City of Hays Request for Proposals

Size: px
Start display at page:

Download "City of Hays Request for Proposals"

Transcription

1 City of Hays Request for Proposals Sewer Camera Date of Issue: Proposal Due Date July 9, 2008

2 Table of Contents 1. INTRODUCTION RULES OF PREPARATION INQUIRIES SUBMISSION OF PROPOSALS NOTIFICATION OF WITHDRAWL OF PROPOSAL MINIMUM SPECIFICATIONS CONTRACTUAL OBLIGATIONS RIGHT OF THE CITY OF HAYS TO REJECT PROPOSALS EVALUATIONS NON-LIMITATIONS TO RFP PRE-PROPOSAL CONFERENCE INTERPRETATIONS AND ADDENDA PROJECTED SCHEDULE OF EVENTS PROPOSAL RESPONSE FORMAT CONFIDENTIALITY OF DOCUMENTS LEGAL NOTICE...6 EXHIBIT A (MINIMUM SPECIFICATIONS)...8 2

3 1. Introduction The City of Hays invites your company to submit a written proposal for a Sewer Camera. The proposed camera will be used to video sanitary sewer lines within the City of Hays. This written Request for Proposal (RFP) states the scope of the City of Hays requirements and specifies the general rules for preparing the proposal. The proposal should clearly demonstrate how the vendor can best satisfy the requirements of the City of Hays. The City of Hays shall reserve the right to enter an agreement with the vendor presenting the proposal that is most advantageous to the City of Hays. 2. Rules of Preparation The submitted proposals must follow the rules and the format established within this RFP. Adherence to these rules will ensure a fair and objective analysis of all proposals. Failure to comply with any portion of this request may result in rejection of a proposal. 3. Inquiries The Public Works Department of the City of Hays has prepared this RFP and has designated the Utilities Division Superintendent, Joe Obholz, as project manager. Please direct questions or comments concerning either the administrative or technical requirements of this RFP to: Joe Obholz, Utilities Division Superintendent City of Hays Public Works Department 1002 Vine Street Hays, Kansas (785) office (785) fax jobholz@haysusa.com To ensure a timely response, questions requiring a response should be faxed or ed to the Project Manager at the specified number or address above. 4. Submission of Proposals Please prepare and submit original plus five (5) copies of the proposal. Completed proposals should be sealed and clearly marked "RFP for 2008 Sewer Camera" and be submitted no later than 3:00 P.M. July 9, 2008 to the Public Works Department, 1002 Vine Street, Hays, KS Proposals received after the above date and time will be considered late and will not be accepted. Any late proposals will be returned unopened to the vendor. Responses will be evaluated objectively based on the vendor's responses to the RFP. The City of Hays will not pay costs incurred in the proposal preparation including the costs for printing, demonstration, negotiation process, etc. All costs for the preparation of the proposal shall be borne by the proposing vendor. The City of Hays will not be bound by any representations that are not set forth in this request for proposals or a written response to contractor inquiries. The contractor is responsible to make all necessary investigations and examinations of documents, operations, premises and the areas of operations affecting the performance of the proposed equipment. Failure to do so will not act to relieve any condition of the proposal 3

4 documents. It is mutually agreed that the submission of a proposal shall be considered conclusive evidence that the contractor has made such investigations and examinations. 5. Notification of Withdrawal of Proposal Proposals may be modified or withdrawn by an authorized representative of the vendor or by formal written notice prior to the final due date and time specified for proposal submission. Submitted proposals will become the property of the City of Hays after the proposal submission deadline. All Proposals are to be valid for at least 60 days after the established submission deadline. 6. Minimum Specifications Proposals should address all features requested by the City of Hays. Equipment and features requested include, but may not be limited to, the Minimum Specifications detailed in Exhibit A. 7. Contractual Obligations The successful vendor will be required to accept a PO from the City of Hays in which the vendor will undertake certain obligations. These obligations include, but are not limited to, the following: Inclusion of Proposal - The proposal submitted in response to this RFP will be incorporated as part of the Contract for Delivery. Indemnification and Insurance - The successful vendor(s) shall indemnify and hold the City of Hays and its officers, agents, employees and assigns, harmless from any liability imposed for injury whether arising before or after completion of work hereunder, or in any manner directly or indirectly caused, occasioned or contributed to, or claimed to be caused, occasioned or contributed to, in whole or in part, by reason of any act or omission, including strict liability or negligence of vendor, or of anyone acting under vendor's direction or control or on its behalf, in connection with or incident to, or arising out of the performance of this contract. Successful vendor shall maintain insurance as required by law. An insurance certificate must be on file with the City Clerk s office within four weeks of the signing of the contract by both parties. Costs - All costs are to be stated in exact amounts. All costs must be detailed specifically in the cost summary section of the proposal; no additional charges (e.g. for sales tax, container packing, installation, training, out-of-pocket expenses, etc.) will be allowed unless so specified in the proposal. Selection - The final award is subject to the approval of the Hays City Commission. 8. Right of the City of Hays to Reject Proposals The City of Hays reserves the right to reject any and all proposals or any part of any proposals, to waive minor defects or technicalities, or to solicit new proposals on the same project or on a modified project that may include portions of the originally proposed project as the City of Hays may deem necessary in its best interest. The City also reserves the right to negotiate with any vendor, all or part of any proposal that is in the best interest of the City. 4

5 9. Evaluations The City of Hays will use a committee, including equipment operators and mechanics, to evaluate each proposal for quality, value, utility and price based on the needs of the City of Hays Public Works Department. The intent of the city is to purchase the best equipment to meet the needs of the city within the funds budgeted for this purchase. Based on the recommendations of the committee, the city will enter into competitive negotiations with two or more responsive vendors in order to determine a final proposal, within the budget limits, to be recommended for purchase. During this process, vendors may be requested to submit revised proposals based on the results of these negotiations and arrange for a demonstration of the equipment proposed. At the conclusion of the evaluation process, the Director of Public Works is to make a final purchase recommendation to the city manager for his approval. This purchase is subject to review by the city commission. 10. Non-limitations to RFP The format of the RFP must be followed and all requested information must be submitted as indicated; however, the City of Hays is receptive to any additional suggestions pertaining to services development, additional related capabilities, and any alternative methods for providing related services. Any exceptions to the RFP terms and conditions must be included in writing in the proposal. 11. Pre-proposal Conference The City of Hays will conduct a pre-proposal meeting with all interested contractors at 2:00 pm on July 2, The meeting will be conducted in the Public Works conference room at 1002 Vine Street, Hays, Kansas for the purpose of reviewing the request for proposals and answering such questions that may arise. Attendance at this meeting is not mandatory for contractors who intend to submit a proposal. 12. Interpretations and addenda No interpretation made to any respondent as to the meaning of the RFP shall be binding on the City of Hays unless repeated in writing and distributed as an addendum by the City of Hays. Interpretations and/or clarification shall be requested in writing from the contact person listed in Section Projected Schedule of Events Release of RFP Document 6/20/08 Pre-proposal Conference 7/02/08 Last day to submit proposals 7/9/08 Short list selections announced 7/16/08 Final recommendation by selection Committee 8/15/08 Request for Purchase to the City Commission for approval 9/4/08 Issue Purchase Order 9/8/ Proposal Response Format In order to facilitate the analysis of responses to this RFP, vendors are required to prepare their proposal in accordance with the instructions outlined in section 4. 5

6 Proposals should be prepared as simply as possible and provide a straightforward, concise description of the vendor's capabilities to satisfy the requirements of the RFP. Expensive bindings, etc., are not necessary or desired. List in detail how the product you propose will meet the requirements of the City of Hays along with the maximum dollar amount the City would be expected to pay for the proposed equipment. Complete specifications and literature on the equipment shall accompany the proposal. Any exceptions shall be indicated in the proposal or on a separate attachment to the proposal, labeled as such. Any or equal or equivalent items for brand specified components shall be listed with the proposal package. Complete description and literature on the or equal components shall be supplied for consideration by the City. The burden of proof regarding or equal items will be upon the vendor. Proposal shall address the availability of equipment for demonstration purposes. Vendor may provide multiple proposals for various grades of equipment from low end to high end equipment. Each proposal shall include a draft contract for purchase, warranty and service options, specifications and promotional literature, and the maximum cost to the City for equipment and features proposed. The proposal should be organized into the following major parts: Executive Summary- A brief and non-technical narrative describing the proposal. Company Background - Information regarding the vendor's stability, length of time in business, past history, future plans, company size, organization. Responses to Minimum Specifications - Responses to the requirements listed in this RFP must be provided. Notes of explanation or clarification must be included with specific reference to the item in question. Client References - Provide at least three client references that your firm as supplied equipment to and are currently using equipment similar to that described in this RFP. Contract Terms and Conditions - This section is to contain the vendor's sample contract for purchase, warranty and service information, etc. Cost Quotations - All costs must be itemized and included in this section. All proposals are to be signed by an individual authorized to represent the vendor. 15. Confidentiality of Documents All responses to the RFP submitted by vendors shall be deemed public documents at the time opened by City of Hays. The RFP is intended to be worded in a manner so as not to elicit proprietary information from the vendor. If proprietary information is submitted as part of the proposal, such information is to be labeled proprietary and be accompanied with a request that the information is to be returned by the City of Hays to the submitter. Any proposal that is submitted with a blanket statement or limitation that would prohibit or limit such public inspection shall be considered non-responsive and shall be rejected. 16. Legal Notice The City of Hays reserves the right to reject any and all proposals and waive any or all technicalities, as determined by the City Manager of the City of Hays. 6

7 The city manager may accept or reject the recommended proposal. Final approval of all plans, contracts and purchases are at the sole discretion of the city manager. The contract for purchase shall be established by a standard city purchase order for the specified equipment. The City of Hays, Kansas, will not award contracts to nor accept proposals from individuals or entities that attempt to include any of the following in any proposed contract or Request for Proposal: 1. Reduce or diminish the common law or statutory standard of care, make any attempt to limit liability, or reduce responsibility of the contractor for mistake, error, or negligence of any type. 2. Attempt to limit liability for breach of contract or negligent performance to the amount of the payment to the contractor by the City. 3. Attempt to claim ownership of intellectual property created during the performance of the contract with the City. 4. Include binding arbitration agreements. 5. Provide for damages for breach by the owner contrary to common law or statute, including, especially, any attempt to provide for attorney fees as part of recoverable damage. 6. Attempt to select any forum for resolution of disputes other than Ellis County, Kansas. 7. Attempt in any way to reallocate risk contrary to common law or statute, unless specifically requested as an alternate proposal or bid by the City of Hays, Kansas. The City of Hays expects a professional job, done commensurate with the standards and practices of the profession/or business. All persons awarded and/or entering into purchase orders with the City of Hays shall be subject to and required to comply with all applicable City, State and Federal provisions. The City of Hays has an affirmative action program. Any vendor will be required to include the following statement in any contract with the City of Hays: "Contractor shall not discriminate in the employment of persons engaged in the performance of this Agreement on account of race, color, national origin, ancestry, religion, sec, marital status, physical handicap, or medical condition, in violation of any federal or state law. Contractor shall comply with all requirements of the City of Hays pertaining to affirmative action with regard to employment while this Agreement is in effect." 7

8 Exhibit A Minimum Specifications The unit shall be a 2008 model, new and unused, under standard production by the manufacturer. Uses for the new sewer camera are as follows: Record video of City sanitary sewer lines for the purpose of determining sewer pipe condition, tap locations, maintenance requirements, and the inspection of new sanitary sewer construction,. Pan and tilt for full view of laterals and joints. View behind crawler to inspect upstream joints. Sewer Camera Inspection System Specifications Medium Crawler Tractor-Inspect 6 to 36 Sewer Lines Camera-Pan and Tilt (at same time) Color Zoom Housing shall be fully sealed and water proof Transmission Cable-600 feet of Continuous Length Motorized Cable Drum-Auto Feed Out and Retrieval with Level Wind System Tractor Wheel Sets Footage Counter Camera Control Unit Text Generator Monitor VCR & DVD Recorder Portable Field Storage Container for all apparatus and accessories, including power supply and wash down unit. Other Standard Accessories Warranties The vendor agrees, if his proposal is accepted, to guarantee the design, material and workmanship of the camera and other equipment according to the standard factory warranties, or for one year, whichever is greater. A copy of the warranties shall accompany the proposal. All service called for in the standard warranty shall apply without exception. Warranty coverage shall include costs incurred in the shipping the camera to and from the dealer s shop, if required, or travel time and expenses to and from the City of Hays facilities, should warranty work be performed in the field. The selected vendor is to be the sole agent regarding the administration of all warranties. The intent of the city is to have the selected vendor be accountable and responsible to coordinate all warranty repairs and resolve all conflicts between the component suppliers regarding warranty matters. 8

9 Each proposal is to include a list and location of authorized repair shops or service facilities for warranty work on all major components of the proposed camera inspection system and all other component covered by warranty. Delivery TAXES The Sewer Camera Inspection System shall be delivered complete and fully operational. Delivery must be made between the hours of 8:00 a.m. and 4:00 p.m. on weekdays. The equipment is to be delivered to the City of Hays Public Works Department, 1002 Vine Street, Hays, KS. The city will not accept responsibility for the equipment until it is delivered to and accepted by the city. Payment is to be made on acceptance by the city. A qualified and responsible representative of the selected vendor is to deliver the equipment and instruct operators and mechanics in its proper care, operation and maintenance. During this period, the city, assisted by the vendor, is to conduct a test and inspection of all the equipment features and operating controls. All cost associated with transportation will be the vendor s responsibility. Inspection of the equipment will be made as soon as possible after delivery. Equipment failing to meet specification shall not be accepted and shall become the vendor s responsibility. All components and accessories shall be new, unused, serviced, and ready for operation upon delivery. A dealer s representative shall provide instructions in the proper operation and maintenance at the time of delivery. The vendor is to provide at the time of delivery, at least two complete sets of service, operations and maintenance manuals. The services of a competent technician, thoroughly knowledgeable in the use, operation and servicing of the unit shall instruct the City personnel in the proper use, safety, operation and preventive maintenance of the unit and to test the unit for satisfactory performance. This instruction shall be performed on a date to be agreed upon by the Shop Foreman or his designee. Vendor will provide a one day training for operators and mechanics. Each proposal is to indicate the estimated delivery date based on an order placed by September 8, The City of Hays desires to take delivery of this equipment at the earliest possible date. This proposal is to acknowledge that if the equipment is not delivered after a period of 30 calendar days after the agreed contract delivery date, the city will impose a penalty of one percent of the contract price for each day s delay until delivery. This penalty is to be assessed beginning at the 31st day after the contract delivery date. This penalty is to be deducted by the city from the final purchase price of the equipment. The City of Hays is tax exempt. Appropriate certification will be supplied to the vendor upon request. 9

Chapter 11. Competitive Negotiation: Procedure

Chapter 11. Competitive Negotiation: Procedure Chapter 11. Competitive Negotiation: Procedure Summary This chapter provides an overview of the procedure for procuring goods and services using the competitive negotiation procedure. The competitive negotiation

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

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

REQUEST FOR PROPOSAL MV COMBERMERE COMMUNITY CENTRE ACCESSIBLE LIFT SYSTEM For The Corporation of the Township of Madawaska Valley

REQUEST FOR PROPOSAL MV COMBERMERE COMMUNITY CENTRE ACCESSIBLE LIFT SYSTEM For The Corporation of the Township of Madawaska Valley REQUEST FOR PROPOSAL MV2015 05 COMBERMERE COMMUNITY CENTRE ACCESSIBLE LIFT SYSTEM For The Corporation of the Township of Madawaska Valley Proposal Closing Date and Time Friday, June 5, 2015 At 3:00 p.m.

More information

THE TOWN OF BANCROFT REQUEST FOR PROPOSAL (RFP) COMMERCIAL REAL ESTATE BROKERAGE SERVICES

THE TOWN OF BANCROFT REQUEST FOR PROPOSAL (RFP) COMMERCIAL REAL ESTATE BROKERAGE SERVICES THE TOWN OF BANCROFT REQUEST FOR PROPOSAL (RFP) 2016-02 COMMERCIAL REAL ESTATE BROKERAGE SERVICES Proposals will be received at the Town of Bancroft Municipal Office, 24 Flint Ave., Bancroft, Ontario,

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

REQUEST FOR PROPOSAL 2017 ASPHALT PAVING SERVICES

REQUEST FOR PROPOSAL 2017 ASPHALT PAVING SERVICES REQUEST FOR PROPOSAL 2017 ASPHALT PAVING SERVICES RELEASE DATE: Monday, May 15, 2017 DEADLINE: Thursday, May 25, 2017 at 2:00 pm Hartland Township Public Works Department 2655 Clark Road Hartland, MI 48353

More information

Township of Salisbury Lehigh County, Pennsylvania REQUEST FOR PROPOSALS EMERGENCY SERVICES COMPREHENSIVE REVIEW

Township of Salisbury Lehigh County, Pennsylvania REQUEST FOR PROPOSALS EMERGENCY SERVICES COMPREHENSIVE REVIEW Township of Salisbury Lehigh County, Pennsylvania REQUEST FOR PROPOSALS EMERGENCY SERVICES COMPREHENSIVE REVIEW Township of Salisbury 2900 South Pike Avenue Allentown, PA 18103 (610) 797-4000 Cathy Bonaskiewich

More information

Town of North Castle New York REQUEST FOR PROPOSALS REAL ESTATE BROKER SERVICES

Town of North Castle New York REQUEST FOR PROPOSALS REAL ESTATE BROKER SERVICES Town of North Castle New York REQUEST FOR PROPOSALS REAL ESTATE BROKER SERVICES 1. Overview The Town of North Castle, New York is hereby requesting proposals from qualified, real estate brokers to assist

More information

Request for Proposal to Develop a Land Use Master Plan

Request for Proposal to Develop a Land Use Master Plan Request for Proposal to Develop a Land Use Master Plan PO Box 141, 400 Centre Road, Lions Bay, BC V0N 2E0 Phone: 604-921-9333 Fax: 604-921-6643 Email: office@lionsbay.ca Web: www.lionsbay.ca TABLE OF CONTENTS

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

REQUEST FOR QUALIFICATIONS REAL ESTATE SERVICES

REQUEST FOR QUALIFICATIONS REAL ESTATE SERVICES REQUEST FOR QUALIFICATIONS REAL ESTATE SERVICES The Fulton County/City of Atlanta Land Bank Authority, Inc. (LBA) is inviting proposals from qualified agents to be considered for inclusion in the Qualified

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

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

Request for Proposals For Village Assessment Services

Request for Proposals For Village Assessment Services Request for Proposals For Village Assessment Services INQUIRIES AND PROPOSALS SHOULD BE DIRECTED TO: Jesse Thyes Village Administrator 860 Badger Circle Grafton, WI 53024 Introduction The Village of Grafton

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

Chapter 5. Competitive Sealed Bidding: Procedure

Chapter 5. Competitive Sealed Bidding: Procedure Chapter 5. Competitive Sealed Bidding: Procedure Summary This chapter provides an overview of the procedure for procuring goods and nonprofessional services using the competitive sealed bidding procedure.

More information

Request for Proposals Eagle Place formerly the Baltic Mill Site

Request for Proposals Eagle Place formerly the Baltic Mill Site September 29, 2015 Town of Sprague, Connecticut Request for Proposals Eagle Place formerly the Baltic Mill Site Mixed Use Retail / Commercial / Housing PROPERTY LOCATION: The corner of North Main and Bushnell

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

Lease and Development of Vacant Land at the Haliburton-Stanhope Airport

Lease and Development of Vacant Land at the Haliburton-Stanhope Airport The Corporation of the Township of Algonquin Highlands REQUEST FOR PROPOSAL (RFP) Lease and Development of Vacant Land at the Haliburton-Stanhope Airport RFP #2014-003 Issue Date: April 28, 2014 Closing

More information

INVITATION TO BID. Sale of Motor Graders Curry County Road Department Clovis, New Mexico. Invitation to Bid No. 2014/15-04

INVITATION TO BID. Sale of Motor Graders Curry County Road Department Clovis, New Mexico. Invitation to Bid No. 2014/15-04 INVITATION TO BID Sale of Motor Graders Clovis, New Mexico Invitation to Submittal Deadline: Tuesday January 27, 2015 at 2:00 p.m. MST Mail bid to the following address: Curry County Administration 700

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

HOUSING AUTHORITY OF THE CITY OF PHARR REQUEST FOR PROPOSAL - HQS INSPECTIONS AGENCY OWNED

HOUSING AUTHORITY OF THE CITY OF PHARR REQUEST FOR PROPOSAL - HQS INSPECTIONS AGENCY OWNED HOUSING AUTHORITY OF THE CITY OF PHARR REQUEST FOR PROPOSAL - HQS INSPECTIONS AGENCY OWNED July 6, 2018 Request for Proposal - HCV HQS Inspection Company REQUEST FOR PROPOSALS Housing Quality Standards

More information

REQUEST FOR PROPOSALS HYDRAULIC ELEVATOR MODERNIZATION

REQUEST FOR PROPOSALS HYDRAULIC ELEVATOR MODERNIZATION REQUEST FOR PROPOSALS HYDRAULIC ELEVATOR MODERNIZATION Prepared By: Ellis County Administration 718 Main Street P.O. Box 720 Hays, KS 67601 Contact: Greg Erbert Lead Facilities Maintenance Technician (785)

More information

Redevelopment Authority of Allegheny County

Redevelopment Authority of Allegheny County Request for Proposals Appraisal Services Allegheny County Wide One Chatham Center, Suite 900 112 Washington Place Pittsburgh, PA 15219 OBJECTIVE The ( RAAC ) is issuing a Request for Proposals ( RFP )

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

REQUEST FOR PROPOSAL FOR. Appraisal Services. Office of the Special Deputy Receiver

REQUEST FOR PROPOSAL FOR. Appraisal Services. Office of the Special Deputy Receiver REQUEST FOR PROPOSAL FOR Appraisal Services Office of the Special Deputy Receiver October 1, 2008 REQUEST FOR PROPOSAL ( RFP ) Appraisal Services BACKGROUND The Office of the Special Deputy Receiver (OSD),

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

PUTNAM COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSALS

PUTNAM COUNTY BOARD OF COUNTY COMMISSIONERS REQUEST FOR PROPOSALS 1.0 GENERAL INFORMATION 1.1 PURPOSE PUTNAM COUNTY BOARD OF COUNTY COMMISSIONERS To obtain proposals from qualified vendors to establish a contract to 1) furnish, deliver, install and maintain through purchase,

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

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

CALL FOR TENDER. Demolition and Removal of Vacant House, Foundation, and Decommissioning of Septic System. Tender AP

CALL FOR TENDER. Demolition and Removal of Vacant House, Foundation, and Decommissioning of Septic System. Tender AP CALL FOR TENDER Demolition and Removal of Vacant House, Foundation, and Decommissioning of Septic System Tender AP-2015-001 Issue Date: December 10, 2015 Closing Date: Contact: December 21, 2015 at 3:00

More information

REQUEST FOR PROPOSAL RFP # TOC17-001

REQUEST FOR PROPOSAL RFP # TOC17-001 REQUEST FOR PROPOSAL RFP # TOC17-001 April 25, 2017 157 NW Columbia Avenue P. O. Box 183 Chapin, SC 29036 Tel.: (803) 345-2444 Fax: (803) 345-0427 April 25, 2017 REQUEST FOR PROPOSAL RFP # TOC17-001 The

More information

Request for Proposals General Counsel Services

Request for Proposals General Counsel Services Request for Proposals General Counsel Services I. Summary The Texas State Affordable Housing Corporation ( TSAHC ) is issuing this Request for Proposal ( RFP ) to identify and contract for General Counsel

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

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

REQUEST FOR PROPOSALS (RFP) FOR THE SALE OF REAL PROPERTY BY THE VILLAGE OF STICKNEY, ILLINOIS. Village Of Stickney. Attn: Office Of The Village Mayor

REQUEST FOR PROPOSALS (RFP) FOR THE SALE OF REAL PROPERTY BY THE VILLAGE OF STICKNEY, ILLINOIS. Village Of Stickney. Attn: Office Of The Village Mayor REQUEST FOR PROPOSALS (RFP) FOR THE SALE OF REAL PROPERTY BY THE VILLAGE OF STICKNEY, ILLINOIS PROPERTY COMMONLY KNOWN AS 4131 HOME AVENUE, STICKNEY, ILLINOIS, 60402 PINS: 19-06-115-010-0000 AND 19-06-115-011-0000

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

Request for Proposals For Outdoor Advertising - Billboards. At the Following Locations. TelPosta Towers: Roof Top on Tower 2 (Kenyatta Avenue)

Request for Proposals For Outdoor Advertising - Billboards. At the Following Locations. TelPosta Towers: Roof Top on Tower 2 (Kenyatta Avenue) Request for Proposals For Outdoor Advertising - Billboards At the Following Locations On TelPosta Towers: Roof Top on Tower 2 (Kenyatta Avenue) Roof Top on Tower 3 (Nyayo House) 5th Floor Balcony Facing

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

REQUEST FOR PROPOSALS (RFP) SECTION 8 CONTRACT ADMINISTRATION SERVICES

REQUEST FOR PROPOSALS (RFP) SECTION 8 CONTRACT ADMINISTRATION SERVICES REQUEST FOR PROPOSALS (RFP) 09-331 SECTION 8 CONTRACT ADMINISTRATION SERVICES FOR THE HOUSING AUTHORITY OF THE CITY OF WINSTON-SALEM WINSTON-SALEM, NORTH CAROLINA 1 TABLE OF CONTENTS 1. Introduction 2.

More information

FOR INFORMATION PURPOSES ONLY. Request for Proposals for the Purchase of a Site for the New Acute Care Hospital with Schedules

FOR INFORMATION PURPOSES ONLY. Request for Proposals for the Purchase of a Site for the New Acute Care Hospital with Schedules FOR INFORMATION PURPOSES ONLY Request for Proposals for the Purchase of a Site for the New Acute Care Hospital with Schedules Request for Proposals for the Purchase of a Site for the New Acute Care Hospital

More information

PERRY CITY UTAH REQUEST FOR PROPOSALS REAL ESTATE BROKER SERVICES

PERRY CITY UTAH REQUEST FOR PROPOSALS REAL ESTATE BROKER SERVICES PERRY CITY UTAH REQUEST FOR PROPOSALS REAL ESTATE BROKER SERVICES Overview The City of Perry, Utah is hereby requesting proposals from qualified, real estate brokers to assist with the sale of approximately

More information

GENERAL CONDITIONS OF PURCHASE

GENERAL CONDITIONS OF PURCHASE 1. DEFINITIONS 1.1 Seller shall mean the company selling the Product to the Buyer. 1.2 Buyer shall mean KAEFER Energy AS, reg. no. 910 608 193. 1.3 Contract shall mean the Purchase Order together with

More information

Request for Proposals HQS Inspection Services May 21,

Request for Proposals HQS Inspection Services May 21, MAILING ADDRESS: Arlington Housing Authority 4 Winslow Street Arlington, MA 02474 ATTENTION: John J. Griffin Executive Director REQUEST FOR PROPOSALS Inspectional Services for Housing Choice Voucher Program

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

Conditions of Purchase FISCHER GmbH & Co. KG Lagertechnik + Regalsysteme, Stutensee

Conditions of Purchase FISCHER GmbH & Co. KG Lagertechnik + Regalsysteme, Stutensee Conditions of Purchase FISCHER GmbH & Co. KG Lagertechnik + Regalsysteme, Stutensee 1. General 1.1. We only conduct purchases in accordance with the following conditions. Deviating conditions on the part

More information

Radnor Township Township Solicitor

Radnor Township Township Solicitor GENERAL CONDITIONS AND SPECIFICATIONS BACKGROUND: The Township of Radnor, located in suburban Philadelphia, is a Home Rule Township operating in accordance with the codes and laws of the Commonwealth of

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

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

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

Request for Proposals WASTE AND ORGANICS COLLECTION SERVICES RFP# ANM

Request for Proposals WASTE AND ORGANICS COLLECTION SERVICES RFP# ANM Village of Anmore Request for Proposals WASTE AND ORGANICS COLLECTION SERVICES RFP# ANM2014-02 Date Issued: March 10, 2014 Closing Date: April 2, 2014 Submission Location: Village of Anmore 2697 Sunnyside

More information

Town of Weymouth Massachusetts

Town of Weymouth Massachusetts Town of Weymouth Massachusetts Robert L. Hedlund Mayor 75 Middle Street Weymouth, MA 02189 Office: 781.340.5012 Fax: 781.335.8184 www.weymouth.ma.us CONTRACT BETWEEN THE TOWN OF WEYMOUTH AND

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

Fred Maxon Gail VanLinder Mary Watson Purchasing Director Purchasing Clerk Purchasing Clerk

Fred Maxon Gail VanLinder Mary Watson Purchasing Director Purchasing Clerk Purchasing Clerk OSWEGO COUNTY PURCHASING DEPARTMENT County Office Building 46 East Bridge Street Oswego, NY 13126 Phone (315) 349-8307 Fax (315) 349-8308 Fred@oswegocounty.com Fred Maxon Gail VanLinder Mary Watson Purchasing

More information

REAL ESTATE AUCTION PARTICIPATION AGREEMENT

REAL ESTATE AUCTION PARTICIPATION AGREEMENT REAL ESTATE AUCTION PARTICIPATION AGREEMENT July 19, 2018 6449 Rainbow Heights Rd. Fallbrook, CA THIS REAL ESTATE AUCTION PARTICIPATION AGREEMENT ( Agreement ) defines your rights and obligations and the

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 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

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

Issue Date: Friday, January 26, Submission Deadline: Friday, March 9, 2018 at 5:00 p.m. CST OVERVIEW:

Issue Date: Friday, January 26, Submission Deadline: Friday, March 9, 2018 at 5:00 p.m. CST OVERVIEW: Request for Proposals Sale and Development of Real Estate Offered by City of Foley, AL 118 West Laurel Avenue (Cactus Café Building) Requisition No. GG-030918 Issue Date: Friday, January 26, 2018 Submission

More information

REQUEST FOR PROPOSALS Professional Engineering Services for Lift Station In the Rural Municipality of Wellington

REQUEST FOR PROPOSALS Professional Engineering Services for Lift Station In the Rural Municipality of Wellington REQUEST FOR PROPOSALS Professional Engineering Services for Lift Station In the Rural Municipality of Wellington Issue Date: March 2, 2018 Prepared By: Rural Municipality of Wellington Wellington, PEI

More information

1. Canyon Pointe 2. Glen Willow 3. Madison. ISSUED: November 15, 2017

1. Canyon Pointe 2. Glen Willow 3. Madison. ISSUED: November 15, 2017 4800 N. Broadway, Boulder, CO 80304 Phone: 720-564-4610 Fax: 303-939-9569 www.boulderhousing.org Hearing Assistance: 1-800-659-3656 Boulder Housing Partners Request for Proposals: RFP #32-2017 Physical

More information

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Graphic Design Training Services. office. 301 West Railroad Weslaco, Texas 78596

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Graphic Design Training Services. office. 301 West Railroad Weslaco, Texas 78596 The Lower Rio Grande Valley Development Council (LRGVDC) Invitation to Bid (ITB): Graphic Design Training Services. Quotes Due Not Later than: Issuing Office: Friday, July 15th, 2016 at 12:00 Noon at the

More information

REAL ESTATE MARKET STUDY SERVICES

REAL ESTATE MARKET STUDY SERVICES Request for Qualifications for REAL ESTATE MARKET STUDY SERVICES Required by MISSOURI HOUSING DEVELOPMENT COMMISSION RESPONSES DUE: Monday May 15, 2017 by 4:30 P.M. Central Time SECTION I: INTRODUCTORY

More information

URBAN REDEVELOMENT AUTHORITY OF PITTSBURGH REQUEST FOR PROPOSALS (RFP) Appraisal Services

URBAN REDEVELOMENT AUTHORITY OF PITTSBURGH REQUEST FOR PROPOSALS (RFP) Appraisal Services SUMMARY INFORMATION URBAN REDEVELOMENT AUTHORITY OF PITTSBURGH REQUEST FOR PROPOSALS (RFP) Appraisal Services RFP Issue Date: Wednesday, November 15, 2017 Proposal Due Date: Thursday, November 30, 2017

More information

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104 REQUEST FOR PROPOSALS (RFP) 2018-23 REAL ESTATE AGENT/BROKER SERVICES DATE ISSUED: Wednesday, October 24, 2018 TYPE OF PROJECT:

More information

COMPLETED PROPOSALS MUST BE SUBMITTED to Deborah L. Skillrud, Supervisor

COMPLETED PROPOSALS MUST BE SUBMITTED to Deborah L. Skillrud, Supervisor CITY of BLOOMINGTON TOWNSHIP REQUEST for PROPOSALS PROFESSIONAL AUDIT SERVICES for the Fiscal Year Ending MARCH 31, 2014, 2015 and 2016 COMPLETED PROPOSALS MUST BE SUBMITTED to Deborah L. Skillrud, Supervisor

More information

WASHINGTON COUNTY COMMUNITY SERVICES DEPARTMENT NOVEMBER 15, 2013

WASHINGTON COUNTY COMMUNITY SERVICES DEPARTMENT NOVEMBER 15, 2013 WASHINGTON COUNTY COMMUNITY SERVICES DEPARTMENT NOVEMBER 15, 2013 REQUEST FOR PROPOSALS (RFP) FOR RATE 2 GROUP RESIDENTIAL HOUSING (GRH) INDEPENDENT HOUSING OPPORTUNITIES FOR ADULTS WITH DISABILITIES 1/24/14

More information

Intent: To establish a policy and guidelines for all procurement activities in the city. SECTION I: Purpose of Purchasing Policies...

Intent: To establish a policy and guidelines for all procurement activities in the city. SECTION I: Purpose of Purchasing Policies... Policy Number: Appendix C Subject: Revised: 03/26/2012 Issued: 02/10/97 Page: 1 of 10 Intent: To establish a policy and guidelines for all procurement activities in the city. Applies to: All City Employees

More information

REQUEST FOR OFFERS. Tsubota Steel Site. ISSUE DATE: February 12, 2014

REQUEST FOR OFFERS. Tsubota Steel Site. ISSUE DATE: February 12, 2014 REQUEST FOR OFFERS Tsubota Steel Site ISSUE DATE: OFFERS DUE: March 27, 2014 EXECUTIVE SUMMARY Site A 3.44-acre site in Seattle s Interbay neighborhood zoned IG/2- U45. Appraised Value A recent appraisal

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

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL FOR Spokane Tribe of Indians LDR/COS Certificates YEPA Property And Task Order Contract PROPOSAL NO. FY2011/042 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT

More information

REQUEST FOR PROPOSALS RFP # Lease of Golf Carts. At the. Sierra Del Rio Golf Course

REQUEST FOR PROPOSALS RFP # Lease of Golf Carts. At the. Sierra Del Rio Golf Course REQUEST FOR PROPOSALS RFP # 16-17-002 For Lease of Golf Carts At the Sierra Del Rio Golf Course Issued: April 14, 2017 Proposals Due: April 28, 2017 by 2:00pm CITY OF ELEPHANT BUTTE, NEW MEXICO PO Box

More information

PURCHASE ORDER TERMS AND CONDITIONS (Rev Date: 07/31/2017)

PURCHASE ORDER TERMS AND CONDITIONS (Rev Date: 07/31/2017) PURCHASE ORDER TERMS AND CONDITIONS (Rev Date: 07/31/2017) All purchase orders (each, individually, an Order, collectively the Orders ) between M C Test Service, Inc., d/b/a MC Assembly, or any of its

More information

CORPORATE SUPPLY ARRANGEMENT

CORPORATE SUPPLY ARRANGEMENT CORPORATE SUPPLY ARRANGEMENT For Design Services, Playground Equipment, and Installation THIS CORPORATE SUPPLY ARRANGEMENT is made the xx day of Month, 2013 (the Offeror ) Contact: (the Offeror s Representative)

More information

HUNTINGDON SPECIAL SCHOOL DISTRICT PROCUREMENT PLAN CHILD NUTRITION PROGRAM

HUNTINGDON SPECIAL SCHOOL DISTRICT PROCUREMENT PLAN CHILD NUTRITION PROGRAM HUNTINGDON SPECIAL SCHOOL DISTRICT PROCUREMENT PLAN CHILD NUTRITION PROGRAM This procurement plan contained on the following pages 1 through 10 will be implemented on July 1, 2016 from that date forward

More information

General Purchasing Conditions (As at 22nd September 2014)

General Purchasing Conditions (As at 22nd September 2014) SCWP General Purchasing Conditions (As at 22nd September 2014) Linsinger Maschinenbau Gesellschaft m.b.h. (FN 107313 p, Regional Court of Wels) Dr Linsinger Strasse 23-24 A-4662 Steyrermühl 1. Applicable

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

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

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

City of Milton P.O. Box 909 MILTON, FL Phone: (850) Fax: (850)

City of Milton P.O. Box 909 MILTON, FL Phone: (850) Fax: (850) City of Milton P.O. Box 909 MILTON, FL 32572 Phone: (850) 983-5417 Fax: (850) 983-5415 M E M O R A N D U M TO: FROM: RE: Interested Parties Michelle Abrahamsen, Purchasing Agent PURCHASE OF ONE (1) NEW

More information

Attachment 2 Civil Engineering

Attachment 2 Civil Engineering A. Phase 1, Programming and Schematic Design: The CONSULTANT shall for each project: 1. Ascertain the project s requirements through a meeting with the COUNTY, and a review of an existing schematic layout

More information

CITY OF TEMPLE TERRACE, FLORIDA REQUEST FOR PROPOSALS TAXABLE NON AD VALOREM REVENUE BOND(S) (Not to Exceed $24,000,000) RFP DATED: February 9, 2018

CITY OF TEMPLE TERRACE, FLORIDA REQUEST FOR PROPOSALS TAXABLE NON AD VALOREM REVENUE BOND(S) (Not to Exceed $24,000,000) RFP DATED: February 9, 2018 CITY OF TEMPLE TERRACE, FLORIDA REQUEST FOR PROPOSALS TAXABLE NON AD VALOREM REVENUE BOND(S) (Not to Exceed $24,000,000) RFP DATED: February 9, 2018 The City of Temple Terrace, Florida ( City ) is seeking

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

Town of Waldoboro ADMINISTRATIVE POLICY

Town of Waldoboro ADMINISTRATIVE POLICY Town of Waldoboro ADMINISTRATIVE POLICY Effective Date: December 1, 2010 Regulation No: 2010 001 Revision Date: None Supersedes: None Approved By: Board of Selectmen Subject: SECTION I. PURPOSE This policy

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

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

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

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

Village of Morton Grove Façade Improvement Program PARTICIPATION AGREEMENT

Village of Morton Grove Façade Improvement Program PARTICIPATION AGREEMENT Village of Morton Grove Façade Improvement Program PARTICIPATION AGREEMENT THIS PARTICIPATION AGREEMENT Agreement is entered into on this day of, 20 Effective Date, by and between the Village of Morton

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

RESIDENTIAL REAL ESTATE AGENT SERVICES FOR NEIGHBORHOOD STABILIZATION PROGRAM

RESIDENTIAL REAL ESTATE AGENT SERVICES FOR NEIGHBORHOOD STABILIZATION PROGRAM Mark A. Cowart Chief Information Officer DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING 2222 M Street Merced, CA 95340 (209) 385-7331 (209) 725-3535 Fax www.co.merced.ca.us Equal Opportunity Employer

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

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION Company Name: PLEASECOMPLETETHEFOLWWINGCONTACTINFORMATION: Address: ---------- ---------- Contact Name: ------------------- Contact Title: ------------------- E-mail:---------------------

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

WYOMING COUNTY VETERAN SERVICES BID FOR PURCHASE OF A NEW 2019 MINI VAN APRIL 29, 11:00 AM IN THE WYO. CO. BOARD OF SUPERVISORS COMMITTEE ROOM

WYOMING COUNTY VETERAN SERVICES BID FOR PURCHASE OF A NEW 2019 MINI VAN APRIL 29, 11:00 AM IN THE WYO. CO. BOARD OF SUPERVISORS COMMITTEE ROOM WYOMING COUNTY VETERAN SERVICES BID FOR PURCHASE OF A NEW 2019 MINI VAN APRIL 29, 2019 @ 11:00 AM IN THE WYO. CO. BOARD OF SUPERVISORS COMMITTEE ROOM 1 NOTICE TO BIDDERS Wyoming County is seeking sealed

More information

SEALED BID - REQUEST FOR PROPOSALS # FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS

SEALED BID - REQUEST FOR PROPOSALS # FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS DATE: April 22, 2016 SEALED BID - REQUEST FOR PROPOSALS # 05-19-16-01. FOR THE SALE OF PROPERTY OWNED AND OPERATED BY DALLAS COUNTY SCHOOLS Website: http://www.dcschools.com CONTACT PERSON: Alan Hagy,

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

REQUEST FOR PROPOSAL (RFP) for SALE OR LEASE OF HOMEVALE PROPERTY (PARCELS 1 AND 2)

REQUEST FOR PROPOSAL (RFP) for SALE OR LEASE OF HOMEVALE PROPERTY (PARCELS 1 AND 2) REQUEST FOR PROPOSAL (RFP) for SALE OR LEASE OF HOMEVALE PROPERTY (PARCELS 1 AND 2) DEADLINE TO SUBMIT PROPOSALS: November 9, 3:00 P.M. MDT PROPOSALS MUST BE DELIVERED TO: MISSOULA COUNTY PUBLIC SCHOOLS

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