authorized officer of the company. SECTION 6. INFORMATION FOR THE CONTRACTOR 6.1 CONTRACT DOCUMENTS The Invitation for Bid, the Bidder Submission, the Contract, the General Terms and Conditions, and the Specifications, are the contract documents that will form the Contract. Bidders should examine each of the contract documents. In case of disagreement among the documents, the Invitation for Bid as modified by published addenda will rule. JATA shall not be bound by a response to the Invitation for Bid which contains terms not requested. 6.2 DATE AND PLACE FOR DELIVERING BIDS Pursuant to the Invitation For Bid sealed bids will be received at the JATA administration office, 2350 E. High Street, Jackson, MI by no later than February 10, 2017 by 3:00 P.M. The awarding of the Contract, if awarded, will be made by JATA as soon thereafter as practicable. 6.3 PRINTED FORM FOR BIDS All bids must be made upon the specifications attached hereto, and should give the cost for each item and aggregate amount, and must be signed and acknowledged by the Bidder, in accordance with the directions in the bid. 6.4 OMISSIONS AND DISCREPANCIES Should a Bidder find discrepancies in, or omissions from the Specifications of Contract documents, or should he be in doubt as to their meaning, he should at once notify the JATA Program Manager who may send a written instruction to all Bidders. Any questions must be 6
7 submitted by January 20, 2017 and answers will be ed out to all Bidders on or before January 25, ACCEPTANCE OR REJECTION OF BIDS JATA reserves the right to reject any or all bids for sound, documentable business reasons without limiting the generality of the foregoing. Any bid which is incomplete, obscure or irregular may be rejected and one or more items in the price schedule may be rejected. Any bid in which prices are omitted, or prices are obviously unbalanced, may be rejected. 6.6 ACCEPTANCE OF BID AND THE EFFECT Within ninety (90) days after the opening of the bids, JATA will act upon them. The acceptance of a bid will be a notice in writing signed by a duly authorized representative of JATA, and no other act of the JATA shall constitute the acceptance of a bid. The acceptance of a bid shall bind the successful Bidder to receive the Contract. The rights and obligations provided for in the Contract shall become effective and binding upon the parties only with its formal execution by the Board of Directors or Executive Director. 6.7 TIME FOR EXECUTING CONTRACT AND DAMAGES FOR FAILURE TO EXECUTE Any Bidder whose submission shall be accepted will be required to appear at the office of JATA in person, or, if a firm or corporation, a duly authorized representative shall so appear, to execute the Contract. The contract may need to be reviewed by the Michigan Department of Transportation (MDOT) prior to going into effect. The contract should be signed within three (3) business days after approval is received from MDOT and presented to the Bidder. Failure to do so shall constitute a breach of the agreement effected by the acceptance of the bid. JATA is not liable for any cost incurred by the BIDDER prior to signing of the Contract. The liability of JATA is limited to any resulting Contract. In no instance shall JATA be liable for consequential damages or any loss of any business opportunities. 6.8 PRIME CONTRACTOR RESPONSIBILITIES The selected Bidder will be required to assume responsibility for all requested deliverables as indicated in Section 2.0 regardless of who produces them. Further, JATA will consider the selected company to be the sole point of contact with regard to contractual matters, including payment of any and all charges resulting from the contract. Contractor and/or subcontractor shall give a copy of their State of Michigan Contractor License and permits from governmental agencies as required upon notification of award. The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contractor receives from JATA. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of JATA. The clause applies to both DBE and non-dbe subcontracts. Retainage: The prime contractor agrees to return retainage payments to each subcontractor within 30 days after the subcontractors work is satisfactory completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of JATA. This clause applies to both DBE and non-dbe subcontracts. 7
8 Attachment A: Bid Protest Procedures
9 BID PROTEST PROCEDURES JATA will rely on the following procedures to resolve disputes in the attempt to avoid further FTA involvement or litigation. 1. All protests lodged by potential or actual bidders, contractors, or proposers must be made in writing and contain the following information: 2. Name, address, and telephone number of the protester. 3. Identification of the solicitation or contract number and title. 4. A detailed statement of the protest's legal and factual grounds, including copies of relevant documents. 5. Identification of the issue(s) to be resolved and statement of what relief is requested. 6. Argument and authorities in support of the protest. 7. A statement that copies of the protest have been mailed or delivered to all interested parties in the Invitation for Bid or Request for Proposal process. In the case of RFPs, JATA s procurement officer will direct the protester to mail or deliver the protest to relevant parties. Mail the protest to: Jackson Area Transportation Authority Attn: Procurement Officer 2350 E. High Street Jackson, MI
10 Attachment B: Price Proposal Form 10
11 PRICE PROPOSAL FORM (This form must accompany your bid) Description of Item Units Price/Unit $ This price is guaranteed for a period of months. The undersigned certifies that he or she offers to furnish materials in strict accordance with the requirements of this bid including the Terms and Conditions, Specifications, Bid Form and has reviewed any questions and answers ed by JATA on or before January 20, 2017, and the prices quoted are correct. Please ensure that any additional fees are included in your price including delivery fee or shipping, stating if these costs are per engine or per order. This bid may not be withdrawn for a period of one hundred and eighty (180) days from the date of submittal. WARRANTY INFORMATION Details: BIDDER INFORMATION Company Name: Address: Address: Phone Number: Printed Name of Authorized Representative: Title: Signature:
12 Attachment C: Checklist for Bid Submission 12
13 SUBMITTAL CHECKLIST Submittal to: Jackson Area Transportation Authority, 2350 E. High Street, Jackson, MI Deadline: February 10, 2017 by 3 P.M. (EDT). A bid will be automatically rejected if it is received after the stated deadline. All forms/certifications below MUST be completed and included when you submit your Bid Package: One (1) Original and Two (2) copies of the Bid Package Completed Price Proposal Page(s) (Signed) Business Organization Information Material/Product Specifications (if applicable) Three (3) references of similar service provided in the past Signed, Applicable Federal Certifications Submittal Checklist See Sections 3 and 4 for more detailed information on bid submission and format. SUBMITTED BID CONTAINS ALL COMPLETED FORMS/CERTIFICATIONS AS LISTED ABOVE Authorized Signature Date 13
14 Attachment D: ISL for Urban Bus & Shuttle (EPA 07) Overview See attached. 14
15 Attachment E: Federal Certifications Materials and Supplies More Than $100,000 See attached. 15
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 informationDeadline to receive Sealed Bids is Thursday, September 21, 2017 at 9:00 a.m. EST.
(ADVERTISEMENT) OWNER: Middle Kentucky CAP, Inc. 171 Howell Heights Jackson, KY 41339 INVITATION FOR BID (IFB) Middle Kentucky CAP is seeking sealed bids for blacktop paving. installation to _171 Howell
More informationAGREEMENT FOR ADVERTISING SERVICES I. GENERAL
AGREEMENT FOR ADVERTISING SERVICES This agreement, made and executed this day of, 2018, by and between (hereinafter referred to as Vendor ) and the City of Danville, Illinois, a Municipal Corporation,
More informationINVITATION 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 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 informationButler County Regional Transit Authority
Butler County Regional Transit Authority Street Address: 3045 Moser Ct. Hamilton, Oh 45011 Phone: (513) 785-5237 Invitation for Bids for Commercial Heavy-Duty Tires BIDS DUE BY: June 13, 2018 Contact:
More informationINVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:
INVITATION TO BID Date: April 13, 2018 From: KENAI PENINSULA BOROUGH SCHOOL DISTRICT Purchasing Department 139 East Park Avenue Soldotna, Alaska 99669 (907)714-8876 BID NUMBER: #125-18 BID DUE DATE: 4:00
More 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 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 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 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 informationSTATE 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 informationPART 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 informationREQUEST 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 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 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 informationPART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS
PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS SECTION TITLE F G H General Information About the IFB General Instructions for Bidders General Conditions for Bidders 18 SECTION F
More 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 informationATTENTION ALL BIDDERS
ETOWAH COUNTY COMMISSION 800 Forrest Avenue, Gadsden, AL 35901 REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: BID NO. FY 2016-2017-18 AGGREGATE The Etowah County Commission is soliciting
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 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 informationAttachment 1 Federal Requirements for Procurements in Excess of $150,000 Not Including Construction or Rolling Stock Contracts
1.0 No Obligation by the Federal Government. (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or
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 informationREQUEST 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 informationArchitectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.
REQUEST FOR PROPOSAL ARCHITECTURAL SERVICES Proposals will be received by the City of Topeka, Kansas at the Contracts & Procurement Office until 2:00 PM, local time March 14, 2008 for the purpose of furnishing
More 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 informationCity of Covington CCE Project No Roadway Improvement and Overlay Program August 1, 2012 SECTION INSTRUCTIONS TO BIDDERS
SECTION 1. BID FORM A. GENERAL SECTION 00 21 13 INSTRUCTIONS TO BIDDERS (1) Sealed bids will be received in the office of the Director of Administration, City Hall, Covington, Louisiana, 317 N. Jefferson
More informationRFP ATTACHMENT I: ACKNOWLEDGEMENT OF RFP TERMS AND CONDITIONS
HOW TO RESPOND TO THIS ATTACHMENT By submitting a Proposal, the Proposer, on behalf of itself and its Partners/Subconsultants acknowledges and agrees that: 1. PROPOSER AUTHORIZATION: The signatories are
More informationNORTHWEST FLORIDA WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS ("RFP") DISTRICT INSPECTOR GENERAL/INTERNAL AUDIT SERVICES RFP #12-002
NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS ("RFP") DISTRICT INSPECTOR GENERAL/INTERNAL AUDIT SERVICES RFP #12-002 The Northwest Florida Water Management District, 81 Water Management
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 informationMARCH 27, 2019 INVITATION FOR BIDS
MARCH 27, 2019 INVITATION FOR BIDS BROOKLAND CENTER FOR COMMUNITY ECONOMIC CHANGE (BCCEC) BROOKLAND LAKEVIEW EMPOWERMENT CENTER (BLEC) ROOF REPLACEMENT Project Title: BCCEC BLEC Roof Replacement Date of
More informationREQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas 66603
REQUEST FOR QUOTATION SUBMIT BID TO PURCHASING DIVISION SHAWNEE COUNTY COURTHOUSE Room 201 Topeka, Kansas 66603 QUOTATION NO. 003-18 VENDOR ADDRESS PHONE THIS IS NOT AN ORDER 1. In communications always
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 informationRequest for Proposal. Physical Security Professional Review. ASIS Chapter Calgary / Southern Alberta
Request for Proposal Physical Security Professional Review ASIS Chapter 162 - Calgary / Southern Alberta August 2013 Table of Contents 1. Project Scope... 4 1.1 Introduction... 4 1.2 Purpose... 4 1.3 Project
More informationRequest For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall
Request For Proposals 2018-1 202 Hwy 124 E ADA Door Opener Hallsville City Hall The City of Hallsville, Missouri (the City ) seeks bids from qualified contractors for all materials and labor to install
More informationTHE BOROUGH OF EAST RUTHERFORD REQUEST FOR QUALIFICATIONS
THE BOROUGH OF EAST RUTHERFORD REQUEST FOR QUALIFICATIONS The Borough of East Rutherford is soliciting Qualification Statements from interested persons and/or firms for the provision of the professional
More informationILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT # North Orlando Smith Road Oglesby, Illinois Passenger Shuttle Bus - Bid # PR-08-13
February 12, 2008 ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT #513 815 North Orlando Smith Road 15-Passenger Shuttle Bus - Bid # PR-08-13 (IVCC) is accepting sealed bids for the leasing of two (2) 15-passenger
More informationCity of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona (520) Fax (520)
City of Sierra Vista Procurement Division 1011 North Coronado Drive Sierra Vista, Arizona 85635 (520) 458-3315 Fax (520) 452-7025 NOTICE OF REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS NUMBER: PROPOSAL
More informationCIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED
BEDFORD COUNTY R E Q U E S T F O R P R O P O S A L S CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED PUBLIC
More informationThe 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 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 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 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 informationINVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date.
INVITATION TO BID The Arlington Heights Park District will receive sealed bids for: PURCHASE OF TWO ZERO- TURN LAWN MOWERS at the Park District office at 410 N. Arlington Heights Road, until 11:00 AM on
More informationCITY OF 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 informationINVITATION 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 informationHOPKINSVILLE WATER ENVIRONMENT AUTHORITY
HOPKINSVILLE WATER ENVIRONMENT AUTHORITY Bid Packet: FY 2018-2019 Sealed Bid # 171802 Brass Fittings / Copper Tubing for Potable Water Bid Opening: Monday, June 25, 2018 @ 1:00 P.M. CST 401 East 9 th Street,
More informationAnaheim Stadium & Amtrak Train Station
1280 South Anaheim Blvd., Anaheim, CA 92805 714-563-5287 714-563-5289 fax www.rideart.org 1.0 Introduction This Request for Proposals (RFP) is the means for prospective suppliers to submit a firm price
More informationDATE: 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 informationINVITATION 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 informationBERKELEY 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 informationNOTICE OF REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND RELATED SERVICES. This is a REQUEST FOR PROPOSAL by UMATILLA SCHOOL DISTRICT
NOTICE OF REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND RELATED SERVICES This is a REQUEST FOR PROPOSAL by UMATILLA SCHOOL DISTRICT FOR ARCHITECTURAL AND RELATED SERVICES IN RELATION TO THE 2016 BOND ISSUE
More 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 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 informationATTENTION ALL BIDDERS
ETOWAH COUNTY COMMISSION 800 Forrest Avenue, Gadsden, AL 35901 REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: BID NO. FY 2018-2019-05 UNFINISHED TRAFFIC SIGNS AND POSTS The Etowah
More informationCITY 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 informationInvitation For Bid. Filters, Brake Drums & Brake Shoes IFB B
Prince George County SCHOOL BOARD Operations Office 6410 Courts Drive Prince George, Virginia 23875 804-733-2700 Fax 804-861-5271 Invitation For Bid Filters, Brake Drums & Brake Shoes IFB-19-1807-4B This
More 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 informationCITY OF FAIRBANKS BID REQUEST FOR FURNISHING LED STREET LIGHT FIXTURES (MATERIALS ONLY) THE CITY OF FAIRBANKS PUBLIC WORKS DEPT BID NUMBER: FB-14-41
CITY OF FAIRBANKS BID REQUEST FOR FURNISHING (MATERIALS ONLY) TO THE CITY OF FAIRBANKS PUBLIC WORKS DEPT BID NUMBER: FB-14-41 BID OPENING DATE/TIME: NOVEMBER 28, 2014 11:00 AM PURCHASING JOAN HANCOCK PHONE:
More 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 information1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB # V
PROCUREMENT, CONTRACTING AND PAYMENT SERVICES REQUEST FOR SURPLUS BIDS (RFSB) Issued November 14, 2014 1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB #90003366V
More 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 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 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 informationCity of Alexandria Purchasing Department P.O. Box 71 Alexandria, Louisiana
Joe C. Despino Purchasing Manager City of Alexandria Purchasing Department P.O. Box 71 Alexandria, Louisiana 71309-0071 Office: (318) 441-6180 Fax: (318) 619-3412 Request for Quote will be received until
More informationCOVER PAGE. Bid Proposal # 2151 PETROLEUM PRODUCTS
COVER PAGE Bid Proposal # 2151 PETROLEUM PRODUCTS Sealed bids and electronic submitted bids for the above will be received until 10:00 AM CST, Tuesday, October 31, 2017 and publicly opened in the City
More informationMarch 9, 2018 REQUEST FOR PROPOSALS TO TRANSPORT AND RECYCLE ELECTRONIC WASTE FOR THE SONOMA COUNTY WASTE MANAGEMENT AGENCY
March 9, 2018 REQUEST FOR PROPOSALS TO TRANSPORT AND RECYCLE ELECTRONIC WASTE FOR THE SONOMA COUNTY WASTE MANAGEMENT AGENCY Proposals due 3:00 p.m. on April 6, 2018 Submit proposal to: Courtney Scott,
More informationSPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.
SPECIFICATIONS Renovations and Additions to the Coffee Springs Senior Center Coffee Springs, Alabama G Mark Pepe Architect 307 West Adams Street Dothan, Alabama 36303 (334) 712-9721 (334) 699-2028 Facsimile
More informationQUOTE DOCUMENTS FOR KING PARKING EXPANSION Forest Avenue. Des Moines, Iowa QUOTE # Q6747. Owner
QUOTE DOCUMENTS FOR KING PARKING EXPANSION 1849 Forest Avenue Des Moines, Iowa QUOTE # Q6747 Owner Des Moines Independent Community School District 1917 Dean Avenue Des Moines, Iowa 50316 DES MOINES PUBLIC
More informationAddendum 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 informationState of Florida Department of Transportation
State of Florida Department of Transportation INVITATION TO BID FDOT APL Traffic Equipment Supplemental bid to ITB-DOT-15/16-9005-GH ITB-DOT-16/17-9011-GH CONTACT FOR QUESTIONS: Greg Hill, Procurement
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 informationHousing Authority of the Cherokee Nation REQUEST FOR BIDS
Housing Authority of the Cherokee Nation www.cherokee.org REQUEST FOR BIDS Solicitation #2015-001-025 Background Check Services Bid Due Date: Tuesday November 25th, 2014 at 10:00 A.M. Housing Authority
More informationREQUEST FOR QUOTES FOR MAINTENANCE SPARE PARTS FOR THE CITY OF COMMERCE
REQUEST FOR QUOTES FOR MAINTENANCE SPARE PARTS FOR THE CITY OF COMMERCE I. INTRODUCTION The City of Commerce is requesting quotes for the purchase of maintenance spare parts. The contract will be administered
More informationAttachment C Federal Clauses & Certifications
1.0 No Obligation by the Federal Government. (1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or
More informationREQUEST FOR BID 3D PRINTER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2017-B02
REQUEST FOR BID 3D PRINTER FOR ILLINOIS VALLEY COMMUNITY COLLEGE BID # BID2017-B02 Illinois Valley Community College District No. 513 (the College) is accepting sealed bids for a new 3D Printer. This bid
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 informationREQUEST 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 informationREQUEST FOR QUALIFICATIONS FOR THE PROVISION OF ENGINEERING SERVICES NORTH ARLINGTON LYNDHURST JOINT SEWER MEETING C-3 LICENSED ENGINEER
NOTE: The North Arlington Lyndhurst Joint Sewer Meeting will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in
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 informationPURCHASING 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 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 informationCITY 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 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 informationLocation & Subject Matter Substance of Change Proposed Changes
Location & Subject Matter Substance of Change Proposed Changes Section 21.8 Definitions Provides flexibility to use RFPs as a procurement strategy Provides flexibility to use the two step contracting method
More informationBROCKTON AREA TRANSIT AUTHORITY
BROCKTON AREA TRANSIT AUTHORITY The following Terms and Clauses are applicable to all contracts, procurements and purchase orders except as noted. By accepting this contract or purchase order the vendor
More informationCHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid
CHARLESTON COUNTY PARK AND RECREATION COMMISSION Invitation for Bid 2015-021 January 28, 2015 1 BID FORM... 3 METHOD OF AWARD... 3 INTRODUCTION... 5 SPECIFICATIONS... 5 BID OPENING INFORMATION:... 5 WRITTEN
More informationCounty of Curry. Invitation to Bid No. 2018/ Chip Seal Aggregate for the Curry County Road Department. Issue Date: December 21, 2018
County of Curry Invitation to Bid No. 2018/19-05 Chip Seal Aggregate for the Curry County Road Department Issue Date: December 21, 2018 BID Due: January 16, 2019 Time: 2:00 p.m. Mountain Time Curry County
More informationRFQ REQUEST FOR QUOTES ON DEMAND FACILITIES ELECTRICAL MAINTENANCE SERVICES JANUARY 2008
RFQ 2008-02 REQUEST FOR QUOTES ON DEMAND FACILITIES ELECTRICAL MAINTENANCE SERVICES JANUARY 2008 GARY PUBLIC TRANSPORTATION CORPORTATION 100 W. 4 TH AVENUE GARY, IN 46402 PHONES: (219) 885-7555 FAX: (219)
More informationCapital Area Council of Governments REQUEST FOR PROPOSALS For Capital Area Emergency Communications District (CAECD)
Capital Area Council of Governments REQUEST FOR PROPOSALS For Capital Area Emergency Communications District (CAECD) HVAC PROCUREMENT AND INSTALLATION SERVICES The Capital Area Council of Governments (CAPCOG)
More informationCITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No
CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE BID No. 2017-07 See, Attached List of City Owned Surplus Real Estate which is Available Bid Opening Date: January 26, 2018 at 2:00
More informationATTENTION ALL BIDDERS
ETOWAH COUNTY COMMISSION 800 Forrest Avenue, Gadsden, AL 35901 REQUEST FOR BID ATTENTION ALL BIDDERS YOU MUST MARK ON THE ENVELOPE: The Etowah County Commission is soliciting sealed bids for the above
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 informationCONTRACT 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 informationSection 5310 (Formerly Section 16)/ Community Transportation NON-VEHICLE 8/20/2009
D. BID FORMS Section 5310 (Formerly Section 16)/ Community Transportation NON-VEHICLE 8/20/2009 D.1 BID PROPOSAL FORM D.2 BUY AMERICA CERTIFICATION D.3 PENNSYLVANIA STEEL PRODUCTS PROCUREMENT ACT CERTIFICATION
More informationTML MultiState IEBP Executive Director EXECUTIVE SEARCH FIRM SERVICES Request for Qualifications
TML MultiState IEBP Executive Director EXECUTIVE SEARCH FIRM SERVICES Request for Qualifications For more information contact: Daniel E. Migura Jr. Phone: 512-719-6557 1821 Rutherford Lane, Suite #300
More informationCITY 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 informationLEGAL 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 informationALL AGENCY PROCUREMENT GUIDELINES
March 2013 ALL AGENCY PROCUREMENT GUIDELINES These guidelines apply to the Metropolitan Transportation Authority ("MTA"), the New York City Transit Authority ("Transit"), the Long Island Rail Road Company
More informationRequest for Proposal. RFP # Non-Profit, Sports Photography
County of Prince George FINANCE DEPARTMENT P.O. BOX 68 6602 Courts Drive PRINCE GEORGE, Virginia 23875 (804) 722-8710 Fax (804) 732-1966 Request for Proposal RFP # 17-0303-1, Sports Photography This procurement
More information