Specification and Contract Documents for. SUA Bid No /18. Bids Open: April 25, 2018

Size: px
Start display at page:

Download "Specification and Contract Documents for. SUA Bid No /18. Bids Open: April 25, 2018"

Transcription

1 Specification and Contract Documents for The Supply and Delivery of Chemicals to the Stillwater Water Treatment Plant SUA Bid No /18 Bids Open: April 25, 2018 City of Stillwater / Stillwater Utilities Authority Water Treatment Plant 723 S. Lewis Street / PO Box 1449 Stillwater, OK Office: dcarothers@stillwater.org

2 NOTICE TO BIDDERS The City of Stillwater / Stillwater Utilities Authority will receive sealed bids at the office of the City Clerk in the Municipal Building, 723 South Lewis, PO Box 1449, Stillwater, Oklahoma for the supply and delivery of: Liquid Ferric Sulfate Chlorine Gas Carbon Dioxide Sodium Silicofluoride Calcium Oxide Polymer (coagulant aid) Anhydrous Ammonia Liquid Oxygen Bids will be received by the City Clerk at 723 S. Lewis Street, Stillwater, OK until 3:00 p.m. Wednesday, April 25th, Sealed bids can also be mailed to the City Clerk at PO Box 1449, Stillwater, OK as long as they are received by the date and time referenced above. Bids shall be opened and read aloud at 3:00 p.m. in Conference Room 1112-B in the Municipal Building, 723 South Lewis, Stillwater, Oklahoma Bids shall be submitted as stated in the Instructions to Bidders. Any bid received by the City Clerk more than ninety-six (96) hours, excluding Saturdays, Sundays and holidays, before the time set for the opening of bids, or any bid so received after the time set for opening of bids, shall not be considered and shall be returned unopened to the bidder submitted the same. TWO COPIES OF THE BID PROPOSAL ARE TO BE SUBMITTED. The outside of the bid envelope should be clearly marked with the name of the bidder, the project or item(s) being bid, and the date and time of the bid opening. Bids will be referred to city staff for evaluation. The Stillwater Utilities Authority (SUA) may award to the lowest and best responsible bidder. The SUA reserves the right to reject any or all bids or portions thereof and to waive any technicalities in the bidding process. No bid may be altered, withdrawn, or resubmitted, within 45 days after the date set for the opening of bids. The bid documents, consisting of the notice to bidders, instruction to bidders, specifications, bid proposal, and non-collusion affidavit may be examined and copies of the bid documents obtained at the Water Treatment Plant located at 1022 W. Yost Lake Rd, Stillwater, Oklahoma, during regular working hours. Documents are also available for viewing at Questions regarding the bid package should be directed to Doug Carothers, Superintendent of Water Treatment, at (405) or at dcarothers@stillwater.org. The City may also issue addenda, as necessary, in the best interest of the public and the City of Stillwater / Stillwater Utilities Authority. Addenda may amend the date and/or time for receipt of bids or any specification, item, document or requirement in the Bidding Documents upon notice to all prospective bidders who are on the Bidding Document Receipt List for this project which is maintained by the Water Resources Department. Elizabeth Chrz City Clerk 2

3 INSTRUCTION TO BIDDERS 1. Receipt and Opening of Bids The SUA of the City of Stillwater, Oklahoma invites sealed bids on the referenced equipment or materials purchased on the bid forms included in the bid documents, all blanks of which must be appropriately filled in. All bids received must be signed. Bids will be received at the time and place set forth in the Notice to Bidders and then, at said time and place, will be publicly opened and read aloud. Two copies of the bid proposal, non-collusion affidavit, and bid bond (if the latter is required in the notice to bidders) shall be submitted. The outside of the envelope containing the bid shall be clearly marked with the name of the bidder, the project being bid, and the date and time of the bid opening. The city may reject any bid not prepared and submitted in accordance with the provisions hereof and may reject any and all bids. Any bid may be withdrawn prior to the scheduled for the opening of bids or authorized postponement thereof. Any bid received after the time and date specified shall not be considered. No bidder may alter or withdraw his bid within the time set forth in the Notice to Bidders after opening thereof. All bids will be referred to city staff for evaluation. Conditional bids may be accepted in writing solely upon the discretion of the City of Stillwater/SUA. A conditional bid is one containing exceptions to or deviations from the specifications or other parts of the bid package. If a bidder cannot meet any requirements, it shall be addressed as required in section 5 below. Exceptions to the bid specifications may be grounds for rejecting a bid. The city reserves the right to reject any or all bids and to waive any technicalities in the bid specifications and or bidding process. 2. General Instructions All prices bid must include delivery of the equipment or materials to a location within the City of Stillwater Water Treatment Plant unless otherwise noted in bid documents, to be determined by the city at the time of delivery. Appurtenances and/or accessories not herein mentioned but necessary to furnish a complete unit, ready for use upon delivery, shall be included in the bid. The equipment or materials shall conform to generally recognized standards of strength, quality of materials and workmanship, subjects to the bid specifications in full and in compliance with any and all applicable federal and state safety regulations and requirements. The specifications shall be construed as minimum standards acceptable. Where brand names are mentioned the term or approved equal shall apply. All approved equals must be submitted for consideration at least 10 working days prior to the opening of bids. All equipment and materials specified are intended to be from the manufacture s current production year. However, any items that are from the immediately preceding production year will be considered provided it is new, unused, meets specified requirements, and carries the same manufacturer s warranty. The delivery schedule, as set forth on the bid proposal, is of vital importance and may be a governing factor in the awarding of the bid. 3. Qualification of Bidder 3

4 The city may make such investigation as deemed necessary to determine the ability of the bidder to provide and service the equipment or material being purchased. The bidder shall furnish all such information and data for this purpose as the city may request. The city reserves the right to reject any bid if the evidence submitted by, or the investigation of, such bidder fails to satisfy the city and the bidder is properly qualified and able to carry out the obligations of the contract and to supply and service the materials or equipment contemplated therein. 4. Conditions of the Contract Each bidder must inform themselves fully of the conditions relating to providing the equipment or materials described in the specifications. Failure to do so will not relieve the successful bidder of the obligation to furnish the equipment or material necessary to carry out the provisions of their contract. Insofar as possible, the contractor, in supplying the equipment or material, must employ such methods necessary to prevent any interruption of, or interference with, the work of any other contractor. 5. Addendum and Interpretation No exception or deviation to the plans, specifications, or other contract document will be made to any bidder orally. Every request for exceptions or deviations should be in writing addressed to: Doug Carothers Water Treatment Plant City of Stillwater PO Box 1449 Stillwater, Oklahoma Any and all exceptions or deviations and any supplemental instructions will be in the form of written addenda to the specification, which if issued, will be mailed to all prospective bidders, not later than 7 working days prior to the date fixed for the opening of bids. Failure of any such bidder to receive any such addendum or interpretation shall not relieve such bidder from any obligation under his bid as submitted. All addenda so issued shall become a part of the contract. 6. Warranty Requirements The completed project shall be warranted against defects in workmanship or materials for a period of one year after completion and acceptance of the project. The successful bidder shall complete any documentation required to validate the warranty(s). 7. Laws and Regulations The bidder s attention is directed to the fact that all applicable state and federal laws, municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the item(s) being purchased shall apply to the contract throughout, and they will be deemed to be included in the contract the same as though herein written out in full. 8. Method of Award The city reserves the right to reject any and all bids. In the event a contract is awarded, it shall be awarded to that responsible contractor submitting the best bid consisting of the items on the proposal. When a bid is submitted to the SUA, opened, evaluated and subsequently accepted by the Trustees and a purchase order established, the bid becomes a binding and legal contract between SUA and the vendor. Additionally, no changes, additions, or deletions will be allowed after the bid is opened. The terms as submitted in the vendor s bid shall be binding. 4

5 Payment will be made ONLY upon completion of the order for the equipment or materials bid. All quantities mentioned in the bid package are estimates only. The City does not guarantee any minimum or maximum quantities to be to be supplied during the term of the agreement. 9. Obligation of the Bidder At the time of opening of bids, each bidder will be presumed to have read and to be thoroughly familiar with the plans, specifications, and contract documents (including all addenda). The failure or omission of any bidder to examine any form, instrument, or document shall in no way relieve any bidder from any obligation in respect to their bid. 10. Safety Training If requested, all successful bidders shall be required to provide a minimum of one two-hour training session at the Water Treatment Plant. The training session shall be conducted during normal business hours and will focus on proper handling of the different chemicals being supplied. The topics covered shall include any emergency preparation for accidental release, chemical spill clean-up and procedures to be implemented during unloading / filling of the chemical. The requested training shall be provided by the vendor within thirty (30) days after a request for said training has been made. All costs incurred by each vendor shall be included in their respective bids and the City of Stillwater shall not be charged any additional costs for any expenses incurred in providing the training session. 11. All Other Costs: All bidders are advised to include all costs incurred by the bidder in delivering the chemical(s) to the Water Treatment Plant in their bid proposal. The invoice submitted for payment may not reflect any other costs (fuel surcharge, toll etc). 12. Delivery of Chemicals Deliveries must be made during normal business hours unless special arrangements have been made. Normal business hours are Monday through Friday from 7:00 a.m. to 3:30 p.m. Individual deliveries must be made within 5 calendar days after the order has been placed with the vendor. 13. Contract Period: All bidders are advised that the bids submitted and contracted shall be good for one full year beginning July 1, 2018 and ending June 30, The contract unit price bid may be extended for up to three additional one-year periods (up to a total of three years beyond the original contract period) with the mutual written consent of the Owner and the Contractor. 5

6 STILLWATER UTILITIES AUTHORITY WATER TREATMENT PLANT LIQUID FERRIC SULFATE SPECIFICATIONS All Ferric Sulfate purchased shall meet ANSI/AWWA and NSF-60 Standards for Drinking Water Treatment Chemicals with the following exceptions and/or notations: 1. All Ferric Sulfate purchased shall be in liquid form. 2. Ferric Sulfate shall be priced by dry ton or a fraction thereof, FOB the Water Treatment Plant. 3. The Ferric Sulfate bulk storage tanks at the Water Treatment Plant hold approximately 10,000 gallons per tank. 4. Individual shipments shall be approximately 45,000 lbs. 5. Payment for demurrage charges for excess unloading time shall not be made unless excess time is caused by Water Treatment Plant equipment malfunction. 6. Estimated yearly usage: 675,000 lbs. All quantities mentioned are estimates only. The City does not guarantee any minimum or maximum quantities to be supplied during the term of the agreement. 6

7 STILLWATER UTILITIES AUTHORITY WATER TREATMENT PLANT CHLORINE GAS SPECIFICATIONS All Chlorine gas purchased shall meet ANSI/AWWA and NSF-60 Standards for Drinking Water Treatment Chemicals with the following exceptions and/or notations: 1. Chlorine gas purchased shall be in one-ton containers only. 2. Containers and valves thereon shall be serviced according to all government regulations. Valves that show evidence of leakage etc. shall cause that container to be returned to the supplier at the vendor s expense. 3. Chlorine gas shall be priced by the ton (2,000 lb.) FOB the Water Treatment Plant. 4. Supplier shall furnish the purchaser with emergency telephone numbers where assistance may be obtained in the event of accidental discharge of chlorine gas as a result of defective containers, defective appurtenances installed on the ton containers, etc. 5. Container deposits and/or any additional costs shall be clearly defined. The City of Stillwater will make every effort to return cylinders within 60 days of delivery. 6. The City of Stillwater will require a minimum of six (6) full, one-ton containers at all times. 7. Estimated yearly usage 52 tons/year. All quantities mentioned are estimates only. The City does not guarantee any minimum or maximum quantities to be supplied during the term of the agreement. 7

8 STILLWATER UTILITIES AUTHORITY WATER TREATMENT PLANT CARBON DIOXIDE (Liquid) SPECIFICATIONS 1. All vendors are being advised that the Carbon Dioxide furnished under this specification is to be used in the treatment of potable water. 2. Carbon Dioxide shall not contain any other substance in quantities capable of producing a deleterious or injurious effect upon the health of those consuming water that has been properly treated. 3. Carbon Dioxide shall meet ANSI/AWWA and NSF-60 Standards for Drinking Water Treatment Chemicals. 4. Carbon Dioxide purchased under this specification shall be priced by the ton or fraction thereof, delivered FOB to the Water Treatment Plant. 5. Estimated yearly usage 80 tons/year. All quantities mentioned are estimates only. The City does not guarantee any minimum or maximum quantities to be supplied during the term of the agreement. 8

9 STILLWATER UTILITIES AUTHORITY WATER TREATMENT PLANT SODIUM SILICOFLUORIDE SPECIFICATIONS All Sodium Silicofluoride purchased shall meet ANSI/AWWA and NSF-60 Standards for Drinking Water Treatment Chemicals with the following exceptions and/or notations. 1. All Sodium Silicofluoride supplied shall be fine granular material and shall be free flowing. 2. Caked and hardened material will be returned to the vendor. 3. Broken bags and/or re-bagged material will not be accepted. 4. Material shall be received in 50 lb. multi-walled bags. 5. Material shall be priced by the pound, FOB the Stillwater Water Treatment Plant. 6. Estimated yearly usage 8 tons (320 of 50 lb. bags). 7. Each order shall be approximately 5,000 lbs. or 100 bags. 8. All quantities mentioned are estimates only. The City does not guarantee any minimum or maximum quantities to be supplied during the term of the agreement. 9

10 STILLWATER UTILITIES AUTHORITY WATER TREATMENT PLANT CALCIUM OXIDE SPECIFICATIONS All Calcium Oxide (quicklime) purchased shall meet ANSI/AWWA and NSF-60 Standards for Drinking Water Treatment Chemicals with the following exceptions and/or notations. 1. Purchases shall be based on a minimum Calcium Oxide content of 90%. 2. A bonus for content above 90% will not be paid. 3. Content below 90% may be accepted in an emergency, however; only after a price agreement has been reached between the supplier and the City of Stillwater. 4. Chemical analysis sheet showing the Calcium Oxide content and the name of the chemist who performed the test shall be attached to the delivery ticket. Failure to attach said analysis may be grounds for refusal of the shipment. 5. A complete laboratory analysis of each load shall be available without charge to the purchaser upon request. 6. Quicklime shall be priced by the ton or fraction thereof, delivered into the storage silo at the Water Treatment Plant. 7. All quicklime supplied shall have been processed in a gas-fired kiln. 8. Quicklime shall be bulk with a size of 1/8-inch and smaller in diameter. 9. Lime shall be delivered by pneumatic truck and or trailers capable of discharging into a storage silo with a point of material entry 75 ft above ground level. 10. Payments for demurrage charges for excess unloading time shall not be made unless excess time is caused by water plant equipment malfunction. 11. Spills due to equipment failure on delivery vehicle shall be cleaned up by the driver and placed in the dumpster located adjacent to the Lime Silo, or the amount of time and labor necessary to do so shall be back charged to the company. Spillage shall not be charged to the City. 12. Estimated yearly usage is about 30 truckloads (800 tons). All quantities mentioned are estimates only. The City does not guarantee any minimum or maximum quantities to be supplied during the term of the agreement. 10

11 STILLWATER UTILITIES AUTHORITY WATER TREATMENT PLANT POLYMER (Coagulant aid) (Diallyldimethylammonium Chloride) SPECIFICATIONS All Polymer purchased shall meet ANSI/AWWA and NSF-60 Standards for Drinking Water Treatment Chemicals with the following exceptions and/or notations. All Polymer purchased must work effectively with Aluminum Sulfate and Ferric Sulfate in the aid of coagulation for the treatment process. All polymers bid shall be 20% solids by weight. The following polymer types are approved: Manufacturers Product Name Garratt-Callahan 7642 Garratt-Callahan AH423 Polymer Application Consultants PC2122 Applied Polymer Tech 2480 The Landsat Group Inc. WT-20 Ondeo Nalco Cat-Floc TL Polydyne, Inc. Clarifloc C-308P Brenntag Southwest WC All Polymer purchased shall be in liquid form. 2. All Polymer purchased shall be priced by the pound, FOB to the Stillwater Water Treatment Plant. 3. All Polymer purchased shall be in 55-gallon drums. 4. Individual shipments shall be approximately 10 drums per order. 5. Payments for demurrage charges for excess unloading time shall not be made unless excess time is caused by Water Plant Equipment malfunction. 6. Any damaged or leaking containers will not be accepted. 7. A MSDS data sheet will be required with each shipment. 8. Estimated yearly usage is approximately gallon drums. All quantities mentioned are estimates only. The City does not guarantee any minimum or maximum quantities to be supplied during the term of the agreement. 11

12 STILLWATER UTILITIES AUTHORITY WATER TREATMENT PLANT ANHYDROUS AMMONIA SPECIFICATIONS 1. All Anhydrous Ammonia shall meet ANSI/AWWA and NSF-60 Standards for Drinking Water Treatment Chemicals. 2. Ammonia will be delivered in bulk liquid form. 3. Payments for demurrage charges for excess unloading time shall not be made unless excess time is caused by Water Plant equipment malfunction. 4. A MSDS data sheet will be required with each shipment. 5. Estimated yearly usage of 30,000 lbs. All quantities mentioned are estimates only. The City does not guarantee any minimum or maximum quantities to be supplied during the term of the agreement. 6. Each shipment is about 2,500 lbs. 12

13 STILLWATER UTILITIES AUTHORITY WATER TREATMENT PLANT LIQUID OXYGEN (LOX) FOR OZONE GENERATION SPECIFICATIONS 1. The LOX supplied shall meet or exceed the following specifications: Oxygen Purity > 99.5% Moisture Content Less than 10 ppm 2. The LOX shall be suitable for generation of Ozone for the purpose of treating potable water for public drinking water. The LOX shall be sufficiently free of any chemical or particulate constituents, such that the treated water will not violate any current or proposed federal or state drinking water standards. 3. LOX price basis for bidding purposes is to be $ per 100 standard cubic foot (scf). 4. The estimated requirement for LOX per year is approximately 15 million scf. All quantities mentioned are estimates only. The City does not guarantee any minimum or maximum quantities to be supplied during the term of the agreement. 5. The owner reserves the right to reject any delivery that does not conform to these Specifications or has been contaminated. This rejection includes reimbursement to the City of Stillwater by the SUPPLIER, or replacement free of charge, of any bulk delivery rejected. 13

14 Bid Proposal Bid Number SUA #08-17/18 Water Treatment Chemicals Bid Opening Date: April 25, 2018 Bid Opening Time: 3:00 p.m. The undersigned bidder, having full knowledge of the requirements of the City of Stillwater for the below listed items and the contract documents (which include Notice to Bidders, Instructions to Bidders, this Proposal, Specifications and all other conditions of the Proposal), agrees to sell to the City the below listed items and guarantees the performance of the product in accordance with this Specification, complete in every respect, in strict accordance with the contract documents and for unit prices listed below. The price quoted includes all costs incurred in supplying and delivery of the chemical(s) with no exceptions. Duration of the contract: July 1, 2018 June 30, 2019 Chemical Bid Units (ton/gal./lb./100scf) Purchase Order Bid Price (per unit) Credit Card Bid Price (per unit) Liquid Ferric Sulfate Dry Ton Chlorine Gas Ton Carbon Dioxide Ton Sodium Silicofluoride Ton Calcium Oxide Ton Polymer (coagulant aid) lb Anhydrous Ammonia lb Liquid Oxygen 100 scf Chemicals will be delivered upon request to the City of Stillwater, Water Treatment Plant, located at 1022 West Yost Road, Stillwater, Oklahoma, The undersigned signatory for the bidder represents and warrants that he has full and complete authority to submit this bid to the City of Stillwater, and to enter into a contract if this bid is accepted. Company Name By (Signature) Street Address or P.O. Box (Printed Name) City, State Zip Code (Title) Telephone No. Fax Number (Date) 14

15 CITY OF STILLWATER, OKLAHOMA BUSINESS RELATIONSHIPS AFFIDAVIT STATE OF COUNTY OF, of lawful age, being first duly sworn, on oath says that (s)he is the agent authorized by the bidder to submit the attached bid. Affiant further states that the nature of any partnership, joint venture, or other business relationship presently in effect or which existed within one year prior to the date of this statement with the architect, engineer, or other party to the project is as follows: (if none, so state) Affiant further states that any such business relationship presently in effect or which existed within one year prior to the date of this statement between any officer or director of the bidding company and any officer or director of the architectural or engineering firm or other party to the project is as follows: (if none, so state) Affiant further states that the names of all persons having any such business relationships and the position(s) they hold with their respective companies or firms are as follows: (if none, so state) Authorized Agent Subscribed and sworn to before me this day of, (Notary Public) My Commission Expires: 15

16 City of Stillwater, Oklahoma Non-Collusion Affidavit State of County of, of lawful age, being first duly sworn, on oath says that (s)he is the agent authorized by the bidder to submit the attached bid. Affiant further states that the bidder has not been a party to any collusion among bidders in restraint of freedom of competition by agreement to bid at a fixed price or to refrain from bidding; or with any city official or employee as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between bidders and any city official concerning exchange of money or other thing of value for special consideration in the letting of a contract. Authorized Agent Subscribed and sworn to before me this day of, Notary Public My commission expires: VENDORS: 16

17 The outside of the bid envelope should be clearly marked with the name of the bidder, the project or items being bid, and the date and time of the bid opening. This information should be placed beneath the return address in the upper left corner of the envelope containing the bid if using regular mail. If you are using overnight / express mail, please affix it to the envelope that holds your bid. This is an effort to maintain accurate routing of the mail within our system. SUA Bid No /18 WATER TREATMENT CHEMICALS BID OPENING: April 25, 2018 at 3:00 P.M. Thank you for your cooperation. Doug Carothers, Water Treatment Superintendent City of Stillwater PO Box 1449 Stillwater, Oklahoma (405)

Scott Eagle Attack Thermal Imaging Camera

Scott Eagle Attack Thermal Imaging Camera Scott Eagle Attack Thermal Imaging Camera Notice is hereby given that the City of Des Peres is seeking sealed bids from qualified vendors for the purchase of a Scott Eagle Attack Thermal Imaging Camera.

More information

Instructions. Specifications. For. Water Treatment Plant Chemical Bid

Instructions. Specifications. For. Water Treatment Plant Chemical Bid Instructions & Specifications For Water Treatment Plant Chemical Bid Bid Number 2014-002 Hardin County Water District No. 2 Elizabethtown, Kentucky January 24, 2014 Shaun Youravich, Operations Manager

More information

Hardin County Water District No. 2 Invitation to Bid

Hardin County Water District No. 2 Invitation to Bid Hardin County Water District No. 2 Invitation to Bid Hardin County Water District No. 2 (the District ) will receive sealed bids on Water Treatment Plant Chemicals, Bid Number 2016-001 at the District

More information

Village of Archbold Water Department P.O Box North St. archbold.com Archbold, Ohio 43502

Village of Archbold Water Department P.O Box North St. archbold.com Archbold, Ohio 43502 Village of Archbold Water Department P.O Box 406 700 North St. archbold.com Archbold, Ohio 43502 Phone 419-445-2506 Scott L. Schultz Superintendent sschultz@archbold.com LEGAL NOTICE SEALED BIDS will be

More information

BID PACKET City of Monroe Water Resources Department Treatment Chemicals Annual Bid EFFECTIVE 07/01/2010 THROUGH 06/30/2011

BID PACKET City of Monroe Water Resources Department Treatment Chemicals Annual Bid EFFECTIVE 07/01/2010 THROUGH 06/30/2011 BID PACKET City of Monroe Water Resources Department Treatment Chemicals Annual Bid EFFECTIVE 07/01/2010 THROUGH 06/30/2011 City of Monroe Operations Center 2401 Walkup Avenue Monroe, North Carolina 28110

More information

INVITATION TO BID CITY OF HOPKINSVILLE

INVITATION TO BID CITY OF HOPKINSVILLE INVITATION TO BID CITY OF HOPKINSVILLE Office of the Procurement Specialist 715 South Virginia Street P. O. Box 707 Hopkinsville, Kentucky 42241-0707 TITLE: DESIGN BUILD BUIDLING FOR THE CITY OF HOPKINSVILLE,

More information

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS Mountrail County, North Dakota Advertisement for Bid Supply and Application of Calcium Chloride, Magnesium Chloride or Approved Dust Control Product To Various Roads INTRODUCTION The Mountrail County Road

More information

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST.

INVITATION FOR BID Copier ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. INVITATION FOR BID Copier 2016 ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR Digital Printer/Copier/Scanner FOR ADDITIONAL

More information

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION

INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION INFORMAL BID PROPOSAL FORM STATE OF NEW JERSEY DEPARTMENT OF TRANSPORTATION The bid proposal is to be returned to the buyer via the e-mail noted in the solicitation, and will be accepted no later than

More information

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER)

UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Number: B042911 IFB Due Date and Time: May 9th, 2011 5:00 p.m./mountain Time UNAVCO, INC. INVITATION FOR BID/IFB (THIS IS NOT AN ORDER) IFB Title: DRY GOOD- COLOR COPIER Number of Pages: 08 ISSUING

More information

EXHIBIT A. NORTH TEXAS MUNICIPAL WATER DISTRICT ( NTMWD or District ) SPECIFICATIONS FOR LIQUID FERRIC SULFATE

EXHIBIT A. NORTH TEXAS MUNICIPAL WATER DISTRICT ( NTMWD or District ) SPECIFICATIONS FOR LIQUID FERRIC SULFATE EXHIBIT A NORTH TEXAS MUNICIPAL WATER DISTRICT ( NTMWD or District ) SPECIFICATIONS FOR LIQUID FERRIC SULFATE QUALITY The material shall be commonly known as liquid ferric sulfate, a solution generally

More information

INVITATION FOR BID Bid #872 - Printing Services

INVITATION FOR BID Bid #872 - Printing Services INVITATION FOR BID Bid #872 - Printing Services ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 FOR ADDITIONAL INFORMATION CONTACT: Cindy

More information

Finance & Technology Administrator (815) ext 223

Finance & Technology Administrator (815) ext 223 2017 PAVING IMPROVEMENTS BID PACKET Due: Location: April 26, 2017 by 10:00 am Oregon Park District Fairgrounds Park 607 Fair Park Drive Oregon, IL 61061 Bid Proposal: 2017 Paving Improvements Administrative

More information

TECHNICAL SPECIFICATIONS FOR LIQUID AMMONIUM SULFATE

TECHNICAL SPECIFICATIONS FOR LIQUID AMMONIUM SULFATE TECHNICAL SPECIFICATIONS FOR LIQUID AMMONIUM SULFATE 1. GENERAL The intent and purpose of this specification document is to provide for the delivery of liquid ammonium sulfate to TAMPA BAY WATER, a Regional

More information

TAMPA BAY WATER Supplying Water To The Region

TAMPA BAY WATER Supplying Water To The Region TAMPA BAY WATER Supplying Water To The Region REQUEST FOR QUOTATION TAMPA BAY WATER, A Regional Water Supply Authority (TAMPA BAY WATER), is requesting written quotations from vendors who are able to provide

More information

AUTHORIZATION CALL FOR BIDS

AUTHORIZATION CALL FOR BIDS AUTHORIZATION TO CALL FOR BIDS Authorization given: April 2, 2013 to CALL FOR BIDS by the Department of Public Works for: 2013 Trucking Asphalt Bid opening date to be April 16, 2013 at 1:30 P.M. in the

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS UTILITY BILLING SOFTWARE DUE DATE: NO LATER THAN 5:00 PM EASTERN TIME, MARCH 11, 2016 QUESTIONS: JESSICA MARTIN-LANE JESSICA@MARTIN-MCGILL.COM NOTE: THE COUNTY OF HARNETT RESERVES

More information

2016 WATER TREATMENT PLANT CHEMICALS BID

2016 WATER TREATMENT PLANT CHEMICALS BID CONTRACT DOCUMENTS For 2016 WATER TREATMENT PLANT CHEMICALS BID JIM HOLTON Mayor NANCY RIDLEY City Manager Prepared By: Division of Public Works JOHN ZANG DPW Director NOVEMBER 2015 T A B L E O F C O N

More information

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 QUALIFICATION: Radio Project Phase II RFQ OPENING DATE: December 7, 2015 TIME: 2:00

More information

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION David M. Louis, C.P.M., CPPO, CPPB Director Jon Drake, C.P.M. Deputy Director DATE: March 19, 2010 TO: ALL PROSPECTIVE BIDDERS RE:

More information

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower

DAG Architects, Inc. July South Walton Fire District Fleet Maintenance/Logistics Building & Training Tower DOCUMENT 001153 - REQUEST FOR QUALIFICATIONS 1.1 PURPOSE, LAWS, AND REGULATIONS A. The purpose of the Prequalification Procedure described in this Document is to provide Owner with a mechanism to evaluate

More information

CITY OF THREE RIVERS, MICHIGAN SPECIFICATIONS FOR DRINKING WATER CHEMICAL BIDS

CITY OF THREE RIVERS, MICHIGAN SPECIFICATIONS FOR DRINKING WATER CHEMICAL BIDS CITY OF THREE RIVERS, MICHIGAN SPECIFICATIONS FOR DRINKING WATER CHEMICAL BIDS The City of Three Rivers is committed to the concept of performance bids. All vendors are encouraged to submit bids which

More information

CENTRAL VALLEY OPPORTUNITY CENTER INVITATION FOR BIDS FORKLIFT

CENTRAL VALLEY OPPORTUNITY CENTER INVITATION FOR BIDS FORKLIFT CENTRAL VALLEY OPPORTUNITY CENTER INVITATION FOR BIDS FORKLIFT Notice is hereby given that the Central Valley Opportunity Center (CVOC) calls for bids to furnish (1) new Forklift. 1. The bid specifications

More information

INVITATION FOR BID BID #1037 Parka and Softshell Coats

INVITATION FOR BID BID #1037 Parka and Softshell Coats IFB: Bid #1037 Parka and Softshell Coats INVITATION FOR BID BID #1037 Parka and Softshell Coats ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS,

More information

TAMPA BAY WATER Supplying Water To The Region

TAMPA BAY WATER Supplying Water To The Region TAMPA BAY WATER Supplying Water To The Region REQUEST FOR QUOTATION TAMPA BAY WATER, A Regional Water Supply Authority (TAMPA BAY WATER), is requesting written quotations from vendors who are able to provide

More information

I N V I T A T I O N T O B I D City and Borough of Wrangell Premanufactured Restroom

I N V I T A T I O N T O B I D City and Borough of Wrangell Premanufactured Restroom Overview The (CBW) requests sealed bids from interested and qualified firms to provide a, on a one-time basis. Supplier shall furnish all labor, materials, tools, and equipment necessary for supplying

More information

Understanding Public Bid Law La. R.S. 38:

Understanding Public Bid Law La. R.S. 38: Understanding Public Bid Law La. R.S. 38:2211-2293 E R I N D A Y, A S S I S T A N T A T T O R N E Y G E N E R A L L O U I S I A N A D E P A R T M E N T O F J U S T I C E Application All Political Subdivisions

More information

Request for Proposal Bagged Rock Salt & Ice Melt

Request for Proposal Bagged Rock Salt & Ice Melt Request for Proposal Bagged Rock Salt & Ice Melt Several public school districts located in the same geographic area are seeking proposals for the purchase of custodial supplies; specifically bagged rock

More information

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado

REQUEST FOR PROPOSAL. HRIS Human Resources Information Software Fort Morgan, Colorado REQUEST FOR PROPOSAL HRIS Human Resources Information Software Fort Morgan, Colorado October 7, 2014 Michael Boyer Director, Human Resources and Risk Management CITY OF FORT MORGAN P.O. BOX 100 FORT MORGAN,

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

ADDENDUM NO. 1 DES MOINES PUBLIC SCHOOLS WINDSOR ELEMENTARY SCHOOL EXTERIOR MASONRY RESTORATION PROJECT 5912 UNIVERSITY AVENUE DES MOINES, IOWA 50311

ADDENDUM NO. 1 DES MOINES PUBLIC SCHOOLS WINDSOR ELEMENTARY SCHOOL EXTERIOR MASONRY RESTORATION PROJECT 5912 UNIVERSITY AVENUE DES MOINES, IOWA 50311 ADDENDUM #1 WINDSOR ELEMENTARY SCHOOL EXTERIOR MASONRY RESTORATION ANGELO JOB NO. 1213 Page 1 of 2 Total ANGELO ARCHITECTURAL ASSOCIATES 12314 Ridgeview Drive Urbandale, IA 50323 Ph: 515-250-6950 Fax:

More information

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES July 23, 2012 NOTICE OF PRE-QUALIFICATION OF CONTRACTORS FOR THE PRESTRESSED CONCRETE CYLINDER PIPE (PCCP) PRESSURIZED WATER MAINS 48 AND LARGER AND APPURTENANCES Gwinnett County is soliciting applications

More information

Both envelopes must have the following information in the lower left hand corner:

Both envelopes must have the following information in the lower left hand corner: SECTION 001116 INVITATION TO BID The City of Morgantown is requesting a bid for masonry restoration for the City Hall Building in Morgantown, WV. The Project is for building envelope rehabilitation including

More information

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 23, 2018 UPDATE: JANUARY 29, 2017

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 23, 2018 UPDATE: JANUARY 29, 2017 REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS January 23, 2018 UPDATE: JANUARY 29, 2017 ONONDAGA COUNTY RESOURCE RECOVERY AGENCY 100 ELWOOD DAVIS ROAD

More information

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m.

REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES. Submission Date: November 28, :00 p.m. COLTS NECK TOWNSHIP BOARD OF EDUCATION 70 CONOVER ROAD, COLTS NECK, NJ 07722 REQUEST FOR PROPOSAL (RFP) LEGAL SERVICES Submission Date: November 28, 2017 4:00 p.m. The Colts Neck Township School District

More information

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017

REQUEST FOR QUOTES (RFQ) # Issue Date: December 5, 2017 REQUEST FOR QUOTES (RFQ) #2017-25 Issue Date: December 5, 2017 Procurement & Contract Services Klamath Falls: Wilsonville: 541.885.1133 (office) 503.821.1266 (office) 3201 Campus Dr. 27500 SW Parkway Ave.

More information

City, State, Zip Code. BIDS: All Bids shall be submitted on forms supplied by the City of Glasgow Department of Public Works.

City, State, Zip Code. BIDS: All Bids shall be submitted on forms supplied by the City of Glasgow Department of Public Works. MINIMUM BID SPECIFICATIONS BID FORM Construction of a 30X60X20 All-Steel Building with 16X25 Lean-To City of Glasgow Department of Public Works We, the undersigned, propose to furnish the item listed below

More information

SEQUOIA UNION HIGH SCHOOL DISTRICT

SEQUOIA UNION HIGH SCHOOL DISTRICT FOUNDED 1895 SEQUOIA UNION HIGH SCHOOL DISTRICT 480 JAMES AVENUE REDWOOD CITY, CA 94062-1098 www.seq.org BID #04152015 Uninterruptable Power Supply Equipment DUE: BY 11:00:00 AM PACIFIC April 15 th, 2015

More information

LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO.

LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO. LAKE ARROWHEAD COMMUNITY SERVICES DISTRICT SPECIFICATIONS FOR THE CONSTRUCTION OF HEADWORKS FINE SCREEN REPLACEMENT AT THE GRASS VALLEY WASTEWATER TREATMENT PLANT PROJECT NO. 139 OCTOBER 2017 LACSD PO

More information

Stand-up Fork Lift Bid #PR-09-07

Stand-up Fork Lift Bid #PR-09-07 November 25, 2008 ILLINOIS VALLEY COMMUNITY COLLEGE, DISTRICT #513 815 North Orlando Smith Road Oglesby, Illinois 61348 Stand-up Fork Lift - Bid # PR-09-07 Illinois Valley Community College (IVCC) is accepting

More information

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Nordlof Center Lower Level West. Issued November 8, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Nordlof Center Lower Level West Issued November 8, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Due Date: Bid Opening Time and

More information

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT RFP # 1710002 Sheree Bell Due Date: November 30, 2017 Procurement Coordinator Not later

More information

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm:

INVITATION FOR BID. HVAC Equipment Replacement for Black Box Theatre at Nordlof Center. Issued June 14, Name of Bidding Firm: INVITATION FOR BID HVAC Equipment Replacement for Black Box Theatre at Nordlof Center Issued June 14, 2017 Name of Bidding Firm: Address: City: State: Zip: Phone: Fax Bid Opening Time and Date: Bid Deposit/Bid

More information

Highlands Housing Authority

Highlands Housing Authority Highlands Housing Authority 215 Shore Drive, Highlands, New Jersey 07732 TELEPHONE: (732) 872-2022 FAX: (732) 291-8743 REQUEST FOR PROPOSALS for CONCRETE SIDEWALK REPAIRS at JENNIE PARKER MANOR HIGHLANDS,

More information

INVITATION TO BID (Request for Proposal)

INVITATION TO BID (Request for Proposal) INVITATION TO BID (Request for Proposal) July 5, 2017 PROJECT Collaborative Spaces Furniture PROJECT DESCRIPTION The Topeka and Shawnee County Public Library is a 21st-century, landmark library; most recently

More information

Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) Page 1 of 10

Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) Page 1 of 10 Escanaba Water Department Leak Detection 2018 TO BIDDERS: 1/6/2018 BID OPENING: 1/30/2018, @ 2 pm EST ADVERTISED: 1/6/18 BID INVITATIONS SENT TO: NINE (9) ADS Environmental Services 935 W Chestnut Street,

More information

BID NO ONE YEAR CONTRACT TO SUPPLY VARIOUS CHEMICALS FOR THE JEFFERSON PARISH DEPARTMENT OF PUBLIC WORKS WATER.

BID NO ONE YEAR CONTRACT TO SUPPLY VARIOUS CHEMICALS FOR THE JEFFERSON PARISH DEPARTMENT OF PUBLIC WORKS WATER. Page: 8 BID NO. 50-104439 - ONE YEAR CONTRACT TO SUPPLY VARIOUS CHEMICALS FOR THE JEFFERSON PARISH DEPARTMENT OF PUBLIC WORKS WATER. BID SPECIFICATIONS FOR CHEMICALS LIQUID AMMONIA, ZINC SODIUM HEXAMETAPHOSPHATE,

More information

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT City of McMinnville, Community Development Department ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT Bid Document Nolan Ming 10/11/2017 ALL-IN-ONE

More information

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Section BF Bid Form For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM. Bid Proposals will be received at the office of the Owner. Identified

More information

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016.

TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). CLOSING DATE: FRIDAY, 1 ST APRIL 2016. TEACHERS SERVICE COMMISSION TENDER DOCUMENT FOR DISPOSAL OF LPG CYLINDERS WITH GAS (TSC EMPLOYEES ONLY). TENDER NUMBER: TSC/DISP/02/2015-2016 CLOSING DATE: FRIDAY, 1 ST APRIL 2016. Teachers Service Commission

More information

Accessorial Charges Rules Tariff

Accessorial Charges Rules Tariff 950 SOUTH PINE ISLAND ROAD, A- 150 PLANTATION, FL 33324 PHONE: 954-727- 8133 Accessorial Charges Rules Tariff This Accessorial Charges Rules Tariff (hereinafter referred to as Tariff), containing rules,

More information

NOTICE TO BIDDERS FOR FUEL SEALED PROPOSALS

NOTICE TO BIDDERS FOR FUEL SEALED PROPOSALS NOTICE TO BIDDERS FOR FUEL SEALED PROPOSALS will be received by the Municipal Clerk of the Borough of Beachwood, in the Beachwood Municipal Complex, 1600 Pinewald Road, Beachwood, New Jersey no later than

More information

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES

1997 Part 2. Document B141. Standard Form of Architect's Services: Design and Contract Administration TABLE OF ARTICLES TM Document B141 Standard Form of Architect's Services: Design and Contract Administration 1997 Part 2 TABLE OF ARTICLES 2.1 PROJECT ADMINISTRATION SERVICES 2.2 SUPPORTING SERVICES 2.3 EVALUATION AND PLANNING

More information

Hong Kong Science and Technology Parks Corporation

Hong Kong Science and Technology Parks Corporation Hong Kong Science and Technology Parks Corporation REQUEST FOR QUOTATION Biomedical Technology Support Centre Thermo cycler (REF #: RFQ/BSC/2018/001) Ref #: RFQ/BSC/2018/001 1 of 13 PURPOSE Hong Kong Science

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID Bid No. 14044 (4 WD LX Honda Pilot or Nissan Xterra X 4x4) Bid Release: February 4, 2014 Bid Questions Deadline: Bid Due Date: February 11, 2014, 2:00pm February 20,

More information

City of Olivette Request for Qualifications Furniture Procurement and Installation April 26, 2016

City of Olivette Request for Qualifications Furniture Procurement and Installation April 26, 2016 General Information The City of Olivette (City) is seeking a qualified firm to provide procurement, installation, and warranty service related to furnishings and furniture at the City s new Municipal Center.

More information

Request For Proposal Of Printing and Design Services. Marketing Department

Request For Proposal Of Printing and Design Services. Marketing Department Request For Proposal Of Printing and Design Services Marketing Department Released on June 3, 2016 Mosaic Youth Theatre of Detroit Printing and Design Services REQUEST FOR PROPOSAL (RFP) BACKGROUND Mosaic

More information

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

Architectural Services

Architectural Services Architectural Services 2016 Capital Improvement Program Request for Proposal Number: 18-20 Title of the Projects: Renovations to Weaver Middle School Procurement Department Bibb County School District

More information

Invitation to Bid BOE SANITIZER/DISINFECTANT

Invitation to Bid BOE SANITIZER/DISINFECTANT Invitation to Bid 20170328-BOE SANITIZER/DISINFECTANT Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, and 1500 Airport Road, Gallatin,

More information

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION

SECTION BID FORM LICK RUN INTERCEPTOR REHABILITATION SECTION 00410 BID FORM LICK RUN INTERCEPTOR REHABILITATION ARTICLE 1 BID RECIPIENT 1.01 This Bid is submitted to: WESTERN VIRGINIA WATER AUTHORITY ATTN: Earl Smith, P.E. Engineering Services Third Floor,

More information

HOBBS MUNICIPAL SCHOOLS P.O. Box 1030 Hobbs, New Mexico INVITATION TO BID. HMS Nutritional Services Milk

HOBBS MUNICIPAL SCHOOLS P.O. Box 1030 Hobbs, New Mexico INVITATION TO BID. HMS Nutritional Services Milk HOBBS MUNICIPAL SCHOOLS P.O. Box 1030 Hobbs, New Mexico 88241 INVITATION TO BID SUBJECT: HMS Nutritional Services Milk BID NUMBER: 1415-04 OPENING DATE: PLACE OF OPENING: July 2 nd, 2014 2:00 p.m. Hobbs

More information

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department Peralta Community College District 501 5 th Avenue Oakland, California 94606 Phone (510) 466-7225 Fax (510) 587-7873 Purchasing Department Date: March 30, 2011 ADDENDUM No. 3 BID NO.: 10-11/27 PCCD Smart

More information

OHIO CITY TOWN HALL OHIO CITY, COLORADO

OHIO CITY TOWN HALL OHIO CITY, COLORADO OHIO CITY TOWN HALL OHIO CITY, COLORADO PROJECT MANUAL PHASE 1 FOUNDATION STABILIZATION AND ELECTRICAL UPGRADES MAY 20, 2014 - BID DOCUMENTS THIS PAGE INTENTIONALLY LEFT BLANK ISSUE LOG * Items in Italics

More information

TENDER DOCUMENT. 7 th Generation Core i7 Branded Laptop. Computer Cell, Research Center, UET, Lahore. Tel:

TENDER DOCUMENT. 7 th Generation Core i7 Branded Laptop. Computer Cell, Research Center, UET, Lahore. Tel: TENDER DOCUMENT 7 th Generation Core i7 Branded Laptop Computer Cell, Research Center, UET, Lahore. Tel: +92-42-99029101 1 REQUEST FOR PROPOSALS TERMS AND CONDITIONS For Procurement of 7 th Generation

More information

PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST FOR CONTRACTOR PREQUALIFICATION

PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST FOR CONTRACTOR PREQUALIFICATION PRRIP ED OFFICE FINAL 3/3/2010 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 PLATTE RIVER RECOVERY IMPLEMENTATION PROGRAM REQUEST

More information

CITY OF BETHEL BETHEL, ALASKA REQUEST FOR BIDS

CITY OF BETHEL BETHEL, ALASKA REQUEST FOR BIDS CITY OF BETHEL BETHEL, ALASKA REQUEST FOR BIDS ROAD IMPLEMENTS, CHEMICALS TO TREAT DRINKING WATER, AND POOL CHEMICALS Bid packages will be accepted from May 16, 2016 to June 6, 2016 Opening Date: Monday,

More information

AMERICAN SAMOA POWER AUTHORITY MATERIALS MANAGEMENT OFFICE P.O. Box PPB, Pago Pago AS 96799, (684) /3031,

AMERICAN SAMOA POWER AUTHORITY MATERIALS MANAGEMENT OFFICE P.O. Box PPB, Pago Pago AS 96799, (684) /3031, AMERICAN SAMOA POWER AUTHORITY MATERIALS MANAGEMENT OFFICE P.O. Box PPB, Pago Pago AS 96799, (684)699-3057/3031, www.aspower.com REQUEST FOR PROPOSAL ( RFP ) TIRE REPLACEMENT SERVICES APRIL 18, 2017 RFP

More information

REQUEST FOR PROPOSAL (RFP) SERVICE AND MAINTENANCE OF AIR CONDITIONING UNITS FOR ASPA OFFICES AUGUST 5, 2013

REQUEST FOR PROPOSAL (RFP) SERVICE AND MAINTENANCE OF AIR CONDITIONING UNITS FOR ASPA OFFICES AUGUST 5, 2013 MATERIALS MANAGEMENT OFFICE REQUEST FOR PROPOSAL (RFP) SERVICE AND MAINTENANCE OF AIR CONDITIONING UNITS FOR ASPA OFFICES AUGUST 5, 2013 RFP NO. FY13.1142.FSM UTU ABE MALAE Executive Officer Page 1 of

More information

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA ADDENDUM NO. 1 FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA Bids to be received until 2:00 p.m., local time, July 9, 2012 SPECIFICATIONS Delete Section 00 41 53 Bid Unit Price in

More information

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION

700 CMR: MASSACHUSETTS DEPARTMENT OF TRANSPORTATION DIVISION OF HIGHWAYS 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION 700 CMR 14.00: PREQUALIFICATION OF CONTRACTORS FOR HORIZONTAL CONSTRUCTION Section 14.01: Definitions 14.02: Application for Prequalification of Contractors 14.03: Aggregate Bonding Capacity and Single

More information

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building.

The Town will coordinate with the adjacent property Owner for access allowing work to the East side of the building. ADDENDUM #1 EXTERIOR REPAIRS YOUTH SERVICES BUREAU 63 LINDEN STREET MANCHESTER, CT 06040 BID #15/16-68 S/P+A PROJECT NO. 15.207 DATE: March 15, 2016 The following changes to the Drawings and Project Specifications

More information

ALASKA. Request for. Anchorage, AK. com. the following: a.) Offeror s Name b.) c.) Project title. e: A Pre-Bid

ALASKA. Request for. Anchorage, AK. com. the following: a.) Offeror s Name b.) c.) Project title. e: A Pre-Bid ALASKA RAILROAD CORPORATION 327 W. Ship Creek Ave. Anchorage, AK 99501 August 4, 2017 Request for Quote #17-205428 The Alaska Railroad Corporation (ARRC) is soliciting bid from interested concerns for

More information

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE BIDS DUE: December 22 nd 2016 @ 2:00 P.M. Belleville City Hall City Hall 1819

More information

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3

SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 TABLE OF CONTENTS SECTION I: ADVERTISEMENT/ INVITATION TO TENDER... 3 DISPOSAL NOTICE... 3 CONDITION OF SALE... 3 TENDERING INSTRUCTIONS... 3 SECTION II- INSTRUCTIONS TO TENDERER... 4 ELIGIBILITY... 4

More information

ADVERTISEMENT FOR BIDS

ADVERTISEMENT FOR BIDS 1. INVITATION ADVERTISEMENT FOR BIDS Sealed proposals for the following work will be received by the University of Kentucky, Capital Construction Procurement Section, Room #322 Peterson Service Building,

More information

Request for Quote (RFQ) For. Brown County

Request for Quote (RFQ) For. Brown County Request for Quote (RFQ) For Brown County Fiber Optic Cable Material, Brown County Project #2148A FIBER OPTIC CABLE MATERIAL PROJECT 2148A Published Date: May 4, 2017 Response Deadline: May 10, 2017 3:00

More information

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION

Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION Request for Proposals for: Construction Management Services For The ADDISON PUBLIC LIBRARY INTERIOR RENOVATION May 19, 2015 The Addison Public Library invites you to submit a reply to this Request for

More information

g) Quotes indicating price in effect at time of shipment will be considered invalid.

g) Quotes indicating price in effect at time of shipment will be considered invalid. 2.0 RTG & STS Crane Lubrication PM Pricing 2.1 Prices to be Firm: The vendor warrants that prices offered will remain firm for the term of the contract unless otherwise specified in the this document.

More information

Measure. As per attached specifications in Appendix A Subtotal HST Total

Measure. As per attached specifications in Appendix A Subtotal HST Total TENDER SUBMISSION FORM Central Regional Health Authority (Please submit tender submission form to the address checked below) James Paton Memorial Regional Health Centre 125 Trans Canada Highway Gander,

More information

Request for Bids Sewer Department City of Portsmouth, New Hampshire Sewer Inventory Bid #48-15

Request for Bids Sewer Department City of Portsmouth, New Hampshire Sewer Inventory Bid #48-15 Bid #48-15 Request for Bids Sewer Department City of Portsmouth, New Hampshire Sewer Inventory Bid #48-15 City of Portsmouth Public Works Department Sewer Inventory INVITATION TO BID Sealed bid proposals,

More information

PURCHASING/TENDERING POLICY #1907

PURCHASING/TENDERING POLICY #1907 FUNCTION: COUNTY OF WETASKIWIN NO. 10 1000 GENERAL GOVERNMENT SERVICES Municipal Policy & Procedures Manual SECTION: 1900 PURCHASING POLICY STATEMENT PURCHASING/TENDERING POLICY #1907 The County of Wetaskiwin

More information

Date: November 30, Company: THE UNIVERSITY OF SOUTHERN MISSISSIPPI is considering the purchase of the following item(s). We ask that you submit

Date: November 30, Company: THE UNIVERSITY OF SOUTHERN MISSISSIPPI is considering the purchase of the following item(s). We ask that you submit REQUEST FOR BIDS/PROPOSALS COVERSHEET THE UNIVERSITY OF SOUTHERN MISSISSIPPI Procurement and Contract Services 118 College Drive #5003, Hattiesburg, Mississippi 39406-0001 Name: Date: November 30, 2016

More information

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM

SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM SPECIFICATIONS FOR SIDEWALK REPLACEMENT PROGRAM CITY OF GALENA 101 GREEN STREET GALENA, IL 61036 MAY 2016 Project must be completed between 5 th and 30 th September 2016 CONTENTS Page # ADVERTISEMENT FOR

More information

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA

A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA McKee and Associates Architecture and Interior Design Addendum No. SEVEN Date: 07.11.17 Project: A NEW GYMNASIUM AND RENOVATED FINE ARTS FOR MONTGOMERY CATHOLIC PREPARATORY SCHOOL MONTGOMERY, ALABAMA A7.1

More information

REQUEST FOR PROPOSAL Engineering Design for Culinary Water Tank and Secondary Water Tank Conversion

REQUEST FOR PROPOSAL Engineering Design for Culinary Water Tank and Secondary Water Tank Conversion REQUEST FOR PROPOSAL Engineering Design for Culinary Water Tank and Secondary Water Tank Conversion Page 1 of 5 REQUEST FOR PROPOSALS Syracuse City is seeking the services of a qualified engineering consultant

More information

REQUEST FOR BIDS WELL DRILLING & TESTING SERVICES I-77 EXIT 1 WATER SYSTEM PROJECT DESCRIPTION

REQUEST FOR BIDS WELL DRILLING & TESTING SERVICES I-77 EXIT 1 WATER SYSTEM PROJECT DESCRIPTION REQUEST FOR BIDS WELL DRILLING & TESTING SERVICES I-77 EXIT 1 WATER SYSTEM The Carroll County Public Service Authority requests bids from properly licensed well drilling firms, hereafter referred to as

More information

PUTNAM CITY SCHOOLS Information Technology Services 5401 NW 40th Oklahoma City, OK 73122

PUTNAM CITY SCHOOLS Information Technology Services 5401 NW 40th Oklahoma City, OK 73122 PUTNAM CITY SCHOOLS Information Technology Services 5401 NW 40th Oklahoma City, OK 73122 Request for Proposal for STORAGE AREA NETWORK SOLUTION Date of release March 1, 2014 Due Date April 10, 2014 12:00

More information

Colorado Springs Holiday Food & Gift Festival

Colorado Springs Holiday Food & Gift Festival 3960 Palmer Park Blvd., CO 80909 EXHIBITOR SERVICES MANUAL WE RE HERE TO HELP! To enhance your presentation, such items and services as carpet, modular exhibits, custom signs, floral and plants, and labor

More information

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4.

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4. OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, RFP NO.: 618-009 RFP OPENING DATE: APRIL 16, 2018 @ 3:00 PM ADDENDUM #4 April 9, 2018 THIS ADDENDUM IS TO PROVIDE ANSWERS TO THE FOLLOWING QUESTIONS: NOTE:

More information

The 28 th Annual Milford Pumpkin Festival October 6 th through 8 th, 2017 Celebrating 28 Years!

The 28 th Annual Milford Pumpkin Festival October 6 th through 8 th, 2017 Celebrating 28 Years! The 28 th Annual Milford Pumpkin Festival October 6 th through 8 th, 2017 Celebrating 28 Years! Dear Food Vendor: Attached please find information on food product vending for the Milford Pumpkin Festival,

More information

Project Manual April 20, 2015

Project Manual April 20, 2015 Project Manual April 20, 2015 Bozeman School District No. 7 Bozeman, Montana 2015 Roof Replacement Project for: Set Number PROJECT MANUAL BOZEMAN SCHOOL DISTRICT No.7 ROOF REPLACEMENT 2015 Comprised of

More information

Attachment 6 DETAILED SPECIFICATIONS

Attachment 6 DETAILED SPECIFICATIONS GROUP 33700 Fine and Coarse Aggregates PAGE 1 of 15 Attachment 6 DETAILED SPECIFICATIONS REFERENCES: References are made herein to the New York State Department of Transportation Standard Specifications,

More information

LEWIS DRUG. Corporate Office S Minnesota Ave. Suite 1, Sioux Falls, SD SUPPLIER GUIDE TABLE OF CONTENTS INTRODUCTION...

LEWIS DRUG. Corporate Office S Minnesota Ave. Suite 1, Sioux Falls, SD SUPPLIER GUIDE TABLE OF CONTENTS INTRODUCTION... LEWIS DRUG Corporate Office - 2701 S Minnesota Ave. Suite 1, Sioux Falls, SD 57105 SUPPLIER GUIDE TABLE OF CONTENTS INTRODUCTION... 2 SUPPLIER "SHIP TO" LOCATION... 2 SUPPLIER "BILL TO" LOCATION... 2 PURCHASE

More information

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Online Training System for the Department. office.

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Online Training System for the Department. office. The Lower Rio Grande Valley Development Council (LRGVDC) Invitation to Bid (ITB): Online Training System for the 9-1-1 Department Quotes Due Not Later than: Issuing Office: Monday, April 18 th, 2016 at

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater

CITY OF CHINO HILLS. Request for Proposals (RFP) for. On-call Electrical Repair Service. On-call Electrical Repair including Water and Wastewater CITY OF CHINO HILLS Request for Proposals (RFP) for On-call Electrical Repair Service March 30, 2016 Department: Project Name: Public Works On-call Electrical Repair including Water and Wastewater Proposal

More information

Request For Proposal. Interactive Projectors

Request For Proposal. Interactive Projectors Jackson County Intermediate School District On Behalf of Columbia School District Request For Proposal Interactive Projectors 1/22/2015 Issued by: Jackson County Intermediate School District Attention:

More information

DESIGN ARCHITECTS, INC.

DESIGN ARCHITECTS, INC. DESIGN ARCHITECTS, INC. ROOF REPLACEMENT WOOD RIVER PUBLIC LIBRARY DAi # 270-0325 Wood River Public Library 326 E. Ferguson Ave. Wood River, Madison County, Illinois Kate Kite, Director April 21, 2015

More information

University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel , Fax ,

University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel , Fax , University of Kelaniya Dalugama, Kelaniya, Sri Lanka Tel. 0112914476, Fax. 0112911393, e-mail : supplies@kln.ac.lk 08/12/2015 Web Domains/UKSJ/15/12/20154 The Manager, Invitation of Quotations for Web

More information

Black Creek Consolidated Drain (Dirkes Drain)

Black Creek Consolidated Drain (Dirkes Drain) Black Creek Consolidated Drain (Dirkes Drain) CONTRACT SPECIFICATIONS ISSUED FOR BID Prepared For: Muskegon County Drain Commissioner Prepared By: Project No. 14-111 May 2016 Table of Contents Division

More information