City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308
|
|
- Hillary Angela Paul
- 8 years ago
- Views:
Transcription
1 City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308 PURPOSE: The purpose for this specification is to establish a 36 month service contract for maintenance and repair of Sewer Cameras Maintenance and Repair Services with Parts. The awarded vendor will be responsible for providing materials, parts, tools, equipment and incidentals for repairing and performing maintenance of television sewer inspection / investigation equipment. See the bid sheet for the brands of cameras that will be covered under this service contract. QUALIFICATION OF BIDDERS: The successful bidder(s) must be in an established business of providing repair services for Sewer Camera Maintenance with Parts for one (1) year or more. If requested, bidders must provide references to provide proof of one or more years of business. The successful bidder(s) must possess and maintain the capacity to provide the parts and service necessary through the duration of the agreement. AWARD: This is a lowest responsible Bid Award. This bid will be awarded by group to the responsive and responsible bidder(s) with the most advantageous percentage discount or markup, and has demonstrated compliance with the specifications. Bidder shall be able to bid all lines within each group. A request for bid does not commit the City to award any contract, the City reserves the right to reject any and all bids or waive irregularities. The unit bid price shall include all costs incurred, real and unforeseen, related to the manufacture, shipping, and delivery of parts and service, including insurance, freight, and all direct costs. COMMUNICATION: In order to provide the customer service required for this master agreement, bidders shall respond quickly and clearly too all City requests and/or concerns. Vendors must answer written correspondence from the City within three (3) working days; vendors shall have a company employee (not an answering service or answering machine) answer the phone during normal business hours for customer calls. Phone messages from City staff shall be returned within 24 hours. EXPLANATIONS OR CLARIFICATIONS: Requests for explanations or clarifications may be ed to the assigned buyer within the Purchasing division. The must clearly identify the solicitation number. Any material information given to one bidder concerning a solicitation will be furnished by an Addendum to all Bidders who have been issued a solicitation. The provisions for this bid are intended to ensure a fair and equitable review process so that there is no actual or potential situation where one bidder secures or attempts to secure an unfair advantage over another bidder or creates a situation where there is an appearance of impropriety in contacts between the bidder, its agent, contractor, or consultant and City officials. Revision: 1 1
2 CONTRACT ADD-ONS: The City reserves the right to add, delete and/or acquire other product/services that the vendor can supply that is similar to, but not specifically called for in this bid. The procedure for such acquisitions shall be as follows: 1) Business Development and Procurement Services or the using department will obtain from the Vendor a quote verifying the items to be added. The quote shall include the complete description of the item, the location (if applicable), the bid number, bid scheduled number, the price to the City and the applicable contract period; 2) Upon receipt and approval by the Procurement Department the item shall automatically become part of the contract. The City, however reserves the right to accept or reject the quote and to acquire the supplies or materials in the open market. ESTIMATED EXPENDITURE for PARTS: The City has estimated expenditures for Sewer Camera Parts for thirty-six (36) months. The actual expenditure(s) amount may to be more or less than the stated amount during the term of the contract, depending on anticipated needs. The City will not be responsible for any anticipated profits or losses, by any bidder, based on the estimated funding. ESTIMATED HOURS FOR MAINTENANCE: The hours listed are the City s best estimates. Actual hours can be more or less than the listed amount during the term of the contract, depending on anticipated needs. The City will not be responsible for any anticipated profits or losses, by any bidder, based on these estimated quantities. PRICE PROTECTION: All bidders shall agree to hold prices quotes per the requirement listed in the attached General Conditions Request for Bid (RFB) under Firm Pricing. BID GUIDELINES: Bid security shall reference solicitation number and title. Any exceptions by a bidder that has not been pre-approved prior to the bid closing date may result in the bid being deemed non-responsive. BID SUBMITTAL INSTRUCTIONS: General Bid Packet Submittal Requirements: All original documents submitted shall have a wet signature in blue ink. Below are all the documents to be submitted in response to this RFB. Signed Bid Signature Sheet only instructions sheets not required for submittal Bid Sheet(s) - Paper Submittal or if requested Electronic Submission Bid Security - $ Failure to submit the 3 bullet items above will make this bid automatically non-responsive (All documents listed within these bullets, listed above, below and within these specifications should be remitted at the time of the bid closing date. Submit the bid in a sealed envelope plainly identified by bid number and title). Please submit four (4) additional duplicate copies of bid & original bid with the following Business information form Business Inclusion and Development Affidavit Environmental Record Affidavit Conflict of Interest Form - Completed - Representative s name and company name listed in box 1. BID Ethnic Workforce Form -3 Insurance Requirement Affidavit Revision: 1 2
3 Any Additional Required information requested within these specifications BID SECURITY: A Check, bid bond, or letter of credit for $ must be sent to the City of Dallas, 1500 Marilla St. 3FN, Dallas TX., prior to the bid closing date. Bids received with without bid security will be deemed non-responsive. INVOICE REQUIREMENTS: In order to be in compliance with these specifications, awarded vendor must have received a hard copy of a City of Dallas delivery order prior to shipping or delivering merchandise unless stated otherwise. The delivery order must reflect the price(s) on the vendor s bid sheet. The City of Dallas is not liable for any delivery or shipment in which a Delivery Order was not obtained first. Invoices submitted for payment must have the following information: Vendor s name and company address Name and address of the department where product(s) were delivered Date of delivery Delivery order number that authorized the purchase Manufacturer s part number (if applicable) and a detail description of each item delivered. Unit cost and extended cost of each item Total cost of the order All original invoices are to be sent to: City of Dallas Accounts Payable, 1500 Marilla Room 3EN, Dallas TX 75201, and a copy sent to the department making the purchase. Invoices submitted without this information will be returned to the supplier, and payment will not be made until required information is provided on the invoice. DELIVERY REQUIREMENTS: Orders for service shall be completed within fourteen (14) business days after the work order has been received. If the contractor cannot meet this time frame, the contractor shall notify the Contract Manager in writing or of any job that could not be completed within 24 hours of the scheduled completion date. The notice must state the extenuating circumstances, the reason job will or was not completed on time. Discounts quoted in the bid must include any delivery, shipping or freight charges of materials, the City will not pay shipping, delivery or freight charges unless it s an emergency. In an Emergency, the City may need to expedited service orders within twenty-four (24) hours of notification. For emergencies the awarded vendor must supply estimated freight charges to the City prior to shipping the order. Verbal orders will require acknowledgment within twenty-four (24) hours. INSURANCE: For the duration of the contract, successful bidder(s) will provide a certificate of insurance evidencing proof of General Liability, Automobile Liability, Professional Liability and Workers Compensation/Employers Liability insurance coverages. The City of Dallas will be provided a Waiver of Subrogation waiving Rights of Recovery against the City on the Workers Compensation policy. The City will be shown as the certificate holder. SAMPLE CONTRACT: The successful bidder(s) shall be required to execute the Form Contract in substantially the form as included in these bid documents (document Sample Contract pdf ). The Form may be tailored by the City Attorney s Office to meet the peculiar requirements of this procurement. Revision: 1 3
4 All bidders are expected to calculate and submit their bid based on the requirements contained in the Form Contract attached as well as this Specification. Bidders should review the form contract carefully and seek private legal advice if there are questions about the legal effect of any of the provisions. No exceptions or modifications to, or substitutions for, this Form Contract shall be accepted or permitted; any attempt to except to, modify, or substitute for the Form of Contract as contained herein may render the bid non-responsive. BUSINESS INCLUSION & DEVELOPMENT PLAN: In order to be in compliance with the City s Business Inclusion and Development Plan for Minority and Women-Owned Business Enterprises the following disciplines have been identified: Transportation, fuel, and materials. WARRANTY OF PRODUCTS: All products provided shall be new and warranted to be free from defects in workmanship, design and materials. Warranty shall be for the manufacturer s customary warranty period or a period of one (1) year whichever is greater. The warranty will begin upon the City s acceptance of the product, installation, or service. Defective parts shall be replaced with new materials when it has been determined that the failure(s) is product related. Vendor will be responsible for any shipping charges for returns during the warranty period. If it s determined that the product must be replaced the product will be returned for full credit, including any shipping charges. WARRANTY OF SERVICE: All service provided shall be warranted to be free from defects in workmanship. The warranty shall be for the industries customary warranty period or a period of ninety (90) days whichever is greater. The warranty will begin upon the City s acceptance of the service. ENVIROMENTAL: Recognizing the importance of exercising positive environmental stewardship, The City will purchase environmentally preferred products whenever feasible and require contractors and consultants to use recycled and other environmentally preferred products whenever feasible. Some environmental attributes to be considered are level of recycled content, less hazardous or non-hazardous ingredients, energy saving features, water conserving features, non-petroleum based products, materials that can be recycled, and end of life disposal. SERVICE REQUIREMENTS CAMERA REPAIR REPORT: Upon receipt of damaged camera equipment the contractor must provide a written report outlining the camera's problems, estimated time for repairs and an estimated cost of the repairs (parts, labor, and other associated expenses) within two (2) work days. Because this equipment is very high maintenance by nature camera service or repair on average can be once a month. Common repairs will be damage camera, crawlers, cables, winches, and damage to electronic circuitry and other components. All repairs must meet or exceed the original equipment manufacturer s (OEM) specifications and comply with appropriate Instituted Standards. The material of construction shall be equal to or exceed the original design parameters. Revision: 1 4
5 EQUIPMENT REQUIREMENTS: Only Original Equipment Manufacturers (OEM) approved parts are acceptable. Repair parts are not interchangeable between different brands of systems. All parts and equipment listed in the specifications and bid sheet shall be obtained from the Original Equipment Manufacturers for all brands listed. ERROR AND OMISSION: The vendor shall not be allowed to take advantage of any error or omission in these specifications. The vendor is required to review these specifications carefully and notify the City of Dallas Purchasing Department of any noted error or omission. Please visit the City's procurement website, and verify that you have an activated account. **************END OF SPECIFICATION****************** Revision: 1 5
CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support
CITY OF DALLAS Request for Competitive Sealed Proposal (RFCSP) BUZ1524 For SCADA Repair, Parts and Support Purpose The purpose of this specification is to establish a thirty-six (36) month service agreement
More informationHow To Do Business With Omaha Public Schools
O PS How To Do Business With Omaha Public Schools SCHOOL Business Services Department Purchasing Division 3215 Cuming Street Omaha, Nebraska 68131-2024 Phone (402) 557-2214 Introduction This pamphlet
More informationCITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS
TERMS AND CONDITIONS OF INVITATIONS FOR BIDS GENERAL CONDITIONS Bidders are required to submit bids upon the following expressed conditions: (a) Bidders shall thoroughly examine the specifications, schedule
More informationTo receive consideration, bids must be submitted in accordance to the following instructions:
CITY OF COOS BAY Invitation to Bid For On Call Plumbing Services The City of Coos Bay is soliciting bids to contract with up to two qualified licensed plumbing contractors to perform a full range of as
More informationREQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL ARCHITECTURAL/ENGINEERING AND CONSULTING SERVICES FOR Fiscal Years 2015 2018
REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL ARCHITECTURAL/ENGINEERING AND CONSULTING SERVICES FOR Fiscal Years 2015 2018 Solicitation No.: BFZ1523 1. Mission Statement and General Information 1.1.
More informationPROPOSAL 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 informationPurchases from $750 $1,500 requires 3 Verbal Quotes. Purchases from $1,501 $24,999 requires 3 Written Quotes
Introduction A Guide for Contractors and Suppliers The Purchasing Office should be your first point of contact with the County. Our role is to bring together users and suppliers to ensure that the County
More informationCOUNTY OF TANEY, MISSOURI
COUNTY OF TANEY, MISSOURI REQUEST FOR BID For WORKERS COMPENSATION INSURANCE Taney County, Missouri RFB# 201202-168 Workers Compensation Insurance Release Date: February 25, 2012 Submittal Deadline: March
More informationPage 1 of 12 Document Effective Date Solicitation Terms & Conditions 08/08/2008 Purchase Order Terms and Conditions 01/01/2009 Special Provisions 01/01/2009 STATE OF COLORADO SOLICITATION INSTRUCTIONS/
More informationCITY 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 informationDepartment of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Purchasing Director REQUEST FOR E-QUOTE NUMBER: 15RD99627B PROJECT TITLE: Barracuda Web App Firewall 460Vx Support and Licenses Information
More informationa. Proposals shall be submitted in a sealed envelope and addressed as follows:
1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and
More informationGENERAL TERMS & CONDITIONS OF QUOTE
Quote #: MS-77-6 (WCSD) is soliciting for formal quotes for certain PRODUCTS identified on the QUOTE PRICE SCHEDULE/SPECIFICATION SHEET included in accordance with all defined terms and conditions in this
More informationDepartment of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 12CT86224YA PROJECT TITLE: Maintenance contract for MicroStation Software for Water
More informationPage 1 of 7 DOCUMENTED QUOTE
DOCUMENTED QUOTE Return all Bids to: Bid No. CCA DQ0213 Community College of Aurora Date: November 07, 2012 Purchasing Department Bid Due Date: November 14, 2012 16000 E. Centretech Parkway Ste. A204I
More informationa. Proposals shall be submitted in a sealed envelope and addressed as follows:
1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL HVAC SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and qualified
More informationIEC Electronics Terms and Conditions
IEC Electronics Terms and Conditions 1. General: This Purchase Order is placed subject to these terms and conditions including those within the Purchase Order. The terms of any proposal referred to in
More informationRequest for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE
S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE Request for Proposal Proposal For: Mailing Services Proposal Number: 09-16-15 Proposal Release Date: August 5, 2015 Proposal Due Date: August 21,
More informationWarner Robins Housing Authority
REQUEST FOR PROPOSALS PLUMBING SERVICES 2016 The Warner Robins & Houston County Housing Authorities (WRHA) are currently soliciting proposals for Plumbing Services for a one (1) year period with the option
More informationQSP INFORMATION AT A GLANCE
QSP INFORMATION AT A GLANCE CONTACT PERSON FOR QUESTIONS/INTERPRETATIONS: HOW TO OBTAIN THE QSP DOCUMENTS: HOW TO FULLY RESPOND TO THIS QSP BY SUBMITTING A QUOTE: NON-MANDATORY JOB WALK: PROJECT LOCATION:
More informationDepartment of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101910B PROJECT TITLE: Motorola Radio Batteries Sheriff Department DUE DATE: 3/14/2016 WILL
More informationCHARTER TOWNSHIP OF WEST BLOOMFIELD REQUEST FOR PROPOSALS WATER SYSTEM LEAK DETECTION EQUIPMENT
CHARTER TOWNSHIP OF WEST BLOOMFIELD REQUEST FOR PROPOSALS WATER SYSTEM LEAK DETECTION EQUIPMENT BID: 042412 ITEM: Request for Proposals for Water System Leak Detection Equipment DEADLINE: Tuesday, April
More informationRequest For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas
Request For Proposal Furnish Schneider Business Park Signs Design Build Services For the Cibolo Economic Development Corporation Cibolo, Texas The City of Cibolo, Texas Economic Development Corporation
More informationWebb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent
Webb County Purchasing Department Dr. Cecilia Moreno, Purchasing Agent Formal Invitation for Bids (ITB) Bid 2016-93 Annual Contract for Plumbing Repair Due: August 20, 2015 before 2:00p.m. Public Notice
More informationRFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE
SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM MANDATORY WALK-THRU ON THURSDAY, MARCH 13 th from 1:00 P.M. to 3:00 P.M. LOCATION TO BE DETERMINED. BID: #14-012- BOE Due on or before 11:00
More informationProject Management Procedures
1201 Main Street, Suite 1600 Columbia, South Carolina 29201 Project Management Procedures Start Up The grant becomes effective upon return of one copy of the grant award executed by the Chief Executive
More informationRequest 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 informationTOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM
TOWN OF GROTON INVITATION TO BID EMAIL ARCHIVING SYSTEM BID NUMBER: 12-07 BID OPENING: 2:30 P.M. October 27, 2011 LOCATION: Purchasing Office, Groton Town Hall ADDRESS: 45 Fort Hill Road, Groton, CT 06340
More informationApril 28, 2015 @ 3:00 P.M. EST.
SOLICITATION #: RFB 90003435T REQUEST FOR BID VENDOR ( BIDDER ) NAME AND ADDRESS:, BID DUE DATE AND TIME: April 28, 2015 @ 3:00 P.M. EST. RETURN BID TO: Procurement Contracting and Payment Services (PCPS)
More informationTERMS AND CONDITIONS OF SALE. Quotations, Purchase Orders, Acknowledgements, Packing Lists/Slips, Invoices & Credits
Quotations, Purchase Orders, Acknowledgements, Packing Lists/Slips, Invoices & Credits All quotations of Seller ( Quotations ) and purchase orders of Buyer ( Purchase Orders ) shall be subject to these
More informationNotice of Statewide Contract Award
State of Oklahoma Office of Management and Enterprise Services Central Purchasing Division Notice of Statewide Contract Award Official signed contract documents are on file with OMES-Central Purchasing.
More informationRobla 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 informationPURCHASE ORDER TERMS AND CONDITIONS
PURCHASE ORDER TERMS AND CONDITIONS This purchase order is subject to the following terms and conditions. The terms and conditions herein set forth constitute an offer by Purchaser and may be accepted
More informationMCR Health Services Inc. Request for Proposal For Air Conditioning Unit Replacement Authorized Vendor
MCR Health Services Inc. Request for Proposal For Air Conditioning Unit Replacement Authorized Vendor Background Information: Manatee County Rural Health Services (MCR Health Services) is a private, not
More informationREQUEST FOR QUOTE NUMBER: 10RD75957YB WILL BE RECEIVED UNTIL 11/5/2010 at 2:00 p.m.
DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2009 Achievement of Excellence in Procurement Award National Purchasing Institute Cecil S. Moore, Director REQUEST FOR QUOTE NUMBER: 10RD75957YB
More informationCastaic Lake Water Agency Storage Area Network Expansion. Request for Proposal. July 2012
Castaic Lake Water Agency Castaic Lake Water Agency Storage Area Network Expansion Request for Proposal July 2012 Questions due by 5:00 p.m., Wednesday, July 18, 2012. Proposals will be received until
More informationRequest for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078
Request for Proposal Uintah High School Yearbook Publishing & Printing Services Uintah School District 635 West 200 South Vernal Utah, 84078 Deadline for Submittal June 18, 2014 2:00 p.m. Uintah School
More informationHOW TO DO BUSINESS WITH THE CITY OF WICHITA KANSAS FINANCE DEPARTMENT PURCHASING
HOW TO DO BUSINESS WITH THE CITY OF WICHITA KANSAS FINANCE DEPARTMENT PURCHASING We appreciate your interest in doing business with the City of Wichita. We want to assure you of our interest in seeing
More informationRequest 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 informationRichardson Independent School District Purchasing Department 970 Security Row Richardson, Texas 75081
Richardson Independent School District (RISD) is seeking sealed bids for the purchase of PROMOTIONAL PRODUCTS AND DISTRICT APPAREL (NON-UNIFORM) defined as: items to include, but are not limited to; customized
More informationINVITATION 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 informationCOUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670
COUNTY OF DUTCHESS OFFICE OF CENTRAL AND INFORMATION SERVICES DIVISION OF CENTRAL SERVICES 27 HIGH STREET POUGHKEEPSIE, NEW YORK 12601 (845) 486-3670 The Division of Central Services has developed this
More informationRFQ No. 4856B-0-2016/MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM
REQUEST FOR QUOTATION City of Norfolk (Please include your company name and address below) Vendor: Issued: 11/06/2015 Due: 11/11/2015@ 2:00 PM Mail or fax reply to: Office of the Purchasing Agent Attn:
More informationRequest for Proposal Hewlett Packard Network Switches and Peripherals
Request for Proposal Hewlett Packard Network Switches and Peripherals Vernon Public Schools, Connecticut BID # VPS-FY16-003 Inquiries: Robert Sigan Director of Information Technology rsigan@vernon-ct.gov
More informationRequest 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 informationREQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES
REQUEST FOR PROPOSALS FOR DISASTER RECOVERY ADMINISTRATIVE SERVICES Notice is hereby given that the Santa Rosa County Board of County Commissioners is calling for and requesting proposals from qualified
More informationSPECIFICATIONS FOR TENDER 0171-1052 SUPPLY OF STAFF SCHEDULING SYSTEM SOFTWARE FOR WESTERN HEALTH
SPECIFICATIONS FOR TENDER 0171-1052 SUPPLY OF STAFF SCHEDULING SYSTEM SOFTWARE FOR WESTERN HEALTH CLOSING DATE: 29 of November 2010 CLOSING TIME: 11:00 AM (Newfoundland Time) Invitation to Tender for Staff
More informationSolicitation 1210-014. Web Hosting Services for the Disaster Volunteer Network. State of California
Solicitation 1210-014 Web Hosting Services for the Disaster Volunteer Network State of California Oct 12, 2012 4:28:36 PM PDT p. 1 Bid 1210-014 Web Hosting Services for the Disaster Volunteer Network Bid
More informationTABLE OF CONTENTS. Prefacej... 1
TABLE OF CONTENTS Prefacej... 1 How Can I Receive Copies Of Solicitations?j... 2 Bidder s List... 2 Vendor Registration System... 2 Public Notice/Advertisement... 3 Posting... 3 Internet... 3 Pre-Bid Conferences...
More informationBID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS
BID PACKAGE CITY OF BEVERLY HILLS INFORMATION TECHNOLOGY DEPARTMENT 455 NORTH REXFORD DRIVE BEVERLY HILLS, CALIFORNIA 90210 LEGAL NOTICE - BIDS WANTED Sealed proposals are requested on the list of materials,
More informationLEARNING CENTER WELCOME VIDEO
REQUEST FOR QUOTATIONS (RFQ) LEARNING CENTER WELCOME VIDEO Solicitation No. 16-033 32-505 Harry Oliver Trail Thousand Palms, CA 92276 ATTN: Contracts Assistant Phone: (760) 343-3456 Fax: (760) 343-3845
More informationDepartment of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Interim Director REQUEST FOR E-QUOTE NUMBER: 16FB101644C PROJECT TITLE: Electronic Signature Pads DEPARTMENT: Finance DUE DATE: March
More informationCity 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 informationRequest for Proposal Insurance Broker Agent of Record
Request for Proposal Insurance Broker Agent of Record Request for proposal (RFP) for selecting Insurance Agent/Broker Agent of Record for the City of Dodge City (CITY), for the City s Commercial Insurance
More informationSpringdale Public Works Department Specifications and Bid Document Roof Repair on Sign Shop Building at Public Works November 2015 1.
Page 1 of 8 1. INTRODUCTION 1.1 INTRODUCTION This is a Request for Bid (RFB). The format of this document must be followed throughout. 1.2 GENERAL INFORMATION Where the term City is used in the Request
More information388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com ADDENDUM NO. 1
388 Blohm Ave. PO Box 388 Aromas CA 95004-0388 (831)726-3155 FAX (831)726-3951 email aromaswd@aol.com May 6, 2015 To: All Plan Holders From: Vicki Morris General Manager Subject: Water Serviceline Installation
More informationSplit System Air Conditioning System Replacement at Area 3 Maintenance Facility
Page 1 of 9 RFQ No: Q2015-00161 Due Date: 7/24/2015 at 3 p.m. Pre- Recommended - 7/21/2015 9:30 AM Maintenance Proposal Area 3, 19720 5th St, Umatilla Conference: REQUEST FOR QUOTATION (RFQ) Commodity
More informationRegion 7 Education Service Center Request for Proposal (RFP) For Generator Installation
Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation Purpose The purpose of this Request for Proposal (RFP) is to invite prospective vendors to submit a proposal to supply
More informationREQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401
REQUEST FOR QUOTATION Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 3:00 PM (EDST) on May 1, 2014,
More informationCity of Plano Municipal Center 1520 Avenue K # 370 Plano, TX 75074
Suppliers Guide This guide is intended to give a brief insight into the City procurement process. The City's basic procurement philosophy is that competitive participation of the business community is
More informationADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities
ADVERTISEMENT FOR BIDS Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 4:00 PM (EDST) on
More informationWarner Robins Housing Authority
REQUEST FOR PROPOSAL FOR TERMITE CONTROL 2016 The Warner Robins Houston County Housing Authorities are currently soliciting proposals for Pest Control Services for a one (1) year period with the option
More informationHOW TO DO BUSINESS WITH THE STATE OF ALASKA
State of Alaska Department of Administration Division of General Services HOW TO DO BUSINESS WITH THE STATE OF ALASKA REVISED AUGUST 2013 PREPARED BY THE DIVISION OF GENERAL SERVICES, PURCHASING SECTION:
More informationREQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401
REQUEST FOR QUOTATION Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401 S. Greene Street, Greenville, North Carolina 27834 until 4:00 PM (EDST) on September 2,
More information@@@@800232 43 DICTATING AND TRANSCRIBING EQUIPMENT (T-0232) Dictating and Transcribing Equipment (Revised July 25, 2002)
@@@@800232 43 DICTATING AND TRANSCRIBING EQUIPMENT (T-0232) State of New Jersey Advertised Bid Proposal Purchase Bureau PO Box 230 33 West State Street Trenton, NJ 08625 For Dictating and Transcribing
More informationGreater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402
Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402 August 4, 2014 TO: Prospective Quoters RE: Request for Quotation (RFQ) 14-21 Internet Service Provider The Greater Dayton Regional
More informationRFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE
SPECIFICATIONS AND BID FORMS FOR RFP VOICE OVER IP PHONE SYSTEM BID: #14-012- BOE Due on or before 11:00 A.M. ON FRIDAY, MARCH 7, 2014 at the: OFFICE OF THE PURCHASING COORDINATOR CENTRAL OFFICE WESTON
More informationADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION
ADVERTISEMENT FOR BIDS DUCKETT CREEK SANITARY DISTRICT TP1 CLARIFIERS #1 AND #2 REHABILITATION Notice is hereby given that the Duckett Creek Sanitary District will receive sealed proposals at the Duckett
More informationREQUEST FOR PROPOSALS FOR A. DISASTER MANAGEMENT DEBRIS MONITORING SERVICES
REQUEST FOR PROPOSALS FOR DISASTER MANAGEMENT DEBRIS MONITORING SERVICES PURPOSE: Duplin County is soliciting sealed proposals to provide Disaster Management Debris Monitoring Services. INSTRUCTIONS TO
More informationHow To Build A Data Backup System In Town Of Trumbull
TOWN OF TRUMBULL, CONNECTICUT GENERAL INSTRUCTIONS TO BIDDERS The Town of Trumbull, Connecticut (hereinafter referred to as Town), through the Office of the Purchasing Agent, will accept sealed bids from
More informationCanterbury 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 informationSealed bids will be received by the City of Dearborn, at the Office of the Purchasing
CITY OF DEARBORN ADVERTISEMENT FOR NATURAL GAS PROVIDER TO THE CITY OF DEARBORN, MICHIGAN Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing Agent, 2951 Greenfield, Dearborn,
More informationPurchase Order Terms and Conditions Beloit College
Purchase Order Terms and Conditions Beloit College Accounting Office 608-363-2205 (Tim Miles Controller) 608-363-2206 (Deb Sperry Accounts Payable) 608-363-2897 (fax) The purpose of these terms and conditions
More informationNOLENSVILLE POLICE DEPARTMENT REQUEST FOR PROPOSAL AND BID RECORDS MANAGEMENT SYSTEM SOFTWARE
NOLENSVILLE POLICE DEPARTMENT REQUEST FOR PROPOSAL AND BID RECORDS MANAGEMENT SYSTEM SOFTWARE THIS PROJECT IS FUNDED UNDER AN AGREEMENT WITH THE STATE OF TENNESSEE Proposal Due Date/Time October 31, 2014
More informationHow To Write A Short Form Prime Prime Prime Contract Between A Contractor And Owner
SHORT FORM PRIME CONTRACT BETWEEN OWNER & CONTRACTOR This Agreement ( Contract ) is made this day of, 20, between ( Contractor ) and ( Owner ) at The work described in Section 1 below shall be performed
More informationStephenson County, Illinois
Stephenson County, Illinois REQUEST FOR PROPOSALS For EXTERIOR CLEANING OF STEPHENSON COUNTY COURTHOUSE Bids Due: Sealed proposals are due and must be received in the Stephenson County Administrator s
More informationRequest for Statements of Qualifications # 27676 for Electric Motor Repair
Request for Statements of Qualifications # 27676 for Electric Motor Repair PURPOSE: The City is requesting Statements of Qualifications (SOQ s) from Qualified and Fully Equipped Electric Motor Repair shops
More informationUnified School District No. 489 Request For Proposals
Unified School District No. 489 Request For Proposals Broker and Risk Management Services for the Unified School District #489 Commercial Insurance Program JANUARY 21, 2015 1 Unified School District No.
More informationRequest for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE
Request for Quote Inland Lakes School Indian River, Michigan For Phone System BID PACKAGE The deadline for sealed bids is May 26, 2016 at 12:00 PM at the following location: Inland Lakes School 4363 South
More informationWithin the context of this policy, the following definitions apply:
BOARD OF EDUCATION POLICY 4050 PROCUREMENT OF GOODS AND/OR SERVICES Effective: July 1, 2011 I. Policy Statement The Board of Education of Howard County expects that the funds provided to them for all goods
More informationDocument Management System Request for Proposal
Request for Proposal W240 N3065 Pewaukee Rd Pewaukee, WI 53072 Contact: Robert Kewan Director of Information Technology 262-691-6001 kewan@pewaukee.wi.us PROPOSALS DUE Friday May 13, 2016 NO LATER THAN
More informationCOUNTY OF COLE JEFFERSON CITY, MISSOURI
COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2015-26: LINENS & LAUNDERING SERVICE SUBMISSIONS SHALL BE ACCEPTED UNTIL FRIDAY, MAY 29 at 9:00 a.m. CST AND RECEIVED AT: COLE COUNTY COMMISSION
More informationMandatory Addendum to the Owner/Architect Contract For Projects Funded in Whole or in Part with State Capital Outlay Funds
Page 1 of 5 Mandatory Addendum to the Owner/Architect Contract For Projects Funded in Whole or in Part with State Capital Outlay Funds The Owner may use any form of agreement mutually agreed upon by the
More informationRequest for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1
P a g e 1 Request for Proposal Architectural/Engineering Services Adapt/SouthRiver CHC RFP for Architectural/Engineering Services P a g e 2 Introduction (SRCHC), a Federally Qualified Health Center, is
More informationGALVESTON 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 informationCenter Unified School District
8408 Watt Ave., Antelope, CA 95843 916-338-6337 / Fax 916-338-6339 BOARD OF TRUSTEES Gary Blenner Raymond F. Bender Matthew L. Friedman Libby Williams Donald E. Wilson SUPERINTENDENT Dr. Kevin Jolly, Ed.D
More informationPUBLIC NOTICE Bid for Plumbing Repair- Service CITY OF WEST DES MOINES DEPARTMENT OF PUBLIC WORKS
PUBLIC NOTICE Bid for Plumbing Repair- Service CITY OF WEST DES MOINES DEPARTMENT OF PUBLIC WORKS Sealed bids will be received by the City of West Des Moines, Iowa on or before 2:00 p.m., Central Time,
More informationSPECIFICATIONS FOR WEED CUTTING/STREET TREE TRIMMING/REMOVAL RFQ NO. 15-02 MARY ANN MILLER, CPPO PURCHASING AGENT.
RFQ 15-02 WEED CUTTING/TREE TRIMMING Page 1 of 11 SPECIFICATIONS FOR WEED CUTTING/STREET TREE TRIMMING/REMOVAL RFQ NO. 15-02 MARY ANN MILLER, CPPO PURCHASING AGENT January 28, 2015 WHITEHALL TOWNSHIP 3219
More informationOAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP
OAKLAND UNIFIED SCHOOL DISTRICTT REQUEST FOR PROPOSALSS ( NO. 15-16/ /09) ATTOR RNEY SERVICES WORKERS' COMP ENSATION DEFENSEE 1 OAKLAND USD RFP (NO. 15 16/ /09) ATTORNEY SERVICES, WORKERS COMPENSATION
More informationDUE DATE: August 23, 2011-2:00 p.m.
REQUEST FOR PROPOSALS CREDIT CARD MERCHANT SERVICES RFP 11-08 DUE DATE: August 23, 2011-2:00 p.m. CITY OF LEAGUE CITY 300 W Walker League City, TX 77573 281-554-1001 www.leaguecity.com 1 TERMS AND CONDITIONS
More informationPRECISION MICRODYNAMICS QUOTE / CONTRACT TERMS & CONDITIONS
1. General. All quotations furnished by Precision MicroDynamics Inc., ( PMDi ) or its authorized agents are solely for information of the party to whom the Quotation is addressed ( Buyer ). Any order resulting
More informationREQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits
REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits The City of Louisville, Colorado is accepting proposals for the purpose of performing sales and use tax, and franchise fee compliance
More informationHow to Do Business With Us ST. LOUIS COUNTY GOVERNMENT DIVISION OF PROCUREMENT AND ADMINISTRATIVE SERVICES
How to Do Business With Us ST. LOUIS COUNTY GOVERNMENT DIVISION OF PROCUREMENT AND ADMINISTRATIVE SERVICES www.stlouisco.com/procurement Buying and Contracting Records Management General Services Office
More informationKANSAS CITY KANSAS PUBLIC SCHOOLS / USD 500
KANSAS CITY KANSAS PUBLIC SCHOOLS / USD 500 PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS 66104 WEB SITE: WWW.KCKPS.ORG/PURCHASING DOCUMENT SCANNING SERVICES BID NO: 15-039 ISSUE DATE:
More informationREQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER
RFP #2016-02 REQUEST FOR PROPOSAL TO PROVIDE CONSTRUCTION MANAGEMENT AND GENERAL CONTRACTOR SERVICES FOR SPRINGVILLE CITY NEW AQUATICS AND ACTIVITIES CENTER RELEASE DATE: January 29, 2016 DUE DATE: February
More informationAMC GENERIC WARRANTY POLICY GUIDE
AMC GENERIC WARRANTY POLICY GUIDE The AMC Board of Directors and the CWEDA Board of Directors have both agreed that the following generic warranty agreement could be used as a guideline for developing
More informationPURCHASE ORDER TERMS AND CONDITIONS
PURCHASE ORDER TERMS AND CONDITIONS 1. DEFINITIONS: In these Terms and Conditions and all documents related to the Purchase Order: Purchaser means the entity issuing the Purchase Order as identified on
More informationNEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS
NEGAUNEE PUBLIC SCHOOLS REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS On a PERFORMANCE CONTRACTING BASIS July 26, 2010 NOTICE IS HEREBY GIVEN THAT THE BOARD OF EDUCATION OF NEGAUNEE
More informationBID REQUEST. BID SUBMITTAL DEADLINE: November 21, 2014, AT 2:00 PM Or email: ben.barrio@ci.fairbanks.ak.us
October 28, 2014 BID REQUEST BID NO: FB-14-38 PURCHASE DESCRIPTION: Enterprise Network Management Suite DELIVERY FOB: 800 Cushman St. Fairbanks, AK 99701 GUARANTEED DELIVERY ARO: WARRANTY: 1 YEAR DESCRIPTIVE
More informationUniversity of Missouri System Supply Chain
University of Missouri System Supply Chain BID REQUEST NO.: 16-2180-WJ-K STRATEGIC SOURCING SPECIALIST: Wade A. Jadwin TITLE: COLLECTION AND DISPOSAL BY INCINERATION OF PHONE NO.: (573) 341-4049 INFECTIOUS/MEDICAL
More information