PROJECT NO TENDER VEHICLE PURCHASE 2015/2016 FLEET V-6 4 DOOR AWD S.U.V.

Size: px
Start display at page:

Download "PROJECT NO. 2015-25 TENDER VEHICLE PURCHASE 2015/2016 FLEET V-6 4 DOOR AWD S.U.V."

Transcription

1 PROJECT NO TENDER VEHICLE PURCHASE 2015/2016 FLEET V-6 4 DOOR AWD S.U.V. MAYOR: John Maloney DIRECTOR: Thomas B. Cartwright, City Fire Chief CITY CLERK: Ashley Grigg CLOSING DATE: Monday, November 2, 2015 at 2:00:00 p.m. Local Time

2 TABLE OF CONTENTS Title Page Table of Contents Special Instructions to Bidders Form of Tender - Form of Tender/Summary Declaration - Vehicle Specifications - Statement A Harmonized Sales Tax Litigation and Conflict of Interest (If applicable)

3 SPECIAL INSTRUCTIONS TO BIDDERS INDEX Description Page 1. Named Parties 1 2. Scope of Project Bid Procedure Submission of Bids 3 5. Clarification, Omissions, Discrepancies Errors and Corrections Bid Award Confidentiality Acceptance or Rejection of Bids Informal/Incomplete Bids Unbalanced Bids Additions or Deletion of Bid Items Bidder Performance (Litigation) Exclusion Negotiations Delivery Schedule Rights Acceptance of Materials General Requirement Criteria.. 7

4 1. Named Parties For the purposes of this contract the following parties are identified: Owner: The Corporation of the City of Port Colborne (hereinafter referred to as The City of Port Colborne or the City or Owner Contract Administrator: ----The City of Port Colborne Contact for Enquiries: Thomas B. Cartwright, City Fire Chief City of Port Colborne Telephone No Fax No Scope of the Project The City of Port Colborne is requesting bids for the purchase of a 2015/2016 Fleet V-6 4 door AWD Sports Utility Vehicle (equal or better). Bidders are to include all items listed in the Form of Tender. All works are to include all necessary material and labour to complete each item, unless specified otherwise. The price to be submitted shall be all inclusive of any and all costs associated in delivering the final end products as specified in this document. 3. Bid Procedure The following policy regarding the submission of bids and the opening procedures will be applicable for this Project. Bidders are requested to adhere strictly to the instructions concerning submissions. All tenders must be submitted electronically to: Ashley Grigg, City Clerk bidsubmit@portcolborne.ca By the following time: 2:00:00 p.m. local time Monday, November 2, 2015 Bids received later than the time specified will not be accepted. Special Instructions to Bidder Page 1

5 The following information is required at the time of submission and should be submitted in.pdf format. Original copies will be requested of the successful bidder only. The following documentation shall be submitted in 1 file. The file shall contain the following and shall have the following naming convention: Name of Contractor File 1.pdf Litigation & Conflict of Interest Statement Addenda (If Applicable) Form of Tender (The complete Form of Tender document must be submitted) including any additional pages for additional multiple pieces of equipment meeting the bid requirement, as well as the required specification documentation. Should any of the required information be missing from the submission it will then be disqualified. For any additional information contact: Thomas B. Cartwright City Fire Chief: Fax: firechief@portcolborne.ca The bid must be legible, written in ink, or typewritten and scanned to.pdf. Any form of erasure, strikeout or over-writing must be initialed by the Bidder s authorized signing officer. All unit prices must be clearly indicated and all extensions written in figures. The bid must not be restricted by a statement added to the Form of Tender or by covering letter, or by alterations to the Form of Tender as supplied by The City of Port Colborne unless expressly otherwise provided herein. The Form of Tender must be signed and witnessed in the spaces provided on the form, with the signature of the bidder or responsible authorized signing officer of the firm bidding. If a joint bid is submitted, it must be signed and addressed on behalf of each of the bidders. Special Instructions to Bidder Page 2

6 4. Submission of Bids Submissions must be made by . A bidder will be permitted to withdraw his/her unopened submission after it has been deposited, if such request is received in writing by the City Clerk prior to the time specified for the opening of bids. More than one submission from an individual/sole proprietor, firm, partnership, corporation, or association under the same or different names will not be considered. When completing the bid, answers yes or no will not be accepted if specification is required and could result in bid disqualification. Bidders must submit relevant manufacturer s literature regarding equipment. (Photocopies will not be accepted.) Should it become aware that a patent infringement has occurred, the Bidder will be automatically disqualified. 5. Clarification, Omissions, Discrepancies It will be the Bidders responsibility to clarify any details in question before submitting their bid. Any Bidder finding discrepancies or omissions in the specifications or other documents or having any doubts concerning the meaning or intent of any part thereof, should immediately request clarification. Written instructions or explanations will then be sent to all bidders in the form of addenda to the bid documents. Bidders may, reasonably in advance of the closing date and time, inquire into and seek clarification of any requirements of this bid. Inquiries must be directed to the attention of: Thomas B. Cartwright City Fire Chief Telephone: Fax: firechief@portcolborne.ca No inquiries will be taken on the Closing Date. Responses, if not already addressed in the bid, will be addressed in the form of addendum, if required. No oral interpretations will be effective to modify any provisions of the bid. Any Addendum is the responsibility of the Contractor. The Contractor must ensure that all applicable Addenda are submitted with the electronic document. Special Instructions to Bidder Page 3

7 6. Errors and Corrections City staff may clarify any aspect of a bid submission with the Bidder at any time after the submission has been opened. Any such clarification will not alter the bid and will not constitute a negotiation or renegotiation of the submission. The City of Port Colborne is not required to clarify any part of a bid. Any clarification of a bid by a Bidder shall not be effective until confirmation has been delivered in writing. All bids upon closing will be checked for correctness and mathematical errors. Should any errors be found all parties submitting bids will be notified of the correction(s). Unofficial Bid results will be posted on the City s website within 24 hours of closing. Official bid results will be posted on the City s website within 48 hours of closing. 7. Bid Award The award of this bid is subject to the Owner obtaining approval from: The Council of the City of Port Colborne Tentatively, purchases may be placed but not guaranteed, by: November 30, 2015 see SIB 16. Delivery Schedule for tentative start dates. 8. Confidentiality The City of Port Colborne will treat all bids as confidential. The City will comply with the Municipal Freedom of Information and Protection of Privacy Act, and its retention by-law pursuant to the Municipal Act, in respect of all bids. All reports approved by the Council of the City of Port Colborne will become public information. These reports will not include bid documents. The City will retain all copies of all bids successful or otherwise, and they will be destroyed in accordance with the City s Retention By-Law. 9. Acceptance or Rejection of Bids The City of Port Colborne reserves the right in its sole and unfettered discretion to accept or reject any bid(s) as the interests of the Owner require, without stating the reasons. Therefore, the lowest or any bid will not necessarily be accepted. Special Instructions to Bidder Page 4

8 10. Informal/Incomplete Bids Bids shall be rejected as informal/incomplete for any of the following: a) Late bid b) Incorrect Form of Tender document c) Incorrect/Missing bid envelopes d) Incomplete bids e) Missing/Incomplete Addendum/Addenda f) Bid not signed and/or sealed g) Bids completed in pencil h) Erasures, overwriting or strikeouts not initialed i) Bids not submitted by 11. Unbalanced Bids The City of Port Colborne reserves the right in its sole and unfettered discretion to reject any bids which contain pricing which appears to be so unbalanced as likely to have negative implications either on the Project or the work set out herein or the interests of the City of Port Colborne. 12. Additions or Deletion of Bid Items The City of Port Colborne reserves the right to add or delete from any portion or portions of the Form of Tender. 13. Bidder Performance (Litigation) The Corporation may, in its sole discretion, reject a bid if a Bidder: i. Has, at any time, threatened, commenced or engaged in legal claims or litigation against any of the parties listed in Section 1. Named Parties. ii. Is involved in a claim or litigation initiated by the City of Port Colborne. iii. Previously provided goods or services to the City of Port Colborne in an unsatisfactory manner. iv. Has failed to satisfy an outstanding debt to the City of Port Colborne. v. Has a history of illegitimate, frivolous, unreasonable, or invalid claims. vi. Provides incomplete, unrepresentative or unsatisfactory references. vii. Has engaged in conduct that leads the City of Port Colborne to determine that it would not be in the City of Port Colborne s best interests to accept the Bid. viii. Has a conflict of interest or that which may be viewed as a conflict of interest either with or by the City of Port Colborne. Bidders must sign and submit the Litigation & Conflict of Interest Statement. Special Instructions to Bidder Page 5

9 14. Exclusion Except as expressly and specifically permitted herein, no bidder shall have any claim for any compensation of any kind whatsoever, as a result of participating in this bid, and by submitting a bid each bidder shall be deemed to have agreed that it has no claim. 15. Negotiations If all bids are over budget, the City of Port Colborne reserves the right to negotiate the terms of Project contract, including price and revised scope of work, directly with the lowest bidder, to identify cost saving opportunities associated with alternate processes, materials or construction methods. If an acceptable Contract cannot be met with the lowest bidder, the City of Port Colborne reserves the right to negotiate an acceptable Contract with the next lowest bidder. If, after the above negotiations, a Contract cannot be reached which is acceptable to the City of Port Colborne, the Tender will be cancelled without award. The City of Port Colborne further reserves the right in its sole and unfettered discretion to cancel the Project at any time without an award being made. 16. Delivery Schedule All products if ordered by November 30, 2015, must be delivered to 3 Killaly Street West by no later than February 1, Upon award of the Contract, the Contractor shall review all product delivery requirements and determine if there will be any delays for any of items listed in the Form of Tender, and notify the Contract Administrator immediately if such delays occur. Should the Contractor fail to notify the Contract Administrator at the commencement of the Project and it appears that the Project may be delayed due to supply issues, the Contract Administrator reserves the right to substitute more readily available products of an equal or better that nature at no increase to the price bid. 17. Rights The City of Port Colborne reserves the right to amend, alter or accept revision to these Specifications at any time without further notice. Special Instructions to Bidder Page 6

10 18. Acceptance of Materials The Contract Administrator must be contacted prior to delivery and shall inspect the vehicle. Any items deemed unacceptable are to be tagged or otherwise identified as unacceptable and remedied immediately prior to acceptance of the vehicle at the expense of the Contractor. Replacement item(s) shall be examined for conformance to the specifications by the Contract Administrator. 19. General Requirement Criteria All vehicles specified are to be new. All vehicles purchased shall be red (preferred), alternative would be white. All vehicles purchased shall have an automatic transmission. All vehicles purchased shall have air conditioning. The Corporation of the City of Port Colborne is part of the Broader Public Service of the Province of Ontario and as such is entitled to the concessions (discounts) as arranged by the Ministry of Government services under VOR: OSS Special Instructions to Bidder Page 7

11 FORM OF TENDER/SUMMARY DECLARATION The undersigned Supplier has carefully examined the attached documents as forming part of this Bid, and the scope of the Project to be done under this Contract. We, the undersigned Manufacturer, understand and accept the tender documents, and, for the prices set forth in this Tender, hereby offer to furnish all machinery, labour, tools, apparatus and other means of construction, furnish all materials except as otherwise specified in the Tender, and to complete the work in strict accordance with the Contract documents referred to, for the total Bid price of Dollars. ($ ) H.S.T. excluding ADDITIONAL INFORMATION State Model Year Pending award and issuance of purchase order, the vehicle will be delivered in: weeks, ( approximate date) Note: Delivery date will be taken into consideration in fire apparatus award. ADDENDA We acknowledge that we have received Addendum/Addenda No. to No. inclusive, and that all changes specified in the Addendum/Addenda have been included in the prices submitted. COMMENCEMENT AND COMPLETION We agree to commence work as specified to proceed continuously to the completion and to complete by the expiration of allotted working days, or completion date, whichever has been specified in this document. BID IS OPEN TO ACCEPTABLE & IRREVOCABLE We agree that this Bid is to continue open for acceptance and irrevocable until the formal contract has been executed by the successful bidder for the said work, and the bond or bonds as specified has been executed by the approved surety or sureties, and that the City of Port Colborne may, at any time, within forty (40) calendar days of closing date, accept this Bid without notice, whether any Bid has been previously accepted or not. Form of Tender Page 1

12 Below to be filled in by Bidder. NAME OF SUPPLIER: Insert Workplace Safety And Insurance Board Account No. Signature Name & Title Company Name & Address Witness Name & Title Supplier s Seal Date NOTE a) If the Bidder is a Corporation, the Corporate Seal must be affixed under the Signature(s) of a duly authorized officer or officers of the Corporation. b) If the Bidder is not a Corporation or a Partnership, the Bidder must sign in the presence of a witness who must also sign. c) If the Bidder is a Partnership, each member or the authorized General Partner must sign in the presence of a witness who must also sign. Form of Tender Page 2

13 Form of Quotation Vehicle Specifications Colour of Vehicle Red is preferred, alternative would be white. Safety Requirements Yes No StabiliTrak, stability control system with traction control Air bags, dual-stage frontal and thorax side-impact, driver and front passenger, and head curtain side-impact, front and rear outboard seating positions Air bag Passenger Sensing System sensor indicator inflatable restraint, front passenger detector Rear Vision Camera Tire Pressure Monitor System Safety belts, 3-point, front and second row all seating positions Door locks, power LATCH system Wheels 4 17 x 7 aluminum Tires Michelin Glass Tinted Mirror, inside rear view auto-dimming Visors, driver and front passenger illuminated vanity mirrors Assist handles, front passenger and rear outboards Lighting, interior with theatre dimming, centre-mounted dome, rear cargo area, dual front map lights and ambient lighting on integrated centre slack Form of Tender Page 3

14 Form of Tender Vehicle Specifications Mechanical Requirements Yes No Engine, 3.6L V6 SIDI Transmission, automatic Alternator, 155 amps Chassis all wheel drive Battery, 525 cold-cranking amps with rundown protection Suspension, front independent, strut type coil springs Suspension, rear independent trailering arm with three lateral locating links, coil springs Suspension, Soft Ride Steering, power, variable electric assist Brakes, 4-wheel antilock, 4-wheel disc Exhaust, dual Front and Rear Splashguards Form of Tender Page 4

15 Form of Tender Vehicle Specifications Interior Requirements Yes No Seats, front bucket Seat trim, premium cloth Seats, heated driver and front passenger Seat adjuster, driver 8-way power and power lumbar Seats, rear bench, 3 passenger with manual fire/aft adjustment, 60/40 split seatback and recline feature Floor mats, carpeted front Floor mats, carpeted rear Console, front centre, with arm rest and concealed storage Cupholders 2 front and 2 rear additional in rear centre armrest Steering wheel, leather-wrapped with mounted cruise and audio controls Steering column, tilt and telescopic Instrumentation includes speedometer, single trip odometer, fuel level, engine temperature and tachometer Driver Information Centre monitors 26 various systems including, Vehicle Information Menu (oil life, tire pressure, standard/metric units) and Trip Information Menu (trip 1, trip 2, fuel range, average fuel economy, instant fuel economy, average vehicle speed) and compass display Windows, power with driver and front passenger Express-Down Door locks, power programmable with lockout protection Remote Keyless Entry Remote vehicle start includes extended range Remote Keyless Entry Cruise control, electronic with set and resume speed Form of Tender Page 5

16 Form of Tender Vehicle Specifications Theft deterrent system Air conditioning, single-zone automatic climate control Defogger, rear-window electric Power outlets 4 auxiliary with covers, 12-volt, includes 2 front, 1 second row and one in the cargo area Warranty Identify: Basic Drivetrain Corrosion Roadside Assistance Form of Tender Page 6

17 FORM OF TENDER/SUMMARY SECTION Price /2016 FLEET V-6 4 DOOR AWD SPORTS UTILITY VEHICLE ABOVE PRICE TO INCLUDE ALL OF THE REQUIREMENTS OF VEHICLE SPECIFICATIONS PECIFICATIONS $ TOTAL PRICE: $ The Corporation of the City of Port Colborne is part of the Broader Public Service of the Province of Ontario and as such is entitled to the concessions (discounts) as arranged by the Ministry of Government services under VOR: OSS Please include specification documentation. Form of Tender Page 7

18 Harmonized Sales Tax (HST): STATEMENT A The Manufacturer shall NOT include any amount in his Bid price for the Harmonized Sales Tax (H.S.T.) Any amount to be levied with respect to the H.S.T. will be included as a separate item on the payment certificate. The appropriate H.S.T. levy will be paid to the Manufacturer in addition to the amount approved by the Contract Administrator for work performed under the contract and will, therefore, not affect the amount of the contract. The Manufacturer will be required to make the appropriate remittance to Revenue Canada in accordance with the legislation. Total Bid Price $ i) Harmonized Sales Tax $ ii) iii) Total Contract Amount [(i) + (ii)] $ iv) H.S.T. Registration Number: Company Name Signature Supplier s Address/Name/Title Seal Name & Title Witness Form of Tender Page 8

19 LITIGATION AND CONFLICT OF INTEREST The Corporation of the City of Port Colborne may, in its sole discretion, reject a submission if the Supplier: i. Has, at any time, threatened, commenced or engaged in legal claims or litigation against any of the parties listed in Section 1. Named Parties - Special Instructions to Bidders ii. Is involved in a claim or litigation initiated by the Corporation of the City of Port Colborne.. iii. Previously provided goods or services to the Corporation of the City of Port Colborne in an unsatisfactory manner. iv. Has failed to satisfy an outstanding debt to the Corporation of the City of Port Colborne. v. Has a history of illegitimate, frivolous, unreasonable, or invalid claims. vi. Has engaged in conduct that leads the Corporation of the City of Port Colborne to determine that it would not be in the City s best interests to accept the submittal. vi. Has a conflict of interest or that which may be viewed as a conflict of interest either with or by the City of Port Colborne. (see below.) The Supplier and any of their respective advisors, partners, directors, officers, employees, agents, and volunteers shall not engage in any activity or provide any services where such activity or the provision of such services creates a conflict of interest (actually or potentially, in the sole opinion of the City of Port Colborne) with the provision of the Work pursuant to the Contract. The Supplier acknowledges and agrees that a conflict of interest includes the use of Confidential Information where the Corporation of the City of Port Colborne has not specifically authorized such use. The Supplier shall disclose to the City of Port Colborne, in writing, without delay any actual or potential situation that may be reasonably interpreted as either a conflict of interest or a potential conflict of interest, including the retention of any Supplier that is directly or indirectly affiliated with or related to the Supplier. The Supplier covenants and agrees that it will not hire or retain the services of any employee or previous employee of the City of Port Colborne where to do so constitutes a breach by such employee or previous employee of the employee or previous employee s employment contract or the previous employer s conflict of interest policy, as it may be amended from time to time. A breach of this Article by the Supplier, or any of their respective advisors, partners, directors, officers, employees, agents, and volunteers shall entitle the City of Port Colborne to terminate the Contract, in addition to any other rights and remedies that the City has in the Contract, in law, or in equity. We, the undersigned, hereby disclose any acts of litigation or any conflict of interest.... Dated this day of, Signature of Authorized Person Signing for Company (Company Seal)

HALIFAX REGIONAL MUNICIPALITY (HRM) Seven (7) Current Model Year 4 Door Compact Front Wheel Drive Cars TENDER T15-122

HALIFAX REGIONAL MUNICIPALITY (HRM) Seven (7) Current Model Year 4 Door Compact Front Wheel Drive Cars TENDER T15-122 TENDER OF: ADDRESS: CONTACT NAME: TELEPHONE: FAX #: GST REGISTRATION #: To furnish and deliver equipment in accordance with specifications annexed hereto. The undersigned bidder has carefully examined

More information

HOUSTON COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT

HOUSTON COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT August 5, 2015 Dear Vendor: The Houston County Board of Commissioners is soliciting sealed bids for the provision of one (1) new 2015 or 2016 year model Ford Explorer SUV for use by the Houston County

More information

REQUEST FOR PROPOSAL SUPPLY & INSTALL TELEPHONY SYSTEM LOCATED AT CITY HALL, 66 CHARLOTTE STREET

REQUEST FOR PROPOSAL SUPPLY & INSTALL TELEPHONY SYSTEM LOCATED AT CITY HALL, 66 CHARLOTTE STREET REQUEST FOR PROPOSAL SUPPLY & INSTALL TELEPHONY SYSTEM LOCATED AT CITY HALL, 66 CHARLOTTE STREET Closing Date: Tuesday February 22, 2011 at 2:00pm local time TELEPHONY RFP-2011-01 Page 1 Confidentiality

More information

REQUEST FOR QUOTATION GOODS AND SERVICES RFQ-2016-01

REQUEST FOR QUOTATION GOODS AND SERVICES RFQ-2016-01 The Corporation of the Township of Mulmur 758070 2 nd Line East Mulmur, On L9V 0G8 REQUEST FOR QUOTATION FOR GOODS AND SERVICES RFQ-2016-01 SCREENING, HAULING, MIXING & STACKING WINTER SAND QUOTATIONS

More information

MSRP* 2011 Chevrolet Equinox LTZ $35,260

MSRP* 2011 Chevrolet Equinox LTZ $35,260 Jet Black/Brownstone MSRP* 2011 Chevrolet Equinox LTZ $35,260 1SD Package $0 19" Dual Spoke Chrome Clad Colours & Wheels Exterior: Mocha Steel Metallic $0 Interior: Jet Black/Brownstone w/perforated Leather

More information

PROJECT NO. 2012-17. Tender. Water System Leak Detection Services

PROJECT NO. 2012-17. Tender. Water System Leak Detection Services PROJECT NO. 2012-17 Tender Water System Leak Detection Services MAYOR: Vance Badawey CITY CLERK: Ashley Grigg DIRECTOR: Ron Hanson, C.E.T. CLOSING DATE: Monday, August 13, 2012 at 2:00 p.m. Local Time

More information

Bids must be on the "BID FORM" provided and be submitted in a sealed envelope that is plainly marked "NEW VEHICLES BID".

Bids must be on the BID FORM provided and be submitted in a sealed envelope that is plainly marked NEW VEHICLES BID. December 3, 2015 TO: RE: PROSPECTIVE BIDDERS NEW VEHICLE The City of Holland will receive sealed bids from prospective bidders to furnish and deliver one (1) 2016 4 door Crossover/Utility AWD/4WD Vehicle

More information

Used 2012 Chevrolet Traverse 2WD LT $13,500

Used 2012 Chevrolet Traverse 2WD LT $13,500 Reduced! AT Car ID: AT-195BA7A0 Page 1 of 10 Reduced! AT Car ID: AT-195BA7A0 Mileage... 103383 Exterior Color... White Interior Color... Unlisted Body Style... Sport Utility Doors... Four Door Transmission...

More information

TOWN OF WINDSOR REQUEST FOR QUOTES. Drying Bed Construction

TOWN OF WINDSOR REQUEST FOR QUOTES. Drying Bed Construction QUOTATION Closing Date: May 13, 2016 at 3:00pm Opening Date: May 13, 2016 at 3:00pm At 100 King Street, Windsor N.S. Quotes can be faxed to 902-798-5679 Attn: Todd Richard or Mailed or dropped off at the

More information

Closing Location: AAMDC 2510 Sparrow Drive Nisku, Alberta T9N 8N5 cindy.carstairs@aamdc.com

Closing Location: AAMDC 2510 Sparrow Drive Nisku, Alberta T9N 8N5 cindy.carstairs@aamdc.com Request for Proposal (RFP) Online Registration System Contract for AAMDC s Convention Events Closing Date & Time: Friday, August 8, 2014 at 4:30 pm MDT One (1) electronic copy of response in Word or PDF

More information

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID CITY OF GAINESVILLE INVITATION TO BID BID No. 15054 One (1) New 19 Ton Boom Truck Cab with 3 Section 70 Full Power Boom Cab Mounted on Single Axle (Per Attached Specifications) Bid Release: 5/21/15 Bid

More information

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM 200 GRAND RIVER, SUITE 203 Pg 1 of 11 BID: RFP-IT-0215-292 INVITATION TO BID ITEM: PreBid Conference: DEADLINE: BID OPENING: Web and Application Development Services Monday, February 9, 2015 at 11:00 AM

More information

THE REGIONAL MUNICIPALITY OF NIAGARA

THE REGIONAL MUNICIPALITY OF NIAGARA THE REGIONAL MUNICIPALITY OF NIAGARA REQUEST FOR QUOTATION TITLE: SUPPLY AND DELIVERY OF 3,000KG GVW CARGO VAN QUOTATION NUMBER: 2016-Q-21 ISSUE DATE: TUESDAY JUNE 14, 2016 CLOSING LOCATION: THE PURCHASING

More information

Competitive Comparison 2014 Accord Sedan LX Continuously Variable Transmission

Competitive Comparison 2014 Accord Sedan LX Continuously Variable Transmission Competitive Comparison 2014 Accord Sedan LX Honda has an advantage over the competitors in the areas marked. Honda has an advantage over one of the selected competitors. QUALITY & VALUE ANALYSIS Overall

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS ARTICLE 1 PROPOSAL REQUIREMENTS AND CONDITIONS 1.1 Contract Documents The documents that comprise the Contract Documents are set forth in the Agreement and the definition of "Contract

More information

Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence

Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Request for Quote Number: 2015-06-PRC Baseball Diamond Backstop Re-Fence Sealed request for quotes will be received by Brian Tocheri, CAO/Clerk at 341 10 th St. Hanover, Ontario, N4N 1P5 until 2:00 pm,

More information

Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal.

Park Hill School District reserves the right to reject any or all proposals and to waive informalities or irregularities in any proposal. REQUEST FOR PROPOSAL Park Hill School District 7703 NW Barry Road Kansas City, MO 64153 ------------------------------------------------------------------- Independent Financial Advisor District Bond Issues

More information

REQUEST FOR QUOTATIONS 13-57. 2013 or Newer Unused Police Sedans

REQUEST FOR QUOTATIONS 13-57. 2013 or Newer Unused Police Sedans NOTICE IF RECEIVING THIS RFQ BY INTERNET, CALL (707) 543-3700 TO REGISTER AS A BIDDER. FAILURE TO REGISTER AS A BIDDER MAY RESULT IN YOUR FIRM NOT RECEIVING BID ADDENDUMS. FAILURE TO SUBMIT BID ADDENDUMS

More information

December 1, 2015 December 31, 2016 (Option to Renew for One (1) Additional Year) RFP-F18-2015-05

December 1, 2015 December 31, 2016 (Option to Renew for One (1) Additional Year) RFP-F18-2015-05 Joint Request for Proposal For the Provision of By-law Enforcement and Property Standards Services For Township of Chatsworth Municipality of Grey Highlands Municipality of West Grey December 1, 2015 December

More information

REQUEST FOR PROPOSAL No. 2015-01 Professional Services to Develop a Fire Master Plan for the Township of Wellesley Fire Department

REQUEST FOR PROPOSAL No. 2015-01 Professional Services to Develop a Fire Master Plan for the Township of Wellesley Fire Department Township of Wellesley REQUEST FOR PROPOSAL No. 2015-01 Professional Services to Develop a Fire Master Plan for the Township of Wellesley Fire Department for the Township of Wellesley Fire Department Page

More information

Kennebecasis Valley Fire Department Inc.

Kennebecasis Valley Fire Department Inc. Inc. Chief Bill Ireland Deputy Chief Dan McCoy 7 Campbell Drive, Rothesay, NB E2E 5B6 Phone (506 848-6604 Fax (506 848-6608 Email: admin.kvfd@nb.aibn.com REQUEST FOR QUOTATION RFQ No. 15-1030 Winter Maintenance

More information

Borough of Jamesburg

Borough of Jamesburg Borough of Jamesburg Sale of Cellular Communications Tower Lease Bid Specifications Borough of Jamesburg 131 Perrineville Road Jamesburg, NJ 08831 July, 2012 Bid Opening August 16, 2012 11:00am Borough

More information

My Vehicle Summary. MSRP* 2015 GMC Canyon SLE $36,450. Colours & Wheels. Selected Options. 4LE Package $0

My Vehicle Summary. MSRP* 2015 GMC Canyon SLE $36,450. Colours & Wheels. Selected Options. 4LE Package $0 MSRP* 2015 GMC Canyon SLE $36,450 4LE Package $0 Colours & Wheels Exterior: Cyber Grey Metallic $0 Interior: Jet Black/Cobalt Red w/cloth Seat Trim $0 Seats: Front Bucket Seats Wheels: 17" x 8" Dark Argent

More information

RE: REQUEST FOR PROPOSAL RFP 06 18 FLEET MANAGEMENT CONSULTING SERVICES

RE: REQUEST FOR PROPOSAL RFP 06 18 FLEET MANAGEMENT CONSULTING SERVICES Our File No.: RFP 06 18 Company name Attn: xxxxxxx address address RE: REQUEST FOR PROPOSAL RFP 06 18 FLEET MANAGEMENT CONSULTING SERVICES You have been invited to submit a proposal to the District of

More information

Canterbury Park Pool Chamber Replacement

Canterbury Park Pool Chamber Replacement Requirement Request For Quotation To provide services, equipment and materials to replace the Concrete Pool Service & Drainage vault at the Canterbury Park Pool located at 2185 Arch Street, Ottawa, ON

More information

INSTRUCTIONS, REQUIREMENTS

INSTRUCTIONS, REQUIREMENTS INVITATION The Mental Health Mental Retardation, Authority of Harris County (MHMRA) is accepting Proposals from Automobile Dealerships qualified and capable in providing six (6) new vehicles: 2009 Chrysler

More information

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M. CITY OF LANCASTER RFP NO. 621-15 LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE July 24, 2015 BY 11:00 A.M. SUBMIT TO: Office of the City Clerk Lancaster City Hall 44933 Fern Avenue

More information

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES 2015 FOR THE TOWN OF EXETER FIRE DEPARTMENT PREPARED BY: EXETER FIRE DEPARTMENT 20 COURT STREET EXETER NH 03833 TABLE OF CONTENTS PAGE INVITATION

More information

Delaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services

Delaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services Delaware Sustainable Energy Utility Request for Proposals for Financial Advisory Services The Delaware Sustainable Energy Utility ( SEU ) requests proposals from firms and individuals qualified to provide

More information

THE CORPORATION OF THE CITY OF BURLINGTON D1 - AGREEMENT

THE CORPORATION OF THE CITY OF BURLINGTON D1 - AGREEMENT Agreement 2006 Page 1 THE CORPORATION OF THE CITY OF BURLINGTON D1 - AGREEMENT THIS AGREEMENT made in triplicate this day of 20 THE CORPORATION OF THE CITY OF BURLINGTON (hereinafter called "the City")

More information

TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3

TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3 TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3 NSLC REFERENCE NO: CN-04-l-16 NSLC Contact: Email: Stephen Bayer

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL General Insurance Brokerage Services Date of Issue: December 6, 2012 Closing Location:Prince Rupert, B.C. Mail or courier: Dan Rodin Chief Financial Officer City of Prince Rupert 424-3

More information

MUNICIPALITY OF CENTRE HASTINGS REQUEST FOR QUOTE

MUNICIPALITY OF CENTRE HASTINGS REQUEST FOR QUOTE MUNICIPALITY OF CENTRE HASTINGS REQUEST FOR QUOTE LED LIGHTING UPGRADE MADOC & DISTRICT RECREATION CENTRE 45 COOPER RD DATE OF ISSUE: April 18, 2016 TENDER CLOSING: INQUIRIES TO: 12:00 Noon local time,

More information

PROFESSIONAL AUDIT SERVICES For 2013 2015 FINANCIAL STATEMENTS HAVEN SOCIETY

PROFESSIONAL AUDIT SERVICES For 2013 2015 FINANCIAL STATEMENTS HAVEN SOCIETY Request for Proposals PROFESSIONAL AUDIT SERVICES For 2013 2015 FINANCIAL STATEMENTS HAVEN SOCIETY CLOSING LOCATION 2270 Labieux Road Nanaimo, BC V9T 6J9 CLOSING DATE AND TIME DATE: MARCH 1 ST, 2013 3

More information

TENDER NOTICE. SFI Manufacturing Private Limited (Co. Reg. No. 200603576R) invites tenders for the following:

TENDER NOTICE. SFI Manufacturing Private Limited (Co. Reg. No. 200603576R) invites tenders for the following: TENDER NOTICE SFI Manufacturing Private Limited (Co. Reg. No. 200603576R) invites tenders for the following: TENDER NO: CT1607Y001 DESCRIPTION: TENDER FOR SUPPLY, DELIVERY, TESTING AND COMMISSIONING OF

More information

REQUEST FOR PROPOSAL Procurement of Landscaping Services

REQUEST FOR PROPOSAL Procurement of Landscaping Services City of Montrose Purchasing Division 433 South First Street PO Box 790 Montrose, CO 81402 REQUEST FOR PROPOSAL Procurement of Landscaping Services Issue Date: Thursday February 27, 2014 Bid Number: 14-012

More information

THE REGIONAL MUNICIPALITY OF NIAGARA

THE REGIONAL MUNICIPALITY OF NIAGARA THE REGIONAL MUNICIPALITY OF NIAGARA REQUEST FOR PROAL AVAYA TELEPHONE SYSTEM PROAL NUMBER: 2015-RFP-13 ISSUE DATE: APRIL 20, 2015 CLOSING LOCATION: THE PURCHASING OFFICE THE REGIONAL MUNICIPALITY OF NIAGARA

More information

REQUEST FOR QUOTATION FOR. Interior Painting Gemini Sportsplex REQUEST FOR QUOTATION CLOSING

REQUEST FOR QUOTATION FOR. Interior Painting Gemini Sportsplex REQUEST FOR QUOTATION CLOSING REQUEST FOR QUOTATION FOR Interior Painting Gemini Sportsplex REQUEST FOR QUOTATION CLOSING Date: MAY 29, 2015 TIME: 2:00:00 P.M. local time ADDRESSED TO: Robert Lilbourne, Director of Parks and Recreation

More information

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019

CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 CITY OF BONITA SPRINGS, FLORIDA RFP # 14-019 Pursuant to Florida Statutes, Chapter 287, The City of Bonita Springs hereinafter referred to as the City, will accept sealed Responses for Qualifications and

More information

Request for Quotation

Request for Quotation City of Richmond Business and Financial Services Department Request for Quotation Supply and Delivery of NETWORK SWITCHES Bidders are requested to respond to this Quotation call as instructed subject to

More information

REQUEST FOR EXPRESSIONS OF INTEREST AND STATEMENTS OF QUALIFICATIONS

REQUEST FOR EXPRESSIONS OF INTEREST AND STATEMENTS OF QUALIFICATIONS 1 REQUEST FOR EXPRESSIONS OF INTEREST AND STATEMENTS OF QUALIFICATIONS Title: TEMPORARY FLOW MONITORING SERVICES Project No.: 4712-2010 FOR MINOR WORKS PROJECTS RFEOI/SOQ for Project # 4712-2010 Page 1

More information

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01 TABLE OF CONTENTS I. INSTRUCTIONS... 3 A. BID INFORMATION... 3 B. BID PROPOSAL FORMAT... 4 C.

More information

Atrium Skylight Repair Carleton Lodge

Atrium Skylight Repair Carleton Lodge Requirement Period of Contract The successful bidder shall complete the work no later than 27 November 2015. Closing Date Quotations must be submitted no later than close of business day (11:59 pm) on

More information

Request for Proposal for Landscape Architect RFP #2014-08

Request for Proposal for Landscape Architect RFP #2014-08 Request for Proposal for Landscape Architect RFP #2014-08 The Corporation of the Township of Cramahe 1 Toronto Street, P.O. Box 357 Colborne, Ontario K0K 1S0 The Corporation of the Township of Cramahe

More information

STANDARD CONTRACT EXECUTION FORMS

STANDARD CONTRACT EXECUTION FORMS THE BIDDING AND CONTRACT PROVISIONS Document Section 00 50 00 - Standard Contract Execution Forms (Standard Contract Set) STANDARD CONTRACT EXECUTION FORMS 1. EXECUTION OF THE AGREEMENT 1.1 Extraneous

More information

Certified 2012 Mazda MAZDA3 i Touring Sedan $13,433

Certified 2012 Mazda MAZDA3 i Touring Sedan $13,433 NEWLY LISTED AT Car ID: AT-1877DF64 Page 1 of 14 AT Car ID: AT-1877DF64 Mileage... 28766 Exterior Color... Gray Interior Color... Unlisted Transmission... 6 Speed Shiftable Automatic Fuel Type... Gasoline

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION Requirement The City of Ottawa, hereinafter referred to as the City, is requesting the submission of quotations for the completion of masonry restoration at the Nepean Creative Arts Centre located at 35

More information

CITY OF CHARLOTTETOWN. REQUEST FOR QUOTATIONS SUPPLY AND INSTALL LIGHTING Municipal Parking Garages

CITY OF CHARLOTTETOWN. REQUEST FOR QUOTATIONS SUPPLY AND INSTALL LIGHTING Municipal Parking Garages CITY OF CHARLOTTETOWN REQUEST FOR QUOTATIONS SUPPLY AND INSTALL LIGHTING Municipal Parking Garages May 2016 PAGE 2 CITY OF CHARLOTTETOWN REQUEST FOR QUOTATIONS SUPPLY AND INSTALL LIGHTING Municipal Parking

More information

Request for Proposal Finance and Corporate Services Department

Request for Proposal Finance and Corporate Services Department Request for Proposal Finance and Corporate Services Department Project Manager for Richmond Fire Rescue Scheduling Software 1. Introduction 1.1 The City of Richmond (the City ) proposes to engage the services

More information

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP 15-011 GALVESTON COUNTY HEALTH DISTRICT Request For Proposal Health Insurance Broker Services RFP 15-011 INTRODUCTION The Galveston County Health District (GCHD) is requesting Proposals for health insurance broker

More information

Request for Quotation

Request for Quotation City of Richmond Business and Financial Services Department Request for Quotation Bidders are requested to respond to this Quotation call as instructed subject to the provisions contained herein. Name

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS City of Niagara Falls Page 1 INSTRUCTIONS TO BIDDERS A) THE BIDDING PROCESS 1.1 RFQ Closing Time and Location Quotations will be received at the location of and prior to the time and date stated in the

More information

CLOSING LOCATION 38-3200 Island Hwy Nanaimo BC, V9T 6N4

CLOSING LOCATION 38-3200 Island Hwy Nanaimo BC, V9T 6N4 Request for Proposals PROFESSIONAL INFORMATION TECHNOLOGY SERVICES For 2013 2015 HAVEN SOCIETY CLOSING LOCATION 38-3200 Island Hwy Nanaimo BC, V9T 6N4 CLOSING DATE AND TIME DATE: FEBRUARY 28, 2013 3 PM

More information

Request for Proposal

Request for Proposal Request for Proposal Central Library Building Assessment Review Issued by: Regina Public Library P.O. Box 2311 2311 12 th Avenue Regina, Saskatchewan S4P 3Z5 Issue Date: May 22, 2014 Closing Date: June

More information

Issue Date: November 3, 2014. Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to:

Issue Date: November 3, 2014. Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to: REQUEST FOR PROPOSALS (RFP) 15762A FOR DENVER WATER S Snow Removal and Ice Abatement Issue Date: November 3, 2014 Proposal Due Date: November 21, 2014 12:00 P.M. Mountain Time to: Denver Water Main Administration

More information

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID INVITATION TO BID Sealed bid proposals, plainly marked "Plumbing Repair Services Contract" will be accepted at the office of the Business Administrator, Portsmouth School Department, 1 Junkins Avenue,

More information

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE ) PROPOSAL DOCUMENT CITY OF BEVERLY HILLS PURCHASING DIVISION 455 NORTH REXFORD DRIVEBEVERLY HILLS, CALIFORNIA 90210(310) 285-2440 LEGAL NOTICE - PROPOSALS WANTED Sealed proposals are requested on the list

More information

TruexCullins Architecture Fairfield Center School Bid Documents Kitchen and Bathroom Renovation March 1, 2015

TruexCullins Architecture Fairfield Center School Bid Documents Kitchen and Bathroom Renovation March 1, 2015 Fairfield Center School Kitchen and Bathroom Renovation Project Specifications Owner: Fairfield Center School, 57 Park Street, Fairfield VT 05455 Franklin Central Supervisory Union, 28 Catherine Street,

More information

Request for Proposal. Credit (Purchasing) Card Services Program

Request for Proposal. Credit (Purchasing) Card Services Program The Corporation of the City of Elliot Lake 45 Hillside Drive North, Elliot Lake, Ontario P5A 1X5 Request for Proposal Credit (Purchasing) Card Services Program Date of Issue July 4, 2014 Proposal Submission

More information

Used 2015 Chrysler Town & Country Touring $21,785

Used 2015 Chrysler Town & Country Touring $21,785 NEWLY LISTED AT Car ID: AT-191E68DA Page 1 of 7 AT Car ID: AT-191E68DA Mileage... 37631 Exterior Color... Gray Interior Color... Black Transmission... 6 Speed Shiftable Automatic Fuel Type...Flexible Fuel

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION Requirement Interceptor Installation Cyrville Yard Period of Contract The successful bidder shall complete the work no later than 31 August 2015 Closing Date Quotations must be submitted no later than

More information

Robla School District

Robla School District Robla School District e-rate Y14 2011-2012 RFP 2011-02 CELLULAR PHONE SERVICE WITH WIRELESS INTERNET ACCESS November 3, 2010 Robla School District 5248 Rose St. Sacramento, CA 95838 SUMMARY The Robla School

More information

Bid closing date December 21, 2013

Bid closing date December 21, 2013 REQUEST FOR PROPOSAL FOR DATA CENTRE FACILITIES MANAGEMENT SERVICES XYZ DATA CENTRE Kotakinabalu Bid closing date December 21, 2013 Failure to meet the following requirements will invalidate your bid submission

More information

Actuarial Study on Post Employment Benefits Ref #12115RFPLC

Actuarial Study on Post Employment Benefits Ref #12115RFPLC Request for Proposals Actuarial Study on Post Employment Benefits Ref #12115RFPLC LUZERNE COUNTY PENNSYLVANIA DUE DATE February 6, 2015 at 3:00 p.m. Luzerne County Purchasing Department Attention: Mr.

More information

REQUEST FOR BIDS. Project Management Technical Services

REQUEST FOR BIDS. Project Management Technical Services REQUEST FOR BIDS Project Management Technical Services SECTION 1: GENERAL INSTRUCTIONS TO BIDDERS 1. Bids must be submitted in the form specified in this invitation, if any, and sealed in an envelope or

More information

REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI

REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI 4643 EOI REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI 4643 EOI - FUNCTIONAL CONSULTANT TO LEAD THE IMPLEMENTATION OF THE PURCHASE REQUISITION MODULE IN THE PEOPLESOFT 9.0 FINANCIALS AND SUPPLY CHAIN PRODUCT.

More information

Request for Proposal. City of Richmond Business & Financial Services Department. Contract 5243P. IT Project /Change Management Consulting Services

Request for Proposal. City of Richmond Business & Financial Services Department. Contract 5243P. IT Project /Change Management Consulting Services 0. City of Richmond Business & Financial Services Department Request for Proposal IT Project /Change Management Consulting Services 1. Introduction The City of Richmond (the City ) invites responses to

More information

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015 For PROJECT : Renovation and Repair of Atlanta Jewish Academy

More information

Enterprise Content Management Consultant

Enterprise Content Management Consultant Invitation to Quote 07-23 Enterprise Content Management Consultant Issue Date: December 4, 2007 RFP Acknowledgement Form: Appendix A. Respondents are asked to fill out and return this form by December

More information

Request for Quotation

Request for Quotation City of Richmond Finance & Corporate Services Division Request for Quotation Supply and Delivery of STORAGE AREA NETWORK AT WORKS YARD STORES Bidders are requested to respond to this Quotation call as

More information

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments COUNTY OF SARPY, NEBRASKA SPECIFICATIONS VOIP Phones For the Various County Departments PROPOSALS DUE: Thursday, 2:00 p.m., June 13, 2013 1 P age P:\VOIP Phones\RFP_VOIP.docx General Information Notice

More information

5126P - Change Management Consulting Services - PeopleSoft Financials and Supply Chain Management Release 9.2 Upgrade 1.

5126P - Change Management Consulting Services - PeopleSoft Financials and Supply Chain Management Release 9.2 Upgrade 1. Request for Proposal Finance and Corporate Services Department 5126P - Change Management Consulting Services - PeopleSoft Financials and Supply Chain 1. Introduction 1.1 The City of Richmond (the City

More information

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES FOR THE TOWN OF BELMONT FIRE DEPARTMENT

REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES FOR THE TOWN OF BELMONT FIRE DEPARTMENT REQUEST FOR PROPOSAL MEDICAL BILLING FOR AMBULANCE SERVICES FOR THE TOWN OF BELMONT FIRE DEPARTMENT 1 TABLE OF CONTENTS PAGE INVITATION FOR PROPOSALS 3 SPECIFICATIONS 4 ATTORNEY S FEES AND COSTS, INSURANCE

More information

CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID

CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID CITY OF MADISON HEIGHTS PURCHASING DEPARTMENT 300 W. 13 MILE ROAD MADISON HEIGHTS, MI 48071 INVITATION TO BID ITB # 1002 ITEM: Storage Area Network Equipment, Installation & Support DEADLINE: Friday, February

More information

APPLICATION FOR CITY OF PORT COLBORNE DOWNTOWN CENTRAL BUSINESS DISTRICT COMMUNITY IMPROVEMENT RESIDENTIAL GRANT

APPLICATION FOR CITY OF PORT COLBORNE DOWNTOWN CENTRAL BUSINESS DISTRICT COMMUNITY IMPROVEMENT RESIDENTIAL GRANT The Planning Act Section 28 File No.: (Office Use Only) APPLICATION FOR CITY OF PORT COLBORNE DOWNTOWN CENTRAL BUSINESS DISTRICT COMMUNITY IMPROVEMENT RESIDENTIAL GRANT This application form is to be used

More information

Equipment Listing 1J8G6E8597W682354 2007 JEEP LIBERTY LTD EDITION 4X4 SPORT UTILITY 4-DR STANDARD EQUIPMENT. Export Equipment Group

Equipment Listing 1J8G6E8597W682354 2007 JEEP LIBERTY LTD EDITION 4X4 SPORT UTILITY 4-DR STANDARD EQUIPMENT. Export Equipment Group Equipment Listing VIN Vehicle Description 1J8G6E8597W682354 2007 JEEP LIBERTY LTD EDITION 4X4 SPORT UTILITY 4-DR STANDARD EQUIPMENT Export Equipment Group Power Convenience Group Monotone Paint Smoker's

More information

THE BOARD OF EDUCATION OF THE BOROUGH OF LITTLE SILVER IN THE COUNTY OF MONMOUTH, NEW JERSEY

THE BOARD OF EDUCATION OF THE BOROUGH OF LITTLE SILVER IN THE COUNTY OF MONMOUTH, NEW JERSEY THE BOARD OF EDUCATION OF THE BOROUGH OF LITTLE SILVER IN THE COUNTY OF MONMOUTH, NEW JERSEY NOTICE OF $750,000 SCHOOL BOND SALE (BOOK-ENTRY-ONLY) (BANK QUALIFIED) (CALLABLE) SUMMARY ISSUER: The Board

More information

PROCUREMENT DEPARTMENT 2 MONTGOMERY STREET, 3 RD FL. JERSEY CITY, NJ 07302 ADDENDUM # 2

PROCUREMENT DEPARTMENT 2 MONTGOMERY STREET, 3 RD FL. JERSEY CITY, NJ 07302 ADDENDUM # 2 PROCUREMENT DEPARTMENT 2 MONTGOMERY STREET, 3 RD FL. JERSEY CITY, NJ 07302 1/26/2015 ADDENDUM # 2 To prospective Proposer(s) on RFP # 41008 for ONE-YEAR PORT AUTHORITY OF NEW YORK & NEW JERSEY COMMERCIAL

More information

REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538

REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 REQUEST FOR PROPOSAL RFP 143-10-27-15 GPS FLEET MANAGEMENT SOLUTIONS FOR FREMONT UNIFIED SCHOOL DISTRICT 4210 TECHNOLOGY DRIVE FREMONT, CA 94538 Proposals Due October 27, 2015 at 2:00 PM 1 P age TABLE

More information

Used 2014 Rolls-Royce Wraith $239,000

Used 2014 Rolls-Royce Wraith $239,000 AT Car ID: AT-177928D4 Page 1 of 11 AT Car ID: AT-177928D4 Mileage... 7830 Exterior Color... English White Interior Color... Tan Body Style... Coupe Doors... Two Door Transmission... 8 Speed Automatic

More information

Issue Date: March 4, 2014. Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain Time to:

Issue Date: March 4, 2014. Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain Time to: REQUEST FOR PROPOSALS (RFP) 15378A FOR DENVER WATER S Information Technology Third Party Patch Management Software Issue Date: March 4, 2014 Proposal Due Date: Tuesday, March 18, 2014 by 11:00 AM Mountain

More information

Request for Proposal Business & Financial Services Department

Request for Proposal Business & Financial Services Department Nnmnnnnnnnnnnnnnnnnnn Request for Proposal Business & Financial Services Department Contract 4656P Consulting Services - Network Engineering 1. Introduction The City of Richmond (the City ) proposes to

More information

Request for Proposals For Financial Advisor Services

Request for Proposals For Financial Advisor Services Request for Proposals For Financial Advisor Services Finance Department Contents Section I Introduction 2 Section II Description of Village 2 Section III Debt Financing Plans 3 Section IV Scope of Services

More information

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority

REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018. Santa Ana Housing Authority REQUEST FOR PROPOSALS BOND COUNSEL SERVICES FOR AFFORDABLE HOUSING RFP # 16-018 20 Civic Center Plaza Santa Ana, CA 92701 Judson Brown Housing Division Manager (714) 667-2241 Office JBrown@santa-ana.org

More information

THE REGIONAL MUNICIPALITY OF NIAGARA

THE REGIONAL MUNICIPALITY OF NIAGARA THE REGIONAL MUNICIPALITY OF NIAGARA REQUEST FOR PROPOSAL SECURITY AUDIT PROPOSAL NUMBER: 2015-RFP-04 ISSUE DATE: FEBRUARY 10, 2015 CLOSING LOCATION: THE PURCHASING OFFICE THE REGIONAL MUNICIPALITY OF

More information

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM CITY OF OWOSSO 301 W. MAIN STREET OWOSSO, MICHIGAN 48867 May 5, 2014 NOTICE TO BIDDERS LAUNDERING, PRESSING & DRY CLEANING

More information

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS Jail Boiler Replacement Project For the Facilities Management Department PROPOSALS DUE: 2:00 p.m., Thursday, November 20, 2014 1 P age P:\Jail Boiler Replacement

More information

REQUEST FOR QUALIFICATIONS

REQUEST FOR QUALIFICATIONS NOTE: The County of Bergen will consider proposals only from firms or organizations that have demonstrated the capability and willingness to provide high quality services in the manner described in this

More information

Prepared By: Administrator United Leasing Inc 3700 Morgan Ave Evansville, Indiana, 47715

Prepared By: Administrator United Leasing Inc 3700 Morgan Ave Evansville, Indiana, 47715 PRICING SUMMARY Price Component MSRP Base Price $23,805.00 Total Options $0.00 Vehicle Subtotal $23,805.00 Advert/Adjustments $0.00 Destination Charge $825.00 TOTAL VEHICLE PRICE $24,630.00 Customer Signature

More information

VEHICLE LEASE REQUEST FOR QUOTE Winter 2015 RVC15-08

VEHICLE LEASE REQUEST FOR QUOTE Winter 2015 RVC15-08 VEHICLE LEASE REQUEST FOR QUOTE Winter 2015 RVC15-08 River Valley Community College seeks quotes for three (3) leased energy efficient and low emission vehicles. Objective: Lease for a three (3) year period

More information

Ex-Demonstrator 2016 Mitsubishi Triton MQ GLS Utility Double Cab 4dr Spts Auto 5sp 4x4 2.4DT [MY16]

Ex-Demonstrator 2016 Mitsubishi Triton MQ GLS Utility Double Cab 4dr Spts Auto 5sp 4x4 2.4DT [MY16] Contact: Blake Campaniello - E: bcampaniello@portsidemitsubishi.com.au T: 08 8345 7400 F: 08 8445 7112 1032 Port Road, Albert Park, South Australia 5014 61338 Ex-Demonstrator 2016 Mitsubishi Triton MQ

More information

2013 Jeep Wrangler Unlimited 4WD 4dr

2013 Jeep Wrangler Unlimited 4WD 4dr Prepared By: Anne Stehno Utah Fleet Operations 801-619-7242 annestehno@utah.gov Prepared For: CLASS 4811 2013 Jeep Wrangler Unlimited 4WD 4dr 2013 Jeep Wrangler Unlimited 4WD 4dr Sport RHD (JKUM74) CLASS

More information

REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SECURITY CONSULTING BID INSTRUCTIONS

REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SECURITY CONSULTING BID INSTRUCTIONS REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SECURITY CONSULTING BID INSTRUCTIONS NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3 NSLC REFERENCE NO: SR-39-H-15 NSLC Contact:

More information

City of Statesboro. Request for Qualifications: Life Insurance Brokerage Services

City of Statesboro. Request for Qualifications: Life Insurance Brokerage Services City of Statesboro Request for Qualifications: Life Insurance Brokerage Services The City of Statesboro is requesting sealed qualifications for the provision of life insurance brokerage services for a

More information

North American Development Bank. Model Prequalification Document: Prequalification of Contractors

North American Development Bank. Model Prequalification Document: Prequalification of Contractors North American Development Bank Model Prequalification Document: Prequalification of Contractors 2 Preface Procurement under projects financed by the North American Development Bank (the Bank), is carried

More information

Section IX. Annex to the Particular Conditions - Contract Forms

Section IX. Annex to the Particular Conditions - Contract Forms Section IX. Annex to the Particular Conditions - Contract Forms Table of Forms Notification of Award Contract Agreement Performance Security Advance Payment Security Retention Money Security - 2 - Notification

More information

Village of Nakusp RFQ 2016-1 Source Protection Plan

Village of Nakusp RFQ 2016-1 Source Protection Plan RFQ 2016-1 Source Protection Plan The is requesting quotations from qualified professional consultants or firms to undertake a Source Protection Plan for the Village s surface water sources (Halfway Creek,

More information

CONSULTING SERVICES AGREEMENT THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality. ( City ) and. an Ontario. ( Consultant").

CONSULTING SERVICES AGREEMENT THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality. ( City ) and. an Ontario. ( Consultant). Page 1 of 13 CONSULTING SERVICES AGREEMENT This consulting services agreement is between: THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality ( City ) and, an Ontario ( Consultant"). The parties

More information

Planning Request for Proposal. Digitize Records for Import to Electronic Document Management System Project Number 15-079-5200

Planning Request for Proposal. Digitize Records for Import to Electronic Document Management System Project Number 15-079-5200 Planning Request for Proposal Digitize Records for Import to Electronic Document Management System Project Number 15-079-5200 Let Date: November 6, 2015 Bid Deadline: November 19, 2015 02:00 PM Deliver

More information

4008 FEATURES AND SPECIFICATIONS

4008 FEATURES AND SPECIFICATIONS ACTIVE BODYSTYLE 5 door compact SUV SAFETY Driver and front passenger airbags Front side airbags Full length curtain airbags Driver knee airbag ABS with Electronic Brake Force Distribution (EBFD) Emergency

More information