MOBILGARD ADL 40 LUBE OIL. July 9, 2007
|
|
- Chester Payne
- 6 years ago
- Views:
Transcription
1 AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT INVITATION FOR BID MOBILGARD ADL 40 LUBE OIL July 9, 2007 IFB NO, 2007GEN1008 ANDRA SAMOA Chief Executive Officer IFB NO. 2007GEN1008 MOBILGARD ADL 40 LUBE OIL 1
2 AMERICAN SAMOA POWER AUTHORITY INVITATION FOR BID NOTICE TO BIDDERS ISSUANCE DATE: July 9, 2007 IFB NO. 2007GEN1008 PROJECT: Supply of Mobilgard ADL 40 Lube Oil CLOSINGDATE/TIME: August :00 a.m. American Samoa time The American Samoa Power Authority (ASPA) hereby issues this restrictive invitation for bid ( IFB ) for One Hundred Thousand (100,000) gallons of Mobilgard ADL 40 Lube Oil. The restrictive nature of this IFB is necessary to prevent major engine problems experienced in the past by ASPA due to the use of other lube oils. The ASPA Procurement Rules 4 103(1) state that the use of a brand name specification is restrictive of product competition and may be used only when the Procurement Manager makes a determination that only the identified brand name item or items will satisfy ASPA s needs. The Procurement Manager has made such a determination in this instance. Qualified bidders must submit sealed bids and forms in a sealed envelope, box, or other enclosure addressed to the ASPA Procurement Manager. An original and five (5) copies of the bidder s bid must be received at the ASPA Procurement Office no later than 10:00 a.m. on or before August 23, The sealed envelope or box must be labeled IFB No. 2007GEN1008 Supply of Mobilgard ADL 40 Lube Oil attention Ioana Uli and showing date and time of bid opening. Late submittals will not be opened or considered and will be determined as nonresponsive. All bidders shall provide sufficient written and verifiable information that responds to the requirements set forth herein, the Contract Documents, and the Scope of Work. A complete bid package may be picked up from the ASPA Procurement Office in Satala. You may also view this on ASPA website: For more information about this IFB, you may contact: Ioana Uli, Procurement or Ted Le iato, Power Generation (684) The American Samoa Power Authority reserves the right to: 1. Reject all bids and reissue a new or amended IFB. 2. Request additional information from any submitting a bid. 3. Select a firm for award based on other than least cost (e.g. capability to complete work in a timely fashion or proven technical capabilities). 4. Negotiate a contract with the firm selected for award. 5. Waive any non material violations of rules set up in this IFB at its sole discretion. Andra Samoa, Contracting Officer Date IFB NO. 2007GEN1008 MOBILGARD ADL 40 LUBE OIL 2
3 The following are the significant dates for the IFB and the Anticipated Contract and Scheduling Dates: July 9, 2007 July 31, 2007 August 8, 2007 August 23, 2007 August 24, 2007 August 27, 2007 August 31, 2007 September 5, 2007 Bid Advertisement Deadline for submitting questions/inquiries/clarifications; Issue addendums to address questions and or clarifications as necessary; Closing Date: 10:00 a.m. American Samoa time Procurement to review bids for completion & compliance Source Evaluation Board(SEB) 1 st meeting to review bids SEB submit recommendations to CEO CEO submit recommendation to the Board for review, approval, and final decision September 14, 2007 Inform Successful Bidder September 17, 2007 Contract Award/Issue Purchase Order (send to Successful bidder) October 1, 2007 Execution and commencement of Contract IFB NO. 2007GEN1008 MOBILGARD ADL 40 LUBE OIL 3
4 AMERICAN SAMOA POWER AUTHORITY GENERAL TERMS AND CONDITIONS MOBILGARD ADL 40 LUBE OIL IFB NO. 2007GEN INTRODUCTION: Deutz has a list of compatible lube oils for use with the BVM 640 engine, which are utilized by ASPA in its power generation. Some of the oils have been used on the Deutz engines and have created problems. After several trials with other lube oil products, ASPA discovered that the Deutz engines functioned most effectively when using Mobilgard ADL 40 lube oil. Therefore, this is a restrictive IFB for Mobilgard ADL 40 lube oil. 2. BACKGROUND: ASPA started operation of its first Deutz engine in More Deutz engines were added to its power generation in the following years. To date, ASPA operates eight Deutz generators. Since the operation of the first Deutz engine, ASPA s Deutz engines experienced problems due to the use of alternative lube oil, including the following: a. Untimely filter plugging and foaming occurred daily on the lube oil filters and oil separator bowl discs, resulting in 24 hour shifts to clean lube oil filters and separators bowl discs; b. Lacquering in the liners, liner polishing, and glazing problems; c. Sludge accumulation in the camshaft and crankcase compartment, and the sump tank; d. Blow by condition increased wear & tear on the piston rings, liners, and cylinder head; and e. Increased personnel and operation & maintenance costs. After switching to the Mobilgard ADL 40 lube oil, the above problems were solved, and ASPA has successfully used the ADL 40 lube oil since 1997 with its Deutz engines. 3. AUTHORITY: ASPA Procurement Rules provides a method for purchasing based on brand name specification. As established above, ASPA Deutz engines have been functioning effectively since the implementation of Mobilgard ADL 40 in SCOPE OF WORK: The operation of eight each Deutz Generators require approximately 100,000 gallons per year of Mobilgard ADL 40 Lube Oil. Therefore, this IFB shall be for the supply of exactly 100,000 gallons of Mobilgard ADL 40 Lube Oil over the course of a one (1) year written agreement. IFB NO. 2007GEN1008 MOBILGARD ADL 40 LUBE OIL 4
5 The successful bidder will ship and provide for the safe handling of lube oil tanks to the ASPA site. The successful bidder will provide for the removal of empty tanks. All shipping and handling of the lube oil and tanks shall comply with local (ASG) and federal US laws, and the successful bidder will assume all risk of loss during the shipment of lube oil and empty lube oil tanks. The successful bidder shall be responsible for the following scope of services and any and all requirements specified in this IFB and the written agreement between the parties. a. The successful bidder shall supply Mobilgard ADL 40 lube oil to ASPA in five thousand (5000) gallon ISO tanks. b. At all times, ASPA requires a minimum of four reserve tanks (i.e. 20,000 gallons in total) to be on site at all times. In addition, one full tank will be connected to the lube oil circuit at the Tafuna power plant, and one full tank will be connected to the lube oil circuit at the Satala power plant. Therefore, at all times ASPA requires a total of six (6) lube oil tanks. Note: Each tank of lube oil will supply five to six weeks of lube oil. c. The successful bidder shall be responsible for the proper shipping of lube oil tanks to ASPA, and likewise, the return of empty lube oil tanks to the point of origin. The successful bidder shall be responsible for all costs, fees, insurance, dues and risk of loss for transportation of lube oil containers to and from ASPA. d. The Successful bidder shall be responsible for, and indemnify ASPA against, any incident relating to the transportation of lube oil tanks to and from the ASPA sites. e. Successful bidder shall supply ASPA with 100,000 gallons of Mobilgard ADL 40 lube oil over a period of one year. f. The Successful bidder shall ship lube oil to ASPA on a timely schedule as attached hereto: g. The Mobilgard ADL 40 lube oil supplied by the Successful bidder must equal or better current Mobilgard ADL 40 technical specifications currently in use by ASPA (See Attachment C Table 1). 5. PRE BID QUESTIONS: Any pre bid questions and/or clarifications shall be submitted to aspower.com or the Procurement Manager in writing (through electronic mail or hard copy) prior to the closing date set forth above. Questions and/or clarifications are welcome and should be submitted on or before July 31, ASPA shall issue addenda to address any questions and/or clarifications as necessary. IFB NO. 2007GEN1008 MOBILGARD ADL 40 LUBE OIL 5
6 6. BASIS FOR SELECTION: Bids will be evaluated by a Source Evaluation Board ( SEB ). SEB members shall be chosen by the Chief Executive Officer. Submission of a restrictive bid shall constitute a waiver of any challenge or dispute of the SEB members, as well as the choice of methodology set forth on the SEB score sheets. The award will be made by ASPA in accordance with the evaluation criteria set forth herein and with ASPA s Procurement Rules. A determination shall be made by the SEB of those responsible bidders whose bids are susceptible of being selected for award. The determination shall be included in the contract file. Discussions may be conducted by the SEB with those responsible bidders whose bids are determined to have reasonable chance of being selected for award. These discussions shall only be conducted for the purpose of obtaining clarification from the bidder on its bid to ensure full understanding of and responsiveness to the IFB requirements. Discussions shall be conducted individually with each bidder and care shall be exercised to ensure that no information derived from competing bidder s bids is disclosed. All bidders with whom discussions are conducted shall be accorded an opportunity to revise their bids in response to specific clarifications based on the discussions. Unless the Procurement Manager determines that satisfactory evidence exists that a mistake has been made, as set forth in Procurement Rule 3 114, bidders will not be permitted to revise their bids after bid opening. The results of the evaluation will be documented, and a written recommendation by the SEB will be sent to the Procurement Manager. The Procurement Manager, upon receiving the Source Evaluation Board s written recommendation, shall forward the SEB recommendation to the Board of Directors through the CEO, for final approval. Approval is not final until approved by the Board of Directors. ASPA reserves the right to make the award to the bidder that submits a bid, which meets the requirements set forth herein and is in the best interests of ASPA after taking into consideration the aforementioned factors. ASPA also reserves the right to select portions of a bid, or to reject any and all bids. 7. EVALUATION CRITERIA: These criteria will be used by the Source Evaluation Board to evaluate bids. Technical: Experience: Price: Total: 0 points 0 20 points 0 80 points 100 points (best possible score) Experience shall be based on the following: (a) Experience/knowledge with shipping agencies or freight forwarding companies that handle shipments to the South Pacific region. (b) Duration period of handling and transporting proposed product (c) Producing/manufacturing the oil as opposed to distribution IFB NO. 2007GEN1008 MOBILGARD ADL 40 LUBE OIL 6
7 8. PROOF OF COMPETENCY OF SUBSUCCESSFUL BIDDER: Any bidder may be required to furnish evidence, satisfactory to ASPA that proposed bidder has sufficient means, equipment, and experience in the types of work called for to assure completion of the contract in a satisfactory manner. 9. QUALIFICATION OF BIDDER: ASPA may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to ASPA such information and data for this purpose as ASPA may request, or the bid may be deemed non responsive. The bidder shall submit at least that information required by the section entitled Bidder s Qualification Data. 10. MULTIPLE BIDS COLLUSION: If more than one bid is offered by any one party or in the name of its clerk, partner or other person, all bids submitted by said party may be rejected by ASPA. This shall not prevent a bidder from submitting alternate bids when called for. A party who has quoted prices on materials is not thereby disqualified from quoting prices to other bidders or from submitting a bid directly to ASPA. If ASPA believes that collusion exists among any bidders, none of the participants in such collusion will be considered. Bids in which the contract prices are unbalanced or unrealistic may be rejected at ASPA s sole discretion. 11. BUSINESS LICENSE: Bidders from off island shall be licensed in accordance with the provisions of its state and country and shall be skilled and regularly engaged in the general type and size of work called for under this RFP. All bidders shall have an American Samoa business license prior to the execution of contract. 12. ORDER OF PRECEDENCE: The contract documents (the Contract Documents ) governing the work consists of the following, which shall take precedence over each other in the order provided: a. The written agreement and any amendments, then: b. This IFB and any addenda issued by ASPA, then; c. Any acknowledgements or clarifications issued by ASPA regarding a submission by a bidder, and finally; d. The successful bidder s bid. In the event that any term, clause or provision of any document above conflicts with a term, clause or provision of any other of the contract documents, the document with greater precedent shall supersede, control and be binding on the parties. 13. BIDDER S UNDERSTANDING: Each bidder must understand and acknowledge the conditions relating to the execution of the work and it is assumed that IFB NO. 2007GEN1008 MOBILGARD ADL 40 LUBE OIL 7
8 it will make itself thoroughly familiar with all the Contract Documents prior to execution of the written contract. Each bidder shall inform itself of, and the successful bidder shall comply with, federal and territorial statutes and ordinances relative to the execution of the work. This requirement includes, but is not limited to, applicable regulations concerning wage rates, nondiscrimination in the employment of labor, protection of public and employee safety and health, environmental protection, historic preservation, the protection of natural resources, fire protection, burning and non burning requirements, permits, fees and similar subjects. The bidder agrees to the requirements of Executive Order No , as amended, including specifically the provisions of the equal employment opportunity clause. 14. AMERICAN SAMOA LICENSES, PERMITS, TAXES AND IMPORT DUTY: The Successful bidder shall be cognizant of and comply with all American Samoa Government ( ASG ) laws and ordinances pertaining to licenses, permits, tax structure and import duties. American Samoa is a protectorate of the United States located outside the jurisdiction of the U.S. Customs and U.S. Immigration Department. Because of this, the successful bidder s equipment that will be returned to the United States will be subjected to customs or import duty unless properly manifested before shipment from the United States. Excise Tax on equipment to be incorporated into the project or used on this project may be waived upon written request. Should the Successful bidder elect to sell the equipment locally upon completion of the contract or uses the equipment for other than this project rather than shipping the equipment away from American Samoa, the equipment will then be subject to the appropriate duty rate. Equipment imported for use other than on this project is also subject to local tax; 15. WITHWDRAWAL OF BID: Any bid may be withdrawn prior to the scheduled time for the opening of bids by notifying ASPA in a written request. No bid may be withdrawn after the time scheduled for opening of bids. 16. OPENING AND EVALUATION OF BIDS: In accordance with ASPA Procurement Rule 3 110, bids will be opened and recorded as part of the record for the Source Evaluation Board on the date and at the time indicated above at the Procurement Office in Satala or in another place designated by the ASPA Procurement Manager in writing. 17. EXECUTION OF CONTRACT: The Successful bidder shall, after receiving the Notice of Award, sign and deliver to ASPA the written contract, together with all other documents as required by ASPA. 18. ASSIGNMENT: The Successful bidder shall not assign, transfer, convey or otherwise dispose of the award or the contract, or its right, title or interest therein, or its power to execute such contract, to any other persons, firms or corporations without the previous consent in writing of ASPA. IFB NO. 2007GEN1008 MOBILGARD ADL 40 LUBE OIL 8
9 19. TIME IS OF THE ESSENCE: The time is of the essence in carrying out the delivery schedule as specified under the contract. A penalty fee of $400 per day shall be assessed for deliveries not meeting the specified delivery schedule. 20. IFB CONDITIONS: This IFB does not commit ASPA to award a contract or to pay any cost incurred in the preparation of a bid. The American Samoa Power Authority reserves the right to: a. Reject any bidder for being non responsive to bid requirements contained in this RFP; b. Reject all bids and reissue an amended IFB; c. Request additional information from any bidder submitting a bid; d. Select a bidder for award based criteria; e. Negotiate a contract with the bidder selected for award; and f. Waive any non material violations of rules contained in this RFP. ASPA reserves the right to issue any addendums to this IFB. Bidders shall send ASPA a signed form confirming receipt of any addendums, and shall submit supporting/additional information as required by any addendums. In the event that a bidder fails to acknowledge receipt of any such Addendum in the space provided, his bid shall be considered irregular and will be accepted by ASPA only if it is in ASPA s best interest. In the event that Addenda are not received until after the bidder has submitted its bid, a supplementary bid may be submitted revising the original bid. Such supplementary bids must be received by ASPA prior to the scheduled time for opening of bids. 21. BRAND NAMES: Any reference in the Invitation for Bid to manufacturer s Brand Names and number is due to unsatisfactory product purchased by the ASPA in the past. 22. SCHEDULE FOR DELIVERY: As specified in this IFB on Attachment B. 23. BILL OF SALE: Successful Bidder shall render Bill(s) of Sale for each item delivered under this contract. Failure to comply with this requirement will result in rejection of delivery. The Bill(s) of Sale must accompany the items delivered but will not be considered as an invoice for payment. Supplier shall bill the ASPA in accordance with billing instructions as indicated on the Purchase Order. IFB NO. 2007GEN1008 MOBILGARD ADL 40 LUBE OIL 9
10 24. MANUFACTURERʹS CERTIFICATE: Successful Bidder is required, upon delivery of any item under this contract, to furnish a certificate from the manufacturer indicating that the goods meet the specifications. Failure to comply with this request will result in rejection of delivery. 25. INSPECTION: All supplies, materials, equipment, or services delivered under the contract shall be subjected to the inspection and/or test conducted by the ASPA at destination. If in any case the supplies, materials, equipment, or services are found to be defective in material, workmanship, performance, or otherwise do not conform with the specifications, the ASPA shall have the right to reject the items or require that they be corrected. The number of days required for correction will be determined by the ASPA. 26. SELLER S INVOICES: Invoices shall be prepared and submitted in quadruplicate (one copy shall be marked ʺoriginalʺ) unless otherwise specified. Invoices shall be ʺcertified true and correctʺ and shall contain the following information: Contract or Purchase Order number (if any,) item numbers, description of supplies or services, sizes, quantities, unit prices, shipping and handling insurance, extended total, and any other non product costs associated with this order. Bill of lading number and weight of shipment will be shown for shipments made on Government bills of lading. 27. JUSTIFICATION OF DELAY: Bidders who are awarded contracts under this Solicitation, guarantee that the goods will be delivered to their destination or required services rendered within the time specified. If the Bidder is not able to meet the specified delivery date, he is required to notify the Power Generation Manager and Warehouse Manager of such delay. [Notification shall be in writing and shall be received by the Power Generation Manager and the Warehouse Manager at least twenty four (24) hours before the specified delivery date.] Notification of delay shall include an explanation of the causes and reasons for the delay including statement(s) from supplier or shipping company causing the delay. The ASPA reserves the right to reject delay justification if, in the opinion of the Procurement Manager such justification is not adequate. 28. INDEMNITY PROVISION: The Successful bidder shall indemnify and hold harmless the American Samoa Power Authority from against any and all claims, damages, losses, and expenses, including attorney s fees, arising out of or resulting from the performance of the work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease, death or damage to property of whatsoever nature, including the loss of use resulting therefrom, and whether or not is caused in whole or in part by any negligent act or omission of the successful bidder, its subcontractors, or anyone employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by the negligence of ASPA and/or the strict liability of ASPA, its agents and employees. IFB NO. 2007GEN1008 MOBILGARD ADL 40 LUBE OIL 10
11 29. AWARD, CANCELLATION & REJECTION: Award shall be made to the lowest responsible and responsive Bidder, whose bid is determined to be the most advantageous to the American Samoa Power Authority, taking into consideration the evaluation factors set forth in this solicitation. No other factors or criteria shall be used in the evaluation. The right is reserved as the interest of the ASPA may require to waive any minor irregularity in bids received. The Procurement Manager shall have the authority to award, cancel, or reject bids, in whole or in part for any one or more items if she determines it is in the public interest. Award issued to the lowest responsible Bidder within the specified time for acceptance as indicated in the solicitation, results in a binding contract without further action by either party. In case of an error in the extension of prices, unit price will govern. It is the policy of the ASPA to award contracts to qualified bidders. The ASPA reserves the right to increase or decrease the quantity of the items for award and make additional awards for the same type items and the vendor agrees to such modifications and additional awards based on the bid prices for a period of thirty (30) days after the original award. No award shall be made under this solicitation which shall require advance payment. 30. BIDDER S QUALIFICATION DATA: It is the intention of ASPA to award a contract only to the Successful bidder who is able to furnish satisfactory evidence that it has the requisite experience and ability and that it has sufficient capital, facilities and plant to enable it to supply the requested items to complete it within the term set forth in the contract. Each bidder shall submit as part of the total bid package, the following information: a. Name of organization; b. Address and phone number of home office, principal place of business and locations and contact information for any branch offices; c. Type of business structure, e.g., corporation, partnership, joint venture, proprietorship; d. Place of organization or state of incorporation; e. Names and addresses for all owners for businesses other than corporations; For corporations, list the names and addresses of directors, officers and stockholders with twenty (20) percent ownership interest or greater; IFB NO. 2007GEN1008 MOBILGARD ADL 40 LUBE OIL 11
12 ATTACHMENT A BID FORM TO: American Samoa Power Authority, Attn: Procurement Manager ADDRESS: PO Box PPB, Pago Pago, American Samoa TITLE: Mobilgard ADL 40 Lube Oil IFB NO. BIDDER: 2007GEN1008 DATE:, 2007 Gentlemen/Ladies: The undersigned, (hereafter called a Bidder ) (Corporation, Partnership or Individual), hereby proposes and agrees to furnish all the necessary information to above bid in accordance with the Technical Specifications, Scope of Work, General Terms and Conditions, and other procurement requirements specified in these Contract Documents for the prices stated in the itemized bid form(s) attached hereto, plus any and all sums to be added and/or deducted resulting from all extra and/or omitted work in accordance with the unit and/or lump sum prices stated in the itemized Bid form attached hereto. The undersigned has read and understands the bid requirements, and is familiar with and knowledgeable of the local conditions at the place where the work is to be performed. We have read the Invitation for Bid Instructions and General Terms and Conditions attached to the Bid Invitation to ascertain that all requirements of the bid are submitted in the bid envelope that includes an original and five (5) copies at the date and time of bid opening. BID. ITEM DESCRIPTION QTY PRICE PER UNIT TOTAL PRICE Mobilgard ADL ,000 g. Above price shall include all supervision, labor, equipment, materials and services required for the supply of 100,000 gallons of Mobilgard ADL 40 Lube Oil. The total bid price must be quoted CIF Pago and shall include shipping and handling charges. Total Bid: (Amount in Words) $ [Signature Page Follows] IFB NO. 2007GEN1008 MOBILGARD ADL 40 LUBE OIL 12
13 IN WITNESS THEREOF, the undersigned has caused this instrument to be executed by its duly authorized officers on this day of, BIDDER: By: Name: Title: Date: Seal IFB NO. 2007GEN1008 MOBILGARD ADL 40 LUBE OIL 13
14 ATTACHMENT B DELIVERY SCHEDULE VENDOR RECEIVES ASPA PO: 100,000 GALLONS ADL 40 LUBE OIL. WITHIN 4 WEEKS OF RECEIVING THE PO: SHIPMENT # 1: 4 x 5000 GALLON TANKS OF LUBE OIL ARRIVE AT PAGO DOCK. RECEIVED 20,000 GALLONS BALANCE 80,000 GALLONS WITHIN 4 WEEKS OF RECEIVING SHIPMENT # 1 SHIPMENT # 2: 2 x 5000 GALLON TANKS OF LUBE OIL ARRIVE AT PAGO DOCK. BALANCE 70,000 GALLONS WITHIN 4 WEEKS OF RECEIVING SHIPMENT # 2 SHIPMENT # 3: 2 x 5000 GALLON TANKS OF LUBE OIL ARRIVE AT PAGO DOCK. BALANCE 60,000 GALLONS WITHIN 4 WEEKS OF RECEIVING SHIPMENT # 3 SHIPMENT # 4: 2 x 5000 GALLON TANKS OF LUBE OIL ARRIVE AT PAGO DOCK. BALANCE 50,000 GALLONS WITHIN 4 WEEKS OF RECEIVING SHIPMENT # 4 SHIPMENT # 5: 2 x 5000 GALLON TANKS OF LUBE OIL ARRIVE AT PAGO DOCK. BALANCE 40,000 GALLONS WITHIN 4 WEEKS OF RECEIVING SHIPMENT # 5 SHIPMENT # 6: 2 x 5000 GALLON TANKS OF LUBE OIL ARRIVE AT PAGO DOCK. BALANCE 30,000 GALLONS WITHIN 4 WEEKS OF RECEIVING SHIPMENT # 6 SHIPMENT # 7: 2 x 5000 GALLON TANKS OF LUBE OIL ARRIVE AT PAGO DOCK. BALANCE 20,000 GALLONS WITHIN 4 WEEKS OF RECEIVING SHIPMENT # 7 SHIPMENT # 8: 2 x 5000 GALLON TANKS OF LUBE OIL ARRIVE AT PAGO DOCK. BALANCE 10,000 GALLONS WITHIN 4 WEEKS OF RECEIVING SHIPMENT # 8 SHIPMENT # 9: 2 x 5000 GALLON TANKS OF LUBE OIL ARRIVE AT PAGO DOCK. BALANCE (ZERO) GALLONS IFB NO. 2007GEN1008 MOBILGARD ADL 40 LUBE OIL 14
15 ATTACHMENT C TABLE 1 Current Lube Oil Technical Specifications used successfully on Deutz engine at ASPA: Physical properties Metric English Specific 0 C g/cc lb/in 3 Viscosity Measurement index ASTM D2270 Kinetic Viscosity@40 0 C (104 0 F) 141cSt 141cSt ASTM D445 Kinetic Viscosity@100 0 C (212 0 F) 14.5cSt 14.5cSt ASTM D445 Ash 2.3% 2.3% sulfated ash wt% ASTM D874 Chemical properties Total Base Number 15 mgkoh/g 15mgKOH/g ASTM D 2896 Thermal properties Pour Point -9 0 C F ASTM D97 Flash Point C F ASTM D92 Descriptive Properties FZG 4-Squre Load Support, DIN 51354, Fail Stage IFB NO. 2007GEN1008 MOBILGARD ADL 40 LUBE OIL 15
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 informationREQUEST 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 informationAMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR PROPOSALS (RFP) TERMITE AND PEST CONTROL SERVICE JANUARY 27, 2009
AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR PROPOSALS (RFP) TERMITE AND PEST CONTROL SERVICE JANUARY 27, 2009 RFP NO. 2009FSM-1004 MICHAEL J KEYSER Chief Executive Officer Page - 1
More informationLICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE
U.S. Department of Transportation Federal Motor Carrier Safety Administration 400 7th Street SW Washington, DC 20590 SERVICE DATE February 08, 2007 LICENSE MC-587619-B CHOICE TRANSPORT, LLC COLUMBUS, NE
More informationUNAVCO, 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 informationAMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR PROPOSAL. Electric Rate Study. July 13, RFP NO. ASPA Electric Rate Study
AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR PROPOSAL Electric Rate Study July 13, 2015 RFP NO. ASPA15.1267.Electric Rate Study Utu Abe Malae Chief Executive Officer 1 P a g e o f 2
More informationWater Use Information for American Samoa
REQUEST FOR PROPOSALS ( RFP ) Water Use Information for American Samoa December 1, 2017 RFP NO.: APPROVED FOR ISSUANCE BY: UTU ABE MALAE EXECUTIVE DIRECTOR Page 1 of 17 Table of Contents Title Page...
More informationREQUEST FOR PROPOSALS PROVISION OF PROFESSIONAL SERVICES FOR THE EASTSIDE VILLAGE WASTEWATER COLLECTION SYSTEM PROJECT: PACKAGE 5, PHASE I (REBID)
REQUEST FOR PROPOSALS PROVISION OF PROFESSIONAL SERVICES FOR THE EASTSIDE VILLAGE WASTEWATER COLLECTION SYSTEM PROJECT: PACKAGE 5, PHASE I (REBID) July 21, 2017 RFP NO.: ASPA17.043.WW APPROVED FOR ISSUANCE
More information1997 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 informationREQUEST 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 informationINVITATION 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 informationAmerican Samoa Power Authority PO Box PPB Pago Pago, AS 96799
American Samoa Power Authority PO Box PPB Pago Pago, AS 96799 REQUEST FOR PROPOSALS FOR THE CONSTRUCTION OF Tramway Tank Rehabilitation Project Phase II February 14, 2017 RFP NO.: ASPA17.018.ESD-WTR APPROVED
More informationINVITATION 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 informationDocument B101 TM. Standard Form of Agreement Between Owner and Architect
Document B101 TM 2007 Standard Form of Agreement Between Owner and Architect AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Architect s client identified
More informationINVITATION 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 informationInstructions. 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 informationScott 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 information2018 AASHE Bulletin Advertising Agreement
2018 AASHE Bulletin Advertising Agreement This AASHE Bulletin Advertising Agreement (the Agreement ) is made by and between the Association for the Advancement of Sustainability in Higher Education ( AASHE
More informationINVITATION 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 informationMain 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 informationREQUEST FOR QUALIFICATIONS
NOTE: The City of New Brunswick Parking Authority will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the
More informationSATALA POWER PLANT REPLACEMENT PROJECT
AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR PROPOSAL ( RFP ) SATALA POWER PLANT REPLACEMENT PROJECT (BASE LOAD DIESEL GENERATORS, SWITCHGEAR & AUXILIARIES) May 1, 2012 RFP NO. FY12.1074.GEN
More informationHighlands 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 informationINVITATION 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 informationUTU ABE MALAE EXECUTIVE DIRECTOR
AMERICAN SAMOA POWER AUTHORITY Materials Management Office REQUEST FOR PROPOSAL ( RFP ) MUNICIPAL SOLID WASTE COLLECTION AND DISPOSAL SERVICE Solicitation No: ASPA14.1132.SW.MUNICIPAL COLLECTION AND DISPOSAL
More information700 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 informationTABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS INVITATION TO BID
TABLE OF CONTENTS THE CHURCH OF JESUS CHRIST OF LATTER-DAY SAINTS BRIGHAM YOUNG UNIVERSITY-IDAHO STANDARD CONTRACT REQUIREMENTS I. INVITATION TO BID II. NOTICE TO BIDDERS III. FORM OF PROPOSAL IV. INSTRUCTIONS
More informationREQUEST 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 informationREQUEST 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 informationHOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners)
HOUSING AUTHORITY OF THE CITY OF BOULDER (dba Boulder Housing Partners) SOLICITATION TYPE: DESCRIPTION: Request For Proposals Paperless Invoice Automation Software ISSUE DATE: 04/03/2018 DUE DATE: 04/20/2018
More informationDocument Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction
Document 00 41 13 - Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction Sealed bids will be received by Miami University at 181 Cole Service Building, Oxford,
More informationDAG 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 informationINVITATION 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 informationOhio Public Employees Retirement System. Request for Proposal
Ohio Public Employees Retirement System For: Consulting Services for Development of the Business Intelligence & Analytics Office Date: 9/11/2017 Project Name: Business Intelligence & Analytics Program
More informationREQUEST FOR PROPOSAL (RFP)
Missouri State Employees Retirement System REQUEST FOR PROPOSAL (RFP) for Pension Administration Solution RFP Creation and Procurement Consultant John Watson Executive Director Project Manager: Carson
More informationInvitation to Negotiate
Invitation to Negotiate Programming, Design, and Consulting Services Lisa Daws 4/3/2012 CLERKS OF COURT OPERATIONS CORPORATION Table of Contents Agency Background... 3 Statement of Purpose... 3 Scope of
More informationCONTRACT FOR STORAGE OF FROZEN SEMEN
CONTRACT FOR STORAGE OF FROZEN SEMEN THIS AGREEMENT, made and entered into this day of, 2011 ( Effective Date ), by and between Synbiotics Corporation, a wholly-owned subsidiary of Pfizer Inc., with a
More informationPeralta 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 informationSchool Risk Assessment
RSU #14 WINDHAM RAYMOND SCHOOLS AND YARMOUTH SCHOOLS School Risk Assessment RFP # 12-06 Bill Hansen and Judy Paolucci 12/2/2011 RSU #14 Windham Raymond Schools and the Yarmouth School Department are requesting
More informationREQUEST FOR PROPOSAL (RFP)
REQUEST FOR PROPOSAL (RFP) "Empanelment of HR Consultants for Recruitment Services Issue Date: 21 st June 2017 Last Date for Receipt of Proposal at SBI: 30 th June 2017 State Bank of India Central Recruitment
More informationINTRODUCTION 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 informationSAN 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 information6494 Latcha Rd. Walbridge, Ohio v: f: Table of Contents
Document (00 21 13) Rudolph/Libbe Inc. www.rlcos.com 6494 Latcha Rd. Walbridge, Ohio 43465 v: 419.241-5000 f: 419.837.9373 Table of Contents 1.0 General Instructions 1.1 Document Hierarchy 1.2 Safety 1.3
More informationPROCEDURE CITY OF GRANDE PRAIRIE PURPOSE SCOPE PROHIBITIONS:
CITY OF GRANDE PRAIRIE PROCEDURE PROCEDURE NO: 310-2 PAGE: 1 OF 6 TITLE: Request for Quotation POLICY: 310 Purchasing Policy SECTION: APPROVAL DATE: APPROVED BY: City Manager REVISION DATE: DEPARTMENT:
More informationREQUEST FOR PROPOSALS
REQUEST FOR PROPOSALS December 15, 2014 Secured Document Shredding Services Project 2014-2015 Due 10:00 AM CST/CDT Tuesday, January 20, 2015 Company Name: Contact Information: Printed Name & Title Address,
More informationCITY 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 informationSECTION 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 informationOhio Public Employees Retirement System. Request for Proposal
Ohio Public Employees Retirement System For: Application Performance Monitoring Software Date: March 23, 2018 277 East Town Street Columbus, Ohio 43215 1-800-222-PERS (7377) www.opers.org PLEASE NOTE:
More information1.1 Purchase orders shall only be legally binding if issued on our order forms and legally signed.
GENERAL PURCHASING TERMS OF ANDRITZ AG (July 2011 edition) The following terms and conditions shall exclusively apply to our inquiries and purchase orders, except if otherwise agreed in writing. We shall
More informationREQUEST 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 informationDocument Management System Request for Proposals
Document Management System Request for Proposals City of Great Falls PO Box 5021 Great Falls, MT 59403 Contact: Lisa Kunz City Clerk 406-455-8451 lkunz@greatfallsmt.net PROPOSALS DUE: Wednesday AUGUST
More informationREQUEST FOR PROPOSAL COMPENSATION & CLASSIFICATION STUDY
7703 NW Barry Road Kansas City, MO 64153 REQUEST FOR PROPOSAL COMPENSATION & CLASSIFICATION STUDY Detailed Proposal Information is Available on District Website: http://www.parkhill.k12.mo.us Bid Closing
More informationREQUEST FOR PROPOSAL CONSULTING SERVICES DEVELOPING A CORPORATE STRATEGIC PLAN
THE CORPORATION OF THE REQUEST FOR PROPOSAL CONSULTING SERVICES DEVELOPING A CORPORATE STRATEGIC PLAN Proposals will be received prior to 2:00pm on Friday May 29, 2015. All inquiries related to this Request
More informationArchitectural 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 informationFinance & 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 information4/7/09 I. PURPOSE OF AGREEMENT
4/7/09 HEART OF TEXAS PARTNERSHIP AGREEMENT Between The Heart of Texas Workforce Development Board, Inc. and Chief Elected Officials For The Heart of Texas Workforce Development Area WHEREAS, the Heart
More informationCarbon Forged Steel Fittings
BONNEY FORGE SALES CENTER/WAREHOUSE 14496 CROGHAN PIKE P.O. BOX 330 MT. UNION, PA 17066 (814) 542-2545 (800) 345-7546 FAX (814) 542-9977 TELEX 910-240-9091 E-MAIL: bfsales@bonneyforge.com WEB SITE: http://www.bonneyforge.com
More informationDATE: 05/03/2018. REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF
DATE: 05/03/2018 REQUEST FOR PROPOSAL: No. RFP/2018/UNHCR/PSP/MENA/001 FOR THE ESTABLISHMENT OF A FRAME AGREEMENT FOR THE PROVISION OF Recruitment and staff administration services in Gulf Cooperation
More informationSPECIFICATIONS 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 informationDear Sir / Madam, Please quote your best price for the following: S.No DESCRIPTION. 1 Web based Video Conferencing Service 1 License
To, ENQUIRY CRP7F001/1 DATE 09 06 2017 Dear Sir / Madam, Please quote your best price for the following: S.No DESCRIPTION. QTY 1 Web based Video Conferencing Service 1 License A Tender Due Date 05:00 PM
More informationTAYLOR FORGE STAINLESS
PRICE SCHEDULE NO. TFS 09-2011 Effective Sept. 1, 2011 Subject to change without notice TAYLOR FORGE STAINLESS ISO 9001-2008 Certified ASME Quality System Certificate Holder - Certificate #QSC 269 1984-2011
More informationALL-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 informationPROVISIONS FOR NSPA SMALL VALUE PURCHASE ORDERS (October 2017)
PROVISIONS FOR NSPA SMALL VALUE PURCHASE ORDERS (October 2017) 1. SPECIAL AREAS Except as otherwise provided in this purchase order, the Contractor shall not subcontract for use in the performance of this
More informationDates/Times: p.m. Pacific Time.
Notice - Request for Qualifications (RFQ) For Corrosion Engineering and Investigations For The "E" Street Reservoir Cover Repainting For The City of Port Angeles 06-12-12 The City of Port Angeles, Washington,
More informationREQUEST FOR QUOTATION RFQ 48 ( ) RECRUITMENT SERVICES CHIEF EXECUTIVE OFFICER
2017-11-03 REQUEST FOR QUOTATION RFQ 48 (2017-11) RECRUITMENT SERVICES CHIEF EXECUTIVE OFFICER The Toronto Zoo requests quotations for the provision of Executive Search services to assist in the recruitment
More informationREQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL
5006 EOI REQUEST FOR EXPRESSIONS OF INTEREST 5006 EOI DETERRENT PROGRAM FOR SNOW GEESE CONTROL Responses to this Request for Expressions of Interest will be received at the Information Counter, Main Floor,
More informationRev A. Vendor Compliance Manual
9004160 Rev A Vendor Compliance Manual Using the Vendor Compliance Manual This manual is designed to provide you with Automation Products Group, Inc. s (APG s) supply chain requirements. Please carefully
More informationI 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 informationCITY 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 informationTEXAS DEPARTMENT OF TRANSPORTATION
TEXAS DEPARTMENT OF TRANSPORTATION SPECIFICATION NO. PREVENTIVE MAINTENANCE AND REPAIR SERVICES FOR APOGEE BUILDING AUTOMATION MANAGEMENT SYSTEM PUBLICATION This specification is a product of the Texas
More informationPRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18
PRE-QUALIFICATION FOR PROVISION OF TEAM BUILDING CONSULTANCY SERVICES TENDER NO. KPPF /HRA-B/1-A/22/17-18 (JAN 2017 DEC 2018) PRE QUALIFICATION DOCUMENT Stima Plaza, Kolobot Road, P.O. Box 1548-00600 Nairobi,
More informationPLATTE 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 informationCity 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 informationTerms & Conditions Case Study:
EDUCATION & RESEARCH FOUNDATION Terms & Conditions Case Study: The Tale of TED Electric Supply This research study has been generously sponsored by the NAED Education & Research Foundation s Channel Advantage
More informationPURCHASING POLICY. Code: Policy 5.1. Date of Coming into Force: June Number of Pages: 10. Finance Department
REGISTER OF POLICIES, PROCEDURES AND BY-LAWS PURCHASING POLICY Code: Policy 5.1 Date of Coming into Force: June 2009 Number of Pages: 10 Origin: Finance Department Operator and Storage Site: Finance Department
More informationREQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St.
531 N. Nash Street Hortonville, WI 54944-0099 Phone: 920-779-6011 Fax: 920-779-6552 www.hortonvillewi.org REQUEST FOR BIDS BUILDING DEMOLITION 102 W. Main St. Date Issued: February 5, 2016 Date Due: March
More informationGENERAL TERMS and CONDITIONS OF SALE
GENERAL TERMS and CONDITIONS OF SALE between COMPANIES OF DEATEX GROUP ITALY Hereinafter also named Seller and hereinafter The Client or The buyer Preamble The present Agreement governs the partnership
More informationHong 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 informationCommonwealth of Virginia
Commonwealth of Virginia Alternative Project Delivery Division April 2017 Virginia Department of Transportation TABLE OF CONTENTS INTRODUCTION... 2 1.0 DEFINITIONS... 3 2.0 PRELIMINARY PROJECT SELECTION...
More informationREQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No
REQUEST FOR PROPOSAL Audit and Tax Services ISSUED April 24, 2015 RFP No. 15-1474 Tampa Bay Workforce Alliance, Inc. is accepting proposals from qualified CPA firms to provide audit and tax services. Parties
More informationREGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS
UNIVERSITY OF EMBU REGISTRATION FOR SUPPLY, DELIVERY, INSTALLATION, REPAIR AND MAINTENANCE OF AIR CONDITIONERS SERVICE PROVIDERS UoEm/04/2017-2019 CLOSING DATE: APRIL 18TH 2017 AT 11.00 AM Table of Contents
More informationWAREHOUSING STANDARD TRADING CONDITIONS. 1. Definitions Warehouseman means Crossdock Systems.
WAREHOUSING STANDARD TRADING CONDITIONS 1. Definitions Warehouseman means Crossdock Systems. Conditions means the individual terms and conditions within these Standard Trading Conditions. Customer means
More informationTERMS OF AGREEMENT AND TERMINATION. This agreement is made between and MILO TRANSPORTATION INC (MTI) on day of, 20.
MILO TRANSPORTATION INC. 525 S. Colfax Suite B. Griffith, IN 46319 PHONE# (888)881-6690 FAX# (219) 207-5635 TERMS OF AGREEMENT AND TERMINATION This agreement is made between and MILO TRANSPORTATION INC
More informationRequest 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 informationCONSIGNMENT AGREEMENT
CONSIGNMENT AGREEMENT This Consignment Agreement, hereinafter referred to as this Agreement, states the terms of the parties agreement with respect to personal property, hereinafter referred to as Consigned
More informationCUSTOMER NAME Security Awareness Education Request for Proposal. Program Content & Hosting Services Date
CUSTOMER NAME Security Awareness Education Request for Proposal Program Content & Hosting Services Date Contents SAE Project Overview... 3 SAE Vendor Qualifications... 3 Project Milestones... 3 CUSTOMER
More informationINVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09
INVITATION TO BID Invitation to Submittal Deadline: Wednesday, April 30, 2014 at 2:00 p.m. Mail bids to the following address: Curry County Administration 700 N. Main Street, Suite 10 Clovis, NM 88101
More informationLAKE 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 informationINTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) RFQ/11/055
REQUEST FOR QUOTATION INTERNATIONAL FOUNDATION FOR ELECTORAL SYSTEMS (IFES) Request for Quotation to supply: SIMULTANIOUS INTERPRETATION SYSTEM IRAQ RFQ/11/055 May 26, 2011 Page 2 of 11 Table of Contents
More informationREQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS
OLYMPIA, WASHINGTON REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS REQUEST FOR QUALIFICATIONS AND QUOTES (RFQQ) RELEASE DATE: April 13, 2017 PRE-PROPOSAL MEETING: Date: April 24, 2017
More informationCOMMUNITY 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 informationRequest for Proposal For: 2018 American Bar Association Temporary Services
Table of Contents Bid Timetable [2] 1.0 General Bid Information [3] 2.0 Proposal Requirements [5] 3.0 Criteria for Selection [7] 4.0 Specifications and Work Statement [7] Appendix A: Bidder Response Sheet
More informationProfessional Practice 544
February 22, 2016 February 29, 2016 Professional Practice 544 AIA-B101 Owner - Architect Agreement Michael J. Hanahan Schiff Hardin LLP 233 S. Wacker, Ste. 6600 Chicago, IL 60606 312-258-5701 mhanahan@schiffhardin.com
More informationOak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion
1 Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion Bids due April 5, 2016 1 2 Oak Park Unified School District 5801 Cornishon Ave Oak Park, CA 91377 NOTICE TO
More informationRequest 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 informationSECTION I: Corrections, Deletions, Revisions to RFP
For which Proposals are scheduled to be received no later than 10 a.m., Central Standard Time on Wednesday, June 21, 2017 (pursuant to the Request of Proposal (RFP): Temporary Staffing Services for 2018
More informationRequest for Quotation (RFQ) for. Conducting audit of Online Campaign for Indian Plantations for IBEF. Request for Quotation [RFQ]
1 Request for Quotation (RFQ) for Conducting audit of Online Campaign for Indian Plantations for IBEF Request for Quotation [RFQ] 20th Floor, Jawahar Vyapar Bhawan Tolstoy Marg New Delhi 110001 2 PART
More informationBROKER - CARRIER AGREEMENT
Version 7.02 as endorsed by the National Transportation Brokers Association. Membership in the National Transportation Brokers Association is not mandatory for use of this Agreement; however, it is understood
More informationRequest for Proposal Simulation-Based Learning Competition
International Council on Hotel, Restaurant, and Institutional Education February 1, 2018 Request for Proposal Simulation-Based Learning Competition RFP#2018-SIM-101 Your firm is invited to submit a proposal
More informationBOROUGH OF BERLIN. Municipal Planning Board Engineer. Term: January 1, 2018 to December 31, 2018.
BOROUGH OF BERLIN REQUEST FOR QUALIFICATIONS FOR MUNICIPAL ATTORNEY, MUNICIPAL AUDITOR, MUNICIPAL BOND COUNSEL, MUNICIPAL ENGINEER, MUNICIPAL WATER & SEWER ENGINEER, MUNICIPAL PROSECUTOR, MUNICIPAL PUBLIC
More information