Purchasing Department /Bid Section P.O. Box Las Cruces, NM Phone: FAX: REQUEST FOR BIDS
|
|
- Aldous James
- 7 years ago
- Views:
Transcription
1 Purchasing Department /Bid Section P.O. Box Las Cruces, NM Phone: FAX: REQUEST FOR BIDS TITLE BID NUMBER CLOSING Mailed/Faxed Pelco Traffic Cameras May 29, 11:00AM 5/19/08 **FREIGHT MUST BE FOB DESTINATION, FULL FREIGHT ALLOWED OR BID WILL NOT BE CONSIDERED** ITEM DESCRIPTION EST. QTY UNIT $ EXTENSION 1 Pelco Traffic Cameras See attached items and specifications All questions concerning this bid must be faxed to Pam Davis at (575) or ed to pamd@las-cruces.org. See Item 3, on Bids and Quotes Conditions. Receipt of Addenda Nos. is hereby acknowledged. (Where none received, place the figure (0) zero in this space) Bid Total Bidder guarantees delivery of items within days. Pricing for this bid is effective through. (Not applicable for pricing agreements. Please refer to specifications) Payment terms: N/30 In compliance with the Specifications and the Bid and Quote Conditions, I, the undersigned, offer and agree to furnish any or all items upon which prices are offered at the price set opposite each item, to the City within the time specified. I (we) further certify that this company has not been debarred, suspended, or otherwise made ineligible for participation in Federal Assistance programs under Executive Order Debarment and Suspension as described in the Federal Register Rules and Regulations. COMPANY NAME & ADDRESS Typed or Printed Name of: Authorized Representative & Title Signature Date Telephone Number: Fax number: address: Page 1 of 9
2 CITY OF LAS CRUCES BID # Pelco Traffic Cameras ALL COLUMNS MUST BE COMPLETED TO BE COMPLIANT Item Description Qty (Est.) 1. Pelco Spectra Dome IV Traffic Camera, 4 Model # SD4C22-PG-E1. No substitutions 2. Mount for Item #1, part #1WM24-GY. 4 No substitutions 3. Pole Mount Adapter, Mfr # PA402. No 4 substitutions Mfr. Brand Unit Price Price Extension BID TOTAL: (Bid total shall also appear on the bid form.) VENDOR NOTE: Products must be New, Unused, and still in Manufacturer packaging. Page 2 of 9
3 CITY OF LAS CRUCES PURCHASING DEPARTMENT BID AND QUOTE CONDITIONS 1. Bidders are advised that all bids are subject to the legal requirements as provided for in the City of Las Cruces Procurement Code. 2. Bids must: a. be submitted typed or in ink on OUR BID FORMS for bid to be considered. b. be complete with all required information. c. be signed by authorized representative. d. state the UNIT PRICE and EXTENDED AMOUNT for each item or service offered. UNIT PRICES GOVERN ANY ERRORS IN THE EXTENSION. e. state the manufacturer BRAND/MODEL NUMBER offered on all items along with brochures and specifications. f. be stated F.O.B. - Destination; Full Freight Allowed. g. be submitted with Federal ID number or SSN number as a minimum. h. exclude any applicable taxes. i. be mailed, hand delivered to, or faxed to: Mail To: Hand Deliver To: Fax to: City of Las Cruces City of Las Cruces City of Las Cruces Purchasing Dept./Bid Section Purchasing Dept./Bid Section Purchasing Dept. P.O. Box E. Hadley Las Cruces, NM Las Cruces, NM Listed below are the directions to follow when submitting a fax: 1). Transmission must have a cover sheet and no pricing is to be shown on this page. 2). Cover sheet should contain the bid or quote number, title, closing date and time, and bidder s name, phone number, and fax number. 3). If the FAX is not completely received before closing time, it shall not be considered. Time received shall be the time registered by the FAX machine located in the Bid Section of the Purchasing Department. Note: It is not our responsibility to ensure that a complete fax bid is received. j. be received by the City of Las Cruces Purchasing Department by the specified due date and time, and stamped by the Purchasing Department s official time clock. Late bids shall be refused and returned. 3. Questions and clarifications: a. DIRECT CONTACT WITH CITY ELECTED OFFICIALS OR CITY STAFF DURING THE BID PROCESS, OTHER THAN THE PURCHASING DEPARTMENT, WILL RENDER THE BID NON-COMPLIANT AND NO FURTHER CONSIDERATION WILL BE GIVEN. b. NO QUESTIONS WILL BE ACCEPTED LATER THAN ONE WEEK PRIOR TO BID CLOSING. 4. Administrative questions may be answered verbally. a. All other questions MUST be submitted in writing. b. Questions may be submitted electronically, faxed, hand delivered or mailed to the attention of the named Buyer referencing the bid number and title. c. If an addendum is received after a bid has been submitted, mark as received and return. d. If the addendum changes a bid in any way, a revised bid must be sent. That bid must be clearly marked as a revised bid. e. Failure to acknowledge receipt of addendum may result in the bid being non-compliant. 5. When submitting more than one bid, each bid will be submitted in a separate envelope and be labeled as such. 6. The City of Las Cruces reserves the right to: a. Determine responsible bidders and responsive bids. b. Accept and award compliant bids to the lowest: 1. Individual Unit Price, or 2. Grouped Unit Price, or 3. Lump Sum Unit Price; whichever is deemed most beneficial to the City of Las Cruces. c. Determine and waive minor technicalities in the bid form or requirements affecting price, quality, or quantity of items or services sought. d. Negotiate an extension of effective price dates. e. Reject any or all bids. 7. Bidders shall: a. Provide samples at no cost for evaluation purposes when requested by the City. Page 3 of 9
4 1. Return of samples must be requested, in writing, by the supplier, otherwise samples shall become the property of the City after 60 days. 2. Arrange for and absorb the cost of return. b. Be responsible for complying with criminal laws prohibiting bribes, gratuities and kickbacks. c. Request bid pricing results by including a self addressed stamped envelope with bid or by e- mail to bidclerk@las-cruces.org BID PRICING INFORMATION IS NOT GIVEN VERBALLY. 8. It is the City s intent to award bids within 45 days of the bid closing date. 9. VENDOR COMPLIANCE WITH THE WORKERS COMPENSATION ACT: The Contractor agrees to comply with state laws and rules pertaining to worker s compensation insurance coverage for its employees. If contractor fails to comply with the Workers Compensation Act and Applicable rules when required to do so, the contract may be canceled effective immediately. 10. VENDOR COMPLIANCE WITH ADA REQUIREMENTS: Contractor shall insure all proposed products, services, or activities contained as a part of the proposal comply with the requirements of the Americans with Disabilities Act and ADAAG requirements; ANSI Accessibility Guidelines and NMBC Accessibility Requirements (when applicable) to ensure accessibility to persons with disabilities. Page 4 of 9
5 TERMS AND CONDITIONS 1. CONTRACT. The contract resulting from the acceptance of this order is to be construed according to the laws of the State of New Mexico. This contract is non-assignable by Seller. 2. DELIVERY SCHEDULE. Deliveries are to be made both in quantities of finished goods, service or construction and at times specified by Buyer. Buyer will have no liability for payment of material, service or construction delivered to Buyer which exceed purchase order requirements. Buyer may from time to time change delivery schedules or issue temporary suspension of scheduled material, service construction. 3. EXCUSABLE DELAYS. Except with respect to defaults of subcontractors, Seller shall not be liable for delays or defaults in deliveries due to causes beyond its control and without its fault or negligence. Written notice setting forth the cause for any anticipated delay will be given immediately to Buyer. Any delay due to default of sub-contractor will be excusable if beyond the control and without the fault or negligence of both the Seller and subcontractor and if Seller established that it could not obtain supplies or services from source in time to meet scheduled deliveries. 4. CANCELLATION. Buyer reserves the right to cancel all or any part of the work covered by this purchase order if Seller does not make deliveries as specified or so fails to make progress as to endanger performance of the work and does not correct such failure within 10 days after receipt of written notice from Buyer specifying such failure, or if Seller breaches any of the terms hereof. Additionally, performance of work under this purchase order may be terminated by Buyer at its option, in whole or in part by delivery, or by mailing a written notice of termination whenever the Buyer determines such termination is in its best interest. Upon termination under this paragraph, Buyer shall pay to Seller the following amounts without duplication: The purchase order price for all completed deliveries of materials, services or construction and not previously paid for. The actual costs incurred by Seller in accordance to this purchase order to the extent such costs are reasonable in amount and are properly allocable or apportionable under generally accepted accounting practices to the terminated portion of this purchase order. Payments shall not exceed the aggregate price specified in this purchase order, less payments otherwise made or to be made. 5. INSPECTION. All material shall be received subject to Buyers inspection and rejection. Defective material or material not in accordance tobuyer s specifications will be held for Seller s instruction and at Seller s risk and, if Seller so directs, will be returned at Seller s expense. No goods returned as defective shall be replaced without a new purchase order. Any payment for material, service or construction on this order prior to inspection shall not constitute an acceptance thereof, not will acceptance remove Seller s responsibility for latent defects. 6. SHIPPING AND BILLING. Deliveries shall be shipped F.O.B. Las Cruces, New Mexico; Prepaid & Allowed. All deliveries shall be suitably packed, marked and shipped in accordance with the requirements of common carriers in a manner to secure lowest transportation cost and without additional charges unless otherwise specified. Seller shall properly mark each package with Buyer s order number including single shipments comprised of multiple packages. Purchase order number and package number shall be shown on packing slips, bills of lading and invoices. Packages delivered without purchase order identification number shall be rejected and returned to Seller at Seller s expense. Packing slips must accompany each shipment. Original bill of lading or other shipping receipt, for each shipment shall be promptly forwarded by Seller attached to invoice. Invoices shall be rendered in duplicate on day of shipment accompanied by bill of lading and sworn statement and waiver of lien if Order covers repairs and maintenance of premises. Payments made by voucher only. No drafts will be honored. 7. WARRANTY. Seller expressly warrants that all the material and work covered by this order will conform to the specifications, drawings, samples or other description furnished or specified by Buyer, and will be merchantable, of good material and workmanship and free from defect. Seller expressly warrants that all material covered by this order, which is the product of Seller or is in accordance with Seller s specifications, will be fit and sufficient for the purposes intended. 8. REMEDIES. All remedies are herein reserved by Buyer and shall be cumulative and in addition to any further remedies provided in law or equity. No waiver of a breach of any provision of this contract shall constitute a waiver of any other breach or of such provision. VENDOR, PLEASE RETURN ACKNOWLEDGEMENT BY SIGNING AND DATING Signature Date Page 5 of 9
6 City of Las Cruces No-bid Statement Bid name: Bid number: Note: RETURN THIS FORM ONLY IF YOU ARE NOT SUBMITTING A BID. In an effort to make the procurement of the City of Las Cruces goods and services as competitive as possible, we are soliciting information from vendors who cannot bid. Completion of this form will assist us in evaluation factors, which relate to the competitiveness of our bids. Please check any of the boxes below, which may apply. Specifications-Restrictive, unclear, specialty item, etc. Manufacturing-Unique item, production time for model or item has expired, etc. Bid Time-Insufficient time to properly bid. Delivery Time-Specified delivery time cannot be met. Payment-Delay in payment process. Miscellaneous-Do not wish to bid, do not handle this type of item(s), unable to compete, etc. The intent in obtaining this information is to utilize it to adjust procedures, if appropriate and to obtain maximum participation in the competitive bid process. Vendor comments are not restricted to those items listed. Please submit any statement relative to this bid, which you feel has an impact on your ability to bid. VENDOR STATEMENT Firm Name Representative Signature Page 6 of 9
7 INSTRUCTIONS RELATING TO PREFERENCE CERTIFICATION FORMS 1. ALL INFORMATION MUST BE PROVIDED. A 5% preference is available for this procurement. To qualify for this preference, an offeror MUST complete and submit THESE FORMS WITH ITS OFFER. If an offer is received without these Forms attached, completed, certified, and signed or if the Forms are received without the required information, the preference will not be applied. THESE FORMS OR CORRECTED FORMS WILL NOT BE ACCEPTED AFTER THE DEADLINE FOR RECEIPT OF BIDS OR PROPOSALS. 2. LOCAL PREFERENCE OVER STATE PREFERENCE. The local preference takes precedence over the State of New Mexico Preference and only one such preference will be applied to any one offer. 3. LOCAL PREFERENCE PHYSICAL LOCATION MUST BE STATED. To qualify for the local preference, a business must have a location within the Las Cruces City Limits. The business location inserted on the form must be a physical location, street address or such. DO NOT use a post office box or other postal address OWNERS OR EMPLOYEES MUST BE RESIDENTS. To qualify for this preference, the offeror (i.e. the business, NOT the individual signing the form) must fall into at least one of the categories listed below: A. Ten or more of its employees are residents of the City or 25% or more of its employees are residents of the City, whichever is greater; or B. If a corporation 25% of its employees are residents of the City; or C. If a partnership, its partners owning a majority beneficial interest in the partnership are residents of the City; or D. If an individual or sole proprietor, he or she is a resident of the City. 4. NEW MEXICO RESIDENT, MANUFACTURER, OR CONTRACTOR PREFERENCE. The following apply to this preference. A. Will need to register with State of New Mexico Purchasing Department. B. Will need to provide State of New Mexico issued certification number to qualify for this preference. C. Only one preference will apply. D. Contractor preference can only be used on Public Works projects 5. SUBCONTRACTORS DO NOT QUALIFY. Only the business, or if a joint venture one of the parties of the joint venture, which will actually be performing the services or providing the goods solicited by this Request and will be responsible under any resulting contract will qualify for this Preference. A subcontractor may not qualify on behalf of a prime contractor. 6. Preference will not apply to procurements funded partially or wholly with federal funds or procurements over $5,000, DEFINITIONS. The following definitions apply to this preference. A. The LC Area includes the City of Las Cruces incorporated limits only. B. A resident of the LC Area is a person who occupies a dwelling in the Area and who manifests an intent to maintain that dwelling on a permanent basis. C. LCMC 1998, Chapter 16, Business Registration and Licensing, Sec to D. LCMC 1998, Chapter 24, Sec , Resident and local preference. 4. ADDITIONAL DOCUMENTATION. If requested, a business will be required to provide, within 10 working days of the request, documentation to substantiate the information provided on the form. Any business, which must be registered under state law, must be able to show that it is a business entity in good standing if so requested. Page 7 of 9
8 Bid/Proposal No. CITY OF LAS CRUCES LOCAL PREFERENCE CERTIFICATION FORM Business Name: Business Location: Address: City: Zip Code: Current City of Las Cruces Business Registration number: Expiration date: Business Type: Corporation Indicate state of incorporation: State: Partnership Indicate general or limited : Sole Proprietorship Individual Basis for Preference: (CHECK ONE ONLY) Ten (10) or more of the business employees are residents of the City or 25% or more of the business employees are residents of the City, whichever is greater. The business is a corporation with 25% of its employees being residents of the City. The business is a partnership with residents of the City owning a majority beneficial interest in the partnership. The business is a sole proprietorship owned by a resident of the City. CERTIFICATION: I hereby certify that the information which I have provided on this form is true and correct, that I am authorized to sign on behalf of the business set out above, and if requested by the City will provide, within 10 days of the request, the necessary documents to substantiate the information provided on this form. By: Title: Date: YOU MUST RETURN THIS FORM WITH YOUR OFFER IF REQUESTING PREFERENCE Page 8 of 9
9 NEW MEXICO IN-STATE PREFERENCE CERTIFICATION FORM Bid/Proposal No. Business Name: Business Location: Address: City: Zip Code: Current State of New Mexico Preference Certification Number: Business Certification number: Manufacture Certification number: Contractor Certification number: CERTIFICATION: I hereby certify that the information which I have provided on this form is true and correct, that I am authorized to sign on behalf of the business set out above, and if requested by the City will provide, within 10 days of the request, the necessary documents to substantiate the information provided on this form. By: Title: Date: YOU MUST RETURN THIS FORM WITH YOUR OFFER IF REQUESTING PREFERENCE Page 9 of 9
RFQ 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 informationCity of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308
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
More informationTerms and Conditions. 3012436v2 12285.01010
Terms and Conditions ACCEPTANCE. Except as otherwise agreed in a written agreement signed by both parties, these Terms and Conditions will govern Buyer s purchase order. BI Technologies acceptance of Buyer
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 informationBUYING AGENCY AGREEMENT
THIS AGREEMENT ( Agreement ) is made this day of, 20xx, by and between, with its principal place of business at referred to hereinafter as Buyer, and, with its principal office at, hereinafter referred
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 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 informationPURCHASE TERMS & CONDITIONS (EFFECTIVE MAY 23, 2014)
PURCHASE TERMS & CONDITIONS (EFFECTIVE MAY 23, 2014) 1. ACCEPTANCE OF CONTRACT: Campbell Hausfeld ( Buyer ) is not bound by any purchase order until Seller executes and returns to Buyer the acknowledgment
More informationPURCHASE TERMS & CONDITIONS North America Greene, Tweed & Co. (Houston, Texas)
PURCHASE TERMS & CONDITIONS North America (Houston, Texas) 1. Acceptance. Any acceptance of any offer by the seller (ʺSellerʺ) is limited to acceptance by Seller of all the additional and different terms
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 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 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 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 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 informationAttachment A Terms and Conditions RFX No. 3000005987 TITLE: Quality Control Standards DHH Office of Public Health
Bidder: Bid delivery instructions for State Procurement: Bidders are hereby advised that the U.S. Postal Service does not make deliveries to our physical location: Bids may be mailed through the U.S. Postal
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 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 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 informationREQUEST FOR QUOTE # 20271
REQUEST FOR QUOTE # 20271 RFQ # 20271 CFC Quotation Due By: Bid Due Time: 03/23/2016 2:00:00 PM VENDOR INFO: VENDOR #: 99999.00 NAME: CONTACT: ADDRESS 1: ADDRESS 2: CITY: STATE: ZIP: EMAIL: PHONE: FAX:
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 informationCity 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 informationREQUEST FOR QUOTE # 20678
REQUEST FOR QUOTE # 20678 RFQ # 20678 Quotation Due By: Bid Due Time: 07/05/2016 11:00:00 AM VENDOR INFO: VENDOR #: 99999.00 NAME: CONTACT: ADDRESS 1: REPLY TO: Jeremy A. Conn PURCHASING DEPARTMENT Grand
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 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 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 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 informationSouthern California Edison Company [SAMPLE AGREEMENT] PURCHASE ORDER EVAPORATIVE COOLER BULK PURCHASE GENERAL DESCRIPTION
Page 1 of 4 [SAMPLE AGREEMENT] DATE PURCHASE ORDER NO. PURCHASE ORDER EVAPORATIVE COOLER BULK PURCHASE SUPPLIER CODE COMM/SERV. CODE SHIP TO: REQUISITION NO. ACCOUNTING LOC.NO. MARK FOR: Mail the copy
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 informationTERMS AND CONDITIONS
TERMS AND CONDITIONS 1. Definitions. Buyer means the person, corporation or other entity purchasing Products from Seller. Products means all goods and materials to be provided pursuant to this Sales Acknowledgment.
More informationSTATE OF MONTANA INVITATION FOR BID (THIS IS NOT AN ORDER)
STATE OF MONTANA INVITATION FOR BID (THIS IS NOT AN ORDER) IFB Number: IFB Title: 090015 Snowmobiles IFB Due Date and Time: July 16, 2008 2 p.m., Local Time Number of Pages: 5 Purchasing Officer: RICK
More informationSHIPPER requires transportation of the commodities from and to the points described in this Contract.
FREIGHT FORWARDING CONTRACT This Agreement is entered on between AIR GROUND LOGISTICS, INC. (referred to as "AIR GROUND"), an Illinois corporation whose address is 754 Foster Ave., Bensenville, Illinois
More informationMAJOR EQUIPMENT PURCHASE CONTRACT
MAJOR EQUIPMENT PURCHASE CONTRACT CONSUMERS ENERGY COMPANY ONE ENERGY PLAZA JACKSON, MI 49201 ( Buyer ) ( Seller ) Date:, 20 Subject to the provisions of this Major Equipment Purchase Contract ( Contract
More informationAttachment A Master Terms and Conditions Page 1 of 5 RFX No. 3000005998 TITLE: 3M Petrifilm Products DHH-Office of Public Health
Attachment A Master Terms and Conditions Page 1 of 5 Bidder: BID DELIVERY INSTRUCTIONS FOR STATE PROCUREMENT: Fax quotations may be submitted either: Via Fax to: (225) 342-9756 or Delivered by hand or
More informationPurchase Order Addendum
[STANDARD TERMS AND CONDITIONS] Purchase Order Addendum This purchase order addendum sets forth the terms and conditions under which an offer is issued to the Seller by the Board of Regents of the University
More informationCONSULTANT AGREEMENT. THIS CONSULTANT S AGREEMENT (the Agreement ) is effective this day of
CONSULTANT AGREEMENT THIS CONSULTANT S AGREEMENT (the Agreement ) is effective this day of, 2011, by and between the TOWN OF UNIVERSITY PARK (the Town ), a municipal corporation of the State of Maryland,
More informationREQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325
REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325 NOTICE IS HEREBY GIVEN that the Cape Fear Public Utility Authority (hereinafter referred to as CFPUA or the Authority ) is requesting
More informationBROKER CARRIER AGREEMENT. THIS AGREEMENT is made and entered into on, 200, by and between REED FREIGHT SERVICES, INC. ( BROKER ) and ("CARRIER").
BROKER CARRIER AGREEMENT THIS AGREEMENT is made and entered into on, 200, by and between REED FREIGHT SERVICES, INC. ( BROKER ) and ("CARRIER"). I. Recitals A. BROKER is a licensed transportation broker
More informationPROVO CITY UTILITIES NET METERING LICENSE AGREEMENT
PROVO CITY UTILITIES NET METERING LICENSE AGREEMENT Customer-Owned Electric Generating Systems of 25kW or Less This NET METERING LICENSE AGREEMENT ( Agreement ) is between ( Customer ) and Provo City -
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 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 informationREQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009
DEPARTMENT OF PURCHASING & CONTRACT COMPLIANCE Winner 2000-2008 Achievement of Excellence in Procurement Award National Purchasing Institute Jerome Noble, Director REQUEST FOR QUOTE NUMBER: 09RD65575YB
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 informationCentury Fasteners & Machine Co., INC. /CFMC PURCHASE ORDER
Century Fasteners & Machine Co., INC. /CFMC PURCHASE ORDER CONDITIONS AND INSTRUCTIONS A HARDCOPY OF THIS DOCUMENT MAY NOT BE THE DOCUMENT IN EFFECT. SEE CFMC DOCUMENT LIBRARY FOR CURRENT REVISION. 1.
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 informationREQUEST FOR QUOTE # 20794
REQUEST FOR QUOTE # 20794 RFQ # 20794 ECO Quotation Due By: Bid Due Time: 07/06/2016 12:00:00 PM VENDOR INFO: VENDOR #: 99999.00 NAME: CONTACT: ADDRESS 1: ADDRESS 2: CITY: STATE: ZIP: EMAIL: PHONE: FAX:
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 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 informationKRONOS CANADA, INC. TERMS AND CONDITIONS OF SALE
KRONOS CANADA, INC. TERMS AND CONDITIONS OF SALE 1. Terms; Acceptance; Other Documents These terms and conditions (this Agreement ) contains the terms and conditions that apply to all purchases of products
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 informationCSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT
CSA CONSTRUCTION, INC. 2314 McAllister Road Houston, Texas 77092 SUBCONTRACTOR AGREEMENT THIS AGREEMENT made this day of Month, Year, by and between CSA CONSTRUCTION, INC., a Texas corporation whose principal
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 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 informationQuantity U/M Description Unit Price Quantity U/M Description Unit Price 8 ½ sack concrete with air; no fly ash. section 613 Missouri Standard
THIS IS NOT AN ORDER DATE: MARCH 18, 2008 F.O.B. REQUIREMENTS: DESTINATION MISSOURI DEPARTMENT OF TRANSPORTATION 3602 NORTH BELT HIGHWAY BUYER: ST. JOSEPH, MISSOURI 64506 1399 REQUEST FOR QUOTATION QUOTATION
More informationNORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING
NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING This Agreement is hereby entered into by and between Piedmont Triad Regional Council (herein Contractor ) and (Subcontractor)
More informationInvitation to Bid (ITB) ITB15000677
Invitation to Bid (ITB) ITB15000677 ORACLE EXADATA STORAGE SERVER SUPPORT IDAHO DEPARTMENT OF HEALTH & WELFARE INFORMATION & TECHNOLOGY SERVICES DIVISION Date of Issuance: 05/21/2015 TABLE OF CONTENTS
More informationDepartment of Purchasing & Contract Compliance
Department of Purchasing & Contract Compliance Felicia Strong-Whitaker, Director REQUEST FOR E-QUOTE NUMBER: 16RD101413B PROJECT TITLE: Communication Access Real Time Translation and Open Captioning Transcription
More informationREQUEST FOR QUOTES (RFQ)
REQUEST FOR QUOTES (RFQ) Lincoln County Public Works is requesting quotes (RFQ) through its Small Works Roster Process. Quotes are being requested for a project to replace the roof on the Crew Headquarters/Truck
More informationGeneral Terms and Conditions
General Terms and Conditions 1. ACCEPTANCE Seller acknowledges and agrees that these General Terms and Conditions are incorporated in, and a part of, this contract and each purchase order. Purchase order
More informationAttachment A Terms and Conditions
Bidder: BID DELIVERY INSTRUCTIONS FOR STATE PROCUREMENT: BIDDERS ARE HEREBY ADVISED THAT THE U.S. POSTAL SERVICE DOES NOT MAKE DELIVERIES TO OUR PHYSICAL LOCATION: BIDS MAY BE MAILED THROUGH THE U.S. POSTAL
More informationSolicitation Q38834. External Vulnerability Scan & Web Application Vulnerability Scanning Services. Weber State University
Solicitation Q38834 External Vulnerability Scan & Web Application Vulnerability Scanning Services Weber State University Mar 22, 2011 8:35:12 AM MDT p. 1 External Vulnerability Scan & Web Application Vulnerability
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 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 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 informationSMART. This proposal must be returned by: December 22, 2011 2:00pm
SMART SUBURBAN MOBILITY AUTHORITY FOR REGIONAL TRANSPORTATION REQUEST FOR QUOTES This is NOT an order. Please submit a quote of your net price for services described herein for SMART transportation. The
More informationPDQ Workholding LLC Terms and Conditions of Sale
PDQ Workholding LLC Terms and Conditions of Sale Unless otherwise specifically stated in the offer to sell goods submitted herewith ( Sales Quotation ), these Terms and Conditions establish the rights,
More informationSTATE OF LOUISIANA. Office of State Procurement INVITATION TO BID. Ship To Address: SOS PURCHASING DEPT. 3851 ESSEN LANE BATON ROUGE, LA 70809
STATE OF LOUISIANA Office of State Procurement INVITATION TO BID RESPONSES WILL BE PUBLICLY OPENED AT THE PHYSICAL ADDRESS BELOW 06/15/2016 10:00 AM CST SUBMIT NON-ELECTRONIC RESPONSE TO : Office of State
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 informationSELLING TERMS AND CONDITIONS
SELLING TERMS AND CONDITIONS 1. The Agreement. All sales by Sterling Machinery, Inc., an Arkansas corporation (the Seller ) to the purchaser of Seller s Goods (the Buyer ) shall be governed by the following
More informationRetaining Wall Replacement at the Currituck County Veterans Memorial Park
CONTRACT DOCUMENTS FOR Retaining Wall Replacement at the Currituck County Veterans Memorial Park Coinjock, NC May 24, 2016 NOTICE TO BIDDERS Bids will be received until 4:00 pm on June 17, 2016 at the
More informationBROKER AND CARRIER AGREEMENT
P.O. Box 889 394 NE Hemlock Redmond, OR 97756 BROKER AND CARRIER AGREEMENT All loads tendered by Central Oregon Truck Company ("Broker") and accepted for transportation by third party carriers ("Carrier")
More informationPRODUCT SALES AGREEMENT
PRODUCT SALES AGREEMENT This Product Sales Agreement (this Agreement ) is made as of the day of, 201, by and between Georgia Tech Applied Research Corporation, a Georgia non-profit corporation ( Seller
More informationQNX Software Systems or QSS means QNX Software Systems International Corporation.
INVOICE TERMS AND CONDITIONS OF SALE (QNX Software Systems designated below as "Seller") DEFINITIONS In these Terms: QNX Software Systems or QSS means QNX Software Systems International Corporation. "Software"
More informationTT ELECTRONICS INTEGRATED MANUFACTURING SERVICES LIMITED CONDITIONS OF PURCHASE
TT ELECTRONICS INTEGRATED MANUFACTURING SERVICES LIMITED CONDITIONS OF PURCHASE DEFINITIONS In these conditions of purchase: the Buyer means TT electronics integrated manufacturing services Ltd., the Supplier
More informationBID PROPOSAL NO. 958 DESCRIPTION: HEWLETT PACKARD NETWORK SWITCHES AND CISCO TRANSCEIVERS
INVITATION TO BID from COMMUNITY COLLEGE OF ALLEGHENY COUNTY PURCHASING DEPARTMENT 800 ALLEGHENY AVENUE PITTSBURGH, PENNSYLVANIA 15233 BID PROPOSAL NO. 958 DESCRIPTION: HEWLETT PACKARD NETWORK SWITCHES
More informationContract Clauses Appendix B: Contract
Sam Appendix B: Contract Clauses Appendix B: Contract Clauses Section 1 General............................................ 359 B.1.1 Applicability........................................ 359 B.1.2 Numbering
More informationSOLICITATION QUOTATION BLANKET ORDER
SEALED BID PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION SOLICITATION QUOTATION BLANKET ORDER Contact Information: Oakland County Purchasing Division Building
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 informationMARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.
MARYLAND DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT SMALL PROCUREMENT CONTRACT (FOR CONTRACTS OF $25,000 OR LESS) [Insert Contract Name and No.] THIS CONTRACT (the Contract ) is made as of the day
More informationBID REQUEST AND BID CONDITIONS This Bid Request and Bid is made upon and subject to the following conditions, all of which are accepted by bidder.
BID REQUEST NO.: 15-0502-RD-U STRATEGIC SOURCING SPECIALIST: Rochelle Duncan TITLE: Cloud-Based Project Management PHONE NO.: (573) 882-0898 ( PM-Lite ) Software ISSUE DATE: May 21, 2015 E-MAIL: duncanrl@missouri.edu
More informationSOLICITATION QUOTATION PROFESSIONAL SERVICES
SEALED BID PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION SOLICITATION QUOTATION PROFESSIONAL SERVICES Contact Information: Oakland County Purchasing Division
More informationDISTRIBUTOR AGREEMENT
DISTRIBUTOR AGREEMENT This Distributor Agreement (the "Agreement") is entered into as of, 20 ("Effective Date"), by Absoft Corporation ("Absoft"), 2781 Bond Street, Rochester Hills, Michigan 48309, U.S.A.,
More informationGeneral purchasing terms and conditions
General purchasing terms and conditions 1. Applicability 1.1. These general purchasing terms and conditions ( General Conditions ) apply to all purchases of products and services made by NV Bekaert SA
More informationCOMPLIANCE WITH LAWS, CODES, AND STANDARDS
All products furnished by Jinan Meide Casting Co. Ltd, shall be in accordance with the following terms and conditions unless otherwise agreed to in writing: ACCEPTANCE AND COMPLETE AGREEMENT Buyer s order
More informationCHECK POINT FIREWALL
CITY OF LITTLE ROCK, ARKANSAS INVITATION TO BID FOR CHECK POINT FIREWALL BID #15150 ITB Issue Date: 7/9/15 Responses Due By: 2:00 p.m. on July 23 rd, 2015 Pre-Bid Meeting: None BID NUMBER: 15150 COMMODITY
More informationINVITATION TO BID. Contractor Services Associated with:
INVITATION TO BID Contractor Services Associated with: COMMUNITY CENTER AT 330 WINDSOR AVENUE ROOF REPAIR AND RESTORATION PROJECT 330 WINDSOR AVENUE WINDSOR, CT 06095 THIS IS A REQUEST FOR PROPOSALS AND
More informationCOMMERCIAL CONSTRUCTION AGREEMENT. This CONTRACT AGREEMENT ( Contract ) is made on, 20, by and between <> ( Owner ) and <> ( Contractor ).
COMMERCIAL CONSTRUCTION AGREEMENT This CONTRACT AGREEMENT ( Contract ) is made on, 20, by and between ( Owner ) and ( Contractor ). A. Contractor wishes to enter into the following Contract with
More informationFlexible Circuits Inc. Purchase Order Standard Terms and Conditions
Flexible Circuits Inc. Purchase Order Standard Terms and Conditions 1. Acceptance- This writing, together with any attachments incorporated herein, constitutes the final, complete, and exclusive contract
More informationCOUNTY 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 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 informationPanini Maintenance Program My Vision X STANDARD WARRANTY-
Panini Maintenance Program My Vision X STANDARD WARRANTY- Panini warrants, to its customers, its authorized Resellers customers, and no others, that all My Vision X Branch Image Scanners ( My Vision X
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 informationTHE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS
THE UNIVERSITY OF UTAH INDEPENDENT CONTRACTOR SERVICES AGREEMENT INSTRUCTIONS Contracting for Independent Contractor services with the University of Utah may require completion of the following: Employee/Independent
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 informationPROTECTO 401 Price List
Price List January 1, 2015 Protecto 401 Price List Certification and General Installation Certification All Ductile Iron Spooling manufactured by is made in accordance with current ANSI/AWWA- C115/A21.15
More informationAttachment A: Terms and Conditions RFx 3000006001 Bid Opening: 07/06/2016
1. Bid Delivery Instructions for State Procurement: Fax quotations may be submitted either: Via fax to: (225) 342-9756 OR Delivered by hand or courier service to: Office of State Procurement Claiborne
More informationPrice List January 1, 2015
Price List January 1, 2015 Cement Lined Price List Certification and General Installation Certification All Ductile Iron Spooling manufactured by is made in accordance with current ANSI/AWWA- C115/A21.15
More informationINTERMEDIATE SOLICITATION DOCUMENT ( ISD ) for NETWORK WIRING PROJECT ISD #16-4. Fern Ridge School District #28J ( District ) PART I.
Quotation Deadline: 3/30/16 INTERMEDIATE SOLICITATION DOCUMENT ( ISD ) for NETWORK WIRING PROJECT ISD #16-4 Fern Ridge School District #28J ( District ) For more information or for clarification of any
More informationSEALED BID SOLICITATION QUOTATION
SEALED BID PROPOSAL FORM L. BROOKS PATTERSON - OAKLAND COUNTY EXECUTIVE OAKLAND COUNTY PURCHASING DIVISION SOLICITATION QUOTATION Contact Information: Oakland County Purchasing Division Building 41 West
More informationBID INVITATION FOR: CALL RECORDING SOLUTION
State of New Hampshire Date: 10/3/2008 Division of Plant and Property Management Bureau of Purchase and Property Bid No.: 141-09 25 Capitol Street, State House Annex Concord, NH 03301-6398 Date of Bid
More information