HARNETT COUNTY FINANCE/PURCHASING

Size: px
Start display at page:

Download "HARNETT COUNTY FINANCE/PURCHASING"

Transcription

1 HARNETT COUNTY FINANCE/PURCHASING REQUEST FOR BIDS WATER AND WASTEWATER TREATMENT CHEMICALS FOR HARNETT COUNTY DEPARTMENT OF PUBLIC UTILITIES FIRM BIDS FOR SUPPLIES AND DELIVERY FOR THE PERIOD OF JULY 1, 2012 THROUGH JUNE 30, 2013 DUE DATE: NO LATER THAN 1:00 PM April 25, 2012 OPENING DATE: April 25, 2012 TIME: 1:00 PM LOCATION: HARNETT COUNTY PUBLIC UTILITIES BUSINESS CENTER 700 McKINNEY PARKWAY LILLINGTON, NC CONFERENCE ROOM 101 QUESTIONS: WATER CHEMICALS - ALLAN O BRIANT, WATER PLANT SUPERVISOR AOBRIANT@HARNETT.ORG (910) x3238 WASTEWATER CHEMICALS KENNY FAIL, WASTEWATER SUPERINTENDANT KFAIL@HARNETT.ORG (910) x6470 FAXES OR S ARE NOT ACCEPTED FOR THIS QUOTE THE COUNTY OF HARNETT RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS RECEIVED, OR TO SELECT THE BID WHICH, IN OUR OPINION, IS THE BEST OVERALL INTEREST OF THE COUNTY. MAIL OR DELIVER BIDS IN A SEALED ENVELOPE IDENTIFIED QUOTE ENCLOSED PUWW , YOUR FIRM NAME AND THE OPENING DATE ON THE OUTSIDE OF THE ENVELOPE. PLEASE NOTE THAT THE LAST PAGE (#42) OF BID PACKET EXECUTION OF PROPOSAL PAGE MUST BE INCLUDED IN YOUR QUOTE PROPOSAL. TO: Renea Warren-Ford Purchasing Agent 102 E. Front Street P.O. Box 760 Lillington, N.C Page 1 of 42

2 Harnett County Department of Public Utilities Request for Bids Water and Wastewater Treatment Chemicals Harnett County (the County ) is soliciting firm BIDS for the purchase and delivery of water and wastewater chemicals for the period from July 1, 2012 through June 30, Purchases will be in full tanker truck loads (TTL), LTL, totes, pallet loads or as noted below. All pricing is delivered. No fuel surcharges will be considered unless spot diesel fuel prices for over the road vehicles rise above $5.50 per gallon for 60 consecutive days. GENERAL SPECIFICATIONS & INSTRUCTIONS TO BIDDERS Scope It is the intent of this request for bids to obtain proposals for supplying the materials, supplies and/or equipment listed in the Bid Proposal Sheets, attached hereto and hereby incorporated herein. Compliance with Specifications Supplier s quote must be in strict compliance with the specifications and offer the same or equal materials. (HCDPU) reserves the right to allow or disallow minor deviations from the specifications in order to purchase what best meets the needs of the County from a standpoint of quality, price and service to be rendered. Warranty In submitting a quote, the bidder warrants that all goods furnished shall be free from all defects and shall conform in all respects to the technical specifications established herein. The bidder expressly warrants that all items bid are fit and sufficient for their intended purpose. Shipping All prices are to be quoted F.O.B. delivered, unless otherwise specified. Risk of loss and/or damage shall be upon the seller until such time as the goods have been physically delivered and accepted by the County. LTL deliveries shall be made by the supplier submitting the quote. No subcontracting of these deliveries is allowed. Unit Prices to Prevail Prices shall be submitted on per unit basis by line item. In the event of a disparity between the unit price and the extended price, the unit price shall prevail. Bid Price Corrections No corrections will be permitted after bid opening. Page 2 of 42

3 Use of Brand Names And References Unless otherwise stated, the use of manufacturer's names and product numbers are for descriptive purposes and establishing general quality levels only. Rejection of Bids The County reserves the right to reject any and all bids. Award Award shall be made to the lowest responsive responsible bidder (also referred to as Supplier ) for each item taking into consideration quality, performance and time specified in the proposal for the performance of the contract. Time of delivery and prompt payment discounts will be considered in breaking tie bids. Harnett County reserves the right to award individual bids for each chemical requested or to combine any and all bids dependent upon meeting the best interests of the County. Bidders may provide pricing for one or more items and are not required to submit pricing or forms for those items not bid. Taxes Harnett County is exempt from and will not pay federal taxes. An exemption certificate will be furnished upon request. North Carolina and local sales tax shall be shown as a separate item. The North Carolina Sales & Use Tax Technical Bulletin, dated December 1, 2008, Section states that Chemicals which are introduced in the water during the purification processes are exempt from tax and Section states that sewage treatment plants are not manufacturers under the Sales and Use Tax Law, and the purchases of chemicals are subject to the general rate of State tax and any applicable local sales or use tax. Sales tax will not be a consideration in the award. Payment Upon complete delivery and receipt of a correct invoice, payment will be made by County Net 30. Terms and Conditions Terms and Conditions included herein are an integral part of the bid document and shall prevail unless changes or attachments are agreed to and initialed by Harnett County prior to the bid opening. Terms and Conditions attached to the bid by the bidder and made a condition of purchase may render the bid nonresponsive and may be rejected by Harnett County. A. Contract Term/Conditions: This is a contract for one (1) year beginning July 1, 2012 and ending June 30, Although the contract is for one (1) year, said contract may be terminated at any time if funds are not appropriated and made available by the Harnett County Board of Commissioners. Bidder warrants that bid prices, terms, and conditions quoted in his/her bid will be firm for acceptance for a period of one (1) year. B. Contract Extension: Harnett County reserves the right to renew this contract after the initial contract term expires subject to the same terms and conditions upon agreement of both parties, provided that funds have been appropriated by the governing board and performance under this contract has been satisfactory. Price increase shall be considered at contract renewal time and may be cause for non-renewal. Page 3 of 42

4 Default Failure to satisfactorily perform the services required by the contract for the project will be grounds for County to declare the successful bidder in default. Unless otherwise provided herein, the contract may be canceled or annulled with a 30-day notice by County in whole or in part by written notice of default to the bidder upon nonperformance or violation of contract terms. An award may be made to another bidder for services specified, or they may be purchased on the open market and the defaulting supplier shall be liable to County for costs to the County in excess of the defaulted contract prices. The bidder shall continue the performance of this contract to the extent that any part is not terminated under the provisions of this clause. Training/Safety When requested or required, a factory trained representative shall be made available to train County personnel in the use of and/or safety aspects of the equipment or chemical. The successful bidder shall provide a Material Safety Data Sheet (MSDS) for each product prior to the first delivery. The supplier/transporter shall be responsible for adhering to all federal, state and local safety rules and regulations. All supplier/transporter employees shall adhere to all safety practices and use of approved PPE during off loading chemicals. The supplier/transporter shall be responsible for any and all chemical spills during off loading of chemicals (containment, cleanup and abatement) in accordance with the facility s written SPCC plan. Contractor s Representative for Business Purposes The name, mailing address, electronic mail address, facsimile number, and telephone number of the supplier's authorized agent with authority to bind the firm and answer official questions concerning the supplier s proposal must be clearly stated. Leaking Containers During Shipment All containers delivered will be inspected for leakage upon arrival and prior to unloading. Leaking containers will not be unloaded and accepted by the County. Response and remediation for any containers determined to be leaking shall remain the responsibility of the transporter. Dented or damaged chlorine cylinders will not be accepted and will be rejected at delivery. Removal of the rejected cylinders will be the supplier s responsibility. Tie Bids In the event of identical bids, the County will base its award recommendation on the following basis: (1) prior service records; and (2) type equipment utilized to service the County. Indemnity and Insurance Bidder will indemnify and hold harmless the County, its officers, agents, and employees from and against all loss, cost, damages, expense and liability caused by accident or other occurrence resulting in bodily injury, including death and disease to any person, or damage or destruction to property, real or personal, arising directly or indirectly from operations, products, or services rendered or purchased under the contract. Bidder, at its sole expense, will purchase and maintain the insurance listed below as A, B, & C. A. Automobile Automobile bodily injury and property damage liability insurance in an aggregate amount of at least $1,000, B. Commercial General Liability-Bodily injury and property damage liability as will protect bidder from claims of bodily injury or property damages which arise from operations of this contract. The amounts of such insurance coverage shall not be less than $2,000, per Page 4 of 42

5 occurrence and $3,000, aggregate coverage. This insurance shall include coverage for products/completed operations, personal injury liability and contractual liability. C. Workers Compensation and employers liability meeting the statutory requirements of the State of North Carolina. The successful bidder shall provide the County with a certificate of such insurance which shall name County as an additional insured and contain the provision that the County will be given thirty (30) days written notice of any intent to amend or terminate by either the insured or the insuring company. However, a ten (10) day notice is sufficient for cancellation due to non-payment of premium. Equal Opportunity Employer Harnett County is an equal employment opportunity employer. The County is a federal contractor, and therefore the provisions and affirmative action obligations of 41 CFR (a), 41 CFR (a), and 41 CFR are incorporated herein by reference, where applicable. Other 1. Certified copy of chemical analysis shall accompany bid and each delivery. 2. Delivery shall be made F.O.B. plants as directed at time order is placed. 3. Prices shall include loading, unloading, pumping, pallet and all charges related to delivery. 4. Unit prices calculated other than as requested on the bid proposal sheet will not be considered. Questions Please direct all questions concerning the specifications, the RFQ, points of delivery, etc. for Water Treatment Chemicals to Allan O Briant, Water Plant Supervisor, P.O. Box 1119, Lillington, NC 27546, (910) x3238 or aobriant@harnett.org. Question for Wastewater Treatment Chemicals to Kenny Fail, Wastewater Plant Superintendant, P. O. Box 1119, Lillington, NC 27546, (910) x6470 or kfail@harnett.org. Page 5 of 42

6 Item 1. FLUOROSILICIC ACID BID PROPOSAL Estimated Quantity 90,000 lbs Quote TTL Price per lb dry weight $ The cost of this chemical varies due to strength. Provide the formula used for calculating the delivered cost from the unit price using the wet weight delivered and chemical analysis. Failure to include the formula may be grounds for dismissal of bid. Manufacturer Brand Notes: In addition to the detailed specifications, the following requirements pertain: 1. Delivery of approximately 45,000 pounds, liquid (TTL) of Fluorosilicic Acid to be made to the water plant from time to time as required by. 2. Delivery shall be made within 72 hours of request between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday. Item % LIQUID ALUMINUM SULFATE Estimated Quantity 950 Dry Tons Quote TTL Price per dry ton $ The cost of this chemical varies due to strength. Provide the formula used for calculating the delivered cost from the unit price using the wet weight delivered and chemical analysis. Manufacturer Brand Notes: In addition to the detailed specifications, the following requirements pertain: 1. Delivery of approximately 45,000 pounds (TTL) of 8.3% Liquid Aluminum Sulfate to be made from time to time as required by. 2. Delivery shall be made within 72 hours of request between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday. Item 3. SODIUM HYPOCHLORITE, 15% Estimated Quantity 220,000 lbs Quote TTL Price per lb available chlorine $ Estimated Quantity 14,500 gals Quote LTL Price per gallon $ The cost of this chemical varies due to strength. Provide the formula used for calculating the delivered cost from the unit price using the wet weight delivered and chemical analysis. Failure to include the formula may be grounds for dismissal of bid. Manufacturer Brand Notes: In addition to the detailed specifications, the following requirements pertain: 1. Delivery of approximately 45,000 pounds (TTL) of Sodium hypochlorite to the water plant and wastewater plants or 500-1,000 gallons (LTL) to be made to the Erwin WWTPS, South 20 th St, Erwin, NC from time to time as required by. Page 6 of 42

7 2. Delivery shall be made within 72 hours of request between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday. Item 4. SODIUM CHLORITE (25%) Estimated Quantity 225,000 lbs Quote TTL Price per lb $ The cost of this chemical varies due to strength. Provide the formula used for calculating the delivered cost from the unit price using the wet weight delivered and chemical analysis. Failure to include the formula may be grounds for dismissal of bid. Manufacturer Brand Notes: In addition to the detailed specifications, the following requirements pertain: 1. Delivery of approximately 45,000 pounds (TTL) of sodium chlorite to be made from time to time as required by. 2. Delivery shall be made within 240 hours of request between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday. 3. This specification includes a service clause for the existing feed equipment Item 5. CHLORINE GAS 150 lb Cylinders Estimated Quantity 30,000 lbs in 150 lb cylinders Quote Price per lb $ Manufacturer Brand Notes: In addition to the detailed specifications, the following requirements pertain: 1. Delivery of approximately 3-6 cylinders to the water plant from time to time as required by. 2. Delivery shall be made within 72 hours of request between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday. Item 6a. CAUSTIC SODA (SODIUM HYDROXIDE, 50%) Estimated Quantity 180 Dry Tons Quote TTL Price per dry ton $ Estimated Quantity 15,000 gallons Quote LTL Price per gallon $ Item 6b. CAUSTIC SODA (SODIUM HYDROXIDE, 25%) Estimated Quantity 11,000 gallons Quote LTL Price per gallon $ The cost of this chemical varies due to strength. Provide the formula used for calculating the delivered cost from the unit price using the wet weight delivered and chemical analysis. Failure to include the formula may be grounds for dismissal of bid. Manufacturer Brand Notes: In addition to the detailed specifications, the following requirements pertain: 1. Delivery of approximately 45,000 pounds (TTL) of Caustic Soda (50%) to the water plant and 500-1,000 gallons (LTL, 50% / 25%) to be made to the Erwin WWTP, 411 South 20 th St, Erwin, NC from time to time as required by. Page 7 of 42

8 2. Delivery shall be made within 72 hours of request between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday. Item 7. SULFURIC ACID 93% Estimated Quantity 640,000 lbs Quote TTL Price per lb $ LTL $ The cost of this chemical varies due to strength. Provide the formula used for calculating the delivered cost from the unit price using the wet weight delivered and chemical analysis. Failure to include the formula may be grounds for dismissal of bid. Manufacturer Brand Notes: In addition to the detailed specifications, the following requirements pertain: 1. Delivery of approximately 45,000 pounds (TTL) or (LTL) of 93% Liquid Sulfuric Acid to be made from time to time as required by. 2. Delivery shall be made within 72 hours of request between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday. May require multiple deliveries in the same week due to lack of bulk facilities. 3. The bulk tank for this chemical and facilities not yet installed and no guarantees will be ready this fiscal year. Item 8. SODIUM BISULFITE, 38% Estimated Quantity 11,000 gals LTL Price per gallon $ The cost of this chemical varies due to strength. Provide the formula used for calculating the delivered cost from the unit price using the wet weight delivered and chemical analysis. Failure to include the formula may be grounds for dismissal of bid. Manufacturer Brand Notes: In addition to the detailed specifications, the following requirements pertain: 1. Delivery of approximately 500-1,000 gallons (LTL) or one or more totes of sodium bisulfite to be made to the Erwin WWTPS, South 20 th St, Erwin, NC from time to time as required by Harnett County Department of Public Utilities. 2. Delivery shall be made within 72 hours of request between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday. Item 9. AQUEOUS AMMONIA, 19% Estimated Quantity 35 tons Quote TTL Price per lb $ The cost of this chemical varies due to strength. Provide the formula used for calculating the delivered cost from the unit price using the wet weight delivered and chemical analysis. Failure to include the formula may be grounds for dismissal of bid. Manufacturer Brand Notes: In addition to the detailed specifications, the following requirements pertain: Page 8 of 42

9 1. Delivery of approximately 45,000 lbs (19.2%) to the water plant from time to time as required by. 2. Delivery shall be made within 72 hours of request between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday. Item 10. COPPER SULFATE Estimated Quantity 10,000 lbs Manufacturer Quote Price per lb. $ Brand Notes: In addition to the detailed specifications, the following requirements pertain: 1. Delivery of approximately 1,250-2,000 pounds (in 50 lb bags or pails) of copper sulfate to be made from time to time as required by. 2. Delivery shall be made within 120 hours of request between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday. Item 11. POWDERED ACTIVATED CARBON SLURRY (2 lbs PAC per Gallon) Estimated Quantity 80,000 gals Quote TTL Price per lb. $ Manufacturer Brand Notes: In addition to the detailed specifications, the following requirements pertain: 1. Delivery of approximately 45,000 pounds (TTL) of a two lb/gallon powdered activated carbon slurry to be made from time to time as required by. 2. Delivery shall be made within 72 hours of request between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday. Item 12. AQUA MAG Estimated Quantity 180,000 lbs Quote TTL Price per lb wet weight. $ Manufacturer: Carus Brand: Aqua Mag Notes: In addition to the detailed specifications, the following requirements pertain: 1. Delivery of approximately 45,000 pounds (TTL) to the water plant from time to time as required by. 2. Delivery shall be made within 72 hours of request between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday. 3. No substitutes. Item 13. CALCIUM NITRATE TETRAHYDRATE Estimated Quantity 110,000 gals Quote LTL Price per gallon wet weight. $ Does the cost of this chemical vary due to strength? Yes No If so, please provide the formula for calculating the cost Manufacturer Brand Page 9 of 42

10 Notes: In addition to the detailed specifications, the following requirements pertain: 1. Delivery of approximately 2,000 gallons split between multiple sites for odor control,or one or more totes to be made from time to time as required by Harnett County Department of Public Utilities. 2. Delivery shall be made within 72 hours of request between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday. Item 14. LIME SLURRY 35% Estimated Quantity Estimated Quantity 1,000,000 lbs Quote TTL Price per lb wet weight. $ 110,000 gals Quote Partial Deliveries Price per lb wet weight. $ Does the cost of this chemical vary due to strength? Yes No If so, please provide the formula for calculating the cost. Failure to include the formula may be grounds for dismissal of bid. Manufacturer Brand Notes: In addition to the detailed specifications, the following requirements pertain: 1. Delivery of approximately 45,000 pounds (TTL) of Lime Slurry to the water plant and North Harnett Regional WWTP, partial load deliveries to the, Erwin WWTPs, South Central WWTP and other locations from time to time as required by. 2. Delivery shall be made within 72 hours of request between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday. 3. This bid contains an equipment supply and service specification. Item 15. CAPTOR 30% (Calcium Thiosulfate Solution)_ Estimated Quantity 2,800 gals LTL Price per gallon $ The cost of this chemical varies due to strength. Provide the formula used for calculating the delivered cost from the unit price using the wet weight delivered and chemical analysis. Failure to include the formula may be grounds for dismissal of bid. Manufacturer Brand Notes: In addition to the detailed specifications, the following requirements pertain: 1. Delivery of approximately 275 to 330 gallons (LTL) or one or more totes of Captor to be made to the Harnett County Water Plant from time to time as required by Harnett County Department of Public Utilities. 2. Delivery shall be made within 72 hours of request between the hours of 8:00 a.m. and 3:30 p.m., Monday through Friday. Page 10 of 42

11 Product Specifications 1.1 Scope ITEM NO. 1 HYDROFLUOROSILICIC ACID Hydrofluorosilicic acid (H 2 SiF 6 ) supplied under the contract shall conform to all provisions of ANSI/AWWA B Standard or the latest revision. This specification covers hydrofluorosilicic acid (HFS) for water supply service applications. The estimated annual usage is 90,000 pounds. The bid price and billing price on this product will be on a wet weight basis for 23% HFS. 1.2 Purpose The purpose of this specification is to provide manufacturers and suppliers with the minimum requirements for hydrofluorosilicic acid, including physical, chemical, packaging, shipping, and testing requirements. 1.3 Physical Requirements The fluorosilicic acid supplied under these specifications shall be clean and free of visible suspended matter. The fluorosilicic acid supplied under this specification shall be water white to straw yellow. Straw yellow shall be determined as material with a maximum of 100 units in accordance with Standard Methods 2120B, Visual Comparison Method. 1.4 Chemical Requirements The fluorosilicic acid shall contain between 20 and 30 percent fluorosilicic acid by weight. 1.5 Impurities General. Fluorosilicic acid that meets the requirements of this specification shall contain no mineral or organic substances in quantities capable of producing deleterious or injurious effects on the health of those consuming water that has been properly treated with fluorosilicic acid Specific Impurity Limits. The fluorosilicic acid supplied under this specification shall contain a maximum of 1 percent free acids (other than fluorosilicic acid), expressed as HF (hyfrofluoric acid). 1.6 Sampling and Analysis Sampling. Samples requested by a Harnett County employee shall be taken by the driver at the point of delivery and in the presence of a Harnett County employee. The sample shall be placed in a container that will be provided by the County, which shall include a label to be completed by the driver collecting the sample. The sample shall be given to the Harnett County employee for processing Tank Samples. The sample taken by the driver should be a representative sample of the product delivered. Samples shall be held by County for 30 days before disposal Analysis. No independent analysis of the provided samples will be performed by an outside laboratory unless it is deemed necessary for product verification. A Harnett County employee supervising chemical delivery may perform simple tests such as specific gravity, ph or strength of product on the product before it is accepted for offloading into the County s storage vessels. Page 11 of 42

12 1.7 Rejection Notice of Nonconformance. If the fluorosilicic acid delivered does not meet the requirements of ANSI/AWWA B standard, a notice of nonconformance shall be given to the supplier by County within ten days of County s discovery of nonconformance. County shall have the right to reject all nonconforming product Material Originating Outside of North America. No material shall be supplied under this contract that was manufactured outside of North America without written approval of the County. The supplier shall inform the County, in writing, that the material was manufactured outside of North America, the origin of the material, and certification of conformance with ANSI/AWWA B Standard. 1.8 Affidavit of Compliance The County requires (1) an affidavit from the manufacturer that the fluorosilicic acid furnished under these specifications complies with all applicable requirements of ANSI/AWWA B Standard. (2) A certified analysis of the fluorosilicic acid and a certified weight certificate shall be furnished by the supplier with each shipment. The analysis shall include product content Product Certifications. Fluorosilicic acid is a direct additive used in the treatment of potable water. This material should be certified as suitable for contact with or treatment of drinking water by an accredited certification organization in accordance with ANSI/NSF Standard 60, Drinking Water Treatment Chemicals - Health Effects. Evaluation shall be accomplished in accordance with requirements that are no less restrictive than those listed in ANSI/NSF Standard 60. Certification shall be accomplished by a certification organization accredited by the American National Standards Institute. 1.9 CHEMICAL SPILL RESPONSE REQUIREMENTS Hazmat Response Team. Each chemical supplier shall furnish the name, address and telephone number of a qualified Hazmat Response Team. This team shall be supplied by the supplier to clean-up and mitigate a chemical spill caused by the supplier or its designee. The Hazmat Response Team must meet OSHA requirements and be available twenty-four (24) hours per day, seven (7) days per week Spill Response. Response to a hazardous material clean-up shall occur within eight (8) hours of notification by the treatment plant or the authorized representative, Spill mitigation actions taken by PWD personnel shall not be construed as a replacement for Chemical Spill Response. The Plant Supervisor or authorized designee shall make the determination of need for Hazmat Response Team assistance. Supplier must supply information on response team prior to first shipment. 2.0 PACKAGING & SHIPPING Packaging and shipping of all fluorosilicic acid solutions shall conform to all applicable local, state and federal regulations (including USDOT regulations and applicable interstate regulations). Page 12 of 42

13 ITEM NO. 2 LIQUID ALUMINUM SULFATE 1.1 Scope Liquid Aluminum Sulfate supplied under the contract shall conform to all provisions of ANSI/AWWA B Standard or the latest revision. This specification covers purified aluminum sulfate in liquid form for use in water treatment. The estimated annual usage is 950 dry tons. Pricing is requested for full truck loads (TTL) on a dry weight basis. 1.2 Purpose The purpose of this specification is to provide manufacturers and suppliers with the minimum requirements for aluminum sulfate, including physical, chemical, packaging, shipping, and testing requirements. 1.3 Physical Requirements Liquid alum shall be of such clarity as to permit the reading of flow-measuring devices without difficulty. 1.4 Chemical Requirements Liquid alum shall contain water-soluble aluminum of not less than 4.23 percent as AL or 8.0 percent as Al The water-soluble matter shall not exceed 0.2 percent in liquid alum. 1.5 Impurities General. Aluminum sulfate that meets the requirements of this standard shall contain no soluble material or organic substances in quantities capable of producing deleterious or injurious effects on the health of those consuming water that has been treated properly with the aluminum sulfate Specific Impurity Limits. The total water-soluble iron (expressed as Fe2O3) content of aluminum sulfate shall be no more than 0.75 percent, on a basis of 17 percent Al2O3 (9 percent as Al), in dry aluminum sulfate; or 0.35 percent, on a basis of 8.0 percent Al2O3 (4.23 percent as Al), in liquid aluminum sulfate. 1.6 Sampling and Analysis 1.6 Sampling and Analysis Sampling. Samples requested by a Harnett County employee shall be taken by the driver at the point of delivery and in the presence of a Harnett County employee. The sample shall be placed in a container that will be provided by the County, which shall include a label to be completed by the driver collecting the sample. The sample shall be given to the Harnett County employee for processing Tank Samples. The sample taken by the driver should be a representative sample of the product delivered. Samples shall be held by County for 30 days before disposal. Page 13 of 42

14 1.7 Rejection Analysis. No independent analysis of the provided samples will be performed by an outside laboratory unless it is deemed necessary for product verification. A Harnett County employee supervising chemical delivery may perform simple tests such as specific gravity, ph or strength of product on the product before it is accepted for offloading into the County s storage vessels Notice of Nonconformance. If the aluminum sulfate delivered does not meet the requirements of ANSI/AWWA B standard, a notice of nonconformance shall be given to the supplier by County within ten days of County s discovery of nonconformance. County shall have the right to reject all nonconforming product Material Originating Outside of North America. No material shall be supplied under this contract that was manufactured outside of North America without written approval of the County. The supplier shall inform the County, in writing, that the material was manufactured outside of North America, the origin of the material, and certification of conformance with ANSI/AWWA B Standard. 1.8 Affidavit of Compliance The County requires (1) an affidavit from the manufacturer that the aluminum sulfate furnished under these specifications complies with all applicable requirements of ANSI/AWWA B Standard. (2) A certified analysis of the aluminum sulfate and a certified weight certificate shall be furnished by the supplier with each shipment. The analysis shall include product content Product Certifications. Aluminum sulfate is a direct additive used in the treatment of potable water. This material should be certified as suitable for contact with or treatment of drinking water by an accredited certification organization in accordance with ANSI/NSF Standard 60, Drinking Water Treatment Chemicals - Health Effects. Evaluation shall be accomplished in accordance with requirements that are no less restrictive than those listed in ANSI/NSF Standard 60. Certification shall be accomplished by a certification organization accredited by the American National Standards Institute. 1.9 CHEMICAL SPILL RESPONSE REQUIREMENTS Hazmat Response Team. Each chemical supplier shall furnish the name, address and telephone number of a qualified Hazmat Response Team. This team shall be supplied by the supplier to clean-up and mitigate a chemical spill caused by the supplier or its designee. The Hazmat Response Team must meet OSHA requirements and be available twenty-four (24) hours per day, seven (7) days per week Spill Response. Response to a hazardous material clean-up shall occur within eight (8) hours of notification by the treatment plant or the authorized representative, Spill mitigation actions taken by PWD personnel shall not be construed as a replacement for Chemical Spill Response. The Plant Supervisor or authorized designee shall make the determination of need for Hazmat Response Team assistance. Supplier must supply information on response team prior to first shipment. 2.0 PACKAGING & SHIPPING Packaging and shipping of liquid aluminum sulfate shall conform to all applicable local, state and federal regulations (including USDOT regulations and applicable interstate regulations). Page 14 of 42

15 ITEM NO. 3 SODIUM HYPOCHLORITE 1.1 Scope Sodium hypochlorite supplied under this specification shall conform to all provisions of AWWA B Standard. This specification covers sodium hypochlorite for use in water treatment. The estimated annual usage is 220,000 gallons for full truck loads (TTL) and 14,500 gallons for less than truck loads (LTL). Pricing is requested for full truck loads (TTL) on a price per lb. available chlorine basis. Pricing for (LTL) will be on per gallon basis. 1.2 Purpose The purpose of this specification is to provide manufacturers and suppliers with the minimum requirements for sodium hypochlorite, including physical, chemical, packaging, shipping, and testing requirements. 1.3 Physical Requirements Sodium Hypochlorite solution shall be a clear light-yellow liquid containing up to 200 g/l available chlorine (20 percent). Sodium hypochlorite shall not contain more than 0.15 percent insoluble matter by weight. 1.4 Chemical Requirements Sodium hypochlorite delivered under this contract shall have a minimum of 120 grams per liter available chlorine equivalent to 12 percent sodium hypochlorite by weight. 1.5 Impurities General. The sodium hypochlorite supplied according to this specification shall contain no soluble material or organic substances in quantities capable of producing deleterious effects on the health of those consuming water that has been treated properly with the sodium hypochlorite Specific Impurity Limits. The total free alkali (expressed as NaOH) in sodium hypochlorites shall not exceed 1.5 percent by weight. Sodium hypochlorite delivered under this contract shall meet the following containment concentration limits: Iron < 0.3 mg/l Copper < 0.03 mg/l Nickel < 0.03 mg/l Chlorate < 2,500 mg/l Bromate 20 mg/l 1.6 Sampling and Analysis Sampling. Samples requested by a Harnett County employee shall be taken by the driver at the point of delivery and in the presence of a Harnett County employee. The sample shall be placed in a container that will be provided by the County, which shall include a label to be completed by the driver collecting the sample. The sample shall be given to the Harnett County employee for processing Tank Samples. The sample taken by the driver should be a representative sample of the product delivered. Samples shall be held by County for 30 days before disposal Analysis. No independent analysis of the provided samples will be performed by an outside laboratory unless it is deemed necessary for product verification. A Harnett County employee supervising Page 15 of 42

16 chemical delivery may perform simple tests such as specific gravity, ph or strength of product on the product before it is accepted for offloading into the County s storage vessels. 1.7 Rejection Notice of Nonconformance. If the sodium hypochlorite delivered does not meet the requirements of ANSI/AWWA B standard, a notice of nonconformance shall be given to the supplier by County within ten days of County s discovery of nonconformance. County shall have the right to reject all nonconforming product Material Originating Outside of North America. No material shall be supplied under this contract that was manufactured outside of North America without written approval of the County. The supplier shall inform the County, in writing, that the material was manufactured outside of North America, the origin of the material, and certification of conformance with ANSI/AWWA B Standard. 1.8 Affidavit of Compliance The County requires (1) an affidavit from the manufacturer that the sodium hypochlorite furnished under these specifications complies with all applicable requirements of ANSI/AWWA B Standard. (2) A certified analysis of the sodium hypochlorite and a certified weight certificate shall be furnished by the supplier with each shipment. The analysis shall include product content Product Certifications. Sodium hypochlorite is a direct additive used in the treatment of potable water. This material should be certified as suitable for contact with or treatment of drinking water by an accredited certification organization in accordance with ANSI/NSF Standard 60, Drinking Water Treatment Chemicals - Health Effects. Evaluation shall be accomplished in accordance with requirements that are no less restrictive than those listed in ANSI/NSF Standard 60. Certification shall be accomplished by a certification organization accredited by the American National Standards Institute. Sodium hypochlorite is required to be registered with USEPA under FIFRA. 1.9 CHEMICAL SPILL RESPONSE REQUIREMENTS Hazmat Response Team. Each chemical supplier shall furnish the name, address and telephone number of a qualified Hazmat Response Team. This team shall be supplied by the supplier to clean-up and mitigate a chemical spill caused by the supplier or its designee. The Hazmat Response Team must meet OSHA requirements and be available twenty-four (24) hours per day, seven (7) days per week Spill Response. Response to a hazardous material clean-up shall occur within eight (8) hours of notification by the treatment plant or the authorized representative, Spill mitigation actions taken by PWD personnel shall not be construed as a replacement for Chemical Spill Response. The Plant Supervisor or authorized designee shall make the determination of need for Hazmat Response Team assistance. Supplier must supply information on response team prior to first shipment. 2.0 PACKAGING & SHIPPING Packaging and shipping of all sodium hypochlorite solutions shall conform to all applicable local, state and federal regulations (including USDOT regulations and applicable interstate regulations). Page 16 of 42

17 ITEM NO. 4 SODIUM CHLORITE 1.1 Scope Sodium chlorite supplied under this specification shall conform to all provisions of AWWA B Standard. This specification covers sodium chlorite for use in the generation of chlorine dioxide for use in water treatment. The estimated annual usage is 225,000 pounds. Pricing is requested for full truck loads (TTL). This product specification includes a service requirement listed as 2.1 Service & Maintenance Requirements below. 1.2 Purpose The purpose of this specification is to provide manufacturers and suppliers with the minimum requirements for sodium chlorite, including physical, chemical, packaging, shipping, and testing requirements. 1.3 Physical Requirements Sodium chlorite solution shall be clear, or a light-tan to straw brown color. Sodium chlorite shall have a clarity that permits the reading of flow-measuring devices. 1.4 Chemical Requirements Sodium chlorite delivered under this contract shall have a minimum of 77.5 percent by weight NaClO 2 (25%). 1.5 Impurities General. The sodium chlorite supplied according to this specification shall contain no soluble material or organic substances in quantities capable of producing deleterious effects on the health of those consuming water that has been treated properly with the sodium chlorite Specific Impurity Limits. Sodium chlorite based on 80 percent sodium chlorite content shall contain no more than the following percentages of specific impurities by weight: 1.6 Sampling and Analysis Sodium Chloride, 17% Sodium Hydroxide, 3 % Arsenic, % Sodium Carbonate, 2% Sodium Sulfate, 3% Sodium Nitrate, 0.1% Sodium Chlorate, 4 % Sampling. Samples requested by a Harnett County employee shall be taken by the driver at the point of delivery and in the presence of a Harnett County employee. The sample shall be placed in a container that will be provided by the County, which shall include a label to be completed by the driver collecting the sample. The sample shall be given to the Harnett County employee for processing Tank Samples. The sample taken by the driver should be a representative sample of the product delivered. Samples shall be held by County for 30 days before disposal Analysis. No independent analysis of the provided samples will be performed by an outside laboratory unless it is deemed necessary for product verification. A Harnett County employee supervising Page 17 of 42

18 chemical delivery may perform simple tests such as specific gravity, ph or strength of product on the product before it is accepted for offloading into the County s storage vessels. 1.7 Rejection Notice of Nonconformance. If the sodium chlorite delivered does not meet the requirements of ANSI/AWWA B standard, a notice of nonconformance shall be given to the supplier by County within ten days of County s discovery of nonconformance. County shall have the right to reject all nonconforming product Material Originating Outside of North America. No material shall be supplied under this contract that was manufactured outside of North America without written approval of the County. The supplier shall inform the County, in writing, that the material was manufactured outside of North America, the origin of the material, and certification of conformance with ANSI/AWWA B Standard. 1.8 Affidavit of Compliance The County requires (1) an affidavit from the manufacturer that the sodium chlorite furnished under these specifications complies with all applicable requirements of ANSI/AWWA B Standard. (2) A certified analysis of the sodium chlorite and a certified weight certificate shall be furnished by the supplier with each shipment. The analysis shall include product content Product Certifications. Sodium chlorite is a direct additive used in the treatment of potable water. This material should be certified as suitable for contact with or treatment of drinking water by an accredited certification organization in accordance with ANSI/NSF Standard 60, Drinking Water Treatment Chemicals - Health Effects. Evaluation shall be accomplished in accordance with requirements that are no less restrictive than those listed in ANSI/NSF Standard 60. Certification shall be accomplished by a certification organization accredited by the American National Standards Institute. 1.9 CHEMICAL SPILL RESPONSE REQUIREMENTS Hazmat Response Team. Each chemical supplier shall furnish the name, address and telephone number of a qualified Hazmat Response Team. This team shall be supplied by the supplier to clean-up and mitigate a chemical spill caused by the supplier or its designee. The Hazmat Response Team must meet OSHA requirements and be available twenty-four (24) hours per day, seven (7) days per week Spill Response. Response to a hazardous material clean-up shall occur within eight (8) hours of notification by the treatment plant or the authorized representative, Spill mitigation actions taken by PWD personnel shall not be construed as a replacement for Chemical Spill Response. The Plant Supervisor or authorized designee shall make the determination of need for Hazmat Response Team assistance. Supplier must supply information on response team prior to first shipment. 2.0 PACKAGING & SHIPPING Packaging and shipping of all sodium chlorite solutions shall conform to all applicable local, state and federal regulations (including USDOT regulations and applicable interstate regulations). Item No. 4 Sodium Chlorite continued on next page Page 18 of 42

19 2.1 Service & Maintenance Requirements Maintenance and Repair. The supplier shall provide all scheduled maintenance and repair of supplier-owned equipment as well as the County s chlorine dioxide generators. A service representative shall be on call and shall respond within twenty four (24) hours after notification of an emergency situation (i.e., breakdown, repair or required service). The supplier shall ensure that the generator(s) and equipment is not out of service more than eight (8) hours at any one time during the period from April 1st thru October 31st of each year, or out of service more than fortyeight (48) hours at any other time Site Visits. The supplier shall conduct quarterly site visits (minimum) to provide the following (minimum): Check the operational modes of the generator(s) Check chlorine dioxide residuals Check the operational efficiency of the generator(s) Review plant operational records Provide a written service report to the Water Plant Supervisor Provide technical assistance, maintenance and calibration of component rotameters, pumps, solenoids, valves, vacuum system, etc Provide maintenance parts and components for the generator as required up to $ per site visit. The customer will be required to pay the total cost of the replacement parts that exceed $ Annual Efficiency Testing. The supplier will perform an annual on site efficiency test of the generators via a laboratory ampherometric instrument and provide a written report of the results, areas of deficiencies and the required steps to improve the generators operating efficiencies. Page 19 of 42

20 1.1 Scope ITEM NO. 5 LIQUID CHLORINE Liquid Chlorine supplied under this specification shall conform to all provisions of AWWA B Standard. This specification covers liquid chlorine for use in water treatment. The estimated annual usage is 30,000 pounds. Delivery will be in 150 pound cylinders and pricing is per pound chlorine. There will be no cylinder deposits or fees paid under this specification. 1.2 Purpose The purpose of this specification is to provide manufacturers and suppliers with the minimum requirements for liquid chlorine, including physical, chemical, packaging, shipping, and testing requirements. 1.3 Physical Requirements Liquid chlorine shall be amber colored and vaporize to a greenish-yellow gas. 1.4 Chemical Requirements The liquid chlorine supplied according to this standard shall be 99.5 percent pure by volume. 1.5 Impurities General. The liquid chlorine supplied according to this specification shall contain no soluble mineral or organic substances in quantities capable of producing deleterious effects on the health of those consuming water that has been treated properly with the sodium hypochlorite Specific Impurity Limits. Liquid chlorine shall contain no more than the following percentages of specific impurities by weight: Moisture, 0.015% Heavy Metals, % Lead, 0.001% Mercury, % Arsenic, % Total Residue, 0.015% Carbon Tetrachloride, 0.01 % Trihalomethanes, 0.03 % 1.6 Sampling and Analysis Sampling. If required by the County, samples will be taken at the point of shipment according to ASTM E410, ASTM E412and ASTM E806. Also see Chlorine Institute Pamphlet 77 on sampling chlorine Inspection. All containers shall be carefully examined by the supplier as discussed in Chlorine Institute Pamphlet 17 and in Compressed Gas Association Pamphlet C6, including proper holding of filled containers to check for leaks before filling. Any containers that show evidence of leakage, damage, or corrosion shall be rejected. Chlorine cylinders, valves, valve threads, and valve packings shall be in good mechanical order and shall operate normally with a wrench that is no longer than 8 in. (0.2 m). If the condition of the container and valves does not conform to any recommended practice in the above pamphlets in all applicable respects, the manufacturer or packager supplying the chlorine shall be notified immediately and shall take immediate action to ensure compliance. Routine inspection and cleaning of the interiors of chlorine cylinders shall be Page 20 of 42

21 1.7 Rejection performed by the supplier because of the potential buildup of contaminants when chlorine is removed as a gas Notice of Nonconformance. If the liquid chlorine delivered does not meet the requirements of ANSI/AWWA B standard, a notice of nonconformance shall be given to the supplier by County within ten days of County s discovery of nonconformance. County shall have the right to reject all nonconforming product Material Originating Outside of North America. No material shall be supplied under this contract that was manufactured outside of North America without written approval of the County. The supplier shall inform the County, in writing, that the material was manufactured outside of North America, the origin of the material, and certification of conformance with ANSI/AWWA B Standard. 1.8 Affidavit of Compliance The County requires (1) an affidavit from the manufacturer that the liquid chlorine furnished under these specifications complies with all applicable requirements of ANSI/AWWA B Standard. (2) A certified analysis of the liquid chlorine and a certified weight certificate shall be furnished by the supplier with each shipment. The analysis shall include product content Product Certifications. Liquid chlorine is a direct additive used in the treatment of potable water. This material should be certified as suitable for contact with or treatment of drinking water by an accredited certification organization in accordance with ANSI/NSF Standard 60, Drinking Water Treatment Chemicals - Health Effects. Evaluation shall be accomplished in accordance with requirements that are no less restrictive than those listed in ANSI/NSF Standard 60. Certification shall be accomplished by a certification organization accredited by the American National Standards Institute. 1.9 CHEMICAL SPILL RESPONSE REQUIREMENTS Hazmat Response Team. Each chemical supplier shall furnish the name, address and telephone number of a qualified Hazmat Response Team. This team shall be supplied by the supplier to clean-up and mitigate a chemical spill caused by the supplier or its designee. The Hazmat Response Team must meet OSHA requirements and be available twenty-four (24) hours per day, seven (7) days per week Spill Response. Response to a hazardous material clean-up shall occur within eight (8) hours of notification by the treatment plant or the authorized representative, Spill mitigation actions taken by PWD personnel shall not be construed as a replacement for Chemical Spill Response. The Plant Supervisor or authorized designee shall make the determination of need for Hazmat Response Team assistance. Supplier must supply information on response team prior to first shipment. 2.0 PACKAGING & SHIPPING Packaging and shipping of all liquid chlorine solutions shall conform to all applicable local, state and federal regulations (including USDOT regulations and applicable interstate regulations). Page 21 of 42

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

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

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

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

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

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

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

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

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

Specification and Contract Documents for. SUA Bid No /18. Bids Open: April 25, 2018 Specification and Contract Documents for The Supply and Delivery of Chemicals to the Stillwater Water Treatment Plant SUA Bid No. 08-17/18 Bids Open: April 25, 2018 City of Stillwater / Stillwater Utilities

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

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

Town of New Gloucester INVITATION TO BID Timber For Sale by Bid. Project Details

Town of New Gloucester INVITATION TO BID Timber For Sale by Bid. Project Details Town of New Gloucester INVITATION TO BID Timber For Sale by Bid To: Stumpage Buyers From: Town of New Gloucester The Town of New Gloucester is requesting bids for timber to be harvested using whole tree

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

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

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

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

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

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

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

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

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

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

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

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

Terms & Conditions Case Study:

Terms & 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 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

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

Bid: Seventy-First High School Gym Floor Refinishing

Bid: Seventy-First High School Gym Floor Refinishing REQUEST FOR QUOTATION CUMBERLAND COUNTY SCHOOLS PLANT OPERATIONS FACILITY 810 GILLESPIE STREET FAYETTEVILLE, NC 28306 May 31, 2013 Kathy Miller, Director Operations (910) 678-2645 fax - (910) 678-2642

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

TEXAS DEPARTMENT OF TRANSPORTATION

TEXAS 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 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

TERMS OF AGREEMENT AND TERMINATION. This agreement is made between and MILO TRANSPORTATION INC (MTI) on day of, 20.

TERMS 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 information

LICENSE MC B CHOICE TRANSPORT, LLC COLUMBUS, NE

LICENSE 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 information

2018 YEARLY BID FORMS SUPPLIER BID FORM. ITEM # 1: Fire Hydrants: 3 and 4 Bury, 3 ways, 5 ¼ valve opening, 6 mechanical joint shoe.

2018 YEARLY BID FORMS SUPPLIER BID FORM. ITEM # 1: Fire Hydrants: 3 and 4 Bury, 3 ways, 5 ¼ valve opening, 6 mechanical joint shoe. 2018 YEARLY BID FORMS SUPPLIER BID FORM ITEM # 1: Fire Hydrants: 3 and 4 Bury, 3 ways, 5 ¼ valve opening, 6 mechanical joint shoe. PHONE # OF BIDDER MAKE OF UNIT BID MODEL OF UNIT BID_ ITEM 3 BURY FIRE

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

BROKER - CARRIER AGREEMENT

BROKER - 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 information

Oak Park Unified School District Request for Proposal Bid Packet 16-04C Wireless Expansion

Oak 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 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

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

REQUEST FOR PROPOSAL WAYFINDING SIGN DESIGN AND FABRICATION FOR THE CITY OF SALIDA, COLORADO

REQUEST FOR PROPOSAL WAYFINDING SIGN DESIGN AND FABRICATION FOR THE CITY OF SALIDA, COLORADO REQUEST FOR PROPOSAL WAYFINDING SIGN DESIGN AND FABRICATION FOR THE CITY OF SALIDA, COLORADO I. INVITATION AND INTENT The City of Salida invites all interested, qualified persons or firms capable of providing

More information

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems CITY OF CHINO HILLS Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems February 18, 2016 Department: Public Works Proposal Due Date: March 17, 2016

More information

Terminal Tariff No. 1 Charlotte Intermodal Terminal

Terminal Tariff No. 1 Charlotte Intermodal Terminal Terminal Tariff No. 1 Charlotte Intermodal Terminal 1301 Exchange St, Charlotte, NC 28208 Effective: April 1, 2018 GENERAL RULES - REGULATIONS DEFINITIONS Item 5 - APPLICATION OF TARIFF: The charges, rules

More information

TERMS AND CONDITIONS OF SALE

TERMS AND CONDITIONS OF SALE TERMS AND CONDITIONS OF SALE GENERAL Conditions of Sale: These Terms and Conditions of sales ( Agreement ) shall apply to all sales of products by LF Illumination, LLC. As used in these Terms and Conditions

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

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

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

BUYER MUST MAKE ARRANGEMENTS FOR LOADING AND TRANSPORTING THE CONTAINERS.

BUYER MUST MAKE ARRANGEMENTS FOR LOADING AND TRANSPORTING THE CONTAINERS. LOS ANGELES COUNTY METROPOLITAN REQUEST FOR BID TRANSPORTATION AUTHORITY PROCUREMENT DEPARTMENT BID NO. 021308-S ONE GATEWAY PLAZA LOS ANGELES, CALIFORNIA 90012-2932 TEL. (213) 922-1092 THIS IS NOT AN

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

SUPPLIER GUIDELINES MANUAL

SUPPLIER GUIDELINES MANUAL 1.0 INTRODUCTION 1.1 This guidelines manual defines the minimum requirements for Supreme Machined Products Co.; Inc. LTD (to be referenced as Supreme throughout the document) Supplier s and does not supersede

More information

POLICY AND PROCEDURE MANUAL

POLICY AND PROCEDURE MANUAL Dayton Parts, LLC. P.O. Box 5795 Harrisburg, PA 17110-0795 (800) 233-0899 (800) 225-2159 Fax POLICY AND PROCEDURE MANUAL 1. Contact/Ordering information 2. Business Hours 3. Products 4. Prices 5. Price

More information

Document B101 TM. Standard Form of Agreement Between Owner and Architect

Document 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 information

APPENDIX A STATEMENT OF WORK SCRAP RUBBER/TIRE REMOVAL AND RECYCLING SERVICES

APPENDIX A STATEMENT OF WORK SCRAP RUBBER/TIRE REMOVAL AND RECYCLING SERVICES APPENDIX A STATEMENT OF WORK SCRAP RUBBER/TIRE REMOVAL AND RECYCLING SERVICES 1. CONTRACT SCOPE/OVERVIEW: This Contract (identified here and in the other documents as the Contract ) will cover the requirements

More information

STEEL PIPE NIPPLES SEAMLESS Price Sheet PNS-9.16C Effective: September 5, 2016 Cancels Price Sheet PNS-10.15C of October 5, 2015

STEEL PIPE NIPPLES SEAMLESS Price Sheet PNS-9.16C Effective: September 5, 2016 Cancels Price Sheet PNS-10.15C of October 5, 2015 STEEL NIPPLES SEAMLESS Price Sheet PNS-9.16C Effective: September 5, 2016 Cancels Price Sheet PNS-10.15C of October 5, 2015 FOR THE MOST CURRENT PRODUCT / PRICING INFORMATION ON ANVIL PRODUCTS, PLEASE

More information

CHEMICAL CONTRACTORS DC WATER CONTRACTOR SAFETY PROGRAM CONTRACT PROVISIONS FOR CHEMICAL DELIVERIES 1. RESPONSIBILITY FOR COMPLIANCE

CHEMICAL CONTRACTORS DC WATER CONTRACTOR SAFETY PROGRAM CONTRACT PROVISIONS FOR CHEMICAL DELIVERIES 1. RESPONSIBILITY FOR COMPLIANCE ATTACHMENT D: SAFETY PLAN REQUIREMENTS FOR CHEMICAL CONTRACTORS 1. RESPONSIBILITY FOR COMPLIANCE DC WATER CONTRACTOR SAFETY PROGRAM CONTRACT PROVISIONS FOR CHEMICAL DELIVERIES A. The contractor shall comply

More information

00010ACT CARRIER BROKER CONTRACT

00010ACT CARRIER BROKER CONTRACT 00010ACT CARRIER BROKER CONTRACT I. IDENTIFICATION OF PARTIES AGREEMENT Made this day of 2011 by and between. hereinafter referred to as a CARRIER, and USA LOGISTICS, INC. with address at: P.O. Box 666,

More information

CITY OF GOODLETTSVILLE STREET SWEEPING SPECIFICATIONS

CITY OF GOODLETTSVILLE STREET SWEEPING SPECIFICATIONS CITY OF GOODLETTSVILLE STREET SWEEPING SPECIFICATIONS Whereas the City of Goodlettsville, hereinafter called City, desires to obtain the service of a private contractor for cleaning and sweeping certain

More information

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio. General Conditions Scope: It is the intent of these specifications

More information

General Terms of Purchase

General Terms of Purchase General Terms of Purchase 1. Scope Unless otherwise agreed upon with Valeo's Purchasing Department (the "Purchasing Department"), these General Terms of Purchase shall apply to all purchases made by Valeo

More information

PROVISIONS FOR NSPA SMALL VALUE PURCHASE ORDERS (October 2017)

PROVISIONS 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 information

Charlotte Douglas International Airport s Invitation to Bid for Concourse A: Passenger Boarding Bridges, A9, A11 & A13 Parts & Install

Charlotte Douglas International Airport s Invitation to Bid for Concourse A: Passenger Boarding Bridges, A9, A11 & A13 Parts & Install Date: May 8, 2015 Charlotte Douglas International Airport s Invitation to Bid for Concourse A: Passenger Boarding Bridges, A9, A11 & A13 Parts & Install Schedule DATE (a) May 8, 2015 (b) May 19, 2015 by

More information

Vendor Partnership Manual. Section 3 Terms & Conditions of Purchase Order

Vendor Partnership Manual. Section 3 Terms & Conditions of Purchase Order Vendor Partnership Manual Section 3 Terms & Conditions of Purchase Order No changes have occurred in this chapter since our last update in July 2017. Frequently Asked Questions Question If the purchase

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

Statement of Work Tree Planting Services 202 Parkway, Montgomery County

Statement of Work Tree Planting Services 202 Parkway, Montgomery County Statement of Work Tree Planting Services 202 Parkway, Montgomery County SPECIAL PROVISIONS Governing Specifications Service Requirements Purchase Order Validity Period Option to Renew Option to Extend

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

Mailing Equipment and Supplies, Contract #985-L1 Special Instructions and Contract Details

Mailing Equipment and Supplies, Contract #985-L1 Special Instructions and Contract Details TABLE OF CONTENTS Shipping Information Mailing Equipment and Supplies, Contract #985-L1 Special Instructions and Contract Details Machine Performance Standards Mailing Equipment Specifications Weighing

More information

Document Delivery and Notary Services Independent Contractor Agreement

Document Delivery and Notary Services Independent Contractor Agreement Document Delivery and Notary Services Independent Contractor Agreement Notaries 24-7 and the undersigned, (hereafter called Notary) hereby enter into this independent contractor agreement whereby notaries

More information

ORDER DESK TOLL FREE (800) SIGMA SWITCHES PLUS

ORDER DESK TOLL FREE (800) SIGMA SWITCHES PLUS ORDER DESK TOLL FREE (800) 488-9505 4703 Wyland Drive Elkhart IN 46516 574-294-5776 Fax 574-294-8744 Dear Valued Customers, T hank You! Sigma Switches Plus, Inc. would like to thank you for considering

More information

CHARLESTON HEAVY LIFT 2, INC.

CHARLESTON HEAVY LIFT 2, INC. CHARLESTON HEAVY LIFT 2, INC. DERRICK BARGE OCEAN RANGER TARIFF NO. 1 Hoisting Rates, Charges, Rules and Conditions Governing Use Of 500-ton Capacity Derrick Barge OCEAN RANGER TARIFF THIS TARIFF IS SUBJECT

More information

DW Module 21: Chemical Addition Answer Key- Revised Oct 2015

DW Module 21: Chemical Addition Answer Key- Revised Oct 2015 Unit 1 Activity ph Adjustment: DW Module 21: Chemical Addition Answer Key- Revised Oct 2015 If you add The ph will be: Potassium hydroxide KOH Raised Nitric Acid HNO3 Lowered Calcium Hydroxide Ca(OH)2

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

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

WAREHOUSING STANDARD TRADING CONDITIONS. 1. Definitions Warehouseman means Crossdock Systems.

WAREHOUSING 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 information

REQUEST FOR PROPOSAL SCRAP TIRE TRANSPORTATION AND RECYCLING FOR THE CARROLL-COLUMBIANA-HARRISON SOLID WASTE DISTRICT

REQUEST FOR PROPOSAL SCRAP TIRE TRANSPORTATION AND RECYCLING FOR THE CARROLL-COLUMBIANA-HARRISON SOLID WASTE DISTRICT REQUEST FOR PROPOSAL SCRAP TIRE TRANSPORTATION AND RECYCLING FOR THE CARROLL-COLUMBIANA-HARRISON SOLID WASTE DISTRICT Purpose: To provide opportunities for residents to properly recycle used tires from

More information

NOTICE: To the prices and terms quoted, there will be added any manufacturers or sales tax payable on the transaction under any effective statute.

NOTICE: To the prices and terms quoted, there will be added any manufacturers or sales tax payable on the transaction under any effective statute. FORGED CARBON STEEL FITTINGS & FORGED STEEL UNIONS Screwed and Socket Welding Price Sheet CSF-7.17 Effective: July 3, 2017 Cancels Price Sheet CSF-4.11 of April 18, 2011 FOR THE MOST CURRENT PRODUCT/PRICING

More information

PROCEDURE CITY OF GRANDE PRAIRIE PURPOSE SCOPE PROHIBITIONS:

PROCEDURE 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 information

Carbon Forged Steel Fittings

Carbon 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 information

TERMS AND CONDITIONS: (Stated in U.S. Dollars):

TERMS AND CONDITIONS: (Stated in U.S. Dollars): TERMS AND CONDITIONS: (Stated in U.S. Dollars): Kim Lighting, (hereinafter Kim ) Kim hereby gives notice of its exception to any different or additional Terms and Conditions other than as stated herein

More information

A SUPPLIER'S GUIDE TO GOODS PROCUREMENT IN THE GOVERNMENT OF PRINCE EDWARD ISLAND. Procurement Services Office of the Comptroller

A SUPPLIER'S GUIDE TO GOODS PROCUREMENT IN THE GOVERNMENT OF PRINCE EDWARD ISLAND. Procurement Services Office of the Comptroller A SUPPLIER'S GUIDE TO GOODS PROCUREMENT IN THE GOVERNMENT OF PRINCE EDWARD ISLAND Procurement Services Office of the Comptroller Revised: June 2009 This publication summarizes the steps involved in Goods

More information

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA BID PROPOSAL PROPOSAL OF, a Corporation organized and existing under the laws of the State of, a Partnership consisting of, an Individual doing business as. Enclosed with this bid are (1) Bid Bond, and

More information

REQUEST FOR QUALIFICATIONS AND QUOTES 1716 VEHICLE WRAPS AND DECALS

REQUEST 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 information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL DATE: February 24, 2015 Shimizu North America LLC 909 3rd Avenue, 28th Floor New York, NY 10022 RFP Queries (646) 205-4722 Fax (212) 223-1930 PROJECT: The Japan Foundation New York

More information

CITY OF BELLINGHAM, WASHINGTON Purchasing-Vendor Guide

CITY OF BELLINGHAM, WASHINGTON Purchasing-Vendor Guide P U R C H A S I N G O F F I C E, 2 2 2 1 P A C I F I C S T, B E L L I N G H A M W A. 9 8 2 2 9 P H O N E 360-778-7750 F AX 3 6 0-778-7706 P U R C H A S I N G O F F I C E, 2 7 7 8-7 7 5 0 CITY OF BELLINGHAM,

More information

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE Tender Number: PW #2-18 Sealed Tenders will be clearly marked and received by: Corporation of the Township of Ryerson 28 Midlothian Road Burk s Falls, Ontario P0A 1C0 (705) 382-3232 Closing Date: THURSDAY

More information

SECTION MECHANICAL EQUIPMENT - GENERAL REQUIREMENTS

SECTION MECHANICAL EQUIPMENT - GENERAL REQUIREMENTS SECTION 11000 MECHANICAL EQUIPMENT - GENERAL REQUIREMENTS PART 1 - GENERAL 1.1 DESCRIPTION A. This section contains general information required to install mechanical equipment as shown on the plans and

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 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

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE

CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE CONTRACTOR PREQUALIFICATION REQUIREMENTS DATA CONTRACTORS FOR THE AZUSA UNIFIED SCHOOL DISTRICT 1 TABLE OF CONTENTS Filing of PreQualifications Submittals 3 PREQUALIFICATION QUESTIONNAIRE 6 Page Part I:

More information

There is an inspection report prepared after the Digester cleaning was carried out.

There is an inspection report prepared after the Digester cleaning was carried out. TERMS OF REFERENCE FOR CONSTRUCTION MANAGEMENT AND INSPECTION FOR THE REPAIRS AND GASPROOFING OF DIGESTER NO.2 AT THE GUELPH WASTEWATER TREATMENT PLANT BACKGROUND The work generally consists of Repairs

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

1.1 Purchase orders shall only be legally binding if issued on our order forms and legally signed.

1.1 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 information

Aftermarket Parts. Open account terms must be strictly adhered to. Payment is expected within 30 days of merchandise delivery.

Aftermarket Parts. Open account terms must be strictly adhered to. Payment is expected within 30 days of merchandise delivery. AFTERMARKET PARTS Aftermarket Parts Parts Wheeled Coach s Parts Sales Department is organized to meet the needs of our customers with maximum efficiency. We offer replacement parts of the same design and

More information

Water Treatment Chemicals Pre-Bid Conference ITB No A October 26, :00 PM

Water Treatment Chemicals Pre-Bid Conference ITB No A October 26, :00 PM Water Treatment Chemicals Pre-Bid Conference ITB No. 08-885-000-A October 26, 2011 2:00 PM DISCLAIMER: This PowerPoint Presentation does not amend the ITB documents. The PowerPoint only serves as a tool

More information

REQUEST FOR PROPOSALS

REQUEST 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 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

TAYLOR FORGE STAINLESS

TAYLOR 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 information

Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary FOR

Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary FOR 1 23 Commonwealth of Massachusetts DEPARTMENT OF HOUSING & COMMUNITY DEVELOPMENT Deval L. Patrick, Governor Aaron Gornstein, Undersecretary REQUEST FOR RESPONSES (RFR) FOR WEB-BASED BID DOCUMENT DISTRIBUTION

More information

Rev A. Vendor Compliance Manual

Rev 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 information

Electrical System, Maintenance and Repair Services For the PennDOT District 6-0 Office and Lab Buildings Statement of Work

Electrical System, Maintenance and Repair Services For the PennDOT District 6-0 Office and Lab Buildings Statement of Work Provisions - Governing Specifications - Publication 408 Requirements - Contract Validity Period - Option To Extend - Estimated Quantities - Experience Requirements - Subcontracting - Work Performance Requirement

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

[N] VALERO PARTNERS PAPS, LLC [C] THE PREMCOR PIPELINE CO.

[N] VALERO PARTNERS PAPS, LLC [C] THE PREMCOR PIPELINE CO. (Adopts F.E.R.C. No. 45.0.0*) *(The Premcor Pipeline Co. Series) [N] VALERO PARTNERS PAPS, LLC [C] THE PREMCOR PIPELINE CO. RULES AND REGULATIONS TARIFF GOVERNING THE TRANSPORTATION OF PETROLEUM PRODUCTS

More information