INVITATION FOR SEALED BID - BID NO North Loop Fiber Pull

Size: px
Start display at page:

Download "INVITATION FOR SEALED BID - BID NO North Loop Fiber Pull"

Transcription

1 City of Huntsville 448 Hwy 75 North Huntsville, Texas /5495 Fax: Billie F. Smith Saul Soto INVITATION FOR SEALED BID - BID NO North Loop Fiber Pull RETURN SEALED BID TO: City of Huntsville City Secretary 1212 Avenue M Huntsville, Texas Sealed bids shall be received no later than: 1:30 P.M., Central Time, Wednesday, June 22, 2009 MARK ENVELOPE: "BID NO ALL PAGES MUST BE INITIALED AND RETURNED, IF NOT BID WILL BE REJECTED. Bidding Requirements: THE CITY OF HUNTSVILLE appreciates your time effort in preparing a bid. Please note that all bids must be received at the designated location by the deadline shown. Bids received after the deadline will not be considered for the award of the contract, shall be considered void unacceptable. Late bids properly identified will be returned unopened to bidder. It is the sole responsibility of the bidder to have bid packet delivered to specified location not later than specified time. THE CITY OF HUNTSVILLE is aware of the time effort you expend in preparing submitting bids to the City. Please let us know of any bid requirements which are causing you difficulty in responding to our bids. We want to make the process as easy painless as possible so that all responsible vendors can compete for the City's business. BIDS WILL BE publically opened a reading is scheduled to be held in the City Hall, 1212 Avenue M, Huntsville, Texas. You are invited to attend. IF YOU DO NOT WISH to bid at this time, but wish to remain on the bid list for this commodity, please submit a "No Bid" by the same time at the same location as stated for bidding. Information on which commodities services we purchase is available from the PURCHASING OFFICE. You may register on the City s vendor management program at IT IS UNDERSTOOD that the City of Huntsville, Texas reserves the right to reject any or all bids for any or all products /or services covered in this bid request to waive informalities or defects in bids or to accept such bids as it shall deem to be in the best interests of the City of Huntsville. If less than three bids are received, the City of Huntsville reserves the right to extend the bid opening date as it deems to be in the best interest of the City. If the awarded vendor is unable to meet the requirements of the City services/product may be purchased from next available vendor. The City of Huntsville reserves the right to award in whole or parts as it Page 1 of 10 Bid VENDOR NAME: INT:

2 shall deem to be in the best interests of the City. TO OBTAIN BID TABULATION results, please log on to our website at rfps/bid_tabulations/. If you have any other questions, please contact the Purchasing Office, Billie F. Smith at (936) or or Saul Soto at (936) or WORK IS TO begin only after City Council approval TENTATIVE SCHEDULE OF EVENTS: June 14 - Post Bids June 15 - Advertise Bids June 24 - Open Bids July 2 - Present to Council July 7 - Issue Purchase Order Page 2 of 10 Bid VENDOR NAME: INT:

3 TO BE COMPLETED BY BIDDER COMPANY NAME: DATE: BIDDERS PRINTED NAME: SIGNATURE: TITLE: ADDRESS: CITY/STATE/ZIP: TELEPHONE: FAX: EXCEPTIONS/COMMENTS: BID AWARD: City of Huntsville reserves the right to award bids on the lump sum or by phase, whichever is in the best interest of the City. Total Phase 1: Total Phase 2: Page 3 of 10 Bid VENDOR NAME: INT:

4 North Loop Fiber Project PART 1 GENERAL 1.1 RELATED DOCUMENTS A. This project shall comply with best practices as described by ANSI/ICEA/EIA/TIA stards including but not limited to: ANSI/EIA/TIA , Commercial Building Telecommunications Cabling Stard or its most recent successor document; ICEA S Optical Fiber outside Plant Communications Cable or its most recent successor document; ANSI/EIA/TIA , Commercial Building Telecommunications Pathways Spaces or its most recent successor document; ANSI/EIA/TIA , Administration Stard for the Telecommunications Infrastructure of Commercial Buildings or its most recent successor document. B. The Contractor shall fully comply with the requirements of the City of Huntsville Information Technology, who will hereinafter be referred to as CoH-IT, shall maintain contact with the designated representative of the CoH - IT, C. The Contractor shall be responsible for arranging the equipment, material, apparatus into the given project restraints per specifications provided by CoH-IT. D. The Contractor, by submitting a bid on this work, certifies that they are a Corning Cable Systems Extended Warranty Program (EWP) installer. 1.2 SUBMITTALS A. The Contractor s proposal shall provide submittals to CoH-IT for all materials equipment to be provided installed by the Contractor on this project, to include but not to be limited by the following list: fiber optic cable, fan-out kits, copper locate wire, protectors, hanger devices, conduit, equipment cabinets or racks all rack component parts. B. The Contractor shall be responsible for determining distances between existing pull boxes the resulting total of the entire fiber run. For linear feet, hereinafter referred to as LF, estimates, attached North Loop Fiber aerial. C. Upon completion of the work but before final payment, the Contractor shall provide the following "As-Built" in both electronic format hard copy: Wire / Cable Routing Diagram showing locations of any new or pertinent man holes, conduits, pull boxes, chases, the cable pathways between them. D. The Contractor must supply a copy of the Contractor s Liability Insurance with a minimum amount of 1, Page 4 of 10 Bid VENDOR NAME: INT:

5 E. The Contractor to provide a performance bond in the amount of five (5) percent of submitted bid total. F. The Contractor to provide a payment bond in the amount of five (5) percent of submitted bid total. PART 2 - SCOPE OF WORK The Contractor shall perform the following work: A. The Contractor shall be responsible for pulling three 1 corrugated interducts the length of the entire existing conduit with an existing pull string inside conduit per the attached route map. #14 gauge bare copper wire shall be pulled the length of the entire existing conduit for the purpose of locates, when the interducts are pulled. Each interduct shall be distinguishable from the other by means of color (blue, orange, black). Fiber optic cable shall be run within the blue interduct. All unused interduct shall be left with an intact pull string to facilitate future pulls. B. All fiber runs from intermediate distribution frame (IDF) data closets to the main distribution frame (MDF) shall be home runs. C. All runs shall be complete from end to end. CoH-IT must be notified approve any special cases that require a splice. If a splice is required, the splice must be a fusion splice maintain no more than a 0.2 db of loss. D. All fiber strs shall be terminated as listed in Section 3.2B. NOTE: Section 3.2B4 applies to phase 2, which is to be bid separately. See Parts 6 7. E. When crossing through a ceiling, or other areas requiring additional protection, rigid metal conduit or electrical metal conduit (EMT) shall be supplied to protect fiber reduce the potential for damage. F. Penetrations through or into firewalls shall be sleeved /or fire stopped per the referenced codes stards. All firewall penetrations must be pre-approved by CoH -IT G. All conduits in pertinent manholes or those connecting to exterior locations, whether in use or empty, shall be sealed with waterproof sealant at each end. H. The contactor shall provide to CoH-IT a submittal stating the type of equipment to be used for testing fiber optic cabling prior to the beginning of testing. The test results shall be provided in paper electronic format, verifying the compliance of every cable system. I. The contractor shall complete fiber run testing without interfering with leased fiber currently in use. Upon completion the fiber run testing, down time should be limited to the time it takes to transition fiber patch cables to new termination points, the cycling of switching equipment. Page 5 of 10 Bid VENDOR NAME: INT:

6 PART 3 - MATERIALS 3.1 All materials shall comply with: ANSI/ICEA S , Optical Fiber outside Plant Communications Cable, ANSI/EIA/TIA-569, Commercial Building Stard for Telecommunications Pathways Spaces, ANSI/EIA/TIA-606, Administration Stard for the Telecommunications Infrastructure of Commercial Buildings, ANSI/TIA/EIA-607, Commercial Building Grounding Bonding Requirements for Telecommunications the National Electrical Code ANSI/NFPA All materials used shall meet required specifications defined herein approved by CoH-IT prior to installation. A. Any Fiber Optic Cable run between buildings in underground conduit shall be 48 SM Loose Tube, 048EW4-T4101D20 by Corning. There shall be a service loop of 15 feet routed appropriately in the telecommunications closets at each end of the fiber run. There shall be a minimum service loop of 6 feet routed appropriately in every subsequent pull box. The fiber should be terminated with LC connectors must be installed certified by a Corning Certified Installer said installer must provide the Corning 25 year warranty on all fiber, connectors, hardware terminations. All power meter OTDR readings shall be submitted to COH-IT as well as a copy of any other tests given to Corning for certification. B. The Fiber trays shall be Corning Fiber Optic enclosure with LC connector panels corresponding to size type of fiber. Acceptable part number is CCH-CP24-A9. Enclosure shall be sized to location requirements as follows: 1. Police Department - Corning Fiber Optic locking enclosure part number is CCH- 04U six CCH-CP24-D3 LC duplex adapters will ceramic sleeves. 2. Aquatic Center - Corning Fiber Optic locking enclosure part number is CCH-03U five CCH-CP24-D3 LC duplex adapters will ceramic sleeves. 3. Municipal Court - Corning Fiber Optic locking enclosure part number is CCH-04U six CCH-CP24-D3 LC duplex adapters will ceramic sleeves. 4. Service Center - Corning Fiber Optic locking enclosure part number is CCH-04U six CCH-CP24-D3 LC duplex adapters will ceramic sleeves. PART 4 - COORDINATION: A. General: Prior to installation of fiber system components, coordinate with CoH-IT. Where minor modifications to provisions are required, they shall be made at no cost as a matter of job coordination. Page 6 of 10 Bid VENDOR NAME: INT:

7 B. Building Service: Provisions for voice/data cable entry to the building shall be coordinated with CoH-IT, prior to installation. PART 5 - WARRANTIES The Corning Certified Contractor said installer must provide in writing the Corning 25 year warranty on all fiber, connectors, hardware terminations. All power meter OTDR readings shall be submitted to COH-IT as well as a copy of any other tests given to Corning for certification. PART 6 - LINEAR FOOT BREAKOUT (Phase 1) Item No. 1 Approximate Quantities 12,000 LF Unit Description Unit Price Total - Figures Words Furnish all materials, labor equipment Install 48 str Corning single mode OSP Dry block, #048EW4-T4101D20. Continuous between switches inside bldg. to inside bldg. No splices, includes stard testing between terminus points. 2 33,000 LF 3 12,000 LF Purchase Furnish 1 HDPE Inner duct with min. ½ 1250lbs mule (pull) rope in each inner duct. Furnish all materials, labor equipment pull install 3-1 Interducts (Item 2) locate wire (Item 4) from pull box to pull box in existing min. 4 conduits. Existing pull rope in conduits 4 12,000 LF Purchase Furnish #14 gauge insulated braided locate wire. TOTAL PHASE 1 (figures) TOTAL PHASE 1 (words) Contractors Signature Date Dollars Page 7 of 10 Bid VENDOR NAME: INT:

8 PART 7 - LINEAR FOOT BREAKOUT (Phase 2) Item No. 1 Approximate Quantities 4,500 LF Unit Description Unit Price Total - Figures Words Furnish all materials, labor equipment Install 48 str Corning single mode OSP Dry block, #048EW4-T4101D20. Continuous between switches inside bldg. to inside bldg. No splices, includes stard testing between terminus points. 2 13,500 LF 3 4,500 LF Purchase Furnish 1 HDPE Inner duct with min. ½ 1250lbs mule (pull) rope in each inner duct. Furnish all materials, labor equipment pull install 3-1 Interducts (Item 2) locate wire (Item 4) from pull box to pull box in existing min. 4 conduits. Existing pull rope in conduits 4 4,500 LF Purchase Furnish #14 gauge insulated braided locate wire. TOTAL PHASE 2 (figures) TOTAL PHASE 2 (words) Contractors Signature Date Dollars Page 8 of 10 Bid VENDOR NAME: INT:

9 1. FUNDING: Award funding of the project is pending City of Huntsville Council approval. State of Texas statutes prohibit the obligation expenditure of public funds beyond the fiscal year for which a budget has been approved. Therefore, anticipated orders or other obligations that may arise past the end of the current City of Huntsville fiscal year shall be subject to budget approval. 2. LATE BIDS: Bids received after submission deadline will be considered void unacceptable. City of Huntsville is not responsible for lateness or non-delivery of mail, carrier, etc., the date/time stamp in the City Secretary's Office shall be the official time of receipt. 3. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineation, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. 4. WITHDRAWAL OF BID: A bid may not be withdrawn or canceled by the bidder without the permission of the City. 5. SALES TAX: City of Huntsville is exempt by law from payment of Texas Sales Tax Federal Excise Tax. 6. REFERENCES: City of Huntsville may requests bidder to supply, with this ITB, a list of at least three (3) references where like services have been supplied by their firm. Include name of firm, address, telephone number contact person. 7. CONSIDERATION OF LOCATION OF BIDDER S PRINCIPAL PLACE OF BUSINESS. (Chapter 271, Local Government Code) In purchasing under this title, if the City receives one or more bids from a bidder whose principal place of business is in the local government whose bid is within three percent of the lowest bid price received from a bidder who is not a resident of the local government, the City may enter into a contract with: 1) the lowest bidder, or 2) the bidder who is in the local government whose bid is within three percent of the lowest bidder who is not a resident of the TERMS & CONDITIONS local government. 8. BID AWARD: City of Huntsville reserves the right to award bids on the lump sum or unit price basis, whichever is in the best interest of the City. 9. CONTRACT: This bid, when properly accepted by City of Huntsville, shall constitute a contract equally binding between the successful bidder City of Huntsville. No different or additional terms will become a part of this contract with the exception of Change Orders. 10. CHANGE ORDERS: No oral statement of any person shall modify or otherwise change, or affect the terms, conditions or specifications stated in the resulting contract. All change orders to the contract will be made in writing. 11. IF DURING THE life of the contract, the successful bidder's net prices to other customers for items awarded herein are reduced below the contracted price, it is understood agreed that the benefits of such reduction shall be extended to City of Huntsville. 12. A PRICE redetermination may be considered by City of Huntsville only at the anniversary date of the contract shall be substantiated in writing (i.e., manufacturer's direct cost, postage rates, Railroad Commission Rates, Wage/Labor Rates, etc.). The bidder's past history of honoring contracts at the bid price will be an important consideration in the evaluation of the lowest best bid. City of Huntsville reserves the right to accept or reject any/all of the price redetermination as it deems to be in the best interest of the City. 13. DELIVERY: All delivery freight charges (FOB City of Huntsville designated location) are to be included in the bid price. 14. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Codes Annotated, Local Government Code Title 5. Subtitle C, Chapter AMENDMENTS to Chapter 176 of the Texas Local Government Code require a person or agent of a person who contracts or seeks to contract for the sale or purchase of property, goods, or services with a local governmental entity to submit a Conflict of Interest Questionnaire to the appropriate records administrator of the City not later than the seventh business day after the date the person begins contract discussions or negotiations with the local governmental entity, or submits to the local governmental entity an application, response to a request for proposals or bids, correspondence, or another writing related to a potential agreement with the local governmental entity. For purposes of this bid, you may submit the completed form with your response. Each vendor is responsible for verifying they are using the most current form available from This legislation is subject to change each vendor should consult their own attorney regarding the current law. This statement is provided for information purposes only. 16.EXCEPTIONS/SUBSTITUTIONS: All bids meeting the intent of this invitation to bid will be considered for award. Bidders taking exception to the specifications, or offering substitutions, shall state these exceptions in the section provided or by attachment as part of the bid. The absence of such a list shall indicate that the bidder has not taken exceptions shall hold the bidder responsible to perform in strict accordance with the specifications of the invitation. City of Huntsville reserves the right to accept any all or none of the exception(s)/substitution(s) deemed to be in the best interest of the City. 17. BRAND NAMES: Whenever in this invitation, any particular materials, process /or equipment are indicated or specified by patent, proprietary or br name, or by name of manufacture, such wording Page 9 of 10 Bid VENDOR NAME: INT:

10 will be deemed to be used for the purpose of facilitating description of the materials, process /or equipment desired will be deemed to be followed by the words or equal. 18. ADDENDA: Any interpretations, corrections or changes to this Invitation for Bid Specifications will be made by addenda. Sole issuing authority of addenda shall be vested by City of Huntsville Purchasing Agent. Addenda will be mailed to all who are known to have received a copy of this Invitation for Bid. Bidders shall acknowledge receipt of all addenda. 19. BID MUST COMPLY with all federal, state, county local laws concerning these types of service. 20. DESIGN, STRENGTH, QUALITY of materials must conform to the highest stards of manufacturing practice. 21. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1) Have adequate financial resources, or the ability to obtain such resources as required; 2) Be able to comply with the required or proposed delivery schedule; 3) Have a satisfactory record of performance; 4) Have a satisfactory record of integrity ethics; 5) Be otherwise qualified eligible to receive an award. City of Huntsville may request representation other information sufficient to determine bidder's ability to meet the minimum stards listed above. 22. BIDDER SHALL PROVIDE with this bid response, all documentation required by this ITB. Failure to provide this information may result in rejection of bid. 23. PACKING SLIPS or other suitable shipping documents shall accompany each special order shipment shall show: (1) name address of successful bidder, (b) name address of receiving department /or delivery location, (c) City of Huntsville Purchase Order number, (d) descriptive information as to the item(s) delivered, including product code, item number, quantity, number of containers, etc. 24. INVOICES shall show all information as stated above, shall be issued for each purchase order shall be mailed directly to the City of Huntsville Finance Department, 1212 Avenue M, Huntsville, Texas PAYMENT will be made upon receipt acceptance by the City of item(s) ordered receipt of a valid invoice, in accordance with the State of Texas Prompt Payment Act, Article 601lf V.T.C.S. 26. ITEMS supplied under this contract shall be subject to the City's approval. Items found defective or not meeting specifications shall be picked up replaced by the successful bidder at the next service date at no expense to the City. If item is not picked up within reasonable time after notification, the item will become a donation to the City for disposition. 27. SAMPLES: When requested, samples shall be furnished free of expense to City of Huntsville. 28. WARRANTY: Successful bidder shall warrant that all items/services shall conform to the proposed specifications /or all warranties as stated in the Uniform Commercial Code be free from all defects in material, workmanship title. 29. REMEDIES: The successful bidder City of Huntsville agree that both parties have all rights, duties, remedies available as stated in the Uniform Commercial Code. 30. VENUE: This agreement will be governed construed according to the laws of the State of Texas. This agreement is performable in City of Huntsville, Texas. 31. ASSIGNMENT: The successful bidder shall not sell, assign, transfer or convey this contract, in whole or in part, without the prior written consent of City of Huntsville. 32. SILENCE OF SPECIFICATION: The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications shall be made on the basis of this statement. 33. INDEMNIFICATION AGREEMENT The Contractor agrees to indemnify, hold harmless defend the City of Huntsville, its officers, agents employees, both past present, from against liability for any all claims, liens, suits, dems, actions for damages, injuries to persons (including death), property damage (including loss of use), expenses, (including court costs, attorneys fees other reasonable costs of litigation) arising out of or resulting from Contractor s work activities conducted in connection with or incidental to this Contract from any liability arising out of or resulting from intentional acts or negligence of the Contractor, including all such causes of action based upon common, constitutional, or statutory law, or based in whole or in part upon the negligent or intentional acts or omissions of Contractor, including but not limited to its officers, agents, employees, subcontractors, licensees, invitees, other persons. It is the express intention of the parties hereto, both the City the Contractor, that the indemnity provided for in this Contract indemnifies protects the City from the consequences of the City s own negligence. Page 10 of 10 Bid VENDOR NAME: INT:

F A N N I N C O U N T Y, T E X A S

F A N N I N C O U N T Y, T E X A S F A N N I N C O U N T Y, T E X A S INVITATION TO BID FOR THE SALE OF SEIZED PROPERTY BID #8001 BID SHEET 4.5 ACRES OF LAND IN LAMASCO, TEXAS This invitation to bid/bid sheets are for your convenience in

More information

Public Notice. Invitation to Bid 2017 PRECAST CONCRETE BOX CULVERTS

Public Notice. Invitation to Bid 2017 PRECAST CONCRETE BOX CULVERTS Public Notice Invitation to Bid 2017 PRECAST CONCRETE BOX CULVERTS Montrose County is soliciting sealed competitive bids from qualified vendors to design, fabricate, and deliver two (2) Precast Concrete

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS RFP:17-06 PROPOSAL FOR: RFP 17-06 Grazing (Surface Lease) Farm Lease RFP Approval Due Time: 5:00pm Date RFP to be Opened: 05/08/2017 at 6:00pm Date:04/10/2017 The city of Anadarko

More information

Public Notice. Invitation to Bid Precast Concrete Box Culvert Purchase

Public Notice. Invitation to Bid Precast Concrete Box Culvert Purchase Public Notice Invitation to Bid Precast Concrete Box Culvert Purchase Montrose County requests competitive bids from qualified vendors to design, fabricate, and deliver two (2) Precast Concrete Box Culverts.

More information

TOWN OF LINCOLN INVITATION TO BID 2018 TOWN CALENDAR RFP #

TOWN OF LINCOLN INVITATION TO BID 2018 TOWN CALENDAR RFP # TOWN OF LINCOLN INVITATION TO BID 2018 TOWN CALENDAR RFP #2018-07 Sealed bids are due by 10:00 a.m. on Friday, October 20, 2017 Bid Specs are available online at: http://www.lincolnri.org/departments/list/purchasing.php#mobiletarget

More information

REQUEST FOR PROPOSAL. Request Number

REQUEST FOR PROPOSAL. Request Number REQUEST FOR PROPOSAL Request Number 2015.2 Address your reply as shown: ATTN: Greg Bird, Director of Technology Mineral Wells ISD 906 S.W. 5 th Avenue Mineral Wells, TX 76067 FOR Internal Connection for

More information

ALL PURCHASE ORDERS ARE SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS

ALL PURCHASE ORDERS ARE SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS ALL PURCHASE ORDERS ARE SUBJECT TO THE FOLLOWING TERMS AND CONDITIONS (1) ACCEPTANCE This purchase order constitutes Buyer s offer to Seller, and is a binding contract on the terms and conditions set forth

More information

CITY OF SUGAR LAND PURCHASING OFFICE

CITY OF SUGAR LAND PURCHASING OFFICE CITY OF SUGAR LAND PURCHASING OFFICE INVITATION TO BID - BID NO. 2012-30 ON-CALL PUMP REPAIR SERVICES IF HAND DELIVERED: City of Sugar Land City Secretary Office, 1 st Floor 2700 Town Center Boulevard

More information

1.1. Purchase Order means the purchase order issued to the Seller contemporaneously with these Standard Terms and Conditions.

1.1. Purchase Order means the purchase order issued to the Seller contemporaneously with these Standard Terms and Conditions. PURCHASE ORDER STANDARD TERMS AND CONDITIONS 1. DEFINITIONS. 1.1. Purchase Order means the purchase order issued to the Seller contemporaneously with these Standard Terms and Conditions. 1.2. Contract

More information

New 2017 Fairway Deep Tine Aerifier

New 2017 Fairway Deep Tine Aerifier Invitation for Bid Thursday April 6, 2017 Bid Opening: Thursday April 20, 2017 at 2:00PM Ryan Ochs Park District of Highland Park 636 Ridge Road Highland Park, IL 60035 TABLE OF CONTENTS Item Start Page

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS 1. Incorporation of Terms and Conditions in Purchase Order The terms and conditions in this document are incorporated in every requisition for goods or services, or both, that Manitoba Housing and Renewal

More information

ROTOR CLIP PURCHASE ORDER GENERAL TERMS AND CONDITIONS

ROTOR CLIP PURCHASE ORDER GENERAL TERMS AND CONDITIONS ROTOR CLIP PURCHASE ORDER GENERAL TERMS AND CONDITIONS 1. ORDERS AND ACCEPTANCE: Any order placed or purchase order issued by Buyer (an Order ) for products and/or services described therein (collectively,

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS BILLING AND SHIPPING A. All matter shall be suitably packed, marked, and shipped in compliance with the requirements of common carriers in a manner to secure lowest

More information

City of Hays Request for Proposals

City of Hays Request for Proposals City of Hays Request for Proposals Sewer Camera Date of Issue: Proposal Due Date July 9, 2008 Table of Contents 1. INTRODUCTION...3 2. RULES OF PREPARATION...3 3. INQUIRIES...3 4. SUBMISSION OF PROPOSALS...3

More information

judgment in price, any duties. good quality will conform including furnished by and AMOT arising from the goods Buyer. result of the for Texas shall

judgment in price, any duties. good quality will conform including furnished by and AMOT arising from the goods Buyer. result of the for Texas shall PURCHASE TERMS & CONDITIONS 01. INVOICES. Each shipment must be covered by a separate INVOICE IN DUPLICATE. As a minimum requirement, all invoices must include date, Purchase Order number, AMOT part number,

More information

TERMS & CONDITIONS STANDARD PAGE 1 OF 5 DATE: 6 AUGUST 2014

TERMS & CONDITIONS STANDARD PAGE 1 OF 5 DATE: 6 AUGUST 2014 PAGE 1 OF 5 TIME IS OF THE ESSENCE WITH RESPECT TO THE PERFORMANCE OF EACH OF THE COVENANTS AND AGREEMENTS SET FORTH HEREIN. 1. DEFINITIONS. As used in this Purchase Order, the below terms shall have the

More information

TURTLE & HUGHES, INC. AND SUBSIDIARIES TERMS AND CONDITIONS OF QUOTATION AND SALE

TURTLE & HUGHES, INC. AND SUBSIDIARIES TERMS AND CONDITIONS OF QUOTATION AND SALE TURTLE & HUGHES, INC. AND SUBSIDIARIES TERMS AND CONDITIONS OF QUOTATION AND SALE 1. Buyer understands and agrees that all quotations and accepted orders by Turtle & Hughes, Inc. and Subsidiaries ("Seller")

More information

Chapter 9. Competitive Sealed Bidding: Evaluating Bids

Chapter 9. Competitive Sealed Bidding: Evaluating Bids Chapter 9. Competitive Sealed Bidding: Evaluating Bids Summary This chapter describes the steps to be taken in order to properly evaluate each bid received in response to an invitation for bids. The two

More information

WATER SERVICE AGREEMENT. Water One Assurance Monitoring Service

WATER SERVICE AGREEMENT. Water One Assurance Monitoring Service WATER SERVICE AGREEMENT Water One Assurance Monitoring Service This agreement ("Agreement") is entered into and is effective as of between Evoqua Water Technologies LLC, (hereinafter "Seller") and (hereinafter

More information

TELECOMMUNICATION STANDARDS Cable Plant and Wireless Networking Standards Updated January 21, 2015

TELECOMMUNICATION STANDARDS Cable Plant and Wireless Networking Standards Updated January 21, 2015 Updated January 21, 2015 The intent of these regulations is to establish criteria for installation of all telecommunications within the Southwest Corporate Center (SCC). Omninet Property Management LLC,

More information

Purchase Terms and Conditions

Purchase Terms and Conditions THE FOLLOWING TERMS AND CONDITIONS GOVERN ALL SALES OF PRODUCTS AND MATERIALS ( GOODS ) BY FIBERESIN INDUSTRIES, INC. OF OCONOMOWOC, WISCONSIN INCLUDING ITS EDGEMOLD PRODUCTS DIVISION ( SELLER ) TO ITS

More information

GENERAL TERMS AND CONDITIONS OF SALE. December 2010

GENERAL TERMS AND CONDITIONS OF SALE. December 2010 GENERAL TERMS AND CONDITIONS OF SALE December 2010 SCOPE OF ACCEPTANCE: THE TERMS AND CONDITIONS HEREIN ARE THOSE OF GLOBAL TUNGSTEN & POWDERS CORP. (THE SELLER), AND MAY IN SOME INSTANCES BE IN CONFLICT

More information

Purchasing Terms & Conditions

Purchasing Terms & Conditions Unit Purchasing Terms & Conditions Luvata Ohio Formed Products Business Unit 1376 Pittsburgh Drive Delaware, Ohio 43015 Released: June 1, 2016 General Purchase Order Terms and Conditions 1. Applicability

More information

FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO /16. Sale of 1978 Mack Fire Truck. BID OPENING: June 10, 2016 at 11:00 a.m.

FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO /16. Sale of 1978 Mack Fire Truck. BID OPENING: June 10, 2016 at 11:00 a.m. FLORENCE COUNTY SOUTH CAROLINA INVITATION-TO-BID NO. 41-15/16 Sale of 1978 Mack Fire Truck BID OPENING: June 10, 2016 at 11:00 a.m. (EST) TABLE OF CONTENTS DESCRIPTION PAGE NUMBER INVITATION-TO-BID...

More information

Peninsula Township Requests for Proposal For Tree Removal at a Municipal Site

Peninsula Township Requests for Proposal For Tree Removal at a Municipal Site Peninsula Township Requests for Proposal For Tree Removal at a Municipal Site Peninsula Township is soliciting sealed bids to award a contract for tree removal, trimming and stump removal on approximately

More information

CARRDAN TERMS AND CONDITIONS

CARRDAN TERMS AND CONDITIONS CARRDAN TERMS AND CONDITIONS Definitions: Purchaser means Carrdan Corporation Seller means the person or company to whom this document is addressed. 1. Offer, Acceptance and Notification. This Purchase

More information

TAX SAVINGS AGREEMENT PROCEDURES

TAX SAVINGS AGREEMENT PROCEDURES DIRECT PURCHASE The City of Panama City (herein referred to as the City ) is exempt from sales and use taxes. As such, it is exempt from the payment of sales and use taxes on purchases of tangible property,

More information

TERMS AND CONDITIONS OF PURCHASE ( TERMS AND CONDITIONS )

TERMS AND CONDITIONS OF PURCHASE ( TERMS AND CONDITIONS ) TERMS AND CONDITIONS OF PURCHASE ( TERMS AND CONDITIONS ) BY BROOKS AUTOMATION (GERMANY) GMBH ( BROOKS ) 1) Scope / Formation of Contract These Terms and Conditions shall exclusively govern all business

More information

County Tax Sale PLEASE MARK YOUR ENVELOPE "SEALED BID # RETURN ONE (1) ORIGINAL AND THREE (3) COPIES TO:

County Tax Sale PLEASE MARK YOUR ENVELOPE SEALED BID # RETURN ONE (1) ORIGINAL AND THREE (3) COPIES TO: REQUEST FOR BID No. 201303-216 TANEY COUNTY MISSOURI Purchasing Department 132 David Street / P. O. Box 1630 Forsyth, Missouri 65653 Attn: Ron Erickson, Director of Purchasing Phone: 417-546-7281 / FAX:

More information

COUNTY OF TANEY, MISSOURI

COUNTY OF TANEY, MISSOURI COUNTY OF TANEY, MISSOURI REQUEST FOR BID For COUNTY TAX SALE Release Date: February 22, 2012 Submittal Deadline: March 22, 2012 Not later than 9:00 AM, Central Time Taney County Purchasing Ron Erickson,

More information

e. Seller s remedies relating hereto to shall be cumulative and in addition to any other remedies provided herein or by law or in equity.

e. Seller s remedies relating hereto to shall be cumulative and in addition to any other remedies provided herein or by law or in equity. 1. GENERAL. The Seller ( Seller ) and the Purchaser (Buyer ) named on the face hereof agree that the following terms and conditions apply to the materials, goods and/or products (the Goods ) listed on

More information

220 S.E. Green Street Lee s Summit, MO RFP # RE TITLE SIGNATURE PAGE REQUEST FOR PROPOSAL NO.RE

220 S.E. Green Street Lee s Summit, MO RFP # RE TITLE SIGNATURE PAGE REQUEST FOR PROPOSAL NO.RE 220 S.E. Green Street Lee s Summit, MO 64063 816.969.1403 RFP # RE 2016 02 TITLE SIGNATURE PAGE REQUEST FOR PROPOSAL NO.RE 2016 02 The City of Lee's Summit will accept submitted sealed proposals through

More information

Terms and Conditions of Sales

Terms and Conditions of Sales Terms and Conditions of Sales 1. Governing Provisions. These Terms and Conditions of Sale ("Terms and Conditions") constitute an offer by ARCTIC SILVER, INC., Quotation, Acknowledgment or Invoice provided

More information

Request for Proposals (RFP) for. The construction of a new pole barn addition for the AuSable Township Department of Public Works

Request for Proposals (RFP) for. The construction of a new pole barn addition for the AuSable Township Department of Public Works Request for Proposals (RFP) for The construction of a new pole barn addition for the AuSable Township Department of Public Works Issued: Monday February 26, 2018 Deadline for Final Submission of Questions:

More information

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid: COMPETITIVE BIDDING NOTICE INVITATION TO BID The County of Waller proposes to purchase the following items on competitive bid: EMULSIFIED ASPHALT & HAULING Bids will be received by the Waller County Auditor,

More information

PURCHASE ORDER TERMS AND CONDITIONS

PURCHASE ORDER TERMS AND CONDITIONS PURCHASE ORDER TERMS AND CONDITIONS 1. ACCEPTANCE of this purchase order (hereinafter referred to as order, purchase order or PO ) must be without qualification. Treace Medical Concepts, Inc. (hereinafter

More information

DALE COUNTY BOARD OF EDUCATION OFFICE OF SUPERINTENDENT DALE COUNTY GOVERNMENT BUILDING 202 S HWY 123, SUITE E. OZARK, ALABAMA

DALE COUNTY BOARD OF EDUCATION OFFICE OF SUPERINTENDENT DALE COUNTY GOVERNMENT BUILDING 202 S HWY 123, SUITE E. OZARK, ALABAMA DALE COUNTY BOARD OF EDUCATION OFFICE OF SUPERINTENDENT DALE COUNTY GOVERNMENT BUILDING 202 S HWY 123, SUITE E. OZARK, ALABAMA 36360 PHONE (334)774-2355 WEB SITE: www.dalecountyboe.org FAX (334)774-3503

More information

TERMS AND CONDITIONS OF PURCHASE (T&C s)

TERMS AND CONDITIONS OF PURCHASE (T&C s) 1. Entire Agreement. None of the terms or conditions contained in this contract may be added to, modified, superseded or otherwise altered except by a written instrument signed by an officer of Applied

More information

PURCHASE AND SALE AGREEMENT X-1 Mini (Pre Orders)

PURCHASE AND SALE AGREEMENT X-1 Mini (Pre Orders) ! PURCHASE AND SALE AGREEMENT X-1 Mini (Pre Orders) THIS PURCHASE AND SALE AGREEMENT (this Agreement ) is made effective as of, by and between Pomeroy Equipment Co. DBA Goodnature, a Nevada corporation

More information

INVITATION TO BID. Outdoor Slide with Trailer for use at the North Little Rock Parks and Recreation Funland Amusement Park

INVITATION TO BID. Outdoor Slide with Trailer for use at the North Little Rock Parks and Recreation Funland Amusement Park CITY OF NORTH LITTLE ROCK, ARKANSAS COMMERCE DEPARTMENT Mary Beth Bowman, Director Amy Smith, Assistant Director for Procurement Crystal Willis, Admin. Sect. /Asst. Purchasing Agent 120 MAIN STREET P.O.

More information

INVITATION FOR BID Bid # 1021 EMS Ballistic Vests

INVITATION FOR BID Bid # 1021 EMS Ballistic Vests INVITATION FOR BID Bid # 1021 EMS Ballistic Vests ST. CHARLES COUNTY AMBULANCE DISTRICT (Herein referred to as District ) 4169 OLD MILL PARKWAY ST. PETERS, MO 63376 SPECIFICATIONS FOR EMS Ballistic Vests

More information

CONDITIONS OF PURCHASE (GOODS AND SERVICES) DOMESTIC AND INTERNATIONAL

CONDITIONS OF PURCHASE (GOODS AND SERVICES) DOMESTIC AND INTERNATIONAL CONDITIONS OF PURCHASE (GOODS AND SERVICES) DOMESTIC AND INTERNATIONAL 1. DEFINITIONS For the purposes of these Conditions of Purchase: Agreement means the Order together with these Conditions of Purchase;

More information

CONDITIONS OF PURCHASE (GOODS AND SERVICES) DOMESTIC AND INTERNATIONAL

CONDITIONS OF PURCHASE (GOODS AND SERVICES) DOMESTIC AND INTERNATIONAL CONDITIONS OF PURCHASE (GOODS AND SERVICES) DOMESTIC AND INTERNATIONAL 1. DEFINITIONS For the purposes of these Conditions of Purchase: Agreement means the Order together with these Conditions of Purchase;

More information

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid: COMPETITIVE BIDDING NOTICE INVITATION TO BID The County of Waller proposes to purchase the following items on competitive bid: REINFORCED CONCRETE PIPE Bids will be received by the Waller County Auditor,

More information

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid:

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid: COMPETITIVE BIDDING NOTICE INVITATION TO BID The County of Waller proposes to purchase the following items on competitive bid: HAULING SERVICES FOR GRAVEL & AGGREGATE MATERIAL Bids will be received by

More information

Projects Unlimited, Inc. PURCHASE ORDER TERMS AND CONDITIONS September 15, 2013

Projects Unlimited, Inc. PURCHASE ORDER TERMS AND CONDITIONS September 15, 2013 Projects Unlimited, Inc. PURCHASE ORDER TERMS AND CONDITIONS September 15, 2013 1. Parties; Items. Projects Unlimited, Inc.- will be referred to as "Purchaser" and the person or company indicated on the

More information

Purchase Terms and Conditions

Purchase Terms and Conditions 1. Entire Agreement TekLinks, Inc. ( Seller ) agrees to sell goods covered herein ( Goods ) to Buyer on the following terms and conditions of sale ( T&Cs ), which supersede any other or inconsistent terms

More information

[This entire document will be deleted and replaced with the new agreement base]

[This entire document will be deleted and replaced with the new agreement base] [This entire document will be deleted and replaced with the new agreement base] PROJECT NUMBER: [Project Number] Florida Department of State, Division of Library and Information Services PUBLIC LIBRARY

More information

Prepared by Office of Procurement and Real Property Management. This replaces Administrative Procedure No. A8.215 dated November 2012 A8.

Prepared by Office of Procurement and Real Property Management. This replaces Administrative Procedure No. A8.215 dated November 2012 A8. Prepared by Office of Procurement and Real Property Management. This replaces Administrative Procedure No. A8.215 dated November 2012 A8.215 A8.215 Definitions A8.200 Procurement October 2013 The words

More information

Town of Manchester, Connecticut. General Services Department. Request for Qualifications Approved Real Estate Appraiser List RFQ No.

Town of Manchester, Connecticut. General Services Department. Request for Qualifications Approved Real Estate Appraiser List RFQ No. Town of Manchester, Connecticut General Service Department Request for Qualifications Approved Real Estate Appraiser List RFQ No. 17/18-86 Proposals Due: June 15, 2018 @ 4:00 p.m. General Services Department

More information

INVITATION FOR BIDS FRANCHISE AGREEMENT FOR FIBER OPTIC CABLE AT WEST MILITARY HIGHWAY FROM THE CHESAPEAKE CORPORATE LIMITS TO AND ON ABANDON ROAD

INVITATION FOR BIDS FRANCHISE AGREEMENT FOR FIBER OPTIC CABLE AT WEST MILITARY HIGHWAY FROM THE CHESAPEAKE CORPORATE LIMITS TO AND ON ABANDON ROAD INVITATION FOR BIDS FRANCHISE AGREEMENT FOR FIBER OPTIC CABLE AT WEST MILITARY HIGHWAY FROM THE CHESAPEAKE CORPORATE LIMITS TO AND ON ABANDON ROAD CITY OF CHESAPEAKE, VIRGINIA CONTRACT AGENT Scott Frechem

More information

ONLINE BIDDER REGISTRATION FORM INSTRUCTIONS. 1. Read the Terms & Conditions of the auction on page 4 6.

ONLINE BIDDER REGISTRATION FORM INSTRUCTIONS. 1. Read the Terms & Conditions of the auction on page 4 6. ONLINE BIDDER REGISTRATION FORM INSTRUCTIONS 1. Read the Terms & Conditions of the auction on page 4 6. 2. Complete the Online Bidder Registration Form on page 2 by typing the information in the appropriate

More information

Purchase Order General Terms and Conditions Revised 1/1/2018

Purchase Order General Terms and Conditions Revised 1/1/2018 Purchase Order General Terms and Conditions Revised 1/1/2018 1 Acceptance Agreement: Acceptance of this Purchase Order ("Order") is required on the attached acceptance copy, which must be signed and returned

More information

INVITATION FOR BID ROANOKE REGIONAL AIRPORT COMMISSION. January 29, 2019 at 2:00 P.M. in person, or by mail/carrier

INVITATION FOR BID ROANOKE REGIONAL AIRPORT COMMISSION. January 29, 2019 at 2:00 P.M. in person, or by mail/carrier BID NUMBER: 19-002 DEADLINE FOR RECEIPT OF BID: INVITATION FOR BID ROANOKE REGIONAL AIRPORT COMMISSION January 29, 2019 at 2:00 P.M. in person, or by mail/carrier Form 2 (112113) BID PROJECT: Purchase

More information

Invitation For Bid IFB 2895

Invitation For Bid IFB 2895 Purchasing and Financial Control P.O. Box 13145 Roanoke, VA 24031 (540) 853-2906 FAX (540) 853-1679 July 21, 2015 Invitation For Bid IFB 2895 Notice is hereby given of the intention of the School Board

More information

KOHLER INDUSTRIES, INC. Term and Conditions of Sale, Including Limited Warranty

KOHLER INDUSTRIES, INC. Term and Conditions of Sale, Including Limited Warranty KOHLER INDUSTRIES, INC. Term and Conditions of Sale, Including Limited Warranty 1. Scope. This Agreement applies to all orders of goods placed by Buyer and accepted by Seller for the purchase and sale

More information

Confirmation of Purchase Order/Terms and Conditions of Sale 1. ACCEPTANCE OF ORDER: Natel Engineering Co., Inc. or it s Powercube division ( Natel or

Confirmation of Purchase Order/Terms and Conditions of Sale 1. ACCEPTANCE OF ORDER: Natel Engineering Co., Inc. or it s Powercube division ( Natel or 1. ACCEPTANCE OF ORDER: Natel Engineering Co., Inc. or it s Powercube division ( Natel or we ) acknowledges receipt of your ( Buyer s ) purchase order ( Order ) for the goods and/or services listed on

More information

DAYTON Lamina Corporation

DAYTON Lamina Corporation DAYTON Lamina Corporation Terms and Conditions of Sale GENERAL CONDITIONS: All prices are subject to change without notice. Products or services provided ( Products ) are invoiced at the price in effect

More information

PURCHASE AGREEMENT FOR STAIR STEP SCREENS AND WASHING PRESSES

PURCHASE AGREEMENT FOR STAIR STEP SCREENS AND WASHING PRESSES PURCHASE AGREEMENT FOR STAIR STEP SCREENS AND WASHING PRESSES This Agreement is by and between the CITY OF DEL RIO, TEXAS (herein called City or Buyer) and, (herein called Seller). City and Seller, in

More information

Florida Department of State, Division of Library and Information Services LIBRARY COOPERATIVE GRANT AGREEMENT

Florida Department of State, Division of Library and Information Services LIBRARY COOPERATIVE GRANT AGREEMENT PROJECT NUMBER _[project number] Florida Department of State, Division of Library and Information Services LIBRARY COOPERATIVE GRANT AGREEMENT AGREEMENT executed and entered into BETWEEN the State of Florida,

More information

Request for Quotation Q. Bike Mechanic Course Tools

Request for Quotation Q. Bike Mechanic Course Tools Request for Quotation 746-17Q Bike Mechanic Course Tools Due: 05/09/17 2:00 p.m. Mountain Time Buyer: Colorado Mountain College Purchasing Department 802 Grand Avenue Glenwood Springs, CO 81601 bids@coloradomtn.edu

More information

Grant Contract Specified Grants

Grant Contract Specified Grants State of California The Natural Resources Agency DEPARTMENT OF PARKS AND RECREATION Grant Contract Specified Grants GRANTEE City and County of San Francisco, Recreation and Parks Department GRANT PERFORMANCE

More information

MOLDED FIBER GLASS COMPANIES Terms and Conditions of Sale (Custom Molding Products)

MOLDED FIBER GLASS COMPANIES Terms and Conditions of Sale (Custom Molding Products) MOLDED FIBER GLASS COMPANIES Terms and Conditions of Sale (Custom Molding Products) 1. Applicability - The following Terms and Conditions of Sale shall be applicable to all sales made by Molded Fiber Glass

More information

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid: HYDRATED LIME

COMPETITIVE BIDDING NOTICE INVITATION TO BID. The County of Waller proposes to purchase the following items on competitive bid: HYDRATED LIME COMPETITIVE BIDDING NOTICE INVITATION TO BID The County of Waller proposes to purchase the following items on competitive bid: HYDRATED LIME Bids will be received by the Waller County Auditor, Alan Younts,

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. (14006) (FY 2013 Road Paving Project) Bid Release: (July 8, 2013) Mandatory Pre Bid Date (August 6, 2013) Bid Questions Deadline: (August 9, 2013) Bid Due

More information

N O T I C E T O B I D D E R S

N O T I C E T O B I D D E R S N O T I C E T O B I D D E R S The Grand Prairie Independent School District will receive bids on a continual basis: Until 4:30 p.m. (CST) Tuesday, May 31, 2016 FOR: Catering Services, Food Providers, Etc.

More information

STANDARD TERMS AND CONDITIONS OF SALE

STANDARD TERMS AND CONDITIONS OF SALE STANDARD TERMS AND CONDITIONS OF SALE OF VULCAN THREADED PRODUCTS, INC. These Standard Terms and Conditions of Sale of VULCAN THREADED PRODUCTS, INC. (also d/b/a Vulcan Steel Products), an Indiana corporation

More information

ALCOA USA CORP. STANDARD TERMS AND CONDITIONS FOR SELLING ALUMINUM PRIMARY AND SECONDARY PRODUCTS

ALCOA USA CORP. STANDARD TERMS AND CONDITIONS FOR SELLING ALUMINUM PRIMARY AND SECONDARY PRODUCTS ALCOA USA CORP. STANDARD TERMS AND CONDITIONS FOR SELLING ALUMINUM PRIMARY AND SECONDARY PRODUCTS (Rev. 08/2016) THIS SALES ORDER ACKNOWLEDGEMENT IS MADE AND GIVEN ON THE EXPRESS UNDERSTANDING THAT THE

More information

INVITATION FOR BIDS For a Lowboy Trailer (CIP# AEQ1702)

INVITATION FOR BIDS For a Lowboy Trailer (CIP# AEQ1702) INVITATION FOR BIDS For a Lowboy Trailer (CIP# AEQ1702) BID SUBMITTAL DATE, TIME, & LOCATION: June 19, 2017 @ 2:00 PM Mount Pleasant Waterworks Operations Center 1619 Rifle Range Road Mount Pleasant, SC

More information

SIG SAUER, INC. STANDARD TERMS AND CONDITION FOR PURCHASE ORDERS

SIG SAUER, INC. STANDARD TERMS AND CONDITION FOR PURCHASE ORDERS SIG SAUER, INC. STANDARD TERMS AND CONDITION FOR PURCHASE ORDERS I. OFFER, ACCEPTANCE AND NOTIFICATION II. DELIVERY A. This Purchase Order together with these Standard Terms and Conditions for Purchase

More information

GENERAL TERMS AND CONDITIONS FOR THE SALE OF GOODS

GENERAL TERMS AND CONDITIONS FOR THE SALE OF GOODS GENERAL TERMS AND CONDITIONS FOR THE SALE OF GOODS 1. APPLICABILITY. (a) The general Terms and Conditions for the Sale of Goods (these Terms ) are the only terms which govern the sale of the goods ( Goods

More information

ALLIED INTERNATIONAL SUPPORT, INC. TERMS AND CONDITIONS OF PURCHASE ORDER

ALLIED INTERNATIONAL SUPPORT, INC. TERMS AND CONDITIONS OF PURCHASE ORDER PLEASE READ THESE VERY CAREFULLY 1. ACCEPTANCE: These terms and conditions govern all Purchase Orders ("Orders") issued by Allied International Support, Inc. ( Buyer ) to the Seller identified on each

More information

TERMS AND CONDITIONS OF SALE

TERMS AND CONDITIONS OF SALE TERMS AND CONDITIONS OF SALE 1. Entire Agreement and Acceptance of Terms and Conditions. This Terms and Conditions of Sale agreement ( Agreement ) is entered into by and between Energy OCTG (A division

More information

REQUEST FOR PROPOSALS APPRAISAL SERVICES

REQUEST FOR PROPOSALS APPRAISAL SERVICES REQUEST FOR PROPOSALS APPRAISAL SERVICES Issued By: Philadelphia Land Bank Proposals Must Be Received No Later Than: Friday, February 5, 2016, 4:00 PM, Local Time at the Offices of the Philadelphia Land

More information

Proposals are due by November 6, 2013 at 2 pm and will be considered for award by the Board of Selectmen on November 13, 2013.

Proposals are due by November 6, 2013 at 2 pm and will be considered for award by the Board of Selectmen on November 13, 2013. TOWN OF RYE, NEW HAMPSHIRE 2014 Request for Proposal APPRAISAL AND ANNUAL UPDATING OF PUBLIC UTILITY PROPERTY & RIGHT OF WAY, CONDUIT AND TELEPHONE POLES The Town of Rye is currently inviting proposals

More information

Broken Arrow Public Schools Independent School District NO S Main Street Broken Arrow, OK Phone (918)

Broken Arrow Public Schools Independent School District NO S Main Street Broken Arrow, OK Phone (918) Broken Arrow Public Schools Independent School District NO. 3 701 S Main Street Broken Arrow, OK 74012 Phone (918) 259-5700 Request for Bid District Wide Playground Repairs #B13-02 Time and Date to be

More information

UNIVERSAL PLANT SERVICES, INC. & AFFILIATES TERMS AND CONDITIONS (MATERIALS/SERVICES)

UNIVERSAL PLANT SERVICES, INC. & AFFILIATES TERMS AND CONDITIONS (MATERIALS/SERVICES) Buyer means Universal Plant Services, Inc. and Affiliates. Seller means the person, firm, or corporation supplying the goods and/or services and includes all parents, affiliates, subsidiaries, sales representatives

More information

ITB NO INVITATION TO BID SALE OF 36 PASSENGER BUS BIDS DUE SEPTEMBER 6, 2017 AT 2:00 PM

ITB NO INVITATION TO BID SALE OF 36 PASSENGER BUS BIDS DUE SEPTEMBER 6, 2017 AT 2:00 PM MHMR TARRANT PURCHASING DEPARTMENT ITB NO. 17-035 INVITATION TO BID SALE OF 36 PASSENGER BUS BIDS DUE SEPTEMBER 6, 2017 AT 2:00 PM INVITATION TO BID INSTRUCTIONS/TERMS AND CONDITIONS ITB 17-035 SALE OF

More information

REQUEST FOR BIDS FOR THE CITY OF MT. JULIET, TN

REQUEST FOR BIDS FOR THE CITY OF MT. JULIET, TN REQUEST FOR BIDS FOR THE CITY OF MT. JULIET, TN Request for Proposal /Bid Mt. Juliet Public Works Bath/Kitchen Remodel Issued by: City of Mt. Juliet, TN 2425 N. Mt. Juliet Rd. (615) 754-2554 Date of Issue:

More information

INVITATION FOR BID VENDOR: BID OPENING:

INVITATION FOR BID VENDOR: BID OPENING: Wicomico County Purchasing Department 125 N. Division Street, Room B-3 Salisbury, Maryland 21801 INVITATION FOR BID PROJECT: DEPARTMENT: Farmland Lease - West Metro Core Park Recreation Parks & Tourism

More information

APPLIED TECHNICAL SERVICES, INC.

APPLIED TECHNICAL SERVICES, INC. APPLIED TECHNICAL SERVICES, INC. www.atslab.com 1049 Triad Court Marietta, GA 30062 770-423-1400 The terms and conditions governing this contract are the Applied Technical Services, Inc. (ATS) Purchase

More information

Boise State University. Request for Quote RFQ CF LAN Infrastructure Cable and Components for Broadway Bridge Project

Boise State University. Request for Quote RFQ CF LAN Infrastructure Cable and Components for Broadway Bridge Project LAN Infrastructure Cable and Components for Broadway Bridge Project Schedule of Events RFQ issue date April 27, 2016 Bid closing date May 12, 2016 5:00 PM Scope of Work Contract to supply LAN infrastructure

More information

TERMS AND CONDITIONS OF SALE

TERMS AND CONDITIONS OF SALE TERMS AND CONDITIONS OF SALE www.admiralboxco.com 1. Parties. Seller means Admiral Box, LLC, a Michigan limited liability company d/b/a Admiral Box Company. Buyer means the entity or person submitting

More information

KSS Sales Proposal Terms & Conditions

KSS Sales Proposal Terms & Conditions KSS Sales Proposal Terms & Conditions These Sales Proposal Terms and Conditions apply to the accompanying sales proposal and are incorporated therein as if stated therein in their entirety. As used herein,

More information

KORRY ELECTRONICS CO TERMS AND CONDITIONS OF SALE

KORRY ELECTRONICS CO TERMS AND CONDITIONS OF SALE 1. Acceptance The following are the Terms and Conditions upon which Korry Electronics Co. ("Seller") agrees to sell and deliver its products to Buyer. No contract for sale shall be formed until Seller

More information

Public Sealed Bid Auction. State of Ohio Ohio University. Tract II and 919 East State Street Athens, Ohio 45701

Public Sealed Bid Auction. State of Ohio Ohio University. Tract II and 919 East State Street Athens, Ohio 45701 Public Sealed Bid Auction State of Ohio Ohio University Tract II 739-903 and 919 East State Street Athens, Ohio 45701 Bid Package Table of Contents: Notice of Sale by Sealed Bid Description of Property

More information

Informal Bid No: CRP2017 Bid for: City Sheridan 2018 Computer Replacements Bid Due (no later than): September 29, :00 P.M. (MST) Buyer: Kathy

Informal Bid No: CRP2017 Bid for: City Sheridan 2018 Computer Replacements Bid Due (no later than): September 29, :00 P.M. (MST) Buyer: Kathy Informal Bid No: CRP2017 Bid for: City of Sheridan FY 2018 Computer Replacements Bid Due (no later than): September 29, 2017 at 2:00 P.M. (MST) Buyer: Kathy Georgeson (307) 675-4234, kgeorgeson@sheridanwy.net

More information

Terms of Sale Tiger Commercial & Industrial

Terms of Sale Tiger Commercial & Industrial All items, property or product offered for sale ("Items", "Property", "Product") are offered by Tiger Capital Group, LLC. DBA Tiger Commercial & Industrial ( Agent ), as an agent of the Property owner

More information

GW Plastics, Inc. Terms & Conditions of Sale

GW Plastics, Inc. Terms & Conditions of Sale GW Plastics, Inc. Terms & Conditions of Sale GW Plastics, Inc. and its affiliated companies (each a Seller ) sell and deliver goods (including by way of example only, tooling, molded products, assemblies

More information

TERMS AND CONDITIONS OF SALE

TERMS AND CONDITIONS OF SALE TERMS AND CONDITIONS OF SALE 1. Agreement. All of DRIVE ELECTRIC, LLC (DE) sales are subject to these Terms and Conditions. This offer constitutes DE's offer to sell the goods identified in the attached

More information

General Terms and Conditions for Purchase Orders

General Terms and Conditions for Purchase Orders General Terms and Conditions for Purchase Orders ARTICLE 1.0: REPRESENTATIONS AND FORM OF AGREEMENT 1.1 These purchase order terms and conditions are issued by The Day & Zimmermann Group, Inc or one of

More information

Bioquell Inc. Standard Terms and Conditions for the Sale of Goods & Supply of Services (version: [December 2010])

Bioquell Inc. Standard Terms and Conditions for the Sale of Goods & Supply of Services (version: [December 2010]) Bioquell Inc. Standard Terms and Conditions for the Sale of Goods & Supply of Services (version: [December 2010]) 1. INTERPRETATION In these Conditions, unless the context otherwise requires: 1.1. Authorized

More information

Town of Caroline. Town Hall Exterior Painting Project

Town of Caroline. Town Hall Exterior Painting Project Town of Caroline Town Hall Exterior Painting Project 2017 Overview: The Town of Caroline, a municipality located in the State of New York, seeks bids for painting the exterior of its Historic Town Hall

More information

Contracts and Purchasing. Contracts and Purchasing. Competitive Bid Law Legal Authority for Boards. AASBO Certificate Program April 21 and 22, 2014

Contracts and Purchasing. Contracts and Purchasing. Competitive Bid Law Legal Authority for Boards. AASBO Certificate Program April 21 and 22, 2014 Contracts and Purchasing AASBO Certificate Program April 21 and 22, 2014 David Smith Disclaimer: The opinions expressed in this presentation are those of David Smith and are not meant to be a legal interpretation

More information

Commercial and Industrial Revaluation. Lincoln County Tax Department. RFP # Commercial/Industrial Tax Appraisal

Commercial and Industrial Revaluation. Lincoln County Tax Department. RFP # Commercial/Industrial Tax Appraisal Commercial and Industrial Revaluation Lincoln County Tax Department RFP #2014-0825 Commercial/Industrial Tax Appraisal 1. Introduction 1.1. Lincoln County Department is seeking proposals from contractors

More information

Request for Proposals Equipment and Supplies Parks Grass Seed

Request for Proposals Equipment and Supplies Parks Grass Seed Request for Proposals Equipment and Supplies Friday, March 24, 2017 2017 Parks Grass Seed Proposals Due: Tuesday, April 4, 2017 at 2:00pm Park District of Highland Park 636 Ridge Road Highland Park, IL

More information

PROPERTY LEASE AGREEMENT

PROPERTY LEASE AGREEMENT Attachment FAC-1 PROPERTY LEASE AGREEMENT THIS AGREEMENT ( Lease Agreement, Lease or Agreement ), is entered into as of the day of, 2013 by and between the MIDDLETOWN TOWNSHIP BOARD OF EDUCATION, a public

More information

Terms and Conditions of Sale

Terms and Conditions of Sale KYOCERA Display America, Inc. ( Seller ) offers to sell to Buyer ("Buyer") Seller s goods and services ( Goods ) only on the following terms and conditions, which shall become part of any purchase order

More information

CARLSBAD MUNICIPAL SCHOOLS INVITATION TO SUBMIT SEALED BID. BID # SAXON PHONICS NIGP Code: 78587

CARLSBAD MUNICIPAL SCHOOLS INVITATION TO SUBMIT SEALED BID. BID # SAXON PHONICS NIGP Code: 78587 CARLSBAD MUNICIPAL SCHOOLS INVITATION TO SUBMIT SEALED BID BID # 2017-2018-01 SAXON PHONICS NIGP Code: 78587 ISSUE DATE: August 9, 2017 SUBMISSION DEADLINE: Thursday, August 24, 2017 2:00 PM Mountain Time

More information

SENIOR AEROSPACE ABSOLUTE MANUFACTURING TERMS AND CONDITIONS OF PURCHASE

SENIOR AEROSPACE ABSOLUTE MANUFACTURING TERMS AND CONDITIONS OF PURCHASE Page 1 of 7 SENIOR AEROSPACE ABSOLUTE MANUFACTURING TERMS AND CONDITIONS OF PURCHASE 1. ACCEPTANCE: This order is for the purchase and sale of the goods and services described on the front side hereof

More information